Loading...
HomeMy Public PortalAboutResolution No. 23-128 Agreement with Gulfstream PetroleumSponsored By: Interim City Manager RESOLUTION NO. 23-128 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA- LOCKA, FLORIDA, AUTHORIZING THE INTERIM CITY MANAGER TO AMEND THE AGREEMENT WITH GULFSTREAM PETROLEUM SERVICES, INC. TO INCREASE THE SUBSTANTIAL COMPLETION OF WORK DEADLINE AND REMOVE THE BOND REQUIREMENT; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE WHEREAS, on April 13, 2022, the City Commission of the City of Opa-Locka approved resolution 22-9968 for Gulfstream Petroleum Services, Inc. for the removal of fuel storage tanks pursuant to RFP NQ. 21-0929200; and WHEREAS, the contractor is requesting two changes: 1) Section 3.1 substantial completion changed from thirty (30) to ninety (90) days and 2) Section 11.1 Removal of the language for performance and payment bonds which is required for projects that exceed Two Hundred Thousand Dollars ($200,000.00); and WHEREAS, the Interim City Manager is recommending that the revisions be approved and has confirmed that the total project will not exceed $200,000 requiring a performance bond; and WHEREAS, the City Commission finds it in the best interest of the City and its residents to approve an amendment to the agreement with Gulfstream Petroleum Services, Inc., as described here in and pursuant to Composite Exhibit "A". 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. AUTHORIZATION The City Commission of the City of Opa-Locka, Florida hereby authorizes the Interim City Manager to amend the agreement with Gulfstream Petroleum Services, Inc., as described here in and pursuant to Composite Exhibit "A". SECTION 3. SCRIVENER'S ERRORS Sections of this Resolution may be renumbered or re -lettered and corrections of typographical errors which do not affect the intent may be authorized by the Interim City Manager following review by the City Attorney, without the need of a public hearing by filing a corrected copy of same with the City Clerk. Resolution No. 23-128 SECTION 4. EFFECTIVE DATE This Resolution shall take effect upon the adoption and is subject to the approval of the Governor or Governor's Designee. PASSED and ADOPTED this 13th day of Septem.er, 2023. John H. Ta or Jr., Mayor TTEST: J : nna Flores, City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY: Bi ri dette Nor, -Weeks, P.A. Moved by: Commissioner Bass Seconded by: Commissioner Williams VOTE: 5-0 Commissioner Bass YES Commissioner Kelley YES Commissioner Williams YES Vice Mayor Ervin YES Mayor Taylor YES 2 City of Opa-locka Agenda Cover Memo Department Director: Airia Austin Department Director Signature: /, City Manager: Darvin Williams CM Signature: Commission Meeting Date: Item Type: (EnterX in box) Resolution Ordinance Other X Fiscal 1 Impact: 1 (Enter X in box) Yes No Ordinance Reading: (Enter X in box) 15t Reading 2nb Reading , X Public Hearing: (EnterX in box) Yes No Yes No X X Funding Source: Account# : (Enter Fund & Dept.) Ex: See Financial Impact Section Advertising Requirement: (EnterX in box) Yes No X Contract/P.O. Required: (Enter X in box) Yes No RFP/RFQ/Bid#: X Strategic Plan Related (EnterX in box) Yes No Strategic Plan Priority Enhance Organizational Bus. & Economic Dev Public Safety Quality of Education Qual. of Life & City Image Communication Area: • Strategic Plan Obj./Strategy: (list the specific objective/strategy this item will address) X • • ill• 1111 Sponsor Name City Manager Department: City Manager Short Title: A resolution allowing the City Manager to amend the contract with Gulfstream Petroleum Services Staff Summary: April 13, 2022, the city commission approved resolution 22-9968 for Gulfstream Petroleum Services, for the removal of fuel storage tanks pursuant to RFP No. 21-0929200. The contractor is requesting two changes: • Section 3.1 substantial completion changed from thirty (30) to ninety (90) days. • Section 11.1 Removal of the language for performance and payment bonds which is required for projects that exceed $200,000. Financial Impact: The Building Maintenance division Other Contract Services, 39-541340, includes $65,000 for this project. Proposed Action: Staff recommends the City Commission approve the amendment of this contract agreement. Attachment: 1. Agenda 2. Resolution No. 22-9968. 3. Original annotated contract agreement 4. Amended contract agreement. AMENDMENT TO THE AGREEMENT BETWEEN THE CITYOF OPA- LOCKA, FLORIDA, AND GULFSTREAM PETROLEUM SERVICES INC., FOR REMOVAL OF UNDERGROUND STORAGE TANKS: PUBLIC WORKS AND UTILITIES BLDG. 12950 NW 42ND AVE AND POLICE STATION 2495 ALI BABA AVE. OPA- LOCKA, FL 33054 THIS AMENDMENT entered into between the CITY OF OPA-LOCKA, a Florida municipal corporation, hereinafter "CITY", and GULFSTREAM PETROLEUM SERVICES INC., a Florida corporation, hereinafter "CONTRACTOR", hereby amends the Agreement between the parties dated April 13, 2022. WITNESSETH: WHEREAS, on April 13, 2022, the City Commission of the City of Opa-Locka approved resolution 22-9968 for Gulfstream Petroleum Services, Inc. for the removal of fuel storage tanks pursuant to RFP NQ. 21-0929200; and WHEREAS, Contractor has requested two changes to the Agreement: 1) Section 3.1- substantial completion changed from thirty (30) to ninety (90) days and 2) Section 11.1 - Removal of the language for performance and payment bonds which is required for projects that exceed $200,000; and WHEREAS, the City Manager has confirmed that this amendment will not exceed $200,000; and WHEREAS, the parties desire to specifically amend Section 3.1 of the Agreement entitled "TIME FOR COMPLETION AND LIQUIDATED DAMAGES" and Section 11.1 entitled "CON I RACT BOND"; and WHEREAS, the City Commission desires to authorize the Interim City Manager to execute the Amendment to the Removal of Underground Storage Tanks: Public Works and Utilities Bldg. 12950 NW 42nd Ave and Police Station 2495 Ali Baba Ave. Opa- Locka, FL 33054 Agreement, as set forth herein. NOW THEREFORE, in consideration of the mutual terms, conditions, promises, covenants and payments hereinafter set forth in this Amendment, the parties hereby agree to amend Section 3.1 of the Agreement entitled "TIME FOR COMPLETION AND LIQUIDATED DAMAGES" as follows: TIME FOR COMPLETION AND LIQUIDATED DAMAGES 3.1 The CONTRACTOR shall commence work to be performed under this Agreement upon full execution of Contract. CONTRACTOR shall complete all work in a timely manner substantially by thirty (30) days ninety days (90) after full execution of contract date. and final completion will be thirty days (30) after substantial completion date. Should there be any delay in issuance of permit by the jurisdictional authorities completion time will be adjusted accordingly. Page 1 of 2 In consideration of the mutual terms, conditions, promises, covenants and payments hereinafter set forth in this Amendment, the parties hereby agree to amend Section 11.1 entitled "CONTRACT BOND" as follows: CONTRACT BOND 11.1 No bonding required. The CONTRACTOR is required to furnish a Performance Bond and Payment Bond, each, in the amount of 100% of the total Bid Pricc, including Alternates if any, with the City of Opa Locka as the obligee, as security for the faithful performance of thc Contract and for thc payment of all person:, pefE a a la fu,n sh;ng materials ; ect;on herewith, Te be s shall be with a surety company authorized to do businesc in thc State of Florida. The foregoing recitations are true and correct and are hereby incorporated by reference. All other provisions of the Agreement, except as modified herein, shall remain in full force and effect. IN WITNESS OF THE FOREGOING, the parties have set their hands and seals the day and year first written above. CONTRACTOR: CITY: GULFSTREAM PETROLEUM City of Opa-Locka SERVICES INC. By: By: Darvin Williams Interim City Manager Date: Date: Page 2 of 2 Office of the City Manager 780 Fisherman Street, 4th Floor Opa-locku, FL 33054 Darvin Williams, JD, MBA, MPH Telephone (305) 953.2821 Interim City Manager Email; dwilliams@opalockafl,gov To: Mayor Veronica Williams Vico Mayor John H. Taylor, Jr, Commissioner Shoreham Bass Commissioner Chris Davis Commissioner Audrey Dominguez From: Darvin Williams, Interim City Manager Date: Apr11 7, 2022 Re: Resolution: Committee Selection for Removal of Underground Storage Tank A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA- LOCKA, FLORIDA, ACCEPTING THE PROPOSAL OF GULFSTREAM PETROLEUM SERVICES, INC. PURSUANT TO RFP NO. 11.-09292001 FURTHER AUTHORIZING THE CITY MANAGER TO ENTER INTO AN AGREEMENT WITH THE LOWEST RESPONSIVE RESPONSIBLE BIDDER; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. peserlption: Removal of underground storage tanks at Public Works and the Police Station, tknalvsts: Sid proposals were received by the Office of the City Clerk on October 6, 2021 at 2:08 p.m. The City Clerk's Office opened sealed proposals and certified the bids under the provisions of Soo, 2-320.1 of the City's Code of Ordinance. The following two (2) companies submitted proposals: Oultl:tream Petroleum Services, Ina Lutz Petroleum Equipment installations, Inc. The evaluation committee met on October 13, 2021 to review proposals, Members of the evaluation committee inoluded: Carlos Gonzalez, GIP Proioot Manager Gerald Leo, Community Development Planner King► Leonard, Public Works Superintendent Nelson Rodriguez, Information Technology Director Arshad Viquar, Engineer Each oouunittee member's review evaluation and scoring of proposals were based on the tbllowing criterion and weight system: Criterion Weight Experience and Qualifications 25% Quality of Service 25% Proposed Fee 50% Below you will find the selection committee evaluations that include scoring of the two (2) proposals submitted / received, The proposals are listed in order flrom highest to lowest in ranking: 8►► lrea►u Palroleun►Services, Inc N 1 c Min IIIPVTICrailiMM 4.10 ... 4 0 1[:t____ l mini , driun RIM= ar 4,23 Ifivid:17 MEMO Lutz Petroleum Equipment lnstalliions, lac, II V.i [+fTiRIrIFd1i� LICITPIllirrAMOUNIIIIM111111111111 Nc n • ri ` IICttS MEM.- IdV ar • Exaninno Recommendation/lb Staff recommends approval based upon the committee's review, evaluation, scoring and ranking of the proposals submitted, Therefore, it is the recommendation of tits Selection Committee that the City negotiates and enters into an agreement with ©ulfftrearn Petroleum Services, Inc. Attachments: Request for Proposal (RFP) 021-0929200 Advertisements Bid Certification Committee Evaluation Forms Bid Proposals *** END OF MEMORANDUM*** CITY OF OPA-LOCKA CERTIFICATION REQUEST FOR PROPOSALS RFP No. 21.0929200 REMOVAL OF UNDERGROUND STORAGE TANK I, Joanna Flores, City Clerk of the City of Opa-locka, Florida, do hereby certify that proposal(s) were received and opened at the Opa-locka Municipal Complex, 780 Fisherman Street, 4th Floor, Opa-locka, Florida, at 2:08 p.m. this 6°h day of October, 2021. PROPOSAL(S) RECEIVED NAME/ADDRESS LUMP SUM PRICE 1. Gulfstream Petroleum Services, Inc. Public Works Dept. 936 SW 1 Avenue, #439 $59,400.00 Miami, FL 33130 Contact: Mark Watson, President Police Station Tele: (305) 281-7240 $45,800.00 Email: Mark(gpsfuel.com 2. Lutz Petroleum Equipment Installations, Inc. Public Works Dept. 2351 N Powerline Road $67,250.00 Pompano Beach, FL 33069 Contact: Keven Moore, Operations Manager Police Station Tele: (954) 971-5222 $54,625.00 Cell: (954) 444-3066 Email: lutzpeiAlutztanks.com I further certify that sealed proposal(s) were submitted and properly opened in the presence of the following: Wl�Y�0.'JAMr.r�s Sha'mecca Lawson Executive Assistant to the City Manager City of Opa-locka Joanna Flores, CMC City Clerk oJL,14, EVALUATION FORM RFP No. 21-0929200 Removal of Underground Storage Tank By signing this form as en Evaluator, I certify that 1 have no conflict of Interest. Reviewer Name: Signature: Firm Name: Evaluation Criterion Experience and Qualifications "" Quality of Service 4 Proposed Fee 1 6Z 12..AC-EZ Ratin Firm Name: Evaluation Criterion Experience and Qualifications Quality of Service 4 Proposed Fee Ratln Firm Name: Evaluation Criterion Rating Experience and Qualifications Quality of Service Proposed Fee ��-r~.5 i 0R A��I Notes: Data: / L'` ' /3 2-/ ��• d;$1 rte�' . "` rrF�a • • ,1 . u .y d.• - cr fileI �-. v 7 Z ;3 7/2 c. 4. un-? + e r P. Notes: % Notes: %Iii c+"�' EVALUATION FORM RFP No. 21-0929200 Removal of Underground Storage Tank By signing this farm as en Evaluator, l certify that 1 have no conflict of Interest. Reviewer Name: Signature: Firm Name: Evaluation Criterion Ratin Experience and Qualifications Quality of Service Proposed Fee Firm Name: Evaluation Criterion Experience and Qualifications Gate: lei r3(2J ti.11-. F T Pug 141 t' i R O U i✓p Uuvj c� tt fir- '�u,C . Notes: Ratan 5 ti a. g otA! Pr.uEibb-l' 105, zoo T z 6-7 RULe.Una EtWPNVATIMSTgLL6T;Om :54(„ Notes: Quality of Service Proposed Fee Firm Name: Evaluation Criterion Rating Experience end Qualifications Quality of Service Proposed Fee Notes: EVALUATION FORM RFP No. 21-0929200 Removal of Underground Storage Tank By signing this form as an Evaluator, I certify that 1 have no conflict of Interest. Reviewer Name: Signature: Firm Name: Evaluation Criterion Experience and Qualifications J Gaut PS-1—rt;GM I 4r 2j2t ", Ratan g Quality of Servlce Proposed Fee Firm Name: Evaluation Criterion Experience and Qualifications Quality of Service Proposed Fee Notes: oats: Seri S „Inc_ f.. ut2 PeAroIcur-% ETit Pe,tvi+ I•S 4I14tfto C_ Notes: Firm Name: Evaluation Criterion Ratan Experience end Qualifications Quality of Service Proposed Fee Notes; EVALUATION FORM RFP No. 21-0929200 Removal of Underground Storage Tank By stoning this form as an Evaluator, I certify that I have no conflict of Interest. Reviewer Name: Signature: Firm Name: Evaluation Criterion Experlance and Qualifications J Lte2. Cl�:lt,-,1Yr'c,11) �•c-�1�•�ttl,'va (.5621.vl,:r'.� ,Inc Rating 5- Quality of Service Proposed Fee Firm Name: Evaluation Criterion Experience and Qualifications J5 Notes: I. l{ - i ;7G 1V'.4L Date: /(' —13 • 2 / Yr• a t- Ic .. tF•c C�:ai' uvl, e)rta.,.:l t4 sr•,I 1:S et:;I i.cI.nrV.a•1.:.1. c'�••t'=L pole 11 105-1a -1(c,u Notes: Rating C-- ,.t. I ai ; c' e 1 w'{ F.�E'lr���:a . I i , i t:. c�.r::� �I11 {e•'.�/1<<' 1 rr� h. Al/ (c'. 1 5 c -(r fr.JO/ ere lo Il.; ll !� ( . /./ tla t.l•rr{ Quality of Service Proposed Fee 4 Firm Name: Evaluation Criterion Rating Experience and Qualifications Quality of Service Proposed Fee Notes: EVALUATION FORM RFP No. 21-0929200 Removal of Underground Storage Tank By signing this form as an Evaluator, I certify that I have no conflict of interest Reviewer Name: Signature: Firm Name: (t/4911 .:.