Loading...
Professional Services Agreement for Lumen Construction Services, LLC. (Project Management Services for the Homeowner Rehab Services Program) (2025) Docusign Envelope ID:E5BCA7FE-EA01-4A13-829F-14E4120B39EE 20 2 4 - 3 3 1 6 2 Contract No.24-039-01 PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND LUMEN CONSTRUCTION SERVICES, LLC FOR FOR PROJECT MANAGEMENT SERVICES FOR THE HOMEOWNER REHABILITATION SERVICES PROGRAM, PURSUANT TO RFQ 2024-039-WG MAR 0 0; 2025 This Professional Services Agreement ("Agreement") is entered into this ("Effective Date"), between the CITY OF MIAMI BEACH, FLORIDA, a municipal corporation organized and existing under the laws of the State of Florida, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139 (the "City"), and LUMEN CONSTRUCTION SERVICES, LLC, a Florida Limited Liability company, whose address is 6267 Sunset Drive. #A5, Miami, FL 33143 ("Consultant"). SECTION 1 DEFINITIONS Agreement: This Agreement between the City and Consultant, including any exhibits and amendments thereto. City Manager: The chief administrative officer of the City. • City Manager's Designee: The City staff member who is designated by the City Manager to administer this Agreement on behalf of the City. The City Manager's designee shall be the Office of Housing & Community Services,Assistant Department Director. Consultant: For the purposes of this Agreement, Consultant shall be deemed to be an independent contractor, and not an agent or employee of the City. Services: All services, work and actions by the Consultant performed or undertaken pursuant to the Agreement. Fee: Amount paid to the Consultant as compensation for Services. Proposal Documents: Proposal Documents shall mean City of Miami Beach RFQ No. 2024-039-WG for Project Management Services for the Homeowner Rehabilitation Services Program, together with all 1 Docusign Envelope ID:E5BCA7FE-EA01-4A13-829F-14E4120B39EE Contract No.24-039-01 amendments thereto, issued by the City in contemplation of this Agreement RFQ, and the Consultant's proposal in response thereto ("Proposal"), all of which are hereby incorporated and made a part hereof; provided, however, that in the event of an express conflict between the Proposal Documents and this Agreement the following order of precedent shall prevail: this Agreement; the RFQ; the Proposal. Risk Manager: 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"). Although Consultant may be provided with a schedule of the available hours to provide its Services, the City shall not control nor have the right to control the hours of the Services performed by the Consultant; where the Services are performed (although the City will provide Consultant with the appropriate location to perform the Services); when the Services are performed, including how many days a week the Services are performed; how the Services are performed, or any other aspect of the actual manner and means of accomplishing the Services provided. 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: Marcela M. Rubio, MPA Assistant Director Office Of Housing &Community Services 1700 Convention Center Drive, Miami Beach, FL 33139 Tel: 305-673-7260 ext. 26182 MarcelaRubio(a�miamibeachf oov 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. 2 e l<.N- Docusign Envelope ID:E5BCA7FE-EA01-4A13-829F-14E4120B39EE Contract No.24-039-01 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) years, with one (1) two-year 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, Consultant shall be compensated in accordance with the established hourly rate(s) attached hereto as Exhibit "B." 4.2 NOT USED. 4.3 INVOICING The Consultant shall submit detailed invoices for work performed at the complet on of each phase or at agreed-upon milestones within each phase. Each invoice must include a breakdown of hours worked by task and by personnel (as applicable), along with a description of the services provided. The City reserves the right to adjust the payment schedule based on project progress, changes in scope, or other factors as mutually agreed upon by both parties. 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 be submitted to the City at the following acdress: Accounts Payable: Payables(a)miamibeachfLgov 3 Docusign Envelope ID:E5DCA7rE-EA01-4A13-829F-14E4120B39EE Contract No.24-039-01 SECTION 5 TERMINATION 5.1 TERMINATION FOR CAUSE If the Consultant shall fail to fulfill in a timely manner, cr 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 fourteen (14) days to cure such default. If such default remains uncured after fourteen (14) 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 aring any and all legal/equitable actions that it deems to be in its best interest in order to enforce the City's rights and remedies 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 SERVICES UNDER THIS AGREEMENT 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 TERMS 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 4 Nal Docusign Envelope ID:E5BCA7FE-EA01-4A13-829F-14E4120639EE Contract No. 24-039-01 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 extent, 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 the 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 (for open/ applicable projects only; closed/billed projects would be excluded)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. 6.2 INSURANCE REQUIREMENTS 6.2.1 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. A. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, property damage, bodily injury, and personal & advertising injury with limits no less than $1,000,000 per occurrence, and $2,000,000 general aggregate. 5 Docusign Envelope ID:E5BCA7FE-EA01-4A13-829F-14E4120B39EE Contract No.24-039-01 B. Automobile Liability Insurance covering any automobile, if the vendor has no owned automobiles, then coverage for hired and non-owned automobiles,with a limit of no less than $100,000 combined per accident for bodily injury and property damage. C. Professional Liability Professional Liability (Errors & Omissions) insurance appropriate to the Consultant's profession, with limit no less than$1,000,000. 6.2.2 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. 6.2.3 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 do EXIGIS Insurance Compliance Services. 6.2.4 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. 6.2.5 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. 6.2.6 Verification of Coverage - Consultant 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 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 6 lC,M Docusign Envelope ID:E5BCA7FE-EA01-4A13-829F-14E4120B39EE Contract No.24-039-01 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at: Certificates-miamibeach(ct1riskworks.com 6.2.7 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. 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 exbileds the sum of $10,000. Consultant hereby expresses its willingness to enter into this Agreement with Consultant's recovery from the City for any damage action for breach of contract to be limited to a maximum amount of$10,000. tordingly, 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. 7 Docusign Envelope ID.E5BCA7FE-EA01-4A13-829F-14E412GB39EE Contract No.24-039-0I 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 Any work product arising out of this Agreement, 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. All 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. 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 8 Docusign Envelope ID:E5BCA7FE-EA01-4A13-829F-14E4120B39EE Contract No.24-039-01 reccrds 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 the Consultant, the Consultant shall ma.e 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 ccrruption. (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 9 Docusign Envelope ID:ESBCA7FE-EA01-4A13-829F-14E412CB39EE Contract No.24-039-01 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 the 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: 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 be construed to impose any liability on the City by the Consultant or third parties. 10.3 ASSIGNMENT, TRANSFER OR SUBCONSULTING 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) sha I be void. 10 Docusign Envelope ID:E5BCA7FE-EA01-4A13-829F-14E4120B39EE Contract No.24-039-01 10.4 PUBLIC ENTITY CRIMES 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 t.me; 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 perfcrmance 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, scund 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 11 Docusign Envelope ID:E5BCA7FE-EA01-4A13-829F-14E4120B39EE Contract No.24-039-01 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 copy of the 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 the 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 the City's contract for services must be made directly to the City. If the City does not possess the requested records, the 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) If a 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 12 Docusign Envelope ID:E5BCA7FE-EA01-4A13-829F-14E4120639EE Contract No.24-039-01 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 statement 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 the 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 after the notice is sent is not liable for the reasonable costs of enforcement. (F) 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 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 E-MAIL: RAFAELGRANADO@MIAMIBEACHFL.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. 13 Docusign Envelope ID:E5BCA7FE-EA01-4A13-829F-14E4120B39EE Contract No.24-039-01 (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 the 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 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 Majeure 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, anc 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 14 Docusign Envelope ID.E5BCA7FE-EA01-4A13-829F-14E4120B39EE Contract No.24-039-01 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 verify the work authorization status of all newly hired employees 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 wits an affidavit stating that the 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 knowingl violated the foregoing Subsection 10.9(A), but the Consultant otherwise complied with such subsection, the City will promptly notify the Consultant and order the Consultant to immediately terminate the 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. 15 �� I � Docusign Envelope ID:E5BCA7FE-EA01-4A13-829F-14E412CB39EE Contract No.24-039-0I 10.10 CONSULTANTS 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 Section 787.06(13), Florida Statutes, a copy of which is attached hereto as Exhibit"B". SECTION 11 NOTICES Untii changed by notice, in writing, all such notices and communications shall be addressed as follows: TO CONSULTANT: Lumen Construction Services Rasheed K. Muslimani 6267 Sunset Drive, A5 South Miami, FL 33143 Ph: 239-293-3376 Email: RKM jumenccrmcom TO CITY: Marcela M. Rubio, MPA Assistant Director Office of Housing & Community Services 1700 Convention Center Drive, Miami Beach, FL 33139 Ph: 305-673-7260 ext. 26182 Email: MurcelaRubio(d'miamibeachfl.gov All notices mailed electronically to either party shall be deemed to be sufficiently transmitted. SECTION 12 MISCELLANEOUS PROVISIONS 12.1 CHANGES AND ADDITIONS This Agreement cannot be modified or amended without the express written consent of the 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. 16 Docusign Envelope ID:E513CA7FE-EA01-4A13-829F-14E4120B39EE Contract No.24-039-01 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 cf this Agreement. 12.4 JOINT PREPARATION The parties hereto acknowledge that 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 severely against one of the parties than the 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. [REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK] Docusign Envelope ID:ESBCA7FE-EA01-4A13-829F-14E4120B39EE Contract No.24-039-01 IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their appropriate officials, as of the date first entered above. FOR CITY: CITY OF MIAMI BEACH, FLORIDA ATTEST: n5/I .J By: Rafael E. Granado, City Clerk Eric Carpenter, , ity Manager MAR 0 if 2025 Date: APPROVED AS TO FORM & LANGUAGE 3„ 9,,,ti & FOR EXECUTION s r t ._City Attorney -- Date f 1Itl(OIP OIATED FOR CONSULTANT: ,Y,¢ ti Al LUMEN CONSTRUCTION SERVICES, LLC By. !! 