HomeMy WebLinkAbout2024 ContractDocusign Envelope ID: A5A901 D4-C4A9-4213-A257-658C90123211 BROWARD®
COLLEGE
CONTRACT FOR SER VICES
TERMS AND CONDI TIONS
This contract for services ("Contract") is entered into as of December 03 , 20Z1_ between
the District Board of Trustees of Broward College, Florida ("College")_ and SHENANDOAH
GENERAL CONSTRUCTION LLC ("Vendor") (collectively, the "Parties"), will be in effect until
three (3) years original contract term plus any three one-year renewal options ("Contract").
1.INVOICES AND PAYMENTS.
A copy of all invoices (including an itemization of the date, hours expended, and description of the
deliverable) shall be sent to the attention of Marcus Wilson, mwilson2@broward.edu
Invoices may be submitted via email, facsimile or U.S. mail. The time at which payment will be
due from the College will be approximately thirty (30) days from receipt of an undisputed invoice,
acceptance of deliverables, and upon satisfaction of the College conditions that are detailed herein.
2.INDEMNIFICATION.
For value received, the Vendor shall indemnify and hold the College, its officers, directors, board
of trustees, agents, assigns, and employees harmless from liabilities, damages, losses and costs,
incl uding, but not limited to reasonable attorneys' fees, to the extent caused by the negligence,
recklessness or intentionally wrongful conduct of the Vendor and other persons employed or utilized
by the Ve ndor in the performance of the Contract. The Vendor further acknowledges that it is solely
responsible for ensuring its compliance and the compliance of its subcontractors, suppliers, agents,
assigns, invitees and employees with the terms of this Contract. This paragraph shall survive the
expiration or termination of this Contract.
3.INDEMNIFICATION FOR INFRINGEMENT OF ANY INTELLECTUAL PROPERT Y
CLAIMS.
For value received, the Vendor shall indemnify and hold the College, its officers, directors, board
of trustees, agents, assigns, and employees harmless from liabilities, damages, losses and costs,
including, but not limited to reasonable attorneys' fees for any claim or lawsuit brought alleging
infringement of any intellectual property right associated with Ve ndor's performance under this
Contract, including its use, development or provision of any software, books, articles or any other
materials ("Materials"). Vendor warrants that the materials are owned by or licensed to the
Vendor. Vendor is solely responsible for ensuring its compliance and the compliance of its
subcontractors, suppliers, agents, assigns, invitees and employees with the terms of this Contract.
This paragraph shall survive the expiration or termination of this Contract.
Page I of L l Contract for Services SBL l 0/ 15/2021
The College is releasing this Request for Proposals (RFP) with the intent to receive proposals from qualified
companies to provide Storm Drain Cleaning, Repairs and Maintenance Services as specified herein, at Broward
College’s campuses, centers, and facilities on an as-needed, term contract basis. The scope of requirements
includes, but is not limited to, the provision of all labor, materials, equipment, services, and incidentals for storm
drain cleaning, repairs and maintenance services.
1 SCOPE
Contractor shall provide Storm Drain Cleaning, Repairs and Maintenance Services at college-wide
locations as identified and described by the Facilities Department. The Contractor shall provide the
services on an as-needed and project-by-project basis, based on the needs of the College, which will be
described in subsequent Purchase Order(s) to be issued.
2. LICENSES
The Contractor will be responsible for obtaining and paying for all necessary licenses and permits, and
providing copies to College representative. Contractor will maintain all appropriate licenses and permits
specified by Broward County and any appropriate agency of State of Florida, and shall provide copies of
these licenses and/or permits to College upon request. Failure to maintain required licenses and permits
shall be cause for termination.
STATE OF FLORIDA:
CERTIFIED GENERAL CONTRACTOR;
OR
CERTIFIED PLUMBING CONTRACTOR;
OR
CERTIFIED UNDEGROUND UTILITY AND EXCAVATION CONTRACTOR;
OR
BROWARD COUNTY:
CERTIFIED BUILDING CONTRACTOR CLASS “A” (MUST BE REGISTERED WITH THE STATE OF
FLORIDA);
OR
CENTRAL MASTER PLUMBER (MUST BE REGISTERED WITH THE STATE OF FLORIDA);
OR
GENERAL ENGINEERED CONSTRUCTION BUILDER;
OR
PRIMARY PIPELINES (WATER, SEWER, DRAINAGE) - CLASS "A"
Any work performed not within the scope of the above contract must be performed by a licensed
subcontractor.
3. PERMITS/FEES
Broward College will pay permit fees directly to its Consultant(s). Contractor/vendor is not required to pay
permit fees. Other than permit fees, the contractor/vendor shall be responsible for obtaining and paying
fees. Payment for fees shall be reimbursed to the contractor/vendor utilizing “pass-thru”. Such fees
include, but are not limited to, fees and dumping fees for all line items. A copy of the dumping fees receipt
shall be submitted with the contractor's/vendor’s invoice for payment. The College will not pay for illegal
or improper disposal of debris/waste. Contractor/vendor will invoice the College for reimbursement. No
mark-up shall be allowed.
BROWARD COLLEGE
SCOPE OF WORK
RFP-2024-082-OA
ATTACHMENT A
4. DEBRIS, WASTE AND CHEMICALS
Contractor shall be responsible for the prompt removal of all debris, which is a result of services.
Contractor shall apply and dispose of all chemicals and waste in a manner that complies with all local,
state and federal laws and regulations.
5. SUBCONTRACTORS
Due to environmental and liability concerns, no subcontracting will be allowed.
6. TRAFFIC CONTROL
Contractor shall be responsible for training and compliance with all OSHA standards pertaining to confined
space entry and D.O.T. regulations for traffic control. The College’s representative reserves the right to
shut down any job site for unsafe conditions.
7. RESPONSE TIME
Schedule for routine maintenance shall be coordinated with the College. All regular maintenance shall be
performed during the College’s normal working hours (7:00 A.M. to 4:00 p.m. ET, Monday through Friday)
unless otherwise authorized by the College.
Work may be performed at hours other than normal business hours at the direction and discretion of the
College’s Facilities Management Department Site Representative. Arrangements must be approved in
advance.
Contractor shall stand ready and be available to perform overtime work when requested to do so by the
College. Due to the nature of the College’s operational needs, Contractor understands and agrees that it
may be necessary to perform certain service or repairs during non-normal work hours, including weekends
and holidays. All work times shall be coordinated with the College.
If College requests an Emergency Mobilization and provides a verbal scope to the Contractor, the
Contractor shall have six (6) hours to set up at the site of the emergency and begin work. The Contractor
must submit an estimate to the College within 24 hours of the day of emergency mobilization.
Contractor shall provide a contact person to ensure twenty-four hours response.
8. EMERGENCY CALL-OUT
Emergency call-out is responding on short notice to perform any of the services listed in this solicitation.
This may be required outside of normal working hours such as after 4:00 p.m. ET or on weekends or
holidays. Emergency call out response time will be two (2) hours after initial contact with Contractor.
Contractor should submit and maintain a valid emergency list consisting of no less than three (3) local
contact numbers for no less than three (3) company representatives to be submitted with the proposal or
upon request.
9. PROTECTION OF EXISTING FACILITIES
Contractor shall take all necessary precautions during the period of the service to protect existing facilities
from damage by workmen and shall repair or replace, at its; own expense, any damage to property caused
by their employees or suppliers.
10. CLEANING UP
Contractor at all times shall keep the premises free from accumulation of waste materials and rubbish
caused by their operations and from leaks and spillage from equipment. Upon completion of the work,
Contractor shall remove all their waste materials and rubbish from and about the installation, as well as
all their tools, equipment, machinery, and surplus materials, and shall clean all building surfaces and leave
the work area clean.
11. CONDITIONS FOR EMERGENCY / HURRICANE OR DISASTER (FORCE MAJEURE)
Contractor shall provide first-priority services to the College in the event of a hurricane, flood or other
natural disaster. It is hereby made a part of this solicitation that before, during and after a public
emergency, disaster, hurricane, flood or other force majeure that the College shall require a “first priority”
basis for goods and services. It is vital and imperative that the majority of citizens are protected from any
emergency situation which threatens public safety and health, as determined by the Vice President for
Facilities Management and/or Associate Vice President for Facilities Collegewide Maintenance and/or
Associate Vice President for Procurement. Contractor agrees to rent/sell/lease all goods and services to
the College or other governmental entities, as opposed to a private citizen or corporation, on a first priority
basis. The College expects to pay a fair and reasonable price for all products/services in the event of a
disaster, emergency or hurricane. Contractor shall furnish a twenty-four (24) hour telephone number in
the event of such an emergency.
(REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK)
SHENANDOAH
GENERAL
CONSTRUCTION
ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE
1 Storm Drain (Video Camera) Observation 0 - 48" Log/Written Report Linear Ft 1 $6.00
2 Storm Drain (Video Camera) Observation 49" - 72" Log/Written Report Linear Ft 1 $15.00
3 Cleaning Box Culverts of Debris and Bituminous Materials Removed Per Ft 1 $25.00
4 0" to 12" Cross/Side Drain or Equivalent Elliptical Circumference Week Week 1 $1.00
5 15" to 30" Cross/Side Drain or Equivalent Elliptical Circumference Week Week 1 $1.00
6 36" to 42" Cross/Side Drain or Equivalent Elliptical Circumference Week Week 1 $1.00
7 48" to 60" Cross/Side Drain or Equivalent Elliptical Circumference Week Week 1 $1.00
8 72" to 96" Cross/Side Drain or Equivalent Elliptical Circumference Week Week 1 $1.00
9 4" Hydraulic Pump (with up to 1000' of discharge hose) Hours 1 $35.00
10 6" Hydraulic Pump (with up to 1000' of discharge hose)Hours 1 $40.00
11 8" Hydraulic Pump (with up to 1000' of discharge hose) Hours 1 $40.00
12 Slip Lining 15" Pipe Linear Ft 1 $50.00
13 Slip Lining 18" Pipe Linear Ft 1 $89.00
14 Slip Lining 24" Pipe Linear Ft 1 $99.00
15 Slip Lining 30" Pipe Linear Ft 1 $116.00
16 Slip Lining 36" Pipe Linear Ft 1 $160.00
17 Slip Lining 42" Pipe Linear Ft 1 $228.00
18 Slip Lining 48" Pipe Linear Ft 1 $339.00
19 Slip Lining 54" Pipe Linear Ft 1 $404.00
20 Slip Lining 60" Pipe Linear Ft 1 $494.00
21 CIPP 15" Pipe 15 x 6.7 mm (Buria l Depth is 0-6') Linear Ft 1 $82.00
22 CIPP 15" Pipe 15 x 8.2 mm (Burial Depth is 6-12') Linear Ft 1 $87.00
23 CIPP 18" Pipe x 8.1 mm (Burial Depth is 0-6')Linear Ft 1 $97.00
24 CIPP 18" Pipe x 9.7 mm (Burial Depth is 6-12')Linear Ft 1 $100.00
25 CIPP 24" Pipe x 10.1 mm (Burial Depth is 0-6')Linear Ft 1 $118.00
26 CIPP 24" Pipe x 12.4 mm (Burial Depth is 6-12')Linear Ft 1 $125.00
RFP-2024-082-OA - STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES
EXHIBIT A-1 PRICING
TV Viewing
Plug Installation & Removal {Includes Minimum Weekly Rental) for:
Pumping
GENERAL MAINTENANCE AND REPAIRS
Slip Lining or Equivalent Elliptical Circumference with HDPE Smooth Wall Fused
Pipe
Page 1 / 5
SHENANDOAH
GENERAL
CONSTRUCTION
ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE
RFP-2024-082-OA - STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES
EXHIBIT A-1 PRICING
27 CIPP 30" Pipe x 13.5 mm (Burial Depth is 0-6')Linear Ft 1 $154.00
28 CIPP 30" Pipe x 15.4 mm (Burial Depth is 6-12')Linear Ft 1 $162.00
29 CIPP 36" Pipe x 17.2 mm (Burial Depth is 0-6')Linear Ft 1 $191.25
30 CIPP 36" Pipe x 18.1 mm (Burial Depth is 6-12')Linear Ft 1 $201.00
31 CIPP 42" Pipe x 20.9 mm (Burial Depth is 0-6')Linear Ft 1 $275.50
32 CIPP 42" Pipe x 20.6 mm (Burial Depth is 6-12')Linear Ft 1 $275.50
33 CIPP 48" Pipe x 25.2 mm (Burial Depth is 0-6')Linear Ft 1 $346.75
34 CIPP 48" Pipe x 22.6 mm (Burial Depth is 6-12')Linear Ft 1 $338.75
35 CIPP 54" Pipe x 28.2 mm (Burial Depth is 0-6')Linear Ft 1 $540.00
36 CIPP 54" Pipe x 24.7 mm (Burial Depth is 6-12')Linear Ft 1 $533.75
37 CIPP 60" Pipe x 30.3 mm (Burial Depth is 0-6')Linear Ft 1 $708.00
38 CIPP 60" Pipe x 27.3 mm (Burial Depth is 6-12')Linear Ft 1 $670.00
39 CIPP 66" Pipe x 31.6 mm (Burial Depth is 0-6')Linear Ft 1 $825.00
40 CIPP 66" Pipe x 29.1 mm (Burial Depth is 6-12')Linear Ft 1 $809.00
41 CIPP 72" Pipe x 30.4 mm Linear Ft Linear Ft 1 $933.00
42 CIPP 84" Pipe x 35.5 mm Linear Ft Linear Ft 1 $1,229.00
43 CIPP 96" Pipe x 40.6 mm Linear Ft Linear Ft 1 $1,540.50
44 Cleaning and Sediment Removal 15" Pipe Linear Ft 1 $0.50
45 Cleaning and Sediment Removal 18" Pipe Linear Ft 1 $0.50
46 Cleaning and Sediment Removal 24" Pipe Linear Ft 1 $0.50
47 Cleaning and Sediment Removal 30" Pipe Linear Ft 1 $1.25
48 Cleaning and Sediment Removal 36" Pipe Linear Ft 1 $1.50
49 Cleaning and Sediment Removal 42" Pipe Linear Ft 1 $2.00
50 Cleaning and Sediment Removal 48" Pipe Linear Ft 1 $2.50
51 Cleaning and Sediment Removal 54" Pipe Linear Ft 1 $2.75
52 Cleaning and Sediment Removal 60" Pipe Linear Ft 1 $3.00
53 Cleaning and Sediment Removal 66" Pipe Linear Ft 1 $4.00
54 Cleaning and Sediment Removal 72" Pipe Linear Ft 1 $5.00
55 Cleaning and Sediment Removal 84" Pipe Linear Ft 1 $6.00
56 Cleaning and Sediment Removal 96" Pipe Linear Ft 1 $7.00
PIPE CLEANING
Pipe Cleaning and Sediment Removal (Light Cleaning)
Page 2 / 5
SHENANDOAH
GENERAL
CONSTRUCTION
ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE
RFP-2024-082-OA - STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES
EXHIBIT A-1 PRICING
57 Cleaning and Sediment Removal 15" Pipe Linear Ft 1 $1.00
58 Cleaning and Sediment Removal 18" Pipe Linear Ft 1 $1.75
59 Cleaning and Sediment Removal 24" Pipe Linear Ft 1 $2.00
60 Cleaning and Sediment Removal 30" Pipe Linear Ft 1 $2.25
61 Cleaning and Sediment Removal 36" Pipe Linear Ft 1 $2.50
62 Cleaning and Sediment Remova l 42" Pipe Linear Ft 1 $3.25
63 Cleaning and Sediment Removal 48" Pipe Linear Ft 1 $3.50
64 Cleaning and Sediment Removal 54" Pipe Linear Ft 1 $4.00
65 Cleaning and Sediment Removal 60" Pipe Linear Ft 1 $7.00
66 Cleaning and Sediment Removal 66" Pipe Linear Ft 1 $8.00
67 Cleaning and Sediment Removal 72" Pipe Linear Ft 1 $10.00
68 Cleaning and Sediment Removal 84" Pipe Linear Ft 1 $15.00
69 Cleaning and Sediment Removal 96" Pipe Linear Ft 1 $35.00
70 Cleaning and Sediment Removal 15" Pipe Linear Ft 1 $5.50
71 Cleaning and Sediment Removal 18" Pipe Linear Ft 1 $6.25
72 Cleaning and Sediment Removal 24" Pipe Linear Ft 1 $7.00
73 Cleaning and Sediment Removal 30" Pipe Linear Ft 1 $9.00
74 Cleaning and Sediment Removal 36" Pipe Linear Ft 1 $10.75
75 Cleaning and Sediment Removal 42" Pipe Linear Ft 1 $17.00
76 Cleaning and Sediment Removal 48" Pipe Linear Ft 1 $19.00
77 Cleaning and Sediment Removal 54" Pipe Linear Ft 1 $19.00
78 Cleaning and Sediment Removal 60" Pipe Linear Ft 1 $20.00
79 Cleaning and Sediment Removal 66" Pipe Linear Ft 1 $21.00
80 Cleaning and Sediment Removal 72" Pipe Linear Ft 1 $25.00
81 Cleaning and Sediment Removal 84" Pipe Linear Ft 1 $30.00
82 Cleaning and Sediment Removal 96" Pipe Linear Ft 1 $39.00
83 Cleaning and Sediment Removal 15" Pipe Linear Ft 1 $10.00
84 Cleaning and Sediment Removal 18" Pipe Linear Ft 1 $10.00
85 Cleaning and Sediment Removal 24" Pipe Linear Ft 1 $10.00
Pipe Cleaning and Sediment Removal (Specialty Cleaning)
Pipe Cleaning and Sediment Removal (Medium Cleaning)
Pipe Cleaning and Sediment Removal (Heavy Cleaning)
Page 3 / 5
SHENANDOAH
GENERAL
CONSTRUCTION
ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE
RFP-2024-082-OA - STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES
EXHIBIT A-1 PRICING
86 Cleaning and Sediment Removal 30" Pipe Linear Ft 1 $12.00
87 Cleaning and Sediment Removal 36" Pipe Linear Ft 1 $14.00
88 Cleaning and Sediment Removal 42" Pipe Linear Ft 1 $20.00
89 Cleaning and Sediment Removal 48" Pipe Linear Ft 1 $25.00
90 Cleaning and Sediment Removal 54" Pipe Linear Ft 1 $35.00
91 Cleaning and Sediment Removal 60" Pipe Linear Ft 1 $40.00
92 Cleaning and Sediment Removal 66" Pipe Linear Ft 1 $45.00
93 Cleaning and Sediment Removal 72" Pipe Linear Ft 1 $50.00
94 Cleaning and Sediment Removal 84" Pipe Linear Ft 1 $60.00
95 Cleaning and Sediment Removal 96" Pipe Linear Ft 1 $65.00
96 Construction Foreman Hour 1 $70.00
97 Equipment Operator Hour 1 $150.00
98 Laborer Hour 1 $40.00
99 Pipe Layer Hour 1 $42.00
100 Welding (Above & Below Water)Hour 1 $50.00
101 Diving Crew (3 Man Team) Certified Hour 1 $450.00
102 Crane 100 Tons & Below Hour 1 $80.00
103 Track or Wheeled Excavator Hour 1 $50.00
104 Stick Tracked Excavator (60' or Greater)Hour 1 $90.00
105 Wheel Loader Hour 1 $45.00
106 Backhoe Loader Hour 1 $35.00
107 Bulldozer Hour 1 $10.00
108 Double Drum Compactor Hour 1 $25.00
109 Vibratory Plate Compactor.Hour 1 $15.00
110 100 CFM Air Compressor with Hammer Hour 1 $30.00
111 Dump Truck with Operator Hour 1 $75.00
112 De-Watering Hour 1 $85.00
113 Asphalt Pavement Replacement Tons 1 $350.00
114 Lime Rock Tons 1 $70.00
115 Dirt Tons 1 $25.00
116 Driveway Restoration (4" thick) Removal and Installation Sq. Ft.1 $25.00
Open Cut / Headwall Repairs & Other Services
Page 4 / 5
SHENANDOAH
GENERAL
CONSTRUCTION
ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE
RFP-2024-082-OA - STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES
EXHIBIT A-1 PRICING
117 Driveway Restoration (6" thick) Removal and Installation Sq. Ft.1 $30.00
118 Mitered Ends Sq. Ft.1 $45.00
119 Pressure Grout Injection Joints 1 $275.00
120 Bahia Sod Sq. Ft.1 $1.50
121 Floratan Sod Sq. Ft.1 $2.00
122 Rip Rap Rubble 6" - 12"Tons 1 $100.00
123 Rip Rap Bag (80 lb. Bags)Each 1 $15.00
124 Concrete Pillow Blanket slope protection Square Yard 1 $50.00
125 Silt Screen Installation & Removal per 100 ft.Each 1 $300.00
126 Mobilization Fee Each 1 $500.00
127
Material Mark Up Percentage
- Cost Plus Percentage may not exceed 10%.
- A percentage of 0 or net cost is acceptable.
%1 10.00%
$16,373.75GRAND TOTAL:
Page 5 / 5
REQUEST FOR PROPOSALS
RFP-2024-082-OA
STORM DRAIN CLEANING,
REPAIRS AND
MAINTENANCE SERVICES
Release Date: June 26, 2024
Proposals Due Date: July 31, 2024 at 2:30 p.m. ET
PROCUREMENT SERVICES
Cypress Creek Administrative Center
6400 NW 6th Way, Fort Lauderdale, FL 33309
Phone 954-201-7455/Fax 954-201-7330
RFP-2024-082-OA – STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES
Page 1 of 33
TABLE OF CONTENTS
SECTION 1 REQUIRED RESPONSE FORM
SECTION 2 INTRODUCTION, PURPOSE, AND GENERAL INFORMATION
SECTION 3 SPECIAL CONDITIONS
SECTION 4 SUBMITTAL REQUIREMENTS
SECTION 5 EVALUATION
SECTION 6 CONTRACT NEGOTIATIONS
SECTION 7 GENERAL CONDITIONS
ATTACHMENTS
ATTACHMENT A SCOPE OF WORK
ATTACHMENT B PRICE PROPOSAL FORM
ATTACHMENT C SAMPLE CONTRACT
ATTACHMENT D DRUG-FREE WORKPLACE CERTIFICATION
ATTACHMENT E NON-DISCLOSURE AGREEMENT
ATTACHMENT F PUBLIC ENTITY CRIMES STATEMENT
ATTACHMENT G NON-COLLUSION AFFIDAVIT
ATTACHMENT H VENDOR CONFLICT OF INTEREST FORM
ATTACHMENT I PERFORMANCE EVALUATION SURVEY FORM (REFERENCES)
ATTACHMENT J STATEMENT OF “NO” RESPONSE
RFP-2024-082-OA – STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES
Page 2 of 33
PROPOSAL ORGANIZATION FORMAT AND SUBMITTAL CHECKLIST
TAB SECTION SECTION
4.1 GENERAL INFORMATION
1 4.1.1 TITLE PAGE AND TABLE OF CONTENTS
1 4.1.2 LETTER OF TRANSMITTAL
2 4.1.3 ACKNOWLEDGEMENT OF RELEASED ADDENDA TO RFP
2 4.1.4 W-9 FORM
2 4.1.5 NOTICE PROVISION
2 4.1.6 VENDOR CONFLICT OF INTEREST FORM – ATTACHMENT H
2 4.1.7 LITIGATION HISTORY
2 4.1.8 LETTER OF INSURABILITY
4.2 MINIMUM ELIGIBILITY CRITERIA
3 4.2.1 REQUIRED RESPONSE FORM – SECTION 1
3 4.2.2 MINIMUM QUALIFICATIONS AND LICENSES
4.3 EXPERIENCE AND QUALIFICATIONS
4 4.3.1 EXECUTIVE SUMMARY
4 4.3.2 ORGANIZATIONAL PROFILE
4 4.3.3 ACCOUNT MANAGEMENT AND STAFFING
4 4.3.4 REFERENCES – ATTACHMENT I (TO BE INSERTED BY THE COLLEGE)
4.4 SCOPE OF WORK
5 4.4.1 SCOPE OF WORK
5 4.4.2 QUALITY ASSURANCE
4.5 PRICE PROPOSAL
6 4.5.1 PRICE PROPOSAL FORM
4.6 FINANCIAL CAPACITY
7 4.6.1 FINANCIAL CAPACITY
4.7 ATTACHMENTS
8 4.7.1 DRUG-FREE WORKPLACE CERTIFICATION – ATTACHMENT D
8 4.7.2 NON-DISCLOSURE AGREEMENT – ATTACHMENT E
8 4.7.3 PUBLIC ENTITY CRIMES STATEMENT – ATTACHMENT F
8 4.7.4 NON-COLLUSION AFFIDAVIT – ATTACHMENT G
9 4.7.5 ADDITIONAL/VALUE ADDED SERVICES (OPTIONAL)
10 4.7.6 OTHER SUPPORTING DOCUMENTS
RFP-2024-082-OA – STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES
Page 3 of 33
SECTION 1 - REQUIRED RESPONSE FORM
RFP #:
RFP-2024-082-OA
RFP TITLE:
STORM DRAIN CLEANING, REPAIRS AND
MAINTENANCE SERVICES
RELEASE DATE:
WED 06/26/2024
DUE DATE:
WED 07/31/2024
TIME DUE -
AT OR
BEFORE:
2:30 p.m. ET
NUMBER OF
PROPOSAL
COPIES
REQUIRED:
ORIGINALS:
One (1)
Original
Electronic
Copy
The College uses E-Bidding and will only
accept electronic submittals via DemandStar
at www.demandstar.com.
Complete Electronic Copy of Proposal must
be in a single Adobe PDF File
All proposals shall include this REQUIRED RESPONSE FORM fully executed. Proposal must contain all information required
to be included in the proposal as described herein. Proposers are encouraged to schedule additional time for upload of proposal
documents due to online procedures. Proposals received after the date and time due will not be considered.
PROPOSER’S INFORMATION
Proposer’s Name: __________________________________________________________________________
Street Address: ____________________________________________________________________________
City and State: ____________________________________________________________________________
Proposer Telephone: ____________________________ Proposer Fax: _______________________________
Proposer Toll Free: _________________________________________________________________________
Contact Person: ____________________________________________________________________________
Contact Person’s Address: ___________________________________________________________________
Contact Telephone: ____________________________ Contact Fax: Contact Toll Free: __________________
Internet E-mail Address: ________________________ Internet URL: _________________________________
Proposer Taxpayer Identification Number: _______________________________________________________
How were you informed of this solicitation? (Please provide media name(s) in blank space):
Website: ___________________________ Newspaper: _______________________ Other: ________________________
PROPOSAL CERTIFICATION
I hereby certify that I am submitting the following information as my company’s (Proposer) Proposal, I am authorized by the
Proposer to do so, and I warrant that I have legal power to bind the company on its behalf; the Proposer agrees to complete
an unconditional acceptance of the contents of this document inclusive of this Request for Proposals (RFP), and all
attachments, exhibits, and appendices and the contents of any Addenda released hereto; the Proposer agrees to be bound to
any and all specifications, terms, and conditions contained in the solicitation, and any released Addenda and understand that
the following are requirements of this solicitation and failure to comply may result in disqualification of proposal submitted; the
Proposer has not divulged, discussed, or compared the proposal with other Proposers and has not colluded with any other
Proposer or party to any other proposal; the Proposer acknowledges that all information contained herein is part of the public
domain as defined by the State of Florida Sunshine and Public Records Laws; and that all responses, data, and information
contained in this proposal are true and accurate.
Signature of Proposer’s Authorized Principal Date
Name of Proposer’s Authorized Principal Title of Proposer’s Authorized Principal
NOTE: Entries must be completed in ink or typewritten. This original Required Response Form must be fully executed and
submitted with this RFP Submission.
RFP-2024-082-OA – STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES
Page 4 of 33
SECTION 2 – INTRODUCTION, PURPOSE, AND GENERAL INFORMATION
2.1 INTRODUCTION. Broward College (hereinafter referred to as the “College”) is one of the 28 institutions
comprising the Florida College System governed by Sections 1001.60 et seq. of the Florida Statutes. The
College provides higher education, technical, and occupational training for the residents of Broward
County, Florida. The College is a community-based institution that offers a comprehensive range of
programs responsive to needs and changes in the community and in technology. Within Broward County,
the College operates three main campuses, one urban center, and several satellite centers.
With the third-largest enrollment in the Florida College System, the College offers affordable, accessible
education. The diverse College community boasts more than 45,000 students and over 3,000 full-time
and part-time faculty and staff, who represent more than 100 countries and provide a wealth of cultural,
ethnic, and experiential backgrounds. Up-to-date enrollment and campus community demographic data
can be accessed at the following link: https://www.broward.edu/about/accreditation/index.html. The
College provides programs in career pathways which offer specialized certificates, two- and four-year
degrees, non-degree training, workforce readiness, and an extensive list of continuing education curricula.
As the College forges forward, it does so as one of the nation’s largest institutions of its type, with a
reputation for the pursuit of excellence and service to the diverse communities it serves. The College is
accredited by the Southern Association of Colleges and Schools Commission on Colleges (SACSCOC).
For detailed information on the College visit www.broward.edu.
2.2 PURPOSE. The College is releasing this Request for Proposals (RFP) with the intent to receive proposals
from qualified companies to provide Storm Drain Cleaning, Repairs and Maintenance Services as
specified herein, at Broward College’s campuses, centers, and facilites on an as-needed, term contract
basis. The scope of requirements includes, but is not limited to, the provision of all labor, materials,
equipment, services, and incidentals for storm drain cleaning, repairs and maintenance services.
2.3 OBJECTIVES AND MINIMUM QUALIFICATIONS. The objective is to establish a term contract(s) for
storm drain cleaning, repairs, and maintenance services as per the terms and conditions specified herein.
2.3.1 Minimum Qualifications. In order to be considered, a Proposer must, as of the proposal return date stated
in this RFP and throughout the duration of its program, meet the applicable minimum eligibility criteria
stated in SECTION 4. Additionally, the Proposer must demonstrate a strong documented track record of
current engagement in providing storm drain cleaning, repairs and maintenance services, for three (3)
continuous years or more, within the last five (5) years.
2.4 SCOPE OF WORK. The College is seeking a qualified and experienced vendor(s) to provide storm drain
cleaning, repairs and maintenance services in accordance with the terms, conditions, and specifications
of this solicitation. A detailed SCOPE OF WORK is outlined in ATTACHMENT A. Through this solicitation
and subsequent contract issuance the College may augment additional services.
The College currently has a storm drain cleaning, repairs and maintenance services contract with
Shenandoah General Construction LLC scheduled to expire in November 2024.
2.5 RFP CONTACT AND SUBMITTAL OF QUESTIONS.
Contact: Orlando Aponte Email: oaponte@broward.edu
Telephone: 954-201-7897 Fax: 954-201-7330
Any questions concerning any condition or requirement of this solicitation must be received via email to
oaponte@broward.edu, with subject line to read QUESTIONS-RFP-2024-082-OA on or before the
deadline date and time specified in SECTION 2.7 - TIMELINE. Any question(s) which require a response
which amends this solicitation document in any way will be answered via addendum by the Procurement
Services Department. If an addendum is posted, an email notification will automatically be sent to all plan
holders who downloaded the solicitation on DemandStar (www.demandstar.com). Any verbal or written
information received by Proposers, which is obtained by any means other than this solicitation or by
addendum, shall not be binding on the College.
RFP-2024-082-OA – STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES
Page 5 of 33
2.6 CONTACT AFTER RELEASE (CONE OF SILENCE). Any respondent or a lobbyist for a respondent is
prohibited from having any communication concerning this solicitation or any response with any member
of the College District Board of Trustees, the College President, any Evaluation Committee Member, or
any other College employee after the release of the solicitation and prior to the contract being awarded
with the exception of communications with the office of the Associate Vice President for Procurement,
unless so notified by the Procurement Services Department. A proposal from any vendor will be
disqualified when the respondent or a lobbyist for the respondent violates this condition of the solicitation.
No verbal or written information which is obtained other than by information in this document or by
Addenda to this solicitation shall be binding on the College.
2.7 TIMELINE. The following are important pre-scheduled dates regarding the solicitation, though all dates
are subject to change, if required.
