HomeMy Public PortalAbout20-9766 Enviro Waste Service 2105 ali-Baba AvenueSponsored by: City Manager
RESOLUTION NO. 20-9766
A RESOLUTION OF THE CITY COMMISSION OF THE CITY
OF OPA-LOCKA, FLORIDA, AUTHORIZING THE CITY
MANAGER TO PIGGYBACK ON THE CITY OF
HOLLYWOOD, FLORIDA'S CONTRACT WITH
ENVIROWASTE SERVICES GROUP, INC. FOR QUALIFIED
PROFESSIONAL SERVICES TO CONDUCT SANITARY
SEWER MAIN CLEANING AND CCTV INSPECTION IN
COLLECTION BASIN #4, IN THE CITY OF OPA-LOCKA, IN
AN AMOUNT NOT TO EXCEED TWENTY SEVEN
THOUSAND SEVEN HUNDRED FORTY DOLLARS AND
SEVENTY CENTS ($27,740.70), IN A FORM ACCEPTABLE TO
THE CITY ATTORNEY; PROVIDING FOR INCORPORATION
OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE.
WHEREAS, the City of Opa-locka ("City") seeks to provide maintenance and
further inspection of its Collection Basin #4 within the City; and
WHEREAS, the City of Hollywood considered the bid submitted by Envirowaste
Services Group, Inc. ("Contractor") in response to its Notice to Bidders dated November
17, 2016; and Instructions to Bidders; and
WHEREAS, the City of Hollywood subsequently entered into Contract/Project
No. 16-7081 on April 10, 2018 with Contractor (attached hereto as Exhibit "A"), for
sanitary sewer repairs, grouting abandoned sewer pipes and installation, temporary
sanitary sewer service laterals, bypass pumping/ or plugging, and other miscellaneous
items to complete project; and
WHEREAS, this current proposed project with Contractor, attached hereto as
Exhibit "B", will allow the City to determine the extent of decay within Collection Basin
#4; and
WHEREAS, the City Commission finds that it is in the best interest of the City to
piggyback on the City of Hollywood's Contract with Envirowaste Services Group, Inc.,
in order to benefit from already negotiated rates and enter into an agreement to
conduct sanitary sewer main cleaning and CCTV inspection in Collection Basin #4,
in an amount not to exceed Twenty Seven Thousand Seven Hundred Forty Dollars
and Seventy Cents ($27,740.70).
NOW THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF
THE CITY OF OPA LOCKA, FLORIDA:
Resolution No. 20-9766
Section 1. RECITALS ADOPTED.
The recitals to the preamble herein are incorporated by reference.
Section 2. AUTHORIZATION
The City Commission of the City of Opa-locka, Florida hereby authorizes the City
Manager to piggyback on the City of Hollywood's Contract with Envirowaste Services
Group, Inc. to conduct sanitary sewer main cleaning and CCTV inspection in
Collection Basin #4, in an amount not to exceed Twenty Seven Thousand Seven
Hundred Forty Dollars and Seventy Cents ($27,740.70), in a contract form acceptable
to the City Attorney.
SECTION 3. SCRIVENER'S ERRORS.
Sections of this Resolution may be renumbered or re -lettered and corrections of
typographical errors which do not affect the intent may be authorized by the City
Manager, or the City Manager's designee, without need of public hearing, by filing a
corrected copy of same with the City Clerk.
Section 4. EFFECTIVE DATE.
This Resolution shall take effect immediately upon adoption by the City Commission of
the City of Opa-locka.
PASSED and ADOPTED this 10th day of June, 2020.
TEST:
a Flores, City Clerk
APPROVED AS TO FORM AND
LEGAL SUFFICIEN
14S17 Esp,
Burnadette Norri - eeks, P.A.
City Attorney
2
Matthew A. Pigatt, Mayor
Resolution No. 20-9766
Moved by: VICE MAYOR DAVIS
Seconded by: COMMISSIONER BASS
VOTE: 5-0
Commissioner Bass YES
Commissioner Burke YES
Commissioner Kelley YES
Vice -Mayor Davis YES
Mayor Pigatt YES
3
City of Opa-Locka
Agenda Cover Memo
Department
Director:
Airia Austin
Department
Director
Signature:
City
Manager:
John E. Pate
CM Signature:
Commission
Meeting
Date:
06/10/2020
Item Type:
(EnterX in box)
Resolution
rdin ce
Other
X
Fiscal
Impact:
(EnterX in box)
$27,741
Yes
No
Ordinance Reading:
(Enter X in box)
1s, Reading
2nd Reading
X
Public Hearing:
(Enter X in box)
Yes
No
Yes
No
X
X
Funding
Source:
Account# :
35-535340
(Enter Fund & Dept)
Ex:
Water -Sewer
Fund -
Wastewater
Collection
Advertising Requirement:
(Enter X in box)
Yes
No
x
Contract/P.O.
Required:
(Enter X in box)
Yes
No
RFP/RFQ/Bid#:
X
Strategic
Plan Related
(Enter X in box)
Yes
No
Strategic Plan Priority
Enhance Organizational
Bus. & Economic Dev
Public Safety
Quality of Education
Qual. of Life & City
Communication
Area:
MI
Strategic Plan Obj./Strategy:
(list the specific objective/strategy this
item will address)
X
IN
EN
•
Image •
MI
Sponsor
Name
City Manager
Department:
City Manager
Short Title:
Sewer Main Line Cleaning and CCTV Inspection at Pump Station #4
Staff Summary:
The Purpose of this Request is to piggyback existing contract from the City of Hollywood, for qualified
professional services to conduct sanitary sewer main cleaning and CCTV inspection in Collection Basin # 4.
This project will allow us to determine the extent of decay in this collection basin.
Financial Impact
This project will be funded from the Wastewater Collection and Transmission division, Other Contracted
Services, as follows:
Account
Description
Available
Project
Remaining
Balance
35-535340
Other Contracted Services
$271,155
$27,741
$243,414
Total
$27,741
Proposed Action:
Staff recommends approval.
