Loading...
HomeMy Public PortalAbout14-8733 REHABILITATION OF SANITARY SEWER PUMP STATION 11B Sponsored by: City Manager RESOLUTION NO. 14-8733 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, AUTHORIZING THE CITY MANAGER TO ENTER INTO AN AGREEMENT WITH INTERCOUNTY ENGINEERING, INC., FOR THE REHABILITATION OF SANITARY SEWER PUMP STATION 11B, IN AN AMOUNT NOT TO EXCEED $384,000, PAYABLE FROM ACCOUNT NUMBER 35-535630, A BUDGETED ITEM; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the City of Opa-locka issued a Request for Proposals ("RFP") for the Rehabilitation of Pump Station 11B, which is partly funded by grants from USEPA and CDBG; and WHEREAS, the City received eight (8) responses from bidders, and the RFP Committee evaluated and ranked the vendors based on price proposal, references, local work force participation and other criteria; and WHEREAS, it was recommended that Intercounty Engineering, Inc. be ranked as number one (1) and awarded the contract for Pump Station 11B as the lowest, most responsive and responsible bidder; and WHEREAS, the City Commission of the City of Opa-locka desires to approve Intercounty Engineering, Inc., for the rehabilitation of Pump Station 11B, in order to facilitate the requirement of DERM, and to complete construction in an expeditious manner for the improvement of public health and safety; and WHEREAS, the City Commission of the City of Opa-locka desires to authorize the City Manager to enter into a contract with Intercounty Engineering, Inc., for the rehabilitation of Pump Station 11B. Resolution No. 14-8733 NOW, THEREFORE, BE IT DULY RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA: Section 1. The recitals to the preamble herein are incorporated by reference. Section 2. The City Commission of the City of Opa-locka, directs and authorizes the City Manager to enter into a contract Intercounty Engineering, Inc., for rehabilitation of Pump Station 11B, in an amount not to exceed $384,000, payable from Account Number 35-535630, a budgeted item, in substantially the form attached hereto as Exhibit"A". Session 3. This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this 8th day of January, 20 4 i MY TAYLOR MAYOR Attest to: Ap oved as to form and legal sufficiency: 41 I A/ , Jo. a Flores Jo - . tller wdrvir V Cit Clerk G ENSP TON MARDER, PA C ty Attorn-y Moved by: COMMISSIONE', JOHNSON Seconded by: COMMISSIONER SANTIAGO Commission Vote: 3-2 Commissioner Holmes: YES Commissioner Johnson: NO Commissioner Santiago: NO Vice-Mayor Kelley: YES Mayor Taylor: YES .*top F G 0 DriG�� • O Dry 04. R?'(6V City of Opa-Locka Agenda Cover Memo Commission Meeting 01/08/2014 Item Type: Resolution - Ordinance Other Date: X (EnterX in box) Fiscal Impact: Ordinance Reading: 1st Reading 2nd Reading (Enter X in box) Yes No (Enter X in box) x Public Hearing: Yes No Yes No (Enter X in box) x x Funding Source: (Enter Fund&Dept) Advertising Requirement: Yes No Ex: (Enter X in box) X Account#35-535630 Water and Sewer fund RFP was advertized and received eight proposals. Contract/P.O.Required: Yes No RFP/RFQ/Bid#: (EnterX in box) X 13-2308100 Strategic Plan Related Yes No Strategic Plan Priority Area: Strategic Plan Obj./Strategy: (list the (Enter X in box) specific objective/strategy this item will address) X Enhance Organizational 0 Bus.&Economic Dev - 1. Must complete to to facilitate Public Safety - the requirements of DERM Quality of Education Qual.of Life&City Image NI Communcation Sponsor Name Department: City Manager City Manager--CIP Short Title: Pump Station#11B Rehabilitation Staff Summary: The City of Opa-locka issued Request for Proposals (RFP) and received eight proposals for the rehabilitation of Sanitary Sewer Pump Station 11B. The pump station 11B with wet well/dry well configuration is in conditional moratorium since July, 2009. Per consent agreement with DERM the station must be rehabilitated with a modern submersible type pump station in accordance with Miami Dade County Standards. The rehabilitation of pump station 11B will improve the overall hydraulic performance of the station, and will allow for future development within the service area. Proposed Action: Intercounty Engineering, Inc. highest scored lowest bidder and ranked 1st. Awarding pump station 11B rehabilitation contract to Intercounty Engineering, Inc. is for the best interest of the City in order to complete construction in an expeditious manner to improve public safety,comply with local,state and federal law. Attachment: 1. Agenda 2. Notice of Public Meeting 3. Evaluation Summary Sheet 4. Panel Member's evaluation sheet 5. Copy of Resolution# 10-8067 6. EPA PS review letter-Pump-11B 7. EPA Grant Award letter O�P-LOC,,Q... O� MEMORANDUM To: Mayor Myra L.Taylor Vice Mayor Joseph L.Kelley Commissioner Timothy qolmes Commissioner Doro yilohnson Commissioner Lui• .' Santiago FROM: Kelvin L.Baker,C y ` a ger DATE: December 30,20/ RE: Pump Station#11B Rehabilitation Request: A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA AUTHORIZING THE CITY MANAGER TO ENTER INTO AN AGREEMENT WITH INTERCOUNTY ENGINEERING, INC. IN THE AMOUNT NOT TO EXCEED THREE HUNDRED EIGHTY FOUR THOUSAND DOLLARS ($384,000.00) FOR THE REHABILITATION OF SANITARY SEWER PUMP STATION 11B AS INTERCOUNTY ENGINEERING, INC. IS THE MOST RESPONSIVE, HIGHEST RANKED LOWEST BIDDER, PAYABLE FROM ACCOUNT NUMBER 35-535630(BUDGETED). Description: The City of Opa-locka issued Request for Proposals (RFP) and received eight proposals for the rehabilitation of Sanitary Sewer Pump Station 11B. The pump station 11B with wet well/dry well configuration is in conditional moratorium since July, 2009. Per consent agreement with DERM the station must be rehabilitated with a modern submersible type pump station in accordance with Miami Dade County Standards. The rehabilitation of pump station 11B will improve the overall hydraulic performance of the station, and will allow for future development within the service area. Account Number: 35-5 3 5 6 3 0 Financial Impact: The project is partly funded by grants from United States Environmental Protection Agency (EPA) and CDBG. Implementation Timeline: As soon as Possible. No work can be commenced without US EPA and Miami-Dade County Public Housing Community Development (PHCD) approval as awarding the contract for pump station 11B rehabilitation must be approved by EPA and PHCD as required for the grants compliance. City Commission approval to award the contract is required for US EPA review and approval of the bid. Legislative History: 10-8067 1 Recommendation(s): Staff recommends approval in order to facilitate the requirements of DERM. The FRP evaluation panel ranked the vendors based on price proposal, references; local works force participation, and other criteria as outlined in the RFP. The following is the bid and score comparison table: Vendor Bid Price Total Score Rank Civil CADD Engineering $554,400.00 249.5 5th IMECO, Inc. $471,328.00 N/A N/A JVA Engineering Contractor, Inc. $579,000.00 303 4th Southern Underground, Inc. $460,000.00 N/A N/A Pioneer Construction Management $560,000.00 N/A N/A Services,Inc. Metro Equipment Service $547,000.00 350 3rd Intercounty Engineering,Inc. $384,000.00 455 1st C&I Construction and Design, Inc. $479,900.00 428 2nd Intercounty Engineering, Inc. highest scored lowest bidder and ranked 1st. Awarding pump station 11B rehabilitation contract to Intercounty Engineering, Inc. is for the best interest of the City in order to complete construction in an expeditious manner to improve public safety, comply with local, state and federal law. Analysis: Pump Station No. 11B is located at the South intersection of Opa-locka Blvd. and West xx in the City of Opa-locka. Visual inspection revealed severe wear and tear to all mechanical and structural components pertaining to the pump station. The Station 11B has only one pump without any emergency by-pass system. The station will be rehabilitated in accordance with the permitted plans and specifications. Attachment: 1. Notice of Public Meeting 2. Evaluation Summary Sheet 3. Panel Member's evaluation sheet 4. Copy of Resolution# 10-8067 5. EPA PS review letter-Pump11B 6. EPA Grant Award letter PREPARED BY: Mohammad Nasir,PE,CIP Director/City Engineer 2 Jg<eA%. UNITED STATES ENVIRONMENTAL PROTECTION AGENCY y REGION 4 1ATLANTA FEDERAL CENTER ,� 61 FORSYTH STREET PROlt ATLANTA,GEORGIA 30303-8960 AUG 212013 Mr. Kelvin Baker City Manager 12950 N.W. 42nd Avenue Opa-Locka,Florida 33054 Re: EPA Special Appropriations Grant#XP-95490212 City of Opa-Locka,Florida Pump Station#11B Rehabilitation Project Plans and Specifications Review Dear Mr. Baker: The U.S. Environmental Protection Agency Region 4 Infrastructure Section has reviewed for administrative completeness and conformance with the EPA grant requirements the construction plans, dated August 2010, and specifications,received August 7,2013, for construction associated with the Opa-Locka Pump Station#11B Rehabilitation Project,EPA Grant No. XP-95490212. The plans and specifications for this proposed project appear to meet the EPA regulations effective immediately. The City of Opa-Locka(City)may now take bids using these plans and specifications. Please be reminded procurement of prime and sub contractor(s)must be in compliance with 40 CFR 31.36 and 40 CFR 33-Disadvantaged Business Enterprises(DBE) affirmative steps. For further explanation of the DBE requirements and to help the grantee and prime contractor(s)obtain DBE prime and sub contractors see the attachment Local Governments. Prime Contractors, and Subcontractors Responsibilities Under the EPA DBE Regulations 40 CFR Part 33.The grantee must document its efforts to procure DBE bidders in the prime contractor procurement process. In addition,the low prime contractor bidder should forward their information on DBE to the grantee in the time limits to be considered responsible. The grantee must keep this information in their files. After bids on this proposed project are received,the City may select the proposed projects successful bidder(s). Following that selection and prior to execution of the contract(s),please submit information on the bidding and selection process including a copy of the advertisement(s), completed bid tabulations, and the name of the chosen responsive,responsible prime contractor to the EPA for review. If the low prime contractor bidder was not chosen as the selected contractor please give an explanation.The EPA will review your documentation for compliance with the Code of Federal Regulations and notify you when a notice to proceed can be issued to the contractor and construction can commence. When the contract is signed please submit a copy of the contract including bonds and DBE information to the EPA for compliance with federal regulations review. If you have any questions,please do not hesitate to contact me at(404) 562-8397 or via email at hall.renea@ena.gov. Internet Address(URL)•http://www.epa.gov Recycled/Recyclable•Printed with Vegetable Oil Based Inks on Recycled Paper(Minimum 30%Postconsumer) Sincerely, e-,J • Renea Hall Project Officer Infrastructure Section cc: Mohammad Nasir,P.E. Charmaine Parchment Attachment—DBE Guide Department of Environmental Resources Management MIAMI• Office of the Director 701 ;`W 1st Court,4th Floor COUNTY Miami, Florida 3 31 36-397 2 T 305-372-6754 F 305-372-6759 Carlos Alvarez,Mayor miarnidade.gov August 25, 2009 Bryan Finnie,City Manager CERTIFIED MAIL NO.7008 1830 0002 8221 1089 City of Opa Locka, City Hall RETURN RECEIPT REQUESTED 780 Fisherman Street,4th Floor Opa Locka, FL 33054 Re: Administrative Consent Agreement (Agreement) with the City of Opa Locka (City) to facilitate compliance with Miami-Dade County wastewater regulations. Permit number DWO-47. Dear Mr. Finnie: Pursuant to a request from the City's staff, enclosed please find two originals of an administrative Consent Agreement prepared by the Department of Environmental Resources Management (DERM), to facilitate compliance with Miami-Dade County wastewater regulations. If you concur with the conditions of the Agreement, please sign and notarize both originals and return both signed and notarized originals of the Consent Agreement within fifteen (15)days of your receipt of this correspondence to the DERM to: Donna Gordon, Manager Code Enforcement Section, 701 NW 1 Court,7th Floor Miami, Florida 33136. If you have any questions regarding the Consent Agreement or wish to meet with DERM's staff please contact Mr. Carlos Hemandez P.E Chief of DERM's Plan Review and Development Approval Division at 786-315-2878. Since - , Os Espinosa, P.E. Direc or Department of Environmental Resources Management Encl. DG/Ib ,,. ,: ,. MIAMI-DADE COUNTY DEPARTMENT OF ) ENVIRONMENTAL RESOURCES MANAGEMENT ) Complainant, ) ) CONSENT AGREEMENT vs ) City of Opa-Locka ) Bryan Finnie,City Manager ) Respondent ) ) This Agreement is entered into by and between Miami-Dade County Department of Environmental Resources Management (hereinafter referred to as TERM') and The City of Opa-Locka (hereafter referred to as °Respondent') pursuant to Section 24-7(15)(c)of Chapter 24 of the Code of Miami-Dade County, Florida(the Code). This Agreement shall serve to redress violations of Chapter 24, Miami-Dade County Code, the First Partial Consent Decree, Paragraph 16C,dated August 11, 1993 and the Second and Final Partial Consent Decree,Paragraph 22,dated September 11,1995, Case Number CIV-93-1109, United States vs. Miami-Dade County and deficiencies in Respondent's sanitary sewer collection system (SSCS) operating under Domestic Wastewater Operating Permit DWO-47 issued by the DERM in accordance with Section 24-18 of the Code of Miami-Dade County that serves the City of Opa-Locka, located in Miami- Dade County,Florida. The DERM finds and Respondent acknowledges the following: FINDINGS OF FACT 1) DERM is an agency of Miami-Dade County,Florida, a political subdivision of the State of Florida which is empowered to provide for pollution control and protection of the environment within Miami-Dade County pursuant to Article Vill, Section 6 of the Florida Constitution,the Miami-Dade County Home Rule Charter and Section 403.182 of the Florida Statutes. DERM has jurisdiction over matters addressed in this Consent Agreement. 2) The Respondent received monthly correspondence from DERM regarding the operating status of all of the pump stations in the Respondent's sanitary sewer collection system. The Respondent is the owner and operator of a public sanitary sewer collection and transmission system that is in violation of the provisions of Section 24-42.2 of Chapter 24 of the Code, which provides for evaluation of sanitary sewer collection systems (SSES) to identify and reduce infiltration and inflow into the public sanitary sewer collection and transmission systems within Miami-Dade County. Respondent entered into an administrative Consent Agreement with the BERM, on 9/17/2007, to achieve voluntary compliance with the provisions of Section 24-42.2 of the Code. • 3) A review of Departmental records reveals that the Respondent approved and issued building permits in violation of Section 24-42.3 of the Code which allowed connections to the Respondent's sanitary sewer system without the required collection/transmission capacity certification issued by the DERM which assures capacity to safely collect and transport wastewater to a publicly owned treatment works(POTW)at the following locations: • Folio number 08-2122-003-0050, in which the City issued Permit # 7130, which provided permission to connect to the collection system for pump station 08-0001, which at that time was under Initial Moratorium. Pump station 08-0001 is currently under Absolute Moratorium, • Folio number 08-2121-006-0010, where the City of Opa-Locka issued Permit # 7266, which provided permission to connect to the collection system for pump station 08-0011A, which at that time was under Absolute Moratorium.Pump station 08-0011A is currently under Absolute Moratorium. 4) The Respondent has allowed several of the City's sanitary sewer pumping stations to remain in Initial Moratorium(IM), Incomplete Status(IN), Complete and On-Hold (CH),or Absolute Moratorium(AM)status for a period of more than one year,in violation of Section 24-29 of the Code.(See attached copy of monthly report). 5) The Respondent has requested assistance from the DERM to process the permitting of a Multi-Puroose Community • Center/Gymnasium at the City's Sherbondy Park located in the vicinity of and served by the City's pump station(PS) 08-0011A. PS 08-0011A has been operating under Absolute Moratorium since July 2008 when the average annual operating time went above 10 hours after the PS was upgraded.(See attached copy of monthly report) 6) Respondent hereby consents to this Agreement without either admitting or denying the allegations made by DERM in the finding of facts listed above. 7) In an effort to insure continued protection of the health and safety of the public and the environment of Miami-Dade County and to facilitate compliance with Sections 24-20,24-42.2 and 24-29 of the Code and to avoid time-consuming and costly litigation,the parties hereby agree to the following,and is hereby Ordered: COMPLIANCE AND REPORTING REQUIREMENTS 8) Respondent shall submit building plans for the Sherbondy Park Community Center project to DERM for review and processing, and shall not commence construction until such time that DERM provides its approval or conditional approval of the building plans. DERM may grant conditional approval of said building plans subject to compliance with - the following orders: i29 9) Corrective Action Plan (CAP). Respondent shall, within sixty peT days of the effective date of this Agreement, submit to DERM a written individual Corrective Action Plan(CAP)for each pump station now in AM or IM status. Each CAP shall describe the deficiencies which are present at each station, and which deficiencies are causing the station to remain in its current moratorium status,describe the corrective actions which are to be implemented to correct such deficiencies, and provide a date for the planned completion of the respective corrective actions. None of the CAPs shall propose a planned completion date later than December 31, 2014. The CAPs shall be submitted to: DEEM, 11805 SW 24 Street, Miami, Florida, 33175, Suite 124, Attention: Agustin Socarras, P.E., Chief, Water and Wastewater Engineering Section, for review and processing. DERM shall review each CAP and shall approve, or disapprove said CAP in writing. Upon receipt of the Departments written approval of each CAP, Respondent shall implement and complete each CAP within the timeframes specified in the corresponding CAP approval. In the event that any of the submitted CAPs are disapproved,the Respondent shall,within thirty(30)days of receipt of said written disapproval notification from DERfvt,submit a revised CAP to the DERM which addresses the deficiencies specified in the written disapproval.In the event that Respondent fails to submit an appropriate revised CAP,the Respondent shall be deemed to be in violation of this Agreement and shall be subject to further enforcement action under the penalty provisions of paragraph 20 of this Agreement and of Chapter 24 of the Code. 10) Program Development Plan (POP). The Respondent shall, within sixty (60) days of the effective date of this Agreement, submit to DERM for review, a Program Development Plan (PDP) to ensure that no further Building Permits shall be approved for facilities that have not secured a Sewer Capacity Certification Letter(Allocation Letter) from DERM approving the proposed usage. DERM shall review the PDP and shall approve,approve with conditions or disapprove said PDP in writing. Upon receipt of the DERM's written approval or approval with conditions of the PDP, Respondent shall implement said POP in accordance with the provisions specified in said approval. The PDP shall be submitted to DERM, 11805 SW 24 Street, Miami, Florida, 33175, Suite 124, Attention: Carlos Hernandez P.E.,CFM, LEED AP, Chief, Plan Review and Development Approvals Division for review and approval. In the event that the PDP is disapproved, the Respondent shall, within thirty (30) days of receipt of the written disapproval notification from DERM,submit a revised PDP to the DERM within the timeframes specified in the disapproval,which addresses the deficiencies specified in the written PDP disapproval. In the event that Respondent fails to submit an appropriate revised PDP,the Respondent shall be deemed to be In violation of this Agreement and shall be subject to further enforcement action under the penalty provisions of paragraph 20 of this Agreement and of Chapter 24 of the Code. 11) Rain Dependant Peak Flow Management Study IPFMS). Respondent shall within ninety (90)days of the effective date of this agreement submit a progress report on the status the defendants Rain Dependant Peak Flow Management Study(PFMS) required by The Volume Sewer Customer Ordinance(VSCO). The VSCO was required by the Second and Final Partial Consent Decree(SFPCD)including incorporation of all i's parts into the Chapter 24 of the County Code, The PFMS progress report shall be submitted to: DERM, 11805 SW 24 Street, Miami, Florida, 33175,Suite 124,Attention:Agustin Socarras, P.E.,Chief,Water and Wastewater Engineering Section,for review and processing. 