Request for Proposal

Similar documents
Request for Proposal

ITB Document and updates are on the College website:

INVITATION TO BID. ITB WDSC-TV Cameras

INVITATION TO BID ITB HAZARDOUS WASTE COLLECTION AND DISPOSAL

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

INVITATION TO BID U Directional Boring Utility Department

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #09-04 MOLE CRICKET BAIT PRODUCT, DELIVERY AND APPLICATION

INVITATION TO BID-R Frieda Zamba Pool Renovations

TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS. To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park

BAKER COUNTY BOARD OF COUNTY COMMISSIONERS

FURNISH AND INSTALL ALUMINUM AWNINGS AT BAKER COUNTY ANIMAL CONTROL BUILDING

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #16-13 UTILITIES

ST. JOHNS RIVER STATE COLLEGE FOUNDATION, INC ST. JOHNS AVENUE PALATKA, FLORIDA (386)

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #14-05

INVITATION TO BID CONSTRUCTION BID EXTEND FIRE TRUCK BAY AT FIRE STATION 20 BID #

Invitation to Bid-B A Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance

APPLICATION FOR RENEWAL VENDOR PREQUALIFICATION

Town of Micanopy REQUEST FOR QUALIFICATIONS CONTINUING PROFESSIONAL SERVICES FOR ENGINEERING SERVICES RFQ

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals

Request for Qualifications (RFQ) AQUATIC ENGINEER FOR HISTORIC SPRING PARK POOL & INTERACTIVE WATER FEATURE

Invitation to Bid-B Annual Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance

INVITATION TO BID (ITB)

CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #10-20 MAINTENANCE/STREETS

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #16-09 FLEET DIVISION (Garage, Golf & Airport)

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID # UTILITIES

THE SCHOOL DISTRICT OF PALM BEACH COUNTY, FLORIDA RENEWAL VENDOR PREQUALIFICATION PROGRAM

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #16-10 MARINA

CITY OF TITUSVILLE, FLORIDA

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

INVITATION TO BID ISSUE DATE: Nov. 17, 2015

SUBCONTRACTOR PRE-QUALIFICATION STATEMENT

Glenwood/Bell Street Well Pump and Piping Construction

HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES

REQUEST FOR PROPOSALS FOR $3,700,000 LINE OF CREDIT NON-REVOLVING TAX-EXEMPT NON-BANK QUALIFIED SPECIAL ASSESSMENTS PROGRAM PROJECT #: LOC-1501

BIDDING AND CONTRACT DOCUMENTS ITB

REQUEST FOR QUALIFICATIONS PROFESSIONAL SERVICES FOR ON-GOING LAND SURVEYING AND MAPPING SERVICES RFQ#

CITY OF ROCKLEDGE CLASSIFICATION AND COMPENSATION STUDY CITY OF ROCKLEDGE

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

BIDS WILL BE OPENED: NOVEMBER 15, 2:00 P.M. and may not be withdrawn within 90 days after such date and time.

CITY OF TITUSVILLE, FLORIDA

PLEASANTVILLE HOUSING AUTHORITY

THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street

Dedicated to Excellence... People Serving People

REQUEST FOR PROPOSAL INVESTMENT MONITOR/ CONSULTANT

FLORIDA STATE FAIR AUTHORITY INVITATION TO BID CONTRACTUAL SERVICES

Invitation to Bid Network/Communication Systems Cabling, Maintenance and Supplies /2016

INVITATION TO BID (ITB)

REQUEST FOR PROPOSALS FOR THE CITY OF FORT MEADE, FLORIDA. RFP #18-03 Construction Services for City Mobile Home Park:

BID DOCUMENTS and CONSTRUCTION DOCUMENTS ITB REMODELING FOR PROBATION & PAROLE LEASE PROJECT NO For

OFFICIAL BID FORM & BID DOCUMENTS

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

THE CITY OF DAYTONA BEACH INTERNATIONAL SPEEDWAY BLVD. / HALIFAX RIVER PEDESTRIAN BRIDGE PAINTING

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

Replace Transmission - Bulldozer

RFQ NO Dated: March 16, 2018 Town of South Palm Beach. Published: Palm Beach Post. Page 1 of 16

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT SPECIFICATION COVER SHEET BID # BOE PURCHASE OF 3PAR EQUIPMENT

INVITATION TO BID (ITB)

THE CITY OF DAYTONA BEACH OFFICE OF THE PURCHASING AGENT

FORM 1 RESPONDENT S CONTACT INFORMATION. The Respondent shall identify the contact information as described below.

