Loading...
HomeMy Public PortalAbout22-079 - Accepting the proposal of Diamanti for Police Dept Command Staff OfficesSponsored By: Interim City Manager Resolution No. 22-079 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 EXISTING OFFICES AND CONSTRUCTION OF NEW POLICE DEPARTMENT COMMAND STAFF OFFICES AT 780 FISHERMAN STREET (1ST FLOOR) PURSUANT TO RFP NO. 22- 1115200 AND FURTHER AUTHORIZING THE INTERIM CITY MANAGER TO ENTER INTO AN AGREEMENT WITH DIAMANTI CONSTRUCTION & DEVELOPMENT, INC. FOR SAME, IN AN AMOUNT NOT TO EXCEED ONE HUNDRED NINETY-NINE THOUSAND, FIVE HUNDRED ($199,500.00); PROVIDING FOR ADOPTION OF REPRESENTATIONS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, on October 23, 2022, the City of Opa-Locka ("City") published Request for Proposals (RFP) No. 22-1115200 to Demolish the Existing Layout Offices and Build the new Police Department Command Staff Offices at 780 Fisherman Street (First Floor), within the City; and WHEREAS, two (2) sealed proposals were received by the City Clerk's Office and certified by the City Clerk on November 16, 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 to Demolish the Existing Layout Offices and Build the new Police Department Command Staff Offices at 780 Fisherman Street (First Floor), within the City 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) 22-1115200, to Demolish the Existing Layout Offices and Build the new Police Department Command Staff Offices at 780 Fisherman Street (First Floor), within the City, and authorizes the City Manager to enter into an agreement for same, attached hereto as Exhibit "A", in an amount not to exceed One Hundred Ninety -Nine Thousand, Five Hundred ($199,500.00). Resolution No. 22-079 J nna Flores, City Clerk 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 14th day of December, 2022. TTEST: APPROVED AS TO FORM AND LEGAL SUFFICIENCY: Burnadette Norri City Attorney (1' Week, P.A. Moved by: Commissioner Bass Seconded by: Commissioner Williams VOTE: 5-0 Commissioner Bass YES Commissioner Kelley YES Commissioner Williams YES Vice Mayor Ervin YES Mayor Taylor YES John H. aylor Jr! ayor 2 City of Opa-locks Agenda Cover Memo Department Director: Department Director Signature: City Manager: Darvin Williams CM Signature: j;L 7.-- - Commission Meeting Date: 12.14.2022 Item Type: (EnterXin box) Resolution Or mance 0 er X Fiscal Impact: (EnterXin box) Yes No Ordinance Reading: (EnterXin box) 1st Reading rd Reading X Public Hearing: (EnterXin box) Yes No Yes No X X Funding Source: Account# : (Enter Fund & Dept) Ex: See Financial Impact Section Advertising Requirement: (EnterXin box) Yes No X Contract/P.O. Required: (EnterXin box) Yes No RFP/RFQ/Bid#: X Strategic Plan Related (Enter X in box) Yes No Strategic Plan Priority Enhance Organizational Bus. & Economic Public Safety Quality of Education Qual. of Life & City Communication Area: Strategic Plan 04/Strategy: (list the specific objective/strategy this item will address) X IN Dev i] • 0 Image mi III Sponsor Name City Manager Department: City Manager Short Title: A resolution authorizing the City Manager to accept the proposal of Diamanti Construction & Development for demolition of the existing offices and build new Police Department Command Staff Offices at 780 Fisherman Street (1st Floor) pursuant to RFP No. 22-1115200 and further authorizing the Interim City Manager to enter into an agreement with Diamanti Construction & Development. Staff Summary: Request for Proposals (RFP) 22-1115200 was published on October 23, 2022 for Demolishing and Construction Services. Two (2) companies submitted proposals/documents which were certified by the City Clerk on November 16, 2022. The Evaluation Committee reviewed the proposals and subsequently selected Diamanti Construction & Development 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 was ranked first. The company has agreed to engage professionally and efficiently during demolition and renovation activity. Their team of subcontractors and associates have decades of combined experience in renovation involving commercial, residential, and historic buildings, government offices, gas stations, medical offices, and retail pharmacies. (2nd) SAFA Construction, LLC was ranked second. The company has experience in Civil Engineering Construction and leading all functions of Heavy Civil Construction and Project Management. Financial Impact: Diamanti Construction & Development, Inc.'s bid was $199,500. This will be funded with a State grant of $1,125,000 for demolition of the former Police Station and relocation of the current Police headquarters from the third floor to the first floor of 780 Fisherman Street. 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 Interim City Manager to enter into an agreement with said company. Attachment: RFP No. 22-1115200 Bid Certification Committee Evaluation Forms Bid Proposals AGREEMENT FOR DEMOLISH THE EXISTING LAYOUT OFFICES AND BUILD THE NEW POLICE DEPARTMENT COMMAND STAFF OFFICES 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 this Agreement is based. 1.1 CITY is in need of a CONTRACTOR to provide the services for a project titled, Demolish the existing layout offices and build the new Police Department Command Staff Offices. 1.2 CITY finds it necessary to seek a professional, full -service company to demolish the existing layout offices and build the mew Police Department Command Staff Offices. 1.3 CITY issued RFP 22-1115200 ("RFP"), seeking a professional company with the knowledge and ability to perform the services sought. 1.3 At its meeting of December 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 existing layout offices and build the City Commission Chambers. CONTRACTOR's project team agrees to demonstrate the necessary experience, skills, and understanding for services rendered pursuant to RFP No. 22-1115200. 1 I P 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 22-1115200, 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 22-1115200. 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 22-1115200. The payment for services pursuant to this Agreement shall not exceed One Hundred Ninety Nine Thousand Five Hundred Fifty Dollars ($199,500.00). 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 3IPagc • 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 4IPagc 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 CHANGES TO SCOPE OF WORK AND ADDITIONAL WORK 9.1 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 5IPagc 9.2 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 10 TERM AND TERMINATION 10.1 This Agreement shall commence upon execution of this Agreement and shall not exceed six months. 10.2 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 11 CONTRACT DOCUMENTS 11.1 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 22-1115100, Exhibit "A", and the Scope of Services attached hereto as Exhibit "B". ARTICLE 12 MISCELLANEOUS 12.1 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. 12.2 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. 12.3 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. 61 I' Such books and records shall 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. e. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CH. 119, F..S, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS AT: (305) 953-2868; 780 Fisherman Street, Opa-Locka, FL 33054; jflores@opalockafl.gov. 12.4 Ownership of Documents. Reports, surveys, plans, studies and other data provided in connection with this Agreement are and shall remain the property of CITY. 12.5 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. 12.6 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: 7IPagc 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 12.7 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. 12.8 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. 12.9 Headings. Headings herein are for convenience of reference only and shall not be considered on any interpretation of this Agreement. 12.10 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. 12.11 Governing Law. This Agreement shall be governed by the laws of the State of Floridawith venue lying in Miami -Dade County, Florida. 12.12 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. 12.13 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. 12.14 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. 8IPagc 12.15 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 91Pagc 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: 10IPagc EXHIBIT "A" RFP 22-1115200 ("RFP"), City of Opa-locka RFP NO: 22-1115200 REQUEST FOR PROPOSAL (RFP) DEMOLISH THE EXISTING LAYOUT AND OFFICES AND BUILD THE NEW POLICE DEPARTMENT COMMAND STAFF OFFICES AT 780 FISHERMAN STREET (FIRST FLOOR) CITY OF OPA-LOCKA RFP NO. 22-1115200 DEMOLISH THE EXISTING LAYOUT AND OFFICES AND BUILD THE NEW POLICE DEPARTMENT COMMAND STAFF OFFICES AT 780 FISHERMAN STREET (FIRST FLOOR) 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 121H REQUEST FOR PROPOSALS RFP NO: 22-1115200 DEMOLISH THE EXISTING LAYOUT AND OFFICES AND BUILD THE NEW POLICE DEPARTMENT COMMAND STAFF OFFICES AT 780 FISHERMAN STREET (FIRST FLOOR) Sealed Proposals for the Executive PD Suite 780 Fisherman Street, First Floor 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, November 15, 2022 by 2:00 p.m. Any RFP Package received after the designated closing time will be returned unopened. The City of Opa- locka will be accepting proposals by mail, however it is your responsibility to submit your proposal by the due date. In addition, proposals may be submitted via www.demandstar.com (e -bid). The address to submit sealed proposals is listed below: CITY OF OPA-LOCKA Office of the City Clerk 780 Fisherman Street, 4th Floor Opa-locka, Florida 33054 An original and six (6) copies for a total of seven (7) plus 1 copy of the Proposal package on USB Flash Drive in PDF format shall be submitted in sealed envelopes/packages addressed to the City Clerk, City of Opa-locka, Florida, and marked RFP Demolish the Existing Layout and Offices and Build the New Police Department Command Staff Offices at 780 Fisherman Street (FIRST FLOOR). 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: 22-1115200 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, November 1, 2022 at 10:30 a.m. at 780 Fisherman Street, 4th Floor, Opa-locka, FL 33054 and via zoom. To participate via Zoom, please use the call -in information listed below: https://us02web.zoom.us/i/85005397345?pwd=bF1VUVV1WnNuZ3JRUWN1ZjN0Umsydz09 Meeting ID: 850 0539 7345 Passcode: 172008 One tap mobile +13017158592„85005397345#,,,,*172008# US (Washington DC) +13092053325„85005397345#,,,,*172008# US Dial by your location +1 301 715 8592 US (Washington DC) +1 309 205 3325 US +1 312 626 6799 US (Chicago) +1 646 558 8656 US (New York) +1 253 215 8782 US (Tacoma) +1 346 248 7799 US (Houston) +1 669 900 9128 US (San Jose) Find your local number: https://us02web.zoom.us/u/kd8gjJ46pk Joanna Flores, CMC City Clerk 13 1 1' : RFP NO. 22-1115200 DEMOLISH THE EXISTING LAYOUT AND OFFICES AND BUILD THE NEW POLICE DEPARTMENT COMMAND STAFF OFFICES AT 780 FISHERMAN STREET (FIRST FLOOR) PART I PROPOSAL GUIDELINES Introduction: The City of Opa-locka is requesting proposals from qualified professional companies to provide and serve as project general contractor associated with the Demolishing the Existing Layout and Offices and Build the New Police Department Command Staff Offices at 780 Fisherman Street (FIRST FLOOR). 