Custodial Services Management

expired opportunity(Expired)
From: Duval County Public Schools(School)
013-21/TW

Basic Details

started - 21 Sep, 2021 (about 2 years ago)

Start Date

21 Sep, 2021 (about 2 years ago)
due - 30 Jun, 2023 (9 months ago)

Due Date

30 Jun, 2023 (9 months ago)
Bid Notification

Type

Bid Notification
013-21/TW

Identifier

013-21/TW
Duval County Public Schools

Customer / Agency

Duval County Public Schools
unlockUnlock the best of InstantMarkets.

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

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

Duval County Public Schools www.duvalschools.org Purchasing Services PH: (904) 858-4848 1701 Prudential Dr., Suite 322 FAX: (904)858-4868 Jacksonville, FL 32207 DUVAL COUNTY PUBLIC SCHOOLS June 3, 2021 HES Facilities, LLC. RE: Custodial Services Management, RFP No. 13-21/TW Dear Sir/Madam: On Tuesday, April 6, 2021, the School Board of Duval County Public Schools approved the award of RFP No. 13-21/TW Custodial Services Management. This is your official notification of bid award. This award is for the period from July 1, 2021, through June 30, 2023. Please forward a copy of your insurance certificate as required per special condition #18.0 and the performance bond as required per special condition #7.0. Please provide this required information by June 9, 2021. If you have any questions, please contact me at (904) 858-4859. Thank you for your interest in Duval County Public Schools. Terrence Wright, Director
DCPS Purchasing Services AGREEMENT FOR CUSTODIAL SERVICES MANAGEMENT This Agreement for Custodial Services Management (the Contract), is dated April 8, 2021, for a term commencing July 1, 2021, and is by and between the School Board of Duval County, Florida, a district school system in the State of Florida (the "District"), and HES Facilities, LLC, a Delaware limited liability company authorized to transact business in Florida (the Contractor"). WITNESSETH: Whereas, the District issued RFP 13-21/TW Custodial Services Management dated December 17, 2020, together with Addendum No. 1 dated January 5, 2021, Addendum No. 2 dated January 12, 2021, Addendum No. 3 dated January 25, 2021, Addendum No. 4 dated February 5, 2021, and Addendum No. 5 dated February 8, 2021 (collectively, the RFP), a copy of which RFP is attached hereto and incorporated herein by this reference as Exhibit A; Whereas, after free and open competition, Contractor submitted a proposal (attached hereto and incorporated herein by this reference as Exhibit B), and was selected as the best responsive and responsible Contractor by the District (the Proposal); Whereas, the Contractor is interested in and capable of performing the custodial services management services for the District and the District desires to have the Contractor perform the Services; and Now, therefore, in consideration of the mutual covenants and conditions contained herein, the parties agree as follows: ARTICLE | SCOPE OF SERVICES 1.1 The recitals set forth above are true and correct and are incorporated into this Agreement by this reference. Unless otherwise assigned a different meaning in this Agreement, defined terms in this Agreement shall have the same meaning as the defined terms in the RFP. 1.2 The Contractor shall perform all services, jobs, duties, and functions described in the RFP at the District schools and ancillary facilities described in the RFP, and in accordance with the Contractor's minimum staffing plan in the Proposal (collectively defined herein as the Services). 1.3 The contract documents consist of this Agreement, the RFP, and the Proposal. In the event of any conflict or ambiguity among these documents, the priority set forth in Section 15.7.16 of the RFP is assigned. All of Contractor's exceptions to the RFP set forth in its Proposal, if any, are stricken in their entirety and void except as may be specifically addressed in this Agreement. ARTICLE II COMMENCEMENT AND RENEWAL 2.1 See Section 1.8 of the RFP, which provides that the initial term commences July 1, 2021 and ends June 30, 2023, with four (4) potential annual renewals and four (4) potential incentive renewals. The Services shall commence according to the schedule set forth in the RFP. ARTICLE Ill COMPENSATION 3.1 The compensation payable to the Contractor is set forth in the Contractors completed Attachment C Cost Proposal Form of the RFP (as accepted by the District), a copy of which is attached hereto as Exhibit C, and the amount set forth therein shall be the District's maximum financial liability to the Contractor. The District representative and the Contractor representative shall establish the format of invoices to the District pursuant to the requirements of the RFP. 3.2 The Contractor executed and delivered the federal forms set forth in Exhibit 2 of the RFP concurrent with Contractor's submission of its Proposal. The Contractor agrees to re-execute and deliver the federal forms concurrent with any amendment or renewal of this Agreement. ARTICLE IV TERMINATION 4.1 This Agreement may be terminated as set forth in the RFP. ARTICLE V MEETINGS; REPORTS; NOTICES 5.1 The parties agree that all communications relating to the day-to-day activities shall be exchanged between the respective representatives of the District and the Contractor, which representatives shall be designated by the parties, in writing, promptly upon commencement of the Services as set forth in section 15.7.14 of the RFP. 5.2 The Contractor shall provide records and information and fully cooperate (notwithstanding any Contractor claims of trade secrets, proprietary or confidential information) with the District as to all matters pertaining to any and all legal, audit, administration, and compliance requirements relating to the Services and the contract documents. 5.3 All formal notices and communications required or permitted by this Agreement will be delivered pursuant to the methods and to the representatives of the District as set forth in Section 15.7.14 of the RFP, and to the Contractor as set forth below. Until changed by notice in writing, all such notices and communications shall be addressed as follows: If to the Contractor: HES Facilities, LLC Attn: Member 9202 S. Northshore Drive, Suite 202 Knoxville, TN 37922 ARTICLE VI MISCELLANEOUS 6.1 The Article and Section headings are for reference and convenience only and shall not enter into the interpretation hereof. 6.2 This Agreement may be executed via facsimile and in one or more counterparts, each of which will be deemed an original, but all such facsimiles and counterparts will together constitute but one and the same instrument. Each person signing below is authorized to sign on behalf of such party. [Signatures on next page] [Signature Page to Agreement between The School Board of Duval County, Florida, and HES Facilities, LLC For RFP 13-21/TW Custodial Services Management] IN WITNESS WHEREOF, the parties have duly executed this Agreement as of the date first above written. HES FACILITIES, LLC By: Name: Title: Member ATT. THE SCHOOL BOARD OF DUVAL COUNTY, FLORIDA By: 7, By: Dr. Digna e, Superintendent th Andersen, Chairman of Schools and Ex-Officio Secretary to the Board Form Approved: Approved by Board on April 6, 2021 By: Office of General Counsel EXHIBIT A RFP EXHIBIT B PROPOSAL EXHIBIT C Cost Proposal ATTACHMENT CG COST PROPOSAL FORM INSTRUCTIONS: Complete the following Contract information, not exceeding more than three decimal places. Contract Pricing: This is to be inclusive of all costs associated with management and operations, to include the management of DCPS custodial employees. ITEM #1: CONTRACT PRICING Square footage shall be in accordance with the Florida Inventory of School Houses (FISH) (Reference Section 8.0.G of the RFP) This cost is inclusive. Price per square foot: $.0.149__ per month x 16,019,355 Estimated Total Net Sq. Ft. x 12 months = (S_XXX) $28,642,606.74 Total Annual Contract Cost. a WAaigee HES Facilities LLC President and CEO COMPANY NAME SIGNATURE/TITLE Charlie Spencer RFP No. 13-21/TW Custodial Services Management ADDENDUM NO. 4 HES Facilities Management ~ RFP No. 13-21/TW- Custodial Services Management 183 EXHIBIT C Cost Proposal ATTACHMENT G COST PROPOSAL FORM INSTRUCTIONS: Complete the following Contract information, not exceeding more than three decimal places. Contract Pricing: This is to be inclusive of all costs associated with management and operations, to include the management of DCPS custodial employees. ITEM #1: CONTRACT PRICING Square footage shail be in accordance with the Florida Inventory of School Houses (FISH) (Reference Section 8.0.G of the RFP) This cest is inclusive. Price per square foot: $ 0.149 per month x 16,019,355 Estimated Total Net Sq. Ft. x 12 months = 6.x) $28,642,606.74 Total Annual Contract Cost. ZO wee HES Fazllitles LLC President and CEO COMPANY NAME SIGNATURE/TITLE Charlie Spencer RFP No. 13-21/TW Custodial Services Management ADDENDUM NO. 4 HES Facilities Management RFP No. 13-21/TW - Custodial Services Menagement 183 April 6, 2021, Regular Board Meeting Title 23. AWARD - CUSTODIAL SERVICES MANAGEMENT, RFP NO. 13-21/TW Recommendation That the Duval County School Board approve the Custodial Services Management, RFP No. 13-21/TW contract award to HES Facilities, LLC., from July 1, 2021 through June 30, 2023. That the Duval County School Board authorize the Chairman or Vice Chairman and Superintendent to execute the contract upon form approval by the Office of General Counsel. Description This is a procurement request to contract for the provision of custodial services for