2X 4)!4'r) k• tiLl)litAsv; , Pte VW: Print Name and Title Date: ././( 7.f Z..r 1 18 r Docusign Envelope ID:E5BCA7FE-EA01-4A13-829F-14E4120839EE Contract No. 24-039-0I EXHIBIT A SCOPE OF SERVICES A. The City's SHIP Coordinator or designee will send Project Notifications to the Project Manager/Consultant on behalf of the City. The Project Manager/Consultant will conduct a site inspection and draft the scope of work, including project specifications that will form the basis for the bid documents submitted to a List of Pre-qualified General Contractors. B. Estimate Forms will indicate the rehab address and detail work to be performed, including materials, project duration, and price estimates within mutually agreed upon date and time. All price estimates will he reviewed, approved, or denied by the SHIP Coordinator or designee. C. All Contractor "price" estimates must be submitted to the SHIP office within 10 business days of request and shall include the scope of services/specifications per project, including inspections, and site visits. Project Manager services shall be quoted based on the specified hourly rate and the number of hours needed to perform the overall project. D. Payment requests shall be submitted to the Office of Housing and Community Sery ces according to the approved fee schedule. E. Fee Schedule: The City's Local Housing Assistance Plan stipulates that the costs associated with the Consultant fees shall not exceed a maximum of$5,000 per project. The City anticipates a phased payment schedule for each project, structured around pre-phase and post-phase solicitation tasks. Payments will be made based on the completion of specific tasks within each phase and calculated according to the established hourly rate(s), as outlined below. Projec: Manager/Consultant's duties include, but are not limited to: I. Pre-Solicitation: • Attend pre-quote walk-thru at the residential property to assess needed repairs, as necessary; • Make recommendations of work to be performed within the available funding limits; • Once the required work is determined, prepare a specifications report for bidding; • Participate with staff in pre-bid walk-thru, as necessary; and • Prepare ITQ addendum, as necessary. II. Post-Solicitation: • Evaluate with staff the bids submitted by the Pre-quali led General Contractors(GC); • Conduct site visits during construction (1-3 times depending on work performed); • Assist staff with problems/issues encountered during construction; • Verify and evaluate work performed against the Contractor's payment requests; and • Evaluate the finished project. 19 Docusign Envelope ID:E5BCA7FE-EA01-4A13-829F-14E4120839EE Contract No.24-039-01 F. Additional Services. Any additional services related to the SHIP program pre- approved by the city shall be billed in accordance with the established hourly rate. [BALANCE O= PAGE INTENTIONALLY LEFT BLANK] 20 Docusign Envelope ID:EEBCA7FE-EA01-4A13-829F-14E4120639EE Contract No.24-039-01 EXHIBIT B HOURLY RATES Planned Scope (Exhibit A—Section E, Hourly Rate I &II) Project Manager $150.00/hour Additional Services, upon City Request Project Manager $150.00/hour [THE REMAINDER OF THIS PAGE IS INTENTIONALLY LEFT BLANK] 21 [Z K.(mil Docusign Envelope ID:E5BCA7FE-EA01-4A13-829F-14E4120B39EE Contract No.24-039-01 EXHIBIT C ANTI-HUMAN TRAFFICKING CERTIFICATION Affidavit of Compliance with Anti-Human Trafficking Laws Contract Number and Title: RFQ-2024-039-WG-FOR PROJECT MANAGEMENT SERVICES FOR THE HOMEOWNER REHABILITATION SERVICES PROGRAM Pursuant to section 787.06(13), Florida Statutes, this portion of the form must be completed by an officer or representative of the nongovernmental entity executing, renewing, or extending a contract with a governmental entity. Name of entity does not use coercion for labor or services as defined in section 787.06, Florida Statutes. Under penalties of perjury, I declare that I have read the foregoing statement and that the facts stated in it are true. Entity Name: ,,v018,1 ( ONJ-fA.c`1(a1' J t1WIC..0 1 1 i Representative/Officer's Printed Name: piyI,Q40 '( , 'Iv)I,/;,,,,,; Representative/Officer's Title: eridesk Signature: L��, 11, //, Date: oZ7°3 Zbzi ATTACHMENT A RESOLUTION&COMMISSION AWARD MEMO RESOLUTION NO. 2024-33162 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. 2024-039-WG, FOR PROJECT MANAGEMENT SERVICES FOR THE HOMEOWNER REHABILITATION SERVICES PROGRAM; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH LUMEN CONSTRUCTION SERVICES, LLC,AS THE TOP-RANKED PROPOSER; AND FURTHER, AUTHORIZING THE INTERIM CITY MANAGER AND CITY CLERK TO EXECUTE A FINAL AGREEMENT UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. WHEREAS, on February 21, 2024, the Mayor and City Commission approved the issuance of an RFQ for Project Management Services for the Homeowner Rehabilitation Services Program; and WHEREAS, on February 21, 2024, RFQ 2024-039-WG was issued; and WHEREAS, on April 8, 2024, the City received a sole proposal from the following firm: • Lumen Construction Services, LLC; and WHEREAS, on June 6, 2024, the Evaluation Committee comprised of Paola Arboleda, Administrative Support Manager, Office of Housing and Community Services; Nelson Martinez, Tenant Services Coordinator, Office of Housing and Community Services; and Jorge Vargas, Project Coordinator, Facilities and Fleet Management Department, convened to consider the responsive proposal received; and WHEREAS, 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 WHEREAS, the Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFQ; and WHEREAS, the evaluation process resulted in the proposers being ranked by the Evaluation Committee in the following order: 1st ranked — Lumen Construction Services, LLC. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission accept the recommendation of the interim City Manager pursuant to Request for Qualifications no. 2024-039-WG, for Project Management Services for the Homeowner Rehabilitation Services program; authorize the Administration to enter into negotiations with Lumen Construction Services, LLC, as the top-ranked proposer; and further, authorize the interim City Manager and City Clerk to execute a final agreement upon conclusion of successful negotiations by the Administration. PASSED AND ADOPTED this ay day of iG✓y 2024. ATTEST: JUL2024 ..A "----net..„4...,L__ RAFA L E. GRANADO, CITY CLERK STEVEN MEINER, MAYOR INCORP�ORATED % . " APPROVED AS TO '''1� .. �.. ... ' FORM & LANGUAGE " , 26 & FOR EXECUTION 1111111�������. ofD -, 11¢1Z02.4- City Attorney c� Date Procurement Requests -C2 A MIAMI BEACH 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. 2024-039-WG, FOR PROJECT MANAGEMENT SERVICES FOR THE HOMEOWNER REHABILITATION SERVICES PROGRAM; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH LUMEN CONSTRUCTION SERVICES, LLC, AS THE TOP-RANKED PROPOSER; AND FURTHER, AUTHORIZING THE INTERIM CITY MANAGER AND CITY CLERK TO EXECUTE A FINAL AGREEMENT UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. (HOUSING AND COMMUNITY SERVICES) RECOMMENDATION It is recommended that the Mayor and City Commission (City Commission) approve the Resolution. This solicitation is under the cone of silence. BACKGROUND/HISTORY The City receives grant funds from various state and federal agencies to administer residential rehabilitation programs,such as the State of Florida's State Housing Initiatives Partnership(SHIP) program. The SHIP program provides funds to local governments as an incentive to create partnerships that produce and preserve affordable homeownership and multifamily housing. The program was designed to serve very low, low, and moderate-income families. SHIP funds may be used to fund emergency repairs, new construction, rehabilitation, down payment and closing cost assistance, impact fees,construction and gap financing, mortgage buy- downs, acquisition of property for affordable housing, matching dollars for federal housing grants and programs, and homeownership counseling. The Office of Housing and Community Services is charged with managing the SHIP funds for the City and, in doing so, identifies properties within Miami Beach that are eligible to receive funds for residential rehabilitation work. The City's Homeowner Rehabilitation Services Program provides income-eligible households with a forgivable loan to make necessary and appropriate repairs to their primary residence (assisted home). Eligible recipients must live in the assisted home and agree to use the assisted home as their primary residence for a period of fifteen (15) years. Repairs to the home may include those necessary to age in place, create energy efficiency,or address code violations. Program funding is provided through SHIP and the HOME Investment Partnerships Program (HOME). Projects are not anticipated to exceed seventy thousand dollars ($70,000.00). On February 5, 2015, the City entered into an Agreement with Gecko Group, Inc. for project management services relating to the General Building Contractor Rehabilitation Services Program. The term of the Agreement was for a three (3) year initial term, with two (2) additional Page 43 of 1750 one (1)year renewal terms.The Agreement expired on February 4, 2020. The Agreement expired before the COVID-19 pandemic, and the Homeowner Rehabilitation Services Program was paused until 2022.The program is now fully active,and project management services are required to address approved work to be awarded as stipulated herein. Therefore, the Administration requested approval to issue Request for Qualifications (RFQ) 2024-039-WG, for project management services for the Homeowner Rehabilitation Services Program. ANALYSIS On February 21, 2024, the City Commission approved the issuance of RFQ No. 2024-039-WG for Project Management Services for the Homeowner Rehabilitation Services Program. The RFQ was released on February 21, 2024, and a voluntary pre-proposal meeting was held on March 14, 2024. One (1) addenda was issued, and 82 prospective bidders accessed the solicitation. RFQ responses were due and received on April 8, 2024. The City received a sole proposal from Lumen Construction Services, LLC. On June 4, 2024, the City Manager appointed the Evaluation Committee via LTC # 224-2024. The Evaluation Committee convened on June 6, 2024, to consider the proposal received. The Committee was comprised of Paola Arboleda,Administrative Support Manager, Office of Housing and Community Services; Nelson Martinez, Tenant Services Coordinator, Office of Housing and Community Services; and Jorge Vargas, Project Coordinator, Facilities and Fleet Management 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 scoring of the proposal as indicated in Attachment A. The Evaluation Committee deemed Lumen Construction Services, LLC ("Lumen") qualified for Homeowner Rehabilitation Services Program project management services. The committee highlighted Lumen's engineering and construction management experience, including field management of new construction and remodeling operations, as well as their engineering services. Lumen's project management experience includes managing installation crews for simultaneous work trades and multiple active projects, training and developing employees, and developing and maintaining company project management standards. Lumen was founded by Rasheed Muslimani, PE, PMP, in 2021 after working in the construction & engineering industry for over 13 years. Lumen has a strong engineering and construction management background to provide unique solutions for complicated building ambitions. Some of their previous project management clients include Miami Dade Parks and Recreation, Treasure Bay Club Condo Association, and Deering Bay Homeowners Association.All references provided positive feedback. FISCAL IMPACT STATEMENT The City's Local Housing Assistance Plan stipulates that the costs associated with the Consultant fees cannot exceed a maximum of$5,000 per project.The project management services provided by this agreement are grant-funded via the Florida Housing Finance Corporation's SHIP and HOME programs. 