Loading...
HomeMy Public PortalAboutResolution No. 23-048 - Diamanti Construction to Build Polices Station at 780 Fisherman StSponsored By: Interim City Manager RESOLUTION NO. 23-048 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA- LOCKA, FLORIDA, ACCEPTING THE PROPOSAL OF DIAMANTI CONSTRUCTION & DEVELOPMENT, INC. TO DEMOLISH THE EXISTING LAYOUT AND BUILD A POLICE STATION AT 780 FISHERMAN STREET, SUITE 105, PURSUANT TO RFP NO. 23- 0307100 AND FURTHER AUTHORIZE THE INTERIM CITY MANAGER TO ENTER INTO AN AGREEMENT WITH DIAMANTI CONSTRUCTION & DEVELOPMENT, INC., IN AN AMOUNT NOT TO EXCEED ONE MILLION THREE HUNDRED TWENTY-THREE THOUSAND EIGHT HUNDRED FIFTY DOLLARS ($1,323,850.00); PROVIDING FOR ADOPTION OF REPRESENTATIONS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, on February 2, 2023, the City of Opa-Locka ("City") published Request for Proposals (RFP) No. 23-0307100 to demolish the existing layout and build a Police Station at 780 Fisherman Street, Suite 105; and WHEREAS, three (3) sealed proposals were received by the City Clerk's Office and certified by the City Clerk on March 13, 2023; 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 and build a Police Station at 780 Fisherman, Street, Suite 105 and entering into an agreement with said company for same 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) 23-0307100, to demolish the existing layout and build a Police Station at 780 Fisherman Street, Suite 105 and further authorizes the City Manager to enter into an agreement, attached hereto as Exhibit "A", in an amount not to exceed One Million Three Hundred Twenty - Three Thousand Eight Hundred Fifty Dollars ($1,323,850). Resolution No. 23-048 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 26th day of April, 2023. ATTEST: Jo nna Flores, City Clerk APPROVED AS TO FORM AND LEGAL SUF CIENCY: Bu adette N ris-Weeks, P.A. City Attorney Moved by: Commissioner Kelley Seconded by: Commissioner Williams VOTE: 5-0 Commissioner Bass YES Commissioner Kelley YES Commissioner Williams YES Vice Mayor Ervin YES Mayor Taylor YES John 'i Tayl , Jr., Mayor 2 City of Opa-locka Agenda Cover Memo Department Director: Department Director Signature: City Manager: Darvin Williams CM Signature: 1 ,� C . Z �� fft v t Commission Meeting Date: 04.26.2023 Item Type: (EnterX in box) Resolution Ordinance Other X Fiscal Impact: (Enter X in box) Yes No Ordinance Reading: (Enter X in box) 1st Reading 2nd Reading X Public Hearing: (EnterX in box) Yes No Yes No X X Funding Source: Account# : (Enter Fund & Dept) Ex: See Financial Impact Section Advertising Requirement: (Enter X in box) Yes No X Contract/P.O. Required: (Enter X in 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: N. Strategic Plan Obj./Strategy: (list the specific objective/strategy this item wi!! address) X Dev IN - Image IN • Sponsor Name City Manager Department: City Manager Short Title: A resolution authorizing the Interim City Manager to accept the proposal of Diamanti Construction & Development, Inc. to demolish the existing layout and build the Police Station at 780 Fisherman Street, Ste. 105 pursuant to RFP No. 23-0307100 and further authorizing the Interim City Manager to enter into an agreement with Diamanti Construction & Development, Inc. Staff Summary: Request for Proposals (RFP) 23-0307100 was published on February 2, 2023 to demolish the existing layout and build the Police Station at 780 Fisherman Street, Ste. 105. Three (3) companies submitted proposals/documents which were certified by the City Clerk on March 13, 2023. The Evaluation Committee reviewed the proposals and subsequently selected Diamanti Construction & Development, Inc. as the most responsive responsible bidder. The proposals are listed in order from highest to lowest ranking based on Evaluation Committee scoring. (1st) Diamanti Construction & Development, Inc. was ranked first. The company was incorporated in 2016 and has an extensive experience in demolition activity involving commercial buildings, government buildings, gas stations, and residential buildings. (2nd) Safa Construction LLC was ranked second. The company has been in business for over 20 years with experience in all aspects as a general contractor; however, they were not able to provide a list of completed projects. (3rd) Brunt & Company, Inc. was ranked third. The company was incorporated in 1997 and received its general building contracting license in 2008. Their construction experience includes a wide variety of projects; however, they were not considered responsive for failing to completely address all specifications of the project. Financial Impact: Acceptance of this bid for $1,323,850 will result in a total project cost (demolition of the old Police Station and relocation of the current Police Station) of $1,970,000. The current budget for this project is $1,935,892, necessitating a budget amendment of $34,108. This is being brought into Budget Amendment #3 and will be funded from General Fund Available Fund Balance. 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. 23-0307100 Bid Certification Committee Evaluation Forms Bid Proposals CITY OF OPA-LOCKA CERTIFICATION REQUEST FOR PROPOSAL RFP NO. 23-0307100 DEMOLISH THE EXISTING LAYOUT AND BUILD THE POLICE STATION AT 780 FISHERMAN STREET, SUITE 105 I, Joanna Flores, City Clerk of the City of Opa-locka, Florida, do hereby certify that sealed proposal(s) were received and opened at the Opa-locka Municipal Complex, 780 Fisherman Street, 4th Floor, Opa-locka, Florida, at 1:21 p.m. this 13th day of March, 2023. PROPOSAL(S) RECEIVED NAME/ADDRESS GRAND TOTAL 1. Diamanti Construction & Development, Inc. 524 N H St Lake Worth Beach, FL 33460 Contact: Mohammed S. Islam, President Tele: (561) 301-7191 Email: diamanticonstruction(rigmail.colu 2. Safa Construction LLC 11186 SW 17T11 MNR Davie, FL 33324 Contact: MD Shahinur Rahman, CEO Tele: (954) 326-8295 Email: md.rahman a,safaconstruction.net 3. Brunt & Company, Inc. 10360 SW 186 Street, Unit # 1594 Miami, FL 33197 Contact: Samuel T. Brunt, President Tele: 833.278.6820 Email: sambnbruntconstruction.com Website: www.bruntconstruction.com $ 1,323,850.00 $ 1,337,000.00 $ 943,194.00 Please note that the proposal from Brunt & Company, Inc. was submitted via Demand Star (c- hid) and provided to the City Clerk by the City Manager's Office on Monday, March 13, 2023. 1 further certify that proposal(s) were submitted and properly opened in the presence of the following: Sha'mecca Lawson .`lanna Flores, CMC Assistant City Manager U ity Clerk City ofOpa-locka City of'Opa-locka EVALUATION MATRIX RFP No. 23-0307100 DEMOLISH THE EXTING LAYOUT AND BUILD THE POLICE STATION AT 780 FISHERMAN STREET, STE 105 Firm Name: Evaluation Criterion Reviewer Name: Weight Experience and Qualifications 20% References 10% Resources and Approach 30% Price Proposal 40% Total 100% Firm Name: Evaluation Criterion Diamanti Construction & Development, Inc. Lubotes Dauphin Rating Score 5 1.00 5 0.50 5 1.50 5 2.00 5.00 Carlos Rating Gonzalez Score 4 0.80 4 0.40 4 1.20 4 1.60 4.00 King Rating Leonard Score 5 1.00 5 0.50 4 1.20 4 1.60 4.30 Safa Construction LLC Alvin Rating Rogers Score 5 1.00 5 0.50 5 1.50 4 1.60 4.60 Reviewer Name: Weight Experience and Qualifications 20% References 10% Resources and Approach 30% Price Proposal 40% Total 100% Lubotes Dauphin Rating Score 5 1.00 5 0.50 5 1.50 5 2.00 5.00 Carlos Rating Gonzalez Score 4 0.80 4 0.40 4 1.20 4 1.60 4.00 King Rating Leonard Score 5 1.00 4 0.40 4 1.20 4 1.60 4.20 Alvin Rating Rogers Score 4 0.80 4 0.40 3 0.90 4 1.60 3.70 0.00 0.00 0.00 0.00 0.00 Rating Score 0.00 0.00 0.00 0.00 0.00 EVALUATION MATRIX RFP No. 23-0307100 DEMOLISH THE EXTING LAYOUT AND BUILD THE POLICE STATION AT 780 FISHERMAN STREET, STE 105 Firm Name: Evaluation Criterion Brunt & Company, Inc. Reviewer Name: Weight Experience and Qualifications 20% References 10% Resources and Approach 30% Price Proposal 40% Total 100% Reviewer: Lubotes Dauphin Carlos Gonzalez King Leonard Alvin Rogers Lubotes Dauphin Rating Score 1 0.20 1 0.10 1 0.30 1 0.40 1.00 Carlos Rating Gonzalez Score 4 0.80 4 0.40 3 0.90 4 1.60 3.70 FIRM SELECTED King Leonard Rating Score 1 0.20 3 0.30 1 0.30 1 0.40 1.20 Diamantl Safa Construction Brunt & Company, Construction & LLC Inc. 4.00 4.00 3.70 4.30 4.20 1.20 4.60 3.70 0.60 0.00 0.00 0.00 AVERAGE RATING 3.23 2.98 1.38 Alvin Rogers Rating Score 1 0.20 0 0.00 0 0.00 1 0.40 0.60 Rating Score 0.00 0.00 0.00 0.00 0.00 EVALUATION FORM RFP No. 23-0307100 DEMOLIST THE EXISTING LAYOUT AND BUILD THE POLICE STATION AT 780 FISHERMAN STREET, SUITE 105 By signing this form as an Evaluator, I certify that I have no conflict of interest Reviewer Name: /6, j /)1 ,s'`". Date: Cf tj i(5)i Signature: Firm Name: AA -m/7, 71/ Evaluation Notes: Criterion Ratin Experience and Qualifications References S Resources and Approach f L y Price Proposal g 4 D Firm Name: Evaluation Criterion 3,1/(/2<<c=1 ,�2(L/oAf/k 4,4c ���r✓� Cb ir tic.),o4.. Ratin Experience and Qualifications S References S Resources and Approach 5 Price Proposal 5 Firm Name: Evaluation Criterion Rating Experience and Qualifications References Resources and Approach Price Proposal if 4 Notes: /3p(./ k : <o,'^f.SA y Notes: Pe lit )1. /4, 21_ f7) frcd It /' fr. I vLd .l c4,hv / Cb't Sdev�"�;,o.•,. L .. _ (�v(t �" If'µ- %/r i 5 cum/742/ C4it , j _, d4 4 i 50co , EVALUATION FORM RFP No. 23-0307100 DEMOLIST THE EXISTING LAYOUT AND BUILD THE POLICE STATION AT 780 FISHERMAN STREET, SUITE 105 By signing this form as an Evaluator, I certify that I have no conflict of interest. Reviewer Name: Signature: A %Z (, u . 6 to "P_ . —c Date: 4 � e' ' z3 c; --•_-_-_-:.'-' --/- I Firm Name: 2)/ /./ / CU i' c -rod Evaluation Criterion Experience and Qualifications References 4. Resources and Approach 9 Price Proposal 4 Rating Firm Name: Evaluation Criterion Experience and Qualifications /-- References L. Resources and Approach L1 Price Proposal 1 -- Rating Firm Name: Evaluation Criterion Experience and Qualifications l. - References 4 Resources and Approach .7 Price Proposal y - Rating Notes: // 3 3 ,c -V, <`l/Zv /c+L% Notes: 70 0421 �G ••1 fir_ /, c✓ • 4 / 3 7 0 , C? c_J 3, /? /Lv tJ ► <".,"-> M r'.3 )r Notes: / / / i. L C. '/, f i ✓ /.1' � c' u ..! s � v : r � - /< •- �, c_ 1. cll., / d A.4).7-.-/c/,•b1 .•/.4.-1,-- a--; // .✓.. ,,-/X7 Te . // 75 j Sys / K, r� � EVALUATION FORM RFP No. 23-0307100 DEMOLIST THE EXISTING LAYOUT AND BUILD THE POLICE STATION AT 780 FISHERMAN STREET, SUITE 105 By signing this form as an Evaluator, I certify that I have no conflict of interest. Reviewer Name: Signature: Firm Name: Evaluation Criterion KlI(1 L-CO✓lA✓ O� YrAm0.141 D✓15IVC..b0✓1 Cteld fJeV[�o[)evl Ratin Experience and Qualifications References Resources and Approach 4/ Price Proposal Gr Firm Name: Evaluation Criterion Date: 1/A/2-3 Notes: camt� cy ; S JC y c.e Ve.r y _ae v- I( y.e AueS A - Sage, rucMorn LLC Ratin Experience and Qualifications S References Lr Resources and Approach LQ Price Proposal 9 Firm Name: Evaluation Criterion Notes: ccnn pGn —LS xPef1_`er, c� l ?rur f C„nd C On" ParNy . -1--nC Ratin Experience and Qualifications i References 3 Resources and Approach Price Proposal 1 Notes: _go Gea.tr- -€_4per• I& ce \t -ed Nd I i's1 c d cAPproe,ck av +tr"e, 11r�e PYt_Lt✓,S not c e y EVALUATION FORM RFP No. 23-0307100 DEMOLIST THE EXISTING LAYOUT AND BUILD THE POLICE STATION AT 780 FISHERMAN STREET, SUITE 105 By signing this form as an Evaluator. I certify that I have no conflict of interest. Reviewer Name: Signature: Firm Name: Awya ..)661••• a(14.