� � r�' ew. w j • L&t.1 t u •,f Evaluation Notes: Criterion Ratin Experience and Qualifications g Quality of Service Proposed Fee Firm Name: Evaluation Criterion Experience and Qualifications 5 Quality of Service 5 - Proposed Fee > Lutt, Ratin Firm Name: Evacuation Criterion f��'7''LCr-i'-�i l-i� 'tz"��• Notes: Ratin g Experience and Qualifications Quality of Service Proposed Fee Notes, Date: / e^ CONTRACT AGREEMENT BETWEEN CITY OF OM- LOCKA AND GULFSTREAM PETROLEUM SERVICES, INC. FOR Removal of UnderatowId &orate Tanks: Public WorltS and Bldi•,12950 NW 42°" Ave and Police Station 2495 All Baba Ave. Oua•Iocka. FL 33054 Page 1 of 17 THIS IS AN AOREP.MENT dated the _ Day of , 7,022, between: CITY OF OPA-LOCKA, a Florida municipal corporation, hereinafter and GULFSTREAM PETROLEUM SERVICES. Inca A limed Company, authorized to do business in the State of Florida, hereinafter "CONTRACTOR". WITNESSETH: In consideration of the mutual tams and condition, promises, covenants, and payments hereinafter set forth, CITY and CONTRACTOR agree as follows: AR11C1 E 1 mid; 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 pnedicabss for the undertald.ngs 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 On , the CITY authorized the proper CITY officials to enter into an agreement with CONTRACTOR to render the services more particularly described herein below. Pap 2 of 17 ARTICLE 2 SCOPE OF WORK 2.1 The CONTRACTOR shall furnish all of the materials, equipment, tools, supplies, and labor necessary to perform all of the work described in accordance with the )BID Response Name to the RFP No. 21-9929200 submitted to perform Removal of Underground Storage Tanks: Public Works and UtilWea Bldg. 12950 NW 42p4 Aye and Pollee Station 2493 All Boa Ave, Our-locka, FL 33054 . A copy of the Proposal is attached hereto and specifically made a part of this Agreement as Composite "Exhibit A" and the Resolution package is also attached as Composite "Exhibit B", 2.2 CONTRACTOR hereby represents to CITY, with full knowledge that CITY is relying upon these representations when entering into this Agreement with CONTRACTOR, that CONTRACTOR has the professional expertise, experience and manpower to perform the services to be provided by CONTRACTOR pursuant to the terms of this Agreement 2.3 CONTRACTOR assumes professional and technical responsibility for performance of its services to be provided hereunder in accordance with recognized professional• standards for specified services. If within One (1) veer following completion of its services, such services fail to meet the aforesaid standards, and the CITY promptly advises CONTRACTOR, CONTRACTOR agrees to re -perform such deficient services without charge to the CITY. 2.4 CONTRACTOR shall comply with the Specifications set forth in the EEPP No. 21-0929200, the Public Building Construction (PBC), the Florida Building Code (FBC), API RP 1604 (Closure of Underground Petroleum Storage Tanks) and the Uniform Fire Code, and the requirements of the Notice of Acceptance (NOA) ARTICLE -3 • TIME FOR COMPLETION AND LIOUIDATAD DAMAGES 5 -qkbyv 44. kAcka)," S);\ 0,1w)ti Cori. 5\-tAYLjut I 1xe. 3.1 3.2 The CONTRACTOR shall commence work to be performed under this Agreement upon full execution of Contract CONTRACTOR shall complete all work in a timely manner substantially by ct We, and final completion will be thhty n+ra [�310,,,ait e.aubakaBt�,m date. Should there be any delay in issuance of permit by the jutlsdictioaal authorities completion time will be adjusted accordingly. Anything to the contrary notwithstanding, minor adjustment to the timetable for completion approved by C1TY in advance, in writing, will not constitute a delay by CONTRACTOR. Furthermore, a delay due to an Act of God, fire, lockout, strike or labor dispute, riot or civil commotion, act of public enemy or other cause beyond the control of CONTRACTOR shall extend this Agreement for a period equal to such delay and during this period such delay shall not constitute a delay by CONTRACTOR for which liquidated damages are due. Page 3 of 17 3.3 Contractor's failure to perform the work specified in Sxbibit "A" shall result in Contractor being requited to pay liquidated damages in the Amount of One Thousand Dollars and Zero Cents ($ per day for each unexcused day after the completion date set forth in Section 3.1 above. ARTICLE g CONTRACT SUM 4.1 The CITY hereby agrees to pay CONTRACTOR for the faithful performance of this Agreement, $105.200.00 + $94.00 per ton for the removal. loading and disnosat of contaminated soil if any mist, for work to be completed in accordance with the "Proposal" submitted by CONTRACTOR. Itemized prices for work completed by the CONTRACTOR shall be as reflected in the proposal submitted, a copy of which is attached hereto and made a part hereof as Exhibit 'B", with no change in the price shown. A total contact price hereto is referred to as Contract Sum and shall be: Public Works Department - $59.400A0 + $94.00 ner ton for the removal. loadine. ayj dismal of contaminated soil if env exist. Police Station - $48.800.00 p $94.110 oar ton for the removal, loading. end disposal of contaminated sell if any exist. 4.2 Notwithstanding any other provision of this contract, the CONTRACTOR shall guarantee all portions of the Project against poor workmanship and faulty materials for a period of one (1) year after final completion certificate and retainage payment and shall correct within fourteen business days (14) any defects which may appear during this period upon notification by CITY. This provision shall in no way affect the manufacturing warranty for repair or replacement. 4.3 The making and acceptance of the final payment shall constitute a waiver of all claims by CONTRACTOR except those previously made and still unsettled. ARTICLE 5 j?ROGRBSS PAYMENTS 5.1 The period covered by each Application for Payment shall be one calendar month ending on the last day of the month, or as follows: 5.2.1. Owner shall pay pursuant to the Florida Local Government Prompt Payment Act Chapter 218 Florida Statutes. 5.2.2. Each Application for Payment shall be based upon the Schedule of Values submitted by the Contractor in accordance with the Contract Documents. The Schedule of Values shall allocate the entire Contract Sum among the various portions of the Work and be prepared in such fonn and supported by such data to substantiate its accuracy as the Owner may require. This schedule, unless objected to by the Owner, shall be used as a basis for reviewing the Contractor's Applications for Payment. 5.2.3. Applications for Payment shall indicate the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment. 5.2.4. Subject to the provisions of the Contract Documents, the amount of each progress payment shall be computed as follows: 5.2.4.1 Take that portion of the Contract Sum properly allocable to completed Work as determined by multiplying the percentage completion of each portion of the Work by the share of the total Contract Sum allocated to that portion of the Work in the Schedule of Values, less retainage of Ten percent (10%). Pending final determination of cost to the Owner of changes in the Work, amounts not in dispute may be included in applications for Payment. The amount of credit Page 4 of 17 to be allowed by the Contractor to the Owner for a deletion or change which results in a net decrease in the Contract Sum shall be actual net cost as confirmed by the Construction Manager. When both additions and credits covering related Woak or substitutions are Involved inn change the allowance for overhead and profit shall be figured on the basis of net increase, if any, with respect to that change. 5.2.4.2 Add that portion of the Contract Sum properly allocable to materials and equipment delivered and material suitably stored at the site for subsequent incorporation in the completed construction or, if approved in advance by the Owner, material suitably stored off the site at a location agreed upon in writing, less retainage of ten percent (10%): 5.2.4,3 Subtract the aggregate of previous payments made by the Owner, and subtract amounts, if any, for which the Construction Manager has withheld or nullified a Cetdficcate for Payment 5.3 Bach Application for Payment submitted by the Contractor to the Owner shall include Partial Release of lien from his company and each subcontractor for labor, equipment, services or materials described in the Application for Payment. 5.4 The progress payment amount determined in accordance with the above shall be further modified under the following circumstances: 5.4.1 Add, upon Substantial Completion of the Work a sum sufficient to increase the total payments to Ninety percent (90%) of the Contract Sum, less such amounts as the Construction Manager recommends and the Owner determines for incomplete Work and unsettled claims; and 5.5 Reduction or limitation of retainage, if any, shall be as follows: The retainege can be reduced to five percent (5%) when the entire work has reached seventy five percent (75%) of completion, and it is subject to the Contractor's performance. Page 5 of 17 ARTICLE 6 FINAL PAYMENT 6.1 1 nal Payment, constituting the entire unpaid balance of the Contract Sum, shall be made by the Owner to the Contractor when: (a) (b) (0) (d) The Contract has been fully performed by the Contractor upon the Contractor's fulfilled responsibility to correct nonconforming Work and to satisfy other requirements, if any, which necessarily survive final payment, and ' The Contractor has furnished the City with Final Release of Lien from his own cowpagy and from each subcontractor for labor, equipment, services or materials described i» the Final Application for Payment, and A final Project Certificate for Payment has bean issued by the City upon the Architect/Englbeer of records final completion Certificate, and The.Contractor has mean provisions of the reporting requirements of grants if the project is funded by grant money; such final payment shall be made by the Owner not more than 20 days after the issuance of the final Project Certificate for Payment. ARTICL)i 7 CONTRACTOR'S LIABILITY INSURANCE 7.1 The CONTRACTOR shalt not commence work under this contract until it has obtained all insurance required under this Article and Such insurance has been approved by the CITY nor shall the CONTRACTOR allow any Subcontractor, if applicable, to commence work on a sub- contract 'min all similar such insurance required of the subcontractor bas been obtained and approved. 7.2 Cerdficatee of insurance, reflecting evidence of the required insurance, shall be filed with the City prior to the commenooment of the work These Certificates shall contain a provision that coverage afforded under these policies will not he 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. 7.3 Financial Ratings must be no less than W in the latest edition of "Bests Key Rating Guide", published by AM. Best Guide. 7.4 Insurance shall be in force until all work required to be performed under the terms of the Contract is satisfactorily completed as set forth in the Architect/Engineer of Records' Final Completion Certificate and the Certificate of Occupancy (C.O.) 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 three (3) days prior to the expiration of the date of such Insurance, a renewed certificate of insurance as proof that equal and Re coverage for the balance of the period of the contract and extension there under is in effect. The CONTRACTOR shall not continue to work pursuant to this contact unless all required insurance remains in full force and effect. 7.5 Contractor's Insurance Coverage shall include General Liability, Automobile Liability, Professional Liability end Worker's Compensation and Employees Liability: (a) Workers' Compensation Insurance — as required by law; (b) Employer's Liability Insurance - as required by law; (0) Automobile Liability Insurance — the minimum limit of coverage shall be $500,000 per occurrence, combined single limit for Bodily Injury Liability and Property Damage Liability (d) Personal Injury in the minimum amounts of $500,000 for combined Bodily Injury and Property Damage. (e) Professional Liability Insurance: minimum coverage shall be $500,000.00 with deductible or self -insured retootion (SIR) indicated. 7.6 The CONTRACTOR shall hold the CITY, its agents, and employees, harmless on account Page 6 0117 of claims for damages to persons, property or premises arising out of the operations to complete this Agreement and name the CITY as additional insured under their polity. 7.7 'Aid CITY reserves the right to require any other insurance coverage k deems necessary depending upon the exposures, following discussion and confirmation of the same with the Contractor. ARTICLE 8 PRO1ECI1QJi OIFPRQPL TY 8.1 At all times during the pesfor mane of this Contract, the CONTRACTOR shall protect the CTY's property and properties adjoining the Project site from all damage whatsoever. ARTICLE 9 CON7RACTOWS INDEMNIFICATION 9.1 The CONTRACTOR agrees to release the CITY from and against any and all liability and responsibility in connection with the above mentioned matters and with the work being performed by Contractor. The CONTRACTOR further agrees not to sue or seek any money or damages from CITY in connection with the above mentioned matters. 9.2 The CONTRACTOR agrees to indemnify and bold harmless the CITY, its trustees, elected and appointed offrcera, 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' foes, liabilities, damages, orders, judgments, or decrees, sustained by the CITY or any third party arising out of, or by reason of, or resulting hem the CONTRACIOR's negligent WAS, errors, oremissions. Page 7 of 17 9.3 If a court of competent jurisdiction holds the City liable for certain tottious 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 IQ INDEPENDENT CONTRACTOR 10.1 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 any 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 and similar laws. 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 11 The CONTRACTOR is required to famish a Performance Bond and Payment Bond, each, in the amount of 100% of the total Bid Price, including Alternates if any, with the City of Opa- Locke as the obligee, as security for the faithful performance of the Contract and for the payment of all persons performing labor or furnishing materials in connection herewith. The bonds shall be with a surety company authorized to do business in the State of Florida. ,ARTICLE 12 CHANTIES TO SCOPE OF WORK AND ADDITIONAL WORK 12.1 CITY or CONTRACTOR may request changes that would increase decrease or otherwise modify the Scope of Services/Basic Services to be provided under this Agreement as described in Article 2 of this Agreement. Such changes or additional services must be in accordance with the provisions of the Code of Ordinances of the CITY and must be contained in 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: DATE PROJECT NAME PROJECT COST CHANGES DESCRIPTION ESTIMATED COST FOR ADDITION OR CHANGE TO PROJECT CONTRACT ESTIMATED PROJECT COMPLETION DATE 12.2 In no event will the CONTRACTOR be compensated for, nor will the City request for any work which has not been described in a separate written agreement executed by the parties hereto. ARTICLE 13 Page 8 of 17 TERM AND TERMINATION 13.1 This Agreement may be terminated by either patty for cane, or the C1TY for convenience, upon WIWI= notice by the MY to CONTRACTOR in which event the CONTRACTOR shall be paid its compensation for service's performed to termination date. In the event that the CONTRACTOR abandons this Agreement or causes it to be terminated, he shall indemnify the CITY against any loss pertaining to this termination up to a maximum of the dill contracted fee amount All finished or nniinisbed documents, data, studies, plans, surveys, and reports prepared by CONTRACTOR shall become the property of CITY and shall be delivered by CONTRACTOR to C1TY. 132 This Agreement shall take effect as of the date of execution as shown herein below and continue for such time as is contemplated by the Agreement ARTICLE 14 CONTRACT DOCUMENTS 14.1 CONTRACTOR and CITY hereby agree that the following Contract Documents, made a pad of this Agreement, as if written herein wont for word: This Agreement; CONTRACTOR's BID Proposal as set forth in Exhibit "A"; City's Resolution in Exhibit "13", and the Plans and Spaaficadons will be added to the Contract Document as Exhibit "C' once approved by the Authorized City Offielals. ARTICLE 15 MISCELLANEOUS 15.1 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 ply preparing same shall not apply due to the joint contribution of both parties. 