SLED Opportunity · FLORIDA · COUNTY OF HERNANDO

    Invasive Plant Species Removal and Related Services

    Issued by County of Hernando
    countyRFPCounty of HernandoSol. 207999
    Closed
    STATUS
    Closed
    due Apr 20, 2026
    PUBLISHED
    Mar 18, 2026
    Posting date
    JURISDICTION
    County of
    county
    NAICS CODE
    115310
    AI-classified industry

    AI Summary

    Hernando County, FL seeks contractors for invasive plant species removal and mangrove trimming services using approved herbicides. The 3-year contract includes federal compliance requirements, mandatory pre-bid meeting on March 24, 2026, and proposals due April 20, 2026.

    Opportunity details

    Solicitation No.
    207999
    Type / RFx
    RFP
    Status
    open
    Level
    county
    Published Date
    March 18, 2026
    Due Date
    April 20, 2026
    NAICS Code
    115310AI guide
    Jurisdiction
    County of Hernando
    State
    Florida
    Agency
    County of Hernando

    Description

    The intent of this project is for the safe removal and disposal of noxious plants in Hernando County. Noxious plants, as it pertains to this project includes Lead Tree, Brazilian Pepper, and Australian Pine. This project also includes the trimming of Mangrove Plants. The Vendor/Contractor shall supply all materials, labor, equipment and any incidentals necessary to accomplish the safe removal and disposal of lead trees, Brazilian Pepper Plants, and Australian Pines, utilizing the stump treatment method with an approved herbicide, and trim mangrove plants as described in the specifications in Hernando County, Florida.

    Project Details

    • Reference ID: 26-T01215/GB
    • Department: Department of Public Works
    • Department Head: J Scott Herring, P.E. (Public Works Director/County Engineer)

    Important Dates

    • Questions Due: 2026-03-30T21:00:06.070Z
    • Pre-Proposal Meeting: 2026-03-24T14:00:48.387Z — Department of Public Works Operations Conference Room: 1525 E Jefferson St. Brooksville, FL 34601

    Addenda

    • Addendum #1 (released 2026-03-23T15:46:35.685Z) —

      Addendum #1

    • Official Notice #1: Mandatory Pre-Bid Meeting Sign-in Sheet (released 2026-03-24T14:59:17.989Z)
    • Addendum #2 (released 2026-03-24T20:43:30.390Z) —

      Addendum #2

    Evaluation Criteria

    • Supplementary Requirements

      In addition to the general federal provisions included in this document, to the extent applicable under the grant agreement between Hernando County, Florida and the United States Department of Health and Human Services (DHHS) dated contract, a copy of which is attached hereto, Proposer/Consultant/Contractor shall adhere to the following provisions that acknowledge federal funding associated with this project. 

    • NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY (EXECUTIVE ORDER 11246)

      THE OFFEROR'S OR BIDDER'S ATTENTION IS CALLED TO THE “EQUAL OPPORTUNITY CLAUSE” AND THE “STANDARD FEDERAL EQUAL EMPLOYMENT SPECIFICATIONS” SET FORTH HEREIN. THE GOALS AND TIMETABLES FOR MINORITY AND FEMALE PARTICIPATION, EXPRESSED IN PERCENTAGE TERMS FOR THE CONTRACTOR'S AGGREGATE WORKFORCE IN EACH TRADE ON ALL CONSTRUCTION WORK IN THE COVERED AREA, ARE AS FOLLOWS:

      GOALS FOR MINORITY PARTICIPATION FOR EACH TRADE

      GOALS FOR FEMALE PARTICIPATION IN EACH TRADE

      17.1%

       IN ACCORDANCE WITH FLORIDA STATUTES, SECTION 287.0945, NOTICE OF PROCUREMENT OPPORTUNITY IS SENT TO THE DEPARTMENT OF MANAGEMENT SERVICES, OFFICE OF SUPPLIER DIVERSITY INFORMING THEM OF THE PROCUREMENT AND REQUESTING THEM TO NOTIFY THEIR VENDORS.

      6.9% 

       IN ACCORDANCE WITH FLORIDA STATUTES, SECTION 287.0945, NOTICE OF PROCUREMENT OPPORTUNITY IS SENT TO THE DEPARTMENT OF MANAGEMENT SERVICES, OFFICE OF SUPPLIER DIVERSITY INFORMING THEM OF THE PROCUREMENT AND REQUESTING THEM TO NOTIFY THEIR VENDORS.

      THESE GOALS ARE APPLICABLE TO ALL THE CONTRACTOR'S CONSTRUCTION WORK (WHETHER OR NOT IT IS FEDERAL OR FEDERALLY ASSISTED) PERFORMED IN THE COVERED AREA. IF THE CONTRACTOR PERFORMS CONSTRUCTION WORK IN A GEOGRAPHICAL AREA LOCATED OUTSIDE OF THE COVERED AREA, IT SHALL APPLY THE GOALS ESTABLISHED FOR SUCH GEOGRAPHICAL AREA WHERE THE WORK IS ACTUALLY PERFORMED. WITH REGARD TO THIS SECOND AREA, THE CONTRACTOR ALSO IS SUBJECT TO THE GOALS FOR BOTH ITS FEDERALLY INVOLVED AND NONFEDERALLY INVOLVED CONSTRUCTION.THE CONTRACTOR'S COMPLIANCE WITH THE EXECUTIVE ORDER AND THE REGULATIONS IN 41 CFR PART 60-4 SHALL BE BASED ON ITS IMPLEMENTATION OF THE EQUAL OPPORTUNITY CLAUSE, SPECIFIC AFFIRMATIVE ACTION OBLIGATIONS REQUIRED BY THE SPECIFICATIONS SET FORTH IN 41 CFR 60-4.3(A), AND ITS EFFORTS TO MEET THE GOALS. THE HOURS OF MINORITY AND FEMALE EMPLOYMENT AND TRAINING MUST BE SUBSTANTIALLY UNIFORM THROUGHOUT THE LENGTH OF THE CONTRACT, AND IN EACH TRADE, AND THE CONTRACTOR SHALL MAKE A GOOD FAITH EFFORT TO EMPLOY MINORITIES AND WOMEN EVENLY ON EACH OF ITS PROJECTS. THE TRANSFER OF MINORITY OR FEMALE EMPLOYEES OR TRAINEES FROM CONTRACTOR TO CONTRACTOR OR FROM PROJECT TO PROJECT FOR THE SOLE PURPOSE OF MEETING THE CONTRACTOR'S GOALS SHALL BE A VIOLATION OF THE CONTRACT, THE EXECUTIVE ORDER AND THE REGULATIONS IN 41 CFR PART 60-4. COMPLIANCE WITH THE GOALS WILL BE MEASURED AGAINST THE TOTAL WORK HOURS PERFORMED.

      THE CONTRACTOR SHALL PROVIDE WRITTEN NOTIFICATION TO THE DIRECTOR OF THE OFFICE OF FEDERAL CONTRACT COMPLIANCE PROGRAMS WITHIN 10 WORKING DAYS OF AWARD OF ANY CONSTRUCTION SUBCONTRACT IN EXCESS OF $10,000 AT ANY TIER FOR CONSTRUCTION WORK UNDER THE CONTRACT RESULTING FROM THIS SOLICITATION. THE NOTIFICATION SHALL LIST THE NAME, ADDRESS AND TELEPHONE NUMBER OF THE SUB-CONTRACTOR; EMPLOYER IDENTIFICATION NUMBER OF THE SUB-CONTRACTOR; ESTIMATED DOLLAR AMOUNT OF THE SUBCONTRACT; ESTIMATED STARTING AND COMPLETION DATES OF THE SUBCONTRACT; AND THE GEOGRAPHICAL AREA IN WHICH THE SUBCONTRACT IS TO BE PERFORMED.

      AS USED IN THIS NOTICE, AND IN THE CONTRACT RESULTING FROM THIS SOLICITATION, THE “COVERED AREA” IS HERNANDO COUNTY, FLORIDA. 

    • DEFINITION OF TERMS

      Where the following terms, or their pronouns, occur herein, the intent and meaning shall be as follows:

      1. BIDDER:  The dealer/manufacturer, Vendor/Contractor or business organization submitting a bid to the County in response to this solicitation. Sometimes referred to as “proposer” or “respondent”.
      2. CHANGE ORDER:  The written order issued by the County, County Designated Representative or Engineer, to the Vendor/Contactor and signed by the Vendor/Contractor and County authorizing an addition, deletion, or revision in the goods, services and/or work to be provided under the Contract or an adjustment in the contract price or contract time, after the effective date of the signed contract.
      3.  CONTRACT:  The written agreement executed by the County and Vendor/Contractor for the performance of work and the other documents (including but not limited to the Solicitation-Offer-Award in its entirety, and the plans, specifications, notice to bidders, proposal, surety bonds, addenda, bid documents and other documents) whether attached thereto or not.
      4. COUNTY: The Board of County Commissioners, Hernando County, or its duly authorized representative.
      5. F.S.:  Florida Statutes version in effect on the effective date of the contract, unless otherwise indicated.
      6. PUBLIC OPENING: The opening of the bids or proposals received in response to this solicitation, and the announcing of the bidders/proposers that submitted the bids/proposals received in response to this solicitation, in the presence of the public.
      7. SOLICITATION: This Invitation to Bid (“ITB”), Request for Proposals (“RFP”) or Request for Quotes (“RFQ”), whichever applies.
      8. VENDOR/CONTRACTOR:  The bidder awarded a contract by the County for the furnishing of goods or services.
    • INSPECTION OF FACILITIES/AREAS:

      It is the Bidder’s responsibility to become fully informed as to the nature and extent of the work required, Hernando Beach, and any other factors that may impact performance of the contract. The responsibility to inspect the worksite is the sole responsibility of the Bidder. Arrangement for Bidder’s inspection of facilities and/or activity schedule may be secured by calling 352-754-4060. Failure to visually inspect the facilities may be cause for disqualification of your bid. After contract award, no additional compensation will be made as a result of the differences between actual labor and materials required to complete the project and the contract amount.

    • Requirements, Incorporation by Reference, Remedies for Non-Compliance or False Statements

      REQUIREMENTS OF THE AWARD; INCORPORATION BY REFERENCE; REMEDIES FOR NON-COMPLIANCE OR FOR MATERIALLY FALSE STATEMENTS (18 U.S.C. 1001 AND/OR 1621, AND/OR 34 U.S.C. 10271-10273; 31 U.S.C. 3729-3730 AND 3801-3812)

      The conditions of this award are material requirements of the award. Compliance with any assurances or certifications submitted by or on behalf of the recipient that relate to conduct during the period of performance also is a material requirement of this award.

      Limited Exceptions. In certain special circumstances, the U.S. Department of Justice (""DOJ"") may determine that it will not enforce, or enforce only in part, one or more requirements otherwise applicable to the award. Any such exceptions regarding enforcement, including any such exceptions made during the period of performance, are (or will be during the period of performance) set out through the Office of Justice Programs (""OJP"") webpage entitled ""Legal Notices: Special circumstances as to particular award conditions"" (ojp.gov/funding/Explore/LegalNotices-AwardReqts.htm), and incorporated by reference into the award.

      By signing and accepting this award on behalf of the recipient, the authorized recipient official accepts all material requirements of the award, and specifically adopts, as if personally executed by the authorized recipient official, all assurances or certifications submitted by or on behalf of the recipient that relate to conduct during the period of performance. Failure to comply with one or more award requirements -- whether a condition set out in full below, a condition incorporated by reference below, or an assurance or certification related to conduct during the award period -- may result in OJP taking appropriate action with respect to the recipient and the award. Among other things, the OJP may withhold award funds, disallow costs, or suspend or terminate the award. DOJ, including OJP, also may take other legal action as appropriate. Any materially false, fictitious, or fraudulent statement to the federal government related to this award (or concealment or omission of a material fact) may be the subject of criminal prosecution (including under 18 U.S.C. 1001 and/or 1621, and/or 34 U.S.C. 10271-10273), and also may lead to imposition of civil penalties and administrative remedies for false claims or otherwise (including under 31 U.S.C. 3729-3730 and 3801-3812).Should any provision of a requirement of this award be held to be invalid or unenforceable by its terms, that provision shall first be applied with a limited construction so as to give it the maximum effect permitted by law. Should it be held, instead, that the provision is utterly invalid or unenforceable, such provision shall be deemed severable from this award."

    • FY 2023 DHS Standard Terms and Conditions

      The Fiscal Year (FY) 2023 DHS Standard Terms and Conditions apply to all new federal financial assistance awards funded in FY 2023. These terms and conditions flow down to subrecipients unless an award term or condition specifically indicates otherwise. The United States has the right to seek judicial enforcement of these obligations.

      All legislation and digital resources are referenced with no digital links. The FY 2023 DHS Standard Terms and Conditions will be housed on dhs.gov at www.dhs.gov/publication/fy15-dhs-standard-terms-and-conditions.

    • General

      In addition to the general federal provisions outlined in Attachment [insert attachment name], and to the extent applicable under Grant No. [insert grant number, if applicable], between Hernando County, Florida, as Hernando County, and the Florida Department of Emergency Management (FDEM), funded by the Federal Emergency Management Agency (FEMA), dated [insert date], a copy of which is attached to this agreement, the Contractor shall comply with the following additional provisions:

    • RESTORE Council Financial Assistance Standard Terms and Conditions

      Contractor shall comply with all applicable RESTORE Council Financial Assistance Standard Terms and Conditions (STAC), available at https://restorethegulf.gov/resources/council-documents-foia-library.

       

    • Compliance with Federal, State and Local Laws.
      • Proposer/Consultant/Contractor and all its subcontractors and agents shall comply with all federal, state and local regulations, including, but not limited to, nondiscrimination, wages, social security, workers’ compensation, licenses, and registration requirements. The Proposer/ Consultant/Contractor shall include this provision in all subcontracts issued as a result of this Agreement.
      • No person, on the grounds of race, creed, color, religion, national origin, age, gender, or disability, shall be excluded from participation in; be denied the proceeds or benefits of; or be otherwise subjected to discrimination in performance of this Agreement.
      • The County may unilaterally terminate the Agreement if the Proposer/Consultant/Contractor refuses to allow public access to public records as required by law.
    • ADVERTISEMENT OF BID

      INVITATION TO BID

      NOTICE IS HEREBY GIVEN that the Board of County Commissioners of Hernando County, Florida, is accepting Bids for:

       

      TERM CONTRACT ITB NO. SOLICITATION # 26-T01215/GB

      FOR

      Invasive Plant Species Removal and Related Services

       

      Hernando County Board of County Commissioners is soliciting Contractors who are experienced in eliminating harmful vegetation in Hernando County, specifically targeting Lead Tree, Brazilian Pepper, and Australian Pine.  The Contractor shall be experienced in trimming Mangrove shrubs and trees.  The Contractor will provide everything needed for effective removal of invasive species using stump treatment with approved herbicides as outlined in Hernando County specifications. 

       

      Offers for furnishing the above will be received and accepted up to 10:00 a.m. (local time), Monday, April 20, 2026, via Hernando County's eProcurement Portal. Only electronic submittals through the eProcurement portal shall be accepted by the County. 

       

      The Board of County Commissioners of Hernando County, Florida reserves the right to accept or reject any or all bids and waive informalities and minor irregularities in offers received in accordance with the bid documents and the Hernando County Procurement Ordinance.

       

      Interested firms may secure the bid documents and plans and drawings and all other pertinent information by visiting the County's eProcurement Portal. For additional project information, please visit the Hernando County Board of County Commissioners Procurement Department at www.hernandocounty.us, or by submitting a question via the Q&A Tab in the County's eProcurement Portal.

       

      Ex Parte Communication: Please note that to ensure the proper and fair evaluation of a submittal, the County prohibits Ex parte communication (i.e., unsolicited) initiated by the Respondent to the County official or employee evaluating or considering the submittals prior to the time a decision has been made. Communication between Respondent and the County will be initiated by the appropriate County official or employee in order to obtain information or clarification needed to develop a proper and accurate evaluation of the submittal. Ex Parte communication may be grounds for disqualifying the offending Respondent from consideration or award of the solicitation or any future solicitation.

       

      The Procurement Department will post addenda on eProcurement Portal to all questions in accordance with the Solicitation Instructions. It is the responsibility of prospective Bidders to visit the County’s portal to ensure that they are aware of all Addenda issued relative to this Solicitation.

       

      Pursuant to Florida Statutes 119.071 sealed bids, proposals or replies received by an agency pursuant to a competitive Solicitation are exempt from inspection until such time as the agency provides notice of an intended decision or until thirty (30) days after opening the bids, proposals, or final replies whichever is earlier.

       

      NOTICE TO BIDDERS

      To ensure that your bid is responsive, you are urged to request clarification or guidance on any issues involving this Solicitation before submission of your response. Your method of contact for this solicitation is the Q&A Tab in the County's eProcurement Portal.

    • ACCESS TO RECORDS AND REPORTS (49 USC 5325(g)), (2 C.F.R. § 200.333; 49 C.F.R. part 633)

      Applicability: The record keeping and access requirements apply to all contracts funded in whole or in part with FTA funds. Under 49 U.S.C. § 5325(g), FTA has the right to examine and inspect all records, documents, and papers, including contracts, related to any FTA project financed with Federal assistance authorized by 49 U.S.C. Chapter 53.

      The record keeping and access requirements extend to all third party contractors and their contracts at every tier and subrecipients and their subcontracts at every tier.

      1. Record Retention. The Contractor will retain, and will require its subcontractors of all tiers to retain, complete and readily accessible records related in whole or in part to the contract, including, but not limited to, data, documents, reports, statistics, sub-agreements, leases, subcontracts, arrangements, other third party agreements of any type, and supporting materials related to those records.
      2. Retention Period. The Contractor agrees to comply with the record retention requirements in accordance with 2 C.F.R. § 200.333. The Contractor shall maintain all books, records, accounts and reports required under this Contract for a period of at not less than three (3) years after the date of termination or expiration of this Contract, except in the event of litigation or settlement of claims arising from the performance of this Contract, in which case records shall be maintained until the disposition of all such litigation, appeals, claims or exceptions related thereto.
      3. Access to Records. The Contractor agrees to provide sufficient access to FTA and its contractors to inspect and audit records and information related to performance of this contract as reasonably may be required.
      4. Access to the Sites of Performance. The Contractor agrees to permit FTA and its contractors   access to the sites of performance under this contract as reasonably may be required.

    • 40 CFR § 33.301

      Proposer/Consultant/Contractor is required to make the following good faith efforts whenever procuring or obtaining construction, equipment, services and supplies under an EPA financial assistance agreement, even if it has achieved its fair share objectives under subpart D of this part:

      (a) Ensure DBEs are made aware of contracting opportunities to the fullest extent practicable through outreach and recruitment activities. This will include placing DBEs on solicitation lists and soliciting them whenever they are potential sources.

      (b) Make information on forthcoming opportunities available to DBEs and arrange time frames for contracts and establish delivery schedules, where the requirements permit, in a way that encourages and facilitates participation by DBEs in the competitive process. This includes, whenever possible, posting solicitations for bids or proposals for a minimum of 30 calendar days before the bid or proposal closing date.

      (c) Consider in the contracting process whether firms competing for large contracts could subcontract with DBEs. This will include dividing total requirements when economically feasible into smaller tasks or quantities to permit maximum participation by DBEs in the competitive process.

      (d) Encourage contracting with a consortium of DBEs when a contract is too large for one of these firms to handle individually.

      (e) Use the services and assistance of the SBA and the Minority Business Development Agency of the Department of Commerce.

      (f) If the prime contractor awards subcontracts, require the prime contractor to take the steps in paragraphs (a) through (e) of this section.

    • CONTRACT PERIOD:
      1. The Contract resulting from this solicitation shall be a term contract for the time period specified herein. During the specified time period, the County may order services/supplies as the requirements generate, and the Vendor/Contractor will deliver the services/supplies ordered. It is understood that the County is not obligated to purchase any specific number of services/supplies under this agreement.
      2. The period of the Contract shall extend for 3 years from contract effective date.
      3. Renewal Option (Unilateral): At the sole option of the County, through the Board of County Commissioners or Chief Procurement Officer or Designee, this Contract may be unilaterally renewed, for two additional one-year periods at the same prices, terms, and conditions. The County alone will determine whether or not this renewal option will be exercised based on its convenience and its best interest. The County will notify the Vendor/Contractor, in writing, no later than thirty (30) days prior to expiration of its decision to exercise this Contract renewal option and/or options. Any request by the Vendor/Contractor for consideration of a price adjustment must be submitted in writing to the County at the time of County notice of its decision to exercise Contract renewal (this provision), and the Vendor/Contractor must provide written evidence based on increased costs to the Vendor/Contractor. Documentation of these increases must be furnished to the County upon request. Any price adjustment (increase or decrease) approved by the County shall impose upon the Vendor/Contractor the requirement to advise and extend to the County price reductions when costs similarly decrease.
      4. Either party may cancel this Contract, in whole or in part, by giving ninety (90) days prior notice in writing. However, the Vendor/Contractor shall not be authorized to exercise this cancellation option during the first one-hundred eighty (180) days of the Contract. 

    • Davis-Bacon Act

      Applicability: When required by Federal Program legislation or Federal grant award.  Where applicable, applies to all prime construction contracts in excess of $2,000 awarded by non-Federal entities, including Hernando County.

      The Contractor shall comply with all provisions of the Davis-Bacon Act as amended (40 U.S.C. §§ 3141-3144 and 3136-3148), and to require all of its contractors performing work under this Agreement to adhere to same.  The Contractor and its subcontractors are required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor.  In addition, the Contractor and its subcontractors are required to pay wages not less than once a week. A copy of the current prevailing wage determination issued by the Department of Labor is included in the solicitation documents. The County’s decision to award a contract shall be conditioned upon the acceptance of the wage determination.

    • BONDING (2 C.F.R. § 200.325; 31 C.F.R. PART 223)

      Applicability: Bonds are required for all construction or facility improvement contracts and subcontracts exceeding the simplified acquisition threshold.  FTA may accept the bonding policy and requirements of the recipient if FTA has determined that the Federal interest is adequately protected. If such a determination has not been made, the following minimum requirements apply:

      a. A bid guarantee from each bidder equivalent to five percent of the bid price. The “bid guarantee” must consist of a firm commitment such as a bid bond, certified check, or other negotiable instrument accompanying a bid as assurance that the bidder will, upon acceptance of the bid, execute such contractual documents as may be required within the time specified.

      b. A performance bond on the part of the contractor for 100 percent of the contract price. A “performance bond” is one executed in connection with a contract to secure fulfillment of all the contractor's obligations under such contract.

      c. A payment bond on the part of the contractor for 100 percent of the contract price. A “payment bond” is one executed in connection with a contract to assure payment as required by law of all persons supplying labor and material in the execution of the work provided for in the contract.

      These requirements extend to all third party contractors and their contracts at every tier and subrecipients and their subcontracts at every tier that exceed the simplified acquisition threshold.

      Bond Requirements

      Bid Guarantee

      Bidders shall furnish a bid guaranty in the form of a bid bond, or certified treasurer’s or cashier’s check issued by a responsible bank or trust company, made payable to the RECIPIENT. The amount of such guaranty shall be equal to $$$$ or X% of the total bid price.

      In submitting this bid, it is understood and agreed by bidder that the RECIPIENT reserves the right to reject any and all bids, or part of any bid, and it is agreed that the Bid may not be withdrawn for a period of [90] days subsequent to the opening of bids, without the written consent of RECIPIENT.

      It is also understood and agreed that if the undersigned bidder should withdraw any part or all of his bid within [90] days after the bid opening without the written consent of the RECIPIENT, or refuse or be unable to enter into this Contract as provided above, or refuse or be unable to furnish adequate and acceptable Performance and Payment Bonds, or refuse or be unable to furnish adequate and acceptable insurance, as provided above, it shall forfeit its bid guaranty to the extent RECIPIENT’S damages occasioned by such withdrawal, or refusal, or inability to enter into an agreement, or provide adequate security thereof.

      It is further understood and agreed that to the extent the defaulting bidder's bid guaranty shall prove inadequate to fully recompense RECIPIENT for the damages occasioned by default, then the undersigned bidder agrees to indemnify RECIPIENT and pay over to RECIPIENT the difference between the bid guarantee and RECIPIENT’S total damages so as to make RECIPIENT whole.

      The undersigned understands that any material alteration of any of the above or any of the material contained herein, other than that requested will render the bid unresponsive.

      Performance Guarantee

      A Performance Guarantee in the amount of 100% of the Contract value is required by the Recipient to ensure faithful performance of the Contract. Either a Performance Bond or an Irrevocable Stand-By Letter of Credit shall be provided by the Contractor and shall remain in full force for the term of the Agreement. The successful Bidder shall certify that it will provide the requisite Performance Guarantee to the RECIPIENT within ten (10) business days from Contract execution. The RECIPIENT requires all Performance Bonds to be provided by a fully qualified surety company acceptable to the RECIPIENT and listed as a company currently authorized under 31 C.F.R. part 22 as possessing a Certificate of Authority as described hereunder. RECIPIENT may require additional performance bond protection when the contract price is increased. The increase in protection shall generally equal 100 percent of the increase in contract price. The RECIPIENT may secure additional protection by directing the Contractor to increase the amount of the existing bond or to obtain an additional bond.

      If the Bidder chooses to provide a Letter of Credit as its Performance Guarantee, the Bidder shall furnish with its bid, certification that an Irrevocable Stand-By Letter of Credit will be furnished should the Bidder become the successful Contractor. The Bidder shall also provide a statement from the banking institution certifying that an Irrevocable Stand-By Letter of Credit for the action will be provided if the Contract is awarded to the Bidder. The Irrevocable Stand-By Letter of Credit will only be accepted by the RECIPIENT if:

      1. A bank in good standing issues it. The RECIPIENT will not accept a Letter of Credit from an entity other than a bank.

      2. It is in writing and signed by the issuing bank.

      3. It conspicuously states that it is an irrevocable, non-transferable, “standby” Letter of Credit.

      4. The RECIPIENT is identified as the Beneficiary.

      5. It is in an amount equal to 100% of the Contract value. This amount must be in U.S. dollars.

      6. The effective date of the Letter of Credit is the same as the effective date of the Contract

      7. The expiration date of the Letter of Credit coincides with the term of this Agreement.

      8. It indicates that it is being issued in order to support the obligation of the Contractor to perform under the Contract. It must specifically reference the Contract between the RECIPIENT and the Contractor the work stipulated herein.

      The issuing bank’s obligation to pay will arise upon the presentation of the original Letter of Credit and a certificate and draft (similar to the attached forms contained in Sections X and Y) to the issuing bank’s representative at a location and time to be determined by the parties. This documentation will indicate that the Contractor is in default under the Contract.

      Payment Bonds

      A Labor and Materials Payment Bond equal to the full value of the contract must be furnished by the contractor to Recipient as security for payment by the Contractor and subcontractors for labor, materials, and rental of equipment. The bond may be issued by a fully qualified surety company acceptable to (Recipient) and listed as a company currently authorized under 31 C.F.R. part 223 as possessing a Certificate of Authority as described thereunder.

      Sample Bond Certifications

      Performance Guarantee Certification

      The undersigned hereby certifies that the Bidder shall provide a Performance Guarantee in accordance with the Specifications.

      Designate below which form of Performance Guarantee shall be provided:

      Performance Bond

      Irrevocable Stand-By-Letter of Credit

      BIDDER'S NAME:

      AUTHORIZED SIGNATURE:

      TITLE:

      DATE:

      KNOW ALL MEN BY THESE PRESENTS: that

      (Insert full name and address and legal title of Contractor) as Principal, hereinafter called Contractor, and

      (Insert full name and address or legal title of Surety) as Surety, hereinafter called Surety, are held and firmly bound unto RECIPIENT as Obligee, hereinafter called Authority, in the amount of Dollars ($) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.

      WHEREAS, Contractor has by written agreement dated , 20____, entered into a contract with the RECIPIENT for Contract No.__________________, which contract is by reference made a part hereof, and is hereinafter referred to as the Contract.

      NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform said Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect.

      The Surety hereby waives notice of any alteration or extension of time made by the RECIPIENT.

      Whenever Contractor shall be, and is declared by the RECIPIENT to be in default under the Contract, the RECIPIENT having performed RECIPIENT’S obligations thereunder, the Surety may promptly remedy the default, or shall promptly

      1. Complete the Contract in accordance with it terms and conditions, or

      2. Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the lowest responsible bidder, or, if the RECIPIENT elects, upon determination by the RECIPIENT and the Surety jointly of the lowest responsible bidder, arrange for a contract between such bidder and the Authority, and make available as Work progresses (even though there should be a default or a succession of defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the contract price; but not exceeding, the amount set forth in the first paragraph hereof. The term ""balance of the contract price,"" as used in this paragraph, shall mean the total amount payable by the RECIPIENT to Contractor under the Contract and any amendments thereto, less the amount properly paid by the RECIPIENT to Contractor.

      Any suit under this bond must be instituted before the expiration of two (2) years from the date on which final payment under the Contract falls due.

      No right of action shall accrue on this bond to or for the use of any person or corporation other than the RECIPIENT or the heirs, executors, administrators or successors of the RECIPIENT.

      Signed and sealed this day of 20____.

      WITNESS PRINCIPAL

      _________ _______ (SEAL)

      ______________ (Title)

      WITNESS SURETY

      ____________________________________________ (SEAL)

      _____________________________________ (Title)

      Attach hereto proof of authority of officers or agents to sign bond.

      Irrevocable Stand-By Letter Of Credit Certificate

      The undersigned states that he/she is of the

      (Title)

      (The ""Beneficiary"") and hereby

      (Name of Beneficiary)

      Certifies on behalf of the Beneficiary to (the ""Bank), with

      (Name of Issuing Bank)

      Reference to Irrevocable Standby Letter of Credit No. Issued by the

      Bank (the ""Letter of Credit""), that:

      1. The undersigned is duly authorized to execute and deliver this certificate on behalf of the Beneficiary.

      2. The Beneficiary is making a drawing under the Letter of Credit.

      3. An Event of Default has occurred under Contract No. .

      4. The amount of the draft presented with this certificate does not exceed the total maximum amount drawable today under the Letter of Credit as provided therein.

      IN WITNESS WHEREOF, this certificate is executed this day of_____, 20____.

      (NAME OF BENEFICIARY)

      By:

      Its:

      Bank Draft

      FOR VALUE RECEIVED

      Pay on presentment to the sum of (Name of Beneficiary) Dollars ($)

      Charge the Account of Irrevocably Standby Letter of

      (Name of Issuing Bank)

      Credit No. Dated: 20 .

      To

      (Name of Issuing Bank)

      NAME OF BENEFICIARY

      By

      Its

    • NON-MANDATORY PRE-BID CONFERENCE SITE VISIT

      NON-MANDATORY PRE-BID CONFERENCE:

      1. A Non-Mandatory Pre-Bid Conference will be held Tuesday, March 24, 2026 at 10:00 am at the Department of Public Works Operations Conference Room: 1525 E Jefferson St. Brooksville, FL 34601.
      2. A Site Visit will immediately follow the Pre-Bid Conference.  

    • AVAILABILITY OF BIDDING DOCUMENTS

      Interested firms may secure bid documents, plans, drawings, site locations, and other pertinent information by visiting Hernando County's eProcurement Portal. For additional information please contact the Hernando County Board of County Commissioners, Procurement Department via the County's eProcurement Portal Q&A Tab.

    • LICENSES AND PERMITS:
      1. Prior to furnishing the requested product(s) or service(s), it shall be the responsibility of the awarded Vendor/Contractor to obtain, at no additional cost to the County, any and all licenses and permits required to complete this contractual service. These licenses and permits shall be readily available for review by the Chief Procurement Officer or their designee.
      2. Said licenses shall be in the Bidder’s name as it appears on the official Bid Form. Bidder shall supply appropriate license numbers, with expiration dates, as part of their bid. Failure to hold and provide proof of a proper active license, certification and registration may be grounds for rejection of the bid.
      3. Upon notification, Bidder shall provide copies of all applicable active and current licenses.
      4. The Vendor/Contractor must possess a Florida State commercial pesticide/herbicide applicators license from the Florida Department of Agriculture & Consumer Services (FDACS) and have the ability to identify invasive plant species on the Florida Exotic Pest Plant Council (FLEPPC) Category I and Category Il plant lists. The Vendor/Contractor must be a professional mangrove trimmer through the Florida Department of Environmental Protection.
    • Compliance with 40 CFR part 33:

      The Proposer/Consultant/Contractor shall not discriminate on the basis of race, color, national origin or sex in the performance of this solicitation/contract. The Proposer/Consultant/Contractor shall carry out applicable requirements of 40 CFR part 33 in the award and administration of contracts awarded under EPA financial assistance agreements. Failure by the contractor to carry out these requirements is a material breach of this solicitation/contract which may result in the termination of this solicitation/contract or other legally available remedies.

    • Assurances, Administrative Requirements, Cost Principles, Representations and Certifications
      • DHS financial assistance recipients must complete either the Office of Management and Budget (OMB) Standard Form 424B Assurances – Non- Construction Programs, or OMB Standard Form 424D Assurances – Construction Programs, as applicable. Certain assurances in these documents may not be applicable to your program, and the DHS financial assistance office (DHS FAO) may require applicants to certify additional assurances. Applicants are required to fill out the assurances as instructed by the awarding agency.
      • DHS financial assistance recipients are required to follow the applicable provisions of the Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards located at Title 2, Code of Federal Regulations (C.F.R.) Part 200 and adopted by DHS at 2 C.F.R. Part 3002.
      • By accepting this agreement, recipients, and their executives, as defined in 2 C.F.R. § 170.315, certify that their policies are in accordance with OMB’s guidance located at 2 C.F.R. Part 200, all applicable federal laws, and relevant Executive guidance.
    • FEDERAL TERMS AND CONDITIONS APPLICABLE TO THIS [SOLICATION/CONTRACT]

      This Solicitation/Contract is or may become fully or partially Federally Grant funded.  To the extent applicable, Proposer/Consultant/Contractor shall comply with the clauses as enumerated below.  Proposer/Consultant/Contractor shall adhere to all grant conditions as set forth in the requirements of the associated grants, which have been made available to Proposer/Contractor/Consultant, as well as all applicable Federal laws, rules, and regulations.  Including, but not limited to, those set forth below, as well as those listed herein, which are incorporated herein by reference:

        • 2 CFR. 25.110
        • 2 CFR Parts 170 (including Appendix A), 180, 200 (including Appendixes), and 3000
        • Executive Orders 12549 and 12689
        • 41 CFR s. 60-1(a) and (d)
        • Consolidated Appropriations Act, 2021, Public Law 116-260 related to salary limitations

      If Proposer/Contractor/Consultant cannot adhere to or objects to any of the applicable federal requirements, Proposer/Contractor/Consultant's proposal may be deemed unresponsive. The provisions in this Exhibit are supplemental and in addition to all other provisions within the Contract/Procurement.  In the event of any conflict between the terms and conditions of this Exhibit and the terms and conditions of the remainder of the Contract/Procurement, the terms and conditions of this Exhibit shall prevail. However, in the event of any conflict between the terms and conditions of this Exhibit and the terms and conditions of any federal grant award used to fund the goods and/or services to be provided under this Contract/Procurement, the terms and conditions of the federal grant funding award shall control.

       

    • Statutory Notices Relating to Unauthorized Employment and Subcontracts. 
      • Proposer/Consultant/Contractor’s employment of unauthorized aliens is a violation of section 274A(e) of the Immigration and Nationality Act. If Contractor knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of this Agreement.
      • Proposer/Consultant/Contractor shall notify the County if any person or affiliate is found to be convicted pursuant to sections 287.133, 287.134, and 287.137, F.S.
    • APPLICABILITY OF PART 200 UNIFORM REQUIREMENTS

      APPLICABILITY OF PART 200 UNIFORM REQUIREMENTS (2 CFR Part 2800 2 CFR 200.333)

      The Uniform Administrative Requirements, Cost Principles, and Audit Requirements in 2 C.F.R. Part 200, as adopted and supplemented by DOJ in 2 C.F.R. Part 2800 (together, the ""Part 200 Uniform Requirements"") apply to this FY 2023 award from OJP. The Part 200 Uniform Requirements were first adopted by DOJ on December 26, 2014. If this FY 2023 award supplements funds previously awarded by OJP under the same award number (e.g., funds awarded during or before December 2014), the Part 200 Uniform Requirements apply with respect to all funds under that award number (regardless of the award date, and regardless of whether derived from the initial award or a supplemental award) that are obligated on or after the acceptance date of this FY 2023 award.

      For more information and resources on the Part 200 Uniform Requirements as they relate to OJP awards and subawards (""subgrants""), see the OJP website at https://ojp.gov/funding/Part200UniformRequirements.htm.

      Record retention and access: Records pertinent to the award that the recipient (and any subrecipient (""subgrantee"") at any tier) must retain -- typically for a period of 3 years from the date of submission of the final expenditure report (SF 425), unless a different retention period applies -- and to which the recipient (and any subrecipient (""subgrantee"") at any tier) must provide access, include performance measurement information, in addition to the financial records, supporting documents, statistical records, and other pertinent records indicated at 2 C.F.R. 200.333. In the event that an award-related question arises from documents or other materials prepared or distributed by OJP that may appear to conflict with, or differ in some way from, the provisions of the Part 200 Uniform Requirements, the recipient is to contact OJP promptly for clarification.

    • Remedies

      Any violation or breach of terms of this contract on the part of the Contractor or the Contractor's subcontractors may result in the suspension or termination of this contract or such other action that may be necessary to enforce the rights of the parties of this contract. The duties and obligations imposed by the contract documents and the rights and remedies available thereunder shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. Any violation or breach of terms of this contract of the Contractor or the Contractor's sub-contractors will be subject to the remedies, including liquidated damages, described in the bid specifications or Request for Proposal and the Client rules and regulations and special conditions which are incorporated herein by reference in their entirety. 

    • BID PRICE/SUBMITTAL REQUIREMENTS:
      1. The prices bid shall remain firm during the period of the Contract. The prices bid shall be inclusive of all labor, equipment, and materials as specified within this solicitation. The price bid constitutes the total compensation payable to the Vendor/Contractor for performing the work.
      2. Unless otherwise stated, the prices bid shall include all costs of packing, transporting, delivery, and services to the designated point within Hernando County.
      3. The Bidder hereby certifies that this bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a bid for the same materials, supplies, services, or equipment and is in all respects fair and without collusion or fraud. Further, the Bidder hereby agrees to abide by all terms and conditions of this bid and certifies that the person executing the Bid Form is authorized to sign this bid for the Bidder.
      4. The Bidder warrants that the prices of the items set forth herein do not exceed those charged by the Bidder under a contract with the State of Florida or any of its agencies.
      5. Bidder must submit the solicitation document in its entirety, including the Solicitation-Offer-Award cover sheet, Bid Specifications, Bid Form, and all required forms/certifications. Failure to submit these forms may render its bid as non-responsive.
    • Debarment and Suspension (Executive Orders 12549 and 12689)

      A subcontract award (see 2 CFR 180.220) must not be made under this Agreement to parties listed on the government wide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR part 180 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), Debarment and Suspension. SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. The Contractor shall certify compliance. The Contractor further agrees to include a provision requiring such compliance in its lower tier covered transactions and subcontracts, which shall read as follows:

      Applicants or bidders for a lower tier covered transaction (except procurement contracts for goods and services under $25,000 not requiring the consent of a Council official) are subject to 2 C.F.R. Part 180, “OMB Guidelines to Agencies on Governmentwide Debarment and Suspension (Nonprocurement).” In addition, applicants or bidders for a lower tier covered transaction for a subaward, contract, or subcontract greater than $100,000 of Federal funds at any tier are subject to relevant statutes, including among others, the provisions of 31 U.S.C. 1352, as well as the common rule, “New Restrictions on Lobbying,” published at 55 FR 6736 (February 26, 1990), including definitions, and the Office of Management and Budget “Governmentwide Guidance for New Restrictions on Lobbying,” and notices published at 54 FR 52306 (December 20, 1989), 55 FR 24540 (June 15, 1990), 57 FR 1772 (January 15, 1992), and 61 FR 1412 (January 19, 1996)

       

    • SCOPE OF WORK

      Supply all materials, labor, and equipment necessary to accomplish the safe removal and disposal of invasive plant species focusing on lead trees, Brazilian Pepper Plants, and Australian Pines, utilizing the stump treatment method with a UF/IFAS approved herbicide, and trim mangrove plants.  Work shall be accomplished by trained and licensed employees, skilled in the field of invasive plant removal, disposal, and eradication. Transportation and disposal of the plant material shall be in accordance with current standards, regulations, and statutes.

      Work shall be performed at Hernando Beach, Hernando County, FL and various County-owned properties on an as needed basis, typically involving one to two service periods per year. Contractor shall provide and maintain a sufficient work force and associated equipment to complete the tasks. Tasks shall be performed in accordance with recognized and approved principles of modern invasive plant eradication methods. All manufacturers' recommendations will be adhered to for personal protection equipment, application, and site preparation

      This is an indefinite quantity contract with no guarantee of the use of services or guarantee of a minimum or maximum dollar amount to be expended.  All work shall be accomplished in strict compliance with the latest codes, standards, and practices, and in accordance with Federal, State, and Local laws.

      QUALIFICATIONS

      Florida State commercial pesticide/herbicide applicators license from the Florida Department of Agriculture & Consumer Services (FDACS).

      Ability to identify invasive plant species on the Florida Invasive Species Counsel (FISC) formerly known as Florida Exotic Pest Plant Council (FLEPPC) Category I and Category Il plant lists.

      Professional mangrove trimmer through the Florida Department of Environmental Protection.

      TECHNICAL SPECIFICATIONS

      All tasks shall be completed without damage to property or existing vegetation that is intended to remain in the project site. The quantities listed are estimates only and shall not be interpreted as guaranteed or actual amounts. The unit price proposed shall include all proper equipment and small tools such as chain saws, wheel barrels, shovels, rakes, herbicides, and personal protection equipment normally utilized in the routine work of invasive species removal.

      Contractor shall be responsible for safely maintaining vehicular, bicycle, and pedestrian traffic while performing tasks and complying with traffic safety requirements.

      Access to private property in the performance of work shall be accomplished with written consent signed by the private property owner and a copy of the signed consent shall be provided to the County.

      1. Stump method:

      Work shall be accomplished by cutting any overgrowth of the plant in sections to allow the trunk to be cut at two (2) to four (4) inches above ground level.

      Garlon 3A herbicide shall be applied immediately to the cut surface of the stump.

      Garlon 3A will be applied at 50% dilution for the Brazilian pepper plant and 100% strength (0% dilution) for the lead tree plant and Australian Pines.

      Packaging and disposal of the plants shall include but not be limited to clearing, grubbing, removal and hauling of debris from site, labor, and equipment. All equipment and plant material shall be contained, secured, and removed from the worksite by the end of the day.

      County staff shall be notified within one (1) workday after project completion for inspection and acceptance of project completion.

      1. Mangrove Trimming:

      Mangroves shall be trimmed as requested in accordance with FDEP regulations and be licensed and permitted to perform the work.

      1.  Disposal

      Plant material shall be disposed of at:

      Northwest Solid Waste Management Facility

      14450 Landfill Road,

      Brooksville, Florida, 34614

      Copies of dump tickets shall be submitted with each invoice clearly stating the project location.

      SUBMITTALS

      Contractor shall submit a written execution plan detailing the method of removal and the herbicide manufacturers' data which will be used for this Contract.

      Alternative herbicides may be used after demonstrating the proposed herbicide is as effective and environmentally safe as the herbicide, Garlon 3A.  No alternatives shall be used without first obtaining County approval. 

      Any additional cost associated with the approved substitute will be at the expense of the Contractor.

      The County shall reserve the right to approve or disapprove of the proposed herbicide substitution.

    • Controlled Substances 

      Application: All awards.

      Proposer/Consultant/Contractor is prohibited from knowingly using DHHS appropriated funds to support activities that promote the legalization of any drug or other substance included in Schedule I of the schedule of controlled substances established by section 202 of the Controlled Substances Act, 21 U.S.C. 812.

    • MANDATORY PRE-BID CONFERENCE SITE VISIT
      1. A Mandatory Pre-Bid Conference will be held on Tuesday, March 24, 202610:00 am at DPW Operations Conference Room: 1525 E Jefferson St. Brooksville, FL 34601.
      2. Only Bidders present at the Pre-Bid Conference may submit a bid for this solicitation.
      3. Attendees must be present at the beginning of the Pre-Bid Conference. Arrival after the start of the Pre-Bid Conference shall be cause for disqualification. A sign-in sheet will be provided at both locations to verify attendance. Bidders must be signed in to confirm their attendance. 