___49 a3 D,rArAAr,yrT. C6,3s-i-(LUtrtot -06v61.0113 6.4 1"; Evaluation Notes: Criterion Experience and Qualifications 5 References 5 Resources and Approach S Price Proposal 14 Rating Firm Name: Evaluation Criterion Experience and Qualifications Z References '1 Resources and Approach 3 Price Proposal —1 Date: o7 ' D L • Zo 73 Cp1JST2.utrTyu1-) 'rte 136 C.• -•P1416 uk q0 DAPS; i hrti rA1 �$ 6CAYS i/ i. VAC 6J,4ri6rri N A s ?few 2 6toto62 cri,v4' � i7A^^,0 14 AVarcD to/ ('. _ or 7 4FI SAFA G,..s-'u cswa Rating Firm Name: Evaluation Criterion Experience and Qualifications I References 0 Resources and Approach O Price Proposal I Rating Notes: --_AO6lscs R 6 t6; tAcWit, 1 rill Cor1PAN4 1114.0 air a6(A) ex•N Fv,gc•r6-' C FoZ A tcft- t6 ov#j 1 _ P6RZ • ComPA>✓i ONfr}' _._8AS 110 01 Q00. 41. s• -r woi�r"< CAPSTAL; KoW6V rw r TOS3 c c (war CD A c !• 3 Notes: // \ -3660 tsar NAV6 /.l 5C lEf Vi (9t20P° D b ' 7S y.`41%fr4$ I •r111 nJvv6t2. JF.06100 13Avrisi-c C14 fJ p6-oR( //WS 5-61'6X &1. 17401" *, 0.10 S o F 5�t �,f112 S r' p.J 1414140 TId6 PRaT&b T . - Ya i2F p PAc.(~-f4 C, r 1145 "AFT /4 0 f; o7.0 ra5'E'L P 4ito,Q 14 co,,pj Cre-A AGREEMENT TO DEMOLISH THE EXISTING LAYOUT AND BUILD THE POLICE STATION AT 780 FISHERMAN STREET, SUITE 105 THIS IS AN AGREEMENT, dated the day of . 2023, 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 and Build the Police Station at 780 Fisherman Street, Suite 105. 1.2 CITY finds it necessary to seek a professional, full -service company to Demolish the Existing Layout and Build the Police Station at 780 Fisherman Street, Suite 105, within the City. 1.3 CITY issued RFP 23-0307100 ("RFP"), seeking a professional company with the knowledge and ability to perform the services sought. 1.3 At its meeting of April 26, 2023, CITY selected CONTRACTOR to perform services needed that will provide professional full services of a Demolition and Build company. 1.4 Contractor's firm will be responsible to Demolish the Existing Layout and Build the Police Station at 780 Fisherman Street, Suite 105, within the City. CONTRACTOR's project team agrees to demonstrate the necessary experience, skills, and understanding for services rendered pursuant to RFP No. 23-0307100. 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 23-0307100, 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 23-0307100. 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 23-0307100. The payment for services pursuant to this Agreement shall not exceed One Million Three Hundred Twenty -Three Thousand Eight Hundred Fifty Dollars ($1,323,850.00). 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. 21 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 3 • 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 41 P CONTRACTOR's negligent acts, errors, or omissions. 7.3 If a court of competent jurisdiction holds the CITY liable for certain tortious 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 23-0307100, 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. 61Pagc 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 extent CONTRACTOR 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. 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: 7 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. 81 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. IF CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT TH E CUSTODIAN OF PUBLIC RECORDS AT (305) 953-2821, OR BY MAIL: CITY OF OPA-LOCKA - CITY CLERK'S OFFICE, 780 FISHERMAN STREET, 4TH FLOOR. OPA-LOCKA FL 33054. IN WITNESS OF THE FOREGOING, the parties have set their hands and seals the dayand year first written above. City of Opa-Locka ATTEST: BY: Joanna Flores City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY: Burnadette Norris -Weeks, City Attorney Darvin Williams Interim City Manager 9IPage CONTRACTOR WITNESSES: BY: Mohammed S. Islam President ATTEST: SECRETARY STATE OF FLORIDA ) SS: COUNTY OF MIAMI-DADE) BEFORE ME, an officer duly authorized by law to administer oaths and take acknowledgments, personally appeared as , of a Florida corporation, and acknowledged executed the foregoing Agreement as the proper official of , for the use and purposes mentioned in it and affixed the official seal ofthe corporation, and that the instrument is the act and deed of that corporation. IN WITNESS OF THE FOREGOING, I have set my hand and official seal at inthe State and County aforesaid on this day of , 2023. NOTARY PUBLIC My Commission Expires: 101Pagc EXHIBIT "A" RFP 23-0307100 ("RFP"), City of Opa-locka RFP NO: 23-0307100 REQUEST FOR PROPOSAL (RFP) DEMOLISH THE EXISTING LAYOUT AND BUILD THE POLICE STATION AT 780 FISHERMAN STREET, STE 105 CITY OF OPA-LOCKA RFP NO. 23-0307100 DEMOLISH THE EXISTING LAYOUT AND BUILD THE POLICE STATION AT 780 FISHERMAN STREET, STE 105 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 2 i CITY OF OPA-LOCKA REQUEST FOR PROPOSALS RFP NO: 23-0307100 DEMOLISH THE EXISTING LAYOUT AND BUILD THE POLICE STATION AT 780 FISHERMAN STREET STE 105 Sealed Proposals to DEMOLISH THE EXISTING LAYOUT AND BUILD THE POLICE STATION AT 780 FISHERMAN STREET STE 105 will be received by the City of Opa-Iocka at the Office of the City Clerk, 780 Fisherman St, 4th Floor, Opa- locka, Florida 33054, Tuesday, March 7, 2023 by 1:00 p.m, Any RFP Package received after the designated closing time will be returned unopened. The City of Opa-locka will be accepting proposals by mail, however it is your responsibility to submit your proposal by the due date. In addition, proposals may be submitted via www.demandstar.com (e -bid). The address to submit sealed proposals is listed below: CITY OF OPA-LOCKA Office of the City Clerk 780 Fisherman Street, 4th Floor Opa-locka, Florida 33054 An original and six (6) copies for a total of seven (7) plus 1 copy of the Proposal package on USB Flash Drive in PDF format shall be submitted in sealed envelopes/packages addressed to the City Clerk, City of Opa-Iocka, Florida, and marked RFP DEMOLISH THE EXISTING LAYOUT AND BUILD THE POLICE STATION AT 780 FISHERMAN STREET STE 105. 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: 23-0307100 requirements. Proposers may not withdraw their proposal for a period of ninety (90) days from the date set for the opening thereof. A pre -bid meeting will be held on Thursday, February 16, 2023 at 10:00 a.m. at 780 Fisherman Street, 4th Floor, Opa-locka, FL 33054 and via Microsoft Teams. To participate via Microsoft Teams, please use the information listed below: Meeting ID: 299 519 198 203 Passcode: hJsFkV Or call in (audio only) +1 786-598-2011„113727494# United States, Miami Phone Conference ID: 113 727 494# Joanna Flores, CMC City Clerk 3 RFP NO. 23-0307100 DEMOLISH THE EXISTING LAYOUT AND BUILD THE POLICE STATION AT 780 FISHERMAN STREET STE 105 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 Demolishing the Existing layout and Build the Police Station at 780 Fisherman Street STE 105. 1-2. Proposal Submission and Withdrawal: The City of Opa-locka will be accepting proposals by mail, however it is your responsibility to submit your proposal by the due date. In addition, proposals may be submitted via www.demandstar.com (e -bid). The City must receive all proposals by 1:00 pm on Tuesday, March 7. 2023. 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. 23- 0307100 - Demolish the Existing Layout and Build the Police Station at 780 Fisherman Street STE 105. 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 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. 4 1-5. Inquiries: The City Clerk will receive written requests for clarification concerning the meaning or interpretations of the RFP, until eight (8) days prior to the submittal date. City personnel are authorized only to direct the attention of prospective Proposers to various portions of the RFP so that they may read and interpret such for themselves. No employee of the City is authorized to interpret any portion of this RFP or give information as to the requirements of the RFP in addition to what is contained in the written RFP document. 1-6. Addendum: The City may record its response to inquiries and any supplemental instructions in the form of written addenda. The CITY may mail written addenda up to three (3) calendar days before the date fixed for receiving the proposals. Proposers shall contact the City to ascertain whether any addenda have been issued. Failure to do so could result in an unresponsive proposal. Any oral explanation given before the RFP opening will not be binding. All Proposers are expected to carefully examine the proposal documents. Any ambiguities or inconsistencies should be brought to the attention of the City's Purchasing Agent through written communication prior to the opening of the proposals. 1-7. Contract Awards: The City anticipates entering into an Agreement with the Proposer who submits the proposal judged by the City to be most advantageous. The Proposer understands that this RFP does not constitute an offer or an Agreement with the Proposer. An offer or Agreement shall not be deemed to exist and is not binding until proposals are reviewed, accepted by appointed staff. The City reserves the right to reject all proposals, to abandon the project and/or to solicit and re -advertise for other proposals. 1-8. Contractual Agreement: This RFP and Consultant/Contractor proposal shall be included and incorporated in the final award. The order of contractual precedence will be the Contract or Agreement document, original Terms and Conditions, and Proposer response. Any and all legal action necessary to enforce the award will be held in Miami -Dade County and the contractual obligations will be interpreted according to the laws of Florida. Any additional contract or agreement requested for consideration by the Proposer must be attached and enclosed as part of the proposal. 1-9. Selection Process: The proposals will be evaluated and assigned points. The firm with the highest number of points will be ranked first; however, nothing herein will prevent the City from assigning work to any firm deemed responsive and responsible. The City reserves the right to further negotiate any proposal, including price, with the highest rated Proposer. If an agreement cannot be reached with the highest rated Proposer, the City reserves the right to negotiate and recommend award to the next highest Proposer or subsequent Proposers until an agreement is reached. 1-10. Public Records: Upon award recommendation or ten (10) days after opening, whichever occurs first, proposals become "public records" and shall be subject to public disclosure consistent with Chapter 119 Florida Statutes. Proposers must invoke the exemptions to disclosure provided by law in the response to the RFP, and must identify the data or other materials to be protected, and must state the reasons why such exclusion from public disclosure is necessary. Document files may be examined, during normal working hours. 5 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. 6 1-17. Permits and Taxes: The Proposer shall procure all permits, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lawful prosecution of the work. 1-18. Protests: Protests of the plans, specifications, and other requirements of the request for proposal and bids must be received in writing by the City Clerk's Office at least ten (10) working days prior to the scheduled bid opening. A detailed explanation of the reason for the protest must be included. Protests of the award or intended award of the bid or contract must be in writing and received in the City Clerk's Office within seven (7) working days of the notice of award. A detailed explanation of the protest must be included. 