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