Loading...
HomeMy WebLinkAboutPre-LegislationCity of Miami Legislation Resolution: R-13-0449 City Hall 3500 Pan American Drive Miami, FL 33133 www,miamigov.com File Number: 13-01287 Final Action Date: 11/21/2013 A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), BYA FOUR FIFTHS (4/5THS) AFFIRMATIVE VOTE, PURSUANT TO SECTION 18-92 OF THE CODE OF THE CITY OF MIAMI, FLORIDA, AS AMENDED, AFTER AN ADVERTISED PUBLIC HEARING, RATIFYING, APPROVING AND CONFIRMING THE CITY MANAGER'S FINDING OF A SOLE SOURCE; WAIVING THE REQUIREMENTS FOR COMPETITIVE SEALED BIDDING PROCEDURES, AND APPROVING THE UTILIZATION OF THE SCAVENGER 2000 DECONTAMINATION BOAT, FOR SURFACE CLEANING FOR THE CITY OF MIAMI'S WATERFRONT, FOR THE DEPARTMENT OF PUBLIC WORKS, UTILIZING A UNIQUE PROPRIETARY PROCESS, FROM WATER MANAGEMENT TECHNOLOGIES, INC., THE SOLE SOURCE PROVIDER, IN ATOTALANNUALAMOUNT NOT TO EXCEED $200,000.00; ALLOCATING FUNDS, IN THE ANNUAL AMOUNT NOT TO EXCEED $200,000.00, FROM THE DEPARTMENT OF PUBLIC WORKS OPERATIONS BUDGET, ACCOUNT NUMBER 00001.208000.534000.0.0; AUTHORIZING THE CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT, IN SUBSTANTIALLY THE ATTACHED FORM, FORA ONE (1) YEAR PERIOD, WITH THE OPTION TO EXTEND FOR TWO (2) ADDITIONAL ONE (1) YEAR PERIODS, FOR SAID PURPOSE. WHEREAS, the Department of Public Works is seeking to procure the utilization of the Scavenger 2000 Decontamination Boat for surface cleaning of the City of Miami's ("City's") waterfront, including the Miami River, navigable canals, and Biscayne Bay; and WHEREAS, the Scavenger 2000 Decontamination Boat has the capability for treating the water, in addition to debris removal and oil sheen recuperation, as it uses a decontamination and oxygenating process that consists of deep injection of pure oxygen into the waterways, and WHEREAS, the Scavenger 2000 Decontamination Boat can only be acquired from Water Management Technologies, Inc. as the sole source provider, as the vessel has proprietary technology with a patent pending File No. 6950-02, Publication No. PCT/US2005/029084, due to its uniqueness; and WHEREAS, the Chief Procurement Officer has adopted the finding that Water Management Technologies is the only provider of the Scavenger 2000 Decontamination Boat to provide this unique and valuable service; and WHEREAS, the findings of the Chief Procurement Officer have been approved and adopted as the findings of the City Manager; and WHEREAS, the City Manager and the Chief Procurement Officer recommend that the requirements for competitive formal sealed bids be waived pursuant to Section 18-92 of the Code of the City of Miami, Florida, as amended ("City Code"), and the procurement of the above service as specified be approved as a sole source; City of Miatni Page 1 of 2 File Id: 13-01287 (Version: 1) Printed On: 3/10/2015 File Number: 13-01287 Enactment Number: R-13-0449 NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are adopted by reference and incorporated as fully set forth in this Section. Section 2. By a four -fifths (4/5ths) affirmative vote, pursuant to Section 18-92 of the City Code, after an advertised public hearing, the City Manager's finding of a sole source, is ratified, approved and confirmed, the requirements for competitive sealed bidding procedures are waived, and the utilization of the Scavenger 2000 Decontamination Boat, for surface cleaning of the City's waterfront, for the Department of Public Works, utilizing a unique proprietary process, from Water Management Technologies, Inc., the sole source provider, is approved, in a total annual amount not to exceed $200,00.00, with funds, in the annual amount not to exceed $200,000.00, allocated from the Department of Public Works Operations Budget, Account Number 00001.208000.534000.0.0. Section 3. The City Manager is authorized {1} to execute a Professional Services Agreement, in substantially the attached form, for one (1) year, with the option to extend for two (2) additional one (1) year periods, for said purpose. Section 4. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.