Loading...
HomeMy Public PortalAbout19-9666 Piggyback on the City of Hollywood for Envirowaste Group Sponsored by: City Manager RESOLUTION NO. 19-9666 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING THE CITY MANAGER TO PIGGYBACK ON THE CITY OF HOLLYWOOD'S CONTRACT WITH ENVIROWASTE SERVICES GROUP, INC. (EXHIBIT "A"), TO PERFORM GRAVITY SEWER ASSESSMENTS FOR SYSTEMS 5, 7 AND 8, IN AN AMOUNT NOT TO EXCEED $49,492.95; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Opa-locka is in need of gravity sewer assessments for systems 5, 7 and 8; 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. (EXHIBIT "A") to perform gravity sewer assessments for systems 5, 7 and 8, in an amount not to exceed $49,492.95. NOW THEREFORE, BE IT RESOLVED THAT 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 hereby authorizes the City Manager to piggyback on the City of Hollywood's contract with EnviroWaste Services Group, Inc. (EXHIBIT "A") to perform gravity sewer assessments for systems 5, 7 and 8, in an amount not to exceed $49,492.95. Resolution No. 19-9666 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, and is subject to the approval of the Governor of the State of Florida or his designee. PASSED AND ADOPTED on this 12th day of June, 2019. MATTHEW A.PIGATT MAYOR Attest to: Approved as to form and legal sufficiency: it ( " Joa l a Flores THE BROWN LAW GROUP, LLC Ci Clerk City Attorney Moved By: VICE MAYOR DAVIS Seconded By: COMMISSIONER BURKE Commission Vote: 4-0 Commissioner Kelley: NOT PRESENT Commissioner Bass: YES Commissioner Burke: YES Vice Mayor Davis: YES Mayor Pigatt: YES • City of Opa-Locka Agenda Cover Memo Department Airia Austin Department Director: Director Signature: ` Acting City Newall Daughtrey CM Signature: fri. Manager: Commission 06/12/2019 Item Type: Resolution 0 •inance 0 fer Meeting Date: X (EnterXin box) Fiscal Impact: Ordinance Reading: 1st Reading 2"d Reading (Enter X in box) Yes No (Enter X in box) $49,492.95 X Public Hearing: Yes No Yes No (EnterXin box) x x Funding Source: (Enter Fund Advertising Requirement: Yes No Account# &Dept) (EnterXin box) X Ex: Sewer 35-535540 Services Division Contract/P.O. Yes No RFP/RFQ/Bid#: RFP# Required: X Piggyback Contract (EnterXin box) Strategic Plan Yes No Strategic Plan Priority Area: Strategic Plan Obj./Strategy: Related X Enhance Organizational - (list the specific objective/strategy this (EnterXin box) Bus.&Economic Dev item will address) Public Safety Quality of Education C7 Qual.of Life&City Image Communication Sponsor Name City Manager Department: City Manager Short Title: CCTV Evaluation of Pump Stations 5,7,and 8,Gravity Systems. Staff Summary: The purpose of this request is to piggyback existing contract from the City of Hollywood, for qualified professional services to conduct gravity sewer system assessment in the City of Opa-locka. This project will have a fiscal impact of$49,492.95;this will allow us to determine the extent of decay in these systems 5,7, and 8, it is the first step at bringing us into compliance with the consent agreement with Dade County. Proposed Action: Staff recommends approval of this piggybacking of an active contract from City of Hollywood as a first step at addressing the current Moratoriums that continue to prevent commercial business growth in these areas. Attachment: 1. Agenda 2. EnviroWaste Services Group, Inc. 3. Active contract with the City of Hollywood. nviro T• aste Services Group , Inc . ENVIROWASTE SERVICES GROUP, INC. 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 April 24, 2018(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 govern 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 cleaning and cctv Citywide Basin#1 unit Unit price Total Sewer main line cleaning and cctv inspection 18,883 LF $1.95 $36,821.85 (6"to 12" line) Basin #2 Sewer main line cleaning and cctv inspection 9,389 LF $1.95 $18,308.55 (6"to 12" line) Basin #3 Sewer main line cleaning and cctv inspection 17,719 LF $1.95 $34,552.05 (6"to 12" line) Basin #4 Sewer main line cleaning and cctv inspection 24,412 LF $1.95 $47,603.40 (6"to 12" line) Basin#5 Sewer main line cleaning and cctv inspection 2,982 LF $1.95 $5,814.90 (6"to 12" line) Basin#6 Sewer main line cleaning and cctv inspection 20,332 LF $1.95 $39,647.40 (6"to 12" line) Basin #7 Sewer main line cleaning and cctv inspection 4,891 LF $1.95 $9,537.45 (6"to 12" line) Basin #8 Sewer main line cleaning and cctv inspection 17,508 LF $1.95 $34,140.60 (6"to 12" line) Basin#9 Sewer main line cleaning and cctv inspection 9,370 LF $1.95 $18,271.50 (6"to 12" line) Basin #10 Sewer main line cleaning and cctv inspection 13,184 LF $1.95 $25,708.80 (6"to 12" line) Basin#11A Sewer main line cleaning and cctv inspection 39,592 LF $1.95 $77,204.40 (6"to 12" line) Sewer main line cleaning and cctv inspection 2,641 LF $1.95 $5,149.95 (14"to 24" line) Basin#11B Sewer main line cleaning and cctv inspection 30,534 LF $1.95 $59,541.30 (6"to 12" line) Basin#11C Sewer main line cleaning and cctv inspection 3,660 LF $1.95 $7,137.00 (6"to 12" line) Basin#12 Sewer main line cleaning and cctv inspection 17,956 LF $1.95 $35,014.20 (6"to 