Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
20-101-11 Poinciana Development Group, Inc. Fully Executed 8-1-2022
DocuSign Envelope ID: 4DAD8C9F-C645-44E9-BA80-C401 BA0051 BC CONTRACT NO. 20-101-11 MIAMSEACH City of Miami Beach, 1755 Meridian Avenue, 311 Floor, Miami Beach, Florida 33139, www.miamibeachfi.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490, Fax: 786-394-4235 SENT VIA E-MAIL TO: IforrestCcDpdgroup.biz July 29, 2022 Poinciana Development Group, Inc. Linda Forrest 1600 NW 3 Ave. # D51 Miami, FL 33136 Ph. 305-469-5806 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 Ms. Forrest: Poinciana Development Group, Inc. (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(c�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(a-miamibeachfI.gov or (305) 673-7000 ext. 26182. Sincerely, EA DocuSigned by: IZK Ups 9207E7A769EE4CD.., Alex Denis Director Procurement Department DS DS 4 KB ME We are committed to providing excellent public service and safely 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 names on a separate sheet if required. Owner Ownership percentage Directorship/Office type 3. Provide three (3) residential renovation projects that the applicant has completed in the last five �5) years. 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 I icense 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 Prequalification 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 any other name in the last five (5) years? 0 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 = 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 Detail by FEI/EIN Number DMISION OF CORPORQrIONS ]WI wirial -311ny of Flier,,; Department of State / Division of Corporations / Search Records / Search by FEI/EIN Number / Detail by FEI/EIN Number Florida Profit Corporation POINCIANA DEVELOPMENT GROUP, INC. Filing Information Document Number P00000092447 FEI/EIN Number 65-1046450 Date Filed 09/28/2000 State FL Status ACTIVE Principal Address 1600 NW 3 Ave Building D #51 MIAMI, FL 33136 Changed: 04/19/2016 Mailing Address 250 95th Street 6228 Surfside, FL 33154 Changed: 04/28/2021 Registered Agent Name & Address Merrill, Keith J 7901 SW 67 Ave Suite 206 Miami, FL 33143 Name Changed: 04/19/2016 Address Changed: 04/19/2016 Officer/Director Detail Name & Address Title PSTD FORREST, LINDA 250 95th Street #6228 Surfside, FL 33154 search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNumber&directionType=Initial&searchNameOrder=651046450P0000... 1 /2 DocuSign Envelope ID: 4DAD8C9F-C645-44E9-BA80-C401 BA0051 BC Annual Reports Detail by FEI/EIN Number Report Year Filed Date 2019 04/08/2019 2020 05/15/2020 2021 04/28/2021 Document Images 04/28/2021 --ANNUAL REPORT View image in PDF format 05/15/2020 -- ANNUAL REPORT View image in PDF format 04/08/2019 -- ANNUAL REPORT View image in PDF format 01/17/2018 --ANNUAL REPORT View image in PDF format 02/08/2017 -- ANNUAL REPORT View image in PDF format 04/19/2016 -- ANNUAL REPORT View image in PDF format 04/22/2015 -- ANNUAL REPORT View image in PDF format 04/23/2014 -- ANNUAL REPORT View image in PDF format 04/19/2013 -- ANNUAL REPORT View image in PDF format 04/30/2012 -- ANNUAL REPORT View image in PDF format 02/05/2011 --ANNUAL REPORT View image in PDF format 04/10/2010 --ANNUAL REPORT View image in PDF format 03/13/2009 -- ANNUAL REPORT View image in PDF format 04/29/2008 -- ANNUAL REPORT View image in PDF format 01/26/2007 -- ANNUAL REPORT View image in PDF format 04/04/2006 -- ANNUAL REPORT View image in PDF format 04/28/2005 -- ANNUAL REPORT View image in PDF format 04/07/2005 -- ANNUAL REPORT View image in PDF format 09/20/2004 -- ANNUAL REPORT View image in PDF format 01/27/2004 -- ANNUAL REPORT View image in PDF format 03/07/2003 -- ANNUAL REPORT View image in PDF format 05/05/2002 -- ANNUAL REPORT View image in PDF format 09/12/2001 --ANNUAL REPORT View image in PDF format 09/28/2000 -- Domestic Profit View image in PDF format Florida Department of State, Division of Corporations search.sunbiz.org/Inquiry/CorporationSearch/Search ResultDetaiI?inq uirytype=FeiNumber&directionType=Initial&searchNameOrder=651046450P0000... 