DATE/TIME EVENT
June 26, 2024 Release of RFP
July 2, 2024
1:00 p.m. ET
Virtual Solicitation Conference as specified in SECTION 2.9
July 4, 2024 Independence Day – College closed
July 5, 2024
12:00 p.m. ET
Written Questions Due in Procurement Services Department
as specified in SECTION 2.5
July 31, 2024
2:30 p.m. ET
Proposals due on or before 2:30 p.m. ET
Proposals Due as specified in SECTIONS 1 and 2.8
TBD PHASE I: Evaluation Committee Shortlist Meeting
TBD PHASE II: Evaluation Committee Meeting(s) for
Interviews/Presentations (if necessary)
TBD PHASE III: Contract Negotiations (if necessary)
TBD Anticipated Date to Post Award Recommendation
Any change to the above calendar dates will be posted on the Broward College Procurement Services
website: https://calendar.broward.edu/index.html.
2.8 SUBMITTAL REQUIREMENTS. The College uses E-Bidding and will only accept electronic submittals
via DemandStar at www.demandstar.com.
Digital copies must not be larger than 150 MB for each document size and not the collection of
them.
Files submitted must be formatted and enabled for printing, in page size letter as applicable.
The College may request clarifications and additional information after submission.
The College shall not be responsible for delays caused by any occurrence.
In the event of technical difficulties when submitting documents, contact DemandStar support at
support@demandstar.com or call (206) 940-0305
Proposers are requested to organize their proposals in accordance with SECTION 4 – SUBMITTAL
REQUIREMENTS. The College reserves the right to reject and not consider any proposal not organized
and not containing all the information outlined in SECTION 4.
Proposals must be submitted as established in SECTION 2.7 - TIMELINE. Submittals received after this
date and time will not be considered.
When submitting your proposal electronically through DemandStar at www.demandstar.com, please
allow sufficient time to complete the online forms and upload documents. If you are in the middle of
uploading your documents at the closing time, the system will stop the process and your proposal will not
be received by the system.
RFP-2024-082-OA – STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES
Page 6 of 33
2.9 VIRTUAL SOLICITATION CONFERENCE (STRONGLY RECOMMENDED). A Virtual Solicitation
Conference will be held as established in SECTION 2.7 – TIMELINE. Representatives from all interested
vendors are strongly recommended to attend. The purpose of the Virtual Solicitation Conference is to
allow prospective Proposers to bring forth questions they may have, to allow prospective Proposers to be
aware of questions other Proposers may have, and to stimulate discussions that will generate questions
in an effort to assist prospective Proposers in preparing the best and most comprehensive reply for
submission to the College. While solicitation questions and dialogue are encouraged at the Virtual
Solicitation Conference, no information provided is binding unless it is contained within a College released
addendum.
All questions submitted in writing will be answered to all Proposers via Addenda. All questions shall be
submitted in accordance with SECTION 2.5 – SOLICITATION CONTACT AND SUBMITTAL OF
QUESTIONS. Any information given, by any party, at the Virtual Solicitation Conference is not binding on
the College unless it is contained within a subsequently released Addenda. Only the information provided
in the solicitation or via Addenda shall be considered by Proposers.
This meeting will be administered virtually. Microsoft Teams meeting only. For Microsoft Teams meeting
information details, please email Orlando Aponte, Procurement Officer, at oaponte@broward.edu with
subject line to read “Access Code – Virtual Solicitation Conference Meeting – RFP-2024-082-OA”, by
Tuesday, July 2, 2024 before 10:00 a.m. ET.
2.10 RESERVATION OF RIGHTS. The College reserves the right to waive informalities and to reject any, all,
or part of any or all proposals. The College also reserves the right to conduct discussions with, and obtain
Best and Final Offers from, responsible Proposers who submit proposals determined by the College to
be reasonably susceptible of being selected for award. Further, the College reserves the right, but not
limited, to:
a. Reject any and all proposals received as a result of this solicitation;
b. Waive or decline to waive any minor informalities and any minor irregularities in any proposal or
responses received. A minor irregularity is a variation from the solicitation which does not affect
the financials of the Proposal, or give one Proposer an advantage or benefit not enjoyed by other
Proposers, or substantively change the requirements and/or specifications of this solicitation, or
adversely impact the interest of the College. Waivers, when granted, shall in no way modify the
solicitation requirements or excuse the Proposer from full compliance with the solicitation
specifications and other contract requirements if the Proposer is awarded the contract;
c. Determine equipment or other equivalency to the College’s specifications in evaluating proposal
responses;
d. Adopt all or any part of the Respondent’s proposal;
e. Negotiate changes in the scope of work or services to be provided;
f. Award contracts to multiple Respondents;
g. Withhold the award of Contract;
h. Select the Respondent it deems to be most qualified to fulfill the needs of the College. The
Respondent with the highest-rated financial proposal may not necessarily be the one most
qualified, since a number of factors other than their offer are important in the determination of the
most acceptable proposal.
i.
2.11 COLLEGE’S RIGHT TO REJECT. The College reserves the right to reject any and all replies and
readvertise at any time prior to District Board of Trustees approval of the recommended proposer(s)
and/or the negotiated agreement(s) and/or not award the contract in the best interests of the College. All
costs incurred in the preparation of the proposal and participation in this solicitation process shall be borne
by the proposers. Proposals submitted in response to this solicitation shall become the property of the
College and considered public documents under applicable Florida law.
The College reserves the right to accept or reject any and all submittals, reject a submittal which is in any
way incomplete, irregular or otherwise non-responsive, or to waive any technicalities or formalities in the
solicitation requirements when and if it is in the best interests of the College.
RFP-2024-082-OA – STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES
Page 7 of 33
A submittal shall be rejected for failure to comply with the following requirements:
The Proposer is not registered and licensed in the State of Florida to provide the proposed
services.
The submittal is not received by the College by the specified deadline.
The Proposer has been determined to be non-responsible.
(REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK)
RFP-2024-082-OA – STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES
Page 8 of 33
SECTION 3 - SPECIAL CONDITIONS
3.1 CONTRACT TERM. The purpose of this solicitation is to establish a contract(s) beginning with contract
commencement date and continuing for a period of three (3) years, or as agreed to in resulting contract.
3.1.1 Contract Renewal(s). The term of the contract may, by mutual agreement between the College and the
awardee(s), upon final College approval, be renewed for three (3) additional one-year periods, and if
needed, extended for 180 days beyond the expiration date of the final renewal period.
The College will, if considering renewal, request a letter of intent to renew from the selected vendor(s)
prior to the end of the current contract period. The vendor(s) will be notified when the recommendation
has been acted upon by the College.
The terms, specifications, and conditions of this proposal and the agreement herein when completed and
signed constitute the total agreement and no further conditions will be accepted unless in writing in the
form of an amendment to the original agreement and mutually agreed upon, approved, and signed by
authorized College representative and the Vendor. Every covenant, term, provision, and agreement
contained in this solicitation and agreement shall be binding upon and inure to the benefit of the parties
hereto and their respective successors and permitted assigns.
No waiver of any provisions of this solicitation shall be valid or effective unless in writing and signed by
the parties hereto; no waiver of any breach or condition of this solicitation shall be deemed to be a
continuing waiver or a waiver of any other breach or condition.
3.2 AWARD OF CONTRACT. The College will use the evaluation criteria stated in SECTION 5 to establish
ranking. The College will recommend award to the Proposer(s) with whom a successful contract(s) can
be negotiated. Recommended awardee(s) must be approved by the College’s District Board of Trustees
before award is final.
3.2.1 Additional Products and/or Services May Be Added or Deleted. Although this solicitation identifies specific
products and/or services, it is hereby agreed and understood that products and/or services may be added
to or deleted from this contract at the option of the College after the contract has been awarded. During
the contract term, if a need arises for a product and/or service not included in the resulting contract, the
College may request a quote for a specific product and/or service from all awarded Proposer(s) under this
contract. Additionally, the College reserves the right to purchase products and/or services throughout the
term of this agreement from alternate contract sources when it is determined to be in the best interest of
the College.
If deemed in the College’s best interest, the College reserves the right to enter into a separate contract
with a proposed subcontractor(s) for Optional and/or Value-Added Service(s) as may be required. In this
case, the College may sign more than one contract for these services.
3.3 PROBATION PERIOD. The first three months of the contract will be considered probationary. The
probationary period may be extended for additional three-month periods if the College deems necessary.
The College representative will notify the Vendor of any contract deficiencies verbally and in writing. The
situation must be remedied within a time period relative to the gravity of the situation and the representative
of the College shall be notified when corrections have been completed. If, in the opinion of the College,
the deficiencies observed are not satisfactorily corrected within a reasonable amount of time, the College
reserves the right to terminate the contract per the termination of contract provisions. In addition, the
College reserves the right in its best interest to re-award to the next approved Proposer or to review its
needs to re-solicit.
3.4 CONTRACT ADMINISTRATION. The responsibility and authority for the administration of this contract
shall be assigned to the Facilities Management Department, hereinafter referred to in this proposal as
Contract Administrator. The successful vendor will be required to appoint one or more primary account
representatives to work with the College in the administration of this contract. In the event this
representative does not meet the College’s requirements, the successful vendor agrees that it will assign
a replacement immediately.
RFP-2024-082-OA – STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES
Page 9 of 33
3.5 TERMINATION / CANCELLATION CLAUSE. The College reserves the right to cancel this contract for
non-performance in the event the Vendor does not perform within the terms, conditions, and specifications
of the contract and this solicitation by reference. Upon notification in writing by the College official
responsible for the administration of the contract of the facts concerning non-performance, the Vendor will
be notified of the problem and will have 10 days to correct such. If the vendor fails to correct the problem
to the satisfaction of the College within the 10-day period, the College reserves the right to serve notice
of cancellation to be effective within 30 days of notification.
In the event of such cancellation, the College may elect to award the contract to the next ranked vendor,
extend the contract of another vendor currently under contract to provide like services or re-issue the
proposal, whichever is in the College’s best interest. The obligations of the College under this award are
subject to the terms and conditions established by the legislature of the State of Florida. The College has
the option to discontinue service at no expense to the College if College Policy or Florida Statutes
determine it is in the College’s best interest.
3.6 FAMILIARITY WITH LAWS. All Proposers are required to comply with all applicable Federal, State and
Local Laws and/or Ordinances, Codes, Rules and Regulations, including wage and labor requirements,
controlling the action or operation of this proposal. The relevant laws include but are not limited to FAA
Regulations, The Fair Labor Standards Act (FLSA), Americans with Disabilities Act (ADA) of 1990, State
Requirements for Educational Facilities (SREF), Office of Education 6A-2, Florida Statutes 402.301 -
402.319, OSHA regulations, Code of Federal Regulations (CFR), and all Civil Rights legislation. The
contractor will comply with all Affirmative Action provisions of Executive Order Number 11246 of
September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. All
references in this solicitation to the “Applicable Laws” shall be deemed to be references to such laws,
codes, rules, and regulations as the same may be amended from time to time and any successor laws,
codes, rules and regulations.
3.7 SITE VISITS / INSPECTIONS. The College reserves the right to conduct a site visit to any of the
Proposer’s place(s) of business if it is deemed necessary.
3.8 PURCHASE ORDERS. All purchase orders shall bear the contract or solicitation number, shall be placed
by the College directly with the Vendor, and shall be deemed to incorporate by reference the contract and
solicitation terms and conditions. Purchase orders issued pursuant to a contract resulting from this
solicitation must be received by the Vendor in a timely manner. The Vendor is obliged to fill those orders
in accordance with the contract’s terms and conditions. Vendors are required to accept purchase orders
specifying delivery schedules exceeding the contracted schedule even when such extended delivery will
occur after expiration of the contract. The duration of purchase orders for recurring deliveries of
commodities or performance of services shall not exceed the expiration of the contract by more than
twelve months.
3.9 INSURANCE REQUIREMENTS. Proof of the following insurance will be furnished by any awardee to the
College by a Certificate of Insurance within 10 days of notification by the College.
a. Commercial General Liability:
Each Occurrence $1,000,000
Personal & Adv Injury $1,000,000
General Aggregate $5,000,000
Products – Completed Operations $5,000,000
Policy must contain contractual liability coverage.
b. Automobile Liability Insurance
(if commercial autos will be used, including owned, non-owned and hired vehicles)
$1,000,000
c. Professional Liability
Per Occurrence $1,000,000
General Aggregate $2,000,000
RFP-2024-082-OA – STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES
Page 10 of 33
d. Cyber Liability. If vendor will have access to the college networks, systems, and student or
employee data, or at the discretion of the College’s Office of Risk Management, liability policies
shall include this coverage with limits no less than $1,000,000.
e. Workers' Compensation in accordance with Florida Statutory limits and Employer’s Liability
Insurance. If claiming exemption from this coverage, the vendor must provide evidence of
exemption from the State of Florida. More information found at
http://www.myfloridacfo.com/Division/WC/
f. Insurance Certification must contain a provision for notification to College of 30 days in advance
of any material change in coverage or cancellation.
g. If any of the required policies provide coverage on a “claims-made” basis, then insurance must
be maintained, and evidence of insurance must be provided for at least three years after
completion of the contract of work. If coverage is canceled or non-renewed and not replaced with
another “claims-made” policy form with a Retroactive Date prior to the contract effective date, the
vendor must purchase “extended reporting” coverage for a minimum of three years after
completion of contract work.
h. The College shall be named as an additional insured with reference to this solicitation as
follows: “The District Board of Trustees of Broward College, Florida is additional insured with
respect to General Liability (and Excess Liability if issued) in regard to the terms, conditions, and
agreements of RFP-2024-082-OA entitled STORM DRAIN CLEANING, REPAIRS AND
MAINTENANCE SERVICES from date of commencement to six (6) months after date of
completion.”
i. The Insurance policies shall be issued by companies qualified to do business in the State of
Florida and grant the College thirty days of advanced written notice of cancellation, expiration, or
any material change in the specified coverage. The insurance companies must be rated at least
A-VI by AM Best or Aa3 by Moody’s Investor Service. All policies must remain in effect during the
performance of the contract.
j. All certificates must be addressed and sent to:
The District Board of Trustees of Broward College, Florida
Office of Risk Management
6400 NW 6th Way
Fort Lauderdale, FL 33309
k. All exclusions added by endorsement must be indicated.
l. Certificate must be signed by an authorized representative.
m. Broward College, Office of Risk Management may, at its discretion, require higher limits or
additional coverages based on the scope of services or other factors. The College will notify the
vendor if the insurance requirements differ from those stated above.
n. All policies must remain in effect during the performance of the contract. The vendor shall promptly
notify the College of any changes in insurance coverage or carrier.
The Vendor shall furnish the College proof of insurance coverage by certificates of insurance no later than
ten days after contract award. Prior to the commencement of any work the awardee must provide the
College Procurement Services Department with a Certificate of Insurance which is evidence of the above.
The Vendor shall not commence any work in connection with this agreement until they have obtained, as
a minimum, all of the above referenced types of insurance and such insurance has been approved by the
College, nor shall the Vendor allow any subvendor to commence work on its subcontract until the
subvendor has obtained equivalent insurance and provided certificates of insurance showing the coverage
to the Vendor.
RFP-2024-082-OA – STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES
Page 11 of 33
The College shall be exempt from, and in no way be liable for, any sums of money that may represent a
deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the
Vendor and/or subvendor that obtained the insurance.
Any questions as to the intent or meaning of any part of the above required coverages should be submitted
in writing in accordance with SECTION 2.5 – RFP CONTACT AND SUBMITTAL OF QUESTIONS.
3.10 LICENSING. The Proposer will be responsible for obtaining and paying for all necessary licenses and
permits and providing copies to College representative. The Proposer will maintain all appropriate licenses
and permits specified by Broward County and any appropriate agency of State of Florida and shall provide
copies of these licenses to the College upon request. Failure to maintain required licenses and permits
shall be cause for termination.
3.11 OPTION TO EXTEND TO OTHER GOVERNMENTAL ENTITIES. Included as part of this formal
solicitation, any vendor responding to this solicitation has the option to extend its offer to other government
entities under the same terms and conditions and contract price(s), if agreeable by the bidder and the
government agency. Other government agencies include, but are not limited to, the State of Florida, its
agencies, political subdivisions, counties, and cities. All government agencies allowed by the
vendor/contractor to use this contract shall do so independent of any other governmental entity. Each
agency shall be responsible for its own purchases and shall be liable only for goods or services ordered,
received, and accepted by such agency. No using agency receives any liability by virtue of this solicitation
and subsequent contract award.
3.12 CONDITIONS FOR EMERGENCY / HURRICANE OR DISASTER (FORCE MAJEURE). Contractor shall
provide first-priority services to the College in the event of a hurricane, flood or other natural disaster. It is
hereby made a part of this solicitation that before, during and after a public emergency, disaster, hurricane,
flood or other force majeure that the College shall require a “first priority” basis for goods and services.
It is vital and imperative that the majority of citizens are protected from any emergency situation which
threatens public safety and health, as determined by the Associate Vice-President for Business Services
& Resource Management. Vendor agrees to rent/sell/lease all goods and services to the College or other
governmental entities, as opposed to a private citizen or corporation, on a first priority basis. The College
expects to pay a fair and reasonable price for all products/services in the event of a disaster, emergency
or hurricane. Vendor shall furnish a twenty-four (24) hour telephone number in the event of such an
emergency.
3.13 SELLING, TRANSFERRING OR ASSIGNING CONTRACTS. No contract awarded under these terms,
conditions and specifications shall be sold, transferred or assigned without the written approval of the
College. The Vendor shall not sublet the work or services hereunder, or any part thereof (except as
specifically recognized and permitted herein) to any other person, firm or other entity without the prior
written consent of the Associate Vice-President for Business Services & Resource Management.
3.14 CONFIDENTIAL INFORMATION. Florida law provides that municipal records shall at all times be open
for personal inspection by any person. Information and materials received by the College in connection
with all Proposer’s responses shall be deemed to be public records subject to public inspection upon
notice of intended decision or until 30 days after the solicitation opening, whichever occurs first. However,
certain exemptions to the public records law are statutorily provided for in Section 119.07 F.S. Therefore,
if the Proposer believes any of the information contained in its response is exempt from The Public
Records Law, then the Proposer must in its response specifically identify the material which is deemed to
be exempt and cite the legal authority for the exemption; otherwise, the College will treat all materials
received as public records.
From the date of issuance of the solicitation until the opening date, the Proposer must not make available
or discuss their proposal, or any part thereof, with any employee or agent of the College, unless allowed
by the Procurement Services Department, in writing, for purposes of clarity only.
RFP-2024-082-OA – STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES
Page 12 of 33
The Proposer is hereby notified that any part of the proposal or any other material marked as confidential,
proprietary, or trade secret, can only be protected against disclosure to the extent permitted by Chapter
119, Florida Statutes (Public Records Law).
3.15 CONFIDENTIALITY. Awarded vendor acknowledges that certain information about the College’s
personnel is contained in records created, maintained or accessed by the awarded vendor and that this
information is confidential and protected by the Family Educational Rights and Privacy Act of 1974
(FERPA) (20 U.S.C. 1232g), and/or the Health Insurance Portability and Accountability Act (HIPAA) (45
CFR parts 160-164) and related College policies, as amended from time to time. Awarded vendor agrees
that: (i) it shall keep and maintain all “Personal Information”* obtained during the performance of this
contract, in strict confidence, using such degree of care as is appropriate to avoid unauthorized access,
use or disclosure; (ii) will use and disclose Personal Information solely and exclusively for the purposes
for which the Personal Information, or access to it, is obtained or provided, to perform the requested
services in accordance with the terms and conditions of this contract, and not to use, sell, rent, transfer,
distribute, or otherwise disclose or make available Personal Information for Service Provider’s own
purpose or for the benefit of anyone other than the student, in each case, without student’s prior written
consent; and (iii) not directly or indirectly disclose Personal Information to any person other than authorized
College employees or as may be requested by government authorities.
At the request of the College, the awarded vendor agrees to provide the College with a written statement
of the procedures the awarded vendor uses to safeguard the confidential records/Personal Information.
Any breach of the requirements of this Confidentiality clause on the part of the awarded vendor and its
representatives may constitute grounds for immediate termination of contract.
*”Personal Information” means, including but not limited to, information provided by students, parents,
guardians, or any other callers, or at the direction of College, or to which access was granted to awarded
vendor by College, in the course of its performance under this contract that: (i) identifies or can be used
to identify an individual (including, without limitation, names, dates of birth, signatures, addresses,
telephone numbers, e-mail addresses, and other unique identifiers); or (ii) can be used to authenticate an
individual (including, without limitation, student numbers, social security numbers, passport numbers,
government-issued identification numbers, passwords, PINs, financial account numbers, Internal
Revenue Services (IRS) records, credit reports information, answers to security questions, and other
personal identifiers), in case of both (i) and (ii), including, without limitation, all highly-sensitive personal
information.
3.16 WARRANTY AND ABILITY TO PERFORM. The Proposer shall warrant that there is no action suit,
proceeding, inquiry or governmental agency, public board or body, pending or, to the best of the
Porposer's knowledge, threatened, which would in any way prohibit, restrain or enjoin the execution or
delivery of the Proposer's obligations or diminish the Proposer's obligations or diminish the Proposer's
financial ability to perform the terms of the proposed contract.
3.17 SEVERABILITY. If any provisions of the Agreement resulting from this solicitation is contrary to,
prohibited by, or deemed invalid by applicable laws or regulations of any jurisdiction in which it is sought
to be enforced, then said provisions shall be deemed inapplicable and omitted and shall not invalidate the
remaining provisions of the Agreement.
In the event any provision of this Agreement shall be held invalid or unenforceable by a court of competent
jurisdiction, or by an administrative hearing officer in accordance with Chapter 120, Florida Statutes, such
holding shall not invalidate or render unenforceable any other provision hereof.
3.18 QUANTITIES. The quantities listed on the Price Proposal Form are estimated quantities to be ordered
throughout the contract period for each item and are not a guaranteed. Actual quantities ordered
throughout the contract period may be greater or lesser than the bid/proposal estimates and shall be
furnished at the fixed contract price. Purchases will be requested as needed throughout the contract period
and as few as one each may be ordered at one time. The College reserves the right to increase or
decrease the total quantities.
RFP-2024-082-OA – STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES
Page 13 of 33
3.19 PRICING. All prices submitted under this solicitation shall be quoted F.O.B. destination, include delivery
to any College site and shall be firm for the initial three (3) years of the contract. Furthermore, all prices
shall include any and all other costs associated with the order. No increases or additional monies shall be
owed or charged to the College during the course of the contract. If any additional charges are necessary,
please list them as indicated on the Price Proposal Form sheet.
3.20 PRICE ADJUSTMENTS. Prices offered shall remain firm for the initial three (3) years of the contract. No
cost increases shall be accepted in the initial contract term. Please consider this when providing pricing
for this solicitation. A request for price adjustment, with proper documentation justifying the adjustment,
may be submitted only at the time of invitation to renew contract, approximately sixty (60) days prior to
contract expiration. Prices offered shall remain firm through each contract expiration date.
Requests for price adjustments shall not exceed the percentage of change in the All Urban Consumer
Price Index (CPI_U) for *(see below), from the date of award, or shall not exceed 5%, whichever is less.
The CPI index will not be seasonally adjusted.
In the event that the overall CPI index, at the time of invitation to renew, is lower than the overall CPI at
the time of contract award or last renewal, the College reserves the right to request a reduction in contract
prices equal to the percentage of change.
The College reserves the right to reject any price adjustments, and to consult the U.S. Department of
Labor Bureau of Labor Statistics indices or any commercial or commodity-based index for related services
or its component parts as a basis for reviewing price adjustments.
A. All Urban Consumer Price (CPI-U).
B. Consumer Price Index for Urban Wage Earners and Clerical Workers (CPI-W), not seasonally
adjusted U.S. City Average by expenditure category and commodity and service group for
transportation (motor fuel).
C. Consumer Price Index for Urban Wage Earners and Clerical Workers (CPI-W), Selected Local
Areas, all items, Miami-Fort Lauderdale, FL.
The College reserves the right to not renew any contract regardless of price considerations and to cancel
any renewal of any contract.
Information on the CPI may be obtained from the Bureau of Labor Statistics at http://www.bls.gov or by
contacting the Bureau directly.
3.21 EQUITABLE ADJUSTMENT. The College may, in its sole and absolute discretion, after receipt of a
written request therefor by the Vendor and any other documentation, data or information reasonably
requested by the College including with respect to any material change in the allocation of rights,
obligations, risks, and liability between the College and the Vendor and the financial, technical,
construction, commercial, and economic viability of and consistency with the parties objectives and goals
for the project, make an equitable adjustment in the Contract terms or pricing if pricing or availability of
supply is affected by extreme and unforeseen volatility in the marketplace, that is, by circumstances that
satisfy all the following criteria: (1) the volatility is due to causes wholly beyond the Vendor’s control, (2)
the volatility affects the marketplace or industry, not just the particular Contract source of supply, (3) the
effect on pricing or availability of supply is substantial, and (4) the volatility so affects the Vendor that
continued performance of the Contract would result in a substantial loss. The College shall, in its sole and
absolute discretion, determine whether the aforementioned criteria have been met.
3.22 DEFAULT. The failure of either party to the Agreement resulting from this solicitation to comply with any
of the provisions therein shall place that party in default. Prior to terminating the Agreement, the non-
defaulting party shall notify the defaulting party in writing, stating the provision or provisions that give rise
to the default. Unless the Agreement provides otherwise, the defaulting party shall be entitled to a period
of 30 days from the receipt of the Notice of Default to cure the default if the default is capable of being
cured and the defaulting party commences efforts to cure the default promptly. The failure of either party
to exercise this right to terminate the Agreement upon the occurrence of a default shall not be construed
as a waiver of such right in the event of further default or non-compliance, nor shall the non-defaulting
RFP-2024-082-OA – STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES
Page 14 of 33
party's other rights upon a breach or default by the other party be waived. Except as the Agreement
otherwise provides with respect to express remedies upon a breach or default, both parties have the right
to exercise any and all legal remedies available to them by applicable laws. The prevailing party in any
dispute resolution proceeding or litigation arising out of the Agreement shall be entitled, in addition to
other relief, to the recovery of its expenses.
3.23 PUBLIC ENTITY CRIMES. The College reserves the right, among others, to reject the proposal of any
person or affiliate and shall not award a contract to a person or affiliate, who is not eligible therefor or
barred or excluded therefrom under any applicable laws, statutes, codes, regulations, orders, directives,
decrees and treaties of the United States of America, any laws, statutes, codes, regulations, rules, orders,
directives and decrees of the State of Florida and the College's procurement rules, regulations and
policies, including but not limited to as a result of the nation or jurisdiction of organization or principal
place of business of such persons or any affiliate, the nature and place of its assets and businesses and
activities, its involvement in the sponsorship, support, planning or implementation or conduct of human
rights violations, terrorism, money laundering, illegal arms, weapons, minerals or other sales or trafficing
or drug trafficking activities or the identity of the persons or entities which control or have the ability to
control the management, business and policies of such person or affiliate, and the inclusion of any such
person or affiliate on the Convicted Vendor List.
3.24 PROHIBITION AGAINST CONTRACTING WITH SCRUTINIZED COMPANIES. This solicitation
incorporates the scrutinized companies’ requirements of Florida Statutes Sections 287.135(2),
287.135(4), 215.473 and 215.4725 and any related sections. By submitting a response to this solicitation,
the Vendor certifies its compliance with these sections.
3.25 INDEMNIFICATION. The Vendor shall indemnify and hold harmless the College District Board of
Trustees, its officers, agents, and employees from any and all judgments, orders, claims, demands,
expenses, damages or causes of action which may hereafter be sustained by the Vendor, its officers,
employees, and agents or third parties resulting from the Vendor’s breach of this Agreement, strict liability
or negligence in performing or failing to perform in connection with this Agreement.
3.26 SCOPE CHANGES. The College may upon mutual agreement with the Vendor, require, by written order,
changes altering, adding to, or deducting from the Contract specifications, provided that such changes
are within the general scope of the Contract. Such equitable adjustments require the written consent of
the Vendor, which shall not be unreasonably withheld.
3.27 STATEMENT PER FLORIDA STATUTE 1010.04. In accordance with Florida Section 1010.04, in the
event that this solicitation is for non-academic commodities and/or contractual services (including
leasing), the College has conducted the required review of purchasing agreements and state term
contract available under Florida Statute Section 287.056.
3.28 JOINT VENTURES. In the event that multiple Proposers submit a joint submittal, a single Proposer shall
be identified as the Prime Proposer. If offering a joint submittal, the Prime Proposer must include the
name and address of all parties of the joint submittal. The Prime Proposer shall provide all bonding and
insurance requirements, execute any Contract, complete the REQUIRED RESPONSE FORM shown
herein, and have overall and complete accountability to resolve any dispute arising within this contract.
Only a single contract with one Proposer shall be acceptable. The Prime Proposer responsibilities shall
include, but not be limited to, performing of overall contract administration, preside over other Proposers
participating or present at College meetings, oversee preparation of reports and presentations, and file
any notice of protest and final protest as described herein. The Prime Proposer shall also prepare and
present a consolidated invoice(s) for services performed. The College shall issue only one check for each
consolidated invoice to the Prime Proposer for services performed. The Prime Proposer shall remain
responsible for performing services associated with response to this solicitation.
3.29 OSHA. The proposer warrants that the product and/or service supplied to College shall conform in all
respects to the standards set forth in the Occupational Safety and Health Act of 1970, as amended, and
the failure to comply with this condition will be considered as a breach of contract.
RFP-2024-082-OA – STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES
Page 15 of 33
3.30 PERFORMANCE OR PAYMENT BONDS. No Performance or Payment Bonds will be required for this
solicitation.
3.31 ADDING OR DELETING CAMPUS/CENTER LOCATIONS. The following is a listing of the current
College locations. The College may, during the term of the contract, add or delete services, wholly or in
part, at any College campus or center location. In the event that a site listed herein is deleted, the quoted
cost for service being deleted shall be removed from the monthly invoice amount, if applicable. In the
event that a site not listed herein is added to the contract, the vendor shall invoice the same amount as
prices quoted herein for similar product/services.
A. Hugh Adams Central Campus
3501 SW Davie Road
Davie, FL 33314
North Campus
1000 Coconut Creek Blvd
Coconut Creek, FL 33066
Judson A. Samuels South Campus
7200 Hollywood/Pines Blvd
Pembroke Pines, FL 33024
Willis Holcombe Center
111 East Las Olas Blvd, Building 33
Fort Lauderdale, FL 33301
Pines Center / Academic Village
16957 Sheridan Street
Pembroke Pines, FL 33331
Weston Center
4205 Bonaventure Boulevard, Suite #2
Weston, Florida 33331
Miramar Town Center
2050 Civic Center Place
Miramar, FL 33025
Miramar West Center
1930 SW 145 Avenue
Miramar, FL 33027
Tigertail Lake Center
580 Gulfstream Way
Dania Beach, FL 33304
Broward College at the YMCA
1409 NW 6th Street
Fort Lauderdale, FL 33311
Cypress Creek Administrative Center
6400 NW 6th Way
Fort Lauderdale, FL 33309
(REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK)
RFP-2024-082-OA – STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES
Page 16 of 33
SECTION 4 – SUBMITTAL REQUIREMENTS
In order to maintain comparability and facilitate the review process, Proposers are requested to organize their
proposals in the manner specified below, with proper section dividers and tabs. Include all information requested
herein in your proposal.
Electronic submittals should be limited to not more than 60 pages. Covers, table of contents, section dividers and/or
tabs, secondary dividers, addenda, samples, attachments, and supporting documents do not count towards the
page limit. Required forms count towards the page limit. Dividers shall divide the sections TAB 1 through TAB 10.
Secondary dividers (not in the page count) may be used at the Proposer’s discretion to present information clearly.
Submissions in excess of 60 pages or not organized in a manner consistent with this section will not be disqualified;
however, clarity, conciseness, and brevity will be taken into consideration during the evaluation process.
The College reserves the right to reject and not consider any proposal not organized and not containing all the
information outlined herein. The College reserves the right to not consider proposals not clearly identified,
enumerated, and titled. Submittals received after date and time established herein in SECTION 2.7 – TIMELINE
will not be considered.
4.1 GENERAL INFORMATION.
(1)
4.1.1
Title Page and
Table of Contents
Include RFP number, date, subject, name of the Proposer, address, and
telephone number. Include a clear identification of the material by
section and by page number.
(1)
4.1.2
Letter of Transmittal Include the legal name of the Proposer’s company as it is registered with
the Florida Department of State Division of Corporations, name(s) of the
person(s) who will be authorized to make representations for the
Proposer, their title(s), address(es), email address(es), and telephone
number(s).