12" line) Basin #14 Sewer main line cleaning and cctv inspection 9,864 LF $1.95 $19,234.80 (6"to 12" line) Basin#15 Sewer main line cleaning and cctv inspection 1,197 LF $1.95 $2,334.15 (6"to 12" line) Basin#16 Sewer main line cleaning and cctv inspection 4,456 LF $1.95 $8,689.20 (6"to 12" line) Total= $484,711.50 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 Director of Operations TITLE TITLE 4/24/2018 DATED DATED r►-S sss ii "5 / 4`ANN NOp O O. II 1 DIAMOND cm City of Hollywood MIR COLD MAST Department of Public Utilities x.01 �?kpoaATE� 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 By: Clece Aurelus, P.E. Title: Engineering Support Services Manager ACCEPTANCE OF NOTICE This /04' day of dr 2018 By: /Y' �--- Title: JG!r'O f"O (TYI 1 7KSiot of CM 204 Rev. 7/15/09 EnvireWaste Services Group Inc i800i Old Cutler Rd# Miami,FL 33157 PROJECT 16-7081 877.637-9665 877-637-9559 CITY OF HOLLYWOOD CONTRACT DOCUMENTS AND SPECIFICATIONS FOR GRAVITY SEWER SYSTEM CONDITION ASSESSMENT AND RENEWAL AND REPLACEMENT(INFLOW/INFILTRATION- I/I) EXCAVATED POINT REPAIRS NOVEMBER 2016 aye .,.,.•.•. eiraimmoimmomma. ip 1 lell 0 .............._ _4A/ :re: w, , •;70.,,,biso 1,, fir;4„,, _. ,,, ,,:e ,..,., a......, „.„ As) ,.).,.....7:? ..1.,..„: . ,lit ■G -ig■9 ....a.: RS tit 11 1 .f t 1 11 I \ i 1 if Y 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 Ill)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) (SEAL) (Signature of Individual) 16-7081 Gravity Sewer System Assessment and Renewal and Replacement(Inflow/Infiltration I/I)Excavated Point Repairs 00300-2 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: (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 I/I) 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(Ill)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 Point repairs and 6 inch through 10 inch 1 gravity pipe(up to 6 feet in depth) EA 40 4,750- 190,000 Point repairs and 6 inch through 10 inch 2 gravity pipe(6 to 8 feet in depth) EA 20 5,000- 100,000 Point repairs and 6 inch through 10 inch 3 gravity pipe(8 to 10 feet in depth) EA 10 6,850- 68,500- Point repairs and 6 inch through 10 inch 4 gravity pipe(10 to 12 feet in depth) EA 1 8,750- 8,750- Point repairs and 6 inch through 10 inch 5 gravity pipe(12 to 14 feet in depth) EA 1 10,000- 10,000 Point repairs and 6 inch through 10 inch 6 gravity pipe(14 to 16 feet in depth) EA 1 12,000- 12,000 Point repairs and 12 inch through 15 inch 32,000- gravity pipe(up to 6 feet in depth) EA 5 6,400- Point repairs and 12 inch through 15 inch 8 gravity pipe(6 to 8 feet in depth) EA 5 7,500- 37,500- Point repairs and 12 inch through 15 inch 9 EA 3 10,000- 30,000 gravity pipe(8 to 10 feet in depth) Point repairs and 12 inch through 15 inch 10 gravity pipe(10 to 12 feet in depth) EA 2 11,000- 22,000 Point repairs and 12 inch through 15 inch 11 gravity pipe(12 to 14 feet in depth) EA 1 14,000- 14,000 Point repairs and 12 inch through 15 inch 12 gravity pipe(14 to 16 feet in depth) EA 1 15,000- 15,000 Point repairs and 18 inch through 21 inch 13 gravity pipe(up to 8 feet in depth) EA 1 9,500- 9,500- Point repairs and 18 inch through 21 inch 14,000- 14 gravity pipe(8 to 12 feet in depth) EA 1 14,000- Point repairs and 18 inch through 21 inch 15 gravity pipe(12 to 16 feet in depth) EA 1 17,500- 17,500 16 Excavate,cut and reinstall new 8 inch FM EA 1 7,500 connection. No bypass(See Note#7) 7,500- Excavate, cut and reinstall new 12 inch FM 17 connection. No bypass(See Note#7) EA 3 8,500- 25,500 Excavate,cut and reinstall new 16 inch FM 18 connection. No bypass(See Note#7) EA 1 10,500- 10,500 Excavate,cut and reinstall new 20 inch FM 19 connection. No bypass(See Note#7) EA 2 13,000- 26,000- I of4 BID BASE CONTRACTOR MUST PROVIDE UNIT PRICE FOR EACH LINE ITEM Item Description Units Qty Unit Price Total Excavate,cut and reinstall new 24 inch FM 20 connection. No bypass(See Note#7) EA 1 17,500- 17,500 Install polyethylene fused-on saddle(open 21 Trench) EA 10 950- 9,500- Sewer main cleaning and TV inspection(6 22 inch through 12 inch) L.F. 6,000 1.95 11,700- Sewer main cleaning and TV inspection(14 23 inch through 24 inch) L.F. 750 3.50 2,625- Sewer main cleaning and TV inspection(30 24 inch through 36 inch) L.F. 800 4.00 3,200- Sewer main cleaning and TV inspection(42 25 inch through 48 inch) L.F. 500 9.00 450- Sewer lateral cleaning and TV inspection from 26 main toward the private property(up to 30 EA 20 450- 9,000- feet) Sewer lateral cleaning and TV inspection from 27 main toward the private property(beyond 30 EA 1 15- 15- feet) Sewer lateral cleaning and TV inspection from 28 cleanout(up to 30 feet) EA 1 375- 375- Sewer lateral cleaning and TV inspection from 29 cleanout(beyond 30 feet) EA 1 15- 15- Mechanical root or grease removal(12 inch 30 and smaller) L.F. 500 7.50 3,750- Mechanical root or grease removal(15 inch to 31 21 inch) L.F. 500 10- 5,000- Mechanical tuberculation/concrete removal 32 (12 inch to smaller) L.F. 500 10- 5,000- Mechanical tuberculation/concrete removal 33 (15-inch to 24-inch) L.F. 100 12- 1,200- Mechanical tuberculation/concrete removal 3,000- 34 (30 inch to 36 inch) L.F. 100 30- Mechanical