       

    • BUS TESTING (49 U.S.C. § 5318(E)), (49 C.F.R. PART 665)

      Applicability: The Bus Testing requirements pertain only to the purchase or lease of any new bus model, or any bus model with a major change in configuration or components to be acquired or leased with funds obligated by FTA. Recipients are responsible for determining whether a vehicle to be acquired requires full or partial testing or has already satisfied the bus testing requirements by achieving a passing test score in accordance with 49 C.F.R. part 665. Recipients must certify compliance with FTA’s bus testing requirements in all grant applications for FTA funding for bus procurements.

      There is no flow down requirement for Bus Testing.

      Bus Testing The Contractor [Manufacturer] agrees to comply with the Bus Testing requirements under 49 U.S.C. 5318(e) and FTA's implementing regulation at 49 C.F.R. part 665 to ensure that the requisite testing is performed for all new bus models or any bus model with a major change in configuration or A-15 components, and that the bus model has achieved a passing score. Upon completion of the testing, the contractor shall obtain a copy of the bus testing reports from the operator of the testing facility and make that report(s) publicly available prior to final acceptance of the first vehicle by the recipient.

       

    • Drug Free Workplace Requirements (Drug-Free Workplace Act of 1988 (41 U.S.C. § 701 et seq.), 2 CFR § 182)

      Applicability: Any federal grant, as required in the Drug-free workplace requirements in accordance with Drug Free Workplace Act of 1988 (Pub l 100-690, Title V, Subtitle D).

      Proposer/Contractor/Consultant must comply with Federal Drug Free workplace requirements as Drug Free Workplace Act of 1988.

       

    • Copeland Anti Kick Back Act (40 U.S.C. § 3145 as supplemented by 29 CFR Part 3)

      Applicability: When required by Federal Program legislation, grant funding, and all prime construction contracts in excess of $2,000 awarded by non-Federal entities, including Hernando County. 

      If applicable to this Solicitation/contract, Proposer/Consultant/Contractor shall comply with all the requirements of 18 U.S.C. § 874, 40 U.S.C. § 3145, 29 CFR Part 3 which are incorporated by reference to this solicitation/contract. Proposer/Consultant/Contractor are prohibited from inducing by any means any person employed in the construction, completion or repair of public work to give up any part of the compensation to which he or she is otherwise entitled.

    • Drug-Free Workplace

      Application: all awards.

      In accordance with The Drug-Free Workplace Act of 1988, 42 U.S.C. 701 et seq., Proposer/Consultant/Contractor agrees to maintain a drugfree workplace. The contractor must notify the awarding office if an employee of the recipient is convicted of violating a criminal drug statute. Failure to comply with these requirements may be cause for debarment. HHS implementing regulations are set forth in 45 CFR part 82, “Governmentwide Requirements for Drug-Free Workplace (Financial Assistance).”

    • Termination for Cause and Convenience

      The Client reserves the right to terminate this contract for cause or convenience pursuant to the rules and regulations and special conditions which are incorporated herein by reference in their entirety. 

    • General Acknowledgements and Assurances

      All recipients, subrecipients, successors, transferees, and assignees must acknowledge and agree to comply with applicable provisions governing DHS access to records, accounts, documents, information, facilities, and staff.

      • Recipients must cooperate with any DHS compliance reviews or compliance investigations conducted by DHS.
      • Recipients must give DHS access to examine and copy records, accounts, and other documents and sources of information related to the federal financial assistance award and permit access to facilities or personnel.
      • Recipients must submit timely, complete, and accurate reports to the appropriate DHS officials and maintain appropriate backup documentation to support the reports.
      • Recipients must comply with all other special reporting, data collection, and evaluation requirements, as prescribed by law, or detailed in program guidance.
      • Recipients (as defined in 2 C.F.R. Part 200 and including recipients acting as passthrough entities) of federal financial assistance from DHS or one of its awarding component agencies must complete the DHS Civil Rights Evaluation Tool within thirty (30) days of receipt of the Notice of Award for the first award under which this term applies. Recipients of multiple awards of DHS financial assistance should only submit one completed tool for their organization, not per award. After the initial submission, recipients are required to complete the tool once every two (2) years if they have an active award, not every time an award is made. Recipients should submit the completed tool, including supporting materials, to CivilRightsEvaluation@hq.dhs.gov. This tool clarifies the civil rights obligations and related reporting requirements contained in the DHS Standard Terms and Conditions. Subrecipients are not required to complete and submit this tool to DHS. The evaluation tool can be found at https://www.dhs.gov/publication/dhscivil-rights-evaluation-tool. DHS Civil Rights Evaluation Tool | Homeland Security

        The DHS Office for Civil Rights and Civil Liberties will consider, in its discretion, granting an extension if the recipient identifies steps and a timeline for completing the tool. Recipients should request extensions by emailing the request to CivilRightsEvaluation@hq.dhs.gov prior to expiration of the 30-day deadline.
    • COMPLIANCE WITH DOJ GRANTS FINANCIAL GUIDE

      References to the DOJ Grants Financial Guide are to the DOJ Grants Financial Guide as posted on the OJP website (currently, the "DOJ Grants Financial Guide" available at https://www.ojp.gov/funding/financialguidedoj/overview), including any updated version that may be posted during the period of performance.  All Proposers/Contractors/Consultants agree to comply with the DOJ Grants Financial Guide.

    • PREPARATION OF BID

      To ensure acceptance of your bid, please follow these instructions:

      1. Interested firms are required to register via the County's eProcurement Portal . Once registered, to submit a response please click on the "DRAFT RESPONSE" button and provide an answer to all of the prompts/questions. You must respond to all required questions, and, if any, acknowledge addenda so that your response will be considered complete by the County. Bidders submitting more than one (1) bid with different pricing shall cause the Bidder to be rejected. All bids are subject to the conditions specified herein. Those, which do not comply with these conditions, may be subject to rejection.
      2. Submit Bids via the Hernando County's eProcurement Portal. The responsibility for delivering the bid to the County on or before the stated time and date will be solely and strictly the responsibility of the Bidder.  The County will be in no way responsible for delays caused by wi-fi connection or speed, power outage or any other occurrence.
        1. Bids will be rejected unless submitted electronically via the County's eProcurement Portal along with all required bid line items. All bid forms enclosed are required to be completed and submitted using the instructions listed herein.

        2. The County will not honor any explanation or change in the bid documents unless a written addendum has been issued.
        3. The County reserves the right to reject any and all bids and to waive any informalities related thereto.
        4. All bids must be firm for a period of ninety (90) days after the time set for opening bids. Upon award, prices quoted will be in effect for the term of the contract.
        5. No material, labor, or facilities will be furnished by the County unless specifically stated.
        6. Blank spaces in the bid must be properly filled in and the phraseology of the bid must not be changed. Additions must not be made to items mentioned therein and any unauthorized conditions, limiting any provision, attached to a bid shall render irregular and may cause its rejection.
        7. Bidders are expected to make all investigations necessary to thoroughly inform themselves regarding all drawings, specifications, delivery requirements, performance requirements, site locations and all solicitation instructions to satisfy themselves of conditions affecting submission of their bid and the terms and cost of performing the contract. No pleas of ignorance by the Bidder of conditions that exist or may hereafter exist as a result of failure or omission on the part of the Bidder to make the necessary examinations and investigations, or failure to fulfill in every detail the requirements of the contract documents, will be accepted as a basis of varying the requirements of the County or the compensation of the Bidder. Bidder agrees that submittal of a bid for the work is prima facie evidence they have conducted such examinations.
        8. Communications: All technical, scope, and/or project related questions shall be submitted through the project Q&A Tab before the deadline and according to these specifications herein. Any and all other bidding communications shall only be to the County's Procurement representative using the contact information herein. Companies bidding on this project shall not communicate with any other County Staff members or they risk being disqualified.

    • 40 CFR § 33.302: Contract Administration Requirements.

      (a) Proposer/Consultant/Contractor shall pay its subcontractors for satisfactory performance no more than 30 days from the prime contractor's receipt of payment from the County.

      (b) The County must be notified in writing by Proposer/Consultant/Contractor prior to any termination of a DBE subcontractor for convenience by the prime contractor.

      (c) If a DBE subcontractor fails to complete work under a subcontract for any reason, the Proposer/Consultant/ Contractor shall employ the six good faith efforts described in § 33.301 if soliciting a replacement subcontractor.

      (d) The Proposer/Consultant/Contractor shall employ the six good faith efforts described in § 33.301 even if the Contractor has achieved its fair share objectives under 40 CFR Part 33 Subpart D.

      (e) Proposer/Consultant/Contractor shall provide EPA Form 6100–2—DBE Program Subcontractor Participation Form to all of its DBE subcontractors. EPA Form 6100–2 gives a DBE subcontractor the opportunity to describe the work the DBE subcontractor received from the prime contractor, how much the DBE subcontractor was paid and any other concerns the DBE subcontractor might have, for example reasons why the DBE subcontractor believes it was terminated by the prime contractor. DBE subcontractors may send completed copies of EPA Form 6100–2 directly to the appropriate EPA DBE Coordinator.

      (f) Proposer/Consultant/Contractor shall complete EPA Form 6100–3—DBE Program Subcontractor Performance Form. Contractor shall include all completed forms as part of the prime contractor's bid or proposal package.

      (g) Proposer/Consultant/Contractor shall complete and submit EPA Form 6100–4—DBE Program Subcontractor Utilization Form as part of the prime contractor's bid or proposal package.

      (h) Copies of EPA Form 6100–2—DBE Program Subcontractor Participation Form, EPA Form 6100–3—DBE Program Subcontractor Performance Form and EPA Form 6100–4—DBE Program Subcontractor Utilization Form may be obtained from EPA OSDBU's Home Page on the Internet or directly from EPA OSDBU.

    • Record Keeping and Audits.

      The Proposer/Consultant/Contractor shall maintain books, records and documents directly pertinent to performance under this Agreement in accordance with United States generally accepted accounting principles (US GAAP) consistently applied. The Department, the State, the County, or their authorized representatives shall have access to such records for audit purposes during the term of this Agreement and for five (5) years following the completion date or termination of the Agreement. In the event that any work is subcontracted, Contractor shall similarly require each subcontractor to maintain and allow access to such records for audit purposes. Upon request of the County, FDEP’s Inspector General, or other authorized State official, Contractor shall provide any type of information deemed relevant to Contractor’s integrity or responsibility. Such information may include, but shall not be limited to, Contractor’s business or financial records, documents, or files of any type or form that refer to or relate to Agreement. The Contractor shall retain such records for the longer of: (1) three years after the expiration of the Agreement; or (2) the period required by the General Records Schedules maintained by the Florida FDEP of State (available at: http://dos.myflorida.com/library-archives/records-management/general-records-schedules/).

      The Proposer/Consultant/Contractor shall cooperate with the inspector general in any investigation, audit, inspection, review, or hearing. The Contractor shall comply with this requirement and ensure that its subcontractors issued under this Agreement, if any, comply with this requirement. 

    • PRE-WORK MEETING

      Within fourteen (14) days after the effective date of the contract, Vendor/Contractor shall meet with the County’s representative(s) to discuss job procedures and scheduling.

       

    • QUALIFICATION OF BIDDERS:
      1. This bid shall be awarded to a responsive, responsible bidder, qualified by experience to provide the work specified. The Bidder will submit the following information with their bid:
        1. List a brief description of substantially similar work (size and scope) for at least three (3) references of firms, and/or governmental agencies/entities satisfactorily completed with location, dates of contract, names, addresses, telephone numbers and email addresses of owners (see Questionnaire). These references must be for work performed within the past seven (7) years.
        2. List of equipment and facilities available to do work.
        3. List of personnel, by name and title, contemplated to perform the work.
        4. The Vendor/Contractor must possess a Florida State commercial pesticide/herbicide applicators license from the Florida Department of Agriculture & Consumer Services (FDACS) and have the ability to identify invasive plant species on the Florida Exotic Pest Plant Council (FLEPPC) Category I and Category Il plant lists. The Vendor/Contractor must be a professional mangrove trimmer through the Florida Department of Environmental Protection.
        5. Vendors/Contractors must submit a written execution plan detailing the method of removal and the herbicide manufacturers' data which will be used for this Contract.
      2. Failure to submit this information may be cause for rejection of your bid.
    • RECLASSIFICATION OF VARIOUS STATUTORY PROVISIONS TO A NEW TITLE 34 OF THE UNITED STATES CODE (Title 34, 42 USC)

      On September 1, 2017, various statutory provisions previously codified elsewhere in the U.S. Code were editorially reclassified (that is, moved and renumbered) to a new Title 34, entitled ""Crime Control and Law Enforcement."" The reclassification encompassed a number of statutory provisions pertinent to OJP awards (that is, OJP grants and cooperative agreements), including many provisions previously codified in Title 42 of the U.S. Code.

      Effective as of September 1, 2017, any reference in this award document to a statutory provision that has been reclassified to the new Title 34 of the U.S. Code is to be read as a reference to that statutory provision as reclassified to Title 34. This rule of construction specifically includes references set out in award conditions, references set out in material incorporated by reference through award conditions, and references set out in other award requirements.

      REQUIRED TRAINING FOR GRANT AWARD ADMINISTRATOR AND FINANCIAL MANAGER

      Applicability: OJP Award all recipients and subs.

      The Grant Award Administrator and all Financial Managers for this award must have successfully completed an "OJP financial management and grant administration training" by 120 days after the date of the recipient's acceptance of the award. Successful completion of such a training on or after October 15, 2020, will satisfy this condition.

      In the event that either the Grant Award Administrator or a Financial Manager for this award changes during the period of performance, the new Grant Award Administrator or Financial Manager must have successfully completed an "OJP financial management and grant administration training" by 120 calendar days after the date the Entity Administrator enters updated Grant Award Administrator or Financial Manager information in JustGrants. Successful completion of such a training on or after October 15, 2020, will satisfy this condition.

      A list of OJP trainings that OJP will consider "OJP financial management and grant administration training" for purposes of this condition is available at https://onlinegfmt.training.ojp.gov/. All trainings that satisfy this condition include a session on grant fraud prevention and detection.

      The recipient should anticipate that OJP will immediately withhold ("freeze") award funds if the recipient fails to comply with this condition. The recipient's failure to comply also may lead OJP to impose additional appropriate conditions on this award.

    • Insurance Requirements for Subcontractors.

      The Proposer/Consultant/Contractor shall require its subcontractors, if any, to maintain insurance coverage of such types and with such terms and limits as described in this Agreement. The Grantee shall require all its subcontractors, if any, to make compliance with the insurance requirements of this Agreement a condition of all contracts that are related to this Agreement. Subcontractors must provide proof of insurance upon request.

    • Limited English Proficiency

      Application: all awards.

      The Proposer/Consultant/Contractor must comply with DHHS pertaining to title VI of the Civil Rights Act of 1964, 42 U.S.C. § 2000d and Executive Order 13166, Contractor will take reasonable steps to provide meaningful access to their program(s) and activities for persons with limited English proficiency (LEP). DHHS’ published “Guidance to Federal Financial Assistance Recipients Regarding Title VI Prohibition Against National Origin Discrimination Affecting Limited English Proficient Persons” is available at http://www.hhs.gov/ocr/lep/revisedlep.html, and provides a description of the factors that recipients should consider in determining and fulfilling their responsibilities to individuals with limited English proficiency under Title VI of the Civil Rights Act of 1964.

    • Equal Employment Opportunity

      During the performance of this contract, the Contractor agrees as follows:

      (1) The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following:

      Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. 

      (2) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin.

      (3) The Contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the Contractor's legal duty to furnish information.

      (4) The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the Contractor's commitments under this section and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 

      (5) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor.

      (6) The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders.

      (7) In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law.

      (8) The Contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance:

      Provided, however, that in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the Contractor may request the United States to enter such litigation to protect the interests of the United States. The Applicant further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided, that if the applicant so participating is a State or local government, the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such government which does not participate in work on or under the contract. The Applicant agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of Contractors and subcontractors with the equal opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor, that it will furnish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance, and that it will otherwise assist the administering agency in the discharge of the agency's primary responsibility for securing compliance.

      The Applicant further agrees that it will refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965, with a Contractor debarred from, or who has not demonstrated eligibility for, Government contracts and federally assisted construction contracts pursuant to the Executive Order and will carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon Contractors and subcontractors by the administering agency or the Secretary of Labor pursuant to Part II, Subpart D of the Executive Order. In addition, the Applicant agrees that if it fails or refuses to comply with these undertakings, the administering agency may take any or all of the following actions: Cancel, terminate, or suspend in whole or in part this grant (contract, loan, insurance, guarantee); refrain from extending any further assistance to the applicant under the program with respect to which the failure or refund occurred until satisfactory assurance of future compliance has been received from such applicant; and refer the case to the Department of Justice for appropriate legal proceedings. 

    • Standard Terms & Conditions
      • Acknowledgement of Federal Funding from DHS
        Recipients must acknowledge their use of federal funding when issuing statements, press releases, requests for proposal, bid invitations, and other documents describing projects or programs funded in whole or in part with federal funds.
      • Activities Conducted Abroad
        Recipients must ensure that project activities performed outside the United States are coordinated as necessary with appropriate government authorities and that appropriate licenses, permits, or approvals are obtained.
      • Age Discrimination Act of 1975
        Recipients must comply with the requirements of the Age Discrimination Act of 1975, Public Law 94-135 (1975) (codified as amended at Title 42, U.S. Code, § 6101 et seq.), which prohibits discrimination on the basis of age in any program or activity receiving federal financial assistance.
      • Americans with Disabilities Act of 1990
        Recipients must comply with the requirements of Titles I, II, and III of the Americans with Disabilities Act, Pub. L. 101-336 (1990) (codified as amended at 42 U.S.C. §§ 12101 – 12213), which prohibits recipients from discriminating on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities.
      • Best Practices for Collection and Use of Personally Identifiable Information
        Recipients who collect personally identifiable information (PII) are required to have a publicly available privacy policy that describes standards on the usage and maintenance of the PII they collect. DHS defines PII as any information that permits the identity of an individual to be directly or indirectly inferred, including any information that is linked or linkable to that individual. Recipients may also find the DHS Privacy Impact Assessments: Privacy Guidance and Privacy Template as useful resources respectively.
      • Civil Rights Act of 1964 – Title VI
        Recipients must comply with the requirements of Title VI of the Civil Rights Act of 1964 (codified as amended at 42 U.S.C. § 2000d et seq.), which provides that no person in the United States will, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving federal financial assistance. DHS implementing regulations for the Act are found at 6 C.F.R. Part 21 and 44 C.F.R. Part 7.
      • Civil Rights Act of 1968
        Recipients must comply with Title VIII of the Civil Rights Act of 1968, Pub. L. 90-284, as amended through Pub. L. 113-4, which prohibits recipients from discriminating in the sale, rental, financing, and advertising of dwellings, or in the provision of services in connection therewith, on the basis of race, color, national origin, religion, disability, familial status, and sex (see 42 U.S.C. § 3601 et seq.), as implemented by the U.S. Department of Housing and Urban Development at 24 C.F.R. Part 100. The prohibition on disability discrimination includes the requirement that new multifamily housing with four or more dwelling units — i.e., the public and common use areas and individual apartment units (all units in buildings with elevators and ground-floor units in buildings without elevators) — be designed and constructed with certain accessible features. (See 24 C.F.R. Part 100, Subpart D.)
      • Copyright
        Recipients must affix the applicable copyright notices of 17 U.S.C. §§ 401 or 402 and an acknowledgement of U.S. Government sponsorship (including the award number) to any work first produced under federal financial assistance awards.
      • Debarment and Suspension
        Recipients are subject to the non-procurement debarment and suspension regulations implementing Executive Orders (E.O.) 12549 and 12689, which are at 2 C.F.R. Part 180 as adopted by DHS at 2 C.F.R. Part 3002. These regulations restrict federal financial assistance awards, subawards, and contracts with certain parties that are debarred, suspended, or otherwise excluded from or ineligible for participation in federal assistance programs or activities.
      • Drug-Free Workplace Regulations
        Recipients must comply with drug-free workplace requirements in Subpart B (or Subpart C, if the recipient is an individual) of 2 C.F.R. Part 3001, which adopts the Governmentwide implementation (2 C.F.R. Part 182) of Sec. 5152-5158 of the Drug-Free Workplace Act of 1988 (41 U.S.C. §§ 8101 - 8106).
      • Duplication of Benefits
        Any cost allocable to a particular federal financial assistance award provided for in 2 C.F.R. Part 200, Subpart E may not be charged to other federal financial assistance awards to overcome fund deficiencies; to avoid restrictions imposed by federal statutes, regulations, or federal financial assistance award terms and conditions; or for other reasons. However, these prohibitions would not preclude recipients from shifting costs that are allowable under two or more awards in accordance with existing federal statutes, regulations, or the federal financial assistance award terms and conditions may not be charged to other federal financial assistance awards to overcome fund deficiencies; to avoid restrictions imposed by federal statutes, regulations, or federal financial assistance award terms and conditions; or for other reasons.
      • Education Amendments of 1972 (Equal Opportunity in Education Act) – Title IX
        Recipients must comply with the requirements of Title IX of the Education Amendments of 1972, Pub. L. 92-318 (1972) (codified as amended at 20 U.S.C. § 1681 et seq.), which provide that no person in the United States will, on the basis of sex, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any educational program or activity receiving federal financial assistance. DHS implementing regulations are codified at 6 C.F.R. Part 17 and 44 C.F.R. Part 19.
      • E.O. 14074 – Advancing Effective, Accountable Policing and Criminal Justice Practices to Enhance Public Trust and Public Safety
        Recipient State, Tribal, local, or territorial law enforcement agencies must comply with the requirements of section 12(c) of E.O. 14074. Recipient State, Tribal, local, or territorial law enforcement agencies are also encouraged to adopt and enforce policies consistent with E.O. 14074 to support safe and effective policing.
      • Energy Policy and Conservation Act
        Recipients must comply with the requirements of the Energy Policy and Conservation Act, Pub. L. 94 - 163 (1975) (codified as amended at 42 U.S.C. § 6201 et seq.), which contain policies relating to energy efficiency that are defined in the state energy conservation plan issued in compliance with this Act.
      • False Claims Act and Program Fraud Civil Remedies
        Recipients must comply with the requirements of the False Claims Act, 31 U.S.C. §§3729-3733, which prohibit the submission of false or fraudulent claims for payment to the Federal Government. (See 31 U.S.C. §§ 3801 - 3812, which details the administrative remedies for false claims and statements made.).
      • Federal Debt Status
        All recipients are required to be non-delinquent in their repayment of any federal debt. Examples of relevant debt include delinquent payroll and other taxes, audit disallowances, and benefit overpayments. (See OMB Circular A-129.).
      • Federal Leadership on Reducing Text Messaging while Driving
        Recipients are encouraged to adopt and enforce policies that ban text messaging while driving as described in E.O. 13513, including conducting initiatives described in Section 3(a) of the Order when on official government business or when performing any work for or on behalf of the Federal Government.
      • Fly America Act of 1974
        Recipients must comply with Preference for U.S. Flag Air Carriers (air carriers holding certificates under 49 U.S.C.) for international air transportation of people and property to the extent that such service is available, in accordance with the International Air Transportation Fair Competitive Practices Act of 1974, 49 U.S.C. § 40118, and the interpretative guidelines issued by the Comptroller General of the United States in the March 31, 1981, amendment to Comptroller General Decision B-138942.
      • Hotel and Motel Fire Safety Act of 1990
        Recipients must ensure that all conference, meeting, convention, or training space funded in whole or in part with federal funds complies with the fire prevention and control guidelines of Section 6 of the Hotel and Motel Fire Safety Act of 1990, 15 U.S.C. § 2225a.
      • John S. McCain National Defense Authorization Act of Fiscal Year 2019 
        Recipients, subrecipients, and their contractors and subcontractors are subject to the prohibitions described in section 889 of the John S. McCain National Defense Authorization Act for Fiscal Year 2019, Pub. L. No. 115-232 (2018) and 2 C.F.R. §§ 200.216, 200.327, 200.471, and Appendix II to 2 C.F.R. Part 200. Beginning August 13, 2020, the statute – as it applies to DHS recipients, subrecipients, and their contractors and subcontractors – prohibits obligating or expending federal award funds on certain telecommunications and video surveillance products and contracting with certain entities for national security reasons.
      • Limited English Proficiency (Civil Rights Act of 1964, Title VI)
        Recipients must comply with Title VI of the Civil Rights Act of 1964, (42 U.S.C. § 2000d et seq.) prohibition against discrimination on the basis of national origin, which requires that recipients of federal financial assistance take reasonable steps to provide meaningful access to persons with limited English proficiency (LEP) to their programs and services.  For additional assistance and information regarding language access obligations, please refer to the DHS Recipient Guidance: https://www.dhs.gov/guidance-published-helpdepartment-supported-organizations-provide-meaningful-access-people-limited and additional resources on http://www.lep.gov
      • Lobbying Prohibitions
        Recipients must comply with 31 U.S.C. § 1352, which provides that none of the funds provided under a federal financial assistance award may be expended by the recipient to pay any person to influence, or attempt to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with any federal action related to a federal award or contract, including any extension, continuation, renewal, amendment, or modification.
      • National Environmental Policy Act
        Recipients must comply with the requirements of the National Environmental Policy Act of 1969, (NEPA) Pub. L. 91-190 (1970) (codified as amended at 42 U.S.C. § 4321 et seq. and the Council on Environmental Quality (CEQ) Regulations for Implementing the Procedural Provisions of NEPA, which require recipients to use all practicable means within their authority, and consistent with other essential considerations of national policy, to create and maintain conditions under which people and nature can exist in productive harmony and fulfill the social, economic, and other needs of present and future generations of Americans.
      • Nondiscrimination in Matters Pertaining to Faith-Based Organizations
        It is DHS policy to ensure the equal treatment of faith-based organizations in social service programs administered or supported by DHS or its component agencies, enabling those organizations to participate in providing important social services to beneficiaries. Recipients must comply with the equal treatment policies and requirements contained in 6 C.F.R. Part 19 and other applicable statues, regulations, and guidance governing the participations of faith-based organizations in individual DHS programs.
      • Non-Supplanting Requirement
        Recipients receiving federal financial assistance awards made under programs that prohibit supplanting by law must ensure that federal funds do not replace (supplant) funds that have been budgeted for the same purpose through non-federal sources.
      • Notice of Funding Opportunity Requirements
        All the instructions, guidance, limitations, and other conditions set forth in the Notice of Funding Opportunity (NOFO) for this program are incorporated here by reference in the award terms and conditions. All recipients must comply with any such requirements set forth in the program NOFO.
      • Patents and Intellectual Property Rights
        Recipients are subject to the Bayh-Dole Act, 35 U.S.C. § 200 et seq, unless otherwise provided by law. Recipients are subject to the specific requirements governing the development, reporting, and disposition of rights to inventions and patents resulting from federal financial assistance awards located at 37 C.F.R. Part 401 and the standard patent rights clause located at 37 C.F.R. § 401.14.
      • Procurement of Recovered Materials
        States, political subdivisions of states, and their contractors must comply with Section 6002 of the Solid Waste Disposal Act, Pub. L. 89-272 (1965), (codified as amended by the Resource Conservation and Recovery Act, 42 U.S.C. § 6962.) The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 C.F.R. Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition.
      • Rehabilitation Act of 1973
        Recipients must comply with the requirements of Section 504 of the Rehabilitation Act of 1973, Pub. L. 93-112 (1973), (codified as amended at 29 U.S.C. § 794,) which provides  that no otherwise qualified handicapped individuals in the United States will, solely by reason of the handicap, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving federal financial assistance.
      • Reporting of Matters Related to Recipient Integrity and Performance
        General Reporting Requirements:
        If the total value of any currently active grants, cooperative agreements, and procurement contracts from all federal awarding agencies exceeds $10,000,000 for any period of time during the period of performance of this federal award, then the recipients must comply with the requirements set forth in the government-wide Award Term and Condition for Recipient Integrity and Performance Matters located at 2 C.F.R. Part 200, Appendix XII, the full text of which is incorporated here by reference in the award terms and conditions.
      • Reporting Subawards and Executive Compensation
        Reporting of first tier subawards.
        Recipients are required to comply with the requirements set forth in the government-wide award term on Reporting Subawards and Executive Compensation located at 2 C.F.R. Part 170, Appendix A, the full text of which is incorporated here by reference in the award terms and conditions.
      • Required Use of American Iron, Steel, Manufactured Products, and Construction Materials
        Recipients must comply with the “Build America, Buy America” provisions of the Infrastructure Investment and Jobs Act and E.O. 14005. Recipients of an award of Federal financial assistance from a program for infrastructure are hereby notified that none of the funds provided under this award may be used for a project for infrastructure unless:
        • all iron and steel used in the project are produced in the United States — this means all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States;
        • all manufactured products used in the project are produced in the United States — this means the manufactured product was manufactured in the United States; and the cost of the components of the manufactured product that are mined, produced, or manufactured in the United States is greater than 55 percent of the total cost of all components of the manufactured product, unless another standard for determining the minimum amount of domestic content of the manufactured product has been established under applicable law or regulation; and
        • all construction materials are manufactured in the United States — this means that all manufacturing processes for the construction material occurred in the United States.
          The Buy America preference only applies to articles, materials, and supplies that are consumed in, incorporated into, or affixed to an infrastructure project. As such, it does not apply to tools, equipment, and supplies, such as temporary scaffolding, brought to the construction site and removed at or before the completion of the infrastructure project. Nor does a Buy America preference apply to equipment and furnishings, such as movable chairs, desks, and portable computer equipment, that are used at or within the finished infrastructure project but are not an integral part of the structure or permanently affixed to the infrastructure project.
          Waivers
          When necessary, recipients may apply for, and the agency may grant, a waiver from these requirements. Information on the process for requesting a waiver from these requirements is on the website below.
          • When the Federal agency has made a determination that one of the following exceptions applies, the awarding official may waive the application of the domestic content procurement preference in any case in which the agency determines that:
            • applying the domestic content procurement preference would be inconsistent with the public interest;
            • the types of iron, steel, manufactured products, or construction materials are not produced in the United States in sufficient and reasonably available quantities or of a satisfactory quality; or
            • the inclusion of iron, steel, manufactured products, or construction materials produced in the United States will increase the cost of the overall project by more than 25 percent.
              A request to waive the application of the domestic content procurement preference must be in writing. The agency will provide instructions on the format, contents, and supporting materials required for any waiver request. Waiver requests are subject to public comment periods of no less than 15 days and must be reviewed by the Made in America Office.
              There may be instances where an award qualifies, in whole or in part, for an existing waiver described at "Buy America" Preference in FEMA Financial Assistance Programs for Infrastructure | FEMA.gov.
              The awarding Component may provide specific instructions to Recipients of awards from infrastructure programs that are subject to the “Build America, Buy America” provisions.  Recipients should refer to the Notice of Funding Opportunity for further information on the Buy America preference and waiver process.
      • SAFECOM
        Recipients receiving federal financial assistance awards made under programs that provide emergency communication equipment and its related activities must comply with the SAFECOM Guidance for Emergency Communication Grants, including provisions on technical standards that ensure and enhance interoperable communications.
      • Terrorist Financing
        Recipients must comply with E.O. 13224 and U.S. laws that prohibit transactions with, and the provisions of resources and support to, individuals and organizations associated with terrorism. Recipients are legally responsible to ensure compliance with the Order and laws.
      • Trafficking Victims Protection Act of 2000 (TVPA)
        Trafficking in Persons.
        Recipients must comply with the requirements of the government-wide financial assistance award term which implements Section 106 (g) of the Trafficking Victims Protection Act of 2000 (TVPA), codified as amended at 22 U.S.C. § 7104. The award term is located at 2 C.F.R. § 175.15, the full text of which is incorporated here by reference.
      • Universal Identifier and System of Award Management
        Requirements for System for Award Management and Unique Entity Identifier Recipients are required to comply with the requirements set forth in the government-wide financial assistance award term regarding the System for Award Management and Universal Identifier Requirements located at 2 C.F.R. Part 25, Appendix A, the full text of which is incorporated here by reference.
      • USA PATRIOT Act of 2001
        Recipients must comply with requirements of Section 817 of the Uniting and Strengthening America by Providing Appropriate Tools Required to Intercept and Obstruct Terrorism Act of 2001 (USA PATRIOT Act), which amends 18 U.S.C. §§ 175–175c.
      • Use of DHS Seal, Logo and Flags
        Recipients must obtain permission from their DHS FAO prior to using the DHS seal(s), logos, crests or reproductions of flags or likenesses of DHS agency officials, including use of the United States Coast Guard seal, logo, crests or reproductions of flags or likenesses of Coast Guard officials.
      • Whistleblower Protection Act
        Recipients must comply with the statutory requirements for whistleblower protections (if applicable) at 10 U.S.C § 2409, 41 U.S.C. § 4712, and 10 U.S.C. § 2324, 41 U.S.C. §§ 4304 and 4310.
    • BID OPENING:

      Bids that are not received in a timely manner, via the Hernando County eProcurement Portal, will not be accepted. Bids will be opened immediately after this date and time and will remain binding upon the Bidder for a period of ninety (90) days thereafter. Pursuant to Florida Statutes 119.071 sealed bids, proposals, or replies received by an agency pursuant to a competitive solicitation are exempt from inspection until such time as the agency provides notice of an intended decision or until thirty (30) days after opening the bids, proposals, or final replies whichever is earlier.

    • BID EVALUATION AND AWARD:

      Bid evaluation will be based on price, conformance with specifications and the Bidder’s ability and resources to perform the contract in accordance with the terms and conditions required. Bidders must submit all data necessary to evaluate and determine the quality of the item(s) and/or services they are bidding. A Vendor/Contractor shall not be qualified to bid when investigation by the Chief Procurement Officer of that Vendor/Contractor is either delinquent on a previously awarded contract or in litigation with Hernando County on a previously awarded contract.

    • MBE/WBE REPORTING, 40 CFR, Part 33, Subpart E

      When required, the Proposer/Consultant/Contractor agrees to complete (and cooperate with County in its completion of) and submit a “MBE/WBE Utilization Under Federal Grants and Cooperative Agreements” report (EPA Form 5700-52A) on an annual basis. The current EPA Form 5700-52A can be found at the EPA Grantee Forms Page at

      https://www.epa.gov/system/files/documents/2021-08/epa_form_5700_52a.pdf

      Reporting is required for assistance agreements where funds are budgeted for procuring construction, equipment, services and supplies (including funds budgeted for direct procurement by the recipient or procurement under subawards or loans in the “Other” category) with a cumulative total that exceed the Simplified Acquisition Threshold (SAT) (currently, $250,000 however the threshold will be automatically revised whenever the SAT is adjusted; See 2 CFR Section 200.1), including amendments and/or modifications. When reporting is required, all procurement actions are reportable, not just the portion which exceeds the SAT.

      Proposer/Consultant/Contractor agrees to comply with all recordkeeping requirements as stipulated in 40 CFR, Part 33, Subpart E including creating and maintaining a bidders list, when required. Any document created as a record to demonstrate compliance with any requirement of 40 CFR, Part 33 must be maintained pursuant to the requirements stated in this Subpart.

    • Contract Work Hours and Safety Standards Act (40 U.S.C. 3701–3708 as supplemented by 29 CFR Part 5)

      Applicability: All contracts awarded in excess of $100,000 that involve the employment of mechanics or laborers.

      All contracts awarded in excess of $100,000 that involve the employment of mechanics or laborers must be in compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. 3702 of the Act, each contractor is required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence.

    • Conflict of Interest (2 CFR § 200.112)

      Applicability: Any federal grant funded Contract or Contract that may receive federal grant funds.

      Proposer/Contractor/Consultant must disclose in writing any potential conflict of interest to the County or pass-through entity in accordance with applicable Federal policy.  Further, the County is required to maintain conflict of interest policies as it relates to procured contracts, which may be found in the Hernando County Purchasing and Contracts Department Policies and Procedures Manual. The Hernando County Purchasing and Contracts Department Policies and Procedures Manual is available at   https://www.hernandocounty.us/home/showpublisheddocument/7250/637656730645670000 . All Proposers/Contractors/Consultants shall familiarize themselves with such policies. 

       
    • F.O.B. POINT:

      The free-on-board (F.O.B.) point shall be installed at the location(s) specified herein. At the sole discretion of the County, bids showing other than F.O.B. Destination will not be accepted and are subject to rejection. The Bidders bid shall include all costs of packaging, transporting, delivery and unloading (THIS INCLUDES INSIDE DELIVERY IF REQUESTED) to designated point within the County.

    • CARGO PREFERENCE REQUIREMENTS (46 U.S.C. § 55305),( 46 C.F.R. PART 381)

      Applicability: The Cargo Preference Act of 1954 requirements applies to all contracts involving equipment, materials, or commodities that may be transported by ocean vessels.

      The Cargo Preference requirements apply to all contracts involved with the transport of equipment, material, or commodities by ocean vessel.

      Cargo Preference - Use of United States-Flag Vessels

      The contractor agrees:

      a. to use privately owned United States-Flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or commodities pursuant to the underlying contract to the extent such vessels are available at fair and reasonable rates for United States-Flag commercial vessels;

      b. to furnish within 20 working days following the date of loading for shipments originating within the United States or within 30 working days following the date of loading for shipments originating outside the United States, a legible copy of a rated, ""on-board"" commercial ocean bill-of-lading in English for each shipment of cargo described in the preceding paragraph to the Division of National Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590 and to the FTA recipient (through the contractor in the case of a subcontractor's bill-of-lading.); and

      c. to include these requirements in all subcontracts issued pursuant to this contract when the subcontract may involve the transport of equipment, material, or commodities by ocean vessel.

    • Education Amendments of 1972 (Title IX)

      Application: All awards to domestic entities.

      Proposer/Consultant/Contractor agrees that it shall not exclude individuals from participating in matters under this Agreement or deny an individual the benefits of or allow an individual to be subject to discrimination on the basis of sex.

    • Mandatory Disclosures (31 U.S.C. §§ 3799 – 3733)

      Applicability: All Contracts using federal grants funds, or which may use federal grant funds.

      Proposer/Contractor/Consultant acknowledges that 31 U.S.C. Chapter 38 (Administrative Remedies for False Claims and Statements) applies to the Proposer/Contractor/Consultant’s actions pertaining to this contract/solicitation.  The contractor must disclose in writing all violations of Federal criminal law involving fraud, bribery, or gratuity violations potentially affecting the Federal award.

       

    • Copyrighted Material and Data

      In accordance with 2 CFR 200.315, EPA has the right to reproduce, publish, use and authorize others to reproduce, publish and use copyrighted works or other data developed under this Agreement for Federal purposes.

      Examples of a Federal purpose include but are not limited to: (1) Use by EPA and other Federal employees for official Government purposes; (2) Use by Federal contractors performing specific tasks for [i.e., authorized by] the Government; (3) Publication in EPA documents provided the document does not disclose trade secrets (e.g. software codes) and the work is properly attributed to the recipient through citation or otherwise; (4) Reproduction of documents for inclusion in Federal depositories; (5) Use by State, tribal and local governments that carry out delegated Federal environmental programs as “co-regulators” or act as official partners with EPA to carry out a national environmental program within their jurisdiction and; (6) Limited use by other grantees to carry out Federal grants provided the use is consistent with the terms of EPA’s authorization to the other grantee to use the copyrighted works or other data.

      Under Item 6, the Proposer/Consultant/Contractor acknowledges that EPA may authorize another grantee(s) to use the copyrighted works or other data developed under this Agreement as a result of:

      • the selection of another grantee by EPA to perform a project that will involve the use of the copyrighted works or other data or;
      • termination or expiration of this Agreement.

      In addition, EPA may authorize another grantee to use copyrighted works or other data developed with Agency funds provided under this grant to perform another grant when such use promotes efficient and effective use of Federal grant funds.

    • REQUIREMENTS RELATED TO "DE MINIMIS" INDIRECT COST RATE (2 C.F.R. 200.414(f))

      A recipient that is eligible under the Part 200 Uniform Requirements and other applicable law to use the "de minimis" indirect cost rate described in 2 C.F.R. 200.414(f), and that elects to use the "de minimis" indirect cost rate, must advise OJP in writing of both its eligibility and its election, and must comply with all associated requirements in the Part 200 Uniform Requirements. The "de minimis" rate may be applied only to modified total direct costs (MTDC) as defined by the Part 200 Uniform Requirements.

    • DELIVERY

      Delivery is requested within # of calendar days after receipt of the purchase order. The delivery date stated on the Bid Form shall be the maximum acceptable delivery date. Failure to deliver within the time stated shall be cause for cancellation of the contract with all applicable remedies available to the County under State law. Bids submitted which fail to meet this requirement shall be cause for rejection. 

    • BID EVALUATION AND AWARD (continued) "All-or-None"
      1. Award shall be made on an “All-or-None Total Offer” basis to the lowest, responsive, and responsible Bidder. However, the County reserves the sole right to reject any and all bids in accordance with the Hernando County Procurement Ordinance. Failure to provide a price for all areas upon the Bid Form may deem the Bidder’s response/submission as non-responsive.

    • QUESTIONS REGARDING SPECIFICATIONS OR BIDDING PROCESS

      To ensure fair consideration for all Bidders, the County prohibits communication to or with any department, division or employee during the bid process, except as provided below:

      1. All questions relative to interpretation of the specifications or the bid process shall be addressed in writing via Hernando County's County's eProcurement Portal Q&A Tab, prior to the date set for submittal and opening of the bids.
      2. Any interpretation or clarification made to prospective Bidders will be expressed in the form of an addendum which, if issued, will be posted on the County's eProcurement Portal Q&A tab: Oral answers will not be authoritative.
      3. It will be the responsibility of the Bidder to visit https://secure.procurenow.com/portal/hernandocounty to insure they are aware of all addenda issued for this solicitation.
      4. All addenda must be acknowledged via the County's eProcurement Poral. Failure of any Bidder to acknowledge any addenda may be found non-responsive and subject to rejection.
    • Buy America (Build America, Buy America Act (Public Law 117-58, 29 U.S.C. § 50101. Executive Order 14005)

      Applicability: Applies to purchases of iron, steel, manufactured products and construction materials permanently incorporated into infrastructure projects, where federal grant funding agency requires it or if the grant funds which may come from any federal agency, but most commonly: the U.S. Environmental Protection Agency (EPA), the U.S. Federal Transit Administration (FTA), the US Federal Highway Administration (FHWA), the U.S. Federal Railroad Administration (FRA), Amtrack and the U.S. Federal Aviation Administration (FAA).

      All iron, steel, manufactured products and construction materials used under a federally grant funded project must be produced in the United States. For manufactured products,  this means the manufactured product was manufactured in the United States, and the cost of the components of the manufactured product that are mined, produced, or manufactured in the United States is greater than 55% of the total cost of all components of the manufactured product. Further, all construction materials used in covered projects must be manufactured in the United States. This means that all manufacturing processes for the construction material occurred in the United States. Additional requirements may apply depending on the Federal Granting Agency provisions, please check with the County for further details. Proposers shall be required to submit a completed Buy America Certificate with this procurement, an incomplete certificate may deem the proposers submittal non-responsive.

    • Davis-Bacon Act

      Applicability: The Davis-Bacon and Related Acts apply to contractors and subcontractors performing on federally funded or assisted contracts in excess of $2,000 for the construction, alteration, or repair (including painting and decorating) of public buildings or public works. Davis-Bacon Act and Related Act contractors and subcontractors must pay their laborers and mechanics employed under the contract no less than the locally prevailing wages and fringe benefits for corresponding work on similar projects in the area. However, the Davis-Bacon Act clause is not federally required for procurements under FEMA’s Public Assistance (PA) or Hazard Mitigation Assistance (HMA) Programs. 

      If applicable to this solicitation/contract, the Contractor agrees to comply with all provisions of the Davis Bacon Act as amended (40 U.S.C. 3141-3148).  Contractors must pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in the Secretary of Labor’s wage determination. Additionally, contractors are required to pay wages at least once per week.

      If the grant award contains Davis Bacon provisions, the County will place a copy of the Department of Labor’s current prevailing wage determination in each solicitation. The decision to award a contract shall be conditioned upon the acceptance of the wage determination. 

    • Utilization of Minority and Women’s Firms (M/WBE) (2 CFR § 200.321)

      Applicability: All federally grant funded Contracts or Contracts which may use federal grant funds. 

      Proposer/Contractor/Consultant must take all necessary affirmative steps to assure that minority businesses, women’s business enterprises, and labor surplus area firms are used when possible when obtaining suppliers and subcontracting work to be performed under this contract/solicitation, in accordance with 2 CFR 200.321. Affirmative steps must include:

      • Placing qualified small and minority businesses and women's business enterprises on solicitation lists;
      • Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources;
      • Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises;
      • Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises;
      • Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce; and
      • Requiring prime contractors, if subcontracts are to be let, to take the affirmative steps listed in paragraphs above.

