Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
R25-289
RESOLUTION NO. R25-289 1 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON 2 BEACH, FLORIDA, APPROVING A PIGGYBACK AGREEMENT WITH THE 3 BG GROUP, LLC, FOR THE DEMOLITION AND REMOVAL OF THE 4 BOYNTON INN LOCATED AT 480 BOYNTON BEACH BOULEVARD, FOR 5 AN AMOUNT NOT TO EXCEED $632,500.00 ANNUALLY;AND FOR ALL 6 OTHER PURPOSES. 7 8 WHEREAS, the City requires demolition services to demolish and remove the Boynton Inn 9 located at 480 Boynton Beach Boulevard; and 10 WHEREAS, the School Board of Broward County, Florida, issued a Request for Proposals 11 ("RFP"), under RFP25-093, for Demolition Services; and 12 WHEREAS, the School Board of Broward County, Florida, found The BG Group, LLC 13 ("Vendor") to be a responsive, responsible proposer, and awarded it a three-year contract 14 commencing on February 19, 2025, and terminating on February 18, 2028; and 15 WHEREAS, the City's public works department is requesting the City enter into a 16 Piggyback Agreement with the Vendor to provide equipment, products, or services; and 17 WHEREAS, the requested Piggyback Agreement with the Vendor is necessary for the 18 Vendor to provide demolition services to the City; and 10 WHEREAS, the City Commission, upon the recommendation of staff, has deemed it in the 20 best interests of the City's citizens and residents to approve the Piggyback Agreement with the 21 Vendor for demolition services for an amount not to exceed $632,500.00 annually. 22 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON 23 BEACH, FLORIDA, THAT: 24 SECTION 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 25 being true and correct and are hereby made a specific part of this Resolution upon adoption. 26 SECTION 2. The City Commission of the City of Boynton Beach, Florida, does hereby 27 approve the Piggyback Agreement between Vendor and the City for demolition services for an 28 amount not to exceed $632,500.00 annually (the "Piggyback Agreement"), in form and substance 29 similar to that attached as Exhibit A. 30 SECTION 3. The City Commission of the City of Boynton Beach, Florida, hereby 31 authorizes the Mayor to execute the Piggyback Agreement. The Mayor is further authorized to RESOLUTION NO. R25-289 32 execute any ancillary documents required under the Piggyback Agreement or necessary to 33 accomplish the purposes of this Resolution. 34 SECTION 4. The City Clerk shall retain the fully executed Piggyback Agreement as a 35 public record of the City. A copy of the fully executed Piggyback Agreement shall be provided to 36 Taralyn Pratt to forward to the Vendor. 37 SECTION 5. This Resolution shall take effect in accordance with the law. 38 39 [SIGNATURES ON THE FOLLOWING PAGE] RESOLUTION NO. R25-289 40 PASSED AND ADOPTED this1--rilday of ‘\Vb4ek 'r 2025. 41 CITY OF BOYNTON BEACH, FLORIDA 42 YES NO 43 Mayor- Rebecca Shelton 44 45 Vice Mayor-Woodrow L. Hay 46 47 Commissioner-Angela Cruz I/ 48 / 49 Commissioner-Thomas Turkiny/ 50 / 51 Commissioner-Aimee Kelley 52 53 VOTE '5-0 54 A Air: 5' 56 �l . �' 57 Mayle= IA ,i- esus, MPA, . MC Rebecca Shelton 58 City Cler Mayor 59 _-,...,. 60 s�p�NTOrye" APPROVED AS TO FORM: 61 (Corporate Seal) ;jr, o`;oo'c'v 1F 'F90 Iii ---i J�L :5 ,, r/,�/ 62 � 3 i �Ll'1 $ G��V�� 63 s U ;MCORg�OE: 49Vre• 64 I. 1 ; Shawna G. Lamb •65 ,�`� ...... FLOR�OP - City Attorney City of Boynton Beach Contract# 26-003PB 7cr ' (--r PIGGYBACK AGREEMENT BETWEEN THE CITY OF BOYNTON BEACH AND THE BG GROUP, LLC This Piggyback Agreement is made as of this1day of'jCt,/evveVt,f, 2025, by and between THE BG GROUP, LLC,a Florida Limited Liability Company,with a principal address of 3640 CARLTON PLACE, BOCA RATON, FL 33496 hereinafter referred to as"Vendor,"and the City of Boynton Beach, a municipal corporation organized and existing under the laws of Florida, with a business address of 100 East Ocean Avenue, Boynton Beach, Florida 33435, hereinafter referred to as"City." RECITALS WHEREAS,on November 20,2024,THE SCHOOL BOARD OF BROWARD COUNTY. FLORIDA, issued a "Request for Proposals" RFP25-093- Demolition Services for which they received responses and subsequently awarded contracts to THE BG GROUP, LLC; and WHEREAS,THE SCHOOL BOARD OF BROWARD COUNTY,FLORIDA, found THE BG GROUP,LLC("Vendor")to be a responsive,responsible proposer,and awarded it a three-year (3)contract commencing February 19, 2025,and terminating February 18, 2028, RFP No. RFP25- 093 ("Master Agreement");and WHEREAS, the City's Purchasing Policy Section X — Alternatives to Formal Sealed Solicitations, provides authority for the City to acquire or contract for services without utilizing a sealed competitive method or the written quotations methods where the desired services are the subject ofan agreement that utilizes another government entity's contract,provided that the contract was awarded based strictly on competitive bidding;and WHEREAS,the City requires the ability to demolish and remove the Boynton Inn located at 480 Boynton Beach Boulevard, the City's public works department is requesting the City enter into a Piggyback Agreement with the Vendor to provide equipment, products, or services as procured by the lead agency THE SCHOOL BOARD OF BROWARD COUNTY, FLORIDA; and WHEREAS,the Vendor has agreed to allow the City to piggyback the Agreement, a copy of which is attached as Exhibit"A."; and WHEREAS,the vendor has provided a pricing proposal Exhibit"B."to the City of Boynton Beach that meets the requirements of the Piggyback Procurement Exemption;and PB-RFP25-093-Demolition Services 1 THE BG GROUP.LLC City of Boynton Beach Contract# 26-003PB NOW,THEREFORE, in consideration of the mutual covenants contained herein, and for other valuable consideration received, the receipt and sufficiency of which are hereby acknowledged, the parties agree as follows: AGREEMENT 1. The foregoing recitals are true and correct and are hereby incorporated in this Agreement. 2. TERM: The term of this Agreement commences on full execution by the parties and will remain in effect until February 18, 2028. The Mayor is authorized to execute any renewal amendments. The initial term and any subsequent renewals of this Agreement are subject to the renewal or extension of the Master Agreement. If the Master Agreement expires or is terminated during the Term, this Agreement shall terminate no later than six months after such expiration or termination of the Master Agreement. 3. CONTRACT TERMS: The Vendor shall complete the Services on the same terms and in the same manner as set forth in the Master Agreement,except as otherwise provided herein. All recitals, representations, and warranties of Vendor made by Vendor in the Master Agreement are restated as if set forth fully herein, made for the benefit of the City, and incorporated herein, except that all references to the "THE SCHOOL BOARD OF BROWARD COUNTY,FLORIDA"are hereby replaced with the"City of Boynton Beach." The City shall compensate the Vendor pursuant to the rates set forth in the Master Agreement in the amount of$575,000.00 plus a 10% contingency of$57,500.00, totaling $632,500.00 for the Demolition and removal of the Boynton Inn located at 480 Boynton Beach Boulevard. A copy of the Vendor's estimates for the services is attached hereto as Exhibit"B"and incorporated herein by this reference. 4. NOTICES: All Notices to the City shall be in writing by certified mail return receipt requested, or customarily used overnight transmission with proof of delivery, sent to: City: Daniel Dugger,City Manager City of Boynton Beach P.O. Box 310 Boynton Beach, Florida 33425 Telephone: (561) 742-6010/Facsimile: (561) 742-6090 Copy: Shawna G. Lamb, City Attorney City of Boynton Beach P.O. Box 310 Boynton Beach, Florida 33425 Telephone: (561) 742-6010/Facsimile: (561) 742-6090 Vendor: THE BG GROUP, LLC Contact Name: Ivy Fradin 751 Park of Commerce Drive Suite 138 PB-RFP25-093-Demolition Services 2 • THE BG GROUP,LLC City of Boynton Beach Contract# 26-003PB Boca Raton, FL 33487 Cell: 561.715.0530 Email: ivy(a bt;demolition.com; 5. INVOICES AND PAYMENT: Invoices must identify the PO number and should be mailed to: Boynton Beach Finance Department Attn: Accounts Payable P.O. Box 310 Boynton Beach, FL 33425. Invoices shall show the nature of the service and dates(s) of service. Invoices based on hourly rates shall show the actual hours worked, person performing services, nature of the service, hourly rate, and dates(s)of service. Invoices may be submitted no more frequently than monthly. However, all services rendered prior to September 30th of any given year are required to be invoiced by September 30th of that year.Vendor shall provide W-9 with first invoice. The fee shall be paid based on receipt of a proper invoice in accordance with the invoice schedule indicated above. Payment will be made within 45 days of receipt of a proper invoice in accordance with the Local Government Prompt Payment Act, Section 218.70, et al., Florida Statutes. No payment made under this Agreement shall be conclusive evidence of the performance of this Agreement by Vendor, either wholly or in part, and no payment shall be construed to be an acceptance of or to relieve Vendor of liability for the defective, faulty, or incomplete rendition of the Services. No payment made under this Agreement shall be conclusive evidence of the performance of this Agreement by Vendor, either wholly or in part, and no payment shall be construed to be an acceptance oforto relieve Vendor of liability for the defective,faulty,or incomplete rendition of the Services. 6. TAX EXEMPT: Prices applicable to City do not include applicable state and local sales, use, and related taxes.The City is exempt from state and local sales and use taxes and shall not be invoiced for the same. Upon request, City will provide Vendor with proof of tax- exempt status. 7. SOVEREIGN IMMUNITY: Nothing contained in this Agreement dor contained herein shall be considered nor construed to waive City's rights and immunities under the common law or section 768.28, Florida Statutes, as may be amended. 8. ATTORNEY'S FEES: In the event that either Party brings suit for enforcement of the Agreement, each Party shall bear its own attorney's fees and court costs. 9. PUBLIC RECORDS: Sealed documents received by the City in response to an invitation are exempt from public records disclosure until thirty (30)days after the opening of the Bid PB-RFP25-093-Demolition Services 3 THE BG GROUP,LLC City of Boynton Beach Contract# 26-003PB unless the City announces intent to award sooner, in accordance with Florida Statutes 119.07. The City is a public agency subject to Chapter 119, Florida Statutes. The Vendor shall comply with Florida's Public Records Law. Specifically, the Vendor shall: A. Keep and maintain public records required by the City to perform the service; B. Upon request from the City's custodian of public records, provide the City 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, Fla. Stat. or as otherwise provided by law; C. Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and,following completion of the contract,Vendor shall destroy all copies of such confidential and exempt records remaining in its possession once the Vendor transfers the records in its possession to the City; and D. Upon completion of the contract, Vendor shall transfer to the City, at no cost to the City, all public records in Vendor's possession All records stored electronically by Vendor must be provided to the City,upon request from the City's custodian of public records, in a format that is compatible with the information technology systems of the City. 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 CUSTODIAN OF PUBLIC RECORDS: CITY CLERK OFFICE 100 E. OCEAN AVENUE BOYNTON BEACH, FLORIDA, 33435 561-742-6060 CityClerk(a bbfl.us 10. SCRUTINIZED COMPANIES-287.135 AND 215.473: By execution of this Agreement, Vendor certifies that Vendor is not participating in a boycott of Israel. The Vendor further certifies that Vendor is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List,and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has Vendor been engaged in business operations in Syria. Subject to limited exceptions provided in state law, the City will not contract for the provision of goods or services with any scrutinized company PB-RFP25-093-Demolition Services 4 THE BG GROUP,LLC City of Boynton Beach Contract# 26-003PB referred to above. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing,to the Vendor of the City's determination concerning the false certification.The Vendor shall have five(5)days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, the Vendor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If the Vendor does not demonstrate that the City's determination of false certification was made in error, then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135,Florida Statutes,as amended from time to time. 11. E-VERIFY: VENDOR shall comply with Section 448.095, Fla. Stat., "Employment Eligibility," including the registration and use of the E-Verify system to verify the work authorization status of employees. Failure to comply with Section 448.095, Fla. Stat. shall result in termination of this Agreement. Any challenge to termination under this provision must be filed in the Circuit Court no later than 20 calendar days after the date of termination. If this Agreement is terminated for a violation of the statute by Vendor,Vendor may not be awarded a public contract for a period of one(1)year after the date of termination. 12.DISPUTES: Any disputes that arise between the parties with respect to the performance of this Agreement,which cannot be resolved through negotiations,shall be'submitted to a court of competent jurisdiction in Palm Beach County, Florida. This Agreement shall be construed under Florida Law. 13. EXECUTION OF THE AGREEMENT: This Agreement will take effect once signed by both parties. This Agreement may be signed by the parties in counterparts, which together shall constitute one and the same agreement among the parties. A facsimile signature shall constitute an original signature for all purposes. Each person signing this Agreement on behalf of either Party individually warrants that he or she has full legal power to execute the Addendum on behalf of the Party for whom he or she is signing and to bind and obligate such Party with respect to all provisions contained in this Agreement 14.TERMINATION FOR CONVENIENCE:This Agreement may be terminated by the City for convenience upon fourteen(14)calendar days of written notice by the terminating party to the other party for such termination in which event the Vendor shall be paid its compensation for services performed to the termination date, including services reasonably related to termination. In the event that the Vendor abandons the Agreement or causes it to be terminated, the Vendor shall indemnify the City against loss pertaining to this termination. 15.TERMINATION FOR CAUSE: In addition to all other remedies available to City, this Agreement shall be subject to cancellation by City for cause, should Vendor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) calendar days' after receipt by Vendor of written notice of such neglect or failure. 16. INDEMNIFICATION: Vendor shall indemnify and hold harmless the City, its elected and PB-RFP25-083-Demolition Services 5 THE BG GROUP.LLC City of Boynton Beach Contract# 26-003PB appointed officers, agents, assigns and employees, consultants, separate Vendors, any of their subcontractors,or sub-subcontractors, from and against claims,demands, or causes of action whatsoever,and the resulting losses,damages,costs, and expenses, including but not limited to attorneys' fees, including paralegal expenses, liabilities, damages, orders, judgments, or decrees, sustained by the City arising out of or resulting from (A) Vendor's performance or breach of Agreement, (B) acts or omissions, negligence, recklessness, or intentional wrongful conduct by Vendor's, its agents, employees, subcontractors, participants, and volunteers,and(C) Vendor's failure to take out and maintain insurance as required under this Agreement. Vendor's shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits, or actions of any kind or nature in the name of the City,where applicable, including appellate proceedings,and shall pay all costs, judgments, and attorneys' fees which may issue thereon. The obligations of this section shall survive indefinitely regardless of termination of the Agreement. 17. INSURANCE: At the time of execution of this Agreement, Vendor shall provide the City with a copy of its Certificate of Insurance reflecting the insurance coverage required by the Master Agreement. The Certificate of Insurance shall name the City of Boynton Beach,and its officers, employees and agents as an additional insured. 18. LIMITATION OF LIABILITY: Notwithstanding any provision of the Agreement to which it is applicable,City shall not be liable or responsible to Vendor beyond the amount remaining due to Vendor under the Agreement, regardless of whether said liability be based in tort, contract, indemnity or otherwise; and in no event shall City be liable to Vendor for punitive or exemplary damages or for lost profits or consequential damages. 19. NO SPECIAL DAMAGES. In no event shall either Party be liable to the other for any special damages, speculative damages, indirect, special, incidental, consequential, loss of profits, or other damages or losses of any kind whatsoever, no matter what the cause. 20.INDEPENDENT CONTRACTOR: The Agreement does not create an employee/employer relationship between the Parties. It is the intent of the Parties that Vendor is an independent contractor pursuant to the Agreement and shall not be considered the City's employee for any purpose. 21. COMPLIANCE WITH LAWS: Vendor hereby warrants and agrees that at all times material to the Agreement, Vendor shall perform its obligations in compliance with all applicable federal, state, and local laws, rules, and regulations, including section 501.171, Florida Statutes.Non-compliance may constitute a material breach of the Agreement. 22.ASSIGNMENT: In the event this Agreement and any interests granted herein shall be assigned, transferred, or otherwise encumbered, under any circumstances by Vendor, Vendor must gain prior written consent from City thirty (30) business days before such transfer. For purposes of this Agreement, any change of ownership of Company shall constitute an assignment that requires City's approval. Notwithstanding the foregoing, Vendor may, without City's consent, assign this Agreement in whole or in part as part of a corporate reorganization, consolidation, merger, or sale of substantially all of its assets related to this Agreement. Vendor shall provide City written notice of any such corporate PB-RFP25-093-Demolition Services 6 THE BG GROUP,LLC City of Boynton Beach Contract# 26-003PB reorganization, consolidation, merger, or sale of substantially all of its assets related to this Agreement within thirty (30)calendar days of such event. 23. AGREEMENT SUBJECT TO FUNDING: The Agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Boynton Beach in the annual budget for each fiscal year of this Agreement,and is subject to termination based on lack of funding. Early termination by City due to loss of funding shall not obligate Vendor to refund any prepaid fees. 24. ENTIRE AGREEMENT. The Agreement, including the Master Agreement, sets forth the entire Agreement between the City and the Vendor with respect to the subject matter of this Agreement. This Agreement supersedes all prior and contemporaneous negotiations, understandings, and agreements, written or oral, between the parties. This Agreement may not be modified except by the parties' mutual agreement set forth in writing and signed by the parties. 25. SEVERABILITY. If any provision of this Agreement or application thereof to any person or situation shall, to any extent, be held invalid or unenforceable, the remainder of this Agreement, and the application of such provisions to persons or situations other than those as to which it shall have been held invalid or unenforceable, shall not be affected thereby, and shall continue in full force and effect, and be enforced to the fullest extent permitted by law. 26.ANTI-HUMAN TRAFFICKING. On or before the Effective Date of this Agreement, Vendor shall provide City with an affidavit attesting that the Vendor does not use coercion for labor or services, in accordance with Section 787.06(13), Florida Statutes. • Signature Page to follow PB-RFP25-093-Demolition Services 7 THE BG GROUP,LLC IN WITNESS OF THE FOREGOING, the parties have set their hands and seals the day and year first written above. CITY OF BOYNTON BEACH, FLORIDA THE BG GROUP, LLC Rebecc elton, Mayor (Signature) Print Name of Authorized Official • Title e.' Approved as to Form: '01/6 Cilboos_ AaliA W1,17"6 ‘10' Shawna G. Lamb, City Attorney I,2003 rSr. e Seal) Attest/Authen 'cated: Attest“ • thenticated: (Signa '5, Witness L � ' �Q Maylee De ese City lerk Print Name gOYNTpN O��GORPOR,gTN� 4 l ot SEAL 1c•l , INCORPORATED; 441 1920 .. FLORIOP_ PB-RFP25-093-Demolition Services 8 THE BG GROUP,LLC EXHIBIT"A" AGREEMENT BETWEEN THE BG GROUP LLC WITH THE SCHOOL BOARD OF BROWARD COUNTY,FLORIDA • PB-RFP25-093-Demolition Services 9 THE BG GROUP,LLC 1 Established 1915 BROWARD County Public Schools Mauricio R. Stradlotti The School Board of Broward County,Florida Director, Procurement& Warehousing Services Debra Nixon,Chair 7720 W. Oakland Park Boulevard Sarah Leonardi,Vice Chair Sunrise, Florida 33351 Lori Alhadeff phone: 754-321-0501 • fax: 754-321-0936 Maura McCarthy Bulman Brenda Fam,Esq. mauricio.stradiotti@browardschools.com Dr.Jeff Holness www.browardschools.com/PWS Nora Rupert Rebecca Thompson Dr.Allen Zeman March 5, 2025 Dr.Howard Hepburn Superintendent of Schools Ivy Fradin Email: ivybqdemolition.com The BG Group LLC Phone: 561-998-7997 751 Park of Commerce dr. #138 Boca Raton, FL 33487 Subject: Letter of Award and Request for Certificate Insurance RFP #: RFP25-093 RFP Title: Demolition Services Contract Term: 2/19/2025 through 2/18/2028 Dear Ms. Fradin: The School Board of Broward County, Florida has accepted and awarded the above-referenced RFP at the February 19, 2025 Board Meeting. This is to advise that the Cone of Silence has been lifted on the RFP and your company can contact the user department about services rendered under this contract. To issue a Purchase Order, your firm must be a registered vendor. Use the link below to register and/or update your registration: https://schoolboardofbrowardcounty.sourcing.ariba.com/ad/selfRegistration Proof of insurance must be submitted to the insurance tracking system within fifteen (15)days of this notification. You will receive a system-generated email within three(3)business days of this letter with insurance requirements and a unique link to upload your certificate of insurance (located at the bottom of the email as a blue box labeled Upload COI). YOU MUST RECEIVE A NOTICE OF COMPLIANCE. All employees (including subcontractors and agents) who will be entering onto SBBC property must be fingerprinted and wear a SBBC issued photo identification badge at all times while on SBBC property. Part of the registration requires a PIN Number. Vendor must send an email direct to: fieldprint(a�browardschools.com to request a PIN Number WITH a copy of this award letter attached to the email. Information about the process can be found at this link: https://www.browardschools.com/Page/40551 If you have questions pertaining to identification badges, please contact the Security Clearance Department at (754) 321-2374. Please note,an identification badge will not be issued and no work can commence until insurance form(s) are approved, and a written purchase order is released. Any service provided or merchandise delivered prior to the receipt of the Purchase Order (PO) is at the full risk of the Awardee. SBBC is not responsible for the payment of any service or merchandise before issuing the corresponding PO. Sincerely, Edc t Lago- Edgar Lugo Manager, Construction Sourcing ATTACHMENT: Insurance requirements pages from Agreement Educating Today's Students to Succeed in Tomorrow's World Broward County Public Schools is an Equal Opportunity Employer II"Y Established 1915 - YrBROWARD MINIMUM INSURANCE REQUIREMENTS Insurance Requirements. Vendor shall comply with the following insurance requirements throughout the term of this Agreement: a. General Liability. Vendor shall maintain General Liability insurance during the term of this Agreement with limits not less than$1,000,000 per occurrence for Bodily Injury/ Property Damage; $1,000,000 General Aggregate; and limits not less than $1,000,000 for Products/Completed Operations Aggregate. b. Workers' Compensation. In accordance with Chapter 440, Florida Statutes, Vendor shall have and maintain Workers' Compensation insurance and Employer's Liability limits of not less than$100,000/$100,000/$500,000(each accident/disease-each employee/disease- policy limit). c. Auto Liability. Vendor shall have and maintain Owned, Non-Owned and Hired Auto Liability insurance with Bodily Injury and Property Damage with limits of not less than$1,000,000 Combined Single Limit. If Vendor does not own any vehicles,it shall have and maintain hired and non-owned automobile liability coverage in the amount of$1,000,000. In addition, an affidavit signed by Vendor must be furnished to SBBC stating the following:VENDOR does not own any vehicles. If VENDOR acquires any vehicles during the term of the Agreement,VENDOR agrees to provide of proof of"Any Auto"coverage effective as of the date of vehicle acquisition." d. Acceptability of Insurance Carriers. The insurance policies required under this Agreement shall be issued by companies qualified to do business in the State of Florida and having a rating of at least A-VI by AM Best or Aa3 by Moody's Investor Service. e. Verification of Coverage. Proof of insurance must be submitted to the insurance tracking system within fifteen (15) days of this notification. You will receive a system-generated email within three(3) business days of this letter with insurance requirements and a unique link to upload your certificate of insurance(located at the bottom of the email as a blue box labeled Upload COI). YOU MUST RECEIVE A NOTICE OF COMPLIANCE. • New vendors will receive an email notification requesting account verification and insurance agent information. • Existing vendors will receive an email notification of the current status. f. Required Conditions. Liability policies must include the following terms on the Certificate of Insurance: 1. The School Board of Broward County, Florida,its members,officers,employees and agents are added as additional insured. 2. All liability policies are primary of all other valid and collectible coverage maintained by The School Board of Broward County, Florida. 3. Certificate Holder: The School Board of Broward County,Risk MaFlorida.600 SE 3rd Avenue,Fort Lauderdale,Florda 33301 g Cancellation of Insurance. Vendor is prohibited from providing services under this Agreement with SBBC without first obtaining the minimum required insurance coverage and must notify SBBC within two(2)business days if required insurance is canceled. h. SBBC reserves the right to review, reject or accept any required policies of insurance, including limits, coverage or endorsements, herein throughout the term of this Agreement. NOTE: EXIGIS IS NO LONGER HANDLING THE CERTIFICATE OF INSURANCE. MI- Educating Today's Students to Succeed in Tomorrow's World Broward County Public Schools is an Equal Opportunity Employer THE SCHOOL BOARD OF BROWARD COUNTY, FLORIDA r<1,,,,* 7720 WEST OAKLAND PARK BOULEVARD,SUITE 323, SUNRISE, FLORIDA 33351 •TEL 754-321-0505 •FAX 754-321-0936 PROCUREMENT&WAREHOUSING SERVICES The School Board of VM Broward County,Florida www.BrowardSchools.com Debra Nixon,Chair Sarah Leonardi,Vice Chair November 20, 2024 Lori Alhadeff Brenda Fam,Esq. Dr.Jeff Holness Dear Prospective Proposers, Maura McCarthy Bulman Nora Rupert Rebecca Thompson SUBJECT: Instructions to Proposers Dr.Allen Zeman Request for Proposals (RFP): RFP25-093-Demolition Services Dr.Howard Hepburn Superintendent of Schools The School Board of Broward County, Florida (SBBC) is interested in receiving proposals in response to the RFP for Demolition Services. Any questions regarding this RFP should be addressed to Mark H. Cohen, in writing via e-mail at Mark.cohen2@browardschools.com. Once this solicitation is released to the General Public, the Cone of Silence (See General Condition 7.45)shall take effect.Any proposer or lobbyist for a proposer is prohibited from having any communications concerning any solicitation for a competitive procurement with any School Board member, the Superintendent, any Evaluation Committee Member, or any other School District employee after Procurement&Warehousing Services releases a solicitation to the General Public.All communications must go through the Purchasing Agent. No other School Board or staff member(s)should be contacted in relation to this RFP.Any information that amends any portion of this RFP,which is received by any method other than an Addendum issued to the RFP, is not binding on SBBC. In order to ensure that your bid is in full compliance with all requirements of the RFP, carefully read all portions of the RFP document, paying particular attention to the following areas: SUPPLIER DIVERSITY OUTREACH PROGRAM(SDOP)PARTICIPATION(See Section 4.3.4&Attachment A) SBBC has implemented an Emerging/SmallNeteran/Minority and Women-Owned Business Enterprise (E/S/MN/WBE) Program as part of the SBBC's competitive solicitation and contracting activity in accordance with School Board Policy 3330 Supplier Diversity Outreach Program.The purpose of the program is to remedy the ongoing effects of identified marketplace discrimination that the School Board has found to adversely affect the participation of Emerging/SmallNeteran/Minority and Women-Owned Business Enterprise(EIS/MN/WBE)in School Board contracts.MIWBE vendors utilized for this contract must be certified by SBBC's Supplier Diversity Outreach Program Office before submission of the bid proposal.For information on E/S/MN/WBE Certification or Policy 3330,contact SBBC's Supplier Diversity Outreach Program at 754-321-0550 or visit https:/Iwww.browardschools.com/Page158686 • NON-MANDATORY PROPOSER'S CONFERENCE A Proposers' Conference will be held on (SEE SECTION 2.0 — CALENDAR) beginning at 9:00 a.m. Representatives from all interested companies are encouraged to attend. (See Section 3.3) • REQUIRED RESPONSE FORM Section 1.0 Required Response Form must be completed in full and executed by an authorized representative. • PROPOSAL SUBMITTAL FORMAT Proposers are requested to organize their proposals in accordance with Section 4.0. SBBC reserves the right to reject and not consider any proposal that is not organized and does not contain all the information outlined in Section 4. • DUE DATE Proposals are due electronically(e-bidding through DemandStar)on the date and time stated in Section 2.0-Calendar. In order to have your proposal considered, it must be electronically submitted and received on or before the date and time due. Proposals received after 2:00 p.m. ET on the date due will not be considered; late bids will not be accepted. • STATEMENT OF"NO RESPONSE" If you are not submitting a proposal in response to this RFP, please complete Section 9.0 - Statement of"No Response" and return it via email to Mark.cohen2@browardschools.com. Your response to the Statement of"No Response" is very important to Procurement&Warehousing Services when creating future RFPs. Thank you for your interest in SBBC.Again, if you have any questions, please email me at the email address stated above. Mark H. Cohen Purchasing Agent III BROWARD Educating Today's Students to County Public Schools Succeed in Tomorrow's World PROPOSER'S SUBMITTAL CHECKLIST Use the following table to verify that your proposal(vendors response to this RFP)includes all items and is completed as instructed. Located in Item Located on Proposal on Proposal Response Item RFP Page# Completed? Page# 1 Section 1.0—Required Response Form-Response Required 5 1 2 Section 4.2—Minimum Eligibility—Response Required for Section 4.2.1, 11 ❑ 4.2.2,4.2.3,4.2.4,4.2.5,4.2.6 and 4.2.7 3 Section 4.3—Proposer's Experience&Qualification/Scope of Services 11, 12 ❑ 4 Attachment A—SDOP Forms-Response Required if applicable 27 ❑ 5 Attachment C—Conflict of Interest Form—Response Required 34 ❑ 6 Attachment D—Debarment Form—Response Required 35 ❑ 8 Attachment E—References—Response Required 37 ❑ 11 Attachment F—Cost of Services-Response Required 38 ❑ 12 Attachment G—Workers'Compensation Affidavit Form-Response 39 ❑ Required if applicable 13 Attachment H—Affidavit/Use of Coercion for Labor and Services— 42 ❑ Response Required 14 Attachment I—Drug-Free Workplace Form—Response Required 43 ❑ 15 Attachment J—W-9 Form—Preferred with bid or upon request 56 ❑ REQUEST FOR PROPOSALS (RFP) RFP25-093 Demolition Services 11(1111111111 VW RFP Release Date: SEE SECTION 2.0 - CALENDAR Non-Mandatory Proposer's Conference: SEE SECTION 2.0 - CALENDAR Section 3.3 Written Questions Due: On or Before 5:00 p.m. ET SEE SECTION 2.0 - CALENDAR in Procurement&Warehousing Services Department Proposals Due: * DUE DATE Proposals are due electronically (e-bidding Through DemandStar) on the date and time stated in Section 2.0—Calendar. In order to have your proposal considered, it must be electronically submitted and received on or before the date and time due. Proposals received after 2:00 p.m. ET on the date due will not be considered; late bids will not be accepted. SEE SECTION 2.0 - CALENDAR THE SCHOOL BOARD OF BROWARD COUNTY, FLORIDA Procurement & Warehousing Services Department 7720 W. Oakland Park Boulevard, Suite 323 Sunrise, Florida 33351-6704 *These are public meetings. The School Board of Broward County, Florida,prohibits any policy or procedure that results in discrimination on the basis of age, color, disability, gender identity, gender expression, national origin, marital status, race, religion, sex, or sexual orientation. Individuals who wish to file a discrimination and/or harassment complaint may call the Director of EEO/ADA Compliance at 754-321-2150 or Teletype Machine(TTY)at 754-321-2158. Individuals with disabilities requesting accommodations under the Americans with Disabilities Act(ADA)may call EEO/ADA Compliance at 754- 321-2150 or Teletype Machine(TTY)at 754-321-2158 1 RFP25-093: Demolition Services RFP No.RFP25-093 The School Board of Broward County,Florida Page 4 of 57 TABLE OF CONTENTS PROPOSER'S SUBMITTAL CHECKLIST 2 TABLE OF CONTENTS 4 REQUEST FOR PROPOSAL 5 SECTION 1.0—REQUIRED RESPONSE FORM 5 SECTION 2.0—CALENDAR 6 SECTION 3.0—INTRODUCTION AND GENERAL INFORMATION 7 SECTION 4.0—INFORMATION TO BE INCLUDED IN THE SUBMITTED PROPOSAL 10 SECTION 5.0—EVALUATION OF PROPOSALS 14 SECTION 6.0—SPECIAL CONDITIONS 17 SECTION 7.0—GENERAL CONDITIONS 20 SECTION 8.0—FORMS AND ATTACHMENTS 26 ATTACHMENT A—ECONOMIC DEVELOPMENT&DIVERSITY COMPLIANCE(EDDC)FORMS 27 ATTACHMENT B —SCOPE OF SERVICES 28 ATTACHMENT B —SCOPE OF SERVICES(Continued) 29 ATTACHMENT B —SCOPE OF SERVICES(Continued) 30 ATTACHMENT B —SCOPE OF SERVICES(Continued) 31 ATTACHMENT B —SCOPE OF SERVICES(Continued) 32 ATTACHMENT B —SCOPE OF SERVICES(Continued) 33 ATTACHMENT C—CONFLICT OF INTEREST 34 ATTACHMENT D—DEBARMENT 35 ATTACHMENT E—REFERENCES 37 ATTACHMENT F—COST OF SERVICES 38 ATTACHMENT G—WORKERS'COMPENSATION AFFIDAVIT 39 ATTACHMENT H-AFFIDAVIT REGARDING THE USE OF COERCION FOR LABOR AND SERVICES 40 ATTACHMENT I—DRUG FREE WORKPLACE 41 ATTACHMENT J—W-9 FORM 42 ATTACHMENT K—SBBC SAMPLE AGREEMENT 43 ATTACHMENT L—DEMANDSTAR REGISTRATION INSTRUCTIONS 56 SECTION 9.0—STATEMENT OF"NO RESPONSE 57 Broward County Public Schools Is An Equal Opportunity/Equal Access Employer RFP25-093: Demolition Services RFP No. RFP25-093 The School Board of Broward County, Florida Page 5 of 57 Pages The School Board of Broward County, Florida REQUEST FOR PROPOSAL PROCUREMENT&WAREHOUSING SERVICES - = 7720 West Oakland Park Boulevard, Suite 323 Sunrise, Florida 33351-6704 (RFP) �� 754-321-0505 DUE DATE: This proposal must be submitted electronically via RFP NO.: RELEASE DATE: PURCHASING AGENT: DemandStar on or before 2:00 p.m. Eastem Time(ET): 12/18/2024 RFP25-093 11/20/2024 Mark H. Cohen and plainly marked with the RFP number and title. Proposal(s) Mark.cohen2@browardschools.com submitted electronically or received after the date and time stated RFP TITLE: above will not be considered for award.Faxed,hard copies,and/or DEMOLITION SERVICES emailed bids are not allowed and will not be considered for award. SECTION 1.0- REQUIRED RESPONSE FORM MUST BE COMPLETED BY ALL PROPOSERS NOTE:Entries must be completed in ink or typewritten.This original Required Response Form must be fully executed and submitted with this proposal. Proposer's(Company)Name: "REMIT TO"ADDRESS FOR PAYMENT:If payment(s)is/are to be mailed to an address other than as stated on the left,please complete the section below. "Doing Business As"if applicable: 0 Check this box if the address is the same as stated on the left. Address: Address: City: City: State: Zip: State: Zip: Telephone Number: Proposer's Taxpayer Identification Number: Contact Person: Contact Telephone Number: Contact Person's E-Mail Address: Proposal Certification I hereby certify that I am submitting the following information as my firm's (Proposer) proposal and am authorized by Proposer to do so. 