Maintenance and Repair of Elevators, Dumbwaiters, Wheelchair Lifts and Orchestra Lifts

From: Duval County Public Schools(School)
ITB-006-23/JR

Basic Details

started - 22 Sep, 2022 (19 months ago)

Start Date

22 Sep, 2022 (19 months ago)
due - 30 Jun, 2024 (in 2 months)

Due Date

30 Jun, 2024 (in 2 months)
Bid Notification

Type

Bid Notification
ITB-006-23/JR

Identifier

ITB-006-23/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, Suite 322 FAX: (904)858-4868 Jacksonville, FL 32207 July 13, 2023 Step C G, LLC Danny Poindexter 50 E. Rivercenter Blvd., #900 Covington, KY 41011 RE: RFP No. 04-22/LM, Maintenance Agreement and Licenses for Support of District’s Extreme Network Electronics Superintendent of Duval County Public Schools approved the first renewal and Agreement of RFP No. 04-22/LM, Maintenance Agreement and Licenses for Support of District’s Extreme Network Electronics. The term of this renewal is from October 1, 2023 through September 30, 2024. If you have not already done so, in accordance with Section 16 of the RFP (Insurance Requirements) please forward an updated copy of your insurance certificate. If you have any
g 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/ September 12, 2022, Regular Board Meeting Title 14. MAINTENANCE AND REPAIR OF ELEVATORS, DUMBWAITERS, WHEELCHAIR LIFTS, AND ORCHESTRA LIFTS Recommendation That the Duval County School Board approve the Contract for Maintenance and Repair of Elevators, Dumbwaiters, Wheelchair Lifts, and Orchestra Lifts ITB 006-23/JR, to Mowrey Elevator Company of Florida, Inc., from October 1, 2022 June 30, 2024. That authority be delegated to the Superintendent, or her designee, to renew the contract for subsequent annual periods provided the terms and conditions are essentially the same as awarded and funds are available. There are four (4) potential annual renewals. Description This is a request to contract for the provision of elevators, dumbwaiters, wheelchair lifts, and orchestra lifts, maintenance and repair to be used at various facilities throughout the district. The district issued a competitive solicitation. The initial term of the contract is from October 1, 2022, through June 30, 2024, as stated above. The contract may be renewed for four (4) additional one (1) year periods. Gap Analysis This contract award will help ensure that the district receives effective elevator, dumbwaiters, wheelchair lifts, and orchestra lifts maintenance and repair at an industry-competitive cost. Previous Outcomes The previous contract with Mowrey Elevator Company of Florida, Inc., was approved on June 13, 2016, for a two-year term and was renewed four times. Expected Outcomes It is expected that the recommended contract will provide a continuation of the high-quality service. Strategic Plan Goals and Principles DCPS will be fiscally transparent and communicate quarterly regarding the Sales Surtax. Financial Impact We anticipate $138,600 will be spent with Mowrey Elevator Company of Florida, Inc. with this contract for the 2022-23 school year. Fund Function Area Commitment Item 7260 Project funds Contract Maintenance 10000 General Operating 8100 Maintenance of Plant Services 350 Repairs and Maintenance Contact Tarek Ghandour, Executive Director, Facilities Maintenance, 904-858-6300 Paul Soares, Assistant Superintendent, Operations, 904-390-2008 Attachments None ITB-006-23/JR MAINTENANCE AND REPAIR OF ELEVATORS, DUMBWAITERS, WHEELCHAIR LIFTS AND ORCHESTRA LIFTS Date Opened: 07/21/2022 Item Description Quantity or estimated Quantity Unit Price Extended annual price 1 Base Bid as Described in ITB: Listed units on Attachment B. Extended price is quantity (12) Multiplied by price per Month 12 months $15,400.00 $184,800.00 2 Owner Responsible calls Note:Fifty calls (50) included in Base bid .Labor only materials charged as line #5 Extended price is estimated quantity (200) multiplied by pre call price 200 each $125.00 $25,000.00 3 Task Order Labor Rate Extended price is estimated quantity (500) multiplied by per labor rate /hour 500 hours $125.00 $62,500.00 4 Material discount or Upcharge percentage as described in part 1, Section D in this ITB. Zero (0) blank will result in a NO discount or upcharge Extended price is estimated quantity ($50,000.00) Multiplied by +/- Percentage and added/subtracted back to $50,000.00 See part 5, section a,b c for examples $50,000.00 must use -/+ to indicate upcharge or discount 25% $62,500.00 TOTAL BID PRICE $334,800.00 Prepared by: James Robinson Verified by: Debowrah Stevens Date: 07/21/2022 Award = MOWREY ELEVATOR CO OF FL, INC Page 1 of 1 Addendum No. 1 ITB-006-23/JR ADDENDUM NO. 1 Information Only www.duvalschools.org/purchasing Issue Date: July 6, 2022 Phone: 904-858-4837 Buyer: James Robinson Bid Number: ITB-006-23/JR Bid Title: MAINTENANCE AND REPAIR OF ELEVATORS, DUMBWAITERS, WHEELCHAIR LIFTS AND ORCHESTRA LIFTS Term of Bid: From Date of Award through June 30, 2024 with annual renewal options. Opening: Thursday July 21, 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# 7. Question: Can you let us know the amount of the previous winning bid or direct me to where I can obtain this information. Answer: See Attachment #1 eile re http://www.duvalschools.org/dcps http://www.duvalschools.org/purchasing ITB-028-16/JR MAINTENANCE AND REPAIR OF ELEVATORS, DUMBWAITERS, WHEELCHAIR LIFTS AND ORCHESTRA LIFTS Date Opened: 03/10/2016 Item Description Quantity or estimated Quantity Unit Price Extended annual price Unit Price Extended annual price Unit Price Extended annual price 1 Base bid as Described in ITB Extended price is quantity (12) Multiplied by price per Month 12 months NO BID $0.00 $6,070.00 $72,840.00 $7,916.00 $94,992.00 2 Owner Responsible calls Note:Fifty calls (50) included in Base bid .Labor only materials charged as line #4 Extended price is estimated quantity (200) multiplied by pre call price 200 each NO BID $0.00 $95.00 $19,000.00 $180.00 $36,000.00 3 Task Order Labor Rate Extended price is estimated quantity (500) multiplied by per labor rate /hour 500 hour NO BID $0.00 $90.00 $45,000.00 $90.00 $45,000.00 4 Material discount or Upcharge percentage as described in part 1, Section D in this ITB. Zero (0) blakn will result in a no discount or upcharge Extended price is estimated quantity ($50,000.00) Multiplied by +/- Percentage and added/subtracted back to $50,000.00 See part 5, section a,b c for examples $50,000.00 must use -/+ to indicate upcharge or discount NO BID $0.00 20% $40,000.00 15% $42,500.00 TOTAL BID PRICE $0.00 $176,840.00 $218,492.00 Prepared by: Cammie Wise Verified by: James Robinson Date: 03/11/2016 Award = COASTAL ELEVATOR MOWREY ELEVATOR CO OF FL, INC TRAVELER ELEVATOR Page 1 of 1 INVITATION TO BID www.duvalschools.org/purchasing June 27, 2022 Buyer: James Robinson Phone: 904-858-4837 Bid Number: ITB-006-23/JR Bid Title: MAINTENANCE AND REPAIR OF ELEVATORS, DUMBWAITERS, WHEELCHAIR LIFTS AND ORCHESTRA LIFTS Term of Bid: From Date of Award through June 30, 2024 with annual renewal options. Opening: Thursday July 21, 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: Special Requirements: Mandatory Pre-bid conference. See SC#4 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 #37) 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 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-006-23/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-006-23/JR Organization Name PR/Award or Project Name Name Title Signature Date Protest Policy School Board Policy 7.70 V. Protests Arising From The Contract Solicitation or Award Process A. This section implements section 120.57(3), Florida Statutes and Chapter 28-110, Florida Administrative Code. a. School District's Notice of Decision or Intended Decision. Pursuant to section 120.57(3), Florida Statutes, the Director of Purchasing shall post notice of a Decision or Intended Decision concerning a solicitation or contract award arising out of the contract solicitation or award process by electronic posting. Electronic posting or electronically post means the noticing of solicitations, agency decisions or intended decisions, or other matters relating to procurement on a centralized Internet website designated for this purpose. This notice shall contain the following statement: "Failure to file a protest within the time prescribed in section 120.57(3), Florida Statutes, or failure to post a bond or other security, as may be required by law, within the time allowed for filing a bond shall constitute a waiver of proceedings under Chapter 120, Florida Statutes." b. Notice of Protest. In a contract procurement process, any person who is adversely affected by the agency Decision or Intended Decision and intends to protest the Decision or Intended Decision, shall file a notice of protest in writing with the school districts Agency Clerk (Executive Director, Office of Policy and Compliance) within seventy-two (72) hours after the posting of the notice of Decision or Intended Decision. With respect to a protest of the terms, conditions, and specifications contained in a solicitation, including any provisions governing the methods for ranking bids, proposals, or replies, awarding contracts, reserving rights of further negotiation, or modifying or amending any contract, the notice of protest shall be filed with the Agency Clerk in writing within seventy-two (72) hours after the posting of the solicitation. i. A notice of protest should not be filed before the seventy-two (72) hour period begins. The seventy-two (72) hour period begins upon posting of the Decision or Intended Decision. ii. The notice of protest must be actually received by the Agency Clerk before the seventy-two (72) hour period expires. The seventy-two (72) hour period excludes Saturdays, Sundays, and holidays when the school districts administrative office is closed. The seventy-two (72) hour period is not extended by service of the notice of protest by mail. Failure to timely file a notice of protest shall constitute a waiver of proceedings under this section and section 120.57(3), Florida Statutes. iii. The notice of protest shall identify the procurement by number and title or any other language that will clearly enable the Agency Clerk to identify it; and it shall state that the person intends to protest the decision. c. Formal Written Protest. The protester shall file a formal written protest with the Agency Clerk within ten (10) days after the date the notice of protest is filed. Failure to timely file the formal written protest shall constitute a waiver of proceedings under this Policy and section 120.57(3), Florida Statutes. The ten (10) day period for filing the petition is not extended by service of the petition by mail. i. The formal written protest shall: A. state with particularity the facts and law upon which the protest is based; B. contain all the information specified in Rule 28-106.201(2), Florida Administrative Code and Rule 28-106.301(2), Florida Administrative Code; and C. be substantially in the form of a petition set forth in Rule 28-110.004(2), Florida Administrative Code, naming "The School Board of Duval County, Florida" as the Respondent. ii. Pursuant to Rule 28-110.004(1), Florida Administrative Code, if the formal written protest is filed in proper form within the seventy-two (72) hour period for filing a notice of protest, the formal written protest will also constitute the notice of protest, and all time limits applicable to a notice of protest are waived and the time limits relative to formal written protests shall apply. iii. Posting the Bond. The party protesting the bid specification or recommended award shall be required to post a bond in a form consistent with Rule 28-110.005(2), Florida Administrative Code and timely submit that bond to the School District Purchasing Department. iv. Bond: Commodities (Other than Lease of Space) and Contractual Services (Including Professional Services and Insurance). Any person who files an action protesting a Decision or Intended Decision pertaining to a solicitation or contract award shall post with the Director of Purchasing, at the time of filing the formal written protest, a bond secured by an acceptable surety company in Florida, payable to The School Board of Duval County, Florida in an amount equal to one percent (1%) of the School District's estimate of the dollar value of the proposed contract. A. The School District shall provide the estimated contract amount to the protester within seventy- two (72) hours (excluding Saturdays, Sundays, and holidays when the School District administrative office is closed) after the filing of the notice of protest. The estimated contract amount is not subject to protest under this Policy or section 120.57(3), Florida Statutes. This information may be provided as part of the Decision or Intended Decision documents. In lieu of a bond, the Director of Purchasing may accept a cashier's check, official bank check, or money order in the amount of the bond. B. The bond shall be conditioned upon the payment of all costs and charges which may be adjudged against the protestor in the administrative hearing in which the action is brought and in any subsequent appellate court proceeding. C. If, after completion of the administrative hearing process and any appellate court proceedings, the School Board prevails, it shall be entitled to recover all costs and charges which are included in the final order or judgment, excluding attorney's fees. Upon payment of such costs and charges by the person protesting the Decision or Intended Decision or contract award, the bond, cashier's check, official bank check, or money order shall be returned to the protestor. If, after the completion of the administrative hearing process and any appellate court proceedings, the protestor prevails, the protestor may recover from the School Board the costs and charges which are included in the final order or judgment, excluding attorney's fees. v. Bond: Construction Purchasing. Protesters regarding competitive procurement related to educational facilities shall be required to post a bond in the amount specified in section 255.0516, Florida Statutes, which also governs recovery of fees and costs including attorney's fees. With respect to a protest of the terms, conditions, and specifications contained in a solicitation, protesters shall post a bond in the amount of one