Loading...
HomeMy Public PortalAbout22-038 - accepting the proposal of Diamanti for demolition of 2141 - 2151 Ali-baba AveSponsored By: Interim City Manager RESOLUTION NO. 22-038 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA- LOCKA, FLORIDA, ACCEPTING THE PROPOSAL OF DIAMANTI CONSTRUCTION & DEVELOPMENT, INC. FOR THE DEMOLITION OF THE STRUCTURE AT 2141-2151 ALI-BABA AVENUE, WITHIN THE CITY, PURSUANT TO RFP NO. 22-0823100 AND FURTHER AUTHORIZE THE CITY MANAGER TO ENTER INTO AN AGREEMENT WITH DIAMANTI CONSTRUCTION & DEVELOPMENT, INC. FOR SAME, IN AN AMOUNT NOT TO EXCEED THREE HUNDRED THOUSAND, ONE HUNDRED FIFTY DOLLARS ($300,150.00); PROVIDING FOR ADOPTION OF REPRESENTATIONS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, on July 19, 2022, the City of Opa-Locka ("City") published Request for Proposals (RFP) 22-0823100 for the Demolition of the Structure at 2141-2151 Ali -Baba Avenue, within the City; and WHEREAS, three (3) sealed proposals were received by the City Clerk's Office and certified by the City Clerk on August 30, 2022; and WHEREAS, the Evaluation Committee reviewed the proposals and subsequently selected Diamanti Construction & Development, Inc. ("Diamanti") as the most responsive responsible bidder; and WHEREAS, the City Commission finds that acceptance of Diamanti Construction & Development, Inc.'s proposal for Demolition of the Structure at 2141-2151 Ali -Baba Avenue and entering into an agreement with said company is in the best interest of the City of Opa-Locka and its residents. NOW, THEREFORE, BE IT DULY RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA- LOCKA, FLORIDA: SECTION 1. The recitals to the preamble herein are incorporated by reference. SECTION 2. The City Commission of the City of Opa-Locka, Florida hereby accepts the proposal of Diamanti Construction & Development, Inc. relating to Request for Proposals (RFP) 22-0823100, for the Demolition of the Structure at 2141-2151 Ali -Baba Avenue, within the City, and authorizes the City Manager to enter into an agreement, attached hereto as Exhibit "A", for same, in an amount not to exceed Three Hundred Thousand, One Hundred Fifty Dollars ($300,150.00). Resolution No. 22 - SECTION 3. 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. SECTION 4. This Resolution shall take effect upon adoption and is subject to the approval of the Governor or Governor's Designee. PASSED and ADOPTED this 5th day of October, 2022. ATTEST: Jo. a Flores, City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY: Burnadette Nor i -Weeks, P.A. City Attorney Moved by: Vice Mayor Taylor Seconded by: Commissioner Bass VOTE: 5-0 Commissioner Bass YES Commissioner Davis YES Commissioner Dominguez YES Vice -Mayor Taylor YES Mayor Williams YES V:-'onica J. Wil lams, ayor 2 City of Opa-locka Agenda Cover Memo Department Director: Department Director Signature: City Manager: Darvin Williams CM Signature: I n J/ J .-2_,C. ......,l.Commission ���/// Meeting Date: 09.28.2022 Item Type: (EnterX in box) Resolution Ordinance Other X Fiscal Impact: (Enter X in box) Yes No Ordinance Reading: (Enter X in box) 1st Reading 2nd Reading X 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 NA NA Contract/P.O. Required: (Enter X in box) Yes No RFP/RFQ/Bid#: X Strategic Plan Related (EnterX in box) Yes No Strategic Plan Priority Enhance Organizational Bus. & Economic Public Safety Quality of Education Qual. of Life & City Communication Area: ijo Strategic Plan Obj./Strategy: (list the specific objective/strategy this item will address) X Dev III go NI Image IN IM Sponsor Name City Manager Department: City Manager Short Title: A resolution authorizing the City Manager to accept the proposal of Diamanti Construction & Development, Inc. for Demolition of the Structure at 2141-2151 Ali -Baba Avenue pursuant to RFP No. 22-0823100 and further authorizing the City Manager to enter into an agreement with Diamanti Construction & Development for demolition of this structure. Staff Summary: Request for Proposals (RFP) 22-0823100 was published on July 19, 2022 for Demolition of the Structure at 2141-2151 Ali -Baba Avenue. Three (3) companies submitted proposals/documents which were certified by the City Clerk on August 30, 2022. The Evaluation Committee reviewed the proposals and subsequently selected Diamanti Construction & Development, Inc. as the most responsive responsible bidder. The proposals are listed in order from highest to lowest ranking based on Evaluation Committee scoring. (1st) Diamanti Construction & Development, Inc. was ranked first. The company was incorporated in 2016 and has an extensive experience in demolition activity involving commercial buildings, government buildings, gas stations, and residential buildings. (2nd) Chin Diesel, Inc. was ranked second. The company has been in business for over 20 years; however, they were not able to provide a list of completed projects. (3rd) American Builders Masters Corp. was ranked third. The company have been in business for eleven years; however, they did not provide the information required in the RFP Solicitation. Financial Impact: The FY 23 Annual Budget includes $300,000 for demolition. The recommended winning bid is for $300,150. In entering into an agreement with Diamanti Construction, the City will seek to have the winning bid reduced by $150 to avoid a delay that might be necessitated by the need for a budget amendment. A lien will be placed on the property to recover City demolition expenses. Proposed Action: Staff recommends the City Commission approve the recommendation for Diamanti Construction & Development, Inc. based on the Selection Committee review, scoring and ranking, and authorize the City Manager to enter into an agreement with said company subject to the City Commission approving the FY 23 Final Annual Budget, including the $300,000 budgeted for this project. Attachment: RFP No. 22-0823100 Bid Certification Committee Evaluation Forms Bid Proposals CITY OF OPA-LOCKA CERTIFICATION REQUEST FOR PROPOSALS RFP NO. 22-0823100 DEMOLITION OF STRUCTURE AT 2141-2151 ALI-BABA AVE I, Joanna Flores, City Clerk of the City of Opa-locka, Florida, do hereby certify that sealed proposal(s) were received and opened at the Opa-locka Municipal Complex, 780 Fisherman Street, 4th Floor, Opa-locka, Florida, at 1:15 p.m. this 30th day of August, 2022. PROPOSAL(S) RECEIVED NAME/ADDRESS LUMP SUM PRICE 1. Chin Diesel, Inc. 1820 NE 144th Street Miami, FL 33181 Contact: Leon Chin -You, President PH: 786.229.3336 Email: leonAchindiesel.com 2. American Builders Masters Corp. 9470 SW 10th Street Miami, FL 33174 Contact: Jose Benitez, President PH: 786.439.8048 Email: joseAamericanbuildersmasters.com 3. Diamanti Construction & Development, Inc. 524 N 11 Street Lake Worth Beach, FL 33460 Contact: Mohammed S. Islam, President PH: 561.301.7191 Email: diamanticonstructionflagmail.com $ 276,000.00 $ 145,800.00 $ 300,150.00 Please note that the proposal from Chin Diesel, Inc. was submitted via Demand Star (e -bid) and in person. I further certify that sealed proposal(s) were submitted and properly opened in the presence of the following: Sha'mecca Lawson Assistant City Manager City of Opa-locka anna Flores, CMC ty Clerk City of Opa-locka EVALUATION FO RFP No. 22-0823100 ©errnoNn of Structure at 2141-2151 An -Baba Av n ue By signing this form as an Evaluator, I certify that I have no conflict of interest. Reviewer Name: Signature: Firm Name: Evaluation Criterion Experience and Qualifications References Resources and approach Price Proposal ' c-er- Chin Diesel, Inc. Date: Rating Farm Name: Evaluation Criterion Experience and Qualifications 3 References 3 Resources and approach M Price Proposal Notes: 6+s.1r . Z -,/#7r �r , / / 2-7 O. a f merucamu Builders Masters Corp. Ratin Firm Name: Evaluation Criterion Experience and Qualifications 5 References Resources and approach ,,'� Price Proposal . Notes: o / vim / ® a � i°'--- Cti. /env; 4 7t4 - ere y,®' N' @IzZ r 4 7414.- /4-67 90D; ger undl Construction : Development, Inc. Ratin Notes: f CCD czu 1/ as i a 0 e. - e:#1, e4 ®-mil/ P 1 f� dP -4.—c 44—A a be- Poe C4 .n° ' EVYALUATI %M FORM RFP Mo. 22-0823100 Demornon of Structure at 2141-2151 Mil -Baba Avenue By signing this form as an Evaluator, I certify that 1 have no conflict of interest. Reviewer Name: Signature: Firrm Name: f t � /1(.1f-1 Chin Diesel, inc. Date: 62/W Znn, Evaluation Notes: Criterion Experience and Qualifications ce;/ References 'S Resources and approach Price Proposal Rating Ripm fume: Evaluation Criterion Experience and Qualifications 0 References /J Resources and approach E) Price Proposal P 1 i X.-Grail/1-7o a 1,eaV i,s American Builders Masters Corp. Rating Firm Nam Evaluation Criterion Experience and Qualifications 4 References 4 Resources and approach vt, Price Proposal J 3 Notes: 1 Diam anti Construction & D evelopment, Onto Rating Notes: 3 "n 4....0c.4;et-S t�6T7 �1l 9 4%I?AL-13 L46Aiwa `,71K1*I Aair.4.4 EVALUATION FORM RFP Noe 22-0823100 Demolition of Structure at 2141-2151 Ali -Baba Avenue By signing this form as an Evaluator, 1 certify that I have no conflict of interest. Reviewer Name: Signature: Firm Name: Evaluation Criterion Experience and Qualifications !L References 7 Resources and approach Price Proposal /I Chin Diesel, Inc. Date: giaz-L f Ratin Firm Name: Evaluation Criterion Experience and Qualifications i, References d Resources and approach 0 Price Proposal Notes: C .i, pir',S r> �✓at!i::U; IV.Pi2J CfS Gt;;�,(':r 1`}Cr,j u� ✓},/• , S VLli�611/�j � id r�aeJa l 7� Pl�k�o� r Ip�-L ,, American aallders Masters C. rp. Rating Firm Name: Evaluation Criterion Experience and Qualifications References L Resources and approach Price Proposal n :7 Notes: M C Id Dia anti Construction & Dewey. pment, Inc. Rating Notes: ) ; 67 1-5 f /t/iecr5 rx.Gw? 66 ,49/ r EVALUATION FOR RFP doe 22-0823100 Demol`otiomr of Structure e 2141-2151 Aii-Fab Avenue By signing this form as an Evaluator, I certify that i have no conflict of interest. Reviewer Name: Signature: Firm Name: Evaluation Criterion Experience and Qualifications References d) Resources and approach Price Proposal Chin Diesel, Inc. Date: Ratin Firm Name: Evaluation Criterion Experience and Qualifications References Resources and approach 1 Price Proposal Rating Firm Name: Evaluation Criterion Experience and Qualifications -7 References A Resources and approach Price Proposal Notes: . American Buiiders Masters Corp. Notes: Diamsnti Construction & Development, inc. Rating Notes: ?`4,-s \\--Q, f 'l..'�.,..::� C " 1i• El/ALUM-10M FORM RFP No. 22-0823100 Dvmrl®iition of Structure at 21411 4151l Aii-Barb Avenue By signing this form as an Evaluator, I certify that 1 have no conflict of interest. Reviewer Name: Signature: Firm Name: Evaluation Criterion Experience and Qualifications + { 14. References 6 — Resources and approach Price Proposal arL Date: Chin Diesel, rocs Zg atin Firm Name: Evaluation Criterion Experience and Qualifications -1 References Resources and approach 1, Price Proposal Notes: /do tIto;e f '. c10gi i!j1,61 rP PM, n�, h' s Af Q _ e ZSAit `l s GiYi gQ,./.41z �f :i ry'�c -y rJ3' ti k4l"' .40r" pr MAO American P uiidlers Masters Corp, Rating Firm dame: Evaluation Criterion Experience and Qualifications References ,,`- Resources and approach Li Price Proposal ,, Notes: apeg ,0P, ' sAks '?0 ,F" Fcbi rav »AP ri174 gam' / 1191/7",,e. Diamanti Construction Development, inc. Rating Notes: h Pr 0 c.R T inset R.r/Ali f 9%ggaxtri 5 L-eg 3 a y P,6761WeE 1 1 1 1 1 1 1 1 1 1 1 1 1 DIAMANTI CONSTRUCTION & DEVELOPMENT. INC RFP NO: 22-0823100 DEMOLITION OF STRUCTURE AT 2141- 2151 ALI-BABA AVENUE PROPOSAL PRESENTED BY DIAMANTI CONSTRUCTION & DEVELOPMENT, INC 524 N H ST LAKE WORTH BEACH, FL 33460 PH: 561-301-7191 EMAIL: diamanticonstructionfl@gmail.com CONTACT PERSON: MOHAMMED S ISLAM coPY TABLE OF CONTENTS Section: 1. Letter of Transmittal 2. General Information 3. Project Approach 4. Experience and Qualifications 5. Schedule 6. Pricing of Services 7. References 8. Additional Forms 9. Exhibit -A Section 1: Letter of Transmittal Diamanti Construction & Development, Inc and our subcontractors understand the scope of the work outlined in the sections of the Part II of RFP. We are committed to comply with all the Federal, State, County and City regulations before, during and after the demolition. We recognize the environmental governing regulations before starting demolition. Proposer and its subcontractor will record keeping, removal and disposal of debris, any hazardous materials outlined in the RFP accordance with EPA, Federal, State, County and City Regulations. Proposer and its sub -contractors will follow the safety regulations in accordance with OSHA, EPA, DERM and FDEP. Diamanti Construction & Development, Inc designate Mr. Mohammed S Islam (Qualifier) as the authorized person to represent the proposer. Mohammed S Islam is the General Contractor and Qualifier for the Diamanti Construction & Development, Inc. His office is located at 524 N H ST, Lake Worth Beach, FL 33460 and Direct Contact # 561-301-7191 1 1 w 1 1 1 • 1 1 1 A 1 1 Section 2: General Information • Diamanti Construction & Development, Inc • 524 N H ST, Lake Worth Beach, FL 33460 • Ph#561-301-7191 • Business Hours: 8am-5pm • Licensed Florida Corporation • Incorporated in Pam Beach County on 04/14/2016 • Administrative work will be conducted out of the 524 N H St, proposer will also engage from a mobile project office at 2141 Ali - baba Ave. • Diamanti Construction & Development, Inc is the parent company • It is licensed, and certified to do business in the State of Florida • State License and State Registration is attached in Exhibit -A 1 Section 3: Project Approach 1 1 1 1 1 1 1 1 1 1 1 1 1. Proposer will engage certified, license exterminators to treat building and control rodent and vermin before and during demolition activity. 