Metal Office Furniture

expired opportunity(Expired)
From: Duval County Public Schools(School)
003-22/DS

Basic Details

started - 18 Oct, 2021 (about 2 years ago)

Start Date

18 Oct, 2021 (about 2 years ago)
due - 31 Oct, 2022 (17 months ago)

Due Date

31 Oct, 2022 (17 months ago)
Bid Notification

Type

Bid Notification
003-22/DS

Identifier

003-22/DS
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 September 30, 2021 Commercial Design Services Holmes & Brakel Business Interiors School Specialty, LLC RE: ITB-003-22/DS Metal Office Furniture Dear Sir/Madam: On Thursday, September 30, 2021, the Superintendents designee of Duval County Public Schools approved the award of bid ITB-003-22/DS Metal Office Furniture. This is your official notification of bid award. This award is for the period from November 01, 2021 through October 31, 2022. Purchase orders will be issued for these items as needed during the bid period. If you have any questions regarding this bid, please contact DeBowrah Stevens at (904) 858-4838 or
href="mailto:stevensd2@duvalschools.org">stevensd2@duvalschools.org . Please forward a copy of your insurance certificate as required per Special Condition #23 to DeBowrah Stevens. (Email and fax are both acceptable.) Thank you for your interest in Duval County Public Schools. Sincerely, Terrence Wright, Director DCPS Purchasing Services cc Anita Locke; DeBowrah Stevens Master Bid File DUVAL COUNTY PUBLIC SCHOOLS http://www.duvalschools.org/ mailto:stevensd2@duvalschools.org ITB-003-22/DS METAL OFFICE FURNITURE Date Opened: 07/29/2021 BID TABULATION Item Description Qty Unit Price Extension Price Extension Price Extension Price 5% Added to Extension Price Extension Price 5% Added to Extension ALL ITEM SHALL BE BID IN ACCORDANCE WITH ATTACCHED SPECIFICATIONS 1 Desk-double pedestal type, Executive, 72"W X 36"D X 29 1 1/2"H HON #88976 or acceptable substitution 10 EACH $666.19 $6,661.90 $661.89 $6,618.90 $551.76 $5,517.60 $579.35 $5,793.48 $665.00 $6,650.00 $698.25 $6,982.50 2 Desk "L" type w/48" return HON #38294L or acceptable substitution 5 EACH $1,078.56 $5,392.80 $1,103.16 $5,515.80 $756.97 $3,784.85 $794.82 $3,974.09 * * * * 3 Desk-single pedestal HON#88251R or acceptable substitution 25 EACH $451.03 $11,275.75 $394.01 $9,850.25 $515.75 $12,893.75 $541.54 $13,538.44 $451.00 $11,275.00 $473.55 $11,838.75 4 Chair, Executive, swivel type w/arms HON #2072 or acceptable substitution 25 EACH $310.45 $7,761.25 $193.66 $4,841.50 $367.05 $9,176.25 $385.40 $9,635.06 $299.00 $7,475.00 $313.95 $7,848.75 ITEM #5 PROVIDES AND ADDITIONAL OPTION FOR ITEM #4. ITEM #5 WILL BE AWARDED TO THE SUCCESSFUL BIDDER FOR ITEM #4. 5 Upcharge for Grade 4 fabric for item #4 please give total for chair and upcharge 1 EACH $328.02 $328.02 $0.00 $0.00 $411.62 $411.62 $432.20 $432.20 $21.00 $21.00 $22.05 $22.05 6 Chair, Secretarial , posture type HON# 7702 or acceptable substitution 30 EACH $133.55 $4,006.50 $123.39 $3,701.70 $336.62 $10,098.60 $353.45 $10,603.53 $287.00 $8,610.00 $301.35 $9,040.50 ITEM #7 PROVIDES AN ADDITIONAL OPTION FOR ITEM #6. ITEM #7 WILL AWARDED TO THE SUCCESSFUL BIDDER FOR ITEM #6. PLEASE GIVE TOTAL FOR CHAIR AND UPCHARGE 7 Upcharge for grade 4 fabric for item # 6 Please give total for chair and upcharge 1 EACH $140.58 $140.58 $0.00 $0.00 $381.19 $381.19 $400.25 $400.25 $20.00 $20.00 $21.00 $21.00 8 Chair, Secretarial , posture type w/ adjustable arms HON 7702 W/7795 ARM KIT or acceptable 30 EACH $185.49 $5,564.70 ** ** $357.62 $10,728.60 $375.50 $11,265.03 $321.00 $9,630.00 $337.05 $10,111.50 Item #9 provides as additional option for item #8. Item #9 will be awarded to the successful bidder for item #8. Please give total for chair and upcharge 9 Upcharge for grade 4 fabric for item #8 Please give total for chair and upcharge 1 EACH $185.49 $185.49 ** ** $402.19 $402.19 $422.30 $422.30 $20.00 $20.00 $21.00 $21.00 ITEMS #10 - #13 AWARDED ALL OR NONE 10 Chair, guest/side without arms, fully upholstered back and seat HON 4004 or acceptable substitution 25 EACH *** *** $121.68 $3,042.00 $195.29 $4,882.25 $205.05 $5,126.36 $202.00 $5,050.00 $212.10 $5,302.50 11 Chair, guest/side without arms, inly upholstered Leather NOT acceptable HON 4004-IV or acceptable substitution 25 EACH *** *** $121.68 $3,042.00 $195.29 $4,882.25 $205.05 $5,126.36 $215.00 $5,375.00 $225.75 $5,643.75 12 Chair, guest/side with arms, fully upholstered back and seat HON 4003 or acceptable substitution 25 EACH *** *** $119.00 $2,975.00 $210.29 $5,257.25 $220.80 $5,520.11 $143.00 $3,575.00 $150.15 $3,753.75 13 Chair, guest/side with arms, vinyl upholstered leather NOT acceptable HON 4003-IV or acceptable substitution 25 EACH *** *** $119.00 $2,975.00 $210.29 $5,257.25 $220.80 $5,520.11 $150.00 $3,750.00 $157.50 $3,937.50 TOTAL ITEMS #10-#13 $12,034.00 $20,279.00 $21,292.95 $17,750.00 $18,637.50 Item #14 & #15 provides and additional option for item #10 & #12. Items #14 & #15 will be awarded to the successful bidder for items #10 - #13. 14 Upcharge for grade 4 fabric for item #10 Please give total for chair and upcharge 1 EACH $185.88 $185.88 $0.00 $0.00 $241.57 $241.57 $253.65 $253.65 $20.00 $20.00 $21.00 $21.00 15 Upcharge for grade 4 fabric for item #12 Please give total for chair and upcharge 1 EACH $145.27 $145.27 $0.00 $0.00 $256.57 $256.57 $269.40 $269.40 $7.00 $7.00 $7.35 $7.35 ITEMS #16- #23 AWARDED ALL OR NONE WB MASONCOMMERCIAL DESIGN SERVICES JACKSONVILLE HOLMES & BRAKEL BUSINESS INTERIORS SCHOOL SPECIALTY LLC (OUT OF STATE VENDOR) WB MASON (OUT OF STATE VENDOR)SCHOOL SPECIALTY LLC Page 1 of 3 ITB-003-22/DS METAL OFFICE FURNITURE Date Opened: 07/29/2021 BID TABULATION Item Description Qty Unit Price Extension Price Extension Price Extension Price 5% Added to Extension Price Extension Price 5% Added to Extension WB MASONCOMMERCIAL DESIGN SERVICES JACKSONVILLE HOLMES & BRAKEL BUSINESS INTERIORS SCHOOL SPECIALTY LLC (OUT OF STATE VENDOR) WB MASON (OUT OF STATE VENDOR)SCHOOL SPECIALTY LLC 16 File cabinet, vertical, legal size 8 1/2 x 14 5 drawer HON 215CP or acceptable substitution 15 EACH $601.32 $9,019.80 $899.00 $13,485.00 $606.81 $9,102.15 $637.15 $9,557.26 $599.00 $8,985.00 $628.95 $9,434.25 17 File cabinet, vertical, legal size 8 1/2 x 14 4 drawer HON 214CP or acceptable substitution 15 EACH $449.79 $6,746.85 $799.00 $11,985.00 $516.95 $7,754.25 $542.80 $8,141.96 $440.00 $6,600.00 $462.00 $6,930.00 18 File cabinet, vertical, legal size 8 1/2 x 14 2 drawer HON 212CP or acceptable substitution 15 EACH $354.20 $5,313.00 $299.00 $4,485.00 $362.25 $5,433.75 $380.36 $5,705.44 $350.00 $5,250.00 $367.50 $5,512.50 19 File Cabinet, Vertical, Letter size 8 1/2 x 11 5 drawer HON 215P or acceptable substitution 15 EACH $506.10 $7,591.50 $629.00 $9,435.00 $580.09 $8,701.35 $609.09 $9,136.42 $505.00 $7,575.00 $530.25 $7,953.75 20 File Cabinet, Vertical, Letter size 8 1/2 x 11 4 drawer HON 214P or acceptable substitution 75 EACH $378.65 $28,398.75 $529.00 $39,675.00 $489.09 $36,681.75 $513.54 $38,515.84 $375.00 $28,125.00 $393.75 $29,531.25 21 (6203) File Cabinet, Vertical, Letter size 8 1/2 x 11 4 drawer Tailgate Delivery minimum order- 25 each HON 215P or acceptable substitution 150 EACH $378.65 $56,797.50 $373.00 $55,950.00 $445.34 $66,801.00 $467.61 $70,141.05 $375.00 $56,250.00 $393.75 $59,062.50 22 File Cabinet, vertical. Letter size 8 1/2 x11 2 drawer HON 212P acceptable substitution 30 EACH $291.58 $8,747.40 $287.00 $8,610.00 $334.95 $10,048.50 $351.70 $10,550.93 $290.00 $8,700.00 $304.50 $9,135.00 23 (7291) File Cabinet, vertical little size, 8 1/2 x 11 2 drawer Tailgate Delivery Minimum order-25 each HON 212P or acceptable substitution 150 EACH $291.58 $43,737.00 $287.00 $43,050.00 $291.20 $43,680.00 $305.76 $45,864.00 $290.00 $43,500.00 $304.50 $45,675.00 TOTAL ITEMS #16-#23 $166,351.80 $186,675.00 $188,202.75 $197,612.89 $164,985.00 $173,234.25 Item #24 provides and additional option for items #16-#23. Item #24 will be awarded to the successful bidder for items #16- #23. 24 Keyed alike lock core 1 CORE $15.56 $15.56 $0.00 $0.00 $4.21 $4.21 $4.42 $4.42 $20.00 $20.00 $21.00 $21.00 ITEMS #25 - #36 AWARDED ALL OR NONE 25 Lateral Files, Steel, approx. . 19"D , Approx., 28- 1/4"H, 30"W, w/lock 2 drawer HON 672L or acceptable substitution 15 EACH $269.72 $4,045.80 $219.00 $3,285.00 $399.94 $5,999.10 $419.94 $6,299.06 $271.00 $4,065.00 $284.55 $4,268.25 26 Lateral Files, Steel, approx. . 19"D , Approx., 28- 1/4"H, 36"W, w/lock 2 drawer HON 682L or acceptable substitution 25 EACH $290.10 $7,252.50 $300.00 $7,500.00 $435.05 $10,876.25 $456.80 $11,420.06 $290.00 $7,250.00 $304.50 $7,612.50 27 Lateral Files, Steel, approx. . 19"D , Approx., 28- 1/4"H, 42"W, w/lock 2 drawer HON 692L or acceptable substitution 15 EACH $342.34 $5,135.10 $349.00 $5,235.00 $476.42 $7,146.30 $500.24 $7,503.62 $340.00 $5,100.00 $357.00 $5,355.00 28 Lateral Files, Steel, approx. . 19"D , Approx., -40- 11/16"H, 30"W, w/lock 3 drawer HON 673L or acceptable substitution 10 EACH $370.50 $3,705.00 $389.00 $3,890.00 $417.49 $4,174.90 $438.36 $4,383.65 $369.00 $3,690.00 $387.45 $3,874.50 29 Lateral Files, Steel, approx. . 19"D , Approx., 40 11/16"H, 36"W, w/lock 3 drawer HON 683L or acceptable substitution 15 EACH $405.33 $6,079.95 $415.00 $6,225.00 $735.30 $11,029.50 $772.07 $11,580.98 $404.00 $6,060.00 $424.20 $6,363.00 30 Lateral Files, Steel, approx. . 19"D , Approx., 40 11/16"H, 42"W, w/lock 3 drawer HON 693L or acceptable substitution 15 EACH $476.09 $7,141.35 $479.00 $7,185.00 $496.39 $7,445.85 $521.21 $7,818.14 $475.00 $7,125.00 $498.75 $7,481.25 31 Lateral Files, Steel, approx. . 19"D , Approx,53 1/8"H, 30"W, w/lock 4 drawer HON 674L or acceptable substitution 10 EACH $460.16 $4,601.60 $489.00 $4,890.00 $496.19 $4,961.90 $521.00 $5,210.00 $459.00 $4,590.00 $481.95 $4,819.50 32 Lateral Files, Steel, approx. . 19"D , Approx., 53- 1/8"H, 36"W, w/lock 4 drawer HON 684L or acceptable substitution 15 EACH $503.14 $7,547.10 $519.00 $7,785.00 $550.07 $8,251.05 $577.57 $8,663.60 $502.00 $7,530.00 $527.10 $7,906.50 33 Lateral Files, Steel, approx. . 19"D , Approx., 53- 1/8"H, 42"W, w/lock 4 drawer HON 694L or acceptable substitution 15 EACH $596.51 $8,947.65 $579.00 $8,685.00 $602.54 $9,038.10 $632.67 $9,490.01 $595.00 $8,925.00 $624.75 $9,371.25 34 Lateral Files, Steel, approx. . 