percent (1%) of the School Districts estimate of the dollar value of the proposed contract or $5,000, whichever is greater. d. Staying the Procurement Process. Upon timely receipt of the formal written protest, the solicitation or contract award process shall be stopped until the subject of the protest is resolved by final agency action, unless the Director of Purchasing sets forth in writing particular facts and circumstances which require the continuance of the solicitation or contract award process without delay in order to avoid an immediate and serious danger to the public health, safety, or welfare. e. Informal Resolution Meeting. The Director of Purchasing shall provide an opportunity to resolve the protest by mutual agreement between the parties within seven (7) days (excluding Saturdays, Sundays, and holidays when the School District administrative offices are closed) of receipt of the formal written protest. All affected parties shall be notified of the notice of protest. f. Hearing. If the protest is not resolved by mutual agreement within seven (7) days (excluding Saturdays, Sundays, and holidays when the school districts administrative offices are closed) after receipt of the formal written protest; and A. if there is no disputed issue of material fact, an informal proceeding shall be conducted pursuant to section 120.57(2), Florida Statutes and applicable Board Policies, and may be conducted before a hearing officer designated by the Superintendent; or B. if there is a disputed issue of material fact, as determined by the Agency Clerk, in accordance with section 120.569, Florida Statutes, the protest shall be referred within fifteen (15) days after the Agency Clerk receives the Formal Written Protest to the Division of Administrative Hearings for a formal hearing under section 120.57(1), Florida Statutes. ii. As stated in section 120.57(3)(f), Florida Statutes, the burden of proof shall rest with the party protesting the proposed agency action. A. In any bid-protest proceeding contesting an intended agency action to reject all bids, proposals, or replies, the standard of review shall be whether the School Board's intended action is illegal, arbitrary, dishonest, or fraudulent. B. In competitive-procurement protests other than those contesting an intended agency action to reject all bids, proposals, or replies, the hearing officer or administrative law judge will conduct a de novo proceeding to determine whether the School Board's proposed action is contrary to the governing statutes, the School Board's Policies, or the solicitation documents. The standard of proof for such proceedings shall be whether the proposed agency action was clearly erroneous, contrary to competition, arbitrary, or capricious. BID NO. ITB-006-23/JR Maintenance of Elevators, Dumbwaiters, Wheelchair Lifts and Orchestra Lifts Opening Date: July 21st, 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-006-23/JR SC 1 of 12 SPECIAL CONDITIONS 1. PURPOSE: Duval County Public Schools (DCPS) through this bid will establish firm prices for the routine maintenance of elevators, dumbwaiters, wheel chair lifts, orchestra lifts and associated work as required by the specifications herein and Florida Statute 399 for the period from date of award through June 30, 2024. This includes but is not limited to providing routine examination, lubrication, cleaning, adjustment, replacement of parts, and performance of applicable code-required safety tests such as 3rd party annual inspections, annual safety tests, annual relief pressure tests on hydraulic elevators and lifts and any other service, repair, and maintenance sufficient to ensure the safe operation of the vertical conveyance. Two landing elevators must have the required ASME A.17.1 periodic tests witnessed by a certified elevator inspector every year. Only those vendors capable of responding on-site to service calls within two (2) hours will be considered for award. 2. RENEWAL: Upon written mutual agreement between Contractor and Duval County Public Schools, contract may be renewed anniversary date for four additional one year periods, subject to the same provisions, terms, conditions, specifications and prices as originally awarded. 3. AWARD: Will be all-or-none, as indicated on the Bid Proposal Form. All items must be bid for an all- or-none award. Note that this is a source of service bid; all items in a group will not necessarily be ordered at one time. For purposes of evaluation, this form will be interpreted as follows: Unit price: Unit price should be numeric. Unit prices left blank will be deemed no bid, and a unit price of $0 will be deemed included at no charge. Failure to respond as requested may result in rejection of item(s) as non-responsive. 4. MANDATORY PREBID CONFERENCE/SITE REVIEWS: DCPS Maintenance Contract Services Office: Room 37 at 10:00 A.M. on Thursday, July 7th, 2022. 129 King Street, Jacksonville, Florida 32204 Jean Ribault High School: 11:30 A.M. on Thursday, July 7th, 2022. 3701 Wilson Drive, Jacksonville, FL 32208. (ELEVATOR MODERNIXATION Bid item #4) The purpose is to review specifications and familiarize potential bidders with the scope of work and individual site requirements. Bids will be accepted ONLY from those companies who are represented at these meetings. 5. 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. Bid No. ITB-006-23/JR SC 2 of 12 6. PURCHASES: Award does not constitute an order. Before any shipments can be made, the vendor must receive a School District Purchase Order, an internal accounts Purchase Order or a Procurement Card Authorization. 7. POSTING OF BID RECOMMENDATION: Recommendation for Award will be posted in Purchasing Services on or about July 29, 2022, and will remain posted for 72 consecutive hours. For exact date and time, please contact the buyer named in Special Condition #8. 8. 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-006-23/JR) in the subject header. Deadline for questions shall be 2:00 p.m. EST on July 11th, 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. 9. EX PARTE COMMUNICATION: Ex parte communication regarding this solicitation, whether verbal or written, by any potential respondent or representative of any potential respondent to this ITB with District personnel involved with or related to this ITB, other than as expressly designated in this document, is strictly prohibited. Violation of this restriction may result in the rejection/disqualification of the respondents bid. Ex parte communication regarding this solicitation, whether verbal or written, by any potential respondent or representative of any potential respondent to this ITB with Board members is also prohibited and will result in the disqualification of the bidder. Notwithstanding the foregoing, communications are permissible by this Section when such communications with a prospective respondent are necessary for, and solely related to, the ordinal course of business concerning the DISTRICTS existing contract(s) for the materials or services addressed in this ITB. 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. Consumer Price Index (CPI). The contractor must request the increase in writing prior to the renewal of the contract. 