{2} Footnotes: {1} The herein authorization is further subject to compliance with all requirements that may be imposed by the City Attorney, including but not limited to those prescribed by applicable City Charter and Code provisions. {2} If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. City of Miami Page 2 of 2 File Id: 13-01287 (Version: 1) Printed On: 3/16/2015 PROFESSIONAL SERVICES AGREEMENT M-0104 This Agreement is entered into this — day of , 2013, by and between the City of Miami, a municipal corporation of the State of Florida ("City"); Water Management Technologies, Inc. a Florida corporation ("Provider"); RECITALS: A. WHEREAS, the City has awarded Resolution , adopted on 20_, for a yearly tern contract with option to renew for two additional one year periods, in an amotmt not to exceed $200,000 per year, to be expended exclusively for the Services of the Scavenger 2000 Decontamination Boat (Program"), owned and operated by the Provider. B. WHEREAS, the Provider has been determined to be a sole -source for the provision of cleaning and decontaminating the Miami River, Biscayne Bay, and all navigable tributaries ("Services"), necessary to establish and implement the Program. C. WHEREAS, Provider possesses all necessary qualifications and expertise to perform the Services. NOW, THEREFORE, in consideration of the mutual covenants and promises herein contained, Provider, and the City agree as follows: TERMS: 1. RECITALS: The recitals are true and correct and are hereby incorporated into and made a part of this Agreement. 2. TEEM: The term of this Agreement shall commence on the date of execution, and unless terminated inaccordance with the provisions hereof, shall continue for a one year term with an option to renew for two additional one year period. 3. SCOPE OF SERVICE: A. Provider agrees to provide the Services to the City as specifically described, and under the special terms and conditions set forth in Attachment "A" hereto, which by this reference is incorporated into and made a part of this Agreement. B. Provider represents and warrants to the City that: (i) it possesses all qualifications,. licenses and expertise required for the performance of the Services; (ii) it is not delinquent in the payment of any sums due the City, including payment of permit fees, occupational licenses, etc., nor in the performance of any obligations to the City; (ill) it shall furnish all labor, materials, and equipment, necessary to perform the Services under this Agreement; (iv) all personnel assigned to perform the Services are and shall be, at all times during the term hereof, fully qualified and trained to perform the tasks assigned to each; and (v) the Services will be performed in the manner described in Attaclunent "A". S. COMPENSATION: A. The amount of compensation payable by the City to Provider shall be based on the rates and schedules described in Attachment "B" hereto, which by this reference is incorporated into this Agreement; provided, however, that in no event shall the amount of compensation exceed a combined total of $200,000 for the Program. B. Unless otherwise specifically provided in Attachment "B", payment shall be made within thirty (30) days after receipt of Provider's invoice, which shall be accompanied by cdt:S°avenger 2000 Contract 2013 2 sufficient supporting documentation and contain sufficient detail, to allow a proper audit of expenditures, should City require one to be performed. C. Upon presentation of Provider's invoice for Services rendered, Provider shall be paid in the following manner: The City shall pay Provider one hundred percent (100%) of each total invoice amount, up to a sum total of $200,000 for a one year teuu contract with the option to renew for two additional one year period; 6. OWNERSHIP OF DOCUMENTS: The Provider understands and agrees that any information, document, report or any other material whatsoever which is given by the City to the Provider or which is otherwise obtained or prepared by Provider pursuant to or under the terms of this Agreement is and shall at all times remain the property of the City. The Provider agree not to use any such information, document, report or material for any other purpose whatsoever without the written consent of City, which may be withheld or conditioned by the City in its sole discretion, 7. AUDIT AND INSPECTION RIGHTS: A. The City may, at reasonable times, and for a period of up to three (3) years following the date of final payment by the City to Provider under this Agreement, audit, or cause to be audited, those books and records of Provider which are related to Provider's performance under this