G7 Holding Inc. & Biscayne Env QuoteG7 Holdings, Inc.
September 11, 2017
Scott Davis, Director
Public Works Department
Miami Shores Village
10050 NE 2nd Avenue
Miami Shores, FL 33130
Via Hand Delivery
RE: Miami Shores Village Hurricane Debris Disposal Proposal
Scope of Work
Removal and disposal of Tropical Storm and Hurricane generated vegetative debris in accordance with the
following fee schedule:
Task 1 Emergency Road Clean -up - Remove tree debris blocking roads to allow for vehicle passage.
Costs:. Large wheel loader with 2 laborers to cut trees
$242.50 /hour
Skidsteer with grapple bucket with 3 laborers to cut trees and remove debris from
Rights -of -Way
$180.00 /hour
Task 2 —Debris Removal & D' - Remove and dispose of tree debris stockpiled in Rights -of -Way
and alleys, and deliver to Miami Shores Village's debris transfer site on NW 17' Avenue and 103rd Street.
Cos $15.00 /cubic yard
Task 3 — Management of Debris Transfer Site, and Material Reduction
Costs: Debris Management
$2,G0 %ubic yard dwf"l
Debris a uc ut
$4.00 c yard
Task 4 — Disposal of Reduced Vegetative Debris - Dispose of reduced vegetative material at approved
disposal site. Includes trucking, hauling and disposal fee.
Cost:
Task 5 — Miscellaneous Services - Provide other miscellaneous services such as restorative tree trimming
and stump grinding as authorized by Miami Shores Village.
Cost: TBD '4'
9
Signature
Date
`/ -/i -/7
Client Name M jQ4 S tiOY1� L t'f f-p e
G7 Holdings
iI
Signature '
r
`s
1602 Alton Koad #6U2
Miami Beach, FL 33139
•�} #,'
Date
d
Biscayne Environmental, Inc.
Environmental Consultants ♦ Land Clearing ♦ Environmental Restoration ♦ Disaster Recovery
Miami Shores Village
Hurricane Debris Disposal
BEI Project 2017 -911
Scope of Work
Removal and disposal of Tropical Storm and Hurricane generated vegetative debris in accordance with the
following fee schedule:
1. Task 1 Emergency Road Clean -up
Remove tree debris blocking roads to allow for vehicle passage.
Costs: Large wheel loader with 2 laborers to cut trees
$250.00 /hour
Skidsteer with grapple bucket with 3 laborers to cut trees and remove debris from Rights -of-
Way
$175.00 /hour
2. Task 2 — Debris Removal & Disposal
Remove and dispose of tree debris stockpiled in Rights -of -Way and alleys, and deliver to Miami Shores
Village's debris transfer site on NW 171h Avenue and 103rd Street.
Cost: $17.00 1cubic yard
3. Task 3 — Management of Debris Transfer Site, and Material Reduction
Cost: Debris Management
$3.95 /cubic yard
Debris Reduction
$4.25 /cubic yard
4. Task 4 — Miscellaneous Services
Provide other miscellaneous services such as restorative tree trimming and stump grinding as authorized by
Miami Shores Village.
Cost: TBD
Client Name
Authorized Agent Signature
Printed Authorized Agent Name
Date
1761 Cleveland Road ♦ Miami Beach, Florida 33141 ♦ Telephone 305 - 710 -2359 ♦ Email biscayneinc@bellsouth.net
Miami Shores Village Hurricane Irma DR 4337
D
RFP NO. 17 -07R; DISASTER RECOVERY CONSULTING SERVICES
EXHIBIT "C"
FEMA PUBLIC ASSISTANCE PROGRAM REQUIRED CONTRACT CLAUSES
1. Equal Employment Opportunity.
If this contract meets the definition of a "federally assisted construction contract" as provided in 41
C.F.R. § 60 -1.3, the following shall apply to the contractor's performance under this contract:
a. The contractor will not discriminate against any employee or applicant for employment because
of race, color, religion, sex, or national origin. The contractor will take affirmative action to
ensure that applicants are employed, and that employees are treated during employment without
regard to their race, color, religion, sex, or national origin. Such action shall include, but not be
limited to the following: Employment, upgrading, demotion, or transfer; recruitment or
recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and
selection for training, including apprenticeship. The contractor agrees to post in conspicuous
places, available to employees and applicants for employment, notices to be provided setting
forth the provisions of this nondiscrimination clause.
b. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of
the contractor, state that all qualified applicants will receive considerations for employment
without regard to race, color, religion, sex, or national origin.