1-19. Termination for Convenience: A contract may be terminated in whole or in part by the City at any time and for any reason in accordance with this clause whenever the City shall determine that such termination is in the best interest of the City. Any such termination shall be affected by the delivery to the contractor at least five (5) working days before the effective date of a Notice of Termination specifying the extent to which performance shall be terminated and the date upon which termination becomes effective. An equitable adjustment in the contract price shall be made for the completed service, but no amount shall be allowed for anticipated profit on unperformed services. 7 PART II MINIMUM SPECIFICATIONS SCOPE OF SERVICES: Project Description: The project consists of, but is not limited to, the demolition of interior walls and objects, as well as the removal of interior finished floors, existing acoustic ceiling tiles, and lighting. Existing electrical wiring to be removed and pulled back to electrical panel. Lighting on exposed ceiling to remain. Existing Sinks to be removed and the water and drain lines to be capped. Mezzanine area to remain as depicted on drawings. Furniture, fixtures and other equipment to be removed and return to owner. Ducts and mechanical conduits to be removed up to the air handling unit. Air handling unit to remain in place. Electrical panels and switch gear to remain in place. Sprinkler lines and sprinkler heads to remain in place. Scope of Work: 1. Demolition and Removal of Existing Interior Wall and Objects. 2. Removal of Interior Finished Floors. 3. Removal of Dropped Ceiling and Light Fixtures. 4. Area of work is 5,003 Square Feet. The above description of the scope of work for this project is general & not all inclusive. Refer to drawings* & specifications for the complete scope to be provided. Design Plans will be available upon request. 8 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. 9 PART III PROPOSAL REQUIREMENTS 3-1 RULES FOR PROPOSALS In order to maintain comparability and enhance the review process, proposals shall be organized in the manner specified below and include all information required herein. The proposal must name all persons or entities interested in the proposal as principals. The proposal must declare that it is made without collusion with any other person or entity submitting a proposal pursuant to this RFP. 3-2 SUBMISSION OF PROPOSALS The proposal shall be submitted on 8 Y2 "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. 10 3.2.5 Tab 4 - Project Approach Describe in detail your proposal to fulfill the requirements of the scope of services listed in section 2.2 of this RFP. 3.2.6 Tab 5 - Experience and Qualifications 3.2.6.1 Specify the number of years the Proposer has been in business. 3.2.6.2 Identify the Proposer's qualifications to perform the services identified in this RFP as listed in section 2-2 of the Scope of Services. Include resumes, not exceeding one page each, of all key personnel who will be assigned to the City. 3.2.7 Tab 6 - Schedule 3.2.7.1 Include a timetable that identifies the amount of time required to complete each component of the Program. 3.2.7.2 Indicate the earliest available start date for your project team. 3.2.7.3 Indicate the project completion date based on the date provided in 3.2.7.1. 3.2.8 Tab 7 - Pricing of Services 3.2.8.1 Fee basis should be an all-inclusive, base fee. 3.2.9 Tab 8 - References 3.2.9.1 List a minimum of three (3) references in Florida for which the proposer has provided elevator services. Include the name of the organization, brief description of the project, name of contact person telephone number and email address. 3.2.10 Tab 9 - Additional Forms Proposers must compete and submit as part of its Proposal all of the following forms and/or documents • Proposer Qualifications • Certification regarding debarment and suspension • Drug Free workplace certification FAILURE TO SUBMIT ALL OF THE ABOVE REQUIRED DOCUMENTATION MAY DISQUALIFY PROPOSER. 11 PART IV EVALUATION OF PROPOSALS 4-1 SELECTION COMMITTEE A Selection Committee, consisting of City personnel, will convene, review and discuss all proposals submitted. The Selection Committee will use a point formula during the review process to score proposals and assign points in the evaluation process in accordance with the evaluation criteria. The Proposer shall satisfy and explicitly respond to all the requirements of the RFP including a detailed explanation of how the services shall be performed. Each proposal will be reviewed to determine if the Proposal is responsive to the submission requirements outlines in the Solicitation. A responsive Proposal is one which follows the requirements of this Solicitation that includes all documents are submitted in the format outlined in this Solicitation, is of timely submission, and has the appropriate signatures as required on each document. Failure to comply with these requirements may result in the Proposal being deemed non -responsive. The Contract (s) will be awarded to the most responsive proposer whose Proposal best serves the interest of and represents the best values to the City of Opa-locka. 4-2 EVALUATION CRITERIA The Committee may select and choose to invite any and/or or all firms to make a presentation and be interviewed by the Committee as part of the evaluation process for this Solicitation. The Committee's decision will be communicated by staff to all Respondents. The Respondent's presentation may clarify but may not modify their submitted proposal. Any discussion between the presenter (s) and Evaluation Committee during presentations are intended only for purposes of providing clarification in response to questions from the Committee. Category Points Experience and Qualifications of professional personnel assigned to project 1. Number of years providing masonry services 2. Qualifications and experience of staff 3. Licensing 4. Adherence to requirements, forms and qualifications listed in this RFP 20 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 40 TOTAL 100 12 4-3 ORAL PRESENTATIONS Proposers may be required to make individual presentations to the City Selection Committee in order to clarify their proposals. Only those firms with the highest rated scores in accordance with the stated criteria and their weights will be invited to give oral presentations. However, the City has the right to accept the best proposal as submitted, without discussion or negotiation. If the City determines that such presentations are needed, a time and place will be scheduled for oral presentations. Each Proposer shall be prepared to discuss and substantiate any of the areas of the proposal submitted, and its qualifications to perform the specified services. During the oral presentations, the Proposers should relate their discussion to the evaluation criteria, which will include (but not be limited to) their approach to the project. The proposed Project Manager must be in attendance. The Evaluation Criteria may be changed for the oral presentation evaluation phase. References and site visits (if completed) shall be included in the final evaluation criteria, along with other criteria and weights as determined by the Selection Committee. Finalists will be informed as to the revised criteria, if any, prior to their oral presentation. Additionally, prior to award of an Agreement pursuant to this RFP, the City may require Proposers to submit such additional information bearing upon the Proposer's ability to perform the services in the Agreement as the City deems appropriate. 4-4 FINAL SELECTION The City of Opa-locka will select the firm that meets the best interests of the City. The City shall be the sole judge of its own best interests, the proposals, and the resulting negotiated agreement. The City's decisions will be final. Following the notification of the selected firm, it is expected that an Agreement will be executed between both parties. City staff will recommend award to the responsible Proposer whose Proposal is determined to provide overall best value to the City, considering the evaluation factors in this RFP. 4-5 AWARD AND CONTRACT EXECUTION After review by the Selection Committee of the proposals and oral presentations a recommendation will be made to the City Manager for submission to the City Commission for final approval. Upon Commission authorization, contract negotiations will be initiated with the first ranked firm. If those negotiations are unsuccessful, the City will formally terminate negotiations with the first ranked firm and will commence contract negotiations with the next ranked firm, etc. Upon successful contract negotiations with the prevailing firm, the remaining firms will be notified that the process has been completed and that they were not selected. 13 RFP NO. 23-0307100 PROPOSER QUALIFICATIONS DEMOLISH THE EXISTING LAYOUT AND BUILD THE POLICE STATIONAT 780 FISHERMAN STREET STE 105 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 0 ) 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 ofsuch authorization: 5. Name and Title of Principal Officers Date Elected: 6. The length of time in business: years 7. The length of time (continuous) in business as a service organization in Florida: years 8. Provide a list of at least three commercial or government references that the bidder has supplied service/commodities meeting the requirements of the City of Opa-locka specification, during the last twenty- four months. 9. A copy of County and/or Municipal Occupational License(s) Note: Information requested herein and submitted by the proposers will be analyzed by the City of Opa-locka and will be a factor considered In awarding any resulting contract. The purpose is to insure that the Contractors, in the sole opinion of the City of Opa-locka, can sufficiently and efficiently perform all the required services in a timely and satisfactory manner as will be required by the subject contract If there are any terms and/or conditions that are in conflict the most stringent requirement shall apply. 14 RFP NO: 23-0307100 PRICE PROPOSAL FORM DEMOLISH THE EXISTING LAYOUT AND BUILD THE POLICE STATIONAT 780 FISHERMAN STREET STE 105 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: MOBILIZATION/DEMOLITION/ DISPOSAL: PRICE 1. Demo existing office walls as per the proposed plan 2 . Remove flooring 3. Remove HVAC Duct as per demo plan 4. Remove all electrical wiring and light fixtures as per demolition plan 5. Remove all plumbing fixtures as per demo plan 6. Remove all doors and equipment as per demo plan 7. Dispose all debris in an approved facility FRAMING/DRYWALL/CEILING WORK: 1. Frame all rooms as per proposed plan 2. Install new grid system for acoustical ceiling tiles wall cavity as per the plan 3. Install insulation in 3. Install drywall as per proposed plan 4. Complete drywall with level 5 finish 5. Install Doors and Locks as per plan FLOORING/BASEBOARD/PAINT 1. Install tiles as per plan 2. Install baseboard as per the proposed plan 3. Paint all walls, and door frame as per the approved color BULLET PROOF GLAZING/METAL DETECTOR/WINDOW TINT 1. Install approved glazing as per the plan 2. Install metal detector as per plan 3. Tint all exterior windows as approved by the city ELECTRICAL/LIGHTING 1. Run wiring as per the proposed plan 2. Install UL Certified LED Fixtures 3. Ru Plumbing necessary for HVAC system as per plan 4. Upgrade the panels as per the plan 15 FIRE SPRINKLER/FIRE ALARM 1. Rearrange fire sprinkler heads as per plan 2. Install new fire alarm system as per plan GRAND TOTAL SUBMITTED THIS BID SUBMITTED BY: DAY OF Company Name of Person Authorized to Submit Bid Signature Title 2023. Telephone Number Fax Number 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-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 17 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 18 CITY OF OPA-LOCKA RFP NO. 23-0307100 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 19 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 20 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: 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. 