Landscape Maintenance, OEO Sheltered Market

expired opportunity(Expired)
From: Duval County Public Schools(School)
ITBS-023-20/LN

Basic Details

started - 16 Mar, 2024 (1 month ago)

Start Date

16 Mar, 2024 (1 month ago)
due - 31 Mar, 2024 (27 days ago)

Due Date

31 Mar, 2024 (27 days ago)
Bid Notification

Type

Bid Notification
ITBS-023-20/LN

Identifier

ITBS-023-20/LN
Duval County Public Schools

Customer / Agency

Duval County Public Schools
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Duval County Public Schools www.duvalschools.org Purchasing Services PH: (904) 858-4848 1701 Prudential Drive FAX: (904)858-4868 Jacksonville, FL 32207 July 25, 2023 A+ Environmental Solutions & Services Interstate Environmental Services, LLC RE: ITB-045-23/JR Dear Sir/Madam: On Monday, July 17, 2023, the Superintendent designee of Duval County Public Schools approved the award of bid ITB-045-23/JR – Lift Station Maintenance and Repair. This is your official notification of bid award. This award is for the period of date of award through July 31, 2024. Please forward a copy of your insurance certificate as required per special condition #29 to the buyer, James Robinson. (Email and fax are both acceptable.) Purchase orders will be issued for these items as needed during the bid period. If you have any questions regarding this bid, please contact James Robinson (904) 858-4837. Thank you for your interest in Duval
2024. In accordance with Special Condition 10, your request for a 3% CPI increase has been approved. See attached revised tab sheet. The CPI increase took effect when the renewal period began April 1, 2023. In accordance with Special Condition 23, please forward an updated copy of your insurance certificate. Purchase orders will be issued for this service for the contract period indicated above. If you have any questions about this contract, please contact Lucy Nasworthy at (904) 858-4846 or nasworthyl@duvalschools.org . Thank you for your interest in Duval County Public Schools Yours truly, Terrence T. Wright, Director Purchasing Services TTW/ln cc: Master bid file Anita Locke, Debowrah Stevens a rd http://www.duvalschools.org/ mailto:nasworthyl@duvalschools.org ITBS-023-20/LN LANDSCAPE MAINTENANCE, OEO SHELTERED MARKET FOR ROSETTE EQUIPMENT WITH 3% CPI AT RENEWAL DATE CPI TAKES EFFECT: 4/1/2023 BID TABULATION Item Description Qty Unit Estimated Acres Cost per Cut Total cost Cost per Cut Total cost Cost per Cut Total cost Cost per Cut Total cost Cost per Cut Total cost Price quoted shall include all labor, material, and equipment necessary to cover all areas. Additional services may be requested at the same per services price quoted below. BID PROPOSAL FORM SOUTHSIDE GROUP 1 1 Abess Park Elementary School # 263 18 EACH 14.2 $349.70 $6,294.60 $355.64 $6,401.61 $366.31 $6,593.66 $377.30 $6,791.47 $388.62 $6,995.21 2 Alamacani #257 18 EACH 20 $527.00 $9,486.00 $535.96 $9,647.26 $552.04 $9,936.68 $568.60 $10,234.78 $585.66 $10,541.82 3 Arlington Elementary School # 46 18 EACH 5.85 $333.40 $6,001.20 $339.07 $6,103.22 $349.24 $6,286.32 $359.72 $6,474.91 $370.51 $6,669.15 4 Arlington Heights Elementary School # 240 18 EACH 6.93 $395.00 $7,110.00 $401.72 $7,230.87 $413.77 $7,447.80 $426.18 $7,671.23 $438.96 $7,901.37 5 Brookview Elem. # 206 18 EACH 7.4 $291.50 $5,247.00 $296.46 $5,336.20 $305.35 $5,496.28 $314.51 $5,661.17 $323.94 $5,831.01 6 Horgan Spring Glen #64 18 EACH 8.3 $211.50 $3,807.00 $215.10 $3,871.72 $221.55 $3,987.87 $228.19 $4,107.51 $235.04 $4,230.73 7 Holiday Hill Elem. #209 18 EACH 12.3 $314.20 $5,655.60 $319.54 $5,751.75 $329.13 $5,924.30 $339.00 $6,102.03 $349.17 $6,285.09 8 J . Allen Axson #141 18 EACH 14.2 $423.50 $7,623.00 $430.70 $7,752.59 $443.62 $7,985.17 $456.93 $8,224.72 $470.64 $8,471.47 9 Love Grove Elem. #82 18 EACH 3 $359.50 $6,471.00 $365.61 $6,581.01 $376.58 $6,778.44 $387.88 $6,981.79 $399.51 $7,191.24 10 Sabal Palm Elementary School # 239 18 EACH 17 $415.70 $7,482.60 $422.77 $7,609.80 $435.45 $7,838.10 $448.51 $8,073.24 $461.97 $8,315.44 SOUTHSIDE GROUP 1-TOTAL ITEMS 1-THRU 10 $65,178.00 $66,286.03 $68,274.61 $70,322.84 $72,432.53 Prepared by: Lucy Nasworthy CPI Increase Date: Current award with CPI ROSETTE EQUIPMENT CO ROSETTE EQUIPMENT CO W/ 1.7% CPI INCREASE ROSETTE EQUIPMENT CO W/ 3% CPI INCREASE ROSETTE EQUIPMENT CO W/ 3% CPI INCREASE 3rd RENEWAL 04/01/2023 ROSETTE EQUIPMENT CO W/ 3% COVID INCREASE Page 1 of 1 THIRD RENEWAL Dr. Diana L. Greene, Superintendent of Schools Duval County Public Schools is committed to providing high quality educational opportunities that will inspire all students to acquire and use the knowledge and skills needed to succeed in a culturally diverse and technologically sophisticated world. Adopted February 3, 1998 Duval County Public Schools www.duvalschools.org Purchasing Services PH: (904)858-4848 1701 Prudential Dr., Suite 322 FAX: (904)858-4868 Jacksonville, FL 32207 March 24, 2022 A SANCTUARY HOUSE OF N. FL., INC RE: ITBS-023-20/LN Landscape Maintenance, OEO Sheltered Market Dear Sir/Madam: On Tuesday February 15, 2022, the Superintendents designee of Duval County Public Schools renewed the contract for ITBS-023-20/LN Landscape Maintenance, OEO Sheltered Market. This is your official notification of contract renewal for the second of four possible renewal periods. The renewal is for April 1, 2022 through March 31, 2023. In accordance with Special Condition 10, your request for a 3% CPI increase has been approved. See attached revised tab sheet. The CPI increase will not take effect until the renewal period begins April 1, 2022. In accordance with Special Condition 23, please forward an updated copy of your insurance certificate. Purchase orders will be issued for this service for the contract period indicated above. If you have any questions about this contract, please contact Lucy Nasworthy at (904) 858-4846 or nasworthyl@duvalschools.org . Thank you for your interest in Duval County Public Schools Yours truly, Terrence T. Wright, Director Purchasing Services TTW/ln cc: Master bid file Anita Locke, Debowrah Stevens DU VA IL. c ,OUJNT' Y IP-' UBL I C S C: IHO.OLS a rd http://www.duvalschools.org/ mailto:nasworthyl@duvalschools.org ITBS-023-20/LN LANDSCAPE MAINTENANCE, OEO SHELTERED MARKET FOR A SANCTUARY HOUSE W/ 3% CPI INCREASE AT RENEWAL DATE CPI INCREASE TAKES EFFECT: 4/1/2022 BID TABULATION Item Description Qty Unit Estim ated Acres Cost per Cut Total cost Cost per Cut Total cost Cost per Cut Total cost Price quoted shall include all labor, material, and equipment necessary to cover all areas. Additional services may be requested at the same per services price quoted below. BID PROPOSAL FORM SOUTHSIDE GROUP 2 1 Chets Creek #264 18 EACH 16.9 $523.90 $9,430.20 $530.71 $9,552.79 $546.63 $9,839.38 2 Don Brewer #217 18 