tuberculation/concrete removal 35 (42 inch to 48 inch) L.F. 100 45- 4,500- Grout 8 inch pipe abandoned(up to 12 feet 35 depth) L.F. 1,500 12- 18,000- Grout 12 inch pipe abandoned (up to 12 feet 37 depth) L.F. 450 15- 6,750- Grout 16 inch pipe abandoned(up to 12 feet 38 depth) L.F. 2,500 19- 47,500- Grout 24 inch pipe abandoned (up to 12 feet 39 depth) L.F. 100 34- 3,400- Install CIP sectional pipe liner,8 inch to 12 40 inch diameter(8 feet in length, all depths) EA 10 3,000- 30,000- Install CIP sectional pipe liner, 15 inch to 18 41 inch diameter(8 feet in length, all depths) EA 1 4,000- 4,000- Install CIP sectional pipe liner,24 inch 42 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 Protuding service connection removal by 43 internal means. EA 1 500- 500- Exploratory excavation in grass area(up to 5 44 feet depth) EA 20 450- 9,000- Exploratory excavation in asphalt or concrete 45 area(up to 5 feet depth) 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 DAY 6 1,000 6,000 sewer) 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 DAY 1 4,500- 4,500 sewer) 51 Bypass pumping(42 inch and 48 inch sewer) DAY 1 6,000- 6,000- 52 Cleanout Installation in grass area(up to 5 EA 10 800- feet in depth) 8,000- 53 Cleanout Installation in asphalt area(up to 5 EA 1 1,100- feet in depth) 1,100 54 Cleanout Installation in concrete area(up to 5 EA 1 1,150 feet in depth) 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 of4 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 EA 10 10- 20) 1- Work in rear yard easement(Items 57 through 69 59 and items 65 through 69) EA 40 1- 40- 70 Expedited mobilzation(within 24 hours of EA 1 request) 2,000- 2,000- Additional excavation(more than 2 feet below 71 the pipe),disposal of muck,furnish and install C.Y. 500 5- 2,500- additional backfill materials 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- Undefined Allowance, cost allowance for work as directed by Engineer and upon 74 authorization by the City of Hollywood Director L.S. 1 $100,000.00 $100,000.00 of Public Utilities due to undefined conditions. TOTAL BASE BID FOR COMPLETE PROJECT: 1,166,705.00 TOTAL BASE BID IN WRITING: one million one hundred sixty six thousand seven hundred five dollars NOTES: 1 REFER TO SECTION 01025 FOR ADDITIONAL DESCRIPTION OF ITEMS. 2 SUBSTANTIAL COMPLETION SHALL BE AS DEFINED IN THE PROJECT SCHEDULE IN THE SUPPLEMENTARY GENERAL CONDITIONS(SGC'S). 3 CLOSEOUT SHALL BE COMPLETED WITH IN 730 DAYS FROM THE ISSUANCE OF THE"NOTICE TO PROCEED". 4 THE CONTRACT SHALL BE BASED UPON THE SUM OF THE TOTAL BASE BID. 5 WORK ORDERS WILL BE ISSUED AS PROBLEM AREAS ARE IDENTIFIED. 6 ANY BID PROPOSAL ITEMS DEEMED UNBALANCE BY THE CITY WILL BE REJECTED. LINE ITEMS 16-20, INCLUDES THE COST FOR INSTALLING CLOSURE PIECES TO PERMANENTLY REJOIN AND 7 RESTORE THE FORCE MAIN TO FULL FUNCTION OR NOT. PAYMENT FOR THESE ITEMS SHALL PROVIDE FULL COMPENSATION FOR ALL NECESSARY AND REQUIRED WORK(TRAFFIC CONTROL,ALL LABOR,MATERIALS AND EQUIPMENT)REQUIRED TO PROVIDE A COMPLETE AND ACCEPTABLE PIPE INSTALLATION. 4 of 4 Approved Bid Bond APPROVED BID BOND (Construction) STATE OF FLORIDA COUNTY OF Broward CITY OF HOLLYWOOD KNOW ALL MEN BY THESE PRESENTS: That we EnviroWaste Services Group, Inc. ,as Principal,and__ Hartford Fire Insurance Company ,as Surety, are held and firmly bound unto the City of Hollywood in the sum of Ten Percent of Amount Bid Dollars($ 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 December 15, 2016 fan 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 seals this 28th day of November , 2016 . the name and corporate seal of each corporate party being hereto affixed and these presents duty 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 Printed Name of Individual Witness Address City of Hollywood Page 2 of 4 Approved Bid Bond WHEN THE PRINCIPAL IS A CORPORATION: attest Z' A,�- EnviroWaste Services Group, Inc. Secretary Name of Corporation 18001 Old Cutler Rd#554 Business Address Miami, FL 33157 By (Affb(Corporate Seal) C( 4 RSA. Printed Name // PeS(de., t Official Title CERTIFICATE AS TO CORPORATE PRINCIPAL I, gA, (3,44 certify that I am the secretary of the Corporation named as Principal In the attached bond;that Ac.ecwh / a'4-' who signed the said bond on behalf of the Principal,was then Peso, - of said Corporation;that I know his signature,and his signature thereto is genuine and that said bond was duty signed,sealed and attested for and on behalf of said Corporation by authority of its governing body. k,P� Secretary (Seal) City of Hollywood Page 3 of 4 Approved Bid Bond TO BE EXECUTED BY CORPORATE SURETY: / ' (2L/i2/) Hartford Fire Insurance Company Se Kathr 4 Ilen Corporate Surety One Hartford Plaza Business Address Hartford 1 By: (Affix Corporate Seal) Stephen A. Vann Attornsy-In-Fact Lockton Companies, LLC Name of Local Agency 3280 Peachtree Rd. NE, Ste. 250 Business Address Atlanta, GA 30305 STATE OF *6eeria' Pr-i-, COUNTY OF-Fu , CITY OF eta- VUw,t Before me,a Notary Public,duly commissioned,qualified and acting,personally appeared Stephen A. Vann to me well known, who Being by me first duty 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 