Plumbing Trade Service Contract

expired opportunity(Expired)
From: Duval County Public Schools(School)
008-22/JR

Basic Details

started - 03 Nov, 2021 (about 2 years ago)

Start Date

03 Nov, 2021 (about 2 years ago)
due - 31 Aug, 2022 (19 months ago)

Due Date

31 Aug, 2022 (19 months ago)
Bid Notification

Type

Bid Notification
008-22/JR

Identifier

008-22/JR
Duval County Public Schools

Customer / Agency

Duval County Public Schools
unlockUnlock the best of InstantMarkets.

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

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

Dr. Diana L. Greene, Superintendent of Schools EVERY SCHOOL. EVERY CLASSROOM. EVERY STUDENT. EVERY DAY. Duval County Public Schools www.duvalschools.org Purchasing Services PH: (904) 858-4848 1701 Prudential Drive FAX: (904)858-4868 Jacksonville, FL 32207 October 12, 2021 Favor Plumbing Inc. Jax Utilities Management, Inc. RE: ITB-008-22/JR Dear Sir/Madam: On Tuesday, October 5, 2021, the School Board of Duval County Public Schools approved the award of bid ITB-008-22/JR Plumbing Trade Service Contract. This is your official notification of bid award. This award is for the period of date of award through August 31, 2022. Please forward a copy of your insurance certificate as required per special condition #33 to the buyer, James Robinson. (Email and fax are both acceptable.) Purchase orders will be issued for these items as needed during the bid period. If you have any questions regarding this bid, please
contact James Robinson (904) 858-4837. Thank you for your interest in Duval County Public Schools. Terrence Wright, Director DCPS Purchasing Services Cc: James Robinson Master Bid folder eile re http://www.duvalschools.org/ AGREEMENT BETWEEN SCHOOL BOARD OF DUVAL COUNTY, FLORIDA AND FAVOR PLUMBING, INC. This agreement (Agreement) is between The School Board of Duval County, Florida, a body politic and corporate (District) and Favor Plumbing, Inc., a Florida for profit contractor (Contractor). The District and Contractor may be referred to in this Agreement singularly as a Party and collectively as the Parties. Recitals, Background and Purpose WHEREAS, the District is in need of plumbing and drainage trade services to complete repair and maintenance projects at schools and ancillary facilities in the district; and WHEREAS, the District issued ITB-008-22/JR (the ITB) in July 2021, and the Board subsequently selected two sources to provide such services; and WHEREAS, the Board desires to enter into agreements with both sources and is authorized to enter into such an agreement for pursuant to Rule 6A-1.012(7), Florida Administrative Code. NOW, THEREFORE, in consideration of the covenants set forth in this Agreement, and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the parties hereto agree as follows. 1. Incorporation of Recitals. The parties hereto acknowledge and agree that the recitals set forth above are true and correct and are incorporated herein by this reference. 2. Conflicts. Notwithstanding anything in the Agreement to the contrary, if there is any conflict or contradiction between the provisions of the Agreement, the ITB (including attachments and exhibits), Addendum #1 to the ITB, and/or Response to the ITB, all of which are incorporated herein by reference, the order of precedence be as follows: First, Agreement, Second Addendum No. 1; Third, ITB; Fourth, Response to ITB. Contractor waives any claim to the contrary. 3. Term. The term of this contract is September 1, 2021, to August 31, 2021. 4. Payment Terms. District shall issue payment in accordance with Sections 218.70. et sq. Florida Statutes, Local Government Prompt Payment Act, after receipt of an acceptable invoice, inspection and acceptance of goods and/or services provided in accordance with the terms and conditions of the Agreement, including the ITB and Addendum, as well as the respective bid response set forth in the responses to the ITB set forth in Exhibit A. Any penalty for delay in payment shall be in accordance with applicable law. 5. Federal Requirements; Domestic Preferences. The District may utilize federal funds for its payment pursuant to the Agreement; accordingly, Contractor shall execute and deliver to the District, concurrent with its signature of the Agreement the following in composite Exhibit B, all of which shall be incorporated into the Agreement by this reference as: (a) Federal Regulatory Compliance Statement; (b) Certification Regarding Drug-Free Workplace Requirements; (c) Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion; and (d) Non-Collusion Affidavit. 6. Representations by Contractor. If Contractor is a business entity, it represents that: (i) it is duly organized, validly existing and in good standing under the laws of the state of its organization; it is authorized and in good standing to conduct business in the State of Florida; (iii) it has all necessary power and has received all necessary approvals to execute and perform its obligations in the Agreement; and (iv) the individual executing the Agreement on behalf of Contractor is authorized to do so. 7. Travel Expenses. The District is not responsible for travel expenses or other costs not specifically set forth in the ITB. 8. Termination. The District reserves the right to terminate the Agreement at any time and for any reason upon giving thirty (30) days notice to the Contractor. If said Agreement should be terminated for convenience as provided herein, the District will be relieved of all obligations under said Agreement. The District will be required to pay that amount of the Agreement actually performed to the date of termination. g. Hold _Harmless/Indemnification. Subject to the limitations of 768.28, Florida Statutes, the District agrees to indemnify and hold harmless Contractor from and against any and all claims, suits, actions, damages, or causes of action arising out of the negligent acts of the District arising out of or in connection with the provisions of this Agreement. Contractor agrees to indemnify, hold harmless and defend the District from and against any and all claims, suits, actions, damages, or causes of action arising out of the negligent acts of Contractor arising out of or in connection with the provisions of this Agreement. If Contractor is a state agency or subdivision as defined in 768.28, Florida Statutes, nothing herein shall be constructed to extend Contractor's liability beyond that provided in 768.28, Florida Statutes. 10. Governing Law / Venue / Attorneys Fees. This Agreement shall be construed in accordance with the laws of the State of Florida. Any dispute with respect to this Agreement is subject to the laws of Florida, venue in Duval County. Each party shall be responsible for its own attorneys fees and costs incurred as a result of any action or proceeding under this Agreement. 41; No Third Party Beneficiaries. The parties expressly acknowledge that it is not their intent to create or confer any rights or obligations in or upon any third person or entity under this Agreement. Nothing herein shall be construed as consent by an agency or political subdivision of the State of Florida to be sued by third parties in any matter arising out of any contract. 12. Sovereign Immunity. Except as otherwise provided by Florida Law, neither the execution of this Agreement by the District nor any other conduct, action or inaction of any District representative relating to the Agreement is a waiver of sovereign immunity by the District. 13. Subcontractors. If Contractor is permitted to subcontract any of the work set forth in the Agreement, Contractor shall ensure that each subcontractor complies with all provisions of the Agreement. Contractor will remain liable for the acts and omissions of such subcontractor(s) and the proper performance and delivery of the products and/or services set forth in the Agreement. 14. Entire Agreement. This Agreement represents the entire agreement between the parties, may only be amended by a written agreement signed by both parties, and supersedes all prior or contemporaneous oral or written agreements and understandings with respect to the matters covered by this Agreement. 15. Notices; Agency Administrator. Every notice, approval, consent or other communication authorized or required by this Agreement shall not be effective unless same shall be in writing and sent via hand delivery or overnight delivery (with a receipt), directed to the other party at its address provided below or such other address as either party may designate by notice from time to time in accordance herewith: If to Contractor: Favor Plumbing, Inc. Attn: Daniel Mitchell 2606 Kershaw Drive West Jacksonville, FL 32211 Phone: 904-502-0158 If to District: With copy to: The School Board of Duval County, Florida Office of General Counsel 1701 Prudential Drive c/o 1701 Prudential Drive Jacksonville, Florida 32207 Room 340 Phone: (904) 390-2115 Jacksonville, FL 32207 Attn: Dr. Diana Greene, Superintendent Phone: (904) 390-2032 Notwithstanding the foregoing, the parties agree that all communications relating to the day-to-day activities shall be exchanged between the respective representatives of the District and the Contractor as follows: The parties agree that all communications relating to the day-to-day activities shall be exchanged between the parties respective representatives, which representatives shall be designated by the parties in writing promptly upon commencement of the Services. Once so designated, each partys representative shall coordinate communications and processes as needed for the purposes of conducting the services set forth in the Agreement, as well as the process for routine or administrative communications. The parties shall also reasonably cooperate as to the development (including content and format) of the invoicing and any reports to be provided by Contractor as part of the services. For purposes of the Districts representative for the day-to-day activities, the District's Administrator shall be: Duval County Public Schools Attn: Byron Page, Facilities Design Engineering and Construction Services 1701 Prudential Drive Jacksonville, FL 32207 (904) 390-2498 2. Non-Discrimination. Contractor represents and warrants to the District that Contractor does not and will not engage in discriminatory practices and that there shall be no discrimination in connection with Contractor's performance under the Agreement on account of a persons actual or perceived identity with regard to race, color, religion, gender or gender identity/expression, age, marital status, disability, sexual orientation, 3 political or religious beliefs, national or ethnic origin, pregnancy, veteran status, any other protected status under applicable law, or any other distinguishing physical or personality characteristics. Contractor further covenants that no otherwise qualified individual shall, solely by reason of his/her actual or perceived identity with regard to race, color, religi gender or gender identity/expression, age, marital status, disa political or religious beliefs, national or ethnic origin, pregnancy, veteran status, any other protected status under applicable law, or any other distinguishing physical or personality characteristics, be denied the benefits of, or be subjected to discrimination, or be denied access and services, under any provision of the Agreement. 