Loading...
HomeMy WebLinkAboutBack-Up DocumentsCITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM Arthur Noriega V City Manager ‘,-A95,1017173CAC,69 FROM: Annie Perez, CPPO, Director Department of Procurement DATE: November 28, 2023 SUBJECT: REFERENCES: ENCLOSURES: Recommendation of Award for Plans Review, Inspection, and Professional Services. Invitation for Bid ("IFB") No. 1664387 RECOMMENDATION: Based on the findings below, the Department of Procurement ("Procurement") hereby recommends award of IFB No. 1664387, to the following lowest responsive and responsible Bidders, on a Primary, Secondary basis as follows: Primary, PMM Consulting Engineers, Corp. ("PMM Consulting"), and Secondary, C.A.P. Government, Inc. ("C.A.P. Government "), for the provision of Plans Review, Inspection, and Professional Services, on an as needed basis, for the City of Miami's ("City") Building Department ("Building") and Department of Resilience and Public Works ("RPW"). The recommended vendors, contract terms and amount are shown below. IFB No./Title: Contract Amount: Contract Term: Recommended Vendor: PMM Consulting (Primary), and C.A.P. Government, Inc. (Secondary) BACKGROUND: IFB No. 1664387, Plans Review, Inspection and Professional Services. $7,500,000.00 annually (approximately $45,000,000.00 for all six (6) years in the aggregate). Initial term for a period of two (2) years with the option to renew for two (2) additional two (2) year periods. On September 13, 2023, Procurement issued IFB No. 1664387, for the provision of Plans Review, Inspection and Professional Services, under full and open competition. As required by the Procurement Code, the IFB was advertised and issued online. On October 13, 2023, at the bid closing five (5) bids were received. All bid responses were evaluated and tabulated following the guidelines directed in the IFB. Three (3) bids were found non -responsive: 1) Eastern Engineering Group Company did not bid on all items, as required by the solicitation; 2) Professional Engineering & Inspections, LLC did not bid on all items, as required by the solicitation and 3) M. T. Causley, LLC did not submit a copy of the Florida Department of Business and Professional Regulation (DBPR) certificate for the firm, as required by the solicitation. Procurement is recommending award to PMM Consulting (Primary), and C.A.P. Government, Inc. (Secondary) the lowest responsive and responsible Bidders, per bid specifications. Consequently, approval of this recommendation to award is requested. Your signature below will indicate approval of this recommendation. Approved: a 372,,,, Arthur Noriega V, City Manager Date: December 1, 2023 1 12:22:07 EST c: Zerry lhekwaba, PhD, PE, Deputy City Manager Larry Spring, CPA, Assistant City Manager, Chief Financial Officer Asael Marrero, Director of Building Department Juvenal Santana Jr., Director of Department of Resilience and Public Works, RPW Yadissa A. Calderon, CPPB, NIGP-CPP, Assistant Director, Department of Procurement PR24013 BID TABULATION IFB NO. 1664387 - PLANS REVIEW, INSPECTION AND PROFESSIONAL SERVICES C.A.P. GOVERNMENT, INC. EASTERN ENGINEERING GROUP COMPANY M. T. CAUSLEY, LLC PMM CONSULTING ENGINEERS, CORP. PROFESSIONAL ENGINEERING & INSPECTIONS, LLC Line No. !tern Description Unit Quantity Unit Price Total Cost = Quantitty X Unit Price N 0 N _ R E S N 0 N R E S Unit Price Total Cost = Quantitty X Unit Price N N _ R - E _ S P - 0 — N S I — V E - 1 Plans Examiner- (Building Electrical Mechanical and Plumbing) Hour 2080 $ 84.00 $ 174,720.00 $ 88.00 $183,040.00 2 Plans Examiner - (Structural) Hour 2080 $ 92.50 $ 192,400.00 $ 110.00 $228,800.00 3 Inspectors -(Building Electrical Mechanical and Plumbing) Hour 2080 $ 75.00 $ 156,000.00 $ 77.00 $160,160.00 $ 77.00 $160,160.00 4 Roofing Inspectors Hour 2080 $ 78.00 $ 162,240.00 5 CM! or Professional Engineer Plan Reviewers Hour 2080 $ 90.00 $ 187,200.00 $ 88.00 $183,040.00 6 Engineer) Hour 2080 $ 85.00 $ 176,800.00 $ 75.00 $156,000.00 7 Engineering Technician Hour 2080 $ 74.00 $ 153,920.00 P 0 - N S I P 0 N S I $ 65.00 $135,200.00 $ 85.00 $176,800.00 8 Professional Surveyor and Mapper Hour 2080 $ 84.00 $ 174,720.00 9 Surveyor Hour 2080 $ 74.00 $ 153,920.00 $ 65.00 $135,200.00 $ 70.00 $145,600.00 10 Arborist Hour 2080 $ 84.00 $ 174,720.00 _ V E V E 11 Permitting Coordinator I Hour 2080 $ 40.00 $ 83,200.00 $ 37.00 $76,960.00 12 Permitting Coordinator II Hour 2080 $ 42.50 $ 88,400.00 $ 54.00 $112,320.00 $1,853,280.00 $1,878,240.00 SECONDARY VENDOR Approved by: Budding Department Director, or designee Approved by'. Department of Resilience and Public Works Director, or designee Prepared by: Cristiane Lima Senior Procurement Contracting Officer 10/18/23, 11:19AM Detail by FEI/EIN Number DIVISION OF CORPORATIONS , 1 Dsr of t Jy1�1�11�� D h}ter , .^ I DI,..� an ufrial 5'uue al1=l Amalfi sveb ii Department of State / Division of Corporations / Search Records / Search by FEI/EIN Number / Detail by FEI/EIN Number Florida Profit Corporation C.A.P. GOVERNMENT, INC. Filing Information Document Number K80212 FEI/EIN Number 65-0121594 Date Filed 04/10/1989 State FL Status ACTIVE Last Event NAME CHANGE AMENDMENT Event Date Filed 09/06/2006 Event Effective Date NONE Principal Address 343 ALMERIAAVENUE CORAL GABLES, FL 33134 Changed: 12/12/2022 Mailing Address 343 ALMERIAAVENUE CORAL GABLES, FL 33134 Changed: 12/12/2022 Registered Agent Name & Address CORPORATION SERVICE COMPANY 1201 HAYS STREET TALLAHASSEE, FL 32301-2525 Name Changed: 12/12/2022 Address Changed: 12/12/2022 Officer/Director Detail Name & Address Title DPST https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNumber&directionType=Initial&searchNameOrder=65012159... 1/3 10/18/23, 11:19 AM PENIN, CARLOS A 343 ALMERIAAVENUE CORAL GABLES, FL 33134 Annual Reports Report Year Filed Date 2021 01/07/2021 2022 01/05/2022 2023 03/06/2023 Document Images 03/06/2023 --ANNUAL REPORT 12/12/2022 -- Reg. Agent Change 01/05/2022 --ANNUAL REPORT 01/07/2021 --ANNUAL REPORT 01 /06/2020 -- ANNUAL REPORT 02/15/2019 --ANNUAL REPORT 01 /25/2018 --ANNUAL REPORT 02/10/2017 --ANNUAL REPORT 01 /14/2016 --ANNUAL REPORT 01 /23/2015 --ANNUAL REPORT 04/28/2014 --ANNUAL REPORT 04/30/2013 --ANNUAL REPORT 03/05/2012 --ANNUAL REPORT 04/01/2011 --ANNUAL REPORT 04/14/2010 --ANNUAL REPORT 04/21 /2009 -- ANNUAL REPORT 04/17/2008 --ANNUAL REPORT 04/02/2007 --ANNUAL REPORT 09/07/2006 --ANNUAL REPORT 09/06/2006 -- Name Change 03/28/2006 --ANNUAL REPORT 02/15/2005 --ANNUAL REPORT 04/13/2004 --ANNUAL REPORT 05/02/2003 --ANNUAL REPORT 05/06/2002 --ANNUAL REPORT 07/20/2001 -- Name Change 03/08/2001 --ANNUAL REPORT 10/13/2000 -- Merger 03/04/2000 --ANNUAL REPORT 04/01 /1999 --ANNUAL REPORT 04/22/1998 --ANNUAL REPORT 04/17/1997 --ANNUAL REPORT 05/01 /1996 --ANNUAL REPORT 03/23/1995 --ANNUAL REPORT View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format Detail by FEI/EIN Number https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNumber&directionType=1 nitial&searchNameOrder=65012159... 2/3 10/18/23, 11:19AM Detail by FEI/EIN Number Florida Department of State, Division of Corporations https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNumber&directionType=1 nitial&searchNameOrder=65012159... 3/3 10/18/23, 11:18AM Detail by FEI/EIN Number DIVISION OF CORPORATIONS , 1 Dsr of t Jy1�1�11�� D h}ter , .^ I DI,..� an ufrial 5'uue alAmalfi sveb ii Department of State / Division of Corporations / Search Records / Search by FEI/EIN Number / Detail by FEI/EIN Number Florida Profit Corporation PMM CONSULTING ENGINEERS, CORP. Filing Information Document Number M55656 FEI/EIN Number 59-2826347 Date Filed 07/16/1987 State FL Status ACTIVE Last Event NAME CHANGE AMENDMENT Event Date Filed 11/13/2001 Event Effective Date NONE Principal Address 6262 Bird Rd, Suite 2D MIAMI, FL 33155 Changed: 03/28/2014 Mailing Address PO BOX 557823 MIAMI, FL 33255 Changed: 04/14/2006 Registered Agent Name & Address Martinez, Paul 6262 Bird Rd, Suite 2D MIAMI, FL 33155 Name Changed: 01/26/2022 Address Changed: 01/24/2017 Officer/Director Detail Name & Address Title DP https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNumber&directionType=Initial&searchNameOrder=59282634... 1/3 10/18/23, 11:18 AM MARTINEZ, PAUL PO BOX 557823 MIAMI, FL 33255 Title DV MARTINEZ, MARTA PO BOX 557823 MIAMI, FL 33255 Annual Reports Report Year Filed Date 2021 02/15/2021 2022 01/26/2022 2023 01/18/2023 Document Images 01 /18/2023 --ANNUAL REPORT 01/26/2022 --ANNUAL REPORT 02/15/2021 --ANNUAL REPORT 01 /08/2020 -- ANNUAL REPORT 02/11/2019 --ANNUAL REPORT 01 /29/2018 --ANNUAL REPORT 01/24/2017 --ANNUAL REPORT 02/08/2016 --ANNUAL REPORT 02/12/2015 --ANNUAL REPORT 03/28/2014 --ANNUAL REPORT 03/09/2013 --ANNUAL REPORT 02/13/2012 --ANNUAL REPORT 02/14/2011 --ANNUAL REPORT 02/23/2010 --ANNUAL REPORT 03/14/2009 --ANNUAL REPORT 01 /28/2008 -- ANNUAL REPORT 01 /03/2007 --ANNUAL REPORT 04/14/2006 --ANNUAL REPORT 01 /04/2005 -- ANNUAL REPORT 01/11/2004 --ANNUAL REPORT 02/12/2003 --ANNUAL REPORT 02/15/2002 --ANNUAL REPORT 11/13/2001 -- Name Change 04/10/2001 --ANNUAL REPORT 08/08/2000 --ANNUAL REPORT 03/09/1999 --ANNUAL REPORT 03/12/1998 --ANNUAL REPORT 03/07/1997 --ANNUAL REPORT 04/19/1996 --ANNUAL REPORT View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format Detail by FEI/EIN Number https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNumber&directionType=1 nitial&searchNameOrder=59282634... 2/3 10/18/23, 11:18AM Detail by FEI/EIN Number 04/06/1995 --ANNUAL REPORT View image in PDF format Florida Department of State, Division of Corporations https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNumber&directionType=1 nitial&searchNameOrder=59282634... 3/3 October 13, 2023 Ms. Cristiane Lima Procurement Department City of Miami 3500 Pan American Drive Miami, FL 33133 RE: City of Miami, Solicitation 1664387 Plans Review, Inspection and Professional Services Dear Ms. Lima: cap cap government C.A.P. Government, Inc. (CAP) hereby submits our proposal to the City of Miami (City) for the above referenced services. CAP thoroughly understands the scope of services and has submitted an electronic copy of our response to this Solicitation through Bidsync. Our company has the ability, expertise, and commitment to continue meeting the requirements of the City's Solicitation. The City anticipates that their Building Department will need "additional plans reviewers and inspectors due to the growth from upcoming development projects". Our firm partners with municipalities and specializes in providing Building Department Services centered on customer service. Other Architectural and Engineering firms are centered on design projects for developers and private sector customers. These firms design buildings, marinas, treatment plants, and highways; they serve land use customers first, government agencies, second. Our company provides Building Department and professional review services, exclusively. This makes us uniquely qualified to perform these services on behalf of the City of Miami. Our delivery of these services complements the City's philosophy of creating a positive customer experience without sacrificing accuracy and efficiency. As you review our qualifications, we call to your attention the following points: • Qualifications: CAP was founded Thirty -Four (34) years ago in 1989 and is the pioneer of outsourcing Building Department services to municipalities throughout South Florida. We currently serve over seventy-five (75) municipalities and six (6) educational institutions. In the Solicitation, the City requires "a minimum period of three (3) years" of experience providing similar services. CAP has continuously served over fifty (50) municipalities for three years or more. We have worked in the City of Aventura for twenty-eight (28) years, almost ten times the City's minimum requirements. Most importantly, we have been providing plans review, inspections, and professional services to the City of Miami's Building Department and Department of Resilience & Public Works since 2017 (more than 6 years). • Staff Availability: CAP has over two hundred and eighty (280+) employees. Our Technical staff is "fully certified, qualified, trained and experienced" and available to continue to provide plans review and inspection services to the City of Miami. • Location: CAP has various offices throughout South Florida. If selected, our staff will be dispatched to the City from CAP's Coral Gables Corporate office, or from one of our ten (10) Miami -Dade County municipalities where we provide services. 543 Almeria Avenue. Coral 0ables, FL 33134 • 0 305.448,1711 # F 305.448.1712 capfla.corn October 6, 2023 Ms. Cristiane Lima Procurement Department, City of Miami RE: Invitation for Bid (IFB) for Plans Review, Inspection and Professional Services Solicitation 1664387 Page 2 cap cap government C.A.P. Government, Inc. is a leader in providing building plans review and inspection services. We do not perform "Private Provider" services in the City of Miami, thus avoiding potential conflicts of interest. This is a requirement of this IFB. In summary, we believe that no other company in South Florida can match CAP's qualifications, experience and resources in this sector as the City's municipal partner. WHY CAP, BY THE NUMBERS? 34 Years in Business (Est. in 1989). 31 Years Outsourcing Building Services Exclusively to the Government 11 Municipal Clients - Full Service 66 Municipal Clients - Supplemental Services 6 Educational Clients 83 Total Building Department Outsourcing Clients 6 Years with the City of Miami 18 Years with the City of Weston 28 Years with the City of Aventura 34 Years with a Headquarter located in Miami -Dade County 10 Years providing Electronic Plan Review (EPR) 280+ Employees dedicated to outsourcing Building Services We look forward to continuing to provide the City with qualified and experienced Plans Examiners and Inspectors in order to meet the needs of the City of Miami's Building Department. If you or the Selection Committee have any questions or need any additional information, please contact me at 305.458.6000. Very truly yours, C.A.P. Government, Inc. Carlos A. Penin, PE President cap cap government A Bureau Veritas Company TABI Certification Statement City of Miami Solicitation 1664387 Certification Statement Please quote on this form, if applicable, net prices for the item(s) listed. Return signed original and retain a copy for your files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or reject all or any part of this submission. Prices should be firm for a minimum of 180 days following the time set for closing of the submissions. In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices. We (I) certify that we have read your solicitation, completed the necessary documents, and propose to furnish and deliver, F.O.B. DESTINATION, the items or services specified herein. The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations, or debarred or suspended as set in section 18-107 or Ordinance No. 12271. All exceptions to this submission have been documented in the section below (refer to paragraph and section). EXCEPTIONS: None. We (I) certify that any and all information contained in this submission is true; and we (I) further certify that this submission is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a submission for the same materials, supplies, equipment, or service, and is in all respects fair and without collusion or fraud. We (I) agree to abide by all terms and conditions of this solicitation and certify that I am authorized to sign this submission for the submitter. Please print the following and sign your name: PROPOSER NAME: C.A.P. Government, Inc. ADDRESS: 343 Almeria Avenue, Coral Gables, FL 33134 PI IONE: (305) 448-1711 FAX: (305) 448-1712 EMAIL: cap c@capfla.59m „ .f ELL(Optional): (305) 458-6000 SIGNED BY: TITLE: President DATE: 10/05/2023 FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM SHALL DISOUALIFY THIS RESPONSE. 9/13/2023 6:02 AM P. 8 cap cap government A Bureau Veritas Company TAB 2 Certifications City of Miami Certifications Solicitation 1664387 Legal Name of Firm: C.A.P. Government, Inc. Entity Type: Partnership, Sole Proprietorship, Corporation, etc. Florida Corporation Year Established: 04/10/1989 Address, City, State, Zip, Contact Name, Contact Tittle, Phone, Fax, Email: 343 Almeria Avenue, Coral Gables, FL 33134, Carlos A. Penin, PE, President, (305)448-1711, (305) 448-1712, cap©capfla.com Federal Employer Identification ("FEIN/EIN") Number: 65-0121594 Office Location: City of Miami, Miami -Dade County, or Other Miami -Dade County / City of Coral Gables Business Tax Receipt/ Occupational License Number: 2369544 Business Tax Receipt/ Occupational License Issuing Agency: Miami -Dade County / City of Coral Gables Business Tax Receipt/ Occupational License Expiration Date: 09/30/2024 Will Subcontractor(s) be used? (Yes or No) No If subcontractor(s) will be utilized, provide their name, address and the portion of the work they will be responsible for under this contract (a copy of their license(s) must be submitted with your bid response). If no subcontractor(s) will be utilized, please insert N/A.: N/A Please list and acknowledge all addendum/addenda received. List the addendum/addenda number and date of receipt (i.e. Addendum No. 1, 1/1/23). If no addendum/addenda was/were issued, please insert N/A. Addendum No. 1 / October 3, 2023 Reference No. 1: Name of Company/Agency for which Bidder is currently providing the services/goods as described in this solicitation, or has provided such services/goods in the past: City of Aventura 9/13/2023 6:02 AM p. 9 City of Miami Solicitation 1664387 Reference No. 1: Address, City, State, and Zip for above reference company/agency listed: 19200 W. Country Club Dr., Aventura, FL 33180 Reference No. 1: Name of Contact Person, Telephone Number and Email for above reference No. 1 Mr. Ronald J. Wasson, City Manager, (305) 466-8910, rwasson@cityofaventura.com Reference No. 1: Date of Contract or Sale for above reference No. 1 1995 - Ongoing (28 years) Reference No. 2: Name of Company/Agency for which Bidder is currently providing the services/goods as described in this solicitation, or has provided such services/goods in the past: City of Weston Reference No. 2: Address, City, State, and Zip for above reference company/agency listed: 17200 Royal Palm Blvd., Weston, FL 33326 Reference No. 2: Name of Contact Person, Telephone Number and Email for above reference No. 2 Mr. Donald P. Decker, City Manager, (954) 385-2000, ddecker@westonfl.org Reference No. 2: Date of Contract or Sale for above reference No. 2 2005 - Ongoing (18 years) Reference No. 3: Name of Company/Agency for which Bidder is currently providing the services/goods as described in this solicitation, or has provided such services/goods in the past: Village of El Portal Reference No. 3: Address, City, State, and Zip for above reference company/agency listed: 500 NE 87 Street, El Portal, FL 33138 Reference No. 3: Name of Contact Person, Telephone Number and Email for above reference No. 3 Ms. Christia Alou, Village Manager, (305) 795-7880, villagemanager@villageofelportal.org Reference No. 3: Date of Contract or Sale for above reference No. 3 2006 - Ongoing (17 years) If Bidder has a Local Office, as defined under Chapter 18/Article III, Section 18-73 of the City Code, has Bidder filled out, notarized, and included with its bid response the "City of Miami Local Office Certification" form? YES OR NO? NO. We have included our BTR for Miami -Dade County and the City of Coral Gables. Our office is located within the City of Coral Gables. 9/13/2023 6:02 AM p. 10 cap cap government A Bureau Veritas Company TAB 2.4 Bidder's Minimum Qualifications cap cap government A Bureau Veritas Company TAB 2.4 (1) Certificate of Competency, State Licenses State of Florida Department of State I certify from the records of this office that C.A.P. GOVERNMENT, INC. is a corporation organized under the laws of the State of Florida, filed on April 10, 1989. The document number of this corporation is K80212. I further certify that said corporation has paid all fees due this office through December 31, 2023, that its most recent annual report/uniform business report was filed on March 6, 2023, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Sixth day of March, 2023 Secretaty a tate Tracking Number: 6052819205CC To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateofStatus/CertificateAuthentication CITY OF MIAMI SOLICITATION #1664387 PLAN REVIEW, INSPECTION AND PROFESSIONAL SERVICES cap cap government Local Business Tax Receipt Miami —Dade County, State of Florida -ThfIS IS HOT A BILL -DO HOT PAY 2252898 BUSINESS NAME/LOCATION CAP GOVERNMENT INC 343 ALMERIA AVE CORAL GABLES. FL 33134-5811 OWNER CAP GOVERNMENT INC Employee(s) MIAMId]nlaE 11 RECEIPT NO. RENEWAL 2369544 LBT EXPIRES SEPTEMBER 30, 2024 Must be displayed at place of business Pursuant to County Code Chapter 8A - Art. 9 & 10 SEC. TYPE OF BUSINESS 212 PAfCORPIPARTNERSHI PIFIRM 55 E135344 PAYMENT RECEIVED BY TAX COLLECTOR 247.50 0812912023 INT-23-435378 This Local Business Tait Receipt only conhrms payment of the Local Business Tex. The Receipt is nol a license. permit, or a certification of the hoidens qualifications, to do business. Holder must comphy with any gorarnrrwntel or uontgonenmental tegulatory laws and requirements which apply to she Cosiness. The RECEIPT NO. above must he displayed an all conimeicidI vehicles - Mranu—Dade Code Sec So-716. fot more infannabon, rise erww.miemrdade gov;tascollector DETACH HERE AND DISPLAY RECEIPT IN A CONSPICUOUS PLACE CITY OF CORAL GABLES. FLORIDA LOCAL BUSINESS TAX RECEIPT ANNUAL FIRE INSPECTION FEE RECEIPT TIi15 IS NOT ABILL-DO NOT PAY BUSINESS NAME: CAP GOVERNMENT INC LOCATION: DBA NAME• CAP GOVERNMENT INC CLASSIFICATION: NO. OF UNITS UNIT DESCRIPTION 1 Prufesetrutal Service Corporatl 2 3 4 5 s SQUARE FOOTAGE Of SPACE 4559 BUSINESS TAX RECPTRENEWAL This receipt does not constitute authority to begin operating at thit Mahon without a Certificate of Use and Inspection Approval OUST NO.22t2Se RECEIPT MO ©T,OCI25C12`i' 2023-2024 343 ALMERIA AVE AMOUNT RAID: $ 358.80 VALID ONLY AT LOCATION ABOVE. RECEIPT EXPIRES 09130/2024 DBPR - C.A.P. GOVERNMENT, INC., Registry file:///Z:/Shared/GO V/MARKETING/OPERATIONSBU SINES S%2... THE OFFICIAL SITE OF THE FLORIDA DEPARTMENT OF BUSINESS & PROFESSIONAL REGULATION db FDI r Department of Business & Professional Regulation ONLINE SERVICES Apply for a License Verify a Licensee View Food & Lodging Inspections File a Complaint Continuing Education Course Search View Application Status Find Exam Information Unlicensed Activity Search AB&T Delinquent Invoice & Activity List Search LICENSEE DETAILS Licensee Information Name: Main Address: County: License Information License Type: Rank: License Number: Status: Licensure Date: Expires: Special Qualifications HOME CONTACT US MY ACCOUNT 2:03:01 PM 10/3/2022 C.A.P. GOVERNMENT, INC. (Primary Name) 343 ALMERIA AVENUE CORAL GABLES Florida 33134 DADE Registry Registry 5344 Current 07/06/1989 Alternate Names Qualification Effective View Related License Information View License Complaint 2601 Blair Stone Road, Tallahassee FL 32399 :: Email: Customer Contact Center :: Customer Contact Center: 850.487.1395 The State of Florida is an AA/EEO employer. Copyright 2007-2010 State of Florida. Privacy Statement Under Florida law, email addresses are public records. If you do not want your email address released in response to a public -records request, do not send electronic mail to this entity. Instead, contact the office by phone or by traditional mail. If you have any questions, please contact 850.487.1395. *Pursuant to Section 455.275(1), Florida Statutes, effective October 1, 2012, licensees licensed under Chapter 455, F.S. must provide the Department with an email address if they have one. The emails provided may be used for official communication with the licensee. However email addresses are public record. If you do not wish to supply a personal address, please provide the Department with an email address which can be made available to the public. Please see our Chapter 455 page to determine if you are affected by this change. 