Active SLED Opportunity · FLORIDA · COUNTY OF FLAGLER

    Substance Abuse Treatment Services 2026

    Issued by County of Flagler
    countyRFPCounty of FlaglerSol. 253248
    Open · 34d remaining
    DAYS TO CLOSE
    34
    due May 28, 2026
    PUBLISHED
    Apr 20, 2026
    Posting date
    JURISDICTION
    County of
    county
    NAICS CODE
    624190
    AI-classified industry

    AI Summary

    Flagler County seeks proposals from non-profits for substance abuse treatment services funded by the Alcohol and Drug Abuse Trust. Awards range from $10,000 to $35,000 with possible renewal. Evaluation includes qualifications, staffing, work plan, and cost. Proposals due by May 28, 2026.

    Opportunity details

    Solicitation No.
    253248
    Type / RFx
    RFP
    Status
    open
    Level
    county
    Published Date
    April 20, 2026
    Due Date
    May 28, 2026
    NAICS Code
    624190AI guide
    Jurisdiction
    County of Flagler
    State
    Florida
    Agency
    County of Flagler

    Description

    The Flagler County Department of Health and Human Services is requesting proposals for Substance Abuse and Treatment related services.  Funding for services is made available from the Alcohol and Drug Abuse Trust, generated from court fees in accordance with Sections 938.13 and 893.165 of Florida Statutes. Minimum request is for $10,000, up to maximum award of $35,000.

    Funding will be a one-time award, though a subsequent one (1) year renewal may be executed if funds become available. Flagler County seeks proposals from local and regional non-profit organizations with experience providing substance use prevention, substance abuse treatment or related services to the community. Agencies not currently funded by Flagler County Health and Human Services are eligible to apply.

    Background

    In the 2024 Community Health Needs Assessment conducted by the FL Department of Health and other community partners, Substance Abuse and Treatment and related services were designated as a community need. The goal of disseminating the Alcohol and Drug Trust funding is to further enhance services and resources available to support the community and provide additional resources to those facing substance use related issues. The Flagler County Board of County Commissioners will ultimately approve the applicant(s) selected for award. Funding under this grant will be one time, with a grant term of one year, though a subsequent one (1) year renewal may be executed if funds become available.

     

    Project Details

    • Reference ID: 26-RFP-012
    • Department: Health & Human Services
    • Department Head: Joe Hegedus (Director)

    Important Dates

    • Questions Due: 2026-05-04T20:00:00.000Z

    Meetings & Milestones

    EventDateLocation
    Evaluation Committee Meeting2026-06-04T17:00:00.000Z3rd Floor Financial Services Conference Room 1769 East Moody Blvd Bldg. 2 Bunnell, FL 32110 Microsoft Teams meeting Join on your computer, mobile app or room device: https://teams.microsoft.com/meet/29792953833519?p=xehmQM67KyEaCXsH4N Meeting ID: 297 929 538 335 19 Passcode: B4mx9Ag3

    Evaluation Criteria

    • FIRM QUALIFICATIONS & EXPERIENCE (30 pts)

      The overview should establish the ability of the Respondent to satisfactorily perform the scope of services by showing:

        • demonstrated competence in the services to be provided,
        • the nature and relevance of similar work currently being performed or recently completed,
        • a record of meeting schedules and deadlines of other clients,
        • competitive advantages over other firms in the same industry; strength and stability as a business concern, and
      • Describe your firm’s most noteworthy qualifications for providing the required services to the County. Specifically highlight those qualifications that distinguish you from your competitors.
    • STAFFING & PROJECT ORGANIZATION (20 pts)
      • Identify the key personnel from your firm who would be assigned to this Project. Include a brief description of their qualifications, current job functions, proposed roles, and office location(s). Designate a principal of the firm who would be ultimately responsible for the management of the Project, providing day-to-day direction of the required work. Furnish brief resumes (not more than two pages long) for all key personnel.
      • If you propose to utilize sub-contractors in the performance of the services covered under this RFP, please provide information about their organization in accordance with Tab 2.1 above. Also, provide information about the key personnel that your sub-contractors intend to assign to perform the services in accordance with this Section.
      • Provide a simple organization chart that clearly delineates communication and reporting relationships among your project staff and your proposed sub-contractors
    • WORK PLAN & TECHNICAL APPROACH (30 pts)
      • Describe the firm’s approach and the understanding of the County’s objectives and requirements.
      • Demonstrate your ability to meet those requirements.
      • Outline clearly and concisely the plan for accomplishing the specified work.
      • Describe the firm’s approach to how your firm will accomplish the work and satisfy the County’s objectives described in this RFP and Scope of Services. If appropriate, divide the work into segments or tasks to represent milestones for measuring progress.
      • Provide detailed information on how your firm will communicate with the assigned County personnel prior to, during and after the job commencement.
      • Provide a projected timeline/schedule.
    • FEE PROPOSAL (20 pts)

      Scoring for Fee Proposal will be done by Admin Scoring.

