LGS MSV Contract, FLC MAADISASTER DEBRIS REMOVAL SERVICES
AGREEMENT
OWNER: Miami Shores Village, FLORIDA
CONTRACTOR: LOOKS GREAT SERVICE OF MS, INC.
PROJECT NO: FEMA -EM -3385 / FEMA -DR -4337 / CITY 2017 -004
Professional Services Agreement for Disaster Debris Removal, Hazard Tree and Limbs Removal,
and Debris Site Management, for Looks Great Services, of MS Inc. Per Miami Shores Village
Mutual Aid Request form B submitted to ,City of Florida City, Florida.
Page 11
This AGREEMENT is made and entered into on this the 27 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 Looks Great Services of MS, Inc., a Mississippi corporation (hereinafter referred
to as "LGS "):
WHEREAS, the City requires such professional services as may be required to effect disaster
response and recovery, and;
WHEREAS, the City issued, on September 27, 2017, Project Number City DR4337 -2017, utilizing
State wide Mutual Aid Agreement with City of Florida City, Florida (Florida City and Miami Shores Village
Mutual Aid request Form B, and per Florida City solicitation for proposals for disaster debris removal
( "Solicitation'), in order to remove Hurricane Irma Disaster storm debris hazards which devastated South
Florida Dade County, on September 9, and 10, 2017.
WHEREAS, LGS submitted the successful and best proposal offered pursuant to the Solicitation; and
WHEREAS, LGS 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 Mutual Aid agreement between the State, Florida City and Miami Shores
Village, the parties hereto agree as follows, to wit:
ARTICLE 1 - EFFECTIVE DATEITERM
The effective date of this AGREEMENT shall be September 27, 2017.
The term of the AGREEMENT shall be for a maximum sixty (30) day 2 period, unless otherwise terminated as
provided herein.
ARTICLE 2 - SERVICES TO BE PERFORMED BY LGS
Attached hereto is copy of Florida City Mutual Aid authorization letter and attached Miami Shores Village
Mutual Aid request form B as Exhibit "A" and made a part hereof, the same as if copied in full herein, is a
copy of the Solicitation, identified as City 2017 -004. LGS 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 Exhibit "A" Mutual Aid request form B,
then, in that event, Exhibit "A" shall be recognized by the parties as the controlling document. Attachment 1
of Exhibit "A" is the Fee Proposal Schedule, which is incorporated herein and made a part of this Agreement.
LGS shall receive for its services as may be specifically authorized by the City per Task required by the
City the fees set forth on Attachment 1. Services authorized by the City shall be referred to as "Task
Orders.' The performance requirements set forth in the Solicitation shall apply to the work ordered by the
City.
Page 12
As To LGS; Looks Great Services of MS, Inc.
Attn: Kristian Agoglia
1501 Hwy 13 North
Columbia„ MS 39429
Notices shall be effective when received at the addresses 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. Facsimile transmission is acceptable notice effective when received; however,
facsimile transmissions received (i.e.; printed) after 5:00 p.m. or on weekends or holidays, will be deemed
received on the next business day. 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 LGS and the City.
ARTICLE 10 - AGREEMENT ADMIT]ISTRATION
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 Tom Rankin, to act as
agent on behalf of the Contractor.
IN WITNESS WHEREOF, Miami Shores Village, Florida, by and through its City Council, and
LGS have executed this AGREHMF,NT as of the day and year first above written.
CITY:
Miami Shores Village, Florida
By:
Tom Benton, Village Manager
ATTEST:
By: _ " "kg--
Holly Hu hl, CPIA
LGS:
LOOKS GREAT SERVICES OF MS, INC.
By:
Kristian Agoglia, Vice President
Page 15
ARTICLE 3 - COMPENSATION
The City shall remit payment unto LGS in accordance with the Fee Schedule (Attachment 1 to Exhibit "A"')
set forth in LGS' Proposal, LGS Debris Management Site services per the Mutual Aid contract with Florida
City include Debris Reduction per LGS contract rate Part B, Line item #4 (rate of $6.25 /cy). Miami Shores
only requires Debris Site Management of Disaster debris hauled into the permitted Debris Management Site.
Miami Shores will authorize reimbursement of Debris Management Site Services for amount $4.55 /cy.
LGS may submit weekly or semi - monthly invoiced for services rendered hereunder. Invoices must reference
the Task Order Number_ Invoices shall be consistent with dates of FEMA Accelerated debris removal and
reimbursement for 0 -30 days and 31 -60 days, and include a statement of progress and 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). LGS shall be paid monthly after all work is performed
and invoiced.
Payment of LGS by the City is not contingent upon the City being reimbursed by the Federal or state agency.
Payment to LGS 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 2nd Ave
Miami Shores Village, FL 33138
In order for both parties herein to close their books and records, LGS will clearly state "Final Invoice" on LGS'
final /last billing to the City. This certifies that all services have been properly performed by LGS 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
LGS that is readily available to the City.
ARTICLE 5 - TERMINATION OF AGREEMENT
Either party, 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
Page 13
ARTICLE 3 - COMPENSATION
The City shall remit payment unto LGS in accordance with the Fee Schedule (Attachment 1 to Exhibit "A ")
set forth in LGS1 Proposal. LGS Debris Management Site services per the Mutual Aid contract with Florida
City include Debris Reduction per LGS contract rate Part B, Line item #4 (rate of $6.25/cy). Miami Shores
only requires Debris Site Management of Disaster debris hauled into the permitted Debris Management Site.
Miami Shores will authorize reimbursement of Debris Management Site Services for ($455 /cy). LGS may
submit weekly or semi - monthly invoiced for services rendered hereunder. Invoices must reference the Task
Order Number. Invoices shall be consistent with dates of FEMA Accelerated debris removal and
reimbursement for 0 -30 days and 31 -60 days, and include a statement of progress and 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 cos[ 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). LGS shall be paid monthly after all work is performed
and invoiced.
Payment of LGS by the City is not contingent upon the City being reimbursed by the Federal or state agency.
Payment to LGS 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 terns 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, LGS will clearly state "Final Invoice" on LGS'
final/last billing to the City. This certifies that all services have been properly performed by LGS and all
charges and costs have been invoiced to the City.
ARTICLE 4 - THE CTTV1S RESPONSIBILITIES
The City shall be responsible for providing access to all project sites, and providing information required by
LGS that is readily available to the City.
