Fleet Maintenance Services

From: Duval County Public Schools(School)
ITB-034-23/LM

Basic Details

started - 12 Jul, 2023 (9 months ago)

Start Date

12 Jul, 2023 (9 months ago)
due - 01 Jul, 2026 (in about 2 years)

Due Date

01 Jul, 2026 (in about 2 years)
Bid Notification

Type

Bid Notification
ITB-034-23/LM

Identifier

ITB-034-23/LM
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.

Dr. Diana L. Greene, Superintendent of Schools EVERY SCHOOL. EVERY CLASSROOM. EVERY STUDENT. EVERY DAY. Duval County Public Schools www.duvalschools.org Purchasing Services PH: (904) 858-4848 1701 Prudential Drive, Suite 322 FAX: (904)858-4868 Jacksonville, FL 32207 July 26, 2023 Jason Carryl Carryl Tire Company, Inc. 1902 Blanding Blvd. Jacksonville, Florida 32210 RE: ITB-034-23/LM, FLEET MAINTENANCE SERVICES On Monday, July 10, 2023, the School Board of Duval County Public Schools approved the award of ITB-034-23/LM, Fleet Maintenance Services. The Board action authorized the contract for the period of July 10, 2023 through July 1, 2026. In accordance with Special Conditions #21 of the ITB, Insurance Requirements, please forward an updated copy of your insurance certificate. If you have any questions about this award, please contact Louis Mitchum at (904) 858-4859. We look forward to a successful partnership.
Terrence Wright, Director DCPS Purchasing Services cc Louis Mitchum Master Bid File http://www.duvalschools.org/ Dr. Diana L. Greene, Superintendent of Schools EVERY SCHOOL. EVERY CLASSROOM. EVERY STUDENT. EVERY DAY. Duval County Public Schools www.duvalschools.org Purchasing Services PH: (904) 858-4848 1701 Prudential Drive, Suite 322 FAX: (904)858-4868 Jacksonville, FL 32207 July 26, 2023 Christopher Pace Duval Ford LLC, d/b/a Duval Ford 1616 Cassatt Avenue Jacksonville, Florida 32210 RE: ITB-034-23/LM, FLEET MAINTENANCE SERVICES On Monday, July 10, 2023, the School Board of Duval County Public Schools approved the award of ITB-034-23/LM, Fleet Maintenance Services. The Board action authorized the contract for the period of July 10, 2023 through July 1, 2026. In accordance with Special Conditions #21 of the ITB, Insurance Requirements, please forward an updated copy of your insurance certificate. If you have any questions about this award, please contact Louis Mitchum at (904) 858-4859. We look forward to a successful partnership. Terrence Wright, Director DCPS Purchasing Services cc Louis Mitchum Master Bid File http://www.duvalschools.org/ Dr. Diana L. Greene, Superintendent of Schools EVERY SCHOOL. EVERY CLASSROOM. EVERY STUDENT. EVERY DAY. Duval County Public Schools www.duvalschools.org Purchasing Services PH: (904) 858-4848 1701 Prudential Drive, Suite 322 FAX: (904)858-4868 Jacksonville, FL 32207 July 26, 2023 Wade Harris First Coast Mobile Car Care, LLC 4671 Highway Avenue Jacksonville, Florida 32254 RE: ITB-034-23/LM, FLEET MAINTENANCE SERVICES On Monday, July 10, 2023, the School Board of Duval County Public Schools approved the award of ITB-034-23/LM, Fleet Maintenance Services. The Board action authorized the contract for the period of July 10, 2023 through July 1, 2026. In accordance with Special Conditions #21 of the ITB, Insurance Requirements, please forward an updated copy of your insurance certificate. If you have any questions about this award, please contact Louis Mitchum at (904) 858-4859. We look forward to a successful partnership. Terrence Wright, Director DCPS Purchasing Services cc Louis Mitchum Master Bid File http://www.duvalschools.org/ Dr. Diana L. Greene, Superintendent of Schools EVERY SCHOOL. EVERY CLASSROOM. EVERY STUDENT. EVERY DAY. Duval County Public Schools www.duvalschools.org Purchasing Services PH: (904) 858-4848 1701 Prudential Drive, Suite 322 FAX: (904)858-4868 Jacksonville, FL 32207 July 26, 2023 Adam Crow Team Car Care LLC., d/b/a Jiffy Lube 105 Decker Ct., Suite 900 Irving, Texas 75062 RE: ITB-034-23/LM, FLEET MAINTENANCE SERVICES On Monday, July 10, 2023, the School Board of Duval County Public Schools approved the award of ITB-034-23/LM, Fleet Maintenance Services. The Board action authorized the contract for the period of July 10, 2023 through July 1, 2026. In accordance with Special Conditions #21 of the ITB, Insurance Requirements, please forward an updated copy of your insurance certificate. If you have any questions about this award, please contact Louis Mitchum at (904) 858-4859. We look forward to a successful partnership. Terrence Wright, Director DCPS Purchasing Services cc Louis Mitchum Master Bid File http://www.duvalschools.org/ Dr. Diana L. Greene, Superintendent of Schools EVERY SCHOOL. EVERY CLASSROOM. EVERY STUDENT. EVERY DAY. Duval County Public Schools www.duvalschools.org Purchasing Services PH: (904) 858-4848 1701 Prudential Drive, Suite 322 FAX: (904)858-4868 Jacksonville, FL 32207 July 26, 2023 Vu Nguyen Vu’s Auto Service Center 1944 Tourist Street Jacksonville, Florida 32208 RE: ITB-034-23/LM, FLEET MAINTENANCE SERVICES On Monday, July 10, 2023, the School Board of Duval County Public Schools approved the award of ITB-034-23/LM, Fleet Maintenance Services. The Board action authorized the contract for the period of July 10, 2023 through July 1, 2026. In accordance with Special Conditions #21 of the ITB, Insurance Requirements, please forward an updated copy of your insurance certificate. If you have any questions about this award, please contact Louis Mitchum at (904) 858-4859. We look forward to a successful partnership. Terrence Wright, Director DCPS Purchasing Services cc Louis Mitchum Master Bid File http://www.duvalschools.org/ July 10, 2023, Regular Board Meeting Title 42. FLEET MAINTENANCE SERVICES - ITB-034-23/LM Recommendation That the Duval County School Board approve a source of service contract for Fleet Maintenance Services (ITB-034-23/LM) with Carryl Tire Company, Inc., Duval Ford, LLC, First Coast Mobile Car Care, LLC, Team Car Care, LLC (DBA Jiffy Lube) and Vu's Auto Service Center from the date of the award through July 1, 2026. That the district delegate authority to the Superintendent, or her designee, to renew the contract provided terms and conditions are essentially the same as awarded and funds are available. There are three potential one-year renewals. Description This is a request to provide a source of service contract for vehicle maintenance throughout the district. This bid was coordinated through the Office of Economic Opportunity and any recommendations were included in the solicitation (ITB-034-23/LM) Gap Analysis This competitively awarded service contract will provide for the maintenance of district fleet vehicles. The contract also improves our ability to monitor, maintain, and repair fleet vehicles and equipment which will extend their service life. All orders will go through the district's fleet management office and be assigned to the awarded vendor that has the best combination of cost, expertise and availability for the needed repair service. Repair orders issued by the fleet management office are randomly checked by the Director of Consolidated Services to ensure repairs are being performed in an effective and cost efficient manner. Previous Outcomes Previously, fleet maintenance service was completed through the award of ITB-016-019-CP Expected Outcomes Approval of the service contract to allow ongoing maintenance and use of fleet vehicles in direct support of the academic goal of the district. Strategic Plan Goals and Principles Guiding Principle V: DCPS will provide a culture and climate that improves academic, social, and emotional development. Financial Impact Award of this contract does not obligate any funding, it provides the ability to place vehicle repair/maintenance orders if needed. The cost of each repair service will be funded by various departments with vehicles as they incur the need for repairs. This need will vary from year to year based vehicle usage, age of vehicles, and number of vehicles in service. Contact Antonio Gimenez, Director, Consolidated Services, (904) 858-1418 Paul Soares, Assistant Superintendent, Operations, 904-390-2008 Attachments 1. Fleet Maint Attachment ITB-034-23/LM FLEET MAINTENANCE SERVICE APRIL 13, 2023 BID TABULATION Item Description ESTIMATE VOLUME COST YEAR 1 ESTIMATE VOLUME COST YEAR 1 ESTIMATE VOLUME COST YEAR 1 Response Workbook, DCPS Fleet Maintenance and Repair Cars and SUV PMI and Assembled Jobs Annual Breakout 1 Alignment; Four Wheel 100 100 $80.00 $8,000.00 100 $89.99 $8,999.00 100 $129.99 $12,999.00 2 Automatic Transmission Fluid Flush 30 30 $250.00 $7,500.00 30 $199.99 $5,999.70 30 $289.99 $8,699.70 3 Battery/Charging System Check 25 25 $20.00 $500.00 25 $0.00 $0.00 25 $0.00 4 Battery Replacement; Lead Acid (18 month free replacement) 25 25 $200.00 $5,000.00 25 $199.99 $4,999.75 25 $169.99 $4,249.75 5 Battery Replacement; Acid Glass Mat (18 month free replacement) 5 5 $300.00 $1,500.00 5 $289.99 $1,449.95 5 $249.99 $1,249.95 6 Brake Fluid Exchange 10 10 $80.00 $800.00 10 $69.99 $699.90 10 $129.99 $1,299.90 7 Brake Service; Front (*2) 25 25 $200.00 $5,000.00 25 $169.99 $4,249.75 25 $169.99 $4,249.75 8 Brake Service; Rear (*2) 25 25 $200.00 $5,000.00 25 $189.99 $4,749.75 25 $169.99 $4,249.75 9 Coolant Exchange 10 10 $100.00 $1,000.00 10 $79.99 $799.90 10 $139.99 $1,399.90 10 Electronic Vehicle Diagnosis (Scan) 30 30 $100.00 $3,000.00 30 $59.99 $1,799.70 30 $99.99 $2,999.70 11 Oil Change; Synthetic Blend (Up to 5 Qts.)(*1) 100 100 $60.00 $6,000.00 100 $59.99 $5,999.00 100 $49.99 $4,999.00 12 Additional Per Qt; Synthetic Blend 200 200 $9.00 $1,800.00 200 $6.00 $1,200.00 200 $5.99 $1,198.00 13 Oil Change; Full Synthetic (Up to 5 Qts)(*1) 10 10 $80.00 $800.00 10 $99.99 $999.90 10 $69.99 $699.90 14 Additional Per Qt; Synthetic Blend 20 20 $11.00 $220.00 20 $8.00 $160.00 20 $8.99 $179.80 15 Tire Pressure Monitor System (TPMS) Diagnosis/Reset 20 20 $30.00 $600.00 20 $59.99 $1,199.80 20 $0.00 $0.00 16 Wiper Blade Replacement; Standard 50 50 $15.00 $750.00 50 $49.99 $2,499.50 50 $29.99 $1,499.50 17 Wiper Blade Replacement; Contour 30 30 $20.00 $600.00 30 $64.99 $1,949.70 30 $44.99 $1,349.70 SUBTOTAL $48,070.00 $47,755.30 $51,323.30 CM ANNUAL BREAKOUT 18 CM Labor Rate per Hour 400 400 $160.00 $64,000.00 400 $120.00 $48,000.00 400 $129.99 $51,996.00 19 CM Labor per Hour After Hours (5PM-8AM-F,S- S, Holidays) 10 10 $250.00 $2,500.00 10 $153.00 $1,530.00 10 $169.99 $1,699.90 20 Cost Plus % Pricing for Parts (Not to Exceed 20%) $10,000.00 10,000.00 20 $2,000.00 $10,000.00 20 $2,000.00 $10,000.00 20 $2,000.00 21 Regular Business Road Call Response & Diagnosis Fee (*Fixed per Incident-Exclustive of Maintenance Costs Performed as that in Covered in Above Costs) 10 10 $250.00 $2,500.00 10 $120.00 $1,200.00 10 $169.99 $1,699.90 22 After Hours Road Call Response & Diagnosis Fee (*Fixed Rate per Incident-Exclusive of maintenance Costs Performed as that Covered in Above Costs (5PM-8AM, M-F,S-S, Holidays) 5 5 $350.00 $1,750.00 5 $153.00 $765.00 5 $199.99 $999.95 CARRYL TIRE CO INC DUVAL FORD FIRST COAST MOBILE CAR CARE LLC Page 1 of 20 ITB-034-23/LM FLEET MAINTENANCE SERVICE APRIL 13, 2023 BID TABULATION Item Description Response Workbook, DCPS Fleet Maintenance and Repair Cars and SUV PMI and Assembled Jobs Annual Breakout 1 Alignment; Four Wheel 2 Automatic Transmission Fluid Flush 3 Battery/Charging System Check 4 Battery Replacement; Lead Acid (18 month free replacement) 5 Battery Replacement; Acid Glass Mat (18 month free replacement) 6 Brake Fluid Exchange 7 Brake Service; Front (*2) 8 Brake Service; Rear (*2) 9 Coolant Exchange 10 Electronic Vehicle Diagnosis (Scan) 11 Oil Change; Synthetic Blend (Up to 5 Qts.)