Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
ITB-19-232-01 EnviroWaste Services Group Inc
CONTRACT NO. 19-232-01 MIAMIBEACH City of Miami Beath, 1755 Meridian Avenue, 3'd Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490, Fax: 786-394-4235 SENT VIA E-MAIL TO: juliofolon@ewsq.com March 4, 2020 Julio Fojon EnviroWaste Services Group, Inc. 18001 Cutler Road, No. 554 Miami, FL. 33157 Phone: 305-637-9665 RE: NOTICE OF AWARD OF CONTRACT PURSUANT TO INVITATION TO BID (ITB) NO. 2019-232-AY, FOR OUTFALL CLEANING AND MAINTENANCE SERVICES. Dear Mr. Fojon, On September 26, 2019, EnviroWaste Services Group, Inc., submitted to the City of Miami Beach, Florida (the "City") a bid in response to the above-referenced ITB. The ITB stipulates, pursuant to Section 0200, Sub-Section 16, Binding Contract, that the approval of the City Manager's recommendation by the Mayor and City Commission shall constitute a binding Contract between the City and the awarded bidder. Accordingly, this letter shall serve as official notice from the City that the Mayor and Commission, at its February 12, 2020 meeting, approved the City Manager's recommendation, pursuant to the ITB to award a contract to EnviroWaste Services Group, Inc. (the "Contractor") for outfall cleaning and maintenance services. No services may be performed until such time as the City has issued a Purchase Order. If you have any questions regarding this letter of notification of award, you may contact Valerie Velez, Contract Analyst, Procurement Department, at ValerieVelezamiamibeachfl.qov or at 305.673.7490. Otherwise, all other questions should be addressed to the Contract Manager for this contract, Stanley Payne Public Works Department, at StanleyPayne(a7miamibeachfl.gov or (305) 673-7000 ext. 22343. Sincerely, Ale F D Is 'rector Procurement Department AD/ME/AG VVe oh' cornak'tted k> pioviding c-wceiter )1k: ,seivico and safety fit all who Ike, work, Qrld ploy in our vibront, tropical, historic corn/14;04y. C O N T RA C T N O. 19-232-01 MIAMI BEACH City of Miami Beach, 1755 Meridian Avenue, 3' Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305673-7490, Fox: 786-394.4235 SENT VIA E-MAIL TO: juliofojon @ ewsg.com March 4, 2020 Julio Fojon EnviroW aste Serv ices G ro up, Inc. 18001 C utler Road, No. 554 M iam i, FL. 33157 Ph on e: 305-637-9665 RE: NO TICE O F AW ARD O F CO NTRA CT PURSUA NT TO INV IT ATIO N TO BID (1TB) NO . 2019-232-AY, FOR O UTFA LL C LEA NING AND M A INTENANCE SERVICES. D ear M r. Fojon, O n S eptem ber 26, 2019, Enviro W aste Serv ices G ro up, Inc., subm itted to the City of M iam i Beach, Florida (th e "Ci ty") a bid in response to the above-referenced 1TB. The 1TB stipulates, pursuant to Section 0200, Sub-Section 16, Bi ndi ng Contract, that the appro val of the City Manager's recom m endation by the Mayor and City Com m ission shall constitute a binding C ontract betw een the City and the aw arded bidder. A ccordingly, this letter shall serv e as official notice from the City that the Mayor and Com mission, at its February 12, 2020 m eeting, approved the City Manager's recom m endation, pursuant to the 1TB to aw ard a contract to Enviro W aste Services G ro up, Inc. (th e "Con tra ct or") for outfall cleaning and m aintenance services. No serv ices may be perform ed until such tim e as the City has issued a Purchase O rder. If you have any questions regarding this letter of notification of award, you m ay contact Valerie V elez, C ontract A nalyst, Pro curem ent Departm ent, at ValerieVelez@ m iamibeachfl.gov or at 305.673.7490. O therw ise, all other questions should be addressed to the Contract M anager for this contract, Stanley P ayne Public W orks Departm ent, at Stan leyPa yn e@m iam ibe ach fl.goy or (305) 673-7000 ext. 22343. Sincerely, ° -~ct or P rocurem ent Departm ent AD /M E /A G We o re coruntted to providing excellent public service ani salety to all wh o live, work, ond ploy in our vibrant, tropical, historic community ATTACHMENT A RESOLUTION COMMISSION ITEMS AND COMMISSION MEMORANDUM A TT A C H M E N T A R E S O L U T IO N C O M M IS S IO N IT E M S A N D C O M M IS S IO N M E M O R A N D U M Coversheet Page 1 of 2 Competitive Bid Reports - C2 F MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Jimmy L. Morales, City Manager DATE: February 12, 2020 SUBJECT: REQUEST FOR APPROVAL TO AWARD A CONTRACT PURSUANT TO INVITATION TO BID (ITB) NO. 2019-232- AY FOR OUTFALL CLEANING AND MAINTENANCE SERVICES. RECOMMENDATION The Administration recommends that the Mayor and City Commission of the City of Miami Beach, Florida approve the City Manager's recommendation pertaining to bids received, pursuant to ITB 2019-232-AY, Outfall Cleaning and Maintenance Services. BACKGROUND/HISTORY In an effort to maximize the preparedness of the City's infrastructure to deal with stormwater events and minimize the possibility of flooding in certain areas of the City, the Administration issued Invitation to Bid (ITB) 2019-132-AY for outfall cleaning services. The work to be performed includes stormwater pipe and structure cleaning and video inspection. The project consists of the cleaning of stormwater piping, cleaning of catch basins, and cleaning of outfalls. The Contractor shall: • obtain any required permitting for de-watering activities and by-pass pumping that may be needed for videotaping and inspection; • furnish all labor, materials or equipment necessary to accomplish the work; • remove all plugs from the pipes during rainfall, pending rainfall, and at the completion of each day's work; and • dispose of all solids removed from the drainage system in an appropriately licensed landfill. ANALYSIS The ITB was issued on September 5, 2019, with bid opening date of September 27, 2019. The Procurement Department issued bid notices to 1,173 companies utilizing www.publicpurchase.com and www.bidsync.com website. 135 prospective bidders accessed the advertised solicitation. The notices resulted in the receipt of three (3) responses from: EnviroWaste Services Group, Inc., Flotech Environmental, LLC, and Waterfront Property Services, LLC. Subsequent to the due date for bids, Waterfront Property Services, LLC notified the City of the withdrawal of its bid submittal. See Attachment A for a tabulation of the two remaining bids received. The ITB states that the lowest responsive, responsible bidder meeting all terms conditions and specifications would be recommended for award. As noted in Attachment A, EnvironWaste Services Group submitted the lowest overall bid and has been deemed to be responsive to the requirements of the ITB. Further, EnviroWaste has previously provided services to the City and staff reports that they have performed well. EnviroWaste Services Group is a local contractor with over 20 years of experience in supporting storm and wastewater infrastructure for the public sector. The firm has offices and resources servicing a multitude of municipalities throughout the Southeastern USA. FINANCIAL INFORMATION The costs of the related services are subject to funds availability approved through the City's budgeting process. CONCLUSION After reviewing the bids received and the evaluation of staff, I recommend that the Mayor and City Commission of the City of Miami Beach, Florida, approve the award of a contract, pursuant ITB 2019-232-AY for Outfall Cleaning and Maintenance Services, to EnviroWaste Services Group, Inc., as the lowest responsive, responsible bidder to the ITB. Applicable Area Citywide Is this a Resident Right to Does this item utilize G.O. Know item? Bond Funds? No No Legislative Tracking Public Works/Procurement ATTACHMENTS: •-% / 1 1-t ne-% Coversh eet Page 1 of 2 Competitive Bi d R@ports-C2 F MIAMI BEACH COMMISSION MEMORANDUM TO: FROM: DATE: Honorable Mayor and Members of the City Commission Jimmy L. Morales, City Manager February 12, 2020 SUBJECT: REQUEST FOR APPROVAL TO AWARD A CONTRACT PURSUANT TO INVITATION TO BID (1TB) NO. 2019-232- AY FOR OUTFALL CLEANING AND MAINTENANCE SERVICES. RECOMMENDATION The Administration recommends that the Mayor and City Commission of the City of Miami Beach, Florida approve the City Manager's recommendation pertaining to bids received, pursuant to ITB 2019-232-AY, Outfall Cleaning and Maintenance Services. B A CK G R O U ND IH I S TO R Y In an effort to maximize the preparedness of the City's infrastructure to deal with stormwater events and minimize the possibility of flooding in certain areas of the City, the Administration issued Invitation to Bid (1TB) 2019-132-AY for outfall cleaning services. The work to be performed includes stormwater pipe and structure cleaning and video inspection. The project consists of the cleaning of stormwater piping, cleaning of catch basins, and cleaning of outfalls. The Contractor shall: • obtain any required permitting for de-watering activities and by-pass pumping that may be needed for videotaping and inspection; • furnish all labor, materials or equipment necessary to accomplish the work; • remove all plugs from the pipes during rainfall, pending rainfall, and at the completion of each day's work; and • dispose of all solids removed from the drainage system in an appropriately licensed landfill. A N A L Y S IS The ITB was issued on September 5, 2019, wi th bid opening date of September 27, 2019. The Procurement Department issued bid notices to 1,173 companies utilizing www.publicpurchase.com and www.bidsync.com website. 135 prospective bidders accessed the advertised solicitation. The notices resulted in the receipt of three (3) responses from: EnviroWaste Services Group, Inc., Flotech Environmental, LLC, and Waterfront Property Services, LLC. Subsequent to the due date fo r bids, Waterfront Property Services, LLC notified the City of the withdrawal of its bid submittal. See Attachment A for a tabulation of the two remaining bids received. The 1TB states that the lowest responsive, responsible bidder meeting all terms conditions and specifications would be recommended for award. As noted in Attachment A, EnvironWaste Services Group submitted the lowest overall bid and has been deemed to be responsive to the requirements of the 1TB. Further, EnviroWaste has previously provided services to the City and staff reports that they have performed well. EnviroWaste Services Group is a local contractor with over 20 years of experience in supporting storm and wastewater infrastructure for the public sector. The firm has offices and resources servicing a multitude of municipalities throughout the Southeastern USA. FIN A N C IA L IN F O R M A T IO N The costs of the related services are subject to funds availability approved through the City's budgeting process. C O N C L U SI O N After reviewing the bids received and the evaluation of staff, I recommend that the Mayor and City Commission of the City of Miami Beach, Florida, approve the award of a contract, pursuant TB 2019-232-Y for Outfall Cleaning and Maintenance Services, to EnviroWaste Services Group, Inc., as the lowest responsive, responsible bidder to the ITB. A p pl ica b le A re a Citywide Is this a Resident Right to Know item ? No Legislative Tracking Public Works/Procurement Does this item utilize G.O . Bond Funds? No ATTACHMENTS: n /1 / Coversheet Page 2 of 2 Description Attachment A n11 n/rirv-In Coversheet Page 2 of 2 Description n Attachment A 41 (/n Al7ACHMENT A BID TABULATION ITO 201.0.M.Al Company Name: EnviroWaste Services Group, Inc ;recommended tor award' Flotech Environmental, LLC le., . e, ‘, -.,;(- !,. -1' Al . 9 '4" • o ;a 0 I 100 .., Pt , , i.'. Each 0200.0C 530,323.03 00,50000 S150,30 A2 nee Glear..18 -0,24 D6rreler 50 Each 3500.03 525 C3000 $1.200.00 560,,0000 P.', flpa Ceer.ag -25'.16" 0,enheer Each 5500.3n 525.000 OC S1.500.00 570 30 00 fine Cher,n .. 37' A a. a3 neer .50 E,oh 5A1.0" 525,'900 52.000.00 0100,21n 09 AS 00 C eeni% - 49'.77 0 ineter 52 aath $500.00 $25.000.00 $2,000.00 $100,000 CD A6 Ana.41 Fan RI ,10,10 25 0v0k: Yak 533133_ $5 7 h3 (0 S50;0.00 5,2,53000 A7 ilatairn and th'ipos:rg Maegaave-1:e...ne.(5 e 25 2.4 CebeYoM 55100, 512,50.00 .505 00 SI 625 02 s. .... AS dox LA.101,8+0,02. Inv, leer 25 Each 31,5:303 53,',500 00 $ 1,5',..f.06 837,503.00 -z, AID Art*WifiVir' ' SO .10 VOR Teonn -.55100010 ,flei jEee ate 2) ...,,,en ca. ti.00d pee Outfan '0 Eanl. Sl,100 02 $37,50000 $50.00 51,253 00 -,.. 0 ' ' t A i4 .,,: ',-' .." • t 113 Caen $30000 530,00000 $1,500:00 0150001 00 82 P.,,e. CI ,rting - 0'.20." Diarlele. 80 Eeah 5533.00 $25,00000 $1,20000 $62.800.00 83 Poe Cloainen -25 .,6 Dennele, 80 5.P $53000 $25.000.00 51,500.00 575.000 00 114 n.oe Cleaning-31'0:8' DWeetee 50 801 $54.00 525,000.00 52,00000 5133,000.0. 89 n'ae Cleeelm - 4T- r., Dainelef Co"- 5500.00 $25.:0000 $1,00030 010.00000 05 Mom! Pen R .coral 25 Each 535000 58,750.00 $500 CO $12,500.0 07 H9'png,ud smsure 75 Earn 3`81%00 512,510.00 Shla 10 $1.425.08 300 -T -,3 S I` 20 E, I .: $1500.00 037,500 00 51,500 0'3 537,0.00.0 69 :,000e LI ly •U 00, Eel 25 E8C'1 810 deY T ..00 Ued0.3g L m. e eel !See Nole 2! 25 8+0 51500.00 $37,50000 $50.03 51.250 00 • 41 .- T „ ... TIA -...•',- ,.• 4 'it 4 i .. „ 0 • .1. CI (weekdays) 200 ',ors $7509 $15020 OC 555 CO $13,00000 C2 (.01ays 0.er 500 re weekends, andkr Jic;Cay.s; 53 500.03 54,503 05 58530 54,'5000 C3 Err..Tercv - ft:ely Lahr:: Ran. 50 seas 01000 CO 55 . 1 03 100.00 5,030.2' 1.: ' ,, Cnel d Pais4AelerW .00 , -ar., 1 10, .6 £5,50009 ,,:1, .4 206 ' '.? 56,000.0 $ 82,500.00 $1,100,000.00 (letai for Flotech does no: irOode radre ort)r ankaAted u1 Note 2) Mote 1. 13euse of the sensilhifty of this Item and !Se DErn; 70:mi0ing repulred, nas 60+018100030 from the 315. Nate kIn 01CM09, 5. 2110, hIolen nalten Ina 3143 9n3111 vas as cent mo1',10 razing 50000000 Mr MU 6 010).35 0)09 30 300000 10 ns pnee Bar T.+ 6 50, ?Tsp.:1+,01y. In otner wonis, ICS DOM mr 61U is 810 IS 30110113 01550 ($1505 0050), nrA 500 as s':a;ed hid, Vita10 aideers are ;al al4...lwad 1000). Old prices af1e, ;IV ckle dole tar Lids, thhs case Te ae.emenlione4 has no nor) as Floteca he not the nave b ode' and noi for mamerded tit awanl. ATTACHMEN T A BID TABULATION 1 2019-232-A¥ Flo tech Environmental, LLC A7 14 9 $600.00 $500.00 $25.,000.00 $350.39 $8,755.60/ A1% $2,c00.00 $50.00 B 8 2 B83 84 $100,000.c0 $12,500.U0 31,509 02 $12,500.00 $37,5c0.00 $€5.00 $1,560.00 $37,508.00 '±% $50.60 $36,000.00 $25,000.00 $€20.00 $50.00 $350.00 $00.00 $25,000 .00 $25,000.00 $25,0%00.09 $8,750.20 $12,500.00 $1,500.00 $1,200.00 Nte 1, Because of the sensitivity of tis hem ad h DER! permitting required, i has 2een removed #rm the ¡T. $1,500.00 $2,000.00 $2,00 0.00 $50 0.00 35.20 S1,625.60 $37,500.c004 $102,000.00 $12,50 0.00 $1,825.08 (Iota' for FIotech does not indude pricing er r aril a tad in. Not e ?} Note z Un tJeceme! 3. Z019, ho!ecn omeo te Uty ratt vas ts ntent nat 'e pmg su#ed tot A & B+!w3s zo 0e i adcmon ns pce 1or As & ti, tespecety. In other womis I!s pre 1or K1U ti)rs aual $1$0 114520 +$50}, a! $) as sa te& in is bi d, Wtile bidders are t! awed to mn¿it id ices 3ten the due ae tr tic, n ts case the ao:ameninec has no mp3t as Flotech is nt the lo bider and not ercomered fa: ward. ATTACHMENT B SOLICITATION (ITB) AND ADDENDUMS ATT A CH M E N T B SO L IC IT A TI O N (ITB ) AND AD DENDUM S INVITATION TO BID (ITB) OUTFALL CLEANING AND MAINTENANCE SERVICES 2019-232-AY BID ISSUANCE DATE: SEPTEMBER 5, 2019 BID DUE: SEPTEMBER 26, 2019 @ 3:00 PM ISSUED BY: ARJU YUDASTO, PROCUREMENT CONTRACTING OFFICER I PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor, Miami Beach, FL 33139 305.673.7490 x 26695 IArjuYudasto@miamibeachfl.gov I www.miamibeachfl.gov IN V ITA TIO N TO BID (1TB) OUTFALL CLEANING AND MAINTENANCE SERVICES 2019-232-AY BID ISSUANCE DATE: SEPTEMBER 5, 2019 BID DUE: SEPTEMBER 26, 2019@ 3:00 PM ISSUED BY: ARJU YUDASTO, PROCUREMENT CONTRACTING OFFICER I PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3" Floor, Miami Beach, FL 33139 305.673.7490 x 26695 [ArjuYudasto@miamibeachfl.gov www.miamibeachfl.gov MIAMI BEACH TABLE OF CONTENTS SOLICITATION SECTIONS: PAGE 0100 NOT UTILIZED N/A 0200 INSTRUCTIONS TO BIDDERS & GENERAL CONDITIONS 3 0300 BID SUBMITTAL INSTRUCTIONS & FORMAT 16 APPENDICES: APPENDIX A PROPOSAL CERTIFICATON, QUESTIONNAIRE AND AFFIDAVITS APPENDIX B "NO BID" FORM APPENDIX C SPECIFICATIONS APPENDIX D SPECIAL CONDITIONS APPENDIX E COST PROPOSAL FORM APPENDIX F INSURANCE REQUIREMENTS ITB 2019-232-AY 2 MI AI BEA CH TABLE OF CONTENTS SOLICITATION SECTIONS: PAGE 0 10 0 N O T U T IL IZ E D N/A 02 0 0 IN S T R U C T IO N S T O BID D E R S & G E N E R A L C O N D ITI O N S 3 03 0 0 B ID S U B M IT T A L IN S T R U C T IO N S & FO R M A T 16 APPENDICES: A P P E N D IX A P R O P O S A L C E R T IF IC A T O N , Q U E S T IO N NA IR E A N D A FF ID A V IT S A P P E N D IX B "N O B ID " FO R M A P P E N D IX C S P E C IF IC A T IO N S A P P E N DI X D S P E C IA L C O N D IT IO N S A P P E N D IX E C O S T P R O P O S A L FO R M A P P E N D IX F IN S U R A N C E R E Q U IR E M E N T S I1B 2019232A¥ 2 MIAI\AI BEACH SECTION 0200 INSTRUCTIONS TO BIDDERS 1. GENERAL. This Invitation to Bid (ITB) is issued by the City of Miami Beach, Florida (the "City"), as the means for prospective Proposers to submit their qualifications, proposed scopes of work and cost proposals (the "bid") to the City for the City's consideration as an option in achieving the required scope of services and requirements as noted herein. All documents released in connection with this solicitation, including all appendixes and addenda, whether included herein or released under separate cover, comprise the solicitation, and are complementary to one another and together establish the complete terms, conditions and obligations of the Proposers and, subsequently, the successful Bidders(s) (the "contractor[s]") if this ITB results in an award. The City utilizes PublicPurchase (www.publicpurchase.com ) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this ITB. Any prospective Bidder who has received this ITB by any means other than through PublicPurchase must register immediately with PublicPurchase to assure it receives any addendum issued to this ITB. Failure to receive an addendum may result in disqualification of proposal submitted. 2. PURPOSE. The purpose of this bid is to establish a contract, by means of sealed bids, with qualified firm(s) for outfall cleaning and maintenance services for the City of Miami Beach on an as needed basis. The City of Miami Beach estimates the annual budget for this project to be $100,000.00. 3. SOLICITATION TIMETABLE. The tentative schedule for this solicitation is as follows: ITB Issued September 5, 2019 Pre-Bid Meeting September 12, 2019 @ 10:30AM E.T. Deadline for Receipt of Questions September 16, 2019 @ 5:00PM E.T. Responses Due September 26, 2019 @ 3:00PM E.T. Tentative Commission Approval Authorizing Award October 2019 4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: Procurement Contact: Telephone: Email: Arju Yudasto 305-673-7490 x26695 ArjuYudasto • miamibeachfl.lov Additionally, the City Clerk is to be coiled on all communications via e-mail at: RafaelGranadol7r miamibeachfl. ov; or via facsimile: 786-394-4188. The Bid title/number shall be referenced on all correspondence. All questions or requests for clarification must be received no later than ten (10) calendar days prior to the date proposals are due as scheduled in Section 0200-3. All responses to questions/clarifications will be sent to all prospective Proposers in the form of an addendum. 4. PRE-BID MEETING OR SITE VISIT(S). Only if deemed necessary by the City, a pre-bid meeting or site visit(s) may be scheduled. OfflOMMINOMM.MINSSOMMIUMPWOMM40134f4i40%.*440,36MOSMOINONVOMISMIMIPMVAPSIMMI WaktifitlfSATMONP.410XIMMEMINEt ITB 2019-232-AY MI AM/BE A CH SECTION 0200 INSTRUCTIONS TO BIDDERS 1. GENERAL. This Invitation to Bid (1TB) is issued by the City of Miami Beach, Florida (the "City"), as the means for prospective Proposers to submit their qualifications, proposed scopes of work and cost proposals (the "bid") to the City for the City's consideration as an option in achieving the required scope of services and requirements as noted herein. All documents released in connection with this solicitation, including all appendixes and addenda, whether included herein or released under separate cover, comprise the solicitation, and are complementary to one another and together establish the complete terms, conditions and obligations of the Proposers and, subsequently, the successful Bidders(s) (the "contractor[s]") if this 1TB results in an award. The City utilizes PublicPurchase (www.publicpurchase.com) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this 1TB. Any prospective Bidder who has received this 1TB by any means other than through PublicPurchase must register immediately with PublicPurchase to assure it receives any addendum issued to this 1TB. Failure to receive an addendum may result in disqualification of proposal submitted. 2. PURPOSE. The purpose of this bid is to establish a contract, by means of sealed bids, with qualified firm(s) for outfall cleaning and maintenance services for the City of Miami Beach on an as needed basis. The City of Miami Beach estimates the annual budget for this project to be $100,000.00. 3. SOLICITATION TIMETABLE. The tentative schedule for this solicitation is as follows: 1TB Issued September 5, 2019 Pre-Bid Meeting September 12, 2019 @ 10.30AME.T. Deadline for Receipt of Questions September 16, 2019 @ 5:00PM E.T. Responses Due September 26, 2019@ 3:00PM E.T. Tentative Commission Approval Authorizing Award October 2019 4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: The Bid title/number shall be referenced on all correspondence. All questions or requests for clarification must be received no later than ten (1 O) calendar days prior to the date proposals are due as scheduled in Section 0200-3. All responses to questions/clarifications will be sent to all prospective Proposers in the form of an addendum. 4. PRE-BID MEETING OR SITE VISIT(S). Only if deemed necessary by the City, a pre-bid meeting or site visit(s) may be scheduled. I1B 2019-232A4¥ 3 Ni"\ IAMI BEACH A Pre-Bid conference will be held as scheduled in Solicitation Timeline above at the following address: City of Miami Beach Procurement Department Conference Room 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Attendance (in person or via telephone) is encouraged and recommended as a source of information, but is not mandatory. Proposers interested in participating in the Pre-Bid Submission Meeting via telephone must follow these steps: (1) Dial the TELEPHONE NUMBER: 1- 877-873-8018 (Toll-free North America) (2) Enter the MEETING NUMBER: 6312925 Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in this ITB expressing their intent to participate via telephone. 5. PRE-BID INTERPRETATIONS. Oral information or responses to questions received by prospective Bidders are not binding on the City and will be without legal effect, including any information received at pre-bid meeting or site visit(s). Only questions answered by written addenda will be binding and may supersede terms noted in this solicitation. Addendum will be released through PublicPurchase. 6. CONE OF SILENCE. Pursuant to Section 2-486 of the City Code, all procurement solicitations once advertised and until an award recommendation has been forwarded to the City Commission by the City Manager are under the "Cone of Silence." The Cone of Silence ordinance is available at http://library.municode.com/index.aspx?clientID=13097&statelD=9&statename=Florida. Any communication or inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the of exception communications with the Procurement Director, or his/her administrative staff responsible for administering the procurement process for this solicitation providing said communication is limited to matters of process or procedure regarding the solicitation. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov. 7. SPECIAL NOTICES. You are hereby advised that this solicitation is subject to the following ordinances/resolutions, which may be found on the City Of Miami Beach website: http://www.miamibeachfl.qov/city-hall/procurement/procurement-related-ordinance-and-procedures/ • CONE OF SILENCE CITY CODE SECTION 2-486 • PROTEST PROCEDURES CITY CODE SECTION 2-371 • DEBARMENT PROCEEDINGS CITY CODE SECTIONS 2-397 THROUGH 2-485.3 • LOBBYIST REGISTRATION AND DISCLOSURE OF FEES CITY CODE SECTIONS 2-481 THROUGH 2-406 • CAMPAIGN CONTRIBUTIONS BY VENDORS CITY CODE SECTION 2-487 • CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT ISSUES CITY CODE SECTION 2-488 • REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL BENEFITS FOR DOMESTIC PARTNERS CITY CODE SECTION 2-373 • LIVING WAGE REQUIREMENT CITY CODE SECTIONS 2-407 THROUGH 2-410 • PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY VETERANS AND TO STATE-CERTIFIED SERVICE- DISABLED VETERAN BUSINESS ENTERPRISES ITB 2019-232-AY CITY CODE SECTION 2-374 MIAMI'BEA CH A Pre-Bid conference will be held as scheduled in Solicitation Timeline above at the following address: City of Miami Beach Procurement Department Conference Room 1755 Meridian Avenue, 34 Floor Miami Beach, Florida 33139 Attendance (in person or via telephone) is encouraged and recommended as a source of information, but is not mandatory. Proposers interested in participating in the Pre-Bid Submission Meeting via telephone must follow these steps: (1) Dial the TELEPHONE NUMBER: 1- 877-873-8018 (Toll-free North America) (2) Enter the MEETING NUMBER: 6312925 Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in this 1TB expressing their intent to participate via telephone. 5. PRE-BID INTERPRETATIONS. Oral information or responses to questions received by prospective Bidders are not binding on the City and will be without legal effect, including any information received at pre-bid meeting or site visit(s). Only questions answered by written addenda will be binding and may supersede terms noted in this solicitation. Addendum will be released through PublicPurchase. 6. CONE OF SILENCE. Pursuant to Section 2-486 of the City Code, all procurement solicitations once advertised and until an award recommendation has been forwarded to the City Commission by the City Manager are under the "Cone of Silence." The Cone of Silence ordinance is available at http:/ /library .municode. com/index. aspx?clientl O= 13097 &statel0=9&statena me=Florida. Any communication or inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the of exception communications with the Procurement Director, or his/her administrative staff responsible for administering the procurement process for this solicitation providing said communication is limited to matters of process or procedure regarding the solicitation. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov. 7. SPECIAL NOTICES. You are hereby advised that this solicitation is subject to the following ordinances/resolutions, which may be found on the City Of Miami Beach website: http://wyw.miamibeachf].goy/city-hall/procurement/procurement-related-ordinance-and-procedures/ • CONE OF SILENCE..................................................................... CITY CODE SECTION 2-486 • PROTEST PROCEDURES............................................................ CITY CODE SECTION 2-371 • DEBARMENT PROCEEDINGS....................................................... CITY CODE SECTIONS 2-397 THROUGH 2-485.3 • LOBBYIST REGISTRATION AND DISCLOSURE OF FEES.................. CITY CODE SECTIONS 2-481 THROUGH 2-406 • CAMPAIGN CONTRIBUTIONS BY VENDORS................................... CITY CODE SECTION 2-487 • CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT ISSUES...................................................................................... CITY CODE SECTION 2-488 • REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL BENEFITS FOR DOMESTIC PARTNERS.......................................... CITY CODE SECTION 2-373 • LIVING WAGE REQUIREMENT...................................................... CITY CODE SECTIONS 2-407 THROUGH 2-410 • PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY VETERANS AND TO STATE-CERTIFIED SERVICE- DISABLED VETERAN BUSINESS ENTERPRISES...... CITY CODE SECTION 2-374 4 iv\ 101 BEACH • FALSE CLAIMS ORDINANCE CITY CODE SECTION 70-300 • ACCEPTANCE OF GIFTS, FAVORS & SERVICES CITY CODE SECTION 2-449 8. EXAMINATION OF SOLICITATION DOCUMENTS AND SITE: It is the responsibility of each Bidder, before submitting a Bid, to: • Examine the solicitation thoroughly. • Visit the site or structure, as applicable, to become familiar with conditions that may affect costs, progress, performance or furnishing of the Work. • Take into account federal, state and local (City and Miami-Dade County) laws, regulations, permits, and ordinances that may affect costs, progress, performance, furnishing of the Work, or award. • Study and carefully correlate Bidder's observations with the solicitation. • Notify the Procurement Director of all conflicts, errors or discrepancies in the solicitation of which Bidder knows or reasonably should have known. • The submission of a Bid shall constitute an incontrovertible representation by Bidder that Bidder has complied with the above requirements and that without exception, the Bid is premised upon performing and furnishing the Work required by the solicitation and that the solicitation documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 9. POSTPONEMENT OF DUE DATE FOR RECEIPT OF BIDS. The City reserves the right to postpone the deadline for submittal of bids and will make a reasonable effort to give at least three (3) calendar days written notice of any such postponement to all prospective Bidders through PublicPurchase. 10. PROTESTS. Protests concerning the specifications, requirements, and/or terms; or protests after the bid due date in accordance with City Code Section 2-371, which establishes procedures for protested proposals and proposed awards. Protests not submitted in a timely manner pursuant to the requirements of City Code Section 2-371 shall be barred. 11. JOINT VENTURES. Joint Ventures are not allowed. The City will only contract with the prime contractor. Proposals may, however, identify other sub-contractors or sub-consultants to the prime contractor. 12. VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City of Miami Beach Ordinance No. 2011- 3748, the City shall give a preference to a responsive and responsible bidder which is a small business concern owned and controlled by a veteran(s) or which is a service-disabled veteran business enterprise, and which is within five percent (5%) of the lowest and best bidder, by providing such bidder an opportunity of providing said goods or contractual services for the lowest responsive bid amount. Whenever, as a result of the foregoing preference, the adjusted prices of two (2) or more bidders which are a small business concern owned and controlled by a veteran(s) or a service-disabled veteran business enterprise constitute the lowest bid pursuant to an ITB or oral or written request for quotation, and such bids are responsive, responsible and otherwise equal with respect to quality and service, then the award shall be made to the service-disabled veteran business enterprise. 13. CONTRACT PRICE. Bid Price is to include the furnishing of all labor, materials, equipment including tools, services, permit fees, applicable taxes, overhead and profit for the completion of the Work except as may be otherwise expressly provided in the solicitation. 14. METHOD OF AWARD. Following the review of bids and application of vendor preferences, the lowest responsive, responsible bidder(s) meeting all terms, conditions, and specifications of the ITB will be recommended ITB 2019-232-AY '3.411344MINANINSOMMINE.014iiii'iiii,,,,,M7.102911M12 42.74'.41,-,,NUTIZIMMSEMESTIMMM. MIAM I BEACH • FALSE CLAIMS ORDINANCE................................... . . .. .. . . . . CITY CODE SECTION 70-300 • ACCEPTANCE OF GIFTS, FAVORS & SERVICES............................. CITY CODE SECTION 2-449 8. EXAMINATION OF SOLICITATION DOCUMENTS AND SITE: It is the responsibility of each Bidder, befo re subm itting a Bid, to: • Exami ne th e solici ta tion th or o ughly. • Visit the site or structure, as applicable, to becom e fam iliar with conditions that may affect costs, pro gress, perform ance or furn ishing of the W ork. • T ake into account federal, state and local (C ity and M iam i-Dade County) laws, regulations, perm its, and ordinances that m ay affect costs, progre ss, perform ance, furn ishing of the W ork, or award. • S tudy and carefully correlate Bidder's observations w ith the solicitation. • N otify the P ro curem ent D irector of all confli cts, erro rs or discrepancies in the solicitation of which Bidder know s or reasonably should have know n. • The subm ission of a Bid shall constitute an incontro vertible representation by Bidder that Bidder has com plied w ith the above requirem ents and that w ithout exception, the Bid is prem ised upon perform ing and furn ishing the W ork required by the solicitation and that the solicitation docum ents are sufficient in scope and detail to indicate and convey understanding of all term s and conditions for perform ance and furn ishing of the W ork. 9. POSTPONEMENT OF DUE DATE FOR RECEIPT OF BIDS. The City reserves the right to postpone the deadline for subm ittal of bids and w ill m ake a reasonable effort to give at least three (3) calendar days written notice of any such postpo nem ent to all prospective Bidders through PublicPurchase. 10. PROTESTS. Pro tests concern ing the specifications, requirem ents, and/or term s; or protests after the bid due date in accordance w ith C ity C ode Section 2-371, which establishes pro cedures for protested pro posals and proposed aw ards. Protests not submitted in a timely manner pursuant to the requirements of City Code Section 2-371 shall be barred. 11. JOINT VENTURES. Joint Ventures are not allow ed. The City will only contract with the prime contractor. P ro posals m ay, how ever, identify other sub-contractors or sub-consultants to the prim e contra ctor. 12. VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City of Miam i Beach Ordinance No. 2011- 3748 , the C ity shall give a preference to a responsive and responsible bidder which is a sm all business concern ow ned and controlled by a vetera n(s) or w hich is a serv ice-disabled veteran business enterprise, and which is within five percent (5%) of the low est and best bidder, by providing such bidder an opportunity of pro viding said goods or contractua l serv ices for the low est responsive bid am ount. W henever, as a re sult of the foregoing preference, the adjusted prices of tw o (2) or m ore bidders w hich are a sm all business concern owned and contro lled by a veteran(s) or a service-disabled veteran business enterprise constitute the lowest bid pursuant to an 1TB or oral or written req uest for quotation, and such bids are responsive, responsible and otherw ise equal with respect to quality and service, then the aw ard shall be m ade to the service-disabled veteran business enterprise. 13. CONTRACT PRICE. Bid Price is to incl ude the furn ishing of all labor, materials, equipm ent including tools, se rvices, pe rm it fees, applicable taxes, overhead and profit fo r the com pletion of the W ork except as may be otherw ise expressly provided in the solicitation. 14. METHOD OF AWARD. Follow ing the review of bids and application of vendor preferences, the lowest respo nsive , responsible bidder(s) m eeting all term s, conditions, and specifications of the 1T B will be recomm ended 5 MIAMI BEACH for award by bid item, bid group, or for the entirety of all bid items, as deemed in the best interest of the City, to the City Manager for his consideration. After considering the staff recommendation for award, the City Manager shall exercise his due diligence and recommend to the Mayor and City Commission the bid that the City Manager deems to be in the best interest of the City. The City Commission shall consider the City Manager's recommendation(s) and, may approve or reject the City Manager's recommendation(s). The City Commission may also reject all bids received. In determining the lowest and best bidder, and in addition to price, Section 2-369 of the City Code provides that the City may consider the following: • The ability, capacity and skill of the bidder to perform the Contract. • Whether the bidder can perform the Contract within the time specified, without delay or interference. • The character, integrity, reputation, judgment, experience and efficiency of the bidder. • The quality of performance of previous contracts. • The previous and existing compliance by the bidder with laws and ordinances relating to the Contract. 15. MULTIPLE AWARD. The City may award two or more vendors (primary, secondary, tertiary, or higher), as available, by line item, by group or in its entirety, beginning with lowest, responsive, responsible bidder (primary), followed by the second lowest, responsive, responsible bidder (secondary), and continuing with other responsive, responsible bidders in order of next best cost. The City will endeavor to utilize vendors in order of award. However, the City may utilize other vendors in the event that: 1) a contract vendor is not or is unable to be in compliance with any contract or delivery requirement; 2) it is in the best interest of the City to do so regardless of reason. Bidder acknowledges and agrees that this Contract and the award of any work hereunder, is non-exclusive, and the City may, at its sole and absolute discretion, award similar services or work to other firms under contract with the City (either as a co-primary contractor, or as secondary or tertiary contractors). No Purchase Order shall be issued to Contractor, and no work or Services shall be authorized under this Agreement, except at City's sole discretion. Contractor shall have no entitlement to perform any services hereunder, or to be compensated for any Services, unless set forth in a written Purchase Order. 16. BINDING CONTRACT. The signed bid shall be considered an offer on the part of the bidder, which offer shall be deemed accepted upon award of the bid by the City Commission, or as delegated by the City Commission. Said award shall constitute a binding Contract between the City and the awarded bidder(s). In case of default on the part of the successful bidder, after said award, the City may take such action as it deems appropriate, including legal action, for damages or specific performance. The Contract shall include the solicitation, any and all addenda issued by the City and the Bid Proposal submitted the by bidder. In any discrepancy between the documents, the order of preference shall be as follows: 1) Addendum in reverse order of release; 2) Solicitation; 3) Bid Proposal. In case of default on the part of the successful bidder, the City may procure the items or services from other sources and hold the bidder responsible for any excess cost occasioned or incurred thereby. 17. VOLUME OF WORK TO BE RECEIVED BY CONTRACTOR. It is the intent of the City to purchase the goods and services specifically listed in this solicitation from the contractor. However, the City reserves the right to purchase any goods or services awarded from state or other governmental contract, or on an as-needed basis through the City's spot market purchase provisions. 18. GENERAL TERMS AND CONDITIONS. It is the responsibility of the Bidder to become thoroughly familiar with the Bid requirements, terms and conditions of this solicitation. Ignorance by the Bidder of conditions that exist or that may exist will not be accepted as a basis for varying the requirements of the City, or the compensation to be paid to ITB 2019-232-AY MIA MI BEACH for award by bid item, bid group, or for the entirety of all bid items, as deemed in the best interest of the City, to the City Manager for his consideration. After considering the staff recommendation for award, the City Manager shall exercise his due diligence and recommend to the Mayor and City Commission the bid that the City Manager deems to be in the best interest of the City. The City Commission shall consider the City Manager's recommendation(s) and, may approve or reject the City Manager's recommendation(s). The City Commission may also reject all bids received. In determining the lowest and best bidder, and in addition to price, Section 2-369 of the City Code provides that the City may consider the following: • The ability, capacity and skill of the bidder to perform the Contract. • Whether the bidder can perform the Contract within the time specified, without delay or interference. • The character, integrity, reputation, judgment, experience and efficiency of the bidder. • The quality of performance of previous contracts. • The previous and existing compliance by the bidder with laws and ordinances relating to the Contract. 15. MULTIPLE AWARD. The City may award two or more vendors (primary, secondary, tertiary, or higher), as available, by line item, by group or in its entirety, beginning with lowest, responsive, responsible bidder (primary), followed by the second lowest, responsive, responsible bidder (secondary), and continuing with other responsive, responsible bidders in order of next best cost. The City will endeavor to utilize vendors in order of award. However, the City may utilize other vendors in the event that: 1) a contract vendor is not or is unable to be in compliance with any contract or delivery requirement; 2) it is in the best interest of the City to do so regardless of reason. Bidder acknowledges and agrees that this Contract and the award of any work hereunder, is non-exclusive, and the City may, at its sole and absolute discretion, award similar services or work to other firms under contract with the City (either as a co-primary contractor, or as secondary or tertiary contractors). No Purchase Order shall be issued to Contractor, and no work or Services shall be authorized under this Agreement, except at City's sole discretion. Contractor shall have no entitlement to perform any services hereunder, or to be compensated for any Services, unless set forth in a written Purchase Order. 16. BINDING CONTRACT. The signed bid shall be considered an offer on the part of the bidder, which offer shall be deemed accepted upon award of the bid by the City Commission, or as delegated by the City Commission. Said award shall constitute a binding Contract between the City and the awarded bidder(s). In case of default on the part of the successful bidder, after said award, the City may take such action as it deems appropriate, including legal action, for damages or specific performance. The Contract shall include the solicitation, any and all addenda issued by the City and the Bid Proposal submitted the by bidder. In any discrepancy between the documents, the order of preference shall be as follows: 1) Addendum in reverse order of release; 2) Solicitation; 3) Bid Proposal. In case of default on the part of the successful bidder, the City may procure the items or services from other sources and hold the bidder responsible for any excess cost occasioned or incurred thereby. 17. VOLUME OF WORK TO BE RECEIVED BY CONTRACTOR. It is the intent of the City to purchase the goods and services specifically listed in this solicitation from the contractor. However, the City reserves the right to purchase any goods or services awarded from state or other governmental contract, or on an as-needed basis through the City's spot market purchase provisions. 18. GENERAL TERMS AND CONDITIONS. It is the responsibility of the Bidder to become thoroughly familiar with the Bid requirements, terms and conditions of this solicitation. Ignorance by the Bidder of conditions that exist or that may exist will not be accepted as a basis for varying the requirements of the City, or the compensation to be paid to 6 MI BEACH the Bidder. 19. ACCEPTANCE OR REJECTION OF BIDS. The City reserves the right to reject any or all bids prior to award. Reasonable efforts will be made to either award the Contract or reject all bids within one-hundred twenty (120) calendar days after bid opening date. A Bidder may not withdraw its bid unilaterally nor change the Contract Price before the expiration of one hundred and twenty (120) calendar days from the date of bid opening. A Bidder may withdraw its bid after the expiration of one hundred twenty (120) calendar days from the date of bid opening by delivering written notice of withdrawal to the Procurement Department prior to award of the Bid by the Mayor and City Commission. 20. ALTERNATE RESPONSES MAY BE CONSIDERED. The City may consider one (1) alternate response from the same Bidder for the same formal solicitation; provided, that the alternate response offers a different product that meets or exceeds the formal solicitation requirements. In order for the City to consider an alternate response, the Bidder shall complete a separate Price Sheet form and shall mark "Alternate Response". Alternate response shall be placed in the same response. This provision only applies to formal solicitations for the procurement of goods, services, items, equipment, materials, and/or supplies. 21. AMERICAN WITH DISABILITIES ACT. To request this material in accessible format, sign language interpreters, information on access for persons with disabilities, and/or any accommodation to review any document or participate in any city-sponsored proceeding, please contact 305-604-2489 (voice), 305-673-7524 (fax) or 305-673-7218 (TTY) five days in advance to initiate your request. TTY users may also call 711 (Florida Relay Service). 22. NON-DISCRIMINATION. The Proposer certifies that it is in compliance with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin. In accordance with the City's Human Rights Ordinance, codified in Chapter 62 of the City Code, Proposer shall prohibit discrimination by reason of race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital and familial status, and age or disability. 23. ASSIGNMENT. The successful bidder shall not assign, transfer, convey, sublet or otherwise dispose of the contract, including any or all of its right, title or interest therein, or his/her or its power to execute such contract, to any person, company or corporation, without the prior written consent of the City. 24. AUDIT RIGHTS AND RECORDS RETENTION. The Successful Bidder agrees to provide access at all reasonable times to the City, or to any of its duly authorized representatives, to any books, documents, papers and records of Contractor which are directly pertinent to this formal solicitation, for the purpose of audit, examination, excerpts, and transcriptions. The Successful Bidder shall maintain and retain any and all of the books, documents, papers and records pertinent to the Contract for three (3) years after the City makes final payment and all other pending matters are closed. Contractor's failure to or refusal to comply with this condition shall result in the immediate cancellation of this contract by the City. 25. BID BONDS, PERFORMANCE BONDS, CERTIFICATES OF INSURANCE. Bid Bonds, when required, shall be submitted with the bid in the amount specified in the Special Conditions. After acceptance of the bid, the City will notify the successful bidder to submit a performance bond and certificate of insurance in the amount specified in the Special Conditions. 26. BILLING INSTRUCTIONS. Invoices, unless otherwise indicated, must show purchase order numbers and shall ITB 2019-232-AY 7 MIAM\IBEACH the Bidder. 19. ACCEPTANCE OR REJECTION OF BIDS. The City reserves the right to reject any or all bids prior to award. Reasonable efforts will be made to either award the Contract or reject all bids within one-hundred twenty (120) calendar days after bid opening date. A Bidder may not withdraw its bid unilaterally nor change the Contract Price before the expiration of one hundred and twenty (120) calendar days from the date of bid opening. A Bidder may withdraw its bid after the expiration of one hundred twenty (120) calendar days from the date of bid opening by delivering written notice of withdrawal to the Procurement Department prior to award of the Bid by the Mayor and City Commission. 20. ALTERNATE RESPONSES MAY BE CONSIDERED. The City may consider one (1) alternate response from the same Bidder for the same formal solicitation; provided, that the alternate response offers a different product that meets or exceeds the formal solicitation requirements. In order for the City to consider an alternate response, the Bidder shall complete a separate Price Sheet form and shall mark "Alternate Response". Alternate response shall be placed in the same response. This provision only applies to formal solicitations for the procurement of goods, services, items, equipment, materials, and/or supplies. 21. AMERICAN WITH DISABILITIES ACT. To request this material in accessible format, sign language interpreters, information on access for persons with disabilities, and/or any accommodation to review any document or participate in any city-sponsored proceeding, please contact 305-604-2489 (voice), 305-673-7524 (fax) or 305-673-7218 (TTY) five days in advance to initiate your request. TTY users may also call 711 (Florida Relay Service). 22. NON-DISCRIMINATION. The Proposer certifies that it is in compliance with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin. In accordance with the City's Human Rights Ordinance, codified in Chapter 62 of the City Code, Proposer shall prohibit discrimination by reason of race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital and familial status, and age or disability. 23. ASSIGNMENT. The successful bidder shall not assign, transfer, convey, sublet or otherwise dispose of the contract, including any or all of its right, title or interest therein, or his/her or its power to execute such contract, to any person, company or corporation, without the prior written consent of the City. 24. AUDIT RIGHTS AND RECORDS RETENTION. The Successful Bidder agrees to provide access at all reasonable times to the City, or to any of its duly authorized representatives, to any books, documents, papers and records of Contractor which are directly pertinent to this formal solicitation, for the purpose of audit, examination, excerpts, and transcriptions. The Successful Bidder shall maintain and retain any and all of the books, documents, papers and records pertinent to the Contract for three (3) years after the City makes final payment and all other pending matters are closed. Contractor's failure to or refusal to comply with this condition shall result in the immediate cancellation of this contract by the City. 25. BID BONDS, PERFORMANCE BONDS, CERTIFICATES OF INSURANCE. Bid Bonds, when required, shall be submitted with the bid in the amount specified in the Special Conditions. After acceptance of the bid, the City will notify the successful bidder to submit a performance bond and certificate of insurance in the amount specified in the Special Conditions. 26. BILLING INSTRUCTIONS. Invoices, unless otherwise indicated, must show purchase order numbers and shall 7 MIN I BEACH be submitted to the ordering City department. 27. CANCELLATION. In the event any of the provisions of this Bid are violated by the bidder, the City shall give written notice to the bidder stating such deficiencies and, unless such deficiencies are corrected within ten (10) calendar days from the date of the City's notice, the City, through its City Manager, may declare the contract in default and terminate same, without further notice required to the bidder. Notwithstanding the preceding, the City, through its City Manager, also reserves the right to terminate the contract at any time and for any reason, without cause and for convenience, and without any monetary liability to the City, upon the giving of thirty (30) days prior written notice to the bidder. 28. CITY'S RIGHT TO WAIVE OR REJECT BIDS. The City Commission reserves the right to waive any informalities or irregularities in this Bid; or to reject all bids, or any part of any bid, as it deems necessary and in the best interest of the City of Miami Beach. 29. CLARIFICATION AND ADDENDA TO BID SPECIFICATIONS. If a bidder is in doubt as to the true meaning of the Bid specifications, or other Bid documents, or any part thereof, the bidder must submit to the City, at least seven (7) calendar days prior to the scheduled Bid opening date, a request for clarification. Any interpretation of the Bid, including, without limitation, responses to questions and request for clarification(s) from bidders, will be made only by Addendum duly issued by the City. In the event of conflict with the original specifications, the Addendum shall supersede such specifications, to the extent specified. Subsequent Addendum shall govern over prior Addendum only to the extent specified. The bidder shall be required to acknowledge receipt of any and all Addendum, and filling in and signing in the spaces provided in Appendix A, No. 14 Acknowledgement of Addendum. Failure to acknowledge Addendum may deem a bid non-responsive. The City will not be responsible for explanations, interpretations, or answers to questions made verbally or in writing by any City representative, unless issued by the City via formal written Addendum to this Bid. Any questions or clarifications concerning the Bid shall be submitted in writing to the Procurement Department, 1755 Meridian Avenue, 3rd Floor, Miami Beach, FL 33139 with a copy to the City Clerk. 