to execute the foregoing bond on behalf of the CONTRACTOR named therein In favor of C�he t of Hollywood,Florida. Subscribed and sworn to before me this 28th day o f November I r 016 Commission Number'‘ � 133\�7 Notary Public, Its of Florida ago/ I t e -P-FA--letekey L il c. a My Commission moires: �72� Printed Name of Notary 'A " LEYMA C. MATOZINHO MY COMMISSION oFr13313; City of Hollywood `•;rF�F ,4;= EXPIRES June 16, 2018 Page 4of4 (401)391.0153 FloridatiotaryService corn Direct Inquiries/Claims to: THE HARTFORD One POWER OF ATTORNEY cut Connecticut 06155 Bond.Claimst thehartford.com call:888-266-3488 or fax:860-757.5835 Agency Name: LOCKTON COMPANIES LLC KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 20-263835 X Hartford Fire Insurance Company,a corporation duly organized under the laws of the State of Connecticut X Hartford Casualty Insurance Company,a corporation duly organized under the laws of the State of Indiana X 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 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 : 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. .e1t .— �ttttts' Ny o L y \r; rf�a.nie.rii a 111 7 i 4 ayj '41r, aT a �j�» °: 1957 .�� ♦ t� s • • � ? �:t ,� .Si+4iv i?`a.tnt,aa ° l rrtYil fi ^`110 4e �0.� tr./0 .Z / ^ John Gray,Assistant Secretary M.Ross Fisher,Senior Vice President STATE OF CONNECTICUT ss. Hartford 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. µ.3r 1tOfAMi /' rO •��� o Mora M.Slranito 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 ND/Cry-126r "lib 1 (- Signed and sealed at the City of Hartford. anl. :,I � °'a,19674.i a tOtf J0° '�+ym ew'( ^ essoft .4rT }t{ �. ! 'a�trrt' r�attita► i {'^t t979 1917%1F tirr.:1" .'.eaR° ip f��a • '••.�h,gvs �naa' \:R • Kevin Heckman,Assistant Vice President r(A 2016 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 limite• to, t - rench Safety Act". Wit -s Signature Contractor's Signat re "-3W t.'I0 Eduardo Barba Witness Printed Name Printed Name 18001 Old Cutler Rd, #554 President Witness Address Title 12/12/16 12/10/16 Date Date - END OF SECTION- 16-7081 Gravity Sewer System Assessment and Renewal and Replacement(Inflow/Infiltration I/I)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.barbac envirowastesg.com - 3. Contractor's License (attach copy): CGCI520877 _ 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). Total Contracted Name of Project City Contract Date of Completion Value Completion to Date Sarasota Office 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 III)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. Work to be Performed Subcontractor's Name/Address 1. none 2. 3. 4. 5. 6. 7. 8. 9. 10. NOTE: Attach additional sheets if required. - END OF SECTION - 16-7081 Gravity Sewer System Assessment and Renewal and Replacement(Inflow/Infiltration Ill)Excavated Point Repairs 00420-4 7. , • STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION . CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487-1395 '``&te ,.,` 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 STATE OF FLORIDA from architects to yacht brokers,from boxers to barbeque DEPARTMENT OF BUSINESS AND restaurants,and they keep Florida's economy strong. PROFESSIONAL REGULATION Every day we work to improve the way we do business in order CGC1520877 ISSUED: 06/30/2016 to serve you better. For information about our services,please log onto www.myfloridalicense.com. There you can find more CERTIFIED GENERAL CONTRACTOR information about our divisions and the regulations that impact BARBA. EDUARDO JOSE you,subscribe to department newsletters and learn more about ENVIROWASTE SERVICES GROUP, INC. 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, IS CERTIFIED under the provisrors of Ch 489 FS and congratulations on your new license! "�'"31 ^''° DETACH HERE RICK SCOTT,GOVERNOR KEN LAWSON,SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD LICENSE NUMBER i . . CGC1520877 14, The GENERAL CONTRACTOR Named below IS CERTIFIED Under the provisions of Chapter 489 FS. Expiration date: AUG 31. 2018 BARBA, EDUARDO JOSE •,f?'� ❑ ENVIROWASTE SERVICES GROUP. INC. •- `� 18001 OLD CUTLER RD 554 :. g •J , r MIAMI FL 33157 •� _•� ;$,,. • • ISSUED: 06/30/2016 DISPLAY AS REQUIRED BY LAW SEQ# L1606300000758 ©nviro aste Services Group , Inc . 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 amiamibeachfl.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 l&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 ©nviro aste Services Group , Inc . 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(�sunrisefl.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.envirowastesq.com * email: info @envirowastesg.com Qnviro aste Services Group , Inc . 