Clay County Board of County Commissioners is requesting quotes from qualified Contractors for approximately two hundred feet (200') of cured-in-place pipe lining for Springhaven Road, Orange Park, Fl 32065.
- Scope of Work —
Clay County Board of County Commissioners is requesting quotes from qualified Contractors for the cured-in-place pipe lining for Springhaven Road, Orange Park, Fl 32065.
This project involves repairing and rehabilitating approximately two hundred feet (200') of existing twenty-four inch (24") corrugated metal pipe (CMP) located between 5109 Springhaven Rd and 5132 Springhaven Rd, which runs beneath Springhaven road itself which one of two ingress and egresses for the Lakeside Estates Unit 7 Subdivision. The selected method, Cured-In-Place Pipe (CIPP) lining, will restore structural integrity, improve hydraulic performance, and extend the service life of the storm drain without requiring open-cut excavation.
- Grant Funded —
This Project is being supported, in whole or in part, by Agreement No. 2024/2025-75 between Clay County and the Federal Emergency Management Agency (FEMA)
Hurricane Debby caused significant damage throughout Clay County, impacting public infrastructure and essential community facilities. Through this FEMA Public Assistance grant agreement, administered by the Florida Division of Emergency Management, the Clay County Board of County Commissioners will receive federal funding to support disaster response, recovery, and eligible mitigation efforts. This funding will assist the County in restoring damaged public facilities and infrastructure to their pre-disaster condition in accordance with applicable federal and state requirements.
The awarded Contractor must comply with all Federal laws, rules, regulations, and executive orders applicable to the receipt of funding from the Grant and will be subject to the provisions of the Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards (2 CFR part 200) (the Uniform Guidance), including the cost principles and restrictions on general provisions for selected items of cost.
- Contractor and Subcontractor Requirements —
1. The Contractor shall be licensed to perform all work listed in the Scope of Work provided.
2. Contractor shall obtain all permits to complete the project in accordance with the contract documents.
3. All work will be performed in accordance with the most applicable state and local regulations.
4. The Contractor shall own or have full access to the appropriate personnel and equipment to complete the project requested.
5. The County reserves the right to approve all subcontractors for this contract. If subcontractors are to be utilized, the subcontractors must possess an active and valid license issued by the Florida Department of Business and Professional Regulation in the appropriate category. Subcontractors may be added during the contract period only with PRIOR WRITTEN PERMISSION from the County, and only for reasonable cause, as judged by the County. Responsibility for the performance of the contract remains with the main Contractor exclusively.
6. The Contractor and subcontractors may be requested to provide a list of equipment with identification (i.e. serial #, VIN, etc.), personnel with their position (e.g. foreman, laborer, etc.), and percentage of work performed.
7. Contractors must have been in business for a minimum of 5 years doing similar work.
- Site Inspections —
It is incumbent upon all Bidders to examine the site and insure that they are aware of all conditions that may affect the contract work. The County will not be responsible for conclusions made by the Contractor. No claims for additional compensation will be considered on behalf of any Contractor, subcontractor, materials suppliers or others on account of that person’s failure to be fully informed of all requirements of all parts of this Request For Quotes.
- Work Hours —
Workdays and hours – Normal work hours of Monday through Friday, 7:30 a.m. to 5:00 p.m. unless approved by the County Project Manager or designee.
Any work performed outside of the normal County business hours will require prior County approval and payment to the County for all expenses incurred by the County may be required.
- Permit & Fees —
The Contractor shall comply with all applicable State and local laws, ordinances, codes, and regulations. The Contractor is required to familiarize themselves with all permits required that pertain to the Scope of Work specified in this Request For Quotes. If a County permit is required, this project is not exempt from permit fees and permit fees must be paid to the County Building Department by the Contractor.
For questions about Clay County permitting please contact:
Clay County Building Department
Phone: (904) 269-6307
Email: permits@claycountygov.com
Website: https://www.claycountygov.com/government/building
All applicable permits, fees, licenses, and final County and municipality inspections are the responsibility of and will be paid for by the Contractor as specified in the plans.
All other permits, assessments, fees, bonds, and other charges as necessary to perform and complete the work of the awarded Contract are the responsibility of and will be paid for by the Contractor, including any related inspection fees. Utility service connection fees and required utility service fees, if any, will be paid for and coordinated by the Contractor. Utility service connection, if any shall be coordinated by the Contractor. Utility service connection fees shall be paid for by the County.