Agreement. Provider agrees to maintain all such books and records at its principal place of business for a period of three (3) years after final payment is made under this Agreement. B. The City may, at reasonable times during the term hereof, inspect Provider's facilities and perform such tests, as the City deems reasonably necessary, to determine whether cdt:Scavenger2000 Contract 2013 3 the goods or services required to be provided by Provider under this Agreement conform to the terms hereof and/or the terms of the Solicitation Doctunents, if applicable. Provider shall make available to the City all reasonable facilities and assistance to facilitate the performance of tests, or inspections by City representatives. All tests and inspections shall be subject to, and made in accordance with, the provisions of Section 18-100 of the Code of the City of Miami, Florida, as same may be amended or supplemented, from time to time. 8. AWARD OF AGREEMENT: Provider represents and warrants to the City that it has not employed or retained any person or company 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 any fee, commission, percentage, brokerage fee, or gift of any kind contingent upon or in connection with, the award of this Agreement. 9. PUBLIC RECORDS: The Provider understands that the public shall have access, at all reasonable times, to all documents and information pertaining to City contracts, subject to the provisions of Chapter 119, Florida Statutes, and agrees to allow access by the City and the public to all documents subject to disclosure under applicable law.. The Provider's failure or refusal to comply with the provisions of this section shall result in the immediate cancellation of this Agreement by the City. Pursuant to the provisions of § 119.0701 Fla. Stat. Contractor must comply with the Florida public records laws, specifically the Contractor must: (a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the service. (b) Provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. cflt: Scavenger 2000 Contract 2013 4 c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. (d) Meet all requirements for retaining public records and transfer, at no cost, to the agency all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements, All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency, 10. COMPLIANCE WITH PROGRAM REQUIREMENTS AND FEDERAL, STATE AND LOCAL LAWS: Provider shall comply with all requirements imposed by the City, including reporting, record keeping and other requirements. Provider shall also comply with and observe all applicable federal, state and local laws, rules, regulations, codes and ordinances, as they may be amended from time to time. 11. INDEMNIFICATION: Provider shall indemnify, defend and hold handless the City and its officials, employees and agents (collectively referred to as " Tndernnitees") and each of them from and against all loss, costs, penalties, fines, damages, claims, expenses (including attorney's fees) or liabilities (collectively referred to as "Liabilities") by reason of any injury to or death of any person or damage to or destruction or loss of any property arising out of, resulting from, or in connection with (i) the performance or non-performance of the Services contemplated by this Agreement which is or is alleged to be directly or indirectly caused, in whole or in part, by any act, omission, default or negligence (whether active or passive) of Provider or its employees, agents or subcontractors (collectively referred to as "Provider"), regardless of whether it is, or is alleged to be, caused in whole or part (whether joint, concurrent or contributing) by any act, omission, default or negligence (whether active or passive) of the Index nitees, or any of them or (ii) the failure of the Provider to comply with any of the cclt;Scavenger2000 Contract 2013 5 paragraphs herein or the failure of the Provider to conform to statutes, ordinances, or other regulations or requirements of any governmental authority, federal or state, in connection with the perfoirnance of this Agreement. Provider expressly agrees to indemnify and hold harmless the Indemnities, or any of them, from and against all liabilities which may be asserted by an employee or former employee of Provider, or any of its subcontractors, as provided above, for which the Provider's liability to such