2. Proposer will respect adjacent properties to conduct demolition activity, remove debris with minimum interference. 3. Proposer will take any necessary steps with the owner's permission to close any roads, sidewalks, and arrange alternative means of access. 4. Proposer will install Safety barrier to prevent any damage to adjacent property or people. 5. Proposer will erect temporary fence with windscreen and ground cover to control dust. 6. Proposer will protect any landscape, appurtenances, and existing site improvements as per the contract document and owner's request. 7. Proposer will erect necessary shoring before demolition and maintain during demolition as necessary. 8. Proposer will obtain permits for temporary power and water connections. 9. Proposer will pay for utility bills for such temporary power and water connections. 1 1 A w w Section 4: Experience and Qualifications Experience: Diamanti Construction & Development, Inc and its subcontractors have extensive experience in demolition activity involving commercial buildings, government buildings, gas stations, residential buildings to name a few. We (Diamanti construction and subcontractors) have several decades of combined experience involving mold mediation, asbestos abatement, underground and above ground tank removals, disposal of environmentally hazardous materials conforming all Federal, State and City regulations. Qualifications: 1. Diamanti Construction & Development, Inc CGC1524241 2. Palm Beach Mechanical CAC1815615 / CBC1261691 / EC13009426 / M RSR3305 3. Petro Solutions CBC 1257332 - PCC 1256882 4. Nader Goubran, Architect AlA — NCARB 1 1 1 1 1 1 1 1 1 1 1 1 1 1 i 1 1 1 1 Section 5: Schedule 2141-2151 ALI-BABA AVE DEMOLITION No. Start 1 10/3/2022 2 10/10/2022 3 10/10/2022 4 10/3/2022 5 10/17/2022 6 11/1/2022 7 11/8/2022 End Task 10/7/2022 Mobilization 10/14/2022 10/14/2022 Temp Elec/Plumb 10/14/2022 Mold/Asbestos Mark 10/31/2021 11/7/2022 11/16/2022 Fence/ Screen/Drain Protection/Dust Control Demolition Ground Clearing Final Completion Estimated project completion time: Approx 45 days from start 1 Section 6: Pricing of Services No Services 1 Mobilization/Fence/Screen 2 Elec/HVAC/Plumbing 3 Demolition -Disposal & Labor (15000 SF) 5 Mold Mediation 6 Asbestos Abatement 7 Lead Paint Removal 8 Performance/Payment Bond Total Price inclusive of before and after test results 1 1 1 1 1 Price 25000 20000 140000 35000 35000 35000 10150 300150 Section 7: References 1. City of Opa-Locka Installation new HDPE gravity sewer for Bahman Ave, Historic City Hall roofing maintenance to stop the massive leaks. Renovation 1st floor for new permit department location. Contact Person: Carlos Gonzalez, CIP-Project Manager Ph# 305-206-0279; Email: cgonzalez@opalockafl.gov 2. Woo!bright Petroleum dba JSG 3000 Copans LLC Demolition of exterior accessory attached structures, total interior demolition to the concrete walls for a service station approx. 2000 SF built in 1952. Contact Person: Jack Gien, Owner Ph# 561-212-9520; Email: jsgpetroleum@gmail.com 3. Metropolitan Pharmacy Interior demolition of a 2500 SF commercial retail space to build new walk- in clinic and retail pharmacy. Contact Person: Mazin Alamin, Pharmacist (Owner) Ph# 484-683-5500; Email: mfkelamin@gmail.com Section 8: Additional Forms 1. Proposer Qualifications 2. Price Proposal Form 3. Certification Regarding Debarment and Suspension 4. Drug Free Workplace Certification 5. Non -Collusion Affidavit 6. Non -Discrimination Affidavit 7. E -verify Form A 1 1 1 w 1 1 w 1 1 RFP NO.22-0823100 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: 71Q rho, fl , ce.„ ,cam 6 5 V) -e IL �' _•°,z i n t_ Address: lq City, State, Zip: FL --3.;44(,,r1 Phone/Fax: 5{:=I- - - i`i 2. Check One: Corporation (?C) Partnership () Individual () 3. If Corporation, state; Date of Incorporation: 011 l'-;12 State in which Incorporated: P j c,,-„3c� 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: Me:i :0nI►.4-1 5 (aid Yvl PI/5riv.n � t IaiZrlii) 1Slca ui/vti 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-Iocka 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 foctor considered in awarding any resulting contract. The purpose is to insure that the Contractors, in the sole opinion of the City ofOpa-Iocka, 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 stringen t requirement shall apply. 31 RFP NO: 22-0823100 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. SUBMITTED THIS 30 BID SUBMITTED BY: LUMP SUM PRICE:$ 307, i1 - 9•' DAY OF rncin--i (-0w;}Y SClicAl2- Company ¶tve tof m'.c , 1 i tACtivtn1 fi ', LS�Cxv►� Name of P Bid Signature horized to Submit Title 2022. 5 cr j 3er- 91`•II Telephone Number Fax Number tafInGjY1+i iCi11 iy l,c;A•12( �:})?1r�1(4Ct/" 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 �RIZED TO SIGN THE STATEMENT, I CERTIFY THAT THIS FIRM COMPLIES FULL IT HE ABOVE REQUIREMENTS. Signature Printed Name Pt TS Li 34 1 1 N 1 N 1 1 r M r r 1 CITY OF OPA-LOCKA REP NO. 22-0823100 E WORKPi Ac_ 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 M.C..: L4cirnrvi 5 IA014. the Pre ; (1 Q /1 (Title/Position) hh (Name) _ of 1Ji ( A i- i G-A5fr_ c De kcifg,, rik --I-"► L (Company) who does hereby certify that said Compa meets the requirements of Section through (6) above. 36,1 Date Signature has implemented a drug -free workplace program, which 7, Florida Statutes, which are identified in numbers (1) 35 A 1 1 1 1 1 1 1 1 I� 1 CITY OF OPA-LOCKA NON -COLLUSION AFFIDAVIT STATE OF FLORIDA - COUNTY OF MIAMI DADE P1 gum 'r-, 1 4 .L5 lc') being first duly sworn, deposes and says that: (1) He/She/They is/are the (Owner, Partner, Officer, Representative or Agent) of 7)WC evcA' 4-r CM ;A_ 1U` n the PROPONENT that has submitted the attached proposal; TA c- (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: Signature ki.<;Ir'L rvi v- a 1 a.S1L•,w. 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 whiclrannot be lawfully used as a basis for service delivery. t1 / Sworn and subscribed before this Nota tate of Florida Ivens4( Esil& 20C (Printed Name) My commission expires: By: Title: IkAD k ai m m .C.,A S Prec%1 4en WENSON ESTIME Notary Public - State of Florida Commission # GG 945034 My Comm. Expires Jan 7, 202? vq, 1 37 1 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) Alt 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 ofthis 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 1 M 111 1 111 M r 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 ali 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: (�'; � �� �� i . G.: r C.:: -ht: ; (3.L (D ()may' ►11- Authorized Signature: Print Name: b Mr" e c 7 Si C4 -W‘ Title: Date:e: r3S13bjZC'LL 39 Section 9: Exhibit -A 1. Division of Corporation Status 2. State License Certificate 3. Local Business Tax Receipt 4. Certificate of Liability Insurance 5. Bid Bond 6. Gas Station Interior/Exterior Demo Pictures 7. Warehouse Interior Demo Pictures 8. Residential Building Demo Pictures 8/21/22, 11:46 PM Detail by Entity Name DIVISION OF CORPORATIONS I Pi rot f)] vulroi ( c) 0,)A l'fr�� EJ .j)'''''1°v20:.rx: saa"_emu fit n%/I' !!! 'i4/f;• f,/ /'1rt1 If!!! ,;,J�,f,,. Lpanment of State / Division of Corporations / Search Records I Search badly i Name / Detail by Entity Name Florida Profit Corporation DIAMANTI CONSTRUCTION & DEVELOPMENT, INC. Fri ing Information Document Number P16000033980 FEI/EIN Number 81-2284662 Date Filed 04/14/2016 State FL Status ACTIVE r'ncipal Address 524 N H ST LAKE WORTH, FL 33460 Changed: 03/25/2019 Mailing Ad ress 524 N H ST LAKE WORTH, FL 33460 Changed: 03/25/2019 Registered Agent Name &Add ess ISLAM, MOHAMMED S 524 N H ST LAKE WORTH, FL 33460 Address Changed: 03/25/2019 Officer/Director Detail Name & Address Title P ISLAM, MOHAMMED S 524 N H ST LAKE WORTH, FL 33460 Title Director Islam, Tazmin https://search. sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?Inquirytype=EntilyName &directionType=initial&searchNemeOrder-DIAMANT... 1/2 1 1 1 1 1 A 1 A 1 1 8121/22, 11:46 PM 524NHST LAKE WORTH BEACH, FL 33460 Annual Reports Report Year 2020 2021 2022 Filed Date 03/26/2020 03/14/2021 02/09/2022 pocument Imagt;4 02/09/2022 — ANNUAL REPORT View image in PDF formal 03/14/2021 ANNUAL REPORT View image in PDF format 03/26/2020 --ANNUAL REPORT View image in PDF format 03/25/2019 — ANNUAL REPORT View image in PDF format 03/0212018 — ANNUAL REPORT View image in PDF format 04/30/2017 — ANNUALREPORT View image in PDF format 04/14/2016 -- Domestic Profit View image in PDF format Detail by Entity Name fio:iAn Oe,cnnlent: ( State, O, ISIon at col v3ratiani https:l/search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail7lnqu irytype=EntltyName&directionType=lnilial8,search NameOrdet=DIAMANT... 2/2 Ron DeSantis, Govemor STATE OF FLORIDA DEPARTMENT OF BUSINESS A Melanie S. Griffin, Secretary ND PROFESSIONAL REGULATION CONSTRUCTION s ` — THE GENER AL C9, PR OVIS19 S te. ENSING BOARD ,F IED UNDER THE ATUTES t.:CG241 FE: AUGUST 31, 2024 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. Florida 1 w ANNE M. GANNON CONSTITUTIONAL TAX COLLECTOR Serving Palm Beach County Serving you. P.O. Box 3353, West Palm Beach, FL 33402-3353 www.pbctax.com Tel: (561) 355.2284 "LOCATED AT** 524 North H ST Unit 2 LAKE WORTH, FL 33460 TYPE OF BUSINESS OWNER CERTIFICATION d RECEIPT 0/DATE PAID AMT PAID BILL 0 23-0051 GENERAL CONTRACTOR ISLAM MOHAMMED SAIPUL CGC1624241 922.616152 - 07129/22 S27.50 040152091 This document is valid only when receipted by the Tax Collector's Office. DIAMANTI CONSTRUCTION AND DEVELOPMENT INC DIAMANTI CONSTRUCTION AND DEVELOPMENT INC 524 N H ST UNIT 2 N LAKE WORTH FL 33460-2944 iiiillil .i..111''lill1ll,llll1.11y111111rlllll.Illh1111111l1I1 ANNE M. GANNON CONSTITUTIONAL TAX COLLECTOR Serving Pahn Beach Comity Serving you. STATE OF FLORIDA PALM BEACH COUNTY 2022/2023 LOCAL BUSINESS TAX RECEIPT LBTR Number: 2016092136 EXPIRES: SEPTEMBER 30, 2023 This receipt grants the privilege of engaging In or managing any business professlon or occupation within its jurisdiction and MUST be conspicuously displayed at the place of business and in such a manner as to be open to the view of the public. P.O. Box 3353, West Palm Beach, FL 33402-3353 www.pbctax.com Tel: (561) 355-2264 "LOCATED AT"' 524 North H ST Unit 2 LAKE WORTH, FL 33460 TYPE OF BUSINESS OWNER CERTIFICATION ft RECEIPT 0/DATE PAID AMT PAID BILL 6 23-0100 CW GENERAL CONTRACTOR ISLAM MOHAMMED SAIFUL CGC1524241 622.616153 - 07/20122 3369.60 640152090 111 This document is valid only when receipted by the Tax Collectors Office. :1 DIAMANTI CONSTRUCTION AND DEVELOPMENT INC DIAMANTI CONSTRUCTION AND DEVELOPMENT INC 524 N H ST UNIT 2 LAKE WORTH FL 33460-2944 III.II1In1l1llllll1111In1II1111111+111t11iI1111I1i11u11111111 STATE OF FLORIDA PALM BEACH COUNTY 2022/2023 LOCAL BUSINESS TAX RECEIPT LBTR Number: 2016092137 EXPIRES: SEPTEMBER 30, 2023 This receipt grants the privilege of engaging In or managing any business profession or occupation within Its Jurisdiction and MUST be conspicuously displayed at the place of business and In such a manner as to be open to the vlew of the public. J AGGRO CERTIFICATE OF LIABILITY INSURANCE `..