Custodial Services - Selected Administration Buildings

From: Duval County Public Schools(School)
RFQ/ITBS-026-21/LM

Basic Details

started - 17 Jun, 2021 (about 2 years ago)

Start Date

17 Jun, 2021 (about 2 years ago)
due - 30 Jun, 2024 (in 2 months)

Due Date

30 Jun, 2024 (in 2 months)
Bid Notification

Type

Bid Notification
RFQ/ITBS-026-21/LM

Identifier

RFQ/ITBS-026-21/LM
Duval County Public Schools

Customer / Agency

Duval County Public Schools
unlockUnlock the best of InstantMarkets.

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

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

Dr. Diana L. Greene, Superintendent of Schools EVERY SCHOOL. EVERY CLASSROOM. EVERY STUDENT. EVERY DAY. Duval County Public Schools www.duvalschools.org Purchasing Services PH: (904) 858-4848 1701 Prudential Drive, Suite 322 FAX: (904)858-4868 Jacksonville, FL 32207 April 25, 2023 A Sanctuary House of N. Florida 12131 Cancun Drive Jacksonville, FL 32225 RE: RFQ/ITBS-026-21/LM, Custodial Services – Selected Administration Buildings On Tuesday, April 4, 2023 the Superintendent’s designee of Duval County Public Schools renewed the contract for Custodial Services – Selected Administration Buildings, RFQ/ITBS-026-21/LM. This is the first (1st)renewal for the period of July 1, 2023 through June 30, 2024. In accordance with Section 24 of the RFQ/ITBS, insurance requirements, please forward an updated copy of your insurance certificate. If you have any questions about this renewal, please contact Louis Mitchum at (904)
859. We look forward to a continued successful partnership. Terrence Wright, Director Duval County Public Schools cc Anita Locke Louis Mitchum Master Bid File a rd http://www.duvalschools.org/ Dr. Diana L. Greene, Superintendent of Schools EVERY SCHOOL. EVERY CLASSROOM. EVERY STUDENT. EVERY DAY. Duval County Public Schools www.duvalschools.org Purchasing Services PH: (904) 858-4848 1701 Prudential Drive, Suite 322 FAX: (904)858-4868 Jacksonville, FL 32207 June 8, 2021 A Sanctuary House of N. FL, Inc 12131 Cancun Drive Jacksonville, Florida 32225 RE: RFQ/ITBS-026-21/LM On Tuesday, June 1, 2021, the School Board of Duval County Public Schools approved the award of RFQ/ITBS-026-21-21/LM, Custodial Services Selected Administrative Buildings. The Board action authorized the contract for the initial period of July 1, 2021, through June 30, 2023. The resulting contract can thereafter be renewable under the same terms and conditions as the original contract for three additional one-year periods, upon the written consent and agreement of both parties. If you have not already done so, please provide proof of the required insurance in accordance with Section 24 of the RFQ/ITBS-026-21/LM. If you have any questions regarding this bid, please contact Louis Mitchum at (904) 858-4859. Thank you for your interest in Duval County Public Schools. Sincerely Terrence Wright, Director DCPS Purchasing Services cc Anita Locke Louis Mitchum Master Bid File eile re http://www.duvalschools.org/ AGREEMENT FOR CUSTODIAL SERVICES-SELECTED ADMINISTRATIVE BULIDINGS This Agreement for Custodial Services-Selected Administrative Buildings, is dated 5-20-_, 2021, for a term commencing July 1, 2021, and is by and between the School Board of Duval County, Florida, a district school system in the State of Florida (the "District"), and A Sanctuary House of North Florida, Inc., a Florida corporation (the "Contractor") (Agreement). WITNESSETH: Whereas, the District issued a Request for Qualification/Invitation for Bid (RFQ/ITB) dated January 14, 2021, entitled Custodial Services-Selected Administrative Buildings, RFQ/ITBS-026-21/LM, and all Attachments thereto, and including two (2) addenda thereto dated February 12, 2021 and February 26, 2021 (collectively, the RFQ/ITB), a copy of which RFQ/ITB is attached hereto and incorporated herein by this reference as Exhibit A: Whereas, after free and open competition, the Contractors submitted proposal is attached hereto and incorporated herein by this reference as Exhibit B, and the District selected as the Contractor the most responsive and responsible Contractor (the Proposal); Whereas, the Contractor is interested in and capable of performing the desired custodial management services (hereafter further defined as the Services) for the District and the District desires to have the Contractor perform the Services; and Whereas, the parties have reached an agreement on the Services to be performed and the payment for the same, and therefore wish to set forth this understanding in writing in this Agreement. NOW, THEREFORE, in consideration of the mutual covenants and conditions contained herein, the parties agree as follows: ARTICLE I SCOPE/DELIVERY OF SERVICES 1.1 The recitals set forth above are true and correct and are incorporated into this Agreement by this reference. 1.2 The Contractor shall perform all services, jobs, duties, and functions described in the RFQ/ITB at the selected Administrative buildings described in the RFQ/ITB, and in accordance with the Minimum Staffing Plan in the Proposal. 1.3. The Contractor represents and warrants that the services shall be: (i) performed with promptness and diligence and shall be executed in a workmanlike manner, in accordance with the practices and high professional standards used in a well-managed operation performing services similar to the services set forth in the Agreement; (ii) performed in an efficient and cost-effective manner; and (iii) completed at a total cost not to exceed the amount set forth in Article III below. If any services, functions or responsibilities not specifically described in the Agreement are necessary for the proper performance and provision of the services, they shall be deemed to be implied by and included within the scope of the services to the same extent and in the same manner as if specifically described in the Agreement. The Contractor shall be responsible for providing the supplies, personnel (including management, employees, and training), and other resources as necessary to provide the services. ARTICLE II COMMENCEMENT AND RENEWAL 2.1 The Initial Term of the Agreement commences July 1, 2021 and ends June 30, 2023 (subject, however, to the availability of lawfully appropriated funds). There are three (3) potential annual renewals as set forth in Section 8.0 of the RFQ and Special condition no. 2 of the ITB. 2.2 The Services shall commence according to the schedule set forth in the RFQ/ITB, unless the District notifies the Contractor otherwise in writing. ARTICLE III COMPENSATION 3.1 The compensation payable to the Contractor is set forth in the Contractors completed Exhibit B Bid Proposal Form of the RFQ/ITB (as accepted by the District). The Districts aggregate maximum indebtedness under the Agreement shall not exceed $175,832.16, subject to increase as set forth in section 8.1 of the RFQ/ITB, and is inclusive of services, costs, and travel; any sums exceeding this maximum indebtedness will require a duly authorized signed amendment to the Agreement. 3.2 If not signed concurrent with the submission of its Proposal, the Contractor shall provide the District with the required documents at the time this executed Agreement is submitted. Contractor will not be considered under contract to provide the Services until all of the following items are submitted: W-9, the following four federal forms: (a) Federal Regulatory Compliance Statement; (b) Certification Regarding Drug-Free Workplace Requirements; (c) Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion; and (d) Non-Collusion Affidavit which are attached hereto in composite Exhibit C, and a Certification of Insurance that complies with the Insurance Requirements set forth in Exhibit D. 3.3. The District shall issue payment in accordance with Sections 218.70. et sq. Florida Statutes, Local Government Prompt Payment Act, after receipt of an acceptable invoice(s), inspection and acceptance of services provided in accordance with the terms and conditions of the Agreement. Any penalty for delay in payment shall be in accordance with applicable law. The payment for the services set forth herein shall only be for fiscal year 2021-2023. All work performed by Contractor pursuant to the Agreement will be at Contractors exclusive risk until final and complete acceptance of the work by the District. In the case of any loss or damage to the work prior to the Districts acceptance, such loss or damage will be Contractors responsibility. 3.4 The payment obligation of the District is conditioned upon the availability of funds that are appropriated or allocated for the payment of services or products. If such funds are not allocated and available, then the Agreement may be terminated by the District at the end of the period for which funds are available, but the District will be required to pay any outstanding amount of the Agreement actually performed prior to the date of termination. The District shall notify the Contractor at the earliest possible time before such termination. No penalty shall accrue to the District in the event this provision is exercised, and the District shall not be obligated or liable for any future payments due or for any damages as a result of termination under this section. ARTICLE IV NOTICES 4.1 Every notice, approval, consent or other communication authorized or required by the Agreement shall not be effective unless same shall be in writing and sent via hand delivery or overnight delivery (with a receipt), directed to the other party at its address provided below or such other address as either party may designate by notice from time to time in accordance herewith: If to Contractor: A Sanctuary House of North Florida, Inc. Attn: Director, Jasper Hatten 12131 Cancun Drive Jacksonville, FL 32225 If to District: With copy to: The School Board of Duval County, Florida Office of General Counsel Attn: Dr. Diana Greene, Superintendent c/o 1701 Prudential Drive 1701 Prudential Drive Room 340 Jacksonville, Florida 32207 Jacksonville, FL 32207 Notwithstanding the foregoing, the Parties agree that all communications relating to the day-to-day activities shall be exchanged between the respective representatives of the District and the Contractor, which representatives shall be designated by the Parties in writing promptly upon commencement of the Services. Once so designated, each partys representative shall coordinate communications and processes as needed for the purposes of scheduling and conducting the services set forth in the Agreement, as well as the process for routine or administrative communications. The Parties shall also reasonably cooperate as to the development (including content and format) of the invoicing and any reports to be provided by Contractor as part of the services. For purposes of the Districts representative for the day-to-day activities, the Districts administrator shall be: Duval County Public Schools Attn: Heather Connor 1701 Prudential Drive Jacksonville, FL 32207 (904) 858-6310 4.2 The parties agree that all communications relating to the day-to-day activities shall be exchanged between the respective representatives of the District and the Contractor as set forth in 1.1 of the RFQ/ITB. ARTICLES V-VII MISCELLANEOUS 5.1 The parties agree that the complete contract documents include the following: This document, the RFQ/ITB in Exhibit A, the Contractors Proposal in Exhibit B, and the federal forms in Exhibit C (Contract Documents/Agreement). In the event of a conflict or ambiguity among the Contract Documents/Agreement, then precedence shall be given in the following order: this document (excluding, however, Exhibit A and Exhibit B), then the RFQ/ITB in Exhibit A, and then lastly the Proposal in Exhibit B. The Contract Documents/Agreement represent the entire agreement between the parties, and except for any change order process outlined in the RFQ/ITB, the Contract Documents may only be amended by a written agreement signed by both: parties, and supersedes all prior or contemporaneous oral or written agreements and understandings with respect to the matters covered by the Contract Documents/Agreement. 