State of Florida Department of Financial Services Request for Proposal DFS AC RFP 14/15-20 State Warrant Forms SECTION 1: INTRODUCTION SECTION 2: TECHNICAL SPECIFICATIONS AND SCOPE OF WORK SECTION 3: DELIVERABLES SECTION 4: SPECIAL CONDITIONS 4.1 Proposal Submission 4.2 Proposal Contents 4.3 Submission Instructions 4.4 Evaluation Process 4.5 Public Records 4.6 Electronic Accessibility 4.7 Fidelity Bond ATTACHMENT A- Minimum Mandatory Requirements ATTACHMENT A-1- Price Sheet (Basic Security Features) ATTACHMENT A-2- Price Sheet (Additional or Alternative Security Features)(Optional) ATTACHMENT B - Identical Tie Response Certification (Optional) ATTACHMENT C - Warrant Forms Contract ATTACHMENT D - Conflict of Interest Certification ATTACHMENT E- Pallet Configuration Example ATTACHMENT F- Picture of Loading Dock ATTACHMENT G- Picture of Access Road Proposers are cautioned and reminded to read carefully and respond precisely and fully to all information contained on Forms PUR 1000 and PUR 1001 which, except as modified by this RFP (which constitutes Special Conditions to PUR 1000 and PUR 1001) are incorporated and are attached as the cover sheets to this Request for Proposal as well as any requirements specified in the proposal itself. Proposers are further reminded that conditions and specifications, which are considered mandatory requirements are expressed with the word “shall” or “must” in the description of the requirement. Proposals which fail to demonstrate both a willingness and an ability to comply with such a condition or specification will be considered non-responsive and will be disqualified. CAUTION: Proposers are also advised that Proposer shall submit a redacted version of the Proposal if Proposer considers any portion of the documents, data or records submitted in reply to this solicitation to be confidential, trade secret or otherwise not subject to disclosure pursuant to Chapter 119, Florida Statutes, the Florida Constitution or other authority. This redacted copy shall be clearly titled “Redacted Copy.” FAILURE TO PROVIDE A REDACTED VERSION WHEN CONFIDENTIALITY IS CLAIMED BY THE VENDOR MAY BE CAUSE FOR DETERMINATION OF NON-CONFORMANCE. FAILURE TO PROTECT A TRADE SECRET SHALL CONSTITUTE A WAIVER OF ANY CLAIM OF CONFIDENTIALITY AND THE DEPARTMENT SHALL RELEASE THE REQUESTED DOCUMENT IN RESPONSE TO A PUBLIC RECORDS REQUEST. SECTION 1: INTRODUCTION 1.1 Purpose Pursuant to section 287.057, Florida Statutes (“F.S.”), the State of Florida Department of Financial Services (“Department” or “DFS”) seeks Responses to this Request for Proposals (“RFP”) from qualified vendors (”Respondent”) interested in printing and delivering blank warrant forms. The Department uses the warrant forms to print certain disbursement information prior to distribution to payees. The intent of this Request for Proposal (RFP) is to establish an initial three (3) year contract with an option to renew for up to an additional three (3) years upon mutual agreement in writing on the same terms and conditions as the original contract. The current warrant form contract is scheduled to expire at midnight on July 16, 2015. Page 1 of 36 1.2 Purchasing Agent a. The purchasing agent, identified below, is the sole point of contact for the Proposers from the date of release of this RFP until selection of a successful Provider. All procedural questions and requests for clarification of this RFP shall be submitted in writing to: Department of Financial Services Attn: Gloriann McInnis, Purchasing Services 200 E. Gaines Street, Larson Building Tallahassee, FL 32399-0317 Email: [email protected] Fax: 850-487-2389 Between the release of the solicitation and the end of the 72-hour period following the agency posting of the notice of intended award, excluding Saturdays, Sundays, and state holidays, Proposers to this solicitation or persons acting on their behalf shall not contact any employee or officer of the executive or legislative branch concerning any aspect of this solicitation, except in writing to the Purchasing Agent as provided in the solicitation documents. Willful violation of the requirements of this subsection shall result in elimination of the offending entity from consideration for award of contract under this RFP. b. The Department cannot accept telephone calls from any vendor regarding a pending solicitation. Please note that questions will NOT be answered via telephone. Responses to questions will be posted on the Vendor Bid System (VBS) website, at: http://myflorida.com/apps/vbs/vbs_www.main_menu (modifies PUR 1001 ¶5). 1.3 Purchasing Instructions and General Conditions a. PUR Form 1001, General Instructions to Respondents, and PUR Form 1000, General Conditions, which, except as modified by these Special Conditions, are incorporated and are attached or available online at http://dms.myflorida.com/business_operations/state_purchasing/documents_forms_references_resources/purchasing_form s b. Order of Precedence The provisions of this solicitation, including the RFP and all its attachments, shall be read as a whole. In case of conflict between provisions, provisions shall have the order of precedence listed below, where the top listed item has the highest precedence: • • • • • • The Contract (Attachment C to the RFP) The Department’s purchase order contract (with Price Sheet, Attachment A-1 and Attachment A-2 to the RFP) Remaining RFP Sections Other Attachments to the RFP Instructions to Respondents (PUR 1001) General Conditions (PUR 1000) The Department objects to and shall not consider any terms or conditions submitted by a Proposer, including any appearing in documents attached as part of a Proposer’s Proposal, which are inconsistent with or contrary to the requirements, terms, or conditions of the RFP. In submitting its Proposal, a Proposer agrees that any such inconsistent or contrary terms or conditions, whether submitted intentionally or inadvertently, shall have no force or effect. Page 2 of 36 1.4 Timetable a. The following schedule will be strictly adhered to in all actions relative to this solicitation. The Department reserves the right to make adjustments to this schedule and will notify participants in the solicitation by posting an addendum on VBS. It is the responsibility of the Respondents to check VBS on a regular basis for such updates. Adjustments to the schedule will also be announced to all Respondents who have expressed interest by participating in the events listed in the table below. Also Respondents should provide contact information identifying Respondent’s main point of contact to the Purchasing Agent to obtain adjustments to any applicable oral presentation or negotiation schedules. Timeline of Events RFP posted on the VBS Deadline to submit questions to DFS Purchasing Agent. Department’s anticipated posting dated for answers to Respondents’ questions on VBS. Event Time Eastern Time (”ET”) Event Date N/A 7/14/15 5:00 P.M. 7/22/15 N/A 7/29/15 Deadline to submit responses and all required documents to the Department. 3:00 P.M. 8/10/15 Response opening. 200 East Gaines Street, Tallahassee, FL 32399 – Larson Building 3:00 P.M. 8/10/15 N/A 8/31/15 Anticipated date to post Notice of Intent to Award. 1.5 Proposer’s Conference There will not be a Proposer’s conference. 1.6. Definitions a. Business days - include only Monday through Friday, inclusive, except for holidays declared and observed by the state government of Florida. b. Business hours - means 8 a.m. to 5 p.m. ET on all business days. “Day” means business day (defined as the Department’s normal working hours) unless otherwise described. c. Calendar days - means all days, including weekends and holidays, except that if the last day counted falls on a weekend or holiday, the due date shall be the next business day thereafter. d. Contract - unless indicated otherwise, refers to the contract that will be awarded to the successful Proposer under this RFP. e. Contractor - unless indicated otherwise, refers to the business entity to which a contract has been awarded by the Department in accordance with a proposal submitted by that entity in response to this RFP. This may also be referred to as “Provider”. f. Diaster Supply – the Department may require an emergency supply of warrants to be maintained by the provider. This supply may then need to be delivered to an alternate location. Page 3 of 36 g. Emergency Order – an order deemed urgent by the Department. h. Department - means the Department of Financial Services, or Chief Financial Officer. Terms may be used interchangeably. This may also be referred to as Buyer, Customer or “DFS”. i. Proposer - means the entity that submits materials to the Department in accordance with these Instructions, or other entity responding to this solicitation. This may also be referred to as Respondent, or Vendor. The solicitation response may be referred to as Bid, Proposal, or Response. j. Purchase Order – mechanism used to notify provider when a shipment of warrants is required. k. RFP - refers to this Request for Proposal and includes attachments to this Request for Proposal unless stated otherwise. l. Vendor Bid System - and “VBS” refers to the State of Florida internet-based vendor information system at http://myflorida.com/apps/vbs/vbs_www.main_menu Page 4 of 36 SECTION 2: TECHNICAL SPECIFICATIONS AND SCOPE OF WORK This section of the RFP provides the technical specifications of the warrant form and responsibilities of the Provider. The primary responsibilities of the Provider are to print and deliver blank warrant forms to the Department. The Department uses the warrant forms to print certain disbursement information prior to distribution to payees. It is critical that warrant forms meet the Department’s specifications and are able to be processed on the equipment specified in this section of the RFP. The Provider may contact the Purchasing Agent identified in Section 1.2 (Purchasing Agent) to view the current warrant form. 2.1 Warrant Form a. The overall size of the warrant form must be exactly 11 inches high by 8 1/2 inches wide. Exact measurements are critical to proper printing of boarders, seals, etc. The warrant form consists of an upper portion and a lower portion. b. The upper portion of the warrant form is exactly 7 1/3 inches high by 8 1/2 inches wide. This area is the utility portion of the warrant form. The amount of printing by the Department in this area varies. c. The lower portion of the warrant form is exactly 3 2/3 inches high by 8 1/2 inches wide. This area is the actual warrant portion and is printed front and back. d. The Department reserves the right to require the Provider to make warrant form changes at any time at no additional cost to the Department. The Provider will be given a reasonable amount of time to make the required changes. e. Any proofs must be approved by the Department prior to implementation of a new warrant form. 2.2 Perforation a. One full horizontal perforation is located exactly 7 1/3 inches from the top and on the front of the warrant form. Placement of this perforation is critical for proper printing of the warrant by the Department. b. The perforation must be of sufficient strength as to not cause problems in the equipment or in handling and should retain as much stiffness as possible. The minimum acceptable perforation shall be 9 cuts per inch at a material to cut ratio of 1:1. c. Laser perforations are preferred as they normally will not require ironing. A cut wheel perforation must be ironed. All perforations shall be smooth with no wrinkles, paper dust, chafing or frayed edges which could cause feeding problems or jams in the equipment. d. Perforations on all warrant forms are extremely critical. Bowing or bridging of the paper after fanning and stacking to a height of 10 inches cannot exceed 1/4 of an inch difference between maximum height and minimum height. If the extent of bridging causes feeding problems, the Department reserves the right to modify the specifications of this paragraph during the term of the contract and any renewals. 2.3 Paper Stock and Ink a. The Department’s warrant forms must be printed on 24 pound white laser MOCR bond 92 bright-app paper stock. The face printing ink color must be process blue, and the back printing ink color must be gray. The back color ink must not interfere with or detract from, by bleed through, any data or information printed on the face of the warrant form by the Department’s equipment. The grain must run parallel to the 11 inch edge of the paper. b. No MICR ink encoding or printing will be required of the Provider. All MICR ink encoding and printing is applied by the Department’s equipment at the time the warrant forms are processed by the Department. 2.4 Processing Equipment a. The primary equipment currently used by the Department to print warrant forms is Xerox model 144DPSMXC. All printing done by the Department’s equipment is in MICR grade toner. In addition, some warrants are processed and folded by using Pitney Bowes model Flowmaster FL 80 Inserter. b. All Proposers are advised that the warrant forms Proposal must meet or exceed all tolerances, requirements, recommendations and specification for forms to be processed by this equipment. The papers, inks, perforations, etc. are extremely critical. Proposers must be familiar with all technical specifications, requirements and recommendations for Page 5 of 36 warrant forms to be processed on the equipment identified above. Additionally, each Proposer must ensure that the Proposal meets the specifications, requirements, and recommendations contained therein, as applicable. c. The Department reserves the right to change the make or model of the equipment during the contract term, including contract renewals. The Provider will be given a reasonable amount of time to make the required changes to accommodate any new equipment. 