      Reward will be based on lowest cost. The lowest cost would be awarded maximum points and from there each cost will be assigned score accordingly to where they rank from lowest to highest.

    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.
      • 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. 

    • 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 vendor 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)

      Compliance with E-Verify Federal Requirements

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

    • Registration on Sam.gov (required)

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

    • Please provide your UEI# (required)
    • Registration on Sunbiz.org (required)
    • Please provide your Sunbiz.org Document Number (required)
    • Please upload your Sunbiz.org certificate. (required)
    • 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".

    • 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 Flagler County, and any affixed electronic or conformed signature of the Authorized Signatory shall be the act of and attributable to the Authorized Signatory. By signing this Agreement electronically, the Authorized Signatory does thereby adopt the electronic or conformed signature as his or her own and designates a copy of same for use as an official record by Flagler County.

      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 Flagler County. Further, all respondents must disclose the name of any Flagler County 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 as indicated above. (required)
    • Do you or any owner(s), principal(s), or officer(s) of your firm currently serve on any Flagler County board(s) or committee(s)? (required)

      Please indicate response.

    • If you indicated YES to Flagler 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.

    • 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.

    • Scrutinized Companies Certification (required)

      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.' *

    • 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.

       

       

    • Revisions, Addenda, Questions & Answers

      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.

    • Addenda/Questions Acknowledgement (required)

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

    • Submittal Bond

      A Submittal Bond in the amount of NO VALUE dollars, payable to Flagler County, 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 change 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 Bid 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

      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.

    • Forms/Documentation
    • Proposal Form (required)

      Please download the attached form, complete, and upload the completed form.

    • Vendor Information and W-9 Form* (required)

      Please download the below documents, complete, and upload.

    • Memorandum of Authority

      If the Authorized Signatory identified in Section 1.7 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. 

    • Drug-Free Workplace (required)

      Please download the below documents, complete, and upload.

    • Affidavit of Non-Collusion and of Non-Interest* (required)

      Please download the below documents, complete, and upload.

    • Hold Harmless Agreement (required)

      Please download the below document, complete, and upload.

      Only upload if applicable in accordance with Florida Law.

    • 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 Flagler Human Trafficking Attestation Form in compliance with Section 787.06(13), Florida Statutes, (2024).

      Download the attached form, complete, and upload completed 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 Flagler 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

    • Financial Statement (required)

      All Respondents shall be prepared to supply a financial statement upon request, preferably a certified audit of the last available fiscal year.

    • Proposal Information

      Proposals shall be clear, concise, indexed by subject and properly submitted per the requirements. Documents shall be uploaded by the Respondent to the appropriate section.

      Failure to provide the required information may result in the proposal not being considered.

    • Submittal Letter (required)

      Provide a general introductory statement and include business name, address and telephone number, name, title, address, telephone number, fax number, and e-mail address of the person who can be contacted during the period of the response evaluation. Letter must be signed by the person authorized to bind company to the terms of this RFP.

    • Qualifications, Related Experience* (required)

      The overview should establish the ability of the Respondent to satisfactorily perform the scope of services by showing:

        • demonstrated competence in the services to be provided,
        • the nature and relevance of similar work currently being performed or recently completed,
        • a record of meeting schedules and deadlines of other clients,
        • competitive advantages over other firms in the same industry; strength and stability as a business concern, and
      • Describe your firm’s most noteworthy qualifications for providing the required services to the County. Specifically highlight those qualifications that distinguish you from your competitors.
      • Disclose any existing or potential conflicts of interest between the scope of work required by the County and your firm’s other business activities.
    • Staffing and Project Organization* (required)
      •  Identify the key personnel from your firm who would be assigned to this Project. Include a brief description of their qualifications, current job functions, proposed roles, and office location(s). Designate a principal of the firm who would be ultimately responsible for the management of the Project, providing day-to-day direction of the required work. Furnish brief resumes (not more than two pages long) for all key personnel.
      • If you propose to utilize sub-contractors in the performance of the services covered under this RFP, please provide information about their organization in accordance with Tab 2.1 above. Also, provide information about the key personnel that your sub-contractors intend to assign to perform the services in accordance with this Section.
      • Provide a simple organization chart that clearly delineates communication and reporting relationships among your project staff and your proposed sub-contractors.

