SLED Opportunity · FLORIDA · VOLUSIA SOLID WASTE

    Paratransit Contractor (VoAccess)

    Issued by Volusia Solid Waste
    localRFIVolusia Solid WasteSol. 238900
    Closed
    STATUS
    Closed
    due Apr 7, 2026
    PUBLISHED
    Feb 26, 2026
    Posting date
    JURISDICTION
    Volusia Solid
    local
    NAICS CODE
    485999
    AI-classified industry

    AI Summary

    Volusia Solid Waste seeks qualified contractors to provide cost-effective paratransit services for approximately 250,000 annual trips, supporting ADA and transit disadvantaged populations with a partial-brokered system.

    Opportunity details

    Solicitation No.
    238900
    Type / RFx
    RFI
    Status
    open
    Level
    local
    Published Date
    February 26, 2026
    Due Date
    April 7, 2026
    NAICS Code
    485999AI guide
    State
    Florida
    Agency
    Volusia Solid Waste

    Description

    The County seeks qualified contractor(s) to provide cost effective and efficient paratransit services throughout the County, as needed.

    The Votran paratransit service provides approximately 250,000 trips a year. We currently utilize four paratransit contractors to assist with the demand.

    The County has determined a partial-brokered system with multiple transportation providers best serves the needs of the County's transportation ADA and transit disadvantaged population.  The Transit Services Division contracts out approximately thirty (30%) of trips, while the remaining 70% is handled in house.

    Background

    Established in 1975, VOTRAN serves Volusia County with both fixed route and demand responsive services on both the east and west sides of the county.

    Volusia County is located on central Florida’s east coast. It has a total area of 1,432 square miles of which approximately 1,101 square miles 77% is land. Within the service areas there are seventeen (17) municipalities. According to 2015 American Community Survey (ACS) Population estimates, Volusia County’s population in 2015 was 507,531, increasing 2.6% since the 2010 U.S. Census. Volusia County is ranked eleventh (11th) in terms of the most populated counties in Florida. There are about two thousand three hundred (2,300) bus stops within the incorporated area and another two hundred (200) in the unincorporated area.

    The County contracts with RATP Dev to manage operations and maintenance of the system. With RATP Dev oversight and use of technology, the selected contractors will be provided trips when the service cannot be handled solely by Votran staff.

    Project Details

    • Reference ID: 26-SQ-23AK
    • Department: Transit Services
    • Department Head: Bobbie King (Director)

    Important Dates

    • Questions Due: 2026-03-25T03:59:00.000Z
    • Pre-Proposal Meeting: 2026-03-16T15:00:00.000Z — In-Person: Votran Large Conference Room, 950 Big Tree Road, South Daytona, FL 32119 Virtually: Microsoft Teams meeting Join: https://teams.microsoft.com/meet/24363232914577?p=O6LGtnUF36DjTKvNsL Meeting ID: 243 632 329 145 77 Passcode: zR24ig2n Dial in by phone +1 386-456-3869,,673920782# United States, Orange City Phone conference ID: 673 920 782#

    Meetings & Milestones

    EventDateLocation
    Solicitation Opening Information 2026-04-07T19:00:00.000ZMicrosoft Teams meeting Join on your computer, mobile app or room device https://www.microsoft.com/en-us/microsoft-teams/join-a-meeting Meeting ID: 213 233 692 064 Passcode: gPYNoU Or call in (audio only) +1 386-456-3387,,628672925# United States, Daytona Beach Phone Conference ID: 628 672 925#

    Addenda

    • Addendum #1 (released 2026-03-24T13:43:54.519Z) —

      Please use the See What Changed link to view all the changes made by this addendum.

    • Addendum #2 (released 2026-04-02T13:18:05.970Z) —

      Additional FTA clauses have been posted.  Please see attached.

