Loading...
HomeMy Public PortalAbout21-9882 Piggyback Envirowaste Pump Station 8Sponsored by: City Manager RESOLUTION NO. 21-9882 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING THE CITY MANAGER TO PIGGYBACK THE CITY OF HOLLYWOOD, FLORIDA'S CONTRACT WITH ENVIROWASTE SERVICES GROUP, INC. FOR QUALIFIED PROFESSIONAL SERVICES TO MAKE REPAIRS ON THE PUMP STATION #8 BASIN WASTEWATER COLLECTION GRAVITY SYSTEM, IN AN AMOUNT NOT TO EXCEED THIRTY-THREE THOUSAND, THREE HUNDRED DOLLARS ($33,300.00); PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Opa-Locka ("City") seeks to make a repair on the Pump Station #8 Basin Wastewater Collection Gravity System at 2390 NW 147th Street, within the City; and WHEREAS, during the lining process of this collection basin's mains, it was discovered that there is reverse flow between two manholes. The proposed repair will correct this problem, improving the operation of the station; and WHEREAS, the project to be completed by Envirowaste Services Group, Inc. shall not exceed Twenty -Eight Thousand, Three Hundred Dollars ($28,300.00), as provided in Contractor's Project Proposal in Exhibit "A". Staff also recommends the establishment of a Five Thousand Dollar ($5,000) contingency to address unforeseen situations requiring change orders which may arise; and WHEREAS, the City of Hollywood considered the bid submitted by Envirowaste Services Group, Inc. ("Contractor") in response to its Notice to Bidders for Project Number 20-9706 dated June 30, 2020; and WHEREAS, the City of Hollywood subsequently entered into a two and a half year Contract on March 10, 2021 with Contractor (attached hereto as Exhibit "A"), for Gravity Sewer System Condition Assessment and Renewal and Replacement Inflow/ Infiltration (I/ I) Excavated Point Repairs; and WHEREAS, the City Commission finds that it is in the best interest of the City to piggyback the City of Hollywood's Contract with Envirowaste Services Group, Inc., in order to benefit from already negotiated rates for Gravity Sewer System Condition Assessment and Renewal and Replacement (Inflow/ Infiltration I/ I) Excavated Point Repair Services and enter into an agreement to make repairs on the Pump Station #8 Resolution No. 21-9882 Basin Wastewater Collection Gravity System, attached hereto as Exhibit "B", in an amount not to exceed Twenty -Eight Thousand, Three Hundred Dollars ($28,300.00), with an additional Five Thousand Dollar ($5,000) contingency to address unforeseen situations requiring change orders which may arise. NOW THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA LOCKA, FLORIDA: 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 the City of Hollywood's Contract with Envirowaste Services Group, Inc. and enter into an agreement to make repairs on the Pump Station #8 Basin Wastewater Collection Gravity System, attached hereto as Exhibit "B", in an amount not to exceed Thirty -Three Thousand, Three Hundred Dollars ($33,300.00). 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 be effective immediately upon adoption hereof and approval by the Governor of the State of Florida or Governor's designee. PASSED and ADOPTED this 14th day of July, 2021. Matthew A �Pigatt, Mayor ATTEST: nna Flores, City Clerk 2 Resolution No. 21-9882 APPROVED AS TO FORM AND LEGAL SUFFICIENCY: /07110 Burnadette Norris - City Attorney r'S (ate eks, P.A. Moved by: Commissioner Taylor Seconded by: Commissioner Davis VOTE: 4-0 Commissioner Taylor YES Commissioner Burke ABSENT Commissioner Davis YES Vice -Mayor Williams YES Mayor Pigatt YES 3 City of Opa-locka Agenda Cover Memo Department Director: Airia Austin Department Director Signature: 4 -' City Manager John E. Pate CM Signature: Commission Meeting Date: 07/14/2021 Item Type: (EnterXin box) Resolution ce Other R Fiscal Impact: (EnterXin box) Yes No Ordinance Reading. (EnterXin box) 1st Reading 2°d Reading X Public Hearing: (EnterXin box) Yes No Yes No X X Funding Source: Account#: (Enter Fund & Dept) Ex: See Financial Impact Section Advertising Requirement (EnterXin box) Yes No X Contract/P.O. Required: (EnterXin box) Yes No RFP/RFQ/Bid#: X Strategic Plan Related (EnterX in box) Yes No Strategic Plan Priority Area: Enhance Organizational 0 Bus. & Economic Dev 0 Public Safety Quality of Education 0 QuaL of Life & City Image El Communication 0 Strategic Plan Obj./Strategy: (list the specific objective/strategy this item will address) X Sponsor Name City Manager Department: City Manager Short Tide: Sanitary Sewer Main Line Repair at 2390 NW 147th Street Staff Summary: This request is to piggyback an existing contract with the City of Hollywood for qualified professional services to make a repair on the Pump Station #8 basin wastewater collection gravity system. During the lining process of this collection basin's mains, it was discovered that there is reverse flow between two manholes. This repair will correct this problem, improving the operation of the station. The job will be completed by Envirowaste Services Group, Inc. for $28,300. Financial Impact Staff also recommends the establishment of a $5,000 contingency to address unforeseen situations requiring change orders which may arise. Account Description Available Project Remaining Balance 35-535340 Other Contracted Services $106,813 $33,300 $73,513 Staff recommends the City Commission approve the Envirowaste Services Group, Inc. proposal for $28,300 and further authorizes a contingency of $5,000 to be used for change orders which may become necessary due to unforeseen circumstances. Attachment: 1. Agenda 2. Proposal Provided by Envirowaste 3. Piggyback Contract with the City of Hollywood. 