Loading...
HomeMy WebLinkAboutAgreement_General_6/11/2020_Shenandoah EHENANDOAH Page 1of1 CONSTRUCTION 1888 N.W.22"a Street . Pompano Beach,FL 33069 (954)975-0098 Fax: (954)975-9718 DATE:March 12,2020 PROPOSAL 016916 SUBMITTED TO:Tequesta,Village of STREET: 136 Bridge Rd CITY,STATE&ZIP:Tequesta,FL 33469 PHONE:(561)575-6233 FAX:(561)575-6245 EMAIL:dtinoco@tequesta.org JOB NAME: Seabrook Rd CIPP Lining Storm Sewer ATTENTION:David Tinoco We propose to furnish a crew and all necessary equipment to pump down,light clean for CIDP liner installation and install CIPP liner in existing 19x30"ERCP(24"equiv).Cut out and post video inspection with report,at the above mentioned job location. This work will be performed at our following hourly and/or unit prices: 24"CIPP Liner (at$105.00 Per L.F.) 686 L.F. $72,030.00 #1 Storm Video 0-48"(Post) (at$6.00 Per L.F.) 686 L.F. $4,116.00 #46 Light Clean 24" (at$1.00 Per L.F.) 686 L.F. $686.00 #10 6"pump (at$35.00 Per Hour) 30 hour(s) $1,050.00 #96 Foreman (at$55.00 Per Hour) 10 hour(s) $550.00 #125 Mobilization Fee (at$300.00 Each) 1 Each $300.00 Estimated Total: $78,732.00 Note:piggyback Broward College Contract RFP-2018-167-EH.Line segments to be Iined:CB6-CB5,Buried MH3-CB4,CB3-Buried MH3,MH2-CB5,MH1-MH2,CB5-CB4,CB3-CB2A,CB1-CB2,CB2A-CB2 SIGNATURE: SHENANDOAH GENERAL CONSTRUCTION CO. TITLE DATE Anthony Guglielmi Estimator 03/12/2020 ACCEPTANCE OF PROPOSAL/SIGN&RETURN The above prices,specification and conditions are satisfactory and are hereby accepted.You are authorized to do the work as specified. J op SIGNA COANY NA Village of Tequesta DATE: June 11,2020 REP SENTATIVE: Abigail Brennan TITLE: Mayor I VILLAGE OF TEQUESTA AGREEMENT FOR STORM DRAIN CLEANING, REPAIRS AND MAINTENANCE THIS AGREEMENT FOR STORM DRAIN CLEANING REPAIRS AND MAINTENANCE is entered into and effective this 1i day of Tuneao,by and between the VILLAGE OF TEQUESTA, a Florida municipal corporation with offices located at 345 Tequesta Drive,Tequesta,Florida 33469-0273,organized and existing in accordance with the laws of the State of Florida, hereinafter the "Village"; and SHENANDOAH GENERAL CONSTRUCTION, CO., a Florida corporation with offices located at 1888 N.W. 22nd Street, Pompano Beach, Florida 33069,hereinafter the"Contractor"and collectively with the Village, the "Parties". WITNESSETH The Village and the Contractor, in consideration of the mutual covenants contained herein and for other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged by both Parties, hereby agree as follows: 1. SCOPE OF SERVICES: The Parties hereby agree to enter into this Agreement whereby the Contractor shall provide storm drain cleaning, repairs and maintenance for work to be performed within the Village of Tequesta's limits. The Parties agree to enter into this Agreement and piggyback for storm drain cleaning, repairs and maintenance at the unit prices described in the Broward College Contract awarded through RFP No. 2018-167-EH. Said contract, including its terms, conditions, specifications, and attached exhibits, are hereby fully incorporated into this Agreement and attached hereto as Exhibit "A". Authorization to piggyback on the contract is hereby frilly incorporated into this Agreement and attached hereto as Exhibit`B". 2. COMPENSATION: In consideration for the above Scope of Services, pricing shall be pursuant to the unit prices provided on the Price Proposal Form (Attachment E) in Exhibit "A". The Parties hereby agree to the Village's purchase of supplies and/or services in greater or lesser amounts than estimated in the Broward College Contract,as referenced by the Price Proposal Form (Attachment E) in Exhibit "A". 3. TERM; TERMINATION; NOTICE: Pursuant to the Broward College Contract, the original contract term will expire on November 26, 2021. This Agreement may be terminated by Page 1 of 6 either party upon thirty (30) days written notice to the other party. Notice shall be considered sufficient when sent by certified mail or hand delivered to the Parties during regular business hours at the following addresses: Village Contractor Village of Tequesta Shenandoah General Construction, Co 345 Tequesta Drive 1888 N.W. 22nd Street Tequesta, FL 33469 Pompano Beach, FL 33069 Attn: Matthew Hammond Attn: Daniel DiMura Utilities Director Vice President 4. INSURANCE: The Contractor shall provide proof of workman's compensation insurance and liability insurance in such amounts as deemed sufficient by the Village and shall name the Village as an"additional insured"on the liability portion of the insurance policy. 5. INDEMNIFICATION: The Contractor shall at all times indemnify, defend and hold harmless the Village, its agents, servants, and employees, from and against any claim, demand or cause of action of whatsoever kind or nature,arising out of error,omission,negligent act,conduct, or misconduct of the Contractor, its agents, servants,or employees in the performance of services under this Agreement. Nothing contained in this provision shall be construed or interpreted as consent by the Village to be sued, nor as a waiver of sovereign immunity beyond the waiver provided in Section 768.28,Florida Statutes. 6. PUBLIC ENTITIES CRIMES ACT: As provided in Sections 287.132-133, Florida Statutes, by entering into this Agreement or performing any work in furtherance hereof, the Contractor certifies that it,its affiliates,suppliers,subcontractors and consultants who will perform hereunder, have not been placed on the convicted vendor list maintained by the State of Florida Department of Management Services within thirty-six(3 6)months immediately preceding the date hereof. This notice is required by Section 287.133(3)(a), Florida Statutes. 7. INDEPENDENT CONTRACTOR: It is specifically understood that the Contractor is an independent contractor and not an employee of the Village. Both the Village and the Contractor agree that this Agreement is not a contract for employment and that no relationship of employee— employer or principal—agent is or shall be created hereby,nor shall hereafter exist by reason of the performance of the services herein provided. Page 2 of 6 8. INSPECTOR GENERAL: Pursuant to Article XII of the Palm Beach County Charter, the Office of the Inspector General has jurisdiction to investigate municipal matters,review and audit municipal contracts and other transactions, and make reports and recommendations to municipal governing bodies based on such audits,reviews,or investigations. All parties doing business with the Village shall fully cooperate with the inspector general in the exercise of the inspector general's functions, authority, and power. The inspector general has the power to take sworn statements, require the production of records, and to audit, monitor, investigate and inspect the activities of the Village, as well as contractors and lobbyists of the Village in order to detect, deter, prevent, and eradicate fraud,waste,mismanagement,misconduct, and abuses. 