Roofing Repair

expired opportunity(Expired)
From: Duval County Public Schools(School)
ITB-019-22/JR

Basic Details

started - 13 Jun, 2022 (22 months ago)

Start Date

13 Jun, 2022 (22 months ago)
due - 30 Jun, 2023 (10 months ago)

Due Date

30 Jun, 2023 (10 months ago)
Bid Notification

Type

Bid Notification
ITB-019-22/JR

Identifier

ITB-019-22/JR
Duval County Public Schools

Customer / Agency

Duval County Public Schools
unlockUnlock the best of InstantMarkets.

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

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

Dr. Diana L. Greene, Superintendent of Schools EVERY SCHOOL. EVERY CLASSROOM. EVERY STUDENT. EVERY DAY. Duval County Public Schools www.duvalschools.org Purchasing Services PH: (904) 858-4848 1701 Prudential Drive FAX: (904)858-4868 Jacksonville, FL 32207 May 26, 2022 Advanced Roofing, Inc. 11031 N Main Street Jacksonville, FL 32771 RE: ITB-019-22/JR Dear Sir/Madam: On Tuesday, April 5, 2022, the School Board of Duval County Public Schools approved the award of bid ITB-019-22/JR Roofing Repair. This is your official notification of bid award. This award is for the period of date of award through June 30, 2023. Please forward a copy of your insurance certificate as required per special condition #18 to the buyer, James Robinson. (Email and fax are both acceptable.) Purchase orders will be issued for these items as needed during the bid period. If you have any questions regarding this bid, please contact James
Robinson (904) 858-4837. Thank you for your interest in Duval County Public Schools. Terrence Wright, Director DCPS Purchasing Services Cc: James Robinson Master Bid folder eile re http://www.duvalschools.org/ April 5, 2022, Regular Board Meeting Title 19. CONTRACT LABOR - ROOFING REPAIR Recommendation That the Duval County School Board approve the Contract Labor - Roofing Repair, ITB- 019-22/JR, not to exceed $2M annually with Advanced Roofing, Inc., from date of award through June 30, 2023. That the Duval County School Board authorize the Chairman or Vice Chairman and Superintendent to execute the contract upon form approved by the Office of General Counsel. Description This contract will provide a source of service agreement for Roofing Repairs to be used by the District. (ITB-019-22/JR). Our district's 17 million square feet of existing roof systems requires a roofing contract that can handle approximately $2M of repairs annually. This compliments the district's roof replacement and recapping program which are both funded via the Capital Major Maintenance Program. Failure to repair existing roofs in this quantity would shorten roof life and inflate the funding needed for recapping and replacement. Gap Analysis The execution of this contract will allow the district to maintain a 20-year replacement and/or recapping cycle. Previous Outcomes This contract has been used successfully in the past to provide our district with the ability to make timely roof repairs, and other services such as roof recapping/preventative maintenance and building envelope maintenance to our school district facilities as needed. Expected Outcomes We expect this contract will continue to serve the district by providing needed services for roof and building envelope maintenance. Strategic Plan Goals and Principles DCPS will be fiscally transparent and communicate quarterly regarding the Sales Surtax. Financial Impact Funded through Major Maintenance, (M-83800), the district expects to expend up to $500K on roof repairs/preventative maintenance and building envelope maintenance this year. Fund Function Area Commitment Item 3502 Project funds Design & Construction 37W083800 Roof Repairs/Replacement 7400 Facilities Acquisition & Construction 680 Remodel & Renovation Contact Tarek Ghandour, Executive Director, Facilities Maintenance, 904-858-6300 Byron Page, Executive Director, Facilities, Engineering, Design & Const., 904-390-2498 Paul Soares, Assistant Superintendent, Operations, 904-390-2008 Attachments None ITB-019-22/JR ROOFING REPAIRS Date Opened: 01/13/2022 BID TABULATION Item Description Qty Unit Price Extension Price Extension For purposes of evaluation, ths form will be interpreted as follows: Failure to respond as requested may result in rejection of item(s) as non-responsive. 1 install new siplast modified cap sheet set in cold adhesive over existing modified roof system. include preparing roof by cleaning and removing loose granules blister repair gravel stop tie in a curb re-flashings are separate items 10,000 sq ft $1.90 $19,000.00 $3.75 $37,500.00 2 remove and replace existing 3 ply modified bitumen system. assume siplast 20-30 system as standard field of roof only 4,000 sq ft $3.50 $14,000.00 $8.75 $35,000.00 3 Remove existing gravel stop on modified bitumen system, replace with new, complete and stripped in (per manufacturer spec). Include new cleat. Assume 6" face 4,000 per lf $18.00 $72,000.00 $13.75 $55,000.00 4 Remove old modified bitumen roofing at metal gravel stop. Install new 2 ply modified bitumen edge flashing at gravel stop. (12" strip in typical) Modified caulk to be included 4,000 per lf $10.00 $40,000.00 $10.75 $43,000.00 5 Remove and replace existing VTR lead boot on modified bitumen roof system. Per manufacturers details 25 Each $85.00 $2,125.00 $125.00 $3,125.00 6 Remove and reinstall existing roof drain with new lead flashing and related roof membrane flashing 10 Each $240.00 $2,400.00 $675.00 $6,750.00 7 Remove existing metal pitch pocket or Chem Curb system and return roof to water tight condition. (6" diameter average size) 50 Each $165.00 $8,250.00 $125.00 $6,250.00 8 Cut out and repair blister in modified bitumen system. Return to water tight condition. Assume 3'x3' Patch 50 sq ft $7.00 $350.00 $20.00 $1,000.00 9 Remove and replace base flashing at walls, around equipment and skylight curbs. Assume SBS grannulated modified bitumen 24" high 500 sq ft $9.00 $4,500.00 $12.50 $6,250.00 10 Remove and replace base flashing at walls, around equipment and skylight curbs. Assume foil faced modified bitumen 24" high 500 sq ft $15.00 $7,500.00 $14.00 $7,000.00 11 Remove and replace existing bellow type expansion joint cover with aluminum flanges. Assume continuous bellow type expansion joint. Modified bitumen strip in is a separate item. 200 per lf $9.00 $1,800.00 $17.00 $3,400.00 12 Remove old expansion joint splice kit and install new to match existing 250 Each $40.00 $10,000.00 $25.00 $6,250.00 13 Patch modified bitumen roof system. Assume 3'x3' patch 100 sq ft $12.50 $1,250.00 $20.00 $2,000.00 14 Patch foil faced modified bitumen roof system. Assume 3'x3' patch 100 sq ft $15.00 $1,500.00 $21.00 $2,100.00 15 Remove existing shingle system and replace with 30-year gaurantee Archictectual fiberglass shingles (include ice & water shield and all fasteners) 10,000 sq ft $5.65 $56,500.00 $4.00 $40,000.00 16 Remove existing shingle system and replace with 25-year gaurantee 3 tab fiberglass shingles (include ice & water shield and all fasteners) 10,000 sq ft $5.10 $51,000.00 $3.90 $39,000.00 17 Remove existing shingle system and replace with 20 yr. 3 ply modified bitumen system. Assume siplast 20-30 system 5,000 sq ft $4.85 $24,250.00 $10.75 $53,750.00 18 Remove and replace existing metal eave drip. Assume 3" face 1,000 per LF $7.00 $7,000.00 $2.90 $2,900.00 19 Remove and replace shingle valley. Provide 36" wide ice and water underlayment, 16" Alum. valley metal w/12" I&w strip-in of metal. Shingle replacement will be a separate line item. 800 per LF $3.50 $2,800.00 $6.50 $5,200.00 ADVANCED ROOFING, INC. (PRIMARY) BBG CONTRACTING GROUP, INC. (ALTERNATE #2) Page 1 of 6 ITB-019-22/JR ROOFING REPAIRS Date Opened: 01/13/2022 BID TABULATION Item Description Qty Unit For purposes of evaluation, ths form will be interpreted as follows: Failure to respond as requested may result in rejection of item(s) as non-responsive. 1 install new siplast modified cap sheet set in cold adhesive over existing modified roof system. include preparing roof by cleaning and removing loose granules blister repair gravel stop tie in a curb re-flashings are separate items 10,000 sq ft 2 remove and replace existing 3 ply modified bitumen system. assume siplast 20-30 system as standard field of roof only 4,000 sq ft 3 Remove existing gravel stop on modified bitumen system, replace with new, complete and stripped in (per manufacturer spec). Include new cleat. Assume 6" face 4,000 per lf 4 Remove old modified bitumen roofing at metal gravel stop. Install new 2 ply modified bitumen edge flashing at gravel stop. (12" strip in typical) Modified caulk to be included 4,000 per lf 5 Remove and replace existing VTR lead boot on modified bitumen roof system. Per manufacturers details 25 Each 6 Remove and reinstall existing roof drain with new lead flashing and related roof membrane flashing 10 Each 7 Remove existing metal pitch pocket or Chem Curb system and return roof to water tight condition. (6" diameter average size) 50 Each 8 Cut out and repair blister in modified bitumen system. Return to water tight condition. Assume 3'x3' Patch 50 sq ft 9 Remove and replace base flashing at walls, around equipment and skylight curbs. Assume SBS grannulated modified bitumen 24" high 500 sq ft 10 Remove and replace base flashing at walls, around equipment and skylight curbs. Assume foil faced modified bitumen 24" high 500 sq ft 11 Remove and replace existing bellow type expansion joint cover with aluminum flanges. Assume continuous bellow type expansion joint. Modified bitumen strip in is a separate item. 200 per lf 12 Remove old expansion joint splice kit and install new to match existing 250 Each 13 Patch modified bitumen roof system. Assume 3'x3' patch 100 sq ft 14 Patch foil faced modified bitumen roof system. Assume 3'x3' patch 100 sq ft 15 Remove existing shingle system and replace with 30-year gaurantee Archictectual fiberglass shingles (include ice & water shield and all fasteners) 10,000 sq ft 16 Remove existing shingle system and replace with 25-year gaurantee 3 tab fiberglass shingles (include ice & water shield and all fasteners) 10,000 sq ft 17 Remove existing shingle system and replace with 20 yr. 3 ply modified bitumen system. Assume siplast 20-30 system 5,000 sq ft 18 Remove and replace existing metal eave drip. Assume 3" face 1,000 per LF 19 Remove and replace shingle valley. Provide 36" wide ice and water underlayment, 16" Alum. valley metal w/12" I&w strip-in of metal. Shingle replacement will be a separate line item. 800 per LF Price Extension Price Extension $2.40 $24,000.00 $6.00 $60,000.00 $4.90 $19,600.00 $8.25 $33,000.00 $21.20 $84,800.00 $24.00 $96,000.00 $9.50 $38,000.00 $13.00 $52,000.00 $107.00 $2,675.00 $60.00 $1,500.00 $250.00 $2,500.00 $200.00 $2,000.00 $35.00 $1,750.00 $80.00 $4,000.00 $16.50 $825.00 $10.00 $500.00 $11.50 $5,750.00 $13.00 $6,500.00 $13.00 $6,500.00 $15.00 $7,500.00 $19.50 $3,900.00 $27.00 $5,400.00 $30.00 $7,500.00 $20.00 $5,000.00 $16.50 $1,650.00 $30.00 $3,000.00 $17.00 $1,700.00 $32.00 $3,200.00 $4.00 $40,000.00 $6.00 $60,000.00 $1.75 $17,500.00 $5.50 $55,000.00 $1.00 $5,000.00 $8.00 $40,000.00 $7.00 $7,000.00 $3.00 $3,000.00 $5.50 $4,400.00 $30.00 $24,000.00 MCCURDY-WALDEN, INC (ALTERNATE #1) REGISTER ROOFING & SHEET METAL, INC. Page 2 of 6 ITB-019-22/JR ROOFING REPAIRS Date Opened: 01/13/2022 BID TABULATION Item Description Qty Unit Price Extension Price Extension ADVANCED ROOFING, INC. (PRIMARY) BBG CONTRACTING GROUP, INC. (ALTERNATE #2) 20 Remove and replace existing VTR lead boot and related roof flashing on shingle roof system 25 each $75.00 $1,875.00 $125.00 $3,125.00 21 Remove and replace off ridge vent. Assume 6' Aluminium vent 25 each $210.00 $5,250.00 $150.00 $3,750.00 22 Remove and replace roll coil ridge vent. Ridge cap to be included 100 per lf $6.10 $610.00 $5.50 $550.00 23 Repair existing single-ply roof membrane, curbs and flashings with like manufacturers material. Install to manufacturers specifications. Include all materials and fasteners 8,000 sq ft $2.15 $17,200.00 $4.95 $39,600.00 24 Remove and replace existing rigid insulation to same thickness. Include all materials and fasteners. 