       

    • Project Approach (required)
      • Describe the firm’s approach and the understanding of the County’s objectives and requirements.
      • Demonstrate your ability to meet those requirements.
      • Outline clearly and concisely the plan for accomplishing the specified work.
      • Describe the firm’s approach to how your firm will accomplish the work and satisfy the County’s objectives described in this RFP and Scope of Services. If appropriate, divide the work into segments or tasks to represent milestones for measuring progress.
      • Provide detailed information on how your firm will communicate with the assigned County personnel prior to, during and after the job commencement.
      • Provide a projected timeline/schedule.
    • Pricing Proposal* (required)

      Proposals must include a detailed budget outlining all anticipated costs associated with the provision of services, including:

      • Personnel expenses.
      • Materials and supplies.
      • Facility overhead costs.
      • Indirect costs (if applicable)
      • Match/in-kind contributions
    • Similar Projects and References (required)
      • List Florida public agencies for which your firm has provided similar consulting services.
      • Identify at least three (3) current and three (3) former clients the County may contact as references and who can attest to your expertise to perform the service. Describe the work performed and include the name, job title, address, telephone number and e-mail address of a contact person for each reference.
      • Identify all lost or terminated contracts within the past five (5) years. For each contract, describe the services your firm provided, and state the reason(s) for the end of your working relationship.
    • Procurement Type (required)

      This may seem like a redundant question as you have already selected a template. However, to quickly enter the procurement/solicitation type automatically in multiple areas throughout the document without having to do so manually you need to confirm your procurement/solicitation here.

      The selection you make here should be consistent with the selected template or you will need to start a new project/solicitation using the correct template.

    • Pre-Proposal Meeting (required)

      Is there a Pre-Proposal Meeting for this RFP? And if so, is it Mandatory or Non-Mandatory?

    • Local Preference? (required)

      Does local preference apply to this solicitation/project?

    • Sample Agreement? (required)

      Will this Solicitation have a sample contract/agreement?

    • 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

    • IT Project? (required)

      Is this an IT Project or Software procurement/solicitation?

    • New Material Section? (required)

      Is the "New Material" section in Special Terms and Conditions applicable to this solicitation?

    • Brand Name or Equal? (required)

      Are "Brand Name or Equals" allowed on this project?

    • Submittal Bond? (required)

      Is there a submittal bond required for this project?

    • Amount of Submittal Bond (required)

      What is the submittal bond dollar amount required for this project?

      EXAMPLE:

      $5,000

      $10,000

      $15,000

    • Federal Provisions (required)

      Do Federal Provisions apply to this contract or project?

    • Federal Transit Administration (FTA) Regulations? (required)

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

    • Liquidated Damages? (required)

      Are liquidated damages applicable to this project/contract?

    • 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 bold wording below:

      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 Flagler. This computed sum shall be: Five Thousand Dollars ($5,000.00) per day, including Saturdays and Sundays.

    • Payment and Performance Bond? (required)

      Is a Payment and Performance Bond required for this project?

    • Price Redeterminations? (required)

      Do any price redeterminations apply to this solicitation/contract?

    • 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.

    • Price Redetermination For Fuel? (required)

      Does a price redetermination for fuel apply to this solicitation?

    • Price Redetermination For Materials? (required)

      Does a price redetermination for materials apply to this solicitation?

    • Copyright? (required)

      Is "Copyright Clause" section under Special Terms & Conditions applicable?

    • 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.

    • Navigable Water? (required)

      Does this project include Navigable Water activities?

    • Insurance Requirements (required)

      Select all that apply for this solicitation/project.

      Commercial General Liability
      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? If yes, then select here.

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

      Garage Keeper's Legal Liability
      Only select this if Garage Liability is required in the Required Types and Limits of Insurance Chart.

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

      Motor Vehicle Liability
      Only select this if Automobile Liability is required in the Required Types and Limits of Insurance Chart.

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

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

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

      Contractor's Pollution Liability
      Only select this if Contractor’s Pollution is required in the Required Types and Limits of Insurance Chart.

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

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

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

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

      Computer Software and Services (Technology) Errors and Omissions Liability
      Only select this if Computer Software and Services Errors and Omissions Liability is required in the Required Types and Limits of Insurance Chart.

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

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

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

      Worker's Compensation
      Only select this if Worker's Compensation is required in the Required Types and Limits of Insurance Chart.

      Employer's Liability
      Only select this if Employer's Liability is required in the Required Types and Limits of Insurance Chart.

       

    • Rental Equipment? (required)

      Will the County be renting any equipment for this project?

    • Licenses and/or Certifications? (required)

      Will Respondents need to provide Licenses and/or Certifications for this project? 

    • Electronic Pricing Table? (required)

      Do you wish to use the electronic pricing table available within OpenGov Procurement to obtain pricing/fee/cost information for this RFP?

    • Proposal Acceptance Period (required)

      When/what date should proposals/bids/submittals continue to remain valid until?  Specify a complete date, being sure to note Month, Day Year.

      Example:
      June 30, 2025

    • Indemnification for Grant Funded Projects (required)

      The design professional shall indemnify and hold harmless the County, and its officers and employees, Florida Department of Emergency Management, its employees and/or their contractors (FDEM) and the government of the United States, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the design professional and other persons employed or utilized by the design professional in the performance of the contract.

      In all claims against FDEM or US, Contractor’s indemnification obligation shall not be limited in any way by any limitation on the amount or type of damages, compensation or any benefits payable by or for Contractor, or its employees, agents, contractors, or subcontractors.

    Key dates

    1. April 20, 2026Published
    2. May 28, 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.