12) Water and Sanitary Sewer System Electronic Atlases.Respondent shall within one hundred and eighty(180)days from the effective date of this Agreement submit a plan to develop an electronic atlas for the Respondent's water and sanitary sewer systems. Said plan shall include a schedule for developing and maintaining an electronic atlas for the Respondents water and sanitary sewer systems.The plan shall be submitted to:DERM, 11805 SW 24 Street,Miami, Florida, 33175, Suite 124,Attention: Agustin Socarras, P.E., Chief, Water and Wastewater Engineering Section, for review and approval. 13) Leak Detection Program. Respondent shall within one(1)year from the effective date of this Agreement submit a written plan of action(POA)for the implementation of a leak detection program for the city's water distribution system. The POA shall be submitted to: DERM, 11805 SW 24 Street, Miami, Florida, 33175, Suite 124, Attention: Agustin Socarras, P.E., Chief, Water and Wastewater Engineering Section,for review and processing and shall include at a minimum: a) A detailed POA for the creation of a leak detection unit,including all logistics,personnel and equipment resources or a contract or service agreement with a qualified vendor or local public utility. b) Implementation of the leak detection program shall not exceed two (2) years from the effective date of this Agreement. 14) Sanitary Sewer Evaluation Survey (SSES). Respondent shall within five (5) years from the effective date of this Agreement comply with the requirement of the SSES described in paragraph number 2 above. Specifically Respondent shall demonstrate that the sanitary sewer system infiltration and inflow for each of the Respondents pump station basin is less than five thousand (5,000) gallons per inch pipe diameter per day per mile of pipe and laterals. The report of the SSES and rehabilitation work shall be submitted to DERM, 11805 SW 24 Street, Miami, Florida, 33175, Suite 124,Attention:Agustin Socarras, P.E., Chief, Water and Wastewater Engineering Section, for review and processing. Upon execution by the Director, the completion dates for this Consent Agreement shall supersede the completion dates of the Consent Agreement executed 9/17/2007 between the Respondent and the DERM. This revision of compliance time does change any of the other compliance requirements listed in the Consent Agreement executed 911712007. 15) The Respondent shall not issue any Certificate of Occupancy (CO) and Certificate of Use (CU) or Occupational License (OL) [Also known as, LBT] or Temporary CO, CU, OIILBT for the Sherbondy Park project until all the Respondents pump stations downstream from the Sherbondy Park project are operating in compliance with the 10 hours maximum annual average operating time, In the event that the Respondent's pump stations downstream from " the Sherbondy Park project cannot be in compliance with the 10 hours maximum annual average operating time, the Respondent shall submit for DERM review and approval revised plans for the construction and connection of the Sherbondy Park project to a Septic Tank and drain field treatment system. 16) Transmission Capacity.Respondent shall,within ninety(90)days of the effective date of this Agreement, submit a Sewer Extension construction permit application for the upgrading of PS 08-0011A. Upon completion and certification of the upgrading proposed on the Sewer Extension construction permit,the continuous operation of the upgraded PS shall demonstrate significant compliance with the 10 hours reporting requirement. 17) This Agreement constitutes a lawful order of the Director of the Department of Environmental Resources Management and is enforceable in any court of competent jurisdiction. Any violation of any requirement of this Agreement may result in further enforcement action by the DERM against the Respondent. Each violation of any of the terms or conditions of this Agreement by the Respondent shall constitute a separate offense. ADMINSTRATIVE COSTS 18) The Respondent hereby certifies that Respondent has the financial ability to comply with the terms or conditions or requirements set forth in this Consent Agreement and to comply with any payment requirements specified in this Agreement 19) •-. ••ndent shall,within thirty(30)days from the effective da this Agreement,pay Miami-Dade Couoty-$31090 06— to cover administrative and tot• up '- ' -1 •- sent to DERM,701 NW 1 Court,Suite 7- 1•• •. Attention: Joseph Ramdial, Environmental Code Enforcement 0'• • , • Section. 20) In the event Respondent fails to comply with any of the requirements of paragraphs 8,9,10, 11, 12, 13,14,15 and 16 of this Consent Agreement,the Respondent shall pay DERM a civil penalty of$100.00 per day for each day of non- compliance, and the Respondent shall be subject to enforcement action in a court of competent jurisdiction for such failure pursuant to the provisions set forth in Chapter 24 Miami-Dade County Code. Within 30(thirty)days of written notice from DERM, Respondent shall make payment of the appropriate penalties to Miami-Dade County by check or money order. Payment shall be sent to DERM,701 NW 1 Court,Suite 7-199 Miami,Florida 33136.Attention: Joseph Ramdial,Environmental Code Enforcement Officer,Enforcement Section. SAFETY PRECAUTION 21) Respondent shall maintain the sanitary sewer system,during the pendency of this Agreement, in a manner that shall not pose a hazard or threat to the public at large or the environment and shall not cause a nuisance or a sanitary nuisance as set forth in Chapter 24,of the Code of Miami-Dade County. • GENERAL PROVISIONS 22) The terms and conditions set forth in this Consent Agreement may be enforced in any court of competent jurisdiction pursuant to Chapter 24,of the Code of Miami-Dade County,the Florida Administrative Code,or the Florida Statutes. 23) Entry into this Consent Agreement does not relieve Respondent of the responsibility to comply with applicable federal. state,or local laws,regulations and ordinances. 24) Where timetables cannot be met, due to circumstances beyond Respondents control, Respondent shall submit a written request for extension of the timetable(s), which shall not exceed six months, with supporting documents to DERM,stating the cause(s)of any delay or non-compliance and the extension of time requested.A determination of the reasonableness of the delay or non-compliance shall be made by DERM for the purposes of continuation of enforcement actions and the imposition of penalties pursuant to paragraph 20 of this Agreement. In no event shall any extension be granted beyond six months of any due date. 25) This Agreement shall neither be evidence of a prior violation of the Code nor shall it be deemed to impose any limitation upon any investigation or action by DERM in the enforcement of Chapter 24 of the Code of Miami-Dade County,the Florida Administrative Code or the Florida Statutes. • 26) In consideration of the complete and timely performance by the Respondent of the terms and conditions set forth in this Consent Agreement,DERM waives its rights to seek judicial imposition of damages or criminal or civil penalties for the matters alleged in this Consent Agreement 27) This Consent Agreement shall become effective upon the date of execution by the Director of DERM. • ra-4' D001 Date -,City Manager / Leda Before me;the undersigned authority,personally appeared .Z1r i Q ik K • who after being duly sworn,deposes and says bat he has read and agreed to the foregoing. Subscribed and sworn to before me this I day of 2009_ earle NolryPubic Sloe of Rondo (Name of Affiant) Mycon.iwlo^t mrov�o+o Personally Known_ or Produced Identification (Check One) • • Type of Identification Produced: • Notary Public FOR OFFICE USE ONLY X01,%/199 d Dat os Espt ..,- • apartment of Environme . 'esources Management `y el f,/, i • 1144,00� fir j ess Witness o,o Locko o Reo � 9 z�q M.119 OCT -7 Pik 12: 39 MEMORANDUM OFFICE OF THE Cf i Ni,Ar/;� -K TO: Brian K.Finnie,Interim City Manager FROM: Fernand Thony P.E.,Operations Manager DATE: October 7,2009 SUBJECT: Administrative Consent Agreement with DERM In an effort to comply with existing federal regulations (US EPA) relative to the City of Opa- locka's wastewater system(Permit Number DWO-47), staff negotiated over the past months the terms of a general agreement which is attached here in for your review and signature. This process was started almost a year ago trough a series of meeting and discussions to insure that the City's best interest was preserved and avoid it being in default of the original consent decree between the United States of America and Miami Dade County. In addition, to position the City's ongoing rehabilitation program, procurement of professional design services were secured to facilitate the design of four(4)priority pump stations(PS#8,11A,11B,11C) which all currently are at varying stages of completion and permitting. These steps have culminated with this final agreement with very favorable terms for the City of Opa-locka while extending the compliance date until 2014 for all its infrastructure work. Moreover, the Finance Department which was part of the final discussions is in agreement that the commitment of resources required is in place and within the City's fiscal ability.Ultimately, this agreement will have a series of financial benefit for the City such as: • Reduced infiltration/inflows in the sewer system and corresponding payments to Miami Dade County • Capacity for growth and expansion for new businesses with City limits • Enhancing health,safety quality of life and overall environmental protection Miami Dade County DERM for its part has expressed a sense of satisfaction that the City is finally addressing these matters comprehensively and looking forward to have this agreement in place in the best of delays. Should you have any questions,we remain available for a personal briefing. Cc: Lavelle Jenrette,Acting Public Works Department Director Faye Douglas,Assistant Finance Department Director Fritz Armand,Code Enforcement Department Director Enclosure n lU0„a Memorandum TO: Mayor Joseph L.Kelley Vice-Mayor Myra L.Taylor Commissioner Timothy Holmes Commissioner Dorothy Johnson .tynmissioner Rose Tydus FROM: Clarence att rse , i y ana r DATE: May 17,2010 RE: Pump Stations#8,11A,11B Request: A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA- LOCKA, FLORIDA AUTHORIZING THE CITY MANAGER TO ADVERTISE AND ISSUE AN INVITATION TO BID TO QUALIFIED CONTRACTORS FOR THE UPGRADE AND REHABILITATION OF SANITARY SEWER PUMP STATIONS 8,11A AND 11B. Description: The City of Opa-Locka will issue an Invitation to Bid (ITB) for the rehabilitation of Sanitary Sewer Pump Stations 8, 11A and 11B. Financial Impact:The stations have approved funding in the FY 2010 budget plan. Implementation Timeline: The pump stations have been designed and permitted. On approval,the bid process will commence. Legislative History: The City entered into a Consent Agreement with DERM on October 7, 2009 to correct deficiencies in the operations of the Sanitary Sewer System. Part of the agreement addresses rehabilitation of the stations under moratorium to comply with DERM requirements. Recommendation(s): Staff recommends approval. Analysis: The pump stations are aged and have been assigned varying stages or moratorium status by DERM.This has imposed a building moratorium in the service areas of these stations. As a result growth and development have been hampered causing a loss of revenue for the City. The rehabilitation of the stations is vital to the City's continued development. Attachments: DERM Consent Agreement PREPARED BY: Judeen Johnson END OF MEMORANDUM 1 Resolution No. 10-8067 PASSED AND ADOPTED THIS 26th DAY OF May,2010. JOSEP L. LLE AYO Atteo • A Debo Irby J7-NI,' :I Geller v City Clerk I y A r.rney 1 F f Moved By: HOLMES Seconded by: JOHNSON Commission Vote: 5-0 Commissioner Holmes: YES Commissioner Johnson: YES Commissioner Tydus: YES Vice Mayor Taylor: YES Mayor Kelley: YES Sponsored by: City Manager Resolution No.10-8067 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING THE CITY MANAGER TO PREPARE AND ISSUE A REQUEST FOR PROPOSALS (RFP) FOR THE REPAIR AND REBUILDING OF PUMP STATIONS #8, #11A, AND #11B, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS,the City of Opa-locka is attempting repair and rehabilitate all of the pump stations in the city; and WHEREAS, the City of Opa-locka desires to complete the repair and rebuilding of Pump Stations#8,#11A, and#11B; and WHEREAS, the City Commission of the City of Opa-locka desires for the City Manager to prepare and issue a RFP seeking proposals for the repair and rebuilding of Pump Stations#8,#11A,and#11B: NOW, THEREFORE, BE IT DULY RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA-LOCKA,FLORIDA: Section 1. The recitals to the preamble herein are incorporated by reference. Section 2. The City Commission of the City of Opa-locka hereby directs and authorizes the City Manager to prepare and issue a Request For Proposals (RFP) for the repair and rebuilding of Pump Stations #8, #11A, and #11B, in a form acceptable to the City Attorney. Section 3. This resolution shall take effect immediately upon adoption. • ILa • City of Opa-locka NOTICE OF PUBLIC MEETING SELECTION COMMITTEE MEETING RFP NO. 13-2308100 LIFT STATION NO. 118 REHABILITATION NOTICE IS HEBEBY GIVEN, pursuant to the Florida Government in the Sunshine Law, that the Selection Committee for RFP No. 13-2308100 Lift Station No. 118 Rehabilitation will hold a public meeting on Friday, September 20, 2013 @ 2:00 p.m. at the Opa-locka Municipal Complex, 780 Fisherman Street, 2"d Floor, Opa-locka, Florida. All interested parties are invited to attend. This is a public meeting; however, this does not constitute a public hearing. The Selection Committee will be discussing the issues before them and there will be no opportunity for public input. JOANNA FLORES, CMC CITY CLERK m - - - -0 m D O X 70 < o D to D m C f1 r D ^ Q O K v — Z D I'^ C 0 K 3 -+ 1 1 1 N m g o -I O ?� eD * o n ? ; fD * o X O C- 3 z O - 3 3 c 3 V r 3 3 3T-I 37 y x O N co !'1 G m G p a. D rn n x T Z y < m 0 D w _ Q N 0 0 Q 0 VI 0 0 0 O 00 00 OC Co co ^ N 1,"a p in V1 fir+ to in AQ p co Z D Q o0 = n O n o i 0 o A 7a Z 2 Z z z 2 2 2 2 2 Z Z Z Z Z i-- -- — — — —. �.. —. r* D D D A D D D A A D D D A D A O —{ D 0 Z V1 w N 1-+ N O t-+ 1-+ I-, i-■ A A ? A A u+ in v+ n o1 rn 01 m 01 p C VI 0. o I-■ Z Z Z Z Z Z 2 Z Z Z Z Z Z Z 2 0 — �.. - - � - . — -, � -,. — ? D D D A D D D D D D D D D D D 3 rp C. Z 2 Z 2 2 2 2 2 2 2 Z 2 2 2 2 0 " .— o D D D D D D D D D D D D D D D rn c. K ro O N I-• N F+ VVIi an Lu V1 LI' L0 i�0 L3 tA0 u00 3 co O a C N N N �-+ Un N N N I., V N J V V s V1 11+ VI V 0 Q C 0 0 0 O C 7 1 C'1 C 7 N (1 V" t!1 W V1 1-+ N t-, b-• 1-4 ill V1 V1 VI V1 -i VI V1 V1 V1 V1 C1 P CT 01 Cr C 90 A — N 5 n to Z -r, CD O n ? m � Z C X D r- 2 C D O O C " D D r" O O g r- Q 0 g D O d x' pr' rt. = 3 Ro ? x- y' I'J ? > Z p a y > > n a 3 x A a 3 w r 3 v c 3 or VI D CL Cl. a D ial -I o m n = z D 2 17 Z CO N it _ W ■+ -i o o c o o c C o 0 0 C D W o Lo x 0 D cn oo = O Z o D > n Z Z Z 2 z Z Z Z Z Z k 03 K > D D D D D D D D D D n -I 2 O D 3 , . 0 -v z 0 O 0 0 0 O O O o 0 O D W , 2 , Z o C ✓ A N O 2 2 2 2 2 2 2 2 2 2 et, ,, z -.. � — „.. w st m D D D D D D D D D D 0 c• 3 a Z -v > 2 2 2 2 2 2 2 2 2 2 D D D D > D > > > D ro rt el o 3 CD O O al V, ih Vt V, Li• 'D W rD u Ui 7 0 "' 7 ro 1 O O 0 0 O V, V, al V, V, n A 9 L11 (n ,c n in • n V, u+ u, u• u, ut u, ui V, u, 2 93 -A n - N 0 00 0 fl Ith iiii as o 4 AT _ -A%C . z 9 C r :►:w LkcC A.LcT 3 S n °` a � ODO C 'til , pc-ere O)- : = eo A ,---- r i A FLly Co 1(-11-C �' O a s a t/) n A *- t�t r L i r` = T 'O 0 3 x h X c X 101 x 3 3 c ty, V ti 13 22 v n'n Lip, � x a x N v+ r C u+ �n O O v+ m • 2 .a m G 3 + i ° ° ° o .c tri 0 r- i in . . g ' rr (-1 13 e G ® W n 1 Z c o o " wI" �° 0 �. c w °° zv Rio ri r t B. co K n I m U) '0 v i ' 2 C frl ,0 3 O r 3 0 c,t 1' d c a ,s ,. , tr, 1 11.1 tl il f‘ a - 0 1 ▪ N = r0 v ▪ L r, G A g m C A v m C g r A k hC x , 1 4 f. .& r 3R 1m d Nye v. , to ;71-, � 6 x 1 V 4 0 G o N -C E . c!J b v} p r o�' IL m Inc Orr -f r;n -�n2A � N c k..P, 0 - r a mono w N p NJ °° Z > Z 3 op y -.Z .2:;1 4.11-.frilf e.. I i C533 r71 '11 6 0 c� 3 at eD "' nCorn kat_i--e 1 --i 0 z rn .0 C• k ) `- 3 C., vi c J 0 4 s ' U`i 4% vey "• V. A I , i ?-24.4(57ex ri -VA s E g I\J-- oaK 0- - Cr- 111 O. tux rl— bc : 741, ril :0 II Qia r N lib -fit Z X m C3 (r) i r `4" L . ,,,),,__,,,,,, id _, ,,,, 1 rai Nvistoput__ - rn f1 'nZA Ts r- A i �• ! > N =ITI D O --.o 4 , I o t Z ■ • o CP\ U) d m z 3 H n S m I 3 3 x ' ..t 0. m . o a0 c... . = (f) i r' all . g Goy p" 4-1g1 s 15 A i Q C Q W "4 p �c N o w z D vtCOPli ' 0 °° = © a co K Fe �-rf%14" � � i �� � D 5 z ` T _ 0 LII --- irl 0 I 1 j1 � uj f a. CITY OF OPA-LOCKA CERTIFICATION OF PROPOSALS RECEIVED REQUEST FOR PROPOSALS(RFP)NO. 13-2308100 Lift Station No. 11B Rehabilitation I,Joanna Flores,City Clerk of the City of Opa-locka,Florida,do hereby certify that according to the provisions of Sec.2-320.1 of the City's Code of Ordinances,sealed qualifications were opened at the Office of the City Clerk,780 Fisherman Street,4th floor,Opa-locka,Florida,at 2:10 p.m.this 411 day of September,2013. PROPOSALS RECEIVED Name of Company 1. Civil CADD Engineering Base Bid$554,400.00 1313 SW 175"'Way Pembroke Pines,FL 33029 Tele:954.923.8332 Fax: 954.923.8332 Contact:John E.King,President 2. IMECO,Inc. Base Bid$471.328.00 12550 Biscayne Boulevard,#800-30 North Miami,FL 33181 Tele:786.691.1496 Fax: 786.691.1497 Contact:John James Denis,President 3. JVA Engineering Contractor,Inc. Base Bid$579,000.00 6600 NW 32nd Avenue Miami,FL 33147 Tele:305.696.7902 Fax: 305.696.7903 Contact:Jose Alvarez 4. Southern Underground Inc. Base Bid$460,000.00 3453 NW 44th Street Fort Lauderdale,FL 33309 Tele:305.710.0470 Fax: 954.933.0226 Contact:Belseri Comerford,President 5. Pioneer Construction Management Services,Inc. Base Bid$560,000.00 5713 Hollywood Boulevard Hollywood,FL 33021 Tele:954.893.6021 Fax: 954.893.8013 Contact:Ruel Miles,President 6. Metro Equipment Service Base Bid$547,000.00 9415 SW 72nd Street Miami,FL 33173 Tele:305.740.3303 Cell:786.367.0044 Contact:Jorge Godoy Email:jdmetero @bellsouth.net l 7. Intercounty Engineering,Inc. Base Bid$384,000.00 1835 NW 181h Street Pompano Beach,FL 33069 Tele: 954.972.9800 Fax:954.974.0042 Contact:Maurice Hynes,President 8. C&I Construction and Design Inc. Base Bid$479,900.00 14031 SW 143 Court,Unit 6 Miami,FL 33186 Tele:305.255.6067 Fax: 786.430.1747 Contact:Carlos Maldonado er certify th t sealed proposals were submitted and properly opened'A presence and also the following: //3 t5 .111 esus Hernandez,Miami-P :de ty Moha d Nasir,City of Opa-locka CITY CLERK 2 Z4ND I SUNDAY,AUGUST 18,2013 NO MiamiFerald.com I MIAMI HERALD CITY OF OPA—LOCKA pn 1 urkn O, O Request for Proposals (Bid) RFP NO: 13-2308100 Lift Station No 11B Rehabilitation Proposals(bids)for Lift Station No 11B Rehabilitation will be received by the City of Opa-locka at the Office of the City Clerk,780 Fisherman Street, 4'" Floor, Opa-locka, Florida 33054.The Proposals(Bids) are due on Friday.August 23. 