      Prior to contract award, Proposer/Contractor/Consultant shall document efforts to utilize M/WBE firms including what firms were solicited as suppliers and/or subcontractors as applicable and submit this information with their bid submittal.  Information regarding certified M/WBE firms can be obtained from:

      • Florida Department of Management Services (Office of Supplier Diversity)
      • Florida Department of Transportation
      • Minority Business Development Center in most large cities and
      • Local Government M/DBE programs in many large counties and cities 
    • COMMUNICATION

      There shall be no communication between the Vendor/Contractor, their employees or subcontractors and County employees and elected officials (hereafter referred to as “County Representative”), except through the Procurement Department. Any attempt to communicate with any County Representative outside the Procurement Department will be considered a violation of the Procurement Policy and may result in the rejection of your bid.

    • CHARTER SERVICE (49 U.S.C. 5323(D) AND (R)), (49 C.F.R. PART 604)

      Applicability: The Charter Bus requirements apply to contracts for operating public transportation service.

      The Charter Bus requirements flow down from FTA recipients and subrecipients to first tier service contractors.

      Charter Service

      The contractor agrees to comply with 49 U.S.C. 5323(d), 5323(r), and 49 C.F.R. part 604, which provides that recipients and subrecipients of FTA assistance are prohibited from providing charter service using federally funded equipment or facilities if there is at least one private charter operator willing and able to provide the service, except as permitted under:

      1. Federal transit laws, specifically 49 U.S.C. § 5323(d);

      2. FTA regulations, “Charter Service,” 49 C.F.R. part 604;

      3. Any other federal Charter Service regulations; or

      4. Federal guidance, except as FTA determines otherwise in writing.

      The contractor agrees that if it engages in a pattern of violations of FTA’s Charter Service regulations, FTA may require corrective measures or impose remedies on it. These corrective measures and remedies may include:

      1. Barring it or any subcontractor operating public transportation under its Award that has provided prohibited charter service from receiving federal assistance from FTA;

      2. Withholding an amount of federal assistance as provided by Appendix D to part 604 of FTA’s Charter Service regulations; or

      3. Any other appropriate remedy that may apply.

      The contractor should also include the substance of this clause in each subcontract that may involve operating public transit services.

    • Scientific Integrity Terms and Conditions

      Proposer/Consultant/Contractor shall comply with EPA’s Scientific Integrity Policy (available at https://www.epa.gov/osa/policy-epa-scientific-integrity) when conducting, supervising, and communicating science and when using or applying the results of science. For purposes of this Agreement, scientific activities include, but are not limited to, computer modelling, economic analysis, field sampling, laboratory experimentation, demonstrating new technology, statistical analysis, and writing a review article on a scientific issue. The Contractor agrees to adhere to the following:

      39.1 Scientific Products

      39.1.1 Produce scientific products of the highest quality, rigor, and objectivity, by adhering to applicable EPA information quality guidelines quality policy and peer review policy.

      39.1.2 Prohibit all employees, subcontractors, and program participants, including scientists, managers, and other recipient leadership, from suppressing, altering, or otherwise impeding the timely release of scientific findings or conclusions.

      39.1.3 Adhere to EPA’s Peer Review Handbook, 4th Edition, for the peer review of scientific and technical work products generated through EPA grants or cooperative agreements which, by definition, are not primarily for EPA’s direct use or benefit.

      39.2 Scientific Findings

      39.2.1 Require that reviews regarding the content of a scientific product that are conducted by the project manager and the broader management chain be based only on scientific quality considerations, e.g., the methods used are clear and appropriate, the presentation of results and conclusions is impartial.

      39.2.2 Ensure scientific findings are generated and disseminated in a timely and transparent manner, including scientific research performed by employees, scubontractors, and program participants, who assist with developing or applying the results of scientific activities.

      39.2.3 Include, when communicating scientific findings, an explication of underlying assumptions, accurate contextualization of uncertainties, and a description of the probabilities associated with both optimistic and pessimistic projections, if applicable.

      39.2.4 Document the use of independent validation of scientific methods.

      39.2.5 Document any independent review of the recipient’s scientific facilities and testing activities, as occurs with accreditation by a nationally or internationally recognized sanctioning body.

      39.2.6 Make scientific information available online in open formats in a timely manner, including access to data and non-proprietary models.

      39.3 Scientific Misconduct

      39.3.1 Prohibit intimidation or coercion of scientists to alter scientific data, findings, or professional opinions or non-scientific influence of scientific advisory boards. In addition, Contractor’s employees, subcontractors, and program participants, including scientists, managers, and other leadership, shall not knowingly misrepresent, exaggerate, or downplay areas of scientific uncertainty.

      39.3.2 Prohibit retaliation or other punitive actions toward Contractor’s employees and subcontractors who uncover or report allegations of scientific and research misconduct, or who express a differing scientific opinion. Employees and subcontractors who have allegedly engaged in scientific or research misconduct shall be afforded the due process protections provided by law, regulation, and applicable collective bargaining agreements, prior to any action. Contractor shall ensure that all employees and subcontractors shall be familiar with these protections and avoid the appearance of retaliatory actions.

      39.3.3 Require all employees, subcontractors, and program participants to act honestly and refrain from acts of research misconduct, including publication or reporting, as described in EPA’s Policy and Procedures for Addressing Research Misconduct, Section 9.C. Research misconduct does not include honest error or differences of opinion. While EPA retains the ultimate oversight authority for EPA-supported research, grant recipients conducting research bear primary responsibility for prevention and detection of research misconduct and for the inquiry, investigation, and adjudication of research misconduct alleged to have occurred in association with their own institution.

    • Copeland “Anti-Kickback” Act

      Applicability: For all prime construction contracts above $2,000, when the Davis-Bacon Act also applies, recipients or subrecipients must include a provision in contracts and subcontracts for compliance with the Copeland “Anti-Kickback” Act. The Copeland “Anti-Kickback” Act does not apply to all FEMA financial assistance programs. However, the Copeland “Anti-Kickback” Act clause is not federally required for procurements under FEMA’s PA or HMA Programs. 

      Contractor. The Contractor shall comply with 18 U.S.C. § 874, 40 U.S.C. § 3145, and the requirements of 29 C.F.R. Part 3 as may be applicable, which are incorporated by reference into this contract.

      Subcontracts. The Contractor or Subcontractor shall insert in any subcontracts the clause above and such other clauses as FEMA may by appropriate instructions require, and a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The Prime Contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all these contract clauses.

      Breach. A breach of the contract clauses above may be grounds for termination of the contract, and for debarment as a contractor and subcontractor as provided in 29 C.F.R. § 5.12.

    • BID EVALUATION AND AWARD (continued) "Lowest Price"

      The County reserves the right to make multiple awards to the lowest, responsive, and responsible Bidders based on group or the unit item price, whichever is the most advantageous to the County. However, the County reserves the sole right to reject any and all bids in accordance with the Hernando County Procurement Ordinance.

    • REQUIREMENT TO REPORT POTENTIALLY DUPLICATIVE FUNDING

      If the recipient currently has other active awards of federal funds, or if the recipient receives any other award of federal funds during the period of performance for this award, the recipient promptly must determine whether funds from any of those other federal awards have been, are being, or are to be used (in whole or in part) for one or more of the identical cost items for which funds are provided under this award. If so, the recipient must promptly notify the DOJ awarding agency (OJP or OVW, as appropriate) in writing of the potential duplication, and, if so requested by DOJ awarding agency, must seek a budget-modification or change-of-project-scope grant award modification (GAM) to eliminate any inappropriate duplication of funding.

    • Pro-Children Act.

      Application: to awards performed in facilities where children are served.

      (a) Public Law 103-227, Title X, Part C, also known as the Pro-Children Act of 1994 (Act), 20 U.S.C. 7183, imposes restrictions on smoking in facilities where certain federally funded children's services are provided. The Act prohibits smoking within any indoor facility (or portion thereof), whether owned, leased, or contracted for, that is used for the routine or regular provision of: (i) Kindergarten, elementary, or secondary education or library services or (ii) health or day care services that are provided to children under the age of 18. The statutory prohibition also applies to indoor facilities that are constructed, operated, or maintained with Federal funds.

       

      (b) By acceptance of this contract or order, the Proposer/Consultant/Contractor agrees to comply with the requirements of the Act. The Act also applies to all subcontracts awarded under this contract for the specified children's services. Accordingly, the Proposer/Consultant/Contractor shall ensure that each of its employees, and any subcontractor staff, is made aware of, understands, and complies with the provisions of the Act. Failure to comply with the Act may result in the imposition of a civil monetary penalty in an amount not to exceed $1,000 for each violation and/or the imposition of an administrative compliance order on the responsible entity. Each day a violation continues constitutes a separate violation.

    • Equal Employment Opportunity (As per 2 CFR Part 200, Appendix II(C); 41 CFR § 61-1.4; 41 CFR § 61-4.3; Executive Order 11246 as amended by Executive Order 11375)

      Applicability: except as otherwise provided under 41 CFR Part 60, applies to all contracts that meet the definition of “federally assisted construction contract” in 41 CFR Part 60-1.3.

      During the performance of this Contract, the Proposer/Contractor/Consultant agrees as follows: 

      (1) The Proposer/Contractor/Consultant will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Proposer/Contractor/Consultant will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identify, or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff, or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Proposer/Contractor/Consultant agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause; 

      (2) The Proposer/Contractor/Consultant will, in all solicitations or advertisements for employees placed by or on behalf of the Proposer/ Contractor/Consultant, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin;

      (3) The Proposer/Contractor/Consultant will send to each labor union or representative of workers with which it has a collective bargaining Contract or other contract or understanding, a notice to be provided advising the said labor union or workers’ representatives of the Proposer/Contractor/Consultant’s commitments under this section and shall post copies of the notice in conspicuous places available to employees and applicants for employment;

      (4) The Proposer/Contractor/Consultant will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor;

      (5) The Proposer/Contractor/Consultant will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders.;

      (6) In the event of the Proposer/Contractor/Consultant’s noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the Proposer/Contractor/Consultant may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law.;

      (7) Proposer/Contractor/Consultant will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Proposer/Contractor/Consultant will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a Proposer/Contractor/Consultant becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the Proposer/Contractor/Consultant may request the United States to enter into such litigation to protect the interests of the United States.

       

    • Patents and Inventions 

      Rights to inventions made under this assistance agreement are subject to federal patent and licensing regulations, which are codified at Title 37 CFR Part 401 and Title 35 USC Sections 200-212.

      Pursuant to the Bayh-Dole Act (set forth in 35 USC 200-212), EPA retains the right to a worldwide, nonexclusive, nontransferable, irrevocable, paid-up license to practice the invention owned by the assistance agreement holder, as defined in the Act.

      In accordance with Executive Order 12591, as amended, government owned and operated laboratories can enter into cooperative research and development agreements with other federal laboratories, state and local governments, universities, and the private sector, and license, assign, or waive rights to intellectual property “developed by the laboratory either under such cooperative research or development agreements and from within individual laboratories.”

    • BID EVALUATION AND AWARD (continued) "Price per Location"

      The bid price, per location, constitutes the total compensation payable to the Vendor/Contractor for performing all work specified within these contract documents. All duties, responsibilities, and obligations assigned to or undertaken by the Vendor/Contractor shall be at their expense without change in the contract price(s).

    • Hatch Act.

      Application: all awards to state and local governments.

      Proposer/Consultant/Contractor agrees that no funds provided, nor persons employed under this agreement, shall be in anyway or to any extent engaged in the conduct of political activities in violation of Chapter 15, Title V of the U.S.C.

    • Contract Work Hours and Safety Standards Act

      (1) Overtime requirements. No Contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek.

      (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (b)(1) of this section the Contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such Contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (b)(1) of this section, in the sum of $27 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (b)(1) of this section.

      (3) Withholding for unpaid wages and liquidated damages. Hernando County,  shall upon its own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld, from any moneys payable on account of work performed by the Contractor or subcontractor under any such contract or any other federal contract with the same prime Contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime Contractor, such sums as may be determined to be necessary to satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (b)(2) of this section.

      (4) Subcontracts. The Contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (b)(1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (b)(1) through (4) of this section. 

      (5) Anti-retaliation. It is unlawful for any person to discharge, demote, intimidate, threaten, restrain, coerce, blacklist, harass, or in any other manner discriminate against, or to cause any person to discharge, demote, intimidate, threaten, restrain, coerce, blacklist, harass, or in any other manner discriminate against, any worker or job applicant for:

      (i) Notifying any Contractor of any conduct which the worker reasonably believes constitutes a violation of the Contract Work Hours and Safety Standards Act (CWHSSA) or its implementing regulations in this part;

      (ii) Filing any complaint, initiating, or causing to be initiated any proceeding, or otherwise asserting or seeking to assert on behalf of themselves or others any right or protection under CWHSSA or this part;

      (iii) Cooperating in any investigation or other compliance action, or testifying in any proceeding under CWHSSA or this part; or

      (iv) Informing any other person about their rights under CWHSSA or this part. 

    • WITHDRAWAL OF BIDS:

      Bids may be withdrawn only via the County’s eProcurement Portal prior to the time fixed for opening.  Negligence on the part of the Bidder in preparing the bid confers no right for the withdrawal of the bid after it has been opened. 

    • REQUIREMENTS RELATED TO SYSTEM FOR AWARD MANAGEMENT AND UNIVERSAL IDENTIFIER REQUIREMENTS

      The recipient must comply with applicable requirements regarding the System for Award Management (SAM), currently accessible at https://www.sam.gov/SAM/. This includes applicable requirements regarding registration with SAM, as well as maintaining the currency of information in SAM.

      The recipient also must comply with applicable restrictions on subawards (""subgrants"") to first-tier subrecipients (first-tier ""subgrantees""), including restrictions on subawards to entities that do not acquire and provide (to the recipient) the unique entity identifier required for SAM registration.

      The details of the recipient's obligations related to SAM and to unique entity identifiers are posted on the OJP web site at https://ojp.gov/funding/Explore/SAM.htm (Award condition: System for Award Management (SAM) and Universal Identifier Requirements), and are incorporated by reference here.

      This condition does not apply to an award to an individual who received the award as a natural person (i.e., unrelated to any business or non-profit organization that he or she may own or operate in his or her name).

    • LIQUIDATED DAMAGES:

      Should the awarded Vendor/Contractor fail to complete the required services or make delivery of the commodities or equipment within the time(s) specified in the contract, or within such additional time(s) as may be granted by the County, the County will suffer damage, the amount of which is difficult, if not impossible to ascertain. Therefore, the Vendor/Contractor shall pay to the County, as liquidated damages, the sum of $ for each calendar day of delay that actual completion extends beyond the time limit specified until such reasonable time as may be required for final completion of the work. Such sum is mutually agreed upon as a reasonable and proper amount of damages the County will sustain per diem by failure of the Vendor/Contractor to complete the services or make delivery within the specified time. The costs for liquidated damages shall not be construed as a penalty on the Vendor/Contractor. 

    • CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT (42 U.S.C. §§ 7401 – 7671Q; 33 U.S.C. §§ 1251-1387), (2 CFR PART 200 APPENDIX II (G))

      Applicability: The Clean Air and Clean Water Act requirements apply to each contract and subcontract exceeding $150,000. Each contract and subcontract must contain a provision that requires the recipient to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401–7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251–1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA).

      The Clean Air Act and Federal Water Pollution Control Act requirements extend to all third party contractors and their contracts at every tier and subrecipients and their subcontracts at every tier.

      The Contractor agrees:

      1) It will not use any violating facilities;

      2) It will report the use of facilities placed on or likely to be placed on the U.S. EPA “List of Violating Facilities;”

      3) It will report violations of use of prohibited facilities to FTA; and

      4) It will comply with the inspection and other requirements of the Clean Air Act, as amended, (42 U.S.C. §§ 7401 – 7671q); and the Federal Water Pollution Control Act as amended, (33 U.S.C. §§ 1251-1387).

    • Acknowledgement Requirements for Non-ORD Assistance Agreements

      Proposer/Consultant/Contractor agrees and acknowledges that any reports, documents, publications or other materials developed for public distribution supported by this assistance agreement shall contain the following statement:

      "This project has been funded wholly or in part by the United States Environmental Protection Agency under assistance agreement (number) to (recipient). The contents of this document do not necessarily reflect the views and policies of the Environmental Protection Agency, nor does the EPA endorse trade names or recommend the use of commercial products mentioned in this document.”

      Recipients of EPA Office of Research Development (ORD) research awards must follow the acknowledgement requirements outlined in the research T&Cs available at: https://www.nsf.gov/awards/managing/rtc.jsp. A Federal-wide workgroup is currently updating the Federal-Wide Research Terms and Conditions Overlay to the Uniform Administrative Requirements, Cost Principles and Audit Requirements for Federal Awards and when completed recipients of EPA ORD research must abide by the research T&Cs.

    • BID PROTESTS:

      Any Bidder who protests the Bid Specifications or Award or Intent to Award, must file with the County a notice of protest and formal written protest in compliance with the Hernando County Procurement Manual, Section 22, which can be found at procurement-manual_v-july-2025.pdf. Failure to timely file such documents will constitute a waiver of proceedings. Failure to file a protest within the time prescribed by, or failure to post the bond or other security in strict accordance with, the Hernando County Procurement Manual, Section 22, shall constitute a waiver of protest proceedings.

    • AS SPECIFIED:

      All items delivered must meet the specifications herein. Items delivered not as specified will be returned at no expense to the County. The County may return, for full credit, any unused items received which fail to meet the County’s performance standards. Replacement items meeting specifications must be submitted within a reasonable time after rejection of the non-conforming items.

       

    • Davis-Bacon Act (40 U.S.C. §§ 3141-3144 and 3146-3148, as supplemented by 29 CFR Part 5)

      Applicability: When required by Federal Program legislation, grant funding, and all prime construction contracts in excess of $2,000 awarded by non-Federal entities, including Hernando County.  

      If applicable to this solicitation/contract, the Proposer/Contractor/Consultant agrees to comply with all provisions of the Davis Bacon Act as amended (40 U.S.C. 3141-3148).  Proposers/Contractors/Consultants are required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor.  In addition, contractors must be required to pay wages not less than once a week.  If the grant award contains Davis Bacon provisions, the County will place a copy of the current prevailing wage determination issued by the Department of Labor in the solicitation document.  The decision to award a contract shall be conditioned upon the acceptance of the wage determination.

       

    • BID EVALUATION AND AWARD (continued)
      1. If two (2) or more fully responsive, responsible bids are received for the same total amount or unit price, quality and service being equal, the County reserves the right to award the contract to the Bidder whose place of business is located within the boundaries of Hernando County, Florida. Should tie bids, as described above, be received from either two (2) or more Hernando County Bidders or from non-local Bidders when no Hernando County Bidder has submitted a tie bid, then the Board of County Commissioners shall award the contract to one (1) Vendor/Contractor by drawing lots in a public meeting.
      2. The County shall be the sole judge as to the relative merits of the bids received.
      3. If a separate written contract is not required by the County; a written letter of award, mailed or otherwise furnished to the successful Bidder, shall result in a binding contract without further action by either party.
      4. Discounts for payments within less than twenty (20) days will not be considered in evaluation of bids, however, offered discounts will be taken for less than twenty (20) days if payment is made within the discount period.
      5. Bidders/Proposers are hereby notified of the provisions of section 287.05701, Florida Statutes, as amended, that the County or the County’s Board will not request documentation of or consider a Bidder's/Proposer’s social, political, or ideological interests when determining if the Bidder/Proposer is responsible and may not give preference to a Bidder/Proposer based on the Bidder's/Proposer’s social, political, or ideological interests.

    • CIVIL RIGHTS REQUIREMENTS

      CIVIL RIGHTS REQUIREMENTS (49 U.S.C. § 5332 49 U.S.C. CHAPTER 53 TITLE VII OF THE CIVIL RIGHTS ACT OF 1964, AS AMENDED, 42 U.S.C. § 2000E, AND EXECUTIVE ORDER NO. 11246; TITLE IX OF THE EDUCATION AMENDMENTS OF 1972, AS AMENDED, 20 U.S.C. § 1681 ET SEQ.; 42 U.S.C. § 6101 ET SEQ; 42 U.S.C. § 12101 ET SEQ.,), (49 C.F.R. PART 25; 45 C.F.R. PART 90; 29 C.F.R. PART 1625; 42 U.S.C. § 12101 ET SEQ.)

      The Civil Rights requirements flow down to all third party contractors and their contracts at every tier.

      Civil Rights and Equal Opportunity

      The COUNTY is an Equal Opportunity Employer. As such, the COUNTY agrees to comply with all applicable Federal civil rights laws and implementing regulations. Apart from inconsistent requirements imposed by Federal laws or regulations, the COUNTY agrees to comply with the requirements of 49 U.S.C. § 5323(h) (3) by not using any Federal assistance awarded by FTA to support procurements using exclusionary or discriminatory specifications.

      Under this Agreement, the Contractor shall at all times comply with the following requirements and shall include these requirements in each subcontract entered into as part thereof.

      1. Nondiscrimination. In accordance with Federal transit law at 49 U.S.C. § 5332, the Contractor agrees that it will not discriminate against any employee or applicant for employment because of race, color, religion, national origin, sex, disability, or age. In addition, the Contractor agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA may issue.

      2. Race, Color, Religion, National Origin, Sex. In accordance with Title VII of the Civil Rights Act, as amended, 42 U.S.C. § 2000e et seq., and Federal transit laws at 49 U.S.C. § 5332, the Contractor agrees to comply with all applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. chapter 60, and Executive Order No. 11246, ""Equal Employment Opportunity in Federal Employment,"" September 24, 1965, 42 U.S.C. § 2000e note, as amended by any later Executive Order that amends or supersedes it, referenced in 42 U.S.C. § 2000e note. The Contractor agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, national origin, or sex (including sexual orientation and gender identity). Such action shall include, but not be limited to, the following: employment, promotion, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue.

      3. Age. In accordance with the Age Discrimination in Employment Act, 29 U.S.C. §§ 621-634, U.S. Equal Employment Opportunity Commission (U.S. EEOC) regulations, “Age Discrimination in Employment Act,” 29 C.F.R. part 1625, the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6101 et seq., U.S. Health and Human Services regulations, “Nondiscrimination on the Basis of Age in Programs or Activities Receiving Federal Financial Assistance,” 45 C.F.R. part 90, and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees to refrain from discrimination against present and prospective employees for reason of age. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue.

      4. Disabilities. In accordance with section 504 of the Rehabilitation Act of 1973, as amended, 29 U.S.C. § 794, the Americans with Disabilities Act of 1990, as amended, 42 U.S.C. § 12101 et seq., the Architectural Barriers Act of 1968, as amended, 42 U.S.C. § 4151 et seq., and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees that it will not discriminate against individuals on the basis of disability. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue.

    • Health Insurance Portability and Accountability Act.

      Application: When considered a covered entity.

    • EMPLOYMENT ELIGIBILITY VERIFICATION FOR HIRING UNDER THE AWARD (8 U.S.C. 1324a(a)(1))

      1. The recipient (and any subrecipient at any tier) must--

      A. Ensure that, as part of the hiring process for any position within the United States that is or will be funded (in whole or in part) with award funds, the recipient (or any subrecipient) properly verifies the employment eligibility of the individual who is being hired, consistent with the provisions of 8 U.S.C. 1324a(a)(1).

      B. Notify all persons associated with the recipient (or any subrecipient) who are or will be involved in activities under this award of both--

      (1) this award requirement for verification of employment eligibility, and

      (2) the associated provisions in 8 U.S.C. 1324a(a)(1) that, generally speaking, make it unlawful, in the United States, to hire (or recruit for employment) certain aliens.

      C. Provide training (to the extent necessary) to those persons required by this condition to be notified of the award requirement for employment eligibility verification and of the associated provisions of 8 U.S.C. 1324a(a)(1).

      D. As part of the recordkeeping for the award (including pursuant to the Part 200 Uniform Requirements), maintain records of all employment eligibility verifications pertinent to compliance with this award condition in accordance with Form I-9 record retention requirements, as well as records of all pertinent notifications and trainings.

      2. Monitoring

      The recipient's monitoring responsibilities include monitoring of subrecipient compliance with this condition.

      3. Allowable costs

      To the extent that such costs are not reimbursed under any other federal program, award funds may be obligated for the reasonable, necessary, and allocable costs (if any) of actions designed to ensure compliance with this condition.

      4. Rules of construction

      A. Staff involved in the hiring process

      For purposes of this condition, persons ""who are or will be involved in activities under this award"" specifically includes (without limitation) any and all recipient (or any subrecipient) officials or other staff who are or will be involved in the hiring process with respect to a position that is or will be funded (in whole or in part) with award funds.

      B. Employment eligibility confirmation with E-Verify

      For purposes of satisfying the requirement of this condition regarding verification of employment eligibility, the recipient (or any subrecipient) may choose to participate in, and use, E-Verify (www.everify.gov), provided an appropriate person authorized to act on behalf of the recipient (or subrecipient) uses E-Verify (and follows the proper E-Verify procedures, including in the event of a "Tentative Nonconfirmation" or a "Final Nonconfirmation") to confirm employment eligibility for each hiring for a position in the United States that is or will be funded (in whole or in part) with award funds.

      C. "United States" specifically includes the District of Columbia, Puerto Rico, Guam, the Virgin Islands of the United States, and the Commonwealth of the Northern Mariana Islands.

      D. Nothing in this condition shall be understood to authorize or require any recipient, any subrecipient at any tier, or any person or other entity, to violate any federal law, including any applicable civil rights or nondiscrimination law.

      E. Nothing in this condition, including in paragraph 4.B., shall be understood to relieve any recipient, any subrecipient at any tier, or any person or other entity, of any obligation otherwise imposed by law, including 8 U.S.C. 1324a(a)(1).

      Questions about E-Verify should be directed to DHS. For more information about E-Verify visit the E-Verify website (https://www.e-verify.gov/) or email E-Verify at E-Verify@dhs.gov. E-Verify employer agents can email E-Verify at E-VerifyEmployerAgent@dhs.gov.

      Questions about the meaning or scope of this condition should be directed to OJP, before award acceptance.

    • Rights to Inventions Made Under a Contract or Agreement

      Standard patent rights clauses in accordance with 37 CFR § 401.14 shall apply.

    • CODES AND REGULATIONS:

      The awarded Vendor/Contractor must strictly comply with all Federal, State, and local building and safety codes.

    • LOCAL PREFERENCE:
      1. Purpose and Findings: These provisions apply to purchases using Formal Bids, Request for Proposals or Quotes. The County annually spends significant dollars on purchasing personal property, materials, and services, and in constructing improvements to real property or existing structures. The dollars used in making those purchases are derived, in large part, from taxes, fees and utility revenues paid by businesses located within Hernando County, and the County Commission has determined that funds generated in the community should, to the extent possible, be placed back into the local economy. Therefore, the County Commission has determined that it is in the best interest of the County to give a preference to local businesses in making such purchases whenever the application of such a preference is reasonable in light of the dollar-value of bids and quotes received in relation to such expenditures.
      2. Application:
        1. In bidding for or letting contracts for procurement of supplies, materials, equipment, and services, as described in the procurement policies of the County, the Board of County Commissioners may give a preference to local businesses in making purchases or awarding contracts in an amount not to exceed:
          1. Five percent (5%) of the local business’ total bid price if the cost differential does not exceed $10,000.00 for procurement activities in amounts over $50,000.00
        2. The total bid price shall include not only the base bid price, but also all alterations to the base bid price resulting from alternates which were both part of the bid and actually purchased or awarded by the Board of County Commissioners.
        3. In the case of requests for proposals or qualification, letters of interest, or other solicitations and competitive negotiations and selections in which objective factors are used to evaluate the responses, local businesses shall be assigned five percent (5%) of the total points of the total evaluation points.
      3. Definitions:
        1. Local vendor means a person or business entity which has maintained a permanent place of business with full-time employees within Hernando County for a minimum of twelve (12) months prior to the date bids or quotes were received for the purchase or contract at issue, and which generally provides from such permanent place of business the kinds of goods or services solicited, and which at the time of the solicitation fully complies with the local vendor eligibility identified below.
        2. Local Vendor Affidavit of Eligibility shall accompany the quotation or bid submittal in order to be considered valid and shall include, but not be limited to, the following current information:
          1. A physical business and location address.
          2. Proof of payment of real property tax due to Hernando County.
          3. A copy of the firm’s most recent annual corporation report to the Florida Division of Corporations.
          4. Any additional information necessary to verify local vendor status.
      4. Competitive Bids/Quotes: The County reserves the exclusive right to compare, contrast and otherwise evaluate the qualifications, character, responsibility and financial qualifications of all persons, firms, partnerships, companies, or corporations submitting formal bids or formal quotes in any procurement for goods and services when making an award in the best interests of the County.
      5. Exemptions:
        1. Purchases resulting from exigent emergency conditions where any delay in completion or performance would jeopardize public health, safety, or welfare of the citizens of the County, or where in the judgment of the County the operational effectiveness or a significant County function would be seriously threatened if a purchase was not made expeditiously.
        2. Purchases with any sole source supplier for supplies, materials, or other equipment.
        3. Purchases made through cooperative purchasing arrangements utilized by the Procurement Department as identified in the Procurement Policy.
        4. Purchases that are funded in whole or in part by assistance from any Federal, State, or local agency where the program guidelines do not permit local preference.
        5. Purchases with an estimated cost of less than $10,000.00 or less.
        6. Appeal: If an application for a “local vendor/contractor” designation is denied, the applicant may appeal such decision to the County Administrator for review and further consideration.
    • Historic Properties/Archeological Sites. Construction work.

      Application: All awards that include major or minor A&R, construction or any work that will result in physical changes to real property.

    • USDOT DISADVANTAGED BUSINESS ENTERPRISE PROGRAM REQUIREMENTS (49 CFR 26)

      Applicability: The Disadvantaged Business Enterprise (DBE) program applies to FTA recipients receiving planning, capital and/or operating assistance that will award prime contracts (excluding transit vehicle purchases) exceeding $250,000 in FTA funds in a Federal fiscal year. All FTA recipients above this threshold must submit a DBE program and overall triennial goal for DBE participation. The overall goal reflects the anticipated amount of DBE participation on DOT-assisted contracts. As part of its DBE program, FTA recipients must require that each transit vehicle manufacturer (TVM), as a condition of being authorized to bid or propose on FTA assisted transit vehicle procurements, certify that it has complied with the requirements of 49 C.F.R. § 26.49. Only those transit vehicle manufacturers listed on FTA's certified list of Transit Vehicle Manufacturers, or that have submitted a goal methodology to FTA that has been approved or has not been disapproved at the time of solicitation, are eligible to bid.

      The DBE contracting requirements flow down to all third party contractors and their contracts at every tier. It is the recipient’s and prime contractor’s responsibility to ensure the DBE requirements are applied across the board to all subrecipients/contractors/subcontractors. Should a subcontractor fail to comply with the DBE regulations, FTA would look to the recipient to make sure it intervenes to monitor compliance. The onus for compliance is on the recipient.

      Overview

      It is the policy of the COUNTY and the United States Department of Transportation (“DOT”) that Disadvantaged Business Enterprises (“DBE’s”), as defined herein and in the Federal regulations published at 49 C.F.R. part 26, shall have an equal opportunity to participate in DOT-assisted contracts. It is also the policy of the COUNTY to:

      1. Ensure nondiscrimination in the award and administration of DOT-assisted contracts;

      2. Create a level playing field on which DBE’s can compete fairly for DOT-assisted contracts;

      3. Ensure that the DBE program is narrowly tailored in accordance with applicable law;

      4. Ensure that only firms that fully meet 49 C.F.R. part 26 eligibility standards are permitted to participate as DBE’s;

      5. Help remove barriers to the participation of DBEs in DOT assisted contracts;

      6. To promote the use of DBEs in all types of federally assisted contracts and procurement activities; and

      7. Assist in the development of firms that can compete successfully in the marketplace outside the DBE program.

      This Contract is subject to 49 C.F.R. part 26. Therefore, the Contractor must satisfy the requirements for DBE participation as set forth herein. These requirements are in addition to all other equal opportunity employment requirements of this Contract. The COUNTY shall make all determinations with regard to whether or not a Bidder/Offeror is in compliance with the requirements stated herein. In assessing compliance, the COUNTY may consider during its review of the Bidder/Offeror’s submission package, the Bidder/Offeror’s documented history of non-compliance with DBE requirements on previous contracts with the COUNTY.

      Contract Assurance

      The Contractor, subrecipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this Contract. The Contractor shall carry out applicable requirements of 49 C.F.R. part 26 in the award and administration of DOT-assisted contracts. Failure by the Contractor to carry out these requirements is a material breach of this Contract, which may result in the termination of this Contract or such other remedy as the COUNTY deems appropriate.

      DBE Participation

      For the purpose of this Contract, the COUNTY will accept only DBE’s who are:

      1. Certified, at the time of bid opening or proposal evaluation, by the [certifying agency or the Unified Certification Program (UCP)]; or

      2. An out-of-state firm who has been certified by either a local government, state government or Federal government entity authorized to certify DBE status or an agency whose DBE certification process has received FTA approval; or

      3. Certified by another agency approved by the COUNTY.

      DBE Participation Goal

      The DBE participation goal for this Contract is set at %. This goal represents those elements of work under this Contract performed by qualified Disadvantaged Business Enterprises for amounts totaling not less than % of the total Contract price. Failure to meet the stated goal at the time of proposal submission may render the Bidder/Offeror non-responsive.

      Proposed Submission

      Each Bidder/Offeror, as part of its submission, shall supply the following information:

      1. A completed DBE Utilization Form (see below) that indicates the percentage and dollar value of the total bid/contract amount to be supplied by Disadvantaged Business Enterprises under this Contract.

      2. A list of those qualified DBE’s with whom the Bidder/Offeror intends to contract for the performance of portions of the work under the Contract, the agreed price to be paid to each DBE for work, the Contract items or parts to be performed by each DBE, a proposed timetable for the performance or delivery of the Contract item, and other information as required by the DBE Participation Schedule (see below). No work shall be included in the Schedule that the Bidder/Offeror has reason to believe the listed DBE will subcontract, at any tier, to other than another DBE. If awarded the Contract, the Bidder/Offeror may not deviate from the DBE Participation Schedule submitted in response to the bid. Any subsequent changes and/or substitutions of DBE firms will require review and written approval by the COUNTY.

      3. An original DBE Letter of Intent (see below) from each DBE listed in the DBE Participation Schedule.

      4. An original DBE Affidavit (see below) from each DBE stating that there has not been any change in its status since the date of its last certification.

      Good Faith Efforts

      If the Bidder/Offeror is unable to meet the goal set forth above (DBE Participation Goal), the COUNTY will consider the Bidder/Offeror’s documented good faith efforts to meet the goal in determining responsiveness. The types of actions that the COUNTY will consider as part of the Bidder/Offeror’s good faith efforts include, but are not limited to, the following:

      1. Documented communication with the COUNTY’s DBE Coordinator (questions of IFB or RFP requirements, subcontracting opportunities, appropriate certification, will be addressed in a timely fashion);

      2. Pre-bid meeting attendance. At the pre-bid meeting, the COUNTY generally informs potential Bidder/Offeror’s of DBE subcontracting opportunities;

      3. The Bidder/Offeror’s own solicitations to obtain DBE involvement in general circulation media, trade association publication, minority-focus media and other reasonable and available means within sufficient time to allow DBEs to respond to the solicitation;

      4. Written notification to DBE’s encouraging participation in the proposed Contract; and

      5. Efforts made to identify specific portions of the work that might be performed by DBE’s.

      DBE UTILIZATION FORM

      The undersigned Bidder/Offeror has satisfied the requirements of the solicitation in the following manner (please check the appropriate space):

      _______ The Bidder/Offer is committed to a minimum of ________% DBE utilization on this contract.

      ________ The Bidder/Offeror (if unable to meet the DBE goal of %) is committed to a minimum of ________% DBE utilization on this contract and submits documentation demonstrating good faith efforts.

      DBE PARTICIPATION SCHEDULE

      The Bidder/Offeror shall complete the following information for all DBE’s participating in the contract that comprises the DBE Utilization percent stated in the DBE Utilization Form. The Bidder/Offeror shall also furnish the name and telephone number of the appropriate contact person should the Authority have any questions in relation to the information furnished herein.

      DBE IDENTIFICATION AND INFORMATION FORM

      Name and Address

      Contact Name and Telephone Number

      Participation Percent (Of Total Contract Value)

      Description Of Work To Be Performed

      Race and Gender of Firm

       

    • Clean Air Act and Federal Water Pollution Control Act

      The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq.

      The Contractor  agrees to report each violation to Hernando County and understands and agrees that Hernando County will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office.

       The Contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with federal assistance provided by FEMA.

      Federal Water Pollution Control Act

      The Contractor agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. § 1251 et seq.

      The Contractor agrees to report each violation to Hernando County and understands and agrees that Hernando County will, in turn, report each violation as required to assure notification to the (name of the pass-through entity, if applicable), Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office.

      The Contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with federal assistance provided by FEMA. 

    • FOREIGN COUNTRIES OF CONCERN

      Pursuant to 287.138 Florida Statutes, effective July 1, 2023, the County may not enter into contracts which grants the Vendor/Contractor access to personal identifiable information if: a) the Contractor is owned by the government of a Foreign Country of Concern (as defined by the statute): (b) the government of a Foreign Country of Concern has a controlling interest in the entity; or (c) the Contractor is organized under the law of or has its principal place of business in a Foreign Country of Concern. Bidders/Proposers must provide a response to the section titled VENDOR QUESTIONNAIRE, Foreign Countries of Concern included in this solicitation.

      Pursuant to 287.138 Florida Statutes, Beginning July 1, 2025, a governmental entity is prohibited from extending or renewing a contract with an entity meeting the requirements of (a), (b), or (c) above, if the contract would give such entity access to an individual’s personal identifying information.

    • REQUIREMENT TO REPORT ACTUAL OR IMMINENT BREACH OF PERSONALLY IDENTIFIABLE INFORMATION (PII) (OMB M-17-12; OMB Circular A-130), (2 CFR 200.1)

      The recipient (and any "subrecipient" at any tier) must have written procedures in place to respond in the event of an actual or imminent "breach" (OMB M-17-12) if it (or a subrecipient)--(1) creates, collects, uses, processes, stores, maintains, disseminates, discloses, or disposes of "personally identifiable information (PII)" (2 CFR 200.1) within the scope of an OJP grant-funded program or activity, or

      (2) uses or operates a "Federal information system" (OMB Circular A-130). The recipient’s breach procedures must include a requirement to report actual or imminent breach of PII to an OJP Program Manager no later than 24 hours after an occurrence of an actual breach, or the detection of an imminent breach.

    • FEDERAL TERMS

      Applicability:  Services contracts when Federal funds are involved.

      APPENDIX I Terms for Federal Aid Contract – Form No. 375-040-40

      During the performance of this Agreement, the Proposer/Consultant/Contractor, for itself, its assignees and successors in interest (hereinafter referred to as the “Proposer/Consultant/Contractor”) agrees as follows:

      1. It is understood and agreed that all rights of the County and the Florida Department of Transportation relating to inspection, review, approval, patents, copyrights, and audit of the work, tracing, plans, specifications, maps, data, and cost records relating to this Agreement shall also be reserved and held by authorized representatives of the United States of America.
      2. It is understood and agreed that, in order to permit federal participation, no supplemental agreement of any nature may be entered into by the parties hereto with regard to the work to be performed hereunder without the approval of U.S. Department of Transportation (hereinafter “USDOT”), not withstanding anything to the contrary in this Agreement.
      3. Compliance with Regulations: The Proposer/Consultant/Contractor shall comply with the regulations relative to nondiscrimination in Federally-assisted programs of the USDOT, Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this Agreement.
      4. Nondiscrimination: The Proposer/Consultant/Contractor, with regard to the work performed during the Agreement, shall not discriminate on the basis of race, color, national origin, sex, age, disability, religion or family status in the selection and retention of subcontractors, including procurements of materials and leases of equipment.  The Contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when the Agreement covers a program set forth in Appendix B of the Regulations.
      5. Solicitations for Subcontractors, including Procurements of Materials and Equipment: In all solicitations made by the Proposer/Consultant/Contractor, either by competitive bidding or negotiation for work to be performed under a subcontract, including procurements of materials or leases of equipment; each potential subcontractor or supplier shall be notified by the Proposer/Consultant/Contractor of the Proposer/Consultant/Contractor obligations under this Agreement and the Regulations relative to nondiscrimination on the basis of race, color, national origin, sex, age, disability, religion or family status.
      6. Information and Reports: The Proposer/Consultant/Contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the County, the Florida Department of Transportation, the Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration, and/or the Federal Motor Carrier Safety Administration to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a Proposer/Consultant/Contractor is in the exclusive possession of another who fails or refuses to furnish this information the Proposer/Consultant/Contractor shall so certify to the County, the Florida Department of Transportation, the Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration, and/or the Federal Motor Carrier Safety Administration as appropriate, and shall set forth what efforts it has made to obtain the information.
      7. Sanctions for Noncompliance: In the event of the Proposer/Consultant/Contractor noncompliance with the nondiscrimination provisions of this Agreement, the County or the Florida Department of Transportation shall impose such contract sanctions as they or the Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration, and/or the Federal Motor Carrier Safety Administration may determine to be appropriate, including, but not limited to:
        1. withholding of payments to the Proposer/Consultant/Contractor under the Agreement until the Contractor complies, and/or
        2. cancellation, termination or suspension of the Agreement, in whole or in part.
      8. Incorporation of Provisions: The Proposer/Consultant/Contractor shall include the provisions of paragraphs (C) through (I) in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto.  The Proposer/Consultant/Contractor shall take such action with respect to  any subcontract or procurement as the County, the Florida Department of Transportation, the Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration, and/or the Federal Motor Carrier Safety Administration may direct as a means of enforcing such provisions including sanctions for noncompliance.  In the event a Proposer/Consultant/Contractor becomes involved in, or is threatened with, litigation with a sub- contractor or supplier as a result of such direction, the Contractor may request the County, the Florida Department of Transportation to enter into such litigation to protect the interests of the Florida Department of Transportation, and, in addition, the Proposer/Consultant/Contractor may request the United States to enter into such litigation to protect the interests of the United States.
      9. Compliance with Nondiscrimination Statutes and Authorities: Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21; The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects); Federal-Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the basis of sex); Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR Part 27; The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms “programs or activities” to include all of the programs or activities of the Federal-aid recipients, sub-recipients and contractors, whether such programs or activities are Federally funded or not); Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131 -- 12189) as implemented by USDOT regulations at 49 C.F.R. parts 37 and 38; The Federal Aviation Administration’s Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations, which ensures non-discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq).
      10. Interest of Members of Congress: No member of or delegate to the Congress of the United States shall be admitted to any share or part of this Agreement or to any benefit arising therefrom.
      11. Interest of Public Officials: No member, officer, or employee of the public body or of a local public body during his tenure or for one year thereafter shall have any interest, direct or indirect, in this contract or the proceeds thereof. For purposes of this provision, public body shall include municipalities and other political subdivisions of States; and public corporations, boards, and commissions established under the laws of any State.
      12. Participation by Disadvantaged Business Enterprises (“DBE”): The Proposer/Consultant/Contractor shall agree to abide by the following statement from 49 CFR 26.13(b). The statement that follows shall be included in all subsequent agreements between the Proposer/Consultant/Contractor and any sub-contractor or Proposer/Consultant/Contractor:
        “The contractor, sub recipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate.”
        Pursuant to 49 CFR 26.11(c) , the Proposer/Consultant/Contractor shall submit the bid opportunity list at the time of contract execution, and shall enter DBE commitment and payment information in the Florida Department of Transportation’s Equal Opportunity Compliance (EOC) system. The Contractor shall request access to the EOC system using Form No. 275-021-30.
      13. It is mutually understood and agreed that the willful falsification, distortion or misrepresentation with respect to any facts related to the project(s) described in this Agreement is a violation of the Federal Law. Accordingly, United States Code, Title 18, Section 1020, is hereby incorporated by reference and made a part of this Agreement.
      14. It is understood and agreed that if the Proposer/Consultant/Contractor at any time learns that the certification it provided the County and the Florida Department of Transportation in compliance with 49 CFR, Section 26.51, was erroneous when submitted or has become erroneous by reason of changed circumstances, the Proposer/Consultant/Contractor shall provide immediate written notice to the Florida Department of Transportation. It is further agreed that the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction" as set forth in 49 CFR, Section 29.510, shall be included by the Proposer/Consultant/Contractor in all lower tier covered transactions and in all aforementioned federal regulation.
      15. The County hereby certifies that neither the Proposer/Consultant/Contractor nor the Proposer/Consultant/Contractor's representative has been required by the Florida Department of Transportation, directly or indirectly as an express or implied condition in connection with obtaining or carrying out this Agreement, to
        1. employ or retain, or agree to employ or retain, any firm or person, or
        2. pay, or agree to pay, to any firm, person, or organization, any fee, contribution, donation, or consideration of any kind;
          The County further acknowledges that this Agreement will be furnished to a federal agency, in connection with this Agreement involving participation of Federal-Aid funds, and is subject to applicable State and Federal Laws, both criminal and civil.
      16. The Proposer/Consultant/Contractor hereby certifies that it has not:
        1. employed or retained for a commission, percentage, brokerage, contingent fee, or other consideration, any firm or person to solicit or secure this contract (except a bona fide employee or Agency); or
        2. agreed, as an express or implied condition for obtaining this contract, to employ or retain the services of any firm or person in connection with carrying out this contract; or
        3. paid, or agreed to pay, to any firm, organization or person any fee contribution, donation, or consideration of any kind for, or in connection with, procuring or carrying out the contract (except a bona fide employee or Agency).  The Contractor further acknowledges that this Agreement will be furnished to the Florida Department of Transportation and a federal agency in connection with this contract involving participation of Federal-Aid funds, and is subject to applicable State and Federal Laws, both criminal and civil.
      17. Federal-aid projects for highway construction shall comply with the Buy America provisions of 23 CFR 635.410, as amended (where applicable).
      18. Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of federally assisted construction contract” in 41 CFR Part 60-1.3 shall comply with the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, “Equal Employment Opportunity” (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, “Amending Executive Order 11246 Relating to Equal Employment Opportunity,” and implementing regulations at 41 CFR part 60, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor” (where applicable).