Attachment:
1. Agenda
2. Proposals from Envirowaste Service Group and Insituform Technologies.
3. Contract from the City of Hollywood
"Exhibit A"
City of Hollywood
Department of Public Utilities
Engineering and Construction Services Division
NOTICE OF AWARD
To (COMPANY): Envirowaste Services Group, Inc.
Gravity Sewer System Condition Assessment and Renewal and
Project Name: Replacement (Inflow/Infiltration Ill) Excavated Point Repairs
No: 16-7081
Project Description:
The work to be performed under this Contract shall consist of performing sanitary sewer repairs and
grouting abandoned sewer pipes and installation; provides temporary sanitary sewer service laterals,
bypass pumping/or plugging, and other miscellaneous items for a completed project. Contractor shall
furnish all tools, equipment, materials, supplies and with minimum traffic disruption or sewer down time.
The City of Hollywood has considered the bid submitted by you for the above -described work in response to
its Notice to Bidders dated November 17, 2016 and Instructions to Bidders.
You are hereby notified that your bid has been accepted for construction of the work in the amount of
$1,166,705.00
You are required under the terms of the Instructions to Bidders to execute the Agreement and to furnish the
required bonds and certificates of insurance within 10 calendar days from the date of this notice.
If you fail to execute said Agreement and to furnish said bonds and certificates of insurance within 15 calendar
days from the date of this notice, the City will be entitled to consider all your rights arising out of the City's
acceptance of your bid to be abandoned and as a forfeiture of your Bid Bond. The City will be entitled to such
other rights as may be granted by law.
You are required to return an acknowledged copy of this Notice of Award to the City.
Dated this 10th day of April 2018
This /Q''r' day of
CM 204 Rev. 7/15/09
By:
Clece Aurelus, P.E.
Title: Engineering Support Services Manager
ACCEPTANCE OF NOTICE
2018
By:
Title:
u l r 0 t`O >ft)
7K S laCen f
EnviroWaste Services Group Inc
Alcor Old Cutler Rd #554
Miami. Pl. 33157
87/-637-9665 87/-637-9659
PROJECT 16-7081
CITY OF HOLLYWOOD
CONTRACT DOCUMENTS AND SPECIFICATIONS
FOR
GRAVITY SEWER SYSTEM CONDITION ASSESSMENT AND
RENEWAL AND REPLACEMENT (INFLOW/INFILTRATION- III)
EXCAVATED POINT REPAIRS
NOVEMBER 2016
Prepared by:
ENGINEERING AND CONSTRUCTION SERVICES DIVISION
1621 N 14th Avenue
PO Box 229045
Hollywood, FL 33022-9045
SECTION 00300 — PROPOSAL
TO THE MAYOR AND COMMISSIONERS
CITY OF HOLLYWOOD, FLORIDA
SUBMITTED 12/13/16
Dear Mayor and Commissioners:
The undersigned, as BIDDER, hereby declares that the only person or persons interested in the
Proposal as principal or principals is or are named herein and that no other person than herein
mentioned has any interest in this Proposal or in the Contract to be entered into; that this
Proposal is made without connection with any other person, company or parties making a Bid or
Proposal; and that it is in all respects fair and in good faith without collusion or fraud.
The BIDDER further declares that he has examined the site of the Work and informed himself
fully in regard to all conditions pertaining to the place where the Work is to be done; that he has
examined the Drawings and Specifications for the Work and contractual documents relative
thereto, including the Notice to Bidders, Instructions to Bidders, Proposal Bid Form, Form of Bid
Bond, Form of Contract and Form of Performance Bond, General, Supplementary and
Technical Specifications, Addenda, Drawings, and MBE/WBE Program, Exhibit A-D, and has
read all of the Provisions furnished prior to the opening of bids; and that he has satisfied himself
relative to the work to be performed.
The undersigned BIDDER has not divulged to, discussed or compared his bid with other bidders
and has not colluded with any other BIDDER of parties to this bid whatever.
If this Proposal is accepted, the undersigned BIDDER proposes and agrees to enter into and
execute the Contract with the City of Hollywood, Florida, in the form of Contract specified; of
which this Proposal, Instructions to Bidders, General Specifications, Supplementary Conditions
and Drawings shall be made a part for the performance of Work described therein; to furnish the
necessary bond equal to one hundred (100) percent of the total Contract base bid, the said
bond being in the form of a Cash Bond or Surety Bond prepared on the applicable approved
bond form furnished by the CITY; to furnish all necessary materials, equipment, machinery,
tools, apparatus, transportation, supervision, labor and all means necessary to construct and
complete the work specified in the Proposal and Contract and called for in the Drawings and in
the manner specified; to commence Work on the effective date established in the "Notice to
Proceed" from the ENGINEER; and to substantially complete all Contract Work as per Project
Schedule of Section 00800, and stated in the "Notice to Proceed" or pay liquidated damages for
each calendar day in excess thereof, or such actual and consequential damages as may result
therefrom, and to abide by the MBE/WBE Program.
The BIDDER acknowledges receipt of the following addenda:
No. 1 Dated 12/6/16
No. Dated
No. Dated
16-7081
Gravity Sewer System Assessment and Renewal and Replacement (Inflow/Infiltration I/I) Excavated Point Repairs
00300-1
And the undersigned agrees that in case of failure on his part to execute the said Contract and
the Bond within ten (10) days after being presented with the prescribed Contract forms, the
check or Bid Bond accompanying his bid, and the money payable thereon, shall be paid into the
funds of the City of Hollywood, Florida, otherwise, the check or Bid Bond accompanying this
Proposal shall be returned to the undersigned.
Attached hereto is a certified check on the
Bank of
or approved Bid Bond for the sum of
10% of bid amount
Dollars ($ ) according to the
conditions under the Instructions to Bidders and provisions therein.