--'-- DATE(MM/DOIYYYY) 05/2412022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the pclicy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER Surety One, Inc. 1775 Sawgrass Cir Greenacres, FL 33413 (561) 577-9573 Fax (561) 300-2338 CONTACT NAME: tPA/C N . ExO: (551) 577-9573 fac, No): (561) 300-2338 ADDARESS• suretyoneIns@gmall.com INSURER(S) AFFORDING COVERAGE NAM k INSURERA: ESSEX _Phone INSURED DIAMANTI CONSTRUCTION 8 DEVELOPMENT, INC 3832PARKSIOECIRCLE Palm Springs FL 33461 INSURERB: N/A INSURER c: N/A INSURER D: NIA INSURER E: N/A INSURER F : N/A COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO W HICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR 1,TR INSR TYPE OF INSURANCE ADDLSUBR MD - POLICY NUMBER POLICY EFF (MMIDDIYYTTI POLICY EXP IMMIDDIYYYY) LIMITS A © COMMERCIAL GENERAL HAMMY 3AA568804 05/20/2022 05/20/2023 EACH OCCURRENCE $ 1,000,000.00 IIII CLAIMS -MADE 0 OCCUR 0 DAMAGE TO RENTED PREMISES ( SES (Ea occurrence) $ 100,000.00 MEO EXP (Any one person) $ 5,000.00 0 PERSONAL d ADV INJURY $ 1,000,000.00 GENL AGGREGATE LIMIT APPLIES PER: © POLICY ❑ PRO.T •- LOC III OTHER GENERAL AGGREGATE $ 2,000,000.00 PRODUCTS -COMP/OP AGG $ 1,000,000.00 Deductible $ 0.00 6 AUTOMOBILE LIABILITY ❑ ANY AUTO N/A CO BINEDn SINGLE LIMIT(Ea $ 0.00 BODILY INJURY (Per person) $ 0.00 • AAULLTOSWONED • AUTOS SCHEDULED BODILY INJURY (Per acclden0 $ 0.00 • HIRED AUTOS 00 -SINNED PROPERTY DAMAGE (Per accident) S 0.00 0 • $ 0.00 C 0 UMBRELLA LIAB 0 OCCUR 0 EXCESS LIAB III CLAIMS -MADE N/A EACH OCCURRENCE $ 0.00 AGGREGATE $ 0.00 ❑ DED . RETENTIONS $ 0.00 D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOWPARTNER/EXECUTIV OFFICER/MEMBER EXCLUDED? (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below NIA NIA • STATUTE • FOR 0.00 E.L. EACH ACCIDENT $ 0.00 Et DISEASE - EA EMPLOYE $ 0.00 E.L. DISEASE - POLICY LIMIT $ 0.00 E N/A 0 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORO 101, Additional Remarks Schedule, If more space ha required) General Contractor. Blanket additional insured included. CERTIFICATE HOLDER CANCELLATION City of Opa-locka 780 Fishermen Street, 4th Floor Opa-locka, FL 33054 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Surety One, Inc. ACORD 25 (2014/01) QF ©1988-2014 ACORD CORPORATION. All rights reserved, The ACORD name and logo are registered marks of ACORD r y r w r 1 1 1 1 1 1 1 1 i 1 BID BOND (Percentage) Bond No, 66372784 KNOW ALL PERSONS BY THESE PRESENTS, That we Diamanti Construction & Development Inc Of 524 N. H Street, Lake Worth Beach, FL 33460 , hereinafter referred to as the Principal, and WESTERN SURETY COMPANY as Surety, are held and firmly bound unto City of Opa Locka xof Ten Percent of the Amount Bid , hereinafter referred to as the Obligee, in the amount of ( 113% ), for the payment of which we bind ourselves, our legal representatives, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has submitted or is about to submit a proposal to Obligee on a contract for Demolition of Structure at 2141-2151 Ali -Baba Avenue 10% NOW, THEREFORE, if the said contract be awarded to Principal and Principal shall, within such time as may be specified, enter into the contract in writing and give such bond or bonds as may be specified in the bidding or contract documents with surety acceptable to Obligee; or if Principal shall fail to do so, pay to Obligee the damages which Obligee may suffer by reason of such failure not exceeding the penalty of this bond, then this obligation shall be void; otherwise to remain in full force and effect. SIGNED, SEALED AND DATED this 30th day of August 2022 Form F4595-8-2001 Principal Diamanti Surety BY: Checr¢e Bryant , Attorney -in -Fact BY: ion & Development Inc WESTERN SURETY COMPANY ss Western Surety Company POWER OF ATTORNEY - CERTIFIED COPY Bond No 66372784 Know All Men By These Presents, that WESTERN SURETY COMPANY, a corporation duly organized and existing under the laws of the State of South Dakota, and having its principal office in Sioux Falls, South Dakota (the "Company"), does by these presents make, constitute and appoint Checree Bryant its true and lawful attorney(s)-in-fact, with full power and authority hereby conferred, to execute, acknowledge and deliver for and on its behalf as Surety, bonds for: Principal: Diamanti Construction & Development Inc Obligee: City of Opa Locka Amount: $1,000,000.00 and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the Vice President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said attorney(s)-in- fact may do within the above stated limitations. Said appointment is made under and by authority of the following bylaw of Western Surety Company which remains in full force and effect. "Section 7. All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." If Bond No. 66372784 is not issued on or before midnight of November 28th, 2022 authority conferred in this Power of Attorney shall expire and terminate. , all In Witness Whereof, Western Surety Company has caused these presents to be signed by its Vice President, Paul T. Bruflat, and its corpo ats5t►s trhfrio be affixed this 30th day of August , 2022 C4 e Etta Sfi1WE O UnT Ai C� A C QF e' MI On Mosis'3O*h.' day of August , in the year 2022 before me, a notary public, personally appeared Paul T. Bruflat, who being to me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of WESTERN SURETY COMPANY and acknowledged said instrument to be the voluntary act and deed of said corporation. 'f °+SgbS�sbbbbbgbbbbbbbbbb44 + M. BENT ✓ • SERI. NOTARY PUBLIC �i SOUTH DAKOTA - et +▪ b�+bbbbbbbosbbhbbbbbbbbbb + My Commission Expires March 2, 2026 I the undersigned officer of Western Surety Company, a stock corporation of the State of South Dakota, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable, and furthermore, that Section 7 of the bylaws of the Company as set forth in the Power of Attorney is now in force. In testimony whereof, I have hereunto set my hand and seal of Western Surety Company this 30th day of August , 2022 WES SUR ;Y COMPANY Paul T/Bruflat, Vice President Notary Public - South Dakota WES SURF Y COMPANY Paul T/$ruflat, Vice President To validate bond authenticity, go to www.onasurety.com > Owner/Obligee Services > Validate Bond Co Form F5306-11-2020 GAS STATION INTERIOR AND EXTERIOR DEMOLITION PICTURES 1 11 9 11 a e 8 0 r 1 GAS STATION INTERIOR AND EXTERIOR DEMOLITION PICTURES GAS STATION INTERIOR AND EXTERIOR DEMOLITION PICTURES RESPONSE TO TI ` ITATION TO BID Demolitio of Structure at 2141-2151 Ali -baba Ave Demolition Services REP No: 22-0823100 Prepared For: OPA LOCKA City of Opa-Locka Office of the City Clerk 780 Fisherman Street, 4th Floor Opa-Locka, FL 33054 Due August 30, 2022 @ 1:00pm August 29, 2022 CITY OF OPA-LOCKA Office of the City Clerk 780 Fisherman Street, 4th Floor Opa-locka, Florida 33054 Attn: Joanna Flores RE: REP No: 22-0823100 Demolition of Structure at 2141-2151 Ali -Baba Ave To Whom It May Concern: In accordance with the Invitation for Bid: REP No: 22-0823100, CHIN DIESEL, INC. (CDI) is pleased submit our letter of interest and subsequent qualifications pursuant to City of Opa-Locka department request. CHIN DIESEL, INC. is a professional construction services firm, specializing in demolition that was established in 2001 that is dedicated to providing high quality professional service in a timely manner at competitive rates. We maintain a superior reputation in terms of Dependability, Quality and Professionalism and have been acknowledged as an up and coming demolition contractor in South Florida. If given the opportunity, we will work diligently to earn the City's trust and respect by delivering consistently professional and timely completion of the City's projects. CDI has the immediate staffing ability to provide all of the requested demolition services for this project and has been providing similar services to other municipalities for the past 5 years. Chin Diesel, Inc is a certified CBE/SBE/CSBE and DBE minority small business enterprise. We are fully licensed and insured to provide services in the tri-county area. Chin Diesel, Inc maintains relationships with many construction and professional service firms to provide total customer care and job completion. Thanks to our excellent client base we have been steadily growing, expanding our operations, now having varied specialty equipment and more being built to accommodate south Florida's geology, these machines are self contained, easily transported and require minimal set up, adding to our advantage over other companies. We have carefully reviewed the submittal requirements and Chin Diesel, Inc. can meet or exceed all of the minimum bidder requirements and qualifications necessary to perform the outlined scope of services. 1 1820 NE 144th Street, North Miami, Florida 33181 Phone: (786) 229-3336 Fax: (305) 949-1328 E -Mail: Leon@chindiesel.com CITY OF OPA-LOCKA REP No: 22-0823200 Chin Diesel, Inc. has adequate resources and industry connections to provide prompt, timely, consistent service at reasonable and highly competitive prices. We maintain active affiliations with the disposal industries as well as with material testing laboratories to ensure a quality product that complies with project specifications. Chin Diesel, Inc. (CDI) is committed to providing provide prompt reliable services to the City of Opa- Locka. Our entire team is dedicated to learning the most efficient and innovation demolition techniques. We are earning an excellent reputation throughout South Florida's municipal governments for providing cost effective and highly responsive services. Our clients speak highly of the level of professionalism and knowledge our staff exhibits. We are confident that we will meet the needs of City of Opa-Locka and do not anticipate any constraints in providing a high level of services to the City and meeting the assigned time constraints for this project. We will accommodate the City's schedules and specific requirements and have established many long-standing relationships with many diversified clients who come back repeatedly to Chin Diesel, Inc. for the top quality demolition services that they have come to rely on. CDI currently maintains all required insurance limits as outlined in the insurance checklist as provided in the ITB and maintains all required occupational and specialty licenses for our business. Thank you for the opportunity to submit this bid package. Should you require further information or have any questions, please do not hesitate to contact Leon Chin -You, directly at (786) 229-3336 or via email: Leong. Chindiesel.com . Yours trillx:l Leon C. Chin -You ' President 2 1820 NE 144th Street, North Miami, Florida 33181 hone: (786) 229-3336 Fax: (305) 949-1328 F: -Mail: Lean@chindiesel.com City of pa-locka RFP NO: 22-0823100 REQUEST FOR PROPOSAL (RFP) DEMOLITION OF STRUCTURE AT 2141-2151 ALI-BABA AVENUE RFP NO. 22-0823100 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: Chin Diesel Inc. Address: 1820 NE 144th Street City, State, Zip: North Miami Phone/Fax: 786-229-3336 2. Check One: Corporation pf Partnership () Individual () 3. If Corporation, state: Date of Incorporation: 2-13-2001 State in which Incorporated: Florida 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: Leon Chin -You President 2-13-2001 6. The length of time in business: 21 years 7. The length of time (continuous) in business as a service organization in Florida: 21 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: 22-0823100 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: $ 276.000.00 SUBMITTED THIS 26 DAY OF August 2022. BID SUBMITTED BY: Chin Diesel Inc. Company Leon Chin -You Name of Person Bid Signature President rfhorizes-tr Submit 786-229-3336 Telephone Number 305-949-1328 Fax Number "` Ieon@chindiesel.com Title 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 AUTHORI' COMPLIES FULLY WIT Signature GN THE STATEMENT, I CERTIFY THAT THIS FIRM REQUIREMENTS. Printed Name Leon Chin -You 34 CITY OF OPA-LOCKA RFP NO. 22-0823100 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 Leon Chin -You (Name) President of Chin Diesel Inc. (Title/Position) (Company the who does hereby certify that said Comp, y s nplej ented a drug -free workplace program, which meets the requirements of Section 2 .0:7, lor.Kaa Statutes, which are identified in numbers (1) through (6) above. / 8/26/2022 Date Signariii e 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 Leon Chin -You (Owner, Partner, Officer, Representative or Agent) of Chin Diesel Inc. 