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; Proposer, its principals, or their lobbyists has not offered campaign contributions to School Board Members or offered contributions to School Board Members for campaigns of other candidates for political office during the period in which the Proposer is attempting to sell goods or services to the School Board. This period of limitation of offering campaign contributions shall commence at the time of the "cone of silence" period for any solicitation for a competitive procurement as described by School Board Policy 3800, Part VIII, as well as School Board Policy 1007, Section 5.4—Campaign Contribution Fundraising. Proposer acknowledges that all information contained herein is part of the public record as defined by the State of Florida Sunshine and Public Records Laws; all responses,data,and information contained in this proposal are true and accurate. Proposer agrees to complete an unconditional acceptance of the contents of all pages in this Request for Proposals(RFP)and all appendices and the contents of any Addenda released hereto; Proposer agrees to be bound to any and all specifications,terms,and conditions contained in the Request for Proposals,and any released Addenda and understand that the following are requirements of this RFP and failure to comply will result in disqualification of the proposal submitted. Electronic or Handwritten Signature of Proposer's Authorized Representative Date Name of Proposer's Authorized Representative Title of Proposer's Authorized Representative Please use blue ink for handwritten signatures on original copies. THIS FORM MUST HAVE AN ELECTRONIC OR HANDWRITTEN SIGNATURE IN ORDER TO BE CONSIDERED FOR AWARD. FAILURE TO SIGN THIS FORM SHALL RESULT IN DISQUALIFICATION OF THE ENTIRE PROPOSAL. Broward County Public Schools Is An Equal Opportunity/Equal Access Employer RFP25-093: Demolition Services RFP No. RFP25-093 The School Board of Broward County, Florida Page 6 of 57 Pages SECTION 2.0 - CALENDAR November 20, 2024 Release of RFP25-093- Demolition Services December 4, 2024 *Non-Mandatory Proposer's Conference (See Section 3.3) Procurement& Warehousing Services Department. The conference will be at 9:00 am at: 7720 West Oakland Park Blvd., Suite 323, Sunrise, Florida 33351-6704 Virtual Proposer's Conference is also available at: VIRTUAL MEETING Join the meeting now Meeting ID: 236 436 778 218 Passcode: CBEk5z Dial in by phone +1 754-216-1864„787759666# United States, Fort Lauderdale Find a local number Phone conference ID: 787 759 666# December 11, 2024 Written questions due on or before 5:00 p.m. ET in Procurement&Warehousing Services Department December 18, 2024 * Proposals are due electronically(e-bidding through DemandStar)on the date and time stated in Section 2.0 — Calendar. In order to have your proposal considered, it must be electronically submitted and received on or before the date and time due. Proposals Received after 2:00 p.m. ET on the date due will not be considered; late bids will not be accepted. NOTE: SBBC is no longer accepting submittal of proposals in hard copy format. All proposals must be submitted electronically via DemandStar Proposal Opening will be at: 7720 West Oakland Park Blvd., Suite 323 Sunrise, Florida 33352-6704 January 8, 2025 *Evaluation Committee reviews proposals, negotiates and makes recommendations for awards. Meeting to be held at: IN PERSON Procurement&Warehousing Services Department 7720 West Oakland Park Boulevard, Suite 323 Sunrise, Florida 33351-6704 at 9:00 a.m. ET Any questions asked by Committee Members to a specific Proposer about their proposal and negotiation(s)are closed-door session(s)and are not open to the public per Section 286.0113(2), Florida Statutes. January 9, 2025 Posting of Recommendation @ 3:00 PM on DemandStar *These are public meetings.The School Board of Broward County,Florida,prohibits any policy or procedure that results in discrimination on the basis of age,color,disability.gender identity, gender expression,national origin,marital status,race,religion,sex,or sexual orientation. Individuals who wish to file a discrimination and/or harassment complaint may call the Director of EEO/ADA Compliance at 754-321-2150 or Teletype Machine(TTY)at 754-321-2158. *Individuals with disabilities requesting accommodations under the Americans with Disabilities Act(ADA)may call Equal Educational Opportunities(EEO)at 754-321-2150 or Teletype Machine (TTY)at 754-321-2158 Broward County Public Schools Is An Equal Opportunity/Equal Access Employer RFP25-093: Demolition Services RFP No. RFP25-093 The School Board of Broward County, Florida Page 7 of 57 Pages SECTION 3.0 — INTRODUCTION AND GENERAL INFORMATION 3.1 Introduction: The School Board of Broward County, Florida (hereinafter referred to as "SBBC" or "District") desires to receive proposals from qualified proposers for Demolition Services. SBBC reserves the right to increase the pool of awarded vendors, through a release of an additional solicitation, to provide the services included in the RFP each subsequent year (anniversary date) of the term of this contract, or at any time, or for an emergency release, if deemed necessary by SBBC. The proposals will be evaluated by an Evaluation Committee to determine their eligibility under the terms and conditions of this RFP. Subject to School Board approval, additional Proposers will be approved and added to the pool of currently awarded vendors. Regardless of the year a Proposer is added to the pool of awarded vendors in relation to this RFP, all awards will expire at the end of the contracted services. The School Board of Broward County, Florida, Supplier Diversity Outreach Program, works to increase the participation of Emerging, Small, Minority, Veteran, and Women Business Enterprises (E/S/MN/WBE). It is the intent of the Supplier Diversity Outreach Program to have a diverse group, as well as an equitable distribution of E/S/MN/WBEs participating in any award of this Proposal. To be considered for the greatest amount of evaluation points for E/S/MN/WBE participation, the Proposer must provide significant information on the specific certified E/S/MN/WBE vendor(s)that will be used on any contract award for services described in this RFP. The Proposer should include the specific elements of work each E/S/MN/WBE vendor(s) will be responsible for performing, the dollar value of the work, and the percentage of the total contract value. For a list of certified E/S/MN/WBEs, refer to Attachment A. 3.2 Questions& Interpretations: Any questions concerning any portion of this RFP must be submitted, in writing, to Mark H. Cohen Procurement & Warehousing Services via e-mail to Mark.cohen2@browardschools.com. Any questions requiring a response that amends the RFP document in any manner will be answered via Addendum by the Procurement & Warehousing Services Department and provided to all Proposers. No information given in any other manner will be binding on SBBC. Any questions concerning any condition or requirement of this RFP must be received in the Procurement&Warehousing Services Department, in writing, on or before 5:00 p.m.ET of the date listed in Section 2.0—Calendar. Questions received after this date and time may not be answered. Submit all questions to the attention of the individual stated above. If necessary, an Addendum will be issued. Any verbal or written information, which is obtained other than by information in this RFP document or by Addenda, shall not be binding on SBBC. 3.3 NON-MANDATORY PROPOSERS' CONFERENCE: A Proposers' Conference will be held on the date and time listed in Section 2.0 — Calendar. Representatives from all interested companies are encouraged to attend. The proposer's conference is also available through MS Teams. Virtual Conference information is listed in Section 2.0—Calendar. The purpose of the Proposers' 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 proposal for submission to SBBC. Questions submitted will be answered to all Proposers via Addenda. All questions shall be submitted in accordance with Section 3.3 - Questions and Interpretations. Any information given by any party at the Proposers' Conference is not binding on SBBC. Only the information provided in the RFP or via Addenda shall be considered by Proposers. In addition, a representative from the SBBC Supplier Diversity & Outreach Program may be present to address questions regarding E/S/MN/WBE participation. SECTION 3.0 — INTRODUCTION AND GENERAL INFORMATION (continued) Broward County Public Schools Is An Equal Opportunity/Equal Access Employer RFP25-093: Demolition Services RFP No. RFP25-093 The School Board of Broward County, Florida Page 8 of 57 Pages 3.4 Contract Term: (a) The purpose of this RFP is to establish an initial three (3) year term contract commencing on January 23, 2025, or the date of award, whichever is later, and continuing through three (3) years after the actual commencement. In the event that the award of a contract under this RFP is delayed by administrative proceedings for a bid protest, SBBC may choose at its sole discretion to revise the start and end dates of the awarded contract to provide the original contract term. As stated herein, the term of the contract may, by mutual agreement between SBBC and the Awardee, be extended for two additional one-year periods and, if needed, 180 days beyond the expiration date of the renewal period. SBBC and Awardee may, by mutual agreement, when exercising the option terms provided herein, extend the Agreement for a term period less than the full one (1) year option term. The Procurement & Warehousing Services Department will, if considering renewing, request a letter of intent to renew from each Awardee before the end of the current contract period. The Awardee will be notified when the School Board has acted upon the recommendation. If only one responsive and responsible bid is received, the term of the Agreement may be reduced to one year. (b) When a subsequent Agreement award process for the award of the goods or services sought under a competitive solicitation is stopped due to the filing of a formal written protest, SBBC reserves the right to extend this Agreement beyond the expiration of the two (2) term extensions, and 180 calendar day term extension, awarded under this RFP for the goods or services contained in the subsequent competitive solicitation that is being protested. Such extension shall be until the new Agreement award under protest can be approved by SBBC. 3.5 Price Adjustments: Prices offered shall remain firm through the first three (3) years of the contract. A request for a price adjustment, with proper documentation justifying the adjustment, may be submitted in writing 30 days before the third anniversary date of the contract. Price adjustment requests shall be evaluated on an annual basis thereafter. Unit price adjustments must have written approval from SBBC before invoicing. Any unit price adjustment invoiced without written approval from SBBC shall not be paid, and the invoice will be returned to the Awardee for correction. 3.5.1 The Director, Procurement&Warehousing Services, may, in the Director's sole discretion on behalf of the SBBC, equitably adjust pricing if the pricing or availability of supplies is adversely affected by extreme and unforeseen volatility in the marketplace.Consideration for any pricing adjustment shall require the vendor to provide irrefutable evidence that ALL the following circumstances exist: a. The volatility is due to causes wholly beyond the vendor's control and b. The volatility affects the marketplace or industry, not just the vendor's source of supply; and c. The effect on pricing or availability of supply is substantial and d. The volatility so affects the vendor that continued performance of the contract would result in a substantial loss. Note: Any pricing adjustment must be confirmed in writing by the Director of Purchasing. 3.6 Submittal of Proposal: Submit proposals in accordance with Section 4.0 - Proposals should be organized and shall include the necessary information to be in full compliance with this Section. To facilitate the proposal evaluation process, special attention should be paid to organizing proposals in a manner consistent with Section 4.0. The proposals submitted electronically, e-bidding through DemandStar should include the documents requested. SBBC reserves the right to reject and not consider any proposal that is not submitted in accordance with Section 4.0,or that does not include any necessary information. 3.7 Evaluation &Award: All proposals received must meet the Minimum Eligibility Requirements as stated in Section 4.2 of the RFP to be further considered for evaluation. Failure to meet the Minimum Eligibility Requirements shall result in disqualification of the entire proposal and shall not be considered for further evaluation. Those proposals that meet the minimum requirements shall be further evaluated and scored by an Evaluation Committee. General Condition 7.1, Liability, is NOT subject to negotiation, and any proposal that fails to accept these conditions will be rejected as "non-responsive." Broward County Public Schools Is An Equal Opportunity/Equal Access Employer RFP25-093: Demolition Services RFP No. RFP25-093 The School Board of Broward County, Florida Page 9 of 57 Pages SECTION 3.0 — INTRODUCTION AND GENERAL INFORMATION (continued) 3.7 Evaluation &Award (continued) All responsive Proposals will be evaluated by the Evaluation Committee (hereinafter referred to as "Committee") based upon the information submitted by Proposers in response to Section 4.0 and in accordance with the evaluation criteria established in Section 5.0 for Categories: a.) Experience and Qualifications and Category; b.)Cost of services will be determined by mathematical calculation by the Procurement&Warehousing Services Department and Category; c.) Minority/Women Business Participation will be evaluated and scored by the SBBC's Supplier Diversity & Outreach Program staff. Based upon the evaluation of Proposals,the Committee will recommend Proposer(s) to SBBC for the award. The number of firms to be recommended is solely at the discretion of the Evaluation Committee. [THIS SPACE IS INTENTIONALLY LEFT BLANK] Broward County Public Schools Is An Equal Opportunity/Equal Access Employer RFP25-093: Demolition Services RFP No. RFP25-093 The School Board of Broward County, Florida Page 10 of 57 Pages SECTION 4M - INFORMATION TO BE INCLUDED IN THE SUBMITTED PROPOSAL The entire proposal packet must be submitted electronically via the e-bidding platform DemandStar. All proposals must be neatly typed on 8 1/2" X 11" page size, with normal margins and spacing. It should be noted that the SBBC is no longer accepting submittal of proposals in hard copy format. All proposals must be submitted electronically via DemandStar. Proposals must be received by the deadline for receipt of proposals specified in this RFP Calendar (Section 2). Please note that proposals must be submitted to and received by SBBC on the date and at the time indicated in Section 2. Proposal response submission to the Procurement and Warehousing Services Department via DemandStar on or before the stated time and date will be solely and strictly the Proposer's responsibility. SBBC will not in any way be responsible for delays in the Proposer's submission of their proposal. Proposals must bear the electronic or handwritten signature of an authorized officer of the Proposer who is legally authorized to enter into a contractual relationship in the name of the Proposer.The submittal of a proposal by a Proposer will be considered by SBBC as constituting an offer by the Proposer to perform the required services at the stated prices. 4.1 Response format To maintain comparability and facilitate the review process, it is requested that proposals be organized in the manner specified below. Include all the information requested herein in your proposal. 4.1.1 Title Page: Include RFP Number, subject, the name of the Proposer, address, telephone number, and date. 4.1.2 Table of Contents: Include a clear identification of the material by section and by page number. 4.1.3 Letter of Transmittal: Include the names of the persons who will be authorized to make representations for the Proposer, their titles, addresses, and telephone numbers. 4.1.4 Required Response Form: (Section 1.0 of RFP)with all required information completed and all signatures as specified (blue ink preferred on original). Any modifications or alterations to this form shall not be accepted, and the proposal will be rejected. The enclosed original Required Response Form will be the only acceptable form. 4.1.5 Other Names: State under what other or former name(s) the Proposer is currently operating under or has operated under. 4.1.6 Notice Provision: Should your firm become an Awardee under this RFP, please specify the name and address of the person(s) to whom any notices should be sent under SBBC's contract with the Awardee: Awardee's Representative for Notices: Name/Title: Mailing Address: Email and Phone: With a Copy To: Name/Title: Mailing Address: Email and Phone: Broward County Public Schools Is An Equal Opportunity/Equal Access Employer RFP25-093: Demolition Services RFP No.RFP25-093 The School Board of Broward County, Florida Page 11 of 57 Pages SECTION 4.0 — INFORMATION TO BE INCLUDED IN THE SUBMITTED PROPOSAL (continued) 4.2 Minimum Eligibility Requirements: The SBBC's Procurement & Warehousing Services Department shall determine whether each Proposer meets the Minimum Eligibility requirements of Section 4.2 and shall only deliver proposals meeting the Minimum Eligibility requirements to the Evaluation Committee for further evaluation. To be considered for an award and to be further evaluated, the Proposer must meet or exceed the following criteria as of the opening date of the proposal. Failure to provide or clearly state the information requested below will result in the disqualification of the proposal. The Proposer is responsible for providing the following information in its response. The Proposer must also include a statement of acknowledgment for each item below. The requested information below must be numbered as indicated below and be included in "this section" of your submitted proposal; do not place this information in any other section of your proposal. 4.2.1 Proposers must meet or exceed the requirements of Section 7.1, Liability. Will your company meet or exceed the requirements as written in Section 7.1 for this contract? ❑ Yes ❑ No Do not check both boxes. Failure to agree to the requirements of Section 7.1 of the RFP shall cause a proposal to be non- responsive and ineligible for an award under this RFP. 4.2.2 Proposers must meet or exceed the requirements of Section 6.3, Minimum Insurance Requirements. Will your company meet or exceed the requirements as written in Section 6.3 of this contract? ❑ Yes ❑ No Do not check both boxes. Failure to agree to the requirements of Section 6.3 of the RFP shall cause a proposal to be non-responsive and ineligible for an award under this RFP. 4.2.3 Please be advised that in order for bids for this project to be accepted by the School Board of Broward County, Florida the bidder must be Pre-Qualified in accordance with 1013.46 F.S., State Requirements for Educational Facilities Ch. 4.1(1), and Board Policy 7003.1 at the time of the bid opening. Bids submitted from firms not in compliance with these requirements will not be opened. Pre-Qualification are only accepted for the following licenses: • General Contractor; or • Broward County Demolition (Non- Explosive) 4.2.4 Complete and return,with your proposal,Attachment C—Conflict of Interest of the RFP. This is a required document. 4.2.5 Complete and return, with your proposal, Attachment D — Debarment of the RFP. This is a required document. 4.2.6 Complete and return, with your proposal, Attachment H -Affidavit Use of Coercion for Labor and Services of the RFP. This is a required document. 4.2.7 Complete and return, with your proposal, Attachment A — SIMIWBE FORM of the RFP. This is a required document. 4.3 Evaluation Criteria — (Proposer's Experience & Qualifications, Cost of Services, Supplier Diversity Outreach Program Participation): This section represents the information that will be utilized in the evaluation of proposals received and assignment of points in accordance with the evaluation criteria established in Section 5.0 for proposals submitted. Proposers are cautioned to read this section carefully and respond with complete information that will assist the Evaluation Committee in evaluating the proposal submitted. Proposers are requested to respond in the format, and organizational structure stated and to refrain from including promotional or advertising materials in their proposals. The maximum allowable points (See Section 5.0) that will be awarded for each section are stated. Failure to respond or incomplete responses to any evaluation criteria below will result in zero or reduced allocation of points for the criteria and may result in disqualification of the entire proposal. Broward County Public Schools Is An Equal Opportunity/Equal Access Employer RFP25-093: Demolition Services RFP No. RFP25-093 The School Board of Broward County, Florida Page 12 of 57 Pages 4.3.1 Proposer's Experience & Qualifications—(Maximum 45 allowable points): 4.3.1.1 Executive Summary: Submit a brief executive summary (abstract) stating the Proposer's understanding of the nature and scope of the services to be provided and the capability to comply with all terms and conditions of the RFP. Please refer to Attachment B for scope of services. (Up to 20 points) 4.3.1.2 References: Provide a minimum of three references,clients either past or current,for whom Proposer has provided Demolition Services. References shall include, at a minimum, the client and/or School District's name and address, contact name, contact telephone number, and scope of services provided by the Proposer. (See Attachment E to be provided with the proposal). (Up to 15 points, 5 points for each reference) 4.3.1.3 Litigation: Provide a statement of any litigation or regulatory action that has been filed or is pending against your firm(s) in the last three (3) years. If an action has been filed, state and describe the litigation or regulatory action filed, and identify the court or agency before which the action was instituted, the applicable case or file number, and the status or disposition for such reported action. If no litigation or regulatory action has been filed against your firm(s), provide a statement to that effect. For joint venture or team Proposers, submit the requested information for each member of the joint venture or team. (Up to 10 points) 4.3.2 Cost of Goods/Services—(Maximum 40 allowable points): 4.3.2.1 Proposer must state firm pricing as indicated in the included Excel spreadsheet. The Excel format listed must be followed. No additional costs will be considered for award. Proposer's cost shall be all inclusive in accordance with the terms, conditions and specifications of this RFP, including hauling. For the sake of clarity, costs associated with the disposal fees, are not to be included. 4.3.2.2 All costs associated with the disposal fees will be charged as a passthrough with no mark-ups or other additional costs. The awardee shall provide the copy of the invoices for such fees to be entitled for payment. Failure to share such invoices will result in no payment of such costs. 4.3.2.3 Proposer shall provide the current disposal fees for each municipality as described in the Excel spreadsheet. Failure to provide such information may result in disqualification. Evaluation of Points Every other response will be given points proportionally in relation to the lowest total cost received. This point total will be calculated by dividing the lowest total cost by the next response received multiplied by the maximum points allotted for the Cost of Services as provided above. Example: Lowest Price Proposed Maximum Allotted Assigned Next Proposer's Price X Points = Score Example: $1,650.00 $2,000.00 (.825) X 40 = 33 points 4.3.3 SUPPLIER DIVERSITY OUTREACH PROGRAM PARTICIPATION — (Maximum 15-20 allowable points): ECONOMIC DEVELOPMENT&DIVERSITY COMPLIANCE DEPARTMENT(EDDC): SBBC has implemented a Supplier Diversity Outreach Program (SDOP) as part of the SBBC's competitive solicitation and contracting activity in accordance with School Board Policy 3330, and the results of the 2023 Disparity Study conducted by Broward County Public Schools Is An Equal Opportunity/Equal Access Employer RFP25-093:Demolition Services RFP No. RFP25-093 The School Board of Broward County, Florida Page 13 of 57 Pages Keen Independent Research (KIR). The provisions of the Policy shall apply to all competitive solicitations for Construction, Architectural & Engineering, Professional Services, Goods and Other Services, and any resulting contract documents, including change orders and amendments. For information on E/SN/M/WBE Certification, contact The Economic Development and Diversity Compliance Department at 754-321-0770 or visit www.browardschools.com/eddc. Nondiscrimination: Each Proposer/Bidder hereby certifies and agrees that the following information is correct: In preparing its response to this solicitation, the Proposer/Bidder has considered all proposals submitted from qualified, potential subcontractors and suppliers and has not engaged in "discrimination" as defined in School Board Policy 3330—Supplier Diversity Outreach Program, Section D.1.; to wit: discrimination in the solicitation, selection, or commercial treatment of any subcontractor, vendor, supplier, or commercial customer on the basis of race, color, religion, ancestry or national origin, sex, age, marital status, sexual orientation or on the basis of disability or other unlawful forms of discrimination. Without limiting the foregoing, "discrimination" also includes retaliating against any person or other entity for reporting any incident of"discrimination." Without limiting any other provision of the solicitation for responses to this Bid, it is understood and agreed that if this certification is false, such false certification will constitute grounds for SBBC to reject the response submitted by the Proposer/Bidder on this solicitation and terminate any contract awarded based on the response as a condition of submitting a response to SBBC, the Proposer/Bidder agrees to comply with SBBC's Commercial Nondiscrimination Policy as described under its School Board Policy 3330. Industry—Specific Remedial Affirmative Procurement Initiative (API): Goal Setting Committee (GSC) has assigned the following API: In accordance with SBBC Policy No. 3330, and the results of the 2023 Disparity Study conducted by Keen Independent Research the GSC has established an Evaluation Preference For Prime Bidders with a Mandatory 10 - 20% Subcontracting Goal. This API is applied, whereas low price is not the only factor considered in contract award, the GSC may reserve from fifteen up to a maximum of twenty (15-20) points of the total available evaluation points for award to a respondent that is a certified E/SN/M/WBE firm. Evaluation Preference For Prime Bidders with a Mandatory 10 - 20% Subcontracting Goal: The SBBC shall award a maximum of Fifteen (15) points, to Prime Bidder/Proposer(s) for participation: An additional Five (5) Points (for a total of 20 points) will be awarded to first time EDDC Certified EISN/MIWBE Prime Bidder(s), also, a Mandatory 10 - 20% Subcontracting Goal applies to this solicitation and resulting contract. In Order to receive Preference Points, Document 00471, Bidder/Proposer Assurance Statement must be completed and submitted with Proposal (see Attachment A). Documentation and Certification: All bidder/proposer(s) must submit Document 00471 (see Attachment A)at the time of submission.All Prime bidder/proposer(s)committing to E/SN/M/WBE participation must also include Doc. 00475 and 00470 along with a copy of the subcontractor/subconsultant(s) EDDC Certificate. To access the list of current E/SN/M/WBE certified firms and information on how to become certified, visit https://www.browardschools.com/sdop. Reporting Requirements: MANDATORY- Post-Award Monthly Compliance Monitoring/Reporting Requirements: Proposals that result in contracts being awarded must fully participate and comply with the EDDC Program Requirements. If awarded, ALL awardees shall log into the SDOP Management System powered by B2Gnow. Prime vendors must report all revenue and payment sources generated from the contract, and all payments made to E/SN/M/WBE subcontractors must be reported by the 10th of every month. NOTE: In addition, any changes to the utilization and/or subcontracting plan, as well as any substitutions, deletions, and/or terminations, must be approved in advance and in writing by the EDDC Department. Broward County Public Schools Is An Equal Opportunity/Equal Access Employer RFP25-093: Demolition Services RFP No. RFP25-093 The School Board of Broward County, Florida Page 14 of 57 Pages SECTION 5.0 - EVALUATION OF PROPOSALS 5.1 Evaluation Committee: The Evaluation Committee (hereinafter referred to as"Committee") shall evaluate and score all proposals received that meet or exceed Section 4.2, Minimum Eligibility Requirements and Section 7.1 Liability, according to the following criteria and Section 5.3, the Evaluation Process: CATEGORY MAXIMUM POINTS A. Proposer's Experience & Qualifications (Section 4.3.1) 45 B. Cost of Services (Section 4.3.2) 40 C. Supplier Diversity Outreach Program Participation (Section 4.3.3) 15 An additional 5 points will be given to a first-time EDDC Certified 5 ESMVWBE Prime Bidder/Proposer. TOTAL 105 Note:Evaluation points for"Category C"shall be provided by the EDDC Department. The SBBC shall award a maximum of Fifteen(15)points, to Prime Bidder/Proposer(s)for participation: An Additional Five(5) Points(for a total of 20 points) to first-time EDDC Certified ESVMWBE Prime Bidder(s)/Proposers. Failure to respond,provide detailed information or to provide requested Proposal elements may result in the reduction of points in the evaluation process. The Committee may recommend the rejection of any proposal containing material deviations from the RFP. The Committee may recommend waiving any irregularities and technicalities. If only one responsive proposal is received,the Committee will proceed with scoring the one responsive proposal and may negotiate the best terms and conditions with that sole proposer or may recommend the rejection of all proposals as permitted by Section 6A-1.012(12)(c), F.A.C." 5.2 Technicalities: Failure to respond, provide detailed information, or provide requested proposal elements may result in the reduction of points in the evaluation process. The Committee may recommend the rejection of any proposal containing material deviations from the RFP. The Committee may recommend waiving any irregularities and technicalities. If only one (1) responsive proposal is received, the Committee will proceed without scoring the one (1) responsive proposal and may negotiate the best terms and conditions with that sole Proposer or may recommend the rejection of all proposals as permitted by Section 6A-1.012(12)(c), F.A.C." 5.3 Evaluation Process: The evaluation processes will be conducted in sequential steps as described below. Evaluation of proposals will be based on an average of the Committee Member's points (only for sections evaluated (scored) by the Committee). Step 1: Minimum Eligibility: Each proposal will be evaluated by SBBC's Procurement & Warehouse Services Department to determine if the proposal meets the minimum eligibility requirements as listed above in Section 4.2 of this Bid. Proposals that fail to meet the minimum eligibility requirements as stated for the RFP will not be further evaluated nor be considered for award. The individual responsible for this portion of the evaluation is not a voting member of the RFP Evaluation Committee. Step 2: RFP Evaluation Committee: This step evaluates the qualification, experience, and scope of work responses. The RFP Evaluation Committee will score the proposals on the basis of (Category A) Proposer's Experience & Qualifications in accordance with Section 4.3.1.All scores for steps 2, 3,and 4 will be calculated.The Committee further reserves the right to require oral presentations from any or all Proposers or to ask questions of any or all Proposers. Broward County Public Schools Is An Equal Opportunity/Equal Access Employer RFP25-093: Demolition Services RFP No.RFP25-093 The School Board of Broward County, Florida Page 15 of 57 Pages SECTION 5.0 — EVALUATION OF PROPOSALS (continued) Step 3: Cost Evaluation (Category B): SBBC's Procurement&Warehousing Services Department will reveal the point values assigned to the cost proposals submitted by each Proposer in accordance with the procedures outlined in section 4.3.2. The individual responsible for this portion of the evaluation is not a voting member of the RFP Evaluation Committee. Step 4: SDOP Evaluation (Category C): Representatives of SBBC's Supplier Diversity Outreach Program (SDOP)will assign point values for the E/S/MN/WBE information supplied in accordance with section 4.3.3 and the information requested and described further in Attachment A. All required forms must be executed and submitted with your proposal in order to receive points. The individual responsible for this portion of the evaluation is not a voting member of the Committee. Step 5: Score Computation: All scores will be calculated (except sections scored by the Committee will be averaged) and combined for a grand total. 5.4 Tie Score: If a tie score between two or more Proposers presents itself during the scoring of points, the decimal points to the right of the number will be extended until the tie is broken. Rounding of numbers will be applied where applicable. If the tie score cannot be broken and all other numerical factors are equal in point value, then General Condition 7.55, Tie Bid Procedures shall apply. 5.5 Committee Questions: The Committee reserves the right to ask questions of a clarifying nature once proposals have been opened, require presentations from all Proposers, interview any or all Proposers that respond to the RFP, or make their recommendations based solely on the information contained in the proposals submitted. Presentations, if required, will be part of the evaluation process. 5.6 Committee's Recommendations: A complete recording shall be made of each meeting (evaluation and negotiation session) conducted by the Committee by the Purchasing Agent. The Committee has the discretion to recommend an award to one (1) or more Proposers or to reject any or all of the submitted proposals. The Committee may choose to conduct one (1) or more exempt negotiation session(s)with as many ranked responsive proposers, in its sole judgment, deems appropriate prior to making its recommendation for award, starting with the highest-ranked proposer first, then the second highest-ranked proposer and so on. The Committee also has the discretion to commence negotiations with only a single responsive proposer if the Committee chooses to do so. During any such negotiations, the Committee reserves the right to negotiate any term, condition, specification, or price (other than those found or specified in Section 4.2 and Section 7.1 of this RFP) during an exempt negotiation session with the highest-ranked responsive Proposer. In accordance with Section 286.0113(2), Florida Statutes, any negotiation session will be conducted to the exclusion of the other ranked responsive Proposers and the public. The Committee will recess the open public portion of the evaluation meeting and conduct the exempt negotiation session of the competitive selection process, beginning with the highest- ranked responsive Proposer first, then the second-highest-ranked Proposer, and so on until finished, or the Committee also has the discretion to commence negotiations with only a single responsive proposer if the Committee chooses to do so. Each ranked responsive Proposer must be represented during its exempt negotiations session by an authorized representative possessing the authority to bind the Proposer to the changes made during the negotiation session and be prepared to provide the Proposer's best and final offer. Any information communicated between the Committee and a ranked responsive Proposer during an exempt negotiation session shall not be disclosed to anyone during the open portion of the meeting, including other ranked responsive proposers until disclosure is permitted pursuant to Section 286.0113(2), Florida Statutes. Broward County Public Schools Is An Equal Opportunity/Equal Access Employer RFP25-093: Demolition Services RFP No. RFP25-093 The School Board of Broward County. Florida Page 16 of 57 Pages SECTION 5.0 — EVALUATION OF PROPOSALS (continued) After the exempt negotiation session(s) is/are completed, the Committee shall reconvene the open public portion of the evaluation meeting and determine, by motion and a roll call vote, whether to recommend an award to one (1) or more ranked responsive Proposers; to declare an impasse with a ranked responsive Proposer; or to proceed with further negotiations with one (1) or more of the next highest-ranked responsive Proposers. The Committee may declare an impasse with a ranked responsive Proposer at any time or proceed with further negotiations with one (1) or more of the next highest-ranked Proposer(s). If negotiations are not successful or have reached an impasse with a ranked Proposer, the Committee reserves the right not to award a ranked Proposer if it is in the best interest of SBBC and must be stated on the record. The final scores are only a ranking of proposals for negotiation (i.e., the highest-ranked proposer will be the first to start the negotiations)and do not determine the actual award.The Committee determines the recommendation for the award of the RFP. 5.7 Award: The Evaluation Committee may recommend an award to a single proposer or to multiple proposers, and the recommendation is solely at the discretion of the Evaluation Committee. If a multiple award is recommended, then the Proposer must have an evaluation score of 65 points or higher in order to be recommended for award. These Proposers must have complied with the terms, conditions, and specifications of the RFP. After the conclusion of negotiations (as stated above),the recommended award would be made for the services sought in this RFP in accordance with the terms of the negotiations. An Agreement (in the form of the Sample Agreement attached hereto as Attachment K shall be prepared for execution by the Awardee and SBBC and shall be governed by the laws of the State of Florida and must have venue established in the 17th Judicial Circuit Court of Broward County, Florida or the United States Court of the Southern District of Florida. Agreements will be approved as to form and legal content by SBBC's General Counsel and will be submitted to SBBC for final approval. The recommendation to award the RFP shall be contingent upon the successful completion of a written Agreement. Approval shall not be a guarantee of business, a guarantee of a specified volume of service, or minimum dollar revenue to be received under this contract. [THIS SPACE IS INTENTIONALLY LEFT BLANK] Broward County Public Schools Is An Equal Opportunity/Equal Access Employer RFP25-093: Demolition Services RFP No.RFP25-093 The School Board of Broward County, Florida Page 17 of 57 Pages SECTION 6.0 - SPECIAL CONDITIONS 6.1 The complete proposal properly completed and signed must be electronically submitted and received by SBBC on or before 2:00 p.m. ET, SEE SECTION 2.0—CALENDAR. The proposal shall include the REQUIRED RESPONSE FORM (Section 1.0 of RFP) which must be fully executed and submitted on or before 2:00 p.m. ET on the date due to the Procurement & Warehousing Services Department in accordance with the submittal requirements. The proposal must contain all information required to be included in the proposal as described herein. All submitted proposals must include ALL documents requested and be submitted and received by SBBC on or before 2:00 p.m. ET, SEE SECTION 2.0 -CALENDAR. 6.2 Joint Ventures: In the event multiple Proposers submit a joint proposal in response to the RFP, a single Proposer shall be identified as the Prime Proposer. If offering a joint proposal, the Prime Proposer must include the name and address of all parties of the joint proposal. 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 (1) Proposer shall be acceptable. Prime Proposer responsibilities shall include, but not be limited to, performing overall contract administration, presiding over other Proposers participating or presenting at SBBC meetings, overseeing the preparation of reports and presentations, and filing any notice of protest and final protest as described herein. Prime Proposer shall also prepare and present a consolidated invoice(s) for services performed. SBBC shall issue only one (1) check for each consolidated invoice for services performed to the Prime Proposer. Prime Proposer shall remain responsible for performing services associated with response to this RFP. Note: Joint Ventures must be registered with the State of Florida, Division of Corporations — www.sunbiz.orq. 6.3 Minimum Insurance Requirements: The Minimum Insurance Requirements of this RFP is NOT subject to negotiation and any Proposal that fails to accept these conditions in this entirety will be reject as"non-responsive". 6.3.1 General Liability: Limits not less than $1,000,000 per occurrence for Bodily Injury/ Property Damage; $1,000,000 General Aggregate. Limits not less than$1,000,000 for Products/Completed Operations Aggregate. 6.3.2 Professional Liability/Errors & Omissions: Limit not less than $1,000,000 per occurrence covering services provided under this Agreement. 6.3.3 Workers' Compensation: Florida Statutory limits in accordance with Chapter 440; Employer's Liability limits not less than $100,0001$100,000/$500,000 (each accident/disease-each employee/disease-policy limit). Complete the Workers' Compensation Affidavit (Attachment G) and submit it with the proposal, if applicable. 6.3.4 Auto Liability: Owned, Non-Owned, and Hired Auto Liability with Bodily Injury and Property Damage limits of not less than $1,000,000 Combined Single Limit. If the Awardee does not own any vehicles, hired and non- owned automobile liability coverage in the amount of $1,000,000 shall be accepted. In addition, an affidavit signed by the Awardee must be furnished to SBBC indicating the following: (Awardee Name) does not own any vehicles. In the event the insured acquires any vehicles throughout the term of this Agreement, the insured agrees to provide proof of"Any Auto" coverage effective the date of acquisition. 6.4 Awardee(s) Accounting Records and Right to Audit Provisions: 6.4.1 Awardee's and Sub-Contractor's records shall include, but not be limited to, accounting records, payroll time sheets, audited and unaudited financial statements to substantiate payment rates and income, written policies and procedures, Sub-Contractor's files and any other supporting evidence necessary to substantiate payments and income related to this Agreement (all the foregoing hereinafter referred to as "records") shall be open to inspection and subject to audit and/or reproduction, during normal working hours, by SBBC's agent or its Broward County Public Schools Is An Equal Opportunity/Equal Access Employer RFP25-093:Demolition Services RFP No.RFP25-093 The School Board of Broward County, Florida Page 18 of 57 Pages authorized representative to the extent necessary to adequately permit evaluation and verification of any invoices, payments or claims submitted by the Awardee(s) or any of his/her payees pursuant to the execution of the Agreement. Such records subject to the examination shall also include, but not be limited to,those records necessary to evaluate and verify payments and any other matters or items associated with this Agreement. 