Plumbing Supplies

From: Duval County Public Schools(School)
ITB-017-24/JR

Basic Details

started - 02 Feb, 2024 (2 months ago)

Start Date

02 Feb, 2024 (2 months ago)
due - 30 Nov, 2024 (in 7 months)

Due Date

30 Nov, 2024 (in 7 months)
Bid Notification

Type

Bid Notification
ITB-017-24/JR

Identifier

ITB-017-24/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.

Duval County Public Schools www.duvalschools.org Purchasing Services PH: (904) 858-4848 1701 Prudential Drive FAX: (904)858-4868 Jacksonville, FL 32207 February 13, 2024 Apple Specialties Inc. Best Plumbing Specialties, Inc. Palm Beach Plumbing Parts, Inc. Total Maintenance Solutions, Inc. Warriors Supply Depot, Inc. RE: ITB-017-24/JR Dear Sir/Madam: On Wednesday, February 7, 2024, the Superintendent designee of Duval County Public Schools approved the award of bid ITB-017-24/JR – Plumbing Supplies. This is your official notification of bid award. This award is for the period of date of award through November 30, 2024. 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 http://www.duvalschools.org/ ITB-017-24/JR PLUMBING SUPPLIES Date Opened: 12/07/2023 BID TABULATION ItemDCPS# Description Qty Unit Price Extension Price Extension 1 3459 Valet Units- cold (for K-7856 and K-7825). KOHLER GP330004 RIGHT-HAND NO SUBSTITUTE 100 EACH NO BID $0.00 NO BID $0.00 $13.45 $1,345.00 $14.12 $1,412.25 2 3460 Valet units- hot (for K7856 and K-7825) KOHLER GP330002 LEFT- HAND NO SUBSTITUTE 100 EACH NO BID $0.00 NO BID $0.00 $13.45 $1,345.00 $14.12 $1,412.25 3 8335 faucet, deck mounted, single water inlet polish chrome plated finish. CHICAGO FAUCETS 350-ABCP NO SUBSTITUTE 200 EACH $79.95 $15,990.00 $83.95 $16,789.50 NO BID $0.00 NO BID $0.00 4 3146 Faucet lavatory, two handle, 4" center, pop up drain, square handle, polished chrome. KOHLER 7401-2A-CP. TRITON NO SUBSTITUTE 30 EACH NO BID $0.00 NO BID $0.00 NO BID $0.00 NO BID $0.00 5 3149 Lavatory faucet. KOHLER K-7510-C-CP NO SUBSTITUTE 15 EACH NO BID $0.00 NO BID $0.00 NO BID $0.00 NO BID $0.00 6 3140 Tube, Slip Joint with Nut & Washer 17 gauge, 1-1/2" X 12" MAIN LINE ML 10425, PROFLO PFETB611, KEENY 7906PCBN or acceptable substitute 50 EACH NO BID $0.00 NO BID $0.00 NO BID $0.00 NO BID $0.00 7 8442 Sink faucet, swing spout aerator goose neck; wall mount fitting. CHICAGO 540- LDL9-ABCP NO SUBSTITUTE 30 EACH $158.40 $4,752.00 $166.32 $4,989.60 NO BID $0.00 NO BID $0.00 8 8441 Sink faucet, deck type mounting CHICAGO- 1100ABCP NO SUBSTITUTE 50 EACH $172.00 $8,600.00 $180.60 $9,030.00 NO BID $0.00 NO BID $0.00 9 2970 Basin, cast, iron enameled, 17" X 19" 3-hole with 4" centers, wall hung, WHITE KOHLER 2861-0,ELJER 052-O164 or acceptable substitute 30 EACH NO BID $0.00 NO BID $0.00 NO BID $0.00 NO BID $0.00 10 2973 Toilet bowl, adult, 12" rough, 1-1/2" Topspud.elongated WHITE CRANE 3-325, KOHLER 4406-0 or acceptable substitute 40 EACH NO BID $0.00 NO BID $0.00 NO BID $0.00 NO BID $0.00 ITEMS 11 THRU 17 AWARDED ALL OR NONE 11 3197 Handle Assembly Complete prod. Code: 5302279. SLOAN B-32-A NO SUBSTITUTE 180 EACH $12.45 $2,241.00 $13.07 $2,353.05 $10.79 $1,942.20 $11.33 $2,039.31 12 3200 Vacuum breaker, repair kit 1-1/2" X 9" (for;V500A & V500AA), Prod. Code:3323192 SOLAN V-551-A, with G44 Ring & V-552 baffle NO SUBSTITUTE 400 EACH $2.24 $896.00 $2.35 $940.80 $2.25 $900.00 $2.36 $945.00 5% Added to Extension Price 5% Added toExtension Price BEST PLUMBING SPECIALTIES INC (OUT OF STATE VENDOR) APPLE SPECIALTIES INC (OUT OF STATE VENDOR) Page 1 of 22 ITB-017-24/JR PLUMBING SUPPLIES Date Opened: 12/07/2023 BID TABULATION ItemDCPS# Description Qty Unit 1 3459 Valet Units- cold (for K-7856 and K-7825). KOHLER GP330004 RIGHT-HAND NO SUBSTITUTE 100 EACH 2 3460 Valet units- hot (for K7856 and K-7825) KOHLER GP330002 LEFT- HAND NO SUBSTITUTE 100 EACH 3 8335 faucet, deck mounted, single water inlet polish chrome plated finish. CHICAGO FAUCETS 350-ABCP NO SUBSTITUTE 200 EACH 4 3146 Faucet lavatory, two handle, 4" center, pop up drain, square handle, polished chrome. KOHLER 7401-2A-CP. TRITON NO SUBSTITUTE 30 EACH 5 3149 Lavatory faucet. KOHLER K-7510-C-CP NO SUBSTITUTE 15 EACH 6 3140 Tube, Slip Joint with Nut & Washer 17 gauge, 1-1/2" X 12" MAIN LINE ML 10425, PROFLO PFETB611, KEENY 7906PCBN or acceptable substitute 50 EACH 7 8442 Sink faucet, swing spout aerator goose neck; wall mount fitting. CHICAGO 540- LDL9-ABCP NO SUBSTITUTE 30 EACH 8 8441 Sink faucet, deck type mounting CHICAGO- 1100ABCP NO SUBSTITUTE 50 EACH 9 2970 Basin, cast, iron enameled, 17" X 19" 3-hole with 4" centers, wall hung, WHITE KOHLER 2861-0,ELJER 052-O164 or acceptable substitute 30 EACH 10 2973 Toilet bowl, adult, 12" rough, 1-1/2" Topspud.elongated WHITE CRANE 3-325, KOHLER 4406-0 or acceptable substitute 40 EACH ITEMS 11 THRU 17 AWARDED ALL OR NONE 11 3197 Handle Assembly Complete prod. Code: 5302279. SLOAN B-32-A NO SUBSTITUTE 180 EACH 12 3200 Vacuum breaker, repair kit 1-1/2" X 9" (for;V500A & V500AA), Prod. Code:3323192 SOLAN V-551-A, with G44 Ring & V-552 baffle NO SUBSTITUTE 400 EACH Price Extension Price Extension Price Extension $12.78 $1,278.00 $14.05 $1,405.00 $14.75 $1,475.25 $15.55 $1,555.00 $12.78 $1,278.00 $14.05 $1,405.00 $14.75 $1,475.25 $15.55 $1,555.00 $88.00 $17,600.00 $110.00 $22,000.00 $115.50 $23,100.00 $98.65 $19,730.00 NO BID $0.00 $88.47 $2,654.10 $92.89 $2,786.81 NO BID $0.00 NO BID $0.00 $31.74 $476.10 $33.33 $499.91 NO BID $0.00 NO BID $0.00 $9.64 $482.00 $10.12 $506.10 $12.80 $640.00 $160.00 $4,800.00 $279.00 $8,370.00 $292.95 $8,788.50 $198.25 $5,947.50 $170.00 $8,500.00 $158.13 $7,906.50 $166.04 $8,301.83 $216.25 $10,812.50 NO BID $0.00 $408.50 $12,255.00 $428.93 $12,867.75 $301.25 $9,037.50 NO BID . $232.40 $9,296.00 $244.02 $9,760.80 $102.75 $4,110.00 $12.00 $2,160.00 $54.72 $9,849.60 $57.46 $10,342.08 $14.50 $2,610.00 $2.20 $880.00 $1.90 $760.00 $2.00 $798.00 $3.25 $1,300.00 WARRIORS SUPPLY DEPOT INC 5% Added to Extension Price TOTAL MAINTENANCE SOLUTIONS SOUTH INC (OUT OF STATE VENDOR) PALM BEACH PLUMBING PARTS INC Page 2 of 22 ITB-017-24/JR PLUMBING SUPPLIES Date Opened: 12/07/2023 BID TABULATION ItemDCPS# Description Qty Unit Price Extension Price Extension 5% Added to Extension Price 5% Added toExtension Price BEST PLUMBING SPECIALTIES INC (OUT OF STATE VENDOR) APPLE SPECIALTIES INC (OUT OF STATE VENDOR) 13 3560 Vacuum Breaker, 1-1/2" X 9" Prod. Code 5323007. SOLAN V-500-AA NO SUBSTITUTE 60 EACH $19.45 $1,167.00 $20.42 $1,225.35 $16.59 $995.40 $17.42 $1,045.17 14 3575 Flush valve, urinal, (for spud type) Standard seg. Diaphragm exposed. Std. URL 3.5 GPF/13.2 L[PF. CP/YB: Prod. Code 3082453. SLOAN REGAL 180-XL NO SUBSTITUTE 24 EACH $89.00 $2,136.00 $93.45 $2,242.80 $146.96 $3,527.04 $154.31 $3,703.39 15 3568 Flush valve, closet, 3.5 GPF. SLOAN REGAL 110-XL with vacuum breaker Prod Code 3080153 NO SUBSTITUTE 300 EACH $89.00 $26,700.00 $93.45 $28,035.00 $103.35 $31,005.00 $108.52 $32,555.25 16 7522 Urinal flush kit, low consumption Flush valve rebuild kit Prod. Code: 3301037 SLOAN A37A NO SUBSTITUTE 40 EACH $14.14 $565.60 $14.85 $593.88 $15.00 $600.00 $15.75 $630.00 17 7523 Toilet, flush valve repair kit, low consumption closet repair. Pro. Code: 3301036. SLOAN A36A NO SUBSTITUTE 100 EACH $14.14 $1,414.00 $14.85 $1,484.70 $15.00 $1,500.00 $15.75 $1,575.00 TOTAL ITEMS 11 THRU 17 $35,119.60 $36,875.58 $40,469.64 $42,493.12 ITEMS 18 AND 19 AWARDED ALL OR NONE 18 2978 Hose Bidd regular, 1/2" rough brass, (trayco 93306 Legend Valve T-531 Part 107-164 is not acceptable.) PROFLO PF 108DC, ARROWHEAD 301 OR ACCEPTABLE SUBSTITUTE 30 EACH NO BID $0.00 NO BID $0.00 NO BID $0.00 NO BID $0.00 19 2979 Hose Bidd regular, 3/4" rough brass (Trayco 93307 Legend Valve T-531 Part 107-165 is not acceptable) PROFLO PF116FC, ARROWHEAD 302 or acceptable substitute 50 EACH NO BID $0.00 NO BID $0.00 NO BID $0.00 NO BID $0.00 TOTAL ITEM 18 AND 19 $0.00 $0.00 $0.00 $0.00 Page 3 of 22 ITB-017-24/JR PLUMBING SUPPLIES Date Opened: 12/07/2023 BID TABULATION ItemDCPS# Description Qty Unit 13 3560 Vacuum Breaker, 1-1/2" X 9" Prod. Code 5323007. SOLAN V-500-AA NO SUBSTITUTE 60 EACH 14 3575 Flush valve, urinal, (for spud type) Standard seg. Diaphragm exposed. Std. URL 3.5 GPF/13.2 L[PF. CP/YB: Prod. Code 3082453. SLOAN REGAL 180-XL NO SUBSTITUTE 24 EACH 15 3568 Flush valve, closet, 3.5 GPF. SLOAN REGAL 110-XL with vacuum breaker Prod Code 3080153 NO SUBSTITUTE 300 EACH 16 7522 Urinal flush kit, low consumption Flush valve rebuild kit Prod. Code: 3301037 SLOAN A37A NO SUBSTITUTE 40 EACH 17 7523 Toilet, flush valve repair kit, low consumption closet repair. Pro. Code: 3301036. SLOAN A36A NO SUBSTITUTE 100 EACH TOTAL ITEMS 11 THRU 17 ITEMS 18 AND 19 AWARDED ALL OR NONE 18 2978 Hose Bidd regular, 1/2" rough brass, (trayco 93306 Legend Valve T-531 Part 107-164 is not acceptable.) PROFLO PF 108DC, ARROWHEAD 301 OR ACCEPTABLE SUBSTITUTE 30 EACH 19 2979 Hose Bidd regular, 3/4" rough brass (Trayco 93307 Legend Valve T-531 Part 107-165 is not acceptable) PROFLO PF116FC, ARROWHEAD 302 or acceptable substitute 50 EACH TOTAL ITEM 18 AND 19 Price Extension Price Extension Price Extension WARRIORS SUPPLY DEPOT INC 5% Added to Extension Price TOTAL MAINTENANCE SOLUTIONS SOUTH INC (OUT OF STATE VENDOR) PALM BEACH PLUMBING PARTS INC $19.75 $1,185.00 $80.10 $4,806.00 $84.11 $5,046.30 $24.50 $1,470.00 $85.00 $2,040.00 $97.36 $2,336.64 $102.23 $2,453.47 $113.50 $2,724.00 $85.00 $25,500.00 $97.36 $29,208.00 $102.23 $30,668.40 $113.50 $34,050.00 $14.25 $570.00 $12.68 $507.20 $13.31 $532.56 $23.50 $940.00 $14.25 $1,425.00 $12.68 $1,268.00 $13.31 $1,331.40 $23.50 $2,350.00 $33,760.00 $48,735.44 $51,172.21 $45,444.00 NO BID $0.00 $11.49 $344.70 $12.06 $361.94 $7.00 $210.00 NO BID $0.00 $11.62 $581.00 $12.20 $610.05 $8.75 $437.50 $0.00 $925.70 $971.99 $647.50 Page 4 of 22 ITB-017-24/JR PLUMBING SUPPLIES Date Opened: 12/07/2023 BID TABULATION ItemDCPS# Description Qty Unit Price Extension Price Extension 5% Added to Extension Price 5% Added toExtension Price BEST PLUMBING SPECIALTIES INC (OUT OF STATE VENDOR) APPLE SPECIALTIES INC (OUT OF STATE VENDOR) ITEMS 20 AND 21 AWARDED ALL OR NONE 20 3455 Spud & Washer, closet brass 1-1/2" X 1- 1/2", Minimum thickness of rubber washer, 15 inches in the throat and the flat surface PROFLO PF103, or acceptable substitution 250 EACH NO BID $0.00 NO BID $0.00 $7.33 $1,832.50 $7.70 $1,924.13 21 3453 Spud & Washer, urinal brass, 1" x 3/4". Minimum thickness of rubber washer 15 inches in the throat and on the flat surface PROFLO PF105, or acceptable substitution 50 EACH NO BID $0.00 NO BID $0.00 $4.47 $223.50 $4.69 $234.68 TOTAL ITEMS 20 AND 21 $0.00 $0.00 $2,056.00 $2,158.80 22 3142 Faucet, single lavatory with rigid Gooseneck for deck mount : Cold Water. WATERSAVER FAUCET CO L611 NO SUBSTITUTE 6 EACH NO BID $0.00 NO BID $0.00 NO BID $0.00 NO BID $0.00 23 8283 P-Trap, master, PVC 1-1/2", with trap adapter, includes 1-1/2" X 1-1/4" plastic reducing washers, and three nuts. EASTMAN 35376; PROFLO PFPTP100 or acceptable substitution 150 EACH NO BID $0.00 NO BID $0.00 $2.14 $321.00 $2.25 $337.05 24 3164 Cartridge, Naiad replacement (for Chicago 333-SLO-E12COLD-CP) Push On auto- timed shut off, left/right hand CHICAGO 33- XSLOP JKABNF NO SUBSTITUTE 20 EACH NO BID $0.00 NO BID $0.00 $59.70 $1,194.00 $62.69 $1,253.70 25 2949 Angle stop, 1/4 turn w/handle, all brass construction, 1/2' FIP inlet X 3/8' o.D outlet BRASSCRAFT OR 17XC, OR acceptable substitution 30 EACH NO BID $0.00 NO BID $0.00 NO BID $0.00 NO BID $0.00 26 6711 Angle stop, multi-turn w/handle, 5/8 O. D. compression x 3/8" O.D. compression solid brass construction, Celcon stem. Chrome plated. EASTMAN SPEEDFLEX 04348, PROFLO PFXAC32C. OR acceptable substitution 50 EACH NO BID $0.00 NO BID $0.00 $1.13 $56.50 $1.19 $59.33 27 2981 Bolts, closet, solid brass, 1/4" x 2-1/4" with stainless steel nuts and washers. Packaged in pairs. JOHNI-BOLTS 90104, BLACK SWAN BRASS 12000 or acceptable substitution 300 EACH NO BID $0.00 NO BID $0.00 $2.70 $810.00 $2.84 $850.50 Page 5 of 22 ITB-017-24/JR PLUMBING SUPPLIES Date Opened: 12/07/2023 BID TABULATION ItemDCPS# Description Qty Unit ITEMS 20 AND 21 AWARDED ALL OR NONE 20 3455 Spud & Washer, closet brass 1-1/2" X 1- 