2013 by 1;00 D.m,Any proposals(bids) received after the designated closing time will be returned unopened. The purpose of this Request for Proposals(bids)is to seek service of a qualified professional contractor to provide construction services to the City of Opa-locka for the rehabilitation of Lift Station No.11 B. This project,will be Federally funded,in part through the Miami-Dade County Department of Housing and Community Development with Community Development Block Grant funds and as such, bidder must comply with Presidential Executive Order 11246, as amended; by Executive Order 11375;Title VII of the Civil Rights Act of 1964 as amended;the Davis-Bacon Act of 1968, as amended; the Copeland Anti-Kickback Act; the Contract Work Hours and Safety Standards Act and all other applicable federal,state and local ordinance. Any Contract(s)awarded under this invitation for Bids will be funded in part by a grant from the U.S.Environmental Protection Agency. Neither the United States nor any of its departments,agencies or employees are or will be a part to this Invitation for Bids or any resulting contract. Note that bidder is required to pay workers on this project the minimum wages as determined in the Wage Determination Decision included in the Bidder's package; and that the contractor must ensure that employees are not discriminated because of race, color, religion, sex or national origin. This project is also a Section 3 covered activity.Section 3 requires that job training,employment and contracting opportunities be directed to very-low and low income persons or business owners who live in the project's area. An original and six (6) copies a total of seven (7) plus 1 copy of the proposal on CD in PDF format of the proposal shall be submitted in sealed manila envelopes/packages addressed to Joanna Flores,CMC,City Clerk,City of Opa-locka,Florida,and marked Lift Station No 11B Rehabilitation.Bidders desiring information for use in preparing proposals may obtain a set of such documents from the Clerk's Office, 780 Fisherman Street, 4'" Floor, Opa-locka, Florida 33054,Telephone(305)953-2800 or copies of the RFP NO: 13-2308100 requirements may also be obtained by visiting the City's website at www.opalockafl.gov,(click"RFQ/PROPOSALS"located on the right hand side of the screen and follow the instructions). The contract will be awarded to the lower,qualified and most responsive bidder.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 bidder whose proposal best complies with the RFP NO:13-2308100 requirements.Bidders may not withdraw their proposal for a period of ninety (90)days from the date set for the opening thereof. Joanna Flores,CMC City Clerk air 2811E I SUNDAY,AUGUST 18,2013 NE MiamiHerald.com I MANN HERALD CITY OF OPA-LOCKA ,1(•114 U t1 IO •s a,nxT�'t fit♦ SL „ Request for Proposals (Bid) RFP NO 13-2308100 Lift Station No 11B Rehabilitation Proposals(bids)for Lift Station No 11B Rehabilitation will be received by the City of Opa-locka at the Office of the City Clerk,780 Fisherman Street, 4'" Floor, Opa-locka, Florida 33054.The Proposals (Bids) are due on Friday.August 23,2013 by 1:00 p.m.Any proposals(bids) received after the designated closing time will be returned unopened. The purpose of this Request for Proposals(bids)is to seek service of a qualified professional contractor to provide construction services to the City of Opa-locka for the rehabilitation of Lift Station No.11B. This project,will be Federally funded,in part through the Miami-Dade County Department of Housing and Community Development with Community Development Block Grant funds and as such, bidder must comply with Presidential Executive Order 11246, as amended; by Executive Order 11375;Title VII of the Civil Rights Act of 1964 as amended;the Davis-Bacon Act of 1968, as amended; the Copeland Anti-Kickback Act; the Contract Work Hours and Safety Standards Act and all other applicable federal,state and local ordinance. Any Contract(s)awarded under this invitation for Bids will be funded in part by a grant from the U.S.Environmental Protection Agency. Neither the United States nor any of its departments,agencies or employees are or will be a part to this Invitation for Bids or any resulting contract. Note that bidder is required to pay workers on this project the minimum wages as determined in the Wage Determination Decision included in the Bidder's package; and that the contractor must ensure that employees are not discriminated because of race, color, religion, sex or national origin. This project is also a Section 3 covered activity.Section 3 requires that job training,employment and contracting opportunities be directed to very-low and low income persons or business owners who live in the project's area. An original and six (6) copies a total of seven (7) plus 1 copy of the proposal on CD in PDF format of the proposal shall be submitted in sealed manila envelopes/packages addressed to Joanna Flores,CMC,City Clerk,City of Opa-locka, Florida,and marked Lift Station No 11B Rehabilitation.Bidders 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: 13-2308100 requirements may also be obtained by visiting the City's website at www.opalockafl.gov,(click"RFQ/PROPOSALS"located on the right hand side of the screen and follow the instructions). The contract will be awarded to the lower,qualified and most responsive bidder.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 bidder whose proposal best complies with the RFP NO: 13-2308100 requirements.Bidders may not withdraw their proposal for a period of ninety (90)days from the date set for the opening thereof. Joanna Flores,CMC City Cleric HIM HERALD I MiamiHerald.com NW SUNDAY,AUGUST 18,2013 I SNW CITY OF OPA-LOCKA �.ni.oaK^ o O Request for Proposals (Bid) RFP NO: 13-2308100 Lift Station No 11B Rehabilitation Proposals(bids)for Lift Station No 11B Rehabilitation 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.The Proposals (Bids) are due on Friday.August 23, 2013 by 1:00 p.m,Any proposals (bids) received after the designated closing time will be returned unopened. The purpose of this Request for Proposals(bids)is to seek service of a qualified professional contractor to provide construction services to the City of Opa-locka for the rehabilitation of Lift Station No.11 B. This project,will be Federally funded,in part through the Miami-Dade County Department of Housing and Community Development with Community Development Block Grant funds and as such, bidder must comply with Presidential Executive Order 11246, as amended; by Executive Order 11375;Title VII of the Civil Rights Act of 1964 as amended;the Davis-Bacon Act of 1968, as amended; the Copeland Anti-Kickback Act; the Contract Work Hours and Safety Standards Act and all other applicable federal,state and local ordinance. Any Contract(s)awarded under this invitation for Bids will be funded in part by a grant from the U.S.Environmental Protection Agency. Neither the United States nor any of its departments,agencies or employees are or will be a part to this Invitation for Bids or any resulting contract. Note that bidder is required to pay workers on this project the minimum wages as determined in the Wage Determination Decision included in the Bidder's package; and that the contractor must ensure that employees are not discriminated because of race, color, religion, sex or national origin. This project is also a Section 3 covered activity.Section 3 requires that job training,employment and contracting opportunities be directed to very-low and low income persons or business owners who live in the project's area. An original and six (6) copies a total of seven (7) plus 1 copy of the proposal on CD in PDF format of the proposal shall be submitted in sealed manila envelopes/packages addressed to Joanna Flores,CMC,City Clerk,City of Opa-locka,Florida,and marked Lift Station No 11B Rehabilitation .Bidders 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: 13-2308100 requirements may also be obtained by visiting the City's website at www.opalockafl.gov,(click"RFC)/PROPOSALS"located on the right hand side of the screen and follow the instructions). The contract will be awarded to the lower,qualified and most responsive bidder.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 bidder whose proposal best complies with the RFP NO:13-2308100 requirements.Bidders may not withdraw their proposal for a period of ninety (90)days from the date set for the opening thereof. Joanna Flores,CMC City Clerk J . MIAMI HERALD I MiamlHerald.com SE SUNDAY,AUGUST 18,2013 I VISE CITY OF OPA—LOCKA r n.I.nc:k q r . Fro Request for Proposals (Bid) RFP NO: 13-2308100 Lift Station No 11B Rehabilitation Proposals(bids)for Lift Station No 11B Rehabilitation will be received by the City of Opa-locka at the Office of the City Clerk,780 Fisherman Street, 4"' Floor, Opa-locka, Florida 33054. The Proposals(Bids) are due on Friday.Auaust 23. 2013 by 1:00 p.m.Any proposals (bids) received after the designated closing time will be returned unopened. The purpose of this Request for Proposals(bids)is to seek service of a qualified professional contractor to provide construction services to the City of Opa-locka for the rehabilitation of Lift Station No.11 B. This project,will be Federally funded,in part through the Miami-Dade County Department of Housing and Community Development with Community Development Block Grant funds and as such, bidder must comply with Presidential Executive Order 11246, as amended; by Executive Order 11375;Title VII of the Civil Rights Act of 1964 as amended;the Davis-Bacon Act of 1968, as amended; the Copeland Anti-Kickback Act; the Contract Work Hours and Safety Standards Act and all other applicable federal,state and local ordinance. Any Contract(s)awarded under this invitation for Bids will be funded in part by a grant from the U.S.Environmental Protection Agency. Neither the United States nor any of its departments,agencies or employees are or will be a part to this Invitation for Bids or any resulting contract. Note that bidder is required to pay workers on this project the minimum wages as determined in the Wage Determination Decision included in the Bidder's package; and that the contractor must ensure that employees are not discriminated because of race, color, religion, sex or national origin. This project is also a Section 3 covered activity.Section 3 requires that job training,employment and contracting opportunities be directed to very-low and low income persons or business owners who live in the project's area. An original and six (6) copies a total of seven (7) plus 1 copy of the proposal on CD in PDF format of the proposal shall be submitted in sealed manila envelopes/packages addressed to Joanna Flores,CMC,City Clerk,City of Opa-locka,Florida,and marked Lift Station No 11B Rehabilitation.Bidders 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: 13-2308100 requirements may also be obtained by visiting the City's website at www.opalockafl.gov,(click"RFQ/PROPOSALS"located on the right hand side of the screen and follow the instructions). The contract will be awarded to the lower,qualified and most responsive bidder.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 bidder whose proposal best complies with the RFP NO: 13-2308100 requirements. Bidders may not withdraw their proposal for a period of ninety (90)days from the date set for the opening thereof. Joanna Flores,CMC City Clerk MIAMI HERALD I MiamiHerald.com SW SUNDAY,AUGUST 18,2013 I SSW CITY OF OPA-LOCKA O '" '�c�il�a ttLB"i'• Request for Proposals (Bid) RFP NO: 13-2308100 Lift Station No 11B Rehabilitation Proposals(bids)for Lift Station No 11B Rehabilitation 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.The Proposals (Bids) are due on Friday.August 23.2013 by 1;00 p.m. Any proposals (bids) received after the designated closing time will be returned unopened. The purpose of this Request for Proposals(bids)is to seek service of a qualified professional contractor to provide construction services to the City of Opa-locka for the rehabilitation of Lift Station No.11B. This project,will be Federally funded,in part through the Miami-Dade County Department of Housing and Community Development with Community Development Block Grant funds and as such, bidder must comply with Presidential Executive Order 11246, as amended; by Executive Order 11375;Title VII of the Civil Rights Act of 1964 as amended;the Davis-Bacon Act of 1968, as amended; the Copeland Anti-Kickback Act; the Contract Work Hours and Safety Standards Act and all other applicable federal,state and local ordinance. Any Contract(s)awarded under this invitation for Bids will be funded in part by a grant from the U.S.Environmental Protection Agency. Neither the United States nor any of its departments,agencies or employees are or will be a part to this Invitation for Bids or any resulting contract. Note that bidder is required to pay workers on this project the minimum wages as determined in the Wage Determination Decision included in the Bidder's package; and that the contractor must ensure that employees are not discriminated because of race, color, religion, sex or national origin. This project is also a Section 3 covered activity.Section 3 requires that job training,employment and contracting opportunities be directed to very-low and low income persons or business owners who live in the project's area. An original and six (6) copies a total of seven (7) plus 1 copy of the proposal on CD in PDF format of the proposal shall be submitted in sealed manila envelopes/packages addressed to Joanna Flores,CMC,City Clerk,City of Opa-locka,Florida,and marked Lift Station No 11 B Rehabilitation .Bidders desiring information for use in preparing proposals may obtain a set of such documents from the Clerk's Office, 780 Fisherman Street, 4t1 Floor, Opa-locka, Florida 33054,Telephone(305)953-2800 or copies of the RFP NO: 13-2308100 requirements may also be obtained by visiting the City's website at www.opalockafl.gov,(click"RFQ/PROPOSALS"located on the right hand side of the screen and follow the instructions). The contract will be awarded to the lower,qualified and most responsive bidder.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 bidder whose proposal best complies with the RFP NO:13-2308100 requirements.Bidders may not withdraw their proposal for a period of ninety (90)days from the date set for the opening thereof. Joanna Flores,CMC City Clerk MIAMI HERALD I MiamiHerald.com NC SUNDAY,AUGUST II,2013 I INC CITY OF OPA-LOCKA UC,,. o a 6, Request for Proposals (Bid) RFP NO: 13-2308100 Lift Station No 11B Rehabilitation Proposals(bids)for Lift Station No 11B Rehabilitation will be received by the City of Opa-locka at the Office of the City Clerk,780 Fisherman Street, 41h Floor, Opa-locka, Florida 33054.The Proposals (Bids) are due on Friday.August 23.2013 by 1:00 p,m,Any proposals (bids) received after the designated closing time will be returned unopened. The purpose of this Request for Proposals(bids)is to seek service of a qualified professional contractor to provide construction services to the City of Opa-locka for the rehabilitation of Lift Station No.11 B. This project,will be Federally funded,in part through the Miami-Dade County Department of Housing and Community Development with Community Development Block Grant funds and as such, bidder must comply with Presidential Executive Order 11246, as amended; by Executive Order 11375;Title VII of the Civil Rights Act of 1964 as amended;the Davis-Bacon Act of 1968, as amended; the Copeland Anti-Kickback Act; the Contract Work Hours and Safety Standards Act and all other applicable federal,state and local ordinance. Any Contract(s)awarded under this invitation for Bids will be funded in part by a grant from the U.S.Environmental Protection Agency. Neither the United States nor any of its departments,agencies or employees are or will be a part to this Invitation for Bids or any resulting contract. Note that bidder is required to pay workers on this project the minimum wages as determined in the Wage Determination Decision included in the Bidder's package; and that the contractor must ensure that employees are not discriminated because of race, color, religion, sex or national origin. This project is also a Section 3 covered activity.Section 3 requires that job training,employment and contracting opportunities be directed to very-low and low income persons or business owners who live in the project's area. An original and six (6) copies a total of seven (7) plus 1 copy of the proposal on CD in PDF format of the proposal shall be submitted in sealed manila envelopes/packages addressed to Joanna Flores,CMC,City Clerk,City of Opa-locka,Florida,and marked Lift Station No 11B Rehabilitation.Bidders desiring information for use in preparing proposals may obtain a set of such documents from the Clerk's Office, 780 Fisherman Street, 4", Floor,Opa-locka, Florida 33054,Telephone(305) 953-2800 or copies of the RFP NO: 13-2308100 requirements may also be obtained by visiting the City's website at www.opalockafl.gov,(click"RFQ/PROPOSALS" located on the right hand side of the screen and follow the instructions). The contract will be awarded to the lower,qualified and most responsive bidder.