4. Contract Agreement between the City and Envirowaste ENVIR4) WASTE SERVICES GROUP SPECIFIC WORK ORDER BETWEEN ENVIROWASTE SERVICES GROUP, INC. and City of OpaLocka The parties to this Specific Work Order are parties to this Professional Services dated June 11, 2021 _(the "Agreement"). The parties hereto agree that all of the terms and conditions set forth in the Agreement are in full force and effect and incorporated herein by reference. The terms and conditions of the Agreement shall govem and control over any inconsistent terms or conditions contained in this Specific Work Order except as to the scope of work to be performed and the fees for such work which are set forth herein and which shall control. Capitalized terms used in this Specific Work Order that are not otherwise defined herein shall have the meanings ascribed to them in the Agreement. RE: Proposed sanitary sewer main line repair at 2390 NW 147 Street OpaLocka, FL Qty unit Unit price Total Traffic control (barricades for 4 days 10 barricades ea day) 40 DAY $15.00 $600.00 Traffic control (arrowboard) 4 DAY $275.00 $1,100.00 By-pass pumping (6" to 10" sewer) 2 DAY $1,000.00 $2,000.00 Point repair on 6" through 10" sanitary gravity main 1 EA $10,000.00 $10,000.00 pipe (12' to 14' in depth) not to exceed 15' in length Wellpoint system 3 DAY $4,500.00 $13,500.00 Asphalt pavement restoration (20' x 20' per trench) 44 SY $25.00 $1,100.00 Total= $28,300.00 All permits and off -duty police are not included in this proposal. SERVICE CHARGE: IF ANY PAYMENT DUE HEREUNDER OR PURSUANT TO ANY SPECIFIC WORK ORDER IS NOT RECEIVED BY THE CONSULTANT WITHIN THIRTY (30) DAYS AFTER ITS DUE DATE, A SERVICE CHARGE IN THE AMOUNT OF ONE AND ONE-HALF PERCENT (1.5%) OF THE UNPAID BALANCE WILL BE CHARGED TO THE CLIENT (THE "SERVICE CHARGE"). THE SERVICE CHARGE SHALL BE APPLIED MONTHLY AND ANY PREVIOUSLY UNPAID SERVICE CHARGE WILL BE ADDED TO THE UNPAID BALANCE. The Client hereby authorizes the Consultant to commence the work (commencement date) required under this Specific Work Order on . IN WITNESS WHEREOF, the parties have duly executed this Specific Work Order as of the day and year first above written. Client "CONSULTANT" (ENVIROWASTE SERVICES GROUP, INC.) A Florida Corporation Mike Garcia SIGNATURE Operations NAME / TITLE DATED TITLE 6/11/2021 DATED Miami • Broward • Orlando • Tampa Headquarters: 18001 Old Cutler Road, Suite 554, Palmetto Bay, FL 33157 info@envirowastesg.com 1 Phone (877) 637-9665 1 Fax (877) 637-9659 Department of Public Utilities Engineering and Construction Services Division NOTICE TO PROCEED To: Envirowaste Services Group, Inc. Project Name: Gravity Sewer System Condition Assessment and Renewal and Replacement Inflow/Infiltration (I/1) Excavated Point Repairs Project No.: 20-7106 Contract Amount: $1,144,967.50 � CITY OF ood FLORIDA tel: 954-921-3930 fax: 954-921-3591 This is your Notice to Proceed on the above referenced project. You are hereby notified to commence work on the contract on March 11, 2021, and shall substantially complete said work within 910 calendar days respectively thereafter. Your completion date is September 7, 2023. Please obtain all permits required under this contract prior to commencing any construction activities. Permit fees for any permit issued by the City of Hollywood Building Division at Planning and Development Services will be paid by the City. When applicable, please obtain all appropriate permit fee vouchers from the Department of Public Utilities Engineering and Construction Services Division prior to applying for your permits. The contract provides for an assessment of the sum of $1,000.00 as liquidated damages for each consecutive calendar day after the project substantial completion date. Dated this 11th day of March , 2021 By: Clece Aurelus, P Title: Engineering Support Services Manager ACCEPTANCE OF NOTICE Receipt of the foregoing Notice to Proceed is hereby acknowledged. By (signature): 1 Envirowaste Services Group, Inc. Dated this 11 day of March , 2021 By (print name): Eduardo Barba Title: Corporate Secretary 1621 N. 14 Avenue P.O. Box 229045 Hollywood, Florida 33022-9045 hollywoodfl.org Department of Public Utilities Engineering and Construction Services Division NOTICE OF AWARD To: Envirowaste Services Group, Inc. CITY OF ;1; FLORIDA tel: 954-921-3930 fax: 954-921-3591 Project Name: Gravity Sewer System Condition Assessment, Renewal & Replacement (I/1) Program (Level 2) Excavated Point Repairs No: 20-7106 Project Description: Performing sanitary sewer repairs and grouting abandoned sewer pipes and install- ation; providing temporary sanitary sewer service laterals, bypass pumping/or plugging and other miscellaneous items to complete projects. The City of Hollywood, FL has considered the bid submitted by you for the above -described work in response to its Notice to Bidders dated June 30, 2020 and Instructions to Bidders. You are hereby notified that your bid has been accepted for construction of the work in the amount of $1,144,967.50 . 