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. Does this Ordinance require a Business Impact Estimate? (FOR ORDINANCES ONLY) Page 44 of 1750 The Business Impact Estimate (BIE) was published on . See BIE at: https://www.miamibeachfl.gov/city-hall/city-clerk/meetinq-notices/ FINANCIAL INFORMATION HOME-Homebuyer & Homeowner Rehabilitation: 180-0530-000346-23-404-534-00-00-00-53419 CONCLUSION Based on the foregoing, the Administration recommends that the Mayor and City Commission approve the Resolution authorizing the Administration to enter into negotiations with Lumen Construction Services, LLC, the top-ranked proposer;and further authorize the City Manager and the City Clerk to execute a final Agreement upon the conclusion of successful negotiations by the Administration. Applicable Area Citywide Is this a "Residents Right to Know" item, Is this item related to a G.O. Bond pursuant to City Code Section 2-17? Project? No 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 lobbyist(s)and principal(s): Department Procurement Sponsor(s) Co-sponsor(s) Condensed Title Award RFQ 2024-039-WG, Project Management Services for Homeowner Rehab Program. HCS/PR Page 45 of 1750 ATTACHMENT A RFQ 2024 039-WO FOR ____', T PROJECT MANAGEMENT SERVICES FOR THE Paola Arbol.ds Nelson Martinet Jorge Vargas Low g' WNER Aggregate i REHABILITATION SERVICES I i Totals A PROGRAM L_ _ Oraflrlra Ouenteenr+ SubtoW _ OrdlafM .OrsiMillie aureola" OrdlaNw Quantkathe Subtotal (Lumen Construction Services 100 0 100 _1 100 0 , 100 1 80 0 80 1 3 Orenille Mo Pointe �� Vahan. or TeedGra _ Pointe (Velenr"s) Lumen ConsOnution Services s o Page 46 of 1750 7/11/2024 3:29 PM Funding Verification for Project Management Services for the Homeowner Rehabilitation Services Program not to exceed$5,000 Account#: 180-0530-000346-23-404-534-00-00-00-53419 Available: $186,831.22 Ac,ount Inquiry 011PlIgit C ty ot&foam Beacn • --i- ON iip : a ! h G . 0 0 z-- 0 '— ,--0 -eve. : - - --•- - .01.4'IV =•,,ss.st s.,.r a . m.r1.:tr.1 TO. . • • ..i far •. Laj...:‘,4 3‘oskOloas 0e Et 0.40,1 ss are.,C,1.4•,,L s s - . ,.0...2:4 31 I sc.vs•:C:1 •saa.as:.-3= 0 was or= "sal, ass:XI .,ire tom CS II 3+3 C3 fat, r-- LIILI X ,tsrscs s 06 3.3 SO TOD a a all Si rill. SUCI,:I at, 30 ^•^Ors:as :3 al-DI X 111' C3 11,...31 X/ ts...... 200003 SO •1000 SC MU X l GI OC a*. Vvrve Ili:fl:I I Il +'ICI Y. lin X:0C CO LIIIT 30 IssassSv•••• 13 VS::3 i 6 1 OC l'Ill 50 TIP X la, — ‘...— eaa.,,-.... •II 110. XXXX 2: X.0110 St 414 CC CO 00 as cs—.sans 3400 NI S3 is it 00 Page 47 of 1750 ATTACHMENT B ADDENDUM AND RFQ SOLICITATION M I A M I B E AC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO. 1 REQUEST FOR QUALIFICATIONS NO. 2024-039-WG FOR PROJECT MANAGEMENT SERVICES FOR THE HOMEOWNER REHABILITATION SERVICES PROGRAM March 28, 2024 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. RESPONSES TO QUESTIONS RECEIVED: Q1: What is the expected format of specification development? Is it simply some scope of work descriptions combined with product sheets/ material cut sheets? Al: The use of clear and concise competitive minimum requirement specifications is acceptable. However, the City may require formal Construction Specifications Institute (CSI) format specifications as needed. Q2: Are you able to share an example of a previously completed specifications/scope of work package? A2: Specific scopes are not requested at this time.The purpose of the RFQ is to select the best qualified (as determined by the City) consultant for the project. As required per the RFQ, proposers are to submit their qualifications as indicated in Section 0300. After selection, the City and the selected consultant will negotiate the scope, terms, and cost. Q3: Are utility improvements anticipated (AC/lighting, mechanical, etc.)? A3: Previous work mostly consisted of interior condo and single-family home restoration, including electrical panel upgrades and roof restorations. However,we are unable to determine the anticipated improvements at this time as each project is different. The purpose of the RFQ is to select the best qualified(as determined by the City)consultant for the project.As required per the RFQ, proposers are to submit their qualifications as indicated in Section 0300. After selection,the City and the selected consultant will negotiate the scope, terms, and cost. Q4: Will the personnel performing the site inspections need to be certified (PE license or other licensure)? A4: No. The successful consultant's project site inspections are meant for scope preparation and contract management purposes. The City's Building Officials determine and conduct the necessary permit inspections. Q5: Consultant fees are determined based on what format? A5: The City negotiates the consultant's fees on a project-by-project basis depending on the complexity of the project, not to exceed $5000.00 per project. 1 ADDENDUM NO.1 REQUEST FOR QUALIFICATIONS NO.2024-039-WG F FOR PROJECT MANAGEMENT SERVICES FOR THE HOMEOWNER REHABILITATION SERVICES PROGRAM M I / tv\ I BE,A2I-I PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl goy Q6: How many projects are slated per year under this program? A6: The City anticipates, based on historical data, 2 projects per quarter. However, we are unable to determine the anticipated improvements at this time. The purpose of the RFQ is to select the best qualified (as determined by the City)consultant for the project.As required per the RFQ, proposers are to submit their qualifications as indicated in Section 0300. After selection,the City and the selected consultant will negotiate the scope, terms, and cost. Q7: How does the selected firm get engaged on each project? Do we provide a quote for each project site prior to doing initial inspections? Al: The selected firm would be contacted for a walk-through with City staff in order to create the scope of work prior to the solicitation of bids. The purpose of the RFQ is to select the best qualified (as determined by the City) consultant for the project. As required per the RFQ, proposers are to submit their qualifications as indicated in Section 0300. After selection, the City and the selected consultant will negotiate the scope, terms, and cost. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov Contact: Telephone: Email: William Garviso 305-673-7000 ext. 7490 WilliamGarviso@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers who have elected not to submit a response to the RFQ are requested to complete and return the"Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a proposal. Sincerely, 17(r---"70tA"..r-a,) for Kristy Bada Procurement Contracting Manager 2 1 ADDENDUM NO.1 �� IREQUEST FOR QUALIFICATIONS NO 2024-039-WG F FOR PROJECT MANAGEMENT SERVICES FOR THE HOMEOWNER REHABILITATION SERVICES PROGRAM MIAMI BEACH Request for Qualifications (RFQ) 2024-039-W G FOR PROJECT MANAGEMENT SERVICES FOR THE HOMEOWNER REHABILITATION SERVICES PROGRAM 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 INSURANCE REQUIREMENTS APPENDIX C STATE HOUSING INITIATIVE PARTNERSHIP (SHIP) POLICY available at: https://www.miamibeachfl.qov/wp-content/uploads/2019/03/SHIP Procurement Policy final.pdf APPENDIX D SHIP PROCEDURES MANUAL available at: ship-procedures-manual-online.pdf(floridahousinq.orq) Version 2023.03.0I MIAM BEACH SECTION 0100 INSTRUCTIONS TO RESPONDENTS &GENERAL 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 receives grant funds from various state and federal agencies to administer residential rehabilitation programs, such as the State of Florida's State Housing Initiatives Partnership (SHIP) program. The SHIP program provides funds to local governments as an incentive to create partnerships that produce and preserve affordable homeownership and multifamily housing. The program was designed to serve very low, low, and moderate-income families. SHIP funds may be used to fund emergency repairs, new construction, rehabilitation, down payment and closing cost assistance, impact fees, construction and gap financing, mortgage buy-downs, acquisition of property for affordable housing, matching dollars for federal housing grants and programs, and homeownership counseling. The Office of Housing and Community Services is charged with managing the SHIP funds for the City and, in doing so, identifies properties within Miami Beach that are eligible to receive funds for residential rehabilitation work. The City's Homeowner Rehabilitation Services Program provides income-eligible households with a forgivable loan to make necessary and appropriate repairs to their primary residence (assisted home). Eligible recipients must live in the assisted home and agree to use the assisted home as their primary residence for a period of fifteen (15) years. Repairs to the home may include those necessary to age in place, create energy efficiency, or address code violations. Program funding is provided through SHIP and the HOME Investment Partnerships Program (HOME). Projects are not anticipated to exceed seventy thousand dollars ($70,000.00). To assist the City and the awarded owners with completion of the work, the Office of Housing and Community Services requires one or more project management firms to provide the services stated in Sub-section 4, Scope of Work, below. On February 5, 2015, the City entered into an Agreement with Gecko Group, Inc. for project management services relating to the General Building Contractor Rehabilitation Services Program. The term of the Agreement was for a three (3)-year initial term, with two (2) additional one (1)-year renewal terms. The Agreement expired on February 4, 2020. The Agreement expired before the COVID-19 pandemic, and the Homeowner Rehabilitation Services Program was paused until 2022. The program is now fully active, and project management services are required to address approved work to be awarded as stipulated herein. 3. PURPOSE. Through this RFQ, the City is soliciting proposals for project management services for the Homeowner Rehabilitation Services Program. To assist the City and the awarded owners with the completion of the repairs, the Office of Housing and Community Services requires one (1) or more project management firms to provide the services. The required scope of services consists of developing project specifications, conducting site inspections, and preparing final inspection reports for program-eligible homeowners identified by the Office of Housing and Community Services. The scope of work, including project specifications, will form the basis for the bid documents submitted to a list of pre-qualified General Contractors. Version 2023.03.01 MIAMI BEACH The selected Bidder will be precluded from participating as a pre-qualified contractor approved by the City to provide rehabilitation services to the selected homeowners through the SHIP program, as well as, ITB 2022-053-WG the Prequalification Pool for the HOME Investment Partnership Program (HOME) Rehabilitation. 3.1. Interested Parties. Interested parties are invited to submit proposals in accordance with Section 0300. In accordance with the instructions of Section 0300, interested parties should provide detailed information that demonstrates their experience in project management services relating to the homeowner rehabilitation services program. A Pre-proposal conference will the held in accordance with Section 0100, Sub-sections 3 and 5. All proposals will be evaluated in accordance with the qualitative criteria found in Section 0400. 