3,500 per Bf $1.25 $4,375.00 $4.00 $14,000.00 25 Provide and install elastomeric waterproofing with polyester mesh per manufacturers specs 2,500 sq ft $5.70 $14,250.00 $4.50 $11,250.00 26 Provide and install Polyurethane waterproofing with polyester mesh (prefered) per manufacturers specs 2,500 sq ft $6.35 $15,875.00 $8.50 $21,250.00 27 Provide and install Siplast ParaPro system with fabric per manufacturers specs 2,500 sq ft $10.50 $26,250.00 $12.50 $31,250.00 28 Remove and replace existing metal counter flashing and reglet. Install per SMACNA figure 4-3b, 5th edition to match existing color. Assume 6"depth of metal 500 per lf $7.50 $3,750.00 $7.75 $3,875.00 29 Remove and replace existing metal coping system at parapet wall to match existing profile and color. (12" average width w/6" face) 500 per lf $18.00 $9,000.00 $12.50 $6,250.00 30 Remove damaged or deteriorated metal fascia (10" average face) and replace with new to match existing profile and color. Include all cleats and fasteners. 1,000 per lf $13.00 $13,000.00 $8.75 $8,750.00 31 Remove and replace existing metal scupper. (Minimum .040 aluminum ) Assume 6"x12" through 12" wall 25 Each $225.00 $5,625.00 $175.00 $4,375.00 32 Remove, re-seal wall penetration and reinstall conductor head. 25 Each $185.00 $4,625.00 $150.00 $3,750.00 33 Remove and replace existing metal gutter. Assume 6"x6". All hangers, end caps, drops and expansions to be included. 750 per lf $13.00 $9,750.00 $18.25 $13,687.50 34 Remove and replace metal downspout including brackets and anchors. Assume 4" sq. downspout 500 per lf $7.00 $3,500.00 $12.75 $6,375.00 35 Remove and replace metal downspout including brackets and anchors. Assume 5" sq. and 4"x6" downspouts 500 per lf $8.00 $4,000.00 $12.75 $6,375.00 36 Remove and replace metal downspout including brackets and anchors. Assume 6" sq. downspout 500 per lf $9.00 $4,500.00 $13.75 $6,875.00 37 Install .063 Aluminum downspout cover. Assume 5' high to cover existing downspout size. Fasteners included 100 Each $90.00 $9,000.00 $112.50 $11,250.00 38 Tuck point existing brick wall. Assume 3/8" mortar joint cut 1/2" deep w/color to match existing mortar 2,000 per lf $4.25 $8,500.00 $4.50 $9,000.00 39 Wash, clean and seal walls with clear sealant. All materials and equipment to be included 1,000 sq ft $4.50 $4,500.00 $2.75 $2,750.00 40 Remove existing deteriorated plywood decking up to 5/8 CDX plywood and old fasteners and replace with new. All fasteners included. (Nailed to current code) 250 sq ft $2.80 $700.00 $2.50 $625.00 41 Remove existing deteriorated plywood decking and old fasteners and replace with new 3/4 CDX decking. All fasteners included (Nailed to current code) 250 sq ft $3.10 $775.00 $3.00 $750.00 42 Remove existing 2x4 deteriorated wood nailers and replace with new pressure treated 2x4 wood nailers adequatley anchored in place to match existing condition 1,200 per bf $1.50 $1,800.00 $5.00 $6,000.00 43 Remove existing deteriorated "finished" wood (fascia, trims, etc.) and replace with new pressure treated solid wood. Assume 1x8 fascia with 1x2 trim. Secure with galvanized finish nails. Provide one prime coat and two finish coats of paint or stain to match 1,500 per lf $8.75 $13,125.00 $7.75 $11,625.00 44 Completely remove existing sealant (caulking) and replace with new sealant appropriate for condition used. Assume 1/2 joint or less. All materials to be included 10,000 per lf $2.00 $20,000.00 $2.50 $25,000.00 45 Completely remove existing sealant (caulking) and replace with new sealant appropriate for condition used. Greater than 1/2 joint to max of 1". All materials to be included 10,000 per lf $2.50 $25,000.00 $4.25 $42,500.00 Page 3 of 6 ITB-019-22/JR ROOFING REPAIRS Date Opened: 01/13/2022 BID TABULATION Item Description Qty Unit For purposes of evaluation, ths form will be interpreted as follows:20 Remove and replace existing VTR lead boot and related roof flashing on shingle roof system 25 each 21 Remove and replace off ridge vent. Assume 6' Aluminium vent 25 each 22 Remove and replace roll coil ridge vent. Ridge cap to be included 100 per lf 23 Repair existing single-ply roof membrane, curbs and flashings with like manufacturers material. Install to manufacturers specifications. Include all materials and fasteners 8,000 sq ft 24 Remove and replace existing rigid insulation to same thickness. Include all materials and fasteners. 3,500 per Bf 25 Provide and install elastomeric waterproofing with polyester mesh per manufacturers specs 2,500 sq ft 26 Provide and install Polyurethane waterproofing with polyester mesh (prefered) per manufacturers specs 2,500 sq ft 27 Provide and install Siplast ParaPro system with fabric per manufacturers specs 2,500 sq ft 28 Remove and replace existing metal counter flashing and reglet. Install per SMACNA figure 4-3b, 5th edition to match existing color. Assume 6"depth of metal 500 per lf 29 Remove and replace existing metal coping system at parapet wall to match existing profile and color. (12" average width w/6" face) 500 per lf 30 Remove damaged or deteriorated metal fascia (10" average face) and replace with new to match existing profile and color. Include all cleats and fasteners. 1,000 per lf 31 Remove and replace existing metal scupper. (Minimum .040 aluminum ) Assume 6"x12" through 12" wall 25 Each 32 Remove, re-seal wall penetration and reinstall conductor head. 25 Each 33 Remove and replace existing metal gutter. Assume 6"x6". All hangers, end caps, drops and expansions to be included. 750 per lf 34 Remove and replace metal downspout including brackets and anchors. Assume 4" sq. downspout 500 per lf 35 Remove and replace metal downspout including brackets and anchors. Assume 5" sq. and 4"x6" downspouts 500 per lf 36 Remove and replace metal downspout including brackets and anchors. Assume 6" sq. downspout 500 per lf 37 Install .063 Aluminum downspout cover. Assume 5' high to cover existing downspout size. Fasteners included 100 Each 38 Tuck point existing brick wall. Assume 3/8" mortar joint cut 1/2" deep w/color to match existing mortar 2,000 per lf 39 Wash, clean and seal walls with clear sealant. All materials and equipment to be included 1,000 sq ft 40 Remove existing deteriorated plywood decking up to 5/8 CDX plywood and old fasteners and replace with new. All fasteners included. (Nailed to current code) 250 sq ft 41 Remove existing deteriorated plywood decking and old fasteners and replace with new 3/4 CDX decking. All fasteners included (Nailed to current code) 250 sq ft 42 Remove existing 2x4 deteriorated wood nailers and replace with new pressure treated 2x4 wood nailers adequatley anchored in place to match existing condition 1,200 per bf 43 Remove existing deteriorated "finished" wood (fascia, trims, etc.) and replace with new pressure treated solid wood. Assume 1x8 fascia with 1x2 trim. Secure with galvanized finish nails. Provide one prime coat and two finish coats of paint or stain to match 1,500 per lf 44 Completely remove existing sealant (caulking) and replace with new sealant appropriate for condition used. Assume 1/2 joint or less. All materials to be included 10,000 per lf 45 Completely remove existing sealant (caulking) and replace with new sealant appropriate for condition used. Greater than 1/2 joint to max of 1". All materials to be included 10,000 per lf Price Extension Price Extension MCCURDY-WALDEN, INC (ALTERNATE #1) REGISTER ROOFING & SHEET METAL, INC. $97.50 $2,437.50 $75.00 $1,875.00 $280.50 $7,012.50 $140.00 $3,500.00 $5.40 $540.00 $20.00 $2,000.00 $0.90 $7,200.00 $4.00 $32,000.00 $1.15 $4,025.00 $2.10 $7,350.00 $4.20 $10,500.00 $4.00 $10,000.00 $6.75 $16,875.00 $5.00 $12,500.00 $20.25 $50,625.00 $25.00 $62,500.00 $8.90 $4,450.00 $11.00 $5,500.00 $10.00 $5,000.00 $18.00 $9,000.00 $8.00 $8,000.00 $14.00 $14,000.00 $10.00 $250.00 $225.00 $5,625.00 $250.00 $6,250.00 $100.00 $2,500.00 $17.90 $13,425.00 $20.00 $15,000.00 $12.40 $6,200.00 $18.00 $9,000.00 $15.25 $7,625.00 $20.00 $10,000.00 $15.25 $7,625.00 $22.00 $11,000.00 $92.60 $9,260.00 $100.00 $10,000.00 $7.00 $14,000.00 $6.00 $12,000.00 $1.20 $1,200.00 $5.00 $5,000.00 $3.30 $825.00 $4.00 $1,000.00 $3.80 $950.00 $4.50 $1,125.00 $2.20 $2,640.00 $5.50 $6,600.00 $10.20 $15,300.00 $10.00 $15,000.00 $2.80 $28,000.00 $3.00 $30,000.00 $3.50 $35,000.00 $3.50 $35,000.00 Page 4 of 6 ITB-019-22/JR ROOFING REPAIRS Date Opened: 01/13/2022 BID TABULATION Item Description Qty Unit Price Extension Price Extension ADVANCED ROOFING, INC. (PRIMARY) BBG CONTRACTING GROUP, INC. (ALTERNATE #2) 46 Remove and replace VTR boot on SSMR. Match existing size and bring back to water tight condition. All materials and fasteners to be included 25 Each $125.00 $3,125.00 $125.00 $3,125.00 47 Install new .050 aluminium splash pan 25 Each $185.00 $4,625.00 $75.00 $1,875.00 48 Locate leaks. Provide a minimum of one man on the roof and one man inside, with two way communication 350 Each $100.00 $35,000.00 $90.00 $31,500.00 49 Perform water test. Provide sufficient water hose and pressure to determine the location of the leak. Provide a minimum of one man on the roof and one man inside, with two way communication 350 Per Hour $130.00 $45,500.00 $90.00 $31,500.00 50 Pressure wash existing roof system 3 twelve and under. All materials and equpment to be included 10,000 sq ft $0.45 $4,500.00 $0.75 $7,500.00 51 Pressure wash existing roof system greater than 3 twelve. All materials and equpment to be included 10,000 sq ft $0.50 $5,000.00 $1.00 $10,000.00 52 Change ceiling tile. Assume 2'x2'. 16 Each $28.00 $448.00 $90.00 $1,440.00 53 Change ceiling tile. Assume 2'x2' recess. 16 Each $32.00 $512.00 $90.00 $1,440.00 54 Change ceiling tile. Assume 2'x4' 16 Each $44.00 $704.00 $110.00 $1,760.00 55 Emergency repair: Provide a total cost of minimum two man crew to perform emergency roof repairs. Cost should include overhead and profit 250 Per Hour $140.00 $35,000.00 $125.00 $31,250.00 56 Unidentified task: Provide a total cost per hour to include cost of minimum two man crew to perform related roof repair tasks not identified on the schedule above. Cost Should include overhead and profit 300 Per Hour $135.00 $40,500.00 $125.00 $37,500.00 57 Mobilization: In addition to the above unit cost, provide a separate unit cost that will be added to the cost for providing any one of/or a combination of several of the above tasks for mobilization and set-up a job site. (This is a one time charge per dispatch. Additional charges must be approved by DCPS roofing coordinator) 300 Per Dispatch $100.00 $30,000.00 $175.00 $52,500.00 TOTAL BID PRICE 1-57 $757,974.00 $861,452.50 Page 5 of 6 ITB-019-22/JR ROOFING REPAIRS Date Opened: 01/13/2022 BID TABULATION Item Description Qty Unit For purposes of evaluation, ths form will be interpreted as follows: 46 Remove and replace VTR boot on SSMR. Match existing size and bring back to water tight condition. All materials and fasteners to be included 25 Each 47 Install new .050 aluminium splash pan 25 Each 48 Locate leaks. Provide a minimum of one man on the roof and one man inside, with two way communication 350 Each 49 Perform water test. Provide sufficient water hose and pressure to determine the location of the leak. Provide a minimum of one man on the roof and one man inside, with two way communication 350 Per Hour 50 Pressure wash existing roof system 3 twelve and under. All materials and equpment to be included 10,000 sq ft 51 Pressure wash existing roof system greater than 3 twelve. All materials and equpment to be included 10,000 sq ft 52 Change ceiling tile. Assume 2'x2'. 