Furnish and Install Stage Drapes

From: Duval County Public Schools(School)
ITB-028-21/JR

Basic Details

started - 19 Jan, 2021 (about 3 years ago)

Start Date

19 Jan, 2021 (about 3 years ago)
due - 30 Apr, 2025 (in 13 months)

Due Date

30 Apr, 2025 (in 13 months)
Bid Notification

Type

Bid Notification
ITB-028-21/JR

Identifier

ITB-028-21/JR
Duval County Public Schools

Customer / Agency

Duval County Public Schools
unlockUnlock the best of InstantMarkets.

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

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

Duval County Public Schools www.duvalschools.org Purchasing Services PH: (904) 858-4848 1701 Prudential Drive FAX: (904)858-4868 Jacksonville, FL 32207 March 6, 2024 Hile’s Curtain Specialties, Inc. 2701 Success Drive Odessa, FL 33556 RE: ITB-028-21/JR Dear Sir/Madam: On Monday, March 4, 2024, the Superintendent’s designee of Duval County Public Schools renewed the contract for Furnish and Install Stage Drapes (ITB-028-21/JR) with your company. This is your official notification of renewal. This is the first renewal option for the period of May 1, 2024 through April 30, 2025. Please forward a copy of your insurance certificate as required per special condition #34 to the buyer, James Robinson. (Email and fax are both acceptable.) Purchase orders will be issued for these services as required for the contract period indicated above. If you have any questions about this contract, please contact James Robinson at
90rding 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/ ITB-028-21/JR FURNISH AND INSTALL STAGE DRAPES 01/07/2021 BID TABULATION Item Description Qty Unit Price Extension Price Extension Price Extension MATERIAL 1 Stage drape and valence, as sjpecified including hardware 1000 LYD $33.90 $33,900.00 $35.05 $35,050.00 $30.00 $30,000.00 2 Studio drape, as specified including hardware 50 LYD $21.50 $1,075.00 $20.25 $1,012.50 $21.00 $1,050.00 3 cyclorama, baffles and side legs, as specified, including hardware 1600 LYD $20.00 $32,000.00 $20.25 $32,400.00 $22.00 $35,200.00 4 Fringe material (for stage curtain/valence) as specified, including installation and hardware 100 LFT $9.00 $900.00 $5.00 $500.00 $7.00 $700.00 5 Traversing track, as specified 50 LFT $27.00 $1,350.00 $20.63 $1,031.50 $23.00 $1,150.00 6 Walk-along track , as specified 50 LFT $23.00 $1,150.00 $15.63 $781.50 $19.00 $950.00 7 Studio track, as specified 50 LFT $25.00 $1,250.00 $20.63 $1,031.50 $20.00 $1,000.00 8 Pipe, support assembly, as specified, including installation 100 LFT $10.00 $1,000.00 $8.13 $813.00 $8.00 $800.00 INSTALLATION (stage drapes and studio drapes) including removal of existing where applicable: 9 Installation, using existing track, for 12' stage height or less, as specified 2500 LFT $5.75 $14,375.00 $3.60 $9,000.00 $5.50 $13,750.00 10 Installation, using existing track, for over 12' stage height or less, as specified 600 LFT $7.00 $4,200.00 $6.25 $3,750.00 $6.50 $3,900.00 11 Installation, using new track, for 12' stage height or less, as specified 50 LFT $8.50 $425.00 $3.60 $180.00 $7.50 $375.00 12 Installation, using new track, for over 12' stage height or less, as specified 50 LFT $10.00 $500.00 $6.25 $312.50 $11.00 $550.00 13 Stage curtain cleaning of cotton material and flame retardent treatment "in place" 5000 SQ. YD. $5.85 $29,250.00 $2.92 $14,600.00 $4.50 $22,500.00 14 Stage curtain cleaning "in place" of IFR drape material. 5000 SQ. YD. $4.50 $22,500.00 $1.50 $7,500.00 $3.90 $19,500.00 15 Deep cleaning:Remove drapes from hangers, clean and rehang IFR drape material. 1500 SQ. YD. $7.20 $10,800.00 $9.00 $13,500.00 $9.00 $13,500.00 TOTAL ITEMS 1-15 $154,675.00 $121,462.50 $144,925.00 Prepared by: Cammie Wise Verified by: James Robinson Date: 01/08/2021 Award = HERITAGE PRODUCT RESOURCES INC HILE'S CURTAIN SPECIALTIES INC LUXOUT PRODUCTS, INC Page 1 of 1 INVITATION TO BID www.duvalschools.org/purchasing December 10, 2020 Buyer: James Robinson Phone: 904-858-4837 Bid Number: ITB-028-21/JR Bid Title: Furnish and Install Stage Drapes Term of Bid: From Date of Award through April 31, 2024 with renewal options. Opening: Thursday January 7, 2021 at 2:00 p.m. Bids received prior to this date and time will be opened in the Conference Room, and may not be withdrawn for 120 days after opening. All bids received after the specified date and time will be returned unopened. Submit Bid To: DCPS Purchasing Services / 1701 Prudential Drive, Suite 322 / Jacksonville FL 32207 Special Requirements: (See Special Condition #34) BIDDER ACKNOWLEDGEMENT This form must be completed, returned, and include an original manual signature for bid to be considered. By signing below, I attest that I have acquainted myself with the general conditions, special conditions and specifications of this bid, and agree to comply with them all. I certify that I am authorized to obligate on behalf of the bidder and that the address shown on this form is the companys principal place of business. Bid documents shall be submitted in a sealed envelope clearly marked with this bid number, opening date and time. Legal Name of Bidder: Mailing Address: City, State, Zip Code: Telephone: Toll Free: Fax: Email Address: Internet URL: Federal ID # or SS #: Duns #: If you are a certified minority, state certifying agency: Payments will be made in accordance with Florida Statute 218. Form of Payment accepted: Credit Card _____ or ACH _____ (see Special Condition #39) Initial Initial Delivery can be made within calendar days after receipt of order. Addenda through received. (if applicable) Original Manual Signature of Authorized Representative: Printed/Typed Name of Authorized Representative: Title: Date: eile re http://www.duvalschools.org/dcps http://www.duvalschools.org/purchasing NOTICE TO BIDDERS The State of Florida has amended Chapters 283.35 and 287.084, Florida Statutes effective July 1, 2012. These amendments require political subdivisions of the state (with the exception of counties or municipalities) to give local preference in making purchases of printing services or personal property through a competitive solicitation process. Therefore, bidders who indicate on the Bidder Acknowledgement Form that their principal place of business is outside of the State of Florida shall also complete and submit with their bid the enclosed Opinion of Out-Of-State Bidders Attorney on Bidding Preferences. Failure of an out-of-state bidder to submit the completed form will render their bid non-responsive. LOCAL PREFERENCE: When the lowest bid is submitted by a firm whose principal place of business is outside of the State of Florida, a minimum five percent (5%) preference shall be given to bids submitted by firms whose principal place of business is within the State of Florida. If the state or political subdivision within which the out-of-state firm has its principal place of business maintains a local preference, the preference given to bidders from the State of Florida shall be of an equal percentage. OPINION OF OUT-OF-STATE BIDDERS ATTORNEY ON BIDDING PREFERENCES (To be completed by the Attorney for any Bidder who is Out-of-State as indicated on the Bidder Acknowledgement Form. Failure of an Out-of-State Bidder to submit this form will render their bid non-responsive.) NOTICE: Section 287.084(2), Fla. Stat., provides that a vendor whose principal place of business is outside this state must accompany any written bid, proposal, or reply documents with a written opinion of an