HomeMy WebLinkAboutAmendment No. 1 to the PSA between the CMB and Adventure Environmental, Inc. Pursuant to RFP 2024-060-DF for Waterway Cleanup and Debris Removal � Docusign Envelope ID:1 DDABA26-2666-44B9-A3DF-101052DD725C
Docusign Envelope ID:6B051A70-630A-4753-AB8C-D3A103C9F379
�
� AMENDMENT NU. 1 �
j 7'(�THE PRQFESSIONAL SERVICES AGREEMEN7
' BETWEEN
TME CITY�F' MIAMI BEACH, FLORIDA
AND
ADVENTURE ENVIRONMEN7AL, ING.
PURSUANT T4 RFP 2d24-060- DF
FOR WATERWAY CLEANUP ANp DEBRIS REMOVAL
8/15I2025�1:06 EDT
This Amendment Na. 1 ("Amendment")to the Professional Services Agreement("AgreemenY'},
dated July 26, 2024 by and between the City of Miami Beach, Florida, a municipal corparation
organized and existing under the laws of the 5tate of Florida, i�aving its principal place of
business at 1700 Canventipn Center Drive, Miami Beach, Flarida 33139 ("City"), and
Adventure Environrnental, Inc,, a Florida �orporation, whose address is 160 Georgia Avenue,
Tavernier, Florida 33070("Contractar").
RECITALS
WHEREAS, on August 5, 2024, the Gity and Contractor (collectively, the "parties")
executed the Agreement pursuant to RFP 2024-060-DF, for Waterway Cleanup and Debris
Removal, f�r an initial term of three(3)years with one (1)two-year renewal term;
WHEREAS,an April 23,2025,the City Commission adopted Resolution Na. 2025-33596,
authorizing the City to execute Amendment No, 1 to the Agreement, increasing the level of
service, expanding waterway cleanup fram (3) to five (5) days per week for all waten�vays
alternating North and South Beach and to include organic material such as coconuts, floating
, seaweed, and grass clippings;
WHEREAS, the Admir�istration and Contractor have reviewed current service demands
and operational capacity, and mutually agree that expanding the scope of services and
adjusting the compensatian accardingly is in the best interest of the City; and
WHEREAS, the expanded scape of services includes the following enhancements: (1)
providing waterway cleanup s�rvices five (5) days per week, alternating between Narth and
South Beach, for inorganic materials; (2} removing all materials, including organic debris such
as coconuts, floating seaweed, and grass ciippings, from t_ake Pancoast on each service day
at that lacation; (3) responding ta and removing reported debris, whether organic or inorganic,
based an resident compiaints; and (4) adding ane (1) additional cieanup day per week,
aiternating weekly between North and South Beach, to include the removal of both organic and
inorganic materials regardless of complaint or location.
NUW THEf2EFORE, in consideration of the mutual promises and conditions contained
herein, and other good and valuable considerations, the sufficiency of which is hereby
acknawiedged, the City and Contractor hereby agree to amend the /�greement as follows:
1. ABOVE RECITALS.
The above recitals are true and correct and are incorporated as part of this Amendment.
2. MOQIFICA710NS.
The Agreement is hereby modified (deleted items struck through and insertad items
underlined) as failows:
� Docusign Envelope ID: 1 DDABA26-2666-44B9-A3DF-101052DD725C
Docusign Envelope ID:6B051A70-630A-4753-AB8GD3A103C9F379
(a) Exhibit B of the Agrearnent (COST PR�POSAL) is hereby deleted in its
entirety and replaced with the Revised Exhibit B, attached hereto and
incorporated herein.
(b) Section 3.13.1 of Exhibit A ta the Agreement is hereby amended to read as
foilows:
3.13.1 Monthly 5ervice Rate-Monthiy rate inciudes a minimum af N�rBe-{�-}
five 5 service days per week for all waterways-wtk}Isl�-+s-+��E+s�ve-a€
alternafinq North and South Beach. ' s-�.-�-4-a►ad--3:1�;
�#�e-L�r�i---�r2�+eas�;�--�e��es#+vey�--fer-�qe--�+t�a��#ed-#req�+e�r#
ar�d-sche��+le-€ar-a�l�a#e��ys.
Specifications for schedule and frequenev are as follows:
• Alternating da�s between North and South fiv�5 da s per week
for inorqanics anl�includinq resident complaints.
• Lake Pancoast- orqanics and +norq�nics to be removed on each
visit „�er week�iath run- estimated 10 times per month),
includina resident complaints
• Or anics are remaved one(1)day qerweek,alternating.,North and
South.
3. RATIFICATION.
Except as amended herein, all other terms and conditions of fhe Agreement shall
remain unchanged and in full farce and effect. In the event there is a conflict between
the provisions of this Amendment and the Agreement, the provisions of this
Amendment shali govern.