16 Each 53 Change ceiling tile. Assume 2'x2' recess. 16 Each 54 Change ceiling tile. Assume 2'x4' 16 Each 55 Emergency repair: Provide a total cost of minimum two man crew to perform emergency roof repairs. Cost should include overhead and profit 250 Per Hour 56 Unidentified task: Provide a total cost per hour to include cost of minimum two man crew to perform related roof repair tasks not identified on the schedule above. Cost Should include overhead and profit 300 Per Hour 57 Mobilization: In addition to the above unit cost, provide a separate unit cost that will be added to the cost for providing any one of/or a combination of several of the above tasks for mobilization and set-up a job site. (This is a one time charge per dispatch. Additional charges must be approved by DCPS roofing coordinator) 300 Per Dispatch TOTAL BID PRICE 1-57 Price Extension Price Extension MCCURDY-WALDEN, INC (ALTERNATE #1) REGISTER ROOFING & SHEET METAL, INC. $50.00 $1,250.00 $200.00 $5,000.00 $100.00 $2,500.00 $160.00 $4,000.00 $125.00 $43,750.00 $90.00 $31,500.00 $75.00 $26,250.00 $140.00 $49,000.00 $0.30 $3,000.00 $1.25 $12,500.00 $0.40 $4,000.00 $1.50 $15,000.00 $75.00 $1,200.00 $25.00 $400.00 $80.00 $1,280.00 $30.00 $480.00 $90.00 $1,440.00 $35.00 $560.00 $60.00 $15,000.00 $140.00 $35,000.00 $120.00 $36,000.00 $140.00 $42,000.00 $275.00 $82,500.00 $125.00 $37,500.00 $758,435.00 $1,023,615.00 Prepared by: James Robinson Verified by: Debowrah Stevens Date: Award = 01/19/2022 Page 6 of 6 Addendum No. 1 ITB-019-22/JR ADDENDUM NO. 1 Information Only www.duvalschools.org/purchasing Issue Date: January 5, 2022 Phone: 904-858-4837 Buyer: James Robinson Bid Number: ITB-019-22/JR Bid Title: Roofing Repair Term of Bid: From Date of Award through June 30, 2023. Opening: Thursday January 13, 2022 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. Purpose: To answer questions in accordance with SC# 6 and to revise the Bid Proposal Form. Question: In regards to Paragraph A on page 21 discussing certifications and references Paragraph 14 at the bottom of page 11 and top of page 12. Would you please explain exactly what you are looking for from the installers standpoint and what the letter should say? Answer: See Special Condition #14. First requirement is the contractor must be a State of Florida Certified Roofing Contractor and be prequalified to be a Certified Roofing contractor to do work for Duval County Public Schools prior to bidding. We also require certification letters from Siplast, Manville and Soprema for install warranties and maintain manufacturer warranties when repaired. The Contractor needs to work with the manufacturers and their requirements to obtain the proper certification from these manufacturers to install and maintain their specific products. For repair warranty, see General Conditions #10 and Special Condition #15. Question: For Item #6: Are we to assume all existing components are to be reused? i.e. clamping rings and bolts. Answer: It is to be remove and replace all components associated with the roof drain. Question: For Item #23: Can you specify single-ply material type: EPDM / TPO / PVC? Answer: This will need to be an average price encompassing all 3 materials listed. eile re http://www.duvalschools.org/dcps http://www.duvalschools.org/purchasing Question: For Item #24: Can you specify rigid insulation type as square foot pricing will differ greatly between perlite / polyisocyanurate or even Lightweight concrete fill? Answer: Assume polyisocyanurate Question: For Item #32: Vague. What type of penetration and how large? Answer: Assume 6x6 scupper. Seal open wall around the exterior of the scupper where it passes through the wall. Reinstall conductor head. Question: For Item #47: Can you provide dimensions? Answer: See attachment #1 Question: We are not sure how we obtain a certification letter to prove we are pre-qualified by DCPS as a Roofing Contractor. Answer: Go to https://dcps.duvalschools.org/Page/17511 for the information on how to become a prequalified roofing/contractor with Duval County Public Schools. Question: I am also not sure how to obtain certification letters from Siplast, Soprema, and Johns-Manville. Answer: Contact each manufacturer to complete their process and requirements for certification. Note: Please use the revised Bid Proposal Form. https://dcps.duvalschools.org/Page/17511 BID PROPOSAL FORM Name of Bidder: ___________________________ ITB-019-22/JR Page 1 of 5 For purposes of evaluation, this form will be interpreted as follows: Unit price: Unit price should be numeric. Unit prices left blank will be deemed no bid, and a unit price of $0 will be deemed included at no charge. Item Bid: All items shall be in accordance with attached specification. All metal flashing and accessories will be .040 aluminum, gutter and downspouts shall be .040 aluminum. Award: Total low bid basis. Vendor must bid all items 1 through 57. Failure to respond as requested may result in rejection of item(s) as non-responsive. Item Est. Qty. Unit Description Unit Price Total 1 10,000 Sq. Ft. Install new siplast modified cap sheet set in cold adhesive over existing modified roof system. Include preparing roof by cleaning, removing loose granules. Blister repair, gravel stop tie in and curb reflashing are separate line items $__________ Per Sq. Ft. $_________ 2 4,000 Sq. Ft. Remove and replace existing 3 ply modified bitumen system. Assume siplast 20-30 system as standard. Field of roof only $__________ Per Sq. Ft. $_________ 3 4,000 Lf. Remove existing gravel stop on modified bitumen system, replace with new, complete and stripped in (per manufacturer spec). Include new cleat. Assume 6" face $__________ Per Lf $_________ 4 4,000 Lf. Remove old modified bitumen roofing at metal gravel stop. Install new 2 ply modified bitumen edge flashing at gravel stop. (12" strip in typical) Modified caulk to be included $__________ Per Lf $_________ 5 25 Remove and replace existing VTR lead boot on modified bitumen roof system. Per manufacturers details $__________ Per Each $_________ 6 10 Remove and reinstall existing roof drain with new lead flashing and related roof membrane flashing $__________ Per Each $_________ 7 50 Remove existing metal pitch pocket or Chem Curb system and return roof to water tight condition. (6" diameter average size) $__________ Per Each $_________ 8 50 Cut out and repair blister in modified bitumen system. Return to water tight condition. Assume 3'x3' Patch $__________ Per Sq. Ft. $_________ 9 500 Remove and replace base flashing at walls, around equipment and skylight curbs. Assume SBS grannulated modified bitumen 24" high $__________ Per Sq. Ft. $_________ 10 500 Remove and replace base flashing at walls, around equipment and skylight curbs. Assume foil faced modified bitumen 24" high $__________ Per Sq. Ft. $_________ BID PROPOSAL FORM Name of Bidder: ___________________________ ITB-019-22/JR Page 2 of 5 Item Est. Qty. Unit Description Unit Price Total 11 200 Remove and replace existing bellow type expansion joint cover with aluminum flanges. Assume continuous bellow type expansion joint. Modified bitumen strip in is a separate item. $__________ Per Lf $_________ 12 250 Remove old expansion joint splice kit and install new to match existing $__________ Per Each $_________ 13 100 Patch modified bitumen roof system. Assume 3'x3' patch $__________ Per Sq. Ft. $_________ 14 100 Patch foil faced modified bitumen roof system. Assume 3'x3' patch $__________ Per Sq. Ft. $_________ 15 10,000 Remove existing shingle system and replace with 30-year gaurantee Archictectual fiberglass shingles (include ice & water shield and all fasteners) $__________ Per Sq. Ft. $_________ 16 10,000 Remove existing shingle system and replace with 25-year gaurantee 3 tab fiberglass shingles (include ice & water shield and all fasteners) $__________ Per Sq. Ft. $_________ 17 5,000 Remove existing shingle system and replace with 20 yr. 3 ply modified bitumen system. Assume siplast 20-30 system $__________ Per Sq. Ft. $_________ 18 1,000 Remove and replace existing metal eave drip. Assume 3" face $__________ Per Lf $_________ 19 800 Remove and replace shingle valley. Provide 36" wide ice and water underlayment, 16" Alum. valley metal w/12" I&w strip-in of metal. Shingle replacement will be a separate line item. $__________ Per Lf $_________ 20 25 Remove and replace existing VTR lead boot and related roof flashing on shingle roof system $__________ Per Each $_________ 21 25 Remove and replace off ridge vent. Assume 6' Aluminium vent $__________ Per Each $_________ 22 100 Remove and replace roll coil ridge vent. Ridge cap to be included $__________ Per Lf $_________ 23 8,000 Repair existing single-ply roof membrane, curbs and flashings with like manufacturers material. Install to manufacturers specifications. Include all materials and fasteners $__________ Per Sq. Ft. $_________ BID PROPOSAL FORM Name of Bidder: ___________________________ ITB-019-22/JR Page 3 of 5 Item Est. Qty. Unit Description Unit Price Total 24 3,500 Remove and replace existing rigid insulation to same thickness. Include all materials and fasteners. $__________ Per Bf $_________ 25 2,500 Provide and install elastomeric waterproofing with polyester mesh per manufacturers specs $__________ Per Sq. Ft. $_________ 26 2,500 Provide and install Polyurethane waterproofing with polyester mesh (prefered) per manufacturers specs $__________ Per Sq. Ft. $_________ 27 2,500 Provide and install Siplast ParaPro system with fabric per manufacturers specs $__________ Per Sq. Ft. $_________ 28 500 Remove and replace existing metal counter flashing and reglet. Install per SMACNA figure 4-3b, 5th edition to match existing color. Assume 6"depth of metal $__________ Per Lf $_________ 29 500 Remove and replace existing metal coping system at parapet wall to match existing profile and color. (12" average width w/6" face) $__________ Per Lf $_________ 30 1,000 Remove damaged or deteriorated metal fascia (10" average face) and replace with new to match existing profile and color. Include all cleats and fasteners. $__________ Per Lf $_________ 31 25 Remove and replace existing metal scupper. (Minimum .040 aluminum ) Assume 6"x12" through 12" wall $__________ Per Each $_________ 32 25 Remove, re-seal wall penetration and reinstall conductor head. $__________ Per Each $_________ 33 750 Remove and replace existing metal gutter. Assume 6"x6". All hangers, end caps, drops and expansions to be included. $__________ Per Lf $_________ 34 500 Remove and replace metal downspout including brackets and anchors. Assume 4" sq. downspout $__________ Per Lf $_________ 35 500 Remove and replace metal downspout including brackets and anchors. Assume 5" sq. and 4"x6" downspouts $__________ Per Lf $_________ 36 500 Remove and replace metal downspout including brackets and anchors. Assume 6" sq. downspout $__________ Per Lf $_________ BID PROPOSAL FORM Name of Bidder: ___________________________ ITB-019-22/JR Page 4 of 5 Item Est. Qty. Unit Description Unit Price Total 37 100 Install .063 Aluminum downspout cover. Assume 5' high to cover existing downspout size. Fasteners included $__________ Per Each $_________ 38 2,000 Tuck point existing brick wall. Assume 3/8" mortar joint cut 1/2" deep w/color to match existing mortar $__________ Per Lf $_________ 39 1,000 Wash, clean