HomeMy Public PortalAbout21-9881 Piggyback Envirowaste for Storm Drainage SystemSponsored by: City Manager
RESOLUTION NO. 21-9881
A RESOLUTION OF THE CITY COMMISSION OF THE CITY
OF OPA-LOCKA, FLORIDA, AUTHORIZING THE CITY
MANAGER TO PIGGYBACK ON THE CITY OF DORAL,
FLORIDA'S CONTRACT WITH ENVIROWASTE SERVICES
GROUP, INC. FOR CATCH BASIN MAINTENANCE SERVICES
RELATED TO THE CITY'S STORM DRAINAGE SYSTEM, IN
AN AMOUNT NOT TO EXCEED TWENTY-EIGHT THOUSAND
DOLLARS ($28,000.00); PROVIDING FOR INCORPORATION
OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE.
WHEREAS, the City of Opa-Locka ("City") seeks to mitigate flooding and water
pollution during the rainy season. This type of cleanup is required to be done periodically
to prevent water pollution and flooding as a result of stormwater runoff; and
WHEREAS, City staff does not possess the manpower to perform this task in-
house; and
WHEREAS, the City of Doral has considered the bid submitted by Envirowaste
Services Group, Inc. ("Contractor") in response to its Request for Proposals #2013-32 for
catch basin maintenance services for the City of Doral's stormwater drainage
infrastructure; and
WHEREAS, pursuant to Resolution 14-36, the City of Doral subsequently entered
into a Contract with the Contractor for cleaning of catch basins, cleaning of pipe and
other miscellaneous items to complete project (Contract and Renewals attached hereto as
Composite Exhibit "A"); and
WHEREAS, the contract was negotiated for an initial term of two (2) years with
the option to renew for additional two one (1) year terms. The initial two (2) year contract
expired on March 24, 2016, the 1St one year extension expired on March 24, 2017 and the
2nd one year extension expired on March 24, 2018. A final 6 -month extension was given
and expired on September 30, 2018. The City of Doral Mayor and City Council -Members
approved Resolution 18-156 extending the agreement for an additional two (2) years with
the option to renew for additional two one (1) year terms. The two (2) year extension
expired on September 30, 2020. On August 25, 2020, the contract was extended for a one
(1) year period and will expire on September 30, 2021; and
WHEREAS, the City Commission finds that it is in the best interest of the City to
piggyback the City of Doral's contract with Envirowaste Services Group, Inc., in order
to benefit from already negotiated rates for catch basin maintenance services and enter
into an agreement for the citywide cleaning of storm drain and manhole structures,
Resolution No. 21-9881
attached hereto as Exhibit "B", in an amount not to exceed Twenty Eight Thousand
Dollars ($28,000.00).
NOW THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE
CITY OF OPA LOCKA, FLORIDA:
Section 1. RECITALS ADOPTED.
The recitals to the preamble herein are incorporated by reference.
Section 2. AUTHORIZATION
The City Commission of the City of Opa-Locka, Florida hereby authorizes the City
Manager to piggyback the City of Doral's contract with Envirowaste Services Group,
Inc., in order to benefit from already negotiated rates and enter into an agreement for
the citywide cleaning of storm drain and manhole structures, attached hereto as
Exhibit "B", in an amount not to exceed Twenty -Eight Thousand Dollars ($28,000.00).
SECTION 3. SCRIVENER'S ERRORS.
Sections of this Resolution may be renumbered or re -lettered and corrections of
typographical errors which do not affect the intent may be authorized by the City
Manager, or the City Manager's designee, without need of public hearing, by filing a
corrected copy of same with the City Clerk.
Section 4. EFFECTIVE DATE.
This Resolution shall be effective immediately upon adoption hereof and approval by the
Governor of the State of Florida or Governor's designee.
PASSED and ADOPTED this 14th day of July, 2021.
Matthew A. Pigatt, Mayor
ATTEST:
a Flores, City Clerk
2
Resolution No. 21-9881
APPROVED AS TO FORM AND
LEGAL SUFFICIENCY:
Bernadette Nsir
City Attorney
Moved by: Commissioner Taylor
Seconded by: Commissioner Davis
VOTE:
4-0
Commissioner Taylor YES
Commissioner Burke ABSENT
Commissioner Davis YES
Vice -Mayor Williams YES
Mayor Pigatt YES
3
City of Opa-locks
Agenda Cover Memo
Department
Director.
Airia Austin
Department
Director
Signature:
a. t� •
City
Manager.
John E. Pate
CM Signature:
Commission
Meeting
Date:
07/14/2021
Item Type:
(EnterX in box)
Resolution
1 ?T fed
Other
R
, ,.
Fiscal
Impact
(Enter xin box)
Yes
No
Ordinance Reading.
(Enter X in box)
1# Reading
2`d Reading
X
Public Healing:
(Enter X to box)
Yes
No
Yes
No
X
X
Funding
Source:
Account# :
(Enter Fund & Dept)
Ex:
See Financial
Impact Section
Advertising Requirement
(Enter X in box)
Yes
No
X
Contract/P.O.
(Enter Xin box)
Yes
No
RFP/RFQJBid#:
X
Strategic
Plan Related
(Enter X in box)
Yes
No
Strategic Plan Priority Area:
Enhance Organizational El
Bus. & Economic Dev 0
Public Safety IN
Quality of Education I]
QuaL of Life & City Image 0
Communication 0
Strategic Plan 04/Strategy:
(list the specific objective/stmt y this
item mitt address)
X
Sponsor
Name
City Manager
Department
City Manager
Short 'rule:
Citywide Cleaning of Storm Drainage System
Staff Summary:
This request is to piggyback an existing contract with the City of Doral for qualified professional services to
clean the City's storm drainage system. This type of cleanup is required to be done periodically to prevent
water pollution and flooding as a result of stormwater runoff. The City does not have the manpower to do it in
house.
The job will be completed by Envirowaste Services Group, Inc for $28,000.
Financial Impact
Account
Description
Available
Project
Remaining
Balance
43-538340
Other Contracted Services
$135,232
$28,000
$107,232
Proposed Action:
Staff recommends City Commission approval of this item to mitigate flooding and water pollution during the
rainy season.
Attadunent
1. Agenda
2. Proposal Provided by Envirowaste
3. Piggyback Memorandum
4. Contract Agreement between the City and Envirowaste
5. Shenandoah Proposal
ENVIRO
WASTE SERVICES GROUP
SPECIFIC WORK ORDER
BETWEEN
ENVIROWASTE SERVICES GROUP, INC.
and
City of OpaLocka
The parties to this Specific Work Order are parties to this Professional Services dated April 26, 2021 _(the "Agreement"). The parties hereto
agree that all of the terms and conditions set forth in the Agreement are in full force and effect and incorporated herein by reference. The terms
and conditions of the Agreement shall govern and control over any inconsistent terms or conditions contained in this Specific Work Order except
as to the scope of work to be performed and the fees for such work which are set forth herein and which shall control. Capitalized terms used in
this Specific Work Order that are not otherwise defined herein shall have the meanings ascribed to them in the Agreement.
RE: Proposed storm drain and connecting pipe cleaning at City of OpaLocka, FL
1:: ( unit Unit price Total
Cleaning of storm drain or manhole 100 EA $195.00 $19,500.00
Cleaning of connecting pipe 17,000 LF $0.50 $8,500.00
Prices provided from existing contract at City of Dora!
All permits excluded from this proposal.
Total= $28,000.00
SERVICE CHARGE: IF ANY PAYMENT DUE HEREUNDER OR PURSUANT TO ANY SPECIFIC WORK ORDER IS NOT RECEIVED BY THE CONSULTANT
WITHIN THIRTY (30) DAYS AFTER ITS DUE DATE, A SERVICE CHARGE IN THE AMOUNT OF ONE AND ONE-HALF PERCENT (1.5%) OF THE UNPAID
BALANCE WILL BE CHARGED TO THE CLIENT (THE "SERVICE CHARGE"). THE SERVICE CHARGE SHALL BE APPLIED MONTHLY AND ANY
PREVIOUSLY UNPAID SERVICE CHARGE WILL BE ADDED TO THE UNPAID BALANCE. The Client hereby authorizes the Consultant to commence the
work (commencement date) required under this Specific Work Order on . IN WITNESS WHEREOF, the parties have duly
executed this Specific Work Order as of the day and year first above written.
Client "CONSULTANT" (ENVIROWASTE SERVICES GROUP, INC.)
A Florida Corporation
SIGNATURE
NAME / TITLE
DATED
1100
Mike Garcia
Operations
TITLE
4/26/2021
DATED
Miami • Broward • Orlando • Tampa
Headquarters: 18001 Old Cutler Road, Suite 554, Palmetto Bay, FL 33157
info@envirowastesg.com 1 Phone (877) 637-9665 1 Fax (877) 637-9659
August 20, 2020
Albert P. Childress
City Manager
EnviroWaste Services Group, Inc.
18001 Old Cutler Road, Suite 554
Palmetto Bay, FL 33157
Ref: RFP #2013-32, Catch Basin Maintenance Program- Contract Extension
Dear Mr. Fojon,
As you are aware, the above referenced contract is for an initial term of two (2) years with
the option to renew for an additional two one (1) year terms. The initial two (2) year
contract expired on March 24, 2016, the 15' one year extension expired on March 24, 2017
and the 2" one year extension expired on March 24, 2018. A final 6 -month extension was
given and expired on September 30, 2018. The Mayor and City Council -Members approved
Resolution 18-156 extending the agreement for an additional two (2) years with the option
to renew for an additional two one (1) year terms. The two (2) year extension is now set to
expire on September 30, 2020.
The City of Doral hereby invites your firm to extend the contract for an one (1) year period.
This Contract extension will be under the same terms, conditions and prices as the original
contract and will expire on September 30, 2021.
