HomeMy Public PortalAbout10-8013 RFP for Demolition of Unsafe Structures Sponsored by: City Manager
Resolution No. 10- 8 01 3
RESOLUTION OF THE CITY COMMISSION OF THE CITY
OF OPA-LOCKA, FLORIDA AUTHORIZING THE CITY
MANAGER TO ADVERTISE FOR A REQUEST FOR
PROPOSAL BID FOR THE DEMOLITION OF UN-SAFE
STRUCTURES; PROVIDING FOR INCORPORATION OF
RECITALS; PROVIDING AN EFFECTIVE DATE.
WHEREAS, the Miami Dade County Unsafe Structures Board (MDCUSB) has
authorized the demolition of certain unsafe structures in the City of Opa-locka; and.
WHEREAS, the City of Opa-locka desires to have these unsafe structures,located
at 141 Sharazad Boulevard, 2140 Washington Avenue, and 2137 Washington Avenue,
demolished as unsafe pursuant to the action of the MDCUSB; and
WHEREAS, the City of Opa-locka wishes to obtain competitive proposals for the
unsafe structures to be demolished and all materials from the demolition removed from
demolition sites:
NOW, THEREFORE, BE IT DULY RESOLVED BY THE CITY
COMMISSION OF THE CITY OF OPA-LOCKA:
Section 1. The recitals to the preamble hereby incorporated by reference.
Section 2. The City Commission of the City of Opa-locka hereby directs and
authorizes the City Manager to advertise for competitive proposals for the demolition and
removal of the unsafe structures located at 141 Sharazad Boulevard, 2140 Washington
Avenue, and 2137 Washington Avenue.
Resolution No. 10- 8 01 3
Section 3. This resolution shall take effect immediately upon adoption.
PASSED AND ADOPTED THIS 10 day of FEBRUARY 2010.
JO P " ► KELLEY
M• '
Attest: Approved •s to form and legal sufficiency:
/`. fir / `_%_
;147-b or a . rby Jcje.. S/('ller, Esquire
City Cler erim City Attorney
Moved by: TAYLOR
Seconded by: JOHNSON
Commission Vote: 5-0
Commissioner Tydus: YES
Commissioner Holmes: YES
Commissioner Johnson: YES
Vice-Mayor Taylor: YES
Mayor Kelley: YES
,; LOCK �
d Q 4
/
f/j
'`‘ Agaz:g6 cota
gawk&
Memorandum
TO: Mayor Joseph Kelley
Vice-Mayor Myra L. Taylor
Commissioner Dorothy Johnson
Commissioner Timothy Holmes
ommissioner Rose Tydus
FROM: arance Patterson, City Manager
DATE: January 21, 2010
RE: DEMOLITION OF UN-SAFE STRUCTURES
Request: RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA
LOCKA, FL AUTHORIZING THE CITY MANAGER TO ADVERTISE AN
RFP FOR DEMOLITION OF UN-SAFE STRUCTURES.
Description: Request demolition of the following structures which have been deemed as un-safe
structures with the City.
141 Sharazad Blvd
2140 Washington Ave
2137 Washington Ave
Financial Impact: Dollar amount has been budgeted for the demolition.
Implementation Timeline: Once approved buildings should be completely removed with 60 days.
Legislative History: None
Recommendation(s): Staff recommends approval.
Analysis: These structures are an eyesore to our community. Once removed, it will help eliminate trash
and loitering at these structures.
Attachments: Demolition,Materials Removal, and Site Clean-up of Building and Structures
PREPARED BY: Ezekiel Orji,PhD,CPA
Jan-27-2010 01 : 11 PM BCC 3053752901 6/7
M 1 A M l MIAMI-DADS a .NTY,FLORIDA
METRO-DADE FLAGLER BUILDING
BUILDING CODE COMPLIANCE OFFICE
METRO-DADE FLAGLER BUILDING
140 WEST FLAGLER STREET,SUITE 1603
MIAMI,FLORIDA 33130-1563
(305)375-2901 FAX(305)375-2908
UNSAFE STRUCTURES BOARD
(305)375-4616 FAX(305)375-2908
Date Transmitted: October 21st,2009
NOTICE OF BOARD DECISION
MIAMI-DADE COUNTY UNSAFE STRUCTURES BOARD
PLEASE NOTE: FOR FULL INFORMATION CONCERNING THE DECISION PLEASE
READ THIS DOCUMENT IN ITS ENTIRETY
Four Property Holdings,LLC
2137 Washington Avenue
Opa Locka,FL 33054
Re: 2137 Washington Avenue
Legal Description: 22 52 41 Magnolia Sub PB 40-80 Lot 23 Blk 5 Lot Size 25.000 X 96 COC
24925-0996 04 2006 2 (2) or 24925-0994 0406 01,City of Opa Loeka,Florida.
Master Case No.: OPA2009-003
Board action on(Al Abandoned Building located at the above address is as follows:
At its meeting of October 14`x',2009 the Unsafe Structures Board ruled that:
Said structure shall be demolished by an individual qualified to obtain a demolition permit
within thirty (30) days from today from the unsafe structures unit. All debris resulting from
the demolition shall be removed from the premises. If any of the above conditions are not
complied with, said structure shall be demolished by the enforcing municipality as soon as
possible.
Jan-27-2010 01 : 11 PM BCC' `1053752901 7/7
October 21st,2009
Four Property Holdings,LLC
Case No.: OPA2009-003
Re: 2137 Washington Avenue
The Board also ruled through this Board decision that, if compliance is not obtained within the time
stipulated above then, the Building Official is further instructed to proceed as provided in Chapter 8,
Section 8-5 of the Code of Miami-Dade County. There will be no further notices or communication
from the Unsafe Structures Board regarding this case. This document may be recorded by the
Building Official with the Clerk of the Circuit Court. This recording will constitute
constructive notice to all concerned, as well as any subsequent purchasers that a decision has
been rendered by the Unsafe Structures Board on the above referenced property.