    • Copeland Anti Kick Back Act (40 U.S.C. § 3145 as supplemented by 29 CFR Part 3)

      Applicability: When required by Federal Program legislation, grant funding, and all prime construction contracts in excess of $2,000 awarded by non-Federal entities, including Hernando County. 

      If applicable to this Solicitation/contract, Proposer/Contractor/Consultant shall comply with all the requirements of 18 U.S.C. § 874, 40 U.S.C. § 3145, 29 CFR Part 3 which are incorporated by reference to this solicitation/contract. Proposers/Contractors/Consultants are prohibited from inducing by any means any person employed in the construction, completion or repair of public work to give up any part of the compensation to which he or she is otherwise entitled.

       

    • Human Subjects

      Human subjects research is any activity that meets the regulatory definitions of both research AND human subject. Research is a systematic investigation, including research development, testing and evaluation, designed to develop or contribute to generalizable knowledge. Human subject means a living individual about whom an investigator (whether professional or student) conducting research obtains (1) data through intervention or interaction with the individual, or (2) identifiable private information. [40 CFR 26.102 (d)(f)]

      No research involving human subjects will be conducted under this agreement without prior written approval of the EPA to proceed with that research. If engaged in human subjects research as part of this agreement, the contractor agrees to comply with all applicable provisions of EPA Regulation 40 CFR 26 (Protection of Human Subjects). This includes, at Subpart A, the Basic Federal Policy for the Protection of Human Research Subjects, also known as the Common Rule. It also includes, at Subparts B, C, and D, prohibitions and additional protections for children, nursing women, pregnant women, and fetuses in research conducted or supported by EPA.

      The contractor further agrees to comply with EPA’s procedures for oversight of the contractor’s compliance with 40 CFR 26, as given in EPA Order 1000.17 Change A1 (Policy and Procedures on Protection of Human Research Subjects in EPA Conducted or Supported Research). As per this order, no human subject may be involved in any research conducted under this assistance agreement, including recruitment, until the research has been approved or determined to be exempt by the EPA Human Subjects Research Review Official (HSRRO) after review of the approval or exemption determination of the Institutional Review Board(s) (IRB(s)) with jurisdiction over the research under 40 CFR 26.

      For HSRRO approval, the recipient must for forward to the Project Officer: (1) copies of all documents upon which the IRB(s) with jurisdiction based their approval(s) or exemption determination(s), (2) copies of the IRB approval or exemption determination letter(s), (3) copy of the IRB-approved consent forms and subject recruitment materials, if applicable, and (4) copies of all supplementary IRB correspondence.  Contractor shall cooperate with the County concerning compliance this requirement.

      Following the initial approvals indicated above, the recipient must, as part of the annual report(s), provide evidence of continuing review and approval of the research by the IRB(s) with jurisdiction, as required by 40 CFR 26.109(e). Materials submitted to the IRB(s) for their continuing review and approval are to be provided to the Project Officer upon IRB approval. During the course of the research, investigators must promptly report any unanticipated problems involving risk to subjects or others according to requirements set forth by the IRB. In addition, any event that is significant enough to result in the removal of the subject from the study should also be reported to the Project Officer, even if the event is not reportable to the IRB of record.  Contractor shall cooperate with the County concerning compliance with this requirement.

    • Contract Work Hours and Safety Standards Act (40 U.S.C. 3701–3708 as supplemented by 29 CFR Part 5)

      Applicability: All contracts awarded in excess of $100,000 that involve the employment of mechanics or laborers.

      All contracts awarded in excess of $100,000 that involve the employment of mechanics or laborers must be in compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. 3702 of the Act, each contractor is required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence.

       

    • EMPLOYEE PROTECTIONS (49 U.S.C. § 5333(A) 40 U.S.C. §§ 3141 – 3148; 18 U.S.C. § 874; 40 U.S.C. §§3701-3708) (29 C.F.R. PART 5; 29 C.F.R. PART 3; 29 C.F.R. PART 1926)

      Applicability: Certain employee protections apply to all FTA funded contracts with particular emphasis on construction related projects.

      The recipient will ensure that each third party contractor complies with all federal laws, regulations, and requirements, including:

      1. Prevailing Wage Requirements

      a. Federal transit laws, specifically 49 U.S.C. § 5333(a), (FTA’s “Davis-Bacon Related Act”);

      b. The Davis-Bacon Act, 40 U.S.C. §§ 3141 – 3144, 3146, and 3147; and

      c. U.S. DOL regulations, “Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction (also Labor Standards Provisions Applicable to Non-construction Contracts Subject to the Contract Work Hours and Safety Standards Act),” 29 C.F.R. part 5.

      2. “Anti-Kickback” Prohibitions

      a. Section 1 of the Copeland “Anti-Kickback” Act, as amended, 18 U.S.C. § 874;

      b. Section 2 of the Copeland “Anti-Kickback” Act, as amended, 40 U.S.C. § 3145; and

      c. U.S. DOL regulations, “Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in part by Loans or Grants from the United States,” 29 C.F.R. part 3.

      3. Contract Work Hours and Safety Standards

      a. Contract Work Hours and Safety Standards Act, as amended, 40 U.S.C. §§ 3701-3708; and supplemented by Department of Labor (DOL) regulations, 29 C.F.R. part 5; and

      These requirements extend to all third party contractors and their contracts at every tier and subrecipients and their subcontracts at every tier. The Davis-Bacon Act and the Copeland “Anti-Kickback” Act apply to all prime construction, alteration or repair contracts in excess of $2,000. The Contract Work Hours and Safety Standards Act apply to all FTA funded contracts in excess of $100,000 that involve the employment of mechanics or laborers.

      Prevailing Wage and Anti-Kickback

      For all prime construction, alteration or repair contracts in excess of $2,000 awarded by FTA, the Contractor shall comply with the Davis-Bacon Act and the Copeland “Anti-Kickback” Act. Under 49 U.S.C. § 5333(a), prevailing wage protections apply to laborers and mechanics employed on FTA assisted construction, alteration, or repair projects. The Contractor will comply with the Davis-Bacon Act, 40 U.S.C. §§ 3141-3144, and 3146-3148 as supplemented by DOL regulations at 29 C.F.R. part 5, “Labor Standards Provisions Applicable to Contracts Governing Federally Financed and Assisted Construction.” In accordance with the statute, the Contractor shall pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, the Contractor agrees to pay wages not less than once a week. The Contractor shall also comply with the Copeland “Anti-Kickback” Act (40 U.S.C. § 3145), as supplemented by DOL regulations at 29 C.F.R. part 3, “Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in part by Loans or Grants from the United States.” The Contractor is prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled.

      Contract Work Hours and Safety Standards

      For all contracts in excess of $100,000 that involve the employment of mechanics or laborers, the Contractor shall comply with the Contract Work Hours and Safety Standards Act (40 U.S.C. §§ 3701-3708), as supplemented by the DOL regulations at 29 C.F.R. part 5. Under 40 U.S.C. § 3702 of the Act, the Contractor shall compute the wages of every mechanic and laborer, including watchmen and guards, on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. § 3704 are applicable to construction work and provide that no laborer or mechanic be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchase of supplies or materials or articles ordinarily available on the open market, or to contracts for transportation or transmission of intelligence.

      In the event of any violation of the clause set forth herein, the Contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, the Contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of this clause in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by this clause.

      The FTA shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the Contractor or subcontractor under any such contract or any other Federal contract with the same prime Contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime Contractor, such sums as may be determined to be necessary to satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages as provided in this section.

      The Contractor or subcontractor shall insert in any subcontracts the clauses set forth in this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in this agreement.

      Contract Work Hours and Safety Standards for Awards Not Involving Construction

      The Contractor shall comply with all federal laws, regulations, and requirements providing wage and hour protections for non-construction employees, in accordance with 40 U.S.C. § 3702, Contract Work Hours and Safety Standards Act, and other relevant parts of that Act, 40 U.S.C. § 3701 et seq., and U.S. DOL regulations, “Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction (also Labor Standards Provisions Applicable to Non-construction Contracts Subject to the Contract Work Hours and Safety Standards Act),” 29 C.F.R. part 5.

      The Contractor shall maintain payrolls and basic payroll records during the course of the work and shall preserve them for a period of three (3) years from the completion of the contract for all laborers and mechanics, including guards and watchmen, working on the contract. Such records shall contain the name and address of each such employee, social security number, correct classifications, hourly rates of wages paid, daily and weekly number of hours worked, deductions made, and actual wages paid.

      Such records maintained under this paragraph shall be made available by the Contractor for inspection, copying, or transcription by authorized representatives of the FTA and the Department of Labor, and the Contractor will permit such representatives to interview employees during working hours on the job.

      The contractor shall require the inclusion of the language of this clause within subcontracts of all tiers.

       

    • INFORMATION AND DESCRIPTIVE LITERATURE

      Bidders must furnish all information requested and, in the space, provided on the Bid Form, if any. Furthermore, each Bidder offering an equal to the brand(s) specified (or if no brand is specified) must submit with their bid, descriptive literature and/or detailed specifications covering the products offered. Reference to literature submitted with a previous bid will not satisfy this provision. Bids which do not comply with these requirements will be rejected.

    • Animal Subjects

      The Proposer/Consultant/Contractor agrees to comply with the Animal Welfare Act of 1966 (P.L. 89-544), as amended, 7 USC 2131-2156.  Proposer/Consultant/Contractor also agrees to abide by the “U.S. Government Principles for the Utilization and Care of Vertebrate Animals used in Testing, Research, and Training.” (Federal Register 50(97): 20864-20865. May 20,1985).  The nine principles can be viewed at https://olaw.nih.gov/policies-laws/phs-policy.htm. For additional information about the Principles, the contractor should consult the Guide for the Care and Use of Laboratory Animals, prepared by the Institute of Laboratory Animal Resources, National Research Council.

    • Protection of Wetlands.

      Application: Construction contracts

      Proposer/Consultant/Contractor acknowledges that Executive Order 11990 provides that federally funded construction and improvements minimize the destruction, loss or degradation of wetlands.  Construction must be avoided, when at all possible, in wetland areas, practical measures to minimize harm to wetlands must be used by Contractor.

    • HOURS:

      Work may be performed between the hours of 7:00 A.M. to 5:00 P.M., Monday through Friday, except County holidays. The County may, on certain occasions, approve work outside of these times. Such exception(s) must be approved in writing by the County at least one (1) day in advance. Services will not be permitted when operations would cause a traffic or safety hazard.

    • Suspension and Debarment

      This contract is a covered transaction for purposes of 2 C.F.R. Part 180 and 2 C.F.R. Part 3000. As such, the Contractor is required to verify that none of the Contractor's principals (defined at 2 C.F.R. § 180.995) or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935).

      The Contractor must comply with 2 C.F.R. Part 180, subpart C and2 C.F.R. Part 3000, subpart C, and must include a requirement to comply with these regulations in any lower tier covered transaction it enters.

      This certification is a material representation of fact relied upon by Hernando County. If it is later determined that the Contractor did not comply with 2 C.F.R. Part 180, subpart C and 2 C.F.R. Part 3000, subpart C, in addition to remedies available to Hernando County, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment.

      The bidder or proposer agrees to comply with the requirements of 2 C.F.R. Part 180, subpart C and 2 C.F.R. Part 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. 

    • ALL SUBAWARDS ("SUBGRANTS") MUST HAVE SPECIFIC FEDERAL AUTHORIZATION

      All subawards ("subgrants") must have specific federal authorization

      Requirement for federal authorization. Before entering into a subaward ("subgrant") under this award, the recipient (and any subrecipient at any tier) should verify that it has federal authorization to make the particular subaward. All subawards require federal authorization, which may take several forms. In some cases, a federal statute (such as a program statute) may specifically authorize particular subawards (or particular categories of subawards), including subawards at multiple tiers. In other cases, a particular subaward may be authorized because the recipient included a sufficiently-detailed description and justification of the proposed subaward in the application as approved by OJP.

      Post-award requests for authorization. If a particular subaward is not authorized by federal statute or regulation, and is not sufficiently described and justified in the application as approved by OJP, the recipient must request and obtain written authorization from OJP before it may make the subaward. Any such post-award request for authorization to make a subaward must be submitted via OJP's Grants Management System ("GMS"), as a "Change of Scope" Grant Adjustment Notice ("GAN"). Unless and until OJP authorizes the subaward by approving the requested Change of Scope GAN, the recipient may not obligate, expend, or draw down award funds for the proposed subaward.

      Should the recipient have a question as to whether a particular subaward ("subgrant") has the requisite federal authorization, the recipient is to seek clarification from OJP before making the subaward.

      Factors OJP considers. When deciding whether to authorize a particular subaward (whether described in an application or in a post-award Change of Scope GAN), OJP considers pertinent information, including—

      (1) the identity of the proposed subrecipient,

      (2) the roles and responsibilities of the proposed subrecipient in carrying out the federal award and federal program, and

      (3) the recipient's justification for the proposed subaward, including matters such as special qualifications of the proposed subrecipient and its areas of expertise.

      Background. Recipients of OJP awards typically may propose to make "subawards"("subgrants") and also may propose to enter into procurement "contracts" under the award. Whether -- for purposes of federal grants administrative requirements -- a particular agreement between a recipient and a third party is considered a subaward, or instead is considered a procurement contract under the award, is determined by federal rules and applicable OJP guidance. It is an important distinction, in part because the federal grants administrative rules and requirements that apply to subawards and to procurement contracts under awards differ markedly. Neither the title nor the structure of an agreement determines whether -- for purposes of federal grants administrative requirements -- an agreement is a subaward or is instead a procurement contract under an award. Also, financial clearance by OJP of a proposed budget does not indicate whether -- for purposes of federal grants administrative requirements -- OJP agrees with the applicant's characterization of a proposed agreement (that is, one listed in the budget) as a subaward or instead as a procurement contract.

      OJP is providing guidance to its recipients (and subrecipients) as to what -- for purposes of federal grants administrative requirements -- OJP considers a subaward ("subgrant") under an OJP award, and what OJP instead considers a procurement contract under an OJP award. This guidance, which will be updated and expanded as needed, is accessible online at: https://ojp.gov/training/subawards-procurement.htm"

    • WARRANTIES:

      The Bidder agrees that the supplies and services furnished under this award shall be covered by the most favorable commercial warranties the Bidder gives to any customer for comparable quantities of such supplies or services and that the rights and remedies provided herein are in addition to and do not limit any rights afforded to the County by any other provision of this award.

    • Dual Use Research of Concern (DURC)

      The Proposer/Consultant/Contractor agrees to conduct all life science research* in compliance with EPA’s Order on the Policy and Procedures for Managing Dual Use Research of Concern (EPA DURC Order) and United States Government Policy for Institutional Oversight of Life Sciences Dual Use Research of Concern (iDURC Policy). If the contractor is an institution within the United States that receives funding through this agreement, or from any other source, the contractor agrees to comply with the iDURC Policy if they conduct or sponsor research involving any of the agents or toxins identified in Section 6.2.1 of the iDURC Policy. If the institution is outside the United States and receives funding through this agreement to conduct or sponsor research involving any of those same agents or toxins, the contractor agrees to comply with the iDURC Policy. The contractor agrees to provide any additional information that may be requested by EPA regarding DURC and iDURC. The contractor agrees to immediately notify the EPA Project Officer should the project use or introduce use of any of the agents or toxins identified in the iDURC Policy.  The contractor’s Institution/Organization must also comply with USG iDURC policy and EPA DURC Order and will inform the appropriate government agency if funded by such agency of research with the agents or toxins identified in Section 6.2.1 of the iDURC Policy. If privately funded the contractor agrees to notify the National Institutes of Health at DURC@od.nih.gov.

      *“Life Sciences Research,” for purposes of the EPA DURC Order, and based on the definition of research in 40 CFR §26.102(d), is a systematic investigation designed to develop or contribute to generalizable knowledge involving living organisms (e.g., microbes, human beings, animals, and plants) and their products. EPA does not consider the following activities to be research: routine product testing, quality control, mapping, collection of general-purpose statistics, routine monitoring and evaluation of an operational program, observational studies, and the training of scientific and technical personnel. [Note: This is consistent with Office of Management and Budget Circular A-11.]

    • Elimination of Architectural Barriers to the Handicapped. 

      Application: all awards involving construction or major alteration and renovation.

      Proposer/Consultant/Contractor acknowledges that the Architectural Barriers Act of 1968, 42 U.S.C. 4151 et seq., as amended, the Federal Property Management Regulations (see 41 CFR 102-76), and the Uniform Federal Accessibility Standards issued by GSA (see 36 CFR 1191, Appendixes C and D) set forth requirements to make facilities accessible to, and usable by, the physically handicapped and include minimum design standards. All new facilities designed or constructed with DHHS grant support must comply with these requirements. These minimum standards must be included in the specifications for any DHHS-funded new construction unless the recipient proposes to substitute standards that meet or exceed these standards. Where DHHS assistance is provided for alteration or renovation (including modernization and expansion) of existing facilities, the altered facility (or part of the facility) must comply, including use of the minimum standards in the specifications. The recipient is responsible for conducting inspections to ensure compliance with these standards by any contractor performing construction services under the grant.

    • ENERGY CONSERVATION (42 U.S.C. 6321 ET SEQ.), (49 C.F.R. PART 622, SUBPART C)

      Applicability: The Energy Policy and Conservation requirements are applicable to all contracts. The Recipient agrees to, and assures that its subrecipients, if any, will comply with the mandatory energy standards and policies of its state energy conservation plans under the Energy Policy and Conservation Act, as amended, 42 U.S.C. § 6201 et seq., and perform an energy assessment for any building constructed, reconstructed, or modified with federal assistance as required under FTA regulations, “Requirements for Energy Assessments,” 49 C.F.R. part 622, subpart C.

      These requirements extend to all third party contractors and their contracts at every tier and subrecipients and their subcontracts at every tier.

      Energy Conservation

      The contractor agrees to comply with mandatory standards and policies relating to energy efficiency, which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act.

       

    • Byrd Anti-Lobbying Amendment

      Byrd Anti-Lobbying Amendment, as amended, 31 U.S.C. § 1352. Contractors who apply or bid for an award of more than $100,000 shall file the required certification. Each tier certifies to the tier above that it will not and has not used federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, officer or employee of Congress, or an employee of a Member of Congress in connection with obtaining any federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non-federal funds that takes place in connection with obtaining any federal award. Such disclosures are forwarded from tier to tier up to the recipient who in turn will forward the certification(s) to the federal agency.

    • Specific Approval for Procurement Contracts Over $250,000.00

      SPECIFIC POST-AWARD APPROVAL REQUIRED TO USE A NONCOMPETITIVE APPROACH IN ANY PROCUREMENT CONTRACT THAT WOULD EXCEED $250,000

      Applicability: OJP: The recipient, and any subrecipient ("subgrantee") at any tier, must comply with all applicable requirements to obtain specific advance approval to use a noncompetitive approach in any procurement contract that would exceed the Simplified Acquisition Threshold (currently, $250,000). This condition applies to agreements that -- for purposes of federal grants administrative requirements -- OJP considers a procurement "contract" (and therefore does not consider a subaward).

      Specific post-award approval required to use a noncompetitive approach in a procurement contract (if contract would exceed $250,000)

      Specific advance approval to use a noncompetitive approach in a procurement contract is required. If the recipient (or any subrecipient at any tier) seeks, without competition –

       (1) to enter into an agreement that OJP considers a procurement "contract" for purposes of federal grants administrative requirements (and therefore not a "subaward" under those requirements), and

       (2) the agreement will exceed the simplified acquisition threshold (currently, $250,000), the recipient (or subrecipient) may not proceed with the procurement, and may not award the contract, unless and until it receives specific advance approval from OJP (or its pass-through entity, in the case of a subrecipient) to use a noncompetitive approach.

      Neither this OJP award document nor a financial clearance by OJP's OCFO of the proposed budget for this award (including a financial clearance issued after the award is accepted) constitutes the required specific advance approval from OJP for a recipient to use a noncompetitive approach for any such procurement contract.

      Post-award request for approval to use a noncompetitive approach. To request advance approval from OJP to use a noncompetitive approach for a procurement contract (as determined by OJP) that would exceed the simplified acquisition threshold, the recipient must submit a justification for use of a noncompetitive approach. The justification must address, in detail, one or more of the circumstances outlined in the Part 200 Uniform Requirements, as set out at 2 C.F.R. 200.320(f). The recipient must submit its request for approval to use a noncompetitive approach (along with the justification) as a "Sole Source Request" Grant Adjustment Notice ("GAN"), via the OJP GMS. Until and unless OJP authorizes the recipient to use a noncompetitive approach by approving the requested GAN, the recipient may not obligate, expend, or draw down any award funds for the proposed noncompetitive procurement contract.

      Should the recipient have a question as to whether OJP would consider a particular agreement with a third party a subaward ("subgrant"), or instead would consider it a procurement contract under the award, the recipient is to seek clarification from OJP.

      OJP is providing guidance to its recipients (and subrecipients) as to what -- for purposes of federal grants administrative requirements -- OJP considers a subaward ("subgrant") under an OJP award, and what OJP instead considers a procurement contract under an OJP award. This guidance, which will be updated and expanded as needed, is accessible online at https://ojp.gov/training/subawards-procurement.htm.

    • Clean Air Act (42 U.S.C. 7401–7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251–1387, as amended)

      Applicability: Contracts and subgrants of amounts in excess of $150,000.00. 

      Proposer/Contractor/Consultant agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401–7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251–1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA).

       

    • ALTERNATE SIZES:

      In the event the manufacturer does not supply the exact size as stipulated, Bidder may offer an alternate size. For example, if a fifty (50) pound bag is not available, Bidder may substitute the manufacturer’s sixty (60) pound bag on the Bid Form. Line-out the unit of measure on the Bid Form and write in the offered size above the strike out. In such case, award may be made on a unit price basis; ex., price per lb.

       

    • Flood Insurance. 

      Application: to construction awards.

      Proposer/Consultant/Contractor acknowledges that the Flood Disaster Protection Act of 1973, as amended, 42 U.S.C. 4001 et seq., provides that no Federal financial assistance to acquire, modernize, or construct property may be provided in identified flood-prone communities in the United States, unless the community participates in the National Flood Insurance Program and flood insurance is purchased within 1 year of the identification. The flood insurance purchase requirement applies to both public and private applicants for DHHS support. Lists of flood-prone areas that are eligible for flood insurance are published in the Federal Register by FEMA.

    • Procurement of Recovered Materials

      In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA-designated items unless the product cannot be acquired:

      a) Competitively within a timeframe providing for compliance with the contract performance schedule;

      b) Meeting contract performance requirements; or

      c) At a reasonable price.

      Information about this requirement, along with the list of EPA-designated items, is available at Comprehensive Procurement Guideline (CPG) Program | US EPA. The Contractor also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act. 

    • Debarment and Suspension (2 CFR part 180, Executive Orders 12549 and 12689)

      Applicability: All contracts with federal grant funding or possibility of federal grant funds being used. 

      Proposer/Contractor/Consultant certifies that it and its principals, if applicable, are not presently debarred or suspended by any Federal department or agency from participating in this transaction.  Proposer/Contractor/Consultant now agrees to verify, to the extent applicable that for each lower tier subcontractor that exceeds $25,000 as a “covered transaction” under the Services to be provided is not presently disbarred or otherwise disqualified from participating in the federally assisted services.  The Proposer/Contractor/Consultant agrees to accomplish this verification by:

      • Checking the System for Award Management at website:  http://www.sam.gov;
      • Collecting a certification statement similar to the Certification of Offeror /Bidder Regarding Debarment, herein; 
      • Inserting a clause or condition in the covered transaction with the lower tier contract.

       

    • PROHIBITED CONDUCT RELATED TO TRAFFICKING IN PERSONS

      REQUIREMENTS PERTAINING TO PROHIBITED CONDUCT RELATED TO TRAFFICKING IN PERSONS (INCLUDING REPORTING REQUIREMENTS AND OJP AUTHORITY TO TERMINATE AWARD) (22 U.S.C. 7104(g)), (2 C.F.R. Part 2867)

      Applicability: OJP: The recipient, and any subrecipient ("subgrantee") at any tier, must comply with all applicable requirements (including requirements to report allegations) pertaining to prohibited conduct related to the trafficking of persons, whether on the part of recipients, subrecipients ("subgrantees"), or individuals defined (for purposes of this condition) as "employees" of the recipient or of any subrecipient.

      Section A. Provisions applicable to a recipient that is a private entity

      During the period of time that this award is in effect, the recipient, the recipient's employees, any subrecipient ("subgrantee"), and the employees of any subrecipient may not engage in--

      Severe forms of trafficking in persons;

      Procurement of a commercial sex act;

      Use of forced labor in the performance of the award or any subaward ("subgrant") under the award;

      Acts that directly support or advance trafficking in persons, including acts such as:

      Denying an employee access to the employee's own identity or immigration documents (including by destroying or confiscating such documents);

      Without legally-sufficient justification as determined by OJP, failing to provide (or pay for) return transportation to an employee to the country from which the employee was recruited (if other than the United States), if the employee requests such return transportation upon the end of employment;

      Using materially false or fraudulent pretenses, representations, or promises regarding the employment to solicit a person for employment, or in an offer of employment;

      Charging recruited employees placement or recruitment fees; or

      Providing or arranging housing that fails to meet the host country (e.g., the United States) housing and safety standards.

      OJP as the federal awarding agency may unilaterally terminate this award, without penalty, if the agency official authorized to terminate the award determines that the recipient or a subrecipient ("subgrant") that is a private entity--

      Violated a prohibition in section A.1 of this award condition; or

      Has an employee who violated a prohibition in section A.1 of this award condition through conduct that is either--

      Associated with performance under this award; or

      Imputed to the recipient or the subrecipient ("subgrantee") using the standards and due process for imputing the conduct of an individual to an organization that are provided in 2 C.F.R. Part 180, "OMB Guidelines to Agencies on Governmentwide Debarment and Suspension (Nonprocurement),"as implemented by DOJ at 2 C.F.R. Part 2867.

      Section B. Provisions applicable to a recipient other than a private entity

      During the period of time that the award is in effect, any subrecipient (""subgrantee"") that is a private entity, and the employees of any subrecipient that is a private entity, may not engage in--

      Severe forms of trafficking in persons;

      Procurement of a commercial sex act;

      Use of forced labor in the performance of the award or any subaward (""subgrant"") under the award;

      Acts that directly support or advance trafficking in persons, including acts such as:

      Denying an employee access to the employee's own identity or immigration documents (including by destroying or confiscating such documents);

      Without legally-sufficient justification as determined by OJP, failing to provide (or pay for) return transportation to an employee to the country from which the employee was recruited (if other than the United States), if the employee requests such return transportation upon the end of employment;

      Using materially false or fraudulent pretenses, representations, or promises regarding the employment to solicit a person for employment, or in an offer of employment;

      Charging recruited employees placement or recruitment fees; or

      Providing or arranging housing that fails to meet the host country (e.g., the United States) housing and safety standards.

      OJP as the federal awarding agency may unilaterally terminate this award, without penalty, if the agency official authorized to terminate the award determines that a subrecipient ("subgrantee") under this award that is a private entity--

      Violated a prohibition in section B.1 of this award condition; or

      Has an employee who violated a prohibition in section B.1 of this award condition through conduct that is either--

      Associated with performance under this award; or

      Imputed to the subrecipient ("subgrantee") using the standards and due process for imputing the conduct of an individual to an organization that are provided in 2 C.F.R. Part 180, ""OMB Guidelines to Agencies on Governmentwide Debarment and Suspension (Nonprocurement)," as implemented by DOJ at 2 C.F.R. Part 2867.

      Section C. Provisions applicable to any recipient

      The recipient must inform OJP promptly, and without delay, of any information the recipient receives from any source alleging a violation of a prohibition in section A.1 or B.1 of this award condition.

      OJP's authority to terminate this award unilaterally (without penalty), described in section A.2 and B.2 of this award condition:

      Implements section 106(g) of the Trafficking Victims Protection Act of 2000 (TVPA) (22 U.S.C. 7104(g)), and

      Is in addition to any and all other remedies for noncompliance that are available to OJP with respect to this award, whether under the TVPA (see, e.g., 22 U.S.C. 7104b) or other applicable law.

      The recipient must include and incorporate all applicable provisions of this award condition in any subaward ("subgrant") the recipient makes to a private entity.

      Section D. Definitions.

      For purposes of this award condition:

      "Employee" means either: An individual employed by the recipient or by a subrecipient ("subgrantee") who is engaged in the performance of the project or program under this award; or Another person engaged in the performance of the project or program under this award, whether or not compensated with award funds, including, but not limited to, a volunteer, an individual whose services are contributed by a third party as an in-kind contribution toward cost sharing or matching requirements, or an agent (including a labor recruiter or broker).

      "Forced labor" means labor obtained by any of the following methods: the recruitment, harboring, transportation, provision, or obtaining of a person for labor or services, through the use of force, fraud, or coercion for the purpose of subjection to involuntary servitude, peonage, debt bondage, or slavery.

      "Private entity": Means any entity other than a State, local government, Indian tribe, or foreign public entity, as those terms are defined in 2 C.F.R. 175.25.

      Includes: A nonprofit organization, including any nonprofit institution of higher education, hospital, or tribal organization other than one included in the definition of Indian tribe at 2 C.F.R. 175.25(b). A for-profit organization.

      "Severe forms of trafficking in persons," "commercial sex act," and "coercion" have the meanings given at section 103 of the TVPA (22 U.S.C. 7102).

    • EQUIPMENT/SERVICE:
      1. The scope of these specifications is to insure the delivery of a complete unit ready for operation. Omission of any essential detail from these specifications does not relieve the awarded Vendor/Contractor from furnishing a complete unit.
      2. All equipment must be new, or current manufacturer in production at the time of bid opening and carry standard warranties. The awarded Vendor/Contractor must service all equipment prior to delivery.
      3. Bids will be considered only on equipment which can, on short notice, be serviced and maintained by the successful Bidder. At the time of bid opening, the Bidder must be an authorized dealer, distributor, and/or representative of the manufacturer for the brand/model being bid. For the purposes of this bid solicitation, dealer, distributor, and/or representative means a firm or person that owns, operates, or maintains a store, warehouse, or other establishment in which materials, supplies, parts, articles, or equipment of the general character described in the specifications are bought, kept in stock, and sold commercially or to the general public in the usual course of business. The Bidder must maintain a normal supply of repair parts and be equipped with personnel and facilities to provide such service as necessary to keep the equipment in operation with a minimum of delay. Failure to meet these requirements, in the County’s sole opinion, may be cause for rejection.
      4. Bidder must indicate the nearest available location for replacement parts, how long parts will be available on the market and the number of days to receive parts after receipt of order. The space for this information is included on the Bid Form.

       

    • FLY AMERICA (49 U.S.C. § 40118), (41 C.F.R. PART 301-10 48 C.F.R. PART 47.4)

      Applicability: The Fly America requirements apply to the transportation of persons or property, by air, between a place in the U.S. and a place outside the U.S., or between places outside the U.S., when the FTA will participate in the costs of such air transportation. Transportation on a foreign air carrier is permissible when provided by a foreign air carrier under a code share agreement when the ticket identifies the U.S. air carrier’s designator code and flight number. Transportation by a foreign air carrier is also permissible if there is a bilateral or multilateral air transportation agreement to which the U.S. Government and a foreign government are parties and which the U.S. DOT has determined meets the requirements of the Fly America Act.

      The Fly America requirements flow down from FTA recipients and subrecipients to first tier contractors who are responsible for ensuring that lower tier contractors and subcontractors are in compliance.

      Fly America Requirements

      a) Definitions. As used in this clause--

      “International air transportation” means transportation by air between a place in the United States and a place outside the United States or between two places both of which are outside the United States.

      “United States” means the 50 States, the District of Columbia, and outlying areas.

      “U.S.-flag air carrier” means an air carrier holding a certificate under 49 U.S.C. Chapter 411.

      b) When Federal funds are used to fund travel, Section 5 of the International Air Transportation Fair Competitive Practices Act of 1974 (49 U.S.C. 40118) (Fly America Act) requires contractors, recipients, and others use U.S.-flag air carriers for U.S. Government-financed international air transportation of personnel (and their personal effects) or property, to the extent that service by those carriers is available. It requires the Comptroller General of the United States, in the absence of satisfactory proof of the necessity for foreign-flag air transportation, to disallow expenditures from funds, appropriated or otherwise established for the account of the United States, for international air transportation secured aboard a foreign-flag air carrier if a U.S.-flag air carrier is available to provide such services.

      c) If available, the Contractor, in performing work under this contract, shall use U.S.-flag carriers for international air transportation of personnel (and their personal effects) or property.

      d) In the event that the Contractor selects a carrier other than a U.S.-flag air carrier for international air transportation, the Contractor shall include a statement on vouchers involving such transportation essentially as follows:

      Statement of Unavailability of U.S.-Flag Air Carriers

      International air transportation of persons (and their personal effects) or property by U.S.-flag air carrier was not available or it was necessary to use foreign-flag air carrier service for the following reasons. See FAR § 47.403. [State reasons]:_____________________________________________

      (End of statement)

      e) The Contractor shall include the substance of this clause, including this paragraph (e), in each subcontract or purchase under this contract that may involve international air transportation.

      (End of Clause)

       

    • Research Misconduct

      In accordance with 2 CFR 200.329, the Proposer/Consultant/Contractor agrees to notify the County in writing about research misconduct involving research activities that are supported in whole or in part with EPA funds under this project. EPA defines research misconduct as fabrication, falsification, or plagiarism in proposing, performing, or reviewing research, or in reporting research results [65 FR 76262. I], or ordering, advising or suggesting that subordinates engage in research misconduct.

      The Proposer/Consultant/Contractor agrees to:

      1. Immediately notify the County) if, at any time, an allegation of research misconduct falls into one of the categories listed below:
        1. Public health or safety is at risk.
        2. Agency resources or interests are threatened.
        3. Circumstances where research activities should be suspended.
        4. There is a reasonable indication of possible violations of civil or criminal law.
        5. Federal action is required to protect the interests of those involved in the investigation.
        6. The research entity believes that the inquiry or investigation may be made public prematurely so that appropriate steps can be taken to safeguard evidence and protect the rights of those involved.
        7. Circumstances where the research community or public should be informed. [65 FR 76263.III]    
      2. Report other allegations to the County when they have conducted an inquiry and determined that there is sufficient evidence to proceed with an investigation. [65 FR 76263. III]
    • DELIVERY AND ACCEPTANCE:
      1. The County will order services by issuance of a Hernando County numbered purchase order (PO). Each purchase order will specify the scope of work, location and date(s) for service required.
      2. Receipt of services/supplies shall not constitute acceptance. Final acceptance and authorization of payment shall be given only after thorough inspection indicates that the services/supplies delivered meet bid specifications and conditions. Should the services/supplies differ in any respect from the specifications, payment will be withheld until such time as the Vendor/Contractor takes necessary corrective action. If the proposed corrective action is not acceptable to the County, final acceptance of the services may be refused, in which case the services shall remain the property of the Vendor/Contractor and the County shall not be liable for payment for any portion thereof.
      3. Unless otherwise specified, services shall be performed as described in these contract documents.
      4. Vendor/Contractor(s) shall not commence work prior to the County’s receipt and acceptance of the certification of insurance, and any other required documents/certificates as specified by these contract documents.
    • ASSEMBLY AND/OR PLACEMENT:

      All items must be completely assembled by the awarded Vendor/Contractor prior to delivery to Hernando County. It will be the responsibility of the awarded Vendor/Contractor to supply the necessary labor and materials for the placement of all equipment as specified herein. Equipment is to be set-up, serviced, tested, and demonstrated at no charge to Hernando County.

       

    • DETERMINATION OF SUITABILITY TO INTERACT WITH PARTICIPATING MINORS

      Applicability: This condition applies to this award if it is indicated -- in the application for the award (as approved by DOJ) (or in the application for any subaward, at any tier), the DOJ funding announcement (solicitation), or an associated federal statute -- that a purpose of some or all of the activities to be carried out under the award (whether by the recipient, or a subrecipient at any tier) is to benefit a set of individuals under 18 years of age.

      The recipient, and any subrecipient at any tier, must make determinations of suitability before certain individuals may interact with participating minors. This requirement applies regardless of an individual's employment status.

      Determination of suitability required, in advance, for certain individuals who may interact with participating minors

      1. Advance determination regarding suitability. The recipient (and any subrecipient at any tier) may not permit any covered individual to interact with any participating minor in the course of activities under the award, unless the recipient or subrecipient first has made a written determination of the suitability of that individual to interact with participating minors, based on current and appropriate information as described in paragraph 3.E., and taking into account the factors and considerations described in paragraph 4.

      2. Updates and reexaminations

      A. The recipient (or subrecipient) must, at least every five years, update the searches described in paragraph 3.E.1. and 2., reexamine the covered individual's suitability determination in light of those search results, and, if appropriate, modify or withdraw that determination.

      B. The recipient also must reexamine a covered individual's suitability determination upon learning of information that reasonably may suggest unsuitability and, if appropriate, modify or withdraw that determination.

      3. Definitions

      A. "Covered individual" means any individual (other than a participating minor, as defined in this condition, or a client of the recipient (or subrecipient)) who is expected, or reasonably likely, to interact with any participating minor (other than the individual's own minor children). A covered individual need not have any particular employment status or legal relationship with the recipient (or subrecipient). Such an individual might be an employee of a recipient (or subrecipient), but also might be (for example) a consultant, contractor, employee of a contractor, trainee, volunteer, or teacher.

      B. "Participating minor." All individuals under 18 years of age within the set of individuals described in the scope section of this condition as it appears on the award document are participating minors.

      C. "Interaction" includes physical contact, oral and written communication, and the transmission of images and sound, and may be in person or by electronic (or similar) means. But "interaction" does not include--

      (1) brief contact that is both unexpected by the recipient (or subrecipient) and unintentional on the part of the covered individual -- such as might occur when a postal carrier delivers mail to an administrative office.

      (2) personally-accompanied contact -- that is, infrequent or occasional contact (for example, by someone who comes to make a presentation) in the presence of an accompanying adult, pursuant to written policies and procedures of the recipient (or subrecipient) that are designed to ensure that -- throughout the contact -- an appropriate adult who has been determined to be suitable pursuant to this condition will closely and personally accompany, and remain continuously within view and earshot of, the covered individual.

      D. "Activities under the award." Whether paid for with federal funds from the award, "matching" funds included in the OJP-approved budget for the award, or "program income" for the award as defined by the (DOJ) Part 200 Uniform Requirements), activities under the award include both--

      (1) activities carried out under the award by the recipient (or subrecipient); and

      (2) actions taken by an entity or individual pursuant to a procurement contract under the award or to a procurement contract under a subaward at any tier.

      E. "Current and appropriate information"

      In addition to information resulting from checks or screening required by applicable federal, state, tribal, or local law, and/or by the recipient's (or subrecipient's) written policies and procedures, current and appropriate information includes the results of all required searches listed below, each of which must be completed no earlier than six months before the determination regarding suitability.

      (1) Public sex offender and child abuse websites/registries

      A search (by current name, and, if applicable, by previous name(s) or aliases), of the pertinent and reasonably- accessible federal, state, and (if applicable) local and tribal sex offender and child abuse websites/public registries, including--

      (a) the Dru Sjodin National Sex Offender Public Website (www.nsopw.gov);

      (b) the website/public registry for each state (and/or tribe, if applicable) in which the individual lives, works, or goes to school, or has lived, worked, or gone to school at any time during the past five years; and

      (c) the website/public registry for each state (and/or tribe, if applicable) in which the individual is expected to, or reasonably likely to, interact with a participating minor in the course of activities under the award.

      (2) Criminal history registries and similar repositories of criminal history records

      For each individual at least 18 years of age who is a covered individual under this FY 2019 award, a fingerprint search (or, if the recipient or subrecipient documents that a fingerprint search is not legally available, a name-based search, using current and, if applicable, previous names and aliases) -- encompassing at least the time period beginning five calendar years preceding the date of the search request -- of pertinent state (and, if applicable, local and tribal) criminal history registries or similar repositories, including--

      (a) the criminal history registry for each state in which the individual lives, works, or goes to school, or has lived, worked, or gone to school at any time during the past five years; and

      (b) the criminal history registry for each state in which he or she is expected to, or reasonably likely to, interact with a participating minor in the course of activities under the award.

      4. Factors and considerations in determinations regarding suitability

      In addition to the factors and considerations that must or may be considered under applicable federal, state, tribal, or local law, and under the recipient's (or subrecipient's) written policies and procedures, in making a determination regarding suitability, the recipient (or subrecipient) must consider the current and appropriate information described in paragraph 3.E.

      In particular (unless applicable law precludes it), with respect to either an initial determination of suitability or a subsequent reexamination, the recipient (or subrecipient) may not determine that a covered individual is suitable to interact with participating minors in the course of activities under the award if the covered individual--

      A. Withholds consent to a criminal history search required by this condition;

      B. Knowingly makes (or made) a false statement that affects, or is intended to affect, any search required by this condition;

      C. Is listed as a registered sex offender on the Dru Sjodin National Sex Offender Public Website;

      D. To the knowledge of the recipient (or subrecipient), has been convicted -- whether as a felony or misdemeanor -- under federal, state, tribal, or local law of any of the following crimes (or any substantially equivalent criminal offense, regardless of the specific words by which it may be identified in law):

      (1) sexual or physical abuse, neglect, or endangerment of an individual under the age of 18 at the time of the offense;

      (2) rape/sexual assault, including conspiracy to commit rape/sexual assault;

      (3) sexual exploitation, such as through child pornography or sex trafficking;

      (4) kidnapping;

      (5) voyeurism; or

      E. Is determined by a federal, state, tribal, or local government agency not to be suitable.

      5. Administration; rule of construction

      A. The requirements of this condition are among those that must be included in any subaward (at any tier), and must be monitored. They apply as of the date of acceptance of this award, and throughout the remainder of the period of performance.

      B. The recipient is to contact the DOJ awarding agency with any questions regarding the requirements of this condition and must not allow a covered individual to interact with a participating minor until such questions are answered.

      C. Award funds may be obligated for the reasonable, necessary, and allocable costs (if any) of actions designed to ensure compliance with this condition, provided that such funds would not supplant non-federal funds that would otherwise be available for such costs.

      D. Nothing in this condition shall be understood to authorize or require any recipient, any subrecipient at any tier, or any person or other entity, to violate any federal, state, tribal, or local law, including any applicable civil rights or nondiscrimination law.

    • Rehabilitation Act of 1973 (Section 504). 

      Application: All applications from the awards to domestic organizations.

      Proposer/Consultant/Contractor agrees that it shall not discriminate nor exclude individuals from services provided under this Agreement solely on the basis of handicap those individuals who are otherwise qualified to participate. 

