Loading...
Res No 008-15-14347RESOLUTION NO.:08-15-14347 A Resolution authorizingtheCity Manager toenterintoamulti-yearcontractwith Envirowaste Services Group,Inc.for storm drain system cleaningand maintenance services. WHEREAS,the Mayor and City Commission wish to provide storm drain system cleaning and maintenance services along City streets,and WHEREAS,the City wishestocontinuestormdrainsystemcleaningandmaintenanceservices with Envirowaste Services Group Inc.;and WHEREAS,theVillageof Pinecrest solicited proposals and received in excess of three bidsforstorm drain system cleaning and maintenance services.Envirowaste Services Group,Inc.waschosen by the Village as being the most competitive respondent;and WHEREAS,the City desiresto piggyback offofthecontractbetweenthe Village ofPinecrestand Envirowaste Services Group,Inc.;in accordance withtheCity'scharter,and WHEREAS,thetotalyearly expenditure isnot expected to exceed $20,000;and WHEREAS,the services will befundedthoughtheStorm Water Trust Fund account 111-1730-541-3450. NOW,THEREFORE,BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI,FLORIDA THAT: Section 1:The City Manager is authorized to enter intoa contract with and to issue work orders to Envirowaste Services group,Inc.as needed each year ofthe contract foran amount notto exceed $20,000 each year withoutprior Commission approval foran excess expenditure.Acopyofthe contract is attached. Section 2:The expenditure shallbe charged to the Storm Water Trust Fund account 111-1730-541- 3450 which has a balance of $75,661,before this request was made. Section 3:If any section clause,sentence,or phrase ofthis resolution isforany reason heldinvalidor unconstitutional bya court of competent jurisdiction,the holding shall not affect the validityof the remaining portions of this resolution. Section 4.This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this 6th day of January ATTEST: .,2015. APPROVED: MAYOR COMMISSIONVOTE:5-0 Mayor Stoddard Yea Vice Mayor Harris Yea Commissioner Welsh Yea Commissioner Liebman yea Commissioner Edmond yea lami CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUMTHECITYOFPLEASANTLIVING To: From: Date: Subject: Background: TheHonorableMayor&Members of theCity Commission Steven Alexander,City Manager January6,2015 AgendaItem No.: A Resolution authorizing theCityManagertoenterintoamulti-yearcontractwith Envirowaste Services Group,Inc.forstormdrain system cleaningand maintenance services. Inaneffortto continue providing cleanandwell maintained drainage systems throughout theCity,itis proposed tocontinuethestormdraincleaningand maintenance serviceswith Envirowaste ServicesGroup,Inc.TheCityis "piggybacking"onthe Village of Pinecrestfs Storm Drainage System Cleaning Services ContractexecutedonJanuary22,2014andvalidthroughJanuary 28,2017. TheVillage of PinecrestperformedaRequestforProposals(RFPNo.2013-012),alike tothe City's competitivesealedbidprocess,andreceivedfourcompetitivebidson November22,2013.AResolution(No.2014-3)wasadoptedonJanuary14,2014with Envirowaste Services Group. The2014-2015adoptedCity of SouthMiamiStormwaterDrainTrustFundbudget, ContractualServicesAccount 111-1730-541-3450,accountsfor$20,000forcitywide storm drain cleanout. AMOUNT:Amount not to exceed $20,000. ACCOUNT:The expenditure shallbechargedtothe Stormwater Drainage Trust Fundaccount number 111-1730-541-3450 withacurrentbalance of $75,661,beforethisrequestwas made. ATTACHMENTS:Proposed Resolution Envirowaste Services Contract Village of Pinecrest Resolution Village of Pinecrest Contract withEnvirowasteServicesGroup RFP Bid Results CONTRACT THIS AGREEMENT made and entered into this Vciay of3ar\uaw,?%m,by and between the City of South Miami,aFlorida municipal Coiporation (hereinaffiSr referred to as "City")and Envirowaste Services Group,Inc.,(hereinafter referred to as "Contractor"). WITNESSETH: WHEREAS,the Villages of Pinecrest solicited bids,pursuant to RFP #2013-012,etc., for Storm Drainage System Cleaning Services;and WHEREAS,the Villages of Pinecrest,after completing a competitive bidding process,awardeda contract to Contractor,and WHEREAS,the Cityof South Miami desires to utilize the Villages of Pinecrest Contract and pursuant to authority oftheCity ofSouth Miami's Charter. NOW,THEREFORE,the City and the Contractor,each through their authorized representative/official,agreeasfollows: 1.TheCitydesirestoenterintoa Contract,underthesametermsand conditions as set forth in the solicitation and the agreement between Villages of Pinecrest andContractor,pursuantRFP #2013-012, 2.TheCityhas reviewed the contract and agrees tothe terms and conditions and further agrees to the fair and reasonableness ofthe pricing.Contractor hereby agrees to provide such services under the same price(s),terms and conditions as found in RFP #2013- 012 and the agreement between the Villages of Pinecrest and Contractor,pursuant RFP #2013-012,acopy ofwhich,including any amendments thereto,is attached hereto and made apart hereofby reference. 3.All references inthe contract betweenthe Villages of Pinecrest and Contractor,shall be assumed to pertain to,and are binding upon Contractor and the City of South Miami.All decisions that are tobe made on behalf ofthe City,asset forth inthe Villages of Pinecrest's RFP #2013-012 and its agreement with Contractor shall be made by theCity Manager fortheCity of Soutfi Miami 4.Notwithstanding anything contained inthe Contract to the contrary,the provisions ofthis Agreement shall apply and take precedence over any contrary provisions in the contract between the Contractor andthe Villages ofPinecrest 5.Term:Theterm ofthe contract,includinganyextensions,shall not exceed fiveyears. 6.Ownership of Documents:Ail documentation andwork product produced as part ofthe contract shall become the exclusive property ofthe city.All bids/proposals and accompanying documentation received from the Contractor in response toa solicitation shall becomethepropertyofthecityand will notbe returned tothe Contractor.This subsection shall be applicable to all responses toa solicitation,including but not limited to request for proposal,requests for qualification,requests for letters of interest and request for bids. ThomasF.Pepe-7-16-14 Page I of5 7.PublicRecords:Contractor and all ofits subcontractors are required to complywiththepublicrecordslaw (s.l 19.0701)while providing goods and/or Serviceson behalfoftheCITYandthe Contractor,undersuch conditions,shall incorporate this paragraphinall of itssubcontractsforthisProject. 8.Indemnification:Contractorshallcomplywiththeindemnification requirements setforthinorassetforthintheattached Indemnification ExhibitIn addition, ifthe Contract requires the Citytoprovide indemnification,nothing contained thereinshall waivethe City's rightto sovereign immunityorthe protection ofs.768.28,FloridaStatutes. 9.Insurance -Bonding:Contractor shall comply withthe insurance requirementssetforthinthe attached Insurance Exhibit 10.Licenses and Certifications:Contractor shall secure all necessary business and professional licenses atitssole expense priorto executing the Agreement or commencing the Work. 11.Taxes:Contractorshall be responsibleforallpayments offederal,state, and/or local taxes related tothe Operations,inclusive ofsalestaxif applicable, 12.DrugFreeWorkplace:The Contractor shall comply withtheDrugFree Workplace policy set forth in attachment #two which is made a part of this agreement by reference, 13.Independent Contractor:Contractor isan independent entityunderthis Agreement and nothing herein shall be construed to create a partnership,joint venture,or agency relationship between the parties. 14.Entire Agreement,Modification,andBinding Effect:This Agreement constitutes the entire agreement oftheparties,incorporates all the understandings of the parties and supersedes any prior agreements,understandings,representation or negotiation, written or oral,This Agreement may notbe modified or amended except in writing,signed bybothparties hereto.This Agreement shallbe binding uponandinureto the benefit ofthe CityandContractor and totheir respective heirs,successors and assigns.No modification or amendment ofany terms or provisions of this agreement shall be valid or binding unless it complies with this paragraph.This agreement,in general,and thiis paragraph,in particular, shall notbe modified or amended byactsor omissions ofthe parties. 15-Non-Waiver:Cityand Contractor agree thatno failure to exercise andno delay in exercising any right,power or privilege under this Agreement on the part of either party shall operate asa waiver ofany right,power,or privilege under this Agreement.No waiver of this Agreement,in whole or part,including the provisions of this paragraph^may be implied by anyactor omission and will only be valid and enforceable ifin writing and duly executed by each oftheparties to this agreement Any waiver ofany term,condition or provision ofthis Agreement willnot constitute a waiver ofany other term,condition or provision hereof;norwill a waiver of any breach of any term,condition or provision constitute a waiver ofany subsequent or succeeding breach.The failure to enforce this agreement as toany particular breach or default shall notactasa waiver ofany subsequent breach or default 16.Rulesof Interpretation:Throughout this agreement the male pronoun may Thomas F.Pepe -7-16-14 Page2 of5 be substituted for female and neuter and the singular words substituted for plural and plural words substituted for singular wherever applicable. 17.Cumulative Remedies:The duties and obligations imposed bythe contract documents,if any,and the rights and remedies available hereunder,and,in particular but without limitation,the warranties,guarantees and obligations imposed upon Contractor by the Contract Documents and the rights and remedies available to the City hereunder,shall be in addition to,and shall not be construed in any way as a limitation of,any rights and remedies available at law or in equity,by special guarantee orby other provisions of die Contract Documents.In order to entitle any party to exercise any remedy reserved toitin this Agreement,or existing in law orin equity,it shall not be necessary to give notice,other than such notice as maybe herein expressly required.No remedy conferred upon or reserved to any party hereto,or existing at law orin equity,shall be exclusive ofanyother available remedyor remedies,but each andeverysuchremedy shall be cumulative and shall he in addition to every other remedy given under this Agreement or hereafter existing at law or in equity or by statute.No delay or omission to exercise any right or power accruing upon any default shall impair any such right or power or shall be construed to bea waiver thereof,but any such right and power may be exercised from time to time as often as maybe deemed expedient 18.Waiver Jury Trial:City and Contractor knowingly,irrevocably voluntarily and intentionally waive anyright either may have toa trial byjuryin State or Federal Court proceedings in respect to any action,proceeding,lawsuit or counterclaim arising out ofthe Contract Documentsorthe performance of the Woric thereunder. 19.Validity of Executed Copies:This agreement maybe executed in seveial counterparts,each of whichmaybe construed asan original. 20.Severability:If any term or provision ofthis Agreement orthe application thereof to any person or circumstance shall,to any extent,be invalid or unenforceable,the remainder of this Agreement*orthe application ofsuch term or provision to persons or circumstances otherthan those towhichitis held invalid or unenforceable,shall notbe affectedtherebyandeach term and provision of this Agreement shall be valid and enforceable tothe fullest extent permitted by law. 21.NoDiscrimination:No action shall betakenbythe Contractor,norwillit permit any acts or omissions which result in discrimination against any person,including employee or applicant for employment onthe basis of race,creed*color,national origin, religion,age,sex,familial status,marital status,ethnicity,sexual orientation or physical or mentaldisabilityas proscribed by lawandthatitwilltakeaffirmativeactiontoensurethat suchdiscrimination does nottake place.The Contractor shall complywiththe Americans with Disabilities Act Furthermore,Contractor agrees that itwill take affirmative action to ensurethatsuch discrimination doesnottake place. 22.Equal Employment:In accordance with Federal,StateandLocal law,the Contractor shall not discriminate against any employee or applicant for employment because ofrace,color,ethnicity,religion,sex,sexual orientation,national origin or handicap.The Contractor shall complywithall aspects of the Americans with Disabilities Act(ADA) during the performance ofthis contract.TheCityof South Miami's hiring practices strive to comply with all applicable federal regulations regarding employment eligibility and employment practices.Thus,all individuals and entities seeking todo work for the CITY ThomasF.Pepe -7-16-14 Page3 of5 areexpectedtocomplywithallapplicablelaws,governmentalrequirementsandregulations, includingtheregulations of theUnitedStatesDepartment of Justice pertaining to employmenteligibilityandemploymentpractices.BysigningthisAgreementthe Contractor hereby certifies under penalty ofperjury,tothe CITY,that Contractor isin compliance with all applicable regulations andlaws governing employment practices. 23.Governing Laws and Venue:This Agreement andthe performance of services hereunder willbe governed bythelaws of theState of Florida,with exclusive venue fortheresolution of anydisputebeingacourt of competent jurisdiction inMiami-Dade County,Florida. 24.Attorneys'Fees and Costs:hi theevent ofanylitigationbetweentheparties arisingout of orrelatinginanywaytothis Agreement orabreach thereof,eachpartyshall bearitsown costs and legal fees.Nothing contained herein shall prevent or prohibit theright tobeindemnifiedforanyattorney fees incurred inthedefense of anactionbyapersonor entitywhoisnotapartytothisAgreement 25.Unauthorized Aliens:Theemploymentofunauthorizedaliensbythe Contractor is considered a violation of Federal Law.Ifthe Contractor knowingly employs unauthorized aliens,such violation shall be cause for unilateral cancellation of this Agreement.This applies to any sub-contractors usedby the Contractor aswell.TheCITY reserves therightatits discretion,butdoesnot assume die obligation,to require proofof valid citizenship or,inthe alternative,proofofa valid green cardforeach person employed inthe performance ofworkor services fororonbehalfoftheCITY including persons employedby any independent contractor.Byreservingthis right theCITYdoesnotassume any obligation or responsibility to enforce or ensure compliance withthe applicable laws and/orregulations. 2&Assignment:Contractorshallnotassignortransferitsrightsunderthis Agreement withouttheexpresswritten consent of theCity.TheContractorshallnotassign and of itsduties,obligations and responsibilities.The City will not unreasonably withhold and/or delayitsconsentto the assignment oftheContractor'srights.TheCitymay,inits solediscretion,allowtheContractortoassignitsduties,obligationsandresponsibilities provided theassigneemeetsall of the City's requirementsto die City's solesatisfaction.The Contractor shall hot subcontract this Agreement oranyof the services tobe performed byit without priorconsent oftheCITYin writing.Any assignment or subcontracting in violation hereofshall be void and unenforceable. 27.Subcontracting:If allowed by this Agreement,the Contractor shallbeas fully responsible to the CITY fear theactsand omissions ofits subcontractors asitisforthe actsand omissions ofpeople directly employed by it All subcontractors and subcontractor agreements,if allowed by this Agreement,mustbeapprovedbytheCITY.TheContractor shallrequireeach subcemtractor,whois approved bytheCITY,toagreeinitscontractto observeandbeboundbyallobligationsandconditions of thisAgreementtowhich Contractor is bound. 