11. LINE ITEM BIDS AND CORRECTIONS: All prices submitted on the Bid Proposal Form shall be indelible. The use of correction fluid or erasures to correct line item bid prices and/or quantities are not acceptable. Corrections must be by lineout of the incorrect figures, writing in of correct figures, and initialing of the corrections by the originator. Correction fluid or erasure corrected bids will be considered non-responsive for the corrected item(s) only. 12. REFERENCES: Contractor shall submit three (3) references of completed, or on-going, elevator maintenance contracts performed within the past three (3) years that is similar in scope to this contract. Contractor shall have an established office in Jacksonville, Florida working under the same name for a minimum of five (5) years. Use the Reference Form, Attachment F, for all references. 13. WARRANTY: The successful vendor shall fully guarantee all items furnished hereunder against defect in material and/or workmanship for a period of one (1) 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. Sample of warranty form Attachment E Bid No. ITB-006-23/JR SC 3 of 12 for modification projects. 14. REPAIRS OUTSIDE OF PREVENTITIVE MAINTENANCE SCOPE: If a repair is requested that is deemed by the District to be outside of preventative maintenance scope, the District may request pricing per the bid proposal form. All labor and materials necessary to repair a unit will be estimated and approved in writing prior to the repairs being made. 15. CONTRACT TIME: The terms shall be as specified within this bid and subject to all related conditions herein. Bidder agrees to commence the work under this contract within ten (10) days of a receipt of purchase order. 16. DUVAL COUNTY PUBLIC SCHOOLS RIGHT: If the contractor is providing work which, in DCPSs opinion, is contrary to the contract requirements, DCPS shall have the right to stop the work, if deemed to be in the best interest of DCPS, until a review and resolution can be attained. 17. FAMILIARITY WITH SITES: Each Bidder is encouraged, prior to submitting his bid, to examine the sites to determine the extent of the work involved and the conditions under which the elevators, dumb waiters and wheel chair lifts will be serviced and the conditions under which the work must be performed. DCPS has schools located in close proximity to the coastline. Submission of a bid shall constitute acknowledgement by the bidder that he is familiar with all site conditions. The failure to familiarize himself with the sites shall in no way relieve him from any obligations with respect to his bid. This includes honoring warranty and guarantee conditions. 18. LABOR AND MATERIAL: The contractor shall provide and pay for all labor, materials, equipment, tools, construction equipment and machinery, water, heat, utilities, transportation and other facilities and services necessary for the proper execution and completion of the work. 19. PERMITS, FEES, NOTICES AND LICENSING: The contractor shall secure and pay for permits when required, licenses and inspections necessary for the proper execution and completion of the work. The contractor shall give all notices and comply with all laws, ordinances, rules, regulations and lawful orders of any public authority bearing on the performance of the work. If the contractor performs any work knowing it to be contrary to such laws, ordinances, rules and regulations without such notice to the DCPS, shall assume full responsibility therefore and shall bear all costs attributable thereto. Bidders MUST be licensed contractors, as per Chapter 399 (Elevator Safety Act) Florida Statutes, and State Requirements for Educational Facilities, as currently enacted or as amended from time to time. Copies of bidders current occupational license and certificate is requested to be included with this bid. Failure to provide license will be considered as non-responsive and will not be considered for award. 20. SUB-CONTRACTORS: DCPS must approve all sub-contractors prior to them performing any work under this contract. All requests for sub-contractors shall be submitted to the Contract Coordinator, Facilities Services. 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. 21. COMMUNICATIONS: After the contract has been awarded, the awarded vendor shall then forward all communications, including invoices, to the DCPS through: Contract Coordinator Facilities Services (Garfield Rhoden) 129 King Street, Room 25 Jacksonville, Florida 32204 Bid No. ITB-006-23/JR SC 4 of 12 22. PAYMENT: DCPS may withhold payment in whole or in part to the extent necessary to reasonably protect DCPS if, in their opinion, services have not been provided as specified in the contract. Payment shall be released pending confirmation and/or verification that services have been rendered in accordance with the terms of the contract. To facilitate prompt payment of monthly maintenance service, invoices shall include the following information: Purchase order number, Facility name, facility number, and serial number of the equipment inspected Responsible invoices shall include Purchase order number Facility name, facility number, and serial number of the equipment inspected Maintenance and repair tickets General description of work performed for each piece of equipment serviced 23. CORRECTION OF WORK: The contractor shall promptly correct all work rejected by DCPS as defective or as failing to conform to the bid documents. 24. PERSONNEL CONDUCT: All individuals performing services under this contract shall adhere to DCPS rules and regulations regarding appropriate attire, prohibition of smoking, usage of proper language, prohibition of use and possession of controlled substances and alcoholic beverages, prohibition, of the possession of firearms, either on their person or in their personal vehicles and any other restrictions or prohibitions as may apply. Radios and other portable music playing equipment will not be allowed on any DCPS sites. Additionally, all individuals will adhere to and comply with the requirements as set forth. Contractor shall notify department or school office personnel and follow customary check-in procedures when they are physically on-site at any DCPS facility. All contractor personnel are required to wear clothing identifying contractor by either name or logo, and to have in possession and present upon request, by DCPS personnel, a form of picture identification (i.e. - drivers license, ID card) AND a DCPS Vendor Badge. Failure of Contractor's personnel to adhere to DCPS rules and regulations described herein will result in removal of the individual(s) from the job site. 25. SAFETY: The Bidder shall take all reasonable precautions for the safety and shall provide all reasonable protection to prevent damage, injury or loss to persons, students and employees of DCPS. The Bidder shall comply with all Occupational Safety and Health Administration (OSHA) regulations, as they are applicable. 26. EMERGENCIES: In any emergency affecting the safety of persons and property, the contractor shall act immediately to prevent threatened damage, injury or loss. Any such emergency must be reported to the Contract Coordinator, Facilities Services not later than twenty-four (24) hours from the time that the emergency is discovered by the contractor. 