ARTICLE 5 - TERMINATION OF AGREEMENT
Either party, 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
Page 13
for default and provide the defaulting party ten (10) days in which to cure the default
ARTICLE 6 - UNCONTROLLABLE FORCES (FORCE MAdURE)
LOS 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, not, 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 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 — INDEMNNIFICATION
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 employcc.
ARTICLE 4 - 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: 'Waffy' agda4t, CM4 L/9*4
Finance Director
Miami Shores Village
10056 NE Second Avenue
Miami Shores, FI 33138
305 -762 -4855 (Office)
305- 756 -8972 (Fax)
Page 14
msr'
CONTINUING SERVICES AGREEMENT
Between
THE CITY OF FLORIDA CITY, FLORIDA
And
LOOKS GREAT SERVICES OF MS, INC.
THIS CONTINUING SERVICES AGREEMENT is made between THE CITY OF FLORIDA
CITY, FLORIDA, a Florida municipal corporation (hereinafter referred to as the "CITY") and
LOOKS GREAT SERVICES OF MS, INC., a Mississippi corporation authorized to do business
in the State of Florida (hereinafter referred to as the "CONSULTANT "), whose principal place
of business is 1502 Highway 13 North, Columbia, MS 39429.
WHEREAS, pursuant to Section 287.055, Florida Statutes, the CITY issued a Request for
Proposals (RFP) No. City 2017 -004 requesting qualifications from firms desiring to provide
debris removal and reduction services under a continuing contract and that RFP and the
CONSULTANT'S response are incorporated into this Agreement by reference: and
WHEREAS, the CONSULTANT responded to the RFP on September 7, 2017 and that
responses in incorporated into this Agreement by reference; and
WHEREAS, the CONSULTANT is willing and able to perform such professional services for
the CITY in accordance with the terms and conditions set forth in this Agreement (hereinafter
referred to as this "Continuing Services Agreement" or this "Agreement"); and
WHEREAS, the purpose of this Continuing Services Agreement is not to authorize the
Consultant to perform a Specific Project, but to set forth certain terms and conditions that shall
govern and be incorporated into subsequent supplemental agreements or work orders or task
orders for Specific Projects or services when required.
NOW THEREFORE, in consideration of the mutual terms, conditions, promises and covenants
set forth below, the CITY and CONSULTANT agree as follows:
SECTION 1. DEFINITIONS
The following definitions and references are given for the purpose of interpreting the terms
used in this Agreement and apply unless the context indicates a different meaning:
1.1 Compensation: The total amount paid by the CITY for the CONSULTANT'S
professional services for a specific project or Task Order, exclusive of reimbursable expenses.
1.2 Reimbursable Expenses: The indirect expenses directly attributable to the Project
or Task Order. Reimbursable expenses include long- distance communications, application
and permit fees paid for securing approval of authorities having jurisdiction over the Specific
Project; actual cost of reproduction, printing, binding and photocopying of plans and other
documents; unless other fees not negotiated in a task order.
1.3 Speciflc Project Agreement or Task Order: A work order or specific agreement to
provide services for a particular Project that includes the costs traditionally include in a work
order for debris clearance, removal, and reduction.
SECTION 2. SPECIFIC PROJECTSISCOPE OF SERVICES
2.1 When the need for services for a Specific Project occurs, the Mayor or his designee
may enter into negotiations with the CONSULTANT for that Specific Project under the terms
and conditions of this Agreement. The CITY snail initiate said negotiations by providing the
CONSULTANT with a "Scope of Services Request," requesting from the CONSULTANT a
proposal to provide services for the Specific Project. The CONSULTANT shah prepare a
proposal which includes those subjects specified in subsection 2.2 (a) through (h). The Mayor
or his designee and CONSULTANT shall negotiate the terms of the Specific Project.
2.2 The CITY and CONSULTANT shall utilize a Task Order or Task Orders as the
Agreement for each Specific Project. Each Task Order or agreement for a Specific Project
will, by mutual agreement, set forth, among other things, the foilowing:
a. The Scope of Services
b. The Deiiverables:
C. The Time and Schedule of Performance and Term;
d. The amount of Compensation for the service, equipment: or hourly task based on
approved rates in the CONSULTANT'S response to the RFP that is dated September 7, 2017;
e. The Personnel assigned to the Specific Project by the CONSULTANT;
f. Any modifications to the Task Order required by this project, if mutually agreed upon
by the parties;
g. The CONSULTANT 's representative assigned as the point of contact for the Specific
Project; and
h. The CITY's representative assigned as the point of contact for the Specific Project.
2.3 The {professional services to 'oe rendered by the CONSULTANT shall commence
subsequent to the execution of each Task Order. Performance of work by CONSULTANT prior
to execution of a Task Order shall be at CONSULANT's sole risk.
2.4 The Mayor is authorized to negotiate and execute a Task Order for Specific Projects
in which the CONSULTANTS' services do not exceed $10,000.00. Task Orders exceeding
this amount must be approved by the City Commission. Emergency Proclamations by the
federal, state, county, or local governments may authorize the Mayor to execute contracts in
amounts that exceed this limit.
2.5 The Agreement Documents for each Specific Project shall incorporate this Continuing
Services Agreement, in the event that any of the terms or conditions of this Agreement conflict
with the Task Order, the provisions of the Task Order shall govern and apply.
3.1 Term of Aareement/Aareement Time This Agreement shall be effective on
September 13, 2017 ( "Commencement Date°) and shall continue in full force and effect for two
(2) years, or until terminated pursuant to Section 3.2 or other applicable sections of this
Agreement. The Agreement may be extended for a period not to exceed an additional two (2)
years with the approval of both the CITY and CONSULTANT.
3.2 Termination For Convenience This Continuing Services Agreement may be
terminated by the CITY for convenience with thirty (30) calendar days written notice to the
CONSULTANT.
3.3 Non- Exclusive Agreement. Notwithstanding the provisions of Subsection 3.1, the
Mayor or his designee may issue request for qualifications, requests for proposals, or other
similar procurement documents for this professional discipline at any time and may utilize the
services of any other consultants retained by the CITY under similar Agreements. Nothing in
this Agreement shall be construed to give the CONSULTANT a right to perform services for a
Spec Project.
