Loading...
21-012-03 EnviroWaste Services Group, Inc Fully Executed 3-5-2021DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB MIAMIBEACH CONTRACT NO. 21-012-03 City of Miami Beach, 1755 Meridian Avenue, 3rd Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490, Fax: 786-394-4235 SENT VIA E-MAIL TO: info(a�ewsq.com March 4, 2021 Eduardo Barba EnviroWaste Services Group, Inc. 18001 Old Cutler Road #554 Palmetto Bay, FL 33157 Phone: 305-637-9665 RE: NOTICE OF AWARD OF CONTRACT PURSUANT TO INVITATION TO BID (ITB) NO. 2021 -012 -WG ROUTINE AND EMERGENCY REPAIR SERVICES TO WATER SEWER AND STORMWATER SYSTEMS Dear Mr. Barba: On November 26, 2020, EnviroWaste Services Group, Inc., (the "Contractor") submitted to the City of Miami Beach, Florida (the "City") a request to be prequalified for future projects 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 10, 2021 meeting, approved the City Manager's recommendation, pursuant to the ITB, to prequalify the Contractor to be eligible to provide services to the City for routine and emergency repairs to water, sewer and stormwater systems. When requesting department(s) requires services, it may seek quotes from prequalified contractors and may select the contractor it deems to be in the best interest of the City. All work will be awarded and must be performed in accordance with the ITB and any supplemental project plans, specifications and instructions. 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 ValerieVelez@miamibeachfl.gov or at 305.673.7490. Otherwise, all other questions should be addressed to the Contract Manager for this contract, Rodolfo De La Torre, Infrastructure Division Director, Public Works at RodolfoDeLaTorre@miamibeachfl.gov or (305) 673-7080 Ext. 26243. Sincerely, DocuSigned by: AIStt '-9207E7A769EE4CD_. Alex Denis Director Procurement Department AD/ME/AG We are committed to providing excellent public service and safety to all who live, work, and play in our vibrant, tropical, historic community. DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB ATTACHMENT A RESOLUTION & COMMISSION AWARD MEMO RESOLUTION NO. 2021-31585 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE INTERIM CITY MANAGER, PURSUANT TO INVITATION TO BID (ITB) NO. 2021 -012 -WG, FOR ROUTINE AND EMERGENCY SERVICES POOL OF PREQUALIFIED CONTRACTORS, TO ESTABLISH AND MAINTAIN A POOL OF PREQUALIFIED CONTRACTORS, THAT WILL BE USED TO EXPEDITE ROUTINE AND EMERGENCY REPAIRS TO WATER, SEWER AND STORMWATER SYSTEMS ON AN "AS NEEDED" BASIS; AND APPROVING THE INITIAL POOL OF QUALIFIED CONTRACTORS, AS SET FORTH IN EXHIBIT "A" TO THIS RESOLUTION; AND, FURTHER, AUTHORIZING THE CITY MANAGER TO KEEP THE ITB ACTIVE FOR THE PURPOSE OF PREQUALIFYING ADDITIONAL CONTRACTORS; AND TO ADD NEW (OR REMOVE FOR NON-PERFORMANCE) CONTRACTORS TO THE POOL, PROVIDED SUCH ADDED CONTRACTORS MEET THE REQUIREMENTS OF THE ITB. WHEREAS, the City of Miami Beach faces frequent challenges in maintaining its aging infrastructure systems for water, sewer and storm water, and infrastructure, and failures in these systems can lead to unanticipated disruptions that can result in health hazards to the public and significant consequential damages to roads, structures and the environment; and WHEREAS, when a failure occurs, the City has traditionally relied on the authority prescribed in Section 2-396 of the City Code for emergency purchases that allows the City Manager to procure, in any amount, goods or services necessary to protect and preserve the public health, welfare and safety; and WHEREAS, while authority under Section 2-396 of the City Code is an effective way to quickly address immediate infrastructure failures, the Administration believes that it is in the best interest of the City, whenever possible, to quickly seek quotations from available qualified contractors prior to starting repairs in an effort to assure repairs are being addressed in an expedited and cost-effective manner; and WHEREAS, having access to prequalified pool of contractors will help to expedite repairs because multiple quotes can be sought and projects can commence without the delays incurred in conducting the necessary due diligence on contractors that have not been prequalified; and WHEREAS, accordingly, the Administration is seeking to prequalify contractors to address emergencies and repairs necessary to the City's water, sanitary sewer, and storm water systems, which includes, but is not limited to: pump stations; potable water pipes, sanitary sewer main/lateral pipes and valves, storm water drainage pipes; trenchless point repairs; rehabilitation of sanitary sewer and storm water manholes; and WHEREAS, on October 21, 2020t, the City issued Invitation to Bid (ITB) 2021 -012 - WG for Routine and Emergency Services Pool of Prequalified Contractors to receive applications for prequalification from contractors; and WHEREAS, the Procurement Department issued bid notices utilizing www.Bidsync.com website, and 52 prospective bidders accessed the advertised solicitation, and ITB responses were due and received on November 13, 2020; and WHEREAS, the City received a total of nine (9) applications from the following firms: Amici Engineering Contractors LLC, David Mancini & Sons, Inc., EnviroWaste Services Group, Inc., Flotech Environmental LLC, Lanzo Construction Co., Ric -Man Construction Florida, Inc., Ric -Man International, Inc., Southern Underground Industries, Inc., and The Stout Group LLC (see Exhibit A attached hereto); and WHEREAS, the ITB stipulates that all qualified contractors which meet or exceed the prequalification criteria established in the solicitation would be placed on a prequalification list that may be accessed by various City departments to obtain price quotations for the required services; and WHEREAS, staff has verified that all contractors submitting prequalification applications in response to the ITB have met the technical qualifications requirements of the ITB; and WHEREAS, further, Section 255.20(1)(a), Florida Statutes, requires that a contractor that has been prequalified by the Florida Department of Transportation (FDOT) to perform the same type of work as required by the City, is presumed to be qualified to perform the work; and WHEREAS, notwithstanding the requirements of Section 255.20(1)(a), Florida Statutes, to presume prequalification of contractors prequalified by FDOT, the City is not precluded from considering the criteria established in Section 2-369 of the City Code which requires a consideration of the following criteria at the time work is to be awarded: (1) the ability, capacity and skill of the bidder to perform the contract; (2) whether the bidder can perform the contract within the time specified, without delay or interference; (3) the character, integrity, reputation, judgment, experience and efficiency of the bidder; (4) the quality of performance of previous contracts; (5) the previous and existing compliance by the bidder with laws and ordinances relating to the contract; and WHEREAS, accordingly, the City will continue to exercise its rights to consider the criteria established in Section 2-369 of the City Code, which includes, but is not limited to, the quality of performance on previous contracts, at the time the City is awarding work; and WHEREAS, in order to continue to receive requests for prequalification from interested contractors, the City Manager recommends that the ITB be kept active for the initial term of five (5) years and recommends that the City Manager be authorized to add additional contractors that meet the prequalification requirements to the list of prequalified contractors or remove contractors that no longer meet prequalification requirements. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby accept the recommendation of the Interim City Manager, pursuant to Invitation to Bid (ITB) No. 2021 -012 -WG, for Routine and Emergency Services Pool of Prequalified Contractors, to establish and maintain a pool of prequalified contractors, said prequalification to be reviewed annually, that will be used to perform routine and emergency repairs to water, sewer and stormwater systems on an "as needed" basis; and approve the initial pool of qualified contractors, as set forth in Exhibit "A" to this Resolution; and, further, authorize the City Manager to keep the ITB active for the purpose of prequalifying additional contractors; and to add new contractors to the pool, provided such contractors meet the requirements of the ITB. PASSED and ADOPTED this 10 day of i 'bru°4y 2021. ATTEST: C7( LIAvelf Rafael E. ranado, City Clerk Dan Gelber, Mayor 4qni ,E3" , APPROVED AS TO FORM & LANGUAGE Ifi'CORP pRAiED;' - & FOR EXECUTION Z-3—Z� AfforneY Date Exhibit A List of Respondents to ITB ITB 2021 -012 -WG - Routine and Emergency Services Pool of Prequalified Contractors for Water, Sanitary Sewer, and Storm Water Systems Amici Engineering Contractors LLC David Mancini & Sons, Inc.* EnviroWaste Services Group, Inc. Flotech Environmental LLC Lanzo Construction Co., Florida* Ric -Man Construction Florida, Inc.* Ric -Man International, Inc. * Southern Underground Industries, Inc. The Stout Group LLC* *Firm has been prequalified by FDOT for underground water and sewer utilities. DocuSign Envelope ID: 55E5BDC9-89E4-467C-B3AA-45B8639C4B68 MIAMI BEACH Agenda Item: C7 Q Date: 2/10/2021 City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov COMMISSION MEMORANDUM TO: Mayor Dan Gelber and Members of the City Commission FROM: Raul Aguila, Interim City Manager DoeuSigned by: DATE: February 10, 2021 got 2B3D6240F92B45D... SUBJECT: A RESOLUT ON OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE INTERIM CITY MANAGER, PURSUANT TO INVITATION TO BID (ITB) NO. 2021 -012 -WG, FOR ROUTINE AND EMERGENCY SERVICES POOL OF PREQUALIFIED CONTRACTORS, TO ESTABLISH AND MAINTAIN A POOL OF PREQUALIFIED CONTRACTORS, THAT WILL BE USED TO EXPEDITE ROUTINE AND EMERGENCY REPAIRS TO WATER, SEWER AND STORMWATER SYSTEMS ON AN "AS NEEDED" BASIS; AND APPROVING THE INITIAL POOL OF QUALIFIED CONTRACTORS, AS SET FORTH IN EXHIBIT "A" TO THIS RESOLUTION; AND, FURTHER, AUTHORIZING THE CITY MANAGER TO KEEP THE ITB ACTIVE FOR THE PURPOSE OF PREQUALIFYING ADDITIONAL CONTRACTORS; AND TO ADD NEW (OR REMOVE FOR NON- PERFORMANCE) CONTRACTORS TO THE POOL, PROVIDED SUCH ADDED CONTRACTORS MEET THE REQUIREMENTS OF THE ITB. ADMINISTRATION RECOMMENDATION The Administration recommends that the Mayor and City Commission of the City of Miami Beach, Florida approve the resolution accepting City Manager's recommendation pertaining to the prequalification applications received, pursuant to ITB 2021 -012 -WG, for routine and emergency services pool of prequalified contractors. BACKGROUND The City of Miami Beach faces frequent challenges in maintaining its aging infrastructure systems for water, sewer and storm water. Occasionally infrastructure failures lead to unanticipated disruptions that can result in health hazards to the public and significant consequential damages to roads, structures and the environment. When a failure occurs, the City has traditionally relied on the authority pursuant to Section 2- 396 of the City Code that allows the City Manager to procure, in any amount, goods or services necessary to protect and preserve the public health, welfare and safety. While this authority is an effective way to quickly address infrastructure failures, the Administration believes that it is in the City's best interest, whenever possible, to obtain competition by quickly seek quotations from available qualified contractors prior to starting repairs in an effort to assure repairs are being addressed in an expedited and cost-effective manner. Having a prequalified pool of contractors helps to expedite repairs because multiple quotes can be sought, and projects can commence without delays in conducting the due diligence required for contractors not prequalified. For example, while the initial failure must be expeditiously addressed as necessary, the availability of a prequalified pool of contractors, allows some longer-term repairs to be opened up for competition from the prequalified pool of contractors, thereby maximizing cost-effectiveness without significantly impacting repair times. DocuSign Envelope ID: 55E5BDC9-89E4-467C-B3AA-45B8639C4B68 Commission Memorandum ITS 2021 -012 -WG For Routine and Emergency Services Pool of Prequalified Contractors February 10, 2021 Page 12 Accordingly, the Administration is seeking to prequalify contractors to address emergencies and, repairs necessary to the City's water, sanitary sewer, and storm water systems, which includes but is not limited to: pump stations; potable water pipes, sanitary sewer main/lateral pipes and valves, storm water drainage pipes; trenchless point repairs; rehabilitation of sanitary sewer and storm water manholes. It is important to note that Section 255.20(1)(a), Florida Statutes, requires that a contractor that has been prequalified by the Florida Department of Transportation (FDOT) to perform the same type of work as required by the City is presumed to be qualified to perform the work. In accordance with City policy, projects up to $300,000 or responses to emergencies will be awarded by the City Manager. Projects in excess of $300,000 requires the approval of the City Commission. Emergencies must be presented to the City Commission in accordance with Section 2-396 of the City Code. ANALYSIS The City issued Invitation to Bid (ITB) 2021 -012 -WG for Routine and Emergency Services Pool of Prequalified Contractors on October 21, 2020. The Procurement Department issued bid notices utilizing www.Bidsync.com website. 52 prospective bidders accessed the advertised solicitation. ITB responses were due and received on November 13, 2020. The City received a total of nine (9) proposals from the following firms: Amici Engineering Contractors LLC, David Mancini & Sons, Inc., EnviroWaste Services Group, Inc., Flotech Environmental LLC, Lanzo Construction Co., Ric -Man Construction Florida, Inc., Ric -Man International, Inc., Southern Underground Industries, Inc., and The Stout Group LLC. Exhibit A includes the list of all respondent and a notation of those respondents prequalified by FDOT. The ITB stipulates that all qualified contractors which meet or exceed the criteria established in this solicitation shall be placed on a pre -qualification list that may be accessed by various City departments to obtain price quotations for the required services. Staff has verified that all bidders met the qualifications requirements of the ITB. CONCLUSION I agree that it is in the City's best interest to maintain a prequalified pool of contractors to address and expedite repairs necessary to the aging water, sewer and storm water infrastructure. While some initial failures must be expeditiously addressed through emergency procedures in accordance with Section 2-396 of the City Code, the availability of a prequalified pool of contractors does allow for quotes to be sought on longer term repairs to assure cost-effectiveness without significantly impacting repair times. As stated above, it is important to note that Florida law requires local government to presume that contractors prequalified by FDOT fora given category of work is prequalified to perform the same category of work for the local govemment. Exhibit A denotes the contractors prequalified by FDOT for underground utilities (water and sewer), the category of work relevant to this item. However, while an important step in assuring that the City is dealing with technically competent contractors, prequalification is only one step in assuring the City is doing business with reputable contractors. All projects that may be awarded pursuant to this prequalification process are subject to the criteria established in Section 2- 369 of the City Code that requires, in the award of contracts, that the following be considered: DocuSign Envelope ID: 55E5BDC9-89E4-467C-B3AA-45B8639C4B68 Commission Memorandum ITB 2021 -012 -WG For Routine and Emergency Services Pool of Prequalified Contractors February 10, 2021 Page 13 (1) The ability, capacity and skill of the bidder to perform the contract. (2) Whether the bidder can perform the contract within the time specified, without delay or interference. (3) The character, integrity, reputation, judgment, experience and efficiency of the bidder. (4) The quality of performance of previous contracts. (5) The previous and existing compliance by the bidder with laws and ordinances relating to the contract. Further, while Florida law may prevent the Administration from not considering a contractor's standing FDOT prequalification, nowhere in Florida law is prequalification a guarantee of award and the City will continue to exercise its right to consider the criteria established in Section 2-369, which includes (but is not limited to) the quality of performance on previous contracts. In other words, a contractor that has performed poorly in the past, or is not in good standing on any criteria established in Section 2-369 of the City Code, regardless of any standing prequalification with FDOT or any other agency, could be denied an award of a contract for work. Finally, to continue to receive requests for prequalification from interested contractors, I recommend that the ITB be kept active authorizing the City Manager to add additional contractors that meet the prequalification requirements to the list of prequalified contractors or remove contractors that no longer meet prequalification requirements. For the reasons stated herein, I recommend that the Mayor and City Commission approve the Resolution authorizing the Administration to establish and maintain a pool of prequalified contractors that will be used to perform routine and emergency repairs to water, sewer and stormwater systems on short notice on an "as needed" basis; and approving the initial pool of qualified contractors, as set forth in Exhibit "A" to the Commission memorandum; and, further, authorize the City Manager to (1) keep the ITB active for the purpose of prequalifying additional contractors; and (2) add new contractors to the pool, provided such contractors meet the requirements of the ITB. FISCAL IMPACT STATEMENT The cost of the related services is subject to funds availability approved through the City's budgeting process. It is not anticipated that grant funding will be utilized for this project. Fitt,ros ros gt, AD AH/RC/AD DocuSign Envelope ID: 55E5BDC9-89E4-467C-B3AA-45B8639C4B68 Exhibit A List of Respondents to ITB ITB 2021 -012 -WG - Routine and Emergency Services Pool of Prequalified Contractors for Water, Sanitary Sewer, and Storm Water Systems Amici Engineering Contractors LLC David Mancini & Sons, Inc.* EnviroWaste Services Group, Inc. Flotech Environmental LLC Lanzo Construction Co., Florida* Ric -Man Construction Florida, Inc.