    Evaluation Criteria

    • Qualifications and Experience (15 pts)

      1. Experience in passenger transport business;

      2. Related experience in contracted paratransit service, particularly with government entities, serving ambulatory, and wheelchairs;

      3. Experience and qualifications of the Project Manager and the staffing plan;

      4. Stability and experience of Contractor’s management/ownership;

      5. Knowledge of the county-wide service area and familiarity with local operating conditions; and,

      6. Past performance; evidence of cooperation and conformance to Contract requirements with past and current customers shall be an integral part of the evaluation

    • References (12 pts)

      Experience in providing similar services / references, including timeliness of performance; in order to evaluate past performance, all proposer are required to submit three (3) references illustrating a minimum of five (5) years’ relevant service that are the same or similar to the magnitude of this RSQ. Unless stated elsewhere in this solicitation, Volusia County shall not be listed as a reference. For company name and/or ownership changes, appropriate documentation shall be required;

       

    • Project Approach and Understanding (15 pts)

      Approach and understanding of the scope of service demonstrated by completeness of submitted responses, verification of information provided and all requested documentation.

    • Financial Stability and Litigation (12 pts)

      1. Review of the Contractor’s condition based on credible financial information provided;

      2. Ability to operate, service, and maintain vehicles and cash flow; and,

      3. Previous and existing compliance by the firm with laws and ordinance relating to the contract or services.

    • Technical Ability (12 pts)

      1. Ability and plan to operate service as per Scope of Services.

      2. Drug Free Workplace Policy meets all requirements for the pre-employment, post-accident, probable cause and random testing to safety sensitive employees;

      3. Driver qualifications, including a driver training program;

      4. Safety Plan meets requirements of Chapter 14-90 of the Florida Administrative Code (F.A.C.), Chapter 427, Florida Statutes, Rule 41-2 F.A.C.;

      5. Accident/incident procedures;

      6. Radio communications and procedures; and,

      7. Procedures for maintaining daily operations log.

    • Facilities (12 pts)

      1. Adequate capacity to administer, operate and store vehicles as proposed;

      2. Availability of space for duration of Contract; and,

      3. The Contractor’s operating base is located within the proposed Volusia County service area.

       

    • Vehicles (12 pts)

      1. Vehicle Maintenance Plan;

      2. Accessible vehicles meet ADA Requirements;

      3. Availability, capacity and age of proposed fleet as shown on the Vehicle Inventory; and,

      4. Vehicle replacement schedule and proof of "financing available" for purchase of new vehicles, if proposed.

    • Price (10 pts)

      Prices as indicated by the Contractor in Exhibit B - Fee Schedule.

    Submission Requirements

    • Acknowledgements
    • Acknowledgment (required)

      By checking yes, the Respondent acknowledges the following:

      • Information provided in the response is true and correct and that the submission of a response is final.
      • The Respondent agrees to all terms and conditions contained in this solicitation and related exhibits, including construction drawings, technical specifications, and permits, if applicable. (By checking yes, vendor agrees to the attached County of Volusia Purchase Order (PO) or Master Agreement (MA) Terms and Conditions, if included with this solicitation.)
      • Respondent further agrees and acknowledges that no proprietary or confidential information has been submitted. By submitting this proposal or entering into this contract, Contractor/Respondent acknowledges that all documents submitted are public records and agrees that any records maintained, generated, received, or kept in connection with, or related to the performance of services or delivery of products provided under this proposal or Contract are public records subject to the public records disclosure requirements of Florida Statutes sec. 119 et seq., and Article I, section 24 of the Florida Constitution.
      • Responses may be withdrawn by the Respondent prior to the closing/offer date. Following the closing date, Respondent understands that a response may not be withdrawn.
    • Scope of Services Acknowledgement (required)

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

    • Document Upload Format Acknowledgement (required)

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

      • Microsoft Word
      • Microsoft Excel
      • Adobe PDF

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

    • Sample Contract/Agreement Receipt. (required)