3.4 Term of Task OrdeUAareement Time Each Task Order shall commence on the
date the instrument is fully executed by all parties ( "Commencement Date of Task Order") and
shall specify the period of service or Agreement Time agreed to by the CITY and
CONSULTANT for services to be rendered under said Task Order, unless otherwise
terminated pursuant to this Section. The Mayor, in his sole discretion, may extend the Term of
a Task Order through written notification to CONSULTANT. Such extension shall not exceed
ninety (90) days. No further extensions of the Task Order shall be effective unless authorized
by the CITY Council. Upon the Commencement Date of the Task Order, the CONSULTANT
shall commence services to the CITY, and shall continuously perform services to the CITY,
without interruption, in accordance with the Term and time frames set forth in the "Project
Schedule" included therein. The number of calendar days from the Commencement Date of
the Task Order, through the date set forth in the Project Schedule for completion of the Project
or the date of actual completion of the Project, whichever shall last occur, shall constitute the
Agreement Time.
3.5 Termination For Cause: Task Order. A Task Order may be terminated by either
party upon five (5) calendar days written notice to the other party should the other party fail
substantially to perform in accordance with its material terms through no fault of the party
initiating the termination. In the event that CONSULTANT abandons a Task Order or causes
it to be terminated by the CITY, the CONSULTANT shall indemnify the CITY against any loss
pertaining to this termination. In the event that the CONSULTANT is terminated by the CITY
for cause and it is subsequently determined by a court by a court of competent jurisdiction that
such termination was without cause, such termination shall thereupon be deemed a
termination for convenience under Section 3.6 of this Agreement and the provision of Section
3.6 shall apply.
3.6 Termination For Convenience• Task Order. A Task Order may be terminated by
the CITY for convenience upon fourteen (14) calendar days' written notice to the
CONSULTANT. In the event of termination, the CONSULTANT shall incur no further
obligations in connection with the Project and shall, to the extent possible, terminate any
outstanding subconsuitant obligations. The CONSULTANT shall be compensated for all
services performed to the satisfaction of the CITY and for reimbursable expenses incurred
prior to the date of termination. The CONSULTANT shall promptly submit its invoice for final
Payment and reimbursement and the invoice shall comply with the provisions ofthis Agreement
and the Task Order for payment. Under no circumstances shall the CITY make any payment
to the CONSULTANT for services which have not been performed or performed subsequent
to the termination date.
3.7 Assignment I Termination Upon termination of a Task Order, a copy of all of
the CONSULTANTS work product shall become the property of the CITY and the
CONSULTANT shall, within ten (10) working days of receipt of written direction from the CITY,
transfer to either the CITY or its authorized designee, a copy of all work product in its
possession, including but not limited to designs, plans, specifications, drawings, studies,
reports and all other documents and data in the possession of the CONSULTANT pertaining
to this Task Order. Further, upon the CITY'S request, the CONSULTANT shall assign its
rights, title and interest under any subcontractor's agreements to the CITY.
3.$ Suspension for Convenience. The CITY shall have the right at any time to direct
the CONSULTANT to suspend its performance of a Specific Proiect, or any designated part
thereof, for any reason whatsoever or without reason, for a cumulative period of up to thirty
(30) calendar days. If any such suspension is directed by the CITY, the CONSULTANT shall
immediately comply with same. In the event the CITY directs a suspension of performance as
provided for herein through no fault of the CONSULTANT, the CITY shall pay to the
CONSULTANT its reasonable costs, actually incurred and paid, of demobilization and
remobilization, as full
SECTION 4. ADDITIONAL SERVICES AND CHANGES IN SCOPE OF SERVICES
4.1 Chances Permitted Changes in the Scope of Services of a Task Order consisting
of additions, deletions, revisions, or any combination thereof. may be ordered by the CITY by
Change Order without invalidating the Task Order.
4.2 Chance Order Defined Change Order shall mean a written order to the
CONSULTANT executed by the CITY, issued after execution of a Task Order, authorizing and
directing a change in the Scope of Services or an adjustment in the Agreement Price or the
Agreement Time, or any combination thereof. The Agreement Price and/or the Agreement
Time may be changed only by Change Order.
4.3 Effect of Executed Chance Order.; The execution of a Change Order by the CITY
and the CONSULTANT shall constitute onclusive evidence of the CONSULTANT's
agreement to the ordered changes in the Scope of Services or an adjustment in the Agreement
Price or the Agreement Time, or any combination thereof. The CONSULTANT, by executing
the Change Order, waives and forever releases any claim against the CITY for additional time
or compensation for matters relating to or arising out of or resulting from the Services included
within or affected by the executed Change Order,
SECTION 5. BILLING AND PAYMENTS TO THE CONSULTANT.
5.1 Compensation and Reimbursable Expenses Pursuant to a Task Order,
CONSULTANT shall submit invoices which are identified by the specific project number in a
timely manner. These invoices shall identify the Project, the nature of the work performed, the
phase of work, the payment due, and the estimated percent of work accomplished in
accordance with the approved Task Order. If compensation is based on hourly rates, invoices
shall also identify the name and title of personnel who performed the work with i applicabie
hourly rates. The statement shall show a summary of fees with acCrua! of the total and credits
for portions previously paid by the CITY. The CITY shall pay CONSULTANT within thirty (30)
calendar days of approval by the Mayor or his designee of any invoices submitted by
CONSULTANT to the CITY.
5.2 Disputed Invoices. in the event that all or a portion of an invoice submitted to the
CITY for payment to the CONSULTANT pursuant to a Task Order is disputed, or additional
backup documentation is required, the CITY sha.il notify the CONSUL"T"ANT within five (5)
working days of receipt of the invoice of such objection, modification or additional
documentation request. The CONSUL T ANT shall provide the CiTY with additional backup
documentation within five (5) working days of the date of the CITY'S notice. The CITY may
request additional information, including but not limited to, all invoices, time records, expense
records, accounting records, and payment records of the CONSULTANT that relate to the Task
Order, The CITY, at its sale discretion, may pay to the CONSULTANT the undisputed portion
of the invoice. The parties shall endeavor to resolve the dispute in a mutually agreeable
fashion.
5.3 Suspension of Payment. In the event that the CITY becomes credibly informed that
any representations or invoices of the CONSULTANT, provided pursuant to this Agreement
and /or any Task Order, are wholly or partially inaccurate, or in the event that the
CONSULTANT is not in compliance with any term or condition of this Agreement and /ar a Task
Order, the CITY may withhold payment of sums then or In the future otherwise due to the
CONSULTANT until the inaccuracy, or other breach of this Agreement and /or the Task Order:
and the cause thereof, is corrected to the CITY's reasonable satisfaction.