(*1) 12 Additional Per Qt; Synthetic Blend 13 Oil Change; Full Synthetic (Up to 5 Qts)(*1) 14 Additional Per Qt; Synthetic Blend 15 Tire Pressure Monitor System (TPMS) Diagnosis/Reset 16 Wiper Blade Replacement; Standard 17 Wiper Blade Replacement; Contour SUBTOTAL CM ANNUAL BREAKOUT 18 CM Labor Rate per Hour 19 CM Labor per Hour After Hours (5PM-8AM-F,S- S, Holidays) 20 Cost Plus % Pricing for Parts (Not to Exceed 20%) 21 Regular Business Road Call Response & Diagnosis Fee (*Fixed per Incident-Exclustive of Maintenance Costs Performed as that in Covered in Above Costs) 22 After Hours Road Call Response & Diagnosis Fee (*Fixed Rate per Incident-Exclusive of maintenance Costs Performed as that Covered in Above Costs (5PM-8AM, M-F,S-S, Holidays) ESTIMATE VOLUME COST YEAR 1 ESTIMATE VOLUME Price Extension 100 $0.00 $0.00 100 $59.99 $5,999.00 30 $111.99 $3,359.70 30 $189.99 $5,699.70 25 $0.00 $0.00 25 $0.00 $0.00 25 $80.49 $2,012.25 25 $139.99 $3,499.75 5 $153.99 $769.95 5 $169.99 $849.95 10 $83.99 $839.90 10 $45.00 $450.00 25 $0.00 $0.00 25 $129.99 $3,249.75 25 $0.00 $0.00 25 $129.99 $3,249.75 10 $97.99 $979.90 10 $59.99 $599.90 30 $34.99 $1,049.70 30 $49.99 $1,499.70 100 $53.99 $5,399.00 100 $39.99 $3,999.00 200 $7.69 $1,538.00 200 $4.19 $838.00 10 $67.89 $678.90 10 $59.95 $599.50 20 $9.79 $195.80 20 $6.45 $129.00 20 $34.99 $699.80 20 $39.99 $799.80 50 $13.99 $699.50 50 $19.99 $999.50 30 $20.99 $629.70 30 $19.99 $599.70 $18,852.10 $33,062.00 400 $119.99 $47,996.00 400 $85.00 $34,000.00 10 $119.99 $1,199.90 10 $85.00 $850.00 $10,000.00 0 $0.00 10,000 20 $2,000.00 10 $0.00 $0.00 10 $85.00 $850.00 5 $0.00 $0.00 5 $85.00 $425.00 TEAM CAR CARE LLC , DBA JIFFY LUBE VU NGUYEN Page 2 of 20 ITB-034-23/LM FLEET MAINTENANCE SERVICE APRIL 13, 2023 BID TABULATION Item Description ESTIMATE VOLUME COST YEAR 1 ESTIMATE VOLUME COST YEAR 1 ESTIMATE VOLUME COST YEAR 1 CARRYL TIRE CO INC DUVAL FORD FIRST COAST MOBILE CAR CARE LLC 23 Transportation Service Free(*Fixed Rate per Occurrence for a One-Way Charge regardless of pickup or drop off location) 10 10 $150.00 $1,500.00 10 $50.00 $500.00 10 $129.99 $1,299.90 SUBTOTAL $74,250.00 $53,995.00 $59,695.65 24 Consumable Shop Supply % Charge (Not to Exceed 10% of Invoice or $50) (Not to Include Sublet Costs) 10 $122,320.00 $12,232.00 10 $101,750.30 $10,175.03 10 $111,018.95 $11,101.90 25 Enviornmental Fee % (Not to Exceed 10% of Invoice or $50)(Not to Include Subelt Costs) 10 $120,340.00 $12,034.00 10 $101,750.30 $10,175.03 10 $111,018.95 $11,101.90 26 Markup % for Subscontracted Work 4% 20% $19,571.20 4% $0.00 $0.00 20% $17,763.03 SUBTOTAL $43,837.20 $20,350.06 $39,966.82 YEAR 1 TOTAL $166,157.20 $122,100.36 $150,985.77 Response Workbook, DCPS Fleet Maintenance and Repair Equipment and Trailers PMI and Assembled Jobs Annual Breakout 27 Battery/Charging System Check 20 20 $30.00 $600.00 20 $0.00 $0.00 20 $0.00 28 Batter Replacement: Lead Acid (18 Month free replacement) 20 20 $200.00 $4,000.00 20 $244.00 $4,880.00 20 $189.99 $3,799.80 29 Batter Replacement: Acid (18 Month free replacement) 1 1 $300.00 $300.00 1 $349.00 $349.00 1 $269.99 $269.99 30 Trailer Axel Service (per Axel) 40 40 $320.00 $12,800.00 40 $199.99 $7,999.60 40 $259.98 $10,399.20 31 Wiper Blade Replacement Standard 20 5 $15.00 $300.00 20 $49.99 $999.80 20 $29.99 $599.80 32 Eiper Blade Replacement;Contour 5 10 $20.00 $100.00 5 $64.99 $324.95 5 $44.99 $224.95 SUBTOTAL $18,100.00 $14,553.35 $15,293.74 CM ANNUAL BREAKOUT 33 CM Labor Rate per Hour 300 300 $150.00 $45,000.00 300 $120.00 $36,000.00 300 $129.99 $38,997.00 34 CM Labor per Hour After Hours (5PM-8AM-F,S- S, Holidays) 10 10 $250.00 $2,500.00 10 $153.00 $1,530.00 10 $169.99 $1,699.90 35 Cost Plus % Pricing for Parts (Not to Exceed 20%) $5,000.00 $5,000.00 20 $1,000.00 $5,000.00 20 $1,000.00 $5,000.00 20 $1,000.00 36 Regular Business Road Call Response & Diagnosis Fee (*Fixed per Incident-Exclustive of Maintenance Costs Performed as that in Covered in Above Costs) 10 10 $250.00 $2,500.00 10 $120.00 $1,200.00 10 $169.99 $1,699.90 37 After Hours Road Call Response & Diagnosis Fee (*Fixed Rate per Incident-Exclusive of maintenance Costs Performed as that Covered in Above Costs (5PM-8AM, M-F,S-S, Holidays) 5 5 $350.00 $1,750.00 5 $153.00 $765.00 5 $199.99 $999.95 38 Transportation Service Free(*Fixed Rate per Occurrence for a One-Way Charge regardless of pickup or drop off location) 20 20 $150.00 $3,000.00 20 $50.00 $1,000.00 20 $129.99 $2,599.80 Page 3 of 20 ITB-034-23/LM FLEET MAINTENANCE SERVICE APRIL 13, 2023 BID TABULATION Item Description Response Workbook, DCPS Fleet Maintenance and Repair 23 Transportation Service Free(*Fixed Rate per Occurrence for a One-Way Charge regardless of pickup or drop off location) SUBTOTAL 24 Consumable Shop Supply % Charge (Not to Exceed 10% of Invoice or $50) (Not to Include Sublet Costs) 25 Enviornmental Fee % (Not to Exceed 10% of Invoice or $50)(Not to Include Subelt Costs) 26 Markup % for Subscontracted Work SUBTOTAL YEAR 1 TOTAL Response Workbook, DCPS Fleet Maintenance and Repair Equipment and Trailers PMI and Assembled Jobs Annual Breakout 27 Battery/Charging System Check 28 Batter Replacement: Lead Acid (18 Month free replacement) 29 Batter Replacement: Acid (18 Month free replacement) 30 Trailer Axel Service (per Axel) 31 Wiper Blade Replacement Standard 32 Eiper Blade Replacement;Contour SUBTOTAL CM ANNUAL BREAKOUT 33 CM Labor Rate per Hour 34 CM Labor per Hour After Hours (5PM-8AM-F,S- S, Holidays) 35 Cost Plus % Pricing for Parts (Not to Exceed 20%) 36 Regular Business Road Call Response & Diagnosis Fee (*Fixed per Incident-Exclustive of Maintenance Costs Performed as that in Covered in Above Costs) 37 After Hours Road Call Response & Diagnosis Fee (*Fixed Rate per Incident-Exclusive of maintenance Costs Performed as that Covered in Above Costs (5PM-8AM, M-F,S-S, Holidays) 38 Transportation Service Free(*Fixed Rate per Occurrence for a One-Way Charge regardless of pickup or drop off location) ESTIMATE VOLUME COST YEAR 1 ESTIMATE VOLUME Price Extension TEAM CAR CARE LLC , DBA JIFFY LUBE VU NGUYEN 10 $0.00 $0.00 10 $65.00 $650.00 $49,195.90 $38,775.00 0 $68,048.00 $0.00 3 $71,837.00 $2,155.11 5.99 $68,018.30 $4,074.30 3 $71,837.00 $2,155.11 0% $0.00 -$2,721.92 0% 0% -$2,873.48 $1,352.38 $1,436.74 $69,400.38 $73,273.74 20 $0.00 $0.00 20 $0.00 20 $80.49 $1,609.80 20 $139.99 $2,799.80 1 $153.99 $153.99 1 $169.99 $169.99 40 $0.00 40 $319.99 $12,799.60 20 $13.99 $279.80 20 $24.99 $499.80 5 $20.99 $104.95 5 $24.99 $124.95 $2,148.54 $16,394.14 300 $119.99 $35,997.00 300 $85.00 $25,500.00 10 $119.99 $1,199.90 10 $85.00 $850.00 10 $0.00 $5,000.00 0.2 $10.00 10 $0.00 $0.00 10 $85.00 $850.00 5 $0.00 $0.00 5 $85.00 $425.00 20 $0.00 $0.00 20 $65.00 $1,300.00 Page 4 of 20 ITB-034-23/LM FLEET MAINTENANCE SERVICE APRIL 13, 2023 BID TABULATION Item Description ESTIMATE VOLUME COST YEAR 1 ESTIMATE VOLUME COST YEAR 1 ESTIMATE VOLUME COST YEAR 1 CARRYL TIRE CO INC DUVAL FORD FIRST COAST MOBILE CAR CARE LLC SUBTOTAL $55,750.00 $41,495.00 $46,996.55 39 Consumable Shop Supply % Charge (Not to Exceed 10% of Invoice or $50) (Not to Include Sublet Costs) 0% 10 $73,850.00 $7,385.00 10 $56,048.35 $5,604.84 10% $62,290.29 $62.29 40 Enviornmental Fee % (Not to Exceed 10% or Invoice or $50)(Not to Include Subelt Costs) 0% 10 $72,860.00 $7,286.00 10 $56,048.35 $5,604.84 10% $62,290.29 $62.29 41 Markup % for Subscontracted Work 4% 20% $11,657.60 4% $0.00 20% $9,966.45 SUBTOTAL $26,328.60 $11,209.67 $10,091.03 YEAR 1 TOTAL $82,078.60 $56,048.35 $72,381.32 Page 5 of 20 ITB-034-23/LM FLEET MAINTENANCE SERVICE APRIL 13, 2023 BID TABULATION Item Description Response Workbook, DCPS Fleet Maintenance and Repair SUBTOTAL 39 Consumable Shop Supply % Charge (Not to Exceed 10% of Invoice or $50) (Not to Include Sublet Costs) 40 Enviornmental Fee % (Not to Exceed 10% or Invoice or $50)(Not to Include Subelt Costs) 41 Markup % for Subscontracted Work SUBTOTAL YEAR 1 TOTAL ESTIMATE VOLUME COST YEAR 1 ESTIMATE VOLUME Price Extension TEAM CAR CARE LLC , DBA JIFFY LUBE VU NGUYEN $37,196.90 $28,935.00 0% $39,345.44 $0.00 3% $45,329.14 $13.60 0% $39,345.44 $0.00 3% $45,319.24 $13.60 0% $0.00 -$1,573.82 20.0% $0.00 -$453.29 -$1,573.82 -$426.10 $37,771.62 $44,903.04 Page 6 of 20 ITB-034-23/LM FLEET MAINTENANCE SERVICE APRIL 13, 2023 BID TABULATION Item Description ESTIMATE VOLUME COST YEAR 1 ESTIMATE VOLUME COST YEAR 1 ESTIMATE VOLUME COST YEAR 1 CARRYL TIRE CO INC DUVAL FORD FIRST COAST MOBILE CAR CARE LLC Response Workbook, DCPS Fleet Maintenance and Repair Heavy Duty Trucks PMI and Assembled Jobs Annual Breakout 42 Alignment; Four Wheel 10 10 $160.00 $1,600.00 10 $199.00 $1,990.00 10 $299.99 $2,999.90 43 Automatic Transmission Fluid Flush 10 10 $1,000.00 $10,000.00 10 $279.99 $2,799.90 10 $289.99 $2,899.90 44 Battery/Charging System Check 20 20 $50.00 $1,000.00 20 $0.00 20 $0.00 45 Battery Replacement; Lead Acid (18 month free replacement) 20 20 $500.00 $10,000.00 20 $244.00 $4,880.00 20 $189.99 $3,799.80 46 Battery Replacement; Acid Glass Mat (18 month free replacement) 10 10 $700.00 $7,000.00 10 $344.00 $3,440.00 10 $269.99 $2,699.90 47 Braje Fluid Exchange 5 5 $80.00 $400.00 5 $99.99 $499.95 5 $129.99 $649.95 48 Brake Service; Front (*2) 10 10 $800.00 $8,000.00 10 $768.00 $7,680.00 10 $799.99 $7,999.90 49 Brake Service; Rear (*2) 10 10 $1,100.00 $11,000.00 10 $936.00 $9,360.00 10 $799.99 $7,999.90 50 Coolant Exchange 5 5 $400.00 $2,000.00 5 $119.99 $599.95 5 $189.99 $949.95 51 Electronic Vehicle Diagnosis(Scan) 10 10 $250.00 $2,500.00 10 $59.99 $599.90 