C. The contractor will send to each labor union or representative of workers with which he has a
collective bargaining agreement or other contract or understanding, a notice to be provided
advising the said labor union or workers' representatives of the contractor's commitments under
this section, and shall post copies of the notice in conspicuous places available to employees and
applicants for employment.
d. The.eontractor will comply with all provisions of Executive Order 11246 of September 24, 1965,
and of the rules, regulations, and relevant orders of the Secretary of Labor.
C. The contractor will furnish all information and reports required by Executive Order 11246 of
September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant
thereto, and will permit access to his books, records, and accounts by the administering agency
and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules,
regulations, and orders.
f. In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract
or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or
suspended in whole or in part and the contractor may be declared ineligible for further
Government contracts or federally assisted construction contracts in accordance with pr
authorized in Executive Order 11246 of September 24, 1965, and such other sanctions a
14
imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or
by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law.
g. The contractor will include the portion of the sentence immediately preceding paragraph (a) and
the provisions of paragraphs (a) through (g) in every subcontract or purchase order unless
exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204
of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon
each subcontractor or vendor. The contractor will take such action with respect to any
subcontract or purchase order as the administering agency may direct as a means of enforcing
such provisions, including sanctions for noncompliance: Provided, however, That in the event a
contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as
a result of such direction by the administering agency the contractor may request the United
States to enter into such litigation to protect the interests of the United States."
For the purposes of this section, "federally assisted construction contract" means any agreement or
modification thereof between any applicant and a person for construction work which is paid for in whole or in
part with funds obtained from the Government or borrowed on the credit of the Government pursuant to any
Federal program involving a grant, contract, loan, insurance, or guarantee, or undertaken pursuant to any
Federal program invol�ing such grant, contract, loan, insurance, or guarantee, or any application or
modification thereof approved by the Government for a grant, contract, loan, insurance, or guarantee under
which the applicant itself participates in the construction work.
For the purposes of this section, "construction work" means the construction, rehabilitation, alteration,
conversion, extension, demolition or repair of buildings, highways, or other changes or improvements to real
property, including facilities providing utility services. The term also includes the supervision, inspection, and
other onsite functions incidental to the actual construction.
2. Contract Work Hours and Safety Standards Act.
a. This section applies to all contracts in excess of $100,000 that involve the employment of
mechanics or laborers as provided in 40 U.S.C. § 3701.
b. As provided in 40 U.S.C. § 3702, the contractor shall compute the wages of every mechanic and
laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work
week is permissible provided that the worker is compensated at a rate of not less than one and a
half times the basic rate of pay for all hours worked in excess of 40 hours in the work week.
C. The requirements of 40 U.S.C. § 3704 shall apply to construction work and provide that no
laborer or mechanic must be required to work in surroundings or under working conditions
which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases
of supplies or materials or articles ordinarily available on the open market, or contracts for
transportation or transmission of intelligence.
d. No contractor or subcontractor contracting for any part of the contract work which may require
or involve the employment of laborers or mechanics shall require or permit any such laborer or
mechanic in any workweek in which he or she is employed on such work to work in excess of
IS
forty hours in such workweek unless such taborer or mechanic receives compensation at a rate
not less than one and one -half times the basic rate of pay for all hours worked in excess of forty
hours in such workweek.
e. In the event of any violation of the clause set forth in paragraph (d) of this section the contractor
and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such
contractor and subcontractor shall be liable to the United States (in the case of work done under
contract for the District of Columbia or a territory, to such District or to such territory), for
liquidated damages. Such liquidated damages shall be computed with respect to each individual
laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth
in paragraph (d) of this section, in the sum of $10 for each calendar day on which such individual
was required or permitted to work in excess of the standard workweek of forty hours without
payment of the overtime wages required by the clause set forth in paragraph (d) of this section.
f. The County shall upon its own action or upon written request of an authorized representative of
the Department of Labor withhold or cause to be withheld, from any moneys payable on account
of work performed by the contractor or subcontractor under any such contract or any other
Federal contract with the same prime contractor, or any other federally- assisted contract subject
to the Contract Work Hours and Safety Standards Act, which is held by the same prime
contractor, such sums as may be determined to be necessary to satisfy any liabilities of such
contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause
set forth in paragraph (e) of this section.
g. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph
(c) through (f) of this section and also a clause requiring the subcontractors to include these
clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance
by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (c)
through (f) of this section.
