Electrical Supplies

expired opportunity(Expired)
From: Duval County Public Schools(School)
015-21/LN

Basic Details

started - 15 Nov, 2021 (about 2 years ago)

Start Date

15 Nov, 2021 (about 2 years ago)
due - 30 Nov, 2021 (about 2 years ago)

Due Date

30 Nov, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
015-21/LN

Identifier

015-21/LN
Duval County Public Schools

Customer / Agency

Duval County Public Schools
unlockUnlock the best of InstantMarkets.

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

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

Dr. Diana L. Greene, Superintendent of Schools Duval County Public Schools is committed to providing high quality educational opportunities that will inspire all students to acquire and use the knowledge and skills needed to succeed in a culturally diverse and technologically sophisticated world. Adopted February 3, 1998 Duval County Public Schools www.duvalschools.org Purchasing Services PH: (904) 858-4848 1701 Prudential Dr., Suite 322 FAX: (904)858-4868 Jacksonville, FL 32207 January 12, 2021 Graybar Electric Mayer Electric Supply Company, Inc. Pyramid School Products Wesco Distribution dba Englewood Electrical Supply World Electric Supply RE: ITB-015-21/LN Electrical Supplies Dear Sir/Madam: On Tuesday, January 12, 2021, the Superintendent designee of Duval County Public Schools approved the award of bid ITB-015-21/LN Electrical Supplies. This is your official notification of bid award. This award is for
the period from January 12, 2021 through November 30, 2021. Purchase orders will be issued for these items as needed during the bid period. If you have any questions regarding this bid, please contact Lucy Nasworthy at (904) 858-4846. Thank you for your interest in Duval County Public Schools. Terrence Wright, Director DCPS Purchasing Services Cc: Master Bid folder Anita Locke Debowrah Stevens 4+. re http://www.duvalschools.org/ http://www.duvalschools.org/ ITB-015-21/LN ELECTRICAL SUPPLIES Date Opened: 11/19/2020 BID TABULATION Item DCPS# Description Qty Unit Price Extension Price Extension Price Extension Price Extension Price Extension 1 597 Box, conduit, 4" sq. steel with 1/2" x 3/4" combo k.o. without bracket UL listed. STEELCITY 52151- 1/2 & 3/4 RACH 189 CROUSE-HINDS TP-414 OR ACCEPTABLE SUBSTITUTE 200 PER EACH $0.55 $110.00 $0.63 $126.00 NO BID NO BID $0.84 $168.00 $0.53 $106.00 2 8801 Box. Conduit 4" square steel with 1/2" & 3/4" combo k.o. without bracket 1-1/2" deep. Ground bump type UL listed. STEELCITY 521511234gb, OR ACCEPTABLE SUBSTITUE 50 PER EACH $0.58 $29.00 $0.76 $38.00 NO BID NO BID $1.00 $50.00 $0.64 $32.00 3 588 Box, weatherproof, aluminum 1 gang, 2" deep, with four 1/2" k.o. Wet location suitable UL listed PREFECTLINE T11-2, RACO-5321-0, RED DOT IH4-1-LM OR ACCEPTABLE SUBTITUTE 100 PER EACH $2.14 $214.00 $3.41 $341.00 NO BID NO BID $17.22 $1,722.00 $2.14 $214.00 4 589 Box, weatherproof, aluminum 1 gang, 2" deep, with three 1/2" k.o. Wet location suitable UL listed PREFECTLINE T11, RACO5 320-0, RED DOT IH3- 1-LM OR ACCEPTABLE SUBTITUTE 50 PER EACH $1.95 $97.50 $2.28 $114.00 NO BID NO BID $14.54 $727.00 $1.84 $92.00 5 591 Box, weatherproof, aluminum , with four 3/4" k.o. 1 gang 2 deep Wet location suitable UL listed PREFECTLINE T14-2, , RED DOT IH4-2-LM RACO- 5330-0 OR ACCEPTABLE SUBTITUTE 25 PER EACH $2.04 $51.00 $3.53 $88.25 NO BID NO BID $18.55 $463.75 $2.90 $72.50 6 592 Box weatherproof, aluminum with five 1/2" k.o. 2 gang 2" deep wet location suitable UL listed PERFECTINE LT 11-3, RACO 5337, RED DOT 2IH5-1, TAYMAC DB550S OR ACCEPTABLE SUBSTITUTE 25 PER EACH $4.65 $116.25 $5.49 $137.25 NO BID NO BID $33.36 $834.00 $4.39 $109.75 7 587 Box, weatherproof aluminum with three 1/2" k.o. 2 gang 2" deep, wet location suitable UL listed PERFECTLINE LT11, RACO 5333 RED DOT 21H3- 1 OR ACCEPTABLE SUBSTITUTE 75 PER EACH $3.75 $281.25 $4.44 $333.00 NO BID NO BID $6.65 $498.75 $4.00 $300.00 8 590 Box weatherproof, aluminum with three 3/4" k.o. 1 gang 2" deep wet location suitable UL listed PERFECTINE T 14-PL, RACO 5324-0, RED DOT IH3-2LM OR ACCEPTABLE SUBSTITUTE 50 PER EACH $2.34 $117.00 $2.58 $129.00 NO BID NO BID $15.98 $799.00 $2.20 $110.00 9 594 Box octagon 4" steel with 1/2" k.o. 1-1/2" deep UL listed STEELCITY 54151-1/2", RACO 125 OR ACCEPTABLE SUBSTITUTE 25 PER EACH $0.70 $17.50 $0.68 $17.00 NO BID NO BID $0.81 $20.25 $0.74 $18.50 10 603 Box, extension ring, square 4" with twelve 1/2" k.o. 1 1/2" deep UL listed STEELCITY 53151-1/2, RACO 201 OR ACCEPTABLE SUBSTITUTE 20 PER EACH $1.38 $27.60 $1.58 $31.60 NO BID NO BID $1.90 $38.00 $1.30 $26.00 WORLD ELECTRIC SUPPLY GRAYBAR ELECTRIC MAYER ELECTRIC SUPPLY COMPANY INC PYRAMID SCHOOL PRODUCTS WESCO DISTRIBUTION (DBA ENGLEWOOD ELECTRICAL SUPPLY) Page 1 of 16 ITB-015-21/LN ELECTRICAL SUPPLIES Date Opened: 11/19/2020 BID TABULATION Item DCPS# Description Qty Unit Price Extension Price Extension Price Extension Price Extension Price Extension WORLD ELECTRIC SUPPLY GRAYBAR ELECTRIC MAYER ELECTRIC SUPPLY COMPANY INC PYRAMID SCHOOL PRODUCTS WESCO DISTRIBUTION (DBA ENGLEWOOD ELECTRICAL SUPPLY) ITEMS 11 & 12 AWARD ALL OR NONE 11 599 Box, wiremold, for switch and receptacle 1 3/4" deep UL listed WIREMOLD V- 5745, MONOSYSTEMS SMS5745 NO SUBSTITUTE 200 PER EACH $5.24 $1,048.00 $6.48 $1,296.00 NO BID NO BID $6.09 $1,218.00 $6.00 $1,200.00 12 604 Box wiremold, extension adapter 1 gang for wiremold box V-5745. UL listed WIREMOLD V-5751 MONOSYSTEMS SMS5751 NO SUBITITUTE 100 PER EACH $4.60 $460.00 $5.69 $569.00 NO BID NO BID $4.82 $482.00 $5.25 $525.00 TOTAL FOR ITEMS 11 & 12 $1,508.00 $1,865.00 NO BID $1,700.00 $1,725.00 13 645 Conduit body entrance ELL , 1/2" threaded die cast zinc complete with cover and gasket "assembled". UL listed RED DOT ASLB1, BRIDGEPORT 1025 OR ACCEPTABLE SUBSTITUTE 50 PER EACH $3.55 $177.50 $3.55 $177.50 NO BID NO BID $3.66 $183.00 $2.50 $125.00 14 646 Conduit body type LB, 1/2" threaded aluminum complete with cover and gasket " assembled" UL listed RED DOT DALB-1CG, BRIDGEPORT LB- 41 OR ACCEPTABLE SUBSTITUTE 50 PER EACH $2.62 $131.00 $4.37 $218.50 NO BID NO BID $4.84 $242.00 $2.74 $137.00 15 9101 Cell, photo electric, single pole, stem mount, threaded, SPST, 208-277VAC, die cast zinc, tungsten 2000W, ballast: 1800VA. 1/2" size conduit, UL listed TORK 2104 NO SUBSTITUTION 100 PER EACH $17.84 $1,784.00 $23.18 $2,318.00 NO BID NO BID $21.11 $2,111.00 $17.10 $1,710.00 16 611 Cell, photo electric, twist lock, 3 wire 120V-277V, 1000W-2300W UL listed INTERMATIC LC4536C OR ACCEPTABLE SUBSTITUTE 50 PER EACH $11.19 $559.50 $13.09 $654.50 NO BID NO BID $15.33 $766.50 $11.00 $550.00 17 612 Cell photo electric, stem mount , single pole SPST 120VAC tungsten 2000W, ballast 1800VA.1/2" CODUIT, UL listed. TORK 2101, or acceptable substitute 200 PER EACH $17.84 $3,568.00 $23.18 $4,636.00 NO BID NO BID $19.44 $3,888.00 $17.10 $3,420.00 18 643 Conduit, 1/2" flexible metal aluminum, must be UL listed, 100" per roll type RW KAF TECH 5602-30-00, SOUTHWIRE ALFLEX or acceptable substitute 5 PER ROLL $40.34 $201.70 $41.81 $209.05 NO BID NO BID $58.72 $293.60 $38.00 $190.00 19 843 Conduit, electrical PVC, 3/4" pipe, rigid, bell end Gray: Schedule 40.(10 Ft. length) UL listed CARLON 49007-010, HERITAGE PLASTICS 51071, SOUTHERN PIPE 41508, CANTEX A5AG12 or acceptable substitute 100 PER LENGH $4.24 $424.00 NO BID $0.00 NO BID NO BID * * $5.10 $510.00 20 673 Connector 3/8" , twin screw, die cast (to hold Romex cable only) UL listed, 100 each per box STEELCITY NC301, RACO2711, PROVALUE PV36654 or acceptable substitute 10 PER BOX $24.19 $241.90 $88.00 $880.00 NO BID NO BID $18.32 $183.20 $18.00 $180.00 Page 2 of 16 ITB-015-21/LN ELECTRICAL SUPPLIES Date Opened: 11/19/2020 BID TABULATION Item DCPS# Description Qty Unit Price Extension Price Extension Price Extension Price Extension Price Extension WORLD ELECTRIC SUPPLY GRAYBAR ELECTRIC MAYER ELECTRIC SUPPLY COMPANY INC PYRAMID SCHOOL PRODUCTS WESCO DISTRIBUTION (DBA ENGLEWOOD ELECTRICAL SUPPLY) 21 667 Connector , electrical spring, insulated. 600v building wire or 1000v signs or fixtures (luminaires). Wing style connector. 50 each per box. 3M PERFORMANCE-PLUS(B/G)054007-43150 NO SUBSTITUTE 15 PER BOX $11.88 $178.20 $16.44 $246.60 NO BID NO BID $23.00 $345.00 $20.00 $300.00 22 669 Connector, electrical spring, insulated. 600v building wire or 1000v signs or fixtures (luminaires). Wing style connector. 100 each per box. 3M PERFORMANCE-PLUS(R/Y)054007-43154 NO SUBSTITUTE 80 PER BOX $9.66 $772.80 $11.25 $900.00 NO BID NO BID $23.00 $1,840.00 $14.00 $1,120.00 23 676 Connector, wire electrical tap, self stripping 100 each per box 3M Scothlok (560) 054007-00839 NO SUBSTITUTE 300 PER BOX $13.64 $4,092.00 $16.25 $4,875.00 NO BID NO BID $15.00 $4,500.00 $20.00 $6,000.00 24 633 Clock, electronic time, 24 hour switch, 2 pole, single throw (DPST), inductive/resistive load, 30A, 120V- 277V timer motor, 60 Hz, Multi-timed program, steel housing. UL listed. INTERMATIC ET1125C. No Substitute. 15 PER EACH $116.87 $1,753.05 $133.28 $1,999.20 NO BID NO BID $180.00 $2,700.00 $130.00 $1,950.00 25 875 Tape, barricade, yellow, 3"W x 1000"L, black lettering, polyethylene, non-pressure sensitive. Legend to read: Caution High Voltage". THOMAS & BETTS NA-0257, NSI #BT312-15512, IDEAL 42- 003 or aceptable substitute. 20 PER ROLL $25.03 $500.60 $54.38 $1,087.60 NO BID NO BID $62.00 $1,240.00 $28.00 $560.00 26 711 Cover, outlet box, square, flat-blank, cadmium plated, fits 4 box, with one k.o. Commercial grade. UL listed. STEELCITY 52-C-6, RACO 753, CROUSE HINDS TP478 or acceptable substitute. 