- Clean up & Restoration of Site —
Contractor shall remove all debris from site and dispose of the debris appropriately and the Contractors expense.
Contractor shall maintain work site in a safe manner, and daily clear construction debris.
- Workmanship —
Where not more specifically described in this document, workmanship shall conform to all of the methods and operations of best standards and accepted practices of the trade or trades involved, and shall include all items of fabrication, construction or installation regularly furnished or required for completion of the services.
- Damage to Public or Private Property —
The Contractor is responsible for anything damaged due to the direct result of installation or construction. Remove all debris from site and dispose of appropriately at Contractor expense. If property (public or private) is damaged while Contractor is performing work specified or is removed for the convenience of the work, it shall be repaired or replaced at the expense of the Contractor in a manner acceptable to the County prior to the final acceptance of the work. Contractor will be responsible for applying and securing any permits that may be required to complete such repairs.
Contractor must provide protection necessary to prevent damage to property being repaired or replaced.
If the work site has any pre-existing damage, the Contractor shall notify the County Project Manager in writing. Failure to do so shall obligate the Contractor to make repairs per the above section. Any damage to property (public or private) caused by the action of the Contractor shall be repaired or replaced at the expense of the Contractor to the satisfaction of the County. Failure to restore said property within five (5) working days following notification will result in a deduction from the final payment invoice. All damages which occur as a result of the Contractor's application of materials shall be remedied by the Contractor at no additional cost to the County. Repairs made as a result of damage must be guaranteed for a period of thirty (30) days. Should the replacement be damaged within the thirty (30) day period, the Contractor shall replace the materials continually until the area is re-established.
Should the County have any expenses incurred due to the Contractor not restoring the property/damage within said time, any appropriate labor, material, and/or equipment use or rental to restore damaged property to its original condition will be deducted from the final Invoice prior to a payment being made.
- Compliance with Occupation Safety and Health Act —
The Contractor warrants that the product(s) and/or service(s) supplied to Clay County shall conform in all respects to the standards set forth in the Occupational Safety and Health Act (OSHA) of 1970 as amended and the failure to comply will be considered a breach of contract. Clay County shall be held harmless against any unsafe conditions and contractor employee incidents.
Contractor certifies that all material, equipment, services, etc., furnished in this Request For Quotes meets all OSHA requirements for the applicable Sectors. Contractor further certifies that, if the successful Bidder, and the material, equipment, service, etc., delivered or provided is subsequently found to be deficient in any OSHA requirement in effect on date of delivery or service fulfillment date, all costs necessary to bring the material, equipment, service, etc., into compliance with the aforementioned requirements shall be borne by the Bidder. All Personal Protective Equipment used by the Contractor and their employees shall be ANSI certified and meet OSHA standards.
- Unsatisfactory Equipment and/or Services —
The County will discuss all instances of unacceptable equipment and/or services with the awarded Contractor. This shall be immediately rectified by the Contractor at no charge to the County, to include any labor and materials as it may apply.
During this time, the County may suspend service with the Contractor until the problem(s) are corrected or may elect to use another company on an emergency basis. A record of failure to perform or of an unsatisfactory performance may result in supplier debarment.
- Term —
Substantial Completion shall be accomplished within 10 (ten) days from Notice to Proceed.
The Contractor shall achieve Final Completion of the Project no less than thirty (30) calendar days after the delivery of the Punch List by the County to the Contractor.
- Insurance Requirements: —
a. Commercial General Liability
Coverage must be afforded under a Commercial General Liability policy with limits not less than:
- $1,000,000 each occurrence and $2,000,000 aggregate for Bodily Injury, Property Damage, and Personal and Advertising Injury (project specific aggregate may be required for construction projects)
- $1,000,000 each occurrence and $2,000,000 aggregate for Products and Completed Operations
- $50,000 each occurrence for Damage to Rented Premises
- $5,000 Medical Expenses (any one person)
Commercial and General Liability policy must include coverage for contractual liability and independent contractors.
b. Business Automobile Liability
Coverage must be afforded for all Owned, Hired, Scheduled, and Non-Owned vehicles for Bodily Injury and Property Damage in an amount not less than $1,000,000 combined single limit each accident. If the Bidder does not own vehicles, the Bidder shall maintain coverage for Hired and Non-Owned Auto Liability, which may be satisfied by way of endorsement to the Commercial General Liability policy or separate Business Auto Liability policy.
c. Workers’ Compensation and Employer’s Liability
Any person or entity performing work for or on behalf of the County must provide Workers’ Compensation and Employer’s Liability insurance in limits not less than:
● Workers Compensation Statutory limits
● Employers Liability $100,000 Each Accident
$500,000 Disease Policy
$100,000 Disease-Each Employee
Exceptions and exemptions may be allowed by the County Manager, if they are in accordance with Florida Statutes.
