Loading...
HomeMy WebLinkAbout2nd Amendment/Extension 05/11/2014AMY NEAVILIN, CPA CLERK OF CIRCUIT COURT & COMPTROLLER MONROE COUNTY, FLORIDA DATE: June 24, 2014 TO: Dent Pierce, Director Public Works Division ATTN. Beth Leto FROM: Vitia Fernandez, D. C At the May 21, 2014, Board of C Inty Commissioner's meeting the Board granted approval and execution of Item C30 Waive bidding procedures under the solid waste service exemption and enter into an agreement with Sweetwater Environmental for the transfer, storage, treatment, transportation and disposal of sludge /septage generated within Monroe County. Enclosed is a duplicate original executed on behalf of Monroe County, for your handling. Should you have any questions, please feel free to contact me. cc: County Attorney Finance File 500 Whitehead Street Suite 101, PO Box 1980, Key West, FL 33040 Phone: 305 - 295 -3130 Fax: 305 - 295 -3663 3117 Overseas Highway, Marathon, FL 33050 Phone: 305- 289 -6027 Fax: 305 - 289 -6025 88820 Overseas Highway, Plantation Key, FL 33070 Phone: 852 -7145 Fax: 305- 852 -7146 o w AMENDMENT AND EXTENSION OF AGREEMENT FOR THE TRANSFER, COLLECTION, STORAGE, TREATMENT, TRANSPORATION, AND DISPOSAL OF SLUDGE /SE PTAGE GENERATED WITHIN MONROE COUNTY THIS AMENDMENT AND EXTENSION is entered into this 21 day of May 2014, between the Board of County Commissioners of Monroe County, Florida, a political subdivision of the State of Florida (County) and Sweetwater environmental, Inc. (Contractors). WHEREAS, the parties entered into an agreement dated May 19, 2004, for the transfer, collection, storage, treatment, transportation, and disposal of sludge /septage generated within Monroe County; and WHEREAS, due to the changes in County policies and centralized sewer systems being put in place, the amount of sludge /septage being brought to the County's transfer stations has dropped from approximately 2,000,000 gallons to approximately 500,00 gallons; and WHEREAS, while the flow rates have decreased, the County still has a need for the services until all centralized sewer systems in Monroe County are completed and properties are connected ; and WHEREAS, the agreement between the parties is due to expire on June 30, 2014; and WHEREAS, the parties have negotiated a monthly maintenance fee to keep the sites in proper working order and a cost estimate for repairs /upgrades needed at the Cudjoe and Long Key sites; NOW THEREFORE IN CONSIDERATION OF the mutual promises contained herein, the parties agree as follows: 1. Section I of the Agreement is hereby amended to read as follows: TERM OF AGREEMENT: This agreement shall be for a two (2) year period beginning July 1, 2014 and ending at 12:00 midnight on June 30, 2016. The term of this agreement may be extended upon written agreement by the parties. 2. Section II of the Agreement is hereby amended to add the following: The COUNTY shall pay the CONTRACTOR a monthly maintenance fee of One Thousand Eight Hundred Dollars and Zero Cents ($1800.00) on a per month in arrears basis for keeping the sites in proper working order. The COUNTY shall pay the CONTRACTOR for repairs and upgrades at the Cudjoe and Long Key sites as set forth in the Proposal, attached hereto and incorporated by reference. The estimated cost for the repairs /upgrades at Cudjoe Key site is Thirty -two Thousand Two Hundred dollars and Zero Cents ($32,200.00). The estimates cost for the repairs /upgrades at the Long Key site is Twenty -Two Thousand Six Hundred Dollars and Zero Cents ($22,600) 3. Section III of the agreement SCOPE OF SERVICES is hereby amended to add the following: OF The CONTRACTOR agreed to perform repairs /upgrades at the Cudjoe and Long Key Sites as set forth in the Proposal, attached hereto and incorporated by reference. The CONTRACTOR agrees to conduct minor repairs on the Key Largo site at no cost to the COUNTY. The CONTRACTOR agrees to furnish all labor, parts and equipment to complete the repairs /upgrades. The COUNTY intends to close Key Largo site for sludge /septage depository before, January 1, 2015 and upon closure the CONTRACTOR shall no longer be required to service this site. The CONTRACTOR shall remove all equipment at the Key Largo site upon closure and shall removal all equipment at the Cudjoe and Long Key Sites prior to expiration of this Agreement and in coordination with the COUNTY. C 3 _ z or c � o 4. Section XI of the agreement is hereby amended to add the following:? - � ocs c� CD Pursuant to F.S. 119.0701, Contractor and its subcontractors shall comply wiA.11 pub(I records laws of the State of Florida, including but not limited to: rn J (a) Keep and maintain public records that ordinarily and necessarily would die requirdrby Monroe County in order to perform the service. (b) Provide the public with access to public records on the terms and conditions that Monroe County would provide the records and at a cost that does not exceed the cost provided in Florida Statutes, Chapter 119 or as otherwise provided by law. (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. (d) Meet all requirements for retaining public records and transfer, at no cost, to Monroe County all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to Monroe County in a format that is compatible with the information technology systems of Monroe County. In all other respects, the original agreement between the parties dated May 19, 2004, as amended on June 16, 2004 and renewed on June 17 2009 not inconsistent herewith, shall remain in full force and effect. a. BOARD OF COUNTY COMMISSIONERS 4eputy eavilin OF MONROE COUNTY, FLORIDA By: Clerk M Syl 'a Murphy .Y (Seal) SWEETWATER ENVIRONMENTAL, INC. Attest: By: MUNHUE ATT RNEY APPROVED AS TO FORM: CHRISTINE M. LIMBERT- BARROWS ASSIS ' T C �j O Uu NTY ATTORNEY Date �4- By: J4 - F44�� Spence Steadman, VP /General Manager