152 Asaitmmenis; This Agreement, or any interest heroin, shall not be assigned, transferred or otherwise encumbered, under any cirsmastances. by CONTRACTOR without the prior written consent of C.TTY. For purposes of this Agreement, any change of ownership of CONTRACTOR shall constitute an assignment which requires C1TY approval. However, this Agreement shall run to the CITY and its successors and assigns. 15.3 Records: CONTRACTOR shall keep the as -built drawings, the shop -drawings, books and records and require any and all subcontractors to keep books and records as may be necessary in order to record complete and correct entries as to personnel hours charged to this engagement, and any expenses for which CONTRACTOR expects to be reimbursed, if applicable. Such books and records will be available at all reasonable times for examination and audit by CITY and shall be kept for a period of three (3) years after the completion of all work to be performed pursuant to this Agreement, or for such longer period as is required by law. Incomplete or incorrect enhies in such books and records will be grounds for disallowance by CITY of any fees or expenses based upon such entries. 15.4 Ownership of Documents: Reports, surveys, plans, calculations, shop -drawings studies and other data provided in connection with this Agreement are and shall remain the property of City. 153 No Contingent Fees; CONTRACTOR warrants that it has not employed or retained any company or person, other Page 9 of 17 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 pay any parson, company. corporation, individual or Thin, 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 proviefon, the C1TY shall have the right to terminate the Agreement without liability at its discretion, to deduct from the contract price, or otherwise recover the full amount of such fee, commission, percentage, gift or consideration. Page 10 of 17 15.6 Notice; Whenever any party desires to give node* unto any other pasty, it must be given by written notice, sent by registead United States mail, with return receipt requested, addressed to the patty for whom it is intended and the ranaining party, at the pleas last specified, and the places fax giving of notice shall remain such until they shall have been dinged by written notice in compliance with the ptwisions of this section. For the present, the CONTRACTOR and the arY designate the following as the tsspective places for giving of gotta: CITY: Darvin Williams, Interim City Manager 780 Fisherman Street, 4'h Floor Opa-locks, Florida 33054 COPY TO: Burnadette Noma Weeks, City Attorney 780 Fisherman Street, 41h Floor Opa-lacka, Florida 33054 COPY TO: Aida Austin, CV Dhector 780 Fisherman Street, 4ah Floor Opa-locks, Florida 33054 CONTRACTOR , Authorized Representative Galfetream Pelmlowm Setvioess,Inc. Phone:( ) Fax: ( ) E-mail: Pagel/ of17 15.7 Binding Authority: Each person signing this Agreement on behalf of either party individually warrants that he or she bas full legal power to execute this Agreement on behalf of the party for whom he or she is signing, and to bind and obligate such party with respect to all provisions contained in thin Agreement. 15.8 bird Each Bxbibit referred to in this Agreement forms an essential pert of this Agreement. The exhibits if not physically attached should be treated as part of this Agreement and are incorporated herein by reference. 15.9 Headings: Headings herein are for convenience of reference only and shall not be considered on any interpretation of this Agreement. 15.10 ,Severability: If any provision of this Agreement or application thereof to any person or situation shalt, to any extent, be held invalid or unenforceable, the remainder of this Agreement, and the application of such provisions to persons or situations other than those as to which it shall have been held invalid or unenforceable shag not be affected thereby, and shall continue in tUll force and effect, and be enforced to the fullest extent permitted by law. 15.11 Governing Law: This Agreement shall be governed by the laws of the State of Florida with venue lying in Miami -Dade County, Plodder. 15.12 ¢lapels Any claim, objection, or diapute arising out of the terms of this Agreement shah be litigated in the Eleventh Judicial Circuit Courtin and for Miami -Dade County. 15.13 Mtonnev'a Pees: 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 foes and court costs in addition to any other remedy afforded by law. 15.14 Extent of Agreement: This Agreement, together with all contract documents, and all exhibits hereto or to the contract documents, represents the entire and integrate{ agreement between the CITY and the CONTRACTOR and supersedes all prior negotiations, representations or agreements, either written or oral 15.15 Waiver, Failure of the C1T'Y to insist upon strict performance of any provision or condition of this Agreement, or to execute any right there in contained, shall not be construed as a waiver or relinquishmeai for the future of any such pmmvision, condition, or right, but the same shall remain in full force and effect 15.16 dual Oppordmity Employment CONTRACTOR agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, religion, sex, age, national origin, or disability and will take affirmative steps to ensure that applicants are employed and employees are treated, daring employment, without regard to race, color, religion; sex, age, national origin or disability. This prevision shall include, but not be limited to, the following: employment upgrading, demotion or transfer; recruitment advertising, layoff or Lamination; Page 12of17 rates of pay or other forms of compensation; and selection for training, including apprenticeships. &RT[CLR 14 The•CONTRACTOR shall commence work within five (5) worldng days from the date of the Notice to Proceed (NTP) following the issuance of approved permit by jurisdictional authorities, whichever comes earlier. No work shall begin without NTP. Residents must be given at least 48 hour -notice to commence construction at the site. N \\, N'''" Page 13 of 17 IN WITNESS OF THE FOREGOING, the parties have set their hands and seals the day and year first written above. CITY OF OPA-LOCKA ATTEST: BY: Joanna Flores, CMC Darvin Williams City Clerk Interim City Manager APPROVED AS TO FORM: Bwnadelte Norris -Weeks, City Attorney GuiLsheam Petroleum Services, Inc. ATI'EST: Authorized Representative (Name) (Signature) • 'WITNESSES: (Name) (Signature) (Name) (Signature) Page 14of17 STATE OF FLORIDA COUNTY OFMIAMI DADS BEFORE MB, 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 fire use and purposes mentioned in it and affixed the official seal of the corporation, and that the instrument is the act and deed of that corporation. IN WITNESS OF THE FOREGOING, l have set my hand and official seal at in the State and County aforesaid on this_ day of . 2022. NOTARY PUBLIC My Commission Expires: Page 15of17 See attached document for Exhibit "A" BID PROPOSAL IN RESPONSE TO RFP NO. 21-0929200 PROPOSAL FOR SERVICES DATED 10-06-2021 BY: GULFSTREAM PETROLEUM SERVICES INC. FOR REMOVAL OF UNDERGROUND STORAGE TANKS AT 12950 NW 42nd Ave. OPA-LOCICA, FL 33054 AND 2495 ALI BABA AVENUE OPA-LOCKA, FL 33054 Page 16 of 17 See attached document for Exhibit "B" CITY'S RESOLUTION No. Page 17 of 17 Removal of Underground Storage Tank Under Evaluation 29 2275 0 2 0 Planholders Broadcast to Supplemental Watchers Post BldViewers Supplters Bid Details Agency Name City of Ope•locke Bid Writer Sha'mecca Lawson Bid ID RFP-RFP No, 21.0829200.0.2021/51. Bld Type RFP • Request for Proposal Broadcut Date Sep 7,2021 8I2lam (ED7) Fiscal Year 2021 Due Oct 6,2021 2100pm (Eb7) Old Status Tent None Scope of Work None Documents Norto o w) att doca,nea.1 Filename Type Date Modified Status Addendum -0i Addendum Sep 29, 2021 Complete Addandum.05 Addendum Sep24,2021 Complete Addendum.0a Addendum Sep22, 2021 Complete Ad, 0s Addendum Sep 22,2021 Complete Addendum -02 Addendum Sep 22,2021 Complete Add511d 01.01 Addendum sap 15, 2021 Complete gFP Ne. 21-092920Q... Revision Sep 8, 2021 Complete RFP No. 21.0029200 Bld Document/ Sep 2, 2021 Complete Specifications Sponsored By: City Manager RESOLUTION NO. 22-9968 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA- LOCKA, FLORIDA, ACCEPTING THE PROPOSAL OF GULFSTREAM PETROLEUM SERVICES, INC. FOR THE REMOVAL OF UNDERGROUND STORAGE TANKS PURSUANT TO RFP NO. 21- 0929200 AND FURTHER AUTHORIZING THE CITY MANAGER TO ENTER INTO AN AGREEMENT FOR SAME; PROVIDING FOR ADOPTION OF REPRESENTATIONS; PROVIDING FOR AN EFIbCTIVE DATE. WHEREAS, on September 7, 2021, the City of Opa-locka ("City") published a Request for Proposals (RFP) 21-0929200 for the removal of underground storage tanks; and WHEREAS, two (2) sealed proposals were received by the City Clerk's Office and certified by the City Clerk on October 6, 2021; and WHEREAS, the Evaluation Committee reviewed the proposals and subsequently selected Gulfstream Petroleum Services, Inc. as the most responsive responsible bidder; and WHEREAS, the City Commission finds that acceptance of Gulfstream Petroleum Services, Inc.'s proposal for the removal of underground storage tanks and entering into an agreement with Gulfstream Petroleum Services, Inc. for the term attached hereto as Exhibit "A", 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-Iocka, Florida hereby accepts the proposal of Gulfstream Petroleum Services, Inc. pursuant to Request for Proposals (RFP) 21- 0929200, for the removal of underground storage tanks, and authorizes the City Manager to enter into an agreement, attached hereto as Exhibit "A". 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, without need of public hearing, by filing a corrected copy of the same with the City Clerk. Resolution No. 22 -9968 SECTION 3. This Resolution shall take effect upon adoption and is subject to the approval of the Governor or Governor's Designee. PASSED and ADOPTED this 13th day of April, 2022. APPROVED AS TO FORM AND a Flores, City Clerk LEGAL SUFFICIE Burnadette Norris -Weeks, P.A. City Attorney Moved by: Vice Mayor Taylor Seconded by: Commissioner Dominguez VOTE: 4-0 Commissioner Bass YES Commissioner Davis NOT PRESENT Commissioner Dominguez YES Vice -Mayor Taylor YES Mayor Williams YES Veronica J. Williams, Mayor 2 Clty of Opa-locka Agenda Cover Memo Department Directors Aida Austin ' Department Director Slanaturet ' aili.,- ..,&1(' � •es�..--,,, City Managers Darvin Williams • CM Signatures Commission Meeting Date: 04,18,2022 Item Types (Enter Xin box) Resolution Ordinance Other X Fiscal impacts (Enter X to box) Yea No Ordinance Roadingt (Enter X In box) 1+t Reading 2nd Reading X Public Hearing: Mater Xin box) Yes No Yes No X X Funding Source: Accvstntsa s (Enter Fund & Dept) Ext See Financial Impact Section Advertising Requirements (EnterX to box) Yes No X Contract/P.O, Requiredt ((ntorXIn box) Yes No RFP/RFQ/Bid$: X Strategic Plan Related (6nterX to bon) Yee No ; Strategic Plan Priority Enhance Organisational Bus. & Economic Public Safety Quality of Education Quad, of Life & City Communication Areal p j Strategic Plan ObJ./Strategyt Ogee the specfteeb/active/rtratosy+this stern wilt addm) X Dev ■t r. r image _U r, Sponsor Name Clty Manager Department: City Manager ;Short :Title:. A resolution authorizing the City Manager to accept the proposal of Gulfstream Petroleum Services, Inc, for the Removal of Underground Storage Tanks pursuant to RFP No. 210929200 and further authorizing the City Manager to enter into an agreement with Gulfstream Petroleum Services, Inc, Staff Summary: Request for Proposal (RFP) 21.0929200 was published on September 7, 2021 for the Removal of Underground Storage Tanks. Two (2) sealed proposals were received by the City Clerk's Office and certified by the City Clerk on October 6, 2021. The Evaluation Committee reviewed the proposals and subsequently selected Gulfstream Petroleum Services, Inc, as the most responsive responsible bidder. Gulfstream Petroleum Services, Inc, proposed to provide the services at the price as listed below: Public Works Department • $59,400,00 + $94.00 per ton for the removal, loading, and disposal of contaminated soil if any exist, Police Station - $45,800.00 = $94.00 per ton for the removal, loading, and disposal of contaminated soil if any exist. Financial Impact The Building Maintenance division Other Contract Services, 39-541340, includes $65,000 for this project. Proposed Action: Staff recommends the City Commission approve the recommendation for selection of Gulfstream Petroleum Services, Inc. based on the Selection Committee review, scoring and ranking, and authorize the City Manager to enter into an agreement with Gulfstream Petroleum Services, Inc. for removal of Underground Storage Tanks. Attachment: RFP No. 21-0929200 Advertisements Bid Certification Committee Evaluation Forms Bid Proposals SUNDAY APTIMIUfHal (WIN &Mat* P[Wp1FORINOFO911 MOWN elal W N VihivalH 14111114441 4U,:,t1!1!4817 % 1pc,Ult:adlr le Wit 44IA. 1iI7roalIeetMtaIVIlle Clbd9tik4iaHIN1 OYaYI A0g6tq.7fiRAnwillA 1'h1Rn:11Rltsd171tAkIlptnliM•ININlling,Wni.L11I�7AMmYoxt>)1 mei 412,tM'Nir.aix1.1IN IIte +tvattAVAW. ChtION.ItV001.1Axtg7YPeNtiiOt!eiMokekillt cw.10.M!h44l4'4 ,pMr1!41411,riw9al V!xvpr4 l'am414.441orym+Al< 1..tAVi ,l'IFA7j;I501111i+t6H1110.001 IAitaubA1 .1tete' eavoomusau pMleilpaetvca 149tdomtnalla 4M4 ofmm.taautmi Alglraa111t11Nt4PrtLette *ditIhlin IttrtllYaPalAt:lka;kppiM t`!Saal,h Pima AVtrtul+)dtklu0+,!!,dtl MatSteJ ►PAA1i1:A,'17ltle4tldQyG4P CAY41144SUAFI8yA1•/roa1 IIIr11fA194f11V1WMIp[Y18114nNirol, r4RIP1 df•1441a,g14.01•r 4rv11 r 441Ytrt ui4►'44 RY 114144 4,4141449 e,N1n1n11b 11'.471W C1i4110:44 tlt4441411004!0444.3 JroID9tau-0:1401 11iNYtttnteCl4 .14,1veNnak IcAanialYWlt+HJW4i hrretIIktWIIMimit obbis:NI!alM CAetdtA„GUR44.1N4414 14419rta4!Wt14M441410tM440WAIHR44f4R4MIh1 1Rll4iintattity tiltrohtNnryralal'M1N1;yiytpek111+1 1km4Ile.'!egti/tda7Aht1^.Wdlhtttimmuskinillin ' 44 4 1 A.'1YeiwlarrxYa+Tw1 Su1Yd!Ntl1.P9PI 1 IIAo 1witrdd R,.+t, Miltd't f;t OpllxhaR81091R40 rtitlh fa nRtT uli4PubFxxJU•iAYtil=1 Wa'.d:Mtatait:ar N'CL'A Il;:h mil:italla rIVAI..b' ttiY7i1PS,1,ASUJ:Stllaltattl IJ:dMt'798171 MA4pMAIM 19Nflklf0.'.AJ4r$Iyl1.-MI V91Aa89'`a0Q .4 'griftia7418Jlt991719iA 10.11...33 V Mal Al+artkth Az* 17 611141 /4d9114$9".'144 l& .4 314 440 Inta,441,1 41 415$154434U9It.141air '1114218Mi4 VlltaolUf ' { 110Mina 11.1 14411 ' 4 tr•O408t11I Ud,I W JeaI .,111 Rt CRYOFOPA•LOGRA REMIT FOR PROPOSAL$IIFPNO: 11-0028200 P1o0ot1yMona0anitntSonia; 914'41 i4h+`Al hr tlr:tut itlattl,I 141+8.4141 x.i ►` U,_Ae! ly t1e MY e! 49114.1 i1 h1 IN/ 41 IM At. i', 1017;(,. UASINN.P...h719li,keiBtP ltiltr4lr totYJakt• MYRIP A1.111 titt441111114 tIi1PA44two 4.e YnIG 1410'1.4 4'_v,1 Iv, Eh I4 tle.AxA4a-U a•7v4414 4t/4411144-4.0.1044..ft414%I if Y'•IYI4441f81ra evinAttmAAAIcute uinot mYeh4:vmAta'n4'1M WMW4a,1ae4w!r_ lAddit•1.4 rklevi44aallniitatAtA lAiteR9ee'p7 CRY OFOPALOOKA • 011146 al Oto City CIA FRO Ftelt9rtlli0Shoot 4107 F19or Opium, Franca 93004 to 4AA. : A, 4YI,.4 s lx a441d 4 gen./, IW110.7,111 N7l4A4N14 4474 USa 4'3381.troo 1W itmat ,'i r fa WAIN t1441,44 144444:43-44144y„e;'8I`1UA4hGUlf.14411(V3+u4iFnL,111411 481 .114K rnYyluWRui8Nrg1 11:Ft'4r4 tttw, +':'!44` •8 t•' we A 4i4u 4 crate, 1'144 .tae 4 erl tl 44* 14lydirr it can] IM Uhl 118:4 11 Y`74trttYnt H'HaltaaeklN4.h11averatat6SAi:+Vt 441N141ylYM 84.'41(' 1Hµ'11 I' 1 p,1o1O.