employee or former employee would otherwise be limited to payments understate Workers' Compensation or similar laws. 12. DEFAULT: If the Provider fails to comply with any term or condition of this Agreement, or fails to perform any of its obligations hereunder, then that :Provider shall be in default. Upon the occurrence of a default hereunder the City, in addition to all remedies available to it by law, may immediately, upon written notice to the Provider, terminate this Agreement whereupon all payments, advances, or other compensation paid by the City to Provider, shall be immediately returned to the City. Provider understands and agrees that termination of this Agreement under this section shall not release Provider from any obligation accruing prior to the effective date of termination. Should Provider be unable or unwilling to commence to perform the Services within the time provided or contemplated herein, then, in addition to the foregoing, Provider shall be liable to the City for all expenses incurred by the City in preparation and negotiation of this Agreement, as well as all costs and expenses incurred by the City in the re -procurement of the Services, including consequential and incidental damages. 13. CITY'S TERMINATION RIGHTS: A. The City shall have the right to terminate this Agreement, by giving Provider, at least five (5) business days prior written notice, upon discontinuance or termination of the Program, unavailability of funds under the Grant, or if the City determines, in its sole discretion, cdt:Scavenger2000 Contract 2013 6 that continuation of the Program or of Provider's services are no longer in the best interest of the City. In such event, the City shall pay to Provider compensation for services rendered and expenses incurred prior to the effective date of terinination. In no event shall the City be liable to Provider for any additional compensation, other than that provided herein, or for any consequential or incidental damages. B. The City shall have the right to terminate this Agreement, without notice or liability to Provider, upon the occurrence of an event of default under the grant or under this Agreement. In such event, the City shall not be obligated to pay any amounts to Provider and Provider shall reimburse to the City all amounts received while Provider was in default under this Agreement. 14. INSURANCE: Provider shall, at all tunes during the term hereof, maintain such insurance coverage as may be required by the City. All such insurance, including renewals, shall be subject to the approval of the City for adequacy of protection and evidence of such coverage shall be furnished to the City on Certificates of Insurance indicating such insurance to be in force and effect and providing that it will not be canceled during the performance of the services under this contract without thirty (30) calendar days prior written notice to the City. Completed Certificates of Insurance shall be filed with the City prior to the performance of services hereunder, provided, however, that Provider shall at any time upon request file duplicate copies of the policies of such insurance with the City. If, in the judgment of the City, prevailing conditions warrant the provision by Provider of additional liability insurance coverage or coverage which is different in kind, the City reserves the right to require the provision by Provider of an amount of coverage different from the amounts or kind previously required and shall afford written notice of such change in cdt:Scavenger2000 Contract 2013 7 requirements thirty (30) days prior to the date on which the requirements shall take effect. Should the Provider fail or refuse to satisfy the requirement of changed coverage within thirty (30) days following the City's written notice, this Contract shall be considered terminated on the date that the required change in policy coverage would otherwise take effect. 15. NONDISCRIMINATION. Provider represents and warrants to the City that Provider does not and will not engage in discriminatory practices and that there shall be no discrimination in connection with Provider's performance under this Agreement on account of race, color, sex, religion, age, handicap, marital status or national origin. Provider further covenants that no otherwise qualified individual shall, solely by reason of his/her race, color, sex, religion, age, handicap, marital status or national origin, be excluded from participation in, be denied services, or be subject to discrimination under any provision of this Agreement. 