3. Severability. If any clause or provision of the Agreement is illegal, invalid or unenforceable under present or future laws effective during the term hereof, then the remainder of the Agreement shall not be affected thereby; and in lieu of each clause or provision of the Agreement which is illegal, invalid or unenforceable, there shall be added, as part of the Agreement, a clause or provision as similar in terms to such illegal, invalid or unenforceable clause or provision as may be possible and as may be legal, valid and enforceable. 4. Survivorship. Those provisions which by their nature are intended to survive the expiration, cancellation or termination of the Agreement, including, by way of example only, the Indemnification and Confidentiality provisions, shall survive the expiration, cancellation or termination of the Agreement. 5. No Gifts or Contingent Fees. It is the policy of the District to not accept gifts, gratuities, or favors of any kind or of any value whatsoever from vendors, members of the staff, or families. Contractor warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the Contractor, to solicit or secure the Agreement, and that it has not paid or agreed to pay any person, company, corporation, individual for firm, other than a bona fide employee working solely for the Contractor, any fee, commission, percentage, gift, or any other consideration, contingent upon or resulting from the award or making of the Agreement. Contractor further warrants that it, nor any of its directors, employees, officers or agents, nor any of Contractor's respective subsidiaries or affiliates, has taken, is currently taking or will take any action in furtherance of an offer, payment, promise, gifts or anything else of value, directly or indirectly, to anyone to improperly influence or otherwise secure any improper advantage in procuring business in relation to the Agreement. For the breach or violation of these provisions, the District shall have the right to terminate the Agreement without liability and/or, at its discretion, to deduct from the price, or otherwise recover, the full amount of such fee, commission, percentage, gift or consideration. 6. Disclosure of Employment _of Former District Employees. Pursuant to District Policy all bidders, proposers, consultants, and contractors are required to disclose the names of any of their officers, directors, agents, or employees who serve as agents or principals for the bidder, proposer or contractor, and who within the last two (2) years, have been or are employees of the District. And all bidders, proposers, consultants, and contractors are required to disclose the name of any District employee who owns, directly or indirectly, any interest in the Contractor's business. Such disclosures will be in accordance with current District policies, but will include, at a minimum, the name of the former District employee, a list of the positions the employee held in the last two (2) years of his or her employment with the District, and the dates the employee held those positions. By its signature of the Agreement, Contractor certifies to the District that there are no names to disclose to the District pursuant to this section. : Jessica Lunsford Act. All District and Contractor employees, appointees, or agents who come into contact with students as part of the Agreement must submit a background check, in a manner prescribed by District (including compliance with sections 1012.315, 1012.465, and 1012.467, Florida Statutes). Any non-District personnel associated with the Agreement and who may come into contact with students as part of the Agreement will be screened at Contractor's expense. Contractor shall not permit persons to provide services to student under this Agreement if any such person does not meet the standards under Florida law and the District's hiring standards concerning criminal background employee history checks. Failure to comply with this provision shall be cause for immediate termination of this Agreement. 8. No Waiver. The failure of either party to enforce any provision of the Agreement will not constitute a waiver of future enforcement of that or any other provisions. 9. Publicity. Contractor shall not use the District's name, logo or other likeness in any public event, press release, marketing materials or other public announcement without receiving the District's prior written approval. Contractor shall not host or stage events at District locations without receiving prior approval by the District contract administrator. 10. Facsimile and Scanned Signatures. This Agreement may be executed in one or more counterparts and via facsimile signature, the counterparts and facsimiles of which, when taken together, shall be deemed to constitute an entire Agreement. IN WITNESS WHEREOF the undersigned have executed this Agreement as noted below. Attest? THE SCHOOL D OF DUVAL COUNTY, FLORIDA * 0 C,. 0 py __> ay? p rok Mr 4A, Mein ~_Dr-piana Greene, Superintendent Eljz beth Andersen, Chairman of Schools and Ex-Officio Secretary to the Board Form Approved: Approved by Board on October 5, 2021 oy We Office of General Counsel FAVOR PLUMBING, INC. Print Name:_D4avc 0 c7eHEcee Title: OWNE LE EXHIBIT A il | DUVAL COUNTY Pustic scHacLs INVITATION TO ischogls.grt June 22, 2021 Buyar: James Robinson Phone: 904-858-4637 Bid Number: ITB-008-22/JR Bid Title: PLUMBING TRADE SERVICE CONTRACT Tarm of Bid: From date of award through August 31, 2022 with renewal optons. Opening: Thursday, July 15" 2021 at 2:00 p.m. Bics racelved prior to this date anc time be opened in che Conference Room, and may not de withdrawn for 120 days after open ng. All bids received after the specified date ard time wil. nol be opand of consiceed for awerd. Submit Bid To: DCPS Purchasing Services / 1701 Prudential Drive, Sulte 322 /Jacksonville FL 32207 Special Requirements: See Special Conditlon #3 and #5. BIDDER ACKNOWLEDGEMENT Thia forn must be completed, returnad, and include an origina) manual sianature for bid to be considered. By egnirg below, | elf with the general conditiors, spece! conditions end spec! { thie bed, and agras to comply on, Leartfy thal lam 4.dhorized to calgete on tensif of the bidger. Bid documents Na waled 2 Logai Namo ot Blader; _Fitvert 4s AMAR IKE C5 Hd Lac Wi [Ke ling Addess: City, State, Zip Code: viae .fLeRigA 42211 Telephone: Gay. Se - Email Addrecs: _ 77 Tel. Free: Fex ACT Intemel URL: Fecaral ID #orSS#: OG -4S 7-600 Ours #: Ifyou are a cartifiod minoity, state certityiag agency: Payments will be made In accardance with Florida Statute 218. MA {eee Spacial Condition #38) iGal Form of Payment accepted: Credit Card or ACH Inhlal o 36 calerdar days after recelpt of order, Delivery can oe made vi Addenda through teceivesd. (if applicable} At Sn Requires Origi" ized Repose: tual Si Prinlsu/Tyoud Name of Avihorized Representative bticenag fs criTetv ted Date: 7/7 [20 Be Tile: Geis BID FORM - GROUP 41 Bid No. ITB-303-22)IR tam. Psrsonnel Classifications Estimated Heurg = Hourly Rate x S Bid Rale GROUP 1 PLUMBING Plumbing Service sail insluce. cut not be limited to: of broken pipes, valves, faucets, and flust-a- of backtiow prevantars, Irsigation maters, anc other gens applications as aparopriate. License Required: Certified/Registered Plumbing Contractor Labor Rate ie include al! labcr, all overhead and p:ofit see Specie! Cenditiors Section 22, undererend pipe Insallalion and eszacialed structures, maters, laating Cogyed pipes and craine, installation of rew rerdware in restrooms and kitchers, and installet 07 Exicnded {HR Rate Number ov Hours Mumber I$y Hours HR Rate . Licensed Journeyman wo ik due $ 2. Helper Si $24,566 3. Suvervisor wo | Ase a 4. Project Manager a fee | i909 |e Pee TOTAL BASIS FOR LABOR COSTS FOR GROUP 1 TOTAL BASIS FOR MATERIAL COSTS (i+ % Mark-up Rate} x $60,000 = Total Mat'l Costs s Flan (Add Extanded Rate Items 1- 4) A 3 24,00 41 Percent Estimated Asrkup Rate Material $ Material lem Material Costs x Casis = Bid Rate GROUP 7 PLUMBING Material Rate to inslude all overhead and prefit see B Special Conditons Secton 22. 1 Percent Fatimated = Tol Markup Rate Material Material Vendor to fill In Percent Markup Rate and Calculate | ($4) Casts Casts Total Material Costs 1+ /@_%) ssooco |s_S30 GROUP 1: LABOR & MATERIALS = A+B BASIS OF AWARD - TOTAL BID AMOUNT FOR 8/15, BPE 1OF2 BID FORM - GROUP 2 Bid No ITR-098: -22IR. Item GROUP 2 ORAINAGE Drainage Service shall include, but not be undergrourd pice instslistion snc aseceiyzed suuclures for stermwaler dralnage systems srd ober general applicsions as appropriate. License Required: Cartifled/Reglstered Underground Utility and Excavation Contractor or Certifled/Registered Plumbing Contractor Labor Rate to include all lator, ai averhzed 2nd profil, 226 Spaclal Conditions Secon 22 Heury Estimetsd Rate x Hours = $Rd Exterd Est'msted Estimel Rate led rate Rais ted ERRste Number Numoeror 13) Hours Hours 1. Licensed Jourmeymsn g Jce| yoo |s 47, aoe gs 4so00| yoo |g 24,560 4. Project Menager 2. Helper 3_ Supervisor sficwo| 100 |g d ede g/2s ee | 100 |S /4, 500 (Add Extended Rate Items 1-4) TOTAL BASIS FOR LABOR COSTS FOR GROUP 2 A 8 2, bee 1+Pemen: Extimaled Total Material Costs Markup Rate Wlaterial $ Malerial leer Material Coats x Crsis_ = Bid Rate GROUP 2 DRAINAGE Material Rate to include all overhead End profit, sez B Spz2cial Carditiors Secticn 22. 47Pemeni Estimated Total Maskup Rate Material Matsral Vendor fo [ill in Percent Markup Rate and Calculate (%1 Gosis Coats TOTAL BASIS FOR MATERIAL COSTS {1+ % Mark-up Rate) x $50,000 = Total Mat'l Costs 1+ 20 | ssucg0 |s_bGcto BASIS OF AWARD - TOTAL BID AMOUNT FOR GROUP 2: LABOR & MATERIALS =A +B 5/57 000 APF OF nN i) Vy 3) Bie Me ITB-008-220R REFERENCES Tn Bidder must be the orme contracto- fer each clientfeontract ferences. All references shall oe for wor peiforsied ever the ast three (3) yzare al eernmecial, multi residential developmerts ander irstitutianal semplexes far contracts of comparable size. 4:lesstone contracticustomer et-a juve multiple lacebons. All ree (3) curtactsicus.omers shall have been serviced for a mi of onz year. (Refer io SC 7313 Chant: _ feeitieace Saeed City, State: eines oT Tom ot Contiact_wizevwer f En28 Number oflacatiars: 2 oo. Comael Persen_Gen' due 4 ite Phone # (A 222 se 2a Email, - Bet Description ot Seriices:_Atrine Ctensaveh p23 Aen fet Puede a INS TRF gers, _ Olly, State: Gzesewvner Xe Numbe- of Locations: fi Client _ Alte e08 cticeteran Meceinttn Term st Convact__G4-cterve C12, yeti) Contact Person:_Gerewes Phone # 27-227 ces Foxat Emal 5G nich icAG _ Brisf Descnotion cf Services: REMC of KEEICE fis fewadeve 2/2 Os fs Maries ees City, State: _Narksueiet C Nurnber of Iceatians;__!