•elteit R1tfl 180114 „t,+UWtrtiA] .A4A;lieLlII itV'ti:N,N,ta+'4178 Imr41P1l1141ti91tar 44ai 4 ltet:nir.4,rtia,8,laktnl.'gG+e!JII4,1 NA+fJtl+f1'el dAlte.r144ti8%l leA4ry.Iglu4111.1iS1tl WO Laalta8 f•:M'•.'nd!4e1i'te. z7A,NsLt4r,It 31.0 AIMrnrwm t41Urr44.0/444fcn9tx b 41W1 N4111r1418R:MY51d('.4 1 411:11: AI4ee)11�'Ff li9 J�'i13 it aa.114:1041,1441'WLxh4Ynk .44444th PURI*: 114T44 •17447471.4114131444-AhpYA 41,0 wd Jl .1444414:0471.4114131444. ,'A'a1/17481+4I84B.41 •12171x:88714 W tC'ityv • 1410 in 7 9 t+Y+4041x:9, •14411H9982114all!A) :1091 .1145 A17r 4Ii$IL J12A •51k1t9901N1U1Sokrt •119)1111 0.491&tw1 itlYt'ni CO ° =EDT 4 A CAUSE 1 • , Li p, AI! (It-E3Cr(271 lS (Cr U I < G 41ltt'"7;; el l•�`:,• :1011No t'I1844 411: flIl1'IN i, At''N41 MA11 f'dm R 111 3UNOAY MINIMA 1 PI Walgreent.comJechoduleVac Gino or call 1• 0•WALGREANS ro schedule Waltnart is distdbutingvac- rimer at Ito Florida atoms, 9ugl- blo tndhiduale can mole en appointment at walmattom/COVIDvaccthe, Appointment. will be scheduled bend on vaccine avalleblllq�!1 The DepatltnentofHealth "pre -registration" wobeito can be tun at myvaoeine,A,gov. Residents can be notified direct- ly when appointments near them an available at etataman COVID49 vaaclns ettos, Boosters for tlmnunocompro• mlad The Center. for Ohioan Con- trol and Prevention recommend. individuals with moderately to severely compromised immunc.y.tom. Pt an additional dose at lout 28 dasp after reoelvingthe ac- ond.hot of the Haar or Mod- erns 'autos, Tho third shot should be tho same brand u the first two. Only people with com- promised Immune spume as eligible at this time. Deana maybe made evadable to the gonad Mute. Tho third -does boosters are provided at no coat to the customer at the �O n Ma tmanb can be made at ovs,corn/Imattudso ttons/covid•19-vaccine. Pabiixi 81bo up at pu611s, p/covt4 vaccine/ Rodde, WaUahr shots are aysUsbte at some locations, Walgeenat Same.dey and wallG-in appohattnents are avail- able. Bring vaccination record, and Reigate wUlborooked to aaost to e11SIMUtp Plait Walpreans com/8cheduloVac tine or oa111.880-WALG8EEN8 to eahedulc. Wilatara Walk-in only. Rs- ciptents will be caked to din a form attesthts to elUltbility al- though no ppresotiptlan or doe - tors order is required. walmort.com/COV1Dvacoine 1./laut•Dbiletctrents cat be made at cont/phmtnecy/covtd vaecina I WHIM PRODUCT MALL Topical pain reliever recalled for super potency BY DAVID!. KVA ibitotentrooltirrattLioni One lot of ildoosine AC1ToplealSolution 416, 5ontl has boon readied by Teitgent Emma otter compa- ny -testing Pound it to be stiuppox potent. Asthe Telgattt- written, FDA -ported mull notice states, this can lead to admit that's too strong for the patient and that ceded to "total anesthetic syatemto toxicity." Niro pima= rzoteratttaeroute IAUild+:etro atonal eani ma4e8aealshnt. 6[tm4tarati 41AJ6:1Ud1 i.I!U@oh; gUna hrcl`-1a( nirttlt.btc Jd1i84)atl of am 1" GtrOvl140}IAttaw101 184.44.13a16'ay.uailWf1ru84A4uI,i5 It 1.1111 IStI�VYxtpgoredill'Grtdi=.rY4ea s141w4en w::Pte.mktitettiqvrINktual,Gaara... itol trt.o ;1nd 414,0444tliyle Ytilm14113 lhMdUei6`Foal.,• v:It.».1rMntMa40o..gwdarag•etehir d1 h1 111faMdlNalV136111111ClIlst�W at 01,44,71.14M araahl.it 610 :t4(S444miltN,e Apt44,4,4 11113M Mu;rak4:Ala, titoht4 UWtl Mriark PIa 1;1.4 al t.1r«or,i p1i1av tIVI P,1d1 t!Ar1ran a4,.1C41G t.S iand1,1144 tit t.tl A;k)9tIY1lt•ltbflatttciVirk(4dCpJI.4144.MSt.1N4NhIttillMnMaf1111aA11414v011141IGehM Nene;:re 04.Y 110:11 C1.41,101p4.•4tertt.tly r44N !4-1h1•.I;ytat4 tyl•.•r4161 Chat VIVA 64 molt, 4g,44,4 )14.0144.0.140,j 1444BNeNH11014:a1610440, 4341 1141114Y111NUt) ,1111x,214161nt;11e71e5Vaa F! C tyaJut"haetre!t, 1411rims44.44lHaCCUNMaM.4:41. ,Hied tiCitniC,Ca!"elbaltlttarlt.Uemnhpiwunvo,,-In^a!Mnrmw,j19 16+444,',4,116fa4fietr t,i4CIMtYNgE1,111aY11 A.104.rydtt41910..4)oltdMVy TWIN N11dnt1111.161111111011.M.,1 21,11.1m.nn arta. CU .11,001..,41. ft 1101 A1C.a ono hptr.radttfacalfnl•tw0,41:ew:.ap4al%4t'4 • Nutt yyk.f6y� .bake frteMPa1r6mrt36a1�1lu:Ra].11alti WW1 m5,,t teS1 t1i6 Q iloiI11111 11pUa111264146PA4't .•61i16f4116nY3A41Ymeta •tt4letf110)A11rt61.+Rn,!kwiltdl itoyn CCrllnet4WV • f 1011 t1 Pa i In 4th madh1 U61 1VNGh'0e011t4latel .1 .11)11)M102111 Mom' H0H141Th O$ohm .11611 tq N1M ut !gal fir, t .1 y6661Ginii 0.418,4 J>•tl VT VA "Local anesthetic .yetomle tondcitlt can roault in central na► r - cue reactions final exaltation end/or ep colon end more mdoue atria. of celdlovaeculartoxktty, nub asbradycardla, hypotanlonj and oven aardlovaertllar collapse con prowl very quick- ly," the notice states, "lf local anesthetic ;Mende toxicity!). not recce�,, odandtreated. Ittyyan ovo d sat Cann result," Lot No, 14218 with rnu 4spa,YNl in14 .. . . .. • • I81Spa111agat1laaa� Teltgent Pharme hu recalled Its Wont Ina NCI Topical 5ohitlon 4N, 50m1. expiratlondato 09/ 2022bee been re - oohed, Wyatt have the recalled pelnwalkover, which came in aglass bolds with a screw cap, retum it to whenever � bought h for It toll If tide orany drug causes a problem, after notifying a medical FDA Joanne ModWateh Adverse Event or by Ming out a form you an get IPA by calling 800-552- 1088, Constituent with questions about the recall can email Med- lealeN1lgent,00m or all Teltgent at 856- 4'97-1441, then proem the a key, Monday through Friday, 8 a.m, to Eastern David . Neal 3054764519, @David'Neal CITY OF Cfleltlail REQUE9TFORPROPOSALa RFPM:21,002410Q PteParW hianstnnent Somme Atari retnoh hr MWrr�t4V6tmYl&1.411411es tthralr IM CIt, d 0141;43.4 lot 444 et It 4y 14! Ile m.tra N. J 444. Oe•I:4l.1:Yu MWS4 1.410y 44Mr44a41 44)4 04tLL kyAlpiteop fNHtl I6t1 Mt1114,11441U1:.41,4 motet 44.11.1 164Kd113G1y.( a)ilttleyit4IKN13y144,41V4tyrJr W4'44141!%4 4 440 yl144.0.144a4latd b4'4td.e data 1141.71, v"o.r.e4yut 4614141M.40lt09$F:MW hd1 her. .4 It•N a!rlsd4,44' 14 .t:l.rat'mr. CIIYCPOPM.00KA Qllil a al Ul, City Ohult700 Ft111a161p481r0,%.41h F1001 Oplocko, fladdri 53064 4.4 (t44444'14.,dlt4441,444144144,6144444-11Qy�ty•t61114f414411,4417.4.4414,4 i4mr•n lop 1),...4 4.131.43MAk1"'teal 1r61.141.rnu, IN-r1.k441PW 414x& .4ly rl IV Il4•k1, Vaal ieS Watt tdn 1d 414440y MI:W*144 M)). r4e.d1I inix4 leavint Vt 491 A %14!..) te.'tu1 mfy ta1.1 a 44 41 t,th 01.4.4.1, 1i ,tln4 114 41y 4.1,1e .4 113![.211(41110 t161619tr,41 40 444tyN! ,lv#I.Sy444Beth,1,,!lytlydlAlJit311444116YJ\Q#ylt4Va llteI 4444014114 I6ry41.1441 :tnt4t4n1.11, ,r46n/ewa1a1.4414i ,e4,40rc61d 6:nth:M,.WAR,)131148attaaana4tlRF.oYt41441441.4 x44 l!.4411d 4 a4 y41nr1@114p1%41krn4w4`9!4aya+,4.n• dd.ntel ASIraeavenW 44I r1,w1 hl.l1 A.T.t.a4.1Iptrdu11,1411 a 11 di a.a11101,•MIr44a 4tr.!. Ile tn14,%A.1. AG.tMU.4 t61L,,IMt1.t��ttt1 »,,u;�-,btvItOttcreutC:tIrA 4ntab.AwtatBw r,,atse7W1 a1 V4119\4,44,1..14$4.r4:avIc tt441auli0..10 otv.agr 44,00 441hl444. •111r41S8t1.7616011111; •1104en11a49!41414 •1611)4 4iU.4Q44111a1, 111 .4 4.44ydt Oaliftw 444 • 4Nt61o14Ye0A.Ita4U •I11415*111&OS41tIeVaP •111th1a0114AS111i leir.Ct1 -t S1q Gid 77911916:a:LL+4 •1166taatltlCS14 4 1 •440%to Maladn44)tudo 441ne11914 CS 4Naul 115000111 I CM kb ANISE A New York stranger with candy kissed a 5 -year -old on her lips in a Publix, police say A! DAVID b NMAL AHNt@Iat64ithHaiQ,W41 Using a bag of M&6% a Brooklyn man lured a fellow Pabifx shoppet'a S•yeeo-old girl to hint and kissed hoe on the lips, gunny Idea Beach police my. VVhat sounds ilk* an anecdote meant to omphaeleo the old parental warning about avoiding strangers with candy store: Police say a allepgaolyhappppened 312Op.m.lhidayata Publb6 at 18310 Oolllne Aver Mil Feysullayev, 43, has been charged with child above without great harm. According to an amen report, after the gt1'a mother law the 8 -foot -8, 215 -pound, goateed FeylrullayavIdea her daughter, she yelled and he ytabbed his groceries before hutsyhtg out of the view of the store's surveillance cam- erae preceded a *hot march that ended with Feyaal- layev'a amst at Manyceltka Deli Food, 18100 Collins Ave, Feyrullayev was mimed from Mln- mt•Dade Correc- tion* custody W David! Mali S054764559, ODavldJNaaf SINDAY=OP $1021 PRODUCT RECALL PetSmart recalls 100,000 dog food bowls after the dishes cut and scratched pet owners aY DAVID f.rlLAL aitnifook 4throfite a Dog food Mhos shouldn't Neve windy bleod1ng. That'* wylh�yy PootSmatt recalled about m Dog Bowls Paw dawdaye. Dht- TM exact problem, as stated in the U.B. Consumer Product tlateV Conutlladon recall no- tice: The g.k,t nth bottom of the dog bowls can come off, leaving an unfhtlahed edge Ains a risk of laceration.'! ndPet8martknows about three eaorswho have iatfared cute and scratches after the pelat comes off the bowl, leaving just a metal edge. Thla coven meteldog food ATVOItIllk oewl 1490681 KIR!MONISM Ilintet114111i1M1 thaw, klhigtmattitnne. Sues f'1{1e'f+Y 1$ Not,. lNlgpool Nn44t yeA liet'11n1J tri 1laa4 a! 0pt4Aa+tHui Qi etIke i,h (Pa1@6 hiltuut 61, + t+:6r,d4tt4W'Antos lank Mildly. berms CO, tell 6r.r.1Pi ,/ky61P NtItioWand Mr re 8tcsro14JlvlmtllP)t I 'WU 6+ IN wpm.. Aa sty aetahtla 61 to ett044pNaip lta}lEMtlHnq yaw ltgKltt•dy b 1nMY11'turnoual6M tn08.J UIk InatM'm tuNphtrein+chOtJmytgyLgeta1!IJKtI]lAk`lalnoanwin&MSltOotInvions roilidkbr r4tY6f0rA RUA Opatt . PMitt41N I61n�irIZ.t,b!l d2RNldl!Atlti�I4else PvY)!alatLdeeu USU It meow,np6FlmndtWl t2tihl*lkY:n eta :Jett:ku) ri4Ce.,thaet101aen GN C': y M UTdtM6J, AW-0t,tW M.td.td U!P 6,I Vltaitb• BLw�r+lrltttt' tyr, @)Parer; 1t•,f4 •FV4fhn I;I 10i d i'tpa'ig PAM/ tiv4 WM t tit N Nil doewnieU tf alto no 4Yy) N)WI It Stt a4alarLtitlfoWt101.talat04 IntC4ylt,avts US lotto wit ei *AI 04110tietiyaitoaMt try IWN0.:DsI iW c)44tlikk`i1. h4Giy lylthiIi i hi 't4.J110.MXd Uq{te?.tt{nI\11 U@N!l4 moonot?Alrttl itoP+14 4hta@/ek Lt4lI114 4tit'Sr., r6•P 7!Nallln tit It4•ael'n attrte M7411A 1PIn8la1 ntttl'1'Je1Alylb; n NIto! U Inl Ino e,Mc@l•bta 1MrNtnyraltlmolxiutat1@totntadly,tatittabDl@,Itr6litili 0tat it PdaPoo i'1@dr i.Stt i;O ON WI. FL Una 4hatu):el't Vanalt1•atal'tIntnin•bJ1114Y11',Cl,ell:6rtn„ t:!111ItJk Inv vow& ell 101 knit irruUl►t it drop tlpAtl •I$I' eri11,Ik:641a14t1-nebt)NUd Ieni1oi • !SUS 1601 6 84161)141►. ^i1b1YNf6JieaY:e1 Ulll YN0011 191 0tT)119tlitai .t •I ni'I 1611d9t Uttalest •17th1 &ttirUSt Mann! Ct .14011co 199W IHaranl 1661 Main uattatJtta 7 i 981@1VeiWtwnJ1 J.w.aarxlrt 6Me Ury6'41k IAL Connors Pecduq Wen Cna1014UM The matted Tbp Paw Double Diner Dog Bowl. bowie with a pew print on the front and a dicker with ECU No. 5270098 and U9Q No. 78720778404 eticwhere. Pep Smart's taking the financial hit, fruit suing sari to vet= the bowie to a Pet8mart *tore for a fail refund, 'allot with questions can call Peanut at 888.839.968818 a.m. to 9 p.m„ Intent time. David I. Hatt 3OS1l764SS9, ®DaviAJNaaI cOvinamMtaa etWMnArnOnItate NM1l)t IMfW 611amla nibrimaill 1X4Fat tla:tlAlth.y4tp 'lel8.t:uU liltSvo Utntf+hclM1'iwabUt q/i111 oviea,m,,,, tycetal)C•;yk®ut484got.t184 arP'xlOMIltliQ, U4nt4Ilitaiir tlelealerl4.Wl-C4a_6-ta�A14t P+t@1tvtmtS4b:btnt+lnriIaalIf4w) 4 Teon):tU,IJ 14atltelt,Wnttn It,itttsilt!lJ,tW.tK111414xtkl•InttYYlt7ittlhbtabntlp*Alwit+l6*M14.*.4 t!)i'4 nel-nronlyttt.n.n?ohnnIlllt!4','!6ytlamie6a114ee)MatiAkra eM!0roccnoi M:1Mtt) tntnhW4t&t4 e'I.tItUiGhlkuk t6iPnaAVlat)eferI C atW,4►audtA166 t19N1 1:lacka.A0J14'n 1 tt0 Aal(Sena lag4) 4.101 MO Wall FY AroM r.1 ttf,1 tnt:Nc.,a.iyt.u4:11“,0tt)AtGyl'khCfy4!Nax4ttaimko4rAblifPN,rl4k11aUMil 4IlMli Swap tat PAWn.1&Nom t"ioneooMt r Pan A:1to\II:tUray tIlt11n1 o! tot, OinttialWi!`1Ptdyt nit.!) ily4lYd4ta1:1r1cNet ,18Y1p.mutn.lt�1, 11.411,WOrt,P,l(r,'L`71Y41:1kµt.taa4J arttalya;H(aaAN4411Cti1tgbtltl u4;tati ilrtrhl t)t CJYl:/Cilel4ne)ii nJItt aw:aaea i*IIIIMIAMIPAhMeGcr=eNllt:rPm err6Meh61'61 mast",*=e 151y;.•t'rv4tt ii r 4rr'r;;rt•n;' ate.depseytiNtlael9mtt4,tel er ttclaq m)I As,v,4'Ypta J'xe'4ya.ttr kttf w M1iia* te@it1J61):1, 11111111161 silk al 4W1d'• ti a.l t'nx1.6U tai tq,.)i.a,l )1411 AY,tt.. :ft21 ter.Vtx*Ot*rdt+l4Yd'!II'Itlge31I ne tMIDtA1YRd1 %. =rainto 11,1UALM.10 4141M44ttege:IAMUedni ttbli CaahigtiVit N,ai41..ten g6R11161).F66t160191..;144170U601hAtenn60! a11kt8011P.eJh161 NNi.: 0?)7, lu lt4etol PattyxtenAtn Y@11116ytib]IMrtnyvnt601 •Imaluau 4U 11Ne 11M16i1UiiIk$4a1M1Iliao1 •111> IntlWibierm •1 uniilfoltit otm$, !194401)101*4n 't1 ""' 1 Gyern MN 1 N 101110RS 1 Nful ftltml'AMI WUCI1'Net ICE 1'111 OPNORT31 U1,1.111 11W:tit:Ai Via SUCIALSkIIVICRR DRPARTk1R\1 MI'ulln.%uRIN31'NI?1 MWt1NAMA STITRIN)UAINn191714414.64.P.%M 84.%NIPPNONII%#I IIIP) 11'40000,01.1:4401 40% 1)4040441' IMP 01 id t 0.0. dMv,h$1wln tu,`44:1h u4Y..ltlra1444!1110010AR .111:11,6 II•,. nelnlPm4,.r'm.,^1r•N•a rol1,11F'It4,,10y 1411tIV:.el {Mb:ila0116111111151410,0161II,'u4111axlryfki,.rl 4@.1.1.0 114Vm,.,ln.dbtt.v., 1,dn bnid 11.v k3t 441 �0iO4.001..4.141nvu1JNd 0ml 040.MOt100.4W.1 it umJ0.061Aonni�11.1U 4.1•.444..044.14141'4111 M'm+uMl. +WI6,1JAW6i5d41..,.J'.n.114 01441��1e1eepuu1INL WARM* 1Iu1,11,111W4n 444114.11441111444:41+ tt Jl—b 1 to 4.,144'1fl,,4,1411./18.i 4441 I,) UN„114461oM R4rl Lb; pl rR4110(.q, 014410,4 nanulN.numrato ,r.4r4Ds, 141141414411.x4.1 ryrIAg3pbiMpAR4l hte1111 in 4e w114+4d 4Itl11n4J'i 414441111a111:,It.vll 44J1'16klo,thWh4111 1Y1•I.,11x+I4' nald1Jlll .tit. ndlliquelh:Wit An.W N 14w n4U{4,101.,4k0.111N'11 nlN \Ran11Wnu11M4au.mlmwr.ryl1031!.1Enlw INr11u\64J p�py�l�6pp IMAM ,r iXlr�l 1.41 llu4n'1,KIIll.4.l,.,.1411dar4,1Y1ho6MA,Yn1141110 VORA 4.I14YidN111'mhi1MWJV11! IP4r11141.L111'1NN1x14 VLU11N411AUPld1'A6T9 Fr111111k1tit Ol1Ill!kAr14G'I lI1111Y.11 N--W�tR1r 11'6•411.442:00:440:4110400 ,0041tve601,AN114.6,:l 16.;.•ahl\wM1:41,.:4:1 44140441.k04,441M4n4'4 l00401a1400nh414m d1,r.YA• Ir`1,444.011piNNId!Id..4.l!r.'rJ!Na'rt1'11,rlal4ull., 4141 a 414' 4, N. 4.l.4J 111 4.' ll.d ,Ll tlll.:n1 1141 s{ 61,,1141 '.44.11. °'""'"°""`"'""""m" mWNn 4111 IP4mr 1:1111'.11441 NWd l,' *111Id 1: 144 p font 1411. •0;,411 wro1. r. 4.4.14 hl T 4 4:444I,%U 144'414 44'{ 14 Jon In pmlm, nETJ,wlp4 1.l'lhh..'4JM'n. 41 d4HM1In 1\ 1.1114+•. 44111!.,4142.1.1444444'4N.1i11111Wl4YLk4llilNyll•.4Ya4'JI,41w11411:111,..144 ANA 1''IIIAIln4 Lom ond+41 f,4'n!ItildeNtrk11141M1,4'4h,M.1, bu4I:1nIN111'tSMA '114 jl NY.kft'I t110Pl.% 110.1.�I 1...,•.:44+,41 J'n 14.44141 A'44.4.n144ww1 iv'. to ml, 11.114 1...11 ,4ml.n.�'@4111HN 1141 W:I41r4d6:+ 111•.14114111,I,14,No4th\l4.'44.41.'nj1A114.41\'!4'4+1111111111'ma4411hArk6!411W Nte.I1 IN1l 'Y,0.A+I44r 4'•1d11111nn. 140,.,,00,144.44.6 J46r'11,N 111144.\M1'ni,1 *411•141nm' 44Inm.M4M1ppW 61mISipco 4.14+11' 1. ?!JI4411L.6nh,. :4.:a L1lllwhn..10*, it11P,^n!lt.t1411J4414L444J W enmrgTlOUdtlA1N1.O441106. .I1.yd4 J1,.11.1►1CAr1ttN41 64 `— 1:1 N a 1.:.44 110.4 1', :•.u. r•..•.y wd 4. 4.4 ` 441141' 114.1.44.4.1.11.1.4. 1w. et. 441.11.4.0101.4 .1144 14.14 M 4l1Il,,i111•Rl4m, 0.1.411% .1,40. ft,/ 4111110,. 4, mr,4.4J4n4r1m1M'K.l1.1rl.TT 444 ,1.•ro4Y 111,4414 y,etn'l.Il ll lhl 1+4...41 f,.6•. ,f,ok 1h1W. ,.'•n. or, 411.11411114 J,IO.. Ii,.44:1,W1µ 4o4 41 44414414.4..114.1•/311' 144'1 I�,Y,•.I,r.441Y144. dl114I'11Ihi �l \I YI441Y. I4Il44Lt1,\1+1111 MIA 1010%0111110; INt 111\.10%,401.1.10 11'dAIW 111 VNUA1KVI/Ill M 1144,41 Estl01 ni vtlY 1111 IIIIK► 11\M40114 4 tYl'i4F4P1•l6GNA 1AOOTAtf4111444 C4(141 4 21/00/4140 f!tctttf IhMel tnIbI nd 741'44 P44,40110 14µv14 k1,000401e0004441blldmrl J44t Ct44166614W 114141YI11I4614 C44.110 Te004• 1416 .1 Iltil. 041,0417061 AMU -034 bCiL(t AN MP WaitIln+rd Jlintn4dlA4411141r•Irll at the 4104444 4 4 4 4`4, Roc 014.! 111R114A1461y1116JtTt104Al%Mimig4.4.a41 444411144( ''tN4*l11 trytnr 61.0 111, 1.06g;41'aa:uhl4;6•t:1;kmt! shuyy+1dK4PPJkr11p1t.1h TM41400 k lo4fOrip nN1Ut115.6d6.6* 114.4,1OrMA 644 DTtta,U16.6,ev YI6664666rt1V4,1, J• Pio y Ot'001UMrkF01A 10A7J 1,14 fa m:`6•1!