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 del' Michael A Major Jr. Witness Jenny Wingerter Witness in th resence of: By: Signature Leon Chin -You President 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 use as.a'ba -s--fqr service delivery. Sworn and subscribed before this 26 r — y of Augusy� , 20 22 ( / �t Notary Public, Stay of Florida Michael A Major Jr. (Printed Name) My commission expires: 3/13/2025 1FR PO. 11111 By: Leon Chin -You Title: President 37 Michael A. Major, Jr. NOTARY PUBLIC • STATE OF FLORIDA COMMISSION # HH97645 My Commission Expires March 13, 2025 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: Chin Diesel In 7 / z c' Authorized Signature: Print Name: Leon Chin -You c Title: President Date: 8/26/2022 39 REFERENCES PROFESSIONAL MATERIAL` TRANSPORT JEFF JONES, USS2 INTERAMA STOREROOM MIAMI-DADE WATER & SEWER DEPARTMENT 2575 NE 151 Street North Miami Beach FL 33160 786-268-5915 Jeffrey.JonesP,miamidade.gov Scope of Services: Aggregate sales and delivery (Contract Sum $12,000.00) Project Address: 3800 NW 181th Street, Miami Gardens Eileen Ramos, Airport Purchasing Specialist Miami -Dade Aviation Department P. 0. Box 025504 Miami, Florida 33102-5504 Voice: 305.869.4492 / Fax: 305.876.0323 eiramosamiami-airport.com www.miami-airport.com Scope of Services: Aggregate sales and delivery (Contract Sum $22,000.00) Juan J. Calienes Jr, "JJ" — Utility Supply Specialist 2 Stores & Procurement Miami -Dade Water & Sewer 8950 SW 232 St Miami, FL 33190 Juan.CalienesJr@miamidade.gov Phone: (786) 268-5675 Fax: (305) 258-9758 www.miamidade.cov/water Scope of Services: Aggregate sales and delivery (Contract Sum $160,000.00) 1820 NE 144th Street,lNorth Miami Fl 33181 Phone: (786) 229-3336 Fax: (305) 949-1328 E -Mail: Detroitdsl@a aol.com Wier j� ? _... Se= B3 IrriC 0 PROFESSION,A.L MATERIALS IALS TRANSPORT Donald Cris Fardelmann Building Official/Chief Structural Inspector 53991\T. Dixie Hwy, Oakland Park, FL 33334 donaldf iroakland parkfl.,4ov 954.630.4341. Rene I. Diaz, Chief of Unsafe Structures City of Miami Unsafe Section 444 SW 2' Avenue 4th Floor Miami, Florida 33130 Telephone: 305-416-1107 Cell phone: 786-251-7181 rediaz(a miami2ov.com Abidemi Ajayi, P.E., PMP, LEED AP Assistant Town Engineer Town of Davie 6591 Orange Drive Davie FL 33314 AAja,, a davie-fLgov 954-797-1096 1820 NE 144th Street,2North Miami Fl 33181 Phone: (786) 229-3336 Fax: (305) 949-1328 E -Mail: Detroitdsl@aol.com E PtOPESS1O`.1AL. MATERIALS TRANSPORT BR?,WARD F L O R I DA Staci Montefusco, LEER® GA, Project Manager III Broward County Aviation Department Ft. Lauderdale -Hollywood International Airport Physical Address: 4101 Ravenswood Road, Suite #219, Fort Lauderdale, FL 33312 Mailing Address: 2200 SW 45 Street, Dania Beach, FL 33312 Office: 954-359-6149; Fax: 954-791-1.514 Cell: 954-336-2876 1820 NE 144th Street,3North Miami Fl 33181 Phone: (786) 229-3336 Fax: (305) 949-1328 E -Mail: Detroitdsl@aol.com 2022 FLORIDA PROFIT CORPORATION ANNUAL REPORT DOCUMENT# P01000016055 Entity Name: CHIN DIESEL, INC. Current Principal Place of Business: 9861 NW 3RD ST. PEMBROKE PINES, FL 33024 Current Mailing Address: 1820 NE 144TH ST NORTH MIAMI, FL 33181 FEI Number: 65-1077166 Name and Address of Current Registered Agent: CHIN -YOU, LEON C 9861 NW 3RD STREET PEMBROKE PINES, FL 33024 US The above named entity submits this statement for the purpose of SIGNATURE: Electronic Signature of Registered Agent Officer/Director Detail : Title P,D Name CHIN -YOU, LEON C Address 9861 NW 3 ST. City -State -Zip: PEMBROKE PINES FL 33024 FILED Jan 05, 2022 Secretary of State 3720198483CC Certificate of Status Desired: Yes s registered office or registered agent or both, in the State of Florida. Date I hereby certify that the Information Indicated on this report or supplemental report le true and accurate and that my electronic signature shell have the same legal effect as if made under oath; that 1 em an officer or director of the corporation or the receiver or trustee empowered to execute this report as required by Chapter 607, Florida Statutes; and that my name appears above, or on an attachment with all other like empowered. SIGNATURE: LEON CHIN -YOU PRESIDENT 01/05/2022 Electronic Signature of Signing Officer/Director Detail Date Local Business ax Receipt Miami —Dade County, State of Florida -THIS IS NOT A BILL -DO NOT PAY 6605621 BUSINESS NAME/LOCATION CHIN DIESEL INC 1820 NE 144TH ST NORTH MIAMI, FL 33181-1420 OWNER CHIN DIESEL INC CIO LEON CHIN -YOU, PRES Employee(s) RECEIPT NO. RENEWAL 6876305 EXPIRES SEPTEMBER 30, 2023 Must be displayed at place of business Pursuant to County Code Chapter 8A - Art 9 & 10 SEC. TYPE OF BUSINESS 213 SERVICE BUSINESS PAYMENT RECEIVED BY TAX COLLECTOR 75.00 07/11/2022 INT 22-353963 Thio Lasai Basf ax Tax Raeeipt eciy ceafrmaa maw -eta et tho LOCtIllgiMikeas Tax The Reaettrt fa 4Th a 'lose, parait In u eerli teutieo o1 tho Asides riuslli boss. to do ibasi►css. SVeiior osa ca ail Mt!' oay oen eatni er a Faisvaf,gracttt rayvfettty lowo end requiramen's %N ail ern to tips Dines. Ma RECEIPT NO. dews writ be allay d so an eootoorcioi *Ma - Miami-0pda Can 6o: t3tr-T 6nr hero i etrrstf . v{sit Locall Business Tax Receipt Miami -Dade County, State of Florida -THIS IS NOTA BILL - DO NOT PAY' 6878939 BUSINESS NAME/LOCATION CHIN DIESEL INC 1820 NE 144TH ST NORTH MIAMI, FL 33181.1420 OWNER CHIN DIESEL INC Workers) t 2 RECEIPT NO. RENEWAL 7154081 ILBT EXPIRES SEPTEMBER 30; 2023 Must be displayed at place of business Pursuant to County Code Chapter 8A- Art 9 & 10 SEC. TYPE OF BUSINESS PAYMENT RECEIVED 196 SPECIALTY BUILDING BY TAX COLLECTOR CONTRACTOR 118$00435 45.00 07/11/2022 INT-22.353983 TMs Local Batten Tax Antis aaRrw. papasat eftb* Gat Business Tax. The Roes is est a lie.ase, p.taritesawttiioadaagifts Wets 8rathici6.u.tofie ba.s's&Helfer oast eaapiywithayp.v.nnsatid or twagarartrea W nNd.tety laws ad wgriremests which apply W the Maims. fib* NEWT NO. ah.w mast b. ayad.a all eoarrwrelat niacin -Mis a3)ads Globe Ib-21i. for men latora}Won.visa wermiatnirkdaottilasoll4M Local Business Tax Receipt Miami —Dade County, State of Florida —THIS IS NOT A BILL — D0 NOT PAY 6605621 BUSINESS NAME/LOCATION CHIN DIESEL INC 1820 NE 144TH ST NORTH MIAMI, FL 331811420 OWNER CHIN DIESEL NC CIO LEON CHIN -YOU, PRES Employee(s) • 1 RECEIPT NO. RENEWAL 7616368 Il EXPIRES SEPTEMBER 30, 2023 Must be displayed at piece of business Pursuant to County Code Chapter 8A— Art 9 & 10 SEC. TYPE OP BUSINESS 220 TANGIBLE PERSONAL. PROP DLR PAYMENT RECEIVED SY TAX COLLECTOR 75.00 07/11/2022 INT 22-353963 This Local Briers Tex Racrpt arty ssafnzs payment e9 the treat Saber Ter. Via Ilesefpt is eel a Hutto, park r a cartificetiaa of tMre Matislt riaali8Mca9aat, to io Irrsiaesa. NatWar test ¢amphj with rag paranmeetal or aoajovemmntal regtslrtary laws soil rarriraseets witted apply to ti9 6rrettt28a. The RECEIPT NO. stun rust Se playaB as all cwrrnercfal sahlefas ICOC.TO S 9r4'p& MANMADE for mare Fair asks, visit myty•vli4H1ia4titaPvlfrvxFSlI4S14r. COUNTY 009410 Municipal Contractor's Receip Miar i—Dade County, State of Florida -THIS IS NOT A BILL - DO NOT PAY 6878933 BUSINESS NAME/LOCATION CHIN DIESEL INC 1820 NE 144TH ST NORTH MIAMI FL 33181 CHIN or INC Category(s) 1 RECEIPTNe. NEW 7618653 EXPIRES SEPTEMBER 30, 2022 Must be displayed at place of business Pursuant to County Code Chapter BA- Art9& 10 SEC. TYPE OF BUSBBESS MMC SPECIALTY BUILDING CONTRACT0ItAY°IE�a T 118300435 YTbx COtI ECTOa 5173.00 09/22/2021 INT--21 -391076 This Local Buono Tax Receipt only confirms poyrnont of tfia Local Business Tax. 'Rip Receipt in not o license, porrnit,or a cortifieation of tho holders qualifications, to do business. Bolder mum comply with any gwommenLI ornongovemmonts1regulatory laws and requirements which apply to the [wetness, Tito RECEIPT NO abort' mutt be displayed on all commercial vehicles - Miami-Oado Code Sac tcfrmore infonnation,visit www.minwidnAta/MAK4.11u191 r1 NIB 'MIA 1I E` - I. Li 1 ❑ A City of forth Miami 776 N E t25 Street • N rt,I-: Miami F> 33161 • 305-893-6511 Business Tax Receipt Issued Date: 101'll0022 Expiration Date: 91130;2023 Business Tax Receipt k BT -0030113 CHIN DIE-SEL INC 9861 NW 3 ST, F m8F:c,ic,., rlP,r.: , FL 33024 REMOVAL OF t iE:BN iS Business Name 1 Address: CHIN DIESEL INC 1820 NE 144 ST NNORflf MIAMI, FL 33181 igtAr.l A uuustn, C t4 Finance Erector NOTICE: PLEASE CONTACT THE BUSINESS TAX OFFICE AND REPORT ANY CHANGES OR WHEN THE BUSINESS HAS MOVED OR HAS BEEN SOLD. NON -TRANSFERABLE POST IN A CONSPICUOUS PLACE NON -TI AAtSi: E'i Ar1Lf FLORIDA Business Name and Location Address CHIN DIESEL INC 16030 NE 19TH PL APT 3 NORTH MIAMI BEACH FL 33162-5769 2020 Florida Annual Resale Certificate far Sales Tax This Certificate Expires on December 31, 2020 Certificate Number 23-8011919445-7 DR -13 8.10/19 By extending this certificate or the certificate number to a selling dealer to make eligible purchases of taxable property or services exempt from sales tax and discretionary sales surtax, the person or business named above certifies that the taxable property or services purchased or rented will be resold or re -rented for one or more of the following purposes: • Resale as tangible personal property. • Re -rental as tangible personal property. • Resale of services. • Re -rental as commercial real property. • Incorporation as a material, ingredient, or • Incorporation into tangible personal property being component part of tangible personal property repaired. that is being produced for sale by manufacturing, • Re -rental as transient rental property. compounding, or processing. Florida law provides for criminal and civil penalties for fraudulent use of a Florida Annual Resale Certificate. FLORIDA Business Name and Location Address CHIN DIESEL INC 16030 NE 19TH PL APT 3 NORTH MIAMI BEACH FL 33162-5769 Certific to Number 23-8011919445-7 By extending this certificate or the certificate number to a selling dealer to make eligible purchases of taxable property or services exempt from sales tax and discretionary sales surtax, the person or business named above certifies that the taxable property or services purchased or rented will be resold or re -rented for one or more of the following purposes: • Resale as tangible personal property. • Re -rental as tangible personal property. • Resale of services. • Re -rental as commercial real property. • Incorporation into tangible personal property being repaired. • Re -rental as transient rental property. • Incorporation as a material, ingredient, or component part of tangible personal property that is being produced for sale by manufacturing, compounding, or processing. Florida law provides for criminal and civil penalties for fraudulent use of a Florida Annual Resale Certificate. CT13 _' Oonstruc#ion iffades ualifying Board U&,mNESS CE T iW (CAI E OF COMPETE CY n/� C QUALIFYING TRADE(S) 0015 DEMOLITION ION Jerre r of BGascon. ar �/. Secretary of the Board M.drr ttatie Courtly rekins ..'I property !tilts he.ejn. AC RO Q® CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 8/15/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER SUNZ Insurance Solutions, LLC ID: (Essential) c/o Essential HR, Inc. dba First Star HR 4455 LBJ Freeway, Suite 1080 Dallas, TX 75244 INSURED Essential HR, Inc.. Essential HR II, Inc.. Essential HR III, Inc., dba First Star HR 4455 LBJ Freeway Suite 1080 Dallas TX 75244 COVERAGES CERTIFICATE NUMBER: NANTACT ME: Jennifer Hauoer PHONE FAX (A/c, No. Ext): 972-404-0295 (nrc.Nol_ E-MAIL ADDRESS: _jennifer.hauger(afirststarhr.com INSURER(SI AFFORDING COVERAGE INSURER A: SUNZ Insurance Company INSURERS : INSURER C INSURER D INSURER E : INSURER F : NAIC 0 34762 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. POLICY PERIOD TO WHICH THIS ALL THE TERMS, INSR: ADDL.SUBR POLICY EFF : POLICY EXP LTR TYPE OF INSURANCE INSD � WYD POLICY NUMBER (MM/DDlYYYY( -: IMMlDDIYYYYI ', LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE ' $ CLAIMS -MADE OCCUR - - DAMAGE TO RENTED PREMISES 'Ea occurrence: $ MED EXP (Any ane person) $ -- PERSONAL & ADV INJURY . GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY PRO- L_._1 JECT .,i LOC - - --- -- ---. - PRODUCTS - COMP/OP AGG - $ OTHER: $ AUTOMOBILE LIABILITY ' COMBINED SINGLE LIMIT IEa accident) $ ANY AUTO BODILY INJURY (Per person) $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY Per accident ( ) $ I HIRED NON -OWNED • ' AUTOS ONLY AUTOS ONLY -- — PROPERTY DAMAGE (Par accident] $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS -MADE ': ' AGGREGATE $ DED i RETENTION $ $ A WORKERS COMPENSATION WCO25-00001-021 : 10/1/2021 AND EMPLOYERS' LIABILITY Y / N 10/1/2022 , STATUTE PER ER , '.. -. . ANYPROPRIETOR/PARTNERIEXECUTIVE OFFICER/MEMBEREXCLUDED? N / A E.L. EACH ACCIDENT $1,000,000 (Mandatory In NH) If yes, describe under E.L. DISEASE - EA EMPLOYEE $ 1 000 000 $ 1,000,000 DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space is required) Coverage provided for all leased employees but not subcontractors of: Chin Diesel Inc Effective date: 10/1/2013 CANCELLATION 60000005 City of North Miami Beach 17050 NE 19th Ave North Miami Beach FL 33126 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Rick Leonard ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 69709749 1 Essential NR PEO 025 MASTER CERT 1 Marcus Jackson 1 8/15/2022 1:16:15 PM (EDT) 1 Pane 1 of 1 A`CORI.J CERTIFICATE OF LIABILITY INSURANCE DATE(MMlDD1YYYY) 08/15/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: tithe certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the po icy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Iron Ridge Insurance 17595 S Tamiami Trail #107 Fort Myers FL 33908 CONTACT Karen Brinkley NAME: PHONE (800) 775-8526 FAX (239) 288-7544 IA/C, No. EM): I (A/C. No): E-MAIL kbrinkley@ironridgeus.com ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Scottsdale Insurance Company 41297 INSURED Chin Diesel, Inc. 1820 NE 144th St North Miami FL 33181 INSURER B : Certain Underwriters at Lloyds of London INSURER C : INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: CL2281508474 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE FOLIC ES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. MR LTR TYPE OF INSURANCE ADDL INSD .UBR WVD POLICY NUMBER POLICY EFF (MMIDD/YYYY) POLICY EXP (NM/DO/TM) LIMITS A X COMMERCIAL GENERAL LIABILITY CPS7617487 07/13/2022 07/13/2023 EACH OCCURRENCE $ 1,000,000 DAMAGE TO REN (t0 PREMISES (Ea occurrunv.) 