9. Scrutinized Companies: For Contracts under $1M, the Contractor certifies that it is not on the Scrutinized Companies that Boycott Israel List created pursuant to Section 215.4725, Florida Statutes, and that it is not engaged in a boycott of Israel. The Village may terminate this Agreement at the Village's option if the Contractor is found to have submitted a false certification as provided under Section 287.135(5),Florida Statutes, if the Contractor has been placed on the Scrutinized Companies that Boycott Israel List created pursuant to Section 215.4725, Florida Statutes,or if Contractor is engaged in a boycott of Israel. For Contracts over$1M,the Contractor certifies that it is not on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List,or the Scrutinized Companies that Boycott Israel List created pursuant to Section 215.4725, Florida Statutes. The Contractor further certifies that it is not engaged in a boycott of Israel, and that it does not have business operations in Cuba or Syria, as similarly provided in Section 287.135, Florida Statutes. The Village may terminate this Agreement at the Village's option if the Contractor is found to have submitted a false certification as provided under Section 287.135(5), Florida Statutes or if the Contractor has been placed on one of the aforementioned lists created pursuant to Section 215.4725, Florida Statutes. Additionally, the Village may terminate this Agreement at the Village's option if the Contractor is engaged in a boycott of Israel or has been engaged in business operations in Cuba or Syria, as defined in Section 287.135,Florida Statutes. 10.ATTORNEY'S FEES: In the event a dispute arises concerning this Agreement, the prevailing party shall be awarded attorney's fees, including fees on appeal. 11.FORCE MAJEURE: The Contractor shall not be considered in default by reason of any failure in performance under this Agreement if such failure arises out of causes reasonably beyond Page 3 of 6 the control of the Contractor or its subcontractors and without their fault or negligence. Such causes include, but are not limited to: acts of God; acts of war; natural or public health emergencies; labor disputes; freight embargoes; and abnormally severe and unusual weather conditions. 12.CHOICE OF LAW; VENUE: This Agreement shall be governed and construed In accordance with the laws of the State of Florida, and venue shall be in Palm Beach County should any dispute arise with regard to this Agreement. 13.AMENDMENTS AND ASSIGNMENTS: This Agreement, all Exhibits attached hereto, and required insurance certificates constitute the entire Agreement between both Parties; no modifications shall be made to this Agreement unless in writing,agreed to by both Parties, and attached hereto as an addendum to this Agreement.The Contractor shall not transfer or assign the provision of services called for in this Agreement without prior written consent of the Village. 14. PUBLIC RECORDS: In accordance with Section 119.070 1, Florida Statutes, the Contractor must keep and maintain this Agreement and any other records associated therewith and that are associated with the performance of the work described in the Proposal or Bid. Upon request from the Village's custodian of public records, the Contractor must provide the Village with copies of requested records, or allow such records to be inspected or copied, within a reasonable time in accordance with access and cost requirements of Chapter 119, Florida Statutes. A Contractor who fails to provide the public records to the Village,or fails to make them available for inspection or copying,within a reasonable time may be subject to attorney's fees and costs pursuant to Section 119.0701, Florida Statutes, and other penalties under Section 119.10, Florida Statutes. Further, the Contractor shall ensure that any exempt or confidential records associated with this Agreement or associated with the provision of services contemplated herein are not disclosed except as authorized by law for the duration of the Agreement term,and following completion of the Agreement if the Contractor does not transfer the records to the Village. Finally, upon completion of the Agreement, the Contractor shall transfer, at no cost to the Village, all public records in possession of the Contractor,or keep and maintain public records required by the Village. If the Contractor transfers all public records to the Village upon completion of the Agreement, 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 Agreement, the Contractor shall meet all Page 4 of 6 applicable requirements for retaining public records. Records that are stored electronically must be provided to the Village,upon request from the Village's custodian of public records,in a format that is compatible with the Village's information technology systems. 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, PLEASE CONTACT THE VILLAGE CLERK, RECORDS CUSTODIAN FOR THE VILLAGE, AT (561) 768-06859 OR AT lmmilliams(i4teguesta.org, OR AT 345 TEQUESTA DRIVE, TEQUESTA, FLORIDA 33469. 15.HEADINGS: The headings contained in this Agreement are provided for convenience only and shall not be considered in construing, interpreting or enforcing this Agreement. 16.SEVERABILITY:The invalidity or unenforceability of any provision of this Agreement shall not affect the validity or enforceability or any other provision of this Agreement and this Agreement shall be construed and enforced in all respects as if the invalid or unenforceable provision is not contained herein. 17.WAIVER: No waiver by the Village of any provision of this Agreement shall be deemed to be a waiver of any other provisions hereof or of any subsequent breach by the Contractor of the same, or any other provision or the enforcement hereof. The Village's consent to or approval of any act requiring the Village's consent or approval of any act by the Contractor shall not be deemed to render unnecessary the obtaining of the Village's consent to or approval of any subsequent consent or approval of, whether or not similar to the act so consented or approved. 