Loading...
Res. No. 104-99-10728RESOLUTION NO.104-99-10728 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA,RELATING TO CONTRACTS, CONCERNING OPERATING EQUIPMENT, AUTHORIZING THE CITY MANAGER TO ENTER INTO A CONTRACT WITH BRANCHING OUT,INC., TO INSTALL FUEL STORAGE TANK IMPROVEMENTS,AT A COST NOT TO EXCEED $25,000.00,AND CHARGING THE DISBURSEMENT TO "RESERVE FOR UNANTICIPATED CAPITAL IMPROVEMENTS"ACCOUNT NO.001-0000- 219.7400 WHEREAS,theMayorandCityCommission of theCity of SouthMiamihaveidentified theneedtoimprovethepollutionpreventionfeaturesfortheundergroundfuelstoragetank system atCityHall,and; WHEREAS,the contractor Branching Out,Inc.,currently holds three contracts with the City of Homestead(PO#990624)andtheCity of Parkland(PO#005699)forfuelstoragesystem improvements. NOW,THEREFORE,BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI,FLORIDA: Section 1.The City Manager is hereby authorized to enter into a contract with Branching Out,Inc.,basedontheCity of Homestead andCity of Parkland contracts. Section 2.The contract with Branching Out,Inc.isnotto exceed $25,000.00. PASSED AND ADOPTED this 18th day of May,1999. ATTEST: OTY CLERK ~0~ READ AND APPROVED AS TO FORM: 'CITY ATTORNEY APPROVED: MAYOR COMMISSION VOTE: Mayor Robaina: Vice Mayor Oliveros: Commissioner Feliu: Commissioner Bethel: Commissioner Russell 5-0 Yea Yea Yea Yea Yea CITY OF SOUTH MIAMI INTER-OFFICE MEMORANDUM TO:Mayor and Commission DATE:May 18,1999 FROM:Charles D.Scurr SUBJECT:Agenda Item #f City Manager ^Commission Meeting, May 18,1999 AUTHORIZATION OF THECITY MANAGER TO ENTER INTOA CONTRACT WITH BRANCHING OUT.INC..TO CONDUCT FUEL TANKSYSTEM UPGRADES,AT A COST NOT TO EXCEED $25,000.00. REQUEST The attached resolution seeks approval for the City Manager to enter into a contract with Branching Out Inc.,to perform certain required upgrades to the underground fuel storage tank systemlocatedatCityHall. BACKGROUND &ANALYSIS These upgrades are being required by the Miami-Dade County Department of Environmental Resources Management (DERM)pursuant to the regulations set forth in Chapter 62-761 of the Florida Administrative Code.DERM may initiate enforcement action against the City of South Miami for non-compliance with these regulations. In order to bring the City Hall fuel tank system into compliance,certain pollution prevention retrofits need to be made,including:installing double-walled piping,a tank containment sump and a dispenser sump to contain fuel leaks.An electronic leak detection system must also be installed to complete the new piping system.Other necessary work includes performing standard analytical testing of soil samples for official "closure"of the current piping system,and performing special piping "tightness testing"for the new piping system.The installation ofa new access hatch and concrete resurfacing will also be required.These improvements will bring the tank system into compliance until the year 2009 when the entire svstem will have to be replaced. This "minimum"amount of work is estimated to cost $13,345 ($15,245 if new electrical conduit has to be installed).However,due to the age and verv poor condition of the existing fuel dispenser,it is recommended to install a new dispenser complete with a one year local service agreement.The estimated cost for the minimum improvements plus a new dispenser is $20,634. Mayor and City Commission City HallFuel Tank Upgrades May 18,h,1999 Page 2 of2 /continued Due to the nature of the work involved,and the potential for unexpected subsurface conditions and/or underground infrastructure disrepair,a contingency fund is necessary for this project. Therefore,the resolution requests a maximum expenditure cap of $25,000.00 for this project. However,total project costs would increase should contamination or other major problems be found.Commission re-authorization would be sought for such potentialities,if discovered. The only firm to submit a quote for the required work was Branching Out.Inc.It should be noted that every fuel tank system in the State (including gasoline stations)is subject to the same upgrade requirements as the City of South Miami.Therefore,it has been very difficult to find companies interested on bidding for this relatively small project. The firm Branching Out,Inc.,currently has contracts with the City of Homestead and the City of Parkland for fueling systems work.These contract prices are being extended to the City of South Miami. It is estimated that it will take 2-3 months to design,permit,and construct the improvements upon authorization. CONCLUSION Approval of these DERM-required improvements is recommended in order to avoid enforcement fines,to protect the environmental quality of the soil /groundwater,and to improve fleet refuelingoperationsatCityHall. The total expenditure would not exceed $25,000.00,and the disbursement would come from account No.001-0000-219.7400 entitled ''Reserve for Unanticipated Capital Needs".This account currently has a balance ofS 47,000.00 remainingfor fiscal year 1998/99. Attachments *Mw*ar CONTRACT BETWEEN THE CITY OF SOUTH MIAMI AND BRANCHING OUT,INC. GENERAL CONDITIONS Artie16 !•Contract Documents:The Contract includes the City's letter dated May 19,1999,the Contractor's proposal dated April 28,1999,and the following 24 General Conditions.The intent of these documents is to describe all labor,materials,appliances and services of every kind necessary for the proper execution of the work,and the terms and conditions of payment therefor.The documents are to be considered as one,and whatever is called for by any one ofthe documents shall be as binding as if called for by all. Article 2.Materials.Appliances.Employees:Except as otherwise noted,the Contractor shall provide and pay for all materials,labor,tools and other items necessary to complete the work.All equipment shall be operated and maintained in accordance with applicable regulations.Unless otherwise specified,all materials shall be new,and both workmanship and materials shall beof best quality.All workmen and subcontractors shall be skilled in their trades. Article 3.Royalties and Patents:The Contractor shall pay all royalties and license fees.The Contractor shall defend all suits or claims for infringement of any patent rights andshallsavetheCity of SouthMiamiharmless from lossonaccountthereof. Article 4.Permits and Regulations:Permits and licenses ofa temporary nature necessary for the prosecution of the work shall be secured and paid for by the Contractor. Permits for the work normally issued by the City will not require a permit fee to be paid to the City.All permits required by public agencies other than the City (FDOT,DERM,etc.)will be thesole responsibility ofthe Contractor to obtain and maintain in good order. Allworktobe performed underthis contract must comply withall federal,state, and local regulations andthe Contractor shall notify the City ifthe drawings and specifications areatvariancetherewith.Inparticular,allrulesandregulationsrelativetoPollutionControl and polluting runoffsintothe stormwater systemandtheCanalmustbeobserved.Contractor shallnotifytheCity immediately of the issuance of anynotice of violation,orofthe existence of factsor circumstances thatmightresultintheissuance of anotice of violation. Prior to beginning the work,the Contractor shall familiarize themselves with all traffic regulations andloadlimits,includingthose of theFDOTandCity. Article 5.Protection of Work.Property and Persons:The Contractor shall adequately protect thework,adjacent propertyandthepublic,andshallberesponsibleforany damageorinjuryduetohisactorneglect.TheCityreservestherighttostopanyandallworkat anytimefornon-compliancewiththerequirements of theCity,orforanyconsiderations of the City such as safety,protection of utilities,etc. Article 6.Inspection of Work:The Contractor shall permit and facilitate inspection of theworkbytheCity,its agents,public authorities and officials atall times.The presence oractivity of any inspectors bytheCity shall notrelievethe Contractor of his obligations to provide adequate inspection of his own to assure compliance with specifications. Article 7.Changes inthe Work:TheCitymay order changes inthe work,the Contract Sum being adjusted accordingly.All such orders and adjustments shall be in writing and signed by the City.Claims by the Contractor for extra costs must be made in writing, approved in writing and signed bytheCity before executing thework involved. Article 8.Correction of Work:The Contractor shall re-execute any work that fails to conform to the requirements of the Contract,and shall remedy any defects due to faulty materials or workmanship which appear during the progress of the work or within a period of one (1)year from the date of completion of the contract.Responsibility for such corrections shall include the repair,readjustment and replacement,not only of such defective parts,but of other parts which may be damaged thereby.The owner reserves the right to itself to correct any such defects,and the Contractor shall pay the cost thereof.The provisions of this article apply to work done by subcontractors as well as to work done by direct employees of the Contractor.The Contractor shall furnish,prior to final payment,a written guarantee satisfactory to the City to insure thefulfillment of these obligations. Article 9.Noticeto Proceed:TheContractorshall commence the work within twenty (20)calendar days from receipt ofa Notice to Proceed delivered by messenger or by U.S. mailtothe Contractor's address givenattheend of this contract.Theserviceshallbeeffective whether ornotthe Contractor still occupies that address. Article 10.Payments:Payments shall be made as provided in the Agreement. The making and acceptance of the final payment shall constitute a waiver of all claims by the City of South Miami,other than those arising from unsettled liens or from faulty work appearing thereafter,as provided in Article 8 above,or from right to indemnification and defense against claims of others,and of all claims by the Contractor except any previously made and still unsettled.Payments otherwise due maybe withheld on account of defective worknot remedied, liens filed,damage by the Contractor to others not adjusted,or failure to make payments properlyto subcontractors orformaterialsorlabor. Article 11.Insurance:The Contractor shall not commence work under this contract until the Contractor's insurance has been approved bytheCityasto carrier,amount and contract,norshallthe Contractor allowany subcontractor tocommenceworkonhis subcontract until all similar insurance required of the subcontractor has been so obtained and approved. Article 12.Liens:Thefinal payment shallnotbedueuntiltheContractorhas delivered totheCity of South Miami a complete release of all liens arising out of this Contract, orreceiptsinfullcoveringalllaborandmaterialsforwhichaliencouldbefiled,orabond satisfactory totheCity of SouthMiamiindemnifyingit against anylien. Article 13.Separate Contracts:The City of South Miami has the right to let other Contracts in connection with the work,and the Contractor shall properly cooperate with any such other Contractors. Article 14.City's Status:The City shall have general supervision of the work. The City has authority to stop the work if necessary to insure its proper execution.The City shall decide when final payment under this Contract is due and the amount to be paid.Only the Cityshall make decisionsonallclaims of itself or of theContractor. Article 15.Hours of Work and Cleaning Up:The Contractor shall keep each work site free from accumulation of waste material and rubbish,and at the completion of the work,shall remove from the streets all rubbish,implements,and surplus materials,and leave the work areas broom-clean. Article 16.Breach of Contract:The Contract will be considered breached by the Contractor foranyone of the following reasons: 1.Failure of the Contractor to start work within twenty (20)days after receipt of a Notice to Proceed. 2.Progress being made bythe Contractor is insufficient to complete the work within the specified time,the City's decision on this matter tobe controlling. 3.Failure of the Contractor to observe any requirements of the Contract Documentsoranydulyauthorized modifications thereof. 4.Failure of the Contractor to promptly make good any defects in materials or work or any defects of any other nature,the correction of which has been directed in writing by theCity. 5.Collusion for the purpose of illegally procuring a contract or modifications thereofor perpetrating fraud of theCityintheworkunderthis contract or modifications thereof. 6.Failure of the Contractor toproceedina substantial mannerwiththework for three(3)successiveworkingdays. Upon breach of the contract or modifications thereofbythe Contractor,the Contractor and his Surety willbe notified in writing bytheCity of the nature of the breach, which notice shall be sufficient if delivered by messenger orby U.S.mail tothe Contractor's addressgiven by him attheend of thiscontract.Theserviceshallbe effective whetherornot this contractor still occupies that address.Unless the breach is corrected by the Contractor within three (3)days of the delivery of the notice,the Contractor shall immediately discontinue all operations.The City,or any Contractor or subcontractor authorized byit,may then proceed with the work in any lawful manner that he may elect until the project is finally completed. The City,or any Contractor or subcontractor authorized by it,shall then have the right to take possession ofany machinery,implements,tools,or materials ofany description that may be found upon the work,to account for said equipment and materials,and to use the same to complete the project.When the work is thus finally completed,the total cost of the same will be computed.If the total cost is more than the Contract price for that portion of the work,the difference shall be made up either by the Contractor or his Surety.In case of breach,all costs and expenses incident to ascertaining and collecting losses under the Bond,including but not limited to engineering and attorney's fees and expenses and court costs,will be assessed against theContractorandSurety. Article 17.Guaranty of Faithful Performance and Payment:A Performance, Payment and Guaranty Bond or Irrevocable Standby Letter of Credit satisfactory to the City of South Miami,Florida,onthe form attached hereto,inan amount of 110%ofthe Total Bid Price will be required of the successful Bidder to guarantee that they will deliver a completed project under the Contract in strict accordance with the Contract Documents and duly authorized modifications thereof,and will pay promptly all persons supplying the Contractor with labor or materials for the work. The Bond shall be written through a reputable and responsible surety bond agency licensed to do business in the State of Florida and acceptable tothe City. Article 18.Subletting or Assignment of Contract:The Contractor willbe permitted tosublet portions oftheworkto competent subcontractors,butitis understood thatthe Contractor will be the one solely responsible to the City for the full and complete performance of all of the terms of this contract.The Contractor shall,within three (3)days after making of the subcontract,informtheCityinwriting of thenameandaddress of thesubcontractorand of the exact nature and extent ofthe work sublet.Ifat any time after such notice,or during the progress ofthe work,the City determines that any subcontractor is incompetent or otherwise unsatisfactory,it will notify the Contractor accordingly and the latter shall take immediate steps to cancel such subcontract.Subletting by subcontractors shall be equally subject tothe provisions of this Article.Nothing contained inthe Contract Documents shall create any contractual relation between the City and any subcontractor.Any subcontractors shall,prior to commencing work submittotheCityevidenceof,properlicensingandinsurance coverages with the limits specified in these General Conditions. Article19.Warranty:Allwork performed bytheContractorpursuanttothis contractshallbeguaranteedforaperiod of one(1)yearafter completion.Withinthisoneyear period,theContractorshallreplaceany defective or deteriorating work(perthejudgementofthe City)atthe Contractor's cost. Article20.Liens:Noliensshallbeplacedagainstthe City's property.The contractorshallberesponsibleformaintainingthe City's propertyfreefromliensforthework underthiscontract.Thecontractorshallnotifyall subcontractors,laborers,andsuppliersofthis no-lien requirement. Article 21.Attorney Fees:In any civil proceeding to enforce this contract, or for damages,the prevailing party shall be entitled to payment by the other party of reasonable attorney fees,paralegal expenses,engineering and expert witness fees,and costs,for investigating a claim,and for pre-trial,execution and appellate proceedings. Article 22.Contract Termination:TheCitymay terminate this contract for convenience upon giving 24-hours written notice.In the event ofa termination for convenience, the City shall be liable only for costs actually incurred to the date of termination,including unavoidable re-stocking charges,andfor reasonable de-mobilization costs,and shall notbe liable forfuturelostprofits. Article 23.Industry Standards:The Contractor shall be responsible for ensuring that the work performed under this contract meets all applicable Miami-Dade County or Florida Department of Transportation regulatory and construction standards.The City reserves that right to pre-approve the use of alternate standards in specific circumstances on municipally- owned rights-of-way. Article 24.Protection Of Utilities:There are numerous utilities inthe City, including but not limited to water service,street lighting,electrical power service, communications,etc.It shall bethe Contractor's sole responsibility to make his own investigationastotheextent,locationandcondition of utilities.TheContractorshallbe responsible for the protection of all utilities.Any damage to utilities caused by the Contractor's operation shall be repaired bythe Contractor athis sole expense.The Contractor shall exercise particular care to protect conduit and wiring for the street lighting system. CORPORATION:^j&Q/UC////UC Pay-ZIaJC (Typeor Print£ompany name) (IMPPJESS CORPORATESEAL) *A President Corporation Secretary CITY OF SOUTH MIAMI: Manager,City of South Miami ATTEST: ity Clerk O BY City 23300 5.W.134 Avenue Miami,norlda 33032 April 28,1999 Branching Out,Inc. ENVIRONMENTAL ENGINEERING /CONSTRUCTION Mr.David K.Goodin EngineeringInspector City Of South Miami 6130 Sunset Drive South Miami,Florida 33143 Ph:(305)258-8101 Fpx:(305)258-3812 T= RE:Proposal for Professional Environmental Srunneering and Construction Services • Dear Mr.Goodin: i In accordance with your request,this proposal :s submitted for your consideration andapproval. PURPOSE OF AflREEMRNT /PTMVTPrT rffiftflFTPTTftH j This Proposal provides several options to upgrade-the!existing fuel systematyourpublicworks location.! Option 1: Tasks:Upgradethe Evlfltlnp System with Mow Sumns.Pans and Monitoring System as per nr.P fflc,*j?--»61 land derm Chapter 24 \ Contractor Shall: 1.Provide and submit engineering,design arid drawings.Use best efforts to obtain .air required permits from applicable agencies.! 2.Providealllaborandmaterialsto cut.;and jack hammer concrete tankpadand dispenser islandas required. 3.Purchaseand install one .1)new irodcla:dispenser pan.Purchaseand install newmodulartank sump. Re-route existing electn.cal andpullnewwires through existing conduit tor new leak ietector. City of South Miami Page -2- 4.Purchase and install new 2 point leak sensor complete with alarm console mounted on buildi-g wall.* 5.Perform soil boring collect:soil samples anid provide and submit Closure Report signed and sjealed by Environmental Chemist and Professional Engineer as required by DERM and DEP.| 6.Purge system and perform tightness 'test as required.! i Option 1 Lump Sum Price [.$13,345♦This sum includes review fees and permitting fees"required"by DERM and Dade County.f Please Note:\ 1)Should Client wish one new single product dual hbse stage II dispenser with one year local service agreement can be installed for an additional i.$7,289. 2)Should Client wish one new 2"fiberglass vapcj>r return $6,783.linecanbeinstalledforandadditional 3)The above proposal assumes that existing electrical conduit en be used to pull new wires as requiredl.Should this notbethe case,then an additional conduit willbe required as an extra to the Contract for an additional L..$1900. iOption2:j ! i i Task l;Pnrrha*e and Tnstall nne (})2.000 Gallon CarV/mlt AfrQYggrn»nri Fuel TankandDispensing System.Remove Or.e Underground Fuel Tank anrt nerform Tank tonsure AL^e^menf A«rATHroH | i Task 2:Provide andInstall Fnel -)])^^i Contractor Shall;i 1.Provideandsubmit engineering,dedign and drawings.! | 2.Pour concrete slab complete with footers land rebar as required. City of South Miami Page -3- 3.Purchase and install one (1)2,000 gallon UL#2085 ConVault concrete vaulted 2hourfirerated ballistic and impact resistant aboveground1fuel oil storage tankand fueling system asper NFPA 30, 30A,ANSI B31.1 and FAC17-762. 4.Purchase and install gauging system,!integral piping,valves,electrical and fillrite sidi mounted dispenser system with Phoenix Fleet Key cird. 5.Purge system and perform pressure test as required. Task 2:Removal and Disposal of Underground Fuel oy.Tanft Cont.rflrcr.ng Shall;' 1.Submit all drawings and use best efforts j:o obtain permits as required.\ 2.Removeone (1)underground fuel oil tank,from the parking lot drive way which shallbe manifested and disposed of in accordance with local,state and federal requirements.! _i 3.Cap off,remove or re-route underground oil lines asrequiredin accordance withgood engineering practices,NFPA 30,ANSI B31.1,FAC-17-761:and FAC- 17-762.; I 4.Install and sample temporary monitoring!wellas required by DEP and DERM.! 5.Backfill togradewith clean fill and replace concrete.! In addition our staff chemist will perform soil screening as requiredduringexcavation activities utilizing!a Heath Consultants,Flame Ionization Detector (FID;Porta FID II as per the Branching Out,Inc.Generic Quality Assuranc|s Plan on file with the Florida Department of Environmental Regulation (FDER).This report will be submitted to DERM as required. City of South Miami Page -4- Please note:1)If additional excavation is required due to unknown or hidden conditions to remove contaminated soil,it will be invoiced as an extra to the Contract at $lt3.00 per ton,for excavating and stock piling on visquine. 2)If pumpable liquids remain in the tanks, it shall be invoiced asan extra to the contractat$.89pergallon.\ 3)If sludge is found in the tanks,)it will be invoiced as an extra to the contract at $5.92 per gallon. Task 3:Tank Closure As«»flflment Report Contractor Shall; Following the underground tank removal,a Tank Closure Report as required byFlorida Administrative Code (F.A.C.)17-761and DERM chapter 24willbe compiled and submitted toCLIENT. Thisreportwilldescribeanddocumenttheconditionsobserved during tank removal activities andwill include tank inspection forms. I Option 2 Lump Sum Price $5^,750.00 *This sum includes review fees and permitting fees require^by DERM and Dade County.j II flffinram ; i CONSULTANT anticipates commencing field work withii fifteen (15)working days after receiving written authorisation to proceed.The tank removal should he completed within forty five (45)workingdaysaftertheprojectstartdatepending plan approval. Shouldyouhaveany questions or require additional information, please contact roe at (305)258-8101.\ VeryTruly Yours,| '?*/.&<+£-/*<-' M.S.Burchell Branching Out,Inc. Environmental Engineering &Construction 23300 5.W.134 Avenue Miami,Horlda 33032 April 28,1999 Branching Out,Inc. ENVIRONMENTAL ENGINEERING /CONSTRUCTICN Mr.David K.Goodin Engineering Inspector City Of South Miami 6130 Sunset Drive South Miami,Florida 33143 Ph:(305)258-8101 Fpx:(305)258-3812 RE:Proposal for Professional Environmental £runneerinq and Construction Services : i Dear Mr.Goodin: i In accordance with your request,this proposal :s .submitted fcr your consideration andapproval. i i I PURPOSE QF AGREEMENT /PP^.T^CT DEgCRjpTTQH i This Proposal provides several options to upgxacta rhe existing fuel systematyourpublicworks location. Option 1: Tasks:UParade the Existing fiY--i-Pni wfh Kia fumps.Pars and Monitoring .System as ppr p^p p^&2z2£l and DERM Contractor Shall: 1.Provide and submit engineering,design and drawings.Use oest efforts to obtain all required permits from applicable agencies. 2.Provide all labor and materials to cut:and :ack hammer concrete tank pad and dispenser island as required. 3.Purchase and install one ,1)new rrodula:dispenser pan.Purchase and install new modular tank'sump. Re-route existing electr:.ca.and pull new wires through existing conduit lior new leak,detector. mmmmmmgmmmim City of South Miami Page-2-y 4.Purchase and install new 2 point Leak sensor complete with alarm console mounted on wall. building 5.Perform soil boring collect:soil samoles and provide and submit Closure Report signed*and sealed by Environmental Cheirust and Professional Engineer as required by DERM and DEP.f 6.Purge system and perform tightness itest as required.\ Option 1 Lump Sum Price •#$13 345 ♦This sum includes review fees and permitting fees"required"by DERM andDadeCounty.i Please Note:, 1)Should Client wish one new single product dual hpse stage II dispenser with one year local service agreement can te installed for an additional i.$7,299. 2)Should Client wish one new 2"fiberglass vapor return line can be installed for and additional T..$6,789. i 3)The above proposal assumes that existing electrical conduit en be used to pull new wires as requiredj.Should this not be the case,then an additional conduit will be requiredasanextratotheContract for an additional L..$1900. Option 2: Task l:Purnha:sft and Install One (l;2.000 Gallon r.nrVMiit AbQVftrnrnnnri—Fuel Tar.k and Dlfii;>ensinq svs^n.R^^n~e Underaronnd Fuel Tank-and perform Tank fVasurP AjssP£STn»nf as rpfr.ilrprt , TasK 2:Provide anri Tr.fltall Fnr>'fM )-ar>fr Contractor Shall? 1.Provide and submit engineering,design and drawings. 2.Pourconcreteslabcompletewithfootersand rebar as required. City of South Miami Page -3- 3.Purchase and install one (1)2,000 gallon UL#2085 ConVault concrete vaulted 2 hour fijfe rated ballistic and impact resistant aboveground fuel oil storage tank and fueling system as per NFPA 30, 30A,ANSI B31.1 and FAC17-762. 4.Purchase and install gauging system,'integral piping,valves,electrical and fillrite side mounted dispenser system with Phoenix Fleet Key Card. 5. i Purge system and perform pressure test as required. Task 2:Remny*1 flnd Disposal of UnrlirrrrrMinH r,„o r>^Tflfilf i Contractor ^Vi.I l. 2. 3. 4. 5. Submit all drawings and use best efforts %o obtain permits as required.i Remove one (1)underground fuel oil tank,from the parking lot drive way which shall be manifested and disposedofin accordance with local,state and federal requirements.I Cap off,remove or re-route underground oil lines as required in accordance with aood engineering practices,NFPA 30,ANSIB31.1,FAC-37-761:and FAC- 17-762. i Install and sample temporary monitoring;well as required byDEP and DERM.! Backfill to grade with clean fill and-replace concrete. In addition our staff chemist will perform soil screening as required during excavation activities utilizing a Heath Consultants,Flame Ionization Detector (FID)Por-a FID II as perthe Branching Out,Inc.GenericQualityAssurance Plan on file with the Florida Department of Environmental Regulation (FDER).This report will be submitted to DERM as required. City of South Miami Page -4- ! Please note:1)If additional excavation is requiired due to unknown or hidden conditions t|o remove contaminated soil,it will be invoiced as an extra to the Contract,at $lf3.00 per ton,for excavating and stock piiiing on visquine.j 2)If pumpable liquids remain inthetanks, it shall be invoiced as an extra to the contract at $.89 per gallon.j 3)If sludge is found in the tanks, be invoiced as an extra to the at $5.92 per gallon. Task 3:Tank Clownr*Ass^flment Report Contractor Shall; it Will contract Following the underground tank removal,a Tank Closure Report as required byFlorida Administrative Code (F.A.C.)17-761 and DERM chapter 24 will be compiled and submitted toj CLIENT. This report will describe and document the conditionsiobserved during tank removal activities and will incl'ide tank inspection forms.j Option 2 Lump Sum Price $5i,750.00 *This sum includes review fees and permitting fees required by DERM and Dade County. IX flCCTPIM CONSULTANT anticipates commencing field work witnic fifteen (15)working daysafter receiving written authorization to proceed.Thetank removal shouldbecompletedwithinforty five (45)working days after the project start date pending plan approval.! i Should you have any questions or require additional information, please contact meat (305)258-8101.! Very Truly Yours, 4*/{L*£-#^ M.S.Burchell Branching Out,Inc. Environmental Engineering &Construction City of Homestead 790 N.Homestead Blvd. Homestead,Florida 33030-6299 Phone:(305)247-1801 .Fax:(305)246-3244 nmaiAsr or Dint wo. Illliil f OAIF 990624 12/22/1998 VENDOR NUMBER:7943 k**!"?*"°wouomc DOT,MUJT Am AA C*I KVOCagggNfl MH*»AM?COMESXXCXNa. BRANCHING CUT,INC 7420 SW 34 ST MIAMI FL 33155 PAGE CITY CF HOMESTEAD PUBLIC WORKS/FLEtT 350 SE 6AVE HOMESTEAD ^L 33030 REQUISITION BUYFR 0000050 ,KD NET ITFM STOCK NO NO SHIPMENTS ACCEPTED MONDAY THRU FRIDAY 7:30 AM.-1t30 A.M. IFRMS ACCOUNT WJMIlf-R QUANTITY U M Uf-SCRIP MOM THIS BID ISIN ACCORDANCE WITH THE INVITATION TO BID,GENERAL AND SPECIAL CONDITIONS,MINIMUM SPECIFICATIONS,AND YOUR BID ALL ATTACHED AND MAD' PART OF THIS AWARD * BID#9910U COUNCIL APPROVED 12/21/98 PLEASE CONTACT MR CHUCK JACKSON 0305/247-180]-'07 TOCOORDINATE THIS PROJECT. SHIP VIA TOTAL AMOUNT 947 235 55050405193467 l.QO EA PURCHASE,REPLACEMENT AND INSTALLATION OF (2)TWO DUAL N02ZLE GAS DISPENSERS FOR FLEET MAINTNEANCE DIVISIONS OF THE PUBLIC WORKS DEPARTMENT OF T«E CITY OF HOMESTEAD. 33488^0000 38488.00 REQUESTING DIPAATMfMT FLEET rs«CITV O*HOMMTUD a £Xf MTT Irom FIO€AaA.DON TAXES L STATE SAUS *USS tax Whwi mooti \mi tcOMl imctM mm wm <jrom pnca.m/rourt oi tuu rm poo*.m«t»«ji =«v4cal»«m a*KrM 0*rir»—ftM A***and U.Tax C*r*te*»Mo.Z3XK-374W9-64C Al *r# 3i DUtraaa iuu*lat«*Tu U»"X><no ?3-0*-MM1.*4 PoMfal Im*m Taj No.»*-7»-O0l4 «; »-W*r Timoanaaon Tm £x*r»oon W»ar»•wti from Property Tranaoomoon Tax.INnr^ «•«»•nowno Th«Cr»of Hmimiim M Cawianaa.«ara icmllW «a Ciirw at proofor anarono"CONS OMOA mnww una 'or taa tc*laMura to stow.T>»o Ctty 0<mwUHW U StDrr*Ma-tna«g«J«fv 0«u Um tor MMKim touro on 0*eurrwrn FVytoa Tojoc Suenttnci Un. ^5^^ PURC>«.A$ir.»fV/5,.- ORIGINAL •VENDOR /WHITE •PURCHASING /CANARY -F'NANCE /BL 384R8.00 City of Parkland 6S00 Parkskto Drrv* Parkland.Florida 33067 Tel.(954)753-5040 FAX(954)341-5181 TAX 1.0.i163S19694«S4C PURCHASE ORDER f DATE oate PEauiREpjBJHiJHggHTjp PAGE 009699 02/04/99 00/QQ/OP ^. BRANCHING OUT,INC. 23300 S.W.143TH STREET MIAMI FL 33032 SHIP VIA F.OB TERMS VENDOR NO.: ORDERED BY: P.O.TYPE REO NO. OUAMT1TY-OE'JCRIPTTOM 000 EACH •"'4 -.H .t 1 FUEL OISP INSTALL NEW SCO GALLON DIESEL STORAGE TANK PER QUOTE ATTACHED 001-600.440-5O6.217 TERMS anO CONDITIONS: OUP OROEP SUWBSR MUST APPEAR ON ALU INVOICES PACKAGES.ETC. PLEAS £NO"!FY US iMMEDlATCLY !FYOUARE „NABLa TO S-lP COMPLETE ORDER BY DATE SPECFIED 1907 PUBLIC WORKS/PARKS DEPARTMENT CITYOF PARKLAND1 $500 PARKSIDE DRIVE PARKLAND FL 33067 JON MATTLIN 6910 "J UNIT PRICP. 4.3S5.0000 i i 4,355.00 Total:I fOTAL COST 4355.00 4,355.00 V- PLEASE SEf\C S%> INVOICE WITH ATTEN-IOS BY TnJWw.s v.c'MLi'11 COPIES OF vCUR SILL CF LADING ME NT ve».0O*>w*'t <,uM6BC.r?_ow *.«»•*»».. City of South Miami h I 30 .Sunset Dnv<.\South Miami.Florida 33143 TO: CITY OF SOUTH MIAMI PUBLIC WORKS DEPARTMENT MEMORANDUM Charles D.Scurr City Manager • via:Fernando J.Rodri PublicWorks Director v David K.G^m-^^ IEngineering TiTspectory DATE:April 29,Mm FROM:SUBJECT:Pendinu HI'I^M i.;„rorLV,m.nl Upgradesto C'itv Hall I'ST I have received a proposal for the underground storaae tank Him •*,. scvcrnhLnicipE "Chlng °Ut ^'COnSU"am wUh ">»«™«^i.K VIM and In brief,ouroptions are as follows: I) 2) 3) Minimum upgrades:$13,345 Min.upgrades plus new dispenser:$20\634 Install new above ground system:$51.750 (not recommended) (recommended) (not recommended) The minimum upgrades include installing double-walled nininir <i n,™i l i saon aBrss^ro^miLum -r2 %%^*&&z?>%z•^^S^tfflKK^to ,he—«"*»»*•° With the minimum upgrades,the tank system will be in comoliance un.il ->nno utheageandpoorconditionofthecurremdispense,Option 2is!recommended '^'° ^2^£Z&rZ^E*SZtt adVantageS-^n°'—^•«»«-Incapacitytank(the latest w^hav]!°tl ^"T^"l"known "the 2-000 8""°"enough for the long te™*°Ut reconfi*™8 «•*parking lot)may not be large Cityof Pleasant Livina' /continued .Charles I).Scurr City Hall UST Upgrades April 29,1999 Page 2 of 2 A key issue is how to fund the necessary repairs -do we use a Police ncashreserve?y v uo wc USL a l 0|,LC Department account or the Please advise us on how to proceed. cc:Subrata Basu,ACM /Planning Director Earl Gallop,City Attorney Hakeem Oshikoya,Finance Director Cokes Watson,Police Chief METROPOLITAN DADECOUNTY,FLORIDA METROOADE Fernando J.Rodriguez,Director Public Works Department City of South Miami 6130 Sunset Drive South Miami,Florida 33130-1540 April 30,1999 &BUA ENVIRONMENTAL RESOURCES MANAGEMENT ENFORCEMENT SECTION 33 SOUTHWEST 2nd AVENUE SUITE 1100 MIAMI.FLORIDA 33130-1540 (305)372-6902 CERTIFIED MAIL NO.P343639052 RETURN RECEIPT REQUESTED Re:City of South Miami City Hall,(UT-2046/8289),located at,near or in the vicinity of 6130 SW 72"Street,South Miami,Miami-Dade County,Florida. DearMr.Rodriguez: The Department of Environmental Resources Management (DERM)is in receipt of your April 15,1999 correspondence requesting that enforcement activity relating to the above- referenced site be withheld for a period of sixty (60)days.The April 12th 1999 Notice of Violation (NOV)was issued for failure to meet upgrading requirements as set forth in Chapter 62-761 or the Florida Administrative Code (FAC).Unfortunately DERM does not have the legal authority to grant an extension of time in order to comply with the provisions of the FAC. The options available to the City of South Miami (City)to achieve compliance are listed in the above-mentioned NOV (copy attached).If the City elects to enter into an administrative Consent Agreement with DERM,this agreement will include penalties (in- kind services),establish timeframes for bringing the facility into compliance and allow uninterrupted use of the fueling system. of Z S^JSS&SF"***"^^""^""Enf°rcement SeC,ion Pc:James Ferro,DERM Sincerely, Mark J.Pettit Code Enforcement Officer II Enforcement Division i City of South Miami 6130 Sunset Drive.South Miami.Florida 33 143 April 15.1999 Mr.Mark J.Pcttit Dl-RM Code Enforcement Officer 33 SW 2nd Avenue.Suite 1100 Miami.11 33130-1540 Re:Notice of Storage Tank Violations,dated 4-12-99 City of South Miami City Hall (UT-2046 /8289)6130 SW 72nd Street,South Miami.FL Dear Mr.Pcttit: IEnvironmental protection is of great concern for the City of South Miami,and we have striven u> take ail appropriate actions to preserve environmental quality,including as you may know nerlormmg a great number of activities pursuant to the National Pollutant Discharge IUimination System (NPDHS).With regard to the storage tank violations,we have made progress to resolve the reported deficiencies,including having the system inspected by Bagwell Fuuipment Company,andalsoby AB2MT Consultants.Inc. However,as you well know,the City does not have the authoritv to disburse public funds without observing numerous public safeguards such as developing a "Rl-P"advertisin»for competitive bids,having City Commission approval,obtaining purchase orders,etc.This is a necessary but time-consuming process -the City has not forgotten about the required upurades lorthe dispenser.'- w^TnM °f th*ove™dinS "safeSuard"duty with respect to public funds,we ask that vouwithholdanyadditionalenforcementactivityforaperiodofsixty(60)days.This will allow'the City to select a contractor for the required work.As the City of South Miami and DERM are partners with respect to environmental protection,we hope that you will favorably consider this Venurulv vours*-' :ernando J.Roariguez Public Works Director cc:Charles D.Scurr,City Manager David K.Goodin.Engineering Inspector "CityofPleasantLivina' METROPOLITAN DADE COUNTY,FLORIDA ENVIRONMENTAL RESOURCES MANAGEMENT ENFORCEMENT SECTION 33 SOUTHWEST 2nd AVENUE SUITE 1100 MIAMI,FLORIDA33130-1540 (305)372-6902 Mr.Fernando J.Rodriguez,Director City of South Miami Public Works 4795 S.W.75,h Avenue Miami,Florida 33155 April12,1999 CERTIFIED MAIL NO.Z280510770 RETURN RECEIPT REQUESTED Re:City of South Miami City Hall,(UT-2046/8289),located at,near,or in the vicinity of 6130 S.W. 72nd Street,South Miami,Miami-Dade County,Florida. Dear Mr.Rodriguez: Please refer to the enclosed letters dated February 6,1997 and June 4,1998. On March 25,1999,a representative of this Department performed a routine compliance inspection at the above referenced facility and confirmed that the underground storage tank system on site fails to meet the upgrading requirements as set forth in Chapter 62-761 of the Florida Administrative Code (F.AC).Specifically,the storage tank system lacks the required dispenser liner beneath the fuel dispenser.Furthermore,any short lengths of metal piping (i.e.metal joints or connectors)must be rendered free of contact with soil/backfill.Be advised that it is the responsibility of the facility owner or operator to ensure that all systems meet performance standards of Chapter 62-761 F.A.C.These requirements weretobemetby December 31,1998. Based on the above and pursuant Chapter 24,Miami-Dade County Environmental Protection Ordinance, the following is required: 1. 2. Immediately upon of receipt of this Notice,take the steps necessary to place the subject underground storage tank systems out of service and notify this Department per Chapter 62-761 F.A.C.requirements.Storage tank systems placed out of service must be permanently closedbyDecember31,1999. or Immediately upon receipt of this Notice,submit to this Department certification that the underground storage tank system currently in use at your facility is in compliance with Chapter 62-761 F.A.C. •*• Mr.Rodriguez (UT-2046) Page2 i^X^StZ ilCaar ?Miami-°ade C°Umy *"*»»-**-*»consent agreement L,S S^'^Sy^^S^,^^***«.TheofthisDepartment's administrative costs and civil pena"^*^mphance,re.mbursement Sto^S^»«'*~«*—*p.ease contact Mark J.Pe6it Code Enforcement Officer II EnforcementDivision Enclosures pc:Charles C.Scurr (w/attachments)