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 Z.,(01/ -day of 2021 ACCEPTANCE OF NOTICE Dated this day of 2021 By: Clece Aurelus, p.E. Title: Engineering Support Services Manager By: Title: 1621 N. 14 Avenue P0. Box 229045 Hollywood, Florida 33022-9045 hollywoodfl.org ��,- aoai-oav PROJECT 20-7106 CITY OF HOLLYWOOD CONTRACT DOCUMENTS AND SPECIFICATIONS FOR GRAVITY SEWER SYSTEM CONDITION ASSESSMENT AND RENEWAL AND REPLACEMENT (INFLOW/INFILTRATION- I/I) EXCAVATED POINT REPAIRS JUNE 2020 �� CITY OF ----6%',4%.- H , # FLORIDA Prepared by: ENGINEERING AND CONSTRUCTION SERVICES DIVISION 1621 N 14th Avenue PO Box 229045 Hollywood, FL 33022-9045 " DIVISION 1 - GENERAL REQUIREMENTS 01010 Summary of Work 01025 Basis of payment 01090 Applicable Standards and Code 01200 Project Meetings 01300 Submittals 01400 Quality Control 01410 Contractor's Health and Safety Plan 01510 Temporary Utility Services and Staging Area 01530 Protection of Existing Facilities 01550 Site Access and Storage 01560 Temporary Environmental Controls 01570 Traffic Regulations and Maintenance of Traffic 01600 Equipment and Materials 01700 Project Closeout 01740 Permits DIVISION 2 - SITE WORK 02080 Abandonment, Removal, and Disposal of Existing Pipelines Removed from Service 02100 Clearing and Grubbing 02140 Dewatering 02141 Temporary Bypass Pumping Systems 02222 Excavation and Backfill for Utilities 02225 Contaminated Soils and Groundwater 02332 Limerock Base 02500 Landscaping 02507 Prime and Tack Coats 02510 Asphaltic Concrete Pavement 02526 Concrete Pavement, Curb and Walkway 02580 Pavement Marking and Signs 02581 Traffic Signs 02582 Raised Retro-reflective Pavement markers 02750 Wastewater Flow Control " " 02751 Preparatory Cleaning and Root Removal 02752 Television Survey 02757 Point Repair Sanitary Sewer 02759 Replacement of Sanitary Services 02760 Service Lateral Television Survey 02763 Chemical Grouting 02764 Cured -in -Place Sectional Pipe Lining 02765 Cured -in -Place Lining 02770 Cured -in -Place T -Liner DIVISION 3 - CONCRETE 03300 Cast -in -Place Concrete, Reinforcing and Formwork 03305 Concrete and Grout 03315 Grout 03375 Flowable Fill DIVISION 4 - MASONRY (NOT USED) DIVISION 5 - METALS (NOT USED) DIVISION 6 - WOOD AND PLASTICS (NOT USED) DIVISION 7 - THERMAL AND MOISTURE PROTECTION (NOT USED) DIVISION 8 - DOORS AND WINDOWS (NOT USED) DIVISION 9 - FINISHES (NOT USED) DIVISION 10 -SPECIALTIES (NOT USED) DIVISION 11  EQUIPMENT (NOT USED) DIVISION 12 -FURNISHING (NOT USED) DIVISION 13 -SPECIAL CONSTRUCTION (NOT USED) DIVISION 14 -CONVEYING SYSTEMS (NOT USED) " CITY OF HOLLYWOOD DEPARTMENT OF PUBLIC UTILITIES ENGINEERING AND CONSTRUCTION SERVICES DIVISION (ECSD) SECTION 00030 NOTICE TO BIDDERS PROJECT NAME: Gravity Sewer System Condition Assessment and Renewal and Replacement Inflow/Infiltration (111) Excavated Point Repairs PROJECT NUMBER: 20-7106 NOTICE IS HEREBY GIVEN that the City Commission of the City of Hollywood, Florida, is advertising for sealed bids which shall be submitted to the City Clerk's Office (City Hall, 2600 Hollywood Blvd., Room 221) of the City of Hollywood, Florida, until 10:00 a.m., local time, Thursday, August 27, 2020. On Thursday, August 27, 2020 at 11:00 a.m. the bids will be opened and read publicly in the Department of Public Utilities, Engineering and Construction Services (ECSD) Conference Room at 1621 N. 14th Avenue, Building A, Hollywood, Florida. A mandatory pre -bid conference will be conducted through WebEx telephone meeting on July 22, 2020 at 3:00 p.m. Any member of the public wishing to attend this conference must email the Project Manager, Vernal Sibble, P.E. (vsibble(o hollywoodfl.org) prior to 6:00 p.m. on July 20, 2020 and provide their name, company, telephone and email address. Those without Internet access or who may need additional assistance, may call Public Utilities Engineering and Construction Services Division at 954-921-3930 prior to 6:00 p.m. on June 20, 2020. The Bid Package and Contract documents can be downloaded at DemandStar Website https://demandstar.com/. Technical assistance questions shall be submitted in writing no later than July 29, 2020 at 6:00 p.m., to the Project Manager, Vernal Sibble, P.E., vsibble@hollywoodfl.org. Each bid must be accompanied by a Bid Security in an amount no less than ten percent (10%) of the