Loading...
HomeMy WebLinkAboutR-25-01 Piggyback ShenandoahRESOLUTION NO. R-25-01 A RESOLUTION OF THE CITY OF SEBASTIAN, FLORIDA, APPROVING A PIGGYBACK CONTRACT WITH SHENANDOAH GENERAL CONSTRUCTION, LLC FOR STORM DRAIN CLEANING, REPAIRS, AND MAINTENANCE SERVICES; ADOPTION OF RECITALS; PROVIDING FOR CONFLICTS; PROVIDING FOR SCRIVENER'S ERRORS; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, Florida Statutes, Chapter 287, and the City of Sebastian's Code of Ordinances Section 2-10, provide that, whenever advantageous to the City, the City may utilize bids or piggyback onto existing contracts that have been legally awarded or under contract by the state, county, or other governmental agencies; and WHEREAS, Shenandoah General Construction, LLC has an existing contract under the District Board of Trustees of Broward College, FL, which is effective through December 2, 2027 (with three (3) additional one (1) year renewal periods), a copy of which is attached as "Exhibit A," to provide storm drain cleaning, repairs, and maintenance services within the City of Sebastian; and WHEREAS, the City finds that at this time, it is in the City's best interest to enter into a piggyback agreement of the contract between Shenandoah General Construction, LLC, and the District Board of Trustees of Broward College, FL (a political subdivision of the State of Florida), the new agreement which is attached as "Exhibit B," for stone drain cleaning, repairs, and maintenance services within the City of Sebastian. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF SEBASTIAN, FLORIDA: SECTION 1. RECITALS. The above recitals are hereby found to be true and correct and are hereby adopted as the legislative intent of the City of Sebastian, Florida. SECTION 2. AUTHORIZATION. The City of Sebastian, Florida hereby authorizes the piggyback contract referenced above for the purchase of services specified in this Resolution, and authorizes the Mayor or his designee and the City Clerk, as attesting witness, on behalf of the City to issue purchase orders to Shenandoah General Construction, LLC. in an amount not to exceed $25,000.00, for storm drain cleaning, repairs, and maintenance services in substantial conformity with the agreement attached hereto as "Exhibit A" and the City's supplemental agreement attached hereto as "Exhibit B." SECTION 3. CONFLICTS. If any section, sentence, phrase, word, or portion of this Resolution is determined to be invalid, unlawful or unconstitutional, said determination shall not be held to invalidate or impair the validity, force or effect of any other section, sentence, phrase, word, or portion of this Resolution not otherwise determined to be invalid, unlawful, or unconstitutional. SECTION 4. SCRIVENER'S ERRORS. Sections of this Resolution may be renumbered or re -lettered and corrections of typographical errors which do not affect the intent may be authorized by the City Manager or designee, without need of further action by the City Council by filing a corrected copy of same with the City Clerk. SECTION 5. EFFECTIVE DATE. This Resolution shall take effect upon adoption. The foregoing Resolution was passed for adoption by Council Member Bunn , was seconded by Council Member Dixon , and upon being put to a vote, the vote was as follows: Mayor McPartlan aye Vice Mayor Jones ave Council Member Dixon ave Council Member Dodd ave Council Member Nunn AVP The Mayor thereupon declared this Resolution duly passed and adopted this 8th day of Jaru3nL 2025. ATTEST: aa� IN1� nette Williams, City Clerk FA CITY COUNCIL OF THE CITY OF SEB jASTI , FLORIDA Bob McPartlan, Mayor = - Approved as to form and Legality: 6erfnifer Cockcroft, Esq�', City Attorney Exhibit A Docusign Envelope ID: A5A901D4 NA9 4213-A257-659C90123211 Contract No.RFP-2024-082-OA BROW RD COLLEGE CONTRACT FOR SERVICES TERMS AND CONDITIONS This contract for services ("Contract ) is entered into as of December 03 . 2024 between 01e District Board of Trustees of Broward College, Florida ("College")_ and SHENANDOAH GENERAL CONSTRUCTION LLC P'Vendoi") (collectively, the "Parties"), will be in effect until three 31 vears orieinal contract term olus anv three one-vear renewal ootions ("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, mwilson2ftroward.edu Invoices maybe 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 Contact. 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 fiom 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 Contact. This paragraph shall survive the expiration or termination of this Contact. Page I of I I Contract for Services SBL 10/15/2021 Docusign Envelope ID: A5A901D4-C4A9A213.A257-658C90123211 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 Conti -act. 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. S. 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 die Vendor. In the event of termination for convenience, the College shall compensate the Vendor for all authorized and accepted deliverables and/or services completed tluough the dale 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 tights 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 fturds, 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 lace, 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 famished. Page 2 of I I Contract for Services SBL 10/15/2021 Docusign Envelope ID: A5A901D4-C4A9-4213-A257-658C90123211 9. PUBLIC RECORDS/REOUEST 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 contact 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 fi-om 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 (lie Vendor does not transfer the records to the College. (d) Upon completion of the Contract, transfer, at no cost, to die 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 III 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 3 of I I Contract for Services SBL 10/15/2021 Docusign Envelope ID: A5A901D4.C4A9-4213-A257-65BC90123211 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 patty any remedy or defense available to such party under the laws of the Stale 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 tine 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 tine 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 4 of I I Contract for Services S131. 10/15/2021 Docusign Envelope 10: A5A901D4-C4A9d213-A257-65aC90123211 15. ENTIRE AGREEMENT. This Contract states the entire understanding and agreement between the Parties and no course or prior dealing, usage of the wade 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 Contact 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 Contact. 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 teen or provision of this Contact be held, to any extent, invalid or unenforceable, as against any person, entity or circumstance during the tern 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 Or 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 Conti -act, 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 end instructions to the Vendor's employees of 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 5 of I I Contract for Services SBL 10/15/2021 Ducusign Envelope ID: A5A901D4-C4A94213-A267-65aC90123211 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 finding, 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 terns of types of insurance and the amount of insurance will vary depending on die 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 I . Each Occurrence $ 1.000.000 _ 2. Personal & Advertising Injury $ 1.000.000 3. General Aggregate $ 5,000,000 4. Products -Completed Operations $2,000,000 Policy must contain contractual liability coverage. B. Automobile Liability $ 1.000.000 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 $ 1,000,000 2. General Aggregate $ 2�0�000 E. Cyber Liability $ 1,000.000 F. Pollution Liability L Per Occurrence $ N/A 2. General Aggregate $ N/A Coverage may be provided through a stand-alone Pollution Liability policy or added to the Commercial General Liability policy through endorsement. Page 6 of 11 Contract for Services SBI, 10/15/2021 Docusign Envelope to: A5A901D4-C4A94213.A257-658C90123211 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 7 of 1 I Conti -act for Services SBL 10115/2021 Dowsign Envelope ID: A5A901D4-C4A94213-A257-658C90123211 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. 'file Vendor will enforce the replacement of subcontractor personnel upon a request by the College. 29. BACKGROUND CHECKS. This clause anolies to lone terra Vendors rvorkine on site. inclurline. but not limited to. Janitorial Services, rood Services and Security. In addition, this clause applies to Vendors arovidine childcare services, an 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 (he 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 bus lone terra onsite workers oerfortuine Ivor* at Collette facilities avrees to be bound by the Collette policies and standards of conduct listed in the "Contractor Pollev Code Acknowledeeutent Foren."which is attached hereto and incorporated herein as Exhibit `B." 30. ANNOUNCEMENT'S AND PRESS STATE, MENTS. Page 8 of I I Contract for Services SBL 10/15/2021 Dowsign Envelope ID: A5A901D4-C4A9.4213.A257-55aC90123211 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 Marcus Wilson. Associate Vice President. Facilities Colleeewide Maintenance or that position's designee, and in the case of the other party, permission must be granted by its President or CEO 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 WORT{ 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 firm the College is received. If deemed appropriate by the College and in the event work is resumed, the College may amend this Contact 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) 'S6 — _���ax ID No. S%— 1707G73 Authorized Representative ten: Title Cho IV" NW -n.-hd 13{-, Address �D,FO,e 6P. g3int1_ Telephone q,gk— Signature of Vendor Date W y/yy Page 9 of I I Contract for Services SBL 10/15/2021 Docusign Envelope to: A5A901D4-C4A9-4213-A257-65aC90123211 Attested By Name (type) 4 S /6w/1'itle Qy� Signature of Attester Date Signed FOR C LCGC USC ONLY Contract Originator Name Signature AVP/Dean Name Signature Campus President/VP Name Signature Senior Vice President Signature IF REQUIRED College President Name Donald Astrab sia�ed by - Signature Cd asfrau F OGBCFOAIF� Approved as to orm and Legality Signature Board Chairperson Name Signature Title Date Title Date Title Date Title Date Date 12/3/2024 Date Date Page 10 of I I Contract for Services SBL 10/15/2021 Docusign Envelope ID: A5A901D4-C4A9A213-A257-656C90123211 Pagc I I of I I Contract for Services SBI. 10/15/2021 BROWARD COLLEGE RFP-2024-082-OA SCOPE OF WORK ATTACHMENT A 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 i736Pd/_1.4Z6Zi 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. C S14S`ilI691g4*V 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. 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. S. 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. S. 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 rent1sell/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) RFP-2024-082-OA - STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES SHENANDOAH EXHIBIT A-1 PRICING GENERAL CONSTRUCTION L DESCRIPTION UNIT QUANTITY UNIT PRICE TV Viewing 1 Storm Drain (Video Camera) Observation 0 - 48" Log/Written Report Linear Ft 1 $6.00I 1 2 Storm Drain (Video Camera) Observation 49" - 72" Log/Written Report Linear Ft 1 $15.00I 1 3 Cleaning Box Culverts of Debris and Bituminous Materials Removed Per Ft 1 $25.00I Plug Installation & Removal {Includes Minimum Weekly Rental) for: 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 Pumping 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 GENERALMAINTENANCE AND REPAIRS 1 Slip Lining or Equivalent Elliptical Circumference with HOPE Smooth Wall Fused Pipe 1 12 Slip Lining 15" Pipe Linear Ft 1 $50.00 1 13 Slip Lining 18" Pipe Linear Ft 1 $89.00 1 14 Slip Lining 24" Pipe Linear Ft 1 $99.00 1 15 Slip Lining 30" Pipe Linear Ft 1 $116.001 1 16 Slip Lining 36" Pipe Linear Ft 1 $160.001 1 17 Slip Lining 42" Pipe Linear Ft 1 $228.00 1 18 Slip Lining 48" Pipe Linear Ft 1 $339.00 1 19 Slip Lining 54" Pipe Linear Ft 1 $404.00 1 20 Slip Lining 60" Pipe Linear Ft 1 $494.00 1 21 CIPP 15" Pipe 15 x 6.7 mm (Buda I Depth is 0.6') Linear Ft 1 $82.00 1 22 CIPP 15" Pipe 15 x 8.2 mm (Burial Depth Is 6-12') Linear Ft 1 $87.00 1 23 CIPP 18" Pipe x 8.1 mm (Burial Depth Is 0-6') Linear Ft 1 $97.001 1 24 CIPP 18" Pipe x 9.7 mm (Burial Depth Is 6-12') Linear Ft 1 $tO0.001 1 25 CIPP 24" Pipe x 10.1 mm (Burial Depth Is 0.6') Linear Ft 1 $118.001 1 26 CIPP 24" Pipe x 12.4 mm (Burial Depth is 6-12') Linear Ft 1 $125.001 Page 1 / 5 RFP-2024-082-OA - STORM DRAIN CLEANING. REPAIRS AND MAINTENANCE SERVICES I SHENANDOAH EXHIBITA-1 PRICING GENERAL CONSTRUCTION REM DESCRIPTION ' UNIT ' QUANTITY UNIT PRICE 27 CIPP 30" Pipe x 13.5 mm (Burial Depth Is 0-6') Linear Ft 1 $154.00 28 CIPP 30" Pipe x 15A 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 (Buda] 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 46" 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 35.6 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 PIPE CLEANING Pipe Cleaning and Sediment Removal (Light Cleaning) 44 Cleaning and Sediment Removal 15' Pipe Linear Ft 1 $0.501 Ij 45 Cleaning and Sediment Removal 18" Pipe Linear Ft 1 $0.501 46 Cleaning and Sediment Removal 24" Pipe Linear Ft 1 $0.501 47 Cleaning and Sediment Removal 30" Pipe Linear Ft 1 $1.251 48 Cleaning and Sediment Removal 36" Pipe Linear Ft 1 $1.501 49 Cleaning and Sediment Removal 42" Pipe Linear Ft 1 $2.00I 60 Cleaning and Sediment Removal 48" Pipe Linear Ft 1 $2.501 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 Page 2/5 RFP-2024-082-OA - STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES SHENANDOAH EXHIBIT A-1 PRICING GENERAL CONSTRUCTION ITEM I DESCRIPTION UNIT QUANTITY UNIT PRICE Pipe Cleaning and Sediment Removal (Medium Cleaning) 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 142" 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 Pipe Cleaning and Sediment Removal (Heavy Cleaning) 70 Cleaning and Sediment Removal 15" Pipe Linear Ft 1 $5.50 71 Cleaning and Sediment Removal 18" Pipe Linear Ft 1 $6.251 72 Cleaning and Sediment Removal 24" Pipe Linear Ft 1 $7.00I 73 Cleaning and Sediment Removal 30" Pipe Linear Ft 1 $9.00I 74 Cleaning and Sediment Removal 36" Pipe Linear Ft 1 $10.75I 75 Cleaning and Sediment Removal 42" Pipe Linear Ft 1 $17.00I 76 Cleaning and Sediment Removal 48" Pipe Linear Ft 1 $19.00I 77 Cleaning and Sediment Removal 54" Pipe Linear Ft 1 $19.00I 78 Cleaning and Sediment Removal 60" Pipe Linear Ft 1 $20.00I 79 Cleaning and Sediment Removal 66' Pipe Linear Ft 1 $21.001 80 Cleaning and Sediment Removal 72" Pipe Linear Ft 1 $25.00I 81 Cleaning and Sediment Removal 84" Pipe Linear Ft 1 $30.00I 82 Cleaning and Sediment Removal 96" Pipe Linear Ft 1 $39.00I Pipe Cleaning and Sediment Removal (Specialty Cleaning) 83 Cleaning and Sediment Removal 15" Pipe Linear Ft 1 $10.00I 84 Cleaning and Sediment Removal 18" Pipe Linear Ft 1 $10 00 85 Cleaning and Sediment Removal 24" Pipe Linear Ft 1 $10.00I Page 3 / 5 RFP-2024-082-OA - STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES SHENANDOAH EXHIBIT A-1 PRICING GENERAL CONSTRUCTION REM pESCRIPTION SNIT QUANTITY UNIT PRICE 86 Cleaning and Sediment Removal 30" Pipe Linear Ft 1 $12.00 87 Cleaning and Sediment Removal 36" Pipe Linear Ft 1 $14.001 88 Cleaning and Sediment Removal 42" Pipe Linear Ft 1 $20.001 89 Cleaning and Sediment Removal 48" Pipe Linear Ft 1 $25.001 90 Cleaning and Sediment Removal 54" Pipe Linear Ft 1 $35.001 91 Cleaning and Sediment Removal 60" Pipe Linear Ft 1 $40.001 92 Cleaning and Sediment Removal 66" Pipe Linear Ft 1 $45.001 93 Cleaning and Sediment Removal 72" Pipe Linear Ft 1 $50.001 94 Cleaning and Sediment Removal 84" Pipe Linear Ft 1 $60.00 95 Cleaning and Sediment Removal 96" Pipe Linear Ft 1 $65.00 Open Cut / Headwall Repairs & Other Services 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 $45.001 106 Backhoe Loader Hour 1 $35.001 107 Bulldozer Hour 1 $10.001 108 Double Drum Compactor Hour 1 $25.001 109 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 $75.001 112 De -Watering Hour 1 $85.001 113 Asphalt Pavement Replacement Tons 1 $350.00 114 Lime Rock Tons 1 $70.00 115 Dirt Tons 1 $25.001 116 Driveway Restoration (4" thick) Removal and Installation Sq. Ft. 1 $25.001 Page 4 / 5 RFP-2024-082-OA - STORM DRAIN CLEANING. REPAIRS AND MAINTENANCE SERVICES SHENANDOAH EXHIBIT A-1 PRICING GENERAL CONSTRUCTION ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE 117 Driveway Restoration (6" thick) Removal and Installation 118 Mitered Ends 119 Pressure Grout Injection 120 Bahia Sod 121 Floratan Sod 122 Rip Rap Rubble 6" - 12" 123 Rip Rap Bag (80 lb. Bags) 124 Concrete Pillow Blanket slope protection 125 Silt Screen Installation & Removal per 100 ft. 126 Mobilization Fee Material Mark Up Percentage 127 - Cost Plus Percentage may not exceed 10%. - A percentage of 0 or net cost is acceptable. Sq. Ft. 1 $30.001 Sq. Ft. 1 $45.001 Joints 1 $275.001 Sq. Ft. 1 $1.501 Sq. Ft. 1 $2.001 Tons 1 $100.001 Each 1 $15.001 Square Yard 1 $50.001 Each 1 $300.001 Each 1 $500.001 % 1 10.00% GRAND TOTAL: $16,373.75 Page 515 BROWARD" COLLEGE Contractor Policy Code Acknowledgement Exhibit `°B" Name (Please Print): SHENANDOAH GENERAL CONSTRUCTION LLC Contract/Work Order/Purchase Order (P.O.) # RFP-2024-082-OA - STORM DRAIN CLEANING. REPAIRS. AND MAINTENANCE SERVICES Contractors, Vendors and Consultants (hereafter referred to collectively as "Contractor(s)") engaged to do business with Broward College ("College") using College equipment and/or working on College premises, property or facilities must comply with the rules and regulations of the College's Policies & Procedures. As the Contractor's representative, without limitation thereto, 1, Click or tap here to enter text., (Contractor) acknowledge that I have received and reviewed the following: ✓ Sexual and Other Workplace Harassment Policy, No. 6Hx2-3.31. ✓ Sexual Harassment Procedure, Procedure Manual, No. A6Hx2-3.31. ✓ Discrimination, Harassment and Retaliation Policy, No. 6Hx2-3.34. ✓ Diversity and Inclusive Excellence Policy, No. 6Hx2-3.44. ✓ Workplace Violence Policy, No. 6Hx2-3.40. ✓ Drug Free Workplace Policy, No. 6Hx2-3.05. ✓ Alcohol on Campus Policy, No. 6Hx2-6.32. ✓ Drug Free Workplace Policy, No. 6Hx2-3.05. ✓ Regulation of Smoking in Facilities Policy, No. 6Hx2-7.14. ✓ Smoking in Facilities Procedure, Procedure Manual, No. A6Hx2-7.14 ✓ Traffic Rules on Campus, Policy No. 6Hx2-7.13 ✓ Traffic Rules on Campus Procedure, Procedure Manual, No. A6Hx2-7.13 In the course of conducting business with the College, I understand that Contractors must be aware of and comply with the State of Florida Public Records Law (Chapter 119, Florida Statutes), the Govemment-in-the-Sunshine Law (Chapter 286.011, Florida Statutes) and the Code of Ethics (Chapter 112, Florida Statutes). I am aware that Contractors are prohibited from soliciting or lobbying for additional work while engaged to do business with the College. I acknowledge that this behavior interferes with the efficient performance of my responsibilities under the terms of my contractual obligations with the College, and that it may provide me or my company with a competitive advantage. Both my employer and I understand that lobbying for additional work while under contract with the College may eliminate me and/or my company from award of future solicitations. I recognize and understand that College IT resources, including but not limited to computers, telephones, radios, mobile phones and other communication systems and devices, are the property _ of the College, and should be used for the purposes of conducting bona fide College business only. I recognize and understand that no remote access technology or device is to be attached to College IT resources or the information technology systems infrastructure to effect access without the express authorization of the IT Department Director or information Technology Senior Advisor or their duly authorized delegates. Non -College equipment or other resources used by me to connect to College IT resources, systems or services will be subject to the same laws, rules and regulations as College -owned IT resources. I am aware that College IT resources are the property of the College, and as a result, I have no right to privacy or expectation of privacy when using and/or connecting to College IT resources. I am aware that the College may audit, access, and review all data and/or communications transmitted through or residing on College IT resources or any equipment or resources attached thereto, including e-mail and voicemail messages, at any time. I am aware that use of passwords or encryption does not restrict the College's right to access or disclose such communications, and that the College shall disclose the information to third parties as required by law. When authorized to do so, I accept all risks and responsibilities associated with using and/or connecting non -College resources or equipment to College IT resources. In regard to such non - College resources or equipment, I agree to the following: ✓ In the event of a security breach, I authorize the College to take immediate action to reduce the College's exposure. ✓ I further authorize the College to perform inspections as deemed necessary to ensure the safety and security of College data and/or IT resources, and to ensure that any software or other similar intellectual property is duly licensed for use. ✓ I understand the College will require virus -detection software in accordance with its own specifications, and I agree to comply. ✓ I indemnify and hold the College harmless from theft or damage incurred while on College properties or premises, subject to the terms of the Federal Tort Claims Act. Information or work products or related derivative works developed by me specifically for the College, whether or not reduced to writing by me, constitute works made for hire to the extent permissible by law and will become the sole property of the College, including all intellectual property rights thereto. I acknowledge that the College claims sole ownership and rights to all such materials. I am aware that the College's Policies and Procedures and any other College practices are subject to change or modification by the College, solely at its discretion, as deemed appropriate and necessary. I understand that no supervisor or other official of the College has the authority to enter into any agreement with Contractors, or to make any agreement contrary to the foregoing. Page 2 of 3 Contractor Policy Code Acknowledgement SBL 08/06/2021 I acknowledge that I have read and understand the above, and I agree to accept the terms and conditions as a stipulation of my services or contractual obligations to the College. This Acknowledgement shall be considered an integral part of Contract/Work Order/P.O. # RFP-2024- 082-OA - STORM DRAIN CLEANINr, REPAIRS. AND MAINTENANCE SERVICES. Any violation of this Acknowledgement shall be considered a breach of the foregoing Contract/Work Order/P.O. as well as a violation of College policies. I am aware that if I violate these mandates, penalties may include disciplinary action up to and including immediate termination of my services and/or Contract/Work Order/P.O. with the College, and the College may pursue whatever other legal remedies are available to it pursuant to the terms of the Contract/Work Order/Purchase Order. SHENANDOAH GENERAL CONSTRUCTION LLC Contractor Name (print) Anthony Guglielmi, President Authorized Representative Sign ture (Print) �Rr'�r�iN Date Page 3 of 3 Contractor Policy Code Acknowledgement SBL 08/O6/2021 BROWARD COLLEGE 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 61h Way, Fort Lauderdale, FL 33309 Phone 954-201-7455/Fax 954-201-7330 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 1 of 33 PROPOSAL ORGANIZATION FORMAT AND SUBMITTAL CHECKLIST TAB SECTION I SECTION 4.1 GENERAL INFORMATION 1 4.1.1 TITLE PAGE AND TABLE OF CONTENTS 1 4.1.2 LETTER 9F TRANSMITTAL 2 4.1.3 AC NO LEDGEMENT 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 EXPERIEN E 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 RICE PROPOSAL FORM 4.6 FINANCIAL CAPACITY 7 4.6.1 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 - ATTACHMENTG 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 2 of 33 SECTION 1 - REQUIRED RESPONSE FORM RFP #: RFP TITLE: DATE: RFP-2024-082-OA _RELEASE STORM DRAIN CLEANING, REPAIRS AND WED 06/26/2024 MAINTENAN E $ 1G11ES: DUE DATE: TIME DUE • NUMBER OF da( �N The College uses E-Bidding and will only WED 07/31/2024 AT OR PROPOSAL One (1) accept electronic submittals via DemandStar BEFORE: COPIES Original at www.demandstar.com. 2:1 p.m. ET REQUIRED: Electronic Complete Electronic Copy of Proposal must 4 Copy be in a sinqle Adobe PDF File All proposals shall Include this REQUIRED RESPQNSE FORM fully executed. Proposal must contain all information required to be included in the proposal as described here�n. 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 Toll Free: Contact Person: Contact Person's Address: Contact Telephone: Internet E-mail Address: Proposer Taxpayer Identification Number: Proposer Fax: Contact Fax: Contact Toll Free: Internet URL: 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 We and accurate. Signature of Proposer's Authorized Principal Name of Proposers Authorized Principal Date Title of Proposer's Authorized Principal NOTE: Entries must be completed in Ink or typewritten. This original Required Response Forth must be fully executed and submitted with this RFP Submission. RFP-2024-082-OA— STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES Page 3 of 33 SECTION 2 — INTRODUCTION. PURPOSE, AND GENERAL INFORMATION 2.1 INTRlj1C�l Broward College (hereinafter referred to as the "College") is one of the 28 institutions comprising a Florida College System governed by Sections 1001.60 at 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: httDS://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 vendors) 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. 2.6 RFP CONTACT AND SUBMITTAL OF QUESTIONS. Contact: I Orlando A onte Telephone: 954-201-7 97 Email: oagontenQ broward.edu I Fax: 9 -20 - y 30 Any questions concerning any condition or requirement of this solicitation must be received via email to oaoontegbroward.edu, with subject line to read UESTIONS-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 4 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. DATEITIME EVENT June 26, 2024 Release of RFP July 2, 2024 Virtual Solicitation Conference as specified in SECTION 2.9 1:00 pp.m. ET July 4, 2024 Independence Oat College closed July 5, 2024 Written Questions Due in Procurement Services Department 12:00 pp.m. ET as specified in SECTION 2.5 July 3, 2024 Proposals due on or before 2:30 p.m. ET 2:30 Z.mi. 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 necessaVy) TBD Anticipated Date to Post Award Recommendation Any change to the above calendar dates will be posted on the Broward College Procurement Services website: httos://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 5 of 33 2.9 VIRTUAL SOLICITATION CONFERENCE (STRONGLY RECOMMENDEDI. A Virtual Solicitation Conference will be held as established in SECTION 2.7 — TIMELINE. Representatives from all interested vendors are stronplv 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 oaoonte(a)broward.edu with subject line to read "Access Code — Virtual Solicitation Conference Meetina — 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 bome 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 6 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 7 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 Mav 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 8 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 / INSPVTIONS. The College reserves the right to conduct a site visit to any of the Proposer's place(s) o 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 9 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 htti)://www.mvfloridaefo.com/DivisionAtVC/ 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 61 Way Fort Lauderdale, FL 33309 k. All exclusions added by endorsement must be indicated. 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 10 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 GOVE�NII�IENTAL ENTITIES. Included as part of this formal solicitation, any vendor responding to this so icltahon 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 C04P� TrNSFgR EM&RGENCYI HURRICANE OR DISASTER (FORCE MAJEURE). Contractor shall provide rst-prlonty 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 11 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 quantifies 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 12 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 httD://www.bls.Dov 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 13 of 33 parry'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 14 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 Judson A. Samuels South Campus 7200 Hollywood/Pines Blvd Pembroke Pines, FL 33024 Pines Center / Academic Village 16957 Sheridan Street Pembroke Pines, FL 33331 Miramar Town Center 2050 Civic Center Place Miramar, FL 33025 Tigertail Lake Center 580 Gulfstream Way Dania Beach, FL 33304 Broward College at the YMCA 1409 NW 6th Street Fort Lauderdale, FL 33311 North Campus 1000 Coconut Creek Blvd Coconut Creek, FL 33066 Willis Holcombe Center 111 East Las Olas Blvd, Building 33 Fort Lauderdale, FL 33301 Weston Center 4205 Bonaventure Boulevard, Suite #2 Weston, Florida 33331 Miramar West Center 1930 SW 145 Avenue Miramar, FL 33027 Cypress Creek Administrative Center 6400 NW 6t' Way Fort Lauderdale, FL 33309 (REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK) RFP-2024-082-OA— STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES Page 15 of 33 SECTION 4 - SUBMITTAL REQUIREMENTS In order to maintain comparability and facilitate the review process, Proposers are requested to organize their or000sals in the manner specified below. with orooer 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) Title Page and Include RFP number, date, subject, name of the Proposer, address, and 4.1.1 Table of Contents telephone number. Include a clear identification of the material by section and by page number. (1) Letter of Transmittal Include the legal name of the Proposer's company as it is registered with 4.1.2 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) Acknowledgement of The College reserves the right to issue any addendum modifying any 4.1.3 Released Addenda to portion of this solicitation. Caution is given that certain addenda may be RFP 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) W-9 Form It is a requirement of this solicitation that all Proposers submit a 4.1.4 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) Notice Provision Following contract award, when any of the parties' desire to give notice 4.1.5 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 16 of 33 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 (College Contract Maintenance Administrator #2) 3501 SW Davie Road Davie, FL 33314 To Proposer: (Proposer to Insert) With Copy To (Proposer to Insert) (Proposer): (2) Vendor Conflict of The award of this solicitation is subject to the provisions of Chapter 112, 4.1.6 Interest Form 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) Litigation History State whether any team member has been involved in any services 4.1.7 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 17 of 33 Untruthful, misleading or false answers to this question shall result in the disqualification of the company for this project. (2) Letter of Insurability Submit letter of insurability per coverage outlined in SECTION 3.9. 