Loading...
HomeMy Public PortalAbout22-9997 - Issue RFP for the demolition of 2141 - 2151 Ali-baba AveSponsored by: City Manager RESOLUTION NO. 2 2- 9 9 9 7 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING THE INTERIM CITY MANAGER TO ISSUE A REQUEST FOR PROPOSALS (RFP) FOR THE DEMOLITION OF THE STRUCTURE AT 2141-2151 ALI BABA AVENUE, WITHIN THE CITY; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, on January 14, 2022, pursuant to Master Case No. OPA2022-001, the Miami -Dade County Unsafe Structures Board ruled that the 2 -Story Multi -Family Duplex located at 2141-2151 Ali Baba Avenue, within the City of Opa-Locka ("City"), be demolished by an individual qualified to obtain a demolition permit within thirty (30) days from the Miami -Dade County Unsafe Structures Board decision (Decision attached hereto as Exhibit "A"); and WHEREAS, further, the Miami -Dade County Unsafe Structures Board determined that "The demolition permit shall be obtained from the Unsafe Structures Unit or the applicable equivalent in the enforcing municipality. All debris resulting from the demolition shall be promptly removed from the premises. If any of the above conditions are not complied with, said structure shall be demolished by the enforcing authority or municipality as soon as possible"; and WHEREAS, the City desires to issue a Request for Proposals ("RFP"), attached hereto as Exhibit "B", to seek proposals from qualified professionals to demolish the structure at 2141-2151 Ali Baba Avenue; and WHEREAS, in addition to other requirements, the successful Contractor will be required to investigate the conditions of public thoroughfares and roads as to availability, clearances, loads, limits, restrictions, and other limitations affecting transportation to, and ingress and egress of the site; and WHEREAS, the City of Opa-Locka desires to issue a Request for Proposals (RFP) to seek proposals from qualified professionals to demolish the former Police Station; and Resolution No. 22-9997 WHEREAS, the City Commission authorizes the Interim City Manager to issue an RFP to demolish the Former Police Station located at 2495 Ali Baba Avenue and further authorizes the spending of up to Three Thousand Dollars ($3,000.00) for advertising purposes, if deemed appropriate. NOW THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA LOCKA, FLORIDA: SECTION 1. RECITALS ADOPTED. The recitals to the preamble herein are incorporated by reference. SECTION 2. AUTHORIZATION The City Commission of the City of Opa-Locka hereby authorizes the City Manager to issue a Request for Proposals, attached hereto as Exhibit "B", to demolish the structure at 2141-2151 Ali Baba Avenue, within the City and further authorizes the spending of up to Three Thousand Dollars ($3,000) for advertising purposes, if deemed appropriate. SECTION 3. SCRIVENER'S ERRORS. Sections of this Resolution may be renumbered or re -lettered and corrections of typographical errors which do not affect the intent may be authorized by the City Manager, following review by the City Attorney and without need of public hearing, by filing a corrected copy of same with the City Clerk. SECTION 4. This Resolution shall be effective immediately upon adoption hereof and approval by the Governor of the State of Florida or Governor's designee. EFFECTIVE DATE PASSED and ADOPTED this 22nd day of June, 2022. ATTEST: Jo. na Flores, City Clerk APPROVED AS TO FORM AND Veronica Williams, Mayor 2 Resolution No. 22-9997 LEGAL SUFFICIENCY: Burnadett ris-Weeks, P.A. City Attorney Moved by: Commissioner Davis Seconded by: Commissioner Dominguez VOTE: 5-0 Commissioner Dominguez YES Commissioner Bass YES Commissioner Davis YES Commissioner Taylor YES Mayor Williams YES 3 City of Opa-locka Asenda Cover Memo City Manager: Darvin Williams CM Signature: _ z /.1. _,_4 Commission Meeting Date: 06.22.2022 Item Type: (EnterX in box) Resolution v Ordinance Other X Fiscal Impact: (Enter X in box) Yes No Ordinance Reading. (Enter X in box) 1St Reading 2nd Reading Est. $3,000 Public Hearing: (EnterX in box) Yes No Yes No X X Funding Source: Account# : (Enter Fund & Dept) Ex: See Financial Impact Section Advertising Requirement: (EnterX in box) Yes No X Contract/P.O. Required: (EnterXinbox) Yes No RFP/RFQ/Bid#: X Strategic Plan Related (EnterXin box) Yes No Strategic Plan Priority Enhance Organizational Bus. & Economic Dev Public Safety Quality of Education Qual. of Life & City Image Communication Area: I• Strategic Plan 04/Strategy: (list the specific objective/strategy this item will address) X • NI mo MI Sponsor Name City Manager Department: City Manager Short Title: A resolution authorizing the City Manager to issue an RFP for Demolition of Structure at 2141-2151 Ali Baba Avenue. Staff Summary: The City of Opa-Iocka would like to issue a Request for Proposals (RFP) to seek proposals from qualified professionals to demolish the structure at 2141-2151 Ali Baba Avenue. The structure has been an eyesore for many years and was approved for demolition by the Miami -Dade County Unsafe Structure Board. Financial Impact The RFP will be issued primarily electronically, but may require additional advertising, estimated to be $3,000, with funding available in the Non -Department Other Advertising budget 19-515491. ($9,318 available). Proposed Action: Staff recommends the approval of this request to issue the RFP to seek proposals from qualified companies. Attachment: Draft RFP MIAMI.DADE COUNTY Delivering Excellence Every Day Department of Regulatory and Economic Resources Herbert Saffir Permitting & Inspection Center 11805 SW 26"' Street (Coral Way) Miami, Florida 33175 UNSAFE STRUCTURES BOARD (786) 315-2574 FAX (786) 315-2570 Date Transmitted: January 14th, 2022 Clerk of Courts Use NOTICE OF BOARD DECISION MIAMI-DADE COUNTY UNSAFE STRUCTURES BOARD PLEASE NOTE: FOR FULL INFORMATION CONCERNING THE DECISION, PLEASE READ THIS DOCUMENT IN ITS ENT[RETY. R.ina Yerushalini, Laura Shell & 'Yaacov Nakash 2534 NW 73 Ave. Sunrise, FL 33313 Re: 2141-2151 Ali Baba Ave Legal Description: MAGNOLIA SITB PB 40-80 LOTS 28 THRU 31 INC BLK 8 PER UNITY OF TITLE TO CITY 01? OPA LOCKA. DATED 6-21-68 LOT SIZE 100.000 X 96 OR 15162-2417 0891 4 COC 26102-3147 10 2007 4 Master Case No.: OPA2022-001 Board action on (A) 2 -Story Multi -Family Duplex, located at the above address is as follows: At its meeting on January 12th, 2022, the Unsafe Structures Board ruled that: Said structure be demolished by an individual qualified to obtain a demolition permit within thirty (30) days from today. The demolition permit shall be obtained from the Unsafe Structures Unit or the applicable equivalent in the enforcing municipality. All debris resulting from the demolition shall be promptly removed from the premises. If any of the above conditions are not complied with, said structure shall be demolished by the enforcing authority or municipality as soon as possible. In upholding the Building Official's position, the Board recommended that the property continue to be secured and that the appropriate law enforcement agencies be notified for any further required action. In accordance with Section 8-5(n) of the Code of Miami -Dade County, any owner or authorized representative may seek an extension of the titneframes set forth in an Order of the Unsafe Structures Board. Such request for a hearing to seek an extension must be in writing, directed to the Secretary of the Unsafe Structures Board. The written request for extension must be received by the Secretary of the Board prior to the deadline specified in the order. For example, in the event the Board Order states that a permit must be obtained within a specified period, the request for extension of the deadline to obtain the permit must be received prior to the expiration of that specified period. l:f the same order provides a deadline for completion of the structure(s), the request for the extension for the deadline of completion must be received prior to the deadline for completion, provide that the applicant has complied with the permit deadline. In no event may the Board grant more than one extension of time for each initial order. Unsafe Structures Board January 12th, 2022 OPA2022-001 2141-2151 Ali Baba Ave. Clerk of Courts Use To obtain an extension, the owner or applicant must demonstrate to the reasonable satisfaction of the Board that the structure(s) that is the subject of the Order is secure at the time the extension is sought and that the owner or applicant has made a good faith attempt to comply with the Order which has been impeded by changed circumstances or other circumstances outside of the owner or applicant's control. As a further condition of the extension, the owner or applicant must submit in writing, together with the petition for an extension, a written timetable for compliance for compliance with the substantive provisions of the Order and for completion of all necessary repairs. The Board will limit its consideration of the petition to deciding whether the grounds for an extension have been satisfied. The Board also ruled through this Board decision that, if compliance is not obtained within the time stipulated above then, the Building Official is further instructed to proceed as provided in Chapter 8, Section 8-5 of the Code of Miami --Dade County. There will be no further notices or communication from the Unsafe Structures Board regarding this case. This document may be recorded by the Building Official with the Clerk of the Circuit Court. This recording will constitute constructive notice to all concerned, as well as any subsequent purchasers that a decision has been rendered by the Unsafe Structures Board on the above referenced property. Repair or demolition permits, for property located at the above address must be obtained from the City of Opa-Locka, Building Department, 780 Fisherman Street, 4th Floor, Opa Locka, FL 33054, (3051953-2868 Option 6. Please call this Department before coming in for a permit or for further information on this matter. The