20-101-10 Conengineers Builders LLC .Fullly Executed 8-1-2022DocuSign Envelope ID: 4DAD8C9F-C645-44E9-BA80-C401 BA0051 BC CONTRACT NO. 20-101-10
MIAMIBEACH
City of Miami Beach, 1755 Meridian Avenue, 31d Floor, Miami Beach, Florida 33139, www.miamibeachfi.gov
PROCUREMENT DEPARTMENT
Tel: 305-673-7490, Fax: 786-394-4235
SENT VIA E-MAIL TO: infoQconengineers.com
July 29, 2022
Conengineers Builders LLC
Jaime Ocampo
1930 N. Commerce Parkway Suite 1
Weston, FL 33326
Ph. 954-849-7322
RE: NOTICE OF AWARD OF CONTRACT PURSUANT TO INVITATION TO BID (ITB) NO.
2020-101-WG TO ESTABLISH AND MAINTAIN A POOL OF PREQUALIFIED
CONTRACTORS FOR FUTURE CITYWIDE REHABILITATION PROJECTS IN
ACCORDANCE WITH THE STATE HOUSING INITIATIVES PARTNERSHIP
PROGRAM (SHIP).
Dear Mr. Ocampo:
Conengineers Builders LLC (the "Contractor") submitted to the City of Miami Beach, Florida (the
"City") a request to be prequalified for future projects in response to the above -referenced ITB.
The ITB stipulates and this letter shall confirm that the City Manager shall constitute a binding
Contract between the City and the Contractor.
This letter shall serve as official notice that on March 24, 2022, the City Manager approved the
Contractor to be prequalified to be eligible to provide services to the City for Future Citywide
Rehabilitation Projects in Accordance with the State Housing Initiatives Partnership Program
(SHIP). It is important to note the work must be awarded in accordance with the ITB. Further, no
services may be performed until such time as the City has issued a Purchase Order.
If you have any questions regarding this letter of notification of award, you may contact Valerie
Velez, Contract Analyst, Procurement Department, at ValerieVelez(a)-miamibeachfl.gov or at
305.673.7490. Otherwise, all other questions should be addressed to the Contract Manager for
this contract, Marcela Rubio HOME/SHIP Projects Coordinator Housing Development at
MarcelaRubio(abmiamibeachfl.gov or (305) 673-7000 ext. 26182.
Sincerely,
EA
DocuSigned by:
Ie iU ,s
9207E7A769EE4CD...
Alex Denis
Director Procurement Department
E
DS
KB ME
We are committed to providing excellent public service and safety to all who live, work, and play in our vibrant, tropical, historic community.
DocuSign Envelope I D: 4DAD8C9F-C645-44E9-BA80-C401 BA0051 BC
ATTACHMENT A
RESOLUTION & COMMISSION AWARD MEMO
DocuSign Envelope ID: 4DAD8C9F-C645-44E9-BA80-C401 BA0051 BC
MIAMIBEACH
PROCUREMENT DEPARTMENT
Invitation to Bid (ITB) 2020-101-WG was issued by the City of Miami Beach, Florida (the "City"), as the means for
interested parties to submit applications for the City's consideration in establishing a pool of pre -qualified contractors
for future competition of rehabilitation projects in accordance with the State Housing Initiatives Partnership Program
(SHIP) Program, which shall ensure:
• homeowners have access to qualified contractors for all owner —occupied repairs;
• that projects are awarded in competitive manner that maximizes available funds;
• homeowners have platform for performance evaluation of contractors;
• contractors have a clear guideline to complete the work and receive timely payments;
• vendors comply with the Building Department, Code Compliance and insurance requirements; and
• all work is completed pursuant to Florida State Statute 420.907-420.9079, State Housing Initiatives
Partnership (SHIP) Act, and Rule Chapter 67-37.
On January 17, 2018, the Mayor and City Commission adopted Resolution No. 2018-30136, pursuant to Invitation
to Bid (ITB) No. 2020-101-WG approving and authorizing the Administration to issue an Invitation to Bid (ITB), in
order to establish and maintain a pool of qualified contractors; and authorizing the City Manager to approve bids and
execute agreements with the pre -qualified contractors for project award limit authorized by the City's Local Housing
Assistance Plan.
The Procurement Department has received five (5) additional responsive and responsible applications pursuant to
the ITB from: 1) Management & Consulting, Inc. DBA M&C Contractors, 2) Poinciana Development Group, Inc., 3)
Cone npineers Builders LLC, 4) Persons Services Corp., and 5) Fikon Corp. The Procurement Department and the
Housing and Community Service Department have determined that the additional five (5) contractors are qualified
and meet the requirements established in the ITB.
This item seeks the City Manager's approval, pursuant to Resolution 2019-31092, to add the aforementioned firms
to the pool of Dreaualified contractors pursuant to the State Housina Initiatives Partnership Proaram (SHIP) Proaram.
In accordance with Resolution 2019-31092, which authorizes the City Manager to keep the ITB active for the purpose
of prequalifying additional contractors; and to add new (or remove for non-performance) contractors to the pool,
provided such added contractors meet the reauirements of the ITB.
ATHI MTI AD I AT
DocuSign Envelope ID: 4DAD8C9F-C645-44E9-BA80-C401 BA0051 BC
DocuSign Envelope 1D: 04852DA0-9B53-4FB3-BB3F-2AF9C1DDCB9D
The inaualification is valid throuah March 17. 2023
Attachments
Attachment A; Resolution 2019-31092 & 2018-30136
Approval
Dept. Head: Procurement:
ACM(s):y,�«w City n e
RU.a fi� Alm Dwr)
n.,a r-r
Date, D 1. n u .��.
3/16/202Z l iA',RT 3/21/2022 I
p t
B-WR EDT -
3123I2m027'1� i Ka7 03/24/2022
ATHI NIT AD I AT KB
DocuSign Envelope ID: 4DAD8C9F-C645-44E9-BA80-C401 BA0051 BC
RESOLUTION NO. 2018-30136
A RESOLUTION Of THE MAYOR AND CITY COMMISSION Of THE CITY OF
MIAMI BEACH, FLORIDA, ADOPTING A POLICY GOVERNING THE
SELECTION OF CONTRACTORS FOR CONSTRUCTION PROJECTS
AWARDED BY THE CITY PURSUANT TO THE STATEWIDE HOUSING
INITIATIVES PARTNERSHIP (SHIP) PROGRAM; APPROVING AND
AUTHORIZING THE ADMINISTRATION TO ISSUE A REQUEST FOR
QUALIFICATIONS (RFQ), AT ►$► MINIMUM, ONCE A YEAR, IN ORDER TO
ESTABLISH AND MAINTAIN A POOL OF QUALIFIED CONTRACTORS; AND
AUTHORIZING THE CITY MANAGER TO APPROVE BIDS AND EXECUTE
AGREEMENTS WITH THE PRE -QUALIFIED CONTRACTORS fOR PROJECT
SUMS EXCEEDING $50,000, BUT NOT TO EXCEED THE TOTAL PROJECT
AWARD LIMIT AUTHORIZED BY THE CITY'S LOCAL HOUSING ASSISTANCE
PLAN (LHAP); AND FURTHER REQUIRING THE CITY MANAGER TO ISSUE A
LE--T-T-ERR T---O—COMMISSION—EACH—FISC—AL—QUAR-T-ER—DELINEA-T-ING ANY
APPROVED BIDS/AGREEMENTS THAT EXCEED THE $50,000 THRESHOLD.