* Ric -Man International, Inc. * Southern Underground Industries, Inc. The Stout Group LLC* *Firm has been prequalified by FDOT for underground water and sewer utilities. MIAMI BEACH Resolutions - C7 Q COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Raul J. Aguila, Interim City Manager DATE: February 10, 2021 SUBJECT:A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE INTERIM CITY MANAGER, PURSUANT TO INVITATION TO BID (ITB) NO. 2021 -012 -WG FOR ROUTINE AND EMERGENCY SERVICES POOL OF PREQUALIFIED CONTRACTORS, TO ESTABLISH AND MAINTAIN A POOL OF PREQUALIFIED CONTRACTORS, THAT WILL BE USED TO PERFORM ROUTINE AND EMERGENCY REPAIRS TO WATER, SEWER AND STORMWATER SYSTEMS ON AN "AS NEEDED" BASIS; AND APPROVING THE INITIAL POOL OF QUALIFIED CONTRACTORS, AS SET FORTH IN EXHIBIT "A" TO THIS RESOLUTION; AND, FURTHER, AUTHORIZING THE CITY MANAGER TO (1) KEEP THE ITB ACTIVE FOR THE PURPOSE OF PREQUALIFYING ADDITIONAL CONTRACTORS; AND (2) ADD NEW CONTRACTORS TO THE POOL, PROVIDED SUCH CONTRACTORS MEET THE REQUIREMENTS OF THE ITB. (ITEM TO BE SUBMITTED IN SUPPLEMENTAL) Applicable Area Citywide Is this a "Residents Right to Know" item. pursuant to City Code Section 2-14? No Does this item utilize G.O. Bond Funds? No Strategic Connection Neighborhoods - Provide quick and exceptional fire and emergency response. .Legislative Tracking Public Works/Procurement Page 513 of 1252 DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB ATTACHMENT B ADDENDA AND ITB SOLICITATION MIAMIBEACH MIAMI BEACH DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB SECTION 0100: GENERAL INFORMATION & SCOPE OF WORK 1. PURPOSE. The City of Miami Beach faces the challenge of maintaining an aging infrastructure. Occasionally pipe/valve failure lead to unanticipated disruption of water, sewer or storm drainage systems and often result in health hazards to the public and significant consequential damages to roads, structures and the environment. The City of Miami Beach is seeking applications from qualified contractors who wish to participate in a pre -qualification pool that will be used to perform routine and emergency repairs to water, sewer and stormwater systems on short notice on an "as needed" basis as specified herein. Interested contractors may submit an application indicating its intent to become prequalified. All contractors which meet or exceed the criteria established in this solicitation shall be placed on a pre -qualification list that may be accessed by various City departments to obtain price quotations for emergency response services. The City utilizes BidSync (www.bidsync.com) for automatic notification of solicitation opportunities and document fulfillment. Any prospective bidder who has received this ITB by any means other than through BidSync is solely responsible for registering immediately with BidSync to assure it receives any addendum issued to this ITB. Additionally, prior to submittal of the bid, bidder shall verify that it has received and complied with all addenda issued. Failure to receive an addendum, or comply with an addendum requirement, may result in disqualification of bid submitted. To be considered for the pool of pre -qualified contractors, interested parties must submit a complete Bidder Pre -Qualification Application Appendix A . SCOPE OF WORK The prospective bidder shall provide all supervision, labor, equipment, materials, rental of equipment and supplies necessary to provide services including but not limited to routine improvements and emergency repairs to the City's water, sanitary sewer, and storm water systems, including but not limited to: pump stations; potable water pipes, sanitary sewer main/lateral pipes and valves, storm water drainage pipes; trenchless point repairs; rehabilitation of sanitary sewer and storm water manholes. Pre -qualified contractors will be contacted in accordance with the road map procedures included in the special conditions. 5 Work will be awarded in accordance with the roadmap procedures established in the ITB. 4 On an as needed basis, City will request Qsysand costs from firms prequalified for the applicable category. 3 If Application is approved, firm is added to the list of firms prequalrfied authorized for future work. 1 Bidder submits an application to be prequalrfied in response to this ITB. 2. Application is evaluated for compliance with ITB requirements. DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB • The previous and existing compliance by the bidder with laws and ordinances relating to the Contract. PREQUALIFIED STATUS IS VALID FOR FIVE (5) YEARS FROM DATE OF THE NOTICE OF PREQUALIFICATION ISSUED BY THE CITY, OR AS OTHERWISE APPROVED BY THE CITY MANAGER. 4. ADDITIONAL PREQUALIFIED FIRMS TO BE ADDED TO POOL. At any time, the City, through the approval of the City Manager, may accept applications and add additional firms to the list of prequalified firms. 5. SERVICE DELIVERY EXPECTATIONS. The City places an emphasis on excellent customer service delivery and expects the prequalified bidder to provide the best possible customer service to any and all awarded projects throughout the term of the contract. The prequalified bidder's project manager is responsible for monitoring the customer service provided to City by prequalified bidder's staff, sales and support teams, and employing, as necessary, corrective measures, to ensure that the prequalified bidder will provide and maintain the highest quality of customer service possible during completion of the project(s). Project -specific deliverables and expectations shall be defined on a project -by -project basis, as specified in each ITQ. 6. VOLUME OF WORK TO BE RECEIVED BY BIDDER. No promise of work is given, or should be understood, as a result of a pre -qualification. The City reserves the right to purchase any goods and/or services awarded from any resulting agreement, or another governmental contract, or on an as - needed basis through the City's spot market purchase provisions. 7. STANDARD TERMS AND CONDITIONS. The City's Standard Terms and Conditions for Construction Contracts (available at https://www.miamibeachfl.gov/city- hall/procurement/standard- terms-and-conditions/) are referenced and incorporated herein. 8. BINDING AGREEMENT. By virtue of submitting an application for the City's consideration, the bidder agrees that the application shall be considered an offer on the part of the bidder, which offer shall be deemed accepted upon approval of bidder's prequalification status by City Manager or City Commission. Further, bidder agrees that, upon approval of the bidder's application by the City Manager or City Commission, a binding Agreement shall be established between the City and the approved contractor. The Agreement shall be comprised of the following documents, and in the following order: First, the Purchase Order issued by the City; then, Second, the signed Contractor Service Order; then, Third, the Invitation to Quote (ITQ) awarded to the vendor; then, Fourth, the Executed Agreement Fifth the ITB, including all documents released in connection with the ITB, including all appendixes, whether included herein or released under separate cover. 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. DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB 9. INSURANCE REQUIREMENTS. Bidders shall furnish to the City Certificates of Insurance or endorsements evidencing capacity to meet the City's minimum insurance coverage specified herein, with its bid, or within three (3) days from request by the City. 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. 1. Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida. 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). 3. Automobile Liability - $1,000,000 each occurrence - owned/non-owned/hired automobiles included. 4. The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 5. Thirty (30) days written cancellation notice required. 6. The certificate must state the proposal number and title 7. Acceptability of Insurers — Insurance must be placed with insurers with a current A.M. Best rating of A:VII or higher. If not rated, exceptions may be made for members of the Florida Insurance Funds (i.e. FWCIGA, FAJUA). Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. 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. Certificate Holder: CITY OF MIAMI BEACH c/o PROCUREMENT DEPARTMENT 1755 MERIDIAN AVENUE, 3RD FLOOR MIAMI BEACH, FL 33139 Special Risks or Circumstances. The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances on a project by project basis. Waiver of Subrogation. Contractor hereby grants to City of Miami Beach a waiver of any right to subrogation which any insurer of the Contractor may acquire against the City of Miami Beach by virtue of the payment of any loss under such insurance. Contractor agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether or not the City of Miami Beach has received a waiver of subrogation endorsement from the insurer. MIAMIBEACH MIAMI BEACH DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB each project, identify whether the experience is for the bidder or for a principal (include name of principal). 3. Bonding Capacity. Submit proof of bonding capacity of no less than $1,000,000. Submittal Requirement: Proof of bonding capacity letter shall be from an A rated Financial Class V Surety Company, at a minimum. Section 5. NON -RESPONSIVENESS. Failure to submit the following requirements shall result in a determination of non -responsiveness. Non-responsive applications will not be considered. 1. Prequalification Application (submitted electronically). [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB Part A — General Bidder Information. FIRM NAME: NO. OF YEARS IN BUSINESS: NO. OF YEARS IN BUSINESS LOCALLY: NO. OF EMPLOYEES: OTHER NAME(S) BIDDER 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.: BIDDER IS: CORPORATION / PARTNERSHIP / SOLE PROPRIETORSHIP / OTHER (If other, specify: ) DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB Part B — Operational & Management Information. 1. Provide the names of each owner (stockholder, sole proprietor, and partner), director, or officer of the company, below. Submit additional names on a separate sheet if required. Owner Ownership percentage Directorship/Office type 2. Provide three (3) clients for which the bidder has provided the referenced services in the last five (5) years. Project Description of Work Project Reference Name: Email: Telephone: Name: Email: Telephone: Name: Email: Telephone: 3. Is the bidder currently barred b a overnmental a enc , from bidding as a prime or subcontractor? YES NO If yes, state debarment period and the reason(s) for debarment? 4. Has the bidder or any of its owners, directors, officers, or agents been convicted of a crime or had a claim that was filed in a court and mediated or arbitrated during the last five (5) years? YES NO If yes, why? 5. Is an affiliate of the bidder pre ualified by the City of Miami Beach for any work? YES NO If yes, state the name of the affiliate? DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB 6. Is the bidder a parent, subsidiar , or holding compan for another company? YES NO If the answer is "yes," identify the company and type of relationship(s), below: Company Type of affiliation (parent or subsidiary) Period of affiliation 7. Is an owner, director, officer, or a ent of the bidder affiliated with another company? YES NO If the answer is "yes," provide the following information for each individual and the affiliated company. Individual's name Affiliated company's name Period of affiliation Type of affiliation (e.g. officer, director, owner or employee) 8. Is the bidder currently the debtor in a bankruptcy case or file for bankruptcy during the last five (5) years? YES NO If yes, explain and attach, as applicable, the relevant case and court documents, including (but not limited to): the original petition, including the case number and the date that the petition was filed; a copy of the bankruptcy court's discharge order, and any other document that ended the case, if no discharge order was issued. 9. Has any owner, director, officer, or agent for the bidder, or has any business organization in which any such person was an owner, director, officer, or agent filed for or been discharged in bankruptcy within the past five (5) years? YES NO If yes, explain and attach a copy of the discharge order, order confirming plan and if a Corporate Chapter 7 case, a copy of the notice of commencement. 10. Has any owner, director, officer, or agent of the bidder owned or managed a company under any other name in the last five (5) years? YES NO If yes, explain. DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB 11. Has the bidder been assessed or paid any fines on any contract during the past five (5) years, whether the project was publicly or privately owned? YES NO If yes, explain. 12. Are there currently any liens, suits, or judgments of record pending against any owner, director, officer, or agent for the company that is related to the business activities of a business organization? YES NO If yes, explain. 13. Has the bidder or any of its owners, officers, or partners ever been convicted (criminal) or found liable (civil) for making either a false claim or material misre resentation to any public agency or entity? YES NO If yes, explain. 14. Has the bidder or any of its owners, officers, or partners ever been convicted of any a federal or state crime? YES NO If yes, explain. 15. Is any officer, director, employee or agent, or immediate family member (spouse, parent, sibling, and child) of any officer, director, employee or a ent, an employee of the City of Miami Beach? YES NO If yes, state name, title and share of ownershi p Name Title Share (%) of Ownership DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB 16. Has the bidder, or any officer, director, employee or agent, 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? YES NO If yes, provide details. 17. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. Purchases hereunder are subject to the requirements of Equal Benefits for Domestic Partners Ordinance 2005-3494 that requires bidders with more than 51 employees and City volume greater than $100,000 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 bidder who works 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 em to ees? YES 1I 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 Company Provides for Employees with Spouses Company Provides for Employees with Domestic Partners Company does not Provide Benefit Health Sick Leave Family Medical Leave Bereavement Leave 18. 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 the purchase of goods or services sourced in North Carolina and Mississippi. Are any of the products for which the bidder is seeking to be prequalified sourced in North Carolina or Mississippi? YES NO If yes, which brands. 19. Safety Record: Provide the firm's Experience Modification Rate (EMR) data for the previous three (3) full calendar years on a firm -wide basis, which shall be documented by a signed letter with contact information from the firm's insurance carrier, or the insurance carrier's agency representative. Company's Experience Modification Rate. Rate( attach required documentation) DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB BIDDER AFFIDAVIT The undersigned agrees that s/he: 1) is a principal of the bidder duly authorized to execute the foregoing Contractor Prequalification Certification Application, and that the contents of said document(s) are complete, true, and correct to the best of his/her knowledge and belief; 2) s/ certifies that the application and supporting documents include all of the material information necessary to validate the status of the company for prequalification purposes; 3) s/ shall notify the Procurement Department within fifteen (15) days and provide a notarized statement whenever a change occurs in the ownership, management, or financial condition of the company. Further, any prequalified contractor, including its principal(s), director(s), and any affiliate, who is a party to any misrepresentation to obtain business or contracts with the City of Miami Beach shall be declared delinquent and have its certificate suspended or revoked and will be subject to debarment and any other penalties prescribed by law. The undersigned affirms that the bidder agrees: 1) to complete and unconditional acceptance of the terms and conditions of this document, inclusive of attachments, exhibits and appendices; 2) that it has not colluded, nor will collude, with any other bidder; 3) that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; 4) that all responses, data and information contained in the bid are true and accurate. Name: Title (must be a principal of the bidder): Signature: Date: [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] MIAMI BEACH DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB SPECIAL CONDITIONS 1. METHOD OF PAYMENT. The City shall provide periodic payments for services rendered by the Contractor. In order for the City to provide payment, the Contractor shall submit a fully documented invoice within thirty (30) calendar days after the service has been rendered. It shall be understood that such invoices shall not be submitted for payment until such time as the service has been completed and a City representative has reviewed and approved the service. 2. USE OF PREMISES. The Contractor shall confine his/her equipment, apparatus, the storage of materials, and the operation of his/her workmen to the limits indicated by law, ordinances, permits, or direction of the authorized City representative, and shall not unreasonably encumber the premises with his/her materials. 3. CLEAN-UP. All unusable materials and debris shall be removed from the site at the end of each workday and disposed of in an appropriate manner. Upon final completion, the Contractor shall thoroughly clean up all areas, as mutually agreed with the City, where work was performed. 4. BACKGROUND CHECKS/CONTRACTOR'S PERSONNEL. The Contractor shall conduct a full criminal background check at its own expense on each of its employees engaged in providing services under this ITB or any resulting Agreement prior to the commencement of said services. No Contractor employee shall be eligible to perform services, pursuant to this ITB or resulting Agreement if he or she: (1) has been convicted of or was placed in a pre-trial diversion program for any crime involving dishonesty or breach of trust; embezzlement; drug trafficking; forgery; burglary; robbery; theft; perjury; possession of stolen property; identity theft; fraud; money laundering; shoplifting; larceny; falsification of documents and/or (2) has been convicted of any sex, weapons, or violent crime including but not limited to homicide; attempted homicide; rape; child molestation; extortion; terrorism or terrorist threats; kidnapping; assault; battery; and illegal weapon possession, sale or use. The Contractor shall defend, indemnify and hold the City, its officers, employees, and agents harmless from and against any and all liability, loss, expense (including reasonable attorney's fees) or claims for injury or damages arising out of its failure to comply with this requirement. Contractor shall employ personnel competent to perform the work specified herein. The City reserves the right to request the removal of the Contractor's employee's from performing maintenance on the City's grounds where the employee's performance or actions are obviously detrimental to the program. Contractor's personnel must wear photo identification at all times. 5. UNIFORMS. All personnel furnished to the City of Miami Beach must be uniformed. Each employee supplied by the Contractor will wear a uniform bearing the Contractor's name. Uniforms must be provided at the Contractor's expense and may not be charged to the employee or deducted from the employees' paycheck, therefore reducing the hourly pay rate to less than the living wage rate required by this solicitation. 6. FIELD MEASUREMENTS. Unless specifically instructed otherwise by the City, in writing, the Contractor shall be responsible for the location and layout of all work and shall be responsible for all field measurements that may be required for execution of the work. In the case of dimensions, field dimensions, etc. it shall be the Contractor's responsibility to field measure, obtain and verify same. 7. SAFETY. The Successful Bidder shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the work. The Successful Bidder shall comply with the rules and regulations of the Florida Department of Commerce regarding industrial safety (Fla Statutes DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB Section 440.56) and with the standards set forth in the Occupational Safety and Health Act of 1970 (OSHA) and its amendments. 8. UNFORESEEN CONDITIONS. Occasionally, repairs or restoration of facilities or property as a result of effecting repairs will require a specialty contractor for completion. The awarded Contractor shall notify the City and identify the construction materials and/or methods required. The Contractor shall be responsible for scheduling and job management through successful completion. If, or when, unforeseen conditions occur, the Contractor shall furnish a proposal for all additional services and/or materials not covered by the contract, as needed, by the City. The City also reserves the right to add, delete or change the scope of the work, as needed. The Contractor shall receive approval prior to any changes and prices will be negotiated accordingly. After award of this proposal, all questions or concerns shall be directed to the City's designated representative. 