10 $99.99 $999.90 52 Oil Change GAS; Synthetic Blend (Up to %Qts)(*1) 50 50 $160.00 $8,000.00 50 $59.99 $2,999.50 50 $69.99 $3,499.50 53 Oil Change Diesel; Synthetic Blend (Up to 15 Qts)(*1) 10 10 $250.00 $2,500.00 10 $129.00 $1,290.00 10 $149.99 $1,499.90 54 Additional Per Qt; Syntheitic Blend 150 150 $11.00 $1,650.00 150 $6.00 $900.00 150 $5.99 $898.50 55 Oil Change GAS; Full Synthetic Blend (Up to %Qts)(*1) 2 2 $180.00 $360.00 2 $79.99 $159.98 2 $69.99 $139.98 56 Oil Change Diesel; Full Synthetic Blend (Up to 15 Qts)(*1) 2 2 $300.00 $600.00 2 $219.00 $438.00 2 $199.99 $399.98 57 Additional Per Qt; Full Syntheitic 10 10 $15.00 $150.00 10 $8.00 $80.00 10 $8.99 $89.90 58 Tire Pressure Monitor System (TPMS) Diagnosis/Reset 10 10 $30.00 $300.00 10 $59.99 $599.90 10 $0.00 59 Wiper Blade Replacement; Standard 40 40 $15.00 $600.00 40 $49.99 $1,999.60 40 $29.99 $1,199.60 60 Wiper Blade Replacement; Contour 6 6 $20.00 $120.00 6 $64.99 $389.94 6 $44.99 $269.94 SUBTOTAL $67,780.00 $40,706.62 $38,996.40 CM Annual Breakout 61 CM Labor Rate per Hour 400 400 $200.00 $80,000.00 400 $153.00 $61,200.00 400 $129.99 $51,996.00 62 CM Labor per Hour After Hours (5PM-8AM-M- F, S-S, Holidays) 10 10 $300.00 $3,000.00 1 $170.00 $1,700.00 10 $169.99 $1,699.90 63 Cost Plus % Pricing for Parts (Not to Exceed 20%) $10,000.00 10,000.00 20 $2,000.00 $10,000.00 20 $2,000.00 $10,000.00 20 $2,000.00 64 Rugular Business Road Call Response & Diagnosis Fee (*Fixed Rate per incident- Exclusive of Maintenance Costs Performed as that in Covered in Above Costs) 10 10 $300.00 $3,000.00 10 $153.00 $1,530.00 10 $169.99 $1,699.90 Page 7 of 20 ITB-034-23/LM FLEET MAINTENANCE SERVICE APRIL 13, 2023 BID TABULATION Item Description Response Workbook, DCPS Fleet Maintenance and Repair Response Workbook, DCPS Fleet Maintenance and Repair Heavy Duty Trucks PMI and Assembled Jobs Annual Breakout 42 Alignment; Four Wheel 43 Automatic Transmission Fluid Flush 44 Battery/Charging System Check 45 Battery Replacement; Lead Acid (18 month free replacement) 46 Battery Replacement; Acid Glass Mat (18 month free replacement) 47 Braje Fluid Exchange 48 Brake Service; Front (*2) 49 Brake Service; Rear (*2) 50 Coolant Exchange 51 Electronic Vehicle Diagnosis(Scan) 52 Oil Change GAS; Synthetic Blend (Up to %Qts)(*1) 53 Oil Change Diesel; Synthetic Blend (Up to 15 Qts)(*1) 54 Additional Per Qt; Syntheitic Blend 55 Oil Change GAS; Full Synthetic Blend (Up to %Qts)(*1) 56 Oil Change Diesel; Full Synthetic Blend (Up to 15 Qts)(*1) 57 Additional Per Qt; Full Syntheitic 58 Tire Pressure Monitor System (TPMS) Diagnosis/Reset 59 Wiper Blade Replacement; Standard 60 Wiper Blade Replacement; Contour SUBTOTAL CM Annual Breakout 61 CM Labor Rate per Hour 62 CM Labor per Hour After Hours (5PM-8AM-M- F, S-S, Holidays) 63 Cost Plus % Pricing for Parts (Not to Exceed 20%) 64 Rugular Business Road Call Response & Diagnosis Fee (*Fixed Rate per incident- Exclusive of Maintenance Costs Performed as that in Covered in Above Costs) ESTIMATE VOLUME COST YEAR 1 ESTIMATE VOLUME Price Extension TEAM CAR CARE LLC , DBA JIFFY LUBE VU NGUYEN 10 $0.00 10 $115.00 $1,150.00 10 $175.69 $1,756.90 10 $245.99 $2,459.90 20 $0.00 20 $0.00 20 $80.49 $1,609.80 20 $142.00 $2,840.00 10 $153.99 $1,539.90 10 $179.99 $1,799.90 5 $83.99 $419.95 5 $45.00 $225.00 10 $0.00 10 $129.99 $1,299.90 10 $0.00 10 $129.99 $1,299.90 5 $97.99 $489.95 5 $59.99 $299.95 10 $34.99 $349.90 10 $74.99 $749.90 50 $53.89 $2,694.50 50 $39.99 $1,999.50 10 $53.89 $538.90 10 $49.99 $499.90 150 $7.69 $1,153.50 150 $4.19 $628.50 2 $67.89 $135.78 2 $59.95 $119.90 2 $67.89 $135.78 2 $119.99 $239.98 10 $9.79 $97.90 10 $6.45 $64.50 10 $0.00 10 $48.50 $485.00 40 $13.99 $559.60 40 $19.99 $799.60 6 $20.99 $125.94 6 $19.99 $119.94 $11,608.30 $17,081.27 400 $119.99 $47,996.00 400 $85.00 $34,000.00 10 $119.99 $1,199.90 10 $85.00 $850.00 $10,000.00 $0.00 $10,000.00 20 $2,000.00 0 $0.00 $0.00 10 $85.00 $850.00 Page 8 of 20 ITB-034-23/LM FLEET MAINTENANCE SERVICE APRIL 13, 2023 BID TABULATION Item Description ESTIMATE VOLUME COST YEAR 1 ESTIMATE VOLUME COST YEAR 1 ESTIMATE VOLUME COST YEAR 1 CARRYL TIRE CO INC DUVAL FORD FIRST COAST MOBILE CAR CARE LLC 65 After Hours Road Call Response & diagnosis Fer (*Fixed Rate per incident-Exclusive of Maintenance Costs performed as that is Covered in Above Costs)(5PM-SAM M-F, S-S, Holidays) 5 5 $400.00 $2,000.00 5 $170.00 $850.00 5 $199.99 $999.95 66 Transportation Services Fee (*Fixed Rate per Occurrence for a One-Way Charge regardless of pickup on drop off location 10 10 $150.00 $1,500.00 10 $75.00 $750.00 10 $129.99 $1,299.90 SUBTOTAL $91,500.00 $68,030.00 $59,695.65 67 Consumable Shop Supply % Charge (Not to Exceed 10% of Invouce or $50)(Not to Include Sublet Costs) 0% 10 $159,280.00 $15,928.00 10 $108,736.62 $10,873.66 10 $98,692.05 $9,869.21 68 Enviornmental Free % (Not to Exceed 10% of invoice or $50)(Not to include Subelt Costs) 0% 10 $159,280.00 $15,928.00 10 $108,736.62 $10,873.66 10 $98,692.05 $9,869.21 69 Markup % of Subcontracted Work 4% 20% $25,484.80 4% $0.00 20% $15,790.73 SUBTOTAL $57,340.80 $21,747.32 $35,529.14 YEAR 1 TOTAL $216,620.80 $130,483.94 $134,221.19 Page 9 of 20 ITB-034-23/LM FLEET MAINTENANCE SERVICE APRIL 13, 2023 BID TABULATION Item Description Response Workbook, DCPS Fleet Maintenance and Repair 65 After Hours Road Call Response & diagnosis Fer (*Fixed Rate per incident-Exclusive of Maintenance Costs performed as that is Covered in Above Costs)(5PM-SAM M-F, S-S, Holidays) 66 Transportation Services Fee (*Fixed Rate per Occurrence for a One-Way Charge regardless of pickup on drop off location SUBTOTAL 67 Consumable Shop Supply % Charge (Not to Exceed 10% of Invouce or $50)(Not to Include Sublet Costs) 68 Enviornmental Free % (Not to Exceed 10% of invoice or $50)(Not to include Subelt Costs) 69 Markup % of Subcontracted Work SUBTOTAL YEAR 1 TOTAL ESTIMATE VOLUME COST YEAR 1 ESTIMATE VOLUME Price Extension TEAM CAR CARE LLC , DBA JIFFY LUBE VU NGUYEN 5 $0.00 $0.00 5 $85.00 $425.00 10 $0.00 $0.00 10 $65.00 $650.00 $49,195.90 $38,775.00 0% $60,804.20 $0.00 20% $55,856.27 $111.71 0% $60,804.20 $0.00 3% $55,856.27 $16.76 0% $0.00 -$2,432.17 20.0% $0.00 $8,937.00 -$2,432.17 $9,065.47 $58,372.03 $64,921.74 Page 10 of 20 ITB-034-23/LM FLEET MAINTENANCE SERVICE APRIL 13, 2023 BID TABULATION Item Description ESTIMATE VOLUME COST YEAR 1 ESTIMATE VOLUME COST YEAR 1 ESTIMATE VOLUME COST YEAR 1 CARRYL TIRE CO INC DUVAL FORD FIRST COAST MOBILE CAR CARE LLC Response Workbook, DCPS Fleet Maintenance and Repair Light Duty Trucks PMI and Assembled Jobs Annual Breakout 97 Alignment; Four Wheel 50 50 $80.00 $4,000.00 50 $89.99 $4,499.50 50 $129.99 $6,499.50 98 Automatic Transmission Fluid Flush 20 20 $250.00 $5,000.00 20 $199.99 $3,999.80 20 $289.99 $5,799.80 99 Battery/Charging System Check 20 20 $20.00 $400.00 20 $0.00 20 $0.00 100 Battery Replacement; Lead Acid (18 month free replacement) 20 20 $200.00 $4,000.00 20 $199.99 $3,999.80 20 $169.99 $3,399.80 101 Battery Replacement; Acid Glass Mat (18 month free replacement) 2 2 $300.00 $600.00 2 $289.99 $579.98 2 $249.99 $499.98 102 Brake Fluid Exchange 5 5 $80.00 $400.00 5 $69.99 $349.95 5 $129.99 $649.95 103 Brake Service; Front (*2) 20 20 $250.00 $5,000.00 20 $169.99 $3,399.80 20 $169.99 $3,399.80 104 Brake Service; Rear (*2) 20 20 $300.00 $6,000.00 20 $189.99 $3,799.80 20 $169.99 $3,399.80 105 Brake Service Ford Transit; Rear 20 20 $652.50 $13,050.00 20 $324.99 $6,499.80 20 $399.99 $7,999.80 106 Coolant Exchange 10 10 $100.00 $1,000.00 10 $79.99 $799.90 10 $129.99 $1,299.90 107 Electronic Vehicle Diagnosis (Scan) 20 20 $100.00 $2,000.00 20 $59.99 $1,199.80 20 $99.99 $1,999.80 108 Oil Change; Synthetic Blend (Up to 5 Qts.)(*1) 100 100 $60.00 $6,000.00 100 $59.99 $5,999.00 100 $49.99 $4,999.00 109 Additional Per Qt; Synthetic Blend 20 20 $9.00 $180.00 20 $6.00 $120.00 20 $5.99 $119.80 110 Oil Change; Full Synthetic (Up to 5 Qts)(*1) 10 10 $80.00 $800.00 10 $79.99 $799.90 10 $69.99 $699.90 111 Additional Per Qt; Full Synthetic 10 10 $11.00 $110.00 10 $8.00 $80.00 10 $8.99 $89.90 112 Tire Pressure Monitor System (TPMS) Diagnosis/Reset 10 10 $30.00 $300.00 10 $59.99 $599.90 10 $0.00 113 Wiper Blade Replacement; Standard 50 50 $15.00 $750.00 50 $49.99 $2,499.50 50 $29.99 $1,499.50 114 Wiper Blade Replacement; Contour 6 6 $20.00 $120.00 6 $64.99 $389.94 6 $44.99 $269.94 SUBTOTAL $49,710.00 $39,616.37 $42,626.17 CM ANNUAL BREAKOUT 115 CM Labor Rate per Hour 400 400 $150.00 $60,000.00 400 $120.00 $48,000.00 400 $129.99 $51,996.00 116 CM Labor per Hour After Hours (5PM-8AM-F,S- S, Holidays) 10 10 $250.00 $2,500.00 10 $153.00 $1,530.00 10 $169.99 $1,699.90 117 Cost Plus % Pricing for Parts (Not to Exceed 20%) $10,000.00 $10,000.00 20 $2,000.00 $10,000.00 20 $2,000.00 $10,000.00 20 $2,000.00 118 Regular Business Road Call Response & Diagnosis Fee (*Fixed per Incident-Exclustive of Maintenance Costs Performed as that in Covered in Above Costs) 10 10 $250.00 $2,500.00 10 $120.00 $1,200.00 10 $169.99 $1,699.90 119 After Hours Road Call Response & Diagnosis Fee (*Fixed Rate per Incident-Exclusive of maintenance Costs Performed as that Covered in Above Costs (5PM-8AM, M-F,S-S, Holidays) 5 5.00 $350.00 $1,750.00 5 $153.00 $765.00 5 $199.99 $999.95 Page 11 of 20 ITB-034-23/LM FLEET MAINTENANCE SERVICE APRIL 13, 2023 BID TABULATION Item Description Response Workbook, DCPS Fleet Maintenance and Repair Response Workbook, DCPS Fleet Maintenance and Repair Light Duty Trucks PMI and Assembled Jobs Annual Breakout 97 Alignment; Four Wheel 98 Automatic Transmission Fluid Flush 99 Battery/Charging System Check 100 Battery Replacement; Lead Acid (18 month free replacement) 101 Battery Replacement; Acid Glass Mat (18 month free replacement) 102 Brake Fluid Exchange 103 Brake Service; Front (*2) 104 Brake Service; Rear (*2) 105 Brake Service Ford Transit; Rear 106 Coolant Exchange 107 Electronic Vehicle Diagnosis (Scan) 108 Oil Change; Synthetic Blend (Up to 5 Qts.)