30. COLLUSION. Where two (2) or more related parties each submit a bid or bids for any contract, such bids or bids shall be presumed to be collusive. The foregoing presumption may be rebutted by presentation of evidence as to the extent of ownership, control and management of such related parties in the preparation and submittal of such bid or bids. "Related parties" means bidders or the principals thereof which have a direct or indirect ownership interest in another bidder for the same contract, or in which a parent company or the principals thereof of one (1) bidder have a direct or indirect ownership interest in another bidder for the same contract. Bid or bids found to be collusive shall be rejected. Bidders who have been found to have engaged in collusion may also be suspended or debarred, and any contract resulting from collusive bidding may be terminated for cause. 31. CONDITION AND PACKAGING. Bidder guarantees items offered and delivered to be the current standard production model at time of bid and shall offer expiration dating of at least one year or later. Bidder also guarantees items offered and delivered to be new, unused, and free from any and all defects in material, packaging and workmanship and agrees to replace defective items promptly at no charge to the City of Miami Beach, for the manufacturer's standard warranty but in no case for a period of less than 12 months from date of acceptance. All containers shall be suitable for storage or shipment, and all prices shall include standard commercial packaging. !TB 2019-232-AY MI AM(BEA C H be submitted to the ordering City department. 27. CANCELLATION. In the event any of the provisions of this Bid are violated by the bidder, the City shall give written notice to the bidder stating such deficiencies and, unless such deficiencies are corrected within ten (10) calendar days from the date of the City's notice, the City, through its City Manager, may declare the contract in default and terminate same, without further notice required to the bidder. Notwithstanding the preceding, the City, through its City Manager, also reserves the right to terminate the contract at any time and for any reason, without cause and for convenience, and without any monetary liability to the City, upon the giving of thirty (30) days prior written notice to the bidder. 28. CITY'S RIGHT TO WAIVE OR REJECT BIDS. The City Commission reserves the right to waive any informalities or irregularities in this Bid; or to reject all bids, or any part of any bid, as it deems necessary and in the best interest of the City of Miami Beach. 29. CLARIFICATION AND ADDENDA TO BID SPECIFICATIONS. If a bidder is in doubt as to the true meaning of the Bid specifications, or other Bid documents, or any part thereof, the bidder must submit to the City, at least seven (7) calendar days prior to the scheduled Bid opening date, a request for clarification. Any interpretation of the Bid, including, without limitation, responses to questions and request for clarification(s) from bidders, will be made only by Addendum duly issued by the City. In the event of conflict with the original specifications, the Addendum shall supersede such specifications, to the extent specified. Subsequent Addendum shall govern over prior Addendum only to the extent specified. The bidder shall be required to acknowledge receipt of any and all Addendum, and filling in and signing in the spaces provided in Appendix A, No. 14 Acknowledgement of Addendum. Failure to acknowledge Addendum may deem a bid non-responsive. The City will not be responsible for explanations, interpretations, or answers to questions made verbally or in writing by any City representative, unless issued by the City via formal written Addendum to this Bid. Any questions or clarifications concerning the Bid shall be submitted in writing to the Procurement Department, 1755 Meridian Avenue, 3d Floor, Miami Beach, FL 33139 with a copy to the City Clerk. 30. COLLUSION. Where two (2) or more related parties each submit a bid or bids for any contract, such bids or bids shall be presumed to be collusive. The foregoing presumption may be rebutted by presentation of evidence as to the extent of ownership, control and management of such related parties in the preparation and submittal of such bid or bids. "Related parties" means bidders or the principals thereof which have a direct or indirect ownership interest in another bidder for the same contract, or in which a parent company or the principals thereof of one (1) bidder have a direct or indirect ownership interest in another bidder for the same contract. Bid or bids found to be collusive shall be rejected. Bidders who have been found to have engaged in collusion may also be suspended or debarred, and any contract resulting from collusive bidding may be terminated for cause. 31. CONDITION AND PACKAGING. Bidder guarantees items offered and delivered to be the current standard production model at time of bid and shall offer expiration dating of at least one year or later. Bidder also guarantees items offered and delivered to be new, unused, and free from any and all defects in material, packaging and workmanship and agrees to replace defective items promptly at no charge to the City of Miami Beach, for the manufacturer's standard warranty but in no case for a period of less than 12 months from date of acceptance. All containers shall be suitable for storage or shipment, and all prices shall include standard commercial packaging. 8 k Al BEACH 32. CONTRACT EXTENSION. The City reserves the right to require the Contractor to extend contract past the stated termination date for a period of up to 120 days in the event that a subsequent contract has not yet been awarded. Additional extensions past the 120 days may occur as needed by the City and as mutually agreed upon by the City and the contractor. 33. DELIVERY. Unless actual date of delivery is specified (or if specified delivery cannot be met), show number of days (in calendar days) required to make delivery after receipt of purchase order, in space provided. Delivery time may become a basis for making an award. Delivery shall be within the normal working hours of the City using Department, Monday through Friday, excluding holidays. Receiving hours are Monday through Friday, excluding holidays, from 8:30 A.M. to 4:00 P.M. 34. DELIVERY TIME. Bidders shall specify in the attached Bid Form, the guaranteed delivery time (in calendar days) for each item. It must be a firm delivery time; no ranges (For example, 12-14 days) will be accepted. 35. DEMONSTRATION OF COMPETENCY. A. Pre-award inspection of the bidder's facility may be made prior to the award of contract. B. Bids will only be considered from firms which are regularly engaged in the business of providing the goods and/or services as described in this Bid. C. Bidders must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial capacity, equipment, and organization to ensure that they can satisfactorily perform the services if awarded a contract under the terms and conditions of this Bid. D. the terms "equipment and organization", as used herein shall, be construed to mean a fully equipped and well established company in line with the best business practices in the industry, and as determined by the City of Miami Beach. E. The City may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a bidder, including past performance (experience), in making an award that is in the best interest of the City. F. The City may require bidders to show proof that they have been designated as authorized representatives of a manufacturer or supplier, which is the actual source of supply. In these instances, the City may also require material information from the source of supply regarding the quality, packaging, and characteristics of the products to be supply to the City. Any material conflicts between information provided by the source of supply and the information contained in the bidder's bid may render the bid non-responsive. G. The City may, during the period that the contract between the City and the successful bidder is in force, review the successful bidder's record of performance to ensure that the bidder is continuing to provide sufficient financial support, equipment, and organization as prescribed in this bid. Irrespective of the bidder's performance on contracts awarded to it by the City, the City may place said contracts on probationary status and implement termination procedures if the City determines that the successful bidder no longer possesses the financial support, equipment, and organization which would have been necessary during the bid evaluation period in order to comply with the demonstration of competency required under this subsection. 36. DISPUTES. In the event of a conflict between the Bid documents, the order of priority of the documents shall be as follows: A. Any contract or agreement resulting from the award of this Bid; then B. Addendum issued for this Bid, with the latest Addendum taking precedence; then C. The Bid; then ITB 2019-232-AY MIA MI BE A CH 32. CONTRACT EXTENSION. The City reserves the right to require the Contractor to extend contract past the stated termination date for a period of up to 120 days in the event that a subsequent contract has not yet been awarded. Additional extensions past the 120 days may occur as needed by the City and as mutually agreed upon by the City and the contractor. 33. DELIVERY. Unless actual date of delivery is specified (or if specified delivery cannot be met), show number of days (in calendar days) required to make delivery after receipt of purchase order, in space provided. Delivery time may become a basis for making an award. Delivery shall be within the normal working hours of the City using Department, Monday through Friday, excluding holidays. Receiving hours are Monday through Friday, excluding holidays, from 8:30 A.M. to 4:00 P.M. 34. DELIVERY TIME. Bidders shall specify in the attached Bid Form, the guaranteed delivery time (in calendar days) for each item. It must be a firm delivery time; no ranges (For example, 12-14 days) will be accepted. 35. DEMONSTRATION OF COMPETENCY. A. Pre-award inspection of the bidder's facility may be made prior to the award of contract. B. Bids will only be considered from firms which are regularly engaged in the business of providing the goods and/or services as described in this Bid. C. Bidders must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial capacity, equipment, and organization to ensure that they can satisfactorily perform the services if awarded a contract under the terms and conditions of this Bid. D. the terms "equipment and organization", as used herein shall, be construed to mean a fully equipped and well established company in line with the best business practices in the industry, and as determined by the City of Miami Beach. E. The City may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a bidder, including past performance (experience), in making an award that is in the best interest of the City. F. The City may require bidders to show proof that they have been designated as authorized representatives of a manufacturer or supplier, which is the actual source of supply. In these instances, the City may also require material information from the source of supply regarding the quality, packaging, and characteristics of the products to be supply to the City. Any material conflicts between information provided by the source of supply and the information contained in the bidder's bid may render the bid non-responsive. G. The City may, during the period that the contract between the City and the successful bidder is in force, review the successful bidder's record of performance to ensure that the bidder is continuing to provide sufficient financial support, equipment, and organization as prescribed in this bid. Irrespective of the bidder's performance on contracts awarded to it by the City, the City may place said contracts on probationary status and implement termination procedures if the City determines that the successful bidder no longer possesses the financial support, equipment, and organization which would have been necessary during the bid evaluation period in order to comply with the demonstration of competency required under this subsection. 36. DISPUTES. In the event of a conflict between the Bid documents, the order of priority of the documents shall be as follows: A. B. C. Any contract or agreement resulting from the award of this Bid; then Addendum issued for this Bid, with the latest Addendum taking precedence; then The Bid; then 9 \AIAAAI BEACH D. The bidder's bid in response to the Bid. In case of any doubt or difference of opinion as to the items and/or services (as the case may be) to be furnished hereunder, the decision of the City shall be final and binding on all parties. 37. NOT USED. 38. DEFAULT. Failure or refusal of a bidder to execute a contract upon award, or withdrawal of a bid before such award is made, may result in forfeiture of that portion of any bid surety required as liquidated damages incurred by the City thereby; or, where surety is not required, failure to execute a contract as described above may be grounds for removing the bidder from the City's bidders list. 39. EQUIVALENTS. If a bidder offers makes of equipment or brands of supplies other than those specified in the Bid specifications, he must so indicate in his bid. Specific article(s) of equipment/supplies shall conform in quality, design and construction with all published claims of the manufacturer. The bidder shall indicate in the Bid Form the manufacturer's name and number if bidding other than the specified brands, and shall indicate ANY deviation from the specifications as listed in the Bid. Other than specified items offered requires complete descriptive technical literature marked to indicate detailed conformance with specifications, and MUST BE INCLUDED WITH THE BID. NO BIDS WILL BE CONSIDERED WITHOUT THIS INFORMATION. THE CITY SHALL BE THE SOLE JUDGE OF EQUALITY AND ITS DECISION SHALL BE FINAL. Note as to Brand Names: Catalog numbers, manufacturers' and brand names, when listed, are informational guides as to a standard of acceptable product quality level only and should not be construed as an endorsement or a product limitation of recognized and legitimate manufacturers. Bidders shall formally substantiate and verify that product(s) offered conform with or exceed quality as listed in the specifications. 40. ELIMINATION FROM CONSIDERATION. This bid shall not be awarded to any person or firm who is in arrears to the City upon any debt, taxes, or contracts which are defaulted as surety or otherwise upon any obligation to the City. 41. EMERGENCY RESPONSE PRIORITY. It is hereby made a part of this solicitation that before, during, and after a public emergency, disaster, hurricane, tornado, flood, or other acts of force majeure that the City of Miami Beach, Florida shall receive a "First Priority" for any goods and services covered under any award resulting from this solicitation, including balance of line items as applicable. It is vital and imperative that the majority of citizens are protected from any emergency situation that threatens public health and safety, as determined by the City. By virtue of submitting a response to this solicitation, vendor agrees to provide all award-related goods and services to the City on a "first priority" under the emergency conditions noted above. 42. ESTIMATED QUANTITIES. Estimated quantities or estimated dollars, if provided, are for City guidance only. No guarantee is expressed or implied as to quantities or dollars that will be used during the contract period. The City is not obligated to place any order for a given amount subsequent to the award of this Bid. Estimates are based upon the City's actual needs and/or usage during a previous contract period. The City may use said estimates for purposes of determining whether the low bidder meets specifications. 43. EXCEPTIONS TO BID. Bidders are strongly encouraged to thoroughly review the specifications and all conditions set forth in this Bid. Bidders who fail to satisfy the requirements in this Bid, may be deemed non- responsive and receive no further consideration. Should your proposed bid not be able to meet one (1) or more of ITB 2019-232-AY 10 MI A MI 'BEA CH D. The bidder's bid in response to the Bid. In case of any doubt or difference of opinion as to the items and/or services (as the case may be) to be furnished hereunder, the decision of the City shall be final and binding on all parties. 37. NOT USED. 38. DEFAULT. Failure or refusal of a bidder to execute a contract upon award, or withdrawal of a bid before such award is made, may result in forfeiture of that portion of any bid surety required as liquidated damages incurred by the City thereby; or, where surety is not required, failure to execute a contract as described above may be grounds for removing the bidder from the City's bidders list. 39. EQUIVALENTS. If a bidder offers makes of equipment or brands of supplies other than those specified in the Bid specifications, he must so indicate in his bid. Specific article(s) of equipment/supplies shall conform in quality, design and construction with all published claims of the manufacturer. The bidder shall indicate in the Bid Form the manufacturer's name and number if bidding other than the specified brands, and shall indicate ANY deviation from the specifications as listed in the Bid. Other than specified items offered requires complete descriptive technical literature marked to indicate detailed conformance with specifications, and MUST BE INCLUDED WITH THE BID. NO BIDS WILL BE CONSIDERED WITHOUT THIS INFORMATION. THE CITY SHALL BE THE SOLE JUDGE OF EQUALITY AND ITS DECISION SHALL BE FINAL. Note as to Brand Names: Catalog numbers, manufacturers' and brand names, when listed, are informational guides as to a standard of acceptable product quality level only and should not be construed as an endorsement or a product limitation of recognized and legitimate manufacturers. Bidders shall formally substantiate and verify that product(s) offered conform with or exceed quality as listed in the specifications. 40. ELIMINATION FROM CONSIDERATION. This bid shall not be awarded to any person or firm who is in arrears to the City upon any debt, taxes, or contracts which are defaulted as surety or otherwise upon any obligation to the City. 41. EMERGENCY RESPONSE PRIORITY. It is hereby made a part of this solicitation that before, during, and after a public emergency, disaster, hurricane, tornado, flood, or other acts of force majeure that the City of Miami Beach, Florida shall receive a "First Priority" for any goods and services covered under any award resulting from this solicitation, including balance of line items as applicable. It is vital and imperative that the majority of citizens are protected from any emergency situation that threatens public health and safety, as determined by the City. By virtue of submitting a response to this solicitation, vendor agrees to provide all award-related goods and services to the City on a "first priority" under the emergency conditions noted above. 42. ESTIMATED QUANTITIES. Estimated quantities or estimated dollars, if provided, are for City guidance only. No guarantee is expressed or implied as to quantities or dollars that will be used during the contract period. The City is not obligated to place any order for a given amount subsequent to the award of this Bid. Estimates are based upon the City's actual needs and/or usage during a previous contract period. The City may use said estimates for purposes of determining whether the low bidder meets specifications. 43. EXCEPTIONS TO BID. Bidders are strongly encouraged to thoroughly review the specifications and all conditions set forth in this Bid. Bidders who fail to satisfy the requirements in this Bid, may be deemed non- responsive and receive no further consideration. Should your proposed bid not be able to meet one (1) or more of 10 MIA \Al BEACH the requirements set forth in this Bid and you are proposing alternatives and/or exceptions to said requirements, you must notify the Procurement Office, in writing, at least five (5) days prior to the deadline for submission of bids. The City reserves the right to revise the scope of services via Addendum prior to the deadline for receipt of bids. 44. FACILITIES. The City, through its City Manager or his/her authorized designee, reserves the right to inspect the bidder's facilities at any time, upon reasonable prior written or verbal notice. 45. FLORIDA PUBLIC RECORDS LAW. Bidders are hereby notified that all Bid including, without limitation, any and all information and documentation submitted therewith, are exempt from public records requirements under Section 119.07(1), Florida Statutes, and s. 24(a), Art. 1 of the State Constitution until such time as the City provides notice of an intended decision or until thirty (30) days after opening of the bids, whichever is earlier. Additionally, Contractor agrees to be in full compliance with Florida Statute 119.0701 including, but not limited to, agreement to (a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the services; (b) provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. 46. F.O.B. DESTINATION. Unless otherwise specified in the Formal Solicitation, all prices quoted/proposed by the bidder must be F.O.B. DESTINATION, inside delivery, with all delivery costs and charges included in the bid price, unless otherwise specified in this Formal Solicitation. Failure to do so may be cause for rejection of bid. 47. GRATUITIES. Bidders shall not offer any gratuities, favors, or anything of monetary value to any official, employee, contractor, or agent of the City, for the purpose of influencing consideration of this Bid. 48. INDEMNIFICATION. The successful Bidder shall indemnify and hold harmless the City and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorney's fees and costs of defense, which the City or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of the agreement by the successful Bidder or its employees, agents, servants, partners, principals or subcontractors. The successful Bidder shall pay all claims and losses in connection therewith, and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may be incurred thereon. The successful Bidder expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the successful Bidder shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The above indemnification provisions shall survive the expiration or termination of this Agreement. 49. INSPECTION, ACCEPTANCE & TITLE. Inspection and acceptance will be at destination, unless otherwise provided. Title to (or risk of loss or damage to) all items shall be the responsibility of the successful bidder until acceptance by the City, unless loss or damage results from the gross negligence or willful misconduct of the City. If any equipment or supplies supplied to the City are found to be defective, or do not conform to the specifications, the City reserves the right to cancel the order upon written notice to the seller, and return the product, at the bidder's aill&EBWRIMMEM ITB 2019-232-AY 11 MIAMI BEACH the requirements set forth in this Bid and you are proposing alternatives and/or exceptions to said requirements, you must notify the Procurement Office, in writing, at least five (5) days prior to the deadline for submission of bids. The City reserves the right to revise the scope of services via Addendum prior to the deadline for receipt of bids. 44. FACILITIES. The City, through its City Manager or his/her authorized designee, reserves the right to inspect the bidder's facilities at any time, upon reasonable prior written or verbal notice. 45. FLORIDA PUBLIC RECORDS LAW. Bidders are hereby notified that all Bid including, without limitation, any and all information and documentation submitted therewith, are exempt from public records requirements under Section 119.07(1), Florida Statutes, and s. 24(a), Art. 1 of the State Constitution until such time as the City provides notice of an intended decision or until thirty (30) days after opening of the bids, whichever is earlier. Additionally, Contractor agrees to be in full compliance with Florida Statute 119.0701 including, but not limited to, agreement to (a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the services; (b) provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. 46. F.O.B. DESTINATION. Unless otherwise specified in the Formal Solicitation, all prices quoted/proposed by the bidder must be F.O.B. DESTINATION, inside delivery, with all delivery costs and charges included in the bid price, unless otherwise specified in this Formal Solicitation. Failure to do so may be cause for rejection of bid. 47. GRATUITIES. Bidders shall not offer any gratuities, favors, or anything of monetary value to any official, employee, contractor, or agent of the City, for the purpose of influencing consideration of this Bid. 48. INDEMNIFICATION. The successful Bidder shall indemnify and hold harmless the City and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorney's fees and costs of defense, which the City or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of the agreement by the successful Bidder or its employees, agents, servants, partners, principals or subcontractors. The successful Bidder shall pay all claims and losses in connection therewith, and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may be incurred thereon. The successful Bidder expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the successful Bidder shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The above indemnification provisions shall survive the expiration or termination of this Agreement. 49. INSPECTION, ACCEPTANCE & TITLE. Inspection and acceptance will be at destination, unless otherwise provided. Title to (or risk of loss or damage to) all items shall be the responsibility of the successful bidder until acceptance by the City, unless loss or damage results from the gross negligence or willful misconduct of the City. If any equipment or supplies supplied to the City are found to be defective, or do not conform to the specifications, the City reserves the right to cancel the order upon written notice to the seller, and return the product, at the bidder's l l BEAC H expense. 50. LAWS, PERMITS AND REGULATIONS. The bidder shall obtain and pay for all licenses, permits, and inspection fees required under the contract; and shall comply with all Applicable Laws. 51. LEGAL REQUIREMENTS. The bidder shall be required to comply with all federal, State of Florida, Miami-Dade County, and City of Miami Beach codes, laws, ordinances, and/or rules and regulations that in any manner affect the items covered herein (collectively, Applicable Laws). Lack of knowledge or ignorance by the bidder with/of Applicable Laws will in no way be a cause for relief from responsibility. 52. LIABILITY, INSURANCE, LICENSES AND PERMITS. Where bidders are required to enter or go on to City of Miami Beach property to deliver materials or perform work or services as a result of the Bid, the bidder will assume the full duty, obligation and expense of obtaining all necessary licenses, permits, and insurance, and assure all work complies with all Applicable Laws. The bidder shall be liable for any damages or loss to the City occasioned by negligence of the bidder, or his/her officers, employees, contractors, and/or agents, for failure to comply with Applicable Laws. 53. MANNER OF PERFORMANCE. Bidder agrees to perform its duties and obligations in a professional manner and in accordance with all applicable Local, State, County, and Federal laws, rules, regulations and codes. Bidder agrees that the services provided shall be provided by employees that are educated, trained, experienced, certified, and licensed in all areas encompassed within their designated duties. Bidder agrees to furnish to the City any and all documentation, certification, authorization, license, permit, or registration currently required by applicable laws, rules, and regulations. Bidder further certifies that it and its employees will keep all licenses, permits, registrations, authorizations, or certifications required by applicable laws or regulations in full force and effect during the term of this contract. Failure of bidder to comply with this paragraph shall constitute a material breach of this contract. 54. MISTAKES. Bidders are expected to examine the specifications, delivery schedules, bid prices, and extensions, and all instructions pertaining to supplies and services. Failure to do so will be at the bidder's risk and may result in the bid being non-responsive. 55. MODIFICATION/WITHDRAWALS OF BIDS. A bidder may submit a modified bid to replace all or any portion of a previously submitted bid up until the bid due date and time. Modifications received after the bid due date and time will NOT be considered. Bids shall be irrevocable until contract award unless withdrawn in writing prior to the bid due date or after expiration of 120 calendar days from the opening of bids without a contract award. Letters of withdrawal received after the bid due date and before said expiration date and letters of withdrawal received after contract award will NOT be considered. 56. NON-CONFORMANCE TO CONTRACT CONDITIONS. Items may be tested for compliance with specifications. Items delivered, not conforming to specifications, may be rejected and returned at the bidder's expense. These items, as well as items not delivered as per delivery date in bid and/or purchase order, may be purchased by the City, at its discretion, on the open market. Any increase in cost may be charged against the bidder. Any violation of these stipulations may also result in the bidder's name being removed from the City's vendor list. 57. OPTIONAL CONTRACT USAGE. When the successful bidder(s) is in agreement, other units of government or non-profit agencies may participate in purchases pursuant to the award of this contract at the option of the unit of government or non-profit agency. -3,2714$K.r.,LVIERL.=1..131(NOIN.WaSZORMAGORMit ITB 2019-232-AY 12 MIA M/BEA CH expense. 50. LAWS, PERMITS AND REGULATIONS. The bidder shall obtain and pay for all licenses, permits, and inspection fees required under the contract; and shall comply with all Applicable Laws. 51. LEGAL REQUIREMENTS. The bidder shall be required to comply with all federal, State of Florida, Miami-Dade County, and City of Miami Beach codes, laws, ordinances, and/or rules and regulations that in any manner affect the items covered herein (collectively, Applicable Laws). Lack of knowledge or ignorance by the bidder with/of Applicable Laws will in no way be a cause for relief from responsibility. 52. LIABILITY, INSURANCE, LICENSES AND PERMITS. Where bidders are required to enter or go on to City of Miami Beach property to deliver materials or perform work or services as a result of the Bid, the bidder will assume the full duty, obligation and expense of obtaining all necessary licenses, permits, and insurance, and assure all work complies with all Applicable Laws. The bidder shall be liable for any damages or loss to the City occasioned by negligence of the bidder, or his/her officers, employees, contractors, and/or agents, for failure to comply with Applicable Laws. 53. MANNER OF PERFORMANCE. Bidder agrees to perform its duties and obligations in a professional manner and in accordance with all applicable Local, State, County, and Federal laws, rules, regulations and codes. Bidder agrees that the services provided shall be provided by employees that are educated, trained, experienced, certified, and licensed in all areas encompassed within their designated duties. Bidder agrees to furnish to the City any and all documentation, certification, authorization, license, permit, or registration currently required by applicable laws, rules, and regulations. Bidder further certifies that it and its employees will keep all licenses, permits, registrations, authorizations, or certifications required by applicable laws or regulations in full force and effect during the term of this contract. Failure of bidder to comply with this paragraph shall constitute a material breach of this contract. 54. MISTAKES. Bidders are expected to examine the specifications, delivery schedules, bid prices, and extensions, and all instructions pertaining to supplies and services. Failure to do so will be at the bidder's risk and may result in the bid being non-responsive. 55. MODIFICATION/WITHDRAWALS OF BIDS. A bidder may submit a modified bid to replace all or any portion of a previously submitted bid up until the bid due date and time. Modifications received after the bid due date and time will NOT be considered. Bids shall be irrevocable until contract award unless withdrawn in writing prior to the bid due date or after expiration of 120 calendar days from the opening of bids without a contract award. Letters of withdrawal received after the bid due date and before said expiration date and letters of withdrawal received after contract award will NOT be considered. 56. NON-CONFORMANCE TO CONTRACT CONDITIONS. Items may be tested for compliance with specifications. Items delivered, not conforming to specifications, may be rejected and returned at the bidder's expense. These items, as well as items not delivered as per delivery date in bid and/or purchase order, may be purchased by the City, at its discretion, on the open market. Any increase in cost may be charged against the bidder. Any violation of these stipulations may also result in the bidder's name being removed from the City's vendor list. 57. OPTIONAL CONTRACT USAGE. When the successful bidder(s) is in agreement, other units of government or non-profit agencies may participate in purchases pursuant to the award of this contract at the option of the unit of government or non-profit agency. 12 -MI BEACH 58. OSHA. The bidder warrants to the City that any work, services, supplies, materials or equipment supplied pursuant to this Bid shall conform in all respects to the standards set forth in the Occupational Safety and Health Act of 1970, as amended, and the failure to comply with this condition will be deemed breach of contract. Any fines levied because of inadequacies to comply with this condition shall be borne solely by the bidder. 59. PATENTS & ROYALTIES. The bidder shall indemnify and save harmless the City of Miami Beach, Florida, and its officers, employees, contractors, and/or agents, from liability of any nature or kind, including cost and expenses for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the City of Miami Beach, Florida. If the bidder uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the bid prices shall include all royalties or cost arising from the use of such design, device, or materials in any way involved in the work. 60. PAYMENT. Payment will be made by the City after the items have been received, inspected, and found to comply with Bid specifications, free of damage or defect, and properly invoiced. 61. PRICES QUOTED. Prices quoted shall remain firm and fixed during the duration of the contract. In completing the bid form, state both unit price and extended total, when requested. Prices must be stated in units of quantity specified in the bidding specifications. In case of discrepancy in computing the amount of the bid, the UNIT PRICE quoted will govern. All prices must be F.O.B. destination, freight prepaid (unless otherwise stated in Special Conditions). The Bidder may offer cash discounts for prompt payments; however, such discounts will not be considered in determining the lowest price during bid evaluation. Bidders are requested to provide prompt payment terms in the space provided on the Bid submittal signature page of the solicitation. Award, if made, will be in accordance with terms and conditions stated herein. Each item must be bid separately, and no attempt is to be made to tie any item or items in with any other item or items. Cash or quantity discounts offered will not be a consideration in determination of award of bid(s). 62. PRODUCT INFORMATION. Product literature, specifications, and technical information, including Manufacturer's Safety Data Sheets (MSDS) should be provided with this bid as an attachment to the "BID FORM". However, in all cases must be provided within five (5) calendar days upon request from Purchasing Agent. 63. REASONABLE ACCOMMODATION. In accordance with Title II of the Americans with Disabilities Act, any person requiring an accommodation at the Bid opening because of a disability must contact the Procurement Division. 64. SAMPLES. Bids submitted as an "equal" product must be accompanied with detailed specifications. Samples of items, when required, must be furnished free of expense and, if not destroyed, will, upon request, be returned at the bidder's expense. Bidders will be responsible for the removal of all samples furnished within (30) days after bid opening. All samples will be disposed of after thirty (30) days. Each individual sample must be labeled with the bidder's name. Failure of the bidder to either deliver required samples, or to clearly identify samples may be reason for rejection of the bid. Unless otherwise indicated, samples should be delivered to the Procurement Department, 1755 Meridian Avenue, 3rd Floor, Miami Beach, FL 33139. 65. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and Conditions shall have precedence. 66. SPOT MARKET PURCHASES. It is the intent of the City to purchase the items specifically listed in this Bid from ITB 2019-232-AY 13 MI\AMI BE A CH 58. OSHA. The bidder warrants to the City that any work, services, supplies, materials or equipment supplied pursuant to this Bid shall conform in all respects to the standards set forth in the Occupational Safety and Health Act of 1970, as amended, and the failure to comply with this condition will be deemed breach of contract. Any fines levied because of inadequacies to comply with this condition shall be borne solely by the bidder. 59. PATENTS & ROYAL TIES. The bidder shall indemnify and save harmless the City of Miami Beach, Florida, and its officers, employees, contractors, and/or agents, from liability of any nature or kind, including cost and expenses for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the City of Miami Beach, Florida. If the bidder uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the bid prices shall include all royalties or cost arising from the use of such design, device, or materials in any way involved in the work. 60. PAYMENT. Payment will be made by the City after the items have been received, inspected, and found to comply with Bid specifications, free of damage or defect, and properly invoiced. 61. PRICES QUOTED. Prices quoted shall remain firm and fixed during the duration of the contract. In completing the bid form, state both unit price and extended total, when requested. Prices must be stated in units of quantity specified in the bidding specifications. In case of discrepancy in computing the amount of the bid, the UNIT PRICE quoted will govern. All prices must be F.O.B. destination, freight prepaid (unless otherwise stated in Special Conditions). The Bidder may offer cash discounts for prompt payments; however, such discounts will not be considered in determining the lowest price during bid evaluation. Bidders are requested to provide prompt payment terms in the space provided on the Bid submittal signature page of the solicitation. Award, if made, will be in accordance with terms and conditions stated herein. Each item must be bid separately, and no attempt is to be made to tie any item or items in with any other item or items. Cash or quantity discounts offered will not be a consideration in determination of award of bid(s). 62. PRODUCT INFORMATION. Product literature, specifications, and technical information, including Manufacturer's Safety Data Sheets (MSDS) should be provided with this bid as an attachment to the "BID FORM". However, in all cases must be provided within five (5) calendar days upon request from Purchasing Agent. 63. REASONABLE ACCOMMODATION. In accordance with Title II of the Americans with Disabilities Act, any person requiring an accommodation at the Bid opening because of a disability must contact the Procurement Division. 64. SAMPLES. Bids submitted as an "equal" product must be accompanied with detailed specifications. Samples of items, when required, must be furnished free of expense and, if not destroyed, will, upon request, be returned at the bidder's expense. Bidders will be responsible for the removal of all samples furnished within (30) days after bid opening. All samples will be disposed of after thirty (30) days. Each individual sample must be labeled with the bidder's name. Failure of the bidder to either deliver required samples, or to clearly identify samples may be reason for rejection of the bid. Unless otherwise indicated, samples should be delivered to the Procurement Department, 1755 Meridian Avenue, 3 Floor, Miami Beach, FL 33139. 65. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and Conditions shall have precedence. 66. SPOT MARKET PURCHASES. It is the intent of the City to purchase the items specifically listed in this Bid from -A 13 MIA/\ \I BEACH the successful bidder. However, the City reserves the right to purchase the items from state or other governmental contract, or on an as-needed basis through the City's spot market purchase provisions. 67. SUBSTITUTIONS. After award of contract, the City WILL NOT accept substitute shipments of any kind, without previous written approval. The bidder is expected to furnish the brand quoted in its bid. Any substitute shipments will be returned at the bidder's expense. 68. TAXES. The City of Miami Beach is exempt from all Federal Excise and State taxes. 69. TIE BIDS. In accordance with Florida Statues Section 287.087, regarding identical tie bids, preference will be given to bidders certifying that they have implemented a drug free work place program. A certification form will be required. In the event of a continued tie between two or more bidders after consideration of the drug free workplace program, the City's Local Preference and Veteran Preference ordinances will dictate the manner by which a tie is to be resolved. In the event of a continued tie after the Local and Veteran Preference ordinances have been applied or the tie exists between bidders that are not Local or Veteran, the breaking of the tie shall be at the City Manager's discretion, which will make a recommendation for award to the City Commission. 70. TERMINATION FOR DEFAULT. If the successful bidder shall fail to fulfill in a timely manner, or otherwise violate, any of the covenants, agreements, or stipulations material to the Bid and/or the contract entered into with the City pursuant thereto, the City shall thereupon have the right to terminate the work and/or services then remaining to be performed by giving written notice to the bidder of such termination, which shall become effective upon receipt by the bidder of the written termination notice. In that event, the City shall compensate the successful bidder in accordance with the term of the contract for all work and/or services satisfactorily performed by the bidder prior to termination, net of any costs incurred by the City as a consequence of the default. Notwithstanding the above, the successful bidder shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the contract by the bidder, and the City may reasonably withhold payments to the successful bidder for the purposes of set off until such time as the exact amount of damages due the City from the successful bidder is determined. The City may, at its discretion, provide reasonable "cure period" for any contractual violation prior to termination of the contract; should the successful bidder fail to take the corrective action specified in the City's notice of default within the allotted cure period, then the City may proceed to terminate the contract for cause in accordance with this subsection 1.57. 71. TERMINATION FOR CONVENIENCE OF CITY. The City may, for its convenience, terminate the work and/or services then remaining to be performed, at any time, by giving written notice to the successful bidder of such termination, which shall become effective thirty (30) days following receipt by bidder of such notice. In that event, all finished or unfinished documents and other materials shall be properly delivered to the City. If the contract is terminated by the City as provided in this subsection, the City shall compensate the successful bidder in accordance with the terms of the contract for all and without cause and/or any resulting liability to the City, work and/or services actually performed by the successful bidder, and shall also compensate the bidder for its reasonable direct costs in assembling and delivering to City all documents. No compensation shall be due to the successful bidder for any profits that the successful bidder expected to earn on the balanced of the contract. Such payments shall be the total extent of the City's liability to the successful bidder upon a termination as provided for in this subsection. 72. ADDITIONAL ITEMS I SERVICES. Although this solicitation and resultant contract identifies specific goods, services or facilities ("items"), it is hereby agreed and understood that the City may require additional items to be n7177 2 ,0,%V .:ZIAIOSMENWINMSMOMSNI „A'arvgarm 14 MIAMI EACH the successful bidder. However, the City reserves the right to purchase the items from state or other governmental contract, or on an as-needed basis through the City's spot market purchase provisions. 67. SUBSTITUTIONS. After award of contract, the City WILL NOT accept substitute shipments of any kind, without previous written approval. The bidder is expected to furnish the brand quoted in its bid. Any substitute shipments will be returned at the bidder's expense. 68. TAXES. The City of Miami Beach is exempt from all Federal Excise and State taxes. 69. TIE BIDS. In accordance with Florida Statues Section 287.087, regarding identical tie bids, preference will be given to bidders certifying that they have implemented a drug free work place program. A certification form will be required. In the event of a continued tie between two or more bidders after consideration of the drug free workplace program, the City's Local Preference and Veteran Preference ordinances will dictate the manner by which a tie is to be resolved. In the event of a continued tie after the Local and Veteran Preference ordinances have been applied or the tie exists between bidders that are not Local or Veteran, the breaking of the tie shall be at the City Manager's discretion, which will make a recommendation for award to the City Commission. 70. TERMINATION FOR DEFAULT. If the successful bidder shall fail to fulfill in a timely manner, or otherwise violate, any of the covenants, agreements, or stipulations material to the Bid and/or the contract entered into with the City pursuant thereto, the City shall thereupon have the right to terminate the work and/or services then remaining to be performed by giving written notice to the bidder of such termination, which shall become effective upon receipt by the bidder of the written termination notice. In that event, the City shall compensate the successful bidder in accordance with the term of the contract for all work and/or services satisfactorily performed by the bidder prior to termination, net of any costs incurred by the City as a consequence of the default. Notwithstanding the above, the successful bidder shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the contract by the bidder, and the City may reasonably withhold payments to the successful bidder for the purposes of set off until such time as the exact amount of damages due the City from the successful bidder is determined. The City may, at its discretion, provide reasonable "cure period" for any contractual violation prior to termination of the contract; should the successful bidder fail to take the corrective action specified in the City's notice of default within the allotted cure period, then the City may proceed to terminate the contract for cause in accordance with this subsection 1.57. 71. TERMINATION FOR CONVENIENCE OF CITY. The City may, for its convenience, terminate the work and/or services then remaining to be performed, at any time, by giving written notice to the successful bidder of such termination, which shall become effective thirty (30) days following receipt by bidder of such notice. In that event, all finished or unfinished documents and other materials shall be properly delivered to the City. If the contract is terminated by the City as provided in this subsection, the City shall compensate the successful bidder in accordance with the terms of the contract for all and without cause and/or any resulting liability to the City, work and/or services actually performed by the successful bidder, and shall also compensate the bidder for its reasonable direct costs in assembling and delivering to City all documents. No compensation shall be due to the successful bidder for any profits that the successful bidder expected to earn on the balanced of the contract. Such payments shall be the total extent of the City's liability to the successful bidder upon a termination as provided for in this subsection. 72. ADDITIONAL ITEMS / SERVICES. Although this solicitation and resultant contract identifies specific goods, services or facilities ("items"), it is hereby agreed and understood that the City may require additional items to be 14 BEACH added to the Contract which are ancillary or supplemental to the items specified herein and required to complete the work. When additional items are required to be added to the Contract, awarded vendor(s), as applicable to the item being requested, under this contract may be invited to submit price quote(s) for the additional items. If these quote(s) are determined to be fair and reasonable, then the additional items will be awarded to the current contract vendor(s) through either a Purchase Order (or Change Order if Purchase Order already exists) or an amendment to the Contract. Additional items with a cumulative value of $50,000 or less may be approved by the City Manager. City Commission approval is required for additional items with a cumulative value greater than $50,000. The City may determine to obtain price quotes for the additional items from other vendors in the event that fair and reasonable pricing is not obtained from the current contract vendors, or for other reasons at the City's discretion. ITB 2019-232-AY 15 MIAMIBEACH added to the Contract which are ancillary or supplemental to the items specified herein and required to complete the work. When additional items are required to be added to the Contract, awarded vendor(s), as applicable to the item being requested, under this contract may be invited to submit price quote(s) for the additional items. If these quote(s) are determined to be fair and reasonable, then the additional items will be awarded to the current contract vendor(s) through either a Purchase Order (or Change Order if Purchase Order already exists) or an amendment to the Contract. Additional items with a cumulative value of $50,000 or less may be approved by the City Manager. City Commission approval is required for additional items with a cumulative value greater than $50,000. The City may determine to obtain price quotes for the additional items from other vendors in the event that fair and reasonable pricing is not obtained from the current contract vendors, or for other reasons at the City's discretion. 15 \,A1 BEACH SECTION 0300 PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT 1. SEALED BIDS. One original Bid Proposal (preferably in 3-ring binder) must be submitted in an opaque, sealed envelope or container on or before the due date established for the receipt of bids. Additionally, three (3) bound copies and one (1) electronic format (CD or USB format) are to be submitted, with the original submission or within three (3) calendar days upon request from the City. The following information should be clearly marked on the face of the envelope or container in which the bid is submitted: Bid Number, Bid Title, Bidders Name, Bidder Return Address. Bids received electronically, either through email or facsimile, are not acceptable and will be rejected. 