and seal walls with clear sealant. All materials and equipment to be included $__________ Per Sq. Ft. $_________ 40 250 Remove existing deteriorated plywood decking up to 5/8 CDX plywood and old fasteners and replace with new. All fasteners included. (Nailed to current code) $__________ Per Sq. Ft. $_________ 41 250 Remove existing deteriorated plywood decking and old fasteners and replace with new 3/4 CDX decking. All fasteners included (Nailed to current code) $__________ Per Sq. Ft. $_________ 42 1,200 Remove existing 2x4 deteriorated wood nailers and replace with new pressure treated 2x4 wood nailers adequatley anchored in place to match existing condition $__________ Per Bf $_________ 43 1,500 Remove existing deteriorated "finished" wood (fascia, trims, etc.) and replace with new pressure treated solid wood. Assume 1x8 fascia with 1x2 trim. Secure with galvanized finish nails. Provide one prime coat and two finish coats of paint or stain to match $__________ Per Lf $_________ 44 10,000 Completely remove existing sealant (caulking) and replace with new sealant appropriate for condition used. Assume 1/2 joint or less. All materials to be included $__________ Per Lf $_________ 45 10,000 Completely remove existing sealant (caulking) and replace with new sealant appropriate for condition used. Greater than 1/2 joint to max of 1". All materials to be included $__________ Per Lf $_________ 46 25 Remove and replace VTR boot on SSMR. Match existing size and bring back to water tight condition. All materials and fasteners to be included $__________ Per Each $_________ 47 25 Install new .050 aluminium splash pan $__________ Per Each $_________ 48 350 Locate leaks. Provide a minimum of one man on the roof and one man inside, with two way communication $__________ Per Each $_________ 49 350 Perform water test. Provide sufficient water hose and pressure to determine the location of the leak. Provide a minimum of one man on the roof and one man inside, with two way communication $__________ Per Hour $_________ 50 10,000 Pressure wash existing roof system 3 twelve and under. All materials and equpment to be included $__________ Per Sq. Ft. $_________ BID PROPOSAL FORM Name of Bidder: ___________________________ ITB-019-22/JR Page 5 of 5 Item Est. Qty. Unit Description Unit Price Total 51 10,000 Pressure wash existing roof system greater than 3 twelve. All materials and equpment to be included $__________ Per Sq. Ft. $_________ 52 16 Change ceiling tile. Assume 2'x2'. $__________ Per Each $_________ 53 16 Change ceiling tile. Assume 2'x2' recess. $__________ Per Each $_________ 54 16 Change ceiling tile. Assume 2'x4' $__________ Per Each $_________ 55 250 Emergency repair: Provide a total cost of minimum two man crew to perform emergency roof repairs. Cost should include overhead and profit $__________ Per Hour $_________ 56 300 Unidentified task: Provide a total cost per hour to include cost of minimum two man crew to perform related roof repair tasks not identified on the schedule above. Cost Should include overhead and profit $__________ Per Hour $_________ 57 300 Mobilization: In addition to the above unit cost, provide a separate unit cost that will be added to the cost for providing any one of/or a combination of several of the above tasks for mobilization and set-up a job site. (This is a one time charge per dispatch. Additional charges must be approved by DCPS roofing coordinator) $__________ Per Dispatch $_________ TOTAL BID PRICE 1-57 $_____________ Fa tt H Hu i i Ere yed te ee He RTE INVITATION TO BID www.duvalschools.org/purchasing December 17, 2021 Buyer: James Robinson Phone: 904-858-4837 Bid Number: ITB-019-22/JR Bid Title: Roofing Repair Term of Bid: From Date of Award through June 30, 2023. Opening: Thursday January 13, 2022 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: (See Special Condition # 14) BIDDER ACKNOWLEDGEMENT This form must be completed, returned, and include an original signature for bid to be considered. By signing below, I attest that I have acquainted myself with the general conditions, special conditions and specifications of this bid, and agree to comply with them all. I certify that I am authorized to obligate on behalf of the bidder and that the address shown on this form is the 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 Firm: Mailing Address: City, State, Zip Code: Telephone: Toll Free: Fax: Email Address: Internet URL: Federal ID # or SS #: Duns #: If you are a certified minority, state certifying agency: Payments will be made in accordance with Florida Statute 218. Form of Payment accepted: Credit Card _____ or ACH _____ (see Special Condition #29) Initial Initial Delivery can be made within calendar days after receipt of order. Addenda through received. (if applicable) Original Signature of Authorized Representative: Required Printed/Typed Name of Authorized Representative: Title: Date: eile re http://www.duvalschools.org/dcps http://www.duvalschools.org/purchasing OPINION OF OUT-OF-STATE BIDDERS ATTORNEY ON BIDDING PREFERENCES (To be completed by the Attorney for any Bidder who is Out-of-State as indicated on the Bidder Acknowledgement Form. Failure of an Out-of-State Bidder to submit this form will render their bid non-responsive.) NOTICE: Section 287.084(2), Fla. Stat., provides that a vendor whose principal place of business is outside this state must accompany any written bid, proposal, or reply documents with a written opinion of an attorney at law licensed to practice law in that foreign state, as to the preferences, if any or none, granted by the law of that state [or political subdivision thereof] to its own business entities whose principal places of business are in that foreign state in the letting of any or all public contracts. See below and see also s. 287.084(1), Fla. Stat. LEGAL OPINION ABOUT STATE BIDDING PREFERENCES (Please Select One) ______ The bidders principal place of business is in the State of ________________ and it is my legal opinion that the laws of that state do not grant a preference in the letting of any or all public contracts to business entities whose principal places of business are in that state. ______ The bidders principal place of business is in the State of ________________ and it is my legal opinion that the laws of that state grant the following preference(s) in the letting of any or all public contracts to business entities whose principal places of business are in that state: [Please describe applicable preference(s) and identify applicable state law(s)]: ____________________________________________________________________________________ ________________________________________________________________________________________ ________________________________________________________________________________________ LEGAL OPINION ABOUT POLITICAL SUBDIVISION BIDDING PREFERENCES (Please Select One) ______ The bidders principal place of business is in the political subdivision of ________________ and it is my legal opinion that the laws of that political subdivision do not grant a preference in the letting of any or all public contracts to business entities whose principal places of business are in that political subdivision. ______ The bidders principal place of business is in the political subdivision of ________________ and the laws of that political subdivision grant the following preference(s) in the letting of any or all public contracts to business entities whose principal places of business are in that political subdivision: [Please describe applicable preference(s) and identify applicable authority granting the preference(s)]: ________________________________________________________________________________________ Signature of out-of-state bidders attorney: ______________________________________________ Printed name of out-of-state bidders attorney: _____________________________________________ Address of out-of-state bidders attorney: ________________________________________________ Telephone Number of out-of-state bidders attorney: (_____) _____ - _________ Email address of out-of-state bidders attorney: _______________________________________________ Attorneys states of bar admission: ________________________________________________________ IMPORTANT: Include with your bid the written legal opinion of the attorney licensed to practice law in the out-of-state jurisdiction, as required by s. 287.084(2), Fla. Stat. Such opinion should permit DCPSs reliance on such attorneys opinion for purposes of complying with s. 287.084(2), Fla. Stat. GENERAL CONDITIONS 1. RESERVATIONS: Duval County Public Schools reserves the right to reject any or all bids or any part thereof and/or waive informalities if such action is deemed in the best interest of Duval County Public Schools. Duval County Public Schools reserves the right to cancel any contract, if in its opinion, there be a failure at any time to perform adequately the stipulations of this invitation to bid, and general conditions and specifications which are attached and made part of this bid, or in any case of any attempt to willfully impose upon Duval County Public Schools materials or products or workmanship which is, in the opinion of Duval County Public Schools, of an unacceptable quality. Any action taken in pursuance of this latter stipulation shall not affect or impair any rights or claim of Duval County Public Schools to damages for the breach of any covenants of the contract by the contractor. Duval County Public Schools also reserves the right to reject the bid of any bidder who has previously failed to perform adequately after having once been awarded a prior bid for furnishing materials similar in nature to those materials mentioned in this bid. Should the contractor fail to comply with the conditions of this contract or fail to complete the required work or furnish the required materials within the time stipulated in the contract, Duval County Public Schools reserves the right to purchase in the open market, or to complete the required work, at the expense of the contractor or by recourse to provisions of the faithful performance bond if such bond is required under the conditions of this bid. Should the contractor fail to furnish any item or items, or to complete the required work included in this contract, Duval County Public Schools reserves the right to withdraw such items or required work from the operation of this contract without incurring further liabilities on the part of Duval County Public Schools thereby. SHOULD ANY BIDDER HAVE ANY QUESTIONS AS TO THE INTENT OF MEANING OF ANY PART OF THIS BID HE/SHE SHOULD CONTACT THE BUYER IN TIME TO RECEIVE A WRITTEN REPLY BEFORE SUBMITTING HIS/HER BID. All items furnished must be completely new, and free from defects unless specified otherwise. No others will be accepted under the terms and intent of this bid. 2. QUOTATIONS: No bidder will be allowed to offer more than one price on each item even though he/she may feel that he/she has two or more types or styles that will meet specifications. Bidders must determine for themselves which to offer. IF SAID BIDDER SHOULD SUBMIT MORE THAN ONE PRICE ON ANY ITEM, ALL PRICES FOR THAT ITEM WILL BE REJECTED AT THE DISCRETION OF THE DIRECTOR OF PURCHASING. 3. TAXES: Duval County Public Schools is exempt from the following taxes: (a) State of Florida Sales Tax by Certificate No. 85-8013988912C-0. 4. CARTAGE: No charge will be allowed for cartage or packages unless by special agreement. 