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT

CITY OF OCALA Purchasing Department 2100 NE 30 th Avenue Building E, Gate 4 Ocala, Florida Phone: (352) Fax (352)

Dedicated to Excellence... People Serving People

INVITATION TO BID ISSUE DATE: May 3, 2016

CITY OF PARKLAND REQUEST FOR PROPOSALS WIDE AREA NETWORK & INTERNET CONNECTIVITY

REQUEST FOR PROPOSALS CONCESSION OPERATION/SERVICES

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR QUALIFICATIONS. ENGINEERING SERVICES FOR THE DESIGN & PERMITTING FOR THE PAVING OF 3 MILES OF OC HORNE RD (Existing unpaved road)

Botetourt County Public Schools

PRE-BID MEETING February 2:00 p.m. DAYTONA STATE COLLEGE Daytona Beach Campus Hosseini Center Building 1200 Lobby

THE GOVERNING BOARD OF THE ST. JOHNS RIVER WATER MANAGEMENT DISTRICT ANNUAL INDEPENDENT FINANCIAL AUDITING SERVICES REQUEST FOR PROPOSALS 33063

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax:

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES

COLLECTION AGENCY SERVICES FOR EMS OKALOOSA COUNTY BOARD OF COMMISSIONERS, FLORIDA

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

Request for Qualifications (RFQ) for CIVIL ENGINEERING CONSULTANTS TOWN OF PALM BEACH SHORES

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT SPECIFICATION COVER SHEET BID # BOE PURCHASE OF HP CHROMEBOOKS

Convert Six East/West Tennis Courts to a North/South Orientation

FRANKLIN COUNTY EMERGENCY MANAGEMENT FRANKLIN COUNTY, FLORIDA

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

INVITATION TO BID (ITB)

ATTACHED FORMS. Drug-Free Workplace Program Certification (Form ) Anticipated DBE Participation Statement (Form )

COUNTY OF COLE JEFFERSON CITY, MISSOURI

INSTALLATION OF NEW FIRE SPRINKLER JAIL

REQUEST FOR QUALIFICATIONS ECONOMIC DEVELOPMENT STRATEGY

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

DRAWINGS: SPECIFICATIONS: ADDENDA: IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first written above.

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

INVITATION FOR BID PAINTING SERVICES PALATKA HOUSING AUTHORITY

REQUEST FOR PROPOSALS. Small Business and Commercial Corridor Revitalization Program BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex.

CONTRACTOR PRE-QUALIFICATION APPLICATION FORM

ATTACHED FORMS. Drug-Free Workplace Program Certification (Form ) MBE Planned Utilization (Form )

INFORMATION FOR BID. Tee Shirts (School Nutrition)

Transcription:

H. INVITATION TO BID ATC Water Chiller ITB #17-003 Request for Proposal RFP #18-016: Adults with Disabilities Program Date Issued: April 25, 2018 Daytona State College is seeking proposals from qualified firms to Adults with Disabilities (AWD) Program Services for Daytona State College. Requirements explained herein. Notice is hereby given that sealed proposals will be received in the Purchasing Department, Building 1100, Room 122, 1100 Willis Avenue Daytona Beach, FL 32114 on May 15, 2018 by 2:00 p.m., ET, at which time they will be opened in Building 1100, Room 123. Direct inquiries to: Elaine Thiel Executive Director of Business Services Email: Elaine.Thiel@daytonastate.edu Telephone Number: (386) 506-3075 Fax Number: (386) 506-4289 Mail To: Daytona State College Attn: Purchasing-RFP #18-106 PO Box 2811 Daytona Beach, Florida 32120-2811 Delivery to: Building 1100, Room 122 1100 Willis Avenue Daytona Beach, FL 32114 Upon receipt of this bid document, any and all communications regarding this bid must be made only to the Purchasing Department as noted above. Any violation of this condition could result in bid disqualification. This is a Sealed Bid - Fax replies will not be accepted. Daytona State College operates in accordance with the State of Florida Sunshine Laws.

General Information To insure consideration of your proposal, please follow these instructions. Proposals not in compliance with the requirement specified herein are subject to rejection. 1. Sealed Proposals: One (1) proposal marked original, three (3) copies, and one (1) digital copy via USB drive in PDF must be received by the Purchasing Department by the date and time specified at which time they will opened and recorded. The proposals will not be immediately evaluated. Bids must be sealed and clearly labeled with the following information: a. Name and address of Proposer b. RFP number c. Date and time of Proposal opening 2. Preparation of Proposals: All information shall be entered in ink, typewritten, or produced by computer. It is your responsibility to make certain that unit prices and extended prices are correct. In case of discrepancy in computing the amount of the bid, the unit price quoted will govern. The College will not be responsible for errors or omissions made by the Proposer in determining proposal price(s). The proposal must contain a manual signature of an authorized representative of the agency proposing. In order to insure uniformity, proposals must be submitted on this Proposal Reply Sheet and the attached pages including attachments 1-6. All costs incurred by the respondent in preparing a proposal in response to this RFP will be borne by the respondent. 3. No Proposal: If unable to submit a proposal, please sign and return the Statement of No Proposal by mail, email or fax advising the reason for not submitting a proposal before the due date. 4. Obligation of Proposer: By submitting a proposal, the Proposer covenants and agrees that they have satisfied themselves from their own investigation of the conditions to be met, that they fully understand their obligation and that they will not make any claim for, or have right to cancellation or relief from the contract because of any misunderstanding or lack of information. 5. Questions Regarding RFP: Questions regarding any portion of this RFP shall be made in writing via e-mail (Elaine.Thiel@daytonastate.edu). Responses to all requests will be included in an addendum and will be made available to all Proposers. Requests for additional information received after the deadline will not receive a response. Responses will not be made orally. Any additional information pertaining to this RFP or to the services being sought hereunder obtained in a manner other than as described in the preceding paragraph should be regarded as unofficial. Daytona State College will not be bound in any way by information so obtained, or by a Bidder s reliance thereon. 6. Cost Discussions: The Proposer must not discuss cost information, except for clarification requested by the Purchasing Agent listed in this RFP prior to the posting of proposal results, with any employee, board member or authorized representative of the College. Violation of this restriction will result in rejection of the said proposal. 2