16. MINORITY AND WOMEN BUSINESS AFFAIRS AND PROCUREMENT PROGRAM: The City has established a Minority and Women Business Affairs and Procurement Program (the "M/WBE Program") designed to increase the volume of City procurement and contracts with Blacks, Hispanic and Women -owned business. The M/WBE Program is found in Ordinance No. 10062, a copy of which has been delivered to, andreceipt of which is hereby acknowledged by, Provider. Provider understands and agrees that the City shall have the right to terminate and cancel this Agreement, without notice or penalty to the City, and to eliminate Provider from consideration and participation in future City contracts if Provider, in the preparation and/or submission of the Proposal, submitted false of misleading information as to its status as Black, Hispanic and/or Women owned business and/or the quality and/or type of minority or women owned business participation. cdt:Scavenger 2000 Contract 2013 8 17. ASSIGNMENT: This Agreement shall not be assigned by Provider, in whole or in part, without the prior written consent of the City's, which may be withheld or conditioned, in the City's sole discretion. 18. NOTICES: All notices or other communications required under this Agreement shall be in writing and shall be given by hand -delivery or by registered or certified U.S. Mail, return receipt requested, addressed to the other Provider at the address indicated herein or to such other address as a Provider may designate by notice given as herein provided. Notice shall be deemed given on the day on which personally delivered; or, if by mail, on the fifth day after being posted or the date of actual receipt, whichever is earlier. TO PROVIDER: Sophie Mastriano, President Water Management Technologies, Inc. 406 Lawn Acres Court Hollywood, FL 33023 USA TO TIIE CITY: Nzeribe (Zerry) Ihekwaba, Ph.D., PE, Director Department of Public Works 444 SW 2 Avenue 8th Floor Miami, FL 33130 19. MISCELLANEOUS PROVISIONS: A. This Agreement shall be construed and enforced according to the laws of the State of Florida. B. Title and paragraph headings are for convenient reference and are not a part of this Agreement. C. 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. cdt:Scavenger 2000 Contract 2013 9 D. Should any provision, paragraph, sentence, word or phrase contained in this Agreement be determined by a court of competent jurisdiction to be invalid, illegal or otherwise unenforceable under the laws of the State of Florida or the City of Miami, such provision, paragraph, sentence, word or phrase shall be deemed modified to the extent necessary in order to conform with such laws, or if not modifiable, then same shall be deemed severable, and in either event, the remaining teiins and provisions of this Agreement shall remain unmodified and in full force and effect or limitation of its use. • E. This Agreement constitutes the sole and entire agreement between the provider and City. No modification or amendment hereto shall be valid unless in writing and executed by properly authorized representatives of the provider hereto. F. The Provider will allow City inspectors, agents or representatives the ability to monitor its compliance with safety precautions as required by federal, state or local laws, rules, regulations and ordinances. By performing these inspections the City, its agents, or representatives are not assuming any liability by virtue of these laws, rules, regulations and ordinances. The Provider shall have no recourse against the ;City, its agents, or representatives from the occurrence, non-occurrence or result of such inspection(s). Upon issuance of a notice to proceed, the Provider shall contact the Risk Management Department at (305) 416- 1800 to schedule the inspection(s). G. Provider shall affirmatively comply with all applicable provisions of the Americans with Disabilities Act ("ADA") in the course of providing any work, labor or services funded by the City including Tides I and II of the ADA (regarding nondiscrimination on the basis of disability) and all applicable regulations, guidelines and standards. Additionally, cdtscavenger 2000 Contract 2013 10 Provider shall take affirmative steps to ensure nondiscrimination in employment of disabled persons. 