EACH 13.13 $407.03 $7,326.54 $412.32 $7,421.79 $424.69 $7,644.44 3 GRASP/Justina Road #27 18 EACH 8.4 $260.40 $4,687.20 $263.79 $4,748.13 $271.70 $4,890.58 4 John Love Elem. #73 18 EACH 3 $201.00 $3,618.00 $203.61 $3,665.03 $209.72 $3,774.99 5 Lake Lucina Elementary School, # 85 18 EACH 7.52 $233.12 $4,196.16 $236.15 $4,250.71 $243.24 $4,378.23 6 Lavilla #267 18 EACH 10.17 $315.27 $5,674.86 $319.37 $5,748.63 $328.95 $5,921.09 7 Lone Star Elementary School # 233 18 EACH 8.8 $272.80 $4,910.40 $276.35 $4,974.24 $284.64 $5,123.46 8 Merrill Road Elementary School # 228 18 EACH 7.9 $244.90 $4,408.20 $248.08 $4,465.51 $255.53 $4,599.47 9 R. V. Daniels Elem. # 162 18 EACH 1.8 $225.00 $4,050.00 $227.93 $4,102.65 $234.76 $4,225.73 10 Southside Estates Elem. #76 18 EACH 11 $341.00 $6,138.00 $345.43 $6,217.79 $355.80 $6,404.33 11 Susie Tolbert Elem. #128 18 EACH 9.9 $306.90 $5,524.20 $310.89 $5,596.01 $320.22 $5,763.90 12 Windy Hill Elem. # 94 18 EACH 6.9 $213.90 $3,850.20 $216.68 $3,900.25 $223.18 $4,017.26 13 Woodland Acres Elem. #89 18 EACH 13 $403.00 $7,254.00 $408.24 $7,348.30 $420.49 $7,568.75 SOUTHSIDE GROUP 2 TOTAL ITEMS 1 THRU 13 $71,067.96 $71,991.84 $74,151.60 Prepared by: Lucy Nasworthy Cpi Increase Date: 04/01/2022 Current award with CPI A SANCTUARY HOUSE OF N FL INC A SANCTUARY HOUSE OF N FL INC w/ 1.3% CPI INCREASE A SANCTUARY HOUSE OF N FL INC w/ 3% CPI INCREASE Page 1 of 1 Dr. Diana L. Greene, Superintendent of Schools Duval County Public Schools is committed to providing high quality educational opportunities that will inspire all students to acquire and use the knowledge and skills needed to succeed in a culturally diverse and technologically sophisticated world. Adopted February 3, 1998 Duval County Public Schools www.duvalschools.org Purchasing Services PH: (904)858-4848 1701 Prudential Dr., Suite 322 FAX: (904)858-4868 Jacksonville, FL 32207 March 24, 2022 ROSETTE EQUIPMENT CO. RE: ITBS-023-20/LN Landscape Maintenance, OEO Sheltered Market Dear Sir/Madam: On Tuesday February 15, 2022, the Superintendents designee of Duval County Public Schools renewed the contract for ITBS-023-20/LN Landscape Maintenance, OEO Sheltered Market. This is your official notification of contract renewal for the second of four possible renewal periods. The renewal is for April 1, 2022 through March 31, 2023. In accordance with Special Condition 10, your request for a 3% CPI increase has been approved. See attached revised tab sheet. The CPI increase will not take effect until the renewal period begins April 1, 2022. In accordance with Special Condition 23, please forward an updated copy of your insurance certificate. Purchase orders will be issued for this service for the contract period indicated above. If you have any questions about this contract, please contact Lucy Nasworthy at (904) 858-4846 or nasworthyl@duvalschools.org . Thank you for your interest in Duval County Public Schools Yours truly, Terrence T. Wright, Director Purchasing Services TTW/ln cc: Master bid file Anita Locke, Debowrah Stevens DU VA IL. c ,OUJNT' Y IP-' UBL I C S C: IHO.OLS a rd http://www.duvalschools.org/ mailto:nasworthyl@duvalschools.org ITBS-023-20/LN LANDSCAPE MAINTENANCE, OEO SHELTERED MARKET FOR ROSETTE EQUIPMENT WITH 3% CPI AT RENEWAL DATE CPI TAKES EFFECT: 4/1/2022 BID TABULATION Item Description Qty Unit Estimated Acres Cost per Cut Total cost Cost per Cut Total cost Cost per Cut Total cost Price quoted shall include all labor, material, and equipment necessary to cover all areas. Additional services may be requested at the same per services price quoted below. BID PROPOSAL FORM SOUTHSIDE GROUP 1 1 Abess Park Elementary School # 263 18 EACH 14.2 $349.70 $6,294.60 $355.64 $6,401.61 $366.31 $6,593.66 2 Alamacani #257 18 EACH 20 $527.00 $9,486.00 $535.96 $9,647.26 $552.04 $9,936.68 3 Arlington Elementary School # 46 18 EACH 5.85 $333.40 $6,001.20 $339.07 $6,103.22 $349.24 $6,286.32 4 Arlington Heights Elementary School # 240 18 EACH 6.93 $395.00 $7,110.00 $401.72 $7,230.87 $413.77 $7,447.80 5 Brookview Elem. # 206 18 EACH 7.4 $291.50 $5,247.00 $296.46 $5,336.20 $305.35 $5,496.28 6 Horgan Spring Glen #64 18 EACH 8.3 $211.50 $3,807.00 $215.10 $3,871.72 $221.55 $3,987.87 7 Holiday Hill Elem. #209 18 EACH 12.3 $314.20 $5,655.60 $319.54 $5,751.75 $329.13 $5,924.30 8 J . Allen Axson #141 18 EACH 14.2 $423.50 $7,623.00 $430.70 $7,752.59 $443.62 $7,985.17 9 Love Grove Elem. #82 18 EACH 3 $359.50 $6,471.00 $365.61 $6,581.01 $376.58 $6,778.44 10 Sabal Palm Elementary School # 239 18 EACH 17 $415.70 $7,482.60 $422.77 $7,609.80 $435.45 $7,838.10 SOUTHSIDE GROUP 1-TOTAL ITEMS 1-THRU 10 $65,178.00 $66,286.03 $68,274.61 Prepared by: Lucy Nasworthy CPI Increase Date: 04/01/2022 Current award with CPI ROSETTE EQUIPMENT CO ROSETTE EQUIPMENT CO W/ 1.7% CPI INCREASE ROSETTE EQUIPMENT CO W/ 3% CPI INCREASE Page 1 of 1 Dr. Diana L. Greene, Superintendent of Schools Duval County Public Schools is committed to providing high quality educational opportunities that will inspire all students to acquire and use the knowledge and skills needed to succeed in a culturally diverse and technologically sophisticated world. Adopted February 3, 1998 Duval County Public Schools www.duvalschools.org Purchasing Services PH: (904)858-4848 1701 Prudential Dr., Suite 322 FAX: (904)858-4868 Jacksonville, FL 32207 January 15, 2021 A SANCTUARY HOUSE OF N. FL., INC RE: ITBS-023-20/LN Landscape Maintenance, OEO Sheltered Market Dear Sir/Madam: On Tuesday January 12, 2021, the Superintendents designee of Duval County Public Schools renewed the contract for ITBS-023-20/LN Landscape Maintenance, OEO Sheltered Market. This is your official notification of contract renewal for the first of three possible renewal periods. The renewal is for April 1, 2021 through March 31, 2022. In accordance with Special Condition 10, your request for a 1.3% CPI increase has been approved. See attached revised tab sheet. The CPI increase will not take effect until the renewal period begins April 1, 2021. In accordance with Special Condition 23, please forward an updated copy of your insurance certificate. Purchase orders will be issued for this service for the contract period indicated above. If you have any questions about this contract, please contact Lucy Nasworthy at (904) 858-4846 or nasworthyl@duvalschools.org . Thank you for your interest in Duval County Public Schools Yours truly, Terrence T. Wright, Director Purchasing Services TTW/ln cc: Master bid file Anita Locke, Debowrah Stevens a rd http://www.duvalschools.org/ mailto:nasworthyl@duvalschools.org ITBS-023-20/LN LANDSCAPE MAINTENANCE, OEO SHELTERED MARKET FOR A SANCTUARY HOUSE W/ 1.3% CPI INCREASE AT RENEWAL DATE CPI INCREASE TAKES EFFECT: 4/1/2021 BID TABULATION Item Description Qty Unit Estimated Acres Cost per Cut Total cost