100,000 $ CLAIMS -MADE X OCCUR MED EXP (Any one person) $ 5,000 PERSONAL BADVINJURY $ 1,000,000 GENERAL AGGREGATE $ 2.000,000 GEN'L AGGREGATE POLICY OTHER: LIMIT APPLIES X PRO JECT PER: LOC PRODUCTS-COMP/OPAGG $ 2.00 0,000 $ AUTOMOBILE _ LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED _ _ SCHEDULED AUTOS NON -OWNED AUTOS ONLY COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Par person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accidents $ A X UMBRELLA LIAB EXCESS uAB X OCCUR CLAIMS -MADE CXS0007913 07/13/2022 07/13/2023 EACH OCCURRENCE $ 1,000,000 AGGREGATE $ 1,000,000 DED RETENTION $ PER STATUTE OTH- ER $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y/ N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N/A E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ B Pollution Liability ECOC725517 05/02/2022 07/13/2023 Each Occurrence Aggregate $1,000,000 $1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, mey be attached II more space is required) CERTIFICATE HOLDER CANCELLATION City of North Miami Beach 17050 NE 19th Ave North Miami Beach FL 33126 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016103) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CHINDIE-01 CERTIFICATE OF LIABILITY INSURANCE 8/15/2022 ACC) R® DATE (MM!DD/YYYY) SE06JSOTO THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in Ileu of such endorsement(s). PRODUCER License # L077730 AssuredPartners of Florida, LLC 1000 Sawgrass Corporate Parkway, Suite 452 Sunrise, FL 33323 INSURED Chin Diesel Inc 1820 NE 144th Street North Miami, FL 33181 CONTACT NAME: PHONE FAX (Arc, No, Exi): (888) 830-4396 (A/C, No):(954) 346-0244 E-MAIL ADDRESS: INSURERS) AFFORDING COVERAGE INSURER A: Clear Blue Insurance Company INSURER B INSURER C : INSURER D : INSURER E INSURER F NAMC # 28860 COVERAGES CERTIFICATE NUMBER' • ria-,Yvrvla raw a sa rs• THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS . INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LTR S YYYQ POLICY NUMBER IN (MM/DD/YYYYI : IMMIDDIYYYYI LIMITS COMMERCIAL GENERAL LIABILITY OCCURRENCE $ $ $ $ $ S EACH CLAIMS -MADE OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) MED EXP /Any one personi PERSONAL & ADV INJURY GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE POLICY j � I LCD PRODUCTS - COMP/OP AGG OTHER: A AUTOMOBILE LIABILRY COMBINED SINGLE LIMIT (Ea accident) ANY AUTO X AQ1YFLO02747-00 6/16/2022 6/16/2023 BODILY INJURY Per erSon) OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) X HIRED ONLY .AUTOS ONLDD PROPERTY DAMAGE x PIP $10,000 x UM $20,000 (Per accident) $ $ $ $ S 1,000,000 -- UMBRELLA LlAB OCCUR EACH OCCURRENCE EXCESS LIAB CLAIMS -MADE AGGREGATE DED RETENTION $ $ $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y IN PER ERH $ $ $ OFFICER/ANY MEMBER EXCLUDE? ECUTNE I I N / A E.L. EACH ACCIDENT (Mandatory In NH) I_ E.L. DISEASE - EA EMPLOYEE If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, AddHional Remarks Schedule, may be attached if more space Is required) City of North Miami Beach 17050 NE 19 Avenue North Miami Beach, FL 33126 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016103) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD BID BOND Capitol Indemnity Corporation 1600 Aspen Commons, Suite 300, Middleton, WI 53562 KNOWN ALL BY THESE PRESENTS, That we, Chin Diesel. Inc. as Principal, and Capitollndemnity Corporation , as Surety, are held and firmly bound unto CitvofOna-Locka , as Obligee, in the sum of Five Percent of the Principals Bid Amount Dollars ( 5% of the Principals Bid Amount ) for the payment of which we bind ourselves, and our successors and assigns, jointly and severally, as provided herein. WHEREAS, Principal has submitted or is about to submit a bid to the Obligee on a contract for DEMOLITION OF STRUCTURE AT 2141-2151 ALI-BABA AVENUE RFP NO; 22-0823100 ("Project"). NOW, THEREFORE, the condition of this bond is that if Obligee accepts Principal's bid, and Principal enters into a contract with Obligee in conformance with the terms of the bid and provides such bond or bonds as may be specified in the bidding or contract documents, then this obligation shall be void; otherwise Principal and Surety will pay to Obligee the difference between the amount of Principal's bid and the amount for which Obligee shall in good faith contract with another person or entity to perform the work covered by Principals bid, but in no event shall Surety's and Principal's liability exceed the penal sum of this bond. Signed this 29th day of Aue.ust 2022 By: By: Rachel Price Chin Diesel, Inc. yemnity Corporation , Attorney -in -Fact Surety Acknowledgment State of New York County of Nassau } } ss: } On this 29th day of August , 2022 before me personally came Rachel Price to me known, who, being by me duly sworn, did depose and say that he/she is an attorney -in -fact of Capitol Indemnity Corporation the corporation described in and which executed the within instrument; that he knows the corporate seal of said corporation; that the seal affixed to the within instrument is such corporate seal, and that he signed the said instrument and affixed the said seal as Attorney -in -Fact by authority of the Board of Directors of said corporation and by authority of this office under the Standing Resolut' thereof. My commission expires JOSEPH L ZASO NOTARY PUBLIC, STATE OF NEW YORK Registration No. 01ZA6012980 Qualified in Nassau County My Commission Expires December 8, 20 CAPITOL INDEMNITY CORPORATION BALANCE SHEET December 31, 2021 Admitted Assets Cash and invested assets: Bonds $ 618,141,054 Common stocks 157,173,176 Cash, cash equivalents and short-term investments 57,267,137 Total cash and invested assets 832,581,367 Investment income due and accrued 3,116,067 Uncollected premiums and agents' balances in course of collection 48,153,845 Deferred premiums, agents' balances and installments booked but deferred and not yet due 7,477,730 Amounts recoverable from reinsurers 5,024,047 Other amounts receivable under reinsurance contracts 208,405 Net deferred tax asset 15,886,386 Electronic data processing equipment and software 1,575,488 Receivables from parent, subsidiaries and affiliates 4,168,378 Other admitted asses 612,440 Total admitted assets $ 918,804,153 Liabilities and Surplus as Regards Policyholders Liabilities: Losses $ 336,642,620 Reinsurance payable on paid losses and loss adjustment expenses 25,798,000 Loss adjustment expenses 61,286,658 Commissions payable, contingent commissions and other similar charges 442,074 Other expenses (excluding taxes, licenses and fees) 10,687,529 Taxes, licenses and fees (excluding federal and foreign income taxes) 35,705 Current federal and foreign income taxes 257,424 Unearned premiums 148,846,891 Advance premium 5,657 Ceded reinsurance premiums payable (net of ceding commissions) 7,819,842 Amounts withheld or retained by company for account of others 12,618,389 Payable to parent, subsidiaries and affiliates 11,427,656 Other liabilities 890,743 Total liabilities 616, 759,188 Surplus as regards policyholders: Common capital stock Gross paid in and contributed surplus Unassigned funds (surplus) Surplus as regards policyholders Total liabilities and capital and surplus 4,201,416 103,923,753 193,919,796 302,044,965 $ 918,804,153 I, John L Sennott Jr., CEO and President of Capitol Indemnity Corporation do hereby certify that to the best of my knowledge and belief, the foregoing is a full and true statutory Statement of Admitted Assets and Liabilities, Capital and Surplus of the Operation at December 31, 2021, prepared In conformity with the accounting practices prescribed by the Insurance Department of the State of Wisconsin, IN WITNESS WHEREOF, I have set my hand and affixed the seal of the Corporation at Middleton, Wisconsin. John L Sennott Jr CEO & President lock nods CAPITOL INDEMNITY CORPORATION POWER OF ATTORNEY CIC1923857 Bond Number KNOW ALL MEN BY THESE PRESENTS, That the CAPITOL INDEMNITY CORPORATION, a corporation of the State of Wisconsin, having its principal offices in the City of Middleton, Wisconsin, does make, constitute and appoint JEFFREY W PRICE; MARY ANNA PRICE; RACHEL PRICE its true and lawful Attomey(s)-in-fact, to make, execute, seal and deliver for and on its behalf, as surety, and as its act and deed, any and all bonds, undertakings and contracts of suretyship, provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the sum of ALL WRITTEN INSTRUMENTS IN AN AMOUNT NOT TO EXCEED: $20,000,000.00 This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of CAPITOL INDEMNITY CORPORATION at a meeting duly called and held on the 15th day of May, 2002. "RESOLVED, that the President, Executive Vice President, Vice President, Secretary or Treasurer, acting individually or otherwise, be and they hereby are granted the power and authorization to appoint by a Power of Attorney for the purposes only of' executing and attesting bonds and undertakings, and other writings obligatory in the nature thereof, one or more resident vice-presidents, assistant secretaries and atiomey(s)-in-fact, each appointee to have the powers and duties usual to such offices to the business of this company; the signature of such officers and seal of the Company may be affixed to any such power of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shaii be valid and binding upon the Company, and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking or other writing obligatory in the nature thereof to which it is attached, Any such appointment may be revoked, far cause, or without cause, by any of said officers, at any time." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attorney -in -Fact includes any and ail consents for the release of retained percentages and/or final estimates on engineering anti construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. IN WITNESS WHEREOF', the CAPITOL INDEMNITY CORPORATION has caused these presents to be signed by its officer undersigned and its corporate seal to be hereto affixed duly attested, this 1st day of January, 2020, Attest: T Ryan 1. Byrnes Senior Vice President, Chief Financial Officer and Treasurer Suzanne M. Broadbent Assistant Secretary STATE OF WISCONSIN COUNTY OF DANE On the 1st day of January, 2020 before me personally he resides in the County of Hartford, State of CORPORATION, the corporation described in and seal affixed to said instrument is such corporate seal; thereto by like order. STATE OF WISCONSIN COUNTY OF DANE S.S.. ot r ror CAPITOL INDEMNITY CORPORATION John L. Sennott, Jr. Chief Executive Officer and President came John L. Sennott, Jr., to me known, who being by me duly sworn, did depose and say: that Connecticut; that he is Chief Executive Officer and President of CAPITOL INDEMNITY which executed the above instrument; that he knows the seal of the said corporation; that the that it was so affixed by order of the Board of Directors of said corporation and that he signed his name David J. Regele Notary Public, Dane Co., WI My Commission Is Permanent 1, the undersigned, duly elected to the office stated below, now the incumbent in CAPITOL INDEMNITY CORPORATION, a Wisconsin Corporation, authorized to make this certificate, DO HEREBY CERTIFY that the foregoing attached Power of Attorney remains in full force and has not been revoked; and furthermore, that the Resolution of the Board of Directors, set forth in the Power of Attorney is now in force. Signed and sealed at the City of Middleton, State of Wisconsin this .29th day of August 20 22 THIS DOCUMENT HAS BEEN GENERATED FOR A SPECIFIC• -BOND. AUTHENTICITY OF THIS DOCUMENT CALL 800-475-4450. ' /11,71,4 Vek Andrew B. Diaz-Matos Senior Vice President, General Counsel and Secretary IF YOU HAVE ANY QUESTIONS CONCERNING THE CIC-ePOA-M (Rev. 01-2020) DEMOLITION OF STRUCTURE AT 2141-2151 ALI-BABA AVENUE RFP#22-0823100 ADDENDUM -01 Please see responses to all questions asked to date: • What is the square feet of the building for demolition 9,600 SF, • Does bahia sod need to be layered or should the lot be seeded once demolition is done O t.. � �. :...n, i .,JL.. ,I _t 1_l _.. L �.,. �. ��.._ o..i. • Does this project require a bid bond and payment performance bond This project requires a bid bond from all contractors submitting a proposal and a payment and performance bond from the awarded contractor. • Does the city have an estimated budget nav Li ii,c'tt budget As part of a proposal, the applicant is to submit their proposed budget for the scope of work. Are there any As -built plans Please refer to the Demolition Plans as included in the RFP. • Are there any MEP As -built Please refer to the Demolition Plans as included in the RFP. • Please confirm working hours : o be from 8:00 a.m. to 5:00 p.im, Monday to Friday unless otherwise directed by the City or the City's Consultant. • Sod required, if so what type The required sou for this project is Bahia Grass, • Are these Davis -Bacon wages • Are permit fees waived or the responsibility of the contractor Aii fees and permits are rite responsibility of the contractor. u!) • Are there liquidated damages on this project There are iquidated do es for this project, however, a payment performance 'pond is required from the awarded contractor, • Are there any as -built plans • Are there any MEP as -built • Are the trees on the project to be removed • Does the asbestos survey have to be done before bid date or after contractor is awarded os survey =.,'n11 be completed by the awarded contractor as ,part of their Scopi:i • When you have a chance can you send me the spec documents for this bid? • Is there an anticipated start date .aifti ipated start (late is November 2022, after the Notice to Proceed is issued, DEMOLITION OF STRUCTURE AT 2141-2151 ALI-BABA AVENUE RFP#22-0823100 ADDENDUM -02 Due to the number of questions received, the due date to submit sealed proposals has changed from August 23, 2022 at 1:00 p.m. to August 30, 2022 at 1:00 p.m. RFP NO. 22-0823100 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: r /! Name: 7.Z& '/C�1 cJi�4 /i-5 z°/ZS L YCY Address: cf /e%O -aW /�'' ,/%2P -e7 City, State, Zip. hone/Fax: 7Rti-�i`- i - ('98 2. Check One: Corporation (1.Y Partnership () Individual () 3. If Corporation, state: Date of Incorporation:92-5 /( State in which Incorporated: 4. If an out-of-state Corporation, currently authorized to do business in Florida, give date of such authorization: 72-`20// 5. Name and Title of Principal Officers Date Elected: _.Le / 5/d 05/w/ 6. The length of time in business: /1 years 7. The length of time (continuous) in business as a service organization in Florida: /7 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 ofOpa-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 cz 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: 22-0823100 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: $ x`7`-5. Icv GPI SUBMITTED THIS 30 DAY OF 76,-67L- BID SUBMITTED BY: 2022. „ ay -2,42 7e° ` Company �Xt2 eJ-P//7./ Name of Person Authorized to Submit Bid Signature Prze,;,,ed Title Telephone Number Fax Number Ab(Q/n24fcembu/.AYsfr-A7 0./C,i5 . Capr, 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 Maher 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. 