attorney at law licensed to practice law in that foreign state, as to the preferences, if any or none, granted by the law of that state [or political subdivision thereof] to its own business entities whose principal places of business are in that foreign state in the letting of any or all public contracts. See below and see also s. 287.084(1), Fla. Stat. LEGAL OPINION ABOUT STATE BIDDING PREFERENCES (Please Select One) ______ The bidders principal place of business is in the State of ________________ and it is my legal opinion that the laws of that state do not grant a preference in the letting of any or all public contracts to business entities whose principal places of business are in that state. ______ The bidders principal place of business is in the State of ________________ and it is my legal opinion that the laws of that state grant the following preference(s) in the letting of any or all public contracts to business entities whose principal places of business are in that state: [Please describe applicable preference(s) and identify applicable state law(s)]: ____________________________________________________________________________________ ________________________________________________________________________________________ ________________________________________________________________________________________ LEGAL OPINION ABOUT POLITICAL SUBDIVISION BIDDING PREFERENCES (Please Select One) ______ The bidders principal place of business is in the political subdivision of ________________ and it is my legal opinion that the laws of that political subdivision do not grant a preference in the letting of any or all public contracts to business entities whose principal places of business are in that political subdivision. ______ The bidders principal place of business is in the political subdivision of ________________ and the laws of that political subdivision grant the following preference(s) in the letting of any or all public contracts to business entities whose principal places of business are in that political subdivision: [Please describe applicable preference(s) and identify applicable authority granting the preference(s)]: ________________________________________________________________________________________ Signature of out-of-state bidders attorney: ______________________________________________ Printed name of out-of-state bidders attorney: _____________________________________________ Address of out-of-state bidders attorney: ________________________________________________ Telephone Number of out-of-state bidders attorney: (_____) _____ - _________ Email address of out-of-state bidders attorney: _______________________________________________ Attorneys states of bar admission: ________________________________________________________ IMPORTANT: Include with your bid the written legal opinion of the attorney licensed to practice law in the out-of-state jurisdiction, as required by s. 287.084(2), Fla. Stat. Such opinion should permit DCPSs reliance on such attorneys opinion for purposes of complying with s. 287.084(2), Fla. Stat. GENERAL CONDITIONS 1. RESERVATIONS: Duval County Public Schools reserves the right to reject any or all bids or any part thereof and/or waive informalities if such action is deemed in the best interest of Duval County Public Schools. Duval County Public Schools reserves the right to cancel any contract, if in its opinion, there be a failure at any time to perform adequately the stipulations of this invitation to bid, and general conditions and specifications which are attached and made part of this bid, or in any case of any attempt to willfully impose upon Duval County Public Schools materials or products or workmanship which is, in the opinion of Duval County Public Schools, of an unacceptable quality. Any action taken in pursuance of this latter stipulation shall not affect or impair any rights or claim of Duval County Public Schools to damages for the breach of any covenants of the contract by the contractor. Duval County Public Schools also reserves the right to reject the bid of any bidder who has previously failed to perform adequately after having once been awarded a prior bid for furnishing materials similar in nature to those materials mentioned in this bid. Should the contractor fail to comply with the conditions of this contract or fail to complete the required work or furnish the required materials within the time stipulated in the contract, Duval County Public Schools reserves the right to purchase in the open market, or to complete the required work, at the expense of the contractor or by recourse to provisions of the faithful performance bond if such bond is required under the conditions of this bid. Should the contractor fail to furnish any item or items, or to complete the required work included in this contract, Duval County Public Schools reserves the right to withdraw such items or required work from the operation of this contract without incurring further liabilities on the part of Duval County Public Schools thereby. SHOULD ANY BIDDER HAVE ANY QUESTIONS AS TO THE INTENT OF MEANING OF ANY PART OF THIS BID HE/SHE SHOULD CONTACT THE BUYER IN TIME TO RECEIVE A WRITTEN REPLY BEFORE SUBMITTING HIS/HER BID. All items furnished must be completely new, and free from defects unless specified otherwise. No others will be accepted under the terms and intent of this bid. 2. QUOTATIONS: No bidder will be allowed to offer more than one price on each item even though he/she may feel that he/she has two or more types or styles that will meet specifications. Bidders must determine for themselves which to offer. IF SAID BIDDER SHOULD SUBMIT MORE THAN ONE PRICE ON ANY ITEM, ALL PRICES FOR THAT ITEM WILL BE REJECTED AT THE DISCRETION OF THE DIRECTOR OF PURCHASING. 3. TAXES: Duval County Public Schools is exempt from the following taxes: (a) State of Florida Sales Tax by Certificate No. 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-028-21/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-028-21/JR Organization Name PR/Award or Project Name Name Title Signature Date AUTHORITY TO RESOLVE PROTESTED SOLICITATIONS AND AWARDS 1) Any actual or prospective bidder, proposer or contractor who is aggrieved in connection with the solicitation or award of a contract may file a protest and shall deliver its written notice of protest to the Assistant Superintendent of Operations or designee (hereinafter Hearing Officer) immediately, but no later than two (2) working days after bid opening or after recommendation of award, if not to the apparent low bidder, or as set forth in paragraph 9 infra, which will initiate the 48-hour notice requirement. The written protest with documentation shall be delivered to the Hearing Officer no later than 2 p.m. on the 4th calendar day immediately following the bid opening or receipt of notice of intent to award recommendation as is appropriate. If that day is a School Board non-workday, the protest shall be delivered no later than 9 a.m. the next Duval County School Board (DCSB) work day. Protests shall be presented with specificity, and every issue shall be fully documented. 2) The legal basis for any relief sought must be clearly identified and explained in the written notice of protest. 3) The Hearing Officer shall call a meeting and hear all protests and receive all evidence within a reasonable time. This does not preclude the Hearing Officer from calling a special meeting or granting a continuance under extraordinary circumstances. 