28.EffectiveDate:This Agreement shallbecomeeffectiveand binding uponits executionbytheCityManager.. 29.Third Party Beneficiary:Itisspecificallyunderstoodandagreedthatno otherpersonorentityshallbeathirdparty beneficiary hereunder,andthatnoneof Thomas F.Pepe -7-16-14 Page 4 of5 provisions ofthis Agreement shallbeforthe benefit oforbe enforceable by anyone other thanthe parties hereto,andthatonlytheparties hereto shallhaveanyrights hereunder, 30.Further Assurances:Thepartiesheretoagreetoexecuteanyand all other and further documents asmightbe reasonably necessary inordertoratify,confirm,and effectuate theintentand purposes of theAgreement. 31.Time of Essence:Timeis of theessence of this Agreement 32.Construction:This Agreement shallnotbe construed morestronglyagainst eitherparty hereto,regardless ofwhowasmore responsible for its preparation. 33.Force Majeure:Neitherpartyheretoshallbeindefault of itsfailureto performits obligations underthisAgreement if causedbyactsofGod,civil commotion, strikes*labor disputes,or governmeiital demands or requirements thatcouldnotbe reasonably anticipated andthe effects avoided or mitigated.Eachpartyshallnotifytheother of any such occurrence. IN WITNESS WHEREOF,andasthedulyauthorizedact of theparties,the undersigned representatives ofthepartiesheretohavecausedthis instrument tobesignedintheir respective namesbytheirproperofficialsandtobeattestedbytheirrespectiveClerksthedayandyearfirst above written. rSvJLP fayO terpen**- (type name andtitle of signatory above) Thomas F.Pepe-7-16-14 Page5 of 5 MIAMI RESOLUTION NO.2014-3 A RESOLUTION OF THE VILLAGE OF PINECREST, FLORIDA,AWARDING A BID TO ENVIROWASTE SERVICES GROUP FOR STORM DRAINAGE SYSTEM CLEANING SERVICES;PROVIDING FOR AN EFFECTIVE DATE, WHEREAS,the Village issued an Invitation to Bid for the "Storm Drainage System Cleaning Services";and WHEREAS,sealed proposals were received bythe published deadline;and WHEREAS,Envirowaste Services Group submitted the most responsive proposal; NOW,THEREFORE,BE IT RESOLVED BY THE VILLAGE COUNCILOF PINECREST,FLORIDA, AS FOLLOWS: Section 1.That the Village Council hereby determines that Envirowaste Services Group has submitted the most responsive bidand hereby authorizes the Village Managerto enter into an agreement with said firm for the furnishing of all labor,materials,tools,equipment,machinery, superintendence,and services necessary for the completion ofthe project as detailed inthe "Storm Drainage System Cleaning Services"Invitation to Bid packet. Section 2.This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this 14thdayof January 2014 Attest: GuidoJ^rfnguar^o,Jr.,CMC Village Clerk Approvedasto Form and Legal Sufficiency: Mitchell Bierman Village Attorney Consent Agenda -'mdy fB Umm p AW VILLAGE OF PINECREST Agreement tor Professional Services STORM DRAINAGE SYSTEM CLEANING SERVICES Envirowaste Serviecs Group,Inc. This Agreement is entered into on January 22.2014 by the VILLAGE OF PINECREST,a Florida municipal corporation ['Village9)and Envirowaste Services Group.Inc.{"Contractor). RECITALS Village wishes to engage Contractor to perform the services described in the project proposal {"Proposal")attached as Exhibit Ato this Agreement. Contractor has offered to provide the services described in the Proposal on the terms and conditions set forth in this Agreement. AGREEMENT In consideration of the mutual covenants set forth in this Agreement,Village and Contractor agreeas follows: 1.Defined Terms.The following terms,when used in the Agreement,will have the meanings set forth below. 1.1.Agreement.This Agreement,including all exhibits attached,together with any amendments or modifications. I.I.Applicable Law.All municipal,county,state and federal laws,statutes, ordinances,rules,and regulations applicable to this Agreement,including,without limitation, the Village of Pinecrest Code of Ordinances,as they all may be amended from time to time. 1.2.Attorneys'Fees.All attorneys1 fees and costs,including fees ofany paralegals,administrative costs,and court costs,incurred at the trial court level and on any appeals. 1.3.Business Day.Any day that Village Hall is open for business. 1.4.Commencement Date,lanuary 29.2014 w 1.5.Completion Date,lanuarv 28.2017 1.6.Contract Price.As detailed in the Bid Form.Exhibit B 1.7.Contractor.Envirowaste Services Group,Inc..a corporation 12645 Pinecrest Parkway,Pinecrest.Florida 33156 T:305.234.2121 |F:305.234.2131 www.pinecrest-fl.gov 1.8.Effective Date.The date this Agreement is fully executed by the Contractor andthe Village. 1.9.Force Majeure Event.Any event beyond a party's reasonable control, including actsofGod,severe weather such as named tropical storms or hurricanes,acts of public authority,war,riot,strike or work stoppages,for as long as such event or condition exists. 1.10.Hazardous Substances.As defined in Section 10 of this Agreement. 1.11.Project.The project or undertaking described in the Proposal. 1.12.Proposal.The proposal for the Project attached as Exhibit A. 1.13.Service Area.The municipal boundaries of the Village. 1.14.Services.The services tobe performed by Contractor as described in the Proposal. 1.15.Term.The term of this Agreement,including any extensions of the term asagreed to by the parties according to this Agreement. 1.16.Village.The Village of Pinecrest,a Florida municipal corporation. 1.17.Village Hall.The Village's municipal building located at 12645 Pinecrest Parkway (US 1),Pinecrest,Florida 33156. 2.Exhibits.The following Exhibits are attached to this Agreement and are hereby made apartof this Agreement: Exhibit A-Project Proposal 3.Scopeof Services.Contractor agreesto perform the Services set forth in the Proposal in a professional manner and in accordance with Applicable Law. 4.Term of Agreement.The Term will commence onthe Effective Date,and will terminate on January 28.2017. 4.1.Extension of Term.Village will have the right to extend the Term for a period of two (2)years by sending written notice to Contractor not less than 30days before the end ofthe initial Term. 4.2.Village's Termination Rights.Village has the right to terminate this Agreement for any reason or for no reason upon 15 days written notice to Contractor.Upon termination of this Agreement and payment by the Village ofany undisputed amounts outstanding for the Services rendered by the Contractor prior to the dateof the notice of termination,this Agreement will terminate and neither Village nor Contractor will have any rights or obligations other than those that expressly survive the termination of this Agreement. 5.Payment of Contract Price.The Contract Price will be paid by the Village as follows: 5.1.Contractor Invoices.Contractor will send an invoice for completed Services every 30 days to the Village at the address set forth mSection 16 of the Agreement. The invoice will be reviewed by the Village to determine if the Services described in the invoice have been rendered according to the Proposal,If the Village is satisfied with the Services covered by the invoice,the invoice will be paid within 30 days after receipt by the Village.If the Village is not satisfied with the Services covered by the invoice,the Village will authorize payment only for the portion of the Services described in the invoice which the Village deems acceptable,and will notify the Contractor in writing as to the Services which the Village finds unacceptable. 5.2.Payments to Contractor.Payments tothe Contractor will besenttothe Contractor's address set forth in Section 16 of the Agreement. 5.3.Final Payment.The Village will make the final payment due under this Agreement upon completion of the Project and the Services 6.Village Representative.The Village may designate one or more employees or agents to be the Village's representative for the Project.The Village's representative may, during normal business hours,visit,inspect or appraise the Project,and any materials,plans, and specifications relating to the Project,whether kept at Contractor's offices or at the Project site or elsewhere.Contractor agrees to advise the Village's representative of meetings pertaining to the Project,and the Village's representative will be entitled to attend such meetings.Contractor agrees to cooperate with the Village to enable the Village's representative to conduct site visits and inspections. 7.Periodic Reporting.During the Term,Contractor shall meet with the Village Manager on a regular basis until the Project is completed in order to provide an update on the progress of the Project,unless the Village Manager waives the meeting.Within 5 days after request by Village,which request may be in writing,or by telephone or email, Contractor will provide detailed written reports to the Village of Contractor's progress on the Project. 8.Insurance.Contractor shall secure and maintain throughout the duration of this Agreement insurance of the types and in amounts not less than those specified below,naming the Village as an Additional Insured.The underwriter of such Insurance shall be qualified to do business in Florida,be rated "A-X"or better by A.M.Best &Company,and have agents upon whom service of process may be made in the State of Florida.The insurance coverage shall be primary insurance with respect to the Village,its officials,employees,agents and volunteers.Any insurance maintained by the Village shall be in excess of the Contractor's insurance and shall not contributetothe Contractor's insurance. 8.1.Insurance Coverages to be Provided.The insurance coverages shall include ata minimum the following: 8.1.1.Commercial General Liability Insurance.Commercial general liability coverage with limits of liability of not less than $1,000,000 per Occurrence combined single limit for Bodily Injury and Property Damage.The liability insurance shall include Completed Operations and Product Liability coverages and eliminate the exclusion with respect to property under the care,custody and control of Contractor.The General Aggregate Liability limit and the Products/Completed Operations Liability Aggregate limit shall be m the amount of $2,000,000 each.Coverage must be afforded ona form no more restrictive than the latest edition of the Commercial General Liability Policy,without restrictive endorsements,as filed by the Insurance Services Office,and must include:(i) Premises and/or Operations;(ii)Independent Contractors and Products and/or Completed Operations;(iii)Broad Form Property Damage,Personal Injury and a Contractual Liability Endorsement,including any hold harmless and/or indemnification agreement. 8.1.2.Workers Compensation and Employer's Liability Insurance. Workers compensation and employer's liability insurance,to apply for all employees for statutory limits as required by applicable State and Federal laws.The policy(ies)must include Employer's Liability with minimum limits of $1,000,000.00 each accident.No employee, subcontractor or agent of the Contractor shall be allowed to provide services pursuant to this Agreement unless covered by Worker's Compensation insurance. 8.1.3.Business Automobile Liability Insurance.Business automobile liability insurance with minimum limits of $1,000,000 per Occurrence combined single limit for Bodily Injury and Property Damage.Coverage must be afforded ona form no more restrictive than the latest edition of the Business Automobile Liability policy,without restrictive endorsements,as filed by the Insurance Service Office,and must include Owned,Hired,and Non-Owned Vehicles. 8.1.4.Professional Liability Insurance.Professional liability insurance in an amount of not less than $1,000,000.00 per Occurrence,single limit. 8.1.5.Other Coverages.Such additional insurance coverages as may be reasonably required by the Village. 8.2.Certificates of Insurance.Contractor must provide certificates of insurance to the Village reflecting the Village asan additional insured prior to the execution of this Agreement by Village and prior to Contractor commencing any Services.Contractor will be responsible for assuring that the insurance certificates required by this Section remain in full force and effect for the duration of this Agreement,including any extensions or renewals that may be agreed to by the parties.The certificates of insurance must name the types of policies provided,and must refer specifically to this Agreement and state that such insurance is as required by this Agreement.Contractor agrees to provide certified copies of the policies to Village upon written request by the Village.If a policy is due to expire prior to the completion of the Services,renewal certificates of insurance must be furnished 30 calendar days prior to the date of the policy expiration.Each policy certificate must be endorsed with a provision that not less than 30 calendar days'written notice will be provided to the Village before any policy or coverage is modified,expires or is cancelled or restricted.Acceptance of the insurance certificates is subject to approval of the Village. 8.3.Additional Insured.The Village is to be specifically included asan Additional Insured as to any liability of the Village resulting from Services performed by or on behalf of the Contractor in performance of this Agreement.The Contractor's insurance, including that applicable to the Village as an Additional Insured,shall apply on a primary basis andany other insurance maintained by the Village will be in excess of,and will not contributetotheContractor'sinsurance.TheContractor'sinsurance must containa severability of interest provision providing that,except with respect to the total limits of liability, the insurance will apply to each Insured or Additional Insured (for applicable policies)in the same manner as if separate policies had been issued toeach. 8.4.Deductibles.All deductiblesor self-insured retentions must be declared to and be reasonably approved by the Village.The Contractor shall be responsible for the payment of any deductible or self-insured retention in the event of any claim. 8.5.Survival.The provisions of this Section 8 shall survive termination of this Agreement. 9.Indemnification. 9.1.Indemnification by Contractor.Contractor agrees to indemnify,defend (with counsel selected by Village),and save harmless the Village from and against any and all claims,actions,damages,liabilities,losses,costs and expenses,including without limitation, Attorneys'Fees (collectively,"Losses")to the fullest extent permitted by law,arising in connection with the subject matter of this Agreement,including,without limitation, indemnification for Losses arising out of: 9.1.1.Contractor's default,breach,violation or non-performance of any provision of this Agreement; 9.1.2.Contractor's negligent actsor omissions; 9.2.Indemnification by Village.Village agrees to indemnify,defend,and hold harmless Contractor from and against any and all claims,actions,damages,liabilities, losses,costs and expenses,including without limitation,Attorneys'Fees (collectively,"Losses") to the fullest extent permitted by law,arising out of the subject matter of this Agreement. Village's indemnification of Contractor is subject to the provisions and monetary limitations of Section 768.28(5),Florida Statutes (as may be amended],which limitations shall be applicable to this Agreement regardless of whether such provisions would otherwise apply. 9.3.Survival of Indemnification.The provisions of this Section shall survive the expiration or early termination or cancellation of this Agreement.Nothing in this Agreement is intended to operate asa waiver of the Village's sovereign immunity. 