1 of 2 10/3/2022, 2:04 PM CITY OF MIAMI SOLICITATION #1664387 PLAN REVIEW, INSPECTION AND PROFESSIONAL SERVICES cap governmen A Bureau Verltos Company KEY PERSONNEL Name Title Years of Experience License No. BORA Total CAP Staff currently being provided to the City of Miami Management Carlos A. Penin, PE President / Principal in Charge 40 PE 33216 NIA Carlos Del Pino, PE Professional Engineer QA / QC Manager 25 PE 59888 NIA Structural 2 Giuseppe Nediani, PE Professional Engineer 20 PE 59435 Mechanica 2 Laura Ferrer, PE Professional Engineer 10 PE 69068 Electrical 4 Oscar Valido Inspector 35 BN 4076 Plumbing 2 Robert Bur•ess Inspector 30 BN 68 • - • i • r -yor & Mappe 2 Michael McKay Professional Surveyor & Mapper 25 NIA oo mg 1 Antonio Sanchez Roofin• Inspector 10 SR 145 ✓ Civil or Professional Engineers Owen Karickhoff, PE Professional En•ineer 38 PE 79901 NIA ngineer I Ryan Montag, PE Professional Civil Engineer 9 PE 76898 NIA Engineer Technicia,i Krishna Ganaishlal Engineerin• Technician 26 NIA Arbo Jose Abreu Arborist 5 NIA Permitting Coordinator I Yvonne Lopez Permit Coordinator I 6 NIA Permitting Coordinator II Francisco Roman Permit Coordinator II 36 NIA 13 cap government A Bureau Veritas Company TAB 2.4 (2) Proposed Staff Certificate(s) and License CARLOS A. PENIN, PE PRINCIPAL IN CHARGE Mr. Penin has over forty (40) years of experience as a civil engineer comprehensive consulting engineering service. He has performed a wide variety of projects including highways, bridges, airport terminals airfields, water and sewer infrastructure; stadiums, various land development projects and environmental service. Mr. Penin experience includes managerial functions and various government appointments to industry organizations. EDUCATION MS in Environmental and Urban Studies Florida International University BS Civil Engineering University of Florida STATE OF FLORIDA LICENSES Professional Engineer PE33216 WORK EXPERIENCE President, C.A.P. Government, Inc. 1989 — Present President and founding principal of C.A.P. Government, Inc. Mr. Penin serves in a management capacity overseeing the daily operations of the firm. His responsibilities include determining the strategic direction of the company and carrying out the strategic plan through overseeing operations, marketing and business development activities, contract oversight, and staff management. Developing functional roles and assigning responsibilities to employees who report to them. cap cap government Regional Manager, Keith & Schnars, PA 1984 — 1989 Responsible for management, scheduling, monitoring and liaison with regulatory agencies and local authorities on major land development projects. Project Engineer, Williams, Hatfield & Stoner, Inc. 1980 — 1984 Responsible for project administration on Urban Road Developments and other assignments in South Florida. Civil Engineer, Ferendino/Grafton/Spillis/Candela 1978 — 1980 Responsible for civil engineering design and construction inspection of government projects. Civil Engineer, Florida Quality Contractors 1977 - 1978 Managed the preliminary stages of 72-unit condominium development and various other residential projects in South Florida. Carlos A. Penin, PE President Carlos A. Penin, PE dbprweronvfoz ONLINE SERVICES Apply fora License Verify a Licensee Yew Food & Lodging Inspections FilP a Complaint Continuity Education Course Search View Application Status Find Exam Information Unlicensed Activity Search ALB&T delinquent Invoice & Activity Lis' Search LICENSEE DETAILS Licensee Information Name: Main Address: County: License Mailing: County: License Information License Type: Rank: License Number: Status: Licensure date: Expires: Special Qualifications HOME CONTACT US MY ACCOUNT 1 i; 01; i 0 AM 212412O23 PENIN, CARLOS ANTONIO (Primary Name) 243 ALMERIA AVENUE CORAL GABLES Florida 33134 DADE 343 ALMERIA AVENUE CORAL GABLES FL 33134 DADE Professional Engineer Prof Engineer 33216 Current Act ive 03/25r1983 02128)2025 Qualification Effective CARLOS A. DEL PINO, PE SENIOR OPERATIONS DIRECTOR Mr. Carlos del Pino has over twenty-five (25) years of professional engineering experience as a civil and structural engineer in the design and construction management industry. He has served as a project and construction manager, project engineer and project coordinator. His expertise includes construction field engineering, special Inspections for Educational, commercial and residential projects. EDUCATION MS in Civil Engineering Polytechnic University of Puerto Rico BS in Civil and Structural Engineering Central University of Las Villas, Cuba STATE OF FLORIDA LICENSES Professional Engineer PE59888 Certified Board of Rules and Appeals (BORA) Miami -Dade County State Requirements for Educational Facilities (SREF) WORK EXPERIENCE cap cap government Senior Operations Director, C.A.P. Government, Inc. 2007 — Present Project Manager responsible for providing all necessary resources to perform Florida Building Code Compliance plans review and inspections services, including threshold inspections services, and coordination for various educational Institutions. Reviews building plans for compliance with construction codes and regulations; prepares written reports on code discrepancies and code violations; develops, maintains and updates records of codes and plan reviews; interprets codes ordinances and regulations and issues department codes. Determines the structural soundness of buildings and construction projects. Project Manager, Stadium Expansion, (Florida International University (FIU). Responsible for technical matters, assisting in the design review in the field of structural engineering and threshold inspections. The New Florida Panthers Football Stadium is a structural steel threshold structure for approximately 18,000 people with capacity for future expansion. The upper decks are made of metal deck and concrete slab. Project Manager, Parking Garage V & Stadium Expansion (Florida International University (FIU). Responsible for providing threshold inspections. This garage is a 6-level garage with approximately 750,000 gross square feet and up to 2,100 parking spaces. Project Manager responsible for technical matters, assisting with the threshold inspections. The New Florida Panthers Football Stadium is a structural steel threshold structure for approximately 18,000 people with capacity for future expansion. The north addition of the stadium concluded the original expansion and renovation of the structure, adding new ramps and seating capacity. Miami Dade College (MDC) Hialeah & Kendall Campus New Parking Garage and new and remodeled Buildings. Building 3000 remodeling and miscellaneous projects. Carlos A. del Pino, PE Senior Operations Director Carlos A. Penin, PE dbprweronvfoz ONLINE SERVICES Apply fora License Verify a Licensee Yew Food & Lodging Inspections FilP a Complaint Continuity Education Course Search View Application Status Find Exam Information Unlicensed Activity Search ALB&T delinquent Invoice & Activity Lis' Search LICENSEE DETAILS Licensee Information Name: Main Address: County: License Mailing: County: License Information License Type: Rank: License Number: Status: Licensure date: Expires: Special Qualifications HOME CONTACT US MY ACCOUNT 1 i; 01; i 0 AM 212412O23 PENIN, CARLOS ANTONIO (Primary Name) 243 ALMERIA AVENUE CORAL GABLES Florida 33134 DADE 343 ALMERIA AVENUE CORAL GABLES FL 33134 DADE Professional Engineer Prof Engineer 33216 Current Act ive 03/25r1983 02128)2025 Qualification Effective GIUSEPPE NEDIANI, PE PROFESSIONAL ENGINEER Mr. Nediani has over twenty (20) years of experience as a Multi -disciplined Engineer. He has Mechanical, Structural, Electrical and Plumbing experience. He has performed Plans Review, Inspections, Engineering Studies and Reports along with concentration in Forensic Engineering. Mr. Nediani understands the Municipal Plans Review, Inspections process, Project Revision and Cost Estimating Processes in connection with both Commercial and Residential Project. EDUCATION Ph.D. in Mechanical Engineering University of Birmingham MS Management Engineering / Mechanical Engineering Rensselaer Polytechnic Institute STATE OF FLORIDA LICENSES Professional Engineer PE59435 Board of Rules & Appeals (BORA) WORK EXPERIENCE Structural & M.E.P. Plans Examiner & Inspector, C.A.P. Government, Inc. 2017 — Present Responsible for closely inspection of structural, mechanical, electrical, plumbing (M.E.P.) and other systems for commercial and residential sites, i.e. building structures, appliances, boilers, elevators, gas and oil lines, and HVAC systems. Evaluates and approve or disapproves of the work done in accordance with local and state regulations. Responsible for inspecting the installation of electrical systems and equipment to detect faulty wiring and ensure they comply with electrical codes and standards. Visits construction sites and residences, performs building structures and M.E.P. inspections, and makes recommendations for improvement. cap cap government Project Manager, Seminole Tribe of South Florida 2007 - 2017 Construction Cost Estimator, MEP Engineering 2012 — 2017 Instructor, FIU & School of Professional Engineers 2012 -2017 MEP Engineer of Record, School of Professional Engineers 2010 -2012 Forensic Engineer, National Forensic, Consultants, Inc. (part time) 2005 — 2007 Instructor if Mechanical Engineering Conditioning, Mechanical & Electrical Systems of Buildings 1985 — 2003 Plant Engineer, Mechanical & Structural 1976 - 1978, 1990 - 2000 Designer, In a Tractor Trailer & Dump -Truck Manufacturing Firm 1976 - 1978, 1982-1983 Giuseppe Nediani, PE Professional Engineer Giuseppe Nediani, PE THE OFFICIAL SITE OF THE FLORIDA DEPARTMENT OF BUSINESS & PROFESSIONAL REGULATION. F.: d bpr--AirBusiness ONLINE SERVICES Apply far a Lice-s„ Verify a Lloerrsee ViewFood & Lodging Inspecilons File a Complaint Continuing Educalikn Course Search View Application aiBIus Find Exam I nformarilon Unlicensed Act My Sssrrn AB&T Delinquent Invoice &Actrvir List Search LICENSEE DETAILS Licensee Information I-L MF CONTACT US r.+YACCOUNT B: 66.43 AM 4118,2023 Name: Maim Address; County: License Meiling: County: NEDIAML GIUSEPPE (Primary &larrwj 2301 COLLINS AVE. 01207 MIAMI BEACH Florida 33130- PAL E 2301 COLLINS #1207 M I4M1I BEACH FL 331.3a ❑ADE License Information License Type: Rank-. License Number: Status: Licensure Dale: Expi.es: Profeaeional Engineer Prof Engineer 59435 CurrHnt.Ac live 01114i2003 0212E02025 Miami -Dade Department of Regulatory and Economic Resources BOARD OF RULES AND APPEALS Hereby Certifues: Giuseppe Nediani to perform duties as: 'See Back" on behalf of: -See Back' as set forth in the Code of Miami -Dade County YEAR APPROVED: 2023 2283 Jaime . Secretary of the d . . REPRESENTING DISCIPLINE Aventura Plans Examiner - Mechanical Aventura Mechanical Inspector Aventura Electrical Inspector Aventura Plans Examiner - Structural Aventura Plans Examiner - Plumbing Aventura Pturnb__ngg In�spector Aventura Plans EXBminer - Electrical - Residential Biscayne Park Mechanical Inspector Biscayne Park Plans Examiner - Structural Biscayne Park Plans Examiner - Eteciricai Biscayne Park Plans Examiner - Mechanical Biscayne Park Plans Examiner - Plumbing Biscayne Park Plumbirg Inspector Biscayne Park Eteetrrcal Inspector Biscayne Park Chief Mechanical Inspector El Portal Mechanical Inspector El Portal Plumbing Inspector El Portal Chef Mechanical inspector LAURA FERRER, PE PROFESSIONAL ENGINEER Ms. Ferrer has over ten (10) years of experience evaluating construction sites. She is also familiar with reviewing plans in compliance with applicable building codes. EDUCATION Bachelor of Science: Mechanical Engineering STATE OF FLORIDA LICENSES Professional Engineer (Mechanical) PE69068 WORK EXPERIENCE Mechanical Engineer, C.A.P. Government, Inc. 2020 — Present Responsible for closely inspection of mechanical, and other systems for commercial and residential sites, like appliances, boilers, elevators, gas and oil lines, and HVAC systems. Evaluate and approve or disapprove of the work done in accordance with local and state regulations. cap cap government Chief Mechanical Inspector, City of Miami Beach, Building Department, Miami Beach, FL. 2017 — 2023 • Investigated complaints, incidents, and accidents at work sites. • Determined work met applicable city, state and federal guidelines and discipline -specific codes. • Kept up to date on inspection regulations, codes, ordinances, and techniques. • Provided information about methods and materials to correct problems and bring construction in compliance with ordinances and codes. Senior Mechanical Inspector, City of Miami Beach Building Department, Miami Beach, FL. 2014 - 2017 • Reviewed drawings and assessed construction against plans. • Completed inspections of current construction, refurbishment, and repair projects. • Provided information about methods and materials to correct problems and bring construction in compliance with ordinances and code. • Documented recurrent issues and worked with contractors to prevent re -occurrence. Senior Roadway Engineer, AES Engineering, Miami, FL. 2012 - 2014 • Tested completed projects for functionality and implemented changed production methods to rectify issues in final products. • Drove continuous improvement culture in engineering to provide clear product design standards, improvement manufacturability Laura Ferrer, PE Professional Engineer Laura Ferrer, PE THE OFFICIAL SITE Or THE FLORIDA DEPARTMENT OF BUSINESS & PROFESSIONAL REGULATION r 1114)r2e=la°11 Reguloocc ONLINE SERVICES Apply fora License Verify a Licenses View Food & Lodging tnspecoons File a Complaint Continuing Educa-n Course Search 'dew Application Status rind Exam Information Unlicensed Ate. Search ABBT Delinquent Inyoice & Aolivity List Search HOME CONTACT ACCOLIN T LICENSEE DETAILS f.0 3g.AM.17/202 Licensee Information Name: FERRER, LAURA T.'Primary htameM Main Address: 155BO SW 141 STREET MIAMI Florida 3319G County: DADE License Information License Type: Professional Engineer Rank: Prof Engineer License Number 690S8 Status: CurrentActiws Licensure Date: 0112 '2009 Expires: 02)2B12025 Special Qualification Effective Qualifrcatiions Mechanical 021712007 OSCAR VALIDO, BN ELECTRICAL INSPECTOR Mr. Valido has over (35) thirty- five years of experience working as an Electrical Inspector. STATE OF FLORIDA LICENSES Electrical Inspector BN4076 WORK EXPERIENCE Electrical Engineer, C.A.P. Government, Inc. 2017 — Present Mr. Valido serves as an Electrical Inspector for CAP's municipalities in Miami -Dade County. Responsible for inspecting the installation of electrical systems and equipment to detect faulty wiring and ensure they comply with electrical codes and standards. Visit's construction sites and residences, performs inspection, and makes recommendations for improvement. Electrical Inspector 7, City of Miami, Miami, FL. 1982 — 2017 Responsibilities included residential, commercial, and industrial electrical installations and equipment in new and old buildings for compliance with provisions of the Florida Building Code and Miami Dade County Codes. Issues notices to persons involved where electrical installations are found to be defective; makes recommendation on correct methods of installation. Investigates on premises where fires have occurred to determine if the fire was due to electrical causes; investigates substandard electrical installations at the requests that they discontinue delivery of unapproved appliances to dealers. Electrical Inspector, PMM Consulting Engineers 2017 cap cap government Oscar Valido, BN Electrical Inspector Oscar Valido, BN THE OFFICIAL SITE OF THE FLORIDA DEPARTMENT OF BUSINESS & PROFESSIONAL REGULATION FDr rtmof Business Business rAessi slim ONLINE SERVICES Apply fora License Verify a Licensee View Food & Lodging Inspections File a Complaint Continuing Education Course Search View Application Status Find Exam Information Unlicensed Activity Search AB&T Delinquent Invoice &Activity List Search (HOME CONTACT US MY ACCOUNT LICENSEE DETAILS 2:38:37PMa/7812023 Licensee Information Name: VALIDO, OSCAR G iPrireary Nam) Main Address: *Private Address" *Private Address* Private Address" *Private Address" *Private Address" License Location: Private Address" *Private Address* *Private Address" Private Address" Private Address" License Information License Type: Standard Inspector Rank: inspector License Number' BN4076 Status' Current,Active Licensure Date: 0511412001 Expires: 11 /30/2023 Wain I-Datta Dope elm ant of NegulatOfy arid Economia Resources BOARD OF RULES AND APPEALS HrJraby Carta*,. Oscar G Valido to mime dke in ea "z..■ CiaCM' en - d 'See U.c* tie Idfatal .ntry 'Calleof*from -flats 0.rtlyr 1612 YEAR APPROVED: 2023 Jaime ()arum 4't IIL/ 54044 r, d 1M lloond CASGWt q1r Emig:Meail ktspsc , ROBERT BURGESS, BN PLUMBING INSPECTOR Mr. Burgess has over thirty (30) years of experience as a licensed Plumbing Inspector performing independent preventive maintenance and emergency repairs on plumbing systems, fire systems, and backflow inspections in designated areas in conjunction with an extensive background working alongside Florida Building and Miami -Dade County Codes. STATE OF FLORIDA LICENSES Plumbing Inspector BN68 WORK EXPERIENCE cap cap government Plumbing Inspector, C.A.P. Government, Inc. 2017 — Present Examine and test new or existing plumbing systems in buildings to make sure they are installed. PMM Consulting Engineers 2016 — 2017 Retired 2008 — 2015 Plumbing Inspector, City of Miami 1984 — 2017 Responsibilities included inspect residential, commercial and industrial plumbing installations and equipment in new and old building for compliance with provisions of the Florida Building Code and Miami -Dade County Code as well as issues notices to persons involved where plumbing installations are found to be defective and make recommendation on correct methods of installations. Inspector water cross connection systems for defective material, proper pipe sizes, grade waste pipe, adequate air chambers and proper valves on hot water systems to determine whether they meet the quality and capacity. Made preliminary, final and periodic inspections of plumbing systems, septic tanks and soakage pits to check for compliance with the provisions of the plumbing ordinance. Test installations of piping by use of pressure gauge and air pump in which assures that all installations are air and watertight. Supervises and inspects the testing of fire sprinkler systems, standpipes as well as other fire protection equipment which includes installation of fuel gas lines, pipes, storage tanks and appliances for compliance. Check structures for safety and deterioration and enforces provisions of condemnation ordinances. Furnish information concerning plumbing materials, standards and specifications to plumbers and owners, investigate plumber to ascertain that they have proper qualification certificates and maintain records of all inspections performed. Mechanical Contractors, Plumber Pool & Kent 1975 — 1984 Maintained and repaired general plumbing components to include toilets, urinal, faucets, hose bibs, and drains, installed, repaired, and/or replaced domestic hot and cold -water lines. Repaired and Robert Burgess, BN Plumbing Inspector replaced steam and hot water exchangers for major building heating systems and pools. Repaired and replaced domestic hot water heat pumps, chilled water pumps, sump pumps and sewage pumps Plumber, Rusty Plumbing Company 1973 — 1975 Installed underground storm, sanitary and water piping systems and extend piping to connect fixtures and plumbing to the system. Inspected, repaired, and installed, modified, and maintained plumbing fixtures in heating, water and drainage systems. Identified electrical, plumbing and safety problems applicable to the installation and took necessary corrective action. Unstopped commodes, drains, sewer lines, and cleaned grease traps. Checked plumbing systems to detect leaks. Filled piped or plumbing fixtures with water or air and observed pressure gauges to detect and locate leaks. Located and marked the position of pipe installations, connections, passage holes and fixtures in structures, using measuring instruments such as ruler and levels. cap cap government Robert Burgess, BN Plumbing Inspector Robert Burgess THE OFFICIAL SITE OF THE FLORIDA DEPARTMENT OF EILISINES5 PROFESSIONAL REGULATION dbpr ONLINE SERVICES Apply for a L cense Verity a L ensee VIew Food & Loctgirlg Ir S o kiOr' S File a Complain Continuing Education Course Search Vew A aliealioti Status Firm Exam Infprmrtonn Unlicensed Activity Sear l- AB&T D&I'nQueril Inval a Ar:I ly L s: Search HOVE CONTACT US MY ACCOUNT LICENSEE DETAILS Licensee Information PlAme" BURGESS, ROBERT (primary Nam41 Main Address: `Private Address' "Private Address' `Private Address' `Private Address' `Private Address' License Information License Type: Rank: License Nurilto'. SCaluS: Licerisure Date: Expires: Standard Inapeclor Inspector BNS8 Current,Arrtive 03111 tt 954 11I30 2023 7mr- Department of Regulatory and Economic Resources BOARD OF RULES AND APPEALS 1218 Hereby Certifies: Robert Burgess to perform duties as -See Back' crn belied. 'See Back' as set filth 'n Vie Code or Miarni-Darcley County YEAR APPROVED: 2023 Jame d Gamen, c I at Fe 11IOtt, Ir'r.1N r 'hrrntirnp pw for 12:2L:40 PM lisi2o22 cap MICHAEL MCKAY, PROFESSIONAL SURVEYOR & MAPPER Mr. McKay has over twenty-five (25) years of experience including fifteen (15) years as a Project Manager. He is skilled in both the production and business aspects of the Surveying business. Michael is also highly skilled and knowledgeable in all survey types, technology, standards, and software including LiDAR technology (mobile and static), MicroStation/ Open Roads, AutoCAD/ Civil 3D, EFBP, VECTOR (GPS), Trimble Business Office, Leica Software, and others. EDUCATION Geomatics Engineering Technology Diploma College of Geographic Sciences L.S.I.T. — Fundamentals Examination / NCESS WORK EXPERIENCE cap government Professional Surveyor & Mapper, C.A.P. Government, Inc. 2023 — Present Provides a unique skillset and ability in both the production and business aspects of the Survey business. South Florida Survey Manager, KCI Technologies, Inc. Fort Lauderdale, FL. 2022 — 2023 • Oversaw office production, managed, and trained office staff, and field crew supervision. • Managed survey, mapping, and SUE projects for a wide range of clients • Business development & Client Relations Senior Surveyor & Mapper — Keith Engineering Pompano Beach, FL. 2021 — 2022 • Managed survey and mapping projects in support of design and construction Survey Project Manager- Biscayne Engineering Company, Boca Raton, FL. 2020 — 2021 • Managed survey and mapping projects in support of design and construction • Oversaw office production, managed, and trained office staff and field crews. Survey Project Manager — M.G. Vera & Associates, Inc. Miami, FL. 2004 — 2020 • Managed survey, mapping, and SUE projects for a wide range of clients. • Oversaw Miami office production / managed and trained office staff / field crew supervisor. • Provided in-house consulting services within the FDOT District 6 (Miami) Survey office for over 12 years. • Business development & Client Relations Survey Technician / L.S.I.T. — Metro Water District of Southern California 1998 — 2000 • Field Technician / Office Technician for utility asset inventory project in Southern California • GPS data collection / conventional data collection / office processing Survey Technician / Crew Chief — Measurement Sciences, Inc. Miami, FL. 1996 — 1998 • Worked on a variety of survey projects throughout the USA. • GPS data collection / conventional data collection / office processing. Michael McKay, Professional Surveyor & Mapper ANTONIO SANCHEZ, SRI ROOFING INSPECTOR Mr. Sanchez has over ten (10) years of experience in the construction industry, he has developed a high knowledge of flat roofs, metal roofs, tile roofs, shingle roofs and waterproof system. He has worked with both commercial and residential properties. EDUCATION High School Diploma Southwest Miami Senior High Business and Administrative Miami Dade Collage STATE OF FLORIDA LICENSES Roofing Inspector SR145 Sealoflex (waterproof system) Certified Roofing Contractor CCC1329381 Certified Board of Rules and Appeals (BORA) Miami -Dade County WORK EXPERIENCE Roofing Inspector, C.A.P. Government, Inc. 2015 — Present Conducts inspections on commercial and residential buildings and ensure compliance with the Florida Building Code and applicable. Prepares inspection reports describing observed violations, corrective action and making appropriate references to the plans, and quality control manuals. President, LandShark Roofing Inc. 2010 - 2015 Scheduled daily inspections, processed permits. In charge of contracts, pricing and negotiations. Maintaining all company expenses making sure they are up to date. In charge of the following: ■ 15 Employees ■ Payroll/Finical Report ■ Schedule Inspections ■ Process Permits ■ Material Purchasing/Ordering ■ Contract Pricing/Negotiations ■ Employee transportation to and from job site ■ Maintaining all company expenses up to date Roofing Inspector, Miami -Dade County RER 2014 — 2015 Residential and Commercial Supervisor, M & M Roofing 2003 - 2008 Responsible for supervising of eight (8) employees. Processing permits, obtaining, delivering material to job site. Observed and scheduled property prior to each inspection. Present at jobsite when inspector arrives. cap cap government Antonio Sanchez, SRI Roofing Inspector Antonio Sanchez THE OFFICIAL SITE OF THE FLORIDA DEPARTMENT OF BUSINESS & PROFESSIONAL REGULATION r dbprbioitl ness ipeguutIon ONLINE SERVICES Apply far a License Verify a Licensee 'thaw Food & Lodging Inspections File a Complaint Continuing Education Course Search View AppIicaLicri Status Fuld €ac m Information Unlicensed Activity Search AB&T Delinquent Invoice & Activity List Search HOME CONTACT US MY ACCOUNT LICENSEE DETAILS 1:37.45 PM f2/&'20 1 Licensee Information Name: Main Address: SANCHEZ, ANTONIOE dPrimaryNamel 'Prtvatc Address'` *Private Address` `Private Address' rivate Address' `Private Address' License Information License Type: Rank: License Number: Status: Licensure Date: Expires: Standard Roofing Impactor (SRI) Std roofing Ins SRI145 CurrcntoActive 0311612015 1113012023 Miami -Dade Department of Reguratory and Economic Resources BOARD OF RULES AND APPEALS rwe.Hereby Certifies: jAntonio E Sanchez 2138 to perform duties as. "See Beck- on behalf d- 'See Back' as set fo tfi in the Code of Miami -Dade County YEAR APPROVED: 2023 Jame D Case.. H.E Seoraary a t,e Board REPRESENnNG Aventura Aventura Biscayne Park Biscayne Park Coral Gabes Coral Gables El Portal El Portal Medley Medley North Bay Village North Bay Village DISCIPLINE Roofing - Inspector - Commercial Roofing - inspector - Residential Roaring - Inspector - Commercial Roofing - Inspector - Residential Roofing - Inspector - Residential Roofing - Inspector - Commercial Roofing - Inspector- Commercial Roofing - Inspector - Relsldenrial Roofing - Inspector - Commercial Roofing - Inspector - Residential Roofing • Inspec or - Commercial Roofing - inspector- Residential OWEN J. KARICKHOFF, PE PROFESSIONAL CIVIL ENGINEER Mr. Karickhoff has over thirty-eight (38) years of extensive experience providing civil and environmental services to municipal, solid waste, and water/wastewater industries. His expertise as project manager has included site characterization, construction oversight, regulatory compliance, hazardous waste management, landfill design, remedial design, digester cleaning and retrofit design, and directional drilling oversight. EDUCATION BS in Nuclear Engineering University of Virginia Graduate level courses in Civil Engineering Virginia Tech STATE OF FLORIDA LICENSES Professional Engineer PE79901 WORK EXPERIENCE Senior Civil Engineer, C.A.P. Government, Inc. 2018 — Present Provides a broad range of civil engineering services to all aspects of design, permitting, construction quality assurance and construction management. cap cap government Project Manager/Engineer, Rovers & Associates 2012 - 2017 Served as Engineer/Owner's Representative at the Breslube Penn Superfund Site in Moon Township, PA for remedial action and associated work including excavation and consolidation of contaminated soils; installation of a modified RCRA Subtitle C cap cover system; installation of a vertical slurry wall; installation of drainage system to direct waters through activated carbon treatment cells to positively treat for discharge at non -detect concentrations Project Manager, CT Consultants 1997 - 2011 Managed projects covering a broad range of civil and environmental services and solutions to both municipal and private clients; and, provided technical assistance and field support to other Project Managers. Effective at providing construction oversight, regulatory compliance, hazardous waste management, landfill design, yard and food waste compost design, remedial design, wetland design and related environmental issues and permitting. Project Manager, URS Corporation 1996 - 1997 Responsible for successful completion of the initial 1997 and 1998 license applications under new Ohio EPA Rules for five construction and demolition debris (C&DD) facilities located in Cuyahoga County, Ohio and one in Summit County, Ohio. One application was noted to be the first approved in Cuyahoga County; and regulatory recognition and referral resulted in other C&DD facility business development. Project Manager, Rust Environment & Infrastructure 1993 - 1996 Project Manager for a broad range of Civil/Environmental related projects; and provided technical assistance and field support to other Project Managers. Duties included technical responsibilities as well as schedule and budget. preparation and control; Owen J. Karickhoff, PE Professional Civil Engineer progress reports; presentations to client and regulatory personnel; and supervision and coordination of others. Project Manager, Dames & Moore 1991 - 1993 Management of environmental projects involving design for hazardous/radioactive waste management and N/SPDES regulatory compliance. Also provided technical support to other Project Managers on