district school and administrative facilities. A Request for Proposal (RFP) was advertised and distributed. Five firms submitted proposals in response to the RFP, all were responsive. The RFP Review Committee recommended award to HES Facilities, LLC. The initial term of the contract is two years as stated in the recommendation above. The contract may be renewed for four (4) additional one (1) year periods. The contract also provides for up to four (4) additional one (1) year incentive periods that may be awarded provided the contractor provides superior performance as measured during the management of contract. Gap Analysis This contract award will help ensure that the district receives effective Custodial Management Services at an industry competitive cost. Previous Outcomes The previous contract with ABM Industry GROUPS, LLC was approved on December 7, 2015 for a three year term and renewed three times. Expected Outcomes Award of this new custodial contract to HES Facilities, LLC will provide high-quality custodial services at reasonable pricing levels, priced at $331,873 below the current 20-21 contract amount. This new custodial contract also has added scope of work which breaks down as follows: Additional 500 hours of overtime - $10,000; Semiannual pressure washing one additional high school - $12,000; Full Time Pressure washing technician - $60,000; Twenty- two additional custodial team members $550,000. The net effect of the price change and overall scope increase is valued at $963,873. Strategic Plan Goal DCPS will be fiscally transparent and communicate quarterly regarding the sales surtax. DCPS will provide a culture and climate that improves academic, social, and emotional development. Financial Impact We anticipate we will spend $28.64 M on this new custodial contract in 2021-22. We had expected the anticipated renewal cost for the previous contractor to be $29.71 M. This represents a cost decrease of $1.07 M for the first year. RC Fund Function Area Commitment Item 7240 Maintenance 10000 General Operating 7900 Operation of Plant 100 Other Purchased Services Contact Tarek Ghandour, Executive Director, Facilities Maintenance, 904-858-6300 Paul Soares, Assistant Superintendent, Operations, 904-390-2008 Terrence Wright, Director, Purchasing Services, 904-858-4859 Attachments 1. Recommendation for award Custodial Services Management 2. Contract Agreement - Final - Agenda Attachment - HES Facilities DUVAL COUNTY PUBLIC SCHOOLS Purchasing Department ial Drive, Suite 322 Jacksonville, FL 32219 PH (904) 858-4848 FAX (904) 858-4868 MARCH 1, 2021 CUSTODIAL SERVICES MANAGEMENT RFP NO. 13-21/TW RECOMMENDATION FOR AWARD DATE OPENED: FEBRUARY 18, 2021 Any actual or prospective bidder, proposer or contractor who is aggrieved in connection with the intended award of a contract may file a protest and shall deliver its written notice of protest to the Assistant Superintendent, Operations, or designee (hereinafter Hearing Officer) immediately, but no later than two (2) working days after recommendation of award, if not to the apparent low bidder, 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 4" calendar day immediately following the 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. SEE ATTACHED tGlicd 17 Ui leue Ranking 1 2. 3. 4. 5 Custodial Services Management RFP NO. 13-21/TW EVALUATION COMMITTEE SUMMARY Proposer Available Points Points Attained 3H Services 525 409.3 ABM Industry Group, LLC 525 381.85 Aramark Management Services 525 381 Southeast DBA SSC Services for Education 525 329.8 ee Recommended vendor Page 1 of 21 RFP No. 13-21/TW Custodial Services Management ADDENDUM NO. 5 ADDENDUM NO. 5 www.duvalschools.org/purchasing Issue Date: February 8, 2021 Phone: 904-858-4859 Buyer: Terrence Wright Bid Number: RFP No. 13-21/TW Bid Title: Custodial Services Management Opening: Thursday, February 18, 2021, 2:00 p.m. (EDT). Bids received prior to this date and time will be opened in the Conference Room and may not be withdrawn for 120 days after opening. All bids received after the specified date and time will be returned unopened. The addendum shall serve to amend, replace and append information provided to potential respondents in the original RFQ package. To assist in the development of their responses, interested firms are encouraged to carefully review the information found in this addendum and on any additional enclosed documents. Purpose: 1. To replace Attachment A with the attached Attachment A. alle ee http://www.duvalschools.org/purchasing Page 2 of 21 RFP No. 13-21/TW Custodial Services Management ADDENDUM NO. 5 Attachment A District Facility Listing AND Minimum Staffing Proposal Form (Staffing Level Submitted on this Form Establishes Contractor Minimum Staffing Levels Throughout the Contract) NOTE#1:Personnel Listed as 40 hours = 1 FTE NOTE#2: Proposed Staffing Plan MUST include planned assignment of DCPS estimated custodial staff, currently 25 Day Custodians, 24 Lead Custodians & 15 Night Custodians. These estimated totals have been added below and the resulting cumulative total becomes minimum staffing levels Fractional Entries are limited to 0.5 and represent 1 PT Assignment for 20 hours (Example 3.5 = 3 FTE and 1 PT @ 20 hours - No other fractional entries are allowed and if entered will result in point deductions in the scoring portion) District School Name/Facility Name *Denotes BIC ADDRESS Estimated Square Footage Estimated Student Population 2014 20-Day Count Estimated Admin Staff Proposed FTE - Day Cust. (Contract) Proposed FTE - Lead Cust. (Contract) Proposed FTE - Night Cust. (Contract) Proposed FTE - Day Cust. DCPS Must Total 49 Below Proposed FTE - Lead Cust. DCPS Must Total 41 Below Proposed FTE - Night Cust. DCPS Must Total 29 Below Project Tem Cust. (Not Per School) Must be in Total Below *14G, RFP Custodia l Pool (Not Per School) Must be in Total Below Management Team (Not Per School) Must be in Total Below Central Administration NA 3001 1701 Prudential Drive 101,724 435 1 1 NA NA NA Shultz Center & Team A NA 3002 AB Schultz-4019 Boulevard Center Drive; Team-4037 Boulevard Center Drive 108,415 290 1 NA NA NA Wolfson Annex NA 3005 7100 Powers Ave 32254 2,754 5 S c h o o l # G R A D E Page 3 of 21 RFP No. 13-21/TW Custodial Services Management ADDENDUM NO. 5 Landscaping NA 7257 2797 Haywood Dowling Dr 2,000 30 0.5 Rutherford, Mattie V. NA 3006 1514 Hubbard St. 32206 37,879 100 1 NA NA NA West Riverside K-5 3012 2801 Herschel St. 32205 36,451 295 NA NA NA Grand Park NA 3014 2335 West 18 th St. 32209 31,016 140 1 NA NA NA Brentwood K-5 3015 3750 Springfield Blvd. 32206 55,119 333 NA NA NA Ortega K-5 3016 4010 Baltic St. 32210 32,173 399 1 NA NA NA Food Services Other Admin NA 3275 2924 Knights Lane East 24,892 20 1 NA NA NA Maintenance Station I NA 7251 3704 N. Liberty Street 28,434 90 Maintenance Station II NA 7252 2900 Powers Avenue 5,527 90 Maintenance Station III NA 7253 2660 Strickland Street 22,402 100 0.5 Page 4 of 21 RFP No. 13-21/TW Custodial Services Management ADDENDUM NO. 5 Central Riverside K-5 3018 2555 Gilmore St. 32204 53,694 391 NA NA NA Upson, Ruth N. PreK- 5 3019 1090 Dancy St. 32205 51,420 430 NA NA NA Fishweir PreK- 5 3020 3977 Herschel St. 32205 42,524 439 1 NA NA NA Morgan, Annie R. PreK- 5 3021 964 Saint Clair St. 32254 51,166 379 NA NA NA Kirby-Smith 6th-8th 3025 2034 Hubbard St. 32206 137,192 934 1 NA NA NA Loretto PreK- 5 3030 3900 Loretto Rd. 32223 100,658 1043 NA NA NA Landon 6th-8th 3031 1819 Thacker Ave. 32207 110,406 765 NA NA NA Marine Science Center NA 3032 1347 Palmer St. Mayport 32233 11,637 50 NA NA NA Lee, Robert E. 9th 12th 3033 1200 McDuff Ave. S. 32205 214,776 2105 NA NA NA Jackson, Andrew 9th 12th 3035 3816 Main St. N. 32206 150,829 732 1 NA NA NA Kite, Henry F. K-5 3037 9430 Lem Turner Rd. 32208 35,257 253 NA NA NA Page 5 of 21 RFP No. 13-21/TW Custodial Services Management ADDENDUM NO. 5 Baldwin M/H 6th 12th 3038 291 Mill St. W., Baldwin 32234 111,910 1109 NA NA NA Dinsmore K-5 3045 7126 Civic Club Rd. 32219 61,783 520 NA NA NA Arlington E K-5 3046 1201 University Blvd. N. 32211 31,314 310 1 NA NA NA Jefferson, Thomas K-5 3048 8233 Nevada St. 32220 54,177 560 NA NA NA Whitehouse K-5 3051 11160 General Ave. 32220 68,060 510 NA NA NA Garden City K-5 3059 2814 Dunn Ave. 32218 52,863 497 NA NA NA Oceanway M 6th- 8th 3062 143 Oceanway Ave. 32218 133,946 1190 NA NA NA Fletcher M 6th- 8th 3063 2000 North 3rd St., JB 32250 147,530 1210 1 NA NA NA Hogan-Spring Glen PreK- 5 3064 6736 Beach Blvd. 32216 46,643 372 NA NA NA Atlantic Beach PreK- 5 3065 298 Sherry Dr., AB 32233 45,215 418 NA NA NA DuPont, Alfred 6th- 8th 3066 2710 duPont Ave. 32217 134,976 769 NA NA NA Page 6 of 21 RFP No. 13-21/TW Custodial Services Management ADDENDUM NO. 5 Venetia K-5 3068 4300 Timuquana Rd. 32210 45,068 412 1 NA NA NA Lake Shore 6th- 8th 3069 2519 Bayview Rd. 32210 125,224 1148 NA NA NA North Shore PreK- 5 3070 5701 Silver Plz. 32208 147,386 648 NA NA NA Hendricks Avenue K-5 3071 3400 Hendricks Ave. 32207 75,773 699 NA NA NA Spring Park PreK- 5 3072 2250 Spring Park Rd. 32207 45,116 453 1 NA NA NA Love, John PreK- 5 3073 1531 Winthrop St. 32206 37,073 234 NA NA NA Lake Forest PreK- 5 3074 901 Kennard St. 32208 72,949 433 NA NA NA Paxon School for Advanced Studies 9th 12th 3075 3239 Norman Thagard Blvd. (54) 169,506 1564 1 NA NA NA Southside Estates PreK- 5 3076 9775 Ivey Rd. 32246 72,567 550 NA NA NA Hyde Park K-5 3077 5300 Park St. 32205 54,294 455 NA NA NA Biltmore PreK- 5 3078 2101 Palm Ave. W. 32254 65,417 306 1 NA NA NA Page 7 of 21 RFP No. 13-21/TW Custodial Services Management ADDENDUM NO. 5 Ramona Boulevard K-5 3079 5540 