Re-bid District-wide Asphalt Paving, Sealcoating and Striping (Section 1)

expired opportunity(Expired)
From: Duval County Public Schools(School)
ITB-034-17/JR

Basic Details

started - 16 Dec, 2022 (16 months ago)

Start Date

16 Dec, 2022 (16 months ago)
due - 31 Dec, 2022 (15 months ago)

Due Date

31 Dec, 2022 (15 months ago)
Bid Notification

Type

Bid Notification
ITB-034-17/JR

Identifier

ITB-034-17/JR
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 CLA SSROOM. EVERY STUDENT. EVERY DAY. Duval County Public Schools www.duvalschools.org Purchasing Services PH: (904) 858-4848 1701 Prudential Drive FAX: (904)858-4868 Jacksonville, FL 32207 March 3, 2021 Jax Utilities Management, Inc. 8812 Alton Avenue Jacksonville, FL 32211 RE: ITB-034-17/JR Dear Sir/Madam: On Friday, February 26, 2021, the Superintendents designee of Duval County Public Schools renewed the contract for ITB- 034-17/JR Re-bid District-wide Asphalt Paving, & Striping (Section 1) with your company. This is your official notification of renewal. This is the last renewal option for the period of July 1, 2021 through June 30, 2022. Please forward a copy of your insurance certificate as required per special condition #28 to the buyer, James Robinson. (Email and fax are both acceptable.) Purchase orders will be issued for these
services as required for the contract period indicated above. If you have any questions about this contract, please contact James Robinson at (904) 858-4837. Thank you for your interest in Duval County Public Schools. Terrence Wright, Director DCPS Purchasing Services cc James Robinson Master Bid File eile re http://www.duvalschools.org/ Dr. Diana L. Greene, Superintendent of Schools EVERY SCHOOL. EVERY CLASSROOM. EVERY STUDE NT. EVERY DAY. Duval County Public Schools www.duvalschools.org Purchasing Services PH: (904) 858-4848 1701 Prudential Drive FAX: (904)858-4868 Jacksonville, FL 32207 July 6, 2020 Jax Utilities Management, Inc. 8812 Alton Avenue Jacksonville, FL 32211 RE: ITB-034-17/JR Dear Sir/Madam: On Saturday, June 20, 2020, the Superintendents designee of Duval County Public Schools renewed the contract for ITB- 034-17/JR Re-bid District-wide Asphalt Paving, & Striping (Section 1) with your company. This is your official notification of renewal. This is the third renewal option for the period of July 1, 2020 through June 30, 2021. Please forward a copy of your insurance certificate as required per special condition #28 to the buyer, James Robinson. (Email and fax are both acceptable.) Purchase orders will be issued for these services as required for the contract period indicated above. If you have any questions about this contract, please contact James Robinson at (904) 858-4837. Thank you for your interest in Duval County Public Schools. Terrence Wright, Director DCPS Purchasing Services cc James Robinson Master Bid File eile re http://www.duvalschools.org/ Dr. Diana L. Greene, Superintendent of Schools EVERY SCHOOL. EVERY CLASSROOM. EVERY S TUDENT. EVERY DAY. Duval County Public Schools www.duvalschools.org Purchasing Services PH: (904) 858-4848 1701 Prudential Drive FAX: (904)858-4868 Jacksonville, FL 32207 April 4, 2019 Jax Utilities Management, Inc. 8812 Alton Avenue Jacksonville, FL 32211 RE: ITB-034-17/JR Dear Sir/Madam: On Monday, April 1, 2019, the Superintendents designee of Duval County Public Schools renewed the contract for ITB- 034-17/JR Re-bid District-wide Asphalt Paving, & Striping (Section 1) with your company. This is your official notification of renewal. This is the second renewal option for the period of July 1, 2019 through June 30, 2020. Please forward a copy of your insurance certificate as required per special condition #28 to the buyer, James Robinson. (Email and fax are both acceptable.) Purchase orders will be issued for these services as required for the contract period indicated above. If you have any questions about this contract, please contact James Robinson at (904) 858-4837. Thank you for your interest in Duval County Public Schools. Terrence Wright, Director DCPS Purchasing Services cc James Robinson Master Bid File eile re http://www.duvalschools.org/ Dr. Patricia Willis, 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 FAX: (904)858-4868 Jacksonville, FL 32207 June 5, 2018 Jax Utilities Management, Inc. 8812 Alton Avenue Jacksonville, FL 32211 RE: ITB-034-17/JR Dear Sir/Madam: On Monday, June 4, 2018, the Superintendents designee of Duval County Public Schools renewed the contract for ITB- 034-17/JR Re-bid District-wide Asphalt Paving, & Striping (Section 1) with your company. This is your official notification of renewal. This is the first renewal option for the period of July 1, 2018 through June 30, 2019. Please forward a copy of your insurance certificate as required per special condition #28 to the buyer, James Robinson. (Email and fax are both acceptable.) Purchase orders will be issued for these services as required for the contract period indicated above. If you have any questions about this contract, please contact James Robinson at (904) 858-4837. Thank you for your interest in Duval County Public Schools. Terrence Wright, Director DCPS Purchasing Services cc James Robinson Master Bid File eile re http://www.duvalschools.org/ Dr. Patricia Willis, Superintendent of Schools EVERY SCHOOL. EVERY CLASSROOM. EVERY STUDENT. EVERY DAY. Duval County Public Schools www.duvalschools.org Purchasing Services PH: (904) 858-4848 4880 Bulls Bay Highway FAX: (904)858-4868 Jacksonville, FL 32219 July 25, 2017 Jax Utilities Management, Inc. Duval Asphalt Products, Inc. RE: ITB-034-17/JR Dear Sir/Madam: On Monday, July 10, 2017, the School Board of Duval County Public Schools approved the award of bid ITB-034-17/JR Re-bid District-wide Asphalt Paving, & Striping (Section 1). This is your official notification of bid award. This award is for the period of date of award through June 30, 2018. Please forward a copy of your insurance certificate as required per special condition #28 to the buyer, James Robinson. (Email