5.2. The Agreement shall be construed in accordance with the laws of the State of Florida. Venue for any action arising under the Agreement shall lie exclusively in the courts located in Duval County, Florida. 5.3 If Contractor is permitted to subcontract any of the Services, then Contractor shall ensure that each subcontractor complies with all provisions of the Agreement, and Contractor will remain liable for the acts and omissions of each subcontractor and the proper performance and delivery of the Services. 5.4 In the event the Proposal contained exceptions to the RFQ/ITB, the exceptions and the Contractors proposed form of agreement, are all stricken in their entirety and void unless the District affirmatively evidenced its written acceptance of these exceptions in this document. 5.5 The Agreement shall be subject to Floridas Public Records Laws, Chapter 119, Florida Statutes. Contractor understands the broad nature of these laws and agrees to comply with Floridas public records laws and comply with Floridas laws relating to records retention. In compliance with section | 19.0701, Florida Statutes, Contractor agrees to: a. Keep and maintain public records required by the District in order to perform the service. b. Upon request from the Districts custodian of public records, provide the District with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in the Chapter 119, Florida Statues or as otherwise provided by law. @ Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the Agreement term and following completion of the Agreement if the Contractor does not transfer the records to the District. d. Upon completion of the Agreement, transfer, at no cost, to the District all public records in possession of Contractor or keep and maintain public records required by the District to perform the service. If Contractor transfers all public records to the District upon completion of the Agreement, Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If Contractor keeps and maintains public records upon completion of the Agreement, Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the District, upon request of the Districts custodian of public records, in a format that is compatible with the information technology systems of the District. IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTORS DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THE AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS (THE DISTRICTS CONTRACT ADMINISTRATOR) AT THE ADDRESS AND PHONE NUMBER BELOW. 5.6 It is the policy of the District to not accept gifts, gratuities, or favors of any kind or of any value whatsoever from vendors, members of the staff, or families. Contractor warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the Contractor, to solicit or secure the Agreement, and that it has not paid or agreed to pay any person, company, corporation, individual for firm, other than a bona fide employee working solely for the Contractor, any fee, commission, percentage, gift, or any other consideration, contingent upon or resulting from the award or making of the Agreement. Contractor further warrants that it, nor any of its directors, employees, officers or agents, nor any of Contractors respective subsidiaries or affiliates, has taken, is currently taking or will take any action in furtherance of an offer, payment, promise, gifts or anything else of value, directly or indirectly, to anyone to improperly influence or otherwise secure any improper advantage in procuring business in relation to the Agreement. For the breach or violation of these provisions, the District shall have the right to terminate the Agreement without liability and/or, at its discretion, to deduct from the price, or otherwise recover, the full amount of such fee, commission, percentage, gift or consideration. 5.7 Pursuant to District Policy all bidders, proposers, consultants, and contractors are required to disclose the names of any of their officers, directors, agents,.or employees who serve as agents or principals for the bidder, proposer or contractor, and who within the last two (2) years, have been or are employees of the District. And all bidders, proposers, consultants, and contractors are required to disclose the name of any District employee who owns, directly or indirectly, any interest in the Contractors business. Such disclosures will be in accordance with current District policies, but will include, at a minimum, the name of the former District employee, a list of the positions the employee held in the last two (2) years of his or her employment with the District, and the dates the employee held those positions. By its signature of the Agreement, Contractor certifies to the District that there are no names to disclose to the District pursuant to this section. 5.8 The Agreement may be executed in one or more counterparts, each of which will be deemed an original, but all such counterparts will together constitute but one and the same instrument. 5.9 The District reserves the right to terminate the Agreement at any time and for any reason upon giving thirty (30) days written notice to the Contractor. The District will be required to pay only that amount of the Agreement actually performed prior to the date of termination, and in the event of any prepayment by the District, the Contractor shall promptly refund the unearned payment. 5.10 Contractor understands and agrees that it is subject to all federal and state laws and District rules relating to the confidentiality of student information. Contractor further agrees to comply with the Family Educational Rights and Privacy Act (FERPA) 34 C.F.R. 99. Contractor shall regard all student information as confidential and will not disclose the student information to any third party. 6.1 Contractor agrees to indemnify, hold harmless and defend the District from and against any and all third-party claims, suits, actions, damages, or causes of action arising out of the negligent acts of Contractor arising out of or in connection with the provisions of the Agreement. Subject to the limitations of 768.28, Florida Statutes, the District agrees to indemnify and hold harmless Contractor from and against any and all claims, suits, actions, damages, or causes of action arising out of the negligent acts of the District arising out of or in connection with the provisions of this Agreement. Neither the execution of this Agreement by the District nor any other conduct, action or inaction of any District representative relating to the Agreement is a waiver of sovereign immunity by the District. 6.2. The Agreement shall be construed in accordance with the laws of the State of Florida. Any dispute with respect to the Agreement is subject to the laws of Florida, venue exclusively in Duval County. Each party shall be responsible for its own attorneys fees and costs incurred as a result of any action or proceeding under the Agreement. 6.3. Contractor will comply with the relevant provisions of section 448.095, Florida Statutes, concerning verification of employment eligibility. 6.4 The Contractor shall comply with all applicable federal, state and local laws, ordinances, rules, and regulations pertaining to the performance of the services and all matters pertaining to the Agreement, as the same exist and as they may be amended from time to time. 6.5 If Contractor is permitted to subcontract any of the work set forth in the Agreement, Contractor shall ensure that each subcontractor complies with all provisions of the Agreement. Contractor will remain liable for the acts and omissions of such subcontractor(s) and the proper performance and delivery of the products and/or services set forth in the Agreement. 6.6 Contractor represents and warrants to the District that Contractor does not and will not engage in discriminatory practices and that there shall be no discrimination in connection with Contractors performance under the Agreement on account of a persons actual or perceived identity with regard to race, color, religion, gender or gender identity/expression, age, marital status, disability, sexual orientation, political or religious beliefs, national or ethnic origin, pregnancy, veteran status, any other protected status under applicable law, or any other distinguishing physical or personality characteristics. Contractor further covenants that no otherwise qualified individual shall, solely by reason of his/her actual or perceived identity with regard to race, color, religion, gender or gender identity, age, marital status, disability, sexual orientation, political or religious beliefs, national or ethnic origin, veteran status, any other protected status under applicable law, or any other distinguishing physical or personality characteristics, be denied the benefits of, or be subjected to discrimination, or be denied access and services, under any provision of the Agreement. 6.7 The Parties expressly acknowledge that it is not their intent to create or confer any rights or obligations in or upon any third person or entity under the Agreement. 6.8 If any clause or provision of the Agreement is illegal, invalid or unenforceable under present or future laws effective during the term hereof, then the remainder of the Agreement shall not be affected thereby; and in lieu of each clause or provision of the Agreement which is illegal, invalid or unenforceable, there shall be added, as part of the Agreement, a clause or provision as similar in terms to such illegal, invalid or unenforceable clause or provision as may be possible and as may be legal, valid and enforceable. 6.9 Neither the Agreement, nor any portion thereof may be assigned by Contractor, in whole or in part, without the prior written consent of the District. 