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 bidder whose proposal best complies with the RFP NO: 13-2308100 requirements.Bidders may not withdraw their proposal for a period of ninety (90)days from the date set for the opening thereof. Joanna Flores,CMC City Clerk 20ND I SUNDAY,AUGUST 11,2013 ND MiamiHerald.cnm I MIAMI HERALD CITY OF OPA-LOCKA lr-k T Request for Proposals (Bid) RFP NO: 13-2308100 Lift Station No 11B Rehabilitation Proposals(bids)for Lift Station No 11B Rehabilitation will be received by the City of Opa-locka at the Office of the City Clerk,780 Fisherman Street, 4fh Floor, Opa-locka, Florida 33054. The Proposals(Bids) are due on Friday.August 23.2013 by 1:00 p.m,Any proposals(bids) received after the designated closing time will be returned unopened. The purpose of this Request for Proposals(bids)is to seek service of a qualified professional contractor to provide construction services to the City of Opa-locka for the rehabilitation of lift Station No.11B. This project,will be Federally funded,In part through the Miami-Dade County Department of Housing and Community Development with Community Development Block Grant funds and as such, bidder must comply with Presidential Executive Order 11246, as amended; by Executive Order 11375;Title VII of the Civil Rights Act of 1964 as amended;the Davis-Bacon Act of 1968, as amended; the Copeland Anti-Kickback Act; the Contract Work Hours and Safety Standards Act and all other applicable federal,state and local ordinance. Any Contract(s)awarded under this invitation for Bids will be funded in part by a grant from the U.S.Environmental Protection Agency. Neither the United States nor any of its departments,agencies or employees are or will be a part to this Invitation for Bids or any resulting contract. Note that bidder is required to pay workers on this project the minimum wages as determined in the Wage Determination Decision included in the Bidder's package; and that the contractor must ensure that employees are not discriminated because of race, color, religion, sex or national origin. This project is also a Section 3 covered activity.Section 3 requires that job training,employment and contracting opportunities be directed to very-low and low income persons or business owners who live in the project's area. An original and six (6) copies a total of seven (7) plus 1 copy of the proposal on CD in PDF format of the proposal shall be submitted in sealed manila envelopes/packages addressed to Joanna Flores,CMC,City Clerk,City of Opa-locka,Florida,and marked Lift Station No 118 Rehabilitation.Bidders 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: 13-2308100 requirements may also be obtained by visiting the City's website at www.opalockafl.gov,(click"RFQ/PROPOSALS"located on the right hand side of the screen and follow the instructions). The contract will be awarded to the lower,qualified and most responsive bidder.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 bidder whose proposal best complies with the RFP NO:13-2308100 requirements.Bidders may not withdraw their proposal for a period of ninety (90)days from the date set for the opening thereof. Joanna Flores,CMC City Clerk 24NE I SUNDAY,AUGUST 11,2013 NE MlamiHerald.com I MIA*HERALD CITY OF OPA-LOCKA n..i Request for Proposals (Bid) RFP NO:13-230810Q Lift Station No 11B Rehabilitation Proposals(bids)for Lift Station No 11B Rehabilitation will be received by the City of Opa-locka at the Office of the City Clerk,780 Fisherman Street,4'" Floor, Opa-locka, Florida 33054.The Proposals(Bids) are due on Friday.August 23.2013 by 1:00 p.m.Any proposals(bids) received after the designated closing time will be returned unopened. The purpose of this Request for Proposals(bids)is to seek service of a qualified professional contractor to provide construction services to the City of Opa-locka for the rehabilitation of Lift Station No.11B. This project,will be Federally funded,in part through the Miami-Dade County Department of Housing and Community Development with Community Development Block Grant funds and as such, bidder must comply with Presidential Executive Order 11246, as amended; by Executive Order 11375;Title VII of the Civil Rights Act of 1964 as amended;the Davis-Bacon Act of 1968, as amended; the Copeland Anti-Kickback Act; the Contract Work Hours and Safety Standards Act and all other applicable federal,state and local ordinance. Any Contract(s)awarded under this invitation for Bids will be funded in part by a grant from the U.S.Environmental Protection Agency. Neither the United States nor any of its departments,agencies or employees are or will be a part to this Invitation for Bids or any resulting contract. Note that bidder is required to pay workers on this project the minimum wages as determined in the Wage Determination Decision included in the Bidder's package; and that the contractor must ensure that employees are not discriminated because of race, color, religion, sex or national origin. This project is also a Section 3 covered activity.Section 3 requires that job training,employment and contracting opportunities be directed to very-low and low income persons or business owners who live in the project's area. An original and six (6) copies a total of seven (7) plus 1 copy of the proposal on CD in PDF format of the proposal shall be submitted in sealed manila envelopes/packages addressed to Joanna Flores,CMC,City Clerk,City of Opa-locka,Florida,and marked Lift Station No 11B Rehabilitation.Bidders 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: 13-2308100 requirements may also be obtained by visiting the City's website at www.opalockafigov,(click"RFO/PROPOSALS"located on the right hand side of the screen and follow the instructions). The contract will be awarded to the lower,qualified and most responsive bidder.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 bidder whose proposal best complies with the RFP NO:13-2308100 requirements.Bidders may not withdraw their proposal for a period of ninety (90)days from the date set for the opening thereof. Joanna Flores,CMC City Clerk 2ONW I SUNDAY,AUGUST 11,2013 Nw MiamiHeraktcom I MAN HERALD CITY OF OPA-LOCKA tt-h Request for Proposals (Bid) RFP NO: 13-2308100 Lift Station No 11B Rehabilitation Proposals(bids)for Lift Station No 11B Rehabilitation will be received by the City of Opa-locka at the Office of the City Clerk,780 Fisherman Street, 41° Floor, Opa-locka, Florida 33054.The Proposals(Bids) are due on Friday.Auaust 23.2013 by 1:00 p.m,Any proposals(bids) received after the designated closing time will be returned unopened. The purpose of this Request for Proposals(bids)is to seek service of a qualified professional contractor to provide construction services to the City of Opa-locka for the rehabilitation of Lift Station No.11 B. This project,will be Federally funded,in part through the Miami-Dade County Department of Housing and Community Development with Community Development Block Grant funds and as such, bidder must comply with Presidential Executive Order 11246, as amended; by Executive Order 11375;Title VII of the Civil Rights Act of 1964 as amended;the Davis-Bacon Act of 1968, as amended; the Copeland Anti-Kickback Act; the Contract Work Hours and Safety Standards Act and all other applicable federal,state and local ordinance. Any Contract(s)awarded under this invitation for Bids will be funded in part by a grant from the U.S.Environmental Protection Agency. Neither the United States nor any of its departments,agencies or employees are or will be a part to this Invitation for Bids or any resulting contract. Note that bidder is required to pay workers on this project the minimum wages as determined in the Wage Determination Decision included in the Bidder's package; and that the contractor must ensure that employees are not discriminated because of race, color, religion, sex or national origin. This project is also a Section 3 covered activity.Section 3 requires that job training,employment and contracting opportunities be directed to very-low and low income persons or business owners who live in the project's area. An original and six (6) copies a total of seven (7) plus 1 copy of the proposal on CD in PDF format of the proposal shall be submitted in sealed manila envelopes/packages addressed to Joanna Flores,CMC,City Clerk,City of Opa-locka,Florida,and marked Lift Station No 11B Rehabilitation.Bidders 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: 13-2308100 requirements may also be obtained by visiting the City's website at www.opalockafl.gov,(click"RFQ/PROPOSALS"located on the right hand side of the screen and follow the instructions). The contract will be awarded to the lower,qualified and most responsive bidder.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 bidder whose proposal best complies with the RFP NO:13-2308100 requirements.Bidders may not withdraw their proposal for a period of ninety (90)days from the date set for the opening thereof. Joanna Flores,CMC City Clerk MiAMD HERALD I MiamiHerald.com SE SUNDAY,AUGUST U,2013 I 2151 CITY OF OPA-LOCKA Request for Proposals (Bid) RFP NO: 13-2308100 Lift Station No 11B Rehabilitation Proposals(bids)for Lift Station No 11B Rehabilitation will be received by the City of Opa-locka at the Office of the City Clerk,780 Fisherman Street,4'^ Floor, Opa-locka, Florida 33054.The Proposals(Bids) are due on Friday.August 23.2013 by 1:00 p.m.Any proposals(bids) received after the designated dosing time will be returned unopened. The purpose of this Request for Proposals(bids)is to seek service of a qualified professional contractor to provide construction services to the City of Opa-locka for the rehabilitation of Lift Station No.11B. This project,will be Federally funded,In part through the Miami-Dade County Department of Housing and Community Development with Community Development Block Grant funds and as such, bidder must comply with Presidential Executive Order 11246, as amended; by Executive Order 11375;Title VII of the Civil Rights Act of 1964 as amended;the Davis-Bacon Act of 1968, as amended; the Copeland Anti-Kickback Act; the Contract Work Hours and Safety Standards Act and all other applicable federal,state and local ordinance. Any Contract(s)awarded under this invitation for Bids will be funded in part by a grant from the U.S.Environmental Protection Agency. Neither the United States nor any of its departments,agencies or employees are or will be a part to this Invitation for Bids or any resulting contract. Note that bidder is required to pay workers on this project the minimum wages as determined in the Wage Determination Decision included in the Bidder's package; and that the contractor must ensure that employees are not discriminated because of race, color, religion, sex or national origin. This project is also a Section 3 covered activity.Section 3 requires that job training,employment and contracting opportunities be directed to very-low and low income persons or business owners who live in the project's area. An original and six (6) copies a total of seven (7) plus 1 copy of the proposal on CO in PDF format of the proposal shall be submitted in sealed manila envelopes/packages addressed to Joanna Flores,CMC,City Clerk,City of Opa-locka,Florida,and marked Lift Station No 11B Rehabilitation.Bidders desiring information for use In preparing proposals may obtain a set of such documents from the Clerk's Office, 780 Fisherman Street,41h Floor,Opa-locka, Florida 33054,Telephone(305)953-2800 or copies of the RFP NO: 13-2308100 requirements may also be obtained by visiting the City's website at www.opalockafl.gov,(click"RFQ/PROPOSALS"located on the tight hand side of the screen and follow the instructions). The contract will be awarded to the lower,qualified and most responsive bidder.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 bidder whose proposal best complies with the RFP NO:13-2308100 requirements.Bidders may not withdraw their proposal for a period of ninety (90)days from the date set for the opening thereof. Joanna Flores,CMC City Clerk MIAMI HERALD I MiamiHerald.com SE SUNDAY.AUGUST 1L 2013 121Si CITY OF OPA—LOCKA •n.nn Request for Proposals (Bid} RFP NO: 13-2308100 Lift Station No 11B Rehabilitation Proposals(bids)for Lift Station No 11B Rehabilitation will be received by the City of Opa-locka at the Office of the City Clerk,780 Fisherman Street,4" Floor, Opa-locka, Florida 33054.The Proposals(Bids) are due on Friday.August 23.2013 by 1:00 o.m,Any proposals(bids) received after the designated closing time will be returned unopened. The purpose of this Request for Proposals(bids)is to seek service of a qualified professional contractor to provide construction services to the City of Opa-locka for the rehabilitation of Lift Station No.11B. This project,will be Federally funded,in part through the Miami-Dade County Department of Housing and Community Development with Community Development Block Grant funds and as such, bidder must comply with Presidential Executive Order 11246, as amended; by Executive Order 11375;Title VII of the Civil Rights Act of 1964 as amended;the Davis-Bacon Act of 1968, as amended; the Copeland Anti-Kickback Act; the Contract Work Hours and Safety Standards Act and all other applicable federal,state and local ordinance. Any Contract(s)awarded under this invitation for Bids will be funded in part by a grant from the U.S.Environmental Protection Agency. Neither the United States nor any of its departments,agencies or employees are or will be a part to this Invitation for Bids or any resulting contract. Note that bidder is required to pay workers on this project the minimum wages as determined in the Wage Determination Decision included in the Bidder's package; and that the contractor must ensure that employees are not discriminated because of race, color, religion, sex or national origin. This project is also a Section 3 covered activity.Section 3 requires that job training,employment and contracting opportunities be directed to very-low and low income persons or business owners who live in the project's area. An original and six (6) copies a total of seven (7) plus 1 copy of the proposal on CD in PDF format of the proposal shall be submitted in sealed manila envelopes/packages addressed to Joanna Flores,CMC,City Clerk,City of Opa-locka,Florida,and marked Lift Station No 11B Rehabilitation.Bidders 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: 13-2308100 requirements may also be obtained by visiting the City's website at www.opalockafl.gov,(click"RFQ/PROPOSALS"located on the right hand side of the screen and follow the instructions). The contract will be awarded to the lower,qualified and most responsive bidder.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 bidder whose proposal best complies with the RFP NO:13-2308100 requirements.Bidders may not withdraw their proposal for a period of ninety (90)days from the date set for the opening thereof. Joanna Flores,CMC City Clerk MIAMI HERALD I MiamiHerald.com Sw SUNDAY,AUGUST 11,2013 I SSW CITY OF OPA-LOCKA Request for Proposals (Bid) RFP NO: 13-2308100 Lift Station No 11B Rehabilitation Proposals(bids)for Lift Station No 11B Rehabilitation will be received by the City of Opa-locka at the Office of the City Clerk,780 Fisherman Street, 4'" Floor, Opa-locka, Florida 33054.The Proposals(Bids) are due on Friday.August 23.2013 by 1:00 D.m.Any proposals(bids) received after the designated closing time will be returned unopened. The purpose of this Request for Proposals(bids)is to seek service of a qualified professional contractor to provide construction services to the City of Opa-locka for the rehabilitation of Lift Station No.11B. This project,will be Federally funded,in part through the Miami-Dade County Department of Housing and Community Development with Community Development Block Grant funds and as such, bidder must comply with Presidential Executive Order 11246, as amended; by Executive Order 11375;Title VII of the Civil Rights Act of 1964 as amended;the Davis-Bacon Act of 1968, as amended; the Copeland Anti-Kickback Act; the Contract Work Hours and Safety Standards Act and all other applicable federal,state and local ordinance. Any Contract(s)awarded under this invitation for Bids will be funded in part by a grant from the U.S.Environmental Protection Agency. Neither the United States nor any of its departments,agencies or employees are or will be a part to this Invitation for Bids or any resulting contract. Note that bidder is required to pay workers on this project the minimum wages as determined in the Wage Determination Decision included in the Bidder's package; and that the contractor must ensure that employees are not discriminated because of race, color, religion, sex or national origin. This project is also a Section 3 covered activity.Section 3 requires that job training,employment and contracting opportunities be directed to very-low and low income persons or business owners who live in the project's area. An original and six (6) copies a total of seven (7) plus 1 copy of the proposal on CD in PDF format of the proposal shall be submitted in sealed manila envelopes/packages addressed to Joanna Flores,CMC,City Clerk,City of Opa-locka,Florida,and marked Lift Station No 11B Rehabilitation.Bidders desiring information for use in preparing proposals may obtain a set of such documents from the Clerk's Office, 780 Fisherman Street, 41" Floor,Opa-locka, Florida 33054,Telephone(305)953-2800 or copies of the RFP NO: 13-2308100 requirements may also be obtained by visiting the City's website at www.opalockafl.gov,(click"RFQ/PROPOSALS"located on the right hand side of the screen and follow the instructions). The contract will be awarded to the lower,qualified and most responsive bidder.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 bidder whose proposal best complies with the RFP NO:13-2308100 requirements.Bidders may not withdraw their proposal for a period of ninety (90)days from the date set for the opening thereof. Joanna Flores,CMC City Clerk MIAM HERALD I MiamiHerald.com NC SUNDAY,AUGUST 18,2013 I SNC CITY OF OPA-LOCKA At•.. I Request for Proposals (Bid) RFP NO: 13-2308100 Lift Station No 11B Rehabilitation Proposals(bids)for Lift Station No 11B Rehabilitation will be received by the City of Opa-locka at the Office of the City Clerk,780 Fisherman Street, 4'" Floor, Opa-locka, Florida 33054.The Proposals(Bids) are due on friday.August 23.2013 by 1:00 p.m,Any proposals(bids) received after the designated closing time will be returned unopened. The purpose of this Request for Proposals(bids)is to seek service of a qualified professional contractor to provide construction services to the City of Opa-locka for the rehabilitation of Lift Station No.11B. This project,will be Federally funded,in part through the Miami-Dade County Department of Housing and Community Development with Community Development Block Grant funds and as such, bidder must comply with Presidential Executive Order 11246, as amended; by Executive Order 11375;Title VII of the Civil Rights Act of 1964 as amended;the Davis-Bacon Act of 1968, as amended; the Copeland Anti-Kickback Act; the Contract Work Hours and Safety Standards Act and all other applicable federal,state and local ordinance. Any Contract(s)awarded under this invitation for Bids will be funded in part by a grant from the U.S.Environmental Protection Agency. Neither the United States nor any of its departments,agencies or employees are or will be a part to this Invitation for Bids or any resulting contract. Note that bidder is required to pay workers on this project the minimum wages as determined in the Wage Determination Decision included in the Bidder's package; and that the contractor must ensure that employees are not discriminated because of race, color, religion, sex or national origin. This project is also a Section 3 covered activity.Section 3 requires that job training,employment and contracting opportunities be directed to very-low and low income persons or business owners who live in the project's area. An original and six (6) copies a total of seven (7) plus 1 copy of the proposal on CD in PDF format of the proposal shall be submitted in sealed manila envelopes/packages addressed to Joanna Flores,CMC,City Clerk,City of Opa-locka,Florida,and marked Lift Station No 11B Rehabilitation.Bidders desiring information for use in preparing proposals may obtain a set of such documents from the Clerk's Office, 780 Fisherman Street, 4'" Floor,Opa-locka, Florida 33054,Telephone(305)953-2800 or copies of the RFP NO: 13-2308100 requirements may also be obtained by visiting the City's website at www.opalockafl.gov,(click"RFQ/PROPOSALS"located on the right hand side of the screen and follow the instructions). The contract will be awarded to the lower,qualified and most responsive bidder.