and fax are both acceptable.) Purchase orders will be issued for these items as needed during the bid period. If you have any questions regarding this bid, please contact James Robinson (904) 858-4837. Thank you for your interest in Duval County Public Schools. Terrence Wright, Director DCPS Purchasing Services Cc: James Robinson Master Bid folder eile re http://www.duvalschools.org/ Bid No. ITB-034-17/JR THE SCHOOL BOARD OF DUVAL COUNTY, FLORIDA OFFICE OF FACILITIES DESIGN AND CONSTRUCTION AGREEMENT BETWEEN OWNER AND CONTRACTOR PROJECT NO: DCSB PROJECT NO. M-88380 / ITB-034-17/JR PROJECT NAME: DISTRICTWIDE ASPHALT PAVING AND STRIPING GENERAL CONTRACTOR: JAX UTILITIES MANAGEMENT, INC. 5465 VERNA BLVD. JACKSONVILLE, FLORIDA 32205 OWNER: THE SCHOOL BOARD OF DUVAL COUNTY, FLORIDA OFFICE OF DESIGN & CONSTRUCTION 1701 PRUDENTIAL DRIVE, 5* FLOOR JACKSONVILLE, FLORIDA 32207 Bid No. ITB-034-17/JR to student under this Agreement if any such person does not meet the standards under Florida law and the OCSB hiring standards concerning criminal background employee history checks. Failure to comply with this provision shall be cause for immediate termination of this agreement. 19. This Agreement may be signed via facsimile and counterpart signatures, the facsimiles and counterparts of which, when taken together, shall be deemed to constitute an entire and original Agreement. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the day and year first above written. WITNESSES: / Jax Utilities Management, Inc. Charles D. Freshwater, Vice President ATTEST: The School Board of Duval County, Florida By: 4 ~ Dr. Patticia S. Willis, Superintendent of ScHools and Ex-Officio Secretary to the Board Form peeves: By: ffice of Legal Services Approved by the Board: July 10, 2017 Bid No. ITB-034-17/JR ATTACHMENT A PROJECT PROPOSAL _ Bid NO. ITB-034-17/JR Asphalt Paving & Striping CONTRACTOR: DATE: ADDRESS: PROPOSAL # CITY/STATE/ZIP: CONTACT: PROPOSAL VALID FOR ( ) IPHONE/FAX: DAYS PROPOSAL SUBMITTED TO: ISCHOOL NAME & ISCOPE OF WORK: [TOTAL AMOUNT (From Attachment B attached) (Contractor hereby proposes to furnish labor and materials - complete in accordance with Bid ITB-034-17/JR land the above specifications for the following amount as indicated: DOLLARS FIRM FIXED-PRICE $ AMOUNT: [TIME FOR COMPLETION: This work shall commence on. and be completed by All work to be completed in workmanlike manner according to standard practices. DCPS Project Manager shall approve any alteration or deviation from above specifications involving extra charge prior to commencement of work. AUTHORIZED DATE: ISIGNATURE: ACCEPTANCE OF PROPOSAL BY DUVAL COUNTY PUBLIC SCHOOLS The above prices, specifications and conditions are hereby accepted. You are authorized to do the \Work as specified. AUTHORIZED SIGNATURE: DATE: INAME/ TITLE: ATTACHMENT B Name of Contractor: Jax Utilities Management, Inc. Asphalt Paving & Striping ITB-034-17/JR LINE ITEM PRICING LIST PROJECT # AND NAME: PROJECT LOCATION: ISCOPE OF WORK: CONTRACT DESCRIPTION Qty Unit Price Total LINE ITEM Contractor hereby proposes to provide materials, in accordance with the above specifications, for the following amount as indicated: TOTAL: . Time for Completion: days All material is guaranteed to be as specified. Contractor warrants to DCPS that materials furnished will be new and of good quality unless otherwise required or permitted by DCPS Project Manager. Any alteration or deviation from above specifications involving extra costs shall be approved by DCPS Project Manager prior to delivery of materials. 10 ATTACHMENT C Invoice Format Company Name, Address, Phone Number DCPS CONTRACT NUMBER: ITB-034-17/JR DISTRICT WIDE ASPHALT PAVING AND STRIPING AT VARIOUS SCHOOLS Invoice Number: School Invoice Date: Name: Purchase order #: Line Item # Item Description Item Unit Unit Price Extension Quantity TOTAL AMOUNT OF INVOICE INVOICE STATEMENT: This invoice is a true and accurate statement. Jax Utilities Management, Inc. has not previously received funds for this invoice. Signed By: Name: Title: 11 Dr. Patricia Willis, Superintendent of Schools EVERY SCHOOL. EVERY CLASSROOM. EVERY STUDENT. EVERY DAY. Duval County Public Schools www.duvalschools.org Purchasing Services PH: (904) 858-4848 4880 Bulls Bay Highway FAX: (904)858-4868 Jacksonville, FL 32219 July 25, 2017 Jax Utilities Management, Inc. Duval Asphalt Products, Inc. RE: ITB-034-17/JR Dear Sir/Madam: On Monday, July 10, 2017, the School Board of Duval County Public Schools approved the award of bid ITB-034-17/JR Re-bid District-wide Asphalt Paving, & Striping (Section 1). This is your official notification of bid award. This award is for the period of date of award through June 30, 2018. Please forward a copy of your insurance certificate as required per special condition #28 to the buyer, James Robinson. (Email and fax are both acceptable.) Purchase orders will be issued for these items as needed during the bid period. If you have any questions regarding this bid, please contact James Robinson (904) 858-4837. Thank you for your interest in Duval County Public Schools. Terrence Wright, Director DCPS Purchasing Services Cc: James Robinson Master Bid folder eile re http://www.duvalschools.org/ ITB-034-2017/JR RE-BID DISTRICT-WIDE ASPHALT PAVING, STRIPING (SECTION 1) MAY 25, 2017 Item Description Qty Unit Price Extension Price Extension Price Extension Price Extension Price Extension SECTION 1 ASPHALT MILLING, PAVING 1 ASPHALTIC CONCRETE OVERLAY, TYPE FC 9.5. 20% RAP 1-1/4" THICK (RESURFACING OVER EXISTING) 6,000 SY $8.00 $48,000.00 $10.35 $62,100.00 * * $13.64 $81,840.00 $25.17 $151,020.00 2 ASPHALTIC CONCRETE OVERLAY, TYPE FC 9.5. 20% RAP 1-1/2" THICK (RESURFACING AFTER MILLING) 8,000 SY $8.50 $68,000.00 $10.95 $87,600.00 * * $10.90 $87,200.00 $26.48 $211,840.00 3 ASPHALTIC CONCRETE NEW, TYPE FC 9.5. 20% RAP 1- 1/2" THICK (PARKING LOT CONSTRUCTION) 5,000 SY $6.50 $32,500.00 $10.95 $54,750.00 * * $11.15 $55,750.00 $26.77 $133,850.00 4 ASPHALTIC CONCRETE NEW, TYPE FC 12.5. 