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 ©nviro T• aste Services Group , Inc . • Owner: City of Ocala Project Title: Sanitary Sewer System Inspection, Cleaning Budget: $ 1,250,000 Time period: 2008—2016 Scope: ESG has been contracted to provide cleaning and inspection of sanitary sewer as well as smoke testing. Contact: Edwards Earnest Ph: 352-629-8521 Fax: 352-629-8242 Eearnest @ocalafl.org • Project name: S-782 Lateral Sewer Testing —2005-2007 Location: Miami-Dade Water& Sewer Department Budget: $ 3,300,000 (completed at $ 2,450,000) Time period: 2 years Synopsis: ESG was contracted to test approximately 6,000 sanitary sewer service lateral connections in 40 lift stations throughout Miami-Dade County. The lines were tested using the pressure test and/or the smoke test method. This pilot study program, the first of its kind in the U.S., was requested to determine the I&I problems with the lateral connections throughout the County. Contact: Miguel Pichardo 786-258-2573 • Project name: S-793 Sanitary Sewer Service Laterals CIPP Rehabilitation Location: Miami-Dade Water& Sewer Department Budget: $ 500,000 Time period: 2006 Synopsis: ESG was contracted by the Prime Contractor to line 95 sanitary sewer service laterals throughout areas of Miami-Dade County. Contact: Miguel Pichardo 786-258-2573 • Project name: S-803 Sectional Line Repair—2006/2009 Location: Miami-Dade Water& Sewer Department Budget: $ 2,000,000 Time period: Scheduled to complete project within half the allotted time frame. Synopsis: ESG was contracted to clean, CCTV video, and inspect sewer lines throughout Miami-Dade County to determine where a repair is required. The specific repair method used under this contract is sectional lining. Over 2,000 sectionals were installed. Contact: Miguel Pichardo 786-258-2573 • Project name: S-847 Sectional Line Repair—2010-2014 Location: Miami-Dade Water& Sewer Department Budget: $ 2,000,000 Time period: Scheduled to complete project within half the allotted time frame. Synopsis: ESG was contracted to clean, CCTV video, and inspect sewer lines throughout Miami-Dade County to determine where a repair is required. The 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 ©nviro '` aste Services Group , Inc . specific repair method used under this contract is sectional lining. Over 2,000 sectionals were installed. Contact: Miguel Pichardo 786-258-2573 • Project Name: FDOT— Lake County Project Title: Maintenance contract E5J21 Budget: $ 630,000 (completed on time and under budget) Time period: August 2007 — March 2008 Synopsis: ESG was contracted by the FDOT to repair and maintain the storm water system on any of the Department's rights-of-way in Lake County. The primary work duties included CIPP repair of drainage pipes, joint repairs, sealing of drainage pipes and structures, pressure grouting, desilting of pipes, inlets, and culverts, production of video records and written reports. The installation of liners included sizes ranging from 15" to 36". • Project Name: Indian Creek Village Project Title: Rehabilitation of Storm Sewer System Budget: $ 330,000 Time period: July 2006— March 2007 Synopsis: ESG was contracted by the Village to provide various storm sewer services. The scope of services includes CIPP lining, grouting, sectional lining, storm drain cleaning, video inspection, point repairs, repair of inlets and manholes, and site restoration. The installation of liners included sizes ranging from 8"to 36". • Project Name: Lighthouse Point Project Title: Rehabilitation of Storm Sewers on 24th Street Budget: $ 85,000 Time period: Synopsis: ESG was subcontracted by a Prime Contractor to provide various storm sewer services. The scope of services includes CIPP lining, storm drain cleaning, and video inspection. The installation of liners included sizes ranging from 15" to 36". • Project name: Sanitary Sewer Service Laterals CIPP Rehabilitation Location: Kenneth City, FL Budget: $ 60,000 Time period: 2006 Synopsis: ESG was contracted by the Prime Contractor to line 45 sanitary sewer service laterals throughout areas of Kenneth City, FL. • Project name: Sanitary Sewer Evaluation Study & Repairs Location: Homestead Air Reserve Base, FL Budget: $ 126,000 Time period: 2007 Synopsis: The project consisted of evaluating the sanitary sewer system by smoke testing, followed by further evaluation by cleaning and video inspection. 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 dnviro "' aste Services Group , Inc . This resulted in a variety of repair methods such as CIPP lining, CIPP sectional repairs, installing cleanouts, restoration of manholes, raising chimneys, installation of new sanitary pipes, service reinstatement, open cut point repair, chemical grouting of joints, and site restoration. • Project name: Sanitary Sewer Evaluation Study & Repairs Location: Miami International Airport, FL Budget: $ 71,000 Time period: 2007-2008 Synopsis: The project consisted of evaluating the sanitary sewer system by cleaning and video inspection. This resulted in a variety of repair methods such as CIPP lining, CIPP sectional repairs, installing cleanouts, installation of new sanitary pipes, service reinstatement, open cut point repair, chemical grouting of joints, and site restoration. • Owner: Broward County, FL (Water and Wastewater Services) Project Title: Sewer Cleaning /Televising / Grouting /Video Capture Budget: $ 672,150 Time period: August 2008—October 2009 Scope: ESG has been contracted to provide various drainage related contracting services for Broward County, FL, including