6.4.2 For the purpose of such audits, inspections, examinations and evaluations, SBBC's agent or authorized representative shall have access to said records from the effective date of this Agreement, for the duration of the work, and until five (5) years after the date of final payment by Awardee(s) pursuant to this Agreement. All payments which cannot be documented as paid as required by the Agreement and found not to be in compliance with the provisions of this Agreement shall be reimbursed to SBBC. 6.4.3 SBBC's agent or its authorized representative shall have access to the Awardee's facilities, shall have access to all necessary records and shall be provided adequate and appropriate workspace, in order to conduct audits in compliance with this article. SBBC's agent or its authorized representative shall give audited firm reasonable advance notice of intended audits. 6.4.4 Awardee(s) shall certify that payments are accurate and correct on each and every payment. If an audit reveals discrepancies, such as an overpayment, the Awardee(s)will be required to reimburse SBBC for the discrepancy with a minimum of eighteen percent(18%) per annum. 6.4.5 If an audit inspection or examination, in accordance with this article, discloses overpayments (of any nature) to the Awardee(s) by SBBC in excess of ten percent (10%) of the total payments, the actual cost of SBBC's audit shall be paid by the Awardee(s) as well as the overpayments by SBBC. 6.5 W-9 Form: All Proposers are requested to complete their W-9, (see Attachment J), and submit with their proposal. 6.6 Florida Bidder's Preference: General Condition 8.2.4 does not apply to this RFP as no personal property is being purchased. 6.7 Acceptance and Rejection of Proposals: 6.7.1 Acceptance: All proposals properly completed and submitted will be evaluated in accordance with Section 4.0 and Section 5.0. SBBC reserves the right to reject any or all proposals that contain material deviations from the RFP or that fail to meet all mandatory requirements. SBBC may reject any or all proposals when it serves the best interest of SBBC. 6.7.2 SBBC also reserves the right to waive irregularities or technicalities in any proposal received if such action is in the best interest of SBBC. However, such a waiver shall in no way modify the RFP requirements or excuse the Proposer from full compliance with the RFP specifications and other contract requirements if the Proposer is awarded the contract. 6.7.3 Rejection: A proposal may be rejected if it does not conform to the rules or the requirements contained in this RFP. Examples of rejection include, but are not limited to, the following: 6.7.3.1 The proposal was submitted electronically through DemandStar after the deadline specified in the RFP. 6.7.3.2 Failure to execute and return the enclosed original REQUIRED RESPONSE FORM (see Section 1.0 - Required Response Form). 6.7.3.3 Failure to respond to all subsections within the RFP. Broward County Public Schools Is An Equal Opportunity/Equal Access Employer RFP25-093: Demolition Services RFP No. RFP25-093 The School Board of Broward County, Florida Page 19 of 57 Pages 6.7.3.4 Proof of collusion among Proposers, in which case all suspected proposals involved in the alleged collusive action shall be rejected, and any participants to such collusion shall be barred from future procurement opportunities until reinstated. 6.7.3.5 The proposal shows non-compliance with applicable laws or contains any unauthorized additions or deletions, is a conditional proposal, is an incomplete proposal, or contains irregularities of any kind that make the proposal incomplete, indefinite, or ambiguous as to its meaning. 6.7.3.6 The Proposer adds provisions reserving the right to accept or reject an award or to enter into a contract pursuant to an award or adds provisions contrary to those in the RFP. 6.7.3.7 In the best interest of SBBC, the Board reserves the right to reject any or all proposals received when there are sound documented business reasons that serve the best interest of SBBC. 6.8 Vendor Registration: To become a registered vendor for SBBC, vendors must access, complete, and submit a Supplier Profile Questionnaire(SPQ)through SBBC's new eProcure Online Supplier Portal, powered by Ariba which can be located at https://www.browardschools.com/supplierselfregistration . Training materials are available via our website at https://www.browardschools.com/PWS (if needed). 6.9 ACH Payments: Payments will be made to Awardee(s) by SBBC via ACH (Automated Clearing House) for automatic deposits (credits) after goods or services are provided by the Awardee in accordance with RFP requirements. To facilitate payments being directly deposited, the ACH Payment Agreement must be submitted to Purchasinghelpdeskna browardschools.com . New vendors can do this as part of the vendor registration process described above. Vendors already registered on SBBC's eProcure Online Supplier Portal can update their information by downloading a copy of the ACH Payment Agreement and submitting the completed form to the Purchasing Help Desk email stated above. 6.10 Policy 4001.1 Nondiscrimination Statement: SBBC prohibits any policy or procedure in discrimination on the basis of age, color, disability, gender identity, gender expression, genetic information, marital status, national origin, race, religion, sex, or sexual orientation. SBBC also provides equal access to the Boy Scouts and other designated youth groups. Individuals who wish to file a discrimination and/or harassment complaint may call the Director, Equal Educational Opportunities/ADA Compliance Department & District's Equity Coordinator/Title IX Coordinator at 754-321-2150 or Teletype Machine (TTY) 754-321-2158. 6.11 Clarification of Sections 7.1 and 4.2.1 of the RFP: General Condition 7.1 — Liability (Indemnification). This statement is to provide clarification regarding this section of the RFP and the sample agreement. It is to be understood by all Proposers that this section is NOT subject to negotiation or have exceptions, and any proposal that fails to completely accept these conditions shall be rejected, and their proposal will be considered "non-responsive." If a Proposer check-marks or indicates in Section 4.2.1 (Minimum Eligibility Requirements) that they agree with this Liability/Indemnification and then provides an exception(s) to this condition within their proposal, this is considered a "conflict"and shall render the proposal as "non-responsive"and the proposal rejected. Broward County Public Schools Is An Equal Opportunity/Equal Access Employer RFP25-093:Demolition Services RFP No. RFP25-093 The School Board of Broward County, Florida Page 20 of 57 Pages SECTION 7.0 - GENERAL CONDITIONS 7.1 LIABILITY:This General Condition of the RFP is NOT subject to negotiation or 7.3 SUBMITTAL OF PROPOSALS:All Proposers are reminded that it is the sole responsibility exemptions and any proposal that fails to completely accept these conditions of the PROPOSER to assure that their proposal is time-stamped in PROCUREMENT& shall be rejected as"non-responsive". (See Special Condition 6.11) WAREHOUSING SERVICES on or before 2:00 p.m.ET on the date due(See Calendar 7.1.1 By SBBC: SBBC agrees to be fully responsible up to the limits of Section Section 2.0).Late proposals shall not be accepted.The address for proposal submittal, 768.28, Florida Statutes,for its acts of negligence,or its employees'acts of including hand-delivery and overnight courier delivery,is indicated as 7720 West Oakland negligence when acting within the scope of their employment and agrees to be Part Boulevard, Suite 323, Sunrise, Florida 33351-6704. The Proposer is fully and liable, up to the limits of Section 768.28, Florida Statutes,for any damages completely responsible for the payment of all delivery costs associated with the delivery of resulting from said negligence. their proposal or related material.Procurement&Warehousing Services will not accept delivery of any proposal or related material requiring the School Board to pay for any 7.1.2 By AWARDEE.Awardee agrees to indemnify,hold harmless and defend SBBC, portion of the delivery cost or the complete delivery cost.Prior to proposal submittal,it is its agents,servants and employees from any and all claims,judgments,costs the responsibility of the Proposer to be certain that all Addenda released have been and expenses including, but not limited to, reasonable attorney's fees, received,that all Addendum requirements have been completed,and that all submittals reasonable investigative and discovery costs,court costs and all other sums required by the Addendum have been timely filed.(See General Condition 7.2.2) which SBBC,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, 7.4 ORIGINAL DOCUMENT FORMAT:Only the terms and conditions of this solicitation,as or any claim or action founded thereon,arising or alleged to have arisen out of they were released by SBBC,or amended via Addendum,are valid.Any modification to the products,goods or services furnished by the Awardee,its agents,servants any term or condition by a vendor is not binding unless it is expressly agreed to,in writing, or employees;the equipment of the Awardee,its agents,servants or employees by SBBC. while such equipment is on premises owned or controlled by SBBC;or the negligence of Awardee or the negligence of Awardee's agents when acting 7.5 PRICES QUOTED:All prices for goods quoted shall be F.O.B. Destination and freight within the scope of their employment,whether such claims,judgments,costs, prepaid(Proposer pays and bears freight charges).Proposer owns goods in transit and and expenses be for damages,damage to property including SBBC's property, files any claims unless otherwise stated in the Special Conditions of the RFP.In case of a and injury or death of any person whether employed by the Awardee,SBBC or discrepancy in computing the amount of the proposal,the Unit Price quoted shall govern. otherwise. For services,the unit price shall be all-inclusive of services performed. 7.2 SEALED PROPOSAL REQUIREMENTS:The Required Response Form'(Section a) TAXES:The School Board of Broward County,Florida,does not pay Federal Excise 1.0) must be completed, either manually or digitally signed (in blue ink, and State taxes on direct purchases of tangible personal property.The applicable preferably),and returned with your submitted proposal in order to be considered tax exemption number is shown on the Purchase Order.This exemption does not for award. Electronic signatures on bid documents will be accepted pursuant to apply to purchases of tangible property made by contractors who use the tangible Section 668.004,Florida Statutes.To be considered,all proposals must be delivered personal property in the performance of contracts for the improvement of School in a sealed envelope(package,box,etc.),clearly marked with the words Proposal Board owned real property as defined in Chapter 192 of the Florida Statutes. Documents",Request for Proposal(RFP)number and the title of the RFP and received in the Procurement&Warehousing Services Department no later than the specified b) MISTAKES: Proposers are expected to examine the specifications, delivery date and time for the Request for Proposal opening schedules,proposal prices and extensions,and all instructions pertaining to supplies 7.2.1 PROPOSER'S RESPONSIBILITY:It is the responsibility of the Proposer to be and services.Failure to do so will be at the Proposer's risk. certain that all numbered pages of the RFP and all attachments thereto are c) CONDITIONS AND PACKAGING:It is understood and agreed that any item offered received and all Addendum released are received prior to submitting a proposal or shipped as a result of this proposal shall be new(current production model at the without regard to how a copy of this RFP was obtained. time of this proposal)unless otherwise specified in this RFP.All containers shall be It is the responsibility of the Proposer to make sure the original proposal suitable for storage or shipment,and all prices shall include standard commercial matches the digital copy as requested in the RFP.SBBC is not responsible for packaging. missing information in the proposal copies.Failure to check your proposal for d) UNDERWRITERS'LABORATORIES:Unless otherwise stipulated in the proposal, missing information shall be at the risk of the Proposer and shall not be the all manufactured items and fabricated assemblies shall be UL listed where such has responsibility of SBBC. been established by UL for the item(s)offered and furnished.In lieu of the UL listing, 7.2.2 PROPOSAL SUBMITTED:Completed proposal must be submitted in a sealed the Proposer may substitute a listing by an independent testing laboratory envelope(package,box,etc.)with the RFP number and name clearly typed or recognized by OSHA under the Nationally Recognized Testing Laboratories(NTRL) written on the front of the envelope(package,box,etc.). Proposals must be Recognition Program time stamped in Procurement & Warehousing Services Department on or e) PROPOSER'S CONDITIONS: Proposal conditions and specifications shall not be before 2:00 p.m.ET on the date due for proposal to be considered.Proposals will be opened at 2:00 p.m ET on the date due as stated in the RFP or changed,altered or conditioned in any way.The Evaluation Committee reserves the Addendum.Failure to timely submit such proposal shall disqualify the Proposer right to reject any conditional proposal. and such proposal will be either returned to the Proposer or stored and 7.6 SAMPLES:Samples of items,when required,must be furnished free of expense within unopened NO FAXED PROPOSALS SHALL BE ACCEPTED. The School five(5)working days unless otherwise stated in the RFP or by the Purchasing Agent's letter Board of Broward County,Florida(SBBC)reserves the right to reject any to the Proposer requesting the sample(s). If the Proposer must have the sample(s) proposal that fails to comply with these submittal requirements. returned,then the sample(s)will be returned at the Proposers expense.Proposer(s)will 7.2.3 EXECUTION OF PROPOSAL: Proposal must contain an original manual or be responsible for the removal of all sample(s)furnished within thirty(30)days after the digital signature(in blue ink)of an authorized representative,who can bind the award of the RFP.All sample(s)will be disposed of after thirty(30)days after the award of company to the requirements of the RFP. in the space provided on the the RFP. Required Response Form(Section 1.0).All proposals must be typewritten.It Each individual sample must be labeled with the Proposer's name,RFP Number and item is requested that the submitted proposal follow the exact format as outlined in number.Failure of the Proposer to either deliver the required sample(s)or to clearly identify the RFP. samples as indicated may be a reason for rejection of the proposal item.Unless otherwise 7.2.4 BIDDING PREFERENCE LAWS:The State of Florida provides a Proposer's indicated in the RFP,sample(s)should be delivered to the Procurement&Warehousing preference for Florida vendors for the purchase of personal property.SERVICES Services Department,The School Board of Broward County,Florida,7720 West Oakland ARE NOT COVERED UNDER THIS REQUIREMENT.The local preference is five(5) Park Boulevard,Suite 323,Sunrise,Florida,33351-6704. percent.Proposers outside the State of Florida must have an attorney,licensed to practice law in the out-of-state jurisdiction,as required by Florida Statute 7.7 DELIVERY: ALL DELIVERIES SHALL BE F.O.B. DESTINATION POINT: Shipping 287 084(2), execute the "Opinion of Out-of-State Bidder's Attorney on points offered other than F.O.B.Destination shall be rejected.Unless the actual date Bidding Preferences' form and must submit this form with the submitted of delivery is specified(or specified delivery cannot be met),show the number of days proposal.Such an opinion should permit SBBC's reliance on such an attorney's required to make delivery after receipt of Purchase Order in space provided.Delivery time opinion for purposes of complying with Florida Statute 287.084. Florida may become a basis for making an award(see Special Conditions).Delivery shall be within Proposers must also complete its portion of the form. Failure to submit and the normal working hours of the user,Monday through Friday,excluding state holidays and execute this form, with the proposal, shall result in the proposal being days during which the school district administration is closed. considered `non-responsive" and proposal rejected. See the Minimum Eligibility Requirements of the RFP. (Refer to Special Condition 6.6 of the RFP) Broward County Public Schools Is An Equal Opportunity/Equal Access Employer RFP25-093: Demolition Services RFP No. RFP25-093 The School Board of Broward County, Florida Page 21 of 57 Pages 7 8 INTERPRETATIONS:Any questions concerning conditions and specifications must An Awardee who has any License, Certification, or Registration either suspended, be submitted in writing and received by the Procurement&Warehousing Services revoked or expired after the date of the Bid Opening shall provide notice to the Director Department as requested in the Conditions of the RFP,Information.If necessary,an of Procurement 8 Warehousing Services Department within five(5)working days of such Addendum will be issued (See Special Condition 3.2) suspension,revocation or expiration.However,such suspension,revocation or expiration after the date of the RFP opening shall not relieve the Awardee of its responsibilities 7.9 EVALUATION COMMITTEES AND PROPOSALS: SBBC and its Evaluation under a contract awarded under this RFP Committees evaluate and negotiate all proposals in accordance with State Statutes 7.18 PRIORITY OF DOCUMENTS:In the event of a conflict between the documents,the order 119.071 and 286.0113. of priority of the documents shall be as follows: 7.10 AWARDS:In the best interest of SBBC,the Procurement&Warehousing Services a)Any Agreement resulting from the award of this RFP;then Department reserves the right to withdraw this RFP at any time prior to the time and b)Addenda released for this RFP,with the latest Addendum taking precedence;then date specified for the RFP opening.The Evaluation Committee reserves the right to c)The RFP;then reject any or all proposals received when there is sound documented business d)Awardee's proposal. reason(s)that serve the best interest of SBBC.The Evaluation Committee reserves 7,18.1 DISPUTES: In the event,any dispute or difference of opinion concerning the the right to accept any item or groups of items unless qualified by the Proposer.All awards made as a result of this RFP shall conform to applicable Florida Statutes and interpretation of the Agreement and any documents incorporated therein, the be governed by the laws of the State of Florida and must have a venue established decision of SBBC shall be final and binding upon all parties. in the 17,'Judicial Circuit Court of Broward County,Florida or the United States Court 7.19 PATENTS & ROYALTIES: Awardee(s), without exception, shall indemnify and save of the Southern District of Florida harmless The School Board of Broward County,Florida and its employees from liability of any nature or kind, including cost and expenses for any copyrighted, patented, or 7.11 PROPOSAL OPENING: Proposal opening shall be public,on the date and at the unpatented invention,process,or article manufactured or used in the performance of the time specified in the RFP. Any proposal(s) received after that time shall not be contract, including its use by The School Board of Broward County, Florida. If the considered for award (See Required Response Form Section 1.0) Awardee(s)uses any design,device,or materials covered by letters,patent,or copyright, it is mutually understood and agreed without exception that the proposal prices shall 7.12 ADVERTISING: In submitting a proposal,Proposer agrees not to use the results include all royalties or cost arising from the use of such design,device or materials in any therefrom as a part of any commercial advertising without prior approval of the way involved in the work. School Board. 7.20 OSHA:Awardee warrants that the product(s)supplied to The School Board of Broward 713 INSPECTION, ACCEPTANCE & TITLE: Inspection and acceptance will be at County,Florida shall conform in all respects to the standards set forth in the Occupational destination unless otherwise provided in the RFP.Title to/or risk of loss or damage Safety and Health Act of 1970.as amended,and the failure to comply with this condition to all items shall be the responsibility of the Awardee until acceptance by SBBC will be considered as a breach of contract. unless loss or damage resulting from negligence by SBBC. If the materials or 7.21 SPECIAL CONDITIONS: The Superintendent or Designee has the authority to issue services supplied to SBBC are found to be defective or not conform to specifications, Special Conditions and Specifications as required for individual proposals.Any and all SBBC reserves the right to cancel the order upon written notice to the Awardee(s) Special Conditions that may vary from these General Conditions shall have precedence. and return the product at Awardee's expense. 7.22 NONDISCRIMINATION:The respondent hereby certifies and agrees that the following 7.14 PAYMENT: Payment will be made by SBBC after the items awarded have been information is correct: In preparing its response on this project, the respondent has received,inspected,found to comply with award specifications and free of damage considered all proposals submitted from qualified,potential subcontractors and suppliers, or defect,and properly invoiced.Services will be paid after the service has been and has not engaged in"discrimination"as defined in the Districts Policy No. 3330— performed and meets the requirements of the RFP.All payments will be made by Supplier Diversity Outreach Program,Section Di:to wit:discrimination in the solicitation, ACH(Automated Clearing House)for automatic deposits(credits). selection,or commercial treatment of any subcontractor,vendor,supplier,or commercial customer on the basis of race,color,religion,ancestry or national origin,sex,age,marital 7.15 CONFLICT OF INTEREST AND CONFLICTING EMPLOYMENT OR status, sexual orientation or on the basis of disability or other unlawful forms of CONTRACTUAL RELATIONSHIP:Section 112.313(3)and(7),Florida Statutes, discrimination. Without limiting the foregoing, "discrimination" also includes retaliating sets forth restrictions on the ability of SBBC employees acting in a private capacity against any person or other entity for reporting any incident of"discrimination"Without to rent.lease,or sell any realty,goods or services to SBBC.It also places restrictions limiting any other provision of the solicitation for responses on this project,it is understood on SBBC employees concerning outside employment or contractual relationships and agreed that,if this certification is false,such false certification will constitute grounds with any business entity which is doing business with SBBC. Each Proposer is to for the School District to reject the response submitted by the respondent on this project, disclose any employees it has who are also SBBC employees by submitting and terminate any contract awarded based on the response.As part of its response,the Attachment B, Disclosure of Potential Conflict of Interest and Conflict respondent shall provide to the School District a list of all instances within the immediate Employment or Contractual Relationship, with its proposal Any employees past four(4)years where there has been a final adjudicated determination in a legal or identified by the Proposer when completing Attachment B should obtain legal administrative proceeding in the State of Florida that the respondent discriminated against advice as to their obligations and restrictions under Section 112.313(3)and (7), its subcontractors,vendors,suppliers,or commercial customers,and a description of the Florida Statutes. status or resolution of that complaint,including any remedial action taken.As a condition of submitting a response to the School Board,the respondent agrees to comply with the 7.16 INSURANCE: Proposer, by virtue of submitting a proposal, shall be in full District's Commercial Nondiscrimination Policy as described under its School Board compliance with paragraph 7.24 LIABILITY INSURANCE, LICENSES AND Policy No.3330—Supplier Diversity Outreach Program,Section D.1 PERMITS of the General Conditions.Insurance Requirements are shown in Section 6.3 of this REP.The Proposer shall take special notice that SBBC shall be named 7.23 QUALITY: All materials used for the manufacture or construction of any supplies, as an additional insured under the General Liability policy including Products materials,or equipment covered by this RFP shall be new unless otherwise specified. Liability.(Refer to the Special Conditions of the RFP for the threshold requirements) The items bid must be new, the latest model of the best quality and highest grade The insurance policies shall be issued by companies qualified to do business in the workmanship.Product(s)offered that have not been previously used in any way and are State of Florida.The insurance companies must be rated at least A-Vl by AM Best being actively marketed by the manufacturer will be accepted. Minor parts within the or Aa3 by Moody's Investor Service.All policies must remain in effect during the product(s) may have remanufactured components. Therefore, reconditioned, performance of the contract. refurbished, rebuilt, discontinued, used, shopworn, demonstrator, prototype or other types of product(s)of this kind are not acceptable and will be rejected. 7.17 LICENSES,CERTIFICATIONS,AND REGISTRATIONS:As of the RFP Opening Date, Proposer must have all Licenses, Certifications and Registrations required 7.24 LIABILITY INSURANCE,LICENSES,AND PERMITS:Where Awardees are required to when performing the services as described herein, in order for a proposal to be enter or go onto School Board property to deliver materials or perform work or services considered a responsive and responsible proposal. Licenses, Certifications and as a result of an RFP award,the Awardee agrees to The Hold Harmless Agreement stated Registrations required for this RFP shall be as required by Chapter 489, Florida herein and will assume the full duty obligation and expense of obtaining all necessary Statutes, as currently enacted or as amended from time to time; by the State licenses,permits and insurance The Awardee shall be liable for any damages or loss to Requirements for Educational Facilities (SREF), latest version; and by Broward the School Board occasioned by the negligence of the Awardee(or agent)or any person County. Florida. The proposer must submit a copy of all its current Licenses, the Awardee has designated in the completion of the contract as a result of their bid. Certifications and Registrations required as described herein,either with its proposal or within five(5)working days of notification. Broward County Public Schools Is An Equal Opportunity/Equal Access Employer RFP25-093: Demolition Services RFP No.RFP25-093 The School Board of Broward County, Florida Page 22 of 57 Pages 7.25 BID BONDS,PERFORMANCE BONDS AND CERTIFICATES OF INSURANCE: 7.35 SUBMITTAL OF INVOICES:All Proposers are hereby notified that any invoice submitted Bid bonds, when required, shall be submitted with the proposal in the amount as a result of the award of this RFP must be in the same format as any Purchase Order specified in Special Conditions.Bid bonds will be returned to non-Awardees.After released as a result of the award of this RFP.Each line of the invoice must reference a acceptance of the proposal,the School Board will notify the Awardee to submit a corresponding single line shown on the Purchase Order.A single invoice line must not performance bond and certificate of insurance in the amount specified in Special correspond to or commingle the cost shown on multiple Purchase Order lines.An invoice Conditions.Upon receipt of the performance bond,the bid bond will be returned to submitted that does not follow the same format and line numbering as shown on the the Awardee. Purchase Order will be deemed to be not correct and will be returned to the vendor by the Accounts Payable Department for correction. The address for submitting invoices is 7.26 CANCELLATION:In the event any of the provisions of this RFP are violated by the included in Purchase Order. Awardee,the Director of Procurement&Warehousing shall give written notice to the 7.36 PURCHASE AGREEMENT: This RFP, written Agreement, and the corresponding Awardee stating the deficiencies and unless deficiencies are corrected within five(5) business days(or as required),recommendation will be made to the School Board Purchase Orders will constitute the complete agreement.SBBC will not accept proposed for immediate cancellation of the Awardee s contract. terms and conditions that are different than those contained in this RFP,including pre- printed text contained on catalogs,price lists,other descriptive information submitted or any 727 BILLING INSTRUCTIONS: Invoices, unless otherwise indicated, must show other materials.By virtue of submitting a proposal,Awardee(s)agrees to not submit to any Purchase Order numbers and shall be submitted in duplicate to The School Board of SBBC employee,for signature,any document that contains terms and conditions that are Broward CountyFlorida, Accounting and Financial Reporting Department, Attn: different than those contained herein and that in the event any document containing any Accounts Payable,600 S.E.3rd Avenue,7th Floor,Fort Lauderdale,Florida 33301. term or condition that differs from those contained herein is executed,said document shall Payment will be made a minimum of thirty (30) days after delivery, authorized not be binding on SBBC. inspection and acceptance.When vendors are directed to send invoices to a school, 7.37 SBBC INFORMATION SECURITY GUIDELINES:It is the responsibility of the Awardee the school will make direct payments to the vendor. to read and adhere to the SBBC Information Security Guidelines when using any device connected to the SBBC's network.Following the conclusion of the contract term,all of 7.28 DELIVERING TO CENTRAL WAREHOUSE:Receiving hours are Monday through SBBC's confidential information must be removed from Awardee's equipment and all Friday (excluding state holidays and days during which the school district access privileges must be revoked.The final payment will be withheld until the Awardee administration is closed)7:00 a.m.to 2:00 p.m.ET. has confirmed,in writing,that all SBBC's confidential information has been purged from any and all electronic technology devices that were used during this contract and were 7.29 SUBSTITUTIONS:The School Board of Broward County,Florida,WILL NOT accept connected to the SBBC's network. substitute shipments of any kind. Awardees are expected to furnish the brand/manufacturerquoted in their proposal once awarded by the School Board.Any 7 38 SUPPLIER DIVERSITY OUTREACH PROGRAM (SDOP)PARTICIPATION:SBBC has substitute shipments shall be returned at the Awardee's expense. implemented a Supplier Diversity Outreach Program (SDOP) as part of the SBBC's competitive solicitation and contracting activity in accordance with School Board Policy 7.30 FACILITIES:SBBC reserves the right to inspect the Awardee's facilities at any time 3330, Supplier Diversity Outreach Program. The purpose of the program is to utilize with prior notice SBBC may use the information obtained from this in determining available small,minority,and women businesses within the Board's market area to compete whether a Proposer is a responsible bidder. for the award of SBBC construction and purchasing contracts.S/M/WBE vendors utilized for this contract must be certified by SBBC's Supplier Diversity Outreach Program Office 7.31 ASBESTOS AND FORMALDEHYDE STATEMENT:All building materials,pressed prior to the submission of a bid proposal. For information on SIM!WBE Certification, boards,and furniture supplied to SBBC shall be 100%asbestos-free.It is desirous contact SBBC's Supplier Diversity Outreach Program at 754-321-0550 or that all building materials,pressed boards and furniture supplied to the School http:/Iwww.browardschools.com/Paqe/58686 Board also be 100%formaldehyde-free.Proposer,by virtue of bidding,certifies by signing the proposal that, if awarded this RFP, only building materials. pressed 7.39 SBBC PHOTO IDENTIFICATION BADGE & BACKGROUND SCREENING: Awardee boards,and/or furniture that is 100%asbestos-free will be supplied. agrees to comply with all the requirements of Sections 1012.32 and 1012.465, Florida Statutes,and that Awardee and all its personnel who(1)are to be permitted access to 7.32 ASSIGNMENT:Neither any award of this RFP nor any interest in any award of this school grounds when students are present,(2)will have direct contact with students,or(3) RFP may be assigned,transferred or encumbered by any party without the prior have access or control of school funds will successfully complete the background screening written consent from the Director,Procurement&Warehousing Services.There shall required by the referenced statutes and meet the standards established by the statutes. be no partial assignments of this RFP, including, without limitation, the partial Personnel shall include employees, representatives, agents, or sub-contractors assignment of any right to receive payments from SBBC. performing duties under the contract to SBBC and who meet any or all of the three (3)requirements identified above.This background screening will be conducted by SBBC 7.33 EXTENSION: In addition to any extension options contained herein, SBBC is in advance of the Awardee or its personnel providing any services.The awardee will bear granted the right to extend any award resulting from this RFP for the period of time the cost of acquiring the background screening required under Section 1012.32,Florida necessary for SBBC to release,award and implement a replacement RFP for the Statutes,and any fee imposed by the Florida Department of Law Enforcement to maintain goods,products and/or services provided through this RFP.Such extension shall be the fingerprints provided with respect to the Awardee and its personnel.The Parties agree upon the same prices, terms,and conditions as existing at the time of SBBC's that the failure of Awardee to perform any of the duties described in this section shall exercise of this extension right.The period of any extension under this provision constitute a material breach of this ITB entitling SBBC to terminate immediately with no shall not be for a period in excess of six(6)months from(a)the termination date further responsibilities or duties to perform under this Agreement. Awardee agrees to of a contract entered into as a result of this bid or(b)the termination date under any indemnify and hold harmless SBBC,its officers and employees of any liability in the form of applicable period of extension under a contract entered into as a result of this bid physical or mental injury,death or property damage resulting in Awardee's failure to comply with the requirements of this section or Sections 1012.32 and 1012.465,Florida Statutes. When a subsequent contract award process for the award of the goods or services SBBC issued identification badges must be worn at all times when on SBBC property sought under this competitive solicitation is stopped due to the filing of a formal and must be worn where they are visible and easily readable. written protest,The School Board reserves the right to extend any contract awarded As of 7/01/15, Fieldprint, Inc. has been contracted to provide all background and under this competitive solicitation for the goods or services contained in the fingerprinting services.All questions pertaining to fingerprinting,photo identification and subsequent competitive solicitation that is being protested. Such extension shall be background check services must be directed to the Project Coordinator at 754-321-1830 or until such time as the new award under protest can be approved by The School 754-321-2374. Each individual, for whom an SBBC photo identification badge is Board. requested,must be registered into the Fieldprint,Inc.applicant enrollment website. A background check will be conducted for each badge applicant.SBBC reserves the right 7 34 OMISSION FROM THE SPECIFICATIONS: The apparent silence of this to require additional information,should it be necessary,and to deny the issuance of a specification and any Addendum regarding any details or the omission from the badge to an applicant.Any applicant,that has been denied a badge,is prohibited from specification of a detailed description concerning any point shall be regarded as entering SBBC property as an employee,sub-contractor or agent of a contract Awardee. meaning that only the best available units or service shall be provided and the best Applicant enrollment and scheduling website is www.fieldprintbrowardschools.com. commercial practices are to prevail and that only materials and workmanship of first The total fee(s) for the SBBC photo identification badge, fingerprinting and an FBI quality are to be used.All interpretations of this specification shall be made upon the background check can be found at the following website: basis of this Agreement. https:/Ivvww.browardschools.comlPage/35284 Click on link for Fieldprint Codes and Pricing Payment options can be made by electronic check(e-check),Visa,MasterCard,or use of an established escrow account code.(Continued).... Broward County Public Schools Is An Equal Opportunity/Equal Access Employer RFP25-093: Demolition Services RFP No.RFP25-093 The School Board of Broward County, Florida Page 23 of 57 Pages Failure to file a notice of protest or to file a formal written protest within the time These fees are non-refundable and are subject to change without notice.Badges prescribed by Section 120.57(3), Florida Statutes,or a failure to post the bond or are issued for a one-year period and must be renewed annually.The renewal date other security required by SBBC Policy 3800 within the time allowed for filing a bond, will be one(1)year from the date of issuance.Failure to renew the badge,at that shall constitute a waiver of proceedings.The failure to post the bond required by time,will result in the vendor being required to re-apply and pay the going rate SBBC Policy 3800,Part XI,as currently enacted or as amended from time to time, for badging and fingerprinting. shall constitute a waiver of proceedings.Notices of protests,formal written protests, Vendors shall return expired and/or terminated employee badges to the and the bonds required by Policy 3800,shall be filed at the office of the Director, following location: The School Board of Broward County, Florida, Attn: Procurement and Warehousing Services,7720 West Oakland Park Boulevard,Suite Fieldprint,Inc.,600 S.E.3^Avenue,Fort Lauderdale,Florida 33301. 323,Sunrise,Florida 33351-6704(fax 754-321-0936).Fax filing will not be acceptable for the filing of bonds. 7.40 PROTESTING OF BID CONDITIONS/SPECIFICATIONS: Any person desiring to protest the conditions/specifications in this RFP or any Addenda subsequently 7.42 AUDIT AND INSPECTION OF AWARDEE'S DOCUMENTS AND RECORDS:The District released thereto,shall file a notice of intent to protest,in writing,within 72 hours after or its representative reserves the right to inspect and/or audit all the Awardee's documents electronic release of the competitive solicitation or Addendum and shall file a and records as they pertain to the products and services delivered under this Agreement. formal written protest within ten(10)calendar days after the date the notice of protest Such rights will be exercised with notice to the Awardee to determine compliance with and was filed.Saturdays,Sundays,state holidays or days during which the school district performance of the terms,conditions,and specifications on all matters,rights and duties, administration is closed shall be excluded in the computation of the 72 hours.If the and obligations established by this Agreement. Documents/records in any form shall be tenth calendar day falls on a Saturday,Sunday,state holiday or day during which the open to the District or State's representative and may include but are not limited to all school district administration is closed,the formal written protest must be received on correspondence,ordering,payment,inspection,and receiving records,contracts or sub- or before 5:00 p.m.ET of the next calendar day that is not a Saturday,Sunday,state contracts that directly or indirectly pertain to the transactions between the District and the holiday or day during which the school district administration is closed. Section Awardee(s).