5.4 Final Payment. Submission of the CONSULTANT'S invoice for final payment and
reimbursement shall constitute the CONSULTANT'S representation to the CITY that, upon
receipt from the CITY of the amount invoiced, all obligations of the CONSULTANT to others,
including its consultants, incurred in connection with the Project, shall be paid in full. The
CONSULTANT shall deliver to the CITY all documents requested by the CITY evidencing
payments to any and all subcontractors, and all final specifications, plans, or other documents
as dictated in the Scope of Services. Acceptance of final payment shall constitute a waiver of
any and all claims against the CITY by the CONSULTANT.
SECTION 6. SURVIVAL OF PROVISIONS
6.1 Any terms or conditions of either this Agreement or any subsequent Task Order that
require acts beyond the date of the term of either agreement, shall survive termination of the
agreements, shall remain in full force and effect unless and until the terms or conditions are
completed and shall be fully enforceable by either party.
SECTION 7. CITY'S RESPONSIBILITIES
7.1 Assist CONSULTANT by placing at the CONSULTANT's disposal all available
information as may be requested in writing by the CONSULTANT and allow reasonable access
to all pertinent information relating to the services to be performed by CONSULTANT.
to the CITY of any fees or expenses based upon such entries. Disallowed fees will be paid
when incomplete or incorrect entries are remedied to the satisfaction of the CITY.
11.2 The CONSULTANT shall comply with Chapter 119, Florida Statutes (Public Records
Law), as applicable.
11.3 Refusal of the CONSULTANT to comply with the provisions of Sections 11.1 or 11.2
shall be grounds for immediate termination for cause by the CITY of this Agreement or any
Task Order.
Each Task Order shall incorporate by reference the terns and conditions set forth in this
Agreement between the parties as though fully set forth therein. In the event that any terms
or conditions of a Task Order conflict with this Agreement, the provisions of the Spec Task
Order shall prevail and apply. A Specific Task Order may contain additional terms and
requirements as directed by a funding source or by a party joined by an Interlocal Agreement.
SECTION 13. INDEPENDENT CONTRACTOR
13.1 The CONSULTANT is an independent contractor under this Agreement and any Task
Orders. Personal services provided by the CONSULTANT shall be by employees or
subconsultants of the CONSULTANT and subject to supervision by the CONSULTANT, and
not as officers, employees, or agents of the CITY. Personnel policies, tax responsibilities,
social security, health insurance, employee benefits, purchasing policies and other similar
administrative procedures applicable to services or work rendered under this Agreement or
any Task Orders shall be those of the CONSULTANT.
SECTION 14. ASSIGNMENT- AMENDMENTS
14.1 This Agreement shall not be assigned, transferred or otherwise encumbered, under
any circumstances, by CONSULTANT, without the prior written consent of the CITY.
14.2 NO modification, amendment oralteration in the terms or conditions of this Agreement
shall be effective unless contained in a written document executed with the same formality as
this Agreement.
SECTION 15. INDEMNIFICATION/HOLD HARMLESS
15.1 Pursuant to Section 725.08, Florida Statutes, the CONSULTANT shall indemnify and
hold harmless the CITY and its officers and employees, from liabilities, damages losses,
levels,
losses, and
costs, including, but not limited to, reasonable attorneys, fees at all trial and
to the extent such liabilities, damages, losses, and costs are caused by the negligence,
recklessness, or intentionally wrongful conduct of the CONSULTANT or any persons employed
or utilized by the CONSULTANT in the performance of this Agreement or any Task Order.
SECTION 16. INSURANCE
16.1 The CONSULTANT shall secure and maintain throughout the duration of this
Agreement and any Task Order, insurance of such type and in such amounts necessary to
protect its interest and the interest of the CITY against hazards or risks of loss as specified
below. The underwriter of such insurance shall be qualified to do business in Florida and have
agents upon whom service of process may be made in the State of Florida. The insurance
coverage shall be primary insurance with respect to the CITY, its officials, employees, agents
and volunteers. Any insurance maintained by the CITY shall be in excess of the
CONSULTANT'S insurance anti shall not contribute to the CONSULTANT'S insurance. The
CITY may from time to time review existing insurance coverages and limits and require
CONSULANT to add coverages, increase limits or amend insurance policies. The insurance
coverages shall include at a minimum:
16.2 Worker's Compensation and Employer's Liability insurance: Coverage to apply
for all employees for Statutory Limits as required by applicable State and Federal laws. The
poiicy(ies) must include Employer's Liability with minimum limits of $500,000,00 each accident..
16.3 Comprehensive Automobile and Vehicle Liability Insurance: This insurance
shall be written in comprehensive form and shall protect the CONSULTANT and the CITY
against claims for injuries to members of the public and /or damages to property of others
arising from the CONSULTANT'S use of motor vehicles or any other equipment and shall cover
operation with respect to onsite and offsite operations and insurance coverage shall extend to
any motor vehicles or other equipment irrespective of whether the same is owned, non - owned,
or hired. The limit of liability shall not be less than $1,000,000.00 per occurrence, combined
single limitfor Bodily injury Liability and Property Damage Liability. Coverage must be afforded
on a form no more restrictive that the latest edition of the Business Automobile Liability Policy,
without restrictive endorsement, as filed by the Insurance Services Office.
16.4 Commercial General Liability. This insurance shall be written in comprehensive
form and shall protect the CONSUTTANT and the CITY against claims arising from injuries to
members of the public or damage to property of others arising out of any act or omission to act
of the CONSULTANT or any of its agents, employees, or sub - contractors. The limit of liability
shall not be less than $1,000,000.00 per occurrence, combined single limit for Bodily Injury
Liability and Property Damage Liability.
a. Coverage must be afforded on a farm no more restrictive than the latest edition of the
Commercial General Liability Policy, without restrictive endorsements, as filed by the
Insurance Services Office, and must include: (1 ) Premises andlor Operations; (2) Independent
contractors and Products and /or completed Operations; (3) Broad Form Property Damage,
Personal Injury and a Contractual Liability Endorsement, including any hold harmless and/or
indemnification agreement,
b. The CITY is to be specifically included as an Additional Insured for the liability of the
CITY resulting from services or work performed by or on behalf of CONSULTANT in
performance of this or any Task Order. CONSULTANT'S insurance, including that applicable
to the CITY as an Additional Insured, shall apply on a primary basis and any other insurance
maintained by the CITY shall be in excess of and shall not contribute to CONSULTANT'S
insurance. CONSULTANT'S insurance shall contair a severability of interest provision
providing that, except with respect to the total limits of liability, the insurance shall apply io
each Insured or Additional Insured in the same manner as if separate policies had been issued
to each.