4. SCOPE OF WORK. A. The City's SHIP Coordinator will send Project Notifications to the Project Manager/Consultant on behalf of the City. The Project Manager/Consultant will conduct a site inspection and draft the scope of work, including project specifications that will form the basis for the bid documents submitted to a List of Pre-qualified General Contractors. Project Manager/Consultant's duties include, but are not limited to: •Attend pre-quote walk-thru at the residential property to assess needed repairs; • Make recommendations of work to be performed within the available funding limits; • Once the required work is determined, prepare a specifications report for bidding. • The selected Contractor will participate with staff in pre-bid walk-thrus; • Evaluate with staff the bids submitted by the Pre-qualified General Contractors (GC); • Do site visits during construction (1-3 times depending on work performed); •Assist staff with problems/issues encountered during construction; • Verify and evaluate work performed against the Contractor's payment requests; and • Evaluate the finished project. The City's Local Housing Assistance Plan stipulates that the costs associated with the Consultant fees cannot exceed a maximum of$5,000 per project. B. Estimate Forms will indicate the rehab address and detail work to be performed, including materials, project duration, and price estimates. All Contractor "price" estimates must be submitted to the SHIP Coordinator within mutually agreed upon date and time. All price estimates will be reviewed, approved, or denied by the SHIP Coordinator. C. Quotes for the work to be performed as Project Manager/Consultant shall be submitted to the Office of Housing and Community Services and shall include the scope of services/specifications per project, including inspections, and site visits. D. Payment requests shall be submitted to the Office of Housing and Community Services according to the approved fee schedule. E. Any additional services pre-approved by the City relating to the SHIP program. MIAMI BEACH 5. ANTICIPATED RFQ TIMETABLE.The tentative schedule for this solicitation is as follows: RFQ Issued February 22, 2024 Pre-Proposal Meeting March 14, 2024 at 10:00 am ET Join on your computer, mobile app Click here to join the meeting Download Teams I Join on the web Or call in (audio only) +1 786-636-1480, United States, Miami Phone Conference ID: 347 776 56# Deadline for Receipt of Questions March 29, 2024 at 5:00 pm ET Responses Due April 8, 2024 at 3:00 pm ET Join on your computer, mobile app Click here to join th eeting +1 786-636-1480 United States, Miami Phone Conference ID: 292 937 353# 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: Procurement Contact Telephone Email. William Garviso 305 673-7490 WilliamGarviso• miamibeachfl.•ov additionally, the City Clerk is to be co•ied on all communications via e-mail at: RafaelGranado • miamibeachfl.•ov; •r 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 Bidders 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. Bidders interested in participating in the Pre-Proposal Meeting must follow these steps: Join on your computer, mobile app Click here to join the meeting +1 786-636-1480 United States, Miami Phone Conference ID: 292 937 353# Bidders who are participating should send an e-mail to the contact person listed in this RFQ expressing their intent to participate. 8. PRE-PROPOSAL INTERPRETATIONS. Oral information or responses to questions received by prospective Bidders 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 MIAMI BEACH 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 Bidders 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. Bidders 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 rafaelqranadomiamibeachfl.qov 10. ADDITIONAL INFORMATION OR CLARIFICATION. After proposal submittal, the City reserves the right to require additional information from Bidders (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. 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. MIAMI BEACH 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.qov/city-hall/procu rement/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 supportbidsync.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.qov/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 vendorsupportRmiamibeachfl.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/procurement/how-to- become-a-vendor/. 17. INDEMNIFICATION Contractor agrees that it will indemnify and hold the Federal Government, its employees and/or their contractors, the State of Florida, its employees and/or their contractors, the County, its employees and/or their contractors, and the Municipality and its employees and/or their contractors harmless from liability to third parties for claims asserted under such contract for any work performed. Balance of Page Intentionally Left Blank SECTION 0200 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://ww w.m iam ibeachtl.gov/citv-hall/procurement/standard-terms-and-conditions/ FORMAL SOLICITATIONS TERMS & CONDITIONS -GRANTS AND FEDERAL REQUIREMENTS. 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 8.20.20), incorporated herein, which may be found at the following link: https://www.m iam ibeachfl.gov/citv-hall/procurement/standard-terms-and-conditions/ Balance of Page Intentionally Left Blank Version 2023.03.01 MIAMI BEACH SECTION 0300 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 proprietary 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 S2Gperiscopeholdings.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 proposals, 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. Version 2023.03.0I MIAMI BEACH TAB 1 Cover Letter, 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 agent able to bind the firm. TAB 2 Experience and Qualifications 2.1 Organizational Chart:An organizational chart depicting the structure and lines of authority and communication for the Bidder, and its principals, project manager(s) and other personnel that will provide project services. Include information that describes the intended structure regarding project management, accountability, and compliance with the terms of the RFQ. 2.2 Relevant Experience of Prime Bidder: Summarize projects where the Bidder and/or its principals have provided services similar to those described herein to public sector agencies. For each project provide the following: a. project name and scope of services provided; b. name of individuals who worked on the referenced project that have been included in Section 2.1 above. c. client; d. client project manager and contact information; e. costs of the services provided; and f. term of the engagement. 2.3 Relevant Experience of Project Manager(s). Summarize projects where the proposed Project Manager has provided similar services acting in said capacity to those described herein to public sector agencies. For each project provide the following: a. project name and scope of services provided; b. name of individuals who worked on the referenced project that has been included in Section 2.1 above. c. client; d. client project manager and contact information; e. costs of the services provided; and f. term of the engagement. 2.4 Relevant Experience of Sub-consultant(s)/Sub-contractor(s): If utilizing sub-consultants/sub-contractors to achieve the services, summarize projects where the sub-consultant(s)/sub-contractor(s) and/or its principals have provided services similar to those described herein. For each project provide the following: a. project name and scope of services provided; b. name of individuals who worked on the referenced project that have been included in Section 2.1 above. c. client; d. client project manager and contact information; e. costs of the services provided; and f. term of the engagement. 2.5 Prior experience working together: If utilizing project Managers or sub-consultants/ sub-contractors to achieve the services, summarize projects where the team has worked together on similar projects, as specified herein. For each project provide the following: a. project name and scope of services provided; b. name of individuals who worked on the referenced project that have been included in Section 2.1 above. c. client; d. client project manager and contact information; and e. term of the engagement. MIAMI BEACH TAB 3 Approach and Methodology Submit detailed information on the approach and methodology that the Bidder and its team has utilized on previous engagements to accomplish a similar scope of work, including detailed information, as applicable, which addresses, but need not be limited to: • Reviewing and assisting City staff with program applications submitted by the homeowners; • Attending walk throughs and site visits at the eligible homeowner's residence to assess needed repairs; • Providing specifications for necessary work that can be completed within the available project budget; • Providing commentary to address possible addendums during the solicitation; • Assisting City staff in the evaluation of the bids submitted by Contractors; • Conducting inspections to the property throughout the project, and until the final inspection conducted by the City; and • Providing inspection reports to the City within 3-5 business days following the inspection. 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) Maximum Points Experience & Qualifications(Tab 1) 60 Approach & Methodology(Tab 2) 40 TOTAL AVAILABLE POINTS for Qualitative Criteria 100 Quantitative Criteria (Points Assigned by Procurement Department) Maximum Points Veteran's Preference Points 5 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 2-374 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: Proposer A Proposer B Proposer C Qualitative Points 82 74 80 Committee Quantitative Points 10 5 0 Member 1 Total 92 79 80 Rank 1 3 2 Qualitative Points 82 85 72 Committee Quantitative Points 10 5 0 Member 2 Total 92 90 72 Rank 1 2 3 Qualitative Points 90 74 66 Committee Quantitative Points 10 5 0 Member 2 Total 100 79 66 Rank 1 2 3 Low Aggregate Score 3 7 8 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 MIAMIBEAC : Special Conditions Request for Qualifications (RFQ) 2024-039-WG FOR PROJECT MANAGEMENT SERVICES FOR THE HOMEOWNER REHABILITATION SERVICES PROGRAM PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 1. TERM OF CONTRACT. The term of the Agreement resulting from this RFQ shall be for an initial term of three (3) years. 2. OPTION TO RENEW. The City, through its City Manager, will have the option to extend for one (1) two-year renewal term or two (2) one-year renewal terms at the City Manager's sole discretion. The successful contractor shall maintain, for the entirety of any renewal period, the same cost, terms, and conditions included within the originally awarded contract. Continuation of the contract beyond the initial period, and any option subsequently exercised, is a City prerogative, and not a right of the successful contractor. 3. CHANGE OF PROJECT MANAGER. A change in the Consultant's project manager (as well as any replacement) shall be subject to the prior written approval of the City Manager or his designee (who in this case shall be an Assistant City Manager). Replacement (including reassignment) of an approved project manager or public information officer shall not be made without submitting a resume for the replacement staff person and receiving prior written approval of the City Manager or his designee(i.e. the City project manager). 4. SUB-CONSULTANTS. The Consultant shall not retain, add, or replace any sub-consultant without the prior written approval of the City Manager, in response to a written request from the Consultant stating the reasons for any proposed substitution. Any approval of a sub-consultant by the City Manager shall not in any way shift the responsibility for the quality and acceptability by the City of the services performed by the sub-consultant from the Consultant to the City. The quality of services and acceptability to the City of the services performed by sub- consultants shall be the sole responsibility of the Consultant. APPENDIX B M I AM I B E AC H INSURANCE REQUIREMENTS Request for Qualifications (RFQ)2024-039-WG FOR PROJECT MANAGEMENT SERVICES FOR THE HOMEOWNER REHABILITATION SERVICES PROGRAM PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Hoar Miami Beach, Florida 33139 INSURANCE REQUIREMENTS The vendor shall maintain the below-required insurance in effect prior to awarding the contract and for the duration of the contract. 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. A. 