10.Hazardous Substances.Contractor wili not dispose of or knowingly permit the storage,disposal,escape or discharge of any Hazardous Substances on,in or about any Village property."Hazardous Substances"shall mean any hazardous or toxic waste, substance or material including,but not limited to,any elements or compounds which are now or hereafter (a)identified in Section 101(14)ofthe CERCIA,42 U.S.C.§9601(14),andas set forth in 40 C.F.R.§302,e/seq.t as same may be amended from time to time,(b)any "hazardous air pollutant"identified in the Clean Air Act,42U.S.C §7412(a)(6),(c) determined to be toxic,a pollutant or contaminant,under any Applicable Law;,(d)contained in the list of hazardous substances adoptedby the United States Environmental Protection Agency,(e)defined as "petroleum"or "petroleum products"in Florida Statutes §376.301(32) (2005),as same may be amended from time \o time,and (f)asbestos,radon,polychlorinated biphenyls and such other elements,compounds,materials,substances orwaste which are otherwise dangerous,hazardous,harmful or deleterious to human or animal health or safety, orto the environment.In the event that any Hazardous Substances are discharged or contaminate any portion of Village property,then Contractor agreesto comply with anyand all Applicable Law relative to such Hazardous Substances,and,in connection with the foregoing,if any clean-up or removal of such Hazardous Substances orany other remedial action is required under Applicable Law,Contractor shall cause the same tobe performed without any expense to the Village.Contractor shall indemnify,defend (with counsel selected by the Village)and hold the Village harmless from anyand all damagesand losses arising out ofor in anyway connected with the presence ofany Hazardous Substances on Village property caused by Contractor orby Contractor's breach of its obligations regarding such Hazardous Substances.The indemnity obligations set forth herein shall survive the expiration or termination of this Agreement. 11.Default. 11.1.Notice.If a party to this Agreement {"Defaulting Party")fails to perform under this Agreement or fails to comply with the terms and conditions of this Agreement {"Default"),the other party hereto {"Non-Defaulting Party")must send written notice {"Default Notice")to the Defaulting Party,according to the notice requirements set forth in this Agreement. 11.2.Opportunity to Cure.The Defaulting Party will have a period of30 days after receipt of the Default Notice to either cure its Default orto provide a written response to the Non-Defaulting Party indicating the status of the Defaulting Party's resolution of the Default anda schedule for the curing of the Default. 11.3.Remedies.If,within 30days after receipt of Default Notice,the Defaulting Party fails to either cure its Default,orto provide a written response to the Non- Defaulting Party indicating the status ofthe Defaulting Party's resolution of the Default anda schedule for the curing of the Default,then the parties agree that the Village Manager andan authorized representative of Contractor will meet and attempt to cure the Default before either party initiates legal action to enforce this Agreement.If o Default occurs and is continuing,the Non-Defaulting Party will be entitled to all remedies available at law or in equity,which may include,but not be limited to,the right todamages and/or specific performance,or cancellation of this Agreement.These rights and remedies are cumulative,andthe exercise of onedoesnot preclude oractasa waiver toany other right or remedy. 11.4.Force Majeure.Neither party will be liable to the other party for any delay or failure to perform any obligation under this Agreement if the failure or delay \s causedby the occurrence ofan event beyond a party's reasonable control,including actsof God,severe weather such as named tropical storms or hurricanes,acts of public authority, war,riot,strike or work stoppages (each a "Force Majeure Event"),for as long as such Force Majeure Event is occurring. 12.Representations by Contractor.Contractor represents as follows: 12.1.Authority.Contractor is a Florida Profit Corporation in good standing and duly licensed under the lawsof the State of Florida. 12.2.Execution of Agreement.The individual signing this Agreement on behalf of Contractor has been duly authorized by Contractor to sign this Agreement and has full power and authority to bind Contractor to the terms and conditions of this Agreement. 13.Representations by Village.Village represents as follows: 13.1.Execution of Agreement.The individual signing this Agreement on behalf of the Village has been duly authorized by the Village to sign this Agreement and has full power and authority to bind the Village to the terms and conditions of this Agreement. 14.Assignment.This Agreement shall be binding upon the parties and their respective successors,transferees,and assigns and,in the caseof the Village (and its successors,transferees and assigns)shall also be binding upon any authorized representative duly empowered to act on behalf of the Village.This Agreement may not be assigned by Contractor without the prior written consent of the Village. 15.Notices.Unless otherwise provided in particular sections of this Agreement which expressly allow for telephone notice,all notices and other communications which are required tobe given under this Agreement must be in writing and must either be (a)hand- delivered,(b)sent by Federal Express ora comparable overnight mail service,(c)mailed by U.S.registered or certified mail,return receipt requested,postage prepaid,or (d)sent by email or fax with transmission or delivery receipt.Notices must be sent to the Village andto Contractor at their respective addresses set forth below.Notice is effective upon delivery or refusal of delivery of notice.Any notice delivered after 5:00 p.m.will be deemed to be delivered on the following Business Day.The addressees and addresses for notice may be changedby giving notice.Until written notice ofachange in addressis delivered,the last addresseeand address stated in this Agreement in effect for all purposes. If to Village:Village of Pinecrest 12645 Pinecrest Parkway Pinecrest,Florida 33156 Attention:Village Manager Telephone:305.234.2121 Fax:305 234 2121 Email:manager@pinecrest-fl.gov With acopy to:Weiss Serota Helfman Pastoriza Cole&Boniske,PL 2525 Poncede Leon Boulevard,Suite 700 Coral Gables,Florida 33134 Attention:Mitchell Bierman Telephone:305 854 0800 Fax:305 854 2323 Email:mbierman@wsMaw.com If to Contractor:Envirowaste Services Group 4Southeast 1£t Street,2nd Floor Miami,Florida 33131 Attention:Julio Fojon,Director Telephone:(305)281-1352 Email:julio.fojon@envirowastesg.com 16.Public Records.All records,files,documents,plans,and correspondence of Contractor arising out of this Agreement are public records subject to the provisions of Chapter l 19,Florida Statutes.The Village may terminate this Agreement immediately upon refusal by Contractor to allow reasonable access by the Village Manager or her designee or byany member of the public to any records pertaining to work performed under this Contract. 17.Additional Provisions. 17.1.Amendment.No modification or amendment of this Agreement will be of any force or effect unless in writing and executed by both parties to this Agreement. 17.2.Attorneys'Fees.In the event of any litigation between the parties arising out of this Agreement,the prevailing party shall be entitled to recover its Attorneys' Fees.The provisions of this paragraph shall survive the expiration or early termination or cancellation of this Agreement. 17.3.Construction of Agreement.All parties to this Agreement have substantially contributed to the drafting and negotiation of this Agreement,and this Agreement shall not,solely asa matter of judicial construction,be construed more severely against one of the parties than any other.The parties acknowledge that they have thoroughly read this Agreement,including all exhibits and attachments,and have sought and received whatever competent legal advice and counsel was necessary for them to form a full and complete understanding of all rights and obligations herein. 17.4.Counterparts.This Agreement may be signed in any number of counterparts,eachof which constitutes the Agreement ofthe parties andeachof which will be treated asan original. 17.5.Entire Agreement.This Agreement sets forth the entire agreement between the parties relating to the subject matter of this Agreement.This Agreement supersedes all prior and contemporaneous negotiations,understandings and agreements, written ororal,between the parties. 17.6.Gender.In this Agreement,the masculine includes the feminine and neuter,the singular includes the plural,and the plural includes the singular as the context requires. 17.7.Governing Law;Venue.This Agreement will be interpreted and enforced in accordance with Florida law.The venue for any disputes will be Miami-Dade County,Florida. 17.8.No Personal Liability of Village Representatives.Contractor acknowledges that this Agreement is being entered into by a governmental entity.Contractor agrees that no individual elected official,employee,or representative of Village will have any personal liability under this Agreement. 17.9.Section and Paragraph Headings.The section and paragraph headings contained in this Agreement are for purposes of identification only and are not to be considered in construing this Agreement. 17.10.Severability.If any provision of this Agreement is declared invalid or unenforceable by a court of competent jurisdiction,the invalid or unenforceable provision will be stricken from the Agreement,and the balance of the Agreement will remain in full force and effect as long as the striking of the invalid or unenforceable provision does not affect the overall purpose or intent of the Agreement. 17.11.Successors and Assigns.This Agreement will inure to the benefit ofand be binding upon the Village and Contractor and their respective legal representatives, successors,and permitted assigns. 17.12.Waiver.No waiver of any provision of this Agreement will be deemed to have been made unless such waiver is in writing and signed by the party waiving the provision.The failure of either party to insist upon strict performance of any provision of this Agreement will not be construed as waiving or relinquishing such provision in the future. 17.13.Waiver of Trial by Jury.The parties waive trial by jury in any action, proceeding or counterclaim brought by either party against the other with respect to any matter arising outof this Agreement. VILLAGE OF PINECRESI a Florida mujafcjpal By:..iiia4fo*Gomez, Village Marager Date Signed:_[ Attest: By: Guidp4<1 Village Clerk izojr.,CMC APPROVED.AS TOFORM AND LEGAL SUFFICIENCY; Weiss Serota Helfman Pasloriza Cole&Boniske,PA,Village Attorney ENVIROWASTE SERVICES GROUP,INC. a Florida profit corporation By: Date Signed:'^O "M ExhibitA PROJECTPROPOSAL EXHIBIT A pnjCrbt VILLAGE OFPINECREST Request for Proposals Storm Drainage System Cleaning Services RFP No.2013O12 NOTICE The Village of Pinecrest,herein referred to as the "Village",is soliciting proposals from qualified vendors for storm drainage system cleaning services In the Village of Pinecrest as described in the "Scope of Services". The proposal must be submitted no later than 2:00 p.m.on Friday,November 22,2013 in a sealed envelope clearfy marked "Storm Drainage System Cleaning Services"to the Village of 12645 Pinecrest Parkway, Pinecrest,FL 33156,late submittals will not be accepted orconsidered.For a complete copy of the RFP,please visit ^:i^4/}^'l!S^L!L^5^!hjd^or email manager@pinecrest-fl.gov. The Village reserves the right to accept any proposal deemed to be in the best interest of the Village or to waive any informality in any proposal The Village may reject anyorall proposals and re-advertise.There exisis ihe possibility lhat the Village may consider inits best interest to awGrd the contract to more than one firm,each to be available for specific assignments asthe need arises. You are hereby advised that this Request for Proposal is subject tothe ''Cone of Silence,"in accordance with A/.iami-Dade County Ordinance Nos.98106 and 99-1 %From the time of advertising until the Village Manager issues her recommendation,there is a prohibition on communication with the Village's professional staff.The Cone of Silence does not applyto oral communications at pre-bid conferences,oral presentations before evaluation committees,conlract discussions during any duly noticed public meeting,public presentations made to the Village Council during any duly noticed public meeting,controci negotiations with the staff following the award ofan RFP,RFG,RFL!orbidbythe Village Council,or communications in writing atany time wilh any Village employee,official or member of the Village Council unless specifically prohibited.A copy of all written communications must be filed with the Village Manager.Violation of these provisions byany particular bidder or proposer shall render any RFP award,RFQ award,RFLI award,orbidawardto said bidder or proposer void, and said bidder or proposer shall not be considered for any RFP,RFQ,RFL!orbid for a contract for the provision of goods or services for o period ofone year, All questions (egord'mg this RFP must be submitted in writing no less than five [5}business days before the proposal due date.All questions and comments should be directed to manoger@pinecrest-fl.gov.Answers to all submitted questions will be distributed in writing to all vendors registered to participate in this RFP.A vendor may legisrer by sending on email tothesame address. GuidoH.Inguanzo.Jr,CMC Village Clerk 12645 Pinecrest Parkway.Pinecrest.Florida 33156 T:305.234.2121 |F:305.234.2131 www.pinecresMl .gov Vilhqe of Pinecrest Request for Proposal Storm Drainage System Cleaning Services Project No.2013-012 A.SCOPE OF SERVICES I Description of Work:The work covered by this specification consists of the routine mechanical cleaning of storm sewer drainage systems with truck mounted sewer vacuum units.Hand labor may be required in areas inaccessible to mechanical equipment to perform the specified work.The storm sewer drainage system is composed of drop inlets,manholes,junction boxes,shoulder gutter inlets,french drains,800-t-catch basins,storm water deep well structure and cross,side and lateral drain pipes,piped outfall structures and other miscellaneous storm drainage structures.Cleaning of storm drainage facilities will occur as directed by the Village Manager.Bidder is asked to submit a bid for storm drainage system cleaning services onaper unit basis. 2.Droinage System Cleaning:The Village Manager reserves the right to assign the work on anas needed basis.Routine cleaning work shall consist of work scheduled monthly by the Village Manager or their designee to maintain the existing level of performance of the storm sewer drainage system and to extend the service life of the system.Non-routine cleaning work shall consist of work that must begin immediately to restore access to roadways and walkways for vehicular and pedestrian traffic. 3.The Contractor shall not begin work until authorized by the Village Manager or designee In writing in the form of a Work Order.Any one Work Order may be for oneor more locations.The Contractor shall commenceeach authorized project within five working daysof receipt of this notification.The mechanical storm drainage cleaning operation shall bedone in such a manner so not to damage the storm drainage structures,inlet grates,manhole covers,pipes or pipe joints.The Contractor shall remove the drainage structure grate or cover (if necessary)and remove by mechanical means all materials that obstruct either the structure opening,interior structure pipe openings orpipes such asgrass,roots or debris. 