Loading...
CAT A- LGS- Contract Procurement & Required Provisions ChecklistContract Procurement and Required Provisions Checklist Applicant Name: Category of Work: Project #(s): 2�f 3q _ RFQ, RFD, or ITB #: t141n1 Df 1 i r1.R �ar S �WWZ69k I fro ContractorName(s): �otaK.S i.�� Serv►�tS. Sr�C Date Contract(s)Awarded:rnbCt" - -l� Purpose ofContract(s): 94 ���► � �1 � G7�+ �1 � ' k ��1tf - J Contract Amount(s): `t tezrn . �. Pct -fine PA Reviewer Name: Date Reviewed: Does this contract require further jCFO or PDAT review? Yes ❑ No '❑ SOLICITATION Answers /Comments ❑ Is the solicitation (Request for Proposals [RFP] or Request for Yes Q� rauaiifications [RFQD included in your file? No Q ❑ • Were prospective respondents allowed a reasonable amount time to yes � 'l'it -CUM of respond? No l EYE �t+t' C i( nC?_ ❑ • Does solicitation contain a clear and accurate description of j the technical requirements for the material, product or yes pr I No ❑ services, scope of work (SOW)? ❑ • Specifications may not contain features that unduly restrict competition • Are there unreasonable requirements or unnecessary bonding Yes ❑ experience or excessive requirements? No ©� Li • Are there any "brand name" products specified without "or "? yes L3 also listing equal • Does the solicitation file evidence the following: No Yes • Positive efforts in hiring small- business enterprises to the extent practical? _- _ _e. Positive efforts in hiring minority -owned business No Yes enterprises to the extent practical? No ❑ ❑ Positive efforts in hiring women -owned business Yes Ia_� enterprises to the extent practical? No ❑ ❑ _ • Positive efforts in the utilization of labor surplus I Yes ❑ firms? f No ❑Is _ the publication (advertisement, invitation to bid, etc) yes included in your Me? No ❑ ❑ _ Is a record of respondents that were rejected as not i responsible or not responsive and rejection reasoning Yes ❑ No E included in your file? i Are there an adequate number of responses documented in the file ❑ (two [4 or more for large purchases and three (3l for small pumhases)? Keep Yes t U �P trf a tI �l r Co m ftrl -en records of proposals in your file. Vr�e No a MS V re r- v_ lF at,,c4 rcL d P S k6,4+' As 6ir m-era-+, ED SOLICITATION (CONTINUED) Answers/Comments Are copies of all proposals, to include methodology of Yes evaluation and selection process (e.g., bid summary, tabulation sheet, ® scoring sheet, cost analysis if needed [see COST ANALYSIS ° REQUIRED section on following pages] and recommendation]) included in your file? ❑ I Are there any potential conflicts of interest? Yes ❑ No WHAT IS THE METHOD OF PROCUREMENT? Answers /Comments ❑ Procurement by small purchase ($150,000). Procurement by sealed bids (preferred method for construction Yes ❑ contracts). Contract awarded to the lowest responsive, responsible bidder with a firm -fixed price contract (lump sum No ❑ or unit price). ❑ Procurement by competitive proposals. • If solicitation was for other than 'Architectural and Yes ❑ Engineering (A!E) professional services ", was price included as a selection criteria? No ❑ If solicitation was for AIE services, is a cost analysis included in TNo es ❑ ❑• your file (see COST ANALYSIS REQUIRED section, next page)? p� ® • Does the solicitation clearly outline the scoring criteria and Yes ❑/ h associated weights used for selection? No Cg` m ❑ Procurement by noncompetitive proposals. Yes ❑ ❑ • Is there a justification for the use of this method of procurement included in your file? No ❑ Yes YAP re ue t'loyid a Cot- tt•AGftf br�acE,ed ®• Are intergovernmental agreements and Federal surplus property (if applicable) included in your file? No ❑ SVn« R'6 64 V9- fic 6,(^►A 1 C-Pp MAR 0-1 Fprms TYPES OF CONTRACTS FOR REIMBURSEMENT Answers /Comments ❑ I Lump sum? Yes Z1 No Unit price? Yes r -- No ❑ Vt r hne I knn ® Cost plus a fixed fee? Yes ❑ lNo Lj _ ❑ time and materials contracts: Does it meet