4) All bidders or offerors shall receive notice of any protest hearing and a copy of the protest document. Attachments shall be available upon request. 5) The Florida Rules of Civil Procedure may be relaxed at the sole discretion of the Hearing Officer presiding at any protest hearing. 6) The Hearing Officer shall issue his/her decision within five (5) working days of the completion of the protest hearing. 7) The Hearing Officers decision shall result in a final order which may include findings and conclusions. The decision of the Hearing Officer shall be final. 8) The DCSB does not encourage the use of faxes to accomplish delivery of the notice of protest and the protest itself. Any bidder or offeror utilizing delivery by fax shall assume the risk associated with incomplete delivery or nonreceipt. 9) Any protest specification objection shall be generally treated as set forth in paragraph 1 supra. The operative date for the notice requirement shall be the date the specifications were obtained by the prospective bidder or offeror but no later than 10 days prior to the date of bid opening or proposal due date. BID NO. ITB-028-21/JR Furnish and Install Stage Drapes Opening Date: January 7th, 2021 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-028-21/JR SC 1 of 11 SPECIAL CONDITIONS 1. PURPOSE: Purpose of this bid is to establish firm prices and a source of supply for furnishing and installing stage drapes at various locations to be purchased by Duval County Public Schools (DCPS) for the period from date of award through April 30, 2024. 2. RENEWAL: Upon written mutual agreement between Contractor and Duval County Public Schools, contract may be renewed at anniversary date for two additional one year periods, subject to the same provisions, terms, conditions, specifications and prices as originally awarded. 3. AWARD: Will be all-or-none. All items must be bid to be considered for award. Note that this is a source of supply bid; all items will not necessarily be ordered at one time. For purposes of evaluation, this form will be interpreted as follows: Unit price: Unit price should be numeric. Unit prices left blank will be deemed no bid, and a unit price of $0 will be deemed included at no charge. Item Bid: Item bid should be the manufacturer & model # or name of product you will supply if awarded. If left blank or as specified is entered the item will be considered to have insufficient information to evaluate. Failure to respond as requested may result in rejection of item(s) as non-responsive. 4. BID EVALUATION PROCESS: Bids are initially reviewed for determination of compliance with submittal requirements as found in the bid instructions. Those bids that are non-compliant are removed from consideration and are not included on the bid tabulation. Examples of non-compliant bids are: bids that do not bear the signature of an individual authorized to obligate on behalf of the company; bids submitted with line items corrected by the use of correction fluid (only the corrected items are considered non-compliant); bids submitted with line items that are correct but not initialed by the originator (only the corrected items are considered non-compliant); any bid submitted that contains a material deviation from the bid submittal instructions. Tabulated bids are then evaluated on the basis of price. The lowest price bid will be evaluated to determine responsiveness. If the bid is responsive, it will be recommended for award. If the bid is not responsive, it will not be recommended for award and the next lowest price bid will be evaluated to determine responsiveness. This process will continue in succession until the lowest responsive bid is evaluated and is recommended for award. If the bid contains multiple items that are to be awarded independently, this process is completed for each item in the bid. Tie bids are decided by tie breaking procedures outlined in purchasing policy. PURCHASES: Award does not constitute and 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. 5. POSTING OF BID RECOMMENDATION: Recommendation for Award will be posted in Purchasing Services on or about January 21st, 2021 and will remain posted for 72 consecutive hours. For exact date and time, please contact the buyer named below. 6. QUESTIONS: Any questions and/or request for additional information should be directed to James Robinson, in Purchasing Services, via email at robinsonj12@duvalschools.org placing this bid number (ITB-028-21/JR) in the subject header. Deadline for questions shall be 12:00 p.m. EST on December 21st, 2020. Questions received after this date will not be answered. Interpretations or clarifications in response to such questions will be issued in the form of written addenda to all parties recorded by Purchasing Services as having received the Bid Documents. No verbal or written information obtained other than by information in this document or by written addendum to this bid will be binding on the District. Bid No. ITB-028-21/JR SC 2 of 11 7. EX PARTE COMMUNICATION: Ex parte communication regarding this solicitation, whether verbal or written, by any potential respondent or representative of any potential respondent to this ITB with District personnel involved with or related to this ITB, other than as expressly designated in this document, is strictly prohibited. Violation of this restriction may result in the rejection/disqualification of the respondents bid. 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. 8. PRICING: Repairs NOT Covered By Specifications: When DCPS requires related repairs that are not a part of the specifications herein (see Specifications #6), the Annual Maintenance Services Coordinator will request a written quote for those services. DCPS may, at its sole discretion, elect to procure those services from the contractor in accordance with this contract or may elect to procure them elsewhere. If the Annual Maintenance Services Coordinator elects to procure the service(s) from the contractor, a separate purchase order will be issued. Escalation Provision: At each renewal of the contract, DCPS will consider an increase due to inflation provided the proposed price increase does not exceed the lesser of 3% or the rate of inflation as determined by the Consumer Price Index (CPI) for urban wage earners and clerical workers, U.S. city average, all items (1982-84=100), published by the U.S. Bureau of Labor Statistics, or any successor or substitute index appropriately adjusted for the prior 12 month period using the first-published CPI for the month immediately preceding the month of the contract renewal request. The contractor must request the increase in writing prior to the renewal of the contract. 9. EQUIPMENT RENTAL: All special equipment, tools, mechanical devices or material rented in support of this contract shall be approved by DCPS in writing prior to rental. The cost of such items will be reimbursed based on the contractors actual expense only. Copies of the invoices will be required and no overhead and profit may be applied. (Example: scaffolding, dumpsters) 10. 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. 11. UNITS OF MEASURE AND LOT SIZES: The item unit of measure shall be as indicated on the Bid Proposal Form. If manufacturers standard packaging is different than the quantity listed, it shall be the vendors responsibility to convert the bid price to the requested unit of measure. Bids received for items that have not been converted to the requested units of measure shall be considered non- responsive. Additionally, bidders must indicate the units of measure they are able to supply. 