Loading...
HomeMy WebLinkAboutR-88-0505J-88-528 9/181,88 RESOLUTION NO. ;?�` ��'• A RESOLUTION RESCINDING RESOLUTION NO, 88=292 AND AUTHORIZING THE CITY MANAGER TO ENTER INTO AN AGREEMENT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY WITH ENVIROCARE, INC. TO PROVIDE EMERGENCY ENVIRONMENTAL SERVICES TO BE SUBMITTED AND APPROVED BY THE FLORIDA STATE DEPARTMENT OF ENVIRONMENTAL REGULATION IN CONNECTION WITH THE GROUNDWATER CONTAMINATION PROBLEM DISCOVERED AT THE SOUTH DISTRICT POLICE SUBSTATION SITE AT A TOTAL COST NOT TO EXCEED $20,000 WITH SAID FUNDS TO BE PROVIDED FROM FUNDS APPROPRIATED TO THE SOUTH DISTRICT POLICE SUBSTATION CIP PROJECT NO. 312.008 AND SAID PROJECT TO BE REIMBURSED LATER IF AND WHEN FUNDS ARE RECEIVED FROM THE STATE OF FLORIDA UNDER THE STATE UNDERGROUND PETROLEUM ENVIRONMENTAL RESPONSE ACT OF 1986 (SUPER ACT). WHEREAS, the City has authorized construction of a police substation at Beacom Boulevard and Flagler Street; and WHEREAS, during demolition of existing buildings and appurtenances on the site,a groundwater contamination condition was discovered; and WHEREAS, State law directs that such contamination be cleaned up by State certified and licensed environmental services firms; and WHEREAS, the State Department of Environmental Regulation requires that the evaluation phase of cleanup include a Quality Assurance Project Plan, a Contaminant Assessment Report and a Remedial Action P1 an : and WHEREAS, the City Commission adopted Resolution No. 88- 292 on April 14, 1988 which authorized the City Manager to enter into an agreement with PIECO, Inc. for such services, based on an existing Dade County contract; and WHEREAS, subsequently additional qualified companies have been found to offer the required services at lower prices; and CITY COMMISSION MEETING OF JUN 9 1988 )N No. 1�_�� • KS, WHEREAS, the estimated cost for the service on a time slid material basis it estimated by one of these compani"es, riv four flc: to be l ess than 1205000 and will take approximately 8 weeks to accomplish; an WHEREAS, funds to coven the cost are available from funds already appropriated to the South District Roice Station elp Project No, 312008; and WHEREAS, the State of Florida Super Act provides a possible reimbursement of such expense and if and when reimbursement is received the South District Police ;Station project will be reimbursed; and WHEREAS, the bids for ,the substation construction were received on March 29, 1988; and WHEREAS, in accordance with the Contract Documents, bids may be held for 120 days; and WHEREAS, the extent of contamination is critical to the awarding & construction schedules; and WHEREAS, the Director of the Department of Public Works and the City Manager recommen d that the City enter into an Agreement with EnviroCare,Anc a .woman -owned firm, to provide the necessary environmental services in order to accommodate the award date and construction scheduling of the South District €' Police Substation; Y. NOW, THEREFORE, BE IT RESOLVED' BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. Resolution No. 88-292, adopted on 'April 14, 1988, is hereby rescinded in its entirety. ' Section 2. The City Manager is hereby -authorized to enter into an agreement in a form acceptable to the City Attorney with EnviroCare,`Inc. to provide environmental services necessary for; the elimination of groundwater, contamination at the site of the South District Police Station at West Flagler Street and Beacom Boulevard* Section `3. Funds for the, cost of the services shall be ro riated to the South District Police provided from funds app p Station<CIP Project No. 3120018 with reimbursement to said Project when funds are received from the State of Florida under the terms of the SUPER Act, 2 PAtttd and adopted trait 9thday Of ,TuneVIER a ATTEST: PREPARED AND APPROVED BY: �;Z. A-4vu< CHIEF DEPUTY CITY ATTORNEY APPROVED AS TO FORM & CORRECTNESS: f CITY AT[UgNET JOA40V , DIRECTOR FINANCE DEPARTMENT CAPITAL PROJECT PL DEPARTMENT v4d lam, MANOHAR SURANA, IA.RECTOR Department of Managpment and Budget _ITY _r MIAMI. -! ORIDA NTER-OFFICE MEMORANDUM Honorable Mayor and Members �June 9, 1988 of the City Commission 17` I City Commission Meeting June 9, 1988 _�' ,....s. Agenda Items #10, #13, #27, Jor a L.-' Fer andez °`••DES #28, •55, #58, #59-#62, City Attorn #70, #75 .#83 and _ -- Non -Agenda Items (6) The following information and material should be considered by you in your deliberation6 at today's Meeting: Agenda Item #10 (J.-88-510) [Resolution accepting bids for furnishing radiators and glass repairs] The bid award for auto glass which is contained in this Resolution. as distributed, incorrectly identifies the lowest bidder for this service item. The cost per unit when computed correctly establishes the Latin Auto Glass, Inc. as the lowest bidder and we are forwarding the corrected resolution to the City Clerk. Agenda Item #13 (J-88-514) [Resolution accepting bid for an electronic mail processing system] A bid protest has been filed in connection with this item. The Chief Procurement Officer's rejection of the protest based on the lack of responsiveness on the part of the protesting bidder has been approved by the City Manager and City Attorney. Accordingly, we are attaching a resolution which provides for your approval of the rejection and this attached resolution should be Agenda Item #27 (J-88-528) [Resolution authorizing agreement in connection with groundwater contamination problem at South District Police Substation] This contract for the professional services in connection with this item has been reviewed and approved. A copy �is attached for your information and reference. No , change whatever is required in the resolution which may e adopted as distributed. 