Ramona Blvd. 32205 52,342 418 1 NA NA NA San Pablo K-5 3080 801 North 18th Ave., JB 32250 61,938 572 1 NA NA NA Love Grove PreK- 5 3082 2446 University Blvd. S. 32216 69,765 418 NA NA NA San Jose K-5 3083 5805 St. Augustine Rd. 32207 72,865 825 NA NA NA Bayview PreK- 5 3084 3257 Lake Shore Blvd. 32210 42,522 409 1 NA NA NA Lake Lucina K-5 3085 6527 Merrill Rd. 32277 51,471 394 1 NA NA NA Parker, Terry 9th 12th 3086 7301 Parker School Rd. 32211 203,050 1594 1 NA NA NA Englewood E K-5 3087 4359 Spring Park Rd. 32207 45,075 465 NA NA NA Stockton, John N.C. K-5 3088 4827 Carlisle Blvd. 32210 46,222 507 NA NA NA Woodland Acres PreK- 5 3089 328 Bowlan St. 32211 86,009 806 NA NA NA Englewood H 9th 12th 3090 4412 Barnes Rd. 32207 225,287 1849 NA NA NA Page 8 of 21 RFP No. 13-21/TW Custodial Services Management ADDENDUM NO. 5 Mathis, Sallye B. PreK- 5 3091 3501 Winton Dr. 32208 64,442 399 NA NA NA YMLA/YWLA 6th- 8th 3156 900 Acorn St. 32209 157,155 508 1 1 NA NA NA Pinedale PreK- 5 3093 4229 Edison Ave. 32254 93,594 349 NA NA NA Windy Hill K-5 3094 3831 Forest Blvd. 32246 62,600 640 NA NA NA Pearson, Rutledge H. PreK- 5 3095 4346 Roanoke Blvd. 32208 53,714 304 NA NA NA Ribault H 9th 12th 3096 3701 Winton Dr. 32208 210,496 1188 NA NA NA Cedar Hills PreK- 5 3097 6534 Ish Brant Rd. 32210 51,734 453 NA NA NA Timucuan K-5 3098 5429 110th St. 32244 66,593 592 NA NA NA Highlands E PreK- 5 3099 1000 dePaul Dr. 32218 63,642 415 NA NA NA Long Branch PreK- 5 3106 3723 Franklin St. 32206 44,710 249 NA NA NA Anderson, Douglas 9th 12th 3107 2445 San Diego Rd. 32207 184,449 1249 NA NA NA Page 9 of 21 RFP No. 13-21/TW Custodial Services Management ADDENDUM NO. 5 Tillis, Sadie K-5 3116 6084 Morse Ave. 32244 57,127 520 1 NA NA NA Evans, Saint Clair PreK- 5 5443 Moncrief Rd. 32209 56,819 476 1 NA NA NA Tolbert, Susie PreK- 5 3128 1925 West 13th St. 32209 56,947 287 1 NA NA NA Axson, J. Allen PreK- 5 3141 4763 Sutton Park Ct. 32224 59,647 574 1 NA NA NA Chaffee Trail PreK- 5 3142 11400 Sam Caruso Way 32221 97,053 736 1 NA NA NA Bridge to Success/West Jacksonville PreK- 5 3029 2115 Commonwealth Ave.32209 42,214 257 1 NA NA NA Jacksonville Beach K-5 3144 315 South 10th St., JB 32250 72,493 609 1 NA NA NA Darnell- Cookman 6th- 8th 3145 1701 Davis St. N. 32209 136,308 1225 2 NA NA NA Gilbert, Matthew 6th- 8th 3146 1424 Franklin St. 32206 120,222 434 NA NA NA Brown, Richard L. K-5 3058 1535 Milnor St. 32206 70,994 497 NA NA NA Livingston, S. P. PreK- 5 3149 1128 Barber St. 32209 110,372 416 1 1 NA NA NA Page 10 of 21 RFP No. 13-21/TW Custodial Services Management ADDENDUM NO. 5 New Berlin PreK- 5 3150 3613 New Berlin Rd. 32226 135,961 1178 NA NA NA Johnson, James Weldon 6th- 8th 3152 3276 Norman Thagard Blvd. 32254 135,531 1071 NA NA NA Stanton College Prep 9th 12th 3153 1149 West 13th St. 32209 153,799 1561 1 NA NA NA Ford, John E. PreK- 8 3154 1137 Cleveland St. 32209 111,183 650 1 NA NA NA Northwestern PreK- 5 3124 2100 West 45th St. 32209 111,778 401 1 NA NA NA Carver, George W. PreK- 5 3158 2854 West 45th St. 32209 52,282 352 NA NA NA Pine Forest K-5 3159 3929 Grant Rd. 32207 48,363 447 1 NA NA NA Waterleaf K-5 3160 450 Kernan Blvd. N. 32225 100,520 767 NA NA NA Bartram Springs PreK- 5 3161 14799 Bartram Springs Pkwy 32258 100,422 924 NA NA NA Daniels, R. V. K-2 3162 1951 West 15 th St. 32209 39,709 322 NA NA NA Payne, Rufus E. PreK- 5 3163 6725 Hema Rd. 32209 52,821 303 NA NA NA Page 11 of 21 RFP No. 13-21/TW Custodial Services Management ADDENDUM NO. 5 Mount Herman PreK- 12 3164 1741 Francis St. 32209 75,193 141 1 NA NA NA Raines, William 9th- 12th 3165 3663 Raines Ave. 32209 212,023 1062 1 NA NA NA Woodson, Carter G. PreK- 5 3166 2334 Butler Ave. 32209 52,311 605 NA NA NA Hull, S. A. PreK- 5 3169 7528 Hull St. 32219 40,048 240 NA NA NA Palm Avenue 41802 3170 1301 Palm Ave. 32254 41,262 129 NA NA NA Reynolds Lane PreK- 5 3202 840 Reynolds Ln. 32254 73,752 260 NA NA NA Kings Trail K-5 3203 7401 Old Kings Rd. S. 32217 47,626 459 1 NA NA NA Pickett K-5 3205 6305 Old Kings Rd. N. 32254 28,991 223 NA NA NA Brookview K-5 3206 10450 Theresa Dr. 32246 60,098 738 NA NA NA Stuart, J.E.B. 6th- 8th 3207 4815 Wesconnett Blvd. 32210 116,608 810 NA NA NA Parkwood Heights K-5 3208 1709 Lansdowne Dr. 32211 43,858 421 NA NA NA Page 12 of 21 RFP No. 13-21/TW Custodial Services Management ADDENDUM NO. 5 Holiday Hill K-5 3209 6900 Altama Rd. 32216 75,820 632 NA NA NA Oak Hill PreK- 5 3028 6910 Daughtry Blvd. S. 32210 72,234 549 NA NA NA Southside M 6th- 8th 3211 2948 Knights Ln. E. 32216 120,070 742 1 NA NA NA Ribault M 6th- 8th 3212 3610 Ribault Scenic Dr. 32208 110,752 615 NA NA NA Arlington M v 3213 8141 Lone Star Rd. 32211 151,688 880 1 NA NA NA Hyde Grove PreK- 5 3214 2056 Lane Ave. S. 32210 50,557 475 NA NA NA GRASP Academy PreK- 5 3027 3101 Justina Rd. 32277 43,027 242 NA NA NA Davis, Jefferson 6th- 8th 3216 7050 Melvin Rd. 32210 111,359 823 1 NA NA NA Brewer, Don K-5 3217 3385 Hartsfield Rd. 32277 83,867 538 1 NA NA NA San Mateo K-5 3218 600 Baisden Rd. 32218 51,702 704 NA NA NA Stilwell, Joseph 6th - 8th 3219 7840 Burma Rd. 32221 108,586 871 NA NA NA Page 13 of 21 RFP No. 13-21/TW Custodial Services Management ADDENDUM NO. 5 King, Martin Luther K-5 3220 8801 Lake Placid Dr. E. 32208 60,558 482 NA NA NA Normandy Village K-5 3221 8257 Herlong Rd. 32210 59,066 466 NA NA NA Greenfield PreK- 5 3222 6343 Knights Ln. N. 32216 50,275 490 NA NA NA Fletcher H 9th 12th 3223 700 Seagate Ave., NB 32266 185,919 2200 1 NA NA NA Wolfson, Samuel W. 9th 12th 3224 7000 Powers Ave. 32217 195,125 1255 NA NA NA Seabreeze K-5 3225 1400 Seabreeze Ave., JB 32250 47,115 679 NA NA NA Crystal Springs PreK- 5 3226 1200 Hammond Blvd. 32221 140,584 1043 NA NA NA Page 14 of 21 RFP No. 13-21/TW Custodial Services Management ADDENDUM NO. 5 Mayport E PreK-5 3227 2753 Shangri-La Dr., AB 32233 77,005 467 NA NA NA Merrill Road PreK-5 3228 8239 Merrill Rd. 32277 70,598 649 NA NA NA Jacksonville Heights K-5 3229 7750 Tempest St. S. 32244 80,893 581 NA NA NA Beauclerc K-5 3230 4555 Craven Rd. W. 32257 91,916 1048 NA NA NA Kernan Trail PreK-5 3231 2281 Kernan Blvd. S. 32246 85,184 654 NA NA NA Chimney Lakes K-5 3232 9353 Staples Mill Dr. 32244 130,230 1092 NA NA NA Lone Star K-5 3233 10400 Lone Star Rd. 32225 60,033 648 1 1 NA NA NA Jackson, Stonewall K-5 3234 6127 Cedar Hills Blvd. 32210 32,920 358 NA NA NA Fort Caroline E K-5 3235 3925 Athore Dr. 32277 66,094 611 NA NA NA Jones, Mamie Agnes K-5 3236 700 Orange Ave. Baldwin 32234 47,954 415 NA NA NA Sandalwood 9th - 12th 3237 2750 John Prom Blvd. 32246 297,641 2919 1 NA NA NA Fort Caroline M 6th - 8th 3238 3787 Univ. Club Blvd. 32277 94,602 502 NA NA NA Sabal Palm PreK-5 3239 1201 Kernan Blvd. N. 32225 144,731 1019 1 NA NA NA Page 15 of 21 RFP No. 13-21/TW Custodial Services Management ADDENDUM NO. 5 Westside High School 9th - 12th 3241 5530 Firestone Rd. 32244 186,454 1431 NA NA NA Sheffield, Louis K-5 3242 13333 Lanier Rd. 32226 63,181 830 NA NA NA Gregory Drive K-5 3243 7800 Gregory Dr. 32210 70,583 712 1 NA NA NA Highlands M 6th - 8th 3244 10913 Pine Estates Rd. E. 32218 134,879 803 NA NA NA Crown Point PreK- 5 3245 3800 Crown Point Rd. 32257 118,297 1043 1 NA NA NA Neptune Beach PreK- 5 3246 1515 Florida Blvd., NB 32266 114,252 938 NA NA NA Finegan, Joseph K-5 3247 555 Wonderwood Dr. AB 32233 70,090 432 NA NA NA White, Edward H. 9th - 12th 3248 1700 Old Middleburg Rd. 32210 205,297 1658 1 1 NA NA NA Greenland Pines PreK- 5 3249 5050 Greenland Rd. 32258 117,842 809 NA NA NA Pine Estates K-5 3250 10741 Pine Estates Rd. E. 32218 29,083 302 1 NA NA NA Arlington Heights K-5 3240 1520 Sprinkle Dr. 32211 58,314 422 NA NA NA Page 16 of 21 RFP No. 13-21/TW Custodial Services Management ADDENDUM NO. 5 Twin Lakes E K-5 3251 8000 Point Meadows Dr. 32256 129,089 874 NA NA NA Alden Road NA 3252 11780 Alden Rd. 32246 49,237 168 NA NA NA Twin Lakes M 6th - 8th 3253 8050 Point Meadows Dr. 32256 206,218 1303 NA NA NA Mayport M 6th - 8th 3254 2600 Mayport Rd., AB 32233 138,072 847 NA NA NA Enterprise PreK- 5 3255 8085 Old Middleburg Rd. 32222 124,746 827 NA NA NA Landmark 6th - 8th 3256 101 Kernan Blvd. N. 32225 229,597 1219 1 NA NA NA Alimacani PreK- 5 3257 2051 San Pablo Rd. 32224 132,311 852 NA NA NA Mandarin Oaks PreK- 5 3258 10600 Hornets Nest Rd. 32257 138,253 1120 1 NA NA NA Mandarin M 6th - 8th 3259 5100 Hood Rd. 32257 219,715 1473 1 NA NA NA Mandarin H 9th - 12th 3260 4831 Greenland Rd. 32258 324,672 2462 1 NA NA NA Robinson, Andrew PreK- 5 3262 101 West 12th St. 32206 120,720 662 NA NA NA Page 17 of 21 RFP No. 13-21/TW Custodial Services Management ADDENDUM NO. 5 Abess Park PreK- 5 3263 12731 Abess Blvd. 32225 115,156 740 1 1 NA NA NA Chets Creek K-5 3264 13200 Chets Creek Blvd. 32224 121,627 1295 NA NA NA First Coast 9th - 12th 3265 590 Duval Station Rd. 32218 321,975 2145 NA NA NA LaVilla 6th - 8th 3267 501 Davis St. N. 32202 115,400 1104 1 NA NA NA Atlantic Coast 9th - 12th 3268 9735 R.G. Skinner Parkway, 32256 297,039 2062 NA NA NA Biscayne PreK- 5 3269 12230 Biscayne Blvd. 32218 79,754 655 NA NA NA Oceanway E K-5 3270 12555 Gillespie Ave. 32218 78,913 597 NA NA NA Westview PreK- 8 3274 5270 Connie Jean Rd. 32210 161,310 1225 NA NA NA Kernan 6th - 8th 3279 2271 Kernan Blvd. S. 32246 165,390 1162 NA NA NA Peterson, Frank H. 9th - 12th 3280 7450 Wilson Blvd. 32210 372,330 1133 NA NA NA Randolph, A. Philip 9th - 12th 3285 1157 Golfair Blvd. 32209 240,309 469 1 NA NA NA Page 18 of 21 RFP No. 13-21/TW Custodial Services Management ADDENDUM NO. 5 Minimum Staffing Totals By Category *REQUIRED (Blank will be interpreted as Zero) 16,019,355 115,276 25 24 15 NOTE: While this RFP establishes minimum staffing levels, at