&2 Client: Tenr. 0 Contract: Contact Peron : Einail, RAs wHth oF Bowe Stor fete Briel Dageription of Senioas:_frunwe Secvirte fee Mig WEEDS LEITH Pdr ee nil Fhe abies - CONFLICT OF INTEREST CERTIFICATE Badde: must execute either Section | or Section Il hereunder relative to Florloa Statute 117.313(12), Failure ta execute either seston may result in rejection of this bk progcsal SECTION | 7 > ae = iy Sgnetura Conpany Name 2Pecrg Z : Name of Oficial [ype or print) Business Aderess Se fe City, State, Zin Code SECTION Il a meteral financial nverest{si (in excess of 5%) in chis comaany have filed Conflict of Interest Statenrents I horaby contify that che following narred Duval Counsy Public Schoels otliaal{s) and empleyeets) na js. Duval County, Flerida, prio- ta with the Supervisor of Electans, 105 Exst Monroe Street, Jackson opening. Name le or Position Date of Filng Signsture ~ Campany Neme Print Name of Cenifying Official Business Adcress City, State, Zin Corie 10 lharsby swear or affirm shar je icllewing requirements. 0 2) 5) } DRUG FREE WORKPLACE CERTIFICATION is company has established a crag-free vorkplace program by completing ing zmployzes that ine unav/ful manufacture, distribution, dispent nd soecifying cha shed a stalemeni notil possesson or use df a controlled substanoe is prohibited in he wi actions thal will be taken acalast employsas for violations of such prahibitan Informed arployess abaul ihe dangers of drug abuse in the workalece. the business's policy oF vainigining & drug-free workplace, any available drug counseling, rerabilitation and emp ayce assisianes progan's and the penalties that may 9c Imposed wipon employees or drug aquse volations Given each employe engaged in providing the commaditics or contractual services thal are under bid a copy of the statement specified in subsection (1) In the statement specified in subsecticn (1), notified the employees that, as 3 condition of ser! on he cemmodities cr contractual sences thet are undat ald, ths employes wil abide by the terms of Lae Statement and will astify the emplover of any conviction of. or ples of guilty or nolo contendara 3, an lation of Chapter 093 0: ofany controlled suuslanse av of te United States or eny state, for a violation occurring in ihe workplace no laier than jive (} days ster such conviction. 4 diug ebise assistance cr Imposec a sanction on, or required the satisfactory paricipation Inity, oy any emplayee veho i rehabilitetion program if euch is available In the employae's con so convicted. Wake @ god fe:th effor. to continue to maintain drug-free worclace through implementation of tais section. As tha person authorized to sign the statamant. | cartify that this firm complies fully with the above requirements. | understand that false certification of a drug-free workplace is a violation of Florida Statutes 287.087. COMPANY NAME 4 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION LOWER TIER COVERED TRANSACTIONS INSTRUCTIONS FOR CERTIFICATION Whe esctihescian act cur belt y) and submelg this proposal, tne precpzctive aver ber participaml i prvi 2% The certification ir this coves iso malerel reproseristion of fact upon whica refance was plewad when entered sto, ot tee biter determined that tie preepaclive love tar pariisizerl knowingly rendered 37 dd.tlon te chor Tmedics avellshis to Ire Frdzra Gaverrrn ie deze lent or agancy with which t Ney PULEL2 evallsb 8 feMzdiss, including suspension andior Jege ment. A. The teere coversa transzcu covery daess! paper crcoceal, and voUmany arsurad, as used nc Caurnge 22 rules Mpiamertnz Execals Onde ie 11 valaiaing copy of thos eguiators this, 100K Ire orspaeed coverad transaccian be whi a peor who i peoscsac t-daba furariy excluded fom parielpaten ag. You may courted te pavacen to which this n Tha proapectve lower be" pankzpary ag wr by subirilsing this poy into, Rens! nol kNswinety acter Into ary beast ties onuzend bensee. CFR car, 9, subpar 4, debarac, evipented, Jeclamd 75 rene by suamiling Liz erozoeal thst it Loser T er Covered Trarsact 9, wil pycres vransaclit 4%. The prospective usar tor participant furthe~ Ragsidina Deaasmani, Suepsrenn, Inch gizi in all over Ber covered baneec.tr6 ard i covers sran3sclor 7. Aperticipart na courred I-ensection inyy reiy usu oarlilics! on of a prospective pacticizaat n= lover tee co that tls not croposad or dsbanment subzeri 9.4, cabana, aLszences, inclgisic, sr vountarty exuded corsied lrengecthr, inisee ion iz enoneuce. A puitisasnl may dacice she meth=d ad frequi y of Ils princlpals Fach satticipant may, Lul is nel mauled { choos ihe L st of Parties Erelazes fram Feezesl P-usurerieal ene Nonprocurerrent Progems A. Nothing coalalied in the tomgong sral! be constrese ic teytie eelat fall: tid cerification requires by 1h dause. The kiow mdge and infarm: Le v uy purscdentls nol requires 2 execrd thatwticy dealings rf of these Instuctiore It's pactripart ina cavered Irarsucton knosiraly erfere Inve & haar th skction sith a person whe is pruposed for debarmars Inder 48 OF ented, debsrrad Irelijitle. ov yountarly excluded free paiti: ut je to ihe Pedet] Goverment the capanirant or rgarey famacies, inclucing cuspersin arder cebarment CERTIFICATION (iy) The prospectlve lower tler particloant certifies, by subm'ssior: of this proposal, that neither it nor its principals ig present'y deharad, suspended, proposed for dedanrent, declared ineligibls, or voluntarily excluded [rom particioaion in this transaction ky eny Federal deparlmet or agency (2) Winere the prospective lower tier participant is unable to osrtify to any of the stalemenis in this cortificeton, such prospective part cipant shel attach an explaraton to this proposal th which Ka Lo ea 4 FAV ER Feuaniee Fe. ITB-D08-22/JR O-ganizatior: Name PR!Award or Project Name wtf Teh Eke ee. Title Y- Fe -2e2l ke ets Signature : Date 12 hmenl of system of oserss in onder to render in yaod D part 9, subzet 9.4, in thiz Wansectbn In adsibon mn otter rmedics uuscetion odgirated msy dues avaiacin EXHIBIT B - COMPOSITE FEDERAL FORMS FEDERAL REGULATORY COMPLIANCE STATEMENT The purpose of this document is to assure compliance by the Contractor (defined as any individual or company who agrees to provide materials or services at a specified price) to those certain clauses, provisions and requirements as described by applicable Federal Regulations, which apply to any resulting agreement between The School Board of Duval County, Florida (DCPS) and the Contractor. By signature, the individual executing this statement attests that he/she possesses authority to obligate the contracting firm and agrees to comply with all clauses, provisions and requirements as described below throughout the term of the agreement. 1. The Contractor agrees to allow reasonable access by DCPS, the Federal granting agency, the Compiroller General of the United States or any of their duly authorized representatives to the Contractor's books, documents, papers and records which are directly pertinent to the contract for the purpose of making audit, examination, excerpts and transcriptions. 2. The Contractor agrees to maintain all records related to this agreement for a period of three years after the final payment for the agreement and after all other matters are closed. 3. The Contractor affirms that it is equal opportunity and affirmative action employer and shall comply with all applicable federal, state and local laws and regulations including, but not limited to: Executive Order 11246 as amended by 11375 and 12086; 12138; 11625; 11758; 12073; the Rehabilitation Act of 1973, as amended: the Vietnam Era Veterans Readjustment Assistance Act of 1975; Civil Rights Act of 1964; Equal Pay Act of 1963; Age Discrimination Act of 1967; Immigration Reform and Control Act of 1986; Public Law 95-507; the Americans with Disabilities Act; 41 CFR Part 60 and any additions or amendments thereto. 4. The Contractor agrees to a provision for non-appropriations, whereby the contract will terminate if sufficient funds are not appropriated in any given fiscal year to allow DCPS to sustain the cost (if applicable). 5. The Contractor agrees to properly complete and submit to DCPS a federal debarment certification form for each renewal year of the Contract, if renewals apply. 6. The Contractor agrees to properly complete and submit to DCPS a non-collusion affidavit. # The Contractor agrees to properly complete and submit to DCPS a federal drug free workplace certification form. 8. The Contractor agrees the DCPS may terminate the contract at any time for any reason. If terminated for cause, the Contractor agrees the DCPS may seek remedies for damages, if applicable. 9. The Contractor agrees to comply with all applicable environmental standards, orders or requirements. CONTRACTOR: _ Ave Crasthint, TAX eS = PRINT NAME OF AUTHORIZED REPRESENTATIV SIGNATURE OF AUTHORIZED REPRESENTATIVE: __ Dawg, er refex TITLE: 0ewee 13 DRUG FREE WORKPLACE CERTIFICATION | 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, | certify that this firm complies fully with the above requirements. | understand that false certification of a drug-free workplace is a violation of Florida Statutes 287.087. Oa LT, CONTRACTOR'S SIGNATURE/DATE Mmee Mrretltan verre NAME/TITLE Name of Company: Son. (Leaping Ere 14 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 13 CFR Part 145. 1. The Contractor (or subcontractor) certifies to the best of its knowledge and belief that it and its principals: A. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal Department or Agency from doing business with the Federal Government. Have not within a three-year period preceding this contract have been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph 1.B. above of this certification. Have not within a three-year period preceding this contract had one or more public transactions (Federal, State or local) terminated for cause or default. Where the Contractor is unable to certify to any of the statements above in this certification, such Contractor shall attach an explanation to this Certification. arg, ee CONTRACTORS SIGNATURE Dame acdc / swrtt. NAME/TITLE of AUTHORIZED REPRESENTATIVE = 2 Name of Company: Grve lima rG Bre 15 INSTRUCTIONS FOR COMPLETION OF NON-COLLUSION AFFIDAVIT This Non-Collusion Affidavit is material to any contract awarded utilizing federal funds. This Non-Collusion Affidavit shall be executed by the member, officer, or employee of the offering firm who makes the final decision on prices and the amount(s) quoted in the proposal. Proposal rigging and other efforts to restrain competition and the making of false sworn statements in connection with the submission of offers are unlawful and may be subject to criminal prosecution. The person who signs the Affidavit shall examine it carefully before signing and assure himself or herself that each statement is true and accurate, making diligent inquiry, as necessary, of all other persons employed by or associated with the respondent with responsibilities for the preparation, approval or submission of the offer. In the case of an offer submitted by a joint venture, each party to the venture must be identified in the proposal documents, and an Affidavit must be submitted separately on behalf of each party. The term complementary offer as used in the Affidavit has the meaning commonly associated with that term in the solicitation process, and includes the knowing submission of offers higher than the offer of another firm, an intentionally high or noncompetitive offer, and any other form of an offer submitted for the purpose of giving a false appearance of competition. Failure to file a completed Affidavit in compliance with these instructions will result in disqualification of the offer. 