^�r'•1�44\4l4i4I144.14•ryCJNCly00w kall'/rttllda2: 0044104101/14 11y062 42444a01 I, eivin1a4� 44,l!NR 114,,424 03409 4'114:1671 !O 1.." a 04.1. 11 444144, nor 0411N \ Al 111 Atli 4400414 IV 41: erg 140 40 01154. .11 003114Wat6MllitlY, aL1WILtd9 11e Diva 4wnthe r11 4*I ll utt.tcl YyaM4 4,1*ll1•4 ldt),10l4nr tlllx.Lutna641Unmikw. the aklrlNn 4muss!1 46•1411 Is C. IWxl4 t1N➢t.rt0o144 OVA 00)41Lk114440•'MUT Pe11104.90 114011101.14144Mth/0Ac)1 T1Y Oat N`11A411N1t1!tgl0lr4a1M4N 11rt01t111U1dIY4V141744IU4.tI1t 440:4041144414 AM71O1141Jy41'6a14ht4Wl44h411tn h11114'2't04In14114,1111 el =La At404r4ht1PJn G1ttl.A'A.60g00Mxrl.FLYJR1' AkAlt14111�07Mtibd11.t1..4e1 hputliika pi IYl4434•Ntwoelt44l1Nk144Nnl.ltrdl4k,r. 1 4V t1l0114S41Nc201RTt1alkilM11,00V4lkltlhlTS1 PatodOotiM 4.:4 041004�11,.,144 T3 itOIettakii N111111..'e10247AU71011YJ111 I64kGGyi�9rr1541A441.44 31JCL;1101//1Ip iheedmkl l 3la fih11M601 pp.,.:e �yv41 14 hi MWI4110Am a+001 .1126116/701WO4w401 %53 alltan454x nil lean 31x 46606 SUNDAY SEPTUM' 11021 iaif 4Yl�lltll 1,r�{�po1yy�I,,lu tltr { NUI'N14811 VI I 4Iltll„1LVf 1 4.11 1 n 1 t1 N J N10.LU. l'�ilkllIIIRt1lint• i�l�t4k%untkriul IIl1.IR111\1 441 1 3 1 P8 1414. 1 fU1161 TI:IIrc4,!dC6..1 04.11.. 14Yn4�Yl t'FI{i' 1.111, 1,40 WA Mum 1'1 ryr1M1:IJ I N. 04,1:14.6 rtl4lkMA, 144 IYb,ll.ul.t6da.4111M14'4lM1 444l, 1L1�P•14*"'41114141,,11 05 411+JPVl.lurnlr.•P * .#l4*t'l.l4.4 *11!.1"» r+4;lg4lIT 11,14 il'::l,u^ 1144(4141.1 10:111111 r14N1,111111-:M}•n^71lI*'141.g4a+wiSMifi41 901.14J11rn46^Innmt:ht14* N,u1 .i..1 fWlulk�llA6l1II�InM4r 111801NNkrIF.pVt6wrllFh'tIAAe111,1r1N1vsuu411Ji4111 E4nu611,lYI.Y1,U6 4.141114,1 1.00 'JnV1A/T1!IrV1144. .ifi0rd Al:D6NI�6Ge mIIl4AJIYENY1all.044�ALYCIL J,l1.l .+11'41),IAAhIJ'':CS. 4nh14M.1.. NI'l. .4' 44 4441, 41 111,4111* 1:111 MN IY4ma44 0111 Y1aI4 064'11 AI LM1'Ej '1131Jj:1 irony 1P41.1't\1'44L'1144'11111r15Y14.1NY•1MIY RI111,1i11U.r PIOO616.11 WY�dh11 IY 1U��e tunattltlrlNll .a14.10 1l'irN'"1wt i3iF'klali ge,srFp.. 4440/341n 1Jrll.w.4411.+`/ I1JIrnn ,114.x1 i`4a 1114 ' 41,4414.4441411 Au'MM 'A),nµAll llltiill1n1 1 1I111uIw,�+I:favll:,ftaf6ll� l:.n,14!�I11i114n'Ana 4 0441 (44^114' Y4411n11Vn,fr1\11*4I,v1W1.44444Te•01111.1,4Wj4dUtN'•I4w4i14141I !rll/r 4'8511 n1641A11.Y1 Wh.Yuaah^�.OsytWrl!talrrua'ti!.4'!r1•d!I.0 lc;h44!4Nnd1441� 24. U11iWJULr $ul'110UTrryun.n 14044 + I.1,W !11 1111111+1,!IM 1�R41444II,.114111•,TII,J4Y,.1441'111114)'1411.11111114IV•11.41I44j k"�5.•4N.I l:ae1'.WM 6•Y Ilt14t -0441 Yll.'L: 441•g11 ^ 6•'1 4, +ed! 0 1444 r� 1t1 /:" •,' ,kp�tnl9tA!11: lV.I:Irl441• yk'h•:•.4 11144111.16:44 4...J'4r44111.I1M1.41M4A'1 44. 1144,11114.14441!4744416..11ll1l'l1l.'1'.1,11,". 1144,4.1444444..1'SIA4AIp!•'". 4%+ pH'3n.IR"4444"1:JM111'1111M44ad• 4. 4444 4a1.41!i!4LYa!,i�:l•111u11+!uJYdkudJra,cAckU:li dln,!Jas..:l da444*1.ni.d.l:r.'I.44•r1.Al.wrn'Ad 1!14.41 111.:044 1It 1111\,6 41.1•.1 14141141 b1111117011141� .1`41114.4 44 ,1l*44 'Mj [6rn.J � 4 Aul A ,44 1,; '. 4 .alci x 1:41 L' !'r 114.1k,1�'•.111,, .4 44M�tt t41*llIA,rd1.4nr141.4?. \+CN�1'w41:,r..,11.•44 ^ptI11.+14,41 4.014.1,Ie1),,, 1M11.Ifg41LW114.1/ It0.14111111'444.44444.1rju14/4l.414,4 J4.,,rinl•1110ne4,n4e P•41'n4.N 1nu1v1,.r, rkr.alva.a!I1414.lrnall rl.•:rl I.;ry ,1,n4411.1a4d1'4 D1 utel►akwal hdwi 114 4140.r,IMli1.L 44»41141411, 1444.11..+•1JIwIbrJlM1a'.6{,em.'4:.mi'.,1.4A IWr..41,4i r.4n..rlp,n a:en1 1440*`I,1844�r4418141441411M 1J MNINNI�T.11111114 ,r11 9g,1U` F FIIN1%1.114\11.1.1 44441U0.k1 1111l1AWIL..14PNlt*RRllllNl4iNQ1 Vllii1111111'1,4 4llNllfgl4l'IX`IIIIIIP N1r11 " tive60PrhIOt1A 9044.11 0141104444 9 44 At111u1,t Minima MINI INI T410 44:14411144411x441.111O4wIAlukeko1141.1h4u4l'kt14�l�!^�11�de)rt1C44mh4r.4414114011:4•a1R11,116:!h74PI 1Mn,alll 2'1!00,'011141 41x44111.01. Nebl4li/, h4b41NI 1011 AJ . MOO Paly4IU44lIlIIt INR,*41014•10144Adra 1 4111:,1.11')1.11 Ih4C 4441I.I444J4•:It144,1411'41'at;::'Ab!'4.14.%114,411cd1{,p.rl444144 lMi w Pk: lltyNld i 1114'4;44 4`4. Mtlan4Sd4Ll:a1l14o0,,0100 $1! 0(01011) 14414444'1U144t101,004r419/11111141140 COO OM thtS0 o"4no144tit 1o4 f4ULd41444113 r11u 0411:ktfiM11d1111 Anelgn;44.4444416fc1•.11111,411111N 14444144ELll4144111141.444,.1444..4441.Ui0111:n0444 44LY k,.M,1441 i 411411014 "140 411440 l'1,4411ll1411'.1141111,14A44,0.t,YV41141.1:n144, 61,4441w41i4NPlet14N.4YN 1444hr1114M144/1/Y1n4 Neal',461664;tmdll14 titcan'team 1401411111444114 n1411h1dtw4144011: 1:401Elld.1el4,tlt11.6. 461 0 410.NLI4110.a1 Iltd.1,4441141W141Ue:.111ltl441.y,0J*1141:'•1.1R4!ll 16•:111tO66,ol4Ic1mI*44%14,l't1r!,! I'1C47bow., 01:16,6.611. 666164tl4'l, 60116V:11106l44161p 0441111,6616.1t40A10%017121171160"4-1'6.4'11'i4:11R1n44fa1M:_4toue111t041A!lt 664416l*v4100141*1144I4re4UItl444tl0' 0)T 6•e. M.11461/611:46661 .6%1 V. UV 6.,14(4.luitmlk1410111111:1(4I1Ln1116r1'lllwnitlnk k'. 4406.,'k1A-II 14i1111A14 ,114.,4. WNOt6:1•IrNmdriltu,reton Mv4,r. 111,0/601.4 gaviidttal"antti APIttml:kICAl it07lil!!ddlOUl4.i IMI hu11d11Ui1TN 1041 14'14 •1101141141.uflelh100.71ad48Q1i r:bu4Ti401 0nt244N166,41AW:461x, ,' 1401176IN 61 eaeu 191 %w,kv1k6 1341 Jn4yNNll6MN0:4�I,UM! ,1 %la d i,' &II at lIL11Ot1 • 161161114406 1111 4 1x14.1al! '1247AIT1T$l)d,t1104i '1NIt11rN4til 141 •11a646001tii1r„WnJba1 JtlMIr4114r14t 1ry4u44 Classified ilk AnunR;ynaid 1 ,A(a1 lel 1He MIAMI TIM11 1 IIPTIMOIR 104, 1011 1 MIAM111M110N11N1.COM ila ^ tetamxt4v1Ral41xe 1141. raRiar R0Ym0Mae Wale ama 41 ano YWo WayulnaNa� .IA° 4 jnN.1 t n• dFlak ado km r7i NTM �y4.01.,00� AYtr "� Nt•al �9�py�, EilV= PnNrtl a Rm mil at IVd 114 114!0 X Nana Nana oaf& 0.,41011,4117. oitt at oa toynou ma nifilail aWapinwa.Mit1101 al so 1110'•,011 ?, MMI It.➢ ISI qA ,a 1 11 Hann 41au1 aPt■1G. a• >ZpeflllulEOMIO CALL 303,644,6210 Automation invades the service sector after COVID MATT 0IIIINAND AdANA1WAN 11.11aadddd Peat Alt foe n tut bad avndM1, MA,by0 .1110.9140 um of tut Amµl%ad tam in 100 talkhat w Itd • de milady 100111400 My .Want ml 414 nk. wet *d0' 1114 sand It to Ma lin mato. Yt dta*•1 000 1114 AM, lid• dill , alma family 11.m111J the Al t11a at ha Arbyl Matlw 4(4 Nor 111Mu11 mat domfi e pat 0mu, .1ne 1.k. roll• ahll%afh11 yak` Tm p0ndam4e 01414 • an Ammo AmraIorW)1111 nd id% 4141 It dolma ;ha %a, 14.4410 -It ploy olio had pawl 4 1h*QMmt 110. 11110 of tllalrIl at0 ewe pith wa11e aAnemia mid 40110' ltar cob, amyl• ulna a t4p.eu• tomato mod%aria Inn On aam18M onit4140004,1004 400.4 IOady11,.. .al our ahhln couldn't o+tly erode; dm human 41001110 00111 0414 4. 0411.110/00 /11414 4(P 000114 1 an1 In ne01 m a .111hluiuR b 440 mabtaa to 40 w oay Isla that pm( u u.y tonna molt - may 4114111 el a aowutp840 tlnnlnlulm. Ilu71011*l iha 71040mk17N.1' atewf Aate a407ltaa Raba% dal oil, *oWt out ,4k et Inroad ahem. Not do Mary 104nM elm 01e 11 Mew alweyaa1.0 0he4*1. 011114411• AO. Tea 1101110,1000000 mold all mat hank. fly an Ina Wanda. 491AJ woman On 41171070814010.4Ip mom Ma Ion. and 11111.nv7 h4(. 111014 oolong to wino ton• ad lo vine M. Nakel. Thom j.b1 Induda Ma0lal1 admhud.Mv .H4• raft. NOAH and MM. in Anemia ad ihaewhumho cmof Chu Ad and aldudp 9mplov. Mm loyw to btaro tot Ma machlo,. 1 tunny In vim by Me nun mat 1448 lamnlro Is Man Mod Ikm all: of aompama 41a1m4 to Won hale mantaas a molt promo mama. 4yy. Now the wood 110ate of 4.100 tmb lam I4WX.ant 111 nqulpmum 11.01410 a►OMM4psOa, Antral eunN 4411 Volt gate on*aItem WO% maw,at9. mVwma mNMluA W. M. aloft %an Wgd soap 1110 Nma a tad Al me 00.01 M4up alto %Netall 11*0lm an epee In Nu of Tko aeon *myth .141/ Mal 710144 h *9700)04 fa In shoran oM, h,• .tine nano 11109 formation ar 1141.0 Clam Ae RAamaf A11• atom make 0114/. 911almw141nopl.k 11011111 aeJ MMlMSmta, m- O.M.a.01. 111* «Ni11 an 4 111909. bean mane 010 MAI .04(2114 1 011111,0 8.004 Mani Map al MAMA 0 undo .M In Ima Mpwt 4140 tatal6 Me u1XI alda Compton a• 00011004 h 1we b1g` top Nldwn Maim mane Rem watch makm menu.Mt c0410 op neamiblve e 400114 .wM. Sam 14winan CIO lift at tcManna Vl. 0099 thhnh 70111ia0% 499 hMvlap ironla 0814 09u wet 1kfl, Ian Ml gunk% tam phony. Nan on m m man 10 hat Olmply too a kr ratau...ou whoa mato at 910 yarn of May rcmam 00 Amble .14 ubl, to oatsa to bedtt 1 004 ado w1Almt ala4 44th Mandl of 'outman am I4 vvnpwny 4(a• Mood a Wm Ire• dame on4 paym.N 1011900 tmlnmll FAIR OAKS I,IASRIO 1 AND 1 BID ROOM 10100 S 01411 AWAY HONiSTeAD P1.31013 01'MN4/94144/dH11 Tomp.loulne inn looMaln 141010914 U04940011411ad, 7111101. T141Inatenelon4animal 07po9only hatht0d 'whom • OITY OF OPA•LOORA RIQUIOTFOR PROPOSAL* RPP 7401114111100 01010011111 W Un0e01POua8 *tempo Minh 0x110 MMenai hnA41r or Ramie dot employee laNtNorOml wel Ito monied by Ina ny of Oo140a11 al Ito ORm of Q. Qb' q41, 140 7/40111111411,, M Moon Opodada,Pkt• Na 31014, Wienoodm 4aplmmaoe M, 9041 byte. ent.Apy In Nakao MOM 1010 110pdialena1W Maine lneYet bafaMnieun.paW.iThe Chid Mh yam edia&Ma,Npine idilean,M*sssly 19001111Moroi ey W111Mted we a ymndlmanetllm�1* an0Whl o'adby mittoi dale, al IId 71opa1 Nt gland 1.144 CRY OP 014 4.0441.4 Q1emdMeCaw 01114 7111 P11Mm.n 011011, 811 Moor ° AIWA P4aA1aMOM At 040044Intl 11, (/1 Noss rot a bit al man m pal 0070 el e. 111 Minna On Vlb Push C4v41 POP941011 ah10 Oa MaunaN loanInoomMu71 Oa enmeated la7M Qpp01ad1,Ciym)Qpa0nk0, I•kdea, one monde AIM Mmmal of nddt0Myd Items Tatdr. Mugu%d08ma %Tamll4A pn um In 710y001.4pp1p pytaP01144194 MAMA rat Of411th d0a. mann0yvbt0lp ml Q4NmOelie al WyMeentalleyw I0*40.0o1mdda4ACtn. Tln Cty mum. aahl n moat a: Moat 009 a19047N01bal1 end MAINS any Mohr• mans or1mulai4u Imago.1h001y Minor manes the 1101 m amid remand In 4441 71ap*W1MupN7olm1004 o0nO0o11Na MO AIM NO: II 4114,04 t0W.1On44.PmIo9• ail mIy n8w4Mmv 441 poem II for a mum) OI nmei 410) 9Il1* tem The d8e em tat eel 1711741ho.Or. Ma10 1914 .410 mtrdkr a 40 )480 an W1+419 ldpm,bar 14, 9001 it 11:00 cm 11 T04 0aannone0114 I.,11101 Op5mk4, Pt4 l04PN0 W mon/Toparo01n Oy ioarn0.0a 4m0 Wm calU Hteantlu101+4atbw: h0001Na111bammuHma69111a40*1pedahaN3Npaayl0Y1X Nm11d13CR1110.T09 Mogan Ito /90191114 a PaolooMT497T1 Ono Meme24a 413017410111„1100ON14110.,,110717AU0 p kd1an00) 413141999790,1a0p1112*009 .;190t719u0(CNmp1 0%1W ypoourk104n 4)101110nil V9 fhattikylon0119 41313 ellenUt Chkeea) 014444999011119(l411�1wYom) •1M y 31114uu9(AOoma) 41 140171191 UI1Xanton) 441/190* Slit 01 Man Joan) Manna Pima, CMG Coy Clan WWI and a+4n thole when Myra doto loud wl lkovt waitln4 91141.1101t0mern piy at * terns \11111 441711110111710111111111 19110 food and 441140 10019. to 4118, ubin and CM OP MI*IM, FLORIDA NOTIOI OP PUBLIC MARINO ApA1oburlap w91nMany Oto City common et 994 Cly 01 411201 Moeda onMAW, I4pl90ht 13. Mal al IMO am, a the • t7amo4anon Challfa al Ply XN4App0 PIAMl44lo0n 0419*, hiene.$1003133131,ferlimenfeMen1M11141 490 1I410N1 0.11 Ir 111.u1011IaporoROhofNNthtperallGQR Afu.Ronan aetlylMhih eeftf d04(hk93a eal110lmoll 4* nal 91 Io1Mw10 ((yy4 to I ryPMM1440, tee NWlea, QA. O9GIG0u1 �I.�Ct N Ie, CPPO. 011.1 e1044144 tom dm l of Pronnmanab1*1I 1Minim onl 01 io. it x0 0191y111190+4 emoummam 0apaae*N at (CM 411-1911. The M4n11CIOA, ConaHOknnga081 nelnlen/1917011 b.91,Wl een4melmt at I. mom ne Hey be Menu with cupidte any 79000841*IOd.Ou0y Ooavn411onm *44e66 wt Ma �e101y0Om4W9104 444 Oay�OAOpCaWoo O50�pm�.Nm41 w109 mmpiaany *91Nan tuft to conamy W11' d 1l Mty ▪ ippoil 01441161.1 14 llap4eld� plgt9thime160 4 eMalta Ne10 .7044ani 4 9 111 144. 0411311. In 01*NM00 mM 900 410�41Il0.171+1146 Oliebe41a An W 10*p, Pon lora netinp Mehl 4010nMeatilool le paeldpolt*IM4 ptoteihn 177 m1y 0040 04 Ob 01111/01010 Qtly CNAA 04(91) 3104341 (11400) needy Man 11e1016e1mae91PdarloU.IweN4ro, Mom l(0 1f1Mom vkl 41%lj7aN Amy Ammo de lam man ere(4) 11911Na TWOb.Hannon coy team Ad HAMM CITY OP MIAMI, FLORIDA 4OTIC10P POLIO MARINO fI1 41008 Coy C*mdlilon w'I hold a 79101,110 4P on Monday, 16aallemlot la 4011 e1 A.00 A.M., 4 a1NNaUM amid al a 09111.0 IO UM 001Rnpneh temper/ W110 W11w belie/0144M b 1171 WA hem IN 011144 re Mira of en Qty erlW111M1! M19PPovery 14011001 ram*Mu9901hnlo1bua 0u0p44ad141,1094, ends mIW/XNe M1n1n91p9�etY re0ol0fand041m and ef101p4114 mm• Wean mdto0a ar0 not p.dicath or admllpa+4l'MN lain Wont m• Mu14Manlo lbah Ormey Am :4MA Inn- hI1JYMen Inn Motto 7e*tln1hu.un0 OMNI n03,991 s a latatt oma1MngIllnolo,m1y419400004toedh4nT.9uH.r Pad, Adld*WOeve Antalya 0, Gahm 910ranli AdMNaualan, n (tte)41Mp0a.- TbbMOM 1sly poon4110'+4punmenloam te•eal14 aMa Cue710o My d6 Florian ata1dedad M4•Qedd'' no mo. ®m4y004om end Whit In bo 09ra4ond In els maem la al 191 n me dp07m4a melons Rata Code loam 1440(4* MNd1 mfadamMNbsammonite 01m4tal1hntoln a.avalable x%eh the 111401 tol,ldulle Oa0814on ma4111paI 0 0 etetiAnd7ktl49* 1 Y Mane One XdI. 9904 PM MOM 01014 . pftpoo0n1d yy e4044mmeng me I.mrawenmm s MOM n mead 11100 7n94d0onlekn tl. Qy OnmeaNOOIn Meth 419 ilyCamm.9.n mryl003$)l1, 111,de en1 melon 041 lo 00Waly*esion of the 009 Coeunlad9n 444 meal to iny motor In OaaetMonte 91 ma 10094, I.1lamon a1Wt Dim Me 1444166 epmrd n14. Inannoilmaammd11m4W1nnpp+4 mammy 944 Memos min miun any appeal may as tame 4aL 910.4104), In edml4ame nth Ole Annan; MTh 0413410 Ad a11110, pH mamodmaow* eamm1414mi.1e 19tluapldlld• Wmay or 1Ma0410elt.Qy0111.m11 0103f0I)1*194) n9MMtaM*49((ppWtlaadays mbrbtl11PIoou9ap, Mum mryWok Ill (Mono R14y4*Moa)m1n4mananf Maunao days pnort the 7,0090000, C1� 439439 Teed EL Hannon Qy 1.41 CITY OF OPA-LOCKA RFF NO: 21-0929200 REMOVAL OF UNDERGROUND STORAGE TANK SEPTEMBER 14, 2021 @ 11:00 A.M. MANDATORY PRE -BID MEETING THE MUNICIPAL COMPLEX, 780 FISHER MAN STREET, ST E 220, OPA-L,OCICA, FL 33054 NAME COMPANY NAME EMAIL PHONE # Sha'mecca Lawson City of Opa-locka slaws rn@opalockafl.go v 305-953-2821 Ulises Munoz Aim Construction Management aim cop strttcti onmgt@g rnell.corg 305-970-9925 M ark Watson Gu lfstream Petroleum Services mark(eggpsf ueLcom 305-281-7240 Sal Caccamo Lutz Petroleum stul utz@bellsouth.net 954-444-3066 Airia Austin L City of 0pa-lo cka aaustin@opalockafl;gov 305-321-2595 Au drey Bann erman The Bannerman. Gro up . thebannermanlgr oun gm ail .com 305-216-4215 Ro berto Treto The. Stout Gro up rtretoC thestoutgrouls.corrt 786-452-1481 CITY OF OPA-LOCKA RFP NO: 21-0929200 REMOVAL OF UNDERGROUND' STORAGE TANK SEPTEMBER 21, 2021 CQ1 •10:00 A.M . CITY OF OPA-LOCKA POLICE WORKS DEPARTMENT - 1295 .0 NW 42ND' AVENUE, OPA-LOCKA, FL 33054 SITE VISIT NAME COMPANY NAME EMAIL PHONE # iM4.<r 4ti Lwrr,.•� Cc C: ,C Cer, 4 cc.k.ct_ .\CAw $"• ••. eorep .lflSc r- 1 •.rpy C n-Ct'53-.,a{ f . 7' r,' - (1%/rc,< Mad-- L (. ;/,•;�4s-t ..i. G, rig* Cnr j it v e�f., s r? ',AO ii/Li Z.216 1:S ate-- _ rp 4r4 .s: C wT , 7-e t.a tevi St bruic-t- S ,,,--17.4,,, G C rs *..az... d-4;44 305' 91 go- S-63.,' 146, r N M. 0 - Li.S -2 R ,--E - W-4 e.i CI Z -t -V,,,,'3; , t..,. ,. 19: 1948 ez r t s'A` 4ts :tA) 7 ,' l U). P.Y Y i li •4,1 t,.L V { r��,c. `-. . , , _• Co :4-1 ir\.