9. ROADMAP FOR PROJECTS AWARDED PURSUANT TO POOL OF PRE -QUALIFIED CONTRACTORS FOR ROUTINE IMPROVEMENTS. The project/contract manager may request quotes from contractors authorized to participate in the Pre -Qualified Bidder Pool. Responsive, responsible bidders eligible to participate in the Pre -Qualified Bidder Pool, shall at their own expense, visit the site and prepare a lump sum detailed quotation (inclusive of all labor, materials, and all other costs. Each quote prepared by the contractor shall include an acceptable description of the nature, extent and character of the work required, as well as performance and delivery schedules. In the alternative, project managers may require an itemized breakdown of the lump sum amounts. 9.1 For projects with an estimated cost up to the amount specified in City Procedure PO16.02, Threshold Category 1 (currently $15,000 or as amended), the project/contract manager may select the contractor deemed to be best qualified. 9.2 For projects with an estimated cost exceeding the amount specified in City Procedure PO16.02, Threshold Category 2 (currently $15,000.01 or as amended), the project/contract manager shall solicit quotes from all prequalified bidders. 9.3 In determining the lowest and best contractor for the project, in addition to price, there shall be considered the following: (1) The ability, capacity and skill of the bidder to perform the contract. (2) Whether the bidder can perform the contract within the time specified, without delay or interference. (3) The character, integrity, reputation, judgment, experience and efficiency of the bidder. (4) The quality of performance of previous contracts. (5) The previous and existing compliance by the bidder with laws and ordinances relating to the contract. DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB 10. ROADMAP FOR PROJECTS AWARDED PURSUANT TO POOL OF PRE -QUALIFIED CONTRACTORS FOR EMERGENCY SERVICES. In lieu of routine repairs (Para. 9), the project/contract manager may under emergency situations select a contractor from the prequalified pool in response for emergency service. The Pre -Qualified Bidder, shall at their own expense, visit the site and prepare a lump sum detailed quotation (inclusive of all labor, materials, and all other costs. Each quote prepared by the contractor shall include an acceptable description of the nature, extent and character of the work required, as well as performance and delivery schedules. In the alternative, project managers may require an itemized breakdown of the lump sum amounts. 10.1 In determining the best contractor for the project, the following may be considered: (1) The ability, capacity and skill of the bidder to perform the contract. (2) Whether the bidder can perform the contract within the time specified, without delay or interference. (3) The character, integrity, reputation, judgment, experience and efficiency of the bidder. (4) The quality of performance of previous contracts. (5) The previous and existing compliance by the bidder with laws and ordinances relating to the contract. 11. RESPONSE REQUIREMENTS FOR EMERGENCY SERVICE. Pre -qualified Contractor(s) will provide the City with evening, weekend, and holiday service, as necessary, to cope with an emergency which threatens public health and safety, as determined by the City. Contractor(s) shall be immediately available via a twenty-four (24) hour, seven (7) days per week telephone service. It is expected that non-scheduled request for service (emergency calls, etc.) shall be responded to within one (1) hour after the call is made to the service or directly to the Contractor. Contractor(s) shall supply the name and telephone numbers, cellular and office, of at least two (2) company individuals with the authority to make management decisions and who can be reached at any time. The pre -qualified Contractor, upon the issuance of a purchase order, shall mobilize within 24 hours. The contractor shall call for underground locates (Sunshine 811) a minimum of 48 -hours before demolition/excavation activities. In some cases such as a sewer main break and after meeting on-site to discuss the repairs of the water or sewer main break, the Contractor may be required to mobilize immediately as directed by the Department of Public Works Director, Infrastructure (Operations) Director, or his designee. 12. RESPONSE REQUIREMENTS FOR ROUTINE/NON-EMERGENCY OR PLANNED WORK. The pre -qualified Contractor, upon the issuance of a Purchase Order (PO) shall schedule a Pre - Construction meeting with the respective City department within 48 hours and, within a reasonable time frame, the Contractor shall provide a work schedule which will be mutually agreed upon. Upon receipt of NTP the Contractor shall commence scheduling meetings, activities, permit applications and other preconstruction activities deemed necessary to complete the work. The Notice to Proceed will not be issued until Contractor's submission to City of all required documents (including but limited to: Payment and Performance Bonds, and Insurance Certificate) and after execution of the Contract by both parties. The contractor shall call for underground locates (Sunshine 811) a minimum of 48 -hours before demolition/excavation activities begin and shall mobilize within 24 -hours of the previously agree "project start date". All required permits, shop drawings, and any other necessary documents required by this provision shall be submitted to the City before mobilizing. 13. MAINTENANCE OF TRAFFIC. Work shall be conducted in such a manner that all streets shall be open to traffic at night. Approved and sufficient barricades, signs and lighting shall be maintained at all times for the safety of the public and traffic, and to ensure that no traffic will pass over the placed DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB material until the material is cured. Work areas must be barricaded by the Contractor 24 hours prior to commencement of the work. It will be the responsibility of the Contractor to provide all barricades, signs, and lighting in accordance with the above stated requirements. The Contractor shall be responsible for providing an off-duty police officer, if necessary, to complete the job. 14. PERMITS. Contractor shall be responsible for attaining permits for any work which requires permits. The City will only reimburse for initial review and one resubmission. Costs associated with additional re -submissions will not be reimbursed. Contractor shall not include permit fees on Cost Proposal Form. All licenses required by municipality, governmental agency, or political subdivision shall be obtained by and paid for by the Contractor. Damages, penalties and or fines imposed on the City or the Contractor for failure to obtain required licenses, permits or fines shall be borne by the Contractor. 15. WARRANTY/GUARANTEE. Contractor warrants the materials supplied and the work performed under this contract conform to warranty materials provided and work performed for one (1) year from date of completion. For new installations, Contractor shall additionally provide full manufacturer warranty to the City. In addition to all other warranties that may be supplied by the Contractor, the Contractor shall warrant its products and/or service against faulty labor and/or defective material for a minimum period of one (1) year after the date of acceptance of the labor, materials and/or equipment by the City. This warranty requirement shall remain in force for the full one (1) year period; regardless of whether the Contractor is under contract with the City at the time of the defect. Any payment by the City on behalf of the goods or services received from the Contractor does not constitute a waiver of these warrant provisions. 16. LIMITATION OF PROJECT. There shall be no limits to projects awarded pursuant to this ITB. However, projects in excess of $300,000 shall require City of Miami Beach Commission approval. 17. ESTIMATES. The project/contract manager may require the contractor to provide an estimate prior to the commencement of work. Any actual charges that exceed estimate amounts must be pre - approved by the project/contract manager. 18 PERFORMANCE BOND AND PAYMENT BOND. Projects in excess of $200,000.00 will require performance and payment bond, in the full amount of the value of the project .The Contractor shall, within ten (10) business days of notification by the City, furnish and deliver to the City a payment bond and a performance bond, in a form to be provided by the City, issued by sureties licensed and authorized to do business in the State of Florida, covering the faithful performance and completion of the Project pursuant to the Contract Documents, including the performance and completion of those services provided by Subcontractors of any tier and covering the payment of all obligations arising hereunder including but not limited to, the payment for all materials used in the performance of the Project in accordance with the Contract Documents, and for all labor and services performed under the Contract Documents (including materials, labor and/or services provided by Subconsultants and Subcontractors of any tier), whether by Subcontractors or otherwise. Each of the aforesaid bonds (collectively herein referred to as the "Performance Bond and Payment Bond") shall have a penal amount equal to the Contract Price, unless otherwise approved by the City and to the extent permitted DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB by law. Each bond shall be increased in the amount of any change to the Contract Price. Each bond shall continue in effect for one (1) year after Final Completion of the Work. The Performance Bond and Payment Bond and the sureties issuing such bonds shall meet all the requirements set forth in the Contract Documents and the Performance Bond and Payment Bond shall each be in the form attached hereto or shall otherwise be acceptable to the City in its reasonable discretion. If any of the sureties on the Performance Bond and Payment Bond at any time fails to meet said requirements, or is deemed to be insufficient security for the penalty of said bond, then the City may, on giving thirty (30) days' notice thereof in writing, require the Contractor to furnish a new and/or additional bond(s) in the above amounts with such sureties thereon being licensed and authorized to do business in the State of Florida and as shall be satisfactory to the City. The Contractor shall pay all costs of compliance with this Article as part of the Contract Price. Pursuant to the requirements of Section 255.05(1)(a), Florida Statutes, as may be amended from time to time, Contractor shall ensure that the bond(s) referenced above shall be recorded in the public records of Miami -Dade County and provide City with evidence of such recording. 18.1. Alternate Form of Security: In lieu of a Performance Bond and a Payment Bond, Contractor may furnish alternate forms of security which may be in the form of cash, money order, certified check, cashier's check or unconditional letter of credit in the form attached hereto, which shall be in accordance with Section 255.05, Florida Statutes. Such alternate forms of security shall be subject to the prior approval of City and for same purpose and shall be subject to the same conditions as those applicable above and shall be held by City for one year after completion and acceptance of the Work. 18.2. Qualification of Surety: Bid Bonds, Performance Bonds and Payment Bonds over Five Hundred Thousand Dollars ($500,000.00): 18.2.1. Each bond must be executed by a surety company of recognized standing, authorized to do business in the State of Florida as surety, having a resident agent in the State of Florida and having been in business with a record of successful continuous operation for at least five (5) years. 18.2.2. The surety company shall hold a current certificate of authority as acceptable surety on federal bonds in accordance with United States Department of Treasury Circular 570, Current Revisions. If the amount of the Bond exceeds the underwriting limitation set forth in the circular, in order to qualify, the net retention of the surety company shall not exceed the underwriting limitation in the circular, and the excess risks must be protected by coinsurance, reinsurance, or other methods in accordance with Treasury Circular 297, revised September 1, 1978 (31 DFR Section 223.10, Section 223.111). Further, the surety company shall provide City with evidence satisfactory to City, that such excess risk has been protected in an acceptable manner. 18.2.3. The City will accept a surety bond from a company with a rating of A or better for bonds up to $2 million, provided, however, that if any surety company appears on the watch list that is published quarterly by Intercom of the Office of the Florida Insurance Commissioner, the City shall review and either accept or reject the surety company based on the financial information available to the City. A surety company that is rejected by the City may be substituted by the Bidder or proposer with a surety company acceptable to the City, only if the bid amount does not increase. The following sets forth, in general, the acceptable parameters for bonds: Policy- Financial holder's Size Amount of Bond Ratings Category DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB 500,001 to 1,000,000 1,000,001 to 2,000,000 2,000,001 to 5,000,000 5,000,001 to 10,000,000 10,000,001 to 25,000,000 25,000,001 to 50,000,000 50,000,001 or more B+ Class I B+ Class II A Class III A Class IV A Class V A Class VI A Class VII 18.2.4. For projects of $500,000.00 or less, City may accept a Bid Bond, Performance Bond and Payment Bond from a surety company which has twice the minimum surplus and capital required by the Florida Insurance Code at the time the invitation to bid is issued, if the surety company is otherwise in compliance with the provisions of the Florida Insurance Code, and if the surety company holds a currently valid certificate of authority issued by the United States Department of the Treasury under Section 9304 to 9308 of Title 31 of the United States Code, as may be amended from time to time. The Certificate and Affidavit so certifying should be submitted with the Bid Bond and also with the Performance Bond and Payment Bond. 18.2.5. Unless more stringent surety requirements of any grantor agency are set forth within the Supplemental Conditions, the provisions of this Article shall apply. MIAMI BEACH MIAMI BEACH DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB 2.3 Upon failure of Contractor to substantially complete the Contract within the specified period of time, plus approved time extensions, Contractor shall pay to City the sum of dollars ($ ) for each calendar day after the time specified in Section 2.2 above, plus any approved time extensions, for Substantial Completion. After Substantial Completion should Contractor fail to complete the remaining work within the time specified in Section 2.2 above, plus approved time extensions thereof, for completion and readiness for final payment, Contractor shall pay to City the sum of dollars ($ ) for each calendar day after the time specified in Section 2.2 above, plus any approved extensions, for completion and readiness for final payment. These amounts are not penalties but are liquidated damages to City for its inability to obtain full beneficial occupancy and/or use of the Project. Liquidated damages are hereby fixed and agreed upon between the parties, recognizing the impossibility of precisely ascertaining the amount of damages that will be sustained by City as a consequence of such delay, and both parties desiring to obviate any question of dispute concerning the amount of said damages and the cost and effect of the failure of Contractor to complete the Contract on time. The above -stated liquidated damages shall apply separately to each portion of the Project for which a time for completion is given. 2.4 City is authorized to deduct liquidated damages from monies due to Contractor for the Work under this Contract or as much thereof as City may, in its sole discretion, deem just and reasonable. 2.5 Contractor shall be responsible for reimbursing City, in addition to liquidated damages, for all costs incurred by Consultant in administering the construction of the Project beyond the completion date specified above, plus approved time extensions. Consultant construction administration costs shall be pursuant to the contract between City and Consultant, a copy of which is available upon request of the Contract Administrator. All such costs shall be deducted from the monies due Contractor for performance of Work under this Contract by means of unilateral credit change orders issued by City as costs are incurred by Consultant and agreed to by City. ARTICLE 3 THE CONTRACT SUM This is a Unit Price Contract:* 3.1 City shall pay to Contractor the amounts determined for the total number of each of the units of work completed at the unit price stated in the schedule of prices bid. The number of units contained in this schedule is an estimate only, and final payment shall be made for the actual number of units incorporated in or made necessary by the Work covered by the Contract Documents. 3.2 Payment shall be made at the unit prices applicable to each integral part of the Work. These prices shall be full compensation for all costs, including overhead and profit, associated with completion of all the Work in full conformity with the requirements as stated or shown, or both, in the Contract Documents. The cost of any item of work not covered by a definite Contract unit price shall be included in the Contract unit price or lump sum price to which the item is most applicable. DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB [X] This is a Lump Sum Price Contract:* 3.1 City shall pay to Contractor for the performance of the Work described in the Contract Documents, the total price stated as awarded. 3.2 The Contract Price is $ , consisting of a base bid in the amount of $ , and a separate line item in the amount of $ for the Owner's Contingency (to be used solely by the City at its sole discretion for the purposes described in the Contract Documents). The Contract Price, exclusive of the Owner's Contingency, shall be full compensation for all labor, materials, equipment, costs, and expenses, including overhead and profit, associated with completion of all the Work accordance with the requirements of the Contract Documents, including all Work reasonably inferable therefrom, even if such item of Work is not specifically or expressly identified as part of a line item in the ITB Price Form. *Note: Some projects include both unit prices and lump sums in which case both sections shall apply to the Work identified for each type of Contract. ARTICLE 4 PROGRESS PAYMENTS 4.1 Contractor may make Application for Payment for work completed during the Project at intervals of not more than once a month. Contractor's application shall show a complete breakdown of the Project components, the quantities completed and the amount due, together with such supporting evidence as may be required by Consultant. Contractor shall include, but same shall be limited to, at Consultant's discretion, with each Application for Payment, an updated progress schedule acceptable to Consultant as required by the Contract Documents and a release of liens and consent of surety relative to the work which is the subject of the Application. Following submission of an acceptable updated progress schedule and the other documents required herein a log with the Application for Payment, City shall make payment to Contractor after approval by Consultant of an Application for Payment, less retainage as herein provided for and/or withholding of any other amounts pursuant to the Contract Documents, within twenty-five (25) days in accordance with Section 218.735 of the Florida Statutes. 