WHEREAS-, the State of Florida enacted the William E. Sadowski Affordable Housing Act,
Chapter 92-317 of Florida Sessions Laws, allocating a portion of documentary stamp taxes on
deeds to local governments for the development and maintenance of affordable housing; and
WHEREAS, the State Housing Initiatives Partnership (SHIP) Act, memorialized in §
42-0.907-420.9079, Florida Statutes (1992) (The Act), and the SHIP program rule, issued by the
Florida Housing Finance Corporation (FHFC), memorialized in Chapter-•67-37, Florida
Administrative Code (the Rule), require local governments to develop a one to three-year Local
Housing Assistance Plan (LHAP) outlining how the SHIP funds will be used; and
WHEREAS, the Mayor and City Commission approved and adopted changes to the City's
LHAP for FY 14/15 through 15/16 via Resolution No. 2017-29929, which, among other things,
increased the award limit for owner -occupied rehabilitation projects, from $40,000 to $ 7 0,000;
and
WHEREAS, the Mayor and City Commission approved and adopted the City's LHAP for
Fiscal Years 16/17 through 18/19 via Resolution No. 2016-29663, pursuant to the requirements
of the Act and the Rule, which LHAP currently provides an award limit of $70,000 for owner -
occupied rehabilitation projects; and
WHEREAS, the Office of Housing and Community Services (HCS) -currently administers the
bid process for eligible SHIP program rehabilitation projects, serving as the intermediary
between the applicant and the contractor and ensuring that the funds are properly expended ,by
following the program guidelines;
WHEREAS, HCS determines the -eligibility of participants -based on Housing and Urban
Development (HUD) income requirements and updates the income limits annually; and
WHEREAS, SHIP funds require that 75 percent of a local government's total allocation must
be used towards construction -related activities, including rehabilitation and emergency repairs;
and
WHEREAS, HCS and the Procurement Department developed a policy with the goal of
expediting the procurement -process and ensuring that: 1) homeowners have access to qualified
DocuSign Envelope ID: 4DAD8C9F-C645-44E9-BA80-C401 BA0051 BC
contractors for all owner -occupied repairs; 2) .projects are awarded in a competitive manner that
maximizes available funds; 3) homeowners have a platform for performance evaluation of
contractors; 4) contractors have clear guidelines to complete worts and receive timely payments;
5) vendors comply with Building Department, Code Compliance and insurance requirements;
and
WHEREAS, pursuant to Citywide Procedure P.O. 15.02, the City's threshold for a
department to procure goods and services is limited to $50,000 and there must be a formal
competitive solicitation (ITB, RFP, RFQ, ITN) approved by the City Commission and the
Procurement Department; and
WHEREAS, HCS would like to administer the bid process for the award of project sums
exceeding $50,000 (subject to the award limits set forth in the City's LHAP), by establishing a
pool of qualified contractors through the use of a Request for Qualifications (RFQ) process, to
be issued at least once a year; and
WHEREAS, the established list of qualified contractors can be used by the City and the
eligible -home own a rs-i n-connection-with-rehabilitation-projects-o r-disaster-relief-projects-awarded
through the SHIP program; and
WHEREAS, contractors seeking to participate in the City's SHIP program must be pre -
qualified through the City's SHIP contractor prequalification process, through an RFQ process,
and must maintain licensing, insurance and other qualifications required by the City; and
WHEREAS, the City contracts a third -party consultant for project management services via
RFP #2014-325-JR to assist in the following; drafting a specification of work for the bid process,
monitoring the project during construction and assisting with the closeout of the project; and
WHEREAS, the HCS SHIP Program Coordinator shall seek at least three written quotes
from pre -qualified contractors and shall make reasonable efforts to maximize competition and if
three quotes cannot be obtained, the approval of the City Manager shall be required; and
WHEREAS, The SHIP program prioritizes the repairs or improvements that are needed for
safe or sanitary habitation, correction of substantial code violations, structural or systems faults,
or the creation of additional living space; and
WHEREAS, Once HCS selects the lowest and most responsive bidder, a task order
(including a scope of work and payment schedule) shall be executed between the City, the
selected contractor and the homeowner; and
WHEREAS, any purchase order above $50,000 will require the City Manager's approval;
and
WHEREAS, the Administration recommends approving (in the form attached to the City
Commission Memorandum accompanying this Resolution) a policy governing the selection of
contractors for SHIP housing projects, as developed by the Office of Housing and Community
Services and the Procurement Department.
NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF
THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby adopt a
policy governing the selection of contractors for construction projects awarded by the City
pursuant to the Statewide Housing Initiatives Partnership Program (SHIP) program; approve
DocuSign Envelope ID: 4DAD8C9F-C645-44E9-BA80-C401 BA0051 BC
and authorize the Administration to issue a Request for Qualifications �RIFQ), at a minimum,
once a year, in order to establish and maintain a pool of qualified contractors; and authorize the
City Manager to approve bids and execute agreements with the -pre-qualified contractors for
project sums exceeding $50,000, but not to exceed the total -project award limit authorized by
the City's Local Housing Assistance Plan; and further requiring the City Manager to issue a
Letter to Commission each fiscal quarter, delineating any approved •bidslagreements that
exceed the $50,000 threshold.
�
Passed and adopted this 17 day of ��C��^ % , 2018.
ATTEST:
I E. Granada, dity 616rk
ORp OR ED:
an Gelber, Mayor
AS TO
& W4GUAGE
� l= CUTIQN
City) ate
DocuSign Envelope ID: 4DAD8C9F-C645-44E9-BA80-C401 BA0051 BC
Resolutions - C7 G
MIAMIBEACH
COMMISSION MEMORANDUM
TO: Honorable Mayor and Members of the City Commission
FROM: Jimmy L. Morales, City Manager
DATE: January 17, 2018
SUBJECT A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF
MIAMI BEACH, FLORIDA, ADOPTING A POLICY GOVERNING THE SELECTION
OF CONTRACTORS FOR CONSTRUCTION PROJECTS AWARDED BY THE
CITY PURSUANT TO THE STATEWIDE HOUSING INITIATIVES PARTNERSHIP
(SHI-P)-PROGRAM; APP-R-OVIN-G AND AUTHORIZING-TH-E ADM-1RISTRATIC!N-TO
ISSUE A REQUEST FOR QUALIFICATIONS (RFQ), AT A MINIMUM, ONCE A
YEAR, IN ORDER TO ESTABLISH AND MAINTAIN A POOL OF QUALIFIED
CONTRACTORS; AND AUTHORIZING THE CITY MANAGER TO APPROVE BIDS
AND EXECUTE AGREEMENTS WITH THE PRE -QUALIFIED CONTRACTORS
FOR PROJECT SUMS EXCEEDING $50,000, BUT NOT TO EXCEED THE TOTAL
PROJECT AWARD LIMIT AUTHORIZED BY THE CITY'S LOCAL HOUSING
ASSISTANCE PLAN (LHAP); AND FURTHER REQUIRING THE CITY MANAGER
TO ISSUE A LETTER TO COMMISSION EACH FISCAL QUARTER, DELINEATING
ANY APPROVED BIDS/AGREEMENTS THAT EXCEED THE $50,000
THRESHOLD.
RECOMMENDATION
Adopt the resolution.
ANALYSIS
The State of Florida enacted the William E. Sadowski Affordable Housing Act, Chapter 92-317 of
Florida Sessions Laws, allocating a portion of documentary stamp taxes on deeds to local
governments for the development and maintenance of affordable housing. The State Housing
Initiatives Partnership (SHIP) Act, §420.907-420.9079, Florida Statutes (1992), and Rule Chapter
67-37, Florida Administrative Code, requires local governments to develop a one -to three-year Local
Housing Assistance Plan (LHAP) outlining the strategies jurisdictions will use to utilize funding. The
LHAP also establishes the maximum SHIP funds allowable for each programmatic strategy.
The Office of Housing and Community Services (HCS) administers SHIP funds, participant eligibility,
contractor eligibility and program compliance. HCS determines the eligibility for all applicants by
assessing income and property standards. All awards are disbursed via a deferred payment loan,
secured by a mortgage agreement with restrictive covenant and promissory note. Resolution No.
2016-29663 approved the maximum award amounts for purchase assistance and rehabilitation
assistance.
The Mayor and City Commission approved and adopted the City's LHAP for Fiscal Years 16/17 and
18/19 via Resolution No. 2016-29663, pursuant to the requirements of the Act and the Rule, which
Page 224 of 923
DocuSign Envelope ID: 4DAD8C9F-C645-44E9-BA80-C401 BA0051 BC
LHAP currently provides an award limit of $70,000 for owner -occupied rehabilitation projects.
Pursuant to the Citywide Procedure P.O. t 6.02, the City's threshold for a department to procure
goods and services is limited to $50,000 and there must be a formal competitive solicitation (ITB,
RFP, RFQ, ITN) approved by the City Commission and the Procurement Department. HCS would
like to administer the bid process for the award of project sums exceeding $50,000 (subject to the
award limits set forth in the City's LHAP), by establishing a pool of qualified contractors through the
use of a Request for Qualifications (RFQ) process, to be issued at least once a year. The
established list of qualified contractors can be used by the Gity Fnd the �A,,gible: :womowners in
connection with rehabilitation projects or disaster relief projects awarded through the SHIP program.
Any purchase order above $50,000 will require the City Manager's approval.
HCS disburses funds to the eligible contractor via a purchase order and payments are disbursed in
three instailments and a final payment.
HCS and the Procurement Department drafted a policy that is intended to:
• Ensure homeowners have access to qualified contractors for all owner -occupied repairs;
• Ensure that projects are awarded -In a competitive manner that maximizes available funds;
• Ensure homeowners have a platform for performance evaluation of contractors;
■ Ensure contractors have clear guidelines to complete work and receive timely payments;
• Ensure vendors comply with Building Department, Code Compliance and insurance
requirements.
This policy is in accordance with State and Federal requirements and seeks to expedite the
procurement process for projects. This policy seeks to streamline the expenditure process, by
creating a list of eligible contractors and improving the quality control of rehabilitation projects.
Contractors seeking to participate in the City's Housing Rehabilitation Program must be prequalified
through the City's SHIP Contractor Prequalification Process. Annually, the City will issue a Request
for Qualifications (RFQ) for those contractors interested in being prequalified to submit their
statements of qualification for the City's consideration. At a minimum, contractors must maintain the
licensing, insurance, and qualifications required by the City to be prequalified for future projects
awarded through this procedure. The Procurement Department will administer the application
process on an annual basis.
In addition, the City contracts a third -party consultant for project management services. The Project
Manager will assist the SHIP coordinator in drafting the Specification of Work, project
monitoring/evaluation and project closeout. The Project Manager will assist SHIP coordinator and
any other City staff in the evaluation of the bids submitted by the General Contractor. The Building
Department can be provided with a copy of the Specification of Work for their review and any other
applicable documents, in order to facilitate the expediting of applicable building permits.