88-50" Mayor and Me L rs of the City Commission June 9, 1968 Page 2 Agenda Item #28 (J-88-529) [Resolution setting special use £ee for Federacion Deportiva Nicaraguense, Inc. at Bobby Madura Miami Baseball Stadium] Although no change has been made in the resolution in connection with this item, the a nt as distributed hAa been modified o incorporate a provision for assessment of --ne—surcharge authorized by Ordinance No. 10439, adopted May 19, 1988. NOTE: At the time the Consent Agenda is voted upon, if these Items (#10. #13 and #28) are not removed from the Consent Agenda and considered separately, there should be an announcement made by the Mayor that items #10, #13 and #28 are being voted upon 'as modified'. Agenda Item #55 (J-88-465) (Ordinance establishing a Miami Waterfront Advisory Board) The Chairperson of the existing Waterfront Board requested that this proposed ordinance as distributed be modified to remove the reference to appointment of a secretary. Accordingly, we have removed this provision and have added the following language in the ordinance draft being forwarded to the City Clerk: It shall be the duty of the City Manager to provide administrative support to the Board which shall include the services of an individual to keep minutes of meetings, maintain Board correspondence, post meeting notices, file reports, and perform all other necessary support functions. [Section 4(e), Page 4] No provision has been made for automatic removal or forfeiture of membership based on absence or tardiness by the new Board's members. The Commission's plenary power of removal is expressed in the following language which is contained in the ordinance, as distributed: All members shall serve without compensation for terms of office as indicated hereunder and shall be subject to removal by the Commission for any cause. [Section 2(b). Page 2) SS-50 5 o+- Mayor and Members of the City Commission June 9, 1988 Page 3 Agenda Items *58 (J-88-498) [Resolution concerning the Department of Off -Street Parking Five Year Strategic and Financial Operations Plan] This item, as distributed, reflected the Commission's adoPtion of the Plan as well as approval. For accuracy, we have deleted the word "adopting" from the Resolution. Agenda Items #59-62 (J-88-548, J-88-549, J-88-550, J-88-551) [Resolutions concerning the annual budgets for the Department of Off -Street Parking and the operation of the Gusman Center for the Performing Arts and Olympia Building, World Trade Center Garage and Downtown Government Center Garage] These items, as distributed, reflected the Commission's adoption of the budgets for these entities as well as approval of the budgets. For accuracy we have deleted the word "adopting" from the Resolutions. Agenda Item #70 (J-88-493) [Resolution approving escrow agreement with Swire Pacific Holdings, Inc., Vizcatran. Ltd. for elderly -handicapped housing] The descriptive reference in the Resolution title to the project as expressed has been added to the Resolution body at the bottom of Page 1. No other change has been made in the resolution as distributed and no change whatever has been made in the Escrow Agreement. Agenda Item #75 (J-88-568) [Resolution authorizing the issuance of a Request for Proposal for Visions 20001 For clarity, we are attaching the draft of a Request for proposals to be subsequently issued for the procurement of professional consultant services in connection with this item. No change has been made in the Resolution. Agenda Item #83 (J-88-874) [Resolution determining marketing, management, promotion. eto., services for the Miami Design District Special Improvement District] We are attaching background material in connection with this item which was omitted from the Agenda Packet. No change whatever has been made in the Resolution, as distributed. 8 8"SQ !> Mayor and Members of the City Commission June 9 , i m Page 4 Non -Agenda Item (J-88-580) [Resolution authorizing City Attorney to take all necessary steps against any person or firm responsible for design and construction of Miamarina Project for purpose of recovering City's expenses] This item was distributed last week under a separate transmittal memorandum and we are attaching it herewith for convenience. Non -Agenda Item (J-88-583) [Resolution awarding demolition bid contracts] Due to the timeliness and impetus of the City's enforcement measures on the subject of "crack houses", we are forwarding material whioh you may desire to consider today rather than await the next Commission Meeting. The material is self-explanatory and reflects compliance with applicable City Code procurement provisions and may be adopted today. LAD:RFC:bss:P583 cc: Cesar H. Odic, City Manager Natty Hirai, City Clerk Ron E. Williams, Director. General Services Administration Sergio Rodriguez, Director, Department of Planning Walter Golby, Director Department of Parks, Recreation and Public Facilities Edith Fuentes, Director, Building and Zoning Department John Gilchrist, Director, Department of Development Jack Mulvena, Executive Director Department of Off -Street Parking Martha D. Fornaris, Assistant City Attorney Linda K. Kearson, Assistant City Attorney G. Miriam Maer, Assistant City Attorney Joel E. Maxwell, Assistant City Attorney Rafael E. Suarez -Rivas, Assistant City Attorney S S-50 5 FIN--50 . .4 GifY bF MiAW FLOWbA