7. Addenda: All addenda issued during the time of proposing shall become part of the Proposing Documents, and receipt thereof must be acknowledged in writing with the proposal. The College accepts no responsibility for inaccurate proposals due to missed information contained in any addendum. Each Proposer should ensure that they have received all addenda and amendments to the RFP before submitting their proposals. Please access the college web site at http://www.daytonastate.edu/bussvcs/bids.html for any addenda. 8. Late Proposals: The deadline time and date will be strictly observed. Proposals received after the specified time and date will be disqualified and will not be opened. Proposals will be publicly opened, read aloud and recorded, on the date and time indicated, at the location specified in the Request for Proposal. It is the Proposers responsibility to make certain that his/her proposal is in the hands of the Purchasing Agent prior to the opening time at the specified location. The College accepts no responsibility for late or misdirected mail deliveries. All required information/ documents must be included in your timely proposal. Information/ documents received separately after the due date/time will not be accepted or considered 9. Consideration of Proposals: The College reserves the right to award the contract to the Proposer(s) that the College deems to offer the best overall proposal. In addition, the College at its sole discretion, reserves the right to cancel this RFP, to reject any and all proposals, to waive any and all informalities and/or irregularities, to re-advertise with either the identical or revised specifications, or not award a contract at all if it is deemed to be in the best interest of the College to do so. The College also reserves the right to make multiple or split awards if it is deemed to be in the College s best interest. It must be specifically understood that this Request for Proposals does not create any obligation on the part of Daytona State College to enter into any contract or undertake any financial obligation with respect to the program referred to herein. 10. Qualification of Proposers: Daytona State College reserves the right to require a Proposer to submit evidence of qualifications as it may deem necessary and may consider any evidence available concerning the financial and other qualifications of the Proposer. 11. Discrimination: An entity or affiliate who has been placed on the discriminatory vendor list may not submit a proposal on a contract to provide goods or services to a public entity, may not submit a proposal on a contract with a public entity for the construction or repair of a public building or public work, may not submit proposals on leases of real property to a public entity, may not award or perform work as a contract supplier, subcontractor, or consultant under contract with any public entity, and may not transact business with any public entity. 12. EEO Statement: The College is committed to assuring equal opportunity in the award of contracts, and therefore, complies with all laws prohibiting discrimination on the basis of race, color, religion, disability, national origin or gender. 13. ADA: The vendor awarded this proposal shall agree to comply with the Americans with Disabilities Act (ADA) of 1990. 14. Proposal Acceptance Period: Any proposal in response to this solicitation shall be valid for 90 days following opening of proposals, to allow for formal action by the College Board of Trustees. The Proposer agrees that during such time the proposal will remain firm and irrevocable. At the end of the 90 days, the proposal may be withdrawn at the written request of the Proposer. If the proposal is not withdrawn at that time, it remains in effect until a contract is awarded or the solicitation is canceled. 3

15. Evaluation Process: The Evaluation Committee will evaluate all responsive proposals received. The committee will examine each proposal and determine how effectively it satisfies the RFP. 16. Proposal Award/Terms of the Contract: Award is expected to be made to the Proposer who best meets the requirements of Daytona State College considering responsibility, responsiveness and price. 17. Clarification: The College reserves the right to request clarification of information submitted and to request additional information of one or more Proposers, if needed. 18. Conflict of Interest: The award hereunder is subject to the laws of the State of Florida. All Proposers must disclose, with their proposal, the name of any officer, director, or agent who is also an employee of the College. Further, all Proposers must disclose the name of any state employee who owns, directly or indirectly, an interest of five percent (5%) or more in the Proposer s firm or any of its branches. 19. Termination: An agreement/contract resulting from this proposal may be terminated by either party without cause at any time by one party giving the other party sixty (60) days prior notice. Notice shall be provided in writing via a mail courier service with proof of delivery. 20. Legal Requirements: Applicable provisions of all federal, state, county and local laws, and all ordinances, rules, and regulations shall govern development, submittal and evaluation of all proposals received in response hereto and shall govern all claims and disputes which may arise between person(s) submitting a bid response hereto and the College. Lack of knowledge by any Proposer shall not constitute a cognizable defense against the legal effect thereof. Proposers have certain rights under Chapter 120, Florida Statutes. Failure to file a protest within the time prescribed in section 120.57(3), Florida Statutes, or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under chapter 120, Florida Statutes. Based on the evaluation, on the date indicated on the ITB Tentative Schedule, the Purchasing Department shall electronically post a notice of intended award at http://www.daytonastate.edu/bussvcs/bids.html. If the notice of award is delayed, in lieu of posting the notice of intended award, the Purchasing Department shall post a notice of the delay and a revised date for posting the notice of intended award. Any person who is adversely affected by the decision shall file with the Purchasing Department a notice of protest within 72 hours after the electronic posting. The College shall not provide tabulations or notices of award by telephone. Respondents to this solicitation or persons acting on their behalf may not contact, between the release of the solicitation and the end of the 72-hour period following the agency posting the notice of intended award, excluding Saturdays, Sundays, and state holidays, any employee, officer, or executive of the college concerning any aspect of this solicitation, except in writing, to the Purchasing Department or as provided in the solicitation documents. Violation of this provision may be grounds for rejecting a response. 4 21. Payment Terms: The College will take Any Prompt Payment Discount offered by the proposer if payment is made within the time period; however, only terms allowing 30 days payment will be considered in evaluating proposals. Payment will be made by the College after