1/2", Minimum thickness of rubber washer, 15 inches in the throat and the flat surface PROFLO PF103, or acceptable substitution 250 EACH 21 3453 Spud & Washer, urinal brass, 1" x 3/4". Minimum thickness of rubber washer 15 inches in the throat and on the flat surface PROFLO PF105, or acceptable substitution 50 EACH TOTAL ITEMS 20 AND 21 22 3142 Faucet, single lavatory with rigid Gooseneck for deck mount : Cold Water. WATERSAVER FAUCET CO L611 NO SUBSTITUTE 6 EACH 23 8283 P-Trap, master, PVC 1-1/2", with trap adapter, includes 1-1/2" X 1-1/4" plastic reducing washers, and three nuts. EASTMAN 35376; PROFLO PFPTP100 or acceptable substitution 150 EACH 24 3164 Cartridge, Naiad replacement (for Chicago 333-SLO-E12COLD-CP) Push On auto- timed shut off, left/right hand CHICAGO 33- XSLOP JKABNF NO SUBSTITUTE 20 EACH 25 2949 Angle stop, 1/4 turn w/handle, all brass construction, 1/2' FIP inlet X 3/8' o.D outlet BRASSCRAFT OR 17XC, OR acceptable substitution 30 EACH 26 6711 Angle stop, multi-turn w/handle, 5/8 O. D. compression x 3/8" O.D. compression solid brass construction, Celcon stem. Chrome plated. EASTMAN SPEEDFLEX 04348, PROFLO PFXAC32C. OR acceptable substitution 50 EACH 27 2981 Bolts, closet, solid brass, 1/4" x 2-1/4" with stainless steel nuts and washers. Packaged in pairs. JOHNI-BOLTS 90104, BLACK SWAN BRASS 12000 or acceptable substitution 300 EACH Price Extension Price Extension Price Extension WARRIORS SUPPLY DEPOT INC 5% Added to Extension Price TOTAL MAINTENANCE SOLUTIONS SOUTH INC (OUT OF STATE VENDOR) PALM BEACH PLUMBING PARTS INC NO BID $0.00 $4.73 $1,182.50 $4.97 $1,241.63 $6.95 $1,737.50 NO BID $0.00 $2.73 $136.50 $2.87 $143.33 $5.50 $275.00 $0.00 $1,319.00 $1,384.95 $2,012.50 NO BID $0.00 $91.31 $547.86 $95.88 $575.25 NO BID $0.00 NO BID $0.00 $1.59 $238.50 $1.67 $250.43 $1.50 $225.00 $72.00 $1,440.00 $54.50 $1,090.00 $57.23 $1,144.50 $97.95 $1,959.00 NO BID $0.00 $4.43 $132.90 $4.65 $139.55 $6.75 $202.50 NO BID $0.00 $5.11 $255.50 $5.37 $268.28 $5.50 $275.00 $3.15 $945.00 $1.40 $420.00 $1.47 $441.00 $2.25 $675.00 Page 6 of 22 ITB-017-24/JR PLUMBING SUPPLIES Date Opened: 12/07/2023 BID TABULATION ItemDCPS# Description Qty Unit Price Extension Price Extension 5% Added to Extension Price 5% Added toExtension Price BEST PLUMBING SPECIALTIES INC (OUT OF STATE VENDOR) APPLE SPECIALTIES INC (OUT OF STATE VENDOR) 28 3376 Brass compression nut (CSN-E) with sleeve (CS-E) 3/8" o.d. (**Nut and Sleeve price as ONE UNIT **) Plastic is not acceptable. SEXAUER 134569 (nut) AND 076794 (sleeve) ORIFKI OFCNC (nut) and PFCSC(sleeve). Or acceptable substitution. 400 EACH NO BID $0.00 NO BID $0.00 NO BID $0.00 NO BID $0.00 29 2966 Flush valve 1", toilet tank, plastic. All one unit with build-in-anti-siphon back flow preventer or vacuum breaker. FLUIDMASTER 400A NO SUBSTITUTE 125 EACH NO BID $0.00 NO BID $0.00 $10.37 $1,296.25 $10.89 $1,361.06 30 3380 Nut, slip joint 1-1/2" solid brass, with rubber washer and brass friction ring included. Chrome plated. PASCO 1348-C, SEXUAER 36721, or acceptable substitution 100 NO BID $0.00 NO BID $0.00 $2.62 $262.00 $2.75 $275.10 31 3451 Seat, toilet, adult, BLACK heavy duty solid plastic: Commercial Grade. Elongated open front, less cover. American National Standard Z124.5 compliant. Must have stainless steels bolts, nuts and hinges. BENEKE 523CH, OLSONITE 10CT-047, BEMIS 1955-SSCT-047 NO SUBSTITUTE 550 EACH NO BID $0.00 NO BID $0.00 $34.30 $18,865.00 $36.02 $19,808.25 32 3473 Tall piece flanged, 1-1/2" x 8" 17 GA CP, one end for sink strainer, satin finish, DEARBORN 801-17-1 or acceptable substitution 120 EACH NO BID $0.00 NO BID $0.00 NO BID $0.00 NO BID $0.00 33 3444 Wax rings, 4" for setting toilet bowls, WHITLAMPLUMB-PRO Flex-O-Seal #FOS1R, PROFLO PFWR, or acceptable substitution 400 EACH NO BID $0.00 NO BID $0.00 $1.26 $504.00 $1.32 $529.20 34 3436 Putty, stainless, for closet bowls, 14 oz. can Water Resist, gas proof, shrink, bleed, and crumble free. Must meet Fed. Spec. TT-P- 1536A, Sta Put Ultra Putty (2517) or acceptable Substitution 144 CANS NO BID $0.00 NO BID $0.00 $7.13 $1,026.72 $7.49 $1,078.06 Page 7 of 22 ITB-017-24/JR PLUMBING SUPPLIES Date Opened: 12/07/2023 BID TABULATION ItemDCPS# Description Qty Unit 28 3376 Brass compression nut (CSN-E) with sleeve (CS-E) 3/8" o.d. (**Nut and Sleeve price as ONE UNIT **) Plastic is not acceptable. SEXAUER 134569 (nut) AND 076794 (sleeve) ORIFKI OFCNC (nut) and PFCSC(sleeve). Or acceptable substitution. 400 EACH 29 2966 Flush valve 1", toilet tank, plastic. All one unit with build-in-anti-siphon back flow preventer or vacuum breaker. FLUIDMASTER 400A NO SUBSTITUTE 125 EACH 30 3380 Nut, slip joint 1-1/2" solid brass, with rubber washer and brass friction ring included. Chrome plated. PASCO 1348-C, SEXUAER 36721, or acceptable substitution 100 31 3451 Seat, toilet, adult, BLACK heavy duty solid plastic: Commercial Grade. Elongated open front, less cover. American National Standard Z124.5 compliant. Must have stainless steels bolts, nuts and hinges. BENEKE 523CH, OLSONITE 10CT-047, BEMIS 1955-SSCT-047 NO SUBSTITUTE 550 EACH 32 3473 Tall piece flanged, 1-1/2" x 8" 17 GA CP, one end for sink strainer, satin finish, DEARBORN 801-17-1 or acceptable substitution 120 EACH 33 3444 Wax rings, 4" for setting toilet bowls, WHITLAMPLUMB-PRO Flex-O-Seal #FOS1R, PROFLO PFWR, or acceptable substitution 400 EACH 34 3436 Putty, stainless, for closet bowls, 14 oz. can Water Resist, gas proof, shrink, bleed, and crumble free. Must meet Fed. Spec. TT-P- 1536A, Sta Put Ultra Putty (2517) or acceptable Substitution 144 CANS Price Extension Price Extension Price Extension WARRIORS SUPPLY DEPOT INC 5% Added to Extension Price TOTAL MAINTENANCE SOLUTIONS SOUTH INC (OUT OF STATE VENDOR) PALM BEACH PLUMBING PARTS INC NO BID $0.00 $1.00 $400.00 $1.05 $420.00 $0.55 $220.00 NO BID $0.00 $8.45 $1,056.25 $8.87 $1,109.06 $10.75 $1,343.75 NO BID $0.00 $1.85 $185.00 $1.94 $194.25 $1.25 $125.00 $29.00 $15,950.00 $29.99 $16,494.50 $31.49 $17,319.23 $24.00 $13,200.00 NO BID $0.00 $5.49 $658.80 $5.76 $691.74 $8.75 $1,050.00 NO BID $0.00 $1.00 $400.00 $1.05 $420.00 $1.50 $600.00 NO BID $0.00 $5.75 $828.00 $6.04 $869.40 $6.95 $1,000.80 Page 8 of 22 ITB-017-24/JR PLUMBING SUPPLIES Date Opened: 12/07/2023 BID TABULATION ItemDCPS# Description Qty Unit Price Extension Price Extension 5% Added to Extension Price 5% Added toExtension Price BEST PLUMBING SPECIALTIES INC (OUT OF STATE VENDOR) APPLE SPECIALTIES INC (OUT OF STATE VENDOR) 35 3054 Cement, masonry, hydraulic quick set formulation/instant setting. Used for a water stopping plug, int/ext. water plug, 10 lbs. can CGM INC. PERMA WET PLUG 10220 (10WE), PROSELECT PSHYD1GALREG NO SUBSTITUTE 160 CANS NO BID $0.00 NO BID $0.00 NO BID $0.00 NO BID $0.00 36 3434 Domestic iron submersible pump, 1/3hp, 8 amps, 600 watt, 1-1/4" - 1-1/2" discharge, 20 foot cord length, with inlet screen to filter debris, with 1/2" bottom clearance (ZOELLER M53 NOT ACCEPTABLE) HYDROMATIC SW33A1, MYERS SSM33IPC1 or acceptable substitution 30 EACH NO BID $0.00 NO BID $0.00 NO BID $0.00 NO BID $0.00 37 3474 Tape, 1/2" X 520" PTFE thread seal. HARVEY 017117-350H, MERCO M55, PROSELECT PSTTD520 or acceptable substitution. 200 ROLL NO BID $0.00 NO BID $0.00 $1.54 $308.00 $1.62 $323.40 38 3446 Rosette, deep basin, 1/2"H. Cadmium plated steel. (Olderman 54-2 and Brok R5-5549 not acceptable) PLUMBMASTER 9D0036475B, DANCO 36475 or acceptable substitution 200 EACH NO BID $0.00 NO BID $0.00 $0.99 $198.00 $1.04 $207.90 39 2982 Brush, acid 3/8" brush head, 6" aluminum handle, Horse hair bristles. BLACK SWAN 8784, SEXAUER 068437, PROSELECT PS10001 or acceptable substitution 200 EACH NO BID $0.00 NO BID $0.00 $0.14 $28.00 $0.15 $29.40 40 3084 Cover, faucet hole 1-3/4" with adjustable wing nut bottom. PROFLO PFFHC, or acceptable substitution 200 EACH NO BID $0.00 NO BID $0.00 $0.73 $146.00 $0.77 $153.30 41 3439 Plug, P.O. 1-1/4" x 6" tall piece, 17ga. Chrome plated cast brass with grid strainer. DEARBORN 460-1, MAINLINE ML 10294. PROFLO PFGD100 or acceptable substitution 100 EACH NO BID $0.00 NO BID $0.00 $12.35 $1,235.00 $12.97 $1,296.75 42 3540 Tube, supply, closet, 3/8" o.d. x 20" polybutylene, with 3/8" plastic ferrules, NSF approved, can be used for hot and cold water. MERFLEX, NIBCO,PROFLO PF3820CRX. EASTMAN 25350. or acceptable substitution 100 EACH NO BID $0.00 NO BID $0.00 $1.29 $129.00 $1.35 $135.45 Page 9 of 22 ITB-017-24/JR PLUMBING SUPPLIES Date Opened: 12/07/2023 BID TABULATION ItemDCPS# Description Qty Unit 35 3054 Cement, masonry, hydraulic quick set formulation/instant setting. Used for a water stopping plug, int/ext. water plug, 10 lbs. can CGM INC. PERMA WET PLUG 10220 (10WE), PROSELECT PSHYD1GALREG NO SUBSTITUTE 160 CANS 36 3434 Domestic iron submersible pump, 1/3hp, 8 amps, 600 watt, 1-1/4" - 1-1/2" discharge, 20 foot cord length, with inlet screen to filter debris, with 1/2" bottom clearance (ZOELLER M53 NOT ACCEPTABLE) HYDROMATIC SW33A1, MYERS SSM33IPC1 or acceptable substitution 30 EACH 37 3474 Tape, 1/2" X 520" PTFE thread seal. HARVEY 017117-350H, MERCO M55, PROSELECT PSTTD520 or acceptable substitution. 200 ROLL 38 3446 Rosette, deep basin, 1/2"H. Cadmium plated steel. (Olderman 54-2 and Brok R5-5549 not acceptable) PLUMBMASTER 9D0036475B, DANCO 36475 or acceptable substitution 200 EACH 39 2982 Brush, acid 3/8" brush head, 6" aluminum handle, Horse hair bristles. BLACK SWAN 8784, SEXAUER 068437, PROSELECT PS10001 or acceptable substitution 200 EACH 40 3084 Cover, faucet hole 1-3/4" with adjustable wing nut bottom. PROFLO PFFHC, or acceptable substitution 200 EACH 41 3439 Plug, P.O. 1-1/4" x 6" tall piece, 17ga. Chrome plated cast brass with grid strainer. DEARBORN 460-1, MAINLINE ML 10294. PROFLO PFGD100 or acceptable substitution 100 EACH 42 3540 Tube, supply, closet, 3/8" o.d. x 20" polybutylene, with 3/8" plastic ferrules, NSF approved, can be used for hot and cold water. MERFLEX, NIBCO,PROFLO PF3820CRX. EASTMAN 25350. or acceptable substitution 100 EACH Price Extension Price Extension Price Extension WARRIORS SUPPLY DEPOT INC 5% Added to Extension Price TOTAL MAINTENANCE SOLUTIONS SOUTH INC (OUT OF STATE VENDOR) PALM BEACH PLUMBING PARTS INC NO BID $0.00 NO BID $0.00 NO BID $0.00 $18.95 $3,032.00 NO BID $0.00 NO BID $0.00 NO BID $0.00 NO BID $0.00 NO BID $0.00 $0.57 $114.00 $0.60 $119.70 $0.55 $110.00 NO BID $0.00 $0.75 $150.00 $0.79 $157.50 $0.40 $80.00 NO BID $0.00 NO BID $0.00 NO BID $0.00 $0.16 $32.00 NO BID $0.00 $0.89 $178.00 $0.93 $186.90 $1.60 $320.00 NO BID $0.00 $9.12 $912.00 $9.58 $957.60 $12.95 $1,295.00 NO BID $0.00 $1.40 $140.00 $1.47 $147.00 $0.90 $90.00 Page 10 of 22 ITB-017-24/JR PLUMBING SUPPLIES Date Opened: 12/07/2023 BID TABULATION ItemDCPS# Description Qty Unit Price Extension Price Extension 5% Added to Extension Price 5% Added toExtension Price BEST PLUMBING SPECIALTIES INC (OUT OF STATE VENDOR) APPLE SPECIALTIES INC (OUT OF STATE VENDOR) 43 3542 Tube, supply, basin, 3/8"o.d. x 36" polybutylene, with 3/8" plastic ferrules, NSF approved, can be used for hot and cold water MERFLEX, NIBCO, PROFLO PF3836LR or acceptable substitution 800 EACH NO BID $0.00 NO BID $0.00 $2.12 $1,696.00 $2.23 $1,780.80 44 3472 Tailpiece, lavatory, 1-1/4" x 12" threaded both ends, 17 gauge C. P. only. DEARVORN 822A, MAINLINE ML10433, or acceptable substitution 50 EACH NO BID $0.00 NO BID $0.00 $8.29 $414.50 $8.70 $435.23 45 3565 Valve, flapper. Chiroine resistant, Must be genuine KORKY Brand stamped with korky insignia on each flapper. UNIVERSAL KORKY 2001BP NO SUBSTITUTE 100 EACH NO BID $0.00 NO BID $0.00 $3.14 $314.00 $3.30 $329.70 46 3538 TRAP p, 1-1/4", 17 GA. C.P. with brass nuts. KEENEY 301CPBNDF, PROFLO PFPTB100 or acceptable substitution 150 EACH NO BID $0.00 NO BID $0.00 $19.65 $2,947.50 $20.63 $3,094.88 47 3537 Trap P, 1-1/2", 17 ga C.P. with brass nuts. KEENEY 305CPBNDF, MAINLINE ML 10358, or acceptable substitution 150 EACH NO BID $0.00 NO BID $0.00 NO BID $0.00 NO BID $0.00 48 2972 Water closet complete with tanks Elongated. 