its core is a performance contract, and if the contractor must increase minimum staffing levels to maintain the expectations of this performance contract, it will be the contractors sole responsibility to do so at the base contracted price. Attachment A (Part 1) District Facility Listing NOTE: Not Part of Base Contract - Contractor may be requested to assist in certain circumstances via Project Team, Overtime or Task Order Fee YOUTH DEVELOPMEN T ADDRESS NA NA NA NA NA NA NA NA NA NA NA AMI Kids of Jacksonville YD NA 7801 LoneStar Rd 32211 NA NA NA NA NA NA NA NA NA NA NA Duval Detention Center YD NA 1214 E. 8th Street, 32206 NA NA NA NA NA NA NA NA NA NA NA Duval Halfway House YD NA 7500 Ricker Road, 32244 NA NA NA NA NA NA NA NA NA NA NA Gateway Community Services YD NA 3747 Belfort Road, 32216 NA NA NA NA NA NA NA NA NA NA NA Hubbard House YD NA Confidential NA NA NA NA NA NA NA NA NA NA NA S c h o o l # G R A D E Page 19 of 21 RFP No. 13-21/TW Custodial Services Management ADDENDUM NO. 5 Impact Halfway House YD NA 940 Bridier St. 32206 NA NA NA NA NA NA NA NA NA NA NA PACE Center for Girls YD NA 2933 University Blvd. N. 32211 NA NA NA NA NA NA NA NA NA NA NA Pre-Trial Detention Center YD NA 500 E. Adams St. 32202 NA NA NA NA NA NA NA NA NA NA NA Tiger Success YD NA 4501 Lannie Rd. 32218 NA NA NA NA NA NA NA NA NA NA NA Youth Crisis Center YD NA 3015 Parental Home Rd 32216 NA NA NA NA NA NA NA NA NA NA NA Youth Development Programs YD NA 1840 W. 9 th Street, 32209 NA NA NA NA NA NA NA NA NA NA NA DISTRICT OPERATED PROGRAMS GRADE # ADDRESS NA NA NA NA NA NA NA NA NA NA NA Drop Back In Academy Educational 6th - 8th 50 7035-5 Phillips Hwy, 32216 NA NA NA NA NA NA NA NA NA NA NA Duval Virtual Instruction Academy K-12 3701 1701 Prudential Drive NA NA NA NA NA NA NA NA NA NA NA Hospital/Homeb ound, Vision, Hearing PreK-12 181, 289, 290 4037 Blvd. Center Drive Bldg B NA NA NA NA NA NA NA NA NA NA NA Schools for the Future Academy 6th - 8th 11 1824 North Pearl St. NA NA NA NA NA NA NA NA NA NA NA Teen Parent Service Center PreK-12 198 1701 Prudential Drive NA NA NA NA NA NA NA NA NA NA NA Page 20 of 21 RFP No. 13-21/TW Custodial Services Management ADDENDUM NO. 5 CHARTER SCHOOL GRADE # ADDRESS NA NA NA NA NA NA NA NA NA NA NA Duval Charter at Arlington K-8 123 100 Bell Tel Way 32216 NA NA NA NA NA NA NA NA NA NA NA Duval Charter High at Baymeadows NA 131 7510 Baymeadows Way 32256 NA NA NA NA NA NA NA NA NA NA NA Duval Charter at Baymeadows K-8 132 7510 Baymeadows Way 32256 NA NA NA NA NA NA NA NA NA NA NA Global Outreach Academy K-8 122 9570 Regency Square Blvd., 32225 NA NA NA NA NA NA NA NA NA NA NA KIPP Impact Middle School 6th - 8th 127 1440 McDuff Ave. N., 32254 NA NA NA NA NA NA NA NA NA NA NA KIPP Voice Elementary K 60 1440 McDuff Ave. N., 32254 NA NA NA NA NA NA NA NA NA NA NA Lone Star High 9th - 12th 47 8050-1 Lone Star Rd., 32211 NA NA NA NA NA NA NA NA NA NA NA Murray Hill High School 9th - 12th 134 929 McDuff Ave. S., 32205 NA NA NA NA NA NA NA NA NA NA NA Mycroschool for Integrated Technologies 9th - 12th 53 7764-17 Normandy Village Pkwy, 32221 NA NA NA NA NA NA NA NA NA NA NA Pathways Academy High School 9th - 12th 119 101 West State St., 32202 NA NA NA NA NA NA NA NA NA NA NA River City Science Academy Elementary K-5 129 7555 Beach Blvd. 32216 NA NA NA NA NA NA NA NA NA NA NA River City Science Academy Middle/High 41802 120 7565 Beach Blvd., 32216 NA NA NA NA NA NA NA NA NA NA NA Seacoast Charter Academy K-5 137 9100 Regency Square Blvd., 32211 NA NA NA NA NA NA NA NA NA NA NA Page 21 of 21 RFP No. 13-21/TW Custodial Services Management ADDENDUM NO. 5 SIA Tech High School 41894 118 4811 Payne Stewart Dr., 32209 NA NA NA NA NA NA NA NA NA NA NA Somerset Academy Elementary Eagle Campus K-5 125 8711 Lone Star Rd., 32211 NA NA NA NA NA NA NA NA NA NA NA Somerset Academy Middle Eagle Campus 6-8 (ch) 126 8985 Lone Star Rd., 32211 NA NA NA NA NA NA NA NA NA NA NA Somerset Academy High Eagle Campus 9th - 12th 138 8985 Lone Star Rd., 32211 NA NA NA NA NA NA NA NA NA NA NA SOS Academy Middle/High School 6-8 (ch) 102 6974 Wilson Boulevard 32210 NA NA NA NA NA NA NA NA NA NA NA Tiger Academy K-4 121 6079 Bagley Rd., 32209 NA NA NA NA NA NA NA NA NA NA NA Waverly Academy 6-8 (ch) 133 4200 Georgetown Dr. 32210 NA NA NA NA NA NA NA NA NA NA NA Wayman Academy of the Arts K-5 113 1176 Labelle Street 32205 NA NA NA NA NA NA NA NA NA NA NA Page 1 of 5 RFP No. 13-21/TW Custodial Services Management ADDENDUM NO. 4 ADDENDUM NO. 4 www.duvalschools.org/purchasing Issue Date: February 5, 2021 Phone: 904-858-4859 Buyer: Terrence Wright Bid Number: RFQ No. 13-21/TW Bid Title: Custodial Services Management Opening: Thursday, February 18, 2021, 2:00 p.m. (EDT). Bids received prior to this date and time will be opened in the Conference Room and may not be withdrawn for 120 days after opening. All bids received after the specified date and time will be returned unopened. The addendum shall serve to amend, replace and append information provided to potential respondents in the original RFQ package. To assist in the development of their responses, interested firms are encouraged to carefully review the information found in this addendum and on any additional enclosed documents. Purpose: 1. To answer questions received in accordance with this RFQ. 2. To replace Attachment C with the attached Attachment C. Questions and Answers 3H System 1. Question: Addendum 3 states that current contractor divided the building to 7 zones. Also it states in answer #63, that there are 858 staff to hire. Provided Current contractor's Union staff roster shows only 462 staff in 5 zones (Zone 1 to Zone 5). Please provide roster for staff working in Zone 6 and 7? Need additional information of 396 staff. Answer: The District does not determine the Contractors managerial zones. The Contractor has 5 zones, not 7 as previously stated. the answer to Addendum #3, Question #63 only provides the number of staff in the Current Contractors agreement as requested. It does not establish staffing levels for this RFP. While the RFP asks the vendors to ad- here to the current CBA, it is ultimately a performance contract and requires the bidding contractors to set the staffing levels they require in Attachment A to meet the standards set forth in Attachment G: List of Minimum Required Standards. There is no require- ment to duplicate the current Contractors staffing levels. The attachment containing current staffing from ABM only lists the positions, pay rates and benefits calculations, but does not list the number of employees at each location. Please refer to Section 8.0 F: eile re http://www.duvalschools.org/purchasing http://www.duvalschools.org/purchasing Page 2 of 5 RFP No. 13-21/TW Custodial Services Management ADDENDUM NO. 4 Proposed Work Plans for additional information. 2. Question: New Attachment L listed school #3155, Northwestern Middle, located at 2100 West 45th St. 32209. But Current vendors pay schedule in Addendum 2, at 2100 West 45th St. 32209, School number 3124, New Legends ES is there, paid $7.809.92 bi-weekly. Please clarify if you are paying $7,809.92 to Northwestern Middle not to New Legends ES. New Legends ES is not on the service location list, Attachment L. Answer: Attachment L is a sample of a costing sheet only. Northwestern Middle underwent a name change to a repurposing to an elementary school during the RFP process. The District is undergoing restructuring due to the passing of the Duval School Tax Refer- endum. Please bid the listed facilities and adjustments will be made for facility additions or deletions at the beginning of the contract period per Section 1.9 L based on the per square foot price. 3. Question: Addendum 3, #3 answer states that you pay 24 bi-weekly invoices. Do you pay every 15 days without skipping month to pay 24 invoices? The current bi-weekly price is based is based on 24 payments equally divided for annual cost? Answer: The RFP and Addendum #3 specifies that the payments will be made in 24 equal pay- ments unless otherwise negotiated. The current contractor negotiated 26 equal pay- ments annually at the beginning of their contract. 4. Question: Please provide the payrate for St. Claire Evans Elementary. Addendum 3 #76 states that St. Clair Evans is not part of 20-21 ABM Contract. Then, who provides the service and can you provide the roster of the staff with payrate, hired date? Is it under DCPS Union contract? Answer: There are no current contracted services provided at St. Clair Evans Elementary. Please bid the listed facilities and adjustments will be made for facility additions and deletions at the beginning of the contract period per Sections 1.9 L based on the per square foot price. HES Facilities Management 5. Question: Unfortunately, the link provided in the addendum (#3); dcps.duvalschools.org/Page/7268, does not provide a full headcount of GCA/ABM staffing as requested by multiple vendors. The file is only a list of position titles and the wages at each school, but lacks total headcount. This information is necessary for all vendors to adhere to the terms of the CBA with AFSCME, as required by the RFP. Can you please provide the full headcount of staff employed by GCA/ABM? Answer: The attachment containing current staffing from ABM only lists the positions, pay rates and benefits calculations but does not list the number of employees at each location. It also does not include pool persons, managers (non-union), project techs, DCPS employees or open positions as noted. While the RFP asks the vendors to adhere to the CBA, it is ultimately a performance contract and requires the bidding contactors to set the staffing levels they require in Attachment A to meet the standards set forth in G: List of Minimum Required Standards. There is no requirement to duplicate the current contractors staffing levels. Please refer to Section 8.0 E: Proposed Work Plans for Page 3 of 5 RFP No. 13-21/TW Custodial Services Management ADDENDUM NO. 4 additional information. 