INTeR4.)FFICE• M9MORANDUM to. Honorable Mayor and Members of the City Commission FROM Cesar H. Odio City Manager RECOMMENDATION: 27 DATEE MN u ' � - 88 FILE. B - 3 219 SUBJECt SOUTH DISTRICT POLICE SUB- STATION Resolution Authorizing City Manager to enter into Agreement with EnviroCare REFERENCES Inc., Environmental Services CIP Project No. ENCLOSURES; 312008 It is respectfully recommended that the City Commission adopt the attached resolution rescinding Resolution No. 88- 292, and authorizing the City Manager to enter into an Agreement with EnviroCare, Inc., a woman -owned firm, in a form acceptable to the City Attorney to perform environmental services required by State Law in conjunction with the groundwater contamination at the South District Police Substation at a cost not to exceed $20,000; said funds to be provided from funds already allocated to the South District Police Substation CIP Project No. 312008. BACKGROUND: The Department of Public Works has determined that there is an emergency need to perform investigative environmental services at the South District Police Substation Site. During demolition of existing buildings and other appurtenances on the South District Police Station site gasoline contaminated groundwater was discovered by Metro Department of Environmental Resources Management (DERM) at the location of a demolished service station. This contamination evidently occurred from a leak some time ago in one or more of the gasoline tanks that were removed under the demolition contract. The Public Works Department was advised by DERM as to the steps necessary by state law to clean up the contamination. Basically there are two phases to the cleanup process, each with separate steps. Phase I identifies the scope of contamination and provides a plan of action to restore groundwater quality. Phase II implements the plan of action which is the actual physical cleanup operation. Each step of each phase requires approval by the State DER before proceeding to the next step. . 2 7-/ Phase I will take approximately 8 weeks or to while phase 11 could take one year or longer. In certain situations phase It would have to be completed prior to any construction, but probably not in this case. Still, phase I needs to be accomplished as soon as possible in order to make that determination. Bids on the substation were received on March 29, 1988. Awarding could be delayed as late as July 28, if necessary, to await Phase I results confirming that cleanup could occur during construction. After this date the project would have to be rebid unless the successful bidder agrees to a later award. So that construction is not delayed, it is to the City's advantage to hire an Environmental Services firm approved by the State of Florida to conduct Phase I of the clean up operation as soon as possible. The Public Works Department originally contacted four firms DERM recognizes and certifies as qualified to perform the required services. Pieco Inc., Cherokee Structures, Inc., Service Station Aid Inc., and Groundwater Technology of Hallandale. All are Non Minority Firms. Both Pieco & Cherokee estimate the Phase I costs at $15,000 - $20,000 and Phase II at $60,000+ depending on the time required. Service Station Aid's costs and time frame were somewhat higher. Groundwater Technology did not respond. After passage of Resolution 88-292, authorizing an agreement with PIECO, Inc. said firm submitted a written proposal substantially exceeding their original quote. Two additional firms were then contacted, and satisfactory proposals for under $20,000 received from Enviropact Services, Inc. and from EnviroCare, Inc. a woman -owned firm. There is a good chance that all the costs incurred for the groundwater cleanup will be reimbursable to the City by the State of Florida under the State Underground Petroleum Response Act of 1986 (SUPER Act). The City is on record with the State DER that we are proceeding with the cleanup and have applied to be included in•the SUPER Act program. Attachments: Proposed Resolution 2 6 "s--505. 6/19/8E RROEESSIONAL SERVICES AGREEMENT This Agreement entered into this day of _ ._­16 198„---, by and between the City of Miami, a municipal corporation of the State of Plorida, hereinafter referred to as "CITY", and EnviroCare, Inc. a Florida for profit corporation, hereinafter referred to as "CONSULTANT". In consideration of the mutual covenants and obligations herein contained, and subject to the terms and conditions hereinafter stated, the parties hereto understand and agrees as follows: 1. TERM The term of this Agreement shall be from Consultant agrees to begin providing services pursuant through A)M .to this Agreement promptly upon receipt of an executed copy thereof. Consultant believes, subject to the requisite and timely approval of the State and County as provided below. that its services shall be completed within four (4) months after commencementII. SCOPE OF SERVICES The CONSULTANT shall under the direct supervision of the Department of Public Works, provide scientific testing and consulting services related to the contaminated ground water condition at the South District Police Substation Project site. The CONSULTANT shall, ei perform the following tasks: 1. Prepare and submit to the Metropolitan Dade County Department of Environmental Resources Management (BERM), with copies to the City, a Quality Assurance Project P1 an(Q Ppdepared in accordance with the requirements set forth in the document entitled "DER Guidelines for Preparing Quality Assurance Plans, DER-QA-001/85, January 30, 1986.,"and the generic QAPP of International Environmental Services, Inc. presently on file with the Florida Dept. of Environmental 2. Upon approval from BERM of the Quality Assurance ProjectRegulations. Plan, prepare and submit to DERM, with copies to the City, a "Contaminant Assessment Report" (CAR) to identify the extent of ground and/or groundwater contamination at the subject facility. -1- SS--5Q" Upon approval from HAM for the Contaminant Assessment Report, prepare and submit to Derth, with copies to the City a "Remedial Action plan" (RAP) which outlines the proposed actions to be implemented in order to restore the ground and/or groundwater at the subject facility. 