(2)
4.1.3
Acknowledgement of
Released Addenda to
RFP
The College reserves the right to issue any addendum modifying any
portion of this solicitation. Caution is given that certain addenda may be
required to be submitted with proposals as specified in the particular
addenda.
It is the prospective Proposer’s responsibility to verify they have received
all released addenda and thereby must include acknowledgement (as
per addenda instructions when addenda are released) of any addenda
that are required to be submitted with proposal.
(2)
4.1.4
W-9 Form It is a requirement of this solicitation that all Proposers submit a
completed Internal Revenue Service W-9 Form (Request for Taxpayer
Identification Number and Certification) with proposal or within three (3)
days of notification. The W-9 Form may be downloaded at www.irs.gov.
Failure to submit W-9 Form as stated herein will result in no payments
being issued in relations to this project, once awarded, until such time
as W-9 is received.
(2)
4.1.5
Notice Provision Following contract award, when any of the parties’ desire to give notice
to the other, such notice must be in writing, sent by U.S. Mail, postage
prepaid, addressed to the party for whom it is intended at the place last
specified; the place for giving notice shall remain such until it is changed
by written notice in compliance with the provisions of the paragraph.
This information must be submitted with the proposal or within three
days of request. For the present, the parties designate the following as
the respective places for giving notice:
RFP-2024-082-OA – STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES
Page 17 of 33
To College: Zaida Riollano, Procurement Manager
Procurement Services Department – 2nd Floor
6400 NW 6th Way
Fort Lauderdale, FL 33309
With Copy To
(College):
Office of the General Counsel
111 East Las Olas Boulevard, Room 523
Fort Lauderdale, FL 33301
With Copy To:
(College Contract
Administrator #1)
Deborah Czubkowski, Vice President, Facilities Management
3501 SW Davie Road
Davie, FL 33314
With Copy To:
(College Contract
Administrator #2)
Marcus Wilson, Associate Vice President, Facilities Collegewide
Maintenance
3501 SW Davie Road
Davie, FL 33314
To Proposer: (Proposer to Insert)
With Copy To
(Proposer):
(Proposer to Insert)
(2)
4.1.6
Vendor Conflict of
Interest Form
The award of this solicitation is subject to the provisions of Chapter 112,
Florida Statutes, as currently enacted or as amended from time to time.
All Proposers must disclose with their proposal the name of any officer,
director, or agent who is also an employee of the College. All Proposers
must disclose in their response the name of any officer, director,
employee, or agent of company who is also an employee of College or
an immediate family member of an employee of College. Proposer must
submit ATTACHMENT H – VENDOR CONFLICT OF INTEREST
FORM.
(2)
4.1.7
Litigation History State whether any team member has been involved in any services
related litigation, action or claim of projects of same or similar size,
including but not limited to any action against or by any owner, whether
active, pending, or concluded, at the mediation, arbitration, trial or
appellate level, within five years preceding the submission of this
submittal. For each instance include the following information:
a. the style/caption of the matter.
b. the case number.
c. the forum/venue of the action.
d. a description of the claim, action, or litigation.
e. evidence of satisfactory resolution of the claim, action, or litigation
by affirming or providing documentary evidence that a final
judgment has been rendered in favor of the company or any final
judgment rendered against the company is satisfied within 90
days of the date that the judgment becomes final.
If “NO” litigation or regulatory action has been filed against your
company(s), please provide a statement to that effect.
For companies with a parent or holding company or related subsidiary,
submit requested information for all parties
Truthful and complete answers to this question will not disqualify a
company from consideration but will be a factor in the selection process.
RFP-2024-082-OA – STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES
Page 18 of 33
Untruthful, misleading or false answers to this question shall result in the
disqualification of the company for this project.
(2)
4.1.8
Letter of Insurability Submit letter of insurability per coverage outlined in SECTION 3.9.
Certificate of Insurance (COI) will not be considered in lieu of the letter
of insurability in proposal submittal. Certificate of Insurance (COI) shall
be provided only by awardee upon request within ten days of notification
by the College.
4.2 MINIMUM ELIGIBILITY CRITERIA.
In order to be considered for award and to be further evaluated, Proposer must meet or exceed the following criteria.
Failure to meet minimum eligibility criteria, detailed below, will result in proposal disqualification. Failure to submit
the documents requested herein will also result in proposal disqualification.
(3)
4.2.1
Required Response
Form
Submit SECTION 1 - REQUIRED RESPONSE FORM with all required
information completed and all signatures as specified.
The enclosed original Required Response Form will be the only
acceptable form. Failure to submit a Required Response Form, as
requested herein, will result in proposal disqualification. Any
modifications or alterations to this form shall not be accepted and
submittal will be rejected.
(3)
4.2.2
Minimum
Qualifications and
Licenses
Proposer must be primarily engaged in the business of providing storm
drain cleaning, repairs and maintenance services. Proposer shall be
properly registered/licensed and possess all required active licenses,
registrations, and certifications and must be fully authorized, and fully
licensed, in the State of Florida to perform the services specified as of
the due date of the solicitation.
Proposer must demonstrate a strong documented track record of
providing storm drain cleaning, repairs and maintenance services, for
a minimum of three (3) continuous years or more, within the last five
(5) years.
Proposer shall possess one of the licenses listed in ATTACHMENT A
– SCOPE OF WORK (including any State registration, if applicable).
Any certificate of competency that meets or exceeds those specified or
can legally perform the scope of work specified, as determined by the
College, will be considered. Proposer must submit proof of all active
business licenses, registrations, and certifications as applicable,
documenting Proposer is fully licensed to conduct relevant business in
the State of Florida (Also refer to ATTACHMENT A – SCOPE OF
WORK of this solicitation). Occupational / business licenses are
required as applicable. If permitted, subcontractor licenses may be
required during the developmental phase. Submit with proposal, or
within three business days of College’s request.
Submit copy of the Florida Department of State, Division of
Corporations, registration indicating when corporation / LLC / or other
form of legal entity was organized, corporation number, and date and
status of most recent annual report. Proposer must be registered by
the Florida Department of State, Division of Corporations, to operate in
the State of Florida at the time of negotiations.
RFP-2024-082-OA – STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES
Page 19 of 33
4.3 EXPERIENCE AND QUALIFICATIONS (Maximum 20 Points).
(4)
4.3.1
Executive Summary a. Submit a brief summary, of no more than five pages, stating the
Proposer’s interest in the contract; overview of company
qualifications; names, contact information and qualifications of
key staff; understanding of the nature and scope of the services
to be provided; and Proposer’s ability to comply with all
requirements of contract.
b. The Proposer shall explain in detail why Proposer is interested
and why company would be the best choice for the College.
c. Summary shall include the year the company was established,
summarize the company and their qualifications for the
miscellaneous projects and identify principal(s) who will be
assigned to the miscellaneous projects.
d. The company shall acknowledge receipt of any and all addenda,
if any, listing the Addenda by number(s) and date(s) as the last
sentence in their Executive Summary after the signature.
e. Brief description of company’s present operations. Summary by
narrative, or other means showing the Proposer’s qualifications
and experience.
f. Provide a listing of recent projects which are same or similar to
the requirements and scope of this solicitation, preferably for
higher education or public sector clients.
(4)
4.3.2
Organizational
Profile
Identify the Prime Proposer responsible for all portions of this
solicitation. Include:
a. Current organization’s name, addresses, telephone number, and
fax number.
b. The date that organization was established.
c. The size of the organization.
d. The number of years established in business, including operation
under other company names, providing services same or similar
as described herein.
e. Number of years in business.
f. List the key personnel designated for the proposed project.
Indicate their assigned roles, expertise, registration/licenses,
education and experience. Describe the unique capabilities of
key personnel and joint parties and how those qualifications and
capabilities apply to the project.
(4)
4.3.3
Account
Management and
Staffing
Include organizational chart with local, district, and corporate levels for
Proposer. Describe how the organizational structure will ensure orderly
communications, distribution of information, effective coordination of
activities, resource management, accountability, and decision-making
authority. Describe the designated team representatives who are
technically competent to assist the College in all activities associated
with the service and maintenance of this account.
(4)
4.3.4
References
All Proposers providing a response to this Solicitation shall have their
clients submit directly to the College via email as indicated below, a
completed PERFORMANCE EVALUATION SURVEY FORM
(ATTACHMENT I) in PDF format. All forms must be received from your
clients directly by the College by the due date as stated in SECTION 1
– REQUIRED RESPONSE FORM by 2:30 p.m. ET or through an
addendum and/or change of calendar date in our website.
RFP-2024-082-OA – STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES
Page 20 of 33
At least three related PERFORMANCE EVALUATION SURVEY
FORMS (ATTACHMENT I), preferably higher education clients, are
required to be considered for the maximum solicitation points. If the
College receives less than three completed forms directly from your
client, points will be proportionally reduced.
Proposers must have their clients utilize the referenced attachment for
the reference’s information/response. References shall be from clients
who have performed (or are currently performing) work, similar in nature
and size, as the scope described herein within the five years prior to the
solicitation due date.
All references are to be emailed from your clients directly to the College
to:
Procurement Officer: Orlando Aponte
Email: oaponte@broward.edu
ANY BROWARD COLLEGE PROJECTS SHOULD NOT BE INCLUDED
AS A REFERENCE.
The College reserves the right to verify all references received and/or
use an external party, such as Dun & Bradstreet Open Rating (or other),
to conduct reference checks.
4.4 SCOPE OF WORK (Maximum 35 Points).
(5)
4.4.1
Scope of Work
Proposer must provide a clear and detailed narrative addressing their
ability to provide the services listed in ATTACHMENT A – SCOPE OF
WORK. Minimum response must provide responses to the following:
Proposed Solution. Describe in detail the solution Proposer is proposing
that will address the requirements and purpose of the solicitation with
specificity to ATTACHMENT A – SCOPE OF WORK.
Proposed Methodology. Describe in detail how Proposer will accomplish
the solution(s) in order to complete required services.
Proposer’s Procedures. Provide procedures for completing work
required and how the procedures will be applied or modified to comply
with storm drain cleaning, repairs and maintenance services.
Coordination and Communication. Provide detailed information on how
Proposer will coordinate the completion of required service(s). Provide
detailed information on how Proposer will communicate with College
Contract Administrator(s) during the contract period.
Reports. Provide explanation and detailed examples of any reports
and/or data that will be provided prior to, during, and after execution of
services.
Timeframe. Provide a detailed project timeframe and key milestones to
implement and execute the services.
Other Services. Describe any additional services and their proposed
methodology that Proposer is proposing to provide with relation to the
scope of this solicitation.
RFP-2024-082-OA – STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES
Page 21 of 33
(5)
4.4.2
Quality Assurance Submit a plan to provide quality assurance in respect to all aspects of
the storm drain cleaning, repairs and maintenance services.
4.5 PRICE PROPOSAL (Maximum 35 Points).
(6)
4.5.1
Price Proposal
Submit ATTACHMENT B – PRICE PROPOSAL FORM in accordance
with SCOPE OF WORK described in ATTACHMENT A. Include under
TAB 6 in the PDF submittal document and also upload separately to
DemandStar in the original Excel format document.
Proposer must provide the information on prices and rates in the
attached ATTACHMENT B - PRICE PROPOSAL FORM, in the same
unchanged Excel format document. The information must NOT be
password protected, to allow the College to copy and paste the
information into the Bid Tabulation.
4.6 FINANCIAL CAPACITY (Maximum 10 Points).
(7)
4.6.1
Financial Capacity Proposers shall submit Dun & Bradstreet Number (D-U-N-S). The
College will use the total of both the D&B Delinquency Predictor Score
(formerly the Commercial Credit Score - CCS) and the D&B Failure
Score (formerly the Financial Stress Score - FSS) reports in order to
assess financial capacity of Proposer.
If your company is not currently registered at D&B, you are required to
do so before submitting your proposal to the College. Please contact
D&B at 1-800-234-3867 to fully register your company. Information
gathered from the D&B reports will become part of the company’s
financial capacity assessment.
D&B® Delinquency Predictor Score (DPS)
The D&B® Delinquency Predictor Score pertains to the likelihood that a
business could make a late payment, go bankrupt, or have future
payment failures.
Delinquency
Score/Percentile Delinquency Class Evaluation Points
91-100 1 5
71-90 2 4
31-70 3 3
11-30 4 2
1-10 5 1
D&B® Failure Score®
The D&B® Failure Score also uses a 1 to 5 rating but pertains to the
business’s likelihood of financial stress – such as filing for bankruptcy –
in a 12-month outlook.
RFP-2024-082-OA – STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES
Page 22 of 33
Failure
Score/Percentile Failure Class Evaluation Points
95-100 1 5
69-94 2 4
34-68 3 3
2-33 4 2
1 5 1
4.7 ATTACHMENTS.
(8)
4.7.1
ATTACHMENT D - DRUG-FREE WORKPLACE CERTIFICATION
(8)
4.7.2
ATTACHMENT E - NON-DISCLOSURE AGREEMENT
(8)
4.7.3
ATTACHMENT F - PUBLIC ENTITY CRIMES STATEMENT
(8)
4.7.4
ATTACHMENT G - NON-COLLUSION AFFIDAVIT
(9)
4.7.5
VALUE ADDED SERVICES (OPTIONAL)
Include any additional/value added services to be proposed in
connection with the services defined in ATTACHMENT A – SCOPE OF
WORK. Additional/Value added services will NOT be considered for
evaluation purposes, only as an informational piece.
(10)
4.7.6
OTHER SUPPORTING DOCUMENTS
Insert here any other supporting documents, not included in any of the
previous tabs.
(REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK)
RFP-2024-082-OA – STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES
Page 23 of 33
SECTION 5 - EVALUATION
5.1 PHASE I – REVIEW OF PROPOSALS. The Evaluation Committee (hereinafter referred to as the
“Committee”) shall review and evaluate all proposals received for RFP-2024-082-OA – STORM DRAIN
CLEANING, REPAIRS AND MAINTENANCE SERVICES, which meet or exceed SECTION 4.2 -
MINIMUM ELIGIBILITY REQUIREMENTS, according to the following initial screening criteria:
CRITERIA SECTION MAXIMUM
POINTS
4.3 EXPERIENCE AND QUALIFICATIONS 20
4.4 SCOPE OF WORK 35
4.5 PRICE PROPOSAL 35
4.6 FINANCIAL CAPACITY 10
TOTAL MAXIMUM POINTS: 100
5.1.1 The failure to respond, provide detailed information or to provide requested proposal elements in
SECTIONS 4.3 through 4.6 may result in the reduction of points in the evaluation process or a complete
disqualification of proposal.
5.1.2 The Evaluation Committee will shortlist Proposers in PHASE I – REVIEW OF PROPOSALS. Proposers
will be notified according to dates set herein in SECTION 2.7 – TIMELINE.
5.1.3 Shortlist Scores and Rankings. The Evaluation Committee will utilize the scores developed as a result of
SECTION 5.1 to rank the Proposers individually, and then determine cumulative ranking results. The
shortlist scores and rankings are solely for the purpose of determining those Proposers that will be
selected for further consideration and/or interview and those Proposers which are responsive to the
solicitation requirements. Scores and rankings as a result of SECTION 5.1, will neither be considered, nor
carried forth as part of the scores and rankings of SECTION 5.2.
5.1.4 Result of Review of Proposals. Based upon the results of the above SECTION 5.1, the College, at its
sole discretion, may:
a. Shortlist the top ranked Proposer(s) (shortlist number to be determined by the Committee) for
further consideration and/or interviews.
b. Recommend an award.
c. May reject all proposals received.
d. Waive any informalities.
e. Re-advertise/re-solicit proposals.
f. Reject all proposals without further action.
g. Accept or reject any proposal or portion of a proposal as deemed in the College’s best interest.
h. Invite one or more top-ranked Proposers to participate in contract negotiation phase and/or award.
and/or
i. Take any additional administrative steps deemed necessary in determining the final award,
including additional fact-finding, evaluation, or negotiation, where necessary and consistent with
the terms of this solicitation.
5.1.5 Proposal Clarification. During the review of proposals, the College reserves the right to ask questions of
a clarifying nature in order to obtain clarity on proposal elements submitted. However, Proposers will not
be allowed to enhance or alter their initial proposal and may only clarify existing proposal elements.
RFP-2024-082-OA – STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES
Page 24 of 33
5.2 PHASE II – INTERVIEWS AND PRESENTATIONS. In the event that the College chooses to interview
recommended shortlisted Proposers in accordance with SECTION 5.1, the Committee shall interview the
shortlisted Proposers in order to make an award or enter into negotiations. Scores and rankings as a result
of SECTION 5.1 above will neither be considered, nor carried forth as part of the scores and rankings
resulting from the interviews and presentations phase. Shortlisted Proposers will be interviewed against
a set of standard questions and/or clarifying questions (proposal-specific with the intent to clarify issues),
and shall be evaluated according to the following criteria:
CRITERIA MAXIMUM
POINTS
A UNDERSTANDING OF THE COLLEGE’S REQUIREMENTS 25
B RELEVANT EXPERIENCE 20
C UNIQUE QUALIFICATIONS 20
D OVERALL APPROACH, METHODOLOGY, AND ABILITY TO
PERFORM CONTRACT 35
TOTAL MAXIMUM POINTS: 100
5.2.1 The Evaluation Committee shall interview and evaluate the shortlisted Proposers, in accordance with the
evaluation criteria and point schedule established in this PHASE II – INTERVIEWS AND
PRESENTATIONS, based on the Proposers’ interviews and presentations, and the information submitted
by the Proposers in response to this solicitation, in order to make an award recommendation. The failure
to respond or provide detailed information or requested proposal elements in SECTION 5.2 may result in
the reduction of points in PHASE II. The Committee will utilize the scores developed as a result of
SECTION 5.2 to rank the Proposers.
5.2.2 Result of Interviews/Presentations. Based upon the results of SECTION 5.2 above, the College, at its
sole discretion, may:
a. Recommend award and/or negotiations to the top ranked Proposer(s).
b. Recommend award to more than one top ranked Proposer.
c. Reject all proposals.
d. Re-advertise/re-solicit proposal.
e. Reject all proposals without further action.
f. Accept or reject any proposal or portion of a proposal as deemed in the College’s best interest.
and/or
g. Invite one or more top-ranked Proposers to participate in contract negotiation phase and award.
5.3 AWARD. In addition to recommending the top-ranked Proposer(s) with whom a successful contract can
be negotiated, the College, at its sole discretion, reserves the right to make an award as follows:
a. Divide the work among Proposers.
b. Award contracts for less than all services encompassed by this solicitation.
(REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK)
RFP-2024-082-OA – STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES
Page 25 of 33
SECTION 6 – CONTRACT NEGOTIATIONS
6.1 PHASE III - CONTRACT NEGOTIATIONS. In the event that an Agreement between the College and the
selected Proposer(s) is deemed necessary, at the sole discretion of the College, the College will begin
negotiations with the top-ranked Proposer or Proposers if a multiple award is being considered, as
recommended by the Evaluation Committee in SECTION 5.2. The College reserves the right to negotiate
any term, condition, or price with the top-ranked Proposer(s). In the event that mutually agreeable
negotiations cannot be reached, the College may declare an impasse and begin to negotiate with the next
ranked Proposer(s). The College may continue this process until final agreement can be reached with a
Proposer(s) or until the Evaluation Committee recommends rejection of all proposals received.
Please note the College, at its discretion, may or may not change committee members for each phase.
6.1.1 After the initial negotiation session with the recommended Proposer(s), in its sole discretion, the
Negotiations Team shall determine whether to hold additional negotiation sessions and with which
Proposer(s) it will further negotiations.
6.1.2 The College reserves at any time during the negotiations process to:
a. Schedule additional negotiation sessions with any or all responsive Proposers.
b. Require any or all responsive Proposers to provide a Best and Final Offer (BAFO).
c. Pursue a contract with one or more responsive Proposers for the services encompassed by this
solicitation.
d. Pursue the division of contracts between responsive Proposers by type of service or geographical
area, or both.
e. Arrive at any agreement with a responsive Proposer, finalize contract terms with such Proposer
and terminate negotiations with any or all other Proposers, regardless of the status of or scheduled
negotiations with such other Proposers.
f. Decline to conduct further negotiations with any Proposer.
g. Reopen negotiations with any Proposer.
h. Take any additional administrative steps deemed necessary in determining the final award,
including additional fact-finding, evaluation, or negotiation, where necessary and consistent with
the terms of this solicitation
6.2 “SAMPLE” OR BASE CONTRACT FOR NEGOTIATIONS. The enclosed “sample” contract
(ATTACHMENT C) shall be the basis for any contract negotiations and resulting agreement. Proposers
are strongly encouraged to review the enclosed sample contract. The final contract shall reference and
incorporate all addenda, specifications, terms, and conditions of this solicitation, and to include Proposer’s
offer, contract negotiations, and final acceptance. The College may amend any term and condition of the
sample contract prior to final acceptance by both parties.
6.3 FINAL SELECTION AND NOTICE OF AWARD RECOMMENDATION.
6.3.1 The College will recommend for award of the contract, the responsive Proposer(s) as determined by the
Negotiation Team.
6.3.2 The College has sole discretion in deciding whether and when to take any of the foregoing actions, the
responsive Proposer or Proposers affected and whether to provide concurrent public notice of such
decision. The College at its sole discretion may:
a. Recommend Award.
b. Re-advertise/re-solicit for proposals.
c. Reject all proposals without further action; accept or reject any proposal or portion of a proposal
as deemed in the College’s best interest.
RFP-2024-082-OA – STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES
Page 26 of 33
6.3.3 The College reserves the right to:
a. Select one or more Proposers for the services encompassed by this solicitation, any addenda
thereto and any request for additional or revised detail written proposals or request for best and
final offers.
b. Divide the work among Proposers by type of service or geographic area, or both. and
c. Award contracts for less than the entire service area or less than all services encompassed by this
solicitation, or both.
6.4 RESERVED RIGHTS AFTER NOTICE OF AWARD RECOMMENDATION.
6.4.1 Negotiations After Award Recommendation. The College reserves the right to schedule additional
negotiation sessions with Proposer(s) identified in the posting of the Award Recommendation in order to
establish final terms and conditions for contracts with those Proposer(s). This may include but not be
limited to, site surveys to finalize the College’s requirements.
6.4.2 Other Reserved Rights: The College reserves the right, after posting Award Recommendation thereof, to
withdraw or amend its Award Recommendation and reopen negotiations with any other Proposers
recommended in SECTION 5.2, at any time prior to execution of a contract.
6.4.3 The College’s District Board of Trustees will make the final and sole decision whether or not to award the
contract to the recommended Proposer(s).
(REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK)
RFP-2024-082-OA – STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES
Page 27 of 33
SECTION 7 – GENERAL CONDITIONS
1. SUBMITTAL OF QUESTIONS. Any questions concerning any portion of this solicitation must be received by the Procurement Officer
named herein on or before the due date for submittal of questions as stated in the project calendar. If necessary, the College will issue
an addendum to respond to question(s) received. Any verbal or written information, which is obtained other than by information herein or
by Addenda shall not be binding on the College.
2. AWARD. In order to meet the needs of the College, award may be made by item or by group, as indicated herein. The College may
make an award to one or more awardee(s) or may split award among respondents. The terms of the award shall be defined in the award
recommendation document. Interested respondents may request copies of tabulations and score sheets and may request a debriefing
session after award of solicitation has been completed. The College reserves the right to reject any or all proposals, to not make an award
resulting from this solicitation or to withdraw this solicitation at any time.
3. CONTRACT EXTENSION: In addition to the stated term of award, the College may, in mutual agreement with the Vendor, extend the
term for 180 days beyond the expiration date of the final expiration date.
4. CONTRACT ORDERS: Price or quantity conditions stated by any respondent will not be considered for award. The quantities listed
herein are only estimates of quantities to be ordered throughout the contract period and are not a guarantee of orders. Actual quantities
ordered throughout the contract period may be greater or less than the proposal estimates and shall be furnished at the fixed contract
price. No guarantee is given or implied as to the total dollar value or work as a result of this solicitation. The College is not obligated to
place any order for goods or services as a result of this award. Order placement will be based upon the needs and in the best interest of
the College.
5. BID ITEM OFFERED: If alternates are acceptable, as stated herein, and if respondent is proposing other than the make and model
specified, then complete make and model number of the item offered must be indicated on the proposal. Failure to indicate a complete
make and model number for the item offered will represent that the respondent is proposing the make and model specified.
6. DESCRIPTIVE LITERATURE: When alternates are acceptable and if respondent is submitting a proposal for other than the make(s)
and model(s) specified, it is required that complete descriptive technical literature on the item being proposed be submitted with the
proposal or upon request. Such literature shall be in sufficient detail to indicate conformance with the specifications of the make(s) and
model(s) specified. Failure to provide this descriptive literature in sufficient detail to complete the evaluation of the make(s) and model(s)
offered, with this proposal or upon request, will result in disqualification of proposed alternate and may result in disqualification of entire
proposal.
7. MODEL NUMBER CORRECTIONS: If the model number for the make specified is no longer available or incorrect, the replacement or
correct model number should be submitted in the proposal.
8. DISCONTINUED ITEM: If a proposal item is discontinued by the manufacturer during the period of award, then the Vendor shall advise
the Procurement Services Department in writing of non-availability of the proposal item and shall submit complete descriptive, technical
literature on the replacement item. Replacement item shall be furnished at the same firm price offered for the original proposal item or at
a lower price during the remainder of the period of award. Samples of replacement items may be required and, if requested, must be
supplied for evaluation by the appropriate College staff. The College shall not be held liable for any damages incurred to sample item(s)
during evaluation.
9. SAMPLES: After proposal opening and prior to award, samples of the proposed product may be required for evaluation. Samples, when
required, must be furnished free of expense and, if not destroyed, will, upon request, be returned at the respondent's expense. Each
individual sample must be labeled with respondent’s name, proposal number, and item number. Such samples when requested by the
College must be furnished no later than seventy-two (72) hours after notification. Failure of respondent to either deliver required samples
or to clearly identify samples as indicated may be reason for rejection of the proposal.
10. MANUFACTURER’S CERTIFICATION: Respondent must be authorized by proposed manufacturer to sell, warranty, service (depending
on scope of award) item(s) proposed. The certification must be returned with the proposal in time for proposal opening or upon request.
Failure to submit the completed certification will ultimately result in disqualification of proposal submitted.
11. LOCAL REPAIR FACILITY: The College may require respondent to maintain a local repair facility that can respond to service calls. For
the purpose of this solicitation, "LOCAL" repair station means location in Broward, Miami-Dade or Palm Beach County.
12. BID BOND: If required herein, a Surety Bond, Certified Check, Cashier’s Check, Treasurer’s Check or Bank Draft of any State or National
Bank representing five percent (5%) of the total amount of the proposal must accompany proposal. Bonding company must appear on
U.S. Treasury list. Surety bonds must be submitted in the form specified by the College. No other bond form will be acceptable.
13. PERFORMANCE AND PAYMENT BOND REQUIREMENTS: If required herein, the Vendor shall execute a Performance and Payment
Bond in an amount equal to proposal costs and in accordance with the requirements of Section 255.05 Florida Statutes, as currently
enacted or as amended from time to time. In addition to the requirements of Section 255.05, the Surety must be listed on the Department
of Treasury's Listing of Approved Sureties (Department Circular 570) which is available through the Internet at
http://www.fms.treas.gov/c570.html. The Insurance Company that issues the Bond must be licensed to do business in the State of Florida.
If the Insurance Company is an out of state firm, a Power of Attorney from a Resident Agent must be properly executed and included with
the bond. Bond must be furnished to the College within ten (10) days after receipt of notice of award and must comply with Florida Statutes
255.05.
14. COMMENCEMENT OF WORK/SHIPMENT: No shipment of goods or commencement of work shall begin until such time as the Vendor
receives a College Purchase Order. Goods or services received prior to issuance of Purchase Order may be rejected.
RFP-2024-082-OA – STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES
Page 28 of 33
15. DELIVERY: The respondent is to indicate on their response the delivery time required for each proposal item. A respondent who fails to
indicate delivery time agrees to deliver items ordered within thirty (30) days from the receipt of the order. The College may reject proposals
that exceed delivery greater than thirty (30) days from receipt of order.
16. INSTALLATION: If required herein, price quoted shall include on-site, inside delivery, installation, satisfactory operation, and
demonstration of use of all items ordered. If Installation is not required, the Vendor shall submit complete installation/operation instructions
with delivery or upon request.
17. INSPECTION AND ACCEPTANCE OF MATERIALS AND/OR SERVICE: The material and/or service delivered under this proposal
shall remain the property of the Vendor until a physical inspection and actual usage of this material is made and thereafter accepted to
the satisfaction of the College and must comply with the terms herein, and be fully in accord with specifications. In the event the material
supplied to the College is found to be defective or does not conform to specifications, the College reserves the right to cancel the order
upon written request to the Vendor and return the product to vendor, at vendor’s expense.
18. PRICE ADJUSTMENTS: Prices offered shall remain firm through each contract expiration date. If price adjustments are allowed, the
Vendor may only request price adjustment at the time of invitation to renew contract, approximately sixty (60) days prior to contract
expiration, or only during other approved periods. Requests for price adjustments shall be fully documented and shall not exceed the
percentage of change in the applicable index, as determined by the College, established by the Bureau of Labor Statistics (www.bls.gov).
In the event that the applicable index indicates a negative price trend, the College reserves the right to request a reduction in contract
prices equal to the percentage of change. The College reserves the right to not grant price adjustments or to not renew any contract
regardless of price considerations.
19. MATERIAL SAFETY DATA SHEET (MSDS): As per Florida Statute, the Right To Know Law, the College requires that Material Safety
Data Sheets (MSDS) are required for all applicable items, materials and/or substances ordered. Respondent must supply all MSDS WITH
THIS BID or UPON REQUEST. An awardee who has not submitted the required MSDS will not be issued any purchase orders until the
MSDS’s are received and approved by the College Risk Management Department. All MSDS submitted must be either an original as
received from the manufacturer or a legible copy made from same. MSDS ON CD-ROM IS NOT ACCEPTABLE. The College’s Risk
Management Department requires, for the purpose of safeguarding the health and safety of staff and/or students, that all submitted MSDS
must be current and reviewed by the respondent with the manufacturer within the last calendar year. Vendor, by virtue of signing proposal,
represents the MSDS as being in compliance with the above conditions. Each MSDS must include a clear delineation of chemical
content(s) of product, contain all information required by Florida’s Right-To-Know Law, and should have the RFP Number and Product
Item Number stated on each MSDS. The College reserves the right to request additional information from the manufacturer concerning
the contents of its MSDS submitted by the respondent for the corresponding proposal item. Failure to provide this information as detailed
herein may result in disqualification of bid submitted.
20. PROTECTION OF WORK, PROPERTY AND PERSONNEL: The Vendor shall at all times guard against damage and/or loss to the
property of the College and shall replace and/or repair any loss or damages unless such be caused by the College. The College may
withhold payment or make such deductions, as it might deem necessary to insure reimbursement for loss and/or damages to the property
through negligence of the Vendor. The Vendor shall take the necessary safety precautions to protect both personnel and property while
the work is in progress simultaneously adhering to the project schedule.
21. WARRANTY: Manufacturer's standard warranty must be provided on all proposal items. Warranty shall begin after delivery and
acceptance by the College. Warranty shall be stated in the spaces provided in the Bid Summary Sheet.
22. DEBRIS: Vendor shall be responsible for the prompt removal of all debris, which is result of delivery or installation.
23. DELIVERY INFORMATION: Delivery specifics will be included on purchase order. From time to time the College may be closed during
regular business time or may have established special calendar (e.g. winter holidays, spring break, summer flex week, etc.). Prior to
delivery, the Vendor shall verify that the College will be open to accept delivery. The College will not be responsible for re-delivery charges.
24. CANCELLATION/TERMINATION: The College may, by written notice, terminate in whole or in part the contract or any purchase orders
resulting from this solicitation when such action is in the best interest of the College or when any provision(s) of this solicitation are violated
by the respondent. In the event of cancellation/termination, the College shall be liable only for payment for services rendered prior to the
effective date of cancellation/termination.
25. ADDING OR DELETING CAMPUS/CENTER LOCATIONS: For site specific awards, the College may, during the term of the contract,
add or delete, wholly or in part, locations. In the event that a site is added to the contract, the respondent shall invoice the same amount
as prices quoted herein for similar sites. Deletion of sites shall not affect contract pricing.