The City wishes to thank you and your team for,the services you have provided over the last
year. It is fully realized that on occasions you have gone over and above that of which was
expected of you in your efforts to provide the best possible service to the City of Doral.
Please kindly confirm receipt of this letter at your earliest convenience.
If you have any questions, please do not hesitate to contact me.
incerely,
A .e P. Childress
City Manager
Accepted: EnviroWaste Services Group, Inc.
Date:
Fojo
5.101 NonImes( 53`'tTerrace • Dural. Florida 33166 • ('U5( 503-6725
% V1%.Cit)ulaoruLcom
Edward Rojas
City Manager
September 14, 2018
EnviroWaste Services Group, Inc.
18001 Old Cutler Road, Suite 554
Palmetto Bay, FL 33157
Ref: RFP #2013-32, Catch Basin Maintenance Program- Contract Extension
Dear Mr. Fojon,
As you are aware, the above referenced contract is for an initial term of two (2) years with
the option to renew for an additional two one (1) year terms. The initial two (2) year
contract expired on March 24, 2016, the 1St one year extension expired on March 24, 2017
and the 2"d one year extension expired on March 24, 2018. A final 6 -month extension was
given and will expire on September 30, 2018.
The City of Doral hereby invites your firm to extend the contract for two (2) years with the
option to renew for an additional two one (1) year term. This Contract extension will be
under the same terms, conditions and prices as the original contract and will expire on
September 30, 2020.
The City wishes to thank you and your team for the services you have provided over the last
year. It is fully realized that on occasions you have gone over and above that of which was
expected of you in your efforts to provide the best possible service to the City of Doral.
Please kindly confirm receipt of this letter at your earliest convenience.
ave any questions, please do not hesitate to contact me.
ly,
EdLvar4 Rojas
City M nager
Accepted: EnviroWaste Services taroup, Inc.
Date: 9- (?i' If g/
84011 3"11 Terrace • Doral, Florida 33166 • (305) 593-6725
www.cityol'doral.corn
Res. No. 18-156
Page 1 of 4
RESOLUTION No. 18-156
A RESOLUTION OF THE MAYOR AND THE CITY COUNCIL OF THE
CITY OF DORAL, FLORIDA, PURSUANT TO SECTION 2-321 OF THE
CITY CODE OF ORDINANCES, WAIVING THE COMPETITIVE BID
PROCESS IN FAVOR OF ENVIROWASTE FOR CATCH BASIN
MAINTENANCE SERVICES; AUTHORIZING THE CITY MANAGER TO
EXECUTE THE EXTENSION OF THE AGREEMENT WITH
ENVIROWASTE FOR AN ADDITIONAL TWO (2) YEARS WITH THE
OPTION TO RENEW FOR AN ADDITIONAL TWO ONE (1) YEAR
PERIODS UNDER THE SAME TERMS, CONDITIONS, AND PRICES OF
THE ORIGINAL CONTRACT; AUTHORIZING THE CITY MANAGER TO
EXECUTE THE CONTRACT EXTENSION AND EXPEND BUDGETED
FUNDS ON BEHALF OF THE CITY; PROVIDING FOR
IMPLEMENTATION; AND PROVIDING FOR AN EFFECTIVE DATE
WHEREAS, on December 11, 2013, the City of Doral (the "City") issued Request
for Proposal #2013-32, "Catch Basin Maintenance Program" (the RFP) for the purpose
of obtaining catch basin maintenance services for the City's stormwater drainage
infrastructure; and
WHEREAS, via Resolution 14-36, a two-year contract with an option to renew for
an additional two one-year periods was awarded to EnviroWaste Services Inc.; and
WHEREAS, the initial two (2) year period of the contract expired on March 24,
2016, the first one-year extension expired on March 24, 2017, and the second and final
one-year extension expired on March 24, 2018; and
WHEREAS, Resolution No. 18-30 granted the Public Works Department ("PWD")
a six-month extension period which is set to expire on September 30, 2018 in order to
perform a market analysis and be able to determine if extending the current contract for
a longer period will be in the best interest of the City of Doral; and
WHEREAS, the result from the market analysis confirms that the City's current
contract with EnviroWaste Services Inc. provides the City with competitive prices,
Res. No. 18-156
Page 2 of 4
quality, and reliability as evidenced by the number of municipalities and Doral
communities that have adopted the City's contract; and
WHEREAS, section 2-321 of the City of Doral Code of Ordinances authorizes the
wavier of the City's competitive bidding process, upon the recommendation of the City
Manager that is in the City's best interest to do so due to the nature of the good and/or
services; and
WHEREAS, based on the market analysis conducted by PWD, the City Manager
has recommended the waiver of the competitive bid because it is in the City's best
interest; and
WHEREAS, staff respectfully requests that the City Council authorize the City
Manager to extend ITB #2013-32, under the same terms, costs and conditions, for two
(2) years with the option to renew for an additional two one (1) year terms.
NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY
COUNCIL OF THE CITY OF DORAL, FLORIDA, AS FOLLOWS:
Section 1. Recitals. The above recitals are confirmed, adopted, and
incorporated herein and made part hereof by this reference.
Section 2. Waiver. Pursuant to Section 2-321 of the City Code, and upon the
recommendation of the City Manager, the competitive bid process is hereby waived in
favor of Envirowaste, Inc. This waiver in and of itself, absent an agreement, does not
vest Envirowaste with any contractual rights.
Section 3. Approval. The extension of the agreement between the City of
Doral and Envirowaste, Inc. for Catch Basin Maintenance services for two (2) years with
Res. No. 18-156
Page 3 of 4
the option to renew for an additional two one (1) year terms under the same terms, costs
and conditions, in an amount not to exceed budgeted funds, is hereby approved.
Section 4. Authorization. The City Manager is authorized to execute the work
orders and expend budgeted funds on the behalf of the City.
Section 5. Implementation. The City Manager and the City Attorney are
hereby authorized to take such further action as may be necessary to implement the
purpose and the provisions of this Resolution.
Section 6. Effective Date. This Resolution shall take effect immediately upon
adoption.
Res. No. 18-156
Page 4of4
The foregoing Resolution was offered by Vice Mayor Rodriguez who moved its adoption.
The motion was seconded by Councilmember Mariaca and upon being put to a vote, the
vote was as follows:
Mayor Juan Carlos Bermudez Yes
Vice Mayor Ana Maria Rodriguez Yes
Councilman Pete Cabrera Absent/Excused
Councilwoman Christi Fraga Yes
Councilwoman Claudia Mariaca Yes
PASSED AND ADOPTED this 12 day of September, 2018.
JUAN CARLO .:ERMUDEZ, MAYOR
CITY CLERK
APPROVED AS TO FORM AND LEGAL SUFFIENCY
FOR THE USE AND RELIANCE OF THE CITY OF DORAL ONLY:
WEISS, SEROTA, HE AN, COLE & BIERMAN, P.L.
CITY ATTORNEY
Memorandum
Date: September 12, 2018
To: The Honorable Mayor and Memyersof the City Council
Via: Edward Rojas, City Managed
From: Jorge Gomez, Public Works Director
Subject: ITB #2013-32 Catch Basin Maintenance Program — Contract Extension
Introduction
This memorandum provides staff's recommendation for the contract extension of ITB #2013-32 Catch
Basin Maintenance Services, which expires on September 30, 2018. The Public Works Department (PWD)
completed a market analysis and recommends a waiver to competitive bid requirements and a contract
extension of two (2) years with the option to renew for an additional two one (1) year terms under the
same terms, conditions, and prices as the original contract with Envirowaste Services Inc.
Background
In order to comply with the National Pollutant Discharge Elimination System (NPDES) Municipal Separate
Storm Sewer System Permit (MS4 Permit) and the National Flood Insurance Program Community Rating
System (CRS), municipalities are required to implement numerous best management practices (BMPs) to
prevent water pollution as a result of stormwater runoff. One of the required practices is the cleaning of
the stormwater drainage catch basins, better known as stormwater inlets. To comply with this
requirement, the City of Doral implemented a Catch Basin Maintenance Program to control pollutant
discharges and to protect the environment. The City has implemented this Program since its beginnings,
first by adopting the Village of Pinecrest contract and eventually by competitively bidding the services.
Currently, the City infrastructure is comprised of approximately 2,568 inlets, 754 stormwater manholes,
and approximately 242,100 linear feet of solid pipe and exfiltration trench (better known as french drain).
This infrastructure keeps expanding as new areas are developed, new public roads are constructed, and
drainage improvement projects are completed. The Catch Basin Maintenance Program is scheduled
throughout the fiscal year servicing each City section in a clockwise direction. Under the current budget,
the entire City's stormwater infrastructure is serviced every 2 years, which is a requirement to maintain
the City's NPDES MS4 Permit.
Procurement
On December 11, 2013, RFP #2013-32 was issued for the purpose of providing catch basin maintenance
services to the City's stormwater drainage infrastructure. Five (5) firms attended the Mandatory Pre -
Proposal Meeting which was held on December 20, 2013. One (1) proposal was received and opened on
January 15, 2014, with the firm meeting the required criteria. A two (2) year contract with an option to
renew for an additional two one-year periods was awarded to EnviroWaste Services Inc. (EnviroWaste) by
Resolution No. 14-36. The initial two (2) year period of the contract expired on March 24, 2016, the first
one-year extension expired on March 24, 2017 and the second one-year extension expired on March 24,
2018. Resolution No. 18-30 granted the PWD a 6 -month extension period which is set to expire on
September 30, 2018 in order to perform a market analysis.
As part of the analysis, the PWD contacted three (3) municipalities which entered into three different
contracts with EnviroWaste. Each contract has different established prices. The unit price of each
municipal contract was used to estimate the cost to service the City's stormwater drainage infrastructure.
As shown in Figure 1, the cost to service the City's infrastructure using each municipal contract pricing
increases in the range of $91,396.02 to $871,037.55 compared to the City's current cost.