19"D , Approx., 66- 13/16"H, 30"W, w/lock 5 drawer HON 675L or acceptable substitution 5 EACH $611.33 $3,056.65 $619.00 $3,095.00 $619.68 $3,098.40 $650.66 $3,253.32 $610.00 $3,050.00 $640.50 $3,202.50 Page 2 of 3 ITB-003-22/DS METAL OFFICE FURNITURE Date Opened: 07/29/2021 BID TABULATION Item Description Qty Unit Price Extension Price Extension Price Extension Price 5% Added to Extension Price Extension Price 5% Added to Extension WB MASONCOMMERCIAL DESIGN SERVICES JACKSONVILLE HOLMES & BRAKEL BUSINESS INTERIORS SCHOOL SPECIALTY LLC (OUT OF STATE VENDOR) WB MASON (OUT OF STATE VENDOR)SCHOOL SPECIALTY LLC 35 Lateral Files, Steel , approx. 19"D approx. . 66- 13/16"H 36W, w/lock 5 drawer HON 685L or acceptable substitution 15 EACH $653.56 $9,803.40 $619.00 $9,285.00 $686.07 $10,291.05 $720.37 $10,805.60 $650.00 $9,750.00 $682.50 $10,237.50 36 Lateral Files, Steel , approx. 19"D approx. . 66- 13/16"H 42"W, w/lock 5 drawer HON 695L or acceptable substitution 15 EACH $788.42 $11,826.30 $629.00 $9,435.00 $759.93 $11,398.95 $797.93 $11,968.90 $785.00 $11,775.00 $824.25 $12,363.75 TOTAL ITEMS #25-36 $79,142.40 $76,495.00 $93,711.35 $98,396.92 $78,910.00 $82,855.50 Items #37 & #38 provide additional options for items #25- #36. Items #37 & #38 will be awarded to the successful bidder for items #25 - #36. 37 Drawer dividers, 10/pack (Compress regular file folders within a drawer (adjustable)) 1 PACK $73.73 $73.73 $69.00 $69.00 $14.31 $14.31 $15.03 $15.03 $73.00 $73.00 $76.65 $76.65 38 Hanging file racks, front-to-back 4 pack (covert drawers or shelves to front -to -back filing) 1 PACK $23.71 $23.71 $18.00 $18.00 $17.95 $17.95 $18.85 $18.85 $28.00 $28.00 $29.40 $29.40 ITEMS #39 - #40 AWARDED ALL OR NONE 39 File Cabinet, thirty drawer storage, 30 drawer letter size TENNSCO TNN 2085 OR ACCEPTABEL SUBSTITUTION 5 EACH $484.57 $2,422.85 NO BID NO BID $639.81 $3,199.05 $671.80 $3,359.00 $575.00 $2,875.00 $603.75 $3,018.75 40 File Cabinet, thirty drawer storage, 30 drawer legal size TENNSCO TNN 3085 OR ACCEPTABEL SUBSTITUTION 5 EACH $517.86 $2,589.30 NO BID NO BID $680.78 $3,403.90 $714.82 $3,574.10 $604.00 $3,020.00 $634.20 $3,171.00 TOTAL ITEMS #39 & 40 $5,012.15 $6,602.95 $6,933.10 $5,895.00 $6,189.75 ITEMS #41 * #42 AWARDED ALL OR NONE 41 Bookcase, Steel, approx. 41"Hx 34 -1/2"W x 12- 5/8"D 3 shelves , 2 adjustable Tailgate Delivery Minimum order -25 each HON S42ABC or acceptable substitution 50 EACH $111.89 $5,594.50 **** **** $342.73 $17,136.50 $359.87 $17,993.33 $114.00 $5,700.00 $119.70 $5,985.00 42 (6176) Bookcase, Steel, approx. 41"Hx 34 -1/2"W x 12-5/8"D 3 shelves , 2 adjustable Tailgate Delivery Minimum order -25 each HON S42ABC or acceptable substitution 75 EACH $111.89 $8,391.75 **** **** $312.96 $23,472.00 $328.61 $24,645.60 $114.00 $8,550.00 $119.70 $8,977.50 TOTAL ITEMS #41 & #42 $13,986.25 **** $40,608.50 $42,638.93 $14,250.00 $14,962.50 Item #43 provides an additional for items #41 & #42. Item #43 will be awarded to the successful bidder for items #41 & #42. 43 Extra Shelf for items #41 & #42 1 EACH $31.49 $31.49 **** **** $27.00 $27.00 $28.35 $28.35 $34.00 $34.00 $35.70 $35.70 44 Bookcase Steel, approx. 59"H x 34-1/2"W x 12- 5/8"D adjustable shelves, no doors HON S60ABC or acceptable substitution 50 EACH $167.10 $8,355.00 **** **** $367.95 $18,397.50 $386.35 $19,317.38 $174.00 $8,700.00 $182.70 $9,135.00 Item #45 provides an additional option for item #44. Item #45 will be awarded to the successful bidder for item #44. 45 Extra Shelf for items #44 1 EACH $31.49 $31.49 **** **** $27.00 $27.00 $28.35 $28.35 $34.00 $34.00 $35.70 $35.70 46 Cabinet-Storage-Steel, 36"W x 18"D x78"H Four adjustable shelves, five openings ATLANTIC S7836 or acceptable substitution 5 EACH $447.86 $2,239.30 $259.00 $1,295.00 $707.96 $3,539.80 $743.36 $3,716.79 $367.00 $1,835.00 $385.35 $1,926.75 Prepared by: Verified by: Cherdrica Forest Date: 09/23/2021 Award = ***Items # 10-13 rejected -Commercial Design Services Jacksonville listed more than one price on items # 10-11, thus "qualifying the bid." Items 10-13 were awarded all or none, and as Items 10-11 were rejected, their bid for this group of items was rejected. *Item # 2 rejected - WB Mason used correction fluid on the unit price for this item. Item deemed non-responsive per Special Condition #9. DeBowrah Stevens **Item #8 rejected- Holmes & Brakel bid a substitute. Substitute provided does not meet specifications; deemed unacceptable substitution. ****Items #41, 42, & 44 rejected - Holmes & Brakel bid a substitute. Substitute provided does not meet specifications; deemed unacceptable substitution. Page 3 of 3 Addendum No. 1 ITB-003-22/DS ADDENDUM NO. 1 Information Only www.duvalschools.org/purchasing Issue Date: July 12, 2021 Phone: 904-858-4838 Buyer: DeBowrah Stevens Bid Number: ITB-003-22/DS Bid Title: Metal Office Furniture Term of Bid: Date of Award through October 31, 2022 with renewal options. Opening: Thursday, July 29, 2021, 2:00 pm. 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. Purpose: 1. To answer questions received before the deadline as outlined in Special Condition #7. 1. Question: On the bid/unit price, it must include delivery/installation, correct? Answer: The unit price must include delivery in the total unit price bid. If there is installation needed, that would need a new line specifically for installation added to any quotes submitted to the schools. 2. Question: Below are the items that have been discontinued by the manufacturer followed by the request for fabric upgrade fee. Are you DUVAL COUNTY PUBLIC SCHOOLS http://www.duvalschools.org/purchasing Addendum No. 1 ITB-003-22/DS thinking each bidder should select an alternate product or will the district be selecting the alt and submitting as an addendum? Line #4 H2072 is discontinued by manufacturer Line #5 fabric upgrade on discontinued item Line #6 H7702 is discontinued by manufacturer Line #7 fabric upgrade on discontinued item Line #8 H7795 is discontinued, arm kit for chair Line #9 fabric upgrade on discontinued item Line #10 & #11 H4004 is discontinued by manufacturer Line #14 & #15 fabric upgrade on discontinued item Answer: If the item asked for has been discontinued, the bidder should select an alternate product that is an acceptable substitution of the item originally asked for. INVITATION TO BID www.duvalschools.org June 23, 2021 Buyer: DeBowrah Stevens Phone: 904-858-4838 Bid Number: ITB-003-22/DS Bid Title: METAL OFFICE FURNITURE Term of Bid: DATE OF AWARD THROUGH OCTOBER 31, 2022. Opening: Thursday, July 29, 2021 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: None BIDDER ACKNOWLEDGEMENT This form must be completed, returned, and include an original manual signature for bid to be considered. By signing below, I attest that I have acquainted myself with the general conditions, special conditions and specifications of this bid, and agree to comply with them all; in addition, I certify that I am authorized to obligate on behalf of the bidder. Bid documents shall be submitted in a sealed envelope clearly marked with this bid number, opening date and time. Legal Name of Firm: 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 ACH________ (see Special Condition #29) Initial Initial Delivery can be made within calendar days after receipt of order. Addenda through received. (if applicable) Original Manual Signature of Authorized Representative: Printed/Typed Name of Authorized Representative: Title: Date: DUVAL COUNTY PUBLIC SCHOOLS http://www.duvalschools.org/ NOTICE TO BIDDERS The State of Florida has amended Chapters 283.35 and 287.084, Florida Statutes effective July 1, 2012. These amendments require political subdivisions of the state (with the exception of counties or municipalities) to give local preference in making purchases of printing services or personal property through a competitive solicitation process. Therefore, bidders who indicate on the Bidder Acknowledgement Form that their principal place of business is outside of the State of Florida shall also complete and submit with their bid the enclosed Opinion of Out-Of-State Bidders Attorney on Bidding Preferences. Failure of an out-of-state bidder to submit the completed form will render their bid non- responsive. LOCAL PREFERENCE: When the lowest bid 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. OPINION OF OUT-OF-STATE BIDDERS ATTORNEY ON BIDDING PREFERENCES (To be completed by the Attorney for any Bidder who is Out-of-State as indicated on the Bidder Acknowledgement Form. Failure of an Out-of-State Bidder to submit this form will render their bid non-responsive.) NOTICE: Section 287.084(2), Fla. Stat., provides that a vendor whose principal place of business is outside this state must accompany any written bid, proposal, or reply documents with a written opinion of an attorney at law licensed to practice law in that foreign state, as to the preferences, if any or none, granted by the law of that state [or political subdivision thereof] to its own business entities whose principal places of business are in that foreign state in the letting of any or all public contracts. See below and see also s. 287.084(1), Fla. Stat. LEGAL OPINION ABOUT STATE BIDDING PREFERENCES (Please Select One) ______ The bidders principal place of business is in the State of ________________ and it is my legal opinion that the laws of that state do not grant a preference in the letting of any or all public contracts to business entities whose principal places of business are in that state. ______ The bidders principal place of business is in the State of ________________ and it is my legal opinion that the laws of that state grant the following preference(s) in the letting of any or all public contracts to business entities whose principal places of business are in that state: [Please describe applicable preference(s) and identify applicable state law(s)]: ____________________________________________________________________________________ _______________________________________________________________________________________________ _______________________________________________________________________________________________ LEGAL OPINION ABOUT POLITICAL SUBDIVISION BIDDING PREFERENCES (Please Select One) ______ The bidders principal place of business is in the political subdivision of ________________ and it is my legal opinion that the laws of that political subdivision do not grant a preference in the letting of any or all public contracts to business entities whose principal places of business are in that political subdivision. ______ The bidders principal place of business is in the political subdivision of ________________ and the laws of that political subdivision grant the following preference(s) in the letting of