Repair or demolition permits, for property located at the above address must be obtained from Ci of
Opa Locka,Building Dept.. Unsafe Structures Unit at(305) 953-2868 Option 6. Please call this
office before coming in for a permit or for further information on this matter.
The Unsafe Structures Board is Quasi-Judicial; the decision and specified compliance date is final
and binding. Any person aggrieved by a decision of the Unsafe Structures Board may seek judicial
review of that decision in accordance with the Florida Rules of Appellate Procedure,as indicated in
Chapter 8,Section 8-5 (m)of the Code of Miami-Dade County.
Respec Ily,
�s.-
, 1 . J
Htmi o P. ( onzalez,'p.�E., M. S,, Secretary
Unsaf Structures Board
HFG/lb
cc: Known Interested Parties: City of Opa Locka, Unsafe Structures Section, Building Department,
780 Fisherman Street,4th FL, Opa Locka, FL 33054-3534,Attn: Esin Daniel Abia,Building Official
Seal
This histruaacnl ttius prrpstrc(i t)Y:
I.8tisha 1;1'1d
Building Code compliano:Ol lit'4
340 W.Fluklrr fit., ttitlt floor
Miami,Florida 33 130
Jan-27-2010 01 : 10 PM BCC" 3053752901 4/7
MI A M 4DADE MIAMI-DADE Ct. .dTY,FLORIDA
III METRO-DADE FLAGLER BUILDING
BUILDING CODE COMPLIANCE OFFICE
METRO-DADE FLAGLER BUILDING
140 WEST FLAGLER STREET,SUITE 1603
MIAMI,FLORIDA 33130-1563
(305)375-2901 FAX(305)375-2908
UNSAFE STRUCTURES BOARD
(305)375-4616 FAX(305)375-2908
Date Transmitted: October 21st,2009
NOTICE OF BOARD DECISION
MIAMI-DADE COUNTY UNSAFE STRUCTURES BOARD
PLEASE NOTE: FOR FULL INFORMATION CONCERNING THE DECISION PLEASE
READ THIS DOCUMENT IN ITS ENTIRETY
Beacon Housing Corp.
C/O Mark H. Poore
2139 N. Beachwood Drive
Los Angeles, CA 90068
Re: 2140 Washington Avenue
Legal Description; Ma! olia Sub PB40.80 Lots 12 & 13 BIk 8 Lot Size 50.000 X 96 or 22230-
570 0404 3 or 26674-4517 1108 0.14p of 4ua Locka,Florida.
Master Case No.: OPA2009-002
Board action on(A)Abandoned Building located at the above address is as follows:
At its meeting of October 14th 2 OQ9 the Unsafe Structures Board ruled that:
Said structure shall be demolished by an individual qualified to obtain a demolition permit
within thirty (30) days from today from the unsafe structures unit. All debris resulting from
the demolition shall be removed from the premises. If any of the above conditions are not
complied with, said structure shall be demolished by the enforcing municipality as soon as
possible.
Jan-27-2010 01 : 11 PM BCCr "1053752901 5/7
October 21s1, 2009
Beacon Housing Corp.
C/O Mark H. Poore
Case No.: OPA2009-002
Re: 2140 Washington Avenue
The Board also ruled through this Board decision that, if compliance is not obtained within the time
stipulated above then, the Building Official is further instructed to proceed as provided in Chapter 8,
Section 8-5 of the Code of Miami-Dade County. There will be no further notices or communication
from the Unsafe Structures Board regarding this case, This document may be recorded by the
Building Official with the Clerk of the Circuit Court. This recording will constitute
constructive notice to all concerned, as well as any subsequent purchasers, that a decision has
been rendered by the Unsafe Structures Board on the above referenced property.
Repair or demolition permits, for property located at the above address must be obtained from City of
Qpa Locka f uilding Dept., Unsafe Structures Unit at(305) 953-2868 Option 6. Please call this
office before coming in for a permit or for further information on this matter,
The Unsafe Structures Board is Quasi-Judicial; the decision and specified compliance date is anal
and binding. Any person aggrieved by a decision of the Unsafe Structures Board may seek judicial
review of that decision in accordance with the Florida Rules of Appellate Procedure as indicated in
Chapter 8, Section 8-5 (m) of the Code ofMiarni-Dade County.
Respectfully,
Berl finio F.Gonzralez,P,E., M.S., Secretary
Unsafe Structures Board
HFG/lb
cc: Known Interested Parties: City of Opa Locka, Unsafe Structures Section, Building Department,
780 Fisherman Street,4th FL, Opa Locke, FL 33054-3534,Attn: Esin Daniel Abia,Building Official,
This irrtitrument was preptired by:
Seal t.oltish.t tiyr(t
tiuil(linl+ roil( ('iiintili�lut'e cruet.
t i ' : ., tor Si„ 161h t'I )r
Miami,: tiorida 111.3(1
Jan -27-2010 01 : 10 PM BCC(' 3053752901 2/7
MIA M ICDADE MIAMI-DADE G.. .,NTY,FLORIDA
METRO-DADE FLAGLER BU ILDING
BUILDING CODE COMPLIANCE OFFICE
METRO-DADE FLAGLER BUILDING
140 WEST FLAGLER STREET,SUITE 1603
MIAMI,FLORIDA 33130-1563
(305)375-2901 FAX(305)375-2908
UNSAFE STRUCTURES BOARD
(305)375-46I6 FAX(305)375-2908
Date Transmitted: October 21st,2009
NOTICE OF BOARD DECISION
MIAMI-DADE COUNTY UNSAFE STRUCTURES BOARD
PLEASE NOTE; FOR FULL INFORMATION CONCERNING THE DECISION PLEASE
READ THIS DOCUMENT IN ITS ENTIRETY
PO Folk Invest&Dcv., Inc.
1772 SW Dodson Drive
Atlanta, GA 30311
Re: 141 Sharazad Blvd.