4.1.8 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) Required Response Submit SECTION 1 - REQUIRED RESPONSE FORM with all required 4.2.1 Form 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) Minimum Proposer must be primarily engaged in the business of providing storm 4.2.2 Qualifications and drain cleaning, repairs and maintenance services. Proposer shall be Licenses 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 I 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 18 of 33 4.3 EXPERIENCE AND QUALIFICATIONS (Maximum 20 Points). (4) Executive Summary a. Submit a brief summary, of no more than five pages, stating the 4.3.1 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) Organizational Identify the Prime Proposer responsible for all portions of this 4.3.2 Profile 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) Account Include organizational chart with local, district, and corporate levels for 4.3.3 Management and Proposer. Describe how the organizational structure will ensure orderly Staffing 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) References All Proposers providing a response to this Solicitation shall have their 4.3.4 clients submit directiv to the College via email as indicated below, a completed PERFORMANCE EVALUATION SURVEY FORM (ATTACHMENT 1) 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 19 of 33 At least three related PERFORMANCE EVALUATION SURVEY FORMS (ATTACHMENT 1), vreferably higher education clients, are required to be considered for the maximum solicitation points. If the College receives less than three completed forms directiv from vour 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 riaht to verifv 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) Scope of Work Proposer must provide a clear and detailed narrative addressing their 4.4.1 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 Methodoloqv. Describe in detail how Proposer will accomplish the solution(s) in order to complete required services. ProDoser'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 20 of 33 4.5 4.6 (5) Quality Assurance Submit a plan to provide quality assurance in respect to all aspects of 4.4.2 the storm drain cleaning, repairs and maintenance services. PRICE PROPOSAL (Maximum 35 Points). (6) Price Proposal Submit ATTACHMENT B — PRICE PROPOSAL FORM in accordance 4.5.1 with SCOPE OF WORK described in ATTACHMENT A. Include under TAB 6 in the PDF submittal document and also upload seDarately to DemandStar in the oricinal 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. FINANCIAL CAPACITY (Maximum 10 Points). (7) Financial Capacity Proposers shall submit Dun & Bradstreet Number (D-U-N-S). The 4.6.1 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® Delinouencv Predictor Score (DPS) The D&B11 Delinquency Predictor Score pertains to the likelihood that a business could make a late payment, go bankrupt, or have future payment failures. Delinquency Delinquency Class Evaluation Points Score/Percentile 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 21 of 33 Failure Failure Class Evaluation Points Score/Percentile 95-100 1 5 69-94 2 4 34-68 3 3 2-33 4 2 1 5 1 4.7 ATTACHMENTS. (8) ATTACHMENT D - DRUG -FREE WORKPLACE CERTIFICATION 4.7.1 (8) ATTACHMENT E - NON -DISCLOSURE AGREEMENT 4.7.2 (8) ATTACHMENT F - PUBLIC ENTITY CRIMES STATEMENT 4.7.3 (8) ATTACHMENT G - NON -COLLUSION AFFIDAVIT 4.7.4 (9) VALUE ADDED SERVICES (OPTIONAL) 4.7.5 Include any additional/value added services to be proposed in connection with the services defined in ATTACHMENT A— SCOPE OF WORK. AdditionalNalue added services will NOT be considered for evaluationpur�oses, onllgas an informational piece. (10) OTHER SUPPORTING DOCUMENTS 4.7.6 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 22 of 33 SECTION 5 - EVALUATION 6.1 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 Rankinas. 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 23 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 OVERALL APPROACH, METHODOLOGY, AND ABILITY TO it D 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 24 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 25 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 Neaotiations 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 Richts: 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 26 of 33 SECTION 7 - GENERAL CONDITIONS 1. SUBMITTAL OF QUESTIONS. Any questions conceming 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 then 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 tern 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 hem 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 speed is no longer available or Incorrect, the replacement or correct model number should be submitted in the proposal. 8. DISCONTINUED REM: If a proposal hem 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 fine 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 evatuation. 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, 'd 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) Rem(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 resuft 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, Treasurers 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 h8p:/Avww.fms.tmas.00v/c570.htmi, 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 fine, 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 WORKISHIPMENT: 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 27 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 installationloperation 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 vendors 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 unfit 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 andlorstudents, 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 debits, which is result of delivery or installation. 23. DELIVERY INFORMATION: Delivery specs 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 verity 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 cancellationitermination. 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 dale 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 28 of 33 29. GOVERNING LAW I 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 Slates 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. PATENTSANTELLECTUAL 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 $35,0001 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 collegetstate university system cooperative agreements, or to directly negotiatetpurchase 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 29 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 maybe 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 vendors 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 afterlhe proposal opening, amending orsupplementing 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 polhical subdivision of this State is exempt from the sales lax, 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 (61-1x2.6.34) 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 Stale 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 30 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 VISITSIINSPECTIONS: 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 DISASTERSIFORCES: 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 bidders 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 muse wholly beyond the Contractors 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 muse of the delay either (1) within ten (10) days after the muse 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 muses described in this paragraph, after the muses 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 conceming 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 Contractors right to review pursuant to Chapter 120 of the Florida Statutes. Exhaustion of administrative remedies Is an absolute condition precedent to the Contractors ability to pursue any other forth 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 muse, including, but not limited to, techniml 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 muse any of the Contractors employees, subcontractors, or agents. The College shall take all actions necessary to ensure that Contractors employees, subcontractors and other agents are not employees of the College. Such actions Include, but are not limited to: (1) ensuring that Contractors 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 CONDITIONSISPECIFICATIONS: 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 31 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 6' Way, Fort Lauderdale, Florida 33309. Fax filing will not be acceptable for the filing of bonds. 62. PROTESTING OF AWARD RECOMMENDATIONSITABULATIONS: 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 prevalls, then the protestant shall recover from the College all costs and charges which shall be included in the Final Order orjudgment, 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 condifions 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 32 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 stale, 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 stale 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) RFP-2024-082.OA — STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES Page 33 of 33 BROWARD COLLEGE I RFP-2024-082-OA SAMPLE CONTRACT ATTACHMENT C *** ATTACHMENT C - SAMPLE CONTRACT *** (REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK) BROWARD" COLLEGE 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 maybe 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 1 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 famished. Page 2 of 10 Contract for Services SBL 10/15/2021 9. PUBLIC RECORDS/REOUEST 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 III 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 3 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 tennination 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 4 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. 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 5 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 6 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, carver'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 7 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 lone term Vendors working on site. includine. but not limited to. Janitorial Services. Food Services and Securitv. 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 lone term onsite workers Performine work at College facilities agrees to be bound by the College Policies and standards of conduct listed in the "Contractor Policv Code Acknowledgement Form. "which is attached hereto and incorporated herein as Exhibit `B. " 30. ANNOUNCEMENTS AND PRESS STATEMENTS. Page 8 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. 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 father 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 Name (type) Authorized Representative Address Signature of Vendor Attested By Name (type) Vendor FOR VENDOR USE ONLY Tax ID No. Title Telephone Date Title Page 9 of 10 Contract for Services SBL 10/15/2021 Signature of Attester FOR COLLEGE USE ONLY Contract Originator Name Signature AVP/Dean Name Signature Campus President/VP Name Signature Senior Vice President Signature IF REQUIRED College President Name Signature Approved as to Form and Legality Signature Board Chairperson Name Signature Date Signed Title Date Title Date Title Date Title Date Date Date Date Page 10 of 10 Contract for Services SBL 10/15/2021 BROWARD COLLEGE { RFP-2024-082-OA DRUG -FREE WORKPLACE CERTIFICATION! 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 FEIN, include the Social Security Number of the individual signing this sworn statement: established a drug -free workplace program and have complied with the following: (If the entity has no J I certify that I have 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 centendere 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 3193 BROWARD COLLEGE I RFP-2024-082-OA NON -DISCLOSURE AGREEMENT I ATTACHMENT E *** ATTACHMENT E - NON -DISCLOSURE AGREEMENT *** (REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK) Non -Disclosure Agreement I) 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 1 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 Non -Disclosure Agreement Page 2 of 2 BROWARD COLLEGE I RFP-2024-082-OA PUBLIC ENTITY CRIMES STATEMENT I 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 NIA 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: BROWARD COLLEGE RFP-2024-082-OA NON -COLLUSION AFFIDAVIT ATTACHMENT G State of 1 ) 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...) (... 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: BROWARD COLLEGE I RFP-2024-082-OA VENDOR CONFLICT OF INTEREST FORM I ATTACHMENT H 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 0 NO 0 If YES, please explain below: PROPOSER'S COMPANY NAME: Print Name and Title: Signature: BROWARD COLLEGE RFP-2024-082-OA PERFORMANCE EVALUATION SURVEY FORM ATTACHMENT I *** See ATTACHMENT I — PERFORMANCE EVALUATION SURVEY FORM on DemandStar *** See separate PDF document in DemandStar (REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK) RFP-2024-082-OA - STORM DRAIN CLEANING. REPAIRS AND BROWARD MAINTENANCE SERVICES COLLEGE ATTACHMENT I - PERFORMANCE EVALUATION SURVEY FORM Please email this form to Orlando Aponte at oaponte(o)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) Insert YOUR 2 = Fair (barely meets minimum standards) RATINGS in 3 = Average (meets minimum standards) this column 4 = Good (meets defined minimum requirements and occasionally exceeds your expectations) 5 = Excellent or Outstanding (always exceed your expectations) 1. QUALITY OF SERVICE/PROJECT/PRODUCT: Did they perform service and provide project/Qfoduct 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 enti�j s needs? Please rate. 4. OVERALL PERFORMANCE: Was company willing to and/or did they go above and beyond Qrolect requirements, i.e., within reason, without altering specification? Please rate. 5. CUSTOMER SERVICE: If problems were caused or encountered, were they addressed and resolvedyrorrtQtly? Please rate customer service. 6. DEADLINES/MILESTONES/BUDGET: Was the company able to meet service delivery schedule and/oj pg[�0 service to meet established deadlines/milestones/budget? Please rate. 7. ABILITY TAU M: Did the company have technical expertise, facilities, and equipment to �erfpfrp a;; spgitfied? Please rate. 8. �ARLYCO FACTS: If performing a yearly term contract, was the company able to adequately manype for the duration? Please rate yearly contractperforma�nje. 9. INTERACTION: Did their company representative work well with your entity s staff in Kvidinq these services or in performing yearly continuing contract? Please rate. FUTURE PROJECTS: Most importantly, would you use this firm again? Yes? No? Comments? COMMENTS: Are there any additional comments you would like to add? BROWARD COLLEGE RFP-2024-082-OA STATEMENT OF NO RESPONSE ATTACHMENT J 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 oaponte0 broward.edu This information will help the College in the preparation of future solicitations. I:ty,Rlfii121'A Title: Company Name: Contact: Address: Telephone: Fax: 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) Comments: Signature: Date: BROWARD" COLLEGE SOLICITATION No. SOLICITATION TITLE DATE: PROCUREMENT SERVICES Cypress Creek Administrative Center 6400 NW 611 Way, Fort Lauderdale, FL 33309 Phone 954-201-7455/Fax 954-201-7330 ADDENDUM No. 1 RFP-2024-082-OA STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES 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. 06 Is a bid bond required? R6 Refer to R2. 