16.5 Professional Liability: The CONSULTANT shall furnish professional liability errors
and omissions insurance coverage in an amount not less than $1,000,000.00 with a maximum
deductible of $25,000.00 per claim. The CONSULTANT shall be responsible for maintaining
this professional liability insurance for a minimum of five (5) years from the date of execution
of each Task Order. Upon request of the CITY, the CONSULTANT shall make available for
inspection copies of any claims filed or made against the policy during the policy term. The
CONSULTANT shall additionally notify the CITY, in writing, within thirty (30) calendar days of
any claims filed or made against this policy in excess of $25,000.00 during the policy term.
16.6 Certificate of Insurance: Prior to the execution of this Agreement, CONSULTANT
shall provide the Mayor with evidence of insurability from the Consultant's Insurance Carrier
or a Certificate of Insurance. Prior to execution of any Task Order, the CONSULTANT shall
provide to the Mayor, Certificates of Insurance evidencing the required insurance coverages.
The Certificates of Insurance shall not only name the types of policy(tes) provided, but also
shall refer specifically to this Agreement and any Task Order and shall state that such
insurance is as required by this and any Task Order. The CITY reserves the right to require
the CONSULTANT to provide a certified copy of such policies, upon written request by the
CITY. If a policy is due to expire prior to the completion of the services, renewal Certificates
of Insurance or policies shall be furnished thirty (30) calendar days prior to the date of their
policy expiration. Each policy certificate shall be endorsed with a provision that not less than
thirty (30) calendar days' written notice shall be provided to the CITY before any policy or
coverage is cancelled or restricted. Acceptance of the Certificate(s) is subject to approval of
the Mayor.
SECTION 17. REPRESENTATIVE OF CITY AND CONSULTANT
17.1 It is recognized that questions in the day -to -day conduct of this Agreement will arise.
The CITY designates the Mayor or his designee, as the person to whom all communications
pertaining to the day -to -day conduct of this Agreement shall be addressed.
17.2 CONSULTANT shall inform the CITY Representative, in writing, of the representative
of the CONSULTANT to whom all communications pertaining to the day - today conduct of this
Agreement or any Task Orders shall be addressed.
SECTION 18. COST AND ATTORNEY'S FEESMAIVER OF JURY TRIAL
18.1 If either the CITY or CONSULTANT is required to enforce the terms of this Agreement
or any Task Order by court proceedings or otherwise, whether or not formal legal action is
required, the prevailing party shall be entitled to recover from the other party all costs,
expenses, and attorney's fees, in any state or federal administrative, circuit court and appellate
court proceedings.
18.2 In the event of any litigation arising out of this Agreement or any Task Order, each
party hereby knowingly, irrevocably, voluntarily and intentionally waives its right to Vial byjury.
SECTION 19. COUNTERPARTS
This Agreement may be executed in several counterparts, each of which shall be deemed an
original and such counterparts shall constitute one and the same instrument.
SECTION 20. CONSULTANT'S RESPONSIBILITIES
20.1 The CONSULTANT and any and all drawings, plans, specifications, or other
construction or agreement documents prepared by the CONSULTANT shall be accurate,
coordinated and adequate for its intended purposes and shall comply with all applicable CITY
Codes, state and federal laws, rules and regulations.
20.2 The CONSULTANT shall exercise the same degree of care, skill and diligence in the
performance of the services for each Task Order as is ordinarily provided by a professional
disaster recovery assistance consultant under similar circumstances. If at any time during the
term of any Task Order or Project for which the CONSULTANT has provided services under a
prior Task Order, it is determined that the CONSULTANTS documents are incorrect, defective
or fail to conform to the Scope of Services of the particular Project, upon written notification
from the CITY, the CONSULTANT shall immediately proceed to correct the work, re- perform
services which failed to satisfy the foregoing standard of care, and shall pay all costs and
expenses associated with correcting said incorrect or defective work, including any additional
testing, inspections, and construction and reimbursements to the CITY for any other services
and expenses made necessary thereby, save and expect any costs and expenses which the
CITY would have otherwise paid absent the CONSULTANT'S error or omission. The CITY'S
rights and remedies under this section are in addition to, and are cumulative of, any and all
other rights and remedies provided by this Agreement, the Task Order, by law, equity or
otherwise.
20.3 The CONSULTANT'S obligations under Paragraph 20.2 of this Agreement shall
survive termination of this Agreement or any Task Order.
SECTION 22. FORCE MAJEURE
21.1 Force Majeure shall mean an act of God, epidemic, lighting, earthquake, fire,
explosion, hurricane, flood or similar occurrence, strike, an act of public enemy, or blockade,
insurrection, riot, general arrest or restraint of government and people, civil disturbance or
similar occurrence, which has had or may reasonably be expected to have a material adverse
effect on the rights and obligations under this Agreement, and which, by the exercise of due
diligence, such parties shall not have been able to avoid. Such acts or events 00 NOT
INCLUDE inclement weather (except as noted above) or the acts or omissions of sub -
consultants/subcontractors, third -party consultants /contractors, materialmen, suppliers, or
their subcontractors, unless such acts or omissions are otherwise encompassed by the
definition set forth above.
21.2. No party hereto shall be liable for its failure to carry out its obligations under the
Agreement during a period when such party is rendered unable, in whole or in part, by Force
Majeure to carry out such obligations, but the obligation of the party or parties relying on such
Force Majeure shall be suspended only during the continuance of any inability so caused and
for no longer period of said unexpected or uncontrollable event, and such cause shall, so far
as possible, be remedied with all reasonable dispatch.
21.3 It is further agreed and stipulated that the right of any pasty hereto to excuse its
failure to perform by reason of Force Majeure shall be ca-ididcned upon such party giving,
to the Other party or parties, written notice of its assertion that a Force Majeure delay has
commenced within ten (10) Working days after such commencement, unless there exists
good cause for failure to give such non - performance as caused by Force Majeure unless
the failure to give timely notice causes material prejudice to the other party or parties.
SECTION 22. NOTICES
Whenever either party desires to give notice to the other, it must be given by hand delivery or
written notice, sent by certified United States mail, with return receipt requested or a nationally
recognized private mail delivery service, addressed to the party for whom it is intended, at the
place last specified, and the place for giving of notice in compliance with the provisions of this
paragraph. For the present, the parties designate the following as the respective places for
giving of notice, to -wit:
FOR CONSULTANT:
Looks Great Services of MS, Inc.