2.5 Composition and Artwork a. Subject to approval by the Department, the composition and artwork of the printing copy and production of plates or digital files will be the Provider’s responsibility. All seals and artwork will be supplied to the Provider in the form of black and white copy or as electronic files. b. All original and duplicate copy, artwork, electronic files, negatives and positives provided to the Provider by the Department, created by or produced by the Provider in any phase in the production of warrant forms are the property of the Department. Upon completion of the contract and all contract renewals, the Provider shall at the direction of, and within the time frame specified by the Department, destroy the printing plates and all materials used in the production thereof, including any data created through electronic imaging technology, and shall provide to the Department a certificate of their destruction. The number of printing plates produced and destroyed shall be disclosed in the certification prepared by the Provider. c. The Provider must provide to the Department a duplicate set of all copy, artwork, negatives and positives used by the Provider to produce the warrant forms, including any data created through electronic imaging technology within the time frame specified by the Department. The transmittal of the duplicates to the Department must be performed in a secured fashion as approved by the Department. The duplicates shall be retained by the Department. See Section 2.17 (Liquidated Damages). d. The Department may utilize the duplicates in any manner it deems to be in the best interest of the State. The State of Florida and the Department are held harmless from any and all actions resulting from utilization or otherwise providing such duplicates as deemed prudent and in the best interest of the State. 2.6 Security and Safety Features a. The basic security features of the warrant form must consist of a security background tint with a gradient, a border, artwork and a State of Florida Seal, all printed by the Provider on the front of the lower portion of the warrant form (i.e., the actual warrant portion). The back of the entire warrant form has a pantograph with the words “State of Florida” and the State of Florida Seal printed in a white phosphorescent ink according to the Department’s security features. b. Secret security markings must be placed by the Provider on artwork, negatives and/or positives used to produce the printing plates or electronic files to protect and ensure that warrant forms and related artwork, negatives, printing plates, proofs, etc., are neither counterfeited nor forged. Further, additional secret security markings must be inscribed or engraved on the printing plates themselves by the Provider prior to those plates being used to manufacture the warrant forms. The Department and the Provider will collaborate on and coordinate all such markings. As required or requested by the Department, the Provider shall designate or make available a qualified expert who can testify in court if counterfeits or forgeries are detected. c. The Department recognizes that there may be alternative security features available that will provide comparable or improved security which are less expensive than those required in this section. Therefore, Proposers are encouraged, but not required, to provide additional or alternative security features to protect against, and aid in, the detection of forgeries and counterfeit of warrant forms. If additional or alternative security features are proposed, those security features must be described in Tab 5 (Warrant Security Features) of the Proposer and Technical Information section of the Proposal. Proposers that propose additional or alternative security features that are deemed better than the basic security features may receive additional points for their proposals during the evaluation process. 2.7 Warrant Form Numbering a. Each warrant form must be consecutively numbered with a nine-digit audit control number, printed on the front lower portion of the warrant form by the Provider. The Department will provide the initial starting audit control number on each purchase order. The audit control numbers must be printed in color red in a bold type font of approximately 1/6 of an inch in height or some other size acceptable to the Department. The numbers should be formatted 000-000-000 or 000 000 000. The location of the audit control number should always be consistent on all the warrant forms printed. The audit control numbers must not be printed in an area on which data or information will be printed by the Department’s equipment. Page 6 of 36 b. Any issues with missing, skipped or duplicated audit control numbers must be discussed with the Department prior to shipment. No more than one-tenth of one percent (0.1%) missing, duplicated, or out of sequence numbers will be acceptable on a per order basis. Prior to shipment of the warrant forms, a complete list of audit control numbers by box number must be sent to the Department. 2.8 Proofs and Production Samples The Provider must provide color key proofs and at least 2,000 voided production warrant form samples for testing as specified by the Department for approval prior to printing the initial order of warrant forms. The Department reserves the right to require additional samples. The transmittal of the proofs and samples to the Department must be performed in a secured fashion as approved by the Department. The Provider shall bear all costs in providing the proofs and samples. The purpose of this requirement is to verify the samples meet with the department’s specifications and the bank provider accepts the form. Deadlines for providing color key proofs and voided production samples to the Department are shown in Section 2.17 (Liquidated Damages). 2.9 Packaging and Pallet Loading a. The warrant forms must be packaged 500 per package, and each package is to be sealed in clear plastic shrink wrap or similar material. Brown paper wrapper is not acceptable. The objective is to maintain moisture proof integrity until each package is opened. To further protect each package of warrant forms against incidental damage and ensure form integrity at time of use, a corrugated cardboard or similar material reinforcement layer must be placed on the top and bottom of each package of warrant forms before wrapping. Each package must have a label affixed which identifies the contents and the audit control numbers contained therein. b. Warrant forms shall be packaged no more than 2,000 (four packages) warrant forms per shipping box. Packing of the individual packages in boxes must be flat and face up so that the boxes may be stacked six boxes high without damaging, warping, or bending the contents of the box underneath. c. The packages in each box, top to bottom, must be ascending, sequentially packed from lowest to highest audit control number. d. Each box must contain a single column of packages. Dual column shipping boxes are not acceptable. The boxes will be reused for transporting the warrant forms to their ultimate destination after processing. e. The outside of each box of warrant forms must clearly show the beginning and ending audit control numbers packed in that box. All boxes must be marked and identified as to contents and starting and ending audit control numbers, and, if any, missing or duplicate numbers. f. The warrant form boxes must be loaded on the pallets in consecutive audit control number groupings. Each pallet must be organized from top to bottom in logical sequence with the lowest audit control numbers for the warrant form on that pallet on top and the highest audit control numbers on the bottom. Each layer of boxes on the pallet must contain the next higher group of logical audit control numbers to expedite the unloading of the pallet and storage of the boxes in the Department’s secure facility. All pallets should contain 80 boxes. Each row should contain 4 boxes by 4 boxes for a total of 16 boxes. Each pallet must be wrapped with stretch wrap. (See Attachment F for Pallet Configuration Example) g. All packing boxes must be the type that has fully overlapping top and bottom flaps. This precaution is necessary to help ensure against contamination and adds overall strength to the box for stacking and storage. 2.10 Normal Warrant Form Delivery Each order for warrant forms must be complete, and delivery of each order must occur on the delivery date and time specified on the purchase order, must be within thirty (30) calendar days of the purchase order date unless another date is agreed upon by the Department. The Provider is responsible for all shipping and delivery costs. See Section 2.17 (Liquidated Damages). 2.11 Partial Shipments a. Partial shipments will be acceptable only if the Provider has received prior approval from the Department. Normally, partial shipments shall be for no less than 25 percent of the order quantity. An exception may be granted by the Department in the event it becomes necessary to ship a partial order by air freight. Page 7 of 36 b. If partial shipment is made, the balance of any order must be delivered by the deadline established in Section 2.17 (Liquidated Damages). All shipping costs shall be borne by the Provider. 2.12 Inside and In-Place Delivery and Shipping a. The Provider shall be responsible for unloading and placing of the warrant forms in the storage space specified by the Department, referred to as inside and in-place delivery. The exact location of the inside and in-place delivery shall be as stipulated on the purchase orders issued under the contract. However, in the event additional storage space is procured or the data center is relocated, additional or alternate delivery location(s) may be specified on the purchase order. Inside and In-Place delivery applies to normal deliveries as well as any that may arise due to disaster recovery emergency orders. The loading dock cannot accommodate a semi-truck. In addition the truck must have a lift gate. b. Prior to submitting a proposal, each Proposer is encouraged to view the Department’s loading dock and unloading facilities at the Fletcher Building at: 101 East Gaines Street, Tallahassee, Florida 32399 and the Department’s current storage space in order to understand the process that will be involved for inside and in-place delivery. Normal shipping cost should be included in the Proposer’s price information. A picture the loading dock and storage space are provided in (See Attachment G & H for Picture of Loading Dock and Access Road) c. State warrant forms must be delivered between the hours of 6:30 a.m. and 7:30 a.m. on the date specified by the Department, unless another time has been authorized by the Department. The Provider must contact Department personnel prior to each delivery. If a delivery is attempted outside the times specified, the Department will refuse the delivery. 2.13 Underruns and Overruns a. Under normal circumstances, there should be no underruns (quantity shipped is less than quantity ordered) or overruns (quantity shipped is more than quantity ordered). The quantity reflected on each purchase order is based on the Department’s projected usage for an order period and, more importantly, the amount of secure storage space available to the Department. b. If an underrun is shipped, only the quantity delivered may be invoiced. The shortage must be delivered by the deadline specified in Section 2.17 (Liquidated Damages) when the Provider and the Department have reached a prior written agreement to the contrary. c. If an overrun is shipped, only the quantity ordered may be invoiced. The Department may elect to accept and retain the overrun. However, the Department shall pay the Provider for no more than the quantities of warrant forms ordered by the Department. If the Department elects to refuse overrun quantity, the Department, in the interest of security, may, nevertheless, accept delivery of the overrun and notify the Provider that the overrun quantity must be picked up by the Provider at the Provider’s expense. The Provider must handle the overrun quantity based on the Department’s instructions, whether to combine with a subsequent order, or destroy the excess quantity, etc. See 2.17 (Liquidated Damages) d. The Department may undertake the destruction of the excess quantity. The Provider may be present during the destruction, at its discretion. 2.14 Emergency Orders a. If a circumstance necessitates an emergency order, the Department will immediately notify the Provider and will provide a purchase order number and the needed quantities. The Provider must guarantee the ability to produce and deliver at least fifty (50) percent of an emergency order within fourteen (14) calendar days of the purchase order and to deliver the balance of any such emergency order within fourteen (14) calendar days of the purchase order. See Section 2.17 (Liquidated Damages). b. Until an emergency order can be delivered in its entirety, air freight partial shipments may become necessary in order to keep the Department from running out of warrant forms. Emergency shipments must be delivered to Tallahassee, Florida with Inside and In-place Delivery specified to the shipper or to an alternative off-site location per Section 2.12 (Inside and In-Place Delivery and Shipping). Emergency Order shipping costs beyond the normal shipping cost to Tallahassee, Florida shall be borne by the Department and should be billed at the time of shipping. 