1-2. Proposal Submission and Withdrawal: The City of Opa-locka will be accepting proposals by mail, however it is your responsibility to submit your proposal by the due date. In addition, proposals may be submitted via www.demandstar.com (e -bid). The City must receive all proposals by 2:00 pm on Tuesday, November 15. 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. 22-1115200 - Demolish the Existing Layout and Offices and Build the New Police Department Command Staff Offices at 780 Fisherman Street (FIRST FLOOR). 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 or USB 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 hours. 15 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 Workplace (DFW) programs. Whenever two or more proposals which are equal with respect to price, quality, and service are received by the City for the procurement of commodities or contractual services, a proposal received from a business that completes the attached DFW form certifying that it is a DFW shall be given preference in the award process. 16 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. PART II 17 MINIMUM SPECIFICATIONS SCOPE OF SERVICES: The City of Opa-locka requests proposals from State of Florida Licensed General Contractors to serve as project General Contractors associated with the demolition, build, and installation of the new Police Department Command Staff Offices at 780 Fisherman Street 1St Floor Municipal Complex. The City is seeking firms whose combination of experience and expertise will provide environmentally sound, professional, timely, and cost- effective services to the City. The City reserves the right to enter into one or more contracts with any firm selected under this RFP process. The project general contractor shall not exceed the budgeted direct construction cost of ($100,000.00). The project general will obtain all permits related to Construction and Fire Dept. to comply with City of Opa-locka and Miami Dade County Construction Standards. The scope of services includes demolition of existing structures, repairs, HVAC, renovation of space and flooring: The Offices for the Police Department Command Staff, 780 Fisherman Street, 1St Floor, Opa-locka Florida, 33054 A. Summary of Major Project Elements The following summary was developed to capture major elements of the project scope. In addition to the scope description below, comply with the most recent editions of the Florida Building and Fire Code Standards. BASE SCOPE: The base scope of services will include the following for 780 Fisherman Street First Floor Command Staff Offices, Opa-locka Florida, 33054. • Demolition/Construction will include the following: DEMOLITION: 1. Remove existing walls, Doors, and Flooring 2. Disconnect all Electrical wiring and fixtures along the existing walls CONSTRUCTION: 1. Build Six Rooms as per the proposed plan (construct as fire rated up to the concrete ceiling height) 2. Install Six Fire Rated Doors as per the plan 3. Repair all damaged grids and install new ceiling panels as required 4. Install Bulletproof Glass for Windows and Doors 5. Paint all rooms and outside the rooms, and hallway with city -approved color HAVC WORK: 1. Relocate the Air Handler unit in the newly constructed AC Closet 2. Build New Plenum for Supply Duct 3. Repair any damaged duct during renovation 4. Run Nine Air Supply and Return Ducts as per plan ELECTRICAL WORK: 1. Install New Receptacles, On/Off Switch, LED Light Fixture in Each Room 2. Replace all Existing Hallway Light Fixtures with LED Fixtures 3. Rewire all fixtures as required 4. Install New LED Exit light Fixtures with Battery Back -Up 18 FLOORING: 1. Install Waterproof Vinyl Plank for newly build rooms 2. Install Baseboard as per city approval in newly build rooms FIRE SPRINKLER HEAD: 1. Rearrange Fire Sprinkler Heads in all six rooms and hallway meeting Fire Code A. Anticipated Project Schedule The project schedule includes the following milestones: • September 2022: RFP Issued. • October 2022: Service Agreement Executed, Demolition begins • October- November 2022: Construction Window for Base Scope Only (Occupancy Achieved) • December 16, 2022: Project Final Completion &As-Builts 3.1 Proposal Requirements The proposal shall include the following: 1. Understanding of the Scope of Work. Describe your understanding of the work to be performed. 2. Experience and Qualifications of Firm. List similar projects successfully completed within the last five (5) years. 3. Key Personnel. Please provide the names and qualifications of the key personnel assigned to this contract. 4. References. Provide a list of references from the past and current clients within the last five (5) years. 5 Schedule. Contractor shall submit a timeline as to when each task will be completed 6. Fee Proposal. The fee proposal will be reviewed but is not the sole factor in the selection process. Submit documentation associated with the pricing of each task. PART III 19 PROPOSAL REQUIREMENTS 3-1 RULES FOR PROPOSALS In order to maintain comparability and enhance the review process, proposals shall be organized in the manner specified below and include all information required herein. The proposal must name all persons or entities interested in the proposal as principals. The proposal must declare that it is made without collusion with any other person or entity submitting a proposal pursuant to this RFP. 3-2 SUBMISSION OF PROPOSALS The proposal shall be submitted on 8 Yz "x 11" paper, portrait orientation, with headings and sections numbered appropriately. Ensure that all information is written legibly or typed. The following should be submitted for a proposing firm to be considered: 3.2.1 Cover Page - Show the name of Proposer's agency/firm, address, telephone number, name of contact person, date, and the proposal number and description. 3.2.2 Tab 1- Table of Contents Include a clear identification of the material by section and by page number. 3.2.3 Tab 2 - Letter of Transmittal 3.2.3.1 Limit to one or two pages. 3.2.3.2 Briefly state the Proposers understanding of the work to be done and make a positive commitment to perform the work. 3.2.3.3 Give the names of the persons who will be authorized to make representations for the Proposer, their titles, addresses and telephone numbers. 3.2.3.4 Provide an official signature of a Corporate Officer certifying the contents of the Proposer's responses to the City's Request for Proposal. 3.2.4 Tab 3 - General Information 3.2.4.1 Name of Business. 3.2.4.2 Mailing Address and Phone Number. 3.2.4.3 Names and contact information of persons to be contacted for information or services if different from name of person in charge. 3.2.4.4 Normal business hours. 3.2.4.5 State if business is local, national, or international and indicate the business legal status (corporation, partnership, etc.). 3.2.4.6 Give the date business was organized and/or incorporated, and where. 3.2.4.7 Give the location of the office from which the work is to be done and the number of professional staff employees at that office. 3.2.4.8 Indicate whether the business is a parent or subsidiary in a group of firms/agencies. If it is, please state the name of the parent company. 3.2.4.9 State if the business is licensed, permitted and/or certified to do business in the State of Florida and attach copies of all such licenses issued to the business entity. 3.2.5 Tab 4 - Project Approach Describe in detail your proposal to fulfill the requirements of the scope of services listed in section 2.2 of this RFP. 3.2.6 Tab 5 - Experience and Qualifications 3.2.6.1 Specify the number of years the Proposer has been in business. 3.2.6.2 Identify the Proposer's qualifications to perform the services identified in this RFP as listed in section 2-2 of the Scope of Services. 20 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. PART IV 21 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 masonry 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 4-3 ORAL PRESENTATIONS 22 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. RFP NO. 22-1115200 23 PROPOSER QUALIFICATIONS DEMOLISH THE EXISTING LAYOUT AND OFFICES AND BUILD THE NEW POLICE DEPARTMENT COMMAND STAFF OFFICES AT 780 FISHERMAN STREET (FIRST FLOOR) 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-locks, 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. 24 RFP NO: 22-1115200 PRICE PROPOSAL FORM DEMOLISH THE EXISTING LAYOUT AND OFFICES AND BUILD THE NEW POLICE DEPARTMENT COMMAND STAFF OFFICES AT 780 FISHERMAN STREET (FIRST FLOOR) PROPONENT understands and agrees that the Contract Price is the lump sum to furnish and install all of the Work complete in place. Vendor's price will not be adjusted unless the CITY changes the scope of the Project after the Contract Date. As such, the Vendor shall furnish all labor, materials, equipment, tools, superintendence and services necessary to provide a complete, in place Project for the Proposed Price of: LUMP SUM PRICE: $ SUBMITTED THIS DAY OF 2022. BID SUBMITTED BY: Company Telephone Number Name of Person Authorized to Submit Bid Signature Title Fax Number Email Address 25 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. 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. 26 Signature Printed Name 27 CITY OF OPA-LOCKA RFP NO. 22-1115200 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 28 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 29 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: 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. 