duval county public schools ... · jacksonville, fl 32207 june 6, 2019 advanced disposal republic...

55
Dr. Diana L. Greene, Superintendent of Schools Duval County Public Schools is committed to providing high quality educational opportunities that will inspire all students to acquire and use the knowledge and skills needed to succeed in a culturally diverse and technologically sophisticated world. Adopted February 3, 1998 Duval County Public Schools www.duvalschools.org Purchasing Services PH: (904) 858-4848 1701 Prudential Dr., Suite 322 FAX: (904)858-4868 Jacksonville, FL 32207 June 6, 2019 Advanced Disposal Republic Services of Florida, LP dba Southland Waste Systems RE: ITB-026-19/LN Dear Sir/Madam: On Tuesday, June 4, 2019, the School Board of Duval County Public Schools approved the award of bid ITB-026-19/LN Solid Waste and Recycling. This is your official notification of bid award. This award is for the period from July 1, 2019 through June 30, 2020. Please forward a copy of your insurance certificate as required per special condition #24 to the Buyer, Lucy Nasworthy. (Email and fax are both acceptable.) Purchase orders will be issued for these services as needed during the bid period. If you have any questions regarding this bid, please contact Lucy Nasworthy at (904) 858-4846. Thank you for your interest in Duval County Public Schools. Terrence Wright, Director DCPS Purchasing Services Cc: Donna Hall Master Bid folder

Upload: others

Post on 23-Jul-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Duval County Public Schools ... · Jacksonville, FL 32207 June 6, 2019 Advanced Disposal Republic Services of Florida, LP dba Southland Waste Systems RE: ITB-026-19/LN Dear Sir/Madam:

Dr. Diana L. Greene, Superintendent of Schools

Duval County Public Schools is committed to providing high quality educational opportunities that will inspire all students to acquire and use the

knowledge and skills needed to succeed in a culturally diverse and technologically sophisticated world. – Adopted February 3, 1998

Duval County Public Schools www.duvalschools.org

Purchasing Services PH: (904) 858-4848 1701 Prudential Dr., Suite 322 FAX: (904)858-4868 Jacksonville, FL 32207

June 6, 2019

Advanced Disposal

Republic Services of Florida, LP dba Southland Waste Systems

RE: ITB-026-19/LN

Dear Sir/Madam:

On Tuesday, June 4, 2019, the School Board of Duval County Public Schools approved the award of

bid ITB-026-19/LN – Solid Waste and Recycling. This is your official notification of bid award. This

award is for the period from July 1, 2019 through June 30, 2020.

Please forward a copy of your insurance certificate as required per special condition #24 to the Buyer,

Lucy Nasworthy. (Email and fax are both acceptable.)

Purchase orders will be issued for these services as needed during the bid period. If you have any

questions regarding this bid, please contact Lucy Nasworthy at (904) 858-4846.

Thank you for your interest in Duval County Public Schools.

Terrence Wright, Director

DCPS Purchasing Services

Cc: Donna Hall

Master Bid folder

Page 2: Duval County Public Schools ... · Jacksonville, FL 32207 June 6, 2019 Advanced Disposal Republic Services of Florida, LP dba Southland Waste Systems RE: ITB-026-19/LN Dear Sir/Madam:
Page 3: Duval County Public Schools ... · Jacksonville, FL 32207 June 6, 2019 Advanced Disposal Republic Services of Florida, LP dba Southland Waste Systems RE: ITB-026-19/LN Dear Sir/Madam:
Page 4: Duval County Public Schools ... · Jacksonville, FL 32207 June 6, 2019 Advanced Disposal Republic Services of Florida, LP dba Southland Waste Systems RE: ITB-026-19/LN Dear Sir/Madam:

ITB-026-19/LN SOLID WASTE AND RECYCLING Date Opened:04/18/2019

BID TABULATION

Item

Est. Qty.

Unit Description

Estimate

d Pick-up

per

Month

Price per

pick up

Price per

month Price per year

Price per

pick up

Price per

month Price per year

Price per

pick up Price per month Price per year

Price per pick

up

Price per

month Price per year

Col A Col B Col C Col D Col E Col C Col D Col E Col C Col D Col E Col C Col D Col E

col B x col C Col D x 12 col B x col C Col D x 12 col B x col C Col D x 12 col B x col C Col D x 12

1 1 RECYCLING, 4 CUBIC YARD DUMPSTERS 12 NO BID $0.00 $0.00 $16.68 $200.16 $2,401.92 9.76 $117.12 $1,405.44 $33.00 $396.00 $4,752.00

2 172 RECYCLING, 8 CUBIC YARD DUMPSTERS 1280 NO BID $0.00 $0.00 $33.36 $42,700.80 $512,409.60 19.52 $24,985.60 $299,827.20 $39.00 $49,920.00 $599,040.00

3 1CONTAMINATED RECYCLING TO BE TREATED AS

SOLID WASTE 65 NO BID $0.00 $0.00 $33.36 $2,168.40 $26,020.80 25.92 $1,684.80 $20,217.60 $52.00 $3,380.00 $40,560.00

$0.00 $540,832.32 $321,450.24 $644,352.00

4 2 SOLID WASTE, 4 CUBIC YARD DUMPSTERS 16 $18.72 $299.52 $3,594.24 $13.08 $209.28 $2,511.36 $12.96 $207.36 $2,488.32 $46.00 $736.00 $8,832.00

5 228 SOLILD WASTE, 8 CUBIS YARD DUMPSTERS 3700 $23.92 $88,504.00 $1,062,048.00 $26.16 $96,792.00 $1,161,504.00 $25.92 $95,904.00 $1,150,848.00 $52.00 $192,400.00 $2,308,800.00

$1,065,642.24 $1,164,015.36 $1,153,336.32 $2,317,632.00

LANDFILL SELECTED FOR DISPOSAL OF SOLID

WASTE

NAME

ADDRESS

Prepared by: Cammie Wise

Verified by: Lucy Nasworthy

Date: 04/22/19

Award =

SOUTHLAND WASTE SYSTEMS WASTE MANAGEMENT INC OF FLORIDA

TRAIL RIDGE LANDFILL TRAIL RIDGE LANDFILL

5110 US HIGHWAY 301 S

BALDWIN, FL. 32234

5110 US HIGHWAY 301 S

BALDWIN, FL. 32234

5110 US HIGHWAY 301 SOUTH

JACKSONVILLE, FL 32234

5110 US HIGHWAY 301 S

JACKSONVILLE FL. 32234

TRAILRIDGE LANDFILL

TOTAL OF SOLID WASTE PER YEAR (SUM OF COL.E, ITEMS 4 THRU 5)

GROUP A

GROUP B

MERIDIAN WASTE FLORIDA, LLCADVANCED DISPOSAL

TOTAL OF RECYCLING AND RECYCLING CONTAINERS PER YEAR

(SUM OF COL. E ITEMS 1 THRU 3)

TRAILRIDGE LANDFILL

Page 1 of 1

Page 5: Duval County Public Schools ... · Jacksonville, FL 32207 June 6, 2019 Advanced Disposal Republic Services of Florida, LP dba Southland Waste Systems RE: ITB-026-19/LN Dear Sir/Madam:

ADDENDUM NO. 4

Informational only

www.duvalschools.org/purchasing

Issue Date: April 15, 2019 Phone: 904-858-4846 Buyer: Lucy Nasworthy Bid Number: ITB-026-19/LN Bid Title: SOLID WASTE AND RECYCLING Term of Bid: From July 1, 2019 through June 30, 2020 with renewal options Opening: Thursday, April 18, 2019, 2:00 p.m. Bids received prior to this date

and time will be opened in the Conference Room, and may not be withdrawn for 120 days after opening. All bids received after the specified date and time will be returned unopened.

Purpose: To answer question asked.

1. Question: How many 95 gallon totes per location are required?

Answer: The totes are not used for recycling at every school, but for bidding

purposes we estimate an average of 3 – 95 gallon totes per school.

Page 6: Duval County Public Schools ... · Jacksonville, FL 32207 June 6, 2019 Advanced Disposal Republic Services of Florida, LP dba Southland Waste Systems RE: ITB-026-19/LN Dear Sir/Madam:

ADDENDUM NO. 3

Informational only

www.duvalschools.org/purchasing

Issue Date: June 13, 2019 Phone: 904-858-4846 Buyer: Lucy Nasworthy Bid Number: ITB-026-19/LN Bid Title: SOLID WASTE AND RECYCLING Term of Bid: From July 1, 2019 through June 30, 2020 with renewal options Opening: Thursday, April 18, 2019, 2:00 p.m. Bids received prior to this date

and time will be opened in the Conference Room, and may not be withdrawn for 120 days after opening. All bids received after the specified date and time will be returned unopened.

Purpose: To answer questions asked.

1. Question: ITB Special Conditions, Item 9: Pricing – The CPI index stated in the

language is outdated and not appropriate for our segment of business. Could you

please change this to “Consumer Price Index for urban wage earners and clerical

workers, U.S. City Average: Water and Sewer and Trash Collection Service”?

2. Answer: Special Conditions item # 9 changed to read:

3. PRICING: Escalation Provision: At each renewal of the contract, DCPS

will consider an increase due to inflation provided the proposed price

increase does not exceed the lesser of 3% or the rate of inflation as

determined by the Consumer Price Index (CPI) for Table 3 All Urban

Consumers (CPI-U), U.S. city average, Water and Sewer and Trash.

Detailed Expenditure Categories (1982-84=100), published by the

U.S. Bureau of Labor Statistics, or any successor or substitute index

appropriately adjusted for the prior 12-month period using the first-

published CPI for the month immediately preceding the month of the

contract renewal request. The contractor must request the increase

in writing prior to the renewal of the contract. If there is a decline in

the CPI for any given year, compensation will not reduce lower than the

initial Contract Year rate.

Page 7: Duval County Public Schools ... · Jacksonville, FL 32207 June 6, 2019 Advanced Disposal Republic Services of Florida, LP dba Southland Waste Systems RE: ITB-026-19/LN Dear Sir/Madam:

4. Question: ITB General Conditions, Item 9: Performance Bond – Can you please

confirm that a Performance Bond is not required?

Answer: A Performance Bond is not required.

5. Question: What is the order of precedence for the terms and conditions? For

example, there are termination rights in the General Conditions that do not allow

for notice and an opportunity to cure. Would the termination rights in the

Specifications govern?

Answer: Termination rights as shown in the Specification VIII, pg SP 8 will

govern.

6. Question: Would DCPS remove the Guarantee language in the General

Conditions? A one-year guarantee does not apply to these services.

Answer: No changes will be made to this section.

7. Question: Would the DCPS agree to use the CPI-Water, Sewer, Trash index

rather than the CPI-U?

Answer: Special Conditions item # 9 changed to read:

PRICING: Escalation Provision: At each renewal of the contract, DCPS

will consider an increase due to inflation provided the proposed price

increase does not exceed the lesser of 3% or the rate of inflation as

determined by the Consumer Price Index (CPI) for Table 3 All Urban

Consumers (CPI-U), U.S. city average, Water and Sewer and Trash.

Detailed Expenditure Categories (1982-84=100), published by the

U.S. Bureau of Labor Statistics, or any successor or substitute index

appropriately adjusted for the prior 12-month period using the first-

published CPI for the month immediately preceding the month of the

contract renewal request. The contractor must request the increase

in writing prior to the renewal of the contract. If there is a decline in

the CPI for any given year, compensation will not reduce lower than the

initial Contract Year rate.

8. Question: Would DCPS remove most favored customer language?

Answer: No changes will be made to this section

.

9. Question: Would DCPS agree that audits will not include Contractor personnel

files or other confidential information?

Answer: See Special Condition 32.

10. Question: Force Majeure. Section 37, Special Conditions: Would the DCPS

modify to include “or where Contractor cannot perform because of …”?

Answer: No changes will be made to this section.

11. Question: Special and Hazardous Wastes. Specifications, Section IV.D: Would

the DCPS please insert the following language? “Right of Refusal. If

Unacceptable Waste is discovered before it is collected by [Contractor],

[Contractor] may refuse to collect the entire [Waste Container] that contains the

Page 8: Duval County Public Schools ... · Jacksonville, FL 32207 June 6, 2019 Advanced Disposal Republic Services of Florida, LP dba Southland Waste Systems RE: ITB-026-19/LN Dear Sir/Madam:

Unacceptable Waste. In such situations, [Contractor] shall contact the [DCPS]

and the [DCPS] shall promptly undertake appropriate action to ensure that such

Unacceptable Waste is removed and properly disposed of by the depositor or

generator of the Unacceptable Waste. In the event Unacceptable Waste is

present but not discovered until after it has been collected by [Contractor],

[Contractor] may, in its sole discretion, remove, transport, and dispose of such

Unacceptable Waste at a facility authorized to accept such Unacceptable Waste

in accordance with Applicable Law and charge the depositor or generator of such

Unacceptable Waste for all direct and indirect costs incurred due to the removal,

remediation, handling, transportation, delivery, and disposal of such

Unacceptable Waste. The [DCPS] shall provide all reasonable assistance to

[Contractor] to conduct an investigation to determine the identity of the depositor

or generator of the Unacceptable Waste and to collect the costs incurred by

[Contractor] in connection with such Unacceptable Waste. Subject to the

[DCPS]'s providing all such reasonable assistance to [Contractor], [Contractor]

shall release [DCPS] from any liability for any such costs incurred by [Contractor]

in connection with such Unacceptable Waste, except to the extent that such

Unacceptable Waste is determined to be attributed to the [DCPS].”

Answer: No. We will not add this clause. Because we do not require the

contractor to service our dumpsters exclusively (meaning the contractor is

picking up waste from facilities other than DCPS). There is no guarantee that the

waste came from our facility.

12. Question: Definitions. Would DCPS please add the following definition for

Unacceptable Waste? "Unacceptable Waste" means highly flammable

substances, Hazardous Waste, liquid wastes, special wastes, certain

pathological and biological wastes, explosives, toxic materials, radioactive

materials, commercial and industrial waste, or material that the disposal facility is

not authorized to receive and/or dispose of, and other materials deemed by state,

federal or local law, or in the reasonable discretion of Contractor, to be

dangerous or threatening to health or the environment, or which cannot be legally

accepted at the applicable disposal facility.”?

Answer: No. DCPS will not add definitions.

13. Question: Title to Waste. Would DCPS please add the following: “Title to, and

risk of loss and responsibility for, Unacceptable Waste shall never be deemed to

pass to Contractor.”?

Answer: No. DCPS will not add this clause.

14. Question: Default. Would DCPS agree to give the Contractor the right to

terminate if DCPS is in default of its obligations?

Answer: No.

15. Question: Damage to Property. “Contractor shall not be responsible for any

damages to pavement, curbing or other driving surfaces resulting from

Contractor providing service at DCPS and customer locations, except to the

extent caused by Contractor’s negligence.”

Page 9: Duval County Public Schools ... · Jacksonville, FL 32207 June 6, 2019 Advanced Disposal Republic Services of Florida, LP dba Southland Waste Systems RE: ITB-026-19/LN Dear Sir/Madam:

Answer: No. DCPS will not add this clause.

16. Question: Would DCPS add the following provisions?

a. Equipment/Access. “Equipment. Any equipment Contractor furnishes

shall remain Contractor’s property. DCPS shall use the equipment only

for its proper and intended purpose and shall not overload (by weight or

volume), move or alter the equipment.

Answer: We cannot add this provision without clear definitions. For

bidding purposes, this will not be changed.

b. Access. DCPS shall provide safe, unobstructed access to the equipment

on the scheduled collection day. Contractor may charge an additional fee

for any additional collection service required by the failure to provide

access.”

Answer: No fees will be charged or accepted for access.

17. Question: Most Favored Customer. Section 31, Special Conditions: Would

DCPS remove this language?

Answer: No changes will be made to this section.

18. Question: Audits. Section 32, Special Conditions: We do not allow third parties

access to certain documents, including personnel files. Would DCPS agree that

audits will not include Contractor personnel files or other confidential information?

Answer: See Special Condition 32.

19. Question: Change to Service/Relocation. Specifications section II.B: The DCPS

can increase totes/bins at sites at no charge to the DCPS. You’ll want to consider

that when pricing.

Answer: Specification II. B. to be amended to delete all small blue recycling bins

as follows:

Current DCPS Recycling Program: Includes Collection Zones (Recycling Zones) in all DCPS’s facility cafeterias. The contractor will supply as needed, 95 gallon totes for collection of paper, aluminum and plastic recyclable items per facility. The District’s custodial contractor will empty the totes into the recycling dumpster. The Contractor is also responsible for small blue recycling bins for offices, cubicles and conference rooms (at a minimum) at the following DCPS administrative sites, to include:

#3001 Main School Board Building at 1701 Prudential Drive #3002, Team Center and Shultz Center at 4019 Boulevard Center Drive #3003 Consolidated Service Center 4880 Bulls Bay Highway #3004 Nutrition Center, 3405 Norman E. Thagard Blvd, 32254 #3067 Westside Administration Building at 129 Kings St. #3086A and #3086B Terry Parker Annex at 8015 Parker School Rd #3275 Urban Resource Center at 2924 Knights Lane East #3096A Ribault HS District Cluster Office at 37-1 Winton Drive #3075 Paxon Advanced Regional Office at 3239 Norman Thagard Blvd

Page 10: Duval County Public Schools ... · Jacksonville, FL 32207 June 6, 2019 Advanced Disposal Republic Services of Florida, LP dba Southland Waste Systems RE: ITB-026-19/LN Dear Sir/Madam:

The District does reserve the right to add additional or reduce the quantity of totes/bins and sites at no additional cost to DCPS. Provisions for container replacement shall be included.

20. Question: Section 14 Recycling Program: In the event DCPS and Contractor do

not agree on the items accepted in the recycling program, can the Contractor

own the right to cancel the agreement with 60 days’ notice?

Answer: No.

21. Question: How many copies of the printed response are needed? Answer: One copy that must include an original manual signature must be

submitted.

22. Question: Where should the Contractor place extra pickup charges for the various sizes of trash and recycling dumpsters? Answer: Extra pickups will be at the Contractor’s bid rate for regular collections.

Please see section IV, B. Special Collections. For unscheduled pickups due to

missed pickups see Section IV., E. Missed Collections.

23. Question: Is the Contractor allowed to charge for overflowing dumpsters, bear-

resistant dumpster rental (this type of dumpster is more expensive), lock bars, wheels on 2yd dumpsters, bulk services such as 3 desks and 4 chairs serviced with a claw truck? Answer: The Contractor can charge for an extra pick up at the Contractor’s bid

rate if the dumpster is reloaded and dumped at the time of service. For overflow

due to missed pickups see Section IV., 5 Missed Collections. There will be no

regular pickup of bulk items with this contract. Lock bars are only required at

about 15-20 locations and will be provided at no extra charge.