The City's SHIP Coordinator shall seek at least three written quotes from pre -qualified contractors
and shall make reasonable efforts to maximize competition, including seeking quotes from all pre -
qualified contractors. In rare cases when three quotes cannot be obtained, the approval of the City
Manager shall be required.
Once HCS selects the lowest and most responsive bidder, a purchase order shall be executed
between the City, the selected contractor and the homeowner. At a minimum, the purchase order
shall state the payment schedule, scope of work, and schedule of work. Additionally, the homeowner
will execute the permit application and the notice of commencement. The Contractor must record the
Notice of Commencement.
Page 225 of 923
DocuSign Envelope ID: 4DAD8C9F-C645-44E9-BA80-C401 BA0051 BC
Progress and final payments to the Contractor shall be approved by the City only after the work has
been inspected by the Project Manager and determined to comply with the contract and the project
bid specifications. The request for payments shall be in three installments, according to the duration
of the project. The Contractor will provide his/her invoice to the SHIP Coordinator. If there are
pending change orders that do not increase the project amount greater than the amount stipulated
herein, they may be approved administratively by the Department.
The policy also defines the role of HCS in the case of a dispute between a Contractor and the
homeowner. All disputes not resolved by program staff should be reported to Florida Housing
Finance Corporation for possible resolution before the move to arbitration. All unsettled claims or
disputes between the Property Owner and the Contractor arising out of or related to the work shall
be submitted to arbitration under the laws governed by the State of Florida. Notice of the demand for
arbitration shall be filed in writing with the other party to this agreement, and shall be made within a
reasonable time after a dispute has arisen.
Once the project is completed, City staff will coordinate the closeout, along with the Project MartegerA
If all program requirements are met, the final release of retainage will be processed. If, at any time
during the-roJect—HCS fiends that a Contractor fails to meet his/her obligations with the homeowner
rid/ the 'pity, and does not remedy the situation as stipulated by the Department, the Contractor
will receive a default notice and opportunity to cure. If the violation is not remedied, the Contractor
will be removed from the list and will be prohibited from participating for one year in the City's
Housing Rehabilitation Program.
CONCLUSION.
The Administration recommends approving the resolution to authorize the City Manager to approve
bids and execute agreements with the prequalified contractors for project sums in excess of $50,000,
and further require the City Manager to issue a Letter to Commission each fiscal quarter delineating
any approved bids/ agreements which exceed the $50,000 threshold.
KEY INTENDED ❑UTCOMES SUPPORTED
Ensure Workforce Housing For Key Industry Workers Is Available In Suitable Locations
FINANCIAL INFORMATION
N/A
Leciislative Trackino
Housing and Community Services
ATTACHMENT'S:
Description
a SHIP Procurement Policy
D Resoi0on
Page 226 of 923
DocuSign Envelope ID: 4DAD8C9F-C645-44E9-BA80-C401 BA0051 BC
MIAMI BEACH
Policy for the Selection of Contractors for Projects Awarded Pursuant to the State Housing
Initiatives Partnership (SHIP) Program
I. Purpose
The purpose of this policy is to establish internal controls for the selection and award
of contractors for projects awarded by the City of Miami Beach, Florida (the City),
pursuant to the State Housing Initiatives Partnership (SHIP) program for owner -
occupied construction projects funded by the Florida Housing Finance Corporation
(FHFC)'s SHIP program. Pursuant to the Local Housing Assistance Plan (LHAP), previously
approved by the City Commission, the City may provide income eligible homeowners with
SHIP funds in connection with repairs or improvements that are needed for safe or
sanitary habitation, correction of subs a tial code violationshe creation of
additional living space (Rehabilitation) or disaster mitigation repairs (collectively, City's
Housing Rehabilitation Program).
This Policy is intended to:
• Ensure compliance with State of Florida requirements for the selection and award
of contractors for State Housing Initiatives Partnership (SHIP) program projects
funded by the Florida Housing Finance Corporation (FHFC)'s SHIP program
• Ensure homeowners have access to prequalified contractors for all owner -
occupied repairs;
• Ensure that projects are awarded in a competitive manner that maximizes
available funds;
• Ensure homeowners have a platform for performance evaluation of contractors;
• Ensure contractors have clear guidelines to complete work and receive timely
payments; and
■ Ensure vendors comply with Building Department, Code Compliance and insurance
requirements.
il. Definitions.
A. Project Manager. Third -party consultant responsible for conducting site
inspections, drafting scope of work inclusive of projects specifications that will
form the basis for the bid documents that will be submitted to the List of General
Contractors.
B. SHIP Program Coordinator. Office of Housing and Community Services (HCS, the
Department) staff, responsible for seeing day-to-day operations of the SHIP
program, including program monitoring, homeowner certifications, contractor
qualifications approving payments and reporting data to the Florida Finance
Housing Corporation.
III. Contractor Qualifications. Contractors seeking to participate in the City's Housing
Rehabilitation Program must be prequalified through the City's SHIP Contractor
Prequalification Process.
Page 227 of 923
DocuSign Envelope ID: 4DAD8C9F-C645-44E9-BA80-C401 BA0051 BC
led Pursuant to the State Housing Initiatives Partnership (SHIP) Program
A. Annually (at a minimum), the City will issue a Request for Qualifications (RFQ) for
those contractors interested in being prequalified to submit 'their statements of
qualification for the City's consideration. Once prequalified, contractors must
maintain the required licensing and insurance to be eligible for future projects
awarded through this policy.
B. The City Manager, in his sole discretion, may approve or reject any contraelor 10
be added to the list of prequalified SHIP contractors. Additionally, the City
Manager may remove any contractor that has failed to maintain the qualification
requirements or for which the City has documented unresolved or a history of
performance issues. Any contractor wishing to appeal the City Manager's decision
to not prequalify or to remove from prequalification, shall submit its reasons for
the appeal directly to the City Manager.
C. Any party who has been suspended or debarred by U.S. HUD or any other Federal
Executive Branch Agency and is listed on the Current Exclusion List will not be
accepted to participate in the program until at least six (6) months after the
expiration of the applicable suspension or debarment. HCS will maintain a current
listing of prequalified contractors that will be utilized to seek bids for the Housing
Rehabilitation Program. Thy list w.-j_kl alsp be;4 c a available to City residents on the
Department's website. Contractors are responsible for maintaining insurance, ,ark
licensing information current; and providing updates to the City. All prequalified
contractors will be invited to attend Pre -Bid meetings held by a HCS SHIP program
staff at the project site. Contractors will be provided with the approved
Specification of Work Report that will detail the work to be completed for that
particular project. Contractors will be given a deadline to submit questions and
bids.
IV. Scope of Work and Specifications. The City contracts a third -party consultant (Project
Manager) for project management services. The Project Manager will assist the SHIP
coordinator in drafting the Specification of Work, project monitoring/evaluation and
project closeout.
A. The Project Manager will attend a walk through at the eligible homeowner's
residence to assess needed repairs and will provide HCS with the Specification of
Work that can be completed within the available project budget. Once the scope
of work is approved by the homeowner, the SHIP coordinator will prepare the bid
document.
B. The bid document will include the Specification of Work and any other applicable
documents, (e.g. floor plans, demolition plans, sketches, product specifications).
C. The Project Manager will assist SHIP coordinator and any other City staff in the
evaluation of the bids submitted by the Contractor. The Building Department may
be provided with a copy of the Specification of Work for their review and any other
applicable documents, in order to facilitate the expediting of applicable building
permits.
Page 228 of 923
DocuSign Envelope ID: 4DAD8C9F-C645-44E9-BA80-C401 BA0051 BC
i .....,., ..,...,_ _ �..�. Jed Pursuant to the State Housing Initiatives Partnership (SHIP) Program
V. Required Competition. HCS SHIP Coordinator shall seek at least three written quotes
from pre -qualified contractors and shall make reasonable efforts to maximize
competition, including seeking quotes from all pre -qualified contractors.
A. Upon the expiration of the established Bid Deadline, the bids will be reviewed and
itemized on a bid tabulation. The HCS Director may approve awards to lowest
responsive, responsible bidders for projects up to $50,000. Projects above $50,000
require the approval of the City Manager. In determining an award, the factors
outlined in Section 2-369 of the City Code shall be considered. In rare cases when
three quotes cannot be obtained, the approval of the City Manager shall be
required regardless of the value of the project.
B. Once the contractor is selected, a contract shall be executed between the City, the
selected contractor and the homeowner. At a minimum, the contract shall state
the—payment—schedule—scope—of—worlt,—artd—sch-edui-e—of—wark—A-dd-itiona-Ily,' the
homeowner will execute the permit application and the Notice of Commencement.
Contractor must record the Notice of Commencement.
C. Contractors will only be awarded one project until they have completed a project
that is in compliance with all project requirements, including no change orders or
delays, and is satisfactory to the Owner and Department staff. Contractors may be
awarded a maximum of two projects concurrently, as recommended by the State
funder. If a contractor has two active projects, they will not be awarded any
additional projects, unless the Contractor's performance is satisfactory in current
or previous awards. Contractors are encouraged to participate in the bidding
process regardless of the number of projects awarded.