all the Yes ❑ requirements? No ❑ PROHIBITED CONTRACTS T Answers /Comments ❑ Cost plus a percentage of cost? (No7 PERmmm) Percentage of Construction Cost? (NOT PERMITTED) Yes ❑ No ❑ No ❑ ❑ Piggyback? (Only permitted under certain circumstances. Elevate Yes ❑ to PDTFL, PAGS and 1BD for guidance.) No ❑ [ofYiYc et�te � BONDING REQUIREMENTS Answers /Comments ❑ Is this a construction or facilities improvement contract that exceeds $150,000? If so: Yes No L j Did the bid response include a 5 % bid bond? Yes ❑ N ❑ • Did the winning contractor execute a performance bond for 100% of the contract? Yes No ❑ ❑ + Did the winning contractor execute a payment bond for 100% of the contract? Yes No ❑ REQUIRED CONTRACT PROVISIONS e Answers /Comments ❑ Does the contract ( >$150,000) contain a provision for administrative I and legal remedies for violation or breach of contract? Yes No if ❑ Does the contract (410,000) contain a provision for termination of contract for cause and for convenience? Yes No ❑ ❑ Does the contract ( >$10,000) contain a provision to comply with Executive Omer (EO) 11246, Equal Employment Opportunity (EEO)? Yes No ❑ ❑ Does the contract (applies to all construction or repair contracts or subcontracts) contain a provision to comply with the Copeland An&Kckback Act? Yes No ❑ ❑ Compliance with the Davis -Bacon Act: There is NO REQUIREMENT for such compliance with the FEMA Public Assistance (PA) or Hazard Yes No ❑f ❑` Mitigation (HM) programs. 7 o Is the contract required to comply with Sections 103 and 107 of the Contract Work Hours and Safety Standards Act? Yes No ❑ / C9' Does the contract (applies to contracts, subcontracts and grants > Yes ❑ $150,000) contain a provision to comply with Section 306 of the Clean Air Act, Section 508 of the Clean Water No ❑ Act, Executive Order 11738 and Environmental Protection Act (EPA) regulations, 40 CFR 15? ❑ Does the contract contain a provision stating record retention and access requirements to all records? Yes No ❑ COST ANALYSIS REQUIRED Answers /Comments Were A/E or other professional services procured? i Yes No ❑ L3 Is the contract a noncompetitive proposal? Yes No ❑ ;--", ❑ Does the contract contain modifications and/or change orders? Yes No ❑ p ❑Competitively _ procured contracts (small and large): Documentation demonstrating competitive procurement serves as a cost analysis. Yes No ®'" CID' llf` FLORIDA CITY , iin., September 17, 2017 Tom Benton, Miami Shores Village, Manager 10050 N.E. Second Avenue Miami Shores, Fl. 33138 SUBJECT: Miami Shores Village, Florida, "REQUEST for Fmergency Assistance per Statewide Mutual Aid for City of Florida Contracts as follows: 1) Debris Removal, Reduction, hazard Limbs and trees removal, Final baul out of storm debris to permitter) facility (Florida city contract "Looks Great Services"). 2) Disaster Debris NIOnitoring, Duster Management, FEMA Public Assistance Program Assistance and Administrative Services (Florida City contract "Disaster Program & Operations, Inc,"). Dear Mu Benton, The City of Florida City is pleased to provide Miami Shores Village Emergency assistance during this critical time of Post Hurricane lima re>�very ettbrt. This request is being provided in accordance with the Florida Statewide Mutual Aid Agreerncnr (MAA fonn attached) and request fonn it "Statewide Mnttral Aid Agreement" to assist Miami Shares Village with Emergency :Services, Hurricane Irma Storm generated Debris Removal and Debris monitoring Tasks and services as required by Miruni Shores Village per above referenced contracts awarded by City of Florida City, as a result of City or Florida City solicitation prior lu Hurricane Irma per state and federal requirements. Per our conversation Miami Shores Village has not had internet since a few days prior Hurricane, Irma landfall September 9,2017, and did not have interrrct ability umcl sporadic cell phone service to this date alter Hurricane