24. Question: Do you require any pricing for roll-off containers? 20yd haul rate? 30yd haul rate? Trash disposal per ton rate? Construction disposal per ton rate? 20yd daily rental rate? 30yd daily rental rate?

Answer: No, roll off dumpsters are not part of this ITB.

25. Question: Pg 9 #1 What specific recyclable materials will be placed in your recycling dumpsters?

Single Stream Recycling typically consists of un-bagged, paper, cardboard, newspaper, plastic bottles, aluminum cans. These are the most widely accepted materials. Glass, milk and juice cartons, foam products, plastic bags of any kind are typically excluded due to limited demand from manufacturers for these commodities. Recyclables placed in plastic bags or bagged materials jam gears at the recycling facility and do not allow the sorting equipment to work properly.

Answer: See Specification II on page SP 1 for more information on our recycling

program, materials and requirements of the Contractor to work with the District

on recycling education and changes.

Page 11: Duval County Public Schools ... · Jacksonville, FL 32207 June 6, 2019 Advanced Disposal Republic Services of Florida, LP dba Southland Waste Systems RE: ITB-026-19/LN Dear Sir/Madam:

26. Question: Page 9, #3 For purposes of evaluation, this form will be interpreted as follows:

Item Bid: Item bid should be the manufacturer & model # or name of product you will supply if awarded. If left blank or “as specified” is entered the item will be considered to have insufficient information to evaluate.

Answer: Item bid information is not required for this bid i.e. manufacturer,

model# etc.

27. Question: SP II, B. Requires 95 gallon totes and small recycle bins for

offices. How many of each are required at the start of the contract? How many of each are required annually? Answer: Specification II. B. to be amended to delete all small blue recycling bins

as follows:

Current DCPS Recycling Program: Includes Collection Zones (Recycling Zones) in all DCPS’s facility cafeterias. The contractor will supply as needed, 95 gallon totes for collection of paper, aluminum and plastic recyclable items per facility. The District’s custodial contractor will empty the totes into the recycling dumpster. The Contractor is also responsible for small blue recycling bins for offices, cubicles and conference rooms (at a minimum) at the following DCPS administrative sites, to include:

#3001 Main School Board Building at 1701 Prudential Drive #3002, Team Center and Shultz Center at 4019 Boulevard Center Drive #3003 Consolidated Service Center 4880 Bulls Bay Highway #3004 Nutrition Center, 3405 Norman E. Thagard Blvd, 32254 #3067 Westside Administration Building at 129 Kings St. #3086A and #3086B Terry Parker Annex at 8015 Parker School Rd #3275 Urban Resource Center at 2924 Knights Lane East #3096A Ribault HS District Cluster Office at 37-1 Winton Drive #3075 Paxon Advanced Regional Office at 3239 Norman Thagard Blvd

The District does reserve the right to add additional or reduce the quantity of totes/bins and sites at no additional cost to DCPS. Provisions for container replacement shall be included.

28. Question: SP 2, F. Recycling Education Materials. Can the Contractor supply these as color PDF files for schools to print as many copies as they would like? If printed copies are needed, how many are required? Answer: The contractor is not required to provide printed materials. PDF format

is acceptable.

29. Question: SP 4, The routing of collections shall be consistent on each scheduled day and time for continuity so that an overflow will not be created. Any excess solid waste placed by the side of the dumpster shall be collected and dumped by the Contractor at that service. Is the Contractor required to pick up solid waste placed by the side of the dumpster, place it in the dumpster and then dump as an extra pickup? Typically, schools staff loads all solid waste into the dumpsters due to safety reasons.

Page 12: Duval County Public Schools ... · Jacksonville, FL 32207 June 6, 2019 Advanced Disposal Republic Services of Florida, LP dba Southland Waste Systems RE: ITB-026-19/LN Dear Sir/Madam:

Answer: Typically, schools staff loads all solid waste into the dumpsters due to

safety reasons. The Contractor can charge for an extra pick up at the

Contractor’s bid rate if the dumpster is reloaded and dumped at the time of

service. For overflow due to missed pickups see Section IV., E Missed

Collections.

30. Question: SP 6, The Contractor shall maintain the listed collection schedule. In the event a scheduled collection is missed, the Contractor shall provide a collection within six hours of notification by DCPS or the next morning (before 10am) if the notification is given after 3pm. Any excess solid waste placed by the side of the dumpster shall be collected and dumped by the Contractor at that service and will be considered one collection.

The Contractors routes typically begin at 3:00 a.m. and routes are created several days in advance. Will the District allow the Contractor to service missed pickups within 24 hours of notification?

Answer: We will typically allow up to 24 hours for pickup, but only if the pickup

does not exceed the time of the next scheduled pickup. More than on

consecutive missed pickup will lead to excessive overages and possible Health

Department citation. Please see Section IV., E Missed collections for more

information.

31. Question: Most favored nations – The provision is not limited by any

geographic area. Contractor conducts operations throughout the state and location is an important factor in determining price. Will the District consider limiting the MFN to a geographic region within 30 miles of Duval County? Answer: Not applicable. Most favored nation is not in this ITB.

32. Question: Change in law – There is no provision to modify the agreement

due to a change in law. Will the District add? Answer: No

33. Question: Hazardous waste – if hazardous waste is found in a container is the

responsibility of the proposer to dispose legally. While de minimis amounts may not be a problem, a more than minimal amount could be costly. Will the District consider removing this requirement? Answer: We do not anticipate hazardous household waste to be placed in

dumpsters on a regular basis, as we have protocols for its disposal. Any excess

hazardous waste placed in dumpsters will be address on a case basis with the

contractor.

34. Question: Page 7, #24 Certificate of insurance – In Special Conditions 7/9 a

certificate of insurance with the required coverages must be provided prior to

award—this means that you require a COI with the submission, is that correct?

Answer: No. COI will need to be provided prior to the beginning date of service

by the awarded vendor.

Page 13: Duval County Public Schools ... · Jacksonville, FL 32207 June 6, 2019 Advanced Disposal Republic Services of Florida, LP dba Southland Waste Systems RE: ITB-026-19/LN Dear Sir/Madam:

35. Question: Would it be possible to provide the attachments in Microsoft Excel

version too?

Answer: Attachment A will not be added in Excel format. Attachment B will be

added to the “Document” area in DemandStar. Attachment C was already loaded

into DemandStar in Microsoft Excel format.

36. Question: Requests to change insurance requirements and/or add verbiage to

Special Condition 24 pgs SC4 -SC. 7.

Section 12 Insurance, Subsection A, Item 1 (b): Can you please insert as follows:

“the NCCI [blanket form] Waiver Of Our Right To Recover From Others

Endorsement”?

Section 12 Insurance, Subsection A, Item 2 (a): Can you please strike the

following: “The coverage may not exclude restrictive endorsements which

exclude coverage for liability arising our of: Sexual molestation, Sexual abuse or

Sexual misconduct.”?

Section 12 Insurance, Subsection A, Item 2 (c): Can you please insert as follows:

“Scheduled Person or Organization endorsement [blanket form] (ISO Form CG

20 10)”?

Section 12 Insurance, Subsection A, Item 2 (d): Can you please strike the

following: “The coverage for property damage liability shall be subject to a

maximum deductible of $1,500 per occurrence.”?

Section 12 Insurance, Subsection A, Item 3 (b): Can you please insert as follows:

“ISO Designated Insured (ISO Form CA 20 48) endorsement [or blanket form

DA-9474C 0316]”?

Section 12 Insurance, Subsection B, Item 1: Can you please insert and strike as

follows: “As evidence of compliance with the required Workers’

Compensation/Employer’s Liability, Commercial General Liability [and} Business

Auto Liability, and Professional Liability,”?

Section 12 Insurance, Subsection B, Item 1: Can you please strike as follows:

“identify this Agreement[.] , and provide that DCPS shall be given no less than

thirty (30) days’ written notice prior to cancellation.”?

Section 12 Insurance, Subsection B, Item 2 (a): Can you please insert and strike

as follows: “and a copy of the actual [blanket form] additional insured

endorsement as issued on the policy”?

Section 12 Insurance, Subsection B, Item 2 (b): Can you please strike as follows:

“or the original of the policy(ies).”?

Section 12 Insurance, Subsection B, Item 4: Can you please strike Item 4 in its

entirety?

Page 4, #24 INSURANCE: Will you allow the Contractor to utilize the modified

Insurance language below?

A. Description of the VENDOR/CONTRACTOR Required Insurance. Without

limiting any of the other obligations or liabilities of the VENDOR/CONTRACTOR,

the VENDOR/CONTRACTOR shall, at the VENDOR/CONTRACTOR’s sole

expense, procure, maintain and keep in force the amounts and types of

Page 14: Duval County Public Schools ... · Jacksonville, FL 32207 June 6, 2019 Advanced Disposal Republic Services of Florida, LP dba Southland Waste Systems RE: ITB-026-19/LN Dear Sir/Madam:

insurance conforming to the minimum requirements set forth herein. Except as

may be otherwise expressly specified in this Exhibit, the insurance shall

commence at or prior to the execution of this Agreement by DCPS and shall be

maintained in force throughout the term of this Agreement.

1. Workers’ Compensation/Employers’ Liability. The Workers’

Compensation/Employers’ Liability insurance provided by the

VENDOR/CONTRACTOR shall conform to the requirements set forth herein.

(a) The VENDOR/CONTRACTOR’s insurance shall cover the

VENDOR/CONTRACTOR (and to the extent its Subcontractors and Sub-

subcontractors are not otherwise insured, its Subcontractors and Sub-

subcontractors) for those sources of liability which would be covered by the latest

edition of the standard Workers’ Compensation policy, as filed for use in the

State of Florida by the National Council on Compensation Insurance (NCCI),

without any restrictive endorsements other than the Florida Employers Liability

Coverage Endorsement (NCCI Form WC 09 03), those which are required by the

State of Florida, or any restrictive NCCI endorsements which, under an NCCI

filing, must be attached to the policy (i.e., mandatory endorsements). In addition

to coverage for the Florida Workers’ Compensation Act, where appropriate,

coverage is to be included for the Federal Employers’ Liability Act and any other

applicable federal or state law.

(b) The policy must be endorsed to waive the insurer’s right to subrogate

against DCPS, and its members, officials, officers and employees in the manner

which would result from the attachment of the NCCI Waiver Of

Our Right To Recover From Others Endorsement (Advisory Form WC 00 03 13)

or equivalent, with DCPS, and its members, officials, officers and employees

scheduled thereon.

(c) Subject to the restrictions of coverage found in the standard Workers’

Compensation policy, there shall be no maximum limit on the amount of

coverage for liability imposed by the Florida Workers’ Compensation Act or any

other coverage customarily insured under Part One of the standard Workers’

Compensation policy. The minimum amount of coverage for those coverages

customarily insured under Part Two of the standard Workers’ Compensation

policy (inclusive of any amounts provided by an umbrella or excess policy) shall

not be less than:

$1,000,000 Each Accident

$1,000,000 Disease - Each Employee

$1,000,000 Disease - Policy Limit

2. Commercial General Liability. The Commercial General Liability

insurance provided by the VENDOR/CONTRACTOR shall conform to the

requirements hereinafter set forth:

Page 15: Duval County Public Schools ... · Jacksonville, FL 32207 June 6, 2019 Advanced Disposal Republic Services of Florida, LP dba Southland Waste Systems RE: ITB-026-19/LN Dear Sir/Madam:

(a) The VENDOR/CONTRACTOR’s insurance shall cover those sources of

liability which would be covered by the latest occurrence form edition of the

standard Commercial General Liability Coverage Form (ISO Form CG 00 01) or

equivalent, as filed for use in the State of Florida by the Insurance Services

Office (ISO) without any restrictive endorsements other than those which are

required by the State of Florida, or those which, under an ISO filing, must be

attached to the policy (i.e., mandatory endorsements) and those described below

which would apply to the Services contemplated under this Agreement.

The coverage may not exclude restrictive endorsements which exclude coverage

for liability arising out of: Sexual molestation, Sexual abuse or Sexual

misconduct.

The coverage may include restrictive endorsements which exclude coverage for

liability arising out of: Mold, fungus, or bacteria Terrorism Silica, asbestos or lead

(b) The minimum limits to be maintained by the VENDOR/CONTRACTOR

(inclusive of any amounts provided by an umbrella or excess policy) shall not be

less than:

$1,000,000 General Aggregate

$1,000,000 Products/Completed Operations Aggregate

$1,000,000 Personal and Advertising Injury

$1,000,000 Each Occurrence

(c) The VENDOR/CONTRACTOR shall include DCPS and DCPS’s

members, officials, officers and employees as “additional insureds” on the

Commercial General Liability coverage. The coverage afforded such additional

insureds shall be no more restrictive than that which would be afforded by adding

DCPS and DCPS’s members, officials, officers and employees as additional

insureds on the latest edition of the Additional Insured

– Owner’s, Lessees or Contractors - Scheduled Person or Organization

endorsement (ISO Form CG 20 10) or equivalent, filed for use in the State of

Florida by the Insurance Services Office.

(d) Except with respect to coverage for property damage liability, or as

otherwise specifically authorized in this Agreement, the general liability coverage

shall apply on a first dollar basis without application of any deductible or self-

insured retention. The coverage for property damage liability shall be subject to a

maximum deductible of $1,500 per occurrence. The VENDOR/CONTRACTOR

shall pay on behalf of DCPS or DCPS’s member, official, officer or employee any

such deductible or self-insured retention applicable to a claim against DCPS or

DCPS’s member, official, officer or employee for which the DCPS or DCPS’s

member, official, officer or employee is insured as an additional insured.

3. Business Auto Liability. The automobile liability insurance provided by the

VENDOR/CONTRACTOR shall conform to the requirements hereinafter set forth:

(a) The VENDOR/CONTRACTOR’s insurance shall cover the

VENDOR/CONTRACTOR for those sources of liability which would be covered

Page 16: Duval County Public Schools ... · Jacksonville, FL 32207 June 6, 2019 Advanced Disposal Republic Services of Florida, LP dba Southland Waste Systems RE: ITB-026-19/LN Dear Sir/Madam:

by Section II of the latest occurrence edition of the standard Business Auto

Coverage Form (ISO Form CA 00 01) or equivalent, as filed for use in the State

of Florida by ISO without any restrictive endorsements other than those which

are required by the State of Florida, or those which, under an ISO filing, must be

attached to the policy (i.e., mandatory endorsements). Coverage shall include all

owned, non-owned and hired autos used in connection with this Agreement.

(b) DCPS and DCPS’s members, officials, officers and employees shall be

included as “additional insureds” in a manner no more restrictive than that which

would be afforded by designating DCPS and DCPS’s members, officials, officers

and employees as additional insureds on the latest edition of the ISO Designated

Insured (ISO Form CA 20 48) or equivalent, endorsement.

(c) The minimum limits to be maintained by the VENDOR/CONTRACTOR

(inclusive of any amounts provided by an umbrella or excess policy) shall not be

less than:

$1,000,000 Each Occurrence - Bodily Injury and Property Damage Combined

B. Evidence of Insurance. Except as may be otherwise expressly specified

in this Exhibit, the insurance shall commence at or prior to the execution of this

Agreement by DCPS and shall be maintained in force throughout the term of this

Agreement. The VENDOR/CONTRACTOR shall provide evidence of such

insurance in the following manner:

1. As evidence of compliance with the required Workers’

Compensation/Employer’s Liability, Commercial General Liability and Business

Auto Liability, and Professional Liability, the VENDOR/CONTRACTOR shall

furnish DCPS with a fully completed satisfactory Certificate of Insurance such as

a standard ACORD Certificate of Liability Insurance (ACORD Form 25) or other

evidence satisfactory to DCPS, signed by an authorized representative of the

insurer(s) providing the coverage. The Certificate of Insurance, or other

evidence, shall verify that Workers’ Compensation/Employer’s Liability contains a

waiver of subrogation in favor of DCPS, identify this Agreement, and provide that

DCPS shall be given no less than thirty (30) days’ written notice prior to

cancellation, unless canceled of nonpayment of premium, to which (10) notice

shall be given.

2. As evidence of the required Additional Insured status for DCPS on the

Commercial General Liability insurance, the VENDOR/CONTRACTOR shall

furnish DCPS with:

(a) a fully completed satisfactory Certificate of Insurance, and a copy of the

actual additional insured endorsement as issued on the policy, signed by an

authorized representative of the insurer(s) verifying inclusion of DCPS and

DCPS’s members, officials, officers and employees as Additional Insureds in the

Commercial General Liability coverage; or

(b) the original of the policy(ies).

Page 17: Duval County Public Schools ... · Jacksonville, FL 32207 June 6, 2019 Advanced Disposal Republic Services of Florida, LP dba Southland Waste Systems RE: ITB-026-19/LN Dear Sir/Madam:

3. Until such time as the insurance is no longer required to be maintained by

the VENDOR/CONTRACTOR as set forth in this Agreement, the

VENDOR/CONTRACTOR shall provide DCPS with renewal or replacement

evidence of the insurance in the manner heretofore described no less than thirty

(30) days before the expiration or termination of the insurance for which previous

evidence of insurance has been provided.

4. Notwithstanding the prior submission of a Certificate of Insurance, copy of

endorsement, or other evidence initially acceptable to DCPS, if requested by

DCPS, the VENDOR/CONTRACTOR shall, within thirty (30) days after receipt of

a written request from DCPS, provide DCPS with a certified copy or certified

copies of the policy or policies providing the coverage required by this Section

DCPS shall have to right to visit VENDOR?CONTRACTOR’s office to review

copies of the policy or policies providing coverage required by this section.

The VENDOR/CONTRACTOR may redact or omit, or cause to be redacted or

omitted, those provisions of the policy or policies which are not relevant to the

insurance required under this Agreement.

C. Qualification of the VENDOR/CONTRACTOR’s Insurers

1. Insurers providing the insurance required by this Agreement for the

VENDOR/CONTRACTORs must either be: (1) authorized by a subsisting

certificate of authority issued by the State of Florida to transact insurance in the

State of Florida, or (2) except with respect to coverage for the liability imposed by

the Florida Workers’ Compensation Act, an eligible surplus lines insurer under

Florida Statutes.

2. In addition, each such insurer shall have and maintain throughout the

period for which coverage is required, a Best’s Rating of “A-” or better and a

Financial Size Category of “VII” or better according to A. M. Best Company.