The Bidder waives, and the Bidder shall ensure that its insurance carrier waives, all subrogation rights against the County, its employees, agents, boards, and commissions, for all losses or damages. The County requires the policy to be endorsed with WC 00 03 13 Waiver of our Right to Recover from Others or equivalent.
The Bidder must be in compliance with all applicable State and federal workers’ compensation laws, including the U.S. Longshore Harbor Workers’ Act and the Jones Act, if applicable.
For any Bidder who has exempt status as an individual, the County requires proof of Workers’ Compensation insurance coverage for that Bidder’s employees, leased employees, volunteers, and any workers performing work.
d. Property Coverage (Builder’s Risk) – Applies to Construction related Projects
Coverage must be afforded in an amount not less than 100% of the total Project value, including soft costs, with a deductible of no more than $25,000 each claim. Named Windstorm Deductibles, if any, must be disclosed to the County.
Coverage form shall include, but not be limited to:
- All Risk Coverage including Flood and Windstorm with no coinsurance clause
- Waiver of Occupancy Clause Endorsement, which will enable the County to occupy the property/structure under construction/renovation during the activity
- Storage and transport of materials, equipment, supplies of any kind whatsoever to be used on or incidental to the project
- Equipment Breakdown for cold testing of all mechanized, pressurized, or electrical equipment
- LEG2 Coverage or equivalent
For installation of property and/or equipment, Builder’s Risk Installation insurance must be provided to include coverage for materials or equipment stored at the Project site, while in transit, or while stored at a temporary location. Coverage limit must be no less than replacement cost.
The Property Coverage (Builder’s Risk) policy shall insure the interests of the owner, contractor, and subcontractors in the property against all risk of physical loss and damage, and name the County as a loss payee. Additionally, the County shall be named as an Additional Insured for its interest in the property/structure and for any materials purchased directly by the County. This insurance shall remain in effect until the work is completed and the property has been accepted by the County.
e. Professional Liability and/or Errors and Omissions – Applies to Projects involving Professional Services
Coverage must be afforded for Wrongful Acts in an amount not less than $1,000,000 each claim and $1,000,000 aggregate.
Insurance must be kept in force until the third anniversary of the expiration or termination of any Contract that may be entered into between the parties.
f. Umbrella/Excess Insurance
If the Bidder’s primary insurance policy/policies do not meet the minimum requirements, the Bidder may provide an Umbrella/Excess insurance policy to comply with the insurance requirements.
Providing and maintaining adequate insurance coverage is a material obligation of the Bidder. Upon being awarded the Bid and prior to commencement of the Services, the successful Bidder must deliver valid certificates of insurance for the required insurance coverage to the County’s Purchasing Department.
The certificates of insurance for the required coverages, with the exception of Workers’ Compensation, Employer’s Liability, and Professional Liability, shall name “Clay County, a political subdivision of the State of Florida, and The Board of County Commissioners, Clay County, Florida, its employees, agents, boards and commissions, as their interests may appear” as “Additional Insureds”. The coverage shall contain no special limitation on the scope of protection afforded to the County, its employees, agents, officials, boards, and commissions. The certificates of insurance shall indicate if coverage is provided under a claims-made or occurrence form. If any coverage is provided on a claimsmade form, the certificates of insurance will show a retroactive date, which should be the same date of the initial Contract or prior. The Contract number, Bid number, event dates, or other identifying reference must be listed on the certificates of insurance.
The Certificate Holder on the certificates of insurance should read as follows: “Clay County Board of County Commissioners, P.O. Box 1366, Green Cove Springs, FL 32043” or as otherwise designated by the County’s Purchasing Department.
