Loading...
PSA with CAP Government, Inc.2024-331.3 /1/2/24 Dus«gn Envelope ID FA4EBF95C-ED44-43A6-9920.4D0346D075C67 Contact No.24-031.0 PROFESSIONAL SERVICES AGREEMENT BE TWEEN THE CITY OF MIAMI BEACH AND C.A.P.GOVERNMENT,INC. FOR PLANS REVIEW,PLAN EXAMINERS,AND BUILDING INSPECTION SERVICES PURSUANT TO RF2-2024-031-wG Jl t}')p) This Professional Servces Agreement ("Agreement")is entered into Ihis_(Effective D)ate"),between the CITY OF MIAMI BEACH,FLORIDA,a municipal corporation organized and existing under the laws of the Stale of Florida,having its principal offices at 4700 Convention Center Drive,Miami Beach,Florida,33 139 (the "City'),and C.A.P.GOVERNI'NT, INC.a Florida Corporation whose address is 343 Almeria venue,Coral Gables,Florida $3134 (Consultant"). SECTION 1 DEFINITIONS th Agreement. City Manager City Manager's Desigaae Consultant: Services. Fee: Thus Agreement between the City and Consultant,including any extubits and amendments therelo. Tho chief administrative officer of th City The City staff ember who s designated by the City Manager to administer this Agreement on boalf of the City The City Manager's designeo shall be the Building Department Director • For the purposes of this Agreement,Consultant shall be deemed to be an Independent contractor,and not an agent or employee of hie City. All services,work and actions by the Consultant performed or undertaken pursuant to the Agreement \mount paic to the Consultant as compensation for Services. Proposal Documents,Proposal Documents shall mean City of Miari Beach,RFO,No 2024- 031-W/G for Plans Review,Plan Examiners,and Building Inspection Services,together with all amendments thereto,issued by the City in contemplation of this Agreement RF,and !he Consultant's proposal in response thereto ("Proposal)all of which are hereby corporalud and made a part hereof,provided,however,that in the event of an express conflict between the Proposal Documents and this \groomenl,the following order of precedent shall prevail:tbis Agroemont;tho RFQ,the Proposal Docusign Envelope ID:F4EBF95C-ED44-43\6-992D0-4D0346D075DC67 Risk Manager: Contra0t No.24-031-01 The Risk Manager of the City,with offices at 1700 Convention Center Drive,Third Floor,Miami Beach,Florida 33139;telephone number (305) 673-7000,Ext 26724;and fax number (305)673-7529. SECTION 2 SCOPE OF SERVICES 2.1 In consideration of the Fee to be paid to Consultant by the City,Consultant shall provide the work and services described in Exhibit "A"hereto (the "Services"). Notwithstanding the foregoing,all Services provided by the Consultant shall be performed in accordance with the terms and conditions set forth in Exhibit "A"and to the reasonable satisfaction of the City Manager.If there are any questions regarding the Services to be performed,Consultant should contact the following person: Natasha Diaz,Assistant Director City of Miami Beach,Building Department 1700 Convention Center Drive,Miami Beach,FL,33139 Ph:305-673-7610 0x1 26335 Email:NatashaDiaz@miamibeachfl.gov 2.2 Consultant's Services,and any deliverables incident thereto,shall be completed in accordance with the timeline and/or schedule in Exhibit "A"hereto. SECTION 3 TERM The term of this /Agreement (Term")shall commence upon execution of this Agreement by all parties hereto (the Effective Date set forth on p.1 hereof),and shall have an initial term of three (3)yoars,with one (1)two-yoar renewal option,to be exercised at the City Manager's sole option and discretion,by providing Consultant with written notice of same no less than thirty (30) days prior to the expiration of the initial term. Notwithstanding the Term provided herein,Consultant shall adhere to any specific timelines, schedules,dates,and/or performance milestones for completion and delivery of the Services, as same is/are set forth in the timeline and/or schedule referenced in Exhibit "A"hereto. SECTION 4 FEE 4.1 In consideration of the Services to be provided,the City's representative and consultant shall mutually agree on the hourly salary,job description,minimum qualifications,duties and responsibilities for each position,as needed.A 130%markup for overhead and expenses shall be added to the candidates'pay rate to determine the bill rate.No other fees or taxes are allowed.See exhibit "B"attached hereto. 2 Docusign Envelope ID:FA4EBF95C-ED44-43\6-9920-4D0346D75DC67 Contract No.24-031-01 4.2 The consultant shall submit a monthly invoice for the services provided in the month. The invoice shall include the employee's name,hours worked for the month,and the total hourly rate for the set employee. 4.3 INVOICING Upon receipt of an acceptable and approved invoice,payment(s)shall be made within forty-five (45)days for that portion (or those portions)of the Services satisfactorily rendered (and referenced in the particular invoice). Invoices shall include a detailed description of the Services (or portions thereof)provided,and shall be submitted to the City at the following address: Accounts Payable:Payables@miamibeachfl.gov SECTION 5 TERMINATION 5.1 TERMINATION FOR CAUSE If the Consultant shall fail to fulfill in a timely manner,or otherwise violates,any of the covenants,agreements,or stipulations material to this Agreement,the City,through its City Manager,shall thereupon have the right to terminate this Agreement for cause.Prior to exercising its option to terminate for cause,the City shall notify the Consultant of its violation of the particular term(s)of this Agreement,and shall grant Consultant ten (10)days to cure such default.I such default remains uncured after ten (10)days,the City may terminate this Agreement without further notice to Consultant.Upon termination,the City shall be fully discharged from any and all liabilities,duties,and terms arising out of,or by virtue of,this Agreement. Notwithstanding the above,the Consultant shall not be relieved of liability to the City for damages sustained by the City by any breach of the Agreement by the Consultant.The City,at its sole option and discretion,shall be entitled to bring any arrd all lap@al/eq@itape a3ions that it deems to be in its best interest in order to enforce the City's rights antd ram&lies against Consultant.The City shall be entitled to recover all costs of such actions,including reasonable attorneys'fees. 5.2 TERMINATION FOR CONVENIENCE OF THE CITY THE CITY MAY ALSO,THROUGH ITS CITY MANAGER,AND FOR ITS CONVENIENCE AND WITHOUT CAUSE,TERMINATE THE AGREEMENT AT ANY TIME DURING THE TERM BY GIVING WRITTEN NOTICE TO CONSULTANT OF SUCH TERMINATION;WHICH SHALL BECOME EFFECTIVE WITHIN THIRTY (30) DAYS FOLLOWING RECEIPT BY THE CONSULTANT OF SUCH NOTICE. ADDITIONALLY,IN THE EVENT OF A PUBLIC HEALTH,WELFARE OR SAFETY CONCERN,AS DETERMINED BY THE CITY MANAGER,IN THE CITY MANAGER'S SOLE DISCRETION,THE CITY MANAGER,PURSUANT TO A VERBAL OR WRITTEN NOTIFICATION TO CONSULTANT,MAY IMMEDIATELY SUSPEND THE 3 Docusign Envelope ID:F4EBF95C-ED44-43A46-992D0-4D346D75DC67 Contract No.24-031-01 SERVICES UNDER THIS AGREEMIENT FOR A TIME CERTAIN,OR IN THE ALTERNATIVE,TERMINATE THIS AGREEMENT ON A GIVEN DATE.IF THE AGREEMENT IS TERMINATED FOR CONVENIENCE BY THE CITY,CONSULTANT SHALL BE PAID FOR ANY SERVICES SATISFACTORILY PERFORMED UP TO THE DATE OF TERMINATION;FOLLOWING WHICH THE CITY SHALL BE DISCHARGED FROM ANY AND ALL LIABILITIES,DUTIES,AND TERIVIS ARISING OUT OF,OR BY VIRTUE OF,THIS AGREEMENT. 5.3 TERMINATION FOR INSOLVENCY The City also reserves the right to terminate the Agreement in the event the Consultant is placed either in voluntary or involuntary bankruptcy or makes an assignment for the benefit of creditors.In such event,the right and obligations for the parties shall be the same as provided for in Section 5.2. SECTION 6 INDEMNIFICATION AND INSURANCE REQUIREMENTS 6.1 INDEMNIFICATION Consultant agrees to indemnify,defend and hold harmless the City of Miami Beach and its officers,employees,agents,and contractors,from and against any and all actions (whether at law or in equity),claims,liabilities,losses,and expenses,including,but not limited to,attorneys' fees and costs,for personal,economic or bodily injury,wrongful death,loss of or damage to property,which may arise or be alleged to have arisen from the negligent acts,errors, omissions or other wrongful conduct of the Consultant,its officers,employees,agents, contractors,or any other person or entity acting under Consultant's control or supervision,in connection with,related to,or as a result of the Consultant's performance of the Services pursuant to this Agreement.To that extont,the Consultant shall pay all such claims and losses and shall pay all such costs and judgments which may issue from any lawsuit arising from such claims and losses,and shall pay all costs and attorneys'fees expended by the City in (he defense of such claims and losses,including appeals.The Consultant expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the Consultant shall in no way limit the Consultant's responsibility to indemnify,keep and save harmless and defend the City or its officers,employees,·agents and instrumentalities as herein provided. The parties agree that one percent (1%)of the total compensation to Consultant for performance of the Services under this Agreement is the specific consideration from the City to the Consultant for the Consultant's indemnity agreement.The provisions of this Section 6.1 and of this indemnification shall survive termination or expiration of this /Agreement. 4 Docusign Envelope ID:F4EBF95C-ED44-43A6-992D-4D0346D75DC67 Contract No.24-031-01 6.2 IN S U R A N C E RE Q UIR E M ENT S 6.3 The Consultant shall maintain the below required insurance in effect prior to awarding the agreement and for the duration of the agreement.The maintenance of proper insurance coverage is a material element of the agreement and failure to maintain or renew coverage may be treated as a material breach of the contract,which could result in withholding of payments or termination of the Agreement. 1.Worker's Compensation Insurance for all employees of the vendor as required by Florida Statute 440,and Employer Liability Insurance for bodily injury or disease.Should the Vendor be exempt from this Statute,the Vendor and each employee shall hold the City harmless from any injury incurred during performance of the Contract.The exempt Vendor shall also submit (i)a written statement detailing the number of employees and that they are not required to carry Workers'Compensation insurance and do not anticipate hiring any additional employees during the term of this contract or (ii)a copy of a Certificate of Exemption. 2.Comprehensive General Liability (occurrence form),limits of liability $ 1,000,000.00 per occurrence for bodily injury properly damage to include Premises/ Operations;Products,Completed Operations and Contractual Liability.Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance requirements"of specifications). 3.Automobile Liability -$1,000,000 for each occurrence -owned/non-owned/hired automobiles included. 4.Professional Liability Insurance in an amount not less than $1,000,000 with deductible per claim,if any,not to exceed 10%of the limit of liability. 5.Oyber Liability in an amount sufficient to cover the full replacement value of damage to,alteration of,loss of,or destruction of electronic data and/or information "property'of the City of Miami Beach that will be in the care,custody,or control of the vendor. 6.4 Additional Insured City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers' Compensation)arising out of work or operations performed on behalf of the Consultant including materials,parts,or equipment furnished in connection with such work or operations and automobiles owned,leased,hired or borrowed in the form of an endorsement to the Consultant's insurance. 6.5 Notice of Cancellation--Each insurance policy required above shall provide that coverage shall not be cancelled,except with notice to the City of Miami Beach c/o EXIGIS Insurance Compliance Services. 6.6 Waiver of Subrogation -Consultant agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required.However,this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. 5 Docusign Envelope ID:FA4EBF95C-ED4A4-43A\6-992D0-4D346D75DC67 Contract No.24-031-01 6.7 Acceptability of Insurers -Insurance must be placed with insurers with a current A.M. Best rating of A:VII or higher.If not rated,exceptions may be made for members of the Florida Insurance Funds (i.e.FWCIGA,FAJUA).Carriers may also be considered if they are licensed and authorized to do insurance business in'the State of Florida.L.ad.4 6.8 Verification of Coverage Consultant shall furnish the City with original certificates and amendatory endorsements,or copies of the applicable insurance language,eftecting coverage required by this contract.All certificates and endorsements are to be received and approved by the City before work commences.However,failure to obtain the required documents prior to the work beginning shall not waive the Consultant's obligation to provide them.The City reserves the right to require complete,certified copies of all required insurance policies, including endorsements,required by these specifications,at any time. CERTIFICATE HOLDER ON ALL COi MUST READ: CITY OF MIAMI BEACH c/o EXIGIS Insurance Compliance Services P.O.Box 947 Murrieta,CA 92564 Kindly submit all certificates of insurance,endorsements,exemption letters to our servicing agent,EXIGIS,at: Certificates-miamibeach@riskworks.com 6.9 Special Risks or Circumstances --The City of Miami Beach reserves the right lo modify these requirements,including limits,based on the nature of the risk,prior experience, insurer,coverage,or other special circumstances. Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. SECTION 7 LITIGATION JURISDICTION/VENUE/JURY TRIAL WAIVER This Agreement shall be construed in accordance with the laws of the State of Florida.This Agreement shall be enforceable in Miami-Dade County,Florida,and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for the enforcement of same shall lie in Miami-Dade County,Florida.By entering into this Agreement,Consultant and the City expressly waive any rights either party may have to a trial by jury of any civil litigation related to or arising out of this Agreement. SECTION 8 LIMITATION OF CITY'S LIABILITY The City desires to enter into this Agreement only if in so doing the City can place a limit on the City's liability for any cause of action,for money damages due to an alleged breach by the City of this Agreement,so that its liability for any such breach never exceeds the sum of $10,000. Consultant hereby expresses its willingness to enter into this Agreement with Consultant's 6 Docusign Envelope ID:F4EBF95C-ED44-43A\6-992D-4D346D75DC67 Contract No.24-031.01 recovery from the City for any damage action for breach of contract to be limited to a maximum amount of $10,000. Accordingly,and notwithstanding any other term or condition of this Agreement,Consultant hereby agrees that the City shall not be liable to the Consultant for damages in an amount in excess of $10,000 for any action or claim for breach of contract arising out of the performance or non-performance of any obligations imposed upon the City by this Agreement. Nothing contained in this section or elsewhere in this Agreement is in any way intended to be a waiver of the limitation placed upon the City's liability,as set forth in Section 768.28,Florida Statutes. SECTION 9 DUTY OF CARE/COMPLIANCE WITH APPLICABLE LAWS/PATENT RIGHTS;COPYRIGHT; AND CONFIDENTIAL FINDINGS 9.1 DUTY OF CARE With respect to the performance of the Services contemplated herein,Consultant shall exercise that degree of skill,care,efficiency and diligence normally exercised by reasonable persons and/or recognized professionals with respect to the performance of comparable work and/or services. 9.2 COMPLIANCE WITH APPLICABLE LAWS In its performance of the Services,Consultant shall comply with all applicable laws,ordinances, and regulations of the City,Miami-Dade County,the State of Florida,and the federal government,as applicable. 9.3 PATENT RIGHTS;COPYRIGHT;CONFIDENTIAL FINDINGS \ny work product arising out of this Agroomont,as well as all information specifications, processes,data and findings,are intended to be the property of the City and shall not otherwise be made public and/or disseminated by Consultant,without the prior written consent of the City Manager,excepting any information,records etc.which are required to be disclosed pursuant to Court Order and/or Florida Public Records Law. Al reports,documents,articles,devices,and/or work produced in whole or in part under this Agreement are intended to be the sole and exclusive property of the City and shall not be subject to any application for copyright or patent by or on behalf of the Consultant or its employees or sub-consultants,without the prior written consent of the City Manager. 7 Docusign Envelope ID:FAEBF95C-ED44-43A6-992D0-4D346D75DC67 Contract No.24-031-01 SECTION 10 GENERAL PROVISIONS 10.1 AUDIT AND INSPECTIONS Upon reasonable verbal or written notice to Consultant,and at any time during normal business hours (i.e.9AM --5PM,Monday through Fridays,excluding nationally recognized holidays),and as often as the City Manager may,in his/her reasonable discretion and judgment,deem necessary,there shall be made available to the City Manager,and/or such representatives as the City Manager may deem to act on the City's behalf,to audit,examine, and/or inspect,any and all other documents and/or records relating to all matters covered by this Agreement.Consultant shall maintain any and all such records at its place of business at the address set forth in the "Notices"section of this Agreement. 10.2 INSPECTOR GENERAL AUDIT RIGHTS (A)Pursuant to Section 2-256 of the Code of the City of Miami Beach,the City has established the Office of the Inspector General which may,on a random basis,perform reviews,audits,inspections and investigations on all City contracts,throughout the duration of said contracts.This random audit is separate and distinct from any other audit performed by or on behalf of the City. (B)The Office of the Inspector General is authorized to investigate City affairs and empowered to review past,present and proposed City programs,accounts,records, contracts and transactions.In addition,the Inspector General has the power to subpoena witnesses,administer oaths,require the production of witnesses and monitor City projects and programs.Monitoring of an existing City project or program may include a report concerning whether the project is on time,within budget and in conformance with the contract documents and applicable law.The Inspector General shall have the power to audit,investigate,monitor,oversee,inspect and review operations,activities,performance and procurement process including but not limited to project design,bid specifications,(bid/proposal)submittals,activities of the Consultant, its officers,agents and employees,lobbyists,City staff and elected officials to ensure compliance with the contract documents and to detect fraud and corruption.Pursuant to Section 2-378 of the City Code,the City is allocating a percentage of its overall annual contract expenditures to fund the activities and operations of the Office of Inspector General. (C)Upon ten (10)days written notice to tho Consultant,the Consultant shall make all requested records and documents available to the Inspector General for inspection and copying.The Inspector General is empowered to retain the services of independent private sector auditors to audit,investigate,monitor,oversee,inspect and review operations activities,performance and procurement process including but not limited to project design,bid specifications,(bid/proposal)submittals,activities of the Consultant its officers,agents and employees,lobbyists,City staff and elected officials to ensure compliance with the contract documents and to detect fraud and corruption. 8 Docusign Envelope ID:F4EBF95C-ED44-43A6-9920-4D346D75DC67 Contract No.24-031-01 (D)The Inspector General shall have the right to inspect and copy all documents and records in the Consultant's possession,custody or control which in the Inspector General's sole judgment,pertain to performance of the contract,including,but not limited to original estimate files,change order estimate files,worksheets,proposals and agreements from and with successful subcontractors and suppliers,all project-related correspondence,memoranda,instructions,financial documents,construction documents,(bid/proposal)and contract documents,back-change documents,all documents and records which involve cash,trade or volume discounts,insurance proceeds,rebates,or dividends received,payroll and personnel records and supporting documentation for tile aforesaid documents and records. (E)The Consultant shall make available at its office at all reasonable times the records, materials,and other evidence regarding the acquisition (bid preparation)and performance of this Agreement,for examination,audit,or reproduction,until three (3) years after final payment under this Agreement or for any longer period required by statute or by other clauses of this Agreement.In addition: i.If this Agreement is completely or partially terminated,the Consultant shall make available records relating to the work terminated until three (3)years after any resulting final termination settlement;and ii.The Consultant shall make available records relating to appeals or to litigation or the settlement of claims arising under or relating to this Agreement until such appeals,litigation,or claims are finally resolved. (F)The provisions in this section shall apply to the Consultant,its officers,agents, employees,subcontractors and suppliers.The Consultant shall incorporate the provisions in this section in all subcontracts and all other agreements executed by the Consultant in connection with the performance of this Agreement. (G)Nothing in this section shall impair any independent right to the City to conduct audits or investigative activities.The provisions of this section are neither intended nor shall they bo construed to impose any liability on the City by the Consultant or third parties. 10.3 ASSIGNMENT,TRANSFER OR SUBCONSUL TING Consultant shall not subcontract,assign,or transfer all or any portion of any work and/or service under this Agreement without the prior written consent of the City Manager,which consent,if given at all,shall be in the Manager's sole judgment and discretion.Neither this Agreement,nor any term or provision hereof,or right hereunder,shall be assignable unless as approved pursuant to this section,and any attempt to make such assignment (unless approved)shall be void. 9 Docusign Envelope ID:F4EBF95C-ED44-43A\6-992D-4D0346D75DC67 Contract No.24-031-01 10.4 PUBLIC ENTITY CRIMIES Prior to commencement of the Services,the Consultant shall file a State of Florida Form PUR 7068,Sworn Statement under Section 287.133(3)a)Florida Statute on Public Entity Crimes with the City's Procurement Division. 10.5 NO DISCRIMINATION In connection with the performance of the Services,the Consultant shall not exclude from participation in,deny the benefits of,or subject to discrimination anyone on the grounds of race,color,national origin,sex,age,disability,religion,income or family status. Additionally,Consultant shall comply fully with the City of Miami Beach Human Rights Ordinance,codified in Chapter 62 of the City Code,as may be amended from time to time, prohibiting discrimination in employment,housing,public accommodations,and public services on account of actual or perceived race,color,national origin,religion,sex, intersexuality,gender identity,sexual orientation,marital and familial status,age,disability, ancestry,height,weight,domestic partner status,labor organization membership,familial situation,or political affiliation. 10.6 CONFLICT OF INTEREST Consultant herein agrees to adhere to and be governed by all applicable Miami-Dade County Conflict of Interest Ordinances and Ethics provisions,as set forth in the Miami-Dade County Code,as may be amended from time to time;and by the City of Miami Beach Charter and Code,as may be amended from time to time;both of which are incorporated by reference as if fully set forth herein. Consultant covenants that it presently has no interest and shall not acquire any interest, directly or indirectly,which could conflict in any manner or degree with the performance of the Services.Consultant further covenants that in the performance of this Agreement,Consultant shall not employ any person having any such interest.No member of or delegate to the Congress of the United States shall be admitted to any share or part of this Agreement or to any benefits arising therefrom. 