27. CHANGES IN THE WORK: Sites for maintenance, repair, and modification may be added or deleted as required for the duration of the contract. Approval in the form of a Purchase Order is required by DCPS Contract Coordinator, Facilities Services before work commences related to the items contained in this bid. 28. CLEAN UP: The contractor at all times shall keep the premises free from accumulations of waste materials or rubbish caused by his operations. At the completion of the work, shall remove all waste materials and rubbish from and about the work site as well as tools, equipment, machinery and surplus materials. Use of school dumpsters is not permitted for disposal of contractor material. If the contractor fails to clean up at the completion of the work, DCPS may do so and the cost shall be charged to the contractor. Any costs caused by defective or ill-timed work shall be borne by the contractor. All damage to fences, structures, sod, or other property will be promptly repaired at Bid No. ITB-006-23/JR SC 5 of 12 the contractors expense. 29. 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 Workers Compensation Act or any other coverage customarily insured under Part One of the standard Workers Compensation policy. The minimum amount of coverage for those coverages customarily insured under Part Two of the standard Workers Compensation policy (inclusive of any amounts provided by an umbrella or excess policy) shall not be less than: $1,000,000 Each Accident $1,000,000 Disease - Each Employee $1,000,000 Disease - Policy Limit 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. Bid No. ITB-006-23/JR SC 6 of 12 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 not be less than: $1,000,000 General Aggregate $1,000,000 Products/Completed Operations Aggregate $1,000,000 Personal and Advertising Injury $1,000,000 Each Occurrence (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 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, Bid No. ITB-006-23/JR SC 7 of 12 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. 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 Bid No. ITB-006-23/JR SC 8 of 12 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. 30. TOXIC SUBSTANCES: In accordance with Chapter 1013.49 Toxic substances in construction, repair, or, maintenance of educational facilities, all toxic substances on the Florida Substance List that are used in the repair, construction or maintenance of education facilities are subject to certain provisions: The contractor shall notify the Contract Coordinator, Facilities Services, in writing five (5) working days prior to the intended use of the substance. The notification shall contain: Name of the substance, where substance is to be used, and when substance is to be used. A copy of a material safety data sheet shall be attached to notification of each substance. 31. TOBACCO PRODUCTS: The use of all tobacco products is prohibited on school property, including all buildings and grounds. 32. FRATERNIZATION: Bidder personnel shall not fraternize with school staff or students. 33. 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. 34. JESSICA LUNSFORD ACT (when applicable): At their own expense, firms shall comply and be responsible for the costs associated with the Jessica Lunsford Act, which became effective on September 1, 2005. The Act states that contractual personnel who are permitted access to school grounds when students are present or who have direct contact with students must meet Level 2 requirements as described in Section 1012.32, F.S. Contractual personnel shall include any vendor, individual or entity under contract with the District. (Additional information is available at http://www.fldoe.org/teaching/professional-practices/background-screening-requirements.stml) By submittal of a bid or proposal, each firm acknowledges and accepts this responsibility including all associated costs. 35. 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. http://www.fldoe.org/teaching/professional-practices/background-screening-requirements.stml Bid No. ITB-006-23/JR SC 9 of 12 36. 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. 37. 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. 38 PAYMENT TERMS: Payments will be made in accordance with Florida Statutes 218.174, also known as the Local Government Prompt Payment Act. 39. AVAILABILITY OF FUNDS: The Districts performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Districts Board and the availability of funds to pay for the goods and services in this Agreement. The Districts Board shall be the final authority as to what constitutes an annual appropriation and the availability of funds necessary to continue funding this Agreement. If such funds are not appropriated or available for this Agreement and this Agreement is terminated, such action will not constitute a default by the District. The Contractor will be provided reasonable notice if funds are not appropriated or available. Notwithstanding any such termination, the District shall remain obligated to pay for all purchase orders for products or services fulfilled by the Contractor prior to the termination notice. 40. MOST FAVORED CUSTOMER STATUS: The awarded vendor shall afford Duval County Public Schools most favored customer status for all items herein. Accordingly, if during the term of this contract, the contractor offers more favorable promotional or contract pricing to another entity for the same specification with similar quantities and conditions, the price under this contract shall be immediately reduced to the lower price. Additionally, if a current State of Florida contract contains more favorable pricing for the same specification with similar quantities and conditions, the contractor will be afforded an opportunity to adjust its contract price to match that of the State of Florida contract. Should the contractor decline, DCPS reserves the right to purchase the item(s) from the State of Florida contract. 41. 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. Bid No. ITB-006-23/JR SC 10 of 12 42. 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. Bids submitted that include contingencies that must be met by the District in order for the bidder to accept a contract will be cause for rejection. 43. 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. 44. 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. 45. CANCELLATION: The Director of Purchasing may, upon reasonable written notice, 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. 46. 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 45. The vendor will be given written notification of all decisions made. While the decision of DCPS shall be final, the goal will be a solution that is mutually beneficial. 47. PURCHASES BY OTHER PUBLIC ENTITIES: Purchases by other political subdivisions or public entities under any contract resulting from this solicitation are permissible upon the consent and agreement of the awarded vendor(s). 