4.2 The City shall withhold from each progress payment made to Contractor retainage in the amount of ten percent (10%) of each such payment until fifty percent (50%) of the Work has been completed. The Work shall be considered 50% complete at the point at which the City has expended 50% of the approved Cost of the Work together with all costs associated with existing change orders or other additions or modifications to the construction services provided for in this Agreement. Thereafter, the Contract Administrator shall reduce to five percent (5%) the amount of retainage withheld from each subsequent progress payment made to the Contractor, until Substantial Completion as provided in ITB Section 0500, Sub - Section 43. Any reduction in retainage shall be in accordance with Section 255.078 of the Florida Statutes, as may be amended, and shall otherwise be at the sole discretion of the Contract Administrator, after considering any recommendation of Consultant with respect thereto. Contractor shall have no entitlement to a release of, or reduction in, retainage, except as may be required herein or by Florida law. Any interest earned on retainage shall accrue to the benefit of City. All requests for retainage reduction shall be in writing in a stand-alone document, separate from DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB monthly applications for payment. 4.3 City may withhold, in whole or in part, payment to such extent as may be necessary to protect itself from loss on account of: 4.3.1 Defective work not remedied. 4.3.2 Claims filed or reasonable evidence indicating probable filing of claims by other parties against Contractor or City because of Contractor's performance. 4.3.3 Failure of Contractor to make payments properly to Subcontractors or for material or labor. 4.3.4 Damage to another contractor not remedied. 4.3.5 Liquidated damages and costs incurred by Consultant for extended construction administration. 4.3.6 Failure of Contractor to provide any and all documents required by the Contract Documents. When the above grounds are removed or resolved satisfactory to the Contract Administrator, payment shall be made in whole or in part. ARTICLE 5 ACCEPTANCE AND FINAL PAYMENT 5.1 Upon receipt of written notice from Contractor that the Work is ready for final inspection and acceptance, Consultant shall, within ten (10) calendar days, make an inspection thereof. If Consultant and Contract Administrator find the Work acceptable, the requisite documents have been submitted and the requirements of the Contract Documents fully satisfied, and all conditions of the permits and regulatory agencies have been met, a Final Certificate of Payment (Form 00926) shall be issued by Consultant, over its signature, stating that the requirements of the Contract Documents have been performed and the Work is ready for acceptance under the terms and conditions thereof. 5.2 Before issuance of the Final Certificate for Payment, Contractor shall deliver to Consultant a complete release of all liens arising out of this Contract, receipts in full in lieu thereof; an affidavit certifying that all suppliers and subcontractors have been paid in full and that all other indebtedness connected with the Work has been paid, and a consent of the surety to final payment; the final corrected as -built drawings; and the final bill of materials, if required, and invoice. 5.3 If, after the Work has been substantially completed, full completion thereof is materially delayed through no fault of Contractor, and Consultant so certifies, City shall, upon certificate of Consultant, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. 5.4 Final payment shall be made only after the City Manager or his designee has reviewed a written evaluation of the performance of Contractor prepared by the DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB Contract Administrator, and approved the final payment. The acceptance of final payment shall constitute a waiver of all claims by Contractor, except those previously made in strict accordance with the provisions of the General Conditions and identified by Contractor as unsettled at the time of the application for final payment. ARTICLE 6 — MISCELLANEOUS 6.1 The requirements of the Contract Documents, as such term is defined in the Invitation to Bid, are hereby incorporated by reference as if fully set forth herein. This Contract is part of, and incorporated in, the Contract Documents as defined herein. Accordingly, all of the documents incorporated by the Contract Documents shall govern this Project. 6.2 Where there is a conflict between any provision set forth within the Contract Documents and a more stringent provision elsewhere in the Contract Documents or under any law, regulation, statute or code requirement which is applicable to this Project, the more stringent state or federal provision shall prevail and govern the performance of the Work. 6.3 Public Entity Crimes In accordance with the Public Crimes Act, Section 287.133, Florida Statutes, a person or affiliate who is a contractor, consultant or other provider, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the City, may not submit a bid on a contract with the City for the construction or repair of a public building or public work, may not submit bids on leases of real property to the City, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with the City, and may not transact any business with the City in excess of the threshold amount provided in Section 287.017, Florida Statutes, for category two purchases for a period of 36 months from the date of being placed on the convicted vendor list. Violation of this section by Contractor shall result in cancellation of the City purchase and may result in Contractor debarment. 6.4 Independent Contractor Contractor is an independent contractor under this Contract. Services provided by Contractor pursuant to this Contract shall be subject to the supervision of Contractor. In providing such services, neither Contractor nor its agents shall act as officers, employees, or agents of the City. This Contract shall not constitute or make the parties a partnership or joint venture. 6.5 Third Party Beneficiaries Neither Contractor nor City intends to directly or substantially benefit a third party by this Contract. Therefore, the parties agree that there are no third party beneficiaries to this Contract and that no third party shall be entitled to assert a claim against either of them based upon this Contract. The parties expressly acknowledge that it is not their intent to create any rights or obligations in any third person or entity under this Contract. 6.6 Notices DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB Whenever either party desires to give notice to the other, such notice must be in writing, sent by certified United States Mail, postage prepaid, return receipt requested, or by hand -delivery with a request for a written receipt of acknowledgment of delivery, addressed to the party for whom it is intended at the place last specified. The place for giving notice shall remain the same as set forth herein until changed in writing in the manner provided in this section. For the present, the parties designate the following: For City: Attn: With copies to: City Attorney City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 For Contractor: Attn: 6.7 Assignment and Performance Neither this Contract nor any interest herein shall be assigned, transferred, or encumbered by either party. In addition, Contractor shall not subcontract any portion of the work required by this Contract except as authorized by Section 27 of the General Conditions. Contractor represents that all persons delivering the services required by this Contract have the knowledge and skills, either by training, experience, education, or a combination thereof, to adequately and competently perform the duties, obligations, and services set forth in the Scope of Work and to provide and perform such services to City's satisfaction for the agreed compensation. Contractor shall perform its duties, obligations, and services under this Contract in a skillful and respectable manner. The quality of Contractor's performance and all interim and final product(s) provided to or on behalf of City shall be comparable to the best local and national standards. 6.8 Materiality and Waiver of Breach City and Contractor agree that each requirement, duty, and obligation set forth in these Contract Documents is substantial and important to the formation of this Contract and, therefore, is a material term hereof. City's failure to enforce any provision of this Contract shall not be deemed a waiver of such provision or modification of this Contract. A waiver of any breach of a provision of this Contract DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB shall not be deemed a waiver of any subsequent breach and shall not be construed to be a modification of the terms of this Contract. 6.9 Severance In the event a portion of this Contract is found by a court of competent jurisdiction to be invalid, the remaining provisions shall continue to be effective unless City or Contractor elects to terminate this Contract. An election to terminate this Contract based upon this provision shall be made within seven (7) days after the finding by the court becomes final. 6.10 Applicable Law and Venue This Contract shall be enforceable in Miami -Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein exclusive venue for the enforcement of same shall lie in Miami - Dade County, Florida. By entering into this Contract, Contractor and City hereby expressly waive any rights either party may have to a trial by jury of any civil litigation related to, or arising out of the Project. Contractor shall specifically bind all subcontractors to the provisions of this Contract. 6.11 Amendments No modification, amendment, or alteration in the terms or conditions contained herein shall be effective unless contained in a written document prepared with the same or similar formality as this Contract and executed by the City and Contractor. 6.12 Prior Agreements This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, and understandings applicable to the matters contained herein and the parties agree that there are no commitments, agreements or understandings concerning the subject matter of this Contract that are not contained in this document. Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representations or agreements, whether oral or written. It is further agreed that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless set forth in writing in accordance with Section 6.11 above. IN WITNESS WHEREOF, the parties have set their hands and seals the day and year first above written. ATTEST: FLORIDA THE CITY OF MIAMI BEACH, City Clerk Mayor 1 DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB ATTEST: Signature/Secretary Signature/President Print Name Print Name DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB ATTACHMENT C SUNBIZ & PROPOSAL RESPONSE TO ITB DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB4 Vuomittal Questionnaire CONSTRUCTION file:///C:/Users/PURCGarW/Downloads/Bid_Submittal_Questionnaire_-_CONSTRUCTION_8360447 (4).htm 1/9 DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBBI-114 Vuomittal Questionnaire CONSTRUCTION BID SUBMITTAL QUESTIONNAIRE - CONSTRUCTION SECTION 1 - BID CERTIFICATION This certification/questionnaire is REQUIRED and must be fully completed and submitted electronically. Solicitation No: 2021 -012 -WG Solicitation Title: ROUTINE AND EMERGENCY SERVICES POOL OF PREQUALIFIED CONTRACTORS BIDDERS NAME: EnviroWaste Services Group, inc. NO. OF YEARS IN BUSINESS: 22 NO. OF YEARS IN BUSINESS LOCALLY: 22 NO. OF EMPLOYEES: 203 OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS: none BIDDER PRIMARY ADDRESS (HEADQUARTERS): 18001 Old Cutler Road #554 CITY: Palmetto Bay STATE: FL ZIP CODE: 33157 TELEPHONE NO.: 305-637-9665 TOLL FREE NO.: 877-637-9665 FAX NO.: 305-637-9659 BIDDER LOCAL ADDRESS: 18001 Old Cutler Road #554 CITY: Palmetto Bay STATE: fl ZIP CODE: 33157 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: Eduardo Barba ACCOUNT REP TELEPHONE NO.: 305-637-9665 ACCOUNT REP TOLL FREE NO.: 877-637-9665 ACCOUNT REP EMAIL: info@ewsg.com FEDERAL TAX IDENTIFICATION NO.: 65-0829090 By virtue of submitting a bid, bidder agrees: a) to complete and unconditional acceptance of the terms and conditions of this document, inclusive of th solicitation, all specifications, attachments, exhibits and appendices and the contents of any Addenda released hereto; b) to be bound, at a minimum, any and all specifications, terms and conditions contained herein or Addenda; c) that the bidder has not divulged, discussed, or compared the propos with other bidders and has not colluded with any other bidder or party to any other bid; d) that bidder acknowledges that all information contained here is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; e) the bidder agrees if this bid is accepted, to execu an appropriate City of Miami Beach document for the purpose of establishing a formal contractual relationship between the bidder and the City of Mial Beach, Florida, for the performance of all requirements to which the bid pertains; and f) that all responses, data and information contained in the b submittal are true and accurate. file:!//C:/User DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB4 Vuomittal Questionnaire CONSTRUCTION file:!//C:/User The individual named below affirms that s/he: is a principal of the applicant duly authorized to execute this questionnaire, and that the contents of ss document(s) are complete, true, and correct to the best of his/her knowledge and belief. Name of Bidder's Authorized Representative: Eduardo Barba Title of Bidder 's Authorized Representative: Corp. Secretary After issuance of solicitation, the City may release one or more addendum to the solicitation, which may provide addition information to bidders or alter solicitation requirements. The City will strive to reach every bidder having received solicitatic through the City's e -procurement system. However, bidders are solely responsible for assuring they have received any ar all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the bidder hE received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of addenda may result in proposal disqualification. Enter Initial to Confirm Receipt Enter Initial to Confirm Receipt Enter Initial to Confirm Receipt N/A 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. 1. Provide the names of each owner (stockholder, sole proprietor, and partner), director, or officer of the company, below. Submit additional names on a separate sheet if required. EnviroWaste Holdings 100 Holding Company 2. Provide at least three (3) references of work similar in size and nature as the work referenced in solicitation. DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBBI-114 Vuomittal Questionnaire CONSTRUCTION Project No. 2021 -012 -WG Project Title ROUTINE AND EMERGENCY SERVICES POOL OF PREQUALIFIED CONTRACTORS Reference No.1 Firm Name: City of Hollywood Contact Individual Name and Title: Clece Aurelus Address: City of Hollywood Public Utilities 1614 N 14th Ave P.O. Box 229045 Hollywood, FL 33022-904 Telephone: 954-921-3930 Contact's Email: caurelus@hollywoodfl.org Narrative on Scope of Services Provided: 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 CityA¢A. A. s sewer system. Over 750 excavated point repairs have been done for the City as large as 30A¢A-A- in diameter and 18A¢A-AC in depth. Since 2011 approximately 1,000 sectional cipp liners have been installed. The City of Hollywood has a significant amount of easement work, approximately, 20,000LF per year. Reference No.2 Firm Name: City of Coral Gables Contact Individual Name and Title: Noel Polo, Supervisor Address: 2800 SW 72nd Ave, Miami, FL 33155 Telephone: 305-460-5022 Contact's Email: npolo@coralgables.com Narrative on Scope of Services Provided: EWSG has been contracted to provide sewer rehabilitation services for the City of Coral Gables in sewer cleaning/TVA¢A I A ling, point repairs. EnviroWaste cleans and inspects the CityA¢A: IAi -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 Reference No.3 Firm Name: City of Miami Beach, FL Contact Individual Name and Title: Mike Alvarez, former Public Works Operations file:!//C:/User DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBBI-114 Vuomittal Questionnaire CONSTRUCTION Address: 451 Dade Blvd, Miami Beach, FL 33140 Telephone: 786-566-3462 Contact's Email: malvarez@balharbourfl.gov Narrative on Scope of Services Provided: EWSG has been contracted to provide sewer rehabilitation services for the City of Miami Beach including CIPP rehabilitation, sewer cleaning/TVA¢ACA'iJing, point repairs. EnviroWaste cleans and inspects the CityA¢AJAi_is sanitary sewer system and makes the recommendation for repairs, and performs the repairs. EnviroWaste Services Group has installed 180,00010A 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 500 sanitary sewer manholes have been lined with SewperCoat. Additional Reference Firm Name: City of Miami Beach, FL Contact Individual Name and Title: Pedro Melo Address: 17050 NE 19th Ave, North Miami Beach, FL 33162 Telephone: 305-770-5135 Contact's Email: pedro.melo@citynmb.com Narrative on Scope of Services Provided: EWSG has been contracted to provide sewer rehabilitation services for the City of North Miami Beach in sewer cleaning/TVA¢A -IA -ling, point repairs. EnviroWaste cleans and inspects the CityA¢AIA' is sanitary sewer system and makes the recommendation for repairs, and performs the repairs. We also have installed new water main with fire hydrants. 3. Has the applicant company's construction license(s) been revoked during the last five (5) years? OYES O NO If yes, why? 4. Have any owners, directors, officers, or agents of the applicant company had a license revoked during the last five years? If yes, why? file:!//C:/User OYES O NO DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB omittal Questionnaire CONSTRUCTION file:///C:/User 5. Is the applicant company currently barred by a governmental agency, from bidding work as a prime or subcontractor? YES NO If yes, state debarment period and the reason(s) for debarment? 6. Has a surety completed, or paid for completion, of a project on behalf of the applicant company, within the last five (5 years? If yes, why? YES NO 7. Has the applicant company or any of its owners, directors, officers, or agents been convicted of a crime or had a claim that was filed in a court and mediated or arbitrated during the last five (5) years? OYES NO If yes, why? 8. Is an affiliate of the applicant company prequalified by the City of Miami Beach to bid on construction work? YES NO If yes, state the name of the affiliate? 9. Is the applicant company a parent, subsidiary, or holding company for another construction company? YES NO If the answer is "yes," identify the company and type of relationship(s), below: EnviroWaste Holdings Parent 42 months 10. Is an owner, director, officer, or agent of the applicant company affiliated with another company? YES NO If the answer is "yes," provide the fo lowing information for each individual and the affiliated company. Type of affiliation , officer, director, owner or employee) Paul Quentel IVAC, KRG 2 yrs officer DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB4 vUomittal Questionnaire CONSTRUCTION file:///C:/User 11. Is the applicant company currently the debtor in a bankruptcy case or file for bankruptcy during the last five (5) years? YES NO If yes, explain and attach, as applicable, the relevant case and court documents, including (but not limited to): the original petition, including the case number and the date that the petition was filed; a copy of the bankruptcy court's discharge order, and any oth( document that ended the case, if no discharge order was issued. 