4.Drainage Structure Location Log:The contractor shall prepare a log that contains a listing of all the drainage structures and associated pipes cleaned,the types of debris removed and the location of the drainage structures to the nearest street intersection and GIS coordinates.The log shall be submitted to the Village Manageror designee with the completed andacceptedWork Order. 5.Quality Assurance:The Village Manageror designee shall consider the structure andpipe cleaning work completed and accepted when the structure is 100%free of all materials and when the full cross-section of all structure pipes are 100% free ofall materials.Structures or pipes determined unsatisfactory by the Village Village of Pinecrest Request for Proposal Storm Drainage System Cleaning Services Project No.2013012 Manager ot designee shall be re-cleaned to the satisfaction of the Village Manager within the time specified,at no additional cost to the Village.The only substance that may be removed and placed back into the drainage structure is the standing water removed during thede watering and cleaning process. 6.Work Hours:The cleaning operation of the storm sewer drainage system shall be performed Monday through Friday,between the hours of8:30 a.m.and 3:30 p.m.Weekend work may be permitted by the Village with prior authorization.The Village reserves the right tochangethe Contractor's work hours at its discretion if it determines that established work hours are causing traffic congestion. 7.Equipment:The Contractor shall furnish equipment of a lype and quantity to perform the work satisfactorily within the time specified.The truck mounted sewer vacuum unit shall be equipped with a vacuum tube anda 2/stage vacuum compressor. 8.Safety and Protection:All the storm sewerdrainage system cleaning work shall be accomplished with the truck vacuum unit facing inthesame direction as the traffic.All lane closures shall have the prior approval ofthe Village.While performing work,the Contractor will be required to provide the necessary barricades and other traffic safety devices to warn motorists of work being performed.The Contractor shall adhereto the Florida Department of Transportation's Manual on Uniform Traffic Control Devices for maintenance work zones.The Contractor and his employees shall be fully awareof these provisions,especially those applicable to the use of barricades,cones,signage, etc.,to provide asafe working environment. The foregoing requirements aretobe considered as minimum and the Contractor's compliance shall in noway relieve \he Contractor of final responsibility for providing adequate traffic control devices for the protection of the public and employees throughout the work areas. 9.Damage to Public and/or Private Properly:The Contractor shall take extreme care to safeguard all existing facilities,sito amenities,concrete and/or asphalt surfaces, and vehicles onor around the job site.Damageto public and/or private property shall be the responsibility of the Contractor and shall be replaced and/or repaired at no additional cost to the Village or to the owner of the property. 10.Cleanup and Protection:During work,Contractor must keep pavements clean and work area in an orderly condition.The Contractor shall properly dispose of any waste resulting from the work being performed in an approved facility atan approved site.Laborers will be required to wear orange vests when working Village of Pinecrest Request for Proposal Storm Drainage System Cleaning Services Project No.2013-012 In the right-of-way areasso that they may be visible by motorists. 1 I.Removal and Disposal of Debris:The Contractor shall cleanand remove materials such as but not limited to:sand,soil,leaves,paper,glass,cans,tire pieces,wood pieces,rocks,gravel,free branches,and other such materials on top of the grates,m the catch basins and pipes and in and around the outfalls.The materials removed by the vacuum system shall be disposed of by the Contractor in accordance with all County,State and Federal Rules and Regulations. 12.Basis of Payment:Payment shall be full compensation for furnishing all equipment,materials,labor,supervision,maintenance of traffic and incidentals necessary to complete all drainage systems cleaning as specified.The Contractor shall be compensated based on the work completed and accepted. B.SUBMITTAL REQUIREMENTS 1.Sealed proposals must be received no later than 2:00 p.m,local time on November 22,2013 at 12645 Pinecrest Parkway.Each sealed proposal should be clearly marked and identified as follows: Village of Pinecrest 12645 Pinecrest Parkway Pinecrest,Florida 33156 'STORM DRAINAGE SYSTEM CLEANING SERVICES" The responsibility for submitting this proposal and its receipt onor before the stated time anddate will be solely and strictly the responsibility of ihe proposer.The Village is in no way responsible for delays caused by any delivery system or caused by any other occurrence.Proposals received after the exact time anddate stipulated above shall be considered non-responsive. 2.Each proposer shall submit one (1)original,one (1)copy and one (1)digital (CD or USB Flash Drive in pdf format)proposal. 3.Contractor shall include at least three (3)projects ofa similar nature which the Contractor has completed satisfactorily,either asa prime contractor orasa subcontractor,within the past three years.This list shall include the project location,project owner,email and phone number for the project owner,and dateof project. 4.List Names and Types of Equipment to be utilized -the Contractor shall provide y s Village of Pinecrest Request for Proposal Storm Drainage System Cleaning Services ProjectNo.2013-012 the names and types of equipment on hand at time of the RFP opening. 5.Licenses:Applicant must provide copy ofany licenses applicable to business such as Miami-Dade County Occupational License,etc. 6.References:All qualified Contractors must submit a list ofat least three firms, organizations,or major customers to whom they have supplied storm drainage * system cleaning services within the past five years.Along with this information should be supplied the name,address,email and the phone number ofeach reference listed.Priority will be given for firms with municipal government references. 7.State Public Entity Crimes and Conflictsof Interest Form:Contractor must provide a completed form which is attached to this RFP. 8 Contract Period:The Agreement shall cover three (3)year period beginning February 1,2014 with one two-year option if agreed to by both parties,at least ninety (90)days prior to the expiration of the three year contract. 9.Insurance:Contractor must also provide proof of insurance to the Village tobe madepartof the contract.The Contractor shall haveand furnish Workers' Compensation Insurance and Employers Liability in the limits to comply with the Florida Statutes,The Contractor shall also furnish Public Liability and Contingent Liability Insurance for bodily injury in the minimum limits of the policy ofOne Million Dollars ($1,000,0001each person andOne Million Dollars ($1,000,000)each occurrence for bodily injury liability and limits of Two Hundred Fifty Thousand Dollars ($250,000)for each occurrence on property damage liability or Three Hundred Thousand Dollars ($300,000)single limit coverage,all to be in a form satisfactory to the Village and protecting the Village from any loss duetoany claim arising from or out of the contract work,and shall have the same approved by the Village prior to the signing of the contract.Insurance must be issued from a company who is licensed to sell insurance in the State of Florida.Proper certificates of such coverage shall be filed with the Village at the time of contract signing.The Village shall be named asan additional insured on the above- referenced policies. 4 Village of Pinecrest Request for Proposal Storm Droinage System Cleaning Services Project No.20I3OI? PUBLIC ENTITY CRIMES AND CONFLICTS OF INTEREST Pursuan?10 the provisions of Paragraph (2|(o|of Section 287.133,Florida State Statutes -"A person or affiliate who has been placed on the convicted vendor fat following a conviction for a public entity crime may not submif a Bid on a Contract to p/oviae ony goods or services to o public entity,may not submit a Bid on a Contract with b public entity for ihe construction ol repair of o public building.or public work,may not submit bids on leases or real property to o public «*.iy may not be awarded to perform Work os a Contractor,supplier,Subcontractor,or Consultant under a•.Contract ^any Hic.f^;anJd m°V not transact busings with any public entity in excess ol the threshold amount Category Two of'Section 287.017.Florida Statutes,for thirty six (36|months from the dote of being placed oh the convicted vendor list* The oword ol ony contract hereunder is sub{ect to the provisions of Chapter 112,Florida State Stages BIDDERS must disclose with their Bids.Ik*name of any officer,director,partner,associate or agent who is olso an officer or employee of the Village of Pinecrest or its agencies. SWORN STATEMENT PURSUANT TO SECTION 287.133 (3)ia) FLORIDA STATUTES,ON PUBLIC ENTITY CRIMES THi$FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZEDTOADMINISTER OATHS. I This sworn statement is submitted to UnJs*UJf*.L S*/Wc^.^"\^/i--~-— ^-~-j (print name of the public entity]by _,]U/;„to^ptr\£-j», [pnnf individual's name ond title) For fc'iJf'U/Mi-*>/*sU<i ^y,«?*•<. [print nameof entity submitting sworn statement] whose business address is n S£Is /S"K Zr /"*rW" >6 W ft.'51/V —rand(if applicable)its Federal Employer identification Number (FEIN)is j£.L..fy*£?&*?&(If the entity has no FEIN,include the Social Security Number of the individual signing this sworn statement: 2.t understand that a "public entity crime"03 defined in Paragraph 287.133 lljjg).Florida Statutes,means a violation ofany stole or federal low bya person with respect toand directfy related to the transaction of business with any public entity or with an ogency or political subdivision of any other stofe or of the United States,including, but not limited to ,ony bid or contract for goods or services to be provided to ony public entity or an agency or political subdivision of any other stole ofof the United States and involving antitrust,fraud,theft,bribery,collusion, racketeering,conspiracy,or materiel misrepresentation, 3.I understand thai "convicted"or "conviction*as defined in Paragraph 287,133 (l||bj,Florida Statutes,means o finding of guilt or o conviction of a public entity crime,with or without on adjudication of guilt,in ony federal or state trial court of record relating to charges brought byindictment or information after July 1,1989,asa result ofo jury verdict,nonjury trial,or entry ofa plea of guilty or nolo contendere. 4 I understand thof an "affiliate"as defined in Paragraph 287 133(1 )(a).Florida Statutes,means: (a}A predecessor or successor ofo person convicted ofa public entity crime;or (b)An entity under the control of ony natural person who is active in the managemen!of the entity ond who has been convicted ofo public entity crime.The term "affiliate"includes those officers,directors,executives, partners,shareholders,employees,members,ond agents who are active in the management ofon affiliate.The ownership by one person of shares constituting a controlling interest in ony person,or a pooling of equipment or income among persons when not for fair market value under on ami's length agreement shall beo prima focie case that one person controls another person.A person who knowingly enters into a joint venture with a person who has been convicted ofa public entity crime in Florida during ihe preceding 36 months shall be considered an affiliate. Village of Pinecrest Request for Proposal Storm Drainage System Cleaning Services ProjectNo.2013O12 5.i understand that a "person"as defined in Paragraph 287.1 33 (I |{ej,Florida Statutes,means any natural person or entity organized undet ihe laws olany state orof the United States with ihe legal power to enter into o binding contract and which bids or applies to bid on contracts for the provision of goods or services let by o public entity, or which otherwise tronsocts or opplies to transact business with a public entiry.The term "person"includes those officers,directors,executives,partners,shareholders,employees,members,ond agents whoare ociive in management ofan entiry. 6.Based on informotion and belief,the stafemenr which I have marked belowis true in relation tothe entity submiJHng this sworn statement.[Indicate which statement applies.] {/Neither the entity submitting this sworn stafemenr,nor any of its officers,directors,executives,partners, shareholders,employees,members,or agents who are active in the management of the entiry,nor any affiliate of the entity hasbeen charged with ond convicted ofa public entity crime subsequent to July ],1989. The entity submitting this sworn statement,oroneor more of its olficers,directors,executives,partners, shareholders,employees,members,or agents whoore octive in the management ofthe entity,oron affiliate ol the entity hasbeenchorged with and convicted ofa public entity crime subsequent toJuly 1.1989. The entity submitting this sworn statement,oroneor more of its officers,directors,executives,partners, shareholders,employees,members,or agents whooreactive inthe management ofthe entity,oron olfiliote of Ihe entity has been charged with and convicted of a public entity enme subsequent of July 1,1989.However,there has been a subsequent proceeding before a Hearing Officer of (he State of Florida.Division of Administrative Hearings and the Final Order eniered by the Hearing Olficer determined that it was not in the public interest fo phce the entity submitting this sworn statement ontheconvicted vendor list.{oHach acopyof the final order.] i UNDERSTAND THATTHE SUBMISSION Of THISFORMTOTHE CONTRACTING OFFICERFORTHE PUBLIC ENTITY INDENTIFIED IN PARAGRAPH 1(ONE)ABOVE IS FOR THAT PUBLIC ENTITY ONLY,ANDTHAT THIS FORM IS VAUD THROUGH DECEMBER 31 Of THECALENDARYEARIN WHICH IT IS FILED,tALSO UNDERSTAND THATtAM REQUIRED TOINFORMTHE PUBLIC ENTITY PRIOR TOENTERINGINTOA CONTRACT INEXCESSOF THE THRESHOLD /MOUNT PROVIDED IN SECTION 287.017,FLORIDA STATUTES.FORCATEGORY TWO OF ANY CHANGE IN ThE INFORMATION CONTAINED INTHIS FORM. Sworntoond subscribed before methis . Personally known _x. ORProducedidentification. (Type of identification) Form FUR 7068 (Rev,06/11 /92| ^t ),,/ 14th dayoi ti&erfjr Notary Public -Stole of SS£kld^3L My commission expires I\M^>|t'H (Printed,typed or stomped commissioned name of notary public) :V m >\MY COMMISSION #E6802392 EXPIRES Novambw 15,2014 (4O7P&-0153 HofayyPfAroarfco.com JELEAWY fiftESA rf'AiiBejiij IIX1X RISI VILLAGE OF PINECREST Request for Proposals STOFW DRAINAGE SYSTEM CLEMMING SSWCBS R=PNo.2013-012 ADDENDUM NO.1 Roject N ame:Storm Drainage System Cleaning Services Date:N ovember 4,2013 Ssnt Email This addendum submission is issued to clarify supplement and/or nnodify ihe previously issued FfP Documents,andis hereby made part ofthe RFP Documents.All requirements ofthe RFP Documente not modified herein shall remain in full force and effects as originally set forth. SFB31RCAT1QNS 1.The bidpackI received doesnot have a bid Hem sheet,doyouhaveonethatyou coiAJ 9end me? Rease usetheattachedBid Form (Attachment#1). 2.Canyou fell me Is thistie ffretiime flratthe Village of Rnecrest has putthlsoutto bid?If not can you provideme with previous bid taba Thisisnotthe first timethisprojecthasgone outto bid.However,the Village no longerhasallofthebidtabulationsfromthe original bid.Attachedisthe agreement thatis currently inplacewNchincludesthebid from awardedcompany (Attachment #2). 