48. TRANSITION ASSISTANCE: In the event the resulting agreement is terminated, not renewed or naturally expires, the Contracted Firm agrees that the District may provide written notice to the Contracted Firm retaining the Contracted Firm for a month-to-month basis on the same terms and conditions set forth in the agreement. Such month-to-month services shall continue until the District has established a Maintenance and repair of Elevators, Dumbwaiters, Wheelchair Lifts and Orchestra Lifts contract. In any event, these services will not be required to continue for a period of time exceeding six (6) months. 49. PUBLIC RECORDS LAW: Pursuant to Florida Statutes Chapter 119, responses received as a result of this RFP shall not become public record until thirty (30) days after the date of opening or until posting of a recommendation for award, whichever occurs first. Thereafter, all documents or other materials submitted by all Respondents in response to this offering shall be open for inspection by any person Bid No. ITB-006-23/JR SC 11 of 12 and in accordance with Chapter 119, Florida Statutes, unless otherwise exempt under Florida law. It shall be the sole responsibility of the awarded Contractor to comply with all requirements of Chapter 119 regarding public records (whether documents, notes, letters, emails, or other records) received or generated in relationship to the Agreement awarded by the District. The Agreement shall be subject to Floridas Public Records Laws, Chapter 119, Florida Statutes. Contractor understands the broad nature of these laws and agrees to comply with Floridas public records laws and laws relating to records retention. In compliance with section 119.0701, Florida Statutes, Contractor agrees to: A. Keep and maintain public records required by the District in order to perform the service. B. Upon request from the Districts custodian of public records, provide the District with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in the Chapter 119, Florida Statues or as otherwise provided by law. C. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the Agreement term and following completion of the Agreement if the Contractor does not transfer the records to the District. D. Upon completion of the Agreement, transfer, at no cost, to the District all public records in possession of Contractor or keep and maintain public records required by the District to perform the service. If Contractor transfers all public records to the District upon completion of the Agreement, Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If Contractor keeps and maintains public records upon completion of the Agreement, Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the District, upon request of the Districts custodian of public records, in a format that is compatible with the information technology systems of the District. IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTORS DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THE AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS (THE DISTRICTS CONTRACT ADMINISTRATOR). THE DISTRICTS CONTACT IS: Heather Connor 129 King St. Jacksonville, FL 32204 (904) 858-6300 connorh@duvalschools.org Bid No. ITB-006-23/JR SC 12 of 12 To the extent a proposer asserts any portion of its proposal is exempt or confidential from disclosure under Florida's public records, the burden shall be on the proposer to obtain a protective order from a jurisdictional court protecting such information from disclosure under Florida's public records laws and also timely provide a certified copy of such protective order to the District prior to the District's release of such information into the public domain. It is not contemplated that any portion of a Proposal will be exempt or confidential from disclosure pursuant to Chapter 119, Florida Statutes. 50. EMPLOYMENT ELIGIBILITY: Pursuant to the provisions of section 448.095, Florida Statutes, the parties agree to the following. For purpose of this section, the term contract includes this Agreement and any contract between the Contractor and any of Contractors subcontractor(s): (a) Beginning January 1, 2021, the District, the Contractor, and any of Contractors subcontractor(s) shall register with and use the E-Verify system to verify the work authorization status of all newly hired employees. The District, the Contractor, and any of Contractors subcontractor(s) may not enter into a contract unless each party to the contract registers with and uses the E-Verify system. (b) 1. If the Contractor enters into a contract with a subcontractor, the subcontractor must provide the Contractor with an affidavit stating that the subcontractor does not employ, contract with, or subcontract with an unauthorized alien. 2. The Contractor shall maintain a copy of such affidavit for the duration of the contract. (c) 1. The District, the Contractor, or any of the Contractors subcontractors who has a good faith belief that a person or entity with which it is contracting has knowingly violated s. 448.09(1), Florida Statutes, shall terminate the contract with the person or entity. 2. If the District has a good faith belief that a subcontractor knowingly violated this subsection, but the Contractor otherwise complied with this subsection, then the District shall promptly notify the Contractor and order the Contractor to immediately terminate the contract with the subcontractor. 3. A contract terminated under subparagraph 1. or subparagraph 2. is not a breach of contract and may not be considered as such. (d) The District, Contractor, or any of Contractors subcontractor(s) may file an action with a circuit or county court to challenge a termination under paragraph (c) no later than 20 calendar days after the date on which the contract was terminated. (e) If the District terminates the Agreement with Contractor under paragraph (c), the Contractor may not be awarded a public contract for at least 1 year after the date on which the Agreement was terminated. (f) The Contractor is liable for any additional costs incurred by the District as a result of the termination of a contract. Bid No. ITB-006-23/JR SP 1 of 7 SPECIFICATIONS Inspection, Preventative Maintenance and Repair of Elevators, Dumbwaiters and Wheelchair Lifts The contractor must be capable of providing all required inspections, maintenance and/or repairs of elevators, dumbwaiters, wheel chair lifts, Orchestra lifts and associated work as required by Duval County Public Schools (DCPS) and Florida Statute 399. This also includes but is not limited to performance of applicable code-required safety testing such as 3rd party inspections, periodic safety tests, annual relief pressure test on a hydraulic elevator and any other service, repair, and maintenance sufficient to ensure the safe operation of the vertical conveyance. Two (2) or more landing elevators must have the required ASME A.17.1 periodic tests witnessed by a certified elevator inspector every year. Requirements in the Base Bid, Owner Responsible and Task Order Portion of the Contract 1. All bidders are required to provide four (4) pricing components in the bid proposal form. The four (4) components include: a) Base Bid Price, for all labor and all materials which for identified