Figure 1 - EnviroWaste Contract Cost Analysis
Cost to Service Doral Stormwater System - Based on
each Municipal Contract
0
u
$1,800,000.00
51,600,000.00
$1,400,000.00
$1,200,000.00
$1,000,000.00
$800,000.00
$600,000.00
$400,000.00
$200,000.00
$0.00
i
City of Doral City of Miami Village of City of Virginia
Pinecrest Gardens
Municipal Contract
While conducting the market analysis, the City of Miami issued an Invitation for BID (IFB) (April 25, 2018)
for Storm Sewer Cleaning Services. On June 28, 2018 the Final Bid Tabulation was posted showing four (4)
business bid proposals with EnviroWaste as the lowest bidder. On July 16, 2018, the Notice of Intent to
Award was sent to all responding bidders and the City Manager's recommendation to award EnviroWaste
will be presented to the City of Miami Commission on September 13, 2018. As shown above, comparing
the unit prices submitted for the City of Miami IFB with the City's current contract (RFP #2013-32), there
would be a substantial increase of $871,037.55 to service the City's storm water infrastructure.
Contact was made with other companies that provide similar services and references were requested.
Based on these references and the company's capabilities, the PWD concluded that they would not be
able to provide the level of service and reliability required to maintain the City's infrastructure to its
current standards.
The result from the market analysis confirms that the City's current contract with EnviroWaste provides
competitive prices and the amount of entities that have adopted the City's contract supports these
findings. Below please find a list with the number of municipalities and Doral communities that adopted
the City's current contract with EnviroWaste.
Municipality/Community Contract Amount
Town of Cutler Bay $375,000.00
City of Coral Gables $300,000.00
City of North Bay Village $75,000.00
City of Palmetto Bay $75,000.00
City of Aventura $50,000.00
City of West Park $50,000.00
Town of Jupiter $50,000.00
City of North Miami Beach $100,000.00
Village of Palmetto Bay $15,000.00
Doral Woods
Doral Landings
Doral Dunes
Doral Palms
Doral Sands
The Public Works Department (PWD) is requesting authorization from City Council to waive the
competitive bid process, pursuant to section 2-321 of the City of Doral Code of Ordinances, and extend
ITB #2013-32 (Catch Basin Maintenance Program). The PWD believes that the contract extension is in the
best interest of the City due to the competitive prices, quality, and a reliable service of this vendor. The
extension will be for two (2) years with the option to renew for an additional two one (1) year terms,
under the same terms, conditions, and prices as the original contract.
Attached please find "Exhibit A" which includes a copy of the current contract, a copy of the final 6 -month
extension letter, and a copy of the contract extension letter for a two (2) year contract with an option to
renew for an additional two one-year periods.
Recommendation
The PWD respectfully requests the City Council to authorize the City Manager to waive the competitive
bid process and expend budgeted funds on the behalf of the City, pursuant to section 2-321 of the City of
Doral Code of Ordinances, and extend the current contract with EnviroWaste Services Inc. This extension
will be for two (2) years with the option to renew for an additional two one (1) year terms under the same
terms, conditions, and prices of the original Contract. Funding for this request was budgeted for Fiscal
Year 2018-19 and is available from the Public Works Department Stormwater Fund, Account Number
#401.80005.500340 ($500,000).
EXHIBIT 8
PROFESSIONAL SERVICES AGREEMENT BETWEEN
THE CITY OF DORAL
AND
EnviroWaste Services Group, Inc.
FOR
Catch Basin Maintenance Program
THIS AGREEMENT, dated as of the 24 day of March 2014, is made between
EnviroWaste Services Group, Inc., a Florida corporation, (hereinafter the "Vendor"), and the
CITY OF DORAL, FLORIDA, a Florida municipal corporation, (hereinafter the "City").
WHEREAS, the Vendor and City, through mutual negotiation, have agreed upon a scope
of services, schedule, and fee for Catch Basin Maintenance Program (the "Services"); and
WHEREAS, the City desires to engage the Vendor to perform the services specified
below.
NOW, THEREFORE, in consideration of the mutual covenants and conditions contained
herein, the Vendor and the City agree as follows.
1. Scope of Services/Deliverables.
1.1 The Vendor shall furnish professional services to the City as set forth in
the Scope of Services as specified in Section 3.1.
1.2 The "Scope of Services" includes a Project Schedule for the Project which
includes a breakdown of tasks, timeline and deliverables to the City.
2. Term/Commencement Date.
2.1 This Agreement shall become effective upon execution by both parties
and shall remain in effect through March 24, 2016, unless earlier
terminated in accordance with Paragraph 8. The City Manager may
extend the term of this Agreement up to an additional two (2) one (1)
year periods by written notice to the Vendor.
71
2.2 Vendor agrees that time is of the essence and Vendor shall complete
each deliverable for the Project within the timeframes set forth in the
Project Schedule, unless extended by the City Manager.
3. Compensation and Payment.
3.1 The Vendor shall be compensated in the following manner:
A lump sum amount of $ , regardless of the
number of hours or length of time necessary for Vendor to complete the
Scope of Services. Vendor shall not be entitled to any additional payment
for any expenses incurred in completion of the Scope of Services. A
breakdown of costs used to derive the lump sum amount, including but
not limited to hourly rates, estimated travel expenses and other
applicable rates, is specified in the Scope of Services. Upon completion
of the work, Vendor shall submit its bill[s] for payment in a form
approved by the City. The bill[s] shall identify the services completed and
the amount charged.
V On a time and material/expense basis to complete the Scope of
Services, provided, however, that total payments to Vendor shall not
exceed $696,100 in the first two year period of the Contract, without
the prior written approval of the City. Vendor shall submit its bills in
arrears upon the completion of each task or deliverable in accordance
with the Project Schedule or on a monthly basis in a form approved by
the City. The bills shall show or include: (1) the task(s) performed; (ii) the
time devoted to the task(s); (iii) the hourly rate or rates of the persons
performing the task(s); and (iv) copies of receipts for reimbursable
materials/expenses, if any. Expenses not expressly authorized by the
Agreement shall not be reimbursed.
3.2 The City shall pay Vendor in accordance with the Florida Prompt Payment
Act.
3.3 If a dispute should occur regarding an invoice submitted, the City
Manager may withhold payment of the disputed amount and may pay to
the Vendor the undisputed portion of the invoice. Upon written request
of the Finance Director, the Vendor shall provide written documentation
to justify the invoice. Any compensation disputes shall be decided by the
City Manager whose decision shall be final.
72
4. Sub -contractors.
4.1 The Vendor shall be responsible for all payments to any sub -contractors
and shall maintain responsibility for all work related to the Project.
4.2 Any sub -contractor used on the Project must have the prior written
approval of the City Manager or his designee.
5. City's Responsibilities.
5.1 Furnish to Vendor, at the Vendor's written request, all available maps,
plans, existing studies, reports and other data pertinent to the services to
be provided by Vendor, in possession of the City.
5.2 Arrange for access to and make all provisions for Vendor to enter upon
real property as required for Vendor to perform services as may be
requested in writing by the Vendor (if applicable).
6. Vendor's Responsibilities.
6.1 The Vendor shall exercise the same degree of care, skill and diligence in
the performance of the Project as is ordinarily provided. If at any time
during the term of this Agreement or within one year from the
completion of the Project, it is determined that the Vendor's deliverables
are incorrect, defective or fail to conform to the Scope of Services of the
Project, upon written notification from the City Manager, the Vendor
shall at Vendor's sole expense, immediately correct the work. The City in
no way assumes or shares any responsibility or liability of the Vendor or
Sub -contractor under this agreement.
7. Conflict of Interest.
7.1 To avoid any conflict of interest or any appearance thereof, Vendor shall
not, for the term of this Agreement, represent any private sector entities
(developers, corporations, real estate investors, etc.), with regard to any
City related matter.
73
8. Termination.
8.1 The City Manager without cause may terminate this Agreement upon
thirty (30) days written notice to the Vendor, or immediately with cause.
8.2 Upon receipt of the City's written notice of termination, Vendor shall stop
work on the Project.
8.3 In the event of termination by the City, the Vendor shall be paid for all
work accepted by the City Manager up to the date of termination,
provided that the Vendor has first complied with the provisions of
Paragraph 8.4.
8.4 The Vendor shall transfer all books, records, reports, working drafts,
documents, maps, and data pertaining to the Project to the City, in a hard
copy and electronic format specified by the City within 14 days from the
date of the written notice of termination or the date of expiration of this
Agreement.
9. Insurance.
9.1 The Vendor shall secure and maintain throughout the duration of this
Agreement insurance of such type and in such amounts as required by
Exhibit A. The insurance carrier shall be qualified to do business in the
State of Florida and have agents upon whom service of process may be
made in the State of Florida.
9.2 Certificates of Insurance shall be provided to the City at the time of
execution of this Agreement and certified copies provided if requested.
Each policy certificate shall be endorsed with a provision that not less
than thirty (30) calendar days' written notice shall be provided to the City
before any policy or coverage is cancelled or restricted, or in accordance
to policy provisions. The City further reserves the right to solicit
additional coverage, or require higher limits of liability as needed, and
depending on the nature of scope, or level of exposure.
10. Nondiscrimination.
10.1 During the term of this Agreement, Vendor shall not discriminate against
any of its employees or applicants for employment because of their race,
74
color, religion, sex, or national origin, and to abide by all Federal and
State laws regarding nondiscrimination
11. Attorneys' Fees and Waiver of Jury Trial.
11.1 In the event of any litigation arising out of this Agreement, each party
shall be responsible for their attorneys' fees and costs, including the fees
and expenses of any paralegals, law clerks and legal assistants, and
including fees and expenses charged for representation at both the trial
and appellate levels.
11.2 In the event of any litigation arising out of this Agreement, each party
hereby knowingly, irrevocably, voluntarily and intentionally waives its
right to trial by jury.