18.ENTIRE AGREEMENT: This six (6) page Agreement constitutes the entire agreement between the parties; no modification shall be made to this Agreement unless such modification is in writing, agreed to by both parties and attached hereto as an addendum to this Agreement. Page 5 of 6 IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the date and year first above written. WITNESSES: SHE ND A ENERAL CONSTRUCTION,CO. tj ( r�CI�, r By: Daniel DiMura,Vice President (Corporate Sea[) VILLAGE OF TEQUESTA ATTEST: : A gait B n, Mayor Lori McWilliams, MMC Village Clerk EAL n= INCORPORATED 4 1� 'Q Page 6 of 6 Or i�i� � G �r� Cypress Creek Adistrative Center t0K"60'irEGE 6400 N.W. 60,Way,Fort Lauderdale,FL 33309 Phone 954-201--7455}Fax 954-201-7330 www.broward.edu broward.edufcgpMunfmi'verxdor SUPERCEDES LETTTER DATED NOVEMBER 30,2018 October 8,2019 Ms. Margaret Lary, Shenandoah General Gonstrction Company 1888 NW 222nd St. Pompano Beach,FL 33069 email marQamt.la ff@shenandoahconstiuc#ion.Ccm Hear FIs.Lary: This is to confirm that your response for Storm Drain Cleaning, Reydrs and Maintenance term contract), contract RFP-2018-167.15H,has boon approved by the College, Pursuant to}the terms and conditions of this solicitation, it is necessary that your company provides the College with a Certificate of Insurance within ten(101 dates of this notification. 'The District Board of Trustees of Broward College,Florida" shall be named as an additional insured under the General Liability policy. The address in the Certificate Hodder box is to read: "The District Board of Trustees of Bro ward College, Florida, a of Risk Management, 6400 N.W. 81,Way, Fort Lauderdale, FL 33300. Please include the solicitation number on the orertificate. We request that your farm register as a vendor with 8roward College; this Will allows us to issue purchase orders or make payments against invoices to your company.To register,please use the following link to complete the proms; hb:/Auww,broward.edufcommunitvMndor/PMeJdefauti,ag The initial term of this contract is thirty-six(36)months from the date of this contract award. This contract includes three(3) add Idonal,one-year renewal options subject to the College's approval. The Procurement Services Office reserves the right to issue each Option-lo-Renew,in the best interest of the College.The initial ton shall be: CONTRACT PERIOD:November 27,2618 through Novernber M 2021 If there ane any questions,please feel free to contact Eileen Hunt,Procurement Coantractilng Ofter,at(954)201-5317, Slncerel , eidalo[land,CPPB tor,Stialtegic Sourcing Attachment:fully executed conked cc: RFP-2018-167-EH File Kenneth Klindt,Senior AVP, Facilities Management Sears Devaney,AVP,Facilities Collegewide Maintenance AN EQUAL ACCESS/EQUAL OPPORTUNITY UNITY CP(VTrUT10W vwvv.g.•r..ra.•v,.v Y0l' ia.v,TwvvWv..vrvi �vv vv-..r yr..rvvvvv.w oW DM ( ' C www.broward.edu CONTRACT FOR SERVICES TERMS AND CONDI'T'IONS This contract for services ("Contract") is entered into as of _ _2018 between the District Board of Trustees of Broward College,Florida("College") and Shenandoah General Construction Company ("Vendor") (collectively,the"Parties"),will be in effect until 3 Years after execution ("Contract"). 1.1NVOICES AND PAYMENTS. A copy of all invoices(including an itemization of the date,hours expended, and description cif the deliverable) shall be sent to the attention of Sean Devaney.sdevanc &broward.edu Invoices may be submitted via email,facsimile or U.S. mail. The time at which payment will be due from the College will be approximately thirty(30)days from receipt of an undisputed invoice, acceptance of deliverables,and upon satisfaction of the College conditions that are detailed herein. Z.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 uLher 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 or 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 liram liabilities, damages, losses and costs, including, but not limited to reasonable attorneys' Pecs for any claim or lawsuit brought alleging; infringement of any intellectual property right based on any software, books, articles or any other materials("Materials")used by Vendor in accordance with this Contract. 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 ofthis Contract. vv.avw.r.gsrvr...v,sr..v,.uvw.rv♦r..e vrui �.r.. ww-..r wr v...uvvvu.wv 4.TERMINATION FOR DEFAULT. A"material breach"of this Contract is defined as any,uhstantiall, uncxcused non-perforn ince by failing to perform an act that is an important part of the transaction or performing An act inconsistent with the Cerin.~and conditions of theContract. if die 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 Vender 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 shall issue a Termination for Default Notice. The College may pursue whatever legal and/or equitable remedies it chooses regarding Vendor's breach of contract. 5.TERMINATION FOR CONVENIENCE. The College rruty tenninate this Contract with or without cause at any time for convenience upon 30 calendar days'prior written notice to the Vender in the event of terinination for convenience, the College shall compensate the Vendor fear all authorized and a=pted deliverables and/or services completed through tho date cif termination in accordance with the Statement of Work, which is attached hereto and incorporated herein as Exhibit"3A." 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 docciments pertinent to the performance or this: Contract in accordance with generally accepted accounting principles consistently applied. The College shall have inspection and audit rights to such moords 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 shat l pay for the audit and return all funds to the College,immediately. 7.NONDISCRIMINATION. The Vender hereby assures that no personshall be,excluded on the grounds of race,color,religion, national origin, disability, agc gender, marital s,•taws. sexual orientation or any other basis prohibited by law rrom participation in, denied the bcncfits of, ar otherwise be subjected to discrimination in any activity hereunder. The Vendor shall take all measures necessary to effectuate these assurances. 