10.7 CONSULTANT'S COMPLIANCE WITH FLORIDA PUBLIC RECORDS LAW (A)Consultant shall comply with Florida Public Records law under Chapter 119,Florida Statutes,as may be amended from time to time. (B)The term "public records"shall have the meaning set forth in Section 119.011(12),which means all documents,papers,letters,maps,books,tapes,photographs,films,sound recordings,data processing software,or other material,regardless of the physical form, characteristics,or means of transmission,made or received pursuant to law or ordinance or in connection with the transaction of official business of the City. (C)Pursuant to Section 119.0701 of the Florida Statutes,if the Consultant meets the definition of "Contractor as defined in Section 119.0701(1)(a),the Consultant shall: (1)Keep and maintain public records required by the City to perform the service; (2)Upon request from the City's custodian of public records,provide the City with a 10 Docusign Envelope ID:FA4EBF95C-ED44-43A\6-992D0-4D0346D75DC67 Contract No.24-031-01 copy of (he requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119,Florida Statutes or as otherwise provided by law; (3)Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed,except as authorized by law,for the duration of the contract term and following completion of the Agreement if the Consultant does not transfer the records to the City; (4)Upon completion of tile Agreement,transfer,at no cost to the City,all public records in possession of the Consultant or keep and maintain public records required by the City to perform the service.If the Consultant transfers all public records to the City upon completion of the Agreement,the Consultant shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements.If the Consultant keeps and maintains public records upon completion of the Agreement,the Consultant shall meet all applicable requirements for retaining public records.All records stored electronically must be provided to the City,upon request from the City's custodian of public records,in a format that is compatible with the information technology systems of the City. (D)REQUEST FOR RECORDS;NONCOMPLIANCE. (1)A request to inspect or copy public records relating to tile City's contract for services must be made directly to the City.If the City does not possess the requested records,tho City shall immediately notify the Consultant of the request,and the Consultant must provide the records to the City or allow the records to be inspected or copied within a reasonable time. (2)Consultant's failure to comply with the City's request for records shall constitute a breach of this Agreement,and the City,at its sole discretion,may:(1)unilaterally terminate the Agreement;(2)avail itself of the remedies set forth under the Agreement;and/or (3)avail itself of any available remedies at law or in equity. (3)A Consultant who fails to provide the public records to the City within a reasonable time may be subject to penalties under s.119.10. (E)CIVIL ACTION. (1)lfa civil action is filed against a Consultant to compel production of public records relating to the City's contract for services,the court shall assess and award against the Consultant the reasonable costs of enforcement,including reasonable attorneys'fees,if. a.The court determines that the Consultant unlawfully refused to comply with the public records request within a reasonable time;and b.At least 8 business days before filing the action,the plaintiff provided written notice of the public records request,including a stalement that the Consultant has not complied with the request,to the City and to the Consultant. (2)A notice complies with subparagraph (1)(b)if it is sent to the City's custodian of public records and to tho Consultant at the Consultant's address listed on its contract with the City or to the Consultant's registered agent.Such notices must be sent by common carrier delivery service or by registered,Global Express Guaranteed,or certified mail,with postage or shipping paid by the sender and with evidence of delivery,which may be in an electronic format. (3)A Consultant who complies with a public records request within 8 business days 11 Docusign Envelope ID:F4EBF95C-ED44-43A46-9920-4D34675DC67 Contract No.24-031-01 after the notice is sent is not liable for the reasonable costs of enforcement. E)IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119,FLORIDA STATUTES,TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT,CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: CITY OF MIAMI BEACH ATTENTION:RAFAEL E.GRANADO,CITY CLERK A700 CONVENTION CENTER DRIVE MIAMI BEACH,FLORIDA 33139 E-MAIL:RAFAEL GRANADO@MIAMIIBEACHFL.GOV PHONE:305-673-7411 10.8 FORCE MAJEURE (/A)A"Force Majeure"event is an event that (i)in fact causes a delay in the performance of the Consultant or the City's obligations under the Agreement,and (ii)is beyond the reasonable control of such party unable to perform the obligation,and (iii)is not due to an intentional act,error,omission,or negligence of such party,and (iv)could not have reasonably been foreseen and prepared for by such party at any time prior to the occurrence of the event.Subject to the foregoing criteria,Force Majeure may include events such as war,civil insurrection,riot,fires,epidemics,pandemics,terrorism, sabotage,explosions,embargo restrictions,quarantine restrictions,transportation accidents,strikes,strong hurricanes or tornadoes,earthquakes,or other acts of God which prevent performance.Force Majeure shall not include technological impossibility, inclement weather,or failure to secure any of the required permits pursuant to the Agreement. (B)If the City or Consultant's performance of its contractual obligations is prevented or delayed by an event believed by to be Force Majeure,such party shall immediately, upon learning of the occurrence of the event or of the commencement of any such delay, but in any case within fifteen (15)business days thereof,provide notice.(i)of the occurrence of event of Force Majeure,(ii)of the nature of the event and the cause thereof,(iii)of the anticipated impact on the Agreement,(iv)of the anticipated period of the delay,and (v)of what course of action such party plans to take in order to mitigate the detrimental effects of the event.The timely delivery of the notice of the occurrence of a Force Majeure event is a condition precedent to allowance of any relief pursuant to this section;however,receipt of such notice shall not constitute acceptance that the event claimed to be a Force Majeure event is in fact Force Majeure,and the burden of proof of the occurrence of a Force Majeure event shall be on (he requesting party. (C)No party hereto shall be liable for its failure to carry out its obligations under the Agreement during a period when such party is rendered unable,in whole or in part,by Force Majeure to carry out such obligations.The suspension of any of the obligations under this Agreement due to a Force Majeure event shall be of no greater scope and no 12 Docusign Envelope ID:FAEBF95C-ED44-43A6-992D0-40346D75DC67 Contract No.24-031-01 longer duration than is required.The party shall use its reasonable best efforts to continue to perform its obligations hereunder to the extent such obligations are not affected or are only partially affected by the Force Majeure event,and to correct or cure the event or condition excusing performance and otherwise to remedy its inability to perform to the extent its inability to perform is the direct result of the Force Majeure event with all reasonable dispatch. (D)Obligations pursuant to the Agreement that arose before the occurrence of a Force Majeure event,causing the suspension of performance,shall not be excused as a result of such occurrence unless such occurrence makes such performance not reasonably possible.The obligation to pay money in a timely manner for obligations and liabilities which matured prior to the occurrence of a Force Majeure event shall not be subject to the Force Majure provisions. (E:)Notwithstanding any other provision to the contrary herein,in the event of a Force Majeure occurrence,the City may,at the sole discretion of the City Manager,suspend the City's payment obligations under the Agreement,and may take such action without regard to the notice requirements herein.Additionally,in the event that an event of Force Majeure delays a party's performance under the Agreement for a time period greater than thirty (30)days,the City may,at the sole discretion of the City Manager, terminate the Agreement on a given date,by giving written notice to Consultant of such termination.If the Agreement is terminated pursuant to this section,Consultant shall be paid for any Services satisfactorily performed up to the date of termination;following which the City shall be discharged from any and all liabilities,duties,and terms arising out of,or by virtue of,this Agreement.In no event will any condition of Force Majeure extend this Agreement beyond its stated term. 10.9 E-VERIFY (A)Consultant shall comply with Section 448.095,Florida Statutes,"Employment Eligibility" ("E-Verify Statute"),as may be amended from time to time.Pursuant to the E-Verify Statute,commencing on January 1,2021,Consultant shall register with and use the E- Verify system to verily the work authorization status of all newly hired employoos during the Term of the Agreement.Additionally,Consultant shall expressly require any subconsultant performing work or providing services pursuant to the Agreement to likewise utilize the U.S.Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the subconsultant during the contract Term.If Consultant enters into a contract with an approved subconsultant,the subconsultant must provide the Consultant with an affidavit stating that (he subconsultant does not employ,contract with,or subcontract with an unauthorized alien.Consultant shall maintain a copy of such affidavit for the duration of the Agreement or such other extended period as may be required under this Agreement. (B)TERMINATION RIGHTS. (1)If the City has a good faith belief that Consultant has knowingly violated Section 448.09(1),Florida Statutes,the City shall terminate this Agreement with Consultant for cause,and the City shall thereafter have or owe no further obligation or liability to Consultant. (2)If the City has a good faith belief that a subconsultant has knowingly violated the foregoing Subsection 10.9(),but the Consultant otherwise complied with such 13 Docusign Envelope ID:F4EBF95C-ED44-43A6-992D-4D346D75DC67 Contract No.,24-031-01 subsection,the City will promptly notify the Consultant and order the Consultant to immediately terminate tho Agreement with the subconsultant.Consultant's failure to terminate a subconsultant shall be an event of default under this Agreement,entitling City to terminate the Consultant's contract for cause. (3)A contract terminated under the foregoing Subsection (B)(1)or (B)(2)is not in breach of contract and may not be considered as such. (4)The City or Consultant or a subconsultant may file an action with the Circuit or County Court to challenge a termination under the foregoing Subsection (B)(1)or (B)2)no later than 20 calendar days after the date on which the contract was terminated. (5)If the City terminates the Agreement with Consultant under the foregoing Subsection (B)1),Consultant may not be awarded a public contract for at least 1 year after the date of termination of this Agreement. (6)Consultant is liable for any additional costs incurred by the City as a result of the termination of this Agreement under this Section 10.9. 10.10 CONSULTANT'S COMPLIANCE WITH ANTI-HUMAN TRAFFICKING LAWS Consultant agrees to comply with Section 787.06,Florida Statutes,as may be amended from time to time,and has executed the Certification of Compliance with Anti-Human Trafficking Laws, as required by Saction 787.06(13),Florida Statutes,a copy of which is attached hereto as Exhibit "c" SECTION 11 NOTICES Until changed by notice,in writing,all such notices and communications shall be addressed as follows: TO CONSULTANT: TO CITY: CA.P.GOVERNMENT,INC. Attn:Carlos A.Penin,PE. 343 Almeria venue Coral Gables,33134 Ph:305-448-1711 ext.3414 Email:capenin@capfla.com Building Department Attn:Natasha Diaz,Assistant Director 1700 Convention Center Dr. Miami Beach,FL,33139 Ph:305-673-7610 ext 26335 Email:NatashaDiaz@miamibeachfl.gov All notices mailed electronically to either party shall be deemed to be sufficiently transmitted. 14 Docusign Envelope ID:F4EBF95C-ED44-43A6-992D-4D346D75DC67 Contract N0.24-031-01 SECTION 12 MISCELLANEOUS PROVISIONS 12.1 CHANGES AND ADDITIONS This Agreement cannot be modified or amended without the express written consent of (he parties.No modification,amendment,or alteration of the terms or conditions contained herein shall be effective unless contained in a written document executed with the same formality and of equal dignity herewith. 12.2 SEVERABILITY If any term or provision of this Agreement is held invalid or unenforceable,the remainder of this Agreement shall not be affected and every other term and provision of this Agreement shall be valid and be enforced to the fullest extent permitted by law.' 12.3 WAIVER OF BREACH A party's failure to enforce any provision of this Agreement shall not be deemed a waiver of such provision or modification of this Agreement.A party's waiver of any breach of a provision of this Agreement shall not be deemed a waiver of any subsequent breach and shall not be construed to be a modification of the terms of this Agreement. 12.4 JOINT PREPARATION The parties hereto acknowledge hat they have sought and received whatever competent advice and counsel as was necessary for them to form a full and complete understanding of all rights and obligations herein and that the preparation of this /Agreement has been a joint effort of the parties,the language has been agreed to by parties to express their mutual intent and the resulting document shall not,solely as a matter of judicial construction,be construed more soverely against one of tho parties than tho other. 12.5 ENTIRETY OF AGREEMENT The City and Consultant agree that this is the entire agreement between the parties.This /Agreement supersedes all prior negotiations,correspondence,conversations,agreements or understandings applicable to the matters contained herein,and there are no commitments, agreements or understandings concerning the subject matter of this Agreement that are not contained in this document.Title and paragraph headings are for convenient reference and are not intended to confer any rights or obligations upon the parties to this Agreement. 12.6 RECRUITMENT OF CITY EMPLOYEES During the Term of this Agreement and for a period of one (1)year following the termination of this Agreement,neither party shall directly or indirectly solicit,induce or influence any employee of the other party directly involved in the administration or execution of this Agreement to discontinue or reduce the scope of their employment for any reason.Contractor further agrees and acknowledges that any City employee terminating their employment with the City to pursue employment with Contractor shall be prohibited from performing similar tasks and/or duties 15 Docusign Envelope ID:F4EBF95C-EDA44-43A\6-992O-4D346D75DC67 Contract No.24-031-01 within the City of Miami Beach for Contractor for a period of one (1)calendar year from the date the City employee ceases their employment with the City. [THE REMAINDER OF THIS PAGE IS INTENTIONALLY LEFT BLANK] 16 ocwsiq Ewvalopo I F4EDF 95C-ELM4A4-43A46-9920-4034650/50C67 Cent«et No 24 030 IN WITNESS WHEREOF,the parties hereto have caused this Agreement to be exacuted by the r appropriate officials as of the date first entered above FOR CITY ATTEST. CITY OF MIAMI BEACH,FLORIDA .ZRafaelt.Granado,cyciR AN ?3 2 FO R CO N SU LTA NT:st± Carlos A.Penin,PE Print Nam e and Title D0ate:11/18/2024 APPROVED AS TO FORM &LANGUAGE &FOR EXECUTION ) r')/yr(«tu 3[y Attorney 1I cpl/ ate ]/H=f-ucioveal Eric Carpenter./City Manager Docusign Envelope ID:FAEBF95C-ED44-43A6-992D-4D0346D75DC67 Contract No.24-031-01 EXHIBIT A SCOPE OF SERVICES 1.The Contractor agrees to have inspectors/examiners/reviewers available in the specialties below to work either full or part-time for the City within two weeks of a request for such specialty being made by the City.Below are some of the required specialties,but not limited to: AREAS OF SPECIALIZATION/BUILDING TRADES •Building Inspector with the State of Florida Certification &Certification by the Miami-Dade County Board of Rules and Appeals (BORA); •Building Plans Examiner with the State of Florida Certification &Certification for the Miami- Dade County Board of Rules and Appeals (BORA); •Electrical Inspector with the State of Florida Certification &Certification by the Miami-Dade County Board of Rules and Appeals (BORA); •Electrical Plans Examiner with the State of Florida Certification &Certification by the Miami Dade County Board of Rules and Appeals (BORA)Certification; •Mechanical Inspector with the State of Florida Certification &Certification by the Miami-Dade County Board of Rules and Appeals (BORA); •Mechanical Plans Examiner with the State of Florida Certification &Certification by the Miami- Dade County Board of Rules and Appeals (BORA); •Plumbing Inspector with the State of Florida Certification &Certification by the Miami-Dade County Board of Rules and Appeals (BORA); •Plumbing Plans Examiner with the State of Florida Certification &Certification by the Miami- Dade County Board of Rules and Appeals (BORA); •Roofing Inspector with the State of Florida Certification &Certification by the Miami-Dade County Board of Rules and Appeals (BORA): •Roofing Plans Examiner with State of Florida Certification &Certification by the Miami-Dade County Board of Rules and Appeals (BORA); •Structural Plans Examiner with the State of Florida Registration a Professional Engineer (PE) in the Structural discipline &Certification by the Miami-Dade County Board of Rules and Appeals (BORA); •Zoning Inspector/Plan Reviewer with similar work in other jurisdictions in the State of Florida or experience as deemed appropriate. •Permit Technicians 2.TASKS •Conduct technical field inspections of buildings,equipment,and installations during various phases of construction,installation,and operation and grant inspection approvals,if found in compliance with applicable codes and regulations,and provide written comments,if found not in compliance with applicable codes and regulations. •Review construction plans,specifications,and materials listed for residential and commercial projects,and grant approvals,if found in compliance with applicable codes and regulations, and provide written comments,if found not in compliance with applicable codes and regulations. •Evaluate alternate methods,procedures,materials,and products for compliance with the Florida Building Code requirements,whichever is applicable,depending on the date of the 18 Docusign Envelope ID:FA4EBF95C-ED44-43A6-9920-4D346D75DC67 Contract No.24-031-01 application or construction. •Approve and disapprove proposed plans in accordance with the applicable Code and other regulatory requirements and discuss disapproved items with architects,engineers,contractors, and/or owner builders to obtain plan changes necessary for approval. •Render information concerning the applicable Code and make interpretations of its contents. Make decisions as to the feasibility of deviations from the Codes under various conditions. •Perform related work as required by the Building Department 3.POWERS AND DUTIES All inspectors/examiners/reviewers proposed for service under this Agreement must meet all requirements for their specialties established by the Miami-Dade County Code of Ordinances, Chapter 8,Article II,where applicable,and have been certified by the Miami-Dade County Board of Rules of Appeals (BORA),where applicable. 4.CONFLICTS OF INTEREST Contractor shall not perform private provider inspections and plans review and plan examiner services·for private clients in the City of Miami Beach for the duration of the contract with the City of Miami Beach.Those projects for Private Provider Plan Review and Inspection services underway al the time of award of this Agreement must be finalized within 30 days of the signing of this contract, or be transferred to another party.CONTRACTOR UNDERSTANDS AND ACCEPTS THIS REQUIREMENT AND EITHER DOOES NOT PROVIDE PRIVATE PROVIDER SERVICES IN THE CITY OF MIAMI BEACH ANDIOR WILL NOT SUBMIT ANY NEW APPLICATIONS TO PROVIDE SUCH SERVICES UPON SELECTION. 5.CANDIDATES SUBMITTED FOR THE CITY'S CONSIDERATION Upon request from the City,contractor(s)shall provide candidates for the job classifications requested.Candidates shall be provided at no cost to the City.The Contractor agrees to provide only skilled,knowledgeable,and experienced personnel to perform services to the City.The contractor also agrees to provide the City information on any candidate(s)whose quality of services had been previously determined to be unsatisfactory. 6.BACKGROUNDCHECKS Any candidate selected must successfully complete a background check conducted by the City using the Florida Department of Law Enforcement (FDLE)Volunteer and Employee Criminal History System (VECHS).Drug Testing should be conducted in accordance with Title 49,Code of Federal Regulations,Part 40.The Contractor must provide 10 Panel drug testing of all personnel supplied to the City,and proof of drug test prior to the acceptance of any personnel approval for an assignment. Bidder's employees must test negative in order to begin work on any City assignment.The Contractor shall bear all costs associated with the initial drug tests.In no case shall a candidate who tests positive for drugs or alcohol be submitted as a candidate for City assignment. 19 Docusign Envelope ID:F4EBF95C-ED4A-43A6-992D-40346D75DC67 Contract No.24-031-01 The City's current 10-panel drug test and cut-off levels are as follows: Initial lost scyMs confumDrud -----I le?l .Jes!kg¥%l 100 rg'ml..50 nail 2%.rel,182.a9 Amphetamines a±tag% gneodiazgpngs cocaine.etab.oles Marijuana metabolites Methadone- M!el±gal9ne. ~----.. 3Q0 ngml 50 rg'nil 15g_1aim] 15ngitl -300 ng_mi!-300.g:ml 309ng:ml 159.am\ 2200.all ,-2000 nail 25.pg_!-...22pg_ml 3209.nama!152aim! In the case of an alcohol test,a result of 0.04 or greater constitutes a positive result.A confirmation breathalyzer test shall be administered following the initial test in accordance with the procedures in Title 49 Code of Federal Regulations.Part 40. 7.Upon request from the City,the Contractor must immediately replace any personnel providing services whose quality of services is unsatisfactory to the City. 8.All candidates placed in the City shall be employees of the Contractor,and at no time,shall the City be liable for any employer responsibilities to the Contractor's employee. 9.CITY OF MIAMI BEACH LIVING WAGE RATES Under this contract,the wage rate paid to the personnel employed by the bidder for the work under the contract shall not be less than the City of Miami Beach Living Wage Rate. [THE REMAINDER OF THIS PAGE IS INTENTIONALLY LEFT BLANK] 20 Docusign Envelope ID:F4EBF95C-ED44-43\6-992-4D0346D75DC67 EXHIBIT B HOURLY RATES Contract No.24-031-01 Discipline Employee Hourly (130%)Markup RATE PAID TO OVER TIME RATERate3%.C.A.P.Ee Building Inspector $41.30 $53.69 $94.99 $123.49 Electrical Inspector $38.80 $50.44 $89.24 $116.01 Mechanical Inspector $40.80 $53.04 $93.84 $121.99 Plumbing Inspector $41.90 $54.47 $96.37 $125.28 Roofing Inspector $42.75 $55.58 $98.33 $127.83 Zoning Inspector $38.00 $49,40 $87.40 $113.62 Permit Clerk $23.00 $29.90 $52.90 $68.77 $%$23929$2%2#2/4#82%92/##2924$%3#@2#8$ff$2)/#38%%29j$#$i49%9$92082%23%3.44$%21$29t292%±%#j333%3/2%2%92%3,0%0%£.al5$j%4@293,%$2233%%%%%/32l#4,223$,£93$88$43,3%898%9%.£194 $$5%,4 %,$,f3$4@gig 14%2$4£%04$$&,,,$,,28 %9,$ls$$8£,Ski4%Si%%it%l#it%#9i###f4%% Discipline Employee Hourly (130%)Markup RATEPAID TO OVER TIME RATERatec.A.P.% Building Plans Examiner $52.50 $68.25 $120.75 $156.98 Electrical Plans Examiner $50.00 $65.00 $115.00 $149.50 Mechanical Plans Examiner $62.50 $81.25 $143.75 $186.88 Plumbing Plans Examiner $51.65 $67.15 $118.80 $154.43 Roofing Plans Examiner $52.50 $68.25 $120.75 $156.98 Zoning Plans Reviewer $40.00 $52.00 $92.00 $119.60 Structural Plans Examiner $78.60 $102.18 $180.78 $235.01. $92@22gt%l9$%9%292/$%1%9/%%%if%%ij%2#2i42i2409292142$21$%29%4%2292%9209$3%20j#%22929.322%$20%2$$9%292992#$#$.9%9/3%00%9%291%8%94fi%$%%#%$$2$1$323%%31$ Discipline Employee Hourly (130%)Markup RATE PAID TO OVER TIME RATERateC.A.P. Building Chief $53.50 $69.55 $123.05 $159.97 Electrical Chief $53.50 '69.55 $123.05 $159.97? Mechanical Chief $62.50 $81.25 $143.75 $186.88 Plumbing Chief $53.50 $69.55 $123.05 $159.97 Structural Chief $84.70 $110.11 $194.81 $253.25 21 Docusign Envelope ID:F4EBF95C-ED44-4346-992D0-4D0346D75DC67 Contract No.24-031-01 EXHIBIT C HUMAN TRAFFICKING CERTIFICATION Certification of Compliance with Anti-Human Trafficking Laws In accordance with Section 787.06 (13),Florida Statutes,the undersigned,on behalf of the entity named below ("Entity"),hereby attests under penalty of perjury that the Entity does not use coercion for labor or services as defined in Section 787.06,Florida Statutes,entitled Human Trafficking". I understand that l am swearing or affirming under oath to the truthfulness of the claims made in this affidavit and that tho punishmont for knowingly making a false statoment includes finos and/or imprisonment. The uydeysi ny is a}thorized to execute this affidavit on behalf of Entity. CAP.Government,Inc. Carlos A,Penin.PE (Print Name) (Company Name) 343 AlmeriaAvenue,Coral Gables,FL 33134 (Address) State of County of Florida Miami-Dade The foregoing instrument was acknowledgad before mo by moans of [physical presence or L.J 11/18/2024 .onlino notarization,this by Carlos A,Penin,PE ,known_to Q to be the person described herein,or who producod as identification,and who did/did not take an oath. NOTARY PUBLIC: y]le a,alto (Signature) Monica De Castro d 3ii.,ONA O CAS TRO4$$k,«ii@ "@i@ire3ifs}}coos»son +ss74?i$'wycomm,€ires Au9 1,2026 {"oded through ati0at totary Assn. (Print Name) My commission expires:08/01/2026 22 ATTACHMENT A RESOLUTION &COMMISSION AWARD MEMO RESO LUTION NO.2024-33163 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY O F M IAM I BEACH,FLO RIDA,ACCEPTING THE RECO MMENDATION OF THE INTERIM CITY MANAGER PURSUANT TO REQUEST FO R QUALI FICATIO NS NO .2024-031-WG,FOR PLA N REVIEW ,PLA N EXA M INERS,AND BUILDI NG INSPECTION SERVICES; A UTHORIZING THE ADM INISTRA TION TO ENTER INTO NEG OTIATIONS WITH C.A.P.GOVERNMENT,INC.AS THE TOP- RA NK ED PROPO SER,IN ORDER TO ESTABLISH A PRIMARY SERVICE PROVIDER;AND EASTERN ENGINEERING GROUP CO MPANY,AS THE SECO ND-RA NKED PROPOSER,IN ORDER TO ESTABLISH A SECO NDARY SERVICE PROVID ER;AND FURTHER, A UTHORIZING THE INTERIM CITY MANAGER AND CITY CLERK TO EXEC UTE FINAL AGREEM ENTS UPON CONCLUSION OF SUCCESSFUL NEGO TIATIONS BY THE ADM INISTRA TION. W HER EAS,on March 13,2024,the Mayor and City Commission approved to issue an RFQ for Plan Review,Plan Examiner,and Building Inspection Services;and W HER EAS,on March 13,2024,RFQ 2024-031-WG was issued;and W HER EAS,on April 30,2024,the City received proposals from the following two (2)firms: •C.A.P.Government,Inc. •Eastern Engineering Group Company;and WHER EAS,on June 23,2024,the Evaluation Committee comprised of Cristian Castro,Administrative Manager,Building Department;Jaime Reyes,Chief Electrical Inspector,Building Department;and Linette Trigo,Office Associate V,Building Department.,convened to consider the responsive proposals received;and W HER EAS,the Committee was provided an overview of the project,information relative to the City's Cone of Silence Ordinance,the Government Sunshine Law,general information on the scope of services and a copy of each proposal;and W HER EAS,the Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFQ;and W HER EAS,the evaluation process resulted in the proposers being ranked by the Evaluation Committee in the following order: 1s ranked --C.A.P.Government,Inc. 27d ranked -Eastern Engineering Group Company NOW,THEREFORE,BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH,FLORIDA,that the Mayor and City Comm ission approve the Resolution,accept the recommendation of the interim City Manager pursuant to Request fo r Qualifications no.2024-031-WG,for Plan Review,Plan Examiners,and Building Inspection Services;authorize the Administration to enter into negotiations with C.A.P.government,Inc.,as the top-ranked proposer,in order to establish a prim ary service provider;and eastern engineering group company,as the second-ranked proposer,in order to establish a secondary service provider;and further, authorize the interim City Manager and City Clerk to execute final agreements upon conclusion of successful negotiations by the Administration. PASSED AND ADOPTED this.?_day r_/,-2024. AITES~JUL 3 0 2024 RA FAEL E.GRA NADO ,CITY CLERK ».STEVEN MEINER,MA YOR APPROVED AS TO FORM &LANGUAGE &FOR EXECUTION{$2.,-nut«on)7aGe y ear Date Procurement Requests -C2 B M IAM IB EACH COMMISSION MEMORANDUM TO:Honorable Mayor and Members of the City Commission FROM:Rickelle Williams,Interim Executive Director DATE:July 24,2024 TITLE:A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH,FLORIDA,ACCEPTING THE RECOMMENDATION OF THE INTERIM CITY MANAGER PURSUANT TO REQUEST FOR QUALIFICATIONS NO. 2024-031-WG,FOR PLAN REVIEW,PLAN EXAMINERS,AND BUILDING INSPECTION SERVICES;AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH C.A.P.GOVERNMENT,INC.AS THE TOPRANKED PROPOSER,IN ORDER TO ESTABLISH A PRIMARY SERVICE PROVIDER;AND EASTERN ENGINEERING GROUP COMPANY,AS THE SECOND-RANKED PROPOSER,IN ORDER TO ESTABLISH A SECONDARY SERVICE PROVIDER; AND FURTHER,AUTHORIZING THE INTERIM CITY MANAGER AND CITY CLERK TO EXECUTE FINAL AGREEMENTS UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION.(BUILDING DEPARTMENT) RECOMMENDATION It is recommended that the Mayor and City Commission approve the Resolution accepting the City Manager's recommendation pursuant to RFQ 2024-031-WG,for Plan Review,Plan Examiners,and Building Inspection services,and authorize the Administration to enter into negotiations with C.A.P.Government,Inc.,as the top-ranked proposer;in order to establish a Primary service provider and Eastern Engineering Group Company,the second-ranked proposers;in order to establish a Secondary service provider.The Resolution also authorizes the City Manager and the City Clerk to execute final Agreements upon the conclusion of successful negotiations by the Administration. This solicitation is under the cone of silence. BACKGROUND/HISTORY The City's Building Department is charged with ensuring that building and property development is safe and secure for all.As described herein,plans review services refer to the process by which construction documents are reviewed to ensure compliance with applicable regulations.Similarly,building inspection services refers to those individuals who conduct inspections of building construction,repair,addition,or alteration projects that require permitting to ensure compliance with applicable regulations. On October 7,2019,pursuant to RFQ 2019-050-WG,the City entered into an agreement with C.A.P.Government,Inc.to provide plans review and building inspection services.The current Agreement for these services is scheduled to expire on October 6,2024.The services offered through the Agreement are accessed by the Building Department to supplement its inspectors,examiners,and reviewer staff on either a full-time or part-time basis,within two weeks of any request by the City. Page 50 of 1750 In anticipation of the expiring contract,the Administration developed RFQ 2024-031-WG seeking proposals for the desired services. ANALYSIS On March 13,2024,the Mayor and City Commission approved the issuance of RFQ No. 2024031-WG for Plan Review,Plan Examiner,and Building Inspection Services.The RFQ was released on March 13,2024,and a voluntary pre-proposal meeting was held on April 4, 2024.One (1)addenda was issued,and 50 prospective bidders accessed the solicitation. RFQ responses were due and received on April 30,2024.The City received two (2)proposals from the following firms: •C.A.P.Government,Inc. •Eastern Engineering Group Company On May 24,2024,the City Manager appointed the Evaluation Committee via LTC #204-2024. The Evaluaiton Committee convened on June 3,2024,to consider the proposals received. The Committee was comprised of Cristian Castro,Administrative Manager,Building Department;Jaime Reyes,Chief Electrical Inspector,Building Department;and Linette Trigo, Office Associate V,Building Department. The Committee was provided with an overview of the project and information relative to the City's Cone of Silence Ordinance and the Government Sunshine Law.The Committee was also provided with general information on the scope of services and a copy of each proposal. The Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFQ.The evaluation process resulted in the ranking of proposers as indicated in Attachment A. The Evaluation Committee deemed C.A.P.Government,Inc.,the top-ranked proposer;which offered the most compelling combination of experience,technology,and services and has institutional knowledge as the City's existing service provider.The Evaluation Committee noted that C.A.P.Government,Inc.,has been satisfactorily providing supplemental staffing services to the City of Miami Beach for the last fifteen (15)years. C.A.P.Government,Inc.,has been outsourcing services to governmental agencies in MiamiDade County since 1989.They currently serve over seventy-five (75)municipalities and seven (7)educational institutions.C.A.P.Government,Inc.,has over two hundred and eighty (280+)employees who are fully qualified and licensed by the State of Florida Department of Business and Professional Regulations and the Miami-Dade Board of Rules and Appeals (BORA).They are available to provide plan review,inspections,code enforcement,building officials,and permit Administration services.Some of their other clients include the City of Weston,the Town of Aventura,the City of Doral,and the City of North Bay Village.All references provided positive feedback. The Evaluation Committee also deemed Eastern Engineering Group Company,the secondranked proposer. Page 51 of 1750 Eastern Engineering Group Company,is a woman-owned Structural and Civil Engineering consulting firm,located in Doral,Florida.They provide Structural Engineering services to over twenty (20+)government entities,ten (10)educational clients,and several Federal Aviation Administration entities across the United States. While the supplemental staffing services they can provide to the City of Miami Beach are limited to the discipline of structural engineering services,they have the necessary experience and recruitment strategy to provide supplemental staffing services should our Primary service provider not be able to provide a qualified candidate(s)in the Structural Engineering discipline. Some of their municipal clients include the City of Miami and the City of Hialeah.All references provided positive feedback. FISCAL IMPACT STATEMENT The Building Department has allocated an estimated $625,000.00 for these services annually. Fees will be established through the negotiation process.Services pursuant to the award of this RFQ shall be subject to successful negotiations and the availability of funds approved through the City's budgeting process. Does this Ordinance require a Business Impact Estimate? (FOR ORDINANCES ONLY) If applicable,the Business Impact Estimate (BIE)was published on:.. See BIE at:https:l/www.miamibeachfl.gov/city-hall/city-clerk/meeting-notices/ FINANCIAL INFORMATION 410-1510-000312 CONCLUSION $625,000.00 Based on the foregoing,the Administration recommends that the Mayor and City Commission approve the Resolution authorizing the Administration to enter into negotiations with C.A.P. Government,Inc.,the top-ranked proposer;in order to establish a Primary service provider and Eastern Engineering Group Company,the second-ranked proposer;in order to establish a Secondary service provider;and further,authorize the City Manager and the City Clerk to execute final Agreements upon the conclusion of successful negotiations by the Administration. Applicable Area Citywide Page 52 of 1750 Is this a "Residents Right to Know"item, pursuant to City Code Section 2-17? No Is this Item related to a G.O.Bond Project? No Was this Agenda Item initially requested by a lobbyist which,as defined in Code Sec._2.481, includes a principal engaged in lobbying?No If so,specify the name of lobbylst(s)and principal(s): Department Procurement Sponsor(s) Co-sponsor(s) Condensed Title Page 53 of 1750 ATTACHMENT A RFQ 2024-031-WG for Plan Review ,Pans Examiners,O g Cit Low CitandBulldinginspectionCristianCastroCJaimeReyesLinetteTrigo..:I C55aAggregate5ServicesCC"C£2 2 Tota ls 2I I Qualitative Quantitative Subtotal Qualitative Quantitathvs Subtotal Qualitative Quantitative Subtota l C.A .P.Govern m ent,Inc.98 0 98 1 95 0 I 95 1 98 0 98 +1 3 1 Ea stern Engineeri ng Grou p ICompany750752800i 80 2 80 0 80 2 6 2 Qu antitative Points I Veteran's Total QuantitativeProposerPolnts(Cost +Veteran's) /CA P.Govern m en t,Inc.5 0IEastemEngineeringGroup Cornanv 3 0 Page 54 of 1750 ATTACHMENT B ADDENDUM AND RFQ SOLICITATION M IA M I BEA CH Request for Qualifications (RFQ) 2024-031-WG PLAN REVIEW,PLAN EXAMINERS,AND BUILDING INSPECTION SERVICES TABLE OF CONTENTS SOLICITATION SECTIONS: 0100 INSTRUCTIONS TO RESPONDENTS 0200 GENERAL CONDITIONS 0300 PROPOSAL SUBMITTAL INSTRUCTIONS &FORMAT 0400 PROPOSAL EVALUATION APPENDICES: APPENDIX A SPECIAL CONDITIONS APPENDIX B SAMPLE CONTRACT APPENDIX C INSURANCE REQUIREMENTS SECTION 0100 MIAMI BEACH INSTRUCTIONS TO RESPONDENTS &GENERA L CONDITIONS 1.GENERAL.This Request for Qualifications (RFQ)is issued by the City of Miami Beach,Florida (the "City"),as the means for prospective Bidders to submit proposals for the City's consideration in evaluating qualifications to select a firm with whom it may negotiate an agreement for the purpose noted herein. The City utilizes Periscope S2G (formerly known as BidSync)(www .periscopeholdinqs.com or www.bidsync.com)for automatic notification of competitive solicitation opportunities and document fulfillment,including the issuance of any addendum to this RFQ.Any prospective Bidder who has received this RFQ by any means other than through Periscope S2G must register immediately with Periscope S2G to ensure it receives any addendum issued to this RFQ.Failure to receive an addendum may result in disqualification of a proposal submitted. 2.BACKGROUND.The City's Building Department is charged with ensuring that building and property development is safe and secure for all.As described herein,plans review services refer to the process by which construction documents are reviewed to ensure compliance with applicable regulations.Similarly,building inspection services refers to those individuals that conduct inspections of building construction,repair,addition,or alteration projects that require permitting to ensure compliance with applicable regulations. On October 7,2019,pursuant to RFQ 2019-050-WG,the City entered into an agreement with CAP.Government, Inc.to provide plans review and building inspection services.The current Agreement for these services is scheduled to expire on October 6,2024.The services offered through the Agreement are accessed by the Building Department to supplement its inspectors,examiners,and reviewer staff on either a full-time or part-time basis,within two weeks of any request by the City. 3.PURPOSE.In anticipation of the expiring contract for plans review,plans examiner,and building inspection services, the City is accepting proposals from firms interested and qualified in providing professional building inspection,and plans examiner and plan review services in various disciplines for the Building Department.The RFQ seeks responses from firms employing staff with qualifications in the following specialized areas:building inspector;roofing inspector; electrical inspector;plumbing inspector;mechanical inspector;elevator inspector,building plans examiner;electrical plans examiner;plumbing plans examiner;mechanical plans examiner;structural plans examiner;roofing plans examiner and zoning inspector/plans reviewer. The Building Department has allocated an estimated $617,000 for these services annually. 3.1.INTERESTED PARTIES.Interested parties are invited to submit proposals in accordance with Section 0300. A Pre-proposal conference will be held in accordance with Section 0100,Sub-sections 5 and 7.All proposals will be evaluated in accordance with the criteria found in Section 0400. 4.STATEMENT OF WORK REQUIRED. 4.1.This RFQ seeks proposals from firms employing staff with qualifications in the following building trade specialized areas.By virtue of submitting a proposal to this RFQ,firms agree to have inspectors/examiners/reviewers available in the specialties below to work either full or part-time for the City within two weeks of a request for such specialty being made by the City.Below are some of the required specialties,but not limited to: AREAS OF SPECIALIZATION/BUILDING TRADES •Building Inspector with the State of Florida Certification &Certification by the Miami-Dade County Board of Rules and Appeals (BORA); •Building Plans Examiner with the State of Florida Certification &Certification for the Miami-Dade County MIAMI BEACH Board of Rules and Appeals (BORA); •Electrical Inspector with the State of Florida Certification &Certification by the Miami-Dade County Board of Rules and Appeals (BORA); •Electrical Plans Examiner with the State of Florida Certification &Certification by the Miami-Dade County Board of Rules and Appeals (BORA)Certification; •Mechanical Inspector with the State of Florida Certification &Certification by the Miami-Dade County Board of Rules and Appeals (BORA); •Mechanical Plans Examiner with the State of Florida Certification &Certification by the Miami-Dade County Board of Rules and Appeals (BORA); •Plumbing Inspector with the State of Florida Certification &Certification by the Miami-Dade County Board of Rules and Appeals (BORA); •Plumbing Plans Examiner with the State of Florida Certification &Certification by the Miami-Dade County Board of Rules and Appeals (BORA); •Roofing Inspector with the State of Florida Certification &Certification by the Miami-Dade County Board of Rules and Appeals (BORA); •Roofing Plans Examiner with State of Florida Certification &Certification by the Miami-Dade County Board of Rules and Appeals (BORA); •Structural Plans Examiner with the State of Florida Registration a Professional Engineer (PE)in the Structural discipline &Certification by the Miami-Dade County Board of Rules and Appeals (BORA); •Zoning Inspector/Plan Reviewer with similar work in other jurisdictions in the State of Florida or experience as deemed appropriate. 4.2.TASKS •Conduct technical field inspections of buildings,equipment,and installations during various phases of plumbing construction,installation,and operation and grant inspection approvals,if found in compliance with applicable codes and regulations,and provide written comments,if found not in compliance with applicable codes and regulations. •Review plumbing,electrical,or mechanical installation plans,specifications,and materials listed for residential and commercial projects,and grant approvals,if found in compliance with applicable codes and regulations,and provide written comments,if found not in compliance with applicable codes and regulations. •Evaluate alternate methods,procedures,materials,and products for compliance with the Florida Building Code requirements,whichever is applicable,depending on the date of the application or construction. •Approve and disapprove proposed plans in accordance with the applicable Code and other regulatory requirements and discuss disapproved items with architects,engineers,contractors,and/or owner builders to obtain plan changes necessary for approval. •Render information concerning the applicable Code and make interpretations of its contents.Make decisions as to the feasibility of deviations from the Codes under various conditions. •Perform related work as required by the Building Department 4.3.POWERS AND DUTIES All inspectors/examiners/reviewers proposed for service in response to this RFQ must meet all requirements for their specialties established by the Miami-Dade County Code of Ordinances,Chapter 8,Article 11,where applicable,and have been certified by the Miami-Dade County Board of Rules of Appeals (BORA),where applicable. 4.4.CONFLICTS OF INTEREST Bidder(s)selected under this RFQ shall not perform private provider inspections and plans review and plan examiner services for private clients in the City of Miami Beach for the duration of the contract with the City of Miami Beach.Those projects for Private Provider Plan Review and Inspection services underway at the time of award of this contract shall be grandfathered in.BIDDERS,BY VIRTUE OF SUBMITTING A RESPONSE MIAMI BEACH TO THIS RFO,UNDERSTAND AND ACCEPT THIS REQUIREMENT AND EITHER DO NOT PROVIDE PRIVATE PROVIDER SERVICES IN THE CITY OF MIAMI BEACH OR WILL NOT SUBMIT ANY NEW APPLICATIONS TO PROVIDE SUCH SERVICES UPON SELECTION. 4.5.CANDIDATES SUBMITTED FOR THE CITY'S CONSIDERATION Upon request from the City,contractor(s)shall provide candidates for the job classifications requested. Candidates shall be provided at no cost to the City.The contractor agrees to provide only skilled, knowledgeable,and experienced personnel to perform services to the City.The contractor also agrees to provide the City information on any candidate(s)whose quality of services had been previously determined to be unsatisfactory. 4.6.BACKGROUND CHECKS Any candidate selected must successfully complete a background check conducted by the City using the Florida Department of Law Enforcement (FDLE)Volunteer and Employee Criminal History System (VECHS). Drug Testing should be conducted in accordance with Title 49,Code of Federal Regulations,Part 40.The successful Bidder(s)must provide 10 Panel drug testing of all personnel supplied to the City,and proof of drug test prior to the acceptance of any personnel approval for an assignment.Bidder's employees must test negative in order to begin work on any City assignment.Bidder shall bear all costs associated with the initial drug tests.In no case shall a candidate who tests positive for drugs or alcohol be submitted as a candidate for City assignment. The City's current 1C-panel drug test and cut-off levels are as follows: Drug Cocaine metabolites In the case of an alcohol test,a result of 0,04 or greater constitutes a positive result.A confirmation breathalyzer test shall be administered following the initial test in accordance with the procedures in Title 49 Code ot Federal Regulations.Part 40. 4.7.Upon request from the City,the Contractor must immediately replace any personnel providing services whose quality of services is unsatisfactory to the City. 4.8.All candidates placed in the City shall be employees of the contractor,and at no time,shall the City be liable for any employer responsibilities to the contractor's employee. 4.9.CITY OF MIAMI BEACH LIVING WAGE RATES Under this contract,the wage rate paid to the personnel employed by the bidder for the work under the contract shall not be less than the City of Miami Beach Living Wage Rate. M IA M I BEA CH Failure to comply with this provision shall be deemed a material breach under this bid,under which the City may,at its sole option,immediately deem said Bidder as non-responsive,and may further subject Bidder to additional penalties and fines,as provided in the City's Living Wage Ordinance,as amended. 5.ANTICIPATED RFO TIMETABLE The tentative schedule for this solicitation is as follows· RFQ Issued September 13,2023 Pre-Proposal Meeting September 27,2023,at 10:00 am ET Join on your computer or mobile app Click here to join the meeting Or call in (audio only) +1 786-636-1480 United States,Miami Phone Conference ID:916 525 649# Deadline for Receipt of Questions October 16,2023,at 5:00 pm ET Responses Due October 25,2023,at 3:00 pm ET Join on your computer or mobile app Click here to join the meeting Or call in (audio only) +1 786-636-1480 United States,Miami Phone Conference ID:316 934 347# Evaluation Committee Review TBD Tentative Commission Approval TBD Contract Negotiations Following Commission Approval 6.PROCUREMENT CONTACT.Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: ,+ ]w1 te]p ¢)'»«$/a '/¢ Additionally,the City Clerk is to be co ied on all communications via e-mail at:RafaelGranado miamibeachfl.ov; or via facsimile:786-394-4188. The Proposal title/number shall be referenced on all correspondence.All questions or requests for clarification must be received no later than ten (10)calendar days prior to the date proposals are due as scheduled in Section 0100-5. All responses to questions/clarifications will be sent to all prospective Bidder in the form of an addendum. 7.PRE-PROPOSAL MEETING OR SITE VISIT(S).A pre-proposal meeting or site visit(s)may be scheduled. Attendance for the pre-proposal meeting shall be via web conference and recommended as a source of information but is not mandatory.Bidder interested in participating in the Pre-Proposal Meeting must follow these steps: Join on your computer or mobile app Click here to join the meeting Or call in (audio only) +1 786-636-1480 United States,Miami Phone Conference ID:916 525 649# Bidder who are participating should send an e-mail to the contact person listed in this RFQ expressing their intent to participate. MIAMI BEACH 8.PRE-PROPOSAL INTERPRETATIONS.Oral information or responses to questions received by prospective Bidder are not binding on the City and will be without legal effect,including any information received at pre-submittal meeting or site visit(s).The City by means of Addenda will issue interpretations or written addenda clarifications considered necessary by the City in response to questions.Only questions answered by written addenda will be binding and may supersede terms noted in this solicitation.Addendum will be released through Periscope S2G.Any prospective Bidder who has received this RFQ by any means other than through Periscope S2G must register immediately with Periscope S2G to assure it receives any addendum issued to this RFQ.Failure to receive an addendum may result in disqualification of proposal.Written questions should be received no later than the date outlined in the Anticipated RFQ Timetable section. 9.CONE OF SILENCE.This RFQ is subject to,and all Bidder are expected to be or become familiar with,the City's Cone of Silence Requirements,as codified in Section 2-486 of the City Code.Bidder shall be solely responsible for ensuring that all applicable provisions of the City's Cone of Silence are complied with,and shall be subject to any and all sanctions,as prescribed therein,including rendering their response voidable,in the event of such non-compliance. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov 10.ADDITIONAL INFORMATION OR CLARIFICATION.After proposal submittal,the City reserves the right to require additional information from Bidder (or Bidder team members or sub-consultants)to determine:qualifications (including,but not limited to,litigation history,regulatory action,or additional references);and financial capability (including,but not limited to,annual reviewed/audited financial statements with the auditors notes for each of their last two complete fiscal years). 11.BIDDER'S RESPONSIBILITY.Before submitting a response,each Bidder shall be solely responsible for making any and all investigations,evaluations,and examinations,as it deems necessary,to ascertain all conditions and requirements affecting the full performance of the contract.Ignorance of such conditions and requirements,and/or failure to make such evaluations,investigations,and examinations,will not relieve the Bidder from any obligation to comply with every detail and with all provisions and requirements of the contract,and will not be accepted as a basis for any subsequent claim whatsoever for any monetary consideration on the part of the Bidder. 12.DETERMINATION OF AWARD.The City Manager may appoint an evaluation committee to assist in the evaluation of proposals received.The evaluation committee is advisory only to the city manager.The city manager may consider the information provided by the evaluation committee process and/or may utilize other information deemed relevant.The City Manager's recommendation need not be consistent with the information provided by the evaluation committee process and takes into consideration Miami Beach City Code Section 2-369,including the following considerations: (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. The City Manager may recommend to the City Commission the Bidder(s)s/he deems to be in the best interest of the City or may recommend rejection of all proposals.The City Commission shall consider the City Manager's recommendation and may approve such recommendation.The City Commission may also,at its option,reject the City Manager's recommendation and select another Proposal or Proposals which it deems to be in the best interest of the City,or it may also reject all Proposals. MIAMI BEACH 13.NEGOTIATIONS.Following selection,the City reserves the right to enter into further negotiations with the selected Bidder.Notwithstanding the preceding,the City is in no way obligated to enter into a contract with the selected Bidder in the event the parties are unable to negotiate a contract.It is also understood and acknowledged by Bidders that no property,contract or legal rights of any kind shall be created at any time until and unless an Agreement has been agreed to;approved by the City;and executed by the parties. 14.E-VERIFY.As a contractor you are obligated to comply with the provisions of Section 448.095,Fla.Stat., "Employment Eligibility."Therefore,you shall utilize the U.S.Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Contractor during the term of the Contract and shall expressly require any subcontractors performing work or providing services pursuant to the Contract to likewise utilize the U.S.Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the Contract term. 15.PERISCOPE S2G (FORMERLY BIDSYNC).The Procurement Department utilizes Periscope S2G,Supplier-to- Government electronic bidding (e-Bid)platform.If you would like to be notified of available competitive solicitations released by the City you must register and complete your vendor qualifications through Periscope S2G,Supplier-to- Government www .bidsync.com/Miami-Beach.Registration is easy and will only take a few minutes.For detailed instructions on how to register,complete vendor qualifications and submit electronic bids visit https://www.miamibeachfl.goy/city-hall/procurement/for-approval-how-to-become-a-vendor/, Should you have any questions regarding this system or registration,please visit the above link or contact Periscope S2G,Supplier-to-Government at support@bidsync.com or 800.990.9339,option 1,option 1. 