12. Has any owner, director, officer, or agent for the applicant company, or has any business organization in which any such person was an owner, director, officer, or agent filed for or been discharged in bankruptcy within the past five (5) years? YES NO If yes, explain and attach a copy of the discharge order, order confirming plan and if a Corporate Chapter 7 case, a copy of the notice of commencement. 13. Has any owner, director, officer, or agent of the applicant company owned or managed a construction company under any other name in the last five (5) years? YES NO If yes, explain. 14. Has the applicant company been assessed or paid liquidated damages on any project during the past five (5) years whether the project was publicly or privately owned? YES NO If yes, explain. 15. Are there currently any liens, suits, or judgments of record pending against any owner, director, officer, or agent for the company that is related to construction activities of a business organization? YES NO If yes, explain. 16. Has the applicant company or any of its owners, officers, or partners ever been convicted (criminal) or found liable (civil) for making either a false claim or material misrepresentation to any public agency or entity? YES NO If yes, explain. 17. Has the applicant company or any of its owners, officers, or partners ever been convicted of any a federal or state crime? YES NO If yes, explain. 18. Is any officer, director, employee or agent, or immediate family member (spouse, parent, sibling, and child) of any officE director, employee or agent, an employee of the City of Miami Beach? OYES NO If yes, state name, title and share of ownership DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBBI-114 Vuomittal Questionnaire CONSTRUCTION file:!//C:/User Share (%) of Ownership 19. Has the applicant, or any officer, director, employee or agent, contributed to the campaign either directly or indirectly, of candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach? OYES O NO f yes, list name (first and last name) of individuals, occupation, amount and date: 1 2 3 4 5 6 7 8 9 20. Pursuant to City Ordinance No.2016-3990, the City shall not enter into a contract with a business unless the busine; represents that it does not and will not engage in a boycott as defined in Section 2-375(a) of the City Code, including ti blacklisting, divesting from, or otherwise refusing to deal with a person or entity when such action is based on race, colt national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital or familial status, age or disabilit Does the applicant agree to be comply with this prohibition? OYES ONO 21. Is the applicant a small business concern owned and controlled by a veteran(s) (certified by the State of Florida Departme of Management Services or a service -disabled veteran business enterprise (certified by the United States Department Veterans Affairs). OYES NO 22. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. Purchases hereunder are subject to ti requirements of Equal Benefits for Domestic Partners Ordinance 2005-3494 that requires suppliers with more than 51 employees ar City volume greater than $100,000 to provide "Equal Benefits" to their employees with domestic partners, as they provide employees with spouses. The Ordinance applies to all employees of a supplier who works within the City limits of the City of Mial Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who a directly performing work on the contract within the City of Miami Beach. A. Does the applicant provide or offer access to any benefits to employees with spouses or to spouses of employees? DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBBI-114 Vuomittal Questionnaire CONSTRUCTION DYES ONO B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners* or to domesi partners of employees? OYES ONO C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specifie some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other ben provided directly to the spouse or domestic partner, such as medical insurance. n--- Company Provides for Employees with ^ - nirtners Company does not Provide Benefit Healal th x Sick Leave x Family Medical Leave x Bereavement Leave x 23. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolutic 2016-29375, the City of Miami Beach, Florida prohibits the purchase of goods or services sourced in North Carolina and Mississipl Are any of the products for which the applicant is seeking to be prequalified sourced in North Carolina or Mississippi? OYES O NO If yes, explain. 24. Financial Capacity. When requested by the City, each bidder shall arrange for Dun & Bradstreet to submit a Supplii Qualification Report (SQR) directly to the City. No proposal will be considered without receipt, by the City, of the SQR direct from Dun & Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the bidder. The bidder shy request the SQR report from D&B at: https://supplierportal.dnb.com/webapp/wcs/stores/servlet/SupplierPortal?storeld=11696 Bidders are responsible for the accuracy of the information contained in its SQR. It is highly recommended the each bidder review the information contained in its SQR for accuracy prior to submittal to the City and as early z possible in the solicitation process. For assistance with any portion of the SQR submittal process, contact Dun Bradstreet at 800-424-2495. At time of request, bidder shall request that Dun & Bradstreet submit its Supplier Qualifier Report directly to the City, with b or within three (3) days of request. file:///C:/Users/PURCGarW/Downloads/Bid_Submittal_Questionnaire_-_CONSTRUCTION_8360447 (4).htm 9/9 DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB Supplier Response Form https://www.bidsync.com/DPXViewer/B id_Submittal_Questionna... BID SUBMITTAL QUESTIONNAIRE - CONSTRUCTION SECTION 1- BID CERTIFICATION This certification/questionnaire is REQUIRED and must be fully completed and submitted electronically. Solicitation No: 2021 -012 -WG Solicitation Title: ROUTINE AND EMERGENCY SERVICES POOL OF PREQUALIFIED CONTRACTORS BIDDER'S NAME: EnviroWaste Services Group, inc NO. OF YEARS IN BUSINESS: 22 NO. OF YEARS IN BUSINESS LOCALLY: 22 NO. OF EMPLOYEES: 203 OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS: none BIDDER PRIMARY ADDRESS(HEADQUARTERS): 18001 Old Cutler Road #554 CITY: Palmetto Bay STATE: FL ZIP CODE: 33157 TELEPHONE NO.: 305-637-9665 TOLL FREE NO.: 877-637-9665 FAX NO.: 305-637-9659 BIDDER LOCAL ADDRESS: 18001 Old Cutler Road #554 CITY: Palmetto Bay STATE: fl ZIP CODE: 33157 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: Eduardo Barba ACCOUNT REP TELEPHONE NO.: 305-637-9665 ACCOUNT REP TOLL FREE NO.: 877-637-9665 ACCOUNT REP EMAIL: info@ewsg.com FEDERAL TAX IDENTIFICATION NO.: 65-0829090 By virtue of submitting a bid, bidder agrees: a) to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all specifications, attachments, exhibits and appendices and the contents of any Addenda released hereto; b) to be bound, at a minimum, to any and all specifications, terms and conditions contained herein or Addenda; c) that the bidder has not divulged, discussed, or compared the proposal with other bidders and has not colluded with any other bidder or party to any other bid; d) that bidder acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; e) the bidder agrees if this bid is accepted, to execute an appropriate City of Miami Beach document for the purpose of establishing a formal contractual relationship between the bidder and the City of Miami Beach, Florida, for the performance of all requirements to which the bid 1 of 10 11/5/20, 3:20 PM DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB https://www.bidsync.com/DPXViewer/B id_Submittal_Questionna... pertains; and f) that all responses, data and information contained in the bid submittal are true and accurate. The individual named below affirms that s/he: is a principal of the applicant duly authorized to execute this questionnaire, and that the contents of said document(s) are complete, true, and correct to the best of his/her knowledge and belief. Name of Bidder's Authorized Representative: Eduardo Barba Title of Bidder 's Authorized Representative: Corp. Secretary 2 of 10 11/5/20, 3:20 PM DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB haps://www.bidsync.com/DPXViewer/Bid_Submittal_Questionna... SECTION 2 - ACKNOWLEDGEMENT OF ADDENDUM After issuance of solicitation, the City may release one or more addendum to the solicitation, which may provide additional information to bidders or alter solicitation requirements. The City will strive to reach every bidder having received solicitation through the City's e -procurement system. However, bidders are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the bidder 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. If addi Enter Initial to Confirm Receipt Ownership percentage Enter Initial to Confirm Receipt EnviroWaste Holdings Enter Initial to Confirm Receipt Holding Company N/A 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 tional confirmation of addendum is reauired. submit under separate cover. SECTION 3 - QUESTIONNAIRE 1. Provide the names of each owner (stockholder, sole proprietor, and partner), director, or officer of the company, below. Submit additional names on a separate sheet if required. Owner Ownership percentage Directorship/Office type EnviroWaste Holdings 100 Holding Company 2. Provide at least three (3) references of work similar in size and nature as the work referenced in solicitation. Project No. 2021 -012 -WG Project Title ROUTINE AND EMERGENCY SERVICES POOL OF PREQUALIFIED CONTRACTORS Reference No.1 Firm Name: City of Hollywood Contact Individual Name and Title: Clece Aurelus City of Hollywood Public Utilities Address: 1614 N 14th Ave 3 of 10 11/5/20, 3:20 PM DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB Telephone: 954-921-3930 Contact's Email: caurelus@hollywoodfl.org Narrative on Scope of Services Provided: 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 Firm Name: City of Coral Gables Contact Individual Name and Title: Address: haps://www.bidsync.com/DPXViewer/Bid_Submittal_Questionna... Reference No.2 Noel Polo, Supervisor 2800 SW 72nd Ave, Miami, FL 33155 Telephone: 305-460-5022 Contact's Email: npolo@coralgables.com Narrative on Scope of Services Provided: EWSG has been contracted to provide sewer rehabilitation services for the City of Coral Gables in sewer cleaning/TVA A A5'ling, point repairs. EnviroWaste cleans and inspects the Firm Name: City of Miami Beach, FL Contact Individual Name and Title: Address: Reference No.3 Mike Alvarez, former Public Works Operations 451 Dade Blvd, Miami Beach, FL 33140 Telephone: 786-566-3462 Contact's Email: malvarez@balharbourfl.gov Narrative on Scope of Services Provided: EWSG has been contracted to provide sewer rehabilitation services for the City of Miami Beach including CIPP rehabilitation, sewer cleaning/TVA4A8AU ing, point repairs. Additional Reference 4 of 10 11/5/20, 3:20 PM DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB Firm Name: City of Miami Beach, FL Contact Individual Name and Title: Address: haps://www.bidsync.com/DPXViewer/Bid_Submittal_Questionna... Pedro Melo 17050 NE 19th Ave, North Miami Beach, FL 33162 Telephone: 305-770-5135 Contact's Email: pedro.melo@citynmb.com Narrative on Scope of Services Provided: EWSG has been contracted to provide sewer rehabilitation services for the City of North Miami Beach in sewer cleaning/TVAtA Aping, point repairs. EnviroWaste cleans and inspects the 3. Has the applicant company's construction license(s) been revoked during the last five (5) years? YES o NO If yes, why? 4. Have any owners, directors, officers, or agents of the applicant company h ad a I i c e n se revoked during the last five (5) years? YES o NO If yes, why? 5. Is the applicant company currently barred by a governmental agency, from bidding work as a prime or subcontractor? YES o NO If yes, state debarment period and the reason(s) for debarment? 6. Has a surety completed, or paid for completion, of a project on behalf of the applicant company, within the last five (5) years? YES o NO If yes, why? 5 of 10 11/5/20, 3:20 PM DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB haps://www.bidsync.com/DPXViewer/Bid_Submittal_Questionna... 7. Has the applicant company or any of its owners, directors, officers, or agents been convicted of a crime or had a claim that was filed in a court and mediated or arbitrated during the last five (5) years? YES o NO If yes, why? 8. Is an affiliate of the applicant company prequalified by the City of Miami Beach to bid on construction work? YES o NO If yes, state the name of the affiliate? 9. Is the applicant company a parent, subsidiary, or holding company for another construction company? o YES NO If the answer is "yes," identify the company and type of relationship(s), below: Company Type of affiliation (parent or subsidiary) Period of affiliation EnviroWaste Holdings Parent 42 months 2 yrs officer 10. Is an owner, director, officer, or agent of the applicant company affiliated with another company? o YES NO If the answer is "yes," provide the following information for each individual and the affiliated company. Individual's name Affiliated company's name Period of affiliation Type of affiliation (e.g. officer, director, owner or employee) Paul Quentel IVAC, KRG 2 yrs officer 11. Is the applicant company currently the debtor in a bankruptcy case or file for bankruptcy during the last five (5) years? YES o NO If yes, explain and attach, as applicable, the relevant case and court documents, including (but not limited to): the original petition, including the case number and the date that the petition was filed; a copy of the bankruptcy court's discharge order, and any other document that ended the case, if no discharge order was issued. 6 of 10 11/5/20, 3:20 PM DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB haps://www.bidsync.com/DPXViewer/Bid_Submittal_Questionna... 12. Has any owner, director, officer, or agent for the applicant company, or has any business organization in which any such person was an owner, director, officer, or agent filed for or been discharged in bankruptcy within the past five (5) years? YES NO If yes, explain and attach a copy of the discharge order, order confirming plan and if a Corporate Chapter 7 case, a copy of the notice of commencement. 13. Has any owner, director, officer, or agent of the applicant company owned or managed a construction company under any other name in the last five (5) years? YES NO If yes, explain. 14. Has the applicant company been assessed or paid liquidated damages on any project during the past five (5) years, whether the project was publicly or privately owned? YES NO If yes, explain. 15. Are there currently any liens, suits, or judgments of record pending against any owner, director, officer, or agent for the company that is related to construction activities of a business organization? YES NO If yes, explain. 16. Has the applicant company or any of its owners, officers, or partners ever been convicted (criminal) or found liable (civil) for making either a false claim or material misrepresentation to any public agency or entity? YES NO If yes, explain. 17. Has the applicant company or any of its owners, officers, or partners ever been convicted of any a federal or state crime? YES NO If yes, explain. 7 of 10 11/5/20, 3:20 PM DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB https://www.bidsync.com/DPXViewer/Bid_Submittal_Questionna... 18. Is any officer, director, employee or agent, or immediate family member (spouse, parent, sibling, and child) of any officer, director, employee or agent, an employee of the City of Miami Beach? YES NO If yes, state name, title and share of ownershi p Name Title Share (%) of Ownership 19. Has the applicant, or any officer, director, employee or agent, 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? YES NO f yes, list name (first and last name) of individuals, occupation, amount and date: 20. 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. Does the applicant agree to be comply with this prohibition? YES NO 21. Is the applicant a small business concern owned and controlled by a veteran(s) (certified by the State of Florida Department of Management Services or a service -disabled veteran business enterprise (certified by the United States Department of Veterans Affairs). YES NO Certifying Agency Certification Type 8 of 10 11/5/20, 3:20 PM First and Last Name Contributor Occupation Amount Date of Contribution 1 2 3 4 5 6 7 8 9 20. 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. Does the applicant agree to be comply with this prohibition? YES NO 21. Is the applicant a small business concern owned and controlled by a veteran(s) (certified by the State of Florida Department of Management Services or a service -disabled veteran business enterprise (certified by the United States Department of Veterans Affairs). YES NO Certifying Agency Certification Type 8 of 10 11/5/20, 3:20 PM DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB haps://www.bidsync.com/DPXViewer/Bid_Submittal_Questionna... 22. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. Purchases hereunder are subject to the requirements of Equal Benefits for Domestic Partners Ordinance 2005-3494 that requires suppliers with more than 51 employees and City volume greater than $100,000 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 supplier who works 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 the applicant provide or offer access to any benefits to employees with spouses or to spouses of employees? o 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? o 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 IDE are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the si or domestic partner, such as medical insurance. Benefit Company Provides for Employees with Spouses Company Provides for Employees with Domestic Partners Company does not Provide Benefit Health x Sick Leave x Family Medical Leave x Bereavement Leave x 23. 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 the purchase of goods or services sourced in North Carolina and Mississippi. Are any of the products for which the applicant is seeking to be prequalified sourced in North Carolina or Mississippi? If yes, explain. YES o NO 24. Financial Capacity. When requested by the City, each bidder shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report (SQR) directly to the City. 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 bidder. The bidder shall request the SQR report from D&B at: https://supplierportaidnb.com/webapp/wcs/stores/servlet/SupplierPortal?storeld=11696 Bidders are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each bidder 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. At time of request, bidder shall request that Dun & Bradstreet submit its Supplier Qualifier Report directly to the City, with bid or within three (3) days of request. 9 of 10 11/5/20, 3:20 PM DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB haps://www.bidsync.com/DPXViewer/Bid_Submittal_Questionna... Please enter your password below and click Save to update your response. Please be aware that typing in your password acts as your electronic signature, which is just as legal and binding as an original signature. (See Electronic Signatures in Global and National Commerce Act for more information.) To take exception: 1) Click Take Exception. 2) Create a Word document detailing your exceptions. 3) Upload exceptions as an attachment to your offer on BidSync's system. By completing this form, your bid has not yet been submitted. Please click on the place offer button to finish filling out your bid. Username eddy.barba@en ' owastesg.com Password Save Take Exception Close i * Required fields 10 of 10 11/5/20, 3:20 PM MIAMIBEACH MIAMI BEACH DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB each project, identify whether the experience is for the bidder or for a principal (include name of principal). 