12" Rough-in, Color WHITE 1.6gpf/6.0lpf. MANSFIELD and GERBER 28790/2879025 not acceptable CRANE 3372100 Bowl w/3742100 Tank & Lid, BRIGGS 4857-130 Bowl w/4440-130 Tank & Lid. PROFLO PF1401TWH Bowl w/PF5112WHM Tank & Lid, or acceptable substitution 20 EACH NO BID $0.00 NO BID $0.00 NO BID $0.00 NO BID $0.00 49 3049 Caulking, tub and tile, makes a water tight seal around tubs, sinks, and shower stalls, dries fast, stays flexible, mildew resistant, paintable 5.5 ounce tube, BLACK SWAN 1075, PROFLO PFC301WHT, or acceptable substitution 144 TUBE NO BID $0.00 NO BID $0.00 $2.87 $413.28 $3.01 $433.94 50 3141 Tube, slip joint with nut and washer, 17 ga 1- 1/4" x 12" PROFLO PFETB609 or acceptable substitution 75 EACH NO BID $0.00 NO BID $0.00 $14.36 $1,077.00 $15.08 $1,130.85 Page 11 of 22 ITB-017-24/JR PLUMBING SUPPLIES Date Opened: 12/07/2023 BID TABULATION ItemDCPS# Description Qty Unit 43 3542 Tube, supply, basin, 3/8"o.d. x 36" polybutylene, with 3/8" plastic ferrules, NSF approved, can be used for hot and cold water MERFLEX, NIBCO, PROFLO PF3836LR or acceptable substitution 800 EACH 44 3472 Tailpiece, lavatory, 1-1/4" x 12" threaded both ends, 17 gauge C. P. only. DEARVORN 822A, MAINLINE ML10433, or acceptable substitution 50 EACH 45 3565 Valve, flapper. Chiroine resistant, Must be genuine KORKY Brand stamped with korky insignia on each flapper. UNIVERSAL KORKY 2001BP NO SUBSTITUTE 100 EACH 46 3538 TRAP p, 1-1/4", 17 GA. C.P. with brass nuts. KEENEY 301CPBNDF, PROFLO PFPTB100 or acceptable substitution 150 EACH 47 3537 Trap P, 1-1/2", 17 ga C.P. with brass nuts. KEENEY 305CPBNDF, MAINLINE ML 10358, or acceptable substitution 150 EACH 48 2972 Water closet complete with tanks Elongated. 12" Rough-in, Color WHITE 1.6gpf/6.0lpf. MANSFIELD and GERBER 28790/2879025 not acceptable CRANE 3372100 Bowl w/3742100 Tank & Lid, BRIGGS 4857-130 Bowl w/4440-130 Tank & Lid. PROFLO PF1401TWH Bowl w/PF5112WHM Tank & Lid, or acceptable substitution 20 EACH 49 3049 Caulking, tub and tile, makes a water tight seal around tubs, sinks, and shower stalls, dries fast, stays flexible, mildew resistant, paintable 5.5 ounce tube, BLACK SWAN 1075, PROFLO PFC301WHT, or acceptable substitution 144 TUBE 50 3141 Tube, slip joint with nut and washer, 17 ga 1- 1/4" x 12" PROFLO PFETB609 or acceptable substitution 75 EACH Price Extension Price Extension Price Extension WARRIORS SUPPLY DEPOT INC 5% Added to Extension Price TOTAL MAINTENANCE SOLUTIONS SOUTH INC (OUT OF STATE VENDOR) PALM BEACH PLUMBING PARTS INC NO BID $0.00 $1.29 $1,032.00 $1.35 $1,083.60 $1.45 $1,160.00 NO BID $0.00 $7.48 $374.00 $7.85 $392.70 $11.25 $562.50 NO BID $0.00 $2.56 $256.00 $2.69 $268.80 $4.25 $425.00 NO BID $0.00 $13.75 $2,062.50 $14.44 $2,165.63 $19.50 $2,925.00 NO BID $0.00 $16.60 $2,490.00 $17.43 $2,614.50 $23.50 $3,525.00 NO BID $0.00 NO BID $0.00 NO BID $0.00 $115.75 $2,315.00 NO BID $0.00 $3.05 $439.20 $3.20 $461.16 $1.95 $280.80 NO BID $0.00 $8.44 $633.00 $8.86 $664.65 $13.75 $1,031.25 Page 12 of 22 ITB-017-24/JR PLUMBING SUPPLIES Date Opened: 12/07/2023 BID TABULATION ItemDCPS# Description Qty Unit Price Extension Price Extension 5% Added to Extension Price 5% Added toExtension Price BEST PLUMBING SPECIALTIES INC (OUT OF STATE VENDOR) APPLE SPECIALTIES INC (OUT OF STATE VENDOR) 51 3161 Water Cooler, free standing or against wall. Delivers 8 GPH chilled drinking water, lead- free in materials, dial a drink bubbler, stainless steel top wrap around base, heavy gauge galvanized steel frame, high efficiency cooling tank and coil standard cabinet finish. Mocha tan/sandstone acrylic enamel . Electric. 115 volts, 60hz EBCO (OASIS) P8FA/ 503183 NO SUBSTITUTE 15 EACH NO BID $0.00 NO BID $0.00 NO BID $0.00 NO BID $0.00 52 3440 Regulator assembly for Elkay water Coolers Mfg. original Elkay part ELKAY 61313C NO SUBSTITUTE 100 EACH NO BID $0.00 NO BID $0.00 $30.59 $3,059.00 $32.12 $3,211.95 53 3558 Urinal screen, CHERRY scented, long lasting deodorant up to 45 days. Protect drain from debris. Flexible to fit the shape of all urinals, BIG D MODEL 652, or acceptable substitution 1,008 EACH NO BID $0.00 NO BID $0.00 $1.79 $1,804.32 $1.88 $1,894.54 54 7524 Stem spindle assembly, with handle for (HOT) water right hand side T & S 002714- 40 NO SUBSTITUTE 50 EACH NO BID $0.00 NO BID $0.00 $50.37 $2,518.50 $52.89 $2,644.43 55 7525 Stem spindle assembly, with handle for (COLD) water left hand side T & S 002713- 40 NO SUBSTITUTE 50 EACH NO BID $0.00 NO BID $0.00 $50.37 $2,518.50 $52.89 $2,644.43 56 7526 Cartridge self-closing, includes handles. Push bottom retrofit kit, must be ADA, approved. CHICAGO 665RKPABCP NO SUBSTITUTE 150 EACH $49.49 $7,423.50 $51.96 $7,794.68 $57.36 $8,604.00 $60.23 $9,034.20 57 7527 Bubble, push button, self closing. Stainless streel body. ELKAY LK-1141-A NO SUBSTITUTE 175 EACH $89.00 $15,575.00 $93.45 $16,353.75 NO BID $0.00 NO BID $0.00 58 7532 Cartridge, repair, multifounts, BRADLEY S65- 116 NO SUBSTITUTE 100 EACH NO BID $0.00 NO BID $0.00 $121.29 $12,129.00 $127.35 $12,735.45 59 7952 Cartridge, ceramic with bonnet, right hand (hot) lever handle. T & S 12444-25 NO SUBSTITUTE 100 EACH NO BID $0.00 NO BID $0.00 $50.37 $5,037.00 $52.89 $5,288.85 60 7954 Cartridge, ceramic with bonnet, left hand (Cold) lever handle. T & S. 01445-25 NO SUBSTITUTE 100 EACH NO BID $0.00 NO BID $0.00 $50.37 $5,037.00 $52.89 $5,288.85 Page 13 of 22 ITB-017-24/JR PLUMBING SUPPLIES Date Opened: 12/07/2023 BID TABULATION ItemDCPS# Description Qty Unit 51 3161 Water Cooler, free standing or against wall. Delivers 8 GPH chilled drinking water, lead- free in materials, dial a drink bubbler, stainless steel top wrap around base, heavy gauge galvanized steel frame, high efficiency cooling tank and coil standard cabinet finish. Mocha tan/sandstone acrylic enamel . Electric. 115 volts, 60hz EBCO (OASIS) P8FA/ 503183 NO SUBSTITUTE 15 EACH 52 3440 Regulator assembly for Elkay water Coolers Mfg. original Elkay part ELKAY 61313C NO SUBSTITUTE 100 EACH 53 3558 Urinal screen, CHERRY scented, long lasting deodorant up to 45 days. Protect drain from debris. Flexible to fit the shape of all urinals, BIG D MODEL 652, or acceptable substitution 1,008 EACH 54 7524 Stem spindle assembly, with handle for (HOT) water right hand side T & S 002714- 40 NO SUBSTITUTE 50 EACH 55 7525 Stem spindle assembly, with handle for (COLD) water left hand side T & S 002713- 40 NO SUBSTITUTE 50 EACH 56 7526 Cartridge self-closing, includes handles. Push bottom retrofit kit, must be ADA, approved. CHICAGO 665RKPABCP NO SUBSTITUTE 150 EACH 57 7527 Bubble, push button, self closing. Stainless streel body. ELKAY LK-1141-A NO SUBSTITUTE 175 EACH 58 7532 Cartridge, repair, multifounts, BRADLEY S65- 116 NO SUBSTITUTE 100 EACH 59 7952 Cartridge, ceramic with bonnet, right hand (hot) lever handle. T & S 12444-25 NO SUBSTITUTE 100 EACH 60 7954 Cartridge, ceramic with bonnet, left hand (Cold) lever handle. T & S. 01445-25 NO SUBSTITUTE 100 EACH Price Extension Price Extension Price Extension WARRIORS SUPPLY DEPOT INC 5% Added to Extension Price TOTAL MAINTENANCE SOLUTIONS SOUTH INC (OUT OF STATE VENDOR) PALM BEACH PLUMBING PARTS INC NO BID $0.00 NO BID $0.00 NO BID $0.00 $966.75 $14,501.25 $24.00 $2,400.00 $25.29 $2,529.00 $26.55 $2,655.45 $33.50 $3,350.00 NO BID $0.00 * * * * NO BID $0.00 $38.00 $1,900.00 $41.65 $2,082.50 $43.73 $2,186.63 $48.95 $2,447.50 $38.00 $1,900.00 $41.65 $2,082.50 $43.73 $2,186.63 $48.95 $2,447.50 NO BID $0.00 $47.40 $7,110.00 $49.77 $7,465.50 $91.95 $13,792.50 $188.00 $32,900.00 $192.26 $33,645.50 $201.87 $35,327.78 $253.50 $44,362.50 NO BID $0.00 $97.65 $9,765.00 $102.53 $10,253.25 $128.00 $12,800.00 $38.00 $3,800.00 $41.62 $4,162.00 $43.70 $4,370.10 $54.75 $5,475.00 $38.00 $3,800.00 $41.62 $4,162.00 $43.70 $4,370.10 $54.75 $5,475.00 Page 14 of 22 ITB-017-24/JR PLUMBING SUPPLIES Date Opened: 12/07/2023 BID TABULATION ItemDCPS# Description Qty Unit Price Extension Price Extension 5% Added to Extension Price 5% Added toExtension Price BEST PLUMBING SPECIALTIES INC (OUT OF STATE VENDOR) APPLE SPECIALTIES INC (OUT OF STATE VENDOR) 61 7955 Diaphragm assembly, dual filtered. 1.5 GPF urinals, made of Permex material only Prod. Code: 3301500 SLOAN A-1037-A NO SUBSTITUTE 100 EACH NO BID $0.00 NO BID $0.00 $23.00 $2,300.00 $24.15 $2,415.00 62 7956 Diaphragm assemble, dual filtered 3.5 (GPF) water closets made of Permex material only Prod. Code: 3301501 SLOAN A-1038-A NO SUBSTITUTE 200 EACH $23.41 $4,682.00 $24.58 $4,916.10 $23.00 $4,600.00 $24.15 $4,830.00 63 7957 Diaphragm assembly, dual filtered, 1.6 GPF water closets, made of Permex material only. Prod. Code: 3301122 SLOAN-1041-A NO SUBSTITUTE 75 EACH $23.41 $1,755.75 $24.58 $1,843.54 $23.00 $1,725.00 $24.15 $1,811.25 64 7958 Diaphragm assembly, dual filtered. 1.0 GPF urinals. Prod. Code 3301123, SLOAN A- 1042-A NO SUBSTITUTE 50 EACH $23.41 $1,170.50 $24.58 $1,229.03 $23.00 $1,150.00 $24.15 $1,207.50 65 7959 Valve, ceramic, 1/2", left hand (cold) counter clockwise close KOHLER GP77006-RP NO SUBSTITUTE 60 EACH NO BID $0.00 NO BID $0.00 $10.23 $613.80 $10.74 $644.49 66 7960 Valve, ceramic, 1/2", right hand (hot) Clockwise close KOHLER GP77005-RP. NO SUBSTITUTE 60 EACH NO BID $0.00 NO BID $0.00 $10.23 $613.80 $10.74 $644.49 67 2989 Bubbler valve, for EBCO water cooler, w/controls. 12000A normal pressure. Flex top, incl. gasket/friction ring Dial-A-Drink style. OASIS INTL. EBCO 030774-006 NO SUBSTITUTE 20 EACH NO BID $0.00 NO BID $0.00 $134.40 $2,688.00 $141.12 $2,822.40 68 3464 Basket sink strainer w/stainless steel 3-1/2" to 4-1/2" opening basket, and SOLID BRASS locknut & slip nut, rubber washer, JB PROD. JB300, MAINLINE ML10287 NO SUBSTITUTE 200 EACH NO BID $0.00 NO BID $0.00 $26.77 $5,354.00 $28.11 $5,621.70 69 3576 Flush valve, urinal, 3/4" w/vacuum breaker, Para-Flo diaphragm exposed LC urinal 1.0 GPF/3.8 LPF, CP/YB. Prod Code 3082675 SLOAN REGAL 186-1XL. NO SUBSTITUTE 48 EACH $91.00 $4,368.00 $95.55 $4,586.40 $105.74 $5,075.52 $111.03 $5,329.30 70 8021 LAVATORY, single fitting, 2-1/4",inlet shank, furnished nailed, pushbutton, self closing basin faucet. 2.2gpm (8.3L/min) Max flow. Chrome plat. CSA B125/ASME112. 18.1 CHICAGO 333-665PSHABCP NO SUBSTITUTE 75 EACH $94.00 $7,050.00 $98.70 $7,402.50 $175.65 $13,173.75 $184.43 $13,832.44 Page 15 of 22 ITB-017-24/JR PLUMBING SUPPLIES Date Opened: 12/07/2023 BID TABULATION ItemDCPS# Description Qty Unit 61 7955 Diaphragm assembly, dual filtered. 1.5 GPF urinals, made of Permex material only Prod. Code: 3301500 SLOAN A-1037-A NO SUBSTITUTE 100 EACH 62 7956 Diaphragm assemble, dual filtered 3.5 (GPF) water closets made of Permex material only Prod. Code: 3301501 SLOAN A-1038-A NO SUBSTITUTE 200 EACH 63 7957 Diaphragm assembly, dual filtered, 1.6 GPF water closets, made of Permex material only. Prod. Code: 3301122 SLOAN-1041-A NO SUBSTITUTE 75 EACH 64 7958 Diaphragm assembly, dual filtered. 1.0 GPF urinals. Prod. Code 3301123, SLOAN A- 1042-A NO SUBSTITUTE 50 EACH 65 7959 Valve, ceramic, 1/2", left hand (cold) counter clockwise close KOHLER GP77006-RP NO SUBSTITUTE 60 EACH 66 7960 Valve, ceramic, 1/2", right hand (hot) Clockwise close KOHLER GP77005-RP. NO SUBSTITUTE 60 EACH 67 2989 Bubbler valve, for EBCO water cooler, w/controls. 12000A normal pressure. Flex top, incl. gasket/friction ring Dial-A-Drink style. OASIS INTL. EBCO 030774-006 NO SUBSTITUTE 20 EACH 68 3464 Basket sink strainer w/stainless steel 3-1/2" to 4-1/2" opening basket, and SOLID BRASS locknut & slip nut, rubber washer, JB PROD. JB300, MAINLINE ML10287 NO SUBSTITUTE 200 EACH 69 3576 Flush valve, urinal, 3/4" w/vacuum breaker, Para-Flo diaphragm exposed LC urinal 1.0 GPF/3.8 LPF, CP/YB. Prod Code 3082675 SLOAN REGAL 186-1XL. NO SUBSTITUTE 48 EACH 70 8021 LAVATORY, single fitting, 2-1/4",inlet shank, furnished nailed, pushbutton, self closing basin faucet. 2.2gpm (8.3L/min) Max flow. Chrome plat. CSA B125/ASME112. 