22 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: 23 Demolish the Existing Layout and Build the New Police Station at 780 Fisherman Street, Ste. 105 RFP#23-0307100 ADDENDUM -01 The deadline to submit proposals have changed. Please see the date below: Date changed from March 7, 2023, 2023 at 1:00 p.m. to March 13, 2023 at 1:00 p.m. Demollish the Existing Layout and :ICU the New PoRice Statt on at 7:,0 Fisherman n Street, Ste. 105 RFP#23••03071100 ADDENDUM --02 Please see the attached responses to questions submitted for RFP No. 23-0307100. SHEET NO. REVIEWER Propeah 264004 Ope4eeke Pollee Station Interior Renovation I DIFitWay/int. Subnti tl,11 HLVIFW $.I COMMENTS I NOTES - RESPONSES Marcelo Arnedo MARVI BUILDERS LLC Manager 1. Please extend the due date for this project at least for more weeks, es l5 consecutive days to prepare an educated lid is not a non h, conslded thecom exit of 8 rig complexity project. Deadline has been extended Merino Amedo MARVI BUILDERS LLC Monagor 2. Please dad wit mare bidding clarify why anaset ofplans with onlya 9mLprogress and not aset of dens ready for permitting?. Those drawings have been approved by permitting Marcelo MARVI BUILDERS LlC Manager 3.Pleese clergy when a 10011, bidding set of drawings will be ready to circulate between offerors. 8 Addendum drawings shall be issued at a later time Incorporating 8 comments within this Ilst of responses Marcelo Amedo MARVI BUILDERS LLC Manager 4. Please clarify how long Is the total construction schedule for this project. 90 days Marcelo Arnedo MARVI BUILDERS LLC Manager 5. Please clarify IF any typo of liquidated damages will be applicable TO this project Please refer to REP Marcelo Amedo MARVIBUILDERS LLC Manager 6. Please deify If plans have been submitted in a dry.ron process for approval. Yes. Already approved SO Mel elo BUILDERS MgRN BUIIDERi LLC Manager 7, Please dares If an discount will I y any apply or will be imposed on this contract. IA. Inspector General Discount, Prompt Payment Discount, User Access Program discount, etc.) Not Discount Marcelo Arnedo MARVI BUILDERS PLC Manager 8. Please Bari how lore the takes to fy 8 ry pay an Invoice once the Requisition For Payment has been approved by the project manager. 30 days after approval of submitted Invoice Marcelo Arnedo MAMA LLC 8 9.Please clarify how long, usuetlytakes the project manager to approve an invoice andsend It topaymenL Please refer to the procurement policies found hi our chapter Maralo Amedo MARVI BUILDERS LLC Manager 10. Please dadryifejobsRemeeting with the City's reprosantativetvill be weekly by Y or weekly. ty- Meeting will be scheduled as necessary Marcelo UIBUILmedo LLC MARVI Manager Manager 11, please clarify If an epedalinspenrorwill be requested for dslsjob. ll so, please clarity who will takeare ofthes l Inspector fees, The Special p ❑1y or the Contractor. Contractor will assume all inspection and permit fees Marcelo Amedo MARVI BUILDERS LLC Manager 12. Please thinly if any special wage must be paid to the employees. lust llkeoasis-Beacon, Miami DedeCounty Responsible Wages, Miami Dade County Uving Wages, Cry ofMlaml living Wages, etc. Not Applicable please refer to RFP Marcelo Arnedo MARVI BUILDERS LLC Manager 13. Neale clarity It the mat of the master permit will be included in the construction colter any type of special allowance will be issue for such item. Contractor will assume all inspection and permit fees Marcelo Amedo MARVI BUILDERS LLC Manager 14. PleasedariFy the procedure for oil sub pennks'costs. Contractor will assume ell inspection and permit foes Marcelo Amedo MARVI BUILDERS LLC Manger 15.Pleasesupply a site pian with the possibleloadans for dumpsters, temporary toilets, and staging area. Staging Area will ha provided once project has been awarded Marcelo Arnedo MARW BUILDERS LLC Manager 16. Please daily if the path to where the dumpster will be located must be protected on floor and teal's. Staging Area will be provided once project has been awarded Merc.lo Amedo MARVI BUILDERS LLC Manager 7. Please If contractor's employees get 117.lob eeaseclari ytype of badge to get access to the NO Marceb Amedo MARVI BUILDERS LLC Manager 1a Please clarify If free parking spans will be available for thecontractor and subcontractor, near the jobsae or paid spaces will beneeded. Snaffle Area and parking will be provided once project has been awarded Marcelo Amedo MARVI BUILDERS LLC Manager 19. Please clarify if contractor and subcontractor will be able rouse the building restroomsor temporary tempos toilet, will be needed. Contractor will be able to utilize building facilities Marcelo Armada MARVI BUILDERS LLC Manager 20. Please clarify If ■ performance and payment bond will be requested for this job. Please refer t0 RFP Marcelo Arnedo MARVI BUILDERS LLC Manager 21. Please clarify II a hid bond will be requested for this job. Please refer to RFP Marcelo Amedo MARVI BUILDERS LLC Manager 22. Please supply the City's budget for this job. Pleats refer t0 RFP Marcelo Amedo MARVI BUILDERS LLC Manager 23.161, not clear horn the RIP lithe pre-bld meeting was mandatory or not. IF It was mandatory, please circulate tholistof the contractor that were present (virtually orin person) et such meeting and are allowed to bid. List has been provided as part of an addendum Marcelo Amedo MARVI BUILDERS LLC Manager 24.1116 not clear In the solicitation documents If the proposals can be submitted via Demandstar only, personally at the City only, or both types of submission will be required at the same time. Please clarify. Please refer to RFP Marcelo Amedo MARVI BUILDERS PLC Manager 25. Please clarify If temporary power and temporary water forconstrocdon will be supplied by the City or ...decked contractor must bring a generator for the power and a hydrant meter to get water. Contractor shall provide generator for power sad a water motor Marcelo Arnedo MARVI BUILDERS TIC Manager 26. RFP Documents received for thls solicitation state on point "3.29 TAB 8 —REFERENCES 3,2.9.1USTA MINIMUM OF TWEED) REFERENCES IN FLORIDA FOR WHICH THEPROPOSER HAS PROVIDED ELEVATOR SERVICES. INCLUDE THE NAME OF THE ORGANIZATION, BRIEF DESCRIPTION OF THE PROJECT, NAME OF CONTACT PERSON TELEPHONE NUMBERAND EMAIL ADDRESS." Please clarify why the aryls requesting experience In elevetarwhen there are no elevators Involved In this job. This Is a typo references must be for zlmllarjobs performed for a governmental agency Marcelo Amedo MARVI BUILDERS LLC Manager 27.On Plan II, 'General Demolition and Retauration Notes' stores that "THE DEMOLITION AND RESTORATION OF THE BUILDING PLANS FOR THIS PROJECT ARE GENERAL 111 NATURE AND INDICATE APPROXIMATE EXISTING CONDITIONS AT THE PROJECT SITE. THE CONTRACTOR SHALL BE RESPONSIBLE FOR VISUAL FIELD VBRERCATON OF CONDITIONS AND QUANTITIES AND NOTIFY IN WRITING THEME AND THE are OF OPA.LOac OF DISCREPANCIES FOUND DURING THE BIDDING FOR THEIR POSSIBLE INCORPORATION VIA ADDENDUM. FAILURE ON THEPART OF PROSPECTIVECONTRACTORS TO COMPLY WRITHE ABOVE MENTIONED MANDATE SHALL NOT ENTTRE THE AWARDED CONTRACTOR TO ADDITONALCOSTS AFTER BID AWARD." Having this nate in mind, please let us know when the site visit will be scheduled. FioIJ VW muss he a,ll4ld in meting by the bidder Marcelo Arnedo MARVI BUILDERS LLC Manager 2B. Following the award system selected by the City, Itls understood that the lower responsible bidder may not be awarded. Please comment Chy reserves the right le select must responsive contractor which meals the City requirements Marcelo Amedo MARVI BUILDERS LLC Manager 29.On Plan IL 'General Notes' 'point g 12 states that: "CONTRACTOR ACKNOWLEDGESTHAT HE HAS INFORMED HIMSELF FULLY REGARDING REQUIREMENTS OP DRAWINGS, SPECIFICATIONS, & REGULATIONS PERTAINING TO THE PROJECT. SPECIFICATIONS AND DRAWINGS ARE COMPLEMENTARY, AND WHATISCALLED FOR BY ONE ISAS BINDING AS IF CALLED FOR BY ALL VISIT SITE OF WORK. COMPARE REQUIREMENTS OF DRAWINGS AND SPECIFICATIONS AND BECOME FAMILIAR WITH EXISTING CONDITIONS UNDER WHICH WORK OF CONTRACTIS TO BE PERFORMED, INCLUDING TOPOGRAPHY, APPROACHES AND IMPROVEMENTS ON OR ABOUT SITE." Having this note In mind, please let us know when the site visit will be held. field Veit muu be solicited enmities by do bider Marcelo BUILDERS MARVI BUILDERS LLC I Manager 30. Please circulate a plan showing all the fire walls at the project and where all penetrations must be treated. Please rater to Demolition on Plans provide Marcelo BUILDERS MARK BUILDERS LLC Manager 31. Life safety plan lsshuwing locatlonfar the RreexHn ulehors, teasespedlythefire B p eeAngulshers'cabineU Fire extin. guishers to be semi -recessed. Specs attached. Marcelo Amedo MARK BUILDERS LLC Manager 32. Please clarify if a fire watch during working hours ordering after working hours will be requested es the bonding will have the working tree with no fire alarm and with the flre sprinkler system Intermittently working, Please refer to RFP Marcelo Amedo MARVI BUILDERS LLC Manager 33, Please supply a life safety temporary plan for construction process. Showing how many extinguishers will be requested and when they will be located, General Contractor to provide Marcelo Amedo MARVI BUILDERS LLC Manager 34. Pleasedarity the minimum OSHA requlrementsforall em employees, Hrs, or IO IIrs.OSNA noureepaend, Please refer to RFP Marcelo Arnedo MARVI 80110605 LLC Manager 35, Following the demolition plan AD 101, the only demolition work is as follows: a) Remove a mezzanine, b) cape plumbing Units and c) remove a glass to be replaced by a louver. Please comment about this at at RFP for the project In the pan II "project description' we can read as follows: THE PROJECT CONSISTS OF, BUT I5 NOT UMITEO TO, THE DEMOLITION OF INTERIOR WALLS AND OBJECTS, AS WELL ASTHE REMOVALOFINTFRIOR FINISHED H.00RS, EXISTING ACOUSTIC CEILING TILES, AND UGHTING. E1151160 ELECTRICAL WIRING TO BE REMOVED AND PULLED BACK TO ELECTRICAL PANEL LIGHTING ON EXPOSED CEILING TO REMAIN. (DOSSING SINKS TO BE REMOVED AND THE WATER AND DRAIN ONES TO BE CAPPED.ME22ANINEAREATO REMAIN AS DEPICTED ONORAWING5,FURNITURE, FIXTURES MOODIER EQUIPMENT TO 8E REMOVED AND RETURN TO OWNER. DUCTS AND MECHANICAL CONDOMTSTO BEREMOVED UP TO THEAIR HANDLING UNIT. AIR HANDLING UNIT TO REMAIN IN PLACE. ELECTRICAL PANELS AND SWITCH GEAR TO REMAIN IN PLACE. SPRINKLER ONES AND SPRINKLER HEADS TO REMAIN INPIAcr. Demolition Plans have been provided please refer to them Complete Demo Work under separate permit. Pertn111: 22090028 Marcelo Arnedo MARVI BUILDERS LLC Manager M. Please epeecry Use'net:an/ne to be demolished, Including dimensions and materials. Refer to Demo Set provided Marcelo Amedo MARVI BUILDERS 117 Manager 37. Please supply existing as bu0eplans for mechanical, electrical and plumbing as many Items todemollth can be concealed at the ceiling Rust like mechanical ductwork erelecM,I piping) and will not be able to be seen at the site visit. Owner to provide as.bulh drawings. Marcelo Amedo MARVI BUILDERS LLC Manager For 38. Please clarify any special requirement for the areas with no telling, specially from the MEP conduit engineer. Vg, Inner Insulation for eir ductwork, spiral ductwork, electdcel pipes aligned, etc. ductwork rectangular Electrical - All light fixtures to be tandem ceiling mount, run as clean and straight as possible. For HVAC—Ali exposed shall be internally Insulated double wall round or duct. Marcelo Amedo MARVI BUILDERS LLC Manager All 1. NOTED 2. FUNCTIONS REQUIRED 3. ENGINEER SUBMITTAL 39. Please clarify II all fire alarm wiring can be free wiring or must be placed In pipes. SHOP PROFESSIONALENGINEERFORFIREALARM PANEL SYSTEM. 