6.10 Those provisions which by their nature are intended to survive the expiration, or termination of the Agreement, by way of example only, the Indemnification provisions, shall survive the expiration or termination of the Agreement. del Contractor represents that: (i) it is duly organized, validly existing and in good standing under the laws of the state of its organization; (ii) it is authorized and in good standing to conduct business in the State of Florida; (iii) it has all necessary power and has received all necessary approvals to execute and perform its obligations in the Agreement; and (iv) the individual executing the Agreement on behalf of Contractor is authorized to do so. 7.2 All District and Contractor employees, appointees, or agents who come into contact with students as part of the Agreement must submit a background check, in a manner prescribed by District (which manner is required by section 1012.315 and 1012.467, Florida Statutes). Any non-District personnel associated with the Agreement and who may come into contact with students as part of the Agreement will be screened at Contractors expense. Contractor shall not permit persons to provide services to student under the Agreement if any such person does not meet the standards under Florida law and the District hiring standards concerning criminal background employee history checks. Failure to comply with this provision shall be cause for immediate termination of the Agreement. 7.3 The failure of either party to enforce any provision of the Agreement will not constitute a waiver of future enforcement of that or any other provisions. 74 Contractor shall not use the Districts name, logo or other likeness in any public event, press release, marketing materials or other public announcement without receiving the Districts prior written approval. Contractor shall not host or stage events at District locations without receiving prior approval by the Districts contract administrator. IN WITNESS WHEREOF, the District and the Contractor have each caused the Agreement to be signed and delivered by its duly authorized officer, all as of the date first set forth above. [Signature Page to the Agreement between the School Board of Duval County, Florida and A Sanctuary House of North Florida, Inc., 2021-2022] ATTEST: By Dr.\Diana Greens Superintendent of Schools and Ex-Officio Secretary to the Board Form Approved: By: A Office of General Counsel THE SCHOOL BOARD OF DUVAL COUNTY, FLORIDA By: CD aby Dh neler Elizabeth (Andersen, Chairman Approved by the Board: June 1, 2021 Witnesses: A Sanctuary House of North Florida, Inc. By: By: Jasper Hatten Name: Title: Director Date: 5/20/2021 By: Name: EXHIBIT A RFQ/ITB EXHIBIT B PROPOSAL EXHIBIT C COMPOSITE FEDERAL FORMS FEDERAL REGULATORY COMPLIANCE STATEMENT The purpose of this document is to assure compliance by the Contractor (defined as any individual or company who agrees to provide materials or services at a specified price) to those certain clauses, provisions and requirements as described by applicable Federal Regulations, which apply to any resulting agreement between The School Board of Duval County, Florida (DCPS) and the Contractor. By signature, the individual executing this statement attests that he/she possesses authority to obligate the contracting firm and agrees to comply with all clauses, provisions and requirements as described below throughout the term of the agreement. l. The Contractor agrees to allow reasonable access by DCPS, the Federal granting agency, the Comptroller General of the United States or any of their duly authorized representatives to the Contractors books, documents, papers and records which are directly pertinent to the contract for the purpose of making audit, examination, excerpts and transcriptions. 2. The Contractor agrees to maintain all records related to this agreement for a period of three years after the final payment for the agreement and after all other matters are closed. 4 3. The Contractor affirms that it is equal opportunity and affirmative action employer and shall comply with all applicable federal, state and local laws and regulations including, but not limited to: Executive Order 11246 as amended by 11375 and 12086; 12138; 11625; 11758; 12073; the Rehabilitation Act of 1973, as amended; the Vietnam Era Veterans Readjustment Assistance Act of 1975; Civil Rights Act of 1964; Equal Pay Act of 1963; Age Discrimination Act of 1967; Immigration Reform and Control Act of 1986; Public Law 95-507; the Americans with Disabilities Act; 41 CFR Part 60 and any additions or amendments thereto. 4. The Contractor agrees to a provision for non-appropriations, whereby the contract will terminate if sufficient funds are not appropriated in any given fiscal year to allow DCPS to sustain the cost (if applicable). 5. The Contractor agrees to properly complete and submit to DCPS a federal debarment certification form for each renewal year of the Contract, if renewals apply. 6. The Contractor agrees to properly complete and submit to DCPS a non-collusion affidavit. he The Contractor agrees to properly complete and submit to DCPS a federal drug free workplace certification form. 8. The Contractor agrees the DCPS may terminate the contract at any time for any reason. If terminated for cause, the Contractor agrees the DCPS may seek remedies for damages, if applicable. 9. The Contractor agrees to comply with all applicable environmental standards, orders or requirements. CONTRACTOR: A Sanctuary House of N. FL Inc. PRINT NAME OF AUTHORIZED REPRESENTATIVE: Jasper Hatten SIGNATURE OF AUTHORIZED REPRESENTATIVE: Cagis Nattan TITLE: Director 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 prohi lon. 2) Informed employees about the dangers of drug abuse in the workplace, the businesss policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation and employee assistance programs and the penalties that may be imposed upon employees for drug abuse violations. 3) Given each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4) In the statement specified in subsection (1), notified the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5) Imposed a sanction on, or required the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employees community, by any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. I understand that false certification of a drug- free workplace is a violation of Florida Statutes 287.087. Qaaper Nattin _ 5/20/2021 @ONTRACTORS SIGNATURE/DATE Jasper Hatten Director NAME/TITLE Name of Company: A Sanctuary House of N. FL Inc. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 13 CFR Part 145. Ll A. The Contractor (or subcontractor) certifies to the best of its knowledge and belief that it and its principals: Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal Department or Agency from doing business with the Federal Government. Have not within a three-year period preceding this contract have been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph 1.B. above of this certification. Have not within a three-year period preceding this contract had one or more public transactions (Federal, State or local) terminated for cause or default. Where the Contractor is unable to certify to any of the statements above in this certification, such Contractor shall attach an explanation to this Certification. Qaaper Natta CONTRACTORS SIGNATURE Jasper Hatten Director NAME/TITLE of AUTHORIZED REPRESENTATIVE Name of Company: _A Sanctuary House of N. FL Inc. INSTRUCTIONS FOR COMPLETION OF NON-COLLUSION AFFIDAVIT This Non-Collusion Affidavit is material to any contract awarded utilizing federal funds. This Non-Collusion Affidavit shall be executed by the member, officer, or employee of the offering firm who makes the final decision on prices and the amount(s) quoted in the proposal. Proposal rigging and other efforts to restrain competition and the making of false sworn statements in connection with the submission of offers are unlawful and may be subject to criminal prosecution. The person who signs the Affidavit shall examine it carefully before signing and assure himself or herself that each statement is true and accurate, making diligent inquiry, as necessary, of all other persons employed by or associated with the respondent with responsibilities for the preparation, approval or submission of the offer. In the case of an offer submitted by a joint venture, each party to the venture must be identified in the proposal documents, and an Affidavit must be submitted separately on behalf of each party. The term complementary offer as used in the Affidavit has the meaning commonly associated with that term in the solicitation process, and includes the knowing submission of offers higher than the offer of another firm, an intentionally high or noncompetitive offer, and any other form of an offer submitted for the purpose of giving a false appearance of competition. Failure to file a completed Affidavit in compliance with these instructions will result in disqualification of the offer. NON-COLLUSION AFFIDAVIT State of FLORIDA County of DUVAL I state that I am the Owner of A Sanctuary House of N.FLInc., a _ FL Corporation and | am authorized to execute this affidavit on behalf of my firm, its owners, directors, and officers. I am the person responsible in my firm for the price(s), guarantees and the total financial commitment represented in the firms offer. I hereby attest that: (1) The price(s) and amount(s) in the offer have been arrived at independently and without consultation, communication or agreement with any other contractor, respondent, or potential respondent. (2) Neither the price(s) nor the amount(s) of the offer, and neither the approximate price(s) nor approximate amount(s) of the offer, have been disclosed to any other firm or person who is a respondent or potential respondent, nor were they disclosed prior to opening of offers. (3) The offer from my firm is made in good faith and no attempt has been made to induce any firm or person to refrain from submitting an offer, or to submit an offer higher than our offer, or to submit any intentionally high or noncompetitive offer or other form of complementary offer. (4) ASancuary House of N.FLincits affiliates, subsidiaries, officers, directors, employees are not currently under investigation by any governmental agency and have not in the last three years been convicted or found liable for any act prohibited by State or Federal law in any jurisdiction, involving conspiracy or collusion with respect to bidding, proposing or offering on any public contract, except as follows: NONE L attest that AsancuayHouseor. rie. , understands and acknowledges that the above representations are material and important, and will be relied on by The School Board of Duval County, Florida, in awarding the contract for which this offer is submitted. 1 understand and my firm understands that any misstatement in this affidavit is and shall be treated as fraudulent concealment from The School Board of Duval County, Florida, of the true facts relating to submission of offers for this contract. Qaaper Nattan 5/20/2021 J (Signature) (Date) EXHIBIT D INSURANCE REQUIREMENTS A. REQUIRED INSURANCE. Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall (and shall also require of any of its subcontractors), at their sole expense, procure, maintain and keep in force the amounts and types of insurance conforming to the minimum requirements set forth herein. Except as may be otherwise expressly specified in this Exhibit, the insurance shall commence at or prior to the execution of the Agreement by the District and shall be maintained in force throughout the term of the Agreement. 