12. QUANTITIES: The items listed in this solicitation will be ordered on an AS NEEDED basis by the Duval County School System. No firm statement of quantity, totally or individually, can be made. The column headed ESTIMATED QUANTITY is for information only and does not bind the Duval County School Board to make any purchases under items of this bid. Estimated quantities are based on prior bids usage. 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 Bid No. ITB-028-21/JR SC 3 of 11 DCPS, or manufacturers warranty whichever is greater. Should any defect in material or workmanship, excepting ordinary wear and tear, appears during the warranty period, the successful bidder shall repair or replace same at no cost to DCPS, immediately upon written notice from DCPS. See warranty form Attachment A. 14. REFERENCES: Each Bidder is should submit a list of five (3) references, other than DCPS, using the format in Attachment B, in order to verify satisfactory performance. The Bidder must be the prime contractor for each client/contract referenced. All references shall be for work performed over the last three (3) years at commercial, multi-residential developments and/or institutional complexes for contracts of comparable size. At least one contract/customer shall have multiple locations. All three (3) contracts/customers shall have been serviced for a minimum of one year. 15. SPECIFICATION ERRORS: In the event of a discrepancy between specifications and the make/model listed for an item or items, specifications shall take precedence for the purposes of the bid. 16. 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 pumping will be executed. 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. 17. 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. 18. MEASUREMENT AND INSTALLATION TIME: All field measurements necessary for correct installation shall be completed within ten (10) working days of the request. Field measurements must be done in the presence of an authorized site supervisor from the Maintenance Department. Installation shall commence within six (6) weeks and be completed within eight (8) weeks of receipt of purchase order. Appointments for field measurements shall be made through the school or workspace and confirmed 24 hours prior to the visit. If unable to meet this field measurement and installation time frame, please specify best possible dates on the bid sheet. A single site visit for measurement shall be included in the bid price. Vendor shall not charge for additional site visits if visit is for actual installation or for correction of faulty workmanship. 19. PERMITS, FEES, NOTICES: The contractor shall secure and pay for permits when required and governmental fees, 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 DCPS, shall assume full responsibility therefore and shall bear all costs attributable thereto. 20. CONTRACTOR: The contractor shall carefully review the contract documents and shall report to DCPS any error, inconsistency or omission discovered. The contractor shall not perform any portion of any work at any time without contract documents or approval from DCPS. The contractor shall provide supervision to direct the work using their best skills and attention, and shall be solely responsible for all contracted service means, methods, techniques, sequence, procedures and coordination of all portions of the work under contract. The contractor shall be responsible to DCPS for the acts and omissions of his employees, sub- contractors and their agents and employees, or other persons performing any of the work under the contract. Bid No. ITB-028-21/JR SC 4 of 11 21. SUB-CONTRACTORS: DCPS must approve all sub-contractors in writing prior to them performing any work under this contract. All requests for sub-contractors shall be submitted in writing to the Director of Facilities Maintenance. The vendor will be fully responsible to DCPS for the acts and omissions of the sub-contractor and its employees. All responsibilities relating to the performance of this contract shall remain the responsibility of the vendor. 22. COMMUNICATIONS: After the contract has been awarded, the awarded vendor shall then forward all communications to DCPS through: Facilities Support Contracting 129 King Street, Room 25 Jacksonville, FL 32204 23. USE OF SITE: The contractor shall confine operations at the site to areas permitted by law, ordinances, permits and the contract documents and shall not unreasonably encumber the site with any materials or equipment. 24. 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 the contractors expense. 25. 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. The contractor will, after completion of requested work, submit an invoice. The invoice must clearly indicate the school (or work location) with a copy of the work request attached and be sent to: Facilities Support Contracting 129 King Street, Room 25 Jacksonville, FL 32204 Payment shall be released pending confirmation and/or verification that services have been rendered in accordance with the terms of the contract. 26. 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. 27. CORRECTION OF WORK: The contractor shall promptly correct all work rejected by DCPS as defective or as failing to conform to the contract documents. 28. 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. Bid No. ITB-028-21/JR SC 5 of 11 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. 29. SMOKING: Smoking is prohibited on school property, including all buildings and grounds. 30. IDENTIFICATION: I.D. badges and/or company logos on shirts or hats are required on all contractors personnel. 31. ATTIRE: Proper attire shall be worn at all times. a. Shirts shall be worn while on school property at all times. (No tank tops will be permitted). b. Clothing displaying nudity, obscene language, obscene symbols or pro-drug slogans is prohibited. c. Proper shoes to insure the individual's safety shall be worn at all times. 32. FRATERNIZATION: Bidder shall not fraternize with school staff or students. 33. 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 DCPS not later than twenty-four (24) hours from the time that the emergency is discovered by the contractor. 34. 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 Bid No. ITB-028-21/JR SC 6 of 11 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. 