22-0823100 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 .T�� i�7� the `ii -es./ 4." of /49✓ '22`2' 80/ �G44S (Name) li6/�i�s e4‘;' ' (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) throw (6 above. 9 SO 200 z Signature 35 CITY OF OPA-LOCKA NON -COLLUSION AFFIDAVIT STATE OF FLORIDA - COUNTY OF MIAMI DADE 1-(50 Ref1/ z being first duly sworn, deposes and says that: (1) He/She/They is/are the '`%-1€51C4/./71 (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, se Wit Wit ess delivered in the presence of: By: Signature L ?z wcdlilt Print Name and Tit e 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. Sworn and subscribed before this . day of 4e-.) o57 20 oz - Notary ' ublic, State of Florida lei GrceG, lea (Printed Name) / _ My commission expires: a vim/ PO -3 40.11`170, Vat= Garcia Mamas � iyCOMM 1, i.sil.1907988 ir w: Oct 3l)er a 2023 ,e Bonded Ike Aaron Notay By: Se ;7Cz Title: �/ZP.STGOeat y,��l:V'13;;�,,r �r;t�r•a 44r0,1 Or9:11160 ,,.,'980 2023 • 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 ofSection 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: /4 / nt,Gt gc)// W6 Authorized Signature: Print Name: Title: Date: foe A€ e g/3d/2d2 39 Document A310 TM — 2010 Conforms with The American Institute of Architects AIA Document 310 Bid Bond CONTRACTOR: (Nam, legal status and address) American Builders Masters Corp. 9470 SW 10th Street Miami, FL 33174 OWNER: (Name, legal s:alrrs and address) City of Opa-Locka 780 Fisherman, 4th floor Opa-Locka, FL 33054 SURETY: (7Vtune, legal status and principal place rf hrrs(nesti) Frankenmuth Mutual Insurance Company One Mutual Avenue Frankenmuth, MI 48787-0001 BOND AMOUNT: $ Five Percent of Total Amount Bid (5%) PROJECT: (Name, location or address. and Protect nanthet; if ant) RFP No. 22-0823100 - Demolition of Structure at 2141-2151 Ali -Baba Avenue This document has Important legal consequences. Consultation with an attorney Is encouraged with respect to Its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. The Contractor and Surety are bound to the Owner in the amount set forth above. for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (I) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds es may be specified itt the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof; or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid attd such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall he null and void, otherwise to remain in fill force and effect. The Surety hereby waives any notice ofan agreement between the Owner and Contractor to extend the time in which the Owner may accept the hid. Waiver ol'notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time Ibr acceptance ol'bids speei lied in the hid document::: and the Owner and Contractor shall obtain the Surety's consent Iitr an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the terns Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond bus been !tarnished 10 comply with u statutory or other legal requirement in the location (l'the Project, any prevision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted hcrclrout and provisions conforming to such statutory or other legal requirement shall he deemed incorporated herein, When so furnished, the intent is that this Mond shall he construed us a statutory bond and not as u common law bond. Signed and scaled this 30th day of August, 2022 ((1•'itncss) S•0054/AS 8/10 American Builders Masters Corp. (Principal) (Seal) Frankenmuth Nlbtual Insurance.Company (Surety! (Seal) Mlle) Warren M. Alter, Attorney -in -Fact = _ _ Dianne L. Voss, Notary Public Saginaw County, State of Michigan My Commission Expires July 23, 2024 FRANKENMUTH MUTUAL INSURANCE COMPANY POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, that Frankenmuth Mutual Insurance Company (the "Company"), a corporation duly organized and existing under the laws of the State of Michigan, having its principal office at 1 Mutual Avenue, Frankenmuth, Michigan 48787, does hereby nominate, constitute and appoint: Warren M. Alter, Jonathan A. Bursevich, David T. Satine, Dawn Auspitz Their true and lawful attorney(s)-in-fact, each in their separate capacity if more than one is named above, to make, execute, seal, acknowledge and deliver any and all bonds, contracts and undertakings of suretyship, with the exception of Financial Guaranty Insurance, provided, however, that the penal sum of any one such instrument shall not exceed the sum of: Fifty Million and 00/100 Dollars (550,000,000) This Power of Attorney is granted pursuant to the following Resolution duly adopted at a meeting of the Board of Directors of Frankenmuth Mutual Insurance Company: "RESOLVED, that the President, Senior Vice President or Vice President and each of them under their respective designations, hereby is authorized to execute powers of attorney, and such authority can be executed by use of facsimile signature, which may be attested or acknowledged by any officer of the Company, qualifying the attomey(s) named in the given power of attorney, to execute on behalf of, and acknowledge as the act and deed of Frankenmuth Mutual Insurance Company on all bonds, contracts and undertakings of suretyship, and to affix the corporate seal thereto." IN WITNESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 10th day of September, 2018. - (Seal) -STATE Oa MI6 fIGAN-..-Y COt)i`1TY OF SAGINASV :) ss: Frankenmuth Mutual Insurance Company Frederick A. Edmond, Jr., President and Chief Operating Officer Sworn to before me, a Notary Public in the State of Michigan, by Frederick A. Edmond, Jr., to me personally known to be the individual and officer described in, and who executed the preceding instrument, deposed and said the Corporate Seal and his signature as Officer were affixed and subscribed to said instrument by the authority of the Company. IN TESTIMONY WIHEREOF,1 have set my hand, and affixed my Official Seal this 10th day of September, 2018.. (Scat) I, the undersigned, Vice President of Frankenmuth Mutual Insurance Company, do hereby certify that the foregoing is a true, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded and is in full force and effect as of this date. IN WITNESS WHEREOF, I have set my hand and affixed the Seal of the Company, this 30th day of August Andrew H. Knudsen, Vice President ALL CORRESPONDENCE RELATED TO BOND VALIDATION AND/OR A CLAIM SHOULD BE DIRECTED TO THE DIRECTOR OF SURETY, 701 US ROUTE ONE, SUITE 1, YARMOUTH, ME 04096 , 20 22 . DEMOLITION OF STRUCTURE AT 2141-2151 ALI-BABA AVENUE REPkf22-0823100 ADDENDUM -01 Please see responses to all questions asked to date: • What is the square feet of the building for demolition 9,600 SF. • Does bahia sod need to be layered or should the lot be seeded once demolition is done Bahia Grass shall be installed as part of the final restoration after demolition. • Does this project require a bid bond and payment performance bond This project requires a bid bond from all contractors submitting a proposal and a payment and performance bond from the awarded contractor. • Does the city have an estimated budget The City does not have a defined budget. As part of a proposal, the applicant is to submit their proposed budget for the scope of work. Are there any As -built plans Please refer to the Demolition Plans as included in the RFP. • Are there any MEP As -built Please refer to the Demolition Plans as included in the RFP. • Please confirm working hours Working hours at the site are to be from 8:00 a.m. to 5:00 p.m., Monday to Friday unless otherwise directed by the City or the City's Consultant. • Sod required, if so what type The required sod for this project is Bahia Grass. • Are these Davis -Bacon wages No • Are permit fees waived or the responsibility of the contractor All fees and permits are the responsibility of the contractor. • Are there liquidated damages on this project There are no liquidated damages for this project, however, a payment performance bond is required from the awarded contractor. • Are there any as -built plans No • Are there any MEP as -built No • Are the trees on the project to be removed No • Does the asbestos survey have to be done before bid date or after contractor is awarded The asbestos survey will he completed by the awarded contractor as part of their Scope of Services. • When you have a chance can you send me the spec documents for this bid? Please refer to the bid document to review the project scope of services. • Is there an anticipated start date The anticipated start date is November 2022, after the Notice to Proceed is issued. DEMOLITION OF STRUCTURE AT 2141-2151 ALI-BABA AVENUE RFP#22-0823100 ADDENDUM -02 Due to the number of questions received, the due date to submit sealed proposals has changed from August 23, 2022 at 1:00 p.m. to August 30, 2022 at 1:00 p.m. Ron DeSantis, G overnor o;A v�Zul S1TATE O NT OF BUSRESS „ N1 CoONS RUJCy T jo FNDIUST LO v DA ROF 1 Melanie S. Griffin, S ecretary ESSB O 0 NS _3Q« THE GENERAL CONTR ACTOR HEREIN IS CERTIFIED UNDER THE PRO VISIONS 0.F `CH APTER 489 FL ORIDA -STATUTES �uLiNi`ITmz;J .S AMERICAN BUILDERS MASTERS CORP . 9470 SW 10 ST MIAMI FL 33174 L110ENSE NUMf ER: •CCGCi52 2 8 EXP➢ A T ➢®N DATE: AUGUST 32, 2024 Always v erify licenses o nline at MyFloridaLicense.com Do not alter this document in any fo rm. 1.1 This is yo ur license. It is unlawful for anyone other than the licensee to use this document. AGREEMENT FOR DEMOLITION OF STRUCTURE AT 2141-2151 ALI-BABA AVENUE THIS IS AN AGREEMENT, dated the day of , 2022, between: THE CITY OF OPA-LOCKA, a Florida municipal corporation, hereinafter "CITY" and DIAMANTI CONSTRUCTION & DEVELOPMENT, INC. INCORPORATED a Florida Corporation, hereinafter "CONTRACTOR." WITNESSETH: In consideration of the mutual terms and conditions, promises, covenants, andpayments hereinafter set forth, CITY and CONTRACTOR agree as follows: ARTICLE 1 PREAMBLE In order to establish the background, context and form of reference for this Agreement and to generally express the objectives, and intentions, of the respective parties herein, the following statements, representations and explanations shall be accepted as predicates for the undertakings and commitments included within the provisions which follow and may be relied upon by the parties as essential elements of the mutual considerations upon which thisAgreement is based. 1.1 CITY is in need of a CONTRACTOR to provide the services for a project titled, Demolition of Structure at 2141-2151 Ali -Baba Avenue. 1.2 CITY finds it necessary to seek a professional, full -service Demolition company to demolish the structure located at 2141-2151 Ali -Baba Avenue. 1.3 CITY issued RFP 22-0823100 ("RFP"), seeking a professional company with the knowledge and ability to perform the services sought. 1.3 At its meeting of September 14, 2022, CITY selected CONTRACTOR to perform services needed that will provide professional full services of a Demolition company. 