31 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: 32 CITY OF OPA-LOCKA CERTIFICATION REQUEST FOR PROPOSALS RFP NO. 22-1115200 DEMOLISH THE EXISTING LAYOUT OFFICES AND BUILD NEW POLICE DEPARTMENT COMMAND STAFF OFFICES 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 11:38 a.m. this 16th day of November, 2022. PROPOSAL(S) RECEIVED NAME/ADDRESS LUMP SUM PRICE 1. SAFA Construction, LLC 11186 SW 17 MNR Davie, FL 33324 Contact: MD Shahinur Rahman, CEO Tele: (954) 326-8295 Email: and.rahmanAsafaconstruction.net 2. Diamanti Construction & Development, Inc. 524 N H ST Lake Worth Beach, FL 33460 Contact: Mohammed S. Islam Tele: (561) 301-7191 Email: diamanticonstructionfl( gmail.com $ 331,751.50 $ 199,500.00 Please note that the proposal from SAFA Construction, LLC was submitted via Demand Star (e -bid) and provided to the City Clerk by the City Manager's Office on Tuesday, November 15, 2022. I further certify that proposal(s) were submitted and properly opened in the presence of the following: Sha'mecca Lawson Assistant City Manager City of Opa-locka v,&, Jo nna Flores, CMC City Clerk City of Opa-locka DIAMANTI CONSTRUCTION & DEVELOPMENT. INC RFP NO: 22-1115200 DEMOLISH THE EXISTING LAYOUT AND OFFICES TO BUILD THE NEW POLICE DEPARTMENT COMMAND STAFF OFFICES 780 FISHERMAN STREET (FIRST FLOOR) PROPOSAL PRESENTED BY DIAMANTI CONSTRUCTION & DEVELOPMENT, INC 524NHST LAKE WORTH BEACH, FL 33460 PH: 561-301-7191 EMAIL: diamanticonstructionfl@gmail.com CONTACT PERSON: MOHAMMED S ISLAM 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 RFP NO 22-1115200 Section 1: Letter of Transmittal In Diamanti Construction & Development, Inc, our subcontractors and professional associates 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 from beginning to completion of the project. We recognize the office environment and will comply with cleanliness and professionalism in and around the City Building. Proposer and its subcontractor will maintain direct communication with city engineers and project managers for on time completion of the project. Proposer and its subcontractors will follow the safety regulations in accordance with OSHA, State, County, and City. Diamanti Construction & Development, Inc designate Mr. Mohammed S Islam (Qualifier) as the authorized person to represent the proposer. Mohammed S Islam is the Certified 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 RFP NO 22-1115200 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 appoint project supervisor for quality and safety assurance. • 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 RFP NO 22-1115200 Section 3: Project Approach 1. Diamanti Construction & Development, Inc will engage professionally and efficiently during demolition and renovation activity. 2. Our team will respect adjacent offices during demolition and renovation process, by removing debris with minimum interference. 3. Proposer will take necessary steps with the owner's permission to use any elevators, stairs, and arrange alternative means of access. 4. Our company will install protective covering to prevent any damage to flooring and adjacent areas. 5. Diamanti and subcontractors will protect any fixtures, areas, during the renovation as per the contract document and owner's request. 6. Proposer will obtain permits necessary for the renovation. RFP NO 22-1115200 Section 4: Experience and Qualifications Experience: Diamanti Construction & Development, Inc is a leader in maintaining the highest level of professionalism, integrity, honesty and fairness in our relationships with clients, subcontractors, suppliers and professional associates. Our team of subcontractors and associates have decades of combined experience in renovation involving commercial, residential and historic buildings, government offices, gas stations, medical offices, and retail pharmacy. Our pledge is to establish lasting relationships with our customers by exceeding their expectations and gaining their trust through exceptional performance by every member of the construction team. Qualifications: 1. Diamanti Construction & Development, Inc CGC1524241 2. Palm Beach Mechanical CAC1815615 / CBC1261691 / EC13009426 / M RSR3305 3. Nader Goubran, Architect AIA — NCARB 4. Sanjiv Anand, M. Architecture, Project Manager RFP NO 22-1115200 Section 5: Schedule COMMAND STAFF SUITES RENOVATION No. Start Enid 1 12/1/2022 12/7/2022 Mobilization/Demolition 2 12/08/2022 12/14/2022 Framing/Re-framing 3 12/15/2022 12/21/2022 Elec//HVAC 4 12/22/2022 01/02/2023 X-mas/New Year's Break Task 5 01/03/2023 02/10/2023 Drywall Hanging/Finishing/Paint 6 01/21/2023 01/20/2023 Flooring/Door/Window 7 01/23/2023 01/27/2023 Completion Punch List/Final Estimated project completion time: Approx 45 days from start (Including Holiday Breaks) RFP NO 22-1115200 Section 6: Pricing of Services PRICING OF SERVICES DEMOLITION/RENOVATION: 1. Remove existing walls, Doors and Flooring 2. Disconnect all Electrical wiring and fixtures along the existing walls 3. Build Seven Rooms as per proposed plan(construct as fire rated up to the concrete ceiling height) 4. Install Seven Fire Rated Doors as per plan 5. Repair all damaged grid and install new ceiling panels as required 6. Paint all rooms and hallway with city approved color HAVC WORK: 1. Relocate the Air Handler unit in newly constructed AC Closet 2. Build New Plenum for Supply Duct 3. Repair any damaged duct during renovation 3. Run Nine Air Supply and Return Ducts as per plan ELECTRICAL WORK: 1. Install New Receptacles, On/Off Switch, LED Light Fixture in Each Room 2. Replace all Existing Hallway Light Fixtures with LED Fixtures 3. Rewire all fixtures as required 4. Install New LED Exit light Fixtures with Battery Back Up FLOORING: 1. Install Waterproof Vinyl Plank for newly build rooms 2. Install Baseboard as per city approval in newly build rooms FIRE SPRINKLER HEAD: 1. Rearrange Fire Sprinkler Heads in all six rooms and hallway meeting Fire Code BULLET PROOFING/TINT: 1. All Windows protected with Level 3 rated UL listed laminated polycarbonate acrylic 2. All Existing windows tinted with city approved tint film 3. Entry Door is excluded from the bulett proofing TOTAL RFP NO 22-1115200 $54,000.00 $15,500.00 $17,500.00 $20,500.00 $17,900.00 $74,100.00 $199,500.00 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. Woolbright 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 Drugs 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 RFP NO 22-1115200 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 RFP NO 22-1115200 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. Marathon Gas Station Pictures 7. Metropolitan Drugs Pharmacy Pictures RFP NO 22-1115200 RFP NO. 22-1115200 PROPOSER QUALIFICATIONS DEMOLISH THE EXISTING LAYOUT AND OFFICES AND BUILD THE NEW POLICE DEPARTMENT COMMAND STAFF OFFICES AT 780 FISHERMAN STREET (FIRST FLOOR) 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: Diamanti Construction & Development, Inc Address: 524 N H St City, State, Zip: Lake Worth Beach,FL 334sophone/Fax: 561-301.7191 2. Check One: Corporation (4 Partnership () Individual ( ) 3. If Corporation, state: Date of Incorporation: 04/14/2(116 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: Mohammed S Islam -President 04/14/2016 Tazmin Islam -Director 01/01/2021 6. The length of time in business: 6 years 7. The length of time (continuous) in business as a service organization in Florida: 6 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 he analyzed by the City of Opa-Inckn and will he a factor 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 al! the required services in a timely and satisfactory manner as will be required by the subject contract. If there ore any terms and/or conditions that are in conflict, the most stringent requirement shall apply. 15 RFP NO: 22-1115200 PRICE PROPOSAL FORM DEMOLISH THE EXISTING LAYOUT AND OFFICES AND BUILD THE NEW POLICE DEPARTMENT COMMAND STAFF OFFICES AT 780 FISHERMAN STREET (FIRST FLOOR) PROPONENT understands and agrees that the Contract Price is the lump sum to furnish and install all of the Work complete in place. Vendor's price will not be adjusted unless the CITY changes the scope of the Project after the Contract Date, As such, the Vendor shall furnish all labor, materials, equipment, tools, superintendence and services necessary to provide a complete, in place Project for the Proposed Price of: SUBMITTED DAY THIS j'" OF BID SUBMITTED BY: LUMP SUM PRICE: $ VH) . i Gil e 2022. Diamanti Construction & Development, Inc 561-301-7191 Company Mohammed S Islam Name of -\Person Authorized to Submit Bi,d Signature President Title Telephone Number Fax Number diamanticonstructionfl@gmail.com Email Address 16 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 1-13 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. 17 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 AUTF!ORIZED TO SIGN THE STATEMENT, I CERTIFY THAT THIS FIRM COMPLIES FULLY WITH H .ABOVE REQUIREMENTS. Signature Printed Name Mohammed S Islam 18 CITY OF OPA-LOCKA RFP NO. 22-1115200 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 Mohammed S Islam President (Title/Position) (Name) of Diamanti Construction & Development, Inc (Company) the who does hereby certify that said Company has implemented a drug -free workplace program, which meets the requirements of Section 287. above. 11 u- Dat� 87\, Flor)da Statutes, which are identified in numbers (1) through (6) 17 1• Signature 19 CITY OF OPA-LOCKA NON -COLLUSION AFFIDAVIT STATE OF FLORIDA - COUNTY OF MIAMI DADE Mohammed S Islam being first duly sworn, deposes and says that: (1) He/She/They is/are the President (Owner, Partner, Officer, Representative or Agent) of Diamanti Construction & Development, 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. Sig.ned,sealed and delivered in the presence of: Lq mess 's ice,,, By: Signature Mohammed S Islam -President Witness eiliA..Cj Jj)y2P .-uJiTS Print Name and Title 2p NON-DISCRIMINATION AFFIDAVIT 1, 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, ag religion, color, gender, sexual orientation, national origin, marital status, physical or mental i.ability, political affiliation or any other factor which cannot be lawfully used as a basis for service deli./ y. By: Title: President Sworn and subscribed before this — dayifJ Notary Pulji"c, State of Florida 4e.na-)n 20 aa Esti me_. (Printed Name) /l My commission expires: iv) L02Li. YVENSON ESTIME • 42"�4• Notary Public • State or = for ca Commission # GG 945034 My Comm. Expires Jar 7, 2024 21 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. 1') 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: Diamanti Conkrwction & Development, Inc Authorized Signature: 4') �1 Print Name: Mohammed S Islam Title: President Date: 23 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. Marathon Gas Station Pictures 7. Metropolitan Drugs Pharmacy Pictures RFP NO 22-1115200 8/21/22, 11:46 PM Detail by Entity Name 2gpann:Qnt of Slats / Division of Corporation* / Search Recoras / Search by_ED1sy Name / Detail by Entity Name Florida Profit Corporation DIAMANTI CONSTRUCTION & DEVELOPMENT, INC. Filing Information Document Number P16000033980 FEI/EIN Number 81-2284662 Date Filed 04/14/2016 State FL Status ACTIVE Principal Address 524 N H ST LAKE WORTH, FL 33460 Changed: 03/25/2019 Mailing Address 524 N H ST LAKE WORTH, FL 33460 Changed: 03/25/2019 Registered Agent Name & Address 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=EntityName&directionType=Initial&searchNameOrder-DIAMANT... 1/2 PLITAP otti..g.: i r1 Ron DeSantis, Govern or STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PR OFESSIONAL REGULATION Melanie S. Griffin, Secretary C ONSTRUCTION INDUSTRY LICENSING BOARD THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES ISLAM, MOHAMMED S AIFUL DIAMANTI CONSTRUCTION & DEVELOPMENT, INC . 524 N H ST LAKE WORTH FL 33460 LICENSE NUMBER: CGC1524241 EXPIRA TION DATE: 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. ANNE M. GANNON CONSTITUTIONAL TAX COLLECTOR ServiIX Patin Beach County Serving t/0rr. 