16 NON-COLLUSION AFFIDAVIT State of FLORIDA County of DUVAL I state thatlamthe Qev wer , and | am authorized to execute this affidavit on behalf of my firm, its owners, directors, and officers. | am the person responsible in my firm for the price(s), guarantees and the total financial commitment represented in the firms offer. | hereby attest that: (1) The price(s) and amount(s) in the offer have been arrived at independently and without consultation, communication or agreement with any other contractor, respondent, or potential respondent. (2) Neither the price(s) nor the amount(s) of the offer, and neither the approximate price(s) nor approximate amount(s) of the offer, have been disclosed to any other firm or person who is a respondent or potential respondent, nor were they disclosed prior to opening of offers. (3) The offer from my firm is made in good faith and no attempt has been made to induce any firm or person to refrain from submitting an offer, or to submit an offer higher than our offer, or to submit any intentionally high or noncompetitive offer or other form of complementary offer. (4) Piet bea naire >, its affiliates, subsidiaries, officers, directors, employees are not currently under investigation by any governmental agency and have not in the last three years been convicted or found liable for any act prohibited by State or Federal law in any jurisdiction, involving conspiracy or collusion with respect to bidding, proposing or offering on any public contract, except as follows: | attest that _Amon Leute Do , understands and acknowledges that the above representations are material and important, and will be relied on by The School Board of Duval County, Florida, in awarding the contract for which this offer is submitted. | understand and my firm understands that any misstatement in this affidavit is and shall be treated as fraudulent concealment from The School Board of Duval County, Florida, of the true facts relating to submission of offers for this contract. oo 2 == __)-- re fo/s [202r (Signature) (Date) 17 AGREEMENT BETWEEN SCHOOL BOARD OF DUVAL COUNTY, FLORIDA AND JAX UTILITIES MANAGEMENT, INC. This agreement (Agreement) is between The School Board of Duval County, Florida, a body politic and corporate (District) and Jax Utilities Management, Inc., a Florida for profit contractor (Contractor). The District and Contractor may be referred to in this Agreement singularly as a Party and collectively as the Parties. Recitals, Background and Purpose WHEREAS, the District is in need of plumbing and drainage trade services to complete repair and maintenance projects at schools and ancillary facilities in the district; and WHEREAS, the District issued ITB-008-22/JR (the ITB) in July 2021, and the Board subsequently selected two sources to provide such services; and WHEREAS, the Board desires to enter into agreements with both sources and is authorized to enter into such an agreement for pursuant to Rule 6A-1.012(7), Florida Administrative Code. NOW, THEREFORE, in consideration of the covenants set forth in this Agreement, and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the parties hereto agree as follows. 4h. Incorporation of Recitals. The parties hereto acknowledge and agree that the recitals set forth above are true and correct and are incorporated herein by this reference. 25 Conflicts. Notwithstanding anything in the Agreement to the contrary, if there is any conflict or contradiction between the provisions of the Agreement, the ITB (including attachments and exhibits), Addendum #1 to the ITB, and/or Response to the ITB, all of which are incorporated herein by reference, the order of precedence will be as follows: First, Agreement, Second Addendum No. 1; Third, ITB; Fourth, Response to ITB. Contractor waives any claim to the contrary. 3. Term. The term of this Agreement is September 1, 2021 through August 31, 2022. 4. Payment Terms. District shall issue payment in accordance with Sections 218.70. et sq. Florida Statutes, Local Government Prompt Payment Act, after receipt of an acceptable invoice, inspection and acceptance of goods and/or services provided in accordance with the terms and conditions of the Agreement, including the ITB and Addendum, as well as the respective bid response set forth in the responses to the ITB set forth in Exhibit A. Any penalty for delay in payment shall be in accordance with applicable law. 5. Federal Requirements; Domestic Preferences. The District may utilize federal funds for its payment pursuant to the Agreement; accordingly, Contractor shall execute and deliver to the District, concurrent with its signature of the Agreement the following in composite Exhibit B, all of which shall be incorporated into the Agreement by this reference as: (a) Federal Regulatory Compliance Statement; (b) Certification Regarding Drug-Free Workplace Requirements; (c) Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion; and (d) Non-Collusion Affidavit. 6. Representations by Contractor. If Contractor is a business entity, it represents that: (i) it is duly organized, validly existing and in good standing under the laws of the state of its organization; (ii) it is authorized and in good standing to conduct business in the State of Florida; (iii) it has all necessary power and has received all necessary approvals to execute and perform its obligations in the Agreement; and (iv) the individual executing the Agreement on behalf of Contractor is authorized to do so. 7. Travel Expenses. The District is not responsible for travel expenses or other costs not specifically set forth in the ITB. 8. Termination. The District reserves the right to terminate the Agreement at any time and for any reason upon giving thirty (30) days notice to the Contractor. If said Agreement should be terminated for convenience as provided herein, the District will be relieved of all obligations under said Agreement. The District will be required to pay that amount of the Agreement actually performed to the date of termination. 9. Hold_Harmless/Indemnification. Subject to the limitations of 768.28, Florida Statutes, the District agrees to indemnify and hold harmless Contractor from and against any and all claims, suits, actions, damages, or causes of action arising out of the negligent acts of the District arising out of or in connection with the provisions of this Agreement. Contractor agrees to indemnify, hold harmless and defend the District from and against any and all claims, suits, actions, damages, or causes of action arising out of the negligent acts of Contractor arising out of or in connection with the provisions of this Agreement. If Contractor is a state agency or subdivision as defined in 768.28, Florida Statutes, nothing herein shall be constructed to extend Contractor's liability beyond that provided in 768.28, Florida Statutes. 10. Governing Law / Venue / Attorneys Fees. This Agreement shall be construed in accordance with the laws of the State of Florida. Any dispute with respect to this Agreement is subject to the laws of Florida, venue in Duval County. Each party shall be responsible for its own attorneys fees and costs incurred as a result of any action or proceeding under this Agreement. 11. No Third Party Beneficiaries. The parties expressly acknowledge that it is not their intent to create or confer any rights or obligations in or upon any third person or entity under this Agreement. Nothing herein shall be construed as consent by an agency or political subdivision of the State of Florida to be sued by third parties in any maiter arising out of any contract. 12 Sovereign Immunity. Except as otherwise provided by Florida Law, neither the execution of this Agreement by the District nor any other conduct, action or inaction of any District representative relating to the Agreement is a waiver of sovereign immunity by the District. 13. Subcontractors. If Contractor is permitted to subcontract any of the work set forth in the Agreement, Contractor shall ensure that each subcontractor complies with all provisions of the Agreement. Contractor will remain liable for the acts and omissions of such subcontractor(s) and the proper performance and delivery of the products and/or services set forth in the Agreement. 14. Entire Agreement. This Agreement represents the entire agreement between the parties, may only be amended by a written agreement signed by both parties, and supersedes all prior or contemporaneous oral or written agreements and understandings with respect to the matters covered by this Agreement. 15. Notices: Agency Administrator. Every notice, approval, consent or other communication authorized or required by this Agreement shall not be effective unless same shall be in writing and sent via hand delivery or overnight delivery (with a receipt), directed to the other party at its address provided below or such other address as either party may designate by notice from time to time in accordance herewith: If to Contractor: Jax Utilities Management, Inc. Attn: Charles Freshwater 5465 Verna Blvd. Jacksonville, FL 32205 Phone: 904-855-0111 If to District: With copy to: The School Board of Duval County, Florida Office of General Counsel 1701 Prudential Drive c/o 1701 Prudential Drive Jacksonville, Florida 32207 Room 340 Phone: (904) 390-2115 Jacksonville, FL 32207 Attn: Dr. Diana Greene, Superintendent Phone: (904) 390-2032 Notwithstanding the foregoing, the parties agree that all communications relating to the day-to-day activities shall be exchanged between the respective representatives of the District and the Contractor as follows: The parties agree that all communications relating to the day-to-day activities shall be exchanged between the parties respective representatives, which representatives shall be designated by the parties in writing promptly upon commencement of the Services. Once so designated, each partys representative shall coordinate communications and processes as needed for the purposes of conducting the services set forth in the Agreement, as well as the process for routine or administrative communications. The parties shall also reasonably cooperate as to the development (including content and format) of the invoicing and any reports to be provided by Contractor as part of the services. For purposes of the District's representative for the day-to-day activities, the District's Administrator shall be: Duval County Public Schools Attn: Byron Page, Facilities Design Engineering and Construction Services 1701 Prudential Drive Jacksonville, FL 32207 (904) 390-2498 16. Non-Discrimination. Contractor represents and warrants to the District that Contractor does not and will not engage in discriminatory practices and that there shall be 3 no discrimination in connection with Contractor's performance under the Agreement on account of a persons actual or perceived identity with regard to race, color, religion, gender or gender identity/expression, age, marital status, disability, sexual orientation, political or religious beliefs, national or ethnic origin, pregnancy, veteran status, any other protected status under applicable law, or any other distinguishing physical or personality characteristics. Contractor further covenants that no otherwise qualified individual shall, solely by reason of his/her actual or perceived identity with regard to race, color, religion, gender or gender identity/expression, age, marital status, disability, sexual orientation, political or religious beliefs, national or ethnic origin, pregnancy, veteran status, any other protected status under applicable law, or any other distinguishing physical or personality characteristics, be denied the benefits of, or be subjected to discrimination, or be denied access and services, under any provision of the Agreement. 