satisfactory services are rendered in accordance with the terms of the contract. 22. Taxes Sales to Daytona State College are exempt from state sales tax, tax exemption no: 85-8016077493C-2. 23. Cooperative Purchasing Agreement: With the consent and agreement of the successful bidder(s) purchases may be made under this solicitation by other colleges, state universities, District school boards, and other educational institution within the State of Florida. Such purchases shall be governed by the same terms and conditions stated in the proposal solicitation as provided in the State Board of Education Rule 6A-14.0734 (2) (c). Bidder to notate below any exception to this requirement. Purchasing Agreement with other Public Agencies All proposers submitting a response to this solicitation agree that such responses also constitute an offer to the public entities within the State of Florida under the same conditions, for the same price, and for the same effective period, should the proposer feel it is in their best interest to do so. Bidder shall notate below any exception to this requirement. 24. Insurance: The Contractor/Vendor shall purchase all necessary Workers Compensation Insurance, General Liability Insurance, Automobile Liability Insurance, and where applicable, Products Liability Insurance with the College being included as an additional named insured on the liability insurance policies. Certificates of Insurance on all such insurance coverage carried by the Contractor/Vendor shall be furnished to the College. Minimum limits for insurance to be provided shall be as follows: a. Public Liability and Property Damage Insurance: The Contractor shall purchase and shall require each of the sub-contractors to secure and maintain during the life of the sub-contract, insurance of the type specified herein or insure the activities of his/her subcontractors in his/her policy as specified. Commercial General Liability This policy must be on an occurrence basis, claims made forms are not acceptable. $1,000,000 Each Occurrence $ 100,000 Fire Damage (Any One Fire) $ 5,000 Medical Payments (Any One Person) $1,000,000 Personal & ADV Injury $2,000,000 General Aggregate $2,000,000 Products-Comp/OP Aggregate Comprehensive Automobile Liability Insurance (including hired and non-owned vehicles, if any) in limits of One Million Dollars ($1,000,000) Combined Single Limit each accident. 5 Excess Liability or Umbrella - $1,000,000 b. Worker Compensation Insurance: The Contractor/Vendor shall maintain during the life of this agreement, Workers Compensation Insurance for all employees connected with the work of this project. If any work is being sublet, the Contractor/Vendor shall require the subcontractor to provide Workers Compensation Insurance for all subcontractor employees unless such employees are covered by the protection afforded by the Contractor. Such

insurance shall comply fully with the Florida Workers Compensation Law. In case any class of employees engaged in hazardous work under this contract at the site of the project is not protected under the Workers Compensation Statue, the contractor shall provide, and cause each subcontractor to provide, adequate insurance satisfactory to the purchaser, for protection of his employees not otherwise protected. Workers Compensation Insurance in compliance with statutory limits, (F.S. 440): Employer s Liability Five Hundred Thousand ($500,000) each accident, Five Hundred Thousand ($500,000) Disease, each employee, Five Hundred Thousand ($500,000) Disease, policy limit. Waiver of Subrogation Endorsement Include Waiver of Subrogation applies. Certificates evidencing that all of the above insurance coverage and limits are in force will be furnished to the College before any services are performed, at all renewal times, and will require written notification to the College at least thirty (30) days prior to any cancellation, termination, non-renewal, or modification. The words endeavor to and failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representative should be omitted or lined out on the Certificate. 6 All insurance will be with insurers authorized to do business in Florida. *All policies should be Occurrence Form only. *The policy number will be provided on all certificates 25. Indemnification: Proposers agree to indemnify and hold harmless the College, its officers, and employees from any claim, damage, liability, injury, expense or loss, including defense costs and attorney s fees, arising out of Proposer s performance under this Agreement. Accordingly, the College shall notify Proposer promptly in writing of any claim or action taken against the College in connection with this agreement. On such notification, the Proposer shall promptly take over and defend any such claim or action. The College shall have the right and option to be represented in any such claim or action at its own expense. 26. Gratuities or Gifts: The right of the Proposer to proceed may be terminated by written notice if, after notice and investigation, the College determines that the Consultant, its agents, or another representative: 1. offered or gave a gratuity or gift to an officer or employee of the College in direct violation of the College policies; and 2. intended by the gratuity or gift to obtain a contract or favorable treatment under a contract. If this contract is terminated for either (1) or (2) above, the College shall pursue the same remedies as in a breach of the contract. 27. Selling, Transferring or Assigning Contracts: In the event that the successful Proposer is purchased by another company during the term of the contract, the succeeding company must honor all of the terms and conditions contained herein. The College has the right to reject the new consultant and terminate this agreement without cause.