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 Bid No. ITB-028-21/JR SC 7 of 11 Florida, or those which, under an ISO filing, must be attached to the policy (i.e., mandatory endorsements). Coverage shall include all owned, non-owned and hired autos used in connection with this Agreement. (b) DCPS and DCPSs members, officials, officers and employees shall be included as additional insureds in a manner no more restrictive than that which would be afforded by designating DCPS and DCPSs members, officials, officers and employees as additional insureds on the latest edition of the ISO Designated Insured (ISO Form CA 20 48) endorsement. (c) The minimum limits to be maintained by the VENDOR/CONTRACTOR (inclusive of any amounts provided by an umbrella or excess policy) shall be: $1,000,000 Each Occurrence - Bodily Injury and Property Damage Combined B. Evidence of Insurance. Except as may be otherwise expressly specified in this Exhibit, the insurance shall commence at or prior to the execution of this Agreement by DCPS and shall be maintained in force throughout the term of this Agreement. The VENDOR/CONTRACTOR shall provide evidence of such insurance in the following manner: 1. As evidence of compliance with the required Workers Compensation/Employers Liability, Commercial General Liability, Business Auto Liability, and Professional Liability, the VENDOR/CONTRACTOR shall furnish DCPS with a fully completed satisfactory Certificate of Insurance such as a standard ACORD Certificate of Liability Insurance (ACORD Form 25) or other evidence satisfactory to DCPS, signed by an authorized representative of the insurer(s) providing the coverage. The Certificate of Insurance, or other evidence, shall verify that Workers Compensation/Employers Liability contains a waiver of subrogation in favor of DCPS, identify this Agreement, and provide that DCPS shall be given no less than thirty (30) days written notice prior to cancellation. 2. As evidence of the required Additional Insured status for DCPS on the Commercial General Liability insurance, the VENDOR/CONTRACTOR shall furnish DCPS with: (a) a fully completed satisfactory Certificate of Insurance, and a copy of the actual additional insured endorsement as issued on the policy, signed by an authorized representative of the insurer(s) verifying inclusion of DCPS and DCPSs members, officials, officers and employees as Additional Insureds in the Commercial General Liability coverage; or (b) the original of the policy(ies). 3. Until such time as the insurance is no longer required to be maintained by the VENDOR/CONTRACTOR as set forth in this Agreement, the VENDOR/CONTRACTOR shall provide DCPS with renewal or replacement evidence of the insurance in the manner heretofore described no less than thirty (30) days before the expiration or termination of the insurance for which previous evidence of insurance has been provided. 4. Notwithstanding the prior submission of a Certificate of Insurance, copy of endorsement, or other evidence initially acceptable to DCPS, if requested by DCPS, the VENDOR/CONTRACTOR shall, within thirty (30) days after receipt of a written request from DCPS, provide DCPS with a certified copy or certified copies of the policy or policies providing the coverage required by this Section. The VENDOR/CONTRACTOR may redact or omit, or cause to be redacted or omitted, those provisions of the policy or policies which are not relevant to the insurance required under this Agreement. C. Qualification of the VENDOR/CONTRACTORs Insurers Bid No. ITB-028-21/JR SC 8 of 11 1. Insurers providing the insurance required by this Agreement for the VENDOR/CONTRACTORs must either be: (1) authorized by a subsisting certificate of authority issued by the State of Florida to transact insurance in the State of Florida, or (2) except with respect to coverage for the liability imposed by the Florida Workers Compensation Act, an eligible surplus lines insurer under Florida Statutes. 2. In addition, each such insurer shall have and maintain throughout the period for which coverage is required, a Bests Rating of A- or better and a Financial Size Category of VII or better according to A. M. Best Company. 3. If, during the period when an insurer is providing the insurance required by this Agreement, an insurer shall fail to comply with the foregoing minimum requirements, as soon as the VENDOR/CONTRACTOR has knowledge of any such failure, the VENDOR/CONTRACTOR shall immediately notify DCPS and immediately replace the insurance provided by the insurer with an insurer meeting these requirements. Until the VENDOR/CONTRACTOR has replaced the unacceptable insurer with an insurer acceptable to DCPS, the VENDOR/CONTRACTOR shall be in default of this Agreement. D. The VENDOR/CONTRACTORs Insurance Primary and Non-Contributory. The insurance provided by the VENDOR/CONTRACTOR pursuant to this Agreement shall apply on a primary basis to, and shall not require contribution from, any other insurance or self-insurance maintained by DCPS or DCPSs member, official, officer or employee. E. The VENDOR/CONTRACTORs Insurance As Additional Remedy. Compliance with the insurance requirements of this Agreement shall not limit the liability of the VENDOR/CONTRACTOR, or its Subcontractors or Sub-subcontractors, employees or agents to DCPS or others. Any remedy provided to DCPS or DCPSs members, officials, officers or employees by the insurance shall be in addition to and not in lieu of any other remedy available under this Agreement or otherwise. F. No Waiver by DCPS Approval/Disapproval. Neither approval by DCPS nor failure to disapprove the insurance furnished by the VENDOR/CONTRACTOR shall relieve the VENDOR/CONTRACTOR of the VENDOR/CONTRACTORs full responsibility to provide the insurance as required by this Agreement. NOTICE: Proof of the above required insurances must be provided by the VENDOR/CONTRACTOR prior to award by DCPS. Failure to provide the required proof of insurances may result in recommendation for award to an alternate VENDOR/CONTRACTOR. 35. 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. 36. 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. 37. 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 http://www.fldoe.org/teaching/professional-practices/background-screening-requirements.stml Bid No. ITB-028-21/JR SC 9 of 11 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. 38. 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. 39. 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. 40. PAYMENT TERMS: Payments will be made in accordance with Florida Statutes 218.174, also known as the Local Government Prompt Payment Act. 41. 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. 42. 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. 43. 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-028-21/JR SC 10 of 11 44. 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. 45. 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. 46. 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. 47. 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. 48. 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 47. 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. 49. TRANSITION ASSISTANCE: In the event the resulting agreement is terminated, not renewed or naturally expires, the Contracted Vendor agrees that the District may provide written notice to the Contracted Vendor retaining the Contracted Vendor for a month-to-month basis on the same terms and conditions set forth in the agreement. Such month-to-month services shall continue until the District has established a replacement contract to Furnish and Install Stage Drapes. In any event, these services will not be required to continue for a period of time exceeding six (6) months. 50. 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). 51. PUBLIC RECORD: Pursuant to Florida Statutes Chapter 119, paragraph (m), bids received as a result of this ITB will not become public record until thirty (30) days after the date of opening or until posting of a recommendation for award, whichever occurs first. 