20% RAP 2 IN. THICK (DRIVEWAY CONSTRUCTION) 3,000 SY $6.75 $20,250.00 $14.19 $42,570.00 * * $15.93 $47,790.00 $47.32 $141,960.00 5 ASPHALTIC CONCRETE TYPE FC 9.5 VIRGIN MIX 1-1/2". THICK (RUNNING TRACK CONSTRUCTION) 3,000 SY $12.00 $36,000.00 $12.65 $37,950.00 * * $16.72 $50,160.00 $46.50 $139,500.00 6 MILLINGY EXISTING ASPHALT PAVEMENT & DISPOSAL (OVER 1-1/2" IN. THICK) 7,000 SY $3.20 $22,400.00 $2.92 $20,440.00 * * $2.89 $20,230.00 $14.16 $99,120.00 7 MILLINGY EXISTING ASPHALT PAVEMENT & DISPOSAL (OVER 1-1/2" IN.TO 3 IN. THICK) 5000 SY $3.20 $16,000.00 $4.75 $23,750.00 * * $4.06 $20,300.00 $42.41 $212,050.00 8 MOBILIZATION FOR MILLING LESS THAN 1,000 S.Y. 1 EACH $1,500.00 $1,500.00 $2,600.00 $2,600.00 * * $2,889.79 $2,889.79 $7,492.92 $7,492.92 9 MOBILIZATION FOR PLACEMENT OF LESS THAN 300 SY (1-1/2" THICK OR MORE)OF ASPHALTIC CONCRETE 1 EACH $2,500.00 $2,500.00 $3,290.00 $3,290.00 * * $4,798.33 $4,798.33 $11,816.57 $11,816.57 10 POTHOLE REPAIR: 4' X 4' ASPHALTE PARKING LOT- INCLUDES MOBILIZATION 20 EACH $250.00 $5,000.00 $290.00 $5,800.00 * * $474.98 $9,499.60 $2,643.90 $52,878.00 11 MANHOLE ADJUSTMENT (RESURFACING, ONLY)(RAISING ONLY) 1 EACH $575.00 $575.00 $890.00 $890.00 * * $594.25 $594.25 $2,044.57 $2,044.57 12 MANHOLE ADJUSTMENT (MILLING) (LOWERING AND RAISING) 1 EACH $575.00 $575.00 $1,650.00 $1,650.00 * * $1,187.90 $1,187.90 $2,839.68 $2,839.68 13 VALVE BOX ADJUST 10 IN. OR LESS IN DIA. (RESURF ONLY) 1 EACH $475.00 $475.00 $79.00 $79.00 * * $594.25 $594.25 $738.32 $738.32 14 VALVE BOX ADJUST 10 IN. OR LESS IN DIA. (MILLING) LOWWERING AND RAISING) 1 EACH $475.00 $475.00 $180.00 $180.00 * * $1,187.90 $1,187.90 $965.48 $965.48 15 CURB INLET FRAME ADJUSTMENT 1 EACH $2,750.00 $2,750.00 $290.00 $290.00 * * $594.25 $594.25 $6,133.70 $6,133.70 16 EXCAVATION FOR WIDENING STRIP CONSTRUCTION 300 CY $12.80 $3,840.00 $8.00 $2,400.00 * * $11.72 $3,516.00 $28.96 $8,688.00 17 WIDENING STRIP BASE COMPACTION 300 SY $7.66 $2,298.00 $8.90 $2,670.00 * * $11.72 $3,516.00 $2.84 $852.00 18 SAW CUTTING EXISTING ASPHALT PAVEMENT 2,000 LF $1.50 $3,000.00 $0.35 $700.00 * * $0.49 $980.00 $3.98 $7,960.00 19 SAW CUTTING CONCRETE PAVEMENT (UP TO 6" THICK) 1,000 LF $3.50 $3,500.00 $0.50 $500.00 * * $0.99 $990.00 $11.36 $11,360.00 20 CONCRETE PAVEMENT REMOVAL / DISPOSAL 1,000 SY $50.00 $50,000.00 $12.00 $12,000.00 * * $6.67 $6,670.00 $36.35 $36,350.00 21 ASPHALT PAVEMENT REMOVAL /DISPOSAL (NOT COMPLETED AS MILLING) 3,000 SY $3.33 $9,990.00 $8.25 $24,750.00 * * $3.33 $9,990.00 $17.61 $52,830.00 22 EXISTING BASE REMOVAL AND REPLACEMENT (EXCLUDING NEW BASE MATERIAL COSTS) 1,000 SY $22.10 $22,100.00 $6.75 $6,750.00 * * $6.67 $6,670.00 $43.45 $43,450.00 23 REMOVAL AND DISPOSAL OF UNSUITABLE MATERIAL 70 CY $85.95 $6,016.50 $30.00 $2,100.00 * * $30.15 $2,110.50 $463.22 $32,425.40 24 SUB-BASE 12" (COMPACTED IN PLACE) 500 SY $20.00 $10,000.00 $9.50 $4,750.00 * * $6.32 $3,160.00 $88.79 $44,395.00 25 LIMEROCK 4" (COMOPACTED IN PLACE) 1,000 SS $11.45 $11,450.00 $10.00 $10,000.00 * * $13.53 $13,530.00 $57.48 $57,480.00 26 LIMEROCK 6" (COMOPACTED IN PLACE) 1,000 S $15.45 $15,450.00 $13.12 $13,120.00 * * $16.11 $16,110.00 $62.35 $62,350.00 27 LIMEROCK 8" (COMOPACTED IN PLACE) 3,000 SY $22.45 $67,350.00 $17.50 $52,500.00 * * $18.68 $56,040.00 $95.77 $287,310.00 DUVAL ASPHALT PRODUCTS INC (SECONDARY) JAX UTILITIES MANAGEMENT INC (PRIMARY) NORTHEAST FLORIDA ASPHALT LLC PAVECORE LLC PREFERRED MATERIALS INC Page 1 of 3 ITB-034-2017/JR RE-BID DISTRICT-WIDE ASPHALT PAVING, STRIPING (SECTION 1) MAY 25, 2017 Item Description Qty Unit Price Extension Price Extension Price Extension Price Extension Price Extension DUVAL ASPHALT PRODUCTS INC (SECONDARY) JAX UTILITIES MANAGEMENT INC (PRIMARY) NORTHEAST FLORIDA ASPHALT LLC PAVECORE LLC PREFERRED MATERIALS INC 28 CONCRETE CURB ANS GUTTER (NEW)-INSTALL NEW 6" X 24" standard concrete curb and gutter 200 LF $32.50 $6,500.00 $29.00 $5,800.00 * * $24.36 $4,872.00 $65.88 $13,176.00 29 CONCRETE CURB AND GUTTET REMOVAL AND REPLACEMENT - Remove old and install new 6" x 24" standard concrete curb and gutter 200 LF $41.60 $8,320.00 $38.00 $7,600.00 * * $41.74 $8,348.00 $81.78 $16,356.00 30 STANDARD CONCRETE WHEEL STOPS, REMOVE AND REPLACE WITH SAME 10 EACH $41.60 $416.00 $125.00 $1,250.00 * * $63.31 $633.10 $552.91 $5,529.10 31 STANDARD CORNCRETE WHEEL STOP, REMOVE, DISPOSE AND INSTALL NEW (SEE AXHIBIT A IN SECTION 31) 10 EACH $41.60 $416.00 $145.00 $1,450.00 * * $63.31 $633.10 $552.91 $5,529.10 32 STANDARD CORNCRETE WHEEL STOP NEW AND INSTALL NEW (SEE AXHIBIT A IN SECTION 32) 20 EACH $41.60 $832.00 $125.00 $2,500.00 * * $63.31 $1,266.20 $283.97 $5,679.40 33 REMOVE AND REPLACE EXISTING SPEED HUMP 9SEE EXHIBIT B IN SECTION 31) 10 EACH $1,850.00 $18,500.00 $690.00 $6,900.00 * * $576.12 $5,761.20 $3,546.18 $35,461.80 34 INSTALL NEW SPEED HUMP (SEE EXHIBIT B IN SECTION 31) 10 EACH $1,200.00 $12,000.00 $607.00 $6,070.00 * * $417.87 $4,178.70 $2,530.46 $25,304.60 35 GRASSING SOD (ST. AUGUSTINE) 100 SY $10.40 $1,040.00 $6.50 $650.00 * * $4.22 $422.00 $11.36 $1,136.00 36 GRASSING SOD (ARGENTING BAHIA 100 SY $9.70 $970.00 $6.00 $600.00 * * $3.05 $305.00 $11.36 $1,136.00 37 SIGN RELOCTATION (USING EXISTING SIGN) 5 EACH $255.00 $1,275.00 $205.00 $1,025.00 * * $58.62 $293.10 $170.38 $851.90 Page 2 of 3 ITB-034-2017/JR RE-BID DISTRICT-WIDE ASPHALT PAVING, STRIPING (SECTION 1) MAY 25, 2017 Item Description Qty Unit Price Extension Price Extension Price Extension Price Extension Price Extension DUVAL ASPHALT PRODUCTS INC (SECONDARY) JAX UTILITIES MANAGEMENT INC (PRIMARY) NORTHEAST FLORIDA ASPHALT LLC PAVECORE LLC PREFERRED MATERIALS INC RAMP RECONSTRUCTION TYPE-SEE EXHIBIT C INS SECTION 31 38 ADA RADIAL RAMP -ADACR#1 1 EACH $3,000.00 $3,000.00 $1,920.00 $1,920.00 * * $1,214.00 $1,214.00 $3,975.55 $3,975.55 39 ADA RADIAL RAMP WITH CURB RETURNS ASECR#2 1 EACH $3,120.00 $3,120.00 $1,980.00 $1,980.00 * * $1,214.00 $1,214.00 $4,202.72 $4,202.72 40 ASA RADIAL RAMP WITH FLARED RETURN -ADACR#3 1 EACH $3,150.00 $3,150.00 $2,150.00 $2,150.00 * * $1,214.00 $1,214.00 $4,827.45 $4,827.45 41 ADA RADIAL RAMP WITH CURB-ASACR#4 