4. REPRESENTATIVE SUPERVSORYORTROUBLECONDMON SHALL WORK. fire alarm wiring shall be In conduit. Please note: ALL FIRE ALARM DEVICES ARE NEW UNLESSOTN6RWISE THE 8ATTE8Y BACKUP FOR ALARM AND SUPERVISORY SHALL 0E ADEQUATETO PROVIDE POWERAS BY CODE. THE FIRE ALARM CONTRACTOR SHALL SUBMITTO THE OF RECORD FOR REVIEW AND APPROVAL PRIOR TO T06011E010 DEPARTMENT. SIGNED AND SEALED DRAWINGS AND CALCULATORS BY A LICENSED FLORIDA SYSTEM.THEALARM PRIOR TO COMMENCING WORK ON THE FIRE ALARM CONTRACTOR SHALL NOTIFY TO THE OWNER OR OWNERS AND APE OF ANY OUSTING ALARM, IN FIREAIARM PANEL BECLEARED OF ALLTKOUBLESBEFORE COMMENCING Marcelo Arnedo 40. MARVI BUILDERS LLC Manager The distance between the Inner side of concrete slab (at the telling) and the acoultical celling elevatlon, does not seam to be enough for all ductwork and piping needed to run. (If tellingls at11'-0' and the lnnerside of the concrete deck It located at 13'•0•, less than 24• Is not enough for the ductwork and piping to run) Please clarify. Drawings to be updated staling ceiling height to be 9,6" a clearance of3'-6• for any mechanical ductwork and piping. Marcelo Arnedo 'OUSTING MARVI BUILDERS LLC Manager 41. Please clarify the general note found at the bottom right aide of plan 0.103 stating that TRUSS DIRECTION AND SPACING SHALL BE VERIFIED IN FIELD BY GENERAL CONTRACTOR PRIOR TO COMPLETING ANY CEILING MODIFICATIONS INCLUDING INSTALLATION OF CEILING EDCIURES AND MECHANICAL EQUIPMENT. If that is the case, please submit a plan showing the existing trusses, spacing end direction, as it would be very possible that they will interfere with the new ductwork requested. Drawings to be upualad - Nora removed. Marcelo Arnedo 42. MARVI BUILDERS LLC Manager Please clarify the note on plans A-101, A-102 and A.103 stating: Interior bu0dout by ether.. Please mention what part of the work will not be done by the contractor In such area. (demolition, flooring, baseboards, HVAQ lighting,paint, drywall, low voltage, telephone, lire sprinklers, Bra alarm, eta). •Interior oulldout by Other' Area Not In Scapa. Marcelo Arnedo MARVI BUILDERS LLC Manager 43. M our previous experience working with Pollee Stations, an evidence vault was olwaye wltNn the scope of work. if done In the future, several elements of thls project will be dlsarded and very expensNe madancedans will have to be done. Please consider. No evidence vault Included In this scope of work. Marcelo Arnedo MARVI BUILDERS LLC Mouser of 44•Please clarify who will supply and Install all the furniture and millwork the exception the kitchen abineb that the contractor must supply andlnstall). Supplied by Owner Marcelo Arnedo MARVI BUILDERS LLC Manager 4S. It Is not clear on plans Where must the data end telephone wires been taken to. If they will be run to the Communication Roam, let us know the rack location. If not, please circulate a planwiththis Information, specially thedlstance between theJobslte and thelalephorha room and the distance from the)obelte and the R room. flack has been added to Comm. Room Marcelo Arnedo MARVI BUILDERSILC Manager 46. Please confirm the quantity of Tel/data outlets, following the general note on plan E2.01 Wo suggest 30 data outlets In the shown locations, but final quantity and location needs to the confirmed by architect/fawner Marcelo Arnedo MARVI BUILDERS LLC Manager 47. Please dally who will supply the rack and the patch panels for the Communication Room. Supplied by Owner Marcelo Arnedo MARVI BUILDERS LLC Manager 40. MEP engineer placed electrical panels •A• and • 02• at the medranlal room. Having In mind the dimensions of the AHU.2 those panels mustbe removed from that location. Please comment on 1hls. Panels were moved to storage ere. Marcelo Amado MARVI BUILDERS LLC Manager 49•NI specs aro missing for this project please supply a spec -book lhet Includes eads component of the project. Necessary sheets included in saloldrawkhgs. Marcelo Arnedo MARVI BUILDERS LLC Manager SO. Plea se<lari(yIra tart and balance be requested on R project answer is s, please let us know who will be responsible for It Yes, the HVAC system shag be tested, adjusted, and balanced by a licensed Engineer or a company wllh current cfflineoon from a recognised testing and balancing agency in accordance with generally au0pted Engineering Standards. Thegenealantracter la responsible for It. Marcelo Arnedo MARVI BUILDERS LLC Manager 51. Pleaseclarify If the ductless Spilt System AHU/NJ e connected to the EMS of the will b builJm . g NO EMS to our knowledge. Marcelo Amado MARVI BUILDERS LLC Manager 52. Please clarify if there Is an actual EMS system In plea In the building. No EMS to our knowledge. Marcelo Arnedo MARVI BUILDERS LIC Manager 53. Please supply the lire alarm monitor (contractor ) In cha rile of the building, as they Rxrst do the fire alarm work at this location and program the full system. Information will be vided once contract is awarded I>ro Marcelo Arnedo MARVI BUILDERS LLC Manager 54.1n order to attach the new CU's stands to thereofswcture, please let us know If thereof has lightweight concrete or regularboerd Insulation. Also, please let us know the roof's structural deck material. (concrete, metal deck, etc) Owner to provide as -bulk drawings once contract is awarded Marcelo SIC MARVI Manager Manager 55, Please let us 0,0,0the distance between AHU's at first floor and CU's at the roof of the building, having In mind that the diameter of the r g piping l: directly related with the distance. Tha refrigerant piping site and length shell be the c { g by manufacturers rvcommendeHon. Meroalo Arnedo MARVI BUILDERS LLC Manager 54. ASall earning (I IVAC) piping must be removed, please let us know Hawse Is an existing plenum that we have to open In all floors (levels) to run thane* pipes, or we will have to route the pipes through partitions at every single level of the building. For this work, every level OM, building will be affected by the work The existing plenum for every floor shall be verified on the field. Marcelo Arnedo MARVI BUILDERS LLC Manager 57. To run refrigerantlinesthrou hthe roof g please let us know if tab is post tensioned and% rays aro needed or is not post tensioned and wean drill it Tha Port tension and %ray shat be verified on the field. Marcelo Arnedo MARVI BUILDERS LLC Manager SB.The MEP le lumhln4)engineerdid not designed a condensate edl,charge for the AHU-3 (mini split system). Please let us know how this system will be discharged. The Condensate dlsdherge from the mint split will have a pump and wig either connect to the nearest existing condensate line in the building or discharge to the closest exterior and discharge Into a drywall. Marcelo Arnedo MARVI BUILDERS LLC Manager 59. Please supoly the NOAar FPA for the existing storefront system in order toInstal/ the new desired exterior door. Existing Door to amain Marcelo Arnedo MARVI BUILDERS LLC Manager 60. For all doom, please specify the door type (IIC or SC) and finish (pine, birch, wenge, etc.). Interior Doors to be HC, Pine Finish Marcelo Arnedo MARVI BUILDERS LLC Manager 61.For sidelights gluing, leases g t g,P pecifythe thickness, the character -btu (tempered non. impact, impact tempered, eta) Sldel tats to be lambs Imo h { Marcelo Amedo MARVI BUILDERS LLC Manager 62. For all doors please specify the hardware, what was given with the schedule of "near Hardware Set" N not enough,vg. panic devises, that must be installed at an escape door), are not required on plsos. Self -doting ydoorwith exit door card an reader, are not required on plena, etc. Please populate hardware requirements for each p D q type of door, Hardware to be provided by Contractor. All door widths shall be revised to be 3'.4" rough opening end aft clear opening. All doors to have larks appropriate to serving space such as os office lorkset oge lage AL80P0) A Illeft-hand and fight hand swing), and storeroom oofficedckset oomto have anic Hwardwarell stops (Von(IVW540OOl4'NL'0P.110MD6/407CCV). All exit ondors tohavedo osol 040KP.18PAMolrtise cylnder (Schage 30.016)ddoordosers(LCN ) cylinder ( g and Rim Housing (Schlago 20.079) where appropriate. Doors 022 and 019 to have gasketing for alr-tight seal (Zero 18858K 17FT PSA). Hardware finished to be brushed nlrkle finish. Herdware substitutions of equally opploved products an be reviewed for approval by Architect of Heard. Drawings will be updated Marcelo Arnedo MARVI BUILDERS LLC Manager 63. For doors' with card readers, please specify the card readers type brand and modal In the "Door Hardware Set", the company Avlgllon, named on plans, works with sward typos of locks and each lock has an special characteristic that must be reflected on the plans. rs'a0refrrlo RFP Marcelo Arnedo MARVI BUILDERS LLC Manager 64. For the doors with card readers, have In mind that usually they have special'power Alma a' and a hole between the power hinge and the lock. All these Items (N they are Included) must be described at the door schedule. Please clarify. Power hinges to ho included In door hardware Marcelo Arnedo MARVI BUILDERS LLC Manager 65.Following the door schedule an Page 5.01, most of the wood doors must be Inserted Ina wood homes,however, all given details for doors(on Page AS.02) aro intended for motel or oluminum frames, please clarify. If thewood kernels correct, please supply the desired shape for door casings. Aluminum framing to remain. Marcelo Amedo MARVI BUILDERS LLC Manager 66. For Door 0 026, please supply N00 or CPA. NOA Ho.19-0708.04 or Similar Approved. Marcelo Amedo MARVI BUILDERS LLC Manager 67. Please confirm that you [vent hallow metal doors In aluminum frames as noted on Doors 004 and 012. Confirmed - Hallow metal doors In aluminum frames. Marcelo Amedo MARVI BUILDERS LLC Mena r ge 68. Please <adfydse note"provided by manufacturer' In the "dean and lemaschedule" as the manufacturerwill provide whatever Is requested, and ltnot requested, theywil provide nothing, or certainly, not what Iswhlshed by the customer. Specially regarding the door materiel, the gaze desired and the door hardware. Please spedry. Hardware to be provided by Contractor. All door widths shall be revised to be 3'-4" rough opening and aft clear opening. All doors to have lodes appropriate testifying space such as as ofRce loskset (Schlage AKSOPD), and storeroom lockset (Schlegel APO)' All left-hand and right-hand swing office doors to have wall Sone(NE W5406/407CCY), AB exit OM doors to have Panic Hafdwerc(VOnPudn987q-Nl•OP-13 D)and 6)004 snrs(Loe 4040KP-SBPAJ, Mortise cylinder (Schlaga 30.0]6)and Rim Housing(Schlage 20-079) where