3. Bonding Capacity. Submit proof of bonding capacity of no less than $1,000,000. Submittal Requirement: Proof of bonding capacity letter shall be from an A rated Financial Class V Surety Company, at a minimum. Section 5. NON -RESPONSIVENESS. Failure to submit the following requirements shall result in a determination of non -responsiveness. Non-responsive applications will not be considered. 1. Prequalification Application (submitted electronically). [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB Part A — General Bidder Information. FIRM NAME: EnviroWaste Services Group, Inc NO. OF YEARS IN BUSINESS: 22 NO. OF YEARS IN BUSINESS LOCALLY: 22 NO. OF EMPLOYEES: 203 OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS: none FIRM PRIMARY ADDRESS (HEADQUARTERS): 18001 OId Cutler Rd, #554 CITY. Palmetto Bay 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 OId Cutler Rd, #554 CITY. Palmetto Bay STATE: Florida ZIP CODE: 33157 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: Eduardo Barba ACCOUNT REP TELEPHONE NO.: 305_637_9665 ACCOUNT REP TOLL FREE NO.: 877-637-9665 ACCOUNT REP EMAIL: info@ewsg.com FEDERAL TAX IDENTIFICATION NO.: 65-0829090 BIDDER IS: CORPORATION / PARTNERSHIP / SOLE PROPRIETORSHIP / OTHER (If other, specify: ) DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB Part B — Operational & Management Information. 1. Provide the names of each owner (stockholder, sole proprietor, and partner), director, or officer of the company, below. Submit additional names on a separate sheet if required. Owner Ownership percentage Directorship/Office type EnviroWaste Holdings 100 Holding Company 2. Provide three (3) clients for which the bidder has provided the referenced services in the last five (5) years. Project Description of Work Project Reference City of Hollywood Complete SSES Point Repairs Horizontal construction Name: Clece Aurelus Email: caurelus@hollywoodfl.org Telephone: 954-921-3930 City of Coral Gables Complete SSES Point Repairs Horizontal construction Name: Noel Polo Email: npolo@coralgables.com Telephone: 305-460-5022 City of Miami Beach, FL Complete SSES Point Repairs Horizontal construction Name: Mike Alvarez Email: malvarez@balharbourfl.gov Telephone: 786-566-3462 3. Is the bidder currently barred b a overnmental aenc , from bidding as a prime or subcontractor? YES NO If yes, state debarment period and the reason(s) for debarment? 4. Has the bidder or any of its owners, directors, officers, or agents been convicted of a crime or had a claim that was filed in a court and mediated or arbitrated during the last five (5) years? YES f NO If yes, why? 5. Is an affiliate of the bidder prequalified by the Cit of Miami Beach for any work? YES NO If yes, state the name of the affiliate? DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB 6. Is the bidder a parent, subsidia , or holding com an for another company? YES NO If the answer is "yes," identify the company and type of relationship(s), below: Company Type of affiliation (parent or subsidiary) Period of affiliation EnviroWaste Holdings Parent Company 42 Months 7. Is an owner, director, officer, or went of the bidder affiliated with another company? YES NO If the answer is "yes," provide the following information for each individual and the affiliated company. Individual's name Affiliated company's name Period of affiliation Type of affiliation (e.g. officer, director, owner or employee) Paul Quentel IVAC, KRG 2 yrs officer 8. Is the bidder currently the debtor in a bankruptcy case or file for bankruptcy during the last five (5) years? YES AI NO If yes, explain and attach, as applicable, the relevant case and court documents, including (but not limited to): the original petition, including the case number and the date that the petition was filed; a copy of the bankruptcy court's discharge order, and any other document that ended the case, if no discharge order was issued. 9. Has any owner, director, officer, or agent for the bidder, or has any business organization in which any such person was an owner, director, officer, or agent filed for or been discharged in bankruptcy within the past five (5) years? YES NO If yes, explain and attach a copy of the discharge order, order confirming plan and if a Corporate Chapter 7 case, a copy of the notice of commencement. 10. Has any owner, director, officer, or agent of the bidder owned or managed a company under any other name in the last five (5) years? YES NO If yes, explain. DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB 11. Has the bidder been assessed or paid any fines on any contract during the past five (5) years, whether the project was publicly or privately owned? YES NO If yes, explain. 12. Are there currently any liens, suits, or judgments of record pending against any owner, director, officer, or agent for the company that is related to the business activities of a business organization? YES -I NO If yes, explain. 13. Has the bidder or any of its owners, officers, or partners ever been convicted (criminal) or found liable (civil) for making either a false claim or material misre.resentation to any public agency or entity? YES NO If yes, explain. 14. Has the bidder or any of its owners, officers, or partners ever been convicted of any a federal or state crime? YES NO If yes, explain. 15. Is any officer, director, employee or agent, or immediate family member (spouse, parent, sibling, and child) of any officer, director, employee or a ent, an employee of the City of Miami Beach? YES Al NO If yes, state name, title and share of ownershi p Name Title Share (%) of Ownership DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB 16. Has the bidder, or any officer, director, employee or agent, 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? YES NO If yes, provide details. 17. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. Purchases hereunder are subject to the requirements of Equal Benefits for Domestic Partners Ordinance 2005-3494 that requires bidders with more than 51 employees and City volume greater than $100,000 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 bidder who works 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 emplo ees? 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 Company Provides for Employees with Spouses Company Provides for Employees with Domestic Partners Company does not Provide Benefit Health Ai Sick Leave AI Family Medical Leave ,✓ Bereavement Leave Ai 18. 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 the purchase of goods or services sourced in North Carolina and Mississippi. Are any of the products for which the bidder is seeking to be prequalified sourced in North Carolina or Mississippi? YES NO If yes, which brands. 19. Safety Record: Provide the firm's Experience Modification Rate (EMR) data for the previous three (3) full calendar years on a firm -wide basis, which shall be documented by a signed letter with contact information from the firm's insurance carrier, or the insurance carrier's agency representative. Company's Experience Modification Rate. .75 Rate( attach required documentation) DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB BIDDER AFFIDAVIT The undersigned agrees that s/he: 1) is a principal of the bidder duly authorized to execute the foregoing Contractor Prequalification Certification Application, and that the contents of said document(s) are complete, true, and correct to the best of his/her knowledge and belief; 2) s/ certifies that the application and supporting documents include all of the material information necessary to validate the status of the company for prequalification purposes; 3) s/ shall notify the Procurement Department within fifteen (15) days and provide a notarized statement whenever a change occurs in the ownership, management, or financial condition of the company. Further, any prequalified contractor, including its principal(s), director(s), and any affiliate, who is a party to any misrepresentation to obtain business or contracts with the City of Miami Beach shall be declared delinquent and have its certificate suspended or revoked and will be subject to debarment and any other penalties prescribed by law. The undersigned affirms that the bidder agrees: 1) to complete and unconditional acceptance of the terms and conditions of this document, inclusive of attachments, exhibits and appendices; 2) that it has not colluded, nor will collude, with any other bidder; 3) that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; 4) that all responses, data and information contained in the bid are true and accurate. Name: Eduardo Barba Title (must be a principal of the bidder): Corporate Secretary Signatur : Date: 11/17/20 [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] SUMMARY OF QUALIFICATIONS E\ n /SGis an industry leader in the maintenance, inspection and repair of �/ storm and sanitary systems throughout the Southeast. Our fleet of Vactors, Vac -Cons, pump trucks, and TV inspection trucks ensure we deliver the technology necessary to meet our customers' maintenance and emergency requirements. For over 20 years we have established the most appropriate game plan for our customers to achieve their goals. ENVIRO WASTE SERVICES GROUP MIAMI • ORLANDO • TAMPA • FT. LAUDERDALE • GEORGIA • NORTH CAROLINA ewsg.com 118001 Old Cutler Rd, Miami, FL 33157 • (877) 637-9665 AFTER LINING DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB ENVI R( WASTE SERVICES GROUP Sewer Services EnviroWaste Services Group Inc., specializes in the cleaning of storm -water drainage systems and sanitary sewers. EWSG provides any services related to storm and sanitary sewers for private clients, commercial industries, municipalities, DOT, government agencies, and more! • Pressure Test, Smoke Test, and Pre and Post Video PACP Inspections • Storm and Sanitary Systems Inspection and Cleaning Services • Two in House Certified NASSCO PACP/MACP/LACP Trainers • Full Horizontal Construction Division Specializing in Sidewalks, C&G, Paving • Three Full Time Pipe Bursting / Slip Lining Crews • Cementitious and Epoxy Manhole Rehabilitation • Full Line or Point Repair Sanitary and Storm Sewers • Drainage Installation up to 80" Diameter • Lateral Service Line Inspections, Installations, and Lining • Repair of Lines using Sealing, Grouting, and Sectionals Liners • Full Line CIPP Lining 6"-72" 11 ■. ,j, ° re A new drainage system is designed to drain in a matter of minutes. It is recommended that regular maintenance is performed on your drainage system at least once a year to ensure proper water flow. Without appropriate care, leaves, sediment, and trash accumulate, pipes corrode, tree roots perforate the pipes, cracks appear in the system, and oil and tire particles from cars build up sludge. These factors cause an obstruction of proper drainage and cause pipe performance to deteriorate, thus rendering your drainage system useless. EnviroWaste has the necessary equipment and experience to identify the problem and quickly and efficiently correct it as well. Envirowaste Services Group, Inc. ewsg.com Page 3 of 29 DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB ENVIR() WASTE SERVICES GROUP 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. 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 largest fleet of JetNac trucks in the Southeastern United State's. These trucks are specially designed to restore your system to optimal conditions. Unlike "Septic Tank" trucks, which only suck trash out of the manhole, our superior trucks are specially designed to clean catch basins and lines and come equipped with a jet hose with a high- pressure nozzle to completely clear out the pipe walls and a powerful vacuum to dislodge and remove the debris and blockage to provide maximum water flow. EWSG also provides root cutters to properly remove intrusive roots without using chemicals. EnviroWaste Services Group Inc., specializes in the cleaning of storm -water drainage systems and sewers. EWSG provides any services related to storm and sanitary sewers for private clients, commercial industries, municipalities, DOT, government agencies, and more! Envirowaste Services Group, Inc. ewsg.com Page 4 of 29 DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB ENVIRU WASTE SERVICES GROUP Inflow and Infiltration AFTER SEWER CLEANING 1/1 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 snowstorm, 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. Envirowaste Services Group, Inc. ewsg.com Page 5 of 29 DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB ENVIRU 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 I1/AC INDUSTRIAL VACUUM SERVICES, INC. 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! With the acquisition of KRG Utilities in 2019, EWSG now offers its clients pipe bursting as well as slip lining in addition to the CIPP full main lining EWSG already performs. With three full time pipe bursting crews and almost 1,000,000 LF of pipe bursting to date, EWSG is the right choice every time. 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, Inc. ewsg.com Page 6 of 29 DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB ENVIRU WASTE SERVICES GROUP EnviroWaste Services Group Storm and Sanitary Sewer Maintenance Inspection, Repair, Rehabilitation, and Horizontal Construction Honorably Serving the Entire Southeastern United States! 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 ews..co 7/ DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB ENVIRO WASTE SERVICES GROUP ,,i"I ' ..“.1, Fr, Thill're.'11. r'.111.,P,r .1, Whey Iiirg-imaa, ShosErry • •,,-- dbpr ii,._.,,, STATE OF FLORIDA '---' DEPARTM ENT OF BusiN ESS AIN D PRO FESS4ONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD T HE GENERAL Cf'..liNTRACTOH HtflEIN IS CERIFFIED UN 0 ER THE PFCIVI SO NSOF CHAFFER 489. FLORIDA STATUTES ' BARBA, EIDUARDO JOSE EN VIROWA STE SE9V10ES GROUP, INC 18D01 OLD CUTLER FIDAD SUITE 554 PALM EFTO BAY FL 331,57 F. LI CEN SE NUFv1BER: C5a0877 . . . . EXPIRATION DATE: AUGUST 31. 2022 Arwilo 4.1trii y liompm,orilne at FA y %Rd aLrcerw cu.ni CI w.RIIIJ not alter thiS document in yform .... Thi5 is yow I icen93 1115 LonlawR ul 110r anyene other I hen the licensee10 u5e I his dcPcurraent. .. . DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB ENVIRU WASTE SERVICES GROUP 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, 2020, that its most rcccnt annual report/uniform business report was filed on March 4, 2020, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Ghat under my hand and the Greet Sall d the State c I Flcritk, at Tallahassee, the Capital. this the Twenty-ninth day at April. 2020 T r adt ing Number : 2985965507C U Secretary of State To authenticatetNsotstlfic tevi,I the fallowing gleaner Ihis number . and then follow the in rudionsdifplayed_ htt ps//tor vices 1unbiz.or gTi Iin¢ICer t if itnteOf Status'Cer t if IoaA eAut hems icati on DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB ENVIR® WASTE SERVICES GROUP OWNER PROJECT TITLE BUDGET TIME PERIOD CONTACT SCOPE City of Hollywood 11-7063, 13-7068, 16-7078, 16-7081 Sanitary Sewer Eval. And Repair $3,500,000 2011 -Current Clece Aurelus, PE Ph: 954-921-3930 caurelus@hollywoodfl.org 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. Since 2011 approximately 1,000 sectional cipp liners have been installed. The City of Hollywood has a significant amount of easement work, approximately, 20,000LF per year. OWNER PROJECT TITLE BUDGET TIME PERIOD CONTACT SCOPE FDOT E5T90 Desilting, Video Inspection, and CIPP of Strom Sewer System $1,500,000 January 2017 -December 2017 Rick Coe Ph: 386-740-3490 frederick.Coe@dot.state.fl.us EWSG has been contracted to cctv, clean and CIPP line the FDOT 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. EWSG also seals and rehabilitates the department's manholes and inlets. The CIPP work was performed by Cobra Environmental. OWNER PROJECT TITLE BUDGET TIME PERIOD CONTACT SCOPE City of Boca Raton Bid 2012-031 $1,500,000 Per Year November 2017 -Current Jimmy Georgievski Ph: 561-338-7317 JGeorgievski@ci.boca-raton.fl.us EWSG has been contracted to cctv, clean, perform point repairs, sectionals and CIPP lining to the City's wastewater system. Since 2017 more than 40,000 LF of CIPP lining has been performed by Cobra Environmental. DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB ENVIR® WASTE SERVICES GROUP OWNER PROJECT TITLE BUDGET TIME PERIOD CONTACT SCOPE Bal Harbour Village Sanitary Sewer Evaluation Study and associated repairs $750,000 Per Year May 2017 -Current Mike Alvarez 786-566-3462 malvarez@balharbourfl.gov EWSG has been contracted to provide sewer rehabilitation services for the Village 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. All the manholes which have been coated under this contract were done with SewperCoat. More than 10,000 LF of sanitary sewers have been CIPP'd with our subcontractor Cobra Environmental. OWNER PROJECT TITLE BUDGET TIME PERIOD CONTACT SCOPE FDOT E7L52 Desilting and Video Inspection of Storm Sewer System $6,000,000 January 2017-2019 Pedro Lopez Ph: 813-975-6107 pedro.Lopez@dot.state.fl.us EWSG has been contracted to cctv and clean the FDOT owned storm water system in Hillsborough, Pasco, Pinellas, Hernando, and Citrus Counties. EWSG also seals and rehabilitates the department's manholes and inlets. In addition to standard cleaning and inspections, EWSG has removed over 10,000 cubic yards of debris from box culverts. OWNER PROJECT TITLE BUDGET TIME PERIOD CONTACT SCOPE City of Coral Gables IFB 2015.10.07 Routine & Emergency Sewer Repairs and Inspection $500,000 per year September 2013 -Current Noel Polo 305-460-5022 npolo@coralgables.com EWSG has been contracted to provide sewer rehabilitation services for the City of Coral Gables in sewer cleaning/TV'ing, point repairs. EnviroWaste cleans and inspects the City's sanitary sewer system and makes the recommendation for repairs, and performs the repairs. Manhole coatings have been done on 150 manholes. More than 100 excavated point repairs. DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB ENVI RCS!) WASTE SERVICES GROUP OWNER PROJECT TITLE BUDGET TIME PERIOD CONTACT SCOPE City of Sunrise Bid 15 -12 -01 -JC Sewer Rehab, Maintenance, and I&I Reduction $1,000,000 per year October 2012 -Current Gio Batista 954-815-8861 GBatista@sunrisefl.gov 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. 