    • Civil Rights Obligations
      1. Statutory Requirements
        1. In carrying out this agreement, the Proposer/Consultant/Contractor to comply fully with:
          1. Title VI of the Civil Rights Act of 1964, which prohibits discrimination based on race, color, and national origin, including limited English proficiency (LEP), by entities receiving Federal financial assistance.
          2. Section 504 of the Rehabilitation Act of 1973, which prohibits discrimination against persons with disabilities by entities receiving Federal financial assistance; and
          3. The Age Discrimination Act of 1975, which prohibits age discrimination by entities receiving Federal financial assistance.
        2. If the Proposer/Consultant/Contractor is an education program or activity (e.g., school, college or university) or if the contractor is conducting an education program or activity under this agreement, it must also comply with:
          1. Title IX of the Education Amendments of 1973, which prohibits discrimination on the basis of sex in education programs and activities operated by entities receiving Federal financial assistance.  For further information about your compliance obligations regarding Title IX, see 40 CFR Part 5 and https://www.justice.gov/crt/title-ix
        3. If this agreement is funded with financial assistance under the Clean Water Act (CWA), the contractor must also comply with:
          1. Section 13 of the Federal Water Pollution Control Act Amendment of 1972, which prohibits discrimination on the basis of sex in CWA-funded programs or activities.
      2. Regulatory Requirements
        1. The Proposer/Consultant/Contractor  agrees to comply with all applicable EPA civil rights regulations, including:
          1. For Title IX obligations, 40 C.F.R. Part 5; and
          2. For Title VI, Section 504, Age Discrimination Act, and Section 13 obligations, 40 CFR Part 7.
          3. For statutory and national policy requirements, including those prohibiting discrimination and those described in Executive Order 13798 promoting free speech and religious freedom, 2 CFR 200.300.
          4. As noted on the EPA Form 4700-4 signed by the contractor’s authorized representative, these regulations establish specific requirements including maintaining compliance information, establishing grievance procedures, designating a Civil Rights Coordinator and providing notices of non-discrimination.
    • Byrd Anti-Lobbying Amendment (31 U.S.C. 1352)

      Applicability: Applicable to any individual/entity that applies or bids/procures an award in excess of $100,000. 

      Proposer/Contractor/Consultant must file the required certification, attached to the procurement. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier must also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non-Federal award.  The contractor shall certify compliance.

       

    • Prohibition on Contracting for Covered Telecommunications Equipment or Services

      (a) Definitions. As used in this clause, the terms backhaul; covered foreign country; covered telecommunications equipment or services; interconnection arrangements; roaming; substantial or essential component; and telecommunications equipment or services have the meaning as defined in FEMA Policy 405-143-1, Prohibitions on Expending FEMA Award Funds for Covered Telecommunications Equipment or Services, as used in this clause:

      (b) Prohibitions.

      1) Section 889(b) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019, Pub. L. No. 115-232, and 2 C.F.R. § 200.216 prohibit the head of an executive agency on or after Aug.13, 2020, from obligating or expending grant, cooperative agreement, loan, or loan guarantee funds on certain telecommunications products or from certain entities for national security reasons.

      2) Unless an exception in paragraph (c) of this clause applies, the contractor and its subcontractors may not use grant, cooperative agreement, loan, or loan guarantee funds from the Federal Emergency Management Agency to:

      i. Procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology of any system;

      ii. Enter, extend, or renew a contract to procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology of any system;

      iii. Enter, extend, or renew contracts with entities that use covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system; or

      iv. Provide, as part of its performance of this contract, subcontract, or other contractual instrument, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system.

      (c) Exceptions.

      1) This clause does not prohibit contractors from providing:

      i. A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or

      ii. Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles.

      2) By necessary implication and regulation, the prohibitions also do not apply to:

      i. Covered telecommunications equipment or services that:

      a. Are not used as a substantial or essential component of any system; and

      b. Are not used as critical technology of any system.

      ii. Other telecommunications equipment or services that are not considered covered telecommunications equipment or services.

      (d) Reporting requirement.

      1) In the event the contractor identifies covered telecommunications equipment or services used as a substantial or essential component of any system, or as critical technology as part of any system, during contract performance, or the contractor is notified of such by a subcontractor at any tier or by any other source, the contractor shall report the information in paragraph (d)(2) of this clause to the recipient or subrecipient, unless elsewhere in this contract are established procedures for reporting the information.

      2) The Contractor shall report the following information pursuant to paragraph (d)(1) of this clause:

      i. Within one business day from the date of such identification or notification: The contract number; the order number(s), if applicable; supplier name; supplier unique entity identifier (if known); supplier Commercial and Government Entity (CAGE) code (if known); brand; model number (original equipment manufacturer number, manufacturer part number, or wholesaler number); item description; and any readily available information about mitigation actions undertaken or recommended.

      ii. Within 10 business days of submitting the information in paragraph (d)(2)(i) of this clause: Any further available information about mitigation actions undertaken or recommended. In addition, the contractor shall describe the efforts it undertook to prevent use or submission of covered telecommunications equipment or services, and any additional efforts that will be incorporated to prevent future use or submission of covered telecommunications equipment or services.

      (e) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph (e), in all subcontracts and other contractual instruments.

    • REJECTION OF BID:

      The County reserves the sole right to reject any and all bid submissions. Bids which are incomplete, unbalanced, conditional, obscure or which contain additions not required, or irregularities of any kind, or which do not comply with every aspect of this solicitation, may be rejected at the option of the County. A Vendor/Contractor shall not be qualified to bid when an investigation by the Chief Procurement Officer finds the Vendor/Contractor delinquent on a previously awarded contract or in litigation with Hernando County regarding a previously awarded contract.

    • GOVERNMENT-WIDE DEBARMENT AND SUSPENSION (2 C.F.R. PART 180 2 C.F.R PART 1200 2 C.F.R. § 200.213 2 C.F.R. PART 200 APPENDIX II (I) EXECUTIVE ORDER 12549 EXECUTIVE ORDER 12689)

      Applicability: A contract award (of any tier) in an amount expected to equal or exceed $25,000 or a contract award at any tier for a federally required audit (irrespective of the contract amount) must not be made to parties listed on the government-wide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 C.F.R. part 180.

      The Excluded Parties List System in SAM contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Recipients, contractors, and subcontractors (at any level) that enter into covered transactions are required to verify that the entity (as well as its principals and affiliates) with which they propose to contract or subcontract is not excluded or disqualified. This is done by:

      (a) checking the SAM exclusions;

      (b) collecting a certification from that person; or

      (c) adding a clause or condition to the contract or subcontract.

      Recipients, contractors, and subcontractors who enter into covered transactions with a participant at the next lower level, must require that participant to:

      (a) comply with subpart C of 2 C.F.R. part 180, as supplemented by 2 C.F.R. part 1200; and

      (b) pass the requirement to comply with subpart C of 2 C.F.R. part 180 to each person with whom the participant enters into a covered transaction at the next lower tier.

      Debarment, Suspension, Ineligibility and Voluntary Exclusion

      The Contractor shall comply and facilitate compliance with U.S. DOT regulations, “Nonprocurement Suspension and Debarment,” 2 C.F.R. part 1200, which adopts and supplements the U.S. Office of Management and Budget (U.S. OMB) “Guidelines to Agencies on Governmentwide Debarment and Suspension (Nonprocurement),” 2 C.F.R. part 180. These provisions apply to each contract at any tier of $25,000 or more, and to each contract at any tier for a federally required audit (irrespective of the contract amount), and to each contract at any tier that must be approved by an FTA official irrespective of the contract amount. As such, the Contractor shall verify that its principals, affiliates, and subcontractors are eligible to participate in this federally funded contract and are not presently declared by any Federal department or agency to be:

      a) Debarred from participation in any federally assisted Award;

      b) Suspended from participation in any federally assisted Award;

      c) Proposed for debarment from participation in any federally assisted Award;

      d) Declared ineligible to participate in any federally assisted Award;

      e) Voluntarily excluded from participation in any federally assisted Award; or

      f) Disqualified from participation in ay federally assisted Award.

      By signing and submitting its bid or proposal, the bidder or proposer certifies as follows:

      The certification in this clause is a material representation of fact relied upon by the COUNTY. If it is later determined by the COUNTY that the bidder or proposer knowingly rendered an erroneous certification, in addition to remedies available to the COUNTY, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. The bidder or proposer agrees to comply with the requirements of 2 C.F.R. part 180, subpart C, as supplemented by 2 C.F.R. part 1200, while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions.

       

    • Recycled Paper

      When directed to provide paper documents, the Proposer/Consultant/Contractor agrees to use recycled paper and double-sided printing for all reports which are prepared as a part of this Agreement and delivered to the County. This requirement does not apply to reports prepared on forms supplied by EPA.

    • MINOR INFORMALITIES AND IRREGULARITIES:

      Hernando County has the right to waive minor defects or variations of a bid from the exact requirements of the specifications that do not affect price, quality, quantity, delivery, or performance time of the services being procured. If insufficient information is submitted by a Bidder with the bid for Hernando County to properly evaluate the bid, Hernando County has the sole right to require such additional information it deems necessary after the time set for receipt of bids, provided that the information requested does not change the price, quality, quantity, delivery, or performance time of the services being procured. The Board of County Commissioners reserves the sole right to reject any or all bids in whole or in part; to award by any item, group(s) of items or in the aggregate whichever is most advantageous to the County.

    • Rights to Inventions Made Under a Contract or Agreement (37 CFR Part 401)

      Standard patent rights clauses in accordance with 37 CFR § 401.14 shall apply.

       

    • Domestic Preferences for Procurements

      The Contractor should, to the greatest extent practicable and consistent with law, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States. This includes, but is not limited to, iron, aluminum, steel, cement, and other manufactured products.

    • Restrictions on Abortions.

      Application: all awards.

      Proposer/Consultant/Contractor  acknowledges the DHHS funds may not be spent for an abortion.

    • COMPLIANCE REGARDING APPROVAL, PLANNING AND REPORTING OF CONFERENCES, MEETINGS, TRAININGS AND OTHER EVENTS

      COMPLIANCE WITH APPLICABLE RULES REGARDING APPROVAL, PLANNING, AND REPORTING OF CONFERENCES, MEETINGS, TRAININGS, AND OTHER EVENTS

      The recipient, and any subrecipient ("subgrantee") at any tier, must comply with all applicable laws, regulations, policies, and official DOJ guidance (including specific cost limits, prior approval and reporting requirements, where applicable) governing the use of federal funds for expenses related to conferences (as that term is defined by DOJ), including the provision of food and/or beverages at such conferences, and costs of attendance at such conferences.

      Information on the pertinent DOJ definition of conferences and the rules applicable to this award appears in the DOJ Grants Financial Guide (currently, as section 3.10 of "Postaward Requirements" in the "DOJ Grants Financial Guide").

    • WARRANTY

      The awarded Vendor/Contractor shall fully warrant all equipment furnished hereunder against defect in materials and/or workmanship for a period of #/time period from date of delivery/acceptance by Hernando County. Should any defect in materials or workmanship, except ordinary wear and tear, appear during the above stated warranty period, the awarded Vendor/Contractor shall repair or replace same at no cost to the County, immediately upon written notice from the County’s authorized representative. The Vendor/Contractor shall be responsible for either repairing the equipment on site or transporting the equipment to their repair facility at no cost to the County. All warranty provisions of the Uniform Commercial Code shall additionally apply. 

       

    • NO GOVERNMENT OBLIGATION TO THIRD PARTIES

      The No Obligation clause extends to all third party contractors and their contracts at every tier and subrecipients and their subcontracts at every tier.

      No Federal Government Obligation to Third Parties.

      The Recipient and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying Contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this Contract and shall not be subject to any obligations or liabilities to the Recipient, Contractor or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying Contract. The Contractor agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance provided by the FTA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions.

       

    • MANUALS

      The following manuals, in the quantities indicated, shall be delivered with each piece of equipment. The cost of these manuals shall be included in the unit price.

      1. Operation Manual..........two (2) copies
      2. Parts Manual.................two (2) copies
      3. Repair Manual...............two (2) copies
      4. In addition to the above, the equipment shall be delivered with the following documents as applicable:
        1. Statement of Origin

        2. Warranty certifications
        3. Copy of pre-delivery service report
        4. DHSMV-V-40, Application for Certification of Title/Registration
        5. Check for Title - payable to Hernando County Tax Collector
        6. Temporary tag
        7. Sales Tax Exemption Form (if required). 

       

    • Restrictions on Distribution of Sterile Needles.

      Application: All awards.

      Proposer/Consultant/Contractor acknowledges that funds appropriated by DHHS may not be used to carry out any program of distributing sterile needles or syringes for the hypodermic injection of any illegal drug.  

    • License and Delivery of Works Subject to Copyright and Data Rights (2 CFR 200.315(b))

      Applicability: All Contracts using federal grant funds or which may use federal grant funds.

      Proposer/Contractor/Consultant grants to the County and the Federal granting agency a paid-up, royalty-free, nonexclusive, irrevocable, worldwide license in data first produced in the performance of this contract to reproduce, publish, or otherwise use, including prepare derivative works, distribute copies to the public, and perform publicly and display publicly such data. For data required by the Agreement but not first produced in the performance of this Agreement, the Contractor will identify such data and grant to the County and the Federal granting agency a license of the same scope as for data first produced in the performance of this Agreement. “Data,” as used herein, shall include any work subject to copyright under 17 U.S.C. § 102, for example, any written reports or literary works, software and/or source code, music, choreography, pictures or images, graphics, sculptures, videos, motion pictures or other audiovisual works, sound and/or video recordings, and architectural works. Upon or before the completion of this Agreement, the Contractor will deliver to the County data first produced in the performance of this Agreement and data required by the Agreement but not first produced in the performance of this Agreement in formats acceptable by the County.

       

    • NON-EXCLUSIVE CONTRACT:

      Award of a contract resulting from this bid imposes no obligation on the County to utilize the Vendor/Contractor for all work of this type, which may develop during the contract period. This is not an exclusive contract. The County specifically reserves the right to contract with another company for similar work if it deems such action to be in the County’s best interest.

    • Build America, Buy America Act

      Contractors and their subcontractors who apply or bid for an award for an infrastructure project subject to the domestic preference requirement in the Build America, Buy America Act shall file the required certification to Hernando County with each bid or offer for an infrastructure project, unless a domestic preference requirement is waived by FEMA. Contractors and subcontractors certify that no federal financial assistance funding for infrastructure projects will be provided unless all the iron, steel, manufactured projects, and construction materials used in the project are produced in the United States. BABAA, Pub. L. No. 117-58, §§ 70901-52. Contractors and subcontractors shall also disclose any use of federal financial assistance for infrastructure projects that does not ensure compliance with BABAA domestic preference requirements. Such disclosures shall be forwarded to the recipient who, in turn, will forward the disclosures to FEMA, the federal agency; subrecipients will forward disclosures to the passthrough entity, who will, in turn, forward the disclosures to FEMA.

    • REQUIREMENT FOR DATA ON PERFORMANCE AND EFFECTIVENESS UNDER THE AWARD (GPRA Modernization Act of 2010)

      The recipient must collect and maintain data that measure the performance and effectiveness of work under this award. The data must be provided to OJP in the manner (including within the timeframes) specified by OJP in the program solicitation or other applicable written guidance. Data collection supports compliance with the Government Performance and Results Act (GPRA) and the GPRA Modernization Act of 2010, and other applicable laws.

    • NON-PERFORMANCE:

      Time is of the essence in this Contract and failure to deliver the services specified within the time period required shall be considered a default.

      1. In case of default, the County may procure the services from other sources and hold the Vendor/Contractor responsible for all costs occasioned thereby and may immediately cancel the contract. The Chief Procurement Officer reserves the sole right to impose and debar Vendor/Contractors, as a direct result of Vendor/Contractor default and termination for a period of twelve (12) months to twenty-four (24) months depending upon the severity of the default resulting in contract termination. The Vendor/Contractor and its sureties (if any) shall be liable for any damage to the County resulting from the Vendor/Contractor’s default of the contract. This liability includes any increased costs incurred by the County in completing contract performance.
    • PATENT RIGHTS AND RIGHTS IN DATA (2 C.F.R. PART 200, APPENDIX II (F) 37 C.F.R. PART 401)

      Applicability: If the recipient or subrecipient wishes to enter into a contract (or subcontract) with a small business firm or nonprofit organization for the performance of experimental, developmental, or research work under the FTA award, the recipient or subrecipient must comply with the requirements of 37 C.F.R. part 401, “Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,” and any implementing regulations issued by the awarding agency. Except in the case of an “other agreement” in which the Federal Government has agreed to take more limited rights, the Federal Government is entitled to a non-exclusive, royalty free license to use the resulting invention, or patent the invention for Federal Government purposes.

      The FTA has the right to:

      1. Obtain, reproduce, publish, or otherwise use the data produced under a Federal award; and

      2. Authorize others to receive, reproduce, publish, or otherwise use such data for Federal purposes.

      The Patent Rights and Rights in Data requirements flow down to all third party contractors and their contracts at every tier that meet the definition of a research-type project under 37 U.S.C. § 401.2.

      Intellectual Property Rights

      This Project is funded through a Federal award with FTA for experimental, developmental, or research work purposes. As such, certain Patent Rights and Data Rights apply to all subject data first produced in the performance of this Contract. The Contractor shall grant the COUNTY intellectual property access and licenses deemed necessary for the work performed under this Agreement and in accordance with the requirements of 37 C.F.R. part 401, “Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,” and any implementing regulations issued by FTA or U.S. DOT. The terms of an intellectual property agreement and software license rights will be finalized prior to execution of this Agreement and shall, at a minimum, include the following restrictions: Except for its own internal use, the Contractor may not publish or reproduce subject data in whole or in part, or in any manner or form, nor may the Contractor authorize others to do so, without the written consent of FTA, until such time as FTA may have either released or approved the release of such data to the public. This restriction on publication, however, does not apply to any contract with an academic institution. For purposes of this agreement, the term “subject data” means recorded information whether or not copyrighted, and that is delivered or specified to be delivered as required by the Contract. Examples of “subject data” include, but are not limited to computer software, standards, specifications, engineering drawings and associated lists, process sheets, manuals, technical reports, catalog item identifications, and related information, but do not include financial reports, cost analyses, or other similar information used for performance or administration of the Contract.

      1. The Federal Government reserves a royalty-free, non-exclusive and irrevocable license to reproduce, publish, or otherwise use, and to authorize others to use for “Federal Government Purposes,” any subject data or copyright described below. For “Federal Government Purposes,” means use only for the direct purposes of the Federal Government. Without the copyright owner’s consent, the Federal Government may not extend its Federal license to any other party.

      a. Any subject data developed under the Contract, whether or not a copyright has been obtained; and b. Any rights of copyright purchased by the Contractor using Federal assistance in whole or in part by the FTA.

      2. Unless FTA determines otherwise, the Contractor performing experimental, developmental, or research work required as part of this Contract agrees to permit FTA to make available to the public, either FTA’s license in the copyright to any subject data developed in the course of the Contract, or a copy of the subject data first produced under the Contract for which a copyright has not been obtained. If the experimental, developmental, or research work, which is the subject of this Contract, is not completed for any reason whatsoever, all data developed under the Contract shall become subject data as defined herein and shall be delivered as the Federal Government may direct.

      3. Unless prohibited by state law, upon request by the Federal Government, the Contractor agrees to indemnify, save, and hold harmless the Federal Government, its officers, agents, and employees acting within the scope of their official duties against any liability, including costs and expenses, resulting from any willful or intentional violation by the Contractor of proprietary rights, copyrights, or right of privacy, arising out of the publication, translation, reproduction, delivery, use, or disposition of any data furnished under that contract. The Contractor shall be required to indemnify the Federal Government for any such liability arising out of the wrongful act of any employee, official, or agents of the Federal Government.

      4. Nothing contained in this clause on rights in data shall imply a license to the Federal Government under any patent or be construed as affecting the scope of any license or other right otherwise granted to the Federal Government under any patent.

      5. Data developed by the Contractor and financed entirely without using Federal assistance provided by the Federal Government that has been incorporated into work required by the underlying Contract is exempt from the requirements herein, provided that the Contractor identifies those data in writing at the time of delivery of the Contract work.

      6. The Contractor agrees to include these requirements in each subcontract for experimental, developmental, or research work financed in whole or in part with Federal assistance.

       

    • Procurement of Recovered Materials (2 CRF 200.323 and 40 CFR Part 247)

      Applicability: All contractors of Hernando County when federal funds may be or are being used under the Contract. 

      Proposer/Contractor/Consultant must comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act.  The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines.

       

    • Seat Belt Use.

      Application: All awards

      In accordance with Executive Order 13043 (April 16, 1997), Proposer/Consultant/Contractor is encouraged to adopt and enforce on-the-job seat belt policies and programs for its employees when operating vehicles, whether organizational owned or rented or personally owned.

    • OJP TRAINING GUIDING PRINCIPLES

      Any training or training materials that the recipient -- or any subrecipient ("subgrantee") at any tier -- develops or delivers with OJP award funds must adhere to the OJP Training Guiding Principles for Grantees and Subgrantees, available at https://www.ojp.gov/funding/implement/training-guiding-principles-grantees-and-subgrantees.

    • Access to Records

      The Contractor agrees to provide Hernando County, (insert name of pass-through entity, if applicable), the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representatives access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions.

      The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed.

      The Contractor agrees to provide the FEMA Administrator or his authorized representatives access to construction or other work sites pertaining to the work being completed under the contract.

      In compliance with section 1225 of the Disaster Recovery Reform Act of 2018, the Hernando County and the Contractor acknowledge and agree that no language in this contract is intended to prohibit audits or internal reviews by the FEMA Administrator or the Comptroller General of the United States.

    • PRE-AWARD AND POST-DELIVERY AUDITS OF ROLLING STOCK PURCHASES (49 U.S.C. 5323(M)), (49 C.F.R. PART 663)

      Applicability: Recipients purchasing revenue service rolling stock with FTA funds must comply with the pre-award and post-delivery audit requirements set forth in 49 U.S.C. 5323(m) and supplemented by 49 C.F.R. part 663. For more information about pre-award and post-delivery audit requirements, please go to FTA’s Buy America page on its website.

      There is no flow down requirement for Pre-Award and Post-Delivery Audits of Rolling Stock.

      Pre-Award and Post-Delivery Audit Requirements

      The Contractor agrees to comply with 49 U.S.C. § 5323(m) and FTA's implementing regulation at 49 C.F.R. part 663. The Contractor shall comply with the Buy America certification(s) submitted with its proposal/bid. The Contractor agrees to participate and cooperate in any pre-award and post-delivery audits performed pursuant to 49 C.F.R. part 663 and related FTA guidance.

       

    • EFFECT OF FAILURE TO ADDRESS AUDIT ISSUES (2 CFR Part 200)

      The recipient understands and agrees that the DOJ awarding agency (OJP or OVW, as appropriate) may withhold award funds, or may impose other related requirements, if (as determined by the DOJ awarding agency) the recipient does not satisfactorily and promptly address outstanding issues from audits required by the Part 200 Uniform Requirements (or by the terms of this award), or other outstanding issues that arise in connection with audits, investigations, or reviews of DOJ awards.

    • MEASUREMENTS

      The linear footage noted are only estimates. Bidders will be responsible for their own measurements and must submit a firm price accordingly. There will be no adjustments, for increase or decrease, of footage required for the job; therefore, the total offer must be based on accurate measurements by Bidders during inspection. Failure to do so will be at Bidder’s risk. Any request for unit price on the Bid Form is for information only. Award shall be based solely on “Total Offer”, with no adjustments made for increased/decreased quantities after award.

    • Changes

      To be allowable under a FEMA grant or cooperative agreement award, the cost of any contract change, modification, amendment, addendum, change order, or constructive change must be necessary, allocable, within the scope of the grant or cooperative agreement, reasonable for the scope of work, and otherwise allowable.

      FEMA recommends that all contracts include a changes clause that describes how, if at all, changes can be made by either party to alter the method, price, or schedule of the work without breaching the contract. The language of the clause may depend on the nature of the contract and the procured item or service. The recipient or subrecipient should also consult their servicing legal counsel to determine whether and how contract changes are permissible under applicable state, local, or tribal laws or regulations.

    • Access to Records and Reports

      Applicability: All Contracts that received or may receive federal grant funding. 

      Proposer/Contractor/Consultant will make available to the County’s granting agency, the granting agency’s Office of Inspector General, the Government Accountability Office, the Comptroller General of the United States, Hernando County, Hernando County Clerk of Court, or any of their duly authorized representatives any books, documents, papers or other records, including electronic records, of the contractor that are pertinent to the County’s grant award, in order to make audits, investigations, examinations, excerpts, transcripts, and copies of such documents.  The right also includes timely and reasonable access to the contractor’s personnel during normal business hours for the purpose of interview and discussion related to such documents. This right of access shall continue as long as records are retained. 

       

    • ASSIGNMENT:

      The successful Bidder is required to perform this contract and may not assign, transfer, convey, sublet, or otherwise dispose of any award or any or all of its rights, title, or interest therein, or the resulting contractual agreement in whole or in part without prior written authorization given at the sole discretion of Hernando County.

    • Uniform Relocation Assistance and Real Property Acquisition Policies Act.

      Application: All awards.

      Proposer/Consultant/Contractor shall adhere to the requirements of 49 CFR part 24, to the extent applicable regarding the uniform relocation assistance and real property acquisition act.

    • DRAWINGS

      Drawing(s) labeled Exhibit , dated date are included in this Invitation for Bid. The County shall not be responsible for the accuracy of such drawings. Bidders shall be responsible for verification of the accuracy, and the total bid offer shall be at the Bidder’s risk.

    • Record Retention (2 CFR § 200.33)

      Applicability: All Contracts that received or may receive federal grant funding. 

      Proposer/Contractor/Consultant will retain of all required records pertinent to this contract for a period of three years, beginning on a date as described in 2 C.F.R. §200.333 and retained in compliance with 2 C.F.R. §200.333.

    • PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATED ACTS (49 U.S.C. § 5323(L) (1) 31 U.S.C. §§ 3801-3812 18 U.S.C. § 1001), (49 C.F.R. PART 31)

      The Program Fraud clause extends to all third party contractors and their contracts at every tier and subrecipients and their subcontracts at every tier. These requirements flow down to contractors and subcontractors who make, present, or submit covered claims and statements.

      Program Fraud and False or Fraudulent Statements or Related Acts

      The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C. § 3801 et seq. and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 C.F.R. part 31, apply to its actions pertaining to this Project. Upon execution of the underlying contract, the Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying contract or the FTA assisted project for which this contract work is being performed. In addition to other penalties that may be applicable, the Contractor further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the Contractor to the extent the Federal Government deems appropriate.

      The Contractor also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority of 49 U.S.C. chapter 53, the Government reserves the right to impose the penalties of 18 U.S.C. § 1001 and 49 U.S.C. § 5323(l) on the Contractor, to the extent the Federal Government deems appropriate.

       

    • PUBLIC ENTITY CRIMES:

      Any person submitting a bid or proposal in response to this Invitation to Bid certifies that they are aware of, and in compliance with, all requirements under Section 287.133, Florida Statutes, on public entity crimes. Bidders must provide a response to the section titled VENDOR QUESTIONNAIRE, Sworn Statement to Public Entity Crimes included in these bid documents.

    • DHS Seal, Logo, and Flags

      All recipients and subrecipients and their contractors and subcontractors must obtain permission before using the DHS seal(s), logos, crests, reproductions of flags, or likenesses of DHS agency officials.

       

       

    • POTENTIAL IMPOSITION OF ADDITIONAL REQUIREMENTS

      The recipient agrees to comply with any additional requirements that may be imposed by the DOJ awarding agency (OJP or OVW, as appropriate) during the period of performance for this award, if the recipient is designated as "high-risk" for purposes of the DOJ high-risk grantee list.

    • Confidentiality of Patient/Client Records. 

      Application: All research awards and awards to substance abuse programs.

      Section 543 of the PHS Act, 42 U.S.C. 290dd-2, requires that records of substance abuse patients be kept confidential except under specified circumstances and purposes. The covered records are those that include the identity, diagnosis, prognosis, or treatment of any patient maintained in connection with any program or activity relating to substance abuse education, prevention, training, treatment, rehabilitation, or research that is conducted, regulated, or directly or indirectly assisted by any department or agency of the United States. This requirement is implemented in 42 CFR part 2.

    • Compliance with Federal Law Regulations and Executive Orders

      This is an acknowledgement that FEMA financial assistance will be used to fund all or a portion of the contract. The contractor will comply with all applicable federal law, regulations, executive orders, FEMA policies, procedures, and directives.

       

    • Federal Changes

      Proposer/Contractor/Consultant shall comply with all applicable Federal agency regulations, policies, procedures and directives, including without limitation those listed directly or by reference, as they  may be amended or promulgated from time to time during the term of the contract/any awarded contract.

    • PUBLIC TRANSPORTATION EMPLOYEE PROTECTIVE ARRANGEMENTS (49 U.S.C. § 5333(b) (“13(c)”)), (29 C.F.R. part 215)

      Applicability: The Public Transportation Employee Protective Arrangements apply to each contract for transit operations performed by employees of a Contractor recognized by FTA to be a transit operator.

      The employee protective arrangements clause flows down to all third party contractors and their contracts at every tier.

      Public Transportation Employee Protective Arrangements

      The Contractor agrees to comply with the following employee protective arrangements of 49 U.S.C. § 5333(b):

      1. U.S. DOL Certification. Under this Contract or any Amendments thereto that involve public transportation operations that are supported with federal assistance, a certification issued by U.S. DOL is a condition of the Contract.

      2. Special Warranty. When the Contract involves public transportation operations and is supported with federal assistance appropriated or made available for 49 U.S.C. § 5311, U.S. DOL will provide a Special Warranty for its Award, including its Award of federal assistance under the Tribal Transit Program. The U.S. DOL Special Warranty is a condition of the Contract.

      3. Special Arrangements. The conditions of 49 U.S.C. § 5333(b) do not apply to Contractors providing public transportation operations pursuant to 49 U.S.C. § 5310. FTA reserves the right to make case-by-case determinations of the applicability of 49 U.S.C. § 5333(b) for all transfers of funding authorized under title 23, United States Code (flex funds), and make other exceptions as it deems appropriate, and, in those instances, any special arrangements required by FTA will be incorporated herein as required.

    • U.S. Flag Air Carriers

      Application: All awards.

      If available, the Proposer/Consultant/Contractor, in performing work under this contract, shall use U.S.-flag carriers for international air transportation of personnel (and their personal effects) or property.

       

      In the event that the Proposer/Consultant/Contractor selects a carrier other than a U.S.-flag air carrier for international air transportation, the Contractor shall include a statement on vouchers involving such transportation essentially as follows:

       

      Statement of Unavailability of U.S.-Flag Air Carriers

      International air transportation of persons (and their personal effects) or property by U.S.-flag air carrier was not available or it was necessary to use foreign-flag air carrier service for the following reasons (see section 47.403 of the Federal Acquisition Regulation): [State reasons]

       

      Proposer/Consultant/Contractor shall include the substance of this clause, including this paragraph in each subcontract or purchase under this Agreement that may involve international air transportation.

       

    • PACKAGING/SHIPPING LABELS:

      Shipping labels shall be attached to each carton and shall contain the following information: purchase order number, quantity contained in each package and total number of items being delivered. 

    • COMPLIANCE WITH DOJ REGULATIONS PERTAINING TO CIVIL RIGHTS AND NONDISCRIMINATION - 28 C.F.R. PART 42

      The recipient, and any subrecipient ("subgrantee") at any tier, must comply with all applicable requirements of 28 C.F.R. Part 42, specifically including any applicable requirements in Subpart E of 28 C.F.R. Part 42 that relate to an equal employment opportunity program.

    • LICENSES AND PERMITS:

      Prior to and throughout the entire duration of the contract, including renewals, the Vendor/Contractor must have and maintain, at its own cost, any and all licenses required to perform the contracted services.  These licenses and permits shall be readily available for review by the Chief Procurement Officer or their designee.

    • RECYCLED PRODUCTS (42 U.S.C. § 6962 40 C.F.R. PART 247), (2 C.F.R. PART § 200.322)

      Applicability: The Resource Conservation and Recovery Act, as amended, (42 U.S.C. § 6962 et seq.), requires States and local governmental authorities to provide a competitive preference to products and services that conserve natural resources, protect the environment, and are energy efficient. Recipients are required to procure only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 C.F.R. part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000.

      These requirements extend to all third party contractors and their contracts at every tier and subrecipients and their subcontracts at every tier where the value of an EPA designated item exceeds $10,000.

      Recovered Materials

      The Contractor agrees to provide a preference for those products and services that conserve natural resources, protect the environment, and are energy efficient by complying with and facilitating compliance with Section 6002 of the Resource Conservation and Recovery Act, as amended, 42 U.S.C. § 6962, and U.S. Environmental Protection Agency (U.S. EPA), “Comprehensive Procurement Guideline for Products Containing Recovered Materials,” 40 C.F.R. part 247."

       

    • LAWS, REGULATIONS, PERMITS AND TAXES:

      Vendor/Contractor shall comply with County's jobsite procedures and regulations and with all applicable local, State, and Federal laws, rules and regulations and shall obtain all permits required for any of the work performed hereunder. Vendor/Contractor shall procure and pay for all permits and inspections required for any of the work performed hereunder and shall furnish any bonds, security or deposits required to permit performance of the work. Vendor/Contractor shall, to the extent permissible under applicable law, comply with the jobsite provisions which validly and lawfully apply to work on the specific jobsite being performed under this contract. The County of Hernando is exempt from Federal excise taxes and all sales taxes.

    • COMPLIANCE WITH DOJ REGULATIONS PERTAINING TO CIVIL RIGHTS AND NONDISCRIMINATION - 28 C.F.R. PART 54

      The recipient, and any subrecipient ("subgrantee") at any tier, must comply with all applicable requirements of 28 C.F.R. Part 54, which relates to nondiscrimination on the basis of sex in certain "education programs.

    • VERIFICATION OF NUMBERS:

      Awarded Vendor/Contractor must certify exact number of items printed and delivered to the County, plus verification that there are no missing or duplicate numbers, if applicable. 

    • Termination for Default (Breach or Cause)

      If Contractor does not deliver supplies in accordance with the contract delivery schedule, or, if the contract is for services, the Contractor fails to perform in the manner called for in the contract, or if the Contractor fails to comply with any other provisions of the contract, the County may terminate the contract for default.  Termination shall be effected by serving a notice of termination on the contractor setting forth the manner in which the Contractor is in default.  The contractor will only be paid the contract price for supplies delivered and accepted, or services performed in accordance with the manner of performance set forth in the contract.

       

    • No Obligation by Federal Government

      The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the recipient or subrecipient, contractor, or any other party pertaining to any matter resulting from the contract.

       

    • RETURN OF ARTWORK

      All artwork shall become the property of the County. Invoices will not be processed for payment until artwork is returned. Return of artwork is a condition of the contract. All artworks must be handled carefully and returned in good condition.

    • Program Fraud and False or Fraudulent Statements or Related Acts

      The Contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the contractor’s actions pertaining to this contract.

       

    • COMPLIANCE WITH DOJ REGULATIONS PERTAINING TO CIVIL RIGHTS AND NONDISCRIMINATION - 28 C.F.R. PART 38

      The recipient, and any subrecipient ("subgrantee") at any tier, must comply with all applicable requirements of 28 C.F.R. Part 38 (as may be applicable from time to time), specifically including any applicable requirements regarding written notice to program beneficiaries and prospective program beneficiaries.

      Currently, among other things, 28 C.F.R. Part 38 includes rules that prohibit specific forms of discrimination on the basis of religion, a religious belief, a refusal to hold a religious belief, or refusal to attend or participate in a religious practice. Part 38, currently, also sets out rules and requirements that pertain to recipient and subrecipient ("subgrantee") organizations that engage in or conduct explicitly religious activities, as well as rules and requirements that pertain to recipients and subrecipients that are faith-based or religious organizations.

      The text of 28 C.F.R. Part 38 is available via the Electronic Code of Federal Regulations (currently accessible at https://www.ecfr.gov/cgi-bin/ECFR?page=browse), by browsing to Title 28-Judicial Administration, Chapter 1, Part 38, under e-CFR "current" data.

    • Termination for Convenience

      The Contract/Any Awarded Contract may be terminated by the County in whole or in part at any time, upon ten (10) days written notice.  If the Contract is terminated before performance is completed, the Proposer/Contractor/Consultant shall be paid only for that work satisfactorily performed for which costs can be substantiated.

       

    • MODIFICATIONS/AMENDMENTS AND CHANGE ORDERS:

      Without invalidating the contract, the County may, at any time or from time to time, through its Chief Procurement Officer or designee, order additions, deletions, or revisions in the work, the same being authorized by change order or contract modification/amendment. The cumulative total of change orders and/or modifications/amendments to this contract under $50,000.00 (cap) will be approved by the Chief Procurement Officer or its designee. Once the $50,000.00 cap is reached, all other additions, or revisions to this contract that exceed the “cap” are subject to approval by the Hernando County Board of County Commissioners through Board agenda item. Only upon receipt of a change order, or modification/amendment executed by the Vendor/Contractor and County (subject to approval by the Chief Procurement Officer and/or Board of County Commissioners – as applicable) shall the Vendor/Contractor be authorized to proceed with the work involved. All such work shall be executed under the applicable terms and conditions contained in the contract documents. In addition:

      1. The County will execute an appropriate modification/amendment to the contract if such modification/amendment to the contract is approved by the Chief Procurement Officer or Board of County Commissioners (as approvable) and,
      2. It is the Vendor/Contactor’s responsibility to notify its surety of any changes affecting the general scope of the work/services or change of the contract price, and amount of the applicable bond(s) shall be adjusted accordingly.
    • SAFE OPERATION OF MOTOR VEHICLES (23 U.S.C. PART 402 EXECUTIVE ORDER NO. 13043 EXECUTIVE ORDER NO. 13513 U.S. DOT ORDER NO. 3902.10)

      Applicability: The Safe Operation of Motor Vehicles requirements apply to all federally funded third party contracts. In compliance with Federal Executive Order No. 13043, “Increasing Seat Belt Use in the United States,” April 16, 1997, 23 U.S.C. Section 402 note, FTA encourages each third party contractor to adopt and promote on-the-job seat belt use policies and programs for its employees and other personnel that operate company owned, rented, or personally operated vehicles, and to include this provision in each third party subcontract involving the project. Additionally, recipients are required by FTA to include a Distracted Driving clause that addresses distracted driving, including text messaging in each of its third party agreements supported with Federal assistance.

      The Safe Operation of Motor Vehicles requirements flow down to all third party contractors at every tier.

      Safe Operation of Motor Vehicles
      Seat Belt Use

      The Contractor is encouraged to adopt and promote on-the-job seat belt use policies and programs for its employees and other personnel that operate company-owned vehicles, company-rented vehicles, or personally operated vehicles. The terms “company-owned” and “company-leased” refer to vehicles owned or leased either by the Contractor or COUNTY.

      Distracted Driving

      The Contractor agrees to adopt and enforce workplace safety policies to decrease crashes caused by distracted drivers, including policies to ban text messaging while using an electronic device supplied by an employer, and driving a vehicle the driver owns or rents, a vehicle Contactor owns, leases, or rents, or a privately-owned vehicle when on official business in connection with the work performed under this agreement.

       

    • SCHOOL BUS OPERATIONS (49 U.S.C. 5323(f)), (49 C.F.R. part 605)

      Applicability: The School Bus requirements apply to contracts for operating public transportation service.

      The School Bus requirements flow down from FTA recipients and subrecipients to first tier service contractors.

      School Bus Operations

      The contractor agrees to comply with 49 U.S.C. 5323(f), and 49 C.F.R. part 604, and not engage in school bus operations using federally funded equipment or facilities in competition with private operators of school buses, except as permitted under:

      1. Federal transit laws, specifically 49 U.S.C. § 5323(f);

      2. FTA regulations, “School Bus Operations,” 49 C.F.R. part 605;

      3. Any other Federal School Bus regulations; or

      4. Federal guidance, except as FTA determines otherwise in writing.

      If Contractor violates this School Bus Agreement, FTA may:

      1. Bar the Contractor from receiving Federal assistance for public transportation; or

      2. Require the contractor to take such remedial measures as FTA considers appropriate.

      When operating exclusive school bus service under an allowable exemption, the contractor may not use federally funded equipment, vehicles, or facilities.

      The Contractor should include the substance of this clause in each subcontract or purchase under this contract that may operate public transportation services.

       

    • PALLETIZE

      Shipment(s) must be palletized. Pallets are available for exchange at the time of delivery, if requested prior to delivery by Vendor/Contractor. 

    • Socioeconomic Contracting

      The Contractor is encouraged to take all necessary steps identified in 2 C.F.R. § 200.321(b)(1)- (5) to ensure small businesses, minority businesses, women’s business enterprises, veteran owned businesses, and labor surplus area firms are considered when possible.

    • TAXES:
      1. The Board of County Commissioners, Hernando County, Florida, has the following Tax Exemption Certificates assigned:
        1. Florida Sales and Use Tax Exemption Certificate No. 85-8012556945C-8, effective 1/31/2024 – expiring on 1/31/2029.
      2. This exemption does not apply to purchases of tangible personal property made by Vendor/Contractor(s) who use the tangible personal property in the performance of contracts for improvements of County owned real property (Chapters 192 and 212, Florida Statutes and applicable rules of the Department of Revenue).
    • Safeguarding Personal Identifiable Information (2 CFR § 200.82)

      Proposer/Contractor/Consultant will take reasonable measures to safeguard protected personally identifiable information and other information designated as sensitive by the awarding agency or is considered sensitive consistent with applicable Federal, state and/or local laws regarding privacy and obligations of confidentiality.

       

    • RESTRICTIONS ON "LOBBYING" (18 U.S.C. 1913; 31 U.S.C. 1352)

      In general, as a matter of federal law, federal funds awarded by OJP may not be used by the recipient, or any subrecipient ("subgrantee") at any tier, either directly or indirectly, to support or oppose the enactment, repeal, modification, or adoption of any law, regulation, or policy, at any level of government. See 18 U.S.C. 1913. (There may be exceptions if an applicable federal statute specifically authorizes certain activities that otherwise would be barred by law.)

      Another federal law generally prohibits federal funds awarded by OJP from being used by the recipient, or any subrecipient at any tier, to pay any person to influence (or attempt to influence) a federal agency, a Member of Congress, or Congress (or an official or employee of any of them) with respect to the awarding of a federal grant or cooperative agreement, subgrant, contract, subcontract, or loan, or with respect to actions such as renewing, extending, or modifying any such award. See 31 U.S.C. 1352. Certain exceptions to this law apply, including an exception that applies to Indian tribes and tribal organizations.

      Should any question arise as to whether a particular use of federal funds by a recipient (or subrecipient) would or might fall within the scope of these prohibitions, the recipient is to contact OJP for guidance, and may not proceed without the express prior written approval of OJP.

    • DEBRIS

      Awarded Vendor/Contractor shall be responsible for the prompt removal of all debris which is a result of this contractual service.

    • MANUFACTURERS' NAME AND APPROVED EQUIVALENTS:

      Manufacturers' names, trade names, brand names, information and/or catalog number listed in a specification are for informational purposes only and are not intended to limit competition. Said listing is for the purpose of item identification and to establish standards for quality, style and features. Bids on equivalent items will be considered unless items are noted as no substitutes. The Bidder may offer any brand for which they are an authorized representative, which meets or exceeds the specifications for any item(s). If bids are based on equivalent products, indicate on the Bid Form the manufacturers' name and catalog number. Bidder shall submit with their bid, cuts, sketches, and descriptive literature and/or specifications. The Bidder should also explain in detail the reasons(s) why and submit proof that the proposed equivalent will meet the specifications and not be considered an exception thereto. Hernando County Board of County Commissioners reserves the sole right to be the sole judge of what is equal and acceptable. Bids which do not comply with these requirements may be found non-responsive and subject to rejection. If Bidder fails to name a substitute, it will be assumed that they are bidding on and will be required to furnish goods identical to the bid standard as specified.

    • Copyright

      License and Delivery of Works Subject to Copyright.

      The Contractor grants to Hernando County, a paid-up, royalty-free, nonexclusive, irrevocable, worldwide license in data first produced in the performance of this contract to reproduce, publish, or otherwise use, including prepare derivative works, distribute copies to the public, and perform publicly and display publicly such data. For data required by the contract but not first produced in the performance of this contract, the Contractor will identify such data and grant to Hernando County or acquires on its behalf a license of the same scope as for data first produced in the performance of this contract. Data, as used herein, shall include any work subject to copyright under 17 U.S.C. § 102, for example, any written reports or literary works, software and/or source code, music, choreography, pictures or images, graphics, sculptures, videos, motion pictures or other audiovisual works, sound and/or video recordings, and architectural works. Upon or before the completion of this contract, the Contractor will deliver to Hernando County data first produced in the performance of this contract and data required by the contract but not first produced in the performance of this contract in formats acceptable by Hernando County. 

    • Prohibition On Utilization Of Cost Plus A Percentage Of Cost Contracts (2 CFR Part 200)

      The County will not award contracts containing Federal funding on a cost-plus percentage of cost basis.

    • SEISMIC SAFETY (42 U.S.C. 7701 ET SEQ. EXECUTIVE ORDER (E.O.) 12699), (49 C.F.R. PART 41)

      Applicability: The Seismic Safety requirements apply only to contracts for the construction of new buildings or additions to existing buildings.

      The Seismic Safety requirements flow down from FTA recipients and subrecipients to first tier contractors to assure compliance with the applicable building standards for Seismic Safety, including the work performed by all subcontractors.