any or all public contracts to business entities whose principal places of business are in that political subdivision: [Please describe applicable preference(s) and identify applicable authority granting the preference(s)]: ______________________________________________ _______________________________________________________________________________________________ _______________________________________________________________________________________________ Signature of out-of-state bidders attorney: ____________________________________________________________ Printed name of out-of-state bidders attorney: _________________________________________________________ Address of out-of-state bidders attorney: _____________________________________________________________ _______________________________________________________________________________________________ Telephone Number of out-of-state bidders attorney: (_____) _____ - _________ Email address of out-of-state bidders attorney: _________________________________________________________ Attorneys states of bar admission: ___________________________________________________________________ IMPORTANT: Include with your bid the written legal opinion of the attorney licensed to practice law in the out-of- state jurisdiction, as required by s. 287.084(2), Fla. Stat. Such opinion should permit DCPSs reliance on such attorneys opinion for purposes of complying with s. 287.084(2), Fla. Stat. GENERAL CONDITIONS 1. RESERVATIONS: Duval County Public Schools reserves the right to reject any or all bids or any part thereof and/or waive informalities if such action is deemed in the best interest of Duval County Public Schools. Duval County Public Schools reserves the right to cancel any contract, if in its opinion, there be a failure at any time to perform adequately the stipulations of this invitation to bid, and general conditions and specifications which are attached and made part of this bid, or in any case of any attempt to willfully impose upon Duval County Public Schools materials or products or workmanship which is, in the opinion of Duval County Public Schools, of an unacceptable quality. Any action taken in pursuance of this latter stipulation shall not affect or impair any rights or claim of Duval County Public Schools to damages for the breach of any covenants of the contract by the contractor. Duval County Public Schools also reserves the right to reject the bid of any bidder who has previously failed to perform adequately after having once been awarded a prior bid for furnishing materials similar in nature to those materials mentioned in this bid. Should the contractor fail to comply with the conditions of this contract or fail to complete the required work or furnish the required materials within the time stipulated in the contract, Duval County Public Schools reserves the right to purchase in the open market, or to complete the required work, at the expense of the contractor or by recourse to provisions of the faithful performance bond if such bond is required under the conditions of this bid. Should the contractor fail to furnish any item or items, or to complete the required work included in this contract, Duval County Public Schools reserves the right to withdraw such items or required work from the operation of this contract without incurring further liabilities on the part of Duval County Public Schools thereby. SHOULD ANY BIDDER HAVE ANY QUESTIONS AS TO THE INTENT OF MEANING OF ANY PART OF THIS BID HE/SHE SHOULD CONTACT THE BUYER IN TIME TO RECEIVE A WRITTEN REPLY BEFORE SUBMITTING HIS/HER BID. All items furnished must be completely new, and free from defects unless specified otherwise. No others will be accepted under the terms and intent of this bid. 2. QUOTATIONS: No bidder will be allowed to offer more than one price on each item even though he/she may feel that he/she has two or more types or styles that will meet specifications. Bidders must determine for themselves which to offer. IF SAID BIDDER SHOULD SUBMIT MORE THAN ONE PRICE ON ANY ITEM, ALL PRICES FOR THAT ITEM WILL BE REJECTED AT THE DISCRETION OF THE DIRECTOR OF PURCHASING. 3. TAXES: Duval County Public Schools is exempt from the following taxes: (a) State of Florida Sales Tax by Certificate No. 85-8013988912C-0. 4. CARTAGE: No charge will be allowed for cartage or packages unless by special agreement. 5. OR ACCEPTABLE SUBSTITUTION: Even though a particular manufacturers name or brand is specified, bids will be considered on other brands or on the product of other manufacturers. On all such bids the bidder shall indicate clearly the product (brand and model number) on which he/she is bidding, and shall supply a sample or sufficient data in detail to enable an informed comparison to be made with the particular brand or manufacturer specified. All samples shall be submitted in accordance with procedures outlined in paragraph on SAMPLES. Catalog cuts and technical descriptive data shall be attached to the original copy of the bid where applicable. Failure to submit the above information may be sufficient grounds for rejection of bid. 6. DEVIATIONS FROM SPECIFICATIONS: In addition to the requirements of paragraph 5, all deviations from the specifications must be noted in detail by the bidder, in writing, at the time of submittal of the formal bid. The absence of a written list of specification deviations at the time of submittal of the bid will hold the bidder strictly accountable to Duval County Public Schools to the specifications as written. Any deviation from the specifications as written not previously submitted, as required by the above, will be grounds for rejection of the material and or equipment when delivered. 7. DATA REQUIRED TO BE SUBMITTED WITH REFERENCE TO BID: a. Whenever the specifications indicate a product of a particular manufacture, model, or brand in the absence of any statement to the contrary by the bidder, the bid will be interpreted as being for the exact brand, model, or manufacture specified, together with all accessories, qualities, tolerances, composition, etc., enumerated in the detailed specifications. b. If no particular brand, model or make is specified, and if no data is required to be submitted with the bid, the successful contractor, after award and before manufacture or shipment, may be required to submit working drawings or detailed descriptive data sufficient to enable Duval County Public Schools to judge if each requirement of the specifications is being met. 8. SAMPLES: The samples submitted by bidders on items which they have received an award may be retained by Duval County Public Schools until the delivery of contracted items is completed and accepted. Bidders whose samples are retained may remove them after delivery is accepted. Sample on which bidders are unsuccessful must be removed as soon as possible after award has been made on the item or items for which the samples have been submitted. Duval County Public Schools will not be responsible for such samples if not removed by the bidder within 30 days after the award has been made. Duval County Public Schools reserves the right to consume any or all samples for testing purposes. Bidders shall make all arrangements for delivery of samples to place designated as well as the removal of samples. Cost of delivery and removal of samples shall be borne by the bidder. All sample packages shall be marked Sample for Purchasing Services and each sample shall bear the name of the bidder, item number, bid number and shall be carefully tagged or marked in a substantial manner. Failure to the bidder to clearly identify samples as indicated may be considered sufficient reason for rejection of bid. 9. PERFORMANCE BOND: The successful bidder on this bid must furnish a performance bond if indicated on the bid cover, made out to Duval County Public Schools, prepared on an approved form, as security for the faithful performance of his/her contract within ten days of his/her notification that his/her bid has been accepted. The surety thereon must be such surety company or companies as are authorized and licensed to transact business in the State of Florida. Attorneys in fact who sign bid bonds must file with each bond a certified copy of their power of attorney to sign said bonds. The successful bidder or bidders upon failure or refusal to furnish within ten days after his/her notification the required performance bond, shall pay to Duval County Public Schools as liquidated damages for each failure or refusal an amount in cash equal to the security deposited with his/her bid. 10. GUARANTEE: The contractor shall unconditionally guarantee the materials and workmanship on all equipment furnished by him/her for a period of one year from date of acceptance of the items delivered and installed, unless otherwise specified herein. If, within the guarantee period, any defects or signs of deterioration are noted, which, in the opinion of Duval County Public Schools are due to faulty design and installation, workmanship, or materials, upon ratification, the contractor, at his/her expense, shall repair or adjust the equipment or parts to correct the condition, or he/she shall replace the part or entire unit to the complete satisfaction of Duval County Public Schools. These repairs, replacements or adjustments shall be made only at such times as will be designated by Duval County Public Schools as least detrimental to the operation of Duval County Public Schools business. 11. DISCOUNTS: all discounts to be included in bid price. 12. COLLUSION: the bidder, by affixing his/her signature to this proposal, agrees to the following: bidder certifies that this bid is made without any previous understanding, agreement or connection with any person, firm, or corporation making a bid for the same items; and is in all respects fair, without outside control, collusion, fraud or otherwise illegal action. 13. ERRORS IN BIDS: Bidders or their authorized representatives are expected to fully inform themselves as to the conditions, requirements and specifications before submitting bids; failure to do so will be at the bidders own risk and he/she cannot secure relief on the plea of error. Neither law nor regulations make allowance for errors either of omission or commission on the part of bidders. In case of error in extension of prices in the bid, the unit price shall govern. 14. All bid responses are to be submitted in typewritten form or submitted in ink. Responses received in pencil will not be accepted. 