NOTE: If a Bidder is a corporation, the legal name of the corporation shall be set forth below,
together with signature(s) of the officer or officers authorized to sign Contracts on
behalf of the corporation and corporate seal; if Bidder is a partnership, the true name
of the firm shall be set forth below with the signature(s) of the partner or partners
authorized to sign Contracts in behalf of the partnership; and if the Bidder is an
individual, his signature shall be placed below; if a partnership, the names of the
general partners.
WHEN THE BIDDER IS AN INDIVIDUAL:
(Signature of Individual)
(Printed Name of Individual)
(Address)
WHEN THE BIDDER IS A SOLE PROPRIETORSHIP OR OPERATES UNDER A
TRADE NAME:
(Name of Firm)
(Address)
(Signature of Individual)
16-7081
Gravity Sewer System Assessment and Renewal and Replacement (Inflow/Infiltration I/I) Excavated Point Repairs
00300-2
(SEAL)
WHEN THE BIDDER IS A PARTNERSHIP:
(Name of Firm) A Partnership
(Address)
By:
(SEAL)
(Partner)
Name and Address of all Partners:
****************************************************************************************************
WHEN THE BIDDER IS A JOINT VENTURE:
(Correct Name of Corporation
By:
(SEAL)
(Address)
(Official Title)
As Joint Venture
(Corporate Seal)
Organized under the laws of the State of , and authorized
by the law to make this bid and perform all Work and furnish materials and equipment
required under the Contract Documents.
16-7081
Gravity Sewer System Assessment and Renewal and Replacement (Inflow/Infiltration I/I) Excavated Point Repairs
00300-3
WHEN THE BIDDER IS A CORPORATION:
EnviroWaste Services Group, Inc.
(Correct Name of Corporation
By: Edusrds +ate
(SEAL)
President
(Official Title)
18001 Old Cutler Rd, #554 Miami, Fl. 33157
(Address of Corporation)
Organized under the laws of the State of Florida , and authorized
by the law to make this bid and perform all Work and furnish materials and equipment
required under the Contract Documents.
CERTIFIED COPY OF RESOLUTION OF
BOARD OF DIRECTORS
EnviroWaste Services Group, Inc.
(Name of Corporation)
RESOLVED that Eduardo Barba
(Person Authorized to Sign)
President of EnviroWaste Services Group, Inc.
(Title) (Name of Corporation)
be authorized to sign and submit the Bid or Proposal of this corporation for the following project:
CITY OF HOLLYWOOD, FLORIDA
GRAVITY SEWER SYSTEM CONDITION ASSESSMENT AND RENEWAL AND
REPLACEMENT (INFLOW/INFILTRATION Ill) EXCAVATED POINT REPAIRS
PROJECT NO. 16-7081
The foregoing is a true and correct copy of the Resolution adopted by
EnviroWaste Services Group, Inc. at a meeting of its Board of
(Name of Corporation)
Directors held on the 22 day of September , 20 11 .
16-7081
Gravity Sewer System Assessment and Renewal and Replacement (Inflow/Infiltration Ill) Excavated Point Repairs
00300-4
By:
Title: Corp Sec.
(SEAL)
The above Resolution MUST BE COMPLETED if the Bidder is a Corporation.
- END OF SECTION -
16-7081
Gravity Sewer System Assessment and Renewal and Replacement (Inflow/Infiltration I/I) Excavated Point Repairs
00300-5
SECTION 00301
CITY OF HOLLYWOOD
DEPARTMENT OF PUBLIC UTILITIES
ENGINEERING & CONSTRCUTION DIVISION
PROPOSAL BID FORM
Project Name: Gravity Sewer System Condition Assessment and Renewal and Replacement
Inflow/Infiltration (I/I) Excavated Point Repairs
Project No.: 16-7081
If the proposal is accepted, the undersigned Bidder agrees to complete all work under this Contract within
730 calendar days following the issuance of the Notice to Proceed. Provide a unit price for each line item. All
entries on this form must be typed or written in block form in ink.
BID BASE
CONTRACTOR MUST PROVIDE UNIT PRICE FOR EACH LINE ITEM
Item
Description
Units
Qty
Unit Price
Total
1
Point repairs and 6 inch through 10 inch
gravity pipe (up to 6 feet in depth)
EA
40
4,750-190,000
2
Point repairs and 6 inch through 10 inch
gravity pipe (6 to 8 feet in depth)
EA
20
5,000-
100,000
3
Point repairs and 6 inch through 10 inch
gravity pipe (8 to 10 feet in depth)
EA
10
6,850-
68,500-
4
Point repairs and 6 inch through 10 inch
gravity pipe (10 to 12 feet in depth)
EA
1
8,750-
8,750-
5
Point repairs and 6 inch through 10 inch
gravity pipe (12 to 14 feet in depth)
EA
1
10,000
10,000-
6
Point repairs and 6 inch through 10 inch
gravity pipe (14 to 16 feet in depth)
EA
1
I2,000
12,000
7
Point repairs and 12 inch through 15 inch
gravity pipe (up to 6 feet in depth)
5
6,400-32,000-
6
Point repairs and 12 inch through 15 inch
gravity pipe (6 to 8 feet in depth)
EA
5
7,500-
37,500-
g
Point repairs and 12 inch through 15 inch
gravity pipe (8 to 10 feet in depth)
EA
3
10,000-
30,000-
10
Point repairs and 12 inch through 15 inch
gravity pipe (10 to 12 feet in depth)
EA
2
11,000-
22,000
11
Point repairs and 12 inch through 15 inch
gravity pipe (12 to 14 feet in depth)
EA
1
14,000-14,000-
12
Point repairs and 12 inch through 15 inch
gravity pipe (14 to 16 feet in depth)
EA
1
15,000-
15,000
13
Point repairs and 18 inch through 21 inch
gravity pipe (up to 8 feet in depth)
1
9,500-
9,500-
14
Point repairs and 18 inch through 21 inch
gravity pipe (8 to 12 feet in depth)
EA
1
14,000-14,000
15
Point repairs and 18 inch through 21 inch
gravity pipe (12 to 16 feet in depth)
EA
1
17,500-17,500
16
Excavate, cut and reinstall new 8 inch FM
connection. No bypass (See Note #7)
EA
1
7,500-
7,500-
17
Excavate, cut and reinstall new 12 inch FM
connection. No bypass (See Note #7)
EA
3
8,500-
25,500-
18
Excavate, cut and reinstall new 16 inch FM
connection. No bypass (See Note #7)
EA
1
10,500-
10,500-
19
Excavate, cut and reinstall new 20 inch FM
connection. No bypass (See Note #7)
EA
2
13,000-
26,000-
I of 4
BID BASE
CONTRACTOR MUST PROVIDE UNIT PRICE FOR EACH LINE ITEM
Item
Description
Units
Qty
Unit Price
Total
20
Excavate, cut and reinstall new 24 inch FM
connection. No bypass (See Note #7)
EA
1
17,500-17,500
21
Install polyethylene fused -on saddle (open
Trench)
EA
10
950-
9,500-
22
Sewer main cleaning and TV inspection (6
inch through 12 inch)
L.F.