Civil/Environmental related projects including radioactive/mixed waste and storm water management. Responsibilities included: proposal writing, cost estimates, client contact, subcontractor and field personnel scheduling, draftsmen guidance, and preparation of technical documents and reports. Project Engineer, Chattahoochee Geotechnical Consultants, Inc. 1990 — 1990 Staff Engineer, Froehling & Robertson 1986 — 1990 Instrument Man, Seven-K Construction Co. 1985 — 1986 Owen J. Karickhoff, PE Professional Civil Engineer cap cap government Owen Karickhoff, PE d.ordo ONLINE SERVICES Apply for a License Verify a Licensee View Foot & Lodging Inspections File a Complaint Continuing Education Course Search View Application Status Find Exam Information Unlicensed Activity Search AB&T Delinquent Invoice & Activity List Search rtment of ELu5fle5s nofe&sional ReguI PQn LICENSEE DETAILS Licensee Information Name: HOME CONTACTU$ MY ACCOi T r 0; 07:39 ,4M 4r'119/2023 KARICKHOFF, OWEN J. (Primary Name Main Address: 1900 S OCEAN DRIVE APT 701 FORT LAUDERDALE Florida 33316 County: BRDWARD License Information License Type: Rank: License Number: Status: Licensure Date: Expires: Special Qualifications civll Alternate Names Professional Engineer Prof Engineer 79901 Current,Active 0913012015 0212012025 Qualification Effective 0913012015 RYAN MONTAG, PE PROFESSIONAL CIVIL ENGINEER Mr. Montag has over nine (9) years' experience in the engineering field with working knowledge of wind uplift calculations, Roof Membranes, Florida Building Code, Miami -Dade Water and Sewer Standards, Drainage Calculations, Force Main Design and inspection, Water, Sewer, and Drainage permitting. EDUCATION Bachelor of Science, Industrial Engineering Pennsylvania State University STATE OF FLORIDA LICENSES Professional Civil Engineer PE76898 WORK EXPERIENCE cap cap government Project Engineer, C.A.P. Government, Inc. 2017 — Present Mr. Montag performs civil site inspections, design, and reviews for CAP's municipal and educational clients. Structural / Forensic Engineer. Destek Engineering, LLC, Fort Lauderdale, FL. 2016 Inspected residential roofs, attics, drainage pipes, water supply lines, floor title cabinetry, ceilings, and walls to analyze structural damage and determine origin, cause, and duration to help settle claims between homeowner and insurance company. Civil Engineer. Leiter, Perez & Associates, Inc., Miami, FL. 2015 — 2016 Specializing in water, sewer, and drainage design for site development. Used hydraulic equations and WASD standards to design drainage systems for two recently constructed building at Fisher Island, FL (PDL Sales Trailer, Mailroom Facility). Generated as -built drawing analysis to determine existing underground utility locations for the route design of a new force main. Civil Engineer. Atlantic & Caribbean Roof Consulting, LLC-Fort Lauderdale, FL. 2006 -2015 Mr. Montag specialized in wind uplift roof attachments and hydrology for roof drainage designs. He was responsible for the calculating the fastener spacing based on uplift pressures and requirements per the Florida Building Code. Performed fastening calculation for woodnailer, drip edge, coping cat, and other roofing components. Mr. Montag has also constructed drainage surveys which include square footage calculations, roof slope analysis and measurements of existing primary and overflow drains scuppers. Mr. Montag oversaw TAS 125 wind uplift testing to determine maximum uplift for product approval certification. He was involved with engineering and wind testing of newly patented pipe prop Ryan Montag, PE Professional Civil Engineer cap cap government adjustable pipe support and served as lightweight concrete inspector to ensure NOA density requirements upon installation. Field Supervisor. US Brick & Block Systems, LLC, Davie FL. 2005 — 2006 Mr. Montag scheduled and oversaw tile and brick paver installations in Broward and Miami -Dade Counties. He reviewed surveys of driveways, pool decks, and patios. Project Manager responsible for the communication between client, installation crews, and corporate office personnel. Ryan Montag, PE Professional Civil Engineer Ryan Montag, PE dbp% ONLINE SERVICES Apply for a License Verity a Licensee View Food & Lodging Inspections File a Complaint Continuing Education Course Search View Application Status Find Exam Information Unlicensed Activity Search AB&T Delinquent Invoice & Activity List Search art ent of U4,JI IL ofessipndl Regulatiou LICENSEE DETAILS Licensee Information Name Main Address: County: License Information License Type: Rank: License Number: Status: Licensure Date: Expires: Special Qualifications Civil Advanced Building Code Course Credit HOME CONTACT US MY ACCOUNT 1 i:34:47 AM 362023 MONTAG, RYAN (Primary Name) 15381 NW 4 STREET PEMBROKE PINES Florida 33028 BROWARD Professional Engineer Prof Engineer 76898 Current,Active 01/17/2014 02128/2025 Qualification Effective 06/18/2012 02117/2019 KRISHNA GANAISHLAL, ENGINEERING INSPECTOR Mr. Ganaishlal has over twenty- six (26) years of experience working as an Engineering Plan Reviewer and Inspector. He reviews engineering designs, surveys, plats, site plans, final record drawings, and as-builts and performs related on -site inspections. EDUCATION Inspector Training and Certification Programs: Broward County Extension Education Division Computer Aided Design and Drafting: Atlantic Vocational Technical Institute Civil Engineering and Land Surveying General Drafting: University of Trinidad & Tobago High School Education St. Francis College, Trinidad SKILLS CADD MicroStation Program Accela Permitting Program Land surveying and levelling equipment Reading and plans and profiles Microsoft Office: Excel & Word Communicates effectively with both contractors and public Certified Stormwater Operator (Florida Stormwater Association) Qualified Stormwater Management Inspector (Erosion and Sedimentation Control) WORK EXPERIENCE Engineering Inspector, C.A.P. Government, Inc. 2022 — Present cap cap government Reviews site plans, engineering designs, surveys, legal descriptions, franchise utility plans and as -built drawings to ensure approval with all applicable requirements. Performs civil engineering inspections of public and private projects for compliance with approved plans, codes and adopted standards. Civil Engineering Technician, City of Plantation, FL 2002 - 2022 • Conducted civil engineering inspections of public and private projects for compliance with plans, codes and adopted standards. • Reviewed and approved site plans, engineering designs, surveys, legal descriptions, franchise utility plans, and as -built drawings. • Conducted and participated in pre -construction meetings with contractors, private developers, and design professionals. • Communicated with various groups and individuals, other departments, consultants, contractors, business owners, City residents & regulatory agencies. • Inspected signage & pavement markings, paving & drainage for compliance. • Assigned addresses for new subdivisions and community sub -divisions and assisted residents. • Investigated engineering deficiencies and encroachments in public right-of-way and City and private properties. • Performed engineering design and drafting (CADD) for City improvement projects. • Completed inspection reports for submittal to regulatory agencies and responded to regulatory requests for information and procedures. Outside Plant Engineer Bell South Engineering (AT&T) Sunrise, FL 1995 - 2002 • Design of aerial buried and underground facilities. • Inspection of related facilities. Krishna Ganaishlal, Engineering Inspector JOSE ABREU, ARBORIST Mr. Abreu has over five (5) years of experience working as an Arborist. He has knowledge in the anatomy of trees and biology to help identify and treat tree diseases. Jose also prepared reports and provided advice and guidance on planting and tree replacement, maintenance, removal, and disposal. EDUCATION Horticulture B.S. University of Puerto Rico CERTIFICATES ISA Certified Arborist - FL 9639 A International Sciety of Arboriculture TRAQ - Tree Risk Assessment Quialification International Society of Arboriculture Tree Care Specialist Tree Care Industry Association CDL Class B Florida Department of Transportation ICS - 0100c FEMA ICS - 0200c WORK EXPERIENCE Arborist, C.A.P. Government, Inc. 2023 — Present Trimming and pruning trees, shrubs, and other woody plants. Frequently climb tree's upper branches using ropes, harnesses, and ladders and by using hand and power tools to remove branches. Prevent infestations and pest -related issues by applying pesticides to trees and shrubs. Supervise planting, ensuring that new trees have room to grow without damaging neighboring areas and that selected tree species will thrive in the surrounding environment. Consulting Utility Arborist, Atlas Field Service Miami, FL. 2023 • Inspected vegetation near power lines. • Oversaw contractors ensuring safe and effective work. • Quality control on vegetation trimmed. • Estimated cost of specifics work request. TRAQ Arborist, Tera Tech, California, Louisiana, & New Mexico 2021 — 2022 • Emergency management response after wildfires. • Assessed hazardous trees post fire damaged. • Worked with interdisciplinary personnel to reach project goals. Disaster Recovery Arborist, Certis Solution, Santa Cruz, California. 2021 • Assessed hazardous trees post fire damaged. • Worked with interdisciplinary personnel to reach project goals. Jose Abreu, Arborist cap government Crew Leader/ Tree Climber, Bartlett Tree Experts, Tallahassee, Florida & Piscataway, New Jersey 2019 - 2021 • Manage a crew of 3 people to accomplish client goals. • Development of leadership. Arborist, A.R.E.C.M.A. Humacao, Puerto Rico 2018 — 2019 • Restore and develop a breadfruit forest. Jose Abreu, Arborist cap government YVONNE LOPEZ PERMIT TECHNICIAN Ms. Lopez has over six (6) years of experience assisting citizens and contractors in Building Department services, and six (6) years of Customer Service experience dealing with the public. EDUCATION American InterContinental University WORK EXPERIENCE cap cap government Permit Technician, C.A.P. Government, Inc. 2014 — Present Works closely with the Building Department to follow up with permits from application to issuance phase. Receives and reviews for completeness/forward contractor registration/application plans and fees to appropriate departments, confirm contractor has current insurance and license Liaison with the public department and contractors Maintain all case files Close & file cases after compliance Record payments and make copies for files Perform excellent customer service for city residents. Provide administrative support to ensure that municipal operations are maintained in an effective, up to date and accurate manner. Maintain files, data entry & record keeping. Administrative Assistant/ Customer Service Support, Miami Custom Pools & Spas 2006 - 2012 • Assist with informative sales calls, daily entry for all office superiors and staff • Monitor daily inspections via websites • Helped gather and prepare material for local business ads for home magazine • Maintain daily logs of customer records and activities • Greet and properly explain showroom to prospect customers • Direct customers to their respective sales representatives, for adequate and fast customer service. • Handled a 16-line switchboard for calls in a timely manner, as well as internet inquiries, record agenda for scheduled conference meetings • Distribute all mail and articles received through mail carriers on a daily basis • Maintain business appointments and schedules for executive staff. • Record and purchase office inventory • Helped plan and coordinate events and seminars for business and vendors. Yvonne Lopez Permit Technician cap cap government Plans Processing & Permit Coordinator, Miami Dade County Building Department 1996 — 2005 Assisted the Division Directors with data entry end results of permit inspections - maintained fire damage reports as well as inspection routes and schedules. • Greeted and directed constituents to the proper departments for further services. • Pioneered successful Cookie Cutter and Master Model plans processing program for selected Developers and Contractors. • Handled backup switchboard and facilitated Department mail between inspectors and staff. • Dispatch control for inspectors on route Coordinated spec permitting for some of Miami -Dade County's yearly events such as Miami Dade County Youth Fair Ericsson Open, special charity events as well as unincorporated Dade County Events Yvonne Lopez Permit Technician FRANCISCO A. ROMAN PERMIT TECHNICIAN WORK EXPERIENCE Mr. Roman has over sixteen (16) years of experience assisting citizens and contractors in Building Department services. He also has excellent customer service, organizational and communication skills. Francisco is proficient at reading blueprints and construction documents. Mr. Roman is proficient in Microsoft Office (Word, Excel, etc) as well as Autodesk, and AutoCAD. EDUCATION Master of Business Administration, Bachelor of Business Administration Finance & International Business Florida International University Associate in Arts Degree Business Administration Miami Dade College High School Diploma Miami Sunset Senior High School cap cap government Permit Technician, C.A.P. Government, Inc. 2022 — Present Works closely with the Building Department to follow up with permits from application to issuance phase. Receives and reviews for completeness/forward contractor registration/application plans and fees to appropriate departments, confirm contractor has current insurance and license Liaison with the public department and contractors Maintain all case files Close & file cases after compliance Record payments and make copies for files Perform excellent customer service for city residents. Provide administrative support to ensure that municipal operations are maintained in an effective, up to date and accurate manner. Maintain files, data entry & record keeping. Salesman, HGreg.com 2021 — 2023 • Out of State Specialist • Top performer • Business Development Center Specialist Salesman, Lehman Buick GMC, Miami, FL. 2011 — 2020 • Excellent Customer Satisfaction • Certified Buick and GMC Brand Specialist • Top performer • Business Development Center Specialist Construction Manager, 3rs Inmobiliaria, San Pedro Sula, HN. 2008 — 2011 • Administration of New Custom Residential Construction • On Site Management, Estimate take off, Project Manager • Material and Contractor Procurement General Contractor, Francisco Roman Construction Corporation, Miami, FL. 1997 — 2008 • Qualified and contracted all work for new residential Construction • Design Build Residential Contractor specializing in shell work • Supervised all trade and finish subcontractors Franciso A. Roman, Permit Technician cap cap government A Bureau Veritas Company TAB 2.4 (3) Recent Certified Payroll C.A.P. Government, Inc.(CAP) Certified Payroll Report Pay Date October 6, 2023 NAME STATUS ASSOCIATE ID JOB TITLE WORKER CATEGORY PAY DATE GROSS PAY Burgess, Robert A -Active 322067 Inspection Associate F - Full Time 10/06/2023 Del Pino, Carlos A -Active 322094 Field Services Director F - Full Time 10/06/2023 Ferrer, Laura A -Active 322115 Technical Engineer F - Full Time 10/06/2023 Ganaishlal, Krishna A -Active 322124 Technical Engineer F - Full Time 10/06/2023 Karickhoff, Owen A -Active 322153 Technical Engineer F - Full Time 10/06/2023 Lopez, Yvonne A -Active 322166 Plans Support F - Full Time 10/06/2023 Mckay, Michael Anthony A -Active 762305 Inspection Associate F - Full Time 10/06/2023 Montag, Ryan A -Active 322190 Technical Engineer F - FuII Time 10/06/2023 Nediani, Giuseppe A -Active 322196 Technical Engineer F - FuII Time 10/06/2023 Penin, Carlos A -Active 322206 President F - Full Time 10/06/2023 Sanchez, Antonio A -Active 322242 Plans Support F - FuII Time 10/06/2023 Soto Abreu, Jose Manuel A -Active 765104 Technician 8601 F - FuII Time 10/06/2023 Valido, Oscar A -Active 322268 Inspection Associate F - FuII Time 10/06/2023 Roman, Francisco A -Active 322236 Permit Coordinator F - Full Time 10/6/2023 cap cap government A Bureau Veritas Company Addendum & Attachment A Tau of 4iiintrti ANNIE PEREZ, CPPO Director of Procurement ARTHUR NORIEGA V. City Manager ADDENDUM NO. 1 IFB No. 1664387 October 3, 2023 Invitation For Bid ("IFB") for Plans Review, Inspection and Professional Services TO: ALL PROSPECTIVE BIDDERS: The following changes, additions, clarifications, and deletions amend the IFB documents of the above captioned IFB and shall become an integral part of the Contract Documents. Deletions of contract language will be specified herein. Bold words and/or figures shall be added. The remaining provisions are now in effect and remain unchanged. Please note the contents herein and reflect same on the documents you have on hand. A. The IFB's closing date and time has been changed to Friday, October 13, 2023, at 3:00 P.M. B. The following are inquiries received from Prospective Bidders and the City's corresponding responses: Q1. Can a structural engineering firm provide all required services in-house, or they will need a team to cover the City's service requirements? Al. Yes, the firm can provide the services in-house. Q2. As per Section 2.4, subsection 3 of the IFB, Bidder's Minimum Qualifications, "All staff must be employed with the Bidder, the most recent certified payroll shall be submitted with Bid." Will the City accept certified payrolls with employee names redacted? The Bid response is subject to public record laws, disclosing employee names and their associated payroll information could potentially expose the firm's staff to other potential employers. A2. The names can not be redacted; however, the social security numbers and compensation information can be redacted. Q3. If the City is unwilling to accept certified payrolls with redacted names, can salary amounts be redacted per employee? A3. Yes, the compensation information including salaries can be redacted. Q4. What number should the vendor place on the 'item response form' box: the hourly rate or the extended price (hours multiplied the hourly rate)? A4. The Bidder shall provide the hourly rate for each qualified staff directly on Bidsync platform. Q5. Does a vendor without local office in the City of Miami need to include the local office form? A5. No, vendors that do not have a local office in the City of Miami are not required to include the local office form. ALL OTHER TERMS AND CONDITIONS OF THE IFB REMAIN THE SAME. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE IFB AND SHALL BE MADE A PART THEREOF. Annie Perez, CPPO Director/Chief Procurement Officer City of Miami Procurement Department AP:cl cc. Larry Spring, CPA, Assistant City Manager, Chief Financial Officer Juvenal Santana, P.E., CFM, Director of Department of Resilience and Public Works Asael Marrero, Director of Building Department Yadissa A. Calderon, CPPB, NIGP-CPP, Assistant Director, Department of Procurement This Addendum shall be signed by an authorized representative and dated by the Bidder and submitted as proof of receipt with the submission of the Bid. NAME OF FIRM: C.A.P. GoDATE: 10/03/2023 SIGNATURE: City of Miami Solicitation 1664387 ATTACHMENT A CITY OF MIAMI LIVING WAGE ORDINANCE ARTICLE X. - LIVING WAGE REQUIREMENTS FOR SERVICE CONTRACTS AND CITY EMPLOYEES[9] Footnotes: --- (9) --- Nee— Section 5 of Ord. No. 12787 states that this article shall be effective October 1, 2006. Editor's note— Prior to the adoption of Ord. No. 12787, Ord. No. 12623, § 2, adopted December 9, 2004, repealed article X, divisions 1-4, in its entirety, which pertained to the economic development financing authority and derived from Ord. No. 12062, § 3, adopted May 10, 2001. Sec. 18-556. - Definitions. City means the government of the City of Miami or any authorized agents, any board, agency, commission, department, or other entity thereof, or any successor thereto. Contract means any contract to provide services to the city in which the total value of the contract exceeds $100,000.00 per year. Contractor means any "for profit" individual, business entity, corporation, partnership, limited liability company, joint venture, or similar business entity which meets the following criteria: (1) The contractor is paid in whole or part from one or more of the city's general funds, capital project funds, special revenue funds, or any other funds, including, but not limited to, grants, donations, and the like, whether by competitive bid process, requests for proposals, or some other form of competitive solicitation, negotiation, or agreement, or any other decision to enter into a contract; and (2) The contractor is engaged in the business of or part of a contract to provide services for the benefit of the city. This section shall apply to employees of the contractor who spend the majority of their time on covered City of Miami service contracts. If the contract is for both goods and services it shall only apply to the services portion of such contract. This section shall not apply to contracts which are primarily for the sale or leasing of goods. Goods are defined in section 18-73 of the City Code. Covered employee means anyone employed by the city working more than 35 hours per week or any service contractor employee, working full or part-time, with or without benefits, that is involved in providing services under the service contractor's contract with the city. Covered employer means the city and any and all service contractors and subcontractors of a service contractor. Living wage means a wage that is as defined in section 18-557 of this Code. The living wage may be adjusted once annually by an amount equivalent to the cost of living adjustment for Miami -Dade County as published by the United States Department of Labor, Bureau of Labor Statistics. Language so stating will be included in all request for proposals, or other competitive solicitation documents, issued by the city for the procurement of services (unless the living wage provisions are excluded as provided in section 18-557 herein). New service contracts means those having contracts competitively solicited and awarded on or after January 1, 2017. Page 1 9/13/2023 6:02 AM p. 50 City of Miami Solicitation 1664387 Service contract means a contract to provide services to the city excluding, however, professional services as defined by the "Consultants Competitive Negotiation Act" set forth in F.S. § 287.055, and section 18-87 of the City Code and/or the other exclusions provided by section 18-557 of the City Code. (Ord. No. 12787, § 2, 4-6-06; Ord. No. 13648, § 2, 11-17-16) Sec. 18-557. - Living wage. (a) Living wage paid. (1) New service contractors. All new service contracts shall pay to all its employees who provide covered services a living wage of no less than $15.00 per hour without health benefits; or a wage of no less than $13.19 an hour with health benefits as defined in this section unless otherwise excluded pursuant to this article. (2) Existing service contracts. Service contracts awarded and effective or competitively solicited prior to January 1, 2017, shall not be subject to the payment of the living wage set forth in this section and shall continue to be governed by the terms and conditions of the respective solicitation and resulting contractual documents, when applicable. The living wage provisions shall apply to all contracts covered by this section unless specifically excluded by one or more subsections below: a. The living wage provision is disallowed by a federal or state law or regulation, grant requirements, or by a contract the city is accessing by "piggybacking", and which contract does not include a living wage provision; b. Funding sources for the contract disallow the living wage provision or provide contradictory funding requirements, or are contained in a contract awarded or solicited prior to the effective date of January 1, 2017, and which contract includes renewals or extensions; c. Professional service contracts awarded under the "Consultants Competitive Negotiation Act", F.S. § 287.055, for the professional services within the scope of the practice of architecture, professional engineering, landscape architecture, registered surveying, and/or mapping; d. The living wage provision is waived by the city commission by resolution, prior to issuance of the competitive solicitation document, upon written recommendation of the city manager or authorized designee, when the city commission finds it is in the best interest(s) of the city to approve such waiver, in which case the living wage provision shall not apply in the competitive solicitation document; or e. All responsible wage construction contracts covered by section 18-120 of this Code. (4) City employees. For covered employees of the city, the city will begin to pay the living wage on a phase - in basis over a nine-year period beginning with the 2006-2007 city budget year to be implemented in the 2014-2015 fiscal year. The city manager, in his sole discretion, without further city commission approval, shall have the option to consider whether it is in the city's best interest to complete the phase -in payment of living wage to city employees on a four-year period. Thereafter, the living wage to be paid by the city shall be subject to negotiations within the collective bargaining structure. (b) Health benefits; eligibility period. For a covered employer to comply with this article by choosing to pay the lower wage scale available when a covered employer also provides a standard health benefit plan, such health benefit plan shall consist of a payment of at least $1.81 per hour toward the provision of health benefits for covered employees and their dependents and shall be approved by the city. If the health benefit plan of the covered employer requires an initial period of employment for a new employee to be eligible for health benefits (the "eligibility period"), a covered employer may qualify to pay the $13.19 per hour wage scale for a term not to exceed the new employee's eligibility period, provided the new employee will be paid health benefits upon completion of the eligibility period, which period shall not exceed 90 days. (c) Certification required before payment. Any and all service contracts subject to this article shall be void, and no funds may be released, unless prior to entering any such contract with the city, the service contractor certifies to the city that it will pay each of its covered employees no less than the living wage. A copy of this Page 2 (3) 9/13/2023 6:02 AM p. 51 City of Miami Solicitation 1664387 certificate must be made available to the public upon request. The certificate, at a minimum, must include the following: (1) The name, address, and phone number of the employer, a contact person, and the specific project for which the service contract is sought; (2) The amount of the service contract and the city department the contract will serve. (3) A brief description of the project or service provided; (4) A statement of the wage levels for all covered employees; and (5) A commitment to pay all covered employees the living wage. (d) Observation of