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 n RECEIPT nIDATE PAID AMT PAID BILL 0 230051 GENERAL CONTRACTOR ISLAM MOHAMMED SAIFUL CGC 1524241 B22 616152 - 0749/22 527 50 940152091 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 LAKE WORTH FL 33460-2944 II'IIIII1111iIh1"1111..IJIIIrrtrr11Ii11.11 IIIIII11.111IIIIIIII ANNE M. GANNON CONSTITUTIONAL TAX COLLECTOR Servtrig Palm Ileaill i OUrrt11 Serving you. STATE OF FLORIDA PALM BEACH COUNTY 2022/2023 LOCAL BUSINESS TAX RECEIPT LBTR Number: 2016092136 EXPIRES: SEPTEMBER 30, 2023 P.O. Box 3353, West Palm Beach, FL 33402-3353 www.pbctax.com Tel: (561) 355-2264 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 view of the public. "LOCATED AT" 524 North H ST Unit 2 LAKE WORTH, FL 33460 TYPE OF BUSINESS OWNER CERTIFICATION t RECEIPT n/DALE PAID AMT PAID BILL 9 23.0102 CW GENERAL CONTRACTOR 'SLAM MOHAMMED SAIFUL 00C1024241 922.61661 53 . 074942 5369 60 040152090 This document is valid only when receipted by the Tax Collector's Office. iv DIAMANTI CONSTRUCTION AND DEVELOPMENT INC DIAMANTI CONSTRUCTION AND DEVELOPMENT INC 524 N H ST UNIT 2 LAKE WORTH FL 33460-2944 lildiuiuui111111II'iIII111111IiII11+111it111111IIIsIIi1IIII1iI 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 view of the public. J ACC) RI�� CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDIYYYY) 05/24/2022 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 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 Phone (561) 577-9573 INSURED Fax (561)300-2338 CONTACT NAME: PHONE WC. No. Eat/: EMAIL ADDRESS: (561) 577-9573 suretyoneins@gmaii.com INSURER(S) AFFORDING COVERAGE INSURER A: Essex INSURERS : N/A FAX No): (561) 300-2338 DIAMANTI CONSTRUCTION & DEVELOPMENT, INC 3832 PARKSIDE CIRCLE Palm Springs FL 33461 NAIC INSURER C : N/A INSURER D : INSURERE: N/A 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 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 COMMERCIAL GENERAL LIABILITY ❑ CLAIMS -MADE Q OCCUR ADDLSUBR IINSR WVD POLICY NUMBER Y EFF POUCY EXP lMM DDIYYYY) I (MfA/DOIIYYYY)„ A ❑ 3AA568804 05/20/2022 05/20/2023 GEN'L AGGREGATE LIMIT APPLIES PER: O POLICY ❑ jEC ❑ Loc ❑ OTHER AUTOMOBILE UABIUTY B ❑ 111 ANY AUTO ALL OWNED AUTOS HIRED AUTOS ❑ CI SCHEDULED AUTOS NON.OW NED AUTOS N/A C D ❑ I❑ UMBRELLA UAB EXCESS UAB ❑ OCCUR ❑ CLAIMS.MADE L_I DED [1 RETENTION $ WORMERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETORIPARTNER/EXECUTIVE—, OFF10ER/MEMBER EXCLUDED? N 1 A (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below E N/A N/A LIMOS EACH OCCURRENCE $ 1,000,000.00 DAMAGE TO RENTED $ 100,000.00 PREMISES (Ea occurrence_) MED EXP (Any one person) $ 5.000.00 PERSONAL & ADV INJURY Ir $ GENERAL AGGREGATE $ 2,000,000.00 PRODUCTS - COMP/OP AGG $ 1,000,000.00 Deductible $ 0.00 COMBINED SINGLE LIMIT (Ea accident) 5 BODILY INJURY (Per person) 1,000,000.00 N/A DESCRIPTION OF OPERATIONS / LOCATIONS 1 VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is requited) General Contractor. Blanket additional insured included. CERTIFICATE HOLDER City of Opa-locks 780 Fishermen Street, 41h Floor Opa-locka, FL 33054 ACORD 25 (2014/01) QF 0.00 0.00 BODILY INJURY (Per accident) PROPERTY DAMAGE 1Per accident) $ 0.00 $ 0.00 $ 0.00 EACH OCCURRENCE $ 0.00 AGGREGATE ..$IA?IJTE .J ER - 5 0.00 $ 0.00 0.00 E.L. EACH ACCIDENT 5 0.00 E.L. DISEASE. EA EMPLOYE $ 0.00 E.L. DISEASE- POLICY LIMIT s 0.00 0 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 Surety One, Inc. © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Bond No. BID BID BOND The American Institute of Architects, AIA Document No. A310 (February, 1970 Edition) KNOW ALL MEN BY THESE PRESENTS, that we Diamanti Construction & Development. Inc. 524 North H. Street. Lake Worth, FL 33460 as Principal hereinafter called the Principal, and OLD REPUBLIC SURETY a corporation duly organized under the laws of the state of WISCONSIN are held and firmly bound unto City of Opa-Locka 780 Fisherman Street 4th Floor, Opa-Locka, FL 33054 as Surety. hereinafter called the Surety, as Obligee, hereinafter called the Obligee, in the sum of - Ten Percent of Bids - Dollars ($10% ), for the payment of which sum well and tnily to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Interior Renovation of Opa-Locka Police Department Executive Suites (First Floor) NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with thc Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for thc prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 15th cA (ANY'9}10,11r T day of November 2022 Diamanti Construction & Development. Inc. By: Principal (Seal) P1 r,-, t g I i. jc rA Name/Title Checree Bryant Attorney -in -Fact ORSC 21328 (5/97) * * OLD REPUBLIC SURETY COMPANY * * * POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That OLD REPUBLIC SURETY COMPANY, a Wisconsin stock insurance corporation, does make, constitute and appoint: CHECREE BRYANT. OF WEST PALM BEACH, FL its true and lawful Attomey(s)-in-Fact, with full power and authority, not exceeding S50,000,000, for and on behalf of the company as surety, to execute and deliver and affix the seal of the company thereto (if a seal is required), bonds, undertakings, recognizances or other written obligations in the nature thereof, (other than bail bonds, bank depository bonds, mortgage deficiency bonds, mortgage guaranty roods, guarantees of installment paper and note guaranty bonds, self-insurance workers compensation bonds guaranteeing payment of benefits, asbestos abatement contract bonds, waste management bonds, hazardous waste remediation bonds or black lung bonds). as follows: ALL WRITTEN INSTRUMENTS and to hind OLD REPUBLIC SURETY COMPANY thereby, and all of the acts of said Attorneys -in -Fact, pursuant to these presents, are ratified and confirmed. This document is not valid unless printedon colored background and is multi -colored. This appointment is made under and by authority of the board of directors at a special meeting held on February 18, 1982. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of the OLD REPUBLIC SURETY COMPANY on February 18, 1982. RESOLVED that, the president, any vice-president, or assistant vice president, in conjunction with the secretary or any assistant secretary, may appoint attomeys-in-fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the company to execute and deliver and affix the seal of the company to bonds, undertakings, recognizances, and suretyship obligations of all kinds; and said officers may remove any such attorney -in -fact or agent and revoke any Power of Attomey previously granted to such person. RESOLVED FURTHER, that any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding upon the Company (i) when signed by the president, any vice president or assistant vice president, and attested and scaled (if a seal be required) by any secretary or assistant secretary; or (ii) when signed by the president, any vice president or assistant vice president, secretary or assistant secretary, and countersigned and sealed (if a seal be required) by a duly authorized attorney -in -fact or agent; or (iii) when duly executed and sealed (if a seal be required) by one or more attorneys -in -fact or agents pursuant to and within the limits of the authority evidenced by the Power of Attomey issued by the company to such person or persons. RESOLVED FURTHER, that the signature of any authorized officer and the seal of the company may be affixed by facsimile to any Power of Attomey or certification thereof authorizing the execution and delivery ol'any bond, undertaking, recognizance, or other suretyship obligations of the company; and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, OLD REPUBLIC SURETY COMPANY has caused these presents to be signed by its proper officer, and its corporate seal to be affixed this 8TH day of MAY, 2019. Afs-L'-Yrl $h'.r K t STATE OF WISCONSIN, COUNTY OF WAUKESHA-SS �G coaro,Aq CO `- SEAL nn v / pa' • N°� OLD REPUBLIC SURETY COMPANY President On this 8TH day of MAY, 2019 , personally carne before inc, Alan Pavlic and Jane E Cherney , to Inc known to be the individuals and officers of the OLD REPUBLIC SURETY COMPANY who executed the above instrument, and they each acknowledged the execution of the same, and being by me duly sworn, did severally depose and say; that they arc the said officers of the corporation aforesaid, and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation. Notary Public My commission expires: 9/28/2022 CERTIFICATE I, the undersigned, assistant secretary of the OLD REPUBLIC SURETY COMPANY, a Wisconsin corporation, CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore, that the Resolutions of the board of directors set forth in the Power of Attomey, are now in force. 92-2428 INNOVATIVE BONDING SERV. LLC (Expiration of notary commission does not Invalidate this instrument) Signed and scaled at the City of Brookfield, WI this 1541 day of ARANICCA. 2o 228. e': , . 5- , THIS DOCUMENT HAS A COLORED BACKGROUND AND IS MULTI -COLORED ON THE FACE THE COMPANY LOGO APPEARS ON THE BACK OF THIS DOCUMENT AS A WATERMARK. IF THESE FEATURES ARE ABSENT, THIS DOCUMENT 15 VOID. Marathon Gas Station, 4901 Broadway, West palm Beach By Diamanti Construction & Development, Inc Electrical Demolition -1 Electrical Demolition -2 HVAC Demolition -1 HVAC Demolition -2 RFP NO. 22-1115200 Marathon Gas Station, 4901 Broadway, West palm Beach By Diamanti Construction & Development, Inc Structural Demolition -1 Structural Wall Demolition -2 Exterior Demolition Exterior-HVAC Equipment RFP NO. 22-1115200 Marathon Gas Station, 4901 Broadway, West palm Beach By Diamanti Construction & Development, Inc New Raised Floor Prep New Raised Finish Floor Main Floor Framing Bathroom & Cash Office Framing RFP NO. 22-1115200 Marathon Gas Station, 4901 Broadway, West palm Beach By Diamanti Construction & Development, Inc Drywall Installation -1 Drywall Installation -2 New Completed Interior New Exterior -Wall Tiles Design, Stucco RFP NO. 22-1115200 ADA Bathroom -Interior Finish Tiles Flooring Marathon Gas Station, 4901 Broadway, West palm Beach By Diamanti Construction & Development, Inc 411 Cash Office -Bullet Proof Door Bullet Proof Cashier Enclosure RFP NO. 22-1115200 Marathon Gas Station, 4901 Broadway, West palm Beach By Diamanti Construction & Development, Inc East Elevation -1 East Elevation -2 RFP NO. 22-1115200 MD Pharmacy, 1367 N Military Trail, West Palm Beach By Diamanti Construction & Development, Inc RFP No. 22-1115200 MD Pharmacy, 1367 N Military Trail, West Palm Beach By Diamanti Construction & Development, Inc LL RFP No. 22-1115200 MD Pharmacy, 1367 N Military Trail, West Palm Beach Diamanti Construction & Development, Inc MD Pharmacy, 1367 N Military Trail, West Palm Beach By Diamanti Construction & Development, Inc RFP No. 22-1115200 MD Pharmacy, 1367 N Military Trail, West Palm Beach By Diamanti Construction & Development, Inc RFP No. 22-1115200 MD Pharmacy, 1367 N Military Trail, West Palm Beach By Diamanti Construction & Development, Inc RFP No. 22-1115200 MD Pharmacy, 1367 N Military Trail, West Palm Beach By Diamanti