17. Severability. If any clause or provision of the Agreement is illegal, invalid or unenforceable under present or future laws effective during the term hereof, then the remainder of the Agreement shall not be affected thereby; and in lieu of each clause or provision of the Agreement which is illegal, invalid or unenforceable, there shall be added, as part of the Agreement, a clause or provision as similar in terms to such illegal, invalid or unenforceable clause or provision as may be possible and as may be legal, valid and enforceable. 18. Survivorship. Those provisions which by their nature are intended to survive the expiration, cancellation or termination of the Agreement, including, by way of example only, the Indemnification and Confidentiality provisions, shall survive the expiration, cancellation or termination of the Agreement. 19. No Gifts or Contingent Fees. It is the policy of the District to not accept gifts, gratuities, or favors of any kind or of any value whatsoever from vendors, members of the staff, or families. Contractor warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the Contractor, to solicit or secure the Agreement, and that it has not paid or agreed to pay any person, company, corporation, individual for firm, other than a bona fide employee working solely for the Contractor, any fee, commission, percentage, gift, or any other consideration, contingent upon or resulting from the award or making of the Agreement. Contractor further warrants that it, nor any of its directors, employees, officers or agents, nor any of Contractor's respective subsidiaries or affiliates, has taken, is currently taking or will take any action in furtherance of an offer, payment, promise, gifts or anything else of value, directly or indirectly, to anyone to improperly influence or otherwise secure any improper advantage in procuring business in relation to the Agreement. For the breach or violation of these provisions, the District shall have the right to terminate the Agreement without liability and/or, at its discretion, to deduct from the price, or otherwise recover, the full amount of such fee, commission, percentage, gift or consideration. 20. Disclosure_of Employment_of Former District Employees. Pursuant to District Policy all bidders, proposers, consultants, and contractors are required to disclose the names of any of their officers, directors, agents, or employees who serve as agents or principals for the bidder, proposer or contractor, and who within the last two (2) years, have been or are employees of the District. And all bidders, proposers, consultants, and contractors are required to disclose the name of any District employee who owns, directly or indirectly, any interest in the Contractor's business. Such disclosures will be in accordance with current District policies, but will include, at a minimum, the name of the 4 former District employee, a list of the positions the employee held in the last two (2) years of his or her employment with the District, and the dates the employee held those positions. By its signature of the Agreement, Contractor certifies to the District that there are no names to disclose to the District pursuant to this section. 21. Jessica Lunsford Act. All District and Contractor employees, appointees, or agents who come into contact with students as part of the Agreement must submit a background check, in a manner prescribed by District (including compliance with sections 1012.315, 1012.465, and 1012.467, Florida Statutes). Any non-District personnel associated with the Agreement and who may come into contact with students as part of the Agreement will be screened at Contractor's expense. Contractor shall not permit persons to provide services to student under this Agreement if any such person does not meet the standards under Florida law and the District's hiring standards concerning criminal background employee history checks. Failure to comply with this provision shall be cause for immediate termination of this Agreement. 22. No Waiver. The failure of either party to enforce any provision of the Agreement will not constitute a waiver of future enforcement of that or any other provisions. 23. Publicity. Contractor shall not use the District's name, logo or other likeness in any public event, press release, marketing materials or other public announcement without receiving the District's prior written approval. Contractor shall not host or stage events at District locations without receiving prior approval by the District contract administrator. 24. Facsimile and Scanned Signatures. This Agreement may be executed in one or more counterparts and via facsimile signature, the counterparts and facsimiles of which, when taken together, shall be deemed to constitute an entire Agreement. [Signature Page between DCSB and Jax Utilities Management 2021-2022] IN WITNESS WHEREOF the undersigned have executed this Agreement as noted below. HE] SCHOOL D OF DUVAL COUNTY, oh . el) cay it () Qn By:_f [evo Wen ace . Diana Greehe- Superintendent Eli@abeth Andersen, Chairman of Schools and Ex-Officio Secretary 0 to the Board Form Approved: a Approved by Board on October 5, 2021 By: ae Office of General Counsel JAX UTILITIES MANAGEMENT, INC. By: CB Print Name:_Charles D. Freshwater Title: _Vice President EXHIBIT A BUVAL COUNTY PUBLIC SCHOOLE INVITATION TO BID duvalschools.ord/purchesin: June 22, 2021 Buyer. James Robinson Phone; 904-856-4637 Bld Number: (7B.008.22/JR Bid Title: PLUMBING TRADE SERVICE CONTRACT Term of Bid: From date of avard throug August 34, 2922 with rerevsel options. Opsning: Thursday, July 15 2021 at 2:00 p.m. Bids reozivec pror to trie dats and time will be openec in Lie Conference Roam, and may nat be withdrawn far 120 deys effer opening All bids rereived after tne specified date and fine vil net be opened or considered for ward, ute 322) Jacksonville FL 32207 Submit Bid To: DCPS Purchasing Services / 1701 Prudential Drive, Spacial Requirements: See Speclal Canditlan #3 and #5, BIDDER ACKNOWLEDGEMENT nal manual signature for bid to be considered, By zicnng bHow. special condiiors avd spccfications of ths bY. ard azce Typed Name of Authorized Representallve: Tile: _ Vice President NO BID BID FORM - GROUP 1 Bid No. ITB-008-22/JR Hourly Estimated Item Pesaonnel Glassilcavons Rats x lous = $ Bid Rate GROUP 1 PLUMBING Plumbing Service s| , Sul Aol Ye Himiled to. underground ripe instaltation and asseclated structures, cloggad ripss and drsirs, installation of testrooms and kitchans. and instellatioa of backliay proventers, irrigation matars, and other general apphcalons as appregeiate. License Required: Certified/Registered Plumbing Contractor Ecendes rate (AR Rate Labor Rate to include a tabee, all qwethead and profi, Estimated Estimated eee Spexiel Conditions Secticr 22, HR Rate Nurrbar of {3} Hours) 1, Licensed Joumeyman $ 700 Ss 2. Heber $ yOD Ss 3._Supe'vizor $ 100 s 4. Project Mansaer j05__}s TOTAL BASIS FOR LABOR COSTS FOR GROUP 1 {Add Extondad Rata Items 1- 4) AS 1+Percent Esilmated WWarea Rate bsterial 5 Material itera iMeterial Coats x Costs = Bs Rale GROUP 14 PLUMBING Material Rate to includs sll averheed and profit, ree B Special Conditions Section 22. 4*Percent Estimated Toal Maleral Material Vendor to fill in Percent Markup Rate and Galculate Costs Costs Totel Material Costs TOTAL BASIS FOR MATERIAL COSTS 1+ %| 560,000 |$. (1+ % Mark-up Rate) x $50,000 = Total Matl Costs BASIS OF AWARD - TOTAL BID AMOUNT FOR GROUP 1: LABOR & MATERIALS =A+B 8. NO BID Revisad Bid Proposal Form BPF 1OF2 BID FORM - GROUP 2 Bid No. ITB-008-22UR Hourly Fatrated hem ___Porsenne Clessiications Rate x Hours = _% Bid Rat2 GROUP 2 DRAINAGE inci.de, but net o limited to: Lon and wssociuted sluclures for slomn 108 ers and olher ysretal applications a6 aporepriaic. License Required: GertifiedRegistered Underground Utility and Excavation Contractor or Certified/Registered Plumbing Contractor Extended rate Labor Rate ta inclde a Isher, all overhead and prof, Estimated see Spesal Conditons Section 22 HR Rate Number Cb) Hours Hours) a Josmeyman S_33.00 oo | 23-100 2. Helser S 2aco 700 S 1966.00 3. Supervisar Savon 100 S_ 4792.00 4. Project Marager S$ 7506 00 S_ 7,390.00 TOTAL BASIS FOR LABOR COSTS FOR GROUP 2 ny, (Add Extended Rate Items 1-4} A -.8670.00 4+Perent Estimate Markup Rae flatsrial 3 Material item Material Costa x Casts = Bid Rate GROUP 2 DRAINAGE Materia! Rate to include ') ovarhsad end profit see 8 Spesial Conditions Sexion 22. 1+Percent Estrmated lotal (Werkup Reta -dstaria! Wlaterlal Vendor to fillin Percent Markup Rate and Calculate |(%) Cosis Casts Total Material Costs TOTAL BASIS FOR MATERIAL COSTS q1_a_%| $50,500 /$.sor0cc {i+ % Mark-up Rate) x $50,000 = Total Mat'l Costs BASIS OF AWARD - TOTAL BID AMOUNT FOR GROUP 2: LABOR & MATERIALS =A +B $.110.709.06 Revised Bid Proposal Form BPF 2 OF 2 1} 2) REFERENCES ientfeentreel -2ferencec. All reerences shall Tne Bidaer must be the prime contractor Zor aach resicentia developments de for wor performed over tne lest three (3) years. and/or instil. ional compiexes for contracts of compareble aI have mu tiple Iecations. All three (3) contractscustomers shall have been serviced fora mini of cre year. (Refer to SC #31) PLEASE SEE ATTACHED Client: City, State: Term of Contras Nurniker uf Locations, Ccctast Fersan:. Phone #. Fax Emall Brisf Deecr'ption of Servicas:, Client: Term of Contract: a _ Number of Locations: Contact Paraon:, Phone # Faxit Emall: Brie Descrigtion of Services: City. State, Term of Contre: Number of Lacazions:, Comact Person Phone # Foyt. Brief Description of Services:, 10 LL REFERENCES Decedysion nf Seuline Hamtts SHOTS Saree ust SUSUR UD oth grout ejection & scsadz Enntere) Home Cleat itv Sele ' Ieemg Contract | Contact | contezet Amauce | | \ Come te Mapadt ba Rober rong, Mu CP-0143.4 Contraee Phy $5; Clty. Jaztsare| VOSA ie mereds ol -e2ar.Ine aili-g teaneh thacieg emery, ard Ananap rameeng ond hypretec, ete Stacat'un, ilgeneal nF Ynyestlorsedce ae Jes uiytilies Nansge carina CMOS Cana 228226 Gontingu3 Orsini ne Regsie ard? teat Neplactey arc Kew an = Scuth 709 Bis Ps wat dacsce lt, terkynnite. et Rew Seasin.e aw Aye Cony, Fort: County, FL 2926+ Preven 8d ouree eo) re: Sieve Ritas, . (rasan BARE IRN. tren ft Styten teterasselaycsuntypew oD Fartiecaament cent Inreredlatcem sty snd strocrures, 25 | atcevay sldawah, nk and gute persed aig resets ratte Sreantons wetrin rhe dzplie Indudhg. ssarst en, smal $5.200202.00 stern desin liresayd reuctarss rezars, reptusemerg, sndsze