VI. Permits. The SHIP program prioritizes the repairs or improvements that are needed for
safe or sanitary habitation, correction of substantial code violations, structural or systems
faults, or the creation of additional living space. The work performed must be compliant
with the City's building requirements.
A. Once contractor is issued a contract, Notice of Commencement and permit
application, they must follow the City's Building Permit procedures.
B. The City will offer expedited permitting, as per the Local Housing Assistance Plan
jLHAP), previously approved by the City Commission.
C. The Contractor will provide all plans required by the Building Department with no
typos or errors.
D. The Contractor is responsible for ensuring that the project is compliant with
requests, recommendations or suggestions provided by the Building Official/
Inspector.
Page 229 of 923
DocuSign Envelope ID: 4DAD8C9F-C645-44E9-BA80-C401 BA0051 BC ded Pursuant to the State Hausin Initiatives I'artnershi SFIIP Program
.,.�.., ..., ".. , , ., �..o. g p { l
VII. Payments. Progress and final payments to the contractor shall be approved by the
City only after the work has been inspected by the housing inspector and determined to
comply with the contract and the project bid specifications.
A. The City will retain a percentage of all approved Draws, as allowed by Florida
Statute, until final inspection and project completion. If a Contractor fails to
complete the project and does not comply with the Specification of Work, that
Contractor will not have the retainage released.
B. There shall be a maximum of three (3) progress payments and final release of
retainage once all permits are closed and final work product is approved by HCS.
C. Upon completion of a project, a final inspection must be requested by the
Contra-ctcr�Th-e-re-qu-est-must-in�ciud-e-a copy -of -tire -Final -Draw -Form -and copy -of -all
Permit cards with final approval from the Building Department Inspectors. The
request is made by the contractor and requested from the independent inspector.
D. All Draw Requests must be approved by the SHIP Program Coordinator and
Department Director. The SHIP Program Coordinator may reasonably request
releases and waivers of lien in connection with the application of any progress
payments. The Finance Department will only process any Draw Requests once they
are reviewed and approved by the Director or his/her designee.
E. If the homeowner does not receive satisfaction from the Contractor, the
Department may withhold payment and/or retainer if deemed necessary, until a
resolution is achieved. Likewise, the Department reserves the right to intervene on
the Contractor's behalf if the homeowner is refraining from approving a Draw
request without just reason. The ❑epartment could proceed to pay the Contractor
for the work completed as required without the Homeowner's approval.
Vlll. Change Orders. Any change order that does not increase the project amount greater
than the amount stipulated herein may be approved administratively by the City Manager.
The HCS Director may approve changes that increase the project value up to $50,000.
Change orders for projects above $50,000 require the approval of the City Manager, in an
amount not to exceed $200,000.
IX. Dispute Resolution. If a problem arises between the homeowner and contractor, the
City may intercede in order to ensure the project's completion.
A. If a complaint relating to post -construction work deficiencies is received, the SHIP
Program Coordinator will evaluate the complaint within ten (10) working days.
B. if the complaint is determined to be valid and the contractor has not addressed
the complaint in accordance with the construction contract, the contractor shall be
suspended from further program participation pending corrective action.
Page 230 of 923
DocuSign Envelope ID: 4DAD8C9F-C645-44E9-BA80-C401 BA0051 BC Jed Pursuant to the State Housing Initiatives Partnership SHIP Program
C. Corrective repair work through a different approved contractor may be initiated by
the SHIP Program Coordinator if any emergency or extremely hazardous conditions
exist or if the contractor fails to show good faith at correcting the problem within
the specified time limit.
D. If the complaint is not valid, the homeowner will be so notified in writing. Owners
are to be encouraged to contact the contractor directly in an attempt to resolve
construction concerns prior to contacting the City.
E. if a complaint relating to processing, policy, or procedures is received, the City staff
will respond in writing. The staff response will explain applicable policy when
necessary and specify corrective action if any is required.
F. Under the terms of the construction agreement, the City has the authority to
decide -a -I I -questions -re l ative-to-th e-i me rpretati-o n-ofa-ny-contract-d-c cu me nts-a n d
fulfillment of the construction contract as to the character, quality, amount and
value of any work and materials furnished under the contract. City decisions
regarding all claims, questions and disputes shall be final.
C. In the event that the need for arbitration should arise, the Department may use
the Construction Housing Inspector as an arbiter. The City's contracted Housing
Inspector is an impartial and neutral third party.
H. All disputes not resolved by program staff should be reported to Florida Housing
Finance Corporation for possible resolution before the move to arbitration. All
unsettled claims or disputes between the homeowner and the contractor arising
out of related to the work shall be submitted to arbitration under the laws
governed by the State of Florida. Notice of the demand for arbitration shall be filed
in writing with the other party to this agreement, and shall be made within a
reasonable time after a dispute has arisen.
X. Project Closeout. Once project checklist is completed, final inspections are conducted
by the Building Department and the City's housing inspector, the final draw request will be
reviewed.
A. The contractor must provide all warranties, the Contractor's Final Payment
Affidavit and final unconditional releases of lien from all contractors,
subcontractors and suppliers before the payment is processed. Any and all
extended warranties beyond one year shall be provided to the homeowner at the
completion of the contract.
B. If the contractor fails to respond to and remedy a warranty issue, they will be
disqualified from the program for one year and must reimburse the Department
for any work contracted to and correct the warranted work.
C. If the contractor fails to reimburse the City for work covered under the
Contractor's warranty, the contractor will be peen -tat` n-1.1 removed fin)m the
Page 231 of 923
DocuSign Envelope ID: 4DAD8C9F-C645-44E9-BA80-C401 BA0051 BC 1 . - , -. ...- . . , ..._ ...ded Pursuant to the state Housing Initiatives Partnership (SHIP) Program
-
Active Contractor List and will be reported to the Florida Department of Business
and Professional Regulation.
D. The project must meet property standards, as discussed in the pre -bid meeting and
in the contract. Final payment will include release of retainage.
X[. Vendor Performance. If, at any time during the project, the HCS finds that a
contractor fails to meet his/her obligations with the homeowner and/or the City, and
does not remedy the situation as stipulated by the HCS, the contractor will be removed
from the list and will be unvabie to parti6pate in the City's Housing Rehabilitation
Program, until resolution of any issue that caused the removal.
A. HCS staff will conduct an evaluation at the conclusion of each project which shall
be retained in the contractor's records. Prior to each award of a project, the
oll-owi-ng-sh-al-I-be-cionsider-ed—thl-ere-sh-a-Il-be-considered the fol-Iowing.
(1) The ability, capacity and skill of the bidder to perform the contract.
(2) Whether the bidder can perform the contract within the time specified,
without delay or interference.
(3) The character, integrity, reputation, judgment, experience and
efficiency of the bidder.
(4) The quality of performance of previous contracts.
(5) The previous and existing compliance by the bidder with laws and
ordinances relating to the contract.
Page 232 of 923
DocuSign Envelope I D: 4DAD8C9F-C645-44E9-BA80-C401 BA0051 BC
ATTACHMENT B
ADDENDA AND ITB SOLICITATION
WIbWI BE`dCH
C) Lq GI L -
4
I L- a-- d-1 E;
L] LW i-c--
ISO i5l L4G-* OG- UJ 4 G- Ur
so i5i oz; , � I
Lg�. I !�ljj 4� q
ba�,Fdn31!ALjv�q
LC,- a C) U a I A C,
Ir
bLCAS-Cj L*-CPUJ
rr I
1& 1:' C5 LLC) L E3
C,
C�!TA mill !aacic-
q � q p 1
-4- C)u sou tea-
b fa -
P!q C3LJ l,,Lc3i3I-E3LLJ
f -I qG
CCIUJIOIIra AACILK- 'Lc-- cl F1 10F, LJU C; u4Pa--
bILCkIC.-C.9 4jr
c Ck LJLJ LIJ trw Li C is, a
E3- LC-,Cl VICI! r-- EN 1: 1 C31 LJ IC=kL
a r, P W 14ra 5
DocuSign Envelope ID: 4DAD8C9F-C645-44E9-BA80-C401 BA0051 BC
Email:
3. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be
submitted to the Procurement Contact noted below. The Bid title/number shall be referenced on all
correspondence.
Procurement Contact.
William Garviso, CPPB
Telephone:
sn5-67.1-7onn X966sn
4. APPROVAL OF PREQUALIFIED STATUS. Following the review of applications, the
responsive, responsible bidder(s) meeting all terms and conditions of the ITB will be recommended
for award, as deemed in the best interest of the City, to the City Manager for his consideration.
After considering the staff recommendation for award, the City Manager shall exercise his due
diligence and recommend to the Mayor and City Commission the bid that the City Manager deems
to be in the best interest of the City. The City Commission shall consider the City Manager's
recommendation(s) and, may approve or reject the City Manager's recommendation(s). The City
Commission may also reject all bids received. In addition to the criteria established in the
application, pursuant to Section 2-369 of the City Code, the City may consider the following:
• The ability, capacity and skill of the bidder to perform the Contract.