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

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

      Compliance with Federal Transit Administration Regulations

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

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

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

      The Contractor shall utilize the U.S. Department of Homeland Security’s E-Verify system to verify the employment eligibility of all new employees hired by the Contractor on or after the effective date of this Agreement and thereafter during the remaining term of the Agreement, including Subcontractor. Any subcontract entered into by Contractor with any Subcontractor performing Work under this Contract shall include the following language: “The Subcontractor shall utilize the U.S. Department of Homeland Security’s E-Verify system to verify the employment eligibility of all new employees hired by the Contractor on or after the effective date of this Agreement and thereafter during the remaining term of the Agreement.” The Contractor covenants and agrees that if it is found in violation of this section or the Executive Order, such violation shall be a material breach of this Agreement and Contractor shall indemnify, defend and hold harmless the County from any fines or penalties levied by a government agency, including the loss or repayment of grant funds by the County.

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

       

      Compliance with FEMA 2 CFR 200.318-326 and Appendix II Contract Provisions.

      This Agreement and the products/services provided may be utilized in the event of declared State/Federal Emergency, and Contractor shall comply with the applicable sections of the Federal Contract Provisions attached.

      Please download the attached document, complete, and upload.

    • Registration on SAM.gov (required)

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

    • Insurance Acknowledgement (required)

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

    • Drug-Free Workplace (required)

      By selecting "Yes", Respondent hereby acknowledges it has implemented the requirements of Florida statute 287.087 and is in compliance with the requirements of a drug-free workplace program.

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

      Respondent acknowledges that the name and title of the signatory (the “Authorized Signatory”), as completed below, is authorized to execute contracts/agreements with the County of Volusia, and any affixed electronic or conformed signature of the Authorized Signatory shall be the act of and attributable to the Authorized Signatory and the Respondent. By signing this Agreement electronically, the Authorized Signatory does thereby adopt the electronic or conformed signature as his or her own and designates a copy of same for use as an official record by the County of Volusia.

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

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

    • Conflict of Interest (required)

      The award of this Solicitation is subject to Chapter 112, Florida Statutes. All respondents must disclose with their response the name of any officer, director, or agent who is also an employee of the County of Volusia. Further, all respondents must disclose the name of any County of Volusia employee who owns, directly or indirectly, an interest of the Respondent's/Supplier's firm or any of its subsidiaries associated with this project. I certify that this proposal is made without prior understanding, agreement or connection with any corporation, firm or person submitting a proposal for the same services, and is in all respects fair and without collusion or fraud.

      Respondent shall select 'No' if a conflict of interest as defined in this question does NOT exist. Please select 'Yes' if a conflict of interest as defined in this question DOES exist and shall be further described in the explanation below.

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

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

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

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

    • Revisions, Addenda, Questions & Answers (required)

      All answers to questions of substance will be publicly published using the Question & Answer feature.

      Participants are required to review all revisions and answers to questions published. Revisions within the Solicitation as well as responses posted through the 'Question & Answer' feature are authoritative and shall be considered an addendum to the Solicitation. All information in this Solicitation, including information provided through the 'Question & Answer' feature are incorporated into the Solicitation or any Contract resulting from this Solicitation.

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

    • Sales Tax Exemption Certificate Document

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

    • Sales Tax Exemption Procedures (required)

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

    • Submittal Bond

      A Submittal Bond in the amount of NO VALUE dollars, payable to the County of Volusia, is required for this Solicitation. The Submittal bond can be in the form of a bond, cashier’s check or irrevocable letter of credit (ILOC). The bond shall be issued by an agency authorized to do business in the State of Florida and with a rating of "A" or higher as listed in the A.M. Best & Company latest published rating guide. The County provided form shall be used if the bond is issued. The bond, cashier’s check or ILOC shall not expire until the Agreement is awarded and shall guarantee that

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

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

    • By checking yes, the Respondent agrees to comply with the submittal bond requirements as described in this section above. (required)
    • Submittal Bond Form (required)

      Please download the below documents, complete, and upload.