3. If, during the period when an insurer is providing the insurance required

by this Agreement, an insurer shall fail to comply with the foregoing minimum

requirements, as soon as the VENDOR/CONTRACTOR has knowledge of any

such failure, the VENDOR/CONTRACTOR shall immediately notify DCPS and

immediately replace the insurance provided by the insurer with an insurer

meeting these requirements. Until the VENDOR/CONTRACTOR has replaced

the unacceptable insurer with an insurer acceptable to DCPS, the

VENDOR/CONTRACTOR shall be in default of this Agreement.

D. The VENDOR/CONTRACTOR’s Insurance Primary and Non-

Contributory. The insurance provided by the VENDOR/CONTRACTOR pursuant

to this Agreement shall apply on a primary basis to, and shall not require

contribution from, any other insurance or self-insurance maintained by DCPS or

DCPS’s member, official, officer or employee.

E. The VENDOR/CONTRACTOR’s Insurance As Additional Remedy.

Compliance with the insurance requirements of this Agreement shall not limit the

liability of the VENDOR/CONTRACTOR, or its Subcontractors or Sub-

Page 18: Duval County Public Schools ... · Jacksonville, FL 32207 June 6, 2019 Advanced Disposal Republic Services of Florida, LP dba Southland Waste Systems RE: ITB-026-19/LN Dear Sir/Madam:

subcontractors, employees or agents to DCPS or others. Any remedy provided to

DCPS or DCPS’s members, officials, officers or employees by the insurance

shall be in addition to and not in lieu of any other remedy available under this

Agreement or otherwise.

F. No Waiver by DCPS Approval/Disapproval. Neither approval by DCPS

nor failure to disapprove the insurance furnished by the

VENDOR/CONTRACTOR shall relieve the VENDOR/CONTRACTOR of the

VENDOR/CONTRACTOR’s full responsibility to provide the insurance as

required by this Agreement. NOTICE: Proof of the above required insurances

must be provided by the VENDOR/CONTRACTOR prior to award by DCPS.

Failure to provide the required proof of insurances may result in recommendation

for award to an alternate VENDOR/CONTRACTOR.

Answer: No changes will be made to Special Conditions 24 INSURANCE pgs

SC4 -S7.

Page 19: Duval County Public Schools ... · Jacksonville, FL 32207 June 6, 2019 Advanced Disposal Republic Services of Florida, LP dba Southland Waste Systems RE: ITB-026-19/LN Dear Sir/Madam:

ADDENDUM NO. 2

MANDATORY

www.duvalschools.org/purchasing Issue Date: April 5, 2019 Phone: 904-858-4846 Buyer: Lucy Nasworthy Bid Number: ITB-026-19/LN

Bid Title: SOLID WASTE AND RECYCLING Term of Bid: From July 1, 2019 through June 30, 2020 with renewal options

Opening: Thursday, April 18, 2019, 2:00 p.m. Bids received prior to this date and time will be opened in the Conference Room, and may not be withdrawn for 120 days after opening. All bids received after the specified date and time will be returned unopened.

Purpose: To update Solid Waste and Recycling Attachment B. Utilize the Revised-Attachment B (attached) containing both Group A Recycling

and Group B- Solid Waste schedules. Four pages for “Group B-Solid Waste” has been added to the four pages for Group A- Recycling.

Page 20: Duval County Public Schools ... · Jacksonville, FL 32207 June 6, 2019 Advanced Disposal Republic Services of Florida, LP dba Southland Waste Systems RE: ITB-026-19/LN Dear Sir/Madam:

REVISED-ATTACHMENT B-

Duval County Public SchoolsSolid Waste and Recycling

ITB-026-19/LN

Container Locations, Sizes and Pick Up Schedule

GROUP A- RECYCLING

Site Name TypeCont Type

Cont Size Qty M T W T F

Pull per

Week

3285 A P RANDOLPH #3285 HS Recycle 8 1 1 1 23263 ABESS PARK ELEMENTARY ES Recycle 8 1 1 13252 ALDEN ROAD #3252 OTHER Recycle 8 1 1 1 23257 ALIMACANI ELEMENTARY ES Recycle 8 1 1 1 23141 ALLEN AXSON ELEMENTARY ES Recycle 8 1 1 1 23035 ANDREW JACKSON #3035 HS Recycle 4 1 1 1 1 33035 ANDREW JACKSON #3035 HS Recycle 8 1 1 1 1 33262 ANDREW ROBINSON ELEM ES Recycle 8 1 1 1 23021 ANNIE R MORGAN #3021 ES Recycle 8 1 1 13046 ARLINGTON ELEMENTARY ES Recycle 8 1 1 13240 ARLINGTON HEIGHTS ELEM ES Recycle 8 1 1 1 2

3213 ARLINGTON MIDDLE #32 MS Recycle 8 1 1 1 23065 ATLANTIC BEACH ELEM ES Recycle 8 1 1 13268 ATLANTIC COAST HIGH HS Recycle 8 2 2 2 43038 BALDWIN MIDDLE/HIGH HS Recycle 8 1 1 1 23161 BARTRAM SPRINGS ELEM ES Recycle 8 1 1 13084 BAYVIEW ELEMENTARY ES Recycle 8 1 1 13230 BEAUCLERC ELEMENTARY ES Recycle 8 1 1 1 23078 BILTMORE ELEMENTARY ES Recycle 8 1 1 1 23269 BISCAYNE ELEMENTARY ES Recycle 8 1 1 13015 BRENTWOOD ELEMENTARY ES Recycle 8 1 1 1 23029 BRIDGE TO SUCCESS ES Recycle 8 1 1 13206 BROOKVIEW ELEMENTARY ES Recycle 8 1 1 1 23166 CARTER G WOODSON #31 ES Recycle 8 1 1 13097 CEDAR HILLS ELEMENTARY ES Recycle 8 1 1 1 23018 CENTRAL RIVERSIDE #3 ES Recycle 8 1 1 13142 CHAFFEE TRAIL ELEMENTARY ES Recycle 8 1 1 1 23264 CHETS CREEK ELEMENTARY ES Recycle 8 1 1 1 23232 CHIMNEY LAKES ELEMENTARY ES Recycle 8 1 1 1 23003 CONSOLIDATED SERVICE CENTER ADMIN Recycle 8 1 1 1 1 3

3245 CROWN POINT ELEMENTARY ES Recycle 8 1 1 1 1 33226 CRYSTAL SPRINGS ELEM ES Recycle 8 1 1 1 1 33145 DARNELL COOKMAN MIDDLE MS Recycle 8 1 1 1 23045 DINSMORE ELEMENTARY ES Recycle 8 1 1 1 23217 DON BREWER ELEMENTARY ES Recycle 8 1 1 13107 DOUGLAS ANDERSON #31 HS Recycle 8 1 1 1 23066 DUPONT MIDDLE #3066 MS Recycle 8 1 1 1 23248 EDWARD WHITE HIGH #3 HS Recycle 8 1 1 1 1 33087 ENGLEWOOD ELEMENTARY ES Recycle 8 1 1 1 23090 ENGLEWOOD HIGH #3090 HS Recycle 8 1 1 1 23255 ENTERPRISE LEARNING ES Recycle 8 1 1 1 23265 FIRST COAST HIGH #32 HS Recycle 8 1 1 1 23020 FISHWEIR ELEMENTARY ES Recycle 8 1 1 1 23223 FLETCHER HIGH SCHOOL HS Recycle 8 1 1 13063 FLETCHER MIDDLE #306 MS Recycle 8 1 1 1 23235 FORT CAROLINE ELEMENTARY ES Recycle 8 1 1 1 23238 FORT CAROLINE MIDDLE MS Recycle 8 1 1 1 23280 FRANK H PETERSON ACADEMY HS Recycle 8 1 1 1

Page 21: Duval County Public Schools ... · Jacksonville, FL 32207 June 6, 2019 Advanced Disposal Republic Services of Florida, LP dba Southland Waste Systems RE: ITB-026-19/LN Dear Sir/Madam:

REVISED-ATTACHMENT B-

Duval County Public SchoolsSolid Waste and Recycling

ITB-026-19/LN

GROUP A- RECYCLING

Site Name TypeCont Type

Cont Size Qty M T W T F

Pull per

Week

3059 GARDEN CITY #3059 ES Recycle 8 1 1 13158 GEORGE W CARVER ELEM ES Recycle 8 1 1 1 23014 GRAND PARK CAREER CENTER OTHER Recycle 8 1 1 13027 GRASP ACADEMY ELEMENTARY ES Recycle 8 1 1 13222 GREENFIELD ELEMENTARY ES Recycle 8 1 1 13249 GREENLAND PINES ELEM ES Recycle 8 1 1 1 1 33243 GREGORY DRIVE ELEMENTARY ES Recycle 8 1 1 1 23071 HENDRICKS AVE ELEMENTARY ES Recycle 8 1 1 1 23037 HENRY KITE ELEMENTARY ES Recycle 8 1 1 13099 HIGHLANDS ELEMENTARY ES Recycle 8 1 1 1 23244 HIGHLANDS MIDDLE SCHOOL MS Recycle 8 1 1 1 23064 HOGAN SPRING GLENN ELEM ES Recycle 8 1 1 13209 HOLIDAY HILL ELEMENTARY ES Recycle 8 1 1 1 1 33214 HYDE GROVE ELEMENTARY ES Recycle 8 1 1 1 1 33077 HYDE PARK ELEMENTARY ES Recycle 8 1 1 13207 J.E.B. STUART MIDDLE MS Recycle 8 1 1 1 23229 JACKSONVILLE HEIGHTS ES Recycle 8 1 1 1 23152 JAMES WELDON JOHNSON M 3152 MS Recycle 8 1 1 1 1 33144 JAX BEACH 6TH GRADE ES Recycle 8 1 1 1 1 33216 JEFFERSON DAVIS MIDDLE MS Recycle 8 1 1 1 23154 JOHN E FORD ELEMENTARY ES Recycle 8 1 1 1 23073 JOHN LOVE ELEMENTARY ES Recycle 8 1 1 13088 JOHN STOCKTON ELEMENTARY ES Recycle 8 1 1 1 23247 JOSEPH FINNEGAN ELEM ES Recycle 8 1 1 1 23219 JOSEPH STILLWELL MIDDLE MS Recycle 8 1 1 1 23279 KERNAN MIDDLE SCHOOL MS Recycle 8 1 1 1 23231 KERNAN TRAIL ELEMENTARY ES Recycle 8 1 1 1 23203 KINGS TRAIL ELEMENTARY ES Recycle 8 1 1 13025 KIRBY SMITH MIDDLE MS Recycle 8 1 1 1 23074 LAKE FOREST ELEMENTARY ES Recycle 8 1 1 13085 LAKE LUCINA ELEMENTARY ES Recycle 8 1 1 13069 LAKESHORE MIDDLE #30 MS Recycle 8 2 2 2 2 63256 LANDMARK MIDDLE #325 MS Recycle 8 1 1 1 23031 LANDON MIDDLE #3031 MS Recycle 8 1 1 1 23267 LAVILLA SCHOOL OF ARTS MS Recycle 8 1 1 1 1 33233 LONE STAR ELEMENTARY ES Recycle 8 1 1 1 2

3106 LONG BRANCH ELEMENTARY ES Recycle 8 1 1 13030 LORETTO ELEMENTARY ES Recycle 8 1 1 1 23242 LOUIS SHEFFIELD ELEM ES Recycle 8 1 1 1 23082 LOVE GROVE ELEMENTARY ES Recycle 8 1 1 13001 MAIN ADMIN BLDG #300 ADMIN Recycle 8 1 1 1 1 37257 MAINT STATION GROUNDS ADMIN Recycle 8 1 1 1 23291 MAINT STATION LIBERTY ST ADMIN Recycle 8 1 1 1 23292 MAINTENANCE STATION 2-FRONTLOAADMIN Recycle 8 1 1 1 23293 MAINTENANCE STATION III ADMIN Recycle 8 1 1 13236 MAMIE A JONES #3236 ES Recycle 8 1 1 13260 MANDARIN HIGH SCHOOL HS Recycle 8 1 1 1 23259 MANDARIN MIDDLE #325 MS Recycle 8 1 1 1 23258 MANDARIN OAKS ELEMENTARY ES Recycle 8 1 1 1 23220 MARTIN LUTHER KING ELEM ES Recycle 8 1 1 1 23146 MATTHEW GILBERT MIDDLE MS Recycle 8 1 1 1 23227 MAYPORT ELEMENTARY MS Recycle 8 1 1 1 2

Page 22: Duval County Public Schools ... · Jacksonville, FL 32207 June 6, 2019 Advanced Disposal Republic Services of Florida, LP dba Southland Waste Systems RE: ITB-026-19/LN Dear Sir/Madam:

REVISED-ATTACHMENT B-

Duval County Public SchoolsSolid Waste and Recycling

ITB-026-19/LN

GROUP A- RECYCLING

Site Name TypeCont Type

Cont Size Qty M T W T F

Pull per

Week3254 MAYPORT MIDDLE #3254 MS Recycle 8 1 1 1 23228 MERRILL ROAD ELEMENTARY ES Recycle 8 1 1 1

3164 MT HERMAN EXEC CENTER OTHER Recycle 8 1 1 13246 NEPTUNE BEACH ELEMENTARY ES Recycle 8 1 1 1 23150 NEW BERLIN ELEMENTARY ES Recycle 8 1 1 1 23221 NORMANDY VILLAGE ELEM ES Recycle 8 1 1 1 23070 NORTH SHORE ELEMENTARY ES Recycle 8 1 1 1 1 1 43155 NORTHWESTERN MIDDLE MS Recycle 8 1 1 1 23004 NUTRITION CENTER ADMIN Recycle 8 1 1 1 1 1 1 53028 OAK HILL ACADEMY OTHER Recycle 8 1 1 1 23270 OCEANWAY ELEMENTARY ES Recycle 8 1 1 1 1 33062 OCEANWAY MIDDLE #306 MS Recycle 8 1 1 1 23016 ORTEGA ELEMENTARY #3 ES Recycle 8 1 1 1 23170 PALM AVE EXCEP CENTER OTHER Recycle 8 1 1 13136 PARKER ADMINISTRATION ADMIN Recycle 0 0 03208 PARKWOOD HEIGHTS ELEM ES Recycle 8 1 1 1 23075 PAXON HIGH #3075 HS Recycle 8 1 1 1 23205 PICKETT ELEMENTARY ES Recycle 8 1 1 13250 PINE ESTATES ELEMENTARY ES Recycle 8 1 1 1 23159 PINE FOREST ELEMENTARY ES Recycle 8 1 1 13093 PINEDALE ELEMENTARY ES Recycle 8 1 1 13162 R V DANIELS ELEMENTARY ES Recycle 8 1 1 13079 RAMONA BLVD ELEMENTARY ES Recycle 8 1 1 13202 REYNOLDS LANE ELEMENTARY ES Recycle 8 1 1 13096 RIBAULT HIGH #3096 HS Recycle 8 1 1 1 23212 RIBAULT MIDDLE #3212 MS Recycle 8 1 1 1 23058 RICHARD BROWN ELEMENTARY ES Recycle 8 1 1 1 23033 ROBERT E LEE HIGH #3 HS Recycle 8 1 1 1 23163 RUFUS E PAYNE #3163 ES Recycle 8 1 1 13019 RUTH UPSON #3019 ES Recycle 8 1 1 1 23095 RUTLEDGE PEARSON ELEM ES Recycle 8 1 1 13149 S P LIVINGSTON ELEM ES Recycle 8 1 1 1 23239 SABLE PALM ELEMENTARY ES Recycle 8 1 1 1 23116 SADIE TILLIS ELEMENTARY ES Recycle 8 1 1 1 23091 SALLYE MATHIS ELEMENTARY ES Recycle 8 1 1 13169 SAMUEL A HULL ELEM ES Recycle 8 1 1 1 23083 SAN JOSE ELEMENTARY ES Recycle 8 1 1 13218 SAN MATEO ELEMENTARY ES Recycle 8 1 1 1 23080 SAN PABLO ELEM SCHOOL ES Recycle 8 1 1 13237 SANDALWOOD HIGH #323 HS Recycle 8 3 3 3 63225 SEABREEZE ELEMENTARY ES Recycle 8 1 1 1 23076 SOUTHSIDE ESTATES ELEM ES Recycle 8 1 1 1 1 33211 SOUTHSIDE MIDDLE #32 MS Recycle 8 1 1 1 23072 SPRING PARK ELEMENTARY ES Recycle 8 1 1 1 23124 ST CLAIR EVANS ACADEMY ES Recycle 8 1 1 1 23153 STANTON COLLEGE PREP HS Recycle 8 1 1 1 23234 STONEWALL JACKSON ELEM ES Recycle 8 1 1 1 23128 SUSIE TOLBERT ELEMENTARY ES Recycle 8 1 1 13010 TEACHER SUPPLY DEPOT ADMIN Recycle 0 0 03002 TEAM CENTER #3002 ADMIN Recycle 8 1 1 1 1 33086 TERRY PARKER HIGH #3/ADMIN ADMIN Recycle 8 3 1 2 1 2 63048 THOMAS JEFFERSON ELEM ES Recycle 8 1 1 1 2

Page 23: Duval County Public Schools ... · Jacksonville, FL 32207 June 6, 2019 Advanced Disposal Republic Services of Florida, LP dba Southland Waste Systems RE: ITB-026-19/LN Dear Sir/Madam:

REVISED-ATTACHMENT B-

Duval County Public SchoolsSolid Waste and Recycling

ITB-026-19/LN

GROUP A- RECYCLING

Site Name TypeCont Type

Cont Size Qty M T W T F

Pull per

Week3098 TIMUQUANA ELEMENTARY ES Recycle 8 1 1 1 23251 TWIN LAKES ELEMENTARY ES Recycle 8 1 1 1 23253 TWIN LAKES MIDDLE #3 MS Recycle 8 1 1 1 23275 USI/SOUTHSIDE RESOURCE CENTERADMIN Recycle 8 1 1 13068 VENETIA ELEMENTARY ES Recycle 8 1 1 1 23160 WATERLEAF ELEMENTARY ES Recycle 8 1 1 1 23012 WEST RIVERSIDE ELEM ES Recycle 8 1 1 13067 WESTSIDE ADMIN/GCA ADMIN Recycle 8 1 1 13241 WESTSIDE HIGH SCHOOL HS Recycle 8 1 1 1 23274 WESTVIEW (K-8) #3274 ES Recycle 8 1 1 1 23051 WHITEHOUSE ELEMENTARY ES Recycle 8 1 1 1 23165 WILLIAM RAINES HIGH HS Recycle 8 1 1 1 23094 WINDY HILL ELEMENTARY ES Recycle 8 1 1 1 23224 WOLFSON HIGH #3224 HS Recycle 8 1 1 1 23089 WOODLAND ACRES ELEMENTARY ES Recycle 8 1 1 1 23156 YOUNG MENS/WOMENS LEADER MS Recycle 8 1 1 1