6,O00
1.95
11,700
23
Sewer main cleaning and TV inspection (14
inch through 24 inch)
L.F.
750
3.50
2,625-
24
Sewer main cleaning and TV inspection (30
inch through 36 inch)
L.F.
800
4.00
3,200
25
Sewer main cleaning and TV inspection (42
inch through 48 inch)
L.F.
500
9.00
450-
26
Sewer lateral cleaning and TV inspection from
main toward the private property (up to 30
feet)
EA
20
450-
9,000-
27
Sewer lateral cleaning and TV inspection from
main toward the private property (beyond 30
feet)
EA
1
15-
15-
28
Sewer lateral cleaning and TV inspection from
cleanout (up to 30 feet)
EA
1
375-
375
29
Sewer lateral cleaning and TV inspection from
cleanout (beyond 30 feet)
EA
1
15-
15-
30
Mechanical root or grease removal (12 inch
and smaller)
L.F.
500
7.50
3,750-
31
Mechanical root or grease removal (15 inch to
21 inch)
L.F.
500
10-
5,000-
32
Mechanical tuberculation/concrete removal
(12 inch to smaller)
L.F.
500
10-
5,000-
33
Mechanical tuberculation/concrete removal
(15-inch to 24- inch)
L.F.
100
12-
1,200-
34
Mechanical tuberculation/concrete removal
(30 inch to 36 inch)
L.F.
100
30-
3,000-
35
Mechanical tuberculation/concrete removal
(42 inch to 48 inch)
L.F.
100
45-
4,500-
36
Grout 8 inch pipe abandoned (up to 12 feet
depth)
L.F.
1,500
12-
18,000-
37
Grout 12 inch pipe abandoned (up to 12 feet
depth)
L.F.
450
15
6,750-
38
Grout 16 inch pipe abandoned (up to 12 feet
depth)
L.F.
2,500
19-
47,500-
39
Grout 24 inch pipe abandoned (up to 12 feet
depth)
L.F.
100
34-
3,400-
40
Install CIP sectional pipe liner, 8 inch to 12
inch diameter (8 feet in length, all depths)
EA
10
3,000-
30,000-
41
Install CIP sectional pipe liner, 15 inch to 18
inch diameter (8 feet in length, all depths)
EA
1
4,000-
4,000-
42
Install CIP sectional pipe liner, 24 inch
diameter (8 feet in length, all depths)
EA
1
4,500
4,500-
2 of 4
BID BASE
CONTRACTOR MUST PROVIDE UNIT PRICE FOR EACH LINE ITEM
Item
Description
Units
Qty
Unit Price
Total
43
Protuding service connection removal by
internal means.
EA
1
500-
500-
44
Exploratory excavation in grass area (up to 5
feet depth)
EA
20
450-
9,000-
45
Exploratory excavation in asphalt or concrete
area (up to 5 feet depth)
EA
5
800-4,000
46
Exploratory excavation (up to 5 feet depth)
V.F.
20
75-
1,500-
47
Bypass pumping (6 inch through 10 inch
sewer)
DAY
6
1,000-
6,000
48
Bypass pumping (12 inch and 16 inch sewer)
DAY
1
1,500-
1,500-
49
Bypass pumping (18 inch and 24 inch sewer)
DAY
1
3,000-
3,000-
50
Bypass pumping (30 inch through 36 inch
sewer)
DAY
1
4,500-
4,500
51
Bypass pumping (42 inch and 48 inch sewer)
DAY
1
6,000-
6,000-
52
Cleanout Installation in grass area (up to 5
feet in depth)
EA
10
800 -
8,000
53
Cleanout Installation in asphalt area (up to 5
feet in depth)
EA
1
1,100-
1,100
54
Cleanout Installation in concrete area (up to 5
feet in depth)
EA
1
1,150-
1,150
55
Cleanout Installation (beyond 5 feet in depth)
EA
1
200-
200-
56
Cleanout Installation (open trench)
EA
1
600-
600-
57
Asphalt roadway replacement (2 Inch Thick)
S.Y.
1,500
25-
37,500-
58
Asphalt pavement overlay (1 inch thick)
S.Y.
100
15-
1,500-
59
Concrete sidewalk replacement
S.Y.
100
80-
8,000-
60
Concrete curb and gutter replacement
L.F.
100
25-
2,500-
61
Asphalt driveway replacement
S.Y.
100
25-
2,500-
62
Concrete driveway replacement
S.Y.
100
70-
7,000-
63
Replace concrete slabs and/or aprons
S.Y.
100
95-
9,500-
64
Sod replacement
S.F.