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 the 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. B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, property damage, bodily injury, and personal & advertising injury with limits no less than $1,000,000 per occurrence, and $2,000,000 general aggregate. C. Automobile Liability Insurance covering any automobile, if the vendor has no owned automobiles, then coverage for hired and non-owned automobiles, with a limit of no less than $1,000,000 combined per accident for bodily injury and property damage. D. Professional Liability Professional Liability (Errors & Omissions) Insurance appropriate to the Consultant's profession, with limit no less than $1,000,000. Additional Insured - The 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 Vendor 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 Vendor's insurance. Notice of Cancellation - Each insurance policy required above shall provide that coverage shall not be canceled, except with notice to the City of Miami Beach do EXIGIS Insurance Compliance Services. Waiver of Subrogation — The 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 — The vendor 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 Vendor'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 Compliance Services P.O. Box 4668 — ECM #35050 New York, NY 10163-4668 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at: Certificates-miamibeachriskworks.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. APPENDIX C MIAMI BEACH STATE HOUSING INITIATIVE PARTNERSHIP (SHIP ) POLICY available at: https://www.miamibeachfl.gov/wp-content/uploads/2019/03/SHIP Procurement Policy_final.pdf Request for Qualifications (RFQ)2024-039-WG FOR PROJECT MANAGEMENT SERVICES FOR THE HOMEOWNER REHABILITATION SERVICES PROGRAM PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 APPENDIX D M1AM BEACH STATE HOUSING INITIATIVE PARTNERSHIP (SHIP ) PROCEDURES MANUAL Available at: ship-procedures-manual-online.pdf(floridahousing.org) Request for Qualifications (RFQ)2024-039-WG FOR PROJECT MANAGEMENT SERVICES FOR THE HOMEOWNER REHABILITATION SERVICES PROGRAM PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ATTACHMENT C SUNBIZ & PROPOSAL RESPONSE TO RFQ D.VISION OF CORPOR TIONS t` z J�V.15101`1 rj :,/,( ; 4/.org CDo \rrori an official state of FIurislu svein to Department of State / Division of Corporations / Search Records / Search by FEI/EIN Number / Detail by FEI/EIN Number Florida Limited Liability Company LUMEN CONSTRUCTION SERVICES, LLC Filing Information Document Number L21000395727 FEI/EIN Number 87-4610574 Date Filed 09/07/2021 State FL Status ACTIVE Principal Address 6267 SUNSET DRIVE A5 MIAMI, FL 33143 Mailing Address 6267 SUNSET DRIVE A5 MIAMI, FL 33143 Registered Agent Name & Address MUSLIMANI, RASHEED K 6267 SUNSET DRIVE A5 MIAMI, FL 33143 Authorized Person(s) Detail Name & Address Title AP MUSLIMANI, RASHEED K 6267 SUNSET DRIVE, A5 MIAMI, FL 33143 Annual Reports Report Year Filed Date 2022 03/05/2022 2023 01/21/2023 2024 02/05/2024 Document Images 02/05/2024--ANNUAL REPORT View image in PDF format 01/21/2023--ANNUAL REPORT View image in PDF format 03/05/2022--ANNUAL REPORT View image in PDF format 09/07/2021 --Florida Limited Liability. View image in PDF format Project Management Services for the Homeowner Rehabilitation Services Program _* 'a 1 4. I 1 1/1 L \ .iiI m itI CONSTRUCTION CONSULTING & MANAGEMENT IPA 11 RFQ 2024-039-WG Prepared for: City of Miami Beach Procurement 1755 Meridian Avenue Miami Beach, FL 33139 April 8, 2024 OWNER REPRESENTATION I GENERAL CON 1 RAC"RNLI ( PRE-t.ONs 1 RIK r ION LUMEN Construction Consul � • and Ma _ • - merit RFQ COVER LETTER & TABLE OF CONTENTS PROJECT MANAGEMENT SERVICES FOR THE HOMEOWNER REHABILITATION SERVICES PROGRAM RFQ#2024-039-WG RFQ No. 2024-039-WG LUMEN Project Manager Services for The Homeowner Rehabilitation Services Program April 7, 2024 Attn: Mr. William Garviso City of Miami Beach—Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, FL 33139 RE: Project Management Services for Homeowner Rehabilitation Services Program RFQ No. 2024-039-WG Dear Selection Committee Members, We are pleased to present our qualifications package for the Project Management Services as requested by City of Miami Beach under RFQ. No. 2024-039-WG. The City of Miami Beach serves a diverse population of local residents and businesses, along with travelers from all around the world. As a firm founded in both principles of engineering and construction operations, we can understand the importance of finding a credible partner for the Homeowner Rehabilitations Services Program of project improvements. ABOUT LUMEN Our firm was formally founded by Rasheed Muslimani, PE, PMP in 2021, after working in the construction & engineering industry for over 13 years. We pride ourselves with a strong background in engineering and construction management to provide unique solutions for complicated building ambitions. The firm's success is built upon providing high quality work in a transparent manner to build long-term relationships. OUR SERVICES We work very closely with our clients to understand their needs, quickly identify resolutions, execute projects cost-effectively, and deliver projects on time. Our construction consulting and management services include: • Site Investigations • Site meetings and progress • Permitting feasibility reviews inspections • Preliminary designs • Project Management • Pre-construction budgeting • Construction Administration • Schedule and Budget Management • New Construction • Quality Assurance/Quality Control • Remodeling and Additions LUMEN CONSTRUCTION SERVICES 16267 SUNSET DRIVE MIAMI, FL Page 1 of 27 RFQ No. 2024-039-WG LUMEN Project Manager Services for The Homeowner Rehabilitation Services Program Construction Consulti •and Ma . -nt PROJECT TEAM A summary of the company profile and general qualifications/training is provided on the personnel chart below. Resumes of key individuals are included in "Tab 2 — Experience & Qualifications" section. Name Title/ Project Role Education Years of Exp. Rasheed K. BS Civil Engineering & BS Muslimani, President/ Project Manager Architectural Engineering, 16 PE, PMP University of Miami Christina Office Manager/APM BS Elementary Education, Florida 12 Muslimani Southwestern College The project team will be led by our President, Rasheed Muslimani, PE, PMP with support by team members identified in the Project Organization Chart. Rasheed has over 16 years of engineering and construction management experience, including: field management of new construction & remodeling operations, as well as engineering for deep foundations, window glazing, and waterfront structure. His project management experience includes: managing installation crews of simultaneous work trades and multiple active projects, training and developing employees, and developing and maintaining company project management standards. Again, we appreciate the opportunity to submit our qualifications and stand ready to assist the City through execution of work orders developed pursuant to this RFQ. Should you have any questions or require additional information, please do not hesitate to contact me at 239-293-3376 or rkm(a�lumenccm.com as I am the person responsible for executing any agreement related to this solicitation. Sincerely, Lumen Construction Services Rasheed K. Muslimani, P.E., PMP President CGC#1532053 PE#77704 LUMEN CONSTRUCTION SERVICES 16267 SUNSET DRIVE MIAMI, FL Page 2 of 27 RFQ No. 2024-039-WG LUMEN Project Manager Services for The Homeowner Rehabilitation Services Program Construction Consulb •and Management TABLE OF CONTENTS 1. TAB 1 - Consultant Profile and Cover Letter Page 1 2. TAB 1 - Table of Contents Page 3 3. TAB 2 - Experience and Qualifications Page 4 4. TAB 3 - Project Approach and Methodology Page 12 5. TAB 4 - RFQ Forms Page 18 LUMEN CONSTRUCTION SERVICES 16267 SUNSET DRIVE MIAMI, FL Page 3 of 27 LUMEN Construction Consul � • and Ma _ • - meat AB 2: EXPERIENCE & QUALIFICATIONS 4 N CO H PROJECT MANAGEMENT SERVICES FOR THE HOMEOWNER REHABILITATION SERVICES PROGRAM RFQ#2024-039-WG RFQ No. 2024-039-WG LUMEN Project Manager Services for The Homeowner Rehabilitation Services Program Construction Consults •and Ma -•-ment EXPERIENCE & QUALIFICATIONS The LUMEN project team will be led by our President, Rasheed Muslimani, PE, PMP who will serve in the role as Project Manager. Additional project support, if needed in this program of services will be provided by team members identified in the Project Team Organization Chart. Resumes for each team member have been enclosed in this Tab. PROJECT TEAM ORGANIZATIONAL CHART MIAMI BEACH • Coordinator To be assigned. Pro.ect Man •er—Proaect Lead Rasheed K.Muslimani,PE,PMP Office Management-Protect Support Christina Muslimani Note: Personnel assignments subject to change upon timing of authorization and notice to proceed. Any personnel changes will be submitted to the City in writing for review and approval. Project Manager • Team goal setting and weekly objective alignment • Daily coordination with project stakeholders (City Staff and SHIP Coordinator) • Develop project scope of work and specifications documents. • Support City staff with Procurement. • Perform site walkthroughs and issue site walkthrough reports. • Review pay applications and follow-up with supporting documents. • Develop and implement strategy to quickly handle any production issues • Review cost claims, investigate alternatives for savings. Office Manager/ Project Support • Support PM with site walkthrough reports. • Support the packaging of project scope of work and specification files. • Assist in tracking open construction issues. • Prepare progress billings/applications for payment. LUMEN CONSTRUCTION SERVICES 16267 SUNSET DRIVE MIAMI, FL Page 4 of 27 RFQ No. 2024-039-WG LUMEN Project Manager Services for The Homeowner Rehabilitation Services Program onshucbon Consulb .and Mana.ement PROJECT TEAM — RELEVANT EXPERIENCE Rasheed Muslimani, PE, PMP - President, Project Manager As President of Lumen Construction Services, Rasheed is responsible daily operation of the business as well as leading management efforts for active construction projects. Rasheed is a Professional Engineer and Licensed General Contractor. In the role of Project Manager for this Rehabilitation program, Rasheed will provide ongoing oversight and thorough review of all tasks and deliverables. He will lead all coordination with the City staff and any other key project stakeholders during the project lifecycle to streamline a more efficient process. Rasheed served as the project lead for the Dinner Key Marina Repair project for the City of Miami, which included construction oversight and management for rehabilitation of the largest marina on the east coast of the US with 500+ slips. During his 16-year career, Rasheed has been involved with the completion of over 70 construction projects, both land and marine development projects, within the Southeastern United States. On past residential projects, Rasheed has been involved with providing and/or coordinating site condition assessments with reports to determine items for repair vs. replacement for Condo establishments and/or HOAs. These assessments were used to lead into design drawing development, as well as prepare funding to perform the site improvements. Further, Rasheed has prepared bid packages and fully executed procurement activities including bid RFI reviews/ addenda, tabulated bid reviews, and summary letters comparing qualified bidders for recommendation of contracting. On most cases, Rasheed was involved with the contractor onboarding, and providing construction administration services which included frequent site visits to assist the property management with construction management. This experience in pre-design assessments, procurement, and construction oversight will be directly utilized in this Homeowner Rehabilitation Services Program. Christina Muslimani - Office Manager, Assistant Project Manager Christina has been working with construction projects in the capacity of Office Manager and on isolated projects, as Assistant Project Manager. Further, she has led the efforts to manage rental properties including application processing, tenants move-ins, property maintenance scheduling, and cash-flow management. She has been an asset to the company by maintaining organized files, both digital and paper copies, ordering and delivering of materials, and conducting permitting processes & hiring processes of crewmembers, as needed. Christina has been involved in over 15 projects for the Collier County Procurement Division, which has proven useful to handle complicated project documentation management and processing with a high-level of detail. For this portfolio, her anticipated involvement is expected to include supporting the packing of project scope of work/specifications and supporting efforts to prepare site walkthrough reports. Her skills will also be essential upfront to aid the City SHIP Coordinator in reviewing home improvement applications. LUMEN CONSTRUCTION SERVICES 16267 SUNSET DRIVE MIAMI, FL Page 5 of 27 RFQ No. 2024-039-WG LUMEN Project Manager Services for The Homeowner Rehabilitation Services Program Construction Consult .and Mana•-ment PROFESSIONAL ENGINEER LICENSE - Rasheed M. myflondalcense.coin/LicenseDetaiiasp'SlD=&Id=O5AS381 F680A5F1 I SOCOFSDC4A4S4C9C tf THE OFFICIAL SITE OF THE FLORIDA DEPARTMENT OF BUSINESS a PROFESSIONAL REGULATION y0- d( 1pr HOMg CONTACT U. ' ONLINE SERVICES LICENSEE DETAILS it 05 r2 PMU34o2a Apply for a Licarlp Licensee Information Nan. MUSLIMANI.RASHEED KHAUL le m as Norm) Maul Address 6267 SW 72ND STREET view coon s Lod:pm.',nspec r, UNIT A-5 ,,..ih� Felt a Cdntgaint MIAMI Florida 33143 ,' County DADE .