07 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. Page 1 of 2 RFP-2024-082-OA - STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES ADDENDUM No. 1 08 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 httos://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 Al -AMENDMENT 2 - RFP-2018-167-EH lffif4ff#f#R#Rff}fflffYfflfflffflkRf}ll1RRf RfRRRlfffffR}R1Rfl1f1f1ffflffRfffYflffff4lfffY#YffYYRYf #1F1f RRffflffffflff111Rf R1R1f 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 fling a bond shall constitute a waiver of proceedings under chapter 120, Florida Statutes." Page 2 of 2 ATTACHMENT Al - RFP-2024-082-OA ITEM 1 2 3 4 5 6 7 8 PRICES TABULATION Broward College RFP-2018-167-EH Storm (Dram Lleaning, Repairs and Maintenance DESCRIPTION UNIT T HINTERLAND I SHENANDOAH � TV DIVERSIFIED TV Viewing %xi Storm Drain fvideo Camera) Observation 0-48" Log/Written Report (Linear Ft $8.00 Storm Drain {Video Camera) Observation 49" - 72" Lo&/Written Report Linear Ft __I $10.00 Cleaning Box Culverts of Debris and Bituminous Materials Removed _ Per Ft I _ ( $100.00 Plug Installation & Removal (Includes Minimum Weekly Rental) for: A" to 12" Cross/Side Drain or Equivalent Elliptical Circumference Week (Week $400.00 _ 15" to 30" Cross/Side Drain or Equivalent Elliptical Circumference Week _ Week _ _ $600.00 36" to 42" Cross/Side Drain or Equivalent Elliptical Circumference Week Week $1,400.00 48" to 60" Cross/Side Drain or Equivalent Elliptical Circumference Week _ Week $3,000.00 72" to 96" Cross/Side Drain or Equivalent Elliptical Pumping 9 4"hydraulic Pump (with up to 1000' of discharee hose) 10 6"hydraulic Pump (with up to 1000' p1 discharge hose) 11 8"hydraulic Pump (with up to 1000' of discharge hose) Hours _ Hours Hours GENERAL MAINTENANCE AND REPAIRS Slip Lining or Equivalent Elliptical Circumference with HDPE Smooth Wall Fused Pipe 12 ISlip Linin& 15" Pipe Linear Ft 13 ISlip Lining 18" Pipe Linear Ft 14 Slip Lining 24" - Pipe Linear Ft 15 Slip Lining 30" Pipe _ Linear Ft 16 Slip Lining 36" Pipe_ Linear Ft 17 Slip Lining 42" _ Pipe- _ Linear Ft 18 Slip Lining 48" Pipe Linear Ft 19 Slip Lining 54" Pipe Linear Ft 20 ISlip Lining 60" Pipe Linear Ft 21 CIPP 15" Pipe 15 x 6.7 mm (Buria I Depth is 0-6') 22 1CIPP 15'(Pipe 15 x 8.2 mm (Burial Depth is 6-12) _$75 _00 $75.00 $85.001 $50.00 550.00 $60.00 _ $90.00 $130.00 $150.00 $220.00 $230.00 $ 255.00 Linear Ft $50.00 Linear Ft I ' S55.001 %xl%X1 1__6.00 $2.50 $6.00 $3.00 $30.00, $1.00 _ $1.00 $5.00W9.U� $165.00 $10.001 $660.00 �15.b6 $985.00 $25.00 I $2,190A - I- -- $25.001 $205.00 $35.00 $213.00 $40.00 I I $292.00 I $67.00! $200.00 $75.00: $300.00 $80.00! $400.00 $95.00' $500.00 $130.00, $600.00 $182.00- $700.00 �305.00 $800.00 $322.00 _ _$900.00 $370.00 $1,000.00 $70.00 $38.50 $75:00 $40.50 Page 1 of 5 ITEM 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 PRICES TABULATION Broward College RFP-2018-167-EH Storm Drain Cleaning, Repairs and Maintenance DESCRIPTION CIPP 18" Pipe x 8.1 mm (Burial Depth is 0-6') CIPP 18" Pipe x 9.7 mm (Burial Depth is 6-12') CIPP 24" Pipe x 10.1 mm (Burial Depth is 0-6') CIPP 24" Pipe x 12.4 mm (Burial Depth is 6-12') CIPP 30" Pipe x 13.5 mm (Burial Depth is 0-6') CIPP 30" Pipe x 15.4 mm (Burial Depth is 6-12') CIPP 36" Pipe x 17.2 mm (Burial Depth is 0-6') CIPP 36" Pipe x 18.1 mm (Burial Depth is 6-12') CIPP 42" Pipe x 20.9 mm (Burial Depth is 0-6') CIPP 42" Pipe x 20.6 mm (Burial Depth is 6-12') CIPP 48" Pipe x 25.2 mm (Burial Depth is 0-6') CIPP 48" Pipe x 22.6 mm (Burial Depth is 6-12') CIPP 54" Pipe x 28.2 mm (Burial Depth is 0-6') CIPP 54" Pipe x 24.7 mm (Burial Depth is 6-12') CIPP 60" Pipe x 30.3 mm (Burial Depth is 0-6') CIPP 60" Pipe x 27.3 mm (Burial Depth is 6-12') CIPP 66" Pipe x 31.6 mm (Burial Depth is 0-6') CIPP 66" Pipe x 29.1 mm (Burial Depth is 6-12') CIPP 72" Pipe x 30.4 mm Linear Ft CIPP 84" Pipe x 35.5 mm Linear Ft CIPP 96" Pipe x 40.6 mm Linear Ft PIPE CLEANING Pipe Cleaning and Sediment removal (Light Cleaning) Cleaning and Sediment Removal 15" Pipe Cleaning and Sediment Removal 18" Pipe Cleaning and Sediment Removal 24" Pipe Cleaning and Sediment Removal 30" Pipe Cleaning and Sediment Removal 36" Pipe Cleaning and Sediment Removal 42" Pipe Cleaning and Sediment Removal 48" Pipe UNIT HINTERLAND Linear Ft $65.00 Linear Ft $70.00 Linear Ft $85.00 Linear Ft $90.00 Linear Ft $110.00 Linear Ft $115.00 Linear Ft $130.00 Linear Ft $140.00 Linear Ft $200.00 Linear Ft $220.00 Linear Ft $225.00 Linear Ft $250.00 Linear Ft $370.00 Linear Ft $390.00 Linear Ft $490.00 Linear Ft $500.00 Linear Ft $600.00 Linear Ft $600.00 Linear Ft $740.00 Linear Ft $800.00 Linear Ft $850.00 SHENANDOAH $82.00 $85.00 $96.00 $105.00 $121.00 $126.00 $146.00 $162.00 $210.00 $210.00 $258.00 $259.00 $431.00 $431.25 $573.00 $550.00 $671.00 $661.00 $772.00 $895.00 $1,100.00 TV DIVERSIFIED $48.50 $51.50 $73.25 $76.25 $98.00 $100.00 $135.00 $138.00 $163.50 $165.00 $206.50 $210.00 $262.00 $265.00 $309.00 $312.00 $385.00 $388.00 $530.00 $662.00 $825.00 Linear Ft $0.50 $0.50 $2.50 Linear Ft $0.50 $0.75 $2.50 Linear Ft $1.00 $1.00 $3.00 Linear Ft $2.00 $1.25 $4.00 Linear Ft $2.00 $1.50 $4.00 Linear Ft $3.00 $2.00 $4.00 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 142" 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 1 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 1 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 ITEM 107 Bulldozer DESCRIPTION PRICES TABULATION Broward College RFP-2018-167-EH Storm Drain Cleaning, Repairs and Maintenance 108 Double Drum Compactor 109 Vibratory Plate Compactor Hr. 110 100 CFM Air Compressor with Hammer 111 De -Watering 112 Asphalt Pavement Replacement 113 Lime Rock 114 Dirt 115 Driveway Restoration �4" thick) Removal and Installation 116 Driveway Restoration (6" thick) Removal and Installation 117 Mitered Ends 118 Pressure Grout Injection 119 Bahia Sod 120 Floratan Sod 121 Rip Rap Rubble 6" -12" 122 Rip Rap Bag (80 lb. Bags) 123 Concrete Pillow Blanket slope protection 124 Silt Screen Installation & Removal per 100 ft. 125 Mobilization Fee Material Mark Up % -Cost Plus Percentage may not exceed 10%. 126 -A percentage of 0 or net cost is acceptable. UNIT Hour Hour Hour Hour Hour Tons_ Tons Tons Sq. Ft. Sq. Ft. Sq. Ft. Joints Sq. Ft. Sq. Ft. Tons Each Square Yard Each Each GRAND TOTAL HINTERLAND $90.00 _ $6S.0_0; $10.00 $10.00 $100.00 $300.00 SHENANDOAH $15.00 $15.00 $15.00 $30.00 $85.00 $170.00 $40.00 $55.00 _ $30.00 $25.00 $6.00 $25.00 $8.00 $30.00 $24.00 $45.00 $1,200.W $225.00 $5.00 _ $6.00 ( _1.30 $1.50 $200.00I $75.00 $ 50.00 .1 $12.00 TV DIVERSIFIED $130.00 $102.00 $92.00 $88.00 $260.00 $469.00 $29.50 $20.00 $ 6.00 $7.65 $15.00 $ 200.0_Q $3.10 $3.25. $205.00 $32.00 $100.00 , $65.00 $8.00 $250.00 $500.00 $500.00 $5,000.00 $300.00 $1,500.00 $0.15 15%' $0.10- 10% $0.30 30% $28,802.15 $13f453.15 $23,357.05 Page 5 of 5 ATTACHMENT A1B -AMENDMENT 2 REVISED CONTRACT PRICING RFP-2018-167-EH -STORM DRAIN CLEANING. REPAIRS AND MAINTENANCE 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 $99.081 15 Slip Lining 30" Pipe LF 1 $95.00 $116.201 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 $338.921 19 Slip Lining 54" Pipe LF 1 $322.00 $403.621 20 Slip Lining 60" Pipe LF 1 $370.00 $494.021 21 CIPP 15" Pipe 15 x 6.7 mm {Buria I Depth is 0-6') LF 1 $70.00 $81.771 22 CIPP 15" Pipe 15 x 8.2 mm (Burial Depth is 6-12') LF 1 $75.00 $88.091 23 CIPP 18" Pipe x 8.1 mm (Burial Depth is 0-6') LF 1 $82.00 $97.301 24 CIPP 18" Pipe x 9.7 mm (Burial Depth is 6-12') LF 1 $85.00 $101.731 25 CIPP 24" Pipe x 10.1 mm (Burial Depth is 0-6') LF 1 $96.00 $118.941 26 CIPP 24" Pipe x 12.4 mm (Burial Depth is 6-12') LF 1 $105.00 $129.941 27 CIPP 30" Pipe x 13.5 mm (Burial Depth is 0-6') LF 1 $121.00 $154.991 28 CIPP 30" Pipe x 15.4 mm (Burial Depth is 6-12') LF 1 $126.00 $162.541 29 CIPP 36" Pipe x 17.2 mm (Burial Depth is 0-6') LF 1 $146.00 $191.221 30 CIPP 36" Pipe x 18.1 mm (Burial Depth is 6-12') LF 1 $162.00 $210.761 31 CIPP 42" Pipe x 20.9 mm (Burial Depth is 04) LF 1 $210.00 $275.351 32 CIPP 42" Pipe x 20.6 mm (Burial Depth is 6-12') LF 1 $210.00 $275.351 33 CIPP 48" Pipe x 25.2 mm (Burial Depth is 0-6') LF 1 $258.00 $346.551 34 CIPP 48" Pipe x 22.6 mm (Burial Depth is 6-12') LF 1 $259.00 $338.521 35 CIPP 54" Pipe x 28.2 mm (Burial Depth is 0-6') LF 1 $431.00 $541.321 36 CIPP 54" Pipe x 24.7 mm (Burial Depth is 6-12') LF 1 $431.25 $531.281 37 CIPP 60" Pipe x 30.3 mm (Burial Depth is 0-6') LF 1 $573.00 $707.951 38 CIPP 60" Pipe x 27.3 mm (Burial Depth is 6-12') LF 1 $550.00 $671.891 39 CIPP 66" Pipe x 31.6 mm (Burial Depth is 0-6') LF 1 $671.00 $824.801 40 CIPP 66" Pipe x 29.1 mm (Burial Depth is 6-12') LF 1 $661.00 $808.601 41 CIPP 72" Pipe x 30.4 mm Linear Ft LF 1 $772.00 $932.651 42 CIPP 84" Pipe x 35.5 mm Linear Ft LF 1 $895.00 $1,268.581 43 CIPP 96" Pipe x 40.6 mm Linear Ft LF 1 $1,100.00 $1,513.761 OK { BROWARD" PROCUREMENT SERVICES Cypress Creek Administrative Center COLLEGE ,1117. 6400 NW 61h 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 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 Geol(rete 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. fffffff4f1fff1f11flfffflfft1f11fft1t1tt11ffRf#Rf1f1R##}4f4f1fffl#ffRfff1f1f11fffffff11f1ffffffllfllff Rf RR#1f}Rft}ff R#k##fif fllf 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 Page 1 of 2 RFP-2024-082-OA —STORM DRAIN CLEANING. REPAIRS AND MAINTENANCE SERVICES ADDENDUM No. 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." Page 2 of 2 rISHENANDOAH -J� BROWARD COLLEGE REQUEST FOR PROPOSALS RFP-2024-082-OA STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES PROPOSAL DUE DATE: J U LY 31, 2024 M 2:30 P.M. fopISHENANDOAH 'mal 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 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 SHENANDO/. H Pipe Inspection & Restoration Specialist 1888. NW. 22ND. STREET POMPANO. BEACH, FL, 33069 954-975-0098 JULY 31, 2024 BROWARD COLLEGE RFP-2024-082-OA STORM DRAIN CLEANING, REPAIRS & MAINTENANCE SERVICES TABLE OF. CONTENTS: TAB. 1. 4.1.1_ TITLEPAGE&TABLE OF CONTENTS TAB .1.-.4.1.2 LETTER OF. TRANSMITTAL TAB 2-.4.1.3. ACKNOWLEGEMENT OF RELEASED ADDENDA TO RFP TAR2-A.1.4 W-9.FORM TAB 2.-.4.1.5 NOTICEPROVISION TARX-.4.1.6 VENDOR CONFILIC OF INTEREST FORM TAB.2-.4.1.7 LITIGATION. HISTORY TAB 2.-.4.1.8 LETTER OF INSURABILITY TAB3.-.4.2.1 REQUIRED. RESPONSE FORM TAB 3.-.4.2.2 MINIMUM QUALIFICATIONS AND LICENSES TAB4-.4.3.1 EXECUTIVE SUMMARY TA04-.43.2 ORGANIZATION. PROFILE TAB .4-.43.3 ACCOUNT MANAGEMENT & STAFFING TAB .4-.43.4 REFERENCES TABS.-.4.4.1 SCOPEOF WORK TAB .5.-.4.4.2 QUALITY ASSURANCE TAB.6,45.1, PRICEPROPOSAL TAB.7--4.6.1. FINANCIAL CAPACITY TAR8-.4.7.1. ATTACHMENT D-.DRUG-FREE WORKPLACE CERTIFICATION TA81-.4.7.2 ATTACHMENT E- NON DISCLOSURE AGREEMENT TAB.8,4.7.3, ATTACHMENT F- PUBLIC ENTITY.CRIMESSTATEMENT TAB 8-.4.7.4 ATTACHMENT G-NON-COLLUSION AFFIDAVIT TAR9.-4.75 VALUE ADDED SERVICES TAB 10-4.7.6 OTHER SUPPORTING DOCUMENTS f�-ISHENANDOAH 'WMJ� July 29, 2024 Broward College Procurement Services Cypress Creek Administrative Center 6400 NW 611 Way Fort Lauderdale, FL 33309 Subject: Bid Submission for RFP-2024-082-OA —Storm Drain Cleaning, Repairs nod Maintenance Services M Broward College Dear Members of the Selection Committee, Please find enclosed our bid proposal for the RFP-2024-082-OA— Storm Drain Cleaning, Repairs mrrl Maintenance Services at Broward College. We appreciate the opportunity to submit our proposal for this important project and look forward to the possibility of continuing our work with Broward College. We are proud to mention that Shenandoah General Construction, LLC was awarded the contract for the previous bid for this project. Our successful completion of that project is a testament to our commitment to quality and reliability, and we are eager to bring the same level of excellence to this new endeavor. Shenandoah General Construction, LLC Authorized Representative: Anthony Guglielmi, President Address: 1888 NW 22"d Street, Pompano Beach, FL 33306 Phone: 954-975-0098 Email: anthony@shenmmdonhus.com Anthony Guglielmi is fully authorized to make representations and enter into contractual agreements on behalf of Shenandoah General Construction, LLC. Thank you for considering our proposal. Should you require any further information or have any questions, please do not hesitate to contact Anthony Guglielmi at the above address and phone number. Sincerely, A\ s+V Sflmantha Northcutt Contracts Administrator Shenandoah General Construction, LLC 954.975.0098x117 s.nurtheuu(ii; henandonhus.com CISHENANDOAH 4.1- GENERAL INFORMATION TAB 1- 4.1.1- TITLE PAGE & TABLE OF CONTENTS TAB 1- 4.1.2 - LETTER OF TRANSMITTAL PROCUREMENT SERVICES BROWARD` Cypress Creek Administrative Center COLLEGE 6400 NW 611 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. 07 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. Page 1 of 2 RFP-2024-082-OA— STORM DRAIN CLEANING. REPAIRS AND MAINTENANCE SERVICES ADDENDUM No. 1 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 httos://www.broward.edu/abouUlocations/, 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 Al B — AMENDMENT 2 — RFP-2018-167-EH ............................................L.............................I..........0......................................... 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. Anthony Guglielmi Signature and Print Name Shenandoah General Construction, LLC Company Name President Title 7/31124 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! Page 2 of 2 PROCUREMENT SERVICES BROWARD" Cypress Creek Administrative Center COLLEGE 6400 NW 61, 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 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 Geopolyrner 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. .......................................................................................................... I.................... 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. Anthony Guglielmi Signature and Print Name Shenandoah General Construction, LLC Company Name President Title 7/31124 Dale Page 1 of 2 RFP-2024-082-OA —STORM DRAIN CLEANING. REPAIRS AND MAINTENANCE SERVICES ADDENDUM No. 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' Page 2 of 2 !mentho Request for TaxpayerForm Give form to the (Rev. 2024) Identification Number and Certification requester. Do not Departf the Treasury Go to www.Ire. ov1FormW9 for Instructions and the latest Information. send to the IRS. Internal Revenue Service 9 Before you begin. For guidance related to the purpose of Form W-9, see Purpose of Form, below. 1 Name of enlay/Indlvklual. An entry Is required. (For a sole proprietor or disregarded entity, enter the owner's name online /, and enter the business/disregarded entity's name on line 2.) Shenandoah General Construction LLC 2 Business name/disregarded entity name, if different from above. 3a Check the appropriate box for federal lax classification of the entity/individual whose name Is entered on fine 1. Check 4 Exemptions (codes apply only to c only one of the following seven boxes. certain entitles, not Individuals; n o ❑ IndlvlduaVeole proprietor ❑ C corporation El corporation ❑ p ❑ TrusVesleta Partnershi sea Inslrucllons on page 3J: y ❑� U.C. Enter the lax classification (C = C corporation, S = S corporellun, P = Partnership) . . C Exempt payee code of any) Note: Check the 'LLC" box above and, In the entry space, enter the appropriate code (C, S. or P) for the tax classification of the LLC, unless it is a disregarded entity. A disregarded entity should Instead check the appropriate Exemption from Foreign Account Tax `o box for the tax classification of as owner. Compliance Act (FATCA) reporting ❑ Other (sea Instructions) code Of any) a u !� 13b If and Doe w you checked is far to a or-Trmilp, trust, r checked `LLC" and enterhave a o as Its lax clasteresit,c heck (Applies to accounts maintained y3 erM you we providing IrJs loan to a parinersNp, trust, or estate In which you have an ownership Interest, check outside the United States) of this box If you have any foreign partners, owners, or beneficiaries. See Instructions . . . . . . . . . ❑ y 16 Address (number, street, and apt. or suite no.). See Instructions. I Requesters name and address (opllonaq 1888 NW 22 Street 6 City, slate, and ZIP code Pompano Beach, FL 33069 7 List account number(s) here (Optional) MjQM Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid I Social security number backup withholding. For Individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the Instructions for Part 1, later. For other FM- -entities, it Is your employer Identification number (EIN). If you do not have a number, see How to get a or TIN, later. IEmployer Identification number Note: If the account Is In more than one name, see the instructions for line 1. See also What Name and }} Number To Give the Requester for guidelines on whose number to enter. 