-1 W - City of Opa--Iocka RFP: 21-0929200 Request For Proposal Removal of Underground Storage Tank Lutz Petroleum Equipment Installations, Inc. 2351 N Powerline Rd. Pompano Beach, FI. 33069 (954) 971-5222 Kevin Moore (954) 444-3066 September 24, 2021 REP NO: 21-0929200 PRICE PROPOSAL FORM REMOVAL OF UNDERGROUND STORAGE TANK PUBLIC WORKS DEPARTMENT 12950 NW 42"d Avenue, Opa-Iodta, Florida 33054 PROPONENT understands and agrees that the Contract Price is the lump sum to furnish and install all of the Work complete in place. Vendor's price will not be adjusted unless the CITY changes the scope of the Project after the Contract Date. As such, the Vendor shall furnish all labor, materials, equipment, tools, superintendence and services necessary to provide a complete, in place Project for the Proposed Price of: LUMP SUM PRICE: $67,250.00 SUBMITTED THIS IS 28 DAY OF September BID SUBMITTED BY: Lutz Petroleum Equipment Installations, Inc (954) 971-5222 Company Kevin Moore Name of Person Authorized to Submit d/7 Signature Operations Manager Title 2021. Telephone Number Fax Number Iutzpei@lutztanks.com Email Address RF'P NO: 21.0929200 PRICE PROPOSAL FORM REMOVAL OF UNDERGROUND STORAGE TANK POLICE STATION 2495 Ali -Baba Avenue, Opt-locka, Florida 33054 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, materlals, equipment, tools, superintendence and services necessary to provide a complete, in place Project for the Proposed Price of: LUMP SUM PRICE: $ 54,625.00 SUBMITTED THIS 28 DAY OF September BID SUBMITTED BY: Lutz Petroleum Equipment Installations, Inc Company Kevin Moore Name of Person Authorized to Submit Operations Manager Title (954) 971-5222 2021. Telephone Number Fax Number iutzpei@lutztanks.com Email Address Removal of Underground Storage Tank RFP#21-0929200 ADDENDUM -01 A site visit will be held on Tuesday, September 21, 2021 at 10:00 a.m. The Site Visit will be held at the City of 0pa-locka Public Works Department located at 12950 NW 42nd Avenue, 0pa-locka, FL 33054. Removal of Underground Storage Tank RI:P#21-0929200 ADDENDUM•02 Please see responses to all questions asked to date: 1. 1 would like to request a planholders or bidders list? Please see the attachment CITY OF OPA-LOCKA RFP NO: 21-0929200 REMOVAL OF UNDERGROUND STORAGE TANK SEPTEMBER 14, 2021 @ 11:00 A.M. MANDATORY PRE -BID MEETING THE MUNICIPAL COMPLEX, 780 FISHER MAN STREET, STE . 220, OPA-LOCKA, FL 33054 NAME COMPANY NAME EMAIL PHONE # Sha`mecca Lawson City of Opa-locka slaws on@opalockafl.gov 305-953-2821 Ulises Mu noz Aim Constru ction Management aimconstructionmgt(agmail.com 305-970-9925 Mark Watson Gulfstream Petro le um Services markCa�gpsfuel.c om 305-281-7240 Sal Caccamo Lutz Pe troleum stulutzPbellsouth.net 954-444-3066 Airia Au stin City of Opa-locka aaustin@opalockafl.gov 305-321-2595 Andrey Ban nerman The Bannerman Group theban nerma ngroup@gmail.c om 305-216-4215 Roberto Treto The Stout Group rtreto@thestoutgroup.com 786-4524481 CITY OF OPA-LOCKA RFP NO: 21-0929200 REMOVAL OF UNDERGROUND STORAGE TANK SEPTEMBER 21, 2021 @ 10:00 A .M. CITY OF OPA-LOCKA POLICE WORKS DEPARTMENT - 12950 NW 42ND A VENUE, OPA-LOCKA, FL 33054 SITE VISIT NAME COMPANY NAME EMAIL PHONE # `G` 1.n Pc l a 1. ..rtuzr C. .N -%j. Q 4! Op_ -1 c.ktc '1,.0,% .4.--. �Cs- ors --3 .- z.--‘ ..%.- ��f/5-67 PS,-- Z L!4 i/ //////' .477/j ,, �-/� t�24, Gam, trctc.�t-cam, /�* a/2,-, c ,,,,, /1,-.jI 1r-- n -2y 1 ,,d- d. - ?7 2J' . /o hN am- l:5 o.,,-- �G. fs; 2c -, ,e4?2aGc ;/NL Stw-cft C -S ✓s4, G G rs• T. Z. ti cP-L-t 303 9 X.-5--6. --57 140'116 f� 14 o Csr-L f e� L�ik- R 2., ,'L . 7.0:17.- f t y IL -1-4P P 2-i k- t Vii 2 k3 , ,t. .:n.+. itz),A.--.�ectik_ 0 PA, c4e 6 A1.- .CQ1/ T S-2- l -z3 ` f, ti ' �i• t' L..�1Viy(ev-ir-C;i')(;'L_:. C? f bb� , �,� '/j� ''77 yr^ t. Removal of Underground Storage Tank RCP#21-0929200 ADDENDUM -03 Please see responses to all questions asked to date: 1, Are the two sites to be bid independently or combined? The two sites should be bided Independently. Price proposals are attached to include the Police Station. 2. Is there a bonding threshold? The threshold requiring bonding is $200,000. 3. At the Police Station, is asphalt paving required after the tank removal since the building is to be demolished? The work site should be backfilied and compacted; no asphalt work will be required. 4. Should we include line item pricing for the removal, loading and disposal of contaminated soil along with clean fill? Line -Item pricing should be specified for the removal, loading, and disposal of contaminated material. 5. Is the contractor responsible for the Tank Closure Report, sampling and lab analysis? 'I'he contractor will be responsible for tank closure report for both sites, including sampling and lab analysis. 6. Please confirm the scope of work at the Police Station. Scope of work for the former police station site located at 2495 Ali -Baba Avenue. Additional Scope of Service for fuel tank removal at the Police Station 249S Ali -Baba Avenue. • Remove two (2) approximately 4,000 -gallon underground storage tanks, type unknown. • Remove two associated fuel dispensers. • Remove one (1) approximately 1,000 -gallon underground storage tank, type unknown. • Remove one associated fuel dispenser. • Remove two (2) approximately 280 -gallon aboveground storage tanks. Removal of Underground Storage Tank RFP#21-0929200 ADDENDUM -04 Please see responses to all questions asked to date: 1. Es there any liquid contents in the tanks at the police station site, mainly the three underground tanks. As they will have to be pumped out prior to removal. All three tanks at the Police Station are filled with water. Removal of Underground Storage Tank RFP#21-0929200 ADDENDUM -05 Due to the large volume of questions the deadline to submit proposals have changed. Please see the date below: Date changed from September 29, 2021 at 2:00 p.m. to October 6, 2021 at 2:00 p.m. Removal of Underground Storage Tank RFP#21-0929200 ADDENDUM -0b Please see responses to all questions asked to date: 1. Addendum # 03 states that the two sites should be bided independently. Is it the intention to award the project to the overall aggregate total price for the two sites, or is each site to be awarded independently and will be both sites be awarded. The two sites will be awarded independently, please bid these projects independently of each other. 2 3 4 6 7 8 Table of Contents Letter of Transmittal General Information Project Approach Experience and Qualifications Schedule Pricing of Services References Additional Forms 9 10 Letter of Transmittal LUTZ PETROLEUM EQUIPMENT INSTALLATIONS, INC. 2351 N Powerline Rd. * Pompano Beach * Florida 33069 * (954) 971-5222 * Service Station Construction ,f Tanks Installed, Removed, Lined & Tested * Fuel Piping Environmental Site Assessments * Recovery Systems * Monitoring Wells Installed To The City of Opa-locka, It is our understanding that the city of Opa-locka is requesting proposals to remove the underground storage tanks, associated piping and dispensers at the Public Works Facility located at 12950 NW 42 Ave. and the Police Station located at 2495 Ali Baba Ave. in Opa- locka. We are submitting a brief documentation demonstrating our capabilities and experience, and invite your careful review as we are confident in our ability to fulfill the requirements of the project. Lutz Petroleum is a State of Florida Certified Pollutant Storage Contractor and has earned a reputation for quality, responsiveness, and cost-effective solutions for our clients. Authorized Representatives of Lutz Petroleum Equipment Installations Stuart Lutz, President PCC 045027 10472 Lake Vista Circle Boca Raton, Fl. 33498 Henry Lutz, Vice President PCC 045036 2020 Clinton St. Linden, NJ 07036 Kevin Moore, Operations Manager CBC 1256127 16078 128 Trail N Jupiter, Fl. 33478 LUTZ PETROLEUM EQUIPMENT INSTALLATIONS, INC. 2351 N Powerline Rd. * Pompano Beach * Florida 33069 * (954) 971-5222 * Service Station Construction * Tanks Installed, Removed, Lined & Tested * Fuel Piping Environmental Site Assessments * Recovery Systems * Monitoring Wells Installed I hereby certify the contents of the proposal submitted by Lutz Petroleum Equipment Installations, Inc. to the City of Opa-locka, Florida in response to RFP 21-0929200, Removal of Underground Storage Tanks. Stuart Lutz President Lutz Petroleum Equipment Installations, Inc. General Information LUTZ PETROLEUM EQUIPMENT INSTALLATIONS, INC. 2351 N Powerline Rd. * Pompano Beach * Florida 33069 * (954) 971-5222 * Service Station Construction N' Tanks Installed, Removed, Lined & Tested * Fuel Piping Environmental Site Assessments " Recovery Systems * Monitoring Wells Installed Lutz Petroleum Equipment Installations, Inc. 2351 N Powerline Rd. Pompano Beach, FI. 33069 (954) 971-5222 office Stuart Lutz (954) 444-9077 stulutz a( bellsouth.net Kevin Moore (954) 444-3066 Iutzpei(a7lutztanks.com Tania Vignola (863) 659-1290 accountingfl@lutztanks.com Business Hours: 7:00 — 4:30 Lutz Petroleum Equipment Installations, Inc. is a local corporation organized under the laws of the State of Florida, filed on March 28, 1985. Office is located at 2351 N Powerline Rd., Pompano Beach, FI. 33069 and has 6 full time employees. Lutz Petroleum Equipment Installations, Inc. is licensed by the State of Florida as a certified Pollutant Storage Systems Contractor. License #'s PCC 045027 & PCC 045036 Herbert Lutz & Co. is affiliated with Lutz Petroleum Equipment Installations, Inc. and is licensed by the State of Florida as a Certified Building Contractor. License # CBC 1256127 Ron DeSantis, Governor CONSTRUCTIO ps. F R cENSING BOARD STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION Halsey Beshears, Secretary dE5 THE POLLUTANT STORAGE• ; . 'It `'L ,' Al ' .1.1 ..i*'T% t.11• '+ PROVISI _ t+- ; u , i +1, J I A ft, ','� �\ i tad ti� ,5 0 , f*,;:'...1"'` :del? .' II Eri rLE , 1 '1 0 --V.,' \, 'I' 1 IC • ) L.4i Li , . %,,,i -iv 0 LUTZ ' a; w 1 LIG ° 027 EXPIRATION DATE: AUGUST 31, 2022 Always verify licenses online at MyFloridaLicense.com IS CERTIFIED UNDER THE TUTES INC. 1 Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. • Owner Name: LUTZ STUART i!/QUAL Business Location: 2351 N POWERL.INE RD POMPANO BEACH Business Phone: 954-971-522;1 Rooms Tax Amount --- 7_no Seats _ .::•,nsesarnoax a mrsra-.sr ZX 'r 'tM?:9;".w_r7.,Frmr::f9ffi 3_ 1;? f 01 BROWARD COUNTY LOCAL BUSINESS TAX RECEIPT 115 S. Andrews Ave., Rm. A-1100, Ft. Lauderdale, FL 33301-1895 — 954-831-4000 VALID OCTOBER 1, 2021 • THROUGH SEPTEMBER 30, 2022 DBA: Receipt#189-616G Business Name: LU'T'E PETROLEUM EQUIP INSTL INC Business Type: ALL OTuert TYPES CONTRACTOR (POLLUTANT STORAGE: SYS CONTRACT) Business Opened:11./o1/1905 State/County/CeriiReg:Pcc04 5027 Exemption Code: Employees 5 Machines Professionals For Vending Business Only Number of Machines: Vending Typo: Transfer Feo NSF Fee Penalty Prior Years Collection Cost 0.00 0.00 0.00 0.00 0.00 Toler Paid 27.00 THIS RECEIPT MUST BE POSTED CONSPICUOUSLY IN YOUR PLACE OF BUSINESS THIS BECOMES A TAX RECEIPT WHEN VALIDATED Malting Address: This lax is levied for the privilege of doing business within Brower(' County and is non -regulatory in nature. You must meet all County and/or Municipality planning and zoning requirements. This Business Tax Receipt must be transferred when the business is sold. business name has changed or you have moved the business location. This receipt does not indicate that the business is legal or that it is in compliance with State or local laws and regulations. LUTZ 81::'T+ROLEI.1M EQUIP INST1, INC 2.351. N POWERLTNR RD POMPANO t3RAC11, FL 13069 -1208 2021 - 2022 1- �(j G;J Receipt i#1CP-20-00007951 Paid 07/15/2021 27.00 fit 07/14/2021 Effective Date } t: 9 ilk rairAM°: ;A'iiTFri i' ;.;;.AiM im'O W31 . rZtrse-1A/A i t /+/111AITV 1 !i-• AI CI IC IAICQC T'A V Drr•CIDT Project Approach LUTZ PETROLEUM EQUIPMENT INSTALLATIONS, INC. 2351 N Powerline Rd. * Pompano Beach * Florida 33069 * (954) 971-5222 * Service Station Construction * Tanks Installed, Removed, Lined & Tested * Fuel Piping Environmental Site Assessments * Recovery Systems * Monitoring Wells Installed Lutz Petroleum is a Construction and Pollutant Storage Installation company located in South Florida established in 1985, providing its customers with efficient, cost effective, quality service. All aspects of the company's operation, including storage tank removals and installation are performed with the highest regard for professionalism and integrity. Our list of current and past clients include Shell Oil Co., Exxon -Mobil, Texaco, Amoco / BP, Power Petroleum, Coral Petroleum, Broward County Transit, Broward County Schools, Palm Beach County Schools, Miami Dade County Schools along with numerous city and municipal agencies. Qualified and experienced management and staff provide Lutz Petroleum a solid foundation to build upon. Our staff averages 30 years of experience in the pump and tank industry. Our employees have received installation training from the major manufactures of the industries products and components Safety is paramount at Lutz. Each day begins with a tailgate meeting to go over the day's task and what is needed to complete those task safely, not only for those performing the task but for everyone at the site. Doing a job safely involves proper training. Our employees receive general construction safety training and annual safety training designed for the petroleum installations industry. Safety, experience and quality separates Lutz from their competitors in providing cost effective solutions in the installation and removal of underground and aboveground fuel tanks. LUTZ PETROLEUM EQUIPMENT INSTALLATIONS, INC. 2351 N Powerline Rd. * Pompano Beach * Florida 33069 * (954) 971-5222 Service Station Construction * Tanks Installed, Removed, Lined & Tested " Fuel Piping Environmental Site Assessments * Recovery Systems * Monitoring Wells Installed Project List Palm Beach County FD&O John Tierney (561) 233-0252 Palm Beach County Fleet Teshana King (561) 233-4555 Chambliss Group Hunter Chambliss (954)938-7211 Palm Beach County Schools Anne Meador (561) 248-2427 Hunter Merchant Crane Barry Assad (954) 275-7345 City of Margate Denis Bross (954)975-3307 Broward County Schools Luis Guedes (754) 321-4453 Hazen & Sawyer Diane McKinley (954) 987-0066 Underground Fuel Piping Replacement Regulatory Specialist JTierneyCa�pbcgov.org UST and Dispenser Sump Replacements Fuel systems Coordinator TKing2(a.pbcgov.org Overfill Spill Containment Owner Hunter@ChamblissGroup.com Underground Lift Removal & Replacement Sr. environmental Specialist Anne. Meador(apalmbeachschools.org Tank Closure Operations Manager merchantcrane cz gmail.com UST Improvements Fleet Service Manager dbross@margatefl.com UST Improvements Supervisor luis.n.guedes@browardschools.com UST Removal & AST Installation Engineer dmckinlev@hazenandsawyer.com Experience and Qualifications LUTZ PETROLEUM EQUIPMENT INSTALLATIONS, INC. 2351 N Powerllne Rd. * Pompano Beach * Florida 33069 * (954) 971-5222 * Service Station Construction * Tanks Installed, Removed, Lined & Tested * Fuel Piping Environmental Site Assessments * Recovery Systems * Monitoring Wells Installed Lutz Petroleum Equipment Installations, Inc. has been continuously in operation for 36 years. Lutz Petroleum Equipment Installations Inc. is licensed by the State of Florida as a certified Pollutant Storage Contractor. License numbers PCC 045027 and PCC 045036. Resume attached for the following Stuart Lutz Henry Lutz Kevin Moore STUART H. LUTZ EDUCATIONAL BACKGROUND: Bachelor of Arts: Liberal Arts Studies, University of Baltimore, Baltimore, Maryland, 1973 PROFESSIONAL LICENSES, CERTIFICATIONS AND AFFILIATIONS: Licensed Florida Slate Pollutant Storage Systems Specialty Contractor - License # PCC045027 Approved N.E.P.C.O. Spill clean-up Contractor Petroleum Equipment Contractors Association - Representative to State of New Jersey for drafting of State Regulations and Licensing Act. Petroleum Equipment Institute NJDEPE Certified to perform UST Installations, Closures, Corrosion Specialist, and Subsurface Evaluations UST Certification #G0000574 Licensed Weights and Measures Repairman, State or N.J.