2.15 Disaster Supply a. The Department has a disaster recovery plan that may require the Provider to produce and store, in a secure area or facility, an emergency supply of blank warrant forms. The emergency supply must be stored in accordance with Page 8 of 36 instructions issued by the Department, which may include storing the emergency supply at the Provider’s plant or facility (storage location). b. The Department reserves the right to inspect the emergency supply at the storage location after 24 hours of notifying the Provider. The Department also reserves the right to change the storage location of the emergency supply at any time upon reasonable notice. The order for the emergency supply may be separate from or included with normal orders. c. The Department may require that the emergency supply be rotated in and out with each normal order to keep the emergency supply fresh. The Department’s disaster recovery plan provides that the Department data center be up and running within 48 – 72 hours at a site located in the continental United States. The emergency supply is expected to be a quantity of 160,000 to 480,000 warrant forms. The Department will notify the Provider regarding the actual quantity of the emergency supply and will provide reasonable notice should the change in quantity become necessary. The warrant forms must remain on pallets and be available for delivery to a location designated by the Department at the time an emergency is declared under the Department’s disaster recovery plan. The emergency supply must be shipped and available for use by the Department within 72 hours of notification. See Section 2.17 (Liquidated Damages). Shipments under this subsection must be delivered to the destination provided by the Department. See section 2.12 (Inside and In-Place Delivery and Shipping). 2.16 Plant Shutdown and Other Emergency Conditions a. If the production and/or delivery of a warrant forms order is jeopardized (disaster, strike, etc.), the Provider must notify the Department immediately. The Department will determine what actions are to be taken. b. If the Provider’s primary production facility is involved, the Provider may shift production to alternate production facilities as long as they are owned and operated by the Provider, unless the Department approves alternative arrangements. The Provider shall notify the Department prior to taking such action. 2.17 Liquidated Damages a. Specific deadlines are set herein for the Provider’s performance. The Provider shall not be liable if the failure to deliver, provide, or perform arises out of causes beyond the control and without the fault or negligence of the Provider (Acts of God, the public enemy, fires, floods, strikes, freight embargoes, etc.) and the Provider can satisfactorily demonstrate to the Department that one or more of these factors precluded delivery. Further, the Provider shall not be liable if an extension of a specific deadline has been approved by the Department. The Force Majeure provisions of PUR 1000-24 will apply. In such event, the Provider will use commercially reasonable efforts to avoid or minimize any delays in performance and will inform the Department of the steps the Provider is taking or will take to do so, and the projected actual completion (or delivery) time. b. The Provider acknowledges that untimely performance or other material noncompliance will damage the Department, but by their nature such damages are impossible to ascertain presently and will be difficult to ascertain in the future. The issues involved in determining the amount of damages will be multiple and complex, and will be dependent on many and variant factors, proof of which would be burdensome and require lengthy and expensive litigation, which the parties desire to avoid. Accordingly, the parties agree that it is in the parties’ best interests to agree upon a reasonable amount of liquidated damages, which are not intended to be a penalty and are solely intended to compensate for unknown and unascertainable damages. Liquidated damages will accrue and be assessed for failure to meet specifications or deadlines as specified in the table below. Financial Consequences This table contains section references and deadlines which shall result in the accrual and assessment of Financial Consquences. SECTION REFERENCE Underruns (Section 2.13) Overruns DEADLINE If an underrun is shipped, the shortage must be delivered within fifteen (15) business days following delivery of the initial order which was underrun. The provider will be charged $100 for each calendar day beyond the 15-day deadline. If the Department requests the Provider pick up an overrun and transport Page 9 of 36 (Section 2.13) Normal Delivery (Section 2.10) Warrant Production and Delivery (Multiple Sections) Partial Shipments (Section 2.11) Emergency Orders (Section 2.14) Disaster Recovery (Section 2.15) Composition and Artwork (Section 2.5) Proofs and Production Samples (Section 2.8) Extra Hours Required for Using Defective Warrants (Section 2.18) it to another location for storage or destruction, the Provider must pick up the overrun within ten (10) business days following the Department’s request. The provider will be charged $100 for each calendar day beyond the 10-day deadline. The delivery date on the purchase order will be within thirty (30) days of the date of the purchase order. The provider will be charged $100 for each calendar day beyond the 30-day deadline. If the Provider fails to meet the minimum performance levels provided in Delieverable 4, shipment will be refused, and the Provider shall be charged $100 per calendar day until issue has been resolved to the satisfaction of the Department. If a partial shipment is made, the balance of the order must be delivered within fifteen (15) business days after the initial delivery of the partial shipment. The provider will be charged $100 for each calendar day beyond the 15-day deadline. Delivery of initial quantity: The provider will be charged $100 for each calendar day beyond the 14-day deadline. Delivery of balance of emergency order(s): The provider will be charged $100 for each calendar day beyond the 30-day deadline Delivery of a disaster recovery order must be made within 72 hours of notification by the Department.The provider will be charged $100 for each calendar day that the emergency supply is not shipped and available for use by the Department after 72 hours of notification by the Department. Thirty-One (31) calendar days after the end of the posting period for contract award. The provider will be charged $100 for each calendar day beyond the 31-day deadline. Color Key Proofs: Forty-five (45) calendar days after the end of the posting period for contract award. The provider will be charged $100 for each calendar day beyond the 45-day deadline. Voided Production Samples: Fifteen (15) calendar days after the color key proofs are approved. The provider will be charged $100 for each calendar day beyond the 15-day deadline. Except where any applicable liquidated damages are stated above, if the Department is required to use or review defective or otherwise unaceptable warrants while waiting for a shipment of acceptable warrants, the State will charge the Provider $20 an hour for each staff member required to assist with defective warrants. 2.18 Failure to Provide Warrant Forms as Specified a. Any order for warrant forms, that does not meet the requirements in sections 2.1 – 2.7or any part thereof, which is misprinted, misnumbered, defective or otherwise unacceptable to the Department will be reprinted or credited upon request from the Department. Any reprint will be produced and delivered entirely at the expense of the Provider and the initial starting audit control number will be provided by the Department.No proration or allowance may be charged by the Provider for any quantity of unacceptable or defective forms used by the Department while awaiting delivery of a reprint. b. If the Department is required to use staff time to review defective or otherwise unacceptable warrants the Department may charge the Provider liquidated damages as specified by the Department in Section 2.17 (Liquidated Damages). If a reprint becomes necessary, liquidated damages may be assessed by the Department and reprinted warrants may be required for sooner than the normal delivery schedule if the State’s inventory is critically short as a result of the Provider’s failure to provide acceptable warrant forms. c. The Provider shall have the right to inspect the warrant forms before undertaking a reprint. If the right to inspect is to be exercised, the Provider’s representative must inspect the warrant forms within three (3) business days of notification that a problem exists. Failure to inspect the warrant forms within the three (3) business days will mean the forfeiture of any right Page 10 of 36 to inspect the warrant forms or to protest the decision of the Department. Any travel expenses or other costs incurred in performing this service must be borne by the Provider. The provider can also request the Department to send a sample (10) of the defective warrants at the provider’s expense. d. The defective or unacceptable warrant forms will be disposed of or used at the discretion of the Department only after inspection by the Provider unless the Provider fails to exercise the right of inspection within the three (3) business days after notification. e. Due to shrink wrapping on the warrants and boxes for moisture control, it is not possible for the Department’s personnel to inspect every box of warrant forms upon arrival. In addition, even spot checks can be inconclusive. Therefore, the Department reserves the right to notify the Provider of defective, unacceptable or missing warrant forms at any time while the Department is using the warrant forms supplied by the Provider under the contract. f. If the provider fails to deliver the warrants as specified in the pallet section the Department shall refuse the delivery. 2.19 Estimated Order Quantities and Schedules a. During the fiscal year ended June 30, 2014, the Department purchased approximately 1.9 million warrant forms under the current contract. This estimate is provided only as a guideline for preparing the proposal and should not be construed as representing the actual quantities to be purchased under the contract. b. A purchase order is currently issued approximately once every six (6) months with delivery taking place approximately four (4) weeks after the purchase order issue date. Order quantities and order schedules are generally predicated on short term usage, seasonal adjustments, and available storage space. Order quantities and schedules may vary at the discretion of the Department, and the time span between orders may vary based on need. 2.20 Price Adjustment a. Subject to the Department’s approval, the contract price may be adjusted annually, beginning one year from the date of issuance of the first purchase order, and then on the same date each year thereafter. Each price adjustment shall be based on the unadjusted percent change to the U.S. Department of Labor, Bureau of Labor Statistics, Producer Price Index [Series Id: PCU32311K32311K0B, Industry: Commercial printing (except screen and books), Product: General job printing, nec (lithographic) (offset)] in effect for the month of January preceding the effective date of the price increase compared with the index in effect for the month in which the first purchase order under this contract is issued. However, the adjusted price may not exceed or be less than ten (10) percent of the original price. The following example shows how the price adjustments will be computed: Original price per thousand: Price Index at Original P.O. Date: $20.00 110.0 Year 1 Index 110.0 Index Change - Allowable % Adjustment - Price $20.00 2 116.4 + 6.4 + 6.4% $21.28 3 112.2 +2.2 +2.2% $20.44 Renewal 121.5 +11.5 +10.0% $22.00 Renewal 108.6 -1.4 -1.4% $19.72 b. In addition to price adjustments that may be considered during the initial three (3) year contract period, a price adjustment may be considered by the Department at the time the Department and the Provider are entering into a contract renewal. c. The Department may require written justification for a proposed price increase from the Provider. It is incumbent on the Provider to fully justify any proposed price increase. The Department reserves the right to verify any information supplied by the Provider during performance evaluation before a renewal. Any misstatement of material fact by the Provider will be justification for the Department to cancel the contract by written notification and to institute a new solicitation process immediately. If the Department considers a proposed price increase acceptable, an agreement to renew the contract will be submitted to the Provider to be finalized. Page 11 of 36 2.21 Contract Renewal a. The contract awarded pursuant to this RFP may be renewed for up to an additional three (3) years upon mutual agreement in writing. Prior to the expiration of the contract and under mutual agreement, the Provider will be requested to submit proposed price changes, if applicable, for contract renewal. Except for applicable price changes, the renewal is subject to the same terms and conditions as the original contract. The Department reserves the right to accept or deny any proposed price modifications and to request information from the Provider to support any proposed price modifications. b. As exit transition services upon any expiration or termination of a contract, the Provider must supply warrant forms to the Department at the previously agreed upon price per thousand under a limited contract renewal until such time another Provider has been contracted and is able to make delivery of warrant forms. For the purposes of this requirement, a limited contact renewal shall mean a contract renewal for a period of six (6) months, subject to the same terms and conditions, including prices, of the existing contract and subject to cancellation upon the Department establishing a new contract with another Provider and delivery of the initial order of warrant forms there under. SECTION 3: DELIVERABLES Deliverable #1: Description: Duplicate set of all artwork Due Date of Deliverable: Thirty-One (31) calendar days after the end of the posting period for contract award. Minimum Acceptance Criteria: Composition and Artwork should contain the following: All composition and artwork of the printing, copy, and production of plates or digital files must be created based on the specificiation and approval of the Department. Deliverable #2: Description: Proofs Due Date of Deliverable: Forty-five (45) calendar days after the end of the posting period for contract award. Liquidated damages will be assessed for each calendar day beyond the 45-day deadline. Minimum Acceptance