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 bidder whose proposal best complies with the RFP NO:13-2308100 requirements.Bidders may not withdraw their proposal for a period of ninety (90)days from the date set for the opening thereof. Joanna Flores,CMC City Clerk 26NE I SUNDAY,AUGUST 4,2013 NE MiamiHeraldtom I MIAMI HERALD CITY OF OPA—LOCKA e n�i e Request for Proposals (Bid) RFP NO: 13-2308100 Lift Station No 11B Rehabilitation Proposals(bids)for Uft Station No 11B Rehabilitation will be received by the City of Opa-locka at the Office of the City Clerk,780 Fisherman Street, 4t° Floor, Opa-locka, Florida 33054.The Proposals(Bids) are due on Friday.August 23.2013 by 1:00 p.m.Any proposals(bids) received after the designated closing time will be returned unopened. The purpose of this Request for Proposals(bids)is to seek service of a qualified professional contractor to provide construction services to the City of Opa-locka for the rehabilitation of Lift Station No.11 B. This project,will be Federally funded,in part through the Miami-Dade County Department of Housing and Community Development with Community Development Block Grant funds and as such, bidder must comply with Presidential Executive Order 11246, as amended; by Executive Order 11375;Title VII of the Civil Rights Act of 1964 as amended;the Davis-Bacon Act of 1968, as amended; the Copeland Anti-Kickback Act; the Contract Work Hours and Safety Standards Act and all other applicable federal,state and local ordinance. Any Contract(s)awarded under this invitation for Bids will be funded in part by a grant from the U.S.Environmental Protection Agency. Neither the United States nor any of its departments,agencies or employees are or will be a part to this Invitation for Bids or any resulting contract. Note that bidder is required to pay workers on this project the minimum wages as determined in the Wage Determination Decision included in the Bidder's package; and that the contractor must ensure that employees are not discriminated because of race, color, religion, sex or national origin. This project is also a Section 3 covered activity.Section 3 requires that job training,employment and contracting opportunities be directed to very-low and low income persons or business owners who live in the project's area. An original and six (6) copies a total of seven (7) plus 1 copy of the proposal on CD in PDF format of the proposal shall be submitted in sealed manila envelopes/packages addressed to Joanna Flores,CMC,City Clerk,City of Opa-locka,Florida,and marked Lift Station No 11B Rehabilitation.Bidders desiring information for use in preparing proposals may obtain a set of such documents from the Clerk's Office, 780 Fisherman Street,4t° Floor,Opa-locka, Florida 33054,Telephone(305)953-2800 or copies of the RFP NO: 13-2308100 requirements may also be obtained by visiting the City's website at www.opabckafl.gov,(click"RFQ/PROPOSALS"located on the right hand side of the screen and follow the Instructions). The contract will be awarded to the lower,qualified and most responsive bidder.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 bidder whose proposal best complies with the RFP NO:13-2308100 requirements.Bidders may not withdraw their proposal for a period of ninety (90)days from the date set for the opening thereof. Joanna Flores,CMC City Clerk MIAMI HERALD I MiamiHerald.com ND SUNDAY,AUGUST 4,2013 I SND CITY OF OPA-LOCKA Request for Proposals (Bid) RFP NO: 13-2308100 Lift Station No 11B Rehabilitation Proposals(bids)for Lift Station No 11B Rehabilitation 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.The Proposals(Bids) are due on Friday.August 23.2013 by 1:00 p.m.Any proposals(bids) received after the designated closing time will be returned unopened. The purpose of this Request for Proposals(bids)is to seek service of a qualified professional contractor to provide construction services to the City of Opa-locka for the rehabilitation of Lift Station No.11B. This project,will be Federally funded,in part through the Miami-Dade County Department of Housing and Community Development with Community Development Block Grant funds and as such, bidder must comply with Presidential Executive Order 11246, as amended; by Executive Order 11375;Title VII of the Civil Rights Act of 1964 as amended;the Davis-Bacon Act of 1968, as amended; the Copeland Anti-Kickback Act; the Contract Work Hours and Safety Standards Act and all other applicable federal,state and local ordinance. Any Contract(s)awarded under this invitation for Bids will be funded in part by a grant from the U.S.Environmental Protection Agency. Neither the United States nor any of its departments,agencies or employees are or will be a part to this Invitation for Bids or any resulting contract. Note that bidder is required to pay workers on this project the minimum wages as determined in the Wage Determination Decision included in the Bidder's package; and that the contractor must ensure that employees are not discriminated because of race, color, religion, sex or national origin. This project is also a Section 3 covered activity.Section 3 requires that job training,employment and contracting opportunities be directed to very-low and low income persons or business owners who live in the project's area. An original and six (6) copies a total of seven (7) plus 1 copy of the proposal on CD in PDF format of the proposal shall be submitted in sealed manila envelopes/packages addressed to Joanna Flores,CMC,City Clerk,City of Opa-locka,Florida,and marked Lift Station No 11B Rehabilitation.Bidders 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: 13-2308100 requirements may also be obtained by visiting the City's website at www.opalockafi.gov,(click"RFQ/PROPOSALS"located on the right hand side of the screen and follow the instructions). The contract will be awarded to the lower,qualified and most responsive bidder.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 bidder whose proposal best complies with the RFP NO:13-2308100 requirements.Bidders may not withdraw their proposal for a period of ninety (90)days from the date set for the opening thereof. Joanna Flores,CMC City Clerk MIAMI HERALD I MiamiHerald.com NC SUNDAY,AUGUST 4.2013 15NC CITY OF OPA-LOCKA • Kn .. , Request for Proposals (Bid) RFP NO: 13-2308100 Lift Station No 11B Rehabilitation Proposals(bids)for Lift Station No 11B Rehabilitation will be received by the City of Opa-locka at the Office of the City Clerk,780 Fisherman Street, 4t° Floor,Opa-locka, Florida 33054.The Proposals(Bids) are due on Friday.August 23.2013 by 1:00 pjrl.Any proposals(bids) received after the designated closing time will be returned unopened. The purpose of this Request for Proposals(bids)is to seek service of a qualified professional contractor to provide construction services to the City of Opa-locka for the rehabilitation of Lift Station No.11 B. This project,will be Federally funded,in part through the Miami-Dade County Department of Housing and Community Development with Community Development Block Grant funds and as such, bidder must comply with Presidential Executive Order 11246, as amended; by Executive Order 11375;Title VII of the Civil Rights Act of 1964 as amended;the Davis-Bacon Act of 1968, as amended; the Copeland Anti-Kickback Act; the Contract Work Hours and Safety Standards Act and all other applicable federal,state and local ordinance. Any Contract(s)awarded under this invitation for Bids will be funded in part by a grant from the U.S.Environmental Protection Agency. Neither the United States nor any of its departments,agencies or employees are or will be a part to this Invitation for Bids or any resulting contract. Note that bidder is required to pay workers on this project the minimum wages as determined in the Wage Determination Decision included in the Bidder's package; and that the contractor must ensure that employees are not discriminated because of race, color, religion, sex or national origin. This project is also a Section 3 covered activity.Section 3 requires that job training,employment and contracting opportunities be directed to very-low and low income persons or business owners who live in the project's area. An original and six (6) copies a total of seven (7) plus 1 copy of the proposal on CD in PDF format of the proposal shall be submitted in sealed manila envelopes/packages addressed to Joanna Flores,CMC,City Clerk,City of Opa-locka,Florida,and marked Lift Station No 11B Rehabilitation.Bidders 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: 13-2308100 requirements may also be obtained by visiting the City's website at www.opalockafl.gov,(click"RFQ/PROPOSALS"located on the right hand side of the screen and follow the instructions). The contract will be awarded to the lower,qualified and most responsive bidder.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 bidder whose proposal best complies with the RFP NO:13-2308100 requirements.Bidders may not withdraw their proposal for a period of ninety (90)days from the date set for the opening thereof. Joanna Flores,CMC City Clerk MIAMI HERALD I MiamiHerald.com NW SUNDAY.AUGUST 4„2013, I SNW CITY OF OPA-LOCKA Jr.`• Request for Proposals (Bid) RFP NO: 13-2308100 Lift Station No 11B Rehabilitation Proposals(bids)for Lift Station No 11B Rehabilitation will be received by the City of Opa-locka at the Office of the City Clerk,780 Fisherman Street, 4'" Floor,Opa-locka, Florida 33054.The Proposals(Bids) are due on Friday.August 23.2013 by 1:00 e.m,Any proposals(bids) received after the designated closing time will be returned unopened. The purpose of this Request for Proposals(bids)is to seek service of a qualified professional contractor to provide construction services to the City of Opa-locka for the rehabilitation of Lift Station No.11B. This project,will be Federally funded,in part through the Miami-Dade County Department of Housing and Community Development with Community Development Block Grant funds and as such, bidder must comply with Presidential Executive Order 11246, as amended; by Executive Order 11375;Title VII of the Civil Rights Act of 1964 as amended;the Davis-Bacon Act of 1968, as amended; the Copeland Anti-Kickback Act; the Contract Work Hours and Safety Standards Act and all other applicable federal,state and local ordinance. Any Contract(s)awarded under this invitation for Bids will be funded in part by a grant from the U.S.Environmental Protection Agency. Neither the United States nor any of its departments,agencies or employees are or will be a part to this Invitation for Bids or any resulting contract. Note that bidder is required to pay workers on this project the minimum wages as determined in the Wage Determination Decision included in the Bidder's package; and that the contractor must ensure that employees are not discriminated because of race, color, religion, sex or national origin. This project is also a Section 3 covered activity.Section 3 requires that job training,employment and contracting opportunities be directed to very-low and low income persons or business owners who live in the project's area. An original and six (6) copies a total of seven (7) plus 1 copy of the proposal on CD in PDF format of the proposal shall be submitted in sealed manila envelopes/packages addressed to Joanna Flores,CMC,City Clerk,City of Opa-locka,Florida,and marked Lift Station No 11B Rehabilitation.Bidders 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: 13-2308100 requirements may also be obtained by visiting the City's website at www.opalockafl.gov,(click"RFQ/PROPOSALS"located on the right hand side of the screen and follow the instructions). The contract will be awarded to the lower,qualified and most responsive bidder.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 bidder whose proposal best complies with the RFP NO:13-2308100 requirements.Bidders may not withdraw their proposal for a period of ninety (90)days from the date set for the opening thereof. Joanna Flores,CMC City Clerk MIAMI HERALD I MiamiHerald.com SE SUNDAY,AUGUST 4,2013 I 7SE CITY OF OPA-LOCKA �.'ttJL � 'i_ • Request for Proposals (Bid) RFP NO: 13-2308100 Lift Station No 11B Rehabilitation Proposals(bids)for Lift Station No 11B Rehabilitation will be received by the City of Opa-locka at the Office of the City Clerk,780 Fisherman Street, 4'h Floor,Opa-locka, Florida 33054.The Proposals (Bids) are due on Friday.August 23. 2013 by 1:00 o.m.Any proposals(bids) received after the designated closing time will be returned unopened. The purpose of this Request for Proposals(bids)is to seek service of a qualified professional contractor to provide construction services to the City of Opa-locka for the rehabilitation of Lift Station No.11B. This project,will be Federally funded,in part through the Miami-Dade County Department of Housing and Community Development with Community Development Block Grant funds and as such, bidder must comply with Presidential Executive Order 11246, as amended; by Executive Order 11375;Title VII of the Civil Rights Act of 1964 as amended;the Davis-Bacon Act of 1968, as amended; the Copeland Anti-Kickback Act; the Contract Work Hours and Safety Standards Act and all other applicable federal,state and local ordinance. Any Contract(s)awarded under this invitation for Bids will be funded in part by a grant from the U.S.Environmental Protection Agency. Neither the United States nor any of its departments,agencies or employees are or will be a part to this Invitation for Bids or any resulting contract. Note that bidder is required to pay workers on this project the minimum wages as determined in the Wage Determination Decision included in the Bidder's package; and that the contractor must ensure that employees are not discriminated because of race, color, religion, sex or national origin. This project is also a Section 3 covered activity.Section 3 requires that job training,employment and contracting opportunities be directed to very-low and low income persons or business owners who live in the project's area. An original and six (6) copies a total of seven (7) plus 1 copy of the proposal on CD in PDF format of the proposal shall be submitted in sealed manila envelopes/packages addressed to Joanna Flores,CMC,City Clerk,City of Opa-locka,Florida,and marked Lift Station No 11B Rehabilitation.Bidders desiring information for use in preparing proposals may obtain a set of such documents from the Clerk's Office, 780 Fisherman Street,4'h Floor,Opa-locka, Florida 33054,Telephone(305)953-2800 or copies of the RFP NO: 13-23Q8100 requirements may also be obtained by visiting the City's website at www.opalockafl.gov,(click"RFQ/PROPOSALS"located on the right hand side of the screen and follow the instructions). The contract will be awarded to the lower,qualified and most responsive bidder.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 bidder whose proposal best complies with the RFP NO:13-2308100 requirements.Bidders may not withdraw their proposal for a period of ninety (90)days from the date set for the opening thereof. Joanna Flores,CMC City Clerk MIAMI HERALD I MiamiHerald.com SW SUNDAY,AUGUST 4,2013 I SSW CITY OF OPA-LOCKA Request for Proposals (Bid) RFP NO: 13-2308100 Lift Station No 11B Rehabilitation Proposals(bids)for Lift Station No 11B Rehabilitation will be received by the City of Opa-locka at the Office of the City Clerk,780 Fisherman Street, 4'^ Floor, Opa-locka, Florida 33054.The Proposals(Bids) are due on Friday.August 23.2013 by 1:00 p.m,Any proposals(bids) received after the designated closing time will be returned unopened. The purpose of this Request for Proposals(bids)is to seek service of a qualified professional contractor to provide construction services to the City of Opa-locka for the rehabilitation of Lift Station No.11 B. This project,will be Federally funded,in part through the Miami-Dade County Department of Housing and Community Development with Community Development Block Grant funds and as such, bidder must comply with Presidential Executive Order 11246, as amended; by Executive Order 11375;Title VII of the Civil Rights Act of 1964 as amended;the Davis-Bacon Act of 1968, as amended; the Copeland Anti-Kickback Act; the Contract Work Hours and Safety Standards Act and all other applicable federal,state and local ordinance. Any Contract(s)awarded under this invitation for Bids will be funded in part by a grant from the U.S.Environmental Protection Agency. Neither the United States nor any of its departments,agencies or employees are or will be a part to this Invitation for Bids or any resulting contract. Note that bidder is required to pay workers on this project the minimum wages as determined in the Wage Determination Decision included in the Bidder's package; and that the contractor must ensure that employees are not discriminated because of race, color, religion, sex or national origin. This project is also a Section 3 covered activity.Section 3 requires that job training,employment and contracting opportunities be directed to very-low and low income persons or business owners who live in the project's area. An original and six (6) copies a total of seven (7) plus 1 copy of the proposal on CD in PDF format of the proposal shall be submitted in sealed manila envelopes/packages addressed to Joanna Flores,CMC,City Clerk,City of Opa-locka,Florida,and marked Lift Station No 11B Rehabilitation.Bidders 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: 13-2308100 requirements may also be obtained by visiting the City's website at www.opalockafl.gov,(click"RFO/PROPOSALS"located on the right hand side of the screen and follow the instructions). The contract will be awarded to the lower,qualified and most responsive bidder.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 bidder whose proposal best complies with the RFP NO:13-2308100 requirements.Bidders may not withdraw their proposal for a period of ninety (90)days from the date set for the opening thereof. Joanna Flores,CMC City Clerk MIAMI DAILY BUSINESS REVIEW CITY OF OPA-LOC Published Deily Legal Ht Saturday.sir and RIOUE:T`FOR' PROPOSAL (BID) Miami,Miami-Dade County.Florida STATE OF FLORIDA P N01 1� '�Lr{A'FION COUNTY OF MIAMI-DADE: LIFT STATION NO 115 ItBIIARI Before the undersigned authority personally appeared for Lift Station No 11B Rehabilitation will be received MARIA MESA,who on oath says that he or she is the by t y of Cp.-lode at proposals the Office of the-City Clerk,780 Fisherman LEGAL CLERK,Legal Notices of the Miami Daily Business Street,4th Floor,Opa'bcke, Ploy oroposals(Writ)(Bkis)are Review f/k/a Miami Review,a daily(except Saturday,Sunday roceWoadadterlhedeefOrintsddoakn9lknewillberetumedurPosalsd and Legal Holidays)newspaper,published at Miami in Miami-Dade County,Florida;that the attached copy of advertisement, of this Request for Proposals(bids) service of a queened being a Legal Advertisement of Notice in the matter of contractor to provide City ofOpa-looka foram rehabilitation of Lift Station No.11B. CITY OF OPA-LOCKA-RFP NO: 13-23081 This project,wit be Federafiy through the 1Alatal-D LIFT STATION NO 11 B REHABILITATION County Department of How old Community.Om! OP Community Bak Gent funds and as such,bidder must Executive Order`11248,_as,-amended; by in the XXXX Court, °� wfih 11375;Title Tills VI{ of the CIA Rights Act of 1984 as. was published in said newspaper in the issues of amended;the Act of 1988,as amended.the Copeland A Contract Work Hours and Safety Standards Act and 08/05/2013 08/12/2013 08/19/2013 applicable federal,state and local ordinance. s awarded under this invitation for Bids will be funded in Cana grant the U.S.Environmental protection Agency. Review further says that the said Miami Daily Business pert by a gr from nor any of ntal Protec agencies or Review is a newspaper published at Miami in said Miami-Dade Neither the United States to this Invitation for Bids .arty resulting 1 County,Florida and that the said newspaper has employees are a will be a part heretofore been continuously published in said Miami-Dade County, contract Florida,each day(except Saturday,Sunday and Legal Holidays) Note that bidder pay workers on this project the minimum and has been entered Miami-Dade second class mail matter at the post as determined M the Wage Det motion Odcielon included an the■ office in Miami in said Miami-Dade County,Florida,for a and fhatthe contractor must ensure that employees period of one year next preceding the first publication of the s te<i because of race.color,religion,sex a national attached copy of advertisement;and affiant further says that he or are not she has neither paid nor promised any person,firm or corporation Section 3 e6 that any discount,rebate .