15. LOCAL PREFERENCE: When the lowest bid for printing services or for personal property is submitted by a firm whose principal place of business is outside of the State of Florida, a minimum five percent (5%) preference shall be given to bids submitted by firms whose principal place of business is within the State of Florida. If the state or political subdivision within which the out-of-state firm has its principal place of business maintains a local preference, the preference given to bidders from the State of Florida shall be of an equal percentage. Bid No. ITB-003-22/DS 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, 1701 Prudential Drive, Suite 322, Jacksonville, Florida 32207. Bidders are fully responsible for delivery of bids. Reliance upon mail or public carrier is at the bidders 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. Pricing read during bid opening, is for informational purposes only. Prices will be verified during the bid evaluation process. 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, 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/ 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 businesss 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 employees 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. _________________________________________ VENDORS SIGNATURE/DATE _________________________________________ COMPANY NAME Lower Tier Debarment Certification (Computer generated facsimile, Version 2, 6/98 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION LOWER TIER COVERED TRANSACTIONS INSTRUCTIONS FOR CERTIFICATION 1. By signing and submitting this proposal, the prospective lower tier participant is providing the certification set out below. 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 3. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or had become erroneous by reason of changed circumstances. 4. The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction, participant, person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the meaning set out in the Definitions and Coverage sections of the rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. 5. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transactions with a person who is proposed for debarment under 48 CFR part 9, subpart 9.4, debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. 6. The prospective lower tier participant further agrees by submitting this proposal that it will include the clause titled Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion Lower Tier Covered Transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not proposed for debarment under 48 CFR part 9, subpart 9.4, debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the List of Parties Excluded from Federal Procurement and Nonprocurement Programs. 8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is proposed for debarment under 48 CFR part 9, subpart 9.4, suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. CERTIFICATION (1) The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. ITB-003-22/DS Organization Name PR/Award or Project Name Name Title Signature Date AUTHORITY TO RESOLVE PROTESTED SOLICITATIONS AND AWARDS 1) Any actual or prospective bidder, proposer or contractor who is aggrieved in connection with the solicitation or award of a contract may file a protest and shall deliver its written notice of protest to the Chief Officer, Operations Support, or designee (hereinafter Hearing Officer) immediately, but no later than two (2) working days after bid opening or after recommendation of award, if not to the apparent low bidder, or as set forth in paragraph 9 infra, which will initiate the 48-hour notice requirement. The written protest with documentation shall be delivered to the Hearing Officer no later than 2 p.m. on the 4th calendar day immediately following the bid opening or receipt of notice of intent to award recommendation as is appropriate. If that day is a School Board non-workday, the protest shall be delivered no later than 9 a.m. the next Duval County School Board (DCSB) work day. Protests shall be presented with specificity, and every issue shall be fully documented. 2) The legal basis for any relief sought must be clearly identified and explained in the written notice of protest. 3) The Hearing Officer shall call a meeting and hear all protests and receive all evidence within a reasonable time. This does not preclude the Hearing Officer from calling a special meeting or granting a continuance under extraordinary circumstances. 4) All bidders or offerors shall receive notice of any protest hearing and a copy of the protest document. Attachments shall be available upon request. 5) The Florida Rules of Civil Procedure may be relaxed at the sole discretion of the Hearing Officer presiding at any protest hearing. 6) The Hearing Officer shall issue his/her decision within five (5) working days of the completion of the protest hearing. 7) The Hearing Officers decision shall result in a final order which may include findings and conclusions. The decision of the Hearing Officer shall be final. 8) The DCSB does not encourage the use of faxes to accomplish delivery of the notice of protest and the protest itself. Any bidder or offeror utilizing delivery by fax shall assume the risk associated with incomplete delivery or nonreceipt. 9) Any protest specification objection shall be generally treated as set forth in paragraph 1 supra. The operative date for the notice requirement shall be the date the specifications were obtained by the prospective bidder or offeror but no later than 10 days prior to the date of bid opening or proposal due date. BID NO. ITB-003-22/DS METAL OFFICE FURNITURE Opening Date: July 29, 2021 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 1701 Prudential Drive, Suite 322 Jacksonville, Florida 32207 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-003-22/DS SC 1 SPECIAL CONDITIONS 1. PURPOSE: Purpose of this bid is to establish firm prices and a source of supply for furnishing and delivering Metal Office Furniture to be purchased by Duval County Public Schools (DCPS) for the period from date of award through October 31, 2022. 2. RENEWAL: Upon written mutual agreement between Contractor and Duval County Public Schools, contract may be renewed at anniversary date for two additional one-year periods, subject to the same provisions, terms, conditions, specifications, and prices as originally awarded. 3. AWARD: Will be by item or all-or-none group, as indicated on the Bid Proposal Form. All items within a group must be bid for an all-or-none award. Note that this is a source of supply bid; all items in a group will not necessarily be ordered at one time. 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. PURCHASES: Award does not constitute an order. Before any shipments can be made, the vendor must receive a School District Purchase Order, or a Procurement Card Authorization. 6. POSTING OF BID RECOMMENDATION: Recommendation for Award will be posted in Purchasing Services on or about August 23, 2021 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 DeBowrah Stevens, in Purchasing Services via email: stevensd2@duvalschools.org placing this bid number (ITB-003-22/DS) in the subject header. Deadline for questions shall be 12:00 noon EST on July 08, 2021. Questions received after this date will not be answered. 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. mailto:stevensd2@duvalschools.org Bid No. ITB-003-22/DS SC 2 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. Notwithstanding the foregoing, communications are permissible by this Section when such communications with a prospective respondent are necessary for, and solely related to, the ordinal course of business concerning the DISTRICTS existing contract(s) for the materials or services addressed in this ITB. 9. 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. 10. UNITS OF MEASURE AND LOT SIZES: The item unit of measure shall be as indicated on the Bid Proposal Form. If manufacturers standard packaging is different than the quantity listed, it shall be the vendors 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. 11. 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 items of this bid. Estimated quantities are based on prior bids usage. The minimum order is one (1) each unless otherwise noted. 12. 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. 13. COLORS/FINISHES/CATALOGS: Standard colors and finishes will be chosen at time of order. Finish samples/color chips are requested to be submitted with bid and must be submitted prior to recommendation for award. All samples/chips must be identified by bid item number. When requested by a school or department, vendor must provide color chips and fabric samples. When submitting a catalog, list on the Bid Proposal Form for each item bid the catalog page number. When requested by a school or department, vendor must provide a catalog. 14. DELIVERY: F.O.B. Destination/Inside Delivery various locations per individual purchase order, unpacked, setup and ready. Do not ship prior to receipt of purchase order. NON-STOCK ITEMS: Delivery time should be stated on the bid realistically. Delivery is desired within thirty (30) days and shall not exceed ninety days from receipt of purchase order. The Buyer must approve all exceptions. When reasonable, exceptions will be granted. NOTE TO VENDOR NON STOCK ITEMS - When items are delivered to schools/dept., DCPS personnel WILL NOT be responsible for assisting the truck driver in taking the items off the truck. Please make sure your delivery vendor is aware of this. Bid No. ITB-003-22/DS SC 3 STOCK ITEMS (#21, #23, #42): Delivery will be made within thirty (30) days from receipt of purchase order. The Inventory Coordinator at (904) 858-1471 must approve all exceptions. When reasonable, exceptions will be granted. However, if it will cause an out-of-stock situation, DCPS will have the option to cancel that purchase order and procure the furniture elsewhere. F.O.B. TAILGATE DELIVERY STOCK ITEMS - Items must be palletized or it will be the responsibility of the delivery driver to assist in the unloading process. Unloading process means the driver will assist DCPS personnel to put the material on a pallet or driver will bring material to the back of the truck for DCPS personnel to palletize and unload. Do not ship prior to receipt of purchase order. Telephone (904) 858-1499 twenty-four (24) hours in advance for delivery appointment. Deliver prior to 3:00 P.M. to Door #5, 4880 Bulls Bay Highway, Jacksonville, FL 32219. Failure to deliver in accordance with the above instructions may result in the bidder being disqualified from conducting business with DCPS. NOTE: VENDORS MAY NOT HOLD INDIVIDUAL PURCHASE ORDERS FOR NON-STOCK OR STOCK ITEMS TO COMBINE WITH ORDERS AT A LATER DATE. 15. ACCEPTABLE SUBSTITUTIONS: Where a particular brand/make/stock number is listed in Bid Proposal Forms, such reference has been made solely for the purpose of more clearly defining the general description of the product desired and the standard of minimum quality and construction acceptable. Products of other manufacturers of equal grade and quality and substantially similar in design, materials and workmanship may be submitted for consideration. The bidder must however, clearly identify in his/her proposal the articles or products offered. Bidder should enter brand and model of item offered. 