26. IRREVOCABILITY OF PROPOSAL: A proposal in response to this solicitation may not be withdrawn before the expiration of ninety (90)
days from the date of proposal due date.
27. PROPOSAL PUBLIC RECORD: The respondent acknowledges that all information contained within their proposal is part of the public
domain as defined by the State of Florida Sunshine and Public Record Laws.
28. NONCONFORMANCE TO CONTRACT CONDITIONS: Goods or services offered as a result of any award resulting from this solicitation
must be in compliance with all conditions and specifications and any resulting agreement at all times. Orders for goods or services not
conforming as required may be terminated at vendor(s) expense and acquired on the open market. Any increase in cost may be charged
against the Vendor. Any violation of these stipulations may also result in:
a. For a period of two (2) years, any solicitation submitted by respondent will not be considered and will not be recommended for
award.
b. All departments being advised not to do business with vendor.
RFP-2024-082-OA – STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES
Page 29 of 33
29. GOVERNING LAW / VENUE: This solicitation, and any award(s) resulting from same, shall be governed by and construed under the
laws of the State of Florida and must have venue established in the 17th Circuit Court of Broward County, Florida or the United States
Court of the Southern District of Florida.
30. TORT IMMUNITY: The College hereby reserves to itself any and all tort immunity as provided to it by the laws of the State of Florida. It
is hereby agreed that the College’s liability is limited to the extent permitted by the Florida Constitution and Florida Statute 768.28 or any
amendments thereto. Any and all such liability shall be limited to and shall not exceed amount of insurance coverage applicable to such
an agreement provided to the College through the Florida Community College Risk Management Consortium. Nothing contained in this
document is intended to serve as a waiver of sovereign immunity by any agency to which sovereign immunity applies. The College
disclaims any liability, obligation or responsibility for the payment of consequential, special, indirect, incidental or other similar damages
incurred or sustained by respondent in any way arising out of or relating to this solicitation.
31. LEGAL REQUIREMENTS: The respondent agrees to be in full compliance with any federal, state, county and local laws, ordinances,
rules, regulations or codes that in any manner affect the goods or services covered herein. Lack of knowledge by the respondent will in
no way be a cause for relief from responsibility.
32. ADVERTISING: In submitting a solicitation, the respondent agrees not to use the results therefrom as a part of any commercial
advertising without prior written approval of College.
33. PAYMENT: A purchase order will be released after award by the College for any goods or services to be delivered as a result of the
solicitation. Any charge that does not directly correspond to a purchase order may not be authorized for payment. Payment will be provided
after delivery is verified to be in compliance with all the conditions of award. Payment shall be made within thirty (30) days of acceptance
by the College.
34. CONFLICT OF INTEREST: The award of this solicitation is subject to the provisions of Chapter 112, Florida Statutes, as currently
enacted or as amended from time to time. All respondents must disclose with their proposal the name of any officer, director or agent
who is also an employee of the College. All respondents must disclose in their response the name of any officer, director, employee or
agent of firm who is also an employee of the College or an immediate family member of an employee of the College.
35. PATENTS/INTELLECTUAL RIGHTS AND ROYALTIES: The respondent, without exception, shall indemnify and save harmless the
College and its employees from liability of any nature or kind, including cost and expenses for or on account of any copyrighted, patented,
or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the College. If
the respondent uses any design, device, or materials covered by letters, patent, or copyright or other intellectual rights, it is mutually
understood and agreed without exception that the solicitation prices shall include all royalties or cost arising from the use of such design,
device or materials in any way involved in the work.
36. DISPUTES: In the event of a conflict between the documents, the order of priority of the documents shall be as follows:
a. Any agreement resulting from the award of this solicitation; then
b. Addenda released for this solicitation, with the latest Addendum taking precedence and chronologically thereafter; then
c. this solicitation; then
d. the respondent’s proposal.
In case of any other doubt or difference of opinion, the decision of the College shall be final and binding on both parties.
37. OSHA: The respondent warrants that the product supplied to the College shall conform in all respects to the standards set forth in the
Occupational Safety and Health Act of 1970, as amended, and the failure to comply with this condition will be considered as a breach of
contract.
38. LIABILITY, INSURANCE, LICENSES AND PERMITS: The respondent agrees to the Indemnification Provision stated herein and will
assume the full duty obligation and expense of obtaining all necessary licenses, permits and insurance. The respondent shall be liable
for any damages or loss to the College occasioned by negligence of the respondent (or agent) or any person the respondent has
designated in the completion of the contract.
39. PUBLIC ENTITY CRIMES: Section 287.133(2)(a), Florida Statutes, as currently enacted or as amended from time to time, states that 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
proposal on a contract to provide any goods or services to a public entity, may not submit a proposal on a contract with a public entity for
the construction or repair of a public building or public work, may not submit a proposal 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 [currently
$35,000] for a period of thirty six (36) months from the date of being placed on the convicted vendor list. By submitting response to this
solicitation, the respondent certifies that it has not been convicted of a public entity crime.
40. AVAILABILITY OF FUNDS: Florida Statutes prohibits the College from creating obligations on anticipation of budgeted revenues for a
period in excess of one (1) year. As such, the College may, during the contract period, terminate or discontinue the items covered in this
solicitation. This written notice will release the College of all obligations, subsequent to the termination date, in any way related to the
items covered in this solicitation upon thirty (30) days prior written notice to the Vendor. These provisions must be included as part of any
lease agreement between the parties. No lease will be considered that does not include these provisions.
41. USE OF OTHER CONTRACTS: The College reserves the right to utilize any other College contract, any State of Florida Contract, any
contract awarded by any other city or county governmental agencies, other College, other community college/state university system
cooperative agreements, or to directly negotiate/purchase per College policy and/or State Board Rule, as currently enacted or as amended
RFP-2024-082-OA – STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES
Page 30 of 33
from time to time, in lieu of any offer received or award made as a result of this solicitation if it is in its best interest to do so.
42. SUBCONTRACTING AND ASSIGNMENT: Neither any award of this solicitation nor any interest in any award of this solicitation may be
subcontracted, assigned, transferred or encumbered by any party without the prior written consent of the College.
43. INDEMNIFICATION:
a. By the College: The College agrees to be fully responsible for its acts of negligence or its agents’ acts of negligence when
acting within the scope of their employment and agrees to be liable for any damages resulting from said negligence. Nothing
herein is intended to serve as a waiver of sovereign immunity by the College. Nothing herein shall be construed as consent by
the College to be sued by third parties in any matter arising out of any contract.
b. By the Vendor: The Vendor agrees to indemnify, hold harmless and defend the College, its agents, servants, and employees
from any and all claims, judgments, costs and expenses including, but not limited to, reasonable attorney’s fees, reasonable
investigative and discovery costs, court costs and all other sums which the College, its agents, servants, and employees may
pay or become obligated to pay on account of any, all and every claim or demand, or assertion of liability, or any claim or
action founded thereon, arising or alleged to have arisen out of the products, goods or services furnished by the Vendor, its
agents, servants, and employees; the equipment of the vendor, its agents, servants, and employees while such equipment is
on premises owned or controlled by the College; or the negligence of the vendor or the negligence of the vendor’s agents
when acting within the scope of their employment, whether such claims, judgments, costs and expenses be for damages,
damage to property including the College’s property, and injury or death of any person whether employed by the Vendor, the
College or otherwise.
44. SOLICITATION AND ADDENDA: It is the sole responsibility of the respondent to assure it has received the entire solicitation package
and any and all Addenda. No submissions made after the proposal opening, amending or supplementing the proposal shall be considered.
45. GRATUITIES: The respondents shall not offer any gratuities, favors, or anything of monetary value to any official, employee, or agent of
the College; including any District Board of Trustee Member, College President and any Evaluation Committee Member, for the purpose
of influencing consideration of this proposal.
46. PREPARATION COST OF PROPOSAL: The respondent is solely responsible for any and all costs associated with responding to this
solicitation. The College will not reimburse any respondent for any costs associated with the preparation and submittal of any proposal,
or for any travel and per diem costs that are incurred by any respondent.
47. DEFAULT AND LITIGATION COSTS: In the event of a default on this contract, the defaulting party shall pay all attorney’s fees and court
costs incurred by the non-defaulting party, at both the trial and appellate levels, in any action brought to enforce and collect damages
arising from the default.
48. TAXES AND PERMITS: Although the College is not subject to the Florida Sales and Use Tax, any contractor who purchases materials
which will be used in a State-owned building will not be exempted from the Florida Statute referencing sales and use tax. The State, any
county, municipality or political subdivision of this State is exempt from the sales tax, except this exemption shall not include sales of
tangible personal property made to contractors employed either directly or as agents of any such government or political subdivision
thereof when such tangible personal property goes into or becomes a part of public works owned by such government or political
subdivision thereof. The owner is not subject to:
a. Federal excise taxes on materials or appliances that are incorporated into and become a part of the completed improvement.
b. Federal tax on transportation of property.
c. Cost of Municipal Building Permits.
d. Sales and rental tax payments to the State of Florida are the responsibility of the Vendor. The Vendor must provide
documentation to the State.
Vendors by virtue of submitting a proposal agree to this condition.
49. SUPPLIER DIVERSITY SMALL BUSINESS (SDSB): It is the policy of College that it will not discriminate in employment and awarding
of contracts on the basis of race, color, sex, gender, national origin, religion, age, disability, marital status, sexual orientation, gender
identity, genetic information or other legally protected classification in its programs and activities. Any College contractor found in violation
of this policy will be removed from the College’s vendor list and prohibited from bidding on College goods and services until such time it
has sufficiently instituted corrective actions to rectify the discriminatory practices.
The College recognizes its responsibility within the diverse business community in which it operates. It is the policy (6Hx2-6.34) of the
College to provide all businesses an equal and fair opportunity to participate in its procurement and contracting opportunities; and to
support sustainable growth and economic opportunities (Policy 6Hx2-6.36) for Small Disadvantaged Business Enterprises (SDB).
50. SUSTAINABILITY AND RECYCLING: The Vendor shall comply with any current or future sustainability and recycling program
established by the State, the County, the Municipality and/or the College. Inability to comply or reach agreement with the College to meet
compliance will result in cancellation of the award.
51. ASSIGNMENT OF ANTITRUST CLAIMS: For and in recognition of good and valuable consideration, receipt of which is hereby
acknowledged, proposing company hereby conveys, sells, assigns and transfers to the State of Florida all rights, title and interest in and
to all causes of action it may now or hereafter acquire under the antitrust laws of the United States and the State of Florida for price fixing,
relating to the particular goods or services purchased or acquired by the State of Florida pursuant to this solicitation.
52. PROTECTION AND SECURITY OF BUILDING AND PROPERTY: The contractor shall assume full responsibility and be held liable by
RFP-2024-082-OA – STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES
Page 31 of 33
the College for any and all damage or claim for damage, for injury to persons, property and equipment which might result from any
services performed under this specification. The extent of this responsibility is not limited to only College property but extends to any
property including lease equipment on College locations. The Contractor shall be held liable by the College for damages caused by its
employees to any equipment, apparatus or installed property in buildings in which work is performed under this specification. Work shall
be carried on in such a manner that there will be no interruption of College business. The Contractor shall be responsible for all keys
issued to them for the performance of their duties and will bear the cost of re-keying all areas required due to key loss. Re-keying will be
done at the discretion of the College.
53. SITE VISITS/INSPECTIONS: The College reserves the right to conduct a site visit to any respondent’s place(s) of business in order to
ascertain the respondent’s ability to perform.
54. EXCESS PAYMENT: The College reserves the right to audit any contract or payment history of any agreement resulting from this
solicitation. In the event that the College determines that payment in excess to those agreed to hereunder have been made to Contractor,
the Contractor agrees to return payment to the College within thirty (30) days of being notified. In the event that the excess payment is
due to erroneous invoicing by the Contractor and that said excess payments exceed five percent (5%) of the fees agreed to hereunder,
the Contractor agrees to pay for the costs of said audit.
55. TIE BREAKER: Resolution of tie bids or proposals shall be resolved in accordance with College Policy 6Hx2-6.35.
56. EMERGENCY SERVICES DUE TO NATURAL DISASTERS/FORCES: For the purposes of this solicitation, "Natural Force" is defined
as conflagration, flood, storm, earthquake, hurricane or other public calamity. The Bidder, by virtue of submitting a bid, agrees that, if
receiving an award, the College shall be given top priority for use by the bidder’s resources, and the bidder shall make available to the
College all of its resources such as vehicles, equipment tools, and both workforce and management personnel, in the event of a natural
disaster such as a hurricane, tornado, windstorm, flood, or fire during the term of award or contract.
57. SUSPENSION OF WORK. The College may in its sole discretion suspend any or all activities under the contract or purchase order, at
any time, when in the best interests of the College to do so. The College shall provide the Contractor written notice outlining the particulars
of suspension. Examples of the reason for suspension include, but are not limited to, budgetary constraints, declaration of emergency, or
other such circumstances. After receiving a suspension notice, the Contractor shall comply with the notice and shall not accept any
purchase orders. Within ninety (90) days, or any longer period agreed to by the Contractor, the College shall either (1) issue a notice
authorizing resumption of work, at which time (1) work can resume, or (2) terminate the contract, or (3) extend the period of suspension.
58. FORCE MAJEURE, NOTICE OF DELAY, AND NO DAMAGES FOR DELAY: The Contractor shall not be responsible for delay resulting
from its failure to perform if neither the fault nor the negligence of the Contractor or its employees or agents contributed to the delay and
the delay is due directly to acts of God, wars, acts of public enemies, strikes, fires, floods, or other similar cause wholly beyond the
Contractor’s control, or for any of the foregoing that affect subcontractors or suppliers if no alternate source of supply is available to the
Contractor. In case of any delay the Contractor believes is excusable, the Contractor shall notify the College in writing of the delay or
potential delay and describe the cause of the delay either (1) within ten (10) days after the cause that creates or will create the delay first
arose, if the Contractor could reasonably foresee that a delay could occur as a result, or (2) if delay is not reasonably foreseeable, within
five (5) days after the date the Contractor first had reason to believe that a delay could result. THE FOREGOING SHALL CONSTITUTE
THE CONTRACTOR’S SOLE REMEDY OR EXCUSE WITH RESPECT TO DELAY. Providing notice in strict accordance with this
paragraph is a condition precedent to such remedy. No claim for damages or additional charges, other than for an extension of time, shall
be asserted against the College. If performance is suspended or delayed, in whole or in part, due to any of the causes described in this
paragraph, after the causes have ceased to exist the Contractor shall perform at no increased cost, unless the College agrees to, in
writing, to any modification of the contract terms.
59. DISPUTE RESOLUTION: Any dispute concerning performance of the Contract shall be communicated through the College's designated
Contract Manager, who shall reduce the decision to writing and serve a copy on the Contractor. The decision shall be final and conclusive
unless within twenty-one (21) days from the date of receipt, the Contractor files with the College a petition for administrative hearing. The
College’s decision on the petition shall be final, subject to the Contractor’s right to review pursuant to Chapter 120 of the Florida Statutes.
Exhaustion of administrative remedies is an absolute condition precedent to the Contractor's ability to pursue any other form of dispute
resolution; provided, however, that the parties may employ the alternative dispute resolution procedures outlined in Chapter 120.
60. EMPLOYEES, SUBCONTRACTORS, AND AGENTS: All Contractor employees, subcontractors, or agents performing work under the
Contract shall be properly trained technicians who meet or exceed any specified training qualifications. Upon request, the Contractor shall
furnish a copy of technical certification or other proof of qualification. All employees, subcontractors, or agents performing work under the
Contract must comply with all security and administrative requirements of the College and shall comply with all controlling laws and
regulations relevant to the services they are providing under the Contract. The College may conduct, and the Contractor shall cooperate
in, a security background check or otherwise assess any employee, subcontractor, or agent furnished by the Contractor. The College
may refuse access to, or require replacement of, any personnel for cause, including, but not limited to, technical or training qualifications,
quality of work, change in security status, or non‐compliance with a College’s security or other requirements. Such approval shall not
relieve the Contractor of its obligation to perform all work in compliance with the Contract. The College may reject and bar from any facility
for cause any of the Contractor’s employees, subcontractors, or agents. The College shall take all actions necessary to ensure that
Contractor's employees, subcontractors and other agents are not employees of the College. Such actions include, but are not limited to:
(1) ensuring that Contractor's employees, subcontractors, and other agents receive benefits and necessary insurance (health, workers'
compensations, and unemployment) from an employer other than the College, provided that the Contractor grants preferential treatment
to the College with respect to products subjected to allocation, or (2) purchase from other sources (without recourse to and by the
Contractor for the related costs and expenses) to replace all or part of the products that are the subject of the delay, which purchases
may be deducted from the Contract quantity, or (3) terminate the Contract in whole or in part.
61. PROTESTING OF CONDITIONS/SPECIFICATIONS: Any person desiring to protest the conditions/specifications in this solicitation, or
any Addenda subsequently released thereto, shall file a notice of protest, in writing, within seventy two (72) consecutive hours after the
receipt of the solicitation or Addenda and shall file a formal written protest within ten (10) calendar days after the date the notice of protest
RFP-2024-082-OA – STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES
Page 32 of 33
was filed. The time provided for filing a notice of protest shall be based upon whenever a person receives this solicitation, or any Addenda
released thereto. Receipt of a copy of this solicitation, or any Addenda released thereto, which is received in accordance with Chapter
119, Florida Statutes, or College Policy, as currently enacted or as amended from time to time, shall not be used as a basis for filing a
notice of protest as described herein. Saturdays, Sundays, legal holidays or days during which the college administration is closed, shall
be excluded in the computation of the seventy-two (72) consecutive hours. If the tenth calendar day falls on a Saturday, Sunday, legal
holiday or days during which the college administration is closed, the formal written protest must be received on or before 5:00 p.m. of
the next calendar day that is not a Saturday, Sunday, legal holiday or days during which the college administration is closed. Section
120.57(3)(b), Florida Statutes, as currently enacted or as amended from time to time, states that “The formal written protest shall state
with particularity the facts and law upon which the protest is based”.
Failure to file a notice of protest or to file a formal written protest within the time prescribed shall constitute a waiver of proceedings under
Chapter 120, Florida Statutes. Notices of protest, formal written protests, and the required bonds, shall be filed at Broward College,
Procurement Services Department, 6400 NW 6th Way, Fort Lauderdale, Florida 33309. Fax filing will not be acceptable for the filing of
bonds.
62. PROTESTING OF AWARD RECOMMENDATIONS/TABULATIONS: Award Recommendations and Tabulations will be posted in the
Procurement Services Department on the date and time stipulated on the solicitation and will remain posted for seventy-two (72)
consecutive hours. Any change to the date and time established herein for posting of solicitation Award Recommendations shall be posted
in the Procurement Services Department and on the departmental website. In the event the date and time of the posting of Award
Recommendation is changed, it is the responsibility of each respondent to ascertain the revised date of the posting of Award
Recommendation. Any person desiring to protest the intended decision shall file a notice of protest, in writing, within seventy -two (72)
consecutive hours after the posting of the Award Recommendation (or receipt of written notice of intended decision) and shall file a formal
written protest within ten (10) calendar days after the date the notice of protest was filed. A written notice of intended decision shall only
apply when the Procurement Services Department gives notice of an intended decision about this solicitation. A written notice of intended
decision received in accordance with Chapter 119, Florida Statutes, or College Policy, as currently enacted or as amended from time to
time, shall not be used as a basis for filing a notice of protest as described herein. Saturdays, Sundays, legal holidays and days during
which the college administration is closed shall be excluded in the computation of the seventy-two (72) consecutive hours. If the tenth
calendar day falls on a Saturday, Sunday, legal holiday or days during which the college administration is closed, the formal written protest
must be received on or before 5:00 p.m. of the next calendar day that is not a Saturday or Sunday, legal holiday or days during which the
college administration is closed. Section 120.57(3)(b), Florida Statutes, as currently enacted or as amended from time to time, states
that “The formal written protest shall state with particularity the facts and law upon which the protest is based”. Any person who files an
action protesting an intended decision shall post with the College, at the time of filing the formal written protect, a bond, payable to the
College, in an amount equal to one percent (1%) of the College's estimate of the total volume of the contract. The College shall provide
the estimated contract amount to the Vendor within seventy-two (72) hours, excluding Saturdays, Sundays and other days during which
the College administration is closed, of receipt of notice of intent to protest. The estimated contract amount shall be established on the
award recommendation as the "contract award amount". The estimated contract amount is not subject to protest pursuant to Section
120.57(3), Florida Statutes. The bond shall be conditioned upon the payment of all costs which may be adjudged against the protestant
in an Administrative Hearing in which the action is brought and in any subsequent appellate court proceeding. In lieu of a bond, the
College may accept a cashier's check, official bank check or money order in the amount of the bond. If, after completion of the
Administrative Hearing process and any appellate court proceedings, the College prevails, then the College shall recover all costs and
charges which shall be included in the Final Order or judgment, including charges made by the Division of Administrative Hearings, but
excluding attorney's fees. Upon payment of such costs and charges by the protestant, the bond shall be returned. If the protestant prevails,
then the protestant shall recover from the College all costs and charges which shall be included in the Final Order or judgment, excluding
attorney's fees.
Failure to file a notice of protest or to file a formal written protest within the time prescribed shall constitute a waiver of proceedings under
Chapter 120, Florida Statutes. Notices of protest, formal written protests, and the required bonds, shall be filed at Broward College,
Procurement Services Department, 6400 NW 6th Way, Fort Lauderdale, Florida 33309. Fax filing will not be acceptable for the filing of
bonds.
63. CONE OF SILENCE: Any respondent or a lobbyist for a respondent is prohibited from having any communication concerning this
solicitation or any response with any member of the College District Board of Trustees, the College President, or any other College
employee after the release of this solicitation and prior to the contract being awarded with the exception of communications with the office
of the Associate Vice-President for Business Services & Resource Management, unless so notified by the Procurement Services
Department. A proposal from any vendor will be disqualified when the respondent or a lobbyist for the respondent violates this condition
of the solicitation. No verbal or written information which is obtained other than by information in this document or by Addenda to this
solicitation shall be binding on the College.
64. PUBLIC RECORDS: Pursuant to Section 119.0701, Florida Statutes, any party contracting with Broward College is required to (a) keep
and maintain available for public inspection any records that pertain to services rendered under this Agreement; (b) provide the public
with access to public records on the same term and conditions that Broward College would provide such records and at a cost that does
not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law; (c) ensure that public records that are
exempt or confidential and except from public record disclosure requirements are not disclosed except as authorized by law; and (d) meet
all requirement for retaining public records and transfer, at no cost, to Broward College all public records in that party’s possession upon
termination of its contract with Broward College and destroy any duplicate public records that are exempt or confidential and exempt from
public records disclosure requirement. All of such party’s records stored electronically must be provided to Broward College in a format
that is compatible with Broward College’s information technology system. Each Party shall maintain its own respective records and
documents associated with this Agreement in accordance with the records retention requirements applicable to public records. Each
Party shall be responsible for compliance with any public documents request served upon it pursuant to Section 119.07, Florida Statutes,
and any resultant award of attorney’s fees for non-compliance with that law. Each party acknowledge that this Agreement and all
attachments thereto are public records and do not constitute trade secrets.
RFP-2024-082-OA – STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES
Page 33 of 33
65. FLORIDA STATUTE 283.35 PREFERENCE GIVEN PRINTING WITHIN THE STATE: When awarding a contract to have materials
printed, the agency, university, college, school district, or other political subdivision of this state awarding the contract shall grant a
preference to the lowest responsible and responsive vendor having a principal place of business within this state. The preference shall
be five percent (5%) if the lowest bid is submitted by a vendor whose principal place of business is located outside the state and if the
printing can be performed in this state at a level of quality comparable to that obtainable from the Vendor submitting the lowest bid located
outside the state. As used in this section, the term “other political subdivision of this state” does not include counties or municipalities.
66. FLORIDA STATUTE 287.084 PREFERENCE TO FLORIDA BUSINESSES: (1)(a) When an agency, university, college, school district,
or other political subdivision of the state is required to make purchases of personal property through competitive solicitation and the lowest
responsible and responsive bid, proposal, or reply is by a vendor whose principal place of business is in a state or political subdivision
thereof which grants a preference for the purchase of such personal property to a person whose principal place of business is in such
state, then the agency, university, college, school district, or other political subdivision of this state shall award a preference to the lowest
responsible and responsive vendor having a principal place of business within this state, which preference is equal to the preference
granted by the state or political subdivision thereof in which the lowest responsible and responsive vendor has its principal place of
business. In a competitive solicitation in which the lowest bid is submitted by a vendor whose principal place of business is located outside
the state and that state does not grant a preference in competitive solicitation to vendors having a principal place of business in that state,
the preference to the lowest responsible and responsive vendor having a principal place of business in this state shall be five percent
(5%).
(b) Paragraph (a) does not apply to transportation projects for which federal aid funds are available.
(c) As used in this section, the term “other political subdivision of this state” does not include counties or municipalities.
(2) A vendor whose principal place of business is outside this state must accompany any written bid, proposal, or reply documents
with a written opinion of an attorney at law licensed to practice law in that foreign state, as to the preferences, if any or none,
granted by the law of that state to its own business entities whose principal places of business are in that foreign state in the
letting of any or all public contracts.
(3)(a) A vendor whose principal place of business is in this state may not be precluded from being an authorized reseller of information
technology commodities of a state contractor as long as the vendor demonstrates that it employs an internationally recognized
quality management system, such as ISO 9001 or its equivalent, and provides a warranty on the information technology
commodities which is, at a minimum, of equal scope and length as that of the contract.
(b) This subsection applies to any renewal of any state contract executed on or after July 1, 2012.
(REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK)
*** ATTACHMENT C – SAMPLE CONTRACT ***
(REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK)
BROWARD COLLEGE
SAMPLE CONTRACT
RFP-2024-082-OA
ATTACHMENT C
Page 1 of 10 Contract for Services SBL 10/15/2021
CONTRACT FOR SERVICES
TERMS AND CONDITIONS
This contract for services (“Contract”) is entered into as of _________________ 20___ between
the District Board of Trustees of Broward College, Florida (“College”)_________________ and
____________________________(“Vendor”) (collectively, the “Parties”), will be in effect until
____________________________ (“Contract”).
1. INVOICES AND PAYMENTS.
A copy of all invoices (including an itemization of the date, hours expended, and description of the
deliverable) shall be sent to the attention of ________________________________________.
Invoices may be submitted via email, facsimile or U.S. mail. The time at which payment will be
due from the College will be approximately thirty (30) days from receipt of an undisputed invoice,
acceptance of deliverables, and upon satisfaction of the College conditions that are detailed herein.
2. INDEMNIFICATION.
For value received, the Vendor shall indemnify and hold the College, its officers, directors, board
of trustees, agents, assigns, and employees harmless from liabilities, damages, losses and costs,
including, but not limited to reasonable attorneys’ fees, to the extent caused by the negligence,
recklessness or intentionally wrongful conduct of the Vendor and other persons employed or utilized
by the Vendor in the performance of the Contract. The Vendor further acknowledges that it is solely
responsible for ensuring its compliance and the compliance of its subcontractors, suppliers, agents,
assigns, invitees and employees with the terms of this Contract. This paragraph shall survive the
expiration or termination of this Contract.
3. INDEMNIFICATION FOR INFRINGEMENT OF ANY INTELLECTUAL PROPERTY
CLAIMS.
For value received, the Vendor shall indemnify and hold the College, its officers, directors, board
of trustees, agents, assigns, and employees harmless from liabilities, damages, losses and costs,
including, but not limited to reasonable attorneys’ fees for any claim or lawsuit brought alleging
infringement of any intellectual property right associated with Vendor’s performance under this
Contract, including its use, development or provision of any software, books, articles or any other
materials (“Materials”). Vendor warrants that the materials are owned by or licensed to the
Vendor. Vendor is solely responsible for ensuring its compliance and the compliance of its
subcontractors, suppliers, agents, assigns, invitees and employees with the terms of this Contract.
This paragraph shall survive the expiration or termination of this Contract.
Page 2 of 10 Contract for Services SBL 10/15/2021
4. TERMINATION FOR DEFAULT.
A “material breach” of this Contract is defined as any substantial, unexcused non-performance by
failing to perform an act that is an important part of the transaction or performing an act
inconsistent with the terms and conditions of the Contract. If the Vendor materially fails to fulfill
its obligations under this Contract, the College will provide written notice of the deficiency by
forwarding a Cure Notice citing the specific nature of the material breach. The Vendor shall have
thirty (30) days to cure the breach. If the Vendor fails to cure the breach within the thirty (30) day
period, the College may immediately terminate this Contract, in addition to exercising whatever
legal and/or equitable remedies it chooses regarding Vendor’s breach of contract.
5. TERMINATION FOR CONVENIENCE.
The College may terminate this Contract with or without cause at any time for convenience upon 30
calendar days’ prior written notice to the Vendor. In the event of termination for convenience, the
College shall compensate the Vendor for all authorized and accepted deliverables and/or services
completed through the date of termination in accordance with the Statement of Work, which is
attached hereto and incorporated herein as Exhibit “A.” The College shall be relieved of any and all
future obligations hereunder, including but not limited to lost profits and consequential damages,
under this Contract. The College may withhold all payments to the Vendor for such work until such
time as the College determines the exact amount due to the Vendor.
6. AUDIT.
The Vendor shall maintain all records, books and documents pertinent to the performance of this
Contract in accordance with generally accepted accounting principles consistently applied. The
College shall have inspection and audit rights to such records for a period of 3 years from final
payment under this Contract. Records relating to any legal disputes arising from performance
under this Contract shall be made available until final disposition of the legal dispute. If the audit
reveals that Vendor owes the College any funds, Vendor shall pay for the audit and return all funds
to the College immediately.
7. NONDISCRIMINATION.
The Vendor hereby assures that no person shall be excluded on the grounds of race, color, religion,
national origin, disability, age gender, marital status, sexual orientation or any other basis
prohibited by law from participation in, denied the benefits of, or otherwise be subjected to
discrimination in any activity hereunder. The Vendor shall take all measures necessary to
effectuate these assurances.
8. STATE OF FLORIDA PUBLIC ENTITY CONTRACTING PROHIBITIONS.
The Vendor represents, warrants and covenants that it is not currently and, throughout the term of
this Contract, shall not be ineligible for the award of this Contract under Sections 287.133, 287.134
and 287.135, Florida Statutes. The Vendor understands and accepts that this Contract maybe void,
voidable or subject to immediate termination by the College if the representation, warranty and
covenant set forth above is violated. The College, in the event of such termination, shall not incur any
liability to the Vendor for any work or materials furnished.
Page 3 of 10 Contract for Services SBL 10/15/2021
9. PUBLIC RECORDS/REQUEST FOR CONTRACTOR RECORDS.
The Vendor shall allow public access to all project documents and materials in accordance with the
provisions of Chapter 119, Florida Statutes. Should the Vendor assert any exemptions to the
requirements of Chapter 119 and related statutes, the burden of establishing such exemption, by way
of injunctive or other relief as provided by law, shall be upon the Vendor and Vendor shall bear all
costs and fees related to the same.
If the Vendor meets the definition of “contractor” under Section 119.0701, Florida Statutes, in addition
to other contract requirements provided by law, the Vendor must comply with public records laws,
and shall:
(a) Keep and maintain public records required by the College to perform the service.
(b) Upon request from the College, provide the College with a copy of the requested records or
allow the records to be inspected or copied within a reasonable time at a cost that does not
exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law.
(c) Ensure that public records that are exempt or confidential and exempt from public records
disclosure requirements are not disclosed except as authorized by law for the duration of the
contract term and following completion of the contract if the Vendor does not transfer the
records to the College.
(d) Upon completion of the Contract, transfer, at no cost, to the College all public records in
possession of the Vendor or keep and maintain public records required by the College to
perform the service. If the Vendor transfers all public records to the College upon completion
of the Contract, the Vendor shall destroy any duplicate public records that are exempt or
confidential and exempt from public records disclosure requirements. If the Vendor keeps
and maintains public records upon completion of the contract, the Vendor shall meet all
applicable requirements for retaining public records. All records stored electronically must
be provided to the College, upon request from the College’s custodian of public records, in a
format that is compatible with the information technology systems of the College
(e) IF THE VENDOR HAS QUESTIONS REGARDING THE APPLICATION
OF CHAPTER 119, FLORIDA STATUTES, TO THE VENDOR’S DUTY TO
PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT,
CONTACT THE COLLEGE AT (954) 201-7639,
LEGALSERVICES@BROWARD.EDU, OR 111 EAST LAS OLAS
BOULEVARD, #523, FORT LAUDERDALE, FL 33301.