Construction & Development, Inc RFP No. 224115200 EVALUATION MATRIX RFP No. 22-1115200 Demolish the existing layout offices and build the new Police Department Command Staff at 780 Fisherman Street (First Floor) Firm Name: Evaluation Criterion Reviewer Name: Weight Experience and Qualifications References 25% 10% Resources and approach 30% Price Proposal 35% Total 100% Firm Name: Evaluation Reviewer Name: Criterion Weight Experience and Qualifications References 25% 10% Resources and approach 30% Price Proposal 35% Total 100% SAFA Construction Airia Rating Austin Score 3 0.75 4 0.40 3 0.90 3 1.05 3.10 Corion Rating Delaine Score 2 0.50 2 0.20 2 0.60 2 0.70 2.00 Gregory Rating Gay Score 3 0.75 3 0.30 2 0.60 3 1.05 2.70 King Leonard Rating Score 3 0.75 3 0.30 3 0.90 1 0.35 2.30 Diamanti Construction & Development Airia Rating Austin Score 4 1.00 3 0.30 4 1.20 5 1.75 4.25 Corion Rating Delaine Score 4 1.00 4 0.40 4 0.90 3 1.05 3.35 Gregory Rating Gay Score 4 1.00 4 0.40 4 1.20 4 1.40 4.00 King Leonard Rating Score 3 0.75 3 0.30 3 0.90 4 1.40 3.35 Alvin Rating Rogers Score 1 0.25 2 0.20 2 1.50 1 0.35 2.30 Alvin Rating Rogers Score 2 0.50 3 0.30 3 0.90 5 1.75 3.45 EVALUATION MATRIX RFP No. 22-1115200 Demolish the existing layout offices and build the new Police Department Command Staff at 780 Fisherman Street (First Floor) FIRM SELECTED Reviewer: Airia Austin Corion Delaine Gregory Gay King Leonard Alvin Rogers AVERAGE RATING Diamanti SAFA Construction Construction & Development 3.10 4.25 2.00 3.35 2.70 4.00 2.30 3.35 4.25 3.45 2.87 3.68 EVALUATION FORM RFQ No. 22-1115200 Demolish the existing layout offices and build the new Police Department Command Staff at 780 Fisherman Street (First Floor) By signing this form as an Evaluator, I certify that I have no conflict of interest. Reviewer Name: Signature: Firm Name: Ak,!r.71/4) AN ceii3r Kke%i9 Evaluation Notes: Criterion Ratin Experience and Qualifications of professional personnel assigned to project References 4 Resources and approach D. Price Proposal .- Firm Name: Evaluation Criterion Date: /I —/'j ®2e 22 ,pzkl1 A grz c¢Ng 7 -)KC( )-D1112GMA . ?A e . Ratin Experience and Qualifications of professional personnel assigned kt to project References Resources and approach !.1 Price Proposal Notes: EVALUATION FORM RFQ No. 22-1115200 Demolish the existing layout offices and build the new Police Department Command Staff at 780 Fisherman Street (First Floor) 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 of professional personnel assigned to project References L Resources and approach L Price Proposal 'L Ratin ``emu vUacr10 t LLr Firm Name: Evaluation Criterion Experience and Qualifications of professional personnel assigned to project References t l Resources and approach tinc Price Proposal 3 Ratin Notes: -�A11-- S k_�sa�g�1__e,�r -045 •c 60( c: \ rtin 11 05 Date: (t it Z Z In - �falMpll rcTL l Notes: f IC1JGJko� 1c (IN 04- W•4 .v. wn`,c ACt. EVALUATION FORM RFQ No, 22-1115200 Demolish the existing layout offices and build the new Police Department Command Staff at 780 Fisherman Street (First Floor) By signing this form as an Evaluator, I certify that I have no conflict of interest. Reviewer Name: Signature: Firm Name: Evaluation Criterion / oa , 1)-e., Ratin Experience and Qualifications of professional personnel assigned to project References Resources and approach .l Price Proposal ( 1-1- f Firm Name: Evaluation Criterion n (2%1 D. 4 AL --7. Notes: Date: Il t 1 `2,0'Zz , Gi;-1 ii, -q gg,rOar 5 )4!.i -E pox/ i 27 Of9ii4 -7V i %l4 E.( fi[ 1 bi 4 ttr? f. Gvrtil S-7tZ-c ci/tok_d Tx l tz: 5eriF...i.tr, 1 �, Ratin Experience and Qualifications of professional personnel assigned to project ,L �( References 4 Resources and approach 4 Price Proposal 4 rp Notes: -&ia t tS zot 4p '< :afoere, M.& 1-,C4 - rl.lri w4-41" `.-C RZcS GC .6�- g• Viac! jpt7 I -ASS 176J l eptE- au v PScCi[i C Paatett 4 Zb/a‘/a rp of kkv (7p40-- ES 5 faILAM EVALUATION FORM RFQ No. 22-1115200 Demolish the existing layout offices and build the new Police Department Command Staff at 780 Fisherman Street (First Floor) By signing this form as an Evaluator, I certify that I have no conflict of interest. Reviewer Name: Signature: Firm Name: rl✓\9 hei3elAfo Sacs. C or s-rucA-tcw , LL C Evaluation Notes: Criterion Experience and Qualifications of professional personnel assigned to project 3 References 2 Resources and approach 3 Price Proposal l Ratin Firm Name: Evaluation Criterion Experience and Qualifications of professional personnel assigned to project 3 References 3 Resources and approach 3 Price Proposal Li Date: II/i7'ZZ- biarnoviTt Corn A-tr cirio 0p c Ratin Notes: EVALUATION FORM RFQ No. 22-1115200 Demolish the existing layout offices and build the new Police Department Command Staff at 780 Fisherman Street (First Floor) By signing this form as an Evaluator, I certify that I have no conflict of interest. Reviewer Name: Signature: Firm Name: fi ZAa t ->J No C Date: I/. / 7. 20 z 2- .)--(4)774 ur°-.7-3 Ap^Ara'-'r (7isgs' UC r`t0'' S Vg -1oPMrrr GN U Evaluation Notes: Criterion Ratin Experience and Qualifications of professional personnel assigned to project i References L Resources and approach 1 Price Proposal ' Firm Name: Evaluation Criterion nl4 ritertLT6a'JCC w 1aas ri1°c F CoNOrCuerror) 5AFA Codss zuPilroJ L L 0../ Ratin Experience and Qualifications of professional personnel assigned to project Z References 3 Resources and approach .3 Price Proposal S Notes: , S /7/2=CO Sx Af; at - es /if of2 ,e.2i4 w/ C rf rTF ofe4 -.4441 i, -ft a0doTV&&S BID DOCUMENT RFP NO: 22-1115200 DEMOLISH THE EXISTING LAYOUT AND OFFICES AND BUILD THE NEW POLICE DEPARTMENT COMMAND STAFF OFFICES 780 FISHERMAN STREET OPA-LOCKA, FL 33054 Miami -Dade County, Florida SAFA CONSTRUCTION, LLC Prepared By: SAFA CONSTRUCTION, LLC 11186 SW 17 MNR, DAVIE, FL 33324 NOVEMBER 2022 BID DOCUMENT RFP NO: 224 115200 TABLE OF CONTENTS TAB 1: SCOPE OF WORK TAB 2: EXPERIENCE AND QUALIFICATIONS OF FIRM. TAB 3: PROPOSER QUALIFICATIONS/ KEY PERSONNEL TAB 4: REFERENCES TAB 5: SCHEDULE TAB 6: PRICE PROPOSAL TAB 7: BOND CAPACITY TAB 8: INSURANCE TAB 9: DEBARMENT, SUSPENSION CERTIFICATION TAB 10: DRUG -FREE CERTIFICATION TAB 11: NON -COLLUSION AFFIDAVIT TAB 12: NON-DISCRIMINATION AFFIDAVIT TAB 13: E -VERIFY FORM BID DOCUMENT RFP NO: 22-1115200 TAB 1: SCOPE OF WORK SAFA CONSTRUCTION. LLC SCOPE OF SERVICES Service includes the following items: SAFA CONSTRUCTION, LLC Phone: (954) 326-8295 Email: md.rahman@safaconstruction,net DEMOLITION: 1. Remove existing walls, Doors, and Flooring 2. Disconnect all Electrical wiring and fixtures along the existing walls CONSTRUCTION: 1. Build Six Rooms as per the proposed plan (construct as fire -rated up to the concrete ceiling height) 2. Install Six Fire Rated Doors as per the plan 3. Repair all damaged grids and install new ceiling panels as required 4. Ul level 3 -rated bullet proof laminated polycarbonate acrylic (tss system (tss product: bg 1.5), behind existing perimeter windows, by total security solutions, or similar approved product. Existing window to remain, typical along perimeter for scope of work area. Existing storefront window typical height: 8'-6" ul level 3 -rated bullet proof transaction window with package passer interior transactionwindow withl4"x14"x14" acrylic package passer (tss ul level 3 -rated bullet proof baffle transaction window (tss product). 4.1 Verify all windows on the field prior to ordering and fabrication 4.2 SAFA shall field verify all rough openings of window systems 4.3 SAFA shall submit signed and sealed shop drawings to aor/eor for approval prior to ordering of window systems. 4.4 SAFA shall submit product specification for approval by City. 5. Paint all rooms and outside the rooms, and hallway with city -approved color. 6. SAFA will install bulletproof glass door. (See the attached Plan) 7. SAFA will install bulletproof the transaction window. (See the attached Plan) 8. SAFA will install a bulletproof fiber glass wall in the front wall. (See the attached Plan) SAFA CONSTRUCTION. LLC SAFA CONSTRUCTION, LLC Phone: (954) 326-8295 Email: md.rahman@safaconstruction.net HAVC WORK: 1. Relocate the Air Handler unit in the newly constructed AC Closet 2. Build New Plenum for Supply Duct 3. Repair any damaged duct during renovation 4. Run Nine Air Supply and Return Ducts as per plan ELECTRICAL WORK: (See the attached Plan) 1. Install New Receptacles, On/Off Switch, LED Light Fixture in Each Room 2. Replace all Existing Hallway Light Fixtures with LED Fixtures 3. Rewire all fixtures as required 4. Install New LED Exit light Fixtures with Battery Back -Up FLOORING: 1. Install Waterproof Vinyl Plank for newly build rooms FIRE SPRINKLER HEAD: 1. Rearrange Fire Sprinkler Heads in all six rooms and hallway meeting Fire Code OPA-LOCKA BLVD UL LEVEL 3 —RATED BULLET PROOF L AMINATED POLYCARBONATE ACRYLIC (TSS PRODUCT: LP 1250 8R 1-1/4 ') BACK —GLAZING. WITH REMOVABLE BACK —FRAMING SYSTEM (055 PRODUCT: BG 1 .5), BEHIND EXISTING PERIMETER WINDOWS. BY TOTAL SECURITY SOLUTIONS NORTH SCALE : \/ r�. 12' 9' 11' 11" \ 1.m Mg I...1.0 .01««a.a..a MISS .. MI memo «ms s• nag ma um PM an. oa aa..«s omen 0001 ir_ 10' 5" mam ma\ van, NM MIMI' OM SAFA CONSTRUCTION, LLC PRO JEC T NO 2022 XXX — 4'-0" — / DEMO LISH THE EXISTING LAYOUT AND OFFICES A ND OUILO THE NEW P OLICE DEPARTM ENT C OMMA ND STA FF OFFICES u uA Aa.a..= II. V IM MOMS / LEVEL 3 —RATED BULLET PR OOF TRANSACTION WINDOW WITH PACKAGE PASSER , BY TOT AL SECURITY SOLUTIONS 6 ZONE ADA COMPLIANT WALK—THR OUG H METAL DETECTOR LEVEL 3 ALUMINUM NARRO W STILE DOOR WITH 1 55 STANDARD HARDWARE LEVEL 3 —RATED BULLET PROOF FIBER CLASS INSIDE THE DRY WALL BY T OTAL SECURITY SOLU110N5 BULLET PROOF TRANSACTION WI ND OW LEVEL 3 ALUMINU M NARROW STILE DOOR CONCEPTU AL LAYOUT OF THE NEW POLICE DEPARTME NT COM MAND ST AFF OFFICES y« EX- I OP.A-LOOKA BLVD \ NORTH SCALE : a"=1'-0" --..\ /�i \/ Y ®EL 11.00 (FROM FLOOR) / 11 �� 2' X 2' HIGH-PERFORMANCE LED FL AT PANEL BY TOPAZ (TYP) *EL 11 .00 (FROM FLOOR) * EL 11.00 (FROM FLOOR) *EL 11 .00 (FROM FLOOR) 1 J \ SAFA CONSTRUCTION. LLC BID DOCUMENT RFP NO: 22-1115200 TAB 2: EXPERIENCE AND QUALIFICATIONS OF FIRM EXHIBIT 2 EXPERIENCE AND QUALIFICATIONS OF FIRM 1. Client Name: Client Address Client Phone Contact Person Project Name Project Location Description Construction Cost Completion Date 2. Client Name: Client Address Client Phone Contact Person Project Name Project Location Description Construction Cost Completion Date 3. Client Name: Client Address Client Phone Contact Person Project Name Project Location Description Construction Cost Completion Date City of Lauderdale Lakes 4300 NW 36th Street 1 Lauderdale Lakes, FL 33319 954-535-2712 Maqsood M Nasir, P.E.