300 PER EACH $0.29 $87.00 $0.33 $99.00 NO BID NO BID $0.62 $186.00 $0.34 $102.00 27 709 Cover, single toggle switch, 1/2" rise for 4" sq. box. Commercial grade UL listed STEELCITY RS-9, RACO 800, CROUSE HINDS TP512 or acceptable substitute 20 PER EACH $0.80 $16.00 $0.94 $18.80 NO BID NO BID $1.22 $24.40 $0.83 $16.60 28 710 Cover square cadmium plated 1/2" rise for one duplex receptacle 4" sq. box Commercial grade UL listed. STEELCITY RS-12. RACO 902C OR acceptable substitute 100 PER EACH $0.65 $65.00 $0.75 $75.00 NO BID NO BID $1.05 $105.00 $0.83 $83.00 29 712 Cover, industrial raised 1/2" sq. 4" box for two duplex flush receptacles UL listed. STEELCITY RC- 8, RACO 907C, CROUSE HINDS TP510 or acceptable substitute 50 PER EACH $0.80 $40.00 $0.94 $47.00 NO BID NO BID $1.24 $62.00 $0.83 $41.50 Page 3 of 16 ITB-015-21/LN ELECTRICAL SUPPLIES Date Opened: 11/19/2020 BID TABULATION Item DCPS# Description Qty Unit Price Extension Price Extension Price Extension Price Extension Price Extension WORLD ELECTRIC SUPPLY GRAYBAR ELECTRIC MAYER ELECTRIC SUPPLY COMPANY INC PYRAMID SCHOOL PRODUCTS WESCO DISTRIBUTION (DBA ENGLEWOOD ELECTRICAL SUPPLY) 30 713 Cover, flat for 4" octagon box, one 1/2" k.o. cadmium plated. UL listed. STEELCITY 54-C-6, RACO 724, CROUSE HINDS TP328 or acceptable substitute 100 PER EACH $0.37 $37.00 $0.43 $43.00 NO BID NO BID $0.57 $57.00 $0.34 $34.00 31 701 Cover, weatherproof, (stay open) flip lid with gasket , horizontal duplex receptacle single gang. Gray, die cast aluminum for dry damp and wet locations. UL listed RED DOT DCCDSO, TAYMAC MX1050S or acceptable substitute 40 PER EACH $3.94 $157.60 $4.15 $166.00 NO BID NO BID $3.77 $150.80 $3.85 $154.00 32 698 Cover weatherproof, snap cover plate for weatherproof box with gasket, vertical single receptacle or switch, single gang, for dry damp and wet locations. UL listed PERFECTLINE WR 104- CV, RED DOT CCSV, RACO 5155-0 or acceptable substitute 40 PER EACH $1.98 $79.20 $2.33 $93.20 NO BID NO BID $10.38 $415.20 $1.87 $74.80 33 808 Plate, blank, one gang, stainless steel, non- magnetic , standard size , UL listed. LEVITON 84014-40 or acceptable substitute 250 EACH $0.71 $177.50 $0.98 $245.00 NO BID NO BID $1.75 $437.50 $0.69 $172.50 34 807 Plate, wall, one gang, 1 duplex receptacle, stainless steel, non-magnetic, standard size, UL listed. LEVITON 84001-40 acceptable substitute 500 EACH $0.65 $325.00 $0.98 $490.00 NO BID NO BID $1.75 $875.00 $0.64 $320.00 35 806 Plate, wall, one gang, 1 toggle switch, stainless steel , non-magnetic, standard size, UL listed. LEVITON 84003-40 or acceptable 300 EACH $0.65 $195.00 $0.98 $294.00 NO BID NO BID $1.75 $525.00 $0.64 $192.00 36 810 Plate, wall, two gang, 2 duplex receptacles, 4" sq. , stainless steel, non-magnetic, standard size, UL listed LEVITON 84016-40 or acceptable substitute 100 EACH $1.29 $129.00 $1.93 $193.00 NO BID NO BID $3.86 $386.00 $1.28 $128.00 37 811 Plate, wall two gang 2 toggle switches 4" sq. stainless steel, non-magnetic, standard size UL listed LEVITON 84009-40 or acceptable substitute 100 EACH $1.29 $129.00 $1.93 $193.00 NO BID NO BID $3.52 $352.00 $1.28 $128.00 38 812 Plate, wall, one gang 1 device GFI receptacle, stainless steel, non magnetic , standard size UL listed LEVITON 84401-40 acceptable substitute 200 EACH $0.73 $146.00 $7.16 $1,432.00 NO BID NO BID $2.19 $438.00 $0.64 $128.00 39 779 Lamp-holder, pin, socket, 660W/600V, Med Base , bi-pin, standard fluorescent low profile, slide on turn type captive nut screw included color: White. UL/CSA/NOM CERTIFED. LEVITON 13353-N NO SUBSTITUTE 600 EACH $0.82 $492.00 $3.35 $2,010.00 NO BID NO BID $1.44 $864.00 NO BID NO BID 40 707 Plate, blank cover, stainless steel. LEVITON 84025- 40 NO SUBSTITUTION 150 EACH $1.76 $264.00 $2.39 $358.50 NO BID NO BID $4.22 $633.00 NO BID NO BID Page 4 of 16 ITB-015-21/LN ELECTRICAL SUPPLIES Date Opened: 11/19/2020 BID TABULATION Item DCPS# Description Qty Unit Price Extension Price Extension Price Extension Price Extension Price Extension WORLD ELECTRIC SUPPLY GRAYBAR ELECTRIC MAYER ELECTRIC SUPPLY COMPANY INC PYRAMID SCHOOL PRODUCTS WESCO DISTRIBUTION (DBA ENGLEWOOD ELECTRICAL SUPPLY) 41 660 Connector steel, EMT, 1/2" compression 50 each per box STEELCITY TC-LLLA, RACO 2902, CROUSE HINDS 650S or acceptable substitute 15 PER BOX $19.63 $294.45 $17.46 $261.90 NO BID NO BID $18.50 $277.50 $10.00 $150.00 42 663 Connector, steel,EMT 1/2" set screw. 50 ea. per box. STEELCITY TC-121A, RACO 2002, or acceptable substitute 25 PER BOX $9.24 $231.00 $9.80 $245.00 NO BID NO BID $10.50 $262.50 $5.25 $131.25 43 692 Coupling, steel EMT, 1/2" compression. STEELCITY TK-111A, RACO 2922 or acceptable substitute 10 PER BOX $23.14 $231.40 $23.60 $236.00 NO BID NO BID $24.50 $245.00 $12.00 $120.00 44 693 Coupling, steel, EMT, 3/4" compression STEELCITY TK-112A, RACO 2923 or acceptable substitute 5 PER BOX $26.37 $131.85 $14.66 $73.30 NO BID NO BID $22.75 $113.75 $8.50 $42.50 45 694 Coupling , steel, EMT, 1/2" setscrew STEELCITY TK-121A, RACO 2022 or acceptable substitute 10 PER BOX $13.82 $138.20 $11.88 $118.80 NO BID NO BID $15.00 $150.00 $6.75 $67.50 46 661 Connector, steel, EMT , 3/4" compression STEELCITY TC-112A, RACO 2903 or acceptable substitute 5 PER BOX $27.15 $135.75 $10.61 $53.05 NO BID NO BID $12.50 $62.50 $7.50 $37.50 47 695 Coupling, steel, EMT, 3/4" set screw. 25 each per box STEELCITY TK-122A RACO 2023 or acceptable substitute 5 PER BOX $17.41 $87.05 $8.70 $43.50 NO BID NO BID $10.00 $50.00 $5.50 $27.50 48 664 Connector, steel, EMT , 3/4" set screw, 25 each per box. STEELCITY TC-122A, RACO 2003, CROUSE HINDS 451 OR ACCEPTABLE SUBSTITUTE 5 PER BOX $15.00 $75.00 $7.69 $38.45 NO BID NO BID $10.00 $50.00 $4.50 $22.50 49 802 Connector, wire nuts, 73B, Orange. UL Listed. 100 each per box. NSI WC-O-C, IDEAL 30-O73, GARDNER BENDER GB-3 OR ACCEPTABLE SUBSTITUTE 20 PER BOX $5.48 $109.60 $7.19 $143.80 NO BID NO BID $12.00 $240.00 $8.50 $170.00 50 665 Connector, straight, 1/2" squeeze type, steel. 50 each per box STEELCITY XC-401, TOPAZ 151M, BRIDGEPORT 407-DC2, BFG 407DC2 or acceptable substitute 10 PER BOX $47.75 $477.50 $39.55 $395.50 NO BID NO BID * * $16.00 $160.00 51 797 Nipple, chase, die cast, 1/2" for use with Rigid/IMC conduit. STEELCITY HA-201, BRIDGEPORT 1102DC CROUSE HINDS CH-50 or acceptable substitute 5 PER BOX $25.64 $128.20 $196.33 $981.65 NO BID NO BID $185.00 $925.00 $25.00 $125.00 52 799 Locknuts, electrical, steel, 1/2" 100 each per box. STEELCITY LN-101-SC, BRIDGEPORT 101, BFG 1-1-S or acceptable substitute 5 PER BOX $8.82 $44.10 $14.63 $73.15 NO BID NO BID $15.00 $75.00 $4.90 $24.50 Page 5 of 16 ITB-015-21/LN ELECTRICAL SUPPLIES Date Opened: 11/19/2020 BID TABULATION Item DCPS# Description Qty Unit Price Extension Price Extension Price Extension Price Extension Price Extension WORLD ELECTRIC SUPPLY GRAYBAR ELECTRIC MAYER ELECTRIC SUPPLY COMPANY INC PYRAMID SCHOOL PRODUCTS WESCO DISTRIBUTION (DBA ENGLEWOOD ELECTRICAL SUPPLY) 53 823 Receptacle duplex, heavy duty , self-grounding outlet, ivory, 20A-125V, commercial grade, UL listed. Must meet or exceed NEMA WD-1 and 6 and ANSI standards LEVITON CR20-I, PASS & SEMYMOUR CR20-I or acceptable substitute 800 EACH $1.94 $1,552.00 $1.29 $1,032.00 NO BID NO BID $1.75 $1,400.00 $0.85 $680.00 54 866 Switch, single pole toggle, quiet, ivory, 20A, 120/277VAC, commercial grade, UL listed . Must meet or exceed Fed Specs. W-S 896 LEVITON SC120-21, BRYANT CS120BI OR ACCEPTABLE SUBSTITUTE 400 EACH $1.41 $564.00 $2.48 $992.00 NO BID NO BID $3.48 $1,392.00 $1.35 $540.00 55 867 Switch , 3 way toggle, quiet, ivory, 20A 120/277VAC, commercial grade, UL listed . Must meet or exceed Fed Specs. W-S896 LEVITON 1223-2I, BRYANT CS320BI or acceptable substitute 100 EACH $4.12 $412.00 $3.26 $326.00 NO BID NO BID $6.98 $698.00 $2.25 $225.00 56 868 Switch, single, pole , lock type ivory 20A, 120/277VAC, commercial grade,UL listed Must meet or exceed Fed. Specs. W-S 896 (circle f standard or brand compatible with circle F standard key) LEVITON 1221-2IL BRYANT 4901L or acceptable substitute 50 EACH $7.06 $353.00 $5.82 $291.00 NO BID NO BID $11.92 $596.00 $5.50 $275.00 57 869 Switch , 3 way , lock type ivory, 20A 120/277VAC, commercial grade, UL listed, Must meet or exceed Fed. Specs. W-S 896. (circle F standard or brand compatible with circle F standard key) LEVITON 1223-2IL, BRYANT 4903l or acceptable substitute 20 EACH $9.41 $188.20 $7.30 $146.00 NO BID NO BID $13.25 $265.00 $7.00 $140.00 58 873 Switch , single pole, 2 switches, toggle, ivory, one device fits standard duplex plate, 15A 120/277VAC, separate feed, commercial grade, UL listed. Must meet or exceed Fed Specs. W-S 896, LEVITON 5224-2I, BRYANT 6400I or acceptable substitute 40 EACH $3.89 $155.60 $4.07 $162.80 NO BID NO BID $11.00 $440.00 NO BID NO BID 59 578/ 7243 Battery, D cell, 1.5V, alkaline, mercury free, industrial RAYOVAC ALD, DURACELL PC 1300, ENERGIZER EN95 or substitute 3,456 EACH $0.76 $2,626.56 $0.78 $2,695.68 $0.74 $2,557.44 $0.87 $3,006.72 $0.74 $2,557.44 60 579/ 5361 Battery, AA cell, 1.5V alkaline, mercury free, industrial RAYOVAC ALAA, DURACELL PC 1500 ENERGIZER EN91 or acceptable substitute 24,960 EACH $0.26 $6,489.60 $0.33 $8,236.80 $0.23 $5,740.80 $0.29 $7,238.40 $0.28 $6,988.80 61 580/ 5362 Battery, AAA cell, 1.5V alkaline, mercury free, industrial. RAYOVAC AAA, DURACELL PC 2400 ENERGIZER EN92 or acceptable substitute 15,360 EACH $0.27 $4,147.20 $0.35 $5,376.00 $0.23 $3,532.80 $0.076 $1,167.36 $0.30 $4,608.00 62 581/ 5360 Battery, 9V, alkaline, mercury free, industrial. RAYOVAC AL9V, DURACELL PC 1604, ENERGIZER EN22 or acceptable substitute 3,168 EACH $0.91 $2,882.88 $1.33 $4,213.44 $0.94 $2,977.92 $2.31 $7,318.08 $1.05 $3,326.40 Page 6 of 16 ITB-015-21/LN ELECTRICAL SUPPLIES Date Opened: 11/19/2020 BID TABULATION Item DCPS# Description Qty Unit Price Extension Price Extension Price Extension Price Extension Price Extension WORLD ELECTRIC SUPPLY GRAYBAR ELECTRIC MAYER ELECTRIC SUPPLY COMPANY INC PYRAMID SCHOOL PRODUCTS WESCO DISTRIBUTION (DBA ENGLEWOOD ELECTRICAL SUPPLY) 63 820/ 7242 Battery C, 1.5V , alkaline, mercury free, industrial. RAYOVAC ALC, DURACELL PC 1400 ENERGIZER EN93 or acceptable substitute 3,456 EACH $0.51 $1,762.56 $0.61 $2,108.16 $0.52 $1,797.12 $0.71 $2,453.76 $0.55 $1,900.80 64 628 Cleaner, contact, electric minimum 15oz can . Non- aqueous, suitable for use on electronic circuit boards , including computer PC boards, television and telephone equipment. CRC2140 or acceptable substitute 48 PER CAN $19.62 $0.00 $21.09 $1,012.32 NO BID NO BID $19.85 $952.80 $23.00 $1,104.00 65 750 Flashlight, 3-in-1 LED, Swivel head 240 lumen COB work light, 250 lumen spot light and intense red light. NEBO 6437 Cryket or acceptable substitute 24 EACH NO BID $0.00 $22.14 $531.36 NO BID NO BID $27.00 $648.00 $26.10 $626.40 66 814 Plug, straight blade cap, 15A, 125V, 2 pole, 3 wire grounding, industrial grade. UL listed, use with cord 18/3 to 12/3 AWG LEVITON 5266N or acceptable substitute. 40 EACH $3.53 $141.20 $3.82 $152.80 NO BID NO BID $9.24 $369.60 $3.45 $138.00 67 815 Plug, male, 15A, 125V, 2 pole, 3 wire grounding, electrical, wiring device, heavy duty industrial grader. UL listed. LEVITON 1447 or acceptable substitute 200 EACH $4.71 $942.00 $3.70 $740.00 NO BID NO BID $8.24 $1,648.00 $3.69 $738.00 68 816 Plug, female, electrical wiring device, 15A 125V, 2 pole, 3 wire grounding , insulated, industrial grade, UL listed. LEVITON 1547 or acceptable substitute 100 EACH $5.88 $588.00 $6.85 $685.00 NO BID NO BID $17.10 $1,710.00 $5.80 $580.00 69 817 Plug, male, angle, electrical wiring device, 15A, 125V, 2 pole, 3 wire grounding, solid casing, industrial grade, UL listed. LEVITON 5266CA, or acceptable substitute 20 EACH $5.29 $105.80 $8.27 $165.40 NO BID NO BID $12.84 $256.80 $5.20 $104.00 70 853 Strap, cable, tie .184 width, 7.31" length, 1.75" bundle dia., 50lbs. Tensile strength, self-locking , nylon. Adjustable , stainless steel locking device in head , ribbed and stippled body, withstands temperatures between 185.Fand 40.F. UL listed , non weather resistant. 