52. EMPLOYMENT ELIGIBILITY: Pursuant to the provisions of section 448.095, Florida Statutes, the Bid No. ITB-028-21/JR SC 11 of 11 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-028-21/JR SP 1 of 6 STAGE DRAPE SPECIFICATIONS 1. GENERAL DESCRIPTION 1.1. Duval County Public Schools (DCPS) intends to enter into agreement for the servicing or installation of stage drapes, theatrical accessories, rigging inspection, drape cleaning, and associated items in various schools on an annual contract basis. This specification establishes the minimum requirements for stage drapes listed and described in the body of these specifications, to be coordinated by Facilities Maintenance, Duval County Public Schools, 129 King Street, Room 25, and Jacksonville, Florida 32204. 1.2. The work is to provide stage drapes, theatrical accessories, rigging inspection, and associated item replacement, to include fabrication, drape cleaning, and installation of stage drapes, tracks, and related materials, on an as-needed basis, for DCPS, as specified herein. While unit prices, as bid, shall remain firm for the full contract term, the total cost of a given job shall be dependent upon the specific requirements for each job. 1.3. Submit a color selection wheel or swatch book for materials offered with bid. 2. MINIMUM STANDARDS FOR STAGE DRAPE REPLACEMENT Provide fabrics inherently and permanently flame resistant to comply with requirements indicated. Provide fabrics of each type and color from same dye lot. 2.1. STAGE DRAPE FRONT SETTING AND VALANCE (Item #1) Shall be KM Fabrics "Prestige IFR" or acceptable substitution. Napped fabric of 100 percent polyester weighing not less than 25 oz./linear yard. Inherently and permanently fire resistant Polyester (IFR) Velour 2.1.1. Width: 54 inches, minimum. 2.1.2. Flame Resistance: Conforms to National Fire Protection Association (NFPA) #701. The manufacturer only shall treat material for flame resistance. Newly installed drapes; on-site or bidder applied treatments are unacceptable. 2.1.3. Colors: Chosen at time of order from standard selections see 1.3. 2.1.4. Bid price shall be per lineal yard. 2.1.5. All bottom hems of curtains (including stage drape, cycloramas, and side legs) extending to floor shall be approximately 6" deep with a rust-resistant chain or other approved weights encased in a separate sleeve or pocket mounted at the top of hems to reduce any abrasion wear. 2.2. STUDIO DRAPE (Item #2) Shall be Dazian PD Cloth or acceptable substitution. 2.2.1. Weight per lineal Yard: 16 oz. minimum prior to fireproofing. Inherently and permanently fire resistant polyester (IFR) 2.2.2. Width: 72 inches, minimum 2.2.3. Flame Resistance: Conforms to NFPA #701. Materials shall be inherently flame resistant for the life of the fabric. 2.2.4. Colors: Chosen at time of order from standard selections see 1.3. 2.2.5. Bid price shall be per lineal yard. 2.2.6. Bottom hems of studio curtains shall be 4" deep at a minimum with a rust-resistant chain or other approved weights encased in a separate pocket at the top of hems to reduce any abrasion wear. Bid No. ITB-028-21/JR SP 2 of 6 2.3. CYCLORAMA, BAFFLES, REAR SETTINGS AND SIDE LEGS (Item #3): Shall be Nassau "Chevron 2000 or acceptable substitution. Inherently and permanently fire resistant Polyester material (IFR) 2.3.1. Width: 54 inches, minimum. 2.3.2. Colors: Chosen at time of order from standard selections see 1.3. 2.3.3. Bid price shall be per lineal yard. 2.3.4. Flame Resistance: Conforms to NFPA #701. Material shall be treated for flame resistance by the manufacturer only. 2.4. FRINGE (Item #4): 2.4.1. Shall be fire-resistant. Polyester material. (IFR) 2.4.2. Shall be "bullion-type" trim. 6" overall finish height. 2.4.3. Bid price shall be per installed lineal foot. 2.4.4. Color to be chosen at time of order from standard selections see 1.3. 2.5. TRAVERSING STAGE TRACK (Item #5): Shall be Automatic Devices Co., "Besteel" # 170, or acceptable substitution. 2.5.1. Furnish and install complete assembly with necessary ball bearing, end block pulleys, floor pulley, track carriers and master carriers with trim chain, guides, nylon cord for traversing operation, splicing clamps, all fasteners, and all other necessary accessories for complete operation. 2.5.2. Bid price shall be per lineal foot ("running foot"). 2.5.3. Track to be mounted to existing ceiling system wherever possible. 2.6. CYCLORAMA WALK-ALONG TRACK (Item #6): Shall be Automatic Devices Co., Besteel #173, or acceptable substitution. 2.6.1. Furnish and install complete assembly with flexible curvature I-beam track, or equal, to accommodate a wide radius range, complete with carriers, guides, all fasteners and ceiling (or hanging) anchor clamps, splicing clamps, and all other necessary accessories for complete operation. 2.6.2. Bid price shall be per lineal foot ("running foot") 2.6.3. Track to be mounted to existing ceiling system wherever possible. 2.7. STUDIO TRACK (Item #7): Shall be11 gauge extruded aluminum I-Beam construction consisting of a center rib and top, intermediate and bottom flanges. Automatic Devices Co., RIG-I-FLEX Model #142R, or acceptable substitution. 2.7.1. Furnish and install complete assembly with flexible curvature I-beam track to accommodate a wide radius range, complete with carriers, guides, all fasteners and ceiling (or hanging) anchor clamps, splicing clamps, and all other necessary accessories for complete "walk-along" operation. 2.7.2. Bid price shall be lineal foot ("running foot"). 2.7.3. Track shall be rigidly supported from ceiling clamps (Model 1423) or hanging clamps (Model 4208). 2.7.4. If not possible, vendor shall install Support Assembly, as specified (Item #10 on Bid Price Sheet). 2.7.5. Vendor must conform to all applicable building codes. 2.8. PIPE, SUPPORT ASSEMBLY (Item #8): 2.8.1. Pipe, to be used if required, shall be a minimum of 1 1/4" diameter steel support, or acceptable substitution. Pipe shall be used for supporting tracks, curtains, etc., where necessary for proper operation. 2.8.2. Bid price shall be per lineal foot and shall include all materials (mounting/securing hardware included). Bid No. ITB-028-21/JR SP 3 of 6 2.9. LABELS: 2.9.1. All curtain material shall have sewn-on permanent labels stating material is flame resistant as per NFPA #701 and as specified herein. The labels shall be located in such a manner that they can be read while standing on the platform floor level (stage). 2.10. 50% FULLNESS: 2.10.1. All stage curtain, side legs, baffles, and cyclorama material shall be installed with 50% fullness, minimum for optimum operation and finished appearance. Locate pleats 12" on center, closed at back, with back edges sewn together from top down, a distance of 12 inches. Cross seams are unacceptable. All curtains to be hung with rustproof brass grommets or approved equivalent. 2.11. EXISTING TRACKS: 2.11.1. If a given job is to replace stage drapes and curtains while using existing tracks, the successful vendor shall be required to inspect, make necessary adjustments, and clean and lubricate existing tracks and hardware to provide for smooth and proper operation of system. Bid prices for installation using existing track shall be on installed lineal foot ("running foot") basis. Existing track shall be used, unless otherwise directed. 3. INITIATION, INSTALLATION AND COMPLETION OF WORK: 3.1. INITIATION 3.1.1. SITE MEASUREMENTS: Within ten (10) calendar days of request, the successful vendor shall visit the job site, when a job is requested, and familiarize themselves with existing conditions. The successful vendor will provide the required job measurement and total cost proposal to the Facilities Support Coordinator. Measurements for material and condition of existing track and hardware shall be assessed. The vendor shall be responsible for accurately measuring each job and providing proper amount of materials. The vendor shall immediately notify the Facilities Support Coordinator if existing tracks cannot be utilized or if any extenuating conditions are thought to exist. 