Attn: Kristian Agoglia
1501 Highway 13 North
Columbia, M5 39429
FOR CITY:
City of Florida City, Florida
Attention: Mayor
404 West Palm Drive
Florida City, Florida 33034
Telephone: (305) 247 -8221
Facsimile: (305) 242 -8133
WITH A COPY TO.
Regine Monestime, Esq.
City Attorney
20840 San Simeon Way # 606
Miami, FL. 33179
Telephone: (305) 790 -7710
Facsimile: (305) 653 -4709
SECTION 23. TRUTH -IN- NEGOTIATION CERTIFICATE
Signature of this Agreement by CONSULTANT shall act as the execution of a truth -in-
negotiation certificate stating that wage rates and other factual unit costs supporting the
compensation of this Agreement or any Task Order are accurate, complete, and current at the
time of contracting. Each Task Order's prices and any additions shiail be adjusted to exclude
any significant sums by which the CITY determines the P'roject's Agreement {price was
increased due to inaccurate, incomplete, or noncurrent wage rates and other factual unit costs.
All such adjustments shall be made within one year foliowing the end of each Task Order.
SECTION 24. CONSENT TO JURISDICTION
The parties submit to the jurisdiction of any Florida state or federal court in any action or
proceeding arising out of relating to this Agreement or any Task Order. Venue of any action
to enforce this Agreement or any Task Order shall be in Miami -Dade County, Florida.
SECTION 25. GOVERNING LAW
This Agreement and any Task Order shall be construed in accordance with and governed by
the laws of the State of Florida.
SECTION 26. HEADINGS
Headings are for convenience of reference only and shall not be considered in any
interpretation of this Agreement.
SECTION 27. SEVERABILITY
If any provision of this Agreement or any Task Order or the application thereof to any person
or situation shall to any extent, be held invalid or unenforceable, the remainder of this
Agreement, and the application of such provisions to persons or situations other than those as
to which it shall have been held invalid or unenforceable shall not be affected thereby, and
shall continue in full force and effect, and be enforced to the fullest extent permitted by law.
SECTION 28. EXHIBITS
Each Exhibit referred to in this Agreement forms an essential part of this Agreement. The
Exhibits if not physically attached, should be treated as part of this Agreement, and are
incorporated by reference.
[THE REST OF THIS PAGE INTENTIONALLY LEFT BLANK]
IN WITNESS WHEREOF, the parties execute this Agreement on the respective dates under
each signature. The CITY, signing by and through its Mayor and attested to by its City Clerk,
is, dyly uthorized to execute same, and by CONSULTANT, by and through its,
v t &- i�sAoR ' , whose representative has been duly authorized to execute same
through a resolution of the corporation or partnership.
ATTEST:
CITYOF FLORIDA CITY, FLORIDA
a Florida municipal corporation rr
By: li-- W
Otis T. Wallace, Mayor
Date: 9) -7
LOOKS GREAT ERVICES OF MS, INC.
By:
Name:
Title: L zl'
Date: r'1` /-'1-
MSV - A> rne,n-V 1.
EXHIBIT A
PRICE PROPOSAL FORM
DISASTER DEBR-IS REMOVAL AND DISPOSAL
PART A
Emergency Services -- EMERGENCY ROAD CLEARING - from roads to rEght -of -way, and
Utility ROW during the FEMA State, and city declared 72 -hours immediate disaster. Includes
Emergency cutting and removing of dangerous limbs that are an immediate threat to pubiic safety,
health and welfare
See the EMERGENCY Road Gearing Rate Sheet LIMITED 72 HOURS ONLY. ONLY
LABOR AND EQUIPMENT
EQUIPMENT WI OPERATORS r or-o unira I
TRACKHOE J.D. 690 OR EQUAL i $190.00
544 LOADER OR EQUAL
1$185.00
$44 LOADER W1 GRAPPLE/ 2 -2.5CY
1$205.00
D6 DOZER
$195.00
f BOBCATIS KID STEER WIG RAP P LE-LS 180
$90.00
I b 6 DOZER LOP
I $250.00
1 RUBBER TIRE BACKHOE
$95.00
TRANSPORT WI LOBOY
$125.00_
MAINTENANCE TRUCK
$85.00
15 -24 CY DUMP TRUCK
$70.00
25 -34CY DUMP TRUCK
35 -44 CY DUMP TRUCK
1$100.00
45 -54 CY DUMP TRUCK
$115.00
65 -74 CY DUMP TRUCK �r
$130.00
75 + CY DUMP TRAILER $145.00
DIAMOND Z TUB GRINDER $525.00
WATER TRUCK 2000 GAL $75.00
CHAINSAW OPERATOR WITH SAFETY GEAR) $85.00
TRAFFIC CONTROL TECHNICIAN (WITH SAFETY GEAR
$65.00
PROJECT MANAGER WITH TRUCK
$95.00
FIELD SUPERVISOR WITH TRUCK
$85.00
CREW LEADER WITH TRUCK
$75.00
HAIMAT REMOVAL -COST , 10%
-
i BUCKET TRUCKS (LIST SIZES
See Below
OTH ER - 5' BUCKET TRUCK
$235.00
OTHER - 60- BUCKET TRUCK
$200.00
OTHER - BOBCATISKIDSTEER WlGRAPPLE - 78300
$95.00
OTHER -DIAMOND ZTUB GrRINDEP 1,000+ HP
$775.00
OTHER - MORBARK 7600 HORIZONTAL GRINDER
$850.00
PART 6
Debris Removal, Reduction and Disposal Operations and Debris Removal and
Reduction Non - Emergency Services
Respondents are to make no changes to the following table and are required to till
it out comoletely. Values must be provided for all categories below or the response
may be deemed non - responsive.
1. Rights -of -Way Vegetative Collection Rate
Vegetative debris collected from public or private right -of -way (ROW) and
improved public lands, hauled to, and dumped at the debris ,management site(s)
(Within Roundtrip 30 mile haul)
Per Cubic Yard $ 12.00
2. Condemned Private Property Vegetative Collection Rate
Vegetative debris collected from private property deemed to be a safety hazard by
the City will be, demolished per note, below, hauled to, and dumped at the debris
management site(s). This includes the removal of demolished rnaterials (Within
Roundtrip 30 miie haul).
Per Cubic Yard S 13M
3. Public Right of Way Construction and Demolition Collection Rate
Construction and demofition debris collected from designated work zone, hauled to,
and dumped at the debris management sites! or other designated location (Within
Roundtrip 30 mile haul).