      Seismic Safety

      The Contractor agrees that any new building or addition to an existing building will be designed and constructed in accordance with the standards for Seismic Safety required in Department of Transportation (DOT) Seismic Safety Regulations 49 C.F.R. part 41 and will certify to compliance to the extent required by the regulation. The contractor also agrees to ensure that all work performed under this contract, including work performed by a subcontractor, is in compliance with the standards required by the Seismic Safety regulations and the certification of compliance issued on the project.

       

    • COMPLIANCE WITH GENERAL APPROPRIATIONS-LAW RESTRICTIONS ON THE USE OF FEDERAL FUNDS (FY 2023)

      The recipient, and any subrecipient ("subgrantee") at any tier, must comply with all applicable restrictions on the use of federal funds set out in federal appropriations statutes. Pertinent restrictions that may be set out in applicable appropriations acts are indicated at https://ojp.gov/funding/Explore/FY23AppropriationsRestrictions.htm, and are incorporated by reference here.

      Should a question arise as to whether a particular use of federal funds by a recipient (or a subrecipient) would or might fall within the scope of an appropriations-law restriction, the recipient is to contact OJP for guidance, and may not proceed without the express prior written approval of OJP.

    • LITIGATION/WAIVER OF JURY TRIAL:

      This agreement shall be governed by and construed according to Florida law. Venue for any dispute or formal litigation concerning this agreement shall be in the appropriate court with territorial jurisdiction over Hernando County, Florida. In the event of a dispute or litigation, each party to such dispute or litigation shall be solely responsible for its own attorneys’ fees and costs. This agreement shall not be construed for or against any party hereto, without regard to which party is wholly or partly responsible for its drafting. Each party acknowledges that it is aware of and has had the opportunity to seek advice of counsel of its choice with respect to its rights to trial by jury, and each party, for itself and its successors, creditors, and assigns, does hereby expressly and knowingly waive and release all such rights to trial by jury in any action, proceeding or counterclaim brought by any party hereto against the other (and/or against its officers, directors, employees, agents, or subsidiary or affiliated entities) on or with regard to any matters whatsoever arising out of or in any way connected with this contract and/or any other claim of injury or damage.

    • SUBSTANCE ABUSE REQUIREMENTS (49 U.S.C. § 5331), (49 C.F.R. PART 655 49 C.F.R. PART 40)

      Applicability: Third party contractors who perform safety-sensitive functions must comply with FTA’s substance abuse management program under 49 C.F.R. part 655, “Prevention of Alcohol Misuse and Prohibited Drug Use in Transit Operations.” Under 49 C.F.R. § 655.4, Safety-sensitive function means any of the following duties, when performed by employees of recipients, subrecipients, operators, or contractors:

      1. Operating a revenue service vehicle, including when not in revenue service;

      2. Operating a nonrevenue service vehicle, when required to be operated by a holder of a Commercial Driver's License;

      3. Controlling dispatch or movement of a revenue service vehicle;

      4. Maintaining (including repairs, overhaul and rebuilding) a revenue service vehicle or equipment used in revenue service. This section does not apply to the following: an employer who receives funding under 49 U.S.C. § 5307 or § 5309, is in an area less than 200,000 in population, and contracts out such services; or an employer who receives funding under 49 U.S.C. § 5311 and contracts out such services;

      5. Carrying a firearm for security purposes.

      Additionally, third party contractors providing testing services involving the performance of safety sensitive activities must also comply with 49 C.F.R. part 40, “Procedures for Transportation Workplace Drug and Alcohol Testing Programs.”

      The Substance Abuse requirements flow down to all third party contractors at every tier who perform a safety-sensitive function for the recipient or subrecipient.

      FTA has developed three model contract provisions for recipients to use "as is" or to modify to fit their particular situations.

      Explanation of Model Contract Clauses

      Option 1

      The recipient ensures the contractor's compliance with the rules by requiring the contractor to participate in a drug and alcohol program administered by the recipient. The advantages of doing this are obvious: the recipient maintains total control over its compliance with 49 C.F.R. part 655. The disadvantage is that the recipient, which may not directly employ any safety-sensitive employees, has to implement a complex testing program. Therefore, this may be a practical option for only those recipients that have a testing program for their employees, and can add the contractor's safety-sensitive employees to that program.

      Option 2

      The recipient relies on the contractor to implement a drug and alcohol testing program that complies with 49 C.F.R. part 655, but retains the ability to monitor the contractor's testing program; thus, the recipient has less control over its compliance with the drug and alcohol testing rules than it does under Option 1. The advantage of this approach is that it places the responsibility for complying with the rules on the entity that is actually performing the safety-sensitive function. Moreover, it reserves to the recipient the power to ensure that the contractor complies with the program. The disadvantage of Option 2 is that, without adequate monitoring of the contractor's program, the recipient may find itself out of compliance with the rules.

      Option 3

      The recipient specifies some or all of the specific features of a contractor's drug and alcohol compliance program. Thus, it requires the recipient to decide what it wants to do and how it wants to do it. The advantage of this option is that the recipient has more control over the contractor's drug and alcohol testing program, yet it is not actually administering the testing program. The disadvantage is that the recipient has to specify and understand clearly what it wants to do and why.

      SUBSTANCE ABUSE TESTING

      Option 1

      The Contractor agrees to participate in COUNTY’s drug and alcohol program established in compliance with 49 C.F.R. part 655.

      SUBSTANCE ABUSE TESTING Option 2

      The Contractor agrees to establish and implement a drug and alcohol testing program that complies with 49 C.F.R. parts 655, produce any documentation necessary to establish its compliance with part 655, and permit any authorized representative of the United States Department of Transportation or its operating administrations, the State Oversight Agency of the State of Florida, or COUNTY, to inspect the facilities and records associated with the implementation of the drug and alcohol testing program as required under 49 C.F.R. part 655 and review the testing process. The Contractor agrees further to certify annually its compliance with parts 655 before [insert date] and to submit the Management Information System (MIS) reports before [insert date before March 15] to [insert title and address of person responsible for receiving information]. To certify compliance, the Contractor shall use the "Substance Abuse Certifications" in the "Annual List of Certifications and Assurances for Federal Transit Administration Grants and Cooperative Agreements," which is published annually in the Federal Register.

      SUBSTANCE ABUSE TESTING Option 3

      The Contractor agrees to establish and implement a drug and alcohol testing program that complies with 49 C.F.R. part 655, produce any documentation necessary to establish its compliance with part 655, and permit any authorized representative of the United States Department of Transportation or its operating administrations, the State Oversight Agency of the State of Florida, or COUNTY, to inspect the facilities and records associated with the implementation of the drug and alcohol testing program as required under 49 C.F.R. part 655 and review the testing process. The Contractor agrees further to certify annually its compliance with parts 655 before[insert date] and to submit the Management Information System (MIS) reports before [insert date before March 15] to [insert title and address of person responsible for receiving information]. To certify compliance the Contractor shall use the ""Substance Abuse Certifications"" in the "Annual List of Certifications and Assurances for Federal Transit Administration Grants and Cooperative Agreements," which is published annually in the Federal Register. The Contractor agrees further to [Select a, b, or c] (a) submit before [insert date or upon request] a copy of the Policy Statement developed to implement its drug and alcohol testing program; OR (b) adopt [insert title of the Policy Statement the recipient wishes the contractor to use] as its policy statement as required under 49 C.F.R. part 655; OR (c) submit for review and approval before [insert date or upon request] a copy of its Policy Statement developed to implement its drug and alcohol testing program. In addition, the Contractor agrees to: [to be determined by the recipient, but may address areas such as: the selection of the certified laboratory, substance abuse professional, or Medical Review Officer, or the use of a consortium].

       

    • REPORTING POTENTIAL FRAUD, WASTE, AND ABUSE, AND SIMILAR MISCONDUC

      The recipient, and any subrecipients ("subgrantees") at any tier, must promptly refer to the DOJ Office of the Inspector General (OIG) any credible evidence that a principal, employee, agent, subrecipient, contractor, subcontractor, or other person has, in connection with funds under this award—

      (1) submitted a claim that violates the False Claims Act; or

      (2) committed a criminal or civil violation of laws pertaining to fraud, conflict of interest, bribery, gratuity, or similar misconduct.

      Potential fraud, waste, abuse, or misconduct involving or relating to funds under this award should be reported to the OIG by—

      (1) online submission accessible via the OIG webpage at https://oig.justice.gov/hotline/contact-grants.htm (select "Submit Report Online");

      (2) mail directed to: U.S. Department of Justice, Office of the Inspector General, Investigations Division, ATTN: Grantee Reporting, 950 Pennsylvania Ave., NW, Washington, DC 20530; and/or

      (3) by facsimile directed to the DOJ OIG Investigations Division (Attn: Grantee Reporting) at (202) 616-9881 (fax).

      Additional information is available from the DOJ OIG website at https://oig.justice.gov/hotline.

    • Build America, Buy America Act (BABAA) for Architectural and/or Engineering Contracts

      Applicability: For FEMA grants subject to BABAA, FEMA recommends that recipients and subrecipients include a Buy America Preference clause in A/E contracts.

      Contractors and subcontractors agree to incorporate the Buy America Preference into planning and design when providing architectural and/or engineering professional services for infrastructure projects. Consistent with the Build America, Buy America Act (BABAA) Pub. L. 117- 58 §§ 70901-52, no federal financial assistance funding for infrastructure projects will be used unless all the iron, steel, manufactured projects, and construction materials used in the project are produced in the United States. 

    • Energy Policy and Conservation Act (43 U.S.C. § 6201 and 2 CFR Part 200 Appendix II (H)

      Applicability: For any contracts except micro-purchases ($3000 or less, except for construction contracts over $2000). 

      Proposer/Contractor/Consultant shall comply with mandatory standards and policies relating to energy efficiency, stating in the state energy conservation plan issued in compliance with the Energy Policy and Conservation act.  (Pub. L. 94-163, 89 Stat. 871) [53 FR 8078, 8087, Mar. 11, 1988, as amended at 60 FR 19639, 19645, Apr. 19, 1995].

       

    • PROTECTION OF PROPERTY/SECURITY:
      1. The Vendor/Contractor shall provide barricades if necessary and take all necessary precautions to protect buildings and personnel. All work shall be completed in every respect and accomplished in a professional manner and the Vendor/Contractor shall provide for removal of all debris from County property.
      2. The Vendor/Contractor shall at all times, guard against damage or loss to property of Hernando County, or of other Vendor/Contractors, and shall be held responsible for replacing or repairing any such loss or damage. The County may withhold payment or make such deductions as deemed necessary to insure reimbursement or replacement for loss of damage to property through negligence of the Vendor/Contractor or their agent.
      3. The Vendor/Contractor will not hold Hernando County responsible and releases Hernando County from any liability costs and expenses in connection with, resulting from or arising out of damage, loss, or theft of any machinery, equipment, tools, supplies and/or materials owned by the Vendor/Contractor and stored on County property.
    • RESTRICTIONS AND CERTIFICATIONS REGARDING NON-DISCLOSURE AGREEMENTS AND RELATED MATTERS

      No recipient or subrecipient ("subgrantee") under this award, or entity that receives a procurement contract or subcontract with any funds under this award, may require any employee or contractor to sign an internal confidentiality agreement or statement that prohibits or otherwise restricts, or purports to prohibit or restrict, the reporting (in accordance with law) of waste, fraud, or abuse to an investigative or law enforcement representative of a federal department or agency authorized to receive such information.

      The foregoing is not intended, and shall not be understood by the agency making this award, to contravene requirements applicable to Standard Form 312 (which relates to classified information), Form 4414 (which relates to sensitive compartmented information), or any other form issued by a federal department or agency governing the nondisclosure of classified information.

      1. In accepting this award, the recipient--

      a. represents that it neither requires nor has required internal confidentiality agreements or statements from employees or contractors that currently prohibit or otherwise currently restrict (or purport to prohibit or restrict) employees or contractors from reporting waste, fraud, or abuse as described above; and

      b. certifies that, if it learns or is notified that it is or has been requiring its employees or contractors to execute agreements or statements that prohibit or otherwise restrict (or purport to prohibit or restrict), reporting of waste, fraud, or abuse as described above, it will immediately stop any further obligations of award funds, will provide prompt written notification to the federal agency making this award, and will resume (or permit resumption of) such obligations only if expressly authorized to do so by that agency.

      2. If the recipient does or is authorized under this award to make subawards ("subgrants"), procurement contracts, or both--

      a. it represents that--

      (1) it has determined that no other entity that the recipient's application proposes may or will receive award funds (whether through a subaward ("subgrant"), procurement contract, or subcontract under a procurement contract) either requires or has required internal confidentiality agreements or statements from employees or contractors that currently prohibit or otherwise currently restrict (or purport to prohibit or restrict) employees or contractors from reporting waste, fraud, or abuse as described above; and

      (2) it has made appropriate inquiry, or otherwise has an adequate factual basis, to support this representation; and

      b. it certifies that, if it learns or is notified that any subrecipient, contractor, or subcontractor entity that receives funds under this award is or has been requiring its employees or contractors to execute agreements or statements that prohibit or otherwise restrict (or purport to prohibit or restrict), reporting of waste, fraud, or abuse as described above, it will immediately stop any further obligations of award funds to or by that entity, will provide prompt written notification to the federal agency making this award, and will resume (or permit resumption of) such obligations only if expressly authorized to do so by that agency.

    • TERMINATION:
      1. Termination for Default:
        1. The County may, by written notice to the Vendor/Contractor, terminate this contract for default in whole or in part (delivery orders, if applicable) if the Vendor/Contractor fails to:
          1. Provide products or services that comply with the specifications herein or fails to meet the County’s performance standards.
          2. Deliver the supplies or to perform the services within the time specified in this contract or any extension.
          3. Make progress so as to endanger performance of this contract.
          4. Perform any of the other provisions of this contract.
        2. Prior to termination for default, the County will provide adequate written notice to the Vendor/Contractor through the Chief Procurement Officer, Procurement Department, affording them the opportunity to cure the deficiencies or to submit a specific plan to resolve the deficiencies within ten (10) days (or the period specified in the notice) after receipt of the notice. Failure to adequately cure the deficiency shall result in termination action and possible debarment. Such termination may also result in suspension or debarment of the Vendor/Contractor for a period of twelve (12) to twenty-four (24) months depending upon the severity of the Vendor/Contractor’s action that caused the default in accordance with the County’s Procurement Ordinance. The Vendor/Contractor and its sureties (if any) shall be liable for any damage to the County resulting from the Vendor/Contractor’s default of the contract. This liability includes any increased costs incurred by the County in completing contract performance.
        3. In the event of termination by the County for any cause, the Vendor/Contractor will have, in no event, any claim against the County for lost profits or compensation for lost opportunities. After a receipt of a Termination Notice and except as otherwise directed by the County the Vendor/Contractor shall:
          1. Stop work on the date and to the extent specified.
          2. Terminate and settle all orders and subcontracts relating to the performance of the terminated work.
          3. Transfer all work in process, completed work, and other materials related to the terminated work as directed by the County.
          4. Continue and complete all parts of that work that have not been terminated.
        4. If the Vendor/Contractor’s failure to perform the contract arises from causes beyond the control and without the fault or negligence of the Vendor/Contractor, the contract shall not be terminated for default. Examples of such causes include (1) acts of God or the public enemy, (2) acts of a government in its sovereign capacity, (3) fires, (4) floods, (5) epidemics, (6) strikes and (7) unusually severe weather.
      2. Termination for Convenience: The County, by written notice, may terminate this contract, in whole or in part, when it is in the County’s interest. If this contract is terminated, the County shall be liable only for goods or services delivered and accepted. The County Notice of Termination may provide the Vendor/Contractor ninety (90) days prior notice before it becomes effective. A termination for convenience may apply to individual delivery orders, purchase orders or to the contract in its entirety.
    • BID BOND/PERFORMANCE BOND AND PAYMENT BOND:
      1. Each bid must be accompanied by a certified or cashier’s check or bid bond in a sum of not less than ten percent (10%) of the total bid. Bid deposits amounting to less than two hundred dollars ($200.00) need not be submitted. All checks shall be made payable to the Hernando County Board of County Commissioners. Unsuccessful Bidder’s performance deposit will be returned upon evaluation and award of bid. The awarded Vendor/Contractor’s performance deposit will be returned upon receipt and acceptance of a one hundred percent (100%) performance bond and a one hundred percent (100%) payment bond. Under no circumstances shall the awarded Vendor/Contractor start work until he/she has supplied an acceptable performance bond and payment bond. If the awarded Vendor/Contractor fails to supply a performance bond and/or payment bond as specified in the bid, the County shall be entitled to retain the bid deposit to rectify the Bidder’s unacceptable performance. The surety which issues the bid bond, and the performance bond and payment bond must be listed on the U.S. Treasury, Fiscal Service, Bureau of Government Financial Operations, (latest review) entitled “Companies Holding Certificates of Authority as Acceptable Surety on Federal Bond and as Acceptable Reinsuring Companies”.
      2. The awarded Vendor/Contractor shall furnish a performance bond and a payment bond as security for faithful performance of contract awarded as a result of this bid, and for the payment of all persons performing labor and/or furnishing material in connection therewith. The surety of such bond shall be in an amount equal to the bid. The surety shall be responsible for any liquidated damages assessed because of failure to complete this contract. The surety shall also be responsible for any increases or extensions to the contract. The attorney-in-fact who signs the bond must send with the bond a certificate and effective dated copy of power of attorney. Under no circumstances shall the awarded Vendor/Contractor begin work until he/she has supplied the County a performance bond and payment bond.

       

    • Trafficking Victims Protection Act (2 CFR Part 175)

      Proposer/Contractor/Consultant will comply with the requirements of Section 106(g) of the Trafficking Victims Protection Act (TVPA) of 2000, as amended (22 U.S.C. 7104) which prohibits Proposer/Contractor/Consultant from (1) engaging in severe forms of trafficking in persons during the period of time that [this Contract/resulting contract] is in effect; (2) procuring a commercial sex act during the period of time that this Contract/resulting contract is in effect; or (3) using forced labor in the performance of the contracted services under this contract/a resulting contract.  This Contract/a resulting contract may be unilaterally terminated immediately by County for Proposer/Contractor/Consultant’s violating this provision, without penalty. 

    • TERMINATION (2 C.F.R. § 200.3392 C.F.R. PART 200, APPENDIX II (B))

      Applicability: All contracts in excess of $10,000 must address termination for cause and for convenience, including the manner by which it will be effected and the basis for settlement.

      For all contracts in excess of $10,000, the Termination clause extends to all third party contractors and their contracts at every tier and subrecipients and their subcontracts at every tier.

      Termination for Convenience (General Provision)

      The COUNTY may terminate this contract, in whole or in part, at any time by written notice to the Contractor when it is in the COUNTY’s best interest. The Contractor shall be paid its costs, including contract close-out costs, and profit on work performed up to the time of termination. The Contractor shall promptly submit its termination claim to COUNTY to be paid the Contractor. If the Contractor has any property in its possession belonging to COUNTY, the Contractor will account for the same, and dispose of it in the manner COUNTY directs.

      Termination for Default [Breach or Cause] (General Provision)

      If the Contractor does not deliver supplies in accordance with the contract delivery schedule, or if the contract is for services, the Contractor fails to perform in the manner called for in the contract, or if the Contractor fails to comply with any other provisions of the contract, the COUNTY may terminate this contract for default. Termination shall be effected by serving a Notice of Termination on the Contractor setting forth the manner in which the Contractor is in default. The Contractor will be paid only the contract price for supplies delivered and accepted, or services performed in accordance with the manner of performance set forth in the contract.

      If it is later determined by the COUNTY that the Contractor had an excusable reason for not performing, such as a strike, fire, or flood, events which are not the fault of or are beyond the control of the Contractor, the COUNTY, after setting up a new delivery of performance schedule, may allow the Contractor to continue work, or treat the termination as a Termination for Convenience.

      Opportunity to Cure (General Provision)

      The COUNTY, in its sole discretion may, in the case of a termination for breach or default, allow the Contractor [an appropriately short period of time] in which to cure the defect. In such case, the Notice of Termination will state the time period in which cure is permitted and other appropriate conditions

      If Contractor fails to remedy to COUNTY's satisfaction the breach or default of any of the terms, covenants, or conditions of this Contract within [10 days] after receipt by Contractor of written notice from COUNTY setting forth the nature of said breach or default, COUNTY shall have the right to terminate the contract without any further obligation to Contractor. Any such termination for default shall not in any way operate to preclude COUNTY from also pursuing all available remedies against Contractor and its sureties for said breach or default.

      Waiver of Remedies for any Breach

      In the event that COUNTY elects to waive its remedies for any breach by Contractor of any covenant, term or condition of this contract, such waiver by COUNTY shall not limit COUNTY’s remedies for any succeeding breach of that or of any other covenant, term, or condition of this contract.

      Termination for Convenience (Professional or Transit Service Contracts)

      The COUNTY, by written notice, may terminate this contract, in whole or in part, when it is in the COUNTY’s interest. If this contract is terminated, the COUNTY shall be liable only for payment under the payment provisions of this contract for services rendered before the effective date of termination.

      Termination for Default (Supplies and Service)

      If the Contractor fails to deliver supplies or to perform the services within the time specified in this contract or any extension, or if the Contractor fails to comply with any other provisions of this contract, the COUNTY may terminate this contract for default. The COUNTY shall terminate by delivering to the Contractor a Notice of Termination specifying the nature of the default. The Contractor will only be paid the contract price for supplies delivered and accepted, or services performed in accordance with the manner or performance set forth in this contract.

      If, after termination for failure to fulfill contract obligations, it is determined that the Contractor was not in default, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the COUNTY.

      Termination for Default (Transportation Services)

      If the Contractor fails to pick up the commodities or to perform the services, including delivery services, within the time specified in this contract or any extension, or if the Contractor fails to comply with any other provisions of this contract, the COUNTY may terminate this contract for default. The COUNTY shall terminate by delivering to the Contractor a Notice of Termination specifying the nature of default. The Contractor will only be paid the contract price for services performed in accordance with the manner of performance set forth in this contract.

      If this contract is terminated while the Contractor has possession of COUNTY goods, the Contractor shall, upon direction of the COUNTY, protect and preserve the goods until surrendered to the COUNTY or its agent. The Contractor and COUNTY shall agree on payment for the preservation and protection of goods. Failure to agree on an amount will be resolved under the Dispute clause.If, after termination for failure to fulfill contract obligations, it is determined that the Contractor was not in default, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the COUNTY.

      Termination for Default (Construction)

      If the Contractor refuses or fails to prosecute the work or any separable part, with the diligence that will ensure its completion within the time specified in this contract or any extension or fails to complete the work within this time, or if the Contractor fails to comply with any other provision of this contract, COUNTY may terminate this contract for default. The COUNTY shall terminate by delivering to the Contractor a Notice of Termination specifying the nature of the default. In this event, the COUNTY may take over the work and compete it by contract or otherwise, and may take possession of and use any materials, appliances, and plant on the work site necessary for completing the work. The Contractor and its sureties shall be liable for any damage to the COUNTY resulting from the Contractor's refusal or failure to complete the work within specified time, whether or not the Contractor's right to proceed with the work is terminated. This liability includes any increased costs incurred by the COUNTY in completing the work.

      The Contractor's right to proceed shall not be terminated nor shall the Contractor be charged with damages under this clause if:

      1. The delay in completing the work arises from unforeseeable causes beyond the control and without the fault or negligence of the Contractor. Examples of such causes include: acts of God, acts of COUNTY, acts of another contractor in the performance of a contract with COUNTY, epidemics, quarantine restrictions, strikes, freight embargoes; and

      2. The Contractor, within [10] days from the beginning of any delay, notifies COUNTY in writing of the causes of delay. If, in the judgment of COUNTY, the delay is excusable, the time for completing the work shall be extended. The judgment of COUNTY shall be final and conclusive for the parties, but subject to appeal under the Disputes clause(s) of this contract.

      If, after termination of the Contractor's right to proceed, it is determined that the Contractor was not in default, or that the delay was excusable, the rights and obligations of the parties will be the same as if the termination had been issued for the convenience of COUNTY.

      Termination for Convenience or Default (Architect and Engineering)

      The COUNTY may terminate this contract in whole or in part, for the COUNTY’s convenience or because of the failure of the Contractor to fulfill the contract obligations. The COUNTY shall terminate by delivering to the Contractor a Notice of Termination specifying the nature, extent, and effective date of the termination. Upon receipt of the notice, the Contractor shall

      (1) immediately discontinue all services affected (unless the notice directs otherwise), and

      (2) deliver to the COUNTY ‘s Contracting Officer all data, drawings, specifications, reports, estimates, summaries, and other information and materials accumulated in performing this contract, whether completed or in process. COUNTY has a royalty-free, nonexclusive, and irrevocable license to reproduce, publish or otherwise use, all such data, drawings, specifications, reports, estimates, summaries, and other information and materials.

      If the termination is for the convenience of the COUNTY, the COUNTY’s Contracting Officer shall make an equitable adjustment in the contract price but shall allow no anticipated profit on unperformed services.

      If the termination is for failure of the Contractor to fulfill the contract obligations, the COUNTY may complete the work by contact or otherwise and the Contractor shall be liable for any additional cost incurred by the COUNTY.

      If, after termination for failure to fulfill contract obligations, it is determined that the Contractor was not in default, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of COUNTY.

      Termination for Convenience or Default (Cost-Type Contracts)

      The COUNTY may terminate this contract, or any portion of it, by serving a Notice of Termination on the Contractor. The notice shall state whether the termination is for convenience of COUNTY or for the default of the Contractor. If the termination is for default, the notice shall state the manner in which the Contractor has failed to perform the requirements of the contract. The Contractor shall account for any property in its possession paid for from funds received from the COUNTY, or property supplied to the Contractor by the COUNTY. If the termination is for default, the COUNTY may fix the fee, if the contract provides for a fee, to be paid the Contractor in proportion to the value, if any, of work performed up to the time of termination. The Contractor shall promptly submit its termination claim to the COUNTY and the parties shall negotiate the termination settlement to be paid the Contractor.

      If the termination is for the convenience of COUNTY, the Contractor shall be paid its contract close-out costs, and a fee, if the contract provided for payment of a fee, in proportion to the work performed up to the time of termination.

      If, after serving a Notice of Termination for Default, the COUNTY determines that the Contractor has an excusable reason for not performing, the COUNTY, after setting up a new work schedule, may allow the Contractor to continue work, or treat the termination as a Termination for Convenience.

       

    • Providing Good, Safe Jobs to Workers

      Creating Good Jobs. Pursuant to FEMA Information Bulletin No. 520, the contractor will comply with all applicable federal labor and employment laws. To maximize cost efficiency and quality of work, the contractor commits to strong labor standards and protections for the project workforce by creating an effective plan for ensuring high-quality jobs and complying with federal labor and employment laws. The contractor acknowledges applicable minimum wage, overtime, prevailing wage, and health and safety requirements, and will incorporate Good Jobs Principles wherever appropriate and to the greatest extent practicable.

    • TRENCH SAFETY ACT (CONSTRUCTION):

      Bidder shall be solely responsible for complying with the Florida Trench Safety Act as established under 553.60 through 553.64, Florida Statutes, and under the OSHA excavation safety standards as established under 29 CFR 1926.650 (Sub-Part P) as amended. All costs associated with complying with these requirements shall be included in the bid. The Trench Safety Act Compliance Form attached in Vendor Questionnaire, must be submitted with the bid.  

    • FISCAL NON-FUNDING

      In the event sufficient budgeted funds are not available for a new fiscal period, the County must notify the Vendor/Contractor of such occurrence, and the contract shall terminate on the last day of current fiscal period without penalty or expense to the County.

    • VIOLATION AND BREACH OF CONTRACT (2 C.F.R. § 200.3262 C.F.R. PART 200, APPENDIX II (A))

      Applicability: All contracts in excess of the Simplified Acquisition Threshold (currently set at $150,000) shall contain administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate.

      The Violations and Breach of Contracts clause flow down to all third party contractors and their

      contracts at every tier.

      Rights and Remedies of the COUNTY

      The COUNTY shall have the following rights in the event that the COUNTY deems the Contractor

      guilty of a breach of any term under the Contract.

      1. The right to take over and complete the work or any part thereof as agency for and at

      the expense of the Contractor, either directly or through other contractors;

      2. The right to cancel this Contract as to any or all of the work yet to be performed;

      3. The right to specific performance, an injunction or any other appropriate equitable

      remedy; and

      4. The right to money damages.

      For purposes of this Contract, breach shall include [COUNTY to define].

      Rights and Remedies of Contractor

      Inasmuch as the Contractor can be adequately compensated by money damages for any breach of this Contract, which may be committed by the COUNTY, the Contractor expressly agrees that no default, act or omission of the COUNTY shall constitute a material breach of this Contract, entitling Contractor to cancel or rescind the Contract (unless the COUNTY directs Contractor to do so) or to suspend or abandon performance.

      Remedies

      Substantial failure of the Contractor to complete the Project in accordance with the terms of this Agreement will be a default of this Agreement. In the event of a default, the COUNTY will have all remedies in law and equity, including the right to specific performance, without further assistance, and the rights to termination or suspension as provided herein. The Contractor recognizes that in the event of a breach of this Agreement by the Contractor before the COUNTY takes action contemplated herein, the COUNTY will provide the Contractor with sixty (60) days written notice that the COUNTY considers that such a breach has occurred and will provide the Contractor a reasonable period of time to respond and to take necessary corrective action.

      Disputes

      • Example 1: Disputes arising in the performance of this Contract that are not resolved by agreement of the parties shall be decided in writing by the authorized representative of COUNTY’s [title of employee]. This decision shall be final and conclusive unless within [10] days from the date of receipt of its copy, the Contractor mails or otherwise furnishes a written appeal to the [title of employee]. In connection with any such appeal, the Contractor shall be afforded an opportunity to be heard and to offer evidence in support of its position. The decision of the [title of employee] shall be binding upon the Contractor and the Contractor shall abide be the decision.

      • Example 2: The COUNTY and the Contractor intend to resolve all disputes under this Agreement to the best of their abilities in an informal manner. To accomplish this end, the parties will use an Alternative Dispute Resolution process to resolve disputes in a manner designed to avoid litigation. In general, the parties contemplate that the Alternative Dispute Resolution process will include, at a minimum, an attempt to resolve disputes through communications between their staffs, and, if resolution is not reached at that level, a procedure for review and action on such disputes by appropriate management level officials within the COUNTY and the Contractor’s organization.

      In the event that a resolution of the dispute is not mutually agreed upon, the parties can agree to mediate the dispute or proceed with litigation. Notwithstanding any provision of this section, or any other provision of this Contract, it is expressly agreed and understood that any court proceeding arising out of a dispute under the Contract shall be heard by a Court de novo and the court shall not be limited in such proceeding to the issue of whether the Authority acted in an arbitrary, capricious or grossly erroneous manner.

      Pending final settlement of any dispute, the parties shall proceed diligently with the performance of the Contract, and in accordance with the COUNTY’s direction or decisions made thereof.

      Performance during Dispute

      Unless otherwise directed by COUNTY, Contractor shall continue performance under this Contract while matters in dispute are being resolved.

      Claims for Damages

      Should either party to the Contract suffer injury or damage to person or property because of any act or omission of the party or of any of its employees, agents or others for whose acts it is legally liable, a claim for damages therefor shall be made in writing to such other party within a reasonable time after the first observance of such injury or damage.

      Remedies

      Unless this Contract provides otherwise, all claims, counterclaims, disputes and other matters in question between the COUNTY and the Contractor arising out of or relating to this agreement or its breach will be decided by arbitration if the parties mutually agree, or in a court of competent jurisdiction within the State in which the COUNTY is located.

      Rights and Remedies

      The duties and obligations imposed by the Contract documents and the rights and remedies available thereunder shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. No action or failure to act by the COUNTY or Contractor shall constitute a waiver of any right or duty afforded any of them under the Contract, nor shall any such action or failure to act constitute an approval of or acquiescence in any breach thereunder, except as may be specifically agreed in writing.

       

    • COMPLIANCE WITH 41 U.S.C. 4712 (INCLUDING PROHIBITIONS ON REPRISAL; NOTICE TO EMPLOYEES) (41 U.S.C. 4712.)

      The recipient (and any subrecipient at any tier) must comply with, and is subject to, all applicable provisions of 41 U.S.C. 4712, including all applicable provisions that prohibit, under specified circumstances, discrimination against an employee as reprisal for the employee's disclosure of information related to gross mismanagement of a federal grant, a gross waste of federal funds, an abuse of authority relating to a federal grant, a substantial and specific danger to public health or safety, or a violation of law, rule, or regulation related to a federal grant.

      The recipient also must inform its employees, in writing (and in the predominant native language of the workforce), of employee rights and remedies under 41 U.S.C. 4712.

      Should a question arise as to the applicability of the provisions of 41 U.S.C. 4712 to this award, the recipient is to contact the DOJ awarding agency (OJP or OVW, as appropriate) for guidance.

    • Domestic Preference For Procurements (2 CFR § 200.322)

      As appropriate and to the extent consistent with law, to the greatest extent practicable when using federal funds for the services provided in the contract shall provide a preference for the purchase, acquisition, or use of goods and products or materials produced in the United States. 

    • Buy Clean

      Applicability: For PA, HMGP, HMGP Post Fire, BRIC and PDM grants, FEMA recommends that recipients and subrecipients include a provision encouraging the consideration of low-carbon materials. Recipients and subrecipients for other FEMA grant programs may also use this provision if they wish to encourage environmentally friendly construction practices.

      Hernando County encourages the use of environmentally friendly construction practices in the performance of this Agreement. In particular, Hernando County encourages that the performance of this agreement include considering the use of low-carbon materials which have substantially lower levels of embodied greenhouse-gas emissions associated with all relevant stages of production, use, and disposal, as compared to estimated industry averages of similar materials or products as demonstrated by their environmental product declaration.

    • Buy America (Build America, Buy America Act (Public Law 117-58, 29 U.S.C. § 50101. Executive Order 14005)

      Applicability: Applies to purchases of iron, steel, manufactured products and construction materials permanently incorporated into infrastructure projects, where federal grant funding agency requires it or if the grant funds which may come from any federal agency, but most commonly: the U.S. Environmental Protection Agency (EPA), the U.S. Federal Transit Administration (FTA), the US Federal Highway Administration (FHWA), the U.S. Federal Railroad Administration (FRA), Amtrack and the U.S. Federal Aviation Administration (FAA).

      All iron, steel, manufactured products, and construction materials that are consumed in, incorporated into, or affixed to the project that is subject to this contract or procurement must be produced in the United States.  Additional requirements may apply depending on the Federal granting agency’s requirements, please check with the County for further details. Proposers shall be required to submit a completed Buy America Certificate with this procurement. Failure to submit a certificate or submission of an incomplete certificate may result in the proposer’s submittal being deemed non-responsive.

       

    • USE OF CONTRACT BY OTHER GOVERNMENT AGENCIES:
      1. At the option of the Vendor/Contractor, the use of the contract resulting from this solicitation may be extended to other governmental agencies, including the State of Florida, its agencies, political subdivisions, counties, and cities.
      2. Each governmental agency allowed by the Vendor/Contractor to use this contract shall do so independent of any other governmental entity. Each agency shall be responsible for its own purchases and shall be liable only for goods or services it ordered, received, and accepted. No agency incurs any liability by virtue of any other government entity using the contract resulting from this bid.
    • PRICING

      The maximum dollar limit for each delivery order issued against this term contract shall be $. All invoices are subject to County audit and review. In the event such audit or review reveals any inaccuracies in the prices charged to the County or charges which are not within the scope of this contract, the Vendor/Contractor shall reimburse the County for any overages or out-of-scope charges immediately upon request. 

    • ENCOURAGEMENT OF POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (Executive Order 13513, 74 Fed. Reg. 51225)

      Pursuant to Executive Order 13513, "Federal Leadership on Reducing Text Messaging While Driving," 74 Fed. Reg. 51225 (October 1, 2009), DOJ encourages recipients and subrecipients ("subgrantees") to adopt and enforce policies banning employees from text messaging while driving any vehicle during the course of performing work funded by this award, and to establish workplace safety policies and conduct education, awareness, and other outreach to decrease crashes caused by distracted drivers.

    • Prohibition On Certain Telecommunications And Video Surveillance Services Or Equipment (2 CFR § 200.216)

      Proposer/Contractor/Consultant and any subcontractors are prohibited to obligate or spend grant funds to:  (1) procure or obtain, (2) extend or renew a  contract to procure or obtain; or (3) enter into a contract to procure or obtain equipment, services, or systems that use covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. As described in Pub. L. 115-232, section 889, covered telecommunications equipment is telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities). i. For the purpose of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities). ii. Telecommunications or video surveillance services provided by such entities or using such equipment. iii. Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise, connected to the government of a covered foreign country.

       

    • REQUIREMENT TO DISCLOSE WHETHER RECIPIENT IS DESIGNATED "HIGH RISK" BY A FEDERAL GRANT-MAKING AGENCY OUTSIDE OF DOJ

      If the recipient is designated "high risk" by a federal grant-making agency outside of DOJ, currently or at any time during the course of the period of performance under this award, the recipient must disclose that fact and certain related information to OJP.ComplianceReporting@ojp.usdoj.gov. For purposes of this disclosure, high risk includes any status under which a federal awarding agency provides additional oversight due to the recipient's past performance, or other programmatic or financial concerns with the recipient. The recipient's disclosure must include the following: 1. The federal awarding agency that currently designates the recipient high risk, 2. The date the recipient was designated high risk, 3. The high-risk point of contact at that federal awarding agency (name, phone number, and email address), and 4. The reasons for the high-risk status, as set out by the federal awarding agency.

    • CERTIFICATION OF INDEPENDENT PRICE DETERMINATION:

      By submitting a bid, the Bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, that:  

      1. The prices in the bid, or as to any matter relating to such prices, have been arrived at independently without consultation, collusion, communication, or agreement with any other Bidder or with any other competitor for the purpose of restricting competition.  
      2. Unless otherwise required by law, the prices quoted in the bid have not been knowingly disclosed by the Bidder and will not knowingly be disclosed, directly or indirectly, by the Bidder prior to opening to any other Bidder or to any competitor.
    • PRICING-FFP

      The County requires a firm fixed price for the entire contract period. Invoices will be reviewed to confirm compliance with bid pricing. Failure to hold prices firm shall be grounds for immediate termination of the contract.

    • PRICING – MINIMUM/MAXIMUM DELIVERY ORDER AMOUNT:

      Min/Max Order Amount.  However, if the Vendor/Contractor accepts any orders outside these parameters, they shall be performed in accordance with all requirements of the contract. 

       

    • Enhanced Whistleblower Protections (41 U.S.C. § 4712)

      Applicability: National Defense Authorization Act of 2013 extending whistleblower protections to Proposer/Contractor/Consultant employees may apply to the Federal grant award dollars involved with this Contract/a resulting contract.

      Requirement: See 42 U.S. Code § 4712 for further requirements. 

      Requirement: An employee of Proposer/Contractor/Consultant and/or its subcontractors may not be discharged, demoted, or otherwise discriminated against as a reprisal for disclosing to a person or body described in 42 U.S.C. § 4712(a)(2) information that the employee reasonably believes is evidence of gross mismanagement of a Federal contract or grant, a gross waste of Federal funds, an abuse of authority relating to a Federal contract or grant, a substantial and specific danger to public health or safety, or a violation of law, rule, or regulation related to a Federal contract (including the competition for or negotiation of a contract) or grant.

       

    • FEDERAL FUNDING ACCOUNTABILITY AND TRANSPARENCY ACT OF 2006 (FFATA) REQUIREMENTS - REPORTING OF SUBAWARDS AND EXECUTIVE COMPENSATION

      FEDERAL FUNDING ACCOUNTABILITY AND TRANSPARENCY ACT OF 2006 (FFATA) REQUIREMENTS - REPORTING OF SUBAWARDS AND EXECUTIVE COMPENSATION (Federal Funding Accountability and Transparency Act of 2006 (FFATA)), (2 CFR 25; 2 CFR 200; 17 C.F.R. 229.402; 2 CFR 170)

      Applicability: OJP: The recipient must comply with applicable requirements to report first-tier subawards ("subgrants") of $30,000 or more and, in certain circumstances, to report the names and total compensation of the five most highly compensated executives of the recipient and first-tier subrecipients (first-tier "subgrantees") of award funds.

      This condition, including its reporting requirement, does not apply to an award made to an individual who received the award as a natural person (i.e., unrelated to any business or non-profit organization that he or she may own or operate in his or her name)

      Reporting Subawards ("Subgrants") and Executive Compensation

      Section A. Reporting of first-tier subawards

      1. Applicability. Unless the recipient is exempt as provided in section D of this award condition, the recipient must report each action that obligates $25,000 or more in federal funds for a subaward ("subgrant") to an entity. (See the definitions in section E of this award condition.)

      2. Where and when to report.

      A.The recipient must report each obligating action described in section A.1 of this award condition to https://www.fsrs.gov.

      B.For subaward ("subgrant") information, report no later than the end of the month following the month in which the obligation was made. (For example, if the obligation was made on November 7, 2010, the obligation must be reported by no later than December 31, 2010.)

      3.What to report. The recipients must report the information about each obligating action that the submission instructions posted at https://www.fsrs.gov specify.

      Section B. Reporting Total Compensation of Recipient Executives.

      1.Applicability and what to report. The recipient must report total compensation for each of its five most highly compensated executives for the recipient's preceding completed fiscal year, if--

      A. the total federal funding authorized to date under this award is $25,000 or more;

      B. in its preceding fiscal year, the recipient received--

      (1) 80 percent or more of its annual gross revenues from federal procurement contracts (and subcontracts) and from grants, cooperative agreements, and other assistance defined as "Federal financial assistance subject to the Transparency Act" at 2 C.F.R. 170.320 (and subawards); and

      (2) $25,000,000 or more in annual gross revenues from federal procurement contracts (and subcontracts) and from grants, cooperative agreements, and other assistance defined as ""Federal financial assistance subject to the Transparency Act"" at 2 C.F.R. 170.320 (and subawards); and

      C.the public does not have access to information about the compensation of the executives through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986. (To determine if the public has access to the compensation information, see the U.S. Security and Exchange Commission total compensation filings at https://www.sec.gov/answers/execomp.htm.)

      2.Where and when to report. The recipient must report executive total compensation described in section B.1 of this award condition:

      1.As part of the recipient's registration profile at https://www.sam.gov/SAM/.

      2.By the end of the month following the month in which this award is made, and annually thereafter.

      Section C. Reporting of Total Compensation of Subrecipient ("Subgrantee") Executives.

      1.Applicability and what to report. Unless the recipient is exempt as provided in section D of this award condition, for each first-tier subrecipient (first-tier "subgrantee") under this award, the recipient must report the names and total compensation of each of the subrecipient's five most highly compensated executives for the subrecipient's preceding completed fiscal year, if--

      A.in the subrecipient's preceding fiscal year, the subrecipient received--

      (1) 80 percent or more of its annual gross revenues from federal procurement contracts (and subcontracts) and from grants, cooperative agreements, and other assistance defined as ""Federal financial assistance subject to the Transparency Act"" at 2 C.F.R. 170.320 (and subawards); and

      (2) $25,000,000 or more in annual gross revenues from federal procurement contracts (and subcontracts), and from grants, cooperative agreements, and other assistance defined as "Federal financial assistance subject to the Transparency Act" (and subawards); and

      B.the public does not have access to information about the compensation of the subrecipient executives through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986. (To determine if the public has access to the compensation information, see the U.S. Security and Exchange Commission total compensation filings.)

      2.Where and when to report. The recipient must report subrecipient ("subgrantee") executive total compensation described in section C.1 of this award condition (to https://www.fsrs.gov), by the end of the month following the month during which the recipient makes the subaward ("subgrant"). For example, if a subaward is obligated on any date during the month of October of a given year (i.e., between October 1 and 31), the recipient must report any required compensation information of the subrecipient by November 30 of that year.

      Section D. Exemptions

      If, in its previous tax year, the recipient had gross income, from all sources, under $300,000, the recipient is exempt from the requirements to report:

      1.subawards ("subgrants"), and

      2.the total compensation of the five most highly compensated executives of any subrecipient ("subgrantee").

      Section E. Definitions. For purposes of this award condition:

      1."Entity"means all of the following, as defined in 2 C.F.R. Part 25:

      A.a governmental organization, which is a State, local government, or Indian Tribe;

      B.a foreign public entity;

      C. a domestic or foreign nonprofit organization (including a nonprofit institution of higher education);

      D. a domestic or foreign for-profit organization;

      E.a federal agency, but only as a subrecipient under an award or subaward to a non-federal entity.

      2."Executive" means officers, managing partners, or any other employees in management positions.