3. Compliance with Clean Air Act.
a. The contractor agrees to comply with all applicable standards, orders or regulations issued
pursuant to the'Clean Air Act, as amended, 42 U.S.C. § 7401 et seq.
b. The contractor agrees to report each violation to the County and understands and agrees that the
County will, in turn, report each violation as required to assure notification to the state of Florida,
Federal Emergency Management Agency, and the appropriate Environmental Protection Agency
Regional Office.
C. The contractor agrees to include these requirements in each subcontract exceeding $100,000
fmanced in whole or in part with Federal assistance provided by FEMA.
4. Compliance with Federal Water Pollution Control Act.
a. The contractor agrees to comply with all applicable standards, orders or regulations issued
pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq.
16
b. (2) The contractor agrees to report each violation to the County and understands and agrees
that the County will, in turn, report each violation as required to assure notification to the state of
Florida, Federal Emergency Management Agency, and the appropriate Environmental Protection
Agency Regional Office.
C. The contractor agrees to include these requirements in each subcontract exceeding $100,000
financed in whole or in part with Federal assistance provided by FEMA.
S. Debarment and Suspension.
a. This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As
such the contractor is required to verify that none of the contractor, its principals (defined at 2
C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2
C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180,935).
b. The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and
must include a requirement to comply with these regulations in any lower tier covered transaction
it enters into.
C. This certification is a material representation of fact relied upon by the County. If it is later
determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt.
3000, subpart C, in addition to remedies available to the state of Florida and the County, the
Federal Government may pursue available remedies, including but not limited to suspension
and/or debarment.
d. The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and
2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that
may arise from this offer. The bidder or proposer Reber agrees to include a provision requiring
such compliance in its lower tier covered transactions.
6. Byrd Anti - Lobbying Amendment
Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each
tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or
organization for influencing or attempting to influence an officer or employee of any agency, a member of
Congress, officer or employee of Congress, or an employee of a member of Congress in connection with
obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also
disclose any lobbying with non - Federal funds that takes place in connection with obtaining any Federal award.
Such disclosures are forwarded from tier to tier up to the recipient.
APPENDIX A, 44 C.F.R. PART 18: CERTIFICATION REGARDING LOBBYING
Certification for Contracts, Grants, Loans, and Cooperative Agreements (To be submitted with
each bid or offer exceeding $100,000)
The undersigned [Contractor] certifies, to the best of his or her knowledge, that:
17
5
1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the
undersigned, to any person for influencing or attempting to influence an officer or employee of
an agency, a Member of Congress, an officer or employee of Congress, or an employee of a
Member of Congress in connection with the awarding of any Federal contract, the making of any
Federal grant, the making of any Federal loan, the entering into of any cooperative agreement,
and the extension, continuation, renewal, amendment, or modification of any Federal contract,
grant, loan, or cooperative agreement,
2. If any funds other than Federal appropriated funds have been paid or will be paid to any
person for influencing or attempting to influence an officer or employee of any agency, a
Member of Congress, an officer or employee of Congress, or an employee of a Member of
Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the
undersigned shall complete and submit Standard Form- LLL, "Disclosure Form to Report
Lobbying," in accordance with its instructions.
3. The undersigned shall require that the language of this certification be included in the
award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts
under grants, loans, and cooperative agreements) and that all subrecipients shall certify and
disclose accordingly.
This certification is a material representation of fact upon which reliance was placed when this
transaction was made or entered into. Submission of this certification is a prerequisite for making
or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying
Disclosure Act of 1945). Any person who fails to file the required certification shall be subject to
a civil penalty of not less than $10,000 and not more than $100,000 for each such failure.
The Contractor, certifies or affirms the truthfulness and accuracy of each statement of its
certification and disclosure, if any. In addition, the Contractor understands and agrees that the
provisions of 31 U.S.C. § 3801 et seq., apply to this certification and disclosure, if any.