1 EACH $3,210.00 $3,210.00 $2,400.00 $2,400.00 * * $1,214.00 $1,214.00 $4,827.45 $4,827.45 ADA ACCESSIBLE-DETECTABLE WARNING SURFACE 42 INSTALL ADA MAT 200 SF $99.00 $19,800.00 $29.00 $5,800.00 * * $35.17 $7,034.00 $45.43 $9,086.00 STRIPING (SECTION 1) 43 4" SKIP TRAFFIC STRIPE, YELLOW PAINT 10,000 LF $0.26 $2,600.00 $0.50 $5,000.00 * * $0.45 $4,500.00 $0.60 $6,000.00 44 4" SOLID TRAFFIC STRIPE, YELLOW PAINT 30,000 LF $0.33 $9,900.00 $0.50 $15,000.00 * * $0.42 $12,600.00 $0.36 $10,800.00 45 4" SKIP TRAFFIC STRIPE, WHITE PAINT 10,000 LF $0.26 $2,600.00 $0.50 $5,000.00 * * $0.45 $4,500.00 $0.60 $6,000.00 46 4" SOLID TRAFFIC STRIPE, WHITE PAINT 15,000 LF $0.33 $4,950.00 $0.50 $7,500.00 * * $0.42 $6,300.00 $0.36 $5,400.00 47 4" PAINTED PARKING LOT STRIPE WHITE 1,000 LF $0.46 $460.00 $0.50 $500.00 * * $0.42 $420.00 $0.60 $600.00 48 4" PAINTED PARKING LOT STRIPE, BLUE 200 LF $0.50 $100.00 $0.50 $100.00 * * $0.42 $84.00 $1.20 $240.00 49 SOLID TRAFFIC STRIPE (12" CROSS-WALK,) WHITE PAINT 3,000 LF $0.98 $2,940.00 $1.40 $4,200.00 * * $1.32 $3,960.00 $2.50 $7,500.00 50 STANDARD RIGHT AND LEFT TURN ARROWS, WHITE PAINT 75 EACH $19.50 $1,462.50 $39.00 $2,925.00 * * $35.17 $2,637.75 $50.00 $3,750.00 51 STANDARD PAVEMENT LETTER 6-INCH HIGH (PERLETTER) 25 EACH $65.00 $1,625.00 $3.00 $75.00 * * $11.72 $293.00 $25.00 $625.00 52 STANDARD HANDICAP SYMBOL (PAINT) 15 EACH $295.00 $4,425.00 $45.00 $675.00 * * $82.06 $1,230.90 $38.00 $570.00 53 PAINT SPEED HUMP 10 EACH $390.00 $3,900.00 $125.00 $1,250.00 * * $29.31 $293.10 $170.50 $1,705.00 GRAND TOTAL ITEMS 1-53 $579,506.00 $566,499.00 $0.00 $583,319.92 $1,999,968.71 Note: Prepared by: Cammie Wise Northeast Florida Asphalt LLC was rejected for not providing pricing for all line items. Verified by: James Robinson Date: 05/26/2017 Award = Page 3 of 3 INVITATION TO BID www.duvalschools.org/purchasing May 3, 2017 Buyer: James Robinson Phone: 904-858-4837 Bid Number: ITB-034-17/JR Bid Title: Re-bid District-wide Asphalt Paving & Striping (Section 1) Term of Bid: From date of award through June 30, 2018 with renewal options. Opening: Thursday, May 25h, 2017 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 not be opened or considered for award. Submit Bid To: DCPS Purchasing Services / 4880 Bulls Bay Highway / Jacksonville FL 32219-3235 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. I certify that I am authorized to obligate on behalf of the bidder and that the address shown on this form is the companys principal place of business. Bid documents shall be submitted in a sealed envelope clearly marked with this bid number, opening date and time. Legal Name of Bidder: Mailing Address: City, State, Zip Code: Telephone: Toll Free: Fax: Email Address: Internet URL: Federal ID # or SS #: Duns #: If you are a certified minority, state certifying agency: Payments will be made in accordance with Florida Statute 218. Form of Payment accepted: Credit Card _____ or ACH _____ (see Special Condition #15) 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: eile re http://www.duvalschools.org/purchasing 2 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. 26-08-107288-57C. 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. 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. 10. DISCOUNTS: all discounts other than prompt payment to be included in bid price. Prompt payment discounts of less than 30 days shall not be considered in determining low bid. 11. 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. 12. 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. 13. All bid responses are to be submitted in typewritten form or submitted in ink. Responses received in pencil will not be accepted. 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. 3 The following documents are to be returned with the response to the Invitation To Bid: 1. Bidder Acknowledgement (page 1 - front page of this ITB-034-17/JR document) 2. Conflict of Interest Certificate 3. Drug Free Workplace Certification 4. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion 5. References (In accordance with Special Conditions Clause 27.) 6. Office of Economic Opportunity (OEO) Requirements (In accordance with Section 00101) A. Proposed Schedule of OEO Participation-Base Bid OEO Form 1 B. Proposed Schedule of OEO Participation (On Alternates Only) OEO Form 1A C. Letter of Intent to Perform as a Subcontractor OEO Form 2 D. OEO Identification Affidavit OEO Form 2A E. Prime Contractor Affidavit OEO Form 3 F. Pre-Award Waiver for Good Faith Efforts OEO Form 4. Must be submitted if goals are not met in OEO Form 1. G. OEO Monthly Participation Report OEO form 5 - This form needed during construction H. Change Order Participation OEO Form 6 - This form needed during construction 7. Bid Pricing Sheet 4 SUBMISSION OF BIDS Bids must be submitted prior to the time set for opening. Bids are to be delivered to Duval County Public Schools, Purchasing Services, 4880 Bulls Bay Highway, Jacksonville, Florida 32219. Bidders are fully responsible for delivery of bids. Reliance upon mail or public carrier is at the 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. Arrangements may be made to review bid documents at a later date. AWARD RECOMMENDATION AND BID TABULATION For Award Recommendation, refer to Special Condition titled Posting of Bid Recommendation. Bid Tabulation will be posted on the web after contract award has been made. www.duvalschools.org/purchasing or www.demandstar.com Bid results or award recommendations will not be given by telephone. POSTING OF BID TABULATIONS Bid tabulations will be posted at Duval County Public Schools, Purchasing Services Department, Consolidated Services Center, 4880 Bulls Bay Highway, Jacksonville, FL 32219. 