320

Page 24: Duval County Public Schools ... · Jacksonville, FL 32207 June 6, 2019 Advanced Disposal Republic Services of Florida, LP dba Southland Waste Systems RE: ITB-026-19/LN Dear Sir/Madam:

REVISED-ATTACHMENT B-

DUVAL COUNTY PUBLIC SCHOOLSSOLID WASTE AND RECYCLING

ITB-026-19/LN

Container Locations, Sizes and Pick Up Schedule

GROUP B- SOLID WASTE

Site Name TypeCont Type

Cont Size Qty M T W T F

Pull per

Week

3285 A P RANDOLPH #3285 HS Solid 8 2 2 2 2 63263 ABESS PARK ELEMENTARY ES Solid 8 1 1 1 1 1 1 53252 ALDEN ROAD #3252 OTHER Solid 8 1 1 1 1 3

3257 ALIMACANI ELEMENTARY ES Solid 8 2 2 2 2 2 2 103141 ALLEN AXSON ELEMENTARY ES Solid 8 1 1 1 1 33035 ANDREW JACKSON HIGH HS Solid 8 3 3 3 3 93262 ANDREW ROBINSON ELEM ES Solid 8 2 2 2 2 2 2 103021 ANNIE R MORGAN #3021 ES Solid 8 1 1 1 1 33046 ARLINGTON ELEMENTARY ES Solid 8 1 1 1 1 33240 ARLINGTON HEIGHTS ELEM ES Solid 8 1 1 1 1 33213 ARLINGTON MIDDLE #32 MS Solid 8 1 1 1 1 1 1 53065 ATLANTIC BEACH ELEM ES Solid 8 1 1 1 1 33268 ATLANTIC COAST HIGH HS Solid 6 2 2 2 2 2 2 103268 ATLANTIC COAST HIGH HS Solid 6 1 1 1 23161 BARTRAM SPRINGS ELEM ES Solid 8 1 1 1 1 1 1 53084 BAYVIEW ELEMENTARY ES Solid 8 1 1 1 1 33230 BEAUCLERC ELEMENTARY ES Solid 8 1 1 1 1 1 1 53078 BILTMORE ELEMENTARY ES Solid 8 1 1 1 1 33269 BISCAYNE ELEMENTARY ES Solid 8 1 1 1 1 1 1 53015 BRENTWOOD ELEMENTARY ES Solid 8 1 1 1 23029 BRIDGE TO SUCCESS ES Solid 8 1 1 1 23206 BROOKVIEW ELEMENTARY ES Solid 8 1 1 1 1 1 1 53166 CARTER G WOODSON #31 ES Solid 8 1 1 1 1 1 1 53097 CEDAR HILLS ELEMENTARY ES Solid 8 1 1 1 1 33018 CENTRAL RIVERSIDE #3 ES Solid 8 1 1 1 1 33142 CHAFFEE TRAIL ELEM ES Solid 8 1 1 1 1 1 1 53264 CHETS CREEK ELEMENTARY ES Solid 8 2 2 2 2 2 2 103232 CHIMNEY LAKES ELEMENTARY ES Solid 8 2 2 2 2 2 83003 CONSOLIDATED SERVICE CENTER ADMIN Solid 8 2 2 2 2 2 2 103245 CROWN POINT ELEMENTARY ES Solid 8 2 2 2 2 2 2 103226 CRYSTAL SPRINGS ELEM ES Solid 8 2 2 2 2 2 2 103145 DARNELL COOKMAN MIDDLE MS Solid 8 1 1 1 1 1 1 53045 DINSMORE ELEMENTARY ES Solid 6 1 1 1 1 1 1 53217 DON BREWER ELEMENTARY ES Solid 8 1 1 1 1 1 1 53107 DOUGLAS ANDERSON #31 HS Solid 8 2 2 2 2 2 2 103066 DUPONT MIDDLE #3066 MS Solid 8 2 2 2 2 2 2 103248 EDWARD WHITE HIGH #3 HS Solid 8 2 2 2 2 2 2 103248 EDWARD WHITE HIGH #3 FIELD HS Solid 8 1 1 1 23087 ENGLEWOOD ELEMENTARY ES Solid 8 1 1 1 1 1 43090 ENGLEWOOD HIGH #3090 HS Solid 8 2 2 2 2 2 2 103255 ENTERPRISE LEARNING ES Solid 8 2 2 2 2 2 83265 FIRST COAST HIGH #32 HS Solid 6 1 1 1 23265 FIRST COAST HIGH #32 HS Solid 8 3 3 3 3 3 3 153020 FISHWEIR ELEMENTARY ES Solid 8 1 1 1 1 33235 FORT CAROLINE ELEMENTARY ES Solid 8 1 1 1 1 1 1 53238 FORT CAROLINE MIDDLE MS Solid 8 2 2 2 2 2 2 103280 FRANK H PETERSON ACADEMY HS Solid 8 3 3 3 3 93059 GARDEN CITY #3059 ES Solid 8 1 1 1 1 1 1 53158 GEORGE W CARVER ELEM ES Solid 8 1 1 1 1 3

Page 25: Duval County Public Schools ... · Jacksonville, FL 32207 June 6, 2019 Advanced Disposal Republic Services of Florida, LP dba Southland Waste Systems RE: ITB-026-19/LN Dear Sir/Madam:

REVISED-ATTACHMENT B-

DUVAL COUNTY PUBLIC SCHOOLSSOLID WASTE AND RECYCLING

ITB-026-19/LN

GROUP B- SOLID WASTE

Site Name TypeCont Type

Cont Size Qty M T W T F

Pull per

Week

3014 GRAND PARK CAREER CENTER OTHER Solid 8 1 1 1 1 33027 GRASP ACADEMY ELEMENTARY ES Solid 8 1 1 1 23222 GREENFIELD ELEMENTARY ES Solid 8 1 1 1 1 33249 GREENLAND PINES ELEM ES Solid 8 1 1 1 1 1 1 53243 GREGORY DRIVE ELEMENTARY ES Solid 8 1 1 1 1 1 1 53071 HENDRICKS AVE ELEMENTARY ES Solid 8 1 1 1 1 1 43037 HENRY KITE ELEMENTARY ES Solid 8 1 1 1 23099 HIGHLANDS ELEMENTARY ES Solid 8 1 1 1 1 1 1 53244 HIGHLANDS MIDDLE SCHOOL MS Solid 8 2 2 2 2 2 2 103064 HOGAN SPRING GLENN ELEM ES Solid 8 1 1 1 1 33209 HOLIDAY HILL ELEMENTARY ES Solid 8 1 1 1 1 1 1 53214 HYDE GROVE ELEMENTARY ES Solid 8 1 1 1 1 1 1 53077 HYDE PARK ELEMENTARY ES Solid 8 1 1 1 1 33207 J.E.B. STUART MIDDLE MS Solid 8 2 2 2 2 2 2 103229 JACKSONVILLE HEIGHTS ES Solid 8 1 1 1 1 1 1 53152 JAMES WELDON JOHNSON M 3152 MS Solid 8 1 1 1 1 1 1 53216 JEFFERSON DAVIS MIDDLE MS Solid 8 2 2 2 2 2 2 103154 JOHN E FORD ELEMENTARY ES Solid 8 1 1 1 1 1 1 53073 JOHN LOVE ELEMENTARY ES Solid 8 1 1 1 23088 JOHN STOCKTON ELEMENTARY ES Solid 8 1 1 1 1 33247 JOSEPH FINNEGAN ELEM ES Solid 8 1 1 1 1 33219 JOSEPH STILLWELL MIDDLE MS Solid 8 2 2 2 2 2 2 103279 KERNAN MIDDLE SCHOOL MS Solid 8 1 1 1 1 1 1 53231 KERNAN TRAIL ELEMENTARY ES Solid 8 1 1 1 1 1 1 53203 KINGS TRAIL ELEMENTARY ES Solid 6 1 1 1 1 33025 KIRBY SMITH MIDDLE MS Solid 8 2 2 2 2 2 2 103074 LAKE FOREST ELEMENTARY ES Solid 8 1 1 1 1 33085 LAKE LUCINA ELEMENTARY ES Solid 8 1 1 1 1 33069 LAKESHORE MIDDLE #30 MS Solid 8 2 2 2 2 2 2 103256 LANDMARK MIDDLE #325 MS Solid 8 2 2 2 2 2 2 103031 LANDON MIDDLE #3031 MS Solid 8 1 1 1 1 1 1 53267 LAVILLA SCHOOL OF ARTS MS Solid 8 1 1 1 1 1 1 53233 LONE STAR ELEMENTARY ES Solid 8 1 1 1 1 1 1 53106 LONG BRANCH ELEMENTARY ES Solid 8 1 1 1 1 33030 LORETTO ELEMENTARY ES Solid 8 1 1 1 1 1 1 53242 LOUIS SHEFFIELD ELEM ES Solid 8 1 1 1 1 1 1 53082 LOVE GROVE ELEMENTARY ES Solid 8 1 1 1 1 33001 MAIN ADMIN BLDG #300 ADMIN Solid 8 1 1 1 1 1 1 57257 MAINT STATION GROUNDS ADMIN Solid 6 1 1 1 23291 MAINT STATION LIBERTY ST ADMIN Solid 6 2 2 2 2 63292 MAINTENANCE STATION 2-FRONTLOAADMIN Solid 6 1 1 1 1 33293 MAINTENANCE STATION III ADMIN Solid 8 3 3 3 3 93260 MANDARIN HIGH SCHOOL HS Solid 6 1 1 1 23260 MANDARIN HIGH SCHOOL HS Solid 8 3 3 3 3 3 3 153259 MANDARIN MIDDLE #325 MS Solid 8 2 2 2 2 2 2 103258 MANDARIN OAKS ELEMENTARY ES Solid 8 2 2 2 2 2 2 103032 MARINE SCIENCE CENTER OTHER Solid 6 1 1 1 23220 MARTIN LUTHER KING ELEM ES Solid 8 1 1 1 1 1 1 53146 MATTHEW GILBERT MIDDLE MS Solid 8 1 1 1 1 1 1 53006 MATTIE ALLEN RUTHERFORD OTHER Solid 8 1 1 1 23227 MAYPORT ELEMENTARY ES Solid 8 1 1 1 1 1 1 53254 MAYPORT MIDDLE #3254 MS Solid 8 1 1 1 1 1 1 53228 MERRILL ROAD ELEMENTARY ES Solid 8 1 1 1 1 3

Page 26: Duval County Public Schools ... · Jacksonville, FL 32207 June 6, 2019 Advanced Disposal Republic Services of Florida, LP dba Southland Waste Systems RE: ITB-026-19/LN Dear Sir/Madam:

REVISED-ATTACHMENT B-

DUVAL COUNTY PUBLIC SCHOOLSSOLID WASTE AND RECYCLING

ITB-026-19/LN

GROUP B- SOLID WASTE

Site Name TypeCont Type

Cont Size Qty M T W T F

Pull per

Week

3164 MT HERMAN EXEC CENTER OTHER Solid 6 1 1 1 1 33150 NEW BERLIN ELEMENTARY ES Solid 8 1 1 1 1 1 1 53221 NORMANDY VILLAGE ELEM ES Solid 8 1 1 1 1 1 1 53070 NORTH SHORE ELEMENTARY ES Solid 8 2 2 2 2 2 2 103155 NORTHWESTERN MIDDLE MS Solid 8 1 1 1 1 1 1 53004 NUTRITION CENTER ADMIN Solid 4 1 1 1 1 33028 OAK HILL ACADEMY OTHER Solid 8 1 1 1 1 1 1 53270 OCEANWAY ELEMENTARY ES Solid 8 1 1 1 1 1 1 53062 OCEANWAY MIDDLE #306 MS Solid 8 2 2 2 2 2 2 103016 ORTEGA ELEMENTARY #3 ES Solid 8 1 1 1 1 1 43170 PALM AVE EXCEP CENTER OTHER Solid 8 1 1 1 1 33136 PARKER ADMINISTRATION ADMIN Solid 0 0 03208 PARKWOOD HEIGHTS ELEM ES Solid 8 1 1 1 1 33075 PAXON HIGH #3075 HS Solid 8 3 3 3 3 3 3 153075 PAXON HIGH #3075 HS Solid 8 1 1 13205 PICKETT ELEMENTARY ES Solid 8 1 1 1 23250 PINE ESTATES ELEMENTARY ES Solid 8 1 1 1 1 33159 PINE FOREST ELEMENTARY ES Solid 8 1 1 1 1 33093 PINEDALE ELEMENTARY ES Solid 8 1 1 1 1 33162 R V DANIELS ELEMENTARY ES Solid 8 1 1 1 1 33079 RAMONA BLVD ELEMENTARY ES Solid 8 1 1 1 1 1 1 53202 REYNOLDS LANE ELEMENTARY ES Solid 8 1 1 1 23096 RIBAULT HIGH #3096 HS Solid 8 2 2 2 2 2 2 103096 RIBAULT HIGH #3096 HS Solid 8 3 3 3 63212 RIBAULT MIDDLE #3212 MS Solid 8 1 1 1 1 1 1 53058 RICHARD BROWN ELEMENTARY ES Solid 8 1 1 1 1 33033 ROBERT E LEE HIGH #3 HS Solid 8 3 3 3 3 3 3 153163 RUFUS E PAYNE #3163 ES Solid 8 1 1 1 1 33019 RUTH UPSON #3019 ES Solid 8 1 1 1 1 33095 RUTLEDGE PEARSON ELEM ES Solid 8 1 1 1 1 33149 S P LIVINGSTON ELEM ES Solid 8 1 1 1 1 1 1 53239 SABLE PALM ELEMENTARY ES Solid 8 1 1 1 1 1 1 53116 SADIE TILLIS ELEMENTARY ES Solid 8 1 1 1 1 1 1 53091 SALLYE MATHIS ELEMENTARY ES Solid 8 1 1 1 1 1 1 53169 SAMUEL A HULL ELEM ES Solid 8 1 1 1 23083 SAN JOSE ELEMENTARY ES Solid 8 2 2 2 2 2 2 103218 SAN MATEO ELEMENTARY ES Solid 8 1 1 1 1 1 1 53237 SANDALWOOD HIGH #323 HS Solid 8 3 3 3 3 3 3 153237 SANDALWOOD HIGH #323 HS Solid 8 1 1 1 23076 SOUTHSIDE ESTATES ELEM ES Solid 8 1 1 1 1 33211 SOUTHSIDE MIDDLE #32 MS Solid 8 1 1 1 1 1 1 53072 SPRING PARK ELEMENTARY ES Solid 8 1 1 1 1 1 1 53124 ST CLAIR EVANS ACADEMY ES Solid 8 1 1 1 1 1 43153 STANTON COLLEGE PREP HS Solid 8 2 2 2 2 2 2 103234 STONEWALL JACKSON ELEM ES Solid 6 1 1 1 1 33128 SUSIE TOLBERT ELEMENTARY ES Solid 8 1 1 1 1 33010 TEACHER SUPPLY DEPOT ADMIN Solid 0 0 03002 TEAM CENTER #3002 ADMIN Solid 8 1 1 1 1 1 1 53086 TERRY PARKER FIELD DUMPSTER ADMIN Solid 8 1 1 1 23086 TERRY PARKER HIGH #3/ADMIN HS Solid 4 1 1 13086 TERRY PARKER HIGH #3/ADMIN HS Solid 8 5 5 2 3 5 2 173048 THOMAS JEFFERSON ELEM ES Solid 8 1 1 1 1 33098 TIMUQUANA ELEMENTARY ES Solid 8 1 1 1 1 1 4

Page 27: Duval County Public Schools ... · Jacksonville, FL 32207 June 6, 2019 Advanced Disposal Republic Services of Florida, LP dba Southland Waste Systems RE: ITB-026-19/LN Dear Sir/Madam:

REVISED-ATTACHMENT B-

DUVAL COUNTY PUBLIC SCHOOLSSOLID WASTE AND RECYCLING

ITB-026-19/LN

GROUP B- SOLID WASTE

Site Name TypeCont Type

Cont Size Qty M T W T F

Pull per

Week

3251 TWIN LAKES ELEMENTARY ES Solid 8 1 1 1 1 1 1 53253 TWIN LAKES MIDDLE #3 MS Solid 8 2 2 2 2 2 2 103275 USI/SOUTHSIDE RESOURCE CENTERADMIN Solid 6 1 1 13068 VENETIA ELEMENTARY ES Solid 8 1 1 1 1 33160 WATERLEAF ELEMENTARY ES Solid 8 1 1 1 1 1 1 53012 WEST RIVERSIDE ELEM ES Solid 8 1 1 1 23067 WESTSIDE ADMIN/GCA ADMIN Solid 8 2 2 2 43241 WESTSIDE HIGH SCHOOL HS Solid 8 2 2 2 2 2 2 103274 WESTVIEW (K-8) #3274 ES Solid 8 2 2 2 2 2 2 103051 WHITEHOUSE ELEMENTARY ES Solid 8 1 1 1 1 1 43165 WILLIAM RAINES HIGH HS Solid 8 3 3 2 2 3 2 123094 WINDY HILL ELEMENTARY ES Solid 8 1 1 1 1 1 43224 WOLFSON HIGH #3224 HS Solid 8 2 2 2 2 2 2 103089 WOODLAND ACRES ELEMENTARY ES Solid 6 1 1 1 1 1 43089 WOODLAND ACRES ELEMENTARY ES Solid 8 1 1 1 1 1 43156 YOUNG MENS/WOMENS LEADER MS Solid 8 1 1 1 1 1 1 5

919

Page 28: Duval County Public Schools ... · Jacksonville, FL 32207 June 6, 2019 Advanced Disposal Republic Services of Florida, LP dba Southland Waste Systems RE: ITB-026-19/LN Dear Sir/Madam:

ADDENDUM NO. 1

Informational only

www.duvalschools.org/purchasing Issue Date: March 26, 2019 Phone: 904-858-4846 Buyer: Lucy Nasworthy Bid Number: ITB-026-19/LN

Bid Title: SOLID WASTE AND RECYCLING Term of Bid: From July 1, 2019 through June 30, 2020 with renewal options

Opening: Thursday, April 18, 2019, 2:00 p.m. Bids received prior to this date and time will be opened in the Conference Room, and may not be withdrawn for 120 days after opening. All bids received after the specified date and time will be returned unopened.