-10 years. WORK EXPERIENCE: May 1992 - Present: Lutz Petroleum Equipment Installations Inc. 2300 NW l6' Street, Pompano Beach, FI 33069 President June 1973 —May 1992 Herbert Lutz & Compuny, inc., 2020 Clinton Street, Linden, New Jersey 07036 Vice President — Treasurer Duties include administrative coordination of company operations including supervision of new construction, purchasing, bid evaluations and general coordination on company projects. Inlernel with clients and assist in hearings for new site approval and the obtaining of variances and permits. Interact with legislative panels to help in the formation of regulations. Chief of Staff for the lank lining division. Chief Operating Officer of Lutz PEI, Inc. Founding partner of Lutz Environmental, H. Lutz Tank Lining and Lutz PEI, Inc. PROFESSIONAL PRESENTATION: Participated in P.A.C.E., the first North American Petroleum Equipment Seminar, held in Montreal in 1982. Attendance at several hydrocarbon recovery and assessment programs. Conducted presentations specifically addressing damage control for leaking underground storage tames at P.E.I. National Conventions from 1982 to present. Also conducted presentations het rc the National Corrosion Engineers at Stevens Institute in 1985. Sponsored a seminar on Petroleum Equipment Installations and Testing in South Florida in 1986; subjects covered included hydr )ca rho❑ clean-up and site asscssnlcnl. C:1Documents and Seltings\Default User.DBOTY5C11Local SettingslTemporary Internet FilesIConlenl.IE5ISPKMUS441Statement%20or%20Quakficalions%20(lutz%202011)11).doc HENRY J. LUTZ, ESQ. EDUCATIONAL BACKGROUND: LEGAL: .iuris Doctor Degree: University of San Diego School of Law, Aleala Park, San Diego, CA, May 1986 UNDERGRADUATE: Bachelor of Arts Degree: University of Miami, Coral Gables, Florida, May 1983 WORK EXPERIENCE: June 1986 - Present Herbert Lutz & Company, Inc., 2020 Clinton Street, Linden, Ncw Jersey 07036 President/Chief Operating Officer. Manages day to day operations Lutz Petroleum Equipment installations Inc. 2300 NW 16" Street, Pompano Beach, Fl 33069 Vice Treasurer PROFESSIONAL LICENSES, CERTIFICATIONS AND AFFILIATIONS: Member Florida Slate Bar (13y Exam) Member Ncw Jersey Slate Bar (By Exam) IVlcmhnr California Stale Bar (13y Exam) Certified Petro-Tite Tank and Line Tesler (By Exarn) Licensed Florida Stale Pollutant Storage Systems Specialty Contractor - License #PCCO45{}36 NJDEI'E Certified to perform UST installations, Closures, Corrosion Specialist, and Subsurface Evaluations UST Certification #00000575 Petroleum Equipment Contractors Association Petroleum Equipment Institute - License #i'CC045036 PROFESSIONAL PRESENTATION: Appeared before Judicial Tribunals, Municipal Zoning and Planning Boards, and State Regulatory COMM is ions concerning issues pertinent to proper management of underground fuel storage facilities. C:1Documenls and SelIiingslDelaull User.DBOTY5C1tlocal SellingstTemporary Internet F4esaContenl.IE5aSPKMUS4415lalemenl'X2001°%20Qualiricarions%20(Lulz'Yo202011)f 11.doc KEVIN M. M(-)OR1s WORK EXPERIENCE: 20(1O •- Preseal 1992 2f)(H 19;(7 - 1992 1984 -- 1987 LIIi-7. 1'.l.i.1., Inc. -- Pompano Beach, PI (Slrperiltfentlenl) I)irccl supervision of field employees. Make staffing decisions, i.e, formation of tvnrk tcarns, placement of teams, to rneel established demands and deadlines. Point of winner fur CUslnnlul:ti requiring service. New business and maintenance of existing acctnnlls, 1,iaison to Federal and Stale Agencies, i.c. I.invironnlcnl, Siale I)eparlmellls of Weights and Measures. 1)evclopntcntofstrong working; relationships with Melcl Maintenance Supervisors, and Ellgincels of major (.)il Companies. Responsible rig cstin)aring incoming jobs In include materials nntf LI1tz P.11.1., hie. -Pon►1ano Beach, 1;1 (Foreman) I)irccl enslonlcrcnnlacl ill counter sales Acted as liaison for oilier contractors on sllhu)nrracling assignments Administered Ilse Involliory 1(ecoll(:ilialion Program in an cflorl to deice' leakage problems and ol(lnifnr fuel cnnslnni)lion. Installed and 1)I't)Vitled IeeIIIIicaI sI-1pptlrl t►1 cuI11pIllerized network l)unsl)irt1, mid communications systems, i.e. sell' service humus, on-sp1I credit cart) ;milli r'izalinn, etc. Supervised work learns in successful cnmplclinrl of daily Schetlllles. .lames (1. Walters Conlractnrti •- Tuxedo, Maryland (StlperinlcllticnI) • .lames G. Wailers Conlraclt►I;s •- Tuxedo, Maryland (Foreman) S.111112 CORP. OOCSIRestones1Krwn Moore Resume 2011 rtnr. Ki;v1N M. MOORE EDUCATIONAL I3ACKGROUN1): Major: I-;ngineering Minor: Ilusincss Administration September I9S11—June 1984 September 1979 - 19X0 September 1975 — 1979 Northern I<entueky University Alexandria, Kentucky Uuiversify of Kentucky Lexinhlon, Kertlnelcy 13eechwoo 1 High Sell, ol For1 Mitchell, I<eultteky PIt()1'i;SSIONAL LICENSES & CER'I'l!'1CA'I'IONS: (:crliflect Building Contractor, Stale of Florida License it CDC -1256127 (:erIiliel OSI IA Supervisor Certified Petroleum Mechanic, Slate of Florida Licensed Tank installer, Stale of Maryland Certified Petro -Tile :tank antl Line Testing C.:erlified Service Technician and Installer for the following: • 8 -Moor l Ia'nrtl Supervisor/Management Refresher • VeeICr hoot oink Monilnrinb • Itel .1;rckel Pumping Systems • 17.1!.. Petro Pumping Sysfcros • Antcrnn Pipe • 1.?ttvirrnt Pipe • AI''I' pipe. • A.O. Smith • Containment Solutions • BP Passport Safely Certified • API Safely Key S 11U rL CORP. DUCS1Rewnnas1Kovin Moore Resume 7011 tlor. LUTZ PETROLEUM EQUIPMENT INSTALLATIONS, INC. 2351 N Powerline Rd. * Pompano Beach * Florida 33069 * (954) 971-5222 * Service Station Construction * Tanks Installed, Removed, Lined & Tested * Fuel Piping Environmental Site Assessments * Recovery Systems * Monitoring Wells Installed Schedule Engineering of plans for permit submittals 2-3 weeks Permit submittals (County and City) 3-4 weeks Mobilization and Utility locates 1 day Disconnect, safe off, remove equipment 1 day Remove, load and dispose of concrete 1 day Excavate, sample soil, remove tanks 1 day Backfill and compact asphalt sub base 1 day Asphalt 1 day Clean up and demob 1 day Upon issuance of permits project will scheduled within 2 weeks. Project duration 7-10 days. Pricing of Services LUTZ PETROLEUM EQUIPMENT INSTALLATIONS, INC. 3251 SW 13 Dr. Ste. D * Deerfield Beach * Florida 33442 * (954) 971-5222 * Fax: (954) 969-5828 Service Station Construction * Tanks Installed, Removed, Lined & Tested Environmental Site Assessments * Recovery Systems * Monitoring Wells Installed Date: October 1, 2016 Page One of One Labor and Equipment Rates 7 .Alod UA//OAI /A/o r 141.44-,7. (1 0A-14 Labor: Electrician, Master $110.00 / hour Electrician, Journeyman $ 90.00 / hour Plumber, Master $110.00 / hour Plumber. Journeyman, Pipefitter $ 90.00 / hour Concrete Finisher $ 75.00 / hour Laborer $ 60.00 / hour Equipment Operator $ 90.00 / hour Technician $ 90.00 / hour Foreman, Job $120.00 / hour Supervisor, Project $150.00 / hour Principal $ 175.00 / hour Administrator $ 75,00 / hour Clerical $ 60.00 / hour Equipment Air Compressor w/ tools $250.00 / day Backhoe / Combo $750MO / day Excavator, 35-40 ton $2500.00 / day Excavator, LR 32-35 ton $2250.00 / day Loader, 3-3.5 yd $1200.00/ day Loader, compact $ 625.00 / day Compactor, walk $ 300.00 / day Pipe Fitting Truck $ 4(.00 / hour Rented Equipment, Misc. Cost plus 20 % Materials Additional materials Subcontractors Cost plus 20% Cost plus 20% LUTZ PETROLEUM EQUIPMENT INSTALLATIONS, INC, 2351 N Powerline Rd. * Pompano Beach * Florida 33069 * (954) 971-5222 * Service Station Construction * Tanks Installed, Removed, Lined & Tested * Fuel Piping Environmental Site Assessments * Recovery Systems * Monitoring Wells Installed Contaminated Soil Disposal Excavation $ 15.00 per ton Transportation $ 15.00 per ton Disposal $ 60.00 per ton Minimum charges may apply. Quoted pricing for disposal at local landfill. References LUTZ PETROLEUM EQUIPMENT INSTALLATIONS, INC. 2351 N Powerline Rd. * Pompano Beach * Florida 33069 * (954) 971-5222 * Service Station Construction * Tanks Installed, Removed, Lined & Tested * Fuel Piping Environmental Site Assessments * Recovery Systems 't Monitoring Wells Installed Removal of Underground Storage Tank Services 1. Broward County Public Works Water and Wastewater Operations Division Removal of (6) 10,000 gallon USTs and Installion of (2) 30,000 gallon ASTs Mark Grealy Maintenance Manager 954-520-5881 mgrealy@broward.org 2. Primoris / Cardinal Contractors Broward County Pump Station 454 Removal of (1) 3,000 gallon UST and Installation of (1) 3000 AST Nathan Roozrokh Project Manager 407-595-0470 nroozrokhCd�brim.com 3. Butler Construction Parc Regent Condominium Palm Beach Removal of (1) 3,000 UST and Installation of (1) 6,000 UST Stephen Butler Project Manager 561-644-3579 sebutler@butlerconstructionusa.com RFP NO. 21-0929200 REMOVAL OF UNDERGROUND STORAGE TANK PROPOSER QUALIFICATIONS 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: Lutz Petroleum Equipment Installations, Inc Address: 2351 N Powerline Rd. City, State, Zip: Pompano Beach, Fl 33069 2. Check One: Corporation () Partnership () Individual ( ) 3. If Corporation, state: Phone/Fax: 954-971-5222 Date of Incorporation: 28, 1985 State in which Incorporated: Florida 4. If an out-of-state Corporation, currently authorized to do business in Florida, give date of such authorization: 5. Name and Title of Principal Officers Stuart Lutz Henry Lutz Date Elected: 6. The length of time in business: 36 Years years 7. The length of time (continuous) in business as a service organization in Florida: 36 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-locks and will he elector considered in awarding any resulting contract, The purpose is to insure that the Contractors, in the sole opinion of the City ofOpo-locks, can sufficiently and efliciently perform al! the required services in a timely and satisfactory manner as will be required by the subject contract If there are any terms and/or conditions that are in conflict, the most stringent requirement shall apply. 15 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 an Proposer is not required to exceed 17 that which is normally possessed by a prudent person in the ordinary course of business dealings. E. The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Proposer knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default. AS THE PERSON AUTHORIZED TO SIGN THE STATEMENT, I CERTIFY THAT THIS FIRM COMPLIES FULLY WITH THE ABCLVE1 QUIREMENTS. Signature �c :.-�.L Gam=-. -/ Printed Name Stuart Lutz 18 CITY OF OPA-LOCKA RFP NO. 21-0929200 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 hid/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 Stuart Lutz (Name) President of Lutz Petroleum Equipment Equipment, Inc, (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 Statutesr ch are identified in numbers (1) through (6) above. the r-2 i Date 7f 19 Signature- CITY OF OPA-LOCKA NON -COLLUSION AFFIDAVIT STATE OF FLORIDA - COUNTY OF MIAMI DADE Stuart Lutz being first duly sworn, deposes and says that: (1) He/She/They is/are the President (Owner, Partner, Officer, Representative or Agent) of Lutz Petroleum Equipment Equipment, Inc. the PROPONENT that has submitted the attached proposal; (2) He/She/They is/are fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; (3) Such Proposal is genuine and is not a collusive or sham Proposal; (4) Neither the said PROPONENT nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other PROPONENT, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; •or to refrain from Proposing in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any PROPONENT, firm, or person to fix any overhead, profit, or cost elements of the Proposal or of any other PROPONENT, or to fix any overhead, profit, or cost elements of the Proposed Price or the Proposed Price of any other PROPONENT, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; (5) The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the PROPONENT or any other of its agents, representatives, owners, employees or parties of interest, including this affiant. Sign P t?sealed aid delivered in the presence of: Wi" ` By: W' ness Stuart Lutz President 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 bel wfuily used as a basis for service delivery. Sworn and subscribed before this y of 'Tect1J, ti., 20 2t Notarf Public, State of Florida ; J),A, L u'��» (Printed Name) My commission expires: ie1�D�lzc?L1 Notary Pubbc State of Fiona Kevin Mark Moore My Commission GO 364247 Expires 08i01112023 By: f? x �y- c Title: President 21 1E -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-consultants/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 al] 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/subconsultants/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-Iocka; and Should vendor become successful Contractor awarded for the above -named project, by entering into this Contract, the Contractor becomes obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes but is not limited to utilization of the E -Verify System to verify the work authorization status of all newly hired employees, and requiring alI subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. If this contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. Company Name: Lutz Petroleum apipment Install ' s, Inc / 7_ ' r Authorized Signature: % �'k _.. Print Name: Stuart Lutz Title: President Date: 7f26z,i 23 See attached document for Exhibit "N.' BID PROPOSAL IN RESPONSE TO RFP NO. 21-0929200 PROPOSAL FOR SERVICES DATED 10-06-2021 BY: GULFSTREAM PETROLEUM SERVICES INC. FOR REMOVALOFUNDERGROUNDSTORAGETANKS AT 12950 NW42nd Ave. OPA-LOCKA, FL 33054 AND 2495 ALI BABA AVENUE OPA-LOCKA, FL 33054 Page 16 of 17 GULFSTREAM PETROLEUM SERVICES, INC. City of Qpa=Locka RFP No: 21-0929200 Removal of Underground Storage Tanks Guffstream Petroleum Services Inc, 936 SW 1 Ave #439 Miami, FI. 33130 (305) 281-7240 Contact Person; Mark Watson Mark@gpsfuel.com Table of Contents 1. Letter of Transmittal Page 2 2. General Information Page 3 3. Project Approach Page 4 4. Experience and Qualifications Page 5 5. Schedule Page 6 6. Pricing of Services Page 7 7. References Page 8 8. Additional Forms Page 9 1 Letter of Transmittal Gulfstream Petroleum Services inc. fully understands the City of opa- locka's request for the fuel tank removal at both the Public Works and Police Station facilities. We have done a site visit and reviewed the bid documents. Asa petroleum tank contractor with over 15 years experience we have completed numerous tank removals for both private and public entities in Florida and this project doesn't pose any abnormal exceptions. Authorized Personnel to represent Gulfstream Petroleum Services Inc. Mark Watson, President 936 SW 1 Ave #439 Miami, Ft. 33130 305-281-7240 John Watson, Project Manager 936 SW 1 Ave #439 Miami, FI. 33130 305-986-5639 1, Mark Watson, President of Gulfstream Petroleum Services inc. certify the contents of this response to The City of Opa-Locka's request for proposal. �d o.