3H System 6. Question: On ABM staff list, ABM listed only 1 night custodian for the school needs more than 1 night custodian. Can you clarify if ABM pays same pay rate to night custodians at the schools needing more than 1 staff or they use only 1 night custodian? Answer: The attachment containing current staffing from ABM only lists the positions, pay rates and benefits calculations but does not list the number of employees at each location. If a position is missing from the ABM list at a particular school, it is likely filled by a DCPS employee. Please see DCPS list for comparison. While the RFP asks the vendors to adhere to the CBA, it is ultimately a performance contract and requires the bidding con- tractors to set the staffing levels they require in Attachment A to meet the standards set forth in G: List of Minimum Required Standard. There is no requirement to duplicate the current Contractors staffing levels. Please refer to Section 8.0 E: Proposed Work Plans for additional information. 7. Question: For the schools needing Day Porters, ABM didnt supply staff payrate for some schools. Does this mean that ABM did not have the Day Porter there? Answer: The attachment containing current staffing from ABM only lists the positions, pay rates and benefits calculations but does not list the number of employees at each location. If a position is missing from the ABM list at a particular school, it is likely filled by a DCPS employee. Please see DCPS list for comparison. While the RFP asks the vendors to adhere to the CBA, it is ultimately a performance contract and requires the bidding con- tract and requires the bidding contractors to set the staffing levels they require in Attach- ment A to meet the standards set forth in G: List of Minimum Required Standards. There is no requirement to duplicate the current Contractors staffing levels. Please see Section 8.0 E: Proposed Work Plans for additional information. 8. Question: What is the working schedule of the midday leader position? Answer: We do not set the work schedules for ABM employees, nor do we have a requirement for a Midday Leader. These are positions ABM created/adjusted to meet the needs of the school. While the RFP asks the vendors to adhere to the CBA, it is ultimately a perform- ance contract and requires the bidding contractors to set the staffing levels and positions require in Attachment A to meet the standards set forth in G: List of Minimum Required Standards. There is no requirement to duplicate the current Contractors staffing levels. Please see Section 1.4 A Staffing Levels and Section 8.) E. Facility Specific Start-Up Plan for more information. 9. Question: What is the working schedule of the Mid Shift (Day Porter)? Is it 4 hour position? Answer: We do not set the work schedules for ABM employees, nor do we have a requirement for a Mid Shift Day Porter. These are positions ABM created/adjusted to meet the needs of the schools. While the RFP asks the vendors to adhere to the CBA, it is ultimately a performance contract and requires the bidding contractors to set the staffing levels and positions they require in Attachment a to meet the standards set forth in G: List of Page 4 of 5 RFP No. 13-21/TW Custodial Services Management ADDENDUM NO. 4 Minimum Required Standards. There is no requirement to duplicate the current Contractors staffing levels. Please see Section 1.4 A Staffing Levels and Section 8.0 E. Facility Specific Start Up for more information. SSC Services for Education 10. Question: What is the work order system used by Duval County? Is it how the project technicians workload is set? Answer: The Contractor will not be using the District work order system. Any District requested projects will be initiated by the District Contract Manager, the school principals (approved by district Contract Manager) or will be initiated by the Contractor themselves identifying where needed to meet the Minimum Required Standards listed in Attachment G. 11. Question: Will the contractor be able to move the 64 current DCPS employees to different schools or do they need to stay at their current site? Answer: The existing DCPS employees will need to remain in their current positions. 12. Question: What are the next steps and timeline in the process? Answer: Following contract award, the Contractor will work with the District Contract Manager to implement the plans set forth in Section 8.0 E, District-Wide Macro Start-Up Plan and Facility Start-Up Plan SSC Services for Education 13. Question: Your current contractor says they have 858 people on staff. Can you get the breakdown of Full-time vs. Part-time employees please? Answer: We do not set the work schedules for Current Contractors employees. While the RFP asks the vendors to adhere to the CBA, it is ultimately a performance contract and requires the bidding contractors to set the staffing levels and positions they require in Attachment a to meet the standards set forth in G: List of Minimum Required Standards. There is no requirement to duplicate the current Contractors staffing levels. ABM Education 14. Question: Per RFP requirements related to Quality Assurance Program, what KPIs will be used to measure performance based on response to question #28 in Addendum #3. Answer: Key Performance factors will be based on the detailed minimum standards set forth in Attachment G. 15. Question: If contractor negotiates a wage and benefit increase greater than district/union wage and benefits, can we pass those costs to the district? Answer: No. The only pass-through wage increases are per Section 1.4 D. 1. The Contractor is responsible for any wage increases negotiated between the Contractor and Union. Page 5 of 5 RFP No. 13-21/TW Custodial Services Management ADDENDUM NO. 4 16. Question: Does wage pass through only address current employees and not starting wages? Answer: Generally, to receive the pass through wage increase, the employee must be employed with the Contractor as of July 1st for the year negotiated. For example, if the District negotiated a 1% raise for the Collective Bargaining Agreement year, July 1, 2021 through June 30, 2022 then the Contracted employees must be employed with the Con- tractor as of July 1st of the same year to receive the pass through wage increase. 17. Question: If wage rate is higher than in the CBA do we get reimbursed? Answer: The Contractor is only reimbursed per Section 1.4 D. 1. The District does not reimburse the Contractor for wages they negotiate with the Union higher than the pass-through rate. 18. Question: Please provide a specific DCPS contact the RFP submittal and cover letter should be addressed to? Answer: Terrence Wright, Director, Purchasing Services 19. Question: Per the updated Attachment A header in Addendum #2, the new numbers provided do not line up with the totals at the bottom in each category on the original Attachment A chart. Could you please provide us with a new chart/matrix that shows DCPS employees at the right schools that are consistent with the Addendum #2 totals? Example: Your adjusted header per addendum #2 calls for 25 day DCPS custodians Per the chart in the original RFP, the total number is showing 24. Your adjusted header per addendum #2 calls for 24 DCPS Leads. Per the chart in the original RFP, the total number is showing 26 Your adjusted header per addendum #2 calls for 15 DCPS Night Custodians. Per the chart in the original RFP, the total number is showing 14 Also the total represented in the blue chart header (DCPS must total) are not consistent with the Addendum #2 totals. Answer: Please see revised Attachment A. The numbers in the chart were correct at the time of RFP release. Any movement of District employees, including retirements, will be adjusted with the awarded Contractor prior to the start of the Contract. 20. Question: For planning purposes, and for the bidders that advance, does DCPS anticipate on March 5th to be virtual or in person? Answer: This determination will be made by the Evaluation Committee at the Committee Evaluation Meeting scheduled for February 26, 2021. ATTACHMENT C RFP No. 13-21/TW Custodial Services Management ADDENDUM NO. 4 COST PROPOSAL FORM INSTRUCTIONS: Complete the following Contract information, not exceeding more than three decimal places. Contract Pricing: This is to be inclusive of all costs associated with management and operations, to include the management of DCPS custodial employees. ITEM #1: CONTRACT PRICING Square footage shall be in accordance with the Florida Inventory of School Houses (FISH) (Reference Section 8.0.G of the RFP) This cost is inclusive. Price per square foot: $_______ per month x 16,019,355 Estimated Total Net Sq. Ft. x 12 months = ($_.XXX) $______________ Total Annual Contract Cost. ________________________________ _____________________________ COMPANY NAME SIGNATURE/TITLE Page 1 of 13 RFP No. 13-21/TW custodial Services Management ADDENDUM NO. 3 ADDENDUM NO. 3 www.duvalschools.org/purchasing Issue Date: January 25, 2021 Phone: 904-858-4859 Buyer: Terrence Wright Bid Number: RFQ No. 13-21/TW Bid Title: Custodial Services Management Opening: Thursday, February 18, 2021, 2:00 p.m. (EDT). Bids received prior to this date and time will be opened in the Conference Room and may not be withdrawn for 120 days after opening. All bids received after the specified date and time will be returned unopened. The addendum shall serve to amend, replace and append information provided to potential respondents in the original RFQ package. To assist in the development of their responses, interested firms are encouraged to carefully review the information found in this addendum and on any additional enclosed documents. Purpose: 1. To answer questions received in accordance with this RFP. 2. To establish a new deadline for written questions. The deadline for written questions is February 4, 2021, 4:00 p.m. (EST). 