(Director, Engineering Services & Construction Management) VT Park Structural Repair/Basketball Court Column (P.0 2022-009) 4331 NW 36th St, Lauderdale Lakes, FL 33319 36 -Inch diameter, 20 Feet tall Concrete Column Restoration for Basketball Court 46,000.00 07/28/2022 City of Lauderdale Lakes 4300 NW 36th Street 1 Lauderdale Lakes, FL 33319 954-535-2758 Robin Soodeen (Assistant Public Work Director ) Public Works Canopy Project (P.0 # 22200389) City of Lauderdale Lakes, Public Works Building A covered canopy on the west side of Public Works main building 100,000.00 11/04/2022 City of Opa-Locka 780 Fisherman Street, Opa-Locka, Florida 33054 (305) 528-4386 Carlos Gonzalez ( CIP — Project Manager) Vinyl tile installation (PO # 22002005) 780 Fisherman Street, Opa-Locka, Florida 33054 4,000 SQ FT tile installation 24,8500.00 08/09/2022 Business Name: Signature of Authorized Representative: Print Name: Title: Date SAFA CONSTRUCTION, LLC DILNAHAR HOSSAIN SHUVO, PE Authorized Representative 11/11/2022 BID DOCUMENT RFP NO: 22-1115200 TAB 3: PROPOSER QUALIFICATIONS/ KEY PERSONNEL RFP NO. 22-1115200 PROPOSER QUALIFICATIONS DEMOLISH THE EXISTING LAYOUT AND OFFICES AND BUILD THE NEW POLICE DEPARTMENT COMMAND STAFF OFFICES AT 780 FISHERMAN STREET (FIRST FLOOR) 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: SAFA CONSTRUCTION, LLC Name: Address: 11186 SW 17TH MNR City, State, Zip: DAVIE, FL 33324 Phone/Fax: (954) 326-8295 2. Check One: Corporation Partnership () Individual () 3. If Corporation, state: Date of Incorporation: 09/20/2021 State in which Incorporated: FL 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: MD S RAHMAN, CGC,PE, PMP (CEO) 09/20/2021 DILNAHAR H SHUVO, PE (AR) 09/20/2021 6. The length of time in business: 1 (ONE) years 7. The length of time (continuous) in business as a service organization in Florida: 1 (ONE) 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-lockq 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. 15 MD Shahinur Rahman, CGC, PMP, MS, PE (CA, FL), President EDUCATION • Master of Science in Computer Science, Texas A&M University, TX, 2003 • Bachelor of Science in Civil Engineering, Bangladesh University of Engineering and Technology (BUET), 1998 PROFESSIONAL CERTIFICATIONS • Certified General Contractor CGC License No. 1531601 • Professional Engineer FL PE License No. 80669 • Professional Engineer CA PE License No. 75093 • Project Management Professional, Cert No 1474518 PROFESSIONAL TRAINING • 30 Hours OSHA • Advanced MOT Certification KEY EXPERIENCE • Construction Administration • CPM Scheduling • Asset Management • Contract Negotiation • Strategic Planning • Estimating and Bids • Value Engineering • Quality Assurance • Business Development • Clients Relationship • Procurement • Leadership WORK HISTORY • SAFA Construction LLC. • SSN Engineering • Marlin Engineering • Kimley-Horn and Associates SAFA CONSTRUCTION. LLC SUMMARY OF EXPERIENCE Over Twenty (20) years of experience in Civil Engineering construction and leading all functions of Heavy Civil Construction and Project Management including Contract Administration, Accounting, Planning, Design, Processing, Specs Review, Field Supervision and Operations, Managing Staff, Mentoring young Professionals, Supervising sub -contractors, Budgeting, Scheduling, Progress Reporting and Timely Completion of Projects. Mr. MD's areas of expertise are: • Manage contracts and completion of several municipal, commercial and private construction projects from a variety range of scopes and in excess of $2.8 Billion. • Monitoring the progress of contracts administration including design -build projects. • Receive and analyze bids after award for turnover to management team. • Execution of construction including supervision of subcontractors, and awarding sub's subcontracts and major purchase orders with vendors and suppliers. • Work with Senior VP, operations manager, field and office core personnel to establish planning for job Execution and Logistics. • Evaluate and maintain cost control and forecasting from beginning and thru the duration of project. • Coordinates requirements of governing authorities for permits, inspections and final approval of the project with A/E. • Maintain submittal control, including scheduling, receiving, reviewing, approving and expediting submittals from suppliers and subcontractors to comply with progress of CPM schedule. • Manages client relations and participate with the development of new business for the company. • Control invoicing from subcontractors and vendors, including review and approval of schedules of values, pay requisitions and verify compliance of subs with proper insurance coverage. • Review and monitors QC/QA and safety. • Supervise and assists in the development of office personnel through mentoring and on- the-job training. • Effectively manages project close-out tasks and warranty work. PROJECT EXPERIENCES • Midtown Miam, Miami Dade County FL - Eight (8) - 36 story building, 3 shopping Mall with 1.2 Mile roadway, underground utility- Installation of 26,400 LF of 36" C-900 PVC Pipe, 21,400 LF of 42" HDPE pipe including a new meter station and site work restoration for asphalt, concrete sidewalks, curbing, driveways, installation of new drainage structures, piping valves and appurtenances - $2.8 B • Marriott at Miami Airport , Miami, FL - Installation of 38,500 LF of 28" HDPE and 9,100 LF of 14" HDPE piping system including 200 LF of 30" DIP pipe and overhead metal bridge, nine (9) Recovery Well Systems connected to 28" header pipe with approx. depth from 70-95 feet. FL - $17.0 M MD Rahman, CGC,PMP,MS,PE • Aventura Hospital — Site work and underground facilities - $2M • Eden Roc, Miami -Beach, FL— Site work, underground utilities and paving -City of Sunrise FL- $1.5M • Capital at Brickell, Miami, FL - Utilities and Environmental Services. Approx. 8,000 feet of 8" and 12" pressure line system - $7.2 M approx. construction cost. • Ransom Everglades high school, Miami, FL - $1.4 M. • New World Symphony, Miami -Beach, FL - $1.3 M. • City of Opa-Locka Florida — Cairo Lane and NW 127th Street improvements $5.1 M. • SR 710 (Beeline Highway) from West of Congress Avenue to West of Australian Avenue - $4.5 M. • MDX Design Engineering for SR 874 from Kendall Drive to SR 826, Miami, FL - $4.7 M. • Two Midtown, Miami, FL -$4.5 M. • BJ's at Red Road, Miami, FL. $2.0 M • Lincoln Road closer, Miami Beach, FL, Miami Beach Public Works - $750K. • 1111 Lincoln Road , Miami Beach, FL - $200K. • Capital at Brickell, Miami, FL. - $740K • Mt. Sinai Central Energy Plant, Miami Beach, FL - $1.5 M • University of Miami Hospital parking garage, Miami, FL. -$4.1 M • University of Miami Hospital Chill water line, Miami, FL. - $350K • Miami County Day School, Miami, FL. Construction of new reclaim water pond facility for water storage including HDPE liner Installation, a new meter station, control structure, 24" underground piping, stilling well and level controls, and littoral planting. - $480K • The Fresh Market, Miami Beach, FL. Rehabilitation of four (4) filter media for water treatment process including demolition of exiting filter system, re -coating of existing concrete filter structures, installation of new filter media, piping, blowers and electrical controls for plant Motor Control Center (MCC). - $450K • Grove Village, Miami, FL.- $3.5 M • Toll Brothers, Miami Beach, FL. - $2.5 M • CVS ( Flagler & 87 Ave), Miami, FL. - $178K • Clewiston States- Residential Development, Hendry County, FL. - $357K • Fire Station -13 -NW 79th street and NE 10th Avenue, Miami, FL.- $100K • Florida Turnpike -From Eureka Drive to 88th Street FL. - $500K • Flamingo Park, City of Sunrise, FI. - $3.5 M • Civic Center Improvement, City of Sunrise, FL. - $7.5 M • R on DeSantis, G overnor ST ATE OF FL ORID A DEPARTMENT OF BUSINESS AND PROFESSI ONAL REGUL ATI ON Melanie S. Griffin, Secretary CONSTRUCTION INDUSTRY LICENSING BO ARD ..,++, THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES 'r KCa p r t •. - t • • 1 jlAH MAN, MD S HAH I N U R` SAFA CONSTRUCTION, LLC 11186 SW 17TH MNR DAVIE FL 33324 LICENSE NUMBER: CGC1531601 EXPIRATIO N DATE: AUGUST 31, 2024 Always verify licenses o nline 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. 1 • 1 S p4•.. �,•--- �� Ron DeSantis, G overnor ..�o� IL= FBPE e+��l�: 'er, g" .�. `(.::,,r- ,.:a STATE OF FLORIDA -6),..„. „....s.0 E i B OARD OF PROFESSIONAL THE PROFESSIONAL ENGINEER HEREIN PROVISI ONS OF CHAPTER 471, FLORIDA •rte`r __ :- RAHMAN, MD S HAH #,, :; 11186 SW 17T MNR *DAVIE FL 33324, ., '': ENGINEERS IS LICENSED UNDER THE STATUTES I N U R P 'I P OORIDA BOARDORS LICENSE NUMBER: PE80669 • • 1. • • EXPIRATIO N DA TE: FEBRUARY 28, 2023 Always verify licenses online at MyFloridaLicense.com Do no t alter this document in any form. • This is your license. It is unlawful for anyone other than the licensee to use this document . aa4OV r *� SE AR CH BOARD FOR PR OFESSI ON AL ENGINEERS, L AND SURVEY ORS, AND GEOLOGISTS LICENSING DETAILS FOR: 75093 NA ME: RAHMAN. MD SHAHINUR LICENSE TYPE: CIVIL ENGINEER LICENSE STA TUS: CLEAR O ADDRESS 11186 SW 17TH MNR DAVIE FL 33324 OUT OF STATE COUNTY MAP ISSUANCE DATE JULY 23. 2009 EXPIRATI ON DATE DECEMBER 31. 2023 CURRENT D ATE /TI ME APRIL 24. 2022 1:0911 PM tot Ana mtnt THIS IS TO CERTIFY THAT MD SHAHINUR RAHMAN ttttttE HAS BEEN FORMALLY EVALUATED FOR DEMONSTRATED EXPERIENCE, KNOWLEDGE AND PERFORMANCE IN ACHIEVING AN ORGANIZATIONAL OBJECTIVE THROUGH DEFINING AND OVERSEEING PROJECTS AND RESOURCES AND IS HEREBY BESTOWED THE GLOBAL CREDENTIAL Project Management Professional (PMP)® IN TESTIMONY WHEREOF, WE HAVE SUBSCRIBED OUR SIGNATURES UNDER THE SEAL OF THE INSTITUTE „ '%►,,,u SEAL • v� _� i-40 ► ,,1969 IY11 L,5?( Tony Appleby Chair, Board of Directors Sunil Prashara President and Chief Executive Officer PMP® Number: 1474518 PM P® Original Grant Date: 17 December 2011 PMP® Expiration Date: 16 December 2023 Proj ect Management Institute . 3/22/2020 Certificate of Completion — L andscape Adva nceOnli ne Solutions Online Instit ute emlifiate feC"Vett ml/ MD Rahman has met the o nline c ourse completion requireme nts for OSHA 30 -Ho ur Co nstruction Safety This student has completed the formal instructio n for the 30 -Hour Construction O utreach Program. Topics covered in this program were In troduction to O SHA, Managing Safety a nd Health, Struck -by and Ca ught -I n or Betwee n Hazards, Perso nal Protective Equipme nt, Hearin g Con servation, Respiratory Protectio n, Lead a nd Crystalli ne Silica, Asbestos, GHS Hazard Commu nicatio n, Electrical Safety, Hand an d Power Tools, Fall Protection, Ladder Safety, Excavations, Scaffolds, Crane Safety, Hea vy Equipment, Forklift Safety, Materials Han dling, Permit -Requ ired Confined Spaces, Fire Safety, Welding a nd Cutting, Concrete a nd Maso nry, Steel Erection, and Ergo nomics . As an OSHA Outreach Training P rogram trainer, I affirm that 1 h ave conduct ed this OSHA O utreach Traini ng Program training class in a ccordan ce with O SHA Ou treach Trainin g Program requi rements. 