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/ 5 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 6 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 7 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 cove red 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 Non-procurement 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-034-17/JR Organization Name PR/Award or Project Name Name Title Signature Date 8 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 Assistant Superintendent of Operations, 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 fourth 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 non-receipt. 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. 9 BID NO. ITB-034-17/JR R e - b i d ASPHALT PAVING & STRIPING (section 1) Opening Date: May 25,2017 NO-BID FORM If your firm cannot submit a bid at this time, please provide the information requested in the space provided below and return it to (or fax it to 904-858-4868): Duval County Public Schools Purchasing Services 4880 Bulls Bay Highway Jacksonville, Florida 32219 We are unable to submit a bid at this time due to the following reason(s): Name of Firm: Signature and Title: Street Address or P.O. Box: City, State, Zip Code: RETURN THIS FORM ONLY. DO NOT RETURN BID PACKAGE. Bid No. ITB-034-17/JR 10 SPECIAL CONDITIONS 1. PURPOSE: Purpose of this bid is to establish firm prices and a supplemental source of supply for asphalt milling and repairs and new asphalt bituminous paved drives, parking areas and asphalted sports surfaces, including base course and wearing course, and striping. Construction of subgrade, concrete curbs, and drainage structure as specified. Contractors services to be purchased by DCPS for the period from date award through June 30, 2018. 2. RENEWAL: Upon written mutual agreement between Contractor/s and Duval County Public Schools (DCPS), contract may be renewed at anniversary date for four (4) additional one (1) year periods, subject to the same provisions, terms, conditions, specifications as originally awarded, and pricing in accordance with Special Condition 3 below. 3. ESCALATION PROVISION: All pricing shall remain firm for the initial period. Upon renewal (if applicable), the CONTRACTOR may submit in writing a request for price escalation / de-escalation for the percentage of change as listed in the Consumer Pricing Index (CPI), not to exceed 3% and / or documentation notifying of an industry wide increase. The contractor must request the increase in writing at least 30 days prior to the renewal of the contract. DCPS reserves the right to decline any price increase request. 4. AWARD: Award will be all or none to the lowest responsive responsible bidder as the primary awardee. The District may choose to award to the next lowest responsive, responsible bidder as alternate awardee, in the event the primary awardee is unable to provide the services or in the event of an emergency situation. All items must be bid or vendor will be considered non-responsive for the entire bid. PRICING: Pricing shall be all inclusive. The awarded contractor will be responsible for supplying all labor and materials required to perform the job as specified in this bid. 5. 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. 6. POSTING OF BID RECOMMENDATION: Recommendation for Award will be posted in Purchasing Services on or about June 2, 2017 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 James Robinson, in Purchasing Services at (904) 858-4837 or by email at robinsonj12@duvalschools.org. Placing this bid number ITB-034-17/JR, in subject header. Deadline for questions shall be 12:00 noon EST on May 15, 2017. No verbal or written information obtained other than by information in this document or by written addendum to this bid will be binding on the District. 8. 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 mailto:robinsonj12@duvalschools.org. Bid No. ITB-034-17/JR 11 initialing of the corrections by the originator. Correction fluid or erasure corrected bids will be considered non-responsive for the corrected item(s) only. 9. SOCIAL SECURITY CONTRIBUTIONS: DCPS is NOT liable for Social Security contributions pursuant to Section 418, U.S. Code, relative to the compensation of the Contractor during the period of this contract. Contractors are solely responsible for any claims made by their workers under the Fair Labor Standards Act. 10. QUANTITIES: The items listed in this solicitation will be ordered on an AS NEEDED basis by the Duval County Public Schools. 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 Public Schools to make any purchases under items of this bid. 11. EXECUTION OF THE WORK: Time is of the essence in fulfillment of the required services. The contractor shall complete all work within the schedule established by the Project Manager. Repeated delays in performance of the work and/or failure to comply with the established schedule shall be sufficient cause to terminate the contract. 12. JESSICA LUNSFORD ACT: 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. . (Additional information is available at www.duval.sofn.net Contractual personnel shall include any vendor, individual or entity under contract with the District. By submittal of a bid or proposal, each firm acknowledges and accepts this responsibility including all associated costs. 13. 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. 14. 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. 15. METHOD OF PAYMENT: Payments to vendors may be made via credit card, ACH or check. If ACH or credit card 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. 16. 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. 17. MOST FAVORED CUSTOMER STATUS: The awarded vendor shall afford Duval County Public 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. 18. 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 Bid No. ITB-034-17/JR 12 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, 19. 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 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). 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. 