(Section 7.0)) 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 7.43 CREDIT CARDS:Individual schools and departments may place some orders and utilize, law upon which the protest is based." as the form of payment,a District-issued credit card to the extent authorized by the School Failure to file a notice of protest or to file a formal written protest within the time Board.These orders will be made via phone or fax for direct delivery and billing to the prescribed by Section 120.57(3),Florida Statutes,or a failure to post the bond requesting work location.Please note that credit card purchases will benefit all vendors by or other security required by SBBC Policy 3800 within the time allowed for filing providing immediate payment(i.e.,within 48-72 hours),thereby eliminating the need to a bond,shall constitute a waiver of proceedings.The failure to post the bond submit an invoice to the District's Accounts Payable Department or reconcile receivable required by SBBC Policy 3800,Part XI,as currently enacted or as amended from balances. For credit card purchases,all vendors must have the capability to accept fax time to time,shall constitute a waiver of proceedings.Notices of protest,formal orders,which must be confirmed by calling back the requesting work location to verify prices and obtain a credit card number.Only actual items shipped/delivered can be charged to the written protests,and the bonds required by SBBC Policy 3800,shall be filed at credit card account(i.e.,no back-orders).All purchase deliveries must include a packing the office of the Director, Procurement &Warehousing Services, 7720 West slip or receipt/invoice listing the items and prices of goods delivered.For security reasons, Oakland Park Boulevard,Suite 323, Sunrise, Florida 33351-6704(fax 754-321- the credit card charge receipt showing the work location's credit card number cannot be 0936).Fax filing will not be acceptable for the filing of bonds. attached to the packing slip or receipt/invoice submitted as part of the purchase delivery. 7.41 POSTING OF BID RECOMMENDATIONS/TABULATIONS:rtFP Recommendations District work locations may request that a vendor maintains secure records of the credit card and Tabulations will be posted on DemandStar on SEE SECTION 2.0-CALENDAR account assigned an alias or password,to avoid divulging the actual credit card number upon every purchase. and will remain posted for 72 hours.Any change to the date and time established herein for the posting of RFP Recommendations/Tabulations shall be posted in at 744 NONCONFORMANCE TO CONTRACT CONDITIONS:Items or services offered may be DemandStar(under the document section for this RFP).In the event the date and time tested for compliance with RFP conditions and specifications at any time.Items delivered, of the posting of RFP Recommendations/Tabulations are changed, it is the not conforming to RFP conditions or specifications,may be rejected and retumed at the responsibility of each Proposer to ascertain the revised date of the posting of RFP vendor's expense.Services not conforming to RFP specifications shall be corrected and Recommendations/Tabulations.Any person desiring to protest the intended decision performed again to meet the specifications of the RFP at the expense of the Awardee shall file a notice of protest,in writing,within 72 hours after the posting of the RFP Goods or services not delivered as per delivery date in RFP and/or Purchase Order may be tabulation and shall file a formal written protest within ten(10)calendar days after the rejected upon delivery and/or maybe purchased on the open market.Any increase in cost date the notice of protest was filed. Saturdays, Sundays, state holidays and days may be charged against the Awardee.Any violation of these stipulations may also result in: during which the school district administration is closed shall be excluded in the a) Cancellation and default of contract; computation of the 72 hours.If the tenth calendar day falls on a Saturday,Sunday, b) For a period of two(2)years,any proposal submitted by vendor will not be considered state holiday or day during which the school district administration is closed,the formal and will not be recommended for award. written protest must be received on or before 5:00 p.m.ET of the next calendar day c) All departments being advised not to do business with vendor. that is not a Saturday or Sunday,state holiday or days during which the school district administration is closed. No submissions made after the Bid opening amending or 7.45 CONE OF SILENCE:Any proposer,or lobbyist for a proposer,is prohibited from having supplementing the Bid shall be considered.Section 120.57(3)(b),Florida Statutes,as any communications (except as provided in this rule)concerning any solicitation for a currently enacted or as amended from time to time,states that"The formal written competitive procurement with any School Board member, the Superintendent, any protest shall state with particularity the facts and law upon which the protest is Evaluation Committee Member,or any other School District employee after Procurement based".Any person who files an action protesting an intended decision shall post with and Warehousing Services releases a solicitation to the General Public.All communications SBBC,at the time of filing the formal written protest,a bond,payable to SBBC,in regarding this solicitation shall be directed to the designated Purchasing Agent unless so an amount equal to one percent(1%)of SBBC's estimate of the total volume of the notified by Procurement&Warehousing Services This"Cone of Silence"period shall go contract.SBBC shall provide the estimated contract amount to the Proposer within 72 into effect and shall remain in effect from the time of the release of the solicitation until the hours, excluding Saturdays, Sundays and other days during which SBBC contract is awarded by the School Board. Further, any vendor, its principals, or their administration is closed,of receipt of notice of intent to protest.The estimated contract lobbyists shall not offer campaign contributions to School Board Members or offer amount is not subject to protest pursuant to Section 120.57(3),Florida Statutes The contributions to School Board Members for campaigns of other candidates for political office bond shall be conditioned upon the payment of all costs which may be adjudged during the period in which the vendor is attempting to sell goods or services to the School against the protestant in an Administrative Hearing in which the action is brought and Board.This period of limitation of offering campaign contributions shall commence at the in any subsequent appellate court proceeding.In lieu of a bond,SBBC may accept a time of the'cone of silence"period for any solicitation for a competitive procurement as cashier's check,official bank check or money order in the amount of the bond. described by School Board Policy 3800,Part VIII,as well as School Board Policy 1007, If, after completion of the Administrative Hearing process and any appellate court Section 5.4—Campaign Contribution Fundraising.Any vendor or lobbyist who violates proceedings,SBBC prevails,SBBC shall recover all costs and charges which shall be this provision shall cause their Proposal(or that of their principal)to be considered included in the Final Order or judgment,including charges made by the Division of non-responsive and therefore be ineligible for award. Administrative Hearings,but excluding attomey's fees.Upon payment of such costs and charges by the protestant,the bond shall be returned.If the protestant prevails, 7.46 TERMINATION:This contract award may be terminated with or without cause by SBBC then the protestant shall recover from the School Board all costs and charges which during the term hereof upon giving the other party thirty(30)days prior written notice that shall be included in the Final Order or judgment, excluding attomey's fees. All The School Board is terminating the contract award documentation necessary for the protest proceedings will be provided electronically by SBBC. Broward County Public Schools Is An Equal Opportunity/Equal Access Employer RFP25-093:Demolition Services RFP No.RFP25-093 The School Board of Broward County, Florida Page 24 of 57 Pages 7.47 PACKING SLIPS:It will be the responsibility of the Awardee to attach all packing slips 7.55 TIE BID PROCEDURES:When identical points are received from two(2)or more vendors to the OUTSIDE of each shipment. The packing slip must reference the SBBC and all other factors are equal in point value,priority for an award shall be given to vendors Purchase Order number/control number.Failure to provide a packing slip attached to in the following sequence: the outside of shipment will result in refusal of shipment at the vendor's expense. a) A business that certifies that it has implemented a drug-free workplace program shall 7.48 USE OF OTHER CONTRACTS:SBBC reserves the right to utilize any other SBBC be given preference in accordance with the provisions of Chapter 287.087,Florida contract, any State of Florida Contract,any contract awarded by any other city or Statutes,as currently enacted or as amended from time to time; county governmental agencies,other school boards,other community college/state b) The School Board of Broward County,Florida,M/WBE certified vendor; university system cooperative bid agreement,or to directly negotiate/purchase per c) The Broward County Certified Miami-DadeMo County Business Enterprise vendor; School Board policy and/or State Board Rule 6A-1 012,as currently enacted or as d) The Palm Beach County or Certified MinorityWomen Business amended from time to time,in lieu of any offer received or award made as a result of Enterprise vendor; this bid if it is in its best interest to do so. e) The Florida Certified Minority/Women Business Enterprise vendor; f) The Broward County vendor, other than a Minority/Women Business Enterprise 7.49 PURCHASE BY OTHER PUBLIC AGENCIES:With the consent and agreement of vendor; the awarded contractor(s),purchases may be made under this RFP by other agencies. g) The Palm Beach County or Miami-Dade County vendor, other than a Such purchases shall be governed by the same terms and conditions as stated herein. Minority/Women Business Enterprise vendor; h) The Florida vendor, whose main office is in the State of Florida, other than a 7.50 PUBLIC ENTITY CRIMES: Section 287.133(2)(a), Florida Statutes, as currently Minority/Women Business Enterprise vendor. enacted or as amended from time to time,states that a person or affiliate who has i) If the application of the above criteria does not indicate a priority for an award,the been placed on the convicted vendor list following a conviction for a public entity crime award will be decided by a coin toss. The coin toss shall be held publicly in may not submit a proposal on a contract to provide any goods or services to a public Procurement&Warehousing Services,the tie low bid vendors invited to be present entity,may not submit a bid on a contract with a public entity for the construction or as witnesses. 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, Included as a part of the RFP documents is a Form entitled SWORN STATEMENT subcontractor, or consultant under a contract with any public entity, and may not PURSUANT TO CHAPTER 287.087,FLORIDA STATUTES,AS CURRENTLY ENACTED transact business with any public entity in excess of the threshold amount provided in OR AS AMENDED FROM TIME TO TIME,ON PREFERENCE TO BUSINESSES WITH Section 287.017 for CATEGORY TWO[currently$25,000]for a period of 36 months DRUG-FREE WORKPLACE PROGRAMS.This form will be used by the Proposer to certify from the date of being placed on the convicted vendor list. that it has implemented a drug-free workplace program 7.51 SEVERABILITY: In case of any one(1)or more of the provisions contained in this 7.56 CONFIDENTIAL RECORDS:The Awardee acknowledges that certain information about RFP shall be for any reason be held to be invalid,illegal.unlawful,unenforceable or the District's students is contained in records created, maintained or accessed by the void in any respect,the invalidity,illegality,unenforceability or unlawful or void nature Awardee and that this information is confidential and protected by the Family Educational of that provision shall not affect any other provision,and this RFP shall be considered Rights and Privacy Act of 1974(FERPA)(20 U.S.C.1232g),and/or the Health Insurance as if such invalid,unlawful.unenforceable or void provision had never been included Portability and Accountability Act(HIPAA) (45 CFR parts 160-164) and related District herein policies,as amended from time to time,currently available at www.browardschools corn. 7.52 DISTRIBUTION: DemandStar is the official method approved by Procurement & The confidential information cannot be disclosed unless valid consent is obtained from the Warehousing Services for the distribution of all competitive solicitations including ITBs students or their legal guardians.Both parties agree to protect these records in compliance and RFPs.It is the responsibility of all interested parties to ensure they have received with FERPA, HIPAA. and the District's policy. To the extent permitted by law, nothing all necessary documents, including Addenda and have included all necessary contained herein shall be construed as precluding either party from releasing such information within their response.SBBC is not responsible for Proposer's failure to information to the other so that each can perform its respective responsibilities. obtain complete bidding documents from DemandStar SBBC reserves the right to reject any bid as non-responsive for failure to include all necessary documents or Awardee agrees that it may create,receive from or on behalf of the District,or have access required Addenda. For information regarding the above-referenced solicitation, to,records or record systems that are subject to FERPA and/or HIPAA (collectively, the contact the designated Purchasing Agent,as stated herein. "Confidential Records").Awardee represents.warrants,and agrees that it will:(1)hold the Confidential Records in strict confidence and will not use or disclose the Confidential 7.53 PRICE REDUCTIONS:If,from the date of proposal opening,the Awardee either bids Records except as(a)permitted or required by this Agreement,(b)required by law,or(c) the same products and/or services at a lower price than offered to SBBC or reduces otherwise authorized by the District in writing: (2) safeguard the Confidential Records the price of the proposed product or service,the lowest of these reduced prices will be according to commercially reasonable administrative,physical and technical standards as extended to SBBC. required by law;and(3) continually monitor its operations and take any and all action 7.54 LOBBYIST ACTIVITIES: In accordance with SBBC Policy 1100B, as currently necessary to assure that the Confidential Records are safeguarded in accordance with the enacted or as amended from time to time,persons acting as lobbyists must state,at terms of this Agreement. At the request of the District, Awardee agrees to provide the the beginning of their presentation, letter, telephone call, e-mail or facsimile District with a written summary of the procedures Awardee uses to safeguard the transmission to School Board Members, Superintendent or Members of Senior Confidential Records. A breach of these confidentiality requirements shall constitute Management. the group, association, organization or business interest she/he is grounds for the District to terminate any Agreement with Awardee. representing. 7.57 FORCE MAJEURE:Neither party shall be obligated to perform any duty,requirement or a) A lobbyist is defined as a person who, for immediate or subsequent obligation under this Agreement if such performance is prevented by fire, hurricane, compensation (e.g., monetary profit/personal gain) represents a public or earthquake,explosion,wars,sabotage,accident,flood,acts of God,strikes,or other labor private group,association,organization or business interest and engages in disputes,riot or civil commotions,epidemics,pandemics,government regulations,and the efforts to influence School Board Members on matters within their official issuance or extension of existing government orders of the United States, the State of jurisdiction. Florida,or local county and municipal governing bodies,or by reason of any other matter or b) A lobbyist is not considered a person representing school-affiliated groups(e.g., condition beyond the control of either party,and which cannot be overcome by reasonable PTA,DAC,Band Booster Associations,etc.)nor a public official acting in her/his diligence and without unusual expense("Force Majeure").In no event shall lack of funds on official capacity the part of either party be deemed Force Majeure In the event that a vendor does not c) Lobbyists shall annually(July 1)disclose in each instance and for each client provide goods or services due to Force Majeure for a contract awarded through a prior to any lobbying activities, their identity and activities by completing the competitive solicitation,SBBC reserves the right to avoid a disruption in the provision of lobbyist statement form which can be obtained from Official School Board such goods or services by purchasing them either from an alternate awardee or by obtaining Records,School Board Member's Offices or the Superintendent's Office and will pricing from at least two(2)prospective vendors. be recorded on the School Board of Broward County's website, www.browardschools.com. 7.58 GRATUITIES:Proposer(s)shall not offer any gratuities,favors,or anything of monetary d) The lobbyist must disclose any direct business association with any current value to any official,employee,or agent of SBBC;including any School Board Member, elected or appointed official or employee of SBBC or any immediate family Superintendent of Schools and any Evaluation Committee Members,for the purpose of member of such elected or appointed official or employee of SBBC. influencing consideration of their Proposal. e) Senior-level employees (Pay Grade 30 and above) and/or School Board Members are prohibited from lobbying activities for one(1)year after resignation 7.59 PREPARATION AND COST OF PROPOSAL:Proposer is solely responsible for any and or retirement or expiration of their term of office. all costs associated with responding to this RFP.SBBC will not reimburse any Proposer 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 Proposer Broward County Public Schools Is An Equal Opportunity/Equal Access Employer RFP25-093:Demolition Services RFP No.RFP25-093 The School Board of Broward County, Florida Page 25 of 57 Pages By submitting a response to this RFP,the Proposer agrees to waive any cause of action 7.60 CERTIFICATION REGARDING DEBARMENT,SUSPENSION,INELIGIBILITY OR or claim for damages it may have against SBBC for its release of records in response to VOLUNTARY EXCLUSION—Lower Tier Covered Transactions:Executive Order a public record other than those that are prepared and labeled as confidential or exempt 12549,as currently enacted or as amended from time to time,provides that,to the as described in this section.The Proposer agrees to hold SBBC harmless from any award extent permitted by law,Executive departments and agencies shall participate in a to a plaintiff for damages,costs or attorney's fees based upon SBBC's non-disclosure of government-wide system for non-procurement debarment and suspension. A portions of Proposer's response that have been prepared and labeled as confidential or person who is debarred or suspended shall be excluded from Federal financial and exempt from public inspection and further agrees to reimburse SBBC for any attorney's non-financial assistance and benefits under Federal programs and activities.Except fees and costs it may incur in the defense of such nondisclosure. as provided in§85.200,Debarment or Suspension,§85.201,Treatment of Title IV HEA participation,and§85.215,Exception Provision,debarment or suspension of 7.62 PUBLIC RECORDS:The following provisions are required by Section 119 0701,Florida a participant in a program by one(1)agency shall have government-wide effect.A Statutes,and may not be amended.Awardee(s)shall keep and maintain public records lower tier covered transaction is, in part, any transaction between a participant required by SBBC to perform the services required under this contract.Upon request from (SBBC]and a person other than a procurement contract for goods or services, SBBC's custodian of public records,Awardee(s)shall provide SBBC with a copy of any regardless of type, under a primary covered transaction; and any procurement requested public records or to allow the requested public records to be inspected or copied contract for goods or services between a participant and a person,regardless of within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, type, expected to equal or exceed the Federal procurement small purchase Florida Statutes,or as otherwise provided by law.Awardee(s)shall ensure that public threshold fixed at 10 U.S.C.2304(g)and 41 U.S.C.253(g)(currently$100,000) records that are exempt or confidential and exempt from public records disclosure under a primary covered transaction; or any procurement contract for goods or requirements are not disclosed except as authorized by law for the duration of the contracts services between a participant and a person under a covered transaction,regardless term and following completion of the contract if Awardee(s)does not transfer the public of amount,under which that person shall have a critical influence on or substantive records to SBBC.Upon completion of the contract,Awardee(s)shall transfer,at no cost,to control over that covered transaction A participant may rely upon the certification of SBBC all public records in possession of Awardee(s)or keep and maintain public records a prospective participant in a lower tier covered transaction that it and its principals required by SBBC to perform the services required under the contract. If Awardee(s) are not debarred,suspended,proposed for debarment under 48 CFR part 9,subpart transfers all public records to SBBC upon completion of the contract,Awardee(s) shall 9.4,ineligible,or voluntarily excluded from the covered transaction,unless it knows destroy any duplicate public records that are exempt or confidential and exempt from public that the certification is erroneous.Each participant shall require participants in lower records disclosure requirements.If Awardee(s)keeps and maintains public records upon tier covered transactions to include the certification for it and its principals in any bid completion of the contract,Awardee(s)shall meet all applicable requirements for retaining submitted in connection with such lower tier covered transactions. public records.All records stored electronically must be provided to SBBC,upon request CERTIFICATION: from SBBC's custodian of public records, in a format that is compatible with SBBC's information technology systems. a) The prospective lower tier participant certifies,by submission of this RFP,that IF A PARTY TO THIS RFP HAS QUESTIONS REGARDING THE APPLICATION OF neither it nor its principals is presently debarred, suspended, proposed for CHAPTER 119,FLORIDA STATUTES,TO ITS DUTY TO PROVIDE PUBLIC RECORDS debarment,declared ineligible,or voluntarily excluded from participation in this RELATING TO THE RFP,CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 754- transaction by any Federal department or agency. 321-1900, RECORDREQUESTS(DBROWARDSCHOOLS.COM, RISK MANAGEMENT b) Where the prospective lower tier participant is unable to certify to any of the DEPARTMENT, PUBLIC RECORDS DIVISION, 600 SOUTHEAST THIRD AVENUE, statements in this certification, such prospective participant shall attach an FORT LAUDERDALE,FLORIDA 33301. explanation to this bid. 7.63 E•VERIFY:Pursuant to Section 448.095,Florida Statutes,any party contracting with SBBC Every time a proposal is submitted that includes a reference to this Form,a new Form shall register with and use the E-Verify system to verify the work authorization for all is required. Any proposal that does not include this required Form shall not be employees hired during the course of this RFP Agreement.Any such party shall require evaluated and shall not be considered for award. A signature is required on BOTH, any subcontractors used to perform the duties and responsibilities under this RFP the Debarment Form,AND the Required Response Form. A signature on one Agreement to register with and use the E-Verify system to verify the work authorization for document cannot be substituted for the signature required on the other document. all employees subcontractor hires during the course of this RFP Agreement.If applicable, Failure to complete and sign both documents requiring signature shall result in any such party must also obtain and retain an affidavit from a subcontractor stating that the rejection of the proposal submitted. subcontractor does not employ,contract with or subcontract with anyone who is not duly authorized to work in the United States.If SBBC has a good faith belief that any such party 7.61 PUBLIC INSPECTION OF PROPOSALS:Pursuant to Section 119.071(1)(b),Florida has knowingly violated Section 448.09(1), Florida Statutes, SBBC will immediately Statutes, responses received as a result of this RFP shall be exempt from public terminate the RFP Agreement.Termination pursuant to this section is not a breach of this inspection and copying until thirty(30)days after the opening of the proposals or until RFP Agreement and may not be considered as such. posting of the recommendation for intended award,whichever is earlier. If SBBC rejects all proposals and concurrently provides notice of its intent to reissue the 7 64 DEFAULT: The parties(SBBC and Awardee) agree that,if either party is in default of its competitive solicitation, the rejected proposals shall remain exempt from public obligations under this RFP,the non-defaulting party shall provide to the defaulting party inspection and copying until such time as SBBC posts notice of an intended decision (30)calendar days'written notice to cure the default. However,if said default cannot be concerning the reissued competitive solicitation or until SBBC withdraws the reissued cured within said thirty (30)calendar day period and the defaulting party is diligently competitive solicitation. attempting in good faith to cure same,the time period will be reasonably extended to allow If a Proposer contends that any portion of its response to the RFP is confidential and the defaulting party additional cure time. Upon the occurrence of a default that is not exempt from public inspection and copying,it is the Proposer's responsibility to clearly cured during the applicable cure period,this RFP may be terminated by the non-defaulting label each such portion of its proposal as confidential and specify the applicable party upon thirty(30)calendar days'notice. This remedy is not intended to be exclusive statutory exemption from public inspection and copying on such portion(s) of its of any other remedy,and each and every such remedy is cumulative and in addition to proposal.Confidential or exempt portions of any proposal must also be submitted in every other remedy now or hereafter existing at law or in equity or by statute or otherwise. a separate sealed envelope and marked as such.A failure by the Proposer to prepare No single or partial exercise by any party of any right, power, or remedy hereunder and label the confidential or exempt portions of its proposal in the manner specified precludes any other or future exercise thereof. Nothing in this section shall be construed in this section of the RFP shall constitute a waiver by Proposer of any applicable to preclude termination for convenience pursuant to section 7.46.If the default is not cured exemptions from disclosure or any confidential status including ones that may be by the Awardee the steps in section 7.44 shall be taken applicable to trade secrets under Florida law SBBC will promptly provide a Proposer's contact person with written notice if a public records request has been made for any portions of Proposer's response to the RFP SBBC will provide for the inspection or copying any non-exempt portions of any END OF THIS SECTION proposal in its possession in accordance with applicable law.If a Proposer wishes to preclude the inspection or copying of any non-exempt portions of its response to the RFP or if a dispute exists as to whether such portions are entitled to an exemption, the Proposer must obtain a protective order from a court of competent jurisdiction prohibiting the inspection or copying of the requested materials.The failure to timely initiate such legal proceedings shall constitute a waiver by the Proposer of any applicable exemption or confidential status of the requested materials. Broward County Public Schools Is An Equal Opportunity/Equal Access Employer RFP25-093:Demolition Services RFP No. RFP25-093 The School Board of Broward County, Florida Page 26 of 57 Pages SECTION 8.0 — FORMS AND ATTACHMENTS Please fill out all attachments. [THIS SPACE IS INTENTIONALLY LEFT BLANK] Broward County Public Schools Is An Equal Opportunity/Equal Access Employer RFP25-093:Demolition Services RFP No.RFP25-093 The School Board of Broward County, Florida Page 27 of 57 Pages ATTACHMENT A- ECONOMIC DEVELOPMENT & DIVERSITY COMPLIANCE (EDDC) FORMS THE SCHOOL BOARD OF BROWARD COUNTY, FLORIDA 1114. ECONOMIC DEVELOPMENT & DIVERSITY COMPLIANCE DEPARTMENT(EDDC) This form is Mandatory and must be completed and submitted with bid proposal. Document Number 00471 EDDC-Bidder/Proposer Assurance Statement SOLICITATION#: RFP25-093 SOLICITATION TITLE: Demolition Services NOTE TO BIDDERS: All Bidders/Proposers must complete Document 00471 at the time of Bid submission(Attachment A) INSTRUCTIONS: The Bidder/Proposer Assurance Statement must be submitted with Proposal/Bid submission. The EDDC Department requires documentation to confirm the Bidder/Proposer is a District Certified Emerging, Small, Veteran, Minority or Women Owned Business Enterprise (E/SN/M/WBE).EDDC's E/S/V/M/WBE Certificate must be submitted with proposal/Bid submission. COMPANY NAME: NAME OF BIDDER/PROPOSER 1. Is the Bidder/Proposer aware of the Affirmative Procurement Initiative assigned to this solicitation, if applicable?YesO No 0 2. Is the Bidder/Proposer a EDDC Certified ESVMWBE Firm:Check Mark Appropriate Box: Yes O No O 3. Is Bidder/Proposer Committing to Participation in Subcontracting with SBBC Certified E/SN/MIWBE? Check Mark Appropriate Box: Yes O No O If YES to Question#3 Please complete and submit Documents 00470 and 00475—Click on the link below to download EDDC Forms: Link to download Forms: Document 00470—Statement of Intent to Perform as an SIMIWBE Subcontractor. https:llwww.browardschools.com/cros/Iib/FL01803656/Centricity/domainl19315lcompliance/00470%20Statement%20of%20lntent%202021 .pdf Document 00475—Small/Minority/Women Business Enterprise Subcontractor Participation Schedule: https://www.browardschools.com/cros/lib/FLO1803656/Centricity/domain/193151compliance/00475%20Participation%20Schedule%202021 .pdf Post—Award Monthly Compliance Monitoring/Reporting Requirements. Click the link below to access the Supplier Management System(SMS)to submit Mandatory monthly reports. Document Link: https://browardschools.smwbe.com I attest that I have read,understood,and will comply with the EDDC Requirements. Name/Title: Signature: Date: Economic Development&Diversity Compliance Department 7720 West Oakland Park Blvd.,Suite 319,Sunrise, FL 33351 •(754)321-0770 www.BrowardSchools.com/SDOP Broward County Public Schools Is An Equal Opportunity/Equal Access Employer RFP25-093: Demolition Services RFP No. RFP25-093 The School Board of Broward County, Florida Page 28 of 57 Pages ATTACHMENT B —SCOPE OF SERVICES 1. GENERAL INFORMATION: Whenever demolition service is required, awarded vendors will be notified to provide a proposal for each project. When a vendor is requested to provide a proposal for a project, the proposal must be itemized based on the prices submitted on the Bid Summary Document and Additional Information Document of this bid. The District will not accept a quote based on a "not to exceed"dollar total.All quotes must be itemized. However, it is understood that individual demolition jobs may warrant an additional educational discount. Therefore, a vendor may always submit an itemized quote that is based on a lower price than those submitted in their bid documents. Award for the project will be based on the total lowest price after adjustments have been made for all preferences that may be applicable. Pricing provided on the Additional Information Document will not be considered in the award of this bid. The School District reserves the right to award all demolition projects less than 3,500 square feet to the vendor offering the lowest price for the specified type of structure based on pricing submitted in the Bid Summary Excel of the bid after adjustments have been made for all preferences that may be applicable. The District's representative will meet the awarded vendor on site for the purpose of conducting field measurements and noting exceptions and irregularities for the project. The awarded vendor will also provide the District's representative with a written time line reflecting daily estimated percentages of progress for the completion of a project. If the project completion can be accomplished within 72 hours or less, submission of the schedule will not be required. 2. DEMOLITION PROCEDURES: Upon receipt of Notice to Proceed, the awarded vendor (hereinafter referred to as the contractor) shall furnish all labor, supervisors, equipment, machinery, tools, materials, transportation, and other facilities and services necessary to complete all work specified herein inclusive of portable toilet facilities. Prior to the commencement of work a joint meeting between the contractor and the School District's representative shall be conducted to review the scope of work. Contractor shall document disconnection of above and underground utilities which include but are not limited to water, sewage, gas, electric, phone and cable television. Documentation shall accompany the invoice for payment. Material (debris) demolished will be transported to a land fill approved by the Solid Waste Authority, Department of Environmental Protection, or to an approved recycler or permitted clean fill site for disposal. COPIES OF ALL WASTE DISPOSAL RECORDS SHALL BE PROVIDED TO THE OWNER AS PROOF OF PROPER DISPOSAL AS AN ATTACHMENT TO THE FINAL INVOICE FOR PAYMENT. PAYMENT WILL NOT BE MADE UNTIL ACCEPTABLE WASTE DISPOSAL RECORDS ARE RECEIVED. When required, backfill shall be accomplished with clean fill,free of rocks and vegetation.After fill placement and compaction, grade the surface to meet adjacent contours and to provide flow to surface drainage structures if present. Surface depressions occurring within 30 days after completions of project shall be filled and graded by the contractor at no cost to the owner. Broward County Public Schools Is An Equal Opportunity/Equal Access Employer RFP25-093:Demolition Services RFP No. RFP25-093 The School Board of Broward County, Florida Page 29 of 57 Pages ATTACHMENT B —SCOPE OF SERVICES (Continued) Should the contractor encounter material which they identify as having the potential of being hazardous waste (e.g.asbestos, underground storage tanks or other unexpected substances), they shall cease work immediately and notify the District's representative Demolition shall be total removal of underground footings and pilings. Depressions caused by the contractor's activity shall be backfilled and compacted with clean backfill material provided by contractor, when required. Underground sanitation lines shall be removed to the city easement line, and capped with a permanent cap. As-built site plans are not available for all locations including all utilities (e.g. Irrigation). The District may provide an aerial view depicting the structures to be demolished. The contractor shall mark the location of all city/county/private utility lines they can identify. Free standing walls shall be leveled by the end of the work day. When required, a security guard shall be provided during the periods that contractor is not conducting demolition at the site. This shall include nights and weekends. The cost of security services shall be a separate bid item as noted in the Additional Information Section of the bid. The number of security guards required varies depending upon size of the structure to be demolished and layout of the site. Temporary fencing with windscreen shall be erected around larger demolition projects. The District's representative shall identify the sites and conditions requiring temporary fencing. Equipment, materials and machinery left on site by the contractor at the conclusion of each work day shall be secured. The School District of Broward County assumes no responsibility directly or implied for the vandalizing or theft of equipment on site or operated on site during the course of the demolition. All equipment, supplies and other items owned by the contractor shall be removed immediately upon completion of the project. Damage to city, county, state or private sidewalks, underground and above ground utilities, structures not part of the demolition project and personal property of any nature caused as a result of the contractor's activity shall be repaired or replaced by the contractor at no cost to the owner. A written notice of satisfactory replacement or repair shall be provided to the district representative by the contractor and signed by the governmental representative or private individual. This notice shall become a part of the project file to resolve future claims for damage. Demolition shall be accomplished in a systematic professional manner, with care and safeguards taken to protect adjacent property, contractor's employees, welfare and safety of the general public. Occupational Safety and Health Administration rules and regulation shall be observed at all times. Water and electrical power required for completion of the project shall be supplied by contractor. [REMAINDER OF PAGE INTENTIALLY LEFT BLANK] Broward County Public Schools Is An Equal Opportunity/Equal Access Employer RFP25-093: Demolition Services RFP No.RFP25-093 The School Board of Broward County, Florida Page 30 of 57 Pages ATTACHMENT B —SCOPE OF SERVICES (Continued) 3. INSPECTION: Contractor shall not conceal or render inaccessible work of any nature until it has been examined and approved by the District inspector.All work concealed or rendered inaccessible with no record or notification of inspection shall be uncovered by the contractor at no expense to the owner. Contractor shall contact the District representative following completion of demolition and establish a time for owner's inspector and any public authority representative required to ensure that work has been executed in accordance with specifications and all applicable codes. Contractor shall be responsible for notification of any public authority having jurisdiction on the demolition project as to the time and place of final inspection. Contractor shall provide written description for demolition removal procedures and schedule prior to commencement. 4. SCHEDULING: All projects shall be done on a continuous basis. Lags or gaps in the time task schedule for any project assigned under the provisions of this contract are unacceptable and may, at the owner's discretion, be grounds for termination of this contract. 5. POLLUTION CONTROLS: Contractor shall use water sprinkling, (minimum 1'/2" diameter hose) temporary enclosures, and other suitable methods to allow NO VISIBLE EMISSIONS and to comply with governing regulation pertaining to environmental protection. Contractor shall clean structures and other interior of dust, dirt and debris caused by demolition and return adjacent areas to condition existing prior to the start of the project. 6. SALVAGE: No materials salvaged from the site shall be stored or allowed to remain on site for a period exceeding 24 hours. Salvageable materials on site shall become the property of the contractor. The potential revenues which will be derived from disposal of salvageable materials should be taken into consideration by bidders in the formalization of the base bid price. 7. FIELD MEASUREMENTS: Measurements used in formulating bid shall be derived by exterior measurements of structure to be demolished. Square foot results shall be multiplied by square foot bid price under the type of structure to be demolished. Where a structure is constructed of a combination of materials (e.g. concrete block and wood) the total price shall be based upon the material with the greater weight to allow for dump fees. Final determination of material used in construction of any structure shall be made by the District's representative. Broward County Public Schools Is An Equal Opportunity/Equal Access Employer RFP25-093:Demolition Services RFP No. RFP25-093 The School Board of Broward County, Florida Page 31 of 57 Pages ATTACHMENT B —SCOPE OF SERVICES (Continued) 8. FIELD MEASUREMENTS: Measurements used in formulating bid shall be derived by exterior measurements of structure to be demolished. Square foot results shall be multiplied by square foot bid price under the type of structure to be demolished. Where a structure is constructed of a combination of materials (e.g. concrete block and wood) the total price shall be based upon the material with the greater weight to allow for dump fees. Final determination of material used in construction of any structure shall be made by the District's representative. 