bid amount. Said security shall be in the form of a Certified Check or Cashier's Check on a solvent National or State Bank, or a bid bond executed by the Bidder and a qualified Surety, satisfactory and payable to the City of Hollywood, Florida. A Cone of Silence is in effect with respect to this bid. The Cone of Silence prohibits certain communications between potential vendors and the City. For further information, please refer to Section 30.15(F) of the City's Code of Ordinances. The City of Hollywood is strongly committed to ensuring the participation of local Hollywood vendors in the procurement of goods and services. For additional information about the City's Local Preference Ordinance, visit www.hollywoodfl.org. It will be the Bidder's sole responsibility to hand -deliver or mail his/her proposal to the City Clerk's Office at City Hall so that it arrives on or before the closing hour and date for the receipt of bids as noted above. The City Commission reserves the right to reject any or all bids, to waive informalities and to accept or reject all or any part of any bid, as they may deem to be in the best interest of the City of Hollywood, Florida. Dated this 30th Day of June 2020 CITY HOLLYWOOD FLORID Lir taf Clece Aurelus, P.E., nterim Assistant Director Department of Public Utilities - ECSD 20-7106 Gravity Sewer System Assessment and Renewal and Replacement (Inflow/Infiltration I/I) Excavated Point Repairs 00030-1 SECTION 00200 NOTICE OF IMPOSITION OF CONE OF SILENCE On June 30, 2020 the City of Hollywood, Florida Department of Public Utilities issued the following: Bid #20-7106 Gravity Sewer System Condition Assessment and Renewal and Replacement (Inflow/Infiltration 1/I) Excavated Point Repairs. Proiect Scope: 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. Pursuant to Section 30.15(F) of the Code of Ordinances, a Cone of Silence has been imposed on the items set forth above. The Cone of Silence will continue until the City awards or approves a contract, votes to reject all bids or responses, or otherwise takes action which ends the solicitation. If the City Commission refers the item back to the City Manager and staff for further review, the Cone of Silence shall remain in effect until an award is made, a contract is approved, or the City Commission takes any other action which ends the solicitation. c: City Commission Office City Manager City Clerk (sunshine board) Affected department(s)/office(s) - END OF SECTION - 20-7106 Gravity Sewer System Assessment and Renewal and Replacement (Inflow/Infiltration I/1) Excavated Point Repairs 00200-1 i SECTION 00300 — PROPOSAL TO THE MAYOR AND COMMISSIONERS CITY OF HOLLYWOOD, FLORIDA SUBMITTED August 27,2020 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, any Exhibits if applicable, 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. The BIDDER acknowledges receipt of the following addenda: No. 1 Dated 8/6/20 No. Dated No. Dated 20-7106 Gravity Sewer System Assessment and Renewal and Replacement (Inflow/Infiltration 1/1) 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) 20-7106 Gravity Sewer System Assessment and Renewal and Replacement (Inflow/Infiltration 1/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. 20-7106 Gravity Sewer System Assessment and Renewal and Replacement (Inflow/Inflitratlon 1/1) Excavated Point Repairs 00300-3 WHEN THE BIDDER IS A CORPORATION: EnviroWaste Services Group, Inc (Correc'Nar of»orpor- ion By: (SEAL) CEO (Official Title) 18001 Old Cutler Rd, #554 Palmetto Bay, F1. 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 Paul Quentel CEO (Person Authorized to Sign) 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 1/1) EXCAVATED POINT REPAIRS PROJECT NO. 20-7106 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 June day of 16 , 20 17 . 20-7106 Gravity Sewer System Assessment and Renewal and Replacement (Inflow/Infiltration I/1) Excavated Point Repairs 00300-4 SECTION 00301 CITY OF HOLLYWOOD DEPARTMENT OF PUBLIC UTILITIES ENGINEERING & CONSTRUCTION DIVISION PROPOSAL BID FORM Project Name: Gravity Sewer System Condition Assessment and Renewal and Replacement Inflow/Infiltration (111) Excavated Point Repairs Project No.: 20-7106 If the proposal is accepted, the undersigned Bidder agrees to complete all work under this Contract within 910 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 $12,000- $12,000- y Point repairs and 12 inch through 15 inch gravity pipe (up to 6 feet in depth) EA 5 $6,400- $32,000 - 8 Point repairs and 12 inch through 15 inch gravity pipe (6 to 8 feet in depth) EA 5 $7,500- $37,500- 9 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) EA 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- 1 of 5 • BID BASE CONTRACTOR MUST PROVIDE UNIT PRICE FOR EACH LINE ITEM Item Description Units Qty Unit Price Total 15 Point repairs and 18 inch through 21 inch gravity pipe (12 to 16 feet in depth) EA 1 $17,500- $17,500 - 16 Install CIP sectional pipe liner, 8 inch to 12 inch diameter (8 