3. Required Response Form is Attachment B. (Page 2 of 49) Please note original signature must be submitted on Required Response Form. Questions and Answers ABM Education 1. Question: In attachment A, Sabal Palms square footage is listed at 2,836 sq ft. Is that accurate? Answer: No, the correct square footage is 144,731. Please see revised Attachment A in Addendum #2. 2. Question: In attachment A and L, are all portables included in the square footage? Answer: The portables are included in Attachment A; the Attachment L Costing Sheet is an example. The Costing Sheet to the awarded vendor will be based on Attachment A. 3. Question: In regard to bi-weekly billing, would it be 24 or 26 invoices? Answer: 24 invoices, unless otherwise negotiated with awarded vendor. eile re http://www.duvalschools.org/purchasing http://www.duvalschools.org/purchasing Page 2 of 13 RFP No. 13-21/TW custodial Services Management ADDENDUM NO. 3 4. Question: 1.4 A Is it the Districts intention that the awarded contractor can fluctuate the employee work hours based on the school calendar? Will the District be able to request a certain amount of work hours per employee? Answer: The Contractor is expected to provide the Full Time Equivalent (FTE) number of employees as defined in section 1.4A and as indicated by the Contractor on Attachment A, year round. However, per section 13.0 B, the District may allow a reduction in FTE by site based on performance standards. Any reduction or adjustment to FTE (s) is at the sole discretion of the District and must be requested and approved in writing. 5. Question: 1.4 A 5. What entails the initial negotiated rate for each person in regards to staffing deductions? Answer: The District and the Contractor will agree to an average wage rate for each position (Custodian and Lead Custodian) at the beginning of the contract. This rate will be the starting point to calculate attrition, staffing reductions and additions. Adjustments to these rates will match the District CBA wage increases and will be adjusted annually. 6. Question: Will there be any concessions taken into account for unnatural events such as natural emergency, pandemic, etc.? Answer: Any unforeseen events will be addressed as they occur within the terms of the Contract. 7. Question: 1.4 D 1. - Once the wage adjustment payment is made to the employees on the off- cycle payday, how soon can the contractor expect reimbursement? Will the reim- bursement follow the same timeline guidelines as the bi-weekly billing? Answer: The reimbursement will be paid per District policies. 8. Question: 1.5 In regards to the district reserves the right to request additional equipment purchase with consideration of services performance. Is there a cap on the dollar amount? Will the District reimburse for this? Can you give examples of the type of equipment the District might request? Answer: If the District requests equipment above and beyond normal requirements to complete the scope of work, then the District will either direct purchase the equipment for use by the Contractor or will reimburse the contractor the tax-free cost of the equipment. One example would be electrostatic sprayers. 9. Question: 1.5 In regards to A penalty shall be imposed on the contractor for repeatedly reporting light fixtures to District maintenance in place of changing the light bulbs Who makes the determination on the fine? Is there an appeal process? Answer: The Custodial Contract Manager will make the determination of imposing fines. The Contractor may appeal to the Director of Maintenance for further review. The intent is for the efficient use of time for the District Electricians by preventing unnecessary trips. 10. Question: 1.7 The RFP currently refers to the 3000 and 3500 hours of overtime in several places. Is it 3000 or 3500? Page 3 of 13 RFP No. 13-21/TW custodial Services Management ADDENDUM NO. 3 Answer: The correct number is 3,500 hours as per section 1.4 F. The reference to 3,000 hours in section 1.7 Capital Projects is a typographical error. 11. Question: 1.9 A 2 In regards to The contractor will be required to assume custodial duties for daily cleaning of schools which have summer school classes, and facilities which have summer operations., does this include summer camps? Answer: Yes, unless otherwise instructed by the Custodial Contract Manager. 12. Question: 1.9 A 12 states However the contractor shall have a plan available at each school that details when and how the classroom floors will receive a 2nd strip and wax or a recoat during the school year if required. Classroom floors must be refreshed at least one (1) time per school year. Is DCPS looking for as required or one (1) time per year. ? Answer: All District floors that receive wax are to be stripped and waxed during the summer AND refreshed (either scrubbed and recoated or striped and waxed, based on condition) at least one (1) time per year. 13. Question: 1.9 A 13 h the RFP states Do not flood floors during the stripping process. Contractor will be responsible for damages due to the overuse of water while waxing floors. Is it DCPS intention that the contractor not perform chemical stripping of tile floors? During the stripping process, you are required to flood the floors in order to emulsify the floor finish. Also what is the process for determining whether the stripping process actually caused tile damage and not poor or improper tile installation, cheap glue, moisture intrusion, etc.? What specifically are the damages fee/deductions? Answer: The Contractor must use reasonable caution to not overflood floors. The intent is to not damage walls in room or on lower floors, damage carpet or wood flooring in neighboring rooms, etc. This will be determined as the cause on a case-by-case basis between the Custodial Contract Manager and the Contractor, however if a consensus cannot be reached, the Executive Director of Maintenance will make the determination. Any fees for damages will be negotiated based on replacement cost. 14. Question: 1.9 D Is it the Districts intention that all management and administrative personnel actually have cellular phones, or will the contractor have option to provide cellular phones, to administrative personnel? Answer: Any Management or Administrative personnel working in District facilities must have cell phones available for business use. Contractor employees cannot expect to use landline phones in District Facilities for personal or business use, nor will the District provide cell phones to Contracted employees. 15. Question: 1.9 G 2 Is it the Districts intention that the Project Technicians are management personnel or hourly personnel? There are several responsibilities listed that might require immediate dispatch such as Cut off water supply until maintenance employees can respond. Are these positions open to District employees? Answer: The Project Technicians are expected to do light maintenance, to provide extra support for large projects or to assist school custodial staff where needed. In terms of FTE(s), the Page 4 of 13 RFP No. 13-21/TW custodial Services Management ADDENDUM NO. 3 Project Technicians and Managerial Employees are two separate positions. The District does not employ Project Technicians. 16. Question: 1.9 G 2 a Is it the Districts intention that the contractor to cut ceiling tiles in order to replace them? Answer: The District will provide pre-cut ceiling tiles. 17. Question: 1.9 G 2 e Is it the Districts intention to train the project techs on the proper techniques to Set, clear and remove rodent/small animal traps when required.? Will the project techs be required to obtain some type of license or certification to perform this task? Answer: No training is, or license is required to set or remove the types of traps to be provided (such as glue traps). Please follow manufacturer instructions. 18. Question: 1.9 G 2 f Is there a written process or training provided by the District or the State in order to Properly dispose of small animal carcasses? What are the actual requirements such as disposing of carcasses in the school dumpsters, etc. Are the contractors supposed to crawl under portables or buildings in order to retrieve carcasses? Answer: There is no written process nor training. The Contractor is expected to remove small carcasses in reasonable cases and dispose in school dumpster. Examples would be removal of deceased squirrel in driveway, or removal of deceased lizard from classroom. Hard to reach locations and difficult or potentially dangerous instances will be handled by the District Pest Control Contractor. 19. Question: 1.9 G 2 G1 Is it the Districts intention that the contractor only pressure wash the con- crete sidewalks on these campuses? Are the brick courtyards included? If included, is the contractor required to re-sand the bricks after the pressure washing has been com- pleted? Are there maps of areas to be completed? Answer: Only concrete sidewalks are included. Maps will be provided to the awarded Contractor, if needed. 