• Whether the bidder can perform the Contract within the time specified, without delay
or interference.
• The character, integrity, reputation, judgment, experience and efficiency of the
bidder.
• The quality of performance of previous contracts.
• The previous and existing compliance by the bidder with laws and ordinances
relating to the Contract.
4.1 RENEWAL TERMS. The City Manager, at his sole discretion, may approve up to two
(2), one (1) year renewal terms, providing that the required certification is still valid.
5. ADDITIONAL PREQUALIFIED FIRMS TO BE ADDED TO POOL. At any time, the City, through
the approval of the City Manager, may accept applications and add additional firms to the list of
prequalified firms.
6. AWARDING WORK. When the need for services arises all prequalified contractors that are in
good standing may be invited to submit statements of work (SOW) and costs based on an
Invitation to Quote (ITQ) issued by the City. Each SOW prepared by the contractor shall include a
clear description of the work to be performed (with specific and timed deliverables) and the related
costs by deliverable. The City will select the prequalified contractor that offers the best combination
of services and cost, solely at the discretion of the City.
DocuSign Envelope ID: 4DAD8C9F-C645-44E9-BA80-C401 BA0051 BC
7. SERVICE DELIVERY EXPECTATIONS. The City places an emphasis on excellent customer
service delivery and expects the prequalified bidder to provide the best possible customer service
to any and all awarded projects throughout the term of the contract. The prequalified bidder's
project manager is responsible for monitoring the customer service provided to City by prequalified
bidder's staff, sales and support teams, and employing, as necessary, corrective measures, to
ensure that the prequalified bidder will provide and maintain the highest quality of customer service
possible during completion of the project(s). Project -specific deliverables and expectations shall be
defined on a project -by -project basis, as specified in each ITQ.
8. VOLUME OF WORK TO BE RECEIVED BY BIDDER. No promise of work is given, or
should be understood, as a result of a pre -qualification. The City reserves the right to
purchase any goods and/or services awarded from any resulting agreement, or another
governmental contract, or on an as -needed basis through the City's spot market purchase
provisions.
9. STANDARD TERMS AND CONDITIONS. The City's Standard Terms and Conditions for
Service Contracts (available at https://www.miamibeachfl.gov/city- hall/procurement/standard-
terms-and-conditions/) are referenced and incorporated herein.
10. BINDING AGREEMENT. By virtue of submitting an application for the City's consideration, the
bidder agrees that the application shall be considered an offer on the part of the bidder, which offer
shall be deemed accepted upon approval of bidder's prequalification status by City Manager or City
Commission. Further, bidder agrees that, upon approval of the bidder's application by the City
Manager or City Commission, a binding Agreement shall be established between the City and the
approved contractor. The Agreement shall be comprised of the following documents, and in the
following order:
First, the Purchase Order issued by the City; then,
Second, the signed Contractor Service Order; then,
Third, the Invitation to Quote (ITQ) awarded to the vendor; then,
Fourth the ITB, including all documents released in connection with the ITB,
including
all appendixes, whether included herein or released under separate cover.
In case of default on the part of the Successful Bidder, after said award, the City may take such
action as it deems appropriate, including legal action, for damages or specific performance.
WIVVVIBEVCH
DocuSign Envelope ID: 4DAD8C9F-C645-44E9-BA80-C401 BA0051 BC
Part A — General Bidder Information.
FIRM NAME:
NO. OF YEARS IN BUSINESS:
NO. OF YEARS IN BUSINESS
LOCALLY:
NO. OF EMPLOYEES:
OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS:
FIRM PRIMARY ADDRESS (HEADQUARTERS):
CITY:
STATE:
ZIP CODE:
TELEPHONE NO.:
TOLL FREE NO.:
FAX NO.:
FIRM LOCAL ADDRESS:
CITY:
STATE:
ZIP CODE:
PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT:
ACCOUNT REP TELEPHONE NO.:
ACCOUNT REP TOLL FREE NO.:
ACCOUNT REP EMAIL:
FEDERAL TAX IDENTIFICATION NO.:
APPLICANT FIRM IS:
CORPORATION / PARTNERSHIP / SOLE PROPRIETORSHIP / OTHER (If other,
specify:
Part B — Category of Work.
1. Provide license number and expiration on at least one of the following Miami -Dade County or State of
Florida licenses. Submit all that apply.
✓
Miami -Dade
License Type
License Number
License Expiration Date
General Contractor BLDG 0001
Building Contractor BLDG 0002
Residential Contractor BLDG 0003
✓
State of Florida
License
License Number
License Expiration Date
Certified Building Contractor
Certified General Contractor
Certified Residential Contractor
Registered Building Contractor
Registered General Contractor
Registered Residential Contractor
2 1 Contractor Prequalification Application
DocuSign Envelope ID: 4DAD8C9F-C645-44E9-BA80-C401 BA0051 BC
Part C — Operational & Management Information.
Submit the following documents:
a. Proof of a liability insurance policy, of at least $1,000,000 per occurrence and $2,000,000 aggregate,
issued by a firm with a Best's guide rating B+:VI or better, latest edition.
b. Proof of bonding capacity of at least $100,000.
c. Documentation regarding the company's Experience Modification Rate (EMR) for the last three (3) years,
if applicable.
2. Provide the names of each owner (stockholder, sole proprietor, and partner), director, or officer of
the company, below. Submit additional
Owner
names on a separate sheet if re uired.
Ownership percentage
Directorship/Office type
3. Provide three (3) residential renovation projects that the applicant has completed in the last five
Project Description of Work Project Reference
4. Has the applicant company's construction lic) been revoked during the last five (5) years?
71NO
0 YES
If yes, why?
5. Have any owners, directors, officers, or agents of the applicant company had a license revoked
during the last five (5) years?
= YES 0 NO
If yes, why?
3 1 Contractor Prequalification Application
DocuSign Envelope ID: 4DAD8C9F-C645-44E9-BA80-C401 BA0051 BC
6. Is the applicant company currently barred by a governmental agency, from bidding work as a prime
or subcontractor?
0 YES 0 NO
If yes, state debarment period and the reason(s) for debarment?
7. Has a surety completed, or paid for completion, of a project on behalf of the applicant company,
within the last five (5) years?
0 YES 0 NO
If yes, why?
8. Has the applicant company or any of its owners, directors, officers, or agents been convicted of
a crime or had a claim that was filed in a court and mediated or arbitrated during the last five (5)
years?
0 YES 0 NO
If yes, why?
9. Is an affiliate of the applicant company prequalified by the City of Miami Beach to bid on
construction work?
YES 0 NO
If yes, state the name of the affiliate?
10. Is the applicant company a parent, subsidiary, or holding company for another construction
company?
0 YES 0 NO
If the answer is "yes," identify the company and type of relationship(s), below:
Company Type of affiliation (parent or subsidiary) Period of affiliation
4 1 Contractor Prequalif!cation Application
DocuSign Envelope ID: 4DAD8C9F-C645-44E9-BA80-C401 BA0051 BC
11. Is an owner, director, officer, or agent of the a licant company affiliated with another company?
0 YES NO
If the answer is "yes," provide the following information for each individual and the affiliated company.
Individual"s name
Affiliated company's name
Period of
affiliation
Type of affiliation (e.g.
officer, director, owner or
employee)
12. Is the applicant company currently the debtor in a bankruptcy case or file for bankruptcy during the
last five (5) years?
0 YES 0 NO
If yes, explain and attach, as applicable, the relevant case and court documents, including (but not limited to):
the original petition, including the case number and the date that the petition was filed; a copy of the
bankruptcy court's discharge order, and any other document that ended the case, if no discharge order was
issued.
13. Has any owner, director, officer, or agent for the applicant company, or has any business
organization in which any such person was an owner, director, officer, or agent filed for or been
discharged in bankruptcy within the ast five (5) ears?
F7 YES NO
If yes, explain and attach a copy of the discharge order, order confirming plan and if a Corporate Chapter 7
case, a copy of the notice of commencement.
14. Has any owner, director, officer, or agent of the applicant company owned or managed a
construction company under an r name in the last five (5) years?
othe
YES 0 NO
If yes, explain.
51 Contractor Prequalification Application
DocuSign Envelope ID: 4DAD8C9F-C645-44E9-BA80-C401 BA0051 BC
15. Has the applicant company been assessed or paid liquidated damages on any project during the
past five (5) years, whether the project was publicl or privately owned?
YES NO
If yes, explain.
16. Are there currently any liens, suits, or judgments of record pending against any owner,
director, officer, or agent for the company that is related to construction activities of a business
organization?
0 YES = NO
If yes, explain.
17. Has the applicant company or any of its owners, officers, or partners ever been convicted
(criminal) or found liable (civil) for making either a false claim or material misrepresentation to any
public agency or entity?
If yes, explain.
18. Has the applicant company or any of its owners, officers, or partners ever been convicted
of any a federal or state crime?
0 YES 0 NO
If yes, explain.
19. Is any officer, director, employee or agent, or immediate family member (spouse, parent, sibling, and
child) of any officer, director, em to ee or agent, an employee of the City of Miami Beach?