other laws. Every covered employee shall be paid without subsequent deduction or rebate on any account (except as such payroll deductions as are directed or permitted by law or by a collective bargaining agreement). The service contractor shall pay covered employees wage rates in accordance with federal and all other applicable laws such as overtime and similar wage laws. (e) Posting. A copy of the living wage rate shall be kept posted by the service contractor subject to this article, at the site of the work in a prominent place where it can easily be seen and read by the covered employees and shall be supplied to such employees within a reasonable time after a request to do so. Additionally, service contractors subject to this article, shall furnish a copy of the requirements of this article to any entity submitting a bid for a subcontract on any service contract subject to this article. Posting requirements will not be required where the service contractor subject to this article, prints the following statements on the front of the covered employee's first paycheck and every six months thereafter. "You are required by the City of Miami Living Wage Ordinance to be paid a living wage. If you do not believe you are being paid at the living wage rate, contact your employer, an attorney, or the City of Miami." All notices will be printed in English, Spanish and Creole. (f) Collective bargaining. Nothing in this article shall be read to require or authorize any service contractor subject to this article, to reduce wages set by a collective bargaining agreement or as required under any prevailing wage law. (Ord. No. 12787, § 2, 4-6-06; Ord. No. 13110, § 2, 10-22-09; Ord. No. 13405, § 2, 9-26-13; Ord. No. 13648, § 2, 11-17-16) Sec. 18-558. - Implementation. (a) Maintenance of payroll records. Each service contractor to which living wage requirements apply, as described in this article, shall maintain payroll record for all covered employees and basic records relating thereto and shall preserve them for a period of three years from the date of termination or expiration of the service contract. The records shall contain: (1) The name and address of each covered employee; (2) The job title and classification; (3) The number of hours worked each day; (4) The gross wages earned and deductions made; (5) Annual wages paid; (6) A copy of the social security returns and evidence of payment thereof; (7) A record of fringe benefit payments including contributions to approved plans; and (8) Any other data or information the city shall require from time to time. (b) Reporting payroll. Every six months, the service contractor to which living wage requirements apply, as described in this article, shall file with the city's procurement director a listing of all covered employees together with a certification of compliance with this article. Upon request from the city, the service contractor shall produce for inspection and copying its payroll records for any or all of its covered employees for any Page 3 9/13/2023 6:02 AM p. 52 City of Miami Solicitation 1664387 period covered by the service contract. The city may examine payroll records as needed to ensure compliance. (Ord. No. 12787, § 2, 4-6-06; Ord. No. 13110, § 2, 10-22-09) Sec. 18-559. - Compliance and enforcement. (a) Service contractor to cooperate. The service contractor shall permit city employees, agents, or representatives to observe work being performed at, in or on the project or matter for which the service contractor has a contract. The city representatives may examine the books and records of the service contractor relating to the employment and payroll of covered employees and may survey covered employees to determine if the service contractor is in compliance with the provisions of this article. (b) Complaint procedures and sanctions. An employee who believes that he/she is a covered employee of a service contractor and that the service contractor is or was not complying with the requirements of this article has a right to file a complaint with the procurement director of the city. Such complaints may be made at any time and shall be investigated within a reasonable period of time by the city. Written and oral statements by any such employee shall be treated as confidential and shall not be disclosed without the written consent of the employee to the extent allowed by the Florida Statutes. (c) Private right of action against service contractor. Any covered employee or former covered employee of a service contractor may, instead of utilizing the city administrative procedure set forth in this article, but not in addition to such procedure, bring an action by filing suit against the service contractor in any court of competent jurisdiction to enforce the provisions of this article and may be awarded back pay, benefits, attorney's fees, and costs. The applicable statute of limitations for such a claim will be two years as provided in F.S. § 95.11(4)(c) as may be amended from time to time for an action for payment of wages. The court may also impose sanctions on the service contractor, including those persons or entities aiding or abetting the service contractor, to include wage restitution to the affected covered employee and damages payable to the covered employee in the sum of up to $500.00 for each week the service contractor is found to have violated this article. (d) Sanctions against service contractors. For violations of this article, the city shall sanction a service contractor by requiring the service contractor to pay wage restitution at its expense for each affected employee. The city may also sanction the service contractor in at least one of the following additional ways: (1) The city may impose damages in the sum of $500.00 for each week for each covered employee found to have not been paid in accordance with this article; (2) The city may suspend or terminate payment under the service contract or terminate the contract with the service contractor; and The city may declare the service contractor ineligible for future service contracts for three years or until all penalties and restitution have been paid in full, whichever is longer. In addition, any employer shall be ineligible for a service contract where principal officers of such employer were principal officers of a service contractor who has been declared ineligible under this article. (4) If the contract has been awarded under the city procurement ordinance, the city may debar or suspend the contractor as provided therein. (e) Public record of sanctions. All such sanctions recommended or imposed shall be a matter of public record. (f) Sanctions for aiding and abetting. The sanctions contained in this article shall also apply to any party or parties aiding and abetting in any violation of this article. Retaliation and discrimination barred. A service contractor shall not discharge, reduce the compensation, or otherwise discriminate against any covered employee for making a complaint to the city, or otherwise asserting his or her rights under this article, participating in any of its proceedings or using any civil remedies to enforce his or her rights under this article. Allegations of retaliation or discrimination, if found true in a city administrative proceeding or by a court of competent jurisdiction, shall result in an order of restitution and reinstatement of a discharged covered employee with back pay to the date of the violation or such other relief as deemed appropriate. (3) (g) Page 4 9/13/2023 6:02 AM p. 53 City of Miami Solicitation 1664387 (h) Remedies herein non-exclusive. No remedy set forth in this article is intended to be exclusive or a prerequisite for asserting a claim for relief to enforce the rights under this article or in a court of law. This article shall not be construed to limit an employee's right to bring a common law cause of action for wrongful termination. (Ord. No. 12787, § 2, 4-6-06; Ord. No. 13648, § 2, 11-17-16) Sec. 18-560. - Employers receiving direct tax abatement or subsidy. The city reserves the right to impose the living wage requirements of this article on or after January 1, 2017 on any employer as a condition of that employer receiving a direct tax abatement or subsidy from the city. (Ord. No. 13648, § 2, 11-17-16) Secs. 18-561-18-599. - Reserved. Page 5 9/13/2023 6:02 AM p. 54 rrry RAIAMI, FLOP' INVITATION TO BID IFB Number: 1664387 P M M CONSULTING ENGINEERS Table of Contents Certification Statement Letter of Interest Firm's DBPR Team Matrix Certified Payroll Resumes, Certifications, and Licenses Confirmation of Good Standing with the City Litigation History p M M CONSULTING ENGINEERS CITY OF MIAMI, FLORIDA INVITATION TO BID PLANS REVIEW, INSPECTION AND Professional SERVICES IFB Number: 1664387 Certification Statement p M M CONSULTING ENGINEERS CITY OF MIAMI, FLORIDA INVITATION TO BID PLANS REVIEW, INSPECTION AND Professional SERVICES IFB Number: 1664387 Certification Statement Please quote on this form, if applicable, net prices for the item(s) listed. Return signed original and retain a copy for your files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or reject all or any part of this submission. Prices should be firm for a minimum of 180 days following the time set for closing of the submissions. In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices. We (I) certify that we have read your solicitation, completed the necessary documents, and propose to furnish and deliver, F.O.B. DESTINATION, the items or services specified herein. The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations, or debarred or suspended as set in section 18-107 or Ordinance No. 12271. All exceptions to this submission have been documented in the section below (refer to paragraph and section). EXCEPTIONS: We (I) certify that any and all information contained in this submission is true; and we (I) further certify that this submission is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a submission for the same materials, supplies, equipment, or service, and is in all respects fair and without collusion or fraud. We (I) agree to abide by all terms and conditions of this solicitation and certify that I am authorized to sign this submission for the submitter. Please print the following and sign your name: PROPOSER NAME: PMM Consulting Engineers. Corp (PMMCE) ADDRESS: 6262 Bird Rd., Suite 2D, Miami, Florida 33155 PHONE: 305-661-9918 Ext. 1201 FAX: 305-675-2350 EMAIL: Pam1@pmmce.com CELL(Optional): 305-215-8179 SIGNED BY: Paul Martinez TITLE: President DATE: October 6th, 2023 FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM SHALL DISQUALIFY THIS RESPONSE. Certifications Legal Name of Firm: PMM Consulting Engineers, Corp. Entity Type: Partnership, Sole Proprietorship, Corporation, etc. Florida Corporation Year Established: 1987 Address, City, State, Zip, Contact Name, Contact Tittle, Phone, Fax, Email: 6262 Bird Road, Suite 2D, Miami, FL 33155 / Paul Martinez, PE, President / 305-661-9918 ext.1201 Fax: 305-675-2350 / Email: paml@pmmce.com Federal Employer Identification ("FEIN/EIN") Number: 59-2826347 Office Location: City of Miami, Miami -Dade County, or Other City of South Miami, Miami -Dade County Business Tax Receipt/ Occupational License Number: #24-17-00011855. #24-17-00011856, #5326129, and #5326145 Business Tax Receipt/ Occupational License Issuing Agency: City of South Miami and Miami -Dade County Business Tax Receipt/ Occupational License Expiration Date: 09-20-2024 Will Subcontractor(s) be used? (Yes or No) Yes If subcontractor(s) will be utilized, provide their name, address and the portion of the work they will be responsible for under this contract (a copy of their license(s) must be submitted with your bid response). If no subcontractor(s) will be utilized, please insert N/A.: Please see following page for the response Please list and acknowledge all addendum/addenda received. List the addendum/addenda number and date of receipt (i.e. Addendum No. 1, 1/1/23). If no addendum/addenda was/were issued, please insert N/A. Addendum No. 1, 10/03/23 Reference No. 1: Name of Company/Agency for which Bidder is currently providing the services/goods as described in this solicitation, or has provided such services/goods in the past: Please see attached list. Tau a# gnimi ANNIE PEREZ, CPPO Director of Procurement ARTHUR NORIEGA V. City Manager ADDENDUM NO. 1 IFB No. 1664387 October 3, 2023 Invitation For Bid ("IFB") for Plans Review, Inspection and Professional Services TO: ALL PROSPECTIVE BIDDERS: The following changes, additions, clarifications, and deletions amend the IFB documents of the above captioned IFB and shall become an integral part of the Contract Documents. Deletions of contract language will be specified herein. Bold words and/or figures shall be added. The remaining provisions are now in effect and remain unchanged. Please note the contents herein and reflect same on the documents you have on hand. A. The IFB's closing date and time has been changed to Friday, October 13, 2023, at 3:00 P.M. B. The following are inquiries received from Prospective Bidders and the City's corresponding responses: Q1. Can a structural engineering firm provide all required services in-house, or they will need a team to cover the City's service requirements? Al. Yes, the firm can provide the services in-house. Q2. As per Section 2.4, subsection 3 of the IFB, Bidder's Minimum Qualifications, "All staff must be employed with the Bidder, the most recent certified payroll shall be submitted with Bid." Will the City accept certified payrolls with employee names redacted? The Bid response is subject to public record laws, disclosing employee names and their associated payroll information could potentially expose the firm's staff to other potential employers. A2. The names can not be redacted; however, the social security numbers and compensation information can be redacted. Q3. If the City is unwilling to accept certified payrolls with redacted names, can salary amounts be redacted per employee? A3. Yes, the compensation information including salaries can be redacted. Q4. What number should the vendor place on the 'item response form' box: the hourly rate or the extended price (hours multiplied the hourly rate)? A4. The Bidder shall provide the hourly rate for each qualified staff directly on Bidsync platform. Q5. Does a vendor without local office in the City of Miami need to include the local office form? A5. No, vendors that do not have a local office in the City of Miami are not required to include the local office form. ALL OTHER TERMS AND CONDITIONS OF THE IFB REMAIN THE SAME. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE IFB AND SHALL BE MADE A PART THEREOF. Annie Perez, CPPO Director/Chief Procurement Officer City of Miami Procurement Department AP:cl cc. Larry Spring, CPA, Assistant City Manager, Chief Financial Officer Juvenal Santana, P.E., CFM, Director of Department of Resilience and Public Works Asael Marrero, Director of Building Department Yadissa A. Calderon, CPPB, NIGP-CPP, Assistant Director, Department of Procurement This Addendum shall be signed by an authorized representative and dated by the Bidder and submitted as proof of receipt with the submission of the Bid. NAME OF FIRM: PMM Consulting Engineers, Corp. SIGNATURE: -'[ DATE: 10-09-2023 Reference No. 1: Address, City, State, and Zip for above reference company/agency listed: Please see attached list. Reference No. 1: Name of Contact Person, Telephone Number and Email for above reference No. 1 Please see attached list. Reference No. 1: Date of Contract or Sale for above reference No. 1 Please see attached list. Reference No. 2: Name of Company/Agency for which Bidder is currently providing the services/goods as described in this solicitation, or has provided such services/goods in the past: Please see attached list. Reference No. 2: Address, City, State, and Zip for above reference company/agency listed: Please see attached list. Reference No. 2: Name of Contact Person, Telephone Number and Email for above reference No. 2 Please see attached list. Reference No. 2: Date of Contract or Sale for above reference No. 2 Please see attached list. Reference No. 3: Name of Company/Agency for which Bidder is currently providing the services/goods as described in this solicitation, or has provided such services/goods in the past: Please see attached list. Reference No. 3: Address, City, State, and Zip for above reference company/agency listed: Please see attached list. Reference No. 3: Name of Contact Person, Telephone Number and Email for above reference No. 3 Please see attached list. Reference No. 3: Date of Contract or Sale for above reference No. 3 Please see attached list. If Bidder has a Local Office, as defined under Chapter 18/Article III, Section 18-73 of the City Code, has Bidder filled out, notarized, and included with its bid response the "City of Miami Local Office Certification" form? YES OR NO? No PMM Consulting Engineers, Corp. If subcontractor(s) will be utilized, provide their name, address and the the portion of the work they will be responsible for under this contract (a copy of their license(s) must be submitted with your bid response): (licenses included in "Team Licenses) section) Adolfo Gonzalez, PE 2050 Coral Way, Suite 502, Miami, FL 33145 Role: Structural Plan Review DEV and Associated, LLC Elisa Vera 4551 SW 135 Avenue, Miami, FL 33175 Role: Document reviews for special projects CME Consulting LLC Ingrid Balsa 1122 NE 91 Street, Miami, FL 33138 Role: Performs plan reviews for the Zoning Department DOVA Architecture LLC German Brun 2147 NE 123 St., North Miami, FL 33181 Role: Building Plans Review RC Coast Rafael Gonzalez 813 Madrid St., Coral Gables, FL 33134 Role: Performs plan review and building inspections for the Building Department EPIC BCS Jorge Hernandez 5921 SW 35 Street, Miami, FL 33155 Role: Performs plan reviews and building inspections for the Building Department References Asael Marrero — Director of Building City of Miami Building Department 444 SW 2nd Ave — Fourth Floor Miami, Florida 33130 305-416-1102 05/2017 to Present Maurice Pons — Chief of Inspection Services City of Miami Building Department 444 SW 2nd Ave — Fourth Floor Miami, Florida 33130 08/2012 to Present Tamara Frost — Assistant Director City of Miami Zoning Department 444 SW 2nd Ave — Second Floor Miami, Florida 33130 305-416-1493 05/2017 to Present PM M CONSULTING ENGINEERS Lakisha Hull - Director City of Miami Office of Planning 444 SW 2nd Ave — Third Floor Miami, Florida 33130 305-416-1417 05/2017 to Present Juvenal Santana - Director City of Miami Public Works Department 444 SW 2nd Ave — Eight Floor Miami, Florida 33130 305-416-1200 05/2017 to Present Mariano Fernandez — Former Director of Building MVF Consulting Group 6337 Bird Rd. Miami, Florida 33155 305-412-6201 08/2012 to Present CITY OF MIAMI, FLORIDA INVITATION TO BID PLANS REVIEW, INSPECTION AND Professional SERVICES IFB Number: 1664387 Letter of Interest p M M CONSULTING ENGINEERS CITY OF MIAMI, FLORIDA INVITATION TO BID PLANS REVIEW, INSPECTION AND Professional SERVICES IFB Number: 1664387 October 6th, 2023 Ms. Cristiane Lima City of Miami 3500 Pan American Drive Miami, FL 33133 US Re: IFB Number: 1664387 Title: Invitation for Bid for Plans Review, Inspection and Professional Services Dear Ms. Lima: PMM Consulting Engineers, Corp. (PMMCE) is pleased to submit our qualifications to provide the City of Miami with the required Professional services for Plans Review, and Inspections Services. PMMCE has been incorporated in the State of Florida since 1987 with the same FEIN, and our founder and Engineer of Record, Mr. Paul A. Martinez, PE has been a licensed Florida engineer since 1990. PMMCE has been working in the City of Miami for the past twelve years providing the services needed under the prior contract for Plans Review and Inspection services. During this time, we have demonstrated the level of quality services that our firm provides and the candidates to fill the various positions. These have included at a minimum: Building Department • Administration • IQC (Integrated Quality Control) • Building (Plans • Microfilm Reviewer) • Permit Counter • Call Center • Private Provider • Flood Department • Special Events • Inspections • Structural • Unsafe Office Planning Public Works Zoning The personnel we are providing have the hands-on experience, knowledge, and educational background required for the assignments to be issued via this contract as demonstrated in this qualification package. p M M CONSULTING ENGINEERS CITY OF MIAMI, FLORIDA INVITATION TO BID PLANS REVIEW, INSPECTION AND Professional SERVICES IFB Number: 1664387 October 6th, 2023 City of Miami Page Two Should you have any questions please do not hesitate to contact me at: 305-661-9918 Ext. 1201. We look forward to the opportunity to provide the City of Miami with the required personnel for this contract. Sincerely, 1 Paul A. Martinez, PE President p M M CONSULTING ENGINEERS CITY OF MIAMI, FLORIDA INVITATION TO BID PLANS REVIEW, INSPECTION AND Professional SERVICES IFB Number: 1664387 Firm's DBPR Corporate Charter and Department of Professional Regulation State of Florida Department ent of State I certify from the records of this office that PhINI CONSULTING ENGINEERS- CORP. is a corporation organized under the laws of the State of Florida. filed on July 16, 1987. The document number of this corporation is M55656. I further certify that said corporation has paid all fees due this office through December 31, 2023 that its most recent annual report`uniforhn business report was filed on January 18, 2023. and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under inc hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Eighteenth day of January, 2023 Strcrim u3' nf. late Tracking *;ember: 53112e365K C To authenticate this cert$cate,tisit the foUowiog site,enter This number, and then follow the instructions displayed. hops:iisersices.suubiz.orffilingsie rti5cace66tatnsiCerlifirateAntLeortration PMMCONSULTING ENGINEERS CITY OF MIAMI, FLORIDA INVITATION TO BID PLANS REVIEW, INSPECTION AND Professional SERVICES IFB Number: 1664387 THE OFFICIAL SITE OF THE FLORIDA DEPARTMENT OF BUSINESS & PROFESSIONAL REGULATION dbpr ONLINE SERVICES Department t of Business &rcf & ofessirxtal Apply for a License Verify a Licensee View Food & Lodging Inspections File a Complaint Continuing Education Course Search View Application Status Find Exam Information Unlicensed Activity Search AB&T Delinquent Invoice &Activity List Search LICENSEE DETAILS Licensee Information Name: Main Address: County: HOME CONTACT US MY ACCOUNT 9:54:27AM 9/23/2023 PMM CONSULTING ENGINEERS, CORP. (Primary Name) 6262 BIRD RD., SUITE 2 D MIAMI Florida 33156 DADE License Information License Type: Rank: License Number: Status: Licensure Date: Expires: Special Qualifications Engineering Business Registry Registry 9135 Current 01116/2002 Alternate Names Qualification Effective View Related License Information View License Complaint PM M CONSULTING ENGINEERS CITY OF MIAMI, FLORIDA INVITATION TO BID PLANS REVIEW, INSPECTION AND Professional SERVICES IFB Number: 1664387 Team Matrix p M M CONSULTING ENGINEERS CITY OF MIAMI, FLORIDA INVITATION TO BID PLANS REVIEW, INSPECTION AND Professional SERVICES IFB Number: 1664387 PM M CONSULTING ENGINEERS tiJ o6 5Q-CP oa Q\` . cP Fes° dJ 0�5 o°�a\°a oJ��°` °,tea°` °e moo` F�c° �v oQ \O �� o o5Q° �� �\°�° Qe,�� Q``,,b. �Q°°tea ���°�� J��a', Employee Employee e of Ex Adolfo Gonzalez Performs Plans Review for the Structural Department 25 years • Aisja Paulk Integrated Quality Control duties to validate plans submitted verifying for completeness by assuring that signature and digital stamp are accurate 9 years • Alejandro Carrillo Integrated Quality Control duties to validate plans submitted verifying for completeness by assuring that signature and digital stamp are accurate 3 years • Alejandro Mirabal Digitizing all old Microfilm documents as they relate to Building Department 4 years • Alejandro Palacio Perform inspections to validate/confirm that inspections are being performed by Private Provider 10 years • Allison Adams Performs Administrative duties for the Department 1 year • m m CONp SULTING ENGINEERS �6\ c\ PQ\a Va c\� • c\� a°� • a\ <2) Q)�Qom.J oy „te• 6�� ,P0�e m�� c;ae o�a ,o�o`�goQoa � a 6 � c �ooSQc) c0� ocDQ, ,O�s F\ . * Qo Q05Jc• Q0k5 Q c\( • c\( • c\( • c\C a°a°� • c\C a°� a°( °` . e3O \ \\teG�. emsQJ<�<b�om<* <2i <�0 QJ'12 Employee Employee Year of Ex 1 Amanda Perez Integrated Quality Control duties to validate plans submitted verifying for completeness by assuring that signature and digital stamp are accurate 4 years • Angela Rolle Integrated Quality Control duties to validate plans submitted verifying for completeness by assuring that signature and digital stamp are accurate 1 year • Angelo Raggio Assist in directing client calls to the pertinent Departments, addressing questions & concerns to residents/customers with respect to Building Permits 22 years • Anni Ordenana Performs Plans Reviews for ROW (Right of Way) utility plans 13 years • April Hill Assist in directing client calls to the pertinent Departments, addressing questions & concerns to residents/customers with respect to Building Permits 18 years • Armando Antonini Perform inspections to validate/confirm that inspections are being performed by Private Provider Over 30 years • PM M CONSULTING ENGINEERS °��° Pa <e. ca a,°� a,°� a,°� a,°� J� J, J, J, o� J�°� o�� %°°' 4\ 63 e per° a �Qm 0•� t,� (< 4° . * Qe Q`� 5Q 5� \° Qom° °�`kE p�,m a,°� a,°� a,°� a,°� a,°� a,°� a,°� a,°� �°` ��� tea J, J, J, J, J, J, J, J,&. , J� of Employee Employee ea of Ex Ashley Hernandez Provide assistance to residents/customers which have received unsafe notices for work without existence or active permits 5 years • Brallan Betancourt Provide assistance to residents/customers which have received unsafe notices for work without existence or active permits 4 years • Carlos Vasquez Performs Plans Review for the Flood Plain Department Over 30 years • Carolina Martinez Performs Administrative duties for the Chief Inspector and provides assistance to residents/customers with respect to Building inspections 2 years • David Alvarez Assist in directing client calls to the pertinent Departments, addressing questions & concerns to residents/customers with respect to Building Permits 24 years • Elisa Vera Performs document review for the Special Project Department Over 25 years • PM M CONSULTING ENGINEERS `e\ea o`er ae� ec``e � e�`' �` e�oc\ ��e� e\� .c'eo �eQ�e o� �, o�a a,q, �o°Oe'Cr �e�• °5Q \�V �`o� Qe, ‹R �Qe coo Jc5 Q\Q„ .