[Tf-�E REMAINDER OF THIS PAGE IS INTENTIONALLY LEFT BLANK�
F'age 2 of 4
Docusign Envelope ID: 1DDABA26-2666-4469-A3DF-101052DD725C
Docusign Envelope ID:6B051A70-630A-4753-ABSC-D3A103C9F379
IN WITNESS WHEREt�F, the parties hereto have caused this Amendment ta be
executed by tf�eir appropriate officials, as of the date first entered above.
FOR CITY: CITY OF MIAMI BEACN, FLORIDA
ATTEST:
DocuSigned by: /� .
��, ��.�.e � _ _
- --- -_.
gv� --- AB B �F__________.__..----_ �`C �
afae� �°.�'Uranada, City Clerk Eric T. Carpen er, P.E., City Manager
8/15/2025�1:06 EDT
Date------__..�_..__�_,_—
FOR C(3NTRACTOR: ADVENTURE ENVIRONMENTAL, INC.
ATTEST:
��� �Siyned by: Signed 6y:
�'=FB.kB99U���-._._..._,_....._"_._. � ����L _�......_..._".____.._.._-.._.. —
5ecretary President
Kelly Gracie �reg Tolpin
..._ ----------------
Print Name Print Name
7/10/2025 I 4:14 PM EDT
_ �. __..._ -------------
DatP,
APPROVED AS TO
FORM & L.ANGUAGE
& FOR EXECUTIC�N
<•
s� ���?�lt�::. �;(.����
,�,�ityAttamey ���:'���` Date
Page 3 of 4
� Docusign Envelope ID: 1DDABA26-2666-4469-A3DF-101052DD725C
Docusign Envelope ID:6B051A70-630A-4753-AB8C-D3A103C9F379
� REVISED EXHIBIT B
� COST PROPOSAL
;
i
' CONTRACT No. 24-060-01
�,+i,>s i 1r,j ��' ,r x r�.�...: u,,� c,, y 7^",.P'
fl��C�..�'��/,vd«'��,�'��,$. D� yy�• �j ur�� Sti'..���.�i'` P��3"<'sj�'r r '
c���� r' „y'�j���,5,�y�' �� ���� �•
'Tif� '�ii t'��`.��lYS�'S^ Fi.�;� i " y� i �
�f.
��� �„ �f �f��;, ;,f� y � f�`� i'�.� �f � .�.
`� . " . ,J}�, ��r , .�_ .. <. . �, . .,.�
'� '�,'�; �.'i��`;: , ;:���I i .�: i{r „ �� �
1 � Maintenance-North � `,�months ' $21,000.00 Monthly $252,000 UU
__ ___ ___ __
- - ___- - ---- - -- ---- -___ _ _
� 2 Monthly Service Rate for Waterway 12 months $21,000.00 Monthly $252,Oa0.00
Ma�ntenance-South
1.3 Additional Day Rate 10 days $2,000.00 Daily $20,000.00
_ _.. .._._ ------------
---- --- - ---. ._ _ ---
_._ _..
! 1 � � Sr���?Run Fl.�t F��� 5 runs �� $?OOp Of1 Rt;n � $10,000,00
� � �
, . . ___-- _.._._._...
,
• , -• � . . � . . $534,000.00
, , . ,
r ;�,w.v����wt������.��� ��.Zl�d°,'.`�.?� Ik41!���i��7j���j.F !k1�.�.G.%2. ,������.'�i�'�i�
` x .¢ .�ro:`'c,'f s ' ���;,'tf �r '"��^ , ' r:' ���^�J` f.>;��,; �
i� . p,�m ,f ��
�
"� q� �t�� � � �J lt; r �1���,% :'sr� -
° � /i ' r jy�, ra�� h "s.
l � ,/x%„ s�y,rx� v .'
. ,.,��.../�'��� ���::� N%.... ,� .�:- .- •«�
2,1 Emergency Response Daily Rate � 10 days $2,500.00 Uaily $25,000.00
_--�- _. _,_._...__ - - _ _ __.....__---------- ----------_ ---
� Collection and pisposal oi Vegetative Debris �
2.2 ; Includes new cleanliness standard of all o anics �5'p� $25.00 Cubic Yartl
� � cubic yards �375,000.00
(large and small)being r�moved)
2.3 ' Collection and Disposal of Qther Debris 5,000 $0.00 Cu6ic Yard $0.00
cubic yards
• � •• • . . • � $400,000.00
__
__ — ----�
� � � �� �� � � � $934,000.00
: . . . � . � . • - • .,� .
I'aye 4 of 4
. � 1� ?� -3��LC�
Docusign Envelope ID: 1DDABA26-266B-44B9-A3DF-101052DD725C '1 O� ��� �� C ��
���� �
Docusign Envelope ID:6B051A70-630A-4753-ABSGD3A103C9F379
lvIIAMI BEA�H y � . :
j�Ik���9� "� y �,"���d�inf'f,'J{r.!.!�,.'"�^t�..'pf�L%+3;�..; �.��,��� w�:�-.