feet in length, all depths) EA 10 $3,000- $30,000- 17 Install CIP sectional pipe liner, 15 inch to 18 inch diameter (8 feet in length, all depths) EA 1 $4,000_ $4,000- 18 Install CIP sectional pipe liner, 24 inch EA diameter (8 feet in length, all depths) 1 $4,500- $4,500- 19 Install CIP sectional pipe liner, 8 inch to 12 inch diameter (additional length >8 feet and up to 12 feet, all depths) LF 8 $250- $2,000 - 20 Install CIP sectional pipe liner, 15 inch to 18 inch diameter (additional length >8 feet and up to 12 feet, all depths) LF 8 $250- $2,000 - 21 Install CIP sectional pipe liner, 24 inch diameter (additional length >8 feet and up to 12 feet, all depths) LF 8 $250- $2,000- 22 Excavate, cut and reinstall new 8 inch FM connection. No bypass EA 1 $7,500- $7,500- 23 Excavate, cut and reinstall new 12 inch FM connection. No bypass EA 3 $8,500- $25,500 - 24 Excavate, cut and reinstall new 16 inch FM EA connection. No bypass 1 $10,500- $10,500 - 25 Excavate, cut and reinstall new 20 inch FM connection. No bypass EA 2 $13,000- $26,000- 26 Excavate, cut and reinstall new 24 inch FM connection. No bypass EA 1 $17,500- $17,500- 27 Install polyethylene fused -on saddle (open Trench) EA 10 $950- $9,500 - 28 Sewer main cleaning and TV inspection (6 inch through 12 inch) L.F. 6,000 $2.15 $12,900- 29 Sewer main cleaning and TV inspection (14 inch through 24 inch) L.F. 750 $4.95 $3,712.50 30 Sewer main cleaning and TV inspection (30 inch through 36 inch) L.F. 800 $9.50 $7,600- 31 Sewer main cleaning and TV inspection (42 inch through 48 inch) L.F. 500 $15.00 $7,500- 32 Sewer lateral cleaning and TV inspection from main toward the private property (up to 30 feet) EA 20 $300- $6,000 - 33 Sewer lateral cleaning and TV inspection from main toward the private property (beyond 30 feet) L.F. 1 $15- $15 - • 2 of 5 BID BASE CONTRACTOR MUST PROVIDE UNIT PRICE FOR EACH LINE ITEM Item Description Units Qty Unit Price Total 34 Sewer lateral cleaning and TV inspection from cleanout (up to 30 feet) EA 1 $275- $275- 35 Sewer lateral cleaning and TV inspection from cleanout (beyond 30 feet) L. F. 1 $15- $15- 36 Mechanical root or grease removal (12 inch and smaller) L.F. 500 $7.50 $3,750- 37 Mechanical root or grease removal (15 inch to 21 inch) , L.F. 500 $10- $5,000- 38 Mechanical tuberculation/concrete removal (12 inch to smaller) L.F. 500 $10- $5,000- 39 Mechanical tuberculation/concrete removal (15 -inch to 24- inch) L.F. 100 $12- $1,200' 40 Mechanical tuberculation/concrete removal (30 inch to 36 inch) L.F. 100 $30- $3,000- 41 Mechanical tuberculation/concrete removal (42 inch to 48 inch) L.F. 100 $45- $4,500- 42 Grout 8 inch pipe abandoned (up to 12 feet depth) L.F. 1,500 $6- $9,000- 43 Grout 12 inch pipe abandoned (up to 12 feet depth) L.F. 450 $7.50 $3,375 - 44 Grout 16 inch pipe abandoned (up to 12 feet depth) L.F. 2,500 $9.50 $23,750 - 45 Grout 24 inch pipe abandoned (up to 12 feet depth) L.F. 100 $34- $3,400- 46 Protuding service connection removal by intemal means. EA 1 $500- $500- 47 Exploratory excavation in grass area (up to 5 feet depth) EA 20 $450- $9,000 - 48 Exploratory excavation in asphalt or concrete area (up to 5 feet depth) EA 5 $800- $4,000 - 49 Exploratory excavation (over 5 feet depth) V.F. 20 $75- $1,500- 50 Bypass pumping (6 inch through 10 inch sewer) DAY 6 $1,000- $6,000 - 51 Bypass pumping (12 inch and 16 inch sewer) DAY 1 $1,500- $1,500- 52 Bypass pumping (18 inch and 24 inch sewer) DAY 1 $3,000- $3,000- 53 Bypass pumping (30 inch through 36 inch sewer) DAY 1 $4,500- $4,500- 54 Bypass pumping (42 inch and 48 inch sewer) DAY 1 $6,000- $6,000- 3of5 • BID BASE CONTRACTOR MUST PROVIDE UNIT PRICE FOR EACH LINE ITEM Item Description Units Qty Unit Price Total 55 Cleanout Installation in grass area (up to 5 feet in depth) EA 10 $800- $8,000- 56 Cleanout Installation in asphalt area (up to 5 feet in depth) EA 1 $1,100- $1,100 - 57 Cleanout Installation in concrete area (up to 5 feet in depth) EA 1 $1,150- $1,150 - 58 Cleanout Installation (beyond 5 feet in depth) V.F. 10 $200- $2,000 59 Cleanout Installation (open trench) EA 1 $600- $600- 60 Asphalt roadway replacement (2 Inch Thick) S.Y. 1,500 $25- $37,500- 61 Asphalt pavement overlay (1 inch thick) S.Y. 100 $15- $1,500- 62 Concrete sidewalk replacement S.Y. 100 $80- $8,000- 63 Concrete curb and gutter replacement L.F. 100 $25- $2,500- 64 Asphalt driveway replacement S.Y. 100 $25- $2,500- 65 Concrete driveway replacement S.Y. 100 $70- $7,000- 66 Replace concrete slabs and/or aprons S.Y. 100 $95- $9,500- 67 Sod replacement S.F. 2,300 $1.00 $2,300 - 68 Work in rear yard easement (applicable to Items 1 to 15 & 22 to 26) EA 10 $1.00 $10- 69 Work in rear yard easement (applicable to Items 16 to 18 & items 50 to 54) EA 40 $1.00 $40.00 70 Traffic control - Flagman (each) HR 50 $50- $2,500- 71 Traffic control - Arrow Board (each) DAY 5 $275- $1,375- 72 Traffic control - Barricade (each) DAY 10 $15- $150- 73 Expedited mobilzation (within 24 hours of request) EA 1 $2,000 $2,000 