    • Payment and Performance Bonds

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

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

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

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

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

    • Liquidated Damages
    • Liquidated Damages (required)

      By checking yes, the vendor acknowledges and agrees to the stated liquidated damages: NO VALUE

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

      Public Entity Crimes - Pursuant to Section 287.133(12)(a) of the Florida Statutes, a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Submittal Package (Bid Response) on a contract to provide any goods or services to a public entity, may not submit a bond on a contract with a public entity for the construction or repair of a public building or public work, may not submit Submittal Package (Bid Response) on leases of real property to a public entity may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 for Category Two ($25,000) for a period of 36 months from the date of being placed on the convicted vendor list. Respondent should read carefully all provisions of 287.133 and 287.134, Florida Statutes (2005).

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

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

      By selecting 'Yes' below, the Respondent certifies to the best of its knowledge and belief, that the firm and any subcontractor/supplier in accordance with a response to this solicitation:

      • are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency
      • have not within a three-year period preceding this bid proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property.
      • are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in the previous paragraph of this certification.
      • have not within a three (3) year period preceding this bid proposal had one or more public transactions (Federal, State, or local) terminated for cause or default.
    • Enter explanation of the 'No' response to the Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion. (required)
    • Scrutinized Companies Certification

      Per State of Florida Statute s. 287.135(5) Suppliers (companies) must acknowledge and agree to the 'Certification Regarding Prohibition Against Contracting with Scrutinized Companies' paragraph listed below. Respondents shall agree by marking the option below. Respondents neglecting to respond may be disqualified from consideration of award and deemed non-responsive.

      I hereby certify that neither the responding entity, nor any of its wholly owned subsidiaries, majority-owned subsidiaries, parent companies, or affiliates of such entities or business associations, that exists for the purpose of making profit have been placed on the Scrutinized Companies That Boycott Israel List created pursuant to s. 215.4725 of the Florida Statutes, or are engaged in a boycott of Israel.

      In addition, if this Solicitation is for a contract for goods or services where the total contract value is one million dollars ($1,000,000) or more, I hereby certify that neither the responding entity, nor any of its wholly owned subsidiaries, majority- owned subsidiaries, parent companies, or affiliates of such entities or business associations, that exists for the purpose of making profit are on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to s. 215.473 of the Florida Statutes, or are engaged in business operations in Cuba or Syria as defined in said statute.

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

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

      Please download the below documents, complete, and upload.

    • Memorandum of Authority

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

    • Acknowledgement of Pricing Submission. (required)

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

    • W-9 (required)

      Please attach current W-9 Form.

    • Proof of Insurance (required)

      Please provide Proof of Insurance - evidence of required insurance coverage or proof of insurability in the amounts indicated. If available, a properly completed ACORD Form is preferable. Upon award, final forms must contain the correct solicitation and/or project number and Volusia County contact person.

      Firms that have owner/operators that have filed a "Notice of Election to be Exempt" shall submit a copy with the response.

    • Hold Harmless Agreement

      Please download the below document, complete, and upload.

      Only upload if applicable in accordance with Florida Law.

    • Technology System Design and Installation Guidelines (required)

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

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

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

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

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

      Certification Affidavit by Prime Contractor as Local Business

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

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

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

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

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

    • Certification Affidavit of Subcontractor as Local Business (required)

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

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

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

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

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

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

       

    • Prohibition Against Contingent Fees (required)

      Respondent shall properly complete, notarize and upload the attached disclosure statement certifying that he or she has not employed or retained any company or person, other than a bona fide employee working solely for the respondent to solicit or secure this contract and that he or she has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for the respondent any fee, commission, percentage, gift, or other consideration contingent upon or resulting from award or making of this contract.

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

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

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

    • Truth-in-Negotiation Certification (required)

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

    • Upload Excel Prime/Sub Contractor Form (required)

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

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

    • Construction Bid Price Sheet (required)

      Please download Bid Price Sheet, complete and upload. 