18.1 CHICAGO 333-665PSHABCP NO SUBSTITUTE 75 EACH Price Extension Price Extension Price Extension WARRIORS SUPPLY DEPOT INC 5% Added to Extension Price TOTAL MAINTENANCE SOLUTIONS SOUTH INC (OUT OF STATE VENDOR) PALM BEACH PLUMBING PARTS INC $30.00 $3,000.00 $19.05 $1,905.00 $20.00 $2,000.25 $27.50 $2,750.00 $30.00 $6,000.00 $19.05 $3,810.00 $20.00 $4,000.50 $44.00 $8,800.00 $30.00 $2,250.00 $19.05 $1,428.75 $20.00 $1,500.19 $27.50 $2,062.50 $30.00 $1,500.00 $19.05 $952.50 $20.00 $1,000.13 $27.50 $1,375.00 $10.00 $600.00 $8.90 $534.00 $9.35 $560.70 $12.25 $735.00 $10.00 $600.00 $8.90 $534.00 $9.35 $560.70 $12.25 $735.00 NO BID $0.00 $93.55 $1,871.00 $98.23 $1,964.55 $146.75 $2,935.00 NO BID $0.00 $24.89 $4,978.00 $26.13 $5,226.90 $33.75 $6,750.00 $85.00 $4,080.00 $92.25 $4,428.00 $96.86 $4,649.40 $106.95 $5,133.60 $75.00 $5,625.00 $71.95 $5,396.25 $75.55 $5,666.06 $94.50 $7,087.50 Page 16 of 22 ITB-017-24/JR PLUMBING SUPPLIES Date Opened: 12/07/2023 BID TABULATION ItemDCPS# Description Qty Unit Price Extension Price Extension 5% Added to Extension Price 5% Added toExtension Price BEST PLUMBING SPECIALTIES INC (OUT OF STATE VENDOR) APPLE SPECIALTIES INC (OUT OF STATE VENDOR) 71 8284 CCLOSET flange, PVC 4" x 3" (flush to floor) w/stainless steel ring White SIOUX CHIEF 887-PM or acceptable substitution 50 EACH NO BID $0.00 NO BID $0.00 $5.14 $257.00 $5.40 $269.85 72 8334 FAUCET, lavatory metering, 4- 3/4"C-C integral cast spout Polish chrome plated finish, single inlet, 0.5 GPM(9L/min) pressure vandal resist spray outlet. Metal handle w/concealed vandal resist screw , MVP-(PB) adjust/self close metering cartridge, 0.25 GAL/Cycle max. 1/2" NPSM supply inlet w/coupling nut for 3/8" or 1/2" flex riser. Mounting hardware include. CHAICAGO FAUCETS 3400-ABCP NO SUBSTITUTE 150 EACH $140.45 $21,067.50 $147.47 $22,120.88 NO BID $0.00 NO BID $0.00 73 8411 Key, sillcock, loose key die cast Fits stopcocks and valves, 4 way key size: 1/4", 9/32", 5/16" & 11/32" . PASCO 1701, RAPTOR RAP50105, PROFLO PF4SKPK, or acceptable substitution 100 EACH NO BID $0.00 NO BID $0.00 $4.18 $418.00 $4.39 $438.90 74 8511 Cartridge, LH, ceramic 1/4" turn, (HOT) operation, short stem. Replacement cartridge: (for Chicago Faucet 540-LDL9CP). CHICAGO 1-100XKBL12JKABNF. NO STUTITUTE 36 EACH $22.50 $810.00 $23.63 $850.50 $19.45 $700.20 $20.42 $735.21 75 8512 Cartridge, RH, ceramic 1/4" turn, (COLD) operating, short stem. Replacement cartridge: (for Chicago Faucet 540-LDL9CP). CHICAGO 1-099XKBL12JKABNF NO SUBSTITUTE 36 EACH $22.50 $810.00 $23.63 $850.50 $19.45 $700.20 $20.42 $735.21 76 8513 Cartridge, LH, ceramic 1/4" turn, (HOT) operation long stem. Replacement cartridge: (for Chicago Faucet 1100-CP) CHAICAGO 377-XKRHBL12JKABNF NO SUBSTITUTE 24 EACH $24.00 $576.00 $25.20 $604.80 $24.65 $591.60 $25.88 $621.18 77 8514 Cartridge, RH, ceramic 1/4" turn, (COLD) operation, long stem. Replacement cartridge: (for Chicago Faucet 1100-CP) CHICAGO 377XKRHBL12JKABLF NO SUBSTITUTE 24 EACH $24.00 $576.00 $25.20 $604.80 $24.65 $591.60 $25.88 $621.18 Page 17 of 22 ITB-017-24/JR PLUMBING SUPPLIES Date Opened: 12/07/2023 BID TABULATION ItemDCPS# Description Qty Unit 71 8284 CCLOSET flange, PVC 4" x 3" (flush to floor) w/stainless steel ring White SIOUX CHIEF 887-PM or acceptable substitution 50 EACH 72 8334 FAUCET, lavatory metering, 4- 3/4"C-C integral cast spout Polish chrome plated finish, single inlet, 0.5 GPM(9L/min) pressure vandal resist spray outlet. Metal handle w/concealed vandal resist screw , MVP-(PB) adjust/self close metering cartridge, 0.25 GAL/Cycle max. 1/2" NPSM supply inlet w/coupling nut for 3/8" or 1/2" flex riser. Mounting hardware include. CHAICAGO FAUCETS 3400-ABCP NO SUBSTITUTE 150 EACH 73 8411 Key, sillcock, loose key die cast Fits stopcocks and valves, 4 way key size: 1/4", 9/32", 5/16" & 11/32" . PASCO 1701, RAPTOR RAP50105, PROFLO PF4SKPK, or acceptable substitution 100 EACH 74 8511 Cartridge, LH, ceramic 1/4" turn, (HOT) operation, short stem. Replacement cartridge: (for Chicago Faucet 540-LDL9CP). CHICAGO 1-100XKBL12JKABNF. NO STUTITUTE 36 EACH 75 8512 Cartridge, RH, ceramic 1/4" turn, (COLD) operating, short stem. Replacement cartridge: (for Chicago Faucet 540-LDL9CP). CHICAGO 1-099XKBL12JKABNF NO SUBSTITUTE 36 EACH 76 8513 Cartridge, LH, ceramic 1/4" turn, (HOT) operation long stem. Replacement cartridge: (for Chicago Faucet 1100-CP) CHAICAGO 377-XKRHBL12JKABNF NO SUBSTITUTE 24 EACH 77 8514 Cartridge, RH, ceramic 1/4" turn, (COLD) operation, long stem. Replacement cartridge: (for Chicago Faucet 1100-CP) CHICAGO 377XKRHBL12JKABLF NO SUBSTITUTE 24 EACH Price Extension Price Extension Price Extension WARRIORS SUPPLY DEPOT INC 5% Added to Extension Price TOTAL MAINTENANCE SOLUTIONS SOUTH INC (OUT OF STATE VENDOR) PALM BEACH PLUMBING PARTS INC NO BID $0.00 $5.87 $293.50 $6.16 $308.18 $3.95 $197.50 $160.00 $24,000.00 $156.80 $23,520.00 $164.64 $24,696.00 $191.75 $28,762.50 NO BID $0.00 $2.99 $299.00 $3.14 $313.95 $4.50 $450.00 NO BID $0.00 * * * * $25.25 $909.00 NO BID $0.00 * * * * $25.25 $909.00 NO BID $0.00 * * * * $32.75 $786.00 NO BID $0.00 * * * * $32.75 $786.00 Page 18 of 22 ITB-017-24/JR PLUMBING SUPPLIES Date Opened: 12/07/2023 BID TABULATION ItemDCPS# Description Qty Unit Price Extension Price Extension 5% Added to Extension Price 5% Added toExtension Price BEST PLUMBING SPECIALTIES INC (OUT OF STATE VENDOR) APPLE SPECIALTIES INC (OUT OF STATE VENDOR) 78 8515 Actuator Assembly, Meter Mix, CP, (for Chicago Faucet 3400ABCP). CHICAGO 3300-103KJABNF NO SUBSTITUTE 75 EACH $49.00 $3,675.00 $51.45 $3,858.75 $55.47 $4,160.25 $58.24 $4,368.26 79 8621 Grout, adhesive acrylic based, all in one. Completely waterproof when cured. Tile repair and replacement. Min. 3.75 Fl.Oz. W.H. HARVEY Co-031700 NO SUBSTITUTE 240 EACH NO BID $0.00 NO BID $0.00 $3.45 $828.00 $3.62 $869.40 80 9045 Cable, sewer machine, 5/8" x 7.5' sectional. All purpose wind. Use with RIDGID Drain Cleaning Machine Spins auger heads to clear out pipe debris. RIDGID C8-62270 NO SUBSTITUTE 48 EACH NO BID $0.00 NO BID $0.00 NO BID $0.00 NO BID $0.00 81 9046 Cable, sewer machine, 7/8" x 15' sectional. All purpose wind. Use with RIDGID Drain Cleaning Machine. Spins auger heads to clear out pipe debris. RIDGID C10-62275 NO SUBSTITUTE 30 EACH NO BID $0.00 NO BID $0.00 NO BID $0.00 NO BID $0.00 82 9047 Cable, sewer machine, 1-1/4" x 15' sectional. All purpose wind. Use with RIDGID Drain Cleaning Machine Spins auger head to clear out pipe debris RIDGID C1162280 NO SUBSTITUTE 6 EACH NO BID $0.00 NO BID $0.00 NO BID $0.00 NO BID $0.00 83 9049 Cable sewer machine, 5/8" x 100' inner core cable. Must work w/RIDGID Drain Cleaning Machine. Provides good flexibility, more cleaning power to cable end. RIDGID C24- 43647 NO SUBSTITUTE 3 EACH NO BID $0.00 NO BID $0.00 NO BID $0.00 NO BID $0.00 84 9050 Cable, sewer machine, 3/4" x 100' inner core cable. Must work w/RIDGID Drain Cleaning Machine. Provides good flexibility, more cleaning power to cable end. RIDGID C100- 41697 NO SUBSTITUTE 3 EACH NO BID $0.00 NO BID $0.00 NO BID $0.00 NO BID $0.00 85 9051 Cable, sewer machine, 1/4 x 25' FLEXICORE w/EL basin plug head. GENERAL 25HE1 NO SUBSTITUTE 20 EACH NO BID $0.00 NO BID $0.00 $45.71 $914.20 $48.00 $959.91 Page 19 of 22 ITB-017-24/JR PLUMBING SUPPLIES Date Opened: 12/07/2023 BID TABULATION ItemDCPS# Description Qty Unit 78 8515 Actuator Assembly, Meter Mix, CP, (for Chicago Faucet 3400ABCP). CHICAGO 3300-103KJABNF NO SUBSTITUTE 75 EACH 79 8621 Grout, adhesive acrylic based, all in one. Completely waterproof when cured. Tile repair and replacement. Min. 3.75 Fl.Oz. W.H. HARVEY Co-031700 NO SUBSTITUTE 240 EACH 80 9045 Cable, sewer machine, 5/8" x 7.5' sectional. All purpose wind. Use with RIDGID Drain Cleaning Machine Spins auger heads to clear out pipe debris. RIDGID C8-62270 NO SUBSTITUTE 48 EACH 81 9046 Cable, sewer machine, 7/8" x 15' sectional. All purpose wind. Use with RIDGID Drain Cleaning Machine. Spins auger heads to clear out pipe debris. RIDGID C10-62275 NO SUBSTITUTE 30 EACH 82 9047 Cable, sewer machine, 1-1/4" x 15' sectional. All purpose wind. Use with RIDGID Drain Cleaning Machine Spins auger head to clear out pipe debris RIDGID C1162280 NO SUBSTITUTE 6 EACH 83 9049 Cable sewer machine, 5/8" x 100' inner core cable. Must work w/RIDGID Drain Cleaning Machine. Provides good flexibility, more cleaning power to cable end. RIDGID C24- 43647 NO SUBSTITUTE 3 EACH 84 9050 Cable, sewer machine, 3/4" x 100' inner core cable. Must work w/RIDGID Drain Cleaning Machine. Provides good flexibility, more cleaning power to cable end. RIDGID C100- 41697 NO SUBSTITUTE 3 EACH 85 9051 Cable, sewer machine, 1/4 x 25' FLEXICORE w/EL basin plug head. GENERAL 25HE1 NO SUBSTITUTE 20 EACH Price Extension Price Extension Price Extension WARRIORS SUPPLY DEPOT INC 5% Added to Extension Price TOTAL MAINTENANCE SOLUTIONS SOUTH INC (OUT OF STATE VENDOR) PALM BEACH PLUMBING PARTS INC $50.00 $3,750.00 $45.85 $3,438.75 $48.14 $3,610.69 $52.25 $3,918.75 NO BID $0.00 NO BID $0.00 NO BID $0.00 NO BID $0.00 NO BID $0.00 NO BID $0.00 NO BID $0.00 $37.95 $1,821.60 NO BID $0.00 NO BID $0.00 NO BID $0.00 $77.50 $2,325.00 NO BID $0.00 NO BID $0.00 NO BID $0.00 $106.75 $640.50 NO BID $0.00 NO BID $0.00 NO BID $0.00 $427.50 $1,282.50 NO BID $0.00 NO BID $0.00 NO BID $0.00 $467.00 $1,401.00 NO BID $0.00 NO BID $0.00 NO BID $0.00 $48.00 $960.00 Page 20 of 22 ITB-017-24/JR PLUMBING SUPPLIES Date Opened: 12/07/2023 BID TABULATION ItemDCPS# Description Qty Unit Price Extension Price Extension 5% Added to Extension Price 5% Added toExtension Price BEST PLUMBING SPECIALTIES INC (OUT OF STATE VENDOR) APPLE SPECIALTIES INC (OUT OF STATE VENDOR) 86 9052 Cable, sewer machine, 1/2" x100' FLEXICORE cable w/male and female connector, for General Sewer Machine. GENERAL 100EM3 NO SUBSTITUTE 3 EACH NO BID $0.00 NO BID $0.00 NO BID $0.00 NO BID $0.00 87 9053 Cable, sewer machine, 3/4" x100' FLEXICORE cable w/male and female connector, for General Sewer Machine. GENERAL 100EM4 NO SUBSTITUTE 6 EACH NO BID $0.00 NO BID $0.00 NO BID $0.00 NO BID $0.00 88 9054 Cable, sewer machine, 1/2" x75' FLEXICORE cable w/male and female connector, for General Sewer Machine. GENERAL 100EM5 NO SUBSTITUTE 3 EACH NO BID $0.00 NO BID $0.00 NO BID $0.00 NO BID $0.00 Page 21 of 22 ITB-017-24/JR PLUMBING SUPPLIES Date Opened: 12/07/2023 BID TABULATION ItemDCPS# Description Qty Unit 86 9052 Cable, sewer machine, 1/2" x100' FLEXICORE cable w/male and female connector, for General Sewer Machine. GENERAL 100EM3 NO SUBSTITUTE 3 EACH 87 9053 Cable, sewer machine, 3/4" x100' FLEXICORE cable w/male and female connector, for General Sewer Machine. GENERAL 100EM4 NO SUBSTITUTE 6 EACH 88 9054 Cable, sewer machine, 1/2" x75' FLEXICORE cable w/male and female connector, for General Sewer Machine. GENERAL 100EM5 NO SUBSTITUTE 3 EACH Price Extension Price Extension Price Extension WARRIORS SUPPLY DEPOT INC 5% Added to Extension Price TOTAL MAINTENANCE SOLUTIONS SOUTH INC (OUT OF STATE VENDOR) PALM BEACH PLUMBING PARTS INC NO BID $0.00 NO BID $0.00 NO BID $0.00 $367.00 $1,101.00 NO BID $0.00 NO BID $0.00 NO BID $0.00 $420.00 $2,520.00 NO BID $0.00 NO BID $0.00 NO BID $0.00 $420.00 $1,260.00 Prepared by: Cammie Wise Verified by: James Robinson Date: Award = NOTES: Item 4 Not awarded. Will purchase using established purchasing procedures. Item 5 Not awarded. Will purchase using established purchasing procedures. Item 7 Not awarded. Will purchase using established purchasing procedures. Item 36 Not awarded. Will purchase using established purchasing procedures. Item 53 Total Mainteance used correction fluid. Item 74 Total Mainteance qualifng their bid. Item 75 Total Mainteance qualifng their bid. Item 76 Total Mainteance qualifng their bid. Item 77 Total Mainteance qualifng their bid. 12/14/2023 Page 22 of 22 INVITATION TO BID www.duvalschools.org/purchasing November 13, 2023 Buyer: James Robinson Phone: 904-858-4837 Bid Number: ITB-017-24/JR Bid Title: Plumbing Supplies Term of Bid: From Date of Award through November 30, 2024 with renewal options. Opening: Thursday, December 7th, 2023 at 2:00 p.m. Bids may be submitted prior to bid opening deadline. Bids received prior to this date and time will be opened in the Conference Room on bid deadline, and may not be withdrawn for 120 days after bid opening. All bids received after the specified date and time will be returned unopened. Submit Bid To: DCPS Purchasing Services / 1701 Prudential Drive, Suite 322 / Jacksonville FL 32207 Special Requirements: Special Condition #34 BIDDER ACKNOWLEDGEMENT This form must be completed, returned, and include an original 