2,300
1.00
2,300-
65
Traffic control - Flagman (each)
HR
50
50-
2,500-
66
Traffic control - Arrow Board (each)
DAY
5
275-
1,375-
67
Traffic control - Barricade (each)
DAY
10
15-
150-
3 of 4
BID BASE
CONTRACTOR MUST PROVIDE UNIT PRICE FOR EACH LINE ITEM
Item
Description
Units
Qty
Unit Price
Total
68
Work in rear yard easement (Items 1 through
20)
EA
10
1
10-
69
Work in rear yard easement (Items 57 through
59 and items 65 through 69)
EA
40
1-
40-
70
Expedited mobilzation (within 24 hours of
request)
EA
1
2,000-
2,000-
71
Additional excavation (more than 2 feet below
the pipe), disposal of muck, furnish and install
additional backfill materials
C.Y.
500
5-
2,500-
72
Well point system, 25 points, complete
DAY
10
4,500-
45,000-
73
Well point system, 50 points, complete
DAY
10
5,000-
50,000-
74
Undefined Allowance, cost allowance for work
as directed by Engineer and upon
authorization by the City of Hollywood Director
of Public Utilities due to undefined conditions.
L.S.
1
$100,000.00
$100,000.00
TOTAL BASE BID FOR COMPLETE PROJECT:
1,166,705.00
TOTAL BASE BID IN WRITING:
one million one hundred sixty six thousand seven hundred five dollars
NOTES:
1
2
3
4
5
6
7
REFER TO SECTION 01025 FOR ADDITIONAL DESCRIPTION OF ITEMS.
SUBSTANTIAL COMPLETION SHALL BE AS DEFINED IN THE PROJECT SCHEDULE IN THE SUPPLEMENTARY
GENERAL CONDITIONS (SGC'S).
CLOSEOUT SHALL BE COMPLETED WITH IN 730 DAYS FROM THE ISSUANCE OF THE "NOTICE TO PROCEED".
THE CONTRACT SHALL BE BASED UPON THE SUM OF THE TOTAL BASE BID.
WORK ORDERS WILL BE ISSUED AS PROBLEM AREAS ARE IDENTIFIED.
ANY BID PROPOSAL ITEMS DEEMED UNBALANCE BY THE CITY WILL BE REJECTED.
LINE ITEMS 16-20, INCLUDES THE COST FOR INSTALLING CLOSURE PIECES TO PERMANENTLY REJOIN AND
RESTORE THE FORCE MAIN TO FULL FUNCTION OR NOT. PAYMENT FOR THESE ITEMS SHALL PROVIDE FULL
COMPENSATION FOR ALL NECESSARY AND REQUIRED WORK (TRAFFIC CONTROL , ALL LABOR, MATERIALS AND
EQUIPMENT) REQUIRED TO PROVIDE A COMPLETE AND ACCEPTABLE PIPE INSTALLATION.
4 of 4
APPROVED BID BOND
(Construction)
STATE OF FLORIDA
COUNTY OF Broward
CITY OF HOLLYWOOD
Approved Bid Bond
KNOW ALL MEN BY THESE PRESENTS:
hat we EnviroWaste Services Group, Inc. , as Principal, and
Hartford Fire Insurance Company , as Surety,
are held and firmly bound unto the City of Hollywood in the sum of Ten Percent of Amount Bid
Donors ($ 10% ) lawful
money of the United States, amounting to 10% of the total Bid Price, for the payment of said
sum, we bind ourselves, our heirs, executors, administrators, and successors, jointly and
severally, firmly by these presents,
THE CONDiTiON OF 'THIS OBLIGATION IS SUCH, that whereas the principal has submitted
the accompanying bid, dated December 15,
2016
fon Gravity Sewer System Condition Assessment and Renewal and Replacement (Inflow/Infiltration -
1/1) Excavated Point Repairs
NOW, THEREFORE, if the principal shall not withdraw said bid within 60 days after date of the
same and shall within ten days after the prescribed forms are presented to him for signature,
enter into a written contract with the CITY, In accordance with the bid as accepted, and give
bond with good and sufficient surety or sureties, and provide the necessary Insurance
Certificates as may be required for the faithful performance and proper fulfillment of such
Contract, then this obligation shall be null and void.
City of Hollywood
Page 1 of 4
Approved Bid Bond
In the event of the withdrawal of said bid within the specified period, or the failure to enter Into
such contract and give such bond and insurance within the specified time, the principal and the
surety shall pay to the City of Hollywood the difference between the amount specified in said bid
and such larger amount for which the City of Hollywood may in good faith contract with another
party to perform the work and/or supply the materials covered by said bid.
IN WITNESS WHEREOF, the above bound parties have executed this statement under their
several seats this 28th day of November , 2016 the name and corporate
coal of each corporate party being hereto affixed and thee° presents duly signed by Its
undersigned representative, pursuant to authority of its governing body.
WHEN THE PRINCIPAL IS AN INDIVIDUAL
Signed, sealed and delivered in the presence of:
Witness Signature of Individual
Address
Witness
Address
Printed Name of Individual
Page 2 of 4
City of Hollywood
Approved Bid Bond
WHEN THE PRINCIPAL IS A CORPORATION.
attest
%1_
EnviroWaste Services Group, Inc.
Secretary Name of Corporation
By.
18001 Old Cutler Rd # 554
Business Address
Miami, FL 33157
(Affix Corporate Seal)
Printed Name
gesea.,t"
Official hue
CERTIFICATE AS TO CORPORATE PRINCIPAL
,,R,,p4 6,44
, certify that,�I am tithe secretary of the Corporation
named as Principal In the attached bond; that"(�auarh, h/4
who signed the said bond on behalf of the Principal, was then P es i
of said Corporation; that i know his signature, and his signature
thereto Is genuine and that said bond was duly signed, sealed and attested for and on
behalf of saki Corporation by authority of its governing body.
Secretary
(Seal)
City of Hollywood
Page 3 of 4
Approved Bid Bond
TO BE EXECUTED BY CORPORATE SURETY:
(2wi
By:
STATE OF .Goorgi '.F(or
COUNTY OF -won !%,.A,.;.