1.4 Contractor's firm will be responsible for demolishing the property site known as 2141-2151 Ali -Baba Avenue, Opa-locka, Florida. CONTRACTOR's project team agrees to demonstrate the necessary experience, skills, and understanding to demolishing the property located at 2141-2151 Ali -Baba Avenue on behalf of the City. liPage ARTICLE 2 SCOPE OF WORK 2.1 CONTRACTOR shall furnish all of the materials, tools, supplies, and labor necessary to perform all of the work described in the Request for Proposals RFP 22-0823100, a copy of which is attached hereto and specifically made a part of this Agreement as Exhibit "A", Scope of Services. 2.2 CONTRACTOR shall abide by all specifications outlined in RFP 22-0823100. 2.3 CONTRACTOR hereby represents to CITY, with full knowledge that CITY is relying upon these representations when entering into this Agreement with CONTRACTOR, and that CONTRACTOR has the professional expertise, experience and manpower to perform the services to be provided by CONTRACTOR as set forth in CONTRACTOR's response to RFP. 2.3 CONTRACTOR assumes professional and technical responsibility for performance of its services to be provided hereunder in accordance with applicable recognized professional standards and relevant Florida Statutes. ARTICLE 3 COMMENCEMENT OF SERVICES 3.1 The CONTRACTOR shall commence work as directed by CITY upon the effective date this Agreement is executed by both parties. ARTICLE 4 CONTRACT SUM 4.1 The CITY hereby agrees to pay CONTRACTOR for the faithful performance of this Agreement, for work completed in accordance with this Agreement and RFP 22-0823100. The payment for services pursuant to this Agreement shall not exceed Three Hundred Thousand One Hundred Fifty Dollars ($300,150.00). 4.2 CONTRACTOR shall be solely responsible for and shall provide for the payment of workers compensation insurance coverage and premium, and all other insurance pursuant to Article 5 below, withholding taxes, FICA, pension and profit-sharing contributions, retirement contributions, if any, all remunerations; all labor contract compliance, and all other charges, fees, permits and expenses associated with the employment of such personnel provided by CONTRACTOR hereunder. CITY shall bear no responsibility for any such charge, fees, permits or expenses associated with the employment of such personnel by CONTRACTOR. 4.3 Payment to CONTRACTOR for all tasks and charges under this Agreement shall be based on the following conditions: A. Disbursements. There are no reimbursable expenses associated with this Agreement. 2 1 1' B. Payment Schedule. Invoices received from CONTRACTOR pursuant to this Agreement will be reviewed by the appropriate financial staff. If services havebeen rendered in conformity with the Agreement, the invoice will be sent to theCity of Opa-locka's Finance Department for payment and may need to be subsequently approved by the State of Florida. C. Availability of Funds. CITY's performance and obligation to pay under this Agreement is contingent upon an annual appropriation from the CITY. D. Final Invoice. In order for both parties herein to close their books and records,the CONTRACTOR will clearly state "final invoice" on the CONTRACTOR's final bill to the CITY. 4.4 The making and acceptance of the final payment shall constitute a waiver of all claimsby the CITY. It shall also constitute a waiver of all claims by the CONTRACTOR, except those previously made and still unsettled. ARTICLE 5 CONTRACTOR'S LIABILITY INSURANCE 5.1 The CONTRACTOR shall not commence work under this contract until it has obtained all insurance required under this paragraph and such insurance has been approved by the CITY nor shall the CONTRACTOR allow any Subcontractor to commence work on his sub -contract until all similar such insurance required of the subcontractor has been obtained and approved. 5.2 Certificates of insurance, reflecting evidence of the required insurance, shall be filed with the CITY prior to the commencement of the work. These Certificates shall contain a provision that coverage afforded under these policies will not be canceled until at least thirty days (30) prior written notice has been given to the CITY. Policies shall be issued by companies authorized to do business under the laws of the State of Florida. 5.3 Financial Ratings must be no less than "A" in the latest edition of "Bests Key Rating Guide", published by A.M. Best Guide. 5.4 Insurance shall be in force until all work required to be performed under the terms ofthe Contract is satisfactorily completed as evidenced by the formal acceptance by the CITY.In the event the insurance certificate provided indicates that the insurance shall terminate and lapse during the period of this contract, then in that event, the CONTRACTOR shall furnish, at least thirty (30) days prior to the expiration of the date of such insurance, a renewed certificate of insurance as proof that equal and like coverage for the balance of the period ofthe contract and extension thereunder is in effect. The CONTRACTOR shall not continue to work pursuant to this contract unless all required insurance remains in full force and effect. 5.5 Comprehensive General Liability insurance to cover bodily injury liability and property damage liability with minimum limits of One Million Dollars ($1,000,000.00) per occurrences. Exposures to be covered are: • Premises and Operation 3jPage • Products/Completed Operations • Broad Form Property Damages • Broad Form Contractual Coverage applicable to this specific Agreement, including any hold harmless and/or indemnification agreement. • Personal Injury Coverage with Employee and Contractual Exclusions removed,with minim limits of coverage equal to those required for Bodily Injury Liability and Property Damage Liability. Business Automobile Liability with minimum limits of One Million Dollars ($1,000,000.00) per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability. Coverage must be afforded on a form no more restrictive than the latest edition of the Business Automobile Liability policy, without restrictive endorsements, and must include: • Owned vehicles • Hired and Non -Owned Vehicles • Employers' Non -Ownership. 5.6 The CONTRACTOR shall hold the CITY, the City of Opa-locka their agents, and employees, harmless on account of claims for damages to persons, property or premisesarising out of the operations to complete this Agreement and name the CITY as an additionalinsured under their policy. 5.7 The CITY reserves the right to require any other insurance coverage it deems necessary depending upon the exposures. ARTICLE 6 PROTECTION OF PROPERTY 6.1 At all times during the performance of this Contract, the CONTRACTOR shall protect the CITY's property and properties adjoining the Project site from all damage whatsoever onaccount of the work being carried on pursuant to this Agreement. ARTICLE 7 CONTRACTOR'S INDEMNIFICATION 7.1 The CONTRACTOR agrees to release the CITY from and against any and all liability and responsibility in connection with the above -mentioned matters. The CONTRACTOR further agrees not to sue or seek any money or damages from CITY in connection with the above - mentioned matters, except in the event that the CITY fails to pay to CONTRACTOR thefees and costs as provided for in Article 4 herein. 7.2 The CONTRACTOR agrees to indemnify and hold harmless the CITY, its trustees, elected and appointed officers, agents, servants and employees, from and against any and all claims, demands, or causes of action of whatsoever kind or nature, and the resulting losses, costs, expenses, reasonable attorneys' fees, liabilities, damages, orders, judgments, or decrees,sustained by the CITY or any third party arising out of, or by reason of, or resulting from the Wage CONTRACTOR's negligent acts, errors, or omissions. 7.3 If a court of competent jurisdiction holds the CITY liable for certain tortuous acts of its agents, officers, or employees, such liability shall be limited to the extent and limit provided in 768.28, Florida Statutes. This provision shall not be construed as a waiver of any right or defense that the CITY may possess. The CITY specifically reserves all rights as against any and all claims that may be brought. ARTICLE 8 INDEPENDENT CONTRACTOR 8.1 This Agreement does not create an employee/employer relationship between the parties. It is the intent of the parties that the CONTRACTOR is an independent contractor under this Agreement and not the CITY's employee for all purposes, including but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Workers Compensation Act, and the State unemployment insurance law. The CONTRACTOR shall retain sole and absolute discretion in the judgment of the manner and means of carrying out the CONTRACTOR's activities and responsibilities hereunder provided. This Agreement shall not be construed as creating any joint employment relationship between the CONTRACTOR and the CITY and the CITY will not be liable for any obligation incurred by CONTRACTOR, including but not limited to unpaid minimum wages and/or overtime premiums. ARTICLE 9 CONTRACT BOND 9.1 The bond requirements for this Agreement shall be as follows: This project requires a bid bond from all contractors submitting a proposal and a payment and performance bond from the awarded contractor. ARTICLE 10 CHANGES TO SCOPE OF WORK AND ADDITIONAL WORK 10.1 CITY or CONTRACTOR may request changes that would increase, decrease or otherwise modify the Scope of Services/Basic Services to be provided under this Agreementas described in Article 2 of this Agreement. Such changes or additional services must be in accordance with a written amendment, executed by the parties hereto, with the same formality and with equality and dignity prior to any deviation from the terms of this Agreement, including the initiation of any additional or extra work. Each amendment shall at a minimum include the following information on each project: PROJECT NAME PROJECT DESCRIPTION ESTIMATED PROJECT COST ESTIMATED COST FOR ADDITION OR CHANGE TO PROJECT CONTRACT ESTIMATED PROJECT COMPLETION DATE 5IPage 10.2 In no event will the CONTRACTOR be compensated for any work which has not been described in a separate written agreement executed by the parties hereto. ARTICLE 11 TERM AND TERMINATION 11.1 This Agreement shall commence upon execution of this Agreement and shall not exceed six months. 11.2 This Agreement may be terminated by either party for cause, or the CITY for convenience, upon thirty (30) days written notice by the CITY to CONTRACTOR in which event the CONTRACTOR shall be paid its compensation for services performed to termination date. In the event that the CONTRACTOR abandons this Agreement or causes itto be terminated, he shall indemnify the CITY against any loss pertaining to this terminationup to a maximum of the full contracted fee amount. All finished or unfinished documents, data, studies, plans, surveys, and reports prepared by CONTRACTOR shall become the property of CITY and shall be delivered by CONTRACTOR to CITY. ARTICLE 12 CONTRACT DOCUMENTS 12.1 CONTRACTOR and CITY hereby agree that the following Specification and Contract Documents, which are attached hereto and made a part thereof, are fully incorporated herein and made a part of this Agreement, as if written herein word for word: this Agreement; RFP 22-0823100, Exhibit "A", and the Scope of Services attached hereto as Exhibit "B". ARTICLE 13 MISCELLANEOUS 13.1 Legal Representation. It is acknowledged that each party to this Agreement had the opportunity to be represented by counsel in the preparation of this Agreement and, accordingly, the rule that a contract shall be interpreted strictly against the party preparingsame shall not apply due to the joint contribution of both parties. 13.2 Assignments. This Agreement, or any interest herein, shall not be assigned, transferred, or otherwise encumbered, under any circumstances, by CONTRACTOR withoutthe prior written consent of CITY. For purposes of this Agreement, any change of ownershipof CONTRACTOR shall constitute an assignment which requires CITY approval. However, this Agreement shall run to the CITY and its successors and assigns. 