8.PUBLIC E1=TITY CRIMES1813N LIST. The Vendor,by its execution of this Contract,acknowledges and attests that neither it,nor any of its suppliers,subcontractors,afi"illates or consultants who shall perform rrvorkwhich is intended to benefit the College. is a State of Florida convicted vendor or is included on the State cif Florida's discriminatory vendor list. The Vendor further understands and accepts that this Conti-act shall be either void ar subject to immediate termination by the College, in the event there is an;. misrepresentation or lack of compliance with the laws and the mandates of Section 287.133 or Section 287.134,respectively,Florida Statutes, The College, in the event of such temiination,shall not incur any liability to the Vendor for any work or materials furnished. Page 2 of 10 Contract for Services SBL 1/26/2017 9.PUBLIC RECORWREUUEST FOR CON'rRAMX)R RECORDS. The Vender shall allow public access to all project documents and materials in accordance with the previsions of Chapter 119; Florida Statutes. Should tliwa Vendor assert any exemptions to the requirements cel'Chaptcr 119 and gelated statutes,the burden of establishing such exemption,by way of injunctive or other relief as provided by lana,shall be upon the Vendor and Vender shall bear all eosts and fees related to the same. If the Vendor meets the definition of"contmctor°'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 alivve the records to be:inspected or copied vdthin a reasonable time at a cost that does not exceed the cost provided in Chapter 119,Florida Statutes,or a.5 otherwise provided by law. (c) Ensure that}public records that are exempt or con Fidentiat 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 cast, to the College all public rpCwords in possession of the Vendor or keep and maintain public recot& required by the College to perforin the service. if the Vender transfers all public reconLi 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 requiraments. 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 systenvq of the College (e)IT THE VENDOR IIAS QUESTIONS REGARDING THE APPLICARON OF CHAPTER. 119, FLORIDA STATUTES, TO THE VENDOR'S DITTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE COLLEGE AT (954) 201-7639, LE,GAI.SEItVICES l3ROWARD.EDLI, OR 111 EAST LAS [ALAS BOULEVARD, 0.523, FORT LAUDERDALE, FL 33301. IN ADDITION, THE VENDOR. ACKNOWLEDGES TBAT THE COLLEGE CANNOT AND WILL NOT PROVIDE LEGAL ADVICE OR BUSINESS ADVICE TO THE VENDOR WITH RESPECT TO ITS OBLIGAnONS PURSUANT TO THIS SECTION [iE.LATED TO PUBLIC RECORDS. THE VENDOR I'MMER 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 112612017 --m., COMPLY WITH FLORIDA LAW AND TIIIS CONTRACT WITH RE,SPECT TO PUBLIC RECORDS SHALL CONSI'1LYFE A NiAIERIAL BREACH OF TMS CONTRACT AND GROUNDS FOR 'TERMINKFION 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 colisent of the State of Florida or their respective officers,employees, servants,agents,agendes,or public bodies corporate to be sued:or(3)a waiver of sovereign immunity of the State of Florida or the United States by any agency or political subdivision to which sovereign immunity may be applicable or of any rights or limits to liability existing, under Florida Statute.5 Section 769.28 or beyond that provided by applicable law. This section shall survive the termination of all perfcormance or obligations udder 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 Lave, 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 Secutity and other taxes resulting fmrn this Contract. 12.ASSICNMFNTIGUARANTOR. 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 forth 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 tco a third part}+at a discount for the purpose of obtaining funding which is also expressly prohibited. 13.FORCE MAJEURE. Notwithstanding any provisions ofthis Contract to the contrary,the Parties shall not be held liable for any Ihilurc or delay in the performance of this Contract that arises from fire's, floods, strikes, embargoes, vets of the public enemy, unusually severe weather, outbreak of war, restraint of government, riots, civil commotion,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 5ha.lI otherwise remain in effect. 14.AMENDMENTS. This Contract nay be amended only when reduced to writing and siEpied by both Parties. Page 4 of 10 Contract for Services SBL 1/26/2017 1 S.1H.11 TIRE AGREEMENT. This Contract states the enti»e 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 wxluiesc:ence of any course of performance render ed under this Contract shall not be eo noved as a waiver nor shall it be rel evant to dine 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 fede=ral,state and local laws and regulations relating to the performance of the Contract. 17.APPLICABLE LAW/VENUE. The laws ofthe State of Florida shall govern all aspects of the Contract. In the event it is necessary for either Party ler initiate kgal action regarding the Com.ract, venue for all claims shall he in Brovward County, Florida. 18.VENDOR NOT TO LIMIT WARRANTY. The Vendor shall not limit or exclude any express or implied warranties and any attempt to do so shall render this Contract void,at the option of the College. The Vendor warrants that the services comply with the deliverables in the Statement of Work,and are expressly fit for their particular purpose,and are in accordance with industry standards. 19,TERMS/PROVISIONS. Should any term or provision of this Contract be held,to any extent, invalid or unenforceable, as against any person, entity or circumstance during the term hereof; by force of any statute, law, or ruling of any forum of competent jurisdiction, such invalidity shall not afl6a 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.STATE EN 1'OF SERVICES. The Vendor shall, to the satisfaction of the College, fully and timely perform all work items described in the Sta(ement of Work. As part of'the services to be provided by the Vendor under this Contract,the Vendor shall substantiate,in whatever forrn 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 deterrnine 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 hived workers where necessmy or appropriate as deter mined by the College, The Vendor agrees to abide by any and all additional guidance and instructions. Page 5 of 10 Contract for Services SBL 1126121117 21.COMPENSATIONICONSIDIERATION. The total consideration Car all work required by the College pursuant Lo the Contract shall not