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 company’s principal place of business. Bid documents shall be submitted in a sealed envelope clearly marked with this bid number, opening date and time. Legal Name of Firm: Mailing Address: City, State, Zip Code: Telephone: Toll Free: Fax: Email Address: Internet URL: Federal ID # or SS #: Duns #: If you are a certified minority, state certifying agency: Payments will be made in accordance with Florida Statute 218. Form of Payment accepted: Credit Card _____ or ACH _____ (see Special Condition #21) Initial Initial Delivery can be made within calendar days after receipt of order. Addenda through received. (if applicable) Original Signature of Authorized Representative: Required Printed/Typed Name of Authorized Representative: Title: Date: http://www.duvalschools.org/dcps http://www.dreamsbeginhere.org/purchasing NOTICE TO BIDDERS The State of Florida has amended Chapters 283.35 and 287.084, Florida Statutes effective July 1, 2012. These amendments require political subdivisions of the state (with the exception of counties or municipalities) to give local preference in making purchases of printing services or personal property through a competitive solicitation process. Therefore, bidders who indicate on the Bidder Acknowledgement Form that their principal place of business is outside of the State of Florida shall also complete and submit with their bid the enclosed Opinion of Out-Of-State Bidder’s Attorney on Bidding Preferences. Failure of an out-of-state bidder to submit the completed form will render their bid non- responsive. LOCAL PREFERENCE: When the lowest bid is submitted by a firm whose principal place of business is outside of the State of Florida, a minimum five percent (5%) preference shall be given to bids submitted by firms whose principal place of business is within the State of Florida. If the state or political subdivision within which the out-of-state firm has its principal place of business maintains a local preference, the preference given to bidders from the State of Florida shall be of an equal percentage. OPINION OF OUT-OF-STATE BIDDER’S ATTORNEY ON BIDDING PREFERENCES (To be completed by the Attorney for any Bidder who is Out-of-State as indicated on the Bidder Acknowledgement Form. Failure of an Out-of-State Bidder to submit this form will render their bid non-responsive.) NOTICE: Section 287.084(2), Fla. Stat., provides that “a vendor whose principal place of business is outside this state must accompany any written bid, proposal, or reply documents with a written opinion of an attorney at law licensed to practice law in that foreign state, as to the preferences, if any or none, granted by the law of that state [or political subdivision thereof] to its own business entities whose principal places of business are in that foreign state in the letting of any or all public contracts.” See below and see also s. 287.084(1), Fla. Stat. LEGAL OPINION ABOUT STATE BIDDING PREFERENCES (Please Select One) ______ The bidder’s principal place of business is in the State of ________________ and it is my legal opinion that the laws of that state do not grant a preference in the letting of any or all public contracts to business entities whose principal places of business are in that state. ______ The bidder’s principal place of business is in the State of ________________ and it is my legal opinion that the laws of that state grant the following preference(s) in the letting of any or all public contracts to business entities whose principal places of business are in that state: [Please describe applicable preference(s) and identify applicable state law(s)]: ____________________________________________________________________________________ _______________________________________________________________________________________________ _______________________________________________________________________________________________ LEGAL OPINION ABOUT POLITICAL SUBDIVISION BIDDING PREFERENCES (Please Select One) ______ The bidder’s principal place of business is in the political subdivision of ________________ and it is my legal opinion that the laws of that political subdivision do not grant a preference in the letting of any or all public contracts to business entities whose principal places of business are in that political subdivision. ______ The bidder’s principal place of business is in the political subdivision of ________________ and the laws of that political subdivision grant the following preference(s) in the letting of any or all public contracts to business entities whose principal places of business are in that political subdivision: [Please describe applicable preference(s) and identify applicable authority granting the preference(s)]: ______________________________________________ _______________________________________________________________________________________________ _______________________________________________________________________________________________ Signature of out-of-state bidder’s attorney: ____________________________________________________________ Printed name of out-of-state bidder’s attorney: _________________________________________________________ Address of out-of-state bidder’s attorney: _____________________________________________________________ _______________________________________________________________________________________________ Telephone Number of out-of-state bidder’s attorney: (_____) _____ - _________ Email address of out-of-state bidder’s attorney: _________________________________________________________ Attorney’s states of bar admission: ___________________________________________________________________ IMPORTANT: Include with your bid the written legal opinion of the attorney licensed to practice law in the out-of- state jurisdiction, as required by s. 287.084(2), Fla. Stat. Such opinion should permit DCPS’s reliance on such attorney’s opinion for purposes of complying with s. 287.084(2), Fla. Stat. GENERAL CONDITIONS 1. RESERVATIONS: Duval County Public Schools reserves the right to reject any or all bids or any part thereof and/or waive informalities if such action is deemed in the best interest of Duval County Public Schools. Duval County Public Schools reserves the right to cancel any contract, if in its opinion, there be a failure at any time to perform adequately the stipulations of this invitation to bid, and general conditions and specifications which are attached and made part of this bid, or in any case of any attempt to willfully impose upon Duval County Public Schools materials or products or workmanship which is, in the opinion of Duval County Public Schools, of an unacceptable quality. Any action taken in pursuance of this latter stipulation shall not affect or impair any rights or claim of Duval County Public Schools to damages for the breach of any covenants of the contract by the contractor. Duval County Public Schools also reserves the right to reject the bid of any bidder who has previously failed to perform adequately after having once been awarded a prior bid for furnishing materials similar in nature to those materials mentioned in this bid. Should the contractor fail to comply with the conditions of this contract or fail to complete the required work or furnish the required materials within the time stipulated in the contract, Duval County Public Schools reserves the right to purchase in the open market, or to complete the required work, at the expense of the contractor or by recourse to provisions of the faithful performance bond if such bond is required under the conditions of this bid. Should the contractor fail to furnish any item or items, or to complete the required work included in this contract, Duval County Public Schools reserves the right to withdraw such items or required work from the operation of this contract without incurring further liabilities on the part of Duval County Public Schools thereby. SHOULD ANY BIDDER HAVE ANY QUESTIONS AS TO THE INTENT OF MEANING OF ANY PART OF THIS BID HE/SHE SHOULD CONTACT THE BUYER IN TIME TO RECEIVE A WRITTEN REPLY BEFORE SUBMITTING HIS/HER BID. All items furnished must be completely new, and free from defects unless specified otherwise. No others will be accepted under the terms and intent of this bid. 2. QUOTATIONS: No bidder will be allowed to offer more than one price on each item even though he/she may feel that he/she has two or more types or styles that will meet specifications. Bidders must determine for themselves which to offer. IF SAID BIDDER SHOULD SUBMIT MORE THAN ONE PRICE ON ANY ITEM, ALL PRICES FOR THAT ITEM WILL BE REJECTED AT THE DISCRETION OF THE DIRECTOR OF PURCHASING. 3. TAXES: Duval County Public Schools is exempt from the following taxes: (a) State of Florida Sales Tax by Certificate No. 85-8013988912C-0. 4. CARTAGE: No charge will be allowed for cartage or packages unless by special agreement. 5. OR ACCEPTABLE SUBSTITUTION: Even though a particular manufacturer’s name or brand is specified, bids will be considered on other brands or on the product of other manufacturers. On all such bids the bidder shall indicate clearly the product (brand and model number) on which he/she is bidding, and shall supply a sample or sufficient data in detail to enable an informed comparison to be made with the particular brand or manufacturer specified. All samples shall be submitted in accordance with procedures outlined in paragraph on SAMPLES. Catalog cuts and technical descriptive data shall be attached to the original copy of the bid where applicable. Failure to submit the above information may be sufficient grounds for rejection of bid. 6. DEVIATIONS FROM SPECIFICATIONS: In addition to the requirements of paragraph 5, all deviations from the specifications must be noted in detail by the bidder, in writing, at the time of submittal of the formal bid. The absence of a written list of specification deviations at the time of submittal of the bid will hold the bidder strictly accountable to Duval County Public Schools to the specifications as written. Any deviation from the specifications as written not previously submitted, as required by the above, will be grounds for rejection of the material and or equipment when delivered. 7. DATA REQUIRED TO BE SUBMITTED WITH REFERENCE TO BID: a. Whenever the specifications indicate a product of a particular manufacture, model, or brand in the absence of any statement to the contrary by the bidder, the bid will be interpreted as being for the exact brand, model, or manufacture specified, together with all accessories, qualities, tolerances, composition, etc., enumerated in the detailed specifications. b. If no particular brand, model or make is specified, and if no data is required to be submitted with the bid, the successful contractor, after award and before manufacture or shipment, may be required to submit working drawings or detailed descriptive data sufficient to enable Duval County Public Schools to judge if each requirement of the specifications is being met. 8. SAMPLES: The samples submitted by bidders on items which they have received an award may be retained by Duval County Public Schools until the delivery of contracted items is completed and accepted. Bidders whose samples are retained may remove them after delivery is accepted. Sample on which bidders are unsuccessful must be removed as soon as possible after award has been made on the item or items for which the samples have been submitted. Duval County Public Schools will not be responsible for such samples if not removed by the bidder within 30 days after the award has been made. Duval County Public Schools reserves the right to consume any or all samples for testing purposes. Bidders shall make all arrangements for delivery of samples to place designated as well as the removal of samples. Cost of delivery and removal of samples shall be borne by the bidder. All sample packages shall be marked “Sample for Purchasing Services” and each sample shall bear the name of the bidder, item number, bid number and shall be carefully tagged or marked in a substantial