16. DISCONTINUED ITEMS: If during the contract period an item is discontinued by the manufacturer and the manufacturer offers a replacement, bidder must contact the buyer prior to any shipment of replacement items for approval. 17. SPECIFICATIONS/DESCRIPTIVE LITERATURE: Complete technical specifications, together with illustrative materials providing brand name and model number of the item, are requested to accompany bid. This request is for all items bid, including the specified models. Non-compliance with this condition may cause the item not to be considered for award. Each bidder is requested to submit one copy of full descriptive data for each item where bidding an alternate to the brand specified. The literature furnished must be identified to show the item in the bid to which it pertains. 18. SAMPLES: Samples may be required AFTER bid opening. When requested, samples must be furnished within five (5) working days. Bidder will be notified via fax or e-mail. Samples must be furnished and retrieved at no expense to DCPS. Samples of items awarded may be retained for comparison with items furnished. Samples not destroyed in testing must be picked up within THIRTY (30) DAYS AFTER BID AWARD OR THEY BECOME THE PROPERY OF DCPS. 19. WARRANTY: The warranty for equipment, after delivery and acceptance by the school or department, shall by for five (5) years or manufacturers warranty, whichever is greater. The successful vendor will be responsible for repairing each unit during the warranty period, at no cost to DCPS. Vendor agrees to repair and return equipment within five (5) days from receipt of receipt of request or provide a temporary replacement. See warranty form Attachment A. 20. PERSONNEL CONDUCT: All individuals performing services under this contract shall adhere to DCPS rules and regulations regarding appropriate attire, prohibition of smoking, usage of proper language, prohibition of use and possession of controlled substances and alcoholic beverages, prohibition, of the possession of firearms, either on their person or in their personal vehicles and any other restrictions or prohibitions as may apply. Radios and other portable music playing equipment will not be allowed on any DCPS sites. Additionally, all individuals will adhere to and comply with the requirements as set forth. Contractor shall notify department or school office personnel and follow Bid No. ITB-003-22/DS SC 4 customary check-in procedures when they are physically on-site at any DCPS facility. All contractor personnel are required to wear clothing identifying contractor by either name or logo, and to have in possession and present upon request, by DCPS personnel, a form of picture identification (i.e. - drivers license, ID card) AND a DCPS Vendor Badge. Failure of Contractor's personnel to adhere to DCPS rules and regulations described herein will result in removal of the individual(s) from the job site. 21. SAFETY: The Bidder shall take all reasonable precautions for the safety and shall provide all reasonable protection to prevent damage, injury or loss to persons, students and employees of DCPS. The Bidder shall comply with all Occupational Safety and Health Administration (OSHA) regulations, as they are applicable. 22. CLEAN UP: The contractor at all times shall keep the premises free from accumulations of waste materials or rubbish caused by his operations. At the completion of the work, shall remove all waste materials and rubbish from and about the work site as well as tools, equipment, machinery and surplus materials. Use of school dumpsters is not permitted for disposal of contractor material. If the contractor fails to clean up at the completion of the work, DCPS may do so and the cost shall be charged to the contractor. Any costs caused by defective or ill-timed work shall be borne by the contractor. All damage to fences, structures, sod, or other property will be promptly repaired at the contractors expense. 23. INSURANCE: A. Description of the VENDOR/CONTRACTOR Required Insurance. Without limiting any of the other obligations or liabilities of the VENDOR/CONTRACTOR, the VENDOR/CONTRACTOR shall, at the VENDOR/CONTRACTORs sole expense, procure, maintain and keep in force the amounts and types of insurance conforming to the minimum requirements set forth herein. Except as may be otherwise expressly specified in this Exhibit, the insurance shall commence at or prior to the execution of this Agreement by DCPS and shall be maintained in force throughout the term of this Agreement. 1. Workers Compensation/Employers Liability. The Workers Compensation/Employers Liability insurance provided by the VENDOR/CONTRACTOR shall conform to the requirements set forth herein. (a) The VENDOR/CONTRACTORs insurance shall cover the VENDOR/CONTRACTOR (and to the extent its Subcontractors and Sub-subcontractors are not otherwise insured, its Subcontractors and Sub-subcontractors) for those sources of liability which would be covered by the latest edition of the standard Workers Compensation policy, as filed for use in the State of Florida by the National Council on Compensation Insurance (NCCI), without any restrictive endorsements other than the Florida Employers Liability Coverage Endorsement (NCCI Form WC 09 03), those which are required by the State of Florida, or any restrictive NCCI endorsements which, under an NCCI filing, must be attached to the policy (i.e., mandatory endorsements). In addition to coverage for the Florida Workers Compensation Act, where appropriate, coverage is to be included for the Federal Employers Liability Act and any other applicable federal or state law. (b) The policy must be endorsed to waive the insurers right to subrogate against DCPS, and its members, officials, officers and employees in the manner which would result from the attachment of the NCCI Waiver Of Our Right To Recover From Others Endorsement (Advisory Form WC 00 03 13) with DCPS, and its members, officials, officers and employees scheduled thereon. (c) Subject to the restrictions of coverage found in the standard Workers Compensation policy, there shall be no maximum limit on the amount of coverage for liability imposed by the Florida Workers Compensation Act or any other coverage customarily insured under Part One of the standard Workers Compensation policy. The minimum amount of coverage for those coverages customarily insured under Part Two of the standard Workers Compensation policy (inclusive of any amounts Bid No. ITB-003-22/DS SC 5 provided by an umbrella or excess policy) shall not be less than: $1,000,000 Each Accident $1,000,000 Disease - Each Employee $1,000,000 Disease - Policy Limit 2. Commercial General Liability. The Commercial General Liability insurance provided by the VENDOR/CONTRACTOR shall conform to the requirements hereinafter set forth: (a) The VENDOR/CONTRACTORs insurance shall cover those sources of liability which would be covered by the latest occurrence form edition of the standard Commercial General Liability Coverage Form (ISO Form CG 00 01) as filed for use in the State of Florida by the Insurance Services Office (ISO) without any restrictive endorsements other than those which are required by the State of Florida, or those which, under an ISO filing, must be attached to the policy (i.e., mandatory endorsements) and those described below which would apply to the Services contemplated under this Agreement. The coverage may not exclude restrictive endorsements which exclude coverage for liability arising out of: Sexual molestation, Sexual abuse or Sexual misconduct. The coverage may include restrictive endorsements which exclude coverage for liability arising out of: Mold, fungus, or bacteria Terrorism Silica, asbestos or lead (b) The minimum limits to be maintained by the VENDOR/CONTRACTOR (inclusive of any amounts provided by an umbrella or excess policy) shall not be less than: $1,000,000 General Aggregate $1,000,000 Products/Completed Operations Aggregate $1,000,000 Personal and Advertising Injury $1,000,000 Each Occurrence (c) The VENDOR/CONTRACTOR shall include DCPS and DCPSs members, officials, officers and employees as additional insureds on the Commercial General Liability coverage. The coverage afforded such additional insureds shall be no more restrictive than that which would be afforded by adding DCPS and DCPSs members, officials, officers and employees as additional insureds on the latest edition of the Additional Insured Owners, Lessees or Contractors - Scheduled Person or Organization endorsement (ISO Form CG 20 10) filed for use in the State of Florida by the Insurance Services Office. (d) Except with respect to coverage for property damage liability, or as otherwise specifically authorized in this Agreement, the general liability coverage shall apply on a first dollar basis without application of any deductible or self-insured retention. The coverage for property damage liability shall be subject to a maximum deductible of $1,500 per occurrence. The VENDOR/CONTRACTOR shall pay on behalf of DCPS or DCPSs member, official, officer or employee any such deductible or self-insured retention applicable to a claim against DCPS or DCPSs member, official, officer or employee for which the DCPS or DCPSs member, official, officer or employee is insured as an additional insured. 