services for a period of twelve months. b) Owner Responsible Price, will be the charge per service call deemed by the district to be of an owner responsible nature. The contractor shall include fifty (50) owner responsible service calls in the base bid price of this contract. This will be labor only as materials will be charged via Line #5 on bid proposal form if applicable. c) Task Order, this is a labor rate only for work deemed by the district to be over and above work defined in the base bid or owner responsible section, materials will be charged via Line #4 on bid proposal form if applicable. d) Material Discount Pricing, discount rate, as a percentage off of catalog and/or list pricing sheets/database from manufacturer. As part of the invoicing process, the contractor must supply at minimum the invoice from the manufacturer to the contractor for the material purchased showing manufacturers charge as backup. The contractor will then indicate the discount rate on their invoice at the discounted rate bid in Bid Proposal Form. If available contractor must supply or have available for review all catalogs or pricing sheets or database. e) Elevator Modernization: Ribault High School Elevator Modernization Planned Task Order. 2. The Base Bid Price shall include furnishing all material, labor, supervision, tools, supplies and equipment necessary to provide full maintenance service, including all inspections, adjustments, tests, parts or component replacements, and repairs to keep the Elevators, Dumbwaiters, Wheelchair Lifts and Gala Orchestra Lifts listed in Attachment B in continuous use at their established capacity and efficiency and for their intended purpose. All preventative maintenance, maintenance adjustments and repairs shall be in compliance with the latest American National Safety Code for Elevators, Dumbwaiters, Escalators and Moving Walks; ANSI A17.1 and A17.2, including all supplements will furnish all material, labor, supervision, tools, supplies and equipment necessary to provide full maintenance. In addition the Base Bid shall include: a) Existing Written Maintenance Control Program (MPC) Handbook located in each elevator mechanical room (Attachment A) shall be maintained by the awardee and kept in each equipment room for five (5) years and shall be available for inspection by DCPS Contract Manager on each piece of equipment serviced, repaired and maintained under this contract. b) Provide contract related technical services that require the contractor to perform a technical review of new construction documents that have vertical conveyance systems. All issues discovered in this review are to be submitted to contract manager. This work can include but is not limited to alteration and modernization projects. c) The Base Bid shall include Emergency Service Calls that occur during standard business hours. A call for emergency services must have an on-site response time of no more Bid No. ITB-006-23/JR SP 2 of 7 than TWO HOURS. Owner responsible section and task order sections may apply after contractor has mobilized, to be determined by the DCPS contract manager. d) The contractor must use trained, and appropriately licensed, personnel directly employed and supervised by the contractor. Equipment must be kept properly adjusted, and all reasonable care must be taken to maintain the elevator equipment in proper and safe operating condition. e) All work is to be performed during regular working hours of regular working days except for emergency or that is authorized by DCPS contract manager. Response to emergency call back service must be within two hours. Emergency overtime may be utilized via the Task Order section of this ITB. f) All maintenance and/or preventative maintenance on any conveyance system listed in Attachment E should be to the original specifications of the installation and within the limits of applicable codes. g) Contractor shall maintain a supply of contacts, coils, leads, lubricants, wiping cloths, and other minor parts for routine preventive maintenance. Supply of these parts must be readily and immediately available by storage in the elevator machinery room or as stock items on the contractors service vehicle. h) Contractor shall maintain a supply of replacement parts in warehouse inventory, to include but not limited to: door operator motors, brake magnets, controller switch contacts, selector switch contacts, solid state components, selector tapes, door hangers, rollers and hoistway switches. Contractor must maintain a list of any equipment covered within this ITB that no longer has replacement parts available. The Contractor must update this list as soon as information becomes available and submit to the contract coordinator. i) All scheduled non-emergency repairs and service as described in this Invitation to Bid, as well as all non-emergency calls for service, must commence within 48 hours after the awardee has been notified to proceed by the Contract Coordinator, Facilities Services. j) The contractor shall maintain and submit monthly as a part of the invoicing process the Service Log, see Attachment C. k) The inspection and associated repair work performed in the base bid portion of this contract will be via Maintenance & Repair Tickets (Attachment A) are required to be completed, signed and dated by the contractors service technician for each piece of equipment that has been inspected and serviced under this contract. Signed, completed Maintenance & Repair Tickets must be kept by the contractor for five (5) years and provided to Contract Coordinator Facilities Services electronically when requested. Serial number of each elevator or lift unit inspected must be clearly indicated on each Maintenance & Repair Ticket. Locations with multiple units, may be combined on one ticket. MPC Handbook in elevator machine rooms must be updated on each visit by service contractor. l) The contractors service technician is required to sign-in/out at the front desk (in the Maintenance Log Book) of the facility (book is housed in the main office of a school or reception desk of the facility). This sign in/out will be used as one form of verification that the technician has provided the contracted service and failure to sign in/out in this log will be grounds to withhold payment for service at this school/facility. m) The contractor shall supply up ten (10) keys/contract year to DCPS Project Manager at no cost to DCPS. If more than ten (10) keys are required, contractor will use the Task Order/Owner Responsible and/or Material Discount section of the ITB (whichever is less). n) The contractor shall be responsible to correct any code violations via Bureau of Elevator Safety annual inspections, DBPR Form HR 5023-003. Any violations found during an official inspection conducted by the Independent Elevator Inspector must be corrected within 30 calendar days. Discrepancies outside this contract shall be reported to contracting Office PM for corrective action. Example, extinguishers, noncompliance conduit, alarm/telephone service, water in pit, and fire openings. o) The contractor shall supply copy of the annual maintenance inspection and preventative maintenance 3rd party State Inspection, and annual pressure test reports for required elevators and wheelchair lifts (typically occurs June through August of each calendar year) to the Contract Coordinator, Facilities Services. Discrepancies identified on these reports shall Bid No. ITB-006-23/JR SP 3 of 7 be corrected within 30 days and re-inspected for certification at no additional cost to the district. 