Legal Description: PB a-Locka 2n'' Rev Plat No 2 That PT TRB-AKA Lots 17 thru
22 & S 1Oft Lot 16 Blk 97 & E 15ft of Allen LYG W& Ad'. to SlOft Lot 16 & Lots 17 thru
22 uer ORD,City of OQa L,oeka,Florida.
Master Case No,: OPA2009-001
Board action on (A) Abandoned, Damaged Roof, Rotted Roof Joists & Severe Interior
Damp located at the above address is as follows:
At its meeting of October 14th,2009 the Unsafe Structures Board ruled that:
Said structure shall be demolished by an individual qualified to obtain a demolition permit
within thirty (30) days from today from the unsafe structures unit. All debris resulting from
the demolition shall be removed from the premises. If any of the above conditions are not
complied with, said structure shall be demolished by the enforcing municipality as soon as
possible.
Jon-27-2010 01 : 10 PM 3CC'^ 3053752901 3/7
October 21°,2009
PO Folk Invest&Dev., Inc.
Case No.:0PA2009-001
Re: 141 Sharazad Blvd,
The Board also ruled through this Board decision that, if compliance is not obtained within the time
stipulated above then, the Building Official is further instructed to proceed as provided in Chapter 8,
Section 8-5 of the Code of Miami-Dade County. There will be no further notices or communication
from the Unsafe Structures Board regarding this case. This document may be recorded by the
Building Official with the Clerk of the Circuit Court. This recording will _constitute
constructive notice to all concerned, as well as any subsequent purchasers, that a decision has
been rendered b the Unsafe Structures Board on the above referenced property.
Repair or demolition permits, for property located at the above address must be obtained from City of
0pa Locka, Building Dept., Unsafe Structures Unit at(305) 953-2868 Option 6 Please call this
office before coming in for a permit or for further information on this matter.
The Unsafe Structures Board is Quasi-Judicial; the decision and specified compliance date is final
and binding. Any person aggrieved by a decision of the Unsafe Structures Board may seek judicial
review of that decision in accordance with the Florida Rules of Appellate Procedure as indicated in
Chapter 8,Section 8-5(m) of the Code of Miami-Dade County.
Respectfully, ,,,
pie inrfii�'F. Oonzale , I',8,,&, S., Secretary
Ursafe Structures Board
HFO/lb
cc: Known Interested Parties: City of Opa Locka, Unsafe Structures Section, Building Department,
780 Fisherman Street,4th FL, Opa Locka,FL 33054-3534,Attn: Esin Daniel Abia,Building Official
S ca] This lustrument was prepared by:
ty
Latisha It rd
tDwill((,^t!o1!•S gpm!ilia cLCr cm—ice
340 ■S, 3=i;igirr ti(., i(t(il Hour.
r%tiriini,iloriita MMIJit
CITY OF OPA-LOCKA
OQp►-LOC,q
O� (p
a .:'"Ali4:74.[;ligi; s*.°1'.#,V7, 0
•. yi ri F �J •
Z� X0 4.
®Rp.o R AI 0
RFP NO:
DEMOLITION, MATERIALS REMOVAL, AND SITE CLEAN-UP OF
BUILDINGS AND STRUCTURES
* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *
*CITY OF OPA-LOCKA*780 FISHERMAN STREET *OPA-LOCKA*FLORIDA*33054*
RFP NO: DEMOLITION,MATERIALS REMOVAL,AND SITE CLEAN-UP OF BUILDINGS AND STRUCTURES
OQP.LO;
Op
2� 92
OpF'Or,pTE9 CITY OF OPA-LOCKA
DEMOLITION, MATERIALS REMOVAL, AND SITE CLEAN-UP OF BUILDINGS AND STRUCTURES
RFP NO:
TABLE OF CONTENTS
Subject Page Number
Cover 1
Table of Contents 2
Advertisement 3
Part I - Proposal Guidelines 4
Part II - Nature of Services Required 8
Part III - Proposal Requirements 9
Part IV- Evaluation of Proposals 11
Proposer Qualifications 13
Debarment, Suspension Certification 14
Drug-Free Certification 16
RFP NO: DEMOLITION,MATERIALS REMOVAL,AND SITE CLE24N-UP OF BUILDINGS AND STRUCTURES
o�Ck
4. P \,O
CITY OF OPA-LOCKA
f 9
° I O,
y%%: -- 0'92 Advertisement for Request for Proposals
RFP NO:
DEMOLITION, MATERIALS REMOVAL, AND SITE CLEAN-UP OF
BUILDINGS AND STRUCTURES
Proposals for DEMOLITION, MATERIALS REMOVAL, AND SITE CLEAN-UP OF
BUILDINGS AND STRUCTURES located at:
141 Sharazad Blvd 2140 Washington Avenue 2137 Washington Avenue
will be received by the City of Opa-Locka at the Office of the City Clerk, 780 Fisherman Street,
4th Floor, Opa-Locka, Florida 33054, FRIDAY, by 2:00 PM EST Any proposals received after
the designated closing time will be returned unopened.
The purpose of this Request for Proposal is to seek assistance of a qualified professional to
provide DEMOLITION, MATERIALS REMOVAL, AND SITE CLEAN-UP OF BUILDINGS AND
STRUCTURES to the City of Opa-Locka.
An original and five (5) copies of the proposal shall be submitted in sealed
envelopes/packages addressed to Deborah S. Irby, City Clerk, City of Opa-Locka, Florida, and
marked "RFP NO: — DEMOLITION, MATERIALS REMOVAL, AND SITE CLEAN-UP OF
BUILDINGS AND STRUCTURES." Proposers desiring information for use in preparing
proposals may obtain a set of such documents from the Clerk's Office, 780 Fisherman Street,
4th Floor, Opa-Locka, Florida 33054, Telephone (305) 953-2800 or copies of the RFP NO:
requirements may also be obtained by visiting the City's website at www.opalockafl.gov, (click
"RFP/BIDS"located on the right hand side of the screen and follow the instructions).