20. WORK PROPOSALS AND ORDERING WORK: Prior to performance of any work, the contractor shall visit the site, become familiar with the conditions under which the work is to be performed, and correlate personal observation with the job requirements as communicated by DCPS Project Manager. Failure to do this shall not excuse the contractor from performing the work in strict accordance with the terms of the contract documents. Further, if the contractor, in the course of site inspection or during performance of the work, finds any discrepancy between actual site conditions and the scope of work, it shall be his duty to immediately inform DCPS Project Manager. Any work done after such discovery, without authorization, will be done at the contractor's risk. Based on the site examination, contractor shall submit a written work proposal as indicated on the Project Proposal Form. The proposal shall be "firm fixed-price" amount, based on the scope of the work to be performed and as directed by DCPS Project Manager. DCPS reserves the right to accept or reject the requirements of the written work proposal before the commencement of activities by the Contractor. For each project, contractor shall provide price quotation using both the attached Attachment A Project Proposal and Attachment B Line Item Pricing List forms. Once received, DCPS shall review and either issue a Purchase Order for the work and costs described therein or negotiate to finalize. Once the Project Proposal form is accepted by DCPS, a Purchase Order will be issued authorizing the work to proceed. The Contractor will perform the work authorized in accordance with the price proposed, regardless of the final cost incurred by the Contractor, unless a change order is authorized and successfully negotiated in advance between DCPS and Contractor for out-of-scope work. Contractor shall not be entitled to additional compensation if it subsequently finds the conditions require additional labor or equipment that it did not anticipate. Contractor is responsible for pulling all permits (if required) and scheduling applicable inspections with DCPS Code Enforcement Office. The scope of this contract shall include related construction services which supplement the services under this contract. Should DCPS require site work repair/construction which is not covered by the specifications in order to complete asphalt paving or repairs, the contractor may be requested to submit a quote and issued a purchase order to cover that scope of work. This work can include but is not limited to underground utilities construction and repairs. NOTE: If Striping is required on City Right of Ways (ROW), Contractor is required to meet all City of Jacksonville requirements. 21. PURCHASE ORDERS: Work will be authorized via official DCPS Purchase Orders. Purchase Orders issued pursuant to the contract terms and will include only the rates noted on the bid proposal form. Bid No. ITB-034-17/JR 13 22. INVOICING: Invoices for work performed shall be submitted using Attachment C with the appropriate rates (as indicated on the bid proposal form) for the agreed firm fixed-price amount. 23. EQUIPMENT: Each crew shall have appropriate vehicles and all the customary and necessary hand/power tools and accessories to perform the work of the trade. As part of the performance under this contract, all necessary safety barriers, tape and/or traffic cones shall be provided by the contractor to secure and separate the work area(s). 24. EQUIPMENT RENTAL: All equipment, tools, mechanical devices or material rented in support of this contract shall be included in the bid price for each service as provided in the Contractors bid package. Any special equipment (equipment deemed to be unusual to perform the work outlined in this ITB) must be approved in writing by DCPS prior to rental. The cost of such items will be reimbursed based on the contractors actual expense only. Copies of rental invoices will be required and no overhead and profit may be applied. 25. MATERIALS: Contractor shall list on the Material list, the materials necessary for the completion of the work. 26. WARRANTY: The Contractor warrants to DCPS that: (1) the work will conform to the requirements of the contract documents (2) the work will be free from defects not inherent in the quality required or permitted; and (3) the materials and equipment furnished under this contract will be new and of good quality unless otherwise required or permitted by the contract documents. The contractor shall promptly correct work rejected by DCPS Project Manager as failing to conform to the requirements of the contract documents. The Contractor shall bear the cost of correcting such rejected work. In addition to the Contractor's other obligations, the Contractor shall for a period of one year after project completion, correct work not conforming to the requirements of the contract documents. Any damages to DCPS property caused by the contractor's personnel while performing work under this contract shall be repaired at the contractor's expense. 27. REFERENCES: Each bidder shall submit, as part of their bid, a list of three (3) references for similar projects completed within the past 12 months. Reference information shall include: 1) description of the project, and project timeline; 2) the business or firm for whom the project was completed; 3) the name and contact telephone number of an individual from the firm who was directly involved with the project. Failure to do so will result in the bidder not being considered for award. Unsatisfactory references may result in the bidder not being considered for award. Bids received without references will be considered non-responsive. 28. 