16.HOW TO MANAGE OR CREATE A VENDOR PROFILE ON VENDOR SELF SERVICE (VSS).In addition to registering with Periscope S2G,the City encourages vendors to register with our online Vendor Self-Service web page,allowing City vendors to easily update contacts,attachments (W-9),and commodity information.The Vendor Self-Service (VSS)webpage (https://selfservice.miamibeachfl.gov/vssNendors/default.aspx)will also provide you with purchase orders and payment information. Should you have any questions and/or comments,do not hesitate to submit them to vendorsupport@miamibeachfl.gov 17.SUPPLIER DIVERSITY.In an effort to increase the number and diversity of supplier options in the procurement of goods and services,the City has established a registry of LGBT-owned businesses,as certified by the National LGBT Chamber of Commerce (NGLCC)and small and disadvantaged businesses,as certified by Miami-Dade County. See authorizing resolutions here. If your company is certified as an LGBT-owned business by NGLCC,or as a small or disadvantaged business by Miami-Dade County,click on the link below to be added to the City's supplier registry (Vendor Self-Service)and bid system (Periscope S2G,Supplier-to-Government).These are two different systems and it is important that you register for both. Click to see acceptable certification and to register:https://www .miamibeachfl.gov/city-hall/procuremenUhow-to- become-a-vendor/. Balance of Page Intentionally Left Blank SECTION 0200 MIAMI BEACH GENERAL CONDITIONS FORMAL SOLICITATIONS TERMS &CONDITIONS -GOODS AND SERVICES.By virtue of submitting a proposal in response to this solicitation,Bidder agrees to be bound by and in compliance with the Terms and Conditions for Services (dated 10.27.2022),incorporated herein,which may be found at the following link: https://www.miamibeachfl.gov/city-hall/procurement/standard-terms-and-conditions/ Balance of Page Intentionally Left Blank SECTION 0300 MIAMI BEACH PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT 1.ELECTRONIC RESPONSES (ONLY).Proposals must be submitted electronically through Periscope S2G (formerly BidSync)on or before the date and time indicated.Hard copy proposals or proposals received through email or facsimile are not acceptable and will be rejected. A Bidder may submit a modified proposal to replace all or any portion of a previously submitted proposal until the deadline for proposal submittals.The City will only consider the latest version of the bid. Electronic proposal submissions may require the uploading of attachments.All documents should be attached as separate files in accordance with the instructions included in Section 4,below.Attachments containing embedded documents or pro prietary file extensions are prohibited.It is the Bidder's responsibility to assure that its bid,including all attachments,is uploaded successfully. Only proposal submittals received,and time stamped by Periscope S2G (formerly BidSync)prior to the proposal submittal deadline shall be accepted as timely submitted.Late bids cannot be submitted and will not be accepted. Bidders are cautioned to allow sufficient time for the submittal of bids and uploading of attachments.Any technical issues must be submitted to Periscope S2G (formerly BidSync)by contacting (800)990-9339 (toll free)or S2G@ periscopeholdings.com.The City cannot assist with technical issues regarding submittals and will in no way be responsible for delays caused by any technical or other issue. It is the sole responsibility of each Bidder to ensure its proposal is successfully submitted in BidSync prior to the deadline for proposal submittals. 2.NON-RESPONSIVENESS.Failure to submit the following requirements shall result in a determination of non- responsiveness.Non-responsive proposals will not be considered. 1.Bid Submittal Questionnaire (submitted electronically). 2.Failure to comply with the Minimum Eligibility Requirements (if applicable). 3.OMITTED OR ADDITIONAL INFORMATION.Failure to complete and submit the Bid Submittal Questionnaire (submitted electronically)with the bid and by the deadline for submittals shall render a proposal non- responsive.With the exception of the Bid Submittal Questionnaire (completed and submitted electronically),the City reserves the right to seek any omitted information/documentation or any additional information from Bidder or other source(s),including but not limited to:any firm or principal information,applicable licensure,resumes of relevant individuals,client information,financial information,or any information the City deems necessary to evaluate the capacity of the Bidder to perform in accordance with contract requirements.Failure to submit any omitted or additional information in accordance with the City's request shall result in proposal being deemed non-responsive. 4.ELECTRONIC PROPOSAL FORMAT.In order to maintain comparability,facilitate the review process and assist the Evaluation Committee in review of pro posals,it is strongly recommended that proposals be organized and tabbed in accordance with the tabs,and sections as specified below.The electronic submittal should be tabbed as enumerated below and contain a table of contents with page references.The electronic proposal shall be submitted through the "Line Items"attachment tab in Periscope S2G. Cover Letter,and Table of Contents 1.1 Cover Letter and Table of Contents.The table of contents should indicate the tabs,sections with tabs,and page numbers to facilitate the evaluation committee's review.The cover letter must be signed by a principal or a ent able to bind the firm. TAB 1 TAB2 MIAMI BEACH erience and Qualifications 2.1 Relevant Experience of Prime Bidder:Summarize projects where the Bidder and/or its principals have provided services similar to those described herein including experience in providing similar scope of services to public sector agencies preferably in Miami-Dade.For each project provide the following: a.project name and scope of services provided; b.name of individuals that worked on the referenced project; c.client; d.client project manager and contact information; e.costs of the services provided;and f.term of the engagement. g.List and describe all legal claims against any member of the team alleging errors and/or omissions,or any breach of professional ethics,including those settled out of court,during the past ten (10)years. 2.2 Qualifications of Bidders Inspectors/Examiners/Reviewers (Individuals).Provide an organizational chart of all personnel to be used on this project,and each individual's experience and qualifications providing similar scope of services to public sector agencies preferably in Miami-Dade,and each individual's relationship to the bidder.Include a resume of each individual,including education,experience,and any other pertinent information shall be included for each team member to be assigned to this project.Resumes and qualifications provided should include the should include but not be limited to the following specializations/trades: •Building Inspector with the State of Florida Certification &Certification by the Miami-Dade County Board of Rules and Appeals (BORA); •Building Plans Examiner with the State of Florida Certification &Certification for the Miami-Dade County Board of Rules and Appeals (BORA); •Electrical Inspector with the State of Florida Certification &Certification by the Miami-Dade County Board of Rules and Appeals (BORA); •Electrical Plans Examiner with the State of Florida Certification &Certification by the Miami-Dade County Board of Rules and Appeals (BORA)Certification; •Mechanical Inspector with the State of Florida Certification &Certification by the Miami-Dade County Board of Rules and Appeals (BORA); •Mechanical Plans Examiner with the State of Florida Certification &Certification by the Miami-Dade County Board of Rules and Appeals (BORA); •Plumbing Inspector with the State of Florida Certification &Certification by the Miami-Dade County Board of Rules and Appeals (BORA); •Plumbing Plans Examiner with the State of Florida Certification &Certification by the Miami-Dade County Board of Rules and Appeals (BORA); •Roofing Inspector with the State of Florida Certification &Certification by the Miami-Dade County Board of Rules and Appeals (BORA); •Roofing Plans Examiner with State of Florida Certification &Certification by the Miami-Dade County Board of Rules and Appeals (BORA); •Structural Plans Examiner with the State of Florida Registration a Professional Engineer (PE)in the Structural discipline &Certification by the Miami-Dade County Board of Rules and Appeals (BORA); •Zoning Inspector/Plan Reviewer with similar work in other jurisdictions in the State of Florida or ex erience as deemed a ro riate. TAB 3 ••roach and Methodolo Submit detailed information on the approach and methodology to maximize the value of the services provided to the City,including detailed information,as applicable,which addresses,but need not be limited to: 1.Recruitment &Retention.Explain how the bidder recruits and retains the best-qualified employees for the needs of the City. 2.Certification:Explain how the bidder will ensure its candidates meet all requirements for their specialties established b the Miami-Dade Count Code of Ordinances,Cha ter 8,Article II,where a licable,and MIAMI BEACH are certified by the Miami-Dade County Board of Rules of Appeals (BORA),where applicable. 3.Employee Training &Quality Assurance.Explain the training the bidder provides to employees and its quality assurance initiatives. 4.Conflicts of Interest.Explain how the bidder will ensure that there are no conflicts of interest with regard to employees working on any project for the City for which the bidder is assisting or representing private owners and developers. 5.Employee Performance.Describe the bidder's communication and escalation strategy for personnel not performing their assigned responsibilities. 6.Describe the bidder's monthly billing statement/invoice process,which identifies the positions,services, and hours performed by employees. 7.Bidders'recent,current,and projected workload for the Bidder and key personnel and how the potential contract will fit into the Bidder's workload. Balance of Page Intentionally Left Blank SECTION 0400 PROPOSAL EVALUATION 1.EVALUATION COMMITTEE.An Evaluation Committee,appointed by the City Manager,may meet to evaluate each Proposal in accordance with the qualitative criteria set forth below.In doing so,the Evaluation Committee may review and score all proposals received,with or without requiring presentations.It is important to note that the Evaluation Committee is advisory only and does not make an award recommendation to the City Manager or the City Commission.The City Manager will utilize the results to take one of the following actions: a.In the event that only one responsive proposal is received,the City Manager,after determination that the sole responsive proposal materially meets the requirements of the RFQ,may,without an evaluation committee,recommend to the City Commission that the Administration enter into negotiations;or b.The City Manager may recommend that the City Commission authorize negotiations or award a contract to one or more firms in accordance with Section 0100,Sub-section 12; or c.The City Manager may Recommend that the City Commission short-list one or more firms for further consideration by the Evaluation Committee;or d.The City Manager may recommend to the City Commission that all firms,if more than one (1)responsive submittal is received,be rejected. 2.PRESENTATIONS BY SHORT-LISTED FIRMS.If a short-listing of firms responding to this RFQ is approved,the short-listed firms may be required to make presentations to and be interviewed by the Evaluation Committee.In further considering the short-listed firms,the Evaluation Committee will utilize the criteria set forth in Sub-section 4 below. 3.TECHNICAL ADVISORS.The City,at its discretion,may utilize technical or other advisers to assist the evaluation committee or the City Manager in evaluating proposals. 4.EVALUATION CRITERIA.Responsive,responsible proposals will be evaluated in accordance with the following criteria: Qualitative Criteria (Points Assigned by Evaluation Committee) Experience &Qualifications (Tab 1) Approach &Methodology (Tab 2) TOTAL AVAILABLE POINTS for Qualitative Criteria Quantitative Criteria (Points Assigned by Procurement Department) Veteran's Preference Points TOTAL AVAILABLE POINTS for Qualitative and Quantitative Maximum Points Maximum Points 5.QUALITATIVE CRITERIA.The Evaluation Committee shall review responsive,responsible proposals and assign points for the qualitative factors only.The Evaluation Committee shall not consider quantitative factors (e.g.veteran's preference)in its review of proposals.The Evaluation Committee shall act solely in an advisory capacity to the City Manager.The results of the Evaluation Committee process do not constitute an award recommendation.The City Manager may utilize,but is not bound by,the results of the Evaluation Committee process,as well as consider any feedback or information provided by staff,consultants or any other third-party in developing an award recommendation in accordance with Section 0100,Sub-section 10.In its review of proposals received,the Evaluation Committee may review and score all proposals,with or without conducting interview sessions,in accordance with the evaluation criteria. 6.Quantitative Criteria.Following the results of the evaluation of the qualitative criteria by the Evaluation Committee,the Bidders may receive additional points,to be added by City staff.Veterans' Preference points will be assigned in accordance with Section 2-37 4 of the City Code. 7.DETERMINATION OF FINAL RANKING.The sum of the evaluation criteria points will be converted to rankings in accordance with the example below: Bidder A Bidder B Biddor C Qualitative Points 82 74 80 Com m ittee Quantitative Points 10 5 0 Mem ber 1 Total 92 79 80 Rank 4 3 2 Qualitative Points 82 85 72 Com m ittee Quantitative Points 10 5 0 Mem ber 2 Total 92 90 72 Rank 1 »2 3 Qualitative Points 90 74 66 Com m ittee Quantitative Points 10 5 0 Mem ber 2 Total 100 79 66 Rank 4 2 3 Low Aggregate Score 3 7 8 I Final Ranking*1 2 3 It is important to note that the results of the proposal evaluation process in accordance with Section 0400 does not represent an award recommendation.The City Manager will utilize the results of the proposal evaluation process,and any other information he deems appropriate,to develop an award recommendation to the City Commission,which may differ from the results of the proposal evaluation process and final rankings. Balance of Page Intentionally Left Blank APPENDIX A MIAMI BEAC H Special Conditions (RFQ)2024-031-WG PLAN REVIEW ,PLA N EXA M INERS,AND BUILD ING INSPECTIO N SERVICES PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 1.TERM OF CONTRA CT.The term of the contract shall be for three (3)years from the effective date. 2.OPTIONS TO RENEW.The City Manager may approve an additional one (1)two-year year renewal option. 3.PRICES.It is the intent of the City to negotiate,with the selected bidder(s),a percentage markup to be added to the pay rate for the placed candidate.The percentage mark-up shall be inclusive but not limited to,all expenses,profit,overhead,benefits and all applicable taxes.The City and selected bidder shall agree on the salary of the temporary staff person at the time of the engagement for that position,which shall remain fixed and firm during the term of the contract;provided,however that the bidder may offer incentive discounts to the City at any time during the contractual term. The City's representative and successful bidder shall mutually agree on the hourly salary,job description,minimum qualifications,duties and responsibilities for each position,as needed.The overhead and expenses markup proposed shall be added to the Candidates pay rate to determine the bill rate.No other fees or taxes are allowed. APPENDIX B MIAMI BEA CH Sample Contract (RFQ )2024-031-W G PLAN REVIEW ,PLA N EXAM IN ERS,A ND BUILDING IN SPECTIO N SERVICES BY VIRTUE OF SUBMITTING A PROPOSAL THE FIRM HEREBY TAKES NO EXCEPTIONS TO THE TERM AND CONDITIONS NOTED IN THIS SAMPLE CONTRACT PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 APPENDIX C MIAMI BEACH INSURANCE REQUIREMENTS (RFQ)2024-031-WG PLAN REVIEW,PLAN EXAMINERS,AND BUILDING INSPECTION SERVICES PRO C UREM ENT DEPA RTM ENT 1755 Meridian Avenue,3d Floor Miami Beach,Florida 33139 MIAMI BEACH TYPE 7 Professional Services Vendor shall maintain the below required insurance in effect prior to awarding the contract and for the duration of the contract.The maintenance of proper insurance coverage is a material element of the contract and failure to maintain or renew coverage may be treated as a material breach of the contract,which could result in withholding of payments or termination of the contract. XXX 1. XXX2. XXX 3. XXX4. XXX5. Worker's Compensation Insurance for all employees of the vendor as required by Florida Statute 440,and Employer Liability Insurance for bodily injury or disease. Should the Vendor be exempt from this Statute,the Vendor and each employee shall hold the City harmless from any injury incurred during performance of the Contract. The exempt Vendor shall also submit (i)a written statement detailing the number of employees and that they are not required to carry Workers'Compensation insurance and do not anticipate hiring any additional employees during the term of this contract or (ii)a copy of a Certificate of Exemption. Comprehensive General Liability (occurrence form),limits of liability$1,000,000.00 per occurrence for bodily injury property damage to include Premises/Operations; Products,Completed Operations and Contractual Liability.Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance requirements"of specifications). Automobile Liability -$1,000,000 each occurrence -owned/non-owned/hired automobiles included. Professional Liability Insurance in an amount not less than $1,000,000 with deductible per claim,if any,not to exceed 10%of the limit of liability. Cyber Liability in an amount sufficient to cover the full replacement value of damage to,alteration of,loss of,or destruction of electronic data and/or information "property" of the City of Miami Beach that will be in the care,custody,or control of the vendor. The City of Miami Beach is self-insured.Any and all claim payments made from self- insurance are subject to the limits and provisions of Florida Statute 768.28,the Florida Constitution,and any other applicable Statutes. Additional Insured -City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers'Compensation)arising out of work or operations performed on behalf of the contractor including materials,parts,or equipment furnished in connection with such work or operations and automobiles owned,leased, hired or borrowed in the form of an endorsement to the contractor's insurance. Notice of Cancellation -Each insurance policy required above shall provide that coverage shall not be cancelled,except with notice to the City of Miami Beach c/o EXIGIS Insurance Compliance Services. Waiver of Subrogation -Vendor agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required.However,this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. Acceptability of Insurers -Insurance must be placed with insurers with a current A.M.Best rating of A:VII or higher.If not rated,exceptions may be made for members of the Florida Insurance Funds (i.e.FWCIGA,FAJUA).Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. Verification of Coverage -Contractor shall furnish the City with original certificates and amendatory endorsements,or copies of the applicable insurance language,effecting coverage required by this contract.All certificates and endorsements are to be received and approved by the City before work commences.However,failure to obtain the required documents prior to the work beginning shall not waive the Contractor's obligation to provide them.The City reserves the right to require complete, certified copies of all required insurance policies,including endorsements,required by these specifications,at any time. CERTIFICATE HOLDER MUST READ: City of Miami Beach c/o Exigis Insurance Compliant Services P.O.Box 947 Murrieta,CA 92564 Kindly submit all certificates of insurance,endorsements,exemption letters to our servicing agent, EXIGIS,at: Certificates-miamibeach@riskworks.com Special Risks or Circumstances -The City of Miami Beach reserves the right to modify these requirements,including limits,based on the nature of the risk,prior experience,insurer,coverage, or other special circumstances. Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this Agreement. ATTACHMENT C SUNBIZ &PROPOSAL RESPONSE TO RFQ DP/3I0»1 of C09RATIO @nu official 'Stare of Floridu bits DIVISION OF CORPORATIONS De par tment of State I Division of Corpor at ions I Search Records I Searchby EEI/E IN Num ber I Detail by FEI/EIN Number Florida Profit Corporation C.A.P.GOVERNMENT,INC. Filing Information Document Number FEI/EIN Number Date Filed State Status Last Event Event Date Filed Event Effective Date Principal Address 343 ALMERIA AVENUE CORAL GABLES,FL 33134 Changed:12/12/2022 Mailing Address 343 ALMERIA AVENUE CORAL GABLES,FL 33134 K80212 65-0121594 04/10/1989 FL ACTIVE NAMECHANGEAMENDMENT 09/06/2006 NONE Changed:12/12/2022 Registered Agent Name 8&Address CORPORATION SERVICE COMPANY 1201 HAYS STREET TALLAHASSEE,FL 32301-2525 Name Changed:12/12/2022 Address Changed:12/12/2022 Officer/Director Detail Name &Address Title DPST PENIN,CARLO S A 343 ALMER IA AVENUE CO RAL GABLES,FL 33134 Annual Reports Report Year 2022 2023 2024 Filed Date 01/05/2022 03/06/2023 01/09/2024 Document Images 01/09/2024 --ANNUAL REPORT View image in PDF format I View image in PDF format J 12/12/2022 --Reg,._Agent Chang.e v_ie_w_i_m_a_g_e _in_P_D_F_fo_rm_at____,I 01/05/2022 --ANNUAL REPORT View image in PDF format [ 01/07/2021--ANNUAL REPORI View image in PDF format [ 01/06/2020 --ANNUAL REPORT V_ie_w_im_ag_e_in_P_D_F_f_o_rm_a_t____,[ 02/15/2019--ANNUAL REPORT View image in PDF format [ o vsp one -A U L RroRI """0foeJ 02/10/2017 --ANNUAL REPORT V_ie_w_i_m_a_ge_in_P_D_F_fo_rm_a_t___,[ 01/14/2016 --ANNUAL REPORT V_ie_w_i_m_a_ge_in_P_D_F_fo_rm_at____,[ 01/23/2015 --ANNUAL REPORT View image in PDF format I------------~ 04/28/2014--ANNUAL REPORT View image in PDF format [ o4pso zo 1a -A NAL nor ""o"""oaJ os os zo rz-A NA L RoRr ""o""of"oaJ o uo rao n -A NuA RoRr ""o""of"omJ 04/14/2010--ANNUAL REPORT View image in PDF format [------------~ 04/21/2009 --ANNUAL REPORT V_ie_w_i_m_a_ge_in_P_D_F_fo_rm_a_t___,[ 04/17/2008 --ANNUAL REPORT View image in PDF format J 04/02/2007 --ANNUAL REPORT V_ie_w_i_m_a_ge_in_P_D_F_fo_rm_a_t_~[ oouo7 zoos-A NuA E PoRr ""o""0"omaI View image in PDF format [ 03/06/2023--ANNUAL REPORT 09/06/2006 --Name Change 03/28/2006--ANNUAL REPORT 02/15/2005--ANNUAL REPORT View image in PDF format I View image in PDF format [ 04/13/2004 --ANNUAL REPORT 05/02/2003 --ANNUAL REPORT 05/06/2002 --ANNUAL REPORT View image in PDF format _J View image in PDF format J View image in PDF format [ 07/20/2001 --Name Change 03/08/2001--ANNUAL REPORT View image in PDF format _j View image in PDF format [ 10/13/2000.--Merger 03/04/2000.--ANNUAL REPORT 04/01/1999 --ANNUAL REPORT view image in PF format_] View image in PDF format _j View image in PDF format 04/22/1998--ANNUAL REPORT View image in PDF format 94/17/1997 --ANNUAL REPORT View image in PDF format 05/01/1996 --ANNUAL REPORT View image in PDF format 03/23/1995--ANNUAL REPORT View image in PDF format j JIJ BID SUBMITTAL QUESTIONNAIRE SECTION 1-BID CERTIFICATION FORM This document is a REQUIRED FORM that must be submitted fully completed and submitted. Solicitation No: BID NUMBER Solicitation Title: PROJECT TITLE BID D E R 'S NA M E :C.A.P.G overn m ent,Inc. N O .O F YE A R S IN BU S IN E S S :35 I NO .O F Y EA R S IN BU S IN E S S LO C A LLY :35 I NO .O F EM PLO YEES:291 O T H ER N A M E (S )BID D E R H A S O P E RA TE D UN D E R IN TH E LA ST 10 Y E A R S :N/A BID D E R PR IM A R Y A D D R E S S (H E A D Q U A R TE R S ):343 A lm eria A venue C IT Y :C o ral G ab les S TAT E :Flo rida I ZIP CO D E :33134 T E LE P H O N E NO .:305-4 48-1711 TO LL FR E E NO .:N/A FAX NO .:NIA BID D E R LO C A L A D D R E S S :343 A lm eria A venue C IT Y :C o ral G ables STAT E :Florida I ZIP CO D E :33134 PR IM A R Y A C C O U N T R E P R E S E N TAT IV E FO R TH IS EN G A G E M E N T:Carlos A.Penin,PE A C C O U N T R E P T E LE P H O N E N O .:30544817 11 0xt.3414 A C C O U N T R EP T O LL FR E E N O .:NIA A C C O U N T R EP EM A IL:capenin@ capfl a.com FE D E RA L TAX ID E N TIF IC AT IO N N O .:65-012 1594 By virtue of submitting a bid,bidder agrees:a)to complete and unconditional acceptance of the terms and conditions of this document and the solicitation,including all addendums specifications, attachments,exhibits,appendices and any other document referenced in the solicitation c)that the bidder has not divulged,discussed,or compared the proposal with other bidders and has not colluded with any other bidder or party to any other bid;d)that bidder acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws;e)if bid is accepted,to execute an appropriate City of Miami Beach document for the purpose of establishing a formal contractual relationship between the bidder and the City of Miami Beach,Florida,for the performance of all requirements to which the bid pertains;and f)that all responses,data and information contained in the bid submittal are true and accurate. The individual named below affirms that s/he:is a principal of the applicant duly authorized to execute this questionnaire,and that the contents of said document(s)are complete,true,and correct to the best of his/her knowledge and belief. Name and Title of Bidder's Authorized Representative: Carlos A.Penin Signature of Bidder 's Authorized Representative: Carlos A.Pen in SECTION 2 -ACKNOWLEDGEMENT OF ADDENDUM After issuance of solicitation,the City may release one or more addendum to the solicitation,which may provide additional information to bidders or alter solicitation requirements.The City will strive to reach every bidder having received solicitation through the City's e-procurement system.However,bidders are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation.This Acknowledgement of Addendum section certifies that the bidder has received all addendum released by the City pursuant to this solicitation.Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. Enter Initial Enter Initial Enter Initial to to Confirm to Confirm Confirm Receipt Receipt Receipt CAP Addendum 1 Addendum 6 Addendum 11 Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. SECTION 3 -CONFLICT OF INTEREST All bidders must disclose the name(s)of any officer,director,agent,or immediate family member (spouse,parent,sibling,and child)who is also an employee of the City of Miami Beach.Further,all bidders must disclose the name of any City employee who owns,either directly or indirectly,an interest of ten (10%)percent or more in the bidder entity or any of its affiliates. FIRST AND LAST NAME RELATIONSHIP 1 2 3 4 5 6 SECTION 4-FINANCIAL CAPACITY At time of request by the City,bidder shall request that Dun &Bradstreet submit its Supplier Qualifier Report directly to the City,with bid or within three (3)days of request.Bidder shall arrange for Dun &Bradstreet to submit a Supplier Qualification Report (SQR)directly to the City.No proposal will be considered without receipt (when requested),by the City,of the SQR directly from Dun &Bradstreet.The cost of the preparation of the SQR shall be the responsibility of the bidder.The bidder shall request the SQR report from D&B at: https://supplierportal.dnb.com/webapp/wcs/stores/servlet/SupplierPortal? storeld=11696 Bidders are responsible for the accuracy of the information contained in its SQR.It is highly recommended that each bidder review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process.For assistance with any portion of the SQR submittal process,contact Dun &Bradstreet at 800-424-2495. SECTION 5-REFERENCES AND PAST PERFORMANCE Project No. Project Title BID NUMBER PROJECT TITLE Bidder shall submit at least three (3)references for whom the bidder has completed work similar in size and nature as the work referenced in solicitation.Bidder may submit additional references as part of its bids submittal. Reference No.1 Firm Name:City of Aventura Contact Individual Name and Title:Mr.Ronald J.Wasson,City Manager Address:19200 W Country Club Drive,Aventura,FL 33180 Telephone:305-466-8910 Contact's Email:jwasson@cityofaventura.com Narrative on Scope of Services Provided,Project Budget,and Project Dates: The City of Aventura has contracted with CAP continuously for more than twenty-eight (28)years to provide full Building Department outsourcing.CAP provides plans review of building,structural,electrical,mechanical,and plumbing and inspections of buildings, accessibility,roofing,electrical, mechanical,gas and plumbing requirements as contained in the Florida Building Code, including any Miami-Dade County High-Velocity Zone and City amendments.CAP also provides the Building Official for the City.Annual Revenue received are approximately: $3.8M 1995 -Ongoing (28 Years) Reference No.2 Firm Name:North Bay Village Contact Individual Name and Title: Address:Mr.Ralph Rosado,Village Manager Telephone:305-756-7171 ext.24 Contact's Email:rrosado@nbvillage.com Narrative on Scope of Services Provided,Project Budget,and Project Dates: North Bay Village has contracted with CAP continuously for more than eleven (11)years CAP provides the Village with building,zoning,and engineering inspections and plan review services for structural,plumbing,electrical,and mechanical requirements as contained in the Florida building Code, the Miami-Dade County Code,and Village Code.CAP also serves as the Building Official and is involved in managing the daily operations of the department.Unique to the municipality is that CAP also outsources the Public Works Director to the Public Works Department.Annual Revenue received are approximately:$750K 2013 -Ongoing (11 Years) Reference No.3 Firm Name:Village of El Portal Contact Individual Name and Title:Ms.Christia E.Alou,Village Manager Address:500 NE 87th Street,El Portal,FL 33138 Telephone:305-795-7880 Contact's Email:villagemanager@villageelportal.org Narrative on Scope of Services Provided,Project Budget,and Project Dates: The Village of El Portal contracts with CAP for full Building department services.CAP provides plans review of building,structural,fire, electrical,mechanical,and plumbing and inspections of building accessibility,roofing,electrical,mechanical,gas and plumbing requirements as contained in the Florida Building Code,including the Miami-Dade County High Velocity Zone and Village amendments.CAP also provides the Building Official for the Village.Annual Revenue received are approximately:$430K 2004-Ongoing (15 years) SECTION 6-SUSPENSION,DEBARMENT,OR CONTRACT CANCELLATION Has bidder ever been debarred,suspended or other legal violation,or had a contract cancelled due to non-performance by any public sector agency?[]Es [@ ]No If answer to above is "YES,"bidder shall submit a statement detailing the reasons that led to action(s): SECTION 7 -EQUAL BENEFITS FOR EMPLOYEES WITH SPOUSES AND EMPLOYEES WITH DOMESTIC PARTNERS When awarding competitively solicited contracts valued at over $100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks,the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach,who are awarded a contract pursuant to competitive bids,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 Contractor who work 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. Does bidder provide or offer access to any benefits to employees with spouses or to spouses of employees? [@@ ]Es [_]No Does bidder provide or offer access to any benefits to employees with (same or opposite sex) domestic partners or to domestic partners of employees? @j ]YES D I NO 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. Bidder Provides for Bidder Provides for Bidder does notBENEFITEmployeeswithEmployeeswithProvideBenefitSpousesDomesticPartners Health Yes Yes Sick Leave Yes Yes Family Medical Leave Yes Yes Bereavement Leave Yes Yes If Bidders cannot offer a benefit to domestic partners because of reasons outside your control, (e.g.,there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance.To comply on this basis,you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application with all necessary documentation.Your Reasonable Measures Application will be reviewed for consideration by the City Manager,or his designee.Approval is not guaranteed and the City Manager's decision is final.Further information on the Equal Benefits requirement is available at http://ww w.miamibeachfl,gov/city-hall/procurement/procurement-related-ordinance-and- procedures/ SECTION 8-LIVING WAGE Pursuant to Section 2-408 of the City of Miami Beach Code (as currently stated or as may be amended),covered employees shall be paid the required living wage rates (https://www.miamibeachfl,gov/city-hall/procurement/procurement-related-ordinance-and- procedures/).Any payroll request made by the City during the contract term shall be completed electronically via the City's electronic compliance portal. SECTION 9 -BYRD ANTI-LOBBYING AMENDMENT CERTIFICATION FORM APPENDIX A,44 C.F.R.PART 18 -CERTIFICATION REGARDING LOBBYING Certification for Contracts,Grants,Loans,and Cooperative Agreements The undersigned Contractor certifies,to the best of his or her knowledge,that: 1.No Federal appropriated funds have been paid or will be paid,by or on behalf of the undersigned,to any person for influencing or attempting to influence an officer or employee of an agency,a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with the awarding of any Federal contract,the making of any Federal grant,the making of any Federal loan,the entering into of any cooperative agreement,and the extension,continuation,renewal,amendment,or modification of any Federal contract,grant,loan,or cooperative agreement. 2.If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency,a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with this Federal contract,grant,loan,or cooperative agreement,the undersigned shall complete and submit Standard Form-LLL,"Disclosure Form to Report Lobbying,"in accordance with its instructions. 3.The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts,subgrants,and contracts under grants,loans,and cooperative agreements)and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into.Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31,U.S.C.$1352 (as amended by the Lobbying Disclosure Act of 1995).Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The undersigned Contractor certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure,if any.In addition,the Contractor understands and agrees that the provisions of 31 U.S.C.§3801 et seq.,apply to this certification and disclosure,if any. By virtue of submitti ng bid,bidder certifies or affirms its compliance with the Byrd Anti-Lobbying Amendment Certification. Name and Title of Bidder's Authorized Representative: Carlos A.Penin Signature of Bidder 's Authorized Representative: Carlos A.Penin SECTION 10 -SUSPENSION AND DEBARMENT CERTIFICATION The Contractor acknowledges that: (1)This Contract is a covered transaction for purposes of 2 C.F.R.pt.180 and 2 C.F.R.pt. 3000.As such the contractor is required to verify that none of the Contractor,its principals (defined at 2 C.F.R.§180.995),or its affiliates (defined at 2 C.F.R.§180.905)are excluded (defined at 2 C.F.R.§180.940)or disqualified (defined at 2 C.F.R.§180.935). (2)The Contractor must comply with 2 C.F.R.pt.180,subpart C and 2 C.F.R.pt.3000,subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3)This certification is a material representation of fact relied upon by the City.If it is later determined that the Contractor did not comply with 2 C.F.R.pt.180,subpart C and 2 C.F.R.pt. 3000,subpart C,in addition to remedies available to the City,the Federal Government may pursue available remedies,including but not limited to suspension and/or debarment. (4)The Contractor agrees to comply with the requirements of 2 C.F.R.pt.180,subpart C and 2 C.F.R.pt.3000,subpart C while this offer is valid and throughout the period of any contract that may arise from this offer.The Contractor further agrees to include a provision requiring such compliance in its lower tier covered transactions." By virtue of submitting bid,bidder certifies or affirms its compliance with the Suspension and Debarment Certification. Name and Title of Bidder's Authorized Representative: Carlos A.Penin Signature of Bidder 's Authorized Representative: Carlos A.Penin SECTION 11 -SMALL AND DISADVANTAGED BUSINESS CERTIFICATION Pursuant to Resolution 2020-31519,the City is tracking the Small and Disadvantaged Businesses,as certified by Miami-Dade County that have been certified as Small or Disadvantaged Business by Miami-Dade County. Does bidder possess Small or Disadvantaged Business certification by Miami-Dade County? [L]YES [@@]No SECTION 12 -LGBT BUSINESS ENTERPRISE CERTIFICATION Pursuant to Resolution 2020-31342,the City is tracking the utilization of LGBT owned firms that have been certified as an LGBT Business Enterprise by the National Gay and Lesbian Chamber of Commerce (NGLCC). Does bidder possess LGBT Business Enterprise Certification by the NGLCC? [T]Es [@]No SECTION 13 -CONE OF SILENCE Pursuant to Section 2-486 of the City Code,all procurement solicitations once advertised and until an award recommendation has been forwarded to the City Commission by the City Manager are under the "Cone of Silence."The Cone of Silence ordinance is available at https://library.municode.com/fl/miami beach/codes/code of ordinances? nodeld=SPAGEOR CH2AD ARTVIISTCO DIV4PR S2-486COSI Any communication or inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the of exception communications with the Procurement Director,or his/her administrative staff responsible for administering the procurement process for this solicitation providing said communication is limited to matters of process or procedure regarding the solicitation.Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov . By virtue of submitting bid,bidder certifies that it is in compliance with the Cone of Silence Ordinance,pursuant to Section 2-486 of the City Code. SECTION 14-CODE OF BUSINESS ETHICS Pursuant to City Resolution No.2000-23789,the Bidder shall adopt a Code of Business Ethics prior to executing a contract with the City.The Code of Business Ethics shall be submitted to the Procurement Department with its response or within three (3)days of request by the City.The Code shall,at a minimum,require the Bidder,to comply with all applicable governmental rules and regulations including,among others,the conflict of interest,lobbying and ethics provision of the City Code.In lieu of submitting Code of Business Ethics,bidder may indicate that it will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics,available at http://www.miamibeachfl.gov/city- hall/procurement/procurement-related-ordinance-and-procedures/ Bidder will submit firm's Code of Business Ethics within three (3)days of request by the City? [@ ]YEs []No Bidder adopts the City of Miami Beach Code of Business Ethics? [mg]Es [@]NO SECTION 15 -LOBBYIST REGISTRATION &CAMPAIGN CONTRIBUTION REQUIREMENTS This solicitation is subject to,and all bidders are expected to be or become familiar with,all City lobbyist laws,including lobbyist registration requirements and prohibition on campaign contributions,including: •Lobbyist Registration Requirements sections 2-397 through 2-485.3 of City Code (https://library.municode.com/fl/miami beach/codes/code of ordinances? nodeld=SPAGEOR CH2AD ARTVIISTCO DIV3LO) •Campaign Contribution Requirements sections 2-487 and 2-488 of City Code (https://library.municode.com/fl/miami beach/codes/code of.ordinances? nodeld=SPAGEOR CH2AD ARTVIISTCO DIV5CAFIRE) By virtue of submitting bid,bidder certifies or affirms that they have read and understand the above Lobbyist Registration &Campaign Contribution Requirements. SECTION 16 --NON-DISCRIMINATION The Non-Discrimination ordinance is available at: https://library.municode.com/fl/miami beach/codes/code of ordinances? nodeld=SPAGEOR CH2AD ART/IPR DIV3COPR S2-375NSCCOREWA By virtue of submitting bid,bidder agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. SECTION 17-FAIR CHANCE REQUIREMENT The Fair Chance Ordinance No.2016-4012 is available at: https://library.municode.com/fl/miami beach/codes/code of ordinances? nodeld=SPAGEOR CH62HURE ARTVFACHOR By virtue of submitting bid,bidder certifies that it has adopted policies,practices and standards consistent with the City's Fair Chance Ordinance.Bidder agrees to provide the City with supporting documentation evidencing its compliance upon request.Bidder further agrees that any breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termination for cause of the agreement,in addition to any damages that may be available at law and in equity. SECTION 18 --PUBLIC ENTITY CRIMES Please refer to Section 287 .133(2)(a),Florida Statutes,available at: https://www.flsenate.gov/Laws/Statutes/2012/287,133 By virtue of submitting bid,bidder agrees with the requirements of Section 287.133,Florida Statutes,and certifies it has not been placed on convicted vendor list. SECTION 20 --VETERAN BUSINESS ENTERPRISES PREFERENCE Pursuant to City of Miami Beach Ordinance No.2011- 3748,https://library.municode.com/fl/miami beach/codes/code of ordinances? nodeld=SPAGEOR CH2AD ARTVIPR DIV3COPR S2- 37 4PRPRPRVECOGOCOSE the City shall give a preference to a responsive and responsible bidder which is a small business concern owned and controlled by a veteran(s)or which is a service-disabled veteran business enterprise,and which is within five percent (5%)of the lowest and best bidder,by providing such bidder an opportunity of providing said goods or contractual services for the lowest responsive bid amount.Whenever,as a result of the foregoing preference,the adjusted prices of two (2)or more bidders which are a small business concern owned and controlled by a veteran(s)or a service-disabled veteran business enterprise constitute the lowest bid pursuant to an 1TB,RFP,RFQ,ITN or oral or written request for quotation,and such bids are responsive,responsible and otherwise equal with respect to quality and service,then the award shall be made to the service-disabled veteran business enterprise. Is the bidder a service-disabled veteran business enterprise certified by the State of Florida? [@]YEs [@ ]No Is the bidder a service-disabled veteran business enterprise certified by the United States Federal Government? []Es [@]No SECTION 21 -MORATORIUM ON TRAVEL TO AND THE PURCHASE OF GOODS OR SERVICES FROM MISSISSIPPI Pursuant to Resolution 2016-29375,the City of Miami Beach,Florida prohibits the purchase of goods or services sourced in Mississippi.Are any of the products for which the applicant is seeking to be prequalified sourced in Mississippi? If yes,explain. D I YES @ ]No April 30,2024 City of Miami Beach Procurement Department 1755 Meridian Avenue,3"Floor Miami Beach,FL 33139 RE:Plan Review,Plan Examiners,and Building Inspection Services RFQ No.2024-031-WG cap cap government To Whom It May Concern: C.A.P.Government,Inc.(CAP)submits this response to the City of Miami Beach Request for Qualifications (RFQ No.2024-031-WG)to provide Plan Review,Plan Examiners,and Building Inspection Services.We thoroughly understand the Scope of Services and have one (1)electronic format of our response to this RFQ via Periscope S2G. CAP has been outsourcing to governmental agencies in Miami-Dade County for thirty-five (35)years.More importantly CAP is proud to have provided these services to the City of Miami Beach for the last fifteen_(15)years_. Our corporate philosophy of delivering services is by creating a positive customer centered experience without sacrificing accuracy,efficiency and transparency.We believe that this complements the City's desire for its Building Department customers.As you review our proposal we call to your attention the following points: •Qualifications.CAP was established thirty-five (35)years ago in 1989 and is the pioneer of outsourcing Building Department services to municipalities throughout South Florida.We currently serve over seventy-five (75)municipalities and seven (7)educational institutions. •Staff Availability.CAP has over two hundred and eighty (280+)employees who are fully qualified and licensed by the State of Florida Department of Business and Professional Regulations and Miami-Dade Board of Rules and Appeals (BORA). They are available to provide plans review,inspections,code enforcement,Building Official and permit administration services. •Location.Our Corporate Office at 343 Almeria Avenue,Coral Gables,FL 33134 is appro xim ately ten miles from City Hall.In addition,we can draw resources from multiple client municipalities and various offices in Miami-Dade.In fact,our North Bay Village operations center is closer to North Beach than the City's Building Department. 343 Almeria Avenue.Coral ables,FL 33134·0 305.448,1711.F 305.448.1712 capfla.com ca p cap government •Electronic Plans Review (EPR).Since 2013 CAP has been investing,developing and implementing an EPR platform that allows our Plans Examiners to work electronically in an efficient,transparent and real time.This technology will shorten our service response time considerably. •Services.CAP's services focus on serving Governmental entities.We do not service private clients in the jurisdiction where we provide our Building Department outsourcing services,thus avoiding potential conflicts of interest.Building Department outsourcing is what we do! We commit to deliver efficient,cost-effective and quality solutions to the City by maintaining the necessary resources to provide the services required in the Scope of Services.Our experience and qualifications meet or exceed the requirements and expectations listed in the RFQ. In closing,let me offer some facts that we believe set us apart from our competition.No other Company in South Florida can measure up to the amount of years,number of clients and number of employees.Why us,by the numbers? 35 Years in Business (Est.in 1989). 32 Years Outsourcing Building Services Exclusively to the Government 11 Municipal Clients -Full Service 67 Municipal Clients -Supplemental Services 7 Educational Clients 85 Total Building Department Outsourcing Clients 15 Years with the City of Miami Beach 19 Years with the City of Weston 29 Years with the City of Aventura 35 Years with a Headquarter located in Miami-Dade County 10 Years providing Electronic Plan Review (EPR) 280+Employees dedicated to outsourcing Building Services If given the opportunity,we will continue to provide customer centered Building Department services to the City of Miami Beach.If you require any additional information,or wish to discuss this proposal further,please contact me at 305.458.6000. Very truly yours, C.A.P.Government,Inc. Carlos A.Penin,PE President 2 TAB 1 TABLE OF CONTENTS TAB 1 -COVER LETTER AND TABLE OF CONTENTS 1.1 Cover Letter and Table of Contents...................................................1-3 TAB 2 -EXPERIENCE AND QUALIFICATIONS 2.1 Relevant Experience of Prime Bidder 4-6 2.2 Qualifications of Bidders Inspectors/Examiners/Reviewers 7-54 TAB 3 -APPROACH AND METHODOLOGY 55-57 1.Recruitment and Retention 2.Certification 3.Employee Training and Quality Assurance 4.Conflicts of Interest 5.Employee Performance 6.Billing 7.Workload MIAMI BEACH -REQUEST FOR QUALIFICATIONS (RFQ)2024-031-WG 3MIAMIBEACH I t TA B 2 -Experien ce and Q ualification s 2.1-RELEVANT EXPERIENCE OF PRIME BIDDER C.A.P.Government,Inc.(CAP)has outsourced Building Department Services to government agencies throughout the State of Florida for over thirty-five (35)years.Our legacy of hard work and dedication has established us as an industry leader.Most importantly,we have been providing Plan Review,Plan Examiners and Building Inspection Services to the City of Miami Beach SINCE 2009. The following relevant experience is provided to highlight CAP's proven track record with similar contracts.They demonstrate the depth of our past performance and validate our successful history of providing professional outsourced services. a.Project name and scope of services provided: Building Inspections and Plans Review Services b.name of individuals that worked on the referenced project. The following list is a partial list of employees assigned to this Municipality. Oscar Guerrero,BU,Miguel Pino,PX,BN,Gustavo Garrido,PX,BN c.Client: City of Aventura d.Client project manager and contact information: Mr.Keven Klopp,Community Development Director (305)466 8940 /kloppk@cityofaventura.com e.Costs of the Services Provided: Annual Revenue received are approximately:$3.8M f.Term of the engagement: 1995 -Ongoing g.List and describe all legal claims against any member of the team alleging errors and/or omissions,or any breach of professional ethics,including those settled out of court,during the past ten (10)years: None a.Project name and scope of services provided: Building Inspections and Plans Review Services b.name of individuals that worked on the referenced project: The following list is a partial list of employees assigned to this Municipality. Pedro Martinez,BU,Jaime Cynamon,Victor Diaz,Jason Garcia,SRI c.Client: Village of El Portal d.Client project manager and contact information: Ms.Christia E.Alou,Esq.,Village Manager (305)795-7880 /villagemanager@villageofelportal.org M IA M I BEACH -REQUEST FOR QUALIFICATIONS (RFQ)2024-031-WG MIAMI BEACH 4 I TAB 2 -Experience and Qualifications 2.1-RELEVANT EXPERIENCE OF PRIME BIDDER e.Costs of the Services Provided: Annual Revenue received are approximately:$430K f.Term of the engagement: 2005 -Ongoing g.List and describe all legal claims against any member of the team alleging errors and/or omissions,or any breach of professional ethics,including those settled out of court,during the past ten (10)years: None a.Project name and scope of services provided: Building Inspections and Plans Review Services b.name of individuals that worked on the referenced project: The following list is a partial list of employees assigned to this Municipality. Pedro Martinex,BU,Jaime Cynamon,PE,Victor Diaz,PX,BN,Jason Garcia,SRI c.Client; North Bay Village d.Client project manager and contact information: Mr.Ralph Rosado,PhD,AICP,Village Manager (305)756-7171 /rrosado@nbvillage.com e.Costs of the Services Provided: Annual Revenue received are approximately:$750K f.Term of the engagement: 2013-Ongoing g.List and describe all legal claims against any member of the team alleging errors and/or omissions,or any breach of professional ethics,including those settled out of court,during the past ten (10)years: None a.Project name and scope of services provided: Building Inspections and Plans Review Services b.name of individuals that worked on the referenced project: The following list is a partial list of employees assigned to this Municipality. Pedro Martinez,BU,Steve Guanche,PX,BN c.Client; City of Homestead d.Client project manager and contact information: Nzeribe (Zerry)lhekwaba,PhD,PE (305)224-4401/zihekwaba@cityofhomestead.com MIAMI BEACH -REQUEST FOR QUALIFICATIONS (RFQ)2024-031-WG MIAMI BEACH 5 ..I T_A_B_2_-E_x_p_e_n_·e_n_c_e_a_nd_Q_u_a_lif_ic_a_t_io_n_s ..l,cap I 2.1-RELEVANT EXPERIENCE OF PRIME BIDDER cap government 4horninerito,Cm»pro e.Costs of the Services Provided: Annual Revenue received are approximately:$130K f.Term of the engagement 2014-Ongoing g.List and describe all legal claims against any member of the team alleging errors and/or omissions,or any breach of professional ethics,including those settled out of court,during the past ten (10)years: None a.Project name and scope of services provided: Building Inspections and Plans Review Services b.name of individuals that worked on the referenced project: The following list is a partial list of employees assigned to this Municipality. Luis Perez,PE c.Client; City of Doral d.Client project manager and contact information: Ms.Kathie Brooks/Kathie.B Grooks@ ci tyofdoral.com e.Costs of the Services Provided:$130K f.Term of the engagement: 2012 -Ongoing g.List and describe all legal claims against any member of the team alleging errors and/or omissions,or any breach of professional ethics,including those settled out of court,during the past ten (10)years: None MIAMI BEACH -REQUEST FOR QUALIFICATIONS (RFQ)2024-031-WG MIAMIBEACH 6 PX -Plans Examiner BN --Inspector BU -Building Official PE -Professional Engineer RA-Registered Architect Currently assigned to the City of Miami Beach (DIAM/BEACH BUILDING OFFICAL MASHAER ISMAIL,BU PRINCIPAL-IN-CHARGE CARLOS A.PENIN,PE QAJ QC MANAGER CARLOS A.DEL PINO,PE PROJECT MANAGER PEDRO MARTINEZ,BU Structural Building Mechanical Electrical Plumbing Roofing JORGE CANALES,PE JAIME CYNAMON,PE GUSTAVO GARRIDO,PE JUAN BISTOLFI,PX BN RAY BURKE,BN CARLOS VAZQUEZ,PE MARK MACHADO,PX,BN MANUEL ROCHE,BN STEVE GUANCHE,PX,BN _o a- ANTONIO SANCHEZ,SRI wsoGA04.S Elevator cap ·TBD VICTOR DIAZ,PX,BN ROGELIO LORENZO,PX,BN *CAP will provide a Professional Elevator Plan Examiner and Inspector on an as needed-basis by using a sub-contractor.Subject to the City's approval. 