111. COMPENSATION A. The CITY agrees to pay and the CONSULTANT agrees to accept for services rendered pursuant to the PROJECT in accordance with the terms and conditions of this AGREEMENT and all incidental and preliminary work related thereto fees in accordance with the schedule in Appendix A. The fee schedule shall include all equipment, supplies, materials, tools and labor necessary to complete the work. B. The total compensation by the CITY to the CONSULTANT for ppursuant to An endix A and services provided^under tie terms of this AGREEMENT shall not exceed S20,000. * The City reserves the right to review and audit the time records and related records of the CONSULTANT pertaining to any payment by the CITY. C. The CITY will make monthly payments to the CONSULTANT in accordance with the fees computed as outlined above for all work performed during the previous calendar month upon receipt of duly certified invoices in triplicate to the PROJECT DIRECTOR. D. It may be necessary for the CONSULTANT to subcontract out certain work including but not limited to, well drilling and sample testing. The cost of subcontracted work is to be approved by the City prior to commencement. This work will be paid for at the approved price with the subcontractor's paid invoice submitted as back up information with the monthly bill. IV. COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS Both parties shall comply with all applicable laws, ordinances and codes of federal, state and local governments. V. GENERAL CONDITIONS A. All notices or other communications which shall or may be given pursuant to this Agreement shall be in writing and shall *Notwithstanding the parties agree that certain regulatory agencies may impose requirements not anticipated at the present time. if so, additional costs may be incurred which Consultant agrees to promply notify the City of and which the City agrees to pay pursuant to this agreement. 88-5Wi tetutn receipt tequested be delivered by personal servitoo or by registered Mai IAaddressed to the other party at the address indicated herein or as the same may be changed from time to time. Such notice shall be deemed given on the day on which personally served; Oro if by mail, on the fifth day after being posted or the date of actual receipt, whichever is earlier. CITY 0P MIAMI CONSULTANT Department of Public Works CnviroCare, Inc. 275 N.W. 2 Street 2,100 W. 7E Street, Suite 2n8 Suite 303 Hialeah, Fla. 33016 Miami, Fla 33128 (305)556=0824 (305)579-6874 Attn: Susan Smith Attn: Eugene Pelapz, Project, Director B. Title and paragraph headings are for convenient reference and are not a part of this Agreement. C. In the event of conflict between the terms of this Agreement and any terms or conditions contained in any attached documents, the terms in this Agreement shall rule. D. No waiver or breach of any provision of this Agreement shall constitute a waiver of any subsequent breach of the same or any other provision hereof, and no waiver shall be effective unless made in writing. E. Should any provisions, paragraphs, sentences, words or phrases contained in this Agreement be determined by a court of competent jurisdiction to be invalid, illegal or otherwise unenforceable under the laws of the States of Florida or the City of Miami, such provisions, paragraphs, sentences, words or phrases shall be deemed modified to the extent necessary in order to conform with such laws, or if not modifiable to conform with such laws, then same shall be deemed severable, and in either event, the remaining terms and provisions of this Agreement shall remain unmodified and in full force and effect. VI. OWNERSHIP OF DOCUMENTS All documents developed by CONSULTANT under this Agreement shall be delivered to CITY by said CONSULTANT upon completion of the services required pursuant to paragraph II hereof and shall become the property of CITY, without restriction or limitation on - 3 - 88-50 its use, CONSULTANT agrees that all documents maintained and generated pursuant to this contractual relationship between CITY and CONSULTANT shall be subject to all provisions of the Public Records Law, Chapter 1191 Florida Statues. It is further understood by and between the parties that any information, writings, naps, contract documents, reports or any other matter whatsoever which is given by CITY to CONSULTANT pursuant to this Agreement shall at all times remain the property of CITY and shall not be used by CONSULTANT for any other purpose whatsoever without the written consent of CITY. VII. NONDELEGABILITY That the obligations undertaken by CONSULTANT pursuant to this Agreement shall not be delegated or assigned to any other person or firm unless CITY shall first consent in writing to the performance or assignment of such service or any part thereof by another person or firm. The CONSULTANT agrees that there shall be no subcontracts