The City reserves the right to accept or reject any and all proposals and to waive any
technicalities or irregularities therein. The City further reserves the right to award the contract
to that proposer whose proposal best complies with the RFP NO: requirements. Proposers
may not withdraw their proposal for a period of ninety (90) days from the date set for the
opening thereof.
Deborah S. Irby
Deborah S. Irby
City Clerk
RFP NO: DEMOLITION,MATERIALS REMOVAL,AND SITE CLE34N-UP OF BUILDINGS AND STRUCTURES
CITY OF OPA-LOCKA
RFP NO:
DEMOLITION, MATERIALS REMOVAL, AND SITE CLEAN-UP OF
BUILDINGS AND STRUCTURES
PART I
PROPOSAL GUIDELINES
1-1. Introduction: The City of Opa Locka, Florida is seeking one or more Company(s) to
provide DEMOLITION, MATERIALS REMOVAL, AND SITE CLEAN-UP OF BUILDINGS AND
STRUCTURES at the request of the City as defined herein. This contract is an exclusive
contract. The City reserves the right to award to a primary and secondary Company or award
to two (2) Companies this service.
1-2. Proposal Submission and Withdrawal: The City must receive all proposals in a
sealed envelope by 2:00 P.M. on FRIDAY, 2010. The proposals shall be submitted at the
following address:
CITY OF OPA-LOCKA
Office of the City Clerk
780 Fisherman Street, 4th Floor
Opa-Locka, Florida 33054
To facilitate processing, please clearly mark the outside of the proposal package as follows:
RFP NO: - DEMOLITION, MATERIALS REMOVAL, AND SITE CLEAN-UP OF
BUILDINGS AND STRUCTURES. This package shall also include the Proposer's return
address.
Proposers may withdraw their proposals by notifying the City in writing at any time prior to the
deadline for proposal submittal. After the deadline, the proposal will constitute an irrevocable
offer, for a period of 90 days. Once opened, proposals become a record of the CITY and will
not be returned to the Proposer.
The City cautions proposers to assure actual delivery of mailed or hand-delivered proposals
directly to the City Clerk's Office at 780 Fisherman Street, 4th Floor, Opa-Locka, Florida 33054
prior to the deadline set for receiving proposals. Telephone confirmation of timely receipt of
the proposal may be made by calling (305) 953-2800 before proposal closing time. Any
proposal received after the established deadline will not be considered and will be returned
unopened to the Proposer(s).
1-4. Number of Copies: Proposers shall submit an original and five (5) copies of the
proposal in a sealed, opaque package marked as noted above. The Proposer will be
responsible for timely delivery, whether by personal delivery, US Mail or any other delivery
medium.
RFP NO: DEMOLITION,MATERIALS REMOVAL,AND SITE CL44N-UP OF BUILDINGS AND STRUCTURES
1-5. Development Costs: . ..ither the City nor its representati shall be liable for any
expenses incurred in connection with preparation of a response to this Request for Proposal.
Proposers should prepare their proposals simply and economically, providing a straightforward
and concise description of the Proposer's ability to meet the requirements of the RFP.
1-6. Inquiries: Interested Proposers may contact the City's Purchasing Officer regarding
questions about the proposal by telephone at (305) 953-2868 x1307 or by facsimile at (305)
953-2900. The City Clerk will receive written requests for clarification concerning the meaning
or interpretations of the RFP, until eight (8) days prior to the submittal date. City personnel are
authorized only to direct the attention of prospective Proposers to various portions of the RFP
NO: so that they may read and interpret such for themselves. No employee of the City is
authorized to interpret any portion of this RFP NO: or give information as to the
requirements of the RFP NO: in addition to what is contained in the written RFP NO:
document.
1-7. Addendum: The City may record its response to inquiries and any supplemental
instructions in the form of written addenda. The CITY may mail written addenda up to seven
(7) calendar days before the date fixed for receiving the proposals. Proposers shall contact
the City to ascertain whether any addenda have been issued. Failure to do so could result in
an unresponsive proposal. Any oral explanation given before the RFP NO: opening will not
be binding.
All Proposers are expected to carefully examine the proposal documents. Any ambiguities or
inconsistencies should be brought to the attention of the City's Purchasing Agent through
written communication prior to the opening of the proposals.
1-8. Contract Awards: The City anticipates entering into an Agreement with the Proposer
who submits the proposal judged by the City to be most advantageous.
The Proposer understands that this RFP NO: does not constitute an offer or an Agreement
with the Proposer. An offer or Agreement shall not be deemed to exist and is not binding until
proposals are reviewed, accepted by appointed staff, the best proposal has been identified,
approved by the appropriate level of authority within the City and executed by all parties.
The City reserves the right to reject all proposals, to abandon the project and/or to solicit and
re-advertise for other proposals.
1-9. Contractual Agreement: This RFP NO: shall be included and incorporated in the
final award. The order of contractual precedence will be the Contract or Agreement document,
original Terms and Conditions, and Proposer response. Any and all legal action necessary to
enforce the award will be held in Miami-Dade County and the contractual obligations will be
interpreted according to the laws of Florida. Any additional contract or agreement
requested for consideration by the Proposer must be attached and enclosed as part of
the proposal.
RFP NO: DEMOLITION,MATERIALS REMOVAL,AND SITE CLE54N-UP OF BUILDINGS AND STRUCTURES
1-10. Selection Process: 3 proposals will be evaluated and signed points. The firm
with the highest number of points will be ranked first; however, nothing herein will prevent the
City from assigning work to any firm deemed responsive and responsible.
The City reserves the right to further negotiate any proposal, including price, with the highest
rated Proposer. If an agreement cannot be reached with the highest rated Proposer, the City
reserves the right to negotiate and recommend award to the next highest Proposer or
subsequent Proposers until an agreement is reached.
1-11. Public Records: Upon award recommendation or ten (10) days after opening,
whichever occurs first, proposals become "public records" and shall be subject to public
disclosure consistent with Chapter 119 Florida Statutes. Proposers must invoke the
exemptions to disclosure provided by law in the response to the RFP, and must identify the
data or other materials to be protected, and must state the reasons why such exclusion from
public disclosure is necessary. Document files may be examined, during normal working
hours.