20. SUCCESSORS AND ASSIGNS: This Agreement shall be binding upon the provider hereto, their heirs, executors, legal representatives, successors, or assigns. 21. INDEPENDENT CONTRACTOR: Provider has been procured and is being engaged to provide services to the City as an independent contractor, and not as an agent or employee of the City. Accordingly, Provider shall not attain, nor be entitled to, any rights or benefits under the Civil Service or Pension Ordinances of the City, nor any rights generally afforded classified or unclassified employees. Provider further understands that Florida Workers' Compensation benefits available to employees of the City are not available to Provider, and agrees to provide workers' compensation insurance for any employee or agent of Provider rendering services to the City under this Agreement. 22. CONTINGENCY CLAUSE: Funding for this Agreement is contingent on the availability of funds and continued authorization for Program activities and the Agreement is subject to amendment or termination due to lack of funds, reduction of funds and/or change in regulations, upon. thirty (30) days notice. 23. ENTIRE AGREEMENT; This instrument and its attachments constitute the sole and only agreement of the provider relating to the subject matter hereof and correctly set 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. cdt:Scavenger2000 Contract 2013 11 24. COUNTERPARTS: This Agreement may be executed in two or more counterparts, each of which shall constitute an original but all of which, when taken together, shall constitute one and the same agreement. 25. SPECIAL INSURANCE AND INDEMNIFICATION RIDER: Please initial if applicable: cdt Scavenger 2000 Contract 2013 12 IN WITNESS WHEREOF, the provider hereto have caused this instrument to be executed by their respective officials thereunto duly authorized, this the day and year above written. "City,, CITY OF MIAMI, a municipal ATTEST: corporation Todd Hannon, City Clerk By: Johnny Martinez, City Manager ":Provider" ATTEST: Water Management Technologies, Inc, a Florida corporation Print Name: Title: By: Print Name: Sophie Mastriano Title: President APPROVED AS TO FORM AND APPROVED AS TO INSURANCE CORRECTNESS: REQUIREMENTS Victoria Mendez City Attorney Resolution: cdt:Scavenger 2000 Contract 2013 Calvin Ellis, Director Risk Management 13 CORPORATE RESOLUTION WHEREAS, desires to enter into a Contract ("Contract") for Surface Cleaning of the City of Miami's Riverfront, pursuant to Resolution , adopted on , with the City of Miami as described in the Contract to which this resolution is attached; and WHEREAS, the Board of Directors at a duly held corporate meeting has considered the matter in accordance with the By -Laws of the corporation; the Now, THEREFORE, BE IT RESOLVED BY THE BOARD OF DIRECTORS that (type title of officer) , is hereby authorized (type name of officer) 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 to execute the corresponding performance bond. DATED this day of , 20 Corporate Secretary odt:Scavenger. 2000 Contract 2013 Chairperson of the Board of Directors 14 (Corporate Seal) ATTACHMENT A SCOPE OF SERVICES For the Scavenger 2000 Decontamination Boat, M-0104 Frorn Water Management Technologies This project consists of the collection of floatable debris in the water surfaces under the jurisdiction of the City of Miami including the Biscayne Bay area, navigable tributaries and its marinas. It also calls for oxygenation injection and water treatment system. Floatable debris are to be considered as any material floating within the first two feet of water and includes aluminum cans, plastic bags, toys, vegetation, animal debris, wood, leaves, etc. Contractor shall store this debris at selected staging areas approved by the City Engineer. The debris shall be carried from the staging areas to a Miami -Dade County disposal facility at the Contractor's expense, The Scavenger 2000 shall implement its oxygen aeration and decontamination process within any navigable body of water encounter as shown in the attached City of Miami Waterways location map. The following are receiving streams for the outfalls within the jurisdiction of the City of Miami Municipal Separate Storm Sewer System (MS4) permit: Biscayne Bay, City Lake, Wagner