20. Question: 1.9 P Are there any specifics on the asbestos awareness training course? What topics does it need to cover, etc? Answer: Training must adhere to EPA requirements training https://www.epa.gov/asbestos/asbestos-training 21. Question: 1.9 Q What is the Districts definition of moderate in regards to blood and body fluid spills? Answer: Area can be reasonably cleaned with the equipment and supplies that the Contractor has on hand. 22. Question: 8 F 2 d - Please clarify the goals for each MBE and SBE. 5% MBE and 5% SBE for total of 10%? https://www.epa.gov/asbestos/asbestos-training Page 5 of 13 RFP No. 13-21/TW custodial Services Management ADDENDUM NO. 3 Answer: The total goal is 10% participation. This is requesting that 5% participation is with a Small Business Enterprise certified OEO vendor (SBE) and 5% participation is with a Minority/Women Business Enterprise (M/WBE) certified OEO vendor. 23. Question: 8 F 2 D OEO participation goals on this contract is based on the total contract minus salaries and management fees Please clarify the participation goal. Answer: The 10% participation is to be determined based on the total contract minus salaries and management fees. 24. Question: 12.4 Please clarify the fees and the process for determining the fees in regards to if the contractor does not meet the Small Business Enterprise and the Minority/Women Business Enterprise goals and do not provide sufficient evidence of Good Faith Efforts, additional nonperformance fees may be assessed.? Answer: The Office of Economic Opportunity will review its designated forms: Professional and Construction Services Monthly Utilization Report, Subcontractor Participation Good Best Faith Efforts, Participation Letter of Intent, Best Faith Efforts Non-Compliance Supplement, Business Feedback and Business Complaint forms. A penalty of one percent (1%) of the contract amount or one thousand dollars ($1,000) per day (whichever is less) may be applied if reporting requirements are not provided within the specified time. A financial penalty will not halt construction on a project, unless non-compliance is continuous over a period of time. If non-compliance is not cured in a reasonable amount of time with the OEO, the District shall deem non-reporting a breach of contract, in which case the District may terminate the contract. 25. Question: 15.5 In regards to drug testing, is it the Districts intention to drug test the hourly and the staff and management employees? How often will existing employees have to re-take the the drug test, if any? Answer: The District requires the Contractor to maintain a pre-employment drug test program. Subsequent tests are per Contractors employment policies. 26. Question: Will bids need to be submitted through DemandStar in addition to RFP submittal instructions? Answer: Bids are to be submitted to Purchasing Services, 1701 Prudential Drive, Suite 322, Jacksonville, Florida, 32207 as stated in section 3.2 of the RFP. 27. Question: In attachment A the header (row 2) states that the student population is from 2014. Can the district provide the current student population by facility? Answer: Use the numbers provided as a reasonable estimate. Current population numbers will not provide an accurate estimate of normal school year population due to the number of students in alternative learning options due to pandemic requirements. 28. Question: As stated, in regards to staffing levels: DCPS will make the determination unilaterally as to when deductions ae applicable. What % or # below minimum staffing levels triggers the penalty & what determines what determines when the penalty or credits stop? Page 6 of 13 RFP No. 13-21/TW custodial Services Management ADDENDUM NO. 3 Answer: There is no staffing threshold to trigger penalty. While this RFP establishes minimum staffing levels, the RFP remains a performance contract. Therefore, the merits and/or deductions will ultimately be determined based on the performance of the Contractor and their provision of services meeting the minimum standards set forth in Attachment J. The penalty will cease when the staffing levels and/or performance returns to the levels required by this RFP. SSC Services for Education 29. Question: Does Duval County feel the current contractor is providing an APPA 2 service level districtwide? Answer: The performance of the current contractor is not relevant to the bidding of this RFP. The minimum standards have been outlined in Attachment J. 30. Question: Please confirm that Duval County is providing all consumables to include paper products, trash can liners except for the green label 90-gallon liners, hand soap and sanitizer, and all light bulbs other than 4-foot T-8 and T-12 bulbs. Answer: The Contractor is only responsible for the consumables and lightbulbs identified in this RFP. 31. Question: If the district is supplying those consumables, are they standardized throughout the district? Answer: Consumables are mostly standardized, however there are exceptions. 32. Question: Please explain the Civil Service rules referenced on page 11 of the RFP. Answer: Civil Services Rules set forth the policies and procedures for the establishment, maintenance and administration of the Civil Service and Personnel Rules and Regulations, pertaining to Civil Service positions and employees within the consolidated City of Jacksonville. Please see updated link to City of Jacksonville website: https://www.coj.net/getattachment/Departments/Employee-Services/Civil-Service-and- Personnel-Rules-and-Regulations/Civil-Service-Rules-September-2016-(1).pdf.aspx 33. Question: On page 11 there is reference to the ability to raise wages through annual CBA negotiations What will happen if the state payroll tax or other payroll costs are adjusted? How can the vendor recoup these costs? Answer: The State of Florida does not currently have an Income tax. Any unforeseen regulations imposed in the future by Federal, State or Local entities will be addressed on a case-by- case basis. 34. Question: What is the current process for notification of when deficiencies have been cured as outlined in section 12.4 of the RFP? Answer: The Contractor will notify the Custodial Contract Manager when the deficiency is corrected via email, then the Custodial Contract Manager or designee will re-inspect for completion. Page 7 of 13 RFP No. 13-21/TW custodial Services Management ADDENDUM NO. 3 35. Question: Are the SBE and M/WBE goals supposed to be 5% or 10% of the total? What is the current vendor doing to meet this goal? Answer: The total goal is 10% participation. This is requesting that 5% participation is with a Small Business Enterprise certified OEO vendor (SBE) and 5% participation is with a Minority/Women Business Enterprise (M/WBE) certified OEO vendor. 36. Question: The initial stated days of notice to extend is set at 120 days. However, in incentives section 13 on page 33 it says we will be notified 30 days after the initial contract term is completed. Please verify. Answer: The District shall notify the Contractor of the intent to renew on the original four (4) contract renewals 120 days before the expiration of the contract. The Incentive renewals are an additional four (4) years and are a merit-based incentive. These will have the notification outlined in section 13. 37. Question: Exhibit 2 on page 129, please explain why this form is needed and if the intent for these provisions are to override previously stated items throughout the RFP. In particular provision number 8. Answer: It is a legal requirement that these stipulations are met with vendors we contract with. These forms attest to the vendors compliance with these stipulations. 38. Question: Does the current provider maintain the safety shoe and uniform program to your satisfaction? Answer: Yes 39. Question: What is the current pay scale and starting wage and starting wage that the contractor uses per the CBA? Answer: See the following website: https://dcps.duvalschools.org/Page/7268 40. Question: Is there a separate CBA from the one in addendum #1 that relates to your current contractor and their staff? Answer: There are two CBAs one between DCPS and AFSCME governing DCPS employed staff, and one between the current contractor and AFSCME governing their employees. 41. Question: Please provide a current employee list with years of service and wages so we can properly figure the longevity bonus. Answer: Please visit the following website: https://dcps.duvalschools.org/Page/7268 42. Question: What is the height expectation for cleaning inside and outside windows? Answer: Same as inside height expectation, 8 ft or what can be reached with an extension pole. 43. Question: Who is responsible for changing the lightbulbs under the metal awnings at building entrances? https://dcps.duvalschools.org/Page/7268 https://dcps.duvalschools.org/Page/7268 Page 8 of 13 RFP No. 13-21/TW custodial Services Management ADDENDUM NO. 3 Answer: District Maintenance 44. Question: Who is responsible for inside and outside matting? If it is the contractor do you have an annual amount of usage or current outside vendor being used? Answer: The interior and exterior door mats are provided by the District. 45. Question: Is there a chance for the district to switch soap and paper towel dispensers in the future? Answer: No plans at this time. 3H System 46. Question: Can you provide the information about schools/facilities by the zone? Answer: The District does not determine the Contractors geographical management zones. 