9. PRICING: Contract price shall be in accordance with pricing submitted in this bid plus any discount. Proof of disposal shall be on the load tickets submitted with the contractor's final invoice at the completion of project. Payment will not be made until acceptable waste disposal records are received. Refer to Paragraph 2 of Specifications. Quotations shall be based upon the actual square footage measured on the exterior of the structure to be demolished per story. All waste fees / dumping fees will remain flexible based on the current market conditions and applicable fees when the demolition work/transportation of waste material/dumping is performed. No mark-up is allowed. 10. PROJECT RECORD DOCUMENTS: Accurately record actual locations of capped utilities and sub-surface obstructions. 11. ENVIRONMENTAL AND CONSERVATION SERVICES: When applicable, the Broward County School District Environmental and Conservation Services office will collect samples to determine if Asbestos Containing Material (ACM) is present prior to the demolition of a site. When Asbestos Containing Material is present and left in the building, the, material should be disposed of per Federal (EPA), State (DEP) and Local (PBC Health Department) environmental regulations. For asbestos materials required to be removed prior to demolition, the District's Environmental and Conservation Services office will abate. NESHAPs notification to the Department of Health shall be made by the Environmental and Conservation Services office a minimum of ten days prior to the start of demolition. 12. MOBILIZATION FEE: Each bidder may submit a mobilization fee that shall not exceed 5% of total project cost or$500, whichever is less. 13. WATER USAGE FEE: Each bidder may submit a water usage fee that shall not exceed 2% of total project cost or$300, whichever is less. 14. REGULATORY REQUIREMENTS: A. Conform to applicable code (NESHAPs)for demolition of structure, safety of adjacent structure, dust control. B. Obtain required permits from authorities. C. Notify affected utility companies before starting work and comply with their requirements. D. Do not close or obstruct roadways, sidewalks, and hydrants without permits. E. Conform to procedures applicable (Demolition Checklist) when discovering hazardous or contaminated materials. Broward County Public Schools Is An Equal Opportunity/Equal Access Employer RFP25-093: Demolition Services RFP No. RFP25-093 The School Board of Broward County, Florida Page 32 of 57 Pages ATTACHMENT B —SCOPE OF SERVICES (Continued) 15. SITE PREPARATION: A. Provide, erect and maintain temporary barriers and security devices, when required. B. Protect existing landscaping materials, appurtenances, structures, which are not to be demolished. C. Prevent movement or settlement of adjacent structures. Provide bracing and shoring. D. Mark locations of utilities. 16. DEMOLITION REQUIREMENTS: A. Conduct demolitions to minimize interference with adjacent structures and occupancies. B. Cease operations immediately if adjacent structures appear to be in danger. Notify owner. Do not resume operations until directed. C. Conduct operations with minimum interference to public or private accesses. Maintain protected egress and access at all times. D. Pre-wet material before demolition, while also keeping material wet during demolition and material loading with water so as not to allow visible emissions. Provide hoses and water connections for this purpose (minimum 11/2" diameter hoses). Garden hoses shall not be allowed. E. Disconnect, remove and cap and identify designated utilities within demolition areas. F. Remove foundation walls and footings to a minimum of two feet below finished grade. G. Remove concrete slabs-on-grade. H. Backfill open pits and holes caused as a result of demolition. I. Rough grade and compact areas affected by demolition to maintain site grades and contours. J. Remove demolished materials from site. K. Remove and promptly dispose of contaminated, vermin infested, or dangerous materials encountered. L. Do not burn or bury materials on site. Leave site in clean condition. M. Remove temporary work. N. Fill materials shall be natural river or bank sand, free of silt, clay, loam, friable or soluble materials or organic matter. 17. CONTRACTORS REQUIREMENTS: The successful bidder (hereinafter referred to as the contractor) shall furnish, at their expense, all labor, supervisors, equipment, machinery, tools, materials, transportation, and other facilities and services necessary to fully complete all work specified herein inclusive of portable toilet facilities. Work shall be accomplished in accordance with specifications set forth herein, and all applicable state, county and local laws, codes and ordinances. In addition, the contractor shall comply with the letter and intent of all EPA, OSHA and any other pertinent federal state and local regulations concerning the work specified. Any and all work not meeting these requirements shall be corrected at no expense to the School District. Contractor shall secure and pay applicable fees, licenses necessary for the proper execution and completion of required work. The contractor shall be responsible for ALL underground utility locates, inclusive of irrigation, and shall provide two (2) copies of underground utilities locate report/plan to appropriate District official for project, prior to destruction commencement. Broward County Public Schools Is An Equal Opportunity/Equal Access Employer RFP25-093:Demolition Services RFP No.RFP25-093 The School Board of Broward County, Florida Page 33 of 57 Pages ATTACHMENT B —SCOPE OF SERVICES (Continued) Contractor shall correct any and all damage caused by their operations to the District's satisfaction at no additional cost to the District inclusive of, but not limited to, Any water lines, sanitary lines, irrigation lines, electrical lines, curbs, sidewalks, fences, gates, streets, parking lots, grassed areas, broken or damaged. This shall include the correcting and reworking all sodded or grassed areas damaged due to their operations. The contractor shall provide protection to buildings, structures and utilities that are under or above the ground, or on the surface, from contractor's operations that may be hazardous and/or damaging to said facilities. The contractor shall be responsible for the protection of personnel against hazards or injuries due to the demolition operation at the work site. The public shall be protected at all times from danger areas where injury may occur and all danger areas must be clearly marked. The contractor shall be responsible to ensure frequent pick-up of all refuse, rubbish, scrap materials, and debris that result from their operations so that work site presents a neat and orderly appearance at all times. All rubbish, scrap, etc., shall be transported from the premises. NO rubbish shall be deposited as fill on the work site. At completion of work, the contractor shall remove all work materials,tools, construction equipment, machinery, and surplus materials from the work site and shall leave project in ready to use condition. Safeguard of all equipment, tools, materials, etc., at the work site is the contractor's responsibility. The contractor shall have an English-speaking supervisor/representative on the worksite at all times, who shall be thoroughly knowledgeable of all plans, specifications, and other contract documents and has the authority to act in the contractor's behalf. [REMAINDER OF PAGE INTENTIALLY LEFT BLANK] Broward County Public Schools Is An Equal Opportunity/Equal Access Employer RFP25-093: Demolition Services RFP No.RFP25-093 The School Board of Broward County,Florida Page 34 of 57 Pages ATTACHMENT C—CONFLICT OF INTEREST MUST BE COMPLETED BY ALL PROPOSERS (See General Condition 7.15 and Section 4.2) DISCLOSURE OF POTENTIAL CONFLICT OF INTEREST AND CONFLICTING EMPLOYMENT OR CONTRACTUAL IRELATIONSHIP In accordance with General Condition 7.15, each Proposer must disclose, in its RFP, the names of any employees who are employed by the Proposer who are also an employee of SBBC. Persons identified below may have obligations and restrictions applicable to them under Chapter 112, Florida Statutes. Name of Proposer's Employee SBBC Title or Position of Proposer's Employee SBBC Department/School of Proposer's Employee Check one of the following and sign: ❑ I hereby affirm that there are no known persons employed by the Proposer who are also employees of SBBC. ❑ I hereby affirm that all known persons who are employed by Proposer and who are also employees of SBBC have been identified above. Signature Printed Name of Official Company Name Business Address City,State,Zip Code Broward County Public Schools Is An Equal Opportunity/Equal Access Employer RFP25-093: Demolition Services RFP No. RFP25-093 The School Board of Broward County, Florida Page 35 of 57 Pages ATTACHMENT D— DEBARMENT MUST BE COMPLETED BY ALL PROPOSERS (See General Condition 7.60 and Section 4.2) CERTIFICATION OF DEBARMENT, SUSPENSION, INELIGIBILITY, AND VOLUNTARY EXCLUSION LOWER TIER TRANSACTIONS (BEFORE COMPLETING CERTIFICATION,READ INSTRUCTIONS ON NEXT PAGE.) This certification is required by the regulations implementing Executive Order 12549,Debarment and Suspension,45 CFR 1183.35,Participants' responsibilities.The regulations were published as Part VII of the May 26, 1988 Federal Register(pages 19160-19211).Copies of the regulations may be obtained by going to this link: http:I/www.gpo.gov/fdsyslgranule/CFR-2011-title45-voI3/CFR-2011-title45-vol3-sec1183-35. (1) The prospective lower-tier participant certifies, by submission of this proposal, that neither it nor its principals are presently debarred, suspended, proposed for debarment,declared ineligible,or voluntarily excluded from participation in this transaction by any federal department or agency. (2)Where the prospective lower-tier participant is unable to certify any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Organization Name Name(s)and Title(s)of Authorized Representative(s) Signature(s) Date [THIS SPACE IS INTENTIONALLY LEFT BLANK] Broward County Public Schools Is An Equal Opportunity/Equal Access Employer RFP25-093: Demolition Services RFP No.RFP25-093 The School Board of Broward County, Florida Page 36 of 57 Pages INSTRUCTIONS FOR ATTACHMENT D-CERTIFICATION OF DEBARMENT 1. By signing and submitting this proposal,the prospective lower-tier participant will provide the certification set out below. 2. The certification in this clause is a material representation of the fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower-tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the federal government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 3. The prospective lower tier participant shall provide immediate written notice to the person to whom this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 4. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction," "participant," "person," "primary covered transaction,""principal,""proposal,"and"voluntarily excluded,"as used in this clause,have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549.You may contact the person to whom this proposal is submitted for assistance in obtaining a copy of those regulations. 5. The prospective lower-tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower-tier covered transaction with a person who is debarred,suspended,declared ineligible,or voluntarily excluded from participation in this covered transaction,unless authorized by the department or agency with which this transaction originated. 6. The prospective lower tier participant further agrees by submitting this proposal that it will include the clause titled"Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion-Lower Tier Covered Transactions," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower-tier covered transaction that it is not debarred, suspended, ineligible,or voluntarily excluded from the covered transaction unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to,check the Non-procurement List(Telephone Number). 8. Nothing contained in the foregoing shall be construed to require the establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant are not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower-tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the federal government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. [THIS SPACE IS INTENTIONALLY LEFT BLANK] Broward County Public Schools Is An Equal Opportunity/Equal Access Employer RFP25-093: Demolition Services RFP No. RFP25-093 The School Board of Broward County, Florida Page 37 of 57 Pages ATTACHMENT E— REFERENCES MUST BE COMPLETED BY ALL PROPOSERS Company Name: List the minimum number of required references as stated in the Special Conditions, which show experience in similar work, including nature and scope of work,which demonstrates expertise in providing the services as stated herein. Provide scope of work, name of firm, contact name, E-mail, telephone number,and date(s)of service. REFERENCE 1 Name of Firm: Contact Person: Contact's Email: Contact's Phone: Date(s)of Service: Scope of Work: REFERENCE 2 Name of Firm: Contact Person: Contact's Email: Contact's Phone: Date(s)of Service: Scope of Work: REFERENCE 3 Name of Firm: Contact Person: Contact's Email: Contact's Phone: Date(s)of Service: Scope of Work: Broward County Public Schools Is An Equal Opportunity/Equal Access Employer RFP25-093: Demolition Services RFP No. RFP25-093 The School Board of Broward County, Florida Page 38 of 57 Pages ATTACHMENT F—COST OF SERVICES THIS EXCEL FILE MUST BE DOWNLOADED DIRECTLY FROM DEMANDSTAR SPREADSHEET: Vendor must fill out the attached Cost of Services Excel document electronically. No handwritten summary sheets will be accepted.Complete the Excel file and submit in .xls type format with your bid proposal response in Demand Star. NOTE: Carefully review each tab to ensure all applicable spaces are completed. Below is a list of the tabs: SEE ATTACHED EXCEL(.XLS) PRICING BID SUMMARY SHEET TABS AS FOLLOWS: 1) Company Representative—Must be completed by Proposer 2) Tab Pricing—Must be completed by Proposer 3) Additional Information 4) Disposal Fees Broward County Public Schools Is An Equal Opportunity/Equal Access Employer RFP25-093: Demolition Services RFP No.RFP25-093 The School Board of Broward County, Florida Page 39 of 57 Pages ATTACHMENT G—WORKERS' COMPENSATION AFFIDAVIT THE SCHOOL BOARD OF BROWARD COUNTY, FLORIDA WORKERS' COMPENSATION AFFIDAVIT CERTIFICATION OF NUMBER OF EMPLOYEES (Complete only if your firm has less than four(4) employees) (Company Name) hereby certifies and affirms that the entity named herein has less than four (4) employees nor uses any subcontractor(s) with four(4) or more employees and will not have four (4) or more employees during the term of this contract. I further certify that, if during the period covered by this affidavit, the entity named herein becomes an employer with four(4) or more employees or uses subcontractor(s) with four(4) or more employees, a Certificate of Insurance shall be provided to The School Board of Broward County, Florida, within five (5) business days. With respect to the construction industry, all employment in which one (1) or more employees are employed shall provide evidence of Workers' Compensation coverage. Under penalties of perjury, I declare that I have read the foregoing Workers' Compensation Affidavit and that the facts stated in it are true. Electronic or handwritten signature: Print/Type Name: Title: Broward County Public Schools Is An Equal Opportunity/Equal Access Employer RFP25-093: Demolition Services RFP No.RFP25-093 The School Board of Broward County,Florida Page 40 of 57 Pages ATTACHMENT H -AFFIDAVIT REGARDING THE USE OF COERCION FOR LABOR AND SERVICES MUST BE COMPLETED BY ALL PROPOSERS Respondent Vendor Name: Vendor FEIN:: Vendor's Authorized Representative Name and Title: Vendor Address: City: State: ZIP Code: Phone Number: Email Address: Section 787.06 Florida Statutes requires all nongovernmental entities executing renewing or extending a contract with a governmental entity to provide an affidavit signed by and officer or representative of the nongovernmental entity under penalty of perjury that the nongovernmental entity does not use coercion for labor on services as defined I that statute. The School Board of Broward County, Florida is a governmental entity for purposes of this statute. As the person authorized to sign on behalf of Respondent, I certify that the company identified does not: • Use or threaten to use physical force against any person; • Restrain, isolate,or confine or threaten to restrain,isolate,or confine or threaten to restrain, isolate or confine any person without lawful authority and against her or his will, • Use lending or other credit methods to establish a debt by any person when labor or services are pledged as a security for the debt, if the value of the labor or services as reasonably assessed is not applied toward the liquidation of the debt, the length and nature of the labor or services are not respectively limited and define, • Destroy, conceal, remove, confiscate, withhold, or possess any actual or purported passport, visa, or other immigration documents, or any other actual or purported government identification document, of any person. • Cause or threaten to cause financial harm to any person, • Entice or lure any person by fraud or deceit, or • Provide a controlled substance as outlined in Schedule 1 or Schedule II of s. 893.03 to any person for the purpose of exploitation of that person. Under penalties of perjury, I declare that I have read the foregoing affidavit regarding the use of coercion for labor and services and that the facts stated in it are true. Electronic or Handwritten Signature: Print/Type Name: Title: Broward County Public Schools Is An Equal Opportunity/Equal Access Employer RFP25-093:Demolition Services RFP No. RFP25-093 The School Board of Broward County, Florida Page 41 of 57 Pages ATTACHMENT I—DRUG FREE WORKPLACE 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 ELECTRONICALLY OR IN HANDWRITING. This sworn statement is submitted to The School Board of Broward County, Florida, By (Print individual's name and title) for (Print name of entity submitting sworn statement) whose business address is and (if applicable) its Federal Employer Identification Number(FEIN) is (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: .) I certify that I have established a drug-free workplace program and have complied with the following: 1. Published a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Informed employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Given each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1) above. 4. In the statement specified in subsection (1)above, notified the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. 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. 7. Under penalties of perjury, I declare that I have read the foregoing Drug Free Work place and that the facts stated in it are true. (Vendor Electronic Or Handwritten Signature) Broward County Public Schools Is An Equal Opportunity/Equal Access Employer RFP25-093: Demolition Services RFP No. RFP25-093 The School Board of Broward County, Florida Page 42 of 57 Pages ATTACHMENT J—W-9 FORM Please retrieve the latest version of the W-9 form from the IRS website listed below: https://www.irs.gov/pub/irs-pdf/fw9.pdf This form can be filled out online and printed for signature. Only page one (1) needs to be returned. [THIS SPACE IS INTENTIONALLY LEFT BLANK] Broward County Public Schools Is An Equal Opportunity/Equal Access Employer RFP25-093:Demolition Services RFP No.RFP25-093 The School Board of Broward County,Florida Page 43 of 57 Pages ATTACHMENT K—SBBC SAMPLE AGREEMENT FOR VIEWING PURPOSES ONLY AGREEMENT THIS AGREEMENT is made and entered into by and between: THE SCHOOL BOARD OF BROWARD COUNTY, FLORIDA (hereinafter referred to as "SBBC"), a body corporate and political subdivision of the State of Florida, whose principal place of business is 600 Southeast Third Avenue, Fort Lauderdale, Florida 33301 and INSERT EXACT LEGAL NAME OF OTHER PARTY (hereinafter referred to as "VENDOR"), whose principal place of business is [insert address here] WHEREAS,SBBC issued a Request for Proposal identified as RFP FY2X-XXX-Title(hereinafter"RFP"); dated and amended by Addendum No. 1, dated all of which are incorporated by reference herein, for the purpose of receiving proposals for (Repeat Title) ; and WHEREAS, VENDOR offered a proposal dated (hereinafter referred to as "Proposal") which is incorporated by reference herein, in response to this RFP; and WHEREAS, VENDOR shall provide construction, operational and information technology auditing services to assist the Office of the Chief Auditor which will include, but not limited to, facility audits, general contractor audits, subcontractor payment audits, construction program oversight, site safety and security audits, technology audits, information systems audits, information security audits, operational audits of business/service departments, internal fund/accounts/activities of schools, and process reviews, as requested. NOW, THEREFORE, in consideration of the premises and of the mutual covenants contained herein and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the parties hereby agree as follows: ARTICLE 1-RECITALS 1.01 Recitals. The parties agree that the foregoing recitals are true and correct and that such recitals are incorporated herein by reference. 2.01 Term of Agreement. (a) The term of this Agreement commences on ("Effective Date") and concludes on unless terminated earlier pursuant to section 3.05 of this Agreement. The term of the Agreement may, by mutual agreement between SBBC and VENDOR, be extended for two (2) additional one-year periods and, if needed, 180 days beyond the expiration date of the renewal period. SBBC's Procurement&Warehousing Services Department, will, if considering renewing, request a letter consenting to renewal from VENDOR, prior to the end of the term. Any renewal period shall be approved by a written Amendment to this Agreement that is approved and executed by both parties. Broward County Public Schools Is An Equal Opportunity/Equal Access Employer RFP25-093:Demolition Services RFP No.RFP25-093 The School Board of Broward County,Florida Page 44 of 57 Pages (b) When a subsequent Agreement award process for the award of the goods or services sought under this competitive solicitation is stopped due to the filing of a formal written protest, SBBC reserves the right to extend any Agreement awarded under this competitive solicitation for the goods or services contained in the subsequent competitive solicitation that is being protested. Such extension shall be until such time as the new award under protest can be approved by SBBC. 2.02 Description of Services Provided. VENDOR shall provide SBBC with the Scope of Services in its Proposal and in compliance with this Agreement, the RFP and its Addenda, and as specified below: PROVIDE SCOPE OF SERVICES - HERE 2.03 Priority Documents. In the event of a conflict between documents, the following priority of documents shall govern. First: This Agreement, then; Second: Addendum No. 1, then; Third: RFP FY2X-XXX—Title, then; Fourth: Proposal submitted in response to the RFP by VENDOR. 2.04 Cost and Payment. (a) Cost. The costs to SBBC for services that VENDOR must satisfactorily render under this Agreement and the hourly cost provided below shall include all travel and out-of-pocket expenses (all-inclusive) and are as follows: PROVIDE SAMPLE COST OF SERVICES -HERE (b) VENDOR may also provide during the term of this Agreement, a written quotation to SBBC for specialized consultant services which are not directly covered under this Agreement but would be needed to perform the audit services. The written quotation shall provide the type of consultant services requested,the scope of services to be performed and cost of services which may be negotiated by SBBC with the consultant and VENDOR. (c) Payment. VENDOR shall submit a proper and appropriate invoice together with all required documentation to the Department Name, The School Board of Broward County, Florida, Address. SBBC will pay VENDOR's proper and appropriate invoice within thirty (30) calendar days of the date of same invoice. (Note: If vendor is a SMWBE Certified Vendor then change the thirty(30)calendar days to net seven (7)days after date of same invoice.) (d) The costs within VENDOR's invoices shall not exceed the total amount as stated on the Purchase Order(s)issued. VENDOR may offer, at any time to SBBC,a special educational discount for pricing and/or reduce the cost of services during the term of this Agreement. VENDOR may invoice SBBC at an hourly rate less than its original bid price at any time during the term of this Agreement. 2.05 SBBC Disclosure of Education Records (Written in conjunction with Todd Sussman) (Purposes) Section (a) should list all of the purposes that SBBC will give student education records to an outside party/vendor. ANY student information is considered an education record, even if it is not academic. The first purpose listed must be a user-friendly description of'the program or service. (a) SBBC staff will provide with the education records in this section for the following purposes: Broward County Public Schools Is An Equal Opportunity/Equal Access Employer RFP25-093:Demolition Services RFP No.RFP25-093 The School Board of Broward County,Florida Page 45 of 57 Pages (1) [overall description of program or service in user-friendly terms] (2) [The number of purposes varies by agreement] (3) (4) (Types) Section b lists all the types of student records given to an outside party/vendor as well as method of delivery. Different methods of delivery will need their own subsection (i.e.: a,b,c) (b) SBBC will provide with the following education records, via [method of delivery] (1) Student first and last name (2) (3) NOTES: At times if an SBBC database will be accessed by a vendor, only the types of records needed and information about the specific students served is allowed to be accessed by the vendor. Anything beyond that is a violation of FERPA. Some agreements cover disclosures made via the District's integration system (currently: Clever). Please verify (with IT)that any disclosures listed with this method are do-able. 2.06 VENDOR Safeguarding the Confidentiality of Education Records (a)Notwithstanding any provision to the contrary within this Agreement, shall: 1) fully comply with the requirements of Sections 1002.22, 1002.221, and 1002.222, Florida Statutes; the Family Educational Rights and Privacy Act, 20 U.S.0 § 1232g (FERPA) and its implementing regulations (34 C.F.R. Part 99), and any other state or federal law or regulation regarding the confidentiality of student information and records; 2) hold any education records in strict confidence and not use or re-disclose same except as required by this Agreement or as required or permitted by law unless the parent of each student or a student age 18 or older whose education records are to be shared provides prior written consent for their release; 3) ensure that, at all times, all of its employees who have access to any education records during the term of their employment shall abide strictly by its obligations under this Agreement, and that access to education records is limited only to its employees that require the information to carry out the responsibilities under this Agreement and shall provide said list of employees to SBBC upon request; Broward County Public Schools Is An Equal Opportunity/Equal Access Employer RFP25-093:Demolition Services RFP No.RFP25-093 The School Board of Broward County,Florida Page 46 of 57 Pages 4) safeguard each education record through administrative,physical and technological standards to ensure that adequate controls are in place to protect the education records and information in accordance with FERPA's privacy requirements; 5) utilize the education records solely for the purposes of providing products and services as contemplated under this Agreement; and shall not share,publish, sell, distribute, target advertise, or display education records to any third party; 6) notify SBBC immediately upon discovery of a breach of confidentiality of education records by telephone at 754-321-0421 (Assistant Director, Information Security), and 754-321-1900 (Privacy Officer), and email at privacy@browardschools.com; and take all necessary notification steps as may be required by federal and Florida law, including, but not limited to,those required by Section 501.171, Florida Statutes; 7) fully cooperate with appropriate SBBC staff, including Privacy Officer and/or Information Technology staff to resolve any privacy investigations and concerns in a timely manner; 8) prepare and distribute, at its own cost, any and all required breach notifications, under federal and Florida Law,or reimburse SBBC any direct costs incurred by SBBC for doing so,including,but not limited to,those required by Section 501.171, Florida Statutes 9) be responsible for any fines or penalties for failure to meet breach notice requirements pursuant to federal and/or Florida law; 10)provide SBBC with the name and contact information of its employee who shall serve as SBBC's primary security contact and shall be available to assist SBBC in resolving obligations associated with a security breach of confidentiality of education records; and 11)purge education records from any media once the media is no longer in use or is to be disposed. (b) All education records shall remain the property of SBBC, and any party contracting with SBBC serves solely as custodian of such information pursuant to this Agreement and claims no ownership or property rights thereto and,upon termination of this Agreement shall,at SBBC's request,return to SBBC or dispose of the education records in compliance with the applicable Florida Retention Schedules and provide SBBC with a written acknowledgment of said disposition. (c) shall, for itself, its officers, employees, agents, representatives, contractors or subcontractors, fully indemnify and hold harmless SBBC and its officers and employees for any violation of this section, including, without limitation, defending SBBC and its officers and employees against any complaint, administrative or judicial proceeding,payment of any penalty imposed upon SBBC,or payment of any and all costs, damages,judgments or losses incurred by or imposed upon SBBC arising out of a breach of this covenant by the party, or an officer, employee, agent, representative, contractor, or sub-contractor of the party to the extent that the party or an officer, employee, agent, representative, contractor, or sub-contractor of the party shall either intentionally or negligently violate the provisions of this section or of Sections 1002.22 and/or 1002.221, Florida Statutes. This section shall survive the termination of all performance required or conclusion of all obligations existing under this Agreement. 2.07 HIPAA Compliance. acknowledges that the Health Insurance Portability and Accountability Act("HIPAA") and the Health Information Technology for Economic and Clinical Health Act of 2009 ("HITECH Act") (HIPAA and HITECH Act are collectively referred to herein as "HIPAA")protect the privacy of protected health information ("PHI") and may be applicable to student records in certain circumstances; and shall enter into SBBC's HIPAA Business Associate Agreement ("BAA") attached as Attachment A. PHI may be used and disclosed only in compliance with HIPAA. Broward County Public Schools Is An Equal Opportunity/Equal Access Employer RFP25-093:Demolition Services RFP No.RFP25-093 The School Board of Broward County,Florida Page 47 of 57 Pages 2.08 Data Center Control Standards (a) The Statement on Standards for Attestation Engagements("SSAE") 16 or SSAE 18 is a set of auditing standards and guidance on using the standards,published by the Auditing Standards Board("ASB")of the American Institute of Certified Public Accountants ("AICPA"), for redefining and updating how service companies report on compliance controls. (b) An SSAE 16 or SSAE 18 compliance assessment must be completed and an SSAE 16 or SSAE 18 compliance assessment report(s) must be issued before the commencement of services for each data center to be utilized and/or hosted by VENDOR or by one of VENDOR's subcontractors in the performance of this Agreement. A copy of each SSAE 16 or SSAE 18 compliance assessment report(s) shall be provided to SBBC within ten (10) calendar days after the Effective Date of this Agreement and before the commencement of services by the VENDOR or by any of VENDOR's subcontractors. Each data center utilized and/or hosted by VENDOR or one of VENDOR's subcontractors in the performance of this Agreement shall have and maintain a current SSAE 16 or SSAE 18 certification. Each data center utilized and/or hosted by VENDOR or by one of VENDOR's subcontractors in the performance of this Agreement thereafter must, at minimum, annually complete an SSAE 16 or SSAE 18 compliance assessment and maintain SSAE 16 or SSAE 18 certification. The resulting annual SSAE 16 or SSAE 18 compliance assessment report(s)shall be provided by VENDOR to SBBC throughout the term of the Agreement and within ten(10)calendar days after its/their receipt by the VENDOR or the VENDOR's subcontractors. Along with the two types of audits, the copies of the SSAE 16 or SSAE 18 compliance assessment reports provided to SBBC shall include any completed Service Organization Control ("SOC") reports including (a) SOC 1 reports containing internal controls over financial reporting; (b) SOC 2 reports covering security, processing integrity, privacy controls, confidentiality and availability; and/or (c) the final SOC 3 report. SBBC is unable to execute a nondisclosure agreement ("NDA") for its receipt of any such reports. However, any information or documents provided to SBBC by the VENDOR or any of its subcontractors that is clearly labeled as"Confidential and Exempt from Public Inspection as a Trade Secret pursuant to Section 812.081(1)(f), Florida Statutes" will only be viewed by such SBBC personnel as is necessary and will not be made available for public inspection or copying pursuant to Chapter 119, Florida Statutes, and with Section 24(a), Article I of the Florida Constitution. 2.09 Inspection of VENDOR's Records by SBBC. VENDOR shall establish and maintain books, records, and documents (including electronic storage media) sufficient to reflect all income and expenditures of funds provided by SBBC under this Agreement. All VENDOR's applicable records,regardless of the form in which they are kept, shall be open to inspection and subject to audit, inspection,examination,evaluation,and reproduction, during normal working hours,by SBBC's agent or its authorized representative to permit SBBC to evaluate,analyze, and verify the satisfactory performance of the terms and conditions of this Agreement and to evaluate, analyze, and verify the applicable business records of VENDOR directly relating to this Agreement in order to verify the accuracy of invoices provided to SBBC. Such audit shall be no more than one (1) time per calendar year. (a) Duration of Right to Inspect. For the purpose of such audits, inspections, examinations,evaluations, and reproductions, SBBC's agent or authorized representative shall have access to VENDOR's records from the Effective Date of this Agreement, for the duration of the term of this Agreement, and until the later of five (5)years after the termination of this Agreement or five (5) years after the date of final payment by SBBC to VENDOR pursuant to this Agreement. (b) Notice of Inspection. SBBC's agent or its authorized representative shall provide VENDOR reasonable advance written notice [not to exceed two (2) weeks] of any intended audit, inspection, examination, evaluation, and reproduction. Broward County Public Schools Is An Equal Opportunity/Equal Access Employer RFP25-093:Demolition Services RFP No.RFP25-093 The School Board of Broward County,Florida Page 48 of 57 Pages (c) Audit Site Conditions. SBBC's agent or its authorized representative shall have reasonable access to VENDOR's facilities and to any and all records related to this Agreement, and shall be provided adequate and appropriate work space in order to exercise the rights permitted under this section. (d) Failure to Permit Inspection. Failure by VENDOR to permit audit, inspection, examination, evaluation,and reproduction as permitted under this section constitute grounds for termination of this Agreement by SBBC for cause and are grounds for SBBC's denial of some or all of any VENDOR's claims for payment. (e) Overcharges and Unauthorized Charges. If an audit conducted in accordance with this section discloses overcharges or unauthorized charges to SBBC by VENDOR in excess of two percent (2%) of the total billings under this Agreement, the actual cost of SBBC's audit shall be paid by VENDOR. If the audit discloses billings or charges to which VENDOR is not contractually entitled, VENDOR shall pay said sum to SBBC within twenty (20) calendar days of receipt of written demand. (f) Inspection of Subcontractor's Records. If applicable, VENDOR shall require any and all subcontractors, insurance agents and material suppliers (hereafter referred to as "Payees") providing services or goods with regard to this Agreement to comply with the requirements of this section by insertion of such requirements in any written subcontract. Failure by VENDOR to include such requirements in any subcontract constitute grounds for termination of this Agreement by SBBC for cause and are grounds for the exclusion of some or all of any Payees' costs from amounts payable by SBBC to VENDOR pursuant to this Agreement and such excluded costs shall become the liability of VENDOR. (g) Inspector General Audits. VENDOR shall comply and cooperate immediately with any inspections, reviews, investigations, or audits deemed necessary by the Florida Office of the Inspector General or by any other state or federal officials. 2.10 Notice. When any of the parties desire to give notice to the other, such notice must be in writing,sent by U.S.Mail,postage prepaid, addressed to the party for whom it is intended at the place last specified; the place for giving notice shall remain such until it is changed by written notice in compliance with the provisions of this paragraph. For the present, the parties designate the following as the respective places for giving notice: To SBBC: Superintendent of Schools The School Board of Broward County, Florida 600 S.E.3rd Avenue Fort Lauderdale, Florida 33301 With a Copy to: Chief Auditor Office of the Chief Auditor The School Board of Broward County, Florida 600 S.E.3rd Avenue Fort Lauderdale, Florida 33301 To VENDOR: Insert Name Provided by Other Party Insert Address Provided by Other Party With a Copy to: Insert Name Provided by Other Party Insert Address Provided by Other Party 2.11 E-Verify. Pursuant to Section 448.095, Florida Statutes, any party contracting with SBBC shall register with and use the E-Verify system to verify the work authorization for all employees hired during the course of this Agreement. Any such party shall require any subcontractors used to perform the duties and responsibilities under this Agreement to register with and use the E-Verify system to verify the work authorization for all employees Broward County Public Schools Is An Equal Opportunity/Equal Access Employer RFP25-093:Demolition Services RFP No.RFP25-093 The School Board of Broward County,Florida Page 49 of 57 Pages that the subcontractor hires during the course of this Agreement. If applicable, any such party must also obtain and retain an affidavit from a subcontractor stating that the subcontractor does not employ, contract with or subcontract with anyone who is not duly authorized to work in the United States. If SBBC has a good faith belief that any such party has knowingly violated Section 448.09(1), Florida Statutes, SBBC may immediately terminate this Agreement for cause and without notice or an opportunity to cure the violation. Termination by SBBC pursuant to this section is not a breach of this Agreement and may not be considered as such. 2.12 Background Screening. VENDOR shall comply with all requirements of Sections 1012.32, 1012.465, 1012.467, and 1012.468, Florida Statutes, and all of its personnel who (a) are to be permitted access to school grounds when students are present, (b)will have direct contact with students, or(c) have access or control of school funds, will successfully complete the background screening required by the referenced statutes and meet the standards established by the statutes. Personnel who are subject to background screening include all of VENDOR's non-exempt employees, representatives, agents, and sub-contractors performing duties under this Agreement who meet any of the three (3) descriptions listed above. This background screening will be conducted by SBBC in advance of VENDOR or its personnel providing any services under this Agreement. VENDOR shall bear the cost of acquiring the background screening required by Section 1012.32, Florida Statutes, and any fee imposed by the Florida Department of Law Enforcement (FDLE) to maintain the fingerprints provided with respect to VENDOR and its personnel. The parties agree that the failure of VENDOR to perform any of the duties described in this section shall constitute a material breach of this Agreement entitling SBBC to terminate this Agreement immediately for cause and with no opportunity required to permit VENDOR to cure such default and no further responsibilities or duties for SBBC to perform under this Agreement. VENDOR agrees to indemnify and hold harmless SBBC, its officers and employees from any liability in the form of physical or mental injury,death or property damage resulting from VENDOR's failure to comply with the requirements of this section or with Sections 1012.32, 1012.465, 1012.467, and 1012.468, Florida Statutes. SBBC issued identification badges must be worn at all times when on SBBC property or when performing services for SBBC and must be worn where they are visible and easily readable. 