12. Indemnification.
12.1 Vendor shall defend, indemnify, and hold harmless the City, its officers,
agents and employees, from and against any and all demands, claims,
losses, suits, liabilities, causes of action, judgment or damages, arising out
of, related to, or any way connected with Vendor's performance or non-
performance of any provision of this Agreement including, but not limited
to, liabilities arising from contracts between the Vendor and third parties
made pursuant to this Agreement. Vendor shall reimburse the City for all
its expenses including reasonable attorneys' fees and costs incurred in
and about the defense of any such claim or investigation and for any
judgment or damages arising out of, related to, or in any way connected
with Vendor's performance or non-performance of this Agreement. This
section shall be interpreted and construed in a manner to comply with
any applicable Florida Statutes, including without limitation Sections
725.06 and 725.08, Fla. Stat., if applicable.
12.2 The provisions of this section shall survive termination of this Agreement.
12,3 Ten dollars ($10) of the payments made by the City constitute separate,
distinct, and independent consideration for the granting of this
indemnification, the receipt and sufficiency of which is voluntary and
knowingly acknowledged by the Vendor.
75
13. Notices/Authorized Representatives.
13.1 Any notices required by this Agreement shall be in writing and shall be
deemed to have been properly given if transmitted by hand -delivery, by
registered or certified mail with postage prepaid return receipt
requested, or by a private postal service, addressed to the parties (or
their successors) at the following addresses:
For the City:
With a Copy to:
For The Vendor:
14. Governing Law.
Joe Carollo, City Manager
City of Doral, Florida
8401 NW 53rd Terrace
Doral, Florida 33166
John Herin, Jr., Esq
City Attorney
Gray Robinson, P.A.
401 E. Las Olas Blvd., Suite 1850
Ft. Lauderdale, Florida 33301
Eduardo Barba, President
EnviroWaste Services Group, Inc.
4 SE 1st Street, Second Floor
Miami, Florida 33131
14.1 This Agreement shall be construed in accordance with and governed by
the laws of the State of Florida. Exclusive venue for any litigation arising
out of this Agreement shall be in Miami -Dade County, Florida, or the
Southern District of Florida.
15. Entire Agreement/Modification/Amendment.
15.1 This writing contains the entire Agreement of the parties and supersedes
any prior oral or written representations. No representations were made
or relied upon by either party, other than those that are expressly set
forth herein.
76
15.2 No agent, employee, or other representative of either party is
empowered to modify or amend the terms of this Agreement, unless
executed with the same formality as this document.
16. Ownership and Access to Records and Audits.
16.1 All records, books, documents, maps, data, deliverables, papers and
financial information (the "Records") that result from the Vendor
providing services to the City under this Agreement shall be the property
of the City.
16.2 The City Manager or his designee shall, during the term of this
Agreement and for a period of three (3) years from the date of
termination of this Agreement, have access to and the right to examine
and audit any Records of the Vendor involving transactions related to this
Agreement.
16.3 The City may cancel this Agreement for refusal by the Vendor to allow
access by the City Manager or his designee to any Records pertaining to
work performed under this Agreement that are subject to the provisions
of Chapter 119, Florida Statutes.
17. Nonassignability.
17.1 This Agreement shall not be assignable by Vendor unless such assignment
is first approved by the City Manager. The City is relying upon the
apparent qualifications and personal expertise of the Vendor, and such
firm's familiarity with the City's area, circumstances and desires.
18. Severability.
18.1 If any term or provision of this Agreement shall to any extent be held
invalid or unenforceable, the remainder of this Agreement shall not be
affected thereby, and each remaining term and provision of this
Agreement shall be valid and be enforceable to the fullest extent
permitted by law.
77
19. Independent Contractor.
19.1 The Vendor and its employees, volunteers and agents shall be and remain
independent contractors and not agents or employees of the City with
respect to all of the acts and services performed by and under the terms
of this Agreement. This Agreement shall not in any way be construed to
create a partnership, association or any other kind of joint undertaking,
enterprise or venture between the parties.
20. Compliance with Laws.
20.1 The Vendor shall comply with all applicable laws, ordinances, rules,
regulations, and lawful orders of public authorities relating to the Project.
21. Waiver
21.1 The failure of either party to this Agreement to object to or to take
affirmative action with respect to any conduct of the other which is in
violation of the terms of this Agreement shall not be construed as a
waiver of the violation or breach, or of any future violation, breach or
wrongful conduct.
22. Survival of Provisions
22.1 Any terms or conditions of either this Agreement that require acts
beyond the date of the term of the Agreement, shall survive termination
of the Agreement, shall remain in full force and effect unless and until the
terms or conditions are completed and shall be fully enforceable by
either party.
23. Prohibition of Contingency Fees.
23.1 The Vendor warrants that it has not employed or retained any company
or person, other than a bona fide employee working solely for the
Vendor, to solicit or secure this Agreement, and that it has not paid or
agreed to pay any person(s), company, corporation, individual or firm,
other than a bona fide employee working solely for the Vendor, any fee,
commission, percentage, gift, or any other consideration, contingent
upon or resulting from the award or making of this Agreement.
78
24. Counterparts
24.1 This Agreement may be executed in several counterparts, each of which
shall be deemed an original and such counterpart shall constitute one
and the same instrument.
IN WITNESS WHEREOF, the parties execute this Agreement on the respective dates
under each signature: The City, signing by and through its City Manager, attested to by its City
Clerk, duly authorized to execute same and by Vendor by and through its
whose representative has been duly authorized to execute same.
Attest:
Barbara Herrera, City Cler
Cvtc,..(-16-4-12%. 1/4-
CITY OF DORAL
By:
D
Approved As To Form and Legal Sufficiency for the Use
And Reliance of the City of Doral Only:
John ., City A
79
Vendor
By:
Its:
Date:
V/s/v
Res. No. 14-36
Page 1 of 3
RESOLUTION NO, 14-36
A RESOLUTION OF THE MAYOR AND THE CITY COUNCIL OF
THE CITY OF DORAL, FLORIDA ACCEPTING THE PROPOSAL
AND APPROVING A CONTRACT BETWEEN THE CITY AND
ENVIRO WASTE SERVICES GROUP, INC.; IN AN AMOUNT NOT
TO EXCEED $696,100.00 FOR THE INITIAL TWO YEAR PERIOD
OF THE CATCH BASIN MAINTENANCE PROGRAM WITH AN
OPTION TO RENEW FOR AN ADDITIONAL TWO ONE (1) YEAR
PERIODS FOR CATCH BASIN MAINTENANCE SERVICES;
AUTHORIZING THE CITY MANAGER TO EXECUTE THE
CONTRACT AND EXPEND BUDGETED FUNDS ON BEHALF OF
THE CITY; AND PROVIDING FOR AN EFFECTIVE DATE
WHEREAS, in response to Request for Proposal #2013-32 titled "Catch Basin
Maintenance Program" (the "Project"), the City of Doral received one (1) proposal by the
January 15, 2014 deadline with the proposing firm meeting the required criteria; and
WHEREAS, upon review of the proposal received, Staff determined that Enviro
Waste Services Group, Inc. was the only responsive and responsible proposer (the
"Contractor"); and
WHEREAS, a copy of Contractor's submittal to RFP #2013-32, and the Contract
Agreement are attached as Exhibit A; and
WHEREAS, the City Council finds that accepting the proposal and entering into a
contract for the Project with the Contractor is in the best interest of the City.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF DORAL AS FOLLOWS:
Section 1. Recitals. The above recitals are true and correct and incorporated
herein.
Res. No. 14-36
Page 2 of 3
Section 2. Approval. The Contract between the City and Contractor for the
Project in an amount not to exceed $696,100.00 a copy of which is attached hereto as
Exhibit "A", together with such non -material changes as may be acceptable to the City
Manager and approved as to form and legality by the City Attorney, is hereby approved.
The City Manager is authorized to execute the Contract and expend budgeted funds on
behalf of the City.
Section 3. Effective Date. This Resolution shall take effect immediately upon
adoption.
[Section left blank intentionally]
Res. No 14-30
rage 3 of 3
The foregoing resolution was offered by Councilmember Ruiz who moved its adoption
The motion was seconded by Mayor Bona and upon being put to a vote. the vote was as
follows.
Mayor Luigi Boria Yes
Vice Mayor Christi Fraga Yes
Councilwoman Ana Maria Rodriguez Yes
Councilwoman Bettina Rodriguez Agrrilera Yes
Councilwoman Sandra Ruiz Yes
PASSED and ADOP FED this 19") day of February. 2014
14
L.UIGI B'VI�t'MAYOR
ATTEST
BARBARA HERRER
h(�
CITY CLERK
APPROVED AS 10 FORM AND LEGAL SUFFICIENCY 1 OR [HE USE
AND RELIANCE OF THE CITY OF DURAL ONLY.
—JOHN R (ERIN. JR CITY ATTOR
Item
1
Description
Cleaning of Catch Basin
Quantity
2,060
Unit
EA
Unit Price
/ (S ,x'
Amount
L%/ 766)-
2
Cleaning of Manhole
525
EA
/ c
104 3 75--
3
Cleaning of Slab -Covered -Trench Box
71
EA
j CIS
/
/ 3 g vs—___
4
Cleaning of Outfall Structure
84
EA
/ 57
/‘ ?50
5
Cleaning of Pipe
274,000
LF
f 5-0
J3 7 ' o
6
Emergency Vac -Truck (includes operator)
160
HR
S -5 '
I
Z G/ f yk) _
PROPOSAL TOTAL "CD (6(uD—
)
6. Proposer agrees that the work will be completed as scheduled from the date stipulated in the
Notice to Proceed.
7. Communications concerning this Proposal shall be addressed to:
Proposer: EnviroWaste Services Group, Inc.