•,•.. - • or refund for the purpose This protect is eNo'a Section covered activity. be directed to • blication in the said job training,employment contracting opportunities of securing th- -• ertisement and low kicomo P or bwktps owners who live in the news• .- 'itt•► projects area. '� An original and six(8)�s a total of seven(7)plus 1 copy of the 5: proposal on CD inPDFlormatd the proposal shall be-submitted mit CMC City manila envelopes/packages 9°s oJ�1.9t Station C, Ci B Sworn to and subs. •ed before me this perk. City of Ope-le dca, Florida, and i.tees in-pNo 1I B Rehati6ftatbe • Bidders desiring M from the Giotto Office, 1• day• GUST 2013 780 F art may Street,a thl. l r,O documents l Florida 33054,Telephone Street,s o Floor, 8•. 40- ' or mot the RFP No:1 2 194 re9uNe ants may also be/ the City's debate at .opaiocksfl.gov, (click TM/PROPOSALS'located on the light hand side of the screen SEAL) and foiow this kn s) The oontrsct will ba awarded 10 the lower,queNlied and most r sponsive MARIA MESA personally known to me bidder:fis Cky reserves the rigid to acceptor Mad therein.The any and all city and to waive any ted es or irieguk rl� reserves the right to award the contract bloat bidder whose proposal sestcompiiss with the RFP NO:1144 require 'Bidders may ' B.THOMAS their proposal fora period of nMety(90)days Gout the dare p.r .. set fathe openMw -.•r-,, arrwalhsbaFrlrtmwwa0001167019 401111112 Flores,CMC 8/5-12-19 13-B.181/2128918M XP-95490212-0 Page 1 GRANT NUMBER(FAIN): 95490212 44` "4 U.S. ENVIRONMENTAL MODIFICATION NUMBER: 0 DATE OF AWARD Ark(=_..,64:1 PROGRAM CODE: XP 05/29/2013 PROTECTION AGENCY TYPE OF ACTION MAILING DATE New 06/05/2013 4IL mow— Grant Agreement PAYMENT METHOD: ACH# Reimbursement 40156 RECIPIENT TYPE: Send Payment Request to: Municipal Natalie Ellington,ellington.natalie @epa.gov,404-562-9453 RECIPIENT: PAYEE: City of Opa-locka City of Opa-locka 12950 N.W.42nd Ave. 12950 N.W. 42nd Ave. Opa-locka,FL 33054 Opa-locka,FL 33054 EIN: 59-6000394 PROJECT MANAGER EPA PROJECT OFFICER EPA GRANT SPECIALIST Charmaine Parchment Renea Hall Sharonita Johnson 12950 N.W.42nd Ave. 61 Forsyth Street Grants and Audit Management Section Opa-locka,FL 33054 Atlanta,GA 30303-8960 E-Mail: johnson.sharonita @epa.gov E-Mall: cparchment @opalockafi.gov E-Mail: hall.renea @epa.gov Phone:404-562-8311 Phone:305-953-2900 Phone:404-562-8397 PROJECT TITLE AND DESCRIPTION Congressionally Mandated Projects This action approves an award in the amount of$970,000 to the City of Opa-locka,Florida for wastewater infrastructure improvements. The City plans to rehabilitate two lift stations;Pump Station 11B and 11C to comply with the current engineering standards of Miami-Dade County. The project is located in the Everglades watershed(HUC#03090202). A Categorical Exclusion Determination for the project was issued on January 10,2013. BUDGET PERIOD PROJECT PERIOD TOTAL BUDGET PERIOD COST TOTAL PROJECT PERIOD COST 03/25/2013 - 09/30/2014 03/25/2013 - 09/30/2014 $1,975,118.00 $1,975,118.00 NOTICE OF AWARD Based on your Application dated 03/04/2013 including all modifications and amendments,the United States acting by and through the US Environmental Protection Agency(EPA)hereby awards$970,000.EPA agrees to cost-share 49.11%of all approved budget period costs incurred,up to and not exceeding total federal funding of$970,000. Recipients signature is not required on this agreement. The recipient demonstrates its commitment to carry out this award by either:1)drawing down funds within 21 days after the EPA award or amendment mailing date;or 2)not filing a notice of disagreement with the award terms and conditions within 21 days after the EPA award or amendment mailing date. If the recipient disagrees with the terms and conditions specified in this award,the authorized representative of the recipient must furnish a notice of disagreement to the EPA Award Official within 21 days after the EPA award or amendment mailing date.In case of disagreement,and until the disagreement is resolved,the recipient should not draw down on the funds provided by this award/amendment,and any costs incurred by the recipient are at its own risk. This agreement is subject to applicable EPA statutory provisions.The applicable regulatory provisions are 40 CFR Chapter 1,Subchapter B,and all terms and conditions of this agreement and any attachments. ISSUING OFFICE(GRANTS MANAGEMENT OFFICE) AWARD APPROVAL OFFICE ORGANIZATION/ADDRESS ORGANIZATION/ADDRESS U.S.EPA,Region 4 61 Forsyth Street Water Protection Division Atlanta,GA 30303-8960 61 Forsyth Street Atlanta,GA 30303-8960 THE UNITED STATES OF AMERICA BY THE U.S.ENVIRONMENTAL PROTECTION AGENCY Digital signature applied by EPA Award Official Shirley White Grayer-Chief-Grants&Audit Management Section-Grants DATE Management Officer 05/29/2013 EPA Funding Information xP-95490212-0 Page2 FUNDS FORMER AWARD THIS ACTION AMENDED TOTAL EPA Amount This Action $ $970,000 $970,000 EPA In-Kind Amount $ $ $ 0 Unexpended Prior Year Balance $ $ $0 Other Federal Funds $ $ $0 Recipient Contribution $ $1,005,118 $1,005,118 State Contribution $ $ $0 Local Contribution $ $ $0 Other Contribution $ $ $0 Allowable Project Cost $0 $1,975,118 $1,975,118 Assistance Program(CFDA) Statutory Authority Regulatory Authority _66.202-Congressionally Mandated Projects FY 2009 Omnibus Appropriations Act(PL 111-8) 40 CFR PART 31 Public Law 111-88 Department of Interior — Environment and Related Agencies Appropriations Act 2010 Fiscal Site Name Req No FY Approp. Budget PRC Object Site/Project Cost Obligation/ Code Organization Class Organization Deobligation 1304VX3040 11 E4 04VOAXN 202B51 4183 - - 970,000 - 970,000 XP-95490212-0 Page 3 Approved Budget Program Element Classification(Construction) Approved Allowable Budget Period Cost 1.Administration Expense $0 2.Preliminary Expense $0 3.Land Structure,Right Of Way $0 4.Architectural Engineering Basic Fees $0 5. Other Architectural Engineering Fees $0 6.Project Inspection Fees $100,000 7.Land Development $0 8.Relocation Expenses $0 9.Relocation Payments to Individuals&Bus. $0 10.Demolition and Removal $0 11.Construction and Project Improvement $1,875,118 12.Equipment $0 13.Miscellaneous $0 14.Total(Lines 1 thru 13) $1,975,118 15.Estimate Income $0 16.Net Project Amount(Line 14 minus 15) $1,975,118 17.Less:Ineligible Exclusions $0 18.Add: Contingencies $0 19.Total(Share:Recip 50.89%Fed 49.11%) $1,975,118 20.TOTAL APPROVED ASSISTANCE AMOUNT $970,000 XP-95490212-0 Page 4 Administrative Conditions 1. PROCUREMENT FOR ENGINEERING AND OTHER PROFESSIONAL SERVICES The costs of professional engineering and any other professional services contracts procured in compliance with the minimum standards for procurement under grants (see 40 CFR 31.36)are allowable costs for reimbursement with grant funds. No grant funds may be used to reimburse the federal share of any engineering or other professional services contract(s)found to be in noncompliance with the grant procurement regulations. (Note: all project expenditures are deemed to include both the federal and nonfederal shares). The recipient agrees to conduct all procurement for engineering and other professional services in compliance with 40 CFR 31.36(b)-(k). The recipient also agrees to submit to EPA for pre-award and/or post-award review procurement documents including, but not limited to: selection procedures, requests for qualifications and/or proposals, evaluation methodology and results, memorandum of review or negotiation, cost analyses, proposed contract documents, etc. No payments may be made under this grant until EPA has received and reviewed the procurement documents for compliance with the minimum standards for procurement. 2. PROCUREMENT FOR CONSTRUCTION The cost of construction contracts procured in compliance with the minimum standards for procurement under grants(see 40 CFR 31.36)are allowable costs for reimbursement with grant funds. No grant funds may be used to reimburse the federal share of any construction contract(s)found to be in noncompliance with the grant procurement regulations. (Note: all project expenditures are deemed to include both the federal and nonfederal shares). The recipient agrees to conduct all procurement for construction in compliance with 40 CFR 31.36(b)-(k) and include the"EPA Supplemental General Conditions for Federally Assisted Construction Contracts" (enclosed)including Minority Business Enterprise and Women's Business Enterprise Goals in any bidding documents. The recipient also agrees to submit to EPA for pre-award and/or post award review procurement documents including, but not limited to: invitations for bids, independent cost estimates, bid documents, disadvantaged business enterprise documentation, etc. No payments may be made under this grant until EPA has reviewed the construction procurement documents for compliance with the minimum standards for procurement. 3. LOBBYING AND LITIGATION -ALL RECIPIENTS The chief executive officer of this recipient agency shall ensure that no grant funds awarded under this assistance agreement are used to engage in lobbying of the Federal Government or in litigation against the United States unless authorized under existing law. The recipient shall abide by its respective OMB Circular(A-21,A-87, or A-122),which prohibits the use of federal grant funds for litigation against the United States or for lobbying or other political activities. 4. LOBBYING -ALL RECIPIENTS The recipient agrees to comply with Title 40 CFR Part 34, New Restrictions on Lobbying . The recipient shall include the language of this provision in award documents for all subawards exceeding $100,000, and require that subrecipients submit certification and disclosure forms accordingly. In accordance with the Byrd Anti-Lobbying Amendment,any recipient who makes a prohibited expenditure under Title 40 CFR Part 34 or fails to file the required certification or lobbying forms shall be subject to a civil penalty of not less than$10,000 and not more than$100,000 for each such expenditure. 5. RECYCLING TERM AND CONDITION In accordance with Section 6002 of the Resource Conservation and Recovery Act(RCRA)(42 U.S.C. 6962)any State agency or agency of a political subdivision of a State which is using appropriated Federal funds shall comply with the requirements set forth. Regulations issued under RCRA Section 6002 apply to any acquisition of an item where the purchase price exceeds$10,000 or where the quantity of such items acquired in the course of the preceding fiscal year was$10,000 or more. RCRA Section 6002 requires that preference be given in procurement programs to the purchase of specific products containing recycled materials identified in guidelines developed by EPA. These guidelines are listed in 40 CFR 247. In accordance with the polices set forth in EPA Order 1000.25 and Executive Order 13423, Strengthening Federal Environmental, Energy and Transportation Management(January 24, 2007),the recipient agrees to use recycled paper and double sided printing for all reports which are prepared as a part of this agreement and delivered to EPA. This requirement does not apply to reports prepared on forms supplied by EPA, or to Standard Forms,which are printed on recycled paper and are available through the General Services Administration. 6. HISTORIC PROPERTIES The recipient agrees to consult with the appropriate State Office in the identification and evaluation of any pre-1946 structures which may be impacted by scheduled project activities, or properties located adjacent to the activities areas. The recipient agrees to comply with efforts to identify, evaluate and appropriately design project activities to avoid or minimize adverse project impacts to any historic properties listed, or which satisfy the criteria for eligibility for listing (36 CFR 60.4), in the National Register of Historic Places. 7. PROVISIONS The provisions of the"Award of Grants and Cooperative Agreements for the Special Projects and Programs Authorized by the Agency's FY2009 and 2010 Appropriations Act"dated July 27,2009 and March 29 ,2010(attached)is incorporated herein by reference. 8. SUSPENSION AND DEBARMENT-ALL RECIPIENTS Recipients shall fully comply with Subpart C of 2 CFR Part 180 entitled, "Responsibilities of Participants Regarding Transactions Doing Business With Other Persons,"as implemented and supplemented by 2 CFR Part 1532. Recipient is responsible for ensuring that any lower tier covered transaction, as described in Subpart B of 2 CFR Part 180, entitled"Covered Transactions,"includes a term or condition requiring compliance with Subpart C. Recipient is responsible for further requiring the inclusion of a similar term or condition in any subsequent lower tier covered transactions. Recipient acknowledges that failing to disclose the information required under 2 CFR 180.335 may result in the delay or negation of this assistance agreement, or pursuance of legal remedies, including suspension and debarment. Recipients may access suspension and debarment information at http://www.sam.gov. This system allows recipients to perform searches determining whether an entity or individual is excluded from receiving Federal assistance. This term and condition supersedes EPA Form 5700-49, "Certification Regarding Debarment, Suspension, and Other Responsibility Matters." 9. THIRD PARTY FUNDS OR SERVICES CONDITION This offer is made contingent upon EPA receipt and review of evidence that firm commitments for all sources of required matching share for this EPA grant are in effect prior to advertising for bids on the project. This contingency includes third party sources where third parties are in any manner furnishing funds or services which will be used as required matching share for this EPA grant. No payments will be made by EPA under this assistance agreement until EPA has received and reviewed the requested documentation. 10. EPA PARTICIPATION This award and the resulting ratio of funding is based on estimated costs requested in the application. EPA participation in the final total allowable program/project costs(outlays)shall not exceed the statutory limitation (55%)of total allowable program/project costs or the total funds awarded,whichever is lower. 11. DRUG-FREE WORKPLACE CERTIFICATION FOR ALL EPA RECIPIENTS The recipient organization of this EPA assistance agreement must make an ongoing,good faith effort to maintain a drug-free workplace pursuant to the specific requirements set forth in Title 2 CFR Part 1536 Subpart B. Additionally, in accordance with these regulations,the recipient organization must identify all known workplaces under its federal awards, and keep this information on file during the performance of the award. Those recipients who are individuals must comply with the drug-free provisions set forth in Title 2 CFR Part 1536 Subpart C. The consequences for violating this condition are detailed under Title 2 CFR Part 1536 Subpart E. Recipients can access the Code of Federal Regulations (CFR)Title 2 Part 1536 at http://ecfr.g poaccess.gov/cgi/t/text/text-idx?c=ecfr&sid=701081165170316effa8ebf67df73de0&rgn =d iv5&v iew=text&nod e=2:1.2.11.11.2&id no=2. 12. HOTEL-MOTEL FIRE SAFETY Pursuant to 40 CFR 30.18, if applicable, and 15 USC 2225a,the recipient agrees to ensure that all space for conferences, meetings, conventions,or training seminars funded in whole or in part with federal funds complies with the protection and control guidelines of the Hotel and Motel Fire Safety Act(PL 101-391, as amended). Recipients may search the Hotel-Motel National Master List at http://www.usfa.dhs.gov/applications/hotel/to see if a property is in compliance(FEMA ID is currently not required), or to find other information about the Act. 13. DISADVANTAGED BUSINESS ENTERPRISE(DBE)CONDITION FOR non-SRF RECIPIENTS GENERAL COMPLIANCE,40 CFR, Part 33 The recipient agrees to comply with the requirements of EPA's Program for Utilization of Small, Minority and Women's Business Enterprises in procurement under assistance agreements, contained in 40 CFR, Part 33. FAIR SHARE OBJECTIVES,40 CFR, Part 33, Subpart D A recipient must negotiate with the appropriate EPA award official, or his/her designee, air share objectives for MBE and WBE(MBE/WBE)participation in procurement under the financial assistance agreements. Accepting the Fair Share Objectives/Goals of Another Recipient The dollar amount of this assistance agreement is$250,000, or more;or the total dollar amount of all of the recipient's non-TAG assistance agreements from EPA in the current fiscal year is $250,000, or more. The recipient accepts the applicable MBE/WBE fair share objectives/goals negotiated with EPA by the Florida Department of Environmental Protection as follows: MBE: CONSTRUCTION 9%; SUPPLIES 9%; SERVICES 9% ; EQUIPMENT 9% WBE: CONSTRUCTION 3%; SUPPLIES 3% ; SERVICES 3%; EQUIPMENT 3% By signing this financial assistance agreement,the recipient is accepting the fair share objectives/goals stated above and attests to the fact that it is purchasing the same or similar construction, supplies, services and equipment, in the same or similar relevant geographic buying market as Florida Department of Environmental Protection. Negotiating Fair Share Objectives/Goals,40 CFR, Section 33.404 The recipient has the option to negotiate its own MBE/WBE fair share objectives/goals. If the recipient wishes to negotiate its own MBE/WBE fair share objectives/goals,the recipient agrees to submit proposed MBE/WBE objectives/goals based on an availability analysis, or disparity study,of qualified MBEs and WBEs in their relevant geographic buying market for construction, services, supplies and equipment. The submission of proposed fair share goals with the supporting analysis or disparity study means that the recipient is not accepting the fair share objectives/goals of another recipient. The recipient agrees to submit proposed fair share objectives/goals,together with the supporting availability analysis or disparity study,to the Regional MBE/WBE Coordinator within 120 days of its acceptance of the financial assistance award. EPA will respond to the proposed fair share objective/goals within 30 days of receiving the submission. If proposed fair share objective/goals are not received within the 120 day time frame,the recipient may not expend its EPA funds for procurements until the proposed fair share objective/goals are submitted. SIX GOOD FAITH EFFORTS, 40 CFR, Part 33, Subpart C Pursuant to 40 CFR, Section 33.301, the recipient agrees to make the following good faith efforts whenever procuring construction, equipment, services and supplies under an EPA financial assistance agreement, and to require that sub-recipients, loan recipients, and prime contractors also comply. Records documenting compliance with the six good faith efforts shall be retained: (a) Require DBEs are made aware of contracting opportunities to the fullest extent practicable through outreach and