ney] fe ezunetystily o> ana eeded ts aneAssa021 CONFLICT OF INTEREST CERTIFICATE ither Section lor Sectian II 12reunder relative to Florice Statuts 112.913(12), Failure t in sejemion of this b'd pmpasal. Bidcer must execute 10 execule elthes sectlon may re SECTION | i nerdy cerlify that ro official or empoyee cf Duval County Pus ing the goods 7 services cescribed in theae speciiiceticns has a malarial ae (Cae Pes J3x Utilities Management, Inc. Saneute ~~ Campany Name Chars D. Froshwater, V co Presi 35 hve Name ol Gfilcial (Type or anirty ass Address les City, State, Zip Code SECTION Il I heresy cenify that the fallowing nemed Oval County Public Szacls officials) and ampiayae(s) having raterial finan: jerest(si (in excera of 5%) in this company have fied Conflict af Inierast Slatements wih the Supenvisor o* Elections, 10 East Monro= Street, Jacksonville, Duval County, Florida, prior to bid opening, Name Title or Position Dste of Filing WA ot Sonera Company Name Print Nema of Cartifying Official Business Aderace ~ City. Stata, Zip Gode 12 DRUG FREE WORKPLACE CERTIFICATION | hereby swear or eFirm that this company hes establishad a drug-ires workplace program by comuleting the icllowing recuirerrents: 2) 3) 4) 5) Publis aed a scatement notify-1g employees that the ualswful manciaxu:e, dscibuticn, depansing, posseeston of use of a controled substance [a prohibted in the workplece and speciyirg the Infonmed employoos about ine dangers of drug abuse in the workplace, the business's policy of maintain.ng a drag-iroo workplace. eny wvailole ciug counseling, rehabilitation and employes assislarice progiams ane lis panallies (hal ray be Imposed upon employees for drug abuse visletons. Given each employsa sncaged :n providing tha commodiies er contractual services thal are urder bid & cosy of the statement specitied in subsecticn (1). Ir the statement apecilied in svosectian (7). notified the emolcyess that as a vancition of warking on he commoditizs or contrsctus! services that sre undar bid, the emplayae will abide by hs lem of ihe statemerit an notify the emplayeraf any canviction of, ar plae of quity cr noo contender: Jo, any vioatian of Cheater 893 or of any cot-olled substance lew of the United States cr ary stats, fer a volaticn oocunting in the workplace no [ster tasn five (5) days efter auch canvixicn. Imposed a sarcton on, of recuired the setisfaclory pe-ticipation ira drug abuse essistance cr sehabliitaton program li such Ig avaitable in the employe='s community, by eny 2mplayae who is $0 convicted, Meks a gocd talth stort to contrue fo maintain a crug-free workplace through implementaton of this section. As the person authorized to sign the statement, | certify that this firm complies fully with the ahove requirements. | understand that false certification of a drug-free workplace is a violation of Florida Statutes 287.087. Ke 0711512021 VENDOR'S SIGNATUREIDATE lay Utilities enagement, Inc. COMPANY NAME 13 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION LOWER TIER COVERED TRANSACTIONS. INSTRUCTIONS FOR CERTIFICATIO. urd suoriling is press, the prossecties lect tix paikeipsen iz wendy na th Gxit on zat vat Leva, an cf set Upon vtich rellsnoe wae alaced wien AE Iransecticn 52 Iawer tar perlispant cowngly rende-ed en TanEods Cetiaason, In Fl. Gia Gazarirant reagan jon this transariinn anzinatad ie claLee I a mista represer' later dater mired thal t2 o1c 2. The sericea in antered Into, It adeition 20 0: cay par 75 pr prtsan ta which tH be erent i shen nol kroniagly eater 2f list Sovated WereeZ.io 1s valh 6 parecn WIGIs propased or dakaTarl undo 48 CHR pat %, sutpart 4. cebsred, suspended, cedercd inzlewc. ot yoluntaity excluded Pera periiopaion im tus severes: trarsecton, unksse authorized ay tke Separtneer, st acctcy with whch tris treasaxtiar ceigine yes. Tae prosp! ser lier petticpare furthe* egress by susmbing le peooral thal i wil ircluce the clause tUed *Cerilficsso1 Regarding Cebsrment, Sucparelon, Inellgibiity and Voluntary Exchusicn Leaver Ts" Cavefad Trsnesclon, wilnces Tedticetcn 1h Bil 1325" tlar onvared lrareeciicns and N ait goletalor2 or bya Uee covered trenagclions Hequenay by wich T datey Parhes Exs!ided fram Fecara Provsnemert ard Halt ete Frogrems iio require estakhs real ofa sysinm af rercrds m eee: lo reader in g: fi Sporn & nal tequired toeecesd thet atil o is macrinlly pessessec yw peudenl pets i nucton:. If 3 paticipsrl In a covered trensaction acer ty hamort under 4 OR pant & sutpat $=, Excepl or tn slog sulhafizec Under pare gash cI lrese roe ime & Inver ICs Coverad Dareecica wlll a Forson who ls PrOpceod fcr dz Puriintany ercheiad teen gaclaperiar nit fn fe ihe Pawel Gove-rrnert, the Goparimert ce agency wih whe se sanca:ton origrsted my pureus 31 luting cuxceriion andice sebsemnes. CERTIFICATION submission of this propessl, thet nether it nor 1) The propecie lower tier aneeae mee vefunts y exudes fram parti ion by any Federal depanment er agency. 2) Where the prospesive lower tiz ntis uneble to certiy to any ef the swaiements in th 3 cenication, such prospesiive participant shell atlach an expl anstion to this propozal. ilies Mangaesnent Ing. ITB-008-22/R Segenizatlen Name PRANWard of Projet Mamie Cherles D. Froshwater Vice President Neme le CH 2 OF/15/2621 Sianature ~~ Date 14 EXHIBIT B - COMPOSITE FEDERAL FORMS FEDERAL REGULATORY COMPLIANCE STATEMENT The purpose of this document is to assure compliance by the Contractor (defined as any individual or company who agrees to provide materials or services at a specified price) to those certain clauses, provisions and requirements as described by applicable Federal Regulations, which apply to any resulting agreement between The School Board of Duval County, Florida (DCPS) and the Contractor. By signature, the individual executing this statement attests that he/she possesses authority to obligate the contracting firm and agrees to comply with all clauses, provisions and requirements as described below throughout the term of the agreement. 1 The Contractor agrees to allow reasonable access by DCPS, the Federal granting agency, the Comptroller General of the United States or any of their duly authorized representatives to the Contractor's books, documents, papers and records which are directly pertinent to the contract for the purpose of making audit, examination, excerpts and transcriptions. 2. The Contractor agrees to maintain all records related to this agreement for a period of three years after the final payment for the agreement and after all other matters are closed. 3. The Contractor affirms that it is equal opportunity and affirmative action employer and shall comply with all applicable federal, state and local laws and regulations including, but not limited to: Executive Order 11246 as amended by 11375 and 12086; 12138; 11625; 11758; 12073; the Rehabilitation Act of 1973, as amended; the Vietnam Era Veterans Readjustment Assistance Act of 1975; Civil Rights Act of 1964; Equal Pay Act of 1963; Age Discrimination Act of 1967; Immigration Reform and Control Act of 1986; Public Law 95-507; the Americans with Disabilities Act; 41 CFR Part 60 and any additions or amendments thereto. 4. The Contractor agrees to a provision for non-appropriations, whereby the contract will terminate if sufficient funds are not appropriated in any given fiscal year to allow DCPS to sustain the cost (if applicable). 5. The Contractor agrees to properly complete and submit to DCPS a federal debarment certification form for each renewal year of the Contract, if renewals apply. 6. The Contractor agrees to properly complete and submit to DCPS a non-collusion affidavit. 7. The Contractor agrees to properly complete and submit to DCPS a federal drug free workplace certification form. 8. The Contractor agrees the DCPS may terminate the contract at any time for any reason. If terminated for cause, the Contractor agrees the DCPS may seek remedies for damages, if applicable. 9. The Contractor agrees to comply with all applicable environmental standards, orders or requirements. SIGNATURE OF AUTHORIZED REPRESENTATIVE: _ TITLE: Vice President 15 DRUG FREE WORKPLACE CERTIFICATION | 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 business's 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 commod contractual services that are under bid a copy of the statement spe 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, | certify that this firm complies fully with the above requirements. | understand that false certification of a drug-free workplace is a violation of Florida Statutes 287.087. CER. CONTRACTOR'S SIGNATURE/DATE Charles D. Freshwater, Vice President NAME/TITLE Name of Company: 16 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 13 CFR Part 145. 1. The Contractor (or subcontractor) certifies to the best of its knowledge and belief that it and its principals: A. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal Department or Agency from doing business with the Federal Government. Have not within a three-year period preceding this contract have been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph 1.B. above of this certification. Have not within a three-year period preceding this contract had one or more public transactions (Federal, State or local) terminated for cause or default. Where the Contractor is unable to certify to any of the statements above in this certification, such Contractor shall attach an explanation to this Certification. CONTRACTOR'S SIGNATURE Charles D. Freshwater, Vice President NAME/TITLE of AUTHORIZED REPRESENTATIVE Name of Company: 17 INSTRUCTIONS FOR COMPLETION OF NON-COLLUSION AFFIDAVIT This Non-Collusion Affidavit is material to any contract awarded utilizing federal funds. This Non-Collusion Affidavit shall be executed by the member, officer, or employee of the offering firm who makes the final decision on prices and the amount(s) quoted in the proposal. Proposal rigging and other efforts to restrain competition and the making of false sworn statements in connection with the submission of offers are unlawful and may be subject to criminal prosecution. The person who signs the Affidavit shall examine it carefully before signing and assure himself or herself that each statement is true and accurate, making diligent inquiry, as necessary, of all other persons employed by or associated with the respondent with responsibilities for the preparation, approval or submission of the offer. In the case of an offer submitted by a joint venture, each party to the venture must be identified in the proposal documents, and an Affidavit must be submitted separately on behalf of each party. The term complementary offer as used in the Affidavit has the meaning commonly associated with that term in the solicitation process, and includes the knowing submission of offers higher than the offer of another firm, an intentionally high or noncompetitive offer, and any other form of an offer submitted for the purpose of giving a false appearance of competition. result in Failure to file a completed Affidavit in compliance with these instructions wi disqualification of the offer. 