3. The Owner Responsible Price shall include all associated costs to respond to calls determined to be Owner Responsible. The Base Bid shall have fifty (50) Owner responsible calls included in the base bid. The Owner Responsible Price shall be the bid price per call and must be approved by the contract manager. Owner responsible charges will be invoiced as performed as part of the monthly invoice, line 2. Task Order pricing may also apply depending on the required repair, but must be authorized by contract manager. Examples of owner responsible calls would be: a) Overtime call back / trouble calls b) Doors knocked off tracks by occupants c) Keys or other retrievable items dropped in the pit d) Car left keyed off on independent by occupants e) Debris in car or hall door sill tracks f) Foreign objects caught or wedged under car or hall doors g) Stuck buttons and broken safety edges h) Flooded machine room, top of car or pit i) Calls to repair damaged due to vandalism (legal definition of vandalism applies) j) Service calls via power outages k) Calls for phone repair that is determined to be phone line issues l) Pumping of ground water from pit. m) Provided DCPS IT/alarm Department access to unit. 4. The Task Order Price, shall be any work on any DCPS equipment that is deemed by the contract manager to be above/beyond that covered in the Base Bid and/or Owner Responsible categories. Task Order work may result from a planned project scope of work, work initiated in the Base Bid but rises to a level above/beyond work in that category or via an Owner Responsible call that rises to a level above/beyond work in that category. The Task Order Price shall be the bid hourly rate for service along with all required materials priced via the material discount pricing line. Task Order work must be estimated/quoted and approved prior to task order work by the DCPS contract manager. Task Order work will bill separately as per individual PO. 5. The Material Discount Price shall a discount offered and applied to the catalog pricing provided by manufacturer. The most current catalog shall be provided at the beginning of each contract year to the DCPS project manager. Examples of the Material Discount Price: a) $1,000 material cost via catalog, -5% Material Discount listed in Line #4 of Bid Proposal Form, would result in the following calculation and charge for material. $1,000 x 0.05 = - $50.00 then subtract since discount as follows $1000 - $50 = $950 b) $1,000 material cost via catalog, +5% Material Mark-Up listed in Line #4 of Bid Proposal Form would result in the following calculation and charge for material. $1,000 x 0.05 = +$50.00 then added since markup as follows $1000 + $50 = $1050 c) $1,000 material cost via catalog, Blank Entry or Zero (0) listed in Line #4 of Bid Proposal Form would result in the following calculation and charge for material. $1,000 x 0.0 = $0.00 then added/subtracted as follows $1000 +/- $0 = $1000 6. Elevator Modernization Task Order: Jean Ribault High School. PART 1-GENERAL 1.01 This modernization agreement covers the modernization of (1) Hydraulic passenger elevators. All work will be performed in a workman like manner and will include all work and material as specified herein. In all cases where a device or part of equipment is here in referred to in a singular number, it is intended that such reference will apply to as many such devices as are required to complete this installation. Bid No. ITB-006-23/JR SP 4 of 7 1.02 All work will be performed in accordance with the most applicable edition of the National Safety Code for Elevators, Dumbwaiters, Escalators, and Moving Walks (ASME A17.1), ANSI A117.1 Barrier Free Code as pertaining to Passenger Elevators, the Americans with Disabilities Act (ADA), the National Electrical Code, and/or such State and Local elevator codes as may be applicable. Subject to existing conditions. 1.03 Drawings. Contractor shall prepare drawings and/or cut sheets at company's sole discretion, showing the general arrangement of the elevator equipment. 1.04 Permits, taxes and licenses. All applicable sales and use taxes, permit fees and licenses, as of the date bids are taken, will be paid for by the contractor. The elevator alteration permits are pulled by contractor. See DCPS CODE, Elevator Modernization SOP: Attachment D. 1.05 Wiring Diagrams. Two (2) complete sets of wiring diagrams shall be submitted to DCPS Project Coordinator. 1.06 Warranty. Contractor shall provide a one-year warranty on the equipment that is changed. (see Attachment E) PART 2-EQUIPMENT AND SUMMARY OF WORK QUANTITY: 1 STOPS: TWO OPENINGS: TWO CAPACITY: RETAIN SPEED: RETAIN LEVELING SYSTEM REPLACE EXISTING LEVELING SYSTEM POWER SUPPLY: RETAIN LOGIC CONTROL: REPLACE EXISTING WITH MICROPROCESSOR CONTROL SYSTEM WIRING: REPLACE ALL WIRING, AND SWITCHES TRAVELING CABLE: REPLACE TRAVEL CABLE FIXTURES REPLACE EXISTING SIGNAL FIXTURES AND EMERGENCY LIGHTING. CAR ENCLOSURE: N/A ENTRANCES: RETAIN DOORS: RETAIN DOOR EQUIPMENT: REPLACE DOOR OPERATION: REPLACE CLEAR INSIDE: RETAIN Bid No. ITB-006-23/JR SP 5 of 7 TRAVEL: RETAIN INSPECTION STATION REPLACE CAR-TOP INSPECTION STATION PIT EQUIPMENT NEW PIT SWITCH WILL BE INSTALLED CYLINDER: RETAIN PUMP UNIT: REPLACE PART 3-MODERNIZATION EQUIPMENT FEATURES. 3.01 MICROPROCESSOR BASED CONTROLLER: New state-of-the-art Non-Proprietary Elevator Controls Pixel controller shall be installed; (review DCPS Elevator Design Guidelines on all Modernization projects). The existing obsolete controller will be removed and replaced with new controls and leveling system. This proposal includes all communication wiring necessary to accommodate the new system. 3.01.1 Fire Service per national and local code requirements. 3.01.2 Two-way leveling shall be installed to allow for code required zone at landing of no more than one quarter inch above or below landing, regardless of direction of travel and number of riders. 3.01.3 All ADA compliant features. 3.01.4 Inspection operation 3.02 SIMPLEX OPERATION: Control of the elevator will be automatic in operation by means of push buttons in the car numbered to correspond to floors served, for registered car stops by "up-down push buttons at each immediate landin

1701 Prudential Drive Jacksonville, FL 32207Location

Address: 1701 Prudential Drive Jacksonville, FL 32207

Country : United StatesState : Florida

You may also like

GLA ELEVATOR MAINTENANCE AND REPAIR

Due: 30 Sep, 2028 (in about 4 years)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Elevator Maintenance, Repair- Airport

Due: 07 Jan, 2026 (in 20 months)Agency: Fauquier County

Maintenance and Repair Service for SonTek Meters a

Due: 07 May, 2024 (in 9 days)Agency: INTERIOR, DEPARTMENT OF THE

Please Sign In to see more like these.

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