(*1) 109 Additional Per Qt; Synthetic Blend 110 Oil Change; Full Synthetic (Up to 5 Qts)(*1) 111 Additional Per Qt; Full Synthetic 112 Tire Pressure Monitor System (TPMS) Diagnosis/Reset 113 Wiper Blade Replacement; Standard 114 Wiper Blade Replacement; Contour SUBTOTAL CM ANNUAL BREAKOUT 115 CM Labor Rate per Hour 116 CM Labor per Hour After Hours (5PM-8AM-F,S- S, Holidays) 117 Cost Plus % Pricing for Parts (Not to Exceed 20%) 118 Regular Business Road Call Response & Diagnosis Fee (*Fixed per Incident-Exclustive of Maintenance Costs Performed as that in Covered in Above Costs) 119 After Hours Road Call Response & Diagnosis Fee (*Fixed Rate per Incident-Exclusive of maintenance Costs Performed as that Covered in Above Costs (5PM-8AM, M-F,S-S, Holidays) ESTIMATE VOLUME COST YEAR 1 ESTIMATE VOLUME Price Extension TEAM CAR CARE LLC , DBA JIFFY LUBE VU NGUYEN 50 $0.00 50 $99.99 $4,999.50 50 $111.99 $2,239.80 20 $189.99 $3,799.80 20 $0.00 20 $0.00 20 $80.49 $1,609.80 20 $139.99 $2,799.80 2 $153.99 $307.98 2 $169.99 $339.98 5 $83.99 $419.95 5 $45.00 $225.00 20 $0.00 20 $139.99 $2,799.80 20 $0.00 20 $139.99 $2,799.80 20 $0.00 20 $139.99 $2,799.80 10 $97.99 $979.90 10 $59.99 $599.90 20 $34.99 $699.80 20 $49.99 $999.80 100 $53.99 $5,399.00 100 $39.99 $3,999.00 20 $7.69 $153.80 20 $4.19 $83.80 10 $67.89 $678.90 10 $59.95 $599.50 10 $9.79 $97.90 10 $6.45 $64.50 10 $0.00 10 $48.50 $485.00 50 $13.99 $699.50 50 $19.99 $999.50 6 $20.99 $125.94 6 $19.99 $119.94 $13,412.27 $28,514.42 400 $119.99 $47,996.00 400 $85.00 $34,000.00 10 $119.99 $1,199.90 10 $85.00 $850.00 $10,000.00 $0.00 $10,000.00 20 $2,000.00 0 $0.00 10 $0.00 5 $0.00 5 $0.00 Page 12 of 20 ITB-034-23/LM FLEET MAINTENANCE SERVICE APRIL 13, 2023 BID TABULATION Item Description ESTIMATE VOLUME COST YEAR 1 ESTIMATE VOLUME COST YEAR 1 ESTIMATE VOLUME COST YEAR 1 CARRYL TIRE CO INC DUVAL FORD FIRST COAST MOBILE CAR CARE LLC 120 Transportation Service Free(*Fixed Rate per Occurrence for a One-Way Charge regardless of pickup or drop off location) 10 $150.00 $1,500.00 10 $50.00 $500.00 10 $129.99 $1,299.90 SUBTOTAL $70,250.00 $53,995.00 $59,695.65 121 Consumable Shop Supply % Charge (Not to Exceed 10% of Invoice or $50) (Not to Include Sublet Costs) 0% 10 $119,960.00 $11,996.00 10 $93,611.37 $9,361.14 10% $102,321.82 $102.32 122 Enviornmental Fee% (Not to Exceed 10% of Invoice or $50)(Not to include Subelt Costs) 0% 10 $119,960.00 $11,996.00 10 $93,611.37 $9,361.14 10% $102,321.82 $102.32 123 Markup % for Subscontracted Work 4% 20% $19,193.60 4% $0.00 20% $0.00 $16,371.49 SUBTOTAL $43,185.60 $18,722.27 $16,576.13 YEAR 1 TOTAL $163,145.60 $112,333.64 $77,971.68 Response Workbook, DCPS Fleet Maintenance and Repair Pursuit Rated Cars and SUV PMI and Assembled Jobs Annual Breakout Alignment; Four Wheel 50 50 $80.00 $4,000.00 50 $89.99 $4,499.50 50 $129.99 $6,499.50 Automatic Transmission Fluid Flush 30 30 $250.00 $7,500.00 30 $199.99 $5,999.70 30 $289.99 $8,699.70 battery /Carging system Check 30 30 $20.00 $600.00 30 $0.00 30 $0.00 Battery Replacement; Lead Acid (18 month free replacement) 50 50 $200.00 $10,000.00 50 $199.99 $9,999.50 50 $169.99 $8,499.50 Battery Replacement; Acid Glass Mat (18 month free replacement) 10 10 $300.00 $3,000.00 10 $289.99 $2,899.90 10 $249.99 $2,499.90 Brake Fluid Exchange 20 20 $80.00 $1,600.00 20 $69.99 $1,399.80 20 $129.99 $2,599.80 Brake Service;Front (*2) 30 30 $250.00 $7,500.00 30 $169.99 $5,099.70 30 $189.99 $5,699.70 Brake Service ; Rear (*2) 20 20 $250.00 $5,000.00 20 $189.99 $3,799.80 20 $189.99 $3,799.80 Coolant Exchange 20 20 $100.00 $2,000.00 20 $79.99 $1,599.80 20 $139.99 $2,799.80 Electronic Vehicle Diagnosis (Scan) 50 50 $100.00 $5,000.00 50 $59.99 $2,999.50 50 $99.99 $4,999.50 Oil Change; Sfynthetic (up to 5 Qts.) (*1) 200 200 $60.00 $12,000.00 200 $59.99 $11,998.00 200 $49.99 $9,998.00 Additional Per Qt.; Synthetic Blend 50 50 $9.00 $450.00 50 $6.00 $300.00 50 $5.99 $299.50 Oil Change; Full Synthetic (Up to 5 Qts)(*1) 20 20 $80.00 $1,600.00 20 $79.99 $1,599.80 20 $69.99 $1,399.80 Additional per Qts; Full Synthetic 10 10 $11.00 $110.00 10 $8.00 $80.00 10 $8.99 $89.90 Tire Pressure Monitor System (TPMS) Diagnosis/Reset 30 30 $30.00 $900.00 30 $59.99 $1,799.70 30 $0.00 Wiper Blade Replacement; Standard 100 100 $15.00 $1,500.00 100 $49.99 $4,999.00 100 $29.99 $2,999.00 Wiper Blade Replacement; Contour 20 20 $20.00 $400.00 20 $64.99 $1,299.80 20 $49.99 $999.80 SUBTOTAL $63,160.00 $60,373.50 $61,883.20 CM Annual Breakout CM Labor Rate per Hour 400 400 $150.00 $60,000.00 400 $120.00 $48,000.00 400 $129.99 $51,996.00 CM Lavbor Per Hour After Hours (5PM-8AM M- F,S-S,Holidays 10 10 $250.00 $2,500.00 10 $153.00 $1,530.00 10 $169.99 $1,699.90 Cost Plus % Pricing for Parts (Not to Exceed 20%) $20,000.00 $20,000.00 20 $4,000.00 $20,000.00 20 $4,000.00 $20,000.00 20 $4,000.00 Page 13 of 20 ITB-034-23/LM FLEET MAINTENANCE SERVICE APRIL 13, 2023 BID TABULATION Item Description Response Workbook, DCPS Fleet Maintenance and Repair 120 Transportation Service Free(*Fixed Rate per Occurrence for a One-Way Charge regardless of pickup or drop off location) SUBTOTAL 121 Consumable Shop Supply % Charge (Not to Exceed 10% of Invoice or $50) (Not to Include Sublet Costs) 122 Enviornmental Fee% (Not to Exceed 10% of Invoice or $50)(Not to include Subelt Costs) 123 Markup % for Subscontracted Work SUBTOTAL YEAR 1 TOTAL Response Workbook, DCPS Fleet Maintenance and Repair Pursuit Rated Cars and SUV PMI and Assembled Jobs Annual Breakout Alignment; Four Wheel Automatic Transmission Fluid Flush battery /Carging system Check Battery Replacement; Lead Acid (18 month free replacement) Battery Replacement; Acid Glass Mat (18 month free replacement) Brake Fluid Exchange Brake Service;Front (*2) Brake Service ; Rear (*2) Coolant Exchange Electronic Vehicle Diagnosis (Scan) Oil Change; Sfynthetic (up to 5 Qts.) (*1) Additional Per Qt.; Synthetic Blend Oil Change; Full Synthetic (Up to 5 Qts)(*1) Additional per Qts; Full Synthetic Tire Pressure Monitor System (TPMS) Diagnosis/Reset Wiper Blade Replacement; Standard Wiper Blade Replacement; Contour SUBTOTAL CM Annual Breakout CM Labor Rate per Hour CM Lavbor Per Hour After Hours (5PM-8AM M- F,S-S,Holidays Cost Plus % Pricing for Parts (Not to Exceed 20%) ESTIMATE VOLUME COST YEAR 1 ESTIMATE VOLUME Price Extension TEAM CAR CARE LLC , DBA JIFFY LUBE VU NGUYEN 10 $0.00 10 $0.00 $49,195.90 $36,850.00 0% $62,608.17 $0.00 3% $65,364.42 $19.61 0% $62,608.17 $0.00 3% $65,364.42 $19.61 0% -$2,504.33 20.0% $10,458.31 -$2,504.33 $10,497.53 $60,103.84 $75,861.95 50 $0.00 50 $59.99 $2,999.50 30 $111.99 $3,359.70 30 $189.99 $5,699.70 30 $0.00 30 $0.00 50 $80.49 $4,024.50 50 $139.99 $6,999.50 10 $153.99 $1,539.90 10 $169.99 $1,699.90 20 $83.99 $1,679.80 20 $45.00 $900.00 30 $0.00 30 $129.99 $3,899.70 20 $0.00 20 $129.99 $2,599.80 20 $97.99 $1,959.80 20 $59.99 $1,199.80 50 $34.99 $1,749.50 50 $49.99 $2,499.50 200 $53.89 $10,778.00 200 $39.99 $7,998.00 50 $7.69 $384.50 50 $4.19 $209.50 20 $67.89 $1,357.80 20 $59.95 $1,199.00 10 $9.79 $97.90 10 $6.45 $64.50 30 $0.00 30 $48.50 $1,455.00 100 $13.99 $1,399.00 100 $19.99 $1,999.00 20 $20.99 $419.80 20 $19.99 $399.80 $28,750.20 $41,822.20 400 $119.99 $47,996.00 400 $85.00 $34,000.00 20 $119.99 $1,199.90 10 $85.00 $850.00 $20,000.00 $0.00 $20,000.00 20.00 $4,000.00 Page 14 of 20 ITB-034-23/LM FLEET MAINTENANCE SERVICE APRIL 13, 2023 BID TABULATION Item Description ESTIMATE VOLUME COST YEAR 1 ESTIMATE VOLUME COST YEAR 1 ESTIMATE VOLUME COST YEAR 1 CARRYL TIRE CO INC DUVAL FORD FIRST COAST MOBILE CAR CARE LLC Regular Business Road Call Response & Diagnosis Fee (*Fixed per Incident-Exclustive of Maintenance Costs Performed as that in Covered in Above Costs) 5 5 $250.00 $1,250.00 5 $120.00 $600.00 5 $169.99 $849.95 After Hours Road Call Response & Diagnosis Fee (*Fixed Rate per Incident- Exclusive of Maintenance Costs Performed as that is Covered in Above Costs) (5PM - 8AM M - F, S - S, Holidays) 2 2 $350.00 $700.00 2 $153.00 $306.00 2 $199.99 $399.98 Transportation Service Fee (*Fixed Rate per Occurrence for a One-Way Charge regardless of pickup or drop off location) 10 10 $150.00 $1,500.00 10 $50.00 $500.00 10 $129.99 $1,299.90 SUBTOTAL $69,950.00 $54,936.00 $60,245.73 Consumable Shop Supply % (Not to Exceed 10% of Invoice or $50(Not to include Sub-let Costs) 0% 10 $133,110.00 $13,311.00 10 $115,309.50 $11,530.95 10% $122,128.93 $122.13 Enviornmental Fee% (Not to Exceed 10% of Invoice or $50)(Not to include Subelt Costs) 0% 10 $133,110.00 $13,311.00 10 $115,309.50 $11,530.95 10% $122,128.93 $122.13 Markup % for Subscontracted Work 4% 20% $21,297.60 4% $0.00 20% $0.00 $19,540.63 SUBTOTAL $47,919.60 $23,061.90 $19,784.89 YEAR 1 TOTAL $181,029.60 $138,371.40 $141,669.56 Page 15 of 20 ITB-034-23/LM FLEET MAINTENANCE SERVICE APRIL 13, 2023 BID TABULATION Item Description Response Workbook, DCPS Fleet Maintenance and Repair Regular Business Road Call Response & Diagnosis Fee (*Fixed per Incident-Exclustive of Maintenance Costs Performed as that in Covered in Above Costs) After Hours Road Call Response & Diagnosis Fee (*Fixed Rate per Incident- Exclusive of Maintenance Costs Performed as that is Covered in Above Costs) (5PM - 8AM M - F, S - S, Holidays) Transportation Service Fee (*Fixed Rate per Occurrence for a One-Way Charge regardless of pickup or drop off location) SUBTOTAL Consumable Shop Supply % (Not to Exceed 10% of Invoice or $50(Not to include Sub-let Costs) Enviornmental Fee% (Not to Exceed 10% of Invoice or $50)(Not to include Subelt Costs) Markup % for Subscontracted Work SUBTOTAL YEAR 1 TOTAL ESTIMATE VOLUME COST YEAR 1 ESTIMATE VOLUME Price Extension TEAM CAR CARE LLC , DBA JIFFY LUBE VU NGUYEN 5 $0.00 5 $85.00 $425.00 2 $0.00 2 $85.00 $170.00 10 $0.00 10 $65.00 $650.00 $49,195.90 $40,095.00 0% $77,946.10 $0.00 3% $81,917.20 $24.58 0% $77,946.10 $0.00 3% $81,917.20 $24.58 0% -$3,117.84 20.0% $0.00 $13,106.75 -$3,117.84 $13,155.90 $74,828.26 $95,073.10 Page 16 of 20 ITB-034-23/LM FLEET MAINTENANCE SERVICE APRIL 13, 2023 BID TABULATION Item Description ESTIMATE VOLUME COST YEAR 1 ESTIMATE VOLUME COST YEAR 1 ESTIMATE VOLUME COST YEAR 1 CARRYL TIRE CO INC DUVAL FORD FIRST COAST MOBILE CAR CARE LLC Response Workbook, DCPS Fleet Maintenance and Repair Medium Duty Trucks PMI and Assembled Jobs Annual Breakout 124 Alignment; Four Wheel 20 20 $160.00 $3,200.00 20 $125.99 $2,519.80 20 $129.99 $2,599.80 125 Automatic Transmission Fluid Flush 10 10 $1,000.00 $10,000.00 10 $219.99 $2,199.90 10 $289.99 $2,899.90 126 Battery/Charging System Check 20 20 $50.00 $1,000.00 20 $0.00 20 $0.00 127 Battery Replacement; Lead Acid (18 month free replacement) 20 20 $500.00 $10,000.00 20 $199.99 $3,999.80 20 $169.99 $3,399.80 128 Battery Replacement; Acid Glass Mat (18 month free replacement) 10 10 $700.00 $7,000.00 10 $289.99 $2,899.90 10 $249.99 $2,499.90 129 Brake Fluid Exchange 10 10 $80.00 $800.00 10 $69.99 $699.90 10 $129.99 $1,299.90 130 Brake Service; Front 20 20 $800.00 $16,000.00 20 $199.99 $3,999.80 20 $449.99 $8,999.80 131 Brake Service; Rear 20 20 $1,100.00 $22,000.00 20 $209.99 $4,199.80 20 $699.99 $13,999.80 132 Coolant Exchange 10 10 $400.00 $4,000.00 10 $99.99 $999.90 10 $159.99 $1,599.90 133 Electronic Vehicle Diagnosis (Scan) 20 20 $250.00 $5,000.00 20 $59.99 $1,199.80 20 $99.99 $1,999.80 134 Oil Change;GAS; Synthetic Blend (Up to 5 Qts.)