manner. Failure to the bidder to clearly identify samples as indicated may be considered sufficient reason for rejection of bid. 9. PERFORMANCE BOND: The successful bidder on this bid must furnish a performance bond if indicated on the bid cover, made out to Duval County Public Schools, prepared on an approved form, as security for the faithful performance of his/her contract within ten days of his/her notification that his/her bid has been accepted. The surety thereon must be such surety company or companies as are authorized and licensed to transact business in the State of Florida. Attorneys in fact who sign bid bonds must file with each bond a certified copy of their power of attorney to sign said bonds. The successful bidder or bidders upon failure or refusal to furnish within ten days after his/her notification the required performance bond, shall pay to Duval County Public Schools as liquidated damages for each failure or refusal an amount in cash equal to the security deposited with his/her bid. 10. GUARANTEE: The contractor shall unconditionally guarantee the materials and workmanship on all equipment furnished by him/her for a period of one year from date of acceptance of the items delivered and installed, unless otherwise specified herein. If, within the guarantee period, any defects or signs of deterioration are noted, which, in the opinion of Duval County Public Schools are due to faulty design and installation, workmanship, or materials, upon ratification, the contractor, at his/her expense, shall repair or adjust the equipment or parts to correct the condition, or he/she shall replace the part or entire unit to the complete satisfaction of Duval County Public Schools. These repairs, replacements or adjustments shall be made only at such times as will be designated by Duval County Public Schools as least detrimental to the operation of Duval County Public Schools business. 11. DISCOUNTS: all discounts to be included in bid price. 12. COLLUSION: the bidder, by affixing his/her signature to this proposal, agrees to the following: bidder certifies that this bid is made without any previous understanding, agreement or connection with any person, firm, or corporation making a bid for the same items; and is in all respects fair, without outside control, collusion, fraud or otherwise illegal action. 13. ERRORS IN BIDS: Bidders or their authorized representatives are expected to fully inform themselves as to the conditions, requirements and specifications before submitting bids; failure to do so will be at the bidder’s own risk and he/she cannot secure relief on the plea of error. Neither law nor regulations make allowance for errors either of omission or commission on the part of bidders. In case of error in extension of prices in the bid, the unit price shall govern. 14. All bid responses are to be submitted in typewritten form or submitted in ink. Responses received in pencil will not be accepted. 15. LOCAL PREFERENCE: When the lowest bid for printing services or for personal property is submitted by a firm whose principal place of business is outside of the State of Florida, a minimum five percent (5%) preference shall be given to bids submitted by firms whose principal place of business is within the State of Florida. If the state or political subdivision within which the out-of-state firm has its principal place of business maintains a local preference, the preference given to bidders from the State of Florida shall be of an equal percentage. Bid No. ITB-017-24/JR CONFLICT OF INTEREST CERTIFICATE Bidder must execute either Section I or Section II hereunder relative to Florida Statute 112.313(12). Failure to execute either section may result in rejection of this bid proposal. SECTION I I hereby certify that no official or employee of Duval County Public Schools requiring the goods or services described in these specifications has a material financial interest in this company. ________________________________ ________________________________ Signature Company Name ________________________________ ________________________________ Name of Official (Type or print) Business Address ________________________________ City, State, Zip Code SECTION II I hereby certify that the following named Duval County Public Schools official(s) and employee(s) having material financial interest(s) (in excess of 5%) in this company have filed Conflict of Interest Statements with the Supervisor of Elections, 105 East Monroe Street, Jacksonville, Duval County, Florida, prior to bid opening. Name Title or Position Date of Filing ___________________________ ______________________ ___________________ ___________________________ ______________________ ___________________ _________________________________ ________________________________ Signature Company Name _________________________________ ________________________________ Print Name of Certifying Official Business Address ________________________________ City, State, Zip Code SUBMISSION OF BIDS Bids must be submitted prior to the time set for opening. Bids are to be delivered to Duval County Public Schools, Purchasing Services, 1701 Prudential Drive, Suite 322, Jacksonville, Florida 32207. Bidders are fully responsible for delivery of bids. Reliance upon mail or public carrier is at the bidder’s risk. For bids delivered in person, it is the responsibility of the deliverer to obtain a delivery receipt from the Purchasing Services staff person who has received the bid. Late bids are not considered and will be returned unopened. Official time for the purpose of bid opening, will be calibrated using http://www.timeanddate.com/worldclock/results.html?query=jacksonville. ********* NOTE ********* Bid documents shall be submitted in a sealed envelope clearly marked with the bid number as found on the Bidder Acknowledgement page, opening date and time. Failure to do so will result in your bid being returned unopened. Faxed or e-mailed bids will not be accepted. BID OPENING PROCEDURES Bids will be opened publicly in the Conference Room at 2:00 p.m. Prices will be read upon the request of bidder(s) in attendance. Pricing read during bid opening, is for informational purposes only. Prices will be verified during the bid evaluation process. Arrangements may be made to review bid documents at a later date. AWARD RECOMMENDATION AND BID TABULATION For Award Recommendation, refer to Special Condition titled “Posting of Bid Recommendation”. Bid Tabulation will be posted on the web after contract award has been made. www.duvalschools.org/purchasing or www.demandstar.com Bid results or award recommendations will not be given by telephone. POSTING OF BID TABULATIONS Bid tabulations will be posted at Duval County Public Schools, Purchasing Services Department, 1701 Prudential Drive, Suite 322, Jacksonville, FL 32207. Awarded vendors will receive an official Notification of Award letter after the Board has taken action. http://www.timeanddate.com/worldclock/results.html?query=jacksonville http://www.duvalschools.org/purchasing http://www.demandstar.com/ FEDERAL REGULATORY COMPLIANCE STATEMENT The purpose of this document is to assure compliance by the Contractor (defined as any individual or company who agrees to provide materials or services at a specified price) to those certain clauses, provisions and requirements as described by applicable Federal Regulations, which apply to any resulting agreement between The School Board of Duval County, Florida (the “District”) and the Contractor. By signature, the individual executing this statement attests that he/she possesses authority to obligate the contracting firm and agrees to comply with all clauses, provisions and requirements as described below throughout the term of the agreement. -------------------------------------------------------------------------------------------------------------------- 1. The Contractor agrees to allow reasonable access by the District, the Federal granting agency, the Comptroller General of the United States or any of their duly authorized representatives to the Contractor’s books, documents, papers and records which are directly pertinent to the contract for the purpose of making audit, examination, excerpts and transcriptions. 2. The Contractor agrees to maintain all records related to this agreement for a period of three years after the final payment for the agreement and after all other matters are closed. 3. The Contractor affirms that it is equal opportunity and affirmative action employer and shall comply with all applicable federal, state and local laws and regulations including, but not limited to: Executive Order 11246 as amended by 11375 and 12086; 12138; 11625; 11758; 12073; the Rehabilitation Act of 1973, as amended; the Vietnam Era Veterans Readjustment Assistance Act of 1975; Civil Rights Act of 1964; Equal Pay Act of 1963; Age Discrimination Act of 1967; Immigration Reform and Control Act of 1986; Public Law 95-507; the Americans with Disabilities Act; 41 CFR Part 60 and any additions or amendments thereto. 4. The Contractor agrees to a provision for non-appropriations, whereby the contract will terminate if sufficient funds are not appropriated in any given fiscal year to allow the District to sustain the cost (if applicable). 5. The Contractor agrees to properly complete and submit to the District a federal debarment certification form for each renewal year of the Contract, if renewals apply. 6. The Contractor agrees to properly complete and submit to the District a non-collusion affidavit 7. The Contractor agrees to properly complete and submit to the District a federal drug free workplace certification form. 8. The Contractor agrees the District may terminate the contract at any time for any reason. If terminated for cause, the Contractor agrees the District may seek remedies for damages, if applicable. 9. The Contractor agrees to comply with all applicable environmental standards, orders or requirements. --------------------------------------------------------------------------------------------------------------------------------- CONTRACTOR: PRINT NAME OF AUTHORIZED REPRESENTATIVE: SIGNATURE OF AUTHORIZED REPRESENTATIVE: TITLE: DRUG FREE WORKPLACE CERTIFICATION I hereby swear or affirm that this company has established a drug-free workplace program by completing the following requirements: 1) Published a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2) Informed employees about the dangers of drug abuse in the workplace, the business’s policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation and employee assistance programs and the penalties that may be imposed upon employees for drug abuse violations. 3) Given each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4) In the statement specified in subsection (1), notified the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction 5) Imposed a sanction on, or required the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee’s community, by any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. I understand that false certification of a drug- free workplace is a violation of Florida Statutes 287.087. _________________________________________ Contractor’s SIGNATURE/DATE _________________________________________ NAME/TITLE _________________________________________ Name of COMPANY CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 13 CFR Part 145. 1. The Contractor (or subcontractor) certifies to the best of its knowledge and belief that it and its principals: A. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal Department or Agency from doing business with the Federal Government. B. Have not within a three-year period preceding this contract have been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property. C. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph 1.B. above of this certification. D. Have not within a three-year period preceding this contract had one or more public transactions (Federal, State or local) terminated for cause or default. 