18 NON-COLLUSION AFFIDAVIT State of FLORIDA County of DUVAL | state that | am the Vice President , and | am authorized to execute this affidavit on behalf of my firm, its owners, directors, and officers. | am the person responsible in my firm for the price(s), guarantees and the total financial commitment represented in the firm's offer. | hereby attest that: (1) (2) (3) (4) The price(s) and amount(s) in the offer have been arrived at independently and without consultation, communication or agreement with any other contractor, respondent, or potential respondent. Neither the price(s) nor the amount(s) of the offer, and neither the approximate price(s) nor approximate amount(s) of the offer, have been disclosed to any other firm or person who is a respondent or potential respondent, nor were they disclosed prior to opening of offers. The offer from my firm is made in good faith and no attempt has been made to induce any firm or person to refrain from submitting an offer, or to submit an offer higher than our offer, or to submit any intentionally high or noncompetitive offer or other form of complementary offer. Jax Utilities Managment, Inc., its affiliates, subsidiaries, officers, directors, employees are not currently under investigation by any governmental agency and have not in the last three years been convicted or found liable for any act prohibited by State or Federal law in any jurisdiction, involving conspiracy or collusion with respect to bidding, proposing or offering on any public contract, except as follows: | attest that Charles D. Freshwater , understands and acknowledges that the above representations are material and important, and will be relied on by The School Board of Duval County, Florida, in awarding the contract for which this offer is submitted. | understand and my firm understands that any misstatement in this affidavit is and shall be treated as fraudulent concealment from The School Board of Duval County, Florida, of the true facts relating to submission of offers for this contract. 09/21/2021 (Signature) (Date) 19 October 5, 2021, Regular Board Meeting Title 17. PLUMBING TRADE SERVICE CONTRACT; DCPS ITB-008-22/JR CONTRACT AWARD Recommendation That the Duval County School Board approve award of Plumbing Trade Service Contracts, ITB-008-022/JR to the list of contractors on the attached tab sheets as sources of service from the date of award through August 31, 2022. That Duval County School Board delegate authority to the Superintendent or her designee within Purchasing to renew the contract for subsequent renewal periods subject to availability of funds. There are four potential one-year renewal periods. Description These contracts will provide a source of service for plumbing trades to complete maintenance & repair projects at schools and ancillary facilities in the district. Service trades include plumbing and drainage work. The contract rates were competitively bid. This bid was coordinated through the Office of Economic Opportunity. Gap Analysis The district has a continuing need for plumbing trade services contracts. Previous Outcomes The district previously awarded this type of contract to various contractors to provide contracted services for maintenance and repairs. Expected Outcomes Continued maintenance and repair contract services to the district. Strategic Plan Goals and Principles DCPS will be fiscally transparent and communicate quarterly regarding the Sales Surtax. Financial Impact This contract award does not obligate funds. Contract services will be funded by specific projects on an as-needed basis. Contract work varies annually based upon district needs. Plumbing and drainage work funded thru Major Maintenance and IT Capital funds totaled $1.47M in FY 2020-2021. Contact Byron Page, Executive Director, Facilities, Engineering, Design & Const., 904-390-2498 Paul Soares, Assistant Superintendent, Operations, 904-390-2008 Attachments 1. Plumbing Trade Service Contract Group 1 2. Plumbing Trade Serivce Contract Group 2 3. DCSB and Favor Plumbing 2021-2022v2 4. DCSB and Jax Utilities Management 2021-2022v2 ITB-008-22/JR PLUMBING TRADE SERVICE CONTRACT Date Opened: 07/15/2021 Item Personnel Classifications Hourly Rate x Estimated Hour = $ Bid Rate GROUP 1 PLUMBING Plumbing Service shall include , but not be limited to: underground pipe installation and associated structure, repair of broken pipes, valves, faucets, and flush-o-meters, clearing clogged pipes and drains, installation of new hardware in restrooms and kitchens, and installation of backflow preventers, irrigation meters, and other general applications as appropriate. License Required: Certified/Registered Plumbing Contractor Labor Rate to include all labor, all overhead and profite see Special Conditions Section 22. HR Rate ($) Estimated Number Hours Extended rate (HR Rate Estimated Number of Hour) 1 Licensed Journeyman $70.00 700 $49,000.00 2 Helper $35.00 700 $24,500.00 3 Supervisor $75.00 100 $7,500.00 4 Project Manager $90.00 100 $9,000.00 TOTAL BASIS FOR LABOR COSTS FOR GROUP 1 (Add Extended Rate Items 1-4 ) A $90,000.00 Item Material Costs 1+Percent Markup Rate x Estimated Material Costs= $ Material Bid Rate GROUP 1 PLUMBING Material Rate to include all overhead and profit, see Special Conditions Section 22. Vendor to fill in percent Markup Rate and Calculate Total Material Costs. 1+Percent Markup Rate (%) Estimated Material Costs= B Total Material Costs TOTAL BASIS FOR MATERIAL COSTS (1 + % Markup Rate) x $50,000 = Total Mat'l Costs B 1.1 $50,000 $55,000.00 BASIS OF AWARD -TOTAL BID AMOUNT FOR GROUP 1: LABOR & MATERIALS = A + B $145,000.00 Prepared by: James Robinson Verified by: Lucy Nasworthy Date: 07/15/2021 Award = BID TABULATION Favor Plumbing Inc. Page 1 of 1 ITB-008-22/JR PLUMBING TRADE SERVICE CONTRACT Date Opened: 07/19/2021 Item Personnel Classifications GROUP 2 DRAINAGE Drainage Service shall include, but not be limited to: underground pipe installation and associated structures for stormwater drainage systems and other general applications as appropriate. License Required: Certified/Registered Underground Utility and Excavation Contractor or Certified/ Registered Plumbing Contractor Labor Rate to include all labor, all overhead and profit see Special Conditions Section 22. HR Rate ($) Estimated Number Hours Extended rate (HR Rate Estimated Number of Hour) HR Rate ($) Estimated Number Hours Extended rate (HR Rate Estimated Number of Hour) 1 Journeyman $70.00 700 $49,000.00 $33.00 700 $23,100.00 2 Helper $35.00 700 $24,500.00 $28.00 700 $19,600.00 3 Supervisor $110.00 100 $11,000.00 $67.00 100 $6,700.00 4 Project Manager $125.00 100 $12,500.00 $73.00 100 $7,300.00 TOTAL BASIS FOR LABOR COSTS FOR GROUP 2 (Add Extended Rate Items 1-4 ) A $97,000.00 $56,700.00 Item Material Costs 1+Percent Markup Rate x Estimated Material Costs= $ Material Bid Rate 1+Percent Markup Rate x Estimated Material Costs= $ Material Bid Rate GROUP 2 DRAINAGE Material Rate to included all overhead and profit, see Special Conditions Section 22. Vendor to fillin Percent Markup Rate and Calculate Total Material Cost. 1+Percent Markup Rate (%) Estimated Material Costs= B Total Material Costs 1+Percent Markup Rate (%) Estimated Material Costs= B Total Material Costs TOTAL BASIS FOR MATERIAL COSTS (1 + % Markup Rate) x $50,000 = Total Mat'l Costs B 1.2 $50,000 $60,000.00 1.08 $50,000 $54,000.00 BASIS OF AWARD -TOTAL BID AMOUNT FOR GROUP 2: LABOR & MATERIALS = A + B $157,000.00 $110,700.00 Prepared by: James Robinson Verified by: Lucy Nasworthy Date: 07/15/2021 Award = BID TABULATION Favor Plumbing Inc. Jax Utilities Management, Inc. Page 1 of 1 Addendum No. 1 ITB-008-22/JR ADDENDUM NO. 1 Mandatory www.duvalschools.org/purchasing Issue Date: July 6, 2021 Phone: 904-858-4837 Buyer: James Robinson Bid Number: ITB-008-22/JR Bid Title: PLUMBING TRADE SERVICE CONTRACT Term of Bid: From Date of Award through August 31, 2022 with annual renewal options. Opening: Thursday, July 15th 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 not be opened or considered for award. Purpose: To answer questions in accordance with SC# 6 and to revise the Bid Proposal Form. Question: In the specifications for bid # ITB-008-22/JR for Plumbing Trade Service Contract, Group 2 Drainage, you are requesting a licensed journeyman. Typically, this is not required. It is common for their to be a foreman, operator, pipe layer and general labor. Can you please ask the question and confirm that this is whats needed to bid this contract? Answer: They are not required to be licensed. Note: Please use the revised Bid Proposal Form. eile re http://www.duvalschools.org/dcps http://www.duvalschools.org/purchasing Bid No. ITB-008-22/JR Revised Bid Proposal Form BPF 1 OF 2 BID FORM - GROUP 1 Item Personnel Classifications Hourly Rate x Estimated Hours = $ Bid Rate GROUP 1 PLUMBING Plumbing Service shall include, but not be limited to: underground pipe installation and associated structures, repair of broken pipes, valves, faucets, and flush-o- meters, clearing clogged pipes and drains, installation of new hardware in restrooms and kitchens, and installation of backflow preventers, irrigation meters, and other general applications as appropriate. License Required: Certified/Registered Plumbing Contractor Labor Rate to include all labor, all overhead and profit, see Special Conditions Section 22. HR Rate ($) Estimated Number Hours Extended rate (HR Rate Estimated Number of Hours) 1. Licensed Journeyman $ 700 $ 2. Helper $ 700 $ 3. Supervisor $ 100 $ 4. Project Manager $ 100 $ TOTAL BASIS FOR LABOR COSTS FOR GROUP 1 (Add Extended Rate Items 1- 4) A $________ Item Material Costs 1 + Percent Markup Rate x Estimated Material Costs = $ Material Bid Rate GROUP 1 PLUMBING Material Rate to include all overhead and profit, see Special Conditions Section 22. Vendor to fill in Percent Markup Rate and Calculate Total Material Costs 1 + Percent Markup Rate (%) Estimated Material Costs B Total Material Costs TOTAL BASIS FOR MATERIAL COSTS (1+ % Mark-up Rate) x $50,000 = Total Matl Costs 1+ ______% $50,000 $________ BASIS OF AWARD - TOTAL BID AMOUNT FOR GROUP 1: LABOR & MATERIALS = A + B $________ Bid No. ITB-008-22/JR Revised Bid Proposal Form BPF 2 OF 2 BID FORM - GROUP 2 Item Personnel Classifications Hourly Rate x Estimated Hours = $ Bid Rate GROUP 2 DRAINAGE Drainage Service shall include, but not be limited to: underground pipe installation and associated structures for stormwater drainage systems and other general applications as appropriate. License Required: Certified/Registered Underground Utility and Excavation Contractor or Certified/Registered Plumbing Contractor Labor Rate to include all labor, all overhead and profit, see Special Conditions Section 22. HR Rate ($) Estimated Number Hours Extended rate (HR Rate Estimated Number of Hours) 1. Journeyman $ 700 $ 2. Helper $ 700 $ 3. Supervisor $ 100 $ 4. Project Manager $ 100 $ TOTAL BASIS FOR LABOR COSTS FOR GROUP 2 (Add Extended Rate Items 1- 4) A $________ Item Material Costs 1 + Percent Markup Rate x Estimated Material Costs = $ Material Bid Rate GROUP 2 DRAINAGE Material Rate to include all overhead and profit, see Special Conditions Section 22. Vendor to fill in Percent Markup Rate and Calculate Total Material Costs 1 + Percent Markup Rate (%) Estimated Material Costs B Total Material Costs TOTAL BASIS FOR MATERIAL COSTS (1+ % Mark-up Rate) x $50,000 = Total Matl Costs 1+ ______% $50,000 $________ BASIS OF AWARD - TOTAL BID AMOUNT FOR GROUP 2: LABOR & MATERIALS = A + B $________ INVITATION TO BID www.duvalschools.org/purchasing June 22, 2021 Buyer: James Robinson Phone: 904-858-4837 Bid Number: ITB-008-22/JR Bid Title: PLUMBING TRADE SERVICE CONTRACT Term of Bid: From date of award through August 31, 2022 with renewal options. Opening: Thursday, July 15th 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 not be opened or considered for award. Submit Bid To: DCPS Purchasing Services / 1701 Prudential Drive, Suite 322 / Jacksonville FL 32207 Special Requirements: See Special Condition #3 and #5. 