1-12. News Releases: The Proposer shall obtain the prior approval of the City Manager's
Office of all news releases or other publicity pertaining to this RFP NO: or the service, study
or project to which it relates.
1-13. Insurance: The awarded Proposer(s) shall maintain insurance coverage reflecting at
least the minimum amounts and conditions specified herein. In the event the Proposer is a
governmental entity or a self-insured organization, different insurance requirements may apply.
Misrepresentation of any material fact, whether intentional or not, regarding the Proposers'
insurance coverage, policies or capabilities may be grounds for rejection of the proposal and
rescission of any ensuing Agreement.
1. Evidence of General Liability coverage with limits not less than $1,000,000 per
Occurrence/ $2,000,000 Aggregate (Including Policy Number and Policy Period);
2. Evidence of Auto Liability coverage with limits not less than $1,000,000 per
Occurrence/$1,000,000 Aggregate (Including Policy Number and Policy Period);
3. Evidence of Workers' Compensation coverage with statutory limits and Employer's
Liability coverage with limits not less than $100,000 (Including Policy Number and
Policy Period);
4.The City listed as an additional insured (this may be specifically limited to the specific
job(s) the contractor will be performing);
5. Minimum 30-day written notice of cancellation.
1-14. Licenses: Proposers, both corporate and individual, must be fully licensed and certified
in the State of Florida at the time of RFP NO: submittal. The proposal of any Proposer who
is not fully licensed and certified shall be rejected.
RFP NO: DEMOLITION,MATERIALS REMOVAL,AND SITE C1434N-UP OF BUILDINGS AND STRUCTURES
1-15. Public Entity Crimes: .%ward will not be made to any per .1 or affiliate identified on
the Department of Management Services' "Convicted Vendor List". This list is defined as
consisting of persons and affiliates who are disqualified from public contracting and purchasing
process because they have been found guilty of a public entity crime. No public entity shall
award any contract to, or transact any business in excess of the threshold amount provided in
Section 287.017 Florida Statutes for Category Two (currently $25,000) with any person or
affiliated on the "Convicted Vendor List" for a period of thirty-six (36) months from the date that
person or affiliate was placed on the "Convicted Vendor List" unless that person or affiliate has
been removed from the list. By signing and submitting the RFP NO: proposal forms,
Proposer attests that they have not been placed on the "Convicted Vendor List".
1-16. Code Of Ethics: If any Proposer violates or is a party to a violation of the code of
ethics of the City of Opa-Locka or the State of Florida with respect to this proposal, such
Proposer may be disqualified from performing the work described in this proposal or from
furnishing the goods or services for which the proposal is submitted and shall be further
disqualified from submitting any future proposals for work, goods or services for the City of
Opa-Locka.
1-17. Drug-Free Workplace: Preference shall be given to businesses with Drug-Free Work
Place (DFW) programs. Whenever two or more proposals which are equal with respect to
price, quality, and service are received by the City for the procurement of commodities or
contractual services, a proposal received from a business that completes the attached DFW
form certifying that it is a DFW shall be given preference in the award process.
1-18. Permits and Taxes: The Proposer shall procure all permits, pay all charges, fees, and
taxes, and give all notices necessary and incidental to the due and lawful prosecution of the
work.
1-19. Protests: Protests of the plans, specifications, and other requirements of the request
for proposal and bids must be received in writing by the City Clerk's Office at lease ten (10)
working days prior to the scheduled bid opening. A detailed explanation of the reason for the
protest must be included. Protests of the award or intended award of the bid or contract must
be in writing and received in the City Clerk's Office within seven (7) working days of the notice
of award. A detailed explanation of the protest must be included.
1-20. Termination for Convenience: A contract may be terminated in whole or in part by the
City at any time and for any reason in accordance with this clause whenever the City shall
determine that such termination is in the best interest of the City. Any such termination shall be
effected by the delivery to the contractor at least five (5) working days before the effective date
of a Notice of Termination specifying the extent to which performance shall be terminated and
the date upon which termination becomes effective. An equitable adjustment in the contract
price shall be made for the completed service, but no amount shall be allowed for anticipated
profit on unperformed services.
RFP NO: DEMOLITION,MATERIALS REMOVAL,AND SITE CLE74N-UP OF BUILDINGS AND STRUCTURES
PART II
NATURE OF SERVICES REQUIRED
SCOPE OF SERVICES
I. GENERAL:
A. These specifications cover the demolition of all structures on the site(s) noted herein, the
removal of all materials and the clean-up of the site.
B. It is the intent of these specifications to ensure the demolition, materials removal and site
clean-up are performed within a reasonable time and in so doing incur no liabilities to the City
of Opa Locka or its representatives.
C. The bid shall be for only those structures, items and improvements specified. Unless
otherwise specified, all fencing material is to be removed. If project conditions warrant the
removal of sections of fencing to gain access to the project, the fencing will be replaced by the
contractor and will be installed in accordance with current and accepted standards of the trade.
Fencing that has been replaced will equal the original fencing in number and location of gates,
materials, height, and site location.
D. The Bidder's proposal must be completely filled in. Incomplete proposals will not be
considered.
E. If necessary inspection of the structure(s) prior to bidding can be arranged by contacting the
City of Opa Locka Purchasing Department located at 780 Fisherman Street 4th Floor, Opa
Locka, Fl 33054.
II. CONDITIONS:
A. Permits shall be secured within five (10) working days from the time the contracts are
approved and the contractor notified.
B. The successful bidder agrees to start and complete the work described in the contract within
thirty (30) days upon entering into such contract. The City of Opa Locka reserves the right to
grant an extension of time for the completion of the described work, when it is determined to
be in the best interest of the City
of Opa Locka.