The certificates of insurance shall be provided to the County with a thirty (30) day notice of cancellation; ten (10) days’ notice if cancellation is for nonpayment of premium. In the event that the insurer is unable to accommodate the cancellation notice requirement, it shall be the responsibility of the Bidder to provide the proper notice. Such notification will be in writing by registered mail, return receipt requested, and addressed to the Certificate Holder. In the event the Contract term goes beyond the expiration date of any insurance policy, the Bidder shall provide the County’s Purchasing Department with an updated certificate of insurance no later than ten (10) days prior to the expiration of the insurance currently in effect. The County reserves the right to suspend the Contract until this requirement is met. If any required insurance coverage is canceled, terminated, or revoked, the Bidder agrees to immediately suspend its operations until replacement insurance is obtained and verified.
Any exclusions or provisions in the insurance maintained by the Bidder that excludes coverage for work or services contemplated under the Bid shall be deemed unacceptable, a material violation of the County’s Bidding requirements, and shall be considered a breach of any Contract entered into after a Bid Award.
It is the successful Bidder’s responsibility to ensure that all independent and subcontractors comply with the insurance requirements. All coverages for independent and subcontractors shall be subject to all of the requirements stated herein. Any and all deficiencies are the responsibility of the Bidder.
The County Manager may modify the insurance requirements for particular projects and/or Services.
- Additional Services —
If the County and/or awarded Contractor identifies any additional services to be provided by Contractor that are not covered under the Agreement but are beneficial to the County, such additional services shall be mutually negotiated between the County and the Contractor.
- Response Acknowledgement (required) —
I acknowledge the following:
I will respond to this solicitation in the manner that is being requested of me.
I am not to embed any documents within the questionnaire, as they may not be accessed / reviewed / evaluated.
When a document is required to be uploaded, it must be in PDF format and unlocked.
- Litigation, Investigations, and Disputes Disclosure (A) (required) —
Has Bidder (including any parent company, subsidiaries, affiliates, officers, directors, or key personnel) been involved in any litigation, arbitration, or administrative proceedings (past or pending) related to its business operations within the past ten (10) years?
If Yes, please provide a detailed explanation, including:
Case caption and number
Jurisdiction (court or administrative body)
Brief description of the nature of the dispute
Status or outcome (e.g., pending, settled, dismissed, judgment entered)
- Copies of legal documentation substantiating the information provided above
Important: Failure to fully disclose any relevant information, or any misrepresentation or omission of facts, may result in any remedy deemed to be in the best interest of the County.
- Litigation, Investigations, and Disputes Disclosure (B) —
If Bidder answered 'Yes' to Litigation, Investigations, and Disputes Disclosure (A), please provide a detailed explanation, including:
Case caption and number
Jurisdiction (court or administrative body)
Brief description of the nature of the dispute
Status or outcome (e.g., pending, settled, dismissed, judgment entered)
- Copies of legal documentation substantiating the information provided above
Important: Failure to fully disclose any relevant information, or any misrepresentation or omission of facts, may result in any remedy deemed to be in the best interest of the County.
- Legal Name (required) —
Please enter your Company's Legal Name.
- Approved Designated Signee (required) —
Please provide the full name, title, and email address of the authorized signee for your company.
- Company Primary Contact (required) —
Please provide the following details for your Company's primary contact person:
- Organization Primary Contact Name:
(First and Last Name) - Organization Primary Contact Role:
(Position or Title within the Organization) - Organization Primary Contact Phone Number:
(Include Area Code) - Organization Primary Contact Email Address:
(Please provide a valid and frequently monitored email address)
- Company Remittance Address (required) —
Please provide your Company's remittance address.
The Address should include:
Street Address: This should include the building number, street name, and, if applicable, suite number.
City, State, and ZIP Code: The city and state should be fully spelled out (unless state abbreviations are standard), followed by the ZIP Code.
Example of a Complete Address:
John Doe
1234 Elm Street, Apt 5B
Springfield, IL 62704
- W-9 (required) —
Please download the W-9 below, complete, and upload.
- EFT Authorization Form —
Please download the below documents, complete, and upload.
- SunBiz Verification (required) —
Please enter your EIN number below.
- E-Verify (required) —
Please enter your Company's legal name.
- E-Verify (required) —
Please download the below documents, complete, and upload.
- Conflict of Interest Disclosure: (required) —
County Employee: Please mark yes or no if you work for Clay County as an employee.