28. Preferred Vendor Certifications: N/A 29. Non-Mandatory Pre Bid Meeting and Site Visit: N/A 30. Warranty of Work: The Proposer warrants that all goods, supplies, equipment, design and work covered by this Contract shall be satisfactory for its intended purpose, shall conform to and perform as called for in the Contract requirements and specifications and shall be free from all defects and faulty materials and workmanship. Any goods, supplies, equipment, design and work found to be defective within one year from the date of final acceptance shall be repaired, remedied, or replaced hereinafter call corrective work, by the contractor, free of all charges including transportation. It is understood and agreed that time is of the essence in respect to all corrective work to be undertaken pursuant to the warranty herein contracted, expressed, or implied, and the Proposer shall promptly commence corrective work upon receipt of written notice from the department. It is expected the contractor reply within 24 hours to the College s written notice. 7

RFP Tentative Schedule Description Day/Date Advertise RFP April 25, 2018 Questions regarding RFP due May 2, 2018 at 4:00PM Responses to questions (if any): On or before May 7, 2018 RFP Due Location: Purchasing Office Bldg. 1100, Rm. 122 1100 Willis Avenue Daytona Beach, FL 32114 May 15, 2018 at 2:00 PM RFP opening Location: Purchasing Conference Room* Evaluation Committee Meeting to review and rank proposals Location: Purchasing Conference Room* May 15, 2018 at 2:00 PM May 18, 2018 at 9:00 AM Notice of Intent to Award May 22, 2018 * The Purchasing Conference room is located on the Daytona Beach Campus, 1100 Willis Ave, Daytona Beach, Florida 32114. Background and Scope of Work The Florida Department of Education through the Division of Vocational Rehabilitation makes funds available for local educational agencies to provide adults with disabilities and senior citizens the opportunity for enhancement of skills that are consistent with their abilities and needs. 100% of the funds awarded to Daytona State College will be utilized for direct services to the target population. Daytona State College (DSC) is offering this Request for Proposals (RFP) to established, not for profit organizations who wish to provide an educational enhancement to current organization-based programs. All funds and contracts associated with this RFP are contingent upon funding from the Florida State Legislature through the FLDOE. It is expected that DSC will receive $70,000 for this program year. One or more proposals are expected to be funded under this RFP. Use of Funds and Target Population Funds may be used in educational programs that provide services to individuals with disabilities who are 18 years of age or older: 8

Improving quality of life through the provision of recreational activities and intellectual stimulation. Serving adults with disabilities who are not suited for workforce development education programs. Type of Award Organizations who are chosen for funding will receive a reimbursable contract for service from DSC to provide a specific number of outcomes for the agreed upon total amount. This contract will be paid in quarterly payments by invoice, with 85% of the contract being a base payment and 15% being performance-based. Awarded agencies will provide a quarterly report of enrollments and benchmarks and a quarterly detailed expenditure report. Reporting dates will be provided at contract signing and will be based on FLDOE reporting requirements. Project Performance Period The contract will cover the period July 1, 2018 June 30, 2019. Contract period may be extended for up to three (3) one-year terms, based on available funding.. DSC Requirements As previously stated, funding for this program is contingent upon an award from the FLDOE. In order to receive funding, DSC is required to set and meet performance standards. Each outcome measure is associated with performance based funding. For this year, the standards are expected to be: Program Enrollment 240 Benchmark One: 180 Benchmark Two: 120 For the purposes of this RFP, program enrollment is identified as having completed the required paperwork, including the Adult Individual Education Plan (AIEP), and attended at least 12 hours of education in recreational activities and intellectual stimulation. Individuals enrolled must be a member of the target population. Teachers, with the student s participation, are required to develop an AIEP for each student based on each student s assessment. Each AIEP establishes two benchmarks for each individual. Benchmarks are to be based on the individual s needs and goals. During the program year, each student is expected to enhance his or her educational level, quality of life, health, well-being, and/or lifelong learning skills as reflected in benchmark attainment. 9