47. Question: Do you have 7 zones? Answer: The current contractor has divided the District into 7 zones for their managerial purposes. 48. Question: Attachment F-SBE/M,WBE it states goal of 10% for SBE and 10% for M/WBE. As I questioned in previous email, RFP states 5% for SBE and 5% for M/WBE which is different from Attachment F. Can you clarify which goal is correct and if you are sending out ne Attachment F with 5% requirement? Answer: The total goal is 10% participation. This is requesting that 5% participation is with a Small Business Enterprise certified OEO vendor (SBE) and 5% participation is with a Minority/Women Business Enterprise (M/WBE) certified OEO vendor. 49. Question: When are you planning to publish Addendum for all questions submitted after Addendum 2 issue? Answer: January 25, 2021 50. Question: We couldnt find qualified SBE, M/WBE, and it is hard. Sent out emails, calls, still no result. Can you provide the incumbent SBE, M/WBE company information? Answer: Please visit the Office of Economic Opportunitys website for directory of certified vendors: https://dcps.duvalschools.org/Page/7310 51. Question: For Cost proposal., p28 G states it requires to submit Attachment C. Can you confirm that Attachment C is the only form needs to be submitted and Attachment L is not required to submit. Answer: Attachment L is a sample of the Costing Sheet to be used and not to be submitted with bid. 52. Question: RFP states that cost proposal will include 3,500 overtime hours. Is 3,500 hours per School for 1 year ? https://dcps.duvalschools.org/Page/7310 Page 9 of 13 RFP No. 13-21/TW custodial Services Management ADDENDUM NO. 3 Answer: The 3,500 hours is not per school but used Districtwide for one year. Question: Did ABMs 2020-2021 price include 3,5000 overtime hours for each location? Answer: No, the overtime hours are not per location. The current contractors contract does include3,000 districtwide hours annually, to be used Districtwide. ABM Education 53. Question: The current CBA for the custodial staff allows them to accrue and bank 30 days of PTO / year. Is it DCPS desire that the successful bidder not challenge these current benefits w/ the bargaining unit? Answer: Section 1.4 C reads, The Contractor selected as a result of this RFP shall recognize and comply with all terms and conditions of the existing bargaining agreements and the Civil Service Rules as outlined above, including all wage provisions. However, the District does not determine the future negotiated terms of agreement between the Union and the Contractor. 54. Question: In Attachment A, does the Schultz Center include the Team B building? If so, does the square footage of 108,415 include Team B? Answer: Team B is included. The square footage in Attachment A is correct. HES Facilities Management 55. Question: Please confirm that Pg. 28, Section F.2.D: sets the established goal of 5% M/WBE and 5% SBE participation for this RFP Answer: The total goal is 10% participation. This is requesting that 5% participation is with a Small Business Enterprise certified OEO vendor (SBE) and 5% participation is with a Minority/Women Business Enterprise (M/WBE) certified OEO vendor Pg. 11, Section C paragraph 2: States the contractor shall recognize and agree to all terms of the existing bargaining agreements. Section 30 of the Collective Bargaining Agreement between AFSCME/GCA-ABM states that any successor to the contract is obligated to employ all the Bargaining Unit employees. AFSCME representatives have replied to inquiries that DCPS should supply an up- to-date roster with pay rates and years of service through an addendum for all vendors. 56. Question: Please provide the roster of current employees and pay rates that the potential contractor is obligated to employ. Answer: See the following site: dcps.duvalschools.org/Page/7268 Aramark 57. Question: Are we allowed to send DocuSign documents in place of originals with our submission? Answer: Bids are to be submitted to Purchasing Services, 1701 Prudential Drive, Suite 322, Page 10 of 13 RFP No. 13-21/TW custodial Services Management ADDENDUM NO. 3 Jacksonville, Florida, 32207 as stated in section 3.2 of the RFP. Sq Feet: 58. Question: Sabal Palm Elem states 2,836 but Google maps has it more like 132K.. can you please update or clarify the building sq ft? Answer: No, the correct square footage is 144,731. Please see revised Attachment A Employees: 59. Question: Please provide a roster of ABM employees with current employee wages/pay rates, benefits, etc (this is needed by all companies bidding to ensure we comply with the Union CBA) without this information there is a huge risk for all parties including Duval and and it would not be an apples to apples comparison. Answer: See the following site: dcps.duvalschools.org/Page/7268 MWBE/SBE: 60. Question: Please clarify that the goals are in fact 5% SBE and 5% M/WBE (see pages RFP. 28 & 48) and not 10% SBE & 10% M/WBE as stated otherwise on Attachment F (see RFP P. 72) Answer: The total goal is 10% participation. This is requesting that 5% participation is with a Small Business Enterprise certified OEO vendor (SBE) and 5% participation is with a Minority/Women Business Enterprise (M/WBE) certified OEO vendor Question: Duval County Public Schools Office of Economic Opportunity website includes a variety of Forms, but those forms were not specifically included in the RFP only Form 5 for reporting purposes is refenced in the RFP. Unless the client already has or included these forms elsewhere in the RFP release, please ask to clarify if any of the following additional forms diverse-supplier related forms on the clients website are required with your proposal submission or not: Answer: Per section 27.0: Office of Economic Opportunity (OEO) Participation The Proposed Schedule of Participation Form (Attachment F) should be completed and submitted with your proposal. Question: Are any of the following forms listed on Duval County Public Schools Office of Economic Opportunity required at the time of proposal submission: Proposed Schedule of Participation (OEO Form 1); Proposed Schedule of Participation on Alternate Number (OEO Form 1A); Letter of Intent to Perform as S/MBE and/or M/WBE Subcontractor/proposer (OEO Form 2); OEO Identification Affidavit (OEO Form 2A); Prime Contractor Affidavit (OEO Form 3); Pre-Award Waiver For Good Faith Efforts (OEO Form 4); and OEO Change Order Participation Report (OEO Form 6) Answer: Per section 27.0: Office of Economic Opportunity (OEO) Participation The Proposed Schedule of Participation Form (Attachment F) should be completed and submitted with your proposal. Page 11 of 13 RFP No. 13-21/TW custodial Services Management ADDENDUM NO. 3 Is OEO Form 4 Pre-Award Waiver for Good Faith Efforts required at the time of proposal submission along with supporting documentation if a bidder needs to request a full or partial waiver? Answer: Per section 27.0: Office of Economic Opportunity (OEO) Participation The Proposed Schedule of Participation Form (Attachment F) should be completed and submitted with your proposal. SSC Services for Education 61. Question: There are a number of smaller elementary schools between 30,000-45,000 square feet. Is the expectation for them to have an 8 hour day porter? Answer: Due to the nature of the work, it is expected that at least one custodian is available during all school and after school hours when students and/or staff are present in case of immediate need (spills, etc). However, the custodians daily work duties are at the discretion of the Contractor to meet the standards set forth in Attachment J. 62. Question: Is that what the current company provides? Answer: We do not know the daily scheduled duties of the current Contractors employees. 63. Question: What is the current number of total staff that your provider employs for this contract? Answer: The Current Contractor is required to employ 858 per contract to include all positions listed on Attachment A (custodial, pool, project techs, managerial, etc.). Bidding Contractors shall determine their required staffing levels in Attachment A. 64. Question: Please define what a lead custodian is. Is it a day porter or a building supervisor? Answer: Please see section 1.4 A for FTE Staffing Level definitions. Generally, the Lead Custodians work with the majority of the nightly cleaning staff but needs will vary per school. The Contractor ultimately decides how best to staff the facilities to achieve the required service levels outlined in Attachment J. 65. Question: What are the current staffing levels for lead custodian, custodian, project technicians and pressure washers? Answer: See the following site: dcps.duvalschools.org/Page/7268. Not included in attachment: 55 Pool Custodians, 8 Project Techs, 1 Pressure Washing Tech 66. Question: Please outline which schools belong to which zones in Duval County. Answer: The District does not determine the Contractors geographical management zones. 3H System 67. Question: Can you clarify if the Lead position is under the Union contract or not since their main duty is supervision?

1701 Prudential Drive Jacksonville, FL 32207Location

Address: 1701 Prudential Drive Jacksonville, FL 32207

Country : United StatesState : Florida

You may also like

Custodial Services at OR005 in Eugene, OR

Due: 22 Dec, 2024 (in 8 months)Agency: DEPT OF DEFENSE

Cleaning Supplies, Equipment and Custodial Related Services and Solutions

Due: 31 Oct, 2024 (in 6 months)Agency: Arkansas Department of Finance and Administration

Please Sign In to see more like these.

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