RFP NO: DEMOLITION,MATERIALS REMOVAL,AND SITE CLE84N-UP OF BUILDINGS AND STRUCTURES
C. Demolition or removal of the .sucture(s) will proceed in a workm, ,ke manner.
1. All parts of the structures including but not limited to brick, block, timbers, concrete
slabs, steps, footing, etc., are to be removed and properly and legally disposed of in an
approved and licensed landfill or disposal site as appropriate.
2. At no time shall the materials be stacked or stored on public property.
3. The successful bidder shall, when and where necessary protect the public (i.e.
pedestrians and motorists) and other property by using suitable barricades and other
shielding. At the end of each working day, the remainder of the structure shall be left in
a stable condition with no dangerous unsupported walls, roofs or other elements.
4. The successful bidder shall be responsible for repair of any damage done to other
structures or property located on or adjacent to this site which results from actions by
them or their employees.
5. The successful bidder shall protect any surface tree roots from damage caused by
any equipment used while demolishing the structure(s).
6. All utilities to the structure shall be disconnected:
(a) The successful bidder shall have the gas, water and sewer disconnected prior
to demolition. Natural gas service shall be cut off at the main.
(b) If a septic tank is located on the property, the covers shall be removed, the
bottom broken out, and the tank filed with earth to grade. Tank covers shall be
removed from the property.
(c) The successful bidder shall also be responsible for having the power
company, the telephone company and, if applicable, cable television service
company notified to have their services dismantled as appropriate.
D. The contractor is responsible for compliance with the following regulations:
1. NESHAPS (National Emission Standards for Hazardous Air pollutants) Title 40 CFR
61 subpart A & M (revised subpart B). -Sec. 553.79(11) Florida Statutes (local building
agencies must provide an asbestos notification statement to contractors before issuing
a demolition permit).
-Sec. 469.003-015 Florida Statutes (asbestos contractor and consultant licensing).
AHERA (Asbestos Hazard Emergency Response Act - asbestos management in
schools) Title 40 CFR Part 763, Subpart E. -Sec. 255.551-565 Florida Statutes
(asbestos management in state owned buildings).
Chapter 62-257 Florida Administrative Code (Florida DEP fee and notification rule
[pending]).
OSHA Title 29 CFR Part 1910.1001 (asbestos exposure standard for general industry).
OSHA Title 29 CFR Part 1926.1101 (asbestos exposure standard for construction
industry).
RFP NO: DEMOLITION,MATERIALS REMOVAL,AND SITE CLFJN-UP OF BUILDINGS AND STRUCTURES
OSHA Title 29 CFR Part 1910.134 (respiratory protection standard).
OSHA Title 29 CFR Part 1910.1200 (hazard communication).
OSHA Title 29 CFR 1910.2 (access to employee exposure & medical records).
2. The rules and regulations require that notifications be either postmarked (certified
mail) or hand delivered:
(a) Demolition - a notice must be submitted to the City Clerk's Office prior to a
demolition of any facility. The notice must be submitted at least ten (10) working
days prior to beginning demolition work. Demolition means the wrecking or taking
out of any load supporting structural member of a facility together with any
related handling operations or the intentional burning of any facility.
(b) Ordered demolition - if a facility is being demolished under orders of a state or
local government agency because it is structurally unsound and in danger of
imminent collapse, the notice may be submitted as early as possible before, but
not later than the following working day after the work begins. A copy of the order
shall be included with the notice.
3. The contractor performing the demolition or renovation is responsible for proper
notification. Abatement and disposal of asbestos will be addressed by the City under
separate contract.
4. Inspections are the responsibility of the contractor who should carefully inspect the
structure to determine whether asbestos is present and determine if it will be disturbed
during the renovation or demolition. This inspection will require the services of a Florida
licensed asbestos consultant.
(a) Regulated asbestos-containing material (RACM) means (a) Friable asbestos
material, (b) Category I no friable ACM that has become friable, (c) Category I no
friable ACM that will be or has been subjected to sanding, grinding, cutting, or
abrading, or (d) Category II no friable ACM that has a high probability of
becoming or has become crumbled, pulverized, or reduced to powder by the
forces expected to act on the material in the course of demolition or renovation
operations regulated by this subpart.
(b) Category I no friable, asbestos-containing packings, gaskets, resilient floor
covering and asphalt roofing products which have become friable because of
age, weathering, or other damage, or which will be or has been subjected to
sanding, grinding, cutting or abrading.
(c) Category II no friable, all other no friable ACM which has a high probability of
becoming crumbled, pulverized or reduced to powder by the forces expected to
act on it during demolition or renovation. This includes asbestos cement shingles
and siding, firebrick mortar, etc.
RFP NO: DEMOLITION,MATERIALS REMOVAL,AND SITE CL€eN-UP OF BUILDINGS AND STRUCTURES
5. Friable and nonfriable ACM which may become friable can only be removed by a
Florida licensed abatement contractor. The contractor must employ supervisors and
workers who have had the required asbestos training and are in a medical monitoring
program. Asbestos cement roofing and siding, vinyl asbestos title and linoleum must be
removed by a licensed abatement contractor. If these materials are present in a building
being demolished they may be left in place during demolition if a supervisor trained in
the asbestos regulations and means of complying with them is present during the
demolition. The material must be kept wet during demolition and until final disposal.
Bituminous built-up roofing, ACM, shall be disposed of by a Florida Certified roofer with
an on-site inspector who has taken and passed an asbestos roofing course. The
contractor's license number will begin with CCC.
6. If any asbestos is discovered during demolition the Contractor is obligated to proceed
with notification as previously stated. In addition, the Contractor is obligated to
immediately notify the City Clerk's Office.
E. SITE CLEAN-UP:
Site clean-up shall be as important an item as is the building(s) demolition or removal. The end
result of this contract is to produce a level, broom-clean premise. Trees, shrubs and grass are
not to be disturbed.
Specific requirements are:
1. Any excavations are to be filled to the natural grade; unnatural hills or mounds of
earth are to be spread or removed.