74 Additional excavation (more than 2 feet below the pipe), disposal of muck, furnish and install additional backfill materials C.Y. 500 $5.00 $2,500 - • 4of5 " " " BID BASE CONTRACTOR MUST PROVIDE UNIT PRICE FOR EACH LIN Item Description Units Qty Unit Price Total 55 Cleanout Installation in grass area (up to 5 feet in depth) EA 10 $800- $8,000- 56 Cleanout Installation in asphalt area (up to 5 feet in depth) EA 1 $1,100- $1,100- 57 Cleanout Installation in concrete area (up to 5 feet in depth) EA 1 $1,150- $1,150 - 58 Cleanout Installation (beyond 5 feet in depth) V.F. 10 $200- $2,000 59 Cleanout Installation (open trench) EA 1 $600- $600- 60 Asphalt roadway replacement (2 Inch Thick) S.Y. 1,500 $25- $37,500- 61 Asphalt pavement overlay (1 inch thick) S.Y. 100 $15- $1,500- 62 Concrete sidewalk replacement S.Y. 100 $80- $8,000- 63 Concrete curb and gutter replacement L.F. 100 $25- $2,500- 64 Asphalt driveway replacement S.Y. 100 $25- $2,500- 65 Concrete driveway replacement S.Y. 100 $70- $7,000- 66 Replace concrete slabs and/or aprons S.Y. 100 $95- $9,500- 67 Sod replacement S.F. 2,300 $1.00 $2,300 - 68 Work in rear yard easement (applicable to Items 1 to 15 & 22 to 26) EA 10 $1.00 $10- 69 Work in rear yard easement (applicable to Items 16 to 18 & items 50 to 54) EA 40 $1.00 $40.00 70 Traffic control - Flagman (each) HR 50 $50- $2,500- 71 Traffic control - Arrow Board (each) DAY 5 $275- $1,375- 72 Traffic control - Barricade (each) DAY 10 $15- $150- 73 Expedited mobilzation (within 24 hours of request) EA 1 $2,000 $2,000 74 Additional excavation (more than 2 feet below the pipe), disposal of muck, fumish and install additional backfill materials C.Y. 500 $5.00 $2,500 - 4 of 5 BID BASE CONTRACTOR MUST PROVIDE UNIT PRICE FOR EACH LINE ITEM Item Description Units Qty Unit Price Total 75 Well point system, 25 points, complete DAY 10 $4,500_ $45,000- 76 Well point system, 50 points, complete DAY 10 $5,000- $50,000 - 77 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: $1,144,967.50 TOTAL BASE BID IN WRITING: One million one hundred forty four thousand, nine hundred sbcty seven And fifty cents NOTES: 1 REFER TO SECTION 01025 FOR ADDITIONAL DESCRIPTION OF ITEMS. 2 SUBSTANTIAL COMPLETION SHALL BE AS DEFINED IN THE PROJECT SCHEDULE IN THE SUPPLEMENTARY GENERAL CONDITIONS (SGC'S). 3 CLOSEOUT SHALL BE COMPLETED WITH IN 970 DAYS FROM THE ISSUANCE OF THE "NOTICE TO PROCEED". 4 THE CONTRACT SHALL BE BASED UPON THE SUM OF THE TOTAL BASE BID. 5 WORK ORDERS WILL BE ISSUED AS PROBLEM AREAS ARE IDENTIFIED. 6 ANY BID PROPOSAL ITEMS DEEMED UNBALANCED BY THE CITY WILL BE REJECTED. 5 of 5 • SECTION 00410 - APPROVED BID BOND (Construction) STATE OF FLORIDA KNOW ALL MEN BY THESE PRESENTS: Hartford Fire That we EnviroWaste Services Group, Inc , as Principal, and Insurance Company , as Surety, are held and firmly bound unto the City of Hollywood in the sum of • Ten Percent of Amount Bid Dollars ($ 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 August 27th 2020 for CITY OF HOLLYWOOD GRAVITY SEWER SYSTEM CONDITION ASSESSMENT AND RENEWAL AND REPLACEMENT (INFLOW/INFILTRATION Ill) PROGRAM — EXCAVATED POINT REPAIRS CITY PROJECT NO.: 20-7106 NOW, THEREFORE, if the principal shall not withdraw said bid within 90 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. 20-7106 Gravity Sewer System Assessment and Renewal and Replacement (Inflow/Infiltration 1/1) Excavated Point Repairs 00410-1 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 seals this 10th day of July , 2020 , the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its goveming 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 20-7106 Gravity Sewer System Assessment and Renewal and Replacement (Inflow/Infiltration I/I) Excavated Point Repairs 00410-2 • Approved Bid Bond WHEN THE PRINCIPAL IS A CORPORATION: Attest: EnviroWaste Services Group, Inc Secretary Name of Corporation Eduardo Barba 18001 Old Cutler Rd, #554 Business Address Palmetto Bay, Florida. 33157 By: -1 % (Affix Corporate Seal) Julio Fojon Printed Name President Official Title CERTIFICATE AS TO CORPORATE PRINCIPAL Eduardo Barba , certify that I am the secretary of the Corporation named as Principal in the attached bond; that Julio Fojon who signed the said bond on behalf of the Principal, was then President 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 said Corporation by authority of its governing body. • Secretary (SEAL; 20-7106 Gravity Sewer System Assessment and Renewal and Replacement (Inflow/Infiltration 1/I) Excavated Point Repairs 00410-3 Approved Bid Bond TO BE EXECUTED BY CORPORATE SURETY: Attest: ecreta Sarah Belcastro STATE OF FLORIDA Hartford Fire Insurance Company Corporate Surety One Hartford Plaza Business Address Hartford. CT 06155-0001 BY: (Affix Corporate Seal) Stephen A. Vann Attorney -in -Fact Lockton Companies Name of Local Agency 1111 Brickell Ave. Suite 2700 Business Address Miami, FL 33131 Before me, a Notary Public, duly commissioned, qualified and acting, personally