Unsafe Structures Board is Quasi -Judicial; the decision and specified compliance date is final and binding. Any person aggrieved by a decision of the Unsafe Structures Board may seek judicial review of that decision in accordance with the Florida Rules of Appellate Procedure as indicated in Chapter 8, Section 8-5 (o) of the Code of Miami -Dade County. Respectfully, Secretary, the Board Unsafe Structures Board KC/au cc: Known Interested Parties: City of Opa-Locka, Building Department, 780 Fisherman Street, Opa-Locka, FL 33054, Attn: Esin Daniel Abia, Building Official; City of Opa-Locka, Building Department, 780 Fisherman Street, Opa-Locka, FI, 33054, Attn: Esin Arshad Viquar, P.E Seal City of Opa-locka RFP NO: 22-VOCXXXX FOR PROPOSAL (RFP) DEMOLITION OF STRUCTURE AT 2141-2151 ALI-BABA AVENUE CITY OF OPA-LOCKA RFP NO. 22-XXXXXXX DEMOLITION OF STRUCTURE AT 2141-2151 ALI-BABA AVENUE TABLE OF CONTENTS Subject Page Number Cover 1 Table of Contents 2 Advertisement 3 Part I - Proposal Guidelines 4 Part II - Nature of Services Required 8 Part III - Proposal Requirements 10 Part IV - Evaluation of Proposals 12 Proposer Qualifications 14 Price Proposal 15 Debarment, Suspension Certification 16 Drug -Free Certification 18 Non -Collusion Affidavit 19 Non -Discrimination Affidavit 20 E -Verify Form 21 CITY OF OPA-LOCKA REQUEST FOR PROPOSALS RFP N0: 22-XXXXXXX DEMOLITION OF STRUCTURE AT 2141-2151 ALI-BABA AVENUE Sealed Proposals for Demolition of Structure at 2141-2151 Ali -Baba Avenue will be received by the City of Opa-locka at the Office of the City Clerk, 780 Fisherman St, 4th Floor, Opa-locka, Florida 33054, Wednesday, August 7, 2022 by 2:00 p.m. Any RFP Package received after the designated closing time will be returned unopened. The City of Opa-locka will be accepting proposals by mail, however it is your responsibility to submit your proposal by the due date. In addition, proposals may be submitted via www.demandstar.com (e -bid). The address to submit sealed proposals is listed below: CITY OF OPA-LOCKA Office of the City Clerk 780 Fisherman Street, 4th Floor Opa-locka, Florida 33054 An original and six (6) copies for a total of seven (7) plus 1 copy of the Proposal package on USB Flash Drive in PDF format shall be submitted in sealed envelopes/packages addressed to the City Clerk, City of Opa-locka, Florida, and marked RFP FOR DEMOLITION OF STRUCTURE AT 2141-2151 ALI-BABA AVENUE. Proposers desiring information for use in preparing proposals may obtain a set of such documents by visiting the City's website at www.opalockafl.gov or www.demandstar.com. The City reserves the right to accept or reject any and all proposals and to waive any technicalities or irregularities therein. The City further reserves the right to award a contract to that proposer whose proposal best complies with the RFP NO: 22-XXXXXXX requirements. Proposers may not withdraw their proposal for a period of ninety (90) days from the date set for the opening thereof. A pre -bid meeting will be held on Thursday, July 14, 2022 at 10:00 a.m. at 780 Fisherman Street, Ste. 220, Opa-locka, FL 33054 and via zoom. To participate via Zoom, please use the call -in information listed below: https://us02web.zoom.us/j/4638013145?pwd=UGFpTmFpbE52c2d0ZnBTenB4Z21HZz09 Meeting ID: 463 801 3145 Passcode: 780334 One tap mobile +13126266799„4638013145#,,,,*780334# US (Chicago) +16465588656„4638013145#,,,,*780334# US (New York) Dial by your location +1 312 626 6799 US (Chicago) +1 646 558 8656 US (New York) +1 301 715 8592 US (Washington DC) +1 346 248 7799 US (Houston) +1 669 900 9128 US (San Jose) +1 253 215 8782 US (Tacoma) Find your local number: https://us02web.zoom.us/u/k1HRpbFTd City Clerk Joanna Flores, CMC 31 CITY OF OPA-LOCKA RFP NO.22-XXXXXXX DEMOLITION OF STRUCTURE AT 2141-2151 ALI-BABA AVENUE PART I PROPOSAL GUIDELINES Introduction: The City of Opa-locka is requesting proposals from qualified professional companies to provide service to demolish the structure at 2141-2151 Ali -Baba Avenue, Opa-locka, FL 33054. 1-2. Proposal Submission and Withdrawal: The City of Opa-locka will be accepting proposals by mail, however it is your responsibility to submit your proposal by the due date. In addition, proposals may be submitted via www.demandstar.com (e -bid). The City must receive all proposals by 2:00 pm on Wednesday, August 7, 2022. The address to submit sealed proposals is listed below: CITY OF OPA-LOCKA Office of the City Clerk 780 Fisherman Street, 4th Floor Opa-locka, Florida 33054 To facilitate processing, please clearly mark the outside of the proposal package as follows: RFP NO. 22-XXXXXXX - DEMOLITION OF STRUCTURE AT 2141-2151 ALI-BABA AVENUE. This package shall also include the Proposer's return address. Proposers may withdraw their proposals by notifying the City in writing at any time prior to the deadline for proposal submittal. After the deadline, the proposal will constitute an irrevocable offer, for a period of 90 days. Once opened, proposals become a record of the CITY and will not be returned to the Proposer. The City cautions proposers to assure actual delivery of mailed or hand -delivered proposals directly to the City Clerk's Office at 780 Fisherman Street, 4th Floor, Opa-locka, Florida 33054 prior to the deadline set for receiving proposals. Telephone confirmation of timely receipt of the proposal may be made by calling (305) 688-4611 before proposal closing time. Any proposal received after the established deadline will not be considered and will be returned unopened to the Proposer(s). 1-3. Number of Copies: Proposers shall submit an original and six (6) copies (a total of 7) plus one copy on CD in PDF format of the proposal in a sealed, opaque package marked as noted above. The Proposer will be responsible for timely delivery, whether by personal delivery, US Mail or any other delivery medium. 1-4. Development Costs: Neither the City nor its representatives shall be liable for any expenses incurred in connection with preparation of a response to this Request for Proposal. Proposers should prepare their proposals simply and economically, providing a straightforward and concise description of the Proposer's ability to meet the requirements of the RFP. 4 1-5. Inquiries: The City Clerk will receive written requests for clarification concerning the meaning or interpretations of the RFP, until eight (8) days prior to the submittal date. City personnel are authorized only to direct the attention of prospective Proposers to various portions of the RFP so that they may read and interpret such for themselves. No employee of the City is authorized to interpret any portion of this RFP or give information as to the requirements of the RFP in addition to what is contained in the written RFP document. 1-6. Addendum: The City may record its response to inquiries and any supplemental instructions in the form of written addenda. The CITY may mail written addenda up to three (3) calendar days before the date fixed for receiving the proposals. Proposers shall contact the City to ascertain whether any addenda have been issued. Failure to do so could result in an unresponsive proposal. Any oral explanation given before the RFP opening will not be binding. All Proposers are expected to carefully examine the proposal documents. Any ambiguities or inconsistencies should be brought to the attention of the City's Purchasing Agent through written communication prior to the opening of the proposals. 1-7. Contract Awards: The City anticipates entering into an Agreement with the Proposer who submits the proposal judged by the City to be most advantageous. The Proposer understands that this RFP does not constitute an offer or an Agreement with the Proposer. An offer or Agreement shall not be deemed to exist and is not binding until proposals are reviewed, accepted by appointed staff. The City reserves the right to reject all proposals, to abandon the project and/or to solicit and re - advertise for other proposals. 1-8. Contractual Agreement: This RFP and Consultant/Contractor proposal shall be included and incorporated in the final award. The order of contractual precedence will be the Contract or Agreement document, original Terms and Conditions, and Proposer response. Any and all legal action necessary to enforce the award will be held in Miami -Dade County and the contractual obligations will be interpreted according to the laws of Florida. Any additional contract or agreement requested for consideration by the Proposer must be attached and enclosed as part of the proposal. 1-9. Selection Process: The proposals will be evaluated and assigned points. The firm with the highest number of points will be ranked first; however, nothing herein will prevent the City from assigning work to any firm deemed responsive and responsible. The City reserves the right to further negotiate any proposal, including price, with the highest rated Proposer. If an agreement cannot be reached with the highest rated Proposer, the City reserves the right to negotiate and recommend award to the next highest Proposer or subsequent Proposers until an agreement is reached. 1-10. Public Records: Upon award recommendation or ten (10) days after opening, whichever occurs first, proposals become "public records" and shall be subject to public disclosure consistent with Chapter 119 Florida Statutes. Proposers must invoke the exemptions to disclosure provided by law in the response to the RFP, and must identify the data or other materials to be protected, and must state the reasons why such exclusion from public disclosure is necessary. Document files may 5 be examined, during normal working hours. 1-11. News Releases: The Proposer shall obtain the prior approval of the City Manager's Office of all news releases or other publicity pertaining to this RFP or the service, study or project to which it relates. 