Address: 4 SE 1st Street, Second Floor
Miami, FL 33131
Telephone
Facsimile Number
Attention:
(305) 637-9665
(305) 637-9659
Eduardo Barba, President
30
Memorandum
Date: September 12., 2018
To: The Honorable Mayor and Mem • of the City Council
Via: Edward Rojas, City Manager
From: Jorge Gomez, Public Works Director
Subject ITB #2013-32 Catch Basin Maintenance Program — Contract Extension
Introduction
This memorandum provides staffs recommendation for the contract extension of ITB #2013-32 Catch
Basin Maintenance Services, which expires on September 30, 2018. The Public Works Department (PWD)
completed a market analysis and recommends a waiver to competitive bid requirements and a contract
extension of two (2) years with the option to renew for an additional two one (1) year terms under the
same terms, conditions, and prices as the original contract with Envirowaste Services Inc.
Background
In order to comply with the National Pollutant Discharge Elimination System (NPDES) Municipal Separate
Storm Sewer System Permit (MS4 Permit) and the National Flood Insurance Program Community Rating
System (CRS), municipalities are required to implement numerous best management practices (BMPs) to
prevent water pollution as a result of stormwater runoff. One of the required practices is the cleaning of
the stormwater drainage catch basins, better known as stormwater inlets. To comply with this
requirement, the City of Doral implemented a Catch Basin Maintenance Program to control pollutant
discharges and to protect the environment. The City has implemented this Program since its beginnings,
first by adopting the Village of Pinecrest contract and eventually by competitively bidding the services.
Currently, the City infrastructure is comprised of approximately 2,568 inlets, 754 stormwater manholes,
and approximately 242,100 linear feet of solid pipe and exfiltration trench (better known as french drain).
This infrastructure keeps expanding as new areas are developed, new public roads are constructed, and
drainage improvement projects are completed. The Catch Basin Maintenance Program is scheduled
throughout the fiscal year servicing each City section in a clockwise direction. Under the current budget,
the entire City's stormwater infrastructure is serviced every 2 years, which is a requirement to maintain
the City's NPDES MS4 Permit.
Procurement
On December 11, 2013, RFP #2013-32 was issued for the purpose of providing catch basin maintenance
services to the City's stormwater drainage infrastructure. Five (5) firms attended the Mandatory Pre -
Proposal Meeting which was held on December 20, 2013. One (1) proposal was received and opened on
January 15, 2014, with the firm meeting the required criteria. A two (2) year contract with an option to
renew for an additional two one-year periods was awarded to EnviroWaste Services Inc. (EnviroWaste) by
Resolution No. 14-36. The initial two (2) year period of the contract expired on March 24, 2016, the first
one-year extension expired on March 24, 2017 and the second one-year extension expired on March 24,
2018. Resolution No. 18-30 granted the PWD a 6 -month extension period which is set to expire on
September 30, 2018 in order to perform a market analysis.
As part of the analysis, the PWD contacted three (3) municipalities which entered into three different
contracts with EnviroWaste. Each contract has different established prices. The unit price of each
municipal contract was used to estimate the cost to service the City's stormwater drainage infrastructure.
As shown in Figure 1, the cost to service the City's infrastructure using each municipal contract pricing
increases in the range of $91,396.02 to $871,037.55 compared to the City's current cost.
Figure I - EnvirolVaste Contract Cost Analysis
Cost to Service Doral Stormwater System - Based on
each Municipal Contract
0
Li
$1,800,000.00
$1,600,000.00
$1,400,000.00
$1,200,000.00
$1,000,000.00
$800,000.00
$600,000.00
$400,000.00
$200,000.00
$0.00
11
City of Doral City of Miami Village of City of Virginia
Pinecrest Gardens
Municipal Contract
While conducting the market analysis, the City of Miami issued an Invitation for BID (IFB) (April 25, 2018)
for Storm Sewer Cleaning Services. On June 28, 2018 the Final Bid Tabulation was posted showing four (4)
business bid proposals with EnviroWaste as the lowest bidder. On July 16, 2018, the Notice of Intent to
Award was sent to all responding bidders and the City Manager's recommendation to award EnviroWaste
will be presented to the City of Miami Commission on September 13, 2018. As shown above, comparing
the unit prices submitted for the City of Miami IFB with the City's current contract (RFP #2013-32), there
would be a substantial increase of $871,037.55 to service the City's storm water infrastructure.
Contact was made with other companies that provide similar services and references were requested.
Based on these references and the company's capabilities, the PWD concluded that they would not be
able to provide the level of service and reliability required to maintain the City's infrastructure to its
current standards.
The result from the market analysis confirms that the City's current contract with EnviroWaste provides
competitive prices and the amount of entities that have adopted the City's contract supports these
findings. Below please find a list with the number of municipalities and Doral communities that adopted
the City's current contract with EnviroWaste.
Municipality/Community Contract Amount
Town of Cutler Bay $375,000.00
City of Coral Gables $300,000.00
City of North Bay Village $75,000.00
City of Palmetto Bay $75,000.00
City of Aventura $50,000.00
City of West Park $50,000.00
Town of Jupiter $50,000.00
City of North Miami Beach $100,000.00
Village of Palmetto Bay $15,000.00
Doral Woods
Doral Landings
Doral Dunes
Doral Palms
Doral Sands
The Public Works Department (PWD) is requesting authorization from City Council to waive the
competitive bid process, pursuant to section 2-321 of the City of Doral Code of Ordinances, and extend
ITB #2013-32 (Catch Basin Maintenance Program). The PWD believes that the contract extension is in the
best interest of the City due to the competitive prices, quality, and a reliable service of this vendor. The
extension will be for two (2) years with the option to renew for an additional two one (1) year terms,
under the same terms, conditions, and prices as the original contract.
Attached please find "Exhibit A" which includes a copy of the current contract, a copy of the final 6 -month
extension letter, and a copy of the contract extension letter for a two (2) year contract with an option to
renew for an additional two one-year periods.
Recommendation
The PWD respectfully requests the City Council to authorize the City Manager to waive the competitive
bid process and expend budgeted funds on the behalf of the City, pursuant to section 2-321 of the City of
Doral Code of Ordinances, and extend the current contract with EnviroWaste Services Inc. This extension
will be for two (2) years with the option to renew for an additional two one (1) year terms under the same
terms, conditions, and prices of the original Contract. Funding for this request was budgeted for Fiscal
Year 2018-19 and is available from the Public Works Department Stormwater Fund, Account Number
#401.80005.500340 ($500,000).
EXHIBIT B
PROFESSIONAL SERVICES AGREEMENT BETWEEN
THE CITY OF DORAL
AND
EnviroWaste Services Group, Inc.
FOR
Catch Basin Maintenance Program
THIS AGREEMENT, dated as of the 24 day of March 2014, is made between
EnviroWaste Services Group, Inc., a Florida corporation, (hereinafter the "Vendor"), and the
CITY OF DORAL, FLORIDA, a Florida municipal corporation, (hereinafter the "City").
WHEREAS, the Vendor and City, through mutual negotiation, have agreed upon a scope
of services, schedule, and fee for Catch Basin Maintenance Program (the "Services"); and
WHEREAS, the City desires to engage the Vendor to perform the services specified
below.
NOW, THEREFORE, in consideration of the mutual covenants and conditions contained
herein, the Vendor and the City agree as follows.
1. Scope of Services/Deliverables.
1.1 The Vendor shall furnish professional services to the City as set forth in
the Scope of Services as specified in Section 3.1.
1.2 The "Scope of Services" includes a Project Schedule for the Project which
includes a breakdown of tasks, timeline and deliverables to the City.
2. Term/Commencement Date.
2.1 This Agreement shall become effective upon execution by both parties
and shall remain in effect through March 24, 2016, unless earlier
terminated in accordance with Paragraph 8. The City Manager may
extend the term of this Agreement up to an additional two (2) one (1)
year periods by written notice to the Vendor.
71
2.2 Vendor agrees that time is of the essence and Vendor shall complete
each deliverable for the Project within the timeframes set forth in the
Project Schedule, unless extended by the City Manager.
3. Compensation and Payment.
3.1 The Vendor shall be compensated in the following manner:
A lump sum amount of $ , regardless of the
number of hours or length of time necessary for Vendor to complete the
Scope of Services. Vendor shall not be entitled to any additional payment
for any expenses incurred in completion of the Scope of Services. A
breakdown of costs used to derive the lump sum amount, including but
not limited to hourly rates, estimated travel expenses and other
applicable rates, is specified in the Scope of Services. Upon completion
of the work, Vendor shall submit its bill[s] for payment in a form
approved by the City. The bill[s] shall identify the services completed and
the amount charged.
d On a time and material/expense basis to complete the Scope of
Services, provided, however, that total payments to Vendor shall not
exceed $696,100 in the first two year period of the Contract, without
the prior written approval of the City. Vendor shall submit its bills in
arrears upon the completion of each task or deliverable in accordance
with the Project Schedule or on a monthly basis in a form approved by
the City. The bills shall show or include: (1) the task(s) performed; (ii) the
time devoted to the task(s); (iii) the hourly rate or rates of the persons
performing the task(s); and (iv) copies of receipts for reimbursable
materials/expenses, if any. Expenses not expressly authorized by the
Agreement shall not be reimbursed.
3.2 The City shall pay Vendor in accordance with the Florida Prompt Payment
Act.
3.3 If a dispute should occur regarding an invoice submitted, the City
Manager may withhold payment of the disputed amount and may pay to
the Vendor the undisputed portion of the invoice. Upon written request
of the Finance Director, the Vendor shall provide written documentation
to justify the invoice. Any compensation disputes shall be decided by the
City Manager whose decision shall be final.
72
4. Sub -contractors.
4.1 The Vendor shall be responsible for all payments to any sub -contractors
and shall maintain responsibility for all work related to the Project.
4.2 Any sub -contractor used on the Project must have the prior written
approval of the City Manager or his designee.