cleaning, video inspection, chemical grouting, and bypass pumping. • Project Name: FDOT— Broward E4J05 Project Title: Maintenance contract Budget: $ 215,000 per year Time period: 2006-2009 Contact: Brenda Morgan 954-931-6177 Synopsis: ESG was contracted by the FDOT to clean and inspect the storm drainage system within the county. • Project Name: FDOT— Broward County E4G62 Project Title: Maintenance contract Budget: $300,000/year Time period: 2003-2005 Contact: Brenda Morgan 954-931-6177 Synopsis: ESG was contracted by the FDOT to clean and inspect the storm drainage system within the county. • Project Name: FDOT— Miami Dade E6E58 Project Title: Maintenance contract Budget: $ 165,000 per year Time period: 2009-2011 Contact: Mary Lou Karner 305-256-6330 Synopsis: ESG was contracted by the FDOT to clean and inspect the deep well injection system within the county. 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 ©nviro "F' ante Services Group , Inc . • Project Name: FDOT— Miami Dade E6B68 Project Title: Maintenance contract Budget: $ 200,000 per year Time period: 2003-2005 Contact: Mary Lou Karner 305-256-6330 Synopsis: ESG was contracted by the FDOT to clean and inspect the storm drainage system within the county. • Project Name: FDOT— Miami Dade E6B70 Project Title: Maintenance contract Budget: $ 200,000 per year Time period: 2003-2005 Contact: Mary Lou Karner 305-256-6330 Synopsis: ESG was contracted by the FDOT to clean and inspect the storm drainage system within the county. • Project Name: FDOT— Miami Dade E6D75 Project Title: Maintenance contract Budget: $ 200,000 per year Time period: 2006-2007 Contact: Mary Lou Karner 305-256-6330 Synopsis: ESG was contracted by the FDOT to clean and inspect the storm drainage system within the county, large diameter pipes. • Project Name: FDOT— Lake County E5M28 Project Title: Maintenance contract Budget: $ 225,000 per year Time period: 2009 Synopsis: ESG was contracted by the FDOT to clean, inspect, and repair the storm drainage system within the county. • Project Name: FDOT— Deland H-5069 Project Title: Emergency Clean up contract, Hurricane Frances Budget: $ 189,000 Time period: 2004 Synopsis: ESG was contracted by the FDOT to clean the storm drainage system within the county after Hurricane Frances. • Project Name: FDOT— Miami Dade H-6069 Project Title: Emergency Clean up contract, Hurricane Wilma Budget: $ 1,000,000 Time period: 2005 Contact: Mary Lou Karner 305-256-6330 Synopsis: ESG was contracted by the FDOT to clean the storm drainage system within the county after Hurricane Wilma. 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 ©nviro T" ante Services Group , Inc . • Project Name: FDOT— Miami Dade, Key West H-6065 Project Title: Emergency Clean up contract, Hurricane Wilma Budget: $ 200,000 Time period: 2005 Contact: Mary Lou Karner 305-256-6330 Synopsis: ESG was contracted by the FDOT to clean the storm drainage system within the county after Hurricane Wilma. • Project name: Citywide Storm Drain Cleaning - 2006 Location: City of Miami, FL Budget: $ 1,900,000 (in-budget) Time period: 3 months (within 25% of time schedule) Contact: Eli Estevez 305-416-1200 Synopsis: ESG was contracted to perform storm drain cleaning services of various pipe diameters throughout the City of Miami. The project was awarded as a combination of annual maintenance service and Hurricane Wilma emergency service. • Project name: Countywide Storm Drain Cleaning (STDC-4)—2007 Location: Miami-Dade County, FL Budget: $ 1,700,000 Time period: 1 year(completed in 7 months) Contact: Mercededs Barrera 786-256-2625 Synopsis: ESG was contracted to provide maintenance services including the clean out of existing drainage structures and associated culverts throughout Miami-Dade County. The project's scope of work includes hydraulic cleaning and vacuum removal of all foreign material, obstructions, debris, silt, litter, and all other associated work. • Project name: Countywide Storm Drain Cleaning (STDC-9)—2007 Location: Miami-Dade County, FL Budget: $ 1,000,000 Time period: 1 year (completed in 4 months) Contact: Mercededs Barrera 786-256-2625 Synopsis: ESG was contracted to provide maintenance services including the clean out of existing drainage structures and associated culverts throughout Miami-Dade County. The project's scope of work includes hydraulic cleaning and vacuum removal of all foreign material, obstructions, debris, silt, litter, and all other associated work. • Project name: Countywide Storm Drain Cleaning (STDC-11) —2007 Location: Miami-Dade County, FL Budget: $ 1,000,000 Time period: 1 year(completed in 4 months) 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 ©nviro T' aste Services Group , Inc . Contact: Mercededs Barrera 786-256-2625 Synopsis: ESG was contracted to provide maintenance services including the clean out of existing drainage structures and associated culverts throughout Miami-Dade County. The project's scope of work includes hydraulic cleaning and vacuum removal of all foreign material, obstructions, debris, silt, litter, and all other associated work. • Project name: Countywide Storm Drain Cleaning (STDC-12) — 