'y �i , S �� t g , � . :
,
',i YS / l f, {r/� �f.��it//, �SFA:,�� ,`.�!'Y.t�
2024-060-01 Waterway Cleanup and Debris Removal
,�,,�`.�.�,�",�1 '% r.. ��,
��f �
Adventure Environmentai,Inc. Environmental and Sustainability
{ I _ - _
J�1.r��.� � a.�. ��� .. .. � _ n r w�'.. � _.. ./���'�
Amy Knowles� � v^wr,.Ac S 8/11/2025� 2:38 EDT David Martinez �l. �
----_ �______�__.�_�_,__ ____-- _._ .
-- --- —- ,
. . . . . l __. � 'fY%�
x Type 1—Contract,Amendment,change order,or task order resu�ting from a procurement-lssued competitive solici[ation.
Type 2—C�thcr contract,Amendn�ient,change order,or task order not resulting from a pror,urement-Issued rompetltrve solicitation.
Type 3—Independent Contractor Agreement(ICA) Type 6—Tenant Agreement
Type 4—Grant agreements with the City as the recipient Type 7—inter-governmental agency agreement
Type 5—Grant agreements with the City as the grantor Type 8—Other:
�..'^'�'-�;i' � r r;� . �
�yl S /y
On August 5,2024,the City and Adventure Environmental,Inc.executed a Professional Services Agreement pursuant to RFP
No. 2024-060-DF for Waterway Cleanup and De6ris Removal,establishing a contract term of three(3)years with one two-
year renewal option.
On April 23,2025,the City Commission adopted Resolution No.2025-33596,authorizing the exec�rtion of Amendment No. 1
to the Agreement.This Amendment responds to increased service demands and operational assessments and expands the
scope of services provided initially under the Agreement.Specifically,it increases the frequency of cleanup services from three
(3)to five(5�days per week,alternating between North and South Beach,and broadens the scope to include the removal of
organic debris such as coconuts, floating seaweed, and grass clippings. The level of service increases the cost from
approximately$192,000 to$504,000 annually for routine maintenance.
Additional enhancements under this Amendment include targeted cleanup services at Lake Pancoast on each scheduled visit,
response-based debris removal driven by resident compiaints,and one(1)additional cleanup day per week to address both
organic materiais,regardless of location or complaint status.Amendment No.1 also replaces Exhibit B(Cost Proposal)with a
revised version reflecting updated compensation terms aligned with the expanded scope.The monthly rate and emergency
response rates have been adjusted to reflect the service increase and revised specifications.
The Amendment has been form-app�oved by the City Attorney's Office and execute.d by the Contractor.This item now seeks
the City Manager's signature to finalize execution and authorize implementation of the expanded service provisions pursuant
to Resolution 2025-33596.
fi � ,��y,, Y' �' �`` ....�,� i ;r , r ✓ � ��'! /
_➢�r f/-'
i -, , „,. ,. �,..<.. .... .s- F..., , +r_ _,., �.a . ..•: .,.�, .f,�,a r, �.. „„ .-�..._, : ,. ,F. ,. �., ., ,....
07/26/2Q24-07/25/2027 2(1)year renewals 5 years
--_.___ __.�..._ ___.. .____._ _ _._� �_���. ----_.. --------
a- � , i
- "'�� � � _� _�, _ . � �'�' , . ,�.���i.,�..�. -� .
— --- _._ __
Giant Funded ��Yes No rx LState� �fcderal � � Other I
------ —--- ' --__�_.—:_.__ _�
1 5�09.000 13,-0430-000312-29-413-511-00-00-00 Yes X No
__. -- -- — - — --
1. For contracts longer than five years,contact the Procurement Department.2.Attach any supporting explanation nceded.
3.Budget approval indicates approval for the current fiscal year only.Future years are subject to City Commission approval of
the annual adopted operating budget.
Docusign Envelope ID: 1DDABA26-266B-44B9-A3DF-101052DD725C
Docusign Envelope ID:6B051A70-630A-4753-AB8C-D3A103C9F379
��.. U��, � � ,�. J„�?`�`;��, 'i..f�� � !/�i.ff,� %o:3r;;,;;!� � y�?%1,s�r .��x
, „�., , • .. ,,. . ,� � ,
City Commission Approved: X Yes No Resolution No.: CC Agenda Item No.: CC Meeting Date:
2025-33596 C2F 4/23/2025
If no,explain why CC approval is not required:
Legal Form Approved: X Yes No If no,explain below why form approval is not necessary:
Procurement: Grants: N/A
Kristy Bada
g,�„��;,w 7/31/2025�4 1 EDT
Budget: _ "' "� Information N/A
— Technology:
Nicole Nunez �'�
Isadora Gonzalez
Tameka Otto Stewart
�..,....,,
For Tameka O Stewart wd..YA e4��,� 8/6/2025�7:2 DT
_r-,-,...,,.ti.. - --- --
Risk Management: N/A Fleet& N/A
Facilities:
Human Resources: N/A Reviewed By: —»
Monica Garcia Mr
Reviewed By:
Theresa Buigas UT