2.13 Public Records. The following provisions are required by Section 119.0701, Florida Statutes, and may not be amended. VENDOR shall keep and maintain public records required by SBBC to perform the services required under this Agreement. Upon request from SBBC's custodian of public records, VENDOR shall provide SBBC with a copy of any requested public records or to allow the requested public 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. VENDOR shall 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 Agreement's term and following completion of the Agreement if VENDOR does not transfer the public records to SBBC. Upon completion of the Agreement, VENDOR shall transfer, at no cost, to SBBC all public records in possession of VENDOR or keep and maintain public records required by SBBC to perform the services required under the Agreement. If VENDOR transfers all public records to SBBC upon completion of the Agreement, VENDOR shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If VENDOR keeps and maintains public records upon completion of the Agreement, VENDOR shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to SBBC, upon request from SBBC's custodian of public records, in a format that is compatible with SBBC's information technology systems. IF A PARTY TO THIS AGREEMENT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO ITS DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THE AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 754-321-1900, RECORDREQUESTSABROWARDSCHOOLS.COM1 RISK MANAGEMENT DEPARTMENT, PUBLIC RECORDS DIVISION, 600 SOUTHEAST THIRD AVENUE, FORT LAUDERDALE, FLORIDA 33301. Broward County Public Schools Is An Equal Opportunity/Equal Access Employer RFP25-093:Demolition Services RFP No.RFP25-093 The School Board of Broward County,Florida Page 50 of 57 Pages 2.14 Liability. This section survives the termination of all performance or obligations under this Agreement and is fully binding until such time as any proceeding brought on account of this Agreement is barred by any applicable statute of limitations. (a) By SBBC. SBBC agrees to be fully responsible up to the limits of Section 768.28, Florida Statutes, for its acts of negligence, or its employees' acts of negligence when acting within the scope of their employment and agrees to be liable, up to the limits of Section 768.28, Florida Statutes, for any damages resulting from said negligence. (b) By VENDOR.VENDOR agrees to indemnify, hold harmless and defend SBBC, 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 SBBC,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 or due to the products,goods,or services furnished by VENDOR,its agents, servants,or employees;the equipment of VENDOR, its agents, servants, or employees while such equipment is on premises owned or controlled by SBBC; or the negligence of VENDOR or the negligence of VENDOR's agents when acting within the scope of their employment, whether such claims, judgments, costs, and expenses are for damages, damage to property including SBBC's property, and injury or death of any person whether employed by VENDOR, SBBC, or otherwise. (Note: These insurance requirements must match the RFP) 2.15 Insurance Requirements. VENDOR shall comply with the following insurance requirements throughout the term of this Agreement: (a) General Liability. VENDOR shall have and maintain General Liability insurance with limits of not less than $1,000,000 per occurrence for Bodily Injury/ Property Damage; $1,000,000 General Aggregate; and limits of not less than $1,000,000 for Products/Completed Operations Aggregate. (b) Professional Liability/Errors & Omissions. VENDOR shall have and maintain Professional Liability/Errors&Omissions insurance with a limit of not less than$1,000,000 per occurrence covering any services provided under this Agreement. (c) Workers' Compensation. In accordance with Chapter 440,Florida Statutes,VENDOR shall have and maintain Workers' Compensation insurance and Employer's Liability limits of not less than $100,000/$100,000/$500,000 (each accident/disease-each employee/disease-policy limit). (d) Auto Liability. VENDOR shall have and maintain Owned, Non-Owned and Hired Auto Liability insurance with Bodily Injury and Property Damage with limits of not less than$1,000,000 Combined Single Limit. If VENDOR does not own any vehicles, it shall have and maintain hired and non-owned automobile liability coverage in the amount of$1,000,000. In addition, an affidavit signed by VENDOR must be furnished to SBBC stating the following: "VENDOR does not own any vehicles. If VENDOR acquires any vehicles during the term of the Agreement, VENDOR agrees to provide proof of "Any Auto" coverage effective as of the date of vehicle acquisition." (e) Acceptability of Insurance Carriers. The insurance policies required under this Agreement shall be issued by companies qualified to do business in the State of Florida and having a rating of at least A- VI by AM Best or Aa3 by Moody's Investor Service. (f) Verification of Coverage. Proof of the required insurance must be furnished by VENDOR to SBBC's Risk Management Department by Certificate of Insurance within fifteen (15) calendar days of the date of this Agreement. To streamline this process, SBBC has partnered with EXIGIS Risk Management Services to collect and verify insurance documentation. All certificates (and any required documents)must be received and approved Broward County Public Schools Is An Equal Opportunity/Equal Access Employer RFP25-093:Demolition Services RFP No.RFP25-093 The School Board of Broward County, Florida Page 51 of 57 Pages by SBBC's Risk Management Department before any work commences in order to permit VENDOR sufficient time to remedy any deficiencies. VENDOR must verify its account information and provide contact details for its Insurance Agent via the link provided to it by email. (g) Required Conditions. Liability policies must include the following terms on the Certificate of Insurance: 1. The School Board of Broward County, Florida, its members, officers, employees, and agents are added as additional insureds. 2. All liability policies are primary of all other valid and collectible coverage maintained by The School Board of Broward County, Florida. 3. Certificate Holder: The School Board of Broward County, Florida, Risk Management Department, 600 SE 3`d Avenue, Fort Lauderdale, Florida 33301 (h) Cancellation of Insurance. VENDOR is prohibited from providing services under this Agreement with SBBC without first obtaining the minimum required insurance coverage and must notify SBBC within two(2) business days if required insurance is canceled. (i) SBBC reserves the right to review, reject or accept any required policies of insurance, including limits, coverages, or endorsements herein throughout the term of this Agreement. 2.16 Nondiscrimination. (a) As a condition of entering into this Agreement,VENDOR represents and warrants that it will comply with the SBBC's Commercial Nondiscrimination Policy, as described under, Section D.1 of SBBC's Policy No. 3330— Supplier Diversity Outreach Program. (b) As part of such compliance, VENDOR shall not discriminate on the basis of race, color, religion, ancestry or national origin, sex, age,marital status, sexual orientation, or on the basis of disability or other unlawful forms of discrimination in the solicitation, selection, hiring, or commercial treatment of subcontractors, vendors, suppliers, or commercial customers, nor shall VENDOR retaliate against any person for reporting instances of such discrimination. VENDOR shall provide equal opportunity for subcontractors, vendors, and suppliers to participate in all of its public sector and private sector subcontracting and supply opportunities,provided that nothing contained in this clause shall prohibit or limit otherwise lawful efforts to remedy the effects of marketplace discrimination that have occurred or are occurring in the SBBC's relevant marketplace. VENDOR understands and agrees that a material violation of this clause is considered a material breach of this Agreement and may result in termination of this Agreement, disqualification of the company from participating in SBBC Agreements, or other sanctions. This clause is not enforceable by or for the benefit of, and creates no obligation to, any third-party. 2.17 Annual Appropriation. SBBC's performance and obligations under this Agreement is contingent upon an annual budgetary appropriation by its governing body. If SBBC does not allocate funds for the payment of services or products to be provided under this Agreement, this Agreement may be terminated by SBBC at the end of the period for which funds have been allocated. SBBC shall notify the other party at the earliest possible time before such termination. No penalty accrues to SBBC if this provision is exercised, and SBBC is not obligated or liable for any future payments due or any damages as a result of termination under this section. 2.18 Excess Funds. Any party receiving funds paid by SBBC under this Agreement agrees to promptly notify SBBC of any funds erroneously received from SBBC upon the discovery of such erroneous payment or overpayment. Any such excess funds shall be refunded to SBBC, together with any applicable statutory interest. Broward County Public Schools Is An Equal Opportunity/Equal Access Employer RFP25-093:Demolition Services RFP No.RFP25-093 The School Board of Broward County,Florida Page 52 of 57 Pages 2.19 Proprietary Information. (a) Any documents or materials submitted to SBBC shall be open for inspection by any person in accordance with Section 119.07, Florida Statutes, except as otherwise exempted from disclosure by applicable law. A party contracting with SBBC must clearly mark, label, designate, or identify any portions of any documents or materials it provides to SBBC which are claimed to be confidential and exempt from public inspection, provided that the confidential or exempt portions of such documents or materials are clearly marked with specific citations of law that provide the asserted confidentiality or exemption. A contracting party's failure to identify any confidential or exempt portions of documents or materials or to specify the law establishing their confidential or exempt status is a waiver of confidential or exempt status for any such unidentified or unsupported portions of any documents or materials. (b) If SBBC receives a public record request for documents or materials in its custody under this Agreement which have been properly marked as confidential or exempt, SBBC will notify the contracting party of the public records request. The notice shall state that the requested materials will be produced by SBBC to the requesting party within ten (10)calendar days of the date of the written notification,unless the contracting party has initiated an action at its sole cost and expense in a court of competent jurisdiction to preclude the release of the requested materials. The contracting party shall name the party requesting the documents or materials as a defendant and will not name SBBC as a party to the action, but will provide SBBC with notice of such proceedings. The contracting party agrees to indemnify SBBC for any costs, expenses, and attorney's fees SBBC may incur with regard to any legal proceedings and judgments that may arise from the request for the contracting party's public records that are subject to claims of confidential or exempt status. A failure to timely initiate the legal action required by this paragraph is a waiver of any claim that the requested information is confidential and exempt from public disclosure. The contracting party waives any cause of action against SBBC for the release of materials pursuant to a public records request except for any claims based upon the intentional or grossly negligent conduct of any employee of SBBC. 2.20 Incorporation by Reference. Exhibit's] Insert appropriate Exhibit letters or numbers attached hereto and referenced herein are incorporated into this Agreement by reference. (delete clause if there are no attachments.) ARTICLE 3—GENERAL CONDITIONS 3.01 No Waiver of Sovereign Immunity. Nothing herein is intended to serve as a waiver of sovereign immunity by any agency or political subdivision to which sovereign immunity may be applicable or of any rights or limits to liability existing under Section 768.28, Florida Statutes. This section survives the termination of all performance or obligations under this Agreement and is fully binding until such time as any proceeding brought on account of this Agreement is barred by any applicable statute of limitations. 3.02 No Third-Party Beneficiaries. The parties expressly acknowledge that it is not their intent to create or confer any rights or obligations under this Agreement in or upon any third person or entity. None of the parties intend to directly or substantially benefit a third-party by this Agreement. The parties agree that there are no third-party beneficiaries to this Agreement and that no third-party is entitled to assert a claim against any of the parties based upon this Agreement. Nothing herein shall be construed as consent by an agency or political subdivision of the State of Florida to be sued by third parties in any matter arising out of any Agreement. 3.03 Independent Contractor. The parties to this Agreement are acting in the capacity of independent contractors and not as an officer, employee, or agent of one another. Neither party or its respective agents, employees, subcontractors, or assignees shall represent to others that it has the authority to bind the other party unless specifically authorized in writing to do so. No right to SBBC retirement, leave benefits, or any other benefits of SBBC employees exists as a result of the performance of any duties or responsibilities under this Agreement. SBBC is not responsible for Social Security,withholding taxes,contributions to unemployment compensation funds or insurance for the other party or the other party's officers, employees, agents, subcontractors, or assignees. Broward County Public Schools Is An Equal Opportunity/Equal Access Employer RFP25-093:Demolition Services RFP No.RFP25-093 The School Board of Broward County,Florida Page 53 of 57 Pages 3.04 Default. The parties agree that, if either party is in default of its obligations under this Agreement, the non-defaulting party shall provide to the defaulting party (30) calendar days' written notice to cure the default. However, if said default cannot be cured within said thirty (30) calendar day period and the defaulting party is diligently attempting in good faith to cure same, the time period will be reasonably extended to allow the defaulting party additional cure time. Upon the occurrence of a default that is not cured during the applicable cure period, this Agreement may be terminated by the non-defaulting party upon thirty (30) calendar days' notice. This remedy is not intended to be exclusive of any other remedy, and each and every such remedy is cumulative and in addition to every other remedy now or hereafter existing at law or in equity or by statute or otherwise. No single or partial exercise by any party of any right,power, or remedy hereunder precludes any other or future exercise thereof. Nothing in this section shall be construed to preclude termination for convenience pursuant to section 3.05. 3.05 Termination. This Agreement may be terminated with or without cause by SBBC during the term hereof upon thirty (30) calendar days' written notice to the other parties of its desire to terminate this Agreement. In the event of such termination, SBBC is entitled to a pro rata refund of any pre-paid amounts for any services scheduled to be delivered after the effective date of such termination. SBBC has no liability for any property left on SBBC's property by any party to this Agreement after the termination of this Agreement. Any party contracting with SBBC under this Agreement agrees that any of its property placed upon SBBC's facilities pursuant to this Agreement shall be removed within ten (10) business days following the termination, conclusion, or cancellation of this Agreement and that any such property remaining upon SBBC's facilities after that time shall be deemed to be abandoned, that title to such property shall pass to SBBC, and that SBBC may use or dispose of such property as SBBC deems fit and appropriate. 3.06 Compliance with Laws. Each party shall comply with all applicable federal, state and local laws, SBBC policies,codes, rules, and regulations in performing its duties,responsibilities, and obligations pursuant to this Agreement. 3.07 Place of Performance. All of SBBC's obligations under the terms of this Agreement are reasonably susceptible of being performed in Broward County, Florida and are payable and performable in Broward County, Florida. 3.08 Governing Law and Venue. This Agreement shall be interpreted and construed in accordance with and governed by the laws of the State of Florida. Any disputes, controversies, or legal problems arising out of this Agreement and any action involving the enforcement or interpretation of any rights hereunder shall be submitted exclusively to the jurisdiction of the State courts of the Seventeenth Judicial Circuit of Broward County, Florida or to the jurisdiction of the United States District Court for the Southern District of Florida. Each party agrees and admits that the state courts of the Seventeenth Judicial Circuit of Broward County, Florida or the United States District Court for the Southern District of Florida has jurisdiction over it for any dispute arising under this Agreement. 3.09 Entirety of Agreement. This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, and understandings applicable to the matters contained herein and the parties agree that there are no commitments, agreements or understandings concerning the subject matter of this Agreement that are not contained in this document. Accordingly, the parties agree that no deviation from the terms hereof is predicated upon any prior representations or agreements, whether oral or written. 3.10 Binding Effect. This Agreement is binding upon and inures to the benefit of the parties hereto and their respective successors and assigns. 3.11 Assignment. Neither this Agreement nor any interest herein may be assigned, transferred, or encumbered by any party without the prior written consent of the other party. There shall be no partial assignment Broward County Public Schools Is An Equal Opportunity/Equal Access Employer RFP25-093:Demolition Services RFP No.RFP25-093 The School Board of Broward County,Florida Page 54 of 57 Pages of interests under this Agreement including, without limitation, the partial assignment of any right to receive payments from SBBC. 3.12 Captions. The captions, section designations, section numbers, article numbers, titles, and headings appearing in this Agreement are inserted only as a matter of convenience, have no substantive meaning, and in no way define, limit, construe, or describe the scope or intent of such articles or sections of this Agreement, nor in any way affect this Agreement and shall not be construed to create a conflict with the provisions of this Agreement. 3.13 Severability. If any one or more of the sections, paragraphs, sentences, clauses, or provisions contained in this Agreement is held by a court of competent jurisdiction to be invalid, illegal, unlawful, unenforceable, or void in any respect, such does not affect the remaining portions of this Agreement and the same remain in full force and effect as if such invalid, illegal, unlawful, unenforceable, or void sections, paragraphs, sentences, clauses, or provisions had never been included. 3.14 Preparation of Agreement. The parties acknowledge that they have sought and obtained whatever competent advice and counsel necessary for them to form a full and complete understanding of all rights and obligations herein and that the preparation of this Agreement has been their joint effort. The language agreed to herein expresses their mutual intent and the resulting document shall not, solely as a matter of judicial construction, be construed more severely against one of the parties than the other. 3.15 Amendments. No modification,amendment,or alteration in the terms or conditions contained herein is effective unless contained in a written document prepared with the same or similar formality as this Agreement and executed by each party hereto. 3.16 Waiver. The parties agree that each requirement, duty and obligation set forth herein is substantial and important to the formation of this Agreement and, therefore, is a material term hereof. Any party's failure to enforce any provision of this Agreement is not a waiver of such provision or modification of this Agreement unless the waiver is in writing and signed by the party waiving such provision. A written waiver is only effective as to the specific instance for which it is obtained and is not a continuing or future waiver. 3.17 Force Majeure. Neither party is obligated to perform any duty, requirement, or obligation under this Agreement if such performance is prevented by fire, hurricane, earthquake, explosion, wars, sabotage, accident, flood, acts of God, strikes, or other labor disputes, riot or civil commotions, epidemics, pandemics, government regulations, and the issuance or extension of existing government orders of the United States, the State of Florida, or local county and municipal governing bodies, or by reason of any other matter or condition beyond the control of either party, and which cannot be overcome by reasonable diligence and without unusual expense ("Force Majeure"). In no event shall a lack of funds on the part of either party be deemed Force Majeure. 3.18 Rights and Remedies. The duties and obligations imposed by this Agreement and the rights and remedies available thereunder are in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. 3.19 Survival. All representations and warranties made herein, indemnification obligations, obligations to reimburse SBBC, obligations to maintain and allow inspection and audit of records and property, obligations to maintain the confidentiality of records, reporting requirements, and obligations to return public funds survive the termination of this Agreement. 3.20 Agreement Administration. SBBC has delegated authority to the Superintendent of Schools or her/his designee to take any actions necessary to implement and administer this Agreement. Broward County Public Schools Is An Equal Opportunity/Equal Access Employer RFP25-093:Demolition Services RFP No.RFP25-093 The School Board of Broward County,Florida Page 55 of 57 Pages 3.21 Counterparts and Multiple Originals. This Agreement may be executed in multiple originals, and may be executed in counterparts, each of which is an original, but all of which, taken together, shall constitute one and the same Agreement. 3.22 Authority. Each person signing this Agreement on behalf of either party individually warrants that he or she has full legal power to execute this Agreement on behalf of the party for whom he or she is signing, and to bind and obligate such party with respect to all provisions contained in this Agreement. IN WITNESS WHEREOF,the parties hereto have made and executed this Agreement upon the date of the last signature below. [THIS SPACE INTENTIONALLY LEFT BLANK] Broward County Public Schools Is An Equal Opportunity/Equal Access Employer RFP25-093: Demolition Services RFP No. RFP25-093 The School Board of Broward County, Florida Page 56 of 57 Pages ATTACHMENT L — DEMANDSTAR REGISTRATION INSTRUCTIONS To register for free as a vendor in the DemandStar Platform, you must complete the registration form. 1. Navigate to the DemandStar page by going to https://www.demandstar.com/app/reqistration. 2. On the Get Started! Create your free DemandStar account page, and fill in your E-mail address and your Company Name. 3. Read and accept the Terms of Use and Privacy Policy. 4. Choose your Free Agency: Please type Broward County Public Schools and, select it, and click next. 5. Input your Company Contact Information and click Submit. 6. Input your Contact Information and click Submit. 7. An email will be sent to you to confirm your account. 8. If you need further assistance, please contact DemandStar Support at support@demandstar.com or call (206) 940-0305. Broward County Public Schools Is An Equal Opportunity/Equal Access Employer RFP25-093: Demolition Services RFP No.RFP25-093 The School Board of Broward County, Florida Page 57 of 57 Pages SECTION 9.0 — STATEMENT OF "NO RESPONSE If your company will not be submitting a response to this Request for Proposal, please complete this Statement of"No Response" Sheet and return, prior to the RFP Due Date established within,to: The School Board of Broward County, Florida Procurement&Warehousing Services Department 7720 West Oakland Park Boulevard,Suite 323 Sunrise, Florida 33351 This information will help SBBC in the preparation of future RFPs. Company Name: Contact: Telephone: Email: ✓ Reason(s) 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 Request for Proposal. ❑ 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: END OF RFP Broward County Public Schools Is An Equal Opportunity/Equal Access Employer THE BC ROUP LLC G TITLE PAGE 4.1.1 Bid Title: Demolition Services RFP No. RFP25-093 Subject: The School Board of Broward County, Florida RFP response From: The BG Group LLC 751 Park of Commerce Drive #138 Boca Raton, FL 33487 5619987997 Date: December 13, 2024 151 Putt of Commerce Drive#138•Boca Raton,FL•33481.561-998-1991•email:Ivy©hgdemolition.com THE BR UP LL TABLE OF CONTENTS 4.1.2 TITLE PAGE 1 TABLE OF CONTENTS .2 LETTER OF TRANSMITTAL 3 REQUIRED RESPONSE FORM 6 OTHER NAMES .8 NOTICE PROVISION 9 MINIMUM ELIGIBLITY REQUIREMENTS 12 EVALUATION CRITERIA 20 PROPOSER'S EXPERIENCE & QUALIFICATIONS .22 Executive Summary References Litigation COST OF GOODS/SERVICES 34 SUPPLIER DIVERSITY OUTREACH PROGRAM PARTICIPATION45 OTHER FORMS 46 751 Part of Commerce Drive#138•Boca Raton,FL•33481.561-998-1991•email:lvy@bgdemolMoa.com THE BG GROUP LLC LETTER OF TRANSMITTAL 4.1.3 Persons authorized to make representations for the Proposer: Ivy Fradin, Managing Member Steve Greenberg, Managing Member Andrew Stull, Vice President 751 Park of Commerce Drive#138, Boca Raton, FL 33487 5619987997 With this package in response to the Demolition Services RFP No. RFP25-093 The BG Group is expressing its interest in being selected as the most qualified Contractor for this project. We specialize in the areas of demolition,asbestos abatement,excavation,recycling and aggregate and concrete crushing. Our contact information is below. As required,we are a licensed CGC in the State of Florida, and prequalified as a contractor with The School Board of Broward County. We are also certified as an WBE with the School Board. The BG Group Demolition,led by Steve Greenberg and me,continues to develop methods and techniques to suit various individual client needs and our name is synonymous with quality, innovation, integrity and performance throughout Florida. A few of our more notable clients include: • Real Estate Developers and Corporations such as: Butters Construction & Development; Florida Crystals; The Related Group; Resorts World; Stiles Corporation • National General Contractors such as: Autobuilders; Coastal Construction; DPR; John Moriarty; Moss& Associates; Suffolk Construction; The Weitz Company • Municipalities including: Broward County Aviation; City of Fort Lauderdale; City of Miami; Daytona Beach Housing Authority; Lake Worth CRA; Palm Beach County; The School Board of Broward County; The School District of Palm Beach County • Local Contractors such as: Anderson Moore; Kast Construction; Pirtle Construction; Shawe- Ager Construction We focus on saving our clients time and money and have recently completed similar transactions for developers, corporations, GCs and municipalities who would be happy to serve as references at the appropriate time. The attached information should provide some useful background. We carry $7 million of comprehensive general liability insurance, workers' compensation and are bondable up to $10 million as well. We also do each of our projects to meet maximum LEED certification. Regarding our experience in municipal term contract projects,we are the most recent contract holder of the City of Fort Lauderdale Demolition Services term contract,having held it since 2010. We also have held an annual demolition contract for Palm Beach County since 2004 and with the School District of Palm Beach County since 2016. In addition,we are prequalified with the Miami Dade School Board, who has emergency jobs for its unsafe structures from time to time. We know that we can provide this service throughout your school district both safely and efficiently and are qualified to do so. Our crews 151 Port of Comoro&Ivo#138•Boa Roto,FL•33487.561-998-7991•wall:lvy@bsdemolitlon.com THE BR UP LL are trained to assure that the work area is left clean,hazard-free and in non-damaged condition after each site is completed. School District of Palm Maxim 561.225.9917 Contract since 2016 Beach County Manera City of Fort Lauderdale George 954.828.6556 Contract since 2007 Oliva We have performed several projects for your school district in the past few years,including removal of a semi-collapsed structure at Rickards Middle School,total demolition of 110 portables at both Falcon Cove and Cypress Bay in Weston,total demolition of Marjory Stoneman Douglas Building#12 and,most recently, 139 portables at 24 different sites. The BG Group notes that we have been a Certified General Contractor, specializing in demolition, asbestos abatement,excavation,recycling and aggregate and concrete crushing since our founding in January 2003. We have significant expertise in safe,timely and efficient performance; diligent record keeping re capping,abandonment and tracking of debris; and segregation of materials and optimization of recycling. We have also done many LEEDS jobs and always comply with all Federal, State and regulatory agencies and provisions. The BG Group is 51% owned by a female. Managing Member: Ivy Fradin, CFA (15 years experience in Investment Banking; ran a division with 300 people; Duke University Phi Beta Kappa graduate). In addition: • Of our 13 managerial and office staff,five are women,two of which are Hispanic—so 38%are M/WBE • Of our 80 employees, including operators and laborers,35 are black,25 are Hispanic,four of which are women—so 80%are M/WBE. The BG Group LLC prides itself on our safety programs and safety record. Our safety director is Managing Member Steve Greenberg. We have written safety manuals,hold weekly safety meetings on our job sites and provide OSHA training for our employees. When onsite,each of our employees uses individual safety equipment including, at a minimum,hard hats,work boots,vests and safety gloves and goggles. We also use maximum safety equipment as pertains to any given task at hand. We are a drug free company and our EMRs are as follows for the past few years Year EMR Ratio Current 1.43 2023 1.10 2022 1.19 2021 0.95 2020 1.05 151 reit of Commerce Drive#138•Bete Beta,R•88481.561-998-1991•email:IrlWdemalllleaceim THE BG GROUP LLC 2019 0.99 2018 0.92 The BG Group takes its corporate social responsibility to heart and is an active participant in many charitable organizations. Most recently,The BG Group has been a big supporter of Big Dog Ranch Rescue. In fact, each holiday season,donations are made by The BG Group on behalf of our customers in lieu of holiday cards and gifts to these and other worthy causes. Also, our principals are active and have taken leadership and board roles at these charities and several others. We look forward to putting our experience, responsiveness and fiscal accountability to work on The School Board of Broward County projects and to being awarded this Demolition Services contract. Thank you for taking the time to learn a bit about The BG Group Demolition. Again, we look forward to speaking with you soon. Yours truly, THE BG GROUP,LLC Ivy Fradin Managing Member 751 Fmk of Commerce Brine#138•Boca Bata,R•33481.561-998-1991•small:Iva@hpdemolltloncom THE BG GROUP LLC REQUIRED RESPONSE FORM 4.1.4 Attached is Section 1.0 of RFP 751 Part of Commerce Drive#138•Boca Raton,FL•33487.561-998-7991•email:ivy@hpdemolition.com RFP25-093. Demolition Services RFP No. RFP25-093 The School Board of Broward County,Florida Page 5 of 57 Pages The School Board of Broward County, Florida REQUEST FOR PROPOSAL PROCUREMENT&WAREHOUSING SERVICES 7720 West Oakland Park Boulevard, Suite 323 Sunrise, Florida 33351-6704 (RFP) 754-321-0505 DUE DATE: This proposal must be submitted electronically via RFP NO.: RELEASE DATE: PURCHASING AGENT: DemandStar on or before 2:00 p.m_Eastern Time(ET) 1211812024 RFP25-093 11/20/2024 Mark H. Cohen and plainly marked with the RFP number and title. Proposal(s) Mark.cohen2@browardschools.com submitted electronically or received after the date and time stated RFP TITLE: above will not be considered for award. Faxed,hard copies,and/or DEMOLITION SERVICES emailed bids are not allowed and will not be considered for award. SECTION 1.0- REQUIRED RESPONSE FORM MUST BE COMPLETED BY ALL PROPOSERS NOTE:Entries must be completed in ink or typewritten.This original Required Response Form must be fully executed and submitted with this proposal. Proposer's(Company)Name. "REMIT TO"ADDRESS FOR PAYMENT:If payment(s)is/are to be mailed to an address Y ��e �� other than as stated on the left.please complete the section below -Doing Business As'if applicable Check this box it the address is the same as stated on the left. Address D Address —76 1 -1 f�2-tt -4 132. City City. State Z7ip 3 y g 7 State Zip: I Telephone Number C� �y Proposer's Taxpayer S col `y 5 cY el Identification Number: :S ! & i 3 332_ Contact Person J� Contact Telephone Number Contact Person's E-Mail Address: j V )p�l�'1 C L I T ION • C mvt-\ Proposal Certification I hereby certify that I am submitting the following information as my firm's (Proposer) proposal and am authorized by Proposer to do so. 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: Proposer, its principals, or their lobbyists has not offered campaign contributions to School Board Members or offered contributions to School Board Members for campaigns of other candidates for political office during the period in which the Proposer is attempting to sell goods or services to the School Board. This period of limitation of offering campaign contributions shall commence at the time of the "cone of silence" period for any solicitation for a competitive procurement as described by School Board Policy 3800. Part VIII, as well as School Board Policy 1007, Section 5.4 —Campaign Contribution Fundraising. Proposer acknowledges that all information contained herein is part of the public record as defined by the State of Florida Sunshine and Public Records Laws; all responses,data, and information contained in this proposal are true and accurate. Proposer agrees to complete an unconditional acceptance of the contents of all pages in this Request for Proposals (REP)and all appendices and the contents of any Addenda released hereto; Proposer agrees to be bound to any and all s' r t .tions,terms,and conditions contained in the Request for Proposals,and any released Addenda and understand that the following are req reme' s of this RFP and failure to comply will result in disqualification of the proposal submitted, atLfE • ;2_ / I3 /(91-1- Electronic lectronic or Handwritten Signature of-Proposer's Authorized Representative Date Name of Proposer's Authorized Representative Title off‘.Pir:s=h0Sd Representative Please use blue ink for handwritten signatures on original copies. THIS IIS FORM MUST I!AVE AN ELECTRONIC OR HANDWRITTEN SIGNATURE IN ORDER TO BE CONSIDERED FOR AWARD. FAILURE TO SIGN THIS FORM SHALL RESULT IN DISQUALIFICATION OF THE ENTIRE PROPOSAL. Broward County Public Schools Is An Equal Opportunity/Equal Access Employer THE BC GLLC OTHER NAMES 4.1.5 None 751 Fart of Commerce Drive#138•Boca Raton,FL•33481.561-998-1997•email:ivy@bgdemolition.com THE BG GROUP LLC NOTICE PROVISION 4.1.6 Should our firm become an Awardee under this RFP, the name and address of the person(s) to whom any notices should be sent under SBBC's contract are: Awardee's Representative for Notices: Name/Title:_ Ivy Fradin, Managing Member Mailing Address: 751 Park of Commerce Dr #138, Boca Raton,FL 33487 Email: ivy@bgdemolition.com With a Copy To: Name/Title:_ Ivy Fradin, Managing Member Mailing Address: 751 Park of Commerce Dr #138, Boca Raton,FL 33487 Email: ivy@bgdemolition.com 751Part of Commerce Drive#138•Boca Raton,Ft•33481.561-998-1997•email:ivy@bgdemolition.com RFP25-093: Demolition Services RFP No. RFP25-093 The School Board of Broward County. Florida Page 10 of 57 Pages SECTION 4.0 — INFORMATION TO BE INCLUDED IN THE SUBMITTED PROPOSAL The entire proposal packet must be submitted electronically via the e-bidding platform DemandStar. All proposals must be neatly typed on 8 112" X 11" page size, with normal margins and spacing. It should be noted that the SBBC is no longer accepting submittal of proposals in hard copy format, All proposals must be submitted electronically via DemandStar. Proposals must be received by the deadline for receipt of proposals specified in this RFP Calendar(Section 2). Please note that proposals must be submitted to and received by SBBC on the date and at the time indicated in Section 2. Proposal response submission to the Procurement and Warehousing Services Department via DemandStar on or before the stated time and date will be solely and strictly the Proposer's responsibility. SBBC will not in any way be responsible for delays in the Proposer's submission of their proposal. Proposals must bear the electronic or handwritten signature of an authorized officer of the Proposer who is legally authorized to enter into a contractual relationship in the name of the Proposer. The submittal of a proposal by a Proposer will be considered by SBBC as constituting an offer by the Proposer to perform the required services at the stated prices. 4.1 Response format To maintain comparability and facilitate the review process, it is requested that proposals be organized in the manner specified below. Include all the information requested herein in your proposal. 4.1.1 Title Page: Include RFP Number, subject, the name of the Proposer, address, telephone number. and date. 4.1.2 Table of Contents: Include a clear identification of the material by section and by page number. 4.1.3 Letter of Transmittal: Include the names of the persons who will be authorized to make representations for the Proposer. their titles, addresses, and telephone numbers. 