3.Doyouhavea set ofplanswiththe sizes of pipes and structures as well as the quantityoflinearfootage? No. 4.Arethereany plans'specs,and Isthere a bid form showing diameters andquantities to be bid? Thereareno plans oradditional specs beyond what islistedinthe RFP.TheBid Form to be used is Attachment #1 of this document It has ail of the information we have. 12645 Pinecrest Parkway.Pinecrest.Florida 33156 T:305.234.2121 |F:305.234.2131 vvwv/.pinecrest-fl.Qov Rjae 1of2 5.Modification in Scope of Seivfcea A.SCOFEOFSB^/ICBS,7)EquipmentTheContractorshall famish eqiipmert ofa typeandquanb'tytoperformtheworksatisfactorilywithinthetimespecified.The truok mounted sewer vacuum unitshall be equipped witha vacuum tube and a 2/stage vacuum oompreooor.Thetruckmounted sewer vacuum unitshallbe equipped withavacuum frfce andarootsstyle positive displacement blower producing 16"of vacuum.An 80 GFM Ok 2.000 pa iet rudderpumpwithallthe required nozzles toproperly clean pipes ranginginsizefrom 12"through 721and attachments to perform root cuffing. Attachment #1;Bid Form Attachment #2:Cinert Agreement Ffcge2of2 I'!\RRBT VILLAGE OF PINECREST Request lor Proposals SIDFM DRMNAGESYlSTBVf CUBMING SBMCBS RFPNo.2013-012 ADOBJDUM NO.1 1 Bid Form 12645 Pinecrest Parkway,Pinecrest.Florida 33156 T;305.234.2121 |F:305.234.2131 www.pinecresMKgov |%ge -|0f -| VILLAGEOFPINECREST RequestforProposals aormDrainageSystemCleaningServices RejectNa2013-012 SdForm fi^MnMofVi|#i^u$| CleaningofCatchBasins (approximately800)•i-oleach CleaningofFrenchDrains3-0(each CleaningofRpesif.11perlinearfoot CleaningofOutfalls (approximately40)loleach FbotCutting$nr,^hourly Other 12645PinecrestParkway.Pinecrest.Florldo33156 T:305.234.2121|F:305.234.2)31 www.plnecresl-fl.gov VILLAGE OF PINECREST Request for Proposals SIDFM DRMNAGESY5IBU CLEWING SEFMCE3 R=PNa>2013-012 ADDENDUM NO.2 Roject Na me:Storm Drainage System Cleaning Seivlces Date:N ovember 12,2013 Sent Email This addendum submission is issued to clarify,supplement and/or modify the previously issued RFP Documents andis hereby made part:of the R=P Document*All requirements of the RFP Documents not modified herein shall remain in full force and effects as origirally setforth. SRB5IHCAT10NS 1.Canyou provide the yearly quantities ofworkby bid Item the currant contactorhas performedonayearly basis ureterthecurrentcontract? Hie Village does nothavethisinformation 2.Cleaning French drains-Bach -Can you tell me the lengths and size ranges? Sizes vary throughout the Village.They range from 3'squareto 4'by 6"and8' deep. 3.Cleaning Rpes -LF-Canyou tell me size range? Szes vary throughout the Village.They range from 8"in diameter to approximately 30",thelength ranges from 25 linear feetto 200 linear feet 4.R>ot Cutting -Hourly -Is this price additional tothe cleartr^i prices? Fbot cutting ispartofthe cleaning seivicea However,please provide hourly cost for this service. 5.Othsr-Whatother fens areyou lookfrxj fort No otherspecificitems are requested. 12645 Pinecrest Porkwoy,Pinecrest.Florido 33156 T:305.234.2121 |F:305.234.2131 www.pinecresf-fl.gov Riae 1 of 1 Local Business Tax Receipt Miami-Dade County,State of Florida -THIS IS NOT 'A8IUL -DONOTPAY 3961266 BUSINESS NAME/LOCATION ENWROWASIJESSWfCESCROUP INC, 4 SE5!ST 2;R00R•*"-^ MIAMI #33137 ''• OWNER •SSiyiROWASTE SERVICES CROUP INC Emplbyee(s)5 RECEIPT NO. RENEWAL 4t34060 SEC.TYPE OF BUSINESS 213 SERVICE BUSINESS Th&lttnf SusfrwwTnx Receipto&ly confirms pstas^tfof ShsXocfil Btrsmcss Ta*«The Receipt isnota license, pcritftora ccrlift'Cxitit»fi ol(he fftlaprt quaUficwo^fo&titafoes*,Holder Jnwtcomply wildany governmental or n^governmenloijfc^totory law**&d requirement wlttcli&ftafyto Ihe bitsittsts. TheRECEIPT NO.above ftttrt'b*displayed onallcommercial vehicles -Miami-Dade Code Sec 8(h27& for mora information,visit www.roiani{dad&.OByrt«coffactor &ltoX-*,j.>V**-.iszfttr•.-PH$1?^>?i?^sjSjBKgv ^53?^?^ 7*sfev^tfj^|^f^ STATE OF FLORIDA DEPARTMENTOPBUSINESSAND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD1940NORTHMONROESTREET^" TALLAHASSEE FL 32399-0783 (850)487-1395 BARBA,EDUARJDO JOSE ENVIROWASTE SERVICES GROUP,INC. 4 SE 1 STREET 2ND FLOOR MIAMI FL 33131 Congratulations!With this license you become oneof thenearly one million j Florfdians licensed bythe Department of Business and Professional Regulation.» Our professionals and businesses range from architects to yacht brokers,from [ boxers to barbeque restaurants,and they kwep Florida's economy strong.j Every daywe work to Improve theway we do business In order to serve you better.' For information about our services,pleaselogonto www.myfIoridalicense.com.. There you can find more information about ourdivisions and the regulations that I impact you,subscribetodepartmentnewslettersandlearnmoreaboutthe Department's initiatives. Ourmission atthe Department is:License Efficiently,Regulate Fairly,We constantly strive toserveyoubettersothatyoucanserveyourcustomers. Thankyou for doing businessin Florida,and congratulations onyournewllcensel DETACH HERE STATE OF FLORIDA ^C#£3l**5&! DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CGC1520877 08/29/12 120079223 CERTIFIED GENERAL CONTRACTOR BARBA,EDUASUSO tfOSE ENVIROWASTE SERVICES GROUP,INC. IS 'CERTIFIED una©*tfc*proviaioa*ot Ch.489 ts aspiration dat«.AUG 31,2014 JU2082S0D805 &^J&POmM£N;!»SS^^ $63 J.4 o o r>\c DEPARTMENT O.„ CONSTRUCTION INDUSTRY LICENSIN< STATE OF FLORIDA BUSI?pSS_A^FROFK^ TG BOARD SBATCHWUMBER 1LICENSE NBR 08/29/2012 J120079223 CGC1520877 TJtxe GENERAL CONTRACTOR Named below IS CERTIFIED Under the provisions of Chaptex 489 FS< Expiration date:AUG 31,2014 BARBA,EDUARDO JOSE ENVIROWASTE SERVICES GROUP,INC. 4 SE 1 STREET 2ND FLOOR MIAMI FL 33131 RICK SCOTT GOVERNOR ntSPl AV A<5 PFril IfPPH m/i ma/ SEC^Z.12082900805 KEN LAWSON SECRETARY 201305081047^61 emg^mmB8&Regulator'and Economic Resources tw£I A fefi f SnHl Environmental Resources ManagementMlAMfDADE^70l NVV Is*Court ♦7lh Floor Miami,Florida 33136-3912 T 305-372-6600 F305-372-6893 miamidacfe.gov PERMITNO:LW-000520-2013/2014 (ST)-ST HNVIROWASTB SERVICES GROBP,IMC. 213 S NW MIAMI CT MrAMI,FL 33142- PERMITTEE: Mr.Rduacdo R Barba ENVIROWASTE SERVICES GROOF,INC. 4 SB 1ST ST 2ND FLOOR MIAMI,FL 33131- LIQUID WASTE TRANSPORTERS ANNUAL OPERATING PERMIT DESCRIPTION OP FACILITT/BQOIPMENT This document,issued under the provisions of Chapter 24,Miami-Dade County Code (Dade County Environmental Protection,ordinance),shall be valid from April 01,2013 through March 31,2014.The above named permittee,is hereby authorized to operate as a Liquid Waste Transportation business from the above location,andwith the equipment bearing the 22 identifying sticker(s)included with chis permit. This facility is subject to conditions listed below and in the following pages fif any)of chis permit. SPKCIPIC CONDITIONS 1.Correctly completed monthly reporting forms and corresponding feesare required tobe submitted totheDepartment on/or beforethe10th of.thefollowing month. 2.No waste other than residential septic tank,restaurant grease trap and RER approved industrial wastewatersshallbetransportedunderthispermit. 3.No waste from an industrial facility or industrial holding tank shall be pumped out unless previousapprovalisobtainedfromthis department.Allapproved industrial wastewaters transported shall be listed separately on the Liquid Waste Transporters Monthly Report,detailing nameof source,address,date,amountof waste,andlocationof disposal. 4.No hazardous wasteshallbe transported underchispermit. 5.Allwastetransportationequipmentshallbemaintainedingoodworkingorderatall times, valves,hoses,tanks,etc..shallbe properly maintained andshallnotleak. 6.AH waste material shall be deposited (dumped)atan approved disposal site.Theonly approved disposal sites in Miami-Dade County are:Virginia Key and Black Point sewage treatment plants. i.No wasteshallbedepositedatanyothersiteorstructurein Miami-Dade County. GENERAL CONDITIONS 8.The applicant,by acceptance of this document,agrees to operate and maintain the subject operation soasto comply with the requirements of Chapter 24ofthe Code of Miami-Dade County. 9.Ifforany reason,the applicant does not comply withorwillbe unable to comply withany condition or limitation specified on this document the applicant shall immediately notify and providethe department withthefollowing information:(a)a description ofandcauseof non-compliance;and (b)theperiodof non-compliance including exactdatesandtimes;or,ifnot corrected,theanticipatedtimethe non-compliance isexpectedto continue,andsteps taken to reduce,eliminate,andprevent recurrence ofthe non-compliance.The applicant shallbe Lee j/TKdffty,Assistant Director Department of Regulatory and Economic Resources, EnvironmentalResources Management Page 1of2 \L Ufftv.Assistant COMPANY INFORMATION EnviroWaste Services Group,Inc. 4SE 1st Street,2nd Floor,Miami,FL 33131 (305)637-9665,Fax(305)637-9659,(877)637-9665 License:#QB 32296 CGC 1507453 Company Experience /Qualifications ForTheVillage of Pinecrest • Owner:The Villageof Pinecrest ProjectTitle:StormDrainageSystem Cleaning Services Budget:$50,000 per year Time period:1998-current Scope:ESG has beencontractedtodrainage systems as well asvarioussmall constructions jobs Contact:Dan Moretti Ph:305-669-6919 Project Name:City of Miami Beach,FL Project Title:Horizontal Job Order Contract Budget:$25,000,000 Time period:July 2009 -July 2014 Synopsis:ESGhasbeen contracted to provide horizontal general contracting services for the Cityof Miami BeachincludingCIPPrehabilitation,sewer cleaning/TV'ing,pointrepairs,demolition,drainage,paving,sidewalks,curbs, gutters,excavation,and all other "horizontal0 construction services.EnviroWaste cleans and televises alloftheoutfallslocated with theCityof Miami Beach. Specifically wehave extensively cleanedstorm sewer andmany outfalls within the city. Contact:Mike Alvarez 786-367-6109 Owner:CityofMiami Project Title:Outfall Cleaning Contract Budget:$250,000 per year Time period:2005 -current Scope:ESG has been contractedtoprovidecleaningoftheCityof Miami's outfalls. Contact:Ely Estevez Ph:305-416-1200 9 Owner:Orange County,FL Project Title:Stormwater SystemInspection,Cleaning,Sealing,VoidDetection &VoidFilling (Y8-1034-J2) Budget:$2,000,002 Headquarters:4 SE 1**Street,2nd Floor,Miami,FL 33131 *(877)637-9665 *F(305)637-9659 Offices:Miami,FL *Orlando,FL*Dallas,TX *Houston,TX www.envirowastesg.com *email:info@envirowastesg.com « + Time period:June 2008 -June 2011 Scope:ESG has been contracted to provide various drainage related contracting services for Orange County,FL,including cleaning,video inspection,chemical grouting,internal joint seals,sonar inspection,ground penetrating radar,soil stabilization,injection holes,and injection &sealingofcracks. Contact:Charles West 407-836-7876 Owner:Orange County,FL ProjectTitle:Stormwater System Inspection,Cleaning,Sealing,Void Detection &VoidFilling (Y8-1110) Budget:$1,778,721 Time period:November 2008 -November 2011 Scope:ESG hasbeen contracted to provide various drainage related contracting servicesforOrange County,FL,including cleaning,video inspection,chemical grouting,internaljointseals,sonar inspection,groundpenetratingradar,soil stabilization,injectionholes,and injection &sealingofcracks. Project Name:Cityof Houston,TX Project Title:Sewer Maintenance &Repair Services Budget $2,700,000 (across6 separate butequal scope contracts) Time period:February2009-February2014 Synopsis:ESGhasbeencontractedbytheCitytoprovidesanitarysewer maintenance andrepair services throughout the City.The scope of services includesstorm&sanitary sewer cleaningfTV'ing,pointrepairs,bypass pumping, sonar inspection,etc. Contact:Jahmel John or Larry Rochelle 713-641-9924 Project Name:CityofMiami Beach,FL Project Title:Horizontal Job Order Contract Budget:$10,000,000 Time period:April 2008 -April 2013 Synopsis:ESG has beencontractedtoprovidehorizontal general contracting services for the Cityof Miami Beach including CIPP rehabilitation,sewer cleaning/TV'ing,point repairs,demolition,drainage,paving,sidewalks,curbs, gutters,excavation,and all other "horizontal"construction sen/ices.EnviroWaste cleans and televises alloftheoutfalls located with the CityofMiami Beach. Contact:Mike Alvarez 305-673-7000 «Owner:Cityof Ocala Project Title:Sanitary Sewer System Inspection,Cleaning Budget:$1,250,000 Time period:2008 -2016 Scope:ESG has been contracted toprovide cleaning and inspection of sanitary sewers. Contact:Edwards Earnest Ph:352-629-8521 Fax:352-629-8242 Headquarters:4 SE19t Street,2nd Floor,Miami,FL 33131 *(877)637-9665 *F(305)637-9659 Offices:Miami,FL *Orlando,FL*Dallas,TX *Houston,TX www.envirowastesq.com *email:info@envirowa8tesg.com Inc. Eearnest@ocalafl.org •Project name:S-782Lateral Sewer Testing -2005-2007 Location:Miami-Dade Water&SewerDepartment Budget:$3,300,000 (completedat$2,450,000) Time period:2 years Synopsis:ESG was contracted totest approximately 6,000 sanitary sewer service lateral connections in 40 lift stations throughout Miami-Dade County.The lineswere tested usingthe pressure test and/or the smoke test method.This pilot study program,the first ofits kind in the U.S.,wasrequestedto determine the l&l problems with the lateral connections throughout the County. Contact:Miguel Pichardo 786-258-2573 •Project name:S-793 Sanitary Sewer Service Laterals CIPP Rehabilitation Location:Miami-Dade Water&SewerDepartment Budget:$500,000 Time period:2006 Synopsis:ESG was contracted by the Prime Contractor to line 95 sanitary sewerservicelaterals throughout areasof Miami-Dade County. •Project name:S-803 SectionalLineRepair -2006/2009 Location:Miami-DadeWater&Sewer Department Budget:$2,000,000 Time period:Scheduled to complete project withinhalf the allotted timeframe. Synopsis:ESGwas contracted to clean,CCTV video,andinspectsewerlines throughout Miami-Dade County to determine wherearepairis required.The specific repair method usedunderthis contract issectional lining. Contact Miguel Pichardo 786-258-2573 •Project name:S-847 Sectional LineRepair -2010 Location:Miami-DadeWater&Sewer Department Budget:$2,000,000 Time period:Scheduled tocompleteprojectwithinhalf the allottedtimeframe. Synopsis:ESGwascontractedtoclean,CCTVvideo,andinspect sewer lines throughoutMiami-DadeCountytodetermine where arepairisrequired.The specificrepairmethodusedunderthiscontractissectional lining. •Project Name:FDOT-Lake County Project Title:Maintenance contract E5J21 Budget:$630,000 (completedontimeand under budget) Time period:August 2007 -March 2008 Synopsis:ESG was contracted bytheFDOTto repair and maintain the storm watersystemonanyoftheDepartment's rights-of-way inLake County.The primary workduties included CIPP repair ofdrainagepipes,joint repairs,sealing ofdrainagepipesandstructures,pressure grouting,desilting ofpipes,inlets,and Headquarters:4 SE 1st Street,2nd Floor,Miami,FL 33131 *(877)637-9665 *F(305)637-9659 Offices:Miami,FL*Orlando,FL*Dallas,TX *Houston,TX www.envirowastesq.com *email:info@envirowastesg.com • ♦ » culverts,production ofvideo records and written reports.The installation ofliners included sizes ranging from 15"to36". Project Name:Indian Creek Village Project Title:Rehabilitation of Storm Sewer System Budget:$330,000 Time period:July 2006 -March 2007 Synopsis:ESG was contracted by the Villageto provide various storm sewer services.The scope of services includesCIPP lining,grouting,sectional lining, storm drain cleaning,video inspection,point repairs,repair ofinlets and manholes,andsiterestoration.Theinstallationoflinersincluded sizes ranging from 8"to 36". Project Name:Lighthouse Point ProjectTitle:Rehabilitation of Storm Sewerson 24th Street Budget:$85,000 Time period: Synopsis:ESG was subcontracted bya Prime Contractor to provide various storm sewer services.The scope of services includes CIPP