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