4 1.4 Required Response Form: (Section 1.0 of RFP) with all required information completed and all signatures as specified (blue ink preferred on original). Any modifications or alterations to this form shall not be accepted, and the proposal will be rejected. The enclosed original Required Response Form will be the only acceptable form. 4.1.5 Other Names: State under what other or former name(s) the Proposer is currently operating under or has operated under. 4.1.6 Notice Provision: Should your firm become an Awardee under this RFP, please specify the name and address of the person(s) to whom any notices should be sent under SBBC's contract with the Awardee: Awardee's Representative for Notices: Name/Title ,v D Mailing Address: —7 5 t R4-17-`<- '1 C arc -4L f 3 F 1Dhr,, , IVG1-e-MGi.iTIG N i 1-,M 5/0( 9 9 With a Copy To: Name/Title: Mailing Address: Email and Phone Broward County Public Schools Is An Equal Opportunity/Equal Access Employer RFP25-093: Demolition Services RFP No. RFP25-093 The School Board of Broward County,Florida Page 11 of 57 Pages SECTION 4.0 — INFORMATION TO BE INCLUDED IN THE SUBMITTED PROPOSAL (continued) 4.2 Minimum Eligibility Requirements: The SBBC's Procurement & Warehousing Services Department shall determine whether each Proposer meets the Minimum Eligibility requirements of Section 4.2 and shall only deliver proposals meeting the Minimum Eligibility requirements to the Evaluation Committee for further evaluation. To be considered for an award and to be further evaluated, the Proposer must meet or exceed the following criteria as of the opening date of the proposal. Failure to provide or clearly state the information requested below will result in the disqualification of the proposal. The Proposer is responsible for providing the following information in its response. The Proposer must also include a statement of acknowledgment for each item below. The requested information below must be numbered as indicated below and be included in '`this section" of your submitted proposal; do not place this information in any other section of your proposal. 4.2.1 Proposers must meet or exceed the requirements of Section 7.j,,Ciability. Will your company meet or exceed the requirements as written in Section 7.1 for this contract? ZYes No Do not check both boxes. Failure to agree to the requirements of Section 7.1 of the RFP shall cause a proposal to be non- responsive and ineligible for an award under this RFP. 4.2.2 Proposers must meet or exceed the requirements of Section 6.3, Minimum Insurance Requirements. Will your company meet or exceed the requirements as written in Section 6.3 of this contract? P'Yes 17 No Do not check both boxes. Failure to agree to the requirements of Section 6.3 of the RFP shall cause a proposal to be non-responsive and ineligible for an award under this RFP. 4.2.3 Please be advised that in order for bids for this project to be accepted by the School Board of Broward County, Florida the bidder must be Pre-Qualified in accordance with 1013.46 F.S., State Requirements for Educational Facilities Ch. 4.1(1), and Board Policy 7003.1 at the time of the bid opening. Bids submitted from firms not in compliance with these requirements will not be opened. Pre-Qualification are only accepted for the following licenses: • General Contractor; or ✓ • Broward County Demolition (Non- Explosive) 4.2.4 Complete and return, with your proposal, Attachment C—Conflict of Interest of the RFP. This is a required document. 4.2.5 Complete and return, with your proposal. Attachment D — Debarment of the RFP. This is a required document. 4.2.6 Complete and return, with your proposal, Attachment H -Affidavit Use of Coercion for Labor and Services of the RFP. This is a required document. 4.2.7 Complete and return, with your proposal. Attachment A — SIMIWBE FORM of the RFP. This is a required document. 4.3 Evaluation Criteria — (Proposer's Experience & Qualifications, Cost of Services, Supplier Diversity Outreach Program Participation): This section represents the information that will be utilized in the evaluation of proposals received and assignment of points in accordance with the evaluation criteria established in Section 5.0 for proposals submitted. Proposers are cautioned to read this section carefully and respond with complete information that will assist the Evaluation Committee in evaluating the proposal submitted. Proposers are requested to respond in the format, and organizational structure stated and to refrain from including promotional or advertising materials in their proposals. The maximum allowable points (See Section 5.0) that will be awarded for each section are stated. Failure to respond or incomplete responses to any evaluation criteria below will result in zero or reduced allocation of points for the criteria and may result in disqualification of the entire proposal. Broward County Public Schools Is An Equal Opportunity/Equal Access Employer THE BC GLLC MINIMUM ELIGIBILITY REQUIREMENTS Statements of acknowledgment for each item below. 4.2.1 Proposer must meet or exceed the requirements of Section 7.1, Liability. Yes, our Company will meet or exceed the requirements as written in Section 7.1 for this contract. 4.2.2 Proposer must meet or exceed the requirements of Section 6.3, Minimum Insurance Requirements. Yes, our Company will meet or exceed the requirements as written in Section 6.3 for this contract. 4.2.3 As required, we are Pre-Qualified Pre-Qualification are only accepted for the following licenses: Certified General Contractor. 4.2.4 Attachment C — Conflict of Interest of the RFP. Attached. 4.2.5 Attachment D— Debarment of the RFP. Attached. 4.2.6 Attachment H —Affidavit Use of Coercion for Labor and Services of the RFP. Attached. 4.2.7 Attachment A— S/M/WBE FORM of the RFP. Attached. 751 Park of Commerce Drive#138•Boca Raton,FL•33481.561-998-1991•email:ivy@bgdemolition.com Y = BROWARDfioe '%:i L County Public Schools rte` Economic Development & Diversity Compliance The School Board of Robert Ballou, Officer Broward County,Florida 7720 W. Oakland Park Blvd., Suite 323 Lori VChair Debra Hixxon,on.Vice Chair Sunrise, Florida 33351 Torey Alston phone: 754-321-1517 Brenda Fam,Esq sdopcertification a browordschools.com Daniel P.Fogonhos Dr.Jeff Holness www.browardschools.com/eddc Sarah Leonordi Nora Rupert Dr.Allen Zeman Dr.Earlean C.Smiley,Ed.D Interim Superintendent of Schools July 10, 2023 Ivy Fradin The BG Group, LLC 15560 Lyons Rd Delray Beach, FL 33446 Dear Ivy Fradin, Congratulations! Your certification with Broward County Public Schools (BOPS) Economic Development & Diversity Compliance Department was approved. Certificate Number: WS1929646665 Certificate Type: Small/Women Business Enterprise (S/WBE) Certification Period: August 24, 2023, thru August 23, 2025 Gender/ Ethnicity: Non-Minority NAICS Codes: 238910: Site Preparation Contractors 236220: Commercial and Institutional Building Construction Your firm will be listed in our Certified Supplier Directory, updated weekly. We encourage you to become an active bidder. Stay abreast of the District's procurement opportunities on DemandStar; Select The School Board of Broward County, FL-Procurement & Warehousing Services as a preferred agency, and get notified of bids published. Visit us online to access our core services, resources, programs, and services to assist local small businesses. Similarly, do not hesitate to contact our team for your technical assistance needs. Finally, should any change occur, which may adversely affect the certification status of your company, please notify the EDDC certification team within thirty (30) days of the change. You will receive a courtesy email reminder 60 days before the expiration date; however, it is the firm's Educating Today's Students to Succeed in Tomorrow's World '' Broward County Public Schools is an Equal Opportunity Employer RFP25-093:Demolition Services RFP No. RFP25-093 The School Board of Broward County.Florida Page 27 of 57 Pages ATTACHMENT A - ECONOMIC DEVELOPMENT & DIVERSITY COMPLIANCE (EDDC) FORMS THE SCHOOL BOARD OF BROWARD COUNTY, FLORIDA ECONOMIC DEVELOPMENT & DIVERSITY COMPLIANCE DEPARTMENT (EDDC) This form is Mandatory and must be completed and submitted with bid proposal. Document Number 00471 EDDC-Bidder/Proposer Assurance Statement SOLICITATION#: RFP25-093 SOLICITATION TITLE: Demolition Services NOTE TO BIDDERS: All Bidders/Proposers must complete Document 00471 at the time of Bid submission(Attachment A) INSTRUCTIONS. The Bidder/Proposer Assurance Statement must be submitted with Proposal/Bid submission. The EDDC Department requires documentation to confirm the Bidder/Proposer is a District Certified Emerging. Small. Veteran. Minority or Women Owned Business Enterprise (E/SN/M/WBE). EDDC's E/SN/M/WBE Certificate must be submitted with proposal/Bid submission. COMPANY NAME -The 36; LC-- NAME OF BIDDER/PROPOSER 1. Is the Bidder/Proposer aware of the Affirmative Procurement Initiative assigned to this solicitation,if applicable?Yes'No 0 2. Is the Bidder/Proposer a EDDC Certified ESVMWBE Firm: Check Mark Appropriate Box: Yes EiNo 0 3. Is Bidder/Proposer Committing to Participation in Subcontracting with SBBC Certified E/SN/MANBE? Check Mark Appropriate Box Yes >do a If YES to Question#3 Please complete and submit Documents 00470 and 00475-Click on the link below to download EDDC Forms: Link to download Forms: Document 00470-Statement of Intent to Perform as an SIMIWBE Subcontractor. https:/lwww.browardschools.com/cros/lib/FLO18036561Centricity/domain1193151compliance100470%20Statement%20of%201ntent%202021 _pdf Document 00475-Small/Minority/Women Business Enterprise Subcontractor Participation Schedule: https://www.browardschools.comlcroslIib/FLO18036561Centricityldomain1193151compliance100475%20Participation%20Schedule%202021 .pdf Post-Award Monthly Compliance Monitoring/Reporting Requirements. Click the link below to access the Supplier Management System(SMS)to submit Mandatory monthly reports. Document Link: https.Ilbrowardschools.smwbe.con I attest that I have read,understood.and will comply with the EDDC Requirements. Name/Title. V (- 12)1(- 12) I / / w • L `_ A Signature: Date' 2I 3 ( Zy Economic Development&Diversity Compliance Department 7720 West Oakland Park Blvd., Suite 319. Sunrise,FL 33351 •(754)321-0770.ww_BrowardSchools.com/SDOP Broward County Public Schools Is An Equal Opportunity/Equal Access Employer Document Number 00470 — Broward County Public Schools Attachment _ 1Economic Development & Diversity Compliance 4111a STATEMENT OF INTENT TO PERFORM Supplier Diversity Outreach Program AS AN S/M/WBE SUBCONTRACTOR 1' SOLICITATION if: DEMOLITION SERVICES PROJECT ii: RFP 25-093 A signed Statement of Intent to Perform as a Small/Minority/Women Business Enterprise(S/M/WBE)Subcontractor form must be completed by the owner or authorized principal of each S/M/WBE firm listed in the S/M/WBE Subcontractor Participation Schedule. The undersigned is certified as an S/M/WBE vendor by The School Board of Broward County,Florida's(SBBC)Supplier Diversity Outreach Program: I=1 Yes E1 No THE BG GROUP LLC (Name of S/M/WBE Subcontractor) agrees to perform work on the above contract as a (check one): LI Individual n Partnership El Corporation The S/M/WBE subcontractor will enter into a formal agreement with THE BG GROUP LLC(SELF PERFORM) (Name of Bidder/Proposer)conditioned upon the Bidder/Proposer executing a contract withSBBC. Please provide the details and value of the work to be performed: Item No. Type of Work Amount Agreed %of Work Upon Price (Amount Agreed Upon Price divided by Bid Total Value) 1 CVN - $ % 2 W��\ ��s2.S $ % Wim_ t ,00_, . \.,,,.., 3 $ i uil\ L.;-k--0._:113,€._ 5 NA w f3 e 11 ;-elP S w est P....,..4-r-)c_4,i SAS TOTAL SUBCONTRACTOR PRICE $ p e-"~�� x- t,�"--4-1 % IIIIIIIIIIIIIIIIIII____1111117117\-111.1.1/k_b-e—,L_/tiut.c.eQr-) (Signature)S/M/WBE Subcontractor le (Print) Name of S/M/WBE Subcontractor Date Economic Development & Diversity Compliance (EDDC) • 7720 West Oakland Park Blvd., Suite 323, Sunrise, FL 33351 • (754) 321-0505 www.BrowardSchools.com/SDOP Statement of Intent to Perform as an S/M/WBE Subcontractor Effective 7/1/2017,Edit 1/25/2021 Page I 1 of 1 Document Number 00475 t„-.BRO�WARD Attachment c Sc hoots Economic Development P. Diversity Compliance SMALL/MINORITY/WOMEN BUSINESS ENTERPRISE SUBCONTRACTOR Supplier Diversity Outreach Program PARTICIPATION SCHEDULE DATE P-1(5(01 SOLICITATION INFORMATION Solicitation#: 0-., Z 5 _ Project Number: Project Name: Lyit1 Lim C.1,) _-ISv (-CIS Project Location: Bidder/Proposer: G Address: Sl r4,P-1C C5 G �� -1 13 y �' c'`a ' '" 'V 33`{ 8 -7 Contact Person: \vy ts..1 Email Address: Phone#: 5 197 9 9 -7 Illr 111111111F-- •ORGANIZATION STATUS 11111111111 Type of Amount Business Business Name Business Address Business Work Percentage Agreed Association Phone# to be of Work Upon Price Performed Prime Bidder /, G Proposer / '�v'�i—� WZ�I .S�'—k i �� ( % $ Non S/M/WBE Subcontractors „1 % $ S/M/WBE w x-11 A�1/ � Subcontractor e $ S/M/WBE Subcontractor % $ S/M/WBE Subcontractor % S/M/WBE Subcontractor % $ `Percentage of Work=Amount Agreed Upon Price divided by Bid Total Value TOTAL PARTICIPATION%&DOLLAR AMOUNT: 100% $ BID TOTAL VALUE: $ BIDDER/PROPOSER SIGNATURE , The listing of S/M/WB s .II constitute a representation by the bidder/proposer to the SBBC that the bidder/proposer believes such S/M/WBE(s) to •e techh {tally and financially qualified and available to perform the work described. Bidders/Proposers are advised that the infor qa 'tn.-contained herein may be verified. I certify that all information contained in this form is true and accurate to the best of • .s• e•:e. �((S(Z Bidder/Proposer Signature Name&Title(Print) Date Economic Development& Diversity Compliance(EDDC) •7720 West Oakland Park Blvd.,Suite 323,Sunrise,FL 33351 • (754)321.0505•www.BrowardSchools.com/EDDC Small/Minority/Women Business Enterprise Subcontractor Participation Schedule Effective 7/1/2017,Edit 1/25/2021 Page l of 1 RFP25-093. Demolition Services RFP No. RFP25-093 The School Board of Broward County,Florida Page 34 of 57 Pages ATTACHMENT C —CONFLICT OF INTEREST MUST BE COMPLETED BY ALL PROPOSERS (See General Condition 7.15 and Section 4.2) DISCLOSURE OF POTENTIAL CONFLICT OF INTEREST AND CONFLICTING EMPLOYMENT OR CONTRACTUAL RELATIONSHIP In accordance with General Condition 7.15, each Proposer must disclose, in its RFP, the names of any employees who are employed by the Proposer who are also an employee of SBBC. Persons identified below may have obligations and restrictions applicable to them under Chapter 112. Florida Statutes. Name of Proposer's Employee SBBC Title or Position of Proposer's Employee SBBC DepartmenU School of Proposer's Employee Check one of the following and sign: Ahereby affirm that there are no known persons employed by the Proposer who are also employees of SBBC. ❑ I hereby affirm that all n perso s who are employed by Proposer and who are also employees of SBBC have been identified above. 4011 Signature Printed Name of Official Company Name S 1 p pk-fZ k_ -At 1 3- Business Address $c c-A . mac ti (1_, 3%-g 8 City. State.Zip Code Broward County Public Schools Is An Equal Opportunity/Equal Access Employer RFP25-093: Demolition Services RFP No. RFP25-093 The School Board of Broward County,Florida Page 35 of 57 Pages ATTACHMENT D— DEBARMENT MUST BE COMPLETED BY ALL PROPOSERS (See General Condition 7.60 and Section 4.2) CERTIFICATION OF DEBARMENT, SUSPENSION, INELIGIBILITY, AND VOLUNTARY EXCLUSION LOWER TIER TRANSACTIONS (BEFORE COMPLETING CERTIFICATION, READ INSTRUCT IONS ON NEXT PAGE.) This certification is required by the regulations implementing Executive Order 12549,Debarment and Suspension,45 CFR 1183.35,Participants' responsibilities.The regulations were published as Part VII of the May 26,1988 Federal Register(pages 19160-19211).Copies of the regulations may be obtained by going to this link: http:llwww.gpo.govlfdsyslqranulelCFR-2011-title45-voI31CFR-2011-title45-vol3-sec1183-35. (1) The prospective lower-tier participant certifies, by submission of this proposal, that neither it nor its principals are presently debarred, suspended, proposed for debarment,declared ineligible,or voluntarily excluded from participation in this transaction by any federal department or agency. (2)Where the prospective lower-tier participant is unable to certify any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. l , Organization Name Name(s)and Title(s)of Authorized Representative(s) 12- f (3(2L Signature(s) Date [THIS SPACE IS INTENTIONALLY LEFT BLANK] Broward County Public Schools Is An Equal Opportunity/Equal Access Employer RFP25-093: Demolition Services RFP No. RFP25-093 The School Board of Broward County.Florida Page 40 of 57 Pages ATTACHMENT H -AFFIDAVIT REGARDING THE USE OF COERCION FOR LABOR AND SERVICES MUST BE COMPLETED BY ALL PROPOSERS Respondent Vendor Name. Vendor FEIN': t O Sci 3 33 ?— Vendor's Authorized Representative Name and Title: ( v`i ►� Vendor Address: I �A (L �w►'w���r� - City: g�>C� ' State: ZIP Code: y Phone Number: �t !� 9 9 y Email Address: I U\/ g C- t JY) c t-- t 7- i Olv, Com./bq Section 787.06 Florida Statutes requires all nongovernmental entities executing renewing or extending a contract with a governmental entity to provide an affidavit signed by and officer or representative of the nongovernmental entity under penalty of perjury that the nongovernmental entity does not use coercion for labor on services as defined I that statute. The School Board of Broward County, Florida is a governmental entity for purposes of this statute. As the person authorized to sign on behalf of Respondent, I certify that the company identified does not: • Use or threaten to use physical force against any person: • Restrain, isolate,or confine or threaten to restrain, isolate, or confine or threaten to restrain, isolate or confine any person without lawful authority and against her or his will, • Use lending or other credit methods to establish a debt by any person when labor or services are pledged as a security for the debt, if the value of the labor or services as reasonably assessed is not applied toward the liquidation of the debt, the length and nature of the labor or services are not respectively limited and define, • Destroy, conceal, remove, confiscate, withhold, or possess any actual or purported passport, visa, or other immigration documents, or any other actual or purported government identification document, of any person. • Cause or threaten to cause financial harm to any person, • Entice or lure any person by fraud or deceit, or • Provide a controlled substance as outlined in Schedule 1 or Schedule II of s. 893.03 to any person for the purpose of exploitation of that person. Under penalties of perjury, I declare that I have r• • : • . egoing affidavit regarding the use of coercion for labor and services and that the facts stated in it are true Electronic1.111111k- or Handwritten Signature: Print/Type Name: I � CRDf Title: J Broward County Public Schools Is An Equal Opportunity/Equal Access Employer THE BC GROUP LLC EVALUATION CRITERIA 4.3 SCOPE OF SERVICES & PERFORMANCE SPECIFICATIONS PROPOSER'S EXPERIENCE & QUALIFICATIONS 4.3.1 Proposers Experience & Qualifications 4.3.1.1 Executive Summary 4.3.1.2 References 4.3.1.3 Litigation 4.3.2 Cost of Goods/Services 4.3.3 Supplier Diversity Outreach Program Participation Page 2 of 2 ',1<_"* THE SCHOOL BOARD OF BROWARD COUNTY, FLORIDA PROCUREMENT &WAREHOUSING SERVICES QUESTIONS & ANSWERS QUESTION #1 is There A Certain Percentage Of Small Business Contractors For This Project? ANSWER TO QUESTION #1: YES. A Mandatory 10 - 20% Subcontracting Goal applies to this solicitation and resulting contract. QUESTION #2: Do You Have To Be A Small Business Contractor To Bid This Project Or Could Any Demolition Contractor Bid This Project? ANSWER TO QUESTION #2: NO. THIS IS OPEN TO ANY DEMOLITION CONTRACTOR, HOWEVER, per section 4.2.3 of the RFP, Please be advised that in order for bids for this project to be accepted by the School Board of Broward County, Florida the bidder must be Pre- Qualified in accordance with 1013.46 F.S., State Requirements for Educational Facilities Ch. 4.1(1), and Board Policy 7003.1 at the time of the bid opening. Bids submitted from firms not in compliance with these requirements will not be opened. Pre-Qualifications are only accepted for the following licenses: • General Contractor; or • Broward County Demolition (Non- Explosive) QUESTION #3: Is There A Bond For This Project? ANSWER TO QUESTION #3: A bid bond is not required upon bid submission, however a bid bond may be required should a Project post award, exceed $200,000 or more. QUESTION #4: It is understood that demolition services can range from a portable classroom to a multi-story building of many types of structural elements. For that reason, if awarded, do we have the ability to deny an estimating order for a certain type of demolition if the scope or structure is beyond our ability? ANSWER TO QUESTION #4: Prior to receiving a request for a cost estimate, the Project Manager or District Representative will contact the Vendor/ Contractor and advise on the facility or structure requiring demolition services. Upon receiving the information regarding the detailed scope of work, the Vendor/ Contractor can advise the Project Manager or the District Representative their Firm/organization cannot perform the determined scope of work and would like to decline the offer to submit a cost estimate to perform the de: ribed scope of work/demolition services. This concludes Addendum No. 1 for RFP FY25-093- Demolition Services All other terms and conditions remain the same. „B R O W A R D Educating today's Sludents to THE BG GROUP LLC 4.3.1 PROPOSER'S EXPERIENCE & QUALIFICATIONS 4.3.1.1 Executive Summary: Submit a brief executive summary (abstract) stating the Proposer's understanding of the nature and scope of the services to be provided and the capability to comply with all terms and conditions of RFP.) The BG Group LLC is nearly 22 years old and has performed demolition work throughout the State of Florida since January 28,2003. Throughout our history,we have performed total and selective demolition for real estate owners,general contractors and municipalities,and of structures: • in every category, including residential,retail, industrial,healthcare,governmental and educational and • of every size,from small single family homes to multi-million square foot shopping centers and 31 story structures. We have completed every project we ever started and own all of our own equipment, including excavators,skidsteers, rubber tire loaders,floor scrapers, specialized attachments and everything else required for successful demolition projects throughout the State. We pride ourselves on our repeat clients and their referrals,as well as our ability to attract new clients due to our impressive capabilities and our outstanding track record of serving our clients' needs. Select reference letters are attached. We possess $7 million of general liability insurance, are bondable up to$10 million and are a WBE. We are also an SBE in certain municipalities, are a drug-free and EEO workplace and are pleased that a number of our employees have been with our company since its inception. In addition,we boast a team that is equally competent in our field operations,our field supervision and our back office. From a financial standpoint, The BG Group LLC is proud to stand on its own financial legs, own all of our own equipment (see attached equipment list) and be a profitable, ongoing concern. We have $7 million of GL insurance and are bondable up to $10 million in aggregate. We have had a positive ongoing relationship with Wells Fargo since our inception (originally Wachovia Bank) and maintain our corporate accounts and line of credit with them. 751 Pad M Commerce Drive#138•lime Baton,FL•884V•561-998-7991•Mil:Ivy@b$demelitlen.cem THE BGGROUP LLC Banking Institutions: Bank: UBS Contact: Kelly Thill Phone: 561.302.0835 Bank: Synovus Contact: Tabitha Stambaugh, VP Address: 140 N Federal Highway, Boca Raton, 33432 Phone: 561.226.0735 Bonding Institution: Bonding Company: International Fidelity Insurance Company Bonding Agent: American Global Resident Agent: Michael Marino Phone: 305.351.9150 Insurance Institutions: Insurance Agency: Alliant Americas, East Contact: Doug Fields Address: 2300 Glades Road, Suite 250W, Boca Raton, FL 33431 Phone: 561.826.5913 Email: dfields@alliant.com We give no credence to the DUNS Supplier Qualifier Report, as we are a private company who will not divulge information to DNB which then makes it available publicly. As such, any report they produce is inaccurate, in our opinion. We are happy to make our financials available to the School Board if required, to validate our financial strength. 151 Pot of Commerce Drive#138•Boca Raton,FL•33487.561-998-7991•email:ivy@bgdemolition.com THE BR UP LL Qualifications of Proposer Team BG currently services annual contracts similar to this for: Palm Beach County; City of Miami; City of Fort Lauderdale; The School District of Palm Beach; and Miami Dade Public Schools and has done so for some of these clients since 2004. Any of them would be happy to serve as references, and we serve up a few of our longer standing ones below. Project Name: School District of Palm Beach County Bid 21 C-14K Demolition Services Project Date: 2016-present; annual contract General Contractor: School District of Palm Beach County General Contractor Contact/Phone: Maxim Manera, 561.225.9917 Address: 1400 N Florida Mango Rd,West Palm Beach, FL 33409 Brief Description of Project: Annual contract for all demolition within the District Project Name: City of Fort Lauderdale annual contract Project Date: Fall 2007-present General Contractor: City of Fort Lauderdale General Contractor Contact/Phone: George Oliva,954.828.6556 Address: 700 NW 19 Avenue, Fort Lauderdale FL 33311 Fax/Email: goliva@fortlauderdale.gov Brief Description of Project: Contract for multiple demolition projects Our full time staff member employees(we employ no outsourced expediters)are fully available with designated areas of responsibility as outlined in our organizational chart. These areas of concentration allow each point of contact to bring to bear their unique substantial knowledge to ensure efficient completion of the tasks in the Scope of Services. These areas of concentration allow each point of contact to bring to bear their unique substantial knowledge to ensure efficient completion of the tasks in the Scope of Services. We have never had an instance where manpower or equipment has been a limiting factor in our ability to successfully complete our business on hand, yet should such a situation arise, we are prepared to add to staff so as not to impact timely service for this City of Miami Beach contract. Our headquarters is in South Florida,giving us the ability to optimally manage Broward County jobs, effectively bid Broward County opportunities,and hire the best people regardless of their home county. 751 Part of Commerce Brim#138•Boca Baton,FL•33487.561-998-7997•small:ltrl@otlemo8tloacom THE BGROUP LLC G We will comply with the scope of services as written in Attachment B. More specifically,our approach and methodology are outlined below. The BG Group LLC (BG) proposed approach has been refined into a standard working procedure that will accomplish the task requirements set forth by The School Board of Broward County. Our approach to every project will be as follows or as refined by the School Board. Within BG, Ivy Fradin will be responsible for disseminating the projects assigned and pertinent information of each to the key team members. These communications will take place in writing,via email,and may be supplemented or predated by verbal dialog. The written word,however, is what will prevail. Written communication will also be the preferred method of communication with any and all subcontractors and regulatory agencies,even though verbal dialog may also occur. Again,within BG, Ivy Fradin will also take ownership of all facets of cost control for each project as well as the contract overall via weekly and monthly analyses. Upon receipt of a Request for Proposal from the School Board, Managing Member Ivy Fradin will review the request and assign an estimator to the project based on location and relevant experience. She will then schedule the relevant BG member(s) to visit the project. They will visit the job site to verify scope of work and to familiarize themselves with the working conditions, including accessibility, crew size, water and electrical availability also, materials and equipment needed. During this site visit BG will confirm the takeoffs of the project to be demolished or removed. Following the site visit, a proposal will be prepared using contract unit rates and sent to the School Board via e-mail within 2-4 days of our site visit. We are a WBE and attempt to utilize other SBE and M/WBEs when they are both responsive and responsible and can benefit the overall project. We can provide documentation illustrating our good faith efforts when requested. As soon as we receive a work order and letter of authorization from the School Board, Ivy Fradin alerts BG team members as to the details of the new job. We immediately begin permit procedures, call in Miss Sunshines,and request utility disconnects. We also immediately file 10 day NESHAP notifications, if required, so as to never hold up a job for this, and are willing to revise if necessary to accommodate the time table of the job. A copy of this notification will be emailed to the asbestos consultant and the School Board contact as requested. We will help coordinate any actual required abatement with 151 Park of Commerce Drive#138•Boca Raton,FL•33481.561-998-7991•email:ivy@bgdentolitfon.com THE BG GROUP LL regulatory agencies, if applicable,and schedule School Board representatives to be present if so desired. The Estimator will coordinate with the Field Supervisor assigned to the project to assure that the appropriate manpower, equipment,and materials required for the job are at his disposal. Also at this time the Estimator will discuss any special site conditions or procedures not referred to in the specifications or work plan. This is to ensure that the Supervisor will have a full understanding of the requirements for the project. Any required underground utility and/or pollutant storage work will be coordinated, as will any subtrades necessary, such as electrical, plumbing, well capping, septic pumpouts, sewer caps, lift station work, etc. We will also arrange for our water source and address any other special conditions, such as relevant MOT plans,at this time. Upon receipt of demolition permit, BG equipment and personnel will mobilize to the job site on the start date indicated on the DEP notice as directed by the School Board. The Field Supervisor will conduct a safety meeting and inform the crew of any special conditions that warrant their attention. The Supervisor will then assign individual tasks to his crew. Each situation is unique, but wet demolition is always performed, both to control dust as well as to ensure the safest and healthiest environment possible, for the scope of work as outlined in the Work Order. We will clean the site each day of any significant debris and schedule inspections as required, allthewhile performing our demolition scope with an eye on both safety and efficiency. Upon job completion, a final walk-through inspection will be performed by the Supervisor. We will then notify the School Board that the job was successfully completed, call in and final inspections, and finally prepare and send the School Board its invoice, with any paperwork that may be required relevant to the particular job. Documentation Before, during, and after a demolition project, documentation is of critical importance. Daily job reports, as well as load tickets and time cards, are compiled to record an absolute proof of project events. At the completion of a project, the documentation can be provided to the client upon request. Duplicate copies of all project documentation would be maintained and stored in a central location within our corporate office in Delray Beach, Florida. 751 Park of Commerce Irk'#138•lou Raton,FL•88487.561-998-7997•small:toll@iem1Rtfen.com THE BG GROUP LLC Significant Difficulties We at The BG Group LLC feel that, with our breadth and depth of experience, we have encountered the majority of difficulties that may arise and we have a known solution in hand. However, real world experience also indicates this is not always the case. Should a situation arise that causes a significant problem, the most important step would be communication with the City. Utilizing the expertise of School Board officials and our key staff we feel we can determine a solution to any difficulties that may arise. Possible difficulties that have arisen in the past, and how we have addressed them are as follows. Onsite changes are requested. The written word will prevail, and any subcontracts or change orders will have to be signed off in writing before the work to which they refer will be executed. We uncover asbestos not detected in survey, Experience allows our operators and possibly hidden under layers of other tile supervisors to identify when we have a problem, stop work immediately and notify proper parties. Our capabilities also allow us to handle this type of situation quickly, safely and efficiently. Utilities were not truly disconnected, despite We make sure that we have letters in the file the fact that we have a letter stating that they from all utilities assuring disconnection of were. service before we start to minimize this possible problem, even if such disconnect letters are not required by a municipality to obtain our permit. These letters also tell us who to call in case of surprise,and usually last minute, emergencies. Our machines break down. Our experienced in-house mechanic, and knowledgeable field supervisors and operators, are able to repair most of the problems our 751 Put of Comma Drive#138.loco Iota,FL•58481.561-998-7997•small:luebodomollthoLcom THE BR UP LL machines encounter. Performance time tables get shortened. Our strong vendor relationships facilitate hauling, dumping and the like, when expedited service is needed All requests for service,regular and/or emergency,need to be emailed to our Managing Member, ivy@bgdemolition.com. Emergency requests should also be phoned in to Ivy at 561.715.0530, Managing Member Steve Greenberg at 561.715.0013 or Vice President Andrew Stull at 561.441.5922,all of whom are reachable 24x7. 151 Part of Commerce Drive#138•Boca Raton,fL•33481.561-998-1991•email:Ivy@bldemeNtfen.com THE BC GROUP LLC 4.3.1 PROPOSER'S EXPERIENCE & QUALIFICATIONS 4.3.1.2 References: Provide three (3) references of completed projects, regarding demolition projects, within the last 5 years. References must include a one paragraph brief summary of scope of work completed pictures of the work performed. Reference form can be found in the Bid Summary Sheet. Project Name: Marjory Stoneman Douglas Bldg 12 — Parkland Project Date: 2024 General Contractor: Broward Schools General Contractor Contact/Phone: Greg Neiman, 754.321.2804348.4342 Brief Description of Project: Demolition, removal and restoration of highly sensitive and publicized school building within tight time frame Contract Amount: $330k rBRCounOWAc hoD ots Physical Plant Operation-Zone I rn*s_noo.o:.d u Gwgory L Neiman,Area Manager 1 Mews.Cow*.It.. 6.501 Northwest 15',Avenue `e,ANaO`"'“"°r Meo Naar vx.Clan Fon Lauderdole.Florida 33334 phone:754-321-2804•lox:754-321-2885raw Anion Ione°rom Era PC�:7SrcirmyultprOW01d,rhoolS rom C°,°P ropo,w b..1•11None. WV,/Mn.(1,d;Cnpo14.Com/00xu0, w,°n two,. lba R.oen D,Bien 7en+on cY.Moan woos+, swenvro..i of scnoo. July 18.2324 To whom It may concern. During the summer of 2024 Broward County Public Schools(BCPS)contracted BG Group.LLC.to do a high-profile demolition of a three-story tilt wall constructed 30 class room building at Marjory Stoneman Douglas High School in Parkland,Florida The project had a tight timeline Inducing a critical path that required 10-hour days,6 days a week. BG Group was in constant communication with the Project Management Team.Scheduling the first day of demolition had numerous challenges,regardless the project started on the time,despite several obstacles.The job site had 24/7 security until the protect was completed and the BG Team had to deal with a constant presence of media and spectators.The project was completed 3 weeks ahead of schedule,providing the proper resources were all in to complete the project ahead of schedule. When the Project Management Team had an issue or concern,Troy the site foreman was always responsive and addressed the Issue right away.Ivy Fradin was a pleasure to work and always followed up on any issues or concerns in a timely manner.The entire BG Group displayed a high level of professionalism and are dedicated to their craft. Based on 8G Groups outstanding performance.Broward County Public Schools will continue to contract with BG Group for demolition projects.I will highly recommend 80 Group to any organization requiring their services. Sincerely. , Gregory L.Neiman,Area Manager I Physical Plant Operations-7one 1 ate edveonnp today'.Shawls le Succeed In temanew•f Wald WWW1111• 6n.w.e r+,n',Put.,Sete,.k no frlrl lkM'�.rN FnM>I° P 751Park of Commerce Drive#138•Boca Raton,FL•33487.561-998-1997•email:ivy@bgdemolition.com THE BC GLLC Project Name: Rickards Middle School — Fort Lauderdale Project Date: 2022 General Contractor: D Stephenson General Contractor Contact/Phone: Michael Fishkind, 954.348.4342 Brief Description of Project: Removal of semi-collapsed structure at school Contract Amount: $345k We worked as a subcontractor to D. Stephenson to: demolish, remove and dispose of one (1) two Story Building Including Mezzanines, Canopies, Slabs & Foundations; remove and dipose of specified Concrete Sidewalks, Pavers and Asphalt Pavement; as well as chain link fencing, grease trap, underground utilities and various other items. We completed the work ahead of schedule and on budget on this bonded job. 40, 1111111111111111- • i ANY 160 :v4 ,i' • 4 ' 41511.111111 • 751 Park of Commerce Drive#138•Boca Raton,FL•33481.561-998-7997•email:ivy@bgdemoldIon.com THE BC GROUP LLC • : A 1 A / • r r,r 751 Park of Commerce Drive#138•Boca Raton,FL•33487.561-998-1997•email:ivy@bgdemolition.com THE BG GROUP LLC Project Name: Falcon Cove & Cypress Bay School Portables —Weston Project Date: 2022 General Contractor: School Board of Broward County General Contractor Contact/Phone: Sam Baze, 954.804.9981 Brief Description of Project: Total demolition of 110 portables Contract Amount: $522k We worked as a prime contractor for the School Board to demolish 110 portable classrooms at two schools in Weston. This was a competitive bid that we were awarded, and the schools' project managers gave us countless compliments for our safety, speed, efficiency and professionalism. Project Name: Pembroke Pines former City Hall — Pembroke Pines Project Date: 2022 General Contractor: City of Pembroke Pines General Contractor Contact/Phone: Dayana Castellon, 954518.9064 Brief Description of Project: Abatement and total demolition of 7 story municipal building Contract Amount: $322k We worked as a prime contractor for the City of Pembroke Pines to demolish and remove its 7 story former City Hall building. This project included asbestos abatement and utilized our high reach excavator. In addition, it was bonded, and was located in a solid waste franchise area. II �. 1. - I t .. t , ;,'. i i I ,i .. , ,'' ii. i. li • w , 1 1 1 t rek, t -.4iii 1,,, i i Project Name: Lake Worth Community High School — Lake Worth Project Date: 2022-present General Contractor: Hedrick Brothers General Contractor Contact/Phone: Darrell Lange, 561.690.6285 Brief Description of Project: Interior renovations and operational high school Contract Amount: $502k 751 Park of Commerce Drive#138•Boca Raton,FL•33481.561-998-1991•email:ivy@bgdemolition.com THE BC GROUP LLC 4.3.1 PROPOSER'S EXPERIENCE & QUALIFICATIONS 4.3.1.3 Litigation: Provide a statement of any litigation or regulatory action that has been filed or is pending against your firm(s) in the last three (3) years. If an action has been filed, state and describe the litigation or regulatory action filed, and identify the court or agency before which the action was instituted, the applicable case or file number, and the status or disposition for such reported action. A. IN PROCESS: CASE NO: 2024-012650-CA-01 • CASE STATUS: FILED 8/15/24 • BG IS DEFENDANT IN CASE ALLEGING DEMOLITION-RELATED DUST B. CLOSED IN SETTLEMENT: • Defendant Lawyer: Gary S. Phillips, Esq. 4000 Hollywood Blvd, Suite 500N Hollywood, FL 33021 gphillips@phillipslawyers.comTel 954.966.1820 ext. 3010 Plaintiff Lawyer: MICHAEL WILLIAM SKOP, P.A. 6808 Griffin Road Davie, FL 33314 Tel: 954-791-2514 Email: RNLAW22@AOL.COM Telephone: Case Number: CASE NO: 16-6756 CA 01 (10). Jury ruled in favor of BG Group in April 2022. • Defendant Lawyer: Clay Schuett 8200 - 113th Street N., Suite 101 I Seminole, FL 33772 clay c(D.schuett-law.com 727-712- 3663 Ext. 302 - Office Plaintiff Lawyer: Gary S. Phillips, Esq. 4001 Hollywood Blvd, Suite 500N Hollywood, FL 33021 gphillips(a.phillipslawyers.com Tel 954.966.1820 ext. 3010 Case Number: 062020CA007184AXXXCE. In May 2020, we filed a suit against a subcontractor, Southeast Abatement Services, for lack of performance on various projects, the largest of which is known as Flamingo Renovations. 