1-12. Insurance: The awarded Proposer(s) shall maintain insurance coverage reflecting at least the minimum amounts and conditions specified herein. In the event the Proposer is a governmental entity or a self -insured organization, different insurance requirements may apply. Misrepresentation of any material fact, whether intentional or not, regarding the Proposers' insurance coverage, policies or capabilities may be grounds for rejection of the proposal and rescission of any ensuing Agreement. 1. Evidence of General Liability coverage with limits not less than $1,000,000 per Occurrence/ $2,000,000 Aggregate (Including Policy Number and Policy Period); 2. Evidence of Auto Liability coverage with limits not less than $1,000,000 per Occurrence/$1,000,000 Aggregate (Including Policy Number and Policy Period); 3. Evidence of Workers' Compensation coverage with statutory limits and Employer's Liability coverage with limits not less than $100,000 (Including Policy Number and Policy Period); 4.The City listed as an additional insured (this may be specifically limited to the specific job(s) the contractor will be performing); 5. Minimum 30 -day written notice of cancellation. 1-13. Licenses: Proposers, both corporate and individual, must be fully licensed and certified in the State of Florida at the time of RFP submittal. The proposal of any Proposer who is not fully licensed and certified shall be rejected. 1-14. Public Entity Crimes: Award will not be made to any person or affiliate identified on the Department of Management Services' "Convicted Vendor List". This list is defined as consisting of persons and affiliates who are disqualified from public contracting and purchasing process because they have been found guilty of a public entity crime. No public entity shall award any contract to, or transact any business in excess of the threshold amount provided in Section 287.017 Florida Statutes for Category Two (currently $25,000) with any person or affiliated on the "Convicted Vendor List" for a period of thirty-six (36) months from the date that person or affiliate was placed on the "Convicted Vendor List" unless that person or affiliate has been removed from the list. By signing and submitting the RFP proposal forms, Proposer attests that they have not been placed on the "Convicted Vendor List". 1-15. Code Of Ethics: If any Proposer violates or is a party to a violation of the code of ethics of the City of Opa-locka or the State of Florida with respect to this proposal, such Proposer may be disqualified from performing the work described in this proposal or from furnishing the goods or services for which the proposal is submitted and shall be further disqualified from submitting any future proposals for work, goods or services for the City of Opa-locka. 6 1-16. Drug -Free Workplace: Preference shall be given to businesses with Drug -Free Work Place (DFW) programs. Whenever two or more proposals which are equal with respect to price, quality, and service are received by the City for the procurement of commodities or contractual services, a proposal received from a business that completes the attached DFW form certifying that it is a DFW shall be given preference in the award process. 1-17. Permits and Taxes: The Proposer shall procure all permits, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lawful prosecution of the work. 1-18. Protests: Protests of the plans, specifications, and other requirements of the request for proposal and bids must be received in writing by the City Clerk's Office at least ten (10) working days prior to the scheduled bid opening. A detailed explanation of the reason for the protest must be included. Protests of the award or intended award of the bid or contract must be in writing and received in the City Clerk's Office within seven (7) working days of the notice of award. A detailed explanation of the protest must be included. 1-19. Termination for Convenience: A contract may be terminated in whole or in part by the City at any time and for any reason in accordance with this clause whenever the City shall determine that such termination is in the best interest of the City. Any such termination shall be affected by the delivery to the contractor at least five (5) working days before the effective date of a Notice of Termination specifying the extent to which performance shall be terminated and the date upon which termination becomes effective. An equitable adjustment in the contract price shall be made for the completed service, but no amount shall be allowed for anticipated profit on unperformed services. 7 PART II MINIMUM SPECIFICATIONS GENERAL REQUIREMENTS: 1. FACILITY DEMOLITION 1.1 EXISTING CONDITIONS 1.1.4 1.1.5 1.1.6 1.1.7 1.1.8 The project site is known as 2141-2151 Ali Baba Ave, Opa-Locka, Florida. The site comprises one parcel of land of approximately 9,600 sq. ft. The folio number of this parcel is 08-2121- 003-1200. The site consists of two facilities 1 one story and one 2 -story concrete building. The facility has been closed for approximately 15 years and many of the facility components are in a distressed state. The Contractor shall be held to have visited the site and to have familiarized themselves with the existing conditions of the adjoining community, roads, and structures adjacent to the site. The Contractor shall investigate the conditions of public thoroughfares and roads as to availability, clearances, loads, limits, restrictions, and other limitations affecting transportation to, and ingress and egress of the site. The Contractor shall conform to all City, State, and Federal regulations regarding the transportation of materials to and from and at the job site and shall secure in advance such permits as may be required. The Contractor shall be familiar with applicable federal, state, and local requirements for performing this work, including all specific requirements, as they relate to storage, transportation, and permitted work hours. Working hours at the site are to be from 8:00 am to 5:00 pm, unless otherwise directed by the Owner or the Owner's Consultant. The building and facility components at the site to be demolished are vacated and their use has been discontinued. The owner assumes no responsibility for the actual condition of the building to be demolished. Conditions existing at the time of inspection for bidding purposes will be maintained by the Owner as far as practical. An Environmental Hazard Assessment will need to be performed to identify the following: 1.1.8.1 Lead -Based Paint (LBP) will be identified using XRF techniques on facility components, such as walls, frames, cabinets, roof trusses, valves, and metal pipes. All metal components present at the facility that have LBP must be sent to a local recycler. 1.1.8.2 Asbestos: if Asbestos is present in the two-story building to be demolished. A report on the presence of asbestos should be provided as part of the preliminary site environmental review. Abatement of regulated asbestos -containing materials (RACM) is specified in a subsequent section of the Contract Documents. Do not disturb identified RACM except under the procedures specified elsewhere in the Contract Documents. Removal of non -friable asbestos -containing materials including, but not limited to floor tile, and construction mastics are included in the scope of demolition work. 8 1.2 MATERIALS OWNERSHIP 1.2.1 Except for items of materials indicated to be reused, salvaged, or otherwise indicated to remain the Owner's property, demolished materials shall become the Contractors property and shall be removed from the site with further disposition at the Contractor's option. 1.2.2 Salvaged Materials: Items of salvageable value to the Contractor, after approval by the Owner is given, may be removed from the structure, and become the property of the Contractor as work progresses. Transport salvaged items from the site as they are removed. 1.2.3 The Owner reserves the right to salvage all material as he deems useful prior to the scheduled demolition. The Contractor shall notify the Owner of their intent to start demolition (In writing) with sufficient time to allow salvage operations by the Owner to take place without disrupting the Construction Schedule. 1.2.4 Storage or sale of removed items will not be permitted on site. 1.3 SUBMITTALS 1.3.1 General: Submit each item in this Article according to the Conditions of the Contract. 1.3.2 Environmental Hazard Assessment Report 1.3.3 Proposed dust control measures. 1.3.4 Proposed noise control measures. 1.3.5 Proposed Health and Safety Plan 1.3.6 Schedule of demolition activities indicating the following: 1.3.6.1.1 Proposed methods and operations of demolition. 1.3.6.1.2 Detailed sequence of demolition and removal work, with starting and ending dates for each activity. 1.3.6.1.3 Permits and Notices authorizing building demolition. 1.3.6.1.4 Permit for transport and disposal of debris. 1.3.6.1.5 Other applicable permits as required by Miami -Dade County and the State of Florida. 1.3.6.1.6 Inventory of items to be removed and salvaged/recycled. 1.3.6.1.7 Inventory of items to be removed by Owner. 1.3.6.1.8 Photographs or videotapes, sufficiently detailed of existing conditions of adjoining construction and site improvements that might be misconstrued as damage caused by demolition operations. 1.3.6.1.9 Identify and accurately locate capped utilities, and other subsurface structural, electrical, or mechanical conditions. 1.3.6.1.10 Landfill records for record purposes indicating receipt and acceptance of hazardous wastes by a landfill facility licenses to accept hazardous wastes. 1.4 QUALITY ASSURANCE 1.4.1 Demolition Firm Qualifications: Firm Engage shall have successfully completed demolition Work similar to that indicated for this project. Contractors must submit to the owner as part of the pre -bid: list of references, similar project experience over the past 10 years and licensure verification. 9 1.4.2 Regulatory Requirements: Comply with governing EPA notification regulations before starting demolition. Comply with hauling and disposal regulations of authorities having jurisdiction. 