100 each per bag. THOMAS & BETTS TY525M, PANDUIT #BT2S-C or acceptable substitute 30 PER BAG $13.81 $414.30 $19.58 $587.40 NO BID NO BID $18.00 $540.00 $17.50 $525.00 71 854 Strap, cable, tie .184 width, 11.40" length , 3.00" bundle dia., 50lbs. Tensile strength, self-locking , nylon. Adjustable , stainless steel locking device in head , ribbed and stippled body, withstands temperatures between 185.F and -40.F. UL listed , weather resistant. 100 each per bag THOMAS & BETTS TY5253M, PANDUIT #BT3S-C or acceptable substitute 30 PER BAG $35.96 $1,078.80 $39.97 $1,199.10 NO BID NO BID $38.00 $1,140.00 $36.00 $1,080.00 Page 7 of 16 ITB-015-21/LN ELECTRICAL SUPPLIES Date Opened: 11/19/2020 BID TABULATION Item DCPS# Description Qty Unit Price Extension Price Extension Price Extension Price Extension Price Extension WORLD ELECTRIC SUPPLY GRAYBAR ELECTRIC MAYER ELECTRIC SUPPLY COMPANY INC PYRAMID SCHOOL PRODUCTS WESCO DISTRIBUTION (DBA ENGLEWOOD ELECTRICAL SUPPLY) 72 855 Strap, cable, tie .184 width, 14.20" length , 4.00" bundle dia., 50lbs tensile strength, self-locking , nylon. Adjustable , stainless steel locking device in head , ribbed and stippled body, withstands temperatures between 185.F and -40.F. UL listed , weather resistant. Black- 100 each per bag. THOMAS & BETTS TY528M, PANDUIT #BT4S-C or acceptable substitute 20 PER BAG $27.83 $556.60 $45.07 $901.40 NO BID NO BID $42.00 $840.00 $41.00 $820.00 73 856 Strap, cable, tie ,.270 width, 18.00" length, 5.00" bundle dia., 120 lbs. Tensile strength, self-locking , nylon. Adjustable , stainless steel locking device in head , ribbed and stippled body, withstands temperatures between 185.F and -40.F. UL listed , non weather resistant 100 each per bag THOMAS & BETTS TY5275M, PANDUIT #BT5LH-L or acceptable substitute 20 PER BAG $35.78 $715.60 $44.70 $894.00 NO BID NO BID $42.00 $840.00 $84.00 $1,680.00 74 857 Strap, one hole, 1/2" EMT, heavy duty, zinc plated. 100 per box MINERALLAC MED30 NO SUBSTITUTE 30 PER BOX $16.64 $499.20 $16.64 $499.20 NO BID NO BID $18.00 $540.00 $20.00 $600.00 75 858 Strap, One hole, 3/4" EMT, heavy duty, zinc plated. 100 per box MINERALLAC MED45 NO SUBSTITUTE 10 PER BOX $19.74 $197.40 $19.72 $197.20 NO BID NO BID $24.00 $240.00 $23.00 $230.00 76 859 Strap, one hole, 1" EMT, heavy duty, zinc plated. 100 per box MINERALLAC MED55 NO SUBSTITUTE 5 PER BOX $23.95 $119.75 $24.00 $120.00 NO BID NO BID $26.00 $130.00 $28.00 $140.00 77 864 Strapping, perforated hanger, galvanized, 20 gauge, 10 ft. length per roll TOPAZ 962, METALLICS- HR750/22550 or acceptable substitute 10 PER ROLL $1.54 $15.40 $1.85 $18.50 NO BID NO BID $7.50 $75.00 $3.00 $30.00 78 883 Tape, electrical, vinyl, 3/4" x 66', BLACK, 7-mil thick. Flame retardant, weather resistant , UL listed. 3M SCOTCH 33+ SUPER 3/4" X 66' NO SUBSTITUTE 400 PER ROLL $4.33 $1,732.00 $4.71 $1,884.00 $4.29 $1,716.00 $1.82 $728.00 $4.40 $1,760.00 79 880 Tape, electrical, vinyl, color coding, 3/4" x 66', green, 7-mil thick, flame retardant, weather resistant. UL listed. 3M SCOTCH 35 GREEN 3/4" X 66' NO SUBSTITUTE 30 PER ROLL $4.23 $126.90 $4.39 $131.70 NO BID NO BID $4.13 $123.90 $4.15 $124.50 80 881 Tape, electrical, vinyl, color coding 3/4" x 66' WHITE, 7-mil thick, flame retardant, weather resistant. UL listed. 3M SCOTCH 35 WHITE 3/4" X 66' NO SUBSTITUTE 30 PER ROLL $4.23 $126.90 $4.39 $131.70 NO BID NO BID $4.13 $123.90 $4.15 $124.50 81 884 Tape, electrical, vinyl, color coding 3/4" x 66' RED, 7- mil thick, flame retardant weather resistant. UL listed. 3M SCOTCH 35 RED 3/4" X 66' NO SUBSTITUTE 20 PER ROLL $4.23 $84.60 $4.39 $87.80 NO BID NO BID $4.13 $82.60 $4.15 $83.00 Page 8 of 16 ITB-015-21/LN ELECTRICAL SUPPLIES Date Opened: 11/19/2020 BID TABULATION Item DCPS# Description Qty Unit Price Extension Price Extension Price Extension Price Extension Price Extension WORLD ELECTRIC SUPPLY GRAYBAR ELECTRIC MAYER ELECTRIC SUPPLY COMPANY INC PYRAMID SCHOOL PRODUCTS WESCO DISTRIBUTION (DBA ENGLEWOOD ELECTRICAL SUPPLY) 82 885 Tape, electrical, vinyl, color coding 3/4" x 66' BLUE, 7-mil thick, flame retardant weather resistant. UL listed. 3M SCOTCH 35 BLUE 3/4" X 66' NO SUBSTITUTE 20 PER ROLL $4.23 $84.60 $4.39 $87.80 NO BID NO BID $4.13 $82.60 $4.15 $83.00 83 890 Tape, electrical, vinyl, color coding1/2" x 20' GREEN, 7-mil thick, flame retardant weather resistant. UL listed. 3M SCOTCH 35 GREEN 1/2" X 20'' NO SUBSTITUTE 10 PER ROLL $1.30 $13.00 $1.36 $13.60 NO BID NO BID $1.28 $12.80 $1.25 $12.50 84 891 Tape, electrical, vinyl, color coding1/2" x 20' WHITE, 7-mil thick, flame retardant weather resistant. UL listed. 3M SCOTCH 35 WHITE 1/2" X 20'' NO SUBSTITUTE 10 PER ROLL $1.30 $13.00 $1.36 $13.60 NO BID NO BID $1.28 $12.80 $1.25 $12.50 85 649 Tubing, 1/2" x 10', electrical metallic tubing, EMT, galvanized thin wall tubing with close tolerance and silver slick coating inside, industrial grade. UL listed, meets or surpasses Fed. Specs UL safety standard 797 and ANSI C80.3. ALLIED TUBE & CONDUIT, LTV ELUCTRUNITE, REPUBLIC CONDUIT, HEATLAND TUBE OR acceptable substitute 1,400 PER LENGH $3.87 $5,418.00 NO BID NO BID NO BID NO BID $5.28 $7,392.00 $4.70 $6,580.00 86 650 Tubing, 3/4" x 10', electrical metallic tubing, EMT, galvanized thin wall tubing with close tolerance and silver slick coating inside, industrial grade . UL listed , meets or surpassed Fed. Specs UL safety standard 797 and ANSI C80.3 ALLIED TUBE & CONDUIT , LTV ELUCTRUNITE, REPUBLIC CONDUIT, HEATLAND TUBE OR acceptable substitute 200 PER LENGH $6.85 $1,370.00 NO BID NO BID NO BID NO BID $5.85 $1,170.00 $8.30 $1,660.00 87 651 Tubing, 1" x 10', electrical metallic tubing, EMT, galvanized thin wall tubing with close tolerance and silver slick coating inside, industrial grade. UL listed , meets or surpasses Fed. Specs UL safety standard 797 and ANSI C80.3. ALLIED TUBE & CONDUIT, LTV ELUCTRUNITE, REPUBLIC CONDUIT, HEATLAND TUBE OR acceptable substitute 50 PER LENGH $11.78 $589.00 NO BID NO BID NO BID NO BID $8.98 $449.00 $14.20 $710.00 88 629 Primer, zinc-rich cold galvanize 95% pure, stops rust, electrochemically bones with metal, no CFC's minimum 13 oz. can. CRC 18412 NO SUBSTITUTE 240 PER CAN $7.98 $1,915.20 $9.64 $2,313.60 NO BID NO BID $8.16 $1,958.40 $9.80 $2,352.00 89 702 Cover, weatherproof, 1 gang, blank, aluminum ,with sealing gasket, industrial grade, approved for wet location. UL listed. STEELCITY SP41G, RACO 5173-0, RED DOT DCCB, TAYMAC BC100S or acceptable substitute 200 PER EACH $0.42 $84.00 $0.58 $116.00 NO BID NO BID $2.79 $558.00 $4.10 $820.00 Page 9 of 16 ITB-015-21/LN ELECTRICAL SUPPLIES Date Opened: 11/19/2020 BID TABULATION Item DCPS# Description Qty Unit Price Extension Price Extension Price Extension Price Extension Price Extension WORLD ELECTRIC SUPPLY GRAYBAR ELECTRIC MAYER ELECTRIC SUPPLY COMPANY INC PYRAMID SCHOOL PRODUCTS WESCO DISTRIBUTION (DBA ENGLEWOOD ELECTRICAL SUPPLY) 90 703 Cover, weatherproof, 2 gang, blank, aluminum ,with sealing gasket, industrial grade, approved for wet location. UL listed. STEELCITY SP411G, RACO 5175-0, RED DOT 2CCB, TAYMAC BC200S or acceptable substitute 100 PER EACH $1.12 $112.00 $1.22 $122.00 NO BID NO BID $1.50 $150.00 $1.07 $107.00 91 825 Receptacle, ground fault circuit interrupter (GFCI), 20A, 125VAC, at receptacle and feed through, Ivory, with face plate. Commercial grade LEVITON 7899-I. No substitute 400 PER EACH $12.76 $5,104.00 $22.68 $9,072.00 NO BID NO BID $16.12 $6,448.00 $15.90 $6,360.00 92 699 Cover, weatherproof, for GFCI receptacle, horizontal mount, die cast, self closing lid with gasket, two mounting screws Commercial grade, UL listed. PERFECTLINE WGF100-C, PASS & SEYMOUR CA26-GH, BWF-FGV-1DCV,TAYMAC MX1050S or acceptable substitute 75 PER EACH $4.88 $366.00 $4.66 $349.50 NO BID NO BID $15.76 $1,182.00 $4.05 $303.75 93 700 Cover, weatherproof, for GFCI receptacle, vertical mount, die cast, self closing lid with gasket, two mounting screws Commercial grade, UL listed. PERFECTLINE WGF100-CV, PASS & SEYMOUR CA26-GV, BWF-FG-1DCV or acceptable substitute 100 PER EACH $11.93 $1,193.00 $4.85 $485.00 NO BID NO BID $15.76 $1,576.00 $4.05 $405.00 94 874 Switch, time delay, 1-60 minute range, 120V in , dual output: 120V / 500W lamp load , 1/3hp /10A/120VAC delayed fan load. SUPPLIED WITH A WALL PLATE AND MOUNTING HARDWARE . Ivory color, UL listed. NATIONAL CONTROLS CORP. TNC-T1517-120, PASS & SEYMOUR 97251-I, MARKTIME-42103/42513 NO SUBSTITUTE 36 PER EACH NO BID NO BID NO BID NO BID NO BID NO BID $40.75 $1,467.00 NO BID NO BID 95 686 Cord, extension, 25', 12/3 SJTW, 15A, 125V, 1875W, mold on cap connections, heavy duty , UL listed, OSHA acceptable . Orange or yellow color. CAROL CABLE 06826-63-04, AMERICAN-C- 4312025YW or acceptable substitute 30 PER EACH $18.33 $549.90 $21.51 $645.30 $19.98 $599.40 $21.04 $631.20 $17.00 $510.00 96 687 Cord, extension, 50', 12/3 SJTW, 15A, 125V, 1875W, mold on cap connections, heavy duty , UL listed, OSHA acceptable . Orange or yellow color. CAROL CABLE 06853-63-04, AMERICAN-C- 4312050YW or acceptable substitute 40 PER EACH $37.22 $1,488.80 $41.56 $1,662.40 $26.98 $1,079.20 $52.71 $2,108.40 $24.00 $960.00 97 688 Cord, extension, 100', 12/3 SJTW, 15A, 125V, 1875W, mold on cap connections, heavy duty , UL listed, OSHA acceptable . Orange or yellow color. CAROL CABLE 06801-63-04, AMERICAN-C- 4312100YW or acceptable substitute 20 PER EACH $71.60 $1,432.00 $79.68 $1,593.60 $49.98 $999.60 $73.05 $1,461.00 $44.00 $880.00 Page 10 of 16 ITB-015-21/LN ELECTRICAL SUPPLIES Date Opened: 11/19/2020 BID TABULATION Item DCPS# Description Qty Unit Price Extension Price Extension Price Extension Price Extension Price Extension WORLD ELECTRIC SUPPLY GRAYBAR ELECTRIC MAYER ELECTRIC SUPPLY COMPANY INC PYRAMID SCHOOL PRODUCTS WESCO DISTRIBUTION (DBA ENGLEWOOD ELECTRICAL SUPPLY) 98 8312 Sensor, Occupancy, Wall Switch, Passive infrared. For auto switching of incandes/fluores & low volt light with electronic/magnetic ballasts. Ivory color. Mount Height: 8' to 12' min,. Delay off time 5 sec. Max delay off tine 45 min. Min. sensing coverage: 2000 sq. Ft. man on/off switch . 