5. OR ACCEPTABLE SUBSTITUTION: Even though a particular manufacturers name or brand is specified, bids will be considered on other brands or on the product of other manufacturers. On all such bids the bidder shall indicate clearly the product (brand and model number) on which he/she is bidding, and shall supply a sample or sufficient data in detail to enable an informed comparison to be made with the particular brand or manufacturer specified. All samples shall be submitted in accordance with procedures outlined in paragraph on SAMPLES. Catalog cuts and technical descriptive data shall be attached to the original copy of the bid where applicable. Failure to submit the above information may be sufficient grounds for rejection of bid. 6. DEVIATIONS FROM SPECIFICATIONS: In addition to the requirements of paragraph 5, all deviations from the specifications must be noted in detail by the bidder, in writing, at the time of submittal of the formal bid. The absence of a written list of specification deviations at the time of submittal of the bid will hold the bidder strictly accountable to Duval County Public Schools to the specifications as written. Any deviation from the specifications as written not previously submitted, as required by the above, will be grounds for rejection of the material and or equipment when delivered. 7. DATA REQUIRED TO BE SUBMITTED WITH REFERENCE TO BID: a. Whenever the specifications indicate a product of a particular manufacture, model, or brand in the absence of any statement to the contrary by the bidder, the bid will be interpreted as being for the exact brand, model, or manufacture specified, together with all accessories, qualities, tolerances, composition, etc., enumerated in the detailed specifications. b. If no particular brand, model or make is specified, and if no data is required to be submitted with the bid, the successful contractor, after award and before manufacture or shipment, may be required to submit working drawings or detailed descriptive data sufficient to enable Duval County Public Schools to judge if each requirement of the specifications is being met. 8. SAMPLES: The samples submitted by bidders on items which they have received an award may be retained by Duval County Public Schools until the delivery of contracted items is completed and accepted. Bidders whose samples are retained may remove them after delivery is accepted. Sample on which bidders are unsuccessful must be removed as soon as possible after award has been made on the item or items for which the samples have been submitted. Duval County Public Schools will not be responsible for such samples if not removed by the bidder within 30 days after the award has been made. Duval County Public Schools reserves the right to consume any or all samples for testing purposes. Bidders shall make all arrangements for delivery of samples to place designated as well as the removal of samples. Cost of delivery and removal of samples shall be borne by the bidder. All sample packages shall be marked Sample for Purchasing Services and each sample shall bear the name of the bidder, item number, bid number and shall be carefully tagged or marked in a substantial manner. Failure to the bidder to clearly identify samples as indicated may be considered sufficient reason for rejection of bid. 9. PERFORMANCE BOND: The successful bidder on this bid must furnish a performance bond if indicated on the bid cover, made out to Duval County Public Schools, prepared on an approved form, as security for the faithful performance of his/her contract within ten days of his/her notification that his/her bid has been accepted. The surety thereon must be such surety company or companies as are authorized and licensed to transact business in the State of Florida. Attorneys in fact who sign bid bonds must file with each bond a certified copy of their power of attorney to sign said bonds. The successful bidder or bidders upon failure or refusal to furnish within ten days after his/her notification the required performance bond, shall pay to Duval County Public Schools as liquidated damages for each failure or refusal an amount in cash equal to the security deposited with his/her bid. 10. GUARANTEE: The contractor shall unconditionally guarantee the materials and workmanship on all equipment furnished by him/her for a period of one year from date of acceptance of the items delivered and installed, unless otherwise specified herein. If, within the guarantee period, any defects or signs of deterioration are noted, which, in the opinion of Duval County Public Schools are due to faulty design and installation, workmanship, or materials, upon ratification, the contractor, at his/her expense, shall repair or adjust the equipment or parts to correct the condition, or he/she shall replace the part or entire unit to the complete satisfaction of Duval County Public Schools. These repairs, replacements or adjustments shall be made only at such times as will be designated by Duval County Public Schools as least detrimental to the operation of Duval County Public Schools business. 11. DISCOUNTS: all discounts to be included in bid price. 12. COLLUSION: the bidder, by affixing his/her signature to this proposal, agrees to the following: bidder certifies that this bid is made without any previous understanding, agreement or connection with any person, firm, or corporation making a bid for the same items; and is in all respects fair, without outside control, collusion, fraud or otherwise illegal action. 13. ERRORS IN BIDS: Bidders or their authorized representatives are expected to fully inform themselves as to the conditions, requirements and specifications before submitting bids; failure to do so will be at the bidders own risk and he/she cannot secure relief on the plea of error. Neither law nor regulations make allowance for errors either of omission or commission on the part of bidders. In case of error in extension of prices in the bid, the unit price shall govern. 14. All bid responses are to be submitted in typewritten form or submitted in ink. Responses received in pencil will not be accepted. 15. LOCAL PREFERENCE: When the lowest bid for printing services or for personal property is submitted by a firm whose principal place of business is outside of the State of Florida, a minimum five percent (5%) preference shall be given to bids submitted by firms whose principal place of business is within the State of Florida. If the state or political subdivision within which the out-of-state firm has its principal place of business maintains a local preference, the preference given to bidders from the State of Florida shall be of an equal percentage. Bid No. ITB-019-22/JR CONFLICT OF INTEREST CERTIFICATE Bidder must execute either Section I or Section II hereunder relative to Florida Statute 112.313(12). Failure to execute either section may result in rejection of this bid proposal. SECTION I I hereby certify that no official or employee of Duval County Public Schools requiring the goods or services described in these specifications has a material financial interest in this company. ________________________________ ________________________________ Signature Company Name ________________________________ ________________________________ Name of Official (Type or print) Business Address ________________________________ City, State, Zip Code SECTION II I hereby certify that the following named Duval County Public Schools official(s) and employee(s) having material financial interest(s) (in excess of 5%) in this company have filed Conflict of Interest Statements with the Supervisor of Elections, 105 East Monroe Street, Jacksonville, Duval County, Florida, prior to bid opening. Name Title or Position Date of Filing ___________________________ ______________________ ___________________ ___________________________ ______________________ ___________________ _________________________________ ________________________________ Signature Company Name _________________________________ ________________________________ Print Name of Certifying Official Business Address ________________________________ City, State, Zip Code SUBMISSION OF BIDS Bids must be submitted prior to the time set for opening. Bids are to be delivered to Duval County Public Schools, Purchasing Services, 1701 Prudential Drive, Suite 322, Jacksonville, Florida 32207. Bidders are fully responsible for delivery of bids. Reliance upon mail or public carrier is at the bidders risk. For bids delivered in person, it is the responsibility of the deliverer to obtain a delivery receipt from the Purchasing Services staff person who has received the bid. Late bids are not considered and will be returned unopened. Official time for the purpose of bid opening, will be calibrated using http://www.timeanddate.com/worldclock/results.html?query=jacksonville. ********* NOTE ********* Bid documents shall be submitted in a sealed envelope clearly marked with the bid number as found on the Bidder Acknowledgement page, opening date and time. Failure to do so will result in your bid being returned unopened. Faxed or e-mailed bids will not be accepted. BID OPENING PROCEDURES Bids will be opened publicly in the Conference Room at 2:00 p.m. Prices will be read upon the request of bidder(s) in attendance. Pricing read during bid opening, is for informational purposes only. Prices will be verified during the bid evaluation process. Arrangements may be made to review bid documents at a later date. AWARD RECOMMENDATION AND BID TABULATION For Award Recommendation, refer to Special Condition titled Posting of Bid Recommendation. Bid Tabulation will be posted on the web after contract award has been made. www.duvalschools.org/purchasing or www.demandstar.com Bid results or award recommendations will not be given by telephone. POSTING OF BID TABULATIONS Bid tabulations will be posted at Duval County Public Schools, Purchasing Services Department, 1701 Prudential Drive, Suite 322, Jacksonville, FL 32207. Awarded vendors will receive an official Notification of Award letter after the Board has taken action. http://www.timeanddate.com/worldclock/results.html?query=jacksonville http://www.duvalschools.org/purchasing http://www.demandstar.com/ DRUG FREE WORKPLACE CERTIFICATION I hereby swear or affirm that this company has established a drug-free workplace program by completing the following requirements: 1) Published a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2) Informed employees about the dangers of drug abuse in the workplace, the businesss policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation and employee assistance programs and the penalties that may be imposed upon employees for drug abuse violations. 3) Given each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4) In the statement specified in subsection (1), notified the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5) Imposed a sanction on, or required the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employees community, by any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. I understand that false certification of a drug-free workplace is a violation of Florida Statutes 287.087. _________________________________________ VENDORS SIGNATURE/DATE _________________________________________ COMPANY NAME Lower Tier Debarment Certification (Computer generated facsimile, Version 2, 6/98 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION LOWER TIER COVERED TRANSACTIONS INSTRUCTIONS FOR CERTIFICATION 1. By signing and submitting this proposal, the prospective lower tier participant is providing the certification set out below. 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 3. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or had become erroneous by reason of changed circumstances. 