Cost per Cut Total cost Price quoted shall include all labor, material, and equipment necessary to cover all areas. Additional services may be requested at the same per services price quoted below. BID PROPOSAL FORM SOUTHSIDE GROUP 2 1 Chets Creek #264 18 EACH 16.9 $523.90 $9,430.20 $530.71 $9,552.79 2 Don Brewer #217 18 EACH 13.13 $407.03 $7,326.54 $412.32 $7,421.79 3 GRASP/Justina Road #27 18 EACH 8.4 $260.40 $4,687.20 $263.79 $4,748.13 4 John Love Elem. #73 18 EACH 3 $201.00 $3,618.00 $203.61 $3,665.03 5 Lake Lucina Elementary School, # 85 18 EACH 7.52 $233.12 $4,196.16 $236.15 $4,250.71 6 Lavilla #267 18 EACH 10.17 $315.27 $5,674.86 $319.37 $5,748.63 7 Lone Star Elementary School # 233 18 EACH 8.8 $272.80 $4,910.40 $276.35 $4,974.24 8 Merrill Road Elementary School # 228 18 EACH 7.9 $244.90 $4,408.20 $248.08 $4,465.51 9 R. V. Daniels Elem. # 162 18 EACH 1.8 $225.00 $4,050.00 $227.93 $4,102.65 10 Southside Estates Elem. #76 18 EACH 11 $341.00 $6,138.00 $345.43 $6,217.79 11 Susie Tolbert Elem. #128 18 EACH 9.9 $306.90 $5,524.20 $310.89 $5,596.01 12 Windy Hill Elem. # 94 18 EACH 6.9 $213.90 $3,850.20 $216.68 $3,900.25 13 Woodland Acres Elem. #89 18 EACH 13 $403.00 $7,254.00 $408.24 $7,348.30 SOUTHSIDE GROUP 2 TOTAL ITEMS 1 THRU 13 $71,067.96 $71,991.84 Prepared by: Lucy Nasworthy Verified by: Karen Morene Date: 03/07/2020 Award = A SANCTUARY HOUSE OF N FL INC A SANCTUARY HOUSE OF N FL INC w/ 1.3% CPI Increase Page 1 of 1 Dr. Diana L. Greene, Superintendent of Schools Duval County Public Schools is committed to providing high quality educational opportunities that will inspire all students to acquire and use the knowledge and skills needed to succeed in a culturally diverse and technologically sophisticated world. Adopted February 3, 1998 Duval County Public Schools www.duvalschools.org Purchasing Services PH: (904)858-4848 1701 Prudential Dr., Suite 322 FAX: (904)858-4868 Jacksonville, FL 32207 January 15, 2021 Rosette Equipment Co. RE: ITBS-023-20/LN Landscape Maintenance, OEO Sheltered Market Dear Sir/Madam: On Tuesday January 12, 2021, the Superintendents designee of Duval County Public Schools renewed the contract for ITBS-023-20/LN Landscape Maintenance, OEO Sheltered Market. This is your official notification of contract renewal for the first of three possible renewal periods. The renewal is for April 1, 2021 through March 31, 2022. In accordance with Special Condition 10, your request for a 1.7% CPI increase has been approved. See attached revised tab sheet. The CPI increase will not take effect until the renewal period begins April 1, 2021. In accordance with Special Condition 23, please forward an updated copy of your insurance certificate. Purchase orders will be issued for this service for the contract period indicated above. If you have any questions about this contract, please contact Lucy Nasworthy at (904) 858-4846 or nasworthyl@duvalschools.org . Thank you for your interest in Duval County Public Schools Yours truly, Terrence T. Wright, Director Purchasing Services TTW/ln cc: Master bid file Anita Locke, Debowrah Stevens a rd http://www.duvalschools.org/ mailto:nasworthyl@duvalschools.org ITBS-023-20/LN LANDSCAPE MAINTENANCE, OEO SHELTERED MARKET Date Opened: 02/13/2020 BID TABULATION Item Description Qty Unit Estimated Acres Cost per Cut Total cost Cost per Cut Total cost Price quoted shall include all labor, material, and equipment necessary to cover all areas. Additional services may be requested at the same per services price quoted below. BID PROPOSAL FORM SOUTHSIDE GROUP 1 1 Abess Park Elementary School # 263 18 EACH 14.2 $349.70 $6,294.60 $355.64 $6,401.61 2 Alamacani #257 18 EACH 20 $527.00 $9,486.00 $535.96 $9,647.26 3 Arlington Elementary School # 46 18 EACH 5.85 $333.40 $6,001.20 $339.07 $6,103.22 4 Arlington Heights Elementary School # 240 18 EACH 6.93 $395.00 $7,110.00 $401.72 $7,230.87 5 Brookview Elem. # 206 18 EACH 7.4 $291.50 $5,247.00 $296.46 $5,336.20 6 Horgan Spring Glen #64 18 EACH 8.3 $211.50 $3,807.00 $215.10 $3,871.72 7 Holiday Hill Elem. #209 18 EACH 12.3 $314.20 $5,655.60 $319.54 $5,751.75 8 J . Allen Axson #141 18 EACH 14.2 $423.50 $7,623.00 $430.70 $7,752.59 9 Love Grove Elem. #82 18 EACH 3 $359.50 $6,471.00 $365.61 $6,581.01 10 Sabal Palm Elementary School # 239 18 EACH 17 $415.70 $7,482.60 $422.77 $7,609.80 SOUTHSIDE GROUP 1-TOTAL ITEMS 1-THRU 10 $65,178.00 $66,286.03 ROSETTE EQUIPMENT CO ROSETTE EQUIPMENT CO W/ 1.7% CPI INCREASE Page 1 of 1 Dr. Diana L. Greene, Superintendent of Schools Duval County Public Schools is committed to providing high quality educational opportunities that will inspire all students to acquire and use the knowledge and skills needed to succeed in a culturally diverse and technologically sophisticated world. Adopted February 3, 1998 Duval County Public Schools www.duvalschools.org Purchasing Services PH: (904) 858-4848 1701 Prudential Dr., Suite 322 FAX: (904)858-4868 Jacksonville, FL 32207 May 21, 2020 A Sanctuary of North Florida, Inc Rosette Equipment Company RE: ITBS-023-20/LN Dear Sir/Madam: On Tuesday, May 19, 2020, the School Board of Duval County Public Schools approved the award of bid ITBS- 023-20/LN Landscape Maintenance, OEO Sheltered Market. This is your official notification of bid award. This award is for the period from May 19, 2020 through March 31, 2021. Please forward a copy of your insurance certificate as required per special condition #23 to the Buyer, Lucy Nasworthy. (Email and fax are both acceptable.) Purchase orders will be issued for these services as needed during the bid period. If you have any questions regarding this bid, please contact Lucy Nasworthy at (904) 858-4846. Thank you for your interest in Duval County Public Schools. Terrence Wright, Director DCPS Purchasing Services Cc: Anita Locke Debowrah Stevens Master Bid folder 4+. re http://www.duvalschools.org/ http://www.duvalschools.org/ May 19, 2020, Regular Board Meeting Title 28. LANDSCAPE MAINTENANCE, OEO SHELTERED MARKET - AWARD Recommendation That the Duval County School Board approve Landscape Maintenance OEO Minority Sheltered Market, ITBS-023-20-LN contract award to A Sanctuary of North Florida, Inc. and Rosette Equipment Company from award date through March 31, 2021. That the Duval County School Board delegate authority to the Superintendent or her designee to renew the contract for subsequent annual periods provided terms and conditions are essentially the same as originally awarded and funds are available for renewal period. There are four (4) potential one (1) year renewals. Description This is a request to provide a source of service for Landscape Maintenance services. The bid was coordinated through the Office of Economic Opportunity (OEO). Several OEO firms were available to compete and provide favorable pricing