(*1) 300 300 $160.00 $48,000.00 300 $59.99 $17,997.00 300 $49.99 $14,997.00 135 Oil Change; Diesel; Synthetic Blend (Up to 15 Qts)(*1) 4 4 $250.00 $1,000.00 4 $129.00 $516.00 4 $149.99 $599.96 Additional Per Qt; Synthitic Blend 20 20 $11.00 $220.00 20 $6.00 $120.00 20 $5.99 $119.80 136 Oil Change; GAS;Full Synthetic (Up to 5 Qts)(*1) 10 10 $180.00 $1,800.00 10 $79.99 $799.90 10 $69.99 $699.90 Oil Change; Diesel;Full Synthetic (Up to 15 Qts)(*1) 2 2 $300.00 $600.00 2 $219.00 $438.00 2 $199.99 $399.98 137 Additional Per Qt; Full Synthetic 20 20 $15.00 $300.00 20 $8.00 $160.00 20 $8.99 $179.80 138 Tire Pressure Monitor System (TPMS) Diagnosis/Reset 10 10 $30.00 $300.00 10 $59.99 $599.90 10 $0.00 139 Wiper Blade Replacement; Standard 200 200 $15.00 $3,000.00 200 $49.99 $9,998.00 200 $29.99 $5,998.00 140 Wiper Blade Replacement; Contour 10 10 $20.00 $200.00 10 $64.99 $649.90 10 $44.99 $449.90 SUBTOTAL $134,420.00 $53,997.30 $62,742.94 CM ANNUAL BREAKOUT 141 CM Labor Rate per Hour 800 800 $200.00 $160,000.00 800 $153.00 $122,400.00 800 $129.99 $103,992.00 142 CM Labor per Hour After Hours (5PM-8AM-F,S- S, Holidays) 10 10 $300.00 $3,000.00 10 $170.00 $1,700.00 10 $169.99 $1,699.90 143 Cost Plus % Pricing for Parts (Not to Exceed 20%) $20,000.00 $20,000.00 20 $4,000.00 $20,000.00 20 $4,000.00 $20,000.00 20 $4,000.00 144 Regular Business Road Call Response & Diagnosis Fee (*Fixed per Incident-Exclustive of Maintenance Costs Performed as that in Covered in Above Costs) 20 20 $300.00 $6,000.00 20 $153.00 $3,060.00 20 $169.99 $3,399.80 Page 17 of 20 ITB-034-23/LM FLEET MAINTENANCE SERVICE APRIL 13, 2023 BID TABULATION Item Description Response Workbook, DCPS Fleet Maintenance and Repair Response Workbook, DCPS Fleet Maintenance and Repair Medium Duty Trucks PMI and Assembled Jobs Annual Breakout 124 Alignment; Four Wheel 125 Automatic Transmission Fluid Flush 126 Battery/Charging System Check 127 Battery Replacement; Lead Acid (18 month free replacement) 128 Battery Replacement; Acid Glass Mat (18 month free replacement) 129 Brake Fluid Exchange 130 Brake Service; Front 131 Brake Service; Rear 132 Coolant Exchange 133 Electronic Vehicle Diagnosis (Scan) 134 Oil Change;GAS; Synthetic Blend (Up to 5 Qts.)(*1) 135 Oil Change; Diesel; Synthetic Blend (Up to 15 Qts)(*1) Additional Per Qt; Synthitic Blend 136 Oil Change; GAS;Full Synthetic (Up to 5 Qts)(*1) Oil Change; Diesel;Full Synthetic (Up to 15 Qts)(*1) 137 Additional Per Qt; Full Synthetic 138 Tire Pressure Monitor System (TPMS) Diagnosis/Reset 139 Wiper Blade Replacement; Standard 140 Wiper Blade Replacement; Contour SUBTOTAL CM ANNUAL BREAKOUT 141 CM Labor Rate per Hour 142 CM Labor per Hour After Hours (5PM-8AM-F,S- S, Holidays) 143 Cost Plus % Pricing for Parts (Not to Exceed 20%) 144 Regular Business Road Call Response & Diagnosis Fee (*Fixed per Incident-Exclustive of Maintenance Costs Performed as that in Covered in Above Costs) ESTIMATE VOLUME COST YEAR 1 ESTIMATE VOLUME Price Extension TEAM CAR CARE LLC , DBA JIFFY LUBE VU NGUYEN 20 $0.00 20 $99.00 $1,980.00 10 $111.99 $1,119.90 10 $194.00 $1,940.00 20 $0.00 20 $0.00 20 $80.49 $1,609.80 20 $139.00 $2,780.00 10 $153.99 $1,539.90 10 $169.00 $1,690.00 10 $83.99 $839.90 10 $45.00 $450.00 20 $0.00 20 $129.00 $2,580.00 20 $0.00 20 $129.00 $2,580.00 10 $97.99 $979.90 10 $59.00 $590.00 20 $34.99 $699.80 20 $74.99 $1,499.80 300 $53.89 $16,167.00 300 $39.99 $11,997.00 4 $53.89 $215.56 4 $74.99 $299.96 20 $7.69 $153.80 20 $4.19 $83.80 10 $67.89 $678.90 10 $59.95 $599.50 2 $67.89 $135.78 2 $119.99 $239.98 20 $9.79 $195.80 20 $6.50 $130.00 10 $0.00 10 $48.50 $485.00 200 $13.99 $2,798.00 200 $24.95 $4,990.00 10 $20.99 $209.90 10 $24.95 $249.50 $27,343.94 $35,164.54 800 $119.99 $95,992.00 800 $85.00 $68,000.00 10 $119.99 $1,199.90 10 $85.00 $850.00 $20,000.00 $0.00 $20,000.00 20.00 $4,000.00 20 $699.80 20 $85.00 $1,700.00 Page 18 of 20 ITB-034-23/LM FLEET MAINTENANCE SERVICE APRIL 13, 2023 BID TABULATION Item Description ESTIMATE VOLUME COST YEAR 1 ESTIMATE VOLUME COST YEAR 1 ESTIMATE VOLUME COST YEAR 1 CARRYL TIRE CO INC DUVAL FORD FIRST COAST MOBILE CAR CARE LLC 145 After Hours Road Call Response & Diagnosis Fee (*Fixed Rate per Incident-Exclusive of maintenance Costs Performed as that Covered in Above Costs (5PM-8AM, M-F,S-S, Holidays) 5 5 $400.00 $2,000.00 5 $170.00 $850.00 5 $199.99 $999.95 146 Transportation Service Free(*Fixed Rate per Occurrence for a One-Way Charge regardless of pickup or drop off location) 10 10 $150.00 $1,500.00 10 $50.00 $500.00 10 $129.99 $1,299.90 SUBTOTAL $176,500.00 $132,510.00 $115,391.55 147 Consumable Shop Supply % Charge (Not to Exceed 10% of Invoice or $50) (Not to Include Sublet Costs) 10 $310,920.00 $31,092.00 10 $186,507.30 $18,650.73 10% $178,134.49 $178.13 148 Enviornmental Fee % (Not to Exceed 10% of invioce of $50)(Not to include Sub-let Costs) 10 $306,960.00 $30,696.00 10 $186,507.30 $18,650.73 10% $178,134.49 $178.13 149 Markup % for Subscontracted Work 4% 20% $49,747.20 4% $0.00 20% $0.00 $28,501.52 SUBTOTAL $111,535.20 $37,301.46 $28,857.79 YEAR 1 TOTAL $422,455.20 $223,808.76 $206,992.28 PIM AND CM WORKSHEET TOTAL $1,231,487.00 $667,836.96 $711,840.48 Page 19 of 20 ITB-034-23/LM FLEET MAINTENANCE SERVICE APRIL 13, 2023 BID TABULATION Item Description Response Workbook, DCPS Fleet Maintenance and Repair 145 After Hours Road Call Response & Diagnosis Fee (*Fixed Rate per Incident-Exclusive of maintenance Costs Performed as that Covered in Above Costs (5PM-8AM, M-F,S-S, Holidays) 146 Transportation Service Free(*Fixed Rate per Occurrence for a One-Way Charge regardless of pickup or drop off location) SUBTOTAL 147 Consumable Shop Supply % Charge (Not to Exceed 10% of Invoice or $50) (Not to Include Sublet Costs) 148 Enviornmental Fee % (Not to Exceed 10% of invioce of $50)(Not to include Sub-let Costs) 149 Markup % for Subscontracted Work SUBTOTAL YEAR 1 TOTAL PIM AND CM WORKSHEET TOTAL ESTIMATE VOLUME COST YEAR 1 ESTIMATE VOLUME Price Extension TEAM CAR CARE LLC , DBA JIFFY LUBE VU NGUYEN 5 $0.00 5 $85.00 $425.00 10 $0.00 10 $65.00 $650.00 $97,891.70 $75,625.00 0% $125,235.64 $0.00 3% $110,789.54 $33.24 0% $125,235.64 $0.00 3% $110,789.54 $33.24 0% $0.00 -$5,009.43 20.0% $0.00 $17,726.33 -$5,009.43 $17,792.80 $120,226.21 $128,582.34 $382,930.72 $437,712.87 Page 20 of 20 Fleet Maintenance Services Addendum N0. 1 ADDENDUM NO. 1 www.duvalschools.org/purchasing Issue Date: March 28, 2023 Phone: 904-858-4859 Buyer: Louis Mitchum Bid Number: ITB-034-23/LM Bid Title: Fleet Maintenance Services Opening: Thursday, April 13, 2023, Friday, April 14th, 2023, 2:00 p.m. (EDT). 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. The addendum shall serve to amend, replace, and append information provided to potential respondents in the original ITB package. To assist in the development of their responses, interested firms are encouraged to carefully review the information found in this addendum and on any additional enclosed documents. Purpose: To Change the opening date and to provide clarifications. Thursday, April 13, 2022, Friday, April 14th, 2023, 2:00 p.m. (EDT). 1. AWARD: The award will be all-or-none. The contract will be awarded up to five (5) responsible and responsive vendors with the lowest price. This will result in an approved vendor list with zero committed volume. The District Fleet Manager is solely responsible for the assignment of vehicles for repairs. Quantities provided on the bid proposal form are for bid purposes only and may not reflect actual quantities of work. The District reserves the right to negotiate for onsite services of driver’s education vehicle oil changes/PMI’s at up to seven (7) school/work sites with a minimum of ten (10) vehicles per site and onsite car/truck washes for the fleet. For purposes of evaluation, this form will be interpreted as follows: Unit price: Unit price should be numeric. Unit prices left blank will be deemed “no bid”, and a unit price of $0 will be deemed “included at no charge”. http://www.duvalschools.org/purchasing Fleet Maintenance Services Addendum N0. 1 CLARIFICATION: AWARD: The award will be all-or-none. The contract MAY be awarded to up to five (5) responsible and responsive vendors with the lowest price. For an All-or-none Award: Responsive bidder must provide pricing on all lines items of each tab. The bidder must bid on all vehicle types to be eligible for the award. Subcontracting is expected. UNIT PRICE: A numeric value must be shown for each until price (zero or greater) unit pricing left blank is not acceptable. Failure to bid as required may result in your bid being deemed non-responsive. 2. RENEWAL: Upon written mutual agreement between Contractor and Duval County Public Schools, contract may be renewed at anniversary date for four additional one-year periods, subject to the same provisions, terms, conditions and specifications as originally awarded. RENEWAL: Upon written mutual agreement between Contractor and Duval County Public Schools, contract may be renewed at anniversary date for three (3) additional one-year periods, subject to the same provisions, terms, conditions and specifications as originally awarded. INVITATION TO BID www.duvalschools.org/purchasing February 24, 2023 Buyer: Louis Mitchum Phone: 904-858-4859 Bid Number: ITB-034-23/LM Bid Title: FLEET MAINTENANCE SERVICE Term of Bid: From Date of award through February 28, 2026, with three one-year renewal options. Opening: Thursday, April 13th, 2023, at 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. Submit Bid To: DCPS Purchasing Services / 1701 Prudential Drive, Suite 322 / Jacksonville FL 32207 Special Requirements: Special Requirements: Non-Mandatory Pre-Bid Conference: (see Special Condition #5 for details) 1701 Prudential Drive, Jacksonville, Fl. (Room 307– Thursday, March 23rd, 2023, at 9:00 AM) BIDDER ACKNOWLEDGEMENT This form must be completed, returned, and include an original signature and one exact Flash-drive. 