4. The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction, participant, person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the meaning set out in the Definitions and Coverage sections of the rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. 5. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transactions with a person who is proposed for debarment under 48 CFR part 9, subpart 9.4, debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. 6. The prospective lower tier participant further agrees by submitting this proposal that it will include the clause titled Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion Lower Tier Covered Transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not proposed for debarment under 48 CFR part 9, subpart 9.4, debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the List of Parties Excluded from Federal Procurement and Nonprocurement Programs. 8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is proposed for debarment under 48 CFR part 9, subpart 9.4, suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. CERTIFICATION (1) The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. ITB-019-22/JR Organization Name PR/Award or Project Name Name Title Signature Date AUTHORITY TO RESOLVE PROTESTED SOLICITATIONS AND AWARDS 1) Any actual or prospective bidder, proposer or contractor who is aggrieved in connection with the solicitation or award of a contract may file a protest and shall deliver its written notice of protest to the Assistant Superintendent of Operations or designee (hereinafter Hearing Officer) immediately, but no later than two (2) working days after bid opening or after recommendation of award, if not to the apparent low bidder, or as set forth in paragraph 9 infra, which will initiate the 48-hour notice requirement. The written protest with documentation shall be delivered to the Hearing Officer no later than 2 p.m. on the 4th calendar day immediately following the bid opening or receipt of notice of intent to award recommendation as is appropriate. If that day is a School Board non-workday, the protest shall be delivered no later than 9 a.m. the next Duval County School Board (DCSB) work day. Protests shall be presented with specificity, and every issue shall be fully documented. 2) The legal basis for any relief sought must be clearly identified and explained in the written notice of protest. 3) The Hearing Officer shall call a meeting and hear all protests and receive all evidence within a reasonable time. This does not preclude the Hearing Officer from calling a special meeting or granting a continuance under extraordinary circumstances. 4) All bidders or offerors shall receive notice of any protest hearing and a copy of the protest document. Attachments shall be available upon request. 5) The Florida Rules of Civil Procedure may be relaxed at the sole discretion of the Hearing Officer presiding at any protest hearing. 6) The Hearing Officer shall issue his/her decision within five (5) working days of the completion of the protest hearing. 7) The Hearing Officers decision shall result in a final order which may include findings and conclusions. The decision of the Hearing Officer shall be final. 8) The DCSB does not encourage the use of faxes to accomplish delivery of the notice of protest and the protest itself. Any bidder or offeror utilizing delivery by fax shall assume the risk associated with incomplete delivery or nonreceipt. 9) Any protest specification objection shall be generally treated as set forth in paragraph 1 supra. The operative date for the notice requirement shall be the date the specifications were obtained by the prospective bidder or offeror but no later than 10 days prior to the date of bid opening or proposal due date. BID NO. ITB-019-22/JR Roofing Repairs Opening Date: January 13th, 2022 NO-BID FORM If your firm cannot submit a bid at this time, please provide the information requested in the space provided below and return it to (or fax it to 904-858-4868): Duval County Public Schools Purchasing Services 1701 Prudential Drive, Suite 322 Jacksonville, Florida 32207 We are unable to submit a bid at this time due to the following reason(s): Name of Firm: Signature and Title: Street Address or P.O. Box: City, State, Zip Code: RETURN THIS FORM ONLY. DO NOT RETURN BID PACKAGE. Bid No. ITB-019-22/JR SC 1 of 11 SPECIAL CONDITIONS 1. PURPOSE: Purpose of this bid is to establish firm prices and a source of supply for the repair and maintenance of school roofs and exterior waterproofing and associated services to be purchased by Duval County Public Schools (DCPS) for two (2) years, beginning from the date of award through June 30, 2023. 2. RENEWAL: No renewals available. 3. AWARD: Award will be all or none to the lowest responsive responsible bidder as the primary awardee. The District may choose to award to the next two lowest responsive, responsible bidder as alternate awardees, in the event the primary awardee is unable to provide the services or in the event of an emergency situation. All items 1 through 57 must be bid or vendor will be considered non-responsive for the entire bid. For purposes of evaluation, this form will be interpreted as follows: Unit price: Unit price should be numeric. Unit prices left blank will be deemed no bid, and a unit price of $0 will be deemed included at no charge. Item Bid: All items shall be in accordance with attached specification. All metal flashing and accessories will be .040 aluminum, gutter and downspouts shall be .040 aluminum. Failure to respond as requested may result in rejection of item(s) as non-responsive. 4. BID EVALUATION PROCESS: Bids are initially reviewed for determination of compliance with submittal requirements as found in the bid instructions. Those bids that are non-compliant are removed from consideration and are not included on the bid tabulation. Examples of non-compliant bids are: bids that do not bear the signature of an individual authorized to obligate on behalf of the company; bids submitted with line items corrected by the use of correction fluid (only the corrected items are considered non-compliant); bids submitted with line items that are correct but not initialed by the originator (only the corrected items are considered non-compliant); any bid submitted that contains a material deviation from the bid submittal instructions. Tabulated bids are then evaluated on the basis of price. The lowest price bid will be evaluated to determine responsiveness. If the bid is responsive, it will be recommended for award. If the bid is not responsive, it will not be recommended for award and the next lowest price bid will be evaluated to determine responsiveness. This process will continue in succession until the lowest responsive bid is evaluated and is recommended for award. If the bid contains multiple items that are to be awarded independently, this process is completed for each item in the bid. Tie bids are decided by tie breaking procedures outlined in purchasing policy. PURCHASES: Award does not constitute an order. Before any shipments or services can be made, the vendor must receive a School District Purchase Order, an internal accounts Purchase Order or a Procurement Card Authorization. 5. POSTING OF BID RECOMMENDATION: Recommendation for Award will be posted in Purchasing Services on or about January 21st 2022, and will remain posted for 72 consecutive hours. For exact date and time, please contact the buyer named in Special Condition #6. 6. QUESTIONS: Any questions and/or request for additional information should be directed to James Robinson, in Purchasing Services, via email at robinsonj12@duvalschools.org placing this bid number (ITB-019-22/JR) in the subject header. Deadline for questions shall be 2:00 p.m. EST on January 3rd, 2022. Questions received after this date will not be answered. Interpretations or clarifications in response to such questions will be issued in the form of written addenda to all parties recorded by Purchasing Services as having received the Bid Documents. No verbal or written information obtained other than by information in this document or by written addendum to this bid will be binding on the District. Bid No. ITB-019-22/JR SC 2 of 11 7. LINE ITEM BIDS AND CORRECTIONS: All prices submitted on the Bid Proposal Form shall be originals, in either indelible ink or type written. The use of correction fluid or erasures to correct line item bid prices and/or quantities are not acceptable. Corrections must be by lineout of the incorrect figures, writing in of correct figures, and initialing of the corrections by the originator. Correction fluid or erasure corrected bids will be considered non-responsive for the corrected item(s) only. 8. UNITS OF MEASURE AND LOT SIZES: The item unit of measure shall be as indicated on the Bid Proposal Form. If manufacturers standard packaging is different than the quantity listed, it shall be the vendors responsibility to convert the bid price to the requested unit of measure. Bids received for items that have not been converted to the requested units of measure shall be considered non- responsive. Additionally, bidders must indicate the units of measure they are able to supply. 9. QUANTITIES: The items listed in this solicitation will be ordered on an AS NEEDED basis by the Duval County School System. No firm statement of quantity, totally or individually, can be made. The column headed ESTIMATED QUANTITY is for information only and does not bind the Duval County School Board to make any purchases under items of this bid. Estimated quantities are based on prior bids usage. 10. ESCALATION PROVISION: At each renewal of the contract, DCPS will consider an increase due to inflation provided the proposed price increase does not exceed the lesser of 3% or the rate of inflation as determined by the Consumer Price Index (CPI) for urban wage earners and clerical workers, U.S. city average, all items (1982-84=100), published by the U.S. Bureau of Labor Statistics, or any successor or substitute index appropriately adjusted for the prior 12 month period using the first-published CPI for the month immediately preceding the month of the contract renewal request. The contractor must request the increase in writing prior to the renewal of the contract. 11. EQUIPMENT RENTAL/PURCHASE: All special equipment, tools, mechanical devices or material purchased or rented in support of this contract shall be approved by DCPS prior to rental/purchase. All items purchased will be the sole property of DCPS and will be used only as directed by DCPSs representative. The cost of such items will be reimbursed based on the contractors actual expense. Copies of invoices shall be provided plus 10% mark up for profit and overhead. 12. MATERIAL REIMBURSEMENT FOR EMERGENCY AND UNIDENTIFIED TASKS ONLY: Cost of materials other than equipment, (See Special Condition 11), used for emergency repair and unidentified task will be paid for based on contractor actual cost plus 10% (receipts will be required to be submitted with the work order invoice) 13. RESPONSE TIME/DELIVERY: F.O.B. Destination. Do not start work prior to written authorization from the Project Coordinator, Facilities Maintenance. The Contractor shall make available at all times and within a one hour notice from DCPS, a repair crew to answer and respond to emergency repair requests. The Contractor shall also make available a repair crew for more extensive work that shall respond to maintenance repair requests within a forty-eight (48) hour notice from DCPS.The Project Coordinator must approve all exceptions. When reasonable, exceptions will be granted. However, if it will cause an emergency situation, DCPS will have the option to cancel that purchase order and procure the repairs elsewhere. Failure to deliver in accordance with the above instructions may result in the bidder being disqualified from conducting business with Duval County Public Schools. Project Coordinators emergency contact information will be provided after the award of the contract. 