1.4.3 Scheduling: Arrange demolition schedule with the Owner so as not to interfere with Owner's on -site operations if such activity should occur. TECHNICAL SPECIFICATIONS: 2.1 EXECUTION / EXAMINATION 2.1.1 Verify that utilities have been disconnected and capped. 2.1.2 Survey existing conditions and correlate with requirements indicated to determine the extent of demolition required. 2.1.3 Inventory and record the condition of items to be removed and reinstalled and items to be removed and salvaged. 2.1.4 Survey the condition of the building to determine whether removing any element might result in a structural deficiency or unplanned collapse of any portion of the structure or adjacent structures during demolition. 2.1.5 PREPARATION 2.1.5.1 Employ certified, licensed exterminator to treat building and control rodents and vermin before and during demolition operations. 2.1.5.2 Conduct demolition operations and remove debris to ensure minimum interference with roads, streets, walks and other adjacent occupied and used site facilities. 2.1.5.3 Do not close or obstruct streets, walks, or other adjacent or used facilities without permission from the Owner and authorities having jurisdiction. Provide alternate routes around closed of obstructed traffic ways if required by governing bodies. 2.1.5.4 Conduct demolition operations to prevent injury to people and damage to adjacent buildings and facilities. Ensure safe passage of people around demolition area. 2.1.5.5 Erect temporary protection, such as walks, fences with screening, railings, canopies and covers passageways, where required by authorities having jurisdiction. 2.1.5.6 Protect existing site improvements, appurtenances, and landscaping to remain. 2.1.6 Provide and maintain interior and exterior shoring, bracing or structural support to preserve stability and prevent movement, settlement, or collapse of buildings to be demolished and adjacent buildings to remain. 2.1.7 Strengthen or add new supports when required during progress of demolition. 2.3 EXPLOSIVES A. Explosives: Use of explosives is not permitted. 2.4 POLLUTION CONTROLS A. Use water mist, temporary enclosures, and other suitable methods to limit the spread of dust and dirt. Comply with governmental environmental protection regulations. B. Do not create hazardous or objectionable conditions, such as flooding and pollution when using water. 10 C. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. D. Remove debris from elevated portions of building by chute, hoist or other device that will convey debris to grade level. E. Clean adjacent buildings and improvements of dust, dirt and debris caused by demolition operations. Return adjacent areas to condition existing before start of demolition. F. Silt screen to be placed around the perimeter of each parcel on the inside of the chain - link fence. 2.5 DEMOLITION A. Building Demolition: Demolish all above and below grade structures, including buildings, foundations, railings, and piping. Use methods required to complete demolition within limitations and as follows: B. Prior to demolition, the Contractor shall remove and properly dispose of lighting fixtures as PCB -containing equipment. Fluorescent tubes shall be removed and recycled. C. Dispose of demolished items and materials promptly. On -site storage of sale of removed items is prohibited. D. Demolish concrete, steel, and masonry in small sections. E. Remove structural framing members and lower to ground by a method suitable to avoid free fall and prevent ground impact or dust generation. F. Break up and remove concrete slabs on grade unless otherwise shown to remain. G. Below -Grade Demolition: 1. Demolish foundation walls and other below -grade construction, as follows: 2. Completely remove below -grade construction, including foundation walls and footings. 3. Remove pile caps and footings where present. 4. Breakup and remove below -grade concrete slabs. 5. Remove all abandoned utility lines under the buildings and within the parcel boundaries. H. Facility Demolition Method: The Contractor will use conventional techniques for demolition. Discuss proposed methods at the Pre -demolition Meeting, to be 11 scheduled by the Owner, and indicate schedule requirements based on the method(s) selected. I. Post -Demolition and removal of demolition debris, the site must be graded to a level working grade to be determined by the Owner. J. Damages: Promptly repair damages to adjacent facilities caused by demolition operations. K. The underground water supply line, which passes under Ali -Baba Avenue and connects the east and west parcels will remain in place and must be plugged and capped at the boundaries of each parcel - this work must be coordinated with City of Opa-locka Public Works Department. 2.3 DISPOSAL OF DEMOLISHED MATERIALS A. General: Promptly dispose of demolished materials. Do not allow demolished materials to accumulate on -site. Rubbish and debris to be removed from the site at least weekly. B. Burning: Do not burn demolished materials. C. Disposal: Transport demolished materials off Owner's property and dispose of them legally. D. Recycling: Contractor is encouraged to purse reuse of demolition debris, such as crushed or broken concrete and metal. However, in accordance with EPA regulations, The Contractor must segregate ACM from concrete that is planned to be recycled. 3.0 GENERAL DESCRIPTION OF WORK 3.1ASBESTOS ABATEMENT 3.1.1 This specification covers the proper and legal removal and disposal of all asbestos -containing materials (ACM) and asbestos contaminated waste from 2141-2151 Ali -Baba Avenue Building. 3.1.2 The abatement activities shall comply with all aspects of the contract documents and Federal, State, and local requirements. Whenever there is a conflict or overlap within these specifications and between applicable codes and regulations, the most stringent provision shall apply. 12 3.1.3 Regulatory compliance shall include but is not necessarily limited to applicable requirements set forth by the Federal Environmental Protection Agency (EPA); the U.S. Occupational Health and Safety Administration (OSHA), Miami -Dade County Department of Environmental Resource Management (DERM) and the Florida Department of Environmental Protection (FDEP). 3.1.4 The Contractor shall pay for final clearance air samples which fail to meet the re -occupancy clearance standard. Should a delay occur, due to failure(s) of clearance air testing, all associated expenses such as air sampling labor time and sample analysis costs incurred by the Owner (including engineering and laboratory fees) will be the responsibility of and paid by the Contractor. All abatement work activities, including demobilization must be completed prior to demolition. 3.1.5 If the Contractor and/or Subcontractor neglects to carry out activities related to the asbestos abatement work, which could cause endangerment to public health, the Construction Manager may act to correct such deficiencies. In such cases, an appropriate change order shall be issued deducting from payment then or thereafter due the Contractor the cost of correcting such deficiencies, including compensation for the Asbestos Consultant's additional services and expenses made necessary by such fault neglect, or failure. If payments then or thereafter due are not sufficient to cover such amounts, the Contractor will pay the difference to the Owner. 3.1.6 Inspection findings and estimated quantities of ACM to be removed from the referenced property is to be provided by the Contractor or Consultant performing the Hazardous Environmental Assessment which shall include a: "Pre -Demolition Asbestos Survey 2141-2151 Ali -Baba Ave Facility". 4.OSCOPE OF WORK 4.1 Work includes filing and permitting all necessary applications, notifications, and fees; insurance; necessary design services; providing skilled, licensed, and certified labor; materials; and equipment necessary for proper preparation, handling, removal and legal disposal of all identified ACM and contaminated waste from the building included in the 13 scope of work in accordance with all requirements of applicable Federal, State, and local regulations. 4.2 The physical assessment of ACM to be removed from the facility is: TBD 4.3 The Contractor shall be aware of all conditions of the Project and is responsible for verifying quantities and locations of all Work to be performed. Failure to do so shall not relieve the Contractor of its obligation to furnish all labor and materials necessary to perform the work. Any discrepancies noted shall be brought to the Construction Manager's attention prior to commencing the project. No claims for extras shall be made during construction. 4.4 The Contractor shall file a notification to applicable Federal, State, and local agencies having jurisdiction over this asbestos abatement project. Failure on behalf of the Contractor for submitting notification shall not result in any extension for the timely results of the completion of the work set forth in the Contract. The Contractor shall be responsible and will be required to pay any administrative penalties imposed on the Owner for actions taken or lack thereof by the Contractor. 4.5Upon completion of asbestos removal, the Contractor shall provide completed, signed, and notarized statements indicating that all identified ACM included in the scope of work were properly removed in accordance with applicable rules and regulations and as specified herein. 4.6 Electrical/water sources are unavailable, it will be the Contractor's responsibility to provide all temporary connections and hook-ups as well as obtaining permits and paying all fees for making such services available for his work as is necessary. If necessary, the Contractor shall provide temporary services as specified herein, and as required or as necessary to carry out the work. This may include such items as portable generators, water tank trucks, pumps, and necessary accessories or the means and equipment, and services necessary to temporarily connect to and maintain such services from adjacent utility systems. 