3.1.2. FAMILIARITY WITH WORK SITE: The successful vendor shall be responsible for properly assessing work conditions at job site prior to initiating work. All suspect problem areas shall be brought to the Facilities Support Coordinators attention immediately. It is the successful vendors responsibility to become fully informed as to the nature and extent of the work required and its relation to any other work in the area, including possible interference from academic or other school activities. Arrangements for inspection of DCPS' facilities and/or activity schedules may be secured from the Office of the School Principal. The successful vendor shall schedule all visits to DCPS facilities with the Office of the School Principal prior to visiting. 3.1.3. PROPOSALS: Proposal prices, as bid, shall include all labor charges for a complete and proper operation of stage curtain system. Work shall commence when a purchase order is issued. No work shall commence without a purchase order. 3.1.3.1. FRINGE MATERIAL (for Stage Curtain) (Item #4): If the original drape/valence had fringe, then the replacement drape/valence will also have fringe unless decided otherwise by the school principal. Installation cost of fringe material if required shall be included in the applicable prices, Item #4, as bid. 3.1.3.2. Installation costs shall not include any extenuating and extraordinary costs such as requiring electric high lifts, repairs to inferior ceiling structure integrity, etc. These extra costs may be separately itemized on the vendor's proposal for the job, but under no circumstances shall the vendor proceed with such extras without expressed written permission from the Facilities Support Coordinator. Installation of side Legs and/or baffles shall be included in the installation prices (Item #9-12), as bid, per the corresponding, amount of track length as measured. Bid No. ITB-028-21/JR SP 4 of 6 3.2. INSTALLATION 3.2.1. GENERAL: Support assembly for track shall not exceed 8 feet on center. 1-1/4" diameter pipe may be used for support assembly, if required. Installation cost of pipe shall be included in the material price, Item #8, as bid. Attach track assembly to existing ceiling members, as directed by manufacturer, unless otherwise directed by DCPS. Finished curtains shall hang approximately one inch above platform floor when complete. Provide adequate amount of trim chain(s) at track carriers to allow for vertical adjustments. Install side legs and baffles as directed by manufacturer and as space and fastening areas allow. DCPS shall be responsible for determining that an extenuating situation exists and shall be responsible for any repairs that prevent the vendor from proper installation and operation of the curtain system. Any extenuating and extraordinary cost, after written approval to proceed is granted, shall be listed as a separate line item on the purchase order for that job. 3.2.2. QUALITY ASSURANCE: Vendor shall provide new materials and equipment, top quality, free from defects impairing strength, durability or appearance. Vendor shall provide and install all materials in accordance with all applicable federal, state and local codes and standards. Vendor shall be responsible for complete installation and proper operation prior to acceptance by DCPS. Vendor shall provide only non-asbestos materials. 3.2.3. HARDWARE: All related hardware including grommets, pull chains, fasteners, "S' hooks, bolts, and other like materials shall be included in the bid price for each applicable Material item (Item #1 through #4). New hardware shall be used as needed to assure proper and smooth operation. 3.2.4. DEBRIS: The vendor shall be responsible for all removal and proper disposal of any existing drapes, tracks, hardware, etc., as applicable. If there might be extensive damage caused during the removal of existing tracks, etc., the school principal and the Facilities Support Coordinator must be notified prior to removal. All removal costs shall be included in the installation prices bid. DCPS shall be responsible for any major repairs required prior to installation of new curtain systems. Vendor shall be responsible for the prompt removal of all debris from the school area, which is a result of this service or delivery. School trash receptacles / dumpsters shall not be used for disposal of old stage drapes and / or hardware. 3.3. COMPLETION 3.3.1. TIME FOR COMPLETION: Bidder agrees to commence fabrication of stage drape and other related items within six (6) weeks from date of receipt of a purchase order issued pursuant to this Invitation to Bid, and to complete installation hereunder by eight (8) weeks from the date of receipt of purchase order, for that given job. If this schedule cannot be met, indicate timeframe you propose on bid sheet. 3.3.2. 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. Should any defect in material or workmanship, with the exception of ordinary wear and tear, appear during the warranty period, the successful bidder shall repair or replace same at no cost to DCPS, immediately upon written notice from DCPS. 3.3.3. UNSATISFACTORY WORK: The vendor shall address unsatisfactory work within 48 hours of notification by DCPS. Bid No. ITB-028-21/JR SP 5 of 6 4. BID INSTRUCTIONS: 4.1. Bid price for installation of stage -and studio drapes shall be: 4.1.1. Installation using existing track, for 12' stage height or less (Item #9). 4.1.2. Installation using existing track, for over 12' stage height (Item # 10). 4.1.3. Installation using new track, for 12' stage height or less (Item # 11). 4.1.4. Installation using new track, for over 12' stage height (Item #12). 4.2. Bid prices shall be per linear foot ("running foot") of TOTAL LENGTH OF TRACK (traversing and walk-along), as measured on-site for each job. 4.3. Acceptable Substitutions: Duval County Public Schools reserves the exclusive right to determine acceptable substitutions. 5. STAGE CURTAIN CLEANING AND FLAME RETARDANT TREATMENT. 5.1. This specification establishes the minimum requirements for cleaning and treating stage drapes solicitation. The awarded bidder shall furnish at their expense, labor, supervisors equipment, machinery, tools, materials, transportation and other services necessary to fully complete the cleaning and flame retardant treatment of stage curtains. Cleaning and flame retardant treatment of stage drapes shall be issued through purchase orders on an AS NEEDED basis and treatment certified as fire retardant per the NFPA Standards. 