Loading...
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