�0OeQmt. Employee Employee Year, of Ex Elizabeth Munoz Performs Plans Review for the Zoning Department Over 25 years • Enrique Martinez Assist in directing client calls to the pertinent Departments, addressing questions & concerns to residents/customers with respect to Building Permits 4 years • Gabriel R. Gonzalez Performs Administrative duties for the Building Department 1 year • German Brun Performs Plans Review for the Building Department Over 25 years • Gonzalo Briz Integrated Quality Control duties to validate plans submitted verifying for completeness by assuring that signature and digital stamp are accurate Over 30 years • Greimy Valdes Digitizing all old Microfilm documents as they relate to Building Department 4 years • M G CONSULTINPM ENGINEERS \e�et Pam Q\`D� �a� tee. Ce, OJ`ae` ,ems\0 �Q@�'� �Q',�'�. t 0 `e\ea J�\et • 6. <<\ee 4\ \P- �\G�e Qe. .,R �QeG c.3 . \ c's Q\rt," e`c.0 e„ra Employee Employee Year of Ex Ingrid Balza Performs Plans Review for the Zoning Department Over 25 years • Janicelys Segarra Provides Administrative duties in the Special Project Department 6 years • Jennifer Molina Assist in directing client calls to the pertinent Departments, addressing questions & concerns to residents/customers with respect to Building Permits 4 years Jorge Hernandez Performs Plans Review as well as Inspections for the Building Department Over 30 years • • Leonardo Haddad Integrated Quality Control duties to validate plans submitted verifying for completeness by assuring that signature and digital stamp are accurate 28 years • Libia Rolando Performs administrative duties for Private Provider Over 30 years • M G CONSULTINPM ENGINEERS °` Pa Q`a Va 9, OJ. Off* ,� o� a�°a tee` •,a°` o\� ,a• F` �° �a , Q° Q�� co,, 5 J° �Q\,b. ,kE5 O„Q`- O�� OJT OJT OJ. OJT OJT Op. OJ. 0, <e. 12 Employee Employee Year, of Ex Liliana Collazo Arteaga Provide assistance to residents/customers which have received unsafe notices for work without existence or active permits 15 years • Luis F Morales Melchor Provide assistance to residents/customers which have received unsafe notices for work without existence or active permits 20 years • Luis Morlote Assist customers at the Permit Counter as well as some administrative duties 1 year • Maria Felix Exposito Digitizing all old Microfilm documents as they relate to Building Department 3 years • Matthew Kramp Performs Inspections for ongoing ROW (Right of Way) Beautification Projects 7 years • Michel Alfonso Performs QC/QA reviews for Plans submitted by Private Providers Over 25 years • M G CONSULTINPM ENGINEERS `• e�0� a�Q� • cs, a�°� a�°� 9, 9J� .�* ,� ocp 5 `a�0a J��e� OJ•�aO` ,e�`0 QQ0� �Q'�'� a�Q< a�°� ate°' ate°' a�Q' a�Qc a�Qc a°c �,z��� ,�� .�� 9J� <J� 9J� .J� �J� <p. .J* 0, <e. ,boo Employee Employee Year, sf Ex Nairobis Perez Villalobos Performs plans review for Building Dept on projects related to ROW (Right of Way) 10 years • Nancy Aguilar Digitizing all old Microfilm documents as they relate to Building Department 36 years • Nicole Bailey Assist in directing client calls to the pertinent Departments, addressing questions & concerns to residents/customers with respect to Building Permits 16 years • Norma Roca Chaviano Performs Plans Reviews for ROW (Right of Way) utility plans 10 years • Rafael Gonzalez Performs Plans Review as well as Inspections for the Building Department Over 20 years • • Raquel Vega Assist customers at the Permit Counter 23 years • M G CONSULTINPM ENGINEERS `e�e� ,0 5�e, Ge�\e Pam Q\a° 0`a� a�O� a�O< a�cA•a�O� o� 5 `area J�\e� °ae, ,e��5 eQa��` ��e�,� a e°�°� ���e°� (<\ • .'° ;s:R : (c, ���a �e �`oO eQa� ec,� �\°° \�5Q . �`.°�° Cz •c2 co co \' �Q\a • k-c:a eQa� a�O�•aQ� a�O.•aQ� a�Q� a�Qc a�cA ��° o� Employee Employee Yea of E Ricardo Mora Performs Plans Review for the Building Department Over 30 years • Rodolfo Ramos Performs inspections to identify residents carrying out work without permits Over 25 years • Ronal Daniel Garcia Integrated Quality Control duties to validate plans submitted verifying for completeness by assuring that signature and digital stamp are accurate 3 years • Rosenni Carmona Performs administrative duties for Public Works 10 years • Samantha Aguilar Digitizing all old Microfilm documents as they relate to Building Department 1 year • Soraya Conserve Performs plans review for Building Dept on projects related to ROW (Right of Way) 9 years • M G CONSULTINPM ENGINEERS ��� \2 Pad` Q\a' Ga\ Vow a\tea ��*k \ate` \5 m� �,\. t 5 t J� OJ , 0Q .�'� <(' \��Q (C.' �`Gt3 QZ Q`\J@ CO'C CO JCS@ �Q\2r �0k�� Oe Employee Employee Year: of Ex, Travis Wallace Performs inspections to identify residents carrying out work without permits 8 years • Veronica Olivares Performs administrative duties for the Structural Department 10 years • Victor De Pawlikowski Performs administrative duties for Private Provider 6 years • Wendy Iglesias Performs administrative duties for the Office of Planning Department 12 years • Yanet Albelo Performs Plans Reviews for the Structural Department 18 years • Yoselys Hernandez Digitizing all old Microfilm documents as they relate to Building Department 12 years • PM M CONSULTING ENGINEERS Yusell S. Valdes Digitizing all old Microfilm documents as they relate to Building Department 22 years ° ° e a�Q� ' a�O, a�O, a�°� �` Q° Q� c 5 • Certified Payroll p M M CONSULTING ENGINEERS CITY OF MIAMI, FLORIDA INVITATION TO BID PLANS REVIEW, INSPECTION AND Professional SERVICES IFB Number: 1664387 I hereby certify the following "Payroll detail reports" represent a true and accurate payroll for the week ending September 25th, 2023. Sincerely, 4W Paul A. Martinez, PE President pM M CONSULTING ENGINEERS CITY OF MIAMI, FLORIDA INVITATION TO BID PLANS REVIEW, INSPECTION AND Professional SERVICES IFB Number: 1664387 PMM CONSULTING ENGINEERS CORP Payroll details report From Sep 25, 2023 to Sep 25, 2023 for all employees from all locations Pay date Name Hours Gross pay Other pay Employee taxes 8 deductions Net pay Employer taxes & contributions Total payroll cost Total Gross 4278.1 $107,090.99 Employee •S17,000.48 S87,537.82 Total . $9,712.55 $115,803.54 9h taxes Employer $8,263.72 Regular Pay 3871..9 $89,843.07 Federal -58,863.13 taxes 7h Income Tax FUTA $99.78 Salary 100h $7,230.78 Social Security -$6,594,99 Employer Bonus $923.00 Medicare $1,542.34 Social $6,594.99 Holiday Pay $0.00 Aftertax deductions 4259.53 P cuY Ema over Overtime Pay 192.53 $5,533.27 Medicare $1,542.34 h . Income -$259.53 Employer . . Paid lime off 113.69 h $3,560.87 Withholding Order FL SUI Enipoyer $26.61 Pretax deductions 42,293.18 Contribution s. $4411.63 Charles Schwab -$1,572.69 Charles $448.83 (EE) Schwab (Co) Florida Blue -$720.52 Adjusted gross $104 7 1 0912512023 09111 - 09124 Direct deposit Adams, Allison M Gross Regular Adjusted gross 80h 80h Employee taxes FIT SS Total Employer taxes FUTA Med SS Med FL SUI 09/2512023 09/11 - 09/24 Direct deposit Aguilar, Nancy Gross Regular Holiday Adjusted gross Soh 80h Employee taxes FIT Total Employer taxes FUTA Med SS Med FL SUI 09/25/2023 09/11 - 09124 Direct deposit Aguilar, Samantha Gross Regular Adjusted gross 64h 64h Employee taxes FIT SS Total Employer taxes FUTA Med SS Med FL SUI 09125/2023 09111 - 09/24 Direct deposit Albelo, Vane! Gross Regular Holiday Adjusted gross 80h 80h Employee taxes FIT SS Total Employer taxes FUTA Med SS Med FL SUI 09/2512023 Alfonso, Gross 80h Employee Total i 09111 -09/24 Direct deposlt Michel Adjusted gross B0h 1 es axRegular FIT SS Employer taxes FUTA Med SS Mad FL SUI Sep 23, 2023 07:38 AM PT 1 Pay data Name Hours Gross pay Other pay Employee taxes & deductions Net pay Employer taxes 8 contributions Total1.18 Employer taxes FUTA SS Med FL SUI Total payroll cost 09125/2023 09111-GB124 Direct deposit Alin, Eduardoi Gross Regular PaIdTO Holiday Adjusted gross B9h 73h 16h Employee tax � FIT SS Med m 09/25/2023 09/11 - 09/24 Direct deposit Allende, Degnnery Gross Regular PaidTO Hallday Pretax deductions Charles Schwab (EE) Adjusted gross 03h 83h Employee taxes FIT S5 Med Total Employer taxes FUTA SS Med FL SUI Contribution s Charles Schwab (Co) 09/26/2023 09/11 - 09124 Direct deposit Alvarez, David R Gross Regular PaidTO Hallday Adjusted gross 80h 80h Employee taxes FIT SS Med 1 Total Employer taxes FUTA SS Med FL SUI 1111114 09/25/2023 09/11 - 09124 Direct deposit Antonini, Armando E Gross Regular PaidTO Hallday Pretax deductions Charles Schwab (EE) Adjusted gross 80h 80h Employee taxes FIT SS Med ' `" Total Employer taxes FUTA SS Med FL SUI Contribution s Charles Schwab (Co) 09/25/2023 09/11 - 09124 Direct deposit Batley, Nicole Gross Regular Adjusted gross 72h 72h Employee taxes FIT SS Med Total Employer taxes FUTA SS Med FL SUI 09/2512023 09/11 - 09124 Direct deposit Betancourt, Brellan R Gross Regular OT PaldTO Holiday Adjusted gross 97h 80h 17h Employee taxes FIT SS Med NIB Total Employer taxes FUTA SS Med II FL SUI 09/25/2023 09/11 - 09124 Direct deposit L Briz, Gonzalo Gross Regular OT PaIdTO Holiday Adjusted gross 71.19h 31.5h 39.69h Employee taxes FIT SS Med 7 1 Total Employer taxes FUTA SS Med FL SUI Sep 23, 2023 07:38 AM PT 2 Pay date Name Hours Gross pay Other pay Employee taxes & deductions Net paymplvyar taxes & contributions Total payroll cost 0912512023 09111 - 09/24 Direct deposit Carmona, Resennl Gross 83.08h Regular 00h OT 3.08h PaIdTO Holiday Pretax deductions Florida Blue Adjusted gross - Employee fixes FIT SS Med Mt Total11111 Employer taxes FUTA 5d Med FL SUI 09/25/2023 09/11 - 09/24 Direct deposit Carrillo, Alejandro Grass 80h Regular 80h PaIdTO Holiday Adjusted gross EmployeeIlia taxes FIT SS Med Total Employer taxes FUTA SS ," Med FL SUI �2 09/25/2023 09/11 - 09/24 Direct deposit Collazo L0r snaa' Gross 90h Regular 80h OT 10h Holiday Adjusted grass Employee taxes FIT SS Med Total Employer taxes FUTA 55 Med FL SUI 0912512023 09/11 - 09/24 Direct deposit Conserve, Soraya G Gross 81h Regular 49h PaidTO 32h Holiday Pretax deductions Charles Schwab (EE) Florida Blue Adjusted gross Employee taxes FIT SS Med 0 Total Employer taxes FUTA SS Med FL Sill Contribution s Charles Schwab (Co) 09/25/2023 09/11 - 09124 Direct deposit De Victor owski, Victor Gross 107h Regular 80h OT 27h paldTO Holiday Pretax deductions Florida Blue Adjusted gross Employee fixes FIT SS Med IIIIII Total Employer taxes FUTA SS M Med FL SUI 0912512023 69I71 - 09/24 Direct deposit o, Maria Felix Felix Grose 76h Regular 78h Adjusted gross Employee taxes FIT SS Med Total Employer taxes FUTA SS Med FL SUI 09/25/2023 09/11 - 09124 Direct deposit Garcia, Ronal D Gross 90h Regular 80h OT 10h Adjusted gross Employee fixes FIT SS Med IVIA Total Employer taxes FUTA SS Med FL SUI 09/2512023 09/11 - 09124 Direct deposit Garcia Olivera, Kalluska B Gross 80h Regular 60h PaidTO Holiday Adjusted gross Employee taxes FIT SS Med Total Employer taxes FUTA SS Med FL SUI 111111J Sep 23, 2023 07:38 AM PT 3 Pay date Name Hours Gross pay Other pay Employee taxes & deductions Net pay Employer taxes & contributions Total payroll . cost 09/25/2023 !09111 - 09124 Direct deposit Gonzalez, Gabriel R Gross 80h Regular 80h Holiday Adjusted gross Employee fixes FIT SS Mad Total Employer taxes FUTA SS Med FL SUI 09/2512023 09111 -09124 Direct deposit Guerra Casa, Pavel Gross 99.5h Regular 99.5h PaidTO Holiday Pretax deductions Florida Blue Adjusted gross Employee taxes FIT SS Med Total Employer taxes FUTA SS Med FL SUI 09125/2023 09111 - 09/24 Direct deposit Haddad, Leonardo M Gross 96.42h Regular 96.42h PaidTO Holiday Adjusted gross y I Employee � FIT SS Med Total Employer taxes FUTA SS Med FL SUI �8 09/25/2023 09/11 - 09/24 Direct deposit Hernandez, Ashley Gross eoh Regular 80h PaidTO Holiday Adjusted gross Employee taxes FIT SS Mad Total Employer taxes FUTA SS Med FL SUI 09/25/2023 09111 - 09/24 Direct deposit Hemandez C, Yaselys C Gross 80h Regular SDh Holiday Adjusted gross r Employee taxes FIT SS Med Total Employer taxes FUTA SS Med FL SUI 09/25/2023 09/11 -09/24 Direct deposit Hill, April R Grose 97.75h Regular 37.75h PaidTO Holiday Adjusted gross Employee taxes FiT SS Med + Total Employer taxes FUTA SS Med FL SUI 1111/ 09125/2023 09/11 - 09/24 Direct deposit Iglesias, Wendy G Gross 79.92h Regular 79.92h PaidTO Holiday Pretax deductions Florida Blue Adjusted gross Employee taxes FIT SS Med Total Employer taxes FUTA SS Med FL SUI 09/25/2023 09/11 - 09/24 Direct deposit Kramp, Matthew J Gross 80h Regular 80h Adjusted gross Employee taxes FIT SS Med Total Employer taxes FUTA SS Med FL SUI Sep 23, 2023 07:38 AM PT 4 Pay date Name Hours Gross pay Other pay Employee taxes 8 deductions Net pay 1111 Employer lakes & contributions Total payroll cost 11111 09/25/2023 09111 - 09/24 Direct deposit Martin, Shayla L Gross 71.63h Regular 71,63h OT PaidTO Holiday Pretax deductions Florida Blue Adjusted gross Employee taxes FIT SS Med Total Employer taxes FUTA SS Med FL SUI 0912512023 09/11 - 09/24 Direct deposit Martinez, Carlollna M Gross 00h Regular 56h PaidTO 24h Holiday Bonus Adjusted gross Employee taxes FIT SS Med �7 Total Employer taxes FUTA SS Med FL SUI 1111117 09/25/2023 09111 - 09/24 Direct deposit Martinez, Enrique J Gross 80h Regular BOh PaidTO Holiday Adjusted gross Employee fixes FIT SS Med B Totalnil Employer taxes FUTA SS Med FL SUI 09125/2023 09/11 - 09/24 Direct deposit Martinez, Juan C Gross 10h Sat 10h Adjusted gross Employee taxes FIT SS Med 9 Total Employer taxes FUTA SS Med FL SUI 09/25/2023 09l11 -09724 Direct deposit Martinez, Paul Gross 80h Sal BOh Pretax deductions Charles Schwab (EE) Adjusted gross Employee taxes FIT SS Med -5 Total Employer taxes FUTA SS Med FL SU1 Contribution s Charles Schwab (Co) IIIIII 09/25/2023 09/11 - 09724 Direct deposit Martinez, Paul A Gross 10h Sol lOh Adjusted gross1111111 Employee taxes FIT S5 Med la Total Employer takes FUTA SS Med FL SUI 0912512023 09/11 -0912d Direct deposit Mirabal, Alejandro Gross BOh Regular BOhii Adjusted gross Employee faxes FIT SS Med TotalIII Employer taxes FUTA SS Med FL SUI 0912512023 09111 -0912d Direct deposit Molina, Jennifer _ Gross 53.1h Regular 53.1h PaidTO Holiday Adjusted gross Employee taxes FIT SS Med 111111 Total _Employer taxes FUTA SS Med FL SUI 1113 Sep 23, 2023 07:38 AM PT 5 Pay date Name Hours Grose pay ; Other pay Employee taxes & deductions Net pay Employer taxes & Total payroll contributions cost —WIPI1 0912512023 -09124 Direct deposit Morales Felchor, Luis M09111 Gross 105h Regular 105h PaidTO Holiday Adjusted gross Employee taxes FIT SS Med 8 Total Employer taxes FUTA SS Med FL SUI 09/25/2023 09/11 -09/24 Direct deposit Modole, Luis Gross 28h Regular 28h Adjusted gross Employee taxes FIT SS Med Mk Total Employer taxes FUTA SS Med FL SUI 111 0912512023 09111 - 09/24 Direct deposit 011vares, Veronica Gross 128.5h Regular 80h OT 49.5h PeidTO Holiday Pretax deductions Florida Blue Adjusted gross Employee taxes FIT 55 Med IIIIIII Total Employer taxes FUTA SS Med FL SUI 1111 09125/2023 09/11 - 09/24 Direct deposit Ordenana, Anm B Gross 80h Regular BOh PaidTO Holiday Adjusted gross Employee j lazes FIT SS Med Total Employer taxes FUTA SS Med FL SUI 09/25/2023 09/11 -09/24 Direct deposit Palacio, Alejandro Gross 80h Regular 80h PaidTO Hof[day Adjusted gross Employee taxes FIT SS Med 11. Total Employer taxes FUTA SS Med FL SUI 09/25/2023 09/11 -09/24 Direct deposit Paulk, Alsja S Gross 97h Regular 80h OT 1.7h PaidTO Holiday Adjusted gross Employee taxes FIT SS Med alt Total Employer taxes FUTA SS Med FL SUI 09/25/2023 09/11 - 09/24 Direct deposit Perez, Amanda G Gross 90h Regular 80h OT 10h Hallday Adjusted gross Employee saxes FIT SS Med Total Employer loxes FUTA SS Med FL SUI 0902512023 09111 - 09/24 Direct deposit Perez Vlllabbos, Nalrobls Gross 80h Regular 80h PaidTO Holiday Adjusted gross Employee taxes FIT SS Med �I Total Employer taxes FUTA SS Med FL SUI In Sep 23, 2023 07:38 AM PT 6 Pay date Name Hours Gross pay Other pay Employee taxes & deductions Net pay Employer taxes & contributions Total payroll cost 69/25/2023 09/11 - 09/24 Direct deposit Reggio, Angelo Gross 77.28h Regular 77.2Bh PaIdTO Holiday Adjusted gross Employee taxes FIT SS Med Total Employer taxes FUTA SS Med FL SUI 09125/2023 09111 -09124 Direct deposit Ramos, ROdOdO Gross 100h Regular 100h Holiday Adjusted gross Employee taxes FIT SS Med Total Employer taxes FUTA SS Med FL SUI 09/25/2023 09111 -09/24 Direct deposit Roca Chavlano, Norma c Gross 80h Regular 80h Holiday Adjusted gross Employee taxes FIT 5S Med • 1 Total MI Employer taxes FUTA SS Med FL SUI 0912512023 09/11 - 09/24 Direct deposit Rolando. Llhle Gross 80.87h Regular 80.87h Adjusted gross Employee taxes FIT SS Med I Total Employer taxes FUTA SS Med FL SUI 09/2512023 09/11 - 09/24 Direct deposit Rollo, Angela D Gross 108.95 h Regular 80h OT 28.95h PaLdTO . Holiday Adjusted gross Employee taxes FIT SS Med 111111 Total Employer taxes FUTA SS Med FL SUI 09125/2023 09111 -09/24 Direct deposit Segarra, JenirBtys Gross 80h Regular BOh Holiday Adjusted gross Employee taxes FIT SS Med 111111 Total Employer iaxes FUTA SS Med FL SUI 09/25/2023 09/11 -09/24 Direct deposit Silva Valdes, Yusell Gross 80h Regular BOh Holiday Adjusted gross Employee Taxes FIT SS Med 1 a Total Employer taxes FUTA SS Med FL SUI IIM 09/25/2023 09/11 - 09124 Direct deposit Valdes, Greimy Gross 80h Regular 7Bh PaIdTO 2h Holiday Adjusted gross Employee taxes FIT SS Med in Total Employer taxes FUTA SS Mod FL SUI all 09/2512023 09/11 - 09/24 Direct deposit Vega. Raquel M Gross 60h Regular 60h Adjusted gross Employee taxes FIT SS Med Total Employer taxes FUTA SS Med FL SUI Sep 23, 2023 07:38 AM PT 7 Pay date Name Hours Gross pay 09/25/2023 09/11 09/24 Direct deposit Wallace, Travis Gross 100h Regular 80h OT 20h PaldTO Holiday Adjusted gross 1 AI14 die.04 Other pay Employee taxes &I Net pay Employer taxes & deductions contributions Employee taxes FIT SS Med Aftertax deductions Income Withholding Order Total Employer taxes FUTA SS Med FL SUI • Total payroll cost Sep 23, 2023 07:38 AM PT 8 Team's Resumes, Certifications and Licenses p M M CONSULTING ENGINEERS CITY OF MIAMI, FLORIDA INVITATION TO BID PLANS REVIEW, INSPECTION AND Professional SERVICES IFB Number: 1664387 Team's Professional History Paul A. Martinez, PE Structural Engineer/Principal Years of Experience: 36 Years with PMM: 36 Florida PE #42650 Licensed Since: 02/22/1990 Expiration Date: 02/28/2025 Mr. Martinez has an extensive career in South Florida spanning over three decades in structural engineering design, and inspections in buildings, environmental structures, marine facilities, and park structures. Mr. Martinez's experience in the private sector has included residential, (single and multi -family), commercial (shopping centers, office buildings, and parking garages), and ship piers in remote locations throughout the Caribbean, South, and Central America. Mr. Martinez, as President and founder of PMM Consulting Engineers, Corp. will continue to oversee the personnel assigned to the City of Miami's departments as needed. The team we are proposing includes the following listed in alphabetical order by first name. Adolfo Gonzalez, PE Building - Structural Years of Experience: 25 Years with PMM: 6 Florida PE #58620 Licensed Since: 06/20/2002 Expiration Date: 02/28/2025 Mr. Gonzalez works in the Structural section for the City of Miami's Building Department. He has over 25 years of experience in South Florida and is well -versed in the current building and zoning regulations. He performs plan reviews for the department. Plans vary from commercial, residential, mixed -use, municipal, and educational. CONSULTING p M M ENGINEERS CITY OF MIAMI, FLORIDA INVITATION TO BID PLANS REVIEW, INSPECTION AND Professional SERVICES IFB Number: 1664387 Aisja Paulk Building — IQC Years of Experience: 9 Years with PMM: 1 Ms. Paulk works at the City of Miami's Building Department's IQC. Tasks performed include the Integrated Quality Control duties to validate plans that are submitted for Review. She will verify the plans for completeness, by assuring that signatures and digital stamps are accurate. Ms. Paulk is a meticulous individual with a strong work history in customer service. Alejandro Carrillo Building - IQC Years of Experience: 3 Years with PMM: 1 Mr. Carillo works at the City of Miami's IQC within the Building Department. Tasks include the Integration Quality Control to validate plans that are submitted to the Department for review. He will verify the plans for completeness and ensure that the signatures and digital signatures are accurate. Alejandro Mirabal Building - Microfilm Years of Experience: 4 Years with PMM: <1 Mr. Mirabal works at the City of Miami Building Department, and his tasks include microfilming. He digitizes all old Microfilm documents as they relate to the building department. This takes organization and the ability to understand the plans sufficiently so that they are not scanned into other sets of plans and the integrity of the information is maintained. Alejandro Palacio Building - Private Provider Years of Experience: 10 Years with PMM: <1 Mr. Palacio works at the City of Miami's Building Department. He provides inspections to validate and confirm that inspections are being performed by the Private Provider. These checks and balances are very important to maintain the integrity of the department. CONSULTING p M M ENGINEERS s;ITY OF MIAMI, FLORIDA INVITATION TO BID PLANS REVIEW, INSPECTION AND Professional SERVICES IFB Number: 1664387 Allision Adams Building - Administrative Years of Experience: 1 Years with PMM: <1 Ms. Adams performs various administrative duties for the City of Miami's Building Department. Amanda Perez Building - IQC Years of Experience: 4 Years with PMM: <1 Ms. Perez provides Integrated Quality Control duties to validate plans submitted by verifying their complements and assuring that signatures and digital stamps are accurate for the City of Miami's Building Department. Angela Rolle Building - IQC Years of Experience: 1 Years with PMM: 1 Ms. Rolle provides Integrated Quality Control duties to validate plans submitted by verifying their complements and assuring that signatures and digital stamps are accurate for the City of Miami's Building Department. Angelo Raggio Building — Call Center Years of Experience: 22 Years with PMM: 1 Mr. Raggio assists in directing client calls to the pertinent Departments, additionally addressing questions and concerns that residents/customers may have concerning Building Permits with the City of Miami. CONSULTING p M M ENGINEERS CITY OF MIAMI, FLORIDA INVITATION TO BID PLANS REVIEW, INSPECTION AND Professional SERVICES IFB Number: 1664387 Annie Ordenana Public Works Department Years of Experience: 13 Years with PMM: 5 Ms. Ordenana currently works for the City of Miami's Public Works Department. She performs Plan Reviews for right-of-way (ROW) utility plans. April Hill Building — Call Center Years of Experience: 18 Years with PMM: <1 Ms. Hill assists in directing client calls to the pertinent Departments, additionally addressing questions and concerns that residents/customers may have related to Building Permits with the City of Miami. Armando Antonini, CBI Building - Private Provider Years of Experience: 30+ Years with PMM: 1 Building Code Administrators & Inspector BN4417 Licensed Since: 09/18/2002 Expiration Date: 11/30/2025 Mr. Antonini has decades of experience in South Florida within the field of structural engineering. He has provided structural inspections for a wide variety of project types primarily in the public sector. He has drafted and provided coordination for airports, commercial buildings, and universities utilizing steel and concrete structural systems. Mr. Antonini has served as a Threshold Inspector and currently is a Certified Building Inspector. He provides services for the City of Miami's Building Department. Ashley Hernandez Building — Unsafe Structures Years of Experience: 5 Years with PMM: <1 Mr. Hernandez aids residents/customers who have received unsafe structure notices for work without existing or active permits from the City of Miami. CONSULTING p M M ENGINEERS CITY OF MIAMI, FLORIDA INVITATION TO BID PLANS REVIEW, INSPECTION AND Professional SERVICES IFB Number: 1664387 Brallan Betancourt Building — Unsafe Structures Years of Experience: 4 Years with PMM: 1 Mr. Betancourt aids residents/customers who have received unsafe structure notices for work without existing or active permits from the City of Miami. Carlos Vasquez Building - Flood Years of Experience: 30+ Years with PMM: 1 Mr. Vasquez is helping PMM Consulting Engineers as a sub -consultant. He provides plan review for the Flood Plain Department. Carolina Martinez Building - Inspections Years of Experience: 2 Years with PMM: 2 Ms. Martinez performs administrative duties for the Chief Inspector and the City of Miami. She also helps residents and customers with Building Inspections. David Alvarez Building — Call Center Years of Experience: 24 Years with PMM: 2 Mr. Alvarez assists in directing client calls to the pertinent Departments, additionally addressing questions and concerns that residents/customers may have concerning Building Permits with the City of Miami. Elisa Vera Building — Special Events Years of Experience: 25+ Years with PMM: 5 Ms. Vera performs document reviews for the Special Project Department within the City of Miami. CONSULTING p M M ENGINEERS CITY OF MIAMI, FLORIDA INVITATION TO BID PLANS REVIEW, INSPECTION AND Professional SERVICES IFB Number: 1664387 Elizabeth Munoz Zoning Department Years of Experience: 25+ Years with PMM: 5 Ms. Munoz is a sub -consultant for PMM Consulting Engineers, Corp. She performs plan reviews for the Zoning Department. Enrique Martinez Building — Call Center Years of Experience: 4 Years with PMM: 4 Mr. Martinez assists customers' and residents' questions and concerns concerning Building Department permits for the City of Miami. Gabriel R. Gonzalez Building - Administration Years of Experience: 1 Years with PMM: <1 Mr. Gonzalez performs administrative duties for the building department at the City of Miami. German Brun Building — Plans Reviewer Years of Experience: 25+ Years with PMM: 2 Florida Architect #91339 Licensed Since: 09/25/2002 Expiration Date: 02/28/2025 Mr. Brun performs plan reviews for the City of Miami's Building Department. The plans range from residential, mixed -use, commercial, etc. He is also a Florida -licensed architect. CONSULTING p M M ENGINEERS CITY OF MIAMI, FLORIDA INVITATION TO BID PLANS REVIEW, INSPECTION AND Professional SERVICES IFB Number: 1664387 Gonzalo Briz Building - IDQ Years of Experience: 30+ Years with PMM: 2 Mr. Briz is responsible for the Integrated Quality Control duties which include the validation of plans submitted verifying for completeness by assuring that signature and digital stamp are accurate at the City of Miami. Greimy Valdes Building - Microfilm Years of Experience: 4 Years with PMM: 6 Mr. Valdes works at the City of Miami Building Department, and his tasks include microfilming. He digitizes all old Microfilm documents as they relate to the building department. This takes organization and the ability to understand the plans sufficiently so that they are not scanned into other sets of plans and the integrity of the information is maintained. Ingrid Balza Zoning Department Years of Experience: 25 Years with PMM: 6 Ms. Balza performs plan reviews for the City of Miami's Zoning Department. Janicelys Segarra Building — Special Events Years of Experience: 6 Years with PMM: 1 Ms. Segarra works in the City of Miami's Special Projects Department providing administrative duties. CONSULTING p M M ENGINEERS CITY OF MIAMI, FLORIDA INVITATION TO BID PLANS REVIEW, INSPECTION AND Professional SERVICES IFB Number: 1664387 Jennifer Molina Building — Call Center Years of Experience: 4 Years with PMM: <1 Ms. Molina assists in directing clients' calls to the pertinent Departments and