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 company’s 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 #26) Initial Initial Delivery can be made within calendar days after receipt of order. Addenda through received. (if applicable) Original Signature of Authorized Representative: Printed/Typed Name of Authorized Representative: Title: Date: 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 manufacturer’s 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 bidder’s 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. Bid No. ITB-034-23/LM 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 SUBMISSION OF BIDS Bids must be submitted prior to the time set for opening. Bids are to be delivered to Duval County Public Schools, Purchasing Services, 4880 Bulls Bay Highway, Jacksonville, Florida 32219. Bidders are fully responsible for delivery of bids. Reliance upon mail or public carrier is at the bidder’s risk. For bids delivered in person, it is the responsibility of the deliverer to obtain a delivery receipt from the Purchasing Services staff person who has received the bid. Late bids are not considered and will be returned unopened. Official time for the purpose of bid opening, will be calibrated using http://www.timeanddate.com/worldclock/results.html?query=jacksonville. ********* NOTE ********* Bid documents shall be submitted in a sealed envelope clearly marked with the bid number as found on the Bidder Acknowledgement page, opening date and time. Failure to do so will result in your bid being returned unopened. Faxed or e-mailed bids will not be accepted. BID OPENING PROCEDURES Bids will be opened publicly in the Conference Room at 2:00 p.m. Prices will be read upon the request of bidder(s) in attendance. Arrangements may be made to review bid documents at a later date. AWARD RECOMMENDATION AND BID TABULATION For Award Recommendation, refer to Special Condition titled “Posting of Bid Recommendation”. Bid Tabulation will be posted on the web after contract award has been made. www.duvalschools.org/purchasing or www.demandstar.com Bid results or award recommendations will not be given by telephone. POSTING OF BID TABULATIONS Bid tabulations will be posted at Duval County Public Schools, Purchasing Services Department, Consolidated Services Center, 1701 Prudential Drive, Suite 322, Jacksonville, FL 32207. Awarded vendors will receive an official Notification of Award letter after the Board has taken action. http://www.timeanddate.com/worldclock/results.html?query=jacksonville http://www.duvalschools.org/purchasing http://www.demandstar.com/ FEDERAL REGULATORY COMPLIANCE STATEMENT The purpose of this document is to assure compliance by the Contractor (defined as any individual or company who agrees to provide materials or services at a specified price) to those certain clauses, provisions and requirements as described by applicable Federal Regulations, which apply to any resulting agreement between The School Board of Duval County, Florida (the “District”) and the Contractor. By signature, the individual executing this statement attests that he/she possesses authority to obligate the contracting firm and agrees to comply with all clauses, provisions and requirements as described below throughout the term of the agreement. ------------------------------------------------------------------------------------------------------- ------------- 1. The Contractor agrees to allow reasonable access by the District, the Federal granting agency, the Comptroller General of the United States or any of their duly authorized representatives to the Contractor’s books, documents, papers and records which are directly pertinent to the contract for the purpose of making audit, examination, excerpts and transcriptions. 2. The Contractor agrees to maintain all records related to this agreement for a period of three years after the final payment for the agreement and after all other matters are closed. 3. The Contractor affirms that it is equal opportunity and affirmative action employer and shall comply with all applicable federal, state and local laws and regulations including, but not limited to: Executive Order 11246 as amended by 11375 and 12086; 12138; 11625; 11758; 12073; the Rehabilitation Act of 1973, as amended; the Vietnam Era Veterans Readjustment Assistance Act of 1975; Civil Rights Act of 1964; Equal Pay Act of 1963; Age Discrimination Act of 1967; Immigration Reform and Control Act of 1986; Public Law 95-507; the Americans with Disabilities Act; 41 CFR Part 60 and any additions or amendments thereto. 4. The Contractor agrees to a provision for non-appropriations, whereby the contract will terminate if sufficient funds are not appropriated in any given fiscal year to allow the District to sustain the cost (if applicable). 5. The Contractor agrees to properly complete and submit to the District a federal debarment certification form for each renewal year of the Contract, if renewals apply. 6. The Contractor agrees to properly complete and submit to the District a non-collusion affidavit 7. The Contractor agrees to properly complete and submit to the District a federal drug free workplace certification form. 8. The Contractor agrees the District may terminate the contract at any time for any reason. If terminated for cause, the Contractor agrees the District may seek remedies for damages, if applicable. 9. The Contractor agrees to comply with all applicable environmental standards, orders or requirements. --------------------------------------------------------------------------------------------------------------------------------- CONTRACTOR: _______________________________________________________________ PRINT NAME OF AUTHORIZED REPRESENTATIVE: ___________________________________ SIGNATURE OF AUTHORIZED REPRESENTATIVE: ____________________________________ TITLE:________________________________________________________________________ DRUG FREE WORKPLACE CERTIFICATION I hereby swear or affirm that this company has established a drug-free workplace program by completing the following requirements: 1) Published 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) Informed 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) Given each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4) In the statement specified in subsection (1), notified the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction 5) Imposed a sanction on, or required the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee’s community, by any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. I understand that false certification of a drug-free workplace is a violation of Florida Statutes 287.087. _________________________________________ Contractor’s SIGNATURE/DATE _________________________________________ NAME/TITLE _________________________________________ Name of COMPANY CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 13 CFR Part 145. 1. The Contractor (or subcontractor) certifies to the best of its knowledge and belief that it and its principals: A. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal Department or Agency from doing business with the Federal Government. B. Have not within a three-year period preceding this contract have been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property. C. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph 1.B. above of this certification. D. Have not within a three-year period preceding this contract had one or more public transactions (Federal, State or local) terminated for cause or default. 2. Where the Contractor is unable to certify to any of the statements above in this certification, such Contractor shall attach an explanation to this Certification. ___________________________________________ Contractor’s SIGNATURE/DATE ___________________________________________ NAME/TITLE OF AUTHORIZED REPRESENTATIVE ___________________________________________ Name of COMPANY INSTRUCTIONS FOR COMPLETION OF NON-COLLUSION AFFIDAVIT 1. This Non-Collusion Affidavit is material to any contract awarded utilizing federal funds. 2. This Non-Collusion Affidavit shall be executed by the member, officer, or employee of the offering firm who makes the final decision on prices and the amount(s) quoted in the proposal. 3. Proposal rigging and other efforts to restrain competition and the making of false sworn statements in connection with the submission of offers are unlawful and may be subject to criminal prosecution. The person who signs the Affidavit shall examine it carefully before signing and assure himself or herself that each statement is true and accurate, making diligent inquiry, as necessary, of all other persons employed by or associated with the respondent with responsibilities for the preparation, approval or submission of the offer. 4. In the case of an offer submitted by a joint venture, each party to the venture must be identified in the proposal documents, and an Affidavit must be submitted separately on behalf of each party. 5. The term “complementary offer” as used in the Affidavit has the meaning commonly associated with that term in the solicitation process and includes the knowing submission of offers higher than the offer of another firm, an intentionally high or noncompetitive offer, and any other form of an offer submitted for the purpose of giving a false appearance of competition. 6. Failure to file a completed Affidavit in compliance with these instructions will result in disqualification of the offer. EXHIBIT 2 COMPOSITE FEDERAL FORMS NON-COLLUSION AFFIDAVIT State of FLORIDA County of DUVAL I state that I am the of , a , and I am authorized to execute this affidavit on behalf of my firm, its owners, directors, and officers. I am the person responsible in my firm for the price(s), guarantees and the total financial commitment represented in the firm’s offer. I hereby attest that: (1) The price(s) and amount(s) in the offer have been arrived at independently and without consultation, communication or agreement with any other contractor, respondent, or potential respondent. (2) Neither the price(s) nor the amount(s) of the offer, and neither the approximate price(s) nor approximate amount(s) of the offer, have been disclosed to any other firm or person who is a respondent or potential respondent, nor were they disclosed prior to opening of offers. (3) The offer from my firm is made in good faith and no attempt has been made to induce any firm or person to refrain from submitting an offer, or to submit an offer higher than our offer, or to submit any intentionally high or noncompetitive offer or other form of complementary offer. (4) , its affiliates, subsidiaries, officers, directors, employees are not currently under investigation by any governmental agency and have not in the last three years been convicted or found liable for any act prohibited by State or Federal law in any jurisdiction, involving conspiracy or collusion with respect to bidding, proposing or offering on any public contract, except as follows: I attest that , understands and acknowledges that the above representations are material and