recruitment activities. For Indian Tribal, State and Local and Government recipients, this will include placing DBEs on solicitation lists and soliciting them whenever they are potential sources. (b)Make information on forthcoming opportunities available to DBEs and arrange time frames for contracts and establish delivery schedules, where the requirements permit, in a way that encourages and facilitates participation by DBEs in the competitive process. This includes, whenever possible, posting solicitations for bids or proposals for a minimum of 30 calendar days before the bid or proposal closing date. (c)Consider in the contracting process whether firms competing for large contracts could subcontract with DBEs. For Indian Tribal, State and local Government recipients,this will include dividing total requirements when economically feasible into smaller tasks or quantities to permit maximum participation by DBEs in the competitive process. (d)Encourage contracting with a consortium of DBEs when a contract is too large for one of these firms to handle individually. (e)Use the services and assistance of the SBA and the Minority Business Development Agency of the Department of Commerce. (f)If the prime contractor awards subcontracts, require the prime contractor to take the steps in paragraphs(a)through (e)of this section. MBE/WBE REPORTING,40 CFR, Part 33, Sections 33.502 and 33.503 The recipient agrees to complete and submit EPA Form 5700-52A, "MBE/WBE Utilization Under Federal Grants, Cooperative Agreements and Interagency Agreements"beginning with the Federal fiscal year reporting period the recipient receives the award, and continuing until the project is completed. Only procurements with certified MBE/WBEs are counted toward a recipient's MBE/WBE accomplishments. The reports are due within 30 days of the end of the semiannual reporting periods(April 30th and October 30th). Reports should be sent to: U.S. Environmental Protection Agency Grants Management Office SNAFC, 61 Forsyth Street, SW Atlanta, GA 30303 Final MBE/WBE reports must be submitted within 90 days after the project period of the grant ends. Your grant cannot be officially closed without all MBE/WBE reports. EPA Form 5700-52A may be obtained from the EPA Office of Small Business Program's Home Page on the Internet at www.epa.gov/osbp . CONTRACT ADMINISTRATION PROVISIONS,40 CFR, Section 33.302 The recipient agrees to comply with the contract administration provisions of 40 CFR, Section 33.302. BIDDERS LIST,40 CFR, Section 33.501(b)and (c) Recipients of a Continuing Environmental Program Grant or other annual reporting grant, agree to create and maintain a bidders list. Recipients of an EPA financial assistance agreement to capitalize a revolving loan fund also agree to require entities receiving identified loans to create and maintain a bidders list if the recipient of the loan is subject to, or chooses to follow, competitive bidding requirements. Please see 40 CFR, Section 33.501 (b)and (c)for specific requirements and exemptions. 14. TRAFFICKING IN PERSONS a. Provisions applicable to a recipient that is a private entity. 1. You as the recipient,your employees, subrecipients under this award, and subrecipients' employees may not- i. Engage in severe forms of trafficking in persons during the period of time that the award is in effect; ii. Procure a commercial sex act during the period of time that the award is in effect; or iii. Use forced labor in the performance of the award or subawards under the award. 2.We as the Federal awarding agency may unilaterally terminate this award, without penalty, if you or a subrecipient that is a private entity— i. Is determined to have violated a prohibition in paragraph a.1 of this award term; or ii. Has an employee who is determined by the agency official authorized to terminate the award to have violated a prohibition in paragraph a.1 of this award term through conduct that is either— A.Associated with performance under this award; or B. Imputed to you or the subrecipient using the standards and due process for imputing the conduct of an individual to an organization that are provided in 2 CFR part 180, "OMB Guidelines to Agencies on Governmentwide Debarment and Suspension (Nonprocurement),"as implemented by our Agency at 2 CFR 1532. b. Provision applicable to a recipient other than a private entity.We as the Federal awarding agency may unilaterally terminate this award,without penalty, if a subrecipient that is a private entity- 1. Is determined to have violated an applicable prohibition in paragraph a.1 of this award term; or 2. Has an employee who is determined by the agency official authorized to terminate the award to have violated an applicable prohibition in paragraph a.1 of this award term through conduct that is either- i.Associated with performance under this award;or ii. Imputed to the subrecipient using the standards and due process for imputing the conduct of an individual to an organization that are provided in 2 CFR part 180, "OMB Guidelines to Agencies on Governmentwide Debarment and Suspension (Nonprocurement),"as implemented by our agency at 2 CFR 1532 c. Provisions applicable to any recipient 1. You must inform us immediately of any information you receive from any source alleging a violation of a prohibition in paragraph a.1 of this award term. 2. Our right to terminate unilaterally that is described in paragraph a.2 or b of this section: i. Implements section 106(g)of the Trafficking Victims Protection Act of 2000(TVPA), as amended (22 U.S.C. 7104(g)), and ii. Is in addition to all other remedies for noncompliance that are available to us under this award. 3. You must include the requirements of paragraph a.1 of this award term in any subaward you make to a private entity. d. Definitions. For purposes of this award term: 1. "Employee" means either: i. An individual employed by you or a subrecipient who is engaged in the performance of the project or program under this award; or ii. Another person engaged in the performance of the project or program under this award and not compensated by you including, but not limited to,a volunteer or individual whose services are contributed by a third party as an in-kind contribution toward cost sharing or matching requirements. 2. "Forced labor" means labor obtained by any of the following methods:the recruitment, harboring,transportation, provision, or obtaining of a person for labor or services,through the use of force, fraud, or coercion for the purpose of subjection to involuntary servitude, peonage, debt bondage, or slavery. 3. "Private entity": i. Means any entity other than a State, local government, Indian tribe, or foreign public entity, as those terms are defined in 2 CFR 175.25. ii. Includes: A.A nonprofit organization, including any nonprofit institution of higher education, hospital, or tribal organization other than one included in the definition of Indian tribe at 2 CFR 175.25(b). B.A for-profit organization. 4. "Severe forms of trafficking in persons," "commercial sex act,"and "coercion" have the meanings given at section 103 of the TVPA, as amended (22 U.S.C. 7102). 15. SINGLE AUDIT ACT In accordance with OMB Circular A-133,which implements the Single Audit Act,the recipient hereby agrees to obtain a single audit from an independent auditor, if it expends$500,000 or more in total Federal funds in any fiscal year. Within nine months after the end of a recipient's fiscal year or 30 days after receiving the report from the auditor,the recipient shall submit the SF-SAC and a Single Audit Report Package. The recipient MUST submit the SF-SAC and a Single Audit Report Package, using the Federal Audit Clearinghouse's Internet Data Entry System. For complete information on how to accomplish the single audit submissions, you will need to visit the Federal Audit Clearinghouse Web site: http://harvester.census.gov/fac/ 16. FULLY FUNDED EARMARKS For fully funded agreements based on an earmark: EPA is fully funding this assistance agreement based on the terms of a congressional earmark. If future earmarks are not provided for this project and recipient, supplemental funding for this project is not guaranteed. 17. MANAGEMENT FEES AND SIMILAR CHARGES Management fees or similar charges in excess of the direct costs and approved indirect rates are not allowable. The term"management fees or similar charges"refers to expenses added to the direct costs in order to accumulate and reserve funds for ongoing business expenses, unforeseen liabilities, or for other similar costs which are not allowable under this assistance agreement. Management fees or similar charges may not be used to improve or expand the project funded under this agreement, except to the extent authorized as a direct cost of carrying out the scope of work. 18. Central Contractor Registration and Universal Identifier Requirements. A. Requirement for Central Contractor Registration (CCR)/Svstem for Award Management (SAM). Unless you are exempted from this requirement under 2 CFR 25.110, you as the recipient must maintain the currency of your information in the SAM until you submit the final financial report required under this award or receive the final payment,whichever is later. This requires that you review and update the information at least annually after the initial registration, and more frequently if required by changes in your information or another award term. B. Requirement for Data Universal Numbering System (DUNS)numbers. If you are authorized to make subawards under this award, you: 1.Must notify potential subrecipients that no entity(see definition in paragraph C of this award term)may receive a subaward from you unless the entity has provided its DUNS number to you. 2.May not make a subaward to an entity unless the entity has provided its DUNS number to you. C. Definitions. For purposes of this award term: 1.Central Contractor Registration (CCR)/Svstem for Award Management(SAM) means the Federal repository into which an entity must provide information required for the conduct of business as a recipient. Additional information about registration procedures may be found at the System for Award Management(SAM) Internet site http://www.sam.gov. 2.Data Universal Numbering System (DUNS)number means the nine-digit number established and assigned by Dun and Bradstreet, Inc. (D&B)to uniquely identify business entities. A DUNS number may be obtained from D&B by telephone(currently 866-705-5711) or the Internet(currently at http://fedaov.dnb.com/webform). 3.Entity,as it is used in this award term, means all of the following, as defined at 2 CFR part 25, subpart C: a.A Governmental organization,which is a State, local government, or Indian tribe; b.A foreign public entity; c. A domestic or foreign nonprofit organization; d.A domestic or foreign for-profit organization; and e.A Federal agency, but only as a subrecipient under an award or subaward to a non-Federal entity. 4.Subaward: a.This term means a legal instrument to provide support for the performance of any portion of the substantive project or program for which you received this award and that you as the recipient award to an eligible subrecipient. b.The term does not include your procurement of property and services needed to carry out the project or program(for further explanation, see Sec.--.210 of the attachment to OMB Circular A-133, "Audits of States, Local Governments, and Non-Profit Organizations"). c.A subaward may be provided through any legal agreement, including an agreement that you consider a contract. 5.Subrecipient means an entity that: a.Receives a subaward from you under this award; and b.Is accountable to you for the use of the Federal funds provided by the subaward. 19. SUBAWARD REPORTING AND COMPENSATION a. Reporting of first-tier subawards. 1. Applicability. Unless you are exempt as provided in paragraph d. of this award term, you must report each action that obligates$25,000 or more in Federal funds that does not include Recovery funds(as defined in section 1512(a)(2)of the American Recovery and Reinvestment Act of 2009, Pub. L. 111-5)for a subaward to an entity(see definitions in paragraph e of this award term). 2. Where and when to report. i. You must report each obligating action described in paragraph a.1. of this award term to www.fsrs.qov. ii. For subaward information, report no later than the end of the month following the month in which the obligation was made. (For example, if the obligation was made on November 7, 2010, the obligation must be reported by no later than December 31, 2010.) 3. What to report. You must report the information about each obligating action that the submission instructions posted at www.fsrs.gov specify. b. Reporting Total Compensation of Recipient Executives. 1. Applicability and what to report. You must report total compensation for each of your five most highly compensated executives for the preceding completed fiscal year, if– i. the total Federal funding authorized to date under this award is$25,000 or more; ii. in the preceding fiscal year, you received- (A)80 percent or more of your annual gross revenues from Federal procurement contracts (and subcontracts)and Federal financial assistance subject to the Transparency Act, as defined at 2 CFR 170.320(and subawards); and (B)$25,000,000 or more in annual gross revenues from Federal procurement contracts (and subcontracts)and Federal financial assistance subject to the Transparency Act, as defined at 2 CFR 170.320(and subawards); and iii.The public does not have access to information about the compensation of the executives through periodic reports filed under section 13(a)or 15(d)of the Securities Exchange Act of 1934(15 U.S.C. 78m(a), 78o(d))or section 6104 of the Internal Revenue Code of 1986. (To determine if the public has access to the compensation information, see the U.S. Security and Exchange Commission total compensation filings at http://www.sec.gov/answers/execomp.htm.) 2. Where and when to report.You must report executive total compensation described in Paragraph b.1. of this award term: i. As part of your registration Central Contractor Registration/System for Award Management profile available at www.sam.qov. ii. By the end of the month following the month in which this award is made, and annually thereafter. c. Reporting of Total Compensation of Subrecipient Executives. 1. Applicability and what to report. Unless you are exempt as provided in paragraph d. of this award term,for each first-tier subrecipient under this award, you shall report the names and total compensation of each of the subrecipient's five most highly compensated executives for the subrecipient's preceding completed fiscal year, if– i. in the subrecipient's preceding fiscal year,the subrecipient received— (A)80 percent or more of its annual gross revenues from Federal procurement contracts(and subcontracts)and Federal financial assistance subject to the Transparency Act, as defined at 2 CFR 170.320(and subawards); and (B)$25,000,000 or more in annual gross revenues from Federal procurement contracts (and subcontracts), and Federal financial assistance subject to the Transparency Act(and subawards); and li. The public does not have access to information about the compensation of the executives through periodic reports filed under section 13(a)or 15(d)of the Securities Exchange Act of 1934(15 U.S.C. 78m(a), 78o(d))or section 6104 of the Internal Revenue Code of 1986. (To determine if the public has access to the compensation information, see the U.S. Security and Exchange Commission total compensation filings at http://www.sec.aov/answers/execomp.htm.) 2. Where and when to report. You must report subrecipient executive total compensation described in paragraph c.1. of this award term: i. To the recipient. ii. By the end of the month following the month during which you make the subaward. For example, if a subaward is obligated on any date during the month of October of a given year(i.e., between October 1 and 31), you must report any required compensation information of the subrecipient by November 30 of that year. d. Exemptions If, in the previous tax year, you had gross income,from all sources, under$300,000, you are Exempt from the requirements to report: I subawards, and ii. the total compensation of the five most highly compensated executives of any subrecipient. e. Definitions. For purposes of this award term: 1. Entity means all of the following, as defined in 2 CFR part 25: i. A Governmental organization,which is a State, local government, or Indian tribe; ii.A foreign public entity; iii.A domestic or foreign nonprofit organization; iv.A domestic or foreign for-profit organization; v. A Federal agency, but only as a subrecipient under an award or subaward to a non-Federal entity. 2. Executive means officers, managing partners, or any other employees in management positions. 3. Subaward: i. This term means a legal instrument to provide support for the performance of any portion of the substantive project or program for which you received this award and that you as the recipient award to an eligible subrecipient. ii. The term does not include your procurement of property and services needed to carry out the project or program (for further explanation, see Sec. --.210 of the attachment to OMB Circular A-133, "Audits of States, Local Governments, and Non-Profit Organizations"). iii. A subaward may be provided through any legal agreement, including an agreement that you or a subrecipient considers a contract. 4. Subrecipient means an entity that: i. Receives a subaward from you (the recipient)under this award; and ii. Is accountable to you for the use of the Federal funds provided by the subaward. 5. Total compensation means the cash and noncash dollar value earned by the executive during the recipient's or subrecipient's preceding fiscal year and includes the following (for more information see 17 CFR 229.402(c)(2)): i. Salary and bonus . ii. Awards of stock, stock options, and stock appreciation rights . Use the dollar amount recognized for financial statement reporting purposes with respect to the fiscal year in accordance with the Statement of Financial Accounting Standards No. 123(Revised 2004)(FAS 123R), Shared Based Payments. iii. Earnings for services under non-equity incentive plans . This does not include group life, health, hospitalization or medical reimbursement plans that do not discriminate in favor of executives, and are available generally to all salaried employees. iv. Change in pension value. This is the change in present value of defined benefit and actuarial pension plans. v.Above-market earnings on deferred compensation which is not tax-qualified . vi. Other compensation, if the aggregate value of all such other compensation (e.g. severance,termination payments,value of life insurance paid on behalf of the employee, perquisites or property)for the executive exceeds$10,000. 