YES 0 NO
If yes, state name, title and share of ownershi
Name Title Share (%) of Ownership
61 Contractor Prequalification Application
DocuSign Envelope ID: 4DAD8C9F-C645-44E9-BA80-C401 BA0051 BC
20. Has the applicant, or any officer, director, employee or agent, contributed to the campaign either
directly or indirectly, of a candidate who has been elected to the office of Mayor or City
Commissioner for the City of Miami Beach?
0 YES 0 NO
If yes, provide details.
21. Pursuant to City Resolution No.2000-23879, each person or entity that seeks to do business with the
City shall adopt a Code of Business Ethics ("Code"). Does the applicant maintain a corporate code
of business ethics?
0 YES 0 NO
21a. If yes, attach. If no, will the applicant accept the City's code of ethics (available at available at
http://www.miamibeachfi.gov/city-hall/procurement/procurement-related-ordinance-and-
procedures)?
0 YES 0 NO
22. Pursuant to City Ordinance No.2016-3990, the City shall not enter into a contract with a business
unless the business represents that it does not and will not engage in a boycott as defined in
Section 2-375(a) of the City Code, including the blacklisting, divesting from, or otherwise refusing to
deal with a person or entity when such action is based on race, color, national origin, religion, sex,
intersexuality, gender identity, sexual orientation, marital or familial status, age or disability. Does
the applicant agree to be com with this prohibition?
II YES 0 NO
23. Is the applicant a small business concern owned and controlled by a veteran(s) (certified by the
State of Florida Department of Management Services or a service -disabled veteran business
enterprise (certified by the United States Department of Veterans Affairs).
0 YES 0 NO
Certifying Agency Certification Type
24. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. Purchases
hereunder are subject to the requirements of Equal Benefits for Domestic Partners Ordinance 2005-3494 that
requires suppliers with more than 51 employees and City volume greater than $100,000 to provide "Equal
Benefits" to their employees with domestic partners, as they provide to employees with spouses. The Ordinance
applies to all employees of a supplier who works within the City limits of the City of Miami Beach, Florida; and
the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are
directly performing work on the contract within the City of Miami Beach.
A. Does the applicant provide or offer access to any benefits to employees with spouses or to spouses of
employees?
0 YES 0 NO
7 1 Contractor Prequalification Application
DocuSign Envelope ID: 4DAD8C9F-C645-44E9-BA80-C401 BA0051 BC
B. Does your company provide or offer access to any benefits to employees with (same or opposite sex)
domestic partners` or to domestic partners of eMeNO
s?
0 YES
C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not
already specified. Note: some benefits are provided to employees because they have a spouse or domestic
partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such
as medical insurance.
BENEFIT
Firm Provides for
Employees with
Spouses
Firm Provides for
Employees with
Domestic Partners
Firm does not
Provide Benefit
Health
Sick Leave
Family Medical Leave
Bereavement Leave
25. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant
to Resolution 2016-29375, the City of Miami Beach, Florida prohibits the purchase of goods or services sourced in North
Carolina and Mississippi. Are any of the products for which the applicant is seeking to be prequalified sourced in North
Carolina or Mississippi?
0 YES 0 NO
If yes, explain.
APPLICANT AFFIDAVIT
The undersigned agrees that s/he: 1) is a principal of the applicant duly authorized to execute the foregoing
Contractor Prequalification Certification Application, and that the contents of said document(s) are complete, true,
and correct to the best of his/her knowledge and belief; 2) s/ certifies that the application and supporting
documents include all of the material information necessary to validate the status of the company for
prequalification purposes; 3) s/ shall notify the Procurement Department within fifteen (15) days and provide a
notarized statement whenever a change occurs in the ownership, management, or financial condition of
the company. Further, any prequalification applicant, including its principal(s), director(s), and any affiliate,
who is a party to any misrepresentation to obtain business or contracts with the City of Miami Beach shall be
declared delinquent and have its certificate suspended or revoked and will be subject to debarment and any
other penalties prescribed by law.
The undersigned affirms that the applicant agrees: 1) to complete and unconditional acceptance of the terms and
conditions of this document, inclusive of attachments, exhibits and appendices and the contents of any Addenda
released hereto; 2) that it has not colluded, nor will collude, with any other applicant; 3) that all information
contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records
Laws; 4) that all responses, data and information contained in the proposal are true and accurate.
Name: Title (must be a principal of the applicant):
Signature: Date:
8 1 Contractor Prequalification Application
DocuSign Envelope I D: 4DAD8C9F-C645-44E9-BA80-C401 BA0051 BC
ATTACHMENT C
SUNBIZ & PROPOSAL RESPONSE TO ITB
DocuSign Envelope ID: 4DAD8C9F-C645-44E9-BA80-C401 BA0051 BC
DIVISION OF CORPORATIONS
F 1�J!'f1 iNUri f f
fin affirud 3eurr of 1% ida wrbsirr
Department of State / Division of Corporations / Search Records / Search by Entity Name /
Detail by Entity Name
Florida Limited Liability Company
CONENGINEERS BUILDERS
LLC
Filing Information
Document Number
L16000008260
FEI/EIN Number
81-1193566
Date Filed
01/05/2016
State
FL
Status
ACTIVE
Principal Address
1930 N Commerce Pkwy
Suite 1
Weston, FL 33326
Changed: 01 /22/2020
Mailing Address
1930 N Commerce Pkwy
Suite 1
Weston, FL 33326
Changed: 01 /22/2020
Registered Agent Name & Address
OCAMPO, JAIME
1930 N Commerce Pkwy
Suite 1
Weston, FL 33326
Address Changed: 01/22/2020
Authorized Person(s) Detail
Name & Address
Title AMBR
OCAMPO, JAIME
1930 N Commerce Pkwy
Suite 1
Weston, FL 33326
DocuSign Envelope ID: 4DAD8C9F-C645-44E9-BA80-C401 BA0051 BC
Title MGR
OCAMPO, JAIME
1930 N Commerce Pkwy
Suite 1
Weston, FL 33326
Title AMBR
NAVARRO, BERTHA L
1930 N Commerce Pkwy
Suite 1
Weston, FL 33326
Annual Reports
Report Year
Filed Date
2020
01 /22/2020
2021
01 /13/2021
2022
04/15/2022
Document Images
04/15/2022 -- ANNUAL REPORT View image in PDF format
01/13/2021 --ANNUAL REPORT View image in PDF format
01/22/2020 --ANNUAL REPORT View image in PDF format
04/30/2019 -- ANNUAL REPORT View image in PDF format
04/26/2018 -- ANNUAL REPORT View image in PDF format
03/21/2017 -- ANNUAL REPORT View image in PDF format
01/05/2016 -- Florida Limited Liability View image in PDF format
Florida Department of State, Division of Corporations
DocuSign Envelope ID: 4DAD8C9F-C645-44E9-BA80-C401BA0051BCv y of Miami Beach Bid 2020-101-WG
Bid 2020-101-WG
Contractor Pre -qualification Application For State Housing Initiatives (SHIP)
Bid Number 2020-101-WG
Bid Title Contractor Pre -qualification Application For State Housing Initiatives (SHIP)
Bid Start Date Sep 11, 202010:40:02 AM EDT
Bid End Date Sep 10, 2021 3:00:00 PM EDT
Bid Contact WILLIAM GARVISO
305-673-7490
WILLIAMGARVISO@MIAMIBEACH FL.GOV
Description
PURPOSE & BACKGROUND. On January 17, 2018, the Mayor and City Commission adopted a policy governing the selection of contractors
for construction projects awarded by the City pursuant to the (SHIP) Program. Approving and authorizing the Administration to issue an
Invitation to Bid (ITB), at the a minimum, once a year, in order to establish and maintain a pool of qualified contractors; and authorizing the City
Manager to approve bids and execute agreements with the pre -qualified contractors for project award limit authorized by the City's Local
Housing Assistance Plan.
This Invitation to Bid (ITB) is issued by the City of Miami Beach, Florida (the "City"), as the means for interested parties to submit applications for
the City's consideration in establishing a pool of pre -qualified contractors for future competition of rehabilitation projects in accordance with the
State Housing Initiatives Partnership Program (SHIP) Program, which shall ensure homeowners have access to qualified contractors for all
owner —occupied repairs; ensure that projects are awarded in competitive manner that maximizes available funds; ensure homeowners have a
platform for performance evaluation of contractors; ensure contractors have a clear guideline to complete the work and receive timely
payments; ensure vendors comply with the Building Department, Code Compliance and insurance requirements All work to be completed
pursuant to Florida State Statute 420.907-420.9079, State Housing Initiatives Partnership (SHIP) Act, and Rule Chapter 67-37
9/11/2020 8:42 AM p. 2
WIbWI BE`dCH
C) Lq GI L -
4
I L- a-- d-1 E;
L] LW i-c--
ISO i5l L4G-* OG- UJ 4 G- Ur
so i5i oz; , � I
Lg�. I !�ljj 4� q
ba�,Fdn31!ALjv�q
LC,- a C) U a I A C,
Ir
bLCAS-Cj L*-CPUJ
rr I
1& 1:' C5 LLC) L E3
C,
C�!TA mill !aacic-
q � q p 1
-4- C)u sou tea-
b fa -
P!q C3LJ l,,Lc3i3I-E3LLJ
f -I qG
CCIUJIOIIra AACILK- 'Lc-- cl F1 10F, LJU C; u4Pa--
bILCkIC.-C.9 4jr
c Ck LJLJ LIJ trw Li C is, a
E3- LC-,Cl VICI! r-- EN 1: 1 C31 LJ IC=kL
a r, P W 14ra 5
DocuSign Envelope ID: 4DAD8C9F-C645-44E9-BA80-C401BA0051BCv y of Miami Beach
Bid 2020-101-WG
Email:
3. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be
submitted to the Procurement Contact noted below. The Bid title/number shall be referenced on all
correspondence.