Purpose: To change the deadline for questions noted in Special Conditions Item#7

found on page SC 2 of 9. Current: 7. QUESTIONS: Any questions and/or request for additional information should

be directed to Lucy Nasworthy, in Purchasing Services, via email at [email protected] placing this bid number (ITB-026-19/LN) in the subject header. Deadline for questions shall be 2:00 p.m. EST on March 27, 2019. Questions received after this date will not be answered. Interpretations or clarifications in response to such questions will be issued in the form of written addenda to all parties recorded by Purchasing Services as having received the Bid Documents. No verbal or written information obtained other than by information in this document or by written addendum to this bid will be binding on the District.

Replace with: 7. QUESTIONS: Any questions and/or request for additional information should

be directed to Lucy Nasworthy, in Purchasing Services, via email at [email protected] placing this bid number (ITB-026-19/LN) in the subject header. Deadline for questions shall be 2:00 p.m. EST on April 5, 2019. DCPS reserves the right to answer additional questions, after this date, if deemed critical by the District. Interpretations or clarifications in response to such questions will be issued in the form of written addenda to all parties recorded by Purchasing Services as having received the Bid Documents. No verbal or written information obtained other than by information in this document or by written addendum to this bid will be binding on the District.

Page 29: Duval County Public Schools ... · Jacksonville, FL 32207 June 6, 2019 Advanced Disposal Republic Services of Florida, LP dba Southland Waste Systems RE: ITB-026-19/LN Dear Sir/Madam:

INVITATION TO BID

www.duvalschools.org/purchasing March 20, 2019

Buyer: Lucy Nasworthy Phone: 904-858-4846

Bid Number: ITB-026-19/LN

Bid Title: SOLID WASTE AND RECYCLING

Term of Bid: From July 1, 2019 through June 30, 2020 with renewal options.

Opening: Thursday April 18, 2019 at 2:00 p.m. Bids received prior to this date and time will be opened in the Conference Room, and may not be withdrawn for 120 days after opening. All bids received after the specified date and time will be returned unopened.

Submit Bid To: DCPS Purchasing Services / 1701 Prudential Dr., Suite 322, Jacksonville FL 32207

Special Requirements:

BIDDER ACKNOWLEDGEMENT

This form must be completed, returned, and include an original manual signature for bid to be considered. By signing below, I attest that I have acquainted myself with the general conditions, special conditions and specifications of this bid, and agree to comply with them all. I certify that I am authorized to obligate on behalf of the bidder and that the address shown on this form is the company’s principal place of business. Bid documents shall be submitted in a sealed envelope clearly marked with this bid number, opening date and time.

Legal Name of Bidder:

Mailing Address:

City, State, Zip Code:

Telephone: Toll Free: Fax:

Email Address: Internet URL:

Federal ID # or SS #: Duns #:

If you are a certified minority, state certifying agency:

Payments will be made in accordance with Florida Statute 218.

Form of Payment accepted: Credit Card _____ or ACH _____ (see Special Condition # 29) Initial Initial

Delivery can be made within calendar days after receipt of order.

Addenda through received. (if applicable)

Original Manual Signature of Authorized Representative:

Printed/Typed Name of Authorized Representative:

Title: Date:

Page 30: Duval County Public Schools ... · Jacksonville, FL 32207 June 6, 2019 Advanced Disposal Republic Services of Florida, LP dba Southland Waste Systems RE: ITB-026-19/LN Dear Sir/Madam:

GENERAL CONDITIONS

1. RESERVATIONS: Duval County Public Schools reserves the right to reject any or all bids or any part thereof and/or waive informalities if such action is deemed in the best interest of Duval County Public Schools.

Duval County Public Schools reserves the right to cancel any contract, if in its opinion, there be a failure at any time to perform adequately the stipulations of this invitation to bid, and general conditions and specifications which are attached and made part of this bid, or in any case of any attempt to willfully impose upon Duval County Public Schools materials or products or workmanship which is, in the opinion of Duval County Public Schools, of an unacceptable quality. Any action taken in pursuance of this latter stipulation shall not affect or impair any rights or claim of Duval County Public Schools to damages for the breach of any covenants of the contract by the contractor. Duval County Public Schools also reserves the right to reject the bid of any bidder who has previously failed to perform adequately after having once been awarded a prior bid for furnishing materials similar in nature to those materials mentioned in this bid.

Should the contractor fail to comply with the conditions of this contract or fail to

complete the required work or furnish the required materials within the time stipulated in the contract, Duval County Public Schools reserves the right to purchase in the open market, or to complete the required work, at the expense of the contractor or by recourse to provisions of the faithful performance bond if such bond is required under the conditions of this bid.

Should the contractor fail to furnish any item or items, or to complete the required work included in this contract, Duval County Public Schools reserves the right to withdraw such items or required work from the operation of this contract without incurring further liabilities on the part of Duval County Public Schools thereby.

SHOULD ANY BIDDER HAVE ANY QUESTIONS AS TO THE INTENT OF MEANING OF ANY PART OF THIS BID HE/SHE SHOULD CONTACT THE BUYER IN TIME TO RECEIVE A WRITTEN REPLY BEFORE SUBMITTING HIS/HER BID.

All items furnished must be completely new, and free from defects unless specified otherwise. No others will be accepted under the terms and intent of this bid. 2. QUOTATIONS: No bidder will be allowed to offer more than one price on each item even though he/she may feel that he/she has two or more types or styles that will meet specifications. Bidders must determine for themselves which to offer. IF SAID BIDDER SHOULD SUBMIT MORE THAN ONE PRICE ON ANY ITEM, ALL PRICES FOR THAT ITEM WILL BE REJECTED AT THE DISCRETION OF THE DIRECTOR OF

PURCHASING. 3. TAXES: Duval County Public Schools is exempt from the following taxes: (a) State of Florida Sales Tax by Certificate No. 85-8013988912C-0. 4. CARTAGE: No charge will be allowed for cartage or packages unless by special agreement. 5. OR ACCEPTABLE SUBSTITUTION: Even though a particular manufacturer’s name or brand is specified, bids will be considered on other brands or on the product of other manufacturers. On all such bids the bidder shall indicate clearly the product (brand and model number) on which he/she is bidding, and shall supply a sample or sufficient data in detail to enable an informed comparison to be made with the particular brand or manufacturer specified. All samples shall be submitted in accordance with procedures outlined in paragraph on SAMPLES. Catalog cuts and technical descriptive data shall be attached to the original copy of the bid where applicable. Failure to submit the above information may be sufficient grounds for rejection of bid. 6. DEVIATIONS FROM SPECIFICATIONS: In addition to the requirements of paragraph 5, all deviations from the specifications must be noted in detail by the bidder, in writing, at the time of submittal of the formal bid. The absence of a written list

of specification deviations at the time of submittal of the bid will hold the bidder strictly accountable to Duval County Public Schools to the specifications as written. Any deviation from the specifications as written not previously submitted, as required by the above, will be grounds for rejection of the material and or equipment when delivered. 7. DATA REQUIRED TO BE SUBMITTED WITH REFERENCE TO BID:

a. Whenever the specifications indicate a product of a particular manufacture, model, or brand in the absence of any statement to the contrary by the bidder, the bid will be interpreted as being for the exact brand, model, or manufacture specified, together with all accessories, qualities, tolerances, composition, etc., enumerated in the detailed specifications.

b. If no particular brand, model or make is specified, and if no data is required to be submitted with the bid, the successful contractor, after award and before manufacture or shipment, may be required to submit working drawings or detailed descriptive data sufficient to enable Duval County Public Schools to judge if each requirement of the specifications is being met. 8. SAMPLES: The samples submitted by bidders on items which they have received

an award may be retained by Duval County Public Schools until the delivery of contracted items is completed and accepted. Bidders whose samples are retained may remove them after delivery is accepted.

Sample on which bidders are unsuccessful must be removed as soon as possible after award has been made on the item or items for which the samples have been submitted.

Duval County Public Schools will not be responsible for such samples if not removed by the bidder within 30 days after the award has been made. Duval County Public Schools reserves the right to consume any or all samples for testing purposes.

Bidders shall make all arrangements for delivery of samples to place designated as well as the removal of samples. Cost of delivery and removal of samples shall be borne by the bidder.

All sample packages shall be marked “Sample for Purchasing Services” and each sample shall bear the name of the bidder, item number, bid number and shall be

carefully tagged or marked in a substantial manner. Failure to the bidder to clearly identify samples as indicated may be considered sufficient reason for rejection of bid. 9. PERFORMANCE BOND: The successful bidder on this bid must furnish a performance bond if indicated on the bid cover, made out to Duval County Public Schools, prepared on an approved form, as security for the faithful performance of his/her contract within ten days of his/her notification that his/her bid has been accepted. The surety thereon must be such surety company or companies as are authorized and licensed to transact business in the State of Florida. Attorneys in fact who sign bid bonds must file with each bond a certified copy of their power of attorney to sign said bonds. The successful bidder or bidders upon failure or refusal to furnish within ten days after his/her notification the required performance bond, shall pay to Duval County Public Schools as liquidated damages for each failure or refusal an amount in cash equal to the security deposited with his/her bid. 10. GUARANTEE: The contractor shall unconditionally guarantee the materials and workmanship on all equipment furnished by him/her for a period of one year from date of acceptance of the items delivered and installed, unless otherwise specified herein. If, within the guarantee period, any defects or signs of deterioration are noted, which, in the opinion of Duval County Public Schools are due to faulty design and installation, workmanship, or materials, upon ratification, the contractor, at his/her expense, shall

repair or adjust the equipment or parts to correct the condition, or he/she shall replace the part or entire unit to the complete satisfaction of Duval County Public Schools. These repairs, replacements or adjustments shall be made only at such times as will be designated by Duval County Public Schools as least detrimental to the operation of Duval County Public Schools business. 11. DISCOUNTS: all discounts to be included in bid price. 12. COLLUSION: the bidder, by affixing his/her signature to this proposal, agrees to the following: bidder certifies that this bid is made without any previous understanding, agreement or connection with any person, firm, or corporation making a bid for the same items; and is in all respects fair, without outside control, collusion, fraud or otherwise illegal action. 13. ERRORS IN BIDS: Bidders or their authorized representatives are expected to fully inform themselves as to the conditions, requirements and specifications before submitting bids; failure to do so will be at the bidder’s 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.

Page 31: Duval County Public Schools ... · Jacksonville, FL 32207 June 6, 2019 Advanced Disposal Republic Services of Florida, LP dba Southland Waste Systems RE: ITB-026-19/LN Dear Sir/Madam:

Bid No. ITB-026-19/LN

CONFLICT OF INTEREST CERTIFICATE

Bidder must execute either Section I or Section II hereunder relative to Florida Statute 112.313(12). Failure to execute either section may result in rejection of this bid proposal.

SECTION I

I hereby certify that no official or employee of Duval County Public Schools requiring the goods or services described in these specifications has a material financial interest in this company. ________________________________ ________________________________ Signature Company Name ________________________________ ________________________________ Name of Official (Type or print) Business Address

________________________________ City, State, Zip Code

SECTION II

I hereby certify that the following named Duval County Public Schools official(s) and employee(s) having material financial interest(s) (in excess of 5%) in this company have filed Conflict of Interest Statements with the Supervisor of Elections, 105 East Monroe Street, Jacksonville, Duval County, Florida, prior to bid opening. Name Title or Position Date of Filing ___________________________ ______________________ ___________________ ___________________________ ______________________ ___________________ _________________________________ ________________________________ Signature Company Name _________________________________ ________________________________ Print Name of Certifying Official Business Address

________________________________ City, State, Zip Code

Page 32: Duval County Public Schools ... · Jacksonville, FL 32207 June 6, 2019 Advanced Disposal Republic Services of Florida, LP dba Southland Waste Systems RE: ITB-026-19/LN Dear Sir/Madam:

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 Dr., Jacksonville, Florida 32207. Bidders are fully

responsible for delivery of bids. Reliance upon mail or public carrier is at the bidder’s risk. 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 *********

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. 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. 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 Dr., Suite 322, Jacksonville, FL 32207. Awarded vendors will receive an official Notification of

Award letter after the Board has taken action.

Page 33: Duval County Public Schools ... · Jacksonville, FL 32207 June 6, 2019 Advanced Disposal Republic Services of Florida, LP dba Southland Waste Systems RE: ITB-026-19/LN Dear Sir/Madam:

DRUG FREE WORKPLACE CERTIFICATION I hereby swear or affirm that this company has established a drug-free workplace program by completing the following requirements: 1) Published a statement notifying employees that the unlawful manufacture, distribution, dispensing,

possession or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition.

2) Informed employees about the dangers of drug abuse in the workplace, the 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 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 employee’s community, by any employee who is so convicted.

6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this

section.

As the person authorized to sign the statement, I certify that this firm complies fully with the above

requirements. I understand that false certification of a drug-free workplace is a violation of Florida

Statutes 287.087.

_________________________________________ VENDOR’S SIGNATURE/DATE

_________________________________________

COMPANY NAME

Page 34: Duval County Public Schools ... · Jacksonville, FL 32207 June 6, 2019 Advanced Disposal Republic Services of Florida, LP dba Southland Waste Systems RE: ITB-026-19/LN Dear Sir/Madam:

Lower Tier Debarment Certification (Computer generated facsimile, Version 2, 6/98

CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY

AND VOLUNTARY EXCLUSION – LOWER TIER COVERED TRANSACTIONS

INSTRUCTIONS FOR CERTIFICATION

1. By signing and submitting this proposal, the prospective lower tier participant is providing the certification set out below.

2. The certification in this clause is a material

representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment.

3. The prospective lower tier participant shall provide

immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or had become erroneous by reason of changed circumstances.

4. The terms covered transaction, debarred, suspended,

ineligible, lower tier covered transaction, participant, person,

primary covered transaction, principal, proposal, and

voluntarily excluded, as used in this clause, have the

meaning set out in the Definitions and Coverage sections of the rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations.

5. The prospective lower tier participant agrees by

submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transactions with a person who is proposed for debarment under 48 CFR part 9, subpart 9.4, debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated.

6. The prospective lower tier participant further agrees by submitting this proposal that it will include the clause titled “Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion Lower Tier Covered Transaction,” without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions.

7. A participant in a covered transaction may rely upon a

certification of a prospective participant in a lower tier covered transaction that it is not proposed for debarment under 48 CFR part 9, subpart 9.4, debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the List of Parties Excluded from Federal Procurement and Nonprocurement Programs.

8. Nothing contained in the foregoing shall be construed to

require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.

9. Except for transactions authorized under paragraph 5 of

these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is proposed for debarment under 48 CFR part 9, subpart 9.4, suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment.

CERTIFICATION

(1) The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency.

(2) Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal.

ITB-026-19/LN Organization Name PR/Award or Project Name

Name Title

Signature Date

Page 35: Duval County Public Schools ... · Jacksonville, FL 32207 June 6, 2019 Advanced Disposal Republic Services of Florida, LP dba Southland Waste Systems RE: ITB-026-19/LN Dear Sir/Madam:

AUTHORITY TO RESOLVE PROTESTED SOLICITATIONS AND AWARDS

1) Any actual or prospective bidder, proposer or contractor who is aggrieved in connection with the

solicitation or award of a contract may file a protest and shall deliver its written notice of protest to the Chief Officer, Operations Support, or designee (hereinafter “Hearing Officer”) immediately, but no later than two (2) working days after bid opening or after recommendation of award, if not to the apparent low bidder, or as set forth in paragraph 9 infra, which will initiate the 48-hour notice requirement. The written protest with documentation shall be delivered to the Hearing Officer no later than 2 p.m. on the 4th calendar day immediately following the bid opening or receipt of notice of intent to award recommendation as is appropriate. If that day is a School Board non-workday, the protest shall be delivered no later than 9 a.m. the next Duval County School Board (DCSB) work day. Protests shall be presented with specificity, and every issue shall be fully documented.

2) The legal basis for any relief sought must be clearly identified and explained in the written notice of

protest. 3) The Hearing Officer shall call a meeting and hear all protests and receive all evidence within a

reasonable time. This does not preclude the Hearing Officer from calling a special meeting or granting a continuance under extraordinary circumstances.

4) All bidders or offerors shall receive notice of any protest hearing and a copy of the protest document.

Attachments shall be available upon request. 5) The Florida Rules of Civil Procedure may be relaxed at the sole discretion of the Hearing Officer

presiding at any protest hearing. 6) The Hearing Officer shall issue his/her decision within five (5) working days of the completion of the

protest hearing. 7) The Hearing Officer’s decision shall result in a final order which may include findings and conclusions.

The decision of the Hearing Officer shall be final. 8) The DCSB does not encourage the use of faxes to accomplish delivery of the notice of protest and

the protest itself. Any bidder or offeror utilizing delivery by fax shall assume the risk associated with incomplete delivery or nonreceipt.

9) Any protest specification objection shall be generally treated as set forth in paragraph 1 supra. The

operative date for the notice requirement shall be the date the specifications were obtained by the prospective bidder or offeror but no later than 10 days prior to the date of bid opening or proposal due date.

Page 36: Duval County Public Schools ... · Jacksonville, FL 32207 June 6, 2019 Advanced Disposal Republic Services of Florida, LP dba Southland Waste Systems RE: ITB-026-19/LN Dear Sir/Madam:

BID NO ITB-026-19/LN

SOLID WASTE AND RECYCLING Opening Date: April 18, 2019

NO-BID FORM

If your firm cannot submit a bid at this time, please provide the information requested in the space provided below and return it to (or fax it to 904-858-4868):

Duval County Public Schools Purchasing Services 1701 Prudential Dr., Ste. 322 Jacksonville, FL 32207

We are unable to submit a bid at this time due to the following reason(s):

Name of Firm:

Signature and Title:

Street Address or P.O. Box:

City, State, Zip Code:

RETURN THIS FORM ONLY. DO NOT RETURN BID PACKAGE.

Page 37: Duval County Public Schools ... · Jacksonville, FL 32207 June 6, 2019 Advanced Disposal Republic Services of Florida, LP dba Southland Waste Systems RE: ITB-026-19/LN Dear Sir/Madam:

Bid No. ITB-026-19/LN

SC 1 OF 9

SPECIAL CONDITIONS

1. PURPOSE: The Purpose of this bid is to solicit sealed Bids from qualified sources to establish firm pricing for Solid Waste and Recycling Service Operations. The Solid Waste and Recycling Operations will include collection and proper disposal of solid waste and recyclables (mixed paper, corrugated cardboard, ferrous metal, non-ferrous metal, and plastic bottles, etc.) accumulated by

Duval County Public Schools (DCPS) for the period of one year from date of award through June

30, 2020, and five (5) additional one-year renewal options.