      3."Subaward" ("subgrant"):

      A.This term means a legal instrument to provide support for the performance of any portion of the substantive project or program for which the recipient received this award and that the recipient awards to an eligible subrecipient ("subgrantee").

      B.The term does not include an agreement that, for purposes of federal grants administrative requirements, is a procurement by the recipient of property and services needed to carry out the project or program.

      C.A subaward ("subgrant") may be provided through any legal agreement, including an agreement that the recipient (or a subrecipient), for internal or other non-federal purposes, considers a contract.

      For further explanation of the distinctions -- for purposes of federal grants administrative requirements -- between subawards ("subgrants") and procurement contracts under federal grants and cooperative agreements, see the provisions of 2 C.F.R. Part 200, including 2 C.F.R. 200.330, and associated additional guidance provided by OJP.

      4."Subrecipient" ("subgrantee") means an entity that receives a subaward ("subgrant") from the recipient under this award. A subrecipient is accountable to the recipient for the use of the federal funds provided by the subaward.

      5."Total compensation" means the cash and noncash dollar value earned by the executive during the recipient's or subrecipient's preceding fiscal year and includes the following (for more information see 17 C.F.R. 229.402(c)(2)):

      A.Salary and bonus.

      B.Awards of stock, stock options, and stock appreciation rights. Use the dollar amount recognized for financial statement reporting purposes with respect to the fiscal year in accordance with the Statement of Financial Accounting Standards No. 123 (Revised 2004) (FAS 123R), Shared Based Payments.

      C.Earnings for services under non-equity incentive plans. This does not include group life, health, hospitalization or medical reimbursement plans that do not discriminate in favor of executives, and are available generally to all salaried employees.

      D.Change in pension value. This is the change in present value of defined benefit and actuarial pension plans.

      E.Above-market earnings on deferred compensation which is not tax-qualified.

      F.Other compensation, if the aggregate value of all such other compensation (e.g., severance, termination payments, value of life insurance paid on behalf of the employee, perquisites or property) for the executive exceeds $10,000.

    • INTERIM EXTENSION OF PERFORMANCE:

      If it is determined that interim performance is required to allow for the solicitation and award of a new contract, the County may unilaterally extend the contract for a maximum period of up to six (6) months. Current pricing, delivery and all other terms and conditions of the contract shall apply during this interim period.

    • NON-SUPPLANTING OF STATE AND LOCAL FUNDS

      Certain OJP programs, and the awards made under those programs, are authorized by statutes that (among other things) prohibit supplanting. When supplanting is prohibited by statute, precisely what constitutes supplanting can vary from program to program. Generally speaking, however, supplanting arises when a State or unit of local government reduces State or local funds for an activity specifically because federal funds are available (or are expected to be available) to fund that same activity. When supplanting is prohibited, federal funds must be used to supplement existing State or local funds for program activities, and may not replace (that is, may not "supplant") State or local funds that have been appropriated or allocated for the same purpose. Additionally, federal funding may not replace State or local funding that is required by law.

      When supplanting is prohibited, potential supplanting will be the subject of OJP monitoring and audit. Should a question of supplanting arise, the applicant or recipient will be required to substantiate that any reduction in non-federal resources occurred for reasons other than the receipt or expected receipt of federal funds.

    • PRICE LISTS

      The price of some or all items on this bid will be based upon either a discount from or mark up to a price list(s). Bidders must submit one (1) hard copy price list with their bid. Any subsequent revisions shall be submitted in the same format. Upon award of the bid, Vendor/Contractor shall provide # copies of the approved price list(s) for distribution to County divisions. All price list revisions and any changes to discounts/markups, if permitted by the contract, shall be submitted to the County for review and approval no less than thirty (30) days prior to the requested implementation date. Changes shall become effective only upon written approval of the County. 

    • Federal Funding Accountability and Transparency Act (FFATA) (2 CFR § 200.300; 2 CFR Part 170)

      In accordance with FFATA, the Proposer/Contractor/Consultant shall, upon request, provide the County the names and total compensation of the five most highly compensated officers of the entity, if the entity in the preceding fiscal year received 80 percent or more of its annual gross revenues in federal awards, received $25,000,000 or more in annual gross revenues from federal awards, and if the public does not have access to information about the compensation of the senior executives of the entity through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 or section 6104 of the Internal Revenue Code of 1986.

       

    • COMPETENCY OF BIDDERS:

      The County reserves the right to make such investigations it deems necessary to establish the competency and financial ability of any Bidder to perform the work; and if after investigation, the evidence of a Bidder's competency or financial ability is not satisfactory, the County reserves the right to reject such Bidder's bid.

    • MAINTENANCE OF RECORDS:

      The Vendor/Contractor will keep adequate records and supporting documents applicable to this contract. Said records and documentation will be retained by the Vendor/Contractor for a minimum of five (5) years from the date of final payment on this contract. The County and its authorized agents shall have the right to audit, inspect and copy records and documentation as often as the County deems necessary during the period of this contract and a period of five (5) years after completion of contract performance; provided however, such activity shall be conducted only during normal business hours. The County during the period of time defined by the preceding sentence, shall also have the right to obtain a copy of and otherwise inspect any audit made at the direction of the Vendor/Contractor as concerns the aforesaid records and documentation. Pursuant to Section 119.0701, Florida Statutes, Vendor/Contractor shall comply with the Florida Public Records’ laws and shall:

      1. Keep and maintain records that ordinarily and necessarily would be required by the public agency in order to perform the service.
      2. Provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law.
      3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirement are not disclosed except as authorized by law; and,
      4. Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the Vendor/Contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency.
      5. Failure to comply with this section shall be deemed a breach of the contract and enforceable as set forth in Section 119.0701, Florida Statutes.

      IF THE VENDOR/CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE VENDOR/CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 352-754-4020, PURCHASING@HERNANDOCOUNTY.US, WITH AN OFFICE LOCATED AT 15470 FLIGHT PATH DRIVE, BROOKSVILLE, FL 34604.

      Per Florida Statute 20.055(5), it is the duty of every state officer, employee, agency, special district, board, commission, contractor, and subcontractor to cooperate with the Inspector General in any investigation, audit, inspection, review, or hearing pursuant to this section.

    • Federal Awardee Performance and Integrity Information System (FAPIIS)( The Duncan Hunter National Defense Authorization Act of 2009 (Public Law 110-417 and 2 CFR Part 200 Appendix XII))

      The Proposer/Contractor/Consultant shall update the information in the Federal Awardee Performance and Integrity Information System (FAPIIS) on a semi-annual basis, throughout the life of this contract, by posting the required information in the System for Award Management via https://www.sam.gov.

       

    • AWARDS IN EXCESS OF $5,000,000 - CERTIFICATION RELATED TO FEDERAL TAXES

      Applicability: Applicable OJP Award over $5M, all recipients and subs.

      Federal Taxes and Assessments

      A. If applicable, an applicant who requests an award in excess of $5,000,000 certifies that, to the best of its knowledge and belief, the applicant has filed all federal tax returns required during the three years preceding the certification; has not been convicted of a criminal offense under the Internal Revenue Code of 1986; and has not, more than 90 days prior to certification, been notified of any unpaid federal tax assessment for which the liability remains unsatisfied, unless the assessment is the subject of an installment agreement or offer in compromise that has been approved by the Internal Revenue Service and is not in default or the assessment is the subject of a nonfrivolous administrative or judicial proceeding.

      B. If the applicant is a corporation, the applicant certifies that either

      (1) the corporation does not have any unpaid federal tax liability that has been assessed for which all judicial and administrative remedies have been exhausted or have lapsed and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability or

      (2) the corporation has provided written notice of such unpaid tax liability (or liabilities) to the DOJ awarding agency (for disclosure to OJP, in writing to OJP at OJPcompliancereporting@usdoj.gov; for disclosure to the COPS Office, in writing to the COPS Office at AskCOPSRC@usdoj.gov), and, after such disclosure, the applicant has received a specific written determination from the DOJ awarding agency that neither suspension nor debarment of the applicant is necessary to protect the interests of the Government in this case.

    • PRICE ADJUSTMENT:

      Written request for price adjustments may be made every 12 months at time of renewal and no less than thirty (30) days prior to the requested effective date. Any increased price adjustment(s) must be accompanied by written justification attesting that the request is a Bonafide cost increase to the Vendor/Contractor. The base period for any requested adjustment shall be the beginning of the latest period during which an adjustment may have been made. All requests for price adjustment(s) shall be supported by Consumer Price Index and/or Producer Price Index documentation supporting the requested increase. All price adjustments must be accepted by the Chief Procurement Officer and shall be accomplished by written amendment to this contract.

    • DEMONSTRATING NON-PROFIT STATUS

      Applicability: 501C3 OJP recipient and subs.

      Under certain OJP programs, an award may be made to a nonprofit organization only if the organization has "501(c)(3)" status under applicable Internal Revenue Service rules. Under certain other OJP programs, an award may be made to a nonprofit organization regardless of whether the organization has "501(c)(3)" status. If "non-profit" status -- but not "501(c)(3)" status -- is required for an organization to be eligible under a particular OJP program, an organization may demonstrate its non-profit status through one of following four methods:

      Submission of proof that the Internal Revenue Service currently recognizes the applicant entity as an organization to which contributions are tax deductible under section 501(c)(3) of the Internal Revenue Code.

      Submission of a statement from the State taxing authority or State Secretary of State (or other authorized State official) certifying that the applicant organization is a nonprofit organization operating within the State, and that no part of its net earnings may lawfully benefit any private shareholder or individual.

      Submission of a certified copy of the applicant organization's certificate of incorporation (or comparable legal instrument) that clearly establishes the non-profit status of the organization.

      For an applicant organization that is a local nonprofit affiliate or local nonprofit subsidiary of a parent nonprofit organization, submission of any item above, if that item applies to the parent, together with a written certification from an authorized officer of the parent that the applicant organization is a local nonprofit affiliate or local nonprofit subsidiary of the parent.

    • Never Contract With The Enemy (2 CFR Part 183)

      Applicability: only to grant and cooperative agreements in excess of $50,000 performed outside of the United States, Including U.S. territories and are in support of a contingency operation in which members of the Armed Forces are actively engaged in hostilities.

      Requirement: Proposer/Contractor/Consultant must exercise due diligence to ensure that none of the funds, including supplies and services, received are provided directly or indirectly (including through subawards or contracts) to a person or entity who is actively opposing the United States or coalition forces involved in a contingency operation in which members of the Armed Forces are actively engaged in hostilities, which must be completed through 2 CFR 180.300 prior to issuing a subcontract.

       

    • MARKET CONDITIONS:

      The County reserves the right to purchase on the open market should lower market prices prevail, at which time the Vendor/Contractor shall have the option of meeting the lower price or relieving the County of any obligation previously understood.

    • PAYMENT:
      1. Payment for services received will be accomplished by submission of an invoice, in duplicate, with purchase order number referenced thereon at the completion of each specified job. Said invoice(s) shall be submitted to: 1525 E Jefferson St. Brooksville, FL 34601. 
      2. Each invoice shall give a detailed breakdown of the services provided.
      3. The Vendor/Contractor may invoice the County after each work order is complete. Invoice shall reference and be based upon the quantity report received after project completion.
      4. Payment will be made in no less than forty-five (45) days, per Florida Statute 218.74. Payment terms in conflict with the payment terms of the Contract are not acceptable and may be cause for rejection.
      5. Payment to Vendor/Contractor by Electronic Payment Solution: ACH (Direct Deposit): If the Vendor/Contractor is enrolled in the County’s ACH electronic payment solution, all payments will be made using the direct deposit which may or may not include a pre-note transaction. The Vendor/Contractor’s bank account information will remain confidential to the extent provided by law and necessary to make direct deposit payments. Once the County has approved payment, an electronic remittance advice will be sent to the Vendor/Contractor via e-mail.
    • Federal Agency Seals, Logos and Flags

      The Proposer/Contractor/Consultant shall not use any Federal Agency seal(s), logos, crests, or reproductions of flags or likenesses of any federal agency officials without specific federal agency pre-approval.

       

    • CONFLICT OF INTEREST:
      1. Conflict of Interest of Officers or Employees of the Contracting Entity/Local Jurisdiction, Members of the Local Governing Body, or Other Elected Officials: No member or employee of the contracting entity/local jurisdiction or its designees or agents; no member of the governing body; and no other public official of Hernando County who exercises any function or responsibility with respect to this Contract, during his/her tenure or for one (1) year thereafter, shall have any interest, direct or indirect, in any contract or subcontract, or the proceeds thereof, for work to be performed. Further, the Vendor/Contractor shall cause to be incorporated in all Sub-contracts, the language set forth in this paragraph prohibiting conflict of interest.
      2. Employee Conflict of Interest: It shall be unethical for any Hernando County employee to participate directly or indirectly in a procurement contract when Hernando County employee knows that:
        1. Hernando County employee or any member of Hernando County employee's immediate family has a financial interest in the procurement contract; or
        2. Any other person, business, or organization with whom Hernando County employee or any member of a Hernando County employee's immediate family is negotiating or has an arrangement concerning prospective employment is involved in the procurement contract.
      3. A Hernando County employee or any member of a Hernando County employee's immediate family who holds a financial interest in a disclosed blind trust shall not be deemed to have a conflict of interest with regard to matters pertaining to that financial interest.
      4. Former Employee Conflict of Interest: It shall be a violation for any person, business or organization contracting with County to employ in any capacity, any former County employee or member of County employee's immediate family within one (1) year of that employee's separation from employment with the County, unless the employer or the former County employee files with this solicitation, the County’s Employment Disclosure Statement. The penalty for this violation may include disqualification of the bid submission.
    • CONDITIONS SPECIFIC TO FOR-PROFIT ORGANIZATIONS

      Applicability: For profit OJP Recipient

      Certain additional conditions are placed on OJP awards to for-profit organizations. Under these conditions, with a few exceptions, the specific cost principles and audit requirements set out in the Part 200 Uniform Requirements do not apply to for-profit organizations. Generally speaking, for-profit recipients are required to follow the contract cost principles set out in Subpart 31.2 of the Federal Acquisition Regulation (the "FAR"). The audit requirements that pertain to for-profit recipients (including requirements for submission of audit reports and corrective action plans) are specifically set out in detailed award conditions. (The audit "threshold" is the same as that under the Part 200 Uniform Requirements.) With regard to procurement contracts under the award, for-profit recipients must follow the "Procurement Standards" set out in the Part 200 Uniform Requirements (at subpart D of 2 C.F.R. Part 200).

      Other provisions included in conditions on awards to for-profit recipients specifically preclude any profit or management fee, and impose certain restrictions -- typically for one calendar year after the end date of the award -- on competition for (or acceptance of) any federal procurement contract or federal grant or cooperative agreement that may result or derive from the award.

    • CHANGES - SERVICE CONTRACTS:
      1. The County may at any time by issuance of an executed change order make changes within the general scope of the contract in any of the following areas:
        1. Description of services to be performed.
        2. Time of performance (i.e., hours of the day, days of the week, etc.).
        3. Place of performance of the services.
      2. If additional work or other changes are required in the areas described above, a price proposal will be required from the Vendor/Contractor. Upon negotiation of the proposal, execution and receipt of the change order, the Vendor/Contractor shall commence performance of the work as specified.
      3. The Vendor/Contractor shall not commence the performance of additional work or other changes not covered by this contract without an executed change order issued by the Purchasing and Contracts Department. If the Vendor/Contractor performs additional work beyond the specific requirements of this contract without an executed change order, it shall be at their own risk. The County assumes no responsibility for any additional costs for work not specifically authorized by an executed change order.
    • GRATUITIES AND KICKBACKS:
      1. Gratuities: It shall be unethical for any person to offer, give, or agree to give any Hernando County employee or former Hernando County employee, or for any Hernando County employee or former Hernando County employee to solicit, demand, accept, or agree to accept from another person, a gratuity or an offer of employment in connection with any decision, approval, disapproval, recommendation, or preparation of any part of a program requirement or a purchase request, or to influence the content of any specification or procurement standard, or to act in an render advisory, investigative or auditing capacity. The County in any proceeding or application, request for ruling, determination, claim or controversy, or other particular matter, pertaining to any program requirement or a contract or sub-contract, or to any solicitation or proposal therefor, shall not accept any gratuities.
      2. Kickbacks: It shall be unethical for any payment, gratuity, or offer of employment to be made by or on behalf of a subcontractor under a contract to the prime Vendor/Contractor or higher tier subcontractor or any person associated therewith, as an inducement for the award of a subcontract or order.
    • EVALUATION OF OPTIONS:

      The County shall evaluate bids/offers for award purposes by adding the total price for all options to the total price of the basic period. However, the evaluation of options will not obligate the County to exercise the option(s).

    • SECTION 601 OF TITLE VI OF THE CIVIL RIGHTS ACT OF 1964 (42 U.S.C. 2000D), (SUBPARTS C AND D OF 28 C.F.R. PART 42.)

      No person in the United States shall, on the ground of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance.

    • No Obligation by Federal Government

      The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non-Federal entity, contractor, or any other party pertaining to any matter resulting from a resulting contract.

       

    • E-VERIFY:
      1. Vendor/Contractor is advised that the County has entered into an agreement with U.S. Immigration and Customs Enforcement (ICE) wherein the County will, in part, seek to promote the principles of ethical business conduct, prevent the knowing hiring of unauthorized workers through self-governance, and encourage voluntary reporting of the discovery of unauthorized workers to ICE (the IMAGE Agreement). Accordingly, by submitting your bid, Vendor/Contractor represents and warrants (a) that the Vendor/Contractor is in compliance with all applicable Federal, State and local laws, including, but not limited to, the laws related to the requirement of an employer to verify an employee’s eligibility to work in the United States, (b) that all of the Vendor/Contractor employees are legally eligible to work in the United States, and (c) that the Vendor/Contractor has actively and affirmatively verified such eligibility utilizing the Federal Government’s Employment Verification Eligibility Form (I-9 Form).
      2. A mere allegation of Vendor/Contractor’s intent to use and/or current use of unauthorized workers may not be a basis to delay the County’s award of a contract to the Vendor/Contractor unless such an allegation has been determined to be factual by Immigration and Customs Enforcement (ICE) pursuant to an investigation conducted by ICE prior to the date the contract is scheduled to be awarded by the County.
      3. Legitimate claims of the Vendor/Contractor’s use of unauthorized workers must be reported to both of the following agencies:
        1. The County’s Purocurement Department at (352) 754-4020: and
        2. Immigration and Customs Enforcement (ICE) at 1-866-DHS-2-ICE
      4. In the event it is discovered that the Vendor/Contractor’s employees are not legally eligible to work in the United States, the County may, in its sole discretion, demand that the Vendor/Contractor cure this deficiency within a specified time frame, and/or immediately terminate the contract without any cost or penalty to the County, and/or debar the Vendor/Contractor from bidding on all County contracts for a period up to twenty-four (24) months, and/or take any and all legal action deemed necessary and appropriate.
      5. Vendor/Contractor is required to incorporate the following IMAGE best practices into its business and, when practicable, incorporate verification requirements into its agreements with subcontractors:
        1. Use the Department of Homeland Security employment eligibility verification program (E-Verify) to verify the employment eligibility of all new hires.
        2. Use the Social Security Number verification service and make good faith effort to correct and verify the names and Social Security Numbers of the current workforce.
        3. Establish a written hiring and employment eligibility verification policy.
        4. Establish an internal compliance and training program related to the hiring and employment verification process, to include, but not limited to, completion of Form I-9, how to detect fraudulent use of documents in the verification process, and how to use E-Verify and the Social Security Number Verification Service.
        5. Require the Form I-9 and E-Verify process to be conducted only by individuals who received appropriate training and include secondary review as of each employee’s verification to minimize the potential for a single individual to subvert the process.
        6. Arrange for annual Form I-9 audits by an external auditing firm or a trained employee not otherwise involved in the Form I-9 process.
        7. Establish a procedure to report to ICE credible information of suspected criminal misconduct in the employment eligibility verification process.
        8. Establish a program to assess subcontractors’ compliance with employment eligibility verification requirements. Encourage Vendor/Contractors to incorporate the IMAGE best practices contained in this article and, when practicable, incorporate the verification requirements in subcontractor agreements.
        9. Establish a protocol for responding to letters received from Federal and State government agencies indicating that there is a discrepancy between the agency’s information and the information provided by the employer or employee; for example, “no match” letters received from the Social Security Administration.
        10. Establish a tip line mechanism (inbox, e-mail, etc.) for employees to report activity relating to the employment of unauthorized workers, and a protocol for responding to employee tips.
        11. Establish and maintain appropriate policies, practices, and safeguards against use of the verification process for unlawful discrimination, and to ensure that U.S. citizens and authorized workers do not face discrimination with respect to hiring, firing, recruitment or referral for a fee because of citizenship status or national origin.
        12. Maintain copies of any documents accepted as proof of identify and/or employment authorization for all new hires.
    • SECTION 504 OF THE REHABILITATION ACT OF 1973 (29 U.S.C. 794), (SUBPART G OF 28 C.F.R. PART 42.)

      No otherwise qualified individual with a disability in the United States, as defined in [29 U.S.C. 705(20)], shall, solely by reason of her or his disability, be excluded from the participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance[.]

    • METHOD OF ORDERING:

      The County will issue purchase orders against the contract on an as-needed-basis for the supplies or services listed on the Bid Form. Subsequent to the issuance of the Purchase Order(s), the Hernando County Department of Public Works shall issue a Notice to Proceed (NTP) Letter to the Vendor/Contractor to indicate the start of each round of work.

    • Occupational Safety and Health Act of 1970

      All contracts and subcontracts that result from this solicitation incorporate by reference the requirements of 29 CFR Part 1910 with the same force and effect as if given in full text.  Contractor must provide a work environment that is free from recognized hazards that may cause death or serious physical harm to the employee.  The Contractor retains full responsibility to monitor its compliance and their subcontractors’ compliance with the applicable requirements of the Occupational Safety and Health Act of 1970 (20 CFR Part 1910).  Contractor must address any claims or disputes that pertain to a referenced requirement directly with the U.S. Department of Labor – Occupational Safety and Health Administration.

       

    • CONDITIONS FOR EMERGENCY/HURRICANE OR DISASTER - TERM CONTRACTS:

      It is hereby made a part of this Invitation for Bid that before, during and after a public emergency, disaster, hurricane, flood, or other acts of God that Hernando County shall require a “first priority” basis for goods and services. It is vital and imperative that the majority of citizens are protected from any emergency situation which threatens public health and safety, as determined by the County. Vendor/Contractor agrees to rent/sell/lease all goods and services to the County or other governmental entities as opposed to a private citizen, on a first priority basis. The County expects to pay contractual prices for all products or services required during an emergency situation.  Vendor/Contractor shall furnish a twenty-four (24) hour phone number and email address in the event of such an emergency.

    • SCRUTINIZED COMPANIES PURSUANT TO FLORIDA STATUTE 287.135 AND 215.473:

      Vendor/Contractor must certify that the company is not participating in a boycott of Israel. Vendor/Contractor must also certify that Vendor/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 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 any scrutinized company referred to above. Vendor/Contractor must submit the certification form included as an attachment to this solicitation. Submitting a false certification shall be deemed a material breach of contract. The County shall provide notice, in writing, to the Vendor/Contractor of the County’s determination concerning the false certification. The Vendor/Contractor shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, the Vendor/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 Vendor/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.

    • SECTION 901 OF TITLE IX OF THE EDUCATION AMENDMENTS OF 1972 (20 U.S.C. 1681) SUBPART D OF 28 C.F.R. PART 42; 28 C.F.R PART 54) 

      No person in the United States shall, on the basis of sex, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any education program or activity receiving Federal financial assistance[.]

    • INSURANCE REQUIREMENTS:
      1. INDEMNITY, SAFETY AND INSURANCE PROVISIONS:
        1. Indemnity: To the fullest extent permitted by Florida law, the Vendor/Contractor covenants, and agrees that it will indemnify and hold harmless the County and all of the County's officers, agents, and employees from any claim, loss, damage, cost, charge, attorney’s fees and costs, or any other expense arising out of any act, action, neglect, or omission by Vendor/Contractor during the performance of the contract, whether direct or indirect, and whether to any person or property to which the County or said parties may be subject, except that neither the Vendor/Contractor nor any of its subcontractors, or assignees, will be liable under this section for damages arising out of injury or damage to persons or property directly caused or resulting from the sole negligence of the County or any of its officers, agents, or employees.
        2. Protection of Person and Property:
          1. The Vendor/Contractor will take all reasonable precautions for, and will be responsible for initiating, maintaining and supervising all programs relating to the safety of all persons and property affected by, or involved in, the performance of his operations under this Contract.
          2. The Vendor/Contractor will take all reasonable precautions to prevent damage, injury or loss to: (a) all persons who may be affected by the performance of his operations, including employees; (b) all materials and equipment; and (c) all property at or surrounding the work site. In an emergency affecting the safety of persons or property, the Vendor/Contractor will act, with reasonable care and discretion, to prevent any threatened damage, injury or loss.
      2. MINIMUM INSURANCE REQUIREMENTS: Vendor/Contractor shall procure, pay for and maintain at least the following insurance coverage and limits. Said insurance shall be evidenced by delivery to the County of a certificate(s) of insurance executed by the insurers listing coverage and limits, expiration dates and terms of policies and all endorsements whether or not required by the County, and listing all carriers issuing said policies. The insurance requirements shall remain in effect throughout the term of this Contract.
        1. Workers' Compensation: As required by law:
          1. State......................................................................................1,000,000.00
          2. APPLICABLE FEDERAL.......................................................1,000,000.00
          3. EMPLOYER'S LIABILITY.......................................................Minimum:
            1. $100,000.00 each accident
            2. $100,000.00 by employee
            3. $1,000,000.00 policy limit
          4. Exemption per Florida Statute 440: If a Vendor/Contractor has less than three (3) employees and states that they are exempt per Florida Statute 440, they must provide an exemption certificate from the State of Florida. Otherwise, they will be required to purchase Workers’ Compensation Insurance and provide a copy of Workers Compensation Insurance. https://www.myfloridacfo.com/Division/WC/Employer/Exemptions/
        2. General Liability: Comprehensive General Liability including, but not limited to, Independent Contractor, Contractual Premises/Operations, and Personal Injury covering the liability assumed under indemnification provisions of this Contract, with limits of liability for personal injury and/or bodily injury, including death.
          1. Coverage as follows:
            1. EACH OCCURRENCE..............................................................$1,000,000.00
            2. GENERAL AGGREGATE ........................................$2,000,000.00
            3. PERSONAL/ADVERTISING INJURY..............................$1,000,000.00
            4. PRODUCTS-COMPLETED OPERATIONS AGGREGATE........$2,000,000.00 Per Project Aggregate (if applicable)
          2. ALSO, include in General Liability coverage for the following areas based on limits of policy, with:
            1. FIRE DAMAGE (Any one (1) fire.........................................$50,000.00
            2. MEDICAL EXPENSE (Any one (1) person).......................... $5,000.00
        3. Additional Insured: Vendor/Contractor agrees to endorse Hernando County as an additional insured on the Comprehensive General Liability. The Additional Insured shall read “Hernando County Board of County Commissioners.” Proof of Endorsement is required.
        4. Waiver of Subrogation: Vendor/Contractor agrees by entering into this Contract to a Waiver of Subrogation for each required policy herein. When required by the insurer, or should a policy condition not permit Vendor/Contractor to enter into a pre-loss agreement to waive subrogation without an endorsement, then Vendor/Contractor aggress to notify the insurer and request the policy be endorsed with a Waiver of Transfer of Rights of Recovery Against Others, or its equivalent. This Waiver of Subrogation requirement shall not apply to any policy, which includes a condition specifically prohibiting such an endorsement, or voids coverage should Vendor/Contractor enter into such an agreement on a pre-loss basis.
        5. AUTOMOBILE LIABILITY: Comprehensive automobile and truck liability covering any auto, all owned autos, scheduled autos, hired autos, and non-owned autos. Coverage shall be on an "occurrence" basis. Such insurance to include coverage for loading and unloading hazards. Coverage as follows:
          1. COMBINED SINGLE LIMIT (CSL)........................................... $1,000,000.00 or:
            1. BODILY INJURY (Per Person)................................................. $1,000,000.00
            2. BODILY INJURY (Per Accident)............................................... $1,000,000.00
            3. PROPERTY DAMAGE..............................................................$1,000,000.00
        6. PROFESSIONAL LIABILITY (if applicable it will be noted below separately):
        7. BUILDERS RISK INSURANCE (if applicable it will be noted below separately):
        8. CRIME PREVENTION – BOND (if applicable it will be noted below separately):
        9. EXCESS/UMBRELLA LIABILITY (if applicable it will be noted below separately):
        10. POLLUTION LIABILITY (if applicable it will be noted below separately):
        11. SUBCONTRACTORS (if applicable): All subcontractors hired by said Contractor are required to provide Hernando County Board of County Commissioners a Certificate of Insurance with the same limits required by the County as required by the Contract. All subcontractors are required to name Hernando County Board of County Commissioners as additional insured and provide a Waiver of Subrogation in regards to General Liability.
        12. RIGHT TO REVISE OR REJECT: County reserves the right, but not the obligation, to revise any insurance requirement, not limited to limits, coverages and endorsements, or to reject any insurance policies which fail to meet the criteria stated herein. Additionally, County reserves the right, but not the obligation, to review and reject any insurer providing coverage due of its poor financial condition or failure to operating legally.
      3. EACH INSURANCE POLICY SHALL INCLUDE THE FOLLOWING CONDITIONS BY ENDORSEMENT TO THE POLICY:
        1. Vendor/Contractor agrees to provide County with a Certificate of Insurance evidencing that all coverages, limits and endorsements required herein are maintained and in full force and effect, and the Certificate of Insurance shall provide a minimum thirty (30) day endeavor to notify, when available by Vendor/Contractor’s insurer. If the Vendor/Contractor receives a non-renewal or cancellation notice from an insurance carrier affording coverage required herein, or receives noticed that coverage no longer complies with the insurance requirements herein, Vendor/Contractor agrees to notify the County by email within five (5) business days with a copy of the non-renewal or cancellation notice, or written specifics as to which coverage is no longer in compliance. The Certificate Holder shall read: Hernando County Board of County Commissioners Attention: Human Resources/Risk Department 15470 Flight Path Drive, Brooksville, Florida 34604
        2. Companies issuing the insurance policy, or policies, shall have no recourse against the County for payment of premiums or assessments for any deductibles which all are the sole responsibility and risk of Vendor/Contractor.
        3. The term "County" or "Hernando County" shall include all authorities, boards, bureaus, commissions, divisions, departments, and offices of the County and individual members, employees and agents thereof in their official capacities, and/or while acting on behalf of Hernando County.
        4. The policy clause "Other Insurance" shall not apply to any insurance coverage currently held by County, to any such future coverage, or to County's Self-Insured Retentions of whatever nature.
      4. The Vendor/Contractor shall be required to provide a current Certificate of Insurance to the County prior to commencement of services.
      5. Bidders may, at the County's request, be required to provide proof that their firm meets the preceding insurance requirements, by submission of a Certificate Of Insurance coverage(s), prior to award of the Contract.
      6. Failure of the Owner to demand such certificates or other evidence of full compliance with these insurance requirements or failure of the Owner to identify a deficiency from evidence provided shall not be construed as a waiver of Vendor/Contractor’s obligation to maintain such insurance.
    • SECTION 303 OF THE AGE DISCRIMINATION ACT OF 1975 (42 U.S.C. 6102), (SUBPART I OF 28 C.F.R. PART 42) 

      No person in the United States shall, on the basis of age, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under, any program or activity receiving Federal financial assistance.

    • REQUIREMENTS CONTRACT:

      This is a requirements contract, and the County shall order from the Vendor/Contractor all of the supplies and/or services specified in the contract’s price schedule that are required to be purchased by the County, except as otherwise provided herein. If the County urgently requires delivery of goods or services before the earliest date that delivery may be required under this contract, and if the Vendor/Contractor will not accept an order providing for accelerated delivery, the County may acquire the goods or services from another source. Except as this contract may otherwise provide, if the County’s requirements do not result in orders in the quantities described as “estimated” in the contract’s price schedule, that fact shall not constitute the basis for an equitable adjustment.

    • INSURANCE REQUIREMENTS (continued)

      PROFESSIONAL LIABILITY (if applicable): including Errors and Omissions with minimum limits of $3,000,000.00 per occurrence, if occurrence form is available; or claims made form with tail coverage extending three (3) years beyond completion and acceptance of the project with proof of tail coverage to be submitted with the invoice for final payment. In lieu of tail coverage, consultant may submit annually to the County a current Certificate of Insurance proving claims made insurance remains in force throughout the same three (3) year period.

      Notwithstanding the requirements for Professional Liability Insurance listed above, Engineer and/or Architect must provide evidence of coverage, a minimum of $1,000,000.00.

    • TRADE-INS:

      When trade-in units are offered, the County reserves the right to purchase with or without trade-in units, whichever will serve the best interest of the County. It is the Bidder’s sole responsibility to inspect the equipment offered for trade-in. Trade-in equipment carries no warranties and is traded “as is”, “where is”. Trade-in equipment may be inspected by contacting Department Contact to schedule an appointment. 

    • SECTION 809(C) OF TITLE I OF THE OMNIBUS CRIME CONTROL AND SAFE STREETS ACT OF 1968 (34 U.S.C. 10228(C); SEE ALSO 34 U.S.C. 11182(B)), (SUBPART D OF 28 C.F.R. PART 42.)

      No person in any State shall on the ground of race, color, religion, national origin, or sex be excluded from participation in, be denied the benefits of, or be subjected to discrimination under or denied employment in connection with any programs or activity funded in whole or in part with funds made available under this chapter.

    • SECTION 1407(E) OF THE VICTIMS OF CRIME ACT OF 1984 (34 U.S.C. 20110), (SUBPART B OF 28 C.F.R. PART 94.)

      No person shall on the ground of race, color, religion, national origin, handicap, or sex be excluded from participation in, denied the benefits of, subjected to discrimination under, or denied employment in connection with, any undertaking funded in whole or in part with sums made available under this subchapter.

    • INSURANCE REQUIREMENTS (continued)

      BUILDERS RISK INSURANCE (if applicable): Combined single limit must equal value of the construction, per project aggregate. The policy shall cover portions of the work in transit, property scaffolding, false work and temporary buildings located at the site. The policy must cover the cost of removing debris, including demolition as may be made legally necessary by the operation of any law, ordinance or regulation. The insurance required herein must be on an All Risk Form and must be written to cover all risks of physical loss or damage to the insured party and must insure at least against the perils of fire and extended coverage, theft, vandalism, malicious mischief, collapse, lightning, earthquake, flood, water damage and windstorm. If there are any deductibles applicable to the insurance required herein, Vendor/Contractor must pay any part of any loss not covered because of the operation of such deductibles. The insurance as required herein must be maintained in effect until the earliest of the following date:

      1. Date which all persons and organization that are insured under the policy agree in writing that it must be terminated;
      2. Date on which final payment of this Contract has been made by County to Vendor/Contractor; or
      3. Date on which the insurable interests in the property of all insured other the County have ceased.
      4. Wind coverage to be included with a minimum deductible to be determined based on the project. Deductible will be a percentage based upon the total insured value.
    • DEALER ADVERTISING:

      No dealer advertising in any form is to be placed on or in the vehicle. 

    • ESTIMATED QUANTITIES:

      Hernando County reserves the right to increase or decrease estimated quantities as required. Estimated quantities are shown on the Bid Form attached to these bid documents. It is understood by all Bidder’s that these are only estimated quantities, and the County is not obligated to purchase any minimum or maximum amount during the life of this contract. The contract resulting from this solicitation shall be non-exclusive and the County may procure the goods or services covered by the contract from other sources at its discretion.

    • OVW GENERAL CONDITIONS (VARIOUS) 

      FY 2022 OVW General Conditions

    • INSURANCE REQUIREMENTS (continued)

      EXCESS/UMBRELLA LIABILITY: Vendor/Contractor shall provide proof of Excess/Umbrella Liability coverage with minimum limits of $1,000,000.00. Limits can be increased, based on contract.

    • GENERAL APPROPRIATIONS LAW RESTRICTIONS ON USE OF FEDERAL AWARD FUNDS (DOJ Appropriations Act 2022) 

      FY 2022 General appropriations-law restrictions on use of federal award funds.

    • ADDITIONAL ITEMS:

      The award of the bid shall be based on the fixed price submitted for the items on the Bid Form attached to these bid documents. Additional items not on the current Bid Form may be added from time to time. However, the County will obtain quotes from at least three Vendor/Contractors who have already submitted bids and these items will be added to the low responsive and responsible Bidder’s contract.

    • GRANT CONDITION IN OVW AWARDS, AS REQUIRED BY SECTION 40002(B)(13) OF THE VIOLENCE AGAINST WOMEN ACT OF 1994 (34 U.S.C. 12291(b)(13)) 

      The recipient acknowledges that 34 U.S.C. 12291(b)(13) prohibits recipients of OVW awards from excluding, denying benefits to, or discriminating against any person on the basis of actual or perceived race, color, religion, national origin, sex, gender identity, sexual orientation, or disability in any program or activity funded in whole or in part by OVW. Recipients may provide sex-segregated or sex-specific programming if doing so is necessary to the essential operations of the program, so long as the recipient provides comparable services to those who cannot be provided with the sex-segregated or sex-specific programming. The recipient agrees that it will comply with this provision. The recipient also agrees to ensure that any subrecipients (subgrantees) at any tier will comply with this provision.

    • SAMPLES/DEMONSTRATIONS:

      Samples of any product for demonstration shall be furnished upon request for a quality test or comparison without cost to the County.

    • INSURANCE REQUIREMENTS (continued)

      POLLUTION LIABILITY

      Include exposures of pesticides/insecticides and herbicides.

      Limits as follows:

      No less than $1,000,000.00 Per Occurrence

      $1,000,000.00 Aggregate

      $5,000.00 Medical Payment

      Additional Insured and Waiver of Subrogation required.

       

    • LOBBYING (31 U.S.C. § 1352), (28 C.F.R. Part 69)

      As required by 31 U.S.C. § 1352, as implemented by 28 C.F.R. Part 69, the Applicant certifies and assures (to the extent applicable) the following: 

      (a) No Federal appropriated funds have been paid or will be paid, by or on behalf of the Applicant, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the making of any Federal grant, the entering into of any cooperative agreement, or the extension, continuation, renewal, amendment, or modification of any Federal grant or cooperative agreement; 

      (b) If the Applicant’s request for Federal funds is in excess of $100,000, and any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with this Federal grant or cooperative agreement, the Applicant shall complete and submit Standard Form - LLL, “Disclosure of Lobbying Activities” in accordance with its (and any DOJ awarding agency’s) instructions; and

       (c) The Applicant shall require that the language of this certification be included in the award documents for all subgrants and procurement contracts (and their subcontracts) funded with Federal award funds and shall ensure that any certifications or lobbying disclosures required of recipients of such subgrants and procurement contracts (or their subcontractors) are made and filed in accordance with 31 U.S.C. § 1352.

    • SITE DAMAGE:

      The Vendor/Contractor shall be held responsible for damage to any site feature including, but not limited to: irrigation equipment, trees, shrubs, signs, vehicles, etc. caused by the Vendor/Contractor. It shall be the Vendor/Contractor’s responsibility to clean-up and/or rectify, to the County’s satisfaction, any damage to County property caused by any individual(s) connected with the Vendor/Contractor. The Vendor/Contractor shall be notified of the specific nature of the damage and cost of repair. The County shall, at its option, invoice the Bidder for payment or reduce the next regular payment to the Vendor/Contractor, for the cost of repairs, materials, and labor.

    • INSURANCE REQUIREMENTS (continued)

      LONGSHOREMEN’S INSURANCE: Vendor/Contractor shall provide proof of Longshoremen’s Insurance coverage with minimum limits of $1,000,000.00.

    • INSURANCE REQUIREMENTS (continued)

      CYBER LIABILITY TECHNOLOGY: including Errors and Omissions with minimum limits of $3,000,000.00 per occurrence, Prior to performing services, Contractor will provide to the owner a certificate of insurance including Cyber Security Insurance Coverage in the event of data breach. Failure to provide said certificate or failure to maintain said Cyber Security Insurance Vendor/Contractor shall provide to the owner a certificate of insurance including Cyber Security Insurance coverage in the event of a data breach. Failure to provide said certificate or failure to maintain said Cyber Security Insurance during Agreement’s term shall constitute a material breach of the Agreement.

      DATA SECURITY: The parties agree to abide by and maintain adequate security measures, consistent with industry standards and best practices to protect Confidential Electronic data from unauthorize disclosure or acquisition by an unauthorized person. These measures shall include, but are not limited to:

      1. . Data Encryption both at rest and in transit.
      2. . Strong Authentication and Appropriate Access Control for any data shares.
      3. . Data Classification clearly labeling the sensitivity of shared information defined as classified or sensitive.
    • DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS

      1. Pursuant to Department of Justice (Department) regulations on nonprocurement debarment and suspension implemented at 2 C.F.R. Part 2867, and to other related requirements, the Applicant certifies, with respect to prospective participants in a primary tier “covered transaction,” as defined at 2 C.F.R. § 2867.20(a), that neither it nor any of its principals--

      (a) is presently debarred, suspended, proposed for debarment, declared ineligible, sentenced to a denial of Federal benefits by a State or Federal court, or voluntarily excluded from covered transactions by any Federal department or agency; 

      (b) has within a three-year period preceding this application been convicted of a felony criminal violation under any Federal law, or been convicted or had a civil judgment rendered against it for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, tribal, or local) transaction or private agreement or transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion or receiving stolen property, making false claims, or obstruction of justice, or commission of any offense indicating a lack of business integrity or business honesty that seriously and directly affects its (or its principals’) present responsibility; 

      (c) is presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, tribal, or local) with commission of any of the offenses enumerated in paragraph (b) of this certification; and/or 

      (d) has within a three-year period preceding this application had one or more public transactions (Federal, State, tribal, or local) terminated for cause or default. 

      2. Where the Applicant is unable to certify to any of the statements in this certification, it shall attach an explanation to this application.  Where the Applicant or any of its principals was convicted, within a three-year period preceding this application, of a felony criminal violation under any Federal law, the Applicant also must disclose such felony criminal conviction in writing to the Department (for OJP Applicants, to OJP at Ojpcompliancereporting@usdoj.gov; for OVW Applicants, to OVW at OVW.GFMD@usdoj.gov; or for COPS Applicants, to COPS at AskCOPSRC@usdoj.gov), unless such disclosure has already been made.

    • EQUIPMENT LIST:

      Bidders shall submit with the bid a listing of all equipment which Bidders will use in the performance of this contract, including (as applicable) rolling stock, loaders, tractors, mowers, weed wenches, root jacks, chainsaws, brush cutters, mowers, safety gear, and any other specified equipment. The Vendor/Contractor is also required to indicate which equipment is company owned. Failure to submit said equipment list may render Bidder’s response non-responsive.

    • FINAL SITE INSPECTON:

      Final inspection of each site by County staff will be performed within ten (10) days after receipt of notification from the Vendor/Contractor that services at such site are complete. The site must meet all requirements as stated in the scope of work issued prior to payment processing. 

    • MINIMUM WAGE RATES:
      1. The Vendor/Contractor shall be required to pay their employees no less than the Federal minimum wage rate.
      2. If the contract should be renewed, the contract shall be adjusted for benefit of the Vendor/Contractor in proportion with Federal law governing wage rates during the period of the contract for labor-related costs only.
      3. The County reserves the right, in its sole discretion, to inspect the payroll records of the Vendor/Contractor to determine whether the Vendor/Contractor is complying with Federal wage and hour law.
    • FEDERAL TAXES

      A. If the Applicant is a corporation, it certifies either that

      (1) the corporation has no unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, or

      (2) the corporation has provided written notice of such an unpaid tax liability (or liabilities) to the Department (for OJP Applicants, to OJP at Ojpcompliancereporting@usdoj.gov; for OVW Applicants, to OVW at OVW.GFMD@usdoj.gov; or for COPS Applicants, to COPS at AskCOPSRC@usdoj.gov).  

      B. Where the Applicant is unable to certify to any of the statements in this certification, it shall attach an explanation to this application.

    • SAFETY PRECAUTIONS:
      1. The Vendor/Contractor shall be responsible for Maintenance of Traffic (MOT) and instructing their workmen in appropriate safety measures with respect to all services provided under this contract and shall not permit them to place equipment in traffic lanes or other locations in such a manner as to create a safety hazard.
      2. All equipment shall be equipped with all necessary safety equipment to satisfy all applicable Florida Department of Transportation (FDOT) and Occupational Safety and Health Administration (OSHA) requirements.
    • MATERIAL SAFETY DATA SHEETS:

      In accordance with Florida Emergency Planning and Community Right-to-Know Act, Chapter 252, Part II, Florida Statutes it is the seller’s duty to advise Hernando County if a product is a listed toxic substance and to provide a Material Safety Data Sheet (MSDS) at the time of delivery. Vendor/Contractors must comply with this procedure along with the Federal Emergency Planning and Community Right-to-Know Act (42 U.S.C. Ch 116) and the Federal Hazard Communications Standards (29CFR sec.1910.1200) all other applicable laws.