751 Part of Commerce Drive#138•Boca Raton,FL•33487.561-998-1997•email:ivy@bgdemolition.com THE BC GROUP LLC COST OF GOODS/SERVICES 4.3.2: Attachment F is attached. BG Group firm pricing is indicated in the included Excel spreadsheet and is all inclusive in accordance with the terms, conditions and specifications of this RFP. Additional information for Pricing Sheet: Waste Fee Prices/Municipality is as follows. REPUBLIC SERVICES From: Salnave, Lincy LSalnave@republicservices.com The pricing and tonnage is below for Coconut Creek C&D — • 10 yd $567.27 - Includes 4 tons of disposal $51.26 per ton (after 4 tons) Plus Franchise fees of$24.12 /ton • 20 yd - $705.86 - Includes 5 tons of disposal $51.26 per ton (after 5 tons) Plus Franchise fees of$24.12 /ton • 30 yd - $843.47 - Includes 6 tons of disposal $51.26 per ton (after 6 tons) Plus Franchise fees of$24.12 / ton • 40 yd - $980.99 - Includes 7 tons of disposal $51.26 per ton (after 7 tons) Plus Franchise fees of$24.12 / ton For the city of Sunrise you cannot go over 10 tons. Pricing Is below. Pricing is per haul • 10 yd 547.63 • 20 yd — 709.63 • 30 yd — 871.63 • 40 yd — 1033.63 • $125 rental fee on open top containers not pulled in 30 days For further assistance please contact 954-327-9504 COASTAL WASTE Please see the price per ton for disposal costs in each city below. Cooper City- $49.93 per ton for C&D. $66.94 per ton for MSW. Davie- $51.26 per ton for C&D. $67.43 per ton for MSW. Pompano Beach- C&D is a flat rate per haul with no additional disposal costs. $85.21 per ton for MSW. For Coral Springs C&D is $51.26 per ton and MSW is $67.43 per ton, same rate as davie 151 hili N Cemefce Drive#1311.Boca Raton,Ft•33481.561-998-7991•email:ivy@bgdemolition.com THE BG GROUP LLC Michael Chayet Sales Executive P: 954-947-4000 Co a s to I M: 954-304-5914 www.coastalwastei nc.com Waste & Recycling 1840 N.W 33st, Pompano Beach, FL 33064 WASTEPRO From: Mauricio Martinez<mmartinez@wasteprousa.com> This is P. Pines. C&D Rates are bottom right. City of Pembroke Pines, Florida Sanitation Rates Category 4-Roll Off Compactor and Category 6-Roll Ott Open Containers CURRENT RATES NEW RATES EFFE 10!0112023-09/30/2024 10/01/2024•09134 Category 4 • Roll Off Compactor Component 20 Yard 30 Yard 35 Yard 40 Yard �o Yard 30 Yard 35 Coliecbon I ee S 337 41 $ 347 76 $ 358 11 S 368 46 f 349 22 S 359 93 S 3 Franchise Fee(20%) 85 69 88 32 90 95 93 58 88 69 91 41 Ad'rin,stratve Fee(1 2516) • 5 36 552 568 5 85 5 54 5 71 Total Fee $ 428.46 $ 441.60 S 454.74 $ 467.8$ $ 443.4$ $ 457.05 $ 4 Deevery f ee $ 108 68 S 108 68 S 108 88 S 108 68 $ 112 48 $ 112 48 S 1 Monthly Rental Charge S 327 62 S 409 S2 S 548 03 5 655.24 $ 327 62 $ 409 52 S 5 Tippng Fee Ind F rancfwseM4m $ 135 25 S 136 25 S 136 25 S 138.25 $ 143.07 $ 143.07 $ 1 CSD Disposal Fee incl Franchise/Adm $ 70 46 S 70 48 S 70 48 $ 70 46 $ 73 98 $ 73.98 $ Category 5-Roll Oft Open Contalneff Component 10 Yard 20 Yard 30 Yard 40 Yard 10 Yard 20 Yard 30 1 Collection Fee $ 337 41 S 347 76 S 358 11 S 368 46 $ 349 22 S 359 93 S 3 Franchise ree(20%) 85 69 88 32 90 95 93 58 88 69 91 41 Administrative Fee(1 25%) 6 36 5.52 568 5 85 5 54 5 71 Total Fee S 428.46 S 441 60 S 454.74 S 467.8$ ) 443.45 5 457.05 S 4 Delivery Fee $ 108 68 $ 108 68 S 108 68 $ 108.08 $ 112.48 S 112 48 $ 1 Daily Rental Charge $ 3 17 $ 3 17 S 3 17 $ 3.17 $ 3.17 S 3 17 5 Tipping Fee end Franctrse/AdM $ 136 25 S 136 25 S 136 25 S 138.26 $ 143.07 $ 143.07 $ 1 C8.0 Tipping Fee Inc,Franchha/Adm $ 70 46 S 70 46 $ 70 46 $ 70.48 $ 73 98 S 73.98 S 151 Park of Commerce Drive#138•Boca Raton,FL•33481.561-998-1991•email:lull@bgdemolition.com THE BG GROUP LLC City of Miramar Rates Pull Services (charges are/pull) 10/01/2024 - 9/30/2025 Exhibit No. 5 - Pull Services (charges are per pull) Container Size Pick up and Haul Container Size 10 CY 15 CY 20 CY 30 CY 40 CY Disposal Plck up and Haul $355.40 $376.62 $397.84 $419.06 $440.27 TBD - is the cost of disposal of materials based on its weight Disposal TBD TBD TBD TBD TBD TBD - is the cost of disposal of materials based on its weight Pull Service Delivery: Container Size Pull Service Delivery: Container Size 10 CY 15 CY 20 CY 30 CY 40 CY wp $152.47 $152.47 $152.47 $152.47 $152.47 ff $15.75 $15.75 $15.75 $15.75 $15.75 total $168.22 $168.22 $168.22 $168.22 $168.22 FF $42.06 $42.06 $42.06 $42.06 $42.06 Total $210.28 $210.28 $210.28 $210.28 $210.28 Pull Service Maintenance less than (<) 30 days (charges are per day): Pull Service Maintenance less than (<) 30 days (charges are per day): Container Size Container Size 10 CY 15 CY 20 CY 30 CY 40 CY wp $4.54 $4.54 $4.54 $4.54 $4.54 ff $1.14 $1.14 $1.14 $1.14 $1.14 total $5.68 $5.68 $5.68 $5.68 $5.68 Pull Service Maintenance greater than (>) 30 days (charges are per day): Pull Service Maintenance greater than (>) 30 days (charges are per day): Container Size Container Size 10 CY 15 CY 20 CY 30 CY 40 CY wp $4.41 $4.41 $4.41 $4.41 $4.41 ff $1.47 $1.10 $1.10 $1.10 $1.10 total $5.88 $5.88 $5.88 $5.88 $5.88 WASTE MANAGEMENT In the cities where we are able to provide service, the price per ton for construction/demo for BG Group = $62.50 per ton. 751 Pan of Commerce drive#138•Boca Raton,FL•33487.561-998-7997•email:ivy@bgdemolition.com THE BG GROUP LLC DJ Wilson, Builder's Direct Desk Agent, Florida Builder's Direct Desk dwilso3l(awm.com T: 800-269-0073 2380 College Ave, Davie, FL 33317 w CITY OF DEERFIELD BEACH Please see below pricing information; 20yd: $504.03 Trip charge / Dry run: $63.00 Relocate: $63.00 Expedited Service — Same day service: $126.01 20yd roll off has a weight cap of 5.5 tons, anything over 5.5 tons will be charged at the current disposal rate. The rates are as followed: TRASH - $61.29 CSD - $61.29 151 Park of Commerce Drive#138•Boca Raton,FL•33487.561-998-1991•email:ivy@bgdemolition.com THE BC GLLC 30yd: $630.03 Trip charge / Dry run: $63.00 Relocate: $63.00 Expedited Service — Same day service: $126.01 30yd roll off has a weight cap of 6 tons, anything over 6 tons will be charged at the current disposal rate. The rates are as followed: TRASH - $61.29 C&D - $61.29 Thank you, CELEBRATINGHAILEYECHEVARRIA iso Sustainable Management Customer Service Analyst YE ARS 954.480.4391 DEERFIELD BEACH 9 401 SE 4th St, Deerfield Beach FL 33441 www.dfb.city hrutledge(a ymail.com 0 ' ► 100 Years of Community 151 Part of Commerce Brite#138•Boca Raton,FL•33487.561-99B-7991•email:ivy@bgdemolition.com RFP25-093:Demolition Services RFP No.RFP25-093 The School Board of Broward County,Florida Page 38 of 57 Pages ATTACHMENT F—COST OF SERVICES THIS EXCEL FILE MUST BE DOWNLOADED DIRECTLY FROM DEMANDSTAR SPREADSHEET: Vendor must fill out the attached Cost of Services Excel document electronically. No handwritten summary sheets will be accepted. Complete the Excel file and submit in .xls type format with your bid proposal response in Demand Star. NOTE: Carefully review each tab to ensure all applicable spaces are completed. Below is a list of the tabs: SEE ATTACHED EXCEL(.XLS)PRICING BID SUMMARY SHEET TABS AS FOLLOWS: 1) Company Representative—Must be completed by Proposer 2) Tab Pricing—Must be completed by Proposer 3) Additional Information 4) Disposal Fees Broward County Public Schools Is An Equal Opportunity/Equal Access Employer Procurement & Warehousing Services RFP Bid#RFP25-093 Broward County Public Schools Demolition Services Proposer Information Please complete all tabs and submit electronically. _ __ ......,.,....:.>.., i Company Name THE BG GROUP LC Individual to contact for sales IVY FRADIN Email for sales contact listed above IVY@BGDEMOLITION.COM Phone number for sales contact listed above 5617150530 Individual to contact for assistance with invoicing,credits IVY FRADIN Email for individual listed above IVYPBGDEMOLITION.COM Phone number for individual listed above 5617150530 Instructions: . 1.)This form is to be filled out electronically 2.)All Fields in the Proposer Information box(above)should be filled in Thank you for your cooperation! <'Procurement&Warehousing Services RFP Bid#RFP25-093 VW, Broward County Public Schools Demolition Services Company Name THE BG GROUP LLC"all prices assume no ACM and no disposal(which is passthrough per bid docs)" PRICING SHEET in es listed are estimates and are not guaranteed. NOTE: Environmental materials(asbestos I mercury I refrigerant(etc.)will be addressed by the district prior to being turned over to the demolition contractor.Submit electronically. Instructions to Proposer. 1.Enter pricing Information in column F. 2.Formulas will calculate based on pricing entered below. iii Price Per Unit of Estimated Measure(See note Extended Total Item/ Description Quantity Unite(Measure 1 below) Price 1 Concrete Block Structure(CBS)without 10,000 SO FT $4 SS $45,500.00 partitions 2 Concrete Block Strucutre(CBS)with 15,000 SO FT :4.88 570.200.00 partitions Portable wood units.Typical portables are 3 between 850 and 1,100 sq.ft.Estimated 300.000 SO FT $5.94 $1.782,000.00 300 portables are to be demolished 2025• 2026.(see note 3) Additional hourly rate when surgical removal of a middle portable unit needs to be demoed 4 from a bank of multiple portables.Labor 10,000 HOUR $450.00 $4,500,000.00 Rate,per hour,per crew(Crew=labor and equipment) 5 Metal structures without partitions 4.000 SO FT $4 10 516,400.00 6 Driveway/concrete pad removal 150,000 SO FT $5.75 $862,500.00 7 Driveway/asphalt removal 60,000 SO FT $5 18 $310,800.00 , 8 Septic tank(sq ft of lid) 1.000 SO FT $11.50 $11,500.00 COST PER 1000 9 Pump out lift station/septic tank. 1 GALLON $800.00 $800.00 (OR LESS)TANK 1 D Pump out lift station/septic lank for each 100 1 COST FOR EACH $55 00 $55.00 gallons in excess of 1,000 gallon tank. 100 GALLONS 11 Swimming pool 800 SO FT $4.02 53,216.00 12 Fence,chain Ink. 5,000 LIN FT $1.49 $7,450 00 13 Fence,wood 5,000 LIN FT $2.48 $12,400.00 14 Fence,masonry. 100 LIN FT $3 90 $390.00 15 Screen enclosures 5,000 SO FT $5.50 $27,500.00 $7,650,7111.00THE TOTAL AMOUNT WILL BE UTILIZED FOR SCORING PURPOSES•> -- Procurement& Warehousing Services RFP Bid#RFP25-093 Rroward County Public Schools Demolition Services THE BG GROUP LLC Name ADDITIONAL INFORMATION&SERVICES This information is not be used for award purposes. Instructions to Proposer: 1.Enter information in columns C,and D. 2.Submit electronically. Price Per Unit of Item 11 Description Measure 1 Cost per linear foot for the removal of piling(extraction) $20.00 2 Cost per linear foot for the removal of piling(no extraction) 520.00 3 Cost for trio removal of a florescent tube(from fixture only) 52.50 4 Cost of the removal of a H I 0 bulb(from fixture Only) 55.00 6 Cost of removal Cl a ballast(from fixture Only) 55.00 6 Cost per cubic yard for the removal of trash 528.00 7 Cost for the removal of an abandoned vehicle $500 00 B Cost per Cubic yard for the removal of tires(with or without nm) $80.00 9 Cost per cubic yard for tree removal S20.00 10 Cosi per cubic yard for backfill 527.00 11 Cost per linear foot for temporary fencing 514.00 12 Cost per hour for a secunty guard 540.00 13 Generator,based on daily rate(10 hours)-SIZE 50kw 5800.00 14 Generator,based on daily rate(10 hours)•SIZE 16 Generator,based on daily rate(10 hours)-SIZE Lump Sum Cost for Locates of all utlrties-projects 1/2 acre or Less. 16 inclusive of rmgotuonby ground penetration radar or other 5800.00 technologies available to obtain tnis information Per Acre Cost for Locates of all utilities-for protects in excess of ti 17 acre inclusive of irngabon,by ground penetration radar or other 5800.00 technologies available to obta,n this information Additional Items Not Covered 18 19 20 21 22 23 C: i. Procurement & Warehousing Services BIT t3id#RFP25-093 Yom' Broward County Public Schools Demolition Services Company Name: THE BG GROUP LLC PRICING SHEET Submit electronically. , Instructions to Proposer: 1.Enter pricing information in column E. 2.Proposer to provide waste fee prices per municipality. iPrice Per Unit of Unit of Name of the Service Measure(See note Item# Municipality MeasureljL Provider(Disposal) 1 below) 1 Coconut Creek Ton REPUBLIC see attached 2 Cooper City Ton COASTAL S49.93 3 Coral Springs Ton COASTAL $51.26 4 Dania Beach Ton WM $62.50 5 Davie Ton COASTAL $51.26 6 Deerfield Beach Ton CITY OF DEERFIELD see attached 7 Fort Lauderdale Ton WM S62.50 8 Hallandale Beach Ton WM $62.50 9 Hollywood Ton WM $62.50 10 Lauderdale Lakes Ton W M $62.50 11 Margate Ton WM $62.50 12 Miramar Ton WASTEPRO see attached 13 North Lauderdale Ton WM S62.50 14 Oakland Park Ton WM $62.50 15 Parkland Ton WM $62.50 16 Pembroke Pines Ton WASTEPRO see attached 17 Pembroke Park Ton WM $62.50 18 Plantation Ton WM $62.50 19 Pompano Beach Ton COASTAL see attached 20 Sunrise Ton REPUBLIC see attached 21 Tamarac Ton W M $62.50 22 Weston Ton WM $62.50 23 Wilton Manors Ton WM $62.50 titac- I QNkCL-C;' "---eo'-/ck—C31-e MOBUJZATION FEE Each bidder may submit a mobilization fee that shall not exceed 6%of total project cost or$600,whichever is las. WATER USAGE FEE Each bidder may submit a water usage that shall not exceed 2%of total project cost or$100,which ever Is less. THE BC GLLC SUPPLIER DIVERSITY OUTREACH PROGRAM PARTICIPATION: SUPPLIER DIVERSITY OUTREACH PROGRAM (SDOP) 4.3.4 The BG Group LLC agrees to fully participate in the SBBC's Supplier Diversity Outreach Program and to advertise and award opportunities to responsive and responsible SWBEs as required. We have a history of doing so on prior projects. To wit, on two recent Broward County CBE projects on which we were prime contractor, we exceeded our CBE goals, as shown below. We are fully committed to helping CBEs grow and have since utilized the subcontractors found below on other BG Group projects without such a CBE requirements. Helping CBEs grow organically is, after all, the overall purpose of the OESBD program. Contract Contract Contract CBE CBE Req$ Dollars 51%BG Number PNC Name Amount at PO Req% Awarded to Awarded CBEs by Above CBE BG Requirement 2118484Q1 Portside $1,463,305.00 27% $395,092.35 $403,368.16 $8275.81/ Center and 2% Terminal l 2118697C1 BCT $224,285.00 30% $67,285.00 $79,116.38 $11,831.38/ Copans 18% Bldgs 1 &3 151 Put of CSMnmeroe CMre#131•Ina lats4 FL•33481.581-998-1991•smell:lrll@hINaNNtlonsom THE BC GROUP 11 OTHER FORMS Attachments E, G, I, J/W9 and COI are attached. 751 Park of Commerce Drive#138•Boca Raton,FL•33487.561-998-1997•email:ivy@bgdemolition.com RFP25-093. Demolition Services RFP No. RFP25-093 The School Board of Broward County,Florida Page 37 of 57 Pages ATTACHMENT E- REFERENCES MUST BE COMPLETED BY ALL PROPOSERS Company Name: -Q 6 G List the minimum number of required references as stated in the Special Conditions, which show experience in similar work, including nature and scope of work,which demonstrates expertise in providing the services as stated herein. Provide scope of work, name of firm, contact name. E-mail, telephone number,and date(s)of service. REFERENCE I Name of Firm: 1 Qr"tvAP �-cts r* t k L c_ 5c')adS Contact Person: 43.(Ar,n j Q Y)C1i> G .. Contact's Email: G . r,+ma„ e; hIzewacci,ci,cisA cc m; 9 .---e_5 co.y Contact's Phone: 75'-+ 32-I. H 3 1 7 , 15 y.3;iG Date(s)of Service: 2 02 2_ - "2-G9-Li `"" Scope of Work: �s�v L c,-c, l�Zt S 5 S a-J fn1c_c:►l (.xv C•yreess r'34� c-fi(,_,,A 5 zS- REFERENCE2 Name of Firm: 0:4---1 - c - - L 1-3 Contact Person: S'�; -I' 5 G)u,A, p•, rr Contact's Email: P A S cQQA-F% e 11 e . V Contact's Phone. 0 5'^f $ 2- SCS f I Date(s)of Service: .2 c,, p - 2 c,2'1 Scope of Work: QJv)b p 1--)1 3 c . S REFERENCE 3 Name of Firm: --rG i\ Contact Person: 'v5 u4,g PSD . Contact's Email: {ZD "Z Q -4--LAI P/2 e) z .RS- M Contact's Phone: 17 Z 2 (; 2- '- 5 y U Date(s)of Service: 'Z C= `!- Scope of Work: 1T�t�2� si�►z;l�'3 c-1-1 u t,2 Q-A- RC D-V Crt, ` ca v-t- ) 11') ;vim F'Q �;cJJ� 11 Broward County Public Schools Is An Equal Opportunity/Equal Access Employer RFP25-093. Demolition Services RFP No. RFP25-093 The School Board of Broward County,Florida Page 39 of 57 Pages ATTACHMENT G —WORKERS' COMPENSATION AFFIDAVIT THE SCHOOL BOARD OF BROWARD COUNTY, FLORIDA WORKERS' COMPENSATION AFFIDAVIT CERTIFICATION OF NUMBER OF EMPLOYEES (Complete only if your firm has less than four(4) employees) 4� c-ve (Company Name) hereby certifies and affirms that the entity named herein has less than four (4) employees nor uses any subcontractor(s) with four (4) or more employees and will not have four(4) or more employees during the term of this contract. I further certify that, if during the period covered by this affidavit, the entity named he—in becomes an employer with four(4) or more employees or uses subcontractor(s) with four(4) or more employ- s. a Certificate of Insurance shall be provided to The School Board of Broward County, Florida, within five (5) bu ' ess days. With respect to the construction industry, all employment in which on- 1) or more employees are employed shall provide evidence of Workers' Compensation coverage. Under •enalties of seri' I declare that I have read the f• e•oin• Workers' Com•ensation Affidavit and that the facts stated in it are true. Electronic or handwritten signature: Print/Type Name: Title: Broward County Public Schools Is An Equal Opportunity/Equal Access Employer RFP25-093: Demolition Services RFP No. RFP25-093 The School Board of Broward County.Florida Page 41 of 57 Pages ATTACHMENT I—DRUG FREE WORKPLACE 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 ELECTRONICALLY OR IN HANDWRITING. This sworn statement is submitted to The School Board of Broward County, Florida, By. 1v4 � 1 /f�14/.1 jtio y 1 (Print end vidual's name and title) for 1--e (3 � '� L.-L_L (Print name of entity submitting sworn statement) whose business address is S C A R,L c'_. rp -41. 1 — — — SGA RA- rZ —L— 3 3'427 and (if applicable) its Federal Employer Identification Number(FEIN) is k r 0 5 `?3 3r41- (If 2(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) above. 4. In the statement specified in subsection (1) above, notified the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to. any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. 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. 7. Under penalties of perjury, I declare that I have read the foregoing Drug Free Work place and that t - -cts stated in it are true. 4111011 (Vendor Electronic Or Handwritten Signature) Broward County Public Schools Is An Equal Opportunity/Equal Access Employer Form W-9 Request for Taxpayer Give form to the (Rev.March2024) Identification Number and Certification requester. Do not Department of the Treasury Go to www.irs.gov/FormW9 for instructions and the latest information. send to the IRS. Internal Revenue Service Before you begin.For guidance related to the purpose of Form W-9,see Purpose of Form,below. 1 Name of entity/individual An entry is required.(For a sole proprietor or disregarded entity,enter the owner's name on line 1,and enter the business/disregarded entity's name on line 2.) THE BG GROUP LLC 2 Business name/disregarded entity name,if different from above. `° 3a Check the appropriate box for federal tax classification of the entity/individual whose name is entered on line 1 Check 4 Exemptions(codes apply only to only one of the following seven boxes. certain entities,not individuals; see instructions on page 3)'. co ❑ Individual/sole proprietor ❑ C corporation ❑ S corporation ❑ Partnership ❑ Trust/estate • c Q LLC.Enter the tax classification(C=C corporation,S=S corporation,P=Partnership) . . . S Exempt payee code(it any) ao Note:Check the"LLC"box above and,in the entry space,enter the appropriate code(C,S,or P)for the tax '' u classification of the LLC,unless it is a disregarded entity.A disregarded entity should instead check the appropriate Exemption from Foreign Account Tax o w box for the tax classification of its owner. Compliance Act(FATCA)reporting ❑ Other(see instructions) code(if any) CI• U u3b If on line 3a you checked"Partnership"or"Trust/estate,"or checked`LLC"and entered'P"as its tax classification, (Applies to accounts maintained y and you are providing this form to a partnership,trust,or estate in which you have an ownership interest.check outside the United States) y this box if you have any foreign partners,owners,or beneficiaries.See instructions . . . . . . ❑ cn 5 Address(number,street,and apt.or suite no.).See instructions Requester's name and address(optional) 3640 CARLTON PLACE 6 City,state,and ZIP code BOCA RATON, FL 33496 7 List account number(s)here(optional) Part I 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 I,later.For other - entities,it is your employer identification number(EIN).If you do not have a number,see How to get a or TIN,later. Employer 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. 8 1 - 0 5 9 3 3 3 2 Part II Certification Under penalties of perjury,I certify that: 1.The number shown on this form is my correct taxpayer identification number(or I am waiting for a number to be issued to me);and 2.I 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.I am a U.S.citizen or other U.S.person(defined below);and 4.The FATCA code(s)entered on this form(if 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 failed to report all in dividends on your tax return.For real estate transactions,item 2 does not apply.For mortgage interest paid. acquisition or abandonment of sec d property)cancellation of debt,contributions to an individual retirement arrangement(IRA),and,generally,payments other than interest and divide s, ou are 1.152,t,rdquired to sign the certification,but you must provide your correct TIN.See the instructions for Part II,later. Sign Signature / Here U.S.perso Date l� `t '7 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 www.irs.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 3a has been modified to clarify how a disregarded entity completes this line.An LLC that is a disregarded entity should check the Purpose of Form appropriate box for the tax classification of its owner.Otherwise,it should check the"LLC"box and enter its appropriate tax classification 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.3-2024i /....N THEBGGR-01 JCARRILLO ACORO CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 4141......----- 11/6/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. i If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER License#0C36861 FareCT Carmen Rivera Boca Raton-Alliant Ins Svc Inc. PHONE FAX 0 2300 Glades Rd Ste 250W (A/c,No,Exq:(561)430.6093 (AIC,No): Boca Raton,FL 33432 ADDRESS,Carmen.Rivera@alliant.com INSURER(S)AFFORDING COVERAGE NAIC 0 INSURERA:Everest indemnity insurance Company 10851 INSURED INSURER B:Everest Denali insurance Company 16044 The BG Group LLC INSURER c:HDI Specialty Insurance Company 16131 751 Park of Commerce Dr.Ste 138 INSURER D:BridgefieldCasualty Insurance Company 10335 Boca Raton,FL 33487 INSURER E:Ascot Specialty Insurance Company 45055 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUER POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR ,1NSD WVD (MM/DD/YYYYI IMM/DD/YYYY); A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADECF3GL00452-241 7/1/2024 7/1/2025 GETORENTED � X I OCCUR DAMA X PREMISES�a occurrence) $ 100,000 MED EXP(Any one person) $ Excluded PERSONAL&NWINJURY $ -_ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY X �E� LOC PRODUCTS-COMP/OP AGO $ 2,000,000 OTHER: $ B AUTOMOBILE LIABILITY (IEOMBINSINGLE LIMIT a aszcideaL__ $ 1,000,000 1 ANY AUTO CF3CA00349-241 7/1/2024 7/1/2025 BODILY INJURY(Per person) $ OWNED X SCHEDULED AUTOS ONLY AUTNOSSyyry p BODILY INJURY(Per ecddent) $ -- X AUTOS ONLY X AUTOS ONLY PROPERTY DAMAGE $ (Per accident) I i $ C X UMBRELLA LIAR X OCCUR EACH OCCURRENCE $ 2,000,000 EXCESS LIAB 1 CLAIMS-MADE CLXD6566800S 7/1/2024 7/1/2025 AGGREGATE _S___ 2'000'000 DED RETENTION$ $ D WORKERS COMPENSATIONOTH- AND EMPLOYERS'LIABILITY X STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE r1N '18653932 11/10/2024 11/1012025 E.LEACHACCIDENT ,_$ 1,000,000 FICER/MEMBEREXCLUDED? W NIA andatory n NH) EL.DISEASE-EA EMPLOYEE $ 1'000'000 If yes describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L DISEASE-POLICY LIMIT $ E Excess Liability ESXS2410003661-01 7/1/2024 7/1/2025 Each Occurrence 3,000,000 , DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,maybe attached If more apace Is required) The School Board of Broward County,Florida,its members,officers,employees andagentsare Included as Additional Insured with respect to General Liability where required by written contract. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE The School Board of Broward County,Florida THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Procurement&Warehousing Services Department 600 SE 3rd Avenue Fort Lauderdale,FL 33309 AUTHORIZED REREPRESENTATIVE �I 444 24L ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID:THEBGGR-01 JCARRILLO LOC#: 1 ACORD ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY License#0C36861 NAMED INSURED Boca Raton-Alliant Ins Svc Inc. The BG Group LLC Bo 751 Park of Commerce Dr.Ste 138 POLICY NUMBER Boca Raton,FL 33487 SEE PAGE 1 CARRIER NAIC CODE SEE PAGE 1 SEE P 1 EFFECTIVE DATE:SEE PAGE 1 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance Additional Policies and References EXCESS LIABILITY CONTINUED: $3,000,000 Lead Excess Liability -$3,000,000 Each Occurrence and in the Aggregate. Umbrella and Excess Liability policies: Extends coverage to General Liability,Automobile Liability, Employers Liability(Workers Compensation). Umbrella and Excess Liability policies are follow form. POLLUTION LIABILITY AND INCIDENTAL PROFESSIONAL SERVICES LIABILITY: Policy Number MKLV2ENV103845 Policy Dates: 11/10/2024-11/10/2025 Company: Evanston Insurance Company Pollution Limit: Each Policy Limit/Aggregate $5,000,000 Incidental Professional Services Liability Limit: Each Act, Error, or Omission $2,000,000 and $2,000,000 in the Aggregate ALL COVERAGES ARE SUBJECT TO THE POLICY TERMS, CONDITIONS AND EXCLUSIONS. ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER:CF3GL00452-241 COMMERCIAL GENERAL LIABILITY CG 20 10 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s) Of Covered Operations Any person or organization that entered into a written contract with the Named Insured requiring such person(s)or organization(s)to be named as an additional insured with respect to the Named Insured's performance of operations at any location on behalf of such person(s) or organization(s). Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section Il — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following additional organization(s) shown in the Schedule, but only exclusions apply: with respect to liability for "bodily injury", "property This insurance does not apply to "bodily injury" or damage" or "personal and advertising injury" "property damage" occurring after: caused, in whole or in part, by: 1. All work, including materials, parts or 1. Your acts or omissions; or equipment furnished in connection with such 2. The acts or omissions of those acting on your work, on the project (other than service, behalf; maintenance or repairs) to be performed by or in the performance of your ongoing operations for on behalf of the additional insured(s) at the the additional insured(s) at the location(s) location of the covered operations has been designated above. completed; or However: 2. That portion of "your work" out of which the injury or damage arises has been put to its 1. The insurance afforded to such additional intended use by any person or organization insured only applies to the extent permitted by other than another contractor or subcontractor law; and engaged in performing operations for a 2. If coverage provided to the additional insured is principal as a part of the same project. required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 10 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 2 C. With respect to the insurance afforded to these 2. Available under the applicable Limits of additional insureds, the following is added to Insurance shown in the Declarations; Section III— Limits Of Insurance: whichever is less. If coverage provided to the additional insured is This endorsement shall not increase the required by a contract or agreement, the most we applicable Limits of Insurance shown in the will pay on behalf of the additional insured is the Declarations. amount of insurance: 1. Required by the contract or agreement; or Page 2 of 2 © Insurance Services Office, Inc., 2012 CG 20 10 04 13 POLICY NUMBER: CF3GL00452-241 COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations Any person or organization that entered into a Any location for which the Named Insured's work written contract with the Named Insured requiring was performed for such person(s) or such person(s) or organization(s) to be named as organization(s)for any completed operations. an additional insured. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following is added to organization(s) shown in the Schedule, but only Section III— Limits Of Insurance: with respect to liability for "bodily injury" or If coverage provided to the additional insured is "property damage" caused, in whole or in part, by required by a contract or agreement, the most we "your work" at the location designated and will pay on behalf of the additional insured is the described in the Schedule of this endorsement amount of insurance: performed for that additional insured and included in the "products-completed operations 1. Required by the contract or agreement; or hazard". 2. Available under the applicable Limits of However: Insurance shown in the Declarations; 1. The insurance afforded to such additional whichever is less. insured only applies to the extent permitted This endorsement shall not increase the applicable by law; and Limits of Insurance shown in the Declarations. 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 37 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 1 EXHIBIT "B" PROPOSAL TO THE CITY OF BOYNTON BEACH • PB-RFP25-093-Demoftlon Services 10 THE BG GROUP,LLC • ♦ 403,, •-:1110 aBG GROUP 561/998-7997 DEMDIITION•CONSTRUCTION•REMEDIATION DATE: October 7, 2025 BID#: 25-331 CUSTOMER: City of Boynton Beach PROJECT: The Inn Hotel TEL: 561-742-6986 ADDRESS: 480 W Boynton Beach Blvd., 33435 EMAIL: ramseyk@bbfl.us ATTN: Kevin Ramsey SITE VISIT: YES DRAWINGS: Boundary and Topographic Survey (with Limits of Demolition markup) (Dated: 3.6.24) ADDENDUMS: = Under the terms and conditions of this Proposal by and between The BG Group, LLC (BG Group) and O City of Boynton Beach (customer), BG Group will provide all labor, material and supervision necessary to um complete the demolition and removal work described herein: CC CM Total Proposal Amount: $575,000.00 E (Five Hundred Seventy Five Thousand and No/100's) tLI C Perform Structural Demolition according to plan specifications listed above, to include only the following, To in compliance with line items from Broward County Public Schools (BCPS)Term Contract RFP 25-093 y.r = CID • Demolition, Removal & Disposal of(1) Four Story Building & (1) One Story Building (Including E Underground Parking Level) Including Canopies, Slabs & Foundations C • Removal & Disposal of Asphalt Pavement Including Pavement Base Material iRemoval & Disposal of Concrete Sidewalks, Concrete Slabs, Brick Pavers, Concrete Ramp, '5 • Concrete Pavement, Concrete Wheel Stops, Concrete Curbing & Concrete Curb and Gutter `a • Removal & Disposal of Swimming Pool Including Deck & Equipment • • Removal & Disposal of Chain Link Fencing, Wood Fencing and CMU Property t= Walls/Fencing/Planters Removal & Disposal of(2) Catch Basins & IncludingStorm Sewer Piping and/or Exfiltration Trench • P P� 9 (Below Grade Parking Area) C Rough Grading of Demolition Area (Backfilling of Voids with ONSITE Dirt Material ONLY) aa p BASE • C Item# Description Qty UofM $/UofM Total MEI CBS w/Parts 50290 SF 4.68 $ 235,357.20 v 5 Metal Structure 568 SF 4.1 $ 2,328.80 am 6 Driveway/Concrete Pad Removal 17447 SF 5.75 $ 100,320.25 PA 7 Driveway/Asphalt Pavement Removal 8221 SF 5.18 $ 42,584.78 C CI 11 Swimming Pool 1330 SF 4.02 $ 5,346.60 12 Fence,chain link 290 LF 1.49 $ 432.10 13 Fence,wood 21 LF 2.48 $ 52.08 14 Fence,masonry 659 LF 3.9 $ 2,570.10 Subtotal $ 388,991.91 LUMP SUM TRUCKING AND DISPOSAL* *Per the BCPS RFP,Section 4.3.2.2:All costs LUMP associated with the disposal fees will be charged SUM $132,152.00 as a passthrough with no mark-ups or other 151 Park of Commerce Dr,Suite 138,Boca Baton,Ft 33481 Cell: 561-441-1465 Fat 561-998-8815 email: konor@bgdemolition.com • lelBG GROUP 561/998-7997 OEMOtITION•CONSTRUCTION •REMEDIATION additional costs.The awardee shall provide the copy of the invoices for such fees to be entitled for payment Total $ 521,143.91 **THE FOLLOWING ITEMS ARE ALSO REQUIRED TO PERFORM THE PROJECT, BUT ARE NOT INCLUDED IN THE ABOVE TABLE BECAUSE THEY ARE NOT ITEMIZED IN BG GROUP'S BCPS TERM CONTRACT. AS SUCH, THESE ITEMS, WHICH REPRESENT A TOTAL COST OF $105,000, ARE PRESENTED AS A LUMP SUM PACKAGE THAT THE BG GROUP IS WILLING TO PERFORM AT A DISCOUNTED RATE OF $53,856.09: • Demolition Permit • Elevator Decommission • Freon Abatement, Bulbs, Ballasts, Mercury Switches, Etc. • ACM Abatement— Per Asbestos Survey Report by ARS Environmental, Inc. (Dated: 9.22.22) • Utility Cut and Cap (Water& Sewer) • Installation of Silt Fence • Installation of Temp CLF (6'H)with Windscreen & Gate (Where necessary) • Installation of Truck Wash • Rodent Inspection • Catch Basin Protection (within Site ONLY) • Sodding of Disturbed Areas ADD/ALT, NOT INCLUDED IN PROPOSAL AMOUNT ABOVE (PLEASE INITIAL HERE (Initials: ) IF THIS WORK IS DESIRED) 7 TERM PRICE: Driveway/Asphalt 39367 SF 5.18 $ 203,921.06 Pavement Removal Subtotal $ 203,921.06 LUMP SUM TRUCKING AND DISPOSAL SUMP $ 20,522.00 NOT IN TERM CONTRACT SO PRESENTED LUMP LUMP SUM: Driveway/Asphalt Pavement SUM $ 27,666.00 Base Removal NOT IN TERM CONTRACT SO PRESENTED LUMP LUMP SUM: Lighting'Infrastructure' SUM $ 6,000.00 Total $ 258,109.06 PROJECT SPECIFIC NOTES: Work to be completed in one mobilization, additional mobilizations are $3,000.00 EA. Foundations to be removed up to (3)Three feet below grade, No Pile Removal/ Extraction ***Quote subject to change based on site visit/plans/documents/AHJ Requirements*** EXCLUSIONS: • Shoring & Bracing • Barricades • Site &Temp Fencing • Temporary Water • Dewatering • Other Hazardous Material 151 Park of Commerce Dr,Suite 138,Boca Raton,FL 33487 Cell: 561-441-1465 Fax 561-998-8815 email: konor©bgdemolition.com . O 4- O _ V) RG GROUP 581/098-7887 DEMOLITION•CONSTRUCTION•REMEDIATION • Night&Weekend • Offsite Work • Tree Relocation • Electric Disconnects • Overhead Utility Lines • Pavement Base Material • Backfill • Underground Utilities & • Protection • Seismic Monitoring, if Irrigation Lines • Layout requested by Client or required • Inlet/ Drain Vacuuming • Any Work Not Specifically by municipality • Trees, Landscape Plant Listed as Included Above • MOT/Lane Closure Material, Sod Removal • Owner Salvage • City Sidewalks/ ROW • Tree Protection • Site Security 2. Work by The BG Group: 2.1 The BG Group will verify all utilities that serviced the structures or equipment to be removed have been disconnected prior to the start of any work. 2.2 The BG Group will remove, load, haul and legally dispose of all combustible, solid and metallic debris resulting from the above captioned removal work. 2.3 Provide water supply (if not excluded above) in sufficient quantity and pressure and in close proximity to the removal site to support all dust control and fire control measures necessary for the completion of the work. 2.4 Unless specified otherwise, any sod installation priced in this proposal will be Bahia. Pricing for alternative types can be provided upon request. 3. Licenses, Notifications, Regulations and Insurance 3.1 Prepare and submit any notifications required to complete the work described in this Agreement. 3.2 The BG Group will maintain Workers Compensation with a$1,000,000.00 limit, General Liability Insurance with a combined per occurrence limit of$2,000,000.00/$2,000,000.00 aggregate and a $5,000,000.00 umbrella, Pollution Liability Insurance with $5,000,000 Limit and Auto Insurance with a $1,000,000.00 limit. 3.3 The BG Group shall name Customer as an additional insured on their commercial general liability insurance policy, providing coverage for'ongoing operations'and 'completed operations' arising out of the work performed under this contract, with coverage to be primary and non- contributory, including a waiver of subrogation rights against the additional insured. 4. Work by Customer: Customer agrees to perform the following in a timely manner so as not to impede the progress of The BG Group's work described herein: 4.1 Authorize The BG Group to utilize any or all of the necessary equipment and/or devices to complete the work in this Agreement. The following items may be used on this job: o Excavators of multiple sizes with assorted attachments o Rubber Tire Loaders o Track Loaders o Skid Steers (track or rubber tire) o Lifts (Scissor, Boom, Lulls, etc.) o Hydraulic Saws o Assorted Hand Tools 5. Contract Conditions: The Customer and The BG Group agree that: 5.1 The BG Group shall occupy the entire work area exclusively upon the commencement of The 151 Park of Commerce Dr,Suite 138,Boca Raton,FL 33481 Cell: 561-441-1465 Fax 561-998-8815 email: konor@bgdemolition.com BG GROUP 581/998-7997 DEMOLITION•CONSTRUCTION•REMEDIATION BG Group's work. The BG Group shall not be responsible for the safety of any person who enters the work area unless such person has been specifically authorized by The BG Group to enter the work area. 5.2 The BG Group will schedule work between the hours of 7am and 6pm, Monday through Saturday. 5.3 Customer will convey to The BG Group all rights to, title to, and interest in, all building contents and/or salvageable materials, not listed as excluded on this proposal that were located within the structures at the time of the walk through for bidding purposes. 5.4 Customer understands, acknowledges and agrees that BG will need to obtain a permit to perform the demolition work in accordance with Scope Inclusions and Exclusions listed above. With respect to the permit, Customer will fully cooperate with BG on any permit-related needs including, but not limited to, pre- or post-permit issuance. Further, if BG obtains any project permit under BG's license, or obtains any sub-permit under the license of one of BG's subcontractors for the Work, Customer shall perform any needed work not specifically included in BG's scope but required by any governmental authority to close the permit prior to its expiration (the "Customer Work"), at Customer's sole cost and expense. If, Customer fails to perform the Customer Work within 10 days after receipt of notice of BG's demand for same then Customer shall be responsible for any damages incurred by BG including, but not limited to, costs, fees, violations, fines, attorneys'fees and consequential damages that may be assessed against BG or its subcontractors by any permitting issuing authority. As each jurisdiction has different permit submittal requirements, and these requirements change from time to time, we present typical pertinent demo permit-related items that you may wish BG, or others, to perform as add alternates. Our in-house permit experts are happy to discuss any in detail as they apply to your particular project when it is ready to move forward. This will ensure that our scope inclusions are most current and not duplicative with other buyouts you may be planning. Customer is also responsible for any requirements by AHJ to close out permit that are not listed in the above scope inclusions. Payment: Payment will be invoiced for on a monthly basis based on percentage completion against a stated Schedule of Values, and should be made to The BG Group, LLC within 10 days of approved invoice without exception or retention and whether or not Customer has received payment from any other source. Any late payments will accrue interest at a rate of 12% per annum on a monthly basis. Payment to be made by check or wire. Alternative terms may be negotiated prior to commencement. Acceptance: This Proposal shall remain an offer for acceptance by Customer for a period of thirty days. The BG Group, at its discretion, may terminate thereafter. Sincerely, Konor Shoup Estimator 561.441.7465 Accepted By: Date: 151 Park of Commerce Dr,Suite 138,Boca Raton,FL 33481 Cell: 561-441-1465 Fax 561-998-8815 email: konor@bgdemolition.com