120V/277V compat. Fluores. load: 1200VA@120V/2700VA@277V. incandescent load rating 800W@120V. CUL/US, CSA, FCC AND NOM Certified, LEVITON ODS10- IDI NO SUBSTITUTE 250 PER EACH $35.88 $8,970.00 $40.01 $10,002.50 NO BID NO BID $59.95 $14,987.50 NO BID NO BID 99 8313 Sensor, Occupancy, Ceiling Mount Ultrasonic/passive infrared. For auto switching of incandes/fluores & low volt light with electron/magnbals. White color , Mounting Height 8 to 12 ft. Min. Delay off time 5 sec. Max delay off time 45 min. Min. sensing coverage 2000 sq.. 24V DC nominal 33 ma: (control unit) CU series control unit required for use w/ATD series sensor. CUL/US, CSA, FCC AND NOM certified HUBBELL ATD2000C NO SUBSTITUTE 50 PER EACH $87.21 $4,360.50 $119.11 $5,955.50 NO BID NO BID $135.79 $6,789.50 $84.00 $4,200.00 100 8314 Control Unit, universal. Plenum rated. Contains internal relay-controls external light loads, for us with low volt 24VDC Occupancy sensors . Power input: 100-277 VAC 50/60Hz. Control output: 24 VDC, 150 mA nominal isolated & regulated. Relay contact: 20A (120VAC incandes:0-1800W) /20A(120VAC bals:0-2400W)/(277VAC bals :0-5540W) 1 Hp, 120- 277VAC motor load. Indoor use only. CUL/US, CSA, FCC AND NOM certified HUBBELL CU300A CONTRON UNIT NO SUBSTITUTE 100 PER EACH $20.93 $2,093.00 $26.06 $2,606.00 NO BID $0.00 $25.00 $2,500.00 $20.00 $2,000.00 101 8341 Sensor, occupancy, ceiling mount, Adaptive technology dual coverage ultrasonic/passive infrared 32kHz. Includes: isolated relay & photocell white color. Mount Height: 8 to 12 Ft. Min delay off time 8 sec. Max delay off time 40 min. Min. sensor coverage:2000 sq. ft. 24V DC nominal, 33ma: (control unit). CLU/US, CSA, FCC AND NOM certified HUBBELL ATD2000CRP. NO SUBSTITUTE 40 PER EACH $104.65 $4,186.00 $126.56 $5,062.40 NO BID NO BID $150.08 $6,003.20 $98.50 $3,940.00 Page 11 of 16 ITB-015-21/LN ELECTRICAL SUPPLIES Date Opened: 11/19/2020 BID TABULATION Item DCPS# Description Qty Unit Price Extension Price Extension Price Extension Price Extension Price Extension WORLD ELECTRIC SUPPLY GRAYBAR ELECTRIC MAYER ELECTRIC SUPPLY COMPANY INC PYRAMID SCHOOL PRODUCTS WESCO DISTRIBUTION (DBA ENGLEWOOD ELECTRICAL SUPPLY) 102 8694 Sensor, Motion Detect, high bay Mount Passive infrared type fluorescent High bay occupancy sensor technology. 1SPST OUTPUT. Mounts directly to industrial T5, T5H0 andT8 fixtures. PIR lens provides 1.4:1 coverage up to feet and 1.1:1 coverage to 45 feet. Area and aisle coverage with one lens. No minimum load.Unversal voltage- 120/277/347 VAC. ETL, conforms to UL STD 916, Certified to CAN/USA STD 22.2 No. 61010-1-04 AND TITLE 24 COMPLIANT CUL/US, CSA, FCC AND NOM certified. Indoor use only color -WHITE HUBBELL OPTIMYZER HMHB21U no substitute 20 PER EACH $41.49 $829.80 $44.60 $892.00 NO BID NO BID $67.00 $1,340.00 $32.00 $640.00 103 8701 Tester, Electrical Voltage, Continuity current, and non contact. 600V model; AC current. Dispays resistance to 1000 . Continuity beeper, digital resolution. Auto off mode conserves battery life. Low battery indicator. All input are protected to EN61010- 1 CAT IIIi 600V. UL, CSA and VDE listed CALIBRATION CYCLE : 1 Year. FLUKE T5-600 VOLT TESTER NO SUBSTITUTE 20 PER EACH $117.00 $2,340.00 $128.36 $2,567.20 NO BID NO BID $125.00 $2,500.00 $119.00 $2,380.00 104 672 Connector, 90 degree, 3/8", squeeze type, malleable iron, for 3/8" flexible conduit, commercial grade . 50/box BRIDGEPORT 801 , or acceptable substitute.+ 20 PER EACH $0.40 $8.00 $0.50 $10.00 NO BID NO BID $1.15 $23.00 $24.00 $480.00 105 8690 Connector, 1/2" Non Metal, 90 Deg, Liquid tight, non insulated. Push on installation. UV rated plastic, for nonmetallic liquid tight Type B conduit & flexible nonmetallic tubing, MEETS OR EXCEEDS UL/SA, standards Gray color ARLINGTON NMLT905, or acceptable substitute 50 PER EACH $1.23 $61.50 $1.91 $95.50 NO BID NO BID $2.10 $105.00 $1.04 $52.00 106 8691 Connector, 3/4" Non-Metal, 90 Deg. Liquid -tight. Non insulated Push on installation; UV rated plastic, for nonmetallic liquid tight Type B conduit & flexible nonmetallic tubing . MEETS OR EXCEEDS UL/CSA Standards . Gray color ARLINGTON NMLT907 or acceptable substitute 50 PER EACH $1.72 $86.00 $3.43 $171.50 NO BID NO BID $3.20 $160.00 $1.58 $79.00 107 8692 Connector, 1/2" Non-Metal Straight liquid -tight. Non insulated Push on installation; UV rated plastic, for nonmetallic liquid tight Type B conduit & flexible nonmetallic tubing . MEETS OR EXCEEDS UL/CSA Standards . Gray color ARLINGTON NMLT5 or acceptable substitute 50 PER EACH $0.73 $36.50 $1.48 $74.00 NO BID NO BID $1.33 $66.50 $0.66 $33.00 108 8693 Connector, 3/4" non metal, straight liquid-tight, Non insulated . Push on installation; UV rated plastic. For nonmetallic liquid tight Type B conduit & flexible nonmetallic tubing. MEETS OR EXCEEDS UL/CSA Standards. Gray color ARLINGTON NMLT7 or acceptable substitute 50 PER EACH $1.10 $55.00 $2.03 $101.50 NO BID NO BID $1.91 $95.50 $1.00 $50.00 Page 12 of 16 ITB-015-21/LN ELECTRICAL SUPPLIES Date Opened: 11/19/2020 BID TABULATION Item DCPS# Description Qty Unit Price Extension Price Extension Price Extension Price Extension Price Extension WORLD ELECTRIC SUPPLY GRAYBAR ELECTRIC MAYER ELECTRIC SUPPLY COMPANY INC PYRAMID SCHOOL PRODUCTS WESCO DISTRIBUTION (DBA ENGLEWOOD ELECTRICAL SUPPLY) 109 8688 Conduit, Liquid Tight, 1/2" Flexible Non Metal. For installation & Protection of electrical conductors in circuits 600V nominal or less. Protects from liquids , Vapors, solids, weather. Direct burial or concrete encasement, spiral of rigid PVC reinforcement imbedded within flexible PVC wall. UV sunlight resist. MEETS EXCEEDS ALL APPLICABLE STANDARDS : (INCLUDING)-NEC Type desig. LFNC-B; ANSI/NFPA 70 NECArticle 356; UL listed Standard 1660, CSA safety Listed. Standard Coil Length: 100 FT. SOUTHWIRE ULTRATITE, ANACONDA SEALTITE NMLT50, CARLON CARFLEX. 5 PER COIL $32.43 $162.15 $32.38 $161.90 NO BID NO BID $37.67 $188.35 $31.00 $155.00 110 8689 Conduit, Liquid Tight, 3/4" Flexible Non Metal. For installation & Protection of electrical conductors in circuits 600V nominal or less. Protects from liquids , vapors, solids, weather. Direct burial or concrete encasement, spiral of rigid PVC reinforcement imbedded within flexible PVC wall. UV sunlight resist. MEETS EXCEEDS ALL APPLICABLE STANDARDS : (INCLUDING)-NEC Type desig. LFNC-B; ANSI/NFPA 70 NECArticle 356; UL listed Standard 1660, CSA safety Listed. Standard Coil Length: 100 FT. SOUTHWIRE ULTRATITE, ANACONDA SEALTITE, CARLON CARFLEX. 5 PER COIL $51.75 $258.75 $45.94 $229.70 NO BID NO BID $46.94 $234.70 $42.00 $210.00 111 8801 Box, conduit, 4" square , steel, 2-1/8" deep box, with ground bump. 1/2 inch & 3/4 inch knockouts. Welded construction , w/o bracket UL Listed /CSA STEELCITY 521711234EGB or acceptable substitute 50 PER EACH $0.77 $38.50 $5.17 $258.50 NO BID NO BID $1.00 $50.00 $0.81 $40.50 112 8812 Cover, weatherproof, in use. 1 gang, 2-3/4" deep. Vertical/Horizontal mount; Clear, polycarbonate. Multifunctional configuration adapters included receptacle Type duplex, GFCI OR Toggle. UL listed BIZLINE RX410C or acceptable substitute 50 PER EACH $4.66 $233.00 $4.89 $244.50 NO BID NO BID $6.59 $329.50 $4.73 $236.50 113 8813 Sensor, Occupancy, Ceiling Mount, Multi- Technology. Coverage Range Sq. Ft. 1000 Sq. Ft. Adjustment: Self- Adjusting, Isolated Relay; pattern Degrees: 360, Commercial grade . Color: White. Sensor: PIR/Ultrasonic 40kHz; Single/Multi-tech mode: Switchable On/Off PIR/ULTRA; manual time adjust: 30s-30m, (6s test mode). input volt: 24VDC.CUL/US, CSA FCC and NOM Certified LEVITON OSC 10-RMW NO SUBSTITUTE 30 PER EACH $96.47 $2,894.10 $126.87 $3,806.10 NO BID NO BID $133.42 $4,002.60 NO BID NO BID Page 13 of 16 ITB-015-21/LN ELECTRICAL SUPPLIES Date Opened: 11/19/2020 BID TABULATION Item DCPS# Description Qty Unit Price Extension Price Extension Price Extension Price Extension Price Extension WORLD ELECTRIC SUPPLY GRAYBAR ELECTRIC MAYER ELECTRIC SUPPLY COMPANY INC PYRAMID SCHOOL PRODUCTS WESCO DISTRIBUTION (DBA ENGLEWOOD ELECTRICAL SUPPLY) 114 8814 Sensor, Occupancy, Wall/Corner Mount, Multi- Technology. Coverage Range Sq. Ft. 1200 Sq. Ft. Adjustment: Self- Adjusting, Isolated Relay; pattern Degrees: 110, Commercial grade flexible base mount included . Color: White. Sensor: PIR/Ultrasonic 32kHz; Single/Multi-tech mode: Switchable On/Off PIR/ULTRA; manual time adjust: 30s-30m, (6s test mode). input volt: 24VDC.Photo cell Adjust: 20-3000Lux/Ambient Override ON. CUL/US, CSA FCC and NOM Certified LEVITON OSW 12-RMW NO SUBSTITUTE 10 PER EACH $110.59 $1,105.90 $112.64 $1,126.40 NO BID NO BID $152.75 $1,527.50 NO BID NO BID 115 8815 Sensor, Occupancy, Hallway/Ceiling Mount, Ultrasonic Type. Coverage Range Sq. Ft. 2000 Sq. Ft. Adjustment: self-adjusting isolated Relay; pattern Degrees: 360 Commercial grade. Color: White Sensor: Ultrasonic 32kHz; Manual tine adjust: 30s- 30m, (6s Test Mode) input volt: 24VDC. CUL/US, CSA, FCC and NOM Certified. LEVITON OSW12- RMW. NO SUBSTITUTE 20 PER EACH $97.65 $1,953.00 $126.87 $2,537.40 NO BID NO BID $133.42 $2,668.40 NO BID NO BID 116 8821 Power Pack, for Occupancy Sensor. Provides power as well as load switching circuitry. (For Leviton OS Series). Switches incandescent, electronic fluorescent, electronic low volt, and motor loads. Commercial grade. Power input: 120-230- 277VAC, 50/60 Hz. Relay rating: 20A, 2400W @ 120V Resistive 20A, 2400W @ 120V General Purpose 20A, 2400W @ 120V Incandescent 20A, 2400W @ 120V Fluorescent 20A, 5540W @ 277V Resistive 20A, 5540W @ 277V General Purpose 20A, 5540VA @ 277V Fluorescent 16A, 4430VA @ 277V Electronic Ballasts 1/2 HP @ 120V Motor Load 2 HP @ 240/277V Motor Load. Suitable for general purpose plug load control - 20A, 2400W @ 120V. Control input: 2mA, 24VDC; Power Supply Output: 225mA, 24VDC, 5.4W. CUL/US, CSA, FCC and NOM Certified, LEVITON OPP20-D2 No Substitute 30 PER EACH $24.71 $741.30 $30.24 $907.20 NO BID NO BID $37.06 $1,111.80 NO BID NO BID Page 14 of 16 ITB-015-21/LN ELECTRICAL SUPPLIES Date Opened: 11/19/2020 BID TABULATION Item DCPS# Description Qty Unit Price Extension Price Extension Price Extension Price Extension Price Extension WORLD ELECTRIC SUPPLY GRAYBAR ELECTRIC MAYER ELECTRIC SUPPLY COMPANY INC PYRAMID SCHOOL PRODUCTS WESCO DISTRIBUTION (DBA ENGLEWOOD ELECTRICAL SUPPLY) 117 8822 Sensor, Occupancy, Fixture Mount integral. Designed to mount directly into a luminaire. Compatible with electronic ballasts. Passive infrared (PIR) detection technology, with Auto-ON/OFF operation and an adjustable Time Delay: 30 seconds. 10,20, and 30 minutes. Input volt: 120- 277VAC, Operating Freq: 50/60Hz; Load Rating: Fluorescent: 800VA @ 120VAC, 1200VA @ 277VAC, Incandescent: 800W@120V, Motor; 1/6HP load @120V. photocell RANGE: 10`120 foot candles. Color: White CUL/US, CSA, FCC,and NOM Certified. LEVITON OSF10-10W NO SUBSTITUTE 20 PER EACH $43.53 $870.60 $42.34 $846.80 NO BID NO BID $59.29 $1,185.80 NO BID NO BID 118 8823 Sensor, Occupancy, Fixture mount, High Bay/Low Bay/Aisle w/Light Sensor. Commercial grade . Fixture or electrical box mounted Pasive infrared (PIR) Occupancy Sensor, Integrated Rotational Photocell, Adjustable time delay: 30 sec - 30 minutes. Manual and auto calibration. (3) Lens included. 