Signature of Contractor's Authorized Official
Name and Title of Contractor's Authorized Official
Date
7. Procurement of Recovered Materials.
a. In the performance of this contract, the Contractor shall make maximum use of products
containing recovered materials that are EPA- designated items unless the product cannot be acquired-
i. Competitively within a timeframe providing for compliance with the contract
performance schedule;
ii. Meeting contract performance requirements; or
iii. At a reasonable price.
18
8. DHS Seal, Logo, and Flags.
The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of
DHS agency officials without specific FEMA pre - approval.
Compliance with Federal Law, Regulations, and Executive Orders.
This is an acknowledgement that FEMA financial assistance will be used to fund the contract only. The
contractor will comply will all applicable federal Iaw, regulations, executive orders, FEMA policies, procedures,
and directives.
14. No Obligation by Federal Government.
The Federal Government is not a party to this contract and is not subject to any obligations or liabilities
to the non - Federal entity, contractor, or any other party pertaining to any matter resulting from the contract.
11. Fraud and False or Fraudulent or Related Acts.
The contractor acknowledges that 31 U.S.C. Chap, 38 (Administrative Remedies for False Claims and
Statements) applies to the contractor's actions pertaining to this contract.
19
This AGREEMENT is made and entered into on this the 11 th day of September, 2017, by and
between the Miami Shores Village, Florida, a governmental subdivision of the State of Florida, (hereinafter
referred to as "the City ") and G 7 Holdings, ( G7) a Dade county, Miami Florida certified woman owned
company.
WHEREAS, the City requires such professional services as may be required to effect disaster response
and recovery, and;
WHEREAS, the City issued, on December 1,2012 a contract with Ashbritt Debris removal contractor
and Ashbritt is not capable of mobilizing necessary labor and equipment for emergency road clearing.
WHEREAS, G7 submitted the successful and best proposal offered pursuant to the Emergency Request
for quote; and
WHEREAS, G7 represents it is capable and prepared to provide the services as outlined in the
Solicitation:
NOW, THEREFORE, it is agreed by and between the parties hereto, that in consideration of the
covenants contained herein, and per Emergency Request for Quote Miami Shores Village, the parties hereto
agree as follows, to wit:
ARTICLE 1- EFFECTIVE DATE/TERM
The effective date of this AGREEMENT shall be September 11, 2017.
The term of the AGREEMENT shall be for a maximum thirty (30) days, unless otherwise terminated as
provided herein.
ARTICLE 2 - SERVICES TO BE PERFORMED BY G7
As presented in the G7 Emergency Road clearing /Debris removal and DMS site management -G7 specifically
acknowledges that it is fully aware and shall comply with all obligations, responsibilities, and liabilities imposed
upon it as the successful proposer. In the event any statement set forth in this Agreement shall conflict with G 7
Emergency Proposal shall be recognized by the parties as the controlling document. Included in Emergency
Proposal is the line items Fee Proposal Schedule, made a part of this Agreement and G7 shall receive for its
services as may be specifically authorized by the City per Task required by the City the fees set forth in
the proposal line items.
All services to be performed will comply with the attached FEMA Required Contract Clauses.
ARTICLE 3 - COMPENSATION
The City shall remit payment unto G7 in accordance with the line items Fee Proposal Schedule. G7 may submit
weekly or upon work completion invoiced for services rendered hereunder. Invoices must reference the DR 4337
Hurricane Irma. Invoices shall be consistent with dates of FEMA Accelerated debris appropriate audit quality
detail in order to fully comply with requirements of any Federal or state agency in order to ensure reimbursement
to the City of the cost associated with this Agreement by Federal and state agencies. Federal and state agencies
referred to herein include the Federal Emergency Management Agency (FEMA) and the Florida Division of
Emergency Management (FDEM). G7 shall be paid monthly after all work is performed and invoiced.
Page 2 14
Payment of G7 by the City is not contingent upon the City being reimbursed by the Federal or state agency.
Payment to G7 will be made for any work as directed by the City, even that which may be determined by
Federal and State agencies to be ineligible for reimbursement.
Each individual invoice shall be reviewed, reconciled and approved by the City within 10 (10) days of receipt.