addresses questions and concerns for residents/customers with respect to Building Permits. Jorge Hernandez Building — Building Plans Reviewer/Inspector Years of Experience: 35 Years with PMM: 1 Florida CGC048597 Expiration Date: 08/31/2024 Licensed Since: 11/18/1989 Standard Inspector: BN2885 Expiration Date: 11/30/2025 Licensed Since: 04/07/1997 Standard Plans Examiner PX386 Expiration Date: 11/30/2025 Licensed Since: 04/18/1994 Mr. Hernandez has over thirty-five years of experience in the design, construction, and management of building projects. His experience includes building and roof inspectors for residential, commercial, and various building types. Positions he has held include: • Fire Plans Processor • Building Inspector • Building Plan Examiner • Zoning Draftsman Currently, Mr. Hernandez is providing Plan Review services for the City of Miami's Building Department. Katiuska Garcia Olivera Building — Microfilm Years of Experience: 8 Years with PMM: <1 Ms. Olivera works at the City of Miami Building Department, and his tasks include microfilming. He digitizes all old Microfilm documents as they relate to the building department. This takes organization and the ability to understand the plans sufficiently so that they are not scanned into other sets of plans and the integrity of the information is maintained. CONSULTING p M M ENGINEERS CITY OF MIAMI, FLORIDA INVITATION TO BID PLANS REVIEW, INSPECTION AND Professional SERVICES IFB Number: 1664387 Leonardo Haddad Building - IQC Years of Experience: 28 Years with PMM: 1 Mr. Haddad works in the City of Miami's Integrated Quality Control area where his duties are to validate plans submitted to verify, they are complete and ensure that the signature and digital stamps are accurate. Libia Rolando Building — Private Provider Years of Experience: 30 Years with PMM: <1 Ms. Rolando provided administrative duties for the Private Providers at the City of Miami. Liliana Collazo Arteaga Building — Unsafe Structures Years of Experience: 15 Years with PMM: <1 Ms. Arteaga helped residents and other customers who have received notices for unsafe work without existing or active permits from the City of Miami. Luis F. Morales Melchor Building — Unsafe Structures Years of Experience: 20 Years with PMM: 1 Mr. Melchor aids customers/residents who have received notices from the City of Miami for unsafe or unpermitted work. Maria Felix Exposito Building — Microfilm Years of Experience: 3 Years with PMM: <1 Ms. Exposito works at the City of Miami Building Department, and his tasks include microfilming. He digitizes all old Microfilm documents as they relate to the building department. This takes organization and the ability to understand the plans sufficiently so that they are not scanned into other sets of plans and the integrity of the information is maintained. CONSULTING p M M ENGINEERS JTY OF MIAMI, FLORIDA INVITATION TO BID PLANS REVIEW, INSPECTION AND Professional SERVICES IFB Number: 1664387 Matthew Kramp Building - Structural Years of Experience: 7 Years with PMM: <1 Mr. Kramp performs inspections for ongoing Right -of -Way (ROW) beautification projects. Michel Alfonso, RA Building - Private Provider Years of Experience: 25+ Years with PMM: <1 Florida Architect #AR91397 Licensed Since: 09/27/2002 Expiration Date: 02/28/2025 Mr. Alfonso is a registered architect in Florida and Illinois. He has excellent knowledge of the building and zoning codes, the building permitting process, and building technologies including MEP and structural engineering disciplines. Nairobis Perez Villalobos Public Works Department Years of Experience: 10 Years with PMM: 2 Ms. Nairobis performs plan reviews that are provided by the Building Department. For adequacy and compliance with right-of-way (row) requirements set forth by the public works department. Nancy Aguilar Building - Microfilm Years of Experience: 36 Years with PMM: <1 Ms. Aguilar works at the City of Miami Building Department, and his tasks include microfilming. He digitizes all old Microfilm documents as they relate to the building department. This takes organization and the ability to understand the plans sufficiently so that they are not scanned into other sets of plans and the integrity of the information is maintained. CONSULTING p M M ENGINEERS CITY OF MIAMI, FLORIDA INVITATION TO BID PLANS REVIEW, INSPECTION AND Professional SERVICES IFB Number: 1664387 Nicole Bailey Building — Administration Years of Experience: 16 Years with PMM: <1 Ms. Bailey assists in directing client calls to the pertinent departments, and addresses questions and concerns for residents/customers concerning Building Permits. Norma Roca Chaviano Public Works Department Years of Experience: 10 Years with PMM: <1 Ms. Chaviano performs plan reviews that are provided by the Building Department. For adequacy and compliance with right-of-way (row) requirements set forth by the public works department. Rafael Gonzalez Building — Building Inspections Years of Experience: 20+ Years with PMM: 1 Florida CGC #1515653 Certified General Contractor Expiration 08/31/2024 Florida Building Code Administrators & Inspector PB12572 Expiration Date: 02/15/2025 Licensed Since: 06/20/2008 As a sub -consultant to PMM Consulting Engineers, Corp. Mr. Gonzalez performs Plan Reviews as well as Inspections for the City of Miami Building Department. Mr. Gonzalez is also a licensed Florida General Contractor as well as a Florida Building Code Inspector. Raquel Vega Building — Permit Counter Years of Experience: 23 Years with PMM: 2 Ms. Vega assists customers at the Permit County for the City of Miami. CONSULTING p M M ENGINEERS CITY OF MIAMI, FLORIDA INVITATION TO BID PLANS REVIEW, INSPECTION AND Professional SERVICES IFB Number: 1664387 Ricardo Mora Building — Building Plans Reviews Years of Experience: 30+ Years with PMM: 2 Florida: AR0009094 Expiration Date: 02/28/2025 Licensed Since: 01/28/1982 Mr. Mora is a registered architect with over 30 years of experience in preparing architectural construction drawings. Mr. Mora performs building plans reviews for the City of Miami Building Department. Rodolfo Ramos Building — Unsafe Buildings Years of Experience: 25+ Years with PMM: 1 Mr. Ramos performs inspections to identify residents conducting work without permits. Ronal Daniel Garcia Building - IQC Years of Experience: 3 Years with PMM: 1 Mr. Garcia works in Integrated Quality Control where he is responsible for validating plans submitted and verifying for completeness by assuring that the signature and digital stamps are accurate. Rosenni Carmona Public Works Department Years of Experience: 10 Years with PMM: 1 Ms. Carmona works for the City of Miami's Public Works Department providing administrative assistance. CONSULTING p M M ENGINEERS CITY OF MIAMI, FLORIDA INVITATION TO BID PLANS REVIEW, INSPECTION AND Professional SERVICES IFB Number: 1664387 Samantha Aguilar Building - Microfilm Years of Experience: 1 Years with PMM: 1 Ms. Aguilar is responsible for digitizing all the old microfilm documents as they relate to the City of Miami's Building Department. Soraya Conserve, PE Public Works Department Years of Experience: 9 Years with PMM: 2 Florida: PE87960 Expiration Date: 02/282025 Licensed since: 09/12/2019 Ms. Conserve performs plan reviews that are provided by the Building Department. For adequacy and compliance with right-of-way (row) requirements set forth by the public works department. Shayla Martin Zoning Department Years of Experience: 10 Years with PMM: 1 Ms. Martin is responsible for providing administrative assistance to the City of Miami's Zoning Department. Travis Wallace Building — Unsafe Structures Years of Experience: 8 Years with PMM: 1 Mr. Wallace performs inspections to identify work that residents are performing without the correct permits. CONSULTING p M M ENGINEERS CITY OF MIAMI, FLORIDA INVITATION TO BID PLANS REVIEW, INSPECTION AND Professional SERVICES IFB Number: 1664387 Veronica Olivares Building - Structural Years of Experience: 10 Years with PMM: 1 Ms. Oliveres performs administrative duties for the City of Miami's Structural Department. Victor De Pawlikowski Building — Private Provider Years of Experience: 6 Years with PMM: 1 Mr. De Pawlikowski performs administrative duties for the Private Providers working in the City of Miami. Wendy Iglesias Office of Planning Years of Experience: 12 Years with PMM: 1 Ms. Iglesias performs administrative duties of the Office of the Planning Department for the City of Miami. Yanet Albelo, PE Building — Structural Plans Reviews Years of Experience: 18 Years with PMM: <1 Florida PE #85252 Expiration Date: 02/28/2025 Licensed Since: 06/23/2018 Florida CGC #1524736 Expiration Date: 08/31/2024 Licensed Since: 10/25/2016 Ms. Albelo is a licensed engineer with over 18 years of experience in structural engineering and preparing structural construction drawings. Ms. Albelo performs plan reviews for the City of Miami's Structural Department. CONSULTING p M M ENGINEERS CITY OF MIAMI, FLORIDA INVITATION TO BID PLANS REVIEW, INSPECTION AND Professional SERVICES IFB Number: 1664387 Yoselys Hernandez Building - Microfilm Years of Experience: 12 Years with PMM: <1 Ms. Hernandez works at the City of Miami's Building Department. She provides inspections to validate and confirm that inspections are being performed by the Private Provider. These checks and balances are very important to maintain the integrity of the department. Yusell S. Valdes Building - IQC Years of Experience: 22 Years with PMM: <1 Ms. Valdes works at the City of Miami's Building Department's IQC. Tasks performed include the Integrated Quality Control duties to validate plans that are submitted for Review. She will verify the plans for completeness, by assuring that signatures and digital stamps are accurate. She is a meticulous individual with a strong work history in customer service. CONSULTING p M M ENGINEERS CITY OF MIAMI, FLORIDA INVITATION TO BID PLANS REVIEW, INSPECTION AND Professional SERVICES IFB Number: 1664387 THE OFFICIAL SITE OF THE FLORIDA DEPARTMENT OF BUSINESS & PROFESSIONAL REGULATION d rt5izr ONLINE SERVICES Apply fora License Verify a Licensee View Food & Lodging Inspections File a Complaint Continuing Education Course Search View/Application Status Find Exam Information Unlicen sed Activity Search AB&T Delinquent Invoice & Activity List Search llarInienLot Busi-Ess ofessiooal Reajlatbn LICENSEE DETAILS Licensee Information HOME CONTACT US N ACr.:CLIN u 9:54.-27 AM 9,212023 Name: Main Address: County: PMM CONSULTING ENGINEERS, CORR'Primary Name} 6262 BIRD RD., SUITE 2 D MIAMI Florida 33155 DADE License Information License Type: IRari = License Number. Status: Liner ure Date: Expires: Special Qualifications Engineering) Business Registry Registry 9135 Current 6fif76i2002 QL CI Ron Desantis, Governor STATE OF FLORIDA Melanie S. Griffin,Secretary BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES MARTINEZ, PAUL A- ��y' 5785 SW 50 ST V MIAMI FL 3315 EXPIRATION DATE: FEBRUARY 28, 2025 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. FBPE LORi. BOAR B Of PMM CONSULTING ENGINEERS CITY OF MIAMI, FLORIDA INVITATION TO BID PLANS REVIEW, INSPECTION AND Professional SERVICES IFB Number: 1664387 THE OFFICIAL SITE OF THE FLORIDA DEPARTMENT OF BUSINESS & PROFESSIONAL REGULATION dbpr£ a rtmerlt of Business Prafesslonal Regulation ONLINE SERVICES Apply for a License Verify a Licensee View Food & Lodging Inspections File a Complaint Continuing Education Course Search View Application Status Find Exam Information Unlicensed Activity Search AB&T Delinquent Invoice &Activity isst Search LICENSEE DETAILS Licensee Information HOME CONTACT US MY ACCOUNT 9:57:55 AM 9/23/2023 Name: Main Address: County_ GONZALEZ, ADOLFO J. [Primary Name) 2333 BRICKELLAVENUE #1205 MIAMI Florida 33129 DADE License Information License Type: Rank: License Number: Status: Licensure Date: Expires: Professional Engineer Prof Engineer 58620 Current,Active 06/20/2002 02128f2D25 d =h act la p ONLINE SERVICES )RIDA DEPARTMENT OF BUSINESS & IAL REGULATION r p n:meritof Business Professional RieRilaticin Applyfora License Verify a Licensee View Food & Lodging Inspections File aComplaint Continuing Education Course Search View Application Status Find Exam Information Unlicensed Activity Search A9.&T Delinquent Invoice & Activity List Search LICENSEE DETAILS Licensee Information HOME CONTACT US MY ACCOUNT 9:59:35 AM 9/23;2°23 Name: Main Address: County: License Location: I County: GONZALEZ, ADOLFO J (Primary Hamel AR CONSTRUCTION GROUP LLC IDBAName) 2333 BRICK ELL AVENUE 41205 MIAMI Florida 33129 DADE 2050 CORAL WAY ar 02 MIAMI FL 33145 DADE License Informations License Tye: Rank: License Number Status: Licensure Date: Certified General Contractor Cert General C GC 1519902 C urrent,Active 9811012011 PMM CONSULTING ENGINEERS CITY OF MIAMI, FLORIDA INVITATION TO BID PLANS REVIEW, INSPECTION AND Professional SERVICES IFB Number: 1664387 Ron Desantis, Governor STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION Melanie S. Grit fin. Secretary BUILDING CODE ADMINISTRATORS & INSPECTOR THE STANDARD INSPECTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 468, FLORIDA STATUTES BLDG ANTONINI, ARMANDO E 17416 NW 62 PL. HIALEAH FL33015 LICENSE NUMBER: BN4417 EXPIRATION DATE: NOVEMBER 30, 2025 Always verity licenses online at MYFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document, Ron DnSantis, Governor Melanie S. Griffin, Secretary STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF ARCHITECTURE & INTERIOR DESIGN THE ARCHITECT HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 481, FLORIDA STATUTES BRUN, CARLOS GERMAN DOVA ARCHITECTURE, LLC 2147 NE 123 ST NORTH MIAMI FL33181 / LICENSE NUMBER: AR91339 EXPIRATION DATE: FEBRUARY 28, 2025 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. PM M CONSULTING ENGINEERS CITY OF MIAMI, FLORIDA INVITATION TO BID PLANS REVIEW, INSPECTION AND Professional SERVICES IFB Number: 1664387 THE OFFICIAL SITE OF THE FLORIDA DEPARTMENT OF BUSINESS & PROFESSIONAL REGULATION dbpr.= Rc r3tlsrlRhnn ONLINE SERVICES A_': 'ei aLr Vow Fsroc & Longing Ithspeetcrhs Fie a Complaint Continuing Education Course Search V,ewAppiratien Statues Fund Exam Infarnafcn Unlicensed Activity Search ASIIT Delihqurent Invoice & Act! ity Lssl. Search LICENSEE DETAILS Licensee Information HOME CONTACT US 'AfYACCOLRJT & 37.57 PM 1.224023 Name: HERNANDEZ. JORGE M1Pr;manp Name) Mae, Address: 171 SHORE DRIVE SOUTH MIAMI Florida 33133 County: DADE License Location: °Private Address"Private 'Private Address° 'Private Address' °Private Address° License Information License Type: Standard Plans Examiner Rank: Plans Examiner License Number. PX3BG Status: Current,Active L icen sure Date: 04+'1Er1i 4 Expires: 11130.2025 dbp ONLINE SERVICES Apply fQ a License Verify a' Licensee View Food & Lodging Inspections He a Complaint Continuing Education Course Search View ,Application Status 'HE FLORIDA DEPARTMENT OF RUSINESS & rrcurESSIONAL REGULATION [ r1aA IEt d OrRe illPSS s ir�fssie�t►allt,lation HOME CONTACT US VfY A004LFNT LICENSEE DETAILS E-31f2BPMSI22/2G23 Licenses I nfo rrnatio n Name: HERNANDEZ. JORGE M (Primary Name} Main Address: 171 SHORE DRIVE SOUTH MIAMI Florida 33133 Cou nty: DADE License Lucaticr. 'Pr i V ate Address" 'Private Address- -Private Add nits s' 'Pr !vats Address' `Private Address' Find Exam Information License Ir forrnatlran Lhriicensed Ac%v"rty Search Li, citsa Type: Standard Inspector A9&TDelinquent Invoice &Activity Rank: Inspector List Search Liconse Number. BN2995 Status: Current,ActIve Li censure Date: 04I47/199,7 CxGires: 11l3OI2O25 p M M CONSULTING ENGINEERS CITY OF MIAMI, FLORIDA INVITATION TO BID PLANS REVIEW, INSPECTION AND Professional SERVICES IFB Number: 1664387 THE OFFICIAL SITE OF THE FLORIDA DEPARTMENT OF BUSINESS PROFESSIONAL REGULATION d b pr fern, i, l l BuunwSS t }nfe3sxxtaf f1tT ul,?fiinn ONLINE SERVICES Apply for a License Verify a Licensee VIM Food & Lodging Impactions Fla a Complaint Continuing Education Course Search View Application Status Find Exam Information Unlicensed Activity Search ABBT Delinquent Invoice 8 Activity List Search LICENSEE DETAILS LIcens$e Information HOME CONTACT US MY ACCOUNT 5:3E a5 PM `22/2023 Name: Main Address: County: License Infarrnatton License Type: Rank: License Number: Status: Liaensure Date: Expires: H ERNAN DEZ, JORGE M (PAms y Name) 171 SHORE DRIVE SOUTH MIAMI Florida 33153 DADE Certified General Contracbr Cent General CGCO495R7 Currint,Inactivve 1111BJ1030 05131/2024 Ron DeSantis, Governor STATE OF FLORI DA Melanie 5. Griffin, Secretary dIr DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BUILDING CODE ADMINISTRATORS & INSPECTOR THE PROVISIONAL BUILDING INSPECTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 468, FLORIDA STATUTES GONZALEZ, RAFAEL CARLOS 813 MADRID STREET , v CORAL GABLES FL 33134 `4�� ye ¢� • f•r'r) . t1f'J LICENSE NUMBER: PBI2572 EXPIRATION DATE: FEBRUARY 15, 2025 Always verify licenses online at MyFloridaLicense_com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. PM M CONSULTING ENGINEERS CITY OF MIAMI, FLORIDA INVITATION TO BID PLANS REVIEW, INSPECTION AND Professional SERVICES IFB Number: 1664387 Ron DeSantis, Governor STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION Melanie S. Griffin, Secretary dr CONSTRUCTION INDUSTRY LICENSING BOARD THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES GONZALEZ, RAFAEL CARLOS R C COAST CONSTRUCTION INC 813 MADRIDST CORAL GABLES FL 33134 LICE j, 1e _ ' 653 EXPIRATION DATE: AUGUST 31,2024 Always verily licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document Ran DeSantis• Govern. r STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION Melanie 5. Griffin, Secretary BOARD OF ARCHITECTURE & INTERIOR DESIGN THE ARCHITECT HEREIN 1S LICENSED UNDER THE PROVISIONS OF CHAPTER 481, FLORIDA STATUTES MORA, RICHARD R - 4380 SW 13 TERR CORAL GABLES FL 33134 E LICENSE NUMBER: AR0009094 EXPIRATION DATE: FEBRUARY 28, 2025 Always verify licenses online at MyFloridaticense.com Do not alter this document in any form. d1 � This is your license. It is unlawful for anyone other than the licensee to use this document. PM M CONSULTING ENGINEERS CITY OF MIAMI, FLORIDA INVITATION TO BID PLANS REVIEW, INSPECTION AND Professional SERVICES IFB Number: 1664387 Ron DeSantis, Governor STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES 1-0 a LICENSE NUMBER: PE852552 EXPIRATION DATE: FEBRUARY 28, 2025 Always verity licenses online at MyFlordaLcense.com Do not alter this document in any farm. This is your license. It is unlawful for anyone other than the licensee to use this document. FBPE 41-1M7 BGARDCF Ron De:,ant c,ernor STATE OF FLORIDA Melanie S. Griffin. 5erretary dblpr DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES ALBELO, YANEf" +. PAU DESIGN AND CONSTRUCTION, INC. 10511 SW 161ST AVE MIAMI FL33196 LICENSE NUMBER: CGC1524736 EXPIRATION DATE: AUGUST 31,2024 Always eerdy licenses online at Myflor daLicense.corr Do not alter this document in any form. This is your Ilcense.It is unlawful for anyone other than the licensee to use this document. PM M CONSULTING ENGINEERS CITY OF MIAMI, FLORIDA INVITATION TO BID PLANS REVIEW, INSPECTION AND Professional SERVICES IFB Number: 1664387 Confirmation of Good Standing with the City PMM Consulting Engineers, Corp. has no members, officers, or stockholders that are in arrears or in default of any debt or contract involving the City. We are not a defaulter surety otherwise, upon any obligation to the City, nor have we failed to perform faithfully on previous contracts held with the City. Regards, 01)k Paul A. Martinez, PE President p M M CONSULTING ENGINEERS CITY OF MIAMI, FLORIDA INVITATION TO BID PLANS REVIEW, INSPECTION AND Professional SERVICES IFB Number: 1664387 Litigation History PMM Consulting Engineers has been in business since 1987. We provided professional engineering and inspection services for over 35 years in South Florida with no lawsuits, litigations, or other grievances with any Local, State or Federal Government. Additionally, we have never declared bankruptcy. In September 28th, 2022, the owner of a project for which construction had not yet begun sued the architect. PMM Consulting Engineers was the engineer of record. PMM Consulting Engineers and others involved in the project were added as defendants in the lawsuit. Counsel is seeking to have the case dismissed with prejudice. p M M CONSULTING ENGINEERS CITY OF MIAMI, FLORIDA INVITATION TO BID PLANS REVIEW, INSPECTION AND Professional SERVICES IFB Number: 1664387 Thank you! PM M ENGINEERS City of Miami Solicitation 1664387 Solicitation 1664387 Plans Review, Inspection and Professional Services Solicitation Designation: Public City of Miami 10/3/2023 11:35 AM p. 1 City of Miami Solicitation 1664387 Solicitation 1664387 Plans Review, Inspection and Professional Services Solicitation Number 1664387 Solicitation Title Plans Review, Inspection and Professional Services Solicitation Start Date Sep 13, 2023 8:01:48 AM EDT Solicitation End Date Oct 13, 2023 3:00:00 PM EDT Question &Answer End Sep 25, 2023 3:00:00 PM EDT Date Solicitation Contact Cristiane Lima 305-416-1904 clima@miamigov.com Contract Duration See Specifications Contract Renewal See Specifications Prices Good for See Specifications Pre -Solicitation Conference Sep 20, 2023 11:00:00 AM EDT Attendance is optional Location: +1 786-598-2961, United States, Miami (Toll) Conference ID: 120 009 285# Please see the Bid Document for the meeting link. Refer to Section 2.2. PRE -BID CONFERENCE. Solicitation Comments Addendum # 1 THE PURPOSE OF THIS SOLICITATION IS TO ESTABLISH A CONTRACT WITH A RESPONSIVE AND RESPONSIBLE BIDDER(S) FOR THE PROVISION OF PLANS REVIEW, INSPECTION, AND PROFESSIONAL SERVICES, ON AN AS NEEDED BASIS, FOR THE CITY OF MIAMI'S ("CITY") BUILDING DEPARTMENT ("BUILDING") AND DEPARTMENT OF RESILIENCE AND PUBLIC WORKS ("PUBLIC WORKS"). BID BOND AND PEFORMANCE BOND ARE NOT REQUIRED FOR THIS IFB. FAILURE TO SUBMIT, COMPLETE, AND/OR SIGN THE FOLLOWING DOCUMENTS SHALL RENDER YOUR BID NON -RESPONSIVE. * THE CERTIFICATION STATEMENT; * CERTIFICATIONS SECTION; AND * COPY OF ALL REQUIRED DOCUMENTS LISTED IN SECTIONS 2.4. BIDDERS MINIMUM QUALIFICATIONS OF THIS IFB. ALL UPLOADS SHALL BE IN PDF FILE FORMAT, NO OTHER FILE FORMATS WILL BE ACCEPTED BY THE CITY. ATTACHMENT FILES SHALL BE NO MORE THAN 500MB IN SIZE EACH, SHOULD THERE BE A NEED FOR A LARGER SIZE FILE TO BE UPLOADED SPLIT IN MULTIPLE FILES. FOR BIDSYNC TECHNICAL DIFFICULTIES AND/OR ISSUES PLEASE CONTACT BIDSYNC VENDOR SUPPORT TOLL -FREE NUMBER AT 800-990-9339, OR SUPPORT.BIDSYNC.COM, OR VIA EMAIL AT SUPPORT@BIDSYNC.COM. 10/3/2023 11:35 AM p. 2 City of Miami Solicitation 1664387 New Documents Previous End Date ADDENDUM NO 1.pdf Oct 6, 2023 3:00:00 PM EDT New End Date Oct 13, 2023 3:00:00 PM EDT Item Quantity Unit Price Delivery Location Item Response Form 1664387--01-01 - Plans Examiner - (Building, Electrical, Mechanical and Plumbing) 2080 hour City of Miami No Location Specified Qty 2080 Description Hourly rate for the provision of qualified staff to performs plans examinations (Building, Electrical, Mechanical and Plumbing) services, pursuant to Section 3.1, Specification/Scope of Work. The price is per hour. Annual estimated hours for evaluation purposes only. Item Quantity Unit Price Delivery Location 1664387--01-02 - Plans Examiner - (Structural) 2080 hour City of Miami No Location Specified Qty 2080 Description Hourly rate for the provision of qualified staff to performs plans examinations (Structural) services, pursuant to Section 3.1, Specification/Scope of Work. The price is per hour. Annual estimated hours for evaluation purposes only. Item Quantity Unit Price Delivery Location 1664387--01-03 - Inspectors - (Building, Electrical, Mechanical and Plumbing) 2080 hour City of Miami No Location Specified Qty 2080 Description Hourly rate for the provision of qualified staff to perform inspections (Building, Electrical, Mechanical and Plumbing) services, pursuant to Section 3.1, Specification/Scope of Work. The price is per hour. 10/3/2023 11:35 AM p. 3 City of Miami Solicitation 1664387 Annual estimated hours for evaluation purposes only. Item Quantity Unit Price Delivery Location 1664387--01-04 - Roofing Inspectors 2080 hour City of Miami No Location Specified Qty 2080 Description Hourly rate for the provision of qualified staff to perform roofing inspections services, pursuant to Section 3.1, Specification/Scope of Work. The price is per hour. Annual estimated hours for evaluation purposes only. Item Quantity Unit Price Delivery Location 1664387--01-05 - Civil or Professional Engineer Plan Reviewers 2080 hour City of Miami No Location Specified Qty 2080 Description Hourly rate for the provision of qualified staff to perform plan reviews services, pursuant to Section 3.1, Specification/Scope of Work. The price is per hour. Annual estimated hours for evaluation purposes only. Item Quantity Unit Price Delivery Location 1664387--01-06 - Engineer I 2080 hour City of Miami No Location Specified Qty 2080 Description Hourly rate for the provision of qualified staff to perform engineering services, pursuant to Section 3.1, Specification/Scope of Work. The price is per hour. Annual estimated hours for evaluation purposes only. Item 1664387--01-07 - Engineering Technician Quantity 2080 hour Unit Price Delivery Location City of Miami 10/3/2023 11:35 AM p. 4 City of Miami Solicitation 1664387 No Location Specified Qty 2080 Description Hourly rate for the provision of qualified staff to performs technical services, pursuant to Section 3.1, Specification/Scope of Work. The price is per hour. Annual estimated hours for evaluation purposes only. Item Quantity Unit Price Delivery Location 1664387--01-08 - Professional Surveyor and Mapper 2080 hour City of Miami No Location Specified Qty 2080 Description Hourly rate for the provision of qualified staff to performs surveying and mapping services , pursuant to Section 3.1, Specification/Scope of Work. The price is per hour. Annual estimated hours for evaluation purposes only. Item Quantity Unit Price Delivery Location 1664387--01-09 - Surveyor 2080 hour City of Miami No Location Specified Qty 2080 Description Hourly rate for the provision of qualified staff to performs surveying services , pursuant to Section 3.1, Specification/Scope of Work. The price is per hour. Annual estimated hours for evaluation purposes only. Item Quantity Unit Price Delivery Location 1664387--01-10 - Arborist 2080 hour City of Miami No Location Specified Qty 2080 Description 10/3/2023 11:35 AM p. 5 City of Miami Solicitation 1664387 Hourly rate for the provision of qualified staff to performs arborist services , pursuant to Section 3.1, Specification/Scope of Work. The price is per hour. Annual estimated hours for evaluation purposes only. Item Quantity Unit Price Delivery Location 1664387--01-11 - Permitting Coordinator I 2080 hour City of Miami No Location Specified Qty 2080 Description Hourly rate for the provision of qualified staff to performs varied administrative level clerical work, pursuant to Section 3.1, Specification/Scope of Work. The price is per hour. Annual estimated hours for evaluation purposes only. Item Quantity Unit Price Delivery Location 1664387--01-12 - Permitting Coordinator II 2080 hour City of Miami No Location Specified Qty 2080 Description Hourly rate for the provision of qualified staff to performs varied, advanced administrative level clerical work, pursuant to Section 3.1, Specification/Scope of Work. The price is per hour. Annual estimated hours for evaluation purposes only. 10/3/2023 11:35 AM p. 6 City of Miami Solicitation 1664387 Tau of gnimi ANNIE PEREZ, CPPO Director of Procurement ARTHUR NORIEGA V. City Manager ADDENDUM NO. 1 IFB No. 1664387 October 3, 2023 Invitation For Bid ("IFB") for Plans Review, Inspection and Professional Services TO: ALL PROSPECTIVE BIDDERS: The following changes, additions, clarifications, and deletions amend the IFB documents of the above captioned IFB and shall become an integral part of the Contract Documents. Deletions of contract language will be specified herein. Bold words and/or figures shall be added. The remaining provisions are now in effect and remain unchanged. Please note the contents herein and reflect same on the documents you have on hand. A. The IFB's closing date and time has been changed to Friday, October 13, 2023, at 3:00 P.M. B. The following are inquiries received from Prospective Bidders and the City's corresponding responses: Q1. Can a structural engineering firm provide all required services in-house, or they will need a team to cover the City's service requirements? Al. Yes, the firm can provide the services in-house. Q2. As per Section 2.4, subsection 3 of the IFB, Bidder's Minimum Qualifications, "All staff must be employed with the Bidder, the most recent certified payroll shall be submitted with Bid." Will the City accept certified payrolls with employee names redacted? The Bid response is subject to public record laws, disclosing employee names and their associated payroll information could potentially expose the firm's staff to other potential employers. A2. The names can not be redacted; however, the social security numbers and compensation information can be redacted. Q3. If the City is unwilling to accept certified payrolls with redacted names, can salary amounts be redacted per employee? A3. Yes, the compensation information including salaries can be redacted. 