13.3 Records. CONTRACTOR shall keep books and records and require any and all subcontractors to keep books and records as may be necessary in order to record complete and correct entries as to personnel hours charged to this engagement, and any expenses for which CONTRACTOR expects to be reimbursed, if applicable. Such books and records will 6 � 1' :I be available at all reasonable times for examination and audit by CITY and shall be kept for aperiod of three (3) years after the completion of all work to be performed pursuant to this Agreement. Incomplete or incorrect entries in such books and records will be grounds for disallowance by CITY of any fees or expenses based upon such entries. CITY is a public agency subject to Chapter 119, Florida Statutes. To the extentCONTRACTOR is acting on behalf of CITY pursuant to Section 119.0701, Florida Statutes, CONTRACTOR shall: a. Keep and maintain public records that ordinarily and necessarily would be required to be kept and maintained by CITY were CITY performing the services under this agreement; b. Provide the public with access to such public records on the same terms and conditions that the County would provide the records and at a cost that does not exceed that provided in Chapter 119, Florida Statutes, or as otherwise provided by law; c. Ensure that public records that are exempt or that are confidential and exempt from public record requirements are not disclosed except as authorized by law; and d. Meet all requirements for retaining public records and transfer to CITY, at no cost,all public records in possession of the CONTRACTOR upon termination of this Agreement and destroy any duplicate public records that are exempt or confidentialand exempt. All records stored electronically must be provided to the CITY. 13.4 Ownership of Documents. Reports, surveys, plans, studies and other data provided in connection with this Agreement are and shall remain the property of CITY. 13.5 No Contingent Fees. CONTRACTOR warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the CONTRACTOR, to solicit or secure this Agreement, and that it has not paid or agreed to payany person, company, corporation, individual or firm, other than a bona fide employee working solely for CONTRACTOR, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this provision, the CITY shall have the right to terminate the Agreement without liability at its discretion, to deduct from the contract price, or otherwiserecover the full amount of such fee, commission, percentage, gift or consideration. 13.6 Notice. Whenever any party desires to give notice unto any other party, it must be given by written notice, sent by registered United States mail or national delivery service withverified confirmation. If by mail, with return receipt requested, addressed to the party for whom it is intended and the remaining party, at the places last specified, and the places for giving of notice shall remain such until they shall have been changed by written notice in compliance with the provisions of this section. For the present, the CONTRACTOR and the CITY designate the following as the respective places for giving of notice: 7IPage CITY: Copy To: Contractor: Darvin Williams, Interim City Manager City of Opa-locka Municipal Complex 780 Fisherman Street, Fourth Floor Opa- Locka, FL 33054 Burnadette Norris -Weeks, City Attorney Burnadette Norris -Weeks, P.A. 401 North Avenue of the Arts Fort Lauderdale, Florida 33311 Mohammed S. Islam, President 524 N H Street Lake Worth Beach, FL 33460 13.7 Binding Authority. Each person signing this Agreement on behalf of either party individually warrants that he or she has full legal power to execute this Agreement on behalfof the party for whom he or she is signing, and to bind and obligate such party with respect to all provisions contained in this Agreement. 13.8 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 herein by reference. 13.9 Headings. Headings herein are for convenience of reference only and shall not be considered on any interpretation of this Agreement. 13.10 Severability. If any provision of this Agreement or 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 asto 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. 13.11 Governing Law. This Agreement shall be governed by the laws of the State of Floridawith venue lying in Miami -Dade County, Florida. 13.12 Disputes. Any claim, objection, or dispute arising out of the terms of this Agreementshall be litigated in the Eleventh Judicial Circuit Court in and for Miami -Dade County. 13.13 Attorney's Fees. To the extent authorized by law, in the event that either party brings suit for enforcement of this Agreement, the prevailing party shall be entitled to attorney's fees and court costs in addition to any other remedy afforded by law. 13.14 Extent of Agreement. This Agreement together with Contract Documents, attached as an Exhibit hereto, as amended herein above represents the entire and integrated agreement between the CITY and the CONTRACTOR and supersedes all prior negotiations, representations or agreements, either written or oral. 81Page 13.15 Waiver. Failure of the CITY to insist upon strict performance of any provision or condition of this Agreement, or to execute any right therein contained, shall not be construedas a waiver or relinquishment for the future of any such provision, condition, or right, but thesame shall remain in full force and effect. IN WITNESS OF THE FOREGOING, the parties have set their hands and seals the dayand year first written above. City of Opa-Locka ATTEST: BY: Joanna Flores City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY: Burnadette Norris -Weeks, City Attorney Darvin Williams Interim City Manager 9IPage CONTRACTOR WITNESSES: BY: Mohammed S. Islam President ATTEST: SECRETARY STATE OF FLORIDA ) SS: COUNTY OF MIAMI-DADE) BEFORE ME, an officer duly authorized by law to administer oaths and take acknowledgments, personally appeared as of a Florida corporation, and acknowledged executed the foregoing Agreement as the proper official of , for the use and purposes mentioned in it and affixed the official seal ofthe corporation, and that the instrument is the act and deed of that corporation. IN WITNESS OF THE FOREGOING, I have set my hand and official seal at inthe State and County aforesaid on this day of , 2022. NOTARY PUBLIC My Commission Expires: 101 1'_ EXHIBIT "A" RFP 22-0823100 ("RFP"), City of Opa-locka RFP NO: 22-0823100 REQUEST FOR PROPOSAL (RFP) DEMOLITION OF STRUCTURE AT 2141-2151 ALI-BABA AVENUE CITY OF OPA-LOCKA RFP NO. 22-0823100 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 12 REQUEST FOR PROPOSALS RFP NO: 22-0823100 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, Tuesday, August 23, 2022 by 1:00 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: 22-0823100 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 Tuesday, August 9, 2022 at 10:00 a.m. at 780 Fisherman Street, 4th Floor (Human Resources Conference Room), Opa-locka, FL 33054 and via zoom. To participate via Zoom, please use the call -in information listed below: https://us02web.zoom.us/j/82315570106?pwd=bW45Q1JRbOZLbEpPcIp4NOVjekVjZz09 Meeting ID: 823 1557 0106 Passcode: 296063 One tap mobile +16465588656„82315570106#,,,,*296063# US (New York) +16469313860„82315570106#,,,,*296063# US Dial by your location +1 646 558 8656 US (New York) +1 646 931 3860 US +1 301 715 8592 US (Washington DC) +1 312 626 6799 US (Chicago) +1 669 444 9171 US +1 669 900 9128 US (San Jose) +1 253 215 8782 US (Tacoma) +1 346 248 7799 US (Houston) Find your local number: https://us02web.zoom.us/u/kymESNt2R City Clerk Joanna Flores, CMC 13 CITY OF OPA-LOCKA RFP NO. 22-0823100 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 1:00 pm on Tuesday, August 23, 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. 22-0823100 - 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. 14 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 be examined, during normal working 15 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. 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 16 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. 17 PART II MINIMUM SPECIFICATIONS GENERAL REQUIREMENTS: 1. FACILITY DEMOLITION 1.1 EXISTING CONDITIONS 1.1.1 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. 1.1.2 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. 1.1.3 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. 1.1.4 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. 1.1.5 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. 1.1.6 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. 1.1.7 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. 1.1.8 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. 18 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. 1.4.2 Regulatory Requirements: Comply with governing EPA notification regulations before starting demolition. Comply with hauling and disposal regulations of authorities having jurisdiction. 19 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. 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 - 20 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 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. 2.6 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. 21 3.0 GENERAL DESCRIPTION OF WORK 3.1 ASBESTOS 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. 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". 4.0 SCOPE 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 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 22 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. 4.5 Upon 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 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. 5.2 All 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. 23 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. REMOVAL OF PCB BALLASTS AND MERCURY -CONTAINING LIGHT BULBS GENERAL: 7.0 SCOPE 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. 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. 24 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. 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. 25 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. 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. PROJECT 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. 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 26 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. 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 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 27 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. 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 may be 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 submitted 10 Business Days prior 28 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. 29 OFFICE OF THE PROPERTY APPRAISER Summary Report Property Information Folio: 03-2122-003-1200 Property Address: Owner RINAYERUSHA.L1';ii & LAL-RA SHELL & YAACOV HAKASH Mailing Address 2534 NW 73 AVE SUNRISE. FL 33313 PA Primary Zone 6300 COMMERCIAL - RESTRICTED Primary Land Use 1061 VACANT LAND - COMMERCIAL : VACANT LAND Beds t Baths Half 0 ? 0 10 Floors 0 Living Units 0 Actual Area 0 Sq.Ft Living Area 0 Sq.Ft Adjusted Area 0 Sq.Ft Lot Size 9.800 Sq.Ft Year Built 0 Assessinent Information Year 2021 2020 2019 Land Value 567.200 567.200 378.8800 Building Value 50 30 $0 XF Value 30 SO 50 Market Value 367.200 387,200 376,300 Assessed Value 367.200 387.200 370.276 Benefits Information Benefit Type 2021 2020 2019 Non -Homestead Cap Assessment Reduction 35,524 Note: Not all benefits are applicable to all Taxable Values ri e. County. School Beard, City, Regional) Short Legal Description MAGNOLIA SUE PB 40-30 LOTS 28 THRU 31 INC ELK 3 PER UNITY OF TITLE TO GIT'Y OF ❑P.A LOCKA DA. ED 6-21-63 LOT SIZE 100.000 X 96 Generated On : 5?1512022 Taxable Value Information 2021 2020 20'9 County Exemption Value 50 30 50 axable Value 337.200 567,200 570,276 School Board Exemption Value 50 50 =0 Taxable Value 567,200 367,200 378.800 City Exemption Value 50 50 30 Taxable Value 567.200 567.200 570.2?6 Regional Exemption Value 30 50 50 Taxable Value 567.200 $67,200 570.276 Sales Information Previous OR Book - Sale Price Pa 9a Qualification Description 10101/2007 g0 26102- 3147 Sales which are disqualified as a result of examination of the deecl 14/0112404 50 22734- Sales which are disqualified as a result of 2594 examination of the deed 03101.'1991 50 15162- Sales which are disqualified as a result cf 2417 examination of the deed The Offoe of the Property Aop aser is cora nLal , _c tng arid upoatirg the tai: roll. Th _ webe to may not reflect the most cJrreit .n`crmation or resord. Tne Properly Appraiser 30 31 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 1 "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. 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. 32 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. 33 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 34 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. 35 RFP NO. 22-0823100 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. 36 RFP NO: 22-0823100 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. SUBMITTED THIS LUMP SUM PRICE: $ BID SUBMITTED BY: DAY OF 2022. Company Telephone Number Name of Person Authorized to Submit Bid Fax Number Signature Email Address Title 37 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 that which is normally possessed by a prudent person in the ordinary course of business dealings. 38 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 39 CITY OF OPA-LOCKA RFP NO. 22-0823100 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 40 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 41 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: 42 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. 43 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: 44 EXHIBIT "B" SCOPE OF SERVICES 4.0 SCOPE 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 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. 4.5 Upon 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 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. 45