in connection with the Agreement without the prior written approval of the CITY and that all such subcontractors or assignees shall be governed by the 'terms and intent of this Agreement. Anyone hired by the CONSULTANT (subcontractor or any other expense) is solely the responsibility of the CONSULTANT. Nothing stated herein will create an obligation on the part of the CITY to compensate the subcontractor. VIII. AUDIT RIGHTS The CITY reserves - the right to audit the records of CONSULTANT*at any time during the performance of this Agreement and for a period of one year after final payment is made under this Agreement. * pertaining to charges incurred pursuant to this Agreement, IX. AWARD OF AGREEMENT The CONSULTANT warrants that it has not employed or retained any person employed by the CITY to solicit or secure this Agreement and that it has not offered to pay, paid, or agreed to pay any person employed by the CITY any fee, commission percentage, brokerage fee, or gift of any kind contingent upon or resulting from the award of this Agreement. -4- l98-5Q 0 0 X. CONSTROCTI`CN OF AGRCCMCNT This Agreement shall be tonstrued and enforted acc6rr+ding to the laws of the State of Florida. XI, SUCCESSORS AND ASSIGNS This Agreement shall be blinding upon the parties herein their hoirs, executors, legal representatives, successors, and assigns. XII. INDEMNIFICATION The CONSULTANT shall indemnify and save CITY harmless from and against any and all claims, liabilities, losses, and causes of negligent action, Which may arise out of the CONSULTANT'sAperformance under the provision of this Agreement, including all acts or omissions employee to act on the part of CONSULTANT, .including any #.ereep performing under this Agreement for or on CONSULTANT's behalf, provided that any such claims, liabilities, losses and causes of such action are attributable to the fault of CONSULTANT, *and, from and against any *and not the fault of the City or another, orders, judgements or decrees which may be entered and which may result from CONSULTANT's performance under this Agreement, and reasonable from and against all costs, attorneys' fees,'A expenses and liabilities incurred in the. defense of any such claim, or, the investigation thereof. If the CITY chooses. to defend ,any action on behalf of itself, it shall bear its own costs of defense, and if the provisions of this indemnity provision. are applicable, CONSULTANT shall indemnify the CITY accordingly. In any event, the CITY shall promptly notify CnNSULTANT-as soon_as it has notice of any matter for which this indemnity provision may be applicable. XIII. CONFLICT OF INTEREST The CONSULTANT covenants that no person under its employ who presently exercises any functions or responsibilities in connection with this Agreement has any personal financial interest, direct or indirect, in the work product of this Agreement. The CONSULTANT further covenants that, in the performance, of this Agreement, no person having such conflicting interest shall be employed. Any such interests on ;the part'of the -s- I fis-505) 0 0 CONSULTANT or its employees must be disclosed in writing to the CITY, The CONSULTANT, in the performance of this Agreement, shall be subject to the more restrictive law and/or guidelines regarding conflict of interest promulgated by federal, state or_ local government. The CONSULTANT is aware of the conflict of interest laws of the City of Miami (City of Miami Code Chapter 2, Article V), Dade County Florida (Dade County Section 2-11,1) and the State of Florida, and agrees that it will fully comply in all respects with the terns of said laws. XIV. INDEPENDENT CONTRACTOR The CONSULTANT and its employees and agents shall be deemed to be independent contractors, and not agents or employees of CITY, and shall not attain any rights or benefits under the Civil Service or Pension Ordinances of CITY, or any rights generally afforded classified or unclassified employees; further he/she shall not be deemed entitled to the Florida Workers' Compensation benefits as an employee of CITY. XV. TERMINATION OF CONTRACT Either party may terminate this Agreement by written notice should the other party fail to substantially perform in accordance upon good cause with its terms.,*' Additionally,. the CITY retains the rightt%to terminate this Agreement at any time prior to the completion of the services required pursuant to paragraph II hereof without penalty to CITY. In that event, notice of termination of this Agreement shall be in writing to.CONSULTANT, who shall be paid for those services performed prior to the date of its receipt of the notice of termination. In no case, however, will CITY pay CONSULTANT an amount in excess of the total sum provided by this Agreement. It is hereby understood by and between CITY and CONSULTANT that any payment made in accordance with this Section to CONSULTANT shall be made only if said CONSULTANT is not in default under the terms of this Agreement. 