important, and will be relied on by The School Board of Duval County, Florida, in awarding the contract for which this offer is submitted. I understand and my firm understands that any misstatement in this affidavit is and shall be treated as fraudulent concealment from The School Board of Duval County, Florida, of the true facts relating to submission of offers for this contract. (Signature) (Date) Protest Policy – School Board Policy 7.70 V. Protests Arising From The Contract Solicitation or Award Process A. This section implements section 120.57(3), Florida Statutes and Chapter 28-110, Florida Administrative Code. a. School District's Notice of Decision or Intended Decision. Pursuant to section 120.57(3), Florida Statutes, the Director of Purchasing shall post notice of a Decision or Intended Decision concerning a solicitation or contract award arising out of the contract solicitation or award process by electronic posting. “Electronic posting” or “electronically post” means the noticing of solicitations, agency decisions or intended decisions, or other matters relating to procurement on a centralized Internet website designated for this purpose. This notice shall contain the following statement: "Failure to file a protest within the time prescribed in section 120.57(3), Florida Statutes, or failure to post a bond or other security, as may be required by law, within the time allowed for filing a bond shall constitute a waiver of proceedings under Chapter 120, Florida Statutes." b. Notice of Protest. In a contract procurement process, any person who is adversely affected by the agency Decision or Intended Decision and intends to protest the Decision or Intended Decision, shall file a notice of protest in writing with the school district’s Agency Clerk (Executive Director, Office of Policy and Compliance) within seventy-two (72) hours after the posting of the notice of Decision or Intended Decision. With respect to a protest of the terms, conditions, and specifications contained in a solicitation, including any provisions governing the methods for ranking bids, proposals, or replies, awarding contracts, reserving rights of further negotiation, or modifying or amending any contract, the notice of protest shall be filed with the Agency Clerk in writing within seventy-two (72) hours after the posting of the solicitation. i. A notice of protest should not be filed before the seventy-two (72) hour period begins. The seventy-two (72) hour period begins upon posting of the Decision or Intended Decision. ii. The notice of protest must be actually received by the Agency Clerk before the seventy-two (72) hour period expires. The seventy-two (72) hour period excludes Saturdays, Sundays, and holidays when the school district’s administrative office is closed. The seventy-two (72) hour period is not extended by service of the notice of protest by mail. Failure to timely file a notice of protest shall constitute a waiver of proceedings under this section and section 120.57(3), Florida Statutes. iii. The notice of protest shall identify the procurement by number and title or any other language that will clearly enable the Agency Clerk to identify it; and it shall state that the person intends to protest the decision. c. Formal Written Protest. The protester shall file a formal written protest with the Agency Clerk within ten (10) days after the date the notice of protest is filed. Failure to timely file the formal written protest shall constitute a waiver of proceedings under this Policy and section 120.57(3), Florida Statutes. The ten (10) day period for filing the petition is not extended by service of the petition by mail. i. The formal written protest shall: A. state with particularity the facts and law upon which the protest is based. B. contain all the information specified in Rule 28-106.201(2), Florida Administrative Code and Rule 28- 106.301(2), Florida Administrative Code; and C. be substantially in the form of a petition set forth in Rule 28-110.004(2), Florida Administrative Code, naming "The School Board of Duval County, Florida" as the Respondent. ii. Pursuant to Rule 28-110.004(1), Florida Administrative Code, if the formal written protest is filed in proper form within the seventy-two (72) hour period for filing a notice of protest, the formal written protest will also constitute the notice of protest, and all time limits applicable to a notice of protest are waived and the time limits relative to formal written protests shall apply. iii. Posting the Bond. The party protesting the bid specification or recommended award shall be required to post a bond in a form consistent with Rule 28-110.005(2), Florida Administrative Code and timely submit that bond to the School District Purchasing Department. iv. Bond: Commodities (Other than Lease of Space) and Contractual Services (Including Professional Services and Insurance). Any person who files an action protesting a Decision or Intended Decision pertaining to a solicitation or contract award shall post with the Director of Purchasing, at the time of filing the formal written protest, a bond secured by an acceptable surety company in Florida, payable to “The School Board of Duva l County, Florida” in an amount equal to one percent (1%) of the School District's estimate of the dollar value of the proposed contract. A. The School District shall provide the estimated contract amount to the protester within seventy-two (72) hours (excluding Saturdays, Sundays, and holidays when the School District administrative office is closed) after the filing of the notice of protest. The estimated contract amount is not subject to protest under this Policy or section 120.57(3), Florida Statutes. This information may be provided as part of the Decision or Intended Decision documents. In lieu of a bond, the Director of Purchasing may accept a cashier's check, official bank check, or money order in the amount of the bond. B. The bond shall be conditioned upon the payment of all costs and charges which may be adjudged against the protestor in the administrative hearing in which the action is brought and in any subsequent appellate court proceeding. C. If, after completion of the administrative hearing process and any appellate court proceedings, the School Board prevails, it shall be entitled to recover all costs and charges which are included in the final order or judgment, excluding attorney's fees. Upon payment of such costs and charges by the person protesting the Decision or Intended Decision or contract award, the bond, cashier's check, official bank check, or money order shall be returned to the protestor. If, after the completion of the administrative hearing process and any appellate court proceedings, the protestor prevails, the protestor may recover from the School Board the costs and charges which are included in the final order or judgment, excluding attorney's fees. v. Bond: Construction Purchasing. Protesters regarding competitive procurement related to educational facilities shall be required to post a bond in the amount specified in section 255.0516, Florida Statutes, which also governs recovery of fees and costs including attorney's fees. With respect to a protest of the terms, conditions, and specifications contained in a solicitation, protesters shall post a bond in the amount of one percent (1%) of the School District’s estimate of the dollar value of the proposed contract or $5,000, whichever is greater. d. Staying the Procurement Process. Upon timely receipt of the formal written protest, the solicitation or contract award process shall be stopped until the subject of the protest is resolved by final agency action, unless the Director of Purchasing sets forth in writing particular facts and circumstances which require the continuance of the solicitation or contract award process without delay in order to avoid an immediate and serious danger to the public health, safety, or welfare. e. Informal Resolution Meeting. The Director of Purchasing shall provide an opportunity to resolve the protest by mutual agreement between the parties within seven (7) days (excluding Saturdays, Sundays, and holidays when the School District administrative offices are closed) of receipt of the formal written protest. All affected parties shall be notified of the notice of protest. f. Hearing. If the protest is not resolved by mutual agreement within seven (7) days (excluding Saturdays, Sundays, and holidays when the school district’s administrative offices are closed) after receipt of the formal written protest; and A. if there is no disputed issue of material fact, an informal proceeding shall be conducted pursuant to section 120.57(2), Florida Statutes, and applicable Board Policies, and may be conducted before a hearing officer designated by the Superintendent; or B. if there is a disputed issue of material fact, as determined by the Agency Clerk, in accordance with section 120.569, Florida Statutes, the protest shall be referred within fifteen (15) days after the Agency Clerk receives the Formal Written Protest to the Division of Administrative Hearings for a formal hearing under section 120.57(1), Florida Statutes. ii. As stated in section 120.57(3)(f), Florida Statutes, the burden of proof shall rest with the party protesting the proposed agency action. A. In any bid-protest proceeding contesting an intended agency action to reject all bids, proposals, or replies, the standard of review shall be whether the School Board's intended action is illegal, arbitrary, dishonest, or fraudulent. B. In competitive procurement protests other than those contesting an intended agency action to reject all bids, proposals, or replies, the hearing officer or administrative law judge will conduct a de novo proceeding to determine whether the School Board's proposed action is contrary to the governing statutes, the School Board's Policies, or the solicitation documents. The standard of proof for such proceedings shall be whether the proposed agency action was clearly erroneous, contrary to competition, arbitrary, or capricious. BID NO. ITB-034-23/LM FLEET MAINTENANCE SERVICE Opening Date: April 13, 2023 NO-BID FORM If your firm cannot submit a bid at this time, please provide the information requested in the space provided below and return it to (or fax it to 904-858-4868): Duval County Public Schools Purchasing Services 4880 Bulls Bay Highway Jacksonville, Florida 32219 We are unable to submit a bid at this time due to the following reason(s): Name of Firm: Signature and Title: Street Address or P.O. Box: City, State, Zip Code: RETURN THIS FORM ONLY. DO NOT RETURN BID PACKAGE Bid No. ITB-034-23/LM SC 1 SPECIAL CONDITIONS 1. PURPOSE: To provide preventative maintenance and repair services to Duval County Public Schools (DCPS) Fleet vehicles and /or equipment with an approximately 830 units (see Attachment B, DCPS Fleet Inventory). Services will be rendered at the Contractor’s site, DCPS sites, or in the field. The Contractor will work closely with DCPS Fleet Management personnel to fully service the DCPS Fleet, minimize cycle time of repair or Preventive Maintenance Inspection (PMI) procedures, and maximize the utilization of DCPS units. 