4.7 The Contractor shall assume full responsibility and liability for compliance with all applicable Federal, State, and local laws, rules, and regulations pertaining to Work practices, protection of Workers, authorized visitors to the site, persons, and property adjacent to the Work. The contractor is responsible for all fines, penalties, notices of violations suits or claims related to permitting, notifications, asbestos abatement and disposal of ACM addressed to the contractor, his subcontractors, the Owner, or Engineer 14 and will address any proceedings related to these suits, claims or violations on behalf of these parties and incur any legal fees, court fees or final judgments against the Contractor, Subcontractor, Owner, or Engineer relating to these proceedings. 4.8 The Contractor shall coordinate with the Asbestos Consultant retained and maintain the project schedule. 4.9 Final Clearance of the abated area shall be cleared by the Asbestos Consultant. 5.0 QUALITY ASSURANCE 5.1 Qualifications: The Contractor shall be licensed in Florida to perform asbestos removal work and shall have a minimum of 10 years' experience in performing such work. The Contractor shall also have had a completion record of work performed on a minimum of five (5) projects of similar nature, size, and scope. 5.2A11 Contractor personnel involved with asbestos removal work must be thoroughly familiar with the standard operating procedures of the Contractor for removal work as well as all applicable Federal and State regulations governing asbestos removal work. 5.3 The Supervisor and Asbestos Abatement workers shall be accredited in accordance with EPA regulation 40 CFR Part 763, subpart E, Appendix C. 6.0 SUBMITTALS 6.0.1 Pre -Work Submittals: No later than 7 calendar days prior to mobilization to the site for initiation of asbestos abatement activates, the Contractor shall submit 3 copies of the documents listed below: 6.0.2 Valid Contractor's Asbestos Removal license. 6.0.3 Certificate of insurance covering work of this Contract. 6.0.4 Work Schedule. 6.0.5 Project Notifications: As required by Federal, State, and local regulatory agencies together with proof of transmittal (i.e., certified mail return receipt). 6.0.6 Name, location, and applicable licenses for primary and secondary landfill for disposal of asbestos -containing material and asbestos contaminated waste. 6.0.7 Project Closeout Submittals: Submit the following at the close out of the Project (no later than 10 calendar days subsequent to final clearance of the abatement area within a project phase). 6.0.8 OSHA compliance air monitoring records conducted during the Work. 15 REMOVAL OF PCB BALLASTS AND MERCURY -CONTAINING LIGHT BULBS GENERAL: 7.OSCOPE OF WORK 7.0.1 This Section of the specifications describes the minimum Work procedures and requirements to provide properly trained personnel and sufficient facilities to properly remove, load, transport, unload and dispose of PCB dielectric oil filled ballasts and mercury -containing light bulbs. PCB dielectric oil -filled ballasts are defined as those ballasts which contain greater than 50 ppm of PCB fluid. Mercury -containing light bulbs are defined as those which contain greater than 0.009 mg/L of mercury. 7.0.2 The Contractor shall be responsible, in the event of a PCB or mercury problem or spill, for the immediate notification of the Owner and Owner's Consultant. The notification will include the following: 7.0.2.1.1 Name of the company causing the problem. 7.0.2.1.2 Names of the owners/operators of the company. 7.0.2.1.3 Date and time of the problem. 7.0.2.1.4 Location, type, and extent of the problem. 7.0.2.1.5 Cause of the Problem. 7.0.2.1.6 Methods used to control the problem. 7.0.2.1.7 Estimated cost of cleanup. 7.0.2.1.8 Preventive measures taken to reduce the possibility of further problems. 7.1 MONITORING THE WORK 7.1.1 Monitor the work for compliance with published rules and regulations such as, but not limited to. OSHA 29 CFR 1910.1200 7.2 QUALIFICATIONS 7.2.1 The Contractor shall submit to the Owners Representative his qualifications for removal of PCB -contaminated wastes. This submission by the" Contractor shall include the following information: 7.2.2 All Federal, state, and local permits for handling and transporting PCB materials. Compliance with the requirements as a Commercial Storer, Transporter or Generator of PCB Wastes pursuant to 40 CFR 761. 16 7.2.3 Written evidence of an EPA approved method of PCB and mercury disposal or destruction. 7.2.4 Spill Prevention Control and Countermeasure (SPCC) Plan pursuant to 40 CFR 761.65 (c)(7)(ii) to be implemented by the transporter. 7.2.5 A written Closure Plan pursuant to 40 CFR 761.65 (e) to be implemented by the Contractor. A written Hazard Communication Program pursuant to 29 CFR 1910.1200 to be implemented by the Contractor. 8.0 DESCRIPTION OF WORK 8.0.1 Provide in accordance with all Federal -State and Local regulations; all safety equipment, materials, equipment, permits, containers, labels, manifests, transportation, placards, licenses, documents, labor, and supervision required to test, provide certifications of PCB decontamination, restore, drain, remove, load, transport and provide final EPA -approved disposal of all PCB contaminated items such as, but not limited to, ballasts, starter compensators, capacitors, dirt, rags, cleaning equipment and clothing; removal and disposal of all mercury -containing light bulbs; and removal and proper disposal of all light fixtures as indicated on the plans. 9.0 EXECUTION 9.1 BALLAST REMOVAL AND PACKING. 9.1.1 Remove all ballasts from light fixtures with care. Pack all ballasts in drums with care, so as not to cause ballasts to leak as a direct result of removal and packing of ballasts. Install absorbent material on the bottom of each drum. Segregate all leaking ballasts from non -leaking ballasts, separately package leaking ballasts in double plastic bags, label these bags with yellow "Caution Contains PCBs" stickers, and place these bags in a separate drum with absorbent material labeled as containing leaking ballasts. Supply and install labels on all drums with the following information: 9.1.1.1 Contents of the Drum (number of ballasts). 9.1.1.2 DOT description. 9.1.1.3 Name address and telephone number of the Generator. 9.1.1.4 Name address and telephone number of the Contractor. 9.1.1.5 Emergency telephone numbers. 17 9.1.1.6 Date when each drum was filled. 9.1.1.7 Ensure that no other material or waste is contained in the drums except for the ballasts from florescent light fixtures and absorbent material removed under this contract. 9.1.1.8 Supply DOT -approved 17C drums only. Leaking drums shall not be accepted. All drums filled with ballasts shall be moved to a loading dock immediately accessible to an 8.5 -foot by 48 -foot truck capable of transporting 40,000 pounds of payload weight. 9.1.1.9 Alternately Contractor at its option, may use a smaller truck, e.g., an 8.5 -foot by 26 -foot truck capable of transporting 20,000 -pounds of payload weight. If there is no loading dock available, a truck with a lift gate shall be used for the pickup. 10.0 REMOVAL OF MERCURY -CONTAINING LIGHT BULBS 10.0.1 Install absorbent material at the bottom of the drums which will be used for disposal of the mercury -containing fluorescent bulbs. 10.0.2 Carefully remove all florescent light bulbs from the light fixture and place them in drums so as not to cause the light bulbs to break. The light bulbs shall be segregated from the PCB -ballasts. 10.1 BALLAST AND MERCURY -CONTAINING LIGHT BULB SHIPMENT LOADING AND TRANSPORTATION 10.1.1 Supply a Uniform Hazardous Waste Manifest (EPA form 8700-22) signed by the Owner and Contractor's truck driver. 10.1.2 Provide personnel to lift drum lids for disposal operator and visual inspection of the contents of the drums before transportation from the site. 10.1.3 Provide an estimate of the weight of all the filled drums. Inspect all labels on the drums. 10.1.4 Correct any labels that are not properly labeled. 10.1.5 Load all drums onto truck. 10.1.6 The shipment shall be transported in accordance with all DOT, EPA, state, and local regulations to the designated disposal facility. 10.2 BALLAST AND MERCURY -CONTAINING LIGHT BULB SHIPMENT UNLOADING 10.2.1 Assign each drum a unique drum number. Weigh each drum. 18 10.2.2 Owner is invited to witness each weighing. Sign each manifest and shall fax one copy pf the completed Manifest to the Contracting Officer within 5 days of the receipt of the shipment and return hard copies by certified return mail. 10.2.3 The Contractor shall store all drums in accordance with EPA, State, and local regulations. 11.0 BALLAST DISPOSAL 11.0.1 The Contractor shall dispose of the PCB ballasts in accordance with the following method: Dismantling the ballast from the lighting fixture, removing the PCB capacitor and asphalt potting material, and disposing of the PCB materials by incineration pursuant to 40 CFR 761.70. 11.1 MERCURY -CONTAINING LIGHT BULB DISPOSAL 11.1.1 Mercury -Containing light bulbs present at the facility shall be disposed of as a hazardous waste in accordance with CFR 40 Part 260. 11.2 FLUORESCENT LIGHT FIXTURE DISPOSAL 11.2.1 Contractor shall dispose of all fluorescent light fixtures, less the PCB ballast and light bulbs, as non -contaminated wastes. PROTECT CLOSEOUT GENERAL: 12.0 SUMMARY 12.0.1 This section specifies administrative and procedural requirements for project closeout, including but not limited to: 12.0.2 Inspection procedures. 12.0.3 Project record document submittal. 12.0.4 Submittal of warranties. 12.0.5 Final cleaning and grading. 12.1 SUBSTANTIAL COMPLETION 12.1.1 Substantial Completion is claimed, when the Contractor can demonstrate 100 percent completion of the portion of the work claimed as substantially complete. Include supporting documents for completion as indicated in the Contract Documents and a statement showing as accounting of changes to the Contract Sum. 19 12.1.2 If 100 percent completion cannot be shown, including a list of incomplete items, the value of incomplete construction, and reasons the work is not complete. 