exceed the amount indicatod in the Statement of'Work. Should the Vendor incur any travel expemas,payntcnt for such travel aril I be in accortlance with Section 112.061,Florida StaLutes. The Vendor shall supply the College: with rccelPLS and supporting; doeumentatinn For all reimbursable travel expenses. The Vendor, by executing the Contract,certifies to traffi n-negotiation, specifically,that Nvage 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-}rear funding allocations, funding for each applicable fiscal year of this Contact will be subject to College Board of Trustees budgetary appropriation. In the event the Co Ilege does not approve funding;fbr any subsequent fiscal year, this Conti-act 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 aniount of insurance will vary depending on the Statement of'Work.The College wil I determine the amount's and types of insuranc e required,if any,for the work performed. The Vendor shat l procure and maintain,through the term of this Contract, insurance coverage required by the College, each with a limit of not less than $3,000,000 in general liability insurance, $1,000,000 __ in automobile liability insurance,$0 in prof signal liability insurance,and all Florida.statutorily required workers' compensation insurance. The coverage required shall extend to all employees and subcontractors ofthe Vendor, The Vendor must provide a Ceitificate;oi'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 they above requirements. 23.OWNERSHIP. 1"he College sliali rciain exclusive title, copyright and other proprietary rights in all orI itctm. including, but not limited to, all documents, technical reports, research nates, scientific data, computer programs, including the source and object code, which arc developed, created or othemrise originated hereunder by the Vendor under this Contract. The Vendor shall grant to the College a perpetual,non-transferable,exclusive right to use any proprietary software, ii'any. 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 tile,Contract. 24.COMP'LIANCEILICENSES. The Vendor,its employees,subcontractor%or assigns,shall obtain, at its own expense,all licenses, permits and other au&67aflans necessary to comply with all applicable federal, %•tate 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 Vendorto comply with such laws. Page 6 of 10 Contract for Services SBL 1,12512017 25.INDEPENDEN`l'CONTRACTOR. 'lire Vendor shall be considered an independent contractor and iiotbing in this Contract shall be interpreted to establish any relationship ether than that of an independent contractor betwecn the Parties and their respective employees,agents, subcontrxetors or assigns,during or after the term of the Contract. Both Parties are free to enter into contracts with ether Parties for similar services. The College amurnes 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.DISWTE►S. In the event a dispute arises which the vendor and the College cannot resolve between themselves, the Parties shall have the option to strbrnit to nonbinding inediation. 'Me mediator or mediators shall be unpartial, ~hall be selocted by the Parties and the cast of the mediation shall be borne equally hyo the Parties. The mediation process shall be confidential to the extent permitted by law. Mediation shall not occur unless loth Parties agree in writing. 27.IMMIGRATION. The Vendor shall be.responsible for verifying employee authorization to work in the U.S.and make a good faith effort to properly identify employees by timely reviewing and c*mp►leting appropriate documentation,including but not limited to, USCIS Form 1-9. Written verification shall be kept by the Vendor and made available for inspection on demand by the College, The hourly rate of pay for each employee shall comply with Static law and industry sundards liar similar work performed under the Contract.The Vendor shat l maintain records verifying the rate Qf pay for each employee working on this Contract and make such records available for inspection on demand by the College. Failure to comply with these provisions shall be a material breach of the Contract and cause for termination of the Vendor. 28.CHANGE IN PERSONNEL. The College may at any tine and at its sole discretion request#hat the Vendor replace any Vendor personnel provided by the Vendor to work on this Contract if the Col loge believes that it is in the best inte=rest of the College to do so. The College may,but will not be required to,provide a reason 1br requesting the replacement of personnel. Such change in personal shall be made immediately upon the College's written request foe 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. 7'kh cfauve ope ies to ton tern Vers working on silex h i elmdInvy,bal Kot limited to.Childcare sen ces. Jaultorial Services. Food Services and .Veru . Vendor shall conduct thorough background checks for all of the V'endor's employees or hired workers who will be working on any College site. The background checks shall consist of cdueation 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 "IMMIGRATION." After reviewing the results of the background check, the Vender shall determine whether the Vendor's employee and/or hired worker meets the necessary criteria for the position sought to be fil led by the College. The College Page 7 of 10 Contract for Services SBL 1/26/2017 will rely on the Vendor's assessment of its employees' or hired workers' suitability to be hired for the position{s}-50LIght 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 xt College facilities, the Vendor will provide written verification to the Collcgc 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 fcxr enforretnent of this provision. Vendor who hrrs long lerm pqdLe workers yLrLorming work at Gal—le-re- acmes agrees to be bound hV the Call a tides and Bandar& o conduct listed in the "Con"dor Pott �`r e Acknow Led kemenlFerpm"wh h lsauac*edherm and inc:or orated kerelk,as Exhibit"B." 30.MARKETING. Vendor may use the,College's name in marketing materials for the purpose of publicizing contract awards;however, Vendor is prohibited frurn obtaining affirmations from College staff regarding its products or services. Allirmations include any kind of testimonials or endorsements of the Vendor as well as the products and/or services offered by the Vender. The College, as a government entity, must fairly and equitably compete for goods and services, and therefore the endorsement of any particular firm, product, or service is strictly prohibited. Vendor is strictly prohibited frorn releasing any statements to the media regarding work performed under this Contract without the:review,and the express prior written approval of the College. The_Colle College's Mroval is at its sole discretion;however.such approval will not be unreasonably withheld, 31. EMPLOYMENT BENEl+'IM . Vendor expressly understands and agrees that Vender, its officers, agents,and employees,are not entitled to any employment benerits from the College. 