Criteria: The Provider must provide color key proofs as specified by the Department for approval prior to printing the initial order of warrant forms. The transmittal of the proofs to the Department must be performed in a secured fashion as approved by the Department. The Provider shall bear all costs in providing the proofs. Deliverable #3: Description: Production Samples Due Date of Deliverable: Fifteen (15) calendar days after the color key proofs are approved. Liquidated damages will be assessed for each calendar day beyond the 15-day deadline. Minimum Acceptance Criteria: The Provider must provide at least 2,000 voided production warrant form samples for testing as specified by the Department for approval prior to printing the initial order of warrant forms. The Department reserves the right to require additional samples. The transmittal of the samples to the Department must be performed in a secured fashion as approved by the Department. The Provider shall bear all costs in providing the samples. Deliverable #4 Description: Warrant Production and Delivery Due Date of Deliverable: Multiple, see section 2.17 Page 12 of 36 Minimum Acceptance Criteria: Warrant Form o The overall size of the warrant form must be exactly 11 inches high by 8 1/2 inches wide. The warrant form consists of an upper portion and a lower portion. The upper portion of the warrant form is exactly 7 1/3 inches high by 8 1/2 inches wide. The lower portion of the warrant form is exactly 3 2/3 inches high by 8 1/2 inches wide. o One full horizontal perforation shall be located exactly 7 1/3 inches from the top and on the front of the warrant form. o The Department’s warrant forms must be printed on 24 pound white laser MOCR bond 92 bright-app paper stock. The face printing ink color must be process blue, and the back printing ink color must be gray. The back color ink must not interfere with or detract from, by bleed through, any data or information printed on the face of the warrant form by the Department’s equipment. o The basic security features of the warrant form must consist of a security background tint with a gradient, a border, artwork and a State of Florida Seal, all printed by the Provider on the front of the lower portion of the warrant form (i.e., the actual warrant portion). The back of the entire warrant form has a pantograph with the words “State of Florida” and the State of Florida Seal printed in a white phosphorescent ink according to the Department’s security features. o Each warrant form must be consecutively numbered with a nine-digit audit control number, printed on the front lower portion of the warrant form by the Provider. The audit control numbers must be printed in color red in a bold type font of approximately 1/6 of an inch in height or some other size acceptable to the Department. The numbers should be formatted 000-000-000 or 000 000 000. The location of the audit control number should always be consistent on all the warrant forms printed. Packaging and Pallet Loading o The warrant forms must be packaged 500 per package, and each package is to be sealed in clear plastic shrink wrap or similar material. A corrugated cardboard or similar material reinforcement layer must be placed on the top and bottom of each package of warrant forms before wrapping. Each package must have a label affixed which identifies the contents and the audit control numbers contained therein. Each box of warrant forms must clearly show the beginning and ending audit control numbers packed in that box. o Warrant forms must be packaged no more than 2,000 (four packages) warrant forms per shipping box. Packing of the individual packages in boxes must be flat and face-up. o The packages in each box, top to bottom, must be ascending, sequentially packed from lowest to highest audit control number. o Each box must contain a single column of packages. o The warrant form boxes must be loaded on the pallets in consecutive audit control number groupings. Each row should contain 4 boxes by 4 boxes for a total of 16 boxes. Each pallet must be wrapped with stretch wrap. o All packing boxes must be the type that has fully overlapping top and bottom flaps. SECTION 4: SPECIAL CONDITIONS 4.1 Proposal Submission Responses to this RFP must address all requirements in this section of the RFP. Failure to submit the Proposal in accordance with the requirements in this section of the RFP may result in disqualification of the Proposer. Page 13 of 36 4.2 Proposal Contents To facilitate the review process, Proposers are encouraged to organize their paper copy Proposals in binders with the tabs identified below for Proposer and technical information, followed by the completed attachments and other required documentation identified below. Proposers may include additional information that is deemed relevant in a separate attachment. Proposer and Technical Information Tab 1 – General Information a. b. c. d. e. f. g. A brief statement of the Proposer’s understanding of the work to be performed under the contract awarded pursuant to this RFP and ability to meet requirements discussed in Section 2 (Technical Specifications and Scope of Work). Provide examples of similar experience with other state entities, if applicable. A brief summary of the Proposer’s organization, history and experience in printing documents of the quantities and the nature required in this RFP. The experience should be reflective of the Proposer’s ability to perform the services requested in this RFP. A summary of the Proposer’s ability to meet requirements discussed in Section 2 (Technical Specifications and Scope of Work). Provide examples of similar expericience with another entity. Provide supporting detail as necessary. A brief summary of the Proposer’s locations and staffing in Florida and other states, if applicable. A brief discussion of investigations, charges, convictions, or entries of pleas of no contest applicable to any felonious criminal activity by the Proposer or principals of the Proposal during the past ten years. If there were none, so state. A brief summary of the Proposer’s ability to meet the required timeframe of delivery A brief summary of the Proposer’s shipping company and their ability to meet the requirements in this RFP. Tab 2 – Financial Information Evidence of sufficient financial resources and stability for the Proposer to provide services requested in this RFP. The financial information provided should demonstrate that the Proposer has no going-concern, legal, or other issues that may affect meeting the required responsibilities. To meet this information requirement, the Proposer should submit the Proposer’s financial statements including balance sheets, income statements, cash flow statements, notes to the financial statements, and auditor opinion if available for the past two (2) fiscal years. Preference as noted in the evaluation criteria will be given to the Proposer with financial statements audited by a certified public accountant. This Tab 2 will not become part of the final contract. Tab 3 – Personnel Information a. b. The names, titles, mailing and e-mail addresses, and telephone numbers of the individuals who are authorized to make representations on behalf of the Proposer. The names, titles, mailing and e-mail addresses, and telephone numbers of the individuals who will be engaged in this project. Include a description of the functions and responsibilities of each individual relative to the tasks to be performed. Their relevant work experience, time with the company and a copy of their résumé. Résumé should identify experience the individuals have had providing the requested services. Tab 4 – Facility Security Features a. b. c. A brief description of the facility that is operated by the Proposer and in which the warrant forms would be produced if the Proposer becomes the Provider. A brief description of the Proposer’s security measures regarding the handling and storage of printed materials, artwork, negatives, printing plates, proofs, etc., to preclude damage, theft, forgeries, or any other unauthorized or illegal access or usage. A brief summary of the Proposer’s plan and capability to provide for the production and delivery of warrant forms pursuant to deadlines established in this RFP in the event of a contingency that would preclude or diminish the performance of the Provider under the contract award pursuant to this RFP. Page 14 of 36 Tab 5 – References Please provide references from the following: a. Previous customers whom services received were similar to the RFP requirements. b. Previous customers identifying provider’s ability to deliver within a set time frame, if available. c. Department of Financial Services regarding prior expericience with proposer, if applicable. Tab 6 – Attachment A-1, Price Sheet a. b. Enter the proposed price per thousand warrant forms include applicable shipping cost to Tallahassee, Florida with mandatory inside and in place delivery as specified in Section 2.12 (Inside and In-Place Delivery and Shipping). The price must cover the technical specifications and scope of work discussed in Section 2 of this RFP including the basic security features required in Section 2.6 (Security and Safety Features). Note that Attachment A-1’s required section must be completed regardless of whether or not additional or alternative security features are proposed. Tab 7 – Additional Warrant Security Features If applicable, a brief summary of additional security features or security features alternative to the basic security features. If additional or alternative security features are proposed, please provide separate price information in Attachment A-2. Proposers that propose additional or alternative security features that are deemed better than the basic security features may receive additional points for their proposals as noted in the evaluation criteria. Tab 8 – Attachment A-2, Price Sheet for Additional Security Features a. b. c. If applicable, enter the proposed price per thousand warrant forms include applicable shipping cost to Tallahassee, Florida with mandatory inside and in place delivery as specified in Section 2.12 (Inside and In-Place Delivery and Shipping). The price must cover the technical specifications and scope of work discussed in Section 2 of this RFP including the basic security features required in Section 2.6 (Security and Safety Features). Note that Attachment A-1’s required section must be completed regardless of whether or not additional or alternative security features are proposed. If this form is used, a brief summary of the proposed additional or alternative security features must be discussed in Tab 7 of the Proposal contents. Note that Attachment A-1 must be completed regardless of whether or not additional or alternative security features are proposed in Attachment A-2. Attachments Required: Attachment A– Mandatory Minimum Requirements Optional: Attachment B – Identical Tie Response Certification. This attachment is optional. However, it will be used in the event of identical tie Proposals. Required: Attachment D – Conflict of Interest Certification Other Required Documentation a. b. c. One (1) sample of paper stock as specified in Section 2.3 (Paper Stock and Ink). Voided, full color samples of individual (cut sheet) paper warrant forms, checks, drafts, or similar controlled form which have been produced by the Proposer adequate for processing by Xerox model 144DPSMXC printing equipment. Such samples must demonstrate the ability to provide high quality forms for the aforementioned equipment and which can be processed satisfactorily by all equipment referenced in this RFP. A letter of certification, signed by the Proposer, with certifications as to the accuracy of the Proposal contents and a statement that the Proposer agrees to not seek indemnification from the Department for any costs or services. 4.3 Submission Instructions A. Preparation Cost Proposals shall be prepared simply and economically. The Department is not liable for any cost incurred by a Proposer in responding to this RFP. B. Format and Copies Each Proposal must contain one original. Also provide four (6) paper copies and two (2) digital copies of the Proposal. PRICE INFORMATION SHALL BE SUBMITTED SEPARATELY FROM ALL OTHER PORPOSAL SUBMISSION Page 15 of 36 DOCUMENTS AND COMPACT DISK OR DVD. The Proposer must also submit one (1) redacted copy if deemed necessary by the Proposer. Failure to provide a redacted version when confidentiality is claimed by the Proposer may be cause for determination of non-conformance. Failure to submit the proposal package with the required attachments, and/or other required documentation by the deadline specified in Section 1.4 (Timetable) will result in disqualification of the Proposer. The original Proposal must contain the original attachments required to be signed as part of the Proposal submission. Place on the original Proposal binder the following printed information on both its outside front cover, and on it spine: [Proposer’s exact legal name in which name the contract would be awarded] Proposal Regarding RFP #___ ORIGINAL, Binder ___ of ___ Place on each paper copy of the Proposal the following printed information on both its outside front cover, and on its spine: [Proposer’s exact legal name in which name the contract would be awarded] Proposal Regarding RFP #___ COPY #___, Binder ___ of ___ Submit digital copies on a compact disk or DVD with a proper label identifying the Proposer’s exact legal name in which name the contract would be awarded and the RFP number. Refer to Section 4.5 (Public Records) for additional information related to the redacted copy. Mark the redacted copy with: [Proposer’s exact legal name in which name the contract would be awarded] Proposal Regarding RFP #___ REDACTED COPY, Binder ___ of ___ C. Delivery Sealed Proposals must be submitted to the following address by the deadline established in Section 1.4 (Timetable) of this RFP: Florida Department of Financial Services Attention: Gloriann McInnis, Purchasing Services 200 East Gaines Street, Larson