appropriate. Doors 012 and 019 to have gaskeUng for ate -tight seal (Zero 100S0K 17FT PSA). Hardware finished to be brushed nlckle finish. Hardware suhtdtudons of equally approved produttsan be reviewed for approval by Architect of Record. Drawings will be updated Marcelo Amedo MARVI BUILDERS LLC Manager 69. Please confirm that all doors will be spade' order with 7'-2" dab and 2' header frame for atom) of7'-4", If you flange all doors to 7'-0" slab and 2' header frame for a total of 7'-2' you will probably save some money. Please comment. Confirmed - Door sixes shall be revised 7'-0'doors with 2"header. Marcelo BULL BUILDERS MARVIBUILDEtIS LLC Manager 70. The SKU number given the vinyl Odle the is LL Flooring, g Y P g, is for laminate floor pink. Please comment SKU10047180,0,4for substitute product may be submitted to Architect of Record for approval Marcelo Amedo MARVI BUILDERS LL[ Manager 71. Please confirm that no Insulation Is required for all now partitions, following the partition's detail plan A 4.01, Drawings to be updated with a partition detail to include Insulation - Refer to Sheet A.401 Marcelo FLS MARVI BUIIDERt LLC Manager 72. Please cad whoalllsu supply (lances. lithe contractor will supply them,Please pP Y appliances. provide make and model for each appliance. Supplied by Owner Marcelo Amedo MARVI OUILDgna LLC Manager 73. Massa clarity wno will supply the TVS, the hanging ad sound am, an system for them. Supplied by Owner Marcelo Amedo MARVI BUILDERS LLC Manager 74 Please cars who will �' su PplVihe tilling hanging projector, the hanging arm and sound system for it. Supplied by Owner MarceloArnedo MARVI BUILDERS LLC Manager 75. The mechanical ductwork is r040004ng afresh air connection outside the area of work. Demolition The ceiling In that area will he demolished for the new ductwork. Please comment work. and Repair to match, shall be portal No GC's scope of Marcelo Arnedo MARVI BUILDERSILC Manager 76. Please supply specs for the acoustical panel at the platform. AcoustlaAmerka1 m. and Thick Acousec Panel Colors Full Moon Silver Natural Stone Grey - Drawing updated with specs. MVI BUILelo rERdo MARVI BUILDERS LLC g Manager 77. Milian clarify if ghee Is the workin speco as several areas of No concrete slab must be demolished to accommodate electrical piping, or plumbing piping. dry, basement underneath. See as.budt drawings provided by the Marcelo Arnedo MARVI BUILDERS LL[ Manager 78.1( no basement underneath the working area, please submit a structural detail showing Structural how the concrete dab will be patched, construction. detail for concrete patch will be provided at the start of Maralo Amedo MARVI BUILDERS LLC Manager 79.A trench for an electrical piping that will lead the)undlon bones for the metal detector must be done. The metal detectors are outside the new flooring area, pease clarify how will Metal the outside Hoer be patched, please supply the poor type. detector power to be fed from ceiling. Marcelo Arnedo MARVI BUILDERS LLC 80. Please clarify the level of drywall finish desired. Level 4 dr ywall rywall finish Marcelo Amedo MARVI BUILDERS LLC Manager 81.The finish schedule Is requesting ceilings at10'-0' whsle reflecting ceiling plan is asking for Drawings ceilings at l]'-0". Please fierily, a robe updated stating ceiling height to 069'4" allowing clearance 03,6" for any mechanical ductwork and piping. Marcelo Arnedo MARVI BUILDERS LLC Manager 82, Please confirm that el' opened areas with no ceilings will not receive any type of point All either at the structure, HVAC ducts, pipes, etc. Color exposed ceilings to be painted with Sherwin Williams 842681 to match existing. Marcelo Arnedo MARVI BUILDERS LLC Manager 09.Th,s003sticel ceiling on PlnoA l031+et11e 10"049', Please must Only by Installed this type oftge. 19201n M'a24"ocousHccalling tlln-8494PB or etcetera approved, White(WH.) Disregard 8495PB since It will not be used. Marcelo Arnedo MARK BUILDERS LLC Manager 84. Please define the grid hengine system for the emustlol ceiling. 8494 PB to be matched with while 7308 Prelude X1.15/26" Exposed Tee and 7376 Continuous load Path (CLP) with CLP7301 component, or similar approved products. Marcelo Arnedo MARK BUILDERS LLC Manager 85.The acoustical ceiling ryle 8494P0(24x24)Is out stock at the factory (Armstrong). Please supply en alternate. Approved equal Is acceptable with canespending backup Information, 1020 in White WH.) Marcelo Arnedo MARVI BUILDERS LLC Manager 80. Please supply a detail ferthe dropped hard cellist d all Including the desired framing pp g( M'r ) 0 8 (1 5/8" or 3 5/0"), sheetrod thickness, etc. D Drywall culling to be 3-5/8" Stud Deming with 1/2" Drywall. Drawings to b updated to Include details, Marcelo Arnedo MARVI BUILDERS LLC Manager 87. Electrical plans aro showingard reader detached from the door lode. Please clarify If card readers will be integrated with the door locks arsemirated, Card reader to be Integrated to door locks. All doors to have open access when opened from Inside or the room. Marcelo Arnedo MARVI BUILDERS LLC Manager MB. Plumbing plans have an lnstant•hotwaterheater. Electrical plans do not have it, and there Is not dreult from any Panel to feed It. Please clarify. Added to E-201, and to penelA Marcelo Arnedo MARK BUILDERS LLC Manager 89. Please supply specs for the Instant -hot water heater, kitchen sink and kitchen faucet Intta hot to be a Chronom0e model KCM•20L/208v 4.lkw 20 amps Marcelo Amado MARVI BUILDERS LL[ Manager 90. After revlewlnB the millwork plan, Isnot clear the material requested for the cabinets. Please clarify If ItB3s'plywood. kIs 3/4' plywood. MarceloAmado MARK BUI'LDERS LLC Manager 91.The M7 and M6 finishes referenced on millwork plans have no correlation with anyfinish schedule. Please clarify. Notes on Drawings to be updated • refer to Sheet A.201 Marcelo Arnedo MARVI gU BUILDERS LLC Manager 92. For the kitchen millwork. please clarify if Formica will be the finish. If so, plea so supply the pattern number. Formica - 932 Antique White Finish Morale Arnedo MARVI BUILDERS LLC Manager 93. Please clarify if forkltchen cabinets, the Interior of Use cabinets will be melamine or ��� Formica - 932 Antique White Finish Marcelo Arnedo MARVI BUILDERS LLC Manager 94. Please specify the requirement for kitchen drawers, lull pull outor not, slow motion or not, glum hardware or not Blum hinges or not, etc. Poll pull out, soft dose, 5" Bar handles. Marcelo Arnedo MARVI BUILDERS LLC Manager 95. Kitchen devils are calling Inc5" badsplash, however, the drawings are showing a full backaplash, please clarify. Drawings to be updated •stole edJaJ- Floor & Ddcor Meringue II Matte Ceramic Tila 3012563: 100655307 for full backsplosh. Marcelo knack MARVI BUILDERS LLC Manager 96. Please specify the bad splash. Floor & Decor SKU: 100655307 Marcelo Arnedo MARVI BUILDERS LLC Manager 97 If lighting fixtures marked as"A"will be 'retailed at 11'-11" (as per A 301 elevation) they willinterfere with all Mo ductwork. Please comment Ceiling to be lowered to 9'6" above finished floor Marcelo Arnedo MARK BUILDERS LLC Manager 98. Please clarify who will apply the lectern. If contractor, please submit specifications. They are shown on plan E301 as regular receptacles, erchltec1 to specify lectern. Supplied by Owner Marcelo Arnedo Manager 99.mesound system for the TV, microphone, etc. Is missing at this project. Please clarify. Supplied by Owner Demolish the Existing Layout and Build the New Police Station at 780 Fisherman Street, Ste. 105 RFP#23-0307100 ADDENDUM -03 Please see responses to all questions asked to date. 1. Circulate all plans and specifications mentioned as "to be distributed" by Addendum # 2. Plans are part of the link previously provided with the OLPD conform set. 2. A site visit. Please send date and time of the visit. The site visit will be held on Friday, March 10, 2023 at 11:00 a.m. 3. Time extension to review the given answers, allowing us to visit the jobsite and to receive the promised plans and specifications (Addendum # 2). Due to the time constraints of the project, the city cannot extend a further extension for RFP No. 23-0307100. SUNDAY FEBRUARY 51013 CONSUMER INFO Can you get a Pub Sub delivered from Publix? What supermarkets will and won't bring BY JEFF KLEINMAN jkleinman@m amiherald.rom During the height of the pandemic, grocery deliv- ery saw a boom in busi- ness. People hesitant to walk into a crowded store, masked or not, discovered Instacart, Amazon and other services. But even with super- markets and their custom- ers now back to the usual foot traffic, many shoppers have come to rely on gro- ceries brought right to their front door. Winn -Dixie boosted its home delivery. Walmart started a new service that puts items right in your fridge. And Kroger opened warehouses and started home delivery across Flor- ida. Instacart's personal shopper system has ex- panded its offerings. According to Brick Meets Click, which follows digital trends in the gro- cery industry, the percent- age of U.S. households that used online grocery delivery has grown a bunch. In August 2019, 6% of the households opted for online grocery deliveries. In September 2021, that figure was 18%, according to Brick Meets Click. Here's a guide on what to know about grocery deliveries: CAN YOU ORDER A PUB SUB FOR DELIVERY? You don't have to wait in line at the Publix Deli groceries ion )•'7 ai)(o 0r.celr for your beloved Pub Sub. Customized Pub Subs can be ordered for deliv- ery through Instacart. Of course, the experience won't be the same as watching the deli worker layer on the meat, cheese and veggies as you direct the proceedings. And who knows what that mayo-soaked bread will taste like when it gets to your home. But still... You can make your own sub dig- itally (extra olives, no hot peppers, please) and have it brought right to your home or work. Beware: There is a minimum Instacart order as well as a membership fee. CAN YOU GET BOOZE DELIVERED FROM INSTACART? Want a drink to go with your Pub Sub? Publix will deliver alco- hol through Insacart. Just make sure you have your • Hie. Nemld File Kroger is now delivering groceries in parts of Central Florida and has expanded into South Florida. ID for the delivery driver, even if you look like a middle -age adult, And If you are in a further party mood, you can also order flowers and cake, IF YOU DONT LIKE PUBLIX, DOES INSTACART DELIVER FROM OTHER STORES? In addition to Publix, Instacart partners with Albertsons, Aldi, Costco, CVS, Sam's Club and Sprouts Farmers Market, CAN YOU VISIT A KROGER IF YOU DONT WANT DELIVERY? Kroger, the Ohio -based grocery giant now, has a delivery presence in South Florida and other parts of the state — but the compa- ny does not have brick - and -mortar stores here. Kroger's Opa-locka hub SEE SUPERMARKETS, 11SW I NEIGHBORS 355 CITY OF OPA-LOCKA REQUEST FOR PROPOSALS RFP NO: 23-0307100 DEMOLISH THE EXISTING LAYOUT AND BUILD THE POUCE BTA110N AT 780 FIBHPAMAN STREET STE 105 Sealed Propoeaie to DEMOUSH THE EXISTING LAYOUT AND BUILD THE POUCE STATION AT 780 FISHERMAN STREET STE 106 will be received by the Clty of (We -locks at the Office of the City Clerk, 780 Flehemran St, 4^ Floor, Opa-locks, Florida 33054, Tboeday, Much 7, 2023 by 1:00 o,m, Any RFP Package reoelved agar the designated cloeing time will be returned unopened. The City of Opa-locks will be eccepdng Propoeala by mall, however It is your responsibility to submit your proposal try 500 due dale in addition, propc8ste may be submitted vie www.demandater.00m (e-bld). The address t0 submit sealed proposals Is listed below. CITY OF OPA-LOCKA Office o1 the City Clerk 780 Flaherman Street 4^ Floor Opa-looke, Florida 33054 An original and six (8) copies for a total o1 seven (7) plus 1 copy of the Proposal Package on USE Flash Drive In PDF format shag be submitted In sealed envelopes/packages addressed to the Gay Clerk, Clty of Opa-looka, Florida, and marked RFP DEMOLISH THE EXISTING LAYOUT ANO BUILD THE POLICE STATION AT 780 FISHERMAN STREET STE 105. Proposers deairng Information for use in preparing proposals may obtain a set of such documents by Wetting the City's wabelte at wy400a1006010101 yww.demarldalar,00m. The City roeervee the right to accept or reject any and all proposals and to waive any technicalities of irregularities therein. The Clty further reserves the nght to award a contract to that proposer whose proposal beet compiles with the RFP N0: 23-0307100 roqulrement. Proposers may not withdrew their proposal for a period of ninety (80) days from the date eat for the opening thereof. A pre -bid meeting will be held on Thursday, February 18, 2023 at 10,00 a.m. at 780 Flehennan Street, 4^ Floor, Opeaocke, FL 33054 and via Microsoft Team.. To porticlpate Wa Microsoft Teems. please use the Information gated below Meeting ID: 289 819 198 203 P450504e: hJeFkV Or call In (audio only) +1 780-085-2011..113727494E United States, Miami Phone Conference 10: 113 727 4840 Joanne Flores, CMC City Clerk CITY OF OPA-LOCKA REOUEST FOR PROPOSALS RFP NO: 23-0307200 SESAME STREET CULVERT REPLACEMENT Sealed Proposals to REP)ACE THE SESAME STREET CULVERT will be received by the Clty of Ope-lecke at the Office of the City Clerk, 780 Fisherman 5t, 4(h Floor, Opaaooka, Florida 33064, TUeedey, March 7, 2023 by ,1;00 o,m, Any RFP Package received after the deelgnated closing time will be returned unopened. The City of Opa-looks will be accepting propoaale by mall, however it le your reaponelbilly to submit your propoeel by the due date. In addition, proposals may be eubmllted via yrwv/.demandela6o0m (e -bid). The addreee to submit sealed proposals la listed below: CITY OF OPA-LOCKA Office of the Oily Clerk 780 Fisherman St,4th FL Opa-looka, FL 33064 An original and six (8) melee for a total of seven (7) plus 1 copy 01 the Proposal package on U80 Flesh Drive in PDF format shell be submitted In aeeled envelopes/packages addressed to the City Clerk, City of Opa4ocka, Florida, and marked RPP SESAME STREET CULVERT REPLACEMENT. Propoaere desiring information for tree In preparing proposals may obtain a eat of au0h documents by visiting the Cily'a webshe at yeam,gDelookel(.cor or ynvw.demandater.com• The City reserves the right to accept or reject any and all proposals and to waive any technicalities or Irregulerilles therein. The City further reservea the right to award a contract to that proposer whose proposal best complies with the RFP N0: 23-0307200 requirements. Proposer/3 may not withdraw their proposal fora period of ninety (80) days from the date set for the opening thereof. A pre -bid meeting will be held on Thursday, February 18, 2023 at 10:30 e.m. a1 780 Fisherman Street, 4^ Floor, Opa-locks, FL 33064 and vie Microsoft Taama. To participate via Mlcroaoft Team., please use the information I1.led below: Meeting ID: 267 461 968 198 Pasacode: v)A6Zo Or call in (audio onty) +1 786-598-2011..3780056958 United Slates, Miami Phone Conference ID: 379 805 8968 Joanna Florae, CMC City Clerk 4SE I NEIGHBORS I TipT CITY OF OPA—LOCKA REQUEST FOR PROPOSALS RFP NO: 23-0307200 SESAME STREET CULVERT REPLACEMENT Sealed Proposals to REPLACE THE SESAME STREET CULVERT will be received by the City of Opplecke at the Office of the City Clerk, 780 Fisherman St, 4th Floor, Opeiocke, Florida 33054, Tuesday, March 7, 2029 by 2:00 3,m, My RFP Package received after the daalgnated clotting time will be returned unopened. The City o1 Ope•looke will be accepting propoeele by mall, however It le your responsibility to submit your propoeal by the due date. In addition, proposals may be submitted via www.demandeter.com (e-bld). The addreaa to submit sealed proposals is listed below: CITY OF OPA-LOCKA Office of the City Clerk 780 Fishermen 5t,461 FL Opaaocka, FL 33054 An original and elk (6) copies for a total of seven (7) plus 1 copy of the Propoeal package on USB Fiaah Drive In PDF format shall be submitted In sealed envelopes/packegea addressed to the Clty Clerk, City of Ope-locke, Florida. and marked RFP SESAME STREET CULVERT REPLACEMENT. Proposers desiring information for use in preparing proposals may obtain a set of such documents by visiting the City's webelle at www.onalcckafi.aov or www.damendatarconb The City reserves the right to accept or reject any and all proposals and to waive any teohnloalities or Irregularities therein. The Clty further reserves the right to award a contract to that proposer whose proposal beat compiles wlth the RFP NO: 23-0307200 requirements. Proposers may not withdraw their proposal for a period of ninety (90) days from the dale set for the opening thereof. A pre -bid meeting will be held on Thursday, February 18, 2029 at 10:30 a.m. at 780 Fisherman Street, 4^ Floor, Opa-lecke, FL 33054 and via Microsoft Teams. To participate vle Microsoft Teams, please uee the Information slated below: Meeting ID: 267 461 958 198 Paseoode: v(A6Zo Or cell In (audio only) +1 788-698-2011..3796056960 United States, Miami Phone Conference ID: 379 606 896e Joanna Flores, CMC City Clerk AVI ELEKSYON ESPESYAL POU ELI YON KOMISYONE VIL NAN BIWO DISTRIK 2 KI DWE FET LENDI 27 FEVRIYE 2023 NAN VIL MIAMI, FLORID DAPRE REZOLISYON NIM. R-23-0001 Nou fe tout moun konnen va gen yon Eleksyon Espesyal ki va fat lends 27 fevrlye 2023, sotl 7:00 AM rive 7:00 PM, nan Vil Miami, Florid, nan biwo elektorel plizye biwo vat ke Sipevize Eleksyon Konte Miami -Dade le dezlyen, kote elekte kallfye ki ap patisipe nan eleksyon an va vote pou ell yon Komisyona Vil nan Biwo Distrik 2 VII Miami, Florid. Vote ki vle itilize yon Bitten Vat pou Vote pa tapes pou patisipe nan Eleksyon Espesyal la dwe vote avek Bitten Vat pou Vote pa Lapas yo dapre dlspozlsyon lwa Eta Florid. Tanpri, kontakte Depatman Eleksvon Konte Miami -Dade Dou asire ke demann Bitten Vat pou Vote pa Lapas ou a pa t ekspire. Depatman Eleksyon Mlaml-Dade dwe resevwa yon demann pou yon Bitten Vat pou Vote pa Lapas ke yo dwe voye pa tapes bay yon vote pa pi to pase 5:00 PM nan 100' Jou anvan eleksyon an. Pou plis enfamasyon konsenan vote avek Bilten Vat pou Vote pa Leads, kontakte Depatman Eleksyon Konte Mlaml-Dade nan (306) 499-8683 oswa vizite www.lamelectionready.org. Pou psis enfamasyon konsenan Eleksyon Espesyal pou Komisyona Vil Distrik 2 a, tanprl vizlte http://miemigov.com/electlons oswa kontakte Biwo Grefye VII la nan VII Miami pa Imes nan City-Campaigns®miamigov.com oswa 305-250-5361. Todd B. Hannon ti•: a- n••�, Grefye VII Anons. Nim 40235 We Can Serve You Inside and Outside SUNDAY FEBRUARY 5 2023 tub Bali de LATIN AMERICAN CAFETERIA - RESTAURANT Beat Cuban Food in Town ENJOY OUR HEF SPECIALS WE ARE OPEN Seven Days a Week t 7 am to Midnight ;. WECATERPARTIES , Size Not a Problem 305.267.9995 898 SW 57 Avenue Major Credit hrdslmpted Inducting Primeard ShadaydauThw.day, 7am-llpm Friday & 8wmley, lam -h I td LATIN AMERICAN Otte eg Various Types of Coffee • Smoothies Salads • Breakfast • Paatelttos • Plea Various Panlnls • Fine Sweets Cakes for every occasion BREADS: Cuban Bread • Wheal Cuban Bread Croissants • Crackers • Palitroques HOT BREAKFAST SERVED UNTIL NOON: $8.49 Scrambled Eggs or Fried with Potatoes, Clam Bacon or Sausage, Toast and bate con Lochs OUR SPECIAUO' i Creme Brake • 305.264.2800 890 SW 57 Avenue Monday duoThursday) 6.m•lOpm • Fwio . 6am-slam Sstudaw lam -12m • Sunday: 8am-10p. CITY OF OPA-LOCKA REQUEST FOR PROPOSALS RFP N0: 23-0307100 OEMOLIBH THE El0ET1NO LAYOUT AND BUILD THE POLICE STATION AT 780 FISHERMAN STREET 8TE 105 Sealed Proposals to DEMOLISH THE EXISTING LAYOUT AND BUILD THE POUCE STATION AT 780 FISHERMAN STREET STE 105 will he received by the Clty o1 opa-locks at the Office of the City Clerk, 780 Fisherman St, 4^ Floor, Opa-iocka, Florida 33054, Meaday, Meroh 7, 2023 by DIMULD. Any RFP Package received ear the designated aiming time will be returned unopened. The City of Ope-tocka will be accepting proposal. by mall, however It Is your responsibility to submit lour proposal by the due del. In addition, proposals may be submitted da lvww.demandelar.corq (e-bld). The address to eubmh seated propoeele le listed below CITY OF OPA-LOCKA Office of the sly Clerk 780 Fisherman street, 4^ Floor Ope-locks, Florida 33064 An original and sit (8) copies fora total of seven (7) plus 1 copy of the Proposal package on U89 Flash DrNe In PDF tonnet airs be submitted In sealed envelopes/packages addressed to the City Clerk, City of Opa-tocka. Florida, end marked RFP ODIOUS!' THE E JST1NO LAYOUT AND BUILD THE POLICE STATION AT 780 FISHERMAN S REET BTE 108. Proposare desiring Information for use in preparing proposal. may obtain a set of such documents by visiting the Clye webefte et wona.➢0ioglials ay or www.dan andtdar,cem. The City reaerves the right to accept or reject any and all proposale and to wehe any technicalities or Irreguladtlee therein. The City further reeorees the right to award a contract to that proposer whose proposal best complies with the RFP NO: 230907100 requirements. Proposers may not withdrew then, proposal for a period of ninety (90) days from the dale eel for the opening thereof. A pre -bid meeting will be held on Thursday, P.brua,y 18, 2029 at 10:00 a.m. at 780 Fisherman Street, 4^ Floor, Op. -locks, FL 33064 and via Mloroeot Teams. To participate vi. Microsoft Teams, please use the Information Iletsd below Meeting ID: 298 619 198 203 Concede: hJ.FkV Or matt In (eudlo only) *1 786398-2011..1137274940 United 91atee, Miami Phone Conferenoe ID: 113 727 4940 Joanna Flores, CMC City Clerk SUNDAY FEBRUARY 5 2023 MIAMI-DADE COUNTY PUBLIC SCHOOLS TEACHER OF THE YEAR CITY OF OPA—LOCKA REOUEST FOR PROPOSALS RFP NO: 23-0907200 SESAME STREET CULVERT REPLACEMENT Sealed Proposals to REPLACE THE SESAME STREET CULVERT will be received by the City of Oda -Locke at the Office of the Clty Clerk, 780 Fisherman St, 4th Floor. Opa-locke, Florida 33054, Tuesday, Match 7, 2023 by 2:QQ..g,m, Any RFP Package received after the designated closing time will be returned unopened. The City of Ope-locks will be accepting proposals by mall, however it le your responsibility to submit your proposal by the due date. In addition, propoaale may be aubmitted vie www.demendetar.ogm (e-bld). The address to aubmit sealed propoaale le Hated below: CITY OF OPA-LOCKA Office of the City Clerk 78D Fisherman St,4Lh FL Opa-took., FL 33064 An original and six (8) caplets for a total 01 seven (7) plus 1 copy of the Proposal package on USB Flash Drive in PDF format shell be submitted in sealed envelopea/packages addressed to the City Clerk, City of Oise -look., Florida, and marked RFP SESAME STREET CULVERT REPLACEMENT, Propoeere desiring Information for use In preparing proposals may obtain a sot of such documents by visiting the aye webefte at y0t0ELO0SlOcka(l.00v or www,demandstar.c0 0. The City reeervee the right to accept or relect any and all proposals and to waNe any technicalities or irregularities therein. The City further reserves the right to award a contract to that proposer whose proposal beat oompllea with the RFP NO: 230307200 requirements. Proposers may not withdraw their proposal for a