Per Cubic Yard S 13.00
CONDEMED PROPERTIES: In the event condemned properties or unsafe
structures are deemed a safety and health hazard to our community, the contractor
will provide a per structure price for demolition and proper disposal of condemned
property.
Per Structure $ 2.05 P =R SQUARE FOOT
4. Debris Reduction
Debris Reduction of vegetative debris via grinding at temporary debris storage
reduction site (TDSR) or other designated location. Price includes setup,
management, maintenance of onsite entry and exit roads, and closure of temporary
debris storage and reductions site (TDSRI,.
Per Cubic Yard $ 6.25
Final Haui out to a pej•r;n-tted alsposal facility (Assums 30 mile round
trip haul). Per Cubic Yard L,6.50
5. Debris disposal
Debris Disposal at permitted Landfill- price to be determined and negotiated. Based upon
landfill availability at time of disaster. Leave this price blank. Di sposal Tipping fees
will be a negotiated or pass through amount.
Per Cubic Yard T8D
6. Cutting Partially Uprooted or Split Trees (Leavers)-
Remove failing partially uprooted or split trees from the ROW, or the overhanging
portion of the limb over the ROW, and placing the debris in the ROW for haul -off to
designated debris management site. T his includes all Utility ROW. For a split leaner
(No exposed root ball, price is i.nciusive of flush cutting the Free trunk.
Partially Uprooted Leaner (Price is inclusive of excavating the root ball and placing
it in the ROW). Diameter of tree is calculated at 2 -feet from rase
Less than 24 inches
24 - 36 inches
36 — 48 inches
Greater than 48 inches
Per Tree $1 .050.00
Per Tree ;;1,225.00
Per Tree $1.525.00
Per Tree $2.325.00
7. Removal of Dangerous Hanging Limbs (Hangers) - During Debris
Removal- Non-
Emergency Services.
Remove hanging or partially broker. limbs from trees in the ROW, or limbs hanging
over the ROW, and placing the debris in the ROW for haul-off.
Trees with hazardous iimbs > 24 inches Per Tree 8 175.00
8. Stump Removal and Collection. 'Rate
Removal and collection of stumps partially uprooted in the ROW. Stumps will be
identified and certified in the ROW by the City or its representative. Stumps wilt be
hauled to and dumped at a debris management site(s) or other designated iocation.
Diameter of Stump at 2 -feet from base
Less than 24 inches
Per Tree 8450.00
24 - 36 inches Per Tree 8650.00
37 - 48 inches Per Tree 5850.00
Greater than 48 inches Pe" 51,500.00
9. Sa - kfiII
Supply and placement of clean fill dirt into holes created by stump, tree, or bush
removal in the ROVI.
Per Cubic Yard $ 25.00
10. Reduction of Construction &Demolition debris at debris management site(s)
or other designated location.
Per Cubic Yard 6.25
11, Final Haul -out of reduced vegetative debris, (include disposal costs)
Reduced vegetative debris hauled from debris management sites; or other
designated location to final disposal site. Not including Disposal costs.
Within 20 mile rcundtrip haul- Per Cubic Yard S6.50
Within 30 mile roundtrip Gaul- Per Cubic Yard $ 7.00
Disposal and Tipping fees will be negotiated or established as a pass
through amount.
12. Maul reduced C&D debris to final disposal site (include disposal casts)
Reduced C &D debris hauled from debris management site(s) or other designated
location, to fina! disposal site.
Within 20 mile roundtrip haul- Per Cubic Yard $ 8.50
Within 30 mile roundtrip haul- Per Cubic Yard$ 7,00
Disposal and Tipping fees will be negotiated or pass through amount.
ADDITIONAL SERVICES PER AUTHORIZED TASK WORK ORJ -RS
FEMA PROGRAM ASSISTANCE AND GRANTS. MANAGEMENT
FEMA PROGRAM ASSISTANCE DATES
SPECIALTY
RATE
rrNvWc�, I ulKtt, I UK
ASST. PROJECT DIRECTOR
HAZARD MITIGATION SPECIALIST
FEMA PROGRAM ASST. PROJECT SPECIALIST
FIELD SUPERVISOR
$ 150.00
$ 135.00
$ 150.0()
I $ i 50.00
$ 95.00
SAFETY SUPERVISOR
ADMINISTRATIVE ASSISTANTIBILLING & INVOICING
i $ 8C.0c
$ 35.00
TICKET /DATA ENTRY
$ 30.00
GRANTS MANAGEMENT
$ 95.00
OTHER- TRAFFIC CON RROL
$ 05,00
OTHER- PROJECT ENGINEER
$ 150.00
_
OTHER- Y
OTHER- i$
QTHER-
$
OTHER-
$
OTHER- $
Rates include all costs including payroll, per diem, mobile phones, etc. Travel and
hotel will be billed at cost_
cr>Y OF
FLORIDA CITY
.h.n ro m uowtunau �r,..r".cuc+
September 17, 2017
Tom Benton, Miami Shores Village, Manager
10050 N.E. Second Avenue
Miami Shores, FT. 33138
SUBJECT: Miami Shores Village, Florida, "REQUEST for Contracts as follows: for Assistance
Of r Statewide Mutual Aid or City
Florida a.
1) Debris Removal, Reduetion, hazard Limbs and trees removal, final haul out of storm debris to Permitted
facility (Florida city contract "Looks Great Services").
2) Disaster Debris Monitoring, Disaster Management, FEMA Public Assistance Program Assistance and
Administrative atfve Services (Florida City contract "Disaster Program & Operations, l�nc °).
Dear Mr. Benton,
The City of Florida City is pleased to provide Miami Shores Village Emergency assistance during this critical time of Post
Hurricane Irma recovery effort. This request is being Provided in accordance with the Florida Statewide Mutual Aid Agreement
{MAA form attached} and request fort B "Statewide Mutual Aid Agreement" to assist Miatlti Shores Village with Emergency
Services, Hurricane Irma Storm genergted Debris Removal and Debris monitoring Tasks and services as required by Miami
Shores Village per above referenced contracts awarded by City of Florida City, as a result of Ci
prior to Hurricane Irma per state and federal requirements. ty ie as
City solicitation
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 intemet ability and sporadic cell phone service to this date after Hurricane Irma and therefore Miami
Shores Village has had no ability to solicit for Debris .Removal and Debris Monitoring services for Hurricane 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 bid process used in the solicitation and selection process will be
provided to Miami Shores Village, including the contract, contract award and selection criteria, council sheeting award, t have
been in touch with the LGS local Project Manager, Mr. 'Tom Rankin (704) 860-1 523, and Gabrielle BenignL President, Disaster
Program & Operations, Inc. and confirmed that both companies have sufficient existing resources to fulfill the request by
Miami Shores Village without impact to their Ongoing work at the City of Florida City.