IN ADDITION, THE VENDOR ACKNOWLEDGES THAT THE COLLEGE
CANNOT AND WILL NOT PROVIDE LEGAL ADVICE OR BUSINESS ADVICE
TO THE VENDOR WITH RESPECT TO ITS OBLIGATIONS PURSUANT TO
THIS SECTION RELATED TO PUBLIC RECORDS. THE VENDOR FURTHER
ACKNOWLEDGES THAT IT WILL NOT RELY ON THE COLLEGE OR ITS
COUNSEL TO PROVIDE SUCH BUSINESS OR LEGAL ADVICE, AND THAT
THE VENDOR IS HEREBY ADVISED TO SEEK BUSINESS/LEGAL ADVICE
WITH REGARD TO PUBLIC RECORDS MATTERS ADDRESSED BY THIS
CONTRACT. THE VENDOR ACKNOWLEDGES THAT ITS FAILURE TO
Page 4 of 10 Contract for Services SBL 10/15/2021
COMPLY WITH FLORIDA LAW AND THIS CONTRACT WITH RESPECT TO
PUBLIC RECORDS SHALL CONSITUTE A MATERIAL BREACH OF THIS
CONTRACT AND GROUNDS FOR TERMINATION PURSUANT TO
PARAGRAPH 4.
10. NO WAIVER OF SOVEREIGN IMMUNITY.
Nothing contained herein shall be construed or interpreted as: (1) denying to either party any remedy
or defense available to such party under the laws of the State of Florida or the United States; (2) the
consent of the State of Florida or their respective officers, employees, servants, agents, agencies, or
public bodies corporate to be sued; or (3) a waiver of sovereign immunity of the State of Florida
beyond the waiver under Section 768.28, Florida Statutes. This section shall survive the termination
of all performance or obligations under this Contract and shall be fully binding until such time as any
proceeding brought on account of this Contract is barred by any applicable statute of limitations.
11. COLLEGE’S TAX EXEMPTION.
The Vendor shall not utilize the College’s tax exemption certificate number issued pursuant to Sales
and Use Tax Law, Chapter 212, Florida Statutes, when purchasing materials used to fulfill its
contractual obligations with the College. The Vendor shall be responsible and liable for the payment
of all applicable FICA/Social Security and other taxes resulting from this Contract.
12. ASSIGNMENT/GUARANTOR.
The Vendor shall not assign, delegate or otherwise transfer its rights and obligations as set forth in
this Contract without the prior written consent of the College. Any attempted assignment in violation
of this provision shall be null and void. The Vendor shall not pledge the College’s credit or make the
College a guarantor of payment or surety for any contract, debt, obligation, judgment, lien, or any
form of indebtedness. Pledging the College’s credit shall also be construed to include the use of
“factoring agents” or the practice of selling business accounts receivables to a third party at a discount
for the purpose of obtaining funding which is also expressly prohibited.
13. FORCE MAJEURE.
Notwithstanding any provisions of this Contract to the contrary, the Parties shall not be held liable for
any failure or delay in the performance of this Contract that arises from fires, floods, strikes,
embargoes, acts of the public enemy, unusually severe weather, outbreak of war, restraint of
government, riots, civil commotion, declared public health emergency restrictions, force majeure,
act of God, or for any other cause of the same character which is unavoidable through the exercise of
due care and beyond the control of the Parties. Failure to perform shall be excused during the
continuance of such circumstances, but this Contract shall otherwise remain in effect.
14. AMENDMENTS.
This Contract may be amended only when reduced to writing and signed by both Parties.
Page 5 of 10 Contract for Services SBL 10/15/2021
15. ENTIRE AGREEMENT.
This Contract states the entire understanding and agreement between the Parties and no course or
prior dealing, usage of the trade or extrinsic or parol evidence shall be relevant to supplement, vary
or explain any term used with respect to this Contract. The acceptance or acquiescence of any course
of performance rendered under this Contract shall not be construed as a waiver nor shall it be relevant
to define or vary any term stated herein. This Contract shall inure to the benefit of and shall be binding
upon the Parties, their respective assigns and successors in interest.
16. COMPLIANCE.
The Vendor, its employees, subcontractors or assigns shall comply with all applicable federal, state
and local laws and regulations relating to the performance of the Contract.
17. APPLICABLE LAW/VENUE.
The laws of the State of Florida shall govern all aspects of the Contract. In the event it is necessary
for either Party to initiate legal action regarding the Contract, venue for all claims shall be in
Broward County, Florida.
18. VENDOR NOT TO LIMIT WARRANTY.
The Vendor shall not limit or exclude any express or implied warranties and any attempt to do so shall
render this Contract void, at the option of the College. The Vendor warrants that the services comply
with the deliverables in the Statement of Work, and are expressly fit for their particular purpose, and
are in accordance with industry standards.
19. TERMS/PROVISIONS.
Should any term or provision of this Contract be held, to any extent, invalid or unenforceable, as
against any person, entity or circumstance during the term hereof, by force of any statute, law, or
ruling of any forum of competent jurisdiction, such invalidity shall not affect any other term or
provision of this Contract, and the Contract shall remain operable, enforceable and in full force and
effect to the extent permitted by law.
20. STATEMENT OF SERVICES.
The Vendor shall, to the satisfaction of the College, fully and timely perform all work items
described in the Statement of Work. As part of the services to be provided by the Vendor under
this Contract, the Vendor shall substantiate, in whatever form reasonably requested by the College,
the methodology, lab analyses, scientific theories, data, reference materials and research notes to
formulate its opinions. This requirement shall survive the expiration or termination of this
Contract. The Parties agree that time is of the essence in the performance of each and every
obligation hereunder. It is the Vendor’s responsibility to advise its employees or hired workers of the
nature of the project, as described in the Contract and the Statement of Work attached hereto. The
Vendor shall determine the method, details and means of performing the services, within the
parameters established by the Statement of Work. The College may provide additional guidance and
instructions to the Vendor’s employees or hired workers where necessary or appropriate as determined
by the College. The Vendor agrees to abide by any and all additional guidance and instructions.
Page 6 of 10 Contract for Services SBL 10/15/2021
21. COMPENSATION/CONSIDERATION.
The total consideration for all work required by the College pursuant to the Contract shall not exceed
the amount indicated in the Statement of Work. Should the Vendor incur any travel expenses, payment
for such travel will be in accordance with Section 112.061, Florida Statutes. The Vendor shall supply
the College with receipts and supporting documentation for all reimbursable travel expenses. The
Vendor, by executing the Contract, certifies to truth-in-negotiation, specifically, that wage rates and
other factual unit costs supporting the consideration are accurate, complete and current at the time of
contracting. If the total consideration for this Contract is subject to multi-year funding allocations,
funding for each applicable fiscal year of this Contract will be subject to College Board of Trustees
budgetary appropriation. In the event the College does not approve funding for any subsequent fiscal
year, this Contract shall terminate upon expenditure of the current funding, notwithstanding other
provisions in this Contract to the contrary. The College will notify the Vendor of the termination in
writing.
22. INSURANCE.
The insurance requirements in terms of types of insurance and the amount of insurance will vary
depending on the Statement of Work. The College will determine the amounts and types of insurance
required, if any, for the work performed. The Vendor shall procure and maintain, through the term of
this Contract, insurance coverage required by the College, each with a limit of not less than the
following:
A. Commercial General Liability
1. Each Occurrence $ _______________
2. Personal & Advertising Injury $ _______________
3. General Aggregate $ _______________
4. Products-Completed Operations $2,000,000
Policy must contain contractual liability coverage.
B. Automobile Liability $ _______________
Coverage required for all owned, non-owned and hired vehicles used in connection with this
Contract.
C. Worker's Compensation in accordance with Florida Statutory limits and Employer’s Liability
Insurance.
D. Professional Liability
1. Per Occurrence $ _______________
2. General Aggregate $ _______________
E. Cyber Liability $ _______________
F. Pollution Liability
1. Per Occurrence $ _______________
2. General Aggregate $ _______________
Coverage may be provided through a stand-alone Pollution Liability policy or added to the
Commercial General Liability policy through endorsement.
Page 7 of 10 Contract for Services SBL 10/15/2021
The coverage required shall extend to all employees and subcontractors of the Vendor. The Vendor
must provide a Certificate of Insurance completed in full, indicating the producer, insured, carrier’s
name, and Best rating, policy numbers and effective and expiration dates of each type of coverage
required. The Certificate of Insurance shall be signed by an authorized representative and shall
identify the College as an additional insured as required. No work is authorized until such time as
the College has received a Certificate of Insurance in compliance with the above requirements.
23. OWNERSHIP OF WORKS.
If the Contract involves the creation or development of works entitled to intellectual property
protection, such works shall be considered works for hire and ownership shall vest in the College.
For all other works created or developed by Vendor under this Contract for the benefit of College
which are either not eligible to be works for hire or are not eligible for intellectual property
protection, Vendor hereby grants to College a perpetual, non-transferable, exclusive right to use,
reproduce, perform, display, distribute copies and make derivative works of such works, as
applicable. For purposes hereof, works includes, but is not limited to, all documents, technical
reports, research notes, scientific data, computer programs, including the source and object code.
Any equipment purchased by the Vendor with College funding shall be returned and title
transferred from the Vendor to the College upon expiration or termination of the Contract.
24. COMPLIANCE/LICENSES.
The Vendor, its employees, subcontractors or assigns, shall obtain, at its own expense, all licenses,
permits and other authorizations necessary to comply with all applicable federal, state and local
laws and regulations relating to the performance of the Contract. The Vendor is also responsible
for compliance with all labor and employment laws as well as all Federal, State, and local
discrimination laws. The Vendor is solely responsible for compliance with all labor and tax laws
pertaining to its officers, agents, and Vendor employees and shall indemnify and hold the College
harmless from any failure by Vendor to comply with such laws and this indemnification obligation
shall survive the expiration or earlier termination of the Contract.
25. INDEPENDENT CONTRACTOR.
The Vendor shall be considered an independent contractor and nothing in this Contract shall be
interpreted to establish any relationship other than that of an independent contractor between the
Parties and their respective employees, agents, subcontractors or assigns, during or after the term of
the Contract. Both Parties are free to enter into contracts with other Parties for similar services. The
College assumes no duty with regard to the supervision of the Vendor and the Vendor shall remain
solely responsible for compliance with all safety requirements and for the safety of all persons and
property at the site of performance under the Contract. In the event the Vendor is a sole proprietor,
the Vendor is responsible for submitting legally required tax returns to the Federal Government.
26. DISPUTES.
In the event a dispute arises which the Vendor and the College cannot resolve between themselves,
the Parties shall have the option to submit to nonbinding mediation. The mediator or mediators shall
be impartial, shall be selected by the Parties and the cost of the mediation shall be borne equally by
the Parties. The mediation process shall be confidential to the extent permitted by law. Mediation
shall not occur unless both Parties agree in writing.
Page 8 of 10 Contract for Services SBL 10/15/2021
27. E-VERIFY.
If the Vendor meets the definition of “contractor” under Section 448.095, Florida Statutes, in
addition to other contract requirements provided by law, the Vendor shall register with and use the
E-Verify system operated by the United States Department of Homeland Security to verify the
work authorization status of all its employees hired during the term of this Agreement. The Vendor
shall also require all subcontractors performing work under this Agreement to use the E-Verify
system for any employees they may hire during the term of this Agreement. The Vendor must
provide evidence of compliance to the College as required under Section 448.095, Florida
Statutes. Failure to comply with this provision is a material breach of the Agreement, and the
College may terminate the Agreement at its sole discretion without liability. The Vendor shall be
liable for all costs incurred by the College resulting from the Vendor’s noncompliance with the
requirements of this section.
28. CHANGE IN PERSONNEL.
The College may at any time and at its sole discretion request that the Vendor replace any Vendor
personnel provided by the Vendor to work on this Contract if the College believes that it is in the best
interest of the College to do so. The College may, but will not be required to, provide a reason for
requesting the replacement of personnel. Such change in personnel shall be made immediately upon
the College’s written request for a change of personnel. The Vendor shall place the above language
in any contract that it has with subcontractors. The Vendor will enforce the replacement of
subcontractor personnel upon a request by the College.
29. BACKGROUND CHECKS.
This clause applies to long term Vendors working on site, including, but not limited to, Janitorial
Services, Food Services and Security. In addition, this clause applies to Vendors providing
childcare services, on site or off site. Vendor shall conduct thorough background checks for all
of the Vendor’s employees or hired workers who will be working on any College site. The
background checks shall consist of education verification, a national criminal check for state and
federal felonies and misdemeanors, and a check on immigration status in accordance with the
above provision titled “E-VERIFY.” After reviewing the results of the background check, the
Vendor shall determine whether the Vendor’s employee and/or hired worker meets the necessary
criteria for the position sought to be filled by the College. The College will rely on the Vendor’s
assessment of its employees’ or hired workers’ suitability to be hired for the position(s) sought to
be filled by the College, based on the background check conducted by the Vendor. Prior to
allowing any employees or hired workers to work on-site at College facilities, the Vendor will
provide written verification to the College that a complete background check, as described above,
was conducted for any such employee or hired worker. The Vendor will place the above language
in any contract that it has with its subcontractors and is responsible for enforcement of this provision.
Vendor who has long term onsite workers performing work at College facilities agrees to be
bound by the College policies and standards of conduct listed in the “Contractor Policy Code
Acknowledgement Form,” which is attached hereto and incorporated herein as Exhibit “B.”
30. ANNOUNCEMENTS AND PRESS STATEMENTS.
Page 9 of 10 Contract for Services SBL 10/15/2021
No party shall, except with prior written consent of the other party on each occasion, make any
press or media announcements concerning the Agreement or use the name, logos, or trademarks
of any other party, or any version, abbreviation, or representation of them, in any advertising or
other form of publicity or fundraising without the written permission of the party whose name,
logo, or trademark is sought for use. In the case of the College, permission must be granted by its
______________ or that position’s designee, and in the case of the other party, permission must
be granted by its ______________ or that position’s designee.
31. EMPLOYMENT BENEFITS.
Vendor expressly understands and agrees that Vendor, its officers, agents, and employees, are not
entitled to any employment benefits from the College.
32. STOP WORK ORDER.
The College may order that all or part of the work stop if circumstances dictate that this action is in
the College’s best interest. Such circumstances may include, but are not limited to, unexpected
technical developments, direction given by the College’s Board of Trustees, a condition of immediate
danger to the College, the Vendor or the public, or the possibility of damage to equipment or property.
This provision shall not shift responsibility for loss or damage, including but not limited to, lost profits
or consequential damages sustained as a result of such delay, from the Vendor to the College. If this
provision is invoked, the College shall notify the Vendor in writing to stop work as of a certain date
and specify the reasons for the action, which shall not be arbitrary or capricious. The Vendor shall
then be obligated to suspend all work efforts as of the effective date of the notice and until further
written direction from the College is received. If deemed appropriate by the College and in the event
work is resumed, the College may amend this Contract to reflect any changes to the Statement of
Work and/or the project schedule.
33. ADDITIONAL TERMS AND CONDITIONS.
Parties shall initial here if there are any changes, deletions and/or additions to the terms and
conditions and they are contained in Exhibit “C.”
College Vendor
FOR VENDOR USE ONLY
Vendor Name (type) Tax ID No.
Authorized
Representative Title
Address Telephone
Signature of Vendor Date
Attested By Name (type) Title
Page 10 of 10 Contract for Services SBL 10/15/2021
Signature of Attester Date Signed
FOR COLLEGE USE ONLY
Contract Originator Name Title
Signature Date
AVP/Dean Name Title
Signature Date
Campus President/VP Name Title
Signature Date
Senior Vice President Title
Signature Date
IF REQUIRED
College President Name
Signature Date
Approved as to Form and Legality
Signature Date
Board Chairperson Name
Signature Date
BROWARD COLLEGE
DRUG-FREE WORKPLACE CERTIFICATION
RFP-2024-082-OA
ATTACHMENT D
SWORN STATEMENT PURSUANT TO SECTION 287.087, FLORIDA STATUTES, AS CURRENTLY ENACTED OR AS AMENDED
FROM TIME TO TIME, ON PREFERENCE TO BUSINESSES WITH DRUG-FREE WORKPLACE PROGRAMS.
THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED
TO ADMINISTER OATHS.
This sworn statement is submitted to the College,
by_________________________________________________________________________________________________________
(Print individual’s name and title)
for _________________________________________________________________________________________________________
(Print name of entity submitting sworn statement)
whose business address is _____________________________________________________________________________________
___________________________________________________________________________________________________________
and (if applicable) its Federal Employer Identification Number (FEIN) is ___________________________________ (If the entity has no
FEIN, include the Social Security Number of the individual signing this sworn statement: __________________.) I certify that I have
established a drug-free workplace program and have complied with the following:
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’ 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 days after such conviction.
5. Will impose a sanction on, or require 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. Am making a good faith effort to continue to maintain a drug free workplace through implementation of this section.
____________________________________________
(Signature)
Sworn to and subscribed before me this ____________ day of ___________________, 20___.
Personally Known ____________________________________________________________________________________
OR Produced identification _________________________ Notary Public – State of _________________________________
_______________________________________________ My commission expires ________________________________
(Type of identification) _____________________ __________________________________________________________ (Printed, typed or stamped commissioned name of notary public)
FORM: #4530 3/93
*** ATTACHMENT E – NON-DISCLOSURE AGREEMENT ***
(REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK)
BROWARD COLLEGE
NON-DISCLOSURE AGREEMENT
RFP-2024-082-OA
ATTACHMENT E
Broward College Non-Disclosure Agreement Page 1 of 2
Non-Disclosure Agreement
1) Subject to Chapter 119, Florida Statutes and any and all other applicable laws, Receiving
Party and any person who reviews or has access to Information from Disclosing Party
hereunder shall safeguard the Information against disclosure by employing the same
means to protect the Information as that Party uses to protect its own non-public,
confidential, sensitive, or proprietary information, but in no event less than means
consistent with prudent industry practices for the protection and safeguarding of
confidential information. The Receiving party shall use the Information solely and
exclusively for purposes relating to the Project and any resulting design, and/or
construction of the Project (the “Purpose”), and no other purpose. Receiving Party shall
not itself, nor shall it permit its employees, contractors, consultants and/or agents to,
disclose to any person, corporation or other entity the Information without the prior written
consent of the Disclosing Party, provided, however, a Receiving Party may distribute the
Information to its officers, employees, agents and consultants and others who have a need
for such Information for the permitted Purpose. Prior to disclosure of the Information to
any individual, the Receiving Party shall ensure that the individual is informed of the
terms, conditions and requirements of this Agreement and shall ensure that the recipient
complies with the terms of this Agreement as if the recipient were a party to this
Agreement. The Receiving Party shall immediately inform the Disclosing Party of any
unauthorized access to, disclosure or use of Confidential Information and any other breach
by the Receiving Party of its obligations and covenants hereunder, and the Receiving Party
at no cost to the Disclosing Party shall cooperate with and support efforts of the Disclosing
Party to address such unauthorized access disclosure or use or other breach. In the event
that the Receiving Party or any recipient becomes obligated or compelled (by deposition,
interrogatory, request for documents, subpoena, civil investigative demand or similar
process) to disclose any of the Information of the Disclosing Party, the Receiving Party
shall give the Disclosing Party prompt prior written notice of such requirement and shall
cooperate with the Disclosing Party at no cost to the Disclosing Party in efforts to seek a
protective order or other appropriate remedy which prevents, restricts, limits, conditions
or otherwise limits the disclosure of the Information. The Receiving Party shall return to
the Disclosing Party upon the Disclosing Party's written request therefor any or all of the
Information disclosed by the Disclosing Party as well as any documents containing
Information, such as notes, summaries, extracts and other such documents, regardless of
the medium in which the documents are created, stored, retrieved or accessed. Disclosing
Party is not obligated to disclose any Information. No right, title, interest or license is
granted to Receiving Party in relation to the Information except as expressly set out in this
Agreement. Disclosing Party makes no representation or warranty, express or implied,
with respect to the truth, accuracy, completeness or reasonableness of the Information or
its suitability for any purpose or use. Receiving Party and Disclosing Party each
acknowledge that damages would not be an adequate remedy for breach of this Agreement
Broward College Non-Disclosure Agreement Page 2 of 2
and the non-breaching party is entitled to the remedy of injunction, specific performance
and other equitable relief for a threatened or actual breach of this Agreement. Disclosing
Party shall be entitled to recover, in addition to any other remedy or relief, an award of
attorneys’ fees incurred in connection with the enforcement or interpretation of this
Agreement.
2) Additionally, without limiting the general requirements under this Agreement for the parties
to comply with applicable laws, to the extent applicable to each party and/or its operations,
each party shall comply with (a) all regulations promulgated by the Office of Foreign Assets
Control, Department of the Treasury; (b) the International Emergency Economic Powers Act,
50 U.S.C. Section 1701 et seq., (c) the Trading with the Enemy Act, 50 U.S.C. App. I et seq.;
and (d) the September 24, 2001 Executive Order Blocking Property and Prohibiting
Transactions with Persons Who Commit, Threaten to Commit, or Support Terrorism and laws
which replace any such laws if any such laws are repealed or modified (collectively, the
"OFAC Laws").”
3) Any Architectural documents provided to the Contracted Party, by the Owner, are
informational in quality. The Owner does NOT guarantee the full accuracy of these
documents at the time they are provided to the Contracted Party.
The Contracted party is responsible for field verifying any information related to the work
they are contracted to perform.
RECEIVING PARTY:
Signature
Name
Title
Date
BROWARD COLLEGE
PUBLIC ENTITY CRIMES STATEMENT
RFP-2024-082-OA
ATTACHMENT F
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 a 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 thirty
six (36) months from the date of being placed on the convicted vendor list. See Section 287.133(2) (a), Florida
Statutes.
A “public entity crime” means a violation of any state or federal law by a person with respect to and directly related
to the transaction of business with any public entity or with an agency or political subdivision of any other state or
with the United States, including, but not limited to, any bid or contract for goods or services, any lease for real
property, or any contract for the construction or repair of a public building or public work, involving antitrust, fraud,
theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. See Section 287.133(1) (g),
Florida Statutes.
“Convicted” means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt,
in any federal or state trial court of record relating to charges brought by indictment or information after July 1,
1989, as a result of a jury verdict, non-jury trial, or entry of a plea of guilty or nolo contender. See Section
287.133(1) (c), Florida Statutes.
An “affiliate” means (1) a predecessor or successor of a person convicted of a public entity crime; or (2) an entity
under the control of any natural person who is active in the management of the entity and who has been convicted
of a public entity crime. The term “affiliate” includes those officers, directors, executives, partners, shareholders,
employees, members, and agents who are active in the management of an affiliate. The ownership by one person
of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons
when not for fair market value under an arm’s length agreement, shall be a prima facie case that one person
controls another person. A person who knowingly enters into a joint venture with a person who has been convicted
of a public entity crime in Florida during the preceding thirty-six (36) months shall be considered an affiliate. See
Section 287.133(1) (a), Florida Statutes.
The Proposal hereby certifies that (1) it and its affiliates have not been placed on the convicted vendor list
within the past thirty six (36) months; or (2) any listing of the Proposal or any of its affiliates on the
convicted vendor list has been removed pursuant to Section 287.133(3) (f), Florida Statutes. If the
Applicant or an affiliate has been removed from the convicted vendor list pursuant to Section 287.133(3)
(f), Florida Statutes, the name of the convicted Applicant or affiliate is as follows
State Name of Convicted Applicant or Affiliate or N/A Here
Name of Company: _________________________________________________________________________
Address of Company: ______________________________________________________________________
Signature for the Company: _________________________________________________________________
Title of Person Signing for the Company: _______________________________________________________
Signature of Witness: _______________________________________________________________________
Witness’ Relationship to the Company: ________________________________________________________
State of ___________________)
) ss.
County of __________________)
________________________________________ being first duly sworn, deposes and says t
(5) (1) He/she is the
___________________________________________________________________________
(Owner, Partner, Officer, Representative or Agent)
of ________________________________________________________, the Proposer that has submitted
the attached proposal;
(2) He/she is fully informed respecting the preparation and contents of the attached Bid and of all pertinent
circumstances respecting such Proposal;
(3) Such Bid is genuine and is not a collusive or sham Proposal;
(4) Neither the said Proposer nor any of its officers, partners, owners, agents, representatives, employees or
parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or
indirectly, with any other Proposer, company, or person to submit a collusive or sham Proposal in connection
with the Work for which the attached Proposal has been submitted; or to refrain from bidding in connection
with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or
communication, or conference with any Proposer, company, or person to fix the price or prices in the attached
Proposal or of any other Proposer, or to fix any overhead, profit, or cost elements of the Proposal price or the
Proposal price of any other Proposer, or to secure through any collusion, conspiracy, connivance, or unlawful
agreement any advantage against (Recipient), or any person interested in the proposed Work;
(5) The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion,
conspiracy, connivance, or unlawful agreement on the part of the Proposer or any other of its agents,
representatives, owners, employees or parties in interest, including this affiant.
(Non-Collusion Affidavit continued on next page…)
BROWARD COLLEGE
NON-COLLUSION AFFIDAVIT
RFP-2024-082-OA
ATTACHMENT G
(… continued from previous page, Non-Collusion Affidavit)
Signed, sealed and delivered in the presence of:
_______________________________ By: _______________________________
_______________________________ _______________________________
(Printed Name)
_______________________________
(Title)
ACKNOWLEDGMENT
State of Florida
County of ___________________
On this the _____ day of ________________, 2020, before me, the undersigned
Notary Public of the State of Florida, personally appeared ___________________________________________
Name(s) of individuals(s)
and whose name(s) is/are Subscribed to the within instrument, and he/she/they acknowledge that he/she/they
executed it.
WITNESS my hand
and official seal _____________________________________________________
NOTARY PUBLIC, STATE OF FLORIDA
NOTARY PUBLIC
SEAL OF OFFICE: _____________________________________________________
(Name of Notary Public: Print, Stamp
or Type as Commissioned.)
Personally known to me, or
Produced identification:
_____________________________________________________
(Type of Identification Produced)
DID take an oath, or
_________________________________________________________________________________________
DID NOT take an o_____
OPTIONAL INFORMATION:
Type of Document: ___________________________________
Number of Pages: ___________________________________
Number of Signatures Notarized: ________________________
VENDOR CONFLICT OF INTEREST: The award of this solicitation is subject to the provisions of
Chapter 112, Florida Statutes, as currently enacted or as amended from time to time. All Proposers
must disclose with their proposal the name of any officer, director or agent who is also an employee
of the College. All Proposers must disclose in their response the name of any officer, director,
employee or agent of company who is also an employee of the College or an immediate family
member of an employee of College. If there are none, check NO below.
Have Conflict of Interest: YES or NO (check)
YES NO
If YES, please explain below:
_____________________________________________________________________________________________
_____________________________________________________________________________________________
_____________________________________________________________________________________________
_____________________________________________________________________________________________
_____________________________________________________________________________________________
PROPOSER’S COMPANY NAME: _____________________________________
Print Name and Title: ________________________________________________
Signature: ________________________________________________________
BROWARD COLLEGE
VENDOR CONFLICT OF INTEREST FORM
RFP-2024-082-OA
ATTACHMENT H
*** See ATTACHMENT I – PERFORMANCE EVALUATION
SURVEY FORM on DemandStar ***
See separate PDF document in DemandStar
(REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK)
BROWARD COLLEGE
PERFORMANCE EVALUATION SURVEY FORM
RFP-2024-082-OA
ATTACHMENT I
RFP-2024-082-OA - STORM DRAIN CLEANING, REPAIRS AND
MAINTENANCE SERVICES
ATTACHMENT I - PERFORMANCE EVALUATION SURVEY FORM
Please email this form to Orlando Aponte at oaponte@broward.edu once completed in PDF format
prior to 2:30 p.m. ET on: Wednesday, July 31, 2024
This form is to be completed by the organization providing the reference only.
Name of Company (Respondent to this RFP)
on which reference is being provided:
Company providing reference:
Address of company providing reference:
Name/title of person providing reference:
Phone number of person providing
reference:
Email address of person providing
reference:
Date(s) of Service:
Annual Aggregate Dollar Amount and/or
Dollar Amount of Service
Please evaluate and rate the performance of the company noted above (the Proposer to this RFP),
using the following ratings scale:
0 = Do Not Hire (our company would not hire them again)
1 = Poor (does not meet minimum standards)
2 = Fair (barely meets minimum standards)
3 = Average (meets minimum standards)
4 = Good (meets defined minimum requirements and occasionally exceeds your expectations)
5 = Excellent or Outstanding (always exceed your expectations)
Insert YOUR
RATINGS in
this column
1.QUALITY OF SERVICE/PROJECT/PRODUCT: Did they perform service and provide
project/product as specified and/or as proposed? Please rate.
2.PERSONNEL: Regarding the performance and workmanship of company personnel. Please
rate.
3.TIMELINESS/RESPONSIVENESS: Was the company’s timeliness and responsiveness
satisfactory to your entity’s needs? Please rate.
4.OVERALL PERFORMANCE: Was company willing to and/or did they go above and beyond
project requirements, i.e., within reason, without altering specification? Please rate.
5.CUSTOMER SERVICE: If problems were caused or encountered, were they addressed and
resolved promptly? Please rate customer service.
6.DEADLINES/MILESTONES/BUDGET: Was the company able to meet service delivery
schedule and/or perform service to meet established deadlines/milestones/budget? Please rate.
7.ABILITY TO PERFORM: Did the company have technical expertise, facilities, and equipment
to perform as specified? Please rate.
8.YEARLY CONTRACTS: If performing a yearly term contract, was the company able to
adequately manage for the duration? Please rate yearly contract performance.
9.INTERACTION: Did their company representative work well with your entity’s staff in
providing these services or in performing yearly continuing contract? Please rate.
10. FUTURE PROJECTS: Most importantly, would you use this firm again? Yes? No?
Comments?
COMMENTS: Are there any additional comments you would like to add?
____________________________________________________________________________________________
____________________________________________________________________________________________
____________________________________________________________________________________________
STATEMENT OF “NO” RESPONSE
If your company will not be submitting a proposal to this Request for Proposals (RFP), please complete this
Statement of “No” Response Sheet and return, prior to the Reply Due Date established within, to Orlando Aponte
at:
BROWARD COLLEGE
Procurement Services Department
oaponte@broward.edu
This information will help the College in the preparation of future solicitations.
RFP Number: _____________________________________________________________________________
Title: _____________________________________________________________________________________
Company Name: ___________________________________________________________________________
Contact: __________________________________________________________________________________
Address:
_________________________________________________________________________________________
_________________________________________________________________________________________
Telephone:______________________________________ Fax: ______________________________________
Comments:
_________________________________________________________________________________________
_________________________________________________________________________________________
_________________________________________________________________________________________
Signature: ______________________________________________ Date: _____________________________
BROWARD COLLEGE
STATEMENT OF NO RESPONSE
RFP-2024-082-OA
ATTACHMENT J
√ Reasons for “NO” Response:
Unable to comply with product or service specifications.
Unable to comply with scope of work.
Unable to quote on all items in the group.
Insufficient time to respond to the solicitation.
Unable to hold prices firm through the term of the contract period.
Our schedule would not permit us to perform.
Unable to meet delivery requirements.
Unable to meet bond requirements.
Unable to meet insurance requirements.
Other (Specify below)
Page 1 of 2
PROCUREMENT SERVICES
Cypress Creek Administrative Center
6400 NW 6th Way, Fort Lauderdale, FL 33309
Phone 954-201-7455/Fax 954-201-7330
ADDENDUM No. 1
SOLICITATION No.: RFP-2024-082-OA
SOLICITATION TITLE: STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES
DATE: July 8, 2024
This Addendum is being issued to clarify and/or revise the solicitation documents, virtual solicitation conference
meeting clarifications, and/or solicitation specifications. This Addendum modifies, supplements, and/or replaces
information in the REQUEST FOR PROPOSALS (RFP) titled STORM DRAIN CLEANING, REPAIRS AND
MAINTENANCE SERVICES (RFP-2024-082-OA), and is hereby made part of the original solicitation documents.