3. Business Auto Liability. The automobile liability insurance provided by the VENDOR/CONTRACTOR shall conform to the requirements hereinafter set forth: (a) The VENDOR/CONTRACTORs insurance shall cover the VENDOR/CONTRACTOR for those sources of liability which would be covered by Section II of the latest occurrence edition of the standard Business Auto Coverage Form (ISO Form CA 00 01) as filed for use in the State of Florida by ISO without any restrictive endorsements other than those which are required by the State of Florida, or those which, under an ISO filing, must be attached to the policy (i.e., mandatory endorsements). Coverage shall include all owned, non-owned and hired autos used in connection Bid No. ITB-003-22/DS SC 6 with this Agreement. (b) DCPS and DCPSs members, officials, officers and employees shall be included as additional insureds in a manner no more restrictive than that which would be afforded by designating DCPS and DCPSs members, officials, officers and employees as additional insureds on the latest edition of the ISO Designated Insured (ISO Form CA 20 48) endorsement. (c) The minimum limits to be maintained by the VENDOR/CONTRACTOR (inclusive of any amounts provided by an umbrella or excess policy) shall be: $1,000,000 Each Occurrence - Bodily Injury and Property Damage Combined B. Evidence of Insurance. Except as may be otherwise expressly specified in this Exhibit, the insurance shall commence at or prior to the execution of this Agreement by DCPS and shall be maintained in force throughout the term of this Agreement. The VENDOR/CONTRACTOR shall provide evidence of such insurance in the following manner: 1. As evidence of compliance with the required Workers Compensation/Employers Liability, Commercial General Liability, Business Auto Liability, and Professional Liability, the VENDOR/CONTRACTOR shall furnish DCPS with a fully completed satisfactory Certificate of Insurance such as a standard ACORD Certificate of Liability Insurance (ACORD Form 25) or other evidence satisfactory to DCPS, signed by an authorized representative of the insurer(s) providing the coverage. The Certificate of Insurance, or other evidence, shall verify that Workers Compensation/Employers Liability contains a waiver of subrogation in favor of DCPS, identify this Agreement, and provide that DCPS shall be given no less than thirty (30) days written notice prior to cancellation. 2. As evidence of the required Additional Insured status for DCPS on the Commercial General Liability insurance, the VENDOR/CONTRACTOR shall furnish DCPS with: (a) a fully completed satisfactory Certificate of Insurance, and a copy of the actual additional insured endorsement as issued on the policy, signed by an authorized representative of the insurer(s) verifying inclusion of DCPS and DCPSs members, officials, officers and employees as Additional Insureds in the Commercial General Liability coverage; or (b) the original of the policy(ies). 3. Until such time as the insurance is no longer required to be maintained by the VENDOR/CONTRACTOR as set forth in this Agreement, the VENDOR/CONTRACTOR shall provide DCPS with renewal or replacement evidence of the insurance in the manner heretofore described no less than thirty (30) days before the expiration or termination of the insurance for which previous evidence of insurance has been provided. 4. Notwithstanding the prior submission of a Certificate of Insurance, copy of endorsement, or other evidence initially acceptable to DCPS, if requested by DCPS, the VENDOR/CONTRACTOR shall, within thirty (30) days after receipt of a written request from DCPS, provide DCPS with a certified copy or certified copies of the policy or policies providing the coverage required by this Section. The VENDOR/CONTRACTOR may redact or omit, or cause to be redacted or omitted, those provisions of the policy or policies which are not relevant to the insurance required under this Agreement. C. Qualification of the VENDOR/CONTRACTORs Insurers 1. Insurers providing the insurance required by this Agreement for the VENDOR/CONTRACTORs must either be: (1) authorized by a subsisting certificate of authority Bid No. ITB-003-22/DS SC 7 issued by the State of Florida to transact insurance in the State of Florida, or (2) except with respect to coverage for the liability imposed by the Florida Workers Compensation Act, an eligible surplus lines insurer under Florida Statutes. 2. In addition, each such insurer shall have and maintain throughout the period for which coverage is required, a Bests Rating of A- or better and a Financial Size Category of VII or better according to A. M. Best Company. 3. If, during the period when an insurer is providing the insurance required by this Agreement, an insurer shall fail to comply with the foregoing minimum requirements, as soon as the VENDOR/CONTRACTOR has knowledge of any such failure, the VENDOR/CONTRACTOR shall immediately notify DCPS and immediately replace the insurance provided by the insurer with an insurer meeting these requirements. Until the VENDOR/CONTRACTOR has replaced the unacceptable insurer with an insurer acceptable to DCPS, the VENDOR/CONTRACTOR shall be in default of this Agreement. D. The VENDOR/CONTRACTORs Insurance Primary and Non-Contributory. The insurance provided by the VENDOR/CONTRACTOR pursuant to this Agreement shall apply on a primary basis to, and shall not require contribution from, any other insurance or self-insurance maintained by DCPS or DCPSs member, official, officer or employee. E. The VENDOR/CONTRACTORs Insurance As Additional Remedy. Compliance with the insurance requirements of this Agreement shall not limit the liability of the VENDOR/CONTRACTOR, or its Subcontractors or Sub-subcontractors, employees or agents to DCPS or others. Any remedy provided to DCPS or DCPSs members, officials, officers or employees by the insurance shall be in addition to and not in lieu of any other remedy available under this Agreement or otherwise. F. No Waiver by DCPS Approval/Disapproval. Neither approval by DCPS nor failure to disapprove the insurance furnished by the VENDOR/CONTRACTOR shall relieve the VENDOR/CONTRACTOR of the VENDOR/CONTRACTORs full responsibility to provide the insurance as required by this Agreement. NOTICE: Proof of the above required insurances must be provided by the VENDOR/CONTRACTOR prior to award by DCPS. Failure to provide the required proof of insurances may result in recommendation for award to an alternate VENDOR/CONTRACTOR. 24. FAMILIARITY WITH LAWS: The Bidder is required to be familiar with all Federal, State and local laws, ordinances, rules and regulations that in any manner affect the work. Ignorance on the part of the bidder will in no way relieve him/her from responsibility for compliance with their requirements. 25. JESSICA LUNSFORD ACT (when applicable): At their own expense, firms shall comply and be responsible for the costs associated with the Jessica Lunsford Act, which became effective on September 1, 2005. The Act states that contractual personnel who are permitted access to school grounds when students are present or who have direct contact with students must meet Level 2 requirements as described in Section 1012.32, F.S. Contractual personnel shall include any vendor, individual or entity under contract with the District. (Additional information is available at http://www.fldoe.org/teaching/professional-practices/background-screening-requirements.stml) By submittal of a bid or proposal, each firm acknowledges and accepts this responsibility including all associated costs. 26. EMPLOYMENT ELIGIBILITY: Pursuant to the provisions of section 448.095, Florida Statutes, the parties agree to the following. For purpose of this section, the term contract includes this Agreement and any contract between the Contractor and any of Contractors subcontractor(s): (a) Beginning January 1, 2021, the District, the Contractor, and any of Contractors subcontractor(s) shall register with and use the E-Verify system to verify the work authorization status http://www.fldoe.org/teaching/professional-practices/background-screening-requirements.stml Bid No. ITB-003-22/DS SC 8 of all newly hired employees. The District, the Contractor, and any of Contractors subcontractor(s) may not enter into a contract unless each party to the contract registers with and uses the E-Verify system. (b) 1. If the Contractor enters into a contract with a subcontractor, the subcontractor must provide the Contractor with an affidavit stating that the subcontractor does not employ, contract with, or subcontract with an unauthorized alien. 2. The Contractor shall maintain a copy of such affidavit for the duration of the contract. (c) 1. The District, the Contractor, or any of the Contractors subcontractors who has a good faith belief that a person or entity with which it is contracting has knowingly violated s. 448.09(1), Florida Statutes, shall terminate the contract with the person or entity. 2. If the District has a good faith belief that a subcontractor knowingly violated this subsection, but the Contractor otherwise complied with this subsection, then the District shall promptly notify the Contractor and order the Contractor to immediately terminate the contract with the subcontractor. 3. A contract terminated under subparagraph 1. or subparagraph 2. is not a breach of contract and may not be considered as such. (d) The District, Contractor, or any of Contractors subcontractor(s) may file an action with a circuit or county court to challenge a termination under paragraph (c) no later than 20 calendar days after the date on which the contract was terminated. (e) If the District terminates the Agreement with Contractor under paragraph (c), the Contractor may not be awarded a public contract for at least 1 year after the date on which the Agreement was terminated. (f) The Contractor is liable for any additional costs incurred by the District as a result of the termination of a contract. 27. FEDERAL FUNDS: The bidder certifies by submission of their bid, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. When requested, the bidder/contractor will execute and deliver to the District the appropriate federal debarment certification form within three (3) business days. 28. ASSIGNMENT OF CONTRACT AND/OR PAYMENT: This contract or agreement is personal to the parties herein and may not be assigned, in whole or in part, by the contractor without prior written consent of DCPS. The contractor shall not assign payments under this contract or agreement without the prior written consent of DCPS. 29. METHOD OF PAYMENT: Payments to vendors may be made via credit card, check or ACH. If credit card or ACH payment is acceptable, initial the designated space(s) on the Bidder Acknowledgement under Form of Payment accepted. By doing so you are authorizing this form of payment on all future invoices whether or not they are related to this solicitation. 