12.1.3 Advise the Owner of pending insurance change over requirements. 12.1.4 Submit specific warranties, workmanship bonds, final certifications, and similar documents. 12.1.5 Make final changeover of permanent locks and transmit keys to the Owner. Advise Owner of change over in security provisions. 12.1.6 Inspection Procedures: On receipt of a request for inspection, the Owner and/or his consultant will either inspect the site to verify substantial completion of the demolition work and will inform the Contractor of unfilled requirements, if any. The Owner's Representative will prepare a Letter of Substantial Completion following inspection or inform the Contractor of work that must be completed or corrected before the letter will be issued. 12.1.7 The Owner's Representative will repeat inspection when requested and assured that the work has been substantially completed. Results of the completed inspection will form the basis of requirements for final acceptance and payment. 12.2 FINAL ACCEPTANCE 12.2.1 Preliminary Acceptance: Before requesting final inspection for a Letter of Final Acceptance and Final Payment, complete the following: 12.2.2 Submit a certified copy of the Owner's Representative's final inspection list of items to be completed or corrected, stating that each item has been completed or otherwise resolved for acceptance, and the list has been endorsed and dated by the Owner's Representative. 12.2.2.1 Submit Final Close -Out Documents, which include, but are not limited to, final manifests and landfill receipts, personal air sampling data, copies of the daily log and reports, and copies of the daily sign- in/sign-out sheets. 12.2.2.2 Submit an updated liquidated damages settlement statement, if any. 20 12.2.2.3 Submit an updated final statement, accounting for final additional changes to the Contract, if any. 12.2.2.4 Submit Contractor's Affidavit and Release of all Claims Form as required under General Conditions of the Contract. 12.2.2.5 Submit consent of Surety to Final Payment. 12.2.2.6 Submit the Final Payment Request with releases and supporting documentation not previously submitted and accepted. 12.2.3 Re -inspection Procedure: The Owner's Representative will re -inspect the Work upon receipt of notice that the Work, including the inspection list from earlier inspections, has been completed, except items whose completion has been delayed because of circumstances acceptable to the Owner's Representative. 12.2.4 Upon completion of re -inspection, the Owner's Representative will prepare a Letter of Final Acceptance or advise the Contractor of Work that is incomplete or of obligations that have not been fulfilled but are required for Final Acceptance. If necessary, re -inspection will be repeated by the Owner's Consultant. 12.3 RECORD DOCUMENTS SUBMITTALS 12.3.1 The Contractor upon final disposal of all PCB and mercury -containing waste, shall document in writing the following information and submit such to the Contract Administrator and the Owner's Representative, within twenty (20) days of each incineration/recycle delivery. All final documents must be delivered to Owner's Representative within twenty (20) days of completion of the project. 12.3.2 Give particular attention to concealed elements that would be difficult to measure and record at a later date. 12.3.3 Note related Change Order numbers where applicable. 12.3.4 Miscellaneous Record Submittals: Refer to other Specification Sections for requirements of miscellaneous record keeping and submittals in connection with actual performance of the Work. 12.4 FINAL CLEANING AND GRADING 21 12.4.1 The Contractor is responsible for leaving the site clean of construction and demolition debris, rubble or any waste generated from the demolition activities including rubbish, litter, and foreign substances, as well as adjacent roadways. 12.4.2 Removal of Protection: Remove temporary protection and facilities installed for the protection of the Work during construction. 12.4.3 Compliance: Comply with regulations of authorities having jurisdiction and safety standards for cleaning. Do not burn waste materials. Do not bury debris or excess materials on the Owner's property. Do not discharge volatile, harmful, or dangerous materials into drainage systems. Remove waste materials from the site and dispose of in a lawful manner. 12.4.4 Where extra materials of value remaining after completion of associated Work have become the Owner's property, arrange for disposition of these materials as directed. 12.4.5 The contractor is responsible for grading the site to a level working grade before final acceptance and payment are issued by the Owner. 12.5 END OF SECTION DEMOLITION CHECKLIST: The following list contains contact information, scheduling guidance, and removal procedures for waste items prior to demolition of the Facility located at 2141-2151 Ali -Baba Avenue. The Contractor and/or its' licensed subcontractor(s) will be responsible for the execution of Items 1 through 9. These tasks should be addressed in the contract with the City of Opa-locka (the Owner), please plan adequately to allow time for said tasks to be planned, scheduled, and completed. Items for disposal are categorized as non -hazardous for removal purposes; for disposal purposes these items may be categorized as hazardous waste. Personnel removing and handling items are not required to have 'hazardous material training per 29 CFR 1910.1200 for the removal of said items. 12.5.1 Electric, Water" Sewer - The Contractor shall confirm with the Owner those utilities have been disconnected and abandoned prior to demolition. Proper entities should be notified with ample time for disconnection of services to be completed. 22 12.5.2 Fluorescent & High Intensity Discharge (HID) Bulbs - The Contractor shall be responsible for the removal of fluorescent and 111D (mercury vapor, metal halide, high pressure sodium, stadium lights) bulbs prior to demolition. The GC or the CM can contact a recycler for the pick-up of bulbs after removal. 12.5.3 Lighting Ballasts and Emergency Lighting Batteries - The Contractor shall ensure that all ballasts and emergency lighting batteries are removed from their fixtures and placed in an accessible protected location in crates prior to demolition. 12.5.4 Grease Traps / Septic Tanks - The Contractor and/or their licensed subcontractor shall ensure Grease Traps and Septic Tanks, if encountered are pumped out prior to demolition. Grease Trap lines maybe required to be jetted out. 12.5.5 Mercury Devices - The Contractor and/or their subcontractor shall ensure that all thermostat mercury devices are removed, placed in a small container, and placed in the same location of the ballast and batteries. Mercury devices must be removed prior to demolition. 12.5.6 Salvage - Contact the Owner to arrange the salvaging of any equipment, facility components, mechanical systems, or any other items that the city deems recyclable or salvageable, which would also include and not limited to steel and concrete building systems and facility components. The Contractor must take into account that their intended recyclable or resalable items may be reduced due to salvaging by the city. 12.5.7 Notification of Asbestos Abatement - Remove asbestos containing materials prior to demolition. A National Emission Standard for Hazardous Air Pollutants (NESHAP) notification is required by federal law to be submitted to the local regulatory agency. To plan your abatement, start date allow 10 business days for notification prior to your intended abatement start date. The Contractor must be licensed in Florida for the removal of asbestos -containing materials (ACM) Submit the mandatory notification to the local regulatory agency prior to the removal of ACM identified at the site and prior to the subsequent demolition of the structure in which ACM has been identified. 12.5.8 Notification of Demolition - A NESHAP notification is required by law to be submitted to the local regulatory agency. Notification is required to be 23 submitted 10 Business Days prior to the demolition start date. The county has authority to stop work if regulatory compliance is not met (i.e., wetting Construction and Demolition (C&D) material prior to loading and wetting C&D material to eliminate air emission (dust) during demolition). 