2. BID PROPOSAL. The Bid Proposal is to include the following: • TAB 1 — Cost Proposal Form (Appendix E). The Cost Proposal Form (Appendix E) shall be completed mechanically or, if manually, in ink. Cost Proposal Forms submitted in pencil shall be deemed non- responsive. All corrections on the Cost Proposal Form shall be initialed. FAILURE TO SUBMIT THE MOST RECENT COST PROPOSAL FORM (EITHER INCLUDED IN THE ORIGINAL ITB OR RELEASED VIA AN ADDENDUM) MAY RESULT IN BID BEING DEEMED NOT RESPONSIVE AND NOT BEING FURTHER CONSIDERED. • TAB 2 - Bid Certification, Questionnaire and Affidavits (Appendix A). The City reserves the right to request any documentation omitted, with exception of the Cost Proposal Form (Appendix E), Proposal Certification, Questionnaire & Requirements Affidavit (Appendix A), and Bid Bond (if applicable). Bid Submittals received that do not include the Cost Proposal Form, completed as required and fully executed, or Bid Bond (if applicable) shall be deemed non-responsive. Bidder must submit any omitted documentation within three (3) business days upon request from the City, or the bid may be deemed non- responsive. Non-responsive bid packages will receive no further consideration. 2. LATE BIDS. Bid Proposals are to be received on or before the due date established herein for the receipt of Bids. Any Bid received after the deadline established for receipt of proposals will be considered late and not be accepted or will be returned to Proposer unopened. The City does not accept responsibility for any delays, natural or otherwise. ITB 2019-232-AY 16 MIA}I BEACH SECTION 0300 PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT 1. SEALED BIDS. One original Bid Proposal (preferably in 3-ring binder) must be submitted in an opaque, sealed envelope or container on or before the due date established for the receipt of bids. Additionally, three (3) bound copies and one (1) electronic format (CD or USB format) are to be submitted, with the original submission or within three (3) calendar days upon request from the City. The following information should be clearly marked on the face of the envelope or container in which the bid is submitted: Bid Number, Bid Title, Bidders Name, Bidder Return Address. Bids received electronically, either through email or facsimile, are not acceptable and will be rejected. 2. BID PROPOSAL The Bid Proposal is to include the following: • TAB 1 - Cost Proposal Form (Appendix E). The Cost Proposal Form (Appendix E) shall be completed mechanically or, if manually, in ink. Cost Proposal Forms submitted in pencil shall be deemed non- responsive. All corrections on the Cost Proposal Form shall be initialed. • TAB 2 - Bid Certification, Questionnaire and Affidavits (Appendix A). The City reserves the right to request any documentation omitted, with exception of the Cost Proposal Form (Appendix E), Proposal Certification, Questionnaire & Requirements Affidavit (Appendix A), and Bid Bond (if applicable). Bid Submittals received that do not include the Cost Proposal Form, completed as required and fully executed, or Bid Bond (if applicable) shall be deemed non-responsive. Bidder must submit any omitted documentation within three (3) business days upon request from the City, or the bid may be deemed non- responsive. Non-responsive bid packages will receive no further consideration. 2. LATE BIDS. Bid Proposals are to be received on or before the due date established herein for the receipt of Bids. Any Bid received after the deadline established for receipt of proposals will be considered late and not be accepted or will be returned to Proposer unopened. The City does not accept responsibility for any delays, natural or otherwise. 16 APPENDIX "A" Proposal 1.'vertificatio?, Q%iiestiormaire Reqi.eiremerits Affidavit ITB 2019-232-AY OUTFALL qLEANING AND MAINTENAN^E SERVIgES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 UMIEZEIBUSIMantl,' ITB 2019-232-AY 17 A P P E N D IX " A " Proposal ertificatio3, Qestio3aire & Reqiremets Affidavit 1TB 2019-232-A Y OUTFALL LEANING AND MAINTENANE SERVIES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3d Floor Mia mi Be a eh, Flo rid a 33139 IIB 2019-232A4Y 17 Solicitation No: ITB 2019-232-AY Solicitation Title: Outfall Cleaning and Maintenance Services Procurement Contact: Arju Yudasto Tel: 305-673-7490 x26695 Email: Arju Yudasto PROPOSAL CERTIFICATION, QUESTIONNAIRE & REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Proposal Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposers of certain solicitation and contractual requirements, and to collect necessary information from Proposers in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Proposal Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME: NO. OF YEARS IN BUSINESS: NO. OF YEARS IN BUSINESS LOCALLY: NO. OF EMPLOYEES: OTHER NAME(S) PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS (HEADQUARTERS): CITY: STATE: ZIP CODE: TELEPHONE NO.: TOLL FREE NO.: FAX NO.: FIRM LOCAL ADDRESS: CITY: STATE: ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: ACCOUNT REP TELEPHONE NO.: ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: FEDERAL TAX IDENTIFICATION NO.: The City reserves the right to seek additional information from Proposer or other source(s), including but not limited to: any firm or principal information, applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems necessary to evaluate the capacity of the Proposer to perform in accordance with contract requirements. ITB 18 Solicitation No: Solicitation Title: ITB 2019-232-AY Outfall Cleaning and Maintenance Services Procurement Contact: Tel. [Zocas. Arju Yudasto 305-673-7 490 x26695 PROPOSAL CERTIFICATION, QUESTIONNAIRE & REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Proposal Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposers of certain solicitation and contractual requirements, and to collect necessary information from Proposers in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Proposal Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME: NO. OF YEARS IN BUSINESS: I NO. OF YEARS IN BUSINESS LOCALLY: I NO. OF EMPLOYEES: OTHER NAME(S) PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS (HEADQUARTERS): CITY: STATE: I ZIP CODE: TELEPHONE NO.: TOLL FREE NO.: FAX NO.: FIRM LOCAL ADDRESS: CITY: STATE: I ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: ACCOUNT REP TELEPHONE NO.: ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: FEDERAL TAX IDENTIFICATION NO.: The City reserves the right to seek additional information from Proposer or other source(s), including but not limited to: any firm or principal information, applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems necessary to evaluate the capacity of the Proposer to perform in accordance with contract requirements. 18 1. Veteran Owned Business. Is Proposer claiming a veteran owned business status? YES NO SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government, as required pursuant to ordinance 2011-3748. 2. Financial Capacity. When requested by the City, each Proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report (SQR) directly to the Procurement Contact named herein. No proposal will be considered without receipt, by the City, of the SQR directly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the Proposer. The Proposer shall request the SQR report from D&B at: https://supplierportal.dnb.com/webapp/wcsistores/servlet/SupplierPortal?storeld=11696 Proposers are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each Proposer review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process. For assistance with any portion of the SQR submittal process, contact Dun & Bradstreet at 800-424-2495. SUBMITTAL REQUIREMENT: Proposer shall request that Dun & Bradstreet submit its Supplier Qualifier Report directly to the City, with bid or within three (3) days of request. 3. Conflict Of Interest. All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates 4. References & Past Performance. Proposer shall submit at least three (3) references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name & Title, 3) Address, 4) Telephone, 5) Contact's Email and 6) Narrative on Scope of Services Provided. 5. Suspension, Debarment or Contract Cancellation. Has Proposer ever been debarred, suspended or other legal violation, or had a contract cancelled due to non-performance by any public sector agency? YES NO SUBMITTAL REQUIREMENT: If answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to action(s). 6. Vendor Campaign Contributions. Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including disqualification of their Proposals, in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants) with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. 7. Code of Business Ethics. Pursuant to City Resolution No.2000-23879, each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics ("Code") and submit that Code to the Procurement Department with its proposal/response or within five (5) days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics, Proposer may submit a statement indicating that it will adopt, as required in the ordinance, the City of Miami Beach Code of Ethics, available at http://www.miamibeachfl.qov/city-hall/procurement/procurement-related-ordinance-and-procedures/ Afkl ..1ENBOORIENS VovraaNEM 'TB -AY 19 1. Veteran Owned Business. Is Proposer claiming a veteran owned business status? I Is I o SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government, as required pursuant to ordinance 2011-3748. Financial Capacity. When requested by the City, each Proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report (SQR) directly to the Procurement Contact named herein. No proposal will be considered without receipt, by the City, of the SQR dire ctly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the Proposer. The Proposer shall request the SQR report from D&B at: https://supplierportal.dnb.com/webapp/wcs/stores/servlet/SupplierPortal?storeld=11696 Proposers are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each Proposer review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process. For assistance with any portion of the SQR submittal process, contact Dun & Bradstreet at 800-424-2495. SUBMITTAL REQUIREMENT: Proposer shall request that Dun & Bradstreet submit its Supplier Qualifier Report directly to the City, with bid or within three (3) days of request. 3. Conflict Of Interest. All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates. 2. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates 4. References & Past Performance. Proposer shall submit at least three (3) references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SU BM ITT AL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name & Title, 3) Address, 4) Telephone, 5) Contact's Email and 6) Narrative on Scope of Services Provided. 5. Suspension, Debarment or Contract Cancellation. Has Proposer ever been debarred, suspended or other legal violation, or had a contract cancelled due to non-performance by any public sector agency? I rs I Jo SUBMITTAL REQUIREMENT: If answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to action(s). 6. Vendor Campaign Contributions. Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including disqualification of their Proposals, in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants) with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. 7. Code of Business Ethics. Pursuant to City Resolution No.2000-23879, each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics ("Code") and submit that Code to the Procurement Department with its proposal/response or within five (5) days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics, Proposer may submit a statement indicating that it will adopt, as required in the ordinance, the City of Miami Beach Code of Ethics, available at http://www.miamibeachfl.gov/city-hall/procurement/procurement-related-ordinance-and-procedures/ 19 8. Living Wage. Pursuant to Section 2-408 of the City of Miami Beach Code, as same may be amended from time to time, covered employees shall be paid the required living wage rates listed below: 1. Effective January 1, 2018, covered employees must be paid a living wage rate of no less than $11.62 per hour with health care benefits of at least $2.26 per hour, or a living wage rate of no less than $13.88 per hour without health care benefits. 2. Effective January 1, 2019, covered employees must be paid a living wage rate of no less than $11.70 per hour with health care benefits of at least $2.74 per hour, or a living wage rate of no less than $14.44 per hour without health care benefits. 3. Effective January 1, 2020, covered employees must be paid a living wage rate of no less than $11.78 per hour with health care benefits of at least $3.22 per hour, or a living wage rate of no less than$15.00 per hour without health care benefits. The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation using the Consumer Price Index for all Urban Consumers (CPI-U) Miami/Ft. Lauderdale, issued by the U.S. Department of Labor's Bureau of Labor Statistics. Notwithstanding the preceding, no annual index shall exceed three percent (3%). The City may also, by resolution, elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to implement same (in a particular year). Proposers' failure to comply with this provision shall be deemed a material breach under this proposal, under which the City may, at its sole option, immediately deem said Proposer as non-responsive, and may further subject Proposer to additional penalties and fines, as provided in the City's Living Wage Ordinance, as amended. Further information on the Living Wage requirement is available at http://www.miamibeachfl.govicity-hall/procurementiprocurement-related-ordinance-and-procedures/. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees to the living wage requirement. Any payroll request made by the City during the contract term shall be completed electronically via the City's electronic compliance portal, LCP Tracker (LCPTracker.net). 9. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited contracts valued at over $100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive proposals, to provide "Equal Benefits" to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? YES NO B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners* or to domestic partners of employees? YES NO C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Firm Provides for Employees with Spouses Firm Provides for Employees with Domestic Partners Firm does not Provide Benefit Health Sick Leave Family Medical Leave Bereavement Leave If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached) with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at http://www.miamibeachfl.govicity-hall/procurement/procurement-related-ordinance-and- procedures/ ITB 19-377 ar.."1SIUMiltefeet44101M.U. ZNIMMOMMIZALYZIMMVXMOAMOMMOM%—.49XUSSMNIAMTOWN AMOWNWORMSE 20 8. Living Wage. Pursuant to Section 2-408 of the City of Miami Beach Code, as same may be amended from time to time, covered employees shall be paid the required living wage rates listed below: 1. Effective January 1, 2018, covered employees must be paid a living wage rate of no less than $11.62 per hour with health care benefits of at least $2.26 per hour, or a living wage rate of no less than $13.88 per hour without health care benefits. 2. Effective January 1, 2019, covered employees must be paid a living wage rate of no less than $11.70 per hour with health care benefits of at least $2.74 per hour, or a living wage rate of no less than $14.44 per hour without health care benefits. 3. Effective January 1, 2020, covered employees must be paid a living wage rate of no less than $11.78 per hour with health care benefits of at least $3.22 per hour, or a living wage rate of no less than$15.00 per hour without health care benefits. The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation using the Consumer Price Index for all Urban Consumers (CPI-U) Miami/Ft. Lauderdale, issued by the U.S. Department of Labor's Bureau of Labor Statistics. Notwithstanding the preceding, no annual index shall exceed three percent (3%). The City may also, by resolution, elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to implement same (in a particular year). Proposers' failure to comply with this provision shall be deemed a material breach under this proposal, under which the City may, at its sole option, immediately deem said Proposer as non-responsive, and may further subject Proposer to additional penalties and fines, as provided in the City's Living Wage Ordinance, as amended. Further information on the Living Wage requirement is available at http://www.miamibeachfl.gov/city-hall/procurement/procurement-related-ordinance-and-procedures/. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees to the living wage requirement. Any payroll request made by the City during the contract term shall be completed electronically via the City's electronic compliance portal, LCP Tracker (LCPTracker.net). 9. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited contracts valued at over $100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive proposals, to provide "Equal Benefits" to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? I Ire I Jo B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners* or to domestic partners of employees? L Ires L Io C . Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health Sick Leave Family Medical Leave Bereavement Leave If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached) with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at http://www.miamibeachfl.gov/city-hall/procurement/procurement-related-ordinance-and- procedures/ 20 10. Public Entity Crimes. Section 287.133(2)(a), Florida Statutes, as currently enacted or as amended from time to time, states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a proposal, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit proposals, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees with the requirements of Section 287.133, Florida Statutes, and certifies it has not been placed on convicted vendor list. 11. Non-Discrimination. Pursuant to City Ordinance No.2016-3990, the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a) of the City Code, including the blacklisting, divesting from, or otherwise refusing to deal with a person or entity when such action is based on race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital or familial status, age or disability. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 12. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi, as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi, nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 13. Fair Chance Requirement. Pursuant to Section 2-376 of the City Code, the City shall not enter into any contract resulting from a competitive solicitation, unless the proposer certifies in writing that the business has adopted and employs written policies, practices, and standards that are consistent with the City's Fair Chance Ordinance, set forth in Article V of Chapter 62 of the City Code ("Fair Chance Ordinance"), and which, among other things, (i) prohibits City contractors, as an employer, from inquiring about an applicant's criminal history until the applicant is given a conditional offer of employment; (ii) prohibits advertising of employment positions with a statement that an individual with a criminal record may not apply for the position, and (iii) prohibits placing a statement on an employment application that a person with a criminal record may not apply for the position. SUBMITTAL REQUIREMENT: No additional submittal is required at this time. By virtue of executing this affidavit, Proposer certifies that it has adopted policies, practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees to provide the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that any breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termination for cause of the agreement, in addition to any damages that may be available at law and in equity. 14. Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. Initial to Confirm Receipt Initial to Confirm Receipt Initial to Confirm Receipt Addendum 1 Addendum 6 Addendum 11 Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required, submit under separate cover. VIZASMITO:CMISSMIAMMUSWCal4fAir*Minitair TAWKWaraVMAN 21 ITB 201 10 . Public Entity Crimes. Section 287.133(2)(a), Florida Statutes, as currently enacted or as amended from time to time, states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a proposal, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit proposals, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees with the requirements of Section 287.133, Florida Statutes, and certifies it has not been placed on convicted vendor list. 11. Non-Discrimination. Pursuant to City Ordinance No.2016-3990, the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a) of the City Code, including the blacklisting, divesting from, or otherwise refusing to deal with a person or entity when such action is based on race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital or familial status, age or disability. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 12. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi, as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi, nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 13. Fair Chance Requirement. Pursuant to Section 2-376 of the City Code, the City shall not enter into any contract resulting from a competitive solicitation, unless the proposer certifies in writing that the business has adopted and employs written policies, practices, and standards that are consistent with the City's Fair Chance Ordinance, set forth in Article V of Chapter 62 of the City Code ("Fair Chance Ordinance"), and which, among other things, (i) prohibits City contractors, as an employer, from inquiring about an applicant's criminal history until the applicant is given a conditional offer of employment; (ii) prohibits advertising of employment positions with a statement that an individual with a criminal record may not apply for the position, and (iii) prohibits placing a statement on an employment application that a person with a criminal record may not apply for the position. SUBMITTAL REQUIREMENT: No additional submittal is required at this time. By virtue of executing this affidavit, Proposer certifies that it has adopted policies, practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees to provide the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that any breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termination for cause of the agreement, in addition to any damages that may be available at law and in equity. 14. Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. Initial to Confirm Initial to Confirm Initial to Confirm Receipt Receipt Receipt Addendum 1 Addendum 6 Addendum 11 Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required, submit under separate cover. 21 DISCLOSURE AND DISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the "City") for the recipient's convenience. Any action taken by the City in response to Proposals made pursuant to this solicitation, or in making any award, or in failing or refusing to make any award pursuant to such Proposals, or in cancelling awards, or in withdrawing or cancelling this solicitation, either before or after issuance of an award, shall be without any liability or obligation on the part of the City. In its sole discretion, the City may withdraw the solicitation either before or after receiving proposals, may accept or reject proposals, and may accept proposals which deviate from the solicitation, as it deems appropriate and in its best interest. In its sole discretion, the City may determine the qualifications and acceptability of any party or parties submitting Proposals in response to this solicitation. Following submission of a Bid or Proposal, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Proposal and the applicant including, without limitation, the applicant's affiliates, officers, directors, shareholders, partners and employees, as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposers. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete. The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents, or on any permitted communications with City officials, shall be at the recipient's own risk. Proposers should rely exclusively on their own investigations, interpretations, and analyses. The solicitation is being provided by the City without any warranty or representation, express or implied, as to its content, its accuracy, or its completeness. No warranty or representation is made by the City or its agents that any Proposal conforming to these requirements will be selected for consideration, negotiation, or approval. The City shall have no obligation or liability with respect to this solicitation, the selection and the award process, or whether any award will be made. Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer, is totally relying on this Disclosure and Disclaimer, and agrees to be bound by the terms hereof. Any Proposals submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Proposal. This solicitation is made subject to correction of errors, omissions, or withdrawal from the market without notice. Information is for guidance only, and does not constitute all or any part of an agreement. The City and all Proposers will be bound only as, if and when a Proposal (or Proposals), as same may be modified, and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties. Any response to this solicitation may be accepted or rejected by the City for any reason, or for no reason, without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law, and all Proposals and supporting documents shall be subject to disclosure as required by such law. All Proposals shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposers are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Proposal, the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Proposal, and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Proposal is true, accurate and complete, to the best of its knowledge, information, and belief. Notwithstanding the foregoing or anything contained in the solicitation, all Proposers agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any action or inaction by the City with respect thereto, such liability shall be limited to $10,000.00 as agreed-upon and liquidated damages. The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. I B Y 22 DISCLOSURE AND DISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the "City") for the recipient's convenience. Any action taken by the City in response to Proposals made pursuant to this solicitation, or in making any award, or in failing or refusing to make any award pursuant to such Proposals, or in cancelling awards, or in withdrawing or cancelling this solicitation, either before or after issuance of an award, shall be without any liability or obligation on the part of the City. In its sole discretion, the City may withdraw the solicitation either before or after receiving proposals, may accept or reject proposals, and may accept proposals which deviate from the solicitation, as it deems appropriate and in its best interest. In its sole discretion, the City may determine the qualifications and acceptability of any party or parties submitting Proposals in response to this solicitation. Following submission of a Bid or Proposal, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Proposal and the applicant including, without limitation, the applicant's affiliates, officers, directors, shareholders, partners and employees, as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposers. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete. The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents, or on any permitted communications with City officials, shall be at the recipient's own risk. Proposers should rely exclusively on their own investigations, interpretations, and analyses. The solicitation is being provided by the City without any warranty or representation, express or implied, as to its content, its accuracy, or its completeness. No warranty or representation is made by the City or its agents that any Proposal conforming to these requirements will be selected for consideration, negotiation, or approval. The City shall have no obligation or liability with respect to this solicitation, the selection and the award process, or whether any award will be made. Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer, is totally relying on this Disclosure and Disclaimer, and agrees to be bound by the terms hereof. Any Proposals submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Proposal. This solicitation is made subject to correction of errors, omissions, or withdrawal from the market without notice. Information is for guidance only, and does not constitute all or any part of an agreement. The City and all Proposers will be bound only as, if and when a Proposal (or Proposals), as same may be modified, and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties. Any response to this solicitation may be accepted or rejected by the City for any reason, or for no reason, without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law, and all Proposals and supporting documents shall be subject to disclosure as required by such law. All Proposals shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposers are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Proposal, the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Proposal, and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Proposal is true, accurate and complete, to the best of its knowledge, information, and belief. Notwithstanding the foregoing or anything contained in the solicitation, all Proposers agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any action or inaction by the City with respect thereto, such liability shall be limited to $10,000.00 as agreed-upon and liquidated damages. The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. 22 PROPOSER CERTIFICATION I hereby certify that: I, as an authorized agent of the Proposer, am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; Proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed, or compared the proposal with other Proposers and has not colluded with any other Proposer or party to any other proposal; Proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal, inclusive of the Proposal Certification, Questionnaire and Requirements Affidavit are true and accurate. Name of Proposer's Authorized Representative: Title of Proposers Authorized Representative: Signature of Proposer's Authorized Representative: Date: ITB • • 3 AY 23 PROPOSER CERTIFICATION I hereby certify that: I, as an authorized agent of the Proposer, am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; Proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed, or compared the proposal with other Proposers and has not colluded with any other Proposer or party to any other proposal; Proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal, inclusive of the Proposal Certification, Questionnaire and Re uirements Affidavit are true and accurate. Name of Proposer's Authorized Representative: Title of Proposer's Authorized Representative: Signature of Proposer's Authorized Representative: Date: - 23 ITB AY 24 s w1:-; ed not t r Nc., Bid " h ent o f vis \o v r '1 lo, '4nIP rove eY Cit y. 44 ,p APPENDIX B "No Bid" Form ITB 2019-232-AY OUTFALL ^LEANING AND MAINTENANIZE SERVI^ES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 APPENDIX B I "No Bid" Fo rm 1TB 2019-232-A Y OUTFALL LE ANING AND MAINTENA NE SERVIE S PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3d Floor Miami Beach, Florida 33139 24 Statement of No Bid WE HAVE ELECTED NOT TO SUBMIT A PROPOSAL AT THIS TIME FOR REASON(S) CHECKED AND/OR INDICATED BELOW: Workload does not allow us to proposal Insufficient time to respond Specifications unclear or too restrictive Unable to meet specifications Unable to meet service requirements Unable to meet insurance requirements Do not offer this product/service OTHER. (Please specify) We do do not want to be retained on your mailing list for future proposals of this type product and/or service. Signature: Title: Legal Company Name: Note: Failure to respond, either by submitting a proposal or this completed form, may result in your company being removed from our vendors list. PLEASE RETURN TO: CITY OF MIAMI BEACH PROCUREMENT DEPARTMENT ATTN: ARJU YUDASTO PROPOSAL # 2019-232-AY 1755 MERIDIAN AVENUE, 3rd FLOOR MIAMI BEACH, FL 33139 It9-2 3 2-AY 25 Statement of No Bid WE HAVE ELECTED NOT TO SUBMIT A PROPOSAL AT THIS TIME FOR REASON(S) CHECKED AND/OR INDICATED BELOW: Workload does not allow us to proposal _Insufficient time to respond Specifications unclear or too restrictive Unable to meet specifications Unable to meet service requirements Unable to meet insurance requirements Do not offer this product/service _OTHER. (Please specify) We do _ do not_ want to be retained on your mailing list for future proposals of this type product and/or service. Signature: _ Title: ---------------------- Legal Company Name: _ Note: Failure to respond, either by submitting a proposal or this completed form, may result in your company being removed from our vendors list. PLEASE RETURN TO: CITY OF MIAMI BEACH PROCUREMENT DEPARTMENT ATTN: ARJU YUDASTO PROPOSAL # 2019-232-AY 1755 MERIDIAN AVENUE, 3'FLOOR MIAMI BEACH, FL 33139 25 APPENDIX :!.p e c ific a tio .7s ITB 2019-232-AY OUTFALL qLEANING AND MAINTENAINiZE SERVIIZES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 it 01 -77 26 A PP E N D I X T 2pecificatio?s 1TB 2019-232-A Y O U TF AL L LE AN ING AND MAINTENANTE SE RVI E S PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3d Floor Miami Beach, Florida 33139 26 MINIMUM ELIGIBILITY REQUIREMENTS. Intentionally Omitted. STATEMENT OF WORK REQUIRED. The Contractor shall perform work which shall consist of furnishing all tools, equipment, materials, supplies, and manufactured articles and for furnishing all transportation and services, including fuel, power, water, and essential communications, and for the performance of all labor, work, or other operations required. The work shall be complete, and all work, materials, and services not expressly shown which may be necessary for the complete and proper construction of the work in good faith shall be performed, furnished, and installed by the Contractor as though originally so specified or shown, at no increase in cost to the City. The work to be performed includes stormwater pipe and structure cleaning and video inspection. The project consists of the cleaning of stormwater piping, cleaning of catch basins, and cleaning of outfalls. The Contractor shall: • Obtain any required permitting for de-watering activities and by-pass pumping that may be needed for video taping and inspection. All solids removed from the drainage system shall be disposed of by the contractor in an appropriately licensed landfill. Throughout the project a monthly log is to be kept detailing the date, location, and amount of material removed from the drainage system. This log is to be given to the City in electronic format prior to project closeout. • Comply with City's intent to obtain a completely clean and full video inspection or pictures of the relevant pipe and any items of labor, materials or equipment, which may reasonably be assumed as necessary to accomplish work. • Remove all plugs from the pipes during rainfall, pending rainfall, and at the completion of each day's work. BID ITEMS (GROUP A). The following specifications shall be considered the minimum acceptable requirement for each item. Item 1. Inspection / Report per Outfall: Inspection and reporting of each outfall. The report shall include the following for each outfall: • Percent of blockage • Length of pipe/box to be cleaned. Any cleaning in excess of 25 feet of pipe/box shall be noted • Estimate of waste material to be removed • Any damage found • Estimate cost to repair damage • Area of Mangrove Trimming that is required • Verify pipe size and pipe material • Location • PhotographsNideo Item 2-5. Pipe Cleaning — All Sizes: For bid items 2-5, the vendor shall remove all dirt, barnacles and foreign materials at the outfall and up to twenty feet of pipe which is impeding the flow of storm water into the waterway. This item includes the use and placing of turbidity barriers. All outfall pipe cleaning shall include cleaning of the headwall structure ITB /01 atiV rallraadMIEla 27 M INIM UM ELI G IBILI TY REQ UIREM ENTS. Intentionally Omitted. STATEMENT OF WORK REQUIRED. The Contractor shall perform work which shall consist of furnishing all tools, equipment, materials, supplies, and manufactured articles and for furnishing all transportation and services, including fuel, power, water, and essential communications, and for the performance of all labor, work, or other operations required. The work shall be complete, and all work, materials, and services not expressly shown which may be necessary for the complete and proper construction of the work in good faith shall be performed, furnished, and installed by the Contractor as though originally so specified or shown, at no increase in cost to the City. The work to be performed includes stormwater pipe and structure cleaning and video inspection. The project consists of the cleaning of stormwater piping, cleaning of catch basins, and cleaning of outfalls. The Contractor shall: • Obtain any required permitting for de-watering activities and by-pass pumping that may be needed for video taping and inspection. All solids removed from the drainage system shall be disposed of by the contractor in an appropriately licensed landfill. Throughout the project a monthly log is to be kept detailing the date, location, and amount of material removed from the drainage system. This log is to be given to the City in electronic format prior to project closeout. • Comply with City's intent to obtain a completely clean and full video inspection or pictures of the relevant pipe and any items of labor, materials or equipment, which may reasonably be assumed as necessary to accomplish work. • Remove all plugs from the pipes during rainfall, pending rainfall, and at the completion of each day's work. BID ITEMS (GROUP A). The following specifications shall be considered the minimum acceptable requirement for each item. Item 1. Inspection/ Report per Outfall: Inspection and reporting of each outfall. The report shall include the following for each outfall: • Percent of blockage • Length of pipe/box to be cleaned. Any cleaning in excess of 25 feet of pipe/box shall be noted • Estimate of waste material to be removed • Any damage found • Estimate cost to repair damage • Area of Mangrove Trimming that is required • Verify pipe size and pipe material • Location • PhotographsNideo Item 2-5. Pipe Cleaning - All Sizes: For bid items 2-5, the vendor shall remove all dirt, barnacles and foreign materials at the outfall and up to twenty feet of pipe which is impeding the flow of storm water into the waterway. This item includes the use and placing of turbidity barriers. All outfall pipe cleaning shall include cleaning of the headwall structure 27 24 inches around all pipe sizes. Below is the list of diameters for the pipe cleaning: • 0"-24" Diameter • 25"-36" Diameter • 37"-48" Diameter • 49"-72" Diameter Item 6. Alluvial Fan Removal: Remove sediment build up from the outfalls. This item shall be paid in cubic yards of material removed. Item 7. Hauling and Disposing: Haul away and dispose of all waste and vegetation material from the assigned outfall locations to an approved landfill site or a designated city site. This item includes all costs and incidentals associated with the hauling and disposal of the waste/vegetation material via a watertight truck. Materials removed from the outfalls shall be removed and disposed of according to all local and state regulations. All debris, materials, piping, and miscellaneous waste products from the work described in this section shall be removed from the project as soon as possible. They shall be disposed of in accordance with applicable federal, state, and local regulations. The Contractor is responsible for determining these regulations and shall bear all costs or retain any profit associated with disposal of these items. Item 8. Mangrove Trimming: Trim mangroves when directed by the City. All tools used for trimming must be clean and free of oils. It is very important the tools are sharp for a clean cut. Item 9-10. Box Culvert Cleaning: Remove all dirt and foreign materials at the outfall and up to twenty feet of box culvert. This item includes the use and placing of turbidity barriers. All box culvert outfall cleaning shall include cleaning of the headwall structure 12 inches around all pipe sizes. • Box Culvert Cleaning 0 — 23 square feet • Box Culvert Cleaning 24 — 36 square feet EMERGENCY SERVICES (GROUP B). On occasions, the City may request additional work which may include a disaster, such as a hurricane response. The City reserves the right to exercise its discretion in making the determination as to what time the contract will be activated. ALL WORK SHALL BE COMPLETED IN ACCORDANCE WITH FEMA REGULATIONS AND APPLICABLE ENVIRONMENTAL REQUIREMENTS. 28 24 inches around all pipe sizes. Below is the list of diameters for the pipe cleaning: • 0"-24" Diameter • 25"-36" Diameter • 37-48" Diameter • 49"-72" Diameter Item 6. Alluvial Fan Removal: Remove sediment build up from the outfalls. This item shall be paid in cubic yards of material removed. Item 7. Hauling and Disposing: Haul away and dispose of all waste and vegetation material from the assigned outfall locations to an approved landfill site or a designated city site. This item includes all costs and incidentals associated with the hauling and disposal of the waste/vegetation material via a watertight truck. Materials removed from the outfalls shall be removed and disposed of according to all local and state regulations. All debris, materials, piping, and miscellaneous waste products from the work described in this section shall be removed from the project as soon as possible. They shall be disposed of in accordance with applicable federal, state, and local regulations. The Contractor is responsible for determining these regulations and shall bear all costs or retain any profit associated with disposal of these items. Item 8. Mangrove Trimming: Trim mangroves when directed by the City. All tools used for trimming must be clean and free of oils. It is very important the tools are sharp for a clean cut. Item 9-10. Box Culvert Cleaning: Remove all dirt and foreign materials at the outfall and up to twenty feet of box culvert. This item includes the use and placing of turbidity barriers. All box culvert outfall cleaning shall include cleaning of the headwall structure 12 inches around all pipe sizes. • Box Culvert Cleaning 0-23 square feet • Box Culvert Cleaning 24-36 square feet EMERGENCY SERVICES (GROUP B). On occasions, the City may request additional work which may include a disaster, such as a hurricane response. The City reserves the right to exercise its discretion in making the determination as to what time the contract will be activated. ALL WORK SHALL BE COMPLETED IN ACCORDANCE WITH FEMA REGULATIONS AND APPLICABLE ENVIRONMENTAL REQUIREMENTS. 28 APPENDIX D ID e c is I Ac7vAo rid itio 7s ITB 2019-232-AY OUTFALL gLEANING AND MAINTENAN"E SERVIEZES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB ._ _A 29 APPENDIX D 2pecial oditios 1TB 2019-232-A Y OUTFAL L LEANING AND MAINTENA NT E SER VI ES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3d Floor Miami Beach, Florida 33139 29 1. TERM OF CONTRACT. This contract shall remain in effect for three (3) years from date of contract execution by the Mayor and City Clerk. The City of Miami Beach has the option to renew the contract at the sole discretion of the City Manager for an additional two (2), one (1) year periods, on a year-to-year basis. Such option will be exercised, if at all, only when it is in the best interest of the City of Miami Beach. In the event that the contract is held over beyond the term herein provided it shall only be from a month-to-month basis only and shall not constitute an implied renewal of the contract. Said month to month extension shall be upon the same terms of the contract and at the compensation and payment provided herein, and shall not exceed six (6) months. MAP OF LOCATIONS AND AMOUNTS. See attached Appendix G. HYDRAULIC UPLIFT ON STRUCTURES The Contractor shall be completely responsible for any tanks, wet wells, pipelines, manholes, foundations, cellars, or similar structures that may become buoyant during the operations due to the ground water, floods or buoyancy of piping caused due to the placement of flowable backfills before the structure is put into caused due to the placement of flowable backfills before the structure is put into operation. Should there be any possibility of buoyancy of a pipeline or structure, the Contractor shall take the necessary steps to prevent its buoyancy. Damage to any structures due to floating or flooding shall be repaired or the structures replaced at the Contractor's expense. WATER TIGHTNESS OF STRUCTURES General: It is the intent of these specifications that all concrete work, sealing work around built-in items and penetrations be performed as required to ensure that groundwater, rainwater, wastewater, chemical solutions or other process liquids in tanks, wet wells, channels, and containers will not leak into any buildings and/or equipment rooms, pipe galleries, habitable areas, or other generally dry areas. 1. The required water tightness shall be achieved by quality concrete construction and proper sealing of all joints and penetrations. 2. Each unit shall be tested separately, and the leakage tests shall be made prior to backfilling and before equipment is installed unless otherwise approved by the City Representative. 3. The Contractor shall provide at his own expense all labor, material, temporary bulkheads, pumps, water, measuring devices, etc., necessary to perform the required test. Built-in Items and Penetrations: All pipe sleeves, built-in items and penetrations shall be sealed as detailed and as required to ensure a continuous watertight seal. CUTTING AND PATCHING The Contractor shall perform all cutting and patching of his work that may be required to make its several parts come together properly and fit it to receive or be received by such other work. The Contractor shall not endanger any work of other by cutting, excavating or otherwise altering their work and shall only cut or alter work with the written consent of the City Representative and of the other contractors whose work will be affected. 30 1. TERM OF CO NTRACT. This contract shall remain in effect for three (3) years from date of contract execution by the Mayor and City Clerk. The City of Miami Beach has the option to renew the contract at the sole discretion of the City Manager for an additional two (2), one (1) year periods, on a year-to-year basis. Such option will be exercised, if at all, only when it is in the best interest of the City of Miami Beach. In the event that the contract is held over beyond the term herein provided it shall only be from a month-to-month basis only and shall not constitute an implied renewal of the contract. Said month to month extension shall be upon the same terms of the contract and at the compensation and payment provided herein, and shall not exceed six (6) months. MAP OF LOCATIONS AND AMOUNTS. See attached Appendix G. HYDRAULIC UPLIFT ON STRUCTURES The Contractor shall be completely responsible for any tanks, wet wells, pipelines, manholes, foundations, cellars, or similar structures that may become buoyant during the operations due to the ground water, floods or buoyancy of piping caused due to the placement of flowable backfills before the structure is put into caused due to the placement of flowable backfills before the structure is put into operation. Should there be any possibility of buoyancy of a pipeline or structure, the Contractor shall take the necessary steps to prevent its buoyancy. Damage to any structures due to floating or flooding shall be repaired or the structures replaced at the Contractor's expense. WATER TIGHTNESS OF STRUCTURES General: It is the intent of these specifications that all concrete work, sealing work around built-in items and penetrations be performed as required to ensure that groundwater, rainwater, wastewater, chemical solutions or other process liquids in tanks, wet wells, channels, and containers will not leak into any buildings and/or equipment rooms, pipe galleries, habitable areas, or other generally dry areas. 1. The required water tightness shall be achieved by quality concrete construction and proper sealing of all joints and penetrations. 2. Each unit shall be tested separately, and the leakage tests shall be made prior to backfilling and before equipment is installed unless otherwise approved by the City Representative. 3. The Contractor shall provide at his own expense all labor, material, temporary bulkheads, pumps, water, measuring devices, etc., necessary to perform the required test. Built-in Items and Penetrations: All pipe sleeves, built-in items and penetrations shall be sealed as detailed and as required to ensure a continuous watertight seal. CUTTING AND PATCHING The Contractor shall perform all cutting and patching of his work that may be required to make its several parts come together properly and fit it to receive or be received by such other work. The Contractor shall not endanger any work of other by cutting, excavating or otherwise altering their work and shall only cut or alter work with the written consent of the City Representative and of the other contractors whose work will be affected. 30 ABANDONMENT AND SALVAGE OF EXISTING FACILITIES General: The scope of work requires the Contractor to interface with existing structures, and piping which will be abandoned or otherwise removed and/or relocated as part of the work. Prior to beginning any work associated with existing facilities to be abandoned, salvaged, or otherwise removed or relocated, the Contractor shall inform the City of his intent so that all arrangements can be made with the City for isolating pipelines (where possible) or otherwise removing existing facilities from service to the extent possible. The Contractor shall not proceed without written authorization from the City. The Contractor shall contact and coordinate accordingly with utility companies prior to and during the execution of the relocation, removal or abandonment of existing utility structures. Existing utility coordination is exclusively the responsibility of the Contractor. Pipelines: The CONTRACTOR shall abandon, salvage or otherwise remove existing pipelines or segments of existing pipelines shown to be abandoned in place, salvaged, or removed as part of the contract work. Unless otherwise indicated, all piping to be abandoned shall be abandoned in place. Pipe shown to be abandoned need only be removed a minimum three feet clear of new utilities to be installed. Abandon-in-place shall be defined as installing plugs, or other permanent closure, as reviewed and accepted by the CITY, on all termination's, open ends or ends of pipe designated as being cut, capped and anchored in an acceptable manner. The pipe will remain buried unless otherwise noted. Piping that needs to be removed, or any piping to be abandoned which interferes with new structures or piping, shall be excavated and removed using methods which will not disturb adjacent piping or other facilities. All pipe materials shall be subject to salvage by the City as defined below. Any remaining piping on both ends of pipe segments removed shall be abandoned in-place, per the above definition. After piping has been removed, the Contractor shall backfill the excavated area in accordance with requirements set forth in other sections of these specifications. REHABILITATION Certain areas of existing structures, piping, conduits, and the like will be affected by work necessary to complete modifications under this Contract. The Contractor shall be responsible to rehabilitate those areas affected by its construction activities. Where new piping is to be connected to existing piping, the existing piping shall be cut square and the ends properly prepared for the connection shown on the drawings. Any damage to the lining and coating of the existing piping shall be repaired by the Contractor. SLEEVES AND OPENINGS When requested by the Contractor, the installer of the pipes, conduit, or equipment, including those contractors or subcontractors who require openings or chases in slabs and walls for passage of ducts, mounting or equipment, etc., shall furnish all necessary information, instructions, and materials to effect accurate installation of the required openings, chases, sleeves, frames, inserts, etc. When such items are secured in position, and just prior to construction of the surrounding slab or wall, the subcontractor or contractor for whom the items are installed shall ascertain the proper number, locations, and settings thereof; and the Contractor shall schedule his operations to provide a reasonable opportunity and time interval for such inspection. 