    • DRUG-FREE WORKPLACE (GRANTEES OTHER THAN INDIVIDUALS) (28 C.F.R. PART 83, SUBPART F)

      As required by the Drug-Free Workplace Act of 1988, as implemented at 28 C.F.R. Part 83, Subpart F, for grantees, as defined at 28 C.F.R. §§ 83.620 and 83.650:

      A. The Applicant certifies and assures that it will, or will continue to, provide a drug-free workplace by-- 

      (a) Publishing a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in its workplace and specifying the actions that will be taken against employees for violation of such prohibition; 

      (b) Establishing an on-going drug-free awareness program to inform employees about-- 

      (1) The dangers of drug abuse in the workplace; 

      (2) The Applicant’s policy of maintaining a drug-free workplace; 

      (3) Any available drug counseling, rehabilitation, and employee assistance programs; and 

      (4) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace; 

      (c) Making it a requirement that each employee to be engaged in the performance of the award be given a copy of the statement required by paragraph (a); 

      (d) Notifying the employee in the statement required by paragraph (a) that, as a condition of employment under the award, the employee will-- 

      (1) Abide by the terms of the statement; and 

      (2) Notify the employer in writing of the employee’s conviction for a violation of a criminal drug statute occurring in the workplace no later than five calendar days after such conviction;

       (e) Notifying the Department, in writing, within 10 calendar days after receiving notice under subparagraph (d)(2) from an employee or otherwise receiving actual notice of such conviction. Employers of convicted employees must provide notice, including position title of any such convicted employee to the Department, as follows:  For COPS award recipients - COPS Office, 145 N Street, NE, Washington, DC, 20530;  For OJP and OVW award recipients - U.S. Department of Justice, Office of Justice Programs, ATTN: Control Desk, 810 7th Street, N.W., Washington, D.C. 20531.   Notice shall include the identification number(s) of each affected award; 

      (f) Taking one of the following actions, within 30 calendar days of receiving notice under subparagraph (d)(2), with respect to any employee who is so convicted: 

      (1) Taking appropriate personnel action against such an employee, up to and including termination, consistent with the requirements   of the Rehabilitation Act of 1973, as amended; or  (2) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a Federal, State, or local health, law enforcement, or other appropriate agency; and 

      (g) Making a good faith effort to continue to maintain a drug-free workplace through implementation of paragraphs (a), (b), (c), (d), (e), and (f).

    • JESSICA LUNDSFORD ACT:

      The work may require the Vendor/Contractor to enter school grounds when students are present. Accordingly, as required by Section 1012.465, F.S. (Current Edition), Vendor/Contractor’s employees and agents that will enter school grounds must meet Level 2 screening requirements as described in Section 1012.32, F.S. (Current Edition). Vendor/Contractor must provide evidence that it is in compliance with this requirement no later than ten (10) days prior to commencement of work. 

    • LAW ENFORCEMENT AGENCY CERTIFICATION REQUIRED UNDER DEPARTMENT OF JUSTICE DISCRETIONARY GRANT PROGRAMS (“SAFE POLICING CERTIFICATION”)

      If this application is for a discretionary award pursuant to which award funds may be made available (whether by the award directly or by any subaward at any tier) to a State, local, college, or university law enforcement agency, the Applicant certifies that any such law enforcement agency to which funds will be made available has been certified by an approved independent credentialing body or has started the certification process.  To become certified, a law enforcement agency must meet two mandatory conditions: 

      (a) the agency’s use of force policies adhere to all applicable federal, State, and local laws; and   (b) the agency’s use of force policies prohibit chokeholds except in situations where use of deadly force is allowed by law. For detailed information on this certification requirement, see https://cops.usdoj.gov/SafePolicingEO.      

      The Applicant acknowledges that compliance with this safe policing certification requirement does not ensure compliance with federal, state, or local law, and that such certification shall not constitute a defense in any federal lawsuit.  Nothing in the safe policing certification process or safe policing requirement is intended to be (or may be) used by third parties to create liability by or against the United States or any of its officials, officers, agents or employees under any federal law. Neither the safe policing certification process nor the safe policing certification requirement is intended to (or does) confer any right on any third-person or entity seeking relief against the United States or any officer or employee thereof.  No person or entity is intended to be (or is) a third-party beneficiary of the safe policing certification process, or, with respect to the safe policing certification requirement, such a beneficiary for purposes of any civil, criminal, or administrative action.

    • RESPONSIVE/RESPONSIBLE:

      The County requires that the Bidder be properly licensed and registered to do business in the State of Florida in accordance with applicable Florida Statutes (F.S.) at the time the Bidder submits its bid. Bid responses that fail to provide the required forms listed in these bid documents may be rejected as non-responsive. Bidders whose responses, past performance, or current status do not reflect the capability, integrity or reliability to fully and in good faith perform the requirements of the bid may be rejected as non-responsible. The County reserves the sole right to determine which responses meet the requirements of this solicitation, and which Bidders are responsive and responsible. The County reserves the sole right, before awarding the bid, to require a Bidder to submit evidence of their qualifications that the County deems necessary. The County may consider any evidence available to it of the financial, technical, and other qualifications and abilities of a Bidder to perform the work in a satisfactory manner and within the time specified. The Bidder is assumed to be familiar with all Federal, State, or local laws, ordinances, rules, and regulations that in any manner affect the work, and to abide thereby if awarded the bid/contract. Ignorance of legal requirements on the part of the Bidder/Vendor/Contactor will in no way relieve the Bidder/Vendor/Contractor of such responsibility.

    • CONE OF SILENCE
      1. This Solicitation falls under the Hernando County Procurement Ordinance 93-16. All Vendors and Bidders, and representatives of same, are hereby placed on formal notice that a lobbying cone of silence period shall commence upon issuance of this Solicitation until the Board selects the successful Bidder. If Board is not involved in selecting the successful Bidder, the cone of silence period commences upon issuance of Solicitation and concludes upon award of Contract. During the cone of silence period, no Vendor/Bidder, or representative of the Vendor/Bidder, to this Solicitation may seek information or clarification or in any way contact any official or employee of the County concerning this Solicitation with the exception of the Chief Procurement Officer, County Attorney, or an individual specifically designated in this document for dissemination of information. A copy of any written communication concerning this Solicitation shall be filed with the Procurement Department and shall be made available to the public upon request. A violation of the cone of silence renders any award voidable at the discretion of the Chief Procurement Officer with approval from the Board and may subject the Vendor/Bidder who violated it to debarment. Nothing in the Ordinance prevents a Vendor/Bidder or representative from taking part in a public meeting concerning the Solicitation.

        B. Neither the members of the Board nor candidates for County Commission, nor any employees from the Hernando County Government, Hernando County staff members, nor any members of the evaluation team are to be lobbied, either individually or collectively, before or during the cone of silence concerning this project. Vendors/Bidders, or representatives of same, who intend to submit bids, or have submitted bids, for this project are hereby placed on formal notice that they are not to contact County personnel for such purposes as holding meetings of introduction, meals, or meetings relating to the selection process outside of those specifically scheduled by the County. Any such lobbying activities may cause immediate disqualification of this project.

    • U.S. DEPARTMENT OF JUSTICE CERTIFIED STANDARD ASSURANCES

      On behalf of the Applicant, and in support of this application for a grant or cooperative agreement, I certify under penalty of perjury to the U.S. Department of Justice ("Department"), that all of the following are true and correct: 

      (1) I have the authority to make the following representations on behalf of myself and the Applicant. I understand that these representations will be relied upon as material in any Department decision to make an award to the Applicant based on its application. 

      (2) I certify that the Applicant has the legal authority to apply for the federal assistance sought by the application, and that it has the institutional, managerial, and financial capability (including funds sufficient to pay any required non-federal share of project costs) to plan, manage, and complete the project described in the application properly. 

      (3) I assure that, throughout the period of performance for the award (if any) made by the Department based on the application--  a. the Applicant will comply with all award requirements and all federal statutes and regulations applicable to the award; b. the Applicant will require all subrecipients to comply with all applicable award requirements and all applicable federal statutes and regulations; and c. the Applicant will maintain safeguards to address and prevent any organizational conflict of interest, and also to prohibit employees from using their positions in any manner that poses, or appears to pose, a personal or financial conflict of interest. 

      (4) The Applicant understands that the federal statutes and regulations applicable to the award (if any) made by the Department based on the application specifically include statutes and regulations pertaining to civil rights and nondiscrimination, and, in addition--  a. the Applicant understands that the applicable statutes pertaining to civil rights will include section 601 of the Civil Rights Act of 1964 (42 U.S.C. § 2000d); section 504 of the Rehabilitation Act of 1973 (29 U.S.C. § 794); section 901 of the Education Amendments of 1972 (20 U.S.C. § 1681); and section 303 of the Age Discrimination Act of 1975 (42 U.S.C. § 6102); b. the Applicant understands that the applicable statutes pertaining to nondiscrimination may include section 809(c) of Title I of the Omnibus Crime Control and Safe Streets Act of 1968 (34 U.S.C. § 10228(c)); section 1407(e) of the Victims of Crime Act of 1984 (34 U.S.C. § 20110(e)); section 299A(b) of the Juvenile Justice and Delinquency Prevention Act of 2002 (34 U.S.C. § 11182(b)); and that the grant condition set out at section 40002(b)(13) of the Violence Against Women Act (34 U.S.C. § 12291(b)(13)), which will apply to all awards made by   the Office on Violence Against Women, also may apply to an award made otherwise; c. the Applicant understands that it must require any subrecipient to comply with all such applicable statutes (and associated regulations); and d. on behalf of the Applicant, I make the specific assurances set out in 28 C.F.R. §§ 42.105 and 42.204. 

      (5) The Applicant also understands that (in addition to any applicable program-specific regulations and to applicable federal regulations that pertain to civil rights and nondiscrimination) the federal regulations applicable to the award (if any) made by the Department based on the application may include, but are not limited to, 2 C.F.R. Part 2800 (the DOJ "Part 200 Uniform Requirements") and 28 C.F.R. Parts 22 (confidentiality - research and statistical information), 23 (criminal intelligence systems), 38 (regarding faith-based or religious organizations participating in federal financial assistance programs), and 46 (human subjects protection). 

      (6) I assure that the Applicant will assist the Department as necessary (and will require subrecipients and contractors to assist as necessary) with the Department's compliance with section 106 of the National Historic Preservation Act of 1966 (54 U.S.C. § 306108), the Archeological and Historical Preservation Act of 1974 (54 U.S.C. §§ 312501-312508), and the National Environmental Policy Act of 1969 (42 U.S.C. §§ 4321-4335), and 28 C.F.R. Parts 61 (NEPA) and 63 (floodplains and wetlands). 

      (7) I assure that the Applicant will give the Department and the Government Accountability Office, through any authorized representative, access to, and opportunity to examine, all paper or electronic records related to the award (if any) made by the Department based on the application. 

      (8) If this application is for an award from the National Institute of Justice or the Bureau of Justice Statistics pursuant to which award funds may be made available (whether by the award directly or by any subaward at any tier) to an institution of higher education (as defined at 34 U.S.C. § 10251(a)(17)), I assure that, if any award funds actually are made available to such an institution, the Applicant will require that, throughout the period of performance--  a. each such institution comply with any requirements that are imposed on it by the First Amendment to the Constitution of the United States; and  b. subject to par. a, each such institution comply with its own representations, if any, concerning academic freedom, freedom of inquiry and debate, research independence, and research integrity, at the institution, that are included in promotional materials, in official statements, in formal policies, in applications for grants (including this award application), for accreditation, or for licensing, or in submissions relating to such grants, accreditation, or licensing, or that otherwise are made or disseminated to students, to faculty, or to the general public.

      (9) I assure that, if the Applicant is a governmental entity, with respect to the award (if any) made by the Department based on the application--  a. it will comply with the requirements of the Uniform Relocation Assistance and Real Property Acquisitions Act of 1970 (42 U.S.C.   §§ 4601-4655), which govern the treatment of persons displaced as a result of federal and federally-assisted programs; and b. it will comply with requirements of 5 U.S.C. §§ 1501-1508 and 7324-7328, which limit certain political activities of State or local government employees whose principal employment is in connection with an activity financed in whole or in part by federal assistance.

      (10) If the Applicant applies for and receives an award from the Office of Community Oriented Policing Services (COPS Office), I assure that as required by 34 U.S.C. § 10382(c)(11), it will, to the extent practicable and consistent with applicable law--including, but not limited to, the Indian Self-Determination and Education Assistance Act--seek, recruit, and hire qualified members of racial and ethnic minority groups and qualified women in order to further effective law enforcement by increasing their ranks within the sworn positions, as provided under 34 U.S.C. § 10382(c)(11). 

      (11) If the Applicant applies for and receives a DOJ award under the STOP School Violence Act program, I assure as required by 34 U.S.C. § 10552(a)(3), that it will maintain and report such data, records, and information (programmatic and financial) as DOJ may reasonably require.   

      I acknowledge that a materially false, fictitious, or fraudulent statement (or concealment or omission of a material fact) in this certification, or in the application that it supports, may be the subject of criminal prosecution (including under 18 U.S.C. §§ 1001 and/or 1621, and/or 34 U.S.C. §§ 1027110273), and also may subject me and the Applicant to civil penalties and administrative remedies for false claims or otherwise (including under 31 U.S.C. §§ 3729-3730 and 3801-3812). I also acknowledge that the Department’s awards, including certifications provided in connection with such awards, are subject to review by the Department, including by its Office of the Inspector General.

    • LIMITED ENGLISH PROFICIENCY (28 CFR 42.104(B)(2))

      Compliance with the civil rights laws entails, among other things, taking reasonable steps to ensure that individuals with limited English proficiency (LEP) have meaningful access to OJP-funded programs or services. An individual with limited English proficiency is one whose first language is not English and who has a limited ability to read, write, speak, or understand English. To assist recipients of DOJ awards in meeting their obligations with respect to such individuals, DOJ has published a guidance document, available on the LEP.gov website.

      As a recipient of DOJ funding, the County will take reasonable steps to ensure meaningful access to their programs and activities by LEP persons in accordance with the guidance document promulgated by DOJ and published in Federal Register Volume 67, No. 117.

    • CLAIMS
      1. Chief Procurement Officer’s Decision Required: All claims, except those waived, shall be referred to the Chief Procurement Officer for decision.
      2. Notice: Written notice stating the general nature of each claim shall be delivered by the claimant to the Chief Procurement Officer and the other party to the contract promptly but in no event later than thirty (30) days after the start of the event giving rise thereto. The responsibility to substantiate a claim shall rest with the party making the claim. Notice of the amount or extent of the claim, with supporting data, shall be delivered to the Chief Procurement Officer and the other party to the contract within sixty (60) days after the start of such event (unless the Chief Procurement Officer allows additional time for claimant to submit additional or more accurate data in support of such claim). A claim for an adjustment in contract price shall be prepared in accordance with the provisions of Section titled "PRICE ADJUSTMENT". Each claim shall be accompanied by claimant’s written statement that the adjustment claimed is the entire adjustment to which the claimant believes it is entitled as a result of said event. The opposing party shall submit any response to the Chief Procurement Officer and the claimant within thirty (30) days after receipt of the claimant’s last submittal (unless the Chief Procurement Officer allows additional time).
      3. Chief Procurement Officer’s Action: Chief Procurement Officer will review each claim and, within thirty (30) days after receipt of the last submittal of the claimant or the last submittal of the opposing party, if any, take one (1) of the following actions in writing:
        1. Deny the claim in whole or in part,
        2. Approve the claim, or
        3. Notify the parties that the Chief Procurement Officer is unable to resolve the claim if, in the Chief Procurement Officer’s sole discretion, it would be inappropriate for the Chief Procurement Officer to do so. For purposes of further resolution of the claim, such notice shall be deemed a denial.
      4. In the event that Chief Procurement Officer does not take action on a claim within said thirty (30) days, the claim shall be deemed denied.
      5. Chief Procurement Officer’s written action or denial will be final and binding upon Owner and Vendor/Contractor, unless Owner or Vendor/Contractor invoke the dispute resolution procedure set forth in Section titled "DISPUTE RESOLUTION" within thirty (30) days of such action or denial.
    • Title I of the Omnibus Crime Control and Safe Streets Act of 1968; Juvenile Justice and Delinquency Prevention Act of 1974

      Title I of the Omnibus Crime Control and Safe Streets Act of 1968; Juvenile Justice and Delinquency Prevention Act of 1974 (34 U.S.C. 10101 through 10741; 34 U.S.C. 11101 through 11322), (subpart D of 28 C.F.R. Part 42)

      Applicability: Edward Byrne Justice Assistance Grants ("JAG") and Title II ("Part B") Juvenile Justice Formula Grants, other OJP grants.

      A nondiscrimination provision that prohibits discrimination on the basis of race, color, religion, national origin, or sex applies to each OJP award made under either Title I of the 1968 Act or the JJDPA.

    • DISPUTE RESOLUTION:
      1. Owner and Vendor/Contractor may mutually request mediation of any claim submitted to the Owner for a decision before such decision becomes final and binding. The mediation will be governed by the Construction Industry Mediation Rules of the American Arbitration Association in effect as of the effective date of the agreement. The request for mediation shall be submitted in writing to the American Arbitration Association. Timely submission of the request shall stay the effect.
      2. Owner and Vendor/Contractor shall participate in the mediation process in good faith. The process shall be concluded within sixty (60) days of filing of the request. The date of termination of the mediation shall be determined by application of the mediation rules referenced above.
      3. If the claim is not resolved by mediation, Chief Procurement Officer’s action or denial pursuant to Section titled "CLAIMS" shall become final and binding thirty (30) days after termination of the mediation unless, within that time period, Owner or Vendor/Contractor:
        1. Agrees with the other party to submit the claim to another dispute resolution process, or

        2. Gives written notice to the other party of their intent to submit the claim to a court of competent jurisdiction.
    • VICTIMS OF CRIME ACT (34 U.S.C. 20101 THROUGH 20111.), (SUBPART B OF 28 C.F.R. PART 94)

      Applicability: VOCA Compensation Formula Grants and VOCA Assistance Formula Grants, other OJP Grants.

      No person shall on the ground of race, color, religion, national origin, handicap, or sex be excluded from participation in, denied the benefits of, subjected to discrimination under, or denied employment in connection with, any undertaking funded in whole or in part with sums made available under 34 U.S. Code § 20110.

    • RESEARCH AND THE PROTECTION OF HUMAN SUBJECTS (28 C.F.R. PART 46) 

      Applicability: OJP Award involving human subjects.

      DOJ regulations (28 C.F.R. Part 46, "Protection of Human Subjects") protect the human subjects of federally-funded research. In brief, the regulations require that, unless an exemption applies, OJP-funded research projects that involve human subjects must be reviewed and approved by an Institutional Review Board (IRB). Before a recipient will be permitted to use OJP funds for any research activity involving human subjects, the recipient must submit to OJP documentation of IRB approval that is sufficient to demonstrate compliance with the requirements of 28 C.F.R. Part 46.

      OJP has developed a decision tree to assist OJP applicants and recipients in determining whether an activity planned to be undertaken with OJP funds constitutes research involving human subjects.

    • DATA PRIVACY AND CONFIDENTIALITY REQUIREMENTS (28 C.F.R. PART 22,)

      Applicability: All OJP Awards recipients and subs that will collect personally identifiable information.

      Model Privacy Certificate

    • COMPLIANCE WITH THE NATIONAL ENVIRONMENTAL POLICY ACT AND RELATED FEDERAL LAWS (42 U.S.C. 4321), (28 C.F.R. PART 61)

      Applicability: OJP Awards that pay for renovation, new construction, use of chemicals that may have an effect on the environment

      The Contractor, on behalf of the County, will prepare an Environmental Assessment and OJP will make a finding that the project does not significantly affect the human environment and that further environmental assessment is not necessary prior to the County's use of OJP funds for the project.

    • RIGHTS IN INTELLECTUAL PROPERTY (2 C.F.R. 200.315; 37 C.F.R. PART 401)

      Applicability: OJP Award recipients & subs as appropriate

      By regulation and by award condition(s), DOJ reserves certain rights with respect to data, patentable inventions, works subject to copyright, and other intellectual property associated with an award of federal funds. See, e.g., the Part 200 Uniform Requirements as set out at 2 C.F.R. 200.315.

      Generally speaking, a recipient (or subrecipient, as appropriate) may copyright any work that is subject to copyright and that was developed, or for which ownership was acquired, under a federal grant or cooperative agreement. DOJ reserves a royalty-free, nonexclusive and irrevocable right to reproduce, publish, or otherwise use the work (in whole or in part, including in connection with derivative works) for federal purposes, and to authorize others to do so.

      DOJ reserves the right to

      (1) obtain, reproduce, publish, or otherwise use the data first produced under an award or subaward; and

      (2) authorize others to receive, reproduce, publish, or otherwise use such data for Federal purposes. ("Data" includes data as defined in Federal Acquisition Regulation (FAR) provision 52.227-14.)

      With respect to patents and inventions, recipients (and subrecipients, as appropriate) are subject to the clauses governing patents and inventions set out in the regulations at 37 C.F.R. Part 401, appropriately modified by OJP for OJP grants and cooperative agreements.

    • DOJ INFORMATION TECHNOLOGY STANDARDS (IF APPLICABLE)

      Applicability: OJP awards with software development/IT standards included in OJP Solicitation.

      Awards under certain OJP solicitations may include conditions that require all equipment and software developed under the award to comply with DOJ information technology standards, such as the Global Standards Package and the Prescription Monitoring Information Exchange (PMIX) Architecture. Certain other standards that may be pertinent to particular awards can be found at the Justice Standards Clearinghouse.

    • REPORTING OF INFORMATION ON CERTAIN CIVIL, CRIMINAL, AND ADMINISTRATIVE PROCEEDINGS TO SAM AND FAPIIS (41 U.S.C. 2313)

      Applicability: OJP Award over $500k

      OJP grants and cooperative agreements that exceed $500,000 typically will include a condition that requires the recipient -- if the total value of its currently active grants, cooperative agreements, and procurement contracts from all federal agencies exceeds $10 million, as set out in the condition -- to report particular information on civil, criminal, and administrative proceedings connected with (or connected to the performance of) either its OJP award or any other grant, cooperative agreement, or procurement contract from the federal government. Reports are submitted to the federal designated integrity and performance system (currently, "FAPIIS") within the System for Award Management ("SAM").

    • TELECOMMUNICATIONS EQUIPMENT OR SERVICES; VIDEO SURVEILLANCE EQUIPMENT OR SERVICES

      TELECOMMUNICATIONS EQUIPMENT OR SERVICES; VIDEO SURVEILLANCE EQUIPMENT OR SERVICES (SECTION 889 OF PUBLIC LAW 115-232 (CODIFIED AT A STATUTORY NOTE PRECEDING 41 U.S.C. 3901)

      Applicability: Any OJP Award w/ telecommunications equipment or services

      All applicants should be aware that under federal law, OJP may not award grant funds to procure or obtain any equipment, system, or service that uses “covered telecommunications equipment or services” as a substantial or essential component of any system, or as critical technology as part of any system. In general, with limited exceptions, “covered telecommunications equipment or services” includes telecommunications and video surveillance equipment or services produced or provided by a foreign entity that is specifically designated by statute, or designated by the federal government pursuant to statute. (See, e.g., section 889 of Public Law 115-232 (codified at a statutory note preceding 41 U.S.C. 3901), any designations associated with that section made by the Secretary of Defense, and any related statutes currently in effect or subsequently enacted.)

    • UNMANNED AIRCRAFT SYSTEMS

      UNMANNED AIRCRAFT SYSTEMS (UAS) (34 U.S.C. §§ 10101, 10102(A), 10110 NOTE, 10221(A); 5 U.S .C. § 530C), (5 U.S .C. § 530C; 28 C.F.R. §0.90; ATT'Y GEN. ORDER NO. 1687-93 (FEB. 23, 1993); AND ATT'Y GEN. ORDER NO. 1473-91 (FEB. 19, 1991)).

      Applicability: Any OJP award that may involve UAS.

      I. Definitions The following definitions (some of which contain general references, for purposes of incorporation by reference) apply to this Contract:

      a."Aircraft" means what it means under 49 U.S.C. § 40102(a)(6) (which, as of the date of this Contract is ""any contrivance in vented, used , or designed to navigate , or fly in, the air"").

      b."Covered foreign entity" means any entity that is determined or designated, within the Department of Justice, to be subject to or vulnerable to extrajudicial direction from a foreign government.

      c."Unmanned aircraft system" includes i.anything within the definition of " unmanned aircraft system"" under 49 U.S.C. § 44801(12) (which, as of the date of this Contract is "an unmanned aircraft and associated elements (including communication links and the components that control the unmanned aircraft) that are required for the operator to operate safely and efficiently in the national airspace system""); and OJP Order 2700.1 October 5, 2020 ii.any unmanned aerial vehicles (drones), and similar technologies, including component parts, that are controlled remotely and subject to regulation by the Federal Aviation Administration.

      d."Unmanned aircraft" means what it means under 49 U.S.C. § 44801(11) (which, as of the date of this Contract is ""an aircraft that is operated without the possibility of direct human intervention from within or on the aircraft"").

      II.Policy

      a. Except as provided in , ¶  c., no funds awarded or made available by OJP, through a contract, grant, cooperative agreement, or otherwise, to a state, local, tribal, or territorial government (including via subcontract or subaward, at any tier) may be used to purchase, use, or operate any unmanned aircraft system that is manufactured or assembled by a covered foreign entity.

      b. Except as provided in , ¶  c., no funds awarded or made available by OJP, through a contract, grant, cooperative agreement, or otherwise, to a state, local, tribal, or territorial government (including via subcontract or subaward, at any tier) may be used to purchase, use, or operate any unmanned aircraft system unless the chief executive officer of the government applying (at any tier) for such funds certifies and assures to OJP, in writing, on behalf of the applicant, that- 

      i. the applicant has in place policies and procedures designed to safeguard privacy and civil liberties and to mitigate cybersecurity risks concerning the operation and use of the unmanned aircraft system;

      ii.the applicant has effective policies and procedures in place (available to OJP upon request) that, in connection with the unmanned aircraft system and any use or operation thereof-

      1. requires compliance with all applicable provisions of the United States Constitution, including the Fourth Amendment's protection against unreasonable searches and seizures, and other applicable laws and regulations, including regulations issued by the FAA; and

      2.contains effective and appropriate privacy protections and prohibit such use or operation, and information obtained by such use or operation, to discriminate against individuals unlawfully under federal law or to the United States Constitution;

      3.contains mechanisms and procedures to receive, investigate, and address, as appropriate, privacy and civil liberties complaints against the applicant concerning such use or operation;

      iii.the applicant has the legal authority to operate the unmanned aircraft system;

      iv. the applicant has an effective and comprehensive mitigation plan that covers, at minimum , technology and cybersecurity risks concerning use or operation of the unmanned aircraft system; 

      v. the applicant will take measures, as appropriate, to effectively mitigate all known risks to the protection of privacy and civil liberties and public safety, including, without limitation , the following:

      1. malware or the collection of data from the system;

      2. susceptibility to data theft or network breach of data transmitted, stored, or received by the unmanned aircraft system;

      3. vulnerability of the unmanned aircraft system to electronic hijacking by an unauthorized party;

      4. whether communications sent to and from the unmanned aircraft system are sufficiently secure; and

      5. security of stored information and data obtained from the unmanned aircraft system; and 

      vi. the applicant will require that data collected by the unmanned aircraft system that are retained are maintained and safeguarded  in accordance with all applicable law s, directives , policies, regulations , standards, and guidance, and that all personnel with access to such data follow (at a minimum) practices that are consistent with the protection of data and of privacy and civil liberties. 

      c. Exceptions. As (and to the extent) may be determined, from time to time , by the Assistant Attorney General, the provisions  of  ¶¶ a. and c., shall not apply where the procurement, use, or operation of the unmanned aircraft system would  be for the purposes of-

      i. research, evaluation, training, testing, or analysis;

      ii. counterterrorism or counterintelligence;

      iii. criminal investigation, including forensic examination; or

      iv. supporting critical needs of criminal justice or of national security.

    • OVW POLICY FOR RESPONSE TO WORKPLACE RELATED INCIDENTS OF SEXUAL MISCONDUCT, DOMESTIC VIOLENCE, AND DATING VIOLENCE

      Applicants: All OVW Recipients and subs.

      1. In general:  The recipient and any subrecipient at any tier must have a policy, or issue one within 270 days of the award date, to address workplace-related incidents of sexual misconduct, domestic violence, and dating violence involving an employee, volunteer, consultant, or contractor.   

      2. Scope of policy:  The policy must address the following:

      1) allegations of workplace-related incidents of sexual misconduct, domestic violence, and dating violence by an employee, volunteer, consultant, or contractor;

      2) workplace supports for employees, volunteers, consultants, or contractors who are victims of sexual misconduct, domestic violence, or dating violence; and 3) adjudications that will result in an employee, volunteer, contractor, or consultant being prohibited from occupying positions that could undermine the ability of the recipient or subrecipient to carry out the grantfunded project, such as positions working with victims and other vulnerable populations.  A policy may provide that certain adjudications do not prohibit an individual from occupying such a position but must include standards for granting such an exemption for an individual. 

      3. Definitions: 

      “Adjudication” includes a conviction, issuance of a final protection order, court-ordered diversion, or other judicial finding that the employee, volunteer, consultant, or contractor has engaged in domestic violence, dating violence, sexual assault, or stalking.  The recipient may choose to include additional, related offenses, such as sex trafficking, as “adjudications.”      “Domestic violence,” “dating violence,” “sexual assault,” and “stalking” have the meanings given in 34 U.S.C. § 12291(a).  

      “Sexual misconduct” means sexual assault, stalking, and sexual harassment. 

      “Sexual harassment” means unwelcome sexual advances, requests for sexual favors, and other verbal or physical conduct of a sexual nature when this conduct explicitly or implicitly affects an individual’s employment, unreasonably interferes with an individual’s work performance, or creates an intimidating, hostile, or offensive work environment, whether such activity is carried out by a supervisor or by a co-worker, volunteer, or contractor.  An individual is considered to be in the “workplace” of the recipient or subrecipient while in, or using the resources of, the recipient’s or subrecipient’s offices or facilities, using its equipment or vehicles, engaging in approved telework, on work-related travel, or otherwise conducting business on behalf of the recipient or subrecipient.

       The availability and nature of the response to a workplace-related incident may depend on the location at issue.  June 2020 – Page 2  “Workplace-related incidents” of sexual misconduct, domestic violence, and dating violence include acts, attempted acts, or threatened acts by or against employees, consultants, volunteers, or contractors, that occur in the workplace or that occur outside the workplace but have an impact on the workplace or otherwise undermine the ability of the recipient or subrecipient to carry out the grant-funded project.   

      4. Monitoring:  The recipient must make its policy available to OVW upon request.  Subrecipients must make their policies available to the recipient upon request.

    • WHISTLEBLOWER PROTECTIONS FOR EMPLOYEES OF OVW RECIPIENTS (41 USC 4712)

      Applicability: OVW Recipients and subs.

      Recipients and subrecipients of OVW grants and cooperative agreements must comply with, and are subject to, all applicable provisions of 41 U.S.C. § 4712, including all applicable provisions that prohibit, under specified circumstances, discrimination against an employee as reprisal for the employee's disclosure of information related to gross mismanagement of a federal grant, a gross waste of federal funds, an abuse of authority relating to a federal grant, a substantial and specific danger to public health or safety, or a violation of law, rule, or regulation related to a federal grant. Recipients also must inform their employees, in writing (and in the predominant native language of the workforce), of employee rights and remedies under 41 U.S.C. § 4712.

    Submission Requirements

    • Company Information
    • Vendor Registration (required)

      Please download the below documents, complete, and upload.

    • W9 Form (required)

      Please upload your company's W9 information

    • Upload Florida Permit

      Bidders who are non-resident corporations shall furnish to the Owner a duly certified copy of their permit to transact business in the State of Florida along with the bid. Failure to submit this evidence or qualification to do business in the State of Florida may be basis for rejection of the bid.

    • Local Preference. (required)

      If you are claiming local preference, please download the below documents, complete, and upload.

    • Authorizations
    • Authorized Representative (required)

      Are you fully authorized to bind this company, or corporation.

    • Authorized Signatory/Negotiator (required)

      Please provide the information to support the statement below:

      The Firm/Contractor represents that the following persons are authorized to sign and/or negotiate contracts and related documents to which the Firm/Contractor will be duly bound:

      Name(s)

      Title(s)

      Email(s)

      Phone(s)

      Business Address(s)

    • Corporate Affidavit (required)

      Please download the below documents, complete, and upload.

    • Confirmations
    • Pricing Offered (required)

       
    • Acknowledgement (required)

      Agree at the time of submitting its bid that no further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of its bid for performance of the work at the price(s) bid and within the times and in accordance with the other terms and conditions of the bid documents.

    • Submission Confirmation (required)

      The undersigned, hereinafter called “Bidder”, having visited the site of the proposed project and familiarized himself with the local conditions, nature and extent of the work, and having examined carefully the agreement form, General Conditions, Special Conditions, Supplementary Conditions for Federal/State Requirements, plans and specifications and other contract documents, with the bond requirements herein, proposed to furnish all labor, materials, equipment and other necessary items, facilities and services for the proper execution and completion of the subject project in full accordance with the drawings and specifications prepared in accordance with your Advertisement of Bids, instruction to bidders, agreement and all other documents related thereto on file in the office of the Hernando County Procurement Department and if awarded the Contract, to complete said work within the time limits specified for their bid price.

    • Drug Free Workplace Certification (required)

      I have read and attest to, in accordance with Florida Statute 287.087, hereby certify that bidder:

      Publishes a written statement notifying that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance is prohibited in the workplace named above, and specifying actions that will be taken against violations of such prohibition.

      Informs employees about the dangers of drug abuse in the workplace, the firm’s policy of maintaining a drug free working environment, and available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug use violations.

      Gives each employee engaged in providing commodities or contractual services that are under proposal a copy of the statement specified above.

      Notifies the employees that as a condition of working on the commodities or contractual services that are under proposal, the employee will abide by the terms of the statement and will notify the employer of any conviction of, pleas of guilty or nolo contendere to, any violation of Chapter 893, or of any controlled substance law of the State of Florida or the United States, for a violation occurring in the workplace, no later than five (5) days after such conviction, and requires employees to sign copies of such written statement to acknowledge their receipt.

      Imposes a sanction on, or requires the satisfactory participation in, a drug abuse assistance or rehabilitation program, if such is available in the employee’s community, by any employee who is so convicted.

      Makes a good faith effort to continue to maintain a drug free workplace through the implementation of the Drug Free Workplace Program.

      “As a person authorized to sign this statement, I certify that the above named business, firm or corporation complies fully with the requirements set forth herein”.

      Please Confirm that you have read and attest to this Drug Free Workplace Certificate

    • VENDOR CERTIFICATION REGARDING SCRUTINIZED COMPANIES (required)

      Section 287.135, Florida Statutes, prohibits agencies from contracting with companies for goods or services of $1,000,000.00 or more, that are on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector Lists which are created pursuant to s. 215.473 Florida Statutes, or the Scrutinized Companies that Boycott Israel List, created pursuant to s. 215.4725 Florida Statutes, or companies that are engaged in a boycott of Israel or companies engaged in business operations in Cuba or Syria.

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

      I have read an attest that I confirm the above is acknowledged.

    • Award (required)

      Every Bidder must take notice of the fact that even though his proposal be accepted and the documents signed by the Bidder to whom an award is made and by those officials authorized to do so on behalf of Hernando County, Florida, that no such award or signing shall be considered a binding contract without a certificate from the Finance Director that funds are available to cover the cost of the work to be done, or without the approval of the County Attorney as to the form and legality of the Contract and all the pertinent documents relating thereto having been approved by said County Attorney; and such Bidder is hereby charged with this notice.

      The signer of the proposal, as Bidder, also declares that the only person, persons, company or parties interested in this proposal, are named in the proposal, that he has carefully examined the Advertisement of Bid, Solicitation Instructions, Contract Specifications, Plans, Supplementary Conditions for Federal/State Requirements, General Conditions, Special Conditions, Special Provisions and contract bond, that he or his representative has made such investigation as is necessary to determine the character and extent of the work and he proposes and agrees that if the proposal be accepted, he will contract with Hernando County, Florida in the form of contract hereto annexed, to provide the necessary labor, materials, machinery, equipment, tools or apparatus, do all the work required to complete the Contract within the time mentioned in the Contract Documents according to the requirements of Hernando County, Florida, as herein and hereinafter set forth, and furnish the required surety bonds for the following prices to wit:

       

    • E-Verify Certification (required)

      Vendor/Contractor acknowledges and agrees to the following:

      Vendor/Contractor shall utilize the U.S. Department of Homeland Security’s E-Verify system, in accordance with the terms governing use of the system, to confirm the employment eligibility of:

      All persons employed by the Vendor/Contractor during the term of the Contract to perform employment duties within Florida; and

      All persons, including subcontractors, assigned by the Vendor/Contractor to perform work pursuant to the Contract with the department.

    • Affidavit of Non Collusion and of Non-Interest of Hernando County Employees (required)

      Affidavit of Non Collusion and of Non-Interest of Hernando County Employees

      Certification that Vendor/Contractor affirms that the bid/proposal presented to the Owner is made freely, and without any secret agreement to commit a fraudulent, deceitful, unlawful or wrongful act of collusion.

      I have read and attest that I am the Vendor/Contractor in the above bid/proposal, that the only person or persons interested in said proposal are named therein; that no officer, employee or agent of the Hernando County Board of County Commissioners (BOCC) or of any other Vendor/Contractor is interested in said bid/proposal; and that affiant makes the above bid/proposal with no past or present collusion with any other person, firm or corporation.

      Please confirm that you have read and attest to Affidavit of Non Collusion and of Non-Interest of Hernando County Employees.

    • FOREIGN COUNTRIES OF CONCERN 287.138 (required)

      287.138 Florida Statutes, prohibits agencies from contracting with companies which grant the Vendor/Contractor access to personal identifiable information if: a) the Contractor is owned by the government of a Foreign Country of Concern (as defined by the
      statute): (b) the government of a Foreign Country of Concern has a controlling interest in the entity; or (c) the Contractor is organized under the law of or has its principal place of business in
      a Foreign Country of Concern.

      As the person authorized to bind on behalf of respondent, I hereby certify that the company identified above in the section entitled “Respondent Vendor Name” is not owned, controlled or organized under the law of a Foreign Country of Concern as identified in Section 287.138,
      Florida statutes. I understand that the submission of a false certification may subject company to civil penalties, attorney’s fees, and/or costs.

      I have read and attest that I confirm the above is acknowledged.

    • Sworn Statement 287.133 (3) (a) (required)

      I have read and attest that I understand that a "public entity crime" as defined in Paragraph 287.133 (1)(g), Florida Statutes, means a violation of any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to, any proposal or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation.

      I have read and attest that I understand that "convicted" or "conviction" as defined in Paragraph 287.133 (1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any Federal or State trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non-jury trial, or entry of a plea of guilty or nolo contendere.

      I have read and attest that I understand that an "affiliate" as defined in Paragraph 287.133 (1)(a), Florida Statutes, means:

      1. A predecessor or successor of a person convicted of a public entity crime; or
      2. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one (1) person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one (1) person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding thirty-six (36) months shall be considered an affiliate.

      I have read and attest that I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which proposals or applies to proposal on contracts for the provisions of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity.

      I have read and attest that based on information and belief, the statement which I have confirmed below is true in relation to the entity submitting this sworn statement:

      I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH ONE (1) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31, OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT.

    • If you chose option 3, to the question above, 3.10 Sworn Statement 287.133(3) a, attach a copy of the final order.
    • Proposal/Qualifications

      Florida State commercial pesticide/herbicide applicators license from the Florida Department of Agriculture & Consumer Services (FDACS).

      Ability to identify invasive plant species on the Florida Invasive Species Counsel (FISC) formerly known as Florida Exotic Pest Plant Council (FLEPPC) Category I and Category Il plant lists. 

      Professional mangrove trimmer through the Florida Department of Environmental Protection.

    • References (required)

      Proposer must provide a minimum of three (3) references using the format options shown below. A combination of the format options may be used as long as three complete references are provided.

      References must be individuals that can be readily contacted and have first-hand knowledge of the Proposer's performance on the specific project performed by the Proposer. Each reference project must meet the following criteria:

      Project at Substantial Completion or completed within the last seven (7) years.

      Similar in size, dollar value and scope as this project.

      Option 1:  Please provide the below information for 3 required References:

      Business/Owner Name

      Reference Contact Person

      Reference Address

      Reference Phone No.

      Reference Email Address

      Project Name

      Project Location

      Contract Project Manager

      Site Superintendent

      Contract Amount

      Date Project Commenced

      Date of Substantial Completion

      Date of Final Completion

      Description of Work Performed

      Option 2:  Please download the attached Reference Form and upload completed references.

      Note: Experience shall be related to successfully completed projects within the last seven (7) years (i.e., the project must have been Substantially Complete within seven (7) years of the due date of this solicitation. Only projects that are complete or substantially complete as of the solicitation due date will be considered).

      By submitting this information, I certify that the qualifications questionnaire information is true and correct to the best of my knowledge.

    • Licenses (required)

      The Bidder must be a registered to do business in the State of Florida. All Bidder’s and/or subcontractors performing work requiring a specialty license must be licensed in the State of Florida. This includes but is not limited to:

      Florida State commercial pesticide/herbicide applicators license from the Florida Department of Agriculture & Consumer Services (FDACS).

      Ability to identify invasive plant species on the Florida Invasive Species Counsel (FISC) formerly known as Florida Exotic Pest Plant Council (FLEPPC) Category I and Category Il plant lists. 

      Professional mangrove trimmer through the Florida Department of Environmental Protection.

      Provide evidence of the required licenses as listed in this Solicitation for Bidder and all subcontractors identified herein.

      Classification

      Issuing Government License

      Issue Date:

      License Number:

    • Equipment and Facilities list (required)

      Please download the below documents, complete, and upload.

      Bidders shall submit with the bid a listing of all equipment which Bidders will use in the performance of this contract, including (as applicable) rolling stock, loaders, tractors, mowers, and any other specified equipment. The Vendor/Contractor is also required to indicate which equipment is company-owned. Failure to submit said equipment list may render Bidder’s response non-responsive.

    • List of personnel (required)

      Provide a list of personnel, by name and title, contemplated to perform the work.

    • Additional Required Forms
    • Hernando County Employment Disclosure (required)

      Please download the below documents, complete, and upload.

    • Solicitation-Offer-Award Signature Page (required)

      Please download the below documents, complete, and upload.

    • Vendors/Contractors must submit a written execution plan detailing the method of removal and the herbicide manufacturers' data which will be used for this Contract. (required)
    • Anti Human Trafficking Affidavit (required)

      Please download the below documents, complete, and upload.

    • Select the requesting department below: (required)
    • INSERT SHORT DESCRIPTION OF PROJECT (required)
    • CONTRACT TERM (required)

      What is the "Contract Term" for this contract (how long will this contract last?) ?

    • INSERT RENEWAL OPTIONS (required)
    • Local Preference (required)

      Is there local Preference allowed on this project? If this is a Grant or FEMA funded project answer must be NO.

    • WORKING HOURS (required)

      Please provide working hours under which work may be performed Monday through Friday, except County holidays

    • Additional Insurance Requirements (required)

      Please confirm with Procurement Director if any of the listed insurance(s) are required for this project.

    • Grants (required)

      Is there federal or state grant funding involved in this project?

    Questions & Answers

    Q (Confirming pre-bid meeting date): Please confirm that the mandatory prebid meeting is March 24, 2026. The overview tab on the e-portal (OpenGov) says 3/24/26 however Section 2.2 of the actual ITB says January 7, 2026 .

    A: Thank you for your interest in doing business with Hernando County. Your question is received and will be answered via addendum. The Mandatory Pre-Bid meeting is on 03/24/26 at 10:00 AM. Section 2.2 is revised.


    Q (No subject): Would the awarded company be allowed to subcontract an experienced Professional Mangrove Trimmer on site for any necessary mangrove trimming?

    A: Thank you for your interest in doing business with Hernando County. Your question is received and will be answered via addendum.


    Q (No subject): What was the prior awarded price or prior bid tabulations?

    A: Thank you for your interest in doing business with Hernando County. Your question is received and will be answered via addendum.


    Key dates

    1. March 18, 2026Published
    2. April 20, 2026Responses Due

    AI classification tags

    Frequently asked questions

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

    SamSearch Platform

    Stop searching. Start winning.

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