20 ft. x 60 ft. aisle pattern at 40 Ft. Mounting heights; 360 field-of-view for 20 Ft. to 40 ft. high bay mounting heights. Self-adjust. contact type: Relay; HP rating: 1/4HP @ 120V; input volt: 120/230/277/347VAC; Load rating: 800/1000/1200/1500VA; Mount height: 8-40 Ft. Color: White. CLU/US, CSA, FCC and NOM Certified LEVITON OSFHP-ITW NO SUBSTITUTE 20 PER EACH $35.88 $717.60 NO BID NO BID NO BID $0.00 $57.84 $1,156.80 NO BID $0.00 119 8824 Sensor, Occupancy, Wall switch Dual relay. Provides automatic lighting control for two separated loads from a single unit. Fits in a standard single- gang wall box . Commercial grade. Multi-Technology PIR/Ultrasonic, Switch Type: Single-pole/Dual relay; Mounting : wall switch; Coverage (sq.ft.) 2400 sq. ft. ; Pattern 180. Mounting Height (ft.) 4 Ft. adjustment: Self-Adjust; time delay: 30 seconds -30 Minutes. Voltage: 120/277 Volt AC 60Hz; load Rating: 800W@120V INC 1200VA@120V 2700VA@277V FL Secondary Relay: 800W@120V INC 800VA@120V 1200VA@277V FL. Motor: 1/4HP @ 120V Color: Ivory. CUL/US, CSA, FCC, ETL/C-ETL and NOM Certified LEVITON OSSMD- GDI NO SUBSTITUTE 50 PER EACH $80.00 $4,000.00 $95.87 $4,793.50 NO BID NO BID $117.49 $5,874.50 NO BID NO BID Page 15 of 16 ITB-015-21/LN ELECTRICAL SUPPLIES Date Opened: 11/19/2020 BID TABULATION Item DCPS# Description Qty Unit Price Extension Price Extension Price Extension Price Extension Price Extension WORLD ELECTRIC SUPPLY GRAYBAR ELECTRIC MAYER ELECTRIC SUPPLY COMPANY INC PYRAMID SCHOOL PRODUCTS WESCO DISTRIBUTION (DBA ENGLEWOOD ELECTRICAL SUPPLY) 120 8825 Timer Switch, Wall Mount Programmable. Adjustable time delay with count down display. Channels: 1, Poles: 1. Commercial grade . Contact form N.O. Voltage: 120/277, Watts 800 @120V, 1200 @277V, Amps 6.6 @ 120V, 4.3 @277V, HP @ 120V 1/6 Min. time setting: 5 minutes , Max Time Setting : 12 hr. Color: Ivory. UL/cUL listed. WATT STOPPER TS400-I NO SUBSTITUE 50 PER EACH $39.00 $1,950.00 $41.18 $2,059.00 NO BID NO BID $77.49 $3,874.50 $40.00 $2,000.00 121 3M orange/blue Scotchlok 2 wire connector, engineered and designed to allow for greater wire capacity. Flexible skirts. Use with coopeer conductors from 22 to 12 AWG 600V rated.CE/CSA/UL certified 100/box 3M O/B+Box or equal substitution 50 PER BOX $6.74 $337.00 $33.00 $1,650.00 NO BID $0.00 $15.00 $750.00 $7.00 $350.00 122 Orange 3-port in Sure Push-In Wire Connector. Accepts #20 -@12 AWG Solid Compact size make installation easy. Clear shell gives visual verification of connection. UL Lised to 486C and CSA Certified to C22.2 #188. UL 467 Listed for grounding and bonding applications. 100/bag Ideal In-Sure 30- 1033P or equal substitution. 50 PER BAG $8.00 $400.00 $8.75 $437.50 NO BID NO BID $13.50 $675.00 $51.00 $2,550.00 123 Red 2 port In-Sure Push-In Wire Connector. Accepts #20 - #12 AWG Solid Compact size makes installation easy. Clear shell gives visual verification of connection. UL Listed to 486C and CSA Certified to C22.2 # 188. UL 467 Listed for grounding and bonding applications . 100/bag Ideal In-Sure 30- 1032P or equal substitution. 50 PER BAG $8.00 $400.00 $8.14 $407.00 NO BID NO BID $13.50 $675.00 $51.00 $2,550.00 124 20A, 125V, Ivory, 2 pole, Tamper-resistant,Straight Blade, 3 Wire Grounding Commercial Grade Duplex Receptacle. Features Tamper-resistant shutter, smooth face, side wired only. UL Listed. Terminal accommodation #12-#10 AWG copper wire. Operating temp. maximum 75C, Minimum-40C Hubbell CR201TR or Equal. 200 PER BAG $3.56 $712.00 NO BID NO BID NO BID NO BID $8.97 $1,794.00 $1.80 $360.00 Prepared by: Cammie Wise Verified by: Lucy Nasworthy Date: 12/10/2020 Award = #19 - Wesco acknowledges that pricing provided was incorrect. #3- Awarded to World Electric utilizing established DCPS tie breaking procedures #59 - Awarded to World Electric utilizing established DCPS tie breaking procedures #74 - Awarded to Graybar utilizing established DCPS tie breaking procedures #42, 45, 47 and 48 will not be awarded #50 - Wesco acknowledges that pricing provided was incorrect. Page 16 of 16 ADDENDUM NO. 1 www.duvalschools.org/purchasing Issue Date: November 12, 2020 Phone: 904-858-4859 Buyer: Lucy Nasworthy Bid Number: ITB-015-21/LN Bid Title: ELECTRICAL SUPPLIES Term of Bid: From Date of award through November 30, 2021 with renewal options.. Opening: Thursday, November 12, 2020 at 2:00 p.m. Bids received prior to this date and time will be opened in Conference Room 307, and may not be withdrawn for 120 days after opening. All bids received after the specified date and time will be returned unopened. The addendum shall serve to amend, replace and append information provided to potential respondents in the original ITB package. To assist in the development of their responses, interested firms are encouraged to carefully review the information found in this addendum and on any additional enclosed documents. Purpose: To extend the opening, due to Tropical Storm ETA. Thursday November 19, 2020 at 2:00 p.m. (EDT). Bids received prior to this date and time will be opened in the Conference Room and may not be withdrawn for 120 days after opening. All bids received after the specified date and time will be returned unopened. +4. DUVAL COUNTY http://www.duvalschools.org/purchasing Page 1 of 1 ITB-025-20/LN Physical Education Supplies Addendum No. 1 INVITATION TO BID www.duvalschools.org/purchasing October 16, 2020 Buyer: Lucy Nasworthy Phone: 904-858-4846 Bid Number: ITB-015-21/LN Bid Title: ELECTRICAL SUPPLIES Term of Bid: From Date of award through November 30, 2021 with renewal options. Opening: Thursday, November 12, 2020 at 2:00 p.m. Bids received prior to this date and time will be opened in the Conference Room and may not be withdrawn for 120 days after opening. All bids received after the specified date and time will be returned unopened. Submit Bid To: DCPS Purchasing Services / 1701 Prudential Dr., Suite 322 / Jacksonville FL 32207 Special Requirements: None BIDDER ACKNOWLEDGEMENT This form must be completed, returned, and include an original manual signature for bid to be considered. By signing below, I attest that I have acquainted myself with the general conditions, special conditions and specifications of this bid, and agree to comply with them all. I certify that I am authorized to obligate on behalf of the bidder and that the address shown on this form is the companys principal place of business. Bid documents shall be submitted in a sealed envelope clearly marked with this bid number, opening date and time. Legal Name of Bidder: Mailing Address: City, State, Zip Code: Telephone: Toll Free: Fax: Email Address: Internet URL: Federal ID # or SS #: Duns #: If you are a certified minority, state certifying agency: Payments will be made in accordance with Florida Statute 218. Form of Payment accepted: Credit Card _____ or ACH _____ (see Special Condition #23) Initial Initial Delivery can be made within calendar days after receipt of order. Addenda through received. (if applicable) Original Manual Signature of Authorized Representative: Printed/Typed Name of Authorized Representative: Title: Date: eile re http://www.duvalschools.org/purchasing NOTICE TO BIDDERS The State of Florida has amended Chapters 283.35 and 287.084, Florida Statutes effective July 1, 2012. These amendments require political subdivisions of the state (with the exception of counties or municipalities) to give local preference in making purchases of printing services or personal property through a competitive solicitation process. Therefore, bidders who indicate on the Bidder Acknowledgement Form that their principal place of business is outside of the State of Florida shall also complete and submit with their bid the enclosed Opinion of Out-Of-State Bidders Attorney on Bidding Preferences. Failure of an out-of-state bidder to submit the completed form will render their bid non- responsive. LOCAL PREFERENCE: When the lowest bid is submitted by a firm whose principal place of business is outside of the State of Florida, a minimum five percent (5%) preference shall be given to bids submitted by firms whose principal place of business is within the State of Florida. If the state or political subdivision within which the out-of-state firm has its principal place of business maintains a local preference, the preference given to bidders from the State of Florida shall be of an equal percentage. OPINION OF OUT-OF-STATE BIDDERS ATTORNEY ON BIDDING PREFERENCES (To be completed by the Attorney for any Bidder who is Out-of-State as indicated on the Bidder Acknowledgement Form. Failure of an Out-of-State Bidder to submit this form will render their bid non-responsive.) NOTICE: Section 287.084(2), Fla. Stat., provides that a vendor whose principal place of business is outside this state must accompany any written bid, proposal, or reply documents with a written opinion of an attorney at law licensed to practice law in that foreign state, as to the preferences, if any or none, granted by the law of that state [or political subdivision thereof] to its own business entities whose principal places of business are in that foreign state in the letting of any or all public contracts. See below and see also s. 287.084(1), Fla. Stat. LEGAL OPINION ABOUT STATE BIDDING PREFERENCES (Please Select One) ______ The bidders principal place of business is in the State of ________________ and it is my legal opinion that the laws of that state do not grant a preference in the letting of any or all public contracts to business entities whose principal places of business are in that state. ______ The bidders principal place of business is in the State of ________________ and it is my legal opinion that the laws of that state grant the following preference(s) in the letting of any or all public contracts to business entities whose principal places of business are in that state: [Please describe applicable preference(s) and identify applicable state law(s)]: ____________________________________________________________________________________ _______________________________________________________________________________________________ _______________________________________________________________________________________________ LEGAL OPINION ABOUT POLITICAL SUBDIVISION BIDDING PREFERENCES (Please Select One) ______ The bidders principal place of business is in the political subdivision of ________________ and it is my legal opinion that the laws of that political subdivision do not grant a preference in the letting of any or all public contracts to business entities whose principal places of business are in that political subdivision. ______ The bidders principal place of business is in the political subdivision of ________________ and the laws of that political subdivision grant the following preference(s) in the letting of any or all public contracts to business entities whose principal places of business are in that political subdivision: [Please describe applicable preference(s) and identify applicable authority granting the preference(s)]: ______________________________________________ _______________________________________________________________________________________________ _______________________________________________________________________________________________ Signature of out-of-state bidders attorney: ____________________________________________________________ Printed name of out-of-state bidders attorney: _________________________________________________________ Address of out-of-state bidders attorney: _____________________________________________________________ _______________________________________________________________________________________________ Telephone Number of out-of-state bidders attorney: (_____) _____ - _________ Email address of out-of-state bidders attorney: _________________________________________________________ Attorneys states of bar admission: ___________________________________________________________________ IMPORTANT: Include with your bid the written legal opinion of the attorney licensed to practice law in the out-of- state jurisdiction, as required by s. 287.084(2), Fla. Stat. Such opinion should permit DCPSs reliance on such attorneys opinion for purposes of complying with s. 287.084(2), Fla. Stat. GENERAL CONDITIONS 1. RESERVATIONS: Duval County Public Schools reserves the right to reject any or all bids or any part thereof and/or waive informalities if such action is deemed in the best interest of Duval County Public Schools. Duval County Public Schools reserves the right to cancel any contract, if in its opinion, there be a failure at any time to perform adequately the stipulations of this invitation to bid, and general conditions and specifications which are attached and made part of this bid, or in any case of any attempt to willfully impose upon Duval County Public Schools materials or products or workmanship which is, in the opinion of Duval County Public Schools, of an unacceptable quality. Any action taken in pursuance of this latter stipulation shall not affect or impair any rights or claim of Duval County Public Schools to damages for the breach of any covenants of the contract by the contractor. Duval County Public Schools also reserves the right to reject the bid of any bidder who has previously failed to perform adequately after having once been awarded a prior bid for furnishing materials similar in nature to those materials mentioned in this bid. Should the contractor fail to comply with the conditions of this contract or fail to complete the required work or furnish the required materials within the time stipulated in the contract, Duval County Public Schools reserves the right to purchase in the open market, or to complete the required work, at the expense of the contractor or by recourse to provisions of the faithful performance bond if such bond is required under the conditions of this bid. Should the contractor fail to furnish any item or items, or to complete the required work included in this contract, Duval County Public Schools reserves the right to withdraw such items or required work from the operation of this contract without incurring further liabilities on the part of Duval County Public Schools thereby. SHOULD ANY BIDDER HAVE ANY QUESTIONS AS TO THE INTENT OF MEANING OF ANY PART OF THIS BID HE/SHE SHOULD CONTACT THE BUYER IN TIME TO RECEIVE A WRITTEN REPLY BEFORE SUBMITTING HIS/HER BID. All items furnished must be completely new, and free from defects unless specified otherwise. No others will be accepted under the terms and intent of this bid. 2. QUOTATIONS: No bidder will be allowed to offer more than one price on each item even though he/she may feel that he/she has two or more types or styles that will meet specifications. Bidders must determine for themselves which to offer. IF SAID BIDDER SHOULD SUBMIT MORE THAN ONE PRICE ON ANY ITEM, ALL PRICES FOR THAT ITEM WILL BE REJECTED AT THE DISCRETION OF THE DIRECTOR OF PURCHASING. 3. TAXES: Duval County Public Schools is exempt from the following taxes: (a) State of Florida Sales Tax by Certificate No. 26-08-107288-57C. 4. CARTAGE: No charge will be allowed for cartage or packages unless by special agreement. 5. OR ACCEPTABLE SUBSTITUTION: Even though a particular manufacturers name or brand is specified, bids will be considered on other brands or on the product of other manufacturers. On all such bids the bidder shall indicate clearly the product (brand and model number) on which he/she is bidding, and shall supply a sample or sufficient data in detail to enable an informed comparison to be made with the particular brand or manufacturer specified. All samples shall be submitted in accordance with procedures outlined in paragraph on SAMPLES. Catalog cuts and technical descriptive data shall be attached to the original copy of the bid where applicable. Failure to submit the above information may be sufficient grounds for rejection of bid. 6. DEVIATIONS FROM SPECIFICATIONS: In addition to the requirements of paragraph 5, all deviations from the specifications must be noted in detail by the bidder, in writing, at the time of submittal of the formal bid. The absence of a written list of specification deviations at the time of submittal of the bid will hold the bidder strictly accountable to Duval County Public Schools to the specifications as written. Any deviation from the specifications as written not previously submitted, as required by the above, will be grounds for rejection of the material and or equipment when delivered. 7. DATA REQUIRED TO BE SUBMITTED WITH REFERENCE TO BID: a. Whenever the specifications indicate a product of a particular manufacture, model, or brand in the absence of any statement to the contrary by the bidder, the bid will be interpreted as being for the exact brand, model, or manufacture specified, together with all accessories, qualities, tolerances, composition, etc., enumerated in the detailed specifications. b. If no particular brand, model or make is specified, and if no data is required to be submitted with the bid, the successful contractor, after award and before manufacture or shipment, may be required to submit working drawings or detailed descriptive data sufficient to enable Duval County Public Schools to judge if each requirement of the specifications is being met. 8. SAMPLES: The samples submitted by bidders on items which they have received an award may be retained by Duval County Public Schools until the delivery of contracted items is completed and accepted. Bidders whose samples are retained may remove them after delivery is accepted. Sample on which bidders are unsuccessful must be removed as soon as possible after award has been made on the item or items for which the samples have been submitted. Duval County Public Schools will not be responsible for such samples if not removed by the bidder within 30 days after the award has been made. Duval County Public Schools reserves the right to consume any or all samples for testing purposes. Bidders shall make all arrangements for delivery of samples to place designated as well as the removal of samples. Cost of delivery and removal of samples shall be borne by the bidder. All sample packages shall be marked Sample for Purchasing Services and each sample shall bear the name of the bidder, item number, bid number and shall be carefully tagged or marked in a substantial manner. Failure to the bidder to clearly identify samples as indicated may be considered sufficient reason for rejection of bid. 9. PERFORMANCE BOND: The successful bidder on this bid must furnish a performance bond if indicated on the bid cover, made out to Duval County Public Schools, prepared on an approved form, as security for the faithful performance of his/her contract within ten days of his/her notification that his/her bid has been accepted. The surety thereon must be such surety company or companies as are authorized and licensed to transact business in the State of Florida. Attorneys in fact who sign bid bonds must file with each bond a certified copy of their power of attorney to sign said bonds. The successful bidder or bidders upon failure or refusal to furnish within ten days after his/her notification the required performance bond, shall pay to Duval County Public Schools as liquidated damages for each failure or refusal an amount in cash equal to the security deposited with his/her bid. 10. GUARANTEE: The contractor shall unconditionally guarantee the materials and workmanship on all equipment furnished by him/her for a period of one year from date of acceptance of the items delivered and installed, unless otherwise specified herein. If, within the guarantee period, any defects or signs of deterioration are noted, which, in the opinion of Duval County Public Schools are due to faulty design and installation, workmanship, or materials, upon ratification, the contractor, at his/her expense, shall repair or adjust the equipment or parts to correct the condition, or he/she shall replace the part or entire unit to the complete satisfaction of Duval County Public Schools. These repairs, replacements or adjustments shall be made only at such times as will be designated by Duval County Public Schools as least detrimental to the operation of Duval County Public Schools business. 11. DISCOUNTS: all discounts to be included in bid price. 12. COLLUSION: the bidder, by affixing his/her signature to this proposal, agrees to the following: bidder certifies that this bid is made without any previous understanding, agreement or connection with any person, firm, or corporation making a bid for the same items; and is in all respects fair, without outside control, collusion, fraud or otherwise illegal action. 13. ERRORS IN BIDS: Bidders or their authorized representatives are expected to fully inform themselves as to the conditions, requirements and specifications before submitting bids; failure to do so will be at the bidders own risk and he/she cannot secure relief on the plea of error. Neither law nor regulations make allowance for errors either of omission or commission on the part of bidders. In case of error in extension of prices in the bid, the unit price shall govern. 14. All bid responses are to be submitted in typewritten form or submitted in ink. Responses received in pencil will not be accepted. 15. LOCAL PREFERENCE: When the lowest bid 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-015-21/LN 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 Dr., Suite 322, Jacksonville FL 32207. Bidders are fully responsible for delivery of bids. Reliance upon mail or public carrier is at the bidders risk. 