31 A B A N D O N M E N T A N D S A L VA G E O F E X IS T IN G F A C ILI T IE S General: The scope of work requires the Contractor to interface with existing structures, and piping which will be abandoned or otherwise removed and/or relocated as part of the work. Prior to beginning any work associated with existing facilities to be abandoned, salvaged, or otherwise removed or relocated, the Contractor shall inform the City of his intent so that all arrangements can be made with the City for isolating pipelines (where possible) or otherwise removing existing facilities from service to the extent possible. The Contractor shall not proceed without written authorization from the City. The Contractor shall contact and coordinate accordingly with utility companies prior to and during the execution of the relocation, removal or abandonment of existing utility structures. Existing utility coordination is exclusively the responsibility of the Contractor. Pipelines: The CONTRACTOR shall abandon, salvage or otherwise remove existing pipelines or segments of existing pipelines shown to be abandoned in place, salvaged, or removed as part of the contract work. Unless otherwise indicated, all piping to be abandoned shall be abandoned in place. Pipe shown to be abandoned need only be removed a minimum three feet clear of new utilities to be installed. Abandon-in-place shall be defined as installing plugs, or other permanent closure, as reviewed and accepted by the CITY, on all termination's, open ends or ends of pipe designated as being cut, capped and anchored in an acceptable manner. The pipe will remain buried unless otherwise noted. Piping that needs to be removed, or any piping to be abandoned which interferes with new structures or piping, shall be excavated and removed using methods which will not disturb adjacent piping or other facilities. All pipe materials shall be subject to salvage by the City as defined below. Any remaining piping on both ends of pipe segments removed shall be abandoned in-place, per the above definition. After piping has been removed, the Contractor shall backfill the excavated area in accordance with requirements set forth in other sections of these specifications. REHABILITATION Certain areas of existing structures, piping, conduits, and the like will be affected by work necessary to complete modifications under this Contract. The Contractor shall be responsible to rehabilitate those areas affected by its construction activities. Where new piping is to be connected to existing piping, the existing piping shall be cut square and the ends properly prepared for the connection shown on the drawings. Any damage to the lining and coating of the existing piping shall be repaired by the Contractor. SLEEVES AND OPENINGS When requested by the Contractor, the installer of the pipes, conduit, or equipment, including those contractors or subcontractors who require openings or chases in slabs and walls for passage of ducts, mounting or equipment, etc., shall furnish all necessary information, instructions, and materials to effect accurate installation of the required openings, chases, sleeves, frames, inserts, etc. When such items are secured in position, and just prior to construction of the surrounding slab or wall, the subcontractor or contractor for whom the items are installed shall ascertain the proper number, locations, and settings thereof; and the Contractor shall schedule his operations to provide a reasonable opportunity and time interval for such inspection. 31 Any cost resulting from correction of defective, ill-timed, or mis located work, or for subsequent work which becomes necessary because of omitted openings, chases, sleeves, frames, inserts, etc., shall be borne by the subcontractor or contractor responsible therefor. No contractor or subcontractor shall arbitrarily cut, drill, alter, damage, or otherwise endanger the work of another Contractor. In no case shall beams lintels, or other structural members be cut without the approval of the City Representative. The nature and extent of any corrective or additional work shall be subject to the approval of the City Representative following consultation with the affected parties. REQUIREMENTS FOR CONTROL OF WORK. All items of work in this Award shall be coordinated so that progress on each related work item will be continuous. The progress of the work will be review by the City monthly, and if the progress on any item of work during that week is found to be unsatisfactory, the Vendor shall be required to adjust the rate of progress on that item or other items as directed by the City. The vendor shall conduct its operations in such a manner as will result in the minimum of inconvenience to occupants of adjacent homes and business establishments and shall provide temporary access as directed or as conditions in any particular location may require. The vendor shall restore to its previous condition as directed by the city any private property, City property, or utilities damaged by his construction. No payment shall be made to the Vendor for any required restoration of private property, City property or utilities, unless otherwise noted. SCHEDULE The vendor shall provide to the Inspector a schedule of his or her activities on no greater than a monthly basis. The vendor shall notify and receive approval by the City of any alterations or deviations in advance of the work being started. The schedule can be handled via email provided that it is accurate and complete. Verbal communication alone of his scheduling will not be acceptable. RESTORATION/PROJECT CLEAN-UP The vendor shall take every precaution to avoid damage to surrounding properties. In the event that the vendor has caused such damage, he shall repair, replace, and/or make good on any and all claims to the satisfaction of the City and the claimant. Clean-up on this project is extremely important and the vendor will be responsible for keeping the work site neat and clean with debris being removed on a daily basis as the work progresses. If project cleanliness reaches an unacceptable level in the opinion of the City, the City will notify the vendor in writing. If the Vendor does not act to correct the situation within 24 hours in the case of general cleanliness, the City will call upon outside forces to provide the appropriate services. Cost of all such activities shall be charged to the vendor. All debris, trash, sediment shall be picked up, vacuumed and disposed of properly, not blown out into the waterways, rivers or estuaries. The vendor is required to minimize pollution to the ITB • 1 9 y UMMUSIMIMMUMW,0] -a .1ta, 32 Any cost resulting fro m correction of defective, ill-timed, or mis located work, or fo r subsequent work which becomes necessary because of omitted openings, chases, sleeves, fram es, inserts, etc., shall be born e by the subcontractor or contractor responsible therefor. No contractor or subcontractor shall arbitrarily cut, drill, alter, dam age, or otherw ise endanger the work of another Contractor. In no case shall beams lintels, or other structural mem bers be cut without the approval of the City Representative. The nature and extent of any corrective or additional work shall be subject to the approval of the City Representative following consultation with the affected parties. REQUIREMENTS FOR CONTROL OF WORK. All items of work in this Award shall be coordinated so that progress on each related work item will be continuous. The progress of the work will be review by the City monthly, and if the progress on any item of work during that week is found to be unsatisfactory, the Vendor shall be required to adjust the rate of progress on that item or other items as directed by the City. The vendor shall conduct its operations in such a manner as will result in the minimum of inconvenience to occupants of adjacent homes and business establishments and shall provide temporary access as directed or as conditions in any particular location may require. The vendor shall restore to its previous condition as directed by the city any private property, City property, or utilities damaged by his construction. No payment shall be made to the Vendor for any required restoration of private property, City property or utilities, unless otherwise noted. SCHEDULE The vendor shall provide to the Inspector a schedule of his or her activities on no greater than a monthly basis. The vendor shall notify and receive approval by the City of any alterations or deviations in advance of the work being started. The schedule can be handled via email provided that it is accurate and complete. Verbal communication alone of his scheduling will not be acceptable. RESTORATION/PROJECT CLEAN-UP The vendor shall take every precaution to avoid damage to surrounding properties. In the event that the vendor has caused such damage, he shall repair, replace, and/or make good on any and all claims to the satisfaction of the City and the claimant. Clean-up on this project is extremely important and the vendor will be responsible for keeping the work site neat and clean with debris being removed on a daily basis as the work progresses. If project cleanliness reaches an unacceptable level in the opinion of the City, the City will notify the vendor in writing. If the Vendor does not act to correct the situation within 24 hours in the case of general cleanliness, the City will call upon outside forces to provide the appropriate services. Cost of all such activities shall be charged to the vendor. All debris, trash, sediment shall be picked up, vacuumed and disposed of properly, not blown out into the waterways, rivers or estuaries. The vendor is required to minimize pollution to the 32 maximum extent practicable. LIQUIDATED DAMAGES Failure to respond to a service call within the time specified may result in the successful bidder being assessed the additional cost incurred by the City (liquidated damages) for any and all cost associated with the services performed by a secondary vendor. SITE CONDITIONS The Contractor acknowledges that he has investigated prior to bidding and satisfied himself as to the conditions affecting the Work, including but not restricted to those bearing upon transportation, disposal, handling and storage of materials, availability of labor, water, electric power, roads and uncertainties of weather, canal stages, tides, water tables or similar physical conditions at the site, the conformation and conditions of the ground, the character of equipment and facilities needed preliminary to and during prosecution of the Work. The Contractor further acknowledges that he has satisfied himself as to the character, quality and quantity of surface and subsurface materials or obstacles to be encountered insofar as this information is reasonably ascertainable from an inspection of the site, or any contiguous site, or any other information made available to him prior to receipt of bids. Any failure by the Contractor to acquaint himself with the available information will not relieve him from responsibility for estimating properly the difficulty or cost of successfully performing the Work. The City assumes no responsibility for any conclusions or interpretations made by the Contractor on the basis of the information made available by the City. Prior to work commencement, the Contractor shall verify existing utilities and locate other potential utilities in their working area. The utility verifications consist of excavation to verify tie-in points and to locate potential conflicts that may affect the work. The Contractor shall be responsible for the coordination of this work with the associated utility owners and permitting agencies having jurisdiction over the specific locations to be verified. PROTECTION OF PROPERTY The Contractor shall protect all property that may be affected by his work or operations. The location and extent of underground and covered facilities are not guaranteed and the Contractor is cautioned to proceed with care in order to prevent the undermining or damage to existing structures, piping, or facilities. The Contractor shall take all measures necessary to protect new and existing mechanical equipment from dust and debris. Al protective measures shall be furnished, installed, lighted, ventilated, maintained, and removed at the Contractor's own cost. When City water is being used, the supply source shall be protected against contamination in accordance with existing codes and regulations. In the event any of the CONTRACTOR'S activities were to disrupt or endanger any facilities, he shall at his own expense make al necessary repairs replacements necessary to correct the situation to the satisfaction of the ENGINER. Such work shall progress continuously to completion ITBM I 2- Y 33 m axim um extent practicable. LIQUIDATED DAMAGES Failure to respond to a service call within the time specified may result in the successful bidder being assessed the additional cost incurred by the City (liquidated damages) for any and all cost associated with the services performed by a secondary vendor. SITE CONDITIONS The Contractor acknowledges that he has investigated prior to bidding and satisfied himself as to the conditions affecting the Work, including but not restricted to those bearing upon transportation, disposal, handling and storage of materials, availability of labor, water, electric power, roads and uncertainties of weather, canal stages, tides, water tables or similar physical conditions at the site, the conformation and conditions of the ground, the character of equipment and facilities needed preliminary to and during prosecution of the Work. The Contractor further acknowledges that he has satisfied himself as to the character, quality and quantity of surface and subsurface materials or obstacles to be encountered insofar as this information is reasonably ascertainable from an inspection of the site, or any contiguous site, or any other information made available to him prior to receipt of bids. Any failure by the Contractor to acquaint himself with the available information will not relieve him from responsibility for estimating properly the difficulty or cost of successfully performing the Work. The City assumes no responsibility for any conclusions or interpretations made by the Contractor on the basis of the information made available by the City. Prior to work commencement, the Contractor shall verify existing utilities and locate other potential utilities in their working area. The utility verifications consist of excavation to verify tie-in points and to locate potential conflicts that may affect the work. The Contractor shall be responsible for the coordination of this work with the associated utility owners and permitting agencies having jurisdiction over the specific locations to be verified. PROTECTION OF PROPERTY The Contractor shall protect all property that may be affected by his work or operations. The location and extent of underground and covered facilities are not guaranteed and the Contractor is cautioned to proceed with care in order to prevent the undermining or damage to existing structures, piping, or facilities. The Contractor shall take all measures necessary to protect new and existing mechanical equipment from dust and debris. Al protective measures shall be furnished, installed, lighted, ventilated, maintained, and removed at the Contractor's own cost. When City water is being used, the supply source shall be protected against contamination in accordance with existing codes and regulations. In the event any of the CONTRACTOR'S activities were to disrupt or endanger any facilities, he shall at his own expense make al necessary repairs replacements necessary to correct the situation to the satisfaction of the ENGINER. Such work shall progress continuously to completion 33 on a 24-hour per day, seven workday basis. The CONTRACTOR shall be responsible for the services of repair crews on call 24 hours per day for emergencies that arise involving work under this Contract. WEATHER CONDITIONS Work that may be affected by inclement weather shall be suspended until proper conditions prevail. In the event of impending storms the Contractor shall take necessary precautions to protect all work, materials and equipment from exposure. The CITY reserves the right to order that additional protection measures over and beyond those proposed by the Contractor, be taken to safeguard al components of the project. The Contractor shall not claim any compensation for such precautionary measures so ordered, nor claim any compensation from the CITY for damage to the work from the elements of weather. FIRE PROTECTION The Contractor shall take al necessary precautions to prevent fires at or adjacent to the work, including his own buildings and trailers. Adequate fire extinguisher and hose line stations shall be provided throughout the work area. RESTRICTED AREA The vendor shall, in installing the new facilities, confine all activities within the City property, easement, and right-of-way's indicated. Notification to private property owners must be obtained in writing if it is necessary for the vendor to enter said property. Notification shall be two (2) weeks prior to work to be done within thirty (30) days. EXISTING FACILITIES AND STRUCTURES All existing facilities shall be protected, and if damaged, shall be repaired by the vendor at no additional cost to the City. REQUIRED NOTIFICATIONS Prior to any site work, the vendor shall notify Public Works Stormwater Superintendent and Public Works Control Room at (305) 673-7625. Prior to excavation at the site, the vendor shall notify the appropriate utilities and Sunshine State One-Call of Florida, Inc. (formerly U.N.C.L.E.) at 1-800-432-4770 for locations of buried utilities. 34 on a 24-hour per day, seven workday basis. The CO NTRACTO R shall be responsible for the s e rv ic e s o f re p a ir c re w s o n c a ll 2 4 h o u rs p e r d a y fo r e m ergencies that arise involving work under th is C o ntract. WEATHER CONDITIONS Work that may be affected by inclement weather shall be suspended until proper conditions prevail. In the event of impending storms the Contractor shall take necessary precautions to protect all work, materials and equipment from exposure. The CITY reserves the right to order that additional protection measures over and beyond those proposed by the Contractor, be taken to safeguard al components of the project. The Contractor shall not claim any compensation for such precautionary measures so ordered, nor claim any compensation from the CITY for damage to the work from the elements of weather. FIRE PROTECTION The Contractor shall take al necessary precautions to prevent fires at or adjacent to the work, including his own buildings and trailers. Adequate fire extinguisher and hose line stations shall be provided throughout the work area. RESTRICTED AREA The vendor shall, in installing the new facilities, confine all activities within the City property, easement, and right-of-way's indicated. Notification to private property owners must be obtained in writing if it is necessary for the vendor to enter said property. Notification shall be two (2) weeks prior to work to be done within thirty (30) days. EXISTING FACILITIES AND STRUCTURES All existing facilities shall be protected, and if damaged, shall be repaired by the vendor at no additional cost to the City. REQUIRED NOTIFICATIONS Prior to any site work, the vendor shall notify Public Works Stormwater Superintendent and Public Works Control Room at (305) 673-7625. Prior to excavation at the site, the vendor shall notify the appropriate utilities and Sunshine State One-Call of Florida, Inc. (formerly U.N.C.L.E.) at 1-800-432-4770 for locations of buried utilities. 34 APPENDIX E lost Proposal Form ITB 2019-232-AY OUTFALL qLEANING AND MAINTENAN^E SERVIqES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 35 APPEND IX E I #$ Rost Proposal Form 1TB 2019-232-A Y OUTFALL LEANING AND MAINTE NANCE SERVIES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3d Floor Mia mi Bea ch, Florid a 33139 35 APPENDIX E COST PROPOSAL FORM Failure to submit Appendix E, Cost Proposal Form, in its entirety and fully executed by the deadline established for the recei • t of proposals will result in . ro • osal bein' deemed non-resionsive and bein • re'ected. Bidder affirms that the prices stated on the proposal price form below represents the entire cost of the items in full accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Cost Proposal Form (Appendix E) shall be completed mechanically or, if manually, in ink. Cost Proposal Forms (Appendix E) completed in pencil shall be deemed non-responsive. All corrections on the Cost Proposal Form (Appendix E) shall be initialed. GROUP A Item Al — REGULAR SERVICES Description Inspection / Report per Outfall Est. Qty (a) 100 U / M (b) Each Unit Cost (c) $ Total = (a X c $ A2 Pipe Cleaning — 0"-247 Diameter 50 Each $ $ A3 Pipe Cleaning — 25"-36" Diameter 50 Each $ $ A4 Pipe Cleaning — 37"-48" Diameter 50 Each $ $ A5 Pipe Cleaning — 49"-72" Diameter 50 Each $ $ A6 Alluvial Fan Removal 25 Each $ $ A7 Hauling and Disposing 25 Each $ $ A8 Mangrove Trimming 20 Each $ $ A9 Box Culvert Cleaning — 0-23 square feet 25 Each $ $ A10 Box Culvert Cleaning — 24-36 square feet 25 Each $ $ GROUP B Item B1 — EMERGENCY SERVICES Description Inspection / Report per Outfall Est. Qty (a) 100 U / M (b) Each Unit Cost (c) $ Total = (a_X_c) $ B2 Pipe Cleaning — 0"-24" Diameter 50 Each $ $ B3 Pipe Cleaning — 25"-36" Diameter 50 Each $ $ B4 Pipe Cleaning — 37"-48" Diameter 50 Each $ $ B5 Pipe Cleaning — 49"-72" Diameter 50 Each $ $ B6 Alluvial Fan Removal 25 Each $ $ B7 Hauling and Disposing 25 Each $ $ B8 Mangrove Trimming 20 Each $ $ B9 Box Culvert Cleaning — 0-23 square feet 25 Each $ $ B10 Box Culvert Cleaning — 24-36 square feet 25 Each $ $ ITB 20 2-AY SIAMOtviftie.405,41WZIA 36 AP PENDIX E COST PROP O SAL FORM Bidder affirms that the prices stated on the proposal price form below represents the entire cost of the items in full accordance with the requirements of this 1TB, inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Cost Proposal Form (Appendix E) shall be completed mechanically or, if manually, in ink. Cost Proposal Forms (Appendix E) completed in pencil shall be deemed non-responsive. All corrections on the Cost Proposal Form (Appendix E) shall be initialed . GROUP A- REGULAR SERVICES Item Ins ection / Re ort er Outfall Description Est. Qty U IM (a) (b) t Unit Cost (c) Total = (a_X_c) A2 - Diameter 50 Each $ A3 25"-36" Diameter 50 Each $ $ A4 37%-48" Diameter 50 Each $ $ A5 50 Each $ $ A6 Alluvial Fan Removal 25 Each $ $ A7 Hauling and Dis osin 25 Each $ $ A8 Mangrove Trimming 20 Each $ $ Box Culvert Cleaning- Each A9 0-23 s uare feet 25 $ $ Box Culvert Cleaning - Each A10 24-36 s uare feet 25 $ $ GROUP B - EMERGENCY SERVICES Item - Inspection/ Re ort er Outfall Description Est. Qty U IM (a) (b) - Unit Cost (c) Total = (a_X_c) B2 Diameter 50 Each $ $ B3 25-36" Diameter 50 Each $ $ B4 Cleaning - 37-48" Diameter 50 Each $ $ B5 Pipe Cleaning - 49"-72" Diameter 50 Each $ $ B6 Alluvial Fan Removal 25 Each $ $ B7 25 Each $ $ B8 Mangrove Trimming 20 Each $ $ Box Culvert Cleaning- Each B9 0-23 s uare feet 25 $ $ Box Culvert Cleaning- Each B10 24-36 s uare feet 25 $ $ 36 GROUP C Item - ADDITIONAL REPAIR, REPLACE, INSTALL Description Est. Qty (a) 200 U I M (b) Hours $ Unit Cost (c) Total = (a_X_c) $ Cl Regular - Hourly Labor Rate (weekdays) C2 Non-Regular.- Hourly Labor Rate (weekdays after 5:00 pm, weekends, and/or Holidays) 50 Hours $ $ C3 Emereency - Hourl Labor Rate 50 Hours $ $ Annual Est. Cost a u i M b % Mark-up c Total = a X c C4 Cost of Parts/Materials $5,000 N/A $ $ Bidder's Affirmation Company: Authorized Representative: Address: Telephone: Email: Authorized Representative's Signature: ITS • • -AY 37 GROUP C -ADDITIONAL REPAIR, REPLACE, INSTALL Est. Qty U I M Unit Cost Item Description (a) (b) (e) Total =(a_X_c) C1 C2 Regular - Hourly Labor Rate (weekdays) 200 Non-Regular - Hourly Labor Rate (weekdays after 5:00 pm, weekends, and/or Holidays) 50 C4 Cost of Parts/Materials Hours $ Hours 50 $ Hours $5,000 NIA $ $ $ $ Bidder's Affirmation Company: Authorized Representative: Address: Telephone: Email: Authorized Representative's Signature: 37 APPENDIX F A A Ai 17swar:i‘ce Reqi.eireme?ts ITB 2019-232-AY OUTFALL "LEANING AND MAINTENAN"E SERVI"ES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 38 A P P E N D IX F i t t# # i I lsrasce Reqyireme?ts 1TB 2019-232-A Y OUTFALL LEANING AND M AI N TE N A N C E SERVIES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3d Floor Miami Beach, Flo rid a 33139 38 nniann INSURANCE REQUIREMENTS This document sets forth the minimum levels of insurance that the contractor is required to maintain throughout the term of the contract and any renewal periods. XXX 1. Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida. XXX 2. Comprehensive General Liability (occurrence form), limits of liability $ 1,000,000.00 per occurrence for bodily injury property damage to include Premises/ Operations; Products, Completed Operations and Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance requirements" of specifications). XXX 3. Automobile Liability - $1,000,000 each occurrence - owned/non-owned/hired automobiles included. 4. Excess Liability - $ .00 per occurrence to follow the primary coverages. XXX 5. The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 6. Other Insurance as indicated: Builders Risk completed value .00 Liquor Liability .00 Fire Legal Liability .00 Protection and Indemnity .00 Employee Dishonesty Bond .00 Other .00 XXX 7. Thirty (30) days written cancellation notice required. XXX 8. Best's guide rating B+:VI or better, latest edition. XXX 9. The certificate must state the proposal number and title The City of Miami Beach is self-insured. Any and all claim payments made from self-insurance are subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable Statutes. ITB 2019-232-AY 39 M l E XXX1. XXX2. xxx 3. 4. XXX5. 6. XXX7. XXX8. xxx 9. INSURANCE REQUIREMENTS This document sets forth the minimum levels of insurance that the contractor is required to maintain throughout the term of the contract and any renewal periods. Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida. Comprehensive General Liability (occurrence form), limits of liability $ 1,000,000.00 per occurrence for bodily injury property damage to include Premises/ Operations; Products, Completed Operations and Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance requirements" of specifications). Automobile Liability - $1,000,000 each occurren ce - owned/non-own ed/hired automobiles included. Excess Liability - 8 .00 per occurrence to follow the primary coverages. The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. Other Insurance as indicated: Builders Risk completed value Liquor Liability Fi re Legal Liability Pr otection and Indemnity Em ployee Dishonesty Bond Other $ __ .00 $ .00 $ .00 $ .00 $ .00 $ .00 Thirty (30) days written cancellation notice required. Best's guide rating B+:VI or better, latest edition. The certificate must state the proposal number and title The City of Miami Beach is self-insured. Any and all claim payments made from self-insurance are subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable Statutes. ITB 2019-232A4Y 39 APPENDIX G 01.11tfall Maps ITB 2019-232-AY OUTFALL "LEANING AND MAINTENAN^E SERVIqES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 IMMINIMMINNaMMaR ITB 2019-232-AY 40 A P P EN D IX G # I i Otfall Maps 1TB 2019-232-A Y O U TF AL L LE AN IN G A N D M AI NTE NAN C E SE R VI T E S PROCUREMENT DEPARTMENT 1755 M eridian Avenue, 3d Floor Miam i Beach, Florida 33139 1TB 2019-232A¥ 40 AMIBEACH City of Miami Beach, 1755 Meridian Avenue, 3'd Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO. 2 ITB 2019-232-AY OUTFALL CLEANING AND MAINTENANCE SERVICES September 23, 2019 This Addendum to the above-referenced 1TB is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. ITB DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Friday, September 27, 2019. City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. II. ATTACHMENT(S). Exhibit A: City of Tampa Contract No. 31052616 cost proposal. Exhibit B: REVISED ITB 2019-232-AY COST PROPOSAL FORM Exhibit C: Class —1 Permit application III. RESPONSES TO QUESTIONS RECEIVED. Q1: Has this work ever been advertised or placed on contract in the past? A1: The City has piggybacked for these services from Waterfront Property Services DBA Gator Dregding contract No. 31052616 pursuant to the City of Tampa for outfall maintenance services. See Exhibit A for line item details. Q2: Since mangrove trimming is a bid item, will the chosen bidder need a special license or permit to trim these trees? A2: The chosen bidder will need to be registered through the state as a Professional Mangrove Trimmer. (see link: https://floridadeb.gov/water/submerqed- lands-environmental-resources-coordinationicontent/state-authorized-professional) For the permit, the chosen bidder may require a Class — 1 permit through Miami Dade DERM for the work. See Exhibit C for the application form. Q3: Is a bid bond required for this project? ADDENDUM NO. 2 INVITATION TO BID (ITB) 2019-232-AY OUTFALL CLEANING AND MAINTENANCE SERVICES MIAMI BEA CH City o f M ia m i Be a ch , 1755 Meridian Avenue, 3 Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7 490 Fax: 786-394-4002 ADDENDUM NO. 2 1TB 2019-232-AY OUTFALL CLEANING AND MAINTENANCE SERVICES September 23, 2019 This Addendum to the above-referenced 1TB is issued in response to questions from prospective· proposers, or other clarifications and revisions issued by the City. The 1TB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. 1TB DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Friday, September 27, 2019. City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. II. ATTACHMENT(S). Exhibit A: City of Tampa Contract No. 31052616 cost proposal. Exhibit B: REVISED 1TB 2019-232-AY COST PROPOSAL FORM Exhibit C: Class - 1 Permit application Ill. RESPONSES TO QUESTIONS RECEIVED. Q1: Has this work ever been advertised or placed on contract in the past? A1: The City has piggybacked for these services from Waterfront Property Services OBA Gator Dregding contract No. 31052616 pursuant to the City of Tampa for outfall maintenance services. See Exhibit A for line item details. Q2: Since mangrove trimming is a bid item, will the chosen bidder need a special license or permit to trim these trees? A2: The chosen bidder will need to be registered through the state as a Professional Mangrove Trimmer. (see link: https://floridadep.gov/water/submerged- lands-environmental-resources-coordination/content/state-authorized-professional) For the permit, the chosen bidder may require a Class - 1 permit through Miami Dade DERM for the work. See Exhibit C for the application form. Q3: Is a bid bond required for this project? 1 ADDENDUM NO. 2 4 INVITATION TO BID (ITB) 2019-232-A4Y OUTFALL CLEANING AND MAINTENANCE SERVICES A3: No. Q4: Could you please provide us the most recent bid tabulation with unit price breakdown with similar kind of work. A4: Refer to response Al above and Exhibit A. Q5: Will you please provide the previous contract, bid tabulation & all work orders associated with that contract. A5: Refer to response Al above and Exhibit A. Q6: Will you please provide us with the estimated annual expenditure & the previous contract, bid tabulation & all work orders associated with that contract for the above-mentioned bid? A6: The City of Miami Beach estimates the annual budget for this project to be $100,000. Refer to response Al above and Exhibit A. Q7: Could you provide more information on what the bid entails? I went to the bid but I don't see any info on specifically what you are looking to be done. A7: Refer to Appendix C, Specifications, Statement of Work Required (page 27). Q8: How much stormwater debris (i.e. leaves, plastic bags, bottles, etc) is going past the outfalls and entering waterways? Is there a goal to reduce that number with this contract? If so, what is the target reduction in debris entering the waterways? A8: Unknown at this time for both. Q9: How will this Contract be awarded? A9: Please see Section 0200 "Instruction to Bidders" located on pages No. 14- 15. Q10: Are all Outfalls from the City of Miami Beach or DOT? Al 0: Outfalls are a combination of both City and the State. Q11: When was the last time the City started cleaning outfall? Al 1: City started cleaning outfalls in 2016. Q12: Please define repairs on the cost proposal. ADDENDUM NO. 2 INVITATION TO BID (ITB) 2019-232-AY OUTFALL CLEANING AND MAINTENANCE SERVICES A3: No. Q4: Could you please provide us the most recent bid tabulation with unit price breakdown with similar kind of work. A4: Refer to response A1 above and Exhibit A. QS: Will you please provide the previous contract, bid tabulation & all work orders associated with that contract. A5: Refer to response A1 above and Exhibit A. Q6: Will you please provide us with the estimated annual expenditure & the previous contract, bid tabulation & all work orders associated with that contract for the above-mentioned bid? A6: The City of Miami Beach estimates the annual budget for this project to be $100,000. Refer to response A1 above and Exhibit A. Q7: Could you provide more information on what the bid entails? I went to the bid but I don't see any info on specifically what you are looking to be done. AT: Refer to Appendix C, Specifications, Statement of Work Required (page 27). Q8: How much stormwater debris (i.e. leaves, plastic bags, bottles, etc) is going past the outfalls and entering waterways? Is there a goal to reduce that number with this contract? If so, what is the target reduction in debris entering the waterways? A8: Unknown at this time for both. Q9: How will this Contract be awarded? A9: Please see Section 0200 "Instruction to Bidders" located on pages No. 14- 15. Q1 O: Are all Outfalls from the City of Miami Beach or DOT? A10: Outfalls are a combination of both City and the State. Q11: When was the last time the City started cleaning outfall? A 11: City started cleaning outfalls in 2016. Q12: Please define repairs on the cost proposal. 2 ADDENDUM NO. 2 INVITATION TO BID (1TB) 2019-232-AY OUTFALL CLEANING AND MAINTENANCE SERVICES ADDENCYUM NO. 2 INVITATION TO BID (ITB) 2019-232--AY OUTFALL CLEANING AND MAINTENANCE SERVICES Al2: Repairs included but are not limited to: mud work to face of seawall, sealing around discharge pipe to the waterway or replacing a section of pipe leading to seawall. City will determine what takes priority based on the inspection reports and pictures provided by the bidder. Repair work shall not be conducted without prior approval from Project Manager. Q13: In the contract descriptions, Alluvial fan cleaning is stated to be paid in cubic yards, yet the bid tabulation states a UOM of each. Which one is correct? A13: Cubic Yard. Q14: Are outfall inspections to be performed from the exterior, or is it the City's intention for physical interior inspection? A14: Inspections are to be perfromed from the exterior of the seawall/outfall. Q15: What is the correct unit of measure for hauling and disposing? I assume it should be per cubic yard? A15: Yes, per cubic yard. Q16: How is the square footage of the box culvert determined? A16: It is is based on the size of the box culvert. Most of our box culverts are 3' by 5' Q17: Since the outfalls are only to be cleaned 20' from the headwall, the cleaning operations must be performed from the headwall. When using a jet/vac truck, the debris will be shot out at high pressure from the outfall itself. Even with turbidity curtains, the connected body of water will get a large amount of turbidity. Is this accounted for by the City or DERM? Typically this is not allowed. Usually in these situations, a plug is set at the outfall and the pipe is cleaned from the street. A17: This is accounted for by the City of Miami Beach. The majority of our outfalls have back flow preventers within the line. When using a vac truck from the street, the debris is pulled back to the manhole. This prevents the turbidity from entering the waterway. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranadomiamibeachfl.qov. Procurement Contact: Telephone: Email: Arju Yudasto 305-673-7490, ext. 26695 ArjuYudasto@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of the ITB submission. Sincerely, Alex Denis Procurement Diriect r A 12: Repairs included but are not limited to: mud work to face of seawall, sealing around discharge pipe to the waterway or replacing a section of pipe leading to seawall. City will determine what takes priority based on the inspection reports and pictures provided by the bidder. Repair work shall not be conducted without prior approval from Project Manager. 013:In the contract descriptions, Alluvial fan cleaning is stated to be paid in cubic yards, yet the bid tabulation states a UOM of each. Which one is correct? A13: Cubic Yard. Q14: Are outfall inspections to be performed from the exterior, or is it the City's intention for physical interior inspection? A14: Inspections are to be perfromed from the exterior of the seawall/outfall. Q15: What is the correct unit of measure for hauling and disposing? I assume it should be per cubic yard? A 15: Yes, per cubic yard. Q16: How is the square footage of the box culvert determined? A16: It is is based on the size of the box culvert. Most of our box culverts are 3' by 5'. Q17: Since the outfalls are only to be cleaned 20' from the headwall, the cleaning operations must be performed from the headwall. When using a jet/vac truck, the debris will be shot out at high pressure from the outfall itself. Even with turbidity curtains, the connected body of water will get a large amount of turbidity. Is this accounted for by the City or DERM? Typically this is not allowed. Usually in these situations, a plug is set at the outfall and the pipe is cleaned from the street. A 17: This is accounted for by the City of Miami Beach. The majority of our outfalls have back flow preventers within the line. When using a vac truck from the street, the debris is pulled back to the manhole. This prevents the túrbidity from entering the waterway. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.goy. Procurement Contact: Ariu Yudasto Telephone: 305-673-7 490, ext. 26695 Email: Ariuudasto ·miamibeachfl. 1ov Proposers are reminded to acknowledge receipt of this addendum as part of the 1TB submission. sincerely, D), e e#is #\ y Procurement Ditector 3 EN UM NO. 2 INVITATION TO BID (ITB) 2019-232-AY OUTFALL CLEANING AND MAINTENANCE SERVICES Exhibit A: City of Tampa Contract No. 31052616 Cost Proposal 4 ' ADDENDUM NO. 2 INVITATION TO BID (ITB) 2019-232-AY OUTFALL CLEANING AND MAINTENANCE SERVICES Exhibit A: City of Tampa Contract No. 31052616 Cost Proposal 4 ADDENDUM NO. 2 INVITATION TO BID (0TB) 2019-232-AY OUTFALL CLEANING AND MAINTENANCE SERVICES RID RESPONSE FOR OUTFALL MAINTENANCE SERVICES FOR THE DEPARTMENT OF TRANSPORTATION AND STORMWATER SERVICES Please Print ar Type We the undersigned, as Bidders, hereby dedare that we have carefully read this proposal or bid and the provislons, terms and conditions concerning the equipment, materials, supplies or services as celled for, and with full knowledge and understanding of the requirements and conditions, do hereby agree to furnish and to deliver as indicated, FOB, City Facility Location, with all transportation charges prepaid, and for the prices quoted thereon as follows. • Item No. — DeEription _ _ Unit _quantity Unit Price, - Total Price .0 (e) - (a) )/(1)) „(a)___. ..._.(b) 1 inspection/Report per Duffel! EA 206 A 200.00 ,. 41,200.00 2 Pipe Cleaning 0” - 24" Diameter EA 150 1,800.00 270,000.00 .... 3 . — ..... _ 2,200.00 N4.. Pipe CleauStig 25" - 36" Diameter EA 34 , $74,800.00 -7,7 4 Pipe Cleaning 37' - 48" Diameter , EA 0 $ 3,600.00 28,800.00 V Pipe Cleaning 49" - 72" Diameter EA 2 5,200.00 10,400.00 1,- Alluvial an Removal CY 1000 120.00 0,000.00 7 r Haulin9 and DisposInapf Waste/Ve9etation Material TON 5000 80.00 $ n0,000.00 y . ,..., 1000 _ , 55.00 8 Mangrove Trimming SY , 55,000.00 V 9 %X Culvert Cleaning 0 - 23 §,guare Feet EA 6 L8,000.00 48,000.00 10 Box Culvert Cleaning 24 - 35 .5roare Feet., EA 6 10,000.00 54,000.00 V _ 11 --_ .5 1 , Contingency Allowance t, J00,000,00 $100,000,00 TOTAL COMPUTED PRICE (BASIS OF AWARD): 1 , 1 02 200.00' Authorized Signature: Date: 23 BID RESPONSE FOR OUTFALL. MAINTENANCE SERVICES FOR TH E DEPARTMENT OF TRANSPORTATION AND STORM W ATER SERVICES Please Pint or Type We the undersigned, as Bidders, hereby dedare that we have carefully read thls proposal or bid and the provisions, terms and conditions concerning the equipment, materials, supplies or services as called for, and with full knowledge and understanding of the requirements and condlttons, do hereby agree to furnish and to deliver as indicated, FOB, City Facility Location, with all transportation charges prepaid, and for the prices quoted thereon as follows. 1 1 ,Pe Coaning. 37"· 48"Diameter l " 1$ 8600.00 ,$ 20,g00.0o o.o too. olio«oe eoo it tt oo.oeotoo.oo# hite e d pe Cleaning 49"-n2"Dnameter ny d ,$520000 4 10,400.00 MU eat oeo oil.l ii it woo#too. o heel otoe oit- heh/otoo 1oc $ 120.00 ,$ 120,000.00 $ Alluvial Fan Removal 300,000.00 8 Manarove Trimmina h ·- SY 1000 -$ 55.00 $ 55,000.00 V 9 kor o Ma - EA 6 $ 8,000.00 $ 48,000.00 " " · o o e eo EA 6 í ±. 9,000.00 $s 54,000.00 y ;'ceceo«ane Sis i. s1oooo».sol ±aooooso V roro. cororo rtc ewss or awoto. _1,102,200.o0%/ 23 Minority Business Status: Authorized Signature: [ ] Hispanic [ ] Woman [ ] Other Date: ‘,//eA [ ] Black Firm Name: Waterfront Property Services, LLC Gator Dredging Authorized Representative's Name: William J. Coughlin Authorized Representative's Title: President/CEO Address: 13630 50th Way N City: Clearwater State: FL Zip: 33760 Telephone No.: 727-527-1300 Fax No.: 727-527-1303 Email: bill©gatordredging.com Federal I.D. 20-3403593 Type Organization: [ ] Individual [ ] Small Business [ ] Non-Profit [ ] Partnership [<] Corporation [ ] Joint Venture Business is licensed (unless exempt by applicable law), permitted and certified to do business in the State of Florida: 5(1 Yes [ ] No License it CGC: 1512360 Is your business certified as a minority business with any government agency? [ ] Yes N No. If yes, please list below: Agency Name Certification Number Expiration Date Sub-Contracting Submittals required: Forms MBD-10, MBD-20 must be submitted with the bid/proposal. By signing this hid the Bidder complies with all of the requirements of the bid including but not limited to Communication Policy and City of Tampa Ethics Code contained in Section 4 of the GENERAL CONDITIONS. Authorized Signature: ( Date: ,6-42/4: 24 Firm Nam e: Waterfront Pro perty Services, LLC G ator Dredging Authorized Represen tative's Name: William U. Coughlin, ll! Autho rized Representative's Title:_rr@Sid@UGEO- Address: 13630 50th Way N CIty: Clearwater Telephone No.: 727-527-1300 Federal I.D, #4; 20-3403593 Fax No.: State: Fl.Zip: 33760 727-527-1303 Em ail: bill@ gator dr e dgin g.c om Typ e Or g an i zation : [} Indlvldual [] Sm all Business [] Partnership K] Corporation []Non-Profit [] Joint Vent ure Business is licensed (unless exempt by applicable law), permitted and certified to do business In the Stat e of Florida: ] Yes []N o License _CGG; 151230 Minority Business Status: []Black [ ]Hispanic []Woman []Other Authorl""1Slgnature:~ J{),,...~. o.te: 6/íf,/Í. Is your business certified as a minority business with any government agency? [ ] Yes ] No. If yes, please list below: Agency N am e Certi fication Numb er Explratlon Date Sub-Contracting Submittals required: Forms MBD-10, MDD-20 must be submitted with the bld/proposal. By signingy this bid the Bidder complies with all of the requirements of the bid including but not limited to Communication Policy and City of Tampa Ethics Code contained in Section 4 of the GENERAL. CONDITIONS. Auth orized Signature: 24 Exhibit B: REVISED Cost Proposal ADDENDUM NO. 2 INVITATION TO BID (ITB) 2019-232-AY OUTFALL CLEANING AND MAINTENANCE SERVICES E xh ibi t B: REVISED Cost Proposal 5 ADDENDUM NO. 2 INVITATION TO BID (0TB) 2019-232-AY OUTFALL CLEANING AND MAINTENANCE SERVICES Inspection / Report per Outfall Pipe Cleaning — 0"-24" Diameter Pipe Cleaning — 25"-36" Diameter Pipe Cleaning — 37"-48" Diameter Pi.e Cleanin• —49"-72" Diameter $ $ $ A7 Hauling and Disposing A8 Mangrove Trimming Box Culvert Cleaning - A9 0-23 square feet Box Culvert Cleaning - A10 24-3,6 square feet 25 Each 25 Each 20 Each REVISED COST PROPOSAL FORM sfenfire#t end fully**60 00400i Bidder affirms that the prices stated on the proposa price form below represents the entire cost of the items in full accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Cost Proposal Form (Appendix E) shall be completed mechanically or, if manually, in ink. Cost Proposal Forms (Appendix E) completed in pencil shall be deemed non-responsive. All corrections on the Cost Proposal Form (Appendix E) shall be initialed. A6 Alluvial Fan Removal B1 Inspection / Report per Outfall 100 Each B2 Pipe Cleaning — 0"-24" Diameter 50 Each $ $ B3 Pipe Cleaning — 25"-36" Diameter 50 Each $ $ B4 Pipe Cleaning — 37"-48" Diameter 50 Each $ $ B5 Pipe Cleaning — 49"-72" Diameter 50 Each $ $ B6 Alluvial Fan Removal 25 Each $ $ B7 Hauling and Disposing 25 Each $ B8 Mangrove Trimming 20 Each B9 Box Culvert Cleaning - 0-23 square feet 25 Each B10 Box Culvert Cleaning - 24-36 square feet 25 Each ITB 2019-232V 36 REVISED COST PROPOSAL FORM Bidder affirms that the prices stated on the proposal price form below represents the entire cost of the items in full accordance with the requirements of this 1TB, inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Cost Proposal Form (A p pen d ix E ) shall be completed mechanically or, if manually, in ink. C ost P ropo sal Form s (A ppend ix E ) co m pleted in p en cil shall be deem ed non -respo nsive. All corrections on the Cost Proposal Form (A pp end ix E ) shall be initialed. Diameter 50 Each $ A3 - 25"-36" Diameter 50 Each $ A4 -- 37-48" Diameter 50 Each $ $ A5 - 49"-72" Diameter 50 Each $ $ Alluvial Fan Removal Cubic A6 25 ard $ $ Cubic A7 25 ard $ $ A8 Man 20 Each $ $ Box Culvert Cleaning- Each A9 0-23 s uare feet 25 $ $ Box Culvert Cleaning- Each A10 24-36 square feet 25 $ $ ion / Re ort er Outfall 82 Diameter Each $ B3 - 25"-36" Diameter 50 Each $ $ B4 - 37-48" Diameter 50 Each $ $ B5 - 49"-72" Diameter 50 Each $ $ B6 Alluvial Fan Removal 25 Each $ $ B7 25 Each $ $ B8 Man 20 Each $ $ Box Culvert Cleaning- Each B9 0-23 s uare feet 25 $ $ Box Culvert Cleaning- Each B10 24-36 s uare feet 25 $ $ 36 Cl Regular - Hourly Labor Rate (weekdays) Non-Regular - Hourly Labor Rate (weekdays C2 after 5:00 pm, weekends, and/or Holida C3 Emergency - Hourly Labor Rate 50 50 Annual Est. Cost a Total= (a_X_c) Company: Authorized Representative: Address: Telephone: Email: Authorized Representative's Signature: ITB 2019-232-AY 37 r - Hourl Labor Rate weekda s C2 N on -R e gular - H ourly Labor Rate (w eekdays aft ds, and/or Holida s 50 Hours ore« «ea43%294$942%#82%±4%44$2 94$43$ 3 Bidder's Afir +tic-toss #, es ego.gpp%.a14g,/page 48 #p9%#e%,2332#23803%22%9@2ho#%%i%$#1e@99s22$%% lit ler's' irm ation 9 p93$39#233,$0323#%%$%$@049#0/919#$$93##$ 22%/#$f Company: Authorized Representative: Address: Telephone: Email: Authorized Representative's Signature: 37 Exhibit C: Class — 1 Permit application ADDENDUM NO. 2 INVITATION TO BID (ITB) 2019-232-AY OUTFALL CLEANING AND MAINTENANCE SERVICES E x h ib it C : Class- 1 Permit application 6 ADDENDUM NO. 2 INVITATION TO BID (IT) 2019-232-AY ' OUTFALL CLEANING AND MAINTENANCE SERVICES Revised February 27, 2014 CLASS I er ui milic lion For Coastal Construction and Mangrove Trimming within Miami-Dade County Department of Regulatory and Economic Resources - Environmental Resources Management 701 NW 1st Court Miami, FL 33136 dermcr@miamidade.gov CL A S S I Perm it pplication For Coastal Construction and Mangrove Trimming within Miami-Dade County Departm ent of Regulatory and Econom ic Resources - Environm ental Resources Managem ent 701 NW 1" Court Miam i, FL 33136 derm cr@ m iam idade.gov MIAMI-!a érifiio Revised February 27, 2014 CLASS I PERMIT APPLICATION TABLE OF CONTENTS INTRODUCTION AND GENERAL INFORMATION Introduction 3 Common Questions 4 Exempt Projects 6 Expedited Administrative Authorization 6 Short Form Projects 7 APPLICATION PROCEDURES Requesting a Biological Assessment or Wetland Determination 8 Applying for a Class I Permit 8-9 Class I Permitting Fees 10 Coastal Permitting Contacts 12 Plans and Sketches 13 In-Water Boundaries (D-5 Triangle) 14 Letter of Consent 15 Applicant / Authorized Agent Statement.... 17 Engineer Statement 18 Riparian Owners List 19 ATTACHMENTS Permit Application Form MIAMI-DADE COUNTY RER (REVISED 02/27/14) PAGE 2 C L A S S I PERMIT APPLICATION TABLE OF CONTENTS INTRODUCTION AND GENERAL INFORMATION Intro duction 3 Com m on Q uestions 4 Exem pt Projects 6 Expedited A dm inistrative Authorization 6 Short Form Pro jects 7 APPLICATION PROCEDURES Requesting a Biological Assessm ent or W etland Determ ination 8 A pplying fo r a Class I Perm it. 8-9 C lass I Perm itting Fees 10 Coastal Perm itting Contacts..................... 12 Plans and Sketches 13 ln-W ater Boundaries (D-5 Triangle) 14 Letter of C onsent.............................. . . . . 