CITY Of: At717lents-
Hartford Fire Insurance Company
Corporate Surety
One Hartford Plaza
Business Address
Hartford i 551
(Affbc Corporate Seal)
Stephen A Vann
Attorneydn-Fact
Lockton Companies, LLC
Name of Local Agency
3280 Peachtree Rd. NE, Ste. 250
Business Address
Atlanta, GA 30305
Before me, a Notary Public, duty commissioned, qualified and acting, personally appeared
Stephen A Vann
to me well known. who being by me first duly
sworn upon oath says that he is the attorney -In -fact for the Hartford Fire Insurance Company and
that he has been authorized by Hartford Fire Insurance Company
bond on behalf of the CONTRACTOR named therein in favor of
Subscribed and sworn to before me this 28th day of November
Commission Number''-
aofti It'
My Commission Expires: y-47-201-7
LEY MA C. MATOZINHO
•i MY COMMISSION :=FT' 13313i
.a;
EXPIRES June 16, 2018
(41O 398 0153 FlondaFIctaryScrv'co.Ccr❑
to execute the foregoing
of Hollywood, Florida.
Notary Public, -{P to of Florida 1 —t
Kelley L ut mn. C.• lq`Oc.ti.1110
Printed Name of Notary
Page 4 of 4
Oily of Hollywood
Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut
[ Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana
nHartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut
Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut
Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana
r i Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois
Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana
1-1 Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida
POWER OF ATTORNEY
KNOW ALL PERSONS BY THESE PRESENTS THAT:
Direct Inquiries/Claims to:
THE HARTFORD
BOND, T-12
One Hartford Plaza
Hartford, Connecticut 06155
Bond.Ciaimsttfkhehartford.cont
call: 888-288-3488 or fax: 860-757.5835
Agency Name: LOCKTON COMPANIES LLC
Agency Code: 2 0- 2 6 3 8 3 5
X
having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the 'Companies") do hereby make, constitute and appoint,
up to the amount of Unlimited :
Stephen A. Vann of ATLANTA, Georgia
their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as
delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the
nature thereof, on behalf of the Companies In their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and
executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 6, 2015 the Companies have
caused these presents to be signed by its Senior Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant
Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are
and will be bound by any mechanically applied signatures applied to this Power of Attorney.
COUNTY OF HARTFORD
On this 11th day of January, 2016, before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose
and say: that he resides in the County of Hartford, State of Connecticut; that he is the Senior Vice President of the Companies, the corporations
described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said
instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his
name thereto by like authority.
John Gray, Assistant Secretary
STATE OF CONNECTICUT 1
ss. Hartford
M. Ross Fisher, Senior Vice President
i rr`
Nora M. Snanko
Notary Public
CERTIFICATE My Commission Expires March 31, 2018
I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct
copy of the Power of Attorney executed by said Companies, which is still in full force effective as of NovOYY11t94- Zw 1 it IL
Signed and sealed at the City of Hartford.
Kevin Heckman, Assistant Vice President
Ik)A 21116
SECTION 00495
TRENCH SAFETY FORM
This form must be completed and signed by the Bidder.
Failure to complete this form may result in the bid being declared non -responsive.
Bidder acknowledges that the Florida Trench Safety Act, Section 553.60 et. seq., which became
effective October 1, 1990, shall be in effect during the period of construction of the project. The
Bidder by signing and submitting the bid is, in writing, assuring that it will perform any trench
excavation in accordance with applicable trench safety standards. The Bidder further identifies
the following separate item of cost of compliance with the applicable trench safety standards as
well as the method of compliance:
Method of Compliance Cost
Total $ 1,000.00
Bidder acknowledges that this cost is included in the applicable items of the Proposal and in the
Grand Total Bid Price. Failure to complete the above will result in the bid being declared non-
responsive.
The Bidder is, and the Owner and Engineer are not, responsible to review or assess Bidder's
safety precautions, programs or costs, or the means, methods, techniques or technique
adequacy, reasonableness of cost, sequences or procedures of any safety precaution, program
or cost, including but not limited to, compliance with any and all requirements of Florida Statute
Section 553.60 et. seq. cited as the "Trench Safety Act". Bidder is, and the owner and Engineer
are not, responsible to determine if any safety related standards apply to the project, including
bu not limit-: to, t rench Safety Act".
Wd s Signature Contractor's Signat5re
`�W t`l0 �}�+�- Eduardo Barba
Witness Printed Name Printed Name
18001 Old Cutler Rd, #554 President
Witness Address
12/12/16
Date
Title
12/10/16
- END OF SECTION -
Date
16-7081
Gravity Sewer System Assessment and Renewal and Replacement (Inflow/Infiltration VI) Excavated Point Repairs
00495-1
SECTION 00420
INFORMATION REQUIRED FROM BIDDERS
GENERAL INFORMATION
The Bidder shall furnish the following information. Failure to comply with this
requirement may cause its rejection. Additional sheets shall be attached as required.
1. Contractor's Name/Address:
EnviroWaste Services Group, Inc.
18001 Old Cutler Rd, #554
Miami, Fl. 33157
2. Contractor's Telephone Number: 305-637-9665
and e-mail address: eddy.barbaPenvirowastes�.com
3. Contractor's License (attach copy): CGC1520877
Primary Classification: General Contractor
Broward County License Number (attach copy):
4. Number of years as a Contractor in construction work of the type involved in this
Contract: fourteen
5. List the names and titles of all officers of Contractor's firm:
Eduardo Barba, President
Ralph Barba, CEO
Julio Fojon, Director
6. Name of person who inspected site or proposed work for your firm:
Name: Mike Garcia
Date of Inspection: 11/28/16
16-7081
Gravity Sewer System Assessment and Renewal and Replacement (Inflow/Infiltration Ill) Excavated Point Repairs
00420-1
7. What is the last project of this nature you have completed?
City of Hollywood 16-7078
8. Have you ever failed to complete work awarded to you; if so, where and why?
no
9. Name three individuals or corporations for which you have performed work and
to which you refer:
City of Hollywood, Jose Polanco
City of Coral Gables, Noel Polo 305-733-0068
City of Sunrise, Gio Batista 954-888-6072
10. List the following information concerning all contracts on hand as of the date of
submission of this proposal (in case of co -venture, list the information for all
coventu res).