period of ninety (60) days from the date set for the opening thereof. A pre -bid meeting will be held on Thursday, February 18, 2023 at 10:30 a.m. at 780 Fisherman Street, 4^ Floor, Opa-locks, FL 33054 and via Mtcroaoff Teams. To participate via Microsoft Teams, please use the Information listed below: Meeting ID: 287 461 966 198 Paescode: vJA52o Or call In (audio only) +1 780-698-2011.,3780056968 United Slates, Miami Phone Conference ID: 379 805 6958 Joanna Flores, CMC City Clerk 1 NEIGHBORS PHOTOS: *LIE SKOWR0N5xl eskowron+U®Memlhnldcom Right: Don Clerveaux, a science and social studies teacher at Phyllis Ruth Miller Elementary, 840 NE 87th St. near Miami Shores, speaks after being named the 2024 Francisco R. Walker Teacher of the Year during a ceremony at the DoubleTree by Hilton Hotel Miami Airport and Convention Center on Jan. 31. Clerveaux, 45, received $5,500 and now advances to the statewide competition later this year. At left; On their way into the ceremony, people pass photos of the finalists, who Included: Monique Bryant Clayton, 47, an educator at C.O.P.E. Center North in West Little River, the Teacher of the Year runner-up; Vanessa Radice, 40, an exceptional -student education teacher at Hialeah - Miami Lakes Senior High; and Khrlstal Gooding, 42, a history teacher at Robert Morgan Educational Center in southwest Miami -Dade, CITY OF OPA-LOCI(A REQUEST FOR PROPOSALS RFP NO: 2 3-03 0710 0 DEMOLISH THE EXISTING LAYOUT AND BUILD THE POLICE STATION AT 780 FISHERMAN STREET STE 109 Sealed Proposal. to DEMOUBH THE EXISTING LAYOUT AND BUILD THE POLICE STATION AT 780 FISHERMAN STREET STE 105 will be received by the City of Oda-lecke el the Office of the Clty Clerk, 780 Fieharmen 81, 4" Floor, Ope-looks, Florida 33064, Tuesday, March 7, 2023 by t:oo a.m, Any RFP Package received after the designated closing time will be returned unopened. The City of Opeaocka will be accepting proposal' by mall, however It Is your responsibility to submit your proposal by the due date. In addition, proposals may be submitted via heew demendstar.cons (.518). The eddrees to eubmlt sealed proposals Is listed below: CITY OF OPA-LOCKA Office of the City Clerk 780 Fisherman Street, 4" Floor Opa-bake, Florida 33054 An original and six (81 coplea for a total of .even (7) plus 1 copy of the Proposal package on U8B Flesh Drive in PDF format shall be submitted in esaled envelopes/packages addressed to the City Clark, Clty of Opmluoka, Florida, and marked RFP DEMOLISH THE EXISTING LAYOUT AND BUILD THE POLICE STATION AT 780 FISHERMAN STREET STE 105. Proposers desiring Intormetlon for use In preparing proposals may obtain a set of elicit documents by vlelting the Clly'e webslle at www,gyffiggk&I.ony or wyy1Y demandeler.cam. The Clty reserves the right to accept or re(ecl any and all proposals and to waive any technicalities or Irregularities therein. The City further mimes the right to award a contract to that proposer whose proposal beat compiles with the RFP NO: 23-0307100 requirements, Propoeere may not withdraw their proposal for a period of ninety (901 days from the dale set for the opening thereof. A pre4bld meeting will be held on Thursday, February 18, 2023 el 10:00 a.m, at 780 Fisherman Sheet, 4^ Floor, 058 (00ke, FL 33064 and vie Microsoft Teams. To participate via Mloroeog Teams, please use the Information listed below: Meeting ID: 299 619 198 203 Pasacode: hJeF1cV Or call in (audio only) +1 786498-2011..1137274949 United Slates, Miami Phone Conference ID: 113 727 494* Joanne Flores, CMC City Clerk SUNDAY FEBRUARY 5 2023 CITY OF OPA-LOCKA REQUEST FOR PROPOSALS RFP NO: 23-0307100 DEMOLISH THE EXISTING LAYOUT AND BUILD THE POUCE STATION AT 780 FISHERMAN STREET STE 105 Sealed Propos,ale to DEMOLISH THE EXISTING LAYOUT AND BUILD THE POLICE STATION AT 780 FISHERMAN STREET STE 106 will be received by the City of Opa-looka at the Office of the Clty Clerk, 780 Fisherman St, 4a Floor, Ope-look., Florida 33054, Tbaaday, March 7, 2023 by 1:00 pia, Any RFP Peokage received after the designated aiming time will be returned unopened. The City of Op. -locks wig be accepting propoeale by mall, however It le your reeponelbIlity to submit your proposal by the due date. In addition, propoeale may be eubmihed via www.demendetarcom (ebid). The eddreee to submit sealed proposals le Hated below: CITY OF OPA-LOCKA Office of the City Clerk 780 Fisherman Street, 4^ Floor Opa-locka, Florida 33084 An original and six (6) ooplee fora total of seven (7) plue 1 copy of the Proposal package on USB Flash Dive In POF format shell be submitted in /sealed envelopes/package, eddree,ed 10 the City Clerk, Clty of Ope-lock•, Honda, and marked RFP DEMOLSH THE EXISTING LAYOUT AND BUILD THE POUCE STATION AT 780 FISHERMAN STREET STE 105. Proposers desiring information for uea in preparing propoeels may obtain a eel of such document° by Nailing the CIty'e webette at www.ocaWokall acv or Ymarodema0U911Loom. The Clty reserves the right to accept or reject any and all proposals and to waive any technloallties or irregularities therein. The City further reserve, the right to award a contract la that prapoear whose proposal beet complies with the RFP NO: 23.0307100 requirements. Proposers may not withdraw their prapoeal for e petted of ninety (90) daya from the date set for the opening thereof. A pr, -bid meeting will be held on Thursday, February 18. 2023 at 10:00 a,m. at 760 Fisherman Street, 4" Floor, Ope-looks, FL 33054 and Na Microsoft Teams. To participate via Microsoft Teams, pleas. use the information listed below, Meeting ID: 299 519 198 203 Paeecode: hJ,FXV Or call In (audio only) -t9 706-598-2011..113727484. United States, Mleml Phan• Conference ID: 113 727 4946 Joanna Flores, CMG City Clerk CITY OF MIAMI BEACH AD HOC ADVISORY CHARTER REVIEW AND REVISION BOARD MEETING NOTICE FEBRUARY 6.2023 AT 5:00 P.M. Pursuant to Section 8.01 of the Miami Beath Charter, a review of the Charter shall occur, every ten years. The Ad Hoc Advisory Charter Review and Revision Board has been formed for the purpose of reviewing the City Charter, seeking public input thereon, and eventually presenting Its recommendations to the City Commission. NOTICE IS HEREBY given that on February 6, 2029, commencing at 520 p.m, the Ad Hoc Advisory Charter Review and Revision Board will meet at Beach Clty Hall, 1700 Convention Center Drive, 3rd Floor Commission Chamber, Miami Beach, FL 33139. INTERESTED PARTIES are Invited to appear at this meeting, or be represented by an agent, or to express their views in writing addressed to the Ad Hoc Advisory Charter Review and Revision Board, c/o the Office of the City Clerk, 1700 Convention Center Drive, 1e Floor, City Hall, Mlaml Beach, Florida 33139. Copies of related items are available for public inspection during normal business hours in the Office of the City Clerk, 1700 Convention Center Drive, 1" Floor, City Hail, Miami Beach, Florida 33139.7111s meeting, or any Item therein, may be continued, and under such circumstances, additional legal notice need not be provided. The public may submit written comments by sending an email to Clpilerkramlamlbeech0,goy by 520 p.m. the day before the Ad Hoc Advisory Charter Review and Revision Board Meeting. Please Identify the Agenda Item Number In the email subject line. Emalls received will he forwarded to the Ad Hoc Advisory Charter Review and Revision Board members and well be Included as a part of the meeting record. Before every Ad Hoc Advisory Charter Review and Revision Board meeting, an Agenda and backup materials are published, The Agenda and backup materials are available on the City's webahe: bIlps://vArw.miernibearhfl.gov/ rIll.halVcltyderk/anendaerch)ve•malnpaae-7(. For additional information on the Ad Hoc Advisory Charter Review and Revision Board, please visit bttos9/pnvw.miamlbeach0.gov/cltn-hatVdN•derk/baards-and-committees/ choGer•review-committee-2023/ To request this material in an alternate format, sign language interpreter (Me -day notice required), information on access for persons with disabilities, and/or any accommodation to review any document or participate in any Clty- sponsored proceedings, call 305.6042489 and select option 6; TTY users may call via 711 (Florida Relay Service), MAn;\.IBE.ACH AD:02062023.01 Rafael E. Grenado, City Clerk City of Miami Beach Qtvcisrkesmlemibeachfl,00y 305.673.7411 NEIGHBORS 13NE DENISE RUBIN #1 REALTOR OVER 2,5 BILLION DOLLARS IN SALES ^ti32 Direct Belt Awards hen wtia�nenswalen Office 305-409-0019 305-932-9326 www.DeniseRubin.com HERE ARE SOME OF DENISE RUBIN'S EXCLUSIVE LISTINGS: Harbor Village Townhouse X271 5849,000 Fabulous renovated 3 b112 be one story villa with garage) Comer home In Wateiwa Aventural Mystic Pointe Tower 100 - Unit 910 5695,000 View, view, view) Comer residence with direct Ocean and Intracoastal Newel 1353 sf -Sold tamkeyl Mystic Pointe Tower 300 • Unit 107 5650,000 Renovated lanai residence with open kitchen! 1353 s1- 2 bd/2 ba 1 Five Star Amenities) I.1�I-i_In an _ Int uUone Meriting SpeoleUet/ Multt•Ungual Team Hampton& West - Unit 2309 0640,000 Direct Doll end lake Yew& in this Spacious 1560 sl - 2bd/2beunit! Umu •assail Ham• tone Life lel MS1Llt DOENIg ,PJBIN ®ceLewsa WORT( WITH THE BEST FOR THE BEST RESULTS AVIELEKSYON ESPESYAL POU ELI YON KOMISYONEt VIL NAN BIWO DISTRIK 2 KI DWE FET LEND! 27 FEVRIYE 2023 NAN VIL MIAMI, FLORID DAPRE REZOLISYON NIM. R-23-0001 Nou fe tout moun konnen va gen yon Eleksyon Espesyal kl va fat lendi 27 fevriye 2023, soil 7:00 AM rive 7:00 PM, nan VII Miami, Florid, nan biwo elektoral pDzyf3 blwo vat ke Sipevize Eleksyon Konte Mlami-Dade la deziyen, kote elekte kalifye kl ap patisipe nan eleksyon an va vote pou ell yon Komisyone VII nan Biwo Distrik 2 VII Miami, Florid. Vote kl vle itllize yon Bllten Vat pou Vote pa Lepds pou patlsipe nan Eleksyon Espesyal la dwe vote avek Bllten Vdt pou Vote pa Lap6s yo dapre dispozisyon Iwa Eta Florid. TanDrl. kontakte Depatman Eleksyon Konte Miami -Dade DOU asire ke demann Bitten Vet Dou Vote pe Lapas ou a Da t eksolre. Depatman Eleksyon Miami -Dade dwe resevwa yon demann pou yon Bllten Vat pou Vote pa Lapas ke yo dwe voye pe !epos bay yon vote pa pi to pase 5:00 PM nan 10)4'n jou anvan eleksyon an. Pou plls enfomasyon konsenan vote avek Bllten Vat pou Vote pa Lap6s, kontakte Depatman Eleksyon Konte Mlaml-Dade nan (305) 499-5683 oswa vizite www.lamelectlonready.org. Pou plis enfamasyon konsenan Eleksyon Espesyal pou Komisyone VII Distrik 2 a, tanpri vizite http://miamigov.com/elections oswa kontakte Biwo Grefye VII la nan VII Miami pa imel nan Clty-Campaigns®mlamlgov.com oswa 305-250-5361. Todd B. Hannon Grefye VII Anons. Nim 40235 By signing below, you are acknowledging receipt of the following proposal as submitted in response to the City of Opa-locka RFP No. 23-0307100 Demolish the Existing Layout and Build the Police Station at 780 Fisherman Street NAME OF COMPANY 1. Diamanti Construction & Development, Inc. 524 N 11 St Lake Worth Beach, FL 33460 Contact: Mohammed S. Islam, President Tele: (561) 301-7191 Email: diamanticonstruction( gmail.com 2. Safa Construction LLC 11186 SW 17Tf1 MNR Davie, FL 33324 Contact: MD Shahinur Rahman, CEO Tele: (954) 326-8295 Email: and.rahmanAsafaconstruction.net 3. Brunt & Company, Inc. 10360 SW 186 Street, Unit # 1594 Miami, FL 33197 Contact: Samuel T. Brunt, President Tele: 833.278.6820 Email: samba bruntconstruction.com Website: www.bruntconstruction.com Received by: Offi Copies / USB 6 copies / 1 USB 6 copies / 1 USB Demand Star E -bid Z3 e City Manager Date 1