450 Manholes have been rehabbed, over 150 excavated point repairs. OWNER PROJECT TITLE BUDGET TIME PERIOD CONTACT SCOPE City of North Miami Beach ITB 2011-08 Sewer Rehab, Maintenance, and I&I Reduction $600,000 2012 -Current Pedro Melo 305-770-5135 pedro.melo@citynmb.com EWSG has been contracted to provide sewer rehabilitation services for the City of North Miami Beach 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. OWNER PROJECT TITLE BUDGET TIME PERIOD CONTACT City of Miami Beach, FL Horizontal Job Order Contract $25,000,000 July 2009 -July 2014 Mike Alvarez 786-566-3462 malvarez@balharbourfl.gov DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB SCOPE ENVI RU WASTE SERVICES GROUP EWSG has been contracted to provide horizontal general contracting services for the City of Miami Beach including CIPP rehabilitation, manhole rehab, 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. OWNER PROJECT TITLE BUDGET TIME PERIOD CONTACT SCOPE Town of Cutler Bay Miscellaneous Construction and Repairs Town Wide $1,500,000 per Year July 2008 -Current Alfredo Quintero 305-234-4262 aquintero@cutlerbay-fl.gov EWSG has been contracted to provide clean storm sewers, remove and 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. OWNER PROJECT TITLE BUDGET TIME PERIOD CONTACT SCOPE Manatee County Wastewater Hauling Emergency Contract $250,000 September 2014 Bonnie Sietma 941-749-3046 bonnie.sietman@mymanatee.org EWSG has been contracted to provide emergency vactor and vacuum truck services for all of Manatee County. OWNER PROJECT TITLE BUDGET TIME PERIOD CONTACT City of Miami Beach, FL Routine & Emergency Sewer Repairs ITB 113-2013 $2,500,000 per Year September 2013 -September 2018 Mike Alvarez 786-566-3462 malvarez@balharbourfl.gov DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB SCOPE ENVIRU WASTE SERVICES GROUP 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 500 sanitary sewer manholes have been Tined with SewperCoat. OWNER PROJECT TITLE BUDGET TIME PERIOD CONTACT SCOPE Pasco County, FL Wastewater Hauling Emergency Contract $250,000 per Year October 2011 -Current Edward Gribble 727-834-3358 ebribble@pascocountyfl.net 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. OWNER PROJECT TITLE BUDGET TIME PERIOD CONTACT SCOPE Hillsborough County, FL Wastewater Pumping and Disposal Contract $2,000,000 per Year December 2013 -Current David Lundberg 813-663-3229 lundbergd@hillsboroughcounty.org 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. OWNER PROJECT TITLE BUDGET TIME PERIOD Hillsborough County, FL Manhole -Wastewater Lines -Lift Station Cleaning and Inspection $2,000,000 per Year April 2014 -Current DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB ENVIR® WASTE SERVICES GROUP CONTACT SCOPE Suresh Maharaj 813-554-5011 ext 43836 maharajs@hillsboroughcounty.org EWSG has been contracted to provide all of the sanitary sewer inspection and cleaning for Hillsoborough County. Yearly more than 500,000' of sanitary sewers are cleaned. OWNER PROJECT TITLE BUDGET TIME PERIOD CONTACT SCOPE City of Miami Outfall and Drainage Cleaning Contract $750,000 per Year 2005 -Current Ely Estevez Ph: 305-416-1295 eestevez@miamigov.com 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. OWNER PROJECT TITLE BUDGET TIME PERIOD CONTACT SCOPE Orange County, FL Sanitary Sewer Cleaning and Inspection(Y12-1060, Y15-1140, Y19-110) $1 ,1 00,000 per Year June 2008 -Current, 2 separate contracts Dustin Putney 407-836-6822 dustin.putney@ocfl.net 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. More than 30,000 LF of the sewer cleaning work in 30" or larger per year. OWNER PROJECT TITLE BUDGET TIME PERIOD CONTACT Orange County, FL Orange County Gravity CIPP Lining Y13-1019 $1,000,000 May 2013 -April 2014 Patty Hobbs 407-836-5456 Patty.Hobbs@ocfl.net ewsg.co 16 / DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB SCOPE ENVIRU WASTE SERVICES GROUP EWSG was contracted to provide mainline CIPP lining on sanitary sewers 8-42" in diameter. 30,000 LF of pipe were Tined. OWNER PROJECT TITLE BUDGET TIME PERIOD CONTACT SCOPE Orange County, FL Orange County Sewage Hauling Y14 -191A $250,000 April 2014 -Current Brian Vos 321-239-3339 Brian.Vos@ocfl.net 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. OWNER PROJECT TITLE BUDGET TIME PERIOD CONTACT SCOPE Orange County, FL Stormwater System Inspection, Cleaning, Sealing, Void Detection & Void Filling (Y8- 1034, Y8-1110, Y9-1022, Y11-112, Y12-1060, Y13-1083, Y14- 1075, Y14-1025, Y17-100) $3,000,000 per Year June 2008—Current, 9 separate contracts Bill Burnham 407-836-8036 William.Burnham@ocfl.net 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. OWNER PROJECT TITLE BUDGET TIME PERIOD City of Ocala Sanitary Sewer System Inspection, Cleaning $1,250,000 ewsg.co 17% DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB ENVIR® WASTE SERVICES GROUP CONTACT SCOPE Edwards Earnest Ph: 352-629-8521 Fax: 352-629-8242 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. OWNER PROJECT TITLE BUDGET TIME PERIOD CONTACT SCOPE City of Miami Beach, FL Smoke Testing $350,000 July 2010 -July 2012 Mike Alvarez 786-566-3462 malvarez@balharbourfl.gov Smoke testing of 700,000+ feet of sanitary sewer along with related report submittal. OWNER PROJECT TITLE BUDGET TIME PERIOD CONTACT SCOPE Miami -Dade Water & Sewer Department S-782 Lateral Sewer Testing - 2005-2007 $3,300,000 (completed at $2,450,000) 2 years Miguel Pichardo 786-258-2573 Miguel.Pichardo@miamidade.gov 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 I&I problems with the lateral connections throughout the County. OWNER PROJECT TITLE BUDGET TIME PERIOD CONTACT SCOPE Miami -Dade Water & Sewer Department S-793 Sanitary Sewer Service Laterals CIPP Rehabilitation $500,000 2006 Miguel Pichardo 786-258-2573 Miguel.Pichardo@miamidade.gov DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB OWNER PROJECT TITLE BUDGET TIME PERIOD CONTACT SCOPE Miami -Dade Water & Sewer Department S-803 Sectional Line Repair - 2006 / 2009 $2,000,000 Scheduled to complete project within half the allotted time frame. Miguel Pichardo 786-258-2573 Miguel.Pichardo@miamidade.gov 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. OWNER PROJECT TITLE BUDGET TIME PERIOD CONTACT SCOPE Miami -Dade Water & Sewer Department S-847 Sectional Line Repair - 2010-2014 $2,000,000 Scheduled to complete project within half the allotted time frame. Miguel Pichardo 786-258-2573 Miguel.Pichardo@miamidade.gov 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. OWNER PROJECT TITLE BUDGET TIME PERIOD SCOPE FDOT - Lake County Maintenance contract E5J21 $630,000 (completed on time and under budget) August 2007 -March 2008 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". DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB ENVIR® WASTE SERVICES GROUP OWNER PROJECT TITLE BUDGET TIME PERIOD SCOPE Indian Creek Village Rehabilitation of Storm Sewer System $330,000 July 2006 -March 2007 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". OWNER PROJECT TITLE BUDGET SCOPE Lighthouse Point Rehabilitation of Storm Sewers on 24th Street $85,000 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". OWNER PROJECT TITLE BUDGET TIME PERIOD SCOPE Kenneth City, FL Sanitary Sewer Service Laterals CIPP Rehabilitation $60,000 2006 EWSG was contracted by the Prime Contractor to line 45 sanitary sewer service laterals throughout areas of Kenneth City, FL. OWNER PROJECT TITLE BUDGET TIME PERIOD SCOPE Homestead Air Reserve Base, FL Sanitary Sewer Evaluation Study & Repairs $126,000 2007 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 e wsrj.ca 20 / DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB ENVI RCS!) WASTE SERVICES GROUP OWNER PROJECT TITLE BUDGET TIME PERIOD SCOPE Miami International Airport, FL Sanitary Sewer Evaluation Study & Repairs $71,000 2007-2008 The project consisted of evaluating the sanitary sewer system by cleaning and video inspection. This resulted in a variety of repair methods such as CIPP lining, CIPP sectional repairs, installing cleanouts, installation of new sanitary pipes, service reinstatement, open cut point repair, chemical grouting of joints, and site restoration. OWNER PROJECT TITLE BUDGET TIME PERIOD CONTACT SCOPE City of North Bay Village SSES and Sanitary Sewer Repair $1,500,000 January 2007 -Current Juan Valiente 305-865-0506 jvaliente@nbvillage.com 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 repeated smoke testing of the system throughout the years. Over 600,000 feet of pipe has been smoke tested. OWNER PROJECT TITLE BUDGET TIME PERIOD CONTACT SCOPE City of Orlando Bio7-2295-03 Smoke Testing and CIPP Sectional Liner $650,000 July 2007 -July 2009 Ronald Proulx 407-246-2213 EWSG has been contracted to provide sectional lining and smoke testing services. Throughout our contract we smoked 750,000 feet. OWNER PROJECT TITLE • t . • • ■ 1 . - _i. I. -I 21/ I DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB ENVIR® WASTE SERVICES GROUP BUDGET TIME PERIOD SCOPE $672,150 August 2008 -October 2009 EWSG has been contracted to provide various drainage related contracting services for Broward County, FL, including cleaning, video inspection, chemical grouting, and bypass pumping. OWNER PROJECT TITLE BUDGET TIME PERIOD CONTACT SCOPE Town of Cutler Bay, FL 97 Ave Drainage Improvements $238,475 September 2012 -December 2012 Alfredo Quintero Jr. 305-234-4262 aquintero@cutlerbay-fl.gov 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. OWNER PROJECT TITLE BUDGET TIME PERIOD CONTACT SCOPE Town of Cutler Bay, FL Roadway Resurfacing Phase I & 11 $713,000 September 2012 -March 2013 Alfredo Quintero Jr. 305-234-4262 aquintero@cutlerbay-fl.gov Milling and resurfacing and striping of 100,000 sy asphalt. OWNER PROJECT TITLE BUDGET TIME PERIOD CONTACT SCOPE Town of Cutler Bay, FL Cutler Ridge Parking Lot $160,000 August 2010 -December 2010 Alfredo Quintero Jr. 305-234-4262 aquintero@cutlerbay-fl.gov Milling and installing asphalt, install 8 drains, install French drain, signing and pavement markings. OWNER ewsg.co 22/ DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB ENVIR® WASTE SERVICES GROUP PROJECT TITLE BUDGET TIME PERIOD CONTACT SCOPE Stop Bar Striping City Wide $78,000 September 2009 -Current Alfredo Quintero Jr. 305-234-4262 aquintero@cutlerbay-fl.gov Installing 520, 24" Stop Bars with 50' Double Yellow Striping with RPMs at stop signs when required. OWNER PROJECT TITLE BUDGET TIME PERIOD CONTACT SCOPE City of Miami Beach, FL Lincoln Road West Street End Improvements and Seawall $750,000 2010 Aaron Sinnes 305-898-8100 aaronsinnes@gmail.com 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. OWNER PROJECT TITLE BUDGET TIME PERIOD CONTACT SCOPE City of Winston-Salem (Work performed as KRG Utility) Zion Neighborhood Sewer Rehab $4,362,525 March 2020 -December 2020 HDR D 336.955.8271 M 336.391.3555 Channin.Bennett@hdrinc.comStart 15,000 ft Pipe Bursting, CIPP, Point Repairs, Service Work, 185 ft of Cementitious Manhole Rehab OWNER PROJECT TITLE BUDGET TIMF PFRICIIl City of Winston-Salem (Work performed as KRG Utility) Winston-Salem System -Wide Ph 2 Original $4,070,390 Ccntomhcr 7R1 Q—Ilcromhor 9n9n ewsg.co 23/ DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB ENVIR® WASTE SERVICES GROUP CONTACT SCOPE HDR D 336.955.8271 M 336.391.3555 Channin.Bennett@hdrinc.comStart 15,000 ft Pipe Bursting, CIPP, Point Repairs, Service Work OWNER PROJECT TITLE BUDGET TIME PERIOD CONTACT SCOPE City of Greensboro (Work performed as KRG Utility) Contract 2019-005 - Water & Sewer Rehab Original $5,093,229 October 2019 -December 2020 Jay Guffey, Engineering Supervisor, City of Greensboro (336) 373-7779 Over 20,000 ft HDPE Slip Lining, Pipe Bursting, CIPP, Point Repairs, Service Work, 4,000 LF of Water Main Replacement OWNER PROJECT TITLE BUDGET TIME PERIOD CONTACT SCOPE City of Greensboro (Work performed as KRG Utility) Contract 2018-063A - North Buffalo Cured In Place Pipe (CIPP) Original $4,799,788 May 2019 -August 2020 Jay Guffey, Engineering Supervisor, City of Greensboro (336) 373-7779 45,000 ft 8 to 24 -inch CIPP, 125 Internal Lateral Reinstatements OWNER PROJECT TITLE BUDGET TIME PERIOD CONTACT SCOPE City of Greensboro (Work performed as KRG Utility) Contract 2012-95 - Sanitary Sewer and Water Rehab Original $34,108,809 June 2013 -June 2019 Jay Guffey, Engineering Supervisor, City of Greensboro (336) 373-7779 Over 100,000 ft Pipe Bursting, 6" to 8", 10" to 12", 8" to 12" Over 150,000 ft HDPE Slip Lining, Point Repairs, Service Work, CIPP Over 60,000 ft Fusible PVC Bursting, 4" to 6", 6" to 8" (water) (static) Over 9,000 ft of Cementitious Manhole Rehab OWNER PROJECT TITLE FDOT District VI - Miami, FL c„-1„111,-iU Q„n,111, ewsg.co 24/ DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB ENVIR® WASTE SERVICES GROUP BUDGET TIME PERIOD SCOPE $200,000 August 2008 -August 2011 EWSG has been contracted to provide sidewalk repair for the Florida Department of Transportation. OWNER PROJECT TITLE BUDGET TIME PERIOD SCOPE Village of Pinecrest, FL Sidewalk Repair $100,000 March 2009 -August 2009 EWSG has been contracted to provide sidewalk repair for the Village of Pinecrest. OWNER PROJECT TITLE BUDGET TIME PERIOD CONTACT SCOPE FDOT E7K39 Desilting and Video Inspection of Strom Sewer System $225,000 November 2014-2017 Pedro Lopez Ph: 813-975-6107 pedro.Lopez@dot.state.fl.us EWSG has been contracted to cctv and clean the FDOT owned storm water system. OWNER PROJECT TITLE BUDGET TIME PERIOD CONTACT SCOPE FDOT - Broward E4J05 Maintenance contract $215,000 per Year 2006-2009 Brenda Morgan 954-931-6177 EWSG was contracted by the FDOT to clean and inspect the storm drainage system within the county. DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB ENVIR® WASTE SERVICES GROUP PROJECT TITLE BUDGET TIME PERIOD CONTACT SCOPE Maintenance contract $300,000 per Year 2003-2005 Brenda Morgan 954-931-6177 EWSG was contracted by the FDOT to clean and inspect the storm drainage system within the county. OWNER PROJECT TITLE BUDGET TIME PERIOD CONTACT SCOPE FDOT - Miami Dade E6E58 Maintenance contract $165,000 per Year 2009-2011 Mary Lou Karner 305-256-6330 EWSG was contracted by the FDOT to clean and inspect the deep well injection system within the county. OWNER PROJECT TITLE BUDGET TIME PERIOD CONTACT SCOPE FDOT - Miami Dade E6B68 Maintenance contract $200,000 per Year 2003-2005 Mary Lou Karner 305-256-6330 EWSG was contracted by the FDOT to clean and inspect the storm drainage system within the county. OWNER PROJECT TITLE BUDGET TIME PERIOD CONTACT SCOPE FDOT - Miami Dade E6B70 Maintenance contract $200,000 per Year 2003-2005 Mary Lou Karner 305-256-6330 EWSG was contracted by the FDOT to clean and inspect the storm drainage system within the county. ewsg.co 26 / DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB ENVIR® WASTE SERVICES GROUP OWNER PROJECT TITLE BUDGET TIME PERIOD CONTACT SCOPE FDOT - Miami Dade E6D75 Maintenance contract $200,000 per Year 2006-2007 Mary Lou Karner 305-256-6330 EWSG was contracted by the FDOT to clean and inspect the storm drainage system within the county, large diameter pipes. OWNER PROJECT TITLE BUDGET TIME PERIOD SCOPE FDOT - Lake County E5M28 Maintenance contract $225,000 per Year 2009 EWSG was contracted by the FDOT to clean the storm drainage system within the county after Hurricane Frances. OWNER PROJECT TITLE BUDGET TIME PERIOD SCOPE FDOT - Deland H-5069 Emergency Clean up contract, Hurricane Frances $189,000 2004 EWSG was contracted by the FDOT to clean the storm drainage system within the county after Hurricane Frances. OWNER PROJECT TITLE BUDGET TIME PERIOD CONTACT SCOPE FDOT - Miami Dade H-6069 Emergency Clean up contract, Hurricane Wilma $1,000,000 2005 Mary Lou Karner 305-256-6330 EWSG was contracted by the FDOT to clean the storm drainage system within the e VV Jg.LU DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB OWNER PROJECT TITLE BUDGET TIME PERIOD CONTACT SCOPE FDOT - Miami Dade, Key West H-6065 Emergency Clean up contract, Hurricane Wilma $200,000 2005 Mary Lou Karner 305-256-6330 EWSG was contracted by the FDOT to clean the storm drainage system within the county after Hurricane Wilma. OWNER PROJECT TITLE BUDGET TIME PERIOD CONTACT SCOPE City of Miami, FL Citywide Storm Drain Cleaning - 2006 $1,900,000 (in -budget) 3 months (within 25% of time schedule) Eli Estevez 305-416-1200 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. OWNER PROJECT TITLE BUDGET TIME PERIOD CONTACT SCOPE Miami -Dade County, FL Countywide Storm Drain Cleaning (STDC-4) - 2007 $1,700,000 1 year (completed in 7 months) Mercedes Barrera 786-256-2625 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. DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB ENVIR® WASTE SERVICES GROUP OWNER PROJECT TITLE BUDGET TIME PERIOD CONTACT SCOPE Miami -Dade County, FL Countywide Storm Drain Cleaning (STDC-9) - 2007 $1,000,000 1 year (completed in 4 months) Mercedes Barrera 786-256-2625 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. OWNER PROJECT TITLE BUDGET TIME PERIOD CONTACT SCOPE Miami -Dade County, FL Countywide Storm Drain Cleaning (STDC-11) - 2007 $1,000,000 1 year (completed in 4 months) Mercedes Barrera 786-256-2625 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. OWNER PROJECT TITLE BUDGET TIME PERIOD CONTACT SCOPE Miami -Dade County, FL Countywide Storm Drain Cleaning (STDC-12) - 2007 $1,000,000 1 year (completed in 4 months) Mercedes Barrera 786-256-2625 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 _ . _ -. ,. . ewsg.co 29 / DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB OWNER PROJECT TITLE BUDGET TIME PERIOD SCOPE Jefferson Parish, LA Hurricane Katrina drain cleaning - 2005 $1,200,000 (in -budget) 1 month (in -time) 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 PROJECT TITLE BUDGET TIME PERIOD SCOPE Town of Miami Lakes, FL General Roadway Construction $700,000 July 2008 -July 2012 EWSG has been contracted to provide sidewalk repair for the Florida Department of Transportation. OWNER PROJECT TITLE BUDGET TIME PERIOD SCOPE City of Miami, FL Slab Covered Trench Cleaning $360,000 per Year 2008-2012 EWSG has been contracted to clean slab covered trenches for the City of Miami. REFERENCES Sewer refers to storm and sanitary. • Miami Dade County W&SD (Sewer) - Miguel Pichardo - 786-258-2573 • City of Sunrise (Sewer) - Gio Batista (954) 815-8861 • Town of Cutler Bay (Storm & Construction) - Alfredo Quintero (786) 348-5323 • Village of Pinecrest (Sewer) - Gary Krackenberg (305) 301-9825 • City of Doral (Sewer) - Carlos Arroyo (786) 367-5083 • City of Hollywood (Sewer) - Jose Polanco (954) 921-3930 DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB • City of Coral Gables (Sewer & Construction) - Noel Polo (305) 460-5022 • City of North Miami (Sewer) - Wisler Pierre -Louis (305) 895-9838 • City of Miami(Sewer) - Elyrosa Estevez - (305) 416-1200 • FDOT (Broward) (Sewer) - Chi Sheu - (954)- 776-4300 • FDOT (Miami -Dade) (Sewer) - Mary Lou Karner - (305) 256-6330 • FDOT (Miami Dade) (Sewer) - Houshang Zahedi - (305) 654-7163 • Miami Dade County Public Works (Sewer) - Mercedes Barrera - (786) 256-2625 ENVIRO WASTE SERVICES GROUP HEADQUARTERS: 18001 Old Cutler Road, #554, Miami, FL 33157 • (877) 637-9665 • F (877) 637-9659 OFFICES: Miami, FL • Orlando, FL • Tampa, FL • Kernersville, NC • Atlanta, GA • Pineville,NC www.EWSG.com • email: info©ewsg.com November 5, 2020 RE: EnviroWaste Services Group, Inc. Bonding Letter Dear Sir or Madam: We understand you are considering a relationship with ENVIROWASTE SERVICES GROUP, INC. and have requested information concerning the company's surety bond program. Hartford Fire Insurance Company has provided bonds for EnviroWaste Services Group, Inc. for 3+ years (previously bonded by Zurich for 20+ years) and have no claims (loss) activity related to any bonds. Hartford Fire Insurance Company has considered bond requests in the $7.5mm+ range but are open to considering larger bonds. Their aggregate limit has remained in the $25mm range, of which $15,000,000.00 in bonding capacity remains uncommitted. EnviroWaste Services Group, Inc. is an excellent contractor that is well financed and has a long history of success. The issuance of any Bonds is a matter between our client and Hartford Fire Insurance Company. EnviroWaste Services Group, Inc. and Hartford Fire Insurance Company assume no liability to third parties or to you in conjunction with this letter. This letter is not an assumption of liability, nor is it a bid bond or a performance bond. Hartford Fire Insurance Company is A. M. Best rated 'A+ / XV'. Sincerely, 41, St- . en A. Vann Attorney -in -Fact Hartford Fire Insurance Company CHEST PLACES TO WORK LOCK ON COMP.