Name of Project
Sarasota Office
Total Contracted 0/0
City Contract Date of Completion
Value Completion to Date
875k
300k 30
Central Florida 6M 2M 33
South Florida
8M 4M 50
(Continue list on inset sheet, if necessary)
11. What equipment do you own that is available for the work?
see attached
16-7081
Gravity Sewer System Assessment and Renewal and Replacement (Inflow/Infiltration Ill) Excavated Point Repairs
00420-2
12. What equipment will you purchase for the proposed work?
none
NOTE:
If requested by CITY, the Bidder shall furnish a notarized financial statement,
references and other information, sufficiently comprehensive to permit an
appraisal of its current financial condition.
16-7081
Gravity Sewer System Assessment and Renewal and Replacement (Inflow/Infiltration I/I) Excavated Point Repairs
00420-3
LIST OF SUBCONTRACTORS
The Bidder shall list below the name and address of each Subcontractor who will
perform work under this Contract in excess of one-half percent of the total bid price, and
shall also list the portion of the work which will be done by such Subcontractor. After
the opening of Proposals, changes or substitutions will be allowed with written approval
of the City of Hollywood. Subcontractors must be properly licensed and hold a valid
Hollywood Certificate of Competency.
1.
2.
3.
4.
5.
6.
7
8.
9.
10.
Work to be Performed Subcontractor's Name I Address
none
NOTE: Attach additional sheets if required.
- END OF SECTION -
16-7081
Gravity Sewer System Assessment and Renewal and Replacement (Inflow/Infiltration I/l) Excavated Point Repairs
00420-4
STATE OF FLORIDA
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487-1395
2601 BLAIR STONE ROAD
TALLAHASSEE FL 32399-0783
BARBA, EDUARDO JOSE
ENVIROWASTE SERVICES GROUP, INC.
18001 OLD CUTLER RD
554
MIAMI FL 33157
Congratulations! With this license you become one of the nearly
one million Floridians licensed by the Department of Business and
Professional Regulation. Our professionals and businesses range
from architects to yacht brokers, from boxers to barbeque
restaurants, and they keep Florida's economy strong.
Every day we work to improve the way we do business in order
to serve you better. For information about our services, please
log onto www.myfloridalicense.com. There you can find more
information about our divisions and the regulations that impact
you, subscribe to department newsletters and learn more about
the Department's initiatives.
Our mission at the Department is: License Efficiently, Regulate
Fairly. We constantly strive to serve you better so that you can
serve your customers. Thank you for doing business in Florida,
and congratulations on your new license!
RICK SCOTT, GOVERNOR
' STATE OF FLORIDA
•-01: DEPARTMENT OF BUSINESS AND
PROFESSIONAL REGULATION
CGC 1520877 ISSUED: 06/30/2016
CERTIFIED GENERAL CONTRACTOR
BARBA. EDUARDO JOSE
ENVIROWASTE SERVICES GROUP. INC.
IS CERTIFIED bnter the rovis,crs of Ch 466 FS
DETACH HERE
KEN LAWSON, SECRETARY
STATE OF FLORIDA
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
CONSTRUCTION INDUSTRY LICENSING BOARD
LICENSE NUMBER
CGC 1520877
The GENERAL CONTRACTOR
Named below IS CERTIFIED
Under the provisions of Chapter 489 FS
Expiration date: AUG 31. 2018
BARBA. EDUARDO JOSE
ENVIROWASTE SERVICES GROUP, INC.
18001 OLD CUTLER RD
554
MIAMI FL 33157
ISSUED: 06/30/2016 DISPLAY AS REQUIRED BY LAW
SEQ # L1606300000758
COMPANY INFORMATION
EnviroWaste Services Group, Inc.
18001 Old Cutler Road, Suite 554, Miami, FL 33157
(305) 637-9665, Fax (305) 637-9659, (877) 637-9665
License: # QB 32296
CGC 1520877
Company Experience / Qualifications
• Project Name: City of Miami Beach, FL
Project Title: Routine & Emergency Sewer Repairs ITB 113-2013
Budget: $ 2,500,000 per year
Time period: September 2013- September 2018
Synopsis: ESG has been contracted to provide sewer rehabilitation services for
the City of Miami Beach including CIPP rehabilitation, sewer cleaning/TV'ing, point
repairs. EnviroWaste cleans and inspects the City's sanitary sewer system and
makes the recommendation for repairs, and performs the repairs. EnviroWaste
Services Group has installed 120,000' of mainline CIPP for the City since 2008.
Contact: Eric Arencibia 305-673-7080 ericarencibia(c�miamibeachfl.gov
• Owner: City of Hollywood
Project Title: 11-7063 and 13-7068 Sanitary Sewer Eval. And Repair
Budget: $ 1,000,000
Time period: 2012-current
Scope: ESG has been contracted to cctv, clean and rehab sanitary sewers
Contact: Jose Polanco Ph: 754-208-9443 JPOLANCO@hollywoodfl.org
• Project Name: City of Coral Gables
Project Title: Routine & Emergency Sewer Repairs and Inspection
Budget: $ 500,000 per year
Time period: September 2013-Current
Synopsis: ESG has been contracted to provide sewer rehabilitation services for
the City of Coral Gables in sewer cleaning/TV'ing, point repairs. EnviroWaste
cleans and inspects the City's sanitary sewer system and makes the
recommendation for repairs, and performs the repairs.
Contact: Noel Polo 305-460-5022 npolo@coralgables.com
• Project Name: City of Sunrise
Project Title: Sewer Rehab, Maintenance, and I&I Reduction
Budget: $ 1,000,000 per year
Time period: October 2012-Current
Headquarters: 18001 Old Cutler Rd #554, Miami, FL 33157 * (877) 637-9665 * F (305) 637-9659
Offices: Miami, FL * Orlando, FL * Dallas, TX * Houston, TX
www.envirowastesg.com * email: info@envirowastesg.com
Synopsis: ESG has been contracted to provide sewer rehabilitation services for
the City of Sunrises in sewer cleaning/TV'ing, point repairs. EnviroWaste cleans
and inspects the City's sanitary sewer system and makes the recommendation for
repairs, and performs the repairs.