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. Bid No. ITB-034-17/JR 14 (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 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 DCPS members, officials, officers and employees as additional insureds on the Commercial General Liability Bid No. ITB-034-17/JR 15 coverage. The coverage afforded such additional insureds shall be no more restrictive than that which would be afforded by adding DCPS and DCPS 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 DCPS member, official, officer or employee any such deductible or self-insured retention applicable to a claim against DCPS or DCPS member, official, officer or employee for which the DCPS or DCPS 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 with this Agreement. (b) DCPS and DCPS 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 DCPS 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 not be less than: $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 Bid No. ITB-034-17/JR 16 additional insured endorsement as issued on the policy, signed by an authorized representative of the insurer(s) verifying inclusion of DCPS and DCPS 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. Qualifications of the VENDOR/CONT RACT ORs 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 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 DCPS 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 DCPS 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. Bid No. ITB-034-17/JR 17 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. 29. 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. 30. 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. 31. 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. 32. CANCELLATION: The Director of Purchasing, by written notice, may cancel, in whole or in part, any Purchase Order(s) resulting from this Invitation when such action is in the best interest of Duval County Public Schools. If 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. 33. CIRCUMSTANCES BEYOND CONTROL: 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 31. 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. 34. 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). 35. 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 31. 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. 36. 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 Bid No. ITB-034-17/JR 18 conditions set forth in the agreement. Such month-to-month services shall continue until the District has established a replacement Interactive Display Systems. In any event, these services will not be required to continue for a period of time exceeding six (6) months. 37. PUBLIC RECORD: Pursuant to Florida Statutes Chapter 119, paragraph (m), 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 bid documents or other materials submitted by all bidders in response to this ITB will be open for inspection by any person and in accordance with Chapter 119, Florida Statutes. To the extent a bidder asserts any portion of its bid is exempt or confidential from disclosure under Florida's public records, the burden shall be on the bidder 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. 38. 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. Bid No. ITB-034-17/JR 19 BID PROPOSAL FORM Bidders Name: ______________________________ The amount of asphalt used in a project shall be calculated from the tonnage of asphaltic concrete applied @110 lbs./SY; 1 compacted thickness. Item Description of Work Estimated QTY Unit Unit Cost Extended Price 1. Asphaltic concrete overlay, type FC 9.5, 20% RAP 1-1/4 thick (resurfacing over existing) 6000 SY $ $ 2. Asphaltic concrete overlay, type FC 9.5, 20% RAP, 1-1/2 thick (resurfacing after milling) 8000 SY $ $ 3. Asphaltic concrete new, type FC 9.5, 20% RAP 5000 SY $ $ 1-1/2 thick (parking lot construction) 4. Asphaltic concrete new, type FC-12.5 20% RAP 3000 SY $ $ 2 thick (Driveway construction) 5. Asphaltic concrete, type FC 9.5 Virgin mix 1-1/2 3000 SY $ $ Thick (running track construction) 6. Milling existing asphalt pavement & disposal (up to 1-1/2 in thick) 7000 SY $ $ 7. Milling existing asphalt pavement & disposal (over 1-1/2 in to 30 thick) 5000 SY $ $ 8. Mobilization for milling less than 1,000 S.Y. 1 EA $ $ 9. Mobilization for placement of less than 300 SY (1-1/2 thick or more) of asphaltic concrete. 1 EA $ $ 10. Pothole repair: Repair 4x4 asphalt parking lot includes mobilization. 20 EA $ $ Bid No. ITB-034-17/JR 20 Item Description of Work Estimated QTY Unit Unit Cost Extended Price 11. Manhole adjustment (resurfacing, only) (raising only) 1 EA $ $ 12. Manhole adjustment (Milling)(lowering & raising) 1 EA $ $ 13. Value box adjust 10 in. or less in diameter(resurface only) 1 EA $ $ 14. Value box adjust 10 or less in diameter(milling)lowering and raising) 1 EA $ $ 15. Curb inlet frame adjustment 1 EA $ $ 16. Excavation for widening strip construction 300 CY $ $ 17. Widening strip base compaction 300 SY $ $ 18. Saw cutting existing asphalt pavement 2000 LF $ $ 19. Saw cutting concrete pavement (up to 6 thick) 1000 LF $ $ 20. Concrete pavement removal/disposal 1000 SY $ $ 21. Asphalt payment removal/disposal (not completed as milling) 3000 SY $ $ 22. Existing base removal and replacement (excluding new base material costs) 1000 SY $ $ 23. Removal and disposal of unsuitable material 70 CY $ $ Bid No. ITB-034-17/JR 21 Item Description of Work Estimated QTY Unit Unit Cost Extended Price 24. Sub-base 12 (compacted in place) 500 SY $ $ 25. Lime rock 4 (compacted in place) 1000 SY $ $ 26. Lime rock 6 (compacted in place) 1000 SY $ $ 27. Lime rock 8 (compacted in place) 3000 SY $ $ 28. Concrete curb and gutter (new) install new 6 200 LF $ $ X 24 standard concrete curb and gutter 29. Concrete curb and gutter removal and 200 LF $ $ Replacement remove old and install new 6x24 standard concrete curb gutter 30. Standard concrete wheel stops, remove and replace with same 10 EA $ $ 31. Standard concrete wheel stops, remove, dispose and install new (see section 31 of the specifications) 10 EA $ $ 32. Standard concrete wheel stops, new and install 20 EA $ $ (see section 31-exhibit A of the specifications) 33. Remove and replace existing speed hump 10 EA $ $ (see section 31-exhibit B of the specifications) 34. Install new speed bump hump 10 EA $ $ (see section 31-exhibit B of the specifications) 35. Grassing SOD (St. Augustine) 100 SY $ $ 36. Grassing SOD (Argentine Bahia) 100 SY $ $ Bid No. ITB-034-17/JR 22 Item Description of Work Estimated QTY Unit Unit Cost Extended Price 37. Sign relocation (using existing sign) 5 EA $ $ 38. ADA Radial ramp- ADACR#1 1 EA $ $ See section 31-exhibit C of the specifications) 39. ADA Radial ramp with curb returns-ADACR#2 1 EA $ $ See section 31-exhibit C of the specifications) 40. ADA Radial ramp with flared returns-ADACR#3 1 EA $ $ See section 31-exhibit C of the specifications) 41. ADA Radial ramp with curb-ADACR#4 1 EA $ $ See section 31-exhibit C of the specifications) 42. Install ADA matt 200 SF $ $ 43. 