\'[ iS 3280 Peachtree Road NE, Suite 230 / Atlanta, GA 30305 2430 401 460-3600 / FAX": 404-460-3699 lockton.com DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB lid cdni Loaner( AN N 1 V E Rs A R Y January 15, 2020 Envirowaste Services Group, Inc. 18001 Old Cutler Road, Suite 554 Palmetto Bay, FL 33157 Re: Envirowaste Services Group, Inc. Worker's Compensation Experience Modifications To Whom it May Concern: The following are the experience modification factors for Envirowaste Services Group for the corresponding years: 2019-2020 2018-2019 2017-2018 2016-2017 0.75 0.84 0.96 0.93 Please contact the undersigned with any questions or concerns. Sincerely, Natalie Pardo Account Manager Lockton Companies 305-421-9524 npardo@lockton.com P rWiCIP BEST PLACES it TO WORK,41....44-040 ▪ nArerrAW LOCKTON COMPANIES 1111 Brickell Avenue / Miami, FL 33131 lockton.com DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB Category / ID Make V100-200: Vactors 8 Vac -con 57 V126 V127 V132 V134 V136 V137 V141 V142 V143 V145 V146 V147 V149 V150 V151 V152 V153 V154 V156 V157 V161 V162 V163 V165 V166 V167 V168 V169 V170 V171 V172 V173 V174 G175 V176 V178 V179 V180 V181 V182 V183 V184 V185 G186 0187 V188 V169 6190 0191 0192 G193 G194 TBD TBD TBD TBD TBD Sterling Sterling Sterling Sterling Intemational Intemational Sterling Sterling Sterling Sterling Sterling Sterling Sterling Sterling Sterling Sterling Intemational Intemational Intemational Sterling Sterling Sterling Sterling Sterling Mack Sterling Sterling Freightliner Intemational Intemational Intemational Sterling Intemational Sterling Sterling Peterbilt Peterbilt Peterbilt Peterbilt Intemational Freightliner Intemational Freightliner Sterling Intemational Intemational Intemational Kenworth Peterbilt Sterling Sterling Sterling Westem Star Sterling Sterling Western Star Westem Star Model Catero S stem Color Year Plate Vector Vector Vector Vector Vac -con Vector Vector Vector Vector Vector Vector Vactor Vector Valor Valor Vector Vector Vactor Mini Vector Mini Vac -Con Vac -Con Vac -Con Vac -Con Vac -Con Vector Vector Vac -Con Vector Vector Vactor Vector Vac -con Vector Guzzler Guzzler Vac -Con Vac -Con Vac -Con Vac -Con Vac -Con Maxx Force 10 Vector M2106V Vac -Con 7500 Vac -Con V1300 Vac -Con Guzzler Guzzler Vector Vac -con Cordaro Supersucker Supersucker Supersucker Supersucker Front pan of Vac -Truck Vac -Con Vac -Con Vac -Con Vac -Con White 2004 White 2005 White 2005 White 2006 White 2006 White 2006 While 2006 White 2006 White 2006 White 2007 White 2007 White 2007 White 2006 White 2007 White 2007 White 2007 White 2007 White 2009 White 2009 White 2002 White 2005 White 2007 White 1999 White 1999 White 2009 White 2006 White 2002 White 2012 White 2007 White 2007 White 2007 White 2002 White 2007 White 2005 White 2002 White 2015 White 2017 White 2017 White 2018 White 2011 White 2012 White 2012 White 2015 White 2008 Yellow 2005 White 2007 White 2007 2016 2017 1999 2002 2006 2019 2003 2006 2019 2016 White White white/gray white/gray No. State Ex •ratlon VIN No. Serial No. P0195B FL 12/31/20 2FZHATAK64AL76085 04-12V-9203 N0265W FL 12/31/20 2FZHATDCO5AN67474 06-01V-9704 N0264W FL 12/31/20 2FZHATDC45AU85067 06-08V-10043 N1715X FL 12/31/20 2FZHATDCX6AV69217 06-11V-10173 N1717X FL 12/31/20 1HTWHAAT86J253378 07-05V-10467 N1713X FL 12/31/20 1HTWGAZT86J293063 05-09V-9538 N1716X FL 12/31/20 2FZHATDC46AW65909 SR -05066940 N9073Y FL 12/31/20 2FZHATDCO6AW65910 06-04V-9854 N2484Y FL 12/31/20 2FZHATDC76AW65421 05-10V-9592 N9068Y FL 12/31/20 2FZHAZDE87AW65434 06-11V-1073 N6136R FL 12/31/20 2FZHAZDEO7AW65766 08-12V-11541 N9072Y FL 12/31/20 2FZHAZDE27AW65767 08-12V-11528 N9071Y FL 12/31/20 2FZHAZDE56AW65714 06-03V-9779 N9074Y FL 12/31/20 2FZHATDC87AX52875 06-11V-10174 N9069Y FL 12/31/20 2FZHATDC67AX52874 08-01V-10910 N9075Y FL 12/31/20 2FZHATDCO7AX52658 06-11V-10183 N4946Z FL 12/31/20 1 HTWGAZT57J564811 08-01V-10910 KQVC73 FL 12/31/20 1HTMMAAL89H145468 08-12V-11521 HQAZ76 FL 12/31/20 1HTMMAALX9H145469 08-12V-11528 P04890 FL 12/31/20 2FZHAZAS62AK52978 05023107 N5827T FL 12/31/20 2FZHATDC65AU10385 04-08V-9074 N2493Y FL 12/31/20 2FZAATDCO7AX53293 12064470 141198U FL 12/31/20 2FZNRJBBOXAA81134 N2488Y FL 12/31/20 2FZNRJBB7XAA81132 N1273Z FL 12/31/20 1M2AV04C69M003402 P0466D FL 12/31/20 2FZHAWDA96AV69273 06-03V-9798 N1528Y FL 12/31/20 2FZHATAK72AJ59075 6023139 N1264Z FL 12/31/20 1FVHG3DV6CDBK4218 12-02V-12972 N1518Y FL 12/31/20 1HTWYSBT07J399389 07-10V-10762 N1517Y FL 12/31/20 1HTWYSBT97J399388 07-10V-10761 N1519Y FL 12/31/20 1HTWYSBT97J399391 07-10V-10765 P0182B FL 12/31/20 2FZHATAKX2AJ84116 N1501Y FL 12/31/20 1HTWYSBT67J396643 07-10V-10764 KMAM15 FL 12/31/20 2FZHAZDE85AN80316 N1502Y FL 12/31/20 2FZAATAK72AK14027 VPD3690LHA NH6744 NC 01/31/20 2NP3L10X9FM266712 5146820 NH6741 NC 01/31/20 2N93L10X5HM444912 11167701 NH6742 NC 01/31/20 2NP3L10X7HM444913 12167707 NH6743 NC 01/31/20 2NP3LIQX3JM474786 8177934 P5591A FL Altair 1HTWNAZTXBJ334244 P5592A FL Altair 1 FVHC3BS4CHBJ4249 P5593A FL Altair 1HTWPAZT9CJ601630 P5594A FL Altair 1 FVHG3CY3FHGC7368 LQSC61 FL 12/31/20 2FZHAZDE18AY47414 P793485 FL 1 HTWYSBT55J054095 P37928 FL 12/31/20 1HTWGAZT17J399503 07-07V-10585 P37948 FL 12/31/20 1HTWHAAT37J422496 422496 1 NKZL40X9GJ111684 1 NPCL70X4HD447051 2FZXKSYB8XAB17355 NCS100537 2FZHAZAS42AK19123 2FZHAZDE66AV51172 YA149918 NC 06/30/20 5KKHAVFEXLLLG7954 ME -2091 02/29/20 2FZHAZA503AK67462 YA-91873 03/31/20 2FZHAZDE96AU28594 YA-151286 03/31/20 5KKHAVDVOKLKW1096 YA-128754 12/31/20 5KKHAVDV6GPHS6385 C300: Camera Units 29 C301 C302 C303 C305 C306 0308 C309 C310 C311 0319 C321 C322 C323 C324 C325 C326 C327 C328 C329 C330 C331 C332 C333 0334 C335 (Not a truck) TBD TBD TBD TBD TBD Ford 6-450 Aries Ford F-550 Aries Ford 6-450 Ades Intemational 4300 Ades Ford 6-450 Ades Ford E450 Aries Ford E450 Aries Ford F-650 Ades Ford 6-450 Ades Ford Anes Ford E450 Cues Pipe Logo Ford E450 Cues Granite NET Ford E-450 Envirosight Ford Transit F250 Envirosight Granite NET Ford Transit F250 Envirosight Ford Transit F250 Envirosight Ford E450 RST Camera Track IT pipes Ford 6-450 RST Camera Truck IT pipes Ford 6-450 RST Camera Track IT pipes Chevy C4500 Cues / Video / Seal Granite XP Ford F-550 :Lies / Video / Seal / Las/ Granite XP Nissan NV2500 Aries Pipe Tec Chevy C5500 Cues / Cutter Granite NET Ford F-650 Cues / Groute / Ranger Granite XP RST RST Camera Cube IT pipes Ford Van Transit Ford Van E-350 Van Only Transit Van - New Not Van In Service Yet (CUES Equipment) E450 CUES Transit Van Defender Max 10C Cues / 4 wheeler Win Cern WnCam WinCan WnCan WnCan WnCan WinCan WnCan WnCan Ford Ford White White White White White White White White White 2003 2000 1998 2006 2008 2008 2008 2008 2008 1998 White 2012 White 2014 White 2016 White 2016 White 2015 White 2016 2007 2017 2012 2005 2006 2012 2005 2015 2018 White 2018 White 2003 White 2019 HFA2054 IVBI27 DKMH81 LRYB14 KQUL24 IUZV88 2072IM GQPY54 GQPY55 7612UC JSJI14 KDLF92 KDKT46 Y140ZG LFKH92 LFMP16 LFMY09 FLD4604 JL2831 FLD4603 Altair Altair Altair Altair Altair JAAM JK3360 AM4754 White 2017 HT7459 Gray 2017 FL FL FL FL FL FL FL FL FL FL FL FL FL FL FL FL 12/31/20 12/31/20 12/31/20 12/31/20 12/31/20 12/31/20 12/31/20 12/31/20 12/31/20 12/31/20 12/31/20 12/31/20 12/31/20 06/30/21 06/30/21 06/30/21 01/31/20 01/31/20 01/31/20 FL Altair FL Altair FL Altair FL Altair FL Altair N/A FL 01/31/20 1FTRS4XV6JKA67220 01/31/20 1 FTSS34F83HB17656 1 FDXE45F23HB85626 1 FDAF56F5YEB20852 1 FDXE47F3WHB98130 1 HTMMAAM76H239572 1 FDXE45P38DA38836 6.0V8 1 FDWE45P68DB04081 8080157951 1 FDAF56R58ED86978 12737 3FRWF65C68V668017 39121 1 FDWE45P28DB52810 1 FDXE47F4WHA70592 1 FDXE4FS7CDA05110 1 FDXE4FSOEDB00790 1 FDXE4FS7GDC45828 5621392 1 FTYE1 CM7GKB39260 1 FTNE2CM8FKA90240 1 FTYR2CM8HKA44427 1 FDXE45S87DA05561 N/A 1 FDUF4GT1HED81178 N/A 1 FDXE4FS8CDA62643 IGBE4V1E65F511836 1 FDAF56P96ED08862 1 N6BFOLY6CN102609 1 GBE5V1275F528700 3FRNF6HD3FV682681 10/31/20 1 FTYR2CM8KKB30196 1 FDXE4FSOHDC50208 11400: Heavy Equipment H401 Sterling H402 Ford H403 Peterbilt H404 Peterbilt H405 JOHN DEERE H406 HITACHI H407 Caterpillar H408 Yale H409 Bobcat H410 Caterpillar D-263 H411 Caterpillar D-263 H412 Bobcat H413 Bobcat H414 Volvo H415 Takeuchi TLV130 LT9500-R,OFF LT -9513 T330 389 310G 35V 303.5E Dump Truck mem-roe Excavator Excavator Forklift Skid Steers Skid Steers Skid Steers Skid Steers Mini Excavator Excavator White 2007 N9070Y White 1997 P0490D Red 2001 N2486Y ONG 2009 P3761B 2006 WA 2006 WA N/A 2000 WA 2012 N/A 2016 N/A 2016 N/A 2017 N/A 2017 WA 2000 WA 2008 N/A FL FL FL FL 12/31/20 12/31/20 12/31/20 12/31/20 Don't need Don't need Don't need Don't need N/A? WA? N/A? N/A? N/A? N/A? N/A 2FZHAZCV77AX37791 1 FDZS96TOWA18608 2NPNLD9X21 M565786 1 XPXDB9X99D771141 T0310GX952694 FF01 MBQ235957 03025A4A204954 GLC0050TGNUAE082 4A254954 21310596 DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB H416 H417 H418 H419 H420 TBD TBD TBD TBD TBD TBD TBD TBD TBD TBD TBD TBD TBD TBD TBD TBD TBD TBD TBD TBD TBD TAD TBD TBD TBD TBD TBD TBD TBD TBD TBD Caterpillar 287D 2 Spd Caterpillar 308E2CR Caterpillar 305.5E2CR Sterling Serco Sterling SC7000 Caterpillar 420D Caterpillar 416D Caterpillar 420E John Deere 410K Ford 260C Freightliner Mack Ford LTL 900 Volvo Western Star Komatsu WA100 John Deere 544K Roadhog RH2460 Roadhog RH2460 Multiquip AR -13H Sakai CR27136" John Deere 329E John Deere 331G Bobcat T770 HITACHI EX-200LC HITACHI EX -35U Caterpillar 303.5 CCR John Deere 85D John Deere 50D John Deere 50D John Deere 135D John Deere 50D HITACHI 135 US HITACHI ZX50U5N John Deere 500 Bobcat E-50 Terrain Loader 2014 N/A N/A? CAT0287DVHMT00261 Midi Excavator 2014 N/A WA? CAT0308EJFJX02203 Midi Excavator 2015 N/A WA? CAT3055EAEJX00803 2001 NH6740 NC 01/31/20 2FZAASAK11AG97445 2001 NH6745 NC 01/31/20 49H67FBA61HH42387 Back Hoe 2005 0420DCFDP23797 Back Hoe 2003 BFP07224 Back Hoe 2008 0420EAKMW02426 Back Hoe 2012 IT0410KXE230033 Tractor BD81683 Dump Track White 1999 VA -59266 02/29/20 1 FVXJLCB3XHB87327 Dump Truck White 2006 YA-91832 03/31/20 1M2AG11C16M030992 Winch Truck White 1986 AM -4750 02/29/20 1FDYA9OW3GVA49517 Dump Truck While 2007 YA-020568 02/29/20 4VK99GH37N449880 Dump Truck White 2016 YA-122546 03/31/20 5KKMAVDV2GPHV4697 Loader 1997 Loader 2011 Roadhog with cold planer 2oadhog with cold planer Roller 2004 Roller 2011 Skid Steer 2011 tact Track Loader- Skid Steer 2017 Skid Steer -Track Loader 2016 Track Hoe 1994 Track Hoe 2001 Track Hoe 2006 k Hoe - RubberTrack 8 Blade 2013 Track Hoe 2011 Track Hoe 2011 Track Hoe 2011 Track Hoe 2012 Track Hoe 2015 Track Hoe 2016 Track Hoe 2016 Track Hoe 2017 51728 1DW544KZTB0634316 1603004 11607364 240903 4CR2-20105C 1T0329EMVFE288284 1T0331 GMTHF306252 AT6311870 14C-79481 FF01MBQ234581 DMY00176 IFF085DXACG017182 1 FF050DXJBG275689 1 FF050DXJBG275579 1 FF1135DXBD302588 1 FF050DXVBG276571 HCMDA60T00100285 HCMAED60J00285311 IFF050GXCFH282591 'AJ1813971' E500: Off -Street Equipment 73 P600. Pump Trucks 24 P601 International P602 Intematidnal P604 Mack P605 Mack P606 Mack P607 Mack P608 WSTR P611 Peterbilt 365 P612 Inlemalional P613 Freightliner P614 Freightliner P615 International P616 International P617 Kenworth TK T800 P618 Sterling 2112-824-16 P619 Sterling Z115824RCS-16 P620 Mack CV713 TrIA P621 Kenworth T800 T/A P622 Kenworth T800 6x4 P623 Peterbilt 357 P624 Peterbilt 357 P625 Peterbilt 357 P626 Peterbilt 357 W627 Ford F650 L700: Lining Equipment 7 5800.900: Support 100 5806 Ford F-350 5811 Ford F-350 S813 Ford F-350 5815 Ford F-150 5816 Ford F-150 5817 Ford F-150 S818 Ford F-150 S819 Ford F-150 5824 Ford F-150 5826 Ford F-150 S830 Ford 5831 Ford F-550 2 ton Pickup 5833 Ford F-350XL 2 ton Pickup S834 Ford Flatbed 5835 Ford F-550 5836 Ford F-550 5837 Ford F-550 S839 Ford F-250 5841 GMC YUKON XL 5846 Ford F-150 5847 Ford F-150 S848 GMC Sierra 15002WC Regular Cab 133.0" 5849 GMC Sierra 15002WC Regular Cab 133.0" 5850 GMC Sierra 1500 2WE Regular Cab 133.0" 5851 GMC Sierra 1500 2WC Regular Cab 133.0" S852 Ford F-150 S853 Ford F-150 5854 Ford Transit 5855 Chevrolet Silveredo 1500 2WD Standard Pickup S856 Chevrolet Silveredo 1500 2WD Standard Pickup 5857 Chevrolet SiNeredo 1500 2WD Standard Pickup 5858 Chevrolet SiNeredo 1500 2WD Standard Pickup 5859 Chevrolet SiNeredo 1500 2WD Standard Pickup S860 Chevrolet SiNeredo 1500 2WD Standard Pickup 5861 Chevrolet Silverado 1500 2WD Standard Pickup S862 Chevrolet SiNeredo 1500 2WD Standard Pickup 5863 Ford E-450 Box Track 5864 Chevrolet Suburban S865 Ford Explorer S866 Dodge RAM - 2500 S867 Ford F-150 XL Extended cab 2WD 5868 Ford F-150 XL Extended cab 2WD 5869 Ford F-250 4 Door 2WD 6870 Ford F-250 4 Door 4WD Pump Truck Pump Track Pump Truck Pump Track Pump Track Pump Track Pump Truck Pump Truck Pump Track Pump Truck Pump Truck Pump Truck Pump Truck Pump Truck Pump Truck Pump Truck Pump Track Pump Truck Pump Truck Pump Track Pump Truck Pump Track Pump Track Water Truck 2 ton Pickup 2 ton Pickup 2 ton Pickup 1/2 ton Pickup 1/2 ton Pickup White 1995 N1564V FL 12/31/20 1HTSDAAN7SH678054 White 1999 N1583V FL 12/31/20 1HTGLAET2XH627327 White 1996 N9069U FL 12/31/20 1M2P267C5TM027456 White 1997 N9066U FL 12/31/20 1M2P267C5VM030540 While 1994 P9604A FL 12/31/20 1M2P264C9RM015792 White 1997 N9067U FL 12/31/20 1M2P267C0VM030221 White 1996 N9070U FL 12/31/20 2WKPDCJH5TK940470 Tr -Axel While 2011 N4271X FL 12/31/20 1NPSXUEX1BD127491 White 2008 HTMH11 FL 12/31/20 1HTWYAHR18J573963 White 2007 HTMH10 FL 12/31/20 1FUBA5CG77LZ16350 White 2007 ERIC77 FL 12/31/20 1FUBA5CG17LY00478 Tri -Axel White 2009 ERIC80 FL 12/31/20 1HSHWAHN79J122683 Td -Axel White 2009 ERIC78 FL 12/31/20 1 HSHWAHN39J122678 TI -Axel White 2006 IUZX32 FL 12/31/20 1NKDLU0X26J129453 TSAxel&Specie White 2004 P9606A FL 12/31/20 2FZHATDC24AM47917 Tri -Anel 8 Specie While 2006 P9607A FL 12/31/20 2FZHATDC96AV69225 Liquid Rig White 2003 P3759B FL 12/31/20 1M2AG12CO3M004491 Red 2006 P3765B FL 12/31/20 1XKDDU9X66J133446 White 2005 P3760B FL 12/31/20 3WKDAU8X55F084642 Specialty Built White 2006 P9050B FL 12/31/20 1NPALFOX76N633823 Specialty Built White 2007 P9051B FL 12/31/20 1NPALF0X37N657943 Specialty Bulk While 2004 P9053B FL 12/31/20 1NPALTOX84D817346 Specialty Built White 2004 P9052B FL 12/31/20 1NPALTOX94D812642 2006 3FRNF65E16V338859 Green 2000 GBJW06 FL 12/31/20 1 FTWX33FXYEA68103 White 2006 GBJW05 FL 12/31/20 1FTWW32P36EB63919 White 2001 AMPI18 FL 12/31/20 1FTWW33F21ED60577 White 2007 ICLZ68 FL 06/30/21 1FTRF12277NA61496 White 2007 ICLZ66 FL 06/30/21 1FTRF12297NA78509 White 2007 ICLZ80 FL 06/30/21 1FTRF12257NA48777 White 2007 ICLZ70 FL 06/30/21 1FTRF12257KC86694 White 2007 L843F FL 06/30/21 1FTRF12267KC61948 White 2007 NTMT01 FL 06/30/21 1FTRF12217NA75944 White 2007 ICLZ72 FL 06/30/21 1FTRF12227KD51825 2007 2046KF FL 12/31/20 1FTWW32P67EA21453 White 1999 2627GA FL 12/31/19 1FDAF56F3XEA77319 White 2006 817YLF FL 12/31/20 1FDWW36P56ED00140 White 2007 DVCD35 FL 12/31/20 1FDXF46P57EB19020 White 2005 DVCD34 FL 12/31/20 1 FDWW36P05EC77168 White 2006 DVCD36 FL 12/31/20 1FDAF57P48EB93473 White 2006 DVCD42 FL 12/31/20 1FTWW30P66EC57957 White 2008 DVCD37 FL 12/31/20 1FTSW20558ED78697 Black 2015 KDLF91 FL 06/30/21 1GKSIGKC4FR637276 Black 2016 HSUR59 FL 06/30/21 1FTEW1CF4GFA22522 White 2016 HSUR58 FL 06/30/21 1FTEWICF9GFA15615 White 2016 IJPC71 FL 06/30/21 1GTNILEC7G2164780 White 2016 IJPC72 FL 06/30/21 IGTN1LEC4GZ900929 White 2016 IJPC70 FL 06/30/21 1GTN1LEC3GZ901733 White 2016 IJPC68 FL 06/30/21 1GTNILEC5GZ900731 Black 2017 ITMV74 FL 06/30/21 1FTEWICPXHKE06175 Silver 2017 ITMV73 FL 06/30/21 1FTEW1CP3HKE05983 While 2015 JCQL48 FL 06/30/21 1FTNRIZM9FKA56569 White 2017 ICLZ67 FL 06/30/21 1GCRCNEH9HZ368890 White 2017 GRMM67 FL 06/30/21 1GCRCNEH5HZ383516 White 2017 JICT60 FL 06/30/21 1GCRCNEHXHZ382457 White 2017 JICT59 FL 06/30/21 1GCRCNEH4HZ382907 White 2017 JICT32 FL 06/30/21 1GCRCNEH2HZ366091 White 2017 JPZE45 FL 06/30/21 1GCRCNEH7HZ400946 White 2017 JPZE44 FL 06/30/21 1GCRCNEH1HZ396053 White 2017 JPZE47 FL 06/30/21 1GCRCNEHXHZ368932 White 2002 J5J172 12/31/20 1FDXE45F42HB27886 Gray 2013 KMAM16 FL 06/30/21 IGNSCJEO3DR176547 2017 KMTX48 12/31/20 1 FM5K7F84HGD00029 Gray 2018 HFKK02 12/31/20 3C6UR5CL8JG233302 2012 FLD3274 12/31/20 1FTFX1CF3CKE28438 2011 FLD3620 12/31/20 1FTFX1CF3BKD46509 2004 FLD3621 12/31/19 1FTNW20L74EC55165 2015 JL2895 NC 01/31/20 1FT7W2B66FED62453 03-10V-8716 06-08V-10042 7.3L V8 6.0L V8 7.3L V8 4.2L V6 4.2L V7 7.3L VB 6.0L V8 DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB 5871 Ford F-250 4 Door 4WD 2017 FLD5522 NC 01/31/20 1FT7W2B6XHEC83919 5872 Ford F-150 4X2 2017 FLD5521 NC 01/31/21 I FTEWI CF7HFC77506 5873 Ford F-250 4 Door 4WD 2017 FLD4605 01/31/20 1FT7W2B68HEC83918 5874 Ford F-250 While 2014 KQWK96 12/31/20 IFDBF2A60EEA62073 S875 Toyota Pilus Sales/Office 2011 JTDKN3DU0B1337659 5876 Nissan Rogue ;ales / Client Management 2016 JN8AT2MT3GW021805 5877 Ford E-350 Support Van -4th Crew 2009 1FTNE24W79DA43421 5878 Ford E350 TV Repair Van 2009 IFTNE24W59DA45152 S879 Nissan NV2500 Support Van 2012 IN6BFOKY2CN117156 5880 Ford F-250 Support Pickup - MOT 2012 1 FT7W2A67CEC85556 5881 Nissan NV2500 Support Van 2014 1N6BFOKY9EN108036 5882 Nissan Frontier GC Support 2016 1N6BD0CT3GN721460 5883 Nissan NV2500 Support Van 2016 1 N6BFOKY1 GN804800 5884 Nissan Titan GC Support 2017 1N6AA1R74HN526604 5885 Ford LCF450 Van Truck White 2007 LBIG99 FL 12/31/20 3FRLL45Z67V576540 5886 Intemational-enastar SFA S// Mechanics Truck 2012 LBIG96 FL 12/31/20 IHTJSSKK4CH655778 S887 Ford ) XLT Extended Mechanics Truck SIL 2007 LBIG97 12/31/20 3FRWX75U17V508122 5888 Ford F550 4x4 Mechanics Truck While 2012 LFPG65 FL 12/31/20 1 FDUF5HT5CED01295 5889 Ford XL Extended Ca Utility Tank 2014 LFPG51 FL 12/31/20 IFT8X3BT6EEB50924 5890 Ford S7A EnvirosightWhite 2012 GHDN14 FL 06/30/21 NMOLS7ANXCT125212 5891 Ford D Supercab XL l Mechanics Truck 2012 LFHU5I FL 12/31/20 1 FD7X2A6XCEA45992 S892 Ford Transit Van White 2012 GHEF33 FL 06/30/21 NMOLS7AN8CT086572 5893 Ford Transit Van White 2012 GHDN13 FL 06/30/21 NMOLS7AN6CT086571 5894 Ford Transit Van White 2012 GHDN15 FL 06/30/21 NMOLS7AN5CTI25215 5896 Isuzu Flatbed 2002 JALESB14227901601 5898 GMC 2500 2003 VACATACK 12/31/19 IGTHC291X3E190642 5899 Chevy Silverado 2017 IVACCRW 07/01/20 1GCIKVEY8HF134841 5900 GMC Siena 2009 1GTHK69649E131309 5901 GMC Siena 2015 PTF525 08/01/20 1GT12ZE89FF563197 S902 Isuzu NOR 2002 JALE5B14227901061 5903 Ford F-150 4 Door While 2013 GA I FTEXIEM2DFB53792 TBD Ford F-250 4 Door White 2019 HY9466 09/30/20 1FT7W2BT2KECO2845 TBD Ford F-250 4 Door White 2019 JC3139 09/30/20 I FT7W2BT5KEC48695 TBD Ford F-250 While 1999 CK5113 01/31/20 1FTNX21FOXEB81419 TBD Ford F-250 White 1999 AM4758 01/31/20 1FTNX2IFBXED42499 TBD Ford F-350 Dually(Pickup) White 1999 AM4757 expired 1FTWW33F2XEE41314 TBD Ford F-250 Push -Bar White 2001 CJ9394 01/31/20 1FTNX21F81EB80865 TBD Ford F350 Pickup White 2001 AM4751 01/31/20 1FTSW31F71EC53462 TBD Ford F350 While 2005 AM4756 01/31/20 1FDWW36P65E003367 TBD Ford F350 Pickup White 2015 EK7531 12/31/20 1FT8W3BTOFEB85222 TBD Ford F550 Pickup White 2007 CB1736 12/31/20 IFDAW57PX7EA64137 TBD Ford F550 White 2008 YA007390 12/31/20 1FDAW56R18EB69444 TBD Ford F-450 Mechanic Truck Gray 2008 FJ4848 10/31/20 1FDXW47R88EA35047 TBD Ford F-250 Ext. Cab White 2019 JC3138 09/30/20 1FT7X2B64KEC56882 TBD Ford F550 White 2018 YA107921 05/31/20 IFDOW5HT6JEB15745 TBD Ford F-250 Super Duty Pickup Gray 2011 HL6557 12/31/20 I FT7W2BT9BEA01654 TBD Ford F-550typer Pickup White 2019 21231D 1FDOW5HT8KEG79690 TBD Ford F350 White 2011 FF1402 07/31/20 IFT8W3AT3BEC66162 TBD Ford F-250 While 2012 EB8167 02/29/20 IFT7W2B68CED03741 TBD Ford F-350 Pickup While 2013 FC9792 NC 06/30/20 1FT8W3B6XDEB21972 TBD Ford F-150 Gray 2013 FF1403 07/31/20 IFTFWIEFXDKE47344 TBD Ford F550 Pickup White 2014 YA125053 01/31/21 1FDOW5HT6EEA61885 TBD Intemational 4300 Fusing Truck White 2005 FC9793 NC 06/30/20 1 HTMNAAM95H694225 TBD Ford F-150 Pickup White 2015 FH2551 09/30/20 1FTEW1EP2FFC11416 TBD Ford Ranger Small pickup Silver 2002 ELA6296 04/30/20 1FTZR45E12TA31543 TBD Ford Ranger/Small pickup Blue 2000 FCN4432 02/29/20 1FTZR15V5YTB11712 2.0L L4 2.0L L4 DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB Trench Safety Act file:///C:/Users/PURCGarW/Downloads/TRENCH_SAFETY_ACT (1).htm 1/2 DocuSign Envelope ID: 461696E5-1476-4F87-A5D6-6B256DFA9FBB Trench Safety Act TRENCH SAFETY On October 1, 1990 House Bill 3181, known as the Trench Safety Act became law. This incorporates th Occupational Safety & Health Administration (OSHA) revised excavation safety standards, citation 2 CFR.S.1926.650, as Florida's own standards. The Proposer, by virtue of the signature below, affirms that the Proposer is aware of this Act, and w comply with all applicable trench safety standards. Such assurance shall be legally binding on all persor employed by the Proposer and subcontractors. The Proposer is also obligated to identify the anticipated method and cost of compliance with th applicable trench safety standards. PROPOSER ACKNOWLEDGES THAT INCLUDED IN THE VARIOUS ITEMS OF THE BID AND IN TH TOTAL BID PRICE ARE COSTS FOR COMPLYING WITH THE FLORIDA TRENCH SAFETY ACl THESE ITEMS ARE A BREAKOUT OF THE RESPECTIVE ITEMS INVOLVING TRENCHING AND WIL NOT BE PAID SEPARATELY. THEY ARE NOT TO BE CONFUSED WITH BID ITEMS IN THE SCHEDUL OF PRICES, NOR BE CONSIDERED ADDITIONAL WORK. The Proposer further identified the costs and methods summarized below: Signature eddy.barba@envirowastesg.com CONSIDERATION FOR INDEMNIFICATION OF CITY Consideration for Indemnification of City $25.00 file:///C:/Users/PURCGarW/Downloads/TRENCH_SAFETY_ACT (1).htm 2/2 trench box sf 20 50 1000 trench box TOTAL $1000 Signature eddy.barba@envirowastesg.com CONSIDERATION FOR INDEMNIFICATION OF CITY Consideration for Indemnification of City $25.00 file:///C:/Users/PURCGarW/Downloads/TRENCH_SAFETY_ACT (1).htm 2/2