Contact: Gio Batista 954-815-8861 GBatista(a�sunrisefi.gov
• Project Name: City of North Miami Beach
Project Title: Sewer Rehab, Maintenance, and l&I Reduction
Budget: $ 3000,000
Time period: 2012-Current
Synopsis: ESG has been contracted to provide sewer rehabilitation services for
the City of Sunrises in sewer cleaning/TV'ing, point repairs. EnviroWaste cleans
and inspects the City's sanitary sewer system and makes the recommendation for
repairs, and performs the repairs.
Contact: Pedro Melo 305-770-5135 pedro.melo@citynmb.com
• Project Name: City of Miami Beach, FL
Project Title: Horizontal Job Order Contract
Budget: $ 25,000,000
Time period: July 2009 — July 2014
Synopsis: ESG has been contracted to provide horizontal general contracting
services for the City of Miami Beach including CIPP rehabilitation, sewer
cleaning/TV'ing, point repairs, demolition, drainage, paving, sidewalks, curbs,
gutters, excavation, and all other "horizontal" construction services. EnviroWaste
cleans and televises all of the outfalls located with the City of Miami Beach.
Specifically we have extensively cleaned storm sewer and many outfalls within the
city.
Contact: Eric Arencibia
• Project Name: Pasco County, FL
Project Title: Wastewater Hauling Emergency Contract
Budget: $ 250,000/year
Time period: October 2011 — Current
Synopsis: ESG has been contracted to provide emergency vactor and vacuum
truck services for all of Pasco County, as many as 13 trucks at the same time
Contact: Ernest Catron 727-847-8194 ext 8897
• Project Name: Hillsborough County, FL
Project Title: Wastewater Pumping and Disposal Contract
Budget: $ 2,000,000/year
Time period: December 2013 — Current
Synopsis: ESG has been contracted to provide emergency and scheduled vactor
and vacuum truck services for all of Hillsborough County.
Contact: David Lundberg 813-663-3229
• Project Name: Town of Cutler Bay
Headquarters: 18001 Old Cutler Rd #554, Miami, FL 33157 * (877) 637-9665 * F (305) 637-9659
Offices: Miami, FL * Orlando, FL * Dallas, TX * Houston, TX
www.envirowastesg.com * email: info@envirowastesg.com
Project Title: Miscellaneous Construction and Repairs Town Wide
Budget: $ 1,500,000/year
Time period: July 2008 — Current
Synopsis: ESG has been contracted to provide clean storm sewers, remove and
replace sidewalks, asphalt roadways, drainage repairs, along with other
miscellaneous tasks
Contact: Alfredo Quintero 786-348-5323
• Owner: City of Miami
Project Title: Outfall and Drainage Cleaning Contract
Budget: $ 750,000 per year
Time period: 2005 — current
Scope: ESG has been contracted to provide cleaning of the City of Miami's storm
drainage system.
Contact: Ely Estevez Ph: 305-416-1200
• Owner: Orange County, FL
Project Title: Stormwater System Inspection, Cleaning, Sealing, Void Detection &
Void Filling (Y9-1022, Y12-1060, Y15-1140)
Budget: $ 1,100,000 per year
Time period: June 2008 — Current, 3 separate contracts
Scope: ESG has been contracted to provide various sewer related contracting
services for Orange County, FL, including cleaning and video inspection.
Contact: Patty Hobbs 407-836-5456
• Owner: Orange County, FL
Project Title: Sanitary Sewer Cleaning and inspection(Y8-1034, Y8-1110, Y11-
112, Y14-1075)
Budget: $ 3,000,000 per year
Time period: June 2008 — Current, 4 separate contracts
Scope: ESG has been contracted to provide various drainage related contracting
services for Orange County, FL, including cleaning, video inspection, chemical
grouting, internal joint seals, sonar inspection, ground penetrating radar, soil
stabilization, injection holes, and injection & sealing of cracks.
Contact: Charles West 321-354-7325
• Project Name: City of Miami Beach, FL
Project Title: Horizontal Job Order Contract
Budget: $ 10,000,000
Time period: April 2008 — April 2013
Synopsis: ESG has been contracted to provide horizontal general contracting
services for the City of Miami Beach including CIPP rehabilitation, sewer
cleaning/TV'ing, point repairs, demolition, drainage, paving, sidewalks, curbs,
gutters, excavation, and all other "horizontal" construction services. EnviroWaste
cleans and televises all of the outfalls located with the City of Miami Beach.
Contact: Eric Arencibia
Headquarters: 18001 Old Cutler Rd #554, Miami, FL 33157 * (877) 637-9665 * F (305) 637-9659
Offices: Miami, FL * Orlando, FL * Dallas, TX * Houston, TX
www.envirowastesq.com * email: info@envirowastesg.com
" O w n e r : C i t y o f O c a l a
P r o j e c t T i t l e : S a n i t a r y S e w e r S y s t e m I n s p e c t i o n , C l e a n i n g
B u d g e t : $ 1 , 2 5 0 , 0 0 0
T i m e p e r i o d : 2 0 0 8 2 0 1 6
S c o p e : E S G h a s b e e n c o n t r a c t e d t o p r o v i d e c l e a n i n g a n d i n s p e c t i o n o f s a n i t a r y
s e w e r a s w e l l a s s m o k e t e s t i n g .
C o n t a c t : E d w a r d s E a r n e s t P h : 3 5 2 - 6 2 9 - 8 5 2 1 F a x : 3 5 2 - 6 2 9 - 8 2 4 2
E e a r n e s t @ o c a l a f l . o r g
" P r o j e c t n a m e : S - 7 8 2 L a t e r a l S e w e r T e s t i n g 2 0 0 5 - 2 0 0 7
L o c a t i o n : M i a m i - D a d e W a t e r &