20. CIVIL RIGHTS OBLIGATIONS GENERAL This term and condition incorporates by reference the signed assurance provided by the recipient's authorized representative on: 1)EPA Form 4700-4, "Preaward Compliance Review Report for All Applicants and Recipients Requesting EPA Financial Assistance"; and 2) Standard Form 424B or Standard Form 424D, as applicable. These assurances and this term and condition obligate the recipient to comply fully with applicable civil rights statutes and implementing EPA regulations. STATUTORY REQUIREMENTS In carrying out this agreement,the recipient must comply with: • Title VI of the Civil Rights Act of 1964,which prohibits discrimination based on race, color, and national origin, including limited English proficiency(LEP), by entities receiving Federal financial assistance. • Section 504 of the Rehabilitation Act of 1973,which prohibits discrimination against persons with disabilities by entities receiving Federal financial assistance; and • The Age Discrimination Act of 1975,which prohibits age discrimination by entities receiving Federal financial assistance. If the recipient is conducting an education program under this agreement, it must also comply with: • Title IX of the Education Amendments of 1972,which prohibits discrimination on the basis of sex in education programs and activities operated by entities receiving Federal financial assistance. If this agreement is funded with financial assistance under the Clean Water Act(CWA), the recipient must also comply with: • Section 13 of the Federal Water Pollution Control Act Amendments of 1972,which prohibits discrimination on the basis of sex in CWA-funded programs or activities. REGULATORY REQUIREMENTS The recipient agrees to comply with all applicable EPA civil rights regulations, including: • For Title IX obligations,40 C.F.R. Part 5; and • For Title VI, Section 504,Age Discrimination Act, and Section 13 obligations,40 C.F.R. Part 7. • As noted on the EPA Form 4700-4 signed by the recipient's authorized representative, these regulations establish specific requirements including maintaining compliance information, establishing grievance procedures, designating a Civil Rights Coordinator, and providing notices of non-discrimination. TITLE VI—LEP, Public Participation and Affirmative Compliance Obligation • As a recipient of EPA financial assistance, you are required by Title VI of the Civil Rights Act to provide meaningful access to LEP individuals. In implementing that requirement,the recipient agrees to use as a guide the Office of Civil Rights(OCR)document entitled "Guidance to Environmental Protection Agency Financial Assistance Recipients Regarding Title VI Prohibition Against National Origin Discrimination Affecting Limited English Proficient Persons." The guidance can be found at httb://frwebgate.access.gpo.gov/cqi-bin/getdoc.cgi?dbname=2004 register&docid=fr25in04-79.o d • If the recipient is administering permitting programs under this agreement, the recipient agrees to use as a guide OCR's Title VI Public Involvement Guidance for EPA Assistance Recipients Administering Environmental Permitting Programs.The Guidance can be found at http://edocket.access.dpo.gov/2006/pdf/06-2691.pdf. • In accepting this assistance agreement, the recipient acknowledges it has an affirmative obligation to implement effective Title VI compliance programs and ensure that its actions do not involve discriminatory treatment and do not have discriminatory effects even when facially neutral. The recipient must be prepared to demonstrate to EPA that such compliance programs exist and are being implemented or to otherwise demonstrate how it is meeting its Title VI obligations. 21. PAYMENT METHOD a. The Debt Collection Improvement Act of 1996 requires that Federal payments be made by electronic funds transfer. In order to comply with the Act, a recipient must receive payments via one of two electronic methods available to them: Automated Standard Application for Payments(ASAP) The ASAP system is the preferred method of payment for EPA grantees. ASAP enrollment is highly encouraged for organizations that have multiple grants/cooperative agreements and for those with a frequent need to request funds. If your organization uses multiple bank accounts for EPA grants/cooperative agreements,you must enroll in ASAP. If you are interested in receiving funds electronically via ASAP, please complete the ASAP Initiate Enrollment form located at http://www.epa.gov/ocfo/finservices/forms.htm and email it to LVFC-grants @epa.gov or fax it to LVFC at 702-798-2423 Under this payment mechanism, the Recipient initiates,via ASAP, an electronic payment request which is approved or rejected based on the amount of available funds authorized by EPA in the Recipient's account. Approved funds are credited to the recipient organization at the financial institution identified on the recipient's ASAP enrollment application.Additional information concerning ASAP and enrollment can be obtained by contacting the EPA Las Vegas Finance Center, at(702)798-2485, or by visiting www.fms.treas.gov/asap. Electronic Funds Transfer(EFT) Under this payment mechanism, the EPA Las Vegas Finance Center will obtain your organization's banking information from your System for Award Management(SAM) registration. Upon completion of required Regional training, a Las Vegas Finance Center Representative will send you an email message with your EFT Control Number and payment information. Additional information concerning EFT can be obtained by contacting the EPA Las Vegas Finance Center at(702)798-2485, or by visiting http://www.epa.qov/ocfo/finservices/pavinfo.htm NOTE: If your banking information is not correct or changes at any time prior to the end of your agreement, please update your SAM registration and notify the EPA Las Vegas Finance Center as soon as possible so the new banking information can be retrieved. This is vital to ensure proper and timely deposit of funds. b. In accepting this assistance agreement,the recipient agrees to draw cash only as needed for its disbursement. Failure on the part of the recipient to comply with this condition may cause the undisbursed portions of the assistance agreement to be revoked and financing method changed to a reimbursable basis. 22. Award Acceptance Language Based on your Application dated 03/04/2013 including all modifications and amendments,the United States acting by and through the US Environmental Protection Agency(EPA)hereby awards$970,000. EPA agrees to cost-share 49.11%of all approved budget period costs incurred, up to and not exceeding total federal funding of$970,000. Recipient's signature is not required on this agreement. The recipient demonstrates its commitment to carry out this award by either: 1)drawing down funds within 21 days after the EPA award or amendment mailing date; or 2)not filing a notice of disagreement with the award terms and conditions within 21 days after the EPA award or amendment mailing date. If the recipient disagrees with the terms and conditions specified in this award,the authorized representative of the recipient must furnish a notice of disagreement to the EPA Award Official within 21 days after the EPA award or amendment mailing date. In case of disagreement, and until the disagreement is resolved,the recipient should not draw down on the funds provided by this award/amendment, and any costs incurred by the recipient are at its own risk. This agreement is subject to applicable EPA statutory provisions. The applicable regulatory provisions are 40 CFR Chapter 1, Subchapter B, and all terms and conditions of this agreement and any attachments. Programmatic Conditions 1. The grantee agrees to follow procedures contained in the most current edition of the EPA Region 4,A Special Appropriations Projects(SPAPs)Grant Procedures Workbook (online workbook at http://www.epa.aov/region4/water/gtas/specialappropriations.html ). 2. The grantee shall follow all requirements under 40 CFR§31.36 when procuring construction contracts including: assuring full and open competition; procuring by federally approved methods; performing a cost/price analysis; and ensuring contracts include MBE/WBE requirements, bonding requirements, compliance with federal, state and local laws, inclusion of Part 31.36(i)contract provisions, and subcontractor requirements. 3. The grantee agrees to obtain EPA Project Officer review and concurrence of plans and specifications for all construction contracts prior to the advertisement for bids. 4. The grantee shall notify the EPA Project Officer of any contract awards made as part of this grant and provide a copy to EPA if so requested. 5. In consultation with the EPA Project Officer,the grantee shall conduct a pre-construction conference for each construction contract awarded as part of this grant. 6. The grantee will assure the EPA that all land, easements, and rights-of-way necessary for the construction of the project have been obtained prior to initiating construction. 7. The grantee will obtain all necessary state and local permits, including a permit to construct from the appropriate state agency, coverage under the State's NPDES general permit for construction activities, and/or a Corps of Engineers Section 404 permit(if applicable), prior to initiating construction. 8. The grantee shall submit to the EPA Project Officer a semi-annual progress report beginning with the award of this grant and a final report pursuant to 40 CFR§31.40. These reports will consist of updated progress toward work objectives, problems encountered, actions taken to resolve problems and discussion of remaining tasks.This report may be as brief as one page, or for grant for construction an invoice of work performed that time period, so long as all the requested information is provided.The items listed below should be addressed, as appropriate: Semi-Annual Progress Report Outline for Special Appropriations Grants Grant Number. Grantee Name: Project Name: Grantee's Authorized Representative: a. What work was accomplished for this reporting period? b. What problems, if any,were encountered? c. If a problem was encountered,what action was taken to correct it? d. Is the project work on schedule? (a)This reporting period? (b)For the project? e. If the project is not on schedule,what is proposed for a revised schedule? f. Does the new schedule require a time extension? g. Is there a change in the Grantee's Authorized Representative or any of the key contacts? 9. The EPA, and its delegated representatives, shall have access to the project work site and project records at all times. 10. The grantee has to obtain EPA approval for pre-award costs occurring on or after October 1't in the year of the appropriations for the project covered by this grant. The grantee agrees to submit copies of invoices, appraisals, etc.to EPA for review and approval of these pre-award costs. 11. The grantee agrees to comply with the applicable Cross-Cutting Federal Laws and Authorities listed as an attachment to this grant award document. 12. The grantee will submit its reimbursement request(SF271)and appropriate invoices to EPA to obtain reimbursement. 13.The grantee is encouraged to utilize environmentally preferable practices in the course of procuring goods and services under this grant. "Environmentally preferable"is defined as products or services that have a lesser or reduced effect of human health and the environment. Consideration of environmentally preferable practices should be consistent with price, performance, availability, and safety conditions. Examples include: -General construction:Adding ranking factors or contract language for construction contracts for the contractor to: adopt practices reduce idling of construction equipment, use clean diesel fuels in construction equipment, install emissions retrofits equipment, repower construction equipment engines, etc. More information on environmentally preferable practices for construction projects can be found at: www.epa.qov/cleandiesel/construction/strategies.htm, www.epa.goc.cleandiesel/construction/whatvoucando.htm, and http://www.epa.qov/otaa/retrofit/verif-list.htm. -Construction of buildings: Adding ranking factors or contract language for the contractor to include green building techniques such as: designing for energy and water efficiency, using green building products, etc. More information on environmentally preferable practices for greener buildings can be found at: http://www.epa.gov/greenbuildinq and http://www.wbdq.orq. -Electronics equipment: Adding ranking factors or contract language for EnergyStar®features and EPEAT-registered electronics products when procuring electronics equipment. Also consider adding factors concerning buy-back or end-of-life programs that dispose of electronics in an environmentally safe manner. More information on preferable practices for electronics equipment can be found at: http://www.epeatnet/Companies.aspx, http://www.epa.gov/wastewise/pubs//wwupda14.pdf, and http://www.epa.qov/reg3wcmd/pdf/perecyclinq601.pdf. -NE Services and Construction Services: Adding a ranking factor or contract language that gives preference to firms that have an environmental management system(EMS)in-place or a partner in EPA's Performance Track Program demonstrating their commitment to improving the environment through their place of work. More information on EMS and Performance Track can be found at: www.epa.00v/ems and www.epa.gov/performancetrack. Grantees will report any environmentally preferable practices undertaken in the semi-annual progress reports. The information reported will be used to track EPA's progress in reducing our environmental impacts. 14. The grantee is encouraged to improve the environmental performance of their water and wastewater facilities by developing an environmental management system(EMS). More information specific to implementing an EMS for water,wastewater, and biosolids facilities can be found at: http://www.epa.gov/ems/initiatives/water.htm. 15. EPA may terminate the assistance agreement for failure to make sufficient progress so as to reasonably ensure completion of the project within the project period, including any extensions. EPA will measure sufficient progress by examining the performance required under the workplan in conjunction with the milestone schedule,the time remaining for performance within the project period, and/or the availability of funds necessary to complete the project. 16. Electronic and Information Technology Accessibility Recipients and subrecipients are subject to the program accessibility provisions of Section 504 of the Rehabilitation Act, codified in 40 CFR Part 7,which includes an obligation to provide individuals with disabilities reasonable accommodations and an equal and effective opportunity to benefit from or participate in a program, including those offered through electronic and information technology("EIT"). In compliance with Section 504, EIT systems or products funded by this award must be designed to meet the diverse needs of users(e.g., U.S. public, recipient personnel)without barriers or diminished function or quality. Systems shall include usability features or functions that accommodate the needs of persons with disabilities, including those who use assistive technology.At this time,the EPA will consider a recipient's websites, interactive tools, and other EIT as being in compliance with Section 504 if such technologies meet standards established under Section 508 of the Rehabilitation Act, codified at 36 CFR Part 1194. While Section 508 does not apply directly to grant recipients,we encourage recipients to follow either the 508 guidelines or other comparable guidelines that concern accessibility to EIT for individuals with disabilities. Recipients may wish to consult the latest Section 508 guidelines issued by the US Access Board or W3C's Web Content Accessibility Guidelines (WCAG)2.0(see http://www.access-board.gov/sec508/guide/index.htm). 17. Geospatial Data Standards All geospatial data created must be consistent with Federal Geographic Data Committee(FGDC) endorsed standards. Information on these standards may be found at www.fgdc.gov. V i 9 iO •t. JaL t i, m M0_Mf TO: Mayor and Commission FROM: Kelvin L. Baker, Sr., City Manager SUBJ: City Manager's Report on Multiple Incidents The purpose of this memo is to provide an update and action plan on three recent events/incidents that occurred within the City. I. Unsafe Structure Posting: The City's Building Official, Paul A. Gioia, has issued an unsafe structures notice for a fire that occurred on November 23, 2013 in an 18-unit apartment building located at 14350 NW 22nd Avenue. Mr. Gioia gave the property owner, Inventi 777 Investments, LLC, a formal notice of this disposition and provided guidance on returning the building to compliance for re-occupancy. The City Manager's Office and the City Staff met with the property owner. As of December 4, 2013,the property owner has not submitted permits/plans to safely restore electrical service to this structure. The residents remain in peril. The City Staff also met with the residents of this building to explain the City's position as well as tell them that they must leave the building. To assist in the residents' relocation, arrangements were made for them to meet with the Miami Dade County Homeless Trust and the American Red Cross. The residents are not willing to vacate the building, so they declined the option provided by the Miami Dade County Homeless Trust. Furthermore, the American Red Cross has informed the City that this incident does not meet critical criteria for their assistance. In light of the Building Official's evaluation the residents must be relocated. Action Plan/Recommendation: 1. Reaffirm to the residents that they must vacate the structure. 2. Meet with the property owner and determine anticipated completion date for repairs. 3. Obtain a vacancy availability list from the Homeless Trust 4. Obtain a vacancy list from area apartment complexes and their rental rates. 5. Determine what level of commitment the City Commission wants to undertake to protect these residents. (Dollar Amount) II. Garden Apartments: On Saturday, November 30,2013, Mr. Nathaniel J. Wilcox, submitted a complaint concerning the conditions at the Gardens Apartments to the Mayor, City Commission, City Manager and Staff. According to Mr. Wilcox, "sewage is seeping up and the children as well as adults are exposed to this unhealthy condition." 2 1 > . E This residential development site has a number of infrastructure deficiencies which have resulted in inadequate drainage and area flooding throughout the property. Additionally,the lift station which services this development area was placed under moratorium by DERM since March 2010. The property owners have agreed to make many improvements to the complex, however all efforts have failed. Action Plan/Recommendations: 1. Issue Citations for these health and safety violations 2. Meet with property owners and with residents from the community 3. Scheduled a Special Master Hearing-Tuesday, December 11, 2013. Ill. Shooting Incident on 3400 Alexandria Drive: On December 2, 2013, at 11:51 a.m.,there was a fatal shooting in the area of 13400 Alexandria Drive.The victim, Mr. McNeal, who allegedly was an active participant in the shooting, was airlifted to JMH Ryder Trauma Center for further medical treatment but later died from his injuries. The City of Opa-locka Police Officers established two perimeters, secured the crime scene and provided crowd control. The OLPD was able to apprehend subjects before they entered the apartments at 13004 Alexandria Drive. The subject's unoccupied vehicle was located at 3407 NW 135th Street. Three individuals were detained, two were taken to the Miami Dade Homicide headquarters for questioning and one was arrested at 2:02 p.m. The shooting suspect is Quil Mucherson, who, according to Police records, lives in the Gardens Apartments. The crime scene was turned over to Miami-Dade PD Homicide Division at 1:25 p.m.for further investigation processing. Action Plan/Recommendations: 1. Create a more visible police presence at City Hall's outer perimeter. 2. Implement concentrated neighborhood policing in the area south of NW 135th Street between Aswan Road and Cairo Lane, especially near multi-family developments. 3. Frequent patrolling of Alexandria Drive by the Opa-locka Police Department 4. Additional measures have been implemented by the Police Chief.