appeared, _ Stephen A. Vann to me well known, who being by me first duly swom upon oath says that he is the attomey-in-fact for the Hartford Fire Insurance Company and that the has been authorized by Hartford Fire Insurance Company to execute the forgoing bond on behalf of the CONTRACTOR named therein in favor of the City of Hollywood, Florida. Subscribed and sworn to before me this 10th day of July , 20, otary Pup c, State of Fxloot& Georgia My Commission Expires: 06/20/2023 - END OF SECTION - 20-7106 Gravity Sewer System Assessment and Renewal and Replacement (Inflow/Infiltration 1/1) Excavated Point Repairs 00410-4 Pr\ML'LF. ,, `r- �.Y'PU`'• • ..4Y COMMISSION EXPIRES `r = 620.X23 •` U • 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.Claims(ithehartford.com call 888-266.3488 or fax 880.757.5835 Agency Name: LOCKTON COMPANIES LLC Agency Code: 2 0- 2 6 3 8 3 5 X X X 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 Hartford 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 I Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana 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 Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida 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 : Sarah Belcastro, Stephen A. Vann of ATLANTA, Georgia their true and lawful Attomey(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 5th day of January, 2018, before me personally came M. Ross Fisher, to me known, who being by me duly swom, 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 } ss. Hartford M. Ross Fisher, Senior Vice President CERTIFICATE Kathleen T. Maynard Notary Public My Commission Expires July 31, 2021 I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the abov nd 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 �sc / 0/ Signed and sealed at the City of Hartford. Kevin Heckman, Assistant Vice President POA ±uie 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 Palmetto Bay, FI. 33157 2. Contractor's Telephone Number: 305-637-9665 and e-mail address: info@ewsg.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: Twenty 5. List the names and titles of all officers of Contractor's firm: Paul Quentel CEO, Melissa Linton CFO, Eduardo Barba Corporate Secretary 6. Name of person who inspected site or proposed work for your firm: Name: Mike Garcia Date of Inspection: July 22,2020 20-7108 Gravity Sewer System Assessment and Renewal and Replacement (Inflow/Infiltration 1/I) Excavated Point Repairs 00420-1 • • " 7. What is the last project of this nature you have completed? City of Hollywood 16-7081 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, Clece Aurelus 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 coventures). Name of Project Total Contracted % City Contract Date of Completion Value Completion to Date Can be provided upon request. This is sensitive information (Continue list on inset sheet, if necessary) 11. What equipment do you own that is available for the work? See attached 20-7106 Gravity Sewer System Assessment and Renewal and Replacement (Inflow/Infiltration 1/I) Excavated Point Repairs 00420-2 " " " 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 / Address None NOTE: Attach additional sheets if required. - END OF SECTION - 20-7106 Gravity Sewer System Assessment and Renewal and Replacement (Inflow/Infiltration I/9 Excavated Point Repairs 00420-4 SECTION 00435 LOCAL PREFERENCE (EXHIBIT "A") Pursuant to §38.50 of the City of Hollywood Code of Ordinances, the City shall grant a preference to local Hollywood vendors if their initial bid is within 5% of the bid of the lowest responsive responsible bidder that is a non -local Hollywood vendor. The preference shall allow the local Hollywood vendor to submit a second and final offer, which must be at least 1% less than the bid of the lowest responsible responsive non - local Hollywood vendor to be awarded. The local Hollywood vendor shall have the burden of demonstrating that it maintains a permanent place of business with full-time employees within the City limits and has done so for a minimum of one (1) year prior to the date of issuance of a bid or proposal solicitation within Hollywood, Florida. All supporting documentation (e.g. City of Hollywood valid local business tax receipt) for local preference eligibility must be received with the bid package prior to the bid opening date and time. 20-7106 Gravity Sewer System Assessment and Renewal and Replacement (Inflow/Infiltration 1/I) Cured -In -Place Pipe CIPP) • • • 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 Sloping and trench box Cost Total $ $1,000 - 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 s rds apply to the project, including but not limited to, the "Trench Safety Act". Witness Signature Contractor's Signature Eduardo Barba Witness Printed Name 18001 Old Cutler Rd, #554 Palmetto Bay, FI. 33157 Witness Address 8/17/20 Date Paul Quentel Printed Name CEO Title 8/17/20 - END OF SECTION - Date 20-7106 Gravity Sewer System Assessment and