for our district. OEO recommended this contract bid be sheltered (e.g., limited) to OEO qualified applicants which was accepted and implemented. Gap Analysis This contract award will increase the participation percentages and actual dollars spent within our district's OEO program utilizing OEO prime contractors. Without this award, essential grounds maintenance work would go unperformed. Previous Outcomes The set aside and award of OEO sheltered contracts in the past has enabled our district's OEO program to promote the success of local OEO firms while also providing a cost efficient means to attain needed grounds maintenance services for our district. Expected Outcomes Continued timely and efficient performance of grounds maintenance services for our district while also furthering the success of local OEO contractor firms Strategic Plan Goal Ensure Effective, Equitable, & Efficient Use of Resources Aligned to Improved Student Outcomes Financial Impact Last contract period, $141,174 was expended under the previous contract. We anticipate $136,245.96 will be spent on this new contract. The A Sanctuary House of North Florida, Inc. bid portion equals $71,067.96 and covers 13 schools. The Rosette Equipment Company bid portion equals $65,178.00 and covers 10 schools. Contact Paul Soares, Assistant Superintendent, Operations, 904-390-2008 Attachments None ITBS-023-20/LN LANDSCAPE MAINTENANCE, OEO SHELTERED MARKET Date Opened: 02/13/2020 Page 1 of 1 BID TABULATION Item Description Qty Unit Estimated Acres Cost per Cut Total cost Cost per Cut Total cost Cost per Cut Total cost Cost per Cut Total cost Price quoted shall include all labor, material, and equipment necessary to cover all areas. Additional services may be requested at the same per servicesPrice Quoted below. BID PROPOSAL FORM SOUTHSIDE GROUP 1 1 Abess Park Elementary School # 263 18 EACH 14.2 * * $454.40 $8,179.20 $400.00 $7,200.00 $349.70 $6,294.60 2 Alamacani #257 18 EACH 20 * * $640.00 $11,520.00 $500.00 $9,000.00 $527.00 $9,486.00 3 Arlington Elementary School # 46 18 EACH 5.85 * * $204.75 $3,685.50 $275.00 $4,950.00 $333.40 $6,001.20 4 Arlington Heights Elementary School # 18 EACH 6.93 * * $221.76 $3,991.68 $315.00 $5,670.00 $395.00 $7,110.00 5 Brookview Elem. # 206 18 EACH 7.4 * * $236.80 $4,262.40 $300.00 $5,400.00 $291.50 $5,247.00 6 Horgan Spring Glen #64 18 EACH 8.3 * * $265.60 $4,780.80 $325.00 $5,850.00 $211.50 $3,807.00 7 Holiday Hill Elem. #209 18 EACH 12.3 * * $393.60 $7,084.80 $340.00 $6,120.00 $314.20 $5,655.60 8 J . Allen Axson #141 18 EACH 14.2 * * $454.40 $8,179.20 $425.00 $7,650.00 $423.50 $7,623.00 9 Love Grove Elem. #82 18 EACH 3 * * $432.00 $7,776.00 $400.00 $7,200.00 $359.50 $6,471.00 10 Sabal Palm Elementary School # 239 18 EACH 17 * * $544.00 $9,792.00 $540.00 $9,720.00 $415.70 $7,482.60 SOUTHSIDE GROUP 1-TOTAL ITEMS 1- THRU 10 * $69,251.58 $68,760.00 $65,178.00 BID PROPOSAL FORM SOUTHSIDE GROUP 2 1 Chets Creek #264 18 EACH 16.9 * * $523.90 $9,430.20 $325.00 $5,850.00 $438.30 $7,889.40 2 Don Brewer #217 18 EACH 13.13 * * $407.03 $7,326.54 $375.00 $6,750.00 $359.50 $6,471.00 3 GRASP/Justina Road #27 18 EACH 8.4 * * $260.40 $4,687.20 $300.00 $5,400.00 $333.00 $5,994.00 4 John Love Elem. #73 18 EACH 3 * * $201.00 $3,618.00 $225.00 $4,050.00 $333.00 $5,994.00 5 Lake Lucina Elementary School, # 85 18 EACH 7.52 * * $233.12 $4,196.16 $325.00 $5,850.00 $339.80 $6,116.40 6 Lavilla #267 18 EACH 10.17 * * $315.27 $5,674.86 $400.00 $7,200.00 $320.10 $5,761.80 7 Lone Star Elementary School # 233 18 EACH 8.8 * * $272.80 $4,910.40 $385.00 $6,930.00 $320.10 $5,761.80 8 Merrill Road Elementary School # 228 18 EACH 7.9 * * $244.90 $4,408.20 $325.00 $5,850.00 $250.00 $4,500.00 9 R. V. Daniels Elem. # 162 18 EACH 1.8 * * $225.00 $4,050.00 $225.00 $4,050.00 $230.00 $4,140.00 10 Southside Estates Elem. #76 18 EACH 11 * * $341.00 $6,138.00 $320.00 $5,760.00 $314.20 $5,655.60 11 Susie Tolbert Elem. #128 18 EACH 9.9 * * $306.90 $5,524.20 $350.00 $6,300.00 $315.20 $5,673.60 12 Windy Hill Elem. # 94 18 EACH 6.9 * * $213.90 $3,850.20 $250.00 $4,500.00 $225.00 $4,050.00 13 Woodland Acres Elem. #89 18 EACH 13 * * $403.00 $7,254.00 $375.00 $6,750.00 $339.80 $6,116.40 SOUTHSIDE GROUP 2 TOTAL ITEMS 1 THRU 13 * $71,067.96 $75,240.00 $74,124.00 Prepared by: Verified by: Date: 03/07/2020 Award = ALVIN RUSSELL HEGGS ROSETTE EQUIPMENT CO A SANCTUARY HOUSE OF N FL INC MY CONTRACTOR S INC *Reject Alvin Russell Heggs- Bid not submitted in the name of an Office of Economic certified vendor as required by Special Condition 5. Lucy Nasworthy Karen Morene pg 1 ADDENDUM NO. 3 INFORMATIONAL www.duvalschools.org/purchasing Issue Date: February 5, 2020 Phone: 904-858-4846 Buyer: Lucy Nasworthy Bid Number: ITBS-023-20/LN Bid Title: LANDSCAPE MAINTENANCE, OEO SHELTERED MARKET Term of Bid: From Date of award through March 31, 2021 with 4 one year renewal options. Purpose: To answer questions asked before January 30, 2020 deadline and clarify the department administering the bid once awarded. 1. Question: Pages SP4 paragraph L and SP6 paragraphs R and S lists the Facilities Contracts Department as the approval authority and administrators of this bid once awarded. Is this the administrator of this bid once awarded? Answer: All references of the Facilities Contracts Department should be amended to: Grounds and Athletic Fields Maintenance Department. Once awarded, administration of the contract will be by Ray de Lugo Contract Coordinator at the Grounds and Athletic Fields Maintenance Department. 2. Question: Why was bid split in 2 sections? Answer: The bid was divided into 2 essentially equal areas to allow the opportunity to Office of Economic Opportunity vendors to be successful in providing landscape services to the Duval County Public Schools. 3. Question: Is there a budget? Answer: Approximate estimated expenditures for this contract are $142,000. a rd http://www.duvalschools.org/purchasing http://www.duvalschools.org/dcps ADDENDUM NO. 3 INFORMATIONAL pg 2 4. Question: How does the certification process work? Answer: A bidding vendor must be certified by Duval County Public Schools Office of Economic Opportunity. The vendor must be certified before bid opens. Contact the Duval County Public Schools Office of Economic Opportunity to obtain the information needed to become certified. 5. Question: Will Duval County Public Schools provide a dumpster to vendor for tree trimming Answer: No. 6. Question: What badges are needed? Answer: Vendors personnel cannot be on Duval County Public Schools property without a Jessica Lunsford badge. The badging process may take 30-60 days to receive badge clearance. 7. Question: Can vendors e-mail certification documents to the Office of Economic Opportunity? Answer: That can start the review, but original documents must be brought into the Office of Economic Opportunity. This office is located at 1701 Prudential Dr., Jacksonville, FL room 322. 