1; Workers Compensation/Employers Liability: The Workers Compensation and Employers Liability insurance provided by the Contractor shall conform to the requirements set forth herein. a. The Contractors insurance shall cover the Contractor (and to the extent its Subcontractors and Sub-subcontractors are not otherwise insured, its Subcontractors and Sub-subcontractors) for those sources of liability which would be covered by the latest edition of the standard Workers Compensation policy, as filed for use in the State of Florida (herein the State) by the National Council on Compensation Insurance (NCCI), without any restrictive endorsements other than the Florida Employers Liability Coverage Endorsement (NCCI Form WC 09 03), those which are required by the State, or any restrictive NCCI endorsements which, under an NCCI filing, must be attached to the policy (i.e., mandatory endorsements). In addition to coverage for the Florida Workers Compensation Act, where appropriate, coverage is to be included for the Federal Employers Liability Act and any other applicable federal or state law. b. The policy must be endorsed to waive the insurers right to subrogate against the District, and its members, officials, officers and employees in the manner which would result from the attachment of the NCCI Waiver of Our Right to Recover from Others Endorsement (Advisory Form WC 00 03 13) with the District, and its members, officials, officers and employees scheduled thereon. c. Subject to the restrictions of coverage found in the standard Workers Compensation policy, there shall be no maximum limit on the amount of coverage for liability imposed by the Florida Workers Compensation Act or any other coverage customarily insured under Part One of the standard Workers Compensation policy. The minimum amount of coverage for those coverages customarily insured under Part Two of the standard Workers Compensation policy (inclusive of any amounts provided by an umbrella or excess policy) shall not be less than: $1,000,000 Each Accident $1,000,000 Disease - Each Employee $1,000,000 Disease - Policy Limit d. The Contractor may be relieved of providing Workers Compensation coverage provided an exemption form is submitted from the State Division of Workers Compensation stating the Contractor is exempt from the insurance requirement under F.S. 440. 2. Commercial General Liability. The Commercial General Liability insurance provided by the Contractor shall conform to the requirements hereinafter set forth: a. The Contractors insurance shall cover those sources of liability which would be covered by the latest occurrence form edition of the standard Commercial General Liability Coverage Form (ISO Form CG 00 01) as filed for use in the State by the Insurance Services Office (ISO) without any restrictive endorsements other than those which are required by the State, or those which, under an ISO filing, must be attached to the policy (i.e., mandatory endorsements) and those described below which would apply to the Services contemplated under the Agreement. (1) The coverage may not include restrictive endorsements which exclude coverage for liability arising out of: Sexual molestation, Sexual abuse or Sexual misconduct. (2) The coverage may include restrictive endorsements which exclude coverage for liability arising out of: Mold, fungus, or bacteria Terrorism Silica, asbestos or lead. b. The minimum limits to be maintained by the Contractor (inclusive of any amounts provided by an umbrella or excess policy) shall not be less than: $1,000,000 General Aggregate $1,000,000 Products/Completed Operations Aggregate $1,000,000 Personal and Advertising Injury $1,000,000 Each Occurrence . The Contractor shall include the District and the Districts members, officials, officers and employees as additional insureds on the Commercial General Liability coverage. The coverage afforded such additional insureds shall be no more restrictive than that which would be afforded by adding the District and the Districts members, officials, officers and employees as additional insureds on the latest edition of the Additional Insured Owners, Lessees or Contractors - Scheduled Person or Organization endorsement (ISO Form CG 20 10) filed for use in the State by the Insurance Services Office. d. Except with respect to coverage for property damage liability, or as otherwise specifically authorized in the Agreement, the general liability coverage shall apply on a first dollar basis without application of any deductible or self-insured retention. The coverage for property damage liability shall be subject to a maximum deductible of $1,500 per occurrence. The Contractor shall pay on behalf of the District or the Districts member, official, officer or employee any such deductible or self-insured retention applicable to a claim against the District or the Districts member, official, officer or employee for which the District or the Districts member, official, officer or employee is insured as an additional insured. 3. Business Auto Liability. The automobile liability insurance provided by the Contractor shall conform to the requirements hereinafter set forth: a. The Contractors insurance shall cover the Contractor for those sources of liability which would be covered by Section II of the latest occurrence edition of the standard Business Auto Coverage Form (ISO Form CA 00 01) as filed for use in the State by ISO without any restrictive endorsements other than those which are required by the State, or those which, under an ISO filing, must be attached to the policy (i.e, mandatory endorsements). Coverage shall include all owned, non-owned and hired autos used in connection with the Agreement. b. The District and the Districts members, officials, officers and employees shall be included as additional insureds in a manner no more restrictive than that which would be afforded by designating the District and the Districts members, officials, officers and employees as additional insureds on the latest edition of the ISO Designated Insured (ISO Form CA 20 48) endorsement. c. The minimum limits to be maintained by the Contractor (inclusive of any amounts provided by an umbrella or excess policy) shall not be less than: $1,000,000 Each Occurrence - Bodily Injury and Property Damage Combined 4. Professional Liability. The professional liability insurance provided by the Contractor shall conform to the requirements hereinafter set forth: a. The professional liability insurance shall apply to those claims which arise out of Services performed by or on behalf of the Contractor pursuant to the Agreement which are first reported to the Contractor within four years after the expiration or termination of the Agreement. b. If the insurance maintained by the Contractor also applies to services other than Services under the Agreement, the minimum limits of insurance maintained by the Contractor shall not be less than $1,000,000 per claim/annual aggregate. If the insurance maintained by the Contractor applies exclusively to the Services under the Agreement, the minimum limits of insurance maintained by the Contractor shall not be less than $1,000,000 per claim/annual aggregate. c. Except as otherwise specifically authorized in the Agreement, the insurance may be subject to a deductible not to exceed $15,000 per claim. d. The Contractor shall maintain the professional liability insurance until the end of the term of the Agreement. Through the use of an extended discovery period or otherwise, the insurance shall apply to those claims which arise out of professional services, prior to the expiration or termination of the Agreement which are reported to the Contractor or the insurer within four years after the expiration or termination of the Agreement. 5. Errors And Omissions Liability Insurance covering the liability for financial loss due to error, omission, negligence of employees and machine malfunction in an amount of at least $1,000,000. 6. Electronic Data Processing Special Form Property Insurance on equipment, data, media and valuable papers, including extra expense coverage, with a minimum limit adequate to cover such risks on a replacement cost basis. 7. Employee Dishonesty and Computer Fraud coverage for loss arising out of in in connection with any fraudulent or dishonest acts committed by the employees of the Company, acting alone or in collusion with others, including the property and funds of others in their care, custody or control, in a minimum amount of $250,000.00. This policy shall be endorsed to name the District as a loss payee. B. EVIDENCE OF INSURANCE. Except as may be otherwise expressly specified in this Exhibit, the insurance shall commence at or prior to the execution of the Agreement by the District and shall be maintained in force throughout the term of the Agreement. The Contractor shall provide evidence of such insurance in the following manner: 1. As evidence of compliance with the required Workers Compensation and Employers Liability, Commercial General Liability, Business Auto Liability, and Professional Liability, the Contractor shall furnish the District with a fully completed satisfactory Certificate of Insurance such as a standard ACORD Certificate of Liability Insurance (ACORD Form 25) or other evidence satisfactory to the District, signed by an authorized representative of the insurer(s) providing the coverage. The Certificate of Insurance, or other evidence, shall verify that Workers Compensation/Employers Liability contains a waiver of subrogation in favor of the District, identify the Agreement, and provide that the District shall be given no less than thirty (30) days written notice prior to cancellation. 2. As evidence of the required Additional Insured status for the District on the Commercial General Liability insurance, the Contractor shall furnish the District with: a. A fully completed satisfactory Certificate of Insurance, and a copy of the actual additional insured endorsement as issued on the policy, signed by an authorized representative of the insurer(s) verifying inclusion of the District and the Districts members, officials, officers and employees as Additional Insureds in the Commercial General Liability coverage. b. Upon request in Section 4 below, will provide copies of applicable declaration pages and endorsements. 3. Until such time as the insurance is no longer required to be maintained by the Contractor as set forth in the Agreement, the Contractor shall provide the District with renewal or replacement evidence of the insurance in the manner heretofore described no less than thirty (30) days before the expiration or termination of the insurance for which previous evidence of insurance has been provided. 4. Notwithstanding the prior submission of a Certificate of Insurance, copy of endorsement, or other evidence initially acceptable to the District, if requested by District, the Contractor shall, within thirty (30) days after receipt of a written request from the District, provide the District with a certified copy or certified copies of the declaration pages from the policy or policies providing the coverage required by this Section. The Contractor may redact or omit those provisions of the policy or policies which are not relevant to the insurance required under the Agreement. C. INSURERS QUALIFICATIONS/REQUIREMENTS: l. Insurers providing the insurance required by the Agreement for the Contractor must either be: a. Authorized by a subsisting certificate of authority issued by the State to transact insurance in the State, or b. An eligible surplus lines insurer under State Statutes. (Except with respect to coverage for the liability imposed by the Florida Workers Compensation Act). 