Narrative Section Project Design / Narrative Narrative responses must be typed in 12-point font. There is a four-page maximum for the narrative response portion of the application package. Required attachments do not count toward this total. Be sure to respond to all information requested and follow the outline below when writing narrative responses. Proposals will be evaluated according to responses to the questions and related required documents. Please be thorough and concise in your responses. 1. Program Overview / 5 points Provide a brief summary of your program or project. Make sure the following questions are addressed. a. Which of the following is the primary purpose of your program? i. Improving the quality of life for participants. ii. Providing educational activities for adults with disabilities who are not suited for Workforce Education. iii. A combination of some of the above. b. How will your organization use the funding to serve students? c. How will this program be incorporated into your organization s service plan? d. How is this program different than other educational services your organization provides? 2. Organization Background / 25 points Describe the history of your organization and how it is best prepared to serve the target population. Be sure to address the following questions. a. What experience does your organization have in providing educational services to adults with disabilities? b. What programs or services will be used to support the educational component proposed in your RFP response? c. What similar federal or state grants have you been awarded in the last 2 years? Please submit a detailed list and include a brief description of scope of work, funding source, and amount of award. 3. Program Performance / 30 points 10 Provide a description of the program you are proposing. In the narrative section, answer the questions below. Additional detail can be included as you complete Attachments 1 and 2 outlining proposed activities. a. What service or service enhancement will be provided to those served under this contract? b. How will student participation be tracked/verified? c. How will the program be staffed? What job experience and qualifications are required?

4. Proposed Enrollment and Benchmarks / 20 points Complete Attachment 3 Performance-Based Projection Chart. According to the State of Florida, projected 1 st benchmarks for 2018-19 should reflect 75% or more of the total number of projected enrollments. Agencies should project a minimum of 50% of enrollment for 2 nd benchmark. 5. Budget / 20 points Provide a brief budget narrative (Attachment 4) for the funding requested. All funds must be utilized for direct student services, such as instructor salary and benefits and educational materials and supplies directly related to the program. All funds must be expended on eligible costs under State of Florida laws, rules and regulations. Food and food costs are not eligible costs. No funds may be used for administrative or indirect costs as defined by the State of Florida. Scoring Matrix Point Value Description Points Awarded 5 Points Program Overview 25 Points Organization Background & Partnership with DSC 30 Points Program Performance 20 Points Proposed Enrollment & Benchmarks 20 Points Budget Section Total Points Awarded (Max Point Value is 100) 11

Proposal Reply Sheet Replies are due in the Purchasing Department on May 15, 2018 by 2:00 p.m. Response Format: The authorized representative of the responder submitting a proposal for consideration shall address the RFP requirements outlined in the Narrative Section ( Project Design/Narrative ; pages 10-11), along with Attachments 1, 2, 3, and 4. Please follow the requested format and instructions in producing your response. This Proposal Reply Sheet along with Attachments 5, 6 and 7 are also required for all proposal submissions. Addenda: The undersigned acknowledge receipt of the following Addenda. If no Addenda are received, include the word None in the blank spaces provided. Addendum No. Addendum No. Date Date I certify that I am a representative of this company and authorized to submit this response: Authorized Signature Date Printed Name Phone Name of Company Fax Address 12

Statement of No Proposal This company elects to submit a NO PROPOSAL for this Request for Proposal for the following reason(s): I certify that I am a representative of this company: Authorized Signature Date Printed Name Phone Name of company Fax Address 13

Attachment 1 Project Scope of Work and Performance Accountability Definitions Scope of Work: Major types of tasks that the applicant will perform Tasks: Specific activities performed by the applicant to complete the scope of work Deliverables: Products and/or services to be provided that directly relate to tasks specified in the scope of work. Deliverables must be quantifiable, measurable, and verifiable. Evidence: tangible proof of outcomes/completion Completion timeline: Date completion of tasks is expected (specific month, when possible) Unit Cost: Dollar value of deliverables Scope of Work Tasks / Activities Project Scope of Work and Performance Accountability Deliverables Evidence (products / services) Completion Timeline Unit Cost Add additional lines as necessary 14

Attachment 2 PROGRAM NARRATIVE DETAIL Activity tables Add and number as many tables as needed. Unused tables can be deleted. Scope of Work Table 1 Justification: Why is this training needed? 1. Scope: Activity Name/Class Title: 2. Service Quantity: Location (physical address where the training is being held): 3. Service Quantity: Provided by (check all that apply): Agency (staff with school system providing the training) Funded Provider Both If Funded Provider: FP Name: Amount of funding provided for this activity: 4. Service Quantity: Priority area addressed (check all that apply): Improving the Quality of Life Not Suited for Workforce Education Lifelong learning activities to transitioning students 5. Service Quantity: Targeted population (specific disability and age group over 18): 6. Task: Tasks/Description of Activity (details of the activity/class offered): 7. Deliverable: How will the training be taught (e.g. instructor, computer, vision-aid, etc.)? 8. Service Quantity: How often does the Activity/Class meet? 9. Service Quantity: How many hours is each Activity/Class session? 10. Deliverable: Explain how the training will be measured to ensure students comprehension and progress 11. Outcome/Evidence: What documentation will be used to verify student outcomes for this training (e.g. sign-in sheets, student s AIEP, task completion sheet, etc.)? 12. Evidence: How will the program data be used to plan for continuous improvement? 13. Due Date: Provide date(s) the training is expected to be completed 15