lining,storm drain cleaning,and videoinspection.The installationoflinersincluded sizes ranging from 15"to 36". Project name:Sanitary Sewer Service Laterals CIPP Rehabilitation Location:Kenneth City,FL Budget:$60,000 Time period:2006 Synopsis:ESG was contracted by the Prime Contractor toline 45 sanitary sewer service laterals throughout areas of Kenneth City,FL. *Project name:Sanitary Sewer Evaluation Study &Repairs Location:Homestead Air Reserve Base,FL Budget:$126,000 Time period:2007 Synopsis:The project consisted of evaluating the sanitary sewer system by smoke testing,followed by further evaluation by cleaning and video inspection. This resulted ina variety of repair methods such as CIPP lining,CIPP sectional repairs,installing cleanouts,restoration of manholes,raising chimneys, installation of new sanitary pipes,service reinstatement,open cut point repair, chemical grouting of joints,and site restoration. •Project name:Sanitary Sewer Evaluation Study &Repairs Location:Miami International Airport,FL Budget:$71,000 Time period:2007-2008 Synopsis:The project consisted of evaluating the sanitary sewer system by cleaning and video inspection.This resulted ina variety of repair methods such Headquarters:4SE 1st Street,2nd Floor,Miami,FL 33131 *(877)637-9665 *F (305)637-9659 Offices:Miami,FL *Orlando,FL *Dallas,TX *Houston,TX www.envirowastesq.com *email:info@envirowastesg.com as CIPP lining,CIPP sectional repairs,installing cleanouts,installationofnew sanitary pipes,servicereinstatement,opencutpointrepair,chemicalgroutingof joints,and site restoration. •Owner:BrowardCounty,FL (Water and Wastewater Services) Project Title:Sewer Cleaning/Televising/Grouting/Video Capture Budget:$672,150 Time period:August 2008 -Current Scope:ESGhasbeencontractedto provide various drainage related contracting services forBrowardCounty,FL,including cleaning,videoinspection,chemical grouting,and bypass pumping. •Project Name:FDOT -Broward E4J05 Project Title:Maintenance contract Budget:$215,000 per year Time period:2006-2009 Contact:Brenda Morgan 954-931-6177 Synopsis:ESG was contracted bytheFDOTto clean and inspect the storm drainage system within the county. •Project Name:FDOT -Broward County E4G62 Project Title:Maintenance contract Budget:$300,000 /year Time period:2003-2005 Contact:Brenda Morgan 954-931-6177 Synopsis:ESG was contracted bytheFDOTto clean and inspect the storm drainage system within the county. •Project Name:FDOT -Miami Dade E6E58 Project Title:Maintenance contract Budget:$165,000 per year Time period:2009-2011 Contact:MaryLou Karner 305-256-6330 Synopsis:ESG was contracted by the FDOTto clean and inspect the deep well injection system within the county. •Project Name:FDOT -Miami Dade E6B68 Project Title:Maintenance contract Budget:$200,000 per year Time period:2003-2005 Contact:MaryLouKarner 305-256-6330 Synopsis:ESG was contracted bytheFDOTto clean and inspect the storm drainage system within the county. •Project Name:FDOT -Miami Dade E6B70 Project Title:Maintenance contract Headquarters:4SE 1st Street,2^Floor,Miami,FL 33131 *(877)637-9665 *F (305)637-9659 Offices:Miami,FL *Orlando,FL *Dallas,TX *Houston,TX www.envirowastesq.com *email:info@envirowastesg.com Budget:$200,000 per year Time period:2003-2005 Contact:MaryLou Karner 305-256-6330 Synopsis:ESG was contracted bythe FDOT tocleanand inspect the storm drainage system within the county. Project Name:FDOT -Miami Dade E6D75 Project Title:Maintenance contract Budget:$200,000 per year Time period:2006-2007 Contact:MaryLou Karner 305-256-6330 Synopsis:ESG was contracted bythe FDOT tocleanand inspect the storm drainage system within thecounty,large diameter pipes. Project Name:FDOT -Lak§County E5M28 Project Title:Maintenance contract Budget:$225,000 per year Time period:2009 Synopsis:ESGwascontractedbythe FDOT toclean,inspect,andrepairthe storm drainage system within the county. Project Name:FDOT -Deland H-5069 Project Title:Emergency Clean up contract,Hurricane Frances Budget:$189,000 Time period:2004 Synopsis:ESG was contracted bytheFDOTto clean thestorm drainage system within the county after Hurricane Frances. Project Name:FDOT -Miami Dade H-6069 Project Title:Emergency Clean up contract,Hurricane Wilma Budget:$1,000,000 Time period:2005 Contact:MaryLou Karner 305-256-6330 Synopsis:ESG was contracted bytheFDOTto clean thestorm drainage system within the county after Hurricane Wilma. Project Name:FDOT-Miami Dade,Key West H-6065 Project Title:Emergency Clean up contract,Hurricane Wilma Budget:$200,000 Time period:2005 Contact:Mary Lou Karner 305-256-6330 Synopsis:ESG was contracted by the FDOTto clean the storm drainage system within the county after Hurricane Wilma. •Project name:Citywide Storm Drain Cleaning -2006 Headquarters:4 SE18i Street,2nd Floor,Miami,FL 33131 *(877)637-9665 *F (305)637-9659 Offices:Miami,FL*Orlando,FL *Dallas,TX *Houston,TX www.envirowastesg.com *email:info@envirowastesg.com Location:City of Miami,FL Budget:$1,900,000 (in-budget) Time period:3 months (within 25%oftime schedule) Contact:Eli Estevez 305-416-1200 Synopsis:ESGwas contracted to perform stormdraincleaningservicesof variouspipe diameters throughoutthe City of Miami.Theprojectwasawarded as a combination of annual maintenance service and Hurricane Wilma emergency service. •Project name:CountywideStormDrainCleaning (STDC-4)-2007 Location:Miami-Dade County,FL Budget:$1,700,000 Time period:1 year (completedin7months) Contact:Mercededs Barrera 786-256-2625 Synopsis:ESGwas contracted to provide maintenanceservices including the cleanoutof existing drainagestructuresandassociated culverts throughout Miami-Dade County.The project's scopeof work includes hydraulic cleaning andvacuumremovalof all foreignmaterial,obstructions,debris,silt,litter,andall other associated work. •Projectname:Countywide Storm Drain Cleaning (STDC-9)-2007 Location:Miami-Dade County,FL Budget:$1,000,000 Time period:1 year (completedin4months) Contact:Mercededs Barrera 786-256-2625 Synopsis:ESGwas contracted to provide maintenanceservices including the cleanoutof existing drainagestructuresandassociated culverts throughout Miami-Dade County.Theproject's scope of work includes hydraulic cleaning and vacuum removalofallforeignmaterial,obstructions,debris,silt,litter,andall other associated work. •Project name:Countywide Storm Drain Cleaning (STDC-11)-2007 Location:Miami-Dade County,FL Budget:$1,000,000 Time period:1 year (completed in4 months) Contact:Mercededs Barrera 786-256-2625 Synopsis:ESG was contracted toprovide maintenance services including the cleanoutofexistingdrainagestructuresand associated culvertsthroughout Miami-DadeCounty.Theproject's scope ofwork includes hydrauliccleaning and vacuum removal ofall foreign material,obstructions,debris,silt,litter,and all other associated work. •Project name:Countywide StormDrainCleaning (STDC-12)-2007 Location:Miami-Dade County,FL Budget:$1,000,000 Time period:1 year (completed in4 months) Headquarters:4 SE1et Street,2nd Floor,Miami,FL 33131 *(877)637-9665 *F(305)637-9659 Offices:Miami,FL*Orlando,FL *Dallas,TX*Houston,TX www.envirowastesq.com *email:lnfo@envirowastesg.com Contact:Mercededs Barrera 786-256-2625 Synopsis:ESG was contracted to provide maintenance services including the clean out of existing drainage structures and associated culverts throughout Miami-Dade County.The project's scopeof work includes hydraulic cleaning andvacuumremovalofallforeignmaterial,obstructions,debris,silt,litter,andall other associated work. Project name:Hurricane Katrinadraincleaning-2005 Location:Jefferson Parish,LA Budget:$1,200,000 (in-budget) Time period:1 month (in-time) Synopsis:ESGwascontractedtoperformstormdraincleaning services of various pipe diameters throughout Jefferson Parish,LA,in response to Hurricane Katrina.ESG mobilized a fleet of jetter/vacuum trucks within 24 hours to assist in clean-up of Parish. Owner:Town of Miami Lakes,FL Project Title:General Roadway Construction Budget:$700,000 Time period:July 2008 -July 2012 Scope:ESG has been contracted toprovide general roadway construction services for the Townof Miami Lakes,FLincluding drainage,paving,sidewalks, curbs,gutters,etc. Owner:FDOT District VI-Miami,FL Project Title:Sidewalk Repair Budget:$200,000 Time period:August 2008 -August 2011 Scope:ESG has been contracted to provide sidewalk repair for the Florida Department of Transportation. Owner:City of Miami,FL Project Title:Slab Covered Trench Cleaning Budget:$360,000 /year Time period:2008 -2012 Scope:ESG has been contracted to clean slab covered trenches for the Cityof Miami. REFERENCES •FDOT (Broward)-Brenda Morgan -(954)776-4300 •FDOT (Broward)-Chi Sheu -(954)-776-4300 •FDOT (Miami-Dade)-Mary Lou Karner -(305)256-6330 Headquarters:4SE 1st Street,2nd Floor,Miami,FL 33131 *(877)637-9665 *F (305)637-9659 Offices:Miami,FL *Orlando,FL *Dallas,TX *Houston,TX www.envirowastesg.com *email:info@envirowastesg.com •FDOT (Miami Dade)-HoushangZahedi-(305)654-7163 •FDOT(Labelle)-John Anderson -(863)673-4054 •FDOT(LakeCounty)-Frank Kelch -(352)326-7716 •Cityof Miami Beach-MikeAlvarez-(305)673-7000 •Miami DadeCounty Public Works -Mercedes Barrera -(786)256-2625 •Miami DadeCountyW&SD -Dalia Abrahante -(786)552-8233 •Indian Creek Village-Sam Kissinger •Cityof Miami -Elyrosa Estevez -(305)416-1200 •City of Parkland -Robert Madoo-(954)753-6618 •City of North Lauderdale-GlennRay-(954)724-7070 •TownofGoldenBeach-AlexanderDiaz -(305)932-0744 •CityofDallas,TX-JohnnyPatton -(972)670-8042 EnviroWaste Services Group,Inc.was incorporated in February of 1998,sincethattime ESGhas grown tobethelargestsewerand storm drain cleaning companyintheState of Florida.It isthelargest minority owned drain cleaning business inthe nation.ESG hasa fleet ofoverseventy pieces of heavy/light equipment,with twenty three jet/vac combinationtrucks,13Televisiontrucks.Allofour equipment is2005ornewerinorder tominimizedowntimeandincrease productivity.Our 40,000 squarefootmaintenance facility services all equipment and stocks sparepartsinordertominimizedowntime. EnviroWaste hasthree hurco smokers,giving usa capability ofsmoketesting 100,000' perweek.ESGcounts with over 115 experienced employees.ESGhasthree general contractors onstaff.ESGisan "S"Corporation.Mr.B,Rafael Barba is CEO,Ralph BarbaisCFO,JulioFojonisCIO,and Eduardo Barbais COO.Mr.Eduardo Barbais the company's Chief Operations Officer,and has been in the sewer business since 1996. EnviroWaste hascleanedwellover 8,000,000 feetofstorm drainage systems, 7,000,000 feet of sanitary sewer systems. EnviroWaste does all of their own cleaning and CCTV work,none of itis subcontracted. As with this or any FDOT contract,noportionofthis work will be subcontracted. IWISC In additiontothe aforementioned information,ESG has been listedrecentlyinHispanic Business magazine as"Oneofthe500 Largest"Hispanic companies intheU.S.,by Hispanic Business as one of the "Fastest Growing 100 HispanicCompanies*in the US, byJnc.magazine as one of the "100 Fastest Growing Inner City Companies"in the US and by inc.as one of the 5000 Fastest GrowingPrivate Businesses in the US. Headquarters:4SE 18t Street,2nd Floor,Miami,FL 33131 *(877)637-9665 *F (305)637-9659 Offices:Miami,FL*Orlando,FL•Dallas,TX "Houston,TX www.envirowastesg.com *email:info@envirowastesg.com roup,Inc ED J.BARBA,MBA 000 /Vice President -EnviroWaste Services Group,Inc. PROFESSIONAL PROFILE Manage daily operations of infrastructure rehabilitation department. Miami Dade County Public Works CityofMiami Florida Department of Transportation District I,IV,V,VI Town of Miami Lakes Townof Cutler Bay Orange County City of Miami Beach Supervise fortyfield employees Coordinate the purchasing and financingof heavy machinery Hiringof employees Past projects managed: •Miami Dade county -DERM 629526 and 629528 -$2,025,000 each •Implemented incentive plans so as to increase productivity 35% •Designed special containers to reduce landfill costs by 20% •Schedule work so as to finish contract with six crews •Town ofMiami Lakes -$1,000,000 •Devise work schedule withcityso as to clean the entire city every three years •Repaired drains whichwouldhave been replaced saving hundreds of thousands •Worked closely withpublic works director to GIS map the city's drains •CityofMiami-$2,500,000 •Set Cityonafour year maintenance plan Headquarters:4 SE 1st Street,2nd Floor,Miami,FL 33131 *(877)637-9665 •F (305)637-9659 Offices;Miami,FL *Orlando,FL *Dallas,TX*Houston,TX www.envirowastesq.com *email:info@envirowastesg.com aste roup,Inc, After2005hurricaneseason,25%ofthecitywascleanedintwomonthsbv running9crewssimultaneously"unm*oy FDOTMiamiH-6065EmergencyCleanup-$1,000,000 \**,n°flerf0LtheStatet0**e,l9|b,eforFEMAreimbursement,theentire budgetmusthavebeencompletedbyMarch30,truckswerepulfedfrom othercontractsInordertousethebudgetwithin7weeks FDOTBrowardCounty-$800,000 •CoordinateweeklyMOTplanswhileworkingalongI-95 Implementedanewprocesstoclean2.800*of60"drainagepipe NewOrleans,JeffersonParrish$1,400,000 \,^,Schedu,efusing,food,disposalsites,transportationinPostKatrina iviewOrleans OurfleetoffivetrucksoutperformedanyothercompetitorworkinginNew EDUCATION Orleans •Cleanedover300.000*ofstormsewerinjustover5weeks MastersInBusinessAdministration,UniversityofMiami-2003 BachelorofFinance,FloridaInternationalUniversity-2001 Headquarters:4JMS1*Street2«dFloor,Miami,FL33131•(877)637-9665*F(305)637-9659 Offices:Miami,FL*Oriando,FL*Dallas,TX*HoustonTX'°*'w,!l* www.envirowastesa.com*email:lnfo@envirowastesg.com aste #ID TYPE MAKE MODEL COLOR YEAR TAG VXN FUEL 3 100 ROLL-OF MACK BLUE 1985 M3096S 1M2B120C8FA055161 DIESEL 2 101 HEAVYTRUCK FORD L-8000 YELLOW 1992 N3888L 1FDYU82A9NVA04145 DIESEL 3 112 FLAT BED FORD L-8501 WHITE 1996 N8623P 1FDXH81E4TVA07679 DIESEL 4 116 VAC-CON FORD WHITE 1998 N2286P 1FDYN80F7WVA40395 DIESEL 5 126 VACTOR STERLING SL7500 J WHITE 2004 N8624P 2FZHATAK64AL76085 DIESEL 6 127 VACTOR STERLING !WHITE 2005 N7057F 2FZHATDC05AN67474 DIESEL 7 132 VACTOR STERLING LT7500 WHITE 2005 N9156H 2FZHATDC45AU85067 DIESEL 8 134 VACTOR STERLING LT7501 WHITE 2006 ~N5809J 2FZHATDCX6AV69217 DIESEL .9 136 VAC-CON INTERNATIONAL 7400 WHITE 2006 M7077P 1HTWHAAT86J253378 DIESEL 10 137 VACTOR INTERNATIONAL 7400 WHITE 2006 N5808J 1HTWGAZT86J293063 DIESEL 11 139 VACTOR STERLING LT7500 WHITE 2006 N3424K 2FZHATDC96AV69225 :DIESEL 12 141 VACTOR STERLING LT7500 WHITE 2006 N8482K 2FZHATDC46AW65909 DIESEL 13 142 VACTOR SJERLING LT7501 WHITE 2006 N8678L 2FZHATDC06AW65910 DIESEL 14 143 VACTOR STERLING LT7501 WHITE 2006 N8679L 2FZHATDC76AW65421 DIESEL IS 144 ROLL-OF STERLING LT9500 WHITE 2007 N5592L 2FZHAZCV77AX37791 1 DIESEL 16 145 VACTOR STERLING LT950Q WHITE 2007 N8722L 2FZHAZDE87AW65434 DIESEL 17 146 VACTOR STERLING 119500 WHITE 2007 N6136R 2FZHAZDE07AW65766 DIESEL 18 147 VACTOR STERLING LT9513 WHITE 2007 N5956M 2FZHAZDE27AW65767 DIESEL 19 148 WATER TANK FORD JET TRUCK WHITE 1991 X696IG 1FDXK84POMVA36354 DIESEL 20 149 VACTOR STERLING LT9513 WHITE 2006 N5959M 2FZHAZDE56AW65714 DIESEL 21 150 VACTOR STERLING LT7500 WHITE 2007 N2890N 2FZHATDC87AX52875 DIESEL 22 151 VACTOR STERLING LT7500 WHITE 2007 N2892N 2FZHATDC67AX52874 DIESEL 23 152 VACTOR STERLING LT7500 WHITE 2007 N2891N 2FZHATOC07AX52658 DIESEL 24 153 VACTOR INTERNATIONAL 7400 WHITE 2007 N2903N 1HTWGAZT57J564811 DIESEL 25 154 VACTOR INTERNATIONAL 4300 WHITE 2009 M029QX 1HTMMAAL89H145468 DIESEL 26 155 VACTOR INTERNATIONAL 4300 WHITE 2009 M027QX 1HTMMAAL69H145470 DIESEL 27 156 VACTOR INTERNATIONAL 4300 WHITE 2009 M028QX 1HTMMAALX9H145469 DIESEL 28 157 VAC-CON STERLING L9500 WHITE 2002 N6487P 2FZHAZAS62AK52978 DIESEL 29 158 DUMP TRUCK FORD LT9513 WHITE 1997 N6490P 1FDZS96T0WA18608 DIESEL 11/13/2013 ID TYPE MAKE MODEL aste roup,inc. COLOR YEAR TAG VXN FUEL 30 159 DUMPTRUCK PETERBILT 330TA RED 2001 2629GA 2NPNLD9X21M565786 DIESEL 31 205 TRUCK