I understand the exigent circumstances in which Miami shores Village storm generated debris remaining in the community
causing sever health and safety bazards (mosquitos Zika 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
understated 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 MAA form today if possible for our
records.
ttvl Y = f�
Otis T. Wallace, mayor
City of Florida City, Ft.
404 west Palm Drive
PART I
I
9/16/2017
STATEWIDE MUTUAL AID AG1tEEfMENy
Type or Printall ht rmum WWW s 9oabwm
To BE COMPLETED BY THE REQUEMWG PARTY
0800 HRS
Tom Benton, Village Mgr,
Tel No: (305) 795 -2210
T— A IStance: Hurricane Irma DR # 4337
De of Arse {Resources Needed use Part N fix �)ditianal
Hurricane Irma storm- debris removal, hazardous limbs and trees removal,
storm debris removal monitoring and disaster ma limbs an tree services.
Date &TiimeReswrces Needed: 1 9/18/2017, as directed
sCagiraJArea: Will Direct
Approx{ matedDaWi'ime Resources Released; 60 Days or when debris removal and tree hazardr
Authorized Officials Name (Printirype) '
Signature
Title
Agency.
PART II Mission No:
TO BE COMPLETED BY THEASSISTYNG PARTY
Rick Stauts �r,one�ll (305) 247 -8222 11 (305) 242 -8133
TYPeof Assistance Available: Utilize City of Florida City Contracts for debris removal
a and debris monitoring. Details continued on page 2.
Date & Time Rwaurces Avaaable From: Q 9 / 19 / 2 d Y 7 ` - Q—v��LS — --
T0:
Staging Area Location: N/A
T- are clear from MS ROW
Aprprex• DallyTDW Cosh for Labor. Equipment and Materials;
Contractors to be paid b TMTiami Shores
Traruportallon Costs from Home Base to Staging Ate. $ N/A Tran
spwtatkui Costs to Return to Home Base: # N/A
Loguecs Required from Requestkv Pm, Yes
(Provide information on attached_ part III) No %
Authorized OHidafsMame: Qtis T. Wallace
zitie. Mayor, City of Florida City
Date: 0 9 / 17 / 2 01 Time: (kxW) HPS
PART III MSion7N.N/A
.-MME
rr_r.
Benton
Village Manager, Miami Shores
Miami Shores village — -
Revised: November 23, 2010
Page 1
ry
STATEWIDE MUTUAL AID AGREEMENT
TYPO or Print all inlonnation except signebmes
Fb— B (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_"
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 09/12/2017 provided under separate cover.
Revised: November 23,20-10
Page 2
September 27, 2017
'--Ju Iv.c S�LUiVU AVENUE
MIAMI SHORES. FLOMOA 33138-2382
TELEPHONE 005179-9-2207
FAX 13051 756 -8972
Kristian Agogba, President
Looks Great Services, Inc.
1501 Highway 13 North, Columbia, MS 39429
Mar•Adam Glinn
MAYOR
Sean Brady
VICE MAYOR
Jonathan Meltz
COUNCILMAN
Alice Burch
COUNCILWOMAN
Steven Zelkowita
COUNCILMAN
Tom Benton
VILLAGE MANAGER
SUBJECT: NOTICE TO PROCEED: Hurricane Irma — DR 4337 - Disaster Debris Removal, Hazard L rd arafan
Trees removal due to hurricane Irma . TTURNEY
Dear Mr_ Agoglia,
This letter provides Looks Great Services, Inc. (LGS) a "Notice to Proceed" per the LOS contract with the City of
Florida City, FL. and per Miami Shores Village Mutual Aid request, September 16, 2417 from City of Florida City
contract with LGS in accordance with the Florida Statewide Mutual Aid Agreement. Miami Shores Village is to be
invoiced directly for all Disaster Debris Removal, Hazard Limbs and Trees removal,.
Task order No. I will be issued immediately to est
accordonoo with federal ablish an initial "Not- To-dExceed" time and schedule amount in
deral requirements for this emergency debris removal tasks for a maximum of 30 days.
Miami Shores Village has reviewed and accepted the Florida City RFP selection criteria and concurs with the selection
LGS and award as the highest scare per RFP N City 2017 -004 selection criteria.
Miami Shores Village requires the immediate services of a qualified disaster debris removal services contractor to
perform Disaster Debris Hazards Removal of debris generated by Hurricane Irma on behalf of the Miami Shores
Village.
LGS rely responded to the Florida City RFP #City 2017 -004 and represents it is capable and prepared to provide
such services us generally described in the RFP and Florida City contract award.
In consideration of the promises made in the contract between Florida City and LGS, Miami Shores Village issues
this Notice to Proceed for LGS above referenced services for Hurricane Irma storm generated debris and debris
equffe .Please add Miami Shores Village as certificate holder with LGS insurance in accordance with the contract
requiaetnents.
LOOKS GREAT SERVICES OF MS, INC.
Authorized Reprq ■ e
Signature ^ --
Printed
Name r / )
I
MIAMI SHORES VILLAGE, FLORIDA
Authorized Represeutstill.
Signature
Printed
Name
Cif y lay
Itoeida 44dway io At 11mi kayt and Fue Cify er
P
September 16, 2017
Kristian Agoglia, President
Looks Great Services of MS, Inc.
1501 Highway 13
North, Columbia. MS 34429
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, 2417
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 the
aforementioned Agreement between the City and Looks Great Services of MS. Inc.
This change order amends the subject contract line Item 6 "Cutting Partially Uprooted or Split Trees
( leaners)" to correct it typographical error in the contract line item. as follows-
- "24 to 36 inches Per Tree $11225.00" to -24 to 35 inches for S 1,225.00."
All other elements of the Agreement for Continuing Services shall remain unaffected by this Change
Order.
Looks Great Service of: "Inc.
Representative
Signature
Printed
Name
City of Florida City, Florida
Representati ve T
Signature i
Printed
Name -//.5
404 West Palm Drive • PO Sox 343570 • Florido City, Florida 33034 -0570 • Telephone (305) 247 -8221 1 Fax (305) 242 -8133
V RGCYrUr3 PAPr K