2. In addition, each such insurer shall have and maintain throughout the period for which coverage is required, a Bests Rating of A- or better and a Financial Size Category of VII or better according to A. M. Best Company. 35 If, during the period when an insurer is providing the insurance required by the Agreement, an insurer shal] fail to comply with the foregoing minimum requirements, as soon as the Contractor has knowledge of any such failure; the Contractor shall immediately notify the District and immediately replace the insurance provided by the insurer with an insurer meeting these requirements. Until the Contractor has replaced the unacceptable insurer with an insurer acceptable to the District, the Contractor shall be in default of the Agreement. Dz. Primary and Non-Contributory. The insurance provided by the Contractor pursuant to the Agreement shall apply on a primary basis to, and shall not require contribution from, any other insurance or self-insurance maintained by the District or the Districts member, official, officer or employee. E. Additional Remedy. Compliance with the insurance requirements of the Agreement shall not limit the liability of the, Contractor or its Subcontractors or Sub-subcontractors, employees or agents to the District or others. Any remedy provided to the District or the Districts members, officials, officers or employees by the insurance shall be in addition to and not in lieu of any other remedy available under the Agreement or otherwise. F. District Approval: Neither approval by the District nor failure to disapprove the insurance furnished by the Contractor shall relieve the Contractor of the Contractors full responsibility to provide the insurance as required by the Agreement. June 1, 2021, Regular Board Meeting Title 36. CUSTODIAL SERVICES - SELECTED ADMINISTRATIVE BUILDINGS Recommendation That the Duval County School Board approve the Custodial Services-Selected Administrative Buildings, RFQ/ITBS-026-21/LM, to A Sanctuary House of N. FL, Inc., from July 1, 2021 through June 30, 2022. That the Duval County School Board authorize the Chairman or Vice Chairman and Superintendent to execute the contract when form approved by Office of General Counsel. That authority be delegated to the Superintendent or her designee to renew the contract for subsequent annual periods provided the terms and conditions are essentially the same as awarded and funds are available. There are three (3) potential annual renewals. Description This is a request to provide a source of service contract for custodial services for selected administrative buildings to be used by the district. The district issued a competitive solicitation and was coordinated through the Office of Economic Opportunity (RFQ/ITBS-026-21/LM). Proposals were solicited from 37 firms and 2 responsive responses were received. Gap Analysis This contract award would provide opportunities for a Small Business Enterprise (SBE) vendor to gain an opportunity to provide these services for the 2021-2022 school year. The total square footage for this contract is 104,662 square feet at $.14 per square foot. Previous Outcomes The previous contract was awarded to F & R Professional Cleaning, Inc.. Expected Outcomes It is expected that the SBE vendor will provide a continuation of high quality custodial services. Strategic Plan Goals and Principles DCPS will be fiscally transparent and communicate quarterly regarding the Sales Surtax. Financial Impact For this current year, we estimate $166,461 will be spent on the current contract. We anticipate $175,832 will be spent on this new contract in 2021-22, an increase of $9,371 over prior year. Contract was competitively bid, cost increase is likely due to inflation impact on costs since prior bid. FC Fund Function Area Commitment Item 3173 Holding Account Custodial Services 10018 General Operating 7900 Facilities Acquisition & Construction 300 Capital Outlay Contact Tarek Ghandour, Executive Director, Facilities Maintenance, 904-858-6300 Paul Soares, Assistant Superintendent, Operations, 904-390-2008 Attachments 1. Bid Tabulation Sheet RFQ ITBS-026-21 LM 2. Sanctuary House 2021 051721 v3 final DUVAL COUNTY PUBLIC SCHOOLS Purchasing Department 1701 Prudential Drive, Suite 322 Jacksonville, FL 32207 PH (904) 858-4848 FAX (904) 858-4868 BID/QUOTE TABULATION SHEET BID NO.: RFQ/ITBS- 026-21/LM BID TITLE: CUSTODIAL SERVICES-SELECTED ADMIN BUILDINGS DATE OPENED: March 4, 2021 Any actual or prospective bidder, proposer or contractor who is aggrieved in connection with the intended award of a contract may file a protest and shall deliver its written notice of protest to the Associate Superintendent, Administration and Business Services, or designee (hereinafter Hearing Officer) immediately, but no later than two (2) working days after recommendation of award, if not to the apparent low bidder, which will initiate the 48-hour notice requirement. The written protest with documentation shall be delivered to the Hearing Officer no later than 2 p.m. on the 4" calendar day immediately following the notice of intent to award recommendation as is appropriate. If that day is a School Board non-workday, the protest shall be delivered no later than 9 a.m. the next Duval County School Board (DCSB) workday. Protests shall be presented with specificity, and every issue shall be fully documented. SEE ATTACHED LZ0Z/PO/E0 :pauedo ayeq BEPS x > A OYA x 2 nm 9m oe PURCHASING SERVICES Hb aE RECEIVED 2021NAR 31 AM 9:59 9L6e8'sLs 89'2S9'VL$ WLOL ez eel L$ gL 0$ 86'7z6$ 7L0$ ya Ds ied] 2099 KUO S89YJO Ja]USD SBOIAIES v UONLINN JO, SADIAIBS JeIPo}sND JO} SOD 87'09r'Ss 8L0$ vOLYe 7S LOS Jd bs 18d | 9ee'0 SOTHO SAHEISIULLUPY uo}Bulyy JO} S8DIAJBS |BIPO}SND 10} SOD cvez 9s 8L'0$ 99Z9OL'7$ VL 0$ yd Bs 18g] 6LO'vE ld @ al|lAuosyoer JoeS Buly GZ) SoUeUaIUIE//| SAII[IOB4 JO] SAINI |BIPO}SND JO} SOD 100990'9$ 8L'0$ 00'sLZ'7$ vl 0S jd DS Jed |] 00Z"Ce ld alliAuosyoer Aemypiy Aeg L SING Oger Ja]Ua9 sadIAiag pajepllosuoD JO} SDIAIBS JeIPO}SND JO} }soD, suoneoyioeds payoeye ujIm eouepi0o_e ul! 9uoU-Jo-||e papseme p YBnoiy} | Sue}] add le}0L | eouq wun Odd [E}OL Bd WU yun AO uolduoseq wa} ONI DNINVS19 ONI 14 N TWNOISSSAONd Y 8A AO ASNOH ANVNLONVS V us W1/L2-920-SELI/04Y. s6ulpling enne.siulpy pajoajeg-seolnsas jelpoisn5 1/L2-920-SELI/O4Y Page 1 of 1 RFQ/ITBS-026-21/LM Custodial Services-Selected Administrative Buildings ADDENDUM NO. 2 ADDENDUM NO. 2 www.duvalschools.org/purchasing Issue Date: February 26, 2021 Phone: 904-858-4859 Buyer: Louis Mitchum Bid Number: RFQ/ITBS N0. 026-21/LM Bid Title: Custodial Services Selected Administrative Buildings Term of Bid: July 1, 2021 through June 30, 2023, with renewal options Opening: Monday, March 4, 2021, 2:00 p.m. (EDT). Bids received prior to this date and time will be opened in the Conference Room and may not be withdrawn for 120 days after opening. All bids received after the specified date and time will be returned unopened. The addendum shall serve to amend, replace, and append information provided to potential respondents in the original RFQ/ITBS 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 answer questions received in accordance with this RFQ/ITBS. Questions and Answers 1. Question: Do we submit our bid with the anticipated minimum rate increased to $15.00?? Answer: Vendors should bid at todays wage, if the minimum wage is increased, the District will negotiate with the awarded vendor. 2. Question: In our request for an escalation are we to include the anticipated minimum wage increase? Answer: No. eile re http://www.duvalschools.org/purchasing http://www.duvalschools.org/purchasing Page 1 of 2 RFQ/ITBS-026-21/LM Custodial Services-Selected Administrative Buildings ADDENDUM NO. 1 ADDENDUM NO. 1 www.duvalschools.org/purchasing Issue Date: February 12, 2021 Phone: 904-858-4859 Buyer: Louis Mitchum Bid Number: RFQ/ITBS N0. 026-21/LM Bid Title: Custodial Services Selected Administrative Buildings Term of Bid: July 1, 2021 through June 30, 2023, with renewal options Opening: Monday, March 4, 2021, 2:00 p.m. (EDT). Bids received prior to this date and time will be opened in the Conference Room and may not be withdrawn for 120 days after opening. All bids received after the specified date and time will be returned unopened. The addendum shall serve to amend, replace, and append information provided to potential respondents in the original RFQ/ITBS 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 answer questions received in accordance with this RFQ/ITBS. Questions and Answers 1. Question: Defined Enhance deep cleaning? Answer: Enhanced Deep Cleaning is defined on Exhibit 1, page 2 with definitions of expectations. 2. Question: Who will supply light bulbs? Answer: All 4-foot T-8 and T-12 light bulbs for fixtures lower than 10 feet from the floor will be supplied by the Contractor as defined in Section 1.5. All other light bulbs will be supplied by the District. 3. Question: Can you provide the tabs sheet from the previous bid? Answer: Yes. Available on Demand Star. 4. Question: Please clarify how pressure washing will be utilized in this bid, under task orders? Answer: Pressure washing of front entrances is annually is included in Exhibit 1, Minimum Required Standards. Any other pressure washing requests can be negotiated as a task order. eile re http://www.duvalschools.org/purchasing http://www.duvalschools.org/purchasing Page 2 of 2 RFQ/ITBS-026-21/LM Custodial Services-Selected Administrative Buildings ADDENDUM NO. 1 5. Question: Is this a self-serving contract? Answer: No. This is a performance contract. 6. Question: Does it have to be a scheduled tour, or can we tour the spaces on our own? Answer: Please reach out to Louis Mitchum to schedule facility tours. There will be a tour of the Nutrition Service Center on Tuesday, February 16th at 9:00 am. The address is 3405 Norman Thagard Blvd, Jacksonville, Florida 32254. We will meet outside the front entrance. Please wear your mask. 7. Question: Can we have the address for the assigned locations in this bid? Answer: Consolidated Services, 4880 Bulls Bay Hwy, Jacksonville, FL 32219 Facilities Maintenance/Transportation 129 King St, Jacksonville, FL 32204 Arlington Administrative Offices, 8015 Parker School Rd., Jacksonville FL32211 Nutrition Service Center, 3405 Norman Thagard Blvd, Jacksonville, Florida 32254 8. Question: Is Workman Comp required? Answer: Yes. 9. Question: Are we allowed to sub-contract these services? Answer: Please see section 27.0 10. Question: What is the assign cleaning sq. feet for the Nutrition Center? Answer: 6,607 sq. feet. 11. Question: Can a walk-thru be scheduled for the Nutrition Center? Answer: There will be a tour of the Nutrition Service Center on Tuesday, February 16th at 9:00 am. The address is 3405 Norman Thagard Blvd, Jacksonville, Florida 32254. We will meet outside the front entrance. Mask is required. 