5.2. Always try the least invasive techniques first, and use gradually more aggressive techniques until the stain is gone. Expect one or more of the following stains. Adhesive tape residue Beer Fruit Juices Grape Juice Blood Candle Wax Chewing Gum Chocolate Coffee Crayon Grass Grease Ink Ketchup Mustard Lipstick Milk Nail Polish Paint (latex) Paint (oil) Pencil Perspiration Rust Tea Tomato Urine Vomit 1. Drapes are to be vacuumed cleaned IN PLACE using methods that do not require the removal or re-hanging of the treated curtains. Before each cleaning, the Awarded Bidder shall make minor repairs: any repairs that will require additional charges shall have prior written approval from the District Contract Service Coordinator before repairs are made. Curtains shall be tested for color fastness prior to any stain removal process that may be necessary. All curtains shall be cleaned on both sides. Surface dust to be removed with industrial extractor and drapery treated with cleaner and extracted. Cleaning chemicals that are used shall be non-toxic and not cause any shrinkage, color fading, or damage the appearance of the fabric. Drapery track hardware shall be cleaned and inspected for minor damage. Missing grommet S hooks must be replaced. Damages or repairs that require an additional charge shall have written approval before repairs are made. 2. Flame retardant shall be applied only to cotton drapes. Retardant shall be non-toxic and non-allergenic. The district reserves the right to request written documentation of 3rd party toxicity test report. Retardant must meet or exceed NFPA and ASTM standards for a class A Fire Retardant. Retardant shall be odorless and colorless and shall not damage the appearance of the treated material. Bid No. ITB-028-21/JR SP 6 of 6 Drapery fabric that has been previously tagged as Inherently Flame Resistant (IFR), durably flame resistant, or permanently flame resistant shall be field tested to NFPA 705 for flammability characteristics Do not retreat IFR material. 3. Deep Cleaning: Remove IFR drapes from hangers, thoroughly clean, and rehang. This process aims to remove excessive smoke and stains damage. (Bid item #15) Cleaning chemicals that are used shall be non-toxic and not cause any shrinkage, color fading, or no fabric damage. Cleaning process shall not remove the existing flame retardant of the fabric. 6. ADDITIONAL SERVICES: 6.1. Theatrical Stage Rigging Safety Inspections and repairs shall be issued through purchase orders on an AS NEEDED basis. Rigging inspections and rigging repairs shall be as per American National Standards Institute (ANSI) www.ansi.org and United States Institute for Theatre Technology (USITT) www.usitt.org standard requirements and supervised by a certified Entertainment Theatre Certification Program (ETCP) rigger. 7. ASSIGNMENT: 7.1. Any purchase order issued pursuant to this bid invitation and the monies which, may become due hereunder are not assignable except with the prior written approval of DCPS. http://www.ansi.org/ http://www.usitt.org/ BID PROPOSAL FORM Name of Bidder: ___________________________ ITB-028-21/JR BPF 1 of 2 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. Award: Will be all-or-none. All items must be bid to be considered for award. Note that this is a source of supply bid; all items will not necessarily be ordered at one time. Failure to respond as requested may result in rejection of item(s) as non-responsive Item Est. Qty. Unit Description Manufacturer & Model # offered Unit Price Extended Price MATERIAL 1. 1000 Stage drape and valence, as specified $__________ $___________ LYDs including hardware Per LYD 2. 50 Studio drape, as specified $__________ $___________ LYDs including hardware Per LYD 3. 1600 Cyclorama, baffles and side legs, as $__________ $___________ LYDs specified, including hardware Per LYD 4. 100 Fringe material (for stage curtain/valence) $__________ $___________ LFT as specified, including installation and hardware Per LFT 5. 50 Traversing track, as specified $__________ $___________ LFT Per LFT 6. 50 Walk-along track, as specified $__________ $___________ LFT Per LFT 7. 50 Studio track, as specified $__________ $___________ LFT Per LFT 8. 100 Pipe, support assembly, as specified, $__________ $___________ LFT including installation Per LFT BID PROPOSAL FORM Name of Bidder: ___________________________ ITB-028-21/JR BPF 2 of 2 Item Est. Qty. Unit Description Manufacturer & Model # offered Unit Price Extended Price INSTALLATION (stage drapes and studio drapes) including removal of existing where applicable: 9. 2500 Installation, using existing track, for 12' $__________ $___________ LFT stage height or less, as specified Per LFT 10. 600 Installation, using existing track, for over $__________ $___________ LFT 12' stage height, as specified Per LFT 11. 50 Installation, using new track, for 12' stage $__________ $___________ LFT height or less, as specified Per LFT 12. 50 Installation, using new track, for over $__________ $___________ LFT 12' stage height, as specified Per LFT 13. 5000 Sq. Yd. Stage curtain cleaning of cotton material and flame retardant treatment in place $__________ Per Sq. Yd. $___________ 14. 5000 Sq. Yd. Stage curtain cleaning in place of IFR drape material. $__________ Per Sq. Yd. $___________ 15. 1500 Sq. Yd. Deep Cleaning: Remove drapes from hangers, clean and rehang IFR drape material. $__________ Per Sq. Yd. $___________ TOTAL ITEMS 1-15 $___________ Remember to include color chart or swatch book per Stage Drape Specifications 1.3. Insurance Company Name: ___________________________. NAIC Company Code: ___________ NOTE: Providing insurance through a company not registered with the Florida Office of Insurance Regulation may render your bid nonresponsive in accordance with Special Condition 34. ITB-028-21/JR Attachment A WARRANTY INFORMATION For Bid Items 1-12 All blanks should be filled in and submitted with Bid. MAKE AND MODEL OF PROPOSED: Is there a warranty on equipment proposed? Yes or No (circle one) Does warranty apply to all components or only part? (State explicitly) *Parts Warranty Period: *Labor Warranty Period: Who will provide the warranty service, both parts and labor, for this contract? Company Name: Address: Contact Person/Dept.: Phone # Fax # Who is highest authority (Manufacturer, Distributor, Dealer, etc.) fully behind this warranty? Company Name: Address: Copy of complete warranty statement is submitted herewith. Yes or No (circle one) NAME OF BIDDER: Authorized Representative: Signature: *Warranty period indicated must equal or exceed warranty conditions stated in Special Conditions #13. ITB-028-21/JR Attachment B REFERENCE FORM Contractor shall submit three (3) references of completed, or on-going, work performed within the past three (3) years that is similar in scope to this contract. At least one contract/customer shall have multiple locations. Prior work must include proficiency in installation of Stage Drapes. 1. Facility Name: Owners Name: Address of the Facility Maintained: Contact Person: Contact Phone # Contact E-mail Dates of Contract/Service: Describe the nature of the contract/service: Any other relevant information: 2. Facility Name: Owners Name: Address of the Facility Maintained: Contact Person: Contact Phone # Contact E-mail Dates of Contract/Service: Describe the nature of the contract/service: Any other relevant information: ITB-028-21/JR Attachment B REFERENCE FORM 3. Facility Name: Owners Name: Address of the Facility Maintained: Contact Person: Contact Phone # Contact E-mail Dates of Contract/Service: Describe the nature of the contract/service: Any other relevant information:

1701 Prudential Drive Jacksonville, FL 32207Location

Address: 1701 Prudential Drive Jacksonville, FL 32207

Country : United StatesState : Florida

You may also like

FURNITURE INSTALL

Due: 28 May, 2024 (in 2 months)Agency: FEDERAL ENERGY REGULATORY COMMISSION

Carpet-Remove, Furnish & Install

Due: 11 Oct, 2024 (in 6 months)Agency: Fauquier County

Furnish and Install Stage Drapes

Due: 30 Apr, 2024 (in 1 month)Agency: Duval County Public Schools

Please Sign In to see more like these.

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