15 A pplicant / Authorized Agent Stat em en t.... 17 Engineer Statem ent. 18 R iparian O w ners Li st.............................. 19 ATTACHMENTS Perm it Application Form MIAMI-DADE COUNTY RER (REVISED 02/27/14) PAGE 2 CLASS I PERMIT APPLICATION INTRODUCTION Coastal areas contain unique and valuable natural resources that are important to the environment, the quality of life and the economic well-being of Miami-Dade County. Competing demands on these resources must be managed in order to ensure the preservation of their ecological, commercial and recreational values. Coastal resources in Miami-Dade County include diverse communities such as seagrass beds, mangrove forests and fringes, and coral and sponge hard bottom communities. These communities provide important habitat and nursery area for South Florida's commercial and recreational fisheries. These ecological communities also assist in the maintenance of water quality in Biscayne Bay and its adjacent tributaries by providing biological filtering of stormwater runoff from upland areas, and by slowing currents and trapping sediments to reduce erosion and increase water clarity. Mangrove communities along the coastal areas of Biscayne Bay stabilize bottom sediments and protect shorelines from erosion and storm surge. Forest and fringe communities provide protection from storm surge and can potentially reduce damage to upland areas from hurricanes. Mangrove trees provide nesting and roosting habitat for many resident and migrating birds in addition to providing shelter and a safe nursery to growing marine life. Mangrove leaves are also a large component of the near shore food web. Seagrass beds are a prominent feature of Biscayne Bay. Seagrasses are flowering plants that, because of their need for sunlight, live in relatively shallow water. Seagrasses are important to the overall environment for several reasons. In addition to maintaining water clarity and stabilizing bottom sediment, seagrasses provide oxygen that is necessary for animal life. Seagrass beds also provide nursery habitat and feeding grounds for all kinds of sea life. Some organisms live attached to seagrass blades while others live in their root systems, and these organisms provide food for larger fish and birds. Hard bottom refers to those areas which have less than an inch of sediment on the underlying limestone. Soft corals like sea fans and corky sea fingers are common in hard bottom communities as well as sponges like the loggerhead sponge and the vase sponge. Hard bottom communities are home to numerous kinds of aquatic life, especially juvenile lobster and fish which use these areas as refuge as they migrate to the outer reefs. These areas are especially important in providing food to endangered sea turtles which thrive on sponges. Human activities in the coastal areas of Miami-Dade County affect these coastal resources. Section 24-48 of the Code of Miami-Dade County provides for the protection of these resources by requiring that a Class I permit be obtained for all work in, on, over, or upon the tidal waters or coastal wetlands of Miami-Dade County, including those areas within municipalities. Additional permits may be required for certain projects. The U.S. Army Corps of Engineers (USACE), the State of Florida Department of Environmental Protection (FDEP), and the South Florida Water Management District (SFWMD) require that permits be obtained for certain activities within Miami- Dade County's coastal areas. A list of the addresses and phone numbers of these agencies is included in this package. MIAMI-DADE COUNTY RER (REVISED 02/27/14) PAGE 3 C L A S S I PERMIT APPLICATION INTRODUCTION C o a sta l area s co ntain un iq u e a nd va lu a b le natural reso urce s th at are im p o rt ant to the enviro nment, the q u a lity of life and the eco no m ic w e ll-be in g of M iam i-D ad e C o un ty. C o m p e ting de m a nd s on these re so u rce s m u st be m a na g e d in ord e r to e nsure the prese rv atio n of the ir e co log ical, co m m e rcia l and re c re atio na l va lue s. C o a sta l re so urce s in M ia m i-D a d e C o unty incl u de dive rse co m m u n itie s such as se ag rass be d s, m a n g ro ve fo rests and fring e s, an d co ral a nd spo ng e ha rd bott o m co m m u n itie s. T he se co m m u nitie s pro v id e im p o rt a nt ha b itat an d nu rse ry are a fo r S o uth F lo rid a 's co m m e rci a l an d re creatio n a l fishe rie s. T he se eco log ica l co m m u n itie s also assist in the m a inte n a nce of w ate r qu a lity in B iscayne B ay and its adja ce n t trib utarie s by pro vid in g bio log ica l fil te ring of sto rm w ate r run o ff fr o m up la nd a re a s, and by slo w in g cu rr e nts and trap p in g se d im e nts to red u ce ero sio n and increa se w ate r cl a rity. M a n g ro ve co m m u n itie s alo ng th e co a sta l are as of B isca yne B ay sta b ilize bott om se d im e nts and pro te ct sh or el in e s from er o si on and stor m sur g e. For e st an d fring e com m un iti e s pro vid e prot ectio n fr o m sto rm surge and ca n po te ntia lly red u ce da m ag e to up la n d are a s fro m hu rricane s . M a ng ro ve tre e s p ro vid e ne sting and ro o sting ha b itat fo r m a ny resid e nt and m ig rating birds in add itio n to pro vid in g she lte r an d a safe nu rse ry to gro w in g m a rin e life. M a ng ro ve le ave s are also a la rg e co m p o n e nt of the ne a r sh o re foo d w e b . S e a g ra ss be d s are a pro m ine nt fea ture of B iscayne B ay . S e ag rasse s are flow erin g pla nts tha t, be ca use of the ir ne e d fo r su n lig h t, live in re la tively sh a llow w ate r. S e a g rasse s a re im p o rt a nt to the ove ra ll e nv iro n m e nt fo r se ve ral re a so ns. In ad d itio n to m a inta in ing w ater cl a rity and sta b iliz ing bott om se d im e nt, se a g rasse s provid e oxy ge n that is ne cessa ry for an im a l life . S e ag rass be d s also provid e nu rse ry ha b itat and fee d ing g ro u n d s fo r all kind s of se a life . S o m e org a n ism s live att ache d to se a g ra ss bla d e s w hile othe rs live in the ir roo t syste m s, an d the se org a n ism s pro vid e foo d for la rg e r fish a nd birds . H a rd bo tt o m refe rs to tho se a re as w hich ha ve le ss th a n an inch of se dim e nt on the und e rlyin g lim e sto n e . S o ft corals like se a fa ns and co rky se a fing e rs are co m m o n in ha rd bott o m co m m un itie s as w e ll as sp o ng e s like the lo g g e rhe ad sp o ng e and the vase sp o ng e . H a rd bott o m co m m u n itie s are ho m e to nu m e ro us kind s of aq u a tic life , espe cia lly juve n ile lo b ste r and fish w hich use the se area s as re fug e as the y m ig rate to the o ute r ree fs. T he se area s are esp e ci a lly im p o rt a nt in pro vid ing fo o d to e n d a ng e re d se a turt le s w hich thrive on sp o ng e s. H u m a n activitie s in the coa sta l a re a s of M ia m i-D a de C o u nty aff ect the se coa stal reso u rce s. S e ctio n 24 -4 8 of the C o d e of M ia m i-D a d e C o u nty provid e s fo r the pro te ctio n of the se re so u rce s by re q u irin g th a t a C la ss I pe rm it be obta in e d fo r all w o rk in , on , ove r, or up o n the tid a l w ate rs or coa sta l w etla n d s of Mi a mi -D a d e C o un t y, incl u di ng th o se are a s within m un i ci pal iti e s. A d d itio n a l pe rm its m a y be re q u ire d fo r ce rt a in proje cts. T he U .S . A rm y C o rps of En gi ne er s (U S A CE ), th e S ta te of F lo rid a D e p a rt m e nt of E nviro nm e ntal P ro te ctio n (F D E P ), and the S o uth F lo rid a W ate r M a n a g e m e nt D istrict (S F W M D ) req u ire tha t pe rm its be ob tain e d fo r ce rt ain activ itie s w ithin M ia m i- D a d e C o u nty's coa stal area s. A list of the add re sse s an d ph o ne nu m b e rs of the se ag e ncie s is in c lu d e d in th is pa cka ge . MIAMI-DADE COUNTY RER (REVISED 02/27/14) PAGE 3 CLASS I PERMIT APPLICATION COMMON QUESTIONS What is RER? The Department of Environmental Resources Management (DERM) was created by the Miami-Dade County Board of County Commissioners (BCC) in 1974 in order to regulate and manage activities affecting South Florida's fragile environment. The Department's duties include the administration of pollution control and resource protection programs as well as resource enhancement, restoration and remediation programs. In 2012, as part of improving efficiency in our delivery of services to the businesses and residents of Miami-Dade County, DERM, and the County's Building, Consumer Services, Economic and Business Development, and Planning and Zoning functions, merged to form the Miami-Dade County Department of Regulatory and Economic Resources (RER), and created the Division of Environmental Resources Management. What is a Class I permit? Section 24-48 of the Miami-Dade County Code requires that a Miami-Dade County Class I permit be obtained prior to performing any work in, on, over or upon tidal waters or coastal wetlands anywhere in Miami-Dade County including any of the municipalities located within the county. This permitting requirement applies to most work with the exception of a few specific types of minor projects listed on page 6 of this package. A Class I Permit is also required for most mangrove trimming, alteration or removal. What other permits are needed before I can start work? The following is a list of other agencies that may have jurisdiction over these projects and some or all require you to obtain a permit for your project. Please be advised that their involvement will depend upon the location, nature, type and size of the project. Please refer to the enclosed list of permitting contacts for names, addresses and telephone numbers: 1. Local Municipality (structural, zoning, building) 2. Construction, Permitting and Building Code Division of RER (if located in unincorporated Miami-Dade County) 3. South Florida Water Management District (SFWMD) 4. Florida Department of Environmental Protection (FDEP) 5. U.S. Army Corps of Engineers (USACE) What is a short form project? A short form project is typically a small project (such as a dock at a single family residence) in which RER has the administrative authority to review and approve the proposed work without a public hearing. What is a standard form project? A standard form project is typically a large project (such as a marina or a project involving dredging or filling) which requires approval from the BCC at a public hearing. Owners of all riparian or wetland property within 300 feet of the proposed work are notified by mail prior to the hearing. Based on a review of the proposed work, RER makes a recommendation to the BCC, which in turn decides at the hearing to approve, approve with modifications, or deny the project. If approved by the BCC, RER then issues the permit for the project. Why is a biological assessment necessary? In order to assess the environmental impacts of a proposed project and to determine if the project as proposed can be approved, RER performs a biological assessment on and adjacent to the property as part of the application evaluation process. Property owners can also request that a biological assessment and/or a delineation of jurisdictional wetlands be performed for planning purposes without applying for a permit. How much are the application and permit fees? The application fees and permit fees are based on the cost of construction in all cases except for those limited to mangrove trimming or alteration, which are based on area of canopy proposed for trimming. Please refer to the enclosed fee schedule. How long is the permit valid? Most short form permits are valid for 2 years from the date of issuance, while mangrove trimming permits and most standard form permits are valid for 3 years from the date of issuance. If additional time is necessary to perform the work authorized by a Class I permit, it may be extended in 2 or 3 year increments provided the total time period of the extensions granted does not exceed 10 years. What are RER's objectives? The main objective when reviewing Class I applications is to determine whether the proposed project has been designed to avoid and/or minimize environmental, aesthetic, and navigational impacts. For example, this may involve an assessment of the potential impacts to water quality or to plants and animals, as well as additional evaluation factors outlined in the Miami- Dade County Code. Proposed projects may need to be modified to account for these impacts. MIAMI-DADE COUNTY RER (REVISED 02/27/14) PAGE 4 C L A S S I PERMIT APPLICATION COMMON QUESTIONS What is RER? The Department of Environmental Resources Management (DERM) was created by the Miami-Dade County Board of County Commissioners (BCG) in 1974 in order to regulate and manage activities affecting South Florida's fragile environment. The Department's duties include the administration of pollution control and resource protection programs as well as resource enhancement, restoration and remediation programs. In 2012, as part of improving efficiency in our delivery of services to the businesses and residents of Miami-Dade County, DERM, and the County's Building, Consumer Services, Economic and Business Development, and Planning and Zoning functions, merged to form the Miami-Dade County Department of Regulatory and Economic Resources (RER), and created the Division of Environmental Resources Management. What is a Class I permit? Section 24-48 of the Miami-Dade County Code requires that a Miami-Dade County Class I permit be obtained prior to performing any work in, on, over or upon tidal waters or coastal wetlands anywhere in Miami-Dade County including any of the municipalities located within the county. This permitting requirement applies to most work with the exception of a few specific types of minor projects listed on page 6 of this package. A Class I Permit is also required for most mangrove trimming, alteration or removal. What other perm its are needed before I can start w ork? The following is a list of other agencies that may have jurisdiction over these projects and some or all require you to obtain a permit for your project. Please be advised that their involvement will depend upon the location, nature, type and size of the project. Please refer to the enclosed list of permitting contacts for names, addresses and telephone numbers: 1. Local Municipality (structural, zoning, building) 2. Construction, Permitting and Building Code Division of RER (if located in unincorporated Miami-Dade County) 3. South Florida Water Management District (SFWMD) 4. Florida Department of Environmental Protection (FDEP) 5. U.S. Army Corps of Engineers (USAGE) What is a short fo rm project? A short form project is typically a small project (such as a dock at a single family residence) in which RER has the administrative authority to review and approve the proposed work without a public hearing. What is a standard form project? A standard form project is typically a large project (such as a marina or a project involving dredging or filling) which requires approval from the BCG at a public hearing. Owners of all riparian or wetland property within 300 feet of the proposed work are notified by mail prior to the hearing. Based on a review of the proposed work, RER makes a recommendation to the BCG, which in turn decides at the hearing to approve, approve with modifications, or deny the project. If approved by the BCG, RER then issues the permit for the project. Why is a biological assessment necessary ? In order to assess the environmental impacts of a proposed project and to determine if the project as proposed can be approved, RER performs a biological assessment on and adjacent to the property as part of the application evaluation process. Property owners can also request that a biological assessment and/or a delineation of jurisdictional wetlands be performed for planning purposes without applying for a permit. How m uch are the application and perm it fees? The application fees and permit fees are based on the cost of construction in all cases except for those limited to mangrove trimming or alteration, which are based on area of canopy proposed for trimming. Please refer to the enclosed fee schedule. How long is the perm it valid? Most short form permits are valid for 2 years from the date of issuance, while mangrove trimming permits and most standard form permits are valid for 3 years from the date of issuance. If additional time is necessary to perform the work authorized by a Class I permit, it may be extended in 2 or 3 year increments provided the total time period of the extensions granted does not exceed 10 years. What are RER's objectives? The main objective when reviewing Class I applications is to determine whether the proposed project has been designed to avoid and/or minimize environmental, aesthetic, and navigational impacts. For example, this may involve an assessment of the potential impacts to water quality or to plants and animals, as well as additional evaluation factors outlined in the Miami- . Dade County Code. Proposed projects may need to be modified to account for these impacts. MIAMI-DADE COUNTY RER (REVISED 02/27/14) PAGE 4 CLASS I PERMIT APPLICATION What is a D-5 boundary? The D-5 boundary is a theoretical boundary waterward of a property, the intent of which is to protect your neighbor's visual and physical access to the water. Please refer to the enclosed diagram on page 14 of this package. What if the project extends beyond the D-5 boundary? Projects should be designed to be located within this boundary if at all possible. If, however, a submitted project is designed such that it extends beyond the D-5 boundary(ies), a letter(s) of consent from the adjacent property owner(s) may be necessary. What is mitigation? In cases where all impacts have been avoided and minimized to the greatest extent, any unavoidable impacts will need to be compensated for through mitigation. Types and amounts of mitigation will vary according to the project and the site, but typically mitigation involves natural resources habitat creation, restoration, or enhancement. Why do I need submerged lands approval? In order to build a structure on or over someone else's land you need to get their approval, regardless of whether the land is above or below the water. Most submerged lands in Biscayne and Dumfounding Bays and their natural tributaries including the Miami River, Little River, Oleta River and Arch Creek are owned by the State of Florida, and proprietary approval from FDEP is generally necessary prior to the issuance of a Class I permit. RER has been delegated the authority on behalf of FDEP to grant consent for the use of these submerged lands if the project is consistent with certain standards. During the application review process, RER will review the project to determine if proprietary authorization may be granted by RER on the State's behalf or if it will be necessary for the applicant to apply directly to FDEP for proprietary authorization. • Do I need a Class I permit to trim mangroves? Most mangrove trimming or alteration projects within Miami-Dade County require a Class I permit. However, some minor trimming projects do not require permits from RER or FDEP. The Florida Legislature enacted the 1996 Mangrove Trimming & Preservation Act in sections 403.9321 — 403.9334 of the Florida Statutes. This law regulates the trimming and alteration of mangroves statewide. However, RER has been delegated the authority on behalf of FDEP to regulate these activities. RER reviews proposed mangrove trimming projects on a case by case basis to determine if a permit is required or if trimming may be performed pursuant to the state permitting exemptions contained in the 1996 Mangrove Trimming & Preservation Act. This determination is based on the specific characteristics of the proposed work, such as: • ownership of the property on either side of the mean high waterline where the trimming is proposed; • the size of the mangrove fringe (width and length), the height of the mangrove tree(s), and type of tree to be trimmed; • objective or purpose for the proposed mangrove trimming work; • whether there have been any mangrove violations on or adjacent to the property; • whether mangroves have ever been planted on or adjacent to the property; • whether mangroves are located within a mitigation or mangrove protection area, or a conservation easement; • whether mangroves are part of a Coastal Band Community; • the type of trimming or alteration that is proposed; and, • who will do the trimming. Trimming or alteration of mangroves, such as hedging or top pruning or uplifting and windowing (depending on the percentage of mangrove canopy proposed for removal), may require mitigation and/or preparation of plans by a licensed landscape architect. Before beginning any work with mangroves, contact RER for a courtesy review of the proposed work to determine if a Class I permit is required. Does the Miami-Dade County Manatee Protection Plan (Plan) restrict the construction of power boat slips? It is not the intent of the Plan to impose any additional restrictions on single family docks within Essential Habitat Areas. Single family docks shall continue to be constructed according to the existing RER coastal construction guidelines. For multifamily residential developments within essential habitat areas, multi-slip docking facilities with more than five boat slips should be permitted to construct no more than one powerboat slip per 100 feet of owned developable shoreline. These areas generally occur along the western shoreline of Biscayne Bay and its tidal tributaries. The plan also identifies areas which are suitable locations for permitting of new or expanded powerboat docking facilities because the number and frequency of manatee sightings has been relatively lower in these areas. MIAMI-DADE COUNTY RER (REVISED 02/27/14) PAGE 5 C L A S S I PERMIT APPLICATION What is a D-5 boundary? The D-5 boundary is a theoretical boundary waterward of a property, the intent of which is to protect your neighbor's visual and physical access to the water. Please refer to the enclosed diagram on page 14 of this package. What if the project extends beyond the D-5 boundary? Projects should be designed to be located within this boundary if at all possible. If, however, a submitted project is designed such that it extends beyond the D-5 boundary(ies), a letter(s) of consent from the adjacent property owner(s) may be necessary. What is mitigation? In cases where all impacts have been avoided and minimized to the greatest extent, any unavoidable impacts will need to be compensated for through mitigation. Types and amounts of mitigation will vary according to the project and the site, but typically mitigation involves natural resources habitat creation, restoration, or enhancement. Why do I need submerged lands approval? In order to build a structure on or over someone else's land you need to get their approval, regardless of whether the land is above or below the water. Most submerged lands in Biscayne and Dumfounding Bays and their natural tributaries including the Miami River, Little River, Oleta River and Arch Creek are owned by the State of Florida, and proprietary approval from FDEP is generally necessary prior to the issuance of a Class I permit. RER has been delegated the authority on behalf of FDEP to grant consent for the use of these submerged lands if the project is consistent with certain standards. During the application review process, RER will review the project to determine if proprietary authorization may be granted by RER on the State's behalf or if it will be necessary for the applicant to apply directly to FDEP for proprietary authorization. D o I need a Class I perm it to trim m angroves? Most mangrove trimming or alteration projects within Miami-Dade County require a Class I permit. However, some minor trimming projects do not require permits from RER or FDEP. The Florida Legislature enacted the 1996 Mangrove Trimming & Preservation Act in sections 403.9321 - 403.9334 of the Florida Statutes. This law regulates the trimming and alteration of mangroves statewide. However, RER has been delegated the authority on behalf of FDEP to regulate these activities. RER reviews proposed mangrove trimming projects on a case by case basis to determine if a permit is required or if trimming may be performed pursuant to the state permitting exemptions contained in the 1996 Mangrove Trimming & Preservation Act. This determination is based on the specific characteristics of the proposed work, such as: • ownership of the property on either side of the mean high waterline where the trimming is proposed; • the size of the mangrove fringe (width and length), the height of the mangrove tree(s), and type of tree to be trimmed; • objective or purpose for the proposed mangrove trimming work; • whether there have been any mangrove violations on or adjacent to the property; • whether mangroves have ever been planted on or adjacent to the property; • whether mangroves are located within a mitigation or mangrove protection area, or a conservation easement; • whether mangroves are part of a Coastal Band Community; • the type of trimming or alteration that is proposed; and, • who will do the trimming. Trimming or alteration of mangroves, such as hedging or top pruning or uplifting and windowing (depending on the percentage of mangrove canopy proposed for removal), may require mitigation and/or preparation of plans by a licensed landscape architect. Before beginning any work with mangroves, contact RER for a courtesy review of the proposed work to determine if a Class I permit is required. D oes the M iam i-Dade C o unty M anatee Protectio n P lan (P lan) restrict the constru ction of pow er boat slips? It is not the intent of the Plan to impose any additional restrictions on single family docks within Essential Habitat Areas. Single family docks shall continue to be constructed according to the existing RER coastal construction guidelines. For multifamily residential developments within essential habitat areas, multi-slip docking facilities with more than five boat slips should be permitted to construct no more than one powerboat slip per 100 feet of owned developable shoreline. These areas generally occur along the western shoreline of Biscayne Bay and its tidal tributaries. The plan also identifies areas which are suitable locations for permitting of new or expanded powerboat docking facilities because the number and frequency of manatee sightings has been relatively lower in these areas. MIAMI-DADE COUNTY RER (REVISED 02/27/14) PAGE 5 CLASS I PERMIT APPLICATION EXEMPT PROJECTS The following is a list of projects that are exempt from a Class I Permit. (a) Repair and/or replacement of the decking or handrails, on an existing dock or limited to their original dimensions. (b) Sealing of cracks and spall repair on a bridge, seawall or bulkhead cap or face. (c) Repair or sealing of the pilasters of an existing seawall or bulkhead. (d) Backfilling landward of existing seawalls or bulkheads. (e) Placement of riprap, gunite-filled tube, or other approved material beneath an undercut seawall or bulkhead provided that material does not extend more than two (2) feet waterward of the seawall or bulkhead. (f) Placement of sand-cement riprap bags at the toes of a seawall or bulkhead provided the bags do not extend more than two (2) feet or the width of two (2) standard sand-cement bags waterward of the seawall or bulkhead. (g) The removal of old or unused or rotting piles or the removal of dilapidated docks, boatlifts, davits or piers. (h) The trimming of a mangrove tree(s) performed in accordance with the permit exemption provisions of Section 403.9326, Florida Statutes, provided that notification is given to the Department as required pursuant to Section 24-48.17(1) of the Code of Miami-Dade County (i) Installation, repair, or replacement of marine hardware on docks and piers necessary to secure vessels including, but not limited to, cleats, mooring whips, chocks and mooring bits (j) Construction, installation, repair, or replacement of permanent uncovered benches and/or tables on docks and piers. (k) Construction, installation, repair, or replacement of fenders, except fender piles, on docks and piers necessary for the protection of vessels. (I) Construction, installation, repair, or replacement of storage boxes, not exceeding thirty-six (36) inches in height, on docks and piers. (m) Construction, installation, repair, replacement of ladders on docks and piers to provide access to and from vessels and/or the water. (n) The placement of concrete jackets or other forms of protection on existing dock, pier or mooring piles. (o) The replacement of fender piles or mooring piles at the same exact location as they presently exist and provided that the following criteria are adhered to: i. The fender piles or mooring piles to be replaced do not protrude into the water more than twenty- five (25) percent of the width of the waterway. ii. The work will be done by a contractor holding an applicable certificate of competency. iii. The contractor shall contact the Director or the Director's designee a minimum of twenty-four (24) hours prior to performing the fender pile or mooring pile replacement work with information on the location and the number of fender or mooring piles to be replaced (p) Repair or replacement of uniform waterway markers or uniform waterway regulatory markers, which markers conform with Section 327.40 and 327.41, Florida Statutes, respectively, as may be amended from time to time EXPEDITED ADMINISTRATIVE AUTHORIZATION The following activities shall be eligible to receive a written expedited administrative authorization, provided the Department determines the work meets the criteria below and will not result in adverse environmental impacts. (a) Scientific, water quality or geotechnical sampling or testing in tidal waters or wetlands (b) Work in tidal waters and wetlands, not to exceed thirty (30) days, associated with motion picture, television, photographic or other media production (c) Treatment or removal of vegetation which is listed as a prohibited species as set forth in Section 24-49.9 of the Code of Miami-Dade County, Florida, for restoration and enhancement activities (d) Work within wetlands performed to restrict access to property for the purpose of maintaining the property in its natural state and protecting the property from trespass, illegal dumping, or damage to wetlands (e) The placement of natural limerock boulder riprap waterward of an existing seawall, bulkhead or unconsolidated shoreline provided that the riprap is place on a two (2) horizontal to one (1) vertical slope and the riprap does not extend more than ten (10) feet waterward of the mean high water line; provided, however, the Department conducts an inspection prior to the placement of the riprap and determines that said placement will not result in an adverse environmental impact to benthic communities (f) Repair and/or replacement of the tieback systems on an existing seawall or bulkhead, provided that the contractor submits structurally approved plans from the applicably building authority (g) Repair and/or replacement of the caplof an existing seawall or bulkhead, provided that the contractor submits structurally approved plans from the applicable building authority The following is a list of items necessary for RER to process a request for an expedited administrative authorization. If you have any additional questions, please contact the Coastal Permitting Program at (305) 372-6575. MIAMI-DADE COUNTY RER (REVISED 02/27/14) PAGE 6 C L A S S I P E R M IT A P P LI C A T IO N EXEMPT PROJECTS The following is a list of projects that are exempt from a Class I Permit. (a) Repair and/or replacement of the decking or handrails, on an existing dock or limited to their original dimensions. (b) Sealing of cracks and spali repair on a bridge, seawall or bulkhead cap or face. (c) Repair or sealing of the pilasters of an existing seawall or bulkhead. (d) Backfilling landward of existing seawalls or bulkheads. (e) Placement of riprap, gunite-filled tube, or other approved material beneath an undercut seawall or bulkhead provided that material does not extend more than two (2) feet waterward of the seawall or bulkhead. (f) Placement of sand-cement riprap bags at the toes of a seawall or bulkhead provided the bags do not extend more than two (2) feet or the width of two (2) standard sand-cement bags waterward of the seawall or bulkhead. (g) The removal of old or unused or rotting piles or the removal of dilapidated docks, boatlifts, davits or piers. (h) The trimming of a mangrove tree(s) performed in accordance with the permit exemption provisions of Section 403.9326, Florida Statutes, provided that notification is given to the Department as required pursuant to Section 24-48.17(1) of the Code of Miami-Dade County (i) Installation, repair, or replacement of marine hardware on docks and piers necessary to secure vessels including, but not limited to, cleats, mooring whips, chocks and mooring bits O) Construction, installation, repair, or replacement of permanent uncovered benches and/or tables on docks and piers. (k) Construction, installation, repair, or replacement of fenders, except fender piles, on docks and piers necessary for the protection of vessels. (I) Construction, installation, repair, or replacement of storage boxes, not exceeding thirty-six (36) inches in height, on docks and piers. (m ) Construction, installation, repair, replacement of ladders on docks and piers to provide access to and from vessels and/or the water. (n) The placement of concrete jackets or other forms of protection on existing dock, pier or mooring piles. (o) The replacement of fender piles or mooring piles at the same exact location as they presently exist and provided that the following criteria are adhered to: i. The fender piles or mooring piles to be replaced do not protrude into the water more than twenty- five (25) percent of the width of the waterway. ii. The work will be done by a contractor holding an applicable certificate of competency. iii. The contractor shall contact the Director or the Director's designee a minimum of twenty-four (24) hours prior to performing the fender pile or mooring pile replacement work with information on the location and the number of fender or mooring piles to be replaced (p) Repair or replacement of uniform waterway markers or uniform waterway regulatory markers, which markers conform with Section 327.40 and 327.41, Florida Statutes, respectively, as may be amended from time to time EXPEDITED ADMINISTRATIVE AUTHORIZATION The following activities shall be eligible to receive a written expedited administrative authorization, provided the Department determines the work meets the criteria below and will not result in adverse environmental impacts. (a) Scientific, water quality or geotechnical sampling or testing in tidal waters or wetlands (b) Work in tidal waters and wetlands, not to exceed thirty (30) days, associated with motion picture, television, photographic or other media production (c) Treatment or removal of vegetation which is listed as a prohibited species as set forth in Section 24-49.9 of the Code of Miami-Dade County, Florida, for restoration and enhancement activities (d) Work within wetlands performed to restrict access to property for the purpose of maintaining the property in its natural state and protecting the property from trespass, illegal dumping, or damage to wetlands (e) The placement of natural limerock boulder riprap waterward of an existing seawall, bulkhead or unconsolidated shoreline provided that the riprap is place on a two (2) horizontal to one (1) vertical slope and the riprap does not extend more than ten (10) feet waterward of the mean high water line; provided, however, the Department conducts an inspection prior to the placement of the riprap and determines that said placement will not result in an adverse environmental impact to benthic communities (f) Repair and/or replacement of the tieback systems on an existing seawall or bulkhead, provided that the contractor submits structurally approved plans from the applicably building authority (g) Repair and/or replacement of the cap,of an existing seawall or bulkhead, provided that the contractor submits structurally approved plans from the applicable building authority The following is a list of items necessary for RER to process a request for an expedited administrative authorization. If you have any additional questions, please contact the Coastal Permitting Program at (305) 372-6575. MIAMI-DADE COUNTY RER (REVISED 02/27/14) PAGE 6 CLASS I PERMIT APPLICATION LETTER OF REQUEST: The expedited administrative authorization must be requested by the current property owner via a letter of request. The expedited administrative authorization request letter should include: • Site location and sketch of proposed work • Full description of the work to be performed • All relevant information necessary to determine potential environmental impacts • Administrative fee SHORT FORM PROJECTS In most cases, the following may be reviewed as short form projects. If, upon application, RER determines that the project qualifies as an exempt or a standard form project, you or your agent will be notified. When permissible, a short form permit application may be accepted by the Department of Regulatory and Economic Resources for the following types of work: (1) Construction, repair or replacement of seawalls or bulkheads, including the minimum filling or dredging necessary for the installation at the mean high water line or no more than 12 inches waterward of their existing location. (2) Construction or the placement of a single-family residence fixed or floating dock, davit, boat lift, mooring or fender pile, all of which are associated with a single family residence provided that none of the foregoing protrude into the water more than twenty-five (25) percent of the width of the waterway. (3) Repair, replacement or restoration of docks, piers, davits, boat lifts, mooring or fender piles, provided none of the foregoing protrude into the water more than twenty-five (25) percent of the width of the waterway. (4) Installation, repair or replacement of mooring buoys, when it is determined that the proposed work will not present a hazard to navigation. (5) Maintenance dredging projects where the dredged material is to be deposited on a self-contained upland site. (6) The placement of riprap in front of an existing seawall, bulkhead or shoreline, that does not otherwise qualify under Section 24-48(2). (7) Davit installation on a dock, seawall or bulkhead. (8) Repair or replacement of wave baffles at their original location and dimensions. (9) Construction or the placement of fixed or floating docks, piers, davits, boat lifts, mooring piles and fender piles in order to create fifty (50) or less boat slips at a new or existing boat docking facility other than a single-family residence, provided that the following criteria are adhered to: (a) None of the foregoing protrude into the water more than twenty-five (25) percent of the width of the waterway. (b) No dredging or filling is associated or required for the project. A boat docking facility expansion may only be accepted as a short form application if the facility has not been physically expanded during the past two (2) years. (10) Installation of a subaqueous cable or pipeline crossing requiring the dredging and backfilling of ten thousand (10,000) cubic yards or less of material. (11) Any non-exempt installation of aids to navigation. (12) Repair of bridge fender systems. (13) Repair or replacement of an existing bridge. (14) Construction of artificial reefs. (15) Any non-exempt trimming or cutting or any other alteration of a mangrove tree(s) which is not a part of a coastal band community. (16) Elevated boardwalks landward of the mean high water line. (17) Boat lift installation on a new or existing dock, seawall or bulkhead. (18) Clearing, placement of clean fill, dredging or other work in wetlands or surface waters associated with the repair, replacement or maintenance of the Central and South Florida Flood Control Project, performed by the State of Florida or the United States Government. (19) Dredging and filling in wetlands or tidal waters for the sole purpose of environmental restoration or environmental enhancement. (20) The filling of privately owned boat notches, boat ramps or other man made excavations into uplands in association with the installation of a seawall or bulkhead. (21) The construction of monitoring wells or stations in wetlands or tidal waters for the purpose of environmental monitoring or research unless otherwise exempt. (22) Work in wetlands or tidal waters associated with scientific studies conducted by public agencies, research or academic institutions that does not otherwise qualify for approval under Section 24-48(1) or 24-48(2). (23) Filling at publicly owned beaches for beach renourishment, beach restoration, or remediation of beach erosion. (24) The minimum dredging or filling in wetlands or tidal waters necessary for the repair or replacement of utility poles and lines. (25) All other work not specifically described in the list of projects requiring a standard form permit application or qualifying for approval under Sections 24-48(1) or 24-48(2). MIAMI-DADE COUNTY RER (REVISED 02/27/14) PAGE 7 C L A S S I P E R M IT A P P LI C A TI O N L E T T E R O F R E Q U E S T : The expedited administrative authorization must be requested by the cu rre n t p ro p e rt y o w n e r via a letter of request. The expedited administrative authorization request letter should include: • Site location and sketch of proposed work • Full description of the work to be performed • All relevant information necessary to determine potential environmental impacts • Administrative fee SHORT FORM PROJECTS In most cases, the following may be reviewed as short form projects. If, upon application, RER determines that the project qualifies as an exempt or a standard form project, you or your agent will be notified. When permissible, a short form permit application may be accepted by the Department of Regulatory and Economic Resources for the following types of work: (1) Construction, repair or replacement of seawalls or bulkheads, including the minimum filling or dredging necessary for the installation at the mean high water line or no more than 12 inches waterward of their existing location. (2) Construction or the placement of a single-family residence fixed or floating dock, davit, boat lift, mooring or fender pile, all of which are associated with a single family residence provided that none of the foregoing protrude into the water more than twenty-five (25) percent of the width of the waterway. (3) Repair, replacement or restoration of docks, piers, davits, boat lifts, mooring or fender piles, provided none of the foregoing protrude into the water more than twenty-five (25) percent of the width of the waterway. (4) Installation, repair or replacement of mooring buoys, when it is determined that the proposed work will not present a hazard to navigation. (5) Maintenance dredging projects where the dredged material is to be deposited on a self-contained upland site. (6) The placement of riprap in front of an existing seawall, bulkhead or shoreline, that does not otherwise qualify under Section 24-48(2). (7) Davit installation on a dock, seawall or bulkhead. (8) Repair or replacement of wave baffles at their original location and dimensions. (9) Construction or the placement of fixed or floating docks, piers, davits, boat lifts, mooring piles and fender piles in order to create fifty (50) or less boat slips at a new or existing boat docking facility other than a single-family residence, provided that the following criteria are adhered to: (a) None of the foregoing protrude into the water more than twenty-five (25) percent of the width of the waterway. (b) No dredging or filling is associated or required for the project. A boat docking facility expansion may only be accepted as a short form application if the facility has not been physically expanded during the past two (2) years. (10) Installation of a subaqueous cable or pipeline crossing requiring the dredging and backfilling of ten thousand (10,000) cubic yards or less of material. ( 11) Any non-exempt installation of aids to navigation. ( 12) Repair of bridge fender systems. ( 13) Repair or replacement of an existing bridge. (14) Construction of artificial reefs. (15) Any non-exempt trimming or cutting or any other alteration of a mangrove tre e(s ) wh i ch is not a part of a coastal band community. ( 16) Elevated boardwalks landward of the mean high water line. (17) Boat lift installation on a new or existing dock, seawall or bulkhead. (18) Clearing, placement of clean fill, dredging or other work in wetlands or surface waters associated with the repair, replacement or maintenance of the Central and South Florida Flood Control Project, performed by the State of Florida or the United States Government. (19) Dredging and filling in wetlands or tidal waters for the sole purpose of environmental restoration or environmental enhancement. (20) The filling of privately owned boat notches, boat ramps or other man made excavations into uplands in association with the installation of a seawall or bulkhead. (21) The construction of monitoring wells or stations in wetlands or tidal waters for the purpose of environmental monitoring or research unless otherwise exempt. (22) Work in wetlands or tidal waters associated with scientific studies conducted by public agencies, research or academic institutions that does not otherwise qualify for approval under Section 24-48(1) or 24-48(2). (23) Filling at publicly owned beaches for beach renourishment, beach restoration, or remediation of beach erosion. (24) The minimum dredging or filling in wetlands or tidal waters necessary for the repair or replacement of utility poles and lines. (25) All other work not specifically described in the list of projects requiring a standard form permit application or qualifying for approval under Sections 24-48(1) or 24-48(2). MIAMI-DADE COUNTY RER (REVISED 02/27/14) PAGE 7 CLASS I PERMIT APPLICATION REQUEST A BIOLOGICAL ASSESSMENT OR WETLAND DETERMINATION The following is a list of items necessary for RER to process a request for a biological assessment and/or jurisdictional wetland determination. If you have any additional questions, please contact the Coastal Permitting Program at (305) 372- 6575. LETTER OF REQUEST: The biological assessment or jurisdictional wetland determination must be requested by the current property owner via a letter of request. The biological assessment or jurisdictional wetland determination request letter should include: • a legal description of the subject property • the street address where the subject property is located • an accurate description and drawing/sketch of the project(s) for which approval is being sought. APPLICATION FEE: The application fee, made payable to Miami-Dade County, shall be submitted at the time of application. Please refer to the enclosed fee schedule. The application fee is non-refundable, however, if the recipient of a biological assessment applies for a Class I permit and the assessment remains valid, a $265 credit for single family applications and a $530 credit for multi-family applications shall be given. APPLYING FOR A CLASS I PERMIT The following is a list of items necessary for RER to process a request for a Class I permit. If you have any additional questions, please contact the Coastal Permitting Program at (305) 372-6575. PERMIT APPLICATION FORM: All fields of the application form located at the back of this package should be completed in full (please indicate N/A if not applicable). Please refer to the application form for information on what signatures are required, relative to the type of owner and applicant. AFFIDAVIT OF OWNERSHIP AND HOLD HARMLESS AGREEMENT: If required by RER, the affidavit located at the back of this package should be completed, signed, and notarized prior to its submittal and shall include a property description and project description. APPLICATION FEE: The application fee, made payable to Miami-Dade County, shall be submitted at the time of application. Please refer to the enclosed fee schedule. Said fee is non-refundable. A Class I permit application will not be processed unless the required application fee is submitted with the application form. PLANS AND SKETCHES: Construction plans, sketches and calculations for proposed work must be prepared by an engineer registered in the State of Florida except when the work consists solely of mangrove trimming, fender pilings, mooring pilings, mooring buoys, davits, bridge fender systems and wave baffle systems, which may be prepared by an architect registered in the State of Florida. To submit a Class I Permit Application, plans or sketches to be submitted to RER should minimally include: 1. Location Sketch. 2. Complete site plan, depicting all existing and proposed structures including dimensions and side setbacks. Please be advised that the above information is solely an initial requirement, and that prior to Class I permit approval a minimum of 4 sets of Professional Engineer signed and sealed plans must be submitted. Said plans must incorporate all details as required by standards of professional engineering design and shall include the following information: 1. The location of all existing and proposed structures and any mangrove trimming must be depicted relative to a fixed point. 2. The location of the mean high water line, mean low water line and elevations of all existing and proposed structures, all referenced to the same datum. 3. Complete plan, elevation and section views of all existing and proposed structures in, on, over or upon tidal waters, coastal wetlands or mangrove areas. 4. Details of structural components such as precast members, structural connections, steel reinforcement, and expansion joints. 5. Shop drawings for prefabricated components, if available. 6. Complete description of all materials to be used. 7. The D-5 boundary lines must be depicted on the site plan. Please be advised that additional information may be required during the plan review process. MIAMI-DADE COUNTY RER (REVISED 02/27/14) PAGE 8 C L A S S I PERMIT APPLICATION REQUEST A BIOLOGICAL ASSESSMENT OR WETLAND DETERMINATION The following is a list of items necessary for RER to process a request for a biological assessment and/or jurisdictional wetland determination. If you have any additional questions, please contact the Coastal Permitting Program at (305) 372- 6575. LETTER OF REQUEST: The biological assessment or jurisdictional wetland determination must be requested by the current property owner via a letter of request. The biological assessment or jurisdictional wetland determination request letter should include: • a legal description of the subject property • the street address where the subject property is located • an accurate description and drawing/sketch of the project(s) for which approval is being sought. APPLICATION FEE: The application fee, made payable to Miami-Dade County, shall be submitted at the time of application. Please refer to the enclosed fee schedule. The application fee is non-refundable, however, if the recipient of a biological assessment applies for a Class I permit and the assessment remains valid, a $265 credit for single family applications and a $530 credit for multi-family applications shall be given. APPL YING FOR A CLASS I PERMIT The following is a list of items necessary for RER to process a request for a Class I permit. If you have any additional questions, please contact the Coastal Permitting Program at (305) 372-6575. PERMIT APPLICATION FORM: All fields of the application form located at the back of this package should be completed in full (please indicate N/A if not applicable). Please refer to the application form for information on what signatures are required, relative to the type of owner and applicant. AFFIDAVIT OF OWNERSHIP AND HOLD HARMLESS AGREEMENT: If required by RER, the affidavit located at the back of this package should be completed, signed, and notarized prior to its submittal and shall include a property description and project description. APPLICATION FEE: The application fee, made payable to Miami-Dade County, shall be submitted at the time of application. Please refer to the enclosed fee schedule. Said fee is non-refundable. A Class I permit application will not be processed unless the required application fee is submitted with the application form. PLANS AND SKETCHES: Construction plans, sketches and calculations for proposed work must be prepared by an engineer registered in the State of Florida except when the work consists solely of mangrove trimming, fender pilings, mooring pilings, mooring buoys, davits, bridge fender systems and wave baffle systems, which may be prepared by an architect registered in the State of Florida. To submit a Class I Permit Application, plans or sketches to be submitted to RER should minimally include: 1. Location Sketch. 2. Complete site plan, depicting all existing and proposed structures including dimensions and side setbacks. Please be advised that the above information is solely an initial requirement, and that prior to Class I permit approval a minimum of 4 sets of Professional Engineer signed and sealed plans must be submitted. Said plans must incorporate all details as required by standards of professional engineering design and shall include the following information: 1. The location of all existing and proposed structures and any mangrove trimming must be depicted relative to a fixed point. 2. The location of the mean high water line, mean low water line and elevations of all existing and proposed structures, all referenced to the same datum. 3. Complete plan, elevation and section views of all existing and proposed structures in, on, over or upon tidal waters, coastal wetlands or mangrove areas. 4. Details of structural components such as precast members, structural connections, steel reinforcement, and expansion joints. 5. Shop drawings for prefabricated components, if available. 