12. Question: Is a Performance Bond required for this bid? Answer: No. 13. Question: What is the minimum staffing level for each location? Answer: Minimum staffing is set by Bidders in attachment A based on the performance standards set forth in Exhibit 1. RFQ/ITBS-030-16/LM CUSTODIAL SERVICES-SELECTED ADMIN BUILDINGS Date Opened:4/7/2016 Revised Tabsheet with a 1.9% CPI increase Item Description Qty Unit Cost for Custodial Services for Consolidated Services Center 4880 Bulls Bay Highway, Jacksonville, FL 1 32219 20,758 | Sq. Feet || Cost for Custodial Services for Facilities Maintenance 129 King 2 Street, Jacksonville, FL 32204 34,000 Sq. Feet Cost for Custodial Services for Team Center B (3 story building) 4019 Boulevard Center Drive, ee 3 Jacksonville. FL 32207 30,324 Sq. Feet Total This the second renewal revised tab sheet, covering the period of 7/1/19 through 6/30/2020. Prepared by: C. Wise Verified by: L. Mitchum Date: 04/08/2016 Award =| Page 1 of 1 ATTACHMENT A School Number School/Facility Name School Net Square Footage (NSF) Student Enrollment Special Project Team Day Custodian Requirement (minimum) by Facility 3003 Consolidated Services 33,700 3004 Nutrition Service Center Offices Only 6,607 3067 Warehouse/King St. 34,019 3136 Arlington Administrative Offices 30,336 TOTALS 104,662 0 0 District Facility Listing and Minimum Staffing Requirement ATTACHMENT A 1 INVITATION TO BID www.duvalschools.org/purchasing January 14, 2021 Buyer: Louis Mitchum Phone: 904-858-4859 Bid Number: RFQ/ITBS-026-21/LM Bid Title: Custodial Services Selected Administrative Buildings Term of Bid: July 1, 2021 through June 30, 2023 with renewal options. Opening: Thursday March 4, 2021 at 2:00 p.m. Bids received prior to this date and time will be opened in the Conference Room and may not be withdrawn for 120 days after opening. All bids received after the specified date and time will be returned unopened. Submit Bid To: DCPS Purchasing Services / 1701 Prudential Drive, Suite 322 / Jacksonville FL 32207 Special Requirements: Non-MANDATORY PRE-PROPOSAL CONFERENCE ROOM 37 AT 129 KING ST., JACKSONVILLE, FLORIDA ON FEBRUARY 10, 2021 AT 9:00 A.M. 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 Initial Delivery can be made within calendar days after receipt of order. Addenda through received. (if applicable) Original Manual Signature of Authorized Representative: (Required) Printed/Typed Name of Authorized Representative: Title: Date: eile re http://www.duvalschools.org/purchasing http://www.duvalschools.org/dcps REQUEST FOR QUALIFICATIONS (RFQ)/ INVITATION TO BID RFQ/ITBS-026-21/LM CUSTODIAL SERVICES Anticipated Schedule RFQ/ITBS Release Date: January 14, 2021 NON-MANDATORY Pre-proposal Conference: February 10, 2021 9:00 a.m. (EDT) Deadline for Written Questions: February 16, 2021 12:00 Noon. (EDT) RFQ Responses Opened: March 4, 2021, 2:00 p.m. EDT) Notification to Qualified/Non-Qualified Respondents: March 10, 2021 Opening of ITBS Responses from Qualified Firms: March 16, 2021 Anticipated Date of Award: May 2021 DUVAL COUNTY PUBLIC SCHOOLS Purchasing Services Department 1701 Prudential Drive, Suite 322 Jacksonville, Florida 32207 eile re http://www.duvalschools.org/dcps DUVAL COUNTY PUBLIC SCHOOLS INDEX 1.0 Introduction 2.0 General Scope of Work 3.0 Ex Parte Communications 4.0 Interpretations and Addenda 5.0 Instructions to Respondents 6.0 Time Schedule 7.0 Award 8.0 Contract Term 9.0 Information to be Included in the Submittals 10.0 Safety 11.0 Task Orders 12.0 Administrative 13.0 Tools, Equipment and Supplies 14.0 Public Records Law 15.0 Public Entity Crimes 16.0 Dispute Process 17.0 Site Familiarity and Additional Information 18.0 Replacement of Management/Supervisor Staff 19.0 Termination, Suspension, and Remedies 20.0 Default 21.0 Legal Requirements 22.0 Federal and State Tax 23.0 Conflict of Interest 24.0 Insurance Requirements 25.0 Indemnification/Hold Harmless Agreement 26.0 Permits and Licenses 27.0 Assignment of Contract and/or Payment 28.0 Disclaimer ITEMS TO BE RETURNED WITH PROPOSAL: Bidder Acknowledgement Form- Signed District Facility Listing and Minimum Staffing Requirements Attachment A Experience and References Attachment B Equipment List Attachment C Financial and Operational Capacity Work Plan DUVAL COUNTY PUBLIC SCHOOLS Purchasing Services 1701 Prudential Drive, Suite 322 Jacksonville, FL 32207 PH (904) 858-4848 FAX (904) 858-4868 ____________________________________________________________________________________ _ January 14, 2021 REQUEST FOR QUALIFICATIONS (RFQ)/INVITATION TO BID for CUSTODIAL SERVICES-Selected Administrative Buildings RFQ/ITBS-026-21/LM I. GENERAL INFORMATION: 1.0 INTRODUCTION: Duval County Public Schools (DCPS, DCSB, The School Board of Duval County, Florida, or the DISTRICT) is issuing this Request for Qualifications (RFQ) as well as the accompanying Invitation to Bid (ITB) to interested firms for the purpose of selecting a qualified provider or providers for custodial services for selected Administrative Buildings. Both the response to the RFQ and the response to the ITBS shall be submitted at the same time in SEPARATE SEALED ENVELOPES. The resulting contract will be with an individual company (the CONTRACTOR) for the provision of all required Custodial Services for designated administrative facilities within the DISTRICT. This two-step process is further described in Section 9.0 of this document. 1.1 GENERAL INFORMATION ABOUT THE DISTRICT: The District and its governing board were created pursuant to Section 4, Article IX of the Constitution of the State of Florida. The District is an independent taxing and reporting entity managed, controlled, operated, administered, and supervised by the Districts school officials. The Board consists of seven elected officials responsible for the adoption of policies, which govern the operation of the District. The Superintendent of Schools is responsible for the administration and management of the schools within the applicable parameters of state and federal laws and regulations, State Board of Education Rules, and School Board policies. The Superintendent is also specifically delegated the responsibility of maintaining a uniform system of records and accounts in the District. The District is coterminous with Duval County, which covers 918 square miles and operates 171 facilities, including administrative areas, elementary schools, middle schools, high schools and specialized schools. The District serves approximately 128,000 students (the student population changes annually). It is the second largest employer in Jacksonville with approximately 11,800 full time staff (approximately 8,300 teachers) at 99 elementary schools, 3 grades K-6 schools, 2 grades K-8 schools, 24 middle schools, 2 grades 6-12 schools, 19 high schools, 6 exceptional student centers, 1 virtual school, 7 alternative schools, 33 charter schools, and additional administrative facilities. The District Facilities applicable to this solicitation are provided in Attachment A. Note: (Complete and Submit Attachment A as part of Response to this RFQ/ITBS. Failure to submit may result in bid being considered non-responsive. The District serves approximately 120,000 students (the student population changes annually). It is the second largest employer in Jacksonville with approximately 8,500 teachers and a similar number of support staff at 99 elementary schools, 24 middle schools, 19 high schools, 6exceptional student centers, 7 alternative schools, and 13 administrative facilities. Note: Purpose, number of, and name of schools may change during this contract. The administration of this Contract is a function of the Districts Operations Division delegated to the Facility Maintenance Department. All post-award communications shall be directed to Supervisor, Facilities Support Contracting. For more information about the District, please visit www.duvalschools.org on the internet. 1.2 DISTRICT OBJECTIVES: The successful Contractor shall furnish the required labor, supervision, transportation, tools, equipment, materials and supplies necessary for accomplishment of custodial services in accordance with these specifications and subject to all terms and conditions as specified herein (including any additional services) which fulfills the objectives of the District. All Services shall be fully, timely, and continuously performed by the Contractor in a manner in accordance with the District Objectives set forth in this RFQ/ITBS. Primary objectives are as follows: A. To establish and maintain a clean safe and sanitary environment for District employees and students through the development of a stringent cleanliness/sanitation program. B. To develop a comprehensive quality assurance program. This includes but is not limited to providing a viable method of accurately determining the level of customer satisfaction, to routinely and continuously gather customer input on service quality as well as remedial steps to be taken, as necessary. It also means complying with established components of the current quality assurance programs. http://www.duvalschools.org/ C. To establish and conduct management and operational staff training and motivational programs that will ensure appropriate staff development, proper supervision, consistent quality control and the exercise of appropriate safety procedures for the Contractors. D. To develop and maintain model management/operations staffing patterns at District facilities, based upon their individual needs, which will assure appropriate levels of staffing, quality service and retention of qualified employees. E. To maximize recycling efforts and minimize contributions to the solid waste stream by being proactive in the recycling program and working as a partner with the District in assuring its continued success. F. To maintain a stable work force and provide qualified substitutions for absences. This includes but is not limited to maintaining minimum staffing levels set forth in the submission of completed Attachment A. G. To establish and conduct policy reviews and training regarding the Districts policies and procedures as they pertain to harassment, sexual harassment and discrimination. 1.3 Program Overview: The Custodial Services Management program is presently contracted to ABM Industries Group, LLC. The current program encompasses all aspects of custodial services operations for all schools, including those with special needs/handicapped students and administrative facilities within the District. The Contractor is responsible for a turn-key operation in the provision of custodial services, as well as personnel training and program management/administration. As long as the minimum required staffing levels are maintained (refer to Attachment A), then the Contractor may absorb or redistribute responsibilities for the Services. Notwithstanding the Contractors level of staffing, Contractor remains obligated to perform the Services without degradation in accordance with the Contract. The Contractor agrees and represents to the District that it has or shall secure all new personnel required in performing the Services. A. Staffing Levels: The District shall require the Contractor to establish all minimum staffing levels to effectively service this contract. The minimum staffing levels proposed by the successful contractor in their RFQ/ITBS submittal (via Attachment A). NOTE: Full Time Equivalent (FTE), defined as one (1) full-time worker, working an eight (8) hour shift, working forty (40) hours per week. Note: The 40 hour per week definition is not an indication of full-time company policy requirements. The district acknowledges that due to school calendar, employee schedules may fluctuate. It is not acceptable to use two part time positions to make up one full time position at any one facility. The staffing levels: 1. FTE Day-Custodians Defined as custodians working at each facility location during regular working hours(overlapping school/administrative hours), and who are responsible for opening and closing the facilityin addition to providing all necessary cleaningas detailed in this RFQ/ITBS. Maintains open communication with principal and/or on campus contact about maintenance issues, cleanliness standards and school needed requests. 