Procurement Contact.
William Garviso, CPPB
Telephone:
sn5-67.1-7onn X966sn
4. APPROVAL OF PREQUALIFIED STATUS. Following the review of applications, the
responsive, responsible bidder(s) meeting all terms and conditions of the ITB will be recommended
for award, as deemed in the best interest of the City, to the City Manager for his consideration.
After considering the staff recommendation for award, the City Manager shall exercise his due
diligence and recommend to the Mayor and City Commission the bid that the City Manager deems
to be in the best interest of the City. The City Commission shall consider the City Manager's
recommendation(s) and, may approve or reject the City Manager's recommendation(s). The City
Commission may also reject all bids received. In addition to the criteria established in the
application, pursuant to Section 2-369 of the City Code, the City may consider the following:
• The ability, capacity and skill of the bidder to perform the Contract.
• Whether the bidder can perform the Contract within the time specified, without delay
or interference.
• The character, integrity, reputation, judgment, experience and efficiency of the
bidder.
• The quality of performance of previous contracts.
• The previous and existing compliance by the bidder with laws and ordinances
relating to the Contract.
4.1 RENEWAL TERMS. The City Manager, at his sole discretion, may approve up to two
(2), one (1) year renewal terms, providing that the required certification is still valid.
5. ADDITIONAL PREQUALIFIED FIRMS TO BE ADDED TO POOL. At any time, the City, through
the approval of the City Manager, may accept applications and add additional firms to the list of
prequalified firms.
On March 18, 2020, an initial pool of pre -qualified contractors was awarded pursuant to the
referenced SHIP Policy. The initial term of the Invitation to Bid is March 18, 2020 through March
17, 2023. Contract expiration dates for Contractors added after the initial award will be
coterminous with the initial pool of pre -qualified contractors.
6. AWARDING WORK. When the need for services arises all prequalified contractors that are in
good standing may be invited to submit statements of work (SOW) and costs based on an
Invitation to Quote (ITQ) issued by the City. Each SOW prepared by the contractor shall include a
clear description of the work to be performed (with specific and timed deliverables) and the related
costs by deliverable. The City will select the prequalified contractor that offers the best combination
of services and cost, solely at the discretion of the City.
9/11/2020 8:42 AM p. 5
DocuSign Envelope ID: 4DAD8C9F-C645-44E9-BA80-C401 BA0051 BC v y of Miami Beach
Bid 2020-101-WG
7. SERVICE DELIVERY EXPECTATIONS. The City places an emphasis on excellent customer
service delivery and expects the prequalified bidder to provide the best possible customer service
to any and all awarded projects throughout the term of the contract. The prequalified bidder's
project manager is responsible for monitoring the customer service provided to City by prequalified
bidder's staff, sales and support teams, and employing, as necessary, corrective measures, to
ensure that the prequalified bidder will provide and maintain the highest quality of customer service
possible during completion of the project(s). Project -specific deliverables and expectations shall be
defined on a project -by -project basis, as specified in each ITQ.
8. VOLUME OF WORK TO BE RECEIVED BY BIDDER. No promise of work is given, or
should be understood, as a result of a pre -qualification. The City reserves the right to
purchase any goods and/or services awarded from any resulting agreement, or another
governmental contract, or on an as -needed basis through the City's spot market purchase
provisions.
9. STANDARD TERMS AND CONDITIONS. The City's Standard Terms and Conditions for
Service Contracts (available at https://www.miamibeachfl.gov/city- hall/procurement/standard-
terms-and-conditions/) are referenced and incorporated herein.
10. BINDING AGREEMENT. By virtue of submitting an application for the City's consideration, the
bidder agrees that the application shall be considered an offer on the part of the bidder, which offer
shall be deemed accepted upon approval of bidder's prequalification status by City Manager or City
Commission. Further, bidder agrees that, upon approval of the bidder's application by the City
Manager or City Commission, a binding Agreement shall be established between the City and the
approved contractor. The Agreement shall be comprised of the following documents, and in the
following order:
First, the Purchase Order issued by the City; then,
Second, the signed Contractor Service Order; then,
Third, the Invitation to Quote (ITQ) awarded to the vendor; then,
Fourth the ITB, including all documents released in connection with the ITB,
including
all appendixes, whether included herein or released under separate cover.
In case of default on the part of the Successful Bidder, after said award, the City may take such
action as it deems appropriate, including legal action, for damages or specific performance.
9/11/2020 8:42 AM p. 6
WIVVVIBEVCH
DocuSign Envelope ID: 4DAD8C9F-C645-44E9-BA80-C401 BA0051 BC v y of Miami Beach
Bid 2020-101-WG
Part A — General Bidder Information.
FIRM NAME: Conengineers Builders LLC
NO. OF YEARS IN BUSINESS: 5
NO. OF YEARS IN BUSINESS 5
NO. OF EMPLOYEES: 9
LOCALLY:
OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS: N/A
FIRM PRIMARY ADDRESS (HEADQUARTERS): 1930 N Commerce Pkwy, Suite 1
CITY:
Weston
STATE: Florida
ZIP CODE: 33326
TELEPHONE NO.: 754.216.4163
TOLL FREE NO.:
None
FAX NO.: None
FIRM LOCAL ADDRESS: 1930 North Commerce Parkway, Suite 1
CITY: Weston
STATE: Florida
ZIP CODE: 33326
PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: Jaime Ocampo
ACCOUNT REP TELEPHONE NO.: 954.849.7322
ACCOUNT REP TOLL FREE NO.: None
ACCOUNT REP EMAIL: info@conengineers.com
FEDERAL TAX IDENTIFICATION NO.:
81-1193566
APPLICANT FIRM IS:
CORPORATION / X PARTNERSHIP / SOLE PROPRIETORSHIP / OTHER (If other,
specify:
Part B — Category of Work.
1. Provide license number and expiration on at least one of the following Miami -Dade County or State of
Florida licenses. Submit all that apply.
✓
Miami -Dade
License Type
License Number
License Expiration Date
General Contractor BLDG 0001
Building Contractor BLDG 0002
Residential Contractor BLDG 0003
✓
State of Florida
License
License Number
License Expiration Date
Certified Building Contractor
V
Certified General Contractor
GCG 1509840
08/31 /2022
Certified Residential Contractor
Registered Building Contractor
V
Registered General Contractor
GCG1509840
08/31/2022
Registered Residential Contractor
2 i Contractor Prequalification Application
9/11/2020 8:42 AM P. 9
DocuSign Envelope ID: 4DAD8C9F-C645-44E9-BA80-C401BA0051BCv y of Miami Beach Bid 2020-101-WG
Part C — Operational & Management Information.
1. Submit the following documents:
a. Proof of a liability insurance policy, of at least $1,000,000 per occurrence and $2,000,000 aggregate,
issued by a firm with a Best's guide rating B+:VI or better, latest edition.
b. Proof of bonding capacity of at least $100,000.
c. Documentation regarding the company's Experience Modification Rate (EMR) for the last three (3) years,
if applicable.
2. Provide the names of each owner (stockholder, sole proprietor, and partner), director, or officer of
the company, below. Submit additional names on a separate sheet if required.
Owner Ownership percentage Directorship/Office type
Bertha Lucia Navarro 51 % Vice Precident
Jaime Ocampo 49% CEO/President
3. Provide three (3) residential renovation projects that the applicant has completed in the last five
(5) vears.
Project
Description of Work
Project Reference
Residential Renovation - 2019
Renovation, as follows:
Name: Carlos Montoya
Roof Replacement/Repairs,
Email: carlos.montoya@clinisanitas.com
bathrooms, Kitchen, Floors, Wall Painting
carlos.montoya@mysanitas.com
Telephone: 786-930-9970
Residential Renovation - 2018
38k Renovation, as follows:
Name: Mauricio Polania
10951 NW 12th Place
Floors, Ceilings, Boards,
Stairway,maur
Painting, Kitchen, Bathrooms
Email: icio
mauriciopolanial@gmaii.com
P @gmail.com
Plantation, FL 33322
Telephone: 954- 50-9700
Residential Renovation/Addition
$70k Addition, as follows:
Name: Rodrigo Rios
2017
Build -out including Drywall, Floors, Painting
Email:
Ceilings, Doors, Bathrooms
rodrigorios128@gmail.com
Telephone: 954-802-2987
4. Has the applicant company's construction license s) been revoked during the last five (5) years?
0 YES �/ NO
If yes, why?