Unless specifically modified by this Addendum, the previously issued documents remain unchanged and in the
event of a conflict between this Addendum and previously issued documents, this Addendum shall prevail.
REVISIONS TO SOLICITATION
1. RESPONSES TO QUESTIONS AND REQUESTS FOR INFORMATION FOR RFP
Q1 What is the Engineer’s Annual Estimate?
R1 Approximately $70,000 per year.
Q2 Is a bid bond required?
R2 No.
Q3 Will there be multiple bidders awarded?
R3 To be determined by the College’s Evaluation Committee.
Q4 Is the contractor required to bid on every line item?
R4 Yes.
Q5 Please provide the previous contract’s itemized bid tabulation for this same type of project.
R5 Refer to ATTACHMENT A1A – BID TABULATION – RFP-2018-167-EH and ATTACHMENT A1B –
AMENDMENT 2 – RFP-2018-167-EH.
Q6 Is a bid bond required?
R6 Refer to R2.
Q7 Can you provide the detailed, line-item bid tabulation for the last bid project that resulted in a
contract with Shenandoah?
R7 Refer to R5.
RFP-2024-082-OA – STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES
ADDENDUM No. 1
Page 2 of 2
Q8 Can you provide the quantities utilized for the current services contract with Shenandoah over the
past 24 months?
R8 No.
Q9 Can you provide the billings from Shenandoah over the past 24 months?
R9 No.
Q10 Please provide site maps for the project.
R10 Refer to https://www.broward.edu/about/locations/, as services can be provided at Broward College’s
campuses, centers, and facilites on an as-needed basis.
2. ATTACHMENTS
-ATTACHMENT A1A – BID TABULATION – RFP-2018-167-EH
-ATTACHMENT A1B – AMENDMENT 2 – RFP-2018-167-EH
*******************************************************************************************************************************
Addenda should be returned with the response. Failure to do so may disqualify your response. Please sign below
to verify that you have read and understand this addendum.
Signature and Print Name Title
Company Name Date
“Failure to file a protest within the time prescribed in Section 120.57(3), Florida Statutes, or failure to post the bond or other
security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under chapter
120, Florida Statutes.”
PRICES TABULATION
Broward College RFP-2018-167-EH
Storm Drain Cleaning, Repairs and Maintenance
ITEM DESCRIPTION UNIT HINTERLAND SHENANDOAH TV DIVERSIFIED
TV Viewing
%x1 %x1 %x1
1 Storm Drain {Video Camera) Observation 0 - 48" Log/Written Report Linear Ft $8.00 $6.00 $2.50
2 Storm Drain {Video Camera) Observation 49" - 72" Log/Written Report Linear Ft $10.00 $20.00 $3.00
3 Cleaning Box Culverts of Debris and Bituminous Materials Removed Per Ft $100.00 $30.00 $1.00
Plug Installation & Removal {Includes Minimum Weekly Rental) for:
4 O" to 12" Cross/Side Drain or Equivalent Elliptical Circumference Week Week $400.00 $1.00 $165.00
5 15" to 30" Cross/Side Drain or Equivalent Elliptical Circumference Week Week $600.00 $5.00 $665.00
6 36" to 42" Cross/Side Drain or Equivalent Elliptical Circumference Week Week $1,400.00 $10.00 $660.00
7 48" to 60" Cross/Side Drain or Equivalent Elliptical Circumference Week Week $3,000.00 $15.00 $985.00
8 72" to 96" Cross/Side Drain or Equivalent Elliptical Circumference Week Week $4,500.00 $25.00 $2,190.00
Pumping
9 4"hydraulic Pump (with up to 1000' of discharge hose) Hours $75.00 $25.00 $205.00
10 6"hydraulic Pump (with up to 1000' of discharge hose)Hours $75.00 $35.00 $213.00
11 8"hydraulic Pump (with up to 1000' of discharge hose) Hours $85.00 $40.00 $292.00
GENERAL MAINTENANCE AND REPAIRS
Slip Lining or Equivalent Elliptical Circumference with HDPE Smooth Wall Fused Pipe
12 Slip Lining 15" Pipe Linear Ft $50.00 $67.00 $200.00
13 Slip Lining 18" Pipe Linear Ft $50.00 $75.00 $300.00
14 Slip Lining 24" Pipe Linear Ft $60.00 $80.00 $400.00
15 Slip Lining 30" Pipe Linear Ft $90.00 $95.00 $500.00
16 Slip Lining 36" Pipe Linear Ft $130.00 $130.00 $600.00
17 Slip Lining 42" Pipe Linear Ft $150.00 $182.00 $700.00
18 Slip Lining 48" Pipe Linear Ft $220.00 $305.00 $800.00
19 Slip Lining 54" Pipe Linear Ft $230.00 $322.00 $900.00
20 Slip Lining 60" Pipe Linear Ft $255.00 $370.00 $1,000.00
21 CIPP 15" Pipe 15 x 6.7 mm {Buria l Depth is 0-6') Linear Ft $50.00 $70.00 $38.50
22 CIPP 15" Pipe 15 x 8.2 mm {Burial Depth is 6-12') Linear Ft $55.00 $75.00 $40.50
Page 1 of 5
ATTACHMENT A1A - RFP-2024-082-OA
PRICES TABULATION
Broward College RFP-2018-167-EH
Storm Drain Cleaning, Repairs and Maintenance
ITEM DESCRIPTION UNIT HINTERLAND SHENANDOAH TV DIVERSIFIED
23 CIPP 18" Pipe x 8.1 mm (Burial Depth is 0-6')Linear Ft $65.00 $82.00 $48.50
24 CIPP 18" Pipe x 9.7 mm (Burial Depth is 6-12')Linear Ft $70.00 $85.00 $51.50
25 CIPP 24" Pipe x 10.1 mm (Burial Depth is 0-6')Linear Ft $85.00 $96.00 $73.25
26 CIPP 24" Pipe x 12.4 mm (Burial Depth is 6-12')Linear Ft $90.00 $105.00 $76.25
27 CIPP 30" Pipe x 13.5 mm (Burial Depth is 0-6')Linear Ft $110.00 $121.00 $98.00
28 CIPP 30" Pipe x 15.4 mm (Burial Depth is 6-12')Linear Ft $115.00 $126.00 $100.00
29 CIPP 36" Pipe x 17.2 mm (Burial Depth is 0-6')Linear Ft $130.00 $146.00 $135.00
30 CIPP 36" Pipe x 18.1 mm (Burial Depth is 6-12')Linear Ft $140.00 $162.00 $138.00
31 CIPP 42" Pipe x 20.9 mm (Burial Depth is 0-6')Linear Ft $200.00 $210.00 $163.50
32 CIPP 42" Pipe x 20.6 mm (Burial Depth is 6-12')Linear Ft $220.00 $210.00 $165.00
33 CIPP 48" Pipe x 25.2 mm (Burial Depth is 0-6')Linear Ft $225.00 $258.00 $206.50
34 CIPP 48" Pipe x 22.6 mm (Burial Depth is 6-12')Linear Ft $250.00 $259.00 $210.00
35 CIPP 54" Pipe x 28.2 mm (Burial Depth is 0-6')Linear Ft $370.00 $431.00 $262.00
36 CIPP 54" Pipe x 24.7 mm (Burial Depth is 6-12')Linear Ft $390.00 $431.25 $265.00
37 CIPP 60" Pipe x 30.3 mm (Burial Depth is 0-6')Linear Ft $490.00 $573.00 $309.00
38 CIPP 60" Pipe x 27.3 mm (Burial Depth is 6-12')Linear Ft $500.00 $550.00 $312.00
39 CIPP 66" Pipe x 31.6 mm (Burial Depth is 0-6')Linear Ft $600.00 $671.00 $385.00
40 CIPP 66" Pipe x 29.1 mm (Burial Depth is 6-12')Linear Ft $600.00 $661.00 $388.00
41 CIPP 72" Pipe x 30.4 mm Linear Ft Linear Ft $740.00 $772.00 $530.00
42 CIPP 84" Pipe x 35.5 mm Linear Ft Linear Ft $800.00 $895.00 $662.00
43 CIPP 96" Pipe x 40.6 mm Linear Ft Linear Ft $850.00 $1,100.00 $825.00
PIPE CLEANING
Pipe Cleaning and Sediment removal (Light Cleaning)
44 Cleaning and Sediment Removal 15" Pipe Linear Ft $0.50 $0.50 $2.50
45 Cleaning and Sediment Removal 18" Pipe Linear Ft $0.50 $0.75 $2.50
46 Cleaning and Sediment Removal 24" Pipe Linear Ft $1.00 $1.00 $3.00
47 Cleaning and Sediment Removal 30" Pipe Linear Ft $2.00 $1.25 $4.00
48 Cleaning and Sediment Removal 36" Pipe Linear Ft $2.00 $1.50 $4.00
49 Cleaning and Sediment Removal 42" Pipe Linear Ft $3.00 $2.00 $4.00
50 Cleaning and Sediment Removal 48" Pipe Linear Ft $5.00 $2.50 $8.00
Page 2 of 5
PRICES TABULATION
Broward College RFP-2018-167-EH
Storm Drain Cleaning, Repairs and Maintenance
ITEM DESCRIPTION UNIT HINTERLAND SHENANDOAH TV DIVERSIFIED
51 Cleaning and Sediment Removal 54" Pipe Linear Ft $5.00 $2.75 $8.00
52 Cleaning and Sediment Removal 60" Pipe Linear Ft $7.00 $3.00 $11.00
53 Cleaning and Sediment Removal 66" Pipe Linear Ft $8.00 $4.00 $12.00
54 Cleaning and Sediment Removal 72" Pipe Linear Ft $8.00 $5.00 $13.00
55 Cleaning and Sediment Removal 84" Pipe Linear Ft $12.00 $6.00 $14.00
56 Cleaning and Sediment Removal 96" Pipe Linear Ft $15.00 $7.00 $15.00
Pipe Cleaning and Sediment Removel (Medium Cleaning)
57 Cleaning and Sediment Removal 15" Pipe Linear Ft $2.00 $1.00 $4.00
58 Cleaning and Sediment Removal 18" Pipe Linear Ft $2.00 $1.25 $4.00
59 Cleaning and Sediment Removal 24" Pipe Linear Ft $2.00 $1.50 $6.00
60 Cleaning and Sediment Removal 30" Pipe Linear Ft $2.00 $2.00 $8.00
61 Cleaning and Sediment Removal 36" Pipe Linear Ft $4.00 $2.50 $8.00
62 Cleaning and Sediment Remova l 42" Pipe Linear Ft $4.00 $3.25 $8.00
63 Cleaning and Sediment Removal 48" Pipe Linear Ft $4.00 $3.50 $12.00
64 Cleaning and Sediment Removal 54" Pipe Linear Ft $6.00 $4.00 $12.00
65 Cleaning and Sediment Removal 60" Pipe Linear Ft $8.00 $7.00 $14.00
66 Cleaning and Sediment Removal 66" Pipe Linear Ft $10.00 $8.00 $15.00
67 Cleaning and Sediment Removal 72" Pipe Linear Ft $12.00 $10.00 $16.00
68 Cleaning and Sediment Removal 84" Pipe Linear Ft $15.00 $15.00 $17.00
69 Cleaning and Sediment Removal 96" Pipe Linear Ft $18.00 $35.00 $18.00
Pipe Cleaning and Sediment Removal (Heavy Cleaning)
70 Cleaning and Sediment Removal 15" Pipe Linear Ft $5.00 $5.50 $4.00
71 Cleaning and Sediment Removal 18" Pipe Linear Ft $5.00 $6.25 $4.00
72 72 Cleaning and Sediment Removal 24" Pipe Linear Ft $6.00 $7.00 $8.00
73 73 Cleaning and Sediment Removal 30" Pipe Linear Ft $6.00 $9.00 $10.00
74 74 Cleaning and Sediment Removal 36" Pipe Linear Ft $8.00 $11.25 $10.00
75 75 Cleaning and Sediment Removal 42" Pipe Linear Ft $8.00 $18.25 $10.00
76 76 Cleaning and Sediment Removal 48" Pipe Linear Ft $10.00 $20.00 $15.00
77 77 Cleaning and Sediment Removal 54" Pipe Linear Ft $10.00 $20.50 $15.00
78 78 Cleaning and Sediment Removal 60" Pipe Linear Ft $12.00 $21.00 $18.00
Page 3 of 5
PRICES TABULATION
Broward College RFP-2018-167-EH
Storm Drain Cleaning, Repairs and Maintenance
ITEM DESCRIPTION UNIT HINTERLAND SHENANDOAH TV DIVERSIFIED
79 79 Cleaning and Sediment Removal 66" Pipe Linear Ft $15.00 $22.00 $19.00
80 80 Cleaning and Sediment Removal 72" Pipe Linear Ft $18.00 $25.00 $20.00
81 81 Cleaning and Sediment Removal 84" Pipe Linear Ft $20.00 $30.00 $21.00
82 82 Cleaning and Sediment Removal 96" Pipe Linear Ft $30.00 $40.00 $22.00
Pipe Cleaning and Sediment Removal (Specialty Cleaning)
83 Cleaning and Sediment Removal 15" Pipe Linear Ft $8.00 $10.00 $14.00
84 Cleaning and Sediment Remova l 18" Pipe Linear Ft $10.00 $10.00 $14.00
85 Cleaning and Sediment Removal 24" Pipe Linear Ft $12.00 $10.00 $15.00
86 Cleaning and Sediment Remova l 30" Pipe Linear Ft $12.00 $12.00 $18.00
87 Cleaning and Sediment Removal 36" Pipe Linear Ft $12.00 $15.00 $18.00
88 Cleaning and Sediment Removal 42" Pipe Linear Ft $12.00 $20.00 $18.00
89 Cleaning and Sediment Removal 48" Pipe Linear Ft $15.00 $30.00 $20.00
90 Cleaning and Sediment Removal 54" Pipe Linear Ft $15.00 $35.00 $20.00
91 Cleaning and Sediment Removal 60" Pipe Linear Ft $15.00 $40.00 $21.00
92 Cleaning and Sediment Removal 66" Pipe Linear Ft $18.00 $45.00 $22.00
93 Cleaning and Sediment Removal 72" Pipe Linear Ft $20.00 $50.00 $23.00
94 Cleaning and Sediment Removal 84" Pipe Linear Ft $20.00 $60.00 $24.00
95 Cleaning and Sediment Removal 96" Pipe Linear Ft $30.00 $70.00 $25.00
Open Cut / Headwall Repairs & Other Services
96 Construction Foreman Hour $150.00 $55.00 $105.00
97 Equipment Operator Hour $85.00 $150.00 $68.00
98 Laborer Hour $35.00 $35.00 $46.00
99 Pipe Layer Hour $50.00 $37.00 $57.25
100 Welding (Above & Below Water)Hour $450.00 $75.00 $750.00
101 Diving Crew (3 Man Team) Certified Hour $850.00 $450.00 $750.00
102 Crane 100 Ton & Below Hour $185.00 $80.00 $430.00
103 Track or Wheeled Excavator Hour $45.00 $50.00 $145.00
104 Stick Tracked Excavator (60' or Greater)Hour $200.00 $60.00 $200.00
105 Wheel Loader Hour $65.00 $40.00 $102.00
106 Backhoe Loader Hour $50.00 $30.00 $98.00
Page 4 of 5
PRICES TABULATION
Broward College RFP-2018-167-EH
Storm Drain Cleaning, Repairs and Maintenance
ITEM DESCRIPTION UNIT HINTERLAND SHENANDOAH TV DIVERSIFIED
107 Bulldozer Hour $90.00 $15.00 $130.00
108 Double Drum Compactor Hour $65.00 $15.00 $102.00
109 Vibratory Plate Compactor Hr.Hour $10.00 $15.00 $92.00
110 100 CFM Air Compressor with Hammer Hour $10.00 $30.00 $88.00
111 De-Watering Hour $100.00 $85.00 $260.00
112 Asphalt Pavement Replacement Tons $300.00 $170.00 $469.00
113 Lime Rock Tons $40.00 $55.00 $29.50
114 Dirt Tons $30.00 $25.00 $20.00
115 Driveway Restoration (4" thick) Removal and Installation Sq. Ft.$6.00 $25.00 $6.00
116 Driveway Restoration (6" thick) Removal and Installation Sq. Ft.$8.00 $30.00 $7.65
117 Mitered Ends Sq. Ft.$24.00 $45.00 $15.00
118 Pressure Grout Injection Joints $1,200.00 $225.00 $200.00
119 Bahia Sod Sq. Ft.$5.00 $1.30 $3.10
120 Floratan Sod Sq. Ft.$6.00 $1.50 $3.25
121 Rip Rap Rubble 6" - 12"Tons $200.00 $75.00 $205.00
122 Rip Rap Bag (80 lb. Bags)Each $50.00 $12.00 $32.00
123 Concrete Pillow Blanket slope protection
Square
Yard $100.00 $65.00 $8.00
124 Silt Screen Installation & Removal per 100 ft.Each $250.00 $500.00 $500.00
125 Mobilization Fee Each $5,000.00 $300.00 $1,500.00
126
Material Mark Up %
-Cost Plus Percentage may not exceed 10%.
-A percentage of 0 or net cost is acceptable.$0.15 15%$0.10 10%$0.30 30%
GRAND TOTAL $28,802.15 $13,453.15 $23,357.05
Page 5 of 5
Item Description Unit Quantity Unit Price New Unit Price
12 Slip Lining 15" Pipe LF 1 $67.00 $79.72
13 Slip Lining 18" Pipe LF 1 $75.00 $88.78
14 Slip Lining 24" Pipe LF 1 $80.00 $99.08
15 Slip Lining 30" Pipe LF 1 $95.00 $116.20
16 Slip Lining 36" Pipe LF 1 $130.00 $159.68
17 Slip Lining 42" Pipe LF 1 $182.00 $227.58
18 Slip Lining 48" Pipe LF 1 $305.00 $338.92
19 Slip Lining 54" Pipe LF 1 $322.00 $403.62
20 Slip Lining 60" Pipe LF 1 $370.00 $494.02
21 CIPP 15" Pipe 15 x 6.7 mm {Buria l Depth is 0-6') LF 1 $70.00 $81.77
22 CIPP 15" Pipe 15 x 8.2 mm {Burial Depth is 6-12') LF 1 $75.00 $88.09
23 CIPP 18" Pipe x 8.1 mm (Burial Depth is 0-6')LF 1 $82.00 $97.30
24 CIPP 18" Pipe x 9.7 mm (Burial Depth is 6-12')LF 1 $85.00 $101.73
25 CIPP 24" Pipe x 10.1 mm (Burial Depth is 0-6')LF 1 $96.00 $118.94
26 CIPP 24" Pipe x 12.4 mm (Burial Depth is 6-12')LF 1 $105.00 $129.94
27 CIPP 30" Pipe x 13.5 mm (Burial Depth is 0-6')LF 1 $121.00 $154.99
28 CIPP 30" Pipe x 15.4 mm (Burial Depth is 6-12')LF 1 $126.00 $162.54
29 CIPP 36" Pipe x 17.2 mm (Burial Depth is 0-6')LF 1 $146.00 $191.22
30 CIPP 36" Pipe x 18.1 mm (Burial Depth is 6-12')LF 1 $162.00 $210.76
31 CIPP 42" Pipe x 20.9 mm (Burial Depth is 0-6')LF 1 $210.00 $275.35
32 CIPP 42" Pipe x 20.6 mm (Burial Depth is 6-12')LF 1 $210.00 $275.35
33 CIPP 48" Pipe x 25.2 mm (Burial Depth is 0-6')LF 1 $258.00 $346.55
34 CIPP 48" Pipe x 22.6 mm (Burial Depth is 6-12')LF 1 $259.00 $338.52
35 CIPP 54" Pipe x 28.2 mm (Burial Depth is 0-6')LF 1 $431.00 $541.32
36 CIPP 54" Pipe x 24.7 mm (Burial Depth is 6-12')LF 1 $431.25 $531.28
37 CIPP 60" Pipe x 30.3 mm (Burial Depth is 0-6')LF 1 $573.00 $707.95
38 CIPP 60" Pipe x 27.3 mm (Burial Depth is 6-12')LF 1 $550.00 $671.89
39 CIPP 66" Pipe x 31.6 mm (Burial Depth is 0-6')LF 1 $671.00 $824.80
40 CIPP 66" Pipe x 29.1 mm (Burial Depth is 6-12')LF 1 $661.00 $808.50
41 CIPP 72" Pipe x 30.4 mm Linear Ft LF 1 $772.00 $932.65
42 CIPP 84" Pipe x 35.5 mm Linear Ft LF 1 $895.00 $1,268.58
43 CIPP 96" Pipe x 40.6 mm Linear Ft LF 1 $1,100.00 $1,513.76
REVISED CONTRACT PRICING
RFP-2018-167-EH - STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE
OK
ATTACHMENT A1B - AMENDMENT 2
Page 1 of 2
PROCUREMENT SERVICES
Cypress Creek Administrative Center
6400 NW 6th Way, Fort Lauderdale, FL 33309
Phone 954-201-7455/Fax 954-201-7330
ADDENDUM No. 2
SOLICITATION No.: RFP-2024-082-OA
SOLICITATION TITLE: STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES
DATE: July 12, 2024
This Addendum is being issued to clarify and/or revise the solicitation documents, virtual solicitation conference
meeting clarifications, and/or solicitation specifications. This Addendum modifies, supplements, and/or replaces
information in the REQUEST FOR PROPOSALS (RFP) titled STORM DRAIN CLEANING, REPAIRS AND
MAINTENANCE SERVICES (RFP-2024-082-OA), and is hereby made part of the original solicitation documents.
Unless specifically modified by this Addendum, the previously issued documents remain unchanged and in the
event of a conflict between this Addendum and previously issued documents, this Addendum shall prevail.
REVISIONS TO SOLICITATION
1. RESPONSES TO QUESTIONS AND REQUESTS FOR INFORMATION FOR RFP
Q1 Will the Owner add a bid item for Maintenance of Traffic?
R1 No, refer to SECTION 3.2.1 of the solicitation document.
Q2 Will the Owner please review and accept GeoKrete Geopolymer as a single standalone pipe
rehabilitation application in lieu of the CIPP and Slip Lining for pipes 42” and Larger?
R2 Refer to R1.
2. ATTACHMENTS
None.
*******************************************************************************************************************************
Addenda should be returned with the response. Failure to do so may disqualify your response. Please sign below
to verify that you have read and understand this addendum.
Signature and Print Name Title
Company Name Date
RFP-2024-082-OA – STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES
ADDENDUM No. 2
Page 2 of 2
“Failure to file a protest within the time prescribed in Section 120.57(3), Florida Statutes, or failure to post the bond or other
security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under chapter
120, Florida Statutes.”
BROWARD COLLEGE
REQUEST FOR PROPOSALS
RFP-2024-082-0A
STORM DRAIN CLEANING,
REPAIRS AND MAINTENANCE SERVICES
PROPOSAL DUE DATE:
JULY 31, 2024
AT
2:30 P.M.
4.1 – GENERAL INFORMATION
TAB 1 – 4.1.1 – TITLE PAGE & TABLE OF CONTENTS
TAB 1 – 4.1.2 - LETTER OF TRANSMITTAL
TAB 2 – 4.1.3 – ACKNOWLEDGEMENT OF RELEASED
ADDENDA TO RFP
TAB 2 – 4.1.4 - W-9 FORM
TAB 2 – 4.1.5 – NOTICE PROVISION
TAB 2 – 4.1.6 – VENDOR CONFLICT OF INTEREST FORM
TAB 2 – 4.1.7 – LITIGATION HISTORY
TAB 2 – 4.18 – LETTER OF INSURABILITY
JULY 31, 2024
BROWARD COLLEGE
RFP-2024-082-OA
STORM DRAIN CLEANING, REPAIRS &
MAINTENANCE SERVICES
1888 NW 22ND STREET
POMPANO BEACH, FL, 33069
954-975-0098
TABLE OF CONTENTS:
TAB 1 - 4.1.1
TAB 1 - 4.1.2
TAB 2 - 4.1.3
TAB 2 - 4.1.4
TAB 2 - 4.1.5
TAB 2 - 4.1.6
TAB 2 - 4.1.7
TAB 2 - 4.1.8
TAB 3 - 4.2.1
TAB 3 - 4.2.2
TAB 4 - 4.3.1
TAB 4 - 4.3.2
TAB 4 - 4.3.3
TAB 4 - 4.3.4
TAB 5 - 4.4.1
TAB 5 - 4.4.2
TAB 6 - 4.5.1
TAB 7 - 4.6.1
TAB 8 - 4.7.1
TAB 8 - 4.7.2
TAB 8 - 4.7.3
TAB 8 - 4.7.4
TAB 9 - 4.75
TAB 10 - 4.7.6
TITLE PAGE & TABLE OF CONTENTS
LETTER OF TRANSMITTAL
ACKNOWLEGEMENT OF RELEASED
ADDENDA TO RFP
W-9 FORM
NOTICE PROVISION
VENDOR CONFILIC OF INTEREST FORM
LITIGATION HISTORY
LETTER OF INSURABILITY
REQUIRED RESPONSE FORM
MINIMUM QUALIFICATIONS AND
LICENSES
EXECUTIVE SUMMARY
ORGANIZATION PROFILE
ACCOUNT MANAGEMENT & STAFFING
REFERENCES
SCOPE OF WORK
QUALITY ASSURANCE
PRICE PROPOSAL
FINANCIAL CAPACITY
ATTACHMENT D - DRUG-FREE WORKPLACE CERTIFICATION
ATTACHMENT E - NON DISCLOSURE AGREEMENT
ATTACHMENT F - PUBLIC ENTITY CRIMES STATEMENT
ATTACHMENT G - NON-COLLUSION AFFIDAVIT
VALUE ADDED SERVICES
OTHER SUPPORTING DOCUMENTS
4.1 – GENERAL INFORMATION
TAB 1 – 4.1.1 – TITLE PAGE & TABLE OF CONTENTS
TAB 1 – 4.1.2 - LETTER OF TRANSMITTAL
NOTICE PROVISION
Following contract award, when any of the parties’ desire to give notice to the other, such notice
must be in writing, sent by U.S. Mail, postage prepaid, addressed to the party for whom it is
intended at the place last specified; the place for giving notice shall remain such until it is changed
by written notice in compliance with the provisions of the paragraph.
This information must be submitted with the proposal or within three days of request. For the
present, the parties designate the following as the respective places for giving notice:
To College: Zaida Riollano, Procurement Manager
Procurement Services Department – 2nd Floor
6400 NW 6th Way
Fort Lauderdale, FL 33309
With Copy To Office of the General Counsel
(College): 111 East Las Olas Boulevard, Room 523
Fort Lauderdale, FL 33301
With Copy To: Deborah Czubkowski, Vice President, Facilities Management
(College Contract 3501 SW Davie Road
Administrator #1) Davie, FL 33314
With Copy To: Marcus Wilson, Associate Vice President, Facilities Collegewide Maintenance
(College Contract 3501 SW Davie Road
Administrator #2) Davie, FL 33314
To Proposer: Shenandoah General Construction, LLC
Anthony Guglielmi, President
1888 NW 22nd Street, Pompano Beach, FL 33069
RFP-2024-082-OA
Storm Drain Cleaning, Repairs
and Maintenance Services
New York City Contact us
450 7th Ave info@constructionriskpartners.com
Suite 400
New York, NY 10123
Telephone 646.625.7100 ConstructionRiskPartners.com
(a)
(b)
Respectfully,
Jason Rohde
Client Manager
on behalf of Construction Risk Partners
Confirmation of Insurance Letter
July 29, 2024
The District Board of Trustees of Broward College, Florida
Office of Risk Management
6400 NW 6th Way
Fort Lauderdale, FL 33309
RE: RFP-2024-082-OA Storm Drain Cleaning, Repairs and Maintenance Services
To whom it may concern:
In compliance with the REQUEST FOR PROPOSALS RFP-2024-082-OA, we, Construction Risk Partners, in our capacity as
the broker for Shenandoah General Construction LLC are providing this letter on behalf of our client to satisfy the
requirement of Section 4 - Submittal Requirements, 4.1 General Information, item 4.1.8 Letter of Insurability,
As part of the bid submitted by AM&G Waterproofing, LLC we hereby confirm the following, as of the date of this letter:
Construction Risk Partners have read section 3.9 INSURANCE REQUIREMENTS of the REQUEST
FOR PROPOSALS RFP-2024-082-OA document dated June 26, 2024
the Bidder, Shenandoah General Construction LLC, either currently carries or would be able to
purchase and maintain insurance of the types and in the amounts required by the aforementioned
section of the document, and can do so under the terms, and subject to the conditions, of the cited
section.
July 29th, 2024
4.2 – MINIMUM ELIGIBILITY CRITERIA
TAB 3 – 4.2.1 – REQUIRED RESPONSE FORM
TAB 3 – 4.2.2 – MINIMUM QUALIFICATIONS & LICENSES
RFP-2024-082-OA - STORM DRAIN CLEANING, REPAIRS AND
MAINTENANCE SERVICES
ATTACHMENT I - PERFORMANCE EVALUATION SURVEY FORM
Please email this form to Orlando Aponte at oaponte@broward.edu once completed in PDF format
prior to 2:30 p.m. ET on: Wednesday, July 31, 2024
This form is to be completed by the organization providing the reference only.
Name of Company (Respondent to this RFP)
on which reference is being provided:
Company providing reference:
Address of company providing reference:
Name/title of person providing reference:
Phone number of person providing
reference:
Email address of person providing
reference:
Date(s) of Service:
Annual Aggregate Dollar Amount and/or
Dollar Amount of Service
Please evaluate and rate the performance of the company noted above (the Proposer to this RFP),
using the following ratings scale:
0 = Do Not Hire (our company would not hire them again)
1 = Poor (does not meet minimum standards)
2 = Fair (barely meets minimum standards)
3 = Average (meets minimum standards)
4 = Good (meets defined minimum requirements and occasionally exceeds your expectations)
5 = Excellent or Outstanding (always exceed your expectations)
Insert YOUR
RATINGS in
this column
1.QUALITY OF SERVICE/PROJECT/PRODUCT: Did they perform service and provide
project/product as specified and/or as proposed? Please rate.
2.PERSONNEL: Regarding the performance and workmanship of company personnel. Please
rate.
3.TIMELINESS/RESPONSIVENESS: Was the company’s timeliness and responsiveness
satisfactory to your entity’s needs? Please rate.
4.OVERALL PERFORMANCE: Was company willing to and/or did they go above and beyond
project requirements, i.e., within reason, without altering specification? Please rate.
5.CUSTOMER SERVICE: If problems were caused or encountered, were they addressed and
resolved promptly? Please rate customer service.
6.DEADLINES/MILESTONES/BUDGET: Was the company able to meet service delivery
schedule and/or perform service to meet established deadlines/milestones/budget? Please rate.
7.ABILITY TO PERFORM: Did the company have technical expertise, facilities, and equipment
to perform as specified? Please rate.
8.YEARLY CONTRACTS: If performing a yearly term contract, was the company able to
adequately manage for the duration? Please rate yearly contract performance.
9.INTERACTION: Did their company representative work well with your entity’s staff in
providing these services or in performing yearly continuing contract? Please rate.
10. FUTURE PROJECTS: Most importantly, would you use this firm again? Yes? No?
Comments?
COMMENTS: Are there any additional comments you would like to add?
____________________________________________________________________________________________
____________________________________________________________________________________________
____________________________________________________________________________________________
Melanie S. Griffin, SecretaryRon DeSantis, Governor
STATE OF FLORIDA
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
CONSTRUCTION INDUSTRY LICENSING BOARD
THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE
PROVISIONS OF CHAPTER 489, FLORIDA STATUTES
GUGLIELMI, ANTHONY
Do not alter this document in any form.
SHENANDOAH GENERAL CONSTRUCTION, LLC
LICENSE NUMBER: CGC1524099
EXPIRATION DATE: AUGUST 31, 2026
This is your license. It is unlawful for anyone other than the licensee to use this document.
1888 NW 22ND STREET
POMPANO BEACH FL 33069
Always verify licenses online at MyFloridaLicense.com
ISSUED: 07/23/2024
Melanie S. Griffin, SecretaryRon DeSantis, Governor
STATE OF FLORIDA
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
CONSTRUCTION INDUSTRY LICENSING BOARD
THE UNDERGROUND UTILITY & EXCAVATION CO HEREIN IS CERTIFIED UNDER THE
PROVISIONS OF CHAPTER 489, FLORIDA STATUTES
GUGLIELMI, ANTHONY
Do not alter this document in any form.