6. Complete description of all materials to be used. 7. The D-5 boundary lines must be depicted on the site plan. Please be advised that additional information may be required during the plan review process. MIAMI-DADE COUNTY RER (REVISED 02/27/14) PAGE 8 CLASS I PERMIT APPLICATION PERFORMANCE AND MITIGATION BOND(S): Performance and mitigation bond(s) may be required in order to ensure compliance with the permit conditions and to protect the interest of the public and of landowners in the vicinity of the work. The types of bonds that are acceptable include cash, letter of credit, and assignment of collateral bonds. The required bond may remain in force for at least six (6) months after the approved completion date of the work. Paperwork for each type of bond, including IRS W-9 forms, may be required. The project manager assigned to the project will provide the paperwork for any required bonds. LETTER(S) OF CONSENT: If the proposed project at a single family residence is designed to exceed the.boundaries of the D-5 triangle, a notarized letter(s) of consent from the adjoining riparian property owner(s) may be requested. Please refer to the enclosed example on page 15 for the correct language. STRUCTURAL APPROVAL: If the project is located within an incorporated area of Miami-Dade County (i.e. city), structural approval shall be necessary from the subject municipality. If, however, the project is located within an unincorporated area of Miami-Dade County, structural approval will be necessary from the Construction, Permitting and Building Code Division of Miami-Dade County's RER. ZONING APPROVAL: If the project is located within an incorporated area of Miami-Dade County (i.e. city), zoning approval shall be necessary from the subject municipality. If, however, the project is located within an unincorporated area of Miami- Dade County, zoning approval will be necessary from the Development Services Division of Miami-Dade County's RER. For projects located within an unincorporated area, a zoning processing fee of $158.52 (payable to Miami Dade County Board of County Commissioners) should be included with the Class I Permit Application. SUBMERGED LANDS APPROVAL: Approval is required from the owner of the submerged lands over which any project is proposed. Most submerged lands beneath Biscayne Bay and its natural tributaries are owned by the State of Florida. Consent for the use of such lands is therefore necessary before performing any work or construction over them. RER has been delegated the authority, on behalf of the FDEP, through the Board of Trustees of the Internal Improvement Trust Fund, to grant consent for the use of these submerged lands if the project is consistent with certain standards. In order for RER to review your project for proprietary authorization, an additional copy of the following should be included with the Class I Permit Application: 1. 8% x 11 Location Map 2. 81/2 x 11 Project Drawing 3. Copy of Application For information regarding this proprietary approval process, the applicant can contact FDEP at (561) 681-6600, or: Florida Department of Environmental Protection c/o Environmental Resource Program 400 N. Congress Avenue, Third Floor West Palm Beach, FL 33401 THE FOLLOWING FORMS ARE ONLY APPLICABLE WHEN PROCESSING STANDARD FORM CLASS I PERMIT APPLICATIONS: ENGINEER CERTIFICATION LETTER: This letter shall be signed and sealed by the Engineer of Record for the proposed work. Please refer to the enclosed example on page 18 for the correct language. OWNER'S STATEMENT OF PROJECT: This letter shall be signed by the owner of the subject property. Please refer to the enclosed example on page 17 for the correct language. LIST OF ALL RIPARIAN OWNERS WITHIN 300 FEET: For the purposes of notification of hearing dates, the applicant must submit peel-off/stick-on labels with the names and addresses of all riparian or wetland property owners within a three hundred (300) foot radius of the proposed work. Said information is available from the latest county tax rolls. Please refer to the enclosed sketch on page 19. MIAMI-DADE COUNTY RER (REVISED 02/27/14) PAGE 9 C L A S S I PERMIT APPLICATION PERFORMANCE AND MITIGATION BOND(S): Performance and mitigation bond(s) may be required in order to ensure compliance with the permit conditions and to protect the interest of the public and of landowners in the vicinity of the work. The ty pes of bonds that are acceptable include cash, letter of credit, and assignment of collateral bonds. The required bond may remain in force for at least six (6) months after the approved completion date of the work. Paperwork for each type of bond, including IRS W-9 forms, may be required. The project manager assigned to the project will provide the paperwork for any required bonds. L E TT E R ($) OF CONSENT: If the proposed project at a single family residence is designed to exceed the boundaries of the D-5 triangle, a notarized letter(s) of consent from the adjoining riparian property owner(s) may be requested. Please refer to the enclosed example on page 15 for the correct language. STRUCTURA L APPROVAL: If the project is located within an incorporated area of Miami-Dade County (i.e. city), structural approval shall be necessary from the subject municipality. If, however, the project is located within an unincorporated area of Miami-Dade County, structural approval will be necessary from the Construction, Permitting and Building Code Division of Miam i-D ade County's RE R. Z O N IN G A P P R O V A L : If the project is located within an incorporated area of M iam i-Dade County (i.e. city ), zoni ng approval shall be nece ssary from the subject m unicipality. If, however, the project is located within an unincorporated area of Miami- Dade County, zoning approval will be nece ssary from the Developm ent Serv ice s Di vision of Miami-Dade County's RER. For projects located w ithin an unincorporated area, a zoning processing fee of $158.52 (pa yabl e to M iam i Dade County Board of County Com m issioners) should be incl uded with the Class I Perm it A pplication. S U B M E R G E D LA N D S A P P R O V A L : Approval is required from the ow ner of the subm erged lands over w hich any project is proposed. M ost subm erged lands beneath Biscayne Bay and its natural tributaries are ow ned by the State of Florida. Consent for the use of such lands is therefo re necessary befo re perform ing any work or construction over them . RE R has been delegated the authority, on behalf of the FDE P, through the Board of Trustees of the Intern al Im provem ent Trust Fund, to grant consent fo r the use of these subm erged lands if the project is consistent with certain standards. In order fo r RE R to review your pro ject for proprietary authorization, an additional copy of the fo llowing should be incl uded with the Class I Perm it A pplication: 1. 8 x11 Location M ap 2. 8½ x11 Proj ect Draw ing 3. Copy of Application For info rm ation regarding this pro prietary approval process, the applicant can contact FDEP at (561) 681-6 600, or. Florida Depart m ent of Environm ental Protection c/o Environm ental Resource Pro gram 400 N. Congress Avenue, Third Floor W est Palm Beach, FL 33401 THE FOLLOWING FORMS ARE ONLY APPLICABLE WHEN PROCESSING STANDARD FORM CLASS I PERMIT APPLICATIONS: E N G IN E E R C E R T IF IC A T IO N L E T T E R : This letter shall be signed and sealed by the Engineer of Record fo r the proposed work. Please refer to the encl osed exam ple on page 18 for the correct language. O W N E R 'S S T A T E M E N T O F P R O J E C T : This letter shall be signed by the owner of the subject property. Please refer to the enclosed exam ple on page 17 fo r the correct language. LI S T O F A L L R IP A R IA N O W N E R S W IT H IN 3 0 0 F E E T : For the purposes of notification of hearing dates, the applicant m ust subm i t peel -off/stick-on label s w ith the nam es and addresses of all riparian or wetland property ow ners within a three hundred (300) fo ot radius of the pro posed work. Said info rm ation is available from the latest county tax rolls. Please refer to the enclosed sketch on page 19. MIAMI-DADE COUNTY RER (REVISED 02/27/14) PAGE 9 1. Construction Cost Application Fee $0 - $2,499 $250 $2,500 - $4,999 $425 Over $1,000,000 $28,750 $5,000 - $9,999 $470 $10,000 - $19,999 $20,000 - $74,999 $75,000 - $1,000,000 $470 plus $25 for each thousand dollars of construction cost above $10,000 $470 plus $25 for each thousand dollars of construction cost above $10,000 $470 plus $23 for each thousand dollars of construction cost above $10,000 CLASS I PERMIT APPLICATION CLASS I APPLICATION AND PERMIT FEES Permitting Feel $205 Short Form $375 Standard Form $205 Short Form $375 Standard Form $375 Short Form $555 Standard Form $470 Short Form or $625 Standard Form $470 Short Form or $625 Standard Form $470 Short Form or $625 Standard Form $28,750 plus $25 for each thousand dollars of construction cost above $10,000 plus $25 for each thousand dollars of construction cost above $10,000 plus $28 for each thousand dollars of construction cost above $10,000 Class I application and permit fees are doubled for after-the-fact Class I permits. In the event that a short form application is forwarded to the County Commission for approval, an additional fee of $175.00 shall be collected from the applicant. If after County Commission approval is given, the applicant modifies his project or proposes additional work beyond the original boundaries or scope of the project, an additional application fee for the new work shall be assessed according to the Class I Permit fee schedule above. 2. Biological Assessment2 a) Single Family $400 (for each non-contiguous parcel) b) Multi-family, commercial or agricultural $795 (for each non-contiguous parcel) c) Other (those requesting establishment $690 (shall be added to the fees above) of a wetlands management line) 3. Repeat assessment requiring field inspection $265 4. Covenant Recording $200 (plus actual recording fee) 5. Review Expedited Administrative Authorizations a) Replacement of seawall caps $75 b) Replacement of tie rods $75 c) Riprap placement inspection $170 d) Scientific, water quality or geotechnical sampling and testing $220 e) Motion picture, to►evision, photo or other media productions $220 f) Exotic vegetation removal or treatment $220 g) Work within wetlands to restrict property access $220 6. Short Form Permit modification review3 10% of initial fee or $200, whichever is greater 7. After-the-fact modification 20% of initial fee or $400, whichever is greater 8. Permit extension review 25% of permit fee or $1000 whichever is less 9. Permit transfer review • $175 10. Variance through the Environmental Quality Control Board $320 - $ 1,150 (based on type requested) 11. Variance for prohibited fixed and floating structures $1,240 Fees may vary slightly if, prior to issuance, the estimated cost of the project has changed from the estimate made when the permit application was submitted. 2 If recipient of a biological assessment applies for a Class I Permit and the assessment remains valid, a $265 credit for single family applications and $530 credit for multi-family applications shall be given. 3 Modification of a standard form project may require additional fees and will be assessed according to the Class I Permit fee schedule above. MIAMI-DADE COUNTY RER (REVISED 02/27/14) PAGE 10 C L A S S I P E R M IT A P P LI C A T IO N CLASS I APPLICATION AND PERMIT FEES 1. Construction Cost Application Fee Permitting Fee' $0 -$2,499 $250 $205 Short Form $375 Standard Form $2,500 - $4,999 $425 $205 Short Form $375 Standard Form $5,000 - $9,999 $470 $375 Short Form $555 Standard Form $470 plus $23 for each thousand dollars of $470 Short Form or plus $25 for each thousand $10,000 -$19,999 dollars of construction cost construction cost above $10,000 $625 Standard Form above $10,000 $470 plus $25 for each thousand dollars of $470 Short Form or plus $25 for each thousand $20,000 - $74,999 dollars of construction cost construction cost above $10,000 $625 Standard Form above $10,000 $470 plus $25 for each thousand dollars of $470 Short Form or plus $28 for each thousand $75,000 -$1,000,000 dollars of construction cost construction cost above $1 O, 000 $625 Standard Form above $10,000 Over $1,000,000 $28,750 $28,750 Class I application and permit fees are doubled for after-the-fact Class I permits. In the event that a short form application is forwarded to the County Commission for approval, an additional fee of $175.00 shall be collected from the applicant. If after County Commission approval is given, the applicant modifies his project or proposes additional work beyond the original boundaries or scope of the project, an additional application fee for the new work shall be assessed according to the Class I Permit fee schedule above. 2. Biological Assessment2 a) Single Family b) Multi-family, commercial or agricultural c) Other (those requesting establishment of a wetlands management line) 3. Repeat assessment requiring field inspection 4. Covenant Recording 5. Review Expedited Administrative Authorizations a) Replacement of seawall caps b) Replacem ent of tie rods c) Riprap placement inspection d) Scientific, water quality or geotechnical sampling and testing e) Motion picture, television, photo or other media productions f} Exotic vegetation removal or treatment g) Work within wetlands to restrict property access 6. Short Form Permit modification review 7. After-the-fact modification 8. Permit extension review 9. Permit transfer review • 10. Variance through the Environmental Quality Control Board 11. Variance for prohibited fixed and floating structures $400 (for each non-contiguous parcel) $795 (for each non-contiguous parcel) $690 (shall be added to the fees above) $265 $200 (plus actual recording fee) $75 $75 $170 $220 $220 $220 $220 10% of initial fee or $200, whichever is greater 20% of initial fee or $400, whichever is greater 25% of permit fee or $1000 whichever is less $175 $320 -$ 1,150 (based on type requested) $1,240 1 Fees may vary slightly if, prior to issuance, the estimated cost of the project has changed from the estimate made wh en the permit application was submitted. If recipient of a biological assessment applies for a Class I Permit and the assessment remains valid, a $265 credit for single family applications and $530 credit for multi-family applications shall be given. 3 Modification of a standard form project may require additional fees and will be assessed according to the Class I Permit fee schedule above. MIAMI-DADE COUNTY RER (REVISED 02/27/14) PAGE 10 CLASS I PERMIT APPLICATION 12. Mangrove Trimming - Size of Area to be Trimmed Application Fee Permit Fee Less than 1,000 square feet $225 $225 Short Form $370 Standard Form 1,000 - 5,000 square feet $530 $530 Short Form $675 Standard Form 5,001 - 10,000 square feet $1,280 $1,280 Short Form $1,425 Standard Form 10,001 - 100,000 square feet $1,280 plus $225 for each additional 10,000 square feet over 10,001 square feet $1,280 Short Form $1,425 Standard Form plus $225 for each additional 10,000 square feet over 100,000 square feet $3,305 $3,305 Short Form $3,435 Standard Form Certification of Professional Mangrove Trimmers by Miami-Dade County $305 every 2 years Registration of Professional Mangrove Trimmers not Certified by Miami-Dade County $500 annually MIAMI-DADE COUNTY RER (REVISED 02/27/14) PAGE 11 C L A S S I P E R M IT A P P L IC A T IO N 12. Mangrove Trimming - Size of Area to be Trimmed Less than 1,000 square feet 1,000 -5,000 square feet 5,001 - 10,000 square feet 10,001 - 100,000 square feet over 100,000 square feet Application Fee $225 $530 $1,280 $1,280 plus $225 for each additional 10,000 square feet over 10,001 square feet $3,305 Perm it Fee $225 Short Form $530 Short Form $1,280 Short Form $1,280 Short Form $3,305 Short Form Certification of Professional Mangrove Trimmers by Miami-Dade County Registration of Professional Mangrove Trimmers not Certified by Miami-Dade County $370 Standard Form $675 Standard Form $1,425 Stan dard Form $1,425 Standard Form plus $225 for each additional 10,000 square feet $3,435 Stan dard Form $305 every 2 years $500 annually MIAMI-DADE COUNTY RER (REVISED 02/27/14) PAGE 11 CLASS I PERMIT APPLICATION COASTAL PERMITTING CONTACTS AVENTURA Joanne Carr, Director of Community Development 19200 West Country Club Dr., Aventura, FL 33180 Zoning — Donna Mussatto/ Barry Glading (305) 466-8940 Building — Janet Lopez/ Raul Rodriquez (305) 466-8944 BAL HARBOUR VILLAGE: Daniel Nieda, Building Official 655 - 95 Street, Bal Harbour, FL 33154 (305) 865-7525 Zoning — Daniel Nieda Structural — Ali Arbad, Engineer PT TOWN OF BAY HARBOR ISLANDS: Dale Lee, Building Official 9665 Bay Harbor Terrace, Bay Harbor Islands, FL 33154 (305) 993-1786 Zoning — Ayanidys Marante Structural — Jaime M. Eisen CORAL GABLES: Manuel Lopez, Building Official (305) 460-5247 405 Biltmore Way, 3gt Floor, Coral Gables, FL 33114-1549 (305) 460-5235 TOWN OF GOLDEN BEACH: Linda Epperson, Director, Building & Zoning Dept. 1 Golden Beach Drive, Golden Beach, FL 33160 (305) 932-0744 Zoning — Daniel Nieda, Building Official Structural — Jaime Eisen INDIAN CREEK: Samuel Kissinger, Village Manager 9080 Bay Drive, Indian Creek Village, FL 33154 (305) 865-4121 Zoning and Structural — Dario Gonzalez, Building Official KEY BISCAYNE: Eugenio M. Santiago, Chief Building Official 85 West McIntyre Street, Key Biscayne, FL 33149 Zoning — William Fehr (305) 365-5502 Structural — Eugenio M. Santiago (305) 365-8902 MIAMI: Miami Riverside Center (MRC) 444 S.W. 2 Avenue 8th Floor, Miami, FL 33130 Building Department (305) 416-1100 MIAMI BEACH: Richard McConachie, Building Official (305) 673-7610 ext. 6807 Stephen Scott, Building Director (305) 673-7610 ext. 6824 1700 Convention Center Dr., Miami Beach, FL 33139 Building Department (305) 673-7610 Zoning — Zoning Official (305) 673-7550 Structural — Luis Perez (305) 673-7610 ext. 6760 MIAMI SHORES: Norman Burhn, Building Official (305) 762-4859 10050 N.E. 2 Avenue, Miami Shores, FL 33138 (305) 795-2204 Zoning — David Dacquisto, Planning/ Zoning Director Structural — Norman Buhrn NORTH BAY VILLAGE: Raul Rodriquez, Building Official (305) 754-6740 1700 Kennedy Causeway, Suite 700 Permit Dept.: 1700 Kennedy Cswy., Suite 132 North Bay Village, FL 33141 (305) 754-6740 NORTH MIAMI: John Jackson, Building Official (305) 895-9820 ext. 12178 12340 N.E. 8th Avenue North Miami, FL 33161 (305) 895-9820 Zoning — Joanne Martin/ Georgette Clairevois/ David Belaird Structural — Mehdi Ashkrof NORTH MIAMI BEACH: 17050 N.E. 17th Avenue North Miami Beach, FL 33161 Zoning — Christopher Heid (305) 948-2901 Structural — Mehdi Ashraf (305) 948-2965 SURFSIDE: Paul Gioia, Building Director Edward Rojas, Building Official 9293 Harding Avenue, Surfside, FL 33154 (305) 861-4863 Zoning and Structural — Darien Martinat SUNNY ISLES BEACH Clayton Parker, Building Official Sharon Ragoonan, Director of Community Development 18070 Collins Avenue, Sunny Isles Beach, FL 33160 Zoning — Claudia Hasbun (305) 792-1710 Structural — Jaime Eisen/Frank Prieto (305) 947-0606 General Information: (305) 947-0606 U.S. ARMY CORPS OF ENGINEERS: Audrey Siu, Project Manager 9900 S.W. 107th Avenue, Suite 203 Miami, FL 33176 Tel: (305) 526-7181 Fax: (305) 526-7184 FL DEPT OF ENVIRONMENTAL PROTECTION Benny Luedike, Environmental Permitting Manager Environmental Resource Program 400 N. Congress Avenue, Third Floor West Palm Beach, FL 33401 (561) 681-6600 SOUTH FL WATER MANAGEMENT DISTRICT Barbara Conmy, Environmental Analyst 3301 Gun Club Road West Palm Beach, FL 33416 1-800-432-2045 or 561-686-8800 MIAMI-DADE COUNTY RER (REVISED 02/27/14) PAGE 12 C L A S S I PERMIT APPLICATION COASTAL PERMITTING CONTACTS AVENTURA Joanne Carr, Director of Community Development 19200 West Country Club Dr., Aventura, FL 33180 Zoning - Donna Mussatto/ Barry Glading (305) 466-8940 Building - Janet Lopez/ Raul Rodriquez (305) 466-8944 BAL HARBOUR VILLAGE: Daniel Nieda, Building Official 655 -95 Street, Bal Harbour, FL 33154 (305) 865-7525 Zoning - Daniel Nieda Structural - Ali Arbad, Engineer PT TOWN OF BA Y HARBOR ISLANDS: Dale Lee, Building Official 9665 Bay Harbor Terrace, Bay Harbor Islands, FL 33154 (305) 993-1786 Zoning - Ayanidys Marante Structural - Jaime M. Eisen CORAL GABLES: Manuel Lopez, Building Official (305) 460-5247 405 Biltmore Way, 3" Floor, Coral Gables, FL 33114-1549 (305) 460-5235 TOWN OF GOLDEN BEACH: Linda Epperson, Director, Building & Zoning Dept. 1 Golden Beach Drive, Golden Beach, FL 33160 (305) 932-0744 Zoning - Daniel Nieda, Building Official Structural - Jaime Eisen INDIAN CREEK: Samuel Kissinger, Village Manager 9080 Bay Drive, Indian Creek Village, FL 33154 (305) 865-4121 Zoning and Structural - Dario Gonzalez, Building Official KEY BISCAYNE: Eugenio M. Santiago, Chief Building Official 85 West McIntyre Street, Key Biscayne, FL 33149 Zoning -- William Fehr (305) 365-5502 Structural -- Eugenio M. Santiago (305) 365-8902 MIAMI: Miami Riverside Center (MRC) 444 S.W. 2 Avenue 8th Floor, Miami, FL 33130 Building Department (305) 416-1100 MIAMI BEACH: Richard McConachie, Building Official (305) 673-7610 ext. 6807 Stephen Scott, Building Director (305) 673-7610 ext. 6824 1700 Convention Center Dr., Miami Beach, FL 33139 Building Department (305) 673-7610 Zoning - Zoning Official (305) 673-7550 Structural - Luis Perez (305) 673-7610 ext. 6760 MIAMI SHORES: Norman Burhn, Building Official (305) 762-4859 10050 N.E. 2 Avenue, Miami Shores, FL 33138 (305) 795-2204 Zoning - David Dacquisto, Planning/ Zoning Director Structural -- Norman Buhrn NORTH BA Y VILLAGE: Raul Rodriquez, Building Official (305) 754-6740 1700 Kennedy Causeway, Suite 700 Permit Dept.: 1700 Kennedy Cswy., Suite 132 North Bay Village, FL 33141 (305) 754-6740 NORTH MIAMI: John Jackson, Building Official (305) 895-9820 ext. 12178 12340 N.E. 8" Avenue North Miami, FL 33161 (305) 895-9820 Zoning - Joanne Martin/ Georgette Clairevois/ David Belaird Structural -- Mehdi Ashkrof NORTH MIAMI BEACH: 17050 N.E. 17" Avenue North Miami Beach, FL 33161 Zoning - Christopher Heid (305) 948-2901 Structural - Mehdi Ashraf (305) 948-2965 SURFSIDE: Paul Gioia, Building Director Edward Rojas, Building Official 9293 Harding Avenue, Surfside, FL 33154 (305) 861-4863 Zoning and Structural -- Darlen Martinat SUNNY ISLES BEACH Clayton Parker, Building Official Sharon Ragoonan, Director of Community Development 18070 Collins Avenue, Sunny Isles Beach, FL 33160 Zoning - Claudia Hasbun (305) 792-1710 Structural - Jaime Eisen/Frank Prieto (305) 947-0606 General Information: (305) 947-0606 U.S. ARMY CORPS OF ENGINEERS: Audrey Siu, Project Manager 9900 S.W. 107th Avenue, Suite 203 Miami, FL 33176 Tel: (305) 526-7181 Fax: (305) 526-7184 FL DEPT OF ENVIRONMENT AL PROTECTION Benny Luedike, Environmental Permitting Manager Environmental Resource Program 400 N. Congress Avenue, Third Floor West Palm Beach, FL 33401 (561) 681-6600 SOUTH FL WATER MANAGEMENT DISTRICT Barbara Conmy, Environmental Analyst 3301 Gun Club Road West Palm Beach, FL 33416 1-800-432-2045 or 561-686-8800 MIAMI-DADE COUNTY RER (REVISED 02/27/14) PAGE 12 NEW wee0 r er.-g p IE itn of Deck -5.3 NGVE: 4,4:RV ,TN 31'0 *Mt:kV .0.3'N<Sii0 SAMPLE PROPERTY OWNERS SKETCH SAMPLE SKETCH OF PROPOSED PROJECT 21 31 yt, N 6 mooring pi!ta 0-5 19 4, 10 —4, lo 4, 11-4, 1r 0 5 Proposed Dock seawall 1' PL PL 4" 14 5 ....... 1 111111111111M11111111111112111111 Coct New wove Noxirg pite ade• n Exii,lfrg several. seawai cep an. T Flee 773 CLASS I PERMIT APPLICATION PLANS AND SKETCHES MIAMI-DADE COUNTY RER (REVISED 01/24/13) PAGE 13 CLA SS I PERM IT APPLI CA TI O N PLANS AND SKETCHES SAMPLE PROPERTY OWNERS SKETCH SAMPLE SKETCH OF PROPOSED PROJECT , # , i I ¡ i -g]-------f 1 ' t i. ' 5 r , ., Proposed Dock PL I PL ea #A Eris:g 3eawa gewa ca ad Tes rem3un MIAMI-DADE COUNTY RER (REVISED 01/24/13) PAGE 13 10' side 4', setback 'E 10' side 4 setback Extended Property Line Extended Property Line Maximum Extent of Docking Facilities into Water Note: Bisect Angle from Extended Property Lines to Define Boundaries. (*) If the extended property line angle is greater than Bisect 90 degrees, then consider as no more than 90 degrees and angle bisect. to less Property Line than 45' C,) 45* angle Properly Line CLASS I PERMIT APPLICATION IN-WATER BOUNDARIES Note: Please design project within boundaries as indicated if possible GUIDELINES FOR SINGLE FAMILY RESIDENTIAL PROPERTY Piers and docks at right angles to the shoreline, or nearly so, shall be located not closer to the side property line, or said line extended, than a distance equal to the length of the pier or dock itself, provided however, no such distance shall be less than 10 feet. MIAMI-DADE COUNTY RER (REVISED 01/24/13) PAGE 14 CLA S S I PERMIT APPLICATION IN-WATER BOUNDARIES Note : Please desig n project wi th in boundari es as indicated if possibl e GUIDELINES FOR SINGLE FAMILY RESIDENTIAL PROPERTY Extended Property Line Extended Property Line ) I I I I I \ I , 1 I \ I \ I I I t I I : ! I I I I I I I I I I I ' \ I I {- 10' side > I I I I I I Maximum Extent of Docking Facilities into Waler A t ' \ \ I t \ \ I \ \ $ \ \ I ¥ \ \ \ I I \ 1 ' 45° angle t Note: Bisect Angle from Extended Property Lines to Define Boundaries. (") If the extended property line angle is greater than 90 degrees, then consider as no more than 90 degrees and bisect. Properly Line Bisect angle to less Property Line than 45° Piers and docks at right angles to the shoreline, or nearly so, shall be located not closer to the side pro perty line, or said line extended, than a distance equal to the length of the pier or dock itself, pro vided how ever, no such distance shall be less th an 10 feet. MIAMI-DADE COUNTY RER (REVISED 01124/13) PAGE 14 CLASS I PERMIT APPLICATION LETTER OF CONSENT Note: Please insert applicable information Date: Miami-Dade County RER Class I Permitting Program 701 NW 1st Court Miami FL, 33136 Re: Letter of Consent for Miami-Dade County RER Class I Permit Application Number (insert Class I Permit application number), for work proposed at (insert address of proposed work) Ladies and Gentlemen: (insert name), am the owner of the property located at (insert address of adjoining riparian property) which is an adjoining riparian property to the above-referenced property. I have reviewed the plans entitled (insert title of plans) prepared by dated , and preliminarily approved by RER on for the above-referenced project. Pursuant to Section 24- 48.3(1)(j)(iii) of the Code of Miami-Dade County, Florida, I hereby consent to the aboveI referenced project. Sincerely, Adjoining Riparian Property Owner SUBSCRIBED AND SWORN TO ME THIS DAY OF , 20 BY OPERSONALLY KNOWN OPRODUCED IDENTIFICATION (PLEASE CHECK ONE) TYPE OF ID PRODUCED NOTARY PUBLIC MIAMI-DADE COUNTY RER (REVISED 01/24/13) PAGE 15 C L A S S I PERMIT APPLICATION LETTER OF CONSENT Note: Please insert applicable information Date: _ Miami-Dade County RER Class I Permitting Program 701 NW 1" Court Miami FL, 33136 Letter of Consent for Miami-Dade County RER Class I Permit Application Number ___________ , (insert Class I Permit application number), for work proposed at Re: (insert address of proposed work) Ladies and Gentlemen: I, (insert name), am the owner of the property located at (insert address of adjoining riparian property) which is an adjoining riparian property to the above-referenced property. I have reviewed the [[[S, Pf[l[]. (insert title of plans) prepared by dated , and preliminarily approved by RER on for the above-referenced project. Pursuant to Section 24- 48.3( 1 )(j)(iii) of the Code of Miami-Dade County, Florida, I hereby consent to the above; referenced project. Sincerely, Adjoining Riparian Property Owner SUBSCRIBED AND SWORN TO ME THIS DAY OF BY _ ZU-' [PERSONALLY KN OWN TYPE OF ID PRODUCED [PROuCED IDENTIFICATION (PLEASE CHECK ONE) lOT\RY PJB]_[G MIAMI-DADE COUNTY RER (REVISED 01/24/13) PAGE 15 CLASS I PERMIT APPLICATION THE FOLLOWING FORMS ARE ONLY APPLICABLE WHEN PROCESSING STANDARD FORM CLASS I PERMIT APPLICATIONS: The language in these documents has been reviewed and approved by the Miami- Dade County Attorney's Office and may not be amended. Please submit the completed forms exactly as they appear in the templates • PERMIT APPLICANT / AUTHORIZED AGENT STATEMENT • ENGINEER LETTER OF CERTIFICATION • RIPARIAN OWNERS LIST SKETCH MIAMI-DADE COUNTY RER (REVISED 01/24/13) PAGE 16 C L A S S I PERMIT APPLICATION THE FOLLOWING FORMS ARE ONLY APPLICABLE WHEN PROCESSING STANDARD FORM CLASS I PERMIT APPLICATIONS: The language in these documents has been reviewed and approved by the Miami- Dade County Attorney's Office and may not be amended. Please submit the completed forms exactly as they appear in the templates • PERMIT APPLICANT/ AUTHORIZED AGENT STATEMENT • ENGINEER LETTER OF CERTIFICATION • RIPARIAN OWNERS LIST SKETCH MIAMI-DADE COUNTY RER (REVISED 01/24/13) PAGE 16 CLASS I PERMIT APPLICATION PERMIT APPLICANT / AUTHORIZED AGENT STATEMENT Note: Please insert applicable information Date: , 20_ To: Miami Dade County RER Class I Permitting Program 701 NW 1St Court Miami FL, 33136 Re: Class I Standard Form Permit Application Number (insert description of proposed work) By the attached Class I Standard Form permit application with supporting documents, I, (insert name), am the permit applicant / applicant's authorized (circle one) agent and hereby request permission to perform the following: (describe proposed work). I understand that a Miami-Dade County Class I Standard Form Permit is required to perform this work. If approval is granted for the proposed work by the Board of County Commissioners, complete and detailed plans and calculations of the proposed work shall be prepared by an engineer licensed in the State of Florida in accordance with the minimum requirements of Chapter 24 of the Code of Miami-Dade County, Florida. Said plans and calculations shall be subject to the review and approval of the Department. The permit applicant will secure the services of an engineer licensed in the State of Florida to conduct inspections throughout the construction period, and said engineer shall prepare all required drawings of record. In the event that the proposed work which is the subject of this Class I Permit application involves the cutting or trimming of a mangrove tree(s), a detailed plan of the proposed cutting or trimming shall be prepared by a licensed landscape architect and submitted to the Department for review and approval, and the permit applicant will secure the services of a licensed landscape architect to supervise the trimming or cutting. Respectfully submitted, (Permit Applicant's name), Permit Applicant or (Authorized Agent's name), Authorized Agent MIAMI-DADE COUNTY RER (REVISED 01/24/13) PAGE 17 C LA S S I PERMIT APPLICATION PERMIT APPLICANT I AUTHORIZED AGENT STATEMENT Note: Please insert applicable information Date: , 20_ To: Miami Dade County RER Class I Permitting Program 701 NW 1" Court Miami FL, 33136 Re: Class I Standard Form Permit Application Number , _ __________________ (insert description of proposed work) By the attached Class I Standard Form permit application with supporting documents, I, _______ (insert name), am the permit applicant/ applicant's authorized (circle one) agent and hereby request permission to perform the following: _ (Q@ST[De D[ODOS€d work). I understand that a Miami-Dade County Class I Standard Form Permit is required to perform this work. If approval is granted for the proposed work by the Board of County Commissioners, complete and detailed plans and calculations of the proposed work shall be prepared by an engineer licensed in the State of Florida in accordance with the minimum requirements of Chapter 24 of the Code of Miami-Dade County, Florida. Said plans and calculations shall be subject to the review and approval of the Department. The permit applicant will secure the services of an engineer licensed in the State of Florida to conduct inspections throughout the construction period, and said engineer shall prepare all required drawings of record. In the event that the proposed work which is the subject of this Class I Permit application involves the cutting or trimming of a mangrove tree(s), a detailed plan of the proposed cutting or trimming shall be prepared by a licensed landscape architect and submitted to the Department for review and approval, and the permit applicant will secure the services of a licensed landscape architect to supervise the trimming or cutting. Respectfully submitted, (Permit Applicant's name), Permit Applicant or (Authorized Agent's name), Authorized Agent MIAMI-DADE COUNTY RER (REVISED 01/24/13) PAGE 17 CLASS I PERMIT APPLICATION ENGINEER STATEMENT Note: Please insert applicable information JLETTERHEAD FOR ENGINEERING FIRM' [Date] Miami-Dade County RER Class I Permitting Program 701 NW 1st Court Miami FL, 33136 RE: Class I Permit Application Number (insert description of proposed work) Ladies and Gentlemen: This letter will certify that I am an engineer licensed in the State of Florida, qualified by education and experience in the area of engineering design and inspection, and that to the best of my knowledge and belief, the proposed work does not violate any laws, rules or regulations of the State of Florida or any provision of the Code of Miami Dade County which may be applicable, that diligence and recognized standard practices of the engineering profession have been exercised in the engineer's design of the proposed work, and in my opinion based upon my knowledge and belief, the following will not occur: a. Harmful obstruction or undesirable alteration of the natural flow of the water within the area of the proposed work. b. Harmful or increased erosion, shoaling of channels or stagnant areas of water. (Not applicable to class IV permits) c. Material injury to adjacent property. d. Adverse environmental impacts from changes in water quality or quantity. (Applicable to class IV permits only) Further, I have been retained by the applicant to provide inspections throughout the construction period and to prepare a set of reproducible record prints of drawings showing changes made during the construction process based upon the marked-up prints, certified surveys, drawings, and other data furnished by the contractor to me. Sincerely, ISIGNATURE1 (Print Name, P.E.1 # 1 MIAMI-DADE COUNTY RER (REVISED 01/24/13) PAGE 18 C L A S S I PERMIT APPLICATION ENGINEER STATEMENT Note: Please insert applicable information [LE T T ER H E A D FO R EN G IN E E R ING FI R M ) [D ate] M iam i-D ad e C o u nty R ER C lass I Perm itt ing P ro gram 701NW 1 c ourt M iam i F L, 33 136 R E : C la ss I Perm it A pp lication N um ber _ __________________ (insert description of proposed work) La d ie s and G e ntle m e n : T his letter w ill ce rtify that I am an engineer licensed in the State of Florida, qualified by educatio n an d expe rie nce in the area of engineering design and inspection, and that to the best of m y know le dge and belief, the pro posed work does not violate any law s, rules or reg ulatio ns of the State of Florida or any provision of the C ode of M iam i Dade C ounty w hich m ay be ap plicable , that dilige nce and recognized standard practices of the eng ine e ring professio n have been exercised in the engineer's design of the pro posed w ork, and in m y opinion based upon m y know ledge and belief, the fo llow ing w ill not occur: a. H arm ful obstructio n or undesirable alteration of the natural flow of the water within the area of the pro posed w ork. b. H a rm ful or in cre ased ero sion, shoaling of channels or stagnant areas of w ater. (Not applicab le to class IV perm its) c. M ateria l inju ry to adjacent prope rty. d. A dverse enviro nm ental im pacts fro m changes in w ater quality or quantity. (A pplicab le to cla ss IV perm its only) F urt he r, I have be e n retained by the applicant to pro vide inspections thro ughout the constructio n pe riod and to prepare a set of repro ducible record prints of draw ings show ing cha ng e s m ade during the construction pro cess based upon the m arked-up prints, cert ifie d surv eys, draw ings, and other data furn ished by the contractor to m e. Sincerely, [S IG NA T UR E) [P rint Nam e, P.E .) [P.E .# l MIAMI-DADE COUNTY RER (REVISED 01/24/13) PAGE 18 CLASS I PERMIT APPLICATION RIPARIAN OWNERS LIST SKETCH Project Location Proposed Work Water Riparian Owners Parcels MIAMI-DADE COUNTY RER (REVISED 01/24/13) PAGE 19 C L A S S I PERMIT APPLICATION RIPARIAN OWNERS LIST SKETCH [EZE±gi Project Location A Proposed Work L] water Riparian Owners Parcels MIAMI-DADE COUNTY RER (REVISED 01/24/13) PAGE 19 MIA COUNTY Length (sXnutge m feet* 7lt04-.1 kk 161.* Class I Permit Application F( 1 4_:' EA. . U ( tsT , Date Regeived: 1 Appl!otion Nttatbert A,ppycittte()A Feet Application must be filled out in ittentirekt. Please indicate NotA tar non-applitahle fields- 1.. Aprilleantt Information: Nair& . Z. ,Applicant's Authorized Permit Agent: A.,ct i. aOwt.lb Frorwps fin4c,--oratc.n. tlealsh 4/4..ltueNxituzAketulicri *Ono to MO 2WittiELX, ,if,d U.: kit4 *F411;10,1.7.• ?Ai rtwircommts 0.1 dm Ihvitolut. NZITit; Addir.65: Zip Code: Address: Phone At; Fax#: Zip Code: . Email: Pharr: Fax ft ,, . TU. ekoul6 as lbr aff.11:11tei lrocvm•Ittp bromettommoui.. Enna 3. Lecsilnit where Proposed as mists or 'MI o cur paritmle Arid luogituite inn only noonnary nt prat kt9, tali t antdrts$ or (othi #): . Folio '1./(.3): . , Letitia& Leugitiule: . , _ Street Address: Section: Township: Rantte: - ,,,,,,.._ •lt1 City at' Tow: Neat City OT TOW,: . Name of %motorway at Soestion of the activity: - - 4.1).eserlkaa the proposed activity, q Salw.ail I:Now/Replacement Sewall El U. Col) q Batter Piles q King Film q Roterfroc Wail 0 fliptap 0 Other: Estimated project cost 5 Ate you seeking ;so lifter,tfm-fist approval (ATM 0Yes 0No if "fee, describe the ATF wooll (dteck all that apply): 0 Dock(s) 0 Pietis) 0 Viewing Platform q Boadift 0MooMtg Piles q Fender Piles ODeNits 0 Dredging q Mairacnance 0 New q &Ingot TrItrantng 1p Mangrove fternova.1 15, PropOSed VsE te,heelr semi ttutat q Sinle Fan* q muiti,Funity q Pthate 0 Public q Coe unercial 0 blast-dal Pmposed Vessel Type (s): Yam!: Malaw'Ntlodel ill ktteiwt4): Draft (s)(range in leaches.}: Total Number of Snits: 6. If the proposed work relates to the mooring of VOSel$ provkln the fallowing information (plettor also indicate if the applicant does not have a vitswlig Meii.10.41 7. l ,ise all permit; or sertifitations that havo beta applied for frr obtained for the above referenced work: Issiring A8eticy Type of Approval Ida:lair:min Number Due Appnrval M IA M Fnu» II Class I Permit Application A pplintio n must be fllted out in its entirety. Plese indicate N}A for non-applicable fields. J g]t s,err«o res. ors»oooroooo- ---gt{ad, A o- Phtre #.Fx#.«roo- gr,aro-e«e«eso«oro Z, AppHca:nt•, Aut:bari:t'j!d Ptrl't'l it ,\(l;e~t: j, Age i n iwe d hr prrcsss hes app%cat'an, fumi h s:@«esae4st ht&err a ticn r t ng tp , tho apieat ant tin¢ ttwe pit t; ii reqinomotg @! ts oppâtcafar, nomo.o«or.tip{od. «rom-- Phone #.o .Fax#...ronron. 3, Lacatlo where prp osed activity exists or will occu r (latitude and longitude are only necessary fr properties without address or flip #}: F4 j #s}...r o o«o-latitud. • lattiLafe; .. Stre et Address: Sectin: Township...-s... hange jn ¿tr 'E0we!i. pg#ti! &[ W 2lçf#2y g£ pyzp7 ![ q çt!vil»y. ..o«uro«oso«ooo- 4. Des ri be the proposed activity (check all that appl y$: LJ sea wall []porkts) []New/Replaesmert Ses»lt []Piers) []seawall C a» []viewing PItfor [] tatter Pile s [J K ime Ples [IF ostenTce Wall DJRirs □~h~,r : ---------·~-•-~="""~--------------,,.~-·-· .. ------ [J toadin [J M ooring, Pies [lFender Pies Lavis [J Dredg.ne [] Mairterane [J Ncw« [J FIre []Mangrove Trimming []Ma ngro ve Removal Estimated project cast h. Ar e you seeking a after-the-fat approval (4TF)? []Y es []No Ir"Yes", describe the ATF work:- o «e.2 o.8 .0 ..ir seiet, 9ob-oooeo«ad [s, Preopo sed tUse (check all tlat apply):/] 6, If the proposed work relates to the mooring of ves sels provide the following information (pleas e lo indite if th e applicant does not have a vessel); El sale F amity El M iti -F am ily [J Private [J P«at e l O Conu. · .• ,ª_··:reía! []in«lustri) [J ustiss toe ¢.8e9.,099198,8608 $.0806,860$,89 [rasd Vssei yp¢ [s)..corro- Ves se! Make M odel {{f katm k. 7. List uli permits or ri f@ ca ti ons that have tee n applied for or obtained for the above referenced wark: {ssing Agenc y Type of Approval 1dent f car ion N urs er Application Dte Approval Date e.. k.iiittray.ttrr .1111EUrrnallE111 ts II xituwn.F. Name: ' Licrnse ft- (CoantylStaie): -- . ddress: Zip Code: ..v_. Phone ft:. l'a 4,- E-rnail.: . . 9-IMPORTANT NOTICE' TO A PplicANTI: The written consent of.tfue property owner is re,qtaited ft.'ir An applications t ' he considered col»plete. Your. application WILL NCYr BE PROCESSED unless the Applicant and Owner Conient portion of the, atiplication Ia coinpletcd below. You havO AO Obligation to 0,ppritt the Deportment of any changes to infortatiOn proVitled M this appiication. Application is bettfiyaude tor a MiAni-Dade County Class I permit to autitoriae the actIvirieg described herein, I agrix to or affirm tho faillowinv • I poter,ewa the authority to authorke the proposed activities at the sakiect property, and • Ism familiar with the inforreolink data and plans ocenaitted in this applictition, i')11 .II To the best of my knowledge and belief,. flin ittriirniatioO, data Arta plans admitted are true., complete ati4aixer4e, and * l will pArvi4a any Additional igrommion, :wide-nee or date necessary to provide; MIS orAblz assonance that the pro poled proiect will comply is itb the applicable State and County water quality staitidatds high during construction and after the luoject is ceopleted, toil • I am authorizing the permit :wet 1444 in Seetion 2 of this application to procasa the application, furnish supplemental infermarion relating to this applic-ation and hind the applicant to all requirements of dthappliettion„ sod • i agree to pyrride acctis and allow entry to the project site to inspecum. and authothed representatives of Miami-Dade County for die perpw of making the preliminary analyses of the site and to monitor peemiti&-.1 activities and adherence to all permit conditions. A. IV APPLICANT IS AN INDIVIDUAL Sigraitto-r; ofApplic ant Print Applicant's %VAC 0 — — D-ill.. 13, IF APPLICANT IS OTIIER TI/AN AN INDIVIDUAL OR NATURAL prizspN (ExonVes: Corporation, Partnership, roast, LLC, LLP, etc.) ..., Print Noun_ of Appliraot (Enter ;he complete M111.4 SO .tCgladcrrd) Type (C0111,. TIC, I, L?. arc) Saatc .Af ii.csiTtraiionlInereriecatien tinder the penalty of perjury, I certify that I have the atithfulty to sign this application on behalf of the Appigeent, to bind lite Applicant, and if so required to authorize the holitabee• Of ;t head on behalf (lithe Applicant (if asked, you most provide roof of such authority to the Departarteno=tlease Note; .If altrlilLooll Elipalltres are req.ilired,, eat$itattt toyinor ttAvrfaiFe document% 000-21filt arlrreeatelttt, or ASK,Maarabte .111'0.011*nm or taws: rqt melt, a4te0i arlditiiillatignotoro. nistes. '''!'t Signature of Authorized Representative ' - hint Antborizeel Reptcacotatiw's Name Title Date C., tF APPLICAN"r IS A JOINT VENT; 44F, Each party must stgn belowAgf more than Iwo members.. fist GI., attached page) -------iype--(Corp„ 11-371Narntiei71%PpMciit [Tinter lite-comp' tete name aa mei:tient ii) E.LC, US% tie.) '-' '''''""liotc of Rilltuattoolitteotporaitto 1 -, r i.e.14..4.1...44,41X ..,,,,,,ft.1.0,....it1,11 PrInt Nd rat of Arprozint (Trit.o• zrhe 004;1= kialin ta registveir- - ----Type irop,„:1- State of Under the penalty of perjury, I certify that I have the authority to sign this application on behalf of the Anpiteant, to bind the Applicata. and if 50 required to authorize the i5511.4.11,CC of a bond on behalf of the. Applicant. (If asked, y-oit must provide proof of such authority to. the Del/arta-Pall,- If Vditionlf signatures are required, ourtnatat tm litzw,grfr Prinz.docsuurterits, wtcralin MintvWf., ot [loth ecuitnts or laws no in .diti a - A p Signature of Authorind Representative Print Authori=1 Representative& Name Date Sitpuiture of Auslorized Reptettentative NMI Aett3it,rize4 fteptesentatives Name 'Fide Dalt trwarrs t I 1&111 f :"""""" l•d•-l•n(lfl<o ... ,¡, _u,,,,~• (C-)c __ ~---~--· _,_ J :::!,~s:: ~~-. = 0 ~~"'""'~~ .... ·--~ .... ~,.•-·=•~~·-· ---,~•-.,-=--------~·-·--~'"""-""'Ztp. C'o(fo: _ I Puot1;f;#:_,_..,,__.,,_ ,,, ,,.,. )\'11~ s#, ~_E -m itl l:_~·-·•·~ ···--·------------~ 9. IMPORTANT NOTICE TO APPLICANTS: The written consent of ±c propery own er is required for all applications to bc considered complete, Your application WILL NOT BE PROCESSED unless the Applicant and Owner Consent portion of the application is completed below. Yon have tho obligation to apprise the Department of ny changes to inforatin provided in this application. Application is hereby made far a Miami-Dade County Class i permit to authorize the activities described herein , I agree to or affirm the fo llowing « 1pssess the authority tao authorize the proposed activities at the subject property, and ism familiar with the informa tion, data und pbans ccontained in this application, srs± « To the best ofmy knowledge an d belief, the information, dntn mi plans submitted are true, complete and accurate, ard • !will prosite any #dditianal information, c«idencc or dsta necessa ry ts provide zensnable asswurare that the proposed prajeet will comply with the applicable Stac and County water quality sta ndards hath d rin g construction and after the project is com plet ed, and • {am authorizing he permit agert list ed in Section 2 of his application to process the application, furnish supplemental in focaatint reiting to this ap plicstin and bind the applicant to all requirements of this application, and • Ksgree ts provide access and allow entry ta the project site to irspetor s and authorized representatiscs of Mi am i-Dade Cunty fr tie purp o f rak ing te prelim inary analyses of thc site and to monitor perittej activities ard adherence to all penit canditir, B. IE APP LICANT IS OTHER THAN AN INDIVIDUAL QR NATURAL. PERSON (Examples: Corporation, Partnership, Trust, LLC, LLP, etc.) nnt Ñsre ñ sii @i iii sii se ss resister«@j Registration'l s:carp osratic tiader the penalty of per jury, I certify that I lase th e authority to sign this sp pl ication on behalf of the Applieunt, to bind the Applicant, and if so required to authorize the issuance of a band on behalf of the Applicant. (If asked, you must provide proof of such authority to the Depar neut)._Pl e as e Nate: If additional signatures.are. required, pursuant to yyur. sysrpi.dssutsnts operating agreements, gr.g!hr.applicable agree nientA gr laws, y@tu must aftsh.addition! :ig ture page._••• Si#are of Äuhorid Representative Tile C. [F_APL1_Ar 1S A IO II ENTLURE Each party must sign be!owlf ore than two mer:bers, tist en attached page) %9%t$89%8p29»4$4%s.4.± 0á4.4ad.ala¿Lgg-on. "e«e teso«su « 0setosa&so _909 o9M e 9esse +o«o9e9 Prirt Nam sf Appl icant Enter the complete name as registered) Type(Corp, LC, IL.P, ee.} State of Rgistrstion!'lnxzarpraticn Ude r the penalty of perjury, I certlfy that l have the authority to sign this ap plicatlo n on beh alf at the Applicant, to bind the Applicant, and lf so req uired to authorize the issuan ce of a bond on behalf of the Ap plieant. (If asked, you m ust prvl de proof of such autho rity to the Department)._·+Pease Note; !í.additjns! signatures are required, pursuant t2 ygr.orning d@cuItA, per sting rs;mt.gr.9!hr.applicable agreements or las. vu st. atth additional sat@re pages_ ··" !~j,g11a1nre of A;,11fuori:IXld Rc¡m?ssemniv;~-· '-¡;';{iî'Amll.ori:red R,cprcacn.1a1E11e's Nllmt si„ @ ior~ Represctañe ñ Aa@ors@ci Rrvé'< Nans .ee. Title 2 Print 0Zuer's Nurat ,-,,.,- Sig(littARD Of CW:1Cf Thi St T1411 N: of G,'aYtt WringOwneei Ntit IP THE OWNER IS OTHER TH/104 AN INDIVIDUAL OR NATmost,.. PERSON (F_xarroiel. CorpootiOn, Porinmship, Joint Wrote,. Trust, LLC; LLP, ote.) Stag of Rniutoluoahrtozaluituliau MIMIC a OcAglezr (EttAtt7ii4;ttEttninlute nagne regi!nnrat) Typti LLC„LLP, etc.) Maim of OW= ado Signatnio of 4111,triZeaRcpresenatoive i'tior Ariritorioed Itepp4:.:icutatire's NARA: Stratore of Auttiorimi Repteseuraiivir . • Print Authatitteli 'Rpr,t5nnInti Nt7114 T:nre ID. WRITTMiaNS/A1_I. OF THE PROPERTY OWl!iER hF THE.AREA.OF THE .PROPOSED WOIPc. ase the fee simple owner(3) 9(' I ie. real property loeauxi at 'otnity, Florida, *titer wise identified in rite public rvei,-rds of Niiaink-Dalle County :13 FiAlet torn aware and familiar with the contents of thil: applleatfott for a Miami-Datie County Class I Permit 1c perform the work on or tutoring to tile subjeet property, as described in Stetion 4 of th is allt4 t: 44 it) ft, ( po%te-st the riparian Tigiis to the area of the propOsicd work (if and heschy CINIEMni the' work identified in this CIAss I Permit ovittulion, A. IF THE OW-NEWS) IS AN INDIVIDUAL trigrior the, PotultY of pea iwYT I certify that I have tlw 140154)0y 0* sign this lippifeatirin on behalf of rhe'Owner,, to hingI the CP*.o.er, moll if so required to authoriae the ISSoarice w6 * bend en behalf of the Owner. Of as e4, you 'mg provide proud of such author* to the Department), **Tease f siorature9 are required., pyruttiwut yo.prjmunguileeurneats, otterati3n itgreerrkeutl. or tItherimitikahle aUrettnents or towa ou *lust uti •igripturena2cs. Miami-Dade r%*e Review Above Appropriate signature(%) must be iDeluded Box 97 either A, B or C AND x 10: either A or B 5..tviu4 1 1.WRITTEN C ONSEN T OF THE PROPERTY OWNER OF THE AREA OE THE PROPOSED WORK Conaty, Florids, otherwise identified i Lbe public records af Miami-Dade County as Fla N..- I nm aware and fr:liar with the contents of this apple1tin for a Miami-Dade County Class I Pertit to performn the work on or adjacent ts the subject prvparty, as descried in Section $ of this application. I possess the riparian rights to the area of the proposed work (üf applicable) 4rd hereby consent to the work identificd in this Class ! Permit pp/cation. A. IF THE OWNERS) IS AN INDIVIDUAL B. IF 'THE OWNER IS OTHER THAN AN INDIVIDUAL OR NATURAL. PERSON {Exasnples. Corporation, Partnership, Joint Venture, Trust, LLC, LIP, ete.) Umdr the penalty of perjury, I certify that I have the authority to sign this pplication on behalf @f the Owner, tu» hind the Owner, nd if so required to authorize the issuance of a bod on behalf of the Owmer. (If asked, you mt#t provide proof of such authority to the Department)._ 'Please Note; If additjgm! ipnatures are required, pursuant ta your.Eyshine documents, 9per ting 3£rESm&I!S. .2!hr 3pliable agreements or hes, Eau must_urta&h, dditionl signature pggg3_·+ Box 9: cither A, B or C AND Box I: either A or B 3 q A ppiica Ett q Owner Applicant Name: Owner Name: lrt►Jet<t LOCA dolt: Aiiditionat signoturet fort Signature of A pplkaattOmvx 11.1.14.10,091PSOIM VagrA Fria Name cif Applicant:VAT= L IF APVLICANT/OWNFR IS. AN INDIVIDUAL sa gpatins of Applicarcu'Owner Print Name ApplitiankOwner IF ME APPLIcANT4DWND31 l n 01111:R. THAN AN INDIVIDUAL OR NATURAL PeRsoti ,(Exuriplos: corporaioo, Partneiship, TruSt,,LLC, LLP, ego.) Pr-1-04surtee7fAppileZa51;;uer (Enter B7:1111.0 as KRISfUtfogi) Type (Carp, LLC, LLP, ere.) State alteg,iirstilonfluenaroaration. Duder the penalty of perjury, we certify that we have Ike authority r sign this Application inn behalf oldie AppliC2rititiwaer, to hind the Applican0Owner, mid if so required to authorize the issuance of a bond, on behalf of the Applicant/ Owner. (if sthed, you trtust provide u proof of such authority to die Departaitut). ***Please r, a t ad lurid signatures are reautredt, ours:Lunt to fdiu erti r,tirt re:t r 711 tab mitts r 1 pages.. Signature Prini Mime ale &peva Narnu itIn Et e Siviniora Print Nem Title Print Nitt= Mae Si iY tit: Pr.eat Nioure Titfc tkite Dole Sirme i non Print Name — TiLla Date Stennis.. Nita Name Title Daie Signatzte Print Now Tiie Class IPermit Application Additional Signatures Page (Please attach to Class I permit application) MIAMI-DADE COUNTY RER (REVISED 01/24/13) 4 PAGE 23 FltNta.1 I ir 1440 Class I Permit Application Additional Signatures Page (Please attach to Class I permit application) Applicant Name: Project Location: Additional signatures far: [] Applicant Llower Sigmaure af Applicar'Owner 2. IF THE APPLICANT/OWNER IS OTHER THAN AN INDIVIDUAL OR NATU RAL. PERSON (Examples: Corporation, Partnership, Trust, LL.C, LLP, etc.) Stare of H.egisrratlorvlnccrarstion Uder the penalty uf perjury, we certify that we have the uttarlty to siga this application on bhalf of the Applicant'Owner, to bind the Applicant'Owner, and if so required to sutlorlze the issuname of a bond on bchaif of the Applicant/O wner. (Hf asked, you mast provide prof of such authority to the Department)._Please ate: I[us!di$iopal. 5itnres are required. pursuant tg_ your gover@lug d ucuuents. per±ti.a;r%gm€n!5s. gr. 2thr. applicable agreements or lers, yeu must 3tip.h.additional slztgee pgggg._·+ Signature Signature Title Sigaature Sí4ue Prirt Name rate sta44 o.eo06 Dut e MIAMI-DADE COUNTY RER (REVISED 01 /24/13) 4 PAGE 23 SiIIcgrely, IS rocurment Director MIAMII3EACH City of Miami Beach, I /5 Meridian Avenue, S° Floor, Miami Beach, Florida 33139, www.miamibeachil.