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

      Please provide your delivery and/or availability timeframe:

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

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

    • Payment Terms (required)

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

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

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

    • Price Redetermination - Fuel (required)

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

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

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

      Complete percentage amount below:

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

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

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

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

      Complete percentage amount below:

    • Price Redetermination - Materials (required)

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

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

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

      Complete percentage amount below:

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

      Submittal Letter signed by an authorized agent of the firm.

      A brief profile of the firm, including: 

      1. A brief history of the business;
      2. Organizational structure of business;
      3. Designation of the legal entity by which the business operates (i.e., sole proprietorship, partnership, limited liability partnership, corporation, limited liability corporation, etc.) including documentation from the appropriate state’s agency confirming firm’s legal entity type.  For non-Florida businesses, submit documentation from the state in which the business was formed and documentation from the State of Florida providing authorization to perform business in the state of Florida;
      4. A Florida Department of State, Division of Corporations’ Sunbiz report available at www.sunbiz.org; If firm is not currently registered to do business within the State of Florida (Sunbiz), proof of registration shall be submitted prior to award.
      5. Ownership interests;
      6. Active business venues - geographic location where you firm is currently conducting business (counties, states, etc.);
      7. Present status and projected direction of business;
    • Qualification and Experience (required)

      Please upload the following information about your:

      1. Experience in passenger transport business; 
      2. Related experience in contracted paratransit service, particularly with government entities, serving ambulatory, and wheelchairs;
      3. Experience and qualifications of the Project Manager and the staffing plan;
      4. Stability and experience of Contractor’s management/ownership;
      5. Knowledge of the county-wide service area and familiarity with local operating conditions; and,
      6. Past performance; evidence of cooperation and conformance to Contract requirements with past and current customers shall be an integral part of the evaluation. 

    • References (required)

      Please download the below documents, complete, and upload.

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

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

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

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

    • Project Approach and Understanding (required)

      Please upload the following information about your:

      Approach and understanding of the scope of service demonstrated by completeness of submitted responses, verification of information provided and all requested documentation.

       

    • Financial Stability and Litigation (required)

      Please provide a written narrative summarizing the Respondent’s current financial status. This summary should include a statement of solvency and information about access to necessary working capital or lines of credit to perform the scope of work.

      1.  Review of the Contractor’s condition based on credible financial information provided;

      2. Ability to operate, service, and maintain vehicles and cash flow; and,

      3. Previous and existing compliance by the firm with laws and ordinance relating to the contract or services.

      4. Respondent shall also list any lawsuits in which their team (firm & sub consultants) has been involved in relative to company contracts or other company business over the last five (5) years. The respondent shall also list any work their team failed to complete in accordance with any contract in the last five (5) years and describe details regarding the non-performance, including listing any officer or partner of their team who in the last five (5) years failed to complete a contract handled in his/her name.

       

    • Technical Ability (required)

      Please upload the following information about your:

      1. Ability and plan to operate the services on the days and during the hours specified in the scope of work;

      2. Drug Free Workplace Policy meets all requirements for the pre-employment, post-accident, probable cause and random testing to safety sensitive employees;

      3. Driver qualifications, including a driver training program;

      4. Safety Plan meets requirements of Chapter 14-90 of the Florida Administrative Code (F.A.C.), Chapter 427, Florida Statutes, Rule 41-2 F.A.C.;

      5. Accident/incident procedures;

      6. Radio communications and procedures; and,

      7. Procedures for maintaining daily operations log.

    • Facilities (required)

      Please upload information about your:

      1. Adequate capacity to administer, operate and store vehicles as proposed;

      2. Availability of space for duration of Contract; and,

      3. The Contractor’s operating base is located within the proposed Volusia County service area.

    • Vehicles (required)

      Please upload information about your:

      1. Vehicle Maintenance Plan;

      2. Accessible vehicles meet ADA Requirements;

      3. Availability, capacity and age of proposed fleet as shown on the Vehicle Inventory; and,

      4. Vehicle replacement schedule and proof of "financing available" for purchase of new vehicles, if proposed.

      5.  Upload a vehicle inventory list.  The list shall show your current vehicles with descriptions and any future purchases.  Descriptions of vehicles shall include vehicle requirements listed in this solicitation.  