2. RENEWAL: Upon written mutual agreement between Contractor and Duval County Public Schools, contract may be renewed at anniversary date for four additional one-year periods, subject to the same provisions, terms, conditions and specifications as originally awarded. 3. AWARD: The award will be all-or-none. The contract will be awarded up to five (5) responsible and responsive vendors with the lowest price. This will result in an approved vendor list with zero committed volume. The District Fleet Manager is solely responsible for the assignment of vehicles for repairs. Quantities provided on the bid proposal form are for bid purposes only and may not reflect actual quantities of work. The District reserves the right to negotiate for onsite services of driver’s education vehicle oil changes/PMI’s at up to seven (7) school/work sites with a minimum of ten (10) vehicles per site and onsite car/truck washes for the fleet. For purposes of evaluation, this form will be interpreted as follows: Unit price: Unit price should be numeric. Unit prices left blank will be deemed “no bid”, and a unit price of $0 will be deemed “included at no charge”. Item Bid: Item bid should be the manufacturer & model # or name of product you will supply if awarded. If left blank or “as specified” is entered the item will be considered to have insufficient information to evaluate. Failure to respond as requested may result in rejection of item(s) as non-responsive. 4. BID EVALUATION PROCESS: Bids are initially reviewed for determination of compliance with submittal requirements as found in the bid instructions. Those bids that are non- compliant are removed from consideration and are not included on the bid tabulation. Examples of non-compliant bids are: bids that do not bear the signature of an individual authorized to obligate on behalf of the company; bids submitted with line items corrected by the use of correction fluid (only the corrected items are considered non-compliant); bids submitted with line items that are correct but not initialed by the originator (only the corrected items are considered non-compliant); any bid submitted that contains a material deviation from the bid submittal instructions. Tabulated bids are then evaluated on the basis of price. The lowest price bid will be evaluated to determine responsiveness. If the bid is responsive, it will be recommended for award. If the bid is not responsive, it will not be recommended for award and the next lowest price bid will be evaluated to determine responsiveness. This process will continue in succession until the lowest responsive bid is evaluated and is recommended for award. If the bid contains multiple items that are to be awarded independently, this process is completed for each item in the bid. Tie bids are decided by tie breaking procedures outlined in purchasing policy. 5. NON-MANDATORY PRE-BID CONFERENCE AND SITE REVIEWS: DCPS Administrative BLDG, ROOM 307: 9:00 a.m. (EST) on Thursday, March 23rd, 2023. Meet in Conference Room 307, 1701 Prudential Drive, Jacksonville FL 32207. Bid No. ITB-034-23/LM SC 2 The purpose is to review specifications and familiarize potential bidders with the scope of work requirements. 6. POSTING OF BID RECOMMENDATION: Recommendation for Award will be posted in Purchasing Services on or about April 20th, 2023, and will remain posted for 72 consecutive hours. For exact date and time, please contact the buyer named below. 7. QUESTIONS: Any questions and/or request for additional information should be directed to Louis Mitchum, in Purchasing Services, via email at mitchuml@duvalschools.org placing this bid number (ITB-034-23/LM) in the subject header. Deadline for questions shall be 12 noon EST on April 4th, 2023. 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. 8. EX PARTE COMMUNICATION: Ex parte communication regarding this solicitation, whether verbal or written, by any potential respondent or representative of any potential respondent to this ITB with District personnel involved with or related to this ITB, other than as expressly designated in this document, is strictly prohibited. Violation of this restriction may result in the rejection/disqualification of the respondents’ bid. Ex parte communication regarding this solicitation, whether verbal or written, by any potential respondent or representative of any potential respondent to this ITB with Board members is also prohibited and will result in the disqualification of the bidder. 9. PRICING: Escalation Provision: At each renewal of the contract, DCPS will consider an increase due to inflation provided the proposed price increase does not exceed the lesser of 3% or the rate of inflation as determined by the Consumer Price Index (CPI) for urban wage earners and clerical workers, U.S. city average, all items (1982-84=100), published by the U.S. Bureau of Labor Statistics, or any successor or substitute index appropriately adjusted for the prior 12 month period using the first-published CPI for the month immediately preceding the month of the contract renewal request. The contractor must request the increase in writing prior to the renewal of the contract. 10. LINE-ITEM BIDS AND CORRECTIONS: All prices submitted on the Bid Proposal Form shall be indelible. The use of correction fluid or erasures to correct line-item bid prices and/or quantities are not acceptable. Corrections must be by lineout of the incorrect figures, writing in of correct figures, and initialing of the corrections by the originator. Correction fluid or erasure corrected bids will be considered non-responsive for the corrected item(s) only. 11. UNITS OF MEASURE AND LOT SIZES: The item unit of measure shall be as indicated on the Bid Proposal Form. If manufacturer’s standard packaging is different than the quantity listed, it shall be the vendor’s responsibility to convert the bid price to the requested unit of measure. Bids received for items that have not been converted to the requested units of measure shall be considered non- responsive. Additionally, bidders must indicate the units of measure they are able to supply. 12. QUANTITIES: The items listed in this solicitation will be ordered on an “AS NEEDED” basis by the Duval County School System. No firm statement of quantity, totally or individually, can be made. The column headed “ESTIMATED QUANTITY” is for information only and does not bind the Duval County School Board to make any purchases under this bid. Estimated quantities are based on recent application history. mailto:mitchuml@duvalschools.org Bid No. ITB-034-23/LM SC 3 13. SPECIFICATION ERRORS: In the event of a discrepancy between specifications and the make/model listed for an item or items, specifications shall take precedence for the purposes of the bid. 14. DELIVERY OF SERVICE: The successful vendor shall not commence work prior to receipt of written notice of award and receipt of a purchase order. Before commencement of work, the vendor shall contact Fleet Maintenance Department at: 858-1481. Fleet Maintenance Department must approve any exceptions. When reasonable, exceptions will be granted. Failure to deliver in accordance with the above instructions may result in the bidder being disqualified from conducting business with Duval County Public Schools. 15. MINIMUM QUALIFICATIONS FOR SUBMISSION Company shall have the following minimum qualifications to be considered eligible for submission. It is the responsibility of the Company to ensure and certify that it meets the minimum qualifications. Company not meeting all of the following criteria will not have their submissions considered for Award. • Upon request, the bidder shall provide documentation that they have successfully performed shop fleet maintenance of an average of 100 individual service-related events, monthly, for a period of at least twenty-four (24) months, out of the last thirty-six (36) months. This maintenance must have been performed on units similar in diversity to the DCPS Mobile Fleet Maintenance units listed within the bid spreadsheet(s). • Upon request, the bidder shall provide documentation that they have successfully performed field maintenance of an average of 30 individual service-related events, quarterly, for a period of at least twenty-four (24) months, out of the last thirty-six (36) months. This maintenance must have been performed on units similar in diversity to the DCPS Mobile Fleet Maintenance units listed within the bid spreadsheet(s). 16. SUB-CONTRACTORS: DCPS must approve all sub-contractors in writing prior to them performing any work under this contract. All requests for sub-contractors shall be submitted in writing to the Director of Facilities Maintenance. The vendor will be fully responsible to DCPS for the acts and omissions of the sub-contractor and its employees. All responsibilities relating to the performance of this contract shall remain the responsibility of the vendor. Under this contract, the Company can only use subcontractors or sub-suppliers/shop to perform up to 10% of the work. 17. WARRANTY (MAINTENANCE) All labor shall be warranted by the vendor for a 12-month/12,000 miles period following the repair. Parts shall be warranted to the extent allowed by the part manufacturer’s warranty period but not less than 12 months. Vendors will specify all warranties (parts & labor) on their f

1701 Prudential Drive Jacksonville, FL 32207Location

Address: 1701 Prudential Drive Jacksonville, FL 32207

Country : United StatesState : Florida

You may also like

Fleet Services Equipment

Due: 02 May, 2024 (in 3 days)Agency: Houston-Galveston Area Council

FLEET MANAGEMENT SERVICES

Due: 18 Apr, 2026 (in 23 months)Agency: Department of Enterprise Services

Fleet Equipment Replacement Parts & Repair Service - Items 1 and 21

Due: 20 Jun, 2026 (in about 2 years)Agency: Department of General Services

Please Sign In to see more like these.

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