2. The lot shall be left level, at a natural grade, and raked clean.
3. During the course of the demolition project no adjacent sidewalk or street frontage
shall be damaged in excess of its condition prior to the beginning of the project.
Cracking or breaking a portion of sidewalk or curbing or depressing sections below the
original grade will necessitate the contractor's removing and replacing the entire width of
sidewalk or curbing to the nearest construction joint.
F. Before final payment is made to the permittee, a final inspection must be called for and
approved. Also, a copy of the dump receipt is required or a letter from Public Works stating
that the dump site, if the County landfill is not used, is an approved site.
RFP NO: DEMOLITION,MATERIALS REMOVAL,AND SITE CLW-UP OF BUILDINGS AND STRUCTURES
DEMOLITION OF STRUCTURE AT DESIGNATED SITE
This solicitation requests the pricing of demolition and/or materials removal and site cleanup as
indicated.
141 Sharazad Blvd $
2140 Washington Avenue $
2137 Washington Avenue, $
RFP NO: DEMOLITION,MATERIALS REMOVAL,AND SITE CLW-UP OF BUILDINGS AND STRUCTURES
PART III
PROPOSAL REQUIREMENTS
3-1 RULES FOR PROPOSALS
In order to maintain comparability and enhance the review process, proposals shall be
organized in the manner specified below and include all information required herein. The
proposal must name all persons or entities interested in the proposal as principals. The
proposal must declare that it is made without collusion with any other person or entity
submitting a proposal pursuant to this RFP.
3-2 SUBMISSION OF PROPOSALS
The proposal shall be submitted on 8 1/2 "x 11" paper, portrait orientation, with headings and
sections numbered appropriately. Ensure that all information is written legibly or typed. The
following should be submitted for a proposing firm to be considered:
1. An original copy (so marked) of the proposal and five (5) copies must be sealed in one
package and clearly labeled "RFP NO: Request for Proposal for DEMOLITION,
MATERIALS REMOVAL, AND SITE CLEAN-UP OF BUILDINGS AND STRUCTURES"
on the outside of the package.
2. Title Page showing the request for proposal number, subject, the firm's name, the
contact person's name, address and telephone number and the date of the proposal.
3. Table of Contents should include a clear and complete identification of the materials
submitted by section and page number.
4. Transmittal Letter summarizing in a brief and concise manner the Proposer's
understanding of the work to be performed, the commitment to perform the work within
the anticipated time period, a statement why the firm believes itself to be best qualified
to perform the engagement, and a statement that the proposal remains in effect for
ninety (90) days. An authorized agent of the Proposer must sign the Letter of
Transmittal indicating the agent's title or authority.
5. Experience and qualifications of the firm with the name, address, telephone number,
licenses and certifications of the principals of the proposing firm, number of years the
firm has been in business, and five similar government entities (specify name of entity,
contact person, address and phone number), for whom your firm has provided services
within the last five years including a brief description of the project, and contract award
amount. The City may contact these references.
6. Detailed Proposal with all the required information and signatures as specified, including
a work plan, schedule and any additional information relevant to the scope of work. The
detailed proposal should follow the order set forth in this Request for Proposal.
7. Executed copy of Drug Free Workplace Form attached to this Request for Proposal.
8. Statement acknowledging receipt of each addendum issued by the City.
9. Proposal must be signed by an officer or employee having authority to legally bind the
Proposer.
RFP NO: DEMOLITION,MATERIALS REMOVAL,AND SITE CLf4N-UP OF BUILDINGS AND STRUCTURES
3-4 TECHNICAL PROPO:. _
The purpose of the technical proposal is to demonstrate the qualifications, competence, and
capacity and methodology of the firms seeking to provide the services in conformity with the
requirements of this Request for Proposal. As such the substance of proposals will carry more
weight than their form or manner of presentation. The technical proposal should demonstrate
the combined qualifications of the firm and of the particular staff to be assigned to this
engagement. It should also specify an approach that will meet the Request for Proposal
requirements.
The technical proposal should address all of the points outlined in the Request for Proposal.
The proposal should be prepared simply and economically, providing a straightforward,
concise description of the Proposer's capabilities to satisfy the requirements of the Request for
Proposal. While additional data may be presented, the following subjects must be included —
Licenses, Firm Qualifications and Experience, Staff Qualifications and Experience, Similar
Projects with Other Government Entities, Specific Approach, and Proof of Insurance.
RFP NO: DEMOLITION,MATERIALS REMOVAL,AND SITE CLMN-UP OF BUILDINGS AND STRUCTURES
PART IV
EVALUATION OF PROPOSALS
4-1 SELECTION COMMITTEE
A Selection Committee, consisting of City personnel, will convene, review and discuss all
proposals submitted. The Purchasing Officer will chair the committee.
The Selection Committee will use a point formula during the review process to score proposals
and assign points in the evaluation process in accordance with the evaluation criteria. The
Proposer shall satisfy and explicitly respond to all the requirements of the RFP NO: including
a detailed explanation of how the services shall be performed.
4-2 EVALUATION CRITERIA
Award shall be made to the responsible offeror whose proposal is determined to be the most
advantageous to the City, taking into consideration the evaluation factors set forth below.
A. The respondent's demonstrated understanding of the City's requirements.
B. The professional qualifications and related experience of the persons assigned to
this contract.
C. The prior experience and references of the respondent.
D. The size and organizational structure of the respondent.
E. Proposed cost.
4-3 ORAL PRESENTATIONS
Proposers may be required to make individual presentations to the City Selection Committee in
order to clarify their proposals. Only those firms with the highest rated scores in accordance
with the stated criteria and their weights will be invited to give oral presentations. However, the
City has the right to accept the best proposal as submitted, without discussion or negotiation.
If the City determines that such presentations are needed, a time and place will be scheduled
for oral presentations. Each Proposer shall be prepared to discuss and substantiate any of the
areas of the proposal submitted, and its qualifications to perform the specified services.
During the oral presentations, the Proposers should relate their discussion to the evaluation
criteria, which will include (but not be limited to) their approach to the project. The proposed
Project Manager must be in attendance.
