Loading...
MAA LGS ContractDISASTER 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, 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 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