- Conflict of Interest Disclosure: (required) —
An outside personal economic relationship which affords present or future financial benefits to an employee, his family or to individuals with whom he has business or financial ties may be considered a conflict of interest requiring evaluation by the County Manager.
This certifies that neither my family nor myself are employees of the County and will benefit financially by doing business with Clay County.
- Conflict of Interest Disclosure: (required) —
Please identify yourself, family member or other conflict of interest.
Please enter N/A if this does not apply.
- Certificate of Insurance (required) —
Provide certificate(s) of insurance.
Failure to provide proof of insurance may result in a Bidder being deemed non-responsive and therefore removed from consideration.
Please upload Insurance document(s) here.
- Workers' Compensation Exemption (A) (required) —
Is Bidder currently exempt from carrying Workers’ Compensation insurance?
If Yes, Bidder must provide a valid Certificate of Election to be Exempt issued by the Florida Division of Workers’ Compensation.
- Workers' Compensation Exemption (B) —
If Bidder Answered 'Yes' to Workers' Compensation Exemption (A), please upload a valid Certificate of Election to be Exempt issued by the Florida Division of Workers’ Compensation here.
- Section 287.05701, Florida Statutes - Prohibition against considering social, political, or ideological interests in government contracting (required) —
Bidders are hereby notified of the provision of section 287.05701, Florida Statutes, as amended, that the Clay County Board of County Commissioners will not request documentation of or consider a Bidder's social, political, or ideological interests when determining if the Bidder is a responsible Bidder.
The Bidder acknowledges they were notified of the provisions in section 287.05701, Florida Statutes.
- Term Acknowledgement (required) —
The Bidder acknowledges that they have thoroughly reviewed the term outlined in the Scope of Work.
- Grant Agreement Terms and Conditions (required) —
The Bidder acknowledges that they have thoroughly reviewed Contract No. _________, between Clay County and _______________ and agrees that the Bidder and its Sub-Contractors shall comply with all terms and conditions listed in the Agreement in addition to all federal, state, and local laws and regulations applicable to this RFB.
- Site Acknowledgement (required) —
I acknowledge that I, the Contractor, have been provided an opportunity by the County to visit the site or have been informed that the site is open to the public, to insure that I am aware of all conditions that may affect the Contract work thereon and therein.
I acknowledge that the County will not be responsible for conclusions made by the Contractor.
I acknowledge no claims for additional compensation will be considered on behalf of any Contractor, Sub-Contractor, materials suppliers or others on account of that person’s failure to be fully informed of all requirements of all parts of this bid.
- Material Lead Time (required) —
Are there any long lead times associated with obtaining the materials required to perform the work outlined in this informal quote?
- Material Lead Time (required) —
If yes, please provide a detail summary of the the lead times for the materials required to fulfill the work outlined in this Informal Quote.
If no, please state that there are no lead times for the materials required to fulfill the work outlined in this Informal Quote.
- License / Certification List (required) —
Please list all current licenses and certifications held in the format listed below:
License Name:
License #:
Issuing Agency:
Expiration Date:
- License / Certification List (required) —
Please upload a copy of each current license or certification provided in the response above.
- Warranty Form (required) —
Please upload a sample or draft of your Warranty.
The Warranty must cover both labor and parts for a minimum of ____ years.
- Buy American (required) —
A. Buy American Preference
(i) Purpose. The Board wishes to support the Buy American Act of 1933, as set forth in 41 U.S.C. Chapter 83, and the Presidential Executive Orders reiterating the intent to use the Buy American Act to the greatest extent permitted by law by providing a preference for the use of American-made Goods when County funds are expended. A domestic preference for Goods that are manufactured, assembled or produced in the United States encourages the selection and utilization of American-made Goods which in turn promotes the local and regional economy, as well as strengthens state and national economic interests. Further, a domestic preference promotes security, good government and the general convenience of the County’s citizens.
B. Applicability
A Buy American Preference shall apply when fifty-one percent (51%) of the components of the final Good manufactured, assembled or produced to be sold to the County is made in the United States and an affidavit supporting the assertion that fifty-one percent (51%) of the components of the Good is American manufactured, assembled or produced, along with supporting documentation, is submitted with the Bid or written Quote.