32.STOP WORK ORDER. The College may order that all or hart of the work step if circumstances dictate that this action is in the College's best latcrest, Such dre1jn5tanccs may include, but zine not Limited to, unexpected tcchnical developments_direction given by+the College's Board of"Trustees,a condition of immediate dangerto the College,the:Vcndororthe public,or the possibilityo€damage to equipmentor property, Thisprovision shall not shift responsibility for loss or damn Vr ,including butascot limited to,lostprofits or consequential damages sustained as a result of such delay,from tl c Vendor to the College. if this provision is invoked,the College shall iiotifj the Vendor in writing to stop work as of a certain elate and specify the reasons For the action,which shall not be arbitrary or capricious. The Vendor shall then be obligated to suspend all work efforts as of the effective date of the notice and until further written direction from the College is received. If deemed appropriate by the College and in the event work is resumed, the College may amend this Contract to reflect any changes to the Statement of Work and?or the pniject schedule. Page 8 of 10 Contract for Services SBL 1126/2017 33. ADDITIONAL TERMS AND C:ONDMONS. Parties shall initial here if there are any additional terms and conditions and they are contained in Exhibit`°C.'° Collette Vendor FOR VENDOR USE ONLY Vender Name(type) Shenandoah General Const. Co. Tax ID No 59-1707673 Authorized Representative Daniel DiMura Title Vice President 1888 NW 22 Street,Pompano Beach,Fl, 33069 954-975-0098 Address Telephone Signature of Vendor Date j Attested S Name(typer Title ^ r Signature of Attester L IDate Signed Page 9 of 10 Contract for Services SRI, 112612017 FAIL C01,LEGR USE Cl\"i..Y Contract Originator N&ne _ Title Signature Date AVP/Dean Name Title Signature Date _ Campus PresidentfV F, Dame Title Signature Date Senior VicePresidcnt Thomas W. olliff Title SVP, administrative Services 0©CIt31gt78tl Oy: Signature Lt,b.w ft i Date 11/27/2018 A,WFUR.0-,67 IF REQUIRED College President Name Signature Date Approved as it)Form and Legality Signature _ _ Date Board Chairpewn Name Signature Date Page 10 of 10 Contract fir Services SBL 1/26/2017 BROWw AgrE6ii 7EZrE Contract for Services Statement of Work Exhibit"A" CONTRACT TERM AND RENEWALS: The contract commences on the date of the last executed signature and continues for a period of three(3)years. The tenn of the contract may,by mutual agreement between College and the Vendor, upon final College approval,be renewed for three (3) additional one-year periods, and if needed, extended for 90 days beyond the expiration date of the final renewal period. Procurement Services Department will, if considering renewal, request a letter of intent to renew from each Vendor. The Vendor will be notified when the recommendation has been acted upon by the College. All prices submitted shall be firm for the term of the contract unless agreed to otherwise in writing. This contract includes the terms and conditions and provisions of RFP-2018-167-EH and the Vendors response. In the event of a conflict between the documents, the order of priority shall be as follows: 1) Contract 2) Amendments to the RFP, if any, with the latest taking precedence and chronologically thereafter 3) RTQ 4) Amendments to the Vendor response/proposal, if any, with the latest taking precedence and chronologically thereafter 5) Vendor response/proposal SCOPE Vendor(s)shall provide Storm Drain Cleaning,Repairs and Maintenance at college-wide locations as identified and described by the Facilities Department.The Vendor 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. LICENSE($) The Proposer will be responsible for obtaining and paying for all necessary licenses and permits, and providing copies to College representative. 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 and/or permits to College upon request, Failure to maintain required licenses and permits shall be cause for termination. FLORIDA STATE: CERTIFIED GENERAL CONTRACTOR; ..,,. —Zo,, — _v....,,.,..,,..,, — —.,—,.­,.,, — 4 BOW .Ew 0 CEGE OR CERTIFIED PLUMBING CONTRACTOR; OR CERTIFIED UNDEGROUND UTILITY AND EXCAVATION CONTRACTOR; OR BROWARD COUNTY: CERTIFIED BUILDING CONTRACTOR CLASS"A"; (MUST BE REGISTERED WITH THE STATE OF FLORIDA) OR CENTRAL MASTER PLUMBER; (MUST BE REGISTERED WITH THE STATE OF FLORIDA) OR GENERAL ENGINEERED CONSTRUCTION BUILDER; OR PRIMARY PIPELINES (WATER, SEWER, DRAINAGE)-CLASS "A" Any work performed not within the scope of the above contract must be performed by a licensed subcontractor. PERMITS/FEES College will pay permit fees directly to its Consultant(s); Storm Drain Vendor is not required to pay permit fees. Other than permit fees,the Vendor shall be responsible for obtaining and paying fees. Payment for fees shall be reimbursed to the 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 Vendor's invoice for payment. The College will not pay for illegal or improper disposal of debristwaste.Vendor will invoice the College for reimbursement.No mark-up shall be allowed. DEBRIS,WASTE AND CHEMICALS NkAC4E16iCEErE BOWAF Vendor(s)shall be responsible for the prompt removal of all debris,which is a result of services. Vendor(s) shall apply and dispose of all chemicals and waste in a manner that complies with all local,state and federal laws and regulations SUBCONTRACTORS Due to environmental and liability concerns,no subcontracting will be allowed. TRAFFIC CONTROL Vendor(s)shall be responsible for training and compliance with all OSHA standards pertaining to confined space entry and D.O.T. regulations for tragic control. BC's representative reserves the right to shut down any job site for unsafe conditions. 