'If CONSULTANT is in default, then CITY shall in no way be obligated and shall not pay to CONSULTANT any sum whatsoever. *provided however that prior to terminating this Agreement the non -defaulting party shall r notify the defaulting party in writing of its failure to 'perform, and the defaulting party shall have thirty (30) days therefrom to cure the default. If cured, there shall be no termination, - 6_ S8--5Q 5 W . NONDISCRIMINATION The CONSULTANT agrees that it shall not di scrW hAte as to race; sex, color, creed, national origins or handicap in connection with its performance under this Agreement. Furthermore that no otherwise qualified individual shall, solely by reason of his/her race, sex, color, creed, national origin, or handicap, be excluded from the participation in, be denied benefits of, or be subjected to discrimination under any program or activity receiving federal financial assistance. XVII. MINORITY PROCUREMENT COMPLIANCE The CONSULTANT acknowledges that it has been furnished a copy of Ordinance No. 10062, the Minority procurement Ordinance of the City of Miami, and agrees to comply with all applicable substantive and procedural provisions therein, including any amendments thereto. XVIII. CONTINGENCY CLAUSE Funding for this Agreement is contingent on the availability of funds and continued authorization for program activities and is subject to amendment or termination due to lack of funds, or authorization, reduction of funds, and/or change in regulations. XIX. DEFAULT PROVISION In the event that CONSULTANT shall fail to comply with each and every term and condition of this. Agreement or fails to perform any of the terms and conditions contained herein,* then CITY, at its sole option, upon written notice to CONSULTANT may cancel and terminate this Agreement, and all payments, advances, or other compensation' paid to CONSULTANT by CITY while CONSULTANT was in default of the provisions herein contained, shall be forthwith returned to CITY. *and such failure shall continue after thirty (30) days written notice to CONSULTANT specifying the default, XX. ENTIRE AGREEMENT This instrument and its attachments constitute the sole and only Agreement of the parties hereto relating to said services and correctly sets forth the rights, duties, and obligations of each to the other as of its date. Any prior agreements, promises, negotiations, or representations not expressly set forth in this Agreement are of no force or effect, -7- 88--50 5 A6 20) Tt- t CIT71 OF 1,41AMI. r LORMA "?5artr cnt of P-Ib�lc Wot`-s A Fr I D A V 1 T Certifying corzioliance '.vith Section 4 (c) of the Charter of the City of `liarzi) S -1, A rne, t ie 'lneerei ned a'ithOr:t':, "•ltnOrlte `.O and take acicno% ledze—lerts, personally ap5eared ---1--�J= a ho, after beir._ first cuiy s%vorn upon oath deposes and says that to ...e .:est of h and belief ro Comr:.issior:er, Mayor, or _ ,ether officer ,).. vrzplo•:ee of the City of Miami, Florida, is interested, directly- or inznrectly, in the profits or emoluments of the contract, ob, work or _-.-r:•ice for the City of Miami in .:onnection with the contract, co:.-cruction and/or purchase of fDfG55/on4� S�/"'Y/C�j 1 e rtt ►r�� � r Co��ind dSS�SSinri+'i T � `�C. � `y� SIGNED (SEAL) Sinned, sealed and delivered is the prese:ic of: Notary' Public, State of Florida at Large My %lCommission expires csr� ci , arida 19 Bcnaoa r, n • in::uncu mc. C7 V—�1 J rJ Form,PW R 1nq 12/69 OATH OF ALLEGIANCE de solemnly swear i or affirm that I do not advocate nor am i a fternber of the Communist Party or any Other political party or organization that advocates the overthrow of the Government of the United States by force or violence; that 1 have not not and will not lend any aid, support, advice or counsel or influence to the Communist party; that I do not believe in the overthrow of the Government of the United States or of the State of Florida by force or violence; that am not a member nor have I knowingly 'ever been a member of any organization or party which believes in or teaches, directly or indirectly, the overthrow of the Government of the United States or Florida by force or violence; and that during such times as I am under contract to the City of Miami for any municipal improvements, I will not advocate nor become a member of any political partyor organization that advocates the overthrow of the Government of the United States. by force or violence. SWORN AND SUBSCRIBED TO BEFORE M 7L3 C , 19 �''P . My t,Fpmmiss�ion .&Xp� r e s o i.ri is a My Commima.. ca•.:�cs .... 2. 191$ Form #238 7/65 Sig aCture Title E THIS 3 DAY OF -?rotary Public State of Florida at Large SS-5Q i 88--50 r l CORPORM RESOLMON WHEREAS desires to enter into an agreement with the City of Miami; And WHEREAS, the Board of tirectors at a duly held corporate meeting hat considered the matter in accordance with the By-LaLwa of the corporation; NOW THEREFORE, BE IT RESOLVED BY THE BOARD OF DIRECTORS that the president and secretary are hereby authorized and instructed to enter into a contract in the name and on behalf of this corporation with the City of Miami upon the terms contained in the proposed contract to which this resolution is attached, and execute the associated performance bond. DATED this 3 day of 198a . k -CHAI ERSON 0 THE BOARD OF DIRECTORS (TO BE USED ONLY IF BIDDER IS A CORPORATION) SS-50ri 88-5WII Alk to) Iiuv 134 14MS Appendix "Alf Page I of 5 Fueson+- ot, NIS :ill Strt-t>t orn t3 Wi 1 a in i If" i ty to V "I I ani i property It-wat.pd nt I-lagli-r and 22nd AvPhlle, Iianii, F I o r i d a I v Ve I our on Envi ro('are, I 1w - IIF-1'1--Ily t-) M I t ,;, the f II i n q 1 0 1.) 0 �,-a I to assist It Ill- City c)t' Iiami in 'Idd VOSS, 1 114 the !: yd rora rhon Ins; a t the re f ert--noed 1) rope r t y ,T I- c1till,i st s or three stages as set forth helot. S Lage I Preparing a Contamination Assessment Plan (CAP). Preparing a Quality A.rsurance Project Plan (QAPP). tAg—e IT T nip] ementat. i oil of the Contami nat ion Assessment PI an ( AP) S tage 1 r I Preparing a Contamination Assessment Report WAH) Preparing a Remedial Aetion Plan (RAP) . Compile and stibmi.f. a] I iincumentation net-dod to detewminr- re I 19 i 11 i 1 i t-�- fo 1, t. h P Fa r I y De t. pe t. i on Inc e n t i vt- program F D I ) pursuant to paragraph :17 6 . 