7 cap government A8ureou Verits Company CARLOS A.PENIN,PE Principal In Charge cap cap governmen A Bure@u Veritos Company Mr.Penin has over forty (40) years of experience as a civil engineer comprehensive consulting engineering service. He has performed a wide variety of projects including highways, bridges,airport terminals airfields, water and sewer infrastructure, stadiums,various land development projects and environmental service.Mr.Penin experience includes managerial functions and various government appointments to industry organizations. EDUCATION Master of Science Environmental and Urban Studies Florida International University Bachelor of Science Civil Engineering University of Florida STATE OF FLORIDA LICENSE Professional Engineer PE33216 President,C.A.P.Government,Inc. 1989 -Present President and founding principal of CA P.Government,Inc. Mr.Penin serves in a management capacity overseeing the daily operations of the firm.His responsibilities include determining the strategic direction of the company and carrying out the strategic plan through overseeing operations,marketing and business development activities, contract oversight,and staff management.Developing functional roles and assigning responsibilities to employees who report to them. EXPERIENCE Regional Manager,Keith 8&Schnars,PA 1984 -1989 Responsible for management,scheduling,monitoring and liaison with regulatory agencies and local authorities on major land development projects. Project Engineer,Williams,Hatfield &Stoner,Inc. 1980 -1984 Responsible for project administration on Urban Road Developments and other assignments in South Florida. Civil Engineer,Ferendino/Grafton/Spillis/Candela 1978-1980 Responsible for civil engineering design and construction inspection of government projects. Civil Engineer,Florida Quality Contractors 1977 -1978 Managed the preliminary stages of 72-unit condominium development and various other residential projects in South Florida. CARLO S A.PENIN,PE -PRINCIPAL IN CHARGE 8 I CARLOS A.PENIN,PE PROFESSIONAL ENGINEER d[)lo,ida Der artment t Businessfi:)r &l~of~s1onJ Kei;.uli1t1on HOME CONTACT US MY ACCOUNT ONLINE SERVICES Apply for a License Verify a Licensee View Food &Lodging Inspections File a Complaint Continuing Education Course Search View Application Status Find Exam Information Unlicensed Activity Search AB&T Delinquent Invoice &Activity List Search Name. Main Address: County: License Mailing. County: License Information License Type: Rank. License Number: Status: Licensure Date: Expires: Special Qualifications 11:01.10 AM 2/21/2023 PENIN,CARLOS ANTONIO (Primary Name) 343 ALMERIA AVENUE CORAL GABLES Florida 33134 DADE 343 ALMERIA AVENUE CORAL GABLES FL 33134 DADE Professional Engineer Prof Engineer 33216 Current,Active 03/25/1983 02/28/2025 Qualification Effective LICENSEE DETAILS Licensee Information MIAMI BEACH -REQUEST FOR QUALIFICATIONS (RFQ)2024-031-WG MIAM/BEACH 9 Carlos A.Del Pino,PE Senior Operations Director cap cap governmen A Bur@ u veritos Com pony Mr.Carlos del Pino has over twenty-five (25)years of professional engineering experience as a civil and structural engineer in the design and construction management industry.He has served as a project and construction manager, project engineer and project coordinator.His expertise includes construction field engineering, special Inspections for Educational,commercial and residential projects. inspections services, educational Institutions. and coordination for various Reviews building plans for Senior Operations Director,C.A.P.GOVERNMENT,INC. 2007 -Present Project Manager responsible for providing all necessary resources to perform Florida Building Code Compliance plans review and inspections services,including threshold compliance with construction codes and regulations; prepares written reports on code discrepancies and code violations;develops,maintains and updates records of codes and plan reviews;interprets codes ordinances and regulations and issues department codes.Determines the structural soundness of buildings and construction projects. EDUCATION MS in Civil Engineering Polytechnic University of Puerto Rico BS in Civil and Structural Engineering Central University of Las Villas, Cuba STATE OF FLORIDA LICENSE Professional Engineer PE59888 Certified Board of Rules and Appeals (BORA)Miami-Dade County State Requirements for Educational Facilities (SREF) Miami-DadeDepartmentofRegulatoryandEconomic Resources BOARD OF RULES AND APPEALS Hereby Certifies: Carlos A Del Pino to performduties as."Seo Back' on beh alt ot:"Seo Bac k"as set tortn in the Code of Miami-Dado County YEAR APPROVED:2024 EXPERIENCE Project Manager,Stadium Expansion,(Florida International University (FIU). Responsible for technical matters,assisting in the design review in the field of structural engineering and threshold inspections. The New Florida Panthers Football Stadium is a structural steel threshold structure for approximately 18,000 people with capacity for future expansion.The upper decks are made of metal deck and concrete slab. Project Manager,Parking Garage V &Stadium Expansion (Florida International University (FIU).Responsible for providing threshold inspections.This garage is a 6-level garage with approximately 750,000 gross square feet and up to 2,100 parking spaces.Project Manager responsible for technical matters, assisting with the threshold inspections.The New Florida Panthers Football Stadium is a structural steel threshold structure for approximately 18,000 people with capacity for future expansion. The north addition of the stadium concluded the original expansion and renovation of the structure,adding new ramps and seating capacity. Miami Dade College (MDC)Hialeah &Kendall Campus New Parking Garage and new and remodeled Buildings.Building 3000 remodeling and miscellaneous projects. CARLOS DEL PINO,PE -QAQC MANAGER 10 I CARLOS A.DEL PINO,PE PROFESSIONAL ENGINEER do:f~nd,1 J,.e tJ)r °''P•·lfllllt'lltoff\1.J',lfle',',3i4 'Bl "Professional Regulation HOME CONTACT US MY ACCOUNi ONLINE SERVICES pply tor a License Venty a Licensee View Food &Lodging Inspections File a Complaint Continuing Education Course Search View Application Status Find Exam Information Unlicensed Activity Search AB&T Delinquent Invoice &Activity List Search Name. Main Address: County. License Information License Type: Rank. License Number: Status. Licensure Date: Expires: Special Qualifications Civil Structural 1 44935 PM 3/15/2023 DEL PINO,CARLOS A.(Primary Name) 8040 S.W.37 TERRACE MIAMI Florida 33155 DADE Professional Engineer Prof Engineer 59888 Current,Active 05/28/2003 02/28/2025 Qualification Effective 05/28/2003 08/28/2007 LICENSEE DETAILS Licensee Information MIAMI BEACH -REQUEST FOR QUALIFICATIONS (RFQ)2024-031-WG MIAMIBEACH 11 Pedro J.Martinez,BU,PX,BN Project Manager cap cap governmen A urn@u Veritos Compony Mr.Martinez has over twenty (20) years of experience working in Construction and with Building Codes.He has experience in technical equipment recommendation,design installation,software solutions implementation,testing and launching.Able to open bids, evaluate contractors and follow up contractual terms during project execution.Pedro also reads and analyzes blueprints with application of PMI standards in the construction field and in the IT field. Building Official/Building Plans Examiner &Inspector,C.A.P. Government,Inc. 2021-Present Determines the safety,technical,economic,and environmental concerns,but may also consider aesthetic and social factors. Analyzes,designs,plans,and research structural components and structural systems to achieve design goals and ensure the safety and comfort of users or occupants.Determines the structural soundness of buildings and construction projects.Tasks Include inspecting and assessing the structural quality of a building and ensuring compliance with zoning regulations,national building codes,and contract specifications. EDUCATION EXPERIENCE Professional Engineer Civil Engineering Program with Construction Project Management Specialty STATE OF FLORIDA LICENSES Building Code Administrator BU2112 Building Plans Examiner PX3825 Building Inspector BN6632 Certified General Contractor CGC1505503 Certified Roofing Contractor CCC1330997 Operations Manager,City of Miami Beach Building Department, Miami Beach,FL 2020 Assist and provide training for permit intake team and reviewers for correct submission and markup of digitally submitted files.Assist in reviewing web pages content before publication.Assist property owners and contractors on correcting submissions.Conduct online meetings with owners and designers to resolve review issues. Supervise department chiefs for effective management of permit reviews and inspections.Serve as the City's Building Official in the absence of the Building Official Sr.Building Inspector,City of Miami Beach,Miami Beach,FL 2018-2020 Building inspection of commercial and residential projects within City limits.Verifying compliance with Florida Building Code, project plans and use of correct building techniques. Standard Roofing Inspector SRl155 Miami-DadetotRegulatoryandEconomic Resources 3OARD OF RULES AND APPEALS Hereby Certifies: Pedo J Martinez to pertor duties as "Seo Back"on beant of:"Sn0 Back" as set forth in t e Code ot M iam i-D ade County Building Inspector,City of Doral,Doral,FL 2015-2018 Building inspection of commercial and residential project within City limits.Verifying compliance with Florida Building Code,project plans and use of correct building techniques.building inspectors. YEAR APPROVED:2024 a Jo»DO Gascon,Pt.GS:iii'secr etsy ott o»4 PEDRO J.MARTINEZ,BU,PX,BN BUILDING OFFICIAL/BUILDING PLANS EXAMINER &INSPECTOR 12 I PEDRO MARTINEZ,BU,PX,BN PROJECT MANAGER ONLINE SERVICES LICENSEE DETAILS HOME CONTACT US MYA NI 11939 PM 12/18/2023 ]hpy.±seefl~Ura"&Prof,,w,:,1,,IHegulatico ONLINE SERVICES LICENSEE DETAILS HOME CONTACT US MY ACCOUNT 1:21/34 PM 12/18/2023 pply for a License Verity a License View Food &Lodging inspections File a Complamnt Continuing Edu cation Course Search View Application Status Find Ex am infor atio n Unlicensed Activity Search AB&T Delinquent invoice &Activity List Search Main Address. License Information License Type. Rank. License Number: Status. Licensure Date: Expires Special Qualifications Building Private Address"Private Address" Private Address' Private Address' Private Address Standard Inspector Inspector BN6632 Current,Active 02/20/2015 11/30/2025 Qualification Effective 02/20/2015 ppiy for a License Verity a Licensee View Food 8 Lodging inspections Filo a Complaint Continuing Education Course Search View Application Status F ind Exam information Unlicensed Activity Search AB&T Delinquent invoice &Activity List S0arch Main Address: License Information License Type: Rank. License Number. Status: Licensure Date: Expires:. Special Qualifications ·private Address"Private Address' ·private Addre ss' Private Address Private Address" Building Code Administrator Building Code A BU2112 Current,Active 09/28/2020 11/3012025 Qualification Effective Liconsoe Information Name:MARTINEZ,PEDRO JOSE (P dnry Name) Licensee Information Name:.MARTINEZ,PEDRO JOSE (Primary Name) ~~ (:,d on,1,2i try,e g gii'Bl Professional Regulation HOME CONTACT US M AC AMT ONLINE SERVICES Apply for a Liconso Verify a Licensee View Food &Lodging inspections Filo a Complaint Continuing Educaton Course Search View Application Status F ind Exam Information Unlicensed Activity Search AB&T Delinquent Invoice 8 Activity List Search Name: Main Address: License Information License Type: Rank. License Number: Status: Llccnsuro Date: Expires Special Qualifications Building 1:22.17 PM 12/18/20 23 MARTINEZ,PEDRO JOSE (Primary Name) ·private Addross'"private Address" ·private Address" ·private Address" ·private Address Standard Plans Examiner Plans Examiner PX3825 Current,Active 02/24/2017 11/30/2025 Qualification Effective 02/24/2017 LICENSEE DETAILS Licensee Information MIAMI BEACH -REQUEST FOR QUALIFICATIONS (RFQ)2024-031-WG MIAMIBEACH 13 Jorge A.Canales,PE Structural Plans Examiner cap cap governmen A Bure@u Veritos Company Mr.Canales has over fifty-two (52) years of experience with bridge and retaining wall engineering, plan preparation,calculation of construction quantities and special provisions.He also has participated in supervising construction sites,bridge inspections,and rating analysis of steel. EDUCATION B.S Civil Engineering University of Missouri B.S Building Engineering Lincoln University of Missouri STATE OF FLORIDA LICENSE Civil Engineer PE60444 Miami Dade County BORA Structural Plans Examiner,C.A.P.Government,Inc. 2022 -Present Reviews building plans for compliance with construction codes and regulations;prepares written reports on code discrepancies and code violations;develops,maintains,and updates records of codes and plan reviews;interprets codes ordinances and regulations and issues department codes. EXPERIENCE Senior Structural Inspector,Miami Dade County Water &Sewer Department,Miami,FL 2022 Managed the visual observations for the structural components of various structures in Alexander Orr Water Treatment Plant,Hialeah Water Treatment Plant,Pump Stations,Water Tanks,and storage silos throughout Miami Dade County.Prepared written reports of the deficiencies found and calculated construction cost. Senior Structural Engineer,Directional Bore Utility Installation, City of Lighthouse Point,FL 2022 Supervised and prepared daily reports of the installation on Sample Road Subaqueous 8-inch water main crossing Caps Knight Bayou and the stability of an existing bridge No.867205 including concrete and steel sheet piling during Horizontal Directional Drilling (HOD) operation.Length of the drilling is approximate 540 linear feet. Structural Engineer,Town of Surfside,FL 2021 Responsible for reviewing permits that focus on structural plans and designed calculations prepared by Florida Licensed Professional Engineers for new,renovations to residential buildings in the Town of Surfside. Structural Engineer,Boca Raton Airport Entrance Walls;Interstate Construction,FL 2021 Professor of Structural Mechanic,Steel Structures and Strength of Materials in the Polytechnic University of Havana,Cuba.Also works as an engineer consultant for the telecommunication and electrical industry in the analysis and design of guyed mast and self-supporting steel and concrete towers.As a consulter I was Involved in the 14 development of new towers design and failure analysis under high velocity hurricane winds. Structural Engineer,NE 163rd Street Signalized Intersection Lighting from NW 2nd Avenue to NE 35th Avenue -AUM Construction,Inc.,Hialeah, FL. 2021 Responsible for the QC/QA of the design calculations and construction documents for the foundations (drilled shafts and spread footings)of decorative lighting system. Structural Engineer,Miami Dade County Department of Transportation Public Works - Parson/OHL -Design Build Services for the South Corridor,(South-Dade Transitway)Rapid Transit,Miami,FL. 2020 Responsible for the QC/QA of the design calculations of forty-four (44)proposed mast arms signalization system for the Northern Segment,and the analysis of four (4)existing mast arm due to installation of a video detection system. Structural Engineer,Florida Department of Transportation District Six-Overseas Highway (SR 5/ US 1)32.98 to 36 2019 Managed the QC/QA of the construction documents for the installation of a single bullet rail on existing bridges over Spanish Harbor and Bahia Honda,and reconstruction of the approach barriers on the twin bridges at Bahia Honda. Structural Engineer,Florida Department of Transportation District Six-SR 934/NW 79th Street &NW 32nd Avenue. 2019 Managed the QC/QA of the design calculations of two proposed mast arm traffic signal systems. JORGE A.CANALES,PE STRUCTURAL PLANS EXAMINER 15 I JORGE CANALES,PE I~~----------------cap PROFESSIONAL ENGINER cap government 4 funeiuer it99tempo d()ionrl,1 Dep a rtme nt of B usiness~r &rfrofe\<;l()Pdl Ht>gtilillitJII HOME CONTACT US MY ACCOUNI ONLINE SERVICES A pply for a Li cense Verify a Li censee V iew Foo d &Lodging Inspe ctions Fe a Comp laint C ontinuing Education C ours e Search View Application Status Fin d Exam Inform ation Unlicensed Activity Search A B &T D elinquent Invoice &Activity Li st Search Name. M ain A ddress. County License Information License Type: Rank. License Num ber Status. Licensure Date. Expires: Special Qualifications Civil 44442 PM 315/2023 CA N A LES ,JO R G E ALB ER TO (Primary Name) 11236 SW 104TH STR EET MIA MI Florida 33176 DADE Professional Engineer Prof Engineer 6044 4 Current.Active 09/24/2003 02/28/2025 Qualification Effective 09/24/2003 LICENSEE DETAILS Licensee Information MIAMI BEACH -REQUEST FOR QUALIFICATIONS (RFQ)2024-031-WG MIAMI BEACH 16 Jaime Cynamon,PE Structural Engineering ca p cap governmen A Buro u Veritos Company Mr.Cynamon has over thirty-five (35)years of professional engineering experience as a civil engineer.He specializes in structural analysis,design,plan review and inspections.His broad range of expertise includes providing design and inspection services to determine structural conditions and identify forensic related issues.He is certified under the requirements of Chapter 8,Article II and by the Miami-Dade County Board of Rules of Appeals (BORA). EDUCATION BS in Civil Engineering Universidad Federal do Rio Janeiro STATE OF FLORIDA LICENSE Professional Engineer PE65594 Structural Plans Examiner PX3416 Certified Board of Rules and Appeals Miami-Dade County (BORA) State Requirements for Educational Facilities (SREF) Miam i-DadeDepartmentofRegulatoryandEconomic Resources BOARD OF RULES AND APPEALS Hereby Certifies. I ..L ~::::u~a~·s:~:~mon on bohalf of:."See Back"as set torth in the Code of Miami-Dade County YEAR APPROVED:2024 Structural Plans Examiner &Inspector,C.A.P.GOVERNMENT, INC. 2014-Present Reviews building plans for compliance with construction codes and regulations;prepares written reports on code discrepancies and code violations;develops,maintains and updates records of codes and plan reviews;interprets codes ordinances and regulations and issues department codes. Determines the structural soundness of buildings and construction projects.Tasks include inspecting and assessing the structural quality of a building and ensuring compliance with zoning regulations,national building codes, and contract specifications EXPERIENCE Senior Stru ctural Engineers,Pistorino &Alam Consulting Engineers 2013-2014. Responsible for inspection of existing structures for condition assessment,design of solutions for structural problems and forensic related issues Facilities Engineering School Board of Broward 2007-2013 Responsible included reviewing construction documents to ensure constructability and compliance with applicable building codes, SBBC Design Criteria and standards,regulations,and educational specifications. Project Manager,Structural Department,School Board of Broward County 2007-2007 Designer of Engineering,School Board of Broward County 2003-2007 JAIME CYNAMON,PE 2123 me9,a·o on.ee.CG, <Giiiii'secr etor y ot tho toad 17 t JAIME CYNAMON,PE PROFESSIONAL ENGINER HOME CONTACT US MY.ACCC INT ONLINE SERVICES LICENSEE DETAILS Licensee Information 52250 FM 232023 Apply tor a License Henly a Looensee View Food &Lodging inspections File a Complaint Continuing Education Course Search View App/ication Status Find Exam information unlicensed Activity Search AB&T Delinquent invoice &Activity List 3earen Name. Main Address. License Location. County. License formation License Type. Rank License Number. Status. Licensure Date. Expires. Special Qualifications Structural 1 CYNAMON,JAIME H.E.(Primary Mame) ·private AAddress 'Private Address' ·Private Address' ·Private Address' ·private Address' 343 ALMERIA AVENUE CORAL GABLES FL 33134 DADE Professional Engineer Prof Engineer 65594 Current,Active 01/18/2007 02/28/2025 Qualification Effective 08/08/2006 Structural 2 02/16/2011 2"%%%rose 7th Edition,Florida 44/44/2022 Building Code FL Board Recognized 11/04/2022 Structural Engineer do"!Ulmr Dfj),lrtm1•ntofH11S111t'SSBl"/'odfesoral Regulation HOME CONTACT US M ACCOUNT ONLINE SERVICES LICENSEE DETAILS 3.16.13 PM 12/15/2023 Apply for a License Verity a Licensee View Food &Lodging inspections File a Complaint Continuing Education Course Search View Application Status F ind Exam information Unlicensed Activity Search &T Delinquent Invoice &Activity List Search Liconsco lnformatio n Name: Main Address. License Location. County License Information License Type: Rank: License Number. Status. Licensure Dato: Expires: Special Qualifications Building CYNAMON,JAIME H.E.(Primary Name) private Address'·private Address" ·private Address private Address ·private Address" 343 ALMERIA AVENUE CORAL GABLES FL 33134 DADE Standard Plans Examiner Plans Examiner PX3416 Current,Active 09/10/2012 11130/2025 Qualification Effective 09/10/2012 MIAMI BEACH -REQUEST FOR QUALIFICATIONS (RFQ)2024-031-WG MIAMIBEACH 18 Gustavo Garrido,PE Structural Engineer ca p cap governmen A Bur@ u Veritos Company Mr.Garrido has more than thirty (30)years of experience providing engineering design for buildings and bridges.his expertise includes structural field work and inspections as well as the design of steel,concrete,and post- tensioned structures.he has been responsible for project management and oversight as well as coordination with regulatory agencies.Mr.Garrido is also proficient in microstation and geopak. EDUCATION MS in Civil Engineering Pontifical Catholic University, Lima,Peru BS in Civil Engineering Palma University,Lima,Peru STATE OF FLORIDA LICENSE Professional Engineer PE67001 M iam i-D ade ', D epartm ent of Regulatory and Econom ic Resource s BOARD OF RULES AND APPEALS Hereby Certifies:JL,?~~!~~:!eo~=rido on behalf ot."Seo Back" as set forth in the Codo ot Miami-Dade County YEAR APPROVED;2024 Structural Plans Examiner &Inspector,C.A.P.Government,Inc. 2014-Present Reviews building plans for compliance with construction codes and regulations;prepares written reports on code discrepancies and code violations;develops,maintains and updates records of codes and plan reviews;interprets codes ordinances and regulations and issues department codes.Determines the structural soundness of buildings and construction projects.Tasks include inspecting and assessing the structural quality of a building and ensuring compliance with zoning regulations,national building codes,and contract specifications EXPERIENCE Project Engineer,EAC Consulting,Inc. 2011-2013 •Mr.Garrido performed plans reviews for the following projects: •Bridges at SR 826 (Palmetto Expressway)Improvement Program -Section 5.According with AASTHO,Structures Design guidelines of Florida and Standard FOOT.Structural Bridges Plans review with different lengths with AASHTO Beam. •Dodge Island and Watson Island in Miami Port. Structural Building Plans review (Foundations, Columns,Masonry,Slab concrete,Wind design and connections. •Modification to SR 90.U.S.Army Corps of Engineers. Quality Control of End Bent,Beam AASHTO,Pier Cap and foundations. •Plan Review Bridges Segmental 9 &15 Palmetto-Miami. Quality Control of Shop drawings of Bridges Segmental. Relevant Project Experience: 2072 -•Jalm &0.Ge tco o,f',I:.\~;.4.1 ,l...l Secretary of the board Responsible for performing civil,building and structural inspections. •Florida International University Parkview Housing •MDCPS,Sunny Isles K-8 •Performing Arts,Miami,Florida •Blue Sky Building,Miami,Florida GUSTAVO GARRIDO,PE STRUCTURAL ENGINEER 19 I GUSTAVO GARRIDO,PE STRUCTURALENGINER dt3lnnd1 v Deartment of Businesspr&1Jrnfessiona/Reg11l,1l1011 HOME CONTACT US MYACCO UNT ONLINE SERVICES Apply for a License verity a Licensee View Food &Lodging Inspections File a Complaint Continuing Education Course Search View Application Status Find Exam Information Unlicensed Activity Search AB&T Delinquent Invoice &Activity List search Name: Main Address. :County: License Information License Type: Rank: License Number. Status: Licensure Date. Expires: 4 5040 PM 3/15/2023 IGARRIDO,GUSTAVO ALFREDO (Primary Name)I 9311 ORANGE GROVE DR.#215 DAVIE Florida 33324 I BROWARD Professional Engineer Prof Engineer 67001 Current,Active 09/21/2007 02/2812025 LICENSEE DETAILS Licensee Information Special Qualification Effective Qualifications Civil 09121/2007 Structural 16hr 10/26/2019 FL Board Recognized 11/16/2022 Structural Engineer MIAMI BEACH -REQUEST FOR QUALIFICATIONS (RFQ)2024-031-WG MIAMIBEACH 20 Juan Bistolfi,PX,BN Building Plans Examiner &Inspector cap cap governmen A Burnou veritos Gom pony Mr.Bistolfi has over thirty-seven (37)years of experience working as a Building Plans Examiner and Inspector EDUCATION Computer Technology Degree and Election Technology Degree Sheridan Vocational STATE OF FLORIDA LICENSE Building Plans Examiner PX3122 Building Inspector BN6135 Certified General Contractor CGC055879 Building Plans Examiner &Inspector,C.A.P.Government,Inc. 2022 -Present Reviews building plans for compliance with construction codes and regulations;prepares written reports on code discrepancies and code violations;develops,maintains,and updates records of codes and plan reviews;interprets codes ordinances and regulations and issues department codes.Determines the structural soundness of buildings and construction projects.Tasks Include inspecting and assessing the structural quality of a building and ensuring compliance with zoning regulations,national building codes,and contract specifications EXPERIENCE Chief Building Plans Examiner &Inspector, City of Miami Beach,Miami Beach,FL. 2006 •Responsible,for conducting administrative work in enforcing compliance with national,state,and local laws,codes, ordinances,and regulations in the City's Building Department. •Conducted inspections for new and existing buildings, properties,and premises during various phases of construction.This included high rises and other structures. •Order portions of a building or structure to be exposed for inspection.Order construction work stopped and/or buildings vacated if occupancy or use is contrary to accepted regulations. •Checked and reviewed building plans on the job site to ensure construction conforms to approved plans. •Routed inspection requests to appropriate inspector. Explained regulations,standards,and provided disseminates technical advice to interested parties.This included subordinates,other sections,agencies,and the public. •Instructed,trained,and evaluated subordinates in inspection and enforcement activities. •Reviewed plans,blueprints,specifications,and materials listed based on compliance with applicable building regulations,and construction practices in absence or in support of plans examiner. •Prepared and maintained reports,records,and correspondence concerning building enforcement and inspection activities 21 Owner/President,J.A.B.Contractor Corp.,Hollywood,FL 1992 -2006 •Performed hands on tasks and supervising the work crew. Hired employees and subcontractors and estimated cost for projects. •Contracted maintenance related work for hospitals such as North Shore Medical Center,Westside Regional,and Jackson Memorial Hospital. •Large remodeling and upgrading projects in different areas of the hospitals dealing with State and Federal commissions. Labor Subcontractor,Self Employed,Miami,FL. 1984 -1992 •Performed rough carpentry tasks in small apartment buildings and single-family residences. •Required forming columns and tie beams,laying reinforced steel,and pouring and finishing concrete. •Knowledge in interpreting blueprints,carpentry work,like doors and trim installation,wood stairs and floor tile. •Supervised projects and created schedules for other subcontractors.Worked as a Union carpenter for companies such as George Hymann,Frank Rooney,Ceco and others on hi-rises and large projects. JUAN BISTOLFI,PX,BN BUILDING PLANS EXAMINER &INSPECTOR 22 I JUA N BISTO LFI,PX,BN I~~----------------cap BUILDING PLANS EXAMINER &INSPECTOR %.99%1%7%%%! dolorilar;')r llemrtmentof!Jusm,.">',Bl &Professional Regulation HOME CONTACT US MY ACCOUNT ONLINE SERVICES Apply for a License Verify a Licensee View Food &Lodging Inspections File a Complaint Continuing Educat on Course Search View Application Status F ind Exam Information Unlicensed Activity Search AB&T Delinquent invoice &Activity List Search Name: Main Address: License Information License Type: Rank: License Number: Status: Liconsure Date: Expires: Special Qualifications Building 4:4248 PM 12/15/2023 BISTOLFI,JUAN ALBERTO (Primary Name) ·private Address private Address" private Address private Address' ·private Address Standard Inspector Inspector BN6135 Current,Active 05/23/2008 11/30/2025 Qualification Effective 05/23/2008 LICENSEE DETAILS Licensee Information do'lorida~r lleOJrtnicnt qf llus1nr·,',Bl Professional Regulation HOME CONTACT US MY ACCOUNT ONLINE SERVICES LICENSEE DETAILS 4:4350 PM 12/15/2023 pply tor a License Verity a Licensee View Food &Lodging inspections File a Complaint Continuing Education Courso Search View Application Status Find Exam Information Unlicensed Activity Search AB&T Delinquent Invoice &Activity List Search Licensee Information Name: Main Address: License Information License Type: Rank. License Number. Status: Licensure Date: Expires: Special Qualifications Building BISTOLFI,JUAN ALBERTO (Primary Name) ·private Address private Address ·private Address" private Address" private Address Standard Plans Examiner Plans Exam Iner PX3122 Current,Activo 05/23/2008 1113012025 Qualification Effective 05/2312008 MIAMI BEACH -REQUEST FOR QUALIFICATIONS (RFQ)2024-031-WG MIAMIBEACH 23 Ray A.Burke Provisional Building Inspector cap cap governmen A Burou Veritos Compony Mr.Burke has over thirty (30) years of experience in the construction industry.Working as Building and Roofing Contractor managing all type of projects in High Velocity Hurricane Zone applying the general requirements of the Florida Building Code.Ray has hands-on experience with Roofing installation of low & steep slope systems, Production &Project Management,Rough, Structural and Finish Carpentry EDUCATION High School Diploma Miami Norland Senior High School Construction Management Miami Dade Collage Vocational Education Florida International University MBE Business Executive Program University of Miami Haag Roofing Certification STATE OF FLORIDA LICENSE Certified General Contractor Since 07-28-1990 CGC050931 Certified Roofing Contractor Since 12-28-2007 CCC1328436 Miami-DadehpartmentofRegulatoryandEconomic Resources BOARD OF RULES AND APPEALS Hereby Certifies:".on behall of:"So Dack" as se forth In the Code ot Marl-DO ate County YEAR APPROVED:2024 Building &Roofing Inspector,C.A.P.Government,Inc. 2023 -Present Conducts inspections on commercial and residential buildings and ensure compliance with the Florida Building Code and applicable standards.Prepares inspection reports describing observed violations,corrective action and making appropriate references to the plans,applicable Building Code sections,and quality control manuals. EXPERIENCE General Manager,Burcorp LLC,Umbrella Roofing &Construction, Miami,FL. 2004 Responsible for overall development &growth of all key business areas. Establish &assist in deliverable income targets. •Worked and managed Building and Roofing construction projects for a period of over 19 years. •Developed &Monitor Roofing/General system product library including but not limited to: •Review all relevant building codes and update the company submittal library. •Review plans,engineering calculations and cross reference with submittals for code compliance. Identifying code compliant roofing/general product selections & cost for Sales reps. •Preparation &maintenance of Project administration department. •Permit application submittals including but not limited associated support documents,HVHZ documents,NOA's, product approvals,checklists,schedules and logs. •Code compliance,safety &quality assurance of field operations •Supervised production departments activities through preconstruction to final inspection and job closeout. •Hands on Roofing installation of low &steep slope systems (Self-adhesive,Production &Project Management,Rough, Structural &Finish Carpentry •Preconstruction review of all plans,permits,schedules and work orders. 