2. RENEWAL: Upon written mutual agreement between Contractor and Duval County Public Schools, contract may be renewed at anniversary date for five (5) additional one year periods, subject to the same provisions, terms, conditions and specifications as originally awarded.

3. AWARD: Will be all-or-none to the lowest responsive responsible bidder for Group A, Recycling Pickup Services and all-or-none to the lowest responsive, responsible bidder for Group B, Solid

Waste Pickup Services, as indicated on the Bid Proposal Form, Attachment A.

It is the intent of the District to select one firm for Group A and one separate firm for Group B. The District reserves the right to award both Groups to the lowest responsible responsive bidder of each Group if District believes there would be an operational advantage

For purposes of evaluation, this form will be interpreted as follows:

Unit price: Unit price should be numeric. Unit prices left blank will be deemed “no bid”, and a unit price of $0 will be deemed “included at no charge”.

Item Bid: Item bid should be the manufacturer & model # or name of product you will supply if awarded. If left blank or “as specified” is entered the item will be considered to have insufficient information to evaluate.

Failure to respond as requested may result in rejection of item(s) as non-responsive.

4. BID EVALUATION PROCESS: Bids are initially reviewed for determination of compliance with submittal requirements as found in the bid instructions. Those bids that are non-compliant are removed from consideration and are not included on the bid tabulation. Examples of non-compliant bids are: bids that do not bear the signature of an individual authorized to obligate on behalf of the company; bids submitted with line items corrected by the use of correction fluid (only the corrected items are considered non-compliant); bids submitted with line items that are correct but not initialed by the originator (only the corrected items are considered non-compliant); any bid submitted that contains a material deviation from the bid submittal instructions.

Tabulated bids are then evaluated on the basis of price. The lowest price bid will be evaluated to determine responsiveness. If the bid is responsive, it will be recommended for award. If the bid is not responsive, it will not be recommended for award and the next lowest price bid will be evaluated to determine responsiveness. This process will continue in succession until the lowest responsive bid is evaluated and is recommended for award. If the bid contains multiple items that are to be awarded independently, this process is completed for each item in the bid.

Tie bids are decided by tie breaking procedures outlined in purchasing policy.

5. POSTING OF BID RECOMMENDATION: Recommendation for Award will be posted in Purchasing Services on or about April 25, 2019 and will remain posted for 72 consecutive hours. For exact date and time, please contact the buyer named below.

Page 38: Duval County Public Schools ... · Jacksonville, FL 32207 June 6, 2019 Advanced Disposal Republic Services of Florida, LP dba Southland Waste Systems RE: ITB-026-19/LN Dear Sir/Madam:

Bid No. ITB-026-19/LN

SC 2 OF 9

6. PURCHASES: Award does not constitute and order. Before any shipments can be made, the vendor must receive a School District Purchase Order, an internal account’s Purchase Order or a Procurement Card Authorization.

7. QUESTIONS: Any questions and/or request for additional information should be directed to Lucy Nasworthy, in Purchasing Services, via email at [email protected] placing this bid

number (ITB-026-19/LN) in the subject header. Deadline for questions shall be 2:00 p.m. EST on

March 27, 2019. Questions received after this date will not be answered. Interpretations or clarifications in response to such questions will be issued in the form of written addenda to all parties recorded by Purchasing Services as having received the Bid Documents. No verbal or written information obtained other than by information in this document or by written addendum to this bid will be binding on the District.

8. EX PARTE COMMUNICATION: Ex parte communication regarding this solicitation, whether verbal or written, by any potential respondent or representative of any potential respondent to this ITB with

District personnel involved with or related to this ITB, other than as expressly designated in this document, is strictly prohibited. Violation of this restriction may result in the rejection/disqualification of the respondents’ bid.

Ex parte communication regarding this solicitation, whether verbal or written, by any potential respondent or representative of any potential respondent to this ITB with Board members is also prohibited and will result in the disqualification of the bidder.

Notwithstanding the foregoing, communications are permissible by this Section when such communications with a prospective respondent are necessary for, and solely related to, the ordinal course of business concerning the DISTRICT’S existing contract(s) for the materials or services.

9. PRICING: Escalation Provision: At each renewal of the contract, DCPS will consider an increase due to inflation provided the proposed price increase does not exceed the lesser of 3% or the rate of inflation as determined by the Consumer Price Index (CPI) for urban wage earners and clerical workers, U.S. city average, all items (1982-84=100), published by the U.S. Bureau of Labor Statistics, or any successor or substitute index appropriately adjusted for the prior 12 month period using the first-published CPI for the month immediately preceding the month of the contract renewal request. The contractor must request the increase in writing prior to the renewal of the contract. If there is a decline in the CPI for any given year, compensation will not reduce lower than the initial Contract Year rate.

10. LINE ITEM BIDS AND CORRECTIONS: All prices submitted on the Bid Tabulation Form, Attachment A, shall be indelible. The use of correction fluid or erasures to correct line item bid prices and/or quantities are not acceptable. Corrections must be by lineout of the incorrect figures, writing in of correct figures, and initialing of the corrections by the originator. Correction fluid or erasure corrected bids will be considered non-responsive for the corrected item(s) only.

11. UNITS OF MEASURE AND LOT SIZES: The item unit of measure shall be as indicated on the, Bid Tabulation Form, Attachment A. If manufacturer’s standard packaging is different than the quantity listed, it shall be the vendor’s responsibility to convert the bid price to the requested unit of measure. Bids received for items that have not been converted to the requested units of measure shall be considered non-responsive. Additionally, bidders must indicate the units of measure they are able to supply.

12. QUANTITIES: The items listed in this solicitation will be ordered on an “AS NEEDED” basis by the Duval County Public Schools. No firm statement of quantity, totally or individually, can be made. The column headed “ESTIMATED QUANTITY” is for information only and does not bind the Duval County School Board to make any purchases under items of this bid. Estimated quantities are based on prior bids’ usage.

Page 39: Duval County Public Schools ... · Jacksonville, FL 32207 June 6, 2019 Advanced Disposal Republic Services of Florida, LP dba Southland Waste Systems RE: ITB-026-19/LN Dear Sir/Madam:

Bid No. ITB-026-19/LN

SC 3 OF 9

13. SPECIFICATION ERRORS: In the event of a discrepancy between specifications and the make/model listed for an item or items, specifications shall take precedence for the purposes of the bid.

14. RESPONSE TIME: Bidder agrees to commence the work under this contract upon receipt of purchase order. The Coordinator, Contract Management must approve all exceptions. When reasonable, exceptions will be granted. However, if it will cause an emergency situation, DCPS will have the option procure services elsewhere.

Failure to provide services in accordance with the above instructions may result in the bidder being disqualified from conducting business with Duval County Public Schools.

15. RECYCLING PROGRAM: As markets change and new technologies develop, DCPS may negotiate

additions or deletions to the collection of recyclable material at DCPS facilities (see Attachment B). DCPS will work with the Contractor to attempt to achieve a mutually acceptable decision in these instances. However, the decision of DCPS is final.

16. CHARTER SCHOOLS: Charter Schools adhere to the DCPS school calendar. Upon request by a Charter School, the school may be serviced under this contract at the DCPS contract price. The Charter School will be responsible for purchasing and payment of services requested.

17. INSPECTION OF FACILITIES: DCPS may require the bidder to make their facilities available for inspection, or may require additional information concerning the bidder’s ability to perform (e.g. – organizational chart; audited financial statement). Failure to supply any such additional information or to make their facilities available for inspection within five days from request will result in the bidder not being considered for award.

18. SUB-CONTRACTORS: DCPS must approve all Sub-Contractors in writing prior to them performing any work under this contract. All requests for Sub-Contractors shall be submitted in writing to the DCPS Contract Manager. The vendor will be fully responsible to DCPS for the acts and omissions of the Sub-Contractor and its employees. All responsibilities relating to the performance of this contract shall remain the responsibility of the vendor.

19. FAMILIARITY WITH SITES: Each Bidder is strongly encouraged, prior to submitting their bid, to examine all DCPS facilities to be serviced under this contract to determine the extent of the work involved and the conditions under which it will be executed. Submission of a bid shall constitute acknowledgement by the bidder that they are with all site conditions. The failure to familiarize themselves with the sites shall in no way relieve them from any obligations with respect to his bid.

20. PERSONNEL CONDUCT: All individuals performing services under this contract shall adhere to DCPS rules and regulations regarding appropriate attire, prohibition of smoking, usage of proper language, prohibition of use and possession of controlled substances and alcoholic beverages, prohibition, of the possession of firearms, either on their person or in their personal vehicles and any other restrictions or prohibitions as may apply. Radios and other portable music playing equipment will not be allowed on any DCPS sites. Additionally, all individuals will adhere to and comply with the requirements as set forth. All contractor personnel are required to wear clothing identifying contractor by either name or logo, and to have in possession and present upon request by DCPS personnel, a form of picture identification (i.e. - driver’s license, ID card).

Failure of Contractor's personnel to adhere to DCPS rules and regulations described herein will result in removal of the individual(s) from the site.

21. SAFETY: The Bidder shall take all reasonable precautions for the safety and shall provide all reasonable protection to prevent damage, injury or loss to persons, students and employees of DCPS. The Bidder shall comply with all Occupational Safety and Health Administration (OSHA)

Page 40: Duval County Public Schools ... · Jacksonville, FL 32207 June 6, 2019 Advanced Disposal Republic Services of Florida, LP dba Southland Waste Systems RE: ITB-026-19/LN Dear Sir/Madam:

Bid No. ITB-026-19/LN

SC 4 OF 9

regulations, as they are applicable. It is the Contractor’s responsibility to insure that all gates

used for access/egress are secured (pad locked) after service regardless of circumstances

upon arrival, failure to do so my result in a deduction of the pick-up payment.

22. EMERGENCIES: In any emergency affecting the safety of persons and property, the contractor shall act immediately to prevent threatened damage, injury or loss. Any such emergency must be reported to DCPS not later than twenty-four (24) hours from the time that the emergency is discovered by the contractor.

23. PERMITS, FEES, and NOTICES: The contractor shall secure and pay for permits when required and governmental fees, licenses and inspections necessary for the proper execution and completion of the work. The Contractor shall give all notices and comply with all laws, ordinances, rules, regulations and lawful orders of any public authority bearing on the performance of the work. If the contractor performs any work knowing it to be contrary to such laws, ordinances, rules and regulations without such notice to DCPS, shall assume full responsibility therefore and shall bear all costs attributable thereto. This is to include the City of Jacksonville Ordinance Code for Noise Control, Chapter 368. Any fines accrued due to violation of any laws, ordinances, rules, regulations and lawful orders of any public authority will be the responsibility of the Contractor.

24. INSURANCE:

A. Description of the VENDOR/CONTRACTOR Required Insurance. Without limiting any of the other obligations or liabilities of the VENDOR/CONTRACTOR, the VENDOR/CONTRACTOR shall, at the VENDOR/CONTRACTOR’s sole expense, procure, maintain and keep in force the amounts and types of insurance conforming to the minimum requirements set forth herein. Except as may be otherwise expressly specified in this Exhibit, the insurance shall commence at or prior to the execution of this Agreement by DCPS and shall be maintained in force throughout the term of this Agreement.

1. Workers’ Compensation/Employers’ Liability. The Workers’ Compensation/Employers’ Liability insurance provided by the VENDOR/CONTRACTOR shall conform to the requirements set forth herein.

(a) The VENDOR/CONTRACTOR’s insurance shall cover the VENDOR/CONTRACTOR (and to the extent its Subcontractors and Sub-subcontractors are not otherwise insured, its Subcontractors and Sub-subcontractors) for those sources of liability which would be covered by the latest edition of the standard Workers’ Compensation policy, as filed for use in the State of Florida by the National Council on Compensation Insurance (NCCI), without any restrictive endorsements other than the Florida Employers Liability Coverage Endorsement (NCCI Form WC 09 03), those which are required by the State of Florida, or any restrictive NCCI endorsements which, under an NCCI filing, must be attached to the policy (i.e., mandatory endorsements). In addition to coverage for the Florida Workers’ Compensation Act, where appropriate, coverage is to be included for the Federal Employers’ Liability Act and any other applicable federal or state law. (b) The policy must be endorsed to waive the insurer’s right to subrogate against DCPS, and its members, officials, officers and employees in the manner which would result from the attachment of the NCCI Waiver Of Our Right To Recover From Others Endorsement (Advisory Form WC 00 03 13) with DCPS, and its members, officials, officers and employees scheduled thereon. (c) Subject to the restrictions of coverage found in the standard Workers’ Compensation policy, there shall be no maximum limit on the amount of coverage for liability imposed by the Florida Workers’ Compensation Act or any other coverage customarily insured under Part One of the standard Workers’ Compensation policy. The minimum amount of coverage for those coverages customarily insured under Part Two of the standard Workers’ Compensation policy (inclusive of any amounts provided by an umbrella or excess policy) shall not be less than:

$1,000,000 Each Accident

Page 41: Duval County Public Schools ... · Jacksonville, FL 32207 June 6, 2019 Advanced Disposal Republic Services of Florida, LP dba Southland Waste Systems RE: ITB-026-19/LN Dear Sir/Madam:

Bid No. ITB-026-19/LN

SC 5 OF 9

$1,000,000 Disease - Each Employee $1,000,000 Disease - Policy Limit

2. Commercial General Liability. The Commercial General Liability insurance provided by the VENDOR/CONTRACTOR shall conform to the requirements hereinafter set forth:

(a) The VENDOR/CONTRACTOR’s insurance shall cover those sources of liability which would be covered by the latest occurrence form edition of the standard Commercial General Liability Coverage Form (ISO Form CG 00 01) as filed for use in the State of Florida by the Insurance Services Office (ISO) without any restrictive endorsements other than those which are required by the State of Florida, or those which, under an ISO filing, must be attached to the policy (i.e., mandatory endorsements) and those described below which would apply to the Services contemplated under this Agreement. The coverage may not exclude restrictive endorsements which exclude coverage for liability arising out of: Sexual molestation, Sexual abuse or Sexual misconduct. The coverage may include restrictive endorsements which exclude coverage for liability arising out of: Mold, fungus, or bacteria Terrorism Silica, asbestos or lead (b) The minimum limits to be maintained by the VENDOR/CONTRACTOR (inclusive of any amounts provided by an umbrella or excess policy) shall not be less than:

$1,000,000 General Aggregate $1,000,000 Products/Completed Operations Aggregate $1,000,000 Personal and Advertising Injury $1,000,000 Each Occurrence

(c) The VENDOR/CONTRACTOR shall include DCPS and DCPS’s members, officials, officers and employees as “additional insureds” on the Commercial General Liability coverage. The coverage afforded such additional insureds shall be no more restrictive than that which would be afforded by adding DCPS and DCPS’s members, officials, officers and employees as additional insureds on the latest edition of the Additional Insured – Owner’s, Lessees or Contractors - Scheduled Person or Organization endorsement (ISO Form CG 20 10) filed for use in the State of Florida by the Insurance Services Office. (d) Except with respect to coverage for property damage liability, or as otherwise specifically authorized in this Agreement, the general liability coverage shall apply on a first dollar basis without application of any deductible or self-insured retention. The coverage for property damage liability shall be subject to a maximum deductible of $1,500 per occurrence. The VENDOR/CONTRACTOR shall pay on behalf of DCPS or DCPS’s member, official, officer or employee any such deductible or self-insured retention applicable to a claim against DCPS or DCPS’s member, official, officer or employee for which the DCPS or DCPS’s member, official, officer or employee is insured as an additional insured.

3. Business Auto Liability. The automobile liability insurance provided by the VENDOR/CONTRACTOR shall conform to the requirements hereinafter set forth:

(a) The VENDOR/CONTRACTOR’s insurance shall cover the VENDOR/CONTRACTOR for those sources of liability which would be covered by Section II of the latest occurrence edition of the standard Business Auto Coverage Form (ISO Form CA 00 01) as filed for use in the State of Florida by ISO without any restrictive endorsements other than those which are required by the State of Florida, or those which, under an ISO filing, must be attached to the policy (i.e., mandatory endorsements). Coverage shall include all owned, non-owned and hired autos used in connection with this Agreement.

Page 42: Duval County Public Schools ... · Jacksonville, FL 32207 June 6, 2019 Advanced Disposal Republic Services of Florida, LP dba Southland Waste Systems RE: ITB-026-19/LN Dear Sir/Madam:

Bid No. ITB-026-19/LN

SC 6 OF 9

(b) DCPS and DCPS’s members, officials, officers and employees shall be included as “additional insureds” in a manner no more restrictive than that which would be afforded by designating DCPS and DCPS’s members, officials, officers and employees as additional insureds on the latest edition of the ISO Designated Insured (ISO Form CA 20 48) endorsement. (c) The minimum limits to be maintained by the VENDOR/CONTRACTOR (inclusive of any amounts provided by an umbrella or excess policy) shall not be less than:

$1,000,000 Each Occurrence - Bodily Injury and Property Damage Combined

B. Evidence of Insurance. Except as may be otherwise expressly specified in this Exhibit, the insurance shall commence at or prior to the execution of this Agreement by DCPS and shall be maintained in force throughout the term of this Agreement. The VENDOR/CONTRACTOR shall provide evidence of such insurance in the following manner:

1. As evidence of compliance with the required Workers’ Compensation/Employer’s Liability, Commercial General Liability, Business Auto Liability, and Professional Liability, the VENDOR/CONTRACTOR shall furnish DCPS with a fully completed satisfactory Certificate of Insurance such as a standard ACORD Certificate of Liability Insurance (ACORD Form 25) or other evidence satisfactory to DCPS, signed by an authorized representative of the insurer(s) providing the coverage. The Certificate of Insurance, or other evidence, shall verify that Workers’ Compensation/Employer’s Liability contains a waiver of subrogation in favor of DCPS, identify this Agreement, and provide that DCPS shall be given no less than thirty (30) days’ written notice prior to cancellation.

2. As evidence of the required Additional Insured status for DCPS on the Commercial General Liability insurance, the VENDOR/CONTRACTOR shall furnish DCPS with:

(a) a fully completed satisfactory Certificate of Insurance, and a copy of the actual additional insured endorsement as issued on the policy, signed by an authorized representative of the insurer(s) verifying inclusion of DCPS and DCPS’s members, officials, officers and employees as Additional Insureds in the Commercial General Liability coverage; or (b) the original of the policy(ies).