•,t, Cnn inun53 Education Gour,e Se:urn License Information ye,.Apnararen Stales License Type. Professional Engineer Find Exam IMoimabw, Rank. Prot Engineer License Number 77704 Unacensed ALtto15 Sean, Status CurrenCActive i ABA,onueiiluern imn.:e A Arrvay Lice/1st/re Dale 06112,'2014 L,St Searnn Expires' 02[2812025 Special Qualifications Qualification Effective Civil 1226/2013 Alternate Names CERTIFIED GENERAL CONTRACTOR LICENSE - Rasheed M. dbpr„ 0fr 14,i:F>r.. HONE COSTA&f MT ACCOLMI ONUNE SERVICE S UCENSEEDETAU.S s_^- -•� ..... Licensee Ydormmon ERVI fer alamM Name MU St IMANI.RA SNEED NNALa.cemaam semi v.rA,•UMW Maw Addles, 6267 SUNSET DRIVE APT AS MIAMI F klrtda 33143 Inv*"Food A Laeleg neeecoont Cony DAt1F fa.a COMM Centiname&maim•Caul. Lic.nw Inlorrn.ffdn Seine Licenia Type Certified General Connector Na.AalAaalam!Mime Rent Cart Gannet Ucarw Number CGC 1532053 fMF.am Nferma.pn Status CumintActt.a ' Unkee NI Aui O,Sawn I.01 mere.Dan. 0103 202i MAT Deirep a e leem1C i a:tin Erects ON3112024 Ott 5.1100 Specie!QWNfketinos Quelldkation ENectiv • Con.tructkan Individual 01012022 Alerness Names INDIVIDUAL NW bmMa L#a.e....:~6 i New Ucanla Caerala•v PM ar.l.r OWL talilar.aaaa IL anM ewm Ca.n..C we.c...rr C.pm.m Gonna Cant.ENE.5't116 'v Imo r Far...aF.Aaeo.rr.r i dw^I•apt Jew Iwo MarrM monad Mmammil LUMEN CONSTRUCTION SERVICES 16267 SUNSET DRIVE MIAMI, FL Page 6 of 27 RFQ No. 2024-039-WG LUMEN Project Manager Services for The Homeowner Rehabilitation Services Program Construction Consul. •and nt PAST PERFORMANCE AND EXPERIENCE With over 20 collective years of construction experience, the LUMEN team has provided unique building and construction management solutions for projects ranging from single-family homes, multi-story buildings, marinas, recreation facilities and more. Below is a list of some of our Select Significant Projects (Rasheed M. was Project Manager for all): MasTec Headquarters- Coral Gables, Florida - Scope: Interior renovation for (2) 20,000 sqft. office floors including NI employee café. Provided construction oversight and owner representation ,,,„file- _ • services. A . Client: MasTec, Inc. "� - Contact: Mr. Chaz Mack 305-599-1800 Completed: 2016 Miami Science Museum- Miami, Florida - Scope: Foundation and deep excavation construction for 6-story museum ` exhibit, Planetarium with multi-story parking garage. Provided construction "r44, , , v. ",: operations management and pre-design assistance. . " Client: Frost Science and Suffolk Construction Contact: Mr. Nickolas Rivera (formerly of Suffolk) Completed: 2012 --------, Dinner Key Marina Scope: Performed construction oversight and engineering for 500+ slip marina restoration. :!,-a Client: City of Miami D.R.E.A.M. -- Contact: Mr. Robert Fenton 786-263-2133 rfentonmiamiqov.com Completed: 2021 Paraiso Condominiums- Miami, Florida Scope: Foundation and deep excavation construction for (3) high rise residential buildings and (2) parking garages. Provided construction .i 'ft,,x -, -I operations management and pre-design assistance. ` ti�ii Client: The Related Group and Plaza Construction '` Contact: Mr. Jorge Peralta 786-693-8700 jperalta c(r�plazaconstruction.com Completed: 2016 -" Vizcaya Museum and Gardens Scope: Performed engineering for glazing and provided construction i oversight. Client: Vizcaya Contact: Mr. Cassius Moore 617-293-7892 Cassius.Moorevizcava.orq Completed: 2019 LUMEN CONSTRUCTION SERVICES 16267 SUNSET DRIVE MIAMI, FL Page 7 of 27 RFQ No. 2024-039-WG LUMEN Project Manager Services for The Homeowner Rehabilitation Services Program ConsbuWon Consul i, •and •^ - American Express Building- Sunrise, Florida ---. Scope: Foundation and deep excavation construction for(2) office buildings and parking garages. Provided construction operations management and pre-design assistance. Client: AMEX and Turner Construction Contact: Mr. Kevin McCormick (786) 621-9049 kmccormick cnr tcco.com Completed: 2015 Surf Club(Four Seasons Hotel)- Surfside, Florida ç = Scope: Deep foundation for (2) 10-story towers and 6-story parking garage. Provided construction management/operations Client: Fort Partners and Coastal Construction IL,. _ Contact: Mr. Charles Hilliard 305-559-4900 Completed: 2014 Palm Beach Solid Waste Authority- Palm Beach, Florida Deep foundation construction for 6 buildings in support of new waste facility. Provided construction management/ operations Client: Palm Beach Solid Waste Authority and CDM Smith rrr.r; .-A: Contact: Mr. Bill Rahrig 617-452-6000 Completed: 2013 Miami Intermodal Center GMP#6 Scope: Deep foundation and excavation construction, including (16)tremies • for the new construction of a railway extension and train station. Client: Miami-Dade Expressway Authority/Turner Construction Contact: Mr. Luis Riquezes Completed: 2012 Peloton at Merrick Park Shops- Coral Gables, Florida 'iv - . Scope: Performed engineering for glazing and provided construction ki'-o, - IM, _,r killoversight. - 1 •N Client: Peloton Completed: 2018 Pelican Harbor Marina- Miami Shores, Florida .4 Scope: Maintenance dredging for 14-slip public marina. Provided construction oversight and Owner's Representative service - a rr Client: Miami-Dade Parks, Rec., and Outdoor Spaces 1- - 1/2 '- Contact: Mr. Joe Garcia 305-755-5456 JoseG.Garcia a(�miamidade.gov Completed: 2023 .--_ _ Treasure Bay Condominium Seawall- North Bay Village, Florida °r:; Scope: Seawall replacement for 150-ft of shoreline. Provided construction 7. --;_� `-- oversight and Owner's Representative service Client: Treasure Bay Club HOA Contact: Ms. Edie Dreaden 404-388-4110 tbcboard33141( gmail.com Completed: 2023 LUMEN CONSTRUCTION SERVICES 16267 SUNSET DRIVE MIAMI, FL Page 8 of 27 RASHEED MUSLIMANI • PROJECT MANAGER Experienced Project Manager and Licensed Professional Engineer.Extremely organized with a proactive,hard-working nature.Highly effective in a team environment and successful with individual tasks.Dedicated,dependable, autonomous;a natural leader with essential problem-solving and communication skills. CONTACT PROFESSIONAL EXPERIENCE (• +239.293.3376 PRESIDENT 2022 - PRESENT LUMEN CONSTRUCTION SERVICES-MIAMI,FL RKM@lumenccm.com • Day-to-day operation of business and active projects. • Lead contract negotiations and project planning/pre-construction efforts. n www.lumenccm.com • Engineering design/ support, permitting supervision, budgetary review, production coordination and QA/QC management 9 MIAMI,FLORIDA PROJECT DIRECTOR 2019 - PRESENT EDUCATION CUMMINS CEDERBERG-MIAMI,FL • Successful completion of 15+projects with contract sizes up to 22 Million. • Lead Construction Administration service with staff management and project B.Sc.Civil Engineering scheduling. • Lead team management and product deliverables for due diligence University of Miami transactions,as well as significant marine construction projects. 2005 - 2009 SITE PROJECT MANAGER 2017- 2017 B.Sc.Architectural Engineering AMICON CONSTRUCTION-MIAMI,FL University of Miami • Coordinated the interior reconstruction of MasTech HQ (3) floors of active 2005 - 2009 office space and (I) commercial cafe. • Daily management of activity scheduling. production monitoring including subcontractor supervision. LICENSES • Coordination with building management, architect, and FOR as required for schedule acceleration. • Reported to owner/client directly for project updates, design changes, and Professional Engineer cost item resolution Florida#77704 • Preparation of weekly project reports for documentation of site progress and tracking of open items. Certified General Contractor • Cost collection and evaluation to submit RCOs for changes in project scope CGC 1532053 and/or unforeseen conditions. Project Management Professional (PMP) PROJECT MANAGER 2008 - 2016 KELLER FOUNDATION (FORMERLY HJ) -MIAMI,FL SKILLS • Successful completion of 55+projects with contract sizes up to 10 Million. • Involved in pre-construction project award through final project cost-closeout • Responsible for the performance of multiple departmental teams with teams Technologies-JavaScript, Python up to 30 employees for each project. • Prepare job packages for field personnel and host meetings to communicate Microsoft Office pertinent project information, • Negotiate scope of work with clients.vendors.and 2nd tier subcontractors • Involvement with Company Engineering including design optimization and Management&Design Software: QA/QC CAD, Lpile,SPW,MathCad • Monitor production to ensure projects are perto mn,c - _i within budget. Page 9 of 27 SELECT SIGNIFICANT PROJECTS Miami Frost Science Museum (MSM),Miami. Florida. Project Manager responsible for design optimization,negotiations,production monitoring. QA/QC, and client communication. Project central point of contact for daily onsite crew, project vendors, and client representatives.Was responsible for second phase of work to connect MSM to the Miami Art Museum. American Express Regional HQ, Sunrise, Florida. Project Manager responsible for design optimization, negotiations, production monitoring. QA/QC, and client communication. Project central point of contact for daily onsite crew, project vendors. and client representatives.Coordinated foundation construction for new office building and parking garage. MasTec Headquarters, Coral Gables, Florida. Site Manager responsible for daily management activities including production monitoring, coordination with building managers, architects, EOR.subcontractor supervision, weekly progress reports and tracking, costs collections and evaluations. Over 35.000 SF interior renovation project with (3) floors of corporate office space and (1) employee cafe/ dining floor. This project required delicate coordination with the property management team and the client with other floors being active during construction. Heightened attention to detail to coordinate fabrication and installation of custom- made finishes and company signature features. Oliver Peoples, Miami, Florida. Site Manager responsible for daily management activities including production monitoring, coordination with building managers, architects, EOR, subcontractor supervision, weekly progress reports and tracking. costs collections and evaluations. Work directly with Owner Representation daily to aggressively push project schedule and minimize punch list items. Complete interior renovation of 1,500 SF tenant space for a pop-up shop organized by Oliver Peoples luxury sunglasses Project was completed in a compressed schedule of 3-weeks to accommodate product inventory delivery schedule, store retail set-up and grand opening. Dinner Key Marina, Miami Beach, Florida. Construction manager for 22M design-build to restore Dinner Key Marina to operating condition with repair and replacement to fixed concrete and timber dock structures,fire protection system, electrical service and lighting,sewage pup-out,domestic water,and a communication/safety system.Construction services include specialty inspections. product documentation management,and active construction support. Paraiso Bay Complex, Miami, Florida. Project Manager responsible for design optimization, negotiations, production monitoring, QA/QC,and client communication. Daily coordination with client teams and internal teams to deliver foundation products several weeks ahead of schedule. Project central point of contact for daily onsite crew, project vendors, and client representatives. Construction of several buildings during the master project schedule including Gran Paraiso Tower 2 and Parking. Gran Paraiso Parking Garage and Paraiso