2. FTE Custodial Pool used to supplement shortages at administration buildings for employee related issues (sick, vacation, medical, etc.) 3. FTE Management Level Employees, defined as employees charged with personnel oversight and training of all custodial staff categories. 4. Resumes of proposed management/supervisory team shall be included in the response. Contractor to perform the Services according to the provisions of Exhibit 1, List of Minimum Required Standards (it being understood that the Contractor remains accountable at all times for meeting the standards and delivering the level of service required by the Contract). The Contractor represents and warrants that its performance of the Services shall be rendered with promptness and diligence and shall be executed in a workman-like manner, in accordance with the practices and high professional standards used in a well-managed operation performing services similar to the Services. The Contractor represents and warrants it will use an adequate number of qualified individuals with suitable training, education, experience, and skill necessary to perform the Services and the Contractor represents and warrants it will perform the Services in an efficient and cost-effective manner. Any reduction of the Contractors overall staffing (established in the submittal of Attachment A) will be approved at the sole discretion of the District NOTE: While this RFQ/ITBS establishes minimum staffing levels, the RFQ/ITBS remains a performance contract. If the contractor must increase minimum staffing levels to maintain the expectations of this performance contract, it will be the contractors sole responsibility to perform at the base contracted price. Minimum staffing levels must be within acceptable levels, determined solely by the district based on and historical staffing levels. B. Cleaning Supplies and Standards: The Contractor is responsible to provide all required cleaning supplies, materials, utensils and equipment to efficiently and effectively perform custodial services for the District. The Contractor is responsible to maintain the premises, equipment and facilities to a level acceptable to the District. The Contractor is responsible to adhere to the sanitation standards established by appropriate federal and/or state agencies, Duval County Health Department and the District (Exhibit 1, List of Minimum Required Services). 1.4 Scope of Services: These functions represent the minimum function of service to be provided (the Services). The Contractor is encouraged to perform above these standards. A. Operation/Management - The Proposer selected as a result of this RFQ/ITBS shall provide complete custodial services in administrative facilities for the District identified herein. The operation and management shall include, but not be limited to, the following: 1. The Contractor shall adhere to the List of Minimum Required Standards, Exhibit 1. 2. The Contractor is required to provide an annual Enhance deep clean of facilities listed herein during the Winter break or as required. Winter clean up shall begin immediately after the last work day before winter break, and be completed before the Administrators return after winter break, except for those facilities that have unique circumstances (e.g. renovations, painting, flooring, handyman type work, asbestos removal, etc.). Those facilities with unique circumstances are to be completed immediately after maintenance/renovations are completed. A winter/spring break thorough cleanup will be required, which will include at a minimum scrubbing and/or stripping and recoating of all hard surface floors including, shampooing carpets, to the extent possible within this timeframe, restroom sanitation, floor scrubbing, and dusting; it being understood that the District expects a fresh, clean appearance to all facilities following winter break. The Contractor will be required to perform custodial duties for daily cleaning of facilities which have summer operations. Contractor may be required to complete work after hours as needed to meet the Winter cleaning standards. 3. Provision of and training for custodial services personnel to include cleaning methods, leadership development activities and OSHA teaching; 4. Selection and procurement of cleaning products and custodial equipment and utensils; 5. Scheduling of services, evaluating the performance of the custodial staff, and on- site inspections, to meet the needs of the District; 6. Transportation, as required; 7. Analysis and reporting of continuing operations to include a quality assurance quality control program; 8. Establishment and maintenance of a supplies and equipment inventory system 9. To anticipate purchases, schedule purchasing/shipping activities, maintain adequate stocks and generate current/historical reports of existing/ordered/backordered supplies and equipment; 10. Provision of adequate and qualified supervisory personnel for effective and efficient performance of duties as outlined herein. 11. All floors in the district are stripped and waxed during the Winter deep cleaning or as required by the District. Common areas are also easily deep cleaned (strip and wax) during the year and condition of these areas is easily observed throughout the year. However, the contractor shall have a plan available at each administrative building that details when and how the facilities floors will receive a 2nd deep clean (scrub and recoat or strip and wax) during the school year. Plan must include but not be limited to a floor plan showing how the plan will be executed. It is not acceptable to coat floors one (1) time per school year. 12. DCPS has established energy and water consumption profiles for each school. Contractor is expected to assist DCPS with operating and maintaining schools with energy and water efficiency in mind to sustain or improve energy and water efficiency levels. Expectations include, but are not limited to: Operate lights and HVAC only in areas where work is being performed Maintain districtwide occupied and unoccupied temperature set points Work with administration staff to ensure DCPS-approved lamps are stocked and used for replacements Keep doors and windows closed as much as possible Use water sparingly when cleaning floors and exterior areas Turn off and/or unplug unused appliances Assist with safety and energy shutdown procedures prior to extended school breaks B. Additional Services/Additional facilities- The District may choose to negotiate with the contractor for services not specifically stated in this solicitation, DCPS will request a written quote for those services. DCPS may at its sole discretion, elect to procure those services from the contractor in accordance with this solicitation or may elect to procure them elsewhere. If DCPS elects to procure the service(s) from the contractor, a separate purchase order will be issued. The Districts also reserves the right to reduce or add facilities and/or at the most current price per square foot. Note: In addition to the provisions of this Section regarding hiring, the Contractor agrees that it will remove (within a mutually agreed upon period of time) from assignment under the Contract any individual in its employ, if, after the matter has been reviewed jointly by the District and the Contractor, the District requests such action in writing. Any such removal shall not necessarily reflect on the capabilities or competence of the individual so removed. Nothing herein shall affect the status or responsibilities of the Contractor as an independent contractor solely responsible for the method, manner and means chosen by it to perform hereunder. 1.5 Ownership of Equipment and Consumable Supplies: The Contractor shall purchase and retain ownership of all Contractor purchased equipment used for the purpose of providing the Services. The Contractor is responsible for providing and maintaining the necessary equipment required to efficiently and cost-effectively perform the Services. Contractor shall create and maintain a current inventory list of equipment to be used in the Districts facilities and may be required to present inventory list at any time for review by District contract management team and/or presented at meetings and/or presentations. The District reserves the right to request additional equipment purchase with consideration of Services performance. Upon termination or expiration of the Contract, the Contractor shall remove all its owned and unused inventory of cleaning chemicals and supplies. The Contractor shall purchase and retain ownership of all consumable cleaning supplies used for the purpose of performing the Services. In addition to the afore mentioned cleaning supplies, the contractor will supply all four (4) foot T-8 Lamp Color Temp 4100K/CRI85 and T-12 Lamp Color Temp 4100/CRI87 standard interior light bulbs for all fixtures lower than 10 feet from the floor. The light bulb requirement will apply only to areas within the contractors cleaning responsibility (Example, contractor is not responsible to clean the kitchens, so this requirement does not apply in the kitchens). The District will provide all other light bulbs for the school, trashcan liners as well as all bathroom hand- soap and paper products. Average number of cases per site per year is 2 5 cases (30 bulbs/case). The Contractor is responsible for their disposal. 1.6 District Provisions: The District provides, janitorial closets for storage at each facility for use by the Contractor. The District also provides certain operating utilities (water and electric) at no cost to the Contractor. Additional required space will be at the sole expense of the Contractor. NOTE: The District is not responsible for providing a training facility. The contractor shall provide each management level employee a vehicle capable of carrying large equipment, large qualities of supplies or other equipment/supplies that allow immediate management response. 1.7 DEFINITIONS: 1.7.1 DISTRICT: When used in this document, the words "DISTRICT" or "DCPS" will be intended to denote the geographic area or the organization's administrative staff, dependent upon the context in which they are used. 1.7.2 CONTRACTOR: Represents all references to the awardee. 