2/2 WIVVVIBEVCH DocuSign Envelope ID: 4DAD8C9F-C645-44E9-BA80-C401 BA0051 BC Part A — General Bidder Information. FIRM NAME: POINCIANA DEVELOPMENT GROUP INC NO. OF YEARS IN BUSINESS: 21 NO. OF YEARS IN BUSINESS LOCALLY: 21 NO. OF EMPLOYEES: 5 OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS (HEADQUARTERS): 1600 NW 3 AV # D51 CITY: MIAMI STATE: FL ZIP CODE: 33136 TELEPHONE No.: 305-469-5806 TOLL FREE NO.: FAX NO.: FIRM LOCAL ADDRESS: SAME AS ABOVE CITY: STATE: ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: LINDA FORREST ACCOUNT REP TELEPHONE NO.: 305-469-5806 ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: LFORREST@PDGROUP.BIZ FEDERAL TAX IDENTIFICATION NO.: 65-1046450 APPLICANT FIRM IS: XX 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 XX Certified General Contractor CGC049650 8/21/2022 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 names on a separate sheet if required. Owner Ownership percentage Directorship/Office type LINDA FORREST 100% PRESIDENT I 3. Provide three (3) residential renovation projects that the applicant has completed in the last five (5) years. Project Description of Work Project Reference 8030 NOREMAC AV MIAMI BEACH FL UPGRADE ALL BATHS, KITCHEN Name: AL TOWNSEL ELECTRICAL, HVAC & PLUMBING Email:ALTOWNSEL@ALTOWNSELINC.COM DRIVEWAY Telephone:305-467-1951 577 NW 120 ST MIAMI FL 33168 RENOVATION OF HISTORICAL HOME Name: EBER OROZ ELECTRICAL, HVAC, WINDOWS & DOORS Email: eberoroz@gmail.com PLUMBING, SWIMMING POOL, FLOORING STAIRS Telephone: 786-999-4720 Palm Beach County Housing ROOF &HVAC REPLACMENT Name: Aundra Lowe Emergency Repair - CARES ACT 2020 Email: alowe@pbc.org 20292 Ocean Key Dr, Boca Raton FI Telephone: 561-233-3614 4. Has the applicant company's construction license s) been revoked during the last five (5) years? 0 YES I XX I 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 XX 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 XX 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 XX 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 F-)CX-J 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 XX 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 XX 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 Prequalification Application DocuSign Envelope ID: 4DAD8C9F-C645-44E9-BA80-C401 BA0051 BC 11. Is an owner, director, officer, or agent of the applicant company affiliated with another company? 0 YES F7X7 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 XX 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? YES FX-X7 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 XX 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 publicT rivately 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 DX] 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? NO 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 XX 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 XX 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 XX 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_XXJ 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)? XX 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 