5. City's Responsibilities.
5.1 Furnish to Vendor, at the Vendor's written request, all available maps,
plans, existing studies, reports and other data pertinent to the services to
be provided by Vendor, in possession of the City.
5.2 Arrange for access to and make all provisions for Vendor to enter upon
real property as required for Vendor to perform services as may be
requested in writing by the Vendor (if applicable).
6. Vendor's Responsibilities.
6.1 The Vendor shall exercise the same degree of care, skill and diligence in
the performance of the Project as is ordinarily provided. If at any time
during the term of this Agreement or within one year from the
completion of the Project, it is determined that the Vendor's deliverables
are incorrect, defective or fail to conform to the Scope of Services of the
Project, upon written notification from the City Manager, the Vendor
shall at Vendor's sole expense, immediately correct the work. The City in
no way assumes or shares any responsibility or liability of the Vendor or
Sub -contractor under this agreement.
7. Conflict of Interest.
7.1 To avoid any conflict of interest or any appearance thereof, Vendor shall
not, for the term of this Agreement, represent any private sector entities
(developers, corporations, real estate investors, etc.), with regard to any
City related matter.
73
8. Termination.
8.1 The City Manager without cause may terminate this Agreement upon
thirty (30) days written notice to the Vendor, or immediately with cause.
8.2 Upon receipt of the City's written notice of termination, Vendor shall stop
work on the Project.
8.3 In the event of termination by the City, the Vendor shall be paid for all
work accepted by the City Manager up to the date of termination,
provided that the Vendor has first complied with the provisions of
Paragraph 8.4.
8.4 The Vendor shall transfer all books, records, reports, working drafts,
documents, maps, and data pertaining to the Project to the City, in a hard
copy and electronic format specified by the City within 14 days from the
date of the written notice of termination or the date of expiration of this
Agreement.
9. Insurance.
9.1 The Vendor shall secure and maintain throughout the duration of this
Agreement insurance of such type and in such amounts as required by
Exhibit A. The insurance carrier shall be qualified to do business in the
State of Florida and have agents upon whom service of process may be
made in the State of Florida.
9.2 Certificates of Insurance shall be provided to the City at the time of
execution of this Agreement and certified copies provided if requested.
Each policy certificate shall be endorsed with a provision that not less
than thirty (30) calendar days' written notice shall be provided to the City
before any policy or coverage is cancelled or restricted, or in accordance
to policy provisions. The City further reserves the right to solicit
additional coverage, or require higher limits of liability as needed, and
depending on the nature of scope, or level of exposure.
10. Nondiscrimination.
10.1 During the term of this Agreement, Vendor shall not discriminate against
any of its employees or applicants for employment because of their race,
74
color, religion, sex, or national origin, and to abide by all Federal and
State laws regarding nondiscrimination
11. Attorneys' Fees and Waiver of Jury Trial.
11.1 In the event of any litigation arising out of this Agreement, each party
shall be responsible for their attorneys' fees and costs, including the fees
and expenses of any paralegals, law clerks and legal assistants, and
including fees and expenses charged for representation at both the trial
and appellate levels.
11.2 In the event of any litigation arising out of this Agreement, each party
hereby knowingly, irrevocably, voluntarily and intentionally waives its
right to trial by jury.
12. Indemnification.
12.1 Vendor shall defend, indemnify, and hold harmless the City, its officers,
agents and employees, from and against any and all demands, claims,
losses, suits, liabilities, causes of action, judgment or damages, arising out
of, related to, or any way connected with Vendor's performance or non-
performance of any provision of this Agreement including, but not limited
to, liabilities arising from contracts between the Vendor and third parties
made pursuant to this Agreement. Vendor shall reimburse the City for all
its expenses including reasonable attorneys' fees and costs incurred in
and about the defense of any such claim or investigation and for any
judgment or damages arising out of, related to, or in any way connected
with Vendor's performance or non-performance of this Agreement. This
section shall be interpreted and construed in a manner to comply with
any applicable Florida Statutes, including without limitation Sections
725.06 and 725.08, Fla. Stat., if applicable.
12.2 The provisions of this section shall survive termination of this Agreement.
12,3 Ten dollars ($10) of the payments made by the City constitute separate,
distinct, and independent consideration for the granting of this
indemnification, the receipt and sufficiency of which is voluntary and
knowingly acknowledged by the Vendor.
75
13. Notices/Authorized Representatives.
13.1 Any notices required by this Agreement shall be in writing and shall be
deemed to have been properly given if transmitted by hand -delivery, by
registered or certified mail with postage prepaid return receipt
requested, or by a private postal service, addressed to the parties (or
their successors) at the following addresses:
For the City:
With a Copy to:
For The Vendor:
14. Governing Law.
Joe Carollo, City Manager
City of Doral, Florida
8401 NW 53rd Terrace
Doral, Florida 33166
John Herin, Jr., Esq
City Attorney
Gray Robinson, P.A.
401 E. Las Olas Blvd., Suite 1850
Ft. Lauderdale, Florida 33301
Eduardo Barba, President
EnviroWaste Services Group, Inc.
4 SE 1st Street, Second Floor
Miami, Florida 33131
14.1 This Agreement shall be construed in accordance with and governed by
the laws of the State of Florida. Exclusive venue for any litigation arising
out of this Agreement shall be in Miami -Dade County, Florida, or the
Southern District of Florida.
15. Entire Agreement/Modification/Amendment.
15.1 This writing contains the entire Agreement of the parties and supersedes
any prior oral or written representations. No representations were made
or relied upon by either party, other than those that are expressly set
forth herein.
76
15.2 No agent, employee, or other representative of either party is
empowered to modify or amend the terms of this Agreement, unless
executed with the same formality as this document.
16. Ownership and Access to Records and Audits.
16.1 All records, books, documents, maps, data, deliverables, papers and
financial information (the "Records") that result from the Vendor
providing services to the City under this Agreement shall be the property
of the City.
16.2 The City Manager or his designee shall, during the term of this
Agreement and for a period of three (3) years from the date of
termination of this Agreement, have access to and the right to examine
and audit any Records of the Vendor involving transactions related to this
Agreement.
16.3 The City may cancel this Agreement for refusal by the Vendor to allow
access by the City Manager or his designee to any Records pertaining to
work performed under this Agreement that are subject to the provisions
of Chapter 119, Florida Statutes.
17. Nonassignability.
17.1 This Agreement shall not be assignable by Vendor unless such assignment
is first approved by the City Manager. The City is relying upon the
apparent qualifications and personal expertise of the Vendor, and such
firm's familiarity with the City's area, circumstances and desires.
18. Severability.
18.1 If any term or provision of this Agreement shall to any extent be held
invalid or unenforceable, the remainder of this Agreement shall not be
affected thereby, and each remaining term and provision of this
Agreement shall be valid and be enforceable to the fullest extent
permitted by law.
77
19. Independent Contractor.
19.1 The Vendor and its employees, volunteers and agents shall be and remain
independent contractors and not agents or employees of the City with
respect to all of the acts and services performed by and under the terms
of this Agreement. This Agreement shall not in any way be construed to
create a partnership, association or any other kind of joint undertaking,
enterprise or venture between the parties.
20. Compliance with Laws.
20.1 The Vendor shall comply with all applicable laws, ordinances, rules,
regulations, and lawful orders of public authorities relating to the Project.
21. Waiver
21.1 The failure of either party to this Agreement to object to or to take
affirmative action with respect to any conduct of the other which is in
violation of the terms of this Agreement shall not be construed as a
waiver of the violation or breach, or of any future violation, breach or
wrongful conduct.
22. Survival of Provisions
22.1 Any terms or conditions of either this Agreement that require acts
beyond the date of the term of the Agreement, shall survive termination
of the Agreement, shall remain in full force and effect unless and until the
terms or conditions are completed and shall be fully enforceable by
either party.
23. Prohibition of Contingency Fees.
23.1 The Vendor warrants that it has not employed or retained any company
or person, other than a bona fide employee working solely for the
Vendor, to solicit or secure this Agreement, and that it has not paid or
agreed to pay any person(s), company, corporation, individual or firm,
other than a bona fide employee working solely for the Vendor, any fee,
commission, percentage, gift, or any other consideration, contingent
upon or resulting from the award or making of this Agreement.
78
24. Counterparts
24.1 This Agreement may be executed in several counterparts, each of which
shall be deemed an original and such counterpart shall constitute one
and the same instrument.
IN WITNESS WHEREOF, the parties execute this Agreement on the respective dates
under each signature: The City, signing by and through its City Manager, attested to by its City
Clerk, duly authorized to execute same and by Vendor by and through its _ : _
whose representative has been duly authorized to execute same.
Attest:
CITY OF DORAL
CAA c. (• `- By:
Barbara Herrera, City Cler
Date:
Approved As To Form and Legal Sufficiency for the Use
And Reliance of the City of Doral Only:
-
John
City A
79
4zL' 2
Caroll City anager
Vendor
By:
Its: L
Date:
Res. No. 14-36
Page 1 of 3
RESOLUTION NO. 14-36
A RESOLUTION OF THE MAYOR AND THE CITY COUNCIL OF
THE CITY OF DORAL, FLORIDA ACCEPTING THE PROPOSAL
AND APPROVING A CONTRACT BETWEEN THE CITY AND
ENVIRO WASTE SERVICES GROUP, INC.; IN AN AMOUNT NOT
TO EXCEED $696,100.00 FOR THE INITIAL TWO YEAR PERIOD
OF THE CATCH BASIN MAINTENANCE PROGRAM WITH AN
OPTION TO RENEW FOR AN ADDITIONAL TWO ONE (1) YEAR
PERIODS FOR CATCH BASIN MAINTENANCE SERVICES;
AUTHORIZING THE CITY MANAGER TO EXECUTE THE
CONTRACT AND EXPEND BUDGETED FUNDS ON BEHALF OF
THE CITY; AND PROVIDING FOR AN EFFECTIVE DATE
WHEREAS, in response to Request for Proposal #2013-32 titled "Catch Basin
Maintenance Program" (the "Project"), the City of Doral received one (1) proposal by the
January 15, 2014 deadline with the proposing firm meeting the required criteria; and
WHEREAS, upon review of the proposal received, Staff determined that Enviro
Waste Services Group, Inc. was the only responsive and responsible proposer (the
"Contractor"); and
WHEREAS, a copy of Contractor's submittal to RFP #2013-32, and the Contract
Agreement are attached as Exhibit A; and
WHEREAS, the City Council finds that accepting the proposal and entering into a
contract for the Project with the Contractor is in the best interest of the City.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF DORAL AS FOLLOWS:
Section 1. Recitals. The above recitals are true and correct and incorporated
herein.