12.5.9 Other Chemical Products (paints, solvents, lab chemicals, pesticides, herbicides, etc.) All chemicals must be removed prior to demolition. If there are any questions about hazardous materials found on the property, please contact the City. OFFICE OF THE PROPERTY APPRAISER Summary Report Property Information Folio: 08-2122-003-1200 Property Address: Owner RIN,AYERUSHALMI & LAURA SHELL & YAACOV NrAKASH Mailing Address 2534 NW 73 AVE SUNRISE. FL 33313 PA Primary Zone 6:300 COMMERCIAL - RESTRICTED Primary Land Use 1081 VACANT LAND - COMMERCIAL : VACANT LAND Beds ) Baths 1 Half 0 / 0 ; 0 Floors 0 Living Units 0 Actual Area 0 Sq.Ft Living Area 0 Sq.Ft Adjusted Area 0 Sq.Ft Lot Size 9.600 Sq Ft Year Built 0 Assessment Information Year 2021 2020 2019 Land Value S67.200 567,200 576.8800 Building Value 50 50 50 XF Value 50 50 80 Market Value 567.200 367.200 576.800 Assessed Value S67.200 567.200 570.276 Benefits Information Benefit Type 2021 2020 2019 Non -Homestead Cap Assessment Reduction 56,524 Note: Not all benefits are applicable to all Taxable Values (Le County School Board, City, Regional). Short Legal Description MAGNOLIA SUB PE, 40-80 LOTS 28 THRU 31 INC BLK 8 PER UNITY OF TITLE TO CITY OF OPA LOCKA DATED 6-21-68 LOT SIZE 100.000 X 96 Generated On : 5/18;2022 Taxable Value Information 2021 2020 2019 County Exemption Value 50 SO 50 Taxable Value 567.200 $67.200 870.276 School Board Exemption Value SO SO 50 Taxable Value 867.200 567.200 576.800 City Exemption Value SO 50 50 Taxable Value 567.200 567,200 570.276 Regional Exemption Value 50 SO 50 Taxable Value 567.200 567.200 870,276 Sales Information Previous OR Book - Sale Price Pa ga Qualification Description 10r01;2007 SO 26102- 3147 Sales which are disqualified as a result of examination of the deed 22734- Sales which are disqualified as a result of 10101/2004 SO 2594 examination of the deed 08;01;1991 SO 15162- Sales which are disqualified as a result of 2417 examination of the deed The Offoe cf tne. P-openy Aop•a._er is cord nuel y eot ng 3rd uocacirg the tag roll. Tin. webs to may not 'elect The most cxrent !formation or record. The Properly Appraiser 25 2021 Aerial Photography 60 PART III PROPOSAL REQUIREMENTS 3-1 RULES FOR PROPOSALS In order to maintain comparability and enhance the review process, proposals shall be organized in the manner specified below and include all information required herein. The proposal must name all persons or entities interested in the proposal as principals. The proposal must declare that it is made without collusion with any other person or entity submitting a proposal pursuant to this RFP. 3-2 SUBMISSION OF PROPOSALS The proposal shall be submitted on 8 Yz "x 11" paper, portrait orientation, with headings and sections numbered appropriately. Ensure that all information is written legibly or typed. The following should be submitted for a proposing firm to be considered: 3.2.1 Cover Page - Show the name of Proposer's agency/firm, address, telephone number, name of contact person, date, and the proposal number and description. 3.2.2 Tab 1 - Table of Contents Include a clear identification of the material by section and by page number. 3.2.3 Tab 2 - Letter of Transmittal 3.2.3.1 Limit to one or two pages. 3.2.3.2 Briefly state the Proposers understanding of the work to be done and make a positive commitment to perform the work. 3.2.3.3 Give the names of the persons who will be authorized to make representations for the Proposer, their titles, addresses and telephone numbers. 3.2.3.4 Provide an official signature of a Corporate Officer certifying the contents of the Proposer's responses to the City's Request for Proposal. 3.2.4 Tab 3 - General Information 3.2.4.1 Name of Business. 3.2.4.2 Mailing Address and Phone Number. 3.2.4.3 Names and contact information of persons to be contacted for information or services if different from name of person in charge. 3.2.4.4 Normal business hours. 3.2.4.5 State if business is local, national, or international and indicate the business legal status (corporation, partnership, etc.). 3.2.4.6 Give the date business was organized and/or incorporated, and where. 3.2.4.7 Give the location of the office from which the work is to be done and the number of professional staff employees at that office. 3.2.4.8 Indicate whether the business is a parent or subsidiary in a group of firms/agencies. If it is, please state the name of the parent company. 3.2.4.9 State if the business is licensed, permitted and/or certified to do business in the State of Florida and attach copies of all such licenses issued to the business entity. 27 3.2.5 Tab 4 - Project Approach Describe in detail your proposal to fulfill the requirements of the scope of services listed in section 2.2 of this RFP. 3.2.6 Tab 5 - Experience and Qualifications 3.2.6.1 Specify the number of years the Proposer has been in business. 3.2.6.2 Identify the Proposer's qualifications to perform the services identified in this RFP as listed in section 2-2 of the Scope of Services. Include resumes, not exceeding one page each, of all key personnel who will be assigned to the City. 3.2.7 Tab 6 - Schedule 3.2.7.1 Include a timetable that identifies the amount of time required to complete each component of the Program. 3.2.7.2 Indicate the earliest available start date for your project team. 3.2.7.3 Indicate the project completion date based on the date provided in 3.2.7.1. 3.2.8 Tab 7 - Pricing of Services 3.2.8.1 Fee basis should be an all-inclusive, base fee. 3.2.9 Tab 8 - References 3.2.9.1 List a minimum of three (3) references in Florida for which the proposer has provided elevator services. Include the name of the organization, brief description of the project, name of contact person telephone number and email address. 3.2.10 Tab 9 - Additional Forms Proposers must compete and submit as part of its Proposal all of the following forms and/or documents • Proposer Qualifications • Certification regarding debarment and suspension • Drug Free workplace certification FAILURE TO SUBMIT ALL OF THE ABOVE REQUIRED DOCUMENTATION MAY DISQUALIFY PROPOSER. 28 PART IV EVALUATION OF PROPOSALS 4-1 SELECTION COMMITTEE A Selection Committee, consisting of City personnel, will convene, review and discuss all proposals submitted. The Selection Committee will use a point formula during the review process to score proposals and assign points in the evaluation process in accordance with the evaluation criteria. The Proposer shall satisfy and explicitly respond to all the requirements of the RFP including a detailed explanation of how the services shall be performed. Each proposal will be reviewed to determine if the Proposal is responsive to the submission requirements outlines in the Solicitation. A responsive Proposal is one which follows the requirements of this Solicitation that includes all documents are submitted in the format outlined in this Solicitation, is of timely submission, and has the appropriate signatures as required on each document. Failure to comply with these requirements may result in the Proposal being deemed non- responsive. The Contract (s) will be awarded to the most responsive proposer whose Proposal best serves the interest of and represents the best values to the City of Opa-locka. 4-2 EVALUATION CRITERIA The Committee may select and choose to invite any and/or or all firms to make a presentation and be interviewed by the Committee as part of the evaluation process for this Solicitation. The Committee's decision will be communicated by staff to all Respondents. The Respondent's presentation may clarify but may not modify their submitted proposal. Any discussion between the presenter (s) and Evaluation Committee during presentations are intended only for purposes of providing clarification in response to questions from the Committee. Category Points Experience and Qualifications of professional personnel assigned to project 1. Number of years providing demolition services 2. Qualifications and experience of staff 3. Licensing 4. Adherence to requirements, forms and qualifications listed in this RFP 25 References 1. Performance of similar services for governmental clients including at least two references 10 Resources and approach 1. Adequate resources 2. Proposed plan and approach to fulfilling scope 30 Price Proposal 1. Cost of proposed services 35 TOTAL 100 29 4-3 ORAL PRESENTATIONS Proposers may be required to make individual presentations to the City Selection Committee in order to clarify their proposals. Only those firms with the highest rated scores in accordance with the stated criteria and their weights will be invited to give oral presentations. However, the City has the right to accept the best proposal as submitted, without discussion or negotiation. If the City determines that such presentations are needed, a time and place will be scheduled for oral presentations. Each Proposer shall be prepared to discuss and substantiate any of the areas of the proposal submitted, and its qualifications to perform the specified services. During the oral presentations, the Proposers should relate their discussion to the evaluation criteria, which will include (but not be limited to) their approach to the project. The proposed Project Manager must be in attendance. The Evaluation Criteria may be changed for the oral presentation evaluation phase. References and site visits (if completed) shall be included in the final evaluation criteria, along with other criteria and weights as determined by the Selection Committee. Finalists will be informed as to the revised criteria, if any, prior to their oral presentation. Additionally, prior to award of an Agreement pursuant to this RFP, the City may require Proposers to submit such additional information bearing upon the Proposer's ability to perform the services in the Agreement as the City deems appropriate. 4-4 FINAL SELECTION The City of Opa-locka will select the firm that meets the best interests of the City. The City shall be the sole judge of its own best interests, the proposals, and the resulting negotiated agreement. The City's decisions will be final. Following the notification of the selected firm, it is expected that an Agreement will be executed between both parties. City staff will recommend award to the responsible Proposer whose Proposal is determined to provide overall best value to the City, considering the evaluation factors in this RFP. 4-5 AWARD AND CONTRACT EXECUTION After review by the Selection Committee of the proposals and oral presentations a recommendation will be made to the City Manager for submission to the City Commission for final approval. Upon Commission authorization, contract negotiations will be initiated with the first ranked firm. If those negotiations are unsuccessful, the City will formally terminate negotiations with the first ranked firm and will commence contract negotiations with the next ranked firm, etc. Upon successful contract negotiations with the prevailing firm, the remaining firms will be notified that the process has been completed and that they were not selected. 