    • Upload Federal Transit Administration Third Party Contract Clauses (required)

      Review and complete the FTA clauses (Exhibit F) and upload.

    • Fee Schedule (required)

      Please upload a completed Exhibit B--Fee Schedule.  

      The Contractor is required to collect all fares at the time of service.  Customers without payment will not be transported.  All checks and tokens will be turned into the County.  The Contractor will keep cash fares and deduct that from the invoice.

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

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

    • Subcontractor-or-Subconsultant (required)

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

    • Does CCNA apply? (required)

      Only Include for CCNA] Although each member independently examines the proposals prior to the meeting, the short-listing or selection of the firms is determined by the consensus of the committee at the meeting.

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

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

      OR

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

       

      Enter N/A if this does not apply. 

    • Specify materials (required)

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

      EXAMPLE: Aluminum sheet and strip – PCU331315331315A

      Your response will populate the bold wording below:

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

       

      Enter N/A if this does not apply. 

    • Valid through date (required)

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

      February 14, 2023

       

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

    • Extension date (required)

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

      February 14, 2023

       

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

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

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

      Examples:

      one (1) year

      two (2) year

      three (3) year

      until project completion

    • Contract renewals (required)

      Fill in the blank with length of the appropriate renewals.

      Examples:

      one (1) subsequent one (1) year renewal

      two (2) subsequent one (1) year renewals

      three (3) subsequent one (1) year renewals

      four (4) subsequent one (1) year renewals

      No renewals

    • County termination days (required)

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

      Please type in the following format :

      thirty (30) days sixty (60) days

    • Contractor termination days (required)

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

      EXAMPLE:

      ninety (90) days

      one hundred twenty (120) days

      one hundred eighty (180) days

      For Reference your answer will populate the bold items:

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

       

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

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

      Is a submittal bond required for this project?

    • Amount of submittal bond (required)

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

      EXAMPLE:

      $5,000

      $10,000

      $15,000

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

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

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

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

      EXAMPLE:

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

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

      For Reference your answer will populate the boldwording below:

      Enter N/A if this does not apply. 

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

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

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

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

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

      All subcontractors & independent contractors utilized by Contractor to provide services to County and its employees under this Agreement/Contract shall be required to maintain all insurance policies with the same terms, conditions, and requirements required of the Contractor in the Required Types and Limits of Insurance Chart and described below in this Exhibit

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

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

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

    • Commercial General Liability Policy (required)

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

    • Is Garage Liability insurance required? (required)

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

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

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

    • Is Motor Vehicle Liability required? (required)

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

    • Is Cyber Insurance Required? (required)

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

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

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

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

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

    • Is Marine/Vessel Pollution required? (required)

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

    • Is Aerial Applicator Aviation Insurance required? (required)

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

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

      Licenses and/or Certifications

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

    Questions & Answers

    Q (Questions):

    A: Is it better to submit questions now or to submit my questions at the pre-bid meeting. Questions may be submitted at anytime up to the Question Submission Deadline (March 24, 2026, 11:59pm). It is best to submit question as soon as possible to allow time to respond to the question and allow time for follow up questions.


    Q (No subject): Exibit A subsection B Service rates states:The Contractor shall be paid rates as specified on Exhibit B – Fee Schedule. The Attached Fee Schedule has continued the process of the sub contractor submits their own rates for No Show / Cancelled at the Door. Exibit A subsection Q 3 states: B states: If the customer cannot be located, it will be considered a no-show and communicated through the onboard tablet. No-shows resulting from a VoAccess error may be billed to VoAccess. Passengers who cancel at the door may be billed to Votran at a rate of $10.00. VoAccess staff will make every effort to remove persons who chronically no-show from the system. Which one is it? Contractor submits No-Show/ Cancel at the door rates on Exibit B Fee Schedule or County chooses rate of $10 per NS/ Cancel at door?