Each individual invoice shall be due and payable ten (10) days from the approval of the invoice by the City. If
payment of an invoice is beyond the ten (10) days, then an interest fee of 1.5% will be assessed and applied to
the total of the invoice on the first day after the invoice due date, or as allowed by Florida state law. Upon review,
if there are any line items on the invoice within dispute, then the City shall pay the non - disputed line items
according to the terms mentioned above, and the disputed line items shall be resolved and paid within 30 days
of receipt of the invoice. All invoices shall be delivered to:
Miami Shores Village
Attn: Holly Hugdahl, CPA
10050 NE 2,,d Ave.
Miami Shores Village, FL 33138
In order for both parties herein to close their books and records, G7 will clearly state "Final Invoice" on G7'
final/last billing to the City. This certifies that all services have been properly performed by G7 and all charges
and costs have been invoiced to the City.
ARTICLE 4 - THE CITY'S RESPONSIBILITIES
The City shall be responsible for providing access to all project sites, and providing information required by G7
that is readily available to the City.
ARTICLE 5 - TERMINATION OF AGREEMENT
Either parry, upon forty-eight (48) hours' written notice with or without due cause to the other party, may
terminate this Agreement. Any termination for cause must be preceded by a written notice detailing the basis for
default and provide the defaulting party ten (10) days in which to cure the default.
ARTICLE 6 - UNCONTROLLABLE FORCES (FORCE MAJURE)
G7 shall not be considered to be in default of this Agreement if delays in or failure of performance shall be due
to uncontrollable forces, the effect of which, by the exercise of reasonable diligence, the non - performing party
could not avoid. The term "uncontrollable forces" shall mean any event which results in the prevention or delay
of performance by a party of its obligations under this Agreement and which is beyond the reasonable control of
the non - performing party, It includes, but is not limited to, fire, flood, earthquakes, storms, lightning, epidemic,
war, riot, civil disturbance, sabotage, governmental actions, and acts of God.
Neither party shall, however, be excused from performance if non - performance is due to forces which are
preventable, removable, or remediable and which the non - performing party could have, with the exercise of
reasonable diligence, prevented, removed or remedied with reasonable dispatch. The non - performing party shall,
within a reasonable time of being prevented or delayed from performance by an uncontrollable force, give written
notice to the other party describing the circumstances and uncontrollable forces preventing continued
Page 314
performance of the obligations of this Agreement.
ARTICLE 7 - GOVERNING LAW AND VENUE
The laws of the State of Florida shall govern this AGREEMENT. Any and all legal action necessary to enforce
the AGREEMENT will be held in the Dade County, Florida and the AGREEMENT will be interpreted according
to the laws of the State of Florida.
ARTICLE 8 — INDEMNIFICATION
The Contractor shall save and hold the City harmless from and against all liability, claims and demands on
account of personal injuries (including without limitation workmen's compensation and death claims) or
property loss or damages of any kind whatsoever, which arise out of or be in any manner connected with, or are
claimed to arise out of or be in any manner connected with, the performance of this contract, regardless of
whether such injury, loss or damage shall be caused by, or be claimed to be caused by, the negligence of the
Contractor, any subcontractor, agent or employee.
ARTICLE 9 - NOTICE
Any Notice, demand, communication, or request required or permitted hereunder shall be in writing and
delivered in person or sent by certified mail, postage prepaid as follows:
As To the City: qd4 ?fagdald. 1584 M1124
Finance Director
Miami Shores Village
10050 NE Second Avenue
Miami Shores, Fl 33138
305- 762 -4855 (Office)
305 -756 -8972 (Fax)
Page 414
As To G7: Greg Davis, President ; g7ho1din2smiami(& j!mai1xom
Notices shall be effective when received at the addresses or email as specified above. Changes in the respective
addresses to which such notice is to be directed may be made from time to time by either party by written notice
to the other party. The original of the notice must additionally be mailed as required herein.
Nothing contained in this Article shall be construed to restrict the transmission of routine communications
between representatives of G7 and the City.
ARTICLE 10 - AGREEMENT ADMINISTRATION
The City's representative during the term of the Agreement shall be Tom Benton, or any other person or agency
designated by the City Council to act as his/her agent or on his /her behalf.
The Contractor's authorized representative during the term of the Agreement shall be Greg Davis, to act as agent
on behalf of the Contractor.
Page 514