3. Until such time as the insurance is no longer required to be maintained by the VENDOR/CONTRACTOR as set forth in this Agreement, the VENDOR/CONTRACTOR shall provide DCPS with renewal or replacement evidence of the insurance in the manner heretofore described no less than thirty (30) days before the expiration or termination of the insurance for which previous evidence of insurance has been provided. 4. Notwithstanding the prior submission of a Certificate of Insurance, copy of endorsement, or other evidence initially acceptable to DCPS, if requested by DCPS, the VENDOR/CONTRACTOR shall, within thirty (30) days after receipt of a written request from DCPS, provide DCPS with a certified copy or certified copies of the policy or policies providing the coverage required by this Section. The VENDOR/CONTRACTOR may redact or omit, or cause to be redacted or omitted, those provisions of the policy or policies which are not relevant to the insurance required under this Agreement.

C. Qualification of the VENDOR/CONTRACTOR’s Insurers

Page 43: Duval County Public Schools ... · Jacksonville, FL 32207 June 6, 2019 Advanced Disposal Republic Services of Florida, LP dba Southland Waste Systems RE: ITB-026-19/LN Dear Sir/Madam:

Bid No. ITB-026-19/LN

SC 7 OF 9

1. Insurers providing the insurance required by this Agreement for the VENDOR/CONTRACTORs must either be: (1) authorized by a subsisting certificate of authority issued by the State of Florida to transact insurance in the State of Florida, or (2) except with respect to coverage for the liability imposed by the Florida Workers’ Compensation Act, an eligible surplus lines insurer under Florida Statutes.

2. In addition, each such insurer shall have and maintain throughout the period for which coverage is required, a Best’s Rating of “A-” or better and a Financial Size Category of “VII” or better according to A. M. Best Company.

3. If, during the period when an insurer is providing the insurance required by this Agreement, an insurer shall fail to comply with the foregoing minimum requirements, as soon as the VENDOR/CONTRACTOR has knowledge of any such failure, the VENDOR/CONTRACTOR shall immediately notify DCPS and immediately replace the insurance provided by the insurer with an insurer meeting these requirements. Until the VENDOR/CONTRACTOR has replaced the unacceptable insurer with an insurer acceptable to DCPS, the VENDOR/CONTRACTOR shall be in default of this Agreement.

D. The VENDOR/CONTRACTOR’s Insurance Primary and Non-Contributory. The insurance provided by the VENDOR/CONTRACTOR pursuant to this Agreement shall apply on a primary basis to, and shall not require contribution from, any other insurance or self-insurance maintained by DCPS or DCPS’s member, official, officer or employee.

E. The VENDOR/CONTRACTOR’s Insurance As Additional Remedy. Compliance with the insurance requirements of this Agreement shall not limit the liability of the VENDOR/CONTRACTOR, or its Subcontractors or Sub-subcontractors, employees or agents to DCPS or others. Any remedy provided to DCPS or DCPS’s members, officials, officers or employees by the insurance shall be in addition to and not in lieu of any other remedy available under this Agreement or otherwise.

F. No Waiver by DCPS Approval/Disapproval. Neither approval by DCPS nor failure to disapprove the insurance furnished by the VENDOR/CONTRACTOR shall relieve the VENDOR/CONTRACTOR of the VENDOR/CONTRACTOR’s full responsibility to provide the insurance as required by this Agreement.

NOTICE: Proof of the above required insurances must be provided by the

VENDOR/CONTRACTOR prior to award by DCPS. Failure to provide the required proof of

insurances may result in recommendation for award to an alternate VENDOR/CONTRACTOR.

25. FAMILIARITY WITH LAWS: The Bidder is required to be familiar with all Federal, State and local laws, ordinances, rules and regulations that in any manner affect the work. Ignorance on the part of the bidder will in no way relieve him/her from responsibility for compliance with their requirements.

26. JESSICA LUNSFORD ACT (when applicable): At their own expense, firms shall comply and be

responsible for the costs associated with the Jessica Lunsford Act, which became effective on September 1, 2005. The Act states that contractual personnel who are permitted access to school grounds when students are present or who have direct contact with students must meet Level 2 requirements as described in Section 1012.32, F.S. Contractual personnel shall include any vendor, individual or entity under contract with the District. (Additional information is available at http://www.fldoe.org/teaching/professional-practices/background-screening-requirements.stml

By submittal of a bid or proposal, each firm acknowledges and accepts this responsibility including all associated costs.

Page 44: Duval County Public Schools ... · Jacksonville, FL 32207 June 6, 2019 Advanced Disposal Republic Services of Florida, LP dba Southland Waste Systems RE: ITB-026-19/LN Dear Sir/Madam:

Bid No. ITB-026-19/LN

SC 8 OF 9

27. FEDERAL FUNDS: The bidder certifies by submission of their bid, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. When requested, the bidder/contractor will execute and deliver to the District the appropriate federal debarment certification form within three (3) business days.

28. ASSIGNMENT OF CONTRACT AND/OR PAYMENT: This contract or agreement is personal to the parties herein and may not be assigned, in whole or in part,

by the contractor without prior written consent of DCPS.

The contractor shall not assign payments under this contract or agreement without the prior written consent of DCPS.

29. METHOD OF PAYMENT: Payments to vendors may be made via credit card, ACH or check. If ACH or credit card payment is acceptable, initial the designated space(s) on the Bidder Acknowledgement under Form of Payment accepted. By doing so you are authorizing this form of payment on all future invoices whether or not they are related to this solicitation.

30. AVAILABILITY OF FUNDS: The obligations of Duval County Public Schools under this award are subject to the availability of funds lawfully appropriated annually for its purposes by the Legislature of the State of Florida.

31. MOST FAVORED CUSTOMER STATUS: The awarded vendor shall afford Duval County Public Schools most favored customer status for all items herein. Accordingly, if during the term of this contract, the contractor offers more favorable promotional or contract pricing to another entity for the same specification with similar quantities and conditions, the price under this contract shall be immediately reduced to the lower price. Additionally, if a current State of Florida contract contains more favorable pricing for the same specification with similar quantities and conditions, the contractor will be afforded an opportunity to adjust its contract price to match that of the State of Florida contract. Should the contractor decline, DCPS reserves the right to purchase the item(s) from the State of Florida contract.

32. AUDIT / RECORDS RETENTION: DCPS shall have the right to audit all books and records (in whatever form they may be kept, whether written, electronic or other) relating or pertaining to this Contract (including any and all documents and other materials, in whatever form they may be kept, which support or underlie those books and records), kept by or under the control of Contractor, including, but not limited to those kept by Contractor, its employees, agents, assigns, successors and subcontractors. Contractor shall maintain such books and records, together with such supporting or underlying documents and materials, for the duration of this Contract and for at least three years following the completion of this Contract, including any and all renewals thereof. The books and records, together with the supporting or underlying documents and materials shall be made available, upon request, to DCPS, through its employees, agents, representatives, contractors or other designees, during normal business hours at Contractor’s office or place of business in Jacksonville, Florida. In the event that no such location is available, then the books and records, together with the supporting or underlying documents and records, shall be made available for audit at a time and location in Jacksonville, Florida, which is convenient for DCPS. This paragraph shall not be construed to limit, revoke, or abridge any other rights, powers, or obligations relating to audit which DCPS may have by state, city, or federal statute, ordinance, regulation, or agreement, whether those rights, powers, or obligations are express or implied.

33. DISQUALIFICATION OF BIDDER: More than one bid/proposal from an individual, firm, partnership, corporation or association under the same or different names will not be considered. Reasonable grounds for believing that a bidder is involved in more than one bid/proposal for the same work will be cause for rejection of all bids/proposals in which such bidders are believed to be involved. Any or all bids/proposals will be rejected if there is reason to believe that collusion exists between bidders. Bids/proposals in which the prices obviously are unbalanced will be subject to rejection.

Page 45: Duval County Public Schools ... · Jacksonville, FL 32207 June 6, 2019 Advanced Disposal Republic Services of Florida, LP dba Southland Waste Systems RE: ITB-026-19/LN Dear Sir/Madam:

Bid No. ITB-026-19/LN

SC 9 OF 9

34. PUBLIC ENTITY CRIMES AFFIDAVIT: A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list.

35. UNILATERAL CANCELLATION OF CONTRACTS: Any agreement resulting from this Invitation to Bid may be unilaterally canceled by Duval County Public Schools for refusal of contractor to allow public access to all documents, papers, letters or other material subject to the provisions of Chapter 119, Florida Statutes and made or received in conjunction with the agreement.

36. CANCELLATION: The Director of Purchasing, by written notice, may cancel, in whole or in part, any Contract/Purchase Order(s) resulting from this Invitation when such action is in the best interest of Duval County Public Schools. If Contract/Purchase Order(s) is so canceled, Duval County Public Schools shall be liable only for payment for services rendered prior to the effective date of cancellation. Services rendered will be interpreted to include costs of items already delivered plus reasonable costs of supply actions short of delivery.

37. FORCE MAJEURE: Whenever a vendor’s place of business, mode of delivery or source of supply has been disrupted by acts of government, God, civic commotion, or war, it shall be the responsibility of the vendor to promptly advise the Director of Purchasing Services, in writing, as to the extent of this disruption and its probable effect upon this contract. If, in the opinion of DCPS, the disruption presented is commensurate with the conditions established herein, DCPS may elect to modify delivery/service timelines, renegotiate the contract in whole or in part, or cancel any open orders in accordance with Special Condition 36. The vendor will be given written notification of all decisions made. While the decision of DCPS shall be final, the goal will be a solution that is mutually beneficial.

38. TRANSITION ASSISTANCE: In the event the resulting agreement is terminated, not renewed or naturally expires, the Contracted Firm agrees that the District may provide written notice to the Contracted Firm retaining the Contracted Firm for a month-to-month basis on the same terms and conditions set forth in the agreement. Such month-to-month services shall continue until the District has established and Solid Waste and/or Recycling Contract. In any event, these services will not be required to continue for a period of time exceeding six (6) months.

39. PURCHASES BY OTHER PUBLIC ENTITIES: Purchases by other political subdivisions or public entities under any contract resulting from this solicitation are permissible upon the consent and agreement of the awarded vendor(s).

40. PUBLIC RECORD: Pursuant to Florida Statutes Chapter 119, paragraph (m), bids received as a result of this ITB will not become public record until thirty (30) days after the date of opening or until posting of a recommendation for award, whichever occurs first.

Thereafter, all bid documents or other materials submitted by all bidders in response to this ITB will be open for inspection by any person and in accordance with Chapter 119, Florida Statutes. To the extent a bidder asserts any portion of its bid is exempt or confidential from disclosure under Florida's public records, the burden shall be on the bidder to obtain a protective order from a jurisdictional court protecting such information from disclosure under Florida's public records laws and also timely provide a certified copy of such protective order to the District prior to the District's release of such information into the public domain.

Page 46: Duval County Public Schools ... · Jacksonville, FL 32207 June 6, 2019 Advanced Disposal Republic Services of Florida, LP dba Southland Waste Systems RE: ITB-026-19/LN Dear Sir/Madam:

Bid No. ITB-026-19/LN

SP 1

SPECIFICATIONS

I. OVERVIEW It is the goal of DCPS to maintain an efficient and effective Solid Waste and Recycling Collection program for all DCPS’s facilities. All necessary operations and resources (including but not limited to personnel, training programs, support, equipment ((i.e. outside containers and indoor recycling bins), materials, program and supplies) to implement a program to maintain and improve the solid waste and recycling collection at DCPS’s facilities is the responsibility of the successful bidder(s). The successful bidder(s) shall support DCPS in its efforts to maintain an effective model for solid waste and recycling. This model shall coincide with the underlying goal of DCPS to increase student and employee participation in recycling and decrease the volume of solid waste generated by DCPS.

II. RECYCLING REQUIREMENTS DCPS has instituted a recycling program with the following components:

A. DCPS Single Stream Recycling: The current recycling program at all locations is a single stream recycling program. However, it is estimated that about 75% of our recycled materials is cardboard. While we would like to keep the single stream recycling program, we are open to future changes based on changing markets, laws, contamination of our waste stream, etc. Any future changes would be discussed and negotiated with the Contractor.

B. Current DCPS Recycling Program: Includes Collection Zones (Recycling Zones) in all DCPS’s facility cafeterias. The contractor will supply as needed, 95 gallon totes for collection of paper, aluminum and plastic recyclable items per facility. The District’s custodial contractor will empty the totes into the recycling dumpster. The Contractor is also responsible for small blue recycling bins for offices, cubicles and conference rooms (at a minimum) at the following DCPS administrative sites, to include:

#3001 Main School Board Building at 1701 Prudential Drive #3002, Team Center and Shultz Center at 4019 Boulevard Center Drive #3003 Consolidated Service Center 4880 Bulls Bay Highway #3004 Nutrition Center, 3405 Norman E. Thagard Blvd, 32254 #3067 Westside Administration Building at 129 Kings St. #3086A and #3086B Terry Parker Annex at 8015 Parker School Rd #3275 Urban Resource Center at 2924 Knights Lane East #3096A Ribault HS District Cluster Office at 37-1 Winton Drive #3075 Paxon Advanced Regional Office at 3239 Norman Thagard Blvd

The District does reserve the right to add additional or reduce the quantity of totes/bins and sites at no additional cost to DCPS. Provisions for container replacement shall be included.

C. Special Handling Requirements:

1. Contaminated Loads: The Contractor shall be responsible for any special handling requirements of contaminated recycling loads (non-hazardous contamination). The incidents of contaminated recycling shall be handled as follows:

(a) First Incident at a Single Location per Month: The Contractor shall notify the Contract Manager or Designee and provide photographic evidence or detailed description of the contamination. The Contractor will then pull the contaminated recycling as solid waste and remove at no extra charge within 24 hours of the regularly scheduled pull date. The Contract Manager shall educate the school on handling of recyclables to prevent future incidents.

Page 47: Duval County Public Schools ... · Jacksonville, FL 32207 June 6, 2019 Advanced Disposal Republic Services of Florida, LP dba Southland Waste Systems RE: ITB-026-19/LN Dear Sir/Madam:

Bid No. ITB-026-19/LN

SP 2

(b) Second or More Incident at a Single Location per Month: Same as above, except the Contractor may charge the contaminated load price as bid on the Bid Tab Attachment A. However, all upcharges must have had previous notification sent to the Contract Manager about the incident. Any incidents without notification and either photographic evidence or detailed description given to the Contract Manager in a timely manner (the day of or the day after the incident in most cases) will not be considered for the upcharge.

NOTE: The goal of the notification process is to educate the schools in proper handling of recyclable materials. Detailed descriptions and photographs help us in this process. It is the intent of the Distract to provide the Contractor with clean, useable recyclable materials and all assistance in this process is encouraged and welcomed.

(c) Solid Waste Overflow into Recycling: The Contract Manager must be notified of any solid waste overages that are being placed into the recycling containers.

D. Confidential Documents: Under this contract, the Contractor shall not be responsible for the disposal of confidential documents that require providing Certificates of Destruction, such as testing material or personnel information.

E. Recycling Promotional Support: Marketing provisions for ongoing education and training that increase awareness and participation within DCPS facilities shall be included in the pricing for this contract. Such efforts shall include marketing items for each recycled program, at all facilities. Additionally, part of the recycling promotion is to be conducted at regular meetings, envisioned to be three times per year within the August to June school calendar with school-based recycling administrators, or “Green Champions”. Recognition of outstanding recycling school programs, as determined by DCPS Administrators for this program, will be determined at those meetings. The Contractor shall include within their pricing, allowances for overall District promotional support AND for the recognition of outstanding recycling programs at specific schools. This combined

amount shall equal $20,000 per year with $10,000 per contract year from the awardee of

Group A, Recycling Services and $10,000 per contract year from the awardee of Group B,

Solid Waste Services. The initial payment from each contractor(s) will be within fifteen (15) calendar days of the execution of this contract and on the 30th of June of each contract year thereafter, including any extensions or renewals.

F. Recycling Educational Materials: With the dynamic changes occurring in the recycling industry, the Recycling Contractor will be asked to provide information and educational materials that can be passed on to schools about waste stream changes and recycling do’s and don’ts. The format and delivery shall be agreed upon between the Contract Manager and the Recycling Contractor. Delivery of educational materials is expected within the first 30 days of the contact.

G. School Recycling Fundraisers: Many schools develop recycling programs for specific materials as fundraisers for the school. Generally, these materials may include newspapers and or aluminum cans. During these programs these recycled materials may be removed from the district wide recycling program at the specific school. The Contractor shall not be responsible for assisting in these programs.

Page 48: Duval County Public Schools ... · Jacksonville, FL 32207 June 6, 2019 Advanced Disposal Republic Services of Florida, LP dba Southland Waste Systems RE: ITB-026-19/LN Dear Sir/Madam:

Bid No. ITB-026-19/LN

SP 3

III. OUTSIDE CONTAINERS/DUMPSTERS A. The Contractor shall provide all outside containers/dumpsters (4 or 8-yard minimum size

containers as directed by the District) for the collection of DCPS solid waste and/or recyclable material. DCPS reserves the right to approve all containers as to color, type, size, markings and aesthetic correctness.

1. CONTAINER TYPE: All containers shall be of quality equal to or greater than that of

the Dempsey Dumpster with both slant and flat top availability. The specifications of the Dempsey Dumpster are to be of the cubic size required within this ITB. Containers shall be fitted with lids and shall be lockable. Containers are to be maintained in accordance with the provisions of this ITB.

2. CONTAINER COLOR: The use of corporate colors is allowed for containers for solid

waste. The recycling container must be clearly indicated as for recycling use to distinguish it from the solid waste container through the use of signage or different color when possible. If a single vendor is awarded both groups A and B, then the recycling and solid waste containers must be different colors.

3. CONTAINER LOCATION AND SITING: Containers shall be sited by the Contractor

at locations specified in Attachment B Container/Dumpster Locations, Sizes and Pick-up Schedule for Solid Waste and Recycling.

(a) All containers shall be placed on dumpster pads, if available, at each site

during the first week of the commencement of this contract. (b) If no pad is available, the container shall be placed as instructed by the

DCPS Contract Manager. (c) As necessary, the Contractor will relocate containers from one location to

another on campus to accommodate construction and changes by school administration or other reasons. These changes will be made at no charge and within three days of the request. Emergency relocations, such as fires, must be accomplished within 24 hours of the request.