14. CERTIFICATION REQUIREMENTS: Proof of the following is requested to be submitted with bid and must be submitted within 48 hours of request or bid will be considered non-responsive. State of Florida Certified Roofing Contractor. Bid No. ITB-019-22/JR SC 3 of 11 Pre-qualification by DCPS as a Roofing Contractor (copy of certification letter) Siplast, Soprema and Johns-Manville (certification letter from each indicating approval to install materials and maintain their systems) 15. WARRANTY: The successful vendor shall fully guarantee all items furnished hereunder against defect in material and/or workmanship for a period of two (2) year from the date of acceptance by DCPS, or manufacturers warranty whichever is greater. Should any defect in material or workmanship, excepting ordinary wear and tear, appears during the warranty period, the successful bidder shall repair or replace same at no cost to DCPS, immediately upon written notice from DCPS. 16. SUB-CONTRACTORS: DCPS must approve all Sub-Contractors in writing prior to them performing any work under this contract. All requests for Sub-Contractors shall be submitted in writing to the Project Coordinator, Facilities Maintenance. The vendor will be fully responsible to DCPS for the acts and omissions of the Sub-Contractor and its employees. All responsibilities relating to the performance of this contract shall remain the responsibility of the vendor. Subcontractors are not a substitute for certification requirements. 17. ASSIGNMENT OF CONTRACT AND/OR PAYMENT: This contract or agreement is personal to the parties herein and may not be assigned, in whole or in part, by the Contractor without prior written consent of DCPS. The Contractor shall not assign payments under this contract or agreement without the prior written consent of DCPS. 18. INSURANCE: A. Description of the VENDOR/CONTRACTOR Required Insurance. Without limiting any of the other obligations or liabilities of the VENDOR/CONTRACTOR, the VENDOR/CONTRACTOR shall, at the VENDOR/CONTRACTORs sole expense, procure, maintain and keep in force the amounts and types of insurance conforming to the minimum requirements set forth herein. Except as may be otherwise expressly specified in this Exhibit, the insurance shall commence at or prior to the execution of this Agreement by DCPS and shall be maintained in force throughout the term of this Agreement. 1. Workers Compensation/Employers Liability. The Workers Compensation/Employers Liability insurance provided by the VENDOR/CONTRACTOR shall conform to the requirements set forth herein. (a) The VENDOR/CONTRACTORs insurance shall cover the VENDOR/CONTRACTOR (and to the extent its Subcontractors and Sub-subcontractors are not otherwise insured, its Subcontractors and Sub-subcontractors) for those sources of liability which would be covered by the latest edition of the standard Workers Compensation policy, as filed for use in the State of Florida by the National Council on Compensation Insurance (NCCI), without any restrictive endorsements other than the Florida Employers Liability Coverage Endorsement (NCCI Form WC 09 03), those which are required by the State of Florida, or any restrictive NCCI endorsements which, under an NCCI filing, must be attached to the policy (i.e., mandatory endorsements). In addition to coverage for the Florida Workers Compensation Act, where appropriate, coverage is to be included for the Federal Employers Liability Act and any other applicable federal or state law. (b) The policy must be endorsed to waive the insurers right to subrogate against DCPS, and its members, officials, officers and employees in the manner which would result from the attachment of the NCCI Waiver Of Our Right To Recover From Others Endorsement (Advisory Form WC 00 03 13) with DCPS, and its members, officials, officers and employees scheduled thereon. (c) Subject to the restrictions of coverage found in the standard Workers Compensation policy, there shall be no maximum limit on the amount of coverage for liability imposed by the Florida Bid No. ITB-019-22/JR SC 4 of 11 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 be: $1,000,000 Each Accident $1,000,000 Disease - Each Employee $1,000,000 Disease - Policy Limit 2. Commercial General Liability. The Commercial General Liability insurance provided by the VENDOR/CONTRACTOR shall conform to the requirements hereinafter set forth: (a) The VENDOR/CONTRACTORs insurance shall cover those sources of liability which would be covered by the latest occurrence form edition of the standard Commercial General Liability Coverage Form (ISO Form CG 00 01) as filed for use in the State of Florida by the Insurance Services Office (ISO) without any restrictive endorsements other than those which are required by the State of Florida, or those which, under an ISO filing, must be attached to the policy (i.e., mandatory endorsements) and those described below which would apply to the Services contemplated under this Agreement. The coverage may not exclude restrictive endorsements which exclude coverage for liability arising out of: Sexual molestation, Sexual abuse or Sexual misconduct. The coverage may include restrictive endorsements which exclude coverage for liability arising out of: Mold, fungus, or bacteria Terrorism Silica, asbestos or lead (b) The minimum limits to be maintained by the VENDOR/CONTRACTOR (inclusive of any amounts provided by an umbrella or excess policy) shall be: $1,000,000 General Aggregate $1,000,000 Products/Completed Operations Aggregate $1,000,000 Personal and Advertising Injury $1,000,000 Each Occurrence (c) The VENDOR/CONTRACTOR shall include DCPS and DCPSs 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 DCPS and DCPSs members, officials, officers and employees as additional insureds on the latest edition of the Additional Insured Owners, Lessees or Contractors - Scheduled Person or Organization endorsement (ISO Form CG 20 10) filed for use in the State of Florida by the Insurance Services Office. (d) Except with respect to coverage for property damage liability, or as otherwise specifically authorized in this Agreement, the general liability coverage shall apply on a first dollar basis without application of any deductible or self-insured retention. The coverage for property damage liability shall be subject to a maximum deductible of $1,500 per occurrence. The VENDOR/CONTRACTOR shall pay on behalf of DCPS or DCPSs member, official, officer or employee any such deductible or self-insured retention applicable to a claim against DCPS or DCPSs member, official, officer or employee for which the DCPS or DCPSs member, official, officer or employee is insured as an additional insured. 3. Business Auto Liability. The automobile liability insurance provided by the VENDOR/CONTRACTOR shall conform to the requirements hereinafter set forth: (a) The VENDOR/CONTRACTORs insurance shall cover the VENDOR/CONTRACTOR for those sources of liability which would be covered by Section II of the latest occurrence edition of the Bid No. ITB-019-22/JR SC 5 of 11 standard Business Auto Coverage Form (ISO Form CA 00 01) as filed for use in the State of Florida by ISO without any restrictive endorsements other than those which are required by the State of Florida, or those which, under an ISO filing, must be attached to the policy (i.e., mandatory endorsements). Coverage shall include all owned, non-owned and hired autos used in connection with this Agreement. (b) DCPS and DCPSs members, officials, officers and employees shall be included as additional insureds in a manner no more restrictive than that which would be afforded by designating DCPS and DCPSs members, officials, officers and employees as additional insureds on the latest edition of the ISO Designated Insured (ISO Form CA 20 48) endorsement. (c) The minimum limits to be maintained by the VENDOR/CONTRACTOR (inclusive of any amounts provided by an umbrella or excess policy) shall be: $1,000,000 Each Occurrence - Bodily Injury and Property Damage Combined B. Evidence of Insurance. Except as may be otherwise expressly specified in this Exhibit, the insurance shall commence at or prior to the execution of this Agreement by DCPS and shall be maintained in force throughout the term of this Agreement. The VENDOR/CONTRACTOR shall provide evidence of such insurance in the following manner: 1. As evidence of compliance with the required Workers Compensation/Employers Liability, Commercial General Liability, Business Auto Liability, and Professional Liability, the VENDOR/CONTRACTOR shall furnish DCPS with a fully completed satisfactory Certificate of Insurance such as a standard ACORD Certificate of Liability Insurance (ACORD Form 25) or other evidence satisfactory to DCPS, signed by an authorized representative of the insurer(s) providing the coverage. The Certificate of Insurance, or other evidence, shall verify that Workers Compensation/Employers Liability contains a waiver of subrogation in favor of DCPS, identify this Agreement, and provide that DCPS shall be given no less than thirty (30) days written notice prior to cancellation. 2. As evidence of the required Additional Insured status for DCPS on the Commercial General Liability insurance, the VENDOR/CONTRACTOR shall furnish DCPS with: (a) a fully completed satisfactory Certificate of Insurance, and a copy of the actual additional insured endorsement as issued on the policy, signed by an authorized representative of the insurer(s) verifying inclusion of DCPS and DCPSs members, officials, officers and employees as Additional Insureds in the Commercial General Liability coverage; or (b) the original of the policy(ies). 3. Until such time as the insurance is no longer required to be maintained by the VENDOR/CONTRACTOR as set forth in this Agreement, the VENDOR/CONTRACTOR shall provide DCPS with renewal or replacement evidence of the insurance in the manner heretofore described no less than thirty (30) days before the expiration or termination of the insurance for which previous evidence of insurance has been provided. 4. Notwithstanding the prior submission of a Certificate of Insurance, copy of endorsement, or other evidence initially acceptable to DCPS, if requested by DCPS, the VENDOR/CONTRACTOR shall, within thirty (30) days after receipt of a written request from DCPS, provide DCPS with a certified copy or certified copies of the policy or policies providing the coverage required by this Section. The VENDOR/CONTRACTOR may redact or omit, or cause to be redacted or omitted, those provisions of the policy or policies which are not relevant to the insurance required under this Agreement. Bid No. ITB-019-22/JR SC 6 of 11 C. Qualification of the VENDOR/CONTRACTORs Insurers 1. Insurers providing the insurance required by this Agreement for the VENDOR/CONTRACTORs must either be: (1) authorized by a subsisting certificate of authority issued by the State of Florida to transact insurance in the State of Florida, or (2) except with respect to coverage for the liability imposed by the Florida Workers Compensation Act, an eligible surplus lines insurer under Florida Statutes. 2. In addition, each such insurer shall have and maintain throughout the period for which coverage is required, a Bests Rating of A- or better and a Financial Size Category of VII or better according to A. M. Best Company. 