2. Where the Contractor is unable to certify to any of the statements above in this certification, such Contractor shall attach an explanation to this Certification. ___________________________________________ Contractor’s SIGNATURE/DATE ___________________________________________ NAME/TITLE OF AUTHORIZED REPRESENTATIVE ___________________________________________ Name of COMPANY INSTRUCTIONS FOR COMPLETION OF NON-COLLUSION AFFIDAVIT 1. This Non-Collusion Affidavit is material to any contract awarded utilizing federal funds. 2. This Non-Collusion Affidavit shall be executed by the member, officer, or employee of the offering firm who makes the final decision on prices and the amount(s) quoted in the proposal. 3. Proposal rigging and other efforts to restrain competition and the making of false sworn statements in connection with the submission of offers are unlawful and may be subject to criminal prosecution. The person who signs the Affidavit shall examine it carefully before signing and assure himself or herself that each statement is true and accurate, making diligent inquiry, as necessary, of all other persons employed by or associated with the respondent with responsibilities for the preparation, approval or submission of the offer. 4. In the case of an offer submitted by a joint venture, each party to the venture must be identified in the proposal documents, and an Affidavit must be submitted separately on behalf of each party. 5. The term “complementary offer” as used in the Affidavit has the meaning commonly associated with that term in the solicitation process, and includes the knowing submission of offers higher than the offer of another firm, an intentionally high or noncompetitive offer, and any other form of an offer submitted for the purpose of giving a false appearance of competition. 6. Failure to file a completed Affidavit in compliance with these instructions will result in disqualification of the offer. EXHIBIT 2 COMPOSITE FEDERAL FORMS NON-COLLUSION AFFIDAVIT State of FLORIDA County of DUVAL I state that I am the of , a , and I am authorized to execute this affidavit on behalf of my firm, its owners, directors, and officers. I am the person responsible in my firm for the price(s), guarantees and the total financial commitment represented in the firm’s offer. I hereby attest that: (1) The price(s) and amount(s) in the offer have been arrived at independently and without consultation, communication or agreement with any other contractor, respondent, or potential respondent. (2) Neither the price(s) nor the amount(s) of the offer, and neither the approximate price(s) nor approximate amount(s) of the offer, have been disclosed to any other firm or person who is a respondent or potential respondent, nor were they disclosed prior to opening of offers. (3) The offer from my firm is made in good faith and no attempt has been made to induce any firm or person to refrain from submitting an offer, or to submit an offer higher than our offer, or to submit any intentionally high or noncompetitive offer or other form of complementary offer. (4) , its affiliates, subsidiaries, officers, directors, employees are not currently under investigation by any governmental agency and have not in the last three years been convicted or found liable for any act prohibited by State or Federal law in any jurisdiction, involving conspiracy or collusion with respect to bidding, proposing or offering on any public contract, except as follows: I attest that , understands and acknowledges that the above representations are material and important, and will be relied on by The School Board of Duval County, Florida, in awarding the contract for which this offer is submitted. I understand and my firm understands that any misstatement in this affidavit is and shall be treated as fraudulent concealment from The School Board of Duval County, Florida, of the true facts relating to submission of offers for this contract. (Signature) (Date) Protest Policy – School Board Policy 7.70 V. Protests Arising From The Contract Solicitation or Award Process A. This section implements section 120.57(3), Florida Statutes and Chapter 28-110, Florida Administrative Code. a. School District's Notice of Decision or Intended Decision. Pursuant to section 120.57(3), Florida Statutes, the Director of Purchasing shall post notice of a Decision or Intended Decision concerning a solicitation or contract award arising out of the contract solicitation or award process by electronic posting. “Electronic posting” or “electronically post” means the noticing of solicitations, agency decisions or intended decisions, or other matters relating to procurement on a centralized Internet website designated for this purpose. This notice shall contain the following statement: "Failure to file a protest within the time prescribed in section 120.57(3), Florida Statutes, or failure to post a bond or other security, as may be required by law, within the time allowed for filing a bond shall constitute a waiver of proceedings under Chapter 120, Florida Statutes." b. Notice of Protest. In a contract procurement process, any person who is adversely affected by the agency Decision or Intended Decision and intends to protest the Decision or Intended Decision, shall file a notice of protest in writing with the school district’s Agency Clerk (Executive Director, Office of Policy and Compliance) within seventy-two (72) hours after the posting of the notice of Decision or Intended Decision. With respect to a protest of the terms, conditions, and specifications contained in a solicitation, including any provisions governing the methods for ranking bids, proposals, or replies, awarding contracts, reserving rights of further negotiation, or modifying or amending any contract, the notice of protest shall be filed with the Agency Clerk in writing within seventy-two (72) hours after the posting of the solicitation. i. A notice of protest should not be filed before the seventy-two (72) hour period begins. The seventy-two (72) hour period begins upon posting of the Decision or Intended Decision. ii. The notice of protest must be actually received by the Agency Clerk before the seventy-two (72) hour period expires. The seventy-two (72) hour period excludes Saturdays, Sundays, and holidays when the school district’s administrative office is closed. The seventy-two (72) hour period is not extended by service of the notice of protest by mail. Failure to timely file a notice of protest shall constitute a waiver of proceedings under this section and section 120.57(3), Florida Statutes. iii. The notice of protest shall identify the procurement by number and title or any other language that will clearly enable the Agency Clerk to identify it; and it shall state that the person intends to protest the decision. c. Formal Written Protest. The protester shall file a formal written protest with the Agency Clerk within ten (10) days after the date the notice of protest is filed. Failure to timely file the formal written protest shall constitute a waiver of proceedings under this Policy and section 120.57(3), Florida Statutes. The ten (10) day period for filing the petition is not extended by service of the petition by mail. i. The formal written protest shall: A. state with particularity the facts and law upon which the protest is based; B. contain all the information specified in Rule 28-106.201(2), Florida Administrative Code and Rule 28-106.301(2), Florida Administrative Code; and C. be substantially in the form of a petition set forth in Rule 28-110.004(2), Florida Administrative Code, naming "The School Board of Duval County, Florida" as the Respondent. ii. Pursuant to Rule 28-110.004(1), Florida Administrative Code, if the formal written protest is filed in proper form within the seventy-two (72) hour period for filing a notice of protest, the formal written protest will also constitute the notice of protest, and all time limits applicable to a notice of protest are waived and the time limits relative to formal written protests shall apply. iii. Posting the Bond. The party protesting the bid specification or recommended award shall be required to post a bond in a form consistent with Rule 28-110.005(2), Florida Administrative Code and timely submit that bond to the School District Purchasing Department. iv. Bond: Commodities (Other than Lease of Space) and Contractual Services (Including Professional Services and Insurance). Any person who files an action protesting a Decision or Intended Decision pertaining to a solicitation or contract award shall post with the Director of Purchasing, at the time of filing the formal written protest, a bond secured by an acceptable surety company in Florida, payable to “The School Board of Duval County, Florida” in an amount equal to one percent (1%) of the School District's estimate of the dollar value of the proposed contract. A. The School District shall provide the estimated contract amount to the protester within seventy- two (72) hours (excluding Saturdays, Sundays, and holidays when the School District administrative office is closed) after the filing of the notice of protest. The estimated contract amount is not subject to protest under this Policy or section 120.57(3), Florida Statutes. This information may be provided as part of the Decision or Intended Decision documents. In lieu of a bond, the Director of Purchasing may accept a cashier's check, official bank check, or money order in the amount of the bond. B. The bond shall be conditioned upon the payment of all costs and charges which may be adjudged against the protestor in the administrative hearing in which the action is brought and in any subsequent appellate court proceeding. C. If, after completion of the administrative hearing process and any appellate court proceedings, the School Board prevails, it shall be entitled to recover all costs and charges which are included in the final order or judgment, excluding attorney's fees. Upon payment of such costs and charges by the person protesting the Decision or Intended Decision or contract award, the bond, cashier's check, official bank check, or money order shall be returned to the protestor. If, after the completion of the administrative hearing process and any appellate court proceedings, the protestor prevails, the protestor may recover from the School Board the costs and charges which are included in the final order or judgment, excluding attorney's fees. v. Bond: Construction Purchasing. Protesters regarding competitive procurement related to educational facilities shall be required to post a bond in the amount specified in section 255.0516, Florida Statutes, which also governs recovery of fees and costs including attorney's fees. With respect to a protest of the terms, conditions, and specifications contained in a solicitation, protesters shall post a bond in the amount of one percent (1%) of the School District’s estimate of the dollar value of the proposed contract or $5,000, whichever is greater. d. Staying the Procurement Process. Upon timely receipt of the formal written protest, the solicitation or contract award process shall be stopped until the subject of the protest is resolved by final agency action, unless the Director of Purchasing sets forth in writing particular facts and circumstances which require the continuance of the solicitation or contract award process without delay in order to avoid an immediate and serious danger to the public health, safety, or welfare. e. Informal Resolution Meeting. The Director of Purchasing shall provide an opportunity to resolve the protest by mutual agreement between the parties within seven (7) days (excluding Saturdays, Sundays, and holidays when the School District administrative offices are closed) of receipt of the formal written protest. All affected parties shall be notified of the notice of protest. f. Hearing. If the protest is not resolved by mutual agreement within seven (7) days (excluding Saturdays, Sundays, and holidays when the school district’s administrative offices are closed) after receipt of the formal written protest; and A. if there is no disputed issue of material fact, an informal proceeding shall be conducted pursuant to section 120.57(2), Florida