1 will docume nt this cl ass to my OSHA Authorizi ng Trai ning Organization. Upo n su ccessful rev iew of my documentatio n, I will pr ovide e ach st ude nt their course completi on c ard within 90 calendar da ys of the end of the cl ass. — Rick Gleaso n Instructor Rick Gle ason Cours e ID A 0310 Certifica te ID 15608_1672064 Date 3/22/2020 7:42:00 AM Time Onli ne 47:11:32 AdvanceO nline Solutions, Inc. 1811 Bering Drive, Suite 430 Houston, Texas 77057 www .advanceonline.com (713) 621-1100 Advance Jrjl]rl S OL U T O NS www.advanceo nline .com/Ims/courses/basecode -aicc/certtemp-icsrceu-osha-c_hodz.a sp?aicc_u rl=http://www.advanceonline.co in/Ims/frmReadAICC. aspx&aicc_sid=b73f024a-3227-4a3a-af75-09cc78a3... 1/1 �d uIflht4om titerr, gat it littulfint Im re mod. . 1ttilixtur airman Imuing surrru,sfnllg rompIrtrh t i C1Ionrir of 'tuby as prrorrihri bra fl r 3faruttg atth 'Evart( of &rgrnto nth flatting rnmpftrkt rutty ail ntllrr rrguirrmruta of t1l.r Inturr, itg, brim hrrIarri tt filastgr ur'rintuu nth rntitlrtt to all rights ani prinitrgrs apprrtaining to that ktrgrrr. 3n Jr.stimnn j urllrrrnf, tllr Cotta of Ergots., upon rrrnmmrnhtttion of Or 3I arnitj, flax grantrh tlyis Diploma, brraring Or oral of Orr niurrsit . Door trio trntll hay of Allay, Own 011ousatth �lrer. Otprellnr T -c -e-0( -2v )100...4..it 1rrsibr nt Dilnahar H. Shuvo, MS, PE Vice -President S+.FA CONSTRUCTION LLC Ms. Shuvo, with eight years of experience, has prepared calculations and plans for the design of highways and streets, including roadway alignments and profiles, signing and striping, lighting, paving, and grading, preforming quantity calculations, design calculations, and project cost estimating, researched standards and specifications and has worked with City, County, State, and Federal manuals utilizing applied software to perform engineering analysis and prepare reports. She also has lighting, sign design and drainage design experience using AG132, Guide Sign, AutoTurn Analysis and ICPR. Ms. Shuvo has working experience with OpenRoads Designer, MicroStation, AutoCAD, Microsoft Office, HCM 2000, and CORSIM (Version 6.0). EDUCATION Master of Science in Civil Engineering, Florida International University (FIU), Florida, 2008 Bachelor of Science in Civil Engineering, Bangladesh University of Engineering & Technology, (BUET), Bangladesh, 2004 REGISTRATION Professional Engineer #92997, FL CERTIFICATIONS/TRAINING Certified, Advanced Work Zone Traffic Control, 2021 Training, FDOT, Specifications Package Preparation, 2016 PROJECT EXPERIENCE 1-95 and Spanish River Boulevard Interchange, Palm Beach County — FDOT District 4 Engineer Intern responsible for assisting in the design for the drainage modifications of Segments 4 and 5. This task was part of the on -going design build project at the 1-95 Spanish River Blvd Interchange in Boca Raton, FL. This project included the construction a new two -level interchange, modification of the existing Yamato Road and 1-95 interchange, addition of auxiliary lanes from Glades Road to Congress Avenue on 1-95 and cross street improvements of Spanish River Blvd. and Yamato Road. This two -level interchange includes coordination with FAA, Boca Airport, City of Boca Raton, and Florida Atlantic University (FAU). This improvement will provide connectivity between FAU, Tri-Rail and 1-95 and alleviate daily congestion as well as accommodate traffic generated during events held at the FAU stadium. Boynton Beach Various Locations, Palm Beach County — FDOT District 4 Project Engineer for this is a federally funded, MPO driven, off - system project to improve mobility along Boynton Beach Blvd. This project has two main corridors with various segments. The first segment nuns along Boynton Beach Blvd, the existing travel lanes width will be reduced to provide an 11' and 10' travel lane in each direction with sharrows and an 11' and 15' shared use path. This segment also includes decorative lighting along the corridor. The second segment runs along NE 3rd St, Boynton Beach Blvd, and Ocean Ave providing sharrows. The main items included in the scope are, the accommodation of bicyclists. City of Oakland Park Lakeside Sidewalks — Various Locations, Broward County — FDOT District 4 Project Engineer for this mobility project consisting of pedestrian improvements for the Lakeside neighborhood. Improvements include filling sidewalk gaps, drainage improvements, and signing and pavement markings. SR 615/S 25th St from N of Edwards Rd to N of Virginia Ave, St. Lucie County — FDOT District 4 Project Engineer for this RRR project consisting of milling and resurfacing of the existing pavement to extend the service life of the corridor, as well as general highway safety enhancements. The project also includes lighting retrofit at the three signalized intersections and the addition reflectorized backplates. SR 809/Military Trail from Dyer Blvd to N of Flag Dr, Palm Beach County — FDOT District 4 Project Engineer for this RRR project consisting of milling and Dilnahar H. Shuvo, MS, PE ✓ice -President SAFA CONSTRUCTION LLC resurfacing of the existing pavement to extend the service life of the corridor, as well as general highway safety enhancements. The project also includes lighting retrofit at the intersection with SR 710/MLK Jr Blvd and signalization upgrades including video detection and the addition of reflectorized backplates. SR 15 from N of 1st St to Palm Beach/Martin CL, Palm Beach County — FDOT District 4 Project Engineer for this RRR improvement project on 6.636 miles of this two-lane, two-way, undivided, rural facility in Palm Beach County. The main objectives of the project are to extend the life of the existing pavement through milling and resurfacing of existing travel lanes, and to provide wider shoulders in both directions. Pavement markings will be replaced to meet current standards. Existing signs impacted by the proposed improvements will be relocated or replaced based on existing conditions and reflectivity to comply with current standards. SR 15 from Palm Beach/Martin CL to Martin/Okeechobee CL, Martin County — FDOT District 4 Project Engineer for this RRR improvement project on 12.333 miles of this two-lane, two-way, undivided, rural facility in Martin County. The main objectives of the project are to extend the life of the existing pavement through milling and resurfacing of existing travel lanes, and to provide wider shoulders in both directions. Pavement markings will be replaced to meet current standards. Existing signs impacted by the proposed improvements will be relocated or replaced based on existing conditions and reflectivity to comply with current standards. Reconstruction of Oslo Road/CR 606 from East of SR 911-95 to SW 58th Avenue, Indian River County — FDOT District 4 Responsible for pavement design for this capacity improvement project in City of Vero Beach. The project entails the widening of Oslo Road from a two-lane undivided roadway to a four -lane, divided, suburban roadway. The project limits extend approximately 3 miles from east of SR 9/1-95 (MP 0.280) to SW 58th Avenue (CR 606) (MP 3.013). SR 706 Indiantown Road Lighting Section 75002-000, Palm beach County — FDOT District 4 Project Engineer for this lighting retrofit project, the responsibilities consisted of providing lighting analysis and lighting plans for 11 intersections along SR 706. SW 148th Ave from SW 52nd Dr to SW 148th Ct/Bass Creek Rd, Broward County — FDOT District 4 Project Engineer for this mobility project consisting of the construction of a traffic circle at the intersection of SW 148th St and Bass Creek Rd, responsible for lighting and signing and pavement markings. Improvements include a multi -use path, drainage improvements, lighting, signalization, and signing and pavement markings. Broward Mobility Hollywood - 14th Ave. from Atlantic Shores Blvd to Sheridan St, Broward County — FDOT District 4 Responsible for plan production, drainage design, and pavement design. This is a federally funded, Broward MPO driven, off -system project to improve mobility within Broward County. This project has two main corridors with various segments that are not contiguous. The first segment generally runs along NE 14th Ave, S 14th Ave, and N 14th Ave in the Cities of Hallandale Beach and Hollywood, between Atlantic Shores Blvd and Sheridan St. The second segment runs along Polk Ave from N 17th Ave to N 14th Ave. The main items included in the scope are the accommodation of bicyclists by providing bike lanes or shared lane markings (sharrows)along 14th Ave; and adding shared use paths along Polk St and 14th Ave. Midway Road Widening/Reconstruction from Glades Cut off Road to Selvitz Road, St. Lucie County — FDOT District 4 Project Engineer for this capacity improvement project, responsibilities included SWPPP and Quality Control of Signing and Pavement Marking and Signalization Plans. The proposed project involves the widening and reconstruction of CR- 712/Midway Road from a 2 -lane undivided roadway to a 4 -lane divided facility between Glades Cut Off Road/County Road 709 and Selvitz Road in Saint Lucie County. The project also includes replacement of the existing bridge (ID 940050) over the Florida's Turnpike (SR -91). 2 ci • R on DeSantis, G overnor STATE OF FLORIDA Julie I. Brown,Secretary BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES SHUVO, DILNAHAR HOSSAIN ,... ;. 11186 SW 17TH MNR DAVIE FL 33324 LICENSE NUMBER: PE92997 EXPIRA TION DATE: FEBRUARY 28, 2023 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 d ocument. FBPE FLORIDA BOARD OF PROFESSIONAL ENGINEERS t • On reronttlirttbatiott of Hy jfartiltp anb bp birttte of the altthoritp bestrD in It by thr 33oarb of c rtt5tee5 hereby ronfer5 ttpon Bilutttittr `J-Ir iain kuuu the Degree of aster .af •ctIfCE in (Hind Euginririug LIIliege of Engineering u. rib Ql uIIIjtuting 3111 c�e5tinlottp aybereof, tip 5ignatures of the Uninersitp15 offirer5 are hereto affixrD in -f' liattti, ifloriba April 17, 200S Chan -man. D oarO al ErusIrrs 65aurnmr Dn trrrm Dran nr of tht Unrotrsttr BID DOCUMENT RFP NO: 22-1115200 464 TAB 4: REFERENCES EXHIBIT 4 LIST OF REFERENCES 1. Reference 1: a. Name b. Address Maqsood M Nasir, P.E. (Director, Engineering Services & Construction Management ) 4300 NW 36th Street 1 Lauderdale Lakes, FL 33319 c. Phone Number 954-535-2712 d. Fax Number e. Email Address mmnasirta7.lauderdalelakes.orq 954-733-4220 2. Reference 2: a. Name b. Address c. Phone Number d. Fax Number e. Email Address 3. Reference 3: a. Name b. Address c. Phone Number d. Fax Number e. Email Address Robin Soodeen (Assistant Public Work Director ) 4300 NW 36th Street 1 Lauderdale Lakes, FL 33319 954-535-2758 954-733-4220 RobinSalauderdalelakes.ora Carlos Gonzalez ( CIP — Project Manager) 780 Fisherman Street, Opa-Locka, Florida 33054 305 953-2868 Business Name: Signature of Authorized Representative: Print Name: Title: Date cgonzalez@Opalockafl.gov SAFA CONSTRUCTION, LLC 154 DILNAHAR HOSSAIN SHUVO, PE Authorized Representative 11/11/2022 BID DOCUMENT RFP NO: 22-1115200 TAB 5: SCHEDULE ID Task Task Name Duration 'Start December 2022 January 2023 February 2023 0 Mode 13 16 19 22 25 28 1 4 7 10 13 16 19 22 25 28 31 3 6 9 12 15 18 21 24 27 30 2 5 8 1 Notice to pr oceed 2 days Thu 11/17/22 2 Permitting 2 days Mon 11/21/22 3 ,. Demolition 4 days Wed 11/23/22 4 Frameing 3 days Tue 