Building Tallahassee, Florida 32399-0317 D. Communication a. Between the release of this RFP and the end of the 72 business hour period following the Department’s posting of the notice of intended award, Proposers to this RFP or persons acting on their behalf shall not contact any employee or officer of the Department concerning any aspect of this RFP, except in writing to the purchasing agent. Willful violation of this requirement shall result in elimination of the offending entity from consideration for award of contract under this RFP. b. No decisions or actions shall be initiated or executed by the Proposer as a result of any discussions with any Department employees. Only communications which are in writing from the Department may be considered as duly authorized communication on behalf of the Department. During selection the Proposer, its agents and employee must not engage in any written or verbal communication with any Department employees whether or not such individual is assisting in the selection, regarding the merits of the Proposer or whether the Department should retain or select the Proposer. The Proposer must not engage in any lobbying efforts or other attempts to influence the Department or the evaluation team, in an effort to be selected. The selection period shall begin according to Section 1.4 (Timetable). E. Additional Information a. PUR Form 1001, General Instructions to Respondents, and PUR Form 1000, General Conditions, which, except as modified by these Special Conditions, are incorporated and are attached or available online at http://dms.myflorida.com/business_operations/state_purchasing/documents_forms_references_resources/purchasing_form s Page 16 of 36 b. Please be reminded that conditions and specifications which are considered mandatory are expressed with the word “shall” or “must”. Proposals that fail to demonstrate both willingness and ability to comply with such conditions and specifications will be considered non-responsive and will be disqualified. c. Proposals shall be considered non-responsive if they contain disclaimers such as “the Proposal is for evaluation purposes only and should not be interpreted as a binding offer or commitment on the part of a Proposer”. 4.4 Evaluation Process A. Evaluation Teams The evaluation process will be completed by two (2) teams, appointed by the Department. One team of two (2) members will review the Financial Information (Tab 2). Another team of three (3) members will review the remaining information. B. Determination of Conformance The objective of this RFP is to elicit firm contractual offers subject to the Department's acceptance. For a Proposal to be responsive, the Proposer must be committed to enter into a contract based on this RFP and the Proposer's Proposal. If a Proposal contains language which withdraws or negates commitments to requirements of this RFP, or qualifies the Proposal such that it is not a firm offer to contract under terms consistent with the requirements of this RFP, the submission shall be subject to being deemed non-responsive and rejected. Proposers are cautioned to carefully proofread Proposals to ensure the removal of boilerplate disclaimers which have the effect of negating commitments made elsewhere in the Proposal. C. Evaluation Criteria All submissions must be complete with all required attachments submitted to be evaluated. The Proposal evaluation process will be completed in two tiers. Tier 1 will evaluate the mandatory minimum requirements outlined in Attachment A. Proposals that do not meet all mandatory minimum requirements will result in disqualification of the Proposal. Proposals that are not disqualified in Tier 1 will then be evaluated and scored by the evaluation teams based on the following point allocation out of a total of 170 points. Each tab will be scored using the table below: Tab 1 (General Information) Tab 2 (Financial Information) Tab 3 (Personnel Information) Tab 4 (Facility Security Features) Tab 5 (References) Tab 6 (Attachment A-1, Price Sheet) Tab 7 (Additional Warrant Security Features) Tab 8 (Attachment A-2, Price Sheet for additional Sercurity Features) Other required documentation (samples) 20 points 20 points 20 points 20 points 20 points 20 points 20 points 10 points 20 points Each evaluator will use the following to score each component except Tabs 6 and 8: Assessment Exceptional Adequate Inadequate Assessment Description Provided information demonstrating superior understanding and ability to meet the Department’s requests. Provided information demonstrating understanding and ability to meet the Department’s requests. Provided information demonstrating lack of understanding and ability to meet the Department’s requests. Evaluator Score 15-20 points 1-14 points 0 points The following method will be used to award points on Tabs 6 and 8: Price Sheet analysis will be conducted through the comparison of price quotations submitted. The criteria for price evaluation shall be based upon the following formula: (Low Price/Proposer's Price) x Price Points = Proposer’s Awarded Points Page 17 of 36 D. Reservations The Department reserves the right to reject any and/or all Proposals, or to waive minor discrepancies if it is in the Department’s best interest to do so. The Department may, by written notice, revise and amend the solicitation before the due date for the Proposal. E. Contract a. The contract shall be awarded by written notice to the responsible and responsive Proposer, whose Proposal is determined in writing to be the most advantageous to the State, taking into consideration the price and other requirements set forth in this RFP. The Department will coordinate a contract for signature, substantially in the form attached as Attachment C, between the Department and the successful Proposer, who will be the Provider, or the Contractor, that incorporates this RFP and the Proposer’s Proposal as soon as possible after the posting of the notice of award on the Vendor Bid System (VBS) website, at http://myflorida.com/apps/vbs/vbs_www.main_menu. b. After selection of the Provider, this RFP (including all attachments and addenda), the Proposal of the Provider, and the executed contract will constitute the entire agreement of the parties and will supersede any prior representations, commitments, conditions, or agreements between the parties. c. Modifications as noted in response to the Proposers' questions and any other addenda to the RFP are incorporated into the RFP. The Department reserves the right to amend this RFP by an addendum prior to the date for Proposal submission. If there are any perceived inconsistencies among any of the provisions of the RFP and its attachments, Proposers shall bring these inconsistencies to the attention of the Department prior to the submission of the Proposal. d. All purchase orders for warrant forms issued by the Department during the contract period become a part of the contract. F. Nonexclusive Contract This procurement will not result in an exclusive license to provide the services/products described in this RFP or the resulting contract. The Department may, without limitation and without recourse by the Provider, contract with other vendors to provide the same or similar services. 4.5 Public Records Notwithstanding any provisions to the contrary, public records shall be made available pursuant to the provisions of the Public Records Act. The final form of contract is a public record. Trade secrets are not solicited or desired as submissions with Proposals. Section 812.081, Florida Statutes, defines trade secrets. If the Proposer submits a Proposal containing trade secrets, the Proposer shall submit a statement titled "Notice of Trade Secrets." This Notice shall clearly identify specific sections of the Proposal that are trade secrets and identify the reason for each designation. If the Department receives a public records request related to the Proposal, the Proposers who have filed Notices of Trade Secrets shall be notified of the request. Also, if Proposer considers any portion of the documents, data or records submitted in reply to this solicitation to be confidential, trade secret or otherwise not subject to disclosure pursuant to Chapter 119, Florida Statutes, the Florida Constitution or other authority, Proposer must also simultaneously provide the Department with a separate redacted copy of its Proposal. The Proposer shall be solely responsible for taking whatever action it deems appropriate to legally protect its claim of exemption from the public records law. Such protection shall be accomplished within 15 business days of the notification of the public records request by the Department. Failure to protect the trade secret shall constitute a waiver of any claim of confidentiality and the Department shall release the requested document. Any prospective Proposer acknowledges that the protection afforded by section 815.045, Florida Statutes, is incomplete, and it is hereby agreed that that no right or remedy for damages arises from any disclosure. (modifies PUR 1000 ¶33 and PUR 1001, ¶19). The successful Proposer shall retain such records for the longer of three (3) years after the expiration of the awarded Contract or the period required by the General Records Schedules maintained by the Florida Department of State (available at: http://dlis.dos.state.fl.us/recordsmgmt/gen_records_schedules.cfm). 4.6 Electronic Accessibility If applicable, Section 508 compliance information on the supplies and services in this Contract are available on a website indicated by the Proposer in the Proposal or resulting Contract. The Electronic and Information Technology standard can be found at: http://www.section508.gov/. 4.7 Fidelity Bond Page 18 of 36 a. The Provider shall secure and maintain during the life of the contract a Blanket Fidelity Bond in the amount of $250,000 on all of the Provider’s principals, officers, employees and agents. The definition on agent(s) includes any common carrier used to transport the blank warrant forms from the time they leave the factory until they are delivered to the Department. Said bond shall protect the State of Florida from any losses sustained through any act or acts committed by principals, officers, employees or agents of the Provider. b. The successful Proposer shall furnish the Department the Blanket Fidelity Bond within thirty-one (31) calendar days after the posting period for contract award and shall provide evidence of subsequent renewals on the bond during the contract term, including contract renewals. Failure to provide the bond shall be cause for the voiding of the contract. Page 19 of 36 DFS AC RFP 14/15-20 ATTACHMENT A MANDATORY MINIMUM REQUIREMENTS This Attachment contains all the Mandatory Minimum Requirements referenced in the Evaluation Criteria (Section 4.4, C) of the RFP. In order for the Provider’s proposal to be considered, all of the following requirements must be met. Please indicate your response to all items. Type Requirements Can Provide? (Select yes or no) Warrant Form Size of warrant form must be 11 inches high by 8 1/2 inches wide. The upper portion must be 7 1/3 inches high by 8 1/2 inches wide. The lower portion must be 3 2/3 inches high by 8 1/2 inches wide. One full horizontal perforation must be located 7 2/3 inches from the top of the warrant form and must be 9 cuts per inch at a material to cut ration of 1:1. The perforation must be laser cut. Each warrant form must be consecutively numbered with a nine-digit audit control number, printed on the front lower portion of the warrant form by the Provider. Each warrant must be printed on 24 pound white lase MOCR bond 92 brightapp paper stock. The face printing must be process blue and the back printing must be gray. The back color ink must not interfere with or detract from, by bleed through, any data or information printed on the face of the warrant formby the Department’s equipment. Each warrant must be consectively numbered with a nine-digit audit control number, printed on the front lower portion of the warrant form. The audit control numbers must be in color red in a bold type font of approximately 1/6 of an inch in height. The numbers must be formatted 000-000-000 or 000 000 000, The location of the audit control number must always be consistent on all the warrant forms. YES NO YES NO YES NO YES NO YES NO The basic security features of the warrant form must consist of a security background tint with a gradient, a border, artwork and a State of Florida Seal, all printed by the Provider on the front of the lower portion of the warrant form (i.e., the actual warrant portion). The back of the entire warrant form has a pantograph with the words “State of Florida” and the State of Florida Seal printed in a white phosphorescent ink according to the Department’s security features. YES NO YES NO The Provider must provide color key proofs and at least 2,000 voided production warrant form samples for testing as specified by the Department for approval prior to printing the initial order of warrant forms. YES NO The Provider shall be responsible for unloading and placing of the warrant forms in the storage space specified by the Department, referred to as inside and in-place delivery. YES NO Warrant forms must be packaged 500 per package and each package must be sealed in clear prastic shrink wrap or similar material. A corrugated cardboard or similar material reinforcement layer must be placed on the top and bottom of each package of warrant forms before wrapping. Each package must have a label affixed which identifies the contents and the audit control numbers contained therein. Each box of warrants forms must clearly show the beginning and ending audit control numbers packed in that box. Warrant forms must be packaged no more than 2,000 (four packages) per shipping box. Packing of the individual packages in the boxes must be flat and face up. The packages top to bottom must be ascending, sequentially packed form lowest to highest audit control number. YES NO YES NO Security Features Proof and Production Samples Shipping