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO. 1 INVITATION TO BID (ITB) NO. 2019-232-AY OUTFALL CLEANING AND MAINTENANCE SERVICES SEPTEMBER 11, 2019 This Addendum to the above-referenced Invitation to Bid (ITB) is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by ctrikothrough and additions are underlined). I. CLARIFICATION(S) A Pre-Bid conference will be held on September 12, 2019 at 1:30PM E.T. at the following address: City of Miami Beach Procurement Department Conference Room 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Attendance (in person or via telephone) is encouraged and recommended as a source of information, but is not mandatory. Proposers interested in participating in the Pre-Bid Submission Meeting via telephone must follow these steps: (1) Dial the TELEPHONE NUMBER: 1- 877-873-8018 (Toll-free North America) (2) Enter the MEETING NUMBER: 6312925 Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in this ITB expressing their intent to participate via telephone. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranadomiamibeachfl.qov. Procurement Contact: Telephone: Email: Arju Yudasto 305-673-7000, x.26695 ArjuYudasto(miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. 1 ADDENDUM NO. 1 INVITATION TO BID (ITB) 2019-232-AY OUTFALL CLEANING AND MAINTENANCE SERVICES MIAMI BEACH City ot Miami Beach, I/5 Meridian Avenue, 3" Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7 490 Fax: 786-394-4002 ADDENDUM NO. 1 INVITATION TO BID (ITB ) NO. 2019-232-AY OUTFALL CLEANING AND MAINTENANCE SERVICES SEPTEMBER 11, 2019 T his A ddendum to the above-referenced Invitation to Bid (ITB) is issued in response to questions from pro spective proposers, or other clarifications and revisions issued by the City. T he 1T B is am ended in the fo llow ing part iculars only (deletions are show n by striketh ro ugh and additions are un derline d). I. C L A R IF IC A T IO N (S ) A P re -B id conference w ill be held on S e pt em b er 12, 20 19 at 1 :3 0P M E .T. at the fo llow ing address: C ity of M iam i Beach Pro curem ent D epart m ent Confe rence R oom 1755 M eridian Avenue, 3rd Floor M iam i Beach, Florida 33139 A ttendance (in person or via telephone) is encouraged and recom m ended as a source of info rm ation, but is not mandatory. Proposers interested in participating in the Pre-Bid Submission Meeting via telephone must follow these steps: (1) D ial the T E LE P HO N E N U M BE R: 1- 877-873-8 018 (T oll-free North America) (2) Enter the MEETING NUMBE R: 6312925 Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in this 1T B expressing their intent to participate via telephone. A ny questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov. Procurement Contact: Ariu Yudasto Telephone: 305-673-7000, x.26695 Email: AriuYudasto mmiamibeachfl. ov Proposers are reminded to acknowledge receipt of this addendum as part of your 1TB submission. 1 ADDENDUM NO. 1 INVITATION TO BID (1TB) 2019-232-AY OUTFALL CLEANING AND MAINTENANCE SERVICES ATTACHMENT C CONSULTANTS RESPONSE TO THE (ITB) ATTACHMENT C CONSULTANTS RESPONSE TO THE (1TB) INVITATION TO BID (ITB) OUTFALL CLEANING AND MAINTENANCE SERVICES 2019-232-AY BID ISSUANCE DATE: SEPTEMBER 5, 2019 BID DUE: SEPTEMBER 26, 2019 @ 3:00 PM ISSUED BY: k :: A ARJU YUDASTO, PROCUREMENT CONTRACTING OFFICER I PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor, Miami Beach, FL 33139 305.673.7490 x 26695 lArjuYudasto@miamibeachfl.gov www.miamibeachfl.gov IN V ITA TIO N TO B ID (1T B ) O U T FA LL C LE A N IN G A N D MA IN TE N A N C E S E RV IC E S 2019-232-AY BID ISSUANCE DA T E: SEPTEMBER 5, 2019 BID DUE: SEPTEMBER 26, 2019 @3:00 PM ISSUED BY: AR.JU YUDASTO, PROCUREMENT CONTRACTING OFFICER I PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3" Floor, Miami Beach, FL 33139 305.673.7490 26695 \ArjuYudasto@miam ibeachfl.gov ] www.miamibeachfl.gov APPENDIX E Cost Proposal Form ITB 2019-232-AY OUTFALL CLEANING AND MAINTENANCE SERVICES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 1 -18 2 19-232- 35 APPENDIX E Cost Proposal Form 1TB 2019-232-A Y OUTFALL CLEANING AND MAINTENANCE SERVICES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 30o55N E 35 REVISED COST PROPOSAL FORM Failure to submit Appendix E, Cost Proposal Form, in its entirety and fully:!executed by the deadline established for the receipt of proposali will result in proposal being deemed noh-iesporsive and being rejected. Bidder affirms that the prices stated on the proposal price form below represents the entire cost of the items in full accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Cost Proposal Form (Appendix E) shall be completed mechanically or, if manually, in ink. Cost Proposal Forms (Appendix E) completed in pencil shall be deemed non-responsive. All corrections on the Cost Proposal Form (Appendix E) shall be initialed. Al Inspection / Report per Outfall 100 Each $ 300- $ 30,000- A2 Pipe Cleanins — 0"-24' Diameter 50 Each $ 500- $ 25,000- A3 Pipe Cleaning — 25"-36" Diameter 50 Each $ 500- $ 25,000- A4 Pipe Cleaning — 37"-48" Diameter 50 Each $ 500- $ 25,000- A5 Pipe Cleaning — 49"-72" Diameter 50 Each $ 500- $ 25,000- A6 Alluvial Fan Removal 25 Cubic Yard $ 350- $ 8,750- A7 Hauling and Disposing 25 Cubic yard $ 500- $ 12,500- A8 Mangrove Trimming 20 Each $ 4,100- $ 82,000- A9 Box Culvert Cleaning — 0-23 square feet 25 Each $ 1,500- $ 37,500- Al 0 Box Culvert Cleaning — 24-36 square feet 25 Each $ 1,500- $ 37,500- B1 Inspection/Report per Outfall 100 Each $ 300- $ 30,000- $ 25,000- B2 Pipe Cleaning — 0"-24" Diameter 50 Each $ 500- B3 Pipe Cleaning — 25"-36" Diameter 50 Each $ 500- $ 25,000- B4 Pipe Cleaning — 37"-48" Diameter 50 Each rs 500- $ 25,000- B5 Pipe Cleaning — 49"-72" Diameter 50 Each $ 500- $ 25,000- B6 Alluvial Fan Removal 25 Each $ 350- $ 8,750- 87 Hauling and Disposing 25 Each $ 500- $ 12,500- BB Mangrove Trimming 20 Each $ 4,100- $ 82,000- 89 Box Culvert Cleaning — 0-23 square feet 25 Each $ 1,500- $ 37,500- B10 Box Culvert Cleaning -- 24-36 square feet 25 Each 1,500- $ $ 37,500- 2 1 -AY 36 REVISED COST PROPOSAL FORM Failure to submit Appendix E, Cost Proposal Form, in its entirety and fully executed by the deadline established " for the receipt of proposals will result in proposal being deemed non-responsive and being rejected. " Bidder affirms that the prices stated on the proposal price form below represents the entire cost of the items in full accordance with the requirements of this 1TB, inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Cost Proposal Form (Appendix E) shall be completed mechanically or, if manually, in ink. Cost Proposal Forms {Appendix E) completed in pencil shall be deemed non-responsive. All correctíons on the Cost Proposal Form (Appendix E) shall be initialed. Item $ Ins ection / Re ori er Outfall uni cost. (c)i Total = (a_X_c)% s 300- $ 30,000- A2 50 Each $ 500- $ 25,000- A3 50 Each s 500- s 25,000- A4 - 37-48" Diameter 50 Each $ 500- $ 25,000- A5 49"-72" Diameter 50 Each s 500- $ 25,000- Alluvial Fan Removal Cubic s 350- 8,750- A6 25 ri Cubic s 500- s 12,500- A7 25 ard A8 Man 20 Each $ 4,100- $ 82,000- Box Culvert Cleaning- Each A9 0-23 s uare feet 25 s1,500- $ 37,500- Box Culvert Cleaning- Each A10 24-36 square feet 25 s 1,500- s 37,500- $ 300- $ 30,000- 82 Diameter 50 Each s 500- $ 25,000- 83 - 25"-36" Diameter 50 Each s 500- s 25,000- B4 -- 37-48' Diameter 50 Each s 500- $ 25,000- B5 - 49"-72" Diameter 50 Each $ 500- $ 25,000- B6 Alluvial Fan Removal 25 Each $ 350- $ 8,750- B7 Hau 25 Each $ 500- s 12,500- BB Man 20 Each s 4,100- $ 82,000- Box Culvert Cleaning - Each 89 0-23 suuare feet 25 s 1,500- $ 37,500- Box Culvert Cleaning - Each B10 24-36 square feet 25 $ 1,500- 37,500- 7 70TOLA 36 Ins ction I Re ort er Outfall NI z- GROUP 'C - ADDITIONAL REPAIR, REPLACE, INSTALL Item escription 11111 Re War - Howl Labor Rate fweekda Est. Qty (a) 200 U INI Unit Cost • fb) (c) • EOMMEIMIIII Total = 0, kc) $ 15,000- $ 4,500- Non-Regular - Hourly Labor Rate (weekdays after 5:00 a m, weekends, and/or Holida s 50 Hours 90- $ ME Emer , -nc - Hourl Labor Rate 50 Hours $ 100- $ 5,000- Annual Est. Cost a 0 i M N % Mark-up c Total = a X c C4 Cost of Parts/Materials $5,000 N/A $ 10% $ 5,500- Bidcler's'Affitron Company; EnviroWaste Services Group, Inc Authorized Representative: Julio Fojo n Address: 18001 Old Cutler Rd, #554, Palmetto Bay, FL 33157 Telephone: 305-637-9665 ,Authorized Representative's Signature; I B 2 1 32-AY 37 Email: info@e ,co c om p an y: EnviroWaste Services Grout Inc Authoriz ed Rep resentative: Julio Fojon Address: 1800 01 ut er , 554, Palmetto Bay, FI. 331 7 Teletone: 305-637-9665 Email: info@e Authoriz ed Represe ntative's Signature: 1 2615132 AY 2 % ta 37 APPENDIX "A" Proposal Certification, Questionnaire & Requirements Affidavit ITB 2019-232-AY OUTFALL CLEANING AND MAINTENANCE SERVICES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2019-232-AY 17 A P P E N D IX "A " Proposal Certification, Questionnaire & Requirem ents Affidavit 1TB 2019-232-A Y OUTFALL CLEANING AND MAINTENANCE SERVICES PROCUREMENT DEPARTMENT 1755 M eridia n Avenu e, 3d Floor M iam i Beach, Flor ida 33139 1TB 2019232A4Y 17 Solicitation No: FIB 2019-232-AY Solicitation Title: Outfall Cleaning and Maintenance Services Procurement Contact Arju Yudasto Tel: 305-673-7490 x26695 Email: Ar'u Yudasto PROPOSAL CERTIFICATION, QUESTIONNAIRE & REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Proposal Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposers of certain solicitation and contractual requirements, and to collect necessary information from Proposers in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Proposal Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME: EnviroWaste Services Group, Inc. NO. OF YEARS IN BUSINESS: 21 NO. OFABARS IN BUSINESS LOCALLY: NO2IMMPLOYEES: OTHER NAME(S) PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: N/A FIRM PRIMARY ADDRESS (HEADQUARTERS): 18001 Old Cutler Rd, #554 CITY: Miami STATE: Florida ZIP CODE: 33157 TELEPHONE NO.: 305-637-9665 TOLL FREE NO.: 877-637-9665 FAX NO.: 305-637-9659 FIRM LOCAL ADDRESS: 18001 Old Cutler Rd, #554 CITY: Miami STATE: Florida ZIP CODE: 33 57 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: Julio Fojon ACCOUNT REP TELEPHONE NO.: 305-6379665 ACCOUNT REP TOLL FREE NO.: 877-637-9665 ACCOUNT REP EMAIL: juliofojon @ewsg.com FEDERAL TAX IDENTIFICATION NO.: 65-0829090 The City reserves the right to seek additional information from Proposer or other source(s), including but not limited to: any firm or principal information, applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems necessary to evaluate the capacity of the Proposer to perform in accordance with contract requirements. 18 Solicitat ion No: Solici tation Title: ITB 2019-232-AY Outfall Cleaning and Maintenance Services Procurement Contact Tel: [«et Arju Y'udasto 305-673-7490 x26695 Ariu Yudasto PROPOSAL CERTIFICATION, QUESTION NAIRE & REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Proposal Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposers of certain solicitation and contractual requirements, and to collect necessary information from Proposers in order that certain portions of responsiveness, responsibility and other determining factors and com pliance with requirem ents may be evaluated. This Proposal Certification, Questionnaire and Requirements Affi davit Form is a REQ UIRED FO RM that m ust be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME: EnviroWaste Services Group, Inc. NO. OF YEARS N BUSINESS: 34 [N0. 05'NRS w Buses Loc.Y: ["%4$Jores OTHER NAME(S} PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: NIA FIRM PRIMARY ADDRESS (HEADQUARTERS): 18001 Old Cutler Rd, #554 CITY: Miami STATE: Florida I ZIP CODE: 33157 TELEPHONE NO.: 305-637-9665 TOLL FREE NO.: 877-637-9665 FAX NO.: 305-637-9659 FIRM LOCAL ADDRESS: 18001 Old Cutler Rd, #554 CITY: Miami STATE: Florida I ZIP CODE: 33157 - PRIMARY ACCOUNT REPRESENTATIVE FORTH IS ENGAGEMENT: Julio Fojon /r ACCOUNT REP TELEPHONE NO.: 305-637-9665 ~ ACCOUNT REP TOLL FREE NO.: 877-637-9665 ACCOUNT REP EMAIL: juliofojon@ewsg.com FEDERAL TAX IDENTIFICATION NO.: 65-0829090 The City reserves the right to seek additional information from Proposer or other source(s), including but not limited to: any firm or principal information, applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems necessary to evaluate the capacity of the Proposer to perform in accordance with contract requirements. tr71337 Mt # A 18 1. Veteran Owned Business. Is Pro oser claiming a veteran owned business status? YES NO SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government, as required pursuant to ordinance 2011-3748. 2. Financial Capacity. When requested by the City, each Proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report (SQR) directly to the Procurement Contact named herein. No proposal will be considered without receipt, by the City, of the SQR directly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the Proposer. The Proposer shall request the SQR report from D&B at: https://supp I ierportaldn b.cornlwebapplwcsh_to resiservletISupplierPortal?storeld=11696 Proposers are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each Proposer review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process. For assistance with any portion of the SQR submittal process, contact Dun & Bradstreet at 800-424-2495. SUBMITTAL REQUIREMENT: Proposer shall request that Dun & Bradstreet submit its Supplier Qualifier Report directly to the City, with bid or within three (3) days of request. 3. Conflict Of Interest. All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates None to report. 4. References & Past Performance. Proposer shall submit at least three (3) references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name & Title, 3) Address, 4) Telephone, 5) Contact's Email and 6) Narrative on Scope of Services Provided. 5. Suspension, Debarment or Contract Cancellation. Has Proposer ever been debarred, suspended or other legal violation, or had a contract cancelled due to i r2219rformance by i alllic sector agency? YES NO SUBMITTAL REQUIREMENT: If answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to action(s). 6. Vendor Campaign Contributions. Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including disqualification of their Proposals, in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants) with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. There are none to report. 7. Code of Business Ethics. Pursuant to City Resolution No.2000-23879, each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics ("Code") and submit that Code to the Procurement Department with its proposallresponse or within five (5) days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics, Proposer may submit a statement indicating that it will adopt, as required In the ordinance, the City of Miami Beach Code of Ethics, available at http://vmw.miamibeachioovicitv-halltprocurementiprocurement-related-ordinance-and-procedures/ FIB 01 19 1 . Veteran O w ned B usiness¡ Is Pro1oser claim ing a veteran own ed business status? vs 1 Jo SUBMITTAL REQUIREMENT: Proposers claim ing veteran own ed business status shall subm it a docum entation proving that firm is certified as a veteran-ow ned business or a serv ice-disabled veteran own ed business by the State of Florida or United States federal govern m ent, as required purs uant to ordi n anc e 2011-3748. 2. Finan ci al Capacity . W hen requested by the City , each Proposer shall arrange fo r Dun & Br adstre et to subm it a Supplier Q ualification Report (SOR ) dire ctly to th e Pro cure m ent Conta ct nam ed herein. No proposal will be considered wi th out receipt, by the C ity , of the SQ R directly fro m Dun & Bra dstreet. The cost of the preparation of the SQ R shall be the responsibility of the Proposer. The Proposer shall request the SQ R report from D&B at: https://suppl ierp ortal d nb.com /w ebap p /w cslst or e s/seryl et/Supp lierPortal?stg rgl d=11696 Proposers are responsible for the accuracy of the inform ation contained in its SQR . It is highly recom m ended that each Proposer review the info rmation contained in its SQR for accuracy prior to subm ittal to the City and as early as possible in the solicitation pro cess. For assistance w ith any portion of th e SQR subm i ttal process, contact Dun & Bradstreet at 800-424-2495. SU BM ITT AL REQUIREMENT: Proposer shall request that Dun & Bradstreet subm it its Supplier Qualifier Report directly to the City , w ith bid or wi thin thr e e (3) days of request. 3. C onfli ct O f Interest. All Pro posers m ust disclose, in their Proposal, th e nam e(s) of any office r, director, agent, or im m ediate fam ily m em ber (spouse, pare nt, sib ling, and child) wh o is also an em ployee of the City of M iam i Beach. Further, all Pro posers must disclose the nam e of an y City em ployee who ow ns, eith er directly or indirectly, an interest of ten (10%) percent or more in the Pro poser entity or any of its atti li ates. SUBMITTAL REQUIREMENT: Pro posers m ust discl ose th e nam e(s) of any officer, director, agent, or im mediate fam ily mem ber (spouse, parent, sibling, and child) who is also an em ployee of the City of Miam i Beach. Pro posers must also disclose the nam e of any City em ployee wh o ow ns, eith er dire ctly or indirectly, an interest of ten (10%) percent or more in the Pro poser entity or any of its affi liates None to report. 4. R eferences & Past Perform ance . Proposer shall subm it at least thre e (3) references fo r whom the Proposer has completed work sim ilar in size and natu re as the work re ferenced in solicitation. SUBMITTAL REQUIREMENT: For each reference subm itted, the follow ing inform ation is required: 1) Firm Name , 2) Conta ct Indivi dual Nam e & Title, 3) Addre ss, 4) Teleph on e, 5) Cont act's Email an d 6) Narrat ive on Scope of Servi ces Provided. 5. Suspension, Debarment or C ontract Cancellat ion. Has Pro poser ever been debarred, suspended or other legal violation, or had a contract cance lled due to 1 non-j rform ance by ~lie sector agency? YEs L JO SUBM ITTAL R EQ U IRE M ENT: If answ er to above is "YE S," Prop oser shall subm it a statem ent detailing the reasons that led to action{s). 6. Vendor C am paign Contributions. Pro posers are expec ted to be or beco m e fam iliar with , the City's Cam paign Finance Reform laws, as co dified in Sections 2-4 87 thro ugh 2-490 of the City Code. Proposers shall be solely responsible fo r ensuring that all applicable provisions of the City 's Cam paign Finance Reform law s are com plied with, and shall be subject to any and all sanctions, as prescribed therein, incl uding disq ualification of their Proposals, in the event of such non-com pliance. SUBMITTAL REQUIREMENT: Subm it the nam es of all individuals or entities (incl uding your sub-consultants) wi th a co ntrolling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individuai or entity has contributed to the cam paign either directly or indirectly, of a candidate who has been elected to the office of M ayor or C ity C om m issioner fo r the City of M iam i Beach. There are none to report. 7. C ode of Business Eth ics. Purs uant to City Resolution No.2000-23879, each pers on or entity that seeks to do business with th e C ity shall adopt a C ode of Business Ethics ("C ode') an d subm it that Code to the Procurem ent Department with its pro posal/response or wi thin five (5) days upon re ceipt of request. The Cod e shall, at a minim um , require the Pro poser, to comply w ith all applicable govern m ental ru les and regulations including, am ong oth ers, the conflict of interest, lobbying and eth ics provision of the City of M iam i Beach and M iam i Dade County . SUB MITT AL REQUIREMENT: Proposer shall subm it firm 's Code of Business Ethics. In lieu of subm itting Code of Business Ethics, Pro poser m ay subm it a statem ent indicating that it will adopt, as re quired In the ordinance, the City of Miam i Beach Code of Ethics, avai labl e at http://yyw.mi ami be achf]. gov/city_ h all/pro curem en t/pro curem ent -rel ate d-ord inan ce-_an d-pro cedure s] 70 1O3.7 Res. . 19 8. Living Wage. Pursuant to Section 2-408 of the City of Miami Beach Code, as same may be amended from time to time, covered employees shall be paid the required living wage rates listed below: 1. Effective January 1, 2018, covered employees must be paid a living wage rate of no less than $11.62 per hour with health care benefits of at least $2.26 per hour, or a living wage rate of no less than $13.88 per hour without health care benefits. 2. Effective January 1, 2019, covered employees must be paid a living wage rate of no less than $11.70 per hour with health care benefits of at least $2.74 per hour, or a living wage rate of no less than $14.44 per hour without health care benefits. 3. Effective January 1, 2020, covered employees must be paid a living wage rate of no less than $11.78 per hour with health care benefits of at least $3.22 per hour, or a living wage rate of no less than$15.00 per hour without health care benefits. The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation using the Consumer Price Index for all Urban Consumers (CPI-U) Miami/Ft. Lauderdale, issued by the U.S, Department of Labor's Bureau of Labor Statistics. Notwithstanding the preceding, no annual index shall exceed three percent (3%). The City may also, by resolution, elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to implement same (in a particular year). Proposers' failure to comply with this provision shall be deemed a material breach under this proposal, under which the City may, at its sole option, immediately deem said Proposer as non-responsive, and may further subject Proposer to additional penalties and fines, as provided in the City's Living Wage Ordinance, as amended. Further information on the Living Wage requirement is available at http://virww.miamibeachtgovicity-hall/procurement/procurement-related-ordinance-and-procedures/. SUBMITTAL REQUIREMENT: No additional submittal Is required. By virtue of executing this affidavit document, Proposer agrees to the living wage requirement. Any payroll request made by the City during the contract term shall be completed electronically via the City's electronic compliance portal, LOP Tracker (LCPTracker.net). 9. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited contracts valued at over $100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive proposals, to provide "Equal Benefits" to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach, A. Does your company provide or offer access to any benefits o employees with spouses or to spouses of employees? YES NO B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners* or to domestic partners of employees? YES f v I NO C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to he spouse or domestic partner, such as medical insurance. BENEFIT Firm Provides for Employees with Spouses Firm Provides for Employees with Domestic Partners Firm does not Provide Benefit Health V, Sick Leave V Family Medical Leave V,/ Bereavement Leave If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance, To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached) with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at http://wvirvv.miamibeachfl.govicity-hall/pracurement/procurement-related-ordinance-and- grocedures/ ,1780142WilaliM= 4z4kM," IL • • 20 8. Living Wage. Pursuant to Section 2-408 of the City of Miami Beach Code, as same may be amended from time to time, covered employees shall be paid the required living wage rates listed below: 1. Effective January 1, 2018, covered employees must be paid a living wage rate of no less than $11.62 per hour with health care benefits of at least $2.26 per hour, or a living wage rate of no less than $13.88 per hour without health care benefits. 2. Effective January 1, 2019, covered employees must be paid a living wage rate of no less than $11.70 per hour with health care benefits of at least $2.74 per hour, or a living wage rate of no less than $14.44 per hour without health care benefits. 3. Effective January 1, 2020, covered employees must be paid a living wage rate of no less than $11.78 per hour with health care benefits of at least $3.22 per hour, or a living wage rate of no less than$15.00 per hour without health care benefits. The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation using the Consumer Price Index for all Urban Consumers (CPI-U) Miami/Ft. Lauderdale, issued by the U.S. Departm ent of Labor's Bureau of Labor Statistics, Notwithstanding the preceding, no annual index shall exceed three percent (3%). The City may also, by resolution, elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to implement same (in a particular year). Proposers' failure to comply with this provision shall be deemed a material breach under this proposal, under which the City may, at its sole option, im m ediately deem said Pro poser as non-responsive, and may further subject Proposer to additional penalties and fines, as provided in the City's Living Wage Ordinance, as amended. Further information on the Living Wage requirement is available at http://ywy.miamibeachf.gov/city-hall/procurement/procurement-related-ordinance- and-procedures/. SUBMITTAL REQUIREMENT: No additional submittal Is required. By virtue of executing this affidavit document, Proposer agrees to the living wage requirement. Any payroll request made by the City during the contract term shall be completed electronically via the City's electronic compliance portal, LCP Tracker (LCP Tracker.net). 9. Equal Benefits for Em ployees with Spouses and Em ployees with Dom estic Partners. When awarding competitively solicited contracts valued at over $100,000 wh ose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach, wh o are awarded a contract pursuant to competitive proposals, to provide "Equal Benefits" to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, wh o are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any bene¡tvo elmployees with spouses or to spouses of employees? [ ]vs No B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners" or to dom estic part ners of em ployees? L s (t jo C. P lease check all benefit s th at apply to your answers above and list in the "other" section any additional benefits not already specified. Note: som e benefits are pro vided to em ployees because they have a spouse or domestic partner, such as bereavement leave; other benefit s are provided directly to the spouse or domestic partner, such as medical insurance. B E N E F IT Firm P ro vides fo r Firm P ro vides fo r Firm does not E m ployees w ith E m ployees w ith P ro vide B enefit Sp ouses Dom estic P art ners H ealth V, Sick Leave V Fam ily M edical Leave / B ereavem ent Leave V If P ro poser cannot offer a benefit to dom estic part ners because of reasons outside your contr ol , (e.g., th ere are no insurance pro viders in your area wi lli ng to offer dom estic part ner covera ge) you m ay be eligible fo r Reasonable M easures co m pliance. To com ply on th is basis, you m ust agre e to pay a cash eq uivalent and subm it a co m pleted Reasonable M easures A pplication (attached) wi th all necessary docum entation. Y our Reasonable M easures A pplication w ill be review ed fo r consideration by the City M anager, or his desi gn e e. Ap pro val is not guaranteed and th e C ity M anager's decision is fina l. Further info rm ation on the E qual B en efit s requirem ent is availabl e at http;/]yyy _mi am i b each fl .goy/ci ty-hal l/pro curem en t/p ro curem ent -rel at ed-ordi n an ce-an d- pro cedure s/ m 0o%/% pastas # 9a 20 10. Public Entity Crimes. Section 287.133(2}(a), Florida Statutes, as currently enacted or as amended from time to time, states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a proposal, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit proposals, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees with the requirements of Section 287.133, Florida Statutes, and certifies it has not been placed on convicted vendor list. 11. Non-Discrimination. Pursuant to City Ordinance No.2016-3990, the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a) of the City Code, including the blacklisting, divesting from, or otherwise refusing to deal with a person or entity when such action is based on race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital or familial status, age or disability. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 12. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi, as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi, nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 13. Fair Chance Requirement. Pursuant to Section 2-376 of the City Code, the City shall not enter into any contract resulting from a competitive solicitation, unless the proposer certifies in writing that the business has adopted and employs written policies, practices, and standards that are consistent with the City's Fair Chance Ordinance, set forth in Article V of Chapter 62 of the City Code ("Fair Chance Ordinance"), and which, among other things, (i) prohibits City contractors, as an employer, from inquiring about an applicant's criminal history until the applicant is given a conditional offer of employment; (ii) prohibits advertising of employment positions with a statement that an individual with a criminal record may not apply for the position, and (iii) prohibits placing a statement on an employment application that a person with a criminal record may not apply for the position. SUBMITTAL REQUIREMENT: No additional submittal is required at this time. By virtue of executing this affidavit, Proposer certifies that it has adopted policies, practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees to provide the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that any breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termination for cause of the agreement, in addition to any damages that may be available at law and in equity. 14. Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. Initial to Confirm Receipt Initial to Confirm Receipt Initial to Confirm Receipt Vii Addendum 1 Addendum 6 Addendum 11 V Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required, submit under separate cover, 01 21 10. Public Entity Crimes. Secti on 287.133(2)a), Fl orida Statutes, as cu rrently enacted or as am ended fro m tim e to tim e, states th at a person or affi liate who has been placed on the convicted vendor list fo llow ing a conviction fo r a public entity crim e m ay not subm it a pro posal, pro posal, or reply on a contract to pro vide any goods or serv ices to a public entity; m ay not subm it a proposal, pro posal, or reply on a contract with a public entity fo r the construction or repair of a public building or public work; m ay not subm it proposals, proposals, or replies on leases of real pro perty to a public entity; may not be aw arded or perform work as a contractor, supplier, subcontractor, or consultant under a contract w ith any public entity ; and m ay not transact business wi th any public entit y in excess of the thre shold am ount pro vided in s. 287.017 fo r CATEG ORY TW O for a period of 36 m onths fo llowing the date of being placed on th e con vi ct ed ven dor list. SU BM ITT A L R EQ U IR EM ENT : No additional submittal is require d. By virtue of executing this affidavit docum ent, Proposer agrees w ith the require m ents of Section 287.133, Florida Statutes, and ce rtifies it has not be en place d on convicted vendor list. 11. Non-Discrimination. Pursuant to C ity O rdi nan ce No.2016-3990, th e City shall not enter into a co ntra ct with a business unless the business re presents that il does not and wi ll noi engage in a boycott as defined in Section 2-375(a) of the City Code, including the blacklisting, divesting fr om , or otherwise refusing to deal w ith a pers on or entity when such action is based on racé, color, national origin , religio n, sex, int ers exuali ty, gend er iden tity, sexual orientation, m arital or familial stat us, age or disability. SUBMITTAL REQUIREMENT: No additi on al submi ttal is required. By virtu e of executing this affi davit docum ent, Pro poser agre es il is and shal l re m ain in full com pliance w ith Secti on 2-375 of the C ity of M iam i Beach City Code. 12. M oratorium on Travel to and th e Purchase of G oo ds or Serv ices from North Carolina and Mississippi. Purs uant to Resolution 2016-29375, th e City of M iam i Beach , Fl orida, proh ibits official C ity travel to the states of North Carolina and Mississippi, as well as th e purchase of goods or serv ice s sourced in North C arolina and M ississippi. Pro poser shall agree th at no travel shall occur on beh alf of th e City to North C aro lin a or M ississippi, nor sh all an y pro duct or servi ces it pro vides to th e City be sourc ed from th ese states. SUBMITTAL REQUIREMENT: No additional subm ittal is required. By virtue of executing th is affidavit docum ent, Proposer agrees it is and shalt re m ain in full com pliance w ith R esol ution 2016-29375. 13. Fair C han c e R equi rem ent. Purs uant to Secti on 2.-376 of th e City Code, th e Ci ty sh all not enter into any con tr act resulting from a com petitive solicitation, unless the pro poser certifies in writing that th e business has adopted and em ploys written po licies, practices, and standards that are consistent wi th the C ity 's Fair C hance O rdinance, set forth in Article V of Chapter 62 of th e City Code ("Fair Ch anc e Or di n an ce"), an d w hich, am ong other things, (i) pro hibits City contractors , as an em ployer, from inquiring abo ut an applicant's crim inal history until the applica nt is given a conditional offer of em ploym ent; (ii) pro hibits advertising of em ploym ent positions w ith a statem ent that an individual wi th a crim inal record m ay not apply for the position, and (ili) prohibits placing a statem ent on an em ploym ent application that a person wi th a crim inal record m ay not apply for the position. SUBMITTAL REQUIREMENT: No additional subm ittal is required at this tim e. By virtue of executing th is affidavit, Proposer certi fies th at it has adopted po licies, practices and standards consistent wi th the C ity 's Fair Chance Ordinance. Pro poser agrees to pro vide th e C ity w ith supporting docum entation evidencing its com pliance upo n reques t. Pro poser furth er agre es th ai any breach of the representations m ade herein shall constitute a m aterial breach of contract, and shall entitle the City lo the im m ediate term ination fo r cause of the agreem ent, in addition to any dam ages that m ay be available at law and in equity , 14. A cknow ledgem ent of Addendum . After issuance of solici tation, the C ity m ay release one or m ore addendum to the solicitation w hich m ay provide additional info rm ation to Pro posers or alter solicitation requireme nts. The City will strive to reach every Pro poser having received solicitation thro ugh th e C ity 's e-proc urem ent system , PublicP urch ase.c om . Howe ver, Proposers are solely respo nsible fo r assuring th ey have received any and all addendum issued pursuant to solicitation. This Acknow ledgem ent of Addendum section ce rtifies that the Pro poser has receive d all addendum released by the City pursuant to this solicitation. Failure to obtain an d ackn owl edge receipt of all adden da m ay result in prop o sal di squalification . Initial to Confirm Initial to Confimm Initial to Confirm Receipt Receipt Receipt V Addendum 1 Addendum 6 Addendum 11 V Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Adden dum 10 Addend um 15 If additional co nfirm ation of addendum is required, subm it under separate cover. 70 137723.I7 21 DISCLOSURE AND DISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the 'City") for the recipient's convenience. Any action taken by the City in response to Proposals made pursuant to this solicitation, or in making any award, or in failing or refusing to make any award pursuant to such Proposals, or in cancelling awards, or in withdrawing or cancelling this solicitation, either before or after issuance of an award, shall be without any liability or obligation on the part of the City. In its sole discretion, the City may withdraw the solicitation either before or after receiving proposals, may accept or reject proposals, and may accept proposals which deviate from the solicitation, as it deems appropriate and in its best interest, In its sole discretion, the City may determine the qualifications and acceptability of any party or parties submitting Proposals in response to this solicitation. Following submission of a Bid or Proposal, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Proposal and the applicant including, without limitation, the applicant's affiliates, officers, directors, shareholders, partners and employees, as requested by the City in its discretion, The information contained herein is provided solely for the convenience of prospective Proposers. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete. The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents, or on any permitted communications with City officials, shall be at the recipient's own risk. Proposers should rely exclusively on their own investigations, interpretations, and analyses. The solicitation is being provided by the City without any warranty or representation, express or implied, as to its content, its accuracy, or its completeness. No warranty or representation Is made by the City or its agents that any Proposal conforming to these requirements will be selected for consideration, negotiation, or approval. The City shall have no obligation or liability with respect to this solicitation, the selection and the award process, or whether any award will be made. Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer, is totally relying on this Disclosure and Disclaimer, and agrees to be bound by the terms hereof. Any Proposals submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Proposal. This solicitation is made subject to correction of errors, omissions, or withdrawal from the market without notice. Information is for guidance only, and does not constitute all or any part of an agreement. The City and all Proposers will be bound only as, it and when a Proposal (or Proposals), as same may be modified, and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties. Any response to this solicitation may be accepted or rejected by the City for any reason, or for no reason, without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law, and all Proposals and supporting documents shall be subject to disclosure as required by such law. All Proposals shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposers are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Proposal, the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Proposal, and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Proposal is true, accurate and complete, to the best of its knowledge, information, and belief. Notwithstanding the foregoing or anything contained in the solicitation, all Proposers agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any action or inaction by the City with respect thereto, such liability shall be limited to $10,000.00 as agreed-upon and liquidated damages. The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. ITB 22 DISCLOSURE AND DISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the 'City") for the recipient's convenience. Any action taken by the City in response to Proposals made pursuant to this solicitation, or in making any award, or in failing or refusing to make any award pursuant to such Proposals, or in cancelling awards, or in withdrawing or cancelling this solicitation, either before or after issuance of an award, shall be without any liability or obligation on the part of the City. In its sole discretion, the City may withdraw the solicitation either before or after receiving proposals, may accept or reject proposals, and may accept proposals which deviate from the solicitation, as it deems appropriale and in its best interest. In its sole discretion, the City may determine the qualifications and acceptability of any party or parties submitting Proposals in response to this solicitation. Following submission of a Bid or Proposal, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Proposal and the applicant including, without limitation, the applicant's affiliates, officers, directors, shareholders, partners and employees, as requested by the City in its discretion, The information contained herein is provided solely for the convenience of prospective Proposers. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete. The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents, or on any permitted communications with City officials, shall be at the recipient's own risk. Proposers should rely exclusively on their own investigations, interpretations, and analyses. The solicitation is being provided by the City without any warranty or representation, express or implied, as to its content, its accuracy, or its completeness. No warranty or representation is made by the City or its agents that any Proposal conforming to these requirements will be selected for consideration, negotiation, or approval. The City shall have no obligation or liability with respect to this solicitation, the selection and the award process, or whether any award will be made, Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer, is totally relying on this Disclosure and Disclaimer, and agrees to be bound by the terms hereof. Any Proposals submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Proposal. This solicitation is made subject to correction of errors, omissions, or withdrawal from the market without notice. Information is for guidance only, and does not constitute all or any part of an agreement. The City and all Proposers will be bound only as, if and when a Proposal (or Proposals), as same may be modified, and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties. Any response to this solicitation may be accepted or rejected by the City for any reason, or for no reason, without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law, and all Proposals and supporting documents shall be subject to disclosure as required by such law, All Proposals shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposers are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Proposal, the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Proposal, and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Proposal is true, accurate and complete, to the best of its knowledge, information, and belief. Notwithstanding the foregoing or anything contained in the solicitation, all Proposers agree that in the event of a final unappealable judgment by a court of competent Jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any action or inaction by the City with respect thereto, such liability shal be limited to $10,000.00 as agreed-upon and liquidated damages. The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that the provisions of this Disclosure and Disclaimer shall always govern, The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. & es # 22 PROPOSER CERTIFICATION I hereby certify that; I, as an authorized agent of the Proposer, am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; Proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed, or compared the proposal with other Proposers and has not colluded with any other Proposer or party to any other proposal; Proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal, inclusive of the Proposal Certification, Questionnaire and Rev: uirements Affidavit are true and accurate. Name of Proposer's Authorized Representative: Julio Fojon Title of Proposer's Authorized Representative: President Signature of er's Authorized Representative: Date: 9/20/19 =19-232 23 PR OP O SE R CE R TI FI C A TI ON I her eb y certify that: I, as an authorized agent of the Proposer, am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; Proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed, or compared the proposal with other Proposers and has not colluded with any other Proposer or party to any other proposal; Proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal, inclusive of the Proposal Certification, Questionnaire and Re uirements Affidavit are true and accurate. Name of Proposer's Authorized Representative: Julio Fojon Title of Proposer's Authorized Representative: President Date: 9/20/19 ng 75733.77 EE#M AM#MA MMAMAS mm 9% 23 ENVIRO 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. EnvlroWaste has one of the largest private fleets in the region dedicated to meeting its customers' needs for over 20 years. EVVSG's fleet of Vactors, Vac-Cons, industrial cleaners, pump trucks, 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 * 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 C1PP Lining 6"-72" 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, Headquarters: 18001 Old Cutler Road, #554, Miami, FL 33157 * (877) 637.9665 * F (877) 637-9659 Offices: Miami, FL * Orlando, FL * Tampa, FL vvww.EWSG.com * email: info@ewsg.com ENVI RO WASTE SERVICES GROUP Summary of Qualifications Enviro Waste 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. EnvlroWaste has 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, and 1V 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 EnviroW/aste 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 * 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" 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, Headquarters: 18001 Old Cutler Road, #554, Miami, FL 33157 " (877) 637-9665 " F (877) 637-9659 Offices: Miami, FL " Orlando, FL Tampa, FL wwyy.ESG.com email: info@ewsg.com ENVIRO WASTE SERVICES GROUP 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 ecuipment and experience to identify the problem and quickly and efficient correct it as well. ot . . 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. Roots in Sewer Headquarters: 18001 Old Cutler Road, #554, Miami, FL 33157 * (877) 637-9665 * F (877) 637-9659 Offices: Miami, FL * Orlando, FL * Tampa, FL www.EWSG.com * email: info@ewsg.com E N VI R WASTE SERVICES GROUP and oil and tire particles from cars build up sludge. These factors cause an obstruction of proper drainage and cause pipe perform ance to deteriorate, thus rendering your drainage system useless. EnviroWaste has the necessary ickl and efficienth correct it as well. Honorab ly Sering the Entire Southeaster United States! CCTV Video Inspection EnviroW aste'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. Roots in Sewer Headquarters: 18001 Old Cutler Road, #554, Miami, FL 33157 (877) 637-9665 F (877) 637-9659 Offices: Miami, FL " Orlando, FL " Tampa, FL wyy.ESG.com email: info@ewsg.com ENVIRO 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 Jet/Vac 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 asencies, and morel 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 www.EWSG.com * email: info@ewsg.com N VI R O WASTE SERVICES GROUP Sewer and Drain Cleaning EnvlroWaste Services Group has been providing Florida with sewer and drain cleaning services since 1998. Enviro\W/aste 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 Jet/Vac 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 ch emicals. 