30 RFP NO. 22-1000000i PROPOSER QUALIFICATIONS DEMOLITION OF STRUCTURE AT 2141-2151 ALI-BABA AVENUE The Proposer, as a result of this proposal, MUST hold a County and/or Municipal Contractor's Occupational License in the area of their fixed business location. The following information MUST be completed and submitted with the proposal to be considered: 1. Legal Name and Address: Name: Address: City, State, Zip: Phone/Fax: 2. Check One: Corporation () Partnership () Individual () 3. If Corporation, state: Date of Incorporation: State in which Incorporated: 4. If an out-of-state Corporation, currently authorized to do business in Florida, give date of such authorization: 5. Name and Title of Principal Officers Date Elected: 6. The length of time in business: years 7. The length of time (continuous) in business as a service organization in Florida: years 8. Provide a list of at least three commercial or government references that the bidder has supplied service/commodities meeting the requirements of the City of Opa-locka specification, during the last twenty-four months. 9. A copy of County and/or Municipal Occupational License(s) Note: Information requested herein and submitted by the proposers will be analyzed by the City of Opa-locka and will be a factor considered in awarding any resulting contract The purpose is to insure that the Contractors, in the sole opinion of the City of Opa-locka, can sufficiently and efficiently perform all the required services in a timely and satisfactory manner as will be required by the subject contract If there are any terms and/or conditions that are in conflict, the most stringent requirement shall apply. 31 RFP NO: 22-XXXXXXX PRICE PROPOSAL FORM DEMOLITION OF STRUCTURE AT 2141-2151 ALI-BABA AVENUE Firms must use the Cost Proposal below to submit your Firm's cost for this project indicated in the Scope of Service herein. The City reserves the right to increase, decrease, and/or choose the items and quantities below for the Project to meet its available budget using the hourly rates provided below. Proposing firm must completely fill out each row below. Your firm must provide a detailed fee schedule that explains the cost and services for each description of task. LUMP SUM PRICE: $ SUBMITTED THIS DAY OF 2022. BID SUBMITTED BY: Company Telephone Number Name of Person Authorized to Submit Bid Signature Title Fax Number Email Address 32 CITY OF OPA-LOCKA CERTIFICATION REGARDING DEBARMENT, SUSPENSION PROPOSED DEBARMENT AND OTHER MATTERS OF RESPONSIBILITY 1. The Proposer certifies, to the best of its knowledge and belief, that the Proposer and/or any of its Principals: A. Are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency. B. Have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, state, or local) contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, or receiving stolen property; and C. Are not presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph 1-B of this provision. 2. The Proposer has not, within a three-year period preceding this offer, had one or more contracts terminated for default by any City, State or Federal agency. A. "Principals," for the purposes of this certification, means officers; directors; owners; partners; and, persons having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a subsidiary, division, or business segment, and similar positions). This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section 1001, Title 18, United States Code. B. The Proposer shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Proposer learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. C. A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Proposer's responsibility. Failure of the Proposer to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Proposer non- responsive. D. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of a Proposer is not required to exceed 33 that which is normally possessed by a prudent person in the ordinary course of business dealings. E. The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Proposer knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default. AS THE PERSON AUTHORIZED TO SIGN THE STATEMENT, I CERTIFY THAT THIS FIRM COMPLIES FULLY WITH THE ABOVE REQUIREMENTS. Signature Printed Name 34 CITY OF OPA-LOCKA RFP NO. 2 2-XXXXXXX DRUG -FREE WORKPLACE CERTIFICATION FORM Whenever two (2) or more bids/proposals, which are equal with respect to price, quality, and service, are received by the CITY OF OPA-LOCKA for the procurement of commodities or contractual services, a bid/proposal received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. In order to have a drug -free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of controlled substances is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in number (1). 4. In the statement specified in number (1), notify the employees that as a condition for working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction on or plea of guilty or no contest to any violation of Chapter 893, Florida Statutes or of any controlled substance law of the United States or any singular state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of Section 287.087, Florida Statutes. This Certification is submitted by the (Name) of (Title/Position) (Company) who does hereby certify that said Company has implemented a drug -free workplace program, which meets the requirements of Section 287.087, Florida Statutes, which are identified in numbers (1) through (6) above. Date Signature 35 CITY OF OPA-LOCKA NON -COLLUSION AFFIDAVIT STATE OF FLORIDA - COUNTY OF MIAMI DADE being first duly sworn, deposes and says that: (1) He/She/They is/are the (Owner, Partner, Officer, Representative or Agent) of the PROPONENT that has submitted the attached proposal; (2) He/She/They is/are fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; (3) Such Proposal is genuine and is not a collusive or sham Proposal; (4) Neither the said PROPONENT nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other PROPONENT, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from Proposing in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any PROPONENT, firm, or person to fix any overhead, profit, or cost elements of the Proposal or of any other PROPONENT, or to fix any overhead, profit, or cost elements of the Proposed Price or the Proposed Price of any other PROPONENT, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; (5) The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the PROPONENT or any other of its agents, representatives, owners, employees or parties of interest, including this affiant. Signed, sealed and delivered in the presence of: By: Witness Signature Witness Print Name and Title 36 NON-DISCRIMINATION AFFIDAVIT I, the undersigned, hereby duly sworn, depose and say that the organization, business or entity represented herein shall not discriminate against any person in its operations, activities or delivery of services under any agreement it enters into with the City of Opa-locka. The same shall affirmatively comply with all applicable provisions of federal, state and local equal employment laws and shall not engage in or commit any discriminatory practice against any person based on race, age, religion, color, gender, sexual orientation, national origin, marital status, physical or mental disability, political affiliation or any other factor which cannot be lawfully used as a basis for service delivery. By: Title: Sworn and subscribed before this day of , 20 Notary Public, State of Florida (Printed Name) My commission expires: 37 E -VERIFY Effective January 1, 2021, public and private employers, contractors and subcontractors will be required to register with, and use of the E -verify system in order to verify the work authorization status of all newly hired employees. Vendor/Consultant/Contractor acknowledges and agrees to utilize the U.S. Department of Homeland Security's E -Verify System to verify the employment eligibility of: a) All persons employed by Vendor/Consultant/Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including sub-vendors/sub-contractors) assigned by Vendor /Consultant/ Contractor to perform work pursuant to the contract with the Department. The Vendor /Consultant/ Contractor acknowledges and agrees that use of the U.S. Department of Homeland Security's E -Verify System during the term of the contract is a condition of the contract with the City; and By entering into a Contract, the Contractor becomes obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes but is not limited to utilization of the E -Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. If t contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. The Contractor acknowledges it is liable to the City for any additional costs as a result of termination of the contract due to Contractor's failure to comply with the provisions herein. 38 E -VERIFY FORM Definitions: "Contractor" means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other remuneration. "Subcontractor" means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration. Effective January 1, 2021, public and private employers, contractors and subcontractors will begin required registration with, and use of the E -verify system in order to verify the work authorization status of all newly hired employees. Vendor/Consultant/Contractor acknowledges and agrees to utilize the U.S. Department of Homeland Security's E -Verify System to verify the employment eligibility of: a) All persons employed by Vendor/Consultant/Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including sub-vendors/subcompanies/subcontractors) assigned by Vendor/Consultant/Contractor to perform work pursuant to the contract with the Department. The Vendor/Consultant/Contractor acknowledges and agrees that use of the U.S. Department of Homeland Security's E -Verify System during the term of the contract is a condition of the contract with the City of Opa-locka; and Should vendor become successful Contractor awarded for the above -named project, by entering into this Contract, the Contractor becomes obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes but is not limited to utilization of the E -Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. If this contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. Company Name: Authorized Signature: Print Name: Title: Date: 39