� 2 IoNa) General Information Name of Business: Gulfstream Petroleum Services Inc. Address: 936 SW 1 Ave #439 Miami, Fl. 33130 Phone Number: 305-281-7240 N/A Normal Business Hours: 7:00 am — 4:00 pm Local business incorporated in Florida Date and location of Incorporation: May 25, 2005 Florida Local Office & Number of Employees: 936 SW 1 Ave #439 Miami, Fl 33130. Eight employees Not a parent company State of Florida License # PCC1256785 (see attached) 3 Project Approach Gulfstream Petroleum Services inc. will mobilize to the site and conduct a survey toestablish a work area, staging area and exclusion area. Safety fencing will be used to keep the exclusion area free of un authorized people and vehicles. Once work has begun, only authorized people will be allowed into the area. All parties who need job related information will be kept in the loop via phone call and email. Any changes to the schedule or scope of work will be agreed upon and confirmed via email. Any change resulting in a change order to the contract sum will be done so via change order proposal and written agreement. Once tank excavation is complete and UST's are removed from excavation, we will conduct with the City of Opa-i_ocka, Miami -Dade County DERM and the environmental consultants all inspections, sampling and witness UST condition_ After agreement by all parties on the condition of excavation soil and groundwater and approved, the excavation will be backfilled to grade with clean fill; and compacted to required density. Asphalt will be replaced as required. TCAR will be completed by environmental consultant and submitted to DERM for review and approval. A copy will also be sent to the owner for their records. DERMS review letter will be sent to the owner as well when issued. 4 Experience and Qualifications Gulfstream Petroleum Services Inc. has been in business since 2005. We have performed hundreds of tank removals and installations throughout the State of Florida. Some of our customers include: Mlami-Dade County, City of Plantation, South Broward Drainage District, South Florida Water Management, Seminole Tribe of Florida , Baptist Health, US Coast Guard as well as numerous general contractors. Gulfstream Petroleum Services Inc. prides itself on providing successful turnkey petroleum storage solutions to our clients. Current and Relevant Projects South Broward Drainage District S-1 Fuel Tank Replacement Remove one 8,000 gallon AST and Install one 8,000 gallon AST and associated concrete slab and piping. Kevin Hart District Director 954-680-3337 Kevin@sbdd.org Marathon 17th a Causeway Fuel Tank Removal Remove two 12,000 gallon UST's and backfill to grade Daniela Trudel EVP, CFO Robert Finvarb Companies 305-866-7555 ext. 014 Daniela@finvarb.com Miami -Dade County Parks and Recreation Black Point Marina Tank Removal Remove two 12,000 gallon UST, backfill, replace asphalt and conduct environmental TCAR David Leyva Construction Mgr. 305.-596-4460 ext. 50.01273 David.leyva @rniamidade.gov See attached Mark Watson Resume 5 Schedule Prep site and removal of asphalt Excavate UST's and stockpile Sampling and Inspections Backfill with clean fill and compact New asphalt Clean up site 6 1 day 2 days 1 day 2 days 1 day 1 day Pricing Services Hourly Fees: 65/hr Labor 85/hr Supervisor Materials: Cost plus 20% mark up References Marathon 17th St Causeway Fuel Tank Removal Remove two 12,000 gallon UST's and backfill to grade Daniela Trudel EVP, CFO Robert Finvarb Companies 305-866-7555 ext. 014 Danlela@finvarb.com Miami -Dade County Parks and Recreation Black Point Marina Tank Removal Remove two 12,000 gallon UST, backfill, replace asphalt and conduct environmental TCAR David Leyva Construction Mgr. 305-596-4460 ext. 5001273 David.Leyva@miamidade.gov Miami Jewish Health Fuel Tank Replacement Remove existing 2,000 gallon UST and install new 2,000 gallon AST, equipment and fuel piping George Tailed() 305-762-1461 GTalledo@miamijewishhealth.org 8 Additional Forms See attached: Proposer Qualifications Form Resume State License & County Tax Receipt Price Proposal Forms (2) — Public Works and Police Station Debarment Form Drug -Free Workplace Form Non -Collusion Affidavit Non -Discrimination Affidavit E -Verify Addendums 1-6 RFP NO.21-0929200 REMOVAL OF UNDERGROUND STORAGE TANK PROPOSER QUALIFICATIONS 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: 61 ilikrA PelrMll i \ Vitylas ,�`NC • Address: 936 si4 1 Aiit 'MI City, State, Zip: 01 1 F U131) Phone/lax: 3Os'a r' 71 Y ) 2. Check One: Corporation W Partnership () Individual ( ) 3. If Corporation, state: j Date of Incorporation: as as State in which Incorporated: . . 4. [fan out-of-state Corporation, currently authorized to do business. in Florida, give date of such authorization: ro A 5. Name and Tide of Princlpal Officers 00ii u4Cfid P1/&0i Date Elected: sjasl1r 6. The length of time in business: 1 b 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) Nola: Information requested borsht and submitted bythe proposers willboanalyzedbythe CityofO a-iockaand will be a factor considered inaw+ardtns cony resvldr{q contract rho purpose is to insure that the Contractors, la the soft opinion of the City of dpadocka, tour sufficiently and efficiently perform all the requirott service in a timely and satisfitctory manner as wit, be required by thn subject contract if there are arty terms and/arconditions that ars in conflict thamost striagantrequhnmentshaiapply. 15 Mark Watson Objective Contractor Qualification Experience : Petroleum Technical Services 1993-1998 Began working at PTS as a pipefitter. Moved on to heavy equipment operator and project manager. Palmetto Middle $cheol 1998-2004 Taught industrial Arts Miami Dad dire Rescue 2004 -Current Firefighter and Paramedic Front ne Environmental 2007-2012 Company qualifier. Handle all permitting and plans. Project Manager Gulfstreanp Petroleum Services 2005 -Current Owner and President Oversee all day to day operations, business management, project scheduling and completion. Education: Miami Dade College 1993-1995 Appalachian State University BS 1995-1998 Sidlls: Completed Stephen Covey Leadership Seminar Microsoft Word/Excel Quickbooks. PCC1256785 Paramedic Firefighter Ron Desantls, Governor STATE OF FLORID A DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIO N Halsey Beshears, Secretary dbyid CONSTRUCTIO M, LICENSING BOARD THE POLLUTANT STORAGE "x '` ti ' "•`t'=.� � } w = . IS CERTIFIED UNDER THE PROVIS! .�.'~� F �' :. _.. ': IS I 1.10115 785 EXPIRATION DATE: AUGUST 31, 2022 Always verify licenses o nline at M[yFloriclaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyon e o ther than the licensee to use this document . Local Business Tax Receipt Miami -Dade County, State of Florida —THIS IS NOT 01U. -DO NOT PAY 6993464 BUSINESS NAMEILOCATION GULPSTFIEAM PETROLEUM SERVICES INC 93& SW 1ST AVE 439 MIAMI, FL 33130 OWNER SULFSTREAM PETROLEUM SERVICES INC (^..(r) o WOK j WNAT§oN 1 RECEIPTNO. RENEWAL 7269004 LBT EXPIRES SEPTEMBER 30, 2022 Wet be displayed at place of business Pa raw] nt to County Code CINSter 0A — Art. 9 & 10 s 0— TYPE OR ii4SlfileSe 196 SPEC MECHANICAL CONTRACTOR PC01258785 PAYMENT RECEIVED BY TAX COU.ECTOR 45.00 071261'2021 1NT-21-351016 Thletncel HesinossToo Rossipt only contains pbystael of tic loved Boeieoss Tex The Honig is nit a Itoonep, peenil. or a esolgoedbn oltho bddses sireliilcmiiet to In besianss. Holder owl comply ad& arty govonitkontnl ornoosmium sold PINA NTIawsandraquitoniensvdtiobapiyesrhobushtasa The /KEPT /40. dud rust be ditolitylici en ell samosirolol vehicles — ifflood—Oado Cods So8e-27S for more Rdmt[ImIto. Weft wvew.eslrrnidado gouteszo Heatar RFP NO: 21-0929200 PRICE PROPOSAL FORM REMOVAL OF UNDERGROUND STORAGE TANK PUBLIC WORKS DEPARTMENT 12950 NW 420d Avenue, Opa-locka, Florida 33054 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, toots, superintendence and services necessary to provide a complete, in place Project for the Proposed Price of: SUBMITTED THIS BID SUBMITTED D BY: LUMP SUM PRICE: $ 'S►°�, 1100, IL) DAY OF 2021. _ I ttk,vl pilr itu .cr,lawl .- 3os - -1+. 2(210 Company Telephone Number fikj: IA 14411.) Name of Person Authorized to Submit Bid Signature 045[1) Title cAy-iisoop, s Fax Number S4 rlf df Cow\ Email Address , in) Vi 41 1-o DfspsJ RFP NO: 21-092920.0 PRICE PROPOSAL FORM REMOVAL OF UNDERGROUND STORAGE TANK POLICE STATION 2495 Ali -Baba Avenue, Opa-Iocka, Florida 33054 PROPONENT understands and agrees that the Contract Price is the lump sum to furnish and install all of the Work complete in place. Vendor's price will not be adjusted unless the CITY changes the scope of the Project after the Contract Date. As such, the Vendor shall furnish all labor, materials, equipment, tools, superintendence and services necessary to provide a complete, in place Project for the Proposed Price of SUBMITTED THIS LUMP SUM PRICE: $ LIS'R00 - ' BID SUBMITTED BY: DAY OF 0(A-0LA4._ 2021. c r jyyv e€ iivli S&nvf , 31g. aSr- Company Telephone Number 1\AAb.)(Itit.) Name of Person Authorized to Submit Bid Signature foci4 Title w,,l04wcokilttb sorl Fax Number elCekgPlift tOiv) Email Address 'i. morid\ L oh) i r.4 4 oSkil 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 o€or had a civil judgment rendered against them for: commission of fraud ora 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,, falsificationor 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 1-8 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 gender the Maker Subject to Prosecution Under Section 1001, Title 18, United States Code. 13. 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 an Proposer is not required to exceed 17 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 malting award. If it is later determined that the Proposer knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default. AS THE PERSON AUTHORIZED TO SIGN THE STATEMENT, I CERTIFY THAT THIS FIRM COMPLIES FULLY WITH 7I Ai1O QU1REMENTS. Signature Printed Name `stn& b 1 Vfil 18 CITY OF OPA-LOCKA RFP NO. 21-0929200 DRUG -FREE WORKP_LACE_CERTJFICATION FORM Whenever two (2) or more bills/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 he 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 thestatement specified in number (1), notify the employees that as a condition for worldng on the commodities or contractual services that are under bid, the employeewill 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 Ce " cation is submitted by kl t4J t 1 i r . the JJ Name) of tr% 1 faly l 1' {� . ks w StJlltt g , (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, Flo Statutes, wi/ich are identified in numbers (1) through (6) above. 19 a) Date CITY OF OPA-LOCKA NON -COLLUSION AFFIDAVIT STATE OF FLORIDA - COUNTY OF MIAMI DADE behg first duly sworn, deposes and says that (I.) He/She/They is/are the. Qty � t-4;' (*tier, Partn Officer, Representative or Agent) of loWftfirten fl UP( Y7- file 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 ail .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 share 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 orany other of its agents, representatives,. owners, employees or parties of interest; including this affiant. Signed, sealed an delivered in the presence oh By: Signature - -- j kI hI%b- k� f Gs;Jfrj' PrintNameand Title 20 (Printed Name) NON-DISCRIMINATION AFFIDAVIT 1, the undersigned, hereby duly sworn, depose and say that the organization, business or entity represented herein shall not discriminate against any person in its operations„ activities or delivery of services under any agreement it enters into with. the City of bpa-locka. The same shall affirmatively comply with all applicable provisions of federal, state and local equal employment laws and shall not engage in or commiit 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 nnot be lawfully used as a basis for service delivery. By: Title: ei4 ti i X14 Sworn and subscribed before this 42day of ' T' ' , 202- / Notary Public, State .of Fl Notary Public ?UN Of Panda Alex Batiste 81437 F £xptres 1211812022 My commission expires: 21 ;)r -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 &Verify System to verify the employment eligibility of: a) Ail persons employed by Vendor/Consultant/Contractor to perform employment duties within Florida durtng.the term of the contract; and b) All persons (including sub-vendors/sub-consultants/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; and By entering into a C'ont'act, 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 ail 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 asubcontractorknowing iy 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-VERIPV 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 suchemployer 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 US. Department of Homeland Security's ii -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/subconsultants/subcontractors) assigned by Vendor/Consultant/Contractor to perform work pursuant to the contract with the Department. TheVendor/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, "Employtnent Eligibility," as amended from trine 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: ki�t + fi ri I4 ' �TT1A� UlY? S�1t,11iaS �Z Authorized Signature: 0 Print Name: 0(4 .4 Title: f r Date: U,1 23 Removal of Underground Storage Tank RFP#21.0929200 ADDENDUM -01 A site visit will be held on Tuesday, September -21,2021 at 10:00 a.m. The Site Visit will be held at the City of Opa-lacka Public Works Department located at 12950 NW 42nd.Avenue, Opa-locks, FL 33054. Removal of Underground Storage Tank RI 1'#21-0929200 ADDENDUM -02 Please see responses to all questions asked to date: 1. l would like Co request a planholders or bidders list? Please see the attachment Removal of Underground Storage Tank RPP#21.0929200 ADDENDUM -03 Please see responses to all questions asked to date: 1. Are the two sites to be bid independently.or combined? The two sites should be bided independently. Price proposals are attached to include the Police Station. 2. Is there a bonding threshold? The threshold requiring bonding is $200,000. 3. At the Police Station, is asphalt paving required after the tank removal since the building is to be demolished? The work site should be backfillccl and compacted; no asphalt work will be required. 4. Should we include line item pricing for the removal, loading and disposal of contaminated soil along with clean fill? Line -item pricing should be specified for the removal, loading, and disposal of contaminated material. 5. Is the contractor responsible for the Tank Closure Report, sampling and lab analysis? The contractor will be responsible for tank closure report for both sites, including sampling and lab analysis. 6. Please confirm the scope of work at the Police Station. Scope of work for the former police station site located at 2495 Ali -Baba Avenue. Additional Scope of ,vice for fuel tar* removal at the Police Station 2495 All -Baba Avenue% • Remove two (2) approximately 4,000 -gallon underground storage tanks, type unknown. • Remove two associated fuel dispensers. • Remove one (1) approximately 1,000 -gallon underground storage tank, type unknown. • Remove one associated fuel dispenser, • Remove two (2) approximately 280 -gallon aboveground storage tanks. Removal of Underground Storage Tank RFP#21-0929200 ADDENDUM -04 Please see responses to all questions asked to date: 1. Is there any liquid contents in the tanks at the police station site, mainly the three underground tanks. As they Will have to be pumped out prior to removal. All three tanks at the Police Station are filled with water. Removal of Underground Storage Tank RFP#21-0929200 ADDENDUM -05 Due to the large volume of questions the deadline to submit proposals have changed. Please see the date below: Date changed From September 29, 2021 at 2:00 p.m. to October 6, 2021 at 2:00 p.m. Removal of Underground Storage Tank RFP#21-0929200 ADDENDUM -06 Please see responses to all questions asked to date: 1. Addendum # 03 states that the two sites should be bided independently. Is it the intention to award the project to the overall aggregate total price for the two sites, or is each site to be awarded independently and will be both sites be awarded. The two sites will be awarded independently, please bid these projects independently death other.