3. If, during the period when an insurer is providing the insurance required by this Agreement, an insurer shall fail to comply with the foregoing minimum requirements, as soon as the VENDOR/CONTRACTOR has knowledge of any such failure, the VENDOR/CONTRACTOR shall immediately notify DCPS and immediately replace the insurance provided by the insurer with an insurer meeting these requirements. Until the VENDOR/CONTRACTOR has replaced the unacceptable insurer with an insurer acceptable to DCPS, the VENDOR/CONTRACTOR shall be in default of this Agreement. D. The VENDOR/CONTRACTORs Insurance Primary and Non-Contributory. The insurance provided by the VENDOR/CONTRACTOR pursuant to this Agreement shall apply on a primary basis to, and shall not require contribution from, any other insurance or self-insurance maintained by DCPS or DCPSs member, official, officer or employee. E. The VENDOR/CONTRACTORs Insurance As Additional Remedy. Compliance with the insurance requirements of this Agreement shall not limit the liability of the VENDOR/CONTRACTOR, or its Subcontractors or Sub-subcontractors, employees or agents to DCPS or others. Any remedy provided to DCPS or DCPSs members, officials, officers or employees by the insurance shall be in addition to and not in lieu of any other remedy available under this Agreement or otherwise. F. No Waiver by DCPS Approval/Disapproval. Neither approval by DCPS nor failure to disapprove the insurance furnished by the VENDOR/CONTRACTOR shall relieve the VENDOR/CONTRACTOR of the VENDOR/CONTRACTORs full responsibility to provide the insurance as required by this Agreement. NOTICE: Proof of the above required insurances must be provided by the VENDOR/CONTRACTOR prior to award by DCPS. Failure to provide the required proof of insurances may result in recommendation for award to an alternate VENDOR/CONTRACTOR. 19. CORRECTION OF WORK: The contractor shall promptly correct all work rejected by DCPS as defective or as failing to conform to the contract documents. 20. TOXIC SUBSTANCES: In accordance with Chapter 1013.49, F.S. all toxic substances on the Florida Substance List that are used in the repair, construction or maintenance of educational facilities have restricted usage. Before any such substance may be used, the contractor shall notify the district school (DCPS) Superintendent in writing at least 3 working days prior to using the substance. The notification shall contain: Name of the substance; where the substance will be used; and, when the substance is to be used. A copy of a material safety data sheet shall be attached to the notification for each substance. 21. SMOKING: Smoking is prohibited on school property, including all buildings and grounds. 22. IDENTIFICATION: I.D. badges and company logos on shirts or hats are required on all contractors Bid No. ITB-019-22/JR SC 7 of 11 personnel. 23. ATTIRE: Proper attire shall be worn at all times. a. Shirts shall be worn while on school property at all times. (No tank tops will be permitted). b. Clothing displaying nudity, obscene language, obscene symbols or pro-drug slogans is prohibited. c. Proper shoes to insure the individual's safety shall be worn at all times. 24. FRATERNIZATION: Bidder shall not fraternize with school staff or students. 25. FAMILIARITY WITH LAWS: The Bidder is required to be familiar with all Federal, State and local laws, ordinances, rules and regulations that in any manner affect the work. Ignorance on the part of the bidder will in no way relieve him/her from responsibility for compliance with their requirements. 26. JESSICA LUNSFORD ACT (when applicable): At their own expense, firms shall comply and be responsible for the costs associated with the Jessica Lunsford Act, which became effective on September 1, 2005. The Act states that contractual personnel who are permitted access to school grounds when students are present or who have direct contact with students must meet Level 2 requirements as described in Section 1012.32, F.S. Contractual personnel shall include any vendor, individual or entity under contract with the District. (Additional information is available at www.duval.sofn.net ) By submittal of a bid or proposal, each firm acknowledges and accepts this responsibility including all associated costs. 27. FEDERAL FUNDS: The bidder certifies by submission of their bid, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. When requested, the bidder/contractor will execute and deliver to the District the appropriate federal debarment certification form within three (3) business days. 28. ASSIGNMENT OF CONTRACT AND/OR PAYMENT: This contract or agreement is personal to the parties herein and may not be assigned, in whole or in part, by the contractor without prior written consent of DCPS. The contractor shall not assign payments under this contract or agreement without the prior written consent of DCPS. 29. METHOD OF PAYMENT: Payments to vendors may be made via credit card, ACH or check. If ACH or credit card payment is acceptable, initial the designated space(s) on the Bidder Acknowledgement under Form of Payment accepted. By doing so you are authorizing this form of payment on all future invoices whether or not they are related to this solicitation. Payment terms are net 45 for all check payments. 30. PAYMENT TERMS: Payments will be made in accordance with Florida Statutes 218.174, also known as the Local Government Prompt Payment Act. 31. AVAILABILITY OF FUNDS: The obligations of Duval County Public Schools under this award are subject to the availability of funds lawfully appropriated annually for its purposes by the Legislature of the State of Florida. 32. MOST FAVORED CUSTOMER STATUS: The awarded vendor shall afford Duval County Public Schools most favored customer status for all items herein. Accordingly, if during the term of this contract, the contractor offers more favorable promotional or contract pricing to another entity for the same specification with similar quantities and conditions, the price under this contract shall be immediately reduced to the lower price. Additionally, if a current State of Florida contract contains more favorable pricing for the same specification with similar quantities and conditions, the contractor will be afforded an opportunity to adjust its contract price to match that of the State of Florida Bid No. ITB-019-22/JR SC 8 of 11 contract. Should the contractor decline, DCPS reserves the right to purchase the item(s) from the State of Florida contract. 33. AUDIT / RECORDS RETENTION: DCPS shall have the right to audit all books and records (in whatever form they may be kept, whether written, electronic or other) relating or pertaining to this Contract (including any and all documents and other materials, in whatever form they may be kept, which support or underlie those books and records), kept by or under the control of Contractor, including, but not limited to those kept by Contractor, its employees, agents, assigns, successors and subcontractors. Contractor shall maintain such books and records, together with such supporting or underlying documents and materials, for the duration of this Contract and for at least three years following the completion of this Contract, including any and all renewals thereof. The books and records, together with the supporting or underlying documents and materials shall be made available, upon request, to DCPS, through its employees, agents, representatives, contractors or other designees, during normal business hours at Contractors office or place of business in Jacksonville, Florida. In the event that no such location is available, then the books and records, together with the supporting or underlying documents and records, shall be made available for audit at a time and location in Jacksonville, Florida, which is convenient for DCPS. This paragraph shall not be construed to limit, revoke, or abridge any other rights, powers, or obligations relating to audit which DCPS may have by state, city, or federal statute, ordinance, regulation, or agreement, whether those rights, powers, or obligations are express or implied. 34. DISQUALIFICATION OF BIDDER: More than one bid/proposal from an individual, firm, partnership, corporation or association under the same or different names will not be considered. Reasonable grounds for believing that a bidder is involved in more than one bid/proposal for the same work will be cause for rejection of all bids/proposals in which such bidders are believed to be involved. Any or all bids/proposals will be rejected if there is reason to believe that collusion exists between bidders. Bids/proposals in which the prices obviously are unbalanced will be subject to rejection. 35. PUBLIC ENTITY CRIMES AFFIDAVIT: A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 36. UNILATERAL CANCELLATION OF CONTRACTS: Any agreement resulting from this Invitation to Bid may be unilaterally canceled by Duval County Public Schools for refusal of contractor to allow public access to all documents, papers, letters or other material subject to the provisions of Chapter 119, Florida Statutes and made or received in conjunction with the agreement. 37. CANCELLATION: The Director of Purchasing, by written notice, may cancel, in whole or in part, any Contract/Purchase Order(s) resulting from this Invitation when such action is in the best interest of Duval County Public Schools. If Contract/Purchase Order(s) is so canceled, Duval County Public Schools shall be liable only for payment for services rendered prior to the effective date of cancellation. Services rendered will be interpreted to include costs of items already delivered plus reasonable costs of supply actions short of delivery. 38. FORCE MAJEURE: Whenever a vendors place of business, mode of delivery or source of supply has been disrupted by acts of government, God, civic commotion, or war, it shall be the responsibility of the vendor to promptly advise the Director of Purchasing Services, in writing, as to the extent of this disruption and its probable effect upon this contract. If, in the opinion of DCPS, the disruption presented is commensurate with the conditions established herein, DCPS may elect to modify delivery/service timelines, renegotiate the contract in whole or in part, or cancel any open orders in accordance with Special Condition 30. The vendor will be given written notification of all decisions Bid No. ITB-019-22/JR SC 9 of 11 made. While the decision of DCPS shall be final, the goal will be a solution that is mutually beneficial. 39. TRANSITION ASSISTANCE: In the event the resulting agreement is terminated, not renewed or naturally expires, the Contracted Vendor agrees that the District may provide written notice to the Contracted Vendor retaining the Contracted Vendor 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 contract for Roofing Repairs. In any event, these services will not be required to continue for a period of time exceeding six (6) months. 40. PUBLIC RECORD: Pursuant to Section 119.071(1)(b)2., Florida Statutes, bids received as a result of this I

1701 Prudential Drive Jacksonville, FL 32207Location

Address: 1701 Prudential Drive Jacksonville, FL 32207

Country : United StatesState : Florida

You may also like

Roofing Repair & Installation Services

Due: 31 Aug, 2024 (in 4 months)Agency: Progressive Roofing

Roof Repair, Replacement and Maintenance - COOP

Due: 05 Dec, 2024 (in 7 months)Agency: Bergen County

Roof Repair, Replacement and Maintenance - COOP

Due: 05 Dec, 2024 (in 7 months)Agency: Bergen County

Please Sign In to see more like these.

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