Packaging and Pallet Loading Page 20 of 36 ATTACHMENT A MANDATORY MINIMUM REQUIREMENTS (Continued) Type Requirements Each box must contain a single column of packages. Can Provide? (Select yes or no) YES NO The warrant form boxes must be loaded on the pallets in consecutive audit control numbers groupings. All packing boxes mus be the type that has fully overlapping top and bottom flaps. YES NO YES NO Delivery must be between 6:30 a.m. and 7:30 a. m. on a business day. YES NO The delivery space for the Department is limited and has an elevated loading dock. The method of delivery must accommodate these constraints. YES NO The Department owns the artwork that the provider creates and the provider cannot use it without the permission of the Department. YES NO Delivery Artwork Page 21 of 36 DFS AC RFP 14/15-20 ATTACHMENT A-1 PRICE SHEET (BASIC SECURITY FEATURES) Enter the proposed price per thousand warrant forms in the designated space below. Please include applicable shipping cost to Tallahassee, Florida with mandatory inside and in place delivery as specified in Section 2.12 (Inside and In-Place Delivery and Shipping). Also, the price must cover the technical specifications and scope of work discussed in Section 2 of this RFP including the basic security features required in Section 2.6 (Security and Safety Features). Note that Attachment A-1 must be completed regardless of whether or not additional or alternative security features are proposed in Attachment A-2. Deliverable 1st Year of Initial Term Fee/Price (per thousand warrants) (to be completed by the Proposer) Deliverable # 1 Duplicate set of all artwork – Section 2.5 (Composition and Artwork) Deliverable # 2 Color Key Proofs –Section 2.8 (Proofs and Prodution Samples) Deliverable # 3 Voided production warrant forms – Section 2.8 (Proofs and Prodution Samples) N/A N/A N/A Deliverable # 4 Warrant Forms – Section 2 (Technical Specifications and Scope of Work) * $ ____________ [NOTE: This amount will be scored pursuant to Section 4.4 C. (Evaluation Criteria).] * Amount will be used for basis of awarding Cost Points Renewal period costs will be based on Section 2.20 (Price Adjustment). To be completed by the Proposer: I certify that this bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a Proposal for the same materials, supplies or equipment, or services and is in all respects fair and without collusion or fraud. I agree to abide by all conditions of this Proposal and certify that I am authorized to sign this Proposal for the Proposer and that the Proposal is in compliance with all requirements of this RFP, including but not limited to, certification requirements. Proposer Company Name: Proposer Address: (City/State/Zip Code) Proposer Phone Number: Proposer E-mail Contact: Authorized Representative’s Name (Printed): Authorized Representative’s Signature: Date Signed: Page 22 of 36 DFS AC RFP 14/15-20 ATTACHMENT A-2 (Optional) PRICE SHEET (ADDITIONAL OR ALTERNATIVE SECURITY FEATURES) Enter the proposed price per thousand warrant forms in the designated space below. Please include applicable shipping cost to Tallahassee, Florida with mandatory inside and in-place delivery as specified in Section 2.12 (Inside and In-Place Delivery and Shipping). Also, the price must cover the technical specifications and scope of work discussed in Section 2 of this RFP including the security features proposed in addition or alternative to the basic security features required in Section 2.6 (Security and Safety Features). If this form is used, a brief summary of the proposed additional or alternative security features must be discussed in Tab 5 of the Proposal contents. Proposers that propose additional or alternative security features that are deemed better than the basic security features may receive additional points for their proposals during the evaluation process. Note that Attachment A-1 must be completed regardless of whether or not additional or alternative security features are proposed in Attachment A-2. Deliverable 1st Year of Initial Term Fee/Price (per thousand warrants) (to be completed by the Proposer) Deliverable # 1 Duplicate set of all artwork – Section 2.5 (Composition and Artwork) Deliverable # 2 Color Key Proofs –Section 2.8 (Proofs and Prodution Samples) Deliverable # 3 Voided production warrant forms – Section 2.8 (Proofs and Prodution Samples) N/A N/A N/A Deliverable # 4 Warrant Forms – Section 2 (Technical Specifications and Scope of Work) * $ ____________ [NOTE: This amount will be scored pursuant to Section 4.4 C. (Evaluation Criteria).] * Amount will be used for basis of awarding Cost Points Renewal period costs will be based on Section 2.20 (Price Adjustment). To be completed by the Proposer: I certify that this bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a Proposal for the same materials, supplies or equipment, or services and is in all respects fair and without collusion or fraud. I agree to abide by all conditions of this Proposal and certify that I am authorized to sign this Proposal for the Proposer and that the Proposal is in compliance with all requirements of this RFP, including but not limited to, certification requirements. Proposer Company Name: Proposer Address: (City/State/Zip Code) Proposer Phone Number: Proposer E-mail Contact: Authorized Representative’s Name (Printed): Authorized Representative’s Signature: Date Signed: Page 23 of 36 DFS AC RFP ??? ATTACHMENT B (Optional) IDENTICAL TIE RESPONSE CERTIFICATION In the event of identical tie Proposals, preference shall be given to the Proposer who (check the applicable block) certifies one or more of the following: _____A. The response is from a certified minority-owned firm or company; _____B . A veteran business certified according to s. 295.187, F.S. _____C. A Florida-based business having at least one of the following characteristics; 1) Fifty-one percent of the company is owned by Floridians; or 2) Employs a workforce for this project or contract that is at least 51% Floridians; or 3) More than 51% of business assets of the company, excluding bank accounts, are located in Florida. If not a Florida-based business as defined in paragraph C above, attach a written opinion of an attorney at law licensed to practice law in that foreign state, as to the preferences, if any or none, granted by the law of that state to its own business entities whose principal places of business are in that foreign state in the letting of any or all public contracts. _____D. The response is from a Florida-domiciled entity _____E. The commodities are manufactured, grown, or produced within this state; _____F. Foreign manufacturer with a factory in the State employing over 200 employees working in the State. _____G. Businesses with drug-free workplace programs. Whenever two (2) or more solicitation Responses 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 solicitation Response 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 solicitation Responses will be followed if none of the tied Proposers have a drug-free workplace program. 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 solicitation a copy of the statement specified in subsection (1). 4) In the statement specified in subsection (1), notify the employees, as a condition of working on the commodities or contractual services that are under contract, 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. I certify that this firm complies fully with the above-selected requirements. (If item E above is selected, subsections “1” through “6” have been met.) Contractor’s Name: _________________________________________ Authorized Signature: _________________________________________ Page 24 of 36 DFS AC RFP 14/15-20 ATTACHMENT C WARRANT FORMS CONTRACT THIS CONTRACT (Contract) is entered into by and between the State of Florida, Department of Financial Services, 200 East Gaines Street, Tallahassee, Florida 32399-0353 (Department) or its successor, and _____________________________ (Contractor), effective as of the last date signed below. WHEREAS, the Department has determined that it is in need of certain services as described herein: WHEREAS, this RFP is to establish a contract for the purchase of the state warrant forms used to print certain state disbursements. Section 17.075, Florida Statues, authorizes the Chief Financial Officer (CFO) to establish the form of state warrants for payment out of the State Treasury. This procurement allows the CFO to fulfill the statutory responsibility. and WHEREAS, the Contractor, as an independent Contractor of the Department, has the expertise and ability to faithfully perform such services; and NOW THEREFORE, in consideration of the services to be performed and payments to be made, together with the mutual covenants and conditions hereinafter set forth, the parties agree as follows: 1. Services and Deliverables The Contractor agrees to render the services or other units of deliverables as set forth in the Contractor's accepted Proposal responding to the Department’s Request for Proposals (RFP) for services, RFP # DFS AC RFP 14/15-20 and its Attachments. The Contractor's performance shall be subject to all the terms, conditions, and understandings set forth in said RFP and the attachments to the RFP and PUR 1000 and 1001 incorporated by reference into the RFP, copies of which are attached hereto. 2. Delivery Schedule The services or other units of deliverables specified in Paragraph 1 above shall be delivered or otherwise rendered on behalf of the Department in accordance with the schedule in the Contractor's accepted Proposal and consistent with the RFP. The Contractor's performance shall be subject to all the terms, conditions, and understandings set forth in said RFP and the attachments to the RFP. 3. Term of Contract, Renewal and Termination for Convenience The term of the Contract is three (3) years and is subject to three (3) one (1) year renewals. The price under this contract may be modified annually as allowed in Section 2.18 (Price Adjustment) . By mutual agreement of the parties, and pursuant to section 287.057(13), Florida Statutes, the Department may renew the Contract for three (3) one (1) year periods. The renewals shall be contingent upon availability of funds and satisfactory performance by the Contractor. No other costs for the renewal may be charged. Any renewal is subject to the same terms and conditions as the original contract. 4. Modification of Terms Any terms and conditions that the Proposer provides with or before or after delivery that attempt to modify the Contract or add additional restrictions of usage, license conditions, or requirements have no effect and are not enforceable under the Contract. (modifies PUR 1000 ¶42) Any proposed agreement submitted in the Proposal shall not contain any provisions, unless such provisions are expressly negated in the Proposal, which: a. b. c. d. 5. are inconsistent with Florida law, exclude, prohibit, or negate other contract documents, subject the State of Florida to the jurisdiction of another state, or provide that the State will indemnify the Proposer or any other person Changes The Department may unilaterally require, by written order, changes altering, adding to, or deducting from the Contract specifications, provided that such changes are within the general scope of the Contract. The Department may make an equitable adjustment in the Contract price or delivery date if the change affects the cost or time of performance. Such Page 25 of 36 equitable adjustments require the written consent of the Contractor, which shall not be unreasonably withheld. If unusual quantity requirements arise, the Department may solicit separate bids to satisfy them. 6. Payment a. Subject to the terms and conditions established by this Contract and the billing procedures established by the Department, the Department agrees to pay the Contractor for services rendered. b. Vendor Rights. Contractors providing goods and services to an agency should be aware of the following time frames. Upon receipt, an agency has five (5) business days to inspect and approve the goods and services, unless the Proposal specifications, purchase orders or Contract specifies otherwise. An agency has twenty (20) calendar days to deliver a request for payment (voucher) to the Department of Financial Services. The twenty (20) calendar days are measured from the date the invoice is received after the goods or services are received, inspected and approved. The Department is to approve the invoice in the state financial system within twenty (20) calendar days. c. If a payment is not available within forty (40) calendar days, a separate interest penalty, computed at the rate determined by the State of Florida Chief Financial Officer pursuant to section 215.422, Florida Statutes, will be due and payable, in addition to the invoice amount, to the Contractor. To obtain the applicable quarterly interest rate, please refer to http://www.myfloridacfo.com/aadir/interest.htm. Invoices returned to a Contractor due to preparation errors will result in a payment delay. Invoice payment requirements do not start until a properly completed invoice is provided to the State agency with the proper taxpayer identification information documentation to be submitted before the prompt payment standards are to be applied. Interest penalties of less than one (1) dollar will not be enforced unless the Contractor requests payment. d. A Vendor Ombudsman has been established with the Department of Financial Services. The duties of this individual include acting as an advocate for Contractors who may be experiencing problems in obtaining timely payment(s) from a state agency. The Vendor Ombudsman may be reached at (850) 413-5516. e. Taxes. The Department is exempted from payment of Florida state sales and use taxes and Federal Excise Tax. The Contractor, however, shall not be exempted from paying Florida state sales and use taxes to the appropriate governmental agencies or for payment by the Contractor to suppliers for taxes on materials used to fulfill its contractual obligations with the Department. The Contractor shall not use the Department's exemption number in securing such materials. The Contractor shall be responsible and liable for the payment of all its FICA/Social Security and other taxes resulting from this Contract. The Contractor shall provide the Department its taxpayer identification number upon request. f. Expenses. The Contract is a fixed price contract with invoicing after approval of the final deliverable, and no separate expenses or travel will be paid. g. Payment Processing. All charges for services rendered or for reimbursement of expenses authorized by the Department shall be submitted to the Department in sufficient detail for a proper pre-audit and post-audit to be performed. All payments for professional services and authorized expenses, including travel expenses, will be paid to the Contractor only upon the timely and satisfactory completion of all services and other units of deliverable such as reports, findings and drafts, upon the written acceptance of said services and units of deliverables such as reports, findings and drafts by the Department's designated contract manager. Interim payments may be made by the Department at its discretion under extenuating circumstances if the completion of services and other units of deliverables to date have first been accepted in writing by the Department's contract manager. h. Contingency. If the terms of this Contract extend beyond the current fiscal year, the State of Florida's performance and obligation to pay under this Contract is contingent upon an annual appropriation by the Legislature. 