10/3/2023 11:35 AM p. 7 City of Miami Solicitation 1664387 Q4. What number should the vendor place on the 'item response form' box: the hourly rate or the extended price (hours multiplied the hourly rate)? A4. The Bidder shall provide the hourly rate for each qualified staff directly on Bidsync platform. Q5. Does a vendor without local office in the City of Miami need to include the local office form? A5. No, vendors that do not have a local office in the City of Miami are not required to include the local office form. ALL OTHER TERMS AND CONDITIONS OF THE IFB REMAIN THE SAME. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE IFB AND SHALL BE MADE A PART THEREOF. Annie Perez, CPPO Director/Chief Procurement Officer City of Miami Procurement Department AP:cl cc. Larry Spring, CPA, Assistant City Manager, Chief Financial Officer Juvenal Santana, P.E., CFM, Director of Department of Resilience and Public Works Asael Marrero, Director of Building Department Yadissa A. Calderon, CPPB, NIGP-CPP, Assistant Director, Department of Procurement This Addendum shall be signed by an authorized representative and dated by the Bidder and submitted as proof of receipt with the submission of the Bid. NAME OF FIRM: SIGNATURE: DATE: 2 10/3/2023 11:35 AM p. 8 City of Miami Solicitation 1664387 City of Miami Invitation for Bid (IFB) Department of Procurement Miami Riverside Center 444 SW 2nd Avenue, 6th Floor Miami, Florida 33130 Web Site Address: www.miamipov.com/procurement IFB Number: 1664387 Title: Invitation for Bid for Plans Review, Inspection and Professional Services Issue Date/Time: 13-SEP-2023 IFB Closing Date/Time: 6-OCT-2023 @ 3:00 p.m. Pre-Bid/Pre-Proposal Conference: Voluntary Pre-Bid/Pre-Proposal Date/Time: Wednesday, September 20, 2023 @ 11:00 a.m. Pre-Bid/Pre-Proposal Location: Virtual Via Microsoft Teams Deadline for Request for Clarification: Monday, September 25, 2023 @ 3:00 p.m. Contracting Officer: Lima, Cristiane Contracting Officer E-Mail Address: CLima@miamigov.com Contracting Officer Facsimile: (305)400-5009 10/3/2023 11:35 AM P. 9 City of Miami Solicitation 1664387 Certification Statement Please quote on this form, if applicable, net prices for the item(s) listed. Return signed original and retain a copy for your files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or reject all or any part of this submission. Prices should be firm for a minimum of 180 days following the time set for closing of the submissions. In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices. We (I) certify that we have read your solicitation, completed the necessary documents, and propose to furnish and deliver, F.O.B. DESTINATION, the items or services specified herein. The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations, or debarred or suspended as set in section 18-107 or Ordinance No. 12271. All exceptions to this submission have been documented in the section below (refer to paragraph and section). EXCEPTIONS: We (I) certify that any and all information contained in this submission is true; and we (I) further certify that this submission is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a submission for the same materials, supplies, equipment, or service, and is in all respects fair and without collusion or fraud. We (I) agree to abide by all terms and conditions of this solicitation and certify that I am authorized to sign this submission for the submitter. Please print the following and sign your name: PROPOSER NAME: ADDRESS: PHONE: FAX: EMAIL: CELL(Optional): SIGNED BY: TITLE: DATE: FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM SHALL DISQUALIFY THIS RESPONSE. 10/3/2023 11:35 AM p. 10 City of Miami Certifications Solicitation 1664387 Legal Name of Firm: Entity Type: Partnership, Sole Proprietorship, Corporation, etc. Year Established: Address, City, State, Zip, Contact Name, Contact Tittle, Phone, Fax, Email: Federal Employer Identification ("FEIN/EIN") Number: Office Location: City of Miami, Miami -Dade County, or Other Business Tax Receipt/ Occupational License Number: Business Tax Receipt/ Occupational License Issuing Agency: Business Tax Receipt/ Occupational License Expiration Date: Will Subcontractor(s) be used? (Yes or No) If subcontractor(s) will be utilized, provide their name, address and the portion of the work they will be responsible for under this contract (a copy of their license(s) must be submitted with your bid response). If no subcontractor(s) will be utilized, please insert N/A.: Please list and acknowledge all addendum/addenda received. List the addendum/addenda number and date of receipt (i.e. Addendum No. 1, 1/1/23). If no addendum/addenda was/were issued, please insert N/A. Reference No. 1: Name of Company/Agency for which Bidder is currently providing the services/goods as described in this solicitation, or has provided such services/goods in the past: 10/3/2023 11:35 AM p. 11 City of Miami Solicitation 1664387 Reference No. 1: Address, City, State, and Zip for above reference company/agency listed: Reference No. 1: Name of Contact Person, Telephone Number and Email for above reference No. 1 Reference No. 1: Date of Contract or Sale for above reference No. 1 Reference No. 2: Name of Company/Agency for which Bidder is currently providing the services/goods as described in this solicitation, or has provided such services/goods in the past: Reference No. 2: Address, City, State, and Zip for above reference company/agency listed: Reference No. 2: Name of Contact Person, Telephone Number and Email for above reference No. 2 Reference No. 2: Date of Contract or Sale for above reference No. 2 Reference No. 3: Name of Company/Agency for which Bidder is currently providing the services/goods as described in this solicitation, or has provided such services/goods in the past: Reference No. 3: Address, City, State, and Zip for above reference company/agency listed: Reference No. 3: Name of Contact Person, Telephone Number and Email for above reference No. 3 Reference No. 3: Date of Contract or Sale for above reference No. 3 If Bidder has a Local Office, as defined under Chapter 18/Article III, Section 18-73 of the City Code, has Bidder filled out, notarized, and included with its bid response the "City of Miami Local Office Certification" form? YES OR NO? 10/3/2023 11:35 AM p. 12 City of Miami Solicitation 1664387 • IMPORTANT NOTICE TO BIDDERS: • BID BOND AND PEFORMANCE BOND ARE NOT REQUIRED FOR THIS SOLICITATION. • FAILURE TO SUBMIT, COMPLETE, AND/OR SIGN THE FOLLOWING DOCUMENTS SHALL RENDER YOUR BID NON -RESPONSIVE. 1. THE CERTIFICATION STATEMENT; 2. CERTIFICATIONS SECTION; AND 3. COPY OF ALL REQUIRED DOCUMENTS LISTED IN SECTION 2.4. BIDDER'S MINIMUM QUALIFICATIONS OF THIS IFB. • ALL UPLOADS SHALL BE IN PDF FILE FORMAT, NO OTHER FILE FORMATS WILL BE ACCEPTED BY THE CITY OF MIAMI. • ATTACHMENT FILES SHALL BE NO MORE THAN 500MB IN SIZE EACH, SHOULD THERE BE A NEED FOR A LARGER SIZE FILE TO BE UPLOADED SPLIT IN MULTIPLE FILES. • FOR BIDSYNC TECHNICAL DIFFICULTIES AND/OR ISSUES PLEASE CONTACT BIDSYNC VENDOR SUPPORT TOLL -FREE NUMBER AT 800-990-9339, OR SUPPORT.BIDSYNC.COM, OR VIA EMAIL AT SUPPORT@BIDSYNC.COM. 10/3/2023 11:35 AM p. 13 City of Miami Solicitation 1664387 Table of Contents Terms and Conditions 1. General Conditions 1.1. GENERAL TERMS AND CONDITIONS 2. Special Conditions 2.1. PURPOSE 2.2. PRE -BID CONFERENCE 2.3. DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL INFORMATION/CLARIFICATION 2.4. BIDDER'S MINIMUM QUALIFICATIONS 2.5. LOCAL PREFERENCE 2.6. REFERENCES 2.7. SUBCONTRACTORS OF WORK SHALL BE IDENTIFIED 2.8. SUBCONTRACTOR'S MINIMUM REQUIREMENTS 2.9. INSURANCE REQUIREMENTS 2.10. TERM OF CONTRACT 2.11. METHOD OF AWARD 2.12. SUBMISSION REQUIREMENTS 2.13. CITY OF MIAMI LIVING WAGE ORDINANCE 2.14. CURES 2.15. TIE BIDS 2.16. CONDITIONS FOR RENEWAL 2.17. NON -APPROPRIATION OF FUNDS 2.18. CONSUMER PRICE INDEX 2.19. PROJECT MANAGER 2.20. DELAYS 2.21. CONFLICT OF INTEREST 2.22. HOURLY RATE 2.23. OVERTIME 2.24. ADDITIONS/DELETIONS OF SUPPLIERS/FACILITIES/ITEMS/SERVICES 2.25. DAMAGES TO PUBLIC/PRIVATE PROPERTY 2.26. FORCE MAJEURE 2.27. PRIMARY CLIENT (FIRST PRIORITY) 2.28. FAILURE TO PERFORM 2.29. TERMINATION 2.30. ADDITIONAL TERMS AND CONDITIONS 3. Specifications 3.1. SPECIFICATIONS/SCOPE OF WORK 10/3/2023 11:35 AM p. 14 City of Miami Solicitation 1664387 Terms and Conditions 1. GENERAL TERMS AND CONDITIONS FOR INVITATION FOR BID (IFB) - References to goods only apply insofar as they are applicable to "Goods" as defined in Section 18-73 of the City Code. References to "Professional and Personal Services" are as defined in Section 18-73 of the City Code. Intent: The General Terms and Conditions described herein apply to the acquisition of goods/ services with an estimated aggregate cost of $25,000.00 or more. Definition: A Formal Solicitation is defined as issuance of an Invitation for Bids, Request for Proposals, Request for Qualifications, or Request for Letters of Interest pursuant to the City of Miami ("City") Procurement Code and/or Florida Law, as amended. Formal Solicitation and Solicitation shall be defined in the same manner herein. 1.1. ACCEPTANCE OF GOODS - Any good(s) delivered under this Formal Solicitation, if applicable, shall remain the property of the Bidder until a physical inspection and actual usage of the good is made, and thereafter is accepted as satisfactory to the City. It must comply with the terms herein and be fully in accordance with specifications and of the highest quality. In the event the goods supplied to the City are found to be defective or do not conform to specifications, the City reserves the right to cancel the order upon written notice to the Successful Bidder/Contractor and return the product to the Successful Bidder/Contractor at the Successful Bidder/Contractor's expense. 1.2. ACCEPTANCE OF OFFER - The signed or electronic submission of a Bidder's response shall be considered an offer on the part of the Bidder; such offer shall be deemed accepted upon issuance by the City of a Purchase Order. 1.3. ACCEPTANCE/REJECTION - The City reserves the right to accept, reject any or all, or portion of responses after opening/closing date, and request re -issuance on the goods/services described in the Formal Solicitation. In the event of a rejection, the Director of Procurement shall notify all affected Bidders and provide a written explanation for such rejection. The City also reserves the right to reject the Response of any Bidder which has previously failed to properly perform under the Terms and Conditions of a City Contract, to deliver on time contracts of a similar nature, and which is not capable to perform the requirements defined in this Formal Solicitation. The foregoing is not an all-inclusive list of reasons for which a response may be rejected. The City further reserves the right to waive any irregularities, minor informalities, or technicalities in any or all responses and may, at its sole discretion, re -issue the Formal Solicitation. 1.4. ADDENDA - It is the Bidder's responsibility to ensure receipt of all Addenda. Responses to questions/inquiries from prospective Bidders will be provided in the form of an Addendum. Addenda are available at the Bidsync. 1.5. ALTERNATE RESPONSES -Alternate responses will not be considered, unless specifically requested by the City. 1.6. ASSIGNMENT - Successful Bidder/Contractor agrees not to subcontract, assign, transfer, convey, sublet, pledge, encumber, or otherwise dispose of the resulting Contract, in whole or in part, or any or all of its rights, title or interest herein, without the City's prior written consent. 1.7. ATTORNEY'S FEES - In connection with any litigation, appellate, administrative, mediation, and/or arbitration arising out of the resulting Contract, each party shall bear their own attorney's fees through and including, appellate litigation and any post -judgment proceedings. 1.8. AUDIT RIGHTS AND RECORDS RETENTION -The Successful Bidder/Contractor agrees to provide access at all reasonable times to the City, or to any of its duly authorized representatives, to any books, documents, papers, and records of Successful Bidder/Contractor which are directly pertinent to this Formal Solicitation, for the 10/3/2023 11:35 AM p. 15 City of Miami Solicitation 1664387 purpose of audit, examination, excerpts, and transcriptions. The Successful Bidder/Contractor shall maintain and retain any and all of the books, documents, papers, and records pertinent to the resulting Contract for three (3) years after the City makes final payment and all other pending matters are closed. Successful Bidder's/Contractor's failure to, or refusal to comply with this condition, shall result in the immediate cancellation of this Contract by the City. The Audit Rights set forth in Section 18-102 of the City Code apply as supplemental terms and are deemed as being incorporated by reference herein. 1.9. AVAILABILITY OF CONTRACT STATE-WIDE - Any governmental, not -for -profit, or quasi - governmental entity in the State of Florida, may avail itself of this Contract and purchase any, and all goods/services, specified herein from the Successful Bidder/Contractor at the Contract price(s) established herein, when permissible by Federal, State, and local laws, rules, and regulations. Additionally, any governmental entity outside of the State of Florida but, within the Continental United States of America, may avail itself to this Contract and purchase any and all goods/services, specified herein from the Successful Bidder/Contractor at the Contract price(s) established herein, when permissible by Federal, State, and local laws, rules, and regulations. Each governmental, not -for -profit or quasi -governmental entity which uses this Formal Solicitation and resulting Contract will establish its own Contract, place its own orders, issue its own purchase orders, be invoiced there from and make its own payments, determine shipping terms and issue its own exemption certificates as required by the Successful Bidder/Contractor. 1.10. AWARD OF CONTRACT - A. The Formal Solicitation, any addenda issued, the Bidder's response, and the Purchase Order shall constitute the entire Contract, unless modified in accordance with any ensuing Contract, or amendment. B.The award of a Contract, where there are Tie Bids, the tie breaker will be decided by the Director of Procurement or designee, in the instance that Tie Bids cannot be determined by applying Florida Statute 287.087, Preference to Businesses with Drug -Free Workplace Programs. C. The award of this Contract may be preconditioned on the subsequent submission of other documents as specified in the Special Conditions or Specifications/Scope of Work. Bidder may be found non -responsive if such documents are not submitted in a timely manner and in the form required by the City. Where Bidder is found non -responsive, the City, through action taken by the Department of Procurement, will void its acceptance of the Bidder's Response and may accept the Response from the next lowest responsive, responsible Bidder most advantageous to the City or may re -solicit for the goods/services. The City, at its sole discretion, may seek monetary restitution from Bidder and/or its bid bond or guaranty, and/or similar security, if applicable, as a result of damages or increased costs sustained as a result of the Bidder's failure to satisfy the City's requirements. D. The term of the Contract shall be specified in one of three documents which shall be issued to the Successful Bidder. These documents may either be, a Purchase Order, Notice of Award, and/or Contract Award Sheet. E. The City reserves the right to automatically extend this Contract for up to one hundred eighty (180) calendar days beyond the stated Contract term, in order to provide City departments with continual service and supplies while a new Contract is being solicited, evaluated, and/or awarded. If the right to extend is exercised, the City shall notify the Successful Bidder/Contractor, in writing, of its intent to extend the Contract in accordance with the existing terms and conditions for a specified number of days. Additional extensions beyond the first one hundred eighty (180) day extension may occur, if, the City and the Successful Bidder/Contractor are in mutual agreement of such extensions. F. Where the Contract involves a single shipment of goods to the City, the Contract term shall conclude upon completion of the expressed or implied warranty periods. G. The City reserves the right to award the Contract on a split -order, lump sum, individual -item basis, or such method of award in the best interest of the City, unless otherwise specified. 10/3/2023 11:35 AM p. 16 City of Miami Solicitation 1664387 H. A Contract may be awarded to the Successful Bidder/Contractor by the City Commission based upon the minimum qualification requirements reflected herein. 1.11. BID BOND/ BID SECURITY - A cashier's or certified check issued by a bank authorized to transact banking business in Florida, or a Bid Bond/Bid Security signed by a surety company that is licensed to do business in the State of Florida, payable to the City of Miami, for the amount as specified in the bid, is required from all Bidders, if so indicated under the Special Conditions. This check or bond guarantees that a Bidder will accept the Contract, as bid, if it is awarded to Bidder. Bidder shall forfeit bid deposit to the City, should City award Contract to Bidder and Bidder fails to accept the award. The City reserves the right to reject any and all surety tendered to the City. Bid deposits are returned to unsuccessful Bidders within ten (10) days after the award and Successful Bidder's acceptance of award. If one hundred eighty (180) days have passed after the date of the Formal Solicitation closing date, and no Contract has been awarded, all bid deposits will be returned on demand. 1.12. BID SECURITY FORFEITED LIQUIDATED DAMAGES -Failure to execute a Contract and/or file an acceptable Performance Bond, when required, as provided herein, shall be just cause for the annulment of the award and the forfeiture of the Bid Bond/Bid Security to the City, which forfeiture shall be considered, not as a penalty, but in mitigation of damages sustained which cannot be determined at the time of award. Award may then be made to the next lowest responsive and responsible Bidder, or all Bid responses may be rejected. 1.13. BID RESPONSE FORM - All required forms in the Formal Solicitation should be completed, signed, and submitted accordingly as specified to in the Formal Solicitation. Digital signatures may only be utilized if expressly permitted in the solicitation. 1.14. BRAND NAMES - If, and wherever in the specifications, brand names, makes, models, names of any manufacturers, trade names, or Bidder catalog numbers are specified, it is for the purpose of establishing the type, function, minimum standard of design, efficiency, grade, or quality of goods only. When the City does not desire to rule out other competitors' brands or makes, the phrase "APPROVED EQUAL" is added. Unless otherwise specified, any manufacturers' names, trade names, brand names, information or catalog numbers listed in a specification are descriptive, not restrictive or exclusive. The Bidder shall provide any equipment that meets or exceeds the applicable specifications, including without limitation the following: Equal in every important attribute, to include industry quality measurable standard, quality of product, accessibility of distribution, durability/reliability/dependability and warranty coverage, and the delivery schedule. When bidding an "APPROVED EQUAL", Bidders shall submit, with their response, complete sets of necessary data (e.g., factory information sheets, specifications, brochures, etc.) in order for the City to evaluate and determine the equality of the item(s) bid. The Bidder shall demonstrate comparability, including appropriate catalog materials, literature, specifications, test data, etc. The City shall be the sole judge of equality and its decision shall be final. The City shall determine in its sole discretion, subject to the concurrence of the Project Manager whether goods are acceptable as an equivalent. Unless otherwise specified, evidence in the form of samples may be requested, if the proposed brand is other than specified by the City. Such samples are to be furnished after Formal Solicitation opening/closing, upon request of the City. If samples are requested by the City, such samples must be received by the City no later than seven (7) calendar days after a formal request is made. When "NO SUBSTITUTION" is used in conjunction with a manufacturer's name, brand name, and/or model number, that named item is the only item that will be accepted by the City in that particular instance. 1.15. CANCELLATION -The City reserves the right to cancel this Formal Solicitation, before its opening/closing. In the event of cancellation, the Director of Procurement shall notify all prospective Bidders and provide a written explanation for the cancellation. There shall be no recourse against the City for a cancellation made in accordance with this Section. 10/3/2023 11:35 AM p. 17 City of Miami Solicitation 1664387 1.16. CAPITAL EXPENDITURES - Successful Bidder/Contractor understands that any capital expenditures that the Successful Bidder/Contractor makes, or prepares to make, in order to deliver/perform the goods/services required by the City, is a business risk which the Successful Bidder/Contractor must assume. The City will not be obligated to reimburse amortized or unamortized capital expenditures, or to maintain the approved status of any Successful Bidder/Contractor. If Successful Bidder/Contractor has been unable to recoup its capital expenditures during the time it is rendering such goods/services, it shall not have any claim upon the City. 1.17. CITY NOT LIABLE FOR DELAYS -It is further expressly agreed that in no event shall the City be liable for, or responsible to, the Bidder, any subcontractor, or to any other person for, or on account of, any stoppages or delay in the work herein provided for by injunction, or other legal or equitable proceedings, or on account of any delay for any cause over which the City has no control. 1.18. COLLUSION - Bidder, by submitting a response, certifies that its response is made without previous understanding, agreement, or connection either with any person, firm, or corporation submitting a Bid for the same goods/services, or with the City of Miami's Department of Procurement or initiating department. The Bidder certifies that its response is fair, without control, collusion, fraud, or other illegal action. Bidder certifies that it is in compliance with the Conflict of Interest and Code of Ethics Laws. The City will investigate all potential situations where collusion may have occurred, and the City reserves the right to reject any and all Bids where collusion may have occurred. 1.19. COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS - Successful Bidder/Contractor understands that contracts between private entities and local governments are subject to certain laws, codes, and regulations, including laws pertaining to public records, sunshine (open meetings), conflict of interest, ethics records keeping, etc. City and Successful Bidder/Contractor agree to comply with and observe all applicable laws, codes, regulations, and ordinances, and to secure all applicable public approvals and/or consents, of any governmental agency and/or owner of intellectual property rights as that may in any way affect the goods or services offered, including, but not limited to: A. Executive Order 11246, which prohibits discrimination against any employee, applicant, or client because of race, creed, color, national origin, sex, or age with regard to, but not limited to, the following: employment practices, rate of pay or other compensation methods, and training selection. B. Occupational, Safety and Health Act (OSHA), as applicable to this Formal Solicitation. C. The State of Florida Statutes, Section 287.133(3)(A) on Public Entity Crimes. D. Environment Protection Agency (EPA), as applicable to this Formal Solicitation. E Uniform Commercial Code (Florida Statutes, Chapter 672). F. Americans with Disabilities Act of 1990, as amended. G National Institute of Occupational Safety Hazards (NIOSH), as applicable to this Formal Solicitation. FL National Forest Products Association (NFPA), as applicable to this Formal Solicitation. I. City Procurement Ordinance, City Code Section 18, Article III. J. Conflict of Interest, City Code Section 2-611;61. K. Cone of Silence, City Code Section 18-74. L The Florida Statutes Sections 218.70 to 218.79, the Prompt Payment Act. 10/3/2023 11:35 AM p. 18 City of Miami Solicitation 1664387 Lack of knowledge by the Successful Bidder/Contractor will in no way be a cause for relief from responsibility. Non- compliance with all applicable local, State, and Federal directives, orders, codes, rules, regulations, and laws may be considered grounds for termination of Contract at the option of the City Manager. Copies of the City Ordinances may be obtained from the City Clerk's Office. 