Scope of Work Table 2 Justification: Why is this training needed? 1. Scope: Activity Name/Class Title: 2. Service Quantity: Location (physical address where the training is being held): 3. Service Quantity: Provided by (check all that apply): Agency (staff with school system providing the training) Funded Provider Both If Funded Provider: FP Name: Amount of funding provided for this activity: 4. Service Quantity: Priority area addressed (check all that apply): Improving the Quality of Life Not Suited for Workforce Education Lifelong learning activities to transitioning students 5. Service Quantity: Targeted population (specific disability and age group over 18): 6. Task: Tasks/Description of Activity (details of the activity/class offered): 7. Deliverable: How will the training be taught (e.g. instructor, computer, vision-aid, etc.)? 8. Service Quantity: How often does the Activity/Class meet? 9. Service Quantity: How many hours is each Activity/Class session? 10. Deliverable: Explain how the training will be measured to ensure students comprehension and progress 11. Outcome/Evidence: What documentation will be used to verify student outcomes for this training (e.g. sign-in sheets, student s AIEP, task completion sheet, etc.)? 12. Evidence: How will the program data be used to plan for continuous improvement? 13. Due Date: Provide date(s) the training is expected to be completed 16

Scope of Work Table 3 Justification: Why is this training needed? 1. Scope: Activity Name/Class Title: 2. Service Quantity: Location (physical address where the training is being held): 3. Service Quantity: Provided by (check all that apply): Agency (staff with school system providing the training) Funded Provider Both If Funded Provider: FP Name: Amount of funding provided for this activity: 4. Service Quantity: Priority area addressed (check all that apply): Improving the Quality of Life Not Suited for Workforce Education Lifelong learning activities to transitioning students 5. Service Quantity: Targeted population (specific disability and age group over 18): 6. Task: Tasks/Description of Activity (details of the activity/class offered): 7. Deliverable: How will the training be taught (e.g. instructor, computer, vision-aid, etc.)? 8. Service Quantity: How often does the Activity/Class meet? 9. Service Quantity: How many hours is each Activity/Class session? 10. Deliverable: Explain how the training will be measured to ensure students comprehension and progress 11. Outcome/Evidence: What documentation will be used to verify student outcomes for this training (e.g. sign-in sheets, student s AIEP, task completion sheet, etc.)? 12. Evidence: How will the program data be used to plan for continuous improvement? 13. Due Date: Provide date(s) the training is expected to be completed 17

Scope of Work Table 4 Justification: Why is this training needed? 1. Scope: Activity Name/Class Title: 2. Service Quantity: Location (physical address where the training is being held): 3. Service Quantity: Provided by (check all that apply): Agency (staff with school system providing the training) Funded Provider Both If Funded Provider: FP Name: Amount of funding provided for this activity: 4. Service Quantity: Priority area addressed (check all that apply): Improving the Quality of Life Not Suited for Workforce Education Lifelong learning activities to transitioning students 5. Service Quantity: Targeted population (specific disability and age group over 18): 6. Task: Tasks/Description of Activity (details of the activity/class offered): 7. Deliverable: How will the training be taught (e.g. instructor, computer, vision-aid, etc.)? 8. Service Quantity: How often does the Activity/Class meet? 9. Service Quantity: How many hours is each Activity/Class session? 10. Deliverable: Explain how the training will be measured to ensure students comprehension and progress 11. Outcome/Evidence: What documentation will be used to verify student outcomes for this training (e.g. sign-in sheets, student s AIEP, task completion sheet, etc.)? 12. Evidence: How will the program data be used to plan for continuous improvement? 13. Due Date: Provide date(s) the training is expected to be completed 18

Scope of Work Table 5 Justification: Why is this training needed? 1. Scope: Activity Name/Class Title: 2. Service Quantity: Location (physical address where the training is being held): 3. Service Quantity: Provided by (check all that apply): Agency (staff with school system providing the training) Funded Provider Both If Funded Provider: FP Name: Amount of funding provided for this activity: 4. Service Quantity: Priority area addressed (check all that apply): Improving the Quality of Life Not Suited for Workforce Education Lifelong learning activities to transitioning students 5. Service Quantity: Targeted population (specific disability and age group over 18): 6. Task: Tasks/Description of Activity (details of the activity/class offered): 7. Deliverable: How will the training be taught (e.g. instructor, computer, vision-aid, etc.)? 8. Service Quantity: How often does the Activity/Class meet? 9. Service Quantity: How many hours is each Activity/Class session? 10. Deliverable: Explain how the training will be measured to ensure students comprehension and progress 11. Outcome/Evidence: What documentation will be used to verify student outcomes for this training (e.g. sign-in sheets, student s AIEP, task completion sheet, etc.)? 12. Evidence: How will the program data be used to plan for continuous improvement? 13. Due Date: Provide date(s) the training is expected to be completed 19