Bayviews.Project required extreme organization and effective communication as the separate buildings were individual projects operating simultaneously with independent project teams. Four Seasons Hotel at The Surf Club.Surfside,Florida. Project Manager responsible for design optimization.negotiations,production monitoring, QA/QC, and client communication. Project central point of contact for daily onsite crew, project vendors, and client representatives. Construction of (2) new condominiums and (1) parking garage.Project included auger-cast pile installation up to 131-ft deep with work around an existing historical building to be preserved and incorporated through the new construction.The two condos and parking garage were built with separate client teams requiring extra coordination with internal teams to deliver the products in a productive and safe manner. Page 10 of 27 CHRISTINA MUSLIMANI ASSISTANT PROJECT MANAGER Experienced Office Manager and APM.She has been an asset to the company by maintaining organized files,both digital and paper copies,ordering and delivering of materials.and conducting permitting processes&hiring processes of crewmembers,as needed.Reliable,dedicated:able to lead and mange with proactive planning and communication skills EDUCATION PROFESSIONAL EXPERIENCE B.Sc.Elementary Education OFFICE MANAGER/ASST.PROJECT MANAGER 2022 - PRESENT Florida Southwestern State College LUMEN CONSTRUCTION SERVICES- MIAMI,FL • Support project management efforts for active projects. • Manage project accounts with vendors and subcontractors including invoicing/accounts receivable. • Preparation of weekly project reports for documentation of site progress SKILLS and tracking of open items. OFFICE MANAGER/ASST.PROJECT MANAGER 2009 - PRESENT Microsoft Office N.R.CONTRACTORS-NAPLES,FL • Project support for successful completion of 15+ projects with contract Bilingual- English and Spanish sizes up to I Million. • Manage active rental units including tenant applications,moving/evictions. Brochures, Program Manuals, and property maintenance scheduling. Work Order Forms,Proposals • Support daily management of construction operations.scheduling, production monitoring including subcontractor supervision. & Invoices • Reported to owner/client directly for project updates.design changes,and cost item resolution Subcontractor Applications& • Cost collection and evaluation to submit RCOs for changes in project Crew Applications scope and/or unforeseen conditions. Rental Applications, SELECT SIGNIFICANT PROJECTS Background checks&Credit Reports,& Lease Agreements • Vanderbilt Beach:Awning Repairs • GMD-Transportation Department-Awning Repairs • Veteran's Park Pickle Ball Courts Restoration • Collier County Transportation Bus Stop Repairs • Collier County Natural Resource Building Repairs • Gilchrist Single-Family Duplex-Renovations and Tenant Management Page 11 of 27 LUMEN Construction Consulting and Ma - • - merit TAB 3: PROJECT APPROACH AND METHODOLOGY co H PROJECT MANAGEMENT SERVICES FOR THE HOMEOWNER REHABILITATION SERVICES PR . ' ' RFQ#2024-039-WG RFQ No. 2024-039-WG LUMEN Project Manager Services for The Homeowner Rehabilitation Services Program Construction Consult] •and Management PROJECT APPROACH AND METHODOLOGY RFQ Scope of Services Acknowledgement (Section 0100) Our procurement team at LUMEN has reviewed the requirements of this RFQ package and understand the City of Miami Beach is seeking to choose one or two consulting firms to provide project management services to support the Homeowner Rehabilitation Services Program. Further, we understand this pool program is anticipated to be a 3-year arrangement with the selected firm(s) to be engaged as-needed, as projects are initiated through the SHIP application process. The following project management services are to be provided: • Review & assist City staff with program application submissions • Attend project site walkthroughs to assess needed homeowner repairs • Prepare and provide project scope of work/product specifications to be used for contractor solicitation and bidding/selection efforts. • Support bidding RFIs/addenda issuance, as applicable. • Assist City in contractor bid reviews and evaluations. • Perform milestone site walkthroughs to inspect and document construction progress. • Furnish site walkthrough reports within 3-5 business days. • Perform final site walkth rough upon construction completion. Our Experience Our team has collectively overseen and managed the construction of many building types serving various industries: schools, residential high-rises, marinas, interior build-outs, power plants, and more. With over 20 collective years of experience within the South Florida market, most in the Miami-Dade region,we have developed strong relationships with many quality contractors, design firms and suppliers to complete unique projects. Our successful completion of over 100 construction projects is directly attributed to our ability to collaborate and maintain a mutually- beneficial partnership with the best trade professionals this market has to offer. We have enclosed select significant projects in the previous tab, Tab 2 — Experience and Qualifications. The LUMEN ADVANTAGE - Our Strengths Not only does our team's combined experience present a diverse project portfolio from various industries, but The LUMEN team is equipped with both engineers and construction managers, leveraging us to offer a unique blend of design/building perspective to provide many construction solutions. With our experience in engineering, project management, and construction operations we are able to offer a wide range of services whether its owner's representation, project management or performing new construction/renovations, etc. Further, the members of our team combine various backgrounds of working in the role of an engineer/designer, subcontractor, and Owner's representative. As such,we have experienced and completed many construction project cycles, from all three perspectives. Our experience working under these various construction points of view allows our LUMEN team to troubleshoot problems efficiently and find a way to pivot should project challenges arise. LUMEN CONSTRUCTION SERVICES 16267 SUNSET DRIVE MIAMI, FL Page 12 of 27 RFQ No. 2024-039-WG LUMEN Project Manager Services for The Homeowner Rehabilitation Services Program Construction Consult! •and Ma .•-merit LUMEN Approach & Methodology With our extensive background in construction consulting and operations management, we have found there are a few underlying themes that drive the success of a project: identify expectations, hold people accountable and communicate effectively. During this Homeowner Rehabilitation Program, the LUMEN team will be an extension of the City's staff and is committed to supporting in all aspects of this project management program from initial site meetings to project closeout. Our general project management approach typically utilizes a layered project management team to breakdown the critical tasks and communication chains in order to provide a high-level of detail to essential project metrics— budget, quality and schedule. In the case of the anticipated project management efforts connected with the Homeowner Rehabilitation Services Program, our project approach will focus on three key fundamentals: reiii)ioi,. O1 .. 'r:. .4.7.l'P.N. 2.-' : '' ' ' 1;0 . �z Team Project Project Communication Monitoring and Management Protocols Control Execution by Phase ._________JO Team Communication Protocols — Internal and External Personnel Project Monitoring and Control — Budget, Quality, and Schedule v Project Management Execution by Phase — Pre-construction, Active Construction and Project Close-out LUMEN CONSTRUCTION SERVICES 16267 SUNSET DRIVE MIAMI, FL Page 13 of 27 RFQ No. 2024-039-WG LUMEN Project Manager Services for The Homeowner Rehabilitation Services Program Construction Consult •and Man . Team Communication In our experience, it's not only the knowledge of the team members that drive the success of a project, but the effectiveness of communication amongst the team and stakeholders. At LUMEN, communication is a core of our focus and company success. Our team is equipped with the latest technologies to host calls/meetings and send essential project data whether they are in the office or in the field. The main technologies employed include: Microsoft Teams, Zoom, Outlook, and mobile phones. For cloud-based data transfer we utilize Dropbox and WeShare. Further, on past projects, our team members have utilized construction management software such as Procore. At LUMEN our team has the following operating strategy for internal and external communication channels. Internal Communication We utilize our internal tiered management (as depicted in our Project Team Organization Chart from Tab 2), to set project roles, establish expectations of each other, and define communication flow for the project. To ensure consistency in project coverage and overlap of responsibilities, our team meets weekly to discuss project priorities, troubleshoot open project issues, and align focus for critical schedule items. We typically flag high-priority or critical path items for mid-day and end-of-day check-ins amongst the team to confirm no impact to project schedule, budget or quality. External Communication With every new project, as part of the team assignment and communication responsibilities, we identify the key project stakeholders that will influence the success of the project. Key team members of the City Staff, Contractor/suppliers, and others are identified and introduced to the LUMEN team to establish initial connections. Once the project has been started, our Project Manager will handle daily communications with City staff and any construction related crews, as need to support the project progress. LUMEN will keep the Project team connected with the prompt distribution of site walkthrough reports. LUMEN CONSTRUCTION SERVICES 16267 SUNSET DRIVE MIAMI, FL Page 14 of 27 RFQ No. 2024-039-WG LUMEN Project Manager Services for The Homeowner Rehabilitation Services Program Construction Consutti •and Man •- -nt Project Monitoring and Control While our project management scope of services may be limited to the Consultant fee budget cap, and overall need relative to the anticipated project size, we are prepared to optimize our involvement to support the City's SHIP Coordinator in project controls. Budget Monitoring and Controls As a key metric and resource in any project, we understand the significance of having a plan to monitor and control project budgets. LUMEN will offer our experience to support the City's management of budget by carrying out the following measures to optimize project funds and avoid unforeseen cost impacts: • Pre-construction reviews of scope to confirm constructability. This is critical to avoid change orders during construction. • Perform review of submitted Contractor bids/scope to ensure no scope gaps to limit cost claims. • If construction issues arise, swiftly review and process any changes in conditions in order to limit the impact of the change and potential cost. Quality Monitoring and Controls With our extensive background in both engineering and construction operations, we have been exposed to varying levels of workmanship, and have resolved many construction quality issues. At LUMEN we believe project quality controls start with developing a quality control plan and organizing all project stakeholders to ensure high expectations are established prior to construction. On this project portfolio,we are prepared to complement the City's SHIP Coordinator with the following overlap of efforts: • As part of the project scope of work/ specifications development, emphasize any manufacturer specifications, product literature and/ or manufacturer recommendations to ensure installation teams are prepared to perform work in full compliance. • Identify installation variances and proactive methods of rework to avoid schedule delays and/or redesigns. • Leverage site meetings and walkthrough inspections to ensure expectations are being met. Schedule Monitoring and Controls At LUMEN, we believe the project schedule is the lifeline of the project that connects all parties: from the stakeholders down to the installation crews. LUMEN will aid the SHIP Coordinator by prioritizing the following efforts to monitor and control the project schedule: • During initial site walkthrough and project specifications development, identify long-lead items and critical path sequence to optimize schedule performance. • Identify components that may require alternate sourcing due to market restrictions, vendor commitments, etc to ensure no production delays or inflated project costs for Ownership. • Ensure priority availably for active construction site walkthroughs to ensure progress is on-pace and any needed coordination does not delay site production. LUMEN CONSTRUCTION SERVICES 16267 SUNSET DRIVE MIAMI, FL Page 15 of 27 RFQ No. 2024-039-WG LUMEN Project Manager Services for The Homeowner Rehabilitation Services Program Construction Consult' •and Ma .