2007 Location: Miami-Dade County, FL Budget: $ 1,000,000 Time period: 1 year (completed in 4 months) Contact: Mercededs Barrera 786-256-2625 Synopsis: ESG was contracted to provide maintenance services including the clean out of existing drainage structures and associated culverts throughout Miami-Dade County. The project's scope of work includes hydraulic cleaning and vacuum removal of all foreign material, obstructions, debris, silt, litter, and all other associated work. • Project name: Hurricane Katrina drain cleaning - 2005 Location: Jefferson Parish, LA Budget: $ 1,200,000 (in-budget) Time period: 1 month (in-time) Synopsis: ESG was contracted to perform storm drain cleaning services of various pipe diameters throughout Jefferson Parish, LA, in response to Hurricane Katrina. ESG mobilized a fleet of jetter/vacuum trucks within 24 hours to assist in clean-up of Parish. • Owner: Town of Miami Lakes, FL Project Title: General Roadway Construction Budget: $ 700,000 Time period: July 2008—July 2012 Scope: ESG has been contracted to provide general roadway construction services for the Town of Miami Lakes, FL including drainage, paving, sidewalks, curbs, gutters, etc. • Owner: FDOT District VI — Miami, FL Project Title: Sidewalk Repair Budget: $ 200,000 Time period: August 2008—August 2011 Scope: ESG has been contracted to provide sidewalk repair for the Florida Department of Transportation. • Owner: City of Miami, FL Project Title: Slab Covered Trench Cleaning Budget: $ 360,000 /year Time period: 2008 —2012 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 Qnviro '' aste Services Group, Inc . Scope: ESG has been contracted to clean slab covered trenches for the City of Miami. REFERENCES Sewer refers to storm and sanitary. • Miami Dade County W&SD(Sewer)— Miguel Pichardo - 786-258-2573 • City of Sunrise(Sewer)— Gio Batista (954) 815-8861 • Town of Cutler Bay(Storm & Construction)—Alfredo Quintero (786) 348-5323 • Village of Pinecrest (Sewer)— Gary Krackenberg (305) 301-9825 • City of Doral (Sewer)—Carlos Arroyo (786) 367-5083 • City of Hollywood(Sewer) —Jose Polanco (954) 921-3930 • City of Coral Gables(Sewer& Construction) — Noel Polo (305)460-5022 • City of North Miami(Sewer) —Wisler Pierre-Louis (305) 895-9838 • City of Miami(Sewer) — Elyrosa Estevez—(305)416-1200 • FDOT (Broward) (Sewer)—Chi Sheu — (954)- 776-4300 • FDOT (Miami-Dade) (Sewer)— Mary Lou Karner— (305) 256-6330 • FDOT (Miami Dade) (Sewer)— Houshang Zahedi — (305) 654-7163 • Miami Dade County Public Works (Sewer)— Mercedes Barrera—(786) 256-2625 • City of North Lauderdale (Sewer)— Glenn Ray— (954) 724-7070 EnviroWaste Services Group, Inc. was incorporated in February of 1998, since that time ESG has grown to be the largest sewer and storm drain cleaning company in the State of Florida. It is the largest minority owned drain cleaning business in the nation. ESG has a fleet of over seventy pieces of heavy/light equipment, with twenty seven jet/vac combination trucks, 17 Television trucks, 9 4,000 gallon pump trucks. EnviroWaste has three hurco smokers, giving us a capability of smoke testing 100,000' per week. ESG counts with over 100 experienced employees. ESG has three general contractors on staff. ESG is an "S" Corporation. Ralph Barba is CEO, Julio Fojon is CIO, and Eduardo Barba is COO/President. Mr. Eduardo Barba is the company's Chief Operations Officer, and has been in the sewer business since 1996. EnviroWaste has cleaned well over 10,000,000 feet of storm drainage systems, 12,000,000 feet of sanitary sewer systems. EnviroWaste does all of their own cleaning and CCTV work, none of it is subcontracted. MISC In addition to the aforementioned information, ESG has been listed recently in Hispanic Business magazine as "One of the 500 Largest" Hispanic companies in the U.S., by Hispanic Business as one of the "Fastest Growing 100 Hispanic Companies" in the US, by Inc. magazine as one of the "100 Fastest Growing Inner City Companies" in the US and by Inc. as one of the 5000 Fastest Growing Private Businesses in the US. 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 EnviroWaste Fleet ID 1 MAKE 1 MODEL ICOLOF1YEAF1LOCd TAG 1 VIN /FUEL VACTQRS&AWC4 FIS 154 International Vactor White 2009 M M029QX 1HTMMAAL89H145468 Diesel 156 International Vactor White 2009 0 M028QX 1HTMMAALX9H145469 Diesel 162 Sterling Vac-Con White 2007 M Diesel 146 Sterling Vactor White 2007 M N6136R 2FZHAZDEO7AW65766 Diesel 147 Sterling Vactor White 2007 M N5956M 2FZHAZDE27AW65767 Diesel 150 Sterling Vactor White 2007 0 N2890N 2FZHATDC87AX52875 Diesel 152 Sterling Vactor White 2007 0 N2891N 2FZHATDCO7AX52658 Diesel 153 International Vactor White 2007 M N2903N 1HTWGAZT57J564811 Diesel 145 Sterling Vactor White 2007 M N8722L 2FZHAZDE87AW65434 Diesel 151 Sterling Vactor White 2007 M N2892N 2FZHATDC67AX52874 Diesel 134 Sterling Vactor White 2006 0 N5809J 2FZHATDCX6AV69217 Diesel 136 International Vactor White 2006 M M7077P 1HTWHAAT86J253378 Diesel 137 International Vactor White 2006 M N5808J 1HTWGAZT86J293063 Diesel 141 Sterling Vactor White 2006 T N8482K 2FZHATDC46AW65909 Diesel 143 Sterling Vactor White 2006 M N8679L 