5 9 - I 1 17 I 0 17 16 17 13 JIM Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer Identification number (or I am wailing for a number to be Issued to me); and 2. 1 am not subject to backup withholding because (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all Interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. 1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered an this form Of any) Indicating that I am exempt from FATCA reporting Is correct. Certification Instructions. You must cross out Item 2 above If you have been notified by the IRS that you are currently subject to backup withholding because you have felled to report all Interest an ends on your lax return. For real estate transactions, Item 2 does not apply. For mortgage Interest paid, acquisition or abandonment of secured pr ancella of debt, contributions to an Individual retirement arrangement ORA), and, generally payments other than interest and dividends, yo a equire sign the certification, but you must provide your correct TIN. Seq,the Inslrycliche for Part II, later. Sign Sign real [w �/// Here U.S. person li - Date ,7 �jr Z� General Instructions New line 3b has been added to this form. A flow -through entity is required to complete this line to Indicate that It has direct or indirect Section references are to the Internal Revenue Code unless otherwise foreign partners, owners, or beneficiaries when It provides the Form W-9 noted. to another flow -through entity in which It has an ownership interest. This Future developments. For the latest Information about developments change is Intended to provide a flow -through entity with Information related to Form W-9 and Its Instructions, such as legislation enacted regarding the status of Its Indirect foreign partners, owners, or after they were published, go to wwwJm.gov/formW9. beneficiaries, so that it can satisfy any applicable reporting requirements. For example, a partnership that has any Indirect foreign What's New partners may be required to complete Schedules K-2 and K-3. See the Partnership Instructions for Schedules K-2 and K-3 (Form 1065). Line Sit has been modified to clarify how a disregarded entity completes this line. An LLC that is a disregarded entity should check the appropriate box for the tax classification of its owner. Otherwise, It should check the "LLC" box and enter Its appropriate tax classification. Purpose of Form An Individual or entity (Form W-9 requester) who is required to file an information return with the IRS is giving you this form because they Cat. No. 10231x Form W-9 (Rev. 3-2024) Cp SHENANDOAH —allil 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 forgiving 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 6`h 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 CISHENANDOAH 'aj� July 29, 2024 LITIGATION HISTORY To whom It May Concern, We hereby confirm that no litigation or regulatory action has been filed against Shenandoah General Construction, LLC or any of its team members. Additionally, no team member has been involved in any services -related litigation, action, or claim of projects of the 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. Sincerely, Anthony Guglielmi President Shenandoah General Construction, LLC anthonv0shenandoah us. com n- N. construction risk partners July 29, 2024 New York City 450 7- Ave Suite 400 New York. NY 10123 Telephone 646.625.7100 Confirmation of Insurance Letter 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 Contact os info@constructlondskpartnem.com Constrcctionlkiskpartnas con, 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: (a) Construction Risk Partners have read section 3.9 INSURANCE REQUIREMENTS of the REQUEST FOR PROPOSALS RFP-2024-082-OA document dated June 26, 2024 (b) the Bidder, Shenandoah General Construction LLC, either currently caries 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. Respectfully, Jason Rohde Client Manager on behalf of Construction Risk Partners RFP-2024-082-OA Storm Drain Cleaning, Repairs July 29th, 2024 and Maintenance Services ro'sHENANDOAH 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 BROWARD MAINTENANCE SERVICES COLLEGE ATTACHMENT I -PERFORMANCE EVALUATION SURVEY FORM Please email this form to Orlando Aponte at oaponteebroward.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) Shenandoah General Construction LLC an which reference is being provided: Company providing reference: Broward County, Water Management Division Address of company providing reference: 2555 West Copans Road, Pompano Beach FL 33069 I Name/title of person providing reference: Dunia De La Horra Fernandez/Natural Resources Specialist Phone number of person providing (954)-831-0755 reference: Email address of person providing reference: ddelahorrafernandez@broward.org Date(s) of Service: 5 years Contract Annual Aggregate Dollar Amount and/or 1,300,000.00 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) Insert YOUR 2 = Fair (barely meets minimum standards) RATINGS In 3 = Average (meets minimum standards) this column 4 = Good (meets defined minimum requirements and occasionally exceeds your expectations) 5 = Excellent or Outstanding (always exceed your expectations) 1. QUALITY OF SERVICE/PROJECT/PRODUCT: Did they perform service and provide 4 proiect/product as specified and/or ag proposed? Please rate. 2. PERSONNEL: Regarding the performance and workmanship of company personnel. Please 4 rate. 3. TIMELINESS/RESPONSIVENESS: Was the company's timeliness and responsiveness 4 satisfacto�( to your entity's needs? Please rate. 4. OVERALL PERFORMANCE: Was company willing to and/or did they go above and beyond 4 ro`ect requirements, i.e., within reason, without altering specification? Please rate. i . CUSTOMER SERVICE: If problems were caused or encountered, were they addressed and 4 resolved QQron,QQtlyy? PI@@@s�gg rate customer service. LLESTONES/BUDGET: 6. DEADLINE Was the company able to meet service delivery 4 schedule pnl/gr erform service to meet established deadlines/milestones/budget? Please rate. 7. ABIL(fYO PRFORM: Did the company have technical expertise, facilities, and equipment 4 to perform as specified? Please rate. 8. YEARLY CONTRACTS: If performing a yearly term contract, was the company able to 4 adequatelymanage for the duration? Please rate yearly contract performance. 9. INTERACTION: Did their company representative work well with entity's staff in your 4 Qrovidinq these services or in performing yearly continuing contract? Please rate. 10. FUTURE PROJECTS: Most importantly, would you use this firm again? Yes? No? 4 Comments? COMMENTS: Are there any additional comments you would like to add? Ron DeSantis, Governor STATE OF FLORIDA Melanie S. Griffin, Secretary DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE � r III I A HE • • SHENANDOAH GENERAL CONSTRUCTION, LLC t 1888 NW 22ND STREET POMPANO BEACH FL 33069 LICENSE NUMBER: CGC1524099 EXPIRATION DATE: AUGUST 31, 2026 Always verify licenses online at MyFloridaLicense.com 0■`,.q❑� ISSUED:07/23/2024 r +:� i. Do not alter this document in any form. a %, This is your license. It is unlawful for anyone other than the licensee to use this document. Florida Ron DeSantis, Governor STATE OF FLORIDA Melanie S. Griffin, Secretary DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE UNDERGROUND UTILITY & EXCAVATION CO HEREIN IS CERTIFIED UNDER THE • • .. �^� . •.� ^-a� ► „tea` • f . • SHENANDOAH GENERAL CONSTRUCTION, LLC 1888 NW 22ND STREET 4rr� POMPANO BEACH FL 33069 LICENSE NUMBER: CUC1225783 EXPIRATION DATE: AUGUST 31, 2026 Always verify licenses online at MyFloridaLicense.com Qi k1t7r- ISSUED:07/23/2024 T*r;L, 'I`Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. Florida BROWARD COUNTY LOCAL BUSINESS TAX RECEIPT 115 S. Andrews Ave., Rm. A-100. Ft. Lauderdale, FL 33301-1895 — 954-357-4829 VALID OCTOBER 1, 2023 THROUGH SEPTEMBER 30, 2024 DBA: Receipt #:189-6135 Business Name: SHENANDOAH GENERAL CONSTRUCTION Business Type- ALL OTHER TYPES CONTRACTOR LLC (UNDERGROUND Owner Name: ANTHONY GUGLIELMI Business Location: 1888 NW 22ND ST POMPANO BEACH Business Phone:954-973-3060 Rooms Seats Number of Machines: Tax Amount Transfer Fee I NSF Fee 81.00 0.001 0.00 UTILITY/EXCAVATION) Business Opened:09/12/2008 State/County/Cert/Reg : CUC 12 2 5 7 8 3 Exemption Code: Employees Machines Professionals 28 For Vending Business Only Vending Type: Penalty i Prior Years Collection Cost I Total Paid 0.00 I 0.00 0.00 8i.00 Receipt Fee 8I.00 Packing/Processing/Canning Employees 0.00 THIS RECEIPT MUST BE POSTED CONSPICUOUSLY IN YOUR PLACE OF BUSINESS THIS BECOMES A TAX RECEIPT This tax is levied for the privilege of doing business within Broward County and is non -regulatory in nature. You must meet all County and/or Municipality planning WHEN VALIDATED and zoning requirements. This Business Tax Receipt must be transferred when the business is sold, business name has changed or you have moved the business location. This receipt does not indicate that the business is legal or that it is in compliance with State or local laws and regulations. p mpano CITY OF POMPANO BEACH BUSINESS TAX RECEIPT !- , beach FISCAL YEAR: 2023 - 2024 Florida's Warmest Welcome Business Tax Receipt Valid from: October 1, 2023 through September 30, 2024 4471062 8/30/2023 SHENANDOAH GENERAL CONSTRUCTION LLC 1888 NW 22 ST POMPANO BEACH FL 33069 THIS IS NOT A BILL THIS IS YOUR BUSINESS TAX RECEIPT. PLEASE POST IN A CONSPICUOUS PLACE AT THE BUSINESS LOCATION. BUSINESS OWNER: SHENANDOAH GEN CONST LLC BUSINESS LOCATION: 1888 NW 22 ST POMPANO BEACH FL RECEIPT NO: CLASSIFICATION 24-00100827 ENGINEERING CONSTRUCTION (IA-4C) 24-00110412 CONTRACTOR GENERAL (GC) 24-00110413 ENGINEERING CONSTRUCTION (IA-4C) NOTICE: ANEW APPIACATON MUST BE FILED IF THE BUSINESS NAME, OWNERSHIPOR ADDRESS IS CHANGED. 'I HE ISSUANCL OF A BUSINESS TAX RECEIPT SHALT. NOT BE DEEMED A WAIVER OF ANY PROVISION OFTHECH Y CODE NOR SHALL THE ISSIIANC'I; OF A BUSINESS TAX RECEIPT BE CONSTRUED TO BE A JUDGEMENT 01: THE CITY AS TO'HHE COMPETENCE OF THE APPLICANT F0 "I'ltAN%AC"F BUSINESS. THIS DOCUMENT CANNOT BE ALTERED. BUSINESS TAX RECEIPTS EXPIRE SEPTEMBER 30 hD OF EACH YEAR rpvuuq� !r DocdGard M5J6 confilm a secmiyNnfopraph, blue hackemmnl, hot mnsllhro Ink, colmreactivx watermark, and mleroforl p,whap on nordet 5/21/24, 10:42 AM Detail by Entity Name DIvi SIGN OF CORPORATIONS 1r1 DIy;,N) I of Japi;IarMent or State / nivisian or l;igi;a[ians / Search Rewrds / Search bV LQWXName / Detail by Entity Name Florida Limited Liability Company SHENANDOAH GENERAL CONSTRUCTION, LLC Fllina Information Document Number L19000024056 FEI/EIN Number 59-1707673 Date Filed 01/29/2019 Effective Date 12/21/1976 State FL Status ACTIVE Last Event LCAMENDMENI Event Date Filed 11/29/2021 Event Effective Date NONE Princlnal Address 1888 NW 22ND ST POMPANO BEACH, FL 33069-1318 Mallin9 Address 1888 NW 22ND ST POMPANO BEACH, FL 33069-1318 Reaistered Aaent Name & Address CORPORATE CREATIONS NETWORK, INC. 801 US HIGHWAY 1 NORTH PALM BEACH, FL 33408 Address Changed: 03/25/2020 Authorized Persom's) Detail Name & Address Title President Guglielmi, Anthony 1888 NW 22ND ST POMPANO BEACH, FL 33069-1318 Title CFO https:llsearch.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&diredionType=lnifal&seamhNameOrder-SHENAN... 112 5/21/24, 10:42 AM Detail by Entity Name Bendgen, Charles 1888 NW 22ND ST POMPANO BEACH, FL 33069-1318 Annual Renorts Report Year Filed Date 2023 03/15/2023 2023 10/0212023 2024 02/09/2024 Document Images 02/09/2024 —ANNUAL REPORT View image in PDF fornet 10m112023—AMENDED ANNUAL REPORT Vlew image in PDF format 03/152023 —ANNUAL REPORT View Image in PDF format 0323/2022 —ANNUAL REPORT 11/2W021 — LC Amendment 03/152021 —ANNUAL REPORT 04/022020 — ANNUAL REPORT 05/162019 — LC Amendment 0129/2019 —Florida Limitetl Liability. View image in PDF format View image In PDF format View image in PDF format View image In PDF format View image in PDF format I View image In PDF format https://search.sunbiz.org/lnqu Iry/CorporationSearch/SearchResultDetail7inquirytype=EntityName&directionType=lnibal&searchNameOrder--SHENAN... 212 ERTIF1 ATE OF OMPLETION Has Completed a FDOT Approved Temporary Traffic Control (TTC): Advanced Course Training Provider: Tampa Bay Training 3204 W. DeLeon St. Unit B Tampa FL 33609 Phone: 813-420-5891 09/05/2023 08/23/2027 P C Issue Date Expiration Date Instructor Verify this Certificate by visiting www.motadmin.com 614163 Certificate No. ERTI F1 ATE OF OMPLETION ff a �cm 6&illnm Has Completed a FDOT Approved Temporary Traffic Control (TTC): Advanced Course Training Provider: T2 Centers University of Florida OF T.. u,. 2100 NE Waldo Road Gainesville FL 32609 Phone: 352-273-1670 04/23/2024 04/12/2028 S T Issue Date Expiration Date Instructor Verify this Certificate by visiting www.moladmin.com 622921 Certificate No. FD This Certifies that JOSE VERA Has Completed a Florida Department of Transportation Approved Temporary Traffic Control (TTC) Advancod Course. Date Expires: 02t20I2025 Certificate # 70517 Instructor: Michael Hernandez FDOT Provider # 15 Florida Safety Council Phone: 407-897.4443 1505 E. Colonial Drive Orlando, FL 32803 occsafety.com cfreeman@floridasafety.org fop—ISHENANDOAH 'Wkj� 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 CsHENANDOAH 'aj� Executive Summary A. Overview of Shenandoah General Construction's Interest and Qualifications Shenandoah General Construction is pleased to submit our proposal for the Storm Drain Cleaning Repairs and Maintenance Services contract with Broward College. We are highly interested in this opportunity to partner with the College due to our extensive experience and success in similar projects. Established in 1976, Shenandoah Construction has grown to become a leader in providing high -quality construction services, specializing in drainage systems, pipe rehabilitation, and general construction. Our team comprises highly qualified professionals dedicated to delivering superior results. Key staff members include: • Anthony Guglielml, President o Contact Information: Phone # 954-975-0098 x107, Email Address— anthonv(o)shenandoahus.com o Qualifications: Over 25 years of experience in construction management, with a proven track record of successful project completions. • Robson Lima, Specialty Project Manager/Estimator o Contact Information: Phone number 954-275-2082, r.lima( shenandoahus.com o Qualifications: Over 17 years' extensive experience in project management and client relations, ensuring projects are completed on time and within budget. • Ramy Wassef, Specialty Project Manager o Contract Information: Phone number 954-275-9152, r.wassef0shenandoahus.com o Qualifications: Over 10 years of experience in project management and strong leadership abilities, capable of managing and motivating teams to achieve project goals. Ramy's knowledge of safety regulations and practices, maintains a safe working environment on his jobsites. B. Understanding of Services and Compliance Shenandoah General Construction has a comprehensive understanding of the nature and scope of the services required by Broward College. We are committed to providing the highest standards of service, ensuring compliance with all contractual requirements. Our ability to deliver quality work while maintaining adherence to all regulatory and contractual obligations makes us the ideal choice for this contract. C. Company Qualifications and Principals Shenandoah General Construction, established in 1976, has consistently demonstrated our qualifications for handling miscellaneous projects. Our principal team members, including Anthony Guglielmi, Robson Lima and Ramy Wassef, are well -versed in managing projects of varying complexities. Their leadership and