Irma and rherethre Miami Shores Village has had rte ability to solicit for Debris Removal and Debris Monitoring services for I lurricane Irma storm debris. We understand the storm debris is a critical health and safety hazard as well as the damaged trees and limbs that can injure a pedestrian or cause death. The City of Florida City documentation of the competitive hid process used in the solicitation and selection process will be provided to Miami Shores Village, including the contract, contract awaEU and selection criteria, council meeting award, f have been in touch with the LGS local Project Manager, Mr. Tam Rankin (704) 850 -1523. and Gabrielle Benigni, President, Disaster Program & Operations, irrc. and confirmed Etta; both companies have sufficient existing resources to fulfill the request by M ianai Shores Village without impact to their ongning work at the City. of Florida City. 1 understand die exigent circumstances in which Miami Shores Village storm generated debris remaining in the cnrnmunity causing sever health anti safety hazards (anosquitos, T.ika virus carriers, disease carrying rodents and roaches, blocking vehicular access and preventing Pedestrians from being visible). Additionally, the storm debris is hampering the effective removal of trash and garbage pickup from the community which compounds the threat to public health, safety and welfare. I also understand the severe limitations under which the Miami Shores Village government has been functioning without communication services in the community including internet and cell service since the Hurricane Irma landfall. Please do not hesitate to contact me if we can be of further assistance. please send the 1R records. AA form today if passible for our Otis T. Wallace, mayor City of Florida City, Fl. 404 West Palm Dri ve Attachment 'I PART I 9/16/2017 psrtr. STATEWIDE MUTUAL AID AGREEMENT TYpa or Print ari dnformatiGn ®xcept sPgnatures Foram B TO BE COMPLETED BY THE REQUESi7N6 PARTY 0 ®00 HRS (305) 795 -221 Hurricane Irma BR #4337 Toth Benton, Village Mgr, FaX NO: — A,R2s Head, ed Lu a Part N Hurricane Irma storm - debris removal, hazardous limbs and trees removal, storm debris removal monitoring and disaster management /admin services. k0ale me Resources Needed: 9/18/2017, as directed stagingAraa: Will Direct t�Date/TTnteiZggrrg Released 60 Days or when debris removal and tree hazards a _ tram- �* - Omda3 "s Name (Prtnvrw)e) �.. +� ftsian NO: TO BE COMPLETED SY THE ASSISTING PARTYSpn: RiekJ'and. Stauts (305) 247 -8221 f3p5) 242 -8133 TYPeOfA$istanaeAvalahle: Utilize City of Florida City Contracts for debris removal debris monitoring. Details continued on page 2. Data e. "role Re rour ow Avaaahte Frwn: 0 9 / 15 /2 01 T - 6 6 Z3 # dT- v7Pi2'tilL1b1 -t s w TO rRmn:rs T �., a Staging Area Location: I N/A APPrax. Daily Total Costs Ibr Labar, Equipment and Materials $ TrartspoitatlOn CCosts from Home Base to Staging Area: 3 NT/31 WgkbM Required from Requedh9 ParfY Yes (p AutharizedQRidal'sName: Otis T. Wallace Bate: 0 9 / 17 /2 01 Time: () PART YrI are clear from Ms ROW ttractors to beta by Miami Shores Tram Cosm Itenrm to Home Base: information an attadled Part III) NO K Tide: Mayor, City of Florida Cit 'I MW. NO: ! N/A TO SE COMPLETED BY THE REQUESTnNG PARTY AutnergedpffaYs Name. Benton -quc:_ Village Manager, Miami Shores Signature: p — Agency; Miami Shores village Revised: NDirpmber 23, 2010 Page 1 PART STATEWIDE MUTUAL AID AGREEMENT Type or Print all infomeation except signab mr 1�0r<n S (continued) MISCELLANEOUS ITEMS / OTHER MISSION INFORMATION 1. Disaster Debris Removal and to remove hazardous hanging limbs, leaning trees and hazardous stumps. Looks Great services, Inc. per specific contract line items as needed by Miami Shores Village per Florida City contract award on 09/12/2017 provided under separate cover. 