5. Have any owners, directors, officers, or agents of the applicant company had a I ice nse revoked
during the last five (5) years?
= YES F NO
If yes, why?
3 I Contractor Prequalification Application
9/11/2020 8:42 AM P. 10
DocuSign Envelope ID: 4DAD8C9F-C645-44E9-BA80-C401 BA0051 BC v y of Miami Beach
Bid 2020-101-WG
6. Is the applicant company currently barred by a governmental agency, from bidding work as a prime
or subcontractor?
0 YES 0 NO
If yes, state debarment period and the reason(s) for debarment?
7. Has a surety completed, or paid for completion, of a project on behalf of the applicant company,
within the last five (5) years?
0 YES 0 NO
If yes, why?
8. Has the applicant company or any of its owners, directors, officers, or agents been convicted of
a crime or had a claim that was filed in a court and mediated or arbitrated during the last five (5)
years?
0 YES 0 NO
If yes, why?
9. Is an affiliate of the applicant company prequalified by the City of Miami Beach to bid on
construction work?
= YES 0 NO
If yes, state the name of the affiliate?
10. Is the applicant company a parent, subsidiary, or holding company for another construction
company?
0 YES 0 NO
If the answer is "yes," identify the company and type of relationship(s), below:
Company Type of affiliation (parent or subsidiary) Period of affiliation
4 i Contractor Prequalification Application
9/11/2020 8:42 AM P. 11
DocuSign Envelope ID: 4DAD8C9F-C645-44E9-BA80-C401 BA0051 BC v y of Miami Beach
Bid 2020-101-WG
11. Is an owner, director, officer, or agent of the a licant company affiliated with another company?
0 YES NO
If the answer is "yes," provide the following information for each individual and the affiliated company.
Individual"s name
Affiliated company's name
Period of
affiliation
Type of affiliation (e.g.
officer, director, owner or
employee)
Jaime Ocampo Momentum
Home Renovations
LLC 1 Yr
Owner
Berta Navarro M
mentum Home Renovations
LLC 1 Yr
Owner
12. Is the applicant company currently the debtor in a bankruptcy case or file for bankruptcy during the
last five (5) years?
0 YES 0 NO
If yes, explain and attach, as applicable, the relevant case and court documents, including (but not limited to):
the original petition, including the case number and the date that the petition was filed; a copy of the
bankruptcy court's discharge order, and any other document that ended the case, if no discharge order was
issued.
13. Has any owner, director, officer, or agent for the applicant company, or has any business
organization in which any such person was an owner, director, officer, or agent filed for or been
discharged in bankruptcy within the ast five (5) ears?
F7 YES NO
If yes, explain and attach a copy of the discharge order, order confirming plan and if a Corporate Chapter 7
case, a copy of the notice of commencement.
14. Has any owner, director, officer, or agent of the applicant company owned or managed a
construction company under any other name in the last five (5) years?
0 YES 0 NO
If yes, explain.
51 Contractor Prequalification Application
9/11/2020 8:42 AM p. 12
DocuSign Envelope ID: 4DAD8C9F-C645-44E9-BA80-C401 BA0051 BC v y of Miami Beach
Bid 2020-101-WG
15. Has the applicant company been assessed or paid liquidated damages on any project during the
past five (5) years, whether the ro'ect was publiclyor privately owned?
77 YES NO
If yes, explain.
16. Are there currently any liens, suits, or judgments of record pending against any owner,
director, officer, or agent for the company that is related to construction activities of a business
organization?
0 YES 0 NO
If yes, explain.
17. Has the applicant company or any of its owners, officers, or partners ever been convicted
(criminal) or found liable (civil) for making either a false claim or material misrepresentation to any
public agency or entity?
If yes, explain.
18. Has the applicant company or any of its owners, officers, or partners ever been convicted
of any a federal or state crime?
0 YES F-\,"] NO
If yes, explain.
19. Is any officer, director, employee or agent, or immediate family member (spouse, parent, sibling, and
child) of any officer, director, em to ee or agent, an employee of the City of Miami Beach?
YES 0 NO
If yes, state name, title and share of ownershi
Name Title Share (%) of Ownership
61 Contractor Prequalification Application
9/11/2020 8:42 AM p. 13
DocuSign Envelope ID: 4DAD8C9F-C645-44E9-BA80-C401 BA0051 BC v y of Miami Beach
Bid 2020-101-WG
20. Has the applicant, or any officer, director, employee or agent, contributed to the campaign either
directly or indirectly, of a candidate who has been elected to the office of Mayor or City
Commissioner for the City of Miami Beach?
0 YES 0 NO
If yes, provide details.
21. Pursuant to City Resolution No.2000-23879, each person or entity that seeks to do business with the
City shall adopt a Code of Business Ethics ("Code"). Does the applicant maintain a corporate code
of business ethics?
0 YES F_V] NO
21a. If yes, attach. If no, will the applicant accept the City's code of ethics (available at available at
http://www.miamibeachfi.gov/city-hall/procurement/procurement-related-ordinance-and-
procedures)?
YES 0 NO
22. Pursuant to City Ordinance No.2016-3990, the City shall not enter into a contract with a business
unless the business represents that it does not and will not engage in a boycott as defined in
Section 2-375(a) of the City Code, including the blacklisting, divesting from, or otherwise refusing to
deal with a person or entity when such action is based on race, color, national origin, religion, sex,
intersexuality, gender identity, sexual orientation, marital or familial status, age or disability. Does
the applicant agree to be com I with this prohibition?
YES 0 NO
23. Is the applicant a small business concern owned and controlled by a veteran(s) (certified by the
State of Florida Department of Management Services or a service -disabled veteran business
enterprise (certified by the United States Department of Veterans Affairs).
0 YES F_;7] NO
Certifying Agency Certification Type
24. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. Purchases
hereunder are subject to the requirements of Equal Benefits for Domestic Partners Ordinance 2005-3494 that
requires suppliers with more than 51 employees and City volume greater than $100,000 to provide "Equal
Benefits" to their employees with domestic partners, as they provide to employees with spouses. The Ordinance
applies to all employees of a supplier who works within the City limits of the City of Miami Beach, Florida; and
the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are
directly performing work on the contract within the City of Miami Beach.
A. Does the applicant provide or offer access to any benefits to employees with spouses or to spouses of
employees?
0 YES F-V'] NO
7 I Contractor Prequalification Application
9/11/2020 8:42 AM p. 14
DocuSign Envelope ID: 4DAD8C9F-C645-44E9-BA80-C401BA0051BC if Miami Beach
Bid 2020-101-WG
B. Does your company provide or offer access to any benefits to employees with (same or opposite sex)
domestic partners' or to domestic partners of erTLoyees?
= YES NO
C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not
already specified. Note: some benefits are provided to employees because they have a spouse or domestic
partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such
as medical insurance.
BENEFIT
Firm Provides for
Employees with
Souses
Firm Provides for
Employees with
Domestic Partners
Firm does not
Provide Benefit
Health
No
No
Yes
Sick Leave
No
No
Yes
Family Medical Leave
No
No
Yes
Bereavement Leave
No
No
Yes
25. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant
to Resolution 2016-29375, the City of Miami Beach, Florida prohibits the purchase of goods or services soured in North
Carolina and Mississippi. Are any of the products for which the applicant is seeking to be prequalified soured in North
Carolina or Mississippi?
YES 0 NO
If yes, explain.
The undersigned agrees that s/he: 1) is a principal of the applicant duly authorized to execute the foregoing
Contractor Prequalification Certification Application, and that the contents of said document(s) are complete, true,
and correct to the best of his/her knowledge and belief; 2) s/ certifies that the application and supporting
documents include all of the material information necessary to validate the status of the company for
prequalification purposes; 3) s/ shall notify the Procurement Department within fifteen (15) days and provide a
notarized statement whenever a change occurs in the ownership, management, or financial condition of
the company. Further, any prequalification applicant, including its principal(s), director(s), and any affiliate,
who is a party to any misrepresentation to obtain business or contracts with the City of Miami Beach shall be
declared delinquent and have its certificate suspended or revoked and will be subject to debarment and any
other penalties prescribed by law.
The undersigned affirms that the applicant agrees: 1) to complete and unconditional acceptance of the terms and
conditions of this document, inclusive of attachments, exhibits and appendices and the contents of any Addenda
released hereto; 2) that it has not colluded, nor will collude, with any other applicant; 3) that all information
contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records
Laws; 4) that all responses, data and information contained in the proposal are true and accurate.
Name:
Jaime Ocam o
Title (must be a principal of the applicant);
President - CEO
Signature: /f
Date: 09/10/2021
in
8 1 Contractor Prequaiification Application
9/11 /2020 8:42 AM P. 15
DocuSign Envelope ID: 4DAD8C9F-C645-44E9-BA80-C401 BA0051 BC v y of Miami Beach
Bid 2020-101-WG
Question and Answers for Bid #2020-101-WG - Contractor Pre -qualification Application For
State Housing Initiatives (SHIP)
There are no questions associated with this bid.
9/11/2020 8:42 AM p. 16