expertise will be directly applied to the miscellaneous projects for Broward College. D. Acknowledgement of Addenda We acknowledge receipt of the following addenda: • Addendum No. (1) one, dated July 8, 2024 • Addendum No. (2) two, dated July 12, 2024 E. Present Operations and Qualifications Shenandoah General Construction currently operates with a focus on infrastructure projects, including drainage system maintenance and rehabilitation, general construction, and pipe cleaning. Our operational model emphasizes quality, safety, and efficiency, which aligns with the requirements of Broward College's solicitation. F. Recent Projects and Experience Our recent projects, similar in scope to the requirements of this solicitation, include: • Project Name: Drainage Repair o Client: FOOT D5 o Scope: Pipe and Inlet Replacement, and pipelining on SR 44 from W. of Timberland Dr. to Colony Park Road in New Smyrna Beach, Volusia County o Project Name: Pine Ridge Road Clean and ViewUS-41 to Airport Pulling Road o Client: Collier County Road Maintenance Department o Scope: Clean, televise/digitally record, and internally inspect all of the Individual assets within the entire drainage system (including all inlets/catch basins, storm manholes, junction boxes, drainage pipes and pipe ends), to assess the overall structural condition of each Individual asset and to identify any and all defects, damage, missing components, breaks, blockages, crushed, collapsed, vertical misalignments, and deteriorated or severed pipe, in the areas Project Name: Emergency - Atlantic Vocational Tech College o Client: Broward County School Board North Area Maintenance o Scope: Emergency clean sanitary system, clean 1 manhole and jet two lines to clear blockage Shenandoah General Construction's dedication to excellence, combined with our extensive experience and highly skilled team, makes us the best choice for Broward College. We look forward to the opportunity to contribute to the success of the College's projects. Sincerely, Anthony Guglielmi President Shenandoah General Construction, LLC Phone - 954-931-8972, Email - anthonv(@shenandoahus.com SHENANDOAH ORGANIZATIONAL PROFILE a. Current organization's name, addresses, telephone number, and fax number: Shenandoah General Construction, LLC 1888 NW 22ndStreet 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. Anthony Guglielml President Chuck Bendgen Chart Flnancal Officer Jeff Roberts Chief Operating Officer numan Pompano Seacbnager Fort Pierce Fort Myers Tampa Jacksonville operations Contracts Safety Adman Manager Fleet Manager Resources / Branch Manager Branch Manager BmncN Manager Branch Manager Branch Manager Manager Payroll Operations Specialty Shop Stan[ Schedulers Supervisor Supervisor Supervisor Supervisor tipP Manager (3) Accountant (Z) Project Accounts Su eiintendents P Project Manager Engineer CIPP / Grout Payable (3) Specialty Manager Accounts Estimator Gmut LeaA Specialty Receivable Manager Field Support Billings Grout Sales (3) Specialist - STORM DRAIN BROWARD RFP-2024-082-OAMAINTENANCE SERVICESG. REPAIRS AND COLLEGE ATTACHMENT I - PERFORMANCE EVALUATION SURVEY FORM Please email this form to Orlando Aponte at oaoontep.broward edu once completed in PDF format prior to 2:30 p.m. ET on: Wednesday. Julv 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 Shenandoah General Construction LLC City of Boca Raton 2500 NW 1 st Ave, Boca Raton, FI, 33432 Clecio De Sa/Assistant City Engineer (561) 416-3429 cdesa@myboca.us 04/27/2022 to 11/26/2023 $954,406.86 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) Insert YOUR 2 = Fair (barely meets minimum standards) RATINGS in 3 = Average (meets minimum standards) this column 4 = Good (meets defined minimum requirements and occasionally exceeds your expectations) 5 = Excellent or Outstanding (always exceed your expectations) 1. QUALITY OF SERVICE/PROJECT/PRODUCT: Did they perform service and provide 5 Qro.ecVQroduct as specified and/or as proposed? Please rate. 22 PKOONNEL: Regarding the performance and workmanship of company personnel. Please 5 rate. 3. TIMELINESS/RESPONSIVENESS: Was the company's timeliness and responsiveness 5 satisfacto(X to your entity's needs? Please rate. 4. OVERALL PERFORMANCE: Was company willing to and/or did they go above and beyond I to act reqguirements, i.e., within reason, without siterIng specificatiop? Please rate. 15 8USTOMER SERVICE: If they . problems were caused or encountered, were addressed and I 5 resolved y4fora Ify? Please rate cu tQQQQ����r ��w re. 6. DEADLINE/MILESTONESIB�DGET: Was he company able to meet service delivery I 5 schedule and/or o(r�s�J�(lrj meet established deadlines/miles toneslbudget7 Please rate. 7. ABILITY TO 0% -'N' VI: DI3 the company have technical expertise, facilities, and equipment I 5 to perform as specified? Please rate. 6. YEARLY CONTRACTS: If performing a yearly term contract, was the company able to I 5 adspuately mane p for the duration? Please rate yeariv on?,c{�terforrna�ct 9. fNTERACTION: Did their representative wort ww h entity s staff in company your I 5 providi these services or in performing yearly continuing contract? Please rate. 10. FUTURE PROJECTS: Most importantly, would you use this firm again? Yes? No? I Yes Comments? COMMENTS: Are there any additional comments you would like to add? No additional comments. RFP-2024-082-OA - STORM DRAIN CLEANING, REPAIRS AND FROWARD MAINTENANCE SERVICES COLLEGE ATTACHMENT I - PERFORMANCE EVALUATION SURVEY FORM Please email this form to Orlando Aponte at oavonte(p)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: SKit(Ira rer4 ene Sr O/ J/ S6w� ��rr��ik6 - %S r K lTreS0 nPbc_�A. e).-e Annual Aggregate Dollar Amount and/or Dollar Amount of Ser\ 1 2OO 1, — LIOOK VQ- •leaf^ 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) Insert YOUR 2 = Fair (barely meets minimum standards) RATINGS in 3 = Average (meets minimum standards) this column 4 = Good (meets defined minimum requirements and occasionally exceeds your expectations) 5 = Excellent or Outstanding (always exceed your expectations) 1. QUALITY OF SERVICE/PROJECTIPRODUCT: Did they perform service and provide `r projecURRroduct as sppecified and/or as proposed? Please rate. 2. �R$ONNEL: fiegarding the performance and workmanship of company personnel. Please rate. 3. TIMELINESSIRESPONSIVENESS: Was the company's timeliness and responsiveness / satisfacto(y to Yyour entity's needs? Please rate. PERFORMANCE: 4. OVERALL Was company willing to and/or did they go above and beyond r/ ppro`e -t requirements, i.e., within reason, without altering specification? Please rate. 5. CUSTOMER SERVICE: If problems were caused or encountered, were they addressed and Please resolved gromgtly? rate custgqm r g@rvlCe. 6. DEADLINES/MILESTONES/BUDGET: Was the company able to meet service delivery schedule �nf�/o` e orrp s$rvice to meet established deadlines/milestones/budget? Please rate. 7. ABILITY TO PORIVI: Did the company have technical expertise, facilities, and equipment to perform as specified? Please rate. l' 8. YEARLY CONTRACTS: If performing a yearly term contract, was the company able to ade((��uatel managqe for the duration? Please rate yearly contract performance. 9. INTERACTION: Did their company representative work well with your entity's staff in �1 providing these services or in performing dearly continuing contract? Please rate. U 10. FUTURE PROJECTS: Most importantly, would you use this firm again? Yes? No? ' Comments? COMMENTS: Are there any additional comments you would like to add? Lluax (in 1$SUoS L)511j SkQhcl.ac>oLh %n -4410 - -' re . SECTION 1 - REQUIRED RESPONSE FORM RFP#: RFP TITLE: RELEASE DATE: RFP-2024-082-OA STORM DRAIN CLEANING,REPAIRS AND WED 06126/2024 G MAINTENADUE DATE: TIME DUE - N MBER CSF Qa(Y�ES L The College uses E-Bidding and will only WED 07131/2024 AT OR PROPOSAL One (1) accept electronic submittals via DemandStar BEFORE: COPIES On net at www.demandstar.com. 2:30 p.m. ET REQUIRED: Electronic Complete Electronic Copy of Proposal must 4 Copy be in a single Adobe PDF File All proposals shall include this R .QUI�REf� RESP NSE FORM fully executed. Proposal must contain all information required to be included in the proposal as escribaherein.�roposers 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: Shenandoah General Construction, LLC Street Address: 1888 NW 22nd Street city and state: Pompano Beach, FL 33069 Proposer Telephone: 954-975-0098 Proposer Fax: 954-975-9718 Proposer Toll Free: Contact Person: Samantha Northcutt Contact Person's Address: 1888 NW 22nd Street, Pompano Beach FL 33069 Contact Telephone: 954-975-0098 x117 Contact Fax: Contact Tall Free: 954-975-9718 Internet E-mail Address: s.nonhcutt@shenandoahm.com Internet URL: www.shenandoahus.com Proposer Taxpayer Identification Number: 59-1707673 How were you Informed of this solicitation? (Please provide media name(s) in blank space): Website: Demand Star 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 Propose s Authorized Principal Anthony Guglielmi Name of Proposer's Authorized Principal July 29, 2024 Date President 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 3 of 33 SHENANDO/. H 4.4 - SCOPE OF WORK TAB 5 - 4.4.1- SCOPE OF WORK TAB 5 - 4.4.2 - QUALIFTY ASSURANCE f-SHENANDOAH 'aal 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. f'"ISHENANDOAH 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 (Rainy): 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 a 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. fp�,SHENANDOAH 'aj� 4.5 - PRICE PROPOSAL TAB 6 - 4.5.1- PRICE PROPOSAL BROWARD COLLEGE RFP-2024-082-OA PRICE PROPOSAL FORM ATTACHMENT B *** 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 % 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 I RFP-2024-082-OA VENDOR CONFLICT OF INTEREST FORM I ATTACHMENT H 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 Q NO If YES, please explain below: PROPOSER'S COMPANY NAME: Shenandoah General Construction, LLC Print Name and Title: Anthony Guglielmi - President Signature: RFP-2024-082-OA - STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SE,-, v.. ,=,5 ATTACHMENT B - PRICE PROPOSAL FORM ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL (to two decimal laces TV Viewing 1 Storm Drain (Video Camera) Observation 0 - 48" Log/Written Report Linear Ft 1 2 Storm Drain (Video Camera) Observation 49" - 72" Log/Written Report Linear Ft 1 3 Cleaning Box Culverts of Debris and Bituminous Materials Removed Per Ft 1 $0.00 $0.00 $0.00 Plug Installation & Removal {Includes Minimum Weekly Rental) for: 4 0" to 12" Cross/Side Drain or Equivalent Elliptical Circumference Week Week 1 5 15" to 30" Cross/Side Drain or Equivalent Elliptical Circumference Week Week 1 6 36" to 42" Cross/Side Drain or Equivalent Elliptical Circumference Week Week 1 7 48" to 60" Cross/Side Drain or Equivalent Elliptical Circumference Week Week 1 8 72" to 96" Cross/Side Drain or Equivalent Elliptical Circumference Week Week 1 Pumping $0.00 $0.00 $0.00 $0.00 $0.00 9 4" Hydraulic Pump (with up to 1000' of discharge hose) Hours 1 10 6" Hydraulic Pump (with up to 1000' of discharge hose) Hours 1 11 8" Hydraulic Pump (with up to 1000' of discharge hose) Hours 1 $0.00 $0.00 $0.00 GENERAL MAINTENANCE AND REPAIRS Slip Lining or Equivalent Elliptical Circumference with HDPE Smooth Wall Fused Pipe 12 Slip Lining 15" Pipe Linear Ft 1 13 Slip Lining 18" Pipe Linear Ft 1 $0.00 $0.00 Page 1 / 8 RFP-2024-082-OA - STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES ATTACHMENT B - PRICE PROPOSAL FORM UNIT PRICE ITEM DESCRIPTION UNIT QUANTITY (to two decimal TOTAL laces 14 'Slip Lining 24" Pipe 15 ISlip Lining 30" Pipe 16 !Slip Lining 36" Pipe 17 Slip Lining 42" Pipe 18 Slip Lining 48" Pipe 19 :Slip Lining 54" Pipe 20 Slip Lining 60" Pipe 21 jCIPP 15" Pipe 15 x 6.7 mm (Buria I Depth is 0-6') 22 CIPP 15" Pipe 15 x 8.2 mm (Burial Depth is 6-12') 23 CIPP 18" Pipe x 8.1 mm (Burial Depth is 0-6') 24 CIPP 18" Pipe x 9.7 mm (Burial Depth is 6-12') 25 CIPP 24" Pipe x 10.1 mm (Burial Depth is 0-6') 26 CIPP 24" Pipe x 12.4 mm (Burial Depth is 6-12') 27 CIPP 30" Pipe x 13.5 mm (Burial Depth is 04) 28 CIPP 30" Pipe x 15.4 mm (Burial Depth is 6-12') 29 CIPP 36" Pipe x 17.2 mm (Burial Depth is 0-6') 30 CIPP 36" Pipe x 18.1 mm (Burial Depth is 6-12') 31 CIPP 42" Pipe x 20.9 mm (Burial Depth is 0-6') 32 CIPP 42" Pipe x 20.6 mm (Burial Depth is 6-12') Linear Ft Linear Ft Linear Ft Linear Ft Linear Ft Linear Ft Linear Ft Linear Ft Linear Ft Linear Ft Linear Ft Linear Ft Linear Ft Linear Ft Linear Ft Linear Ft Linear Ft Linear Ft i Linear Ft 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00. $0.00 $0.00 $0.00 $0.00 $0.00 $0.00. $0.00 1 $0.00; $0.00 $0.00 1 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 TOTAL laces 33 CIPP 48" Pipe x 25.2 mm (Burial Depth is 0-6') Linear Ft 1 34 CIPP 48" Pipe x 22.6 mm (Burial Depth is 6-12') Linear Ft 1 35 CIPP 54" Pipe x 28.2 mm (Burial Depth is 0-6') Linear Ft 1 36 CIPP 54" Pipe x 24.7 mm (Burial Depth is 6-12') Linear Ft 1 37 CIPP 60" Pipe x 30.3 mm (Burial Depth is 0-6') Linear Ft 1 38 CIPP 60" Pipe x 27.3 mm (Burial Depth is 6-12') Linear Ft 1 39 CIPP 66" Pipe x 31.6 mm (Burial Depth is 0-6') Linear Ft 1 40 CIPP 66" Pipe x 29.1 mm (Burial Depth is 6-12') Linear Ft 1 41 CIPP 72" Pipe x 30.4 mm Linear Ft Linear Ft 1 42 CIPP 84" Pipe x 35.5 mm Linear Ft Linear Ft 1 43 CIPP 96" Pipe x 40.6 mm Linear Ft Linear Ft 1 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 PIPE CLEANING Pipe Cleaning and Sediment Removal (Light Cleaning) 44 Cleaning and Sediment Removal 15" Pipe Linear Ft 1 45 Cleaning and Sediment Removal 18" Pipe Linear Ft 1 46 Cleaning and Sediment Removal 24" Pipe Linear Ft 1 47 Cleaning and Sediment Removal 30" Pipe Linear Ft 1 48 Cleaning and Sediment Removal 36" Pipe Linear Ft 1 49 Cleaning and Sediment Removal 42" Pipe Linear Ft 1 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Page 3 / 8 RFP-2024-082-OA - STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES ATTACHMENT B - PRICE PROPOSAL FORM UNIT PRICE ITEM DESCRIPTION UNIT QUANTITY (to two decimal TOTAL laces 50 51 52 53 54 55 56 Cleaning and Sediment Removal 48" Pipe Cleaning and Sediment Removal 54" Pipe Cleaning and Sediment Removal 60" Pipe Cleaning and Sediment Removal 66" Pipe (Cleaning and Sediment Removal 72" Pipe iCleaning and Sediment Removal 84" Pipe Cleaning and Sediment Removal 96" Pipe Pipe Cleaning and Sediment Removel (Medium Cleaning) Linear Ft Linear Ft Linear Ft Linear Ft Linear Ft Linear Ft Linear Ft 1 1 1 1 1 1 1 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00; 57 58 59 60 61 62 63 64 65 66 67 Cleaning and Sediment Removal 15" Pipe iCleaning and Sediment Removal 18" Pipe Cleaning and Sediment Removal 24" Pipe Cleaning and Sediment Removal 30" Pipe Cleaning and Sediment Removal 36" Pipe Cleaning and Sediment Remova 1 42" Pipe Cleaning and Sediment Removal 48" Pipe Cleaning and Sediment Removal 54" Pipe Cleaning and Sediment Removal 60" Pipe Cleaning and Sediment Removal 66" Pipe Cleaning and Sediment Removal 72" Pipe Linear Ft Linear Ft Linear Ft Linear Ft Linear Ft Linear Ft Linear Ft Linear Ft Linear Ft Linear Ft Linear Ft I 1 1 1 1 1 1 1 1 1 1 1 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00t $0.00 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 laces TOTAL 68 Cleaning and Sediment Removal 84" Pipe Linear Ft 1 Cleaning and Sediment Removal 96" Pipe I Linear Ft 1 $0.00 $0.00 69 Pipe Cleaning and Sediment Removal (Heavy Cleaning) 70 Cleaning and Sediment Removal 15" Pipe Linear Ft 1 71 Cleaning and Sediment Removal 18" Pipe Linear Ft 1 72 Cleaning and Sediment Removal 24" Pipe Linear Ft 1 73 Cleaning and Sediment Removal 30" Pipe Linear Ft 1 74 Cleaning and Sediment Removal 36" Pipe Linear Ft 1 75 Cleaning and Sediment Removal 42" Pipe Linear Ft 1 76 Cleaning and Sediment Removal 48" Pipe Linear Ft 1 77 Cleaning and Sediment Removal 54" Pipe Linear Ft 1 78 Cleaning and Sediment Removal 60" Pipe Linear Ft 1 79 Cleaning and Sediment Removal 66" Pipe Linear Ft 1 80 Cleaning and Sediment Removal 72" Pipe Linear Ft 1 81 Cleaning and Sediment Removal 84" Pipe Linear Ft 1 82 Cleaning and Sediment Removal 96" Pipe Linear Ft 1 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00- $0.00 $0.00 $0.00: $0.00 $0.00 Pipe Cleaning and Sediment Removal (Specialty Cleaning) 83 Cleaning and Sediment Removal 15" Pipe Linear Ft 1 84 Cleaning and Sediment Removal 18" Pipe Linear Ft 1 $0.00 $0.00 Page 5/8 RFP-2024-082-OA - STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES ATTACHMENT B - PRICE PROPOSAL FORM UNIT PRICE ITEM DESCRIPTION UNIT QUANTITY (to two decimal TOTAL laces 85 Cleaning and Sediment Removal 24" Pipe Linear Ft 86 Cleaning and Sediment Removal 30" Pipe Linear Ft 87 Cleaning and Sediment Removal 36" Pipe Linear Ft 88 Cleaning and Sediment Removal 42" Pipe Linear Ft 89 Cleaning and Sediment Removal 48" Pipe Linear Ft 90 Cleaning and Sediment Removal 54" Pipe Linear Ft 91 Cleaning and Sediment Removal 60" Pipe Linear Ft 92 Cleaning and Sediment Removal 66" Pipe Linear Ft 93 Cleaning and Sediment Removal 72" Pipe Linear Ft 94 Cleaning and Sediment Removal 84" Pipe Linear Ft 95 Cleaning and Sediment Removal 96" Pipe Linear Ft Open Cut / Headwall Repairs & Other Services 96 Construction Foreman Hour 97 Equipment Operator Hour 98 Laborer Hour 99 Pipe Layer Hour 100 Welding (Above & Below Water) Hour 101 Diving Crew (3 Man Team) Certified Hour 102 Crane 100 Tons & Below Hour 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 i $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Page 6 / 8 RFP-2024-082-OA - STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES ATTACHMENT B - PRICE PROPOSAL FORM UNIT PRICE ITEM DESCRIPTION UNIT QUANTITY (to two decimal TOTAL laces 103 Track or Wheeled Excavator 104 Stick Tracked Excavator (60' or Greater) 105 Wheel Loader 106 Backhoe Loader 107 Bulldozer 108 Double Drum Compactor 109 Vibratory Plate Compactor. 