con I with this prohibition? XX I YES = 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_XXJ 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 _XX7 NO 7 1 Contractor Prequalification Application DocuSign Envelope ID: 4DAD8C9F-C645-44E9-BA80-C401 BA0051 BC ACORl7" CERTIFICATE OF LIABILITY INSURANCE 106/18/2021 DATDIYYYY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: PHONE 954 956-0006 FAX 954 956-0555 REEL INSURANCE AGENCY DBA EA -MIL REELINSURANCE YAHOO.COM COVER ALL INSURANCE INSURERS AFFORDING COVERAGE NAIC # 5800 W ATLANTIC BLVD INSURER A: WESTERN WORLD INSURANCE COMPANY MARGATE, FL 33063 INSURED INSURERB: PROGRESSIVE EXPRESS INSURANCE CO INSURER C : STATE NATIONAL INSURANCE COMPANY POINCIANA DEVELOPMENT GROUP INC INSURER D : 1600 NW 3RD AVE #D51 INSURER E : MIAMI FL 33136 INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF MM DD W POLICY EXP MM DD YY LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE FX1 OCCUR NPP8776761 04/02/2021 04/02/2022 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PREM'S$ 100,000 MED EXP (Any oneperson) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 FGEN'L AGGREGATE LIMIT APPLIES PER: X POLICY1:1 PRO JECT ❑ LOC OTHER: GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ INCLUDED $ B AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS NON -OWNED HIRED AUTOS AUTOS 03220811-0 01/28/2021 01/28/2022 COMBINED SINGLE LIMIT (Ea acc dent) $ BODILY INJURY (Per person) $ 10,000 BODILY INJURY (Per accident) $ 20,000 PROPERTY DAMAGE (Per acc dent) $ 10,000 COMP/COLL $ 500 DED. UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED I I RETENTION $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y / N OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N/A NXTCPT817S-00-WC 11/12/2020 11/12/2021 PER XTUT, OTH- rR E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT 1 $ 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) LINDA FORREST General Contractor License # CGC049650 CERTIFICATE HOLDER CANCELLATION Miami Beach Building Department 1700 Convention Center Dr Miami Beach, FL 33139 FAX # 772-871-5289 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE biz © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD O 70 (13 O E a u J U L o D w -� V H t W a Q� U-)c m � J m j � ao Z U Q U N Z:p 1- z N o O Z w � o _ — qqJJ N `r oU N tuai� Z do �, W w Li UUO w C)Q � > c� aNw a LL o Z u LU c) LPL Z _ Ct, ����1 F O m W LE LLI Hc a W ao E °>C4o o z N Cu LL W Q a o u n � Z IMz LL U J _z O W� N o k a - O C U zt � H Z a N o Z N w 0 W U :s o O LU a — p U. L n -1 V r A C a(n 7 N 0 a L L o W all FD ili F• by u�?" L:,I 1� W 0 n Eot woes iulotwsilou' A!zu •w!sw! sq sxco0sc s 1ps bECElbl00' spoAe wn2i ps q!2blsAsq ou 911 COW WGLCI91 Asp!cl62 - YY!sw!-Osgs Cogs 2sc 8s-Sle of uouBoAswwsutsl ts8nletotA Ismz suq tsdnnswsut2 Mpicp sbblA to ips p1121us22 bstw!t' of s csti!Ocagou olips polgst12dnsl!iicst!ouz'to qo pn2!us22 Holget wn2i cowblA mitp suA 7onswwsutsl 1It!z rocsl 8nz!usaa ocsl 8nzluszz 1sx 1ps Bscslbi Iz not s licsuzs' lsx yeceibi culA couittw2 beAWeui of tps r MotKet(2) s CKEDUCV0-50-0820ae C\0 nODV EOKKE21 Cecodaeeo - 2a2.00 oa\58\3030 b0IVICIVMVDEWOME&cK0nb1VC Jae eEAEBVr Bn1rDIlne 000i3VC10H BAlvxcorrEClob OMNEB 2EC'"bE OE Bn21NE22 bVAWENI aECEIAEO O=O Cpsbtst 8V - Vti' a Si 10 NMI Ef 33 J 3e bnLensui io ConutA Cogs 1 e00 MM 2ISD VAE erDC D wmie VVnei ps q!eblsAsq si blscs of pn2lus22 bOIWCIVVIV DEAEFObAEVIl cKOnb IMC HEVIEMVF 2EblEWBEB 30' SOSJ Bn21NE22 WMEVOMICA BECEIbl N0 EXbI D E2 d�30�2 *-1H1212 AO1 V Blrr - DO V101 bVA WI9WI—p9g6 COfluj%' 2f9j6 01 LIOLIg9 rocgl gn2ius22 jgx-jjscsibj