Creek, Blue Lagoon, Seybold Canal, Comfort Canal, Lawrence Waterway, and Tamiami Canal. The City of Miami shall inform Water Management Technologies where they require the vessel to work. Contractor shall work a maximum of 20 hours per week and shall patrol all the waterways a minimum of once per week. Contractor will give every two month a water analysis report to the City from a different selected location regarding the following parameters which are: Human fecal coliform Total coliform Bacteria Count Algae Count Ph, Temperature The City will provide free docking space for the Scavenger 2000 including water and electricity at the MRC Docking area). The Scavenger 2000 shall work on the Miami River for a minimum of five (5) hours a week at no cost to the City of Miami, cdt:Scavengerr2000 Contract 2013 15 ATTACHMENT B FINANCIAL AGREEMENT M-0104 A) Amount of contract - $200,000 per year. Break down: $1.96,000 for 49 weeks (All navigable waterways) and $4,000 for one (1) week at Blue Lagoon. Refer to note I) below. B) Term of contract — One year (50 weeks) with option to renew for two additional years. C) Contractor will work a maximum of twenty (20) hours per week (except in case of force majeure) at $200 (Two Hundred Dollars) per hour for 50 weeks a year. D) Contractor will provide the City details of his work on a form attached to the invoice submitted for payment of his weekly services. E) Contractor will sent to the City every Monday, an invoice for the amount of hours worked in preceding week. Attached to that invoice will be the details of work performed by the Contractor. The City will pay weekly to the Contractor the 100% of invoice amount. p) Contractor shall work a maximum of twenty (20) hours per week. Five (5) hours a week will be added to the work, at no charge to the City, as special discount, if the contract is to be renewable for two years. See Attachment "C". G) The working area locations as sited in Attachment "C" are subject to change. Any deviation from the weekly schedule requires the prior written approval of the City Engineer. H) Pick up and trash removal: Included in price. I) Water Analysis report: Included in price. J) NOTE: To work in Blue Lagoon, the Scavenger 2000 has to be transported by land. A week out of the contract, the contractor is to transport the vessel to Blue Lagoon. The cost for this week shall be $4,000. Break down is as follows: $1,000 for transportation from Blue lagoon to MRC docking area (round trip) and $3,000 for 15 hours maximum at $200 per hour. cdt: S ()avenger 2000 Contract 2013 16 ATTACHMENT C FREQUENCY OF MAINTENANCE OF CITY'S WATERWAYS ON A MONTHLY BASIS Note: This Frequency Schedule and Working Area Location are subject to change. Scavenger 2000 Decontamination Boat, M-0104 WEEK 1- Biscayne Bay / North. of River (20 hours maximum Working Area Monday Tuesday Wednesday Thursday Friday Total (20 hours) Bayside Marina 1 hr 1 hr 1 hr 1 hr 1 hr 5 hrs American Airlines Arena Cove 1 hr 1 hr 1 hr 1 Jar 1 hr 5 Jars NE 21 Street Cove 1 Jar 1 hr 1 Jar 1 hr 1 Jar 5 Jars NE 28 Street Cove 1 hr 1 hr 1 hr 1 lir 1 Jar 5 Jars No charge to City — Miami River 1 Jar 1 Jar 1 Jar 1 hr 1 Jar 5 hrs No charge to City V6'EEK 2 - Biscayne Bay / North of River (20 hours maximum Working Area Monday Tuesday Wednesday Thursday Friday Total (20 hours) Davis Canal 1 hr 1 hr 1 hr 1 Jar 1 hr 5 hrs Ademar Canal 1 hr 1 hr 1 hr 1 hr 1hr 5 hrs Little River 1 hr 1 hr 1 hr 1 hr 1 hr 5 hrs Biscayne Bay 1 hr 1 Jar 1 hr 1 hr 1 hr 5 hrs No charge to City — Miami River 1 Jar 1 Jar 1 Jar 1 hr 1 hr 5 hrs No charge to City WEEK 3 - Biscayne Bay / South of River (20. hours maximum Working Area Monday Tuesday Wednesday Thursday Friday Total (20 hours) Dinner Key Marina 1 hr 1 hr 1 hr 1 hr 1 Jar 5 hrs Grove Key Marina 1 hr 1 hr 1 hr 1 Jar 1 hr 5 hrs Biscayne Bay 2 hr 2 Jar 2 hr 2 hr 2 hr 10 hrs No charge to City — Miami River 1 hr 1 Jar 1 Jar 1 hr 1 hr 5 hrs No charge to City EK 4 - Through the Miami River (20 hours aximum Working Area Monday Tuesday Wednesday Thursday Friday Total (20 hours) Seybold Canal 1 hr 1 hr 1 hr 1 hr 1 hr 5 hrs Lawrence Waterway 1 hr 1 hr 1 hr 1 hr 1 hr 5 hrs South Fork Miami River 1 Jar 1 hr 1 Jar 1 hr 1 hr 5 hrs Miami Canal 1 Jar 1 hr 1 hr 1 hr 1 Jar 5 hrs No charge to City — Miami River 1 hr 1 Jar 1 Jar 1 hr 1 Jar 5 hrs No charge to City cdt:Scavenger• 2000 Contract 2013 17