Statutes and applicable Board Policies, and may be conducted before a hearing officer designated by the Superintendent; or B. if there is a disputed issue of material fact, as determined by the Agency Clerk, in accordance with section 120.569, Florida Statutes, the protest shall be referred within fifteen (15) days after the Agency Clerk receives the Formal Written Protest to the Division of Administrative Hearings for a formal hearing under section 120.57(1), Florida Statutes. ii. As stated in section 120.57(3)(f), Florida Statutes, the burden of proof shall rest with the party protesting the proposed agency action. A. In any bid-protest proceeding contesting an intended agency action to reject all bids, proposals, or replies, the standard of review shall be whether the School Board's intended action is illegal, arbitrary, dishonest, or fraudulent. B. In competitive-procurement protests other than those contesting an intended agency action to reject all bids, proposals, or replies, the hearing officer or administrative law judge will conduct a de novo proceeding to determine whether the School Board's proposed action is contrary to the governing statutes, the School Board's Policies, or the solicitation documents. The standard of proof for such proceedings shall be whether the proposed agency action was clearly erroneous, contrary to competition, arbitrary, or capricious. BID NO. ITB-017-24/JR PLUMBING SUPPLIES Opening Date: December 7th, 2023 NO-BID FORM If your firm cannot submit a bid at this time, please provide the information requested in the space provided below and return it to (or fax it to 904-858-4868): Duval County Public Schools Purchasing Services 1701 Prudential Drive, Suite 322 Jacksonville, Florida 32207 We are unable to submit a bid at this time due to the following reason(s): Name of Firm: Signature and Title: Street Address or P.O. Box: City, State, Zip Code: RETURN THIS FORM ONLY. DO NOT RETURN BID PACKAGE. Bid No. ITB-017-24/JR SC 1 of 7 SPECIAL CONDITIONS 1. PURPOSE: Purpose of this bid is to establish firm prices and a source of supply for furnishing and delivering various plumbing supplies to be purchased by Duval County Public Schools (DCPS) for the period from date of award through November 30, 2024. 2. RENEWAL: Upon written mutual agreement between Contractor and Duval County Public Schools, contract may be renewed at anniversary date for two additional one year periods, subject to the same provisions, terms, conditions, specifications and prices as originally awarded. 3. AWARD: Will be by item or all-or-none group, as indicated on the Bid Proposal Form. All items within a group must be bid for an all-or-none award. Note that this is a source of supply bid; all items in a group will not necessarily be ordered at one time. For purposes of evaluation, this form will be interpreted as follows: Unit price: Unit price should be numeric. Unit prices left blank will be deemed “no bid”, and a unit price of $0 will be deemed “included at no charge”. Item Bid: Item bid should be the manufacturer & model # or name of product you will supply if awarded. If left blank or “as specified” is entered the item will be considered to have insufficient information to evaluate. Failure to respond as requested may result in rejection of item(s) as non-responsive. 4. BID EVALUATION PROCESS: Bids are initially reviewed for determination of compliance with submittal requirements as found in the bid instructions. Those bids that are non-compliant are removed from consideration and are not included on the bid tabulation. Examples of non-compliant bids are: bids that do not bear the signature of an individual authorized to obligate on behalf of the company; bids submitted with line items corrected by the use of correction fluid (only the corrected items are considered non-compliant); bids submitted with line items that are correct but not initialed by the originator (only the corrected items are considered non-compliant); any bid submitted that contains a material deviation from the bid submittal instructions. Tabulated bids are then evaluated on the basis of price. The lowest price bid will be evaluated to determine responsiveness. If the bid is responsive, it will be recommended for award. If the bid is not responsive, it will not be recommended for award and the next lowest price bid will be evaluated to determine responsiveness. This process will continue in succession until the lowest responsive bid is evaluated and is recommended for award. If the bid contains multiple items that are to be awarded independently, this process is completed for each item in the bid. Tie bids are decided by tie breaking procedures outlined in purchasing policy. 5. PURCHASES: Award does not constitute an order. Before any shipments can be made, the vendor must receive a School District Purchase Order, an internal account’s Purchase Order or a Procurement Card Authorization. 6. POSTING OF BID RECOMMENDATION: Recommendation for award will be posted in Purchasing Services on or about December 15th, 2023 and will remain posted for 72 consecutive hours. For exact date and time, please contact the buyer named below. 7. QUESTIONS: Any questions and/or request for additional information should be directed to James Robinson in Purchasing Services, via email at robinsonj12@duvalschools.org placing this bid number (ITB-017-24/JR) in the subject header. Deadline for questions shall be 2:00 p.m. EST on November 24th, 2023. Questions received after this date will not be answered. Interpretations or clarifications in response to such questions will be issued in the form of written addenda to all parties recorded by Purchasing Services as having received the Bid Documents. No verbal or written information obtained other than by information in this document or by written addendum to this bid will be binding on the District. mailto:robinsonj12@duvalschools.org Bid No. ITB-017-24/JR SC 2 of 7 8. EX PARTE COMMUNICATION: Ex parte communication regarding this solicitation, whether verbal or written, by any potential respondent or representative of any potential respondent to this ITB with District personnel involved with or related to this ITB, other than as expressly designated in this document, is strictly prohibited. Violation of this restriction may result in the rejection/disqualification of the respondents’ bid. Ex parte communication regarding this solicitation, whether verbal or written, by any potential respondent or representative of any potential respondent to this ITB with Board members is also prohibited and will result in the disqualification of the bidder. Notwithstanding the foregoing, communications are permissible by this Section when such communications with a prospective respondent are necessary for, and solely related to, the ordinal course of business concerning the DISTRICT’S existing contract(s) for the materials or services addressed in this ITB. 9. LINE ITEM BIDS AND CORRECTIONS: All prices submitted on the Bid Proposal Form shall be indelible. The use of correction fluid or erasures to correct line item bid prices and/or quantities are not acceptable. Corrections must be by lineout of the incorrect figures, writing in of correct figures, and initialing of the corrections by the originator. Correction fluid or erasure corrected bids will be considered non-responsive for the corrected item(s) only. 10. NO SUBSTITUTES: If an alternate is bid for an item specified as “No Substitute”, it will be considered non-responsive and ineligible for award. If an item is specified as “No Substitute” and that item has been discontinued by the manufacturer and a replacement item is not available, bidder shall include with their bid response a letter from the manufacturer stating same. A bidder may bid an item as an acceptable substitution for consideration. The bidder must state manufacturer and model number of item bid and include detailed specification sheets. 11. ACCEPTABLE SUBSTITUTION: Where a particular brand/make/stock number is listed in Bid Proposal Forms, such reference has been made solely for the purpose of more clearly defining the general description of the product desired and the standard of minimum quality and construction acceptable. Products of other manufacturers of equal grade and quality and substantially similar in design, materials and workmanship may be submitted for consideration. The bidder must however, clearly identify in his/her proposal the articles or products offered. Bidder should enter brand and model of item offered. 12. SAMPLES: Samples may be required AFTER bid opening. When requested, samples must be furnished within five (5) working days. Bidder will be notified via fax or e-mail. Samples must be furnished and retrieved at no expense to DCPS. Samples of items awarded may be retained for comparison with items furnished. Samples not destroyed in testing must be picked up within THIRTY (30) DAYS AFTER BID AWARD OR THEY BECOME THE PROPERY OF DCPS. 13. UNITS OF MEASURE AND LOT SIZES: The item unit of measure shall be as indicated on the Bid Proposal Form. If manufacturer’s standard packaging is different than the quantity listed, it shall be the vendor’s responsibility to convert the bid price to the requested unit of measure. Bids received for items that have not been converted to the requested units of measure shall be considered non- responsive. Additionally, bidders must indicate the units of measure they are able to supply. 14. QUANTITIES: The items listed in this solicitation will be ordered on an “AS NEEDED” basis by the Duval County School System. No firm statement of quantity, totally or individually, can be made. The column headed “ESTIMATED QUANTITY” is for information only and does not bind the Duval County School Board to make any purchases under items of this bid. Estimated quantities are based on prior bids’ usage. Bid No. ITB-017-24/JR SC 3 of 7 15. SPECIFICATION ERRORS: In the event of a discrepancy between specifications and the make/model listed for an item or items, specifications shall take precedence for the purposes of the bid. 16. DELIVERY: F.O.B. Destination. Do not ship prior to receipt of purchase order. Delivery will be made within thirty (30) days from date of receipt of purchase order. The Buyer must approve all exceptions. When reasonable, exceptions will be granted. However, if it will cause an out-of-stock or emergency situation, DCPS will have the option to cancel that purchase order and procure the commodity elsewhere. Current receiving hours are 7:30 a.m. to 3:00 p.m. Monday through Friday. It will be the Responsibility of the successful bidder to call 904-858-1499 to schedule deliveries and notify carriers accordingly. Duval County Public Schools will not be responsible for re-delivery fees as a result of the failure on the part of the shipper to notify the carrier. Failure to deliver in accordance with the above instructions may result in the bidder being disqualified from conducting business with Duval County Public Schools. 17. FAMILIARITY WITH LAWS: The Bidder is required to be familiar with all Federal, State and local laws, ordinances, rules and regulations that in any manner affect the work. Ignorance on the part of the bidder will in no way relieve him/her from responsibility for compliance with their requirements. 18. JESSICA LUNSFORD ACT (when applicable): At their own expense, firms shall comply and be responsible for the costs associated with the Jessica Lunsford Act, which became effective on September 1, 2005. The Act states that contractu

1701 Prudential Drive Jacksonville, FL 32207Location

Address: 1701 Prudential Drive Jacksonville, FL 32207

Country : United StatesState : Florida

You may also like

PLUMBING SUPPLIES

Due: 14 Nov, 2024 (in 6 months)Agency: STATE, DEPARTMENT OF

Plumbing Supplies - Sloan Flushometers

Due: 07 May, 2024 (in 8 days)Agency: Corrections and Community Supervision, NYS Dept. of

P-20006 Supply and Delivery of Plumbing Supplies

Due: 17 Jul, 2024 (in 2 months)Agency: LITTMANN INDUSTRIES

Please Sign In to see more like these.

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