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, 1701 Prudential Dr., Suite 322, Jacksonville FL 32207. Awarded vendors will receive an official Notification of Award letter after the Board has taken action. http://www.timeanddate.com/worldclock/results.html?query=jacksonville http://www.duvalschools.org/purchasing http://www.demandstar.com/ DRUG FREE WORKPLACE CERTIFICATION I hereby swear or affirm that this company has established a drug-free workplace program by completing the following requirements: 1) Published a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2) Informed employees about the dangers of drug abuse in the workplace, the businesss policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation and employee assistance programs and the penalties that may be imposed upon employees for drug abuse violations. 3) Given each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4) In the statement specified in subsection (1), notified the employees that, as a condition of working on he commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5) Imposed a sanction on, or required the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employees community, by any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. I understand that false certification of a drug-free workplace is a violation of Florida Statutes 287.087. _________________________________________ VENDORS SIGNATURE/DATE _________________________________________ COMPANY NAME CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION LOWER TIER COVERED TRANSACTIONS INSTRUCTIONS FOR CERTIFICATION 1. By signing and submitting this proposal, the prospective lower tier participant is providing the certification set out below. 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 3. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or had become erroneous by reason of changed circumstances. 4. The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction, participant, person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the meaning set out in the Definitions and Coverage sections of the rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. 5. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transactions with a person who is proposed for debarment under 48 CFR part 9, subpart 9.4, debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. 6. The prospective lower tier participant further agrees by submitting this proposal that it will include the clause titled Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion Lower Tier Covered Transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not proposed for debarment under 48 CFR part 9, subpart 9.4, debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the List of Parties Excluded from Federal Procurement and Nonprocurement Programs. 8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is proposed for debarment under 48 CFR part 9, subpart 9.4, suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. CERTIFICATION (1) The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. ITB-015-21/LN Organization Name PR/Award or Project Name Name Title Signature Date AUTHORITY TO RESOLVE PROTESTED SOLICITATIONS AND AWARDS 1) Any actual or prospective bidder, proposer or contractor who is aggrieved in connection with the solicitation or award of a contract may file a protest and shall deliver its written notice of protest to the Chief Officer, Operations Support, or designee (hereinafter Hearing Officer) immediately, but no later than two (2) working days after bid opening or after recommendation of award, if not to the apparent low bidder, or as set forth in paragraph 9 infra, which will initiate the 48-hour notice requirement. The written protest with documentation shall be delivered to the Hearing Officer no later than 2 p.m. on the 4th calendar day immediately following the bid opening or receipt of notice of intent to award recommendation as is appropriate. If that day is a School Board non-workday, the protest shall be delivered no later than 9 a.m. the next Duval County School Board (DCSB) workday. Protests shall be presented with specificity, and every issue shall be fully documented. 2) The legal basis for any relief sought must be clearly identified and explained in the written notice of protest. 3) The Hearing Officer shall call a meeting and hear all protests and receive all evidence within a reasonable time. This does not preclude the Hearing Officer from calling a special meeting or granting a continuance under extraordinary circumstances. 4) All bidders or offerors shall receive notice of any protest hearing and a copy of the protest document. Attachments shall be available upon request. 5) The Florida Rules of Civil Procedure may be relaxed at the sole discretion of the Hearing Officer presiding at any protest hearing. 6) The Hearing Officer shall issue his/her decision within five (5) working days of the completion of the protest hearing. 7) The Hearing Officers decision shall result in a final order which may include findings and conclusions. The decision of the Hearing Officer shall be final. 8) The DCSB does not encourage the use of faxes to accomplish delivery of the notice of protest and the protest itself. Any bidder or offeror utilizing delivery by fax shall assume the risk associated with incomplete delivery or nonreceipt. 9) Any protest specification objection shall be generally treated as set forth in paragraph 1 supra. The operative date for the notice requirement shall be the date the specifications were obtained by the prospective bidder or offeror but no later than 10 days prior to the date of bid opening or proposal due date. BID NO. ITB-015-21/LN ELECTRICAL SUPPLIES Opening Date: November 12, 2020 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 Dr., Suite 322, Jacksonville FL 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-015-21/LN SC 1 SPECIAL CONDITIONS 1. PURPOSE: Purpose of this bid is to establish firm prices and a source of supply for furnishing and delivering Electrical Supplies to be purchased by Duval County Public Schools (DCPS) for the period from date of award through November 30, 2021. 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 and specifications as originally awarded. 3. AWARD: Will be by item, as indicated on the Bid Proposal Form. 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. POSTING OF BID RECOMMENDATION: Recommendation for Award will be posted in Purchasing Services on or about November 19, 2020 and will remain posted for 72 consecutive hours. For exact date and time, please contact the buyer named below. 6. QUESTIONS: Any questions and/or request for additional information should be directed to Lucy Nasworthy, in Purchasing Services, via email at nasworthyl@duvalschools.org placing this bid number ITB-015-21/LN) in the subject header. Deadline for questions shall be 2:00 p.m. EST on October 27, 2020. 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. 7. 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. mailto:nasworthyl@duvalschools.org Bid No. ITB-015-21/LN SC 2 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. 8. PRICING: Escalation Provision: At each renewal of the contract, DCPS will consider an increase due to inflation provided the proposed price increase does not exceed the lesser of 3% or the rate of inflation as determined by the Consumer Price Index (CPI) for urban wage earners and clerical workers, U.S. city average, all items (1982-84=100), published by the U.S. Bureau of Labor Statistics, or any successor or substitute index appropriately adjusted for the prior 12 month period using the first-published CPI for the month immediately preceding the month of the contract renewal request. The contractor must request the increase in writing prior to the renewal of the contract. 9. LINE ITEM BIDS AND CORRECTIONS: All prices submitted on the Bid Proposal Form shall be indelible. The use of correction fluid or erasures to correct line item bid prices and/or quantities are not acceptable. Corrections must be by lineout of the incorrect figures, writing in of correct figures, and initialing of the corrections by the originator. Correction fluid or erasure corrected bids will be considered non-responsive for the corrected item(s) only. 10. UNITS OF MEASURE AND LOT SIZES: The item unit of measure shall be as indicated on the Bid Proposal Form. If manufacturers standard packaging is different than the quantity listed, it shall be the vendors responsibility to convert the bid price to the requested unit of measure. Bids received for items that have not been converted to the requested units of measure shall be considered non- responsive. Additionally, bidders must indicate the units of measure they are able to supply. 11. QUANTITIES: The items listed in this solicitation will be ordered on an AS NEEDED basis by the Duval County School System. No firm statement of quantity, totally or individually, can be made. The column headed ESTIMATED QUANTITY is for information only and does not bind the Duval County School Board to make any purchases under items of this bid. Estimated quantities are based on prior bids usage. 12. SPECIFICATION ERRORS: In the event of a discrepancy between specifications and the make/model listed for an item or items, specifications shall take precedence for the purposes of the bid. 13. 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. 14. ACCEPTABLE SUBSTITUTIONS: Where a particular brand/make/stock number is listed in Bid Proposal Forms, such reference has been made solely for the purpose of more clearly defining the general description of the product desired and the standard of minimum quality and construction acceptable. Products of other manufacturers of equal grade and quality and substantially similar in design, materials and workmanship may be submitted for consideration. The bidder must however, clearly identify in his/her proposal the articles or products offered. Bidder should enter brand and model of item offered. Bid No. ITB-015-21/LN SC 3 15. NO SUBSTITUTES: For line items where the words No Substitute appear bid only the specified brand and model number listed. Bids of other than the specified brand and/or model number to be considered non-responsive and will not be considered for award. 16. DISCONTINUED ITEMS: If during the contract period an item is discontinued by the manufacturer and the manufacturer offers a replacement, bidder must contact the buyer prior to any shipment of replacement items for approval. 17. SPECIFICATIONS/DESCRIPTIVE LITERATURE: Complete technical specifications, together with illustrative materials providing brand name and model number of the item, are requested to accompany bid. This request is for all items bid, including the specified models. Non-compliance with this condition may cause the item not to be considered for award. Each bidder is requested to submit one copy of full descriptive data for each item where bidding an alternate to the brand specified. The literature furnished must be identified to show the item in the bid to which it pertains. 