SHENANDOAH GENERAL CONSTRUCTION, LLC
LICENSE NUMBER: CUC1225783
EXPIRATION DATE: AUGUST 31, 2026
This is your license. It is unlawful for anyone other than the licensee to use this document.
1888 NW 22ND STREET
POMPANO BEACH FL 33069
Always verify licenses online at MyFloridaLicense.com
ISSUED: 07/23/2024
Document Number
FEI/EIN Number
Date Filed
Effective Date
State
Status
Last Event
Event Date Filed
Event Effective Date
Department of State / Division of Corporations / Search Records / Search by Entity Name /
Detail by Entity Name
Florida Limited Liability Company
SHENANDOAH GENERAL CONSTRUCTION, LLC
Filing Information
L19000024056
59-1707673
01/29/2019
12/21/1976
FL
ACTIVE
LC AMENDMENT
11/29/2021
NONE
Principal Address
1888 NW 22ND ST
POMPANO BEACH, FL 33069-1318
Mailing Address
1888 NW 22ND ST
POMPANO BEACH, FL 33069-1318
Registered Agent Name & Address
CORPORATE CREATIONS NETWORK, INC.
801 US HIGHWAY 1
NORTH PALM BEACH, FL 33408
Address Changed: 03/25/2020
Authorized Person(s) Detail
Name & Address
Title President
Guglielmi, Anthony
1888 NW 22ND ST
POMPANO BEACH, FL 33069-1318
Title CFO
D C Florida Department of State
5/21/24, 10:42 AM Detail by Entity Name
https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=SHENAN…1/2
Bendgen, Charles
1888 NW 22ND ST
POMPANO BEACH, FL 33069-1318
Annual Reports
Report Year Filed Date
2023 03/15/2023
2023 10/02/2023
2024 02/09/2024
Document Images
02/09/2024 -- ANNUAL REPORT View image in PDF format
10/02/2023 -- AMENDED ANNUAL REPORT View image in PDF format
03/15/2023 -- ANNUAL REPORT View image in PDF format
03/23/2022 -- ANNUAL REPORT View image in PDF format
11/29/2021 -- LC Amendment View image in PDF format
03/15/2021 -- ANNUAL REPORT View image in PDF format
04/02/2020 -- ANNUAL REPORT View image in PDF format
05/16/2019 -- LC Amendment View image in PDF format
01/29/2019 -- Florida Limited Liability View image in PDF format
Florida Department of State, Division of Corporations
5/21/24, 10:42 AM Detail by Entity Name
https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=SHENAN…2/2
CERTIFICATE
OF COMPLETION
Leonard Jaglarski
Has Completed a FDOT Approved Temporary Traffic Control (TTC): Advanced Course
.
09/05/2023
Issue Date
08/23/2027
Expiration Date
P. C
Instructor
614163
Certificate No.
Training Provider:
Verify this Certificate by visiting www.motadmin.com
Tampa Bay Training
3204 W. DeLeon St. Unit B
Tampa FL 33609
Phone: 813-420-5891
CERTIFICATE
OF COMPLETION
Nicco Grimm
Has Completed a FDOT Approved Temporary Traffic Control (TTC): Advanced Course
.
04/23/2024
Issue Date
04/12/2028
Expiration Date
S T
Instructor
622921
Certificate No.
Training Provider:
Verify this Certificate by visiting www.motadmin.com
T2 Centers University of Florida
2100 NE Waldo Road
Gainesville FL 32609
Phone: 352-273-1670
4.3 – EXPERIENCE AND QUALIFICATIONS
TAB 4 – 4.3.1 – EXECUTIVE SUMMARY
TAB 4 – 4.3.2 – ORGANIZATIONAL PROFILE
TAB 4 – 4.3.3 – ACCOUNT MANAGEMENT STAFFING
TAB 4 – 4.3.4 – REFERENCES
ORGANIZATIONAL PROFILE
a. Current organization’s name, addresses, telephone number, and fax number:
Shenandoah General Construction, LLC
1888 NW 22nd Street
Pompano Beach, FL 33069
(954) 975-0098
(954) 975-9718 Fax
b. The date that organization was established.
1976
c. The size of the organization.
151 Employees
d. The number of years established in business, including operation under other company names,
providing services same or similar as described herein.
48 years – no other name affiliated – Past or Current
e. Number of years in business
48 years
f. List the key personnel designated for the proposed project. Indicate their assigned roles, expertise,
registration/licenses education and experience. Describe the unique capabilities of key personnel
and joint parties and how those qualifications and capabilities apply to the project.
All employees are trained and qualified in their positions, including being certified in confined space
entry and CPR. Our Pompano Beach Facility’s employees live in the tri county areas of Broward,
Miami-Dade and Palm Beach.
ORGANIZATIONAL CHART
I'\ Chuck Bendgen:) Chief F1nanc1al Officer
Anthony Guglielmi
President
r ,----------------------------------------------------------------------. ,'Jeff Roberts
Chief Operating Officer
SSHENANDOAH ■
--·-----· ----' ' • ' '
• . 1 . I • • • • t : • • • • • • • • • • • • t • I I •. • I I • • • • • . . . i : . . . : . : . . . : . : . . . : . : . . -: . : . . . : . i . . : . . . . . : . . . : . -·-�-----·•··. --
,
-
'
,-. .. . •• . .. . -:· ----,
.,. . ,. . . . . -:· ... .. . . ,· .
-
-
I
·
·••• , .. . ---
[::::J Note: Branch Managers also report to President on a daily basis.
4.4 – SCOPE OF WORK
TAB 5 – 4.4.1 – SCOPE OF WORK
TAB 5 – 4.4.2 – QUALIFTY ASSURANCE
Scope of Work
Proposed Solution
Shenandoah General Construction proposes a comprehensive solution to address the requirements
outlined in ATTACHMENT A – SCOPE OF WORK. Our approach integrates state-of-the-art
technology and industry best practices to ensure effective and efficient storm drain cleaning, repairs,
and maintenance services. Our solution includes:
• High-Velocity Water Jetting: Utilizing high-velocity water jetting equipment to thoroughly
clean storm drains and remove all debris, sediment, and blockages.
• Trenchless Repair Techniques: Implementing trenchless repair methods such as Cured-In-
Place Pipe (CIPP) lining to minimize disruption and enhance the durability of the stormwater
infrastructure.
• Regular Maintenance Schedule: Establishing a regular maintenance schedule to ensure
ongoing performance and prevent potential issues.
Proposed Methodology
To accomplish our proposed solution, Shenandoah General Construction will:
1. Initial Inspection: Conduct thorough inspections using advanced CCTV technology to assess
the condition of the storm drains and identify areas requiring attention.
2. Cleaning Process: Employ high-velocity water jetting to clean the drains, ensuring all debris
and sediment are removed.
3. Repair and Maintenance: Utilize trenchless repair techniques for any identified issues,
ensuring minimal disruption and long-term durability.
4. Final Inspection: Perform a final inspection to verify the quality of the cleaning and repair
work, ensuring all services meet industry standards and client expectations.
Proposer’s Procedures
Our procedures for completing the required work include:
• Inspection Protocols: Detailed inspection protocols using CCTV technology to assess and
document the condition of the storm drains.
• Cleaning Procedures: Systematic cleaning procedures using high-velocity water jetting to
ensure thorough removal of debris and sediment.
• Repair Techniques: Advanced trenchless repair techniques such as CIPP lining to address any
issues identified during the inspections.
• Quality Assurance: Rigorous quality assurance procedures to ensure all work meets the
highest standards.
Coordination and Communication
Shenandoah Construction will ensure seamless coordination and communication throughout the
project by:
• Project Coordination: Assigning a dedicated project manager to oversee all aspects of the work
and serve as the primary point of contact.
• Regular Updates: Providing regular updates to the College Contract Administrator(s) on the
progress of the work, including any issues encountered and actions taken.
• Communication Plan: Implementing a clear communication plan to ensure all stakeholders are
informed and engaged throughout the project.
Reports
We will provide detailed reports and data to Broward College, including:
• Pre-Service Reports: Initial inspection reports detailing the condition of the storm drains and
any identified issues.
• Progress Reports: Regular progress reports documenting the cleaning and repair activities
performed, including before-and-after photos and videos.
• Final Reports: Comprehensive final reports summarizing all work completed, including
verification of the quality and effectiveness of the services provided.
Timeframe
Our detailed project timeframe includes the following key milestones:
• Project Kickoff: Week 1 - Initial meetings and site assessments.
• Initial Inspections: Weeks 2-3 - Conducting CCTV inspections of all storm drains.
• Cleaning and Repairs: Weeks 4-8 - Performing cleaning and repair activities.
• Final Inspections: Week 9 - Conducting final inspections to verify the quality of the work.
• Reporting and Closeout: Week 10 - Submitting final reports and closing out the project.
Other Services
In addition to the core services outlined above, Shenandoah General Construction is also proposing
the following additional services:
• Preventative Maintenance Programs: Developing customized preventative maintenance
programs to help Broward College maintain the performance and longevity of their
stormwater infrastructure.
• Emergency Response Services: Providing rapid response services for any emergency issues
that may arise, ensuring minimal disruption and quick resolution.
QUALITY ASSURANCE
Quality Assurance Plan for Storm Drain Cleaning, Repairs, and Maintenance Services
1. Introduction
To ensure the highest standards of quality in storm drain cleaning, repairs, and maintenance,
Shenandoah General Construction has developed a robust Quality Assurance (QA) plan. This plan
outlines the procedures, responsibilities, and measures to be taken to maintain and continuously
improve the quality of services provided.
2. Objectives
• Maintain clean and functional storm drainage systems.
• Ensure all repairs and maintenance meet or exceed industry standards.
• Minimize disruptions to the community and environment.
• Achieve client satisfaction through consistent and reliable service delivery.
3. Quality Assurance Team
• Project Manager (Ramy): Oversees the QA plan implementation, coordinates with the team,
and ensures compliance with client specifications.
• Site Supervisors: Monitor on-site activities, conduct inspections, and report any issues.
• Quality Control Inspectors: Perform regular checks to ensure work meets quality standards.
• Safety Officers: Ensure all safety protocols are followed during operations.
4. Training and Certification
• All personnel involved in storm drain services must undergo regular training on the latest
techniques, safety protocols, and equipment use.
• Certifications must be kept up to date, ensuring all team members are qualified to perform
their tasks.
5. Standard Operating Procedures (SOPs)
• Cleaning Procedures: Utilize high-pressure water jetting and vacuuming techniques to remove
debris and sediment.
• Repair Procedures: Follow industry best practices for repairing cracks, leaks, and structural
damage using appropriate materials and methods.
• Maintenance Procedures: Regularly inspect drains, schedule preventive maintenance, and
promptly address any identified issues.
6. Inspection and Testing
• Pre-Work Inspections: Assess the condition of storm drains before starting any cleaning,
repair, or maintenance work.
• During-Work Inspections: Continuous monitoring to ensure adherence to quality standards.
• Post-Work Inspections: Final checks to confirm the work meets required specifications and
performance standards.
• Testing: Conduct flow tests, CCTV inspections, and other relevant tests to verify the
effectiveness of cleaning and repairs.
7. Documentation and Reporting
• Maintain detailed records of all activities, including inspections, tests, and maintenance logs.
• Use standardized forms and checklists to ensure consistency in documentation.
• Provide clients with comprehensive reports summarizing the work performed, findings, and
any recommendations for further action.
8. Client Communication and Feedback
• Establish clear communication channels with clients to provide updates and receive feedback.
• Conduct regular meetings to discuss progress, address concerns, and adjust plans as necessary.
• Use client feedback to identify areas for improvement and implement changes accordingly.
9. Continuous Improvement
• Regularly review and update the QA plan to incorporate new technologies, techniques, and
industry standards.
• Conduct periodic audits and assessments to identify opportunities for improvement.
• Implement corrective actions promptly to address any deficiencies or non-compliances.
10. Safety and Environmental Considerations
• Adhere to all relevant safety regulations and guidelines to protect workers and the public.
• Implement environmentally friendly practices to minimize the impact of operations on the
environment.
• Ensure proper disposal of debris and waste materials in compliance with local regulations.
11. Emergency Response Plan
• Develop and maintain an emergency response plan to address any unexpected issues or
emergencies that may arise during operations.
• Train all personnel on emergency procedures and conduct regular drills to ensure
preparedness.
12. Performance Metrics
• Establish key performance indicators (KPIs) to measure the effectiveness of the QA plan.
• Regularly review performance data to ensure objectives are being met and identify areas for
improvement.
This plan aims to provide a structured approach to ensuring quality in all aspects of storm drain
cleaning, repairs, and maintenance services. By following this plan, Shenandoah General Construction
can deliver consistent, high-quality services that meet or exceed client expectations.
4.5 – PRICE PROPOSAL
TAB 6 – 4.5.1 – PRICE PROPOSAL
*** See ATTACHMENT B – PRICE PROPOSAL FORM
on DemandStar ***
See separate Excel document in DemandStar
NOTE: Include the completed ATTACHMENT B – PRICE PROPOSAL FORM under TAB 6 in
the PDF submittal document and also upload separately to DemandStar in the original Excel
format document.
Proposers are requested to submit all pricing on Price Proposal Form sheet posted in Excel
format.
For labor in increments of less than ½ hour, established rate shall be prorated.
Hourly rate shall start upon commencement of work at job site and terminate upon departure from
jobsite.
All prices proposed shall be in full accordance with the terms, conditions, and specifications stated
herein.
As specified, prices quoted shall include inside delivery to the specified College campus(es),
centers and/or facilities within Broward County, Florida.
Working Hours: the standard workweek shall be considered Monday through Friday, from 7:00
am to 4:00 p.m. ET, excluding normal federal holidays granted to College employees. All other
times are considered non-standard.
Contractor shall work during College non-standard working hours, College off-hours, recess
periods, College authorized holidays or legal holidays, and/or weekends at no additional cost to
the College.
All costs related to hourly labor rates, whether during standard workweek business hours or for
emergency services not during standard workweek business hours, shall be included in your
proposal.
The Proposer proposes and agrees to provide all materials, labor, supervision, services, travel,
transportation, fuel cost, equipment, tools, etc., to perform the work required in accordance with
the solicitation documents for Storm Drain Cleaning, Repairs and Maintenance Services for the
pricing indicated in ATTACHMENT B – PRICE PROPOSAL FORM.
A copy of the itemized parts and materials invoice from the contractor’s supplier must be included
with all billings to Broward College for parts and materials in order to verify mark-up.
College may elect to supply large dollar items if it is able to procure these items at a lower cost.
(REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK)
BROWARD COLLEGE
PRICE PROPOSAL FORM
RFP-2024-082-OA
ATTACHMENT B
RFP-2024-082-OA - STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES
ATTACHMENT B - PRICE PROPOSAL FORM
ITEM DESCRIPTION UNIT QUANTITY
UNIT PRICE
(to two decimal
places)
TOTAL
1 Storm Drain (Video Camera) Observation 0 - 48" Log/Written Report Linear Ft 1 $0.00
2 Storm Drain (Video Camera) Observation 49" - 72" Log/Written Report Linear Ft 1 $0.00
3 Cleaning Box Culverts of Debris and Bituminous Materials Removed Per Ft 1 $0.00
4 0" to 12" Cross/Side Drain or Equivalent Elliptical Circumference Week Week 1 $0.00
5 15" to 30" Cross/Side Drain or Equivalent Elliptical Circumference Week Week 1 $0.00
6 36" to 42" Cross/Side Drain or Equivalent Elliptical Circumference Week Week 1 $0.00
7 48" to 60" Cross/Side Drain or Equivalent Elliptical Circumference Week Week 1 $0.00
8 72" to 96" Cross/Side Drain or Equivalent Elliptical Circumference Week Week 1 $0.00
9 4" Hydraulic Pump (with up to 1000' of discharge hose) Hours 1 $0.00
10 6" Hydraulic Pump (with up to 1000' of discharge hose)Hours 1 $0.00
11 8" Hydraulic Pump (with up to 1000' of discharge hose) Hours 1 $0.00
12 Slip Lining 15" Pipe Linear Ft 1 $0.00
13 Slip Lining 18" Pipe Linear Ft 1 $0.00
TV Viewing
Plug Installation & Removal {Includes Minimum Weekly Rental) for:
Pumping
GENERAL MAINTENANCE AND REPAIRS
Slip Lining or Equivalent Elliptical Circumference with HDPE Smooth Wall Fused
Pipe
Page 1 / 8
RFP-2024-082-OA - STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES
ATTACHMENT B - PRICE PROPOSAL FORM
ITEM DESCRIPTION UNIT QUANTITY
UNIT PRICE
(to two decimal
places)
TOTAL
14 Slip Lining 24" Pipe Linear Ft 1 $0.00
15 Slip Lining 30" Pipe Linear Ft 1 $0.00
16 Slip Lining 36" Pipe Linear Ft 1 $0.00
17 Slip Lining 42" Pipe Linear Ft 1 $0.00
18 Slip Lining 48" Pipe Linear Ft 1 $0.00
19 Slip Lining 54" Pipe Linear Ft 1 $0.00
20 Slip Lining 60" Pipe Linear Ft 1 $0.00
21 CIPP 15" Pipe 15 x 6.7 mm (Buria l Depth is 0-6') Linear Ft 1 $0.00
22 CIPP 15" Pipe 15 x 8.2 mm (Burial Depth is 6-12') Linear Ft 1 $0.00
23 CIPP 18" Pipe x 8.1 mm (Burial Depth is 0-6')Linear Ft 1 $0.00
24 CIPP 18" Pipe x 9.7 mm (Burial Depth is 6-12')Linear Ft 1 $0.00
25 CIPP 24" Pipe x 10.1 mm (Burial Depth is 0-6')Linear Ft 1 $0.00
26 CIPP 24" Pipe x 12.4 mm (Burial Depth is 6-12')Linear Ft 1 $0.00
27 CIPP 30" Pipe x 13.5 mm (Burial Depth is 0-6')Linear Ft 1 $0.00
28 CIPP 30" Pipe x 15.4 mm (Burial Depth is 6-12')Linear Ft 1 $0.00
29 CIPP 36" Pipe x 17.2 mm (Burial Depth is 0-6')Linear Ft 1 $0.00
30 CIPP 36" Pipe x 18.1 mm (Burial Depth is 6-12')Linear Ft 1 $0.00
31 CIPP 42" Pipe x 20.9 mm (Burial Depth is 0-6')Linear Ft 1 $0.00
32 CIPP 42" Pipe x 20.6 mm (Burial Depth is 6-12')Linear Ft 1 $0.00
Page 2 / 8
RFP-2024-082-OA - STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES
ATTACHMENT B - PRICE PROPOSAL FORM
ITEM DESCRIPTION UNIT QUANTITY
UNIT PRICE
(to two decimal
places)
TOTAL
33 CIPP 48" Pipe x 25.2 mm (Burial Depth is 0-6')Linear Ft 1 $0.00
34 CIPP 48" Pipe x 22.6 mm (Burial Depth is 6-12')Linear Ft 1 $0.00
35 CIPP 54" Pipe x 28.2 mm (Burial Depth is 0-6')Linear Ft 1 $0.00
36 CIPP 54" Pipe x 24.7 mm (Burial Depth is 6-12')Linear Ft 1 $0.00
37 CIPP 60" Pipe x 30.3 mm (Burial Depth is 0-6')Linear Ft 1 $0.00
38 CIPP 60" Pipe x 27.3 mm (Burial Depth is 6-12')Linear Ft 1 $0.00
39 CIPP 66" Pipe x 31.6 mm (Burial Depth is 0-6')Linear Ft 1 $0.00
40 CIPP 66" Pipe x 29.1 mm (Burial Depth is 6-12')Linear Ft 1 $0.00
41 CIPP 72" Pipe x 30.4 mm Linear Ft Linear Ft 1 $0.00
42 CIPP 84" Pipe x 35.5 mm Linear Ft Linear Ft 1 $0.00
43 CIPP 96" Pipe x 40.6 mm Linear Ft Linear Ft 1 $0.00
44 Cleaning and Sediment Removal 15" Pipe Linear Ft 1 $0.00
45 Cleaning and Sediment Removal 18" Pipe Linear Ft 1 $0.00
46 Cleaning and Sediment Removal 24" Pipe Linear Ft 1 $0.00
47 Cleaning and Sediment Removal 30" Pipe Linear Ft 1 $0.00
48 Cleaning and Sediment Removal 36" Pipe Linear Ft 1 $0.00
49 Cleaning and Sediment Removal 42" Pipe Linear Ft 1 $0.00
PIPE CLEANING
Pipe Cleaning and Sediment Removal (Light Cleaning)
Page 3 / 8
RFP-2024-082-OA - STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES
ATTACHMENT B - PRICE PROPOSAL FORM
ITEM DESCRIPTION UNIT QUANTITY
UNIT PRICE
(to two decimal
places)
TOTAL
50 Cleaning and Sediment Removal 48" Pipe Linear Ft 1 $0.00
51 Cleaning and Sediment Removal 54" Pipe Linear Ft 1 $0.00
52 Cleaning and Sediment Removal 60" Pipe Linear Ft 1 $0.00
53 Cleaning and Sediment Removal 66" Pipe Linear Ft 1 $0.00
54 Cleaning and Sediment Removal 72" Pipe Linear Ft 1 $0.00
55 Cleaning and Sediment Removal 84" Pipe Linear Ft 1 $0.00
56 Cleaning and Sediment Removal 96" Pipe Linear Ft 1 $0.00
57 Cleaning and Sediment Removal 15" Pipe Linear Ft 1 $0.00
58 Cleaning and Sediment Removal 18" Pipe Linear Ft 1 $0.00
59 Cleaning and Sediment Removal 24" Pipe Linear Ft 1 $0.00
60 Cleaning and Sediment Removal 30" Pipe Linear Ft 1 $0.00
61 Cleaning and Sediment Removal 36" Pipe Linear Ft 1 $0.00
62 Cleaning and Sediment Remova l 42" Pipe Linear Ft 1 $0.00
63 Cleaning and Sediment Removal 48" Pipe Linear Ft 1 $0.00
64 Cleaning and Sediment Removal 54" Pipe Linear Ft 1 $0.00
65 Cleaning and Sediment Removal 60" Pipe Linear Ft 1 $0.00
66 Cleaning and Sediment Removal 66" Pipe Linear Ft 1 $0.00
67 Cleaning and Sediment Removal 72" Pipe Linear Ft 1 $0.00
Pipe Cleaning and Sediment Removel (Medium Cleaning)
Page 4 / 8
RFP-2024-082-OA - STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES
ATTACHMENT B - PRICE PROPOSAL FORM
ITEM DESCRIPTION UNIT QUANTITY
UNIT PRICE
(to two decimal
places)
TOTAL
68 Cleaning and Sediment Removal 84" Pipe Linear Ft 1 $0.00
69 Cleaning and Sediment Removal 96" Pipe Linear Ft 1 $0.00
70 Cleaning and Sediment Removal 15" Pipe Linear Ft 1 $0.00
71 Cleaning and Sediment Removal 18" Pipe Linear Ft 1 $0.00
72 Cleaning and Sediment Removal 24" Pipe Linear Ft 1 $0.00
73 Cleaning and Sediment Removal 30" Pipe Linear Ft 1 $0.00
74 Cleaning and Sediment Removal 36" Pipe Linear Ft 1 $0.00
75 Cleaning and Sediment Removal 42" Pipe Linear Ft 1 $0.00
76 Cleaning and Sediment Removal 48" Pipe Linear Ft 1 $0.00
77 Cleaning and Sediment Removal 54" Pipe Linear Ft 1 $0.00
78 Cleaning and Sediment Removal 60" Pipe Linear Ft 1 $0.00
79 Cleaning and Sediment Removal 66" Pipe Linear Ft 1 $0.00
80 Cleaning and Sediment Removal 72" Pipe Linear Ft 1 $0.00
81 Cleaning and Sediment Removal 84" Pipe Linear Ft 1 $0.00
82 Cleaning and Sediment Removal 96" Pipe Linear Ft 1 $0.00
83 Cleaning and Sediment Removal 15" Pipe Linear Ft 1 $0.00
84 Cleaning and Sediment Removal 18" Pipe Linear Ft 1 $0.00
Pipe Cleaning and Sediment Removal (Specialty Cleaning)
Pipe Cleaning and Sediment Removal (Heavy Cleaning)
Page 5 / 8
RFP-2024-082-OA - STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES
ATTACHMENT B - PRICE PROPOSAL FORM
ITEM DESCRIPTION UNIT QUANTITY
UNIT PRICE
(to two decimal
places)
TOTAL
85 Cleaning and Sediment Removal 24" Pipe Linear Ft 1 $0.00
86 Cleaning and Sediment Removal 30" Pipe Linear Ft 1 $0.00
87 Cleaning and Sediment Removal 36" Pipe Linear Ft 1 $0.00
88 Cleaning and Sediment Removal 42" Pipe Linear Ft 1 $0.00
89 Cleaning and Sediment Removal 48" Pipe Linear Ft 1 $0.00
90 Cleaning and Sediment Removal 54" Pipe Linear Ft 1 $0.00
91 Cleaning and Sediment Removal 60" Pipe Linear Ft 1 $0.00
92 Cleaning and Sediment Removal 66" Pipe Linear Ft 1 $0.00
93 Cleaning and Sediment Removal 72" Pipe Linear Ft 1 $0.00
94 Cleaning and Sediment Removal 84" Pipe Linear Ft 1 $0.00
95 Cleaning and Sediment Removal 96" Pipe Linear Ft 1 $0.00
96 Construction Foreman Hour 1 $0.00
97 Equipment Operator Hour 1 $0.00
98 Laborer Hour 1 $0.00
99 Pipe Layer Hour 1 $0.00
100 Welding (Above & Below Water)Hour 1 $0.00
101 Diving Crew (3 Man Team) Certified Hour 1 $0.00
102 Crane 100 Tons & Below Hour 1 $0.00
Open Cut / Headwall Repairs & Other Services
Page 6 / 8
RFP-2024-082-OA - STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES
ATTACHMENT B - PRICE PROPOSAL FORM
ITEM DESCRIPTION UNIT QUANTITY
UNIT PRICE
(to two decimal
places)
TOTAL
103 Track or Wheeled Excavator Hour 1 $0.00
104 Stick Tracked Excavator (60' or Greater)Hour 1 $0.00
105 Wheel Loader Hour 1 $0.00
106 Backhoe Loader Hour 1 $0.00
107 Bulldozer Hour 1 $0.00
108 Double Drum Compactor Hour 1 $0.00
109 Vibratory Plate Compactor.Hour 1 $0.00
110 100 CFM Air Compressor with Hammer Hour 1 $0.00
111 Dump Truck with Operator Hour 1 $0.00
112 De-Watering Hour 1 $0.00
113 Asphalt Pavement Replacement Tons 1 $0.00
114 Lime Rock Tons 1 $0.00
115 Dirt Tons 1 $0.00
116 Driveway Restoration (4" thick) Removal and Installation Sq. Ft.1 $0.00
117 Driveway Restoration (6" thick) Removal and Installation Sq. Ft.1 $0.00
118 Mitered Ends Sq. Ft.1 $0.00
119 Pressure Grout Injection Joints 1 $0.00
120 Bahia Sod Sq. Ft.1 $0.00
121 Floratan Sod Sq. Ft.1 $0.00
Page 7 / 8
RFP-2024-082-OA - STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES
ATTACHMENT B - PRICE PROPOSAL FORM
ITEM DESCRIPTION UNIT QUANTITY
UNIT PRICE
(to two decimal
places)
TOTAL
122 Rip Rap Rubble 6" - 12"Tons 1 $0.00
123 Rip Rap Bag (80 lb. Bags)Each 1 $0.00
124 Concrete Pillow Blanket slope protection Square Yard 1 $0.00
125 Silt Screen Installation & Removal per 100 ft.Each 1 $0.00
126 Mobilization Fee Each 1 $0.00
127
Material Mark Up Percentage
- Cost Plus Percentage may not exceed 10%.
- A percentage of 0 or net cost is acceptable.
%1 0.00%
$0.00
NOTES:
1. Fill the cells in yellow highlight only. Proposers are requested to submit all pricing on Price Proposal Form sheet posted in Excel format.
2. For labor in increments of less than ½ hour, established rate shall be prorated. Hourly rate shall start upon commencement of work at job site and terminate upon departure
from jobsite.
3. All prices proposed shall be in full accordance with the terms, conditions, and specifications stated in the RFP document.
4. As specified, prices quoted shall include inside delivery to the specified College campus(es), centers and/or facilities within Broward County, Florida.
5. Working Hours: the standard workweek shall be considered Monday through Friday, from 7:00 am to 4:00 p.m. ET, excluding normal federal holidays granted to College
employees. All other times are considered non-standard.
6. Contractor shall work during College non-standard working hours, College off-hours, recess periods, College authorized holidays or legal holidays, and/or weekends at no
additional cost to the College.
7. All costs related to hourly labor rates, whether during standard workweek business hours or for emergency services not during standard workweek business hours, shall be
included in your proposal.
8. The Proposer proposes and agrees to provide all materials, labor, supervision, services, travel, transportation, fuel cost, equipment, tools, etc., to perform the work required
in accordance with the RFP document.
9. A copy of the itemized parts and materials invoice from the contractor’s supplier must be included with all billings to Broward College for parts and materials in order to verify
mark-up.