The Evaluation Criteria may be changed for the oral presentations evaluation phase.
References and site visits (if completed) shall be included in the final evaluation criteria, along
with other criteria and weights as determined by the Selection Committee. Finalists will be
informed as to the revised criteria, if any, prior to their oral presentation.
Additionally, prior to award of an Agreement pursuant to this RFP, the City may require
Proposers to submit such additional information bearing upon the Proposer's ability to perform
the services in the Agreement as the City deems appropriate.
RFP NO: DEMOLITION,MATERIALS REMOVAL,AND SITE CLff5N-UP OF BUILDINGS AND STRUCTURES
4-4 FINAL SELECTION
The City of Opa-Locka will select the firm that meets the best interests of the City. The City
shall be the sole judge of its own best interests, the proposals, and the resulting negotiated
agreement. The City's decisions will be final. Following the notification of the selected firm, it
is expected that an Agreement will be executed between both parties.
City staff will recommend award to the responsible Proposer whose Proposal is determined to
provide overall best value to the City, considering the evaluation factors in this RFP.
4-5 AWARD AND CONTRACT EXECUTION
After review by the Selection Committee of the proposals and oral presentations a
recommendation will be made to the City Manager for submission to the City Commission for
final approval. Upon Commission authorization, contract negotiations will be initiated with the
first ranked firm. If those negotiations are unsuccessful, the City will formally terminate
negotiations with the first ranked firm and will commence contract negotiations with the next
ranked firm, etc. Upon successful contract negotiations with the prevailing firm, the remaining
firms will be notified that the process has been completed and that they were not selected.
It is expected that a contract will be negotiated within sixty (60) days of Commission approval.
RFP NO: DEMOLITION,MATERIALS REMOVAL,AND SITE CLMN-UP OF BUILDINGS AND STRUCTURES
�° RFP NO:
ov to
o
F \
DEMOLITION, MATERIALS REMOVAL, AND SITE CLEAN-UP OF BUILDINGS AND
STRUCTURES
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:
Address:
City, State, Zip: Phone/Fax:
2. Check One: Corporation ( ) Partnership ( ) Individual ( )
3. If Corporation, state:
Date of Incorporation: State in which Incorporated:
4. If an out-of-state Corporation, currently authorized to do business in Florida, give date of such
authorization:
5. Name and Title of Principal Officers Date Elected:
6. The length of time in business: years
7. The length of time (continuous) in business as a service organization in Florida:
years
8. Provide a list of at least five commercial or government references that the bidder has supplied
service/commodities meeting the requirements of the City of Opa-Locka specification, during the last
twenty-four months.
9. A copy of County and/or Municipal Occupational License(s)
Note: Information requested herein and submitted by the proposers will be analyzed by the City of Opa-Locka
and will be a factor considered in awarding any resulting contract. The purpose is to insure that the Contractors,
in the sole opinion of the City of Opa-Locka, can sufficiently and efficiently perform all the required services in a
timely and satisfactory manner as will be required by the subject contract. If there are any terms and/or
conditions that are in conflict, the most stringent requirement shall apply.
RFP NO: DEMOLITION,MATERIALS REMOVAL,AND SITE CLN-UP OF BUILDINGS AND STRUCTURES
�p>_co C;... 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
RFP NO: DEMOLITION,MATERIALS REMOVAL,AND SITE CLMN-UP OF BUILDINGS AND STRUCTURES
paragraph (a) of this ,vision. The knowledge and inforniGiion of a Proposer is not
required to exceed that which is normally possessed by a prudent person in the ordinary
course of business dealings.
E. The certification in paragraph (a) of this provision is a material representation of fact
upon which reliance was placed when making award. If it is later determined that the
Proposer knowingly rendered an erroneous certification, in addition to other remedies
available to the Government, the Contracting Officer may terminate the contract
resulting from this solicitation for default.
AS THE PERSON AUTHORIZED TO SIGN THE STATEMENT, I CERTIFY THAT THIS FIRM
COMPLIES FULLY WITH THE ABOVE REQUIREMENTS.
Signature
Printed Name
RFP NO: DEMOLITION,MATERIALS REMOVAL,AND SITE CLfON-UP OF BUILDINGS AND STRUCTURES
, % gi
`OCk4. CITY OF OPA-LOCKA
p.
09n'„1 O
DRUG-FREE WORKPLACE CERTIFICATION FORM
Whenever two (2) or more bids/proposals, which are equal with respect to price, quality, and
service, are received by the CITY OF OPA-LOCKA for the procurement of commodities or
contractual services, a bid/proposal received from a business that certifies that it has
implemented a drug-free workplace program shall be given preference in the award process.
In order to have a drug-free workplace program, a business shall:
1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing,
possession or use of controlled substances is prohibited in the workplace and specifying the actions that
will be taken against employees for violations of such prohibition.
2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining
a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs,
and the penalties that may be imposed upon employees for drug abuse violations.
3. Give each employee engaged in providing the commodities or contractual services that are under bid a
copy of the statement specified in number(1).
4. In the statement specified in number (1), notify the employees that as a condition for working on the
commodities or contractual services that are under bid, the employee will abide by the terms of the
statement and will notify the employer of any conviction on or plea of guilty or no contest to any violation
of Chapter 893, Florida Statutes or of any controlled substance law of the United States or any singular
state, for a violation occurring in the workplace no later than five (5) days after such conviction.
5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation
program if such is available in the employee's community by any employee who is so convicted.
6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of Section
287.087, Florida Statutes.
This Certification is submitted by the
(Name)
of
(Title/Position) (Company)
who does hereby certify that said Company has implemented a drug-free workplace program,
which meets the requirements of Section 287.087, Florida Statutes, which are identified in
numbers (1) through (6) above.
Date Signature
RFP NO: DEMOLITION,MATERIALS REMOVAL,AND SITE CLeN-UP OF BUILDINGS AND STRUCTURES