Res. No. 14-36
Page 2 of 3
Section 2. Approval. The Contract between the City and Contractor for the
Project in an amount not to exceed $696,100.00 a copy of which is attached hereto as
Exhibit "A", together with such non -material changes as may be acceptable to the City
Manager and approved as to form and legality by the City Attorney, is hereby approved.
The City Manager is authorized to execute the Contract and expend budgeted funds on
behalf of the City.
Section 3. Effective Date. This Resolution shall take effect immediately upon
adoption.
[Section left blank intentionally]
BARBARA HERRER
Res No. 14-36
Page 3 of 3
The foregoing resolution was offered by Councilmember Ruiz who moved its adoption
The motion was seconded by Mayor Boria and upon being put to rr vote. the vote was as
follows.
Mayor Luigi Boria Yes
Vico Mayor Christi Fraga Yes
Councilwoman Ana Maria Rodriguez Yes
Councilwoman Bettina Rodriguez Aguiler a Yes
Councilwoman Sandra Ruiz Yes
r �
PASSED and ADOP FED this 19'' day of February. 2014
L.UIGI BBf?4A.`MAYOR
ATTEST
CITY CLERK
APPROVED AS 10 F ORM AND LEGAL SUFFICIENCY 1 -OR f HE USE
AND RELIANCE OF THE CITY OF DURAL ONLY.
.
JOHN ERIN. JR CITY ATTORA�EY
�vy�
Item
1
Description
Cleaning of Catch Basin
Quantity
2,060
Unit
EA
Unit Price
/ I ,--p
Amount
./6'/, 70 _
2
Cleaning of Manhole
525
EA
i q S
/07 3 75-
3
Cleaning of Slab -Covered -Trench Box
71
EA
c..-"1 .`
; y
4
Cleaning of Outfall Structure
84
EA
/ q S
/‘ 3FG
5
Cleaning of Pipe
274,000
LF
5---0
15 700o-
}
6
Emergency Vac -Truck (includes operator)
160
HR
) ST
r
PROPOSAL TOTAL (j / 6 /LSO
6. Proposer agrees that the work will be completed as scheduled from the date stipulated in the
Notice to Proceed.
7. Communications concerning this Proposal shall be addressed to:
Proposer:
EnviroWaste Services Group, Inc.
Address: 4 SE lst Street, Second Floor
Telephone
Facsimile Number
Attention:
Miami, FL 33131
(305) 337-9665
( 305) 037-9659
Eduardo Barba; President
30
ROO- ;2..cco aq 4
tavao
Kathy Phillips
From: John E. Pate
Sent: Friday, August 21, 2020 12:32 PM
To: Airia Austin
Cc: Owen Carney; Kathy Phillips; Marrilyn Chang; Sha'mecca Lawson
Subject: RE: Re: Emergency Request - Envirowaste Services Group (REQ #20002294) Review &
Approval Required 08.20.20
Approved.
John E. Pate, MS, CM
City Manager
City of Opa-locka
780 Fisherman Street, 4th Floor
Opa-locka, FL 33054
Office Phone - (786) 338-6598
Cell Phone - (786) 829-0739
E -Mail: jpate(a.opalockafl.00v
NWU EMP# 44
NWU SPSC# 361
ILETSB-El PER21C# M-221
ILETSB-EI ESTLE21C# E-314
E-MAIL CONFIDENTIALITY NOTICE: This electronic mail message, including any attachments, is for the
intended recipient(s) only. This e-mail and any attachments might contain information that is confidential,
legally privileged, contains law enforcement database information, or otherwise protected or exempt from
disclosure under applicable law. If you are not a named recipient, or if you are named but believe that you
received this e-mail in error, please notify the sender immediately by telephone or return e-mail and promptly
delete this e-mail and any attachments and copies thereof from your system. If you are not the intended
recipient or are otherwise not authorized to further disclose this message and its contents, please be aware
that any copying, distribution, dissemination, disclosure or other use of this e-mail and any attachments is
unauthorized and prohibited. This e-mail and any attached documents may contain Law Enforcement Sensitive
material and should not be disseminated outside of official law enforcement channels. The information
contained in this message as well as any attachments shall not be released to the media or the general public.
Your receipt of this message is not intended to waive any applicable privilege or claim of confidentiality, and
any prohibited or unauthorized disclosure is not binding on the sender or the City of Opa-locka.
From: Airia Austin
Sent: Friday, August 21, 2020 12:26 PM
To: John E. Pate <ipate@Opalockafl.gov>
Cc: Owen Carney <ocarnev@Opalockafl.gov>; Kathy Phillips <kphillips@ Opalockafl.gov>; Marrilyn Chang
<mchang@Opalockafl.gov>; Sha'mecca Lawson <slawson@Opalockafl.gov>
Subject: RE: Re: Emergency Request - Envirowaste Services Group (REQ #20002294) Review & Approval Required
08.20.20
Importance: High
Mr. Manager:
We are seeking your approval, this is for the cleaning of our Stormwater drainage systems around the city. This is within
your purview, and we are piggybacking their contract with the City of Doral.
1
Thah. you, ,4LrLa
please vote i ant. operating rev.oteLU today, and do not have access to all volt, files
From: Kathy Phillips
Sent: Friday, August 21, 2020 11:49 AM
To: Airia Austin <Aaustin@Opalockafl.gov>; Marrilyn Chang <mchang@Opalockafl.gov>; Sha'mecca Lawson
<slawson@Opalockafl.gov>
Cc: Owen Carney <ocarnevc Opalockafl.gov>
Subject: Re: Emergency Request - Envirowaste Services Group (REQ #20002294) Review & Approval Required 08.20.20
Importance: High
Good Morning:
As requested see attached requisition #20002294. Proposal entered for Envirowaste Services Group for storm drain maintenance
throughout City. Item awaits approval by ALL parties for issuance of PO number.
Copy of Purchase Order requested as soon as possible.
Thank you for your attention.
From: John E. Pate
Sent: Thursday, August 13, 2020 1:42 PM
To: Airia Austin <Aaustin@Opalockafl.gov> Cc: Owen Carney <ocarnevP0palockafl.gov>
Subject: Re: Storm Drains Maintenance
Airia, Go forward with an emergency procurement based on our declared flood emergency procure. See if Bob agrees.
Kathy Phillips, Exec. Sec.
City of Opa-locka, Public Works and Utilities Department
12950 Lejeune Road (42nd Avenue)
Opa-locka, Florida 33054
(305) 953-2828 Office ; (305) 953-2824 Fax
kphillips(iopalockafl.gov ; Website: opalockafl.gov
glootwo
2
PURCHASE ORDER NO. 20002076
CITY OF OPA-LOCKA, FLORIDA
CITY HALL
780 FISHERMAN STREET, 4TH FLOOR
OPA-LOCKA, FL 33064
Tel: 305-953-2868
V r 18929 FAX: 877-637-9659-1
E ENVIROWASTE SERVICES GROUP INC.
N
18001 OLD CUTLER ROADS
O SUITE 554
R L PALMETTO BAY FL 33157
PAGE NO. 1
HI PUBLIC WORKS DEPARTMENT
1 CITY OF OPA-LOCKA
P 12950 LEJEUNE ROAD
TI OPA-LOCKA, FL 33054
O ATTN: OWEN CARNEY/K. PHILLIPS
ORDER DATE: 08/25/20
BUYER: CITY OF OPA-LOCKA
REQ. NO.: 20002294
REQ. DATE: 08/21/20
TERMS: NET 30 DAYS
F.O.B.:
DESC.: STORM DRAIN MAINTENANCE
ITEM# QUANTITY
UOM
DESCRIPTION
1.00 'PROPOSAL 08/13/20.20
'STORM DRAIN MAINTENANCE
CLEAN STORM DRAINS & CONNECTING
PIPES (SEE ATTACHED PROPOSAL)
ACCOUNT
AMOUNT
PROJECT CODE
UNIT PRICE
PAGE TOTAL $
EXTENSION
24,750.00
24,750.00
24,750.00
43
538340
24,750.00
See Reverse Side For Additional Information.
APPROVED BY
TOTAL $
PREPAY ALL FREIGHT & ADD TO INVOICE
FURNISHING BILL OF LADING. PO NUMBER MUST
APPEAR ON ALL INVOICES, PACKING SLIPS,
PACKAGES, & CORRESPONDENCE.
IMPORTANT: Mall Invoice in DUPLICATE showing
Purchase Order Number to Finance Department -
PO Box 540371- OPA-LOCKA, Florida 33054
Immediately upon delivery.
DIRECTOR OF PURCHASING
CITY OF OPA-LOCKA AGREEMENT FOR
CATCH BASIN MAINTENANCE SERVICES
(Piggyback of City of Doral Competitive Award with Envirowaste
Services Group, Inc.)
This Agreement is made this day of , 2021, between the City of
Opa-Locka, a municipal corporation organized and existing under the laws of the State
of Florida and whose address is 780 Fisherman Street, Opa-Locka, Florida 33054 (the
"City"), and Envirowaste Services Group, Inc. whose address is 550 S. Dixie Hwy #300,
Coral Gables, FL 3314 (the "Contractor").