10. College may elect to supply large dollar items if it is able to procure these items at a lower cost.
GRAND TOTAL:
Page 8 / 8
RFP-2024-082-OA - STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES
ATTACHMENT B - PRICE PROPOSAL FORM
2024
ITEM DESCRIPTION UNIT QUANTITY
UNIT PRICE
(to two decimal
places)
TOTAL
1 Storm Drain (Video Camera) Observation 0 - 48" Log/Written Report Linear Ft 1 $6.00 $6.00
2 Storm Drain (Video Camera) Observation 49" - 72" Log/Written Report Linear Ft 1 $15.00 $15.00
3 Cleaning Box Culverts of Debris and Bituminous Materials Removed Per Ft 1 $25.00 $25.00
4 0" to 12" Cross/Side Drain or Equivalent Elliptical Circumference Week Week 1 $1.00 $1.00
5 15" to 30" Cross/Side Drain or Equivalent Elliptical Circumference Week Week 1 $1.00 $1.00
6 36" to 42" Cross/Side Drain or Equivalent Elliptical Circumference Week Week 1 $1.00 $1.00
7 48" to 60" Cross/Side Drain or Equivalent Elliptical Circumference Week Week 1 $1.00 $1.00
8 72" to 96" Cross/Side Drain or Equivalent Elliptical Circumference Week Week 1 $1.00 $1.00
9 4" Hydraulic Pump (with up to 1000' of discharge hose) Hours 1 $35.00 $35.00
10 6" Hydraulic Pump (with up to 1000' of discharge hose)Hours 1 $40.00 $40.00
11 8" Hydraulic Pump (with up to 1000' of discharge hose) Hours 1 $40.00 $40.00
12 Slip Lining 15" Pipe Linear Ft 1 $50.00 $50.00
13 Slip Lining 18" Pipe Linear Ft 1 $89.00 $89.00
TV Viewing
Plug Installation & Removal {Includes Minimum Weekly Rental) for:
Pumping
GENERAL MAINTENANCE AND REPAIRS
Slip Lining or Equivalent Elliptical Circumference with HDPE Smooth Wall Fused
Pipe
Page 1 / 16
RFP-2024-082-OA - STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES
ATTACHMENT B - PRICE PROPOSAL FORM
ITEM DESCRIPTION UNIT QUANTITY
UNIT PRICE
(to two decimal
places)
TOTAL
14 Slip Lining 24" Pipe Linear Ft 1 $99.00 $99.00
15 Slip Lining 30" Pipe Linear Ft 1 $116.00 $116.00
16 Slip Lining 36" Pipe Linear Ft 1 $160.00 $160.00
17 Slip Lining 42" Pipe Linear Ft 1 $228.00 $228.00
18 Slip Lining 48" Pipe Linear Ft 1 $339.00 $339.00
19 Slip Lining 54" Pipe Linear Ft 1 $404.00 $404.00
20 Slip Lining 60" Pipe Linear Ft 1 $494.00 $494.00
21 CIPP 15" Pipe 15 x 6.7 mm (Buria l Depth is 0-6') Linear Ft 1 $82.00 $82.00
22 CIPP 15" Pipe 15 x 8.2 mm (Burial Depth is 6-12') Linear Ft 1 $87.00 $87.00
23 CIPP 18" Pipe x 8.1 mm (Burial Depth is 0-6')Linear Ft 1 $97.00 $97.00
24 CIPP 18" Pipe x 9.7 mm (Burial Depth is 6-12')Linear Ft 1 $100.00 $100.00
25 CIPP 24" Pipe x 10.1 mm (Burial Depth is 0-6')Linear Ft 1 $118.00 $118.00
26 CIPP 24" Pipe x 12.4 mm (Burial Depth is 6-12')Linear Ft 1 $125.00 $125.00
27 CIPP 30" Pipe x 13.5 mm (Burial Depth is 0-6')Linear Ft 1 $154.00 $154.00
28 CIPP 30" Pipe x 15.4 mm (Burial Depth is 6-12')Linear Ft 1 $162.00 $162.00
29 CIPP 36" Pipe x 17.2 mm (Burial Depth is 0-6')Linear Ft 1 $191.25 $191.25
30 CIPP 36" Pipe x 18.1 mm (Burial Depth is 6-12')Linear Ft 1 $201.00 $201.00
31 CIPP 42" Pipe x 20.9 mm (Burial Depth is 0-6')Linear Ft 1 $275.50 $275.50
32 CIPP 42" Pipe x 20.6 mm (Burial Depth is 6-12')Linear Ft 1 $275.50 $275.50
Page 2 / 16
RFP-2024-082-OA - STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES
ATTACHMENT B - PRICE PROPOSAL FORM
ITEM DESCRIPTION UNIT QUANTITY
UNIT PRICE
(to two decimal
places)
TOTAL
33 CIPP 48" Pipe x 25.2 mm (Burial Depth is 0-6')Linear Ft 1 $346.75 $346.75
34 CIPP 48" Pipe x 22.6 mm (Burial Depth is 6-12')Linear Ft 1 $338.75 $338.75
35 CIPP 54" Pipe x 28.2 mm (Burial Depth is 0-6')Linear Ft 1 $540.00 $540.00
36 CIPP 54" Pipe x 24.7 mm (Burial Depth is 6-12')Linear Ft 1 $533.75 $533.75
37 CIPP 60" Pipe x 30.3 mm (Burial Depth is 0-6')Linear Ft 1 $708.00 $708.00
38 CIPP 60" Pipe x 27.3 mm (Burial Depth is 6-12')Linear Ft 1 $670.00 $670.00
39 CIPP 66" Pipe x 31.6 mm (Burial Depth is 0-6')Linear Ft 1 $825.00 $825.00
40 CIPP 66" Pipe x 29.1 mm (Burial Depth is 6-12')Linear Ft 1 $809.00 $809.00
41 CIPP 72" Pipe x 30.4 mm Linear Ft Linear Ft 1 $933.00 $933.00
42 CIPP 84" Pipe x 35.5 mm Linear Ft Linear Ft 1 $1,229.00 $1,229.00
43 CIPP 96" Pipe x 40.6 mm Linear Ft Linear Ft 1 $1,540.50 $1,540.50
44 Cleaning and Sediment Removal 15" Pipe Linear Ft 1 $0.50 $0.50
45 Cleaning and Sediment Removal 18" Pipe Linear Ft 1 $0.50 $0.50
46 Cleaning and Sediment Removal 24" Pipe Linear Ft 1 $0.50 $0.50
47 Cleaning and Sediment Removal 30" Pipe Linear Ft 1 $1.25 $1.25
48 Cleaning and Sediment Removal 36" Pipe Linear Ft 1 $1.50 $1.50
49 Cleaning and Sediment Removal 42" Pipe Linear Ft 1 $2.00 $2.00
PIPE CLEANING
Pipe Cleaning and Sediment Removal (Light Cleaning)
Page 3 / 16
RFP-2024-082-OA - STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES
ATTACHMENT B - PRICE PROPOSAL FORM
ITEM DESCRIPTION UNIT QUANTITY
UNIT PRICE
(to two decimal
places)
TOTAL
50 Cleaning and Sediment Removal 48" Pipe Linear Ft 1 $2.50 $2.50
51 Cleaning and Sediment Removal 54" Pipe Linear Ft 1 $2.75 $2.75
52 Cleaning and Sediment Removal 60" Pipe Linear Ft 1 $3.00 $3.00
53 Cleaning and Sediment Removal 66" Pipe Linear Ft 1 $4.00 $4.00
54 Cleaning and Sediment Removal 72" Pipe Linear Ft 1 $5.00 $5.00
55 Cleaning and Sediment Removal 84" Pipe Linear Ft 1 $6.00 $6.00
56 Cleaning and Sediment Removal 96" Pipe Linear Ft 1 $7.00 $7.00
57 Cleaning and Sediment Removal 15" Pipe Linear Ft 1 $1.00 $1.00
58 Cleaning and Sediment Removal 18" Pipe Linear Ft 1 $1.75 $1.75
59 Cleaning and Sediment Removal 24" Pipe Linear Ft 1 $2.00 $2.00
60 Cleaning and Sediment Removal 30" Pipe Linear Ft 1 $2.25 $2.25
61 Cleaning and Sediment Removal 36" Pipe Linear Ft 1 $2.50 $2.50
62 Cleaning and Sediment Remova l 42" Pipe Linear Ft 1 $3.25 $3.25
63 Cleaning and Sediment Removal 48" Pipe Linear Ft 1 $3.50 $3.50
64 Cleaning and Sediment Removal 54" Pipe Linear Ft 1 $4.00 $4.00
65 Cleaning and Sediment Removal 60" Pipe Linear Ft 1 $7.00 $7.00
66 Cleaning and Sediment Removal 66" Pipe Linear Ft 1 $8.00 $8.00
67 Cleaning and Sediment Removal 72" Pipe Linear Ft 1 $10.00 $10.00
Pipe Cleaning and Sediment Removel (Medium Cleaning)
Page 4 / 16
RFP-2024-082-OA - STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES
ATTACHMENT B - PRICE PROPOSAL FORM
ITEM DESCRIPTION UNIT QUANTITY
UNIT PRICE
(to two decimal
places)
TOTAL
68 Cleaning and Sediment Removal 84" Pipe Linear Ft 1 $15.00 $15.00
69 Cleaning and Sediment Removal 96" Pipe Linear Ft 1 $35.00 $35.00
70 Cleaning and Sediment Removal 15" Pipe Linear Ft 1 $5.50 $5.50
71 Cleaning and Sediment Removal 18" Pipe Linear Ft 1 $6.25 $6.25
72 Cleaning and Sediment Removal 24" Pipe Linear Ft 1 $7.00 $7.00
73 Cleaning and Sediment Removal 30" Pipe Linear Ft 1 $9.00 $9.00
74 Cleaning and Sediment Removal 36" Pipe Linear Ft 1 $10.75 $10.75
75 Cleaning and Sediment Removal 42" Pipe Linear Ft 1 $17.00 $17.00
76 Cleaning and Sediment Removal 48" Pipe Linear Ft 1 $19.00 $19.00
77 Cleaning and Sediment Removal 54" Pipe Linear Ft 1 $19.00 $19.00
78 Cleaning and Sediment Removal 60" Pipe Linear Ft 1 $20.00 $20.00
79 Cleaning and Sediment Removal 66" Pipe Linear Ft 1 $21.00 $21.00
80 Cleaning and Sediment Removal 72" Pipe Linear Ft 1 $25.00 $25.00
81 Cleaning and Sediment Removal 84" Pipe Linear Ft 1 $30.00 $30.00
82 Cleaning and Sediment Removal 96" Pipe Linear Ft 1 $39.00 $39.00
83 Cleaning and Sediment Removal 15" Pipe Linear Ft 1 $10.00 $10.00
84 Cleaning and Sediment Removal 18" Pipe Linear Ft 1 $10.00 $10.00
Pipe Cleaning and Sediment Removal (Specialty Cleaning)
Pipe Cleaning and Sediment Removal (Heavy Cleaning)
Page 5 / 16
RFP-2024-082-OA - STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES
ATTACHMENT B - PRICE PROPOSAL FORM
ITEM DESCRIPTION UNIT QUANTITY
UNIT PRICE
(to two decimal
places)
TOTAL
85 Cleaning and Sediment Removal 24" Pipe Linear Ft 1 $10.00 $10.00
86 Cleaning and Sediment Removal 30" Pipe Linear Ft 1 $12.00 $12.00
87 Cleaning and Sediment Removal 36" Pipe Linear Ft 1 $14.00 $14.00
88 Cleaning and Sediment Removal 42" Pipe Linear Ft 1 $20.00 $20.00
89 Cleaning and Sediment Removal 48" Pipe Linear Ft 1 $25.00 $25.00
90 Cleaning and Sediment Removal 54" Pipe Linear Ft 1 $35.00 $35.00
91 Cleaning and Sediment Removal 60" Pipe Linear Ft 1 $40.00 $40.00
92 Cleaning and Sediment Removal 66" Pipe Linear Ft 1 $45.00 $45.00
93 Cleaning and Sediment Removal 72" Pipe Linear Ft 1 $50.00 $50.00
94 Cleaning and Sediment Removal 84" Pipe Linear Ft 1 $60.00 $60.00
95 Cleaning and Sediment Removal 96" Pipe Linear Ft 1 $65.00 $65.00
96 Construction Foreman Hour 1 $70.00 $70.00
97 Equipment Operator Hour 1 $150.00 $150.00
98 Laborer Hour 1 $40.00 $40.00
99 Pipe Layer Hour 1 $42.00 $42.00
100 Welding (Above & Below Water)Hour 1 $50.00 $50.00
101 Diving Crew (3 Man Team) Certified Hour 1 $450.00 $450.00
102 Crane 100 Tons & Below Hour 1 $80.00 $80.00
Open Cut / Headwall Repairs & Other Services
Page 6 / 16
RFP-2024-082-OA - STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES
ATTACHMENT B - PRICE PROPOSAL FORM
ITEM DESCRIPTION UNIT QUANTITY
UNIT PRICE
(to two decimal
places)
TOTAL
103 Track or Wheeled Excavator Hour 1 $50.00 $50.00
104 Stick Tracked Excavator (60' or Greater)Hour 1 $90.00 $90.00
105 Wheel Loader Hour 1 $45.00 $45.00
106 Backhoe Loader Hour 1 $35.00 $35.00
107 Bulldozer Hour 1 $10.00 $10.00
108 Double Drum Compactor Hour 1 $25.00 $25.00
109 Vibratory Plate Compactor.Hour 1 $15.00 $15.00
110 100 CFM Air Compressor with Hammer Hour 1 $30.00 $30.00
111 Dump Truck with Operator Hour 1 $75.00 $75.00
112 De-Watering Hour 1 $85.00 $85.00
113 Asphalt Pavement Replacement Tons 1 $350.00 $350.00
114 Lime Rock Tons 1 $70.00 $70.00
115 Dirt Tons 1 $25.00 $25.00
116 Driveway Restoration (4" thick) Removal and Installation Sq. Ft. 1 $25.00 $25.00
117 Driveway Restoration (6" thick) Removal and Installation Sq. Ft. 1 $30.00 $30.00
118 Mitered Ends Sq. Ft. 1 $45.00 $45.00
119 Pressure Grout Injection Joints 1 $275.00 $275.00
120 Bahia Sod Sq. Ft. 1 $1.50 $1.50
121 Floratan Sod Sq. Ft. 1 $2.00 $2.00
Page 7 / 16
RFP-2024-082-OA - STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES
ATTACHMENT B - PRICE PROPOSAL FORM
ITEM DESCRIPTION UNIT QUANTITY
UNIT PRICE
(to two decimal
places)
TOTAL
122 Rip Rap Rubble 6" - 12"Tons 1 $100.00 $100.00
123 Rip Rap Bag (80 lb. Bags)Each 1 $15.00 $15.00
124 Concrete Pillow Blanket slope protection Square Yard 1 $50.00 $50.00
125 Silt Screen Installation & Removal per 100 ft.Each 1 $300.00 $300.00
126 Mobilization Fee Each 1 $500.00 $500.00
127
Material Mark Up Percentage
- Cost Plus Percentage may not exceed 10%.
- A percentage of 0 or net cost is acceptable.
%1 10.00%10.00%
$16,373.75
NOTES:
1. Fill the cells in yellow highlight only. Proposers are requested to submit all pricing on Price Proposal Form sheet posted in Excel format.
2. For labor in increments of less than ½ hour, established rate shall be prorated. Hourly rate shall start upon commencement of work at job site and terminate upon departure
from jobsite.
3. All prices proposed shall be in full accordance with the terms, conditions, and specifications stated in the RFP document.
4. As specified, prices quoted shall include inside delivery to the specified College campus(es), centers and/or facilities within Broward County, Florida.
5. Working Hours: the standard workweek shall be considered Monday through Friday, from 7:00 am to 4:00 p.m. ET, excluding normal federal holidays granted to College
employees. All other times are considered non-standard.
6. Contractor shall work during College non-standard working hours, College off-hours, recess periods, College authorized holidays or legal holidays, and/or weekends at no
additional cost to the College.
7. All costs related to hourly labor rates, whether during standard workweek business hours or for emergency services not during standard workweek business hours, shall be
included in your proposal.
8. The Proposer proposes and agrees to provide all materials, labor, supervision, services, travel, transportation, fuel cost, equipment, tools, etc., to perform the work required
in accordance with the RFP document.
9. A copy of the itemized parts and materials invoice from the contractor’s supplier must be included with all billings to Broward College for parts and materials in order to verify
mark-up.
10. College may elect to supply large dollar items if it is able to procure these items at a lower cost.
GRAND TOTAL:
Page 8 / 16
4.6 – FINANCIAL CAPACITY
TAB 7 – 4.6.1 – FINANCIAL CAPACITY
Dun & Bradstreet
D-U-N-S# : 09-284-0073
4.7 – ATTACHMENTS
TAB 8 – 4.7.1 – ATTACHMENT D – DRUG-FREE WORKPLACE
CERTIFICATION
TAB 8 – 4.7.2 – ATTACHMENT E – NON-DISCLOSURE
AGREEMENT
TAB 8 – 4.7.3 – ATTACHMENT F – PUBLIC ENTITY CRIMES
STATEMENT
TAB 8 – 4.7.4 – ATTACHMENT G – NON-COLLUSION
AFFIDAVIT
TAB 9 – 4.7.5 – VALUE ADDED SERVICES
TAB 10 – 4.76 – OTHER SUPPORT DOCUMENTS
EQUIPMENT LIST
7/30/2024
Description Make Model Year
ARROW BOARD Wanco WTSP 2014
ARROW BOARD Wanco WTSP 2014
ARROW BOARD Wanco WTSP 2015
AIR COMPRESSOR Leroy AIR COMPRESSOR 1989
AIR COMPRESSOR INGERSOL RAND AIR COMPRESSOR 2009
VIPER O50 FOAM GENERATOR VERMILLION FOAM GENERATOR 2008
36" Collapsible Maineline Packer Logiball Packer 2013
30" Collapsible Maineline Packer Logiball Packer 2013
Sag Correction System Advance Const Prod Sag Machine 2014
42" Collapsible Maineline Packer Logiball Packer 2017
Fecon Carbide Mulcher adapter LS283 Fecon CEM36 Mulcher 2020
Impact Drilling Cutter Paikert SB110 2022
Push Camera Envirosight VSP Pro 2023
Sag Remover 8" Pipe adapter tow slings, hose tow adapter 2023
FORK LIFT CATERPILLAR FORK LIFT 2008
JET VAC SEWER CLEANING TRUCK FREIGHTLINER 2023
LONG STICK EXCAVATOR KOBELCO SK250LC 2004
6" THOMPSON TRASH PUMP THOMPSON 6" PUMP 2006
YARD - PICK UP TRUCK FORD F150 XL STD CAB 2016
Superintendent Truck GMC SIERRA 1500 2019
Yard Pick Up Ford F250 2015
Yard Pick Up w/Liftgate Ford F250 2017
Superintendent Truck FORD F150 PK 2022
UTILITIY TRUCK DODGE Ram 1500 Pickup 2022
YARD PICK UP TRUCK GMC CANYON 2022
Superintendent Truck FORD F150 4x2 4Dr SUPERCRE 2022
2022 F250 YARD - PICKUP TRUCK FORD F250 2022
OFFICE TRUCK FORD F150 CREW CAB 4D 2022
CHEVY SILVERADO 1500 CHEV SILVERADO 1500 2022
BOX TRUCK W/SAG REMOVER RAM 4500 2013
Trailer Yard Emerson 6X12 2006
Better Built Trailer w/Air Compressor Better Built 6x10 2017
Triple Crown 7x16 Triple Crown 7x16 2015
Trailer Yard Test TL 1987
Trailer FVCG FVCG GANS7X16TA3-WHITE-L 2023
CUES TV/GROUT TRUCK FORD F550 2011
IBAK TV TRUCK FORD E450 BOX TRUCK 2016
2021 IBAK ISUZY ISUZU Ibak TV/Grout Truck 2021
UTILITIY TRUCK DODGE RAM 5500 UTILITY 2018
YARD - PICK UP TRUCK DODGE Ram 2500 Pickup 2022
YARD - PICK UP TRUCK DODGE Ram 2500 Pickup 2022
YARD - PICK UP TRUCK DODGE Ram 2500 Pickup 2022
YARD - PICK UP TRUCK DODGE Ram 2500 Pickup 2022
VACTOR SEWER CLEANING TRUCK VACTOR KENWORTH 2013
VACTOR SEWER CLEANING TRUCK VACTOR FREIGHTLINER 2014
VACTOR SEWER CLEANING TRUCK VACTOR KENWORTH 2014
VACTOR SEWER CLEANING TRUCK VACTOR KENWORTH 2014
VACTOR SEWER CLEANING TRUCK VACTOR KENWORTH 2015
VACTOR SEWER CLEANING TRUCK VACTOR FREIGHTLINER 2015
VACTOR SEWER CLEANING TRUCK VACTOR FREIGHTLINER 2016
VACTOR SEWER CLEANING TRUCK VACTOR FREIGHTLINER 2016
VACTOR SEWER CLEANING TRUCK VACTOR KENWORTH 2018
1 OF 4
EQUIPMENT LIST
7/30/2024
VACTOR SEWER CLEANING TRUCK VACTOR KENWORTH 2019
VACTOR SEWER CLEANING TRUCK VACTOR KENWORTH 2020
VACTOR SEWER CLEANING TRUCK VACTOR KENWORTH 2020
JET VAC SEWER CLEANING TRUCK JET VAC WESTERN STAR - 4700 S 2022
JET VAC SEWER CLEANING TRUCK WESTERN STAR WESTERN STAR - 4700 S 2023
JET VAC SEWER CLEANING TRUCK KENWORTH T800 2019
JET VAC SEWER CLEANING TRUCK KENWORTH T800 2020
BACKHOE JOHN DEERE 310SL 2022
GENERATOR
ARROW BOARD Wanco WTSP 2014
4"Yanmar Pump Yanmar 4" Pump 2022
6" MWI PUMP MWI 6" PUMP 2004
North - YARD - PICK-UP TRUCK FORD F150 4X4 SUPERCAB 2017
YARD - PICK UP TRUCK FORD F150 XL SINGLE CAB 2018
North - YARD - PICK-UP TRUCK Chevrolet Silverado Pick Up 2500 S 2018
North - YARD - PICK-UP TRUCK Dodge Ram 1500 Pick-Up 2019
North - Office Truck JEEP GRAND CHEROKEE LMT 2022
Trailer Yard Emerson 6X10 2003
CUES TV/GROUT TRUCK ISUZU BOX VAN 2016
IBAK TV TRUCK ISUZU BOX VAN 2021
TV Truck w/ Lateral Laucher Ford Ibak TV Lateral Truck 2016
YARD - PICK UP TRUCK DODGE Ram 2500 Pickup 2022
VACTOR SEWER CLEANING TRUCK VACTOR KENWORTH 2018
VACTOR SEWER CLEANING TRUCK VACTOR FREIGHTLINER 2015
VACTOR SEWER CLEANING TRUCK VACTOR KENWORTH 2018
VACTOR SEWER CLEANING TRUCK VACTOR KENWORTH 2015
JET VAC SEWER CLEANING TRUCK WESTERN STAR 4700 2021
ARROW BOARD Wanco WTSP 2016
ARROW BOARD Wanco WTSP 2023
BACKHOE CATERPILLAR BACKHOE 420E IT 2008
OFFICE TRUCK JEEP GRAND CHEROKEE 2022
6" PRIMERITE CT006 PUMP PRIMERITE 6" PUMP 2004
YARD - PICK UP TRUCK FORD F150 4x2 4Dr SUPERCRE 2014
West - OFFICE PICK-UP TRUCK DODGE RAM 1500 2019
Trailer Yard Trailer 6X8 2002
Haulmark 6x10 Haulmark 6x10 2000
Kraftsman Trailer 25' KRAFTSMAN 25' Goose Neck Trailer 2021
Trailer - Misc Liberty - Stea Trailer 2016
CUES TV/GROUT TRUCK ISUZU BOX VAN 2019
IBAK TV/GROUT TRUCK ISUZU BOX VAN 2019
YARD - UTILITY TRUCK DODGE RAM 2500 2022
YARD - PICK UP TRUCK DODGE Ram 2500 Pickup 2022
VACTOR SEWER CLEANING TRUCK VACTOR KENWORTH 2014
VACTOR SEWER CLEANING TRUCK VACTOR KENWORTH 2020
900 ECO WESTERN STAR 4700SF 2022
EASEMENT & TRAILER PJ TRAILERS UK122 2021
YARD FORKLIFT NISSAN KCPH02A25PV 1995
YARD - PICK UP TRUCK FORD F150 4X4 SUPERCAB 2014
OFFICE TRUCK DODGE RAM 1500 2019
OFFICE TRUCK Buick Enclave 2020
Horton Trailer HORTON 2015
YARD - CREW FLAT BED CHEVY 3500 FLAT BED CREW C 2016
YARD - CREW FLAT BED CHEVY 3500 FLAT BED CREW C 2016
JET VAC SEWER CLEANING TRUCK Freightliner 114SD 2023
2 OF 4
EQUIPMENT LIST
7/30/2024
CUES TV/Lateral TRUCK FREIGHTLINER F3CC170 2013
Volvo Boiler Truck Volvo Truck 2002
Sterling LT9500 Boiler Sterling LT9500 2007
Kenworth Boiler Kenworth T880 2018
Kenworth Boiler Kenworth GEN 2 2018
Aries PE2600 Pan & Tilt Camera Aries PE2600 2004
Global Trash Pump Global 4" Trash Pump 2015
Global Trash Pump Global 4" Trash Pump 2012
Ford F150 4x4 Ford F150 4X4 2019
Chevy Tahoe Chevy Tahoe 2023
Reefer Freightliner Freightliner Reefer 2015
Reefer Freightliner Freightliner Reefer 2016
Reefer Freightliner Kenworth T-370 2020
Cros Flatbed Trailer Cros 2003
Triple Crown Trailer Triple Crowns 5x10 2016
ARIES TV TRUCK (Equip from TV227) ISUZU BOX VAN 2011
Isuzu Crew Truck Isuzu BOX VAN 2021
Isuzu Crew Truck Isuzu BOX VAN 2021
West - OFFICE PICK-UP TRUCK DODGE RAM 1501 2022
YARD - PICK UP TRUCK DODGE Ram 2500 Pickup 2022
F250 Utility Ford F250 2023
YARD - PICK-UP TRUCK Dodge Ram 1500 Pick-Up 2022
JET VAC SEWER CLEANING TRUCK WESTERN STAR WESTERN STAR - 4700 S 2022
JET VAC SEWER CLEANING TRUCK WESTERN STAR WESTERN STAR - 4700 S 2022
Pick up truck Chevrolet SILVERADO 2022
ARROW BOARD Wanco WTSP 2017
Chassis for TV432 2022
Pick up truck RAM 1500 BIG HORN / LONE S 2022
Trailer - Grout/Confined Space Arni Trailer 2018
Trailer - Grout Gatt Trailer 2009
Trailer Elite Trailer 2003
Tanker Truck International SF625 2011
Tanker Truck International SF625 2011
CCTV Truck RAM 5500 2014
CCTV Truck RAM 5500 2018
Ibak TV/Grout Truck Isuzu Ibak TV/Grout Truck 2020
UT381 CHEVY 3500 FLAT BED CREW C 2015
Vacall Vac Truck Freightliner 114SD 2014
Vacall Vac Truck Freightliner 114SD 2014
Vacall Vac Truck Freightliner 114SD 2015
Vacall Vac Truck Freightliner 114SD 2017
Vacall Vac Truck Freightliner 114SD 2019
Vacall Vac Truck Freightliner 114SD 2020
Pick up truck RAM 2500 CREW CAB 2022
900 ECO WESTERN STAR 4700SF 2022
VACALL TRUCK AJV1215 S/N: AVJ12154979 2023
VACALL TRUCK AJV1515 S/N: AJV0005061 2024
WHEEL LOADER Hitachi ZW50 2024
DUMP TRUCK PETERBILT DUMP TRUCK 2006
OFFICE TRUCK - Deland Mitsubishi Outlander SUV 2019
OFFICE TRUCK DODGE Ram 1500 Pickup 2020
Equp Trailer BEBU 20' Trailer 20' Equp Trailer 2002
Equp/Material Trailer Bray 20' Trailer 20' Equp/Material Trailer 2005
Big Tex Dump Trailer Big Tex 14x8x4 (14CY) 2020
Yard Pick Up Ford F350 2017
3 OF 4
EQUIPMENT LIST
7/30/2024
Big Tex Dump Trailer 14' BIG TEX 14' Dump Trailer 2017
Maxima Cargo 7x16 Covered Trailer Maxima Cargo Trailer 7x16 Covered Trailer 2021
Trailer Yard Load Trail 2020
UTILITIY TRUCK DODGE RAM 5500 UTILITY 2020
YARD - PICK UP TRUCK GMC SIERRA 1500 2024
Corporate - Office Truck CHEVY TAHOE HIGH COUNTRY 2022
Corporate - Office Truck CHEVY Silverado 1500 2WD CRE 2022
YARD TRUCK FORD 2022 Ford F-150 2022
Corporate - Pick up Truck GMC SIERRA 2500 HD 2024
Corporate - Office Truck FORD TK 2023
4 OF 4
Project Name & Number Locations Owner Description of work
Beginning
Mo/Year
Contract
Duration
24-1262 - Heather Ridge Drainage
Improvements
City of Dunedin City of Dunedin CIPP Lining 7/12/2024 60 days
E50D5 - Drainage Repair Volusia FDOT - D5 Drainage Clean & Video 6/1/2024 60 days
PNC2127482B1_1 - Restoration of Surface
Water Infrastructure
Broward County Broward County Water
Management
Rehab Surface Water
Infrastructure
6/1/2024 365 days
C006434 - Ribs #73-#85 Decommissioning Lake Buena Vista Central Florida Tourism
Oversight District (CFTOD)
Decommisioning - Drainage
Clean
6/1/2024 120 days
PNC2127482B1 - Restoration of Surface
Water Infrastructure
Broward County - District
2, 3, & 4
Broward County Water
Management
Drainage Clean & Video 4/1/2024 365 days
E7Q66-R0 - Brooksville Repairs &
Maintenance - Routine Maintenance
Citrus, Hernando, Pasco FDOT - D7 Brooksville Repairs &
Maintenance - Routine
Maintenance
2/19/2024 365 days
E56C9 - Drainage Repair Volusia FDOT - D5 Volusia County/Drainage
Repiar SR 15/600 in Debary
1/18/2024 280 days
E54C7 - Drainage Repair Brevard FDOT - D5 Storm water drainage repair 2/13/2024 180 days
23-39B Citywide Culvert Cleaning Inspection
& Repair
City of Tamarac City of Tamarac Clean, Inspection and Repair TBD 1095 days
2023-25 25th Street, 2022-33 Sexton Plaza,
2020-18 Royal Park
Vero Beach City of Vero Beach clean, televise, and install
CIPP
8/15/2023 120 days
23-B-203i Emergency Storm Drain Cleaning City of Coral Springs City of Coral Springs Clean, TV, Inspection 7/13/2023 730 days
Polk County- 23-219 CIPP Installation Polk County Polk County CIPP Installation 6/23/2023 365 days
Infrastructure and Asset Mantenance Jobs
E6N37, E4U23, E4T63, E4V94
Various Locations Louis Berger Hawthorne
Services, Inc
Clean, TV, Inspection 3/1/2023 1095 days
Pipe Inspection & Restoration
1888 NW 22nd Street Pompano Beach, FL 33069 ● (954) 975-0098 ● www.shenandoahus.com
Featured Project: Storm & Catch Basin Cleaning Hollywood, FL
Featured Project: Canal Stabilization & Restoration Naples, FL
Featured Project: Concrete Slab Foundation Lifting &
Stabilization Auburndale, FL
Pipe Inspection & Restoration
1888 NW 22nd Street Pompano Beach, FL 33069 ● (954) 975-0098 ● www.shenandoahus.com
Featured Project: CIPP Lining Project Boca Raton, FL
Featured Project: Storm Drain System – Port St. Lucie, FL
Featured Project: Roadway & Manhole Leveling & Stabilization
New Port Richey, FL
Pipe Inspection & Restoration
Corporate ● 1888 NW 22nd Street Pompano Beach, FL 33069 ● (954) 975-0098 ● www.shenandoahus.com
Fort Pierce Fort Myers Lakeland Tampa
1107 Angel Rd. 2530 Highland Ave. 4759 Drane Field Rd. 11508 US Hwy 41 S.
Fort Pierce, FL 34947 Fort Myers, FL 33916 Lakeland, FL 33811 Gibsonton, FL 33534
SHENANDOAH CONSTRUCTION has
provided quality service in the trenchless
construction industry for over 45 years. We
are equipped with 33 hydraulic cleaning
trucks, 19 CCTV Inspection trucks (10 of
which have test and seal capability),
Excavators, Backhoes, and Specialty
Equipment, all under the direction of our
experienced support staff consisting of
managers, estimators, and superintendents.
Our Pompano Beach, Port St. Lucie, Tampa,
Lakeland, and Ft. Myers locations allows our
company to serve a wide variety of markets
from Jacksonville to Key West. In addition,
we have the capability to mobilize our crews
to provide service well beyond our target
area. Over the years our focus has been to
keep up with the changing technologies in the
industry to provide better service for our
customers.
Currently we are working with municipalities
such as, Broward County, FDOT Districts 1,
2, 4, 5, 6, 7, and TP, Collier County, City of
Sarasota, Northern Palm Beach County,
Village of Wellington, City of West Palm
Beach, City of Tamarac, City of Coconut
Creek, City of Fort Pierce, JEA and St. Lucie
County.
We work closely with a variety of Companies
and Contractors throughout Florida. Each
customer has a specific need to be met
whether it is controlling ground water
infiltration coming into a sanitary sewer
collection system, cleaning, and evaluating a
storm water system that is causing flooding in
a community that can lead us into
rehabilitation to a deteriorating system and a
large variety of other specialty work which
includes: repair and/or replacement of
utilities.
In addition, we provide many types of
Commercial Diving Services, including pipe
inspection, welding, cutting, cofferdam,
rigging, construction, etc.
We are also authorized installers of CIPP-
Lining, and CIPP Sectional Lining. CIPP and
Sectional Liners can be used to repair specific
problems utilizing a trenchless approach. By
using these trenchless processes, pipelines can
be inspected and repaired quickly at a
fraction of the cost of alternative methods, all
without the inconvenience of conventional
excavation or manhole-to-manhole repair
systems.
THE FOLLOWING IS A LIST OF SERVICES PROVIDED BY SHENANDOAH CONSTRUCTION
PIPE VIDEO INSPECTION & REPAIR
MATRIX REPORTS
ALL SIZE PIPE AND CULVERT
CLEANING
PIPE SECTIONAL LINERS
PVC PIPE SAG REMOVAL
CIPP LATERAL REHABILITATION
PIPE PLUG INSTALL, AND
DEWATERING
CURED-IN-PLACE LINING
PIPE SLIPLINING
MANHOLE REHABILITATION
PIPE AIR & SMOKE TESTING
STORM DRAINAGE
INVESTATION/EVALUATION
PIPE SEALING & MANHOLE GROUTING
UNDERGROUND EXCAVATION/POINT
REPAIRS