2. "Disaster Debris Monitoring, Disaster Management /Administrative Services.r, Disaster Program & Operations, Inc. contract per City of Florida City Request for Proposal #City RFP 2017 -003 (per Section 287.055 Florida Statutes) and contract award on Og/12/2017 provided under separate cover. Revised: November-,-J, 201 U page ?�IIAORU r [o lD 110050 N.E. SECOND AVENUE l MIAMI SHORES, FLORIDA 33138 -2382 TELEPHONE: 1305) 795 -2207 September 27, 2017 FAH. 13051756-13972 Kristian Agoglia, President Looks Great Services, Inc. 1501 highway 13 North, Columbia, MS 39429 MarAdam G1inn MAYOR Sean Brady VICE MAYDR Jcnathan Mpltz COUNCILMAN Alice Burch COUNCILLIJOMAN Steven Zolkouiitr COUNCILMAN Tom Benton VILLAGE MArriABER SUBJECT: NOTICE TO PROCEED: Hurricane Irma — DR 4:339 - Disaster Debris Removal, Hazard LVA4ACfn(1< rLIR.N i Trees removal due to Hurricane Irma . rTURNEI Dear Mr. A ;oglia, This letter provides Looks Great Services, Inc. (I_GS) a "Notiw to Proceed" per the [,(iti catitract 1vFd] the City of Florida City, FL. and per Miami Shores Village Mutual Aid LGS in accordatee request, September 16, 2017 contract t From City of Florida City i«li i with the Florida Statewide Mutual Aid .Agreement. Miami Shores Village is to be invoiced directly for all Disaster Debris Removal, Hazard Limbs anti Trees removal„ Task Order No. I will be issued u7tinediately to establish an initial "Not -To- Exceed" time and schedule amount in accordance with federal mtluirements for this emergency debris removal tasks for a maximum of 30 days. fvlian i Shores Village has reviewed and accepted the Florida City RFP selection criteria and concurs with the selection LGS and award as the highest score per RFP k City 2017 -004 selection criteria. Miarni Shores Village requires the immediate services of a qualified disaster debris removal services contractor to perfonn Disaster Debris Hazards Removal of debris generated by Hurricane Irma on behalf of the Miami Shores Village. LGS timely responded to the Florida City Ryp aCity 2017 -004 and represents it is capable and prepared to provide such services its generally described in the RFP and Florida City contract award. [n consideration of the promises made in the contract between Florida City and LGS, hliarui Shores Village issues this Notice to Proceed for LGS above referenced services for Hurricane Irma storm generated debris and debris hazards. Please add Miami Shores Village as certificate holder with LGs insurance im accordance with the rontratt requuements. LOOKS GREAT SERVICES OF MS, INC- Authorized Rcpres e Signature Printed 1V'aaie C`! J h' f MIA::WLI SHORES VLLLAGE, FLORIDA Authorizcd Represrntatirei %� Signature +r Printed Nance 0" Cif y �# Merida Cify L_ - fjaleuay If At 3lwidc Keys mfd IvergCadet September Ib, 2017 Kristian Agoglia, President Looks Great Services of MS, Inc. 1501 Highwav 13 North. Columbia. MS 39429 RE: CHANGE ORDER NO. 1 TO THE CONTINUING SERVICES AGREEMENT BETWEEN THE CITY OF FLORIDA CITY AND LOOKS GREAT SERVICES OF MS. INC. DATED SEPTEMBER 15, 2017 SUBJECT: RATE ADJUSTMENT FOR HAZARD TREE REMOVAL Dear Ms.Kristian. Per our recent conversation, the City of Florida City is authorizing the following rate modification to tite aforementioned Agreement between the City and Looks Great services of MS. Inc. This change order amends the subject contract line Item b "Cutting Partially Uprooted or Split Trees (Leavers)" to correct a typographical error in the contract line item. as follows: - "24 to 36 inches Per Tree 1 225.00" to -•24 to 35 inches for $!_, 35.00." All other elements of the Agreement for Continuing Services shall remain uiraffected by this Change Order. Looks Great `iervice of . Inc. City of Florida City, Florida Representative Signature Signature five e' ! Signature Printed f Dame ri1 � � Printed o Name _ f. �/� /, 1t Jca �r✓n 404 West Palm Drive • Pp Bon 343570 . Florido City, Florido 33034 -0570 - Telephone (3051 24? -8221 - C-8221 - x (305] 242.8133 �.envnrse tx