1.7.3 RESPONDENT: Any individual, sole proprietorship, firm, corporation or other entity who submits an offer for materials and/or services (as the basis for award of contract) in response to a RFQ/ITBS. At times in context, RESPONDENT may mean the intended CONTRACTOR. 1.7.4 Recently Formed Corporation: A corporation that has newly registered with the Florida Department of State, Division of Corporations within the past twelve (12) months. 1.7.5 School Board: The words "School Board," DCSB, or The School Board of Duval County, Florida will be intended to denote the elected body of governing officials for the entity. 1.7.6 Contract Year: A contract year shall be defined as the period from July 1st through June 30th. 1.7.7 Purchase Order The legal document issued by the purchasing department addressed to a vendor authorizing them to deliver products or services with the applicable terms of sale listed. 1.8 CONTRACT DOCUMENTS; PRIORITY OF DOCUMENTS; CONSTRUCTION OF DOCUMENTS: 1.8.1. A purchase order shall be issued, after award, for any work to be performed as a result of this two- step process. The RFQ, ITBS, bid, qualification proposal, addenda, attachments, exhibits, approved change orders, Standard Operating Procedure (SOP) directives and corresponding purchase order(s) shall constitute the contract documents between the parties. 1.8.2. In the event of a conflict or ambiguity among the contract documents, then precedence shall be given in the following order: approved change order, SOP directive, the purchase order, Addenda, RFQ, ITBS, the Bid, Qualification Proposal, and Attachments and Exhibits lastly. 1.8.3. In the event of a conflict or ambiguity in the contract documents, the contract provisions shall not be construed more strongly against any party regardless of who was more responsible for its preparation. 2.0 GENERAL SCOPE OF WORK The Contractor shall furnish the required labor, supervision, transportation, tools, equipment, materials and supplies necessary for accomplishment of custodial services in accordance with these specifications and subject to all terms and conditions as specified herein. All Services shall be fully, timely, and continuously performed by the Contractor in a manner in accordance with the District Objectives set forth in this RFQ/ITBS. 3.0 EX PARTE COMMUNICATIONS: Ex parte communication, whether verbal or written, by any potential RESPONDENT or representative of any potential RESPONDENT to this RFQ with DISTRICT or Office of General Counsel personnel involved with or related to the RFQ/ITBS, other than as designated in this document, is strictly prohibited. Violation of this restriction may result in the rejection/disqualification of the RESPONDENTS proposal. Ex parte communication, whether verbal or written, by any potential RESPONDENT or representative of any potential RESPONDENT to this RFQ/ITBS with Board members is also prohibited and will result in the disqualification of the RESPONDENT. Notwithstanding the foregoing, communications are permissible by this Section when such communications with a prospective RESPONDENT are necessary for, and solely related to, the ordinary course of business concerning the DISTRICTS existing contract(s) for the materials or services addressed in this RFQ/ITBS (but in no event shall any existing vendor intending to submit a response initiate communications to any member(s) of the Duval County School Board; it being understood such communication initiated by a vendor under these circumstances would not be in the ordinary course of business). 4.0 INTERPRETATIONS AND ADDENDA If the proposer should be in doubt as to the meaning of any of the proposal documents, is of the opinion that the conditions and specifications contain errors or contradictions or reflect omissions, or has any question concerning the conditions and specifications, he/she shall submit a written request via email directed to Louis Mitchum (mitchuml@duvalschools.org) for interpretation or mailto:mitchuml@duvalschools.org clarification. Such request must reference the date of proposal opening and Proposal number on the subject line and should be received no later than 2:00 p.m. EST, March 4, 2021. 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 proposal documents. The issuance of a written addendum shall be the only official method whereby such an interpretation or clarification will be made. No verbal or written information that is obtained other than by information in this document or by addendum to the RFQ will be binding on the District. In the event an addendum is generated, Respondents may be requested to acknowledge receipt of the addendum as a part of their proposal. 5.0 INSTRUCTIONS TO RESPONDENTS: THE RFQ AND ITBS DOCUMENTS WILL BE REVIEWED IN DETAIL AT A NON-MANDATORY INFORMATION CONFERENCE HELD IN ROOM 37 AT 129 KING ST., JACKSONVILLE, FLORIDA ON FEBRUARY 10, 2021 AT 9:00 A.M. Potential respondents are advised to hold all comments, questions and items for clarification until the Information Conference. All responses to the RFQ and ITBS must be received no later than 2:00 p.m., Thursday, March 4, 2021. If a response is transmitted by US Mail or other delivery medium, the RESPONDENT shall be responsible for its timely delivery to Purchasing Services, 1701 Prudential Drive, Suite 322, Jacksonville, FL 32207. Any response received after the stated time and date or at any other location, will not be considered and should be returned unopened to the originator after award. One manually signed original, and three exact (3) flash drives copies (in PDF file format) of the complete RFQ response must be sealed in a single envelope and clearly marked, "RESPONSE TO REQUEST FOR QUALIFICATIONS CUSTODIAL SERVICES" on the outside of the package. One manually signed original and three exact (3) flash drives copies (in PDF file format) of the response to the ITBS must be sealed in a SEPARATE envelope clearly marked, "RESPONSE TO INVITATION TO BID" CUSTODIAL SERVICES" and submitted at the same time. Once accepted, all original responses and any copies of responses become the sole property of the DISTRICT and may be retained by the DISTRICT or disposed of in any manner the DISTRICT deems appropriate. All responses must bear the signature of an officer or employee having authority to legally bind the responding firms. NOTE: It is the sole responsibility of each respondent to assure all copies are identical to the original, including any supplemental information. Flash drives copies will be utilized for the purpose of qualification. Any information contained in the original RFQ response which has not been transferred to the flash drives or photocopies may NOT be considered. The original document will be used solely for official record keeping and audit purposes. Responses not conforming to the instructions provided herein will be subject to disqualification at the sole discretion of the DISTRICT. 6.0 TIME SCHEDULE: The DISTRICT anticipates the following time schedule in completion of the process with the intended result of selection of the contracted service provider: January 14, 20XX - Date of distribution Non-Mandatory Pre-bid Proposal- February 10, 2021 9:00 a.m. (EDT) Deadline for Written Questions- February 16, 2021 12:00 noon RFQ opening March 4, 2021, 2:00 p.m. (EDT Notification to qualified/non-qualified RESPONDENTS (Notification shall be affected by email and manual posted on the Purchasing Services website.)- March 10, 2021 Opening of ITBS responses from qualified firms March 16, 2021 Anticipated contract award- May 2021 Anticipated contract start day- July 1, 2021 All questions and requests for clarification from potential RESPONDENTS shall be submitted in documented format to Mr. Louis Mitchum, Supervisor, Purchasing Services. Such requests may be e-mailed to mitchuml@duvalschools.org . Questions submitted subsequent to the deadline as shown above will not be addressed. Additions, deletions or modifications to information contained in the RFQ or ITBS as a result of questions received will be presented to all potential RESPONDENTS by means of a written addendum, if necessary. No verbal or written information that is obtained other than by information in this document or by addendum to this RFQ or ITBS will be binding on the DISTRICT. 7.0 AWARD: The District reserves the right to accept or reject any or all proposals. The District reserves the right to waive any irregularities and technicalities and may, at its sole discretion, request a clarification or other information to evaluate any or all proposals. mailto:mitchuml@duvalschools.org The District reserves the right, before awarding the contract, to require proposer(s) to submit evidence of qualifications or any other information the District may deem necessary. The District reserves the right, prior to Board approval, to cancel the RFQ/ITBS or portions thereof, without penalty. The District reserves the right to: (1) accept the proposals of any or all of the items it deems, at its sole discretion, to be in the best interest of the District; and (2) the District reserves the right to reject any and/or all items proposed or award to multiple proposers. 8.0 CONTRACT TERM: The District shall select a Contractor to provide complete custodial services for selected buildings in the District commencing July 1, 2021 through June 30, 2023 (subject, however, to availability of lawfully appropriated funds for each District fiscal year). The Contract may be renewed for three (3) additional one (1) year periods, unless the District provides notice (in the Districts sole discretion) to not renew the Contract (note: the Districts written notice of non-renewal shall be delivered not less than one- hundred and twenty (120) days prior to the Contract anniversary date). 8.1 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. Consumer Price Index (CPI). The contractor must request the increase in writing prior to the renewal of the contract. 8.2 AGREEMENT: A. Execution of Contract. A contract will be executed, after award, for any work to be performed as a result of this RFQ/ITB. This document, the proposal, and relevant documents will constitute the complete agreement between Contractor and the District. B. Transition Assistance. In the event the resulting agreement is terminated, not renewed or naturally expires, the CONTRACTOR agrees that the DISTRICT may provide written notice to the CONTRACTOR retaining the CONTRACTOR 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 Custodial Services Selected Administrative Buildings. In any event, these services will not be required to continue for a period of time exceeding six (6) months. II. SUBMITTALS/PRE-QUALIFICATION:

1701 Prudential Drive Jacksonville, FL 32207Location

Address: 1701 Prudential Drive Jacksonville, FL 32207

Country : United StatesState : Florida

You may also like

Custodial Services for the City of Upper Arlington Buildings

Due: 03 May, 2024 (in 14 days)Agency: City of Upper Arlington

NEW BRIDGE - CUSTODIAL & RELATED SERVICES AT LBJ

Due: 31 Mar, 2025 (in 11 months)Agency: PUBLIC BUILDINGS SERVICE

CUSTODIAL SERVICES AT THE WJHTC FOR THE DHS/TSA EXPLOSIVES BRANCH (K-9)

Due: 30 Apr, 2024 (in 11 days)Agency: FEDERAL AVIATION ADMINISTRATION

Please Sign In to see more like these.

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