18. SAMPLES: Samples may be required AFTER bid opening on products unknown to Duval County Public Schools (DCPS). When requested, samples must be furnished within five (5) working days. Do not include bids and samples in the same package. Samples must be furnished and retrieved at no expense to DCPS. Samples of awarded will be retained for comparison with items furnished. Samples not destroyed in testing must be retrieved within THIRTY (30) DAYS OF THE BID AWARD OR THEY BECOME PROPERTY OF DCPS. 19. 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. 20. JESSICA LUNSFORD ACT (when applicable): At their own expense, firms shall comply and be responsible for the costs associated with the Jessica Lunsford Act, which became effective on September 1, 2005. The Act states that contractual personnel who are permitted access to school grounds when students are present or who have direct contact with students must meet Level 2 requirements as described in Section 1012.32, F.S. Contractual personnel shall include any vendor, individual or entity under contract with the District. (Additional information is available at http://www.fldoe.org/teaching/professional-practices/background-screening-requirements.stml) . By submittal of a bid or proposal, each firm acknowledges and accepts this responsibility including all associated costs. 21. FEDERAL FUNDS: The bidder certifies by submission of their bid, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. When requested, the bidder/contractor will execute and deliver to the District the appropriate federal debarment certification form within three (3) business days. 22. ASSIGNMENT OF CONTRACT AND/OR PAYMENT: This contract or agreement is personal to the parties herein and may not be assigned, in whole or in part, by the contractor without prior written consent of DCPS. The contractor shall not assign payments under this contract or agreement without the prior written consent of DCPS. 23. METHOD OF PAYMENT: Payments to vendors may be made via credit card, ACH or check. If ACH or credit card payment is acceptable, initial the designated space(s) on the Bidder Acknowledgement under Form of Payment accepted. By doing so you are authorizing this form of payment on all future invoices whether or not they are related to this solicitation. 24. AVAILABILITY OF FUNDS: The obligations of Duval County Public Schools under this award are subject to the availability of funds lawfully appropriated annually for its purposes by the Legislature of the State of Florida. http://www.fldoe.org/teaching/professional-practices/background-screening-requirements.stml Bid No. ITB-015-21/LN SC 4 25. MOST FAVORED CUSTOMER STATUS: The awarded vendor shall afford Duval County Public Schools most favored customer status for all items herein. Accordingly, if during the term of this contract, the contractor offers more favorable promotional or contract pricing to another entity for the same specification with similar quantities and conditions, the price under this contract shall be immediately reduced to the lower price. Additionally, if a current State of Florida contract contains more favorable pricing for the same specification with similar quantities and conditions, the contractor will be afforded an opportunity to adjust its contract price to match that of the State of Florida contract. Should the contractor decline, DCPS reserves the right to purchase the item(s) from the State of Florida contract. 26. AUDIT / RECORDS RETENTION: DCPS shall have the right to audit all books and records (in whatever form they may be kept, whether written, electronic or other) relating or pertaining to this Contract (including any and all documents and other materials, in whatever form they may be kept, which support or underlie those books and records), kept by or under the control of Contractor, including, but not limited to those kept by Contractor, its employees, agents, assigns, successors and subcontractors. Contractor shall maintain such books and records, together with such supporting or underlying documents and materials, for the duration of this Contract and for at least three years following the completion of this Contract, including any and all renewals thereof. The books and records, together with the supporting or underlying documents and materials shall be made available, upon request, to DCPS, through its employees, agents, representatives, contractors or other designees, during normal business hours at Contractors office or place of business in Jacksonville, Florida. In the event that no such location is available, then the books and records, together with the supporting or underlying documents and records, shall be made available for audit at a time and location in Jacksonville, Florida, which is convenient for DCPS. This paragraph shall not be construed to limit, revoke, or abridge any other rights, powers, or obligations relating to audit which DCPS may have by state, city, or federal statute, ordinance, regulation, or agreement, whether those rights, powers, or obligations are express or implied. 27. DISQUALIFICATION OF BIDDER: More than one bid/proposal from an individual, firm, partnership, corporation or association under the same or different names will not be considered. Reasonable grounds for believing that a bidder is involved in more than one bid/proposal for the same work will be cause for rejection of all bids/proposals in which such bidders are believed to be involved. Any or all bids/proposals will be rejected if there is reason to believe that collusion exists between bidders. Bids/proposals in which the prices obviously are unbalanced will be subject to rejection. 28. PUBLIC ENTITY CRIMES AFFIDAVIT: A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 29. UNILATERAL CANCELLATION OF CONTRACTS: Any agreement resulting from this Invitation to Bid may be unilaterally canceled by Duval County Public Schools for refusal of contractor to allow public access to all documents, papers, letters or other material subject to the provisions of Chapter 119, Florida Statutes and made or received in conjunction with the agreement. 30. CANCELLATION: The Director of Purchasing, by written notice, may cancel, in whole or in part, any Contract/Purchase Order(s) resulting from this Invitation when such action is in the best interest of Duval County Public Schools. If Contract/Purchase Order(s) is so canceled, Duval County Public Schools shall be liable only for payment for services rendered prior to the effective date of cancellation. Services rendered will be interpreted to include costs of items already delivered plus reasonable costs of supply actions short of delivery. Bid No. ITB-015-21/LN SC 5 31. FORCE MAJEURE: Whenever a vendors place of business, mode of delivery or source of supply has been disrupted by acts of government, God, civic commotion, or war, it shall be the responsibility of the vendor to promptly advise the Director of Purchasing Services, in writing, as to the extent of this disruption and its probable effect upon this contract. If, in the opinion of DCPS, the disruption presented is commensurate with the conditions established herein, DCPS may elect to modify delivery/service timelines, renegotiate the contract in whole or in part, or cancel any open orders in accordance with Special Condition 30. The vendor will be given written notification of all decisions made. While the decision of DCPS shall be final, the goal will be a solution that is mutually beneficial. 32. PURCHASES BY OTHER PUBLIC ENTITIES: Purchases by other political subdivisions or public entities under any contract resulting from this solicitation are permissible upon the consent and agreement of the awarded vendor(s). 33. TRANSITION ASSISTANCE: In the event the resulting agreement is terminated, not renewed or naturally expires, the Contracted Firm agrees that the District may provide written notice to the Contracted Firm retaining the Contracted Firm for a month-to-month basis on the same terms and conditions set forth in the agreement. Such month-to-month services shall continue until the District has established a replacement Electrical Supplies Contract. In any event, these services will not be required to continue for a period of time exceeding six (6) months. 34. PUBLIC RECORD: Pursuant to Florida Statutes Chapter 119, paragraph (m), bids received as a result of this ITB will not become public record until thirty (30) days after the date of opening or until posting of a recommendation for award, whichever occurs first. Thereafter, all bid documents or other materials submitted by all bidders in response to this ITB will be open for inspection by any person and in accordance with Chapter 119, Florida Statutes. To the extent a bidder asserts any portion of its bid is exempt or confidential from disclosure under Florida's public records, the burden shall be on the bidder to obtain a protective order from a jurisdictional court protecting such information from disclosure under Florida's public records laws and also timely provide a certified copy of such protective order to the District prior to the District's release of such information into the public domain. 35. OPENING OF QUOTES: The Florida Public Records Act 119.071 (1) (b), Florida Statues., exempts sealed quotes from inspection and copying until such time as the District provides notice of an intended decision pursuant to 120.57(3)(a), Fla. Stat., or until 30 days after opening of quotes, whichever is earlier. This exemption I not waived by the public opening of quotes. BID PROPOSAL FORM Name of Bidder: ___________________________ ITB-015-21/LN BP 1 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. Item Est. Qty. Unit (DCPS #) Description Unit Price Total Price 1. 200 Each (597) Box, conduit, 4 square, steel, with & combo k.o. without bracket. UL listed. STEELCITY 52151- & , RACO 189, CROUSE-HINDS TP-414 or acceptable substitute Minimum order: 50 each. $__________ per each $_________________ ITEM BID:_____________________________ 2. 50 Each (8801) Box, conduit, 4 square, steel, with & combo k.o. without bracket, 1-1/2 deep. Ground bump type. UL listed. STEELCITY 521511234GB, CROUSE HINDS TP404 or acceptable sub

1701 Prudential Drive Jacksonville, FL 32207Location

Address: 1701 Prudential Drive Jacksonville, FL 32207

Country : United StatesState : Florida

You may also like

ELECTRICAL SUPPLIES

Due: 01 Apr, 2025 (in 11 months)Agency: Suffolk County

Electrical Supplies

Due: 31 Dec, 2025 (in 20 months)Agency: University of Wisconsin-Madison

ELECTRICAL SUPPLIES

Due: 30 Sep, 2024 (in 5 months)Agency: Missouri Office of Administration

Please Sign In to see more like these.

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