The Purchasing Director shall resolve any issues relating to the applicability of the Buy American Preference, and that decision on the applicability of whether a Buy American Preference applies shall not be disputed nor protested.
By selecting "Yes", the Bidder affirms that they qualify for a Buy American Preference as defined below and in the Clay County Purchasing Policy, Chapter 5, Purchasing Rules.
By selecting "No" he Bidder affirms that they do not qualify for a Buy American Preference as defined below and in the Clay County Purchasing Policy, Chapter 5, Purchasing Rules.
- Buy American —
If you selected "Yes" in the question above, please download the below documents, complete, and upload.
- Scrutinized Companies Certification (required) —
Please download the below documents, complete, and upload.
- Davis Bacon Wage Rates —
Please download the below documents and acknowledge receipt on the next question.
- Davis Bacon (required) —
I have read and acknowledge the document(s) attached above for the Davis Bacon Wage Rates.
- Certification Regarding Debarment Suspension, Ineligibly (required) —
Please download the below documents, complete, and upload.
- Byrd Anti-Lobbying Compliance and Certification Regarding Lobbying (required) —
Please download the below documents, complete, and upload.
- Compliance with ARPA Federal Guidelines (required) —
Please download the below documents, complete, and upload.
- Conflict of Interest Disclosure Form (required) —
Please download the below documents, complete, and upload.
- Section 3 - Information and Instructions for Contractors & Subcontractors (required) —
A Section 3 “Right to Match” preference shall be afforded to enhance the opportunities and ensure that employment and other economic opportunities generated by certain HUD Housing and/or Community Development Assistance funding shall, to the greatest extent feasible, and consistent with existing Federal, State, and local law and regulations, be directed to low- and very-low income persons and to business concerns which provide economic opportunities to low- and very-low income persons of local businesses to receive awards of Clay County contracts.
A “Section 3 Business” is defined as a business that provides evidence of their Section 3 certification at the time the bid is offered to the County; evidence shall not be provided after the bid closing time.
When a qualified and responsive, non-Section 3 business submits the lowest price bid, and the bid submitted by one or more qualified and responsive Section 3 Business is within ten percent (10%) of the price submitted by the non-Section 3 business, then the Section 3 Business with the apparent lowest bid offer (i.e. the lowest Section 3 bidder) shall have the opportunity to submit, an offer to match the price(s) offered by the overall lowest, qualified and responsive bidder. In such instances, staff shall first verify if the lowest non-Section 3 bidder and the lowest Section 3 bidder are in fact qualified and responsive bidders. Next, the Purchasing Department shall determine if the lowest bidder meets the requirements of Section 287.087 F.S.
If the lowest Section 3 bidder meets the requirements of 287.087, F.S., the Purchasing Department shall invite the lowest Section 3 bidder to submit a matching offer to the Purchasing Department which shall be submitted within five (5) business days thereafter. If the lowest Section 3 bidder submits an offer that fully matches the lowest bid from the lowest non-Section 3 bidder tendered previously, then award shall be made to the Section3 bidder. If the lowest Section 3 bidder declines or is unable to match the lowest non- Section 3 bid price(s), then award will be made to the lowest overall qualified and responsive bidder. If the lowest Section 3 bidder does not meet the requirement of Section 287.087 F.S. and the lowest non- Section 3 bidder does, award will be made to the bidder that meets the requirements of the reference state law.
Bidder must complete and submit with their bid response the Affidavit and Certification for Claiming Status as a Section 3 Business which is included as part of this solicitation and their current Section 3 certification.
Failure on the part of a Bidder to submit this Affidavit with their bid response will preclude said Bidder from being considered for Section 3 preference on this solicitation.
A Bidder who misrepresents the Section 3 Preference status of its firm in a bid submitted to the County will lose the privilege to claim Section 3 Preference status for a period of up to one (1) year.
If necessary, the contracting agency may conduct discussions with qualified and responsive bidders determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of, and verify qualifications and responsiveness to solicitation requirements.