WITNESSETH
WHEREAS, the City of Opa-Locka ("City") seeks to mitigate flooding and water
pollution during the rainy season. This type of cleanup is required to be done periodically
to prevent water pollution and flooding as a result of stormwater runoff; and
WHEREAS, the Contractor desires to enter into this Agreement with City to
provide for catch basin maintenance services for the City of Opa-Lock'a stormwater
drainage infrastructure; and
WHEREAS, the City of Doral has considered a bid submitted by Envirowaste
Services Group, Inc. ("Contractor") in response to its Request for Proposals #2013-32;
and
WHEREAS, pursuant to Resolution 14-36, the City of Doral subsequently entered
into a Contract with the Contractor for cleaning of catch basins, cleaning of pipe and
other miscellaneous items to complete project (Contract and Renewals attached hereto
as Composite Exhibit "A"); and
WHEREAS, the contract was negotiated for an initial term of two (2) years with
the option to renew for additional two one (1) year terms. The initial two (2) year contract
expired on March 24, 2016, the 1st one year extension expired on March 24, 2017 and
the 2nd one year extension expired on March 24, 2018. A final 6 -month extension was
given and expired on September 30, 2018. The City of Doral Mayor and City Council -
Members approved Resolution 18-156 extending the agreement for an additional two (2)
years with the option to renew for additional two one (1) year terms. The two (2) year
extension expired on September 30, 2020. On August 25, 2020, the contract was
extended for a one (1) year period and will expire on September 30, 2021; and
WHEREAS, the Contractor agrees to provide catch basin maintenance services
to the City of Opa-Lock in an amount not to exceed Twenty Eight Thousand Dollars
($28,000.00); and
WHEREAS, the parties desire to incorporate the terms and conditions of the
solicitation and contractual arrangement between the City of Doral and Contractor as
set forth in Request for Proposals #2013-32 for the provision of catch basin
maintenance services, known as cleaning of stormwater draining and connecting
pipe; and
WHEREAS, the City Code provides authority for the City to select and contract
through the use of the competitive bid process of another government entity as an
exception to the otherwise required formal bidding process.
NOW THEREFORE, in consideration of the mutual covenants set forth in this
Agreement, the receipt and sufficiency of which is acknowledged, the parties agree as
follows:
Section 1. Term. The term of this Agreement commences on
and continues through September 30, 2021.
Section g. Contract Terms, The Contractor agrees to provide the City with
catch basin maintenance services in accordance with the City's requirements as set
forth herein and the Standard Contract between the City of Doral and Contractor
executed by the parties in March 2014; attached hereto and incorporated herein as
Exhibit "A". The exhibits are incorporated into this Agreement for all purposes, and are
collectively referred to as the "Contract Documents", and represent the entire
agreement between the parties. In the event of conflict between or among the Contract
Documents, the order of priority shall be: this Agreement, the Doral and Contractor
Agreement and the Contractor's accepted proposal.
Section 3. Scope of Work
The following provisions are included:
A City shall pay Contractor no more than the unit prices set forth in the Contract
Documents and in accordance with the provisions of the Contract Documents for catch
basin maintenance services. If the City requires services not covered by unit prices
already made a part of the Contract Documents, the Contractor shall submit a detailed
written proposal to the authorized City representative before providing any such
services. For these purposes, the City Manager shall be the City Representative.
B. If permits are required, Contractor shall submit complete and accurate permit
applications to all applicable permitting agencies within ten work days of receiving from
the City all documents necessary to file such permit applications. The City shall pay all
permit and related fees directly to the permitting agencies, including any permit fees
charged by the City.
C.The City of Opa-Locka shall be substituted for the City of Doral with regard to any and
all provisions of the City of Doral Agreement applicable hereto, the RPQ/RFP, and the
Contractor's bid, including by example and not limitation, with regard to bond
requirements, insurance, indemnification, licensing, termination, default and ownership
of documents. All recitals, representations, and warranties of Contractor made in those
documents are restated as if set forth fully herein,made for the benefit of the City, and
incorporated herein.
D.Contractor shall not commence work on the Project unless and until the requirements
for insurance have been fully met by Contractor and appropriate evidence thereof, in the
City's sole discretion, has been provided to and approved by the City.
Section 4. Assignment. Neither party may assign its rights or obligations
under this Agreement without the consent of the other.
Section 5. Notice. Notice hereunder shall be provided in writing by certified
mail, return receipt requested, or customarily used overnight transmission with proof of
delivery, to the following parties, with mandatory copies, as provided below:
For City:
Copy lo:
John E. Pate, City Manager
City of Opa-Locka
780 Fisherman Street
Opa-Locka, Florida, Florida 33054
Bumadette Norris -Weeks, Esq.
City Attorney
Bumadette Norris -Weeks, P.A.
401 NW 7th Avenue
Fort Lauderdale, Florida 33311
For Contractor: Russ Wilson, Director and Chairman
550 S. Dixie Hwy #300
Coral Gables, FL 33146
Section 6. Severability. This Agreement sets forth the entire agreement
between Contractor and City with respect to the subject matter of this Agreement. This
Agreement supersedes all prior and contemporaneous negotiations, understandings
and agreements, written or oral, between the parties. This Agreement may not be
modified except by the parties' mutual agreement set forth in writing and signed by the
parties.
Section 7. E -Verify. In accordance with Florida Statutes §448.095, the
Contractor prior to commencement of services or payment by the City, will provide to the
City proof of participation/enrollment in the E -Verify system of the Department of
Homeland Security. Evidence of participation/enrollment will be a printout of the
Company's "Company Profile" page from the E -verify system. Failure to be continually
enrolled and participating in the E -Verify program will be a breach of contract which will
be grounds for immediate termination of the contract by the City. The Contractor will not
hire any employee who has not been vetted through E -Verify. The Contractor may not
subcontract any work for the City to any subcontractor that has not provided an affidavit
stating that the subcontractor does not employ, contract with or subcontract with an
unauthorized alien.
IN WITNESS WHEREOF, the parties hereto have accepted, made and executed
this Agreement upon the terms and conditions above stated on the day and year first
above written.
CITY: City of Opa-Locka
Date:
By:
John E. Pate, City Manager
APPROVED AS TO FORM AND
LEGAL SUFFICIENCYFOR THE USE
OF AND RELIANCE
BY THE CITY OF OPA-LOCKA ONLY:
By:
City Attorney
Burnadette Norris -Weeks, P.A.
By:
Joanna Flores, City Clerk
CONTRACTOR:
Envirowaste Services Group, Inc.
By: Witness:
PRINT NAME
Date:
TITLE
Date:
1888 NW 22nd Street
cP---IENANDOAI-1
Pipe Inspection & Restoration Specialist Pompano Beach, FL, 33069
(954) 975-0098 shenandoahus.com
DATE: May 04, 2021
SUBMITTED TO: Opa Locka, City of
STREET: 12950 Le Jeune Rd. (NW 42nd Ave)
CITY, STATE & ZIP: Opa Locka, FL 33054
PHONE: (305) 953-2868
FAX: (305) 953-2900
EMAIL: ocamey@opalockafl.gov
JOB NAME: City Wide Storm Drain Cleaning
ATTENTION: Owen Carney
We propose to furnish a crew and all necessary equipment to clean storm drain system as instructed by personnel for the City
of Opa Locka. We will perform this work by piggy Backing the Broward County School Board Contract 15-106C
at the above mentioned job location. This work will be performed at our following hourly and/or unit prices:
Page 1 of 1
Clean Catch Basins
Disposals (Estimated)
Clean 12-24 inch storm drain pipe
Estimated Total:
(at $45.00 Each)
(at $190.00 Per cu. Yd.)
(at $3.00 Per L.F.)
PROPOSAL #P21652
100 Each
210 cu. yd(s).
17000 L.F.
$4,500.00
$39,900.00
$51,000.00
$95,400.00
This proposal is based on direct access to call storm drains, none in backyards or in retention area's and structures and lines
that do not need to be pumped down.
NOTE: One way travel time for all hourly vehicles listed above. Three hour minimum. This proposal includes removal of all loose
debris from the structures and pipes (excluding hazardous waste), if non -hazardous contaminated liquids or soils are encountered,
such as oil, gas, fuel, hydraulic oil, etc., the customer will be required to have the material analyzed, by an approved lab, then
approved by a disposal facility, prior to Shenandoah transporting and disposing of the material, additional cost for specialty hauling
and disposal will be applied to the invoice, along with documented receipt. However, we are not responsible for problems occurring
during or after cleaning due to pre-existing condition, original installation or design.
This proposal may be withdrawn if not accepted within 30 days. Payment terms are COD (cash delivery) or Credit Card
payment prior to job scheduling.
(If we encounter an Insurance compliance fee requirement, this fee will be invoiced in addition to the above rates.)
All material is guaranteed to be as specified. All work to be completed in a workmanlike manner according to standard
practices. Price above is only an estimate of foreseen conditions. Unforeseen conditions can affect the amount of time to complete
the work, therefore increasing or decreasing estimate. All agreements are contingent upon strikes, accidents or delays beyond our
control. Unless noted above engineering, permits, testing and bonds are not included in the pricing. Owner is to carry fire, tornado
and other necessary insurance. Our workers are fully covered by Workman's Compensation Insurance. Parties to this
proposal/contract expressly waive all tort claims against each other and limit their remedies to breach of contract.
SIGNATURE:
SHENANDOAH GENERAL CONSTRUCTION CO.
Augustin Chavez
TITLE DATE
Estimator 05/04/2021
ACCEPTANCE OF PROPOSAL / SIGN & RETURN
The above prices, specification and conditions are satisfactory and are hereby accepted. You are authorized to do the work as
specified.
SIGNATURE:
COMPANY NAME:
REPRESENTATIVE:
DATE:
TITLE: