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)