8. Question: Where do we address questions concerning this bid? Answer: All questions concerning this bid should be directed to Lucy Nasworthy as covered on page SC2, paragraph 8. The deadline for questions was extended to January 30, 2020 by Addendum 2. 9. Question: Boundaries for Arlington Heights and others are unclear in the aerial photos in the bid. Can we get clarification? Answer: Addendum 2 has been issued and posted on DemandStar to provide new aerial photos of both Groups 1 and 2. 10. Question: Cut restrictions. Many schools have restrictions on the times they will allow cutting. This disrupts the vendors schedules. How is that addressed? Answer: Vendors should communicate with their schools to coordinate a cutting schedule that works for both. If issues arise, communicate with Ray de Lugo Contract Coordinator at the Grounds and Athletic Fields Maintenance Department to address your concerns or issues. The schools cut schedules can be affected by testing in progress. ADDENDUM NO. 3 INFORMATIONAL pg 3 11. Question: Some schools have gardens. Are we supposed to cut the gardens? Some have weeds in the cracks. Answer: Do not cut the gardens, just cut the grass in these areas. Contact Ray de Lugo with any conflicts. 12. Question: With a 30-day period to cut and cannot get to school to cut and get yard in shape. What should we do if schedules do not allow it to get cut. Answer: In the case of extreme scheduling issues affecting contractors ability to meet requirements, contact Ray de Lugo Contract Coordinator at the Grounds and Athletic Fields Maintenance Department. It would be handled on a case by case basis. 13. Question: Should the contractor clean and cut an atrium at the school. Small rocks are thrown up by weed eaters and will break windows. Answer: Contractor is authorized to use a variety of weed killing methods as per page SP4, paragraph I: Weeding. 14. Question: Does the contractor need to carry automobile insurance? Answer: Certificates of Insurance (COIs) must be submitted once recommendation for award is posted. Insurance requirements are listed on page SC5 SC8. Duval County Public Schools Risk Management Department determines if the COIs meet the requirements of the bid. 15. Question: What if we encounter wasp, bees etc? Answer: A small amount should be avoided or mitigated. If you encounter a massive amount. Notify the school office. 16. Question: What does the contractor do if the school refuses to sign Attachment C- DCPS Lawn Maintenance Service Ticket form? Answer: Ray de Lugo has talked to all of the schools letting them know that the form doesnt attest to the quality of the work, but only that the Contractor was there and cut. This is addressed on the Service Ticket which states: Principals and administrators: Your signature only indicates that the contractor was on site and performed lawn service. If you are not satisfied with your service, sign this form and contact the Grounds and Athletic Field Maintenance office by sending an email to groundsadmin@duvalschools.org ADDENDUM NO. 3 INFORMATIONAL pg 4 17. Question: If cars are not moved, how will dust on the cars be addressed? Answer: Communication with the schools prior to arrival to provide service can ensure that cars are moved to facilitate service. This can be addressed on a case by case basis. 18. Question: How are locked areas maintained? Answer: Areas such as air conditioner boxes and utility boxes that are within a locked, fenced area are not maintained with this bid. Retention ponds would be part of this bid if included on the aerial maps. 19. Question: Some schools have installed gates to address safety issues. Many of these gates are too small for the mowers to access. How is this addressed? Answer: Any impediments due to security gates will need to be addressed with Ray de Lugo on a case by case basis. 20. Question: If trash is piled up are the contractors responsible to pick that up? Answer: Contractors are responsible for the debris created by their service only. If other debris presents an issue, contact Ray de Lugo Contract Coordinator at the Grounds and Athletic Fields Maintenance Department. 21. Question: Some schools have vegetation coming through the fencing. How will this be handled? Answer: The expectation is for the Contractor to cut and trim vegetation on the Duval County Public Schools side of the fence. 22. Question: How are Palmetto bushes growing through fences or other protruding areas addressed? Answer: Bushes protruding on a schools fence lines need to be cut back. 23. Question: At Brookview Elementary, should the ballfield be cut? Answer: Do not cut the ballfield. 24. Question: Are the gardens on Chets Creek to be maintained? Answer: Gardens are not part of the scope of this bid. Also, in the very front of Chets Creek, the HOA maintains the property north of the sidewalk. Cut the grass on school side of sidewalk. DO NOT CUT in the right of way. ADDENDUM NO. 3 INFORMATIONAL pg 5 25. Question: Will the date of bid opening be extended due to new aerial photos being posted showing boundaries? Answer: No. New aerials were given in Addendum 2 posted on January 27, 2020 promptly after the Pre-bid. The opening date will not be extended. Bid opening is February 13, 2020 as extended and addressed in Addendum 1. Dr. Diana L. Greene, Superintendent of Schools Duval County Public Schools is committed to providing high quality educational opportunities that will inspire all students to acquire and use the knowledge and skills needed to succeed in a culturally diverse and technologically sophisticated world. Adopted February 3, 1998 ADDENDUM NO. 2 INFORMATIONAL www.duvalschools.org/purchasing Issue Date: January 27, 2020 Phone: 904-858-4846 Buyer: Lucy Nasworthy Bid Number: ITBS-023-20/LN Bid Title: LANDSCAPE MAINTENANCE, OEO SHELTERED MARKET Term of Bid: From Date of award through March 31, 2021 with 4 one year renewal options. Purpose: To extend the deadline for questions to January 29, 2020 (Special condition 8, page SC2) and provide new aerial boundary photos to replace originals in bid. 1. Original: 8. QUESTIONS: Any questions and/or request for additional information should be directed to Lucy Nasworthy in Purchasing Services, via email at nasworthyl@duvalschools.org placing this bid number (ITBS-023-20/LN) in the subject header. Deadline for questions shall be 2:00 p.m. EST on January 23, 2020. Questions received after this date will not be answered. Interpretations or clarifications in response to such questions will be issued in the form of written addenda to all parties recorded by Purchasing Services as having received the Bid Documents. No verbal or written information obtained other than by information in this document or by written addendum to this bid will be binding on the District. New : 8. QUESTIONS: Any questions and/or request for additional information should be directed to Lucy Nasworthy in Purchasing Services, via email at nasworthyl@duvalschools.org placing this bid number (ITBS-023-20/LN) in the subject header. Deadline for questions shall be 2:00 p.m. EST on January 30, 2020. Questions received after this date will not be answered. Interpretations or clarifications in response to such questions will be issued in the form of written addenda to all parties recorded by Purchasing Services as having received the Bid Documents. No verbal or written information obtained other than by information in this document or by written addendum to this bid will be binding on the District. a rd http://www.duvalschools.org/purchasing mailto:nasworthyl@duvalschools.org mailto:nasworthyl@duvalschools.org http://www.duvalschools.org/dcps ADDENDUM NO. 2 INFORMATIONAL Bid No. ITBS-023-20/LN 2. Replace Aerial Photos for Group 1 and Group 2 with ones shown below. AERIAL PHOTOS GROUP 1 AND GROUP 2 Next page Bid No. ITBS-023-20/LN PHOTOS: SOUTHSIDE GROUP ONE pg 1 Aerial Photos Southside Group 1 ae ae BESS BV i Syats = a ee Wag Bid No. ITBS-023-20/LN PHOTOS: SOUTHSIDE GROUP ONE pg 2 ABESS PARK ES NO 263 BUILT 1997 14.2 ACRES ALIMACANI ELEMENTARY #257 BUILT 1989 20 ACRES Bid No. ITBS-023-20/LN PHOTOS: SOUTHSIDE GROUP ONE pg 3 ARLINGTON ELEMENTARY #46 BUILT 1922 5.85 ACRES Bid No. ITBS-023-20/LN PHOTOS: SOUTHSIDE GROUP ONE pg 4 ARLINGTON HEIGHTS ES NO 240 BUILT 1965 6.93 ACRES Bid No. ITBS-023-20/LN PHOTOS: SOUTHSIDE GROUP ONE pg 5 #206 Brookview ES 7.4 ACRES z = : Bid No. ITBS-023-20/LN PHOTOS: SOUTHSIDE GROUP ONE pg 6 HOGAN SPRING GLEN #64 BUILT 1940 8.3 ACRES Bid No. ITBS-023-20/LN PHOTOS: SOUTHSIDE GROUP ONE pg 7 #209 Holiday Hill 12.3 ACRES Bid No. ITBS-023-20/LN PHOTOS: SOUTHSIDE GROUP ONE pg 8 J. ALLEN AXSON MONTESSORI ES #141 BUILT 2004 14.2 ACRES Bid No. ITBS-023-20/LN PHOTOS: SOUTHSIDE GROUP ONE pg 9 LOVE GROVE ES #82 BUILT 1951 13.5 ACRES Bid No. ITBS-023-20/LN PHOTOS: SOUTHSIDE GROUP ONE pg 10 SABAL PALM # 239 BUILT 1989 17.00 AC SERVICEABLE "/JEA EASEMENT) a Bid No. ITBS-023-20/LN PHOTOS: SOUTHSIDE GROUP TWO pg 1 Aerial Photos Southside Group 2 264 Chets Creek 16.9 Acres Bid No. ITBS-023-20/LN PHOTOS: SOUTHSIDE GROUP TWO pg 2 DON BREWER ES NO 217 BUILT 2003 13.13 ACRES Bid No. ITBS-023-20/LN PHOTOS: SOUTHSIDE GROUP TWO pg 3 GRASP Academy NO 27 BUILT 1961 8.4 ACRES Bid No. ITBS-023-20/LN PHOTOS: SOUTHSIDE GROUP TWO pg 4 JOHN LOVE #73 BUILT 1951 3.00 ACRES Bid No. ITBS-023-20/LN PHOTOS: SOUTHSIDE GROUP TWO pg 5 LAKE LUCINA ES #85 BUILT 1954 7.52 ACRES Bid No. ITBS-023-20/LN PHOTOS: SOUTHSIDE GROUP TWO pg 6 LAVILLA SCHOOL OF THE ARTS MIDDLE NO 267 BUILT 2000 10.17 ACRES Bid No. ITBS-023-20/LN PHOTOS: SOUTHSIDE GROUP TWO pg 7 LONE STAR ES #233 BUILT 1967 8.8 ACRES LONESTAR RO 104 Bid No. ITBS-023-20/LN PHOTOS: SOUTHSIDE GROUP TWO pg 8 MERRILL ROAD ES #228 BUILT 1963 7.9 ACRES Bid No. ITBS-023-20/LN PHOTOS: SOUTHSIDE GROUP TWO pg 9 R.V. DANIELS ES #162 BUILT 1965 1.8 ACRES Bid No. ITBS-023-20/LN PHOTOS: SOUTHSIDE GROUP TWO pg 10 SOUTHSIDE ESTATES ES #76 BUILT 1948 11 ACRES Bid No. ITBS-023-20/LN PHOTOS: SOUTHSIDE GROUP TWO pg 11 SUSIE TOLBERT ES 128 BUILT 1951 9.90 ACRES Bid No. ITBS-023-20/LN PHOTOS: SOUTHSIDE GROUP TWO pg 12 WINDY HILL ES #94 BUILT 1955 6.9 ACRES Bid No. ITBS-023-20/LN PHOTOS: SOUTHSIDE GROUP TWO pg 13 WOODLAND ACRES ES #89 BUILT 1956 13 ACRES ADDENDUM NO. 1 MANDATORY Dr. Diana L. Greene, Superintendent of Schools Duval County Public Schools is committed to providing high quality educational opportunities that will inspire all students to acquire and use the knowledge and skills needed to succeed in a culturally diverse and technologically sophisticated world. Adopted February 3, 1998 1 ADDENDUM NO. 1 MANDATORY www.duvalschools.org/purchasing Issue Date: January 14, 2020 Phone: 904-858-4846 Buyer: Lucy Nasworthy Bid Number: ITBS-023-20/LN Bid Title: LANDSCAPE MAINTENANCE, OEO SHELTERED MARKET Term of Bid: From Date of award through March 31, 2021 with 4 renewal options. Purpose: To change the date of bid opening and reschedule the date of the Non-Mandatory Pre-Bid Conference Original Bid Opening: Thursday, February 6, 2020, 2:00 p.m. Bids received prior to this date and time will be opened in the Conference Room, and may not be withdrawn for 120 days after opening. All bids received after the specified date and time will be returned unopened. New Bid Opening: Thursday, February 13, 2020, 2:00 p.m. Bids received prior to this date and time will be opened in the Conference Room, and may not be withdrawn for 120 days after opening. All bids received after the specified date and time will be returned unopened. a rd http://www.duvalschools.org/dcps http://www.duvalschools.org/purchasing http://www.duvalschools.org/dcps ADDENDUM NO. 1 MANDATORY Dr. Diana L. Greene, Superintendent of Schools Duval County Public Schools is committed to providing high quality educational opportunities that will inspire all students to acquire and use the knowledge and skills needed to succeed in a culturally diverse and technologically sophisticated world. Adopted February 3, 1998 2 Original Pre-Bid Conference scheduled: Thursday, January 16, 2020 at 9:30 a.m.; DCPS Grounds and Athletic Field Maintenance Department, 2797 Heywood Dowling Drive., Jacksonville, FL 32204 New Date of Pre-Bid Conference: Thursday, January 23, 2020 at 9:30 a.m.; DCPS Grounds and Athletic Field Maintenance Department, 2797 Heywood Dowling Drive., Jacksonville, FL 32204 INVITATION TO BID www.duvalschools.org/purchasing January 10, 2020 Buyer: Lucy Nasworthy Phone: 904-858-4846 Bid Number: ITBS-023-20/LN Bid Title: LANDSCAPE MAINTENANCE, OEO SHELTERED MARKET Term of Bid: From Date of Award through March 31, 2021 with four (4) one-year renewal options. Opening: Thursday, February 6, 2020 at 2:00 p.m. Bids received prior to this date and time will be opened in the Conference Room, Suite 322 and may not be withdrawn for 120 days after opening. All bids received after the specified date and time will be returned unopened. Submit Bid to: DCPS Purchasing Services / 1701 Prudential Dr., Suite 322 / Jacksonville FL 32207 Special Requirements: Pre-Bid Conference: (see SC # 6) Thursday, January 16, 2020 at 9:30 a.m.; DCPS Grounds and Athletic Field Maintenance Department, 2797 Heywood Dowling Drive., Jacksonville, FL 32204 BIDDER ACKNOWLEDGEMENT This form must be completed, returned, and include an original manual signature for bid to be considered. By signing below, I attest that I have acquainted myself with the general conditions, special conditions and specifications of this bid, and agree to comply