24 2463 a.D»Jar0.Gs0n,.E. Secr etary ot the Hoard •Review of all materials/products and installation as per plans, specs and Manufacturer's NOA. •Installation of roofing,construction products and or supervision of installations. •Hands on Roofing installation of low &steep slope systems (Shingle,BUR,Self-Adhesive)Production &Project Management,Rough,Structural &Finish •Carpentry •Analytically troubleshoot all conflicts,structural issues,designs and proactively provide code compliant alternate methods of construction if necessary. •Communicate &provide quality/code interpretation, recommendations to ensure compliance with intent of each code. •Conduct all pre-inspection reviews of work in place and onsite consultation with municipal inspectors. •Conduct all pre final inspections walk-throughs and onsite consultation with municipal inspectors. •Coordinate and maintain job schedule,draw schedules and job logs. •Manage key performance areas of business. Vocational Teacher,Dade County Public Schools, Miami,FL. 1999 •Delivery of construction related curriculum •Development of curriculum related lesson plans •Created instructional projects to deliver curriculum objectives •Sourced industry related opportunities for career development of graduating students Asst.Project Manager,3W Construction Corporation, Miami,FL. 1995 •Executed sales related activities •Monitored bid solicitations •Developed &managed owner/supplier/subcontract relations •Bid development &review •Project sequencing of trades &contract administration •Hands on Roofing installation of low &steep slope systems, Production &Project Management,Rough,Structural & Finish Carpentry Asst.Sales Manager,New City Interiors, Miami,FL. 1990 •Responsible for market development,Contract delivery •Administered commercial bidding •Negotiated End user agreements •Managed &Developed bid relationships with local procurement officers,monitored bid solicitation 25 Sales Associate,New City Building Supply,Miami,FL. 1988 •Executed sales related activities •Monitored bid solicitations •Developed Manufacturer &Supplier relationships •Managed &Developed bid relationships with local procurement officers Clerk of the Works,3W Corporation,Miami,FL 1986 •Daily data management of jobsite activities •Maintain daily activity logs of deliveries &subcontractors •Monitored concrete installation logs •Performance of concrete slump tests RAY A.BURKE PROVISIONAL BUILDING INSPECTOR 26 I RAY BURKE PROVISIONAL BUILDING INSPECTOR d ~jinr ner~1rtir.e111 ~f Bll~ll1f'\'.,k/pl ii&so &iii HOME CONTACT US MWYACCOUN ONLINE SERVICES Apply for a License Verity a Licensee View Food &Lodging Inspections Filo a Complaint Continuing Education Course Search View Application Status Find Exam Information Unlicensed Activity Search AB&I Delinquent lvoice &Activity List Search Name: Main Address: License Information License Type: Rank: License Number. Status: Llcensure Date: Expires: Special Qualifications 10:13.05 AM 4/1/2024 BURKE,RAY ANTHONY (Primary Name) ·private Address''Private Address' Private Address" Private Address" "private Address" Provisional Building inspector Prov.Bld Insp. PBl2650 Current,Active 08/24/2023 08/23/2025 Qualification Effective LICENSEE DETAILS Licensee Information MIAMI BEACH -REQUEST FOR QUALIFICATIONS (RFQ)2024-031-WG MIAMI(BEACH 27 Carlos Vazquez,PX,BN Mechanical Plans Examiner &Inspector cap cap governmen A Bura u Veritos Com pony Mr.Vazquez has over thirty-two (32)years of experience working as a Mechanical Plans Examiner &Inspector.Carlos has experience with multiple types of clients,projects,and assignments. Professional background working in federal government projects, industrial and commercial projects,pharmaceutical plants, biotechnology plants,healthcare facilities,power plants,waste- water treatment plants, commercial banks,and local government agencies. EDUCATION Bachelor of Science-Mechanical Engineering. STATE OF FLORIDA LICENSE Professional Engineer #76399 M echanical Plans Exam iner &Inspector,C.A .P. Govern m ent,Inc. 2024 -Present Reviews plans to ensure that the plans meet building codes and requirements of the state,county,and city where the construction is taking place.Responsible for closely inspection of mechanical, and other systems for commercial and residential sites,like appliances,boilers,elevators,gas and oil lines,and HVAC systems.Evaluate and approve or disapprove of the work done in accordance with local and state regulations. EXPERIENCE Senior Mechanical Engineer,Wood Group USA,Life science Group. 2022 -2024 Engineer of record for HVAC designs.HVAC Design for Cleanrooms.Energy simulations for energy conservation measures for HVAC and utilities. Senior Mechanical Engineer,Wood Technical Consulting Solutions. 2018-2022 Consulting Engineer,CPM North America. 2014-2018 Consulting Engineer,I-Group SA,Panama City,Republic of Panama. 2014-2016 Consulting Engineer,CPM,Panama City,Republic of Panama. 2012-2013 Project Manager,United Surety and Indemnity Company,and Puerto Rico Electrical Power Authority. 2002-2012 Certified General Appraiser,Carolina,Puerto Rico. 1998-2001 Project Engineer,CPM,San Juan,Puerto Rico. 28 1997-1998 Project Engineer,Civil Engineering Procedures,San Juan Puerto Rico. 1994-1996 Project Engineer,York Hunter Inc.San Juan,Puerto Rico. 1992-1994 Summer Intern Engineer.Lilly del Caribe,Carolina,Puerto Rico. 1991-1992 Carlos Vazquez,PX,BN MECHANICAL PLANS EXAMINER &INSPECTOR 29 I CARLOS VAZQUEZ,PX,BN MECHANICAL PLAS EXAMINER &INSPECTOR dolorid,t(f »gngpsg.[l Professional Regulation HOME CONTACT US MY ACCOUNT ONLINE SERVICES Apply for a License Verify a Licensee View Food &Lodging Inspections File a Complaint Continuing Education Course Search View Application Status Find Exam Information Unlicensed Activity Search AB&T Delinquent Invoice &Activity List Search Name: Main Address:. County: License Information License Type: Rank: License Number: Status: Licensure Date: Expires: Special Qualifications Mechanical 4:35:57 PM 4/15/2024 VAZQUEZ,CARLOS A.(Primary Name) 1855 MEADOWGOLD LN WINTER PARK Florida 32792 SEMINOLE Professional Engineer Prof Engineer 76399 Current,Active 07/23/2013 02/28/2025 Qualification Effective 07/23/2013 LICENSEE DETAILS Licensee Information MIAMI BEACH -REQUEST FOR QUALIFICATIONS (RFQ)2024-031-WG MIAMI BEACH 30 ...9if@iiii» April 11,2024 Ms.Mashaer Ismail Building Official 1700 Convention Center Drive Second Floor Miami Beach,FL 33139 MIAMI-DADE COUNTY,FLORIDA HERBERT S.SAFFIR PERMITTING AND INSPECTION CENTER Board and Code Administration Division 11805 SW 26"Street (Cora l W ay)•Room 124 M IAM I,FLOR ID A 33175-2474 (786)315-2509 FA X (786)315-2560 BOARD ADMINISTRATION SECTION (786)315-2573 FAX (786)315-2570 CERTIFICATION AND TRA INING SECTION (786)315-2509 FAX (786)315-2560 CONTRACTOR LICENSING SECTION (786)315-2880 FAX (786)315-2450 PRODUCT CONTROL SECTION (786)315 2582 FAX (786)315 2599 w w w .m iam idade.gov/buildinq Reference:Temporary Certification Dear Ms.Ismail: This correspondence is to notify you that the following individual has been granted Temporary Certification for the City of Miami Beach: •Vazquez Aldrich,Carlos A.Chief Mechanical Inspector The Temporary Certification is based on a preliminary review of credentials by my staff.Once it is determined that the application process is complete,the application will be forwarded to the Certification Subcommittee of the Board of Rules and Appeals for their approval at their next scheduled meeting on May 16,2024. Note:A minimum of 16 hours of continuing education must be obtained by December 15,2024.Of the hours required,a minimum of 12 hours shall be satisfied by attendance at courses and/or seminars provided by the Department of Regulatory and Economic Resources,and a maximum of four hours may be satisfied by attendance at programs certified by the State of Florida Building Code Administrators and Inspectors Board,Construction Industry Licensing Board,or the Electrical Contractors Licensing Board,Board of Professional Engineers,and the Board of Registered Architects. If you have any questions regarding this issue,please feel free to contact this office at (786)315-2509. Sincerely, to Jaime D.Gascon,P.E.,Director,Board and Code Administration Division Department of Regulatory and Economic Resources cc:Carlos A.Vazquez Aldrich File #2529 31 S:\MUNICIPAICER TIF-MUNICIP\MIAMI BEACH\240411tc.docx Mark A.Machado,SRI Provisional Mechanical Plans Reviewer &Roofing Inspector cap cap governmenABurouVeritosCompony Mr.Machado has over nineteen (19)years of combined experience in roofing for both commercial and residential developments.Mr.Machado managed construction for all disciplines of the Building Code in High Velocity Hurricane Zone. EDUCATION High School Diploma G.Holmes Braddock Senior High School STATE OF FLORIDA LICENSE Provisional Building Inspector PBl2383 Provisional Mechanical Plans Examiner PMP517 Standard Roofing Inspector SRl183 Certified Roofing Contractor CCC1328492 Certified General Contractor CCC1515939 Certified Mechanical Contractor CMC1249439 amt-uaae ' Department f Regulatory and Economic Resources BOARD OF RULES AND APPEALS - Hereby Certiflee:&;~~!!<d!::oe~~~do on behal f oft."See Back" as set forth in the Code of Miami-ode County YEAR APPROVED:2024 Roofing Inspector,C.A.P.Government,Inc. 2023-Present Examine the application,alteration,or repair of commercial and residential roof coverings to ensure compliance with building codes and local ordinances.Roofing inspections to verify compliance with HVHZ requirements. EXPERIENCE Roofing Inspector,Miami-Dade County,Miami,FL. 2022 •Performed technical field inspections in roofing permit categories of new and existing structures. •Inspected construction in progress and upon completion, advise contractors on necessary changes,engage in routine and period patrols to detect violations,issue violation notices, investigate complaints of defective installation,signing permits that grant final County approval for completed work and provide information to contractors and the public. President &Qualifier,Cool Haven,Inc. 2003 •State of Florida Certified Roofing,Mechanical and General Contractor. •Handled all aspects of commercial and residential construction, roofing and mechanical projects and service calls from lead generation to completion of project/service. •Have constructed up to a 6-story residential building with 80,000 sq.fl.foundation slabs,masonry walls,steel erection,precast concrete structures,column erection and formwork for structural reinforced concrete. •Installation of 3-tab and dimensional shingles,concrete,and clay tiles on pitch room as per Florida Building Code and Miami-Dade County approved Notice of Acceptances. •Installation of hot map cap sheet system and self-adhesive cap sheet system both with and without insulation on flat roofs as per fs as Florida Building Code and Miami-Dade County approve Notice of Acceptances. MARK A.MACHADO,PBI ROOFING INSPECTOR 32 •Installed and supervised systems more than 25 tons of cooling and 500,000 btu heating capacity,air conditioning,heating and refrigeration equipment, boilers/pressure vessel systems,condensate piping, gas,air,vacuum,oxygen,nitrous oxide,ink and chemical line piping,low temperature refrigeration, piping and installation of gasoline tanks,direct digital control wiring,fiberglass,and sheet metal ductwork,and reading mechanical plans. •Inspected and reviewed projects to monitor compliance with building and safety codes. •Managed,direct and supervised employees and subcontractors. •Requisition supplies and/or materials to complete projects. •Investigated damage,accidents,or delays at construction sites,to ensure proper procedures are being carried out. MARK A.MACHADO,PBI ROOFING INSPECTOR 33 I MARK MACHADO,SRI PROVISIONAL MECHANICAL PLANS REVIEWER &ROOFING INSPECTOR gg 3hpr .ease.hf%ks°lk/[/l "if&ssriff€sin HOME CONTACT US MY ACCOUNT ONLINE SERVICES Apply for a License Verify a Licensee View Food &Lodging Inspections File a Complaint Continuing Education Course Search View Application Status Find Exam information Unlicensed Activity Search AB&T Delinquent Invoice &Activity List Search Name: Main Address: License Information License Type: Rank: License Number: Status: Licensure Date: Expires: Special Qualifications 10,13:15 AM 12/18/2023 MACHADO,MARK ANTHONY (Primary Name) private Address private Address private Address private Address private Address Standard Roofing Inspector (SRI) Std roofing Ins SRl183 Current,Active 11/17/2021 11/30/2025 Qualification Effective LICENSEE DETAILS Licensee Information MIAMI BEACH -REQUEST FOR QUALIFICATIONS (RFQ)2024-031-WG MIAMIBEACH 34 Manuel Roche,BN Electrical Inspector cap cap governmen A Bur@u Veritos Compony Mr.Roche has over twenty- three (23)years of experience working as a licensed Electrical Inspector.Mr.Roche is a highly skilled and results-oriented electrical engineering professional with demonstrated expertise in residential, commercial,and industrial electrical installations.Assures all electrical installations meet the Florida Building Codes. ST ATE OF FLORIDA LICENSE Electrical Inspector BN2365 Miami Dade County BORA 1433 Electrical Inspector,C.A.P.Government,Inc. 2019-Present Reviews plans to ensure that the plans meet building codes and requirements of the state,county,and city where the construction is taking place.Responsible for inspecting the installation of electrical systems and equipment to detect faulty wiring and ensure they comply with electrical codes and standards.Visits construction sites and residences,performs inspection,and makes recommendations for improvement. EXPERIENCE Electrical Inspector,PMM Consulting Engineers 2015-2017 Partnered with other consulting engineering firms,such as Thornton Tomasetti,SEC,D&A,Venco Engineering,Nova Engineering,JALRW Electrical Inspector,City of Miami 1994-2014 Responsibilities included residential,commercial,and industrial electrical installations and equipment in new and old buildings for compliance with provisions of the Florida Building Code and Miami Dade County Codes.Issues notices to persons involved where electrical installations are found to be defective;makes recommendation on correct methods of installation.Investigates on premises where fires have occurred to determine if the fire was due to electrical causes; investigates substandard electrical installations at the requests that they discontinue delivery of unapproved appliances to dealers.Arrests or secures warrants for the arrest of violations of the electrical code and assists in their prosecution. Electrical Inspector,MT Causley 2014 Designed electrical,lighting,and fire alarm systems,including service entrances,lighting protection,grounding, standby/emergency generators,power distribution, communication,and power supply for HVAC systems.Mentored junior electrical designers on conceptual design while enforcing applicable codes and standards MANUEL ROCHE,BN ELECTRICAL INSPECTOR 35 I M A NU ELRO C HE,B N I~~---------------cap EL E C T R IC A L INSPECTOR cap government 4 furioerit9,tug •d o!ondage;If.pg @en #pu gs %'[pl P rofession al Reg ulation HOME CONTACT US MY ACCOUNT O N LI N E SE RV IC E S Apply for a License Verify a Licensee View Food &Lodging Inspections File a Complaint Continuing Education Course Search View Application Status Find Exam Information Unlicensed Activity Search AB&T Delinquent invoice &Activity List Search Name: Main Address: License Location: Li cense Info rm ation License Type: Rank: License Number. Status: Licensure Date: Expires: Special Q ualifications C om m ercial Electric 5:24.28 PM 12/15/2023 RO C HE,MA N U EL LA ZA R O (Primary Name) p rivate Addre ss "private A ddress p rivate Address "private Address P rivate Addre ss P rivate Addre ss p rivate A ddress ·private Address p rivate Addre ss p rivate Addre ss Standard Inspector Inspector BN2365 C urrent,A ctive 10/27/1995 11/30/2025 Q ualification Effective 11/21/2006 LI C E NSEE D ETA ILS Li censee Info rm ation MIAMI BEACH -REQUEST FOR QUALIFICATIONS (RFQ)2024-031-WG MIAMIBEACH 36 Steve Guanche,PX,BN Electrical Plans Examiner &Inspector cap cap governmen A Burnou Veritos Compony Mr.Guanche has over twenty (20)years in the Electrical trade with over seven (7)experience as an Electrical Plans Examiner and Inspector.Mr.Guanche is experienced with large scale commercial projects, educational facilities,residential construction and as an electrical service specialist.He has skills and experience related to data, voice and video systems.Mr. Guanche is also a certified electrical vocational instructor. E lectrical P lans E xam iner &Inspector,C .A .P .G overn m e n t, Inc. 2019 -Present Reviews plans to ensure that the plans meet building codes and requirements of the state,county,and city where the construction is taking place.Responsible for inspecting the installation of electrical systems and equipment to detect faulty wiring and ensure they comply with electrical codes and standards.Visits construction sites and residences,performs inspection,and makes recommendations for improvement. EDUCATION EXPERIENCE Dade County Public Schools, High School Graduate STATE OF FLORIDA LICENSE Electrical Inspector II,City of Boca Raton,Building Department 2015 -2018 Daily inspection verification on residential,commercial and some industrial applications. Electrical Plans Examiner PX3847 Electrical Inspector BN6799 Electrical Master Electrician in Broward County,FL Member of International Association of Electrical Inspectors Miami-DadeDepartmentofRegulatoryandEconomic Resources BOARD OF RULES AND APPEALS $Hereby Certifies:. Steve Guanche to perform duties as."See Back" on behalf 0f."Seo Back"as set toth in the Codeof Miami-Dado County YEAR APPROVED;2024 Field Operations Manager,PCA Electrical Services 2014-2015 Managed construction crews on several projects.Developing the service department and providing generator solutions for commercial applications. Lead Electrician,Elite Aluminum Corporation 2012-2014 Provided electrical design and implementation solutions for the production of approved component assemblies and installation on the assembly line with a focus on QIDW (Quality in Daily Work).Managed all electrical installs,materials,inventory control and material purchases.Provided technical support for external customers. Lead Journeyman Electrician,Triton Electrical Company 2011-2012 Construction build out of new big-box retail stores. 37 Electrical Superintendent,Champion Electrical Contracting,LLC 2010-2011 Provided support to the Owner and project managers coordinating timelines and budgets and providing customer and technical support. STEVE GUANCHE,PX,BN ELECTRICAL PLANS EXAMINER &INSPECTOR 38 I STEVE GUANCHE,PX,BN ELECTRICAL PLANS EXAMINER &INSPECTOR •do·lrniu.1 Der or tment ot Business,p;:>r &l5i'ofes5,0111\Heg11l:rtio11 HOME CONTACT US MY ACCOUNT O N LI N E SE R VIC ES LI C EN SE E DETAILS 5:13/55 PM 12/18/2023 Apply for a License Verity a Licensee View Food &Lodging Inspections File a Complaint Continuing Education Course Search View Application Status Find Exam information Unlicensed Activity Search AB8 T Delinquent invoice &Activity List Search Licensee Information Name. Main Address: License Information License Type: Rank: License Number: Status: Licensure Date: Expires: Special Qualifications Electric al GUANCHE,STEVE (Primary Name) ·private Address private Address "private Address ·private Address ·private Address Standard Plans Examiner Plans Examiner PX3847 Curront,Activo 04/05/2017 11/30/2025 Qualification Effective 04/05/2017 ~ if,;lf:.d f5lif1da",2,pre p .age$%@"%%'Bl "Professional Regulation HOME CONTACT US MY ACCOUNT O N LI N E SE R V IC E S pply for a License Verity a Licensee View Food &Lodging Inspections File a Complaint Continuing Education Course Search View Application Status F ind Exam information Unlicensed Activity Search AB&T Delinquent Invoice &Activity List Search Name: Main Address: License Information License Type: Rank: License Number: Status: Licensure Date: Expires. 4.35:40 PM 12/18/2023 GUANCHE,STEVE (Primary Name) ·private Address private Address private Address" private Address ·private Address Standard Inspector Inspector BNG799 Current,Active 01/27/2016 11130/2025 LI C E N S E E D ETA ILS Licensee Information Special Qualifications Electrical Inspector 01/27/2016 MIAMI BEACH -REQUEST FOR QUALIFICATIONS (RFQ)2024-031-WG MIAMI BEACH 39 Qualification Effective Victor Diaz,PX,BN Plans Examiner &Inspector ca p cap governmenABurnouVeritosCompony Mr.Diaz has more than twenty (20)years in the plumbing industry with a deep knowledge of the plumbing systems and the various methods of installing,maintaining and repairing plumbing equipment's.Ability to interrupt the necessary codes while performing inspection on plumbing equipment's,familiarity with OSHA safety regulations,State and Federal laws,skilled to read and interpret blueprints and technical manuals. STA TE O F FLO RID A LI C ENSE Plumbing Plans Examiner PX2261 Plumbing Inspector BN4474 Plumbing Contractor CFC058010 Certified Board of Rules and Appeals Miami-Dade County (BORA) Miami-DadeDepartmentofRegulatoryandEconomic Resources BOARD OF RULES AND APPEALS Hereby Certifies: Victor M Diaz to perform duties as:"See Back" on behalf of:"See Back" as set forth in the Code of Miami-Dade County YEAR APPROVED:2024 Plum bing Plans Exam iner &Inspector, C.A.P.G O VER NM ENT,INC . 2009 -Present Reviews plans to ensure that the plans meet building codes and requirements of the state,county,and city where the construction is taking place.Examine and test new or existing plumbing systems in buildings to make sure they are installed. EXPERIENC E Manager &field Superv isor,Southw est Plum bing Serv ices,Inc. 1992 -2014 Supervised plumbers,coordinate jobs and complete plumbing installations.Site work,groundwork,above slab,top out,fixture set out,and punch out.Safety coordinator oversee quality work is performed by all plumbers and apprentices,able to train personnel to become Journeyman plumbers and foremen.Work included residential custom homes,commercial work,Dental clinics,high-rise luxury condominiums Jackson Memorial Medical renovations (Med- Gas)Broward General Medical Center.Med -Gas installations, orders materials,scheduling.Designed plumbing installations,design as-builts,coordinate work with other trades and trouble shoots plumbing problems. 