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.,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. The Vendor shall stand ready and be available to perform overtime work:when requested to do so by the owner. Due to the nature of the College's operational needs, Vendor 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 Vendor, the Vendor shall have six (6)hours to set up at the site of the emergency and begin work.The Vendor must submit an estimate to the College within 24 hours of the day of emergency mobilization. Vendor(s)shall provide a contact person to ensure twenty-four hours response. OkBROWARD' t�XOLi 7BGr EMERGENCY CALL-OUT Emergency call-c)ut is responding tan short notice to perform any of the sevices listed in this RFP. This may be required outside of normal working hours such as after 4:00 p.m. or on weekends or holidays. Emergency call out response time will be two (2) hours ager initial contact with Vendor(s). Vendor(s) 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 bid or upon request. PROTECTION OF EXISTING FACILITIES The Vendor 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. CLEANING UP The Vendor at all times shall keep the premises free from accumulation ofwaste materials and rubbish caused by their operations and from leaks and spillage from equipment. Upon completion of the work, he 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. CONDITIONS FOR EMERGENCY/ HURRICANE OR DISASTER(FORCE MAJEURE) Proposer 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 RFP that before, (luring and after a public emergency, disaster, hurricane, flood or other force majeure that 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/selHease all goods and services to the College or other governmental entities, as opposed to a private citizen or corporation, on a first priority basis. College expects to pay a fair and reasonable price for all products/services in the event of disaster,emergency or hurricane. Vendor shall furnish a twenty_four(24) hour telephone number in the event of such an emergency. y. ,.-...,..... .,.,..............�... ..... ....... .....�............... PRICE PROPOSAL FORM (ATTACHMENT E) Broward College RFP-2018-167-EH Storm Drain Cleaning, Repairs and Maintenance Contract for Services Prices Exhibit A-1 UNIT PRICE (to two decimal ITEM DESCRIPTION UNIT QUANTITY places) TOTAL TV Viewing 1 Storm Drain(Video Camera)Observation 0-48" Log/Written Report Linear Ft 1 $6.00 $6.00 2 Storm Drain [Video Camera)Observation 49"-72" Log/Written Report Linear Ft 1 $20.00 $20.00 3 Cleaning Box Culverts of Debris and Bituminous Materials Removed Per Ft 1 $30.00 $30.00 Plug Installation&Removal{Includes Minimum Weekly Rental)for: 4 O"to 12"Crass/Side Drain or Equivalent Elliptical Circumference Week Week 1 $1.00 $1.00 5 15" to 30" Cross/Side Drain or Equivalent Elliptical Circumference Week Week 1 $5.00 $5.00 6 36"to 42" Cross/Side Drain or Equivalent Elliptical Circumference Week Week 1 $10.00 $10.00 7 48"to 60" Cross/Side Drain or Equivalent Elliptical Circumference Week Week 1 $15.00 $15.00 8 72" to 96" Cross/Side Drain or Equivalent Elliptical Circumference Week Week 1 $25.00 $25.00 Pumping 9 4"hydraulic Pump(with up to 1000'of discharge hose) Hours 1 $25.00 $25.00 10 6"hydraulic Pump(with up to 1000' of discharge hose) Hours 1 $35.00 $35.00 11 8"hydraulic Pump (with up to 1000' of discharge hose) Hours 1 $40.00 $40.00 GENERAL MAINTENANCE AND REPAIRS Slip Lining or Equivalent Elliptical Circumference with HDPE Smooth Wall Fused Pipe 12 Slip Lining 15" Pipe Linear Ft 1 $67.00 $67.00 13 Slip Lining 18" Pipe Linear Ft 1 $75.00 $75.00 1.4 Slip Lining 24" Pipe Linear Ft 1 $80.00 $80.00 15 Slip Lining 30" Pipe Linear Ft 1 $95.00 $95.00 16 Slip Lining 36" Pipe Linear Ft 1 $130.00 $130.00 Page 1 of 12 PRICE PROPOSAL FORM (ATTACHMENT E) Broward College RFP-2018-167-EH Storm Drain Cleaning, Repairs and Maintenance UNIT PRICE (to two decimal ITEM DESCRIPTION UNIT QUANTITY places) TOTAL 17 Slip Lining 42" Pipe Linear Ft 1 $182.00 $182.00 18 Slip Lining 48" Pipe Linear Ft 1 $305.00 $305.00 19 Slip Lining 54" Pipe Linear Ft 1 $322.00 $322.00 20 Slip Lining 60" Pipe Linear Ft 1 $370.00 $370.00 21 CIPP 15" Pipe 15 x 6.7 mm{Burin I Depth is 0-6') Linear Ft 1 $70.00 $70.00 22 CIPP 15" Pipe 15 x 8.2 mm{Burial Depth is 6-12') Linear Ft 1 $75.00 $75.00 23 CIPP 18" Pipe x 8.1 mm (Burial Depth is 0-6') Linear Ft 1 $82.00 $82.00 24 CIPP 18" Pipe x 9.7 mm (Burial Depth is 6-12') Linear Ft 1 $85.00 $85.00 25 CIPP 24" Pipe x 10.1 mm (Burial Depth is 0-6') Linear Ft 1 $96.00 $96.00 26 CIPP 24" Pipe x 12.4 mm (Burial Depth is 6-12') Linear Ft 1 $105.00 $105.00 27 CIPP 30" Pipe x 13.5 mm (Burial Depth is 0=6') Linear Ft 1 $121.00 $121.00 28 CIPP 30'" Pipe x 15.4 mm (Burial Depth is 6-12') Linear Ft 1 $126.00 $126.00 29 CIPP 36" Pipe x 17.2 mm(Burial Depth is 0-6") Linear Ft 1 $146.00 $146.00 30 CIPP 36" Pipe x 18.1 mm (Burial Depth is 6-12') Linear Ft 1 $162.00 $162.00 31 CIPP 42" Pipe x 20.9 mm (Burial Depth is 0-6') Linear Ft 1 $210.00 $210.00 32 CIPP 42" Pipe x 20.6 mm (Burial Depth is 6=12') Linear Ft 1 $210.00 $210.00 33 CIPP 48" Pipe x 25.2 mm (Burial Depth is 0-6') Linear Ft 1 $258.00 $258.00 34 CIPP 48" Pipe x 22.6 mm(Burial Depth is 6-12') Linear Ft 1 $259.00 $259.00 35 CIPP 54" Pipe x 28.2 mm(Burial Depth is 0-6') Linear Ft 1 $431.00 $431..00 36 CIPP 54" Pipe x 24.7 mm (Burial Depth is 6-12') Linear Ft 1 $431.25 $431.25 37 CIPP 60'" Pipe x 30.3 mm (Burial Depth is 0-6') Linear Ft 1 $573.00 $573.00 38 CIPP 60" Pipe x 27.3 mm (Burial Depth is 6-12') Linear Ft 1 $550.00 $550.00 39 CIPP 66" Pipe x 31.6 mm (Burial Depth is 0-6") Linear Ft 1 $671.00 $671.00 40 CIPP 66" Pipe x 29.1. mm (Burial Depth is 6-12') Linear Ft 1 $661.00 $661.00 41 CIPP 72" Pipe x 30.4 mm Linear Ft Linear Ft 1 $772.00 $772.00 42 CIPP 84" Pipe x 35.5 mm Linear Ft Linear Ft 1 $895.00 $895.00 Page 2of12 �.........y. .............. . .,.,.. ................ PRICE PROPOSAL FORM (ATTACHMENT E) Broward College RFP-2018-167-EH Storm Drain Cleaning, Repairs and Maintenance UNIT PRICE (to two decimal ITEM DESCRIPTION UNIT QUANTITY places) TOTAL 43 CIPP 96" Pipe x 40.6 mm Linear Ft Linear Ft 1 $1,100.00 $1,100.00 PIPE CLEANING Pipe Cleaning and Sediment removal (Light Cleaning) 44 Cleaning and Sediment Removal 15" Pipe Linear Ft 1 $0.50 $0.50 45 Cleaning and Sediment Removal 18" Pipe Linear Ft 1 $0.75 $0.75 46 Cleaning and Sediment Removal 24" Pipe Linear Ft 1 $1.00 $1.00 47 Cleaning and Sediment Removal 30" Pipe Linear Ft 1 $1.25 $1.25 48 Cleaning and Sediment Removal 36" Pipe Linear Ft 1 $1.50 $1.50 49 Cleaning and Sediment Removal 42" Pipe Linear Ft 1 $2.00 $2.00 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 $1.25 $1.25 59 Cleaning and Sediment Removal 24" Pipe Linear Ft 1 $1.50 $1.50 60 Cleaning and Sediment Removal 30" Pipe Linear Ft 1 $2.00 $2,00 61 Cleaning and Sediment Removal 36" Pipe Linear Ft 1 $2.50 $2.50 62 Cleaning and Sediment Remova 142" Pipe Linear Ft 1 $3.25 $3.25 63 Cleaning and Sediment Removal 48" Pipe Linear Ft 1 $3.50 $350 64 Cleaning and Sediment Removal 54" Pipe Linear Ft 1 $4.00 $4.00 65 Cleaning and Sediment Removal 60" Pipe Linear Ft 1 $7.00 $7.00 66 Cleaning and Sediment Removal 66" Pipe Linear Ft 1 $8.00 $8.00 Page 3 of 12 r...........J. ............. ,,......r........�... ...,.. .v..... .....�..,........,... PRICE PROPOSAL FORM (ATTACHMENT E) Broward College RFP-201.8-167-EH Storm Drain Cleaning,Repairs and Maintenance UNIT PRICE (to two decimal ITEM DESCRIPTION UNIT QUANTITY places) TOTAL 67 Cleaning and Sediment Removal 72" Pipe Linear Ft 1 $10.00 $10.00 68 Cleaning and Sediment Removal 84" Pipe Linear Ft 1 $15.00 $15.00 69 Cleaning and Sediment Removal 96" Pipe Linear Ft 1 $35.00 $35.00 Pipe Cleaning and Sediment Removal(Heavy Cleaning) 70 Cleaning and Sediment Removal 15" Pipe Linear Ft 1 $5.50 $5.50 71 Cleaning and Sediment Removal 18" Pipe Linear Ft 1 $6.25 $6.25 72 72 Cleaning and Sediment Removal 24" Pipe Linear Ft 1 $7.00 $7.00 73 73 Cleaning and Sediment Removal 30" Pipe Linear Ft 1 $9.00 $9.00 74 74 Cleaning and Sediment Removal 36" Pipe Linear Ft 1 $10.25 $10.25 75 75 Cleaning and Sediment Removal 42" Pipe Linear Ft 1 $17.00 $17.00 76 76 Cleaning and Sediment Removal 48" Pipe Linear Ft 1 $19.00 $19.00 77 77 Cleaning and Sediment Removal 54" Pipe Linear Ft 1 $19.00 $19.00 78 78 Cleaning and Sediment Removal 60" Pipe Linear Ft 1 $20.00 $20.00 79 79 Cleaning and Sediment Removal 66" Pipe Linear Ft 1 $21.00 $21.00 80 80 Cleaning and Sediment Removal 72" Pipe Linear Ft 1 $23.00 $23.00 81 81 Cleaning and Sediment Removal 84" Pipe Linear Ft 1 $27.00 $27.00 82 82 Cleaning and Sediment Removal 96" Pipe Linear Ft 1 $38.00 $38.00 Pipe Cleaning and Sediment Removal(Specialty Cleaning) 83 Cleaning and Sediment Removal 15" Pipe Linear Ft 1 $10.00 $10.00 84 Cleaning and Sediment Remova 118" Pipe Linear Ft 1 $1.0.00 $1.0.00 85 Cleaning and Sediment Removal 24" Pipe Linear Ft 1 $10.00 $10.00 86 Cleaning and Sediment Remova 130" Pipe Linear Ft 1 $12.00 $12.00 87 Cleaning and Sediment Removal 36" Pipe Linear Ft 1 $15.00 $15.00 88 Cleaning and Sediment Removal 42" Pipe Linear Ft 1 $20.00 $20.00 89 Cleaning and Sediment Removal 48" Pipe Linear Ft 1 $30.00 $30.00 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 Page 4 of 12 PRICE PROPOSAL FORM (ATTACHMENT E) Broward College RFP-2018-167-EH Storm Drain Cleaning,Repairs and Maintenance UNIT PRICE (to two decimal ITEM DESCRIPTION UNIT QUANTITY places) TOTAL 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 $70.00 $70.00 Open Cut/Headwall Repairs&Other Services 96 Construction Foreman Hour 1 $55.00 $55.00 97 Equipment Operator Hour 1 $150.00 $150.00 98 Laborer Hour 1 $35.00 $35.00 99 Pipe Layer Hour 1 $37.00 $37.00 100 Welding(Above & Below Water) Hour 1 $75.00 $75.00 101 Diving Crew (3 Man Team) Certified Hour 1 $450.00 $450.00 102 Crane 100 Ton&Below Hour 1 $80.00 $80.00 103 Track or Wheeled Excavator Hour 1 $50.00 $50.00 104 Stick Tracked Excavator(60`or Greater) Hour 1 $60.00 $60.00 105 Wheel Loader Hour 1 $40.00 $40.00 106 Backhoe loader Hour 1 $30.00 $30.00 107 Bulldozer Hour 1 $15.00 $15.00 108 Double Drum Compactor Hour 1 $15.00 $1S.00 109 Vibratory Plate Compactor Hr. Hour 1 $15.00 $15.00 11.0 100 CFM Air Compressor with Hammer Hour 1 $30.00 $30.00 111 De-Watering Hour 1 $85.00 $85.00 112 Asphalt Pavement Replacement Tons 1 $170.00 $170.00 113 Lime Stock Tons 1 $50.00 $50.00 114 Dirt Tons 1 $25.00 $25.00 115 Driveway Restoration(4"thick) Removal and Installation Sq.Ft. 1 $25.00 $25.00 116 Driveway Restoration(6"thick) Removal and Installation Sq. Ft. 1 $30.00 $30.00 117 Mitered Ends Sq.Ft. 1 $45.00 $45.00 Page 5 of 12 s, ............ , _.., ..., �...�......�.,..... PRICE PROPOSAL FORM (ATTACHMENT E) Broward College RFP-2018-167-EH Storm Drain Cleaning, Repairs and Maintenance UNIT PRICE (to two decimal ITEM DESCRIPTION UNIT QUANTITY places) TOTAL 118 Pressure Grout Injection Joints 1 $225.00 $225.00 119 Bahia Sod Sq,Ft. 1 $1.30 $1.30 120 Floratan Sod Sq.Ft. 1 $1.50 $1.50 121 Rip Rap Rubble 6"-12" Tons 1 $75.00 $75.00 122 Rip Rap Bag (80 Ib. Bags) Each 1 $12.00 $12.00 123 Concrete Pillow Blanket slope protection Square Yard 1 $55.00 $55.00 124 Silt Screen Installation& Removal per 100 ft. Each 1 $400.00 $400.00 125 Mobilization Fee Each 1 $300.00 $300.00 Material Mark Up% -Cost Plus Percentage may not exceed 10%_ 126 -A percentage of 0 or net cost is acceptable. % 1 10 $10.00 GRAND TOTAL: $13,334.30 Page 6 of 12 m U C W � C �+ a W W � m _ � C awl C F `9 H L16 CL w cz W a O a ce LL o4 v -+ a c a vdi C �c O M a 72 a 0 3 u c Q. o m W m O V a E 0 f i i i i f 7 l 7 3 1 3 7i 1 PRICE PROPOSAL FORM(ATTACHMENT E) Broward College RFP-2018-167-EH Storm Drain Cleaning,Repairs and Maintenance Page 8 of 12 m Y �. C W m C tri W = i � � co C C4 $ CL w v Q m cc LL coo _j = a Us o 7z U LLIc to O IL tA i i r i i r y r i a s r f 5 T Ff y? S 5 Y PRICE PROPOSAL FORM(ATTACHMENT E) Broward College RFP-2018-167-EH Storm Drain Cleaning,Repairs and Maintenance Page 10 of 12 PRICE PROPOSAL FORM(ATTACHMENT E) Broward College RFP-2418-167-EH Storm Oram Cleaning,Repairs and Maintenance Page 11 of 12 .�..».....a��.-� ..�vr.,.....�........«..,�....�� amu.,� ..,.z......��,.,...-..,.,M. PRICE PROPOSAL FORM(ATTACHMENT ESI Broward College RFP-2018-167-EH Storm Drain Cleaning,Repairs and Maintenance Page 12 of 12 EHENANDOAH CONSTRUCTION 1888 N.W. 22"d Street • Pompano Beach, FL 33069 (954)975-0098 Fax: (954)975-9718 March 26, 2020 To: Village of Tequesta Water Distribution & Stormwater Public Utilities Department Attn: David Tinoco dtinoco@tequesta.org David, Please accept this letter as authorization for the Village of Tequesta to piggyback Shenandoah General Construction's current Broward College Contract #RFP- 2018-167-EH — Storm Drain Cleaning, Repairs & Maintenance for work to be performed within the Village of Tequesta's city limits. If you need any further information, please do not hesitate to contact us. Sincerely, Daniel DiMura, Vice President