7. Acceptance All of Contractor’s Deliverables related to these commodities or services shall be submitted to the Department’s contract manager for review and approval. The Department’s approval and inspection of Contractor’s services shall require no longer than five (5) business days from date of delivery of services, and fifteen (15) business days for delivery of documentary deliverables such as reports and procedures. The Department reserves the right to reject deliverables as outlined in the Scope of Work as incomplete, inadequate or unacceptable due in whole or in part to Contractor’s lack of satisfactory performance under the terms of this Contract. The Department, at its option, may allow additional time within which Contractor may remedy the objections noted by the Department and the Department may, after having given Contractor a reasonable opportunity to complete, make adequate or acceptable said deliverables, including but not limited to reports, declare this Contract to be in default. All status reports must be submitted timely showing tasks or activities worked on, attesting to the level of services provided, hours spent on each task/activity, and upcoming major tasks or Page 26 of 36 activities. Failure to complete the required duties as outlined in the Scope of Work may result in the rejection of the invoice. Notwithstanding any provisions to the contrary, written acceptance of a particular deliverable does not foreclose the Department’s remedies in the event those performance standards that cannot be readily measured at the time of delivery are not met. 8. Information and Data Security and Confidentiality a. Contractor, its employees, subcontractors and agents shall comply with all security procedures of the Department in performance of this Contract. The Contractor shall provide immediate notice to the Department in the event it becomes aware of any security breach and any unauthorized transmission of State data or of any allegation or suspected violation of security procedures of the Department. Except as required by law or legal process and after notice to the Department, Contractor shall not divulge to third parties any confidential information obtained by Contractor or its employees, subcontractors or agents in the course of performing the services. Contractor shall not be required to keep confidential information that is publicly available through no fault of Contractor, material that Contractor developed independently without relying on the State’s confidential information, or information that is otherwise obtainable under state law as a public record. b. Loss of Data. In the event of loss of any State data or record where such loss is due to the negligence of Contractor or any of its subcontractors or agents, Contractor shall be responsible for recreating such lost data in the manner and on the schedule set by the Department at Contractor’s sole expense, in addition to any other damages the Department may be entitled to by law or the Contract. Further, failure to maintain security that results in certain data release will subject the Contractor to the sanctions for failure to comply with section 817.5681, F.S., together with any costs of the Department a breach of security. c. Data Protection. No DFS data or information will be transferred or stored offshore or out of the United States of America. d. Access to DFS data shall only be available to approved and authorized staff, including remote/offshore personnel, that have a legitimate business need. If that need changes, then access shall be removed promptly. Contractor shall encrypt all data transmissions. Remote data access must be provided via a trusted method such as SSL, TLS, SSH, VPN, IPSec or a comparable protocol approved by the Department. e. Contractor agrees to protect, indemnify, defend and hold harmless the Department from and against any and all costs, claims, demands, damages, losses and liabilities arising from or in any way related to Contractor’s breach of data security or the negligent acts or omissions of Contractor related to this subsection. f. All employees, subcontractors, or agents performing work under the Contract must comply with all security and administrative requirements of the Department. The Contractor shall not divulge to third parties any confidential information obtained by the Contractor or its agents, distributors, resellers, subcontractors, officers or employees in the course of performing Contract work, including, but not limited to, security procedures, business operations information, or commercial proprietary information in the possession of the State or the Department. 9. Insurance a. During the Contract term, the Contractor at its sole expense shall provide commercial insurance of such a type and with such terms and limits as may be reasonably associated with the Contract. At a minimum, this includes the following types of insurance for anyone directly or indirectly employed by Contractor and the amount of such Insurance shall be the minimum limits as follows, unless otherwise approved by the Contract Manager: (1) Commercial general liability coverage, bodily injury, property damage: $1,000,000 per occurrence/$2,000,000 aggregate. (2) Automobile liability coverage, bodily injury, property damage: $1,000,000 Combined Single Limits. Insuring clause for both bodily injury and property damage shall be amended to provide coverage on an occurrence basis. (3) Workers’ compensation and employer’s liability insurance covering all employees engaged in any Contract work, in accordance with Chapter 440 of the Florida Statutes. b. Such coverage may be reduced with the consent of the Contract Manager since certain subcontractors have potentially less exposure in liability than other subcontractors. Except as agreed in a separate writing, no self-insurance coverage shall be acceptable unless Contractor is licensed or authorized to self-insure for a particular coverage listed above in the State of Florida, or is an in insured member of a self-insurance group that is licensed to self-insure in the State of Florida. 10. Termination Page 27 of 36 a. The Department shall have the right to terminate or suspend the Contract, by providing the Contractor thirty (30) calendar days written notice. The Contractor shall not perform any Services after it receives the notice of termination, except as necessary to complete the transition or continued portion of the Contract, if any. Contractor shall submit to the Department within 90 calendar days after termination a request for payment of completed Services. Requests submitted later than 90 calendar days after termination will not be honored and will be returned unpaid. b. All services performed by the Contractor prior to the termination date of this Contract shall be professionally serviced to conclusion in accordance with the requirements of the Contract. Should the Contractor fail to perform all services under the Contract, the Contractor shall be liable to the Department for any fees or expenses that the Department may incur in securing a substitute Provider to assume completion of those services. c. As provided in section 287.058, Florida Statutes, the Department may terminate the Contract immediately in the event that the Department requests in writing that the Contractor allow public access to all documents, papers, letters, or other material subject to the provisions of Chapter 119, Florida Statutes, which are made or received by the Contractor in conjunction with the Contract, and the Contractor refuses to allow such access. However, nothing herein is intended to expand the scope or applicability of Chapter 119, Florida Statutes, to the Contractor. The Contractor shall not be required to disclose to the public any proprietary copyrighted trade secrets or other materials protected by law as pursuant to section 119.07, Florida Statutes. d. If at any time the Contract is canceled, terminated, or expires, and a contract is subsequently executed with a firm other than the Contractor, the Contractor has the affirmative obligation to assist in the smooth transition of Contract services to the subsequent Contractor. The Contractor agrees to provide, for up to six (6) months after termination or until the subsequent Contractor is fully operational, whichever occurs first, all reasonable termination assistance requested by the Department to facilitate the orderly transfer of such services to the Department or its designees. Six months prior to termination, the Contractor will provide the Department an explanation of the functional equivalent of the technical requirements of any services or proprietary products used to carry out the contract and all documentation supporting a description of the technical and service requirements. Such termination assistance shall be at no additional charge to the Department if the termination is due to Contractor default and otherwise shall not exceed software maintenance rates or other direct expenses pre-approved by the Department’s Contract Manager. e. If the Contractor defaults in the performance of any covenant or obligation contained in the Contract, including without limitation the minimum requirements contained in the Scope of Work, or in the event of any material breach of any provision of the Contract by the Contractor, the Department may, in its sole discretion, provide notice and an opportunity to cure the default rather than exercise the remedy of termination. If the default or breach is not cured within thirty (30) calendar days after written notice is given to the Contractor specifying the nature of the alleged default or breach, then the Department, upon giving written notice to the Contractor, shall have the right to terminate the Contract effective as of the date of receipt of the default notice. 11. Events of Default a. Provided such failure is not the fault of the Department or outside the reasonable control of the Contractor, the following events, acts, or omissions, shall include but are not limited to, events of default: b. Failure to pay any and all entities, individuals, and the like furnishing labor or materials, or failure to make payment to any other entities as required herein in connection with the Contract; c. Failure to complete and maintain, within the timeframes specified between the Department and the Contractor, the applicable system installation, ongoing performance, maintenance, and provision of Services; d. The commitment of any material breach of this Contract by the Contractor, failure to timely deliver a material deliverable, discontinuance of the performance of the work, failure to resume work that has been discontinued within a reasonable time after notice to do so, or abandonment of the Contract; e. Employment of an unauthorized alien in the performance of the work; f. One or more of the following circumstances, uncorrected for more than thirty (30) calendar days unless within the specified thirty (30) day period, the Contractor (including its receiver or trustee in bankruptcy) provides to the Department adequate assurances, reasonably acceptable to the Department, of its continuing ability and willingness to fulfill its obligations under the Contract: (1) Entry of an order for relief under Title 11 of the United States Code; (2) The making by the Contractor of a general assignment for the benefit of creditors; Page 28 of 36 (3) The appointment of a general receiver or trustee in bankruptcy of the Contractor’s business or property; (4) An action by the Contractor under any state insolvency or similar law for the purpose of its bankruptcy, reorganization, or liquidation; (5) Entry of an order revoking the certificate of authority granted to the Contractor by the State or other licensing authority; g. The Contractor makes or has made an intentional material misrepresentation or omission in any materials provided to the Department or fails to maintain the required insurance. 