110 100 CFM Air Compressor with Hammer 111 Dump Truck with Operator 112 De -Watering 113 Asphalt Pavement Replacement 114 Lime Rock 115 Dirt 116 Driveway Restoration (4" thick) Removal and Installation 117 Driveway Restoration (6" thick) Removal and Installation 118 Mitered Ends 119 Pressure Grout Injection 120 Bahia Sod 121 Floratan Sod Hour Hour Hour Hour Hour Hour Hour Hour Hour Hour Tons Tons Tons Sq. Ft. Sq. Ft. Sq. Ft. Joints Sq. Ft. Sq. Ft. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $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 TOTAL laces 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 Material Mark Up Percentage 127 - Cost Plus Percentage may not exceed 10%. % 1 0.00% - A percentage of 0 or net cost is acceptable. GRAND TOTAL: 1 $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 '/, 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. Page 8/8 RFP-2024-082-OA - STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES ATTACHMENT B - PRICE PROPOSAL FORM 2024 I ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE (to two decimal TOTAL laces TV Viewing 1 Storm Drain (Video Camera) Observation 0 - 48" Log/Written Report Linear Ft 1 2 Storm Drain (Video Camera) Observation 49" - 72" Log/Written Report Linear Ft 1 3 Cleaning Box Culverts of Debris and Bituminous Materials Removed Per Ft 1 Plug Installation & Removal (Includes Minimum Weekly Rental) for: $6.00 $6.00- $15.00: $25.00- $15.00 $25.00 4 0" to 12" Cross/Side Drain or Equivalent Elliptical Circumference Week Week 1 5 15" to 30" Cross/Side Drain or Equivalent Elliptical Circumference Week Week 1 6 36" to 42" Cross/Side Drain or Equivalent Elliptical Circumference Week Week 1 7 48" to 60" Cross/Side Drain or Equivalent Elliptical Circumference Week Week 1 8 72" to 96" Cross/Side Drain or Equivalent Elliptical Circumference Week Week 1 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 $1.00 Pumping 9 4" Hydraulic Pump (with up to 1000' of discharge hose) 10 6" Hydraulic Pump (with up to 1000' of discharge hose) 11 8" Hydraulic Pump (with up to 1000' of discharge hose) Hours 1 $35.00 $35.00 $40.00 $40.00 Hours 1 Hours 1 $40.00 $40.00 GENERAL MAINTENANCE AND REPAIRS Slip Lining or Equivalent Elliptical Circumference with HDPE Smooth Wall Fused Pipe 71312 Slip Lining 15" Pipe Linear Ft 1 Slip Lining 18" Pipe Linear Ft 1 $50.00 $50.00 $89.00 $89.00 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 TOTAL laces 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 I $494.00 $494.00 21 CIPP 15" Pipe 15 x 6.7 mm (Buria I 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 TOTAL laces 33 CIPP 48" Pipe x 25.2 mm (Burial Depth is 0-6') Linear Ft 1 34 CIPP 48" Pipe x 22.6 mm (Burial Depth is 6-12') Linear Ft 1 35 CIPP 54" Pipe x 28.2 mm (Burial Depth is 0-6') Linear Ft 1 36 CIPP 54" Pipe x 24.7 mm (Burial Depth is 6-12') Linear Ft 1 37 CIPP 60" Pipe x 30.3 mm (Burial Depth is 0-6') Linear Ft 1 38 CIPP 60" Pipe x 27.3 mm (Burial Depth is 6-12') Linear Ft 1 39 CIPP 66" Pipe x 31.6 mm (Burial Depth is 0-6') Linear Ft 1 40 CIPP 66" Pipe x 29.1 mm (Burial Depth is 6-12') Linear Ft 1 41 CIPP 72" Pipe x 30.4 mm Linear Ft Linear Ft 1 42 CIPP 84" Pipe x 35.5 mm Linear Ft Linear Ft 1 43 CIPP 96" Pipe x 40.6 mm Linear Ft Linear Ft 1 $346.75 $346.75 $338.75 $540.00 $533.75 $708.00 $670.00 $825.00 $809.00 $933.00 $1,229.00 $1,540.50 $338.75 $540.00 $533.75 $708.00 $670.00 $825.00 $809.00 $933.00 $1,229.00 $1,540.50 PIPE CLEANING Pipe Cleaning and Sediment Removal (Light Cleaning) 44 Cleaning and Sediment Removal 15" Pipe Linear Ft 1 45 Cleaning and Sediment Removal 18" Pipe Linear Ft 1 46 Cleaning and Sediment Removal 24" Pipe Linear Ft 1 47 Cleaning and Sediment Removal 30" Pipe Linear Ft 1 48 Cleaning and Sediment Removal 36" Pipe Linear Ft 1 49 Cleaning and Sediment Removal 42" Pipe Linear Ft 1 $0,50 $0.50 $0.50 $1.25 $1.50 $2.00 $0.50 $0.50 $0.50 $1.25 $1.50 $2.00 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 TOTAL laces 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 Pipe Cleaning and Sediment Removel (Medium Cleaning) 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 1 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 $4.001 $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 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 TOTAL laces 68 Cleaning and Sediment Removal 84" Pipe Linear Ft 69 Cleaning and Sediment Removal 96" Pipe Linear Ft Pipe Cleaning and Sediment Removal (Heavy Cleaning) 1 1 $15.00 $15.00 $35.00 $35.00 70 Cleaning and Sediment Removal 15" Pipe Linear Ft 1 71 Cleaning and Sediment Removal 18" Pipe Linear Ft 1 72 Cleaning and Sediment Removal 24" Pipe Linear Ft 1 73 Cleaning and Sediment Removal 30" Pipe Linear Ft 1 74 Cleaning and Sediment Removal 36" Pipe Linear Ft 1 75 Cleaning and Sediment Removal 42" Pipe Linear Ft 1 76 Cleaning and Sediment Removal 48" Pipe Linear Ft 1 77 Cleaning and Sediment Removal 54" Pipe Linear Ft 1 78 Cleaning and Sediment Removal 60" Pipe Linear Ft 1 79 Cleaning and Sediment Removal 66" Pipe Linear Ft 1 80 Cleaning and Sediment Removal 72" Pipe Linear Ft 1 81 Cleaning and Sediment Removal 84" Pipe Linear Ft 1 82 Cleaning and Sediment Removal 96" Pipe Linear Ft 1 $5.50 $5.50 $6.25 $7.00 $9.00 $10.75 $17.00 $19.00 $19.00 $20.00 $21.00 $25.00 $30.00 $39.00 $6.25 $7.00 $9.00 $10.75 $17.00 $19.00 $19.00 $20.00 $21.00 $25.00 $30.00 $39.00 Pipe Cleaning and Sediment Removal (Specialty Cleaning) 83 Cleaning and Sediment Removal 15" Pipe Linear Ft 1 84 Cleaning and Sediment Removal 18" Pipe Linear Ft 1 $10.00 $10.00 $10.00 $10.00 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 TOTAL laces 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 Open Cut / Headwall Repairs & Other Services 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 Page 6/16 ITEM RFP-2024-082-OA - STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES ATTACHMENT B - PRICE PROPOSAL FORM DESCRIPTION 103 Track or Wheeled Excavator 104 Stick Tracked Excavator (60' or Greater) 105 Wheel Loader 106 Backhoe Loader 107 Bulldozer 108 Double Drum Compactor 109 Vibratory Plate Compactor. 110 100 CFM Air Compressor with Hammer 111 Dump Truck with Operator 112 De -Watering 113 Asphalt Pavement Replacement 114 Lime Rock 115 Dirt 116 Driveway Restoration (4" thick) Removal and Installation 117 Driveway Restoration (6" thick) Removal and Installation 118 Mitered Ends 119 Pressure Grout Injection 120 Bahia Sod 121 Floratan Sod UNIT Hour Hour Hour Hour Hour Hour Hour Hour Hour Hour Tons Tons Tons Sn Ft Sq. Ft Sq. Ft Joints Sq. Ft Sq. Ft QUANTITY UNIT PRICE (to two decimal laces 1 1 1 1 1 1 1 1 1 1 1 1 $50.00 $90.00 $45.00 $35.00 $10.00 $25.00 $15.00 $30.00 $75.00 $85.00 $350.00 $70.00 1 $25.00 1 1 1 1 1 1 $25.00 $30.00 $45.00 $275.00 $1.50 $2.00 TOTAL $50.00 $90.00 $45.00 $35.00 $10.00 $25.00 $15.00 $30.00 $75.00 $85.00 $350.00 $70.00 $25.00 $25.00 $30.00 $45.00 $275.00 $1.50 $2.00 Page 7 / 16 RFP-2024-082-OA - STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE SERVICES ATTACHMENT B - PRICE PROPOSAL FORM UNIT PRICE ITEM DESCRIPTION UNIT QUANTITY (to two decimal TOTAL laces 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 Sill Screen Installation & Removal per 100 ft. Each 1 $300.00 $300.00 126 Mobilization Fee Each 1 $500.00 $500.00 Material Mark Up Percentage 127 - Cost Plus Percentage may not exceed 10%. % 1 10.00% 10.00% - A percentage of 0 or net cost is acceptable. GRAND TOTAL: $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 t/z 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. Page 8 / 16 RFP-2024.082-OA - STORM DRAIN CLEANING. REPAIRS AND BROWARU MAINTENANCE SERVICES COLLEGE ATTACHMENT I - PERFORMANCE EVALUATION SURVEY FORM Please email this form to Orlando Aponte at oepo e(;broyyvvard.edu once completed in PDF format prior to 2:30 p.m. ET on: ednesday. July 31. 2024 This form is to be completed by the organization providing the reference only. Name Company (Respondent tothis RFP) Shenandoah General Construction LLC on whichchreference is being provided: Company providing reference: City of Boca Raton Address of company providing reference: 2500 NW 1 St Ave, Boca Raton, FI, 33432 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 Clecio De Sa/Assistant City Engineer (561)416-3429 cdesa@myboca.us 04/27/2022 to 11/26/2023 $954,406.86 Please evaluate and rate the performance of the company noted above (the Proposer to this RFP), using the following ratings scale: 0 = Do Not Hire (our company would not hire them again) 1 = Poor (does not meet minimum standards) Insert YOUR 2 = Fair (barely meets minimum standards) RATINGS In 3 = Average (meets minimum standards) this column 4 = Good (meets defined minimum requirements and occasionally exceeds your expectations) 5 = Excellent or Outstanding (always exceed your expectations) 1. QUALITY OF SERVICE/PROJECT/PRODUCT: Did they perform service and provide 5 pro. cupf9cJpCt Zs �pecified and/or ag proposed? Please rate. r�2 p�ERRsSaONN(�E : egarding the performance and workmanship of company personnel. Please 5 rate. 3. TIMELINESS/RESPONSIVENESS: Was the company's timeliness and responsiveness 5 satisfactory to your entity's needs? Please rate. 4. OVERALL PERFORMANCE: Was company willing to and/or did they go above and beyond 5 protlect re�9qUirements, i.e., within reason, without altering specification? Please rate. 5. CUS�6MER SERVICE: If problems were caused or encountered, were they addressed and I 5 ease rae c sr @rvc i resolved . gqromeeIIy? PI ttQQ�!gg 6. DEAD LINESIMILESTONES/B�GET: Was l�e to delivery company able meet service I 5 schedule {�/pL e[�o(ir c to meet established deadlin s/mile tones/budget? Please rate. 7. ABILI �TO P RFORM: �id the company have technicafexpertise, facilities, and equipment I 5 to ve q(r� ......fied? Please rate. A[n] 8. Y Y COTRACTS: If performing a yearly term contract, was the company able to I 5 adepuatel mana.ye for the duration? Please rate yearly contract performance. 9. INTERACTION: Did their company representative work well with entity's staff in your I 5 providirt e e sgglfyyisgg or in performing yearly continuing contract? Please rate. )RZ 10. Ft. �R EC�$: Most importantly, would you use this firm again? Yes? No? I Yes Comments? COMMENTS: Are there any additional comments you would like to add? No additional comments. CF-ISHENANDOAH 'J� 4.6 - FINANCIAL CAPACITY TAB 7 - 4.6.1- FINANCIAL CAPACITY fo,"ISHENANDOAH 'mj� Dun & Bradstreet D-U-N-S# : 09-284-0073 fo'—sHENANDOAH 'all 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 BROWARD COLLEGE RFP-2024-082-OA DRUG -FREE WORKPLACE CERTIFICATII N 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 Anthony Guglielmi - President (Print individual's name and title) for Shenandoah General Construction, LLC (Print name of entity submitting sworn statement) whose business address is 1888 NW 22nd Street, Pompano Beach FL 33069 and (if applicable) its Federal Employer Identification Number (FEIN) is 59-1707673 (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 30th day of July , 2o24. Personally Known Anthony Guglielmi OR Produced identification Notary Public — State of FL My commission expires 1 /15/28 (Type of identification) Samantha Northcutt (Printed, typed or stamped co 0� ionegangpl(h19t4Wg1irublic) k1 `� Comm.: HH 4509 FORM: #4530 3/93 $) ;? Expires: Jan.15, 2029 'kl, fj NolaryPublic - State ofFloddv. BROWARD COLLEGE I RFP-2024-082-OA NON -DISCLOSURE AGREEMENT I ATTACHMENT E *** ATTACHMENT E - NON -DISCLOSURE AGREEMENT *** (REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK) Non -Disclosure Agreement I) 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 Patty 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 Patty 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 1 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.1 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 Anthony Guglielmi Name President Title July 30, 2024 Date Broward College Non -Disclosure Agreement Page 2 of 2 BROWARD COLLEGE I RFP-2024-082-OA PUBLIC ENTITY CRIMES STATEMENT I 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 ajoint 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) (9, 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 NIA Here Name of Company: Shenandoah General Construction, LLC Address of Company: 1888 NW 22nd Street, Pompano Beach FL 33069 Signature for the Company: _ Title of Person Signing for the C resident Signature of Witness: Witness' Relationship to the Co an • harles Bendgen - Chief Financial Officer BROWARD COLLEGE I RFP-2024-082-OA NON -COLLUSION AFFIDAVIT ATTACHMENT G Slate of Florida ) ss. County of B(—a d 1 Anthony Guglielmi being first duly sworn, deposes and says t (5) a Is the Presiden (Owner, Partner, Officer, Representative or Agent) of Shenandoah General Construction, LLC 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...) (... continued from previous page, Non -Collusion Affidavit) Signed, sea elivered i the presence of. By: Charles BendgL Chief Financial Officer Anthony Gtgheft (Printed Name) President (Title) ACKNOWLEDGMENT State of Florida County of aroward On this the 34kh day of July , 2020, before me, the undersigned Notary Public of the State of Florida, personally appeared Anthony Gugliemm Name(s) of individuals(s) and whose name(s) is/are Subscrib to the within instrument, and he/shelthey acknowledge that he/she/they executed it. WITNESS my hand A�6LIc , FS and official seal NOTARY PUBLIC SEAL OF OFFICE: ,o�;rrs-.,,, SamarNhallonitcu. Comm.: HH 400930 y(�0i Expires: Jan.15, 2026 4••°' Notary Poblic • Stale of Fbde ❑ DID NOT take an o_ OPTIONAL INFORMATION: Type of Document: Number of Pages: Number of Signatures Notarized: Samantha Northcutt (Name of Notary Public: Print, Stamp ^ppType Commissioned AN Personally known to me,, or ❑ roduced identification: (Type of Identification Produced) ❑ DID take an oath, or EQUIPMENT LIST 7/30/2024 Description Make (ARROW BOARD Wanco (ARROW BOARD Wanco [ARROW BOARD Wanco (AIR COMPRESSOR Leroyy, (AIR COMPRESSOR INGEIRSOL RAND IVIPER 050 FOAM GENERATOR VERMILLION 136" Collapsible Maineline Packer Logiball 130" Collapsible Maineline Packer Logiball ISag Correction System Advance Const Prod 142" Collapsible Maineline Packer Logiball I Fecon Carbide Mulcher adapter