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, Before Sewer Cleaning Headquarters: 18001 Old Cutler Road, #554, Miami, FL 33157 " (877) 637-9665 F (877) 637-9659 Offices: Mi a mi , FL " Orlando, FL " Tampa, FL www.ES.com email: info@ewsg.com ENVIRO WASTE SERVICES GROUP inflow and Infiltration Ill Study Inflow and infiltration occurs when clean ground water or storm water enters a sewer system through improper connections, cracked pipes, and defective joints. Inflow is the term used to explain when the surface water enters a sewer system through Improper connections of yard, roof, and cellar drains, cracked pipes, holes in manhole covers, catch basins, and cross connections between storm and sanitary sewers. Infiltration occurs when the ground water enters the wastewater system through deteriorated manholes, cracks, and leaks in the joints. After a rain or snow storm the inflow and infiltration sources begin filling up the sanitary sewer systems with clear water. These systems eventually become full resulting in the waste water to flow out at a significantly higher water level. If drains and sanitary fixtures are below this overload level water will be able to flow back through the sanitary sewer pipe. As a result, there will be flooding in homes and manholes will burst open, allowing the wastewater onto the streets. These are the following 3 methods of identifying Inflow and Infiltration: 1. Smoke Testing 2. Flow Monitoring 3. Television Inspection Flow Monitoring is when special measuring devices are inserted into the sewer lines to monitor the amount of water flowing through the wastewater system. Headquarters: 18001 Old Cutler Road, #554, Miami, FL 33157 * (877) 637-9665 * F (877) 637-9659 Offices: Miami, FL * Orlando, FL * Tampa, FL www.EWSG.com * email: info©ewsg.com NVI R WASTE SERVICES GROUP Inflow and Infiltration III Study Inflow and infiltration occurs when clean ground water or storm water enters a sewer system through improper connections, cracked pipes, and defective joints. Inflow is the term used to explain when the surface water enters a sewer system through Improper connections of yard, roof, and cellar drains, cracked pipes, holes in manhole covers, catch basins, and cross connections between storm and sanitary sewers. Infiltration occurs when the ground water enters the wastewater system through deteriorated manholes, cracks, and leaks in the joints. After a rain or snow storm the inflow and infiltration sources begin filling up the sanitary sewer systems with clear water. These systems eventually become full resulting in the waste water to flow out at a significantly higher water level. If drains and sanitary fixtures are below this overload level water will be able to flow back through the sanitary sewer pipe. As a result, there will be flooding in homes and manholes will burst open, allowing the wastewater onto the streets. These are the following 3 methods of identifying Inflow and Infiltration: 1. Smoke Testing 2. Flow Monitoring 3. Television Inspection Flow Monitoring is when special measuring devices are inserted into the sewer lines to monitor the amount of water flowing through the wastewater system. Headquarters: 18001 Old Cutler Road, #554, Miami, FL 33157 " (877) 637-9665 F (877) 637-9659 Offices: Miami, FL * Orlando, FL Tampa, FL wy.EWSG.com email: info@ewsg.com ENVIR* WASTE SERVICES GROUP Industrial Vacuum Services In 2019 EWSG acquired Industrial Vacuum Services(IVAC). While adding to EWSG previous experience in industrial vacuum cleaning, EWSG has now also added all of IVAC's experience, equipment, and personnel. EWSG/IVAC now has 6 large Industrial vacuum loaders. EWSG specializes in removal of materials, wet or dry, from water and wastewater treatment plants. manufacturing plants, energy plants, construction sites, silos, elevators, quarries, foundries and other Industrial sites. Sewer Pipeline Repairs/Rehabilitation A team of highly qualified professionals and technicians are eager to take care of all of your Sewer Pipeline Repair /rehabilitation needs. With hundreds of years of combined experience, our professionals are committed to providing superior services! We offer 24 Hour Emergency Response, Specializing in Emergency Clean up, Disaster Recovery Including Hurricanes and Natural Disasters. Call 877-637-9665 EnviroWaste Services Group Storm and Sanitary Sewer Maintenance, Inspection, Repair, Rehabilitation and Horizontal Construction throughout the Southeast United States Headquarters: 18001 Old Cutler Road, #554, Miami, FL 33157 * (877) 637-9665 * F (877) 637-9659 Offices: Miami, FL * Orlando, FL * Tampa, FL WWW EWSG . co m * email: info@ewsg.com NVI WASTE SERVICES GROUP Industrial Vacuum Services In 2019 EWSG acquired Industrial Vacuum Services(IVAC). While adding to EWSG previous experience in industrial vacuum cleaning, EWSG has now also added all of IVAC's experience, equipment, and personnel. EWSG/IVAC now has 6 large Industriai vacuum loaders. EWSG specializes in removal of materials, wet or dry, from water and wastewater treatment plants. manufacturing plants, energy plants, construction sites, silos, elevators, quarries, foundries and other Industriai sites. Sewer Pipeline Repairs/Rehabilitation A team of highly qualified professionals and technicians are eager to take care of all of your Sewer Pipeline Repair /rehabilitation needs. With hundreds of years of combined experience, our professionals are committed to providing superior services! We offer 24 Hour Emergency Response, Specializing in Emergency Clean up, Disaster Recovery Including Hurricanes and Natural Disasters. Call 877-637-9665 Enviro Waste Services Group Storm and Sanitary Sewer Maintenance, Inspection, Repair, Rehabilitation and Horizontal Construction throughout the Southeast United States Headquarters: 18001 Old Cutler Road, #554, Miami, FL 33157 (877) 637-9665 " F (877) 637-9659 Offices: Miam i, FL Orlan do, FL ' Tamp a, FL wyw.ESG.com email: info@ewsg.com State of Florida Department of State I certify from the records of this office that ENVEROWASTE SERVICES GROUP, INC. is a corporation organized under the laws of the State of Florida, filed on February 13, 1998. The document number of this corporation is P98000014467. I further certify that said corporation has paid all fees due this office through December 31, 2019, that its most recent annual report/uniform business report was filed on April 24, 2019, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Rfth day of September, 2019 Secretary of State Tracking Number: 0366501203CU To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https://services.sunbiz.org/Filings/Certificate0fStatus/CertificateAuthentication State of Florida Department of State I certify from the records of this office that ENVIROWASTE SERVICES GROUP, INC. is a corporation organized under the laws of the State of Florida, filed on February 13, 1998. The document number of this corporation is P98000014467. I further certify that said corporation has paid all fees due this office through December 31, 2019, that its most recent annual report/uniform business report was filed on April 24, 2019, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Fifth day of September, 2019 ub. Secretary of State Tracking Number: 0366501203CU To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOtstatus/CertificateAuthentication RICK SCOTT, GOVERNOR JONATHAN ZACHEM, SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS-OF CHAPTER 489, FLORIDA STATUTES BARBA, EDUAR 0 JOSE ENVIROWASTE SERVICES GROUP, INC. D ,7‘Sa.. E 18001 OLD CUTLER RD 554 MIAMI FL 33157 F, LICENSE NUMBER: CGC1520877 EXPIRATION DATE: AUGUST 31, 2020 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. R IC K S C O TT , GO V E R N O R STATE OF FLORIDA DEPARTMENT OF BUS JONA THAN ZACHEM, SECRETARY d f:5 ª FESSIONAL REGULATION THE GENE PROVI UNDER TH E t¾A UTES Always verify licenses online at MyFloridalicense.com E@]4%2%.3E .. - Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. r ENVIRO WASTE SERVICES GROUP 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 060385 C Owner: City of Hollywood Project Title: 11-7063, 13-7068, 16-7078 Sanitary Sewer Eval. And Repair Budget: $ 3,500,000 Time period: 2011-current Scope: EWSG has been contracted to cctv, clean and perform full line and point repair sewer replacements. The above lists three separate contracts, we are currently on contract number four. Since 2011 EWSG has been the only company performing work on the City's sewer system. Over 750 excavated point repairs have been done for the City as large as 30" in diameter and 18' in depth. Contact: Jose Polanco Ph: 754-208-9443 JPOLANCOhol oodfl.o Ei Owner: FOOT Project Title: E7L52 Desilting and Video Inspection of Storm Sewer System Budget: $ 6,000,000 Time period: January 2017-2019 Scope: EWSG has been contracted to cctv and clean the FDOT owned storm water system in Hillsborough, Pasco, Pinellas, Hernando, and Citrus Counties. In addition to standard cleaning and inspections, EWSG has removed over 10,000 cubic yards of debris from box culverts. Contact: Pedro Lopez Ph: 813-975-6107 pedro.LopezAdat.state.fl.us El Owner: FDOT Project Title: E5T90 Desilting, Video Inspection, and CIPP of Strom Sewer System Budget: $ 1,500,000 Time period: January 2017-December 2017 Scope: EWSG has been contracted to cctv, clean and line the FOOT owned storm water system in Volusia Counties. In addition to standard cleaning and inspections, EWSG has CIPP lined 10,000LF of 18-42" sewer, replaced 8OLF of 48" sewer and 300LF of 30" sewer. Contact: Rick Coe Ph: 386-740-3490 frederick.Coe@dot.state.fl.us LI Project Name: City of Coral Gables Project Title: IFB 2015.10.07 Routine & Emergency Sewer Repairs and Inspection Budget: $ 500,000 per year Time period: September 2013-Current Synopsis: EWSG has been contracted to provide sewer rehabilitation services for the City of Coral Gables in sewer cleaningfTV'ing, point repairs. EnviroWaste Headquarters: 18001 Old Cutler Road, #554, Miami, FL 33157 * (877) 637-9665 * F (877) 637-9659 Offices: Miami, FL * Orlando, FL * Tampa, FL www.EWSG.com * email: info@ewsg.com N V IR WASTE SERVICES GROUP 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 060385 D Owner: City of Hollywood Project Title: 11-7063, 13-7068, 16-7078 Sanitary Sewer Eval. And Repair Budget: $ 3,500,000 Time period: 2011-current Scope: EWSG has been contracted to cctv, clean and perform ful! line and point repair sewer replacements. The above lists three separate contracts, we are currently on contract number four. Since 2011 EWSG has been the only company performing work on the City's sewer system. Over 750 excavated point repairs have been done for the City as large as 30" in diameter and 18' in depth. Contact: Jose Polanco Ph: 754-208-9443 JPQLAACQ@hollywoodfL.org I Owner: FDOT Project Title: E7L52 Desilting and Video Inspection of Storm Sewer System Budget: $ 6,000,000 Time period: January 2017-2019 Scope: EWSG has been contracted to cctv and clean the FOOT owned storm water system in Hillsborough, Pasco, Pinellas, Hernando, and Citrus Counties. In addition to standard cleaning and inspections, EWSG has removed over 10,000 cubic yards of debris from box culverts. Contact: Pedro Lopez Ph: 813-975-6107 pedro.Lopez@dot.state.fl.us O Owner: FOOT Project Titre: E5T9O Desilting, Video Inspection, and CIPP of Strom Sewer System Budget: $ 1,500,000 Time period: January 2017-December 2017 Scope: EWSG has been contracted to cctv, clean and line the FOOT owned storm water system in Volusia Counties. In addition to standard cleaning and inspections, EWSG has CIPP lined 10,000LF of 18-42" sewer, replaced BOLF of 48" sewer and 300LF of 30" sewer. Contact: Rick Coe Ph: 386-740-3490 frederick.Coe@dot.state.fl.us [I Project Name: City of Coral Gables Project Title: IFB 2015.10.07 Routine & Emergency Sewer Repairs and Inspection Budget: $ 500,000 per year Time period: September 2013-Current Synopsis: EWSG has been contracted to provide sewer rehabilitation services for the City of Coral Gables in sewer cleaning/TV'ing, point repairs. EnviroWaste Headquarters: 18001 Old Cutler Road, #554, Miami, FL. 33157 (877) 637-9665 ' F (877) 637-9659 Offices: Miam i, FL Orlan do, FL Tampa, FL wwy .E SG.com email: info@ewsg.com ENVIR* WASTE SERVICES GROUP cleans and inspects the City's sanitary sewer system and makes the recommendation for repairs, and performs the repairs. Manhole coatings have been done on 150 manholes. More than 100 excavated point repairs. Contact: Noel Polo 305-460-5022 npolo@coralgables.com q Project Name: City of Sunrise Project Title: Bid 15-12-01-JC Sewer Rehab, Maintenance, and l&I Reduction Budget: $ 1,000,000 per year Time period: October 2012-Current Synopsis: EWSG 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. 250 Manholes have been lined, over 150 excavated point repairs. Contact: Gio Batista 954-815-8861 GBatista@sunrisefl.gov q Project Name: City of North Miami Beach Project Title: ITB 2011-08 Sewer Rehab, Maintenance, and l&I Reduction Budget: $ 600,000 Time period: 2012-Current Synopsis: EWSG 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. We also have installed new water main with fire hydrants. Contact: Pedro Melo 305-770-5135 pedro.melo@citynmb.com q Project Name: City of Miami Beach, FL Project Title: Horizontal Job Order Contract Budget: $ 25,000,000 Time period: July 2009 —July 2014 Synopsis: EWSG 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 Carpenter 305-673-7080 EricCarpenter@miamibeachfl.gov CI Project Name: Town of Cutler Bay Project Title: Miscellaneous Construction and Repairs Town Wide Budget: $ 1,500,000/year Time period: July 2008 — Current Synopsis: EWSG has been contracted to provide clean storm sewers, remove and Headquarters: 18001 Old Cutler Road, #554, Miami, FL 33157 * (877) 637-9665 * F (877) 637-9659 Offices: Miami, FL * Orlando, FL * Tampa, FL www.EWSG.com * email: info@ewsg.com E N I WASTE SERVICES GROUP cleans and inspects the City's sanitary sewer system and makes the re c o m m e n d a ti o n fo r repairs, and performs the repairs. Manhole coatings have been d o ne on 150 manholes. More than 100 excavated point repairs. Contact: N o e l P ol o 3 0 5 -4 6 0 -5 0 2 2 np olo@ cor al gables.com □Project Name: City of Sunrise Project Title: Bid 15 -12 -0 1-JC S e wer Rehab, Maintenance, and l&I Reduction Budget: $ 1,000,000 per year Time period: October 2012-Current Synopsis: EWSG has been contracted to provide sewer rehabilitation services for the City of Sunrises in sewer clean ing/TV'ing, point repairs. En viroWaste cleans and inspects the City's sanitary sewer system and makes the recommendation for repairs, and performs the repairs. 250 Manholes have been lined, over 150 excavated point repairs. Contact: Gio Batista 954 -815-8861 GBatista@sunrisefl.gov I Project Name: City of North Miami Beach Project Title: 1TB 2011-08 Sewer Rehab, Maintenance , and 1&1 Reduction Budget: $ 600,000 Time period: 2012-Current Synopsis: EWSG 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. We also have installed new water main with fire hydrants. Contact: Pedro Melo 305-770-5135 pedro.mel o@ citynmb.com o Project Name: City of Miami Beach, FL Project Title: Horizontal Job Order Contract Budget: $ 25,000,000 Time period: July 2009 - July 2014 Synopsis: EWSG has been contracted to provide horizontal general contracting services for the City of Miami Beach including GIPP 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 Carpenter 305-673-7080 EricCarpenter@miamibeachfl.gov o Project Name: Town of Cutler Bay Project Title: Miscellaneous Construction and Repairs Town Wide Budget: $ 1,500,000/year Time period: July 2008- Current Synopsis: EWSG has been contracted to provide clean storm sewers, remove and Headquarters: 18001 Old Cutler Road, #554, Miam i, FL 33157 " (877) 637-9665 F (877) 637-9659 Offices: Miami, FL Orlando, FL, Tampa, FL yyw.EISG.com email: info@ewsg.com ENVIR WASTE SERVICES GROUP replace sidewalks, asphalt roadways, drainage repairs, along with other miscellaneous tasks. EWSG has installed new or replaced more than 200,000 LF of sidewalks, and paved over 200,000 SY of asphalt roads. Contact: Alfredo Quintero 305-234-4262 aquintero@cutlerbay-fl.gov q Client Name: Manatee County Project Title: Wastewater Hauling Emergency Contract Budget: $ 250,000 Time period: September 2014 Synopsis: EWSG has been contracted to provide emergency vactor and vacuum truck services for all of Manatee County Contact: Bonnie Sietman 941-749-3046 bonnie.sietmanmvmanatee.orq Current and Prior Experience q 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: EWSG has been contracted to provide sewer rehabilitation services for the City of Miami Beach including CIPP rehabilitation, sewer cleaning/Wing, 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 180,000' of mainline CIPP for the City since 2008. Before this contract, EWSG also held two different JOC contracts with the city doing any and all horizontal work, including but not limited sidewalks, outfalls, seawalls, landscaping, canoe launch ramp, installing new water mains, storm water pump stations. More than 200 sanitary sewer manholes have been lined with cement. Contact: Eric Carpenter 305-673-7080 EricCarpenter@miamibeachfl.gov q Project Name: Pasco County, FL Project Title: Wastewater Hauling Emergency Contract Budget: $ 250,000/year Time period: October 2011 — Current Synopsis: EWSG 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: Edward Gribble 727-834-3358 ebribble@pascocountyfl.net E Project Name: Hillsborough County, FL Project Title: Wastewater Pumping and Disposal Contract Budget: $ 2,000,000/year Time period: December 2013 — Current Synopsis: EWSG has been contracted to provide emergency and scheduled vactor and vacuum truck services for all of Hillsborough County. EWSG has regularly hauled in excess of 100,000 gallons per hour during emergency situations. Headquarters: 18001 Old Cutler Road, #554, Miami, FL 33157 * (877) 637.9665 * F (877) 637.9659 Offices: Miami, FL * Orlando, FL * Tampa, FL www.EWSG.com * email: info@ewsg.com ENVI WASTE SERVICES GROUP replace sidewalks, asphalt roadways, drainage repairs, along with other miscellaneous tasks. EWSG has installed new or replaced more than 200,000 LF of sidewalks, and paved over 200,000 SY of asphalt roads. Contact: Alfredo Quintero 305-234-4262 aquintero@cutlerbay-fl.gov Client Name: Manatee County Project Title: Wastewater Hauling Emergency Contract Budget: $ 250,000 Time period: September 2014 Synopsis: EWSG has been contracted to provide emergency vactor and vacuum truck services for all of Manatee County Contact: Bonnie Sietman 941-749-3046 bonnie_sietman@mvmanatee.org Current and Prior Experience o Project Name: City of Miami Beach, FL Project Title: Routine & Emergency Sewer Repairs 1TB 113-2013, Budget: $ 2,500,000 per year Time period:. September 2013- September 2018 Synopsis: EWSG 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 180,000' of mainline CIPP for the City since 2008. Before this contract, EWSG also held two different JOC contracts with the city doing any and all horizontal work, including but not limited sidewalks, outfalls, seawalls, landscaping, canoe launch ramp, installing new water mains, storm water pump stations. More than 200 sanitary sewer manholes have been lined with cement. Contact: Eric Carpenter 305-673-7080 EricCarpenter@miamibeachfl.gov o Project Name: Pasco County, FL Project Title: Wastewater Hauling Emergency Contract Budget: $ 250,000/year Time period: October 2011 - Current Synopsis: EWSG 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: Edward Gribble 727-834-3358 ebribble@pascocountyfl.net e Project Name: Hillsborough County, FL Project Title: Wastewater Pumping and Disposal Contract Budget: $ 2,000,000/year Time period: December 2013 - Current Synopsis: EWSG has been contracted to provide emergency and scheduled vactor and vacuum truck services for all of Hillsborough County. EWSG has regularly hauled in excess of 100,000 gallons per hour during emergency situations. Headquarters: 18001 Old Cutler Road, #554, Miami, FL 33157 " (877) 637-9665 F (877) 637-9659 Offices: Miami, FL Orlando, FL Tampa, FL wwyw.EWSG.com email: info@ewsg.com ENVIRO WASTE SERVICES GROUP Contact: David Lundberg 813-663-3229 lundbergdphillsborouehcountv.orq Project Name: Hillsborough County, FL Project Title: Manhole-Wastewater Lines-Lift Station Cleaning and Inspection Budget: $ 2,000,000/year Time period: April 2014 — Current Synopsis: EWSG has been contracted to provide all of the sanitary sewer inspection and cleaning for Hillsoborough County Contact: Suresh Maharaj 813-554-5011 ext 43836 maharajs@hillsboroughcounty.org D Owner: City of Miami Project Title: Outfall and Drainage Cleaning Contract Budget: $ 750,000 per year Time period: 2005 — current Scope: EWSG has been contracted to provide cleaning of the City of Miami's storm drainage system. More than 2,000,000 LF of storm sewers have been cleaned since '05 Contact: Ely Estevez Ph: 305-416-1295 eestevez@miamigov.com O. Owner: Orange County, FL Project Title: Sanitary Sewer Cleaning and lnspection(Y12-1060, Y15-1140) Budget: $ 1,100,000 per year Time period: June 2008 — Current, 2 separate contracts Scope: EWSG has been contracted to provide various sewer related contracting services for Orange County, FL, including cleaning and video inspection. EWSG has cleaning and cctv'd over 3,000,000 LF of sanitary sewers. Contact: Dustin Putney 407-836-6822 dustin.putney@ocfl.net Owner: Orange County, FL Project Title: Orange County Gravity CIPP Lining Y13-1019 Budget: $ 1,000,000 Time period: May 2013 April 2014 Scope: EWSG was contracted to provide mainline CIPP lining on sanitary sewers 8-42" in diameter. 30,000 LF of pipe were lined. Contact: Patty Hobbs 407-836-5456 Patty.Hobbs@ocfl.net D Owner: Orange County, FL Project Title: Orange County Sewage Hauling Y14-191A Budget: $ 250,000 Time period: April 2014-current Scope: EWSG has been contracted to provide emergency and scheduled vacuum truck services for all of Orange County. EWSG has been the primary emergency sewage hauling contractor for the County since 2014. EWSG has had multiple 10 plus truck emergency responses ail handled in-house. Contact: Brian Vos 321-239-3339 Brian.Vos@ocfl.net Headquarters: 18001 Old Cutler Road, #554, Miami, FL 33157 * (877) 637-9665 * F (877) 637-9659 Offices: Miami, FL * Orlando, FL * Tampa, FL www.EWSG.com * email: info@ewsg.com NVIR WASTE SERVICES GROUP Contact: David Lundberg 813-663-3229 Lundbergd@hillsborough county.ora O Project Name: Hillsborough County, FL Project Title: Manhole-Wastewater Lines-Lift Station Cleaning and Inspection Budget: $ 2,000,000/year Time period: April 2014 -- Current Synopsis: EWSG has been contracted to provide all of the sanitary sewer inspection and cleaning for Hillsoborough County Contact: Suresh Maharaj 813-554-5011 ext 43836 maharajs@hillsboroughcounty.org o Owner: City of Miami Project Title: Outfall and Drainage Cleaning Contract Budget: $ 750,000 per year Time period: 2005 -- current Scope: EWSG has been contracted to provide cleaning of the City of Miami's storm drainage system. More than 2,000,000 LF of storm sewers have been cleaned since '05 Contact: Ely Estevez Ph: 305-416-1295 eestevez@miamigov.com o Owner: Orange County, FL Project Title: Sanitary Sewer Cleaning and Inspection(Y 12-1060, Y15-1140) Budget: $ 1,100,000 per year Time period: June 2008 - Current, 2 separate contracts Scope: EWSG has been contracted to provide various sewer related contracting services for Orange County, FL, including cleaning and video inspection. EWSG has cleaning and cctv'd over 3,000,000 LF of sanitary sewers. Contact: Dustin Putney 407-836-6822 dustin.putney@ocfl.net o Owner: Orange County, FL Project Title: Orange County Gravity CIPP Lining Y13-1019 Budget: $ 1,000,000 Time period: May 2013 - April 2014 Scope: EWSG was contracted to provide mainline CIPP lining on sanitary sewers 8-42" in diameter. 30,000 LF of pipe were lined. Contact: Patty Hobbs 407-836-5456 Patty._Hobbs@ocfl.net o Owner: Orange County, FL Project Title: Orange County Sewage Hauling Y14-191A Budget: $ 250,000 Time period: April 2014-current Scope: EWSG has been contracted to provide emergency and scheduled vacuum truck services for all of Orange County. EWSG has been the primary emergency sewage hauling contractor for the County since 2014. EWSG has had multiple 10 plus truck emergency responses all handled in-house. Contact: Brian Vos 321-239-3339 Brian.Vos@ocfl.net Headquarters: 18001 Old Cutler Road, #554, Miami, FL 33157 (877) 637-9665 " F (877) 637-9659 Offices: Miami, FL Orlando, FL " Tampa, FL yyyy .EWSG.com ema il: info@ewsg.com ENVIRO WASTE SERVICES GROUP 1 Owner: Orange County, FL Project Title: Stormwater System Inspection, Cleaning, Seating, Void Detection & Void Filling (Y8-1034, Y8-1110, Y9-1022, Y11-112, Y12-1060, Y13-1083, Y14-1075, Y14-1025, Y17-100) Budget: $ 3,000,000 per year Time period: June 2008 — Current, 9 separate contracts Scope: EWSG 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. EWSG has pumped more than 30,000 Cubic Feet of grout for soil stabilization, cleaned and inspected over 2,000,000 Lf of 12-96" storm sewer, and grouted thousands of joints. Contact: Bill Blackham 407-836-6805 William.Blackham@ocfl.net U Owner: City of Ocala Project Title: Sanitary Sewer System Inspection, Cleaning Budget: $ 1,250,000 Time period: 2008 — 2016 Scope: EWSG has been contracted to provide cleaning and inspection of sanitary sewer as well as smoke testing. 750,000 LF of sewer were smoke tested. Contact: Edwards Earnest Ph: 352-629-8521 Fax: 352-629-8242 Eearnest@ocalafl.org L1 Project Name: City of Miami Beach, FL Project Title: Smoke Testing Budget: $ 350,000 Time period: July 2010 — July 2012 Synopsis: Smoke testing of 700,000+ feet of sanitary sewer along with related report submittal. Contact: Eric Carpenter 305-673-7080 EricCarpenter@miamibeachfl.gov 0 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: EWSG 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 l&I problems with the lateral connections throughout the County. Contact: Miguel Pichardo 786-258-2573 Miguel.Pichardo@miamidade.gov Project name: S-793 Sanitary Sewer Service Laterals CIPP Rehabilitation Location: Miami-Dade Water & Sewer Department Headquarters: 18001 Old Cutler Road, #554, Miami, FL 33157 * (877) 637-9665 * F (877) 637-9659 Offices: Miami, FL * Orlando, FL * Tampa, FL www,EWSG.com * email: info@ewsg.com EN VI RO WASTE SERVICES GROUP u Owner: O ra nge C o u n ty, FL Project Title: Sto rm w a te r Syste m Inspection, C leaning, S ealing, V oid Detection & V oi d Filling (Y 8 -10 3 4, Y 8 -1110 , Y 9-10 22, Y 11-112, Y 12-10 60, Y 13-1083, Y 14-1075, Y14-1025, Y17-100) Budget: $ 3 ,00 0,00 0 per yea r Time period: Ju n e 2008 -C ur ren t, 9 se p a rate co ntracts Scope: E W S G has been co ntracted to pro vide various drainage related contracting se rv ic e s fo r O ra n g e C ou n ty, FL , in cl u din g cl ean ing, video inspection, chem ical g routin g, inte rn a l jo int se als, sona r insp ection, g ro und penetrating radar, soil stab ilizatio n , inje ction holes, a nd injection & sealing of cracks. EW S G has pum ped m ore th an 30 ,0 0 0 C u bic Fee t o f gro ut fo r soil stab ilization, cleaned and inspected over 2 ,0 00 ,0 0 0 Lf 0f 12 -96" storm se w er, an d grouted thousands of joints. Contact: B ill Bl ack h am 4 0 7-836-68 05 Wi lliam.Bl a ck h am @ ocfl.net o Owner: City of O ca la Project Title: S an ita ry Sew er System In spe ction , C leaning Budget: $1,250,000 Time period: 2008 - 2016 Scope: EW S G has be en contra cted to pro vide cl eaning and inspection of sanitary sew er as w ell a s sm oke testin g . 750,0 00 LF of sew er were sm oke tested. Contact: E d w a rds E arn e st P h: 35 2-6 2 9-85 21 Fax: 352-629-8242 E ea rn est@ o ca lafl.o rg o Project Name: C ity of M iam i Bea ch, FL Project Title: S m oke T e sting Budget: $ 350,000 Time period: July 2 0 10 - July 2012 Synopsis: S m oke te stin g of 70 0,0 00+ feet of sa nitary sew er along w ith related report su bm itt al. Contact: E ric C arp ent er 305-673-7080 EricCarpenter@miamibeachfl.gov Project name: S -7 8 2 Lat eral Se w er T esting - 2005-2007 Location: M ia m i-D a de W ater & S e w er D ep a rt m e nt Budget: $ 3 ,30 0,0 0 0 (comp let e d at$ 2,4 50,00 0) Time period: 2 ye a rs Synopsis: EW S G w a s co n tracted to test ap p ro xim ately 6,000 sanitary sew er serv ice latera l c onn e ction s in 40 lift stations thro ug h out M iam i-D ade County. T he lines w e re te s te d usin g the pre ssure test and/o r the sm oke test m ethod. T his pilot study p ro gra m , the first of its kin d in th e U .S ., w as requested to determ ine the l&I p ro b le m s w ith th e la te ra l co nn ection s thro ughout the County. Contact: M igu el Pich ard o 786 -25 8-25 73 M ig uel.Pi ch ar d o@m i am i d ade.g ov o Project name: S-7 93 S anitary S e w er Serv ice Laterals GIPP R ehabilitation Location: M iam i-D a de W a te r & Se w e r D e p a rt m ent Headquarters: 18001 Old Cutler Road, #554, Miam i, FL 33157 (877) 637-9665 F (877) 637-9659 Offices: Miami, FL Orlan do, FL " Tam pa, FL wyw EW SG.com email: info@ewsg.com ENVIRO WASTE SERVICES GROUP Budget: $ 500,000 Time period: 2006 Synopsis: EWSG 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 Miguel.Pichardo@miamidade.gov Fl 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: EWSG 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 Miguel.Pichardo@miamidade.gov Ft 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: EWSG 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 Miguel.Pichardo@miamidade.gov 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: EWSG 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". El Project Name: Indian Creek Village Project Title: Rehabilitation of Storm Sewer System Budget: $ 330,000 Time period: July 2006 — March 2007 Synopsis: EWSG 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". Headquarters: 18001 Old Cutler Road, #554, Miami, FL 33157 * (877) 637-9665 * F (877) 637-9659 Offices: Miami, FL * Orlando, FL * Tampa, FL www.EWSG.com * email: info@ewsg.com EN VI R WASTE SERVICES GROUP Budget: $ 500,000 Time period: 2006 Synopsis: EW S G was contracted by the Prime Contractor to line 95 sanitary sewer servi ce lateral s th rougho ut are as of Mi ami -Da de County. Contact: M iguel Pi chard o 786-258-2573 Mi g uel .Pi ch ard o@m iam idade.gov o Project name: S-803 Sectional Li ne Repair - 2006 / 2009 Location: M iam i-Dade W ater & Sew er Departm ent Budget: $ 2,000,000 Time period: Scheduled to com plete project w ithin half the allotted time frame. Synopsis: EW SG w as contracted to clean, CC TV video, and inspect sew er lines throughout M iam i-Dade County to determ ine w here a repair is required. The specific repair m ethod used under this co ntract is sectional lining. O ver 2,000 sect ionals w ere installed. Contact: M iguel Pi ch ard o 786-258-2573 M iguel .Pich ard o@m iam idade.gov o Project name: S-847 Sectional Line Repair - 2010-2014 Location: M iam i-Dade W ater & Sew er Departm ent Budget: $ 2,000,000 Time period: Scheduled to com plete pro ject w ithin half the allotted tim e frame. Synopsis: EW S G w as contracted to clean, CC TV video, and inspect sewer lines thro ughout M iam i-Dade County to determ ine w here a repair is required. The specific re pair m ethod used under this contract is sectional lining. O ver 2,000 sectionals w ere installed. Contact: M iguel Pi ch ardo 786-258-2573 Mi guel .Pi ch ardo@m iam idade.gov o Project Name: FDO T - Lak e Co unty Project Title: M aintenance contract E5J21 Budget: $630,000 (co m pleted on tim e and under budget) Time period: A ugust 2007- M arch 2008 Synopsis: EW S G was contra cted by the FO O T to repair and m aintain the storm w ater system on any of the Department's rights -of-way in Lake County. The prim ary w ork duties included CIPP repair of drainage pipes, joint repairs, sealing of drainage pipes and structures, pressure gro uting, desilting of pipes, inlets, and culverts, pro duction of video records and w ritten reports. The installation of liners included sizes ranging from 15" to 36". o Project Name: Indian Creek Village Project Title: Rehabilitation of Storm Sewer System Budget: $ 330,000 Time period: July 2006 - M arch 2007 Synopsis: EW S G w as contracted by the V illage to provide various storm sew er serv ices. The scope of serv ices incl udes G IPP lining, gro uting, sectional lining, storm drain cleaning, video inspection, point repairs, repair of inlets and m anholes, and site restoration. The installation of liners included sizes ranging from 8" to 36". H ea dq uart ers : 18001 Old Cutler Road, #554, Miami, FL 33157 (877) 637-9665 " F (877) 637-9659 Offices: Miami, FL. Orlando, FL Tampa, FL wy .EW SG .com email: info@ewsg.com ENV! RO WASTE SERVICES GROUP q Project Name: Lighthouse Point Project Title: Rehabilitation of Storm Sewers on 24th Street Budget: $ 85,000 Time period: Synopsis: EWSG 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". O Project name: Sanitary Sewer Service Laterals CIPP Rehabilitation Location: Kenneth City, FL Budget: $ 60,000 Time period: 2006 Synopsis: EWSG was contracted by the Prime Contractor to line 45 sanitary sewer service laterals throughout areas of Kenneth City, FL. LI 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. 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. q 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. • Project Name: City of North Bay Village Project Title: SSES and Sanitary Sewer Repair Budget: $ 1,500,000 Time period: January 2007 - Current Synopsis: EWSG has been contracted to perform a complete sanitary sewer system evaluation of the city along with associated repairs. Part of this project has been the Headquarters: 18001 Old Cutler Road, #554, Miami, FL 33157 * (877) 637-9665 * F (877) 637-9659 Offices: Miami, FL * Orlando, FL * Tampa, FL www.EWSG.com * email: info@ewsg.com N V I WASTE SERVICES GROUP □Project Name: Lighthouse Point Project Title: Reh abilitation of Storm Sewers on 244 Street Budget: $ 85,000 Time period: Synopsis: EWSG 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 GIPP Rehabilitation Location: Kenneth City, FL Budget: $ 60,000 Time period: 2006 Synopsis: EWSG was contracted by the Prime Contractor to line 45 sanitary sewer service laterals throughout areas of Kenneth City, FL. u Project name: Sanitary Sewer Evaluation Study & Repairs location: H o mestead Air Reserve Base, FL Budget: $ 126,000 Time period: 2007 Synopsis: The project co nsisted of evaluating the sanitary sewer system by smoke testing, followed by further evaluation by cleaning and video inspection. This resulted in a variety of repair methods such as ClPP lining , CIPP section al 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. o 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. O Project Name: City of North Bay Village Project Title: SSES and Sanitary Sewer Repair Budget: $ 1,500,000 Time period: January 2007 - Curren t Synopsis: EWSG has been contracted to perform a complete sanitary sewer system evaluation of the city along with associated repairs. Part of this project has been the Headquarters: 18001 Old Cutler Road, #554, Miami, FL 33157 (877) 637-9665 " F (877) 637-9659 Offices: Miami, FL Orlando, FL " Tampa, FL ww.ESG.com em ail: info@ewsg.com ENVIRO WASTE SERVICES GROUP repeated smoke testing of the system throughout the years. Over 600,000 feet of pipe has been smoke tested. Contact: Juan Valiente Ph: 305-865-0506 jvaliente@nbvillage.com q Project Name: City of Orlando Project Title: Bio7-2295-03 Smoke Testing and CIPP Sectional Liner Budget: $ 650,000 Time period: July 2007 — July 2009 Synopsis: EWSG has been contracted to provide sectional lining and smoke testing services. Throughout our contract we smoked 750,000 feet. Contact: Ronald Proulx Ph: 407-246-2213 L; 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: EWSG has been contracted to provide various drainage related contracting services for Broward County, FL, including cleaning, video inspection, chemical grouting, and bypass pumping. O Project Name: Town of Cutler Bay, Fl. Project Title: 97 Ave Drainage Improvements Budget: $ 238,475.00 Time period: September 2012- December 2012 Synopsis: Milling and installing 1300 sy asphalt, install 14 drains, raise manholes, install 900 If of 18-24" pipe, install 300 If of french drain, signing and pavement markings, 200 If of 5' wide sidewalk. Contact: Alfredo Quintero Jr. 305-234-4262 aquintero@cutlerbay-fl.gov q Project Name: Town of Cutler Bay, Fl. Project Title: Roadway Resurfacing Phase IA II Budget: $ 713,000 Time period: September 2012- March 2013 Synopsis: Milling and resurfacing and striping of 100,000 sy asphalt. Contact: Alfredo Quintero Jr. 305-234-4262 aquintero@cutlerbay-fl.gov • Project Name: Town of Cutler Bay, Fl. Project Title: Bel Aire SubBasin 8 Budget: $ 225,000 Time period: August 2010-December 2010 Synopsis: Milling and installing 7133 sy asphalt, install 19 drains, raise manholes, install 262 If of 18-24" pipe, install 360 If of french drain, signing and pavement markings. Contact: Alfredo Quintero Jr. 305-234-4262 aquintero@cutlerbay-fl.gov Headquarters: 18001 Old Cutler Road, #554, Miami, FL 33157 * (877) 637-9665 * F (877) 637-9659 Offices: Miami, FL * Orlando, FL * Tampa, FL www.EWSG.com * email: info©ewsg.com ENVIRO WASTE SERVICES GROUP repeated smoke testing of the system throughout the years. Over 600,000 feet of pipe has been smoke tested. Contact: Juan Valiente Ph: 305-865-0506 jvaliente@nbvillage.com o Project Name: City of Orlando Project Title: Bio7-2295-03 Smoke Testing and CIPP Sectional Liner Budget: $ 650,000 Time period: July 2007 - July 2009 Synopsis: EWSG has been contracted to provide sectional lining and smoke testing services. Throughout our contract we smoked 750,000 feet. Contact: Ronald Proulx Ph: 407-246-2213 e 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: EWSG has been contracted to provide various drainage related contracting services for Broward County, FL, including cleaning, video inspection, chemical grouting, and bypass pumping. o Project Name: Town of Cutler Bay, Fl. Project Title: 97 Ave Drainage Improvements Budget:$ 238,475.00 Time period: September 2012- December 2012 Synopsis: Milling and installing 1300 sy asphalt, install 14 drains, raise manholes, install 900 If of 18-24 pipe, install 300 If of french drain, signing and pavement markings, 200 If of 5' wide sidewalk. Contact: Alfredo Quintero Jr. 305-234-4262 aquintero@cutlerbay-fl.gov o Project Name: Town of Cutler Bay, Fl. Project Title: Roadway Resurfacing Phase I & II Budget: $ 713,000 ' Time period: September 2012- March 2013 Synopsis: Milling and resurfacing and striping of 100,000 sy asphalt. Contact: Alfredo Quintero Jr. 305-234-4262 aquintero@cutlerbay-fl.gov o Project Name: Town of Cutler Bay, Fl. Project Title: Bel Aire SubBasin 8 Budget: $ 225,000 Time period: August 201 O-December 201 O Synopsis: Milling and installing 7133 sy asphalt, install 19 drains, raise manholes, install 262 If of 18-24" pipe, install 360 If of french drain, signing and pavement markings. Contact: Alfredo Quintero Jr. 305-234-4262 aquintero@cutlerbay-fl.gov Headquarters: 18001 Old Cutler Road, #554, Miami, FL 33157 (877) 637-9665 F (877) 637-9659 Offices: Miami, FL Orlando, FL Tam pa, FL yy .EWSG.com em ail: info@ ewsg.com NVIRO WASTE SERVICES GROUP q Project Name: Town of Cutler Bay, Fl. Project Title: Cutler Ridge Parking Lot Budget: $ 160,000 Time period: August 2010-December 2010 Synopsis: Milling and installing asphalt, install 8 drains, install French drain, signing and pavement markings. Contact: Alfredo Quintero Jr. 305-234-4262 aquintero@cutlerbay-fl.gov Project Name: Town of Cutler Bay, Fl. Project Title: Stop Bar Striping City Wide Budget: $ 78,000 Time period: September 2009-Current Synopsis: Installing 520, 24" Stop Bars with 50' Double Yellow Striping with RPMs at stop signs when required. Contact: Alfredo Quintero Jr. 305-234-4262 aquintero@cutlerbay-fl.gov q Project Name: City of Miami Beach, FL Project Title: SSES Budget: $ 3,950,000 Time period: 2009-2011 Synopsis: EWSG has been contracted to locate and repair defiecincies in the City of Miami Beach's waste water and storm water system. Point repairs were performed, manholes were replaced, paving, curb and gutter, asphalt, well points, dewatering. Contact: Eric Carpenter 305-673-7080 EricCarpenter@miamibeachfl.gov q Project Name: City of Miami Beach, FL Project Title: Licoln Road West Street End Improvements and Seawall Budget: $ 750,000 Time period: 2010 Synopsis: EWSG has been contracted to renovate the west street end of Lincoln Road in the City of Miami Beach. The work includes the installation of a new outfall, relocation of a fire hydrant, installation of brick pavers, sidewalk, curb and gutter, asphalt, pouring a new seawall cap and sheet piles, landscape as well as all new street and landscape lighting. Contact: Aaron Sinnes 305-898-8100 aaronsinnesgmail.com -Owner: FDOT District VI - Miami, FL Project Title: Sidewalk Repair Budget: $ 200,000 Time period: August 2008 - August 2011 Scope: EWSG has been contracted to provide sidewalk repair for the Florida Department of Transportation. LOwner: Village of Pinecrest, FL Project Title: Sidewalk Repair Headquarters: 18001 Old Cutler Road, #554, Miami, FL 33157 * (877) 637-9665 * F (877) 637-9659 Offices: Miami, FL * Orlando, FL * Tampa, FL www.EWSG.com * email: info@ewsg.com ENVI R WASTE SERVICES GROUP D Project Name: Town of Cutler Bay, Fl. Project Title: Cutler Ridge Parking Lot Budget: $ 160,000 Time period: August 201 O-December 201 O Synopsis: Milling and installing asphalt, install 8 drains, install French drain, signing and pavement markings. Contact: Alfredo Quintero Jr. 305-234-4262 aquintero@cutlerbay-fl.gov D Project Name: Town of Cutler Bay, Fl. Project Title: Stop Bar Striping City Wide Budget: $ 78,000 Time period: September 2009-Current Synopsis: Inst alling 520, 24" Stop Bars with 50' Double Yellow Striping with RPMs at stop signs when required. Contact: Alfredo Quintero Jr. 305-234-4262 aquintero@cutlerbay-fl.gov o Project Name: City of Miami Beach, FL Project Tile: SSES Budget:$ 3,950,000 Time period: 2009-2011 Synopsis: EWSG has been contracted to locate and repair defiecincies in the City of Miami Beach's waste water and storm water system. Point repairs were performed, manholes were replaced, paving, curb and gutter, asphalt, well points, dewatering. Contact: Eric Carpenter 305-673-7080 EricCarpenter@miamibeachfl.gov □Project Name: City of Miami Beach, FL Project Title: Licoln Road West Street End Improvements and Seawall Budget: $ 750,000 Time period: 201 O Synopsis: EWSG has been contracted to renovate the west street end of Lincoln Road in the City of Miami Beach. The work includes the installation of a new outfall, relocation of a fire hydrant, installation of brick pavers, sidewalk, curb and gutter, asphalt, pouring a new seawall cap and sheet piles, landscape as well as all new street and landscape lighting. Contact: Aaron Sinnes 305-898-8100 aaronsi nnes@am ail.com Owner: FDOT District VI --- Miam i, FL Project Title: Sidewalk Repair Budget: $ 200,000 Time period: August 2008 - August 2011 Scope: EWSG has been contracted to provide sidewalk repair for the Florida Department of Transportation. LOwner: Village of Pinecrest, FL Project Title: Sidewalk Repair Headquarters: 18001 Old Cutler Road, #554, Miami, FL 33157 (877) 637-9665 F (877) 637-9659 Offices: Miami, FL Orlando, FL Tampa, FL yyy.EWSG.com email: info@ewsg.com ENV1R WASTE SERVICES GROUP Budget: $ 100,000 Time period: March 2009 August 2009 Scope: EWSG has been contracted to provide sidewalk repair for the Village of Pinecrest. q Owner: FDOT Project Title: E7K39 Desilting and Video Inspection of Strom Sewer System Budget: $ 225,000 Time period: November 2014-2017 Scope: EWSG has been contracted to cctv and clean the FOOT owned storm water system, Contact: Pedro Lopez Ph: 813-975-6107 pedro.Lopezndot.statell.us q 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: EWSG was contracted by the FDOT to clean and inspect the storm drainage system within the county. q Project Name: FOOT — Broward County E4G62 Project Title: Maintenance contract Budget: $300,0001 year Time period: 2003-2005 Contact: Brenda Morgan 954-931-6177 Synopsis: EWSG was contracted by the FDOT to clean and inspect the storm drainage system within the county. D 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: EWSG was contracted by the FOOT to clean and inspect the deep well injection system within the county. O 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: EWSG was contracted by the FDOT to clean and inspect the storm drainage system within the county. Headquarters: 18001 Old Cutler Road, #554, Miami, FL 33157 * (877) 637-9665 * F (877) 637-9659 Offices: Miami, FL * Orlando, FL * Tampa, FL www.EWSG.com * email: info@ewsg.com ENVIRO WASTE SERVICES GROUP Budget: $ 100,000 Time period: March 2009 - August 2009 Scope: EWSG has been contracted to provide sidewalk repair for the Village of Pinecrest. ) Own er: FDOT Project Tile: E7K39 Desilting and Video Inspection of Strom Sewer System Budget: $ 225,000 Time period: November 2014-2017 Scope: EWSG has been contracted to cctv and clean the FOOT owned storm water system. Contact: Pedro Lopez Ph: 813-975-6107 pedro.Lopez@dot.state.fl.us I Project Nam e: FDOT -- Broward E4JO5 Project Title: Maintenance contract Budget: $ 215,000 per year Time period: 2006-2009 Contact: Brenda Morgan 954-931-6177 Synopsis: EWSG was contracted by the FOOT to clean and inspect the storm drainage system within the county. P roject Name: FDOT - Broward County E4G62 Project Title: Maintenance contract Budget: $300,000 I year Tim e period: 2003-2005 Contact: Brenda Morgan 954-931-6177 Synopsis: EWSG was contracted by the FOOT to clean and inspect the storm drainage system within the county. o Project Name: FOOT- Miami Dade E6E58 Project Title: Maintenance contract Budget: $ 165,000 per year Time period: 2009-2011 Contact: Mary Lou Karner 305-256-6330 Synopsis: EWSG was contracted by the FOOT to clean and inspect the deep well injection system within the county. 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: EWSG was contracted by the FOOT to clean and inspect the storm drainage system within the county. Headquarters: 18001 Old Cutler Road, #554, Miami, FL 33157 (877) 637-9665 " F (877) 637-9659 Offices: Miami, FL " Orlando, FL Tampa, FL wywg.E S.com email: info@ewsg.com ENVIRO WASTE SERVICES GROUP 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: EWSG was contracted by the FDOT to clean and inspect the storm drainage system within the county. L 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: EWSG was contracted by the FDOT to clean and inspect the storm drainage system within the county, large diameter pipes. Li Project Name: FDOT — Lake County E5M28 Project Title: Maintenance contract Budget: $ 225,000 per year Time period: 2009 Synopsis: EWSG was contracted by the FDOT to clean, inspect, and repair the storm drainage system within the county. U Project Name: FDOT — Deland H-5069 Project Title: Emergency Clean up contract, Hurricane Frances Budget: $ 189,000 Time period: 2004 Synopsis: EWSG was contracted by the FDOT to clean the storm drainage system within the county after Hurricane Frances. L] Project Name: FOOT — 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: EWSG was contracted by the FDOT to clean the storm drainage system within the county after Hurricane Wilma. Ti Project Name: FOOT — 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: EWSG was contracted by the FDOT to clean the storm drainage system Headquarters: 18001 Old Cutler Road, #554, Miami, FL 33157 * (877) 637.9665 * F (877) 637-9659 Offices: Miami, FL * Orlando, FL * Tampa, FL www.EW$G.com * email: info@ewsg.com EN VI R WASTE SERVICES GROUP D Project Name: FDOT -- Mi am i Dade E6B70 Project Title: Maintenance contract Budget: $ 200,000 per year Time period: 2003-2005 Contact: Mary Lou Kamer 305-256-6330 Synopsis: EWSG was contracted by the FOOT to clean and inspect the storm drainage system within the county. L Project Name: FDOT - Mi am i Dade E6D75 Project Title: Maintenance contract Budget: $ 200,000 per year Time period: 2006-2007 Contact: Mary Lou Karner 305-256-6330 Synopsis: EWSG was contracted by the FOOT to clean and inspect the storm drainage system within the county, large diameter pipes. D Project Name: FDOT Lake County E5M28 Project Title: Maintenance contract Budget: $ 225,000 per year Time period: 2009 Synopsis: EWSG was contracted by the FOOT to clean, inspect, and repair the storm drainage system within the county. o Project Name: FDOT - Deland H-5069 Project Title: Emergency Clean up contract, Hurricane Frances Budget: $ 189,000 Time period: 2004 Synopsis: EWSG was contracted by the FOOT to clean the storm drainage system within the county after Hurricane Frances. o Project Name: FOOT - Miami Dade H-6069 Project Title: Emergency Clean up contract, Hurricane Wilma Budget: $ 1,000,000 Time period: 2005 Contact: M ary Lou Karner 305-256-6330 Synopsis: EWSG was contracted by the FOOT to clean the storm drainage system within the county after Hurricane Wilma. o Project Name: FDOT - Miam i 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: EWSG was contracted by the FOOT to clean the storm drainage system H ead qu a rt ers: 18 001 Old C utl er R oad, #554 , Miami, FL 33157 " (877) 637-9665 F (877) 637-9659 O ffi ces: M iam i, FL Or lan d o, FL * Tam pa, FL wyyy.E S G .com email: info@ewsg.com ENVIRO WASTE SERVICES GROUP within the county after Hurricane Wilma. q 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: EWSG 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. El 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: EWSG 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. q 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: EWSG 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. 'J 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) Contact: Mercededs Barrera 786-256-2625 Synopsis: EWSG 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. Headquarters: 18001 Old Cutler Road, #554, Miami, FL 33157 * (877) 637-9665 * F (877) 637-9659 Offices: Miami, FL * Orlando, FL * Tampa, FL www.EWSG.com * email: info@ewsg.com ENVIR WASTE SERVICES GROUP within the county after Hurricane Wilma. o 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: EWSG 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. CJ 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: EWSG 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: EWSG 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. o 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) Contact: Mercededs Barrera 786-256-2625 Synopsis: EWSG 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. Headquarters: 18001 Old Cutler Road, #554, Miami, FL 33157 " (877) 637-9665 F (877) 637-9659 Offices: Miami, FL Orlando, FL * Tampa, FL Www.EWVSG.com email: info@ewsg.com ENVIR WASTE SERVICES GROUP n 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: EWSG 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: EWSG was contracted to perform storm drain cleaning services of various pipe diameters throughout Jefferson Parish, LA, in response to Hurricane Katrina. EWSG 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: EWSG has been contracted to provide general roadway construction services for the Town of Miami Lakes, FL including drainage, paving, sidewalks, curbs, gutters, etc. Li Owner: FDOT District VI — Miami, FL Project Title: Sidewalk Repair Budget: $ 200,000 Time period: August 2008 — August 2011 Scope: EWSG 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 Scope: EWSG has been contracted to clean slab covered trenches for the City of Miami. Headquarters: 18001 Old Cutler Road, #554, Miami, FL 33157 * (877) 637-9665 * F (877) 637-9659 Offices: Miami, FL * Orlando, FL * Tampa, FL www.EWSG.com * email: info@ewsg.com ENVIRO WASTE SERVICES GROUP □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: EWSG 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. o Project name: Hurricane Katrina drain cleaning - 2005 Location: Jefferson Parish, LA Budget: $ 1,200,00Q (in-budget) Time period: 1 month (in-time) Synopsis: EWSG was contracted to per form storm drain cleaning services of various pipe diameters throughout Jefferson Parish, LA, in response to Hurricane Katrina. EWSG mobilized a fleet of jetter/vacuum trucks within 24 hours to assist in clean-up of Parish. e Owner: Town of Miami Lakes, FL Project Title: General Roadway Construction Budget: $ 700,000 Time period: July 2008 - July 2012 Scope: EWSG has been contracted to provide general roadway construction services for the Tow n of Miami Lakes, FL including drainage, paving, sidewalks, curbs, gutters, etc. D Owner: FOOT District VI- Miam i, FL Project Title: Sidewalk Repair Budget: $ 200,000 Time period: u gust 2008 -- August 2011 Scope: EWSG has been contracted to provide sidewalk repair for the Florida Department of Transportation. O Owner: City of Miami, FL Project Title: Slab Covered Trench Cleaning Budget: $ 360,000 / year Time period: 2008- 2012 Scope: EWSG has been contracted to clean slab covered trenches for the City of Miami. H ead q u a rt e rs: 18001 O ld C utle r R oad , #554, M iam i, FL 33157 (877) 637-9665 * F (877) 637-9659 O ffi c es : Miami, FL. O rl and o, FL Tamp a, FL wyw.EWSG.com ema il: info@ ew sg.com ENVIRO WASTE SERVICES GROUP REFERENCES Sewer refers to storm and sanitary. q Miami Dade County W&SD(Sewer) — Miguel Pichardo - 786-258-2573 0 City of Sunrise(Sewer) — Gio Batista (954) 815-8861 ri Town of Cutler Bay(Storm & Construction) — Alfredo Quintero (786) 348-5323 q Village of Pinecrest (Sewer) — Gary Krackenberg (305) 301-9825 q City of Doral (Sewer) — Carlos Arroyo (786) 367-5083 q City of Holfywood(Sewer) — Jose Polanco (954) 921-3930 _1 City of Coral Gables(Sewer & Construction) — Noel Polo (305) 460-5022 El City of North Miami(Sewer) — Wisler Pierre-Louis (305) 895-9838 L' City of Miami(Sewer) — Elyrosa Estevez — (305) 416-1200 q FDOT (Broward) (Sewer) — Chi Sheu — (954)- 776-4300 q FDOT (Miami-Dade) (Sewer) — Mary Lou Karner — (305) 256-6330 q FOOT (Miami Dade) (Sewer) — Houshang Zahedi — (305) 654-7163 q Miami Dade County Public Works (Sewer) — Mercedes Barrera — (786) 256-2625 Headquarters: 18001 Old Cutler Road, #554, Miami, FL 33157 * (877) 637-9665 * F (877) 637-9659 Offices: Miami, FL * Orlando, FL * Tampa, FL www.EWSG.com * email: info@ewsg.com ENVIR WASTE SERVICES GROUP REFERENCES Sewer refers to storm and sanitary. □Miami Dade County W&SD(Sewer) - Miguel Pichardo - 786-258-2573 o City of Sunrise(Sewer) - Gio Batista (954) 815-8861 o Town of Cutler Bay(Storm & Construction) -- Alfredo Quintero (786) 348-5323 Village of Pinecrest (Sewer) - Gary Krackenberg (305) 301-9825 o City of Doral (Sewer) - Carlos Arroyo (786) 367-5083 o City of Hollywood(Sewer) - Jose Polanco (954) 921-3930 o City of Coral Gables(Sewer & Construction) - Noel Polo {305) 460-5022 o City of North Miami(Sewer) - Wisler Pierre-Louis (305) 895-9838 City of Miami(Sewer) Elyrosa Estevez -- (305) 416-1200 O FOOT (Broward) (Sewer) - Chi Sheu - (954)- 776-4300 o FOOT (Miami-Dade) (Sewer)- Mary Lou Karner - (305) 256-6330 e FDOT (Miami Dade) (Sewer)- Houshang Zahedi -- (305) 654-7163 O Miami Dade County Public Works (Sewer) - Mercedes Barrera - (786) 256-2625 Headquarters: 18001 Old Cutler Road, #554, Miami, FL 33157 * (877 } 637-9665 * F (877) 637-9659 Offices: Miami, FL " Orlan do, FL * Tampa, FL wy.EsG.com email: info@ewsg.com ATTACHMENT D INSURANCE REQUIREMENTS ATTACHMENT D INSURANCE REQUIREMENTS APPENDIX F Insurance Requirements ITB 2019-232-AY OUTFALL CLEANING AND MAINTENANCE SERVICES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2019-23 -AY 38 APPEN DI X F Insurance Requirements 1TB 2019-232-A Y OUTFALL CLEANING AND MAINTENANCE SERVICES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3d Floor Miami Beach, Florida 33139 - ·-AY 38 INSURANCE REQUIREMENTS This document sets forth the minimum levels of insurance that the contractor is required to maintain throughout the term of the contract and any renewal periods. XXX 1. Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida. XXX 2. Comprehensive General Liability (occurrence form), limits of liability $ 1,000,000.00 per occurrence for bodily injury property damage to include Premises/ Operations; Products, Completed Operations and Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance requirements" of specifications). XXX 3. Automobile Liability - $1,000,000 each occurrence - owned/non-owned/hired automobiles included. 4. Excess Liability - $ .00 per occurrence to follow the primary coverages. XXX 5. The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 6. Other Insurance as indicated: Builders Risk completed value $ .00 Liquor Liability $ .00 Fire Legal Liability $ .00 Protection and Indemnity $ .00 Employee Dishonesty Bond $ .00 Other $ .00 XXX 7. Thirty (30) days written cancellation notice required. XXX 8. Best's guide rating B+:VI or better, latest edition. XXX 9. The certificate must state the proposal number and title The City of Miami Beach is self-insured. Any and all claim payments made from self-insurance are subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable Statutes. ITB 2019-232-AY 39 xxx 1. XXX2. xxx 3. 4. XXX5. 6. XXX7. XXX8. xxx 9. INSURANCE REQUIREMENTS This document sets forth the minimum levels of insurance that the contractor is required to maintain throughout the term of the contract and any renewal periods. Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida. Comprehensive General Liability (occurrence form), limits of liability $ 1,000,000.00 per occurrence for bodily injury property damage to include Premises/ Operations; Products, Completed Operations and Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance requirements" of specifications). Automobile Liability - $1,000,000 each occurrence - owned/non-owned/hired automobiles included. Excess Liability - $ .00 per occurrence to follow the primary coverages. The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. Other Insurance as indicated: Builders Risk completed value Liquor Liability Fire Legal Liability Protection and Indemnity Employee Dishonesty Bond Other $ .00 $ .00 $ .00 $ .00 $ .00 $ .00 Thirty (30) days written cancellation notice required. Best's guide rating B+:VI or better, latest edition. The certificate must state the proposal number and title The City of Miami Beach is self-insured. Any and all claim payments made from self-insurance are subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable Statutes. 1TB 2019232AY 39