12. Sanctions for Non-Performance a. Failure to use the appropriate technical requirements or timely perform as identified in the Statement of Work will result in automatic task rejection and may not be invoiced or paid until correction of the task. Further, failure to maintain security that results in certain data release will subject the Contractor to the sanctions for failure to comply with Section 817.5681, F.S. together with any direct costs to the Department resulting from such a breach of security. b. The parties acknowledge that the late delivery of the State warrants will interfere with the timely and proper payment of State disbursements, to the loss and damage of the State, and that it would be impracticable and extremely difficult to fix the actual damage sustained by the State as a result of any such delay. Accordingly, the parties agree Section 2.17 (Liquidated Damages) of this RFP are not intended to be a penalty and are solely intended to compensate for unknown and unascertainable damages. Allowing completion after the time allowed shall not act as a waiver of liquidated damages. c. Nothing in this section shall be construed to make the Contractor liable for delays that are beyond its reasonable control. Nothing in this section shall limit the Department’s right to pursue its remedies for other types of damages. 13. Liability and Indemnification a. In addition to the provisions in PUR 1000 regarding liability, the following provisions apply: No provision in this Contract shall require the Department to hold harmless or indemnify the Contractor, insure or assume liability for the Contractor’s negligence, waive the Department’s sovereign immunity under the laws of Florida, or otherwise impose liability on the Department for which it would not otherwise be responsible. Except as otherwise provided by law, the parties agree to be responsible for their own attorney fees incurred in connection with disputes arising under the terms of this contract. b. The Department’s maximum liability for any damages, regardless of form of action, shall in no event exceed the contract costs to Contractor for the relevant products or services giving rise to the liability, prorated over a three (3) year term from the installation of products or the date of performance of the applicable services. 14. No Advertising or Endorsements The Contractor's services to the Department may be generally stated and described in the Contractor's professional resume. The Contractor may not give the impression in any event or manner, that the Department recommends or endorses the Contractor. 15. Damages for Delay a. Contractor acknowledges that its failure to meet an agreed upon deadline for delivery of services will damage the Department but that by their nature such damages are impossible to ascertain presently and will be difficult to ascertain in the future. Accordingly, the parties agree upon a reasonable amount of liquidated damages, see Section 2.17 (Liquidated Damages), which are not intended to be a penalty and are solely intended to compensate for unknown and unascertainable damages. Allowing completion after the time allowed shall not act as a waiver of liquidated damages. b. Nothing in this section shall be construed to make the Contractor liable for delays that are beyond its reasonable control. Nothing in this section shall limit the Department’s right to pursue its remedies for other types of damages. 16. State property Title to all property furnished by the Department under this Contract shall remain in the Department, and Contractor shall surrender to the Department all property of the Department prior to settlement upon completion, termination, or cancellation. All deliverables shall become and remain the Department's property upon receipt and acceptance. Page 29 of 36 17. Contract Modification This Contract may be amended only by a written agreement between both parties subject to the provisions of Chapter 287, Florida Statutes. 18. Nonexclusive Contract This procurement will not result in an exclusive license to provide the services described in the RFP or the resulting contract. The Department may, without limitation and without recourse by the Contractor, contract with other Vendors to provide the same or similar services. 19. Statutory Notices The Department shall consider the employment by any contractor of unauthorized aliens a violation of Section 274A (e) of the Immigration and Nationality Act. Such violation shall be cause for unilateral cancellation of this Contract. An entity or affiliate who has been placed on the public entity crimes list or the discriminatory vendor list may not submit a Proposal on a contract to provide any goods or services 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 pursuant to limitations under Chapter 287, Florida Statutes. 20. Compliance with Federal, State and Local Laws Contractor and all its agents shall comply with all federal, state and local regulations, including, but not limited to, nondiscrimination, wages, social security, worker’s compensation, licenses and registration requirements. 21. My Florida Market Place Statewide eProcurement System Unless exempted under Rule 60A-1.030-.032, each Contractor doing business with the State of Florida shall submit reports and be assessed a Transaction Fee of one percent (1.0%) on its payments under a Contract, which must be remitted within 40 calendar days after receipt of payment for which such fees are due or the Contractor shall pay interest at the rate established under section 55.03(1), Florida Statutes, on the unpaid balance from the expiration of the 40-day period until the fees are remitted. (see PUR 1000 ¶14). 22. Background and employment eligibility verification a. The Contractor is responsible for payment of costs if any, and retaining records relating to, employment eligibility verification, which records are exempt from Chapter 119, F.S., which verification requires the following: b. Under the Governor’s Executive Order 11-116, the Contractor must participate in the federal E-Verify Program for Employment Verification under the terms provided in the “Memorandum of Understanding” with the federal Department of Homeland Security governing the program if any new employees are hired to work on this Contract during the term of the Contract. The Contractor agrees to provide to the Department, within thirty days of hiring new employees to work on this Contract, documentation of such enrollment in the form of a copy of the E-Verify “Edit Company Profile” screen, which contains proof of enrollment in the E-Verify Program. Information on “E-Verify” is available at the following website: http://www.dhs.gov/files/programs/gc%201185221678150.shtm#I c. The Contractor further agrees that it will require each subcontractor that performs work under this contract to enroll and participate in the E-Verify Program if the subcontractor hires new employees during the term of this Contract. The Contractor shall include this provision in any subcontract and obtain from the subcontractor(s) a copy of the “Edit Company Profile” screen indicating enrollment in the E-Verify Program and make such record(s) available to the Department upon request. d. Compliance with the terms of this Employment Eligibility Verification provision will be an express condition of the contract and the Department may treat a failure to comply as a material breach of the contract. Page 30 of 36 23. Miscellaneous a. This Contract, and any referenced or attached addendum embodies the entire agreement of the parties. There are no other provisions, terms, conditions, or obligations. This Contract supersedes all previous oral or written communications, representations or agreements on this subject. In any conflict between this Contract and any referenced or attached addendum, the terms and conditions of this Contract shall take precedence and govern. Acceptance of service or processing of documentation on forms furnished by the Contractor for approval or payment shall not constitute acceptance of any proposed modification to terms and conditions. b. Any dispute concerning performance of the Contract shall be decided by the Department's designated Contract Manager, who shall reduce the decision to writing and send a copy to the Contractor at a previously provided address. In the event a party is dissatisfied with the dispute resolution decision, jurisdiction for any dispute arising under the terms of the Contract will be in the courts of the State of Florida, and venue will be in the Second Judicial Circuit, in and for Leon County. Except as otherwise provided by law, the parties agree to be responsible for their own attorney fees incurred in connection with disputes arising under the terms of this Contract c. The laws of the State of Florida and the Department’s rules govern this Contract. d. The Contractor agrees that no funds received by it under this Contract will be expended for the purpose of lobbying the Legislature or a state agency pursuant to section 216.347, Florida Statutes, except that pursuant to the requirements of section 287.058(6), Florida Statutes, during the term of any executed contract between the Contractor and the state, the Contractor may lobby the executive or legislative branch concerning the scope of services, performance, term, or compensation regarding that contract. e. The Contractor is an independent contractor, and is not an employee or agent of the Department. f. All services contracted for are to be performed solely by the Contractor and may not be subcontracted or assigned without the prior written consent of the Department. The Department may refuse access to or require replacement of any Contractor employee, subcontractor or agent for cause, including but not limited to technical or training qualifications, quality of work, change in security status, or non-compliance with a Department policy or other requirement. Such action shall not relieve the Contractor of its obligation to perform all work in compliance with the Contract. g. The respective obligations of the parties, which by their nature would continue beyond the termination or expiration of this Contract, including without limitation, the obligations regarding confidentiality, proprietary interests, and limitations of liability, shall survive termination, cancellation or expiration of this Contract. h. The Contractor hereby agrees to protect, indemnify, defend and hold harmless the Department from and against any and all costs, claims, demands, damages, losses and liabilities arising from or in any way related to the Contractor’s breach of this contract or the negligent acts or omissions of the Contractor. i. The Department shall not be deemed to assume any liability for the acts, omissions to act or negligence of the Contractor, its agents, servants, and employees, nor shall the Contractor disclaim its own negligence to the Department or any third party. j. If a court of competent jurisdiction deems any term or condition herein void or unenforceable, the other provisions are severable to that void provision, and shall remain in full force and effect. 24. Execution in Counterparts and Authority to Sign This Contract may be executed in counterparts, each of which shall be an original and all of which shall constitute the same instrument. Each person signing this Contract warrants that he or she is duly authorized to do so and to bind the respective party to the Contract. Page 31 of 36 25. a. Contract Administration. The Department’s Contract Manager is: Megan Chapman, Government Analyst II, Bureau of Vendor Relations, located at Department of Financial Services, Fletcher Building, 200 East Gaines Street, Tallahassee, Florida 32399-0353. Send invoice to: State of Florida Department of Financial Services Bureau of Financial Services Room G-13, Larson Building 200 East Gaines Street Tallahassee, Florida 32399-0315 b. The Contractor’s Contract Manager is _____________ located at _____. c. All written and verbal approvals referenced in this Contract must be obtained from the parties' Contract Managers designated in this Section or designees. Notices required to be in writing must be delivered or sent to the intended recipient by hand delivery, certified mail or receipted courier and shall be deemed received on the date received or the date of the certification of receipt. IN WITNESS WHEREOF, the Department of Financial Services and _____, by their duly authorized representatives, have signed this Contract. ______________________________ Contractor Representative: Title: _______________________________ Department of Financial Services The CFO or his designee Date: __________________________ Date: __________________________ Page 32 of 36 DFS AC RFP 14/15-20 ATTACHMENT D CONFLICT OF INTEREST CERTIFICATION Company or Entity Name ________________________________ For the purpose of participating in the Request for Proposals process and complying with the provisions of Chapter 112, Florida Statutes, and section 287.075 Florida Statutes (F.S.) the undersigned corporate officer states as follows: Proposer (check the applicable block) certifies one or more of the following: _____A. The persons listed below are current State employees who own an interest of five percent (5%) or more in the company/entity named above: _________________________________ ___________________________________ _________________________________ ___________________________________ _________________________________ ___________________________________ _____B. To the best of its knowledge, the Proposer or its employees, agents, or subcontractors, have not knowingly participated, through decision, approval, disapproval, or preparation of any part of a purchase request, investigation, or audit, in the procurement of commodities or contractual services by a state agency from an entity in which the contractor, or its employees, agents, or subcontractors, has a material interest, in accordance with section 287.075, F.S. According to section 112.312 (15), F.S., material interest means “more than 5 percent of the total assets”. Agent means any other entity or person acting on behalf of a Proposer. The above information is true and correct to the best of my knowledge. Signed on this day of __________________, 20__. _________________________________ Signature _________________________________ Print Name and Title Page 33 of 36 DFS AC RFP 14/15-20 ATTACHMENT E PALLET CONFIGURATION Page 34 of 36 DFS AC RFP 14/15-20 ATTACHMENT F LOADING DOCK Page 35 of 36 DFS AC RFP 14/15-20 ATTACHMENT G ACCESS ROAD Page 36 of 36
© Copyright 2026 Paperzz