2FZHATDC76AW65421 Diesel 149 Sterling Vactor White 2006 M N5959M 2FZHAZDE56AW65714 Diesel 139 Sterling Vactor White 2006 M N3424K 2FZHATDC96AV69225 Diesel 142 Sterling Vactor White 2006 M N8678L 2FZHATDCO6AW65910 Diesel 127 Sterling Vactor White 2005 0 N7057F 2FZHATDCO5AN67474 Diesel 132 Sterling Vactor White 2005 0 N9156H 2FZHATDC45AU85067 Diesel 161 Sterling Vac-Con White 2005 M N5827T 2FZHATDC65AU10385 Diesel 126 Sterling Vactor White 2004 0 N8624P 2FZHATAK64AL76085 Diesel 160 Sterling Vac-Con White 2004 M N5828T 2FZHATDC24AM47917 Diesel 157 Sterling Vac-Con White 2002 H N6487P 2FZHAZAS62AK52978 Diesel 116 Ford Vac-Con White 1998 M N2286P 1 FDYN80F7WVA40395 Diesel TV qC#W 306 Ford E-450 White 2008 M 600KMQ IFDXE45P38DA38836 Diesel 316 Ford S7A- White 2012 S BN72656 NMOLS7AN8CT086572 Gas 315 Ford S7A- White 2012 M BN72655 NMOLS7AN6CT086571 Gas 317 Ford S7A- White 2012 H BRV8046 NMOLS7ANXCT125212 Gas 318 Ford S7A- White 2012 M BRV8047 NMOLS7AN5CT125215 Gas 309 Ford E-450 White 2008 0 659VER 1FDAF56R58ED86978 Diesel 310 Ford F-650 White 2008 0 658VER 3FRWF65C68V668017 Diesel 308 Ford E-450 White 2008 M 2600GA IFDWE45P68DB04081 Diesel 311 Ford E-450 White 2008 0 6600GA 1FDWE45P28DB52810 Diesel 305 International 4300 White 2006 0 811JVT 1HTMMAAM76H239572 Diesel 307 Ford E-450 White 2006 0 995KMP 1FDXE45P36DB37539 Diesel 301 Ford E-450 White 2003 0 891HVS 1FDXE45F23HB85626 Diesel 302 Ford F-550 White 2000 S Q773RJ 1 FDAF56F5YEB20852 Diesel 303 Ford E-450 White 1998 0 V7081Z 1 FDXE47F3WHB98130 Diesel 304 GMC Cab Chassis White 1996 M V7071Z 1GDKP32R4T3500601 Gas 313 GMC C13 White 1993 0 725XDG 1GDJ6S1P6PJ508311 Diesel ROU.OFFSAND.DUMP SUCKS, 144 Sterling LT9500- White 2007 M N5592L 2FZHAZCV77AX37791 Diesel 159 Peterbilt 330 Red 2001 M 2629GA 2NPNLD9X21M565786 Diesel 158 Ford LT-9513 White 1997 M N6490P 1 FDZS96TOWA18608 Diesel 112 Ford FLAT White 1996 M N8623P 1FDXH81E4TVA07679 Diesel 101 Ford L-8000 Yellow 1992 M N3888L 1FDYU82A9NVA04145 Diesel Sterling 1999 2FZNRJBB7XAA81132 164 Ford 5 Series White 1998 M N9470V 3FEXF8016XMAI3953 148 Ford PVT White 1991 M X6961G 1FDXK84POMVA36354 Diesel PICKUP TRUCKS AND.PASSENGER VEHICLES 234 Ford Flatbed White 2007 DVCD35 1FDXF46P57EB19020 Gas 214 Ford F-150 White 2007 M 061IPN 1FTRF12287NA41130 Gas 215 Ford F-150 White 2007 M 067IPN 1FTRF12277NA61496 Gas 216 Ford F-150 White 2007 M 066IPN 1FTRF12297NA78509 Gas 219 Ford F-150 White 2007 0 0681PN 1FTRF12267KC61948 Gas 220 Ford F-150 White 2007 0 062IPN 1FTRF12207NA69374 Gas 223 Ford F-150 White 2007 M H834KG 1FTRF12207KD46025 Gas 225 Ford F-150 White 2007 T 390IUE 1FTRF12237NA78621 Gas 226 Ford F-150 White 2007 0 H580KE 1FTRF12227KD51825 Gas 217 Ford F-150 White 2007 T/S 063IPN 1FTRF12257NA48777 Gas 218 Ford F-150 White 2007 M 069IPN 1FTRF12257KC86694 Gas a 7i 0 r 222 Ford F-150 White 2007 M 0641PN 1 FTRF12227KB93941 Gas 224 Ford F-150 White 2007 H 389IUE 1FTRF12217NA75944 Gas 230 Ford F-350 XL White 2007 M 2630GA 1FTWW32P67EA21453 Diesel 211 Ford F-350 White 2006 M S556ZY 1FTWW32P36EB63919 Diesel 233 Ford F-350XL White 2006 M 817YLF 1 FDWW36P56ED00140 Diesel 212 Toyota TUNDRA Blue 2006 M T515YT 5TBRT34136S478365 Gas 208 Ford F-150 Silver 2005 0 P556MW 1FTRF12255NB84436 Gas 239 Fprd F-250 White 2008 0 DVCD37 1FTSW20558ED78697 Gas 209 Ford F-150 Grey 2005 0 P559MW 1FTRF12255NC00795 Gas 227 Cadillac Escalade Gold 2004 M W894FN 3GYEK62N04G187263 Gas 232 Chevrolet Cargo Van White 2001 GA 818YLF 1GCHG39R311123756 Gas 213 Ford F-350 White 2001 M AMPI18 1 FTWW33F21 ED60577 Diesel 207 Toyota TUNDRA Green 2001 M X6821G 5TBJN321315128253 Gas 206 Ford F-350 Green 2000 M U326YN 1 FTWX33FXYEA68103 Diesel 205 Toyota TUNDRA RED 2000 M 131XDA 5TBBT4418YS047904 Gas 231 Ford F-550 White 1999 M 2627GA 1FDAF56F3XEA77319 Diesel 236 Ford F-550 White 2006 T DVCD36 1FDAF57P46EB93473 238 Ford F-550 White 2006 DVCD43 1FTWF30P36ED81815 235 Ford F-550 White 2005 M DVCD34 1FDWW36P05EC77168 237 Ford F-550 White 2006 M DVCD42 1FTWW30P66EC57957 510 Lark Trailer White 2010 M ADSJ37 57TBE2029AD018819 509 Eager Beaver Trailer 2007 M 2628GA 112HAN3087L073430 504 Haulmark Trailer 2006 M S528NZ 16HCB12116G081147 507 Haulmark Trailer White 2006 M W613EN 16HGB28216G084895 508 Hooper Trailer Black 2006 M 425XDG 4TOFB182361000741 505 Express Trailer 2005 M 132XDA 5GLBE20225C000121 503 Hooper Trailer 2005 M 423XDG 4TOFB253551004307 502 Anderson Trailer 2004 M W079EB 4YNBN16294CO22097 501 ASPT-All Trailer 2003 M 838JJX N0VIN0200499016 506 Harben Trailer 2001 M U249YS 1U9FS13191A044778 511 Eager Beaver Trailer Yellow 2000 M 816YLF 112H5V326YL054432 601 International Pump Truck White 1995 T N1564V 1HTSDAAN7SH678054 602 International Pump Truck Red 1999 0 N1563V 1 HTGLAET2XH627327 603 International Pump Truck White 1998 T N1565V 1HTSHAAT2WH516521 604 Mack Pump Truck White 1996 T N9069U 1 M2P267C5TM027456 605 Mack Pump Truck White 1997 0 N9066U 1M2P267C5VM030540 606 Mack Pump Truck White 1994 0 N9068U 1M2P264C9RM015792 607 Mack Pump Truck White 1997 T N9067U 1 M2P267C0VM030221 608 WSTR Pump Truck White 1996 T N9070U 2WKPDCJH5TK940470 609 Pump Truck White 2001 T N7733W 1HTSHADR51H401801 610 Freightliner White 1998 T N7732W 1FUYDTDB1WL943552