with them all. I certify that I am authorized to obligate on behalf of the bidder and that the address shown on this form is the companys principal place of business. Bid documents shall be submitted in a sealed envelope clearly marked with this bid number, opening date and time. Legal Name of Bidder: Mailing Address: City, State, Zip Code: Telephone: Toll Free: Fax: Email Address: Internet URL: Federal ID # or SS #: Duns #: If you are a certified minority, state certifying agency: Payments will be made in accordance with Florida Statute 218. Form of Payment accepted: Credit Card _____ or ACH _____ (see Special Condition #37) Initial Initial Delivery can be made within calendar days after receipt of order. Addenda through received. (if applicable) Original Manual Signature of Authorized Representative: Printed/Typed Name of Authorized Representative: Title: Date: a rd http://www.duvalschools.org/purchasing GENERAL CONDITIONS 1. RESERVATIONS: Duval County Public Schools reserves the right to reject any or all bids or any part thereof and/or waive informalities if such action is deemed in the best interest of Duval County Public Schools. Duval County Public Schools reserves the right to cancel any contract, if in its opinion, there be a failure at any time to perform adequately the stipulations of this invitation to bid, and general conditions and specifications which are attached and made part of this bid, or in any case of any attempt to willfully impose upon Duval County Public Schools materials or products or workmanship which is, in the opinion of Duval County Public Schools, of an unacceptable quality. Any action taken in pursuance of this latter stipulation shall not affect or impair any rights or claim of Duval County Public Schools to damages for the breach of any covenants of the contract by the contractor. Duval County Public Schools also reserves the right to reject the bid of any bidder who has previously failed to perform adequately after having once been awarded a prior bid for furnishing materials similar in nature to those materials mentioned in this bid. Should the contractor fail to comply with the conditions of this contract or fail to complete the required work or furnish the required materials within the time stipulated in the contract, Duval County Public Schools reserves the right to purchase in the open market, or to complete the required work, at the expense of the contractor or by recourse to provisions of the faithful performance bond if such bond is required under the conditions of this bid. Should the contractor fail to furnish any item or items, or to complete the required work included in this contract, Duval County Public Schools reserves the right to withdraw such items or required work from the operation of this contract without incurring further liabilities on the part of Duval County Public Schools thereby. SHOULD ANY BIDDER HAVE ANY QUESTIONS AS TO THE INTENT OF MEANING OF ANY PART OF THIS BID HE/SHE SHOULD CONTACT THE BUYER IN TIME TO RECEIVE A WRITTEN REPLY BEFORE SUBMITTING HIS/HER BID. All items furnished must be completely new, and free from defects unless specified otherwise. No others will be accepted under the terms and intent of this bid. 2. QUOTATIONS: No bidder will be allowed to offer more than one price on each item even though he/she may feel that he/she has two or more types or styles that will meet specifications. Bidders must determine for themselves which to offer. IF SAID BIDDER SHOULD SUBMIT MORE THAN ONE PRICE ON ANY ITEM, ALL PRICES FOR THAT ITEM WILL BE REJECTED AT THE DISCRETION OF THE DIRECTOR OF PURCHASING. 3. TAXES: Duval County Public Schools is exempt from the following taxes: (a) State of Florida Sales Tax by Certificate No. 85-8013988912C-0. 4. CARTAGE: No charge will be allowed for cartage or packages unless by special agreement. 5. OR ACCEPTABLE SUBSTITUTION: Even though a particular manufacturers name or brand is specified, bids will be considered on other brands or on the product of other manufacturers. On all such bids the bidder shall indicate clearly the product (brand and model number) on which he/she is bidding, and shall supply a sample or sufficient data in detail to enable an informed comparison to be made with the particular brand or manufacturer specified. All samples shall be submitted in accordance with procedures outlined in paragraph on SAMPLES. Catalog cuts and technical descriptive data shall be attached to the original copy of the bid where applicable. Failure to submit the above information may be sufficient grounds for rejection of bid. 6. DEVIATIONS FROM SPECIFICATIONS: In addition to the requirements of paragraph 5, all deviations from the specifications must be noted in detail by the bidder, in writing, at the time of submittal of the formal bid. The absence of a written list of specification deviations at the time of submittal of the bid will hold the bidder strictly accountable to Duval County Public Schools to the specifications as written. Any deviation from the specifications as written not previously submitted, as required by the above, will be grounds for rejection of the material and or equipment when delivered. 7. DATA REQUIRED TO BE SUBMITTED WITH REFERENCE TO BID: a. Whenever the specifications indicate a product of a particular manufacture, model, or brand in the absence of any statement to the contrary by the bidder, the bid will be interpreted as being for the exact brand, model, or manufacture specified, together with all accessories, qualities, tolerances, composition, etc., enumerated in the detailed specifications. b. If no particular brand, model or make is specified, and if no data is required to be submitted with the bid, the successful contractor, after award and before manufacture or shipment, may be required to submit working drawings or detailed descriptive data sufficient to enable Duval County Public Schools to judge if each requirement of the specifications is being met. 8. SAMPLES: The samples submitted by bidders on items which they have received an award may be retained by Duval County Public Schools until the delivery of contracted items is completed and accepted. Bidders whose samples are retained may remove them after delivery is accepted. Sample on which bidders are unsuccessful must be removed as soon as possible after award has been made on the item or items for which the samples have been submitted. Duval County Public Schools will not be responsible for such samples if not removed by the bidder within 30 days after the award has been made. Duval County Public Schools reserves the right to consume any or all samples for testing purposes. Bidders shall make all arrangements for delivery of samples to place designated as well as the removal of samples. Cost of