30. PAYMENT TERMS: Payments will be made in accordance with Florida Statutes 218.174, also known as the Local Government Prompt Payment Act. 31. AVAILABILITY OF FUNDS: The obligations of Duval County Public Schools under this award are subject to the availability of funds lawfully appropriated annually for its purposes by the Legislature of the State of Florida. 32. MOST FAVORED CUSTOMER STATUS: The awarded vendor shall afford Duval County Public Bid No. ITB-003-22/DS SC 9 Schools most favored customer status for all items herein. Accordingly, if during the term of this contract, the contractor offers more favorable promotional or contract pricing to another entity for the same specification with similar quantities and conditions, the price under this contract shall be immediately reduced to the lower price. Additionally, if a current State of Florida contract contains more favorable pricing for the same specification with similar quantities and conditions, the contractor will be afforded an opportunity to adjust its contract price to match that of the State of Florida contract. Should the contractor decline, DCPS reserves the right to purchase the item(s) from the State of Florida contract. 33. AUDIT / RECORDS RETENTION: DCPS shall have the right to audit all books and records (in whatever form they may be kept, whether written, electronic or other) relating or pertaining to this Contract (including any and all documents and other materials, in whatever form they may be kept, which support or underlie those books and records), kept by or under the control of Contractor, including, but not limited to those kept by Contractor, its employees, agents, assigns, successors and subcontractors. Contractor shall maintain such books and records, together with such supporting or underlying documents and materials, for the duration of this Contract and for at least three years following the completion of this Contract, including any and all renewals thereof. The books and records, together with the supporting or underlying documents and materials shall be made available, upon request, to DCPS, through its employees, agents, representatives, contractors or other designees, during normal business hours at Contractors office or place of business in Jacksonville, Florida. In the event that no such location is available, then the books and records, together with the supporting or underlying documents and records, shall be made available for audit at a time and location in Jacksonville, Florida, which is convenient for DCPS. This paragraph shall not be construed to limit, revoke, or abridge any other rights, powers, or obligations relating to audit which DCPS may have by state, city, or federal statute, ordinance, regulation, or agreement, whether those rights, powers, or obligations are express or implied. 34. DISQUALIFICATION OF BIDDER: More than one bid/proposal from an individual, firm, partnership, corporation or association under the same or different names will not be considered. Reasonable grounds for believing that a bidder is involved in more than one bid/proposal for the same work will be cause for rejection of all bids/proposals in which such bidders are believed to be involved. Any or all bids/proposals will be rejected if there is reason to believe that collusion exists between bidders. Bids/proposals in which the prices obviously are unbalanced will be subject to rejection. 35. PUBLIC ENTITY CRIMES AFFIDAVIT: A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 36. UNILATERAL CANCELLATION OF CONTRACTS: Any agreement resulting from this Invitation to Bid may be unilaterally canceled by Duval County Public Schools for refusal of contractor to allow public access to all documents, papers, letters or other material subject to the provisions of Chapter 119, Florida Statutes and made or received in conjunction with the agreement. 37. CANCELLATION: The Director of Purchasing, by written notice, may cancel, in whole or in part, any Contract/Purchase Order(s) resulting from this Invitation when such action is in the best interest of Duval County Public Schools. If Contract/Purchase Order(s) is so canceled, Duval County Public Schools shall be liable only for payment for services rendered prior to the effective date of cancellation. Services rendered will be interpreted to include costs of items already delivered plus reasonable costs of supply actions short of delivery. Bid No. ITB-003-22/DS SC 10 38. FORCE MAJEURE: Whenever a vendors place of business, mode of delivery or source of supply has been disrupted by acts of government, God, civic commotion, or war, it shall be the responsibility of the vendor to promptly advise the Director of Purchasing Services, in writing, as to the extent of this disruption and its probable effect upon this contract. If, in the opinion of DCPS, the disruption presented is commensurate with the conditions established herein, DCPS may elect to modify delivery/service timelines, renegotiate the contract in whole or in part, or cancel any open orders in accordance with Special Condition 37. The vendor will be given written notification of all decisions made. While the decision of DCPS shall be final, the goal will be a solution that is mutually beneficial. 39. PURCHASES BY OTHER PUBLIC ENTITIES: Purchases by other political subdivisions or public entities under any contract resulting from this solicitation are permissible upon the consent and agreement of the awarded vendor(s). 40. TRANSITION ASSISTANCE: In the event the resulting agreement is terminated, not renewed or naturally expires, the Contracted Firm agrees that the District may provide written notice to the Contracted Firm retaining the Contracted Firm for a month-to-month basis on the same terms and conditions set forth in the agreement. Such month-to-month services shall continue until the District has established a replacement. In any event, these services will not be required to continue for a period of time exceeding six (6) months. 41. PUBLIC RECORD: Pursuant to Section 119.071(1)(b)2., Florida Statutes, bids received as a result of this ITB will not become public record until thirty (30) days after the date of opening or until posting of a recommendation for award, whichever occurs first. Thereafter, all documents or other materials submitted by all Respondents in response to this offering shall be open for inspection by any person and in accordance with Chapter 119, Florida Statutes, unless otherwise exempt under Florida law. It shall be the sole responsibility of the awarded Contractor to comply with all requirements of Chapter 119 regarding public records (whether documents, notes, letters, emails, or other records) received or generated in relationship to the Agreement awarded by the District. The Agreement shall be subject to Floridas Public Records Laws, Chapter 119, Florida Statutes. Contractor understands the broad nature of these laws and agrees to comply with Floridas public records laws and laws relating to records retention. In compliance with section 119.0701, Florida Statutes, Contractor agrees to: A. Keep and maintain public records required by the District in order to perform the service. B. Upon request from the Districts custodian of public records, provide the District with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in the Chapter 119, Florida Statues or as otherwise provided by law. C. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the Agreement term and following completion of the Agreement if the Contractor does not transfer the records to the District. D. Upon completion of the Agreement, transfer, at no cost, to the District all public records in possession of Contractor or keep and maintain public records required by the District to perform the service. If Contractor transfers all public records to the District upon completion of the Agreement, Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If Contractor keeps and maintains public records upon completion of the Agreement, Contractor shall meet all Bid No. ITB-003-22/DS SC 11 applicable requirements for retaining public records. All records stored electronically must be provided to the District, upon request of the Districts custodian of public records, in a format that is compatible with the information technology systems of the District. IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTORS DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THE AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS (THE DISTRICTS CONTRACT ADMINISTRATOR). THE DISTRICTS CONTACT IS: Lionel James 4880 Bulls Bay Hwy Jacksonville, Fl 32219 (904) 858-1473 jamesl1@duvalschools.org To the extent a proposer asserts any portion of its proposal is exempt or confidential from disclosure under Florida's public records, the burden shall be on the proposer to obtain a protective order from a jurisdictional court protecting such information from disclosure under Florida's public records laws and also timely provide a certified copy of such protective order to the District prior to the District's release of such information into the public domain. It is not contemplated that any portion of a Proposal will be exempt or confidential from disclosure pursuant to Chapter 119, Florida Statutes. 