This project is subject to the provisions of Section 3 of the Housing and Urban Development Act of 1968 (12 U.S.C. 1701u). The purpose of Section 3 is to ensure that employment and other economic opportunities generated by certain HUD Housing and/or Community Development Assistance shall, to the greatest extent feasible, and consistent with existing Federal, State, and local law and regulations, be directed to low- and very-low income persons and to business concerns which provide economic opportunities to low- and very-low income persons
A Section 3 business concerned is defined as follows:
1. That is 51 percent or more owned by Section 3 residents; or
2. Whose permanent, full-time employees include persons, at least 30 percent of whom are currently Section 3 residents, or within three years of the date of first employment with the business concern were Section 3 residents; or
3. That provides evidence of a commitment to subcontract in excess of 25 percent of the dollar award of all subcontracts to be awarded to business concerns that meet the qualifications set forth in section one or two above.
In conformance with Section 3 federal regulations (24 CFR Part 135), Clay County shall direct efforts to award Section 3 covered contracts, to the greatest extent feasible, to Section 3 business concerns in the order of priority listed below:
1. Category 1 businesses: Section 3 business concerns that provide economic opportunities for Section 3 residents in the service area or neighborhood in which the Section 3 covered project is located;
2. Category 2 businesses: Applicants (as this term is defined in 42 U.S.C. 12899) selected to carry out HUD HOUSING AND/OR COMMUNITY DEVELOPMENT ASSISTANCE Youthbuild programs;
3. Category 3 businesses: Other Section 3 business concerns. A business concern seeking to qualify for a Section 3 contracting preference shall certify that the business concern is a Section 3 business concern as described above.
Please download the below documents, complete, and upload.
- CDBG Supplemental Conditions for Construction Contracts (required) —
Please download the below documents, and acknowledge receipt on the question below.
- CDBG Supplemental Conditions for Construction Contracts (required) —
I have read and acknowledge the document(s) for CDBG Supplemental Conditions for Construction Contracts attached above.
- Clay County Community Development Block Program Purchasing Policy (required) —
Please download the below documents, and acknowledge receipt on the question below.
- Clay County Community Development Block Program Purchasing Policy (required) —
I have read and acknowledge the documents(s) (Clay County Community Development Block Program Purchasing Policy)
- FEMA Compliance Required Contract Clauses (required) —
Please download the below documents, complete, and upload.
- Clay County Federal Purchasing Policy (required) —
Please download the below documents and acknowledge receipt on the question below.
- I have read and acknowledge the documents(s) (Clay County Resolution and Federal Policy) (required)
- FDOT Documentation (required) —
Please download the below documents, complete, and upload.
1. Bid Opportunity List for Commodities & Contractual Services
2. Disclosure of Lobbying Activities
3. Non-Collusion Declaration and Compliance with 48 CFR § 29
4. Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion - Lower Tier Covered Transactions for Federal Aid Contracts
- Electronic Pricing Table (required) —
Will you utilize a electronic pricing table for this quote?
Choose yes to populate the electronic pricing table section.
Choose no if you will upload a pricing form in the Vendor Questionnaire
- Lead Times (required) —
Does this informal require materials of any kind?
- Warranty (required) —
Will this RFB require a County Warranty Form?
If YES, the County Warranty Form (2 years) will populate in the attachments section.
If NO, the County Warranty Form (2 years) will not populate in the attachments section.
- Contractor / Supplier Warranty (required) —
Will this RFB require the Contractor / Supplier to provide a copy of a draft Warranty?
If YES, a supplier questionnaire question will populate asking for their draft Warranty. Please adjust this language per your RFB requirements, if necessary (The number of years the Warranty is required to be valid for is blank, you will need to fill this portion in.)
- Is this Project/Service/Good Grant Funded? (required) —
Examples: ARPA, CDBG, FEMA, etc...
IF THIS SOLICITATION IS FEDERALLY FUNDED, PLEASE CHOOSE THE APPLICABLE DOCUMENTS AND SELECT "YES"
- Local Preference (required) —
Will Local Preference be Utilized?
- Buy American (required) —
Will Buy American be utilized?
- Davis Bacon (required) —
Will Davis Bacon Rate Wages be required?
- Threshold (required) —
Is this anticipated to be over $19,999.99 ?
- Continuing Agreement (required) —
Is this for a Continuing Agreement?
Ex. Jum/Kirby
- Continuing Agreement (required) —
If this is a Continuing Agreement, will the project be over 500K ?
- Continuing Agreement (required) —
Make sure that you do not remove the "Performance and Payment Bond" Section listed within the body of the solicitation. Double check that it is there as well. Select "YES" to acknowledge you will verify the Performance and Payment Bond section is present.