4 Skip traffic stripe, yellow paint 10000 LF $ $ 44. 4 Solid traffic stripe, yellow paint 30000 LF $ $ 45. 4 Skip traffic stripe, white paint 10000 LF $ $ 46. 4 Solid traffic stripe, white paint 15000 LF $ $ 47. 4 Painted parking lot stripe, white 1000 LF $ $ 48. 4 Painted parking lot stripe, blue 200 LF $ $ 49. Solid traffic stripe (12 cross-walk), white paint 3000 LF $ $ 50. Standard right and left turn arrows, white paint 75 EA $ $ 51. Standard pavement letter 6-inch high (per letter) 25 EA $ $ 52 Standard handicap symbol (paint) 15 EA $ $ Bid No. ITB-034-17/JR 23 Item Description of Work Estimated QTY Unit Unit Cost Extended Price 53 Paint speed hump 10 EA $ $ GRAND TOTAL ITEMS 1-53 The scope of this contract shall include related construction services which supplement the services under this contract. Should DCPS require site work repair/construction which is not covered by the specifications in order to complete asphalt paving or repairs, the contractor may be requested to submit a quote and issued a purchase order to cover that scope of work. This work can include but is not limited to underground utilities construction and repairs. Services to provided include mobilization, ALL projected preparation, surface preparation, equipment, rental equipment, materials, application, site visits as necessary, and cleanup as described in this ITB. Quantities are estimates and not guaranteed. Bid No. ITB-034-17/JR 24 REFERENCES Each bidder shall submit, as part of their bid, a list of three (3) references for similar projects completed within the past 12 months. Reference information shall include: 1) description of the project, and project timeline; 2) the business or firm for whom the project was completed; 3) the name and contact telephone number of an individual from the firm who was directly involved with the project. Failure to do so will result in the bidder not being considered for award. Unsatisfactory references may result in the bidder not being considered for award. Bids received without references will be considered non-responsive. 1. Project or Facility Name: Owners Name: Address of Facility(s) maintained: Contact Person: Contact Phone # Email address: Fax Number: Dates of Contract/Service (within 12 months): Describe the nature of the contract/service provided: 2. Project or Facility Name: Owners Name: Address of Facility(s) maintained: Contact Person: Contact Phone # Email address: Fax Number: Dates of Contract/Service (within 12 months): Describe the nature of the contract/service provided: 3. Project or Facility Name: Owners Name: Address of Facility(s) maintained: Contact Person: Contact Phone # Email address: Fax Number: Dates of Contract/Service (within 12 months): Describe the nature of the contract/service provided Bid No. ITB-034-17/JR 25 ATTACHMENT A PROJECT PROPOSAL Bid N0. ITB-034-17/JR Re-bid Asphalt Paving & Striping CONTRACTOR: DATE: ADDRESS: PROPOSAL # CITY/STATE/ZIP: CONTACT: PHONE/FAX: PROPOSAL VALID FOR ( ) DAYS PROPOSAL SUBMITTED TO: SCHOOL NAME & NUMBER SCOPE OF WORK: TOTAL AMOUNT (From Attachment B attached) Contractor hereby proposes to furnish labor and materials - complete in accordance with Bid ITB-026-17/JR and the above specifications for the following amount as indicated: FIRM FIXED-PRICE AMOUNT: DOLLARS $ TIME FOR COMPLETION: This work shall commence on and be completed by All work to be completed in workmanlike manner according to standard practices. DCPS Project Manager shall approve any alteration or deviation from above specifications involving extra charge prior to commencement of work. AUTHORIZED SIGNATURE: DATE: ACCEPTANCE OF PROPOSAL BY DUVAL COUNTY PUBLIC SCHOOLS The above prices, specifications and conditions are hereby accepted. You are authorized to do the Work as specified. AUTHORIZED SIGNATURE: DATE: 26 ATTACHMENT B Asphalt Paving & Striping ITB-034-17/JR Name of Contractor: LINE ITEM PRICING LIST PROJECT # AND NAME: PROJECT LOCATION: SCOPE OF WORK: CONTRACT LINE ITEM DESCRIPTION Qty Unit Price Total Contractor hereby proposes to provide materials, in accordance with the above specifications, for the following amount as indicated: TOTAL: $ Time for Completion: _________________ days All material is guaranteed to be as specified. Contractor warrants to DCPS that materials furnished will be new and of good quality unless otherwise required or permitted by DCPS Project Manager. Any alteration or deviation from above specifications involving extra costs shall be approved by DCPS Project Manager prior to delivery of materials. 27 ATTACHMENT C Invoice Format Company Name, Address, Phone Number DCPS CONTRACT NUMBER: ITB-034-17/JR DISTRICT WIDE ASPHALT PAVING AND STRIPING AT VARIOUS SCHOOLS Invoice Number: _______ ____ School Name / #: Invoice Date: Purchase order #: Bid Item # Item Description Item Quantity Unit Bid Price Extension $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTAL AMOUNT OF INVOICE $0.00 INVOICE STATEMENT: This invoice is a true and accurate statement. Name of Contractor has not previously received funds for this invoice. Signed By: Title: Name of Contractor:

1701 Prudential Drive Jacksonville, FL 32207Location

Address: 1701 Prudential Drive Jacksonville, FL 32207

Country : United StatesState : Florida

You may also like

City Wide Crosswalk Striping

Due: 25 Apr, 2024 (in 5 days)Agency: City of Ellensburg

As Needed Asphalt Patching and Apron Installation Services

Due: 30 Apr, 2024 (in 10 days)Agency: City of Westfield

Please Sign In to see more like these.

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