3 0 7 1 12 C) F I o r i d a Stat-11i es. Details of Proposed Stages In -Stage T Envirr,Care, Ine. in a Joint Venture with Trit,-rnat.ional Environmental Services, Tnc., will revif--w aLl availahlt-- data and develop a CAP and QAPP. The CAP will (jutlivir- the —,opt! of the work to be performed, the procedures, and methods to he; used in the irivt--�stigation, and wi I I list. ()hjt-rtivf-s of, the CAP. 10til-lg thf- ilp)woval of the documents, EnviroCarr- t:ill kliplement the CA' in Stage. 11. f nip I emen t a t i on w i 11 i I' s0i I samp! i m, and the installation and sampling of monitor wf-Ils to (40--tect. the presort(--e of hydrocarbons. St)il �.auiplos- from well horings, will he tested for hydrocarbon vapors to J1,termitip the oxtelit of soil degradation and to vprify the of, soil P%vavat-ion. We anticipate that. four (4) 88-50,-) 10 .a[s A AN Apptftda_k "A" 1 i ratn i Page 2 of 3 .if oil itt,t illyis to I I l)f- trj, satillilPill and ,111.11ih t-•r,l'ri,3hot� Ui t h the F P,1 ntt•thnds- -,et forth in t he CA13. roll=iAt Ck1, thr+ 1)repat'at.lon 1-,y I-hVl t't'tt Al't• I) I' •i Ji. Tho tAt? t,: II %umniaI,I a thr- rnsatlts ,-It' Stage II, it' the -.ummat'� I itri i catr•ti I Nlnt-tl i a l .fr:t. i riot I s rpgtj i l•",t 1 .1 1 t el -flat i t n5 t i l l bra .IIgge-,tt,i l)y Iat-,•t I-o('are , If t.hn rests I t of .- tagp 1 1 I ltti i r,nt t- that no t•Nlnod i n I .fct i nrl ► s IIeo(IssaI- , a (' >It t. t 1 I hr� <11hmI `t«-,1 to t I i 0 .1.gtatit' it-s. t'rnn r.nmpiet.ion tit' tht, ,'1h, :'t11 11'nl' 1;'n tJl I I t)in1)i IP :atltl tiuhmi t tt)r' tlovi tltontat I till nt•,-doiI ti�lt�rmirle tlIF- t'it+• ,)f' 1-1iamii t y t'or t•f111111ui•som"rit. uhtier VDI. Program Costs �.ts ha':P been r•tit.l+;Iat.r'll t't)t+ t'Itis program toll t',I11' [It -St imatts of ori; 1 r, hr pt. T•forin1--d A(idit i,,n.al costs 1'or t fill I) 1 i ng and Ibm i t.t i ng rr'i mbursoment ,tocume. n tat i on i s 1 rtr• I uded i n 'task I T 1. i t should be recognized that the rt=t;u l.ltol �' a,gPtw i es r.oul,i impose requirements not runt is i p:atOd i,t this proposal. Such requirements, could include meetings, t-•nnstructing morn than four wells, more than one sail sample and tine groundwater sample from each well, etc. Should agenvy rf-quirPment.s exnef-H the proposed scope of study, the alid i t. i ona I o-ost s will he invoiced. Our anticipated charges and t.ht)st, Pst.im.ai.ed for subcontractors are as follows: -stage 1 Stage II S t.age I ] T(-)taIs: hnviroCaro S :i , ri OO . on S3,i00.00 S4,500.00 S11, 00.00 Subcontractors -O- S2,800.00 (Drilling) $4,000.00 `(Lab.) (;rand Tot.aIs: S18, 5O0.00 We are pleased t.o provide this proposal to you. We can begin the preparation of the CAP upon signing a contract.. Enol,ised is EnviroCare's Contract for Professional Services. Sincerely, F.NVTRO. RF, TJ, tiC. 46.�G' BY . 'I F-110s: C•r,nt.ratot Rrorshure Proressintl.al Sorvice, Fees Sir-hedtTle aft. Ak AppefldIx "A" Page 3 of 3 I1_i1iGVS i (_li F\V I I,O(( I `x r.`i 1'fiOl'r.is I_,."\AL. SI:I"% i I l_,S :I ileAFaP.5, IW i;nvI I'ul';ll't', , tlC r,I l Rt -I , ) tll 111,111-1 Coo )I,I tn1' 1,1'fr�ssIoliai ft' I11+ alhl�l s t I r• 1 t:l)rki I I L: c11'. 11 1",1 r.,,I•I't ; j c ) i'r'lInbIjI eint°IIt I11 1 ••.1„-trtie .i ) 1't%I inouI tiwwn tlt •.1 -lain •,Ilt t*3C•t 111 • `' :11'Id ,,t Ilt,I' .-Alit-1• I 1 I•tii ;-. i 1 I'e•111 I I :•tl;st r?•'n t'01• 1 111111)MI-01 . 1;i I I" I'!`. l'( I.111 IE 1 i, i,!-.t 1a I �;t•�• .1111t t�� Iu•I,�e�� 1. i i I i„• �ullm i 1 t t•tf t oir 11a> nit -tit .,11 I .11t111 Ia�-kit•',I 1-pt flit ',lit,rnnt l•11r•tot' II11.owt's t.1111•h t:i I I i:r• ht I 1 t•.t as; I F-rt•i �-f:-H) , Iit1 I t•5, somF ot.lter at,:-arivo-inNtlt f1ii!-. i!LIII1•i +' V-"; flit' :-a1'1r1115 I,1NS!;I t'iL-at 1o11S o1, 1.I1�'l rrll al'r'. rtlr•. 0 z 1,11 I tit P1'11i1 t 1 on;I I F11%' l l'r' nnipn t.a r'1't'1 f-s, t till`.. )7 P r s.-i tl ti t'' I :I r'f• :1.t►r nt r-:i hoIot: .:,11i :1rr �.+uh.jt,r-t ' Il I-f- i"ion. PI.-IIlt••lpal i 1111S11Itant S"111t-11' Crinsu I t'Int Principal st-Ir•nt.ist. Si'n i oi- tic i rto i t. Staff Scienti"I PI•o.jent Sr. i f-l►t i st. fir. i•�ntist Technical F.iitI-,r S e n 1 or (Ira f t s1)e.rson Draftsperson KPsoar(-h Assi stint. Stat'f Terhnirian Tt-•c, IInic.ian S1.2f).O0 - 1aO.O:i 3140.01) - 1 15.0 S74.00 - 90-00 $56.00 - 78.00 S46.00 - 65.00 S•10.00 - 55.00 $25.00 - 45.00 $39.00 - 56.00 $40.00 - 65.00 $20.00 - 30.00 $20.00 - 40.00 $30.00 - 50.00 S16.00 - 35.00 Nr-Imhursrtble e`I-�t-nses aro rhargeahle at cost and inr!ude oosi t s, l i% l ng e-xpPnAPs for personnel reel i rt-d to be away from their, home of t'i ce in connection with the work, ran to l oars, long-d i st.aneF t P l ephone calls, telegrams and --thles, oopieg, 1lrint.s or reports, shipping costs for samples and other- materials, expendahle supplies purchased 5prri f i rra I l y for- a project, and premiums for i nsurancr required by the rl i ent in addition to normal coverage. The use of pt-rsonal oars for project -related work is charged at. 30 4--ents per mil". The use of company -owned vehicles is rhargPd at. a minimum of $50 per day at a rate of 3i cents per -ni le. Tl,t-. Use of flip snml)l ing van is rharged ata minimum of ; 70 per day at a i-at:t? of :50 I-•t-nts per mile in addi t i :i)n to othoi- N-an rhargF�z.. Sub-contl3ator rhar11tis and costs of purchase nr rent.al of sl,t-trial t•rluipment no�oessar% for the work, together t:itit any otht-t• co4.t.s notas.sooiatr-ll t:ith normal overhead, a1•N hi l Jeri r)st. 111 us a h:1nd 1 i ng oliarte of ; 5 percent . 