    A: Proposer will submit their own "competitive" rate. Disregard the language in the document related to the $10 rate.


    Q (No subject): Under Scope of services subsection O 2 Vehicles ADA accessible vehicles shall not be older than fifteen (15) years and / shall not have mileage in excess of 350,000 miles. Will the county consider moving the mileage to 375,000 as newer more economical vehicles and engines are lasting well over this threshold? Keeping in mind that service vehicles will still have to pass semi annual Votran inspections?

    A: The County does not want to extend the mileage to 375,000.


    Q (No subject): Under Scope of Services subsection O Vehicles 2 states: Vehicles shall be equipped with at least one (1) front-facing wheelchair securement stations that meet ADA requirements, a two-way communications systems, company name with vehicle number are required to be posted on the exterior of the vehicle. Additionally, a removable graphic must be affixed to both sides of the vehicle whenever it is operating for VoAccess service that says “PROVIDING SERVICE FOR VoAccess What are the design specifications for removable graphic sign? Does the Votran provide sign or contractor?

    A: The County will provide the sign(s).


    Q (No subject): Exibit A Scpoe of Services subsection V. INCENTIVES / DISINCENTIVES 1 states: Exceeding the quarterly vehicle inspection standard – vehicle passes inspection the first time - $25.00 for each vehicle that passes inspection the first time. Should this incentive be changed to reflect semi annaul vehicle inspections not quarterly?

    A: The vehicles are inspected twice a year, but the incentive/disincentive will be paid during the quarter that the inspection happened in.


    Q (TNCs): Across the country, many transit agencies are incorporating Transportation Network Companies (TNCs) into their provider networks to serve pre-scheduled ADA paratransit trips under the taxicab exception, which allows TNC integration if riders opt in and retain a choice of provider at the time of booking. Votran is well positioned to support this model, as the agency has already implemented a mobility solution that enables an opt-in process, and this procurement is structured as a multi-award opportunity, allowing riders to choose among available providers when scheduling a trip. Including TNCs as eligible providers in this procurement could create several meaningful benefits for both Votran and riders, including: -Lower per-trip costs, allowing more trips to be delivered within the available budget -Leveraging an existing and scalable local driver network -Providing riders with greater choice, which can help reduce wait times and improve the overall rider experience -Encouraging competition among providers while maintaining service quality With this in mind, would Votran consider allowing TNCs to participate in this procurement, provided the proposed service model remains fully compliant with the taxicab exception requirements?

    A: While we value the use of TNC’s this procurement has specific requirements for type of vehicle, inspection requirements, reporting requirements and background and drug testing requirements. There will be limited trips assigned to contractors that are awarded this contract thus incorporating a TNC provider may inadvertently reduce the number of trips that are provided to the contractors that meet all the requirements and put the efforts into compliance.


    Q (Insurnce):

    A: Is the insurance requirements correct as published. Exhibit C -- 26-SQ-23AK Required Types and Limits of Insurance has been revised. Please use Exhibit C--Revised Required Types and Limits of Insurance 26-SQ-23AK


    Q (How Many Vendors):

    A: How many vendors will be selected? No more than two


    Q (Inspections):

    A: How often are the vehicle inspections? Twice a year


    Q (Data about payment):

    A: Do you have any data about how the payments are made by the riders? How many trips are paid by cash, token, etc.? Data provided for trips conducted so far in the Month of March, 2026: 7770 trips: Fare paid as follows: Paid Round trip, no fare type picked 12% of trips- 974 total Employee Free, Sunrail Free- less than 1% -42 total Credit/Debit Card, 4%-215 total Check less than 1% -56 including paid round trip check. W Cash, and Cash Paid Round Trip- 44%- 3398 total Token and Token Paid Round Trip-33%- 2562 Total Wallet- 4%- 511 total This information is not a guarantee of future business.


    Key dates

    1. February 26, 2026Published
    2. April 7, 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.