TOYOTA TUNDRA RED 2000 131XDA 5TBBT4418YS047904 GAS 32 206 TRUCK FORD F-350 GREEN 2000 U326YN 1FTWX33FXYEA68103 DIESEL 33 207 TRUCK TOYOTA TUNDRA GREEN 2001 X682IG 5TBJN32131S128253 GAS ,34 208 TRUCK FORD F-150 SILVER 2005 P556MW 1FTRF12255NB84436 GAS 35 209 TRUCK FORD F-150 GREY 2005 P559MW 1FTRF12255NC00795 GAS 36 211 TRUCK FORD F-350 WHITE 2006 S556ZY 1FTWW32P36EB63919 DIESEL 37 212 TRUCK TOYOTA TUNDRA Blue 2006 T515YT 5TBRT34136S478365 GAS 38 213 TRUCK FORD F-350 WHITE 2001 11^^^;iFTWW33F21ED60577 DIESEL 39 214 TRUCK FORD F-150 WHITE 2007 061IPN \1FTRF12287NA41130 GAS 40 215 TRUCK FORD F-150 WHITE 2007 067JPN J 1FTRF12277NA61496 GAS 41 216 TRUCK FORD F-150 :WHITE 2007 ;0661PN I 1FTRF12297NA78509 GAS 42 217 TRUCK FORD F-150 WHITE 2007 '063IPN :1FTRF12257NA48777 GA$ 43 218 TRUCK FORD F-150 WHITE 2007 069IPN 1FTRF12257KC86694 GAS 44 219 TRUCK FORD F-150 WHITE 2007 •068IPN 1FTRF12267KC61948 GAS 4$220 TRUCK FORD F-150 i"WHITE 2007 ;062IPN 1FTRF12207NA69374 GAS 46 221 TRUCK FORD F-150 WHITE 2007 065IPN 1FTRF12227NA66489 GAS 47 222 TRUCK FORD F-150 WHITE 2007 r 064IPN 1FTRF12227KB93941 GAS 4$223 TRUCK FORD F-150 WHITE 2007 H834KG 1FTRF12207KD46025 GAS 49 224 TRUCK FORD F-150 WHITE 2007 ?AMNA14 1FTRF12217NA75944 GAS 50 225 TRUCK FORD F-150 'white 2007 390IUE 1FTRF12237NA78621 GAS 51 226 TRUCK FORD F-150 WHITE 2007 H580KE 1FTRF12227KD51825 GAS 52 227 SUV CADILLAC ESCALADE GOLO 2004 :W894FN 3GYEK62N04G187263 Gas 53 228 TRUCK DODGE CARAVAN WHITE 2006 636WXV 1D4GP25B76B620568 GAS 54 230 TRUCK FORD F-350 XL WHITE 2007 263GGA 1FTWW32P67EA21453 DIESEL 55 231 TRUCK FORD F-550 WHITE 1999 2627GA 1FDAF56F3XEA77319 DIESEL 56 232 CARGO VAN CHEVROLET WHITE 2001 818YLF 1GCHG39R311123756 GAS 57 233 TRUCK FORD F-350 XL WRITE 2006 817YLF 1FDWW36P56ED00140 DIESEL 58 301 TV TRUCK FORD E-450 WRITE 2003 :891HVS 1FDXE45F23HB85626 DIESEL 59 302 TV TRUCK FORD F-550 WHITE 2000 Q773RJ 1FDAF56F5YEB20852 DIESEL 60 303 TV TRUCK FORD E-450 WHITE 1998 V708IZ 1FDXE47F3WHB98130 DIESEL 11/13/2013 .iitiiii raste fpFG roop .Inc, #•m TYPE mm MODEL COLOR YEAR TAG VIN FUEL 61 3Q4 CAB CHASSI GMC WHITE 1996 V707IZ 1GDKP32R4T3500601 GAS 62 305 HEAVYTRUCK INTERNATIONAL 4300 WHITE 2006 811JVT 1HTMMAAM76H239572 DIESEL 63 306 TV TRUCK FORD E-450 WHITE 2008 600KMQ 1FDXE45P38DA38836 DIESEL 64 307 TV TRUCK FORD E-450 WHITE "2006 *995KMP 1FDXE45P36DB37539 DIESEL 65 308 TV TRUCK FORD E-450 WHITE 2008 2600GA .1FDWE45P68DB04081 DIESEL 66 309 TV TRUCK FORD E-450 WHITE 2008 •.659VER 1FDAF56R58ED86978 DIESEL 67 310 TV TRUCK FORD F-650 WHITE 2008 '658VER 3FRWF65C68V668017 DIESEL 68 311 TV TRUCK FORD E-450 WHITE 2008 :6600GA :1FDWE45P28DB52810 DIESEL 69 313 CARGO VAN GMC WHITE 1993 725XDG 1GDJ6S1P6PJ508371 70 401 COMPRESSOR SULLAIR GREEN 1999 X6791G 004129640 DIESEL 71 402 :COMPRESSOR SULLAiR GREEN 1999 X680IG 004128307 DIESEL 72 404 SKID STEER J-DEERE YELLOW 2006 TOO320A110159 DIESEL 73 405 BACKHOE J-DEERE YELLOW 2006 T0310GX952694 DIESEL 74 406 EXCAVATOR HITACHI ORANGE 2006 FF01MBQ2359S7 DIESEL 75 407 EXCAVATOR CATERPILLAR YELLOW Cat03025A4AZ04954 DIESEL 76 408 FORKLIFT YALE 2000 GLCO50TGNUAE082 77 409 BOBCAT CATERPILLAR YELLOW CAT0252BLSCPO2768 78 :•410 EXCAVATOR CATERPILLAR YELLOW CAT0305CTHWJO1068 79 411 PUMP ENGINE MASTER 6"BLUE 2705-3 EMGRT1 80 501 TRAILER ASPT ALL-PRO 2003 838JJX N0VIN0200499016 81 502 TRAILER ANDERSON 2004 W079EB :'4YNBN16294C022097 82 503 TRAILER HOOPER 2005 423XDG 4TOFB253551004307 83 504 TRAILER HAULMARK 2006 S528NZ 16HCB12116G081147 84 505 TRAILER EXPRESS 2005 132XDA 5GLBE20225C000121 85 506 TRAILER HARBEN 2001 U249YS 1U9FS13191A044778 86 507 TRAILER HAULMARK WHITE 2006 W613EN 16HGB28216G084895 87 508 TRAILER HOOPER BLACK 2006 425XDG 4TOFB182361000741 88 509 TRAILER EAGER BEAVER 2007 2628GA 112HAN3087L073430 89 510 TRAILER LARK VT8.5X20TA WHITE 2010 ADSJ37 57TBE2029AD018819 90 511 TRAILER EAGER BEAVER 20 TON-21.8 FT YELLOW 2000 816YLF 112H5V326YL054432 91 512 TRAILER TORINO GREY 2010 0331 1/13/2013 ENVISER-02 SPARKSJO !DATE CMNVDO/YYYY) |8/2/2013 THISCERTIFICATEISISSUED AS AMATTEROFINFORMATIONONLYANDCONFERSNORIGHTSUPONTHECERTIFICATEHOLDER.THIS CERTIFICATEDOESNOTAFFIRMATIVELYORNEGATIVELYAMEND,EXTENDOR ALTER THE COVERAGE AFFORDEDBYTHEPOLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder 1$an ADDITIONAL INSURED^WAIVED,subject to the termsandconditionsofthopolicy,certainpoliciesmayrequirean endorsement A statement on this certificatedoesnotconferrightstothe certificate holderIn lieu of such eridprsemonM^ <AjCORC>'~CERTIFICATE OF LIABILITY INSURANCE |winter vi rtunun,iiiv» jc/o 26 Century Blvd. •P.O.Box 305191 Nashville,TN 37230-5191 Envirowaste Services Group Inc. Attn:Ralph Barba 4 SE 1st Street Miami,FL 33130 COVERAGES CERTIFICATE NUMBER: nsmmr NAME: PHONE""$Sgg*.e«*i*T0 945-7378 E-MAIL "" AODRE&S;.>... •_...J^?*$&Aff£Kwno$w***&g [mtc p •»isvr|rb ;Amorjcan Guar^ntoo and Llabinty Insurance Comp'26547 •mstiAEftc:BridgefieldEmployers insurance Company 10701 I IN'SURgRO.:__a.__..{ j WSURERF; jf^Noi:(888)467-2378 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO'THE'INSURED NAMED Aiovi FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM ORCONDITIONOFANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICHTHIS CERTIFICATE MAY 6E ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BYTHE POUCIES DESCRIBED HEREINIS SUBJECT TOALLTHE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ^MM/OO/VYVYI jCMM^P/YYYYj vllNSR- LTR TttPfiOF INSURANCE GENERAL LIABILITY X_j COMMERCIAL GENERAL LlA8lLrTY Ij CLAIMS-MADE jXjOCCUR Per Project/Per Loc lADDtiSUBR" msnimo..POLICY NUMBER UMITS .$ i* IS {GEN1 AGGREGATE UMlT APPLIES PER: l_j POLICY lK j ggf ..£XJ LOC . i AUTOMOBILE LIABILITY |A IX! i j j DEO >,RETENTIONS «WORKERS COMPEN&WON ANDEMPLOYERS*LIABILITY Y/N !ANY P«OPK«eTOlWARfN£R«XECUTWE i !OPFSCEfcMEMBER EXCLUDED?j M j\(Mandotwy InNH)l ' \II yes.doicrtbs underjj^cmr fALLOVWED HIRED AUTOS ;SCHEOULEO L...i AUTOS !v I NON-OVWEDI?..j AUTOS UMBRELLA UAB EXCESS LIAB IX JOCCUR 6LO5571339-01 BAP5571338-01 'AUC-5571348-01 N/A :830-46885{PL) 7/31/2013 ,7/31/2014 7/31/2013 7/31/2014 7/31/2013 i 7/31/2014 1/1/2013 I EACHOCCURRENCE OAMAGET0 RENTED MEDEXP-(Any ami persci)) PCj?SQNAL &AQVWUKY GENERALAGGREGATE PRODUCTS *COMP.K3P AGG j^EosjNGXguaTf mmm^ BODILYINJURY <P©r person) BODILY S JURY {Pot accident) paoreRry damage^PER ACCIDENT) EACH[OCCURRENCE AGGREGATE y 5 VVC STATU*I 1/1/2014 je.L EACH ACCIDENT U 1,000,000; [Et PjSEASE *£A EMPLOVEcj $^1,000,000j let asey^q-poucYlimit Is 1,000,000; ffii 1,000,000 300,000! 5,000: 1,000,000: 2,000,000; 2,000,000; 1,000,000: 1,000,000! 1,000,000] DESCRIPTIONOFOPERATIONS/LOCATIONS/VEHICLES(Attach ACOR0101,Additional Romorfct Schodulo,If mora *p4c«ft rtqub*d) VillageofPinecrestIsincluded as anAdditionalInsuredasrespectstoGeneral Liability andAutomobileLiabilitywhere requiredbywritten contract CERTIFICATE HOLDER Village of Pinecrest 12645 Pinecrest Parkway iPlnocrest^FL 33156 ACORO 25 (2010/05) CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICEWILLBEDELIVEREDIN ACCORDANCE WITH THE POLICY PROVISIONS. i AUTHORKEO REPRESENTATIVE )W^c4dr ©1988-2010 ACORD CORPORATION.All rights reserved. The ACORO name and logo are registered marks of ACORO wqoiara 9 4iq!L|xg EXHIBIT B »i HXiiCRBI VILLAGE OF PINECREST Request lor Proposols Sform [Drainage System Cleaning Services Boject No.2013-012 BdFbrm Cleaning of Catch Basins (approximately 800)4.ol each Cleaning ofFrenchDrains j ^.•*Ti:«....,each Cleaning of Rpes 4i.ll per linear foot Cleaning of Outfalls (approximately 40)lol each Fbot Cutting A ilf.2*hourly Other 12645 Pinecrest Parkway.Pinecrest Florida 33156 T:305.234.2121 j F:305.234.2131 www.pinecres1-fl.gov PMOEST VILLAGE OF PINECREST Request for Proposals Storm Drainage System Cleaning Services RFP No.2013012 NOTICE The Village of Pinecrest,herein referred to os the "Village",is soliciting proposals from qualified vendors for storm drainage system cleaning services in the Village of Pinecrest as described in the "Scope of Services". The proposal must be submitted no later than 2:00 p.m.on Friday,November 22,2013 in a sealed envelope clearly marked ••'Storm Drainage System Cleaning Services"to the Village at 12645 Pinecrest Parkway, Pinecrest,FL 33jl56.Late submittals will not be accepted or considered.For a complete copy of the RFP,please visit www.pinecrest-fi.gdv/bids or email manager@pinecrest-fl.gov. The Village reserves the right to accept any proposal deemed to be in the best interest of the Village or to waive any informality in any proposal.The Village may reject any or all proposals and re-advertise.There exists the possibility that the Village may consider in its best interest to award the contract to more than one firm,eachto be available for specific assignments os theneed arises. You are hereby advised that this Request for Proposal is subject to the "Cone of Silence,"in accordance with Mjami-Dade County Ordinance Nos.98106 and 99-1.From the time of advertising until the Village Manager issues her recommendation,there is a prohibition on communication with the Villages professional staff.The Cone of Silence does not apply to oral communications at pre-bid conferences,oral presentations before evaluation committees,contract discussions during any duly noticed public meeting,public presentations made to ..thejyillage Council during any duly noticed public meeting,contract negotiations with the staff following the Idvyard of an RFP,RFQ,RFLI or bid by the Village Council,or communications in writing at any time with any Village employee,official or member of the Village Council unless specifically prohibited.A copy of all written communications must be filed with the Village Manager.Violation of these provisions by any particular bidder or proposer;shqlt render any RFP award,RFQ award,RFLI award,or bid award to said bidder or proposer void, and said bidder or proposer shall not be considered for any RFP,RFQ,RFLI or bid for a contract for the provision of goods or services for a period of one year. All questions regarding this RFP must be submitted in writing no less than five (5)business days before the proposal due date.All questions and comments should be directed to manager@pinecrest-fl.gov.Answers to all submitted questions will be distributed in writing to all vendors registered to participate in this RFP.Avendor may register by sending an email tothesame address. Guido H.Inguanzo,Jr.,CMC Village Clerk 12645 Pinecrest Parkway,Pinecrest,Florida 33156 T;305.234.2121 |F:305.234.2131 www.pinecrest-ft.gov Village of Pinecrest Request for Proposal Storm Drainage System Cleaning Services Project No.2013-012 A.SCOPE OF SERVICES 1.Description of Work:The work covered by this specification consists of the routine mechanical cleaning of storm sewer drainage systems with truck mounted sewer vacuum units.Hand labor may be required in areas inaccessible to mechanical equipment to perform the specified work.The storm sewer drainage system is composed of drop inlets,manholes,junction boxes,shoulder gutter inlets,french drains,800+catch basins,storm water deep well structure and cross,sideand lateral drain pipes,piped outfall structures and other miscellaneous storm drainage structures.Cleaning of storm drainage facilities will occur as directed by the Village Manager.Bidder is asked to submit a bid for storm drainage system cleaning services onaper unit basis. 2.Drainage System Cleaning:The Village Manager reserves the right to assign the work onanas needed basis.Routine cleaning work shall consist of work scheduled monthly by the Village Manager or their designee to maintain the existing level of performance of the storm sewer drainage system and to extend the service life of the system.Non-routine cleaning work shall consist of work that must begin immediately to restore access to roadways and walkways for vehicular and pedestrian traffic. 3.The Contractor shall not begin work until authorized by the Village Manager or designee in writing in the form of a Work Order.Any one Work Order may beforoneor more,locations.TheContractorshallcommence each authorized project within five working days of receipt of this notification.The mechanical storm drainage cleaning operation shall bedone in such a manner so not to damage the storm drainage structures,inlet grates,manhole covers,pipes or pipe joints.The Contractor shall remove the drainage structure grate or cover (if necessary)and remove by mechanical means all materials that obstruct either the structure opening,interior structure pipe openings or pipes such as grass,roots or debris. 4.Drainage Structure Location Log:The contractor shall prepare a log that contains a listing of all the drainage structures and associated pipes cleaned,the types of debris removed and the location of the drainage structures to the nearest street intersection and GIS coordinates.The log shall be submitted to the Village Manager or designee with the completed and accepted Work Order. 5.Quality Assurance:The Village Manager or designee shall consider the structure andpipe cleaning work completed and accepted when the structure is 100%free of all materials and when the full cross-section of all structure pipes are 100% free of all materials.Structures or pipes determined unsatisfactory by the Village Village of Pinecrest Request for Proposal Storm Drainage System Cleaning Services Project No.2013-012 Manager or designee shall be re-cleaned to the satisfaction of the Village Manager within the time specified,at no additional cost to the Village.The only substance that may be removed and placed back into the drainage structure is the standing water removed during the de-watering and cleaning process. 6.Work Hours:The cleaning operation of the storm sewer drainage system shall be performed Monday through Friday,between the hours of8:30 a.m.and 3:30 p.m.Weekend work may be permitted by the Village with prior authorization.The Village reserves the right to change the Contractor's work hours at its discretion if it determines that established work hours are causing traffic congestion. 7.Equipment:The Contractor shall furnish equipment of a type and quantity to perform the work satisfactorily within the time specified.The truck mounted sewer vacuum unit shall be equipped with a vacuum tube anda2/stage vacuum compressor. 8.Safety and Protection:All the storm sewer drainage system cleaning work shall be accomplished with the truck vacuum unit facing in the same direction as the traffic.All lane closures shall have the prior approval of the Village.While performing work,the Contractor will be required to provide the necessary barricades and other traffic safety devices to warn motorists of work being performed.The Contractor shall adhere to the Florida Department of Transportations Manual on Uniform Traffic Control Devices for maintenance work zones.The Contractor and his employees shall be fully aware of these provisions,especially those applicable to the use of barricades,cones,signage, etc.,to provide asafe working environment. The foregoing requirements aretobe considered as minimum and the Contractor's compliance shall in no way relieve the Contractor of final responsibility for providing adequate traffic control devices for the protection of the public and employees throughout the work areas. 9.Damage to Public and/or Private Property:The Contractor shall take extreme care to safeguard all existing facilities,site amenities,concrete and/or asphalt surfaces, and vehicles on or around the job site.Damage to public and/or private property shall be the responsibility of the Contractor and shall be replaced and/or repaired atno additional cost to the Village orto the owner of the property. 