Renewal and Replacement (Inflow/Infiltration 1/I) Excavated Point Repairs 00495-1 ENVIR() WASTE SERVICES GROUP Summary of Qualifications EnviroWaste Services Group EWSG is one of the industry leaders in the maintenance, inspection and repair of storm and sanitary systems throughout the Southeastern United States. EnviroWaste has over 200 employees one of the largest private fleets in the region dedicated to meeting its customers' needs for over 20 years. EWSG's fleet of Vactors, Vac -Cons, industrial cleaners, pump trucks, slip lining pipe bursting, and TV inspection trucks ensure its customers the technology necessary to meet their maintenance and emergency requirements. EnviroWaste has been contracted by municipalities at the local, state and federal levels in multiple states throughout the years. The years of experience have positioned EWSG to work in conjunction with its customers to establish the most appropriate game plan to achieve their respective goals. Sewer Services EnviroWaste Services Group Inc., specializes in the cleaning of storm -water drainage systems and sanitary sewers. EWSG provides any services related to storm and sanitary sewers for private clients, commercial Industries, municipalities, DOT, government agencies, and more! * Pressure Test, Smoke Test, and Pre and Post Video PACP Inspections " Storm and Sanitary Systems Inspection and Cleaning Services * Two in House Certified NASSCO PACP/MACP/LACP Trainers * Full Horizontal Construction Division Specializing in Sidewalks, C&G, Paving * Three Full Time Pipe Bursting / Slip Lining Crews * Cementitious and Epoxy Manhole Rehabilitation • Full Line or Point Repair Sanitary and Storm Sewers * Drainage Installation up to 80" Diameter * Lateral Service Line Inspections, Installations, and Lining • Repair of Lines using Sealing, Grouting, and Sectionals Liners " Full Line CIPP Lining 6"-72" Headquarters: 18001 Old Cutler Road, #554, Miami, FL 33157 * (877) 637-9665 * F (877) 637-9659 Offices: Miami, FL * Orlando, FL * Tampa, FL * Kernersville, NC * Atlanta, GA * Pineville,NC www.EWSG.com * email: Info@ewsg.com • • • ENVIR( WASTE SERVICES GROUP A new drainage system is designed to drain in a matter of minutes. It is recommended that regular maintenance is performed on your drainage system at least once a year to ensure proper water flow. Without appropriate care, leaves, sediment, and trash accumulate, pipes corrode, tree roots perforate the pipes, cracks appear in the system, and oil and tire particles from cars build up sludge. These factors cause an obstruction of proper drainage and cause pipe performance to deteriorate, thus rendering your drainage system useless. EnviroWaste has the necessary equipment and experience to identify the problem and quickly and efficiently correct it as well. Honorably Serving the Entire Southeaster United States! CCTV Video Inspection EnviroWaste's CCTV (closed captioned television) inspection uses custom controlled cameras to locate wreckage within the pipes. Our remote -controlled cameras operate on a four-wheel sled and allow the customer to see the exact condition of their drainage system to identify the problem and its severity. EWSG even offers a new technology that provides cured in place lining services which rehabilitates damaged pipes of any diameter without the costly excavation, while keeping disruptions of service to the very minimum. Headquarters: 18001 Old Cutler Road, #554, Miami, FL 33157 * (877) 637-9665 * F (877) 637.9659 Offices: Miami, FL * Orlando, FL * Tampa, FL * Kemersville, NC * Atlanta, GA * Pineville,NC www.EWSG.com * email: info@ewsg.com ENVIR() WASTE SERVICES GROUP Sewer and Drain Cleaning EnviroWaste Services Group has been providing Florida with sewer and drain cleaning services since 1998. EnviroWaste uses the latest, most advanced storm drain cleaning equipment to serve your maintenance and emergency needs. EnviroWaste has the Southeastern United State's largest fleet of JetNac trucks are specially designed to restore your system to optimal conditions. Unlike "Septic Tank" trucks, which only suck trash out of the manhole, our superior trucks are specially designed to clean catch basins and lines and come equipped with a jet hose with a high-pressure nozzle to completely clear out the pipe walls and a powerful vacuum to dislodge and remove the debris and blockage to provide maximum water flow. EWSG also provides root cutters to properly remove intrusive roots without using chemicals. EnviroWaste Services Group Inc., specializes in the cleaning of storm -water drainage systems and sewers. EWSG provides any services related to storm and sanitary sewers for private clients, commercial industries, municipalities, DOT, government agencies, and more! Before Sewer Cleaning Headquarters: 18001 Old Cutler Road, #554, Miami, FL 33157 * (877) 637-9665 * F (877) 637-9659 Offices: Miami, FL * Orlando, FL * Tampa, FL * Kemersville, NC * Atlanta, GA * Pineviile,NC www.EWSG.com * email: info@ewsg.com •