- y Project Management Execution by Phase Our team is equipped with professional engineers that have performed a mixed role of design and construction management on recent projects, which provides additional insight into constructability. During our time collectively managing over 100 construction projects, we have identified the following key stages of a project's lifecycle along with the essential tasks to be performed to meet project objectives: rOnce the City's SHIP Coordinator sends a Project Notification for the � project site, LUMEN will initiate the pre-construction efforts to kick-off the project. Our anticipated efforts will include: L- 1. Initial Site Walkthrough Meeting and Project Scope Review 2. Project Planning and Specifications Development 3. Support City Procurement and Contractor On-boarding Efforts 1. Project Scope Review and Initial Site Review The first step will include an initial site visit to gain a comprehensive understanding of the scope of the project. We will meet with the City SHIP Coordinator to assess the property needed repairs, as well as to serve as a basis for our quotation of services. A brief SWR (Site Walkthrough Report) will be prepared to document site walkthrough conditions and call-out any key items to support illustration of the project specifications development. As part of this early planning effort, we will coordinate with The City to establish a chain of communication and identify team member roles/responsibilities to optimize workflow and troubleshooting of production issues. We will review the intended project milestones, identity materials with long lead-times, and discuss protocols for progress meetings/inspections. 2. Project Planning and Specifications Development After the initial scope review and site visit, we will work to develop a project scope of work with product specifications. The scope of work will reflect quantities of repair/ replacement items in an itemized breakdown to simply contractor bidding efforts. A simple specifications package is anticipated to be provided with each Property to call-out any specific products or materials to be used which will serve as a procurement tool, as well as a quality control metric during construction progress walkthroughs. 3. Support City Procurement and Contractor On-boarding Efforts As part of the effort to prepare the project to take off once project scope of work/ specifications has been develop LUMEN will support the City in the Contractor Procurement. Our anticipated efforts will focus on: • Packaging the scope of work, project specifications, and SWR into a bid appendix. • Evaluate contractor bids received by The City — compare pricing and scope of work breakdown. • Provide input on completeness of bid and suggestion for Contractor. LUMEN CONSTRUCTION SERVICES 16267 SUNSET DRIVE MIAMI, FL Page 16 of 27 RFQ No. 2024-039-WG LUMEN Project Manager Services for The Homeowner Rehabilitation Services Program Construction Consult! •and Ma -••ment 'ONSTRUCTION PH • Once the contractor has selected and scheduled for mobilization, LUMEN a will initiate construction management support efforts: 1. Active Project Management and Construction Oversight 1. Active Project Management and Construction Oversight Construction Site Walkthroughs and Observation Reports LUMEN will perform the anticipated site walkthroughs(1-3 times, if required)to ensure the Project is being constructed in compliance with the project specifications. During the site visit, LUMEN will review the contractors progress against the scope of work, and any open payment request quantities to validate percentage complete. Each visit will be memorialized with a brief Site Walkthrough Report (SWR) to be issued to City staff and/or any other key project stakeholders. We will immediately communicate and follow-up on any critical observations noted that could impact the Project schedule and/or budget. Assist City Staff with Construction Issues Should production issues arise, LUMEN will support the City SHIP Coordinator in trouble-shooting a way forward with the Contractor. If required, alternate materials and/or product specifications may be revisited to uncover any solutions to keep the project on schedule and avoid potential cost claims. Further, LUMEN can adjust the frequency or timing of site visits to support restoring the project's workflow and provide more guidance to get the project back on track. "'"4"P. ' -OUT PHASr - /- Upon the milestone of substantial completion, LUMEN will complete the ✓ _ required final site walkthrough to prepare a punch list with the Contractor • — and City SHIP Coordinator. The punch list will be issued to ensure work is ✓▪ — completed to the satisfaction of the City and in compliance with contract documents. Final payment application review and approval will be subject to the condition of the final walkthrough and timeliness of the Contractor's completion of the punch list items. LUMEN CONSTRUCTION SERVICES 16267 SUNSET DRIVE MIAMI, FL Page 17 of 27 LUMEN11111111111111111111111111111111 Construction Consulting and Management TAB 4: RFQFORMS astotia izt PROJECT MANAGEMENT SERVICES FOR THE HOMEOWNER REHABILITATION SERVICES PROGRAM RFQ#2024-039-WG City of Miami Beach Bid 2024-039-WG BID SUBMITTAL QUESTIONNAIRE SECTION 1 - BID CERTIFICATION FORM This document is a REQUIRED FORM that must be submitted fully completed and submitted. Solicitation No: Solicitation Title: BID NUMBER PROJECT TITLE BIDDER'S NAME: Lumen Construction Services NO.OF YEARS IN BUSINESS: 2 NO.OF YEARS IN BUSINESS LOCALLY: NO.OF EMPLOYEES: 2 1 OTHER NAME(S)BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS: N/A BIDDER PRIMARY ADDRESS(HEADQUARTERS). 6267 SUNSET DRIVE CITY: SOUTH MIAMI STATE: FLORIDA ZIP CODE: 33143 TELEPHONE NO.: 239-293-3376 TOLL FREE NO.: 239-293-3376 FAX NO.: N/A BIDDER LOCAL ADDRESS: 6267 SUNSET DRIVE CITY SOUTH MIAMI STATE: FLORIDA ZIP CODE: 33143 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT Rasheed K. Muslimani ACCOUNT REP TELEPHONE NO.: 239-293-3376 ACCOUNT REP TOLL FREE NO.: 239-293-3376 ACCOUNT REP EMAIL: rkm@lumenccm.com FEDERAL TAX IDENTIFICATION NO.: 87-4610574 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 3/28/2024 12:21 PM Page 18 of 27 P.5 City of Miami Beach Bid 2024-039-WG 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 Signature of Bidder's Authorized Representative: Representative: Rasheed K. Muslimani, President 3/28/2024 12:21 PM Page 19 of 27 p•6 City of Miami Beach Bid 2024-039-WG 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 to Enter Initial to Enter Initial to Confirm Confirm Confirm Receipt Receipt Receipt RKM 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 an of its affiliates. FIRST AND LAST NAME RELATIONSHIP 1 N/A 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. 3/28/2024 12 21 PM Page 20 of 27 P.7 City of Miami Beach Bid 2024-039-WG SECTION 5 - REFERENCES AND PAST PERFORMANCE Project No. BID NUMBER Project Title 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: Miami-Dade Parks and Rec. Contact Individual Name and Title: Mr. Joe Garcia -Construction Manager Pelican Harbor Marina - North Bay Village, FL Address: 1275 NE 79th St, Miami, FL 33138 Telephone: 305-755-5456 Contact's Email: joseg.garcia@miamidade.gov Narrative on Scope of Services Provided, Project Budget, and Project Dates: Scope of Services: Bidding support and pre-award scope review. Construction management support and site visits Project Cost: $600,000.00(construction) Project Dates: June 2022 to October 2022 Reference No.2 Firm Name: Treasure Bay Club Condo Assoc. Contact Individual Name and Title: Ms. Edie Dreadan- President Address: 1880 S Treasure Dr, North Bay Village, FL 33141 Treasure Bay Club Seawall Replacement Telephone: 404-388-4110 Contact's Email: tbcboard33141@gmail.com Narrative on Scope of Services Provided, Project Budget, and Project Dates: Scope of Services: . Construction management support and site visits Project Cost: $400,000.00 (construction) Project Dates:April 2023 to October 2023 3/28/2024 12:21 PM Page 21 of 27 p.8 City of Miami Beach Bid 2024-039-WG Reference No.3 Firm Name: Deering Bay HOA/FS Residential Contact Individual Name and Title: Mr. David Kutner/Ms. Bianca Biondo Grand Marina at Deering Bay Dredging Address: 13660 Deering Bay Dr, Coral Gables, FL 33158 Telephone: 786-543-2578 Contact's Email: Bianca.Biondo@fsresidential.com Narrative on Scope of Services Provided, Project Budget, and Project Dates: Scope of Services: . Construction management support and site visits Project Cost: $350,000.00(construction) Project Dates: February 2022 to October 2022 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 a enc ? YES NO If answer to above is "YES," bidder shall submit a statement detailing the reasons that led to action(s): SECTION 7 - 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? YES X NO SECTION 8 - 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 b the NGLCC? YES X NO 3/28/2024 12:21 PM Page 22 of 27 P.9 City of Miami Beach Bid 2024-039-WG 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 submitting bid, bidder certifies or affirms its compliance with the Byrd Anti-Lobbying Amendment Certification. Name and Title of Bidder's Authorized Signature of Bidder's Authorized Representative: Representative: Rasheed K. Muslimani, President 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). 3/28/2024 12:21 PM Page 23 of 27 p. 10 City of Miami Beach Bid 2024-039-WG (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. 3/28/2024 12:21 PM Page 24 of 27 p.11 City of Miami Beach Bid 2024-039-WG (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 Signature of Bidder's Authorized Representative: Representative: Rasheed K. Muslimani, President SECTION 11 - 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 S2-486COSl 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 12 - 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 ) da s of request by the City? YES NO Bidder adopts the City of Miami Beach Code of Business Ethics? 3/28/2024 12:21 PM Page 25 of 27 p.12 City of Miami Beach Bid 2024-039-WG YES I I NO SECTION 13 - 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=SPAGEORCH2ADARTVI ISTCODIV3LO) • Campaign Contribution Requirements sections 2-487 and 2-488 of City Code (https://library.municode.com/fl/miami_beach/codes/code_of_ordinances? nodeld=SPAGEORCH2ADARTVIISTCODIV5CAFIRE) By virtue of submitting bid, bidder certifies or affirms that they have read and understand the above Lobbyist Registration & Campaign Contribution Requirements. SECTION 14 - NON-DISCRIMINATION The Non-Discrimination ordinance is available at: https://library.municode.com/fl/miami_beach/codes/code_of_ordinances? nodeld=SPAGEORCH2ADARTVI PR_DIV3COPRS2-375NSCCOREWA 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 15 - 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=SPAGEORCH62HURE_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 16 - 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. 3/28/2024 12:21 PM Page 26 of 27 p.13 City of Miami Beach Bid 2024-039-WG SECTION 17 - 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_CH2ADARTVIPR_DIV3COPR_S2-374PRPRPRVECOGOCOSE 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 ITB, 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 1X-1 NO Is the bidder a service-disabled veteran business enterprise certified by the United States Federal Government? YES I>< NO SECTION 18 — 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? YES )C NO If yes, explain. 3/28/2024 12:21 PM Page 27 of 27 p.14