42. OPENING OF QUOTES: The Florida Public Records Act 119.071 (1) (b), Florida Statues., exempts sealed quotes from inspection and copying until such time as the District provides notice of an intended decision pursuant to 120.57(3)(a), Fla. Stat., or until 30 days after opening of quotes, whichever is earlier. This exemption is not waived by the public opening of quotes. mailto:jamesl1@duvalschools.org Bid No. ITB-003-22/DS SP 1 SPECIFICATIONS FOR FURNITURE, METAL OFFICE ITEM #1 Desk, double pedestal with laminated plastic top, 72 W x 36D x 29 H. Plastic top to match desk color but must also offer wood grain similar to walnut as available top color. All painted finish to be low gloss. Wire grommets in desk and credenza tops, height modesty panels, color of pulls and grommets match paint selection, painted legs. Central locking center drawer with one key interchangeable lock cores, 2 drawers each side. High sided file drawers accept hanging files without hang rails. Spring loaded follower blocks, full extension triple tied cradles on all drawers for full access, extension box drawers with one divider standard. Reinforced, double O frame inner structure keeps desk solid and sturdy. All interior drawer bodies are pre-painted steel. Legs to be attached to underside of desk. Desk to be available in choice of decorator colors including black, light gray and putty. HON 88976 or acceptable substitution. ITEM #2 Desk, "L"-Type, Secretarial w/48" Return, Contemporary design. Desk: 72 w x 36 d x 29 h. w/ one pedestal (left or right) with a box/file. Waterfall edge on work surfaces. Full height end panels. height modesty panels. Recessed, color coordinated pulls. Heavy-duty double-o frame design. Strong, steel composite construction on rectangular tops. Shipped fully assembled. Wire management grommets. Full-extension file drawers with triple-tied cradle suspensions. -extension box drawers. Mitered drawer fronts. High file drawer sides accept hanging files. Spring-loaded follower in file drawers. Interchangeable lock cores. Conference overhangs on selected desks. Reinforced, double-walled end panels. Leveling glides. Laminated top.HON #38293R or 38294L (will be determined at time of purchase) or acceptable substitution. RETURN: Approx. 48 w x 24 d x 29 h. End pedestal to be left or right as required to fit desk. Specifications of desk to apply with 1 box/1file drawer. HON #38215R or 38294L (will be determined at time of purchase) or acceptable substitution. ITEM #3 Desk-Single Pedestal w/center drawer chrome leg & pull-R, box/file. 48 W x 30 D x 29 H, h modesty panels, rounded edge desk top w/soft feeling vinyl edge, wire management grommets in desk tops and pedestals,13 d central locking center drawer standard with one key interchangeable lock cores, high sided file drawers accept hanging files without hang rails. Spring loaded follower blocks are adjustable on 5/8 centers, extension box drawers with one divider provide 20 deep filing capacity, reinforced double O frame inner structure, full extension triple tied cradles on all file drawers, vinyl edge and painted leg matches specified chassis color, all interior drawer bodies are gray pre-painted steel. HON Mentor Series Steel Desks #88251R or acceptable substitution ITEM #4 Chair, executive swivel type w/arms, Pneumatic seat height adjustment, swivel, tilt, tilt tension and tilt lock. Closed loop arms, fully upholstered outer back. Deeply contoured back cushion. Contoured for lumbar support. Five-star base with dual-wheel, hooded casters. Comfort controls: Mid back with Grade 3 fabric. Leather upholstery is not allowed. HON# 2072 or acceptable substitution. ITEM #5 Upcharge for Grade 4 fabric for Item #4. Bid No. ITB-003-22/DS SP 2 ITEM #6 Chair, Secretarial Posture Type, Large seat and back cushions for support while seated. Easy-to- adjust back height adjustment. Pneumatic seat height adjustment. Molded polymer outer back shell to be color coordinated with base. All non-upholstered parts are to be color matched. Five-star base for stability with dual-wheel, hooded casters. Easy-to-adjust back height adjustment. Molded back to have pronounced lumbar support. Quick-release back height control to be easily adjusted. High quality foam padding. Waterfall edge on seat front. Comfort controls: Pneumatic, back height, swivel, Mid-Range Knee Tilt, Tilt Tension, Tilt lock. Grade 3 fabric. Leather upholstery is not allowed. HON 7702 or acceptable substitution. ITEM #7 Upcharge for Grade 4 fabric for Item #6. ITEM #8 Chair, Secretarial Posture type, same as item #6 except with adjustable arms. Injection molded armrest to be color matched to base. Arms adjustable from 5 to 8. HON 7702 w/7795 arm kit or acceptable substitution. ITEM #9 Upcharge for Grade 4 fabric for Item #8. ITEM #10 Chair, guest/side chair without arms. Fully upholstered back and seat. Monochromatic plastic glides. Frame: Monochromatic 1 x oval, 16-gauge steel tubing. Seat: thick, 5 ply curved plywood, 3 thick urethane foam cushion. Back: thick, 5 ply curved plywood, 3 thick urethane foam cushion. Shipped completely assembled. Leather upholstery is not allowed. Grade 3 fabric. To include wide choice of fabrics. HON #4004 or acceptable substitute ITEM #11 Chair, guest/side chair without arms. All vinyl upholstery. Leather upholstery is not allowed. Monochromatic plastic glides. Frame: Monochromatic 1 x oval, 16-gauge steel tubing. Seat: thick, 5 ply curved plywood, 3 thick urethane foam cushion. Back: thick, 5 ply curved plywood, 3 thick urethane foam cushion. Shipped completely assembled. Grade 4 vinyl. To include wide choice of vinyl. HON #4004-IV or acceptable substitution ITEM #12 Chair, guest/side chair with arms. Fully upholstered back and seat. Monochromatic plastic glides. Frame: Monochromatic 1 x oval, 16-gauge steel tubing. Seat: thick, 5 ply curved plywood, 3 thick urethane foam cushion. Back: thick, 5 ply curved plywood, 3 thick urethane foam cushion. Shipped completely assembled. Leather upholstery is not allowed. Grade 3 fabric. To include wide choice of fabrics. HON #4003 or acceptable substitution ITEM #13 Chair, guest/side chair with arms. All vinyl upholstery. Leather upholstery is not allowed. Monochromatic plastic glides. Frame: Monochromatic 1 x oval, 16-gauge steel tubing. Bid No. ITB-003-22/DS SP 3 Seat: thick, 5 ply curved plywood, 3 thick urethane foam cushion. Back: thick, 5 ply curved plywood, 3 thick urethane foam cushion. Shipped completely assembled. Grade 4 vinyl. To include wide choice of vinyl. HON #4003-IV or acceptable substitution. ITEM #14 Upcharge for Grade 4 fabric for Item #10. ITEM #15 Upcharge for Grade 4 fabric for Item #12. ITEMS #16 - #23 File Cabinets, Vertical, Steel, three cross tied cradle suspension, ten nylon or equal rollers per drawer, 2, 3, 4 and 5 drawer, letter & legal size, minimum file drawer depth 28" with lock, decorator colors including black, light grey and putty. To be keyed alike unless otherwise specified on purchase order. 16. Legal size 8-1/2" x 14", 5 drawer, HON 215CP or acceptable substitution 17. Legal size 8-1/2" x 14", 4 drawer, HON 214CP or acceptable substitution 18. Legal size 8-1/2" x 14". 2 drawer, HON212CP or acceptable substitution 19. Letter size 8-1/2" x 11", 5 drawer, HON 215P or acceptable substitution 20. Letter size 8-1/2" x 11", 4 drawer, HON 214P or acceptable substitution 21. Letter size 8-1/2" x 11", 4 drawer, HON 214P or acceptable substitution Tailgate Delivery 22. Letter size 8-1/2" x 11", 2 drawer, HON 212P or acceptable substitution 23. Letter size 8-1/2 x 11, 2 drawer, HON-212P or acceptable substitution Tailgate Delivery ITEM #24 Keyed alike lock core. Provides an additional option for Items #16 - #23. ITEMS #25 - #36 Lateral files, steel, approx. 19"D, 2, 3, 4 and 5 drawers, drawers ride on steel ball bearing nylon-tired roller suspension and fully extend, mechanical interlock to allow only one drawer to open at a time, all units accommodate letter and legal size, with lock, decorator colors, including Black, Light Grey and Putty. To be keyed alike unless otherwise specified on purchase order. HON 600 Series or acceptable substitution. Two drawer with lock, approx. 28-1/4"H 25. 30"W HON 672L or acceptable substitution Bid No. ITB-003-22/DS SP 4 26. 36"W HON 682L or acceptable substitution 27. 42 W HON 692L or acceptable substitution Three drawer with lock, approx. 40-11/16"H 28. 30"W HON 673L or acceptable substitution 29. 36 W HON 683L or acceptable substitution 30. 42"W HON 693L or acceptable substitution Four drawer with lock, approx. 53-1/8"H 31. 30"W HON 674L or acceptable substitution 32. 36"W HON 684L or acceptable substitution 33. 42"W HON 694L or acceptable substitution Five drawer with lock, approx. 66-13/16"H 34. 30"W HON 675L or acceptable substitution 35. 36"W HON 685L or acceptable substitution 36. 42"W HON 695L or acceptable substitution 37. Drawer dividers, 10/pack (Compress Regular File Folders within a drawer (adjustable) 38. Hanging File Racks, front-to-back, 4/pack. (Convert drawers or shelves to front-to-back filing). ITEM #39 & #40 File Cabinet, thirty drawer storage, 30 drawers, each drawer has metal pull and label holder. Cabinet is 36"H x 30"W. Standard decorator colors including Black, Light Grey and Putty. 39. Letter size - drawers 3-1/8"H x 9-1/4"W x 11-1/2"D inside. Tennsco TNN2085 or acceptable substitution 40. Legal size - drawers 3-1/2"H x 9-1/4"W x 16"D inside. Tennsco TNN3085 or acceptable substitution ITEM #41 Bookcase, Steel, approximately 41"H x 34-1/2"W x 12-5/8"D, without doors, 3 shelves; 2 adjustable at 1/2" intervals. 24-gauge steel back, 22-gauge steel sides, top and shelves. No sharp edges. Edges turned under. HON #S42ABC or acceptable substitution. ITEM #42 Bookcase, Steel. Same as Item #41 except Tailgate Delivery Bid No. ITB-003-22/DS SP 5 ITEM #43 Extra Shelf for Items #41 & #42. ITEM #44 Bookcase, Steel, 59"H x 34-1/2"W x 12-5/8"D (approx.), 4 adjustable, without doors, decorator colors including Black, Light Grey and Putty, 24-gauge steel back, 22-gauge steel sides, top and shelves. No sharp edges. Edges turned under. HON #S60ABC or acceptable substitution. ITEM #45 Extra Shelf for Item #44. ITEM #46 Cabinet-Storage-Steel, 36"W x 18"D x 78"H. Four adjustable shelves, five openings. Double door w/two handles, one with lock which locks both doors in closed position. 24-gauge steel back, 22- gauge sides, top, shelves and doors. Decorator colors including Black, Light Grey and Putty. No sharp edges. Shelf edges to be turned under. Atlantic Metal Industries #S7836 or acceptable substitution. Name of Bidder: ___________________________ ITB-003-22/DS Page 1 of 10 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. ALL ITEMS SHALL BE BID IN ACCORDANCE WITH ATTACHED SPECIFICATIONS Item Est. Qty. Unit (DCPS #) Description Item Bid (Manufacturer & Model # or name) Catalog Page No. Unit Price Extended Total 1. 10 EACH Desk-double pedestal type, Executive, 72 W X 36 D X 29 11/2H $___________ PER EACH $_____

1701 Prudential Drive Jacksonville, FL 32207Location

Address: 1701 Prudential Drive Jacksonville, FL 32207

Country : United StatesState : Florida

You may also like

School and Office Furniture

Due: 07 May, 2024 (in 17 days)Agency: Carroll County Public Schools

Office Furniture

Due: 26 Apr, 2024 (in 6 days)Agency: State of Texas

FURNITURE: REFURBISHED SYSTEM FURNITURE

Due: 31 May, 2024 (in 1 month)Agency: Minnesota Department of Administration

Please Sign In to see more like these.

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