88-50t`t - s , 88_50 1 A. X ..>JTor.loalLE � .:aILIr; ._._`--------------_.._-- Leo 1.000 2iCuO . .- ... 1/coo XCESS L:..oIL, 1/27/89 1/27%ao iORKEaS',. '?�E+!SAT G N 4 ITIAER 4 7A-T- STREET wlALEaH 9L 'T LC"iT_'<TS v:.LuE=15:.:; =CUCT:ELE 3ZSC CITD'IY�C���` DFPT CiF PUBLIC 4�t7RKS ALM. DIVISION CITY C= '�:;M: ;LC';: -' CEPT Ci: �u:L:C qC. KS _C;A _ _V 1 AM I LC TW C A $ 88--SQ i w w 5/27/88 ,nucE R . .:114tc,AS 4 AIATTIip nF i^IF,MNIATION 1,tO .t 11 qr, •4 1 .1415 L;)If-N ,'+E. -LP' ttFl('ATL �--OLCER. ' ,'•, , ..I• ,, ',.S rl::l /1VLPJ1), - IL`40 :`;I nt TLR TNIi Cn•.,.r. T f) 6P •-Il_, :IE.S 13- I OW COMPANIESA.FFORDING COVERAGE - - =T'la "L:FE ? CASUZLTY C 1 Lt.. n l T J ,Tt1O;Yt. •15lRr t :S11t ! tf :) ti'.1 t1•`: Ir.. 1J t.•, ,J lilt ': ii -+ ,rtt It l.'^. I1 ANY C,%til I: AL'T f-,i1 �;T I'E.I<O,7CUMENT :'II TN E 15 : ; F ( I 1 ., (1 „ 1 •.; '.... t 1 n r I!: ;r:,'_I•;.,^l�': AI l , I• h[U r THE. t1GLICIES 0L5C,i UI_D 1-t +!. .. i S'. . .` i•, .:Li. -1 ut.7 S, f t ,� ,. all ., n 11"1511. •SI/C'i )•'.:LI,:II 5. GENERAL LI:.E31LiTY {4i1�16;NEU1 1/OCo 2,rCC0 tr �PEw•..,tial ..,./:• I cFlSUNAL INJl1F/Y 1 /CL%Q AUTOMOBE ABITY 1—'--'— -- -'- + -- e.)n:. r ILLILI i{ �a P:., .',N% I..j. Fly tf AL.T u.(YaGE I EI d PU -EXCESS LIABILITY t �'_•r e''ELLa 70M j 81 d PD I L'U'ABINED JT-,ca 7•.a . t. :•,3wCLI a c,,FCt t I 2 8 ST 4!1110111 WORKERS' COMPENSATION � I. AND N / 0 EMPLOYERS' LIABILITY -NIA OTHER ------- JESCtiiPT;t:Nr. OPtRA-ICNS:L,.,::ATI(:'ti/`,f.111(L `,S-Ff'IA_,'I , _1% q 76T�' STREET 4IALEAH FL ADDITI I CC"�?_^!TS VALQE 1150 CECUCTIDLE $Z50 CITY C I-�DA DgT Og PUBLIC ARKS AIM. DIVISION CITY C= C:PT CF ;UCL:C dC:<S 4—DA ::V Z75 Not GAC �T;EET M 14 MI FLCP.I:A :I1; . It ACII ACCIDENT ,01SEASE-POLICY LIMIT) ,!,ISEASE-EACM E'APL VYLE AS-50!'11 •(,iFL�l•FL E_L[) •(=,:FT •• I:<PIRATI(,TJ L1ATI: L►y�RFOP• THE. ISSUING GOMPANII NUE,(V(UP TO MAIL JJ DAYS WRITTEN NOFICE T-') 1,F l:':ETT t'ICAfE H(IL.L:U_R TO 111E LEFT. EIUT FAILURL TO MAIL',UCH NOTICE S11ALL iMPO5E NO OBLIGATION OR LIABILITf OF AN ' KIN[) UPON THE COMPANY. ITS AGENTS OR RE PRCSENTATivirs. H-ED EMAT AU7HO4LL� �E�Iv��/�}Z�'t� -i rII TE 0(A) we ss—sl 7 t . 6 m..orrL/l' F It lwt. I. 1 411► It'ATL f.r.�.LJF-U A', A MA 1 Tr N 01 - tlJr CUtMA I It'N L,IJI V AW I CONO t NS NO WlriIITS QPON I Opt CLI( I it- ICAlL NI.11 hl It, 1111', , I {lilt it. uTr p(!1.5 NOT AK41NrJ' LX11:Nrf OR ALI[It TIIC Lvvl•It• K t E N 3 A T T L r A C v C i C t7 Hi: ♦ JU f t'{�:lEll rV I It rULIC!II OCLUW. P C 3CX 16% COMPANIES AFFORDING COVERAGE H;ALEAI- FL 31.011 -1630 _ AETNA LT0i CASUALTY I r111 '1 A —� �'�' ENVIRG CAKE N# C,.,MNAI.v Z1C� w 7b ST ucCr Li ! , C MIAL�atF- FL 31016 I WORK COMP ASSNO RISK 1111 L•,�n.: nr.� E l.t 1 t c It i'I :,1 10 IICt, 1'I I t, I•, St,61LC I I I•'., 1`h, I\ n ',:(' hyt „1,�'Jt'l l.l:+t ( r. lot I t!%V I II.Vt- 14V I N ItiSU:II It'I To IL. irim NAM[ tl AGUVF 1 Ok 1 Nt Ptli 1, v VI-Ivl. Trr.M (,II CuNllil-ON 01 AN, i:0NtQAA(.I C)N 011-41.11 r)ULIJVI 1`41 V4110 I1�1!i 11111 It ;'rI •.,mv I I I. tlk Kicky vl (JT,'OIN. 111r IN5UItmN(7X /(I I•(.dNII( h GY MI, 1`01.1 01 OrSCl1I(It It nl.l 1' 11 -1 'a I vi 1 . n.R1f a, A11I11• 1 INh111[iN5I,?r ;UCH I•t11 (GENERAL LIABILITY 00(1 ••A. A• 1. wl:.lJC'y.r,. n'11-I :: rl'•,''Lt\•I ff ' .1•.•Ilart�., 1 {1'M�14(,�(11,IA 1.1 •,lf'I (•'\ •. r,�tn,.l ALITOMOBILI I IASILI I Y .tk.•, A,I,.. .. n. .I , . • I I . •,r ILA(. , d.Fir tl . I tXCESS LIARII ITY i(rvFNl t .'k I r14M WOR K I HS' COMPCNSATION AND EMPLOYI RS' LIAVILITY UTNFR �. ��• • � • 111''<:k IVCIC,N(')1 r.I+L1IA I I(IN511(_I( AMMONALJ INSURED: CIT. t 4,i• li.'•' 41 tMNr it ••lit If • L' : 1 `tt r-OLICY ►ifliMAT 'I' �'-1 '.. �,,.!•,• I VA!L I V M 11, v1: 2/21/881 2/21/81 LIArIf L11 Y L,IAITS IN 7/(f:l1:,AN11% >ngrt It l t• .JA11A� •t •»r! . 1'000! 2,C0 CIAO,., Pt WsONAL IN -WHY 11 iC00 INIUkv I tt•t n (1, 1f III r tN,:"IY I.VIN A(f IUI NI, 1 VI/t'1'l'It � 4 it,AMA,,I ti LUKINL I. biNt I. ul a r11 almD Ntr( t; 5'25 003T35 ---i 'i l2�/88-77-27/8 51-- 1 li it'll Al '.if,► ,y t I N A -� Iulal nal r,11_,• 1 1 10•0 1- II rw, LOCATION yy2pp1��0,,0 Wgg76TTH STTRREEEETLHHIILALEAH FL t 4 � TFi� f&'bEi s OF-PUBZIG �l[W Ems? '&VISYON CITY OF MIAMI =LORICA DcPT OF PUBLIC WORKS ADM C:V 21; Nw [NO STREET MIAMI FLCRICA 33128 88-50 Rt �l ,t,ut L' Htly (lr 7'11 At'(P.1 ILL.`.(. Nlrir t) I•,_1LU:It A tit L'.nl•tt I t I 1 If N'IlnJl II"• rXPl1:Alflit. :..Alt M�I(I(.of I111 I(,5t.11W. I.(iMivtfVY VVILI INr,rAVt)fltoMAIL I,IA+}Wf(IIILN^Julftl I() I,II LI I(III li ATI_ M411 GC11 NAM[ r1 It, Itll fit (, wit I n,l 1,1.1 it. MAIL Ir•'1i 11 NUI!V1 SIIAI.I IMPOSC Nit ()Fit 1-Alf()N (IF) LIAI,1, IIV t,,I INr, UIv,1Nyt it COMPANY. I I k AC Lt: I t. (l;t Rt 1'111 1.1 N'I A 1 I V I •. _ ANv K AUIhiminr•tlltl'NI',CN1AT1 C .� WILLIAM WOOTEN i%,/®,_ S//J,_.dP(A) - s - XXI. AMENDMENTS No arnendMents to this Agreement shall be binding on either Party unless in writing and signed by both parties. IN WITNESS WNEREOF, the parties hereto have caused this instrument to be executed by the respective officials thereunto duly authorized, this the day and year first above written. CITY OF MIAMI, a Municipal Corporation of the State of Florida ATTEST: City Clerk ATTEST: Cp7po,rate/Secretary WITNESSES: s o (NOTE: If CONSULTANT is not a Corporation, two witnesses must sign.) APPROVED AS TO INSURANCE REQUIREMENTS: nsurance anager By City Manager CONSULTANT: EnviroCare, Inc. BY l� •Li incipa if CORPORATE SEAL APPROVED AS TO FORM AND CORRECTNESS: i t*Aorney