11/29/22 5 ,i, Shop Drawing for TTS 1 day Fri 12/2/22 6 ;? Ce iling 5 days Fri 12/2/22 7 ,I" Electrical /IT Work 9 days Fri 12/2/22 8 f,, HAVC work 11 days Fri 12/2/22 9 Dry wall/inside door install 5 days Thu 12/15/22 10 Fire sprinkler head 3 days Fri 12/9/22 11 Painting 2 days Thu 12/22/22 12 Flo oring 4 days Mon 12/26/22 13 Bullet proof window and door insta 6 days Wed 2/1/23 14 Project finish 1 day Thu 2/9/23 Project: SMALL POLICE STA TIO Date: Tue 11/15/22 1 I I 1 1 I I 1 1.1 Task Split Milestone Summary Pro ject Summary I M anual Task 1 - - 1 Start -only Inactive Task Duratio n -on ly _ - _ _ . Finish only • Inactive Milestone Manual Summary Rollup External Tasks Inactive Summary Manual Summary u Extern al M ilesto ne Deadline Pr ogress Manual Pr ogress Page 1 BID DOCUMENT RFP NO: 22-1115200 TAB 6: PRICE PROPOSAL RFP NO: 22-1115200 PRICE PROPOSAL FORM DEMOLISH THE EXISTING LAYOUT AND OFFICES AND BUILD THE NEW POLICE DEPARTMENT COMMAND STAFF OFFICES AT 780 FISHERMAN STREET (FIRST FLOOR) PROPONENT understands and agrees that the Contract Price is the lump sum to furnish and install all of the Work complete in place. Vendor's price will not be adjusted unless the CITY changes the scope of the Project after the Contract Date. As such, the Vendor shall furnish all labor, materials, equipment, tools, superintendence and services necessary to provide a complete, in place Project for the Proposed Price of: LUMP SUM PRICE: $ 331,751 50 SUBMITTED DAY THIS 15 OF NOVEMBER, BID SUBMITTED BY: 2022. SAFA CONSTRUCTION, LLC (954) 326-8295 Company SAFA CONSTRUCTION, LLC Name of Person Authorized to Submit Bid Signature CEO Title Telephone Number Fax Number md.rahman@safaconstruction.net Email Address Item No Item name Description Cost 1 Permitting Permitpadlage submittal to the city 2.000.00 2 Demolition Demolish the walls, remove existing flooring, remove doors and remove garbage 6,000.00 3 Existing Glass (1)6Zone ADA Compliant Walk- Through Metal Detector (9) Window and (1) Door Bullet -resistant fiberglass panels (BY 003) 12,000.00 Ul level3-rated bullet proof glass, frame and door (BY TSS) 140 ,000.00 67one ADA Compliant Walk -Through Metal Detector 4.000.00 4 Six new Room Six new rooms with six new doors 57,850.00 5 Ceiling Add new ceiling 20,000.00 6 Lighting Add new lighting for the room and hallway 10,000.00 7 Electrical waring Power outlets for all rooms( for computer, Printer etc) 15,000.00 8 Communication waring Communication outlets For all rooms l for computer, Phone, Internet etc) 600000 9 AC Relocatethe Air Handler unit withaccessories 12,000.00 10 Flooring New vinyl plank flooring (14S1 ♦/. soft) 14,810.00 11 Paint New Paint for entire mom 10,000.00 12 Sprinkler head Add new sprinkler head [1114 (SPRINKLEREDil 8,000.00 13 Fire Extinguisher &Fire Aim Add Fire Extinguisher & Intregated Fire Alm 6,000.00 14 Bond Provide Bond 8,09150 Total 331,751.50 16 BID DOCUMENT RFP NO: 22-1115200 TAB 7: BOND CAPACITY M ERCHANT� BONDING COMPANY MERCHANTS BONDING Bid Bond CONTRACTOR: ur. /eget/ siulns and address) SAFA Construction. LLC 11186 SW 17th Manor Davie, FL 33324 OWNER: (\on,e, legal slants and address) COMPANY (MUTUAL) P.O. BOX 14498, DES MOINES. IOWA 50306-3498 PHONE: (800) 678-8171 FAX: (515) 243-3854 Bond Number: 428592 SURETY: ( \ wne, legal status and principal place ofbusine's.c) Merchants Bonding Company (Mutual) A Cot• oration 6700 Westown Parkway, West Des Moines, IA 50266 City of Opa-locka (Florida) Office of the City Clerk. 780 Fisherman Street, 4th Floor Opa-locks. Florida 33054 BOND AMOUNT: Five Percent of Bid Amount PROJECT: (Name. location or address, and Project number. i/ anty DEMO AND BUILD THE NEW POLICE DEPT COMMAND STAFF OFC (RFP NO: 221115200) 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 tbrth above. for the payment of which the Contractor and Surety hind 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 (1 ) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in 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 and 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 be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and C'ontractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor. the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor, When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished. the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 15th day of November, 2022 SAFA Construction. I_L.0 ()Fitness) DILNAHAR HOSSAIN SHUVO III Mess) Brian S. Smith CON 0657 (2/15) (Principal) MD SHAHINUR RAHMAN (Seal) ('jlile) CEO Merchants on Company (Mutual) (Surely) C.. Mlle) Peter C Gibbs Attorney -in -Fact Printed in cooperation with American Institute of Architects (AIA). The language in this document conforms exactly to the language used in AIA Document A310 -Bid Bond -2010 .Q. MERCHANTS BONDING COMPANY.,,. POWER OF ATTORNEY Bond #: 428592 Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa, d/b/a Merchants National Indemnity Company (in California only) (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Peter C Gibbs their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and 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 Companies have caused this instrument to be signed and sealed this 15th day of November , 2022 .P10• N .• 09. Cp4. 2:2 _0_ :0 • rn•2 c •yt a :Z ' ° o; : z:~� ' :M j': 2003 ; ,G) . y. 1933 : c STATE OF IOWA COUNTY OF DALLAS ss. On this 15th day of November , 2022 , before me appeared Larry Taylor, to me personally known, who being by me duly swom did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. MERCHANTS BONDING COMPANY (MUTUAL) MERCHANTS NATIONAL BONDING, INC. d/b/a MERCHANTS NATIONAL INDEMNITY COMPANY o _gym Kim Lee Commission Number 702737 My Commission Expires April 14, 2024 Um } Notary Public (Expiration of notary's commission does not invalidate this instrument) 1, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 15th day of November , 2022 .••--•. '��.�P.�ONq�•e•• •.Q�NG_CO�A• ,�y GosPOki* 0y. ;'mocoiiP0gq�9y�. 2003 •'�) • y ; _ 1933 • c. •''.J04••........ ' .: ••.�W• • 's .. \• ' • Secretary POA 0018 (10/22) MERCHANTS BONDING COMPANY. MERCHANTS BONDING COMPANY (MUTUAL) • P.O. BOX 14498 • DES MOINES, IOWA 50306-3498 PHONE: (800) 678-8171 • FAX: (515) 243-3854 ADDENDUM TO BOND This Addendum is in reference to the bond(s) to which it is attached. Merchants Bonding Company (Mutual) ("Merchants") deems the digital or electronic image of Merchants" corporate seal below affixed to the bond(s) to the same extent as if a raised corporate seal was physically stamped or impressed upon the bond(s). The digital or electronic seal below shall have the same force and effect as though manually fixed to the bond(s). All terms of the bond(s) remain the same. Signed and effective March 23, 2020. MERCHANTS BONDING COMPANY (MUTUAL) �o�N..Co4 ° • o RPOg99y� o •• z: a'• 1933 : c -S. eV. • �o •• • By: 7, Larry Taylor" President BID DOCUMENT RFP NO: 22-1115200 TAB 8: INSURANCE ACGRb® CERTIFICATE OF LIABILITY INSURANCE kei....----- DA1E(MM/DDIYYYY) 11/04/2022 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 Insurance by Rob 4851 Hillsboro Blvd, A-11 Coconut Creek FL 33073 CONtACI NAME, Tom Reed �n/c°NNo Ext). (954) 331-4468 FAX No), ADDRESS. info©InsuranceByRob.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A. EVANSTON INS CO 35378 INSURED SAFA CONSTRUCTION, LLC 11186 SW 17th Mnr Davie FL 33324 INSURER B . INFINITY ASSUR INS CO 39497 INSURERC. BIBERK BERKSHIRE HATHAWAY DIRECT INSUR 10391 INSURER D . INSURER E . INSURER F. 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 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 LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MMIDDIYYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY x x 3AA565057 05/06/2022 05/06/2023 EACH OCCURRENCE $ 1,000,000 CLAIMS MADE X OCCUR DAMAGE TO RENTED PREMISES (Ea occutaence) $ 100,000 MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GEN'L X AGGREGATE POLICY OTHER. LIMIT APPLIES JET PER. GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGO $ 2,000,000 $ B AUTOMOBILE X X LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY HNOA incl — _ AUTOSULED NON -OWNED AUTOS ONLY x 509-82007-9259-001 10/20/2022 10/20/2023 Ea COMBINEDaccident) SINGLE LIMIT ( $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Peu accident) $ PROPERTY DAMAGE (Peu accident) $ 8 A X UMBRELLA LIAB EXCESS LIAB X O OCCUR CLAIMS -MADE X EZXS3079011 05/06/2022 05/06/2023 EACH OCCURRENCE $ 2,000,000 AGGREGATE $ 2,000,000 DED RETENTION $ $ C WORKERS COMPENSAI ION AND EMPLOYERS' LIABILITY OFFICER/MEM ER EXANY CLUDED? ECUTIVE (Mandatory In NH) If yes, descuibe undeu DESCRIPTION OF OPERATIONS below Y/NN N / A N9WC539114 04/02/2022 04/02/2023 PER STATUTE OTH- ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE- EA EMPLOYEE $ 1,000,000 E.L. DISEASE- POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATONS / LOCA 1 IONS 1 VEHICLES (ACORD 101, Additional Remake Schedule, may be attached If TOM epic.Ir =quiod) The Town of Davie is named as additional insured if required by contract. Davie Community Redevelopment Agency 8800 SW 36th Street Davie Fl 33328 is named as additional insured. Contractor license: CGC1531601 CERTIFICATE HOLDER CANCELLATION CITY OF OPA-LOCKA 780 FISHERMAN ST 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. AU 1 HORIZED REPRESEN I A I IVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD BID DOCUMENT RFP NO: 22-1115200 TAB 9: DEBARMENT, SUSPENSION CERTIFICATION 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. 17 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 MD SHAHINUR RAHMAN, CEO 18 BID DOCUMENT RFP NO: 22-1115200 TAB 10: DRUG -FREE CERTIFICATION CITY OF OPA-LOCKA RFP NO. 22-1115200 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 MD SHAHINUR BARMAN CEO of SAFA CONSTRUCTION, LLC (Name) (Title/Position) (Company) the 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. 11/ 15/2022 Date Signature 19 BID DOCUMENT RFP NO: 22-1115200 TAB 11: NON -COLLUSION AFFIDAVIT CITY OF OPA-LOCKA NON -COLLUSION AFFIDAVIT STATE OF FLORIDA - COUNTY OF MIAMI DADE I, MD SHAHINUR RAHMAN being first duly sworn, deposes and says that: (1) He/She/They is/are the OWNER OF SAFA CONSTRUCTION, LLC (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: 15,1 Witness By: Signature MD SHAHINUR RAHMAN, CEO Witness Print Name and Title 20 BID DOCUMENT RFP NO: 22-1115200 TAB 12: NON-DISCRIMINATION AFFIDAVIT 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. MD SHAHINUR RAHM By: MO SHAHINUR RAHMAN Sworn and subscribed before this ti tk day of N., \; , L, -r 20 �2 Notary 19blic, State of Florida (Printed Name) My commission expires: -'%t.}-- 11 - Title: AYESHA HACK Notary Public Stale of Florida Commission M HH 222913 rrri'3 My Comm. Expires Apr 17, 2026 Bonded throiIh National Notary Assn. 21 BID DOCUMENT RFP NO: 22-1115200 TAB 13: E -VERIFY FORM 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: SAFA CONSTRUCTION, LLC Authorized Signature: Print Name: MD SHAHINUR RAHMAN CEO Title: Date: 11/15/2022 23