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; in addition, I certify that I am authorized to obligate on behalf of the bidder. 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 #38) Initial Initial Delivery can be made within calendar days after receipt of order. Addenda through received. (if applicable) Original Manual Signature of Authorized Representative: Required Printed/Typed Name of Authorized Representative: Title: Date: eile re http://www.duvalschools.org/purchasing GENERAL CONDITIONS 1. RESERVATIONS: Duval County Public Schools reserves the right to reject any or all bids or any part thereof and/or waive informalities if such action is deemed in the best interest of Duval County Public Schools. Duval County Public Schools reserves the right to cancel any contract, if in its opinion, there be a failure at any time to perform adequately the stipulations of this invitation to bid, and general conditions and specifications which are attached and made part of this bid, or in any case of any attempt to willfully impose upon Duval County Public Schools materials or products or workmanship which is, in the opinion of Duval County Public Schools, of an unacceptable quality. Any action taken in pursuance of this latter stipulation shall not affect or impair any rights or claim of Duval County Public Schools to damages for the breach of any covenants of the contract by the contractor. Duval County Public Schools also reserves the right to reject the bid of any bidder who has previously failed to perform adequately after having once been awarded a prior bid for furnishing materials similar in nature to those materials mentioned in this bid. Should the contractor fail to comply with the conditions of this contract or fail to complete the required work or furnish the required materials within the time stipulated in the contract, Duval County Public Schools reserves the right to purchase in the open market, or to complete the required work, at the expense of the contractor or by recourse to provisions of the faithful performance bond if such bond is required under the conditions of this bid. Should the contractor fail to furnish any item or items, or to complete the required work included in this contract, Duval County Public Schools reserves the right to withdraw such items or required work from the operation of this contract without incurring further liabilities on the part of Duval County Public Schools thereby. SHOULD ANY BIDDER HAVE ANY QUESTIONS AS TO THE INTENT OF MEANING OF ANY PART OF THIS BID HE/SHE SHOULD CONTACT THE BUYER IN TIME TO RECEIVE A WRITTEN REPLY BEFORE SUBMITTING HIS/HER BID. All items furnished must be completely new, and free from defects unless specified otherwise. No others will be accepted under the terms and intent of this bid. 2. QUOTATIONS: No bidder will be allowed to offer more than one price on each item even though he/she may feel that he/she has two or more types or styles that will meet specifications. Bidders must determine for themselves which to offer. IF SAID BIDDER SHOULD SUBMIT MORE THAN ONE PRICE ON ANY ITEM, ALL PRICES FOR THAT ITEM WILL BE REJECTED AT THE DISCRETION OF THE DIRECTOR OF PURCHASING. 3. TAXES: Duval County Public Schools is exempt from the following taxes: (a) State of Florida Sales Tax by Certificate No. 26-08-107288-57C. 4. CARTAGE: No charge will be allowed for cartage or packages unless by special agreement. 5. OR ACCEPTABLE SUBSTITUTION: Even though a particular manufacturers name or brand is specified, bids will be considered on other brands or on the product of other manufacturers. On all such bids the bidder shall indicate clearly the product (brand and model number) on which he/she is bidding, and shall supply a sample or sufficient data in detail to enable an informed comparison to be made with the particular brand or manufacturer specified. All samples shall be submitted in accordance with procedures outlined in paragraph on SAMPLES. Catalog cuts and technical descriptive data shall be attached to the original copy of the bid where applicable. Failure to submit the above information may be sufficient grounds for rejection of bid. 6. DEVIATIONS FROM SPECIFICATIONS: In addition to the requirements of paragraph 5, all deviations from the specifications must be noted in detail by the bidder, in writing, at the time of submittal of the formal bid. The absence of a written list of specification deviations at the time of submittal of the bid will hold the bidder strictly accountable to Duval County Public Schools to the specifications as written. Any deviation from the specifications as written not previously submitted, as required by the above, will be grounds for rejection of the material and or equipment when delivered. 7. DATA REQUIRED TO BE SUBMITTED WITH REFERENCE TO BID: a. Whenever the specifications indicate a product of a particular manufacture, model, or brand in the absence of any statement to the contrary by the bidder, the bid will be interpreted as being for the exact brand, model, or manufacture specified, together with all accessories, qualities, tolerances, composition, etc., enumerated in the detailed specifications. b. If no particular brand, model or make is specified, and if no data is required to be submitted with the bid, the successful contractor, after award and before manufacture or shipment, may be required to submit working drawings or detailed descriptive data sufficient to enable Duval County Public Schools to judge if each requirement of the specifications is being met. 8. SAMPLES: The samples submitted by bidders on items which they have received an award may be retained by Duval County Public Schools until the delivery of contracted items is completed and accepted. Bidders whose samples are retained may remove them after delivery is accepted. Sample on which bidders are unsuccessful must be removed as soon as possible after award has been made on the item or items for which the samples have been submitted. Duval County Public Schools will not be responsible for such samples if not removed by the bidder within 30 days after the award has been made. Duval County Public Schools reserves the right to consume any or all samples for testing purposes. Bidders shall make all arrangements for delivery of samples to place designated as well as the removal of samples. Cost of delivery and removal of samples shall be borne by the bidder. All sample packages shall be marked Sample for Purchasing Services and each sample shall bear the name of the bidder, item number, bid number and shall be carefully tagged or marked in a substantial manner. Failure to the bidder to clearly identify samples as indicated may be considered sufficient reason for rejection of bid. 9. PERFORMANCE BOND: The successful bidder on this bid must furnish a performance bond if indicated on the bid cover, made out to Duval County Public Schools, prepared on an approved form, as security for the faithful performance of his/her contract within ten days of his/her notification that his/her bid has been accepted. The surety thereon must be such surety company or companies as are authorized and licensed to transact business in the State of Florida. Attorneys in fact who sign bid bonds must file with each bond a certified copy of their power of attorney to sign said bonds. The successful bidder or bidders upon failure or refusal to furnish within ten days after his/her notification the required performance bond, shall pay to Duval County Public Schools as liquidated damages for each failure or refusal an amount in cash equal to the security deposited with his/her bid. 10. GUARANTEE: The contractor shall unconditionally guarantee the materials and workmanship on all equipment furnished by him/her for a period of one year from date of acceptance of the items delivered and installed, unless otherwise specified herein. If, within the guarantee period, any defects or signs of deterioration are noted, which, in the opinion of Duval County Public Schools are due to faulty design and installation, workmanship, or materials, upon ratification, the contractor, at his/her expense, shall repair or adjust the equipment or parts to correct the condition, or he/she shall replace the part or entire unit to the complete satisfaction of Duval County Public Schools. These repairs, replacements or adjustments shall be made only at such times as will be designated by Duval County Public Schools as least detrimental to the operation of Duval County Public Schools business. 11. DISCOUNTS: all discounts other than prompt payment to be included in bid price. Prompt payment discounts of less than 30 days shall not be considered in determining low bid. 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. DUVAL COUNTY PUBLIC SCHOOLS Office of Economic Opportunity If multiple vendors are going to be awarded for each category, at least one in each group should be awarded to a Small Business Enterprise (SBE) Before the bid opening, all parties responding to this bid must be certified as a Small Business Enterprise with Duval County Public Schools Office of Economic Opportunity Any party desiring additional information concerning participation on this bid should contact: Paula Wright, Supervisor Office of Economic Opportunity (904) 858-4860 wrightp2@duvalschools.org or Office of Economic Opportunity 1701 Prudential Drive Jacksonville, FL 32207 (904) 858-1480 / (904) 858-1492(fax) mailto:wrightp2@duvalschools.org 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/ BID DOCUMENTS TO BE SUBMITTED 1. ITB BIDDER ACKNOWLEDGEMENT FORM (Front Page of this ITB) 2. BID FORM GROUP 1 3. BID FORM GROUP 2 4. REFERENCES 5. CONFLICT OF INTEREST CERTIFICATE 6. DRUG FREE WORKPLACE CERTIFICATION 7. CERTIFICATION REGARDING DEBARMENT Faxed or e-mailed bids will not be accepted. CONFLICT OF INTEREST CERTIFICATE Bidder must execute either Section I or Section II hereunder rel

1701 Prudential Drive Jacksonville, FL 32207Location

Address: 1701 Prudential Drive Jacksonville, FL 32207

Country : United StatesState : Florida

You may also like

RFP Indoor Sports Facility Plumbing/Mechanical Remodel

Due: 22 Apr, 2024 (in 2 days)Agency: Utah Division of Purchasing

Asbestos Abatement at Administrative Center

Due: 25 Apr, 2024 (in 5 days)Agency: Parkway School District, MO

Plumbing Maintenance and Repair Services

Due: 24 Apr, 2024 (in 4 days)Agency: State of Texas

Please Sign In to see more like these.

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