LS283 Fecon Model WTSP WTSP WTSP AIR COMPRESSOR AIR COMPRESSOR FOAM GENERATOR Packer Packer Sag Machine Packer CEM36 Mulcher (Impact Drilling Cutter Paikert SB110 (Push Camera Envirosiqht VSP Pro ISag Remover 8" Pipe adapter tow slings, hose tow adapter FFORK LIFT CATERPILLAR IJET VAC SEWER CLEANING TRUCK FREIGHTLINER STICK EXCAVATOR KOBELCO ILONG 6"THOMPSON TRASH PUMP THOMPSON IYARD - PICK UP TRUCK FORD I Superintendent Truck GMC (Yard Pick Up Ford (Yard Pick p w/Liftgate Ford ISuperintendent Truck FORD I UTI LITIY TRUCK DODGE IYARD PICK UP TRUCK GMC ISuperintendent Truck FORD 12022 F250 YARD - PICKUP TRUCK FORD (OFFICE TRUCK FORD ICHEVY SILVERADO 1500 CHEV I BOX TRUCK W/SAG REMOVER RAM [Trailer Yard Emerson Better Built Trailer w/Air Compressor Better Built Triple Crown 7x16 Triple Crown (Trailer Yard Test ITrailer FVCG FVCG ICUES TV/GROUT TRUCK FORD IIBAK TV TRUCK FORD I2021 IBAK ISUZY ISUZU IUTILITIY TRUCK DODGE IYARD - PICK UP TRUCK DODGE IYARD - PICK UP TRUCK DODGE IYARD - PICK UP TRUCK DODGE YARD - PICK UP TRUCK DODGE IVACTOR SEWER CLEANING TRUCK VACTOR IVACTOR SEWER CLEANING TRUCK VACTOR IVACTOR SEWER CLEANING TRUCK VACTOR IVACTOR SEWER CLEANING TRUCK VACTOR IVACTOR SEWER CLEANING TRUCK VACTOR IVACTOR SEWER CLEANING TRUCK VACTOR IVACTOR SEWER CLEANING TRUCK VACTOR IVACTOR SEWER CLEANING TRUCK VACTOR IVACTOR SEWER CLEANING TRUCK VACTOR FORK LIFT SK250LC 6" PUMP F150 XL STD CAB SIERRA 1500 F250 F250 F150 PK Ram 1500 Pickup CANYON F150 42 4Dr SUPERCRI F250 F150 CREW CAB 4D SILVERADO 1500 4500 6X12 6x10 7x16 TL GANS7X16TA3-WHITE-L F550 E450 BOX TRUCK Ibak TV/Grout Truck RAM 5500 UTILITY Ram 2500 Pickup Ram 2500 Pickup Ram 2500 Pickup Ram 2500 Pickup KENWORTH FREIGHTLINER KENWORTH KENWORTH KENWORTH FREIGHTLINER FREIGHTLINER FREIGHTLINER KENWORTH Year 2014 2014 2015 1989 2009 2008 2013 2013 2014 2017 2020 2022 2023 2023 2008 2023 2004 2006 2016 2019 2015 2017 2022 2022 2022 2022 2022 2022 2022 2013 2006 2017 2015 1987 2023 2011 2016 2021 2018 2022 2022 2022 2022 2013 2014 2014 2014 2015 2015 2016 2016 2018 1 OF 4 EQUIPMENT LIST 7/30/2024 IVACTOR SEWER CLEANING TRUCK VACTOR KENWORTH 2O19 I IVACTOR SEWER CLEANING TRUCK VACTOR KENWORTH 2020 1 IVACTOR SEWER CLEANING TRUCK VACTOR KENWORTH 2O20 I (JET VAC SEWER CLEANING TRUCK JET VAC WESTERN STAR - 4700 20221 IJET VAC SEWER CLEANING TRUCK WESTERN STAR WESTERN STAR - 4700 2023 1 IJET VAC SEWER CLEANING TRUCK KENWORTH T800 2019 1 IJET VAC SEWER CLEANING TRUCK KENWORTH T800 2020 1 IBACKHOE JOHN DEERE 310SL 2022 IGENERATOR I (ARROW BOARD Wanco WTSP 2014 1 14"Yanmar Pump Yanmar 4" Pump 2022 I 16"MWI PUMP MWI 6" PUMP 2004 I (North - YARD - PICK-UP TRUCK FORD F150 4X4 SUPERCAB 2017 1 IYARD - PICK UP TRUCK FORD F150 XL SINGLE CAB 2018 I (North - YARD - PICK-UP TRUCK Chevrolet Silverado Pick Up 2500 S 2018 [ (North - YARD - PICK-UP TRUCK Dodge Ram 1500 Pick-UDD 2019 I (North - Office Truck JEEP GRAND CHEROKEE Lk? 2022 I [Trailer Yard Emerson 6X10 2003 I [CUES TV/GROUT TRUCK ISUZU BOX VAN 2016 I [IBAK TV TRUCK ISUZU BOX VAN 2021 I ITV Truck w/ Lateral Laucher Ford Ibak TV Lateral Truck 2016 I IYARD - PICK UP TRUCK DODGE Ram 2500 Pickup 2022 IVACTOR SEWER CLEANING TRUCK VACTOR KENWORTH 2O18 IVACTOR SEWER CLEANING TRUCK VACTOR FREIGHTLINER 2015 [ IVACTOR SEWER CLEANING TRUCK VACTOR KENWORTH 2O18 I IVACTOR SEWER CLEANING TRUCK VACTOR KENWORTH 2O15 I IJET VAC SEWER CLEANING TRUCK WESTERN STAR 4700 2021 [ (ARROW BOARD Wanco WTSP 2016 I (ARROW BOARD Wanco WTSP 2023 I IBACKHOE CATERPILLAR BACKHOE 420E IT 2008 I (OFFICE TRUCK JEEP GRAND CHEROKEE 2022 I 16" PRIMERITE CT006 PUMP NIMERITE 6" PUMP 2004 I YARD - PICK UP TRUCK FORD F150 4x2 4Dr SUPERCR' 2014 I (West- OFFICE PICK-UP TRUCK DODGE RAM 1500 2019 I [Trailer Yard Trailer 6X8 2002 I IHaulmark 6x10 IHaulmark 6x10 2000 I ]Kraftsman Trailer 25' IKRAFTSMAN 25' Goose Neck Trailer 2021 I ITrailer - Misc ILiberty - Stea Trailer 2016 I CUES TV/GROUT TRUCK 11SUZU BOX VAN 2019 I I IBAK TV/GROUT TRUCK I ISUZU BOX VAN 2019 I IYARD - UTILITY TRUCK IDODGE RAM 2500 2022 I IYARD - PICK UP TRUCK IDODGE Ram 2500 Pickup 2022 I IVACTOR SEWER CLEANING TRUCK IVACTOR KENWORTH 2O14 I `VACTOR SEWER CLEANING TRUCK IVACTOR KENWORTH 2020 I 900 ECO IWESTERN STAR 4700SF 2022 I (EASEMENT & TRAILER IPJ TRAILERS UK122 2021 I IYARD FORKLIFT INISSAN KCPH02A25PV 1995 I IYARD - PICK UP TRUCK IFORD F150 4X4 SUPERCAB 2014 I (OFFICE TRUCK (DODGE RAM 1500 2019 I 1OFFICE TRUCK (Buick Enclave 2020 I (Horton Trailer IHORTON 2016 I IYARD - CREW FLAT BED ICHEVY 3500 FLAT BED GREW 2016 I IYARD - CREW FLAT BED ICHEVY LAT 3500 FBED CREW 2016 I IJET VAC SEWER CLEANING TRUCK (Freightliner 114SD 2023 2OF4 (CUES TV/Lateral TRUCK IVolvo Boiler Truck (Sterling LT9500 Boiler IKenworth Boiler IKenworth Boiler (Aries PE2600 Pan & Tilt Camera Global Trash Pump IGlobal Trash Pump I Ford F150 4x4 (Chevy Tahoe (Reefer Freightliner (Reefer Freightliner I Reefer Freightliner ICros Flatbed Trailer (Triple Crown Trailer IARIES TV TRUCK (Equip from TV227) I Isuzu Crew Truck I Isuzu Crew Truck I West - OFFICE PICK-UP TRUCK IYARD - PICK UP TRUCK IF250 Utility IYARD - PICK-UP TRUCK IJET VAC SEWER CLEANING TRUCK IJET VAC SEWER CLEANING TRUCK IPIck up truck (ARROW BOARD I Chassis for TV432 IPick up truck (Trailer - GrouUConfined Space ITrailer - Grout ITrailer ITanker Truck (Tanker Truck ICCTV Truck ICCTV Truck I Ibak TV/Grout Truck IUT381 IVacall Vac Truck IVacall Vac Truck IVacall Vac Truck IVacall Vac Truck IVacall Vac Truck IVacall Vac Truck IPick ue truck I900 EC0 IVACALL TRUCK IVACALL TRUCK (WHEEL LOADER I DUMP TRUCK (OFFICE TRUCK - Deland (OFFICE TRUCK (Equp Trailer IEPue/Material Trailer IBig Tex Dump Trailer (Yard Pick Up EQUIPMENT LIST 7/30/2024 FREIGHTLINER 'F3CC170 Volvo Truck Sterling LT9500 Kenworth T880 Kenworth GEN 2 Aries PE2600 Global 4" Trash Pump Global 4" Trash Pump Ford Chevy Freightliner Freightliner Kenworth Cros Triple Crowns ISUZU Isuzu Isuzu DODGE DODGE Ford Dodge WESTERN STAR WESTERN STAR Chevrolet Wanco RAM Arni Gatt Elite International International RAM RAM Isuzu CHEVY Freiqhtliner Freigghtliner FrePtliner Freightliner Freightliner Freightliner RAID WESTERN STAR AJV1215 AJV1515 Hitachi PETERBILT Mitsubishi DODGE BEBU 20' Trailer Bray 20' Trailer Big Tex Ford F150 4X4 Tahoe Reefer Reefer T-370 5x10 BOX VAN BOX VAN BOX VAN RAM 1501 Ram 2500 Pickup F250 Ram 1500 Pick -Up WESTERN STAR - 4700 WESTERN STAR -4700 SILVERADO WTSP 1500 BIG HORN / LONE Trailer Trailer Trailer SF625 SF625 5500 5500 Ibak TV/Grout Truck 3500 FLAT BED CREW C 114SD 114SD 114SD 114SD 114SD 114SD 2500 CREW CAB 4700SF S/N:AVJ12154979 S/N:AJV0005061 ZW50 DUMPTRUCK Outlander SUV Ram 1500 Pickup 20' Equp Trailer 20' E4q,up/Material Trailer 14x8xd (14CY) F350 2013 2002 2007 2018 2018 2004 2015 2012 2019 2023 2015 2016 2020 2003 2016 2011 2021 2021 2022 2022 2023 2022 2022 2022 2022 2017 2022 2022 2018 2009 2003 2011 2011 2014 2018 2020 2015 2014 2014 2015 2017 2019 2020 2022 2022 2023 2024 2024 2006 2019 2020 2002 2005 2020 2017 3OF4 EQUIPMENT LIST 7/30/2024 IB' Tex Dump Trailer 14' BIG TEX 14' Dump Trailer 2017 (Maxima Cargo 7x16 Covered Trailer Maxima Cargo Trailer 7x16 Covered Trailer 2021 ITrailer Yard Load Trail 2020 IUTILITIY TRUCK DODGE RAM 5500 UTILITY 2020 IYARD - PICK UP TRUCK GMC SIERRA 1500 2024 (Corporate - Office Truck CHEW TAHOE HIGH COUNTRY 2022 ICorforate - Office Truck CHEW Silverado 1500 2WD CRE 2022 IYARD TRUCK FORD 2022 Ford F-150 2022 (Corporate - Pick up Truck GMC SIERRA 2500 HD 2024 ]Corporate - Office Truck FORD TK 2023 4OF4 Project Name & Number Locations Owner Description of work 24-1262 - Heather Ridge Drainage City of Dunedin City of Dunedin CIPP Lining Improvements E50D5 - Drainage Repair Volusia FDOT - D5 Drainage Clean & Video PNC212748261_1 - Restoration of Surface Broward County Broward County Water Rehab Surface Water Water Infrastructure Management Infrastructure C006434 - Ribs #73-#85 Decommissioning Lake Buena Vista Central Florida Tourism Decommisioning - Drainage Oversight District (CFTOD) Clean PNC212748261 - Restoration of Surface Broward County - District Broward County Water Drainage Clean & Video Water Infrastructure 2, 3, & 4 Management E7Q66-RO - Brooksville Repairs & Citrus, Hernando, Pasco FDOT - D7 Brooksville Repairs & Maintenance - Routine Maintenance Maintenance - Routine Maintenance E56C9 - Drainage Repair Volusia FDOT - D5 Volusia County/Drainage Repiar SR 15/600 in Debary FDOT - D5 Storm water drainage repair E54C7 - Drainage Repair Brevard 23-39B Citywide Culvert Cleaning Inspection City of Tamarac & Repair 2023-25 25th Street, 2022-33 Sexton Plaza, Vero Beach 2020-18 Royal Park 23-B-203i Emergency Storm Drain Cleaning City of Coral Springs Polk County- 23-219 CIPP Installation Polk County City of Tamarac City of Vero Beach City of Coral Springs Polk County Beginning Contract Mo/Year Duration 7/12/2024 60 days 6/1/2024 60 days 6/1/2024 365 days 6/1/2024 120 days 4/1/2024 365 days 2/19/2024 365 days 1/18/2024 280 days 2/13/2024 180 days Clean, Inspection and Repair TBD clean, televise, and install 8/15/2023 CIPP Clean, TV, Inspection 7/13/2023 CIPP Installation 6/23/2023 1095 days 120 days 730 days 365 days Infrastructure and Asset Mantenance Jobs Various Locations Louis Berger Hawthorne Clean, TV, Inspection 3/1/2023 1095 days E6N37, E4U23, E4T63, E4V94 Services, Inc f"ISHENANDOAFI Pipe Inspection & Restoration Featured Project: Storm & Catch Basin Cleaning Hollywood, FL Featured Project: Canal Stabilization & Restoration Naples, FL Featured Project: Concrete Slab Foundation Lifting & Stabilization Auburndale, FL 1888 NN22nd Street Pompano Beach, FI, 33069 • (954) 975-0098 • www.shenandmthus.com r45HENANDOAH Pipe Inspection & Restoration 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 1888 NW 22vd Street Pompano Beach, FL 33069 • (954) 975-0098 • www.shemmdoahus.com 'IrSHENANDOAH Pipe Inspection & Restoration Corporate a 1888 NW 22° Street Pompano Beach, FL 33069 a (954) 9750098 • 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, Browned County, FDOT Districts I, 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 IN V ESTATION/E V ALUATI ON ✓ PIPE SEALING & MANHOLE GROUTING ✓ UNDERGROUND EXCAVATION/POINT REPAIRS 'Ir'S1-iENANDOAH "Attachment C- Sample Contract" Shenandoah has no objection to the Sample Contract as specified in Attachment-C in the RFP documents. Sincerely, Anthony Guglielmi President Exhibit B Docusign Envelope to: 6D296845-27C9403B-9416-F7C46A91 F870 crn or SE$�'STI-AN HOME OF PELICAN ISLAND PIGGYBACK AGREEMENT FOR SERVICES BETWEEN THE CITY OF SEBASTIAN AND SHENANDOAH GENERAL CONSTRUCTION LLC. THIS AGREEMENT is made and entered into on December 11, 2024, by the City of Sebastian, a municipal corporation of the State of Florida (hereinafter referred to as "CITY") and Shenandoah General Construction LLC (hereinafter "VENDOR"). WHEREAS, the District Board of Trustees of Broward College, Florida, has previously entered into a contract with the Vendor to provide Storm Drain Cleaning, Repairs, and Maintenance services on December 3, 2024 (attached as Exhibit A hereto); and WHEREAS, the City of Sebastian wishes to enter into a like contract with Vendor under the same terms and applicable conditions as that prior agreement entered into by the District Board of Trustees of Broward College, Florida, to provide Storm Drain Cleaning, Repairs and Maintenance services and other related tasks as may be assigned by the City; and WHEREAS, Chapter 287, Florida Statutes and purchasing procedures of the City of Sebastian grant the authority to piggyback the purchase of goods and services as a form inter- governmental cooperative purchasing in which a public purchaser requests competitive sealed bids, enters into a contract, and arranges, as part of the contract, for other public purchasing units to purchase from the selected vendor under the same terms and conditions as itself in order to take advantage of the better pricing that large purchasers are able to obtain in order to reduce administrative time and costs involved in the procurement process (i.e., cost of preparing bid specifications, advertising, etc.); and WHEREAS, the City of Sebastian has determined that in this circumstance, piggybacking onto a contract entered into by the District Board of Trustees of Broward College, Florida is the most economically advantageous way to procure these goods and services. NOW THEREFORE, in consideration of the mutual covenants, terms, and provisions contained herein, the parties agree as follows: 1. TERM The initial term shall be for three years, expiring on December 2, 2027. This Agreement may be renewed for three (3) additional one (1) year period, if the renewal option is exercised by the District Board of Trustees of Broward College, Florida. Procurement Division 1225 Main Street, Sebastian, FL 32958 Phone: 772-388-8231 (Rev. 1/2025) Page 1 of 5 Docusign Envelope ID: 5D296845.27C9-403B-9416-F7C46A91F870 CITY OF SEBAST�N HOME OF PELICAN ISLAND 2. GENERAL PROVISIONS All other terms and conditions of the contract and any amendments thereto entered into between the District Board of Trustees of Broward College, Florida and the Vendor referenced above will be applicable to this agreement unless specified herein. 3. NOTICES All notices and demands shall be sent U.S. Certified Mail, return receipt to: VENDOR: CITY OF SEBASTIAN: Anthony Guglielmi, President Brian Benton, City Manager Shenandoah General Construction City of Sebastian 1888 NW 22nd St 1225 Main Street Pompano Beach, FL 33069 Sebastian, FL 32958 4. PUBLIC RECORDS IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT JEANETTE WILLIAMS, THE CUSTODIAN OF PUBLIC RECORDS AT 772-388- 8215 OR EMAIL JWILLIAMSna,CITYOFSEBASTIAN.ORG CITY OF SEBASTIAN, 1225 MAIN STREET, SEBASTIAN, FLORIDA 32958 S. VENDOR AGREES TO COMPLY WITH PUBLIC RECORDS LAWS, SPECIFICALLY TO: A. Keep and maintain public records required by the public agency to perform the service. B. Upon request from the public agency's custodian of public records, provide the public agency 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 this chapter 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 contractor does not transfer the records to the public agency. Procurement Division 1225 Main Street, Sebastian, FL 32958 Phone: 772-388-8231 (Rev. 1 /2025) Page 2 of 5 Docusign Envelope to: 5D296845-27C9-403B-9416-F7C46A91 F870 CITY 017 Sfj3ASTj_Atj 14 HOME OF PELICAN ISLAND D. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the contractor or keep and maintain public records required by the public agency to perform the service. If the contractor transfers all public records to the public agency upon completion of the contract, the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. if the contractor keeps and maintains public records upon completion of the contract, the contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Procurement Division 1225 Main Street, Sebastian, FL 32958 Phone: 772-388-8231 (Rev. I2025) Page 3 of 5 Docusign Envelope ID: 5D296845-27C9.4038-9416-F7C46A91 F870 CITY of SQ3ASTJ �`� HOME OF PELICAN ISLAND IN WITNESS WHEREOF, the parties hereto have, through their duly authorized representatives, approved and executed this Agreement as of the date set forth below. ATTEST: FSigned by: �taYlt,S CCOMsTeRSgen, CFO ATTEST: FDmuSpnetl by; �LAn b W. Jeanette-'C fffiams, MMC City Clerk For the use and reliance of the City of Sebastian only. Approved as to form and legal sufficiency. rD�oc�u�S�ig�n�eytl by: ! JenRl%7i$u'Mkcroft, Esq. City Attorney SHENANDOAH GENERAL CONSTRUCTION LLC. B - o--Slgnetl W. Anthony Guglielmi Antforiyi uglielmi, President Date: 12/11/2024 1 8:55:04 AM EST CITY OF SEBASTIAN, FL remii,l,,ocuSgned by:: u, bt,14 AAA. M Te ER, City Manager Date:12/11/2024 1 3:59:01 PM EST Procurement Division 1225 Main Street, Sebastian, FL 32958 Phone: 772-388-8231 (Rev. 1/2025) Page 4 of 5 Docusign Envelope ID: 5D296845-27C9-403B-9416-F7C46A91 F870 a rr or SjFj3ASTj'kN HOME OF PELICAN ISLAND EXHIBIT A BROWARD COLLEGE CONTRACT NO.RFP-2024-082-OA Procurement Division 1225 Main Street, Sebastian, FL 32958 Phone: 772-388-8231 (Rev. 1 /2025) Page 5 of 5