2054 VICTOR DIAZ,PX ,BN PLUMBING PLANS EXAMINER &INSPECTOR 40 I VICTOR DIAZ,PX,BN PLANS EXAMINER &INSPECTOR 'dok,1da $)(fogesgue#'Fl Profess ional Regulation HOME CONTACT US MY ACCOUNT ONLINE SERVICES Apply tor a License Verify a Licensee View Food &Lodging Inspections File a Co mplaint Continuing Education Course Search View Application Status Find Exam information Unlicensod Activity Search AB&T Delinquent Invoice &Activity List Search Name: Main Address: County. Special Qualifications Plumbing 10:18:25 AM 12/19/2023 DIAZ,VICTOR (Primary Name) 14266 SW 162 ST MIAMI Florida 33177 DADE Qualification Effective 10/13/2003 LICENSEE DETAILS Licensee Information License Information License Type:Standard Plans Examiner Rank:Plans Examiner License Number:PX2261 Status:Current,Active Licensure Date:10/13/2003 Expires:11/30/2025 db»Ig )p foe±.pr silt'Bl "Professional Regu lation HOME CONTACT US MYACCOUNT ONLINE SERVICES LICENSEE DETAILS 10:16:45 AM 12/19/2023 Apply for a License Verity a Licensee View Food &Lodging Inspections File a Co mplaint Continuing Education Course Search View Application Status Find Exam Information Unlicensed Activity Search AB&T Delinquent invoice &Activity List Search Licensee Information Name: 1 Main Address: County: License Information License Type: I Rank: 1 License Number: Status: Licensure Date: Expires: Special Qualifications 1 Plumbing DIAZ,VICTOR (Primary Name) 14266 SW 162 ST MIAMI Florida 33177 DADE Standard Inspector Inspector BN4474 Current,Active 02/05/2003 11/30/2025 Qualification Effective 05/30/2002 MIAMI BEACH -REQUEST FOR QUALIFICATIONS (RFQ)2024-031-WG MIAMIBEACH 41 Rogelio Lorenzo,PX,BN Plumbing Plans Examiner &Inspector cap cap governmen A Bureou Veritos Com pany Mr.Lorenzo has over forty (40) years of experience in plan design,people management,and government inspection.He is detail oriented and self-driven, can handle constructive conflict. Rogelio is always open to creative strategies leading to success Plumbing Plans Examiner &Inspector,C.A.P.Government,Inc. 2021-Present Reviews plans to ensure that the plans meet building codes and requirements of the state,county,and city where the construction is taking place.Examine and test new or existing plumbing systems in buildings to make sure they are installed. EXPERIENCE STATE OF FLORIDA LICENSE Plumbing Plans Examiner PX1612 Plumbing Inspector BN1269 Miami-DadeDepartmentofRegulatoryandEconomic Resources BOARD OF RULES AND APPEALS Hereby Ce rti fies : Rogelio Lorenzo to perform duties as :"See Back"on behalt of:."See Back" as set toth in the Code of Miami-Dade County YEAR APPROVED:2024 ...A9999g,Joe o.co.PE,-iiiaiilull secretary ot the asu Man.s1113 Plumbing Plans Examiner,Miami-Dade County 2014-2019 Thorough knowledge of construction terminology,techniques,and procedures. Ability to: •Read and understand complex construction documents. •Meet and deal with the public in a tactful and effective manner. •Establish and maintain effective working relationships with staff,co-workers,officials,and the public. •Communicate clearly and concisely,orally,and in writing. •Follow through from findings of irregularities to compliance with approved standards. Plumbing Inspector,Miami-Dade County 1993-2014 Conducted examination of building permit applications,including blueprints,specifications,surveys,product approvals and shop drawings and all other required documents for compliance with the Florida Building Code and other regulations relating to building construction. Master Plumber Supervisor,Manny &Lou Plumbing Contractors -King Cole Plumbing Inc. 1991-1993 •Familiar working with officials and through government code and specifications in Broward and Miami Dade Counties •Cost analysis and project budget oversight.Supervised plumbing planning and construction on million-dollar project for one middle school and two elementary schools in Broward county. 42 •Built and managed cohesive team of twelve and provided oversight to varied skillsets and a wide range of experience. At King Cole Plumbing Inc. •Supervisor of Construction for Boyd Anderson Middle School •Managed team of five from project design through execution. Journeyman Plumber,Miami Dade County HUD Department Journeyman Plumber 1993-1988 •Assembled,installed,maintained,and pressure test all pipes,fittings,and fixtures of heating,water,drainage, sprinkler,and gas systems according to specifications and plumbing codes. •Determined sources of plumbing malfunctions and completed repairs as indicated or according to work orders. •Installed and repaired pipes,fittings,valves,fixtures,and plumbing system equipment,including sinks,commodes, water heaters,water softeners,etc.;install supports and hangers for pipe,fixtures,and equipment. •Select material and hardware and make time and materials estimates. •Maintain accurate records on material and labor used. •Maintain inventory of district-owned tools,equipment,and materials. ROGELIO LORENZO,PX,BN PLUMBING PLANS EXAMINER &INSPECTOR 43 I ROGELIO LORENZO,PX,BN PLUMBING PLANS EXAMINER &INSPECTOR t J [p r sen±at.tj l)kl ii HO M E CO NTA CT US MY ACC O UNT ONLINE SERVICES Apply for a Licenso Verity a Licensoo Vi ew Food &Lodging inspections File a Complaint C ontinuing Education C ou rs e Search Vi ew A pplication Status Find Exam Inform ation U nlicen sed A ctivity Search A B &T Delinquent invoice &A ctivity Li st S earc h Name: Main Address: License Location: Llconso Information License Type: Rank. License Number: Status: Licensure Date: Expires: Special Quallficattons Plumbing 3:1746 PM 12/18/2023 LORENZO,ROGELIO (Primary Name) ·private Address private Address "private Address private Address" ·private Address ·private Address 'private Address private Address ·private Address" private Address" Standard Inspector Inspector BN1269 Current,Active 05/05/1994 11/30/2025 Qualification Effective LICENSEE DETAILS Licensee Information dolor,da(f »eaq4pep;zeFlProfessionalRegulation HO M E CO NTACT US MY ACC OUN T ONLINE SERVICES LICENSEE DETAILS 318:37 PM 12/18/2023 pply fo r a Li cense V er ity a Licensoo V iow Food &Lodgi ng Inspe ction s F ile a Complaint C ontinuing Education Cours e Searc h V iew A ppl ication Status Find Exam inform ation U nlicen sed A ctivity Search AB&T D el inque nt Invoice &Activity Li st S earc h Licensee Information Namo: Main Address. License Location: Liconso Information License Type: Rank: License Number: Status: Licensure Date: Expires: Special Qualifications Plumbing LORENZO,ROGELIO (Primary Name) private Address "private Address private Address" private Address private Address" ·private Address private Address private Address" private Address" private Address' Standard Plans Examiner Plans Examiner PX1612 Current,Active 08/1011999 11130/2025 Qualification Effective MIAMI BEACH -REQUEST FOR QUALIFICATIONS (RFQ)2024-031-WG MIAMI BEACH 44 Antonio Sanchez,SRI Roofing Inspector cap cap governmen A Burou Veritos Com pany Mr.Diez has over five-two (52) years of experience working in the construction and building industry. Roofing Inspector, C.A.P.GOVERNMENT,INC. 2015 -Present Conducts inspections on commercial and residential buildings and ensures compliance with the Florida Building Code and applicable.Prepares inspection reports describing observed violations,corrective action and making appropriate references to the plans,and quality control manuals. EDUCATION High School Diploma Southwest Miami Senior High Business and Administrative Miami Dade College STATE OF FLORIDA LICENSE Roofing Inspector BN6352 Sealoflex (waterproof system) Certified Roofing Contractor CCC1329381 Certified Board of Rules and Appeals (BORA)Miami-Dade County ■ ■ ■ ■ ■ ■ ■ ■ 15 Employees Payroll/Finical Report Schedule Inspections Process Permits Material Purchasing/Ordering Contract Pricing/Negotiations Employee transportation to and from job site Maintaining all company expenses up to date EXPERIENCE President,LandShark Roofing,Inc. City of Miami,Miami,FL. 2010-2015 Scheduled daily inspections,processed permits.In charge of contracts,pricing and negotiations.Maintaining all company expenses making sure they are up to date.In charge of the following: Miami-Dade 0e a r tm e n t ot R e g u l a t o ry a n d E c o n o m i c R e s o u r ce s BOARD OF RULES AND APPEALS Hereby Certifies:£Antonio E Sanchez to pertorm duties as."See Back"on behalf t."See Back",as set forth in tho Code of Miaml-Dade.County YEAR APPROVED:2024 Jwmn 0 Gascon,PE 3acaetv of the Boatd Roofing Inspector,Miami-Dade County RER 2014-2015 Residential and Commercial Supervisor,M &M Roofing 2003-2008 Responsible for supervising eight (8)employees.Processing permits, obtaining,delivering material to job site.Observed and scheduled property prior to each inspection.Present at jobsite when inspector arrives ANTONIO SANCHEZ,SRI ROOFING INSPECTOR 45 ANTO N IO SANCHEZ,SRI RO O FIN G IN SPEC TO R d b»3g;)tr»ggEngs l g,<sis '[l 'rofessioral Regulation HOME CONTACT US MYACCOUNT ONLI NE SERVICES Apply for a Llcenso Verify a Licensee View Food &Lodging Inspections File a Complaint Continuing Education Course Search View Application Status Find Exam Information Unlicensed Activity Search AB&T Delinquent invoice &Activity List Search Name: Main Address:. Li cense Information License Type: Rank: License Number: Status: Licensure Date: Expires: Special Qualifications I 10.39:40 AM 12/15/2023 SANCHEZ,ANTONIO E (Primary Name) p rivate Addre ss P rivate Address p rivate Address p rivate Address p rivate Addre ss Standard Roofing Inspector (SRI) Std roofing Ins SRI145 Curre nt,Active 03/16/2015 11/30/2025 Qualification Effective LICENSEE DETAILS Licensee Info rmation M IA M I BEACH -REQ U EST FO R QUALI FIC ATIONS (RFQ)2024-031-W G MIAMIBEACH 46 Jason Garcia,SRI Roofing Inspector M r.Garcia has over sixteen (16) years of experience in the construction industry,he has developed skills in Roof Contracting,Construction M anagement,and extensive knowledge in performing residential and commercial inspections. EDUCATION Technical School in Construction Gold Coast Schools ST ATE OF FLORIDA LICENSE Standard Roofing Inspector SRl203 Certified Roofing Contra ctor CCC1328894 r Miami-DadeDepartmentotRegulatoryandEconomic Resources BOARD OF RULES AND APPEALS Hereby Certifies: • Jason B Garcia•to port om duties as "See Back on behalf of "See Back" as set forth in hie Code of Mari-Dade Cou nty YEAR APPROVED:2024----- cap cap governmen A Bura u Veritos Com pony Roofing Inspector,C.A.P.Government,Inc. 2023-Present Conducts inspections on commercial and residential buildings and ensure compliance with the Florida Building Code and applicable.Prepares inspection reports describing observed violations,corrective action and making appropriate references to the plans,and quality control manuals EXPERIENCE Owner/Operator,Certified Roofing Contractor,Hardtop Roofing Corp.Miami,FL. 2008 -2023 Operations included estimating,supervising jobsites,coordinating roofing pro jects,preparing roofing plans &pulling permits, coordinating inspections and all office and customer relations duties. Conducted residential and commercial roof inspections JASON GARCIA,SRI ROOFING INSPECTOR 47 I JASON GARCIA,SRI I~----------------ca p ROOFING INSPECTOR cap government 4 firefiurit9temper e db»jg.gee )p rupegegs%%%.@ 'Bl Profesional Regulation HOME CONTACT US MY ACCOUNT ONLINE SERVICES Apply for a License Verify a Licensee View Food &Lodging Inspections File a Complaint Continuing Education Course Search View Application Status Find Exam Information Unlicensed Activity Search AB&T Delinquent Invoice &Activity List Search Name: Main Address: County: License Information License Type: Rank: License Number: Status: Licensure Date:. Expires: Special Qualifications 3.40.31 PM A//2024 GARCIA,JASON BRYAN (Primary Name) 24861 SW 118 COURT PRINCETON Florida 33032 DADE Standard Roofing Inspector (SRI) Std roofing Ins SRl203 Current,Active 07/25/2023 11/30/2025 Qualification Effective LICENSEE DETAILS Licensee Information MIAMI BEACH -REQUEST FOR QUALIFICATIONS (RFQ)2024-031-WG MIAMIBEACH 48 Odon F.Diaz Zoning &Fire Plans Examiner ca p cap governmenABurouVeritosCompony Mr.Dia has fifteen (15)years of experience producing Construction Documents and leading Construction Administration phase in the State of Florida.Over ten (10)years as a plans examiner &fire inspector for MDFR. E D U CA TIO N Bachelor of Architecture. University of Havana Cuba STA TE O F FLO RIDA LI CEN SE State of Florida Certified General Contractor. CGC1515991 State of Florida Certified Roofing Contractor. CCC1328840 Fire Inspector I/II.259296 NFPA 1031-1998 Plans Examiner I.259296 NFPA 1031-1998 Firesafety Inspector I. 148457 State of Florida Home Inspector. Hl6563 LEED Green Associate.10839768 Zonig &Fire Plans Exam iner,C.A .P.G overn m ent,Inc. 2023 -Present Inspect buildings to locate hazardous conditions and fire code violations such as accumulations of combustible material,electrical wiring problems,and inadequate or non- functional fire exits.Identify corrective actions necessary to bring properties into compliance with applicable fire codes, laws,regulations,and standards,and explain these measures to property owners or their representatives. Conduct inspections and acceptance testing of newly installed fire protection systems. EXPERIENC E 9300 NW 41°'St,Doral,Miam i Dade Fire Rescue,Martin A.D. Yabor &Associates,Inc. 2009 As a Fire Plans Processor,contributed to the Department far exceed the Bureau's expectations.He has an extensive background in the Architectural &Engineering field which has greatly improved the plan review section of the Fire Prevention Bureau.All tasks assigned to Mr.Diaz have been completed quickly with enthusiasm.He has developed plans review guides which have ensured the plans process is completed with efficiency and accuracy prior to permit approval and to assist fellow employees.He has continuous to obtain further education and routinely researches code related issues in the Life Safety and Fire Protection field.Mr.Diaz provided training and insight to co-workers in the area of Life Safety and Fire Protection. Director of Production,12124 SW 131%'St.Miam i,FL 1999-2009 Involved in a varied range of recreational,commercial,institutional, educational and residential projects from planning,design,working drawings to construction administration phase and value engineering, for example: •Griffin Rd.Office Building,a 10,000 sq.ft.per floor,5-story building and one underground parking garage of 55,000.00 sq.ft.$3.5 millions in Dania Beach. •Epicure Condo,A fascinating design mix use project,3 parking levels (one of them underground),multiple community services at ground and second level,including restaurants,stores,retails,computer game movies,offices, 49 etc.and 8 residential cascaded levels w/an amenities top level w/a lap pool,a soon deck,private gym.and a multipurpose room(picture provided). •Fairfield Inn,4-story hotel building,174 keys,gym,lounge, meeting rooms,pool and spa in aprox.103,000.00 sq.ft.$11 millions in Dania Beach. •Hilton Garden Inn,5-story hotel building,190 keys,full restaurant,gym,lounge,meeting rooms,pool and spa in aprox.103,000.00 sq.ft.$11 millions in Miami Dade County •Homewood Suite (Hilton)4-story building,124 keys, breakfast only,gym,lounge,meeting room,pool and spa in aprox.95,000.00 sq.ft.$9.5 millions in Miami Dade County. •Diamond Douglas.A mix use development w/4 parking levels (one underground),restaurant,laundry,pharmacy and multiple offices at ground level,9 residential typ.levels (61 apartment units)and a pool,gym and b.b.q.pit at top level, 20 millions in City of Miami. •Miami Commerce Center,a mix use complex encompassing five double height flex space building and eight-story,high- tech multi-tenant office building,$20 millions in Miami-Dade County. •Rainbow Day School (Christian Private School)Addition of a new two story classroom,library and music lab in two-story building with a new open parking lot. •Rosewood,a 51 building,542 luxury apartment complex to be remodeled,$50 millions in Central Florida. •Miami-Dade public housing system (M.D.H.A.),remodeling and rehabilitation of several sites including:Lincoln Garden, Stirrups Homes,Opa-locka Families,Liberty Square,etc •Jesus Fellowship Family,School and Workshop Center,a $6.0 million,125,000 sq.ft.of multipurpose building developed in 12.5 acres property in Kendall,Miami. Project Manager,Carr Smith Corradino. 1996-1999 In charge of production and overseeing the complete construction documents process for different projects,coordinating the architectural plans with other disciplines and make them to comply with all local,state and national codes. •M.D.C.C.Downtown Campus,11-story Parking Garage with offices,classrooms and retail at ground floor,an open concrete,post-tensioned structure for $15 millions,in Downtown Miami-Dade County •Jackson Memorial Hospital,5-story,pre-cast concrete structure parking garage including a new 4,000 sq.ft.in one story auto-clave and machinery building,over $10 millions in Miami-Dade County. 50 •Normandy Island and Flamingo Park,Both Aquatic Center for the City of Miami Beach and Amelia Airhart for Hialeah, good architecture,exposed materials,nice colors and finishes,big pools,restaurants,green areas and other amenities. •Coral Spring Fire Station.An interior remodeling and addition to an existing,old and unsafe structure which include structural reinforcement,new roof and addition of a new Engine Room,offices and slipping rooms in about 3, 000 sq.ft Project Architect,Arquitectonica International,Inc. 1994-1996 Took part in several international competitions as a CAD and 3D graphics designer,and I was in charge of the design development and production phases of different projects,among them: •Royal Palm and Shore Crest Hotel in Miami Beach,a '50 decade,7-story ,Art Deco Buildings facing the ocean was restored as its original style,a new bridge to connect them and 10 new story block was added increasing the number of rooms to 200,$20 millions. •American Airline Arena.In Downtown Miami area,a new house for the Miami Heat •Hallandale Apartment Tower (a 42-story condo-hotel). Hallandale Beach,FL. •The Carillon (40 story condo-hotel).Miami Beach,FL. •Orlando City Center (20 story office tower and retail center) FL. ODON F.DIAZ, ZONIG &FIRE PLANS EXAMINER 51 I ODON FRANK DIAZ I~~------------------cap ZONING &FIRE PLANS EXAMINER cap government 4 firefseritnup dr5lor1da(ye,agreeBlProfessionalRegulation HOME CONTACT US MY ACCOUNT ONLINE SERVICES Apply for a License Verify a Licensee View Food &Lodging inspections Filo a Complaint Continuing Education Course Search View Application Status Find Exam Information Unlicensed Activity Search AB&T Delinquent Invoice &Activity List Search Name: Main Address: County: License Information License Type: Rank: License Number: Status: Licensure Date: Expire s: Special Qualifications 1.22:22 PM 2/23/2024 DIAZ,ODON F SR (Primary Name) 1870 DELAWARE PKWY. MIAMI Florida 33125 DADE Hom e Inspector Hom e Insp Hl6563 Current,Inactive 06/20/2012 07/31/2024 Q ualification Effective LICENSEE DETAILS Licensee Information MIAMI BEACH -REQUEST FOR QUALIFICATIONS (RFQ)2024-031-WG MIAMI BEACH 52 Marc C.LaFerrier Regional Operations Director ca p cap governmen A Buro u Veritos Gom pony Mr.LaFerrier has experience in the public and private sectors as an executive director and public administrator.Significant experience with effectively managing medium to large-scale organizations,projects,programs, and contracts.Areas of expertise include personnel and budget management,code administration, strategic planning,economic development,land use and intergovernmental coordination.A collaborative management style combined with an inspirational and results-orientated approach that empowers and motivates an organization and staff for high achievement and excellence. EDUCATION Graduate Studies Public Administration:City University Seattle,Washington BS in Geography/Geology and Political Science:Eastern Michigan University CERTIFICATIONS International City/County Management Association (ICMA) American Institute of Certified Planners (AICP) Urban Land Institute (ULI) Regional Operations Director,C.A.P.Government,Inc. 2020 -Present Responsible for planning,directing,and overseeing operations for CAP's Broward County office.Key member of CAP's executive team involved with the marketing,organization and management of CAP Government operations and services. EXPERIENCE Community Development Director City of Dania Beach: Department of Community Development Dania Beach 2012-2020 Director for planning,zoning,economic development,engineering, code enforcement and building code compliance.Responsible for significantly increasing the productivity and effectiveness of all divisions while increasing revenues and workloads.Created the Special Permitting Office (SPO)providing expedited building code services for large scale development projects. Director of Planning and Zoning,Miami-Dade County: Department of Planning &Zooning 2008-2012 Director for urban and regional planning,zoning,smart growth, community planning,economic development,historic preservation, public hearings and community outreach.Successfully developed consensus on key policy and implementation matters Planning and Zoning Director,City of Fort Lauderdale:Planning, Zooning and Community Development 2004-2008 Director for urban planning and design,zoning,DRC,comprehensive planning,housing and community development.Led visioning and master planning initiatives and implementation programs. 53 Executive Director of Planning and Development Services,Keith and Schnars,P.A.Planning and Development Services 2001 -2004 Executive Director for land development services,urban and regional planning,landscape architecture,marketing and project management MARC C.LAFERRIER OPERATIONS DIRECTOR 54 I TA B 3 APPROACH AND METHODOLOGY C.A.P.Government,Inc.(CAP)understands the Scope of Services and has the capacity to provide the City qualified,trained, experienced employees to work full time or part time for the City.Most of the members of our staff assigned to this contract are currently providing or have provided services to the City,therefore,the transition will be seamless. CAP proposes to provide Professional Plans Review and Building Inspections Services in various disciplines.CAP has skilled, knowledgeable,and qualified professional Plans Examiners and Inspectors in the following specialized areas Building,Roofing, Electrical,Plumbing,Mechanical,Elevator and Zoning.Furthermore,our staff is certified by the State of Florida Code Administrators and Inspection Board and by the Miami-Dade County Board of Rules and Appeals (BORA). We will provide staff within two (2)weeks of the assignment (Work Order)being requested and likewise we will immediately replace any personnel whose quality of services is unsatisfactory to the City.As a safeguard,all CAP employees undergo a criminal background check and comply with CAP's Drug-Free Workplace Policy and undergo Sexual Harassment and Discrimination Training. Although we have designated a team of professional Plans Examiners,Architects and Engineers we are available to meet the additional needs of the City. Our appr o ac h an d m eth o dology fo r this co ntr ac t includes the fo llow ing tasks: •Conduct technical field inspections of buildings,equipment,and installations during various phases of plumbing construction,installation, and operation and grant inspection approvals,if found in compliance with applicable codes and regulations,and provide written comments,if found not in compliance with applicable codes and regulations. •Review plumbing,electrical,or mechanical installation plans, specifications,and materials listed for residential and commercial projects,and grant approvals,if found in compliance with applicable codes and regulations,and provide written comments,if found not in compliance with applicable codes and regulations. •Evaluate alternate methods, procedures,materials,and products for compliance with the Florida Building Code requirements, whichever is applicable,depending on the date of the application or construction. •Approve and disapprove proposed plans in accordance with the applicable Code and other regulatory requirements and discuss disapproved items with architects, engineers,contractors,and/or owner builders to obtain plan changes necessary for approval. M IA M I B EA C H -R E Q U EST FO R Q U A LI FIC ATIO N S (R FQ )2024-031-W G MIAMIBEACH 55 I TAB 3 APPROACH AND METHODOLOGY •Render information concerning the applicable Code and make interpretations of its contents.Make decisions as to the feasibility of deviations from the Codes under various conditions. •Perform related work as required by the Building Department. CAP has been performing plans review and inspection services since its inception.CAP understands the sensitive nature of this aspect of construction and conducts the required plan review and inspections to ensure compliance with the Florida Building Code as well as verifying that all activities are being carried out in a safe working environment. 1.R EC RUI TM E NT AN D RET EN TIO N A company's culture has a huge impact on employee job satisfaction,and at CAP,we believe that retention starts right from the beginning.From the application process to screening applicants,choosing which applicants to interview,and lastly vetting them.Most employees want to work for an inclusive workplace that values and celebrates diversity.This all begins with the hiring process.Our unique process is structured and divided into several stages before a formal offer is provided.The talent acquisition team evaluates all candidates for aspects that include cohesiveness with our company culture,diversity and inclusion,and company expectations.Carefully designed career pathing programs provide an opportunity for employees to grow,learn,and remain a part of the organization.This includes leadership's commitment to reviewing pay scales and ensuring they are competitive as needed to retain talent. 2.CERTIFIC AT IO N Our employees are required to participate in an annual ethics training course,adhere to company code of conduct and take education credits to maintain the required certifications for their positions.CAP encourages to obtain additional certifications through training programs that are covered 100%by CAP. 3.EM PLO YEE TR AIN IN G &QUA LITY ASSU RANC E CAP is committed to building our people's skills and enabling their potential to flourish. Our employee training and quality assurance programs help ensure we have people who can contribute to the future needs of business and our continued client partnerships.The learning &development strategy is founded on continuously assessing our people's learning needs.Each program provides targeted learning to our people that is accessible anywhere,anytime, and the ongoing evaluation of learning & development solutions to maximize their effectiveness. 4.CO N FLI C TS O F IN TEREST C.A.P.Government,Inc.hereby ensures that no CAP employee working on any project for the City of Miami Beach will be assigned to assist or represent private owners and developers during the duration of the contract with the City. 5.EM PLO YEES PERFO RMANC E Employee productivity and customer service are at their highest levels when employees work as a team and efficiently.We pride ourselves on clear communication expectations and taking appropriate action to ensure our CAP team members provide MIAMI BEACH -REQUEST FOR QUALIFICATIONS (RFQ)2024-031-WG MIAMI BEACH 56 TAB 3 APPROACH AND METHODOLOGY excellent behavior onsite and in the field. Training is an essential key to this process. Providing ongoing training lays the groundwork for employees to understand company and client expectations,which will allow managers to be prepared to act if an employee falls short of those outlined expectations. If an issue occurs,leadership will schedule a time to meet with both the employee and_the client to determine the root cause.This involves collecting information to fully understand the issue.Next,we will schedule a coaching or counseling session with the employee based on the seriousness of the infraction.This will include documenting the issue and communicating job performance expectations and behavior expectations. Over the next several weeks,we will follow up with the employee and the client to make sure the goals outlined are aligned. 6.BIDDERS MONTHLY BILLING Invoices are submitted on a monthly basis reflecting the actual hours worked from the assigned professional personnel based on the activity per discipline. RECENT,CURRENT AND PROJECTED WORKLOAD CAP currently has a contract with the City of Miami Beach.CAP will utilize licensed professionals already located and working regularly in the City of Miami Beach. MIAMI BEACH -REQUEST FOR QUALIFICATIONS (RFQ)2024-031-WG MIAMI(BEACH 57 I