Scope of Work Table 6 Justification: Why is this training needed? 1. Scope: Activity Name/Class Title: 2. Service Quantity: Location (physical address where the training is being held): 3. Service Quantity: Provided by (check all that apply): Agency (staff with school system providing the training) Funded Provider Both If Funded Provider: FP Name: Amount of funding provided for this activity: 4. Service Quantity: Priority area addressed (check all that apply): Improving the Quality of Life Not Suited for Workforce Education Lifelong learning activities to transitioning students 5. Service Quantity: Targeted population (specific disability and age group over 18): 6. Task: Tasks/Description of Activity (details of the activity/class offered): 7. Deliverable: How will the training be taught (e.g. instructor, computer, vision-aid, etc.)? 8. Service Quantity: How often does the Activity/Class meet? 9. Service Quantity: How many hours is each Activity/Class session? 10. Deliverable: Explain how the training will be measured to ensure students comprehension and progress 11. Outcome/Evidence: What documentation will be used to verify student outcomes for this training (e.g. sign-in sheets, student s AIEP, task completion sheet, etc.)? 12. Evidence: How will the program data be used to plan for continuous improvement? 13. Due Date: Provide date(s) the training is expected to be completed 20

Attachment 3 PERFORMANCE-BASED PROJECTION CHART 2017-18 PROGRAM YEAR ADULTS WITH DISABILITIES GRANT PROGRAM Please list your total projected performance from this contract in the table at the bottom of the page. Remember that total funding provided by vendors selected via this RFP must achieve the goals below. Daytona State College Total Projected Performances 2018-2019 240 180 120 Notes: 1. Enrollments: Program enrollment is identified as having completed the required paperwork, including the Adult Individual Education Plan (AIEP), and attended at least 12 hours of education in recreational activities and intellectual stimulation. 2. 1 st Benchmark: The total number should equal at least 75% of total projected enrollments. 3. 2 nd Benchmark: The total number should equal at least 50% of total projected enrollments. Outcome 2017-2018 Projected Performance Row 1: ENROLLMENT Row 2: 1 st BENCHMARK Row 3: 2 nd BENCHMARK 21

Attachment 4 A) Name of Funded Provider: BUDGET NARRATIVE FORM (1) (3) (4) (5) (6) FUNCTION PERSONNEL ACCOUNT TITLE AND NARRATIVE FTE POSITION AMOUNT % ALLOCATED to this PROJECT FRINGE BENEFITS (show type of benefit with dollar cost and percentage of cost) SUPPLIES & MATERIALS CONTRACTED SERVICES OTHER D) TOTAL $ - 22

Attachment 5 SWORN STATEMENT UNDER SECTION 287.133 (3) (a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES Any person submitting a Request for Proposal in response to this invitation must execute the enclosed for PUR 7068, SWORN STATEMENT UNDER PARAGRAPH 287.133(3)(A), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES, including proper check(s), in the space(s) provided, and enclose it with the said statement. THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement is submitted to: Daytona State College (print name of the public entity) By (Print name of entity submitting sworn statement) Whose business address is And (if applicable) its Federal Employer Identification No. (FEIN) is: (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: 23 2. I understand that a "public entity crime" as defined in Paragraph 287.133(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to, any proposal or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 3. I understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non jury trial, or entry of a plea of guilty or nolo contendere. 4. I understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes, means: 1. A predecessor or successor of a person convicted of a public entity crime: or 2. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters

into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 5. I understand that a "person" as defined in Paragraph 287.133(1) (e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which proposals or applies to proposal on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 6. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement (indicate which statement applies). Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executive, partners, shareholders, employees, members, or agents who are active in management of the entity or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list (attach a copy of the final order). I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. Signature 24

Sworn to and subscribed before me this day of 20 Personally known OR Produced identification Notary Public State of. My commission expires (Type of identification) (Printed, typed and/or stamped commissioned name of Notary Public) A person or affiliate who has been placed on the convicted Firm list following a conviction for a public entity crime may not submit a proposal on a contract to provide any goods or services to a public entity, may not submit a proposal on a contract with a public entity for the construction or repair of a public building or public work, may not submit proposals on leases of real property to a public entity, may not be awarded or perform work as a Firm, supplier, Sub Firm, 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 for a period of thirty six (36) months from the date of being placed on the convicted Firm list. 25

Attachment 6 NON COLLUSION AFFIDAVIT OF PRIME BIDDER State of County of, being first duly sworn, deposes and says that: He/she is of _, Bidder that has submitted the attached Bid; He/she is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; Neither the said Bidder nor any of its officers, partners, owners, agent representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person, to fix the price or prices in the attached Bid or of any other Bidder, or to fix any overhead, profit or cost element of the Bid price or the Bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the Board of Trustees of Daytona State College. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. Signed Title Subscribed and sworn to before me this _day of, 20. Name Title My Commission Expires: 26

Attachment 7 CERTIFICATION OF DRUG FREE WORKPLACE PROGRAM IDENTICAL TIE BIDS Whenever two or more bids which are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug free workplace program, or if all of the tied vendors have drug free workplace programs. In order to have a drug free workplace program a business shall: (1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. (2) Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. (3) Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). (4) In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. (5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. (6) Make a good faith effort to continue to maintain a drug free workplace through implementation of this section. AS THE PERSON AUTHORIZED TO SIGN THE STATEMENT, I CERTIFY THAT THIS FIRM COMPLIES FULLY WITH THE ABOVE REQUIREMENTS. Bidding firm of entity name: Signature of vendor representative: Date: Type of printed name of vendor representative: 27