10.Cleanup and Protection:During work,Contractor must keep pavements clean and work area in an orderly condition.The Contractor shall properly dispose of any waste resulting from the work being performed in an approved facility atan approved site.Laborers will be required to wear orange vests when working Village of Pinecrest Request for Proposal Storm Drainage System Cleaning Services Project No.2013-012 in the right-of-way areasso that they may be visible by motorists. 1 1.Removal and Disposal of Debris:The Contractor shall clean and remove materials such as but not limited to:sand,soil,leaves,paper,glass,cans,tire pieces,woodpieces,rocks,gravel,tree branches,and other such materials on top of the grates,in the catch basins and pipes and in and around the outfalls.The materials removed by the vacuum system shall be disposed of by the Contractor in accordance with all County,State and Federal Rules and Regulations. 12.Basis of Payment:Payment shall be full compensation for furnishing all equipment,materials,labor,supervision,maintenance of traffic and incidentals necessary to complete all drainage systems cleaning as specified.The Contractor shall be compensated based on the work completed andaccepted. B.SUBMITTAL REQUIREMENTS 1.Sealed proposals must be received no later than 2:00 p.m.local time on November 22,201 3at 12645 Pinecrest Parkway.Each sealed proposal should be clearly marked and identified as follows: Village of Pinecrest 12645 Pinecrest Parkway Pinecrest,Florida 33156 "STORMDRAINAGESYSTEM CLEANING SERVICES" The responsibility for submitting this proposal and its receipt on or before the stated time and date will be solely and strictly the responsibility of the proposer.The Village is in no way responsible for delays caused by any delivery system or caused by any other occurrence.Proposals received after the exact time and date stipulated above shall be considered non-responsive. 2.Each proposer shall submit one (1)original,one (1)copy and one (1)digital {CD or USB Flash Drive in pdf format)proposal. 3.Contractor shall include at least three (3)projects of a similar nature which the Contractor has completed satisfactorily,either asa prime contractor orasa subcontractor,within the past three years.This list shall include the project location,project owner,email and phone number for the project owner,and dateof project. 4.List Names and Types of Equipment to be utilized -the Contractor shall provide Village of Pinecrest Request for Proposal Storm Drainage System Cleaning Services Project No.2013-012 the names and types of equipment on hand at time of the RFP opening. 5.Licenses:Applicant must provide copy of any licenses applicable to business such as Miami-Dade County Occupational License,etc. 6.References:All qualified Contractors must submit a list of at least three firms, organizations,or major customers to whom they have supplied sform drainage system cleaning services within the past five years.Along with this information should be supplied the name,address,email and the phone number of each reference listed.Priority will be given for firms with municipal government references. 7.State Public Entity Crimes and Conflicts ofInterest Form:Contractor must provide a completed form which is attached to this RFP. 8.Contract Period:The Agreement shall cover three (3)year period beginning February 1,2014 with one two-year option if agreed to by both parties,at least ninety (90)days prior to the expiration of the three year contract. 9.Insurance:Contractor must also provide proof of insurance to the Village to be made part of the contract.The Contractor shall have and furnish Workers' Compensation Insurance and Employers Liability in the limits to comply with the Florida Statutes.The Contractor shall also furnish Public Liability and Contingent Liability Insurance for bodily injury in the minimum limits of the policy of One Million Dollars ($1,000,000)each person andOne Million Dollars ($1,000,000)each occurrence for bodily injury liability and limits of Two Hundred Fifty Thousand Dollars ($250,000)for each occurrence on property damage liability or Three Hundred Thousand Dollars ($300,000)single limit coverage,all to be in a form satisfactory to the Village and protecting the Village from any loss due to any claim arising from or out of the contract work,and shall have the same approved by the Village prior to the signing of the contract.Insurance must be issued from a company who is licensed to sell insurance in the State of Florida.Proper certificates of such coverage shall be filed with the Village at the time of contract signing.The Village shall be named asan additional insured on the above- referenced policies. Village of Pinecrest Request for Proposal Storm Drainage System Cleaning Services Project No.2013012 PUBLIC ENTITYCRIMES AND CONFLICTS OF INTEREST Pursuant to the provisions of Paragraph (2)|a)of Section 287.133,Florida State Statutes -"A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Bid ona Contract to provide any goods or services toa public entity,may not submit a Bid ona Contract with a public entity for the construction of repair ofa public building or public work,may not submit bids on leases or real properly toa public entity, may no!be awarded to perform Work asa Contractor,supplier,Subcontractor,or Consultant under a Contract with any public entity,and may not transact business with any public entity in excess of the threshold amount Category Two of Section 287.017,Florida Statutes,for thirty six (36)months from the dateof being placed on ihe convicted vendor list*. The award ofany contract hereunder is subject to the provisions of Chapter 112,Florida State Statutes.BIDDERS must disclose with their Bids,the name of any officer,director,partner,associate or agent who is also an officer or employee of the Village of Pinecrest or its agencies. SWORN STATEMENT PURSUANT TO SECTION 287.133 (31(a), FLORIDA STATUTES.ON PUBLIC ENTITY CRIMES THISFORMMUST BE SIGNEDAND SWORN TOIN THE PRESENCE OFA NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. 1.This sworn statement is submitted to [print name of the public entity] by_ For [print individual's nameand title] [print name of entity submitting sworn statement] whose business addressis and (if applicable)its Federal Employer Identification Number (FEIN)is (If ihe entity has no FEIN,include the Social Security Number of the individual signing this sworn statement: 2.I understand that a "public entity crime"as defined in Paragraph 287.133 (11(g),Florida Statutes,means a violation of any state or federal law by a person with respect to and directly related to the transaclion of business with any public entity or with an agency or political subdivision of any other stale orof the United States,including, but not limited to ,any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust,fraud,theft,bribery,collusion, racketeering,conspiracy,or material misrepresentation. 3.I understand that "convicted"or "conviction"as defined in Paragraph 287.1 33 (l)(b),Florida Statutes,means a finding of guilt or a conviction of a public entity crime,with or without an adjudication of guilt,in any federal or state trial courl of record relating to charges brought by indictment or information after July 1,1989,asa result of a jury verdict,nonjury trial,or entry ofa plea of guilty or nolo contendere. 4.I understand that an "affiliate"as defined in Paragraph 287.1 33 (1 )(a),Florida Statutes,means: (a)A predecessor or successor of a person convicted of a public entity crime;or (b)An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime.The term "affiliate"includes those officers,directors,executives, partners,shareholders,employees,members,and agents who are active in the management of an affiliate.The ownership by one person of shares constituting a controlling interest in any person,or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement,shall be a prima facie case that one person controls another person.A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. Village of Pinecrest Request for Proposal Storm Drainage System Cleaning Services Project No.2013-012 5.I understand that a "person"as defined in Paragraph 287.1 33 (1 )(e),Florida Statutes,means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entiry, or which otherwise transacts or applies to transact business with a public entity.The term "person"includes those officers,directors,executives,partners,shareholders,employees,members,and agents who are active in management ofan entity. 6.Based on information and belief,the statement which I have marked below is true in relation to the entity submitting this sworn statement.[Indicate which statement applies.] Neither the entity submitting this sworn statement,nor any of its officers,directors,executives,partners, shareholders,employees,members,or agents who are active in the management of the entity,nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to Jury 1,1989. The entity submitting this sworn statement,or one or more of its officers,directors,executives,partners, shareholders,employees,members,or agents who are active in the management of the entity,oran affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1,1989. The entity submitting this sworn statement,or one or more of its officers,directors,executives,partners, shareholders,employees,members,or agents who are active in the management of the entity,or an affiliate of the entity has been charged with and convicted ofa public entity crime subsequent ofJuly 1,1989.However,there has been a subsequent proceeding before a Hearing Officer of the State of Florida,Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list,{attach a copy of the final order.] I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY INDENTIFIED IN PARAGRAPH 1 (ONE)ABOVE IS FOR THAT PUBLIC ENTITY ONLY,AND THAT THIS FORM IS VALID THROUGH DECEAABER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED.I ALSO UNDERSTAND THAT I AM REQUIRED TOINFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTOA CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED INSECTION 287.017,FLORIDA STATUTES.FOR CATEGORY TWOOFANYCHANGEIN THE INFORMATION CONTAINED INTHIS FORM. [signature] Sworn toand subscribed before me this dayof ,2013. Personally known OR Produced identification Notary Public -State of My commission expires (Type of identification) (Printed,typed or stamped commissioned name of notary public) Form PUR 7068 (Rev.06/11/92) Company tpipi it PlNlpEl vsmaa&asm. VILLAGE OF PINECREST Request for Proposals Storm Drainage System Cleaning Services Project No.2013-012 Submittals November 22,2013,2:00 pm t/> C -C Ji a J*LLL J2 © U it -^a. u s: h DO CD c •E 3 u 8 C(H Wtxjpf \25 jf\ab fc9-3Q|qOO pOD tf* ©Wt ftXPCOk i .oi I .01 H^#.o\JI33es- Ca<iose^g|QD pD $|.0D |I.Ob ft.1.00 vWft &i*\ % ttloD-^r^^§5-oofe5o?|lZ 13/ 12645 Pinecrest Parkway,Pinecrest,Rorida 33156 T:305.234.2121 |F:305.234.2131 www.pinecrest-fl.gov foe 26SE I SUNDAY,DECEMBER 28,2014 38,Gmmmm Christmas Tree New Life- Recycle It! p; Beginning Friday,December 26,2014,residents] who receive curbside waste collection\eryice frdn Miami-Dade County can recycle their Cj)/istgias| treesby taking themtooneofthe County'^Trashj' ',and Recycling Centers*ortheWest Miami^DadelJ HomeChemicalCollection Center,v ('*lf //fa *Trees will be recycled into.mulch^ALL^TReES^ BROUGHT IN FOR RECYCLING MUST BE £REE? OF TREE STANDS,LIGHTS,ORNAMENTS,TINSElf AND OTHER DECORATIONS.'JfJ"j! Mulch will be made available for free to service arearesidentsona first-come,first-served fc^asisi while supplies last,beginning around mid-JanuaryJ Can'tdropoffyourtree?Visitour websiteiorj additional disposal options.''"'*> For alistingofChristmastreedrop-offlocations^ -and hours,andmulch availability .locations,please! g call 3-1-1 or/visit the Miami-Dade Co,unty JgpblicB |^Worj<s;and Waste .Management DepartmeptS *website at www.miamidade.gov/publicworks.i; miamjdadO EEESIll Public Works and Waste Management Department MiamiHerald.com |MIAMI HERALD CITY OF SOUTH MIAMI COURTESY NOTICE NOTICE IS HEREBY given that the City Commission of the City of South Miami,Florida will conduct Public Hearing(s)atits regular City Commission meeting scheduled for Tuesday.January 6.2015 beginning at7:00 p.m.,inthe City Commission Chambers,6130 Sunset Drive,toconsider the following itcm(s): A Resolution authorizing the City Manager to negotiate an agreement with ADP to provide payroll services,Human Resources andTime &Attendance integrated software solution. (A Resolution authorizing the City Manager to enter into a multi-year contract with EnvirowasteN Services Group,Inc.for storm drain system cleaning and maintenance services.1 An Ordinance amending Section 4-2(a)oftheCity Code adding drugstores,convenience stores and service stations aslisted uses in the table ofdistance requirements regarding alcohol sale. An Ordinance amending Section 20-4.2 of the City of South Miami*Land Development Code toadd criteria for the City's approval ofa plat orre-plat tentatively approved by the Miami-Dade County. ALLinterestedpartiesareinvitedtoattendandwillbeheard. Forfurther information,please contact the CityClerk's Officeat:305-663-6340. MariaM.Menendez,CMC CityClerk Pursuant toFlorida Statutes 286.0105,the City hereby advises the public that ifa person decides to appeal any decision made by this Board.Agency orCommission with respect toany matter considered atits meeting orhearing,beorshe will need a record of the proceedings,and that for such purpose,affected person may need to ensure that averbatim record ofthe proceedings ismade which record includes thetestimony and evidence upon which theappeal istobebased. CORAL GABLES Museum to expand program BYMON1QUEO.MADAN mmadan@MiamiHerald.com The Coral Gables Mu seum recently received $200,000 from the Florida Department ofEducation to expand its existing pro gramsthatfocuson environ mentallysensitivedesign. The "Green City Pro gram"is focused on teach ingfuturegenerationsabout designing environmentally sustainable communities. The programfor K-12 stu dentsexplores everything from what can be done at home to lower the carbon footprinttohowtodesigna LEED-certified building, andultimately,agreencity. For more information, call 305-603-8067. WHAT EDUCATION SHOULD BE! RIVIERA DAY SCHOOL 6800NcrviaStreet,CoralGables,FL33146 I Tel.305.666.1856 RIVIERA PREPARATORY SCHOOL 9775SW87 Avenue.Miami.FL 33176 I Tel.786.300.0300 www.rivieraschools.com I Accreditedby AISF,SACS,MSA,Ai,NCPSA,NIPSA MIAMI DAILY BUSINESS REVIEW Published Daily except Saturday,Sunday and LegalHolidays Mfami,Miami-Dade County^Florida STATE OF FLORIDA COUNTY OF MIAWir-DADE: Before the undersigned authority pe^bnaJiy ^peared; MARIA MESA,who on oath says that heorsheis the LEGAL CLERKk teg^Notices of the^Miajo^ Review f/k/a Miami Review,,a daily ^leptSiaturday,Sunday and Legal Holidays)newspaper;published at Miami in Miami-Dade County*Florida;that^the attached cbjp^pf adyiffls^men^ being a Legal Advertisement of Notice:inthe rtiatterdf CITY OF SOUTH MIAMI PUBLIC HEARING -JANUARY 6,2015 in the XXXX CoUit was published insaidnewspaperintheissues of 12/19/2014 Affiantfurther says thatthesaidMiamiDaily Business Review isa newspaper published atMiamiin said Miami-Dade County,Floridaand that the said newspaper has heretoforebeen continuously publishedinsaidMiami-DadeCounty, Florida,eachday(exceptSaturday,SundayandLegal Holidays) andhas been entered as second class mailmatteratthepost officeinMiamiinsaidMiami-Dade County,Florida,fora period of one yearnextprecedingthefirstpublicationofthe attachedcopyofadvertisement;andaffiant further says thatheor shehasneitherpaidnorpromisedanyperson,firm orcorporation any discount re^ajg-pommission or refund for the purpose curing tW^ISehrs^mentlpr publication in thesaid newspaper** (SEAL) MARIA MESA personally known to me £JU,© IffQBfflfl Jarldevidem^pbtt