delivery and removal of samples shall be borne by the bidder. All sample packages shall be marked Sample for Purchasing Services and each sample shall bear the name of the bidder, item number, bid number and shall be carefully tagged or marked in a substantial manner. Failure to the bidder to clearly identify samples as indicated may be considered sufficient reason for rejection of bid. 9. PERFORMANCE BOND: The successful bidder on this bid must furnish a performance bond if indicated on the bid cover, made out to Duval County Public Schools, prepared on an approved form, as security for the faithful performance of his/her contract within ten days of his/her notification that his/her bid has been accepted. The surety thereon must be such surety company or companies as are authorized and licensed to transact business in the State of Florida. Attorneys in fact who sign bid bonds must file with each bond a certified copy of their power of attorney to sign said bonds. The successful bidder or bidders upon failure or refusal to furnish within ten days after his/her notification the required performance bond, shall pay to Duval County Public Schools as liquidated damages for each failure or refusal an amount in cash equal to the security deposited with his/her bid. 10. GUARANTEE: The contractor shall unconditionally guarantee the materials and workmanship on all equipment furnished by him/her for a period of one year from date of acceptance of the items delivered and installed, unless otherwise specified herein. If, within the guarantee period, any defects or signs of deterioration are noted, which, in the opinion of Duval County Public Schools are due to faulty design and installation, workmanship, or materials, upon ratification, the contractor, at his/her expense, shall repair or adjust the equipment or parts to correct the condition, or he/she shall replace the part or entire unit to the complete satisfaction of Duval County Public Schools. These repairs, replacements or adjustments shall be made only at such times as will be designated by Duval County Public Schools as least detrimental to the operation of Duval County Public Schools business. 11. DISCOUNTS: all discounts to be included in bid price. 12. COLLUSION: the bidder, by affixing his/her signature to this proposal, agrees to the following: bidder certifies that this bid is made without any previous understanding, agreement or connection with any person, firm, or corporation making a bid for the same items; and is in all respects fair, without outside control, collusion, fraud or otherwise illegal action. 13. ERRORS IN BIDS: Bidders or their authorized representatives are expected to fully inform themselves as to the conditions, requirements and specifications before submitting bids; failure to do so will be at the bidders own risk and he/she cannot secure relief on the plea of error. Neither law nor regulations make allowance for errors either of omission or commission on the part of bidders. In case of error in extension of prices in the bid, the unit price shall govern. 14. All bid responses are to be submitted in typewritten form or submitted in ink. Responses received in pencil will not be accepted. 15. LOCAL PREFERENCE: When the lowest bid for printing services or for personal property is submitted by a firm whose principal place of business is outside of the State of Florida, a minimum five percent (5%) preference shall be given to bids submitted by firms whose principal place of business is within the State of Florida. If the state or political subdivision within which the out-of-state firm has its principal place of business maintains a local preference, the preference given to bidders from the State of Florida shall be of an equal percentage. Duval County Public Schools Office of Economic Opportunity Sheltered Market for SBEs and/or M/WBEs Under the provisions of Board Rule on the SMALL/MICRO BUSINESS ENTERPRISE PROGRAM AND MINORITY/WOMEN BUSINESS ENTERPRISE CERTIFICATION, this bid is reserved for EXCLUSIVE COMPETENTION by qualified Small Business Enterprise (SBE) if the OEO has sheltered it for SBEs or for qualified Minority/Women Business Enterprise (M/WBE) if the OEO has sheltered for M/WBEs. Before bid opening, all parties responding to this bid must be certified as a Small Business Enterprise and/or Minority/Women Business Enterprise, depending on the OEO recommendation, with Duval County Public Schools. Any party desiring additional information concerning participation on this bid should contact: Paula Wright, Supervisor Office of Economic Opportunity (904) 858-4860 wrightp2@duvalschools.org or Office of Economic Opportunity 1701 Prudential Dr., Suite 322 Jacksonville, FL 32207 (904) 858-1480 / (904) 858-4868 fax mailto:wrightp2@duvalschools.org Bid No. ITBS-023-20/LN CONFLICT OF INTEREST CERTIFICATE Bidder must execute either Section I or Section II hereunder relative to Florida Statute 112.313(12). Failure to execute either section may result in rejection of this bid proposal. SECTION I I hereby certify that no official or employee of Duval County Public Schools requiring the goods or services described in these specifications has a material financial interest in this company. ________________________________ ________________________________ Signature Company Name ________________________________ ________________________________ Name of Official (Type or print) Business Address ________________________________ City, State, Zip Code SECTION II I hereby certify that the following named Duval County Public Schools official(s) and employee(s) having material financial interest(s) (in excess of 5%) in this company have filed Conflict of Interest Statements with the Supervisor of Elections, 105 East Monroe Street, Jacksonville, Duval County, Florida, prior to bid opening. Name Title or Position Date of Filing ___________________________ ______________________ ___________________ ___________________________ ______________________ ___________________ _________________________________ ________________________________ Signature Company Name _________________________________ ________________________________ Print Name of Certifying Official Business Address ________________________________ City, State, Zip Code

1701 Prudential Drive Jacksonville, FL 32207Location

Address: 1701 Prudential Drive Jacksonville, FL 32207

Country : United StatesState : Florida

You may also like

Wildlife Damage Management at Agriculture producing units statewide

Due: 31 Aug, 2025 (in 16 months)Agency: Texas Department of Criminal Justice

Landscape Maintenance

Due: 24 May, 2024 (in 26 days)Agency: Town of Morrisville

Landscape Maintenance

Due: 30 Apr, 2024 (in 2 days)Agency: Port of Everett

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.