4. CONTAINER SIZE: Containers shall be sized for each site as specified in

Attachment B Dumpster Locations, Sizes and Pick-up Schedule for Solid Waste and Recycling.

5. CONTAINER REPAIR AND MAINTENANCE:

(a) PRESSURE WASHING: During the school summer break, the

Contractor shall pressure wash all containers inside and out. The Contractor shall procure all necessary equipment and materials for this activity. The Contractor may subcontract this activity with the approval of DCPS. The contractor shall submit a cleaning schedule no later than May 31st of each contact year and submit a completion report of this task by August 1st. The completion report shall include the condition report as noted in section IV. A. 6. Any dumpster deemed by DCPS not to have been properly cleaned will be subject to an invoice deduction of $200 per unclean dumpster at that facility.

(b) DISINFECTANT: All containers shall be sprayed with a

deodorant/disinfectant after each pick up. The type of spray shall in accordance with industry standard.

(c) LIDS: The Contractor, following each collection, shall close Container lids. Lids shall be maintained in a good state of repair.

(d) SIGNS: All containers shall have specialty signage that states: (1) Company name (2) Penalties and fines for ‘theft of services’

Page 49: Duval County Public Schools ... · Jacksonville, FL 32207 June 6, 2019 Advanced Disposal Republic Services of Florida, LP dba Southland Waste Systems RE: ITB-026-19/LN Dear Sir/Madam:

Bid No. ITB-026-19/LN

SP 4

(3) This container is for solid waste. OR This container is for Recyclables only. (4) ‘DO NOT BLOCK’

(5) Other relevant data as necessary (e) DOORS: All container doors shall be operable and in a good state of repair. (f) PAINT: All containers shall be kept aesthetically pleasing and painted if they

become rusted. (g) LEAKS: Dumpsters shall be free from holes and leaks. Drain plugs shall be

replaced when missing.

6. CONTAINER INSPECTION AND REPORT: The Contractor shall monitor the state of repair of all containers on an ongoing basis. A report detailing the condition of each container shall be provided to DCPS on an annual basis, in the summer and within one-week following the completion of the pressure washing of container. The report shall contain the following: Current state of repair of the containers, size and location of the containers, type and date of repairs and maintenance on the containers and problems observed.

7. REPLACEMENT OF CONTAINER: The Contractor shall replace containers reported

by DCPS damaged due to fire or vandalism or deemed unacceptable by DCPS within three working days of the request. If the District is cited by the Department of Health for damaged or unclean dumpsters, the dumpsters must be pressure washed or replaced within 2 business days from the notification from DCPS to the Contractor.

IV. SOLID WASTE AND RECYCLING OUTSIDE COLLECTIONS

A. Regularly Scheduled Collection: The Contractor shall collect each container as specified in

Attachment B- Dumpster Locations, Sizes and Pick-up Schedule for Solid Waste and Recycling. Specifics relating to day of week schedules will be developed by DCPS and the Contractor. No pick-ups at school facilities should be scheduled or attempted one hour before school starts or ends. At the start of the contract, the Contractor and DCPS Contract Manger will set a schedule based on frequency indicated in Attachment B. The Contractor may request a schedule change but it must be approved by DCPS before any schedule changes take effect. Collections shall be scheduled so that all cafeteria garbage does not remain in containers over weekends.

1. In the event a dumpster is blocked, the driver/Contractor must contact the DCPS

Contracted Services office at 858-6310 to assist in resolving the situation prior to the driver leaving the site. In the event the dumpster cannot be picked up due to no fault of the driver/Contractor (such as blocked dumpster) the pickup shall be recovered within 24 hours of the event. The second attempt shall be charged as an additional

pickup at the regular pickup charge as long as the Contractor has contacted the

Contracted Services office and made a reasonable attempt to resolve the

situation during the first pickup. If the Contractor cannot reach a person in

the DCPS Contracted Services office, a message must be left and an email

must be provided as proof of attempt.

2. The routing of collections shall be consistent on each scheduled day and time for continuity so that an overflow will not be created. Any excess solid waste placed by the side of the dumpster shall be collected and dumped by the Contractor at that service. Any excess solid waste or recycling due to missed pickups will be considered part of the same collection. Any excess solid waste or recycling not due to missed pickups shall be reported to the Contract Manager and can be charged as

an additional collection if approved by the Contract Manger. (For more information

Page 50: Duval County Public Schools ... · Jacksonville, FL 32207 June 6, 2019 Advanced Disposal Republic Services of Florida, LP dba Southland Waste Systems RE: ITB-026-19/LN Dear Sir/Madam:

Bid No. ITB-026-19/LN

SP 5

on missed pick-ups see Section VI., E., 1.). 3. Some container locations are such that students loading and unloading from buses

or other vehicles will conflict with collections. The Contractor shall not collect during student loading/unloading periods. School schedules can be viewed on the DCPS website or can be requested through the DCPS Contract Manager. Contractor is responsible for obtaining the school schedules. No pick-ups at school facilities should be scheduled or attempted one hour before school starts or ends.

4. DCPS will provide a key to gates that are locked where access to dumpsters is

needed after hours or gates are secured. The Contractor must lock the gate when

leaving the facility after servicing the facility, regardless of whether or not the

gate was open upon arrival. The District reserves the right to require the immediate return of the contractor at the contractor’s expense. Upon termination of the contract, the contractor shall turn in all gate keys to DCPS within forty eight (48) business hours of the last day of the contract.

5. Motion detectors and beams secure some Duval County Public School

administrative and other facilities. Collection hours for these facilities will be before 4:00 PM (EST) Monday through Friday (non-holidays).

6. To help facilitate collection schedules, it is expected that the contractor reports to

DCPS any collection trends, such as empty dumpsters being serviced or facilities needing additional services. DCPS must approve any schedule changes before they take effect.

B. Special Collections: During the course of the year, DCPS may require non-scheduled

collections (including weekends and holidays) due to school events, testing, deliveries, grounds cleaning, etc. Requests for these collections are to be honored within 24 hours of the request. The rate for these special collections will be at the bid rate. If upon agreement between DCPS and the Contractor, that excessive non-scheduled collections occur at a specific site, then a schedule increase in collections at the site will be considered.

C. Summer Session collection: Collections during the summer schedule will be modified to accommodate open/closed schools. The DCPS Contract Manager will establish a summer schedule based on summer activities and provide the schedule to the Contractor within 30 days of the change. DCPS reserves the right to modify this schedule as needed to meet the summer school session. Summer Session Collection will be billed at the bid rate.

.

D. Special and Hazardous Wastes:

1. HAZARDOUS WASTES: Items which are prohibited by the landfill, i.e., batteries, tires, white goods, paint, etc., are not permitted in DCPS solid waste containers. However, these items may be found in the school containers on occasion. The Contractor is responsible for the lawful disposal of these materials, at their expense. The Contractor shall notify DCPS of continued occurrences of this type, so that corrective measures can be taken.

2. SPECIAL WASTES: The Contractor shall be responsible for disposing of household

and other items illegally placed in or adjacent to DCPS containers. The contractor shall contact DCPS regarding the issue and both parties mutually agree upon a price for removal. Removal shall occur within 48 hours of notification of the issue. The Contractor shall notify DCPS of continued occurrences of this type so that corrective measures can be taken.

Page 51: Duval County Public Schools ... · Jacksonville, FL 32207 June 6, 2019 Advanced Disposal Republic Services of Florida, LP dba Southland Waste Systems RE: ITB-026-19/LN Dear Sir/Madam:

Bid No. ITB-026-19/LN

SP 6

3. CONTAMINATION:

(a) Contamination of materials recycled by DCPS by non-recyclable items may

occur. Please see section II. D. for more information on contaminated recycling loads

(b) All solid waste contamination collected under this contract shall be transported by the Contractor to an approved landfill, by the City of Jacksonville or the State of Florida.

E. Missed Collections:

1. The Contractor shall maintain the listed collection schedule. In the event a scheduled collection is missed, the Contractor shall provide a collection within six hours of notification by DCPS or the next morning (before 10am) if the notification is given after 3pm. Any excess solid waste placed by the side of the dumpster shall be collected and dumped by the Contractor at that service and will be considered one collection. If the pick-up is recovered prior to the next scheduled collection, then the contractor shall not be penalized for the missed collection. However, DCPS reserves the right to recover charges for the missed collection at the contractor’s bid rate that is recovered on or after the next scheduled date. (a) Example 1: School X has three (3) pickups per week on Monday,

Wednesday, and Friday. Monday is missed, and the contractor collects on Tuesday, then no missed collection cost will be recovered as the collection was made on the next unscheduled day.

(b) Example 2: School X has five (5) pickups per week Monday thru Friday.

Monday collection is missed, but is picked up on Tuesday, the contractor’s next scheduled date. DCPS reserves the right to recover the charge for Monday, as no scheduled service was provided.

2. DCPS understands that issues arise, such as broken trucks and/or equipment, or

employee callouts. The contractor is required to report to the Contract Manager any event that affects one (1) or more locations in a single day, such as a cancelled route. The intent is to be informed of these events so we can respond to calls from schools concerning the event.

3. DCPS reserves the right to conduct audits of the services rendered by the Contractor. Audits will be conducted using reliable methods and results will be shared with the Contractor for quality assurance purposes. Missed pickups discovered during the audits will be deducted from the invoice accordingly unless the missed pickups had been previously discussed with the DCPS Contract Manager (i.e. a down route, unauthorized debris in dumpster preventing pickup, etc). The Contractor may dispute audits by providing reliable records of pickups and the information will be reviewed by the DCPS Contract Manager, but the District’s ultimate decision shall be final.

4. If the Contractor disputes the missed pickup, the information backing the dispute will

need to be provided, such as GPS locations, photos, electronic logs, etc. The driver’s verbal statement will not be considered proof of pickup.

Page 52: Duval County Public Schools ... · Jacksonville, FL 32207 June 6, 2019 Advanced Disposal Republic Services of Florida, LP dba Southland Waste Systems RE: ITB-026-19/LN Dear Sir/Madam:

Bid No. ITB-026-19/LN

SP 7

V. COLLECTION CHANGES

A. New Facilities/Facility Reconfiguration: The addition or deletion of new schools and other facilities to DCPS system and the reconfiguration of facilities may result in necessary changes to basic collections. Collection service due to such changes shall be accepted at the same Terms, Conditions and Specifications and prices as awarded under this contract.

B. School Not in Session: When a school or schools are not in session for an extended period of time (i.e. extended school holiday breaks, summer vacation), the number of collections will be changed to reflect the services needed at those schools. DCPS Contract Manager will determine the new schedule and provide it to the Contractor. The Contractor shall adjust billing accordingly. (See section V. C. Summer Session Collection)

C. Recycling: Changes to DCPS solid waste stream may occur as a result of changes in the type and volume of materials recycled by DCPS. DCPS also reserves the right to remove materials from the recycling stream to the benefit of the District with no change in recycling

collection cost from the Contractor. (See section II)

D. Increase/Decrease Schedules Due to Usage: DCPS reserves the right to continually assess the needs of the schools and change the number of containers and/or the scheduled pickups at every location. Requested changes will take place within one week of request as long as circumstances are favorable.

VI. COMPLIANCE WITH REGULATORY AND ENVIRONMENTAL SERVICES

CITY OF JACKSONVILLE – JACKSONVILLE ENVIRONMENTAL PROTECTION BOARD

Rule 4.209.

The successful Contractor shall comply with Jacksonville Environmental Protection Board Rule 4.209 as follows:

"4.209 Refuse Service-Dumpster Collection

A. No person shall operate or permit the operation of any trash or refuse service, using a mechanical device for unloading a bin or hopper into a truck, during nighttime hours, within 200 meters of a property that is in a Class A or Class B area.

B. All property owners being serviced by a refuse service company for non-residential solid waste removal shall prominently mark each dumpster with the name and telephone number of the refuse service company and the name of the business being serviced.

C. All labeling of dumpsters shall be completed within 60 days of the effective date of this Rule.

[History: Effective 8-3-09]”

VII. LANDFILL REQUIREMENTS

A. Disposal of Waste: All DCPS solid waste and residual contamination of recyclables collected under this contract shall be transported to a landfill approved by DCPS.

B. The Contractor shall provide the name and location of the landfill or recycling facility on the

Bid Proposal Form Attachment A.

Page 53: Duval County Public Schools ... · Jacksonville, FL 32207 June 6, 2019 Advanced Disposal Republic Services of Florida, LP dba Southland Waste Systems RE: ITB-026-19/LN Dear Sir/Madam:

Bid No. ITB-026-19/LN

SP 8

C. Landfill Rate Increase/Decrease: The Contractor may request an increase in the contracted price for solid waste handling due to a rate increase at the approved landfill facility. Price increases will be at the discretion of DCPS. Likewise, the Contractor will pass on any landfill price decrease to DCPS.

1. Requests for rate increase/decrease by the Contractor shall be made in writing. The

Contractor shall furnish DCPS a spreadsheet with an explanation of how the increased rates were calculated.

2. The method of calculating the rate increase/decrease due to an increase/decrease in landfill charges is as follows: Price escalations or de-escalations will take effect on the first day of the

month following the effective date of the landfill disposal rate change; except that if the rate change is effective on the first day of a month, the escalation/de-escalation in contract price will be effective on the same date. After the first one dollar per ton, an increase/decrease will be applied incrementally.

No designated recyclable materials may be dumped into a landfill unless

contaminated.

VIII. CORRECTIVE ACTION/TERMINATION

A. Upon written notice from any City, State or Federal Agency regarding non-compliance, DCPS designee shall notify the Contractor of default of the agreement listed herein. The successful Contractor shall have a maximum of five (5) days from notification to correct the conditions. Authorized personnel of DCPS shall determine the correction of any discrepancies or unsatisfactory conditions has been adequately addressed. DCPS decision shall be final and binding.

B. Any suspension of licenses, insurance, permits or non-compliance with the Terms

and Conditions and Specifications of this contract may result in invoking the bond and subsequent termination of the contract.

IX. COMPLAINT RESOLUTION

A. Due to the size of DCPS system and the complex nature of the service area, e.g., number of containers, presence of students, variety of facilities, significant problems may arise. Therefore, all problems and discrepancies must be addressed and resolved in a timely manner. The Contractor must maintain a high level of customer service and be cognizant of potential negative impacts on the education community.

B. Complaints to Contractor: The designated DCPS Contract Manager will direct complaints due to problems in service to the Contractor via letter, telephone, email or fax.

C. Timing: All service complaints reported to the Contractor shall be resolved as expeditiously as possible.

D. Official Representative: An official of the Contractor, with the authority to make decisions of a more substantial nature than basic service issues, shall be available for immediate communication to DCPS. The name of the Contractor’s Official Representative shall be provided to DCPS.

Page 54: Duval County Public Schools ... · Jacksonville, FL 32207 June 6, 2019 Advanced Disposal Republic Services of Florida, LP dba Southland Waste Systems RE: ITB-026-19/LN Dear Sir/Madam:

Bid No. ITB-026-19/LN

SP 9

E. Customer Service Representative: A representative of the Contractor shall be available for immediate response to DCPS from 7:00 A.M. - 4:30 P.M., daily, Monday - Friday, excluding school holidays.

F. DCPS Representative: A representative of DCPS will be available to respond to the Contractor during normal working hours and on a 24-hour basis in emergency situations. This information will be provided to the Contractor.

X. CANCELLATION: This contract is subject to cancellation with a 60-day written notice to the Contractor for the following:

1. Repeated written notification of non-conformance to the Terms and Conditions and Specifications of this contract.

2. In the case of contract cancellation, the Contractor agrees to continue to provide service until a new contract is in place.

XI. TERMS OF PAYMENT Payment will be made monthly, in full minus the deduction of the cost of the missed pick-ups

during the invoiced month, following completion of service and acceptance of the past month's billing by DCPS, in accordance with the Florida Prompt Payment Act. Payment will be made via check or electronic funds transfer at the option of the Contractor.

XII. ELECTRONIC BILLING

A. The successful Contractor shall provide electronic invoice(s) to DCPS Accounts Payable. An Excel spreadsheet with the pick-up date, price and broken out by school is required. See

Attachment C, Electronic Invoice Sample as an example. The required format will be Microsoft Excel.

B. The successful Contractor shall provide an electronic monthly statement to DCPS Contract

Manager. Excel is preferred. The required format will be provided after award.

XIII. TRAFFIC SAFETY

A. School speed limits and one-way signs are posted at all schools. The Contractor must

adhere to all regulatory signs and all other traffic safety rules.

B. The safety manual of the Duval School Board, (Section 4-01 CL) states; Drivers shall keep a

sharp lookout, especially in school zones and yards or where children are playing. No

vehicles will be operated at more than 5 miles per hour while on school grounds or in maintenance yards.

XIV. COMPANY SECURITY AND ATTIRE

A. Security Check: The Contractor shall run a fingerprint check for the State of Florida on all personnel allowed on DCPS property. The Contractor shall retain results. DCPS reserves the right to conduct an audit of the results for personnel assigned to its account. Such audits will be during normal business hours and may be without notice.

B. Attire: Company uniforms shall be worn at all times, if uniforms are not issued by the Contractor, proper attire shall be worn at all times. Shirts shall be worn while on school property. No tank tops or undershirts shall be permitted. Clothing displaying nudity, obscene language, obscene symbols, pro-drug slogans or alcohol is prohibited. Identification badges and/or company logos on shirts or hats are required.

Page 55: Duval County Public Schools ... · Jacksonville, FL 32207 June 6, 2019 Advanced Disposal Republic Services of Florida, LP dba Southland Waste Systems RE: ITB-026-19/LN Dear Sir/Madam:

Bid No. ITB-026-19/LN

SP 10

XV. DRUGS

DCPS has a zero tolerance for drugs. Smoking is prohibited on school property, including buildings and grounds.

XVI. PERMITS

It shall be the sole responsibility of the Contractor to secure in a timely manner all the appropriate state and local permits and/or licenses at its own expense.

XVII. CONTRACTOR SITE INSPECTIONS

Site visit reports made by Federal, State or Municipal Inspectors to ensure compliance with applicable rules, laws or regulations must be sent to DCPS Contract Manager. A letter must be on file at DCPS’ office directing these agencies to report their findings to the District when site visits are conducted to guarantee that DCPS are not being at risk.

XVIII. ADDITIONAL INFORMATION

For further school information (address, phone, principal etc.) and school calendar:

http://www.duvalschools.org ;

Attachment A – Bid Tabulation Form. For container collection information by school.

Attachment B –Dumpster Locations, Sizes and Pick-up Schedule for Solid Waste and Recycling

Attachment C – Sample Electronic Invoice in Microsoft Excel format.