1.20. CONE OF SILENCE - Pursuant to Section 18-74 of the City of Miami Code, a "Cone of Silence" is imposed upon each Formal Solicitation once advertised and terminates at the time the City Manager issues a written recommendation to the Miami City Commission. The Cone of Silence shall be applicable only to Formal Solicitations for the provision of goods and services for amounts greater than $200,000. The Cone of Silence prohibits any communication regarding Formal Solicitations between, among others: Potential vendors, service providers, bidders, lobbyists or consultants and the City's professional staff including, but not limited to, the City Manager and the City Manager's staff; the Mayor, City Commissioners, or their respective staffs. The provision does not apply to, among other communications: oral communications with the City Procurement staff, provided the communication is limited strictly to matters of process or procedure already contained in the Formal Solicitation document; the provisions of the Cone of Silence do not apply to oral communications at duly noticed site visits/inspections, pre -bid conferences, or public presentations made to the Miami City Commission during a duly noticed public meeting; or communications in writing or by email at any time with any City employee, official or member of the City Commission unless specifically prohibited by the applicable Formal Solicitation documents; or communications in connection with the collection of industry comments or the performance of market research regarding a particular Formal Solicitation by City Procurement staff. Bidders must file a copy of any written communications with the Office of the City Clerk, which shall be made available to any person upon request. The City shall respond in writing and file a copy with the City Clerk's Office, which shall be made available to any person upon request. Written communications may be in the form of an e-mail, or fax with a copy to the City Clerk's Office being required. In addition to any other penalties provided by law, violation of the Cone of Silence by any Bidder shall render any award voidable. A violation by a particular Bidder, lobbyist or consultant shall subject same to potential penalties pursuant to the City Code. Any person having personal knowledge of a violation of these provisions shall report such violation to the State Attorney and/or may file a complaint with the Miami Dade County Commission on Ethics. This language is only a summary of the key provisions of the Cone of Silence. Please review City of Miami Code Section 18-74 for a complete and thorough description of the Cone of Silence. You may contact the City Clerk's Office at 305-250-5360 or clerksgmiamigov com, to obtain a copy of same. 1.21. CONFIDENTIALITY - As a political subdivision, the City of Miami is subject to the Florida Govemment in the Sunshine (public Meetings) Act and Public Records Act. If this Contract contains a confidentiality provision, it shall have no application when disclosure is required by Florida law or upon court order. 1.22. CONFLICT OF INTEREST - Bidders, by responding to this Formal Solicitation, certify that to the best of their knowledge or belief, no elected/appointed official or employee of the City of Miami is financially interested, directly or indirectly, in the purchase of goods/services specified in this Formal Solicitation. Any such interests on the part of the Bidder or its employees must be disclosed in writing to the City. Further, Bidder shall disclose the name of any City employee who owns, directly or indirectly, an interest of five percent (5%) or more of the total assets of capital stock in Bidder's firm. A. Bidder further agrees not to use or attempt to use any knowledge, property, or resource which may be within his/her trust, or perform his/her duties, to secure a special privilege, benefit, or exemption for himself/herself, or others. Bidder may not disclose or use information not available to members of the general public and gained by 10/3/2023 11:35 AM p. 19 City of Miami Solicitation 1664387 reason of his/her position, except for information relating exclusively to governmental practices, for his/her personal, or benefit, or for the personal gain, or benefit of any other person, or business entity. B. Bidder hereby acknowledges that he/she has not contracted or transacted any business with the City or any person, or agency acting for the City, and has not appeared in representation of any third party before any board, Commission, or agency of the City within the past two years. Bidder further warrants that he/she is not related, specifically the spouse, son, daughter, parent, brother, or sister, to: (i) any member of the Commission; (ii) the Mayor; (iii) any City employee; or (iv) any member of any board or agency of the City. C. A violation of this section may subject the Bidder to immediate termination of any contract with the City, and imposition of the maximum fine and/or any penalties allowed by law. Additionally, violations may be considered by and subject to action by the Miami -Dade County Commission on Ethics. 1.23. COPYRIGHT OR PATENT RIGHTS - Bidders warrant that there has been no violation of copyright or patent rights in manufacturing, producing, or selling the goods shipped or ordered and/or services provided as a result of this Formal Solicitation, and Bidders agree to hold the City harmless from any and all liability, loss, or expense occasioned by any such violation. 1.24. COST INCURRED BY BIDDER - All expenses involved with the preparation and submission of Bids to the City, or any work performed in connection therewith shall be borne by the Bidder. 1.25. DEBARMENT AND SUSPENSIONS (SECTION 18-107) - A. Authority and requirement to debar/suspend. After reasonable notice to an actual or prospective Contractual Party, and after reasonable opportunity for such party to be heard, the City Manager, after consultation with the Chief Procurement Officer and the City Attorney, shall have the authority to debar a Contractual Party, for the causes listed below, from consideration for award of City Contracts. The debarment shall be for a period of not fewer than three (3) years. The City Manager shall also have the authority to suspend a Contractual Party from consideration for award of City Contracts if there is probable cause for debarment, pending the debarment determination. The authority to debar/suspend contractors shall be exercised in accordance with regulations which shall be issued by the Chief Procurement Officer after approval by the City Manager, the City Attorney, and the City Commission. B. Causes for debarment/suspension. Causes for debarment or suspension include the following: 1) Conviction for commission of a criminal offense incident to obtaining or attempting to obtain a public or private Contract or subcontract, or incident to the performance of such Contract or subcontract. 2) Conviction under state or federal statutes of embezzlement, theft, forgery, bribery, falsification or destruction of records, receiving stolen property, or any other offense indicating a lack of business integrity or business honesty. 3) Conviction under state or federal antitrust statutes arising out of the submission of Bids or Proposals. 4) Violation of Contract provisions, which is regarded by the Chief Procurement Officer to be indicative of non - responsibility. Such violation may include failure without good cause to perform in accordance with the terms and conditions of a Contract or to perform within the time limits provided in a Contract, provided that failure to perform caused by acts beyond the control of a party shall not be considered a basis for debarment/suspension. 5) Debarment/suspension of the Contractual Party by any federal, state or other governmental entity. 6) False certification pursuant to paragraph C below. 7) Found in violation of a zoning ordinance or any other city ordinance or regulation and for which the violation remains noncompliant. 10/3/2023 11:35 AM p. 20 City of Miami Solicitation 1664387 8) Found in violation of a zoning ordinance or any other city ordinance or regulation and for which a civil penalty or fine is due and owing to the city. 9) Any other cause judged by the City Manager to be so serious and compelling as to affect the responsibility of the Contractual Party performing city Contracts. C. Certification. All Contracts for goods and services, sales, and leases by the city shall contain a certification that neither the Contractual Party nor any of its principal owners or personnel have been convicted of any of the violations set forth above or debarred or suspended as set forth in paragraph (b)(5). D. Debarment and suspension decisions. Subject to the provisions of paragraph (a), the City Manager shall render a written decision stating the reasons for the debarment or suspension. A copy of the decision shall be provided promptly to the Contractual Party, along with a notice of said parry's right to seek judicial relief. 1.26. DEBARRED/SUSPENDED VENDORS - An entity or affiliate who has been placed on the State of Florida debarred or suspended vendor list may not submit a Response for a solicitation to provide goods or services to a public entity; may not submit a Response to a solicitation with a public entity for the construction or repair of a public building or public work; may not submit response on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity. 1.27. DEFAULT/FAILURE TO PERFORM -The City shall be the sole judge of nonperformance, which shall include any failure on the part of the Successful Bidder/Contractor to accept the award, to furnish required documents, and/or to fulfill any portion of this Contract within the time stipulated. Upon default by the Successful Bidder/Contractor to meet any terms of a Contract, the City will notify the Successful Bidder/Contractor of the default and will provide the Successful Bidder/Contractor three (3) days (weekends and holidays excluded) upon notification, by the City, to remedy the default. Failure by the Successful Bidder/Contractor to correct the default within the required three (3) days, shall result in the Contract being terminated upon the City notifying in writing the Successful Bidder/Contractor of its intentions and the effective date of the termination. The following shall constitute default: A. Failure to perform the work or deliver the goods/services required under the Contract, and/or within the time required, or failing to use the subcontractors, entities, and personnel as identified and set forth, and to the degree specified in the Contract. B. Failure to begin the work under this Contract within the time specified. C. Failure to perform the work with sufficient workers and equipment, or with sufficient materials to ensure timely completion. D.Neglecting or refusing to remove materials or perform new work where prior work has been rejected as nonconforming with the terms of the Contract. E. Becoming insolvent, being declared bankrupt, or committing any act of bankruptcy or insolvency, or making an assignment for the benefit of creditors, if the insolvency, bankruptcy, or assignment renders the Successful Bidder/Contractor incapable of performing the work in accordance with, and as required by the Contract. F. Failure to comply with any of the terms of the Contract in any material respect. All costs and charges incurred by the City as a result of a default, or a default incurred beyond the time limits stated, together with the cost of completing the work, shall be deducted from any monies due, or which may become due on this Contract to the Successful Bidder/Contractor. 10/3/2023 11:35 AM p. 21 City of Miami Solicitation 1664387 1.28. DETERMINATION OF RESPONSIVENESS AND RESPONSIBILITY - Each Bid will be reviewed to determine if it is responsive to the submission requirements outlined in the Formal Solicitation. A.Responsive Bid is one which follows the requirements of the Formal Solicitation, includes all documentation, is submitted in the format outlined in the Formal Solicitation, is of timely submission, and has appropriate signatures as required on each document. Failure to comply with these requirements may deem a Bid non -responsive. B. Determination of Responsibility. A Responsible Bidder shall mean a Bidder who has submitted a Bid and who has the capability, as determined under Section 18-95 of the City Code, in all respects to fully perform the Contract requirements, and the integrity and reliability of which give reasonable assurance of good faith and performance. 1) Bids will only be considered from any person or firm who are regularly engaged in the business of providing the good(s)/service(s) required by the Formal Solicitation. Bidder must be able to demonstrate a satisfactory record of performance and integrity, and have sufficient financial, material, equipment, facility, personnel resources, and expertise to meet all contractual requirements. 2) The City may consider any information available regarding the financial, technical, and other qualifications and abilities of a Bidder, including past performance (experience) with the City or any other govemmental entity, in making the award. 3) The City may require the Bidder(s) to provide documentation that they have been designated as an authorized representative of a manufacturer or supplier which is the actual source of supply, if required by the Formal Solicitation. 1.29. DISCOUNTS OFFERED DURING TERM OF CONTRACT -Discount prices offered in the Response shall be fixed after the award of a Contract by the Commission, unless otherwise specified in the Special Terms and Conditions. Price discounts, off the original prices quoted in the Response, will be accepted from Successful Bidder/Contractor during the term of the Contract. Such discounts shall remain in effect for a minimum of one hundred and eighty (180) days from approval by the City Commission. Any discounts offered by a manufacturer to Successful Bidder/Contractor will be passed on to the City. 1.30. DISCREPANCIES, ERRORS, AND OMISSIONS -Any discrepancies, errors, or omissions in the Formal Solicitation, or Addenda (as applicable), should be reported in writing to the City's Department of Procurement. Should it be found necessary, a written Addendum will be incorporated in the Formal Solicitation and will become part of the Purchase Order (Contract documents). The City will not be responsible for any oral instructions, clarifications, or other communications. A. Order of Precedence. Any inconsistency in this Formal Solicitation shall be resolved by giving precedence to the following documents, the first of such list being the governing documents. 1) Addenda (if applicable) 2) Specifications 3) Special Conditions 4) General Terms and Conditions 1.31. EMERGENCY/DISASTER PERFORMANCE -In the event of a natural disaster or other emergency, or disaster situation, the Successful Bidder/Contractor shall provide the City with the commodities/services defined within the scope of this Formal Solicitation at the price contained within Bidder's response. Further, Successful Bidder/Contractor shall deliver/perform for the City on a priority basis during such times of emergency. 1.32. ENTIRE BID CONTRACT -The Bid Contract consists of any amendments to the Bid Contract, the Formal Solicitation, including any addenda, Bidder's Response and any written agreement entered into by the City of Miami and Successful Bidder/Contractor, and represents the entire understanding and agreement between the parties with respect to the subject matter hereof and supersedes all other negotiations, understanding, and representations, if any, made by and between the parties. To the extent that the Bid Contract conflicts with, modifies, alters or changes any 10/3/2023 11:35 AM p. 22 City of Miami Solicitation 1664387 of the terms and conditions contained in the Formal Solicitation and/or Bid, the Formal Solicitation, including any addenda, and then the Bid shall control. This Contract may be amended only by a written agreement signed by the City and Successful Bidder/Contractor. 1.33. ESTIMATED QUANTITIES — Estimated quantities or dollars are provided for the Bidder's guidance only: (a) estimates are based on the City's anticipated needs and/or usage during a previous contract period and; (b) the City may use these estimates to determine the low Bidder. Estimated quantities do not contemplate or include possible additional quantities that may be ordered by other government, quasi -government or non-profit entities utilizing this Contract. No guarantee is expressed or implied as to quantities that will be purchased during the Contract period. The City is not obligated to place an order for any given amount subsequent to the award of the Contract. Said estimates may be used by the City for purposes of determining the low Bidder meeting specifications. The City reserves the right to acquire additional quantities at the prices bid or at lower prices in this Formal Solicitation. 134. EVALUATION OF RESPONSES — A. Rejection of Bids. The City may reject a Bid for any of the following reasons: 1) Bidder fails to acknowledge receipt of addenda; 2) Bidder misstates or conceals any material fact in the Bid; 3) Bid does not conform to the requirements of the Formal Solicitation; 4) Bid requires a conditional award that conflicts with the method of award; 5)Bid does not include required samples, certificates, licenses; and, 6) Bid was not executed by the Bidder's authorized agent. The foregoing is not an all-inclusive list of reasons for which a Bid may be rejected. The City may reject, and/or re - advertise for all or any portion of the Formal Solicitation, whenever it is deemed in the best interest of the City. B. Elimination from Consideration. 1) A Bid Contract shall not be awarded to any person or firm which is in arrears to the City upon any debt or contract, or which is a defaulter as surety or otherwise upon any obligation to the City. 2) A Bid Contract may not be awarded to any person or firm which has failed to perform under the terms and conditions of any previous contract with the City or failed to deliver on time, under contracts of a similar nature. 3) A Bid contract may not be awarded to any person or firm who has been debarred by the City, in accordance with the City's Debarment and Suspension Ordinance (Section 18-107), or is currently debarred by the State of Florida or any political subdivision, or is on the convicted vendor's list per Section 287.133, Florida Statutes. 135. EXCEPTIONS TO GENERAL TERMS AND/OR SPECIAL CONDITIONS OR SPECIFICATIONS - Exceptions to the specifications shall be listed in the Bid and shall reference the applicable section. Any exceptions to the General Terms and/or Special Conditions shall be cause for a Bid to be considered non -responsive. 136. Freight on Board (F.O.B) DESTINATION -Unless otherwise specified in the Formal Solicitation, all prices quoted/proposed by the Bidder must be F.O.B. DESTINATION, inside delivery, with all delivery costs and charges included in the bid price, unless otherwise specified in this Formal Solicitation. Failure to do so may be cause for rejection of Bid. 137. FIRM PRICES - The Bidder warrants that prices, terms, and conditions quoted in its Bid will be firm throughout the duration of the Bid Contract unless otherwise specified in the Formal Solicitation. Such prices will remain firm for the period of performance, or resulting purchase orders, or Bid Contracts. 10/3/2023 11:35 AM p. 23 City of Miami Solicitation 1664387 1.38. FLORIDA MINIMUM WAGE AND CITY OF MIAMI LIVING WAGE ORDINANCE - A. Florida Minimum Wage. In accordance with the Constitution of the State of Florida, Article X, Section 24, employers shall pay employee wages no less than the minimum wage for all hours worked in Florida. Accordingly, it is the Successful Bidder's/Contractor's and their subcontractor's responsibility to understand and comply with this Florida minimum wage requirement and pay its employees the current established hourly minimum wage rate. This minimum wage rate is subject to change or adjusted by the rate of inflation using the consumer price index ("CPI") for urban wage earners and clerical workers, CPI-W, or a successor index as calculated by the United States Department of Labor. Each adjusted minimum wage rate calculated, shall be determined and published by the Agency Workforce Innovation on September 30th of each year and take effect on the following January 1st. It is the Bidder's and their subcontractor's (if applicable), full responsibility to determine whether any of their employees may be impacted by this Florida Minimum Wage Law, at any given point in time during the term of the Bid Contract. If impacted, Bidder must provide, with its bid, employee name(s), job title(s), job description(s), and current pay rate(s). Failure to submit this information at the time of bid submittal constitute Successful Bidder's/Contractor's acknowledgement and understanding that the Florida Minimum Wage Law will not impact its prices throughout the term of the Bid Contract, and a waiver of any contractual price increase request(s). The City reserves the right to request and the Successful Bidder/Contractor must provide for any, and all information to make a wage and contractual price increase(s) determination. B1 City of Miami Living Wage Ordinance. The City of Miami adopted a Living Wage Ordinance for City Service Contracts with a total contract value exceeding $100,000 annually, and that have been competitively solicited and awarded on, or after January 1, 2017 by the City. "Service Contract" means a contract to provide services to the City, excluding, however, professional services as defined by the "Consultants Competitive Negotiation Act" set forth in F.S. § 287.055, and Section 18-87 of the City Code, and/or the other exclusions provided by Section 18-557 of the City Code. Section 18-557 is attached as Attachment A. Please see provisions in Attachment A. If a solicitation requires services, effective on January 1, 2017, Contractors must pay to all its employees, who provide services, a living wage of no less than $15.00 per hour without health benefits; or a wage of no less than $13.19 an hour, with health benefits. This language is only a summary of the key provisions of the City of Miami Living Wage Ordinance. Please review Attachment A, attached hereto, for a complete and thorough description of the City of Miami Living Wage Ordinance. 139. GOVERNING LAW AND VENUE - The validity and effect of any Bid Contract as a result of this Formal Solicitation shall be governed by the laws of the State of Florida. The parties agree that any action, mediation, or arbitration arising out of the Bid Contract shall take place in Miami -Dade County, Florida. In any action orproceeding each party shall bear their own respective attomey's fees. 1.40. HEADINGS AND TERMS - The headings to the various paragraphs of the Bid Contract have been inserted for convenient reference only and shall not in any manner be construed as modifying, amending, or affecting in any way, the expressed terms and conditions hereof. 1.41. HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT (HIPPA) - Any person, firm, or entity that performs or assists the City of Miami with a function or activity involving the use or disclosure of "individually identifiable health information (IIHI), and/or Protected Health Information (PHI), shall comply with the Health Insurance Portability and Accountability Act (HIPAA) of 1996, and the City of Miami Privacy Standards. HIPAA mandates for privacy, security, and electronic transfer standards, which include, but are not limited to: A. Use of information only for performing services required by the contract or as required by law; B. Use of appropriate safeguards to prevent non -permitted disclosures; 10/3/2023 11:35 AM p. 24 City of Miami Solicitation 1664387 C. Reporting to the City of Miami of any non -permitted use or disclosure; D. Assurances that any agents and subcontractors agree to the same restrictions and conditions that apply to the Bidder and reasonable assurances that IIHI/PHI will be held confidential; E. Making PHI available to the customer; F. Making PHI available to the customer for review and amendment; and incorporating any amendments requested by the customer; G. Making PHI available to the City of Miami for an accounting of disclosures; and H. Making internal practices, books and records related to PHI available to the City of Miami for compliance audits. PHI shall maintain its protected status regardless of the form and method of transmission (i.e., paper records, and/or electronic transfer of data). The Successful Bidder/Contractor must give its customers written notice of its privacy information practices, including specifically, a description of the types of uses and disclosures that would be made with protected health information. 1.42 INDEMNIFICATION -Successful Bidder/Contractor shall indemnify, hold and save harmless, and defend (at its own cost and expense), the City, its officers, agents, directors, and/or employees, from all liabilities, damages, losses, judgements, and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness, negligent act or omission, or intentional wrongful misconduct of Successful Bidder/Contractor and persons employed or utilized by Successful Bidder/Contractor in the performance of this Contract. The Successful Bidder/Contractor shall further, hold the City, its officials and employees, indemnify, save and hold harmless for, and defend (at its own cost), the City its officials and/or employees against any civil actions, statutory or similar claims, injuries or damages arising or resulting from the permitted Work, even if it is alleged that the City, its officials, and/or employees were negligent. In the event that any action or proceeding is brought against the City by reason of any such claim or demand, the Successful Bidder/Contractor shall, upon written notice from the City, resist and defend such action or proceeding by counsel satisfactory to the City. The Successful Bidder/Contractor expressly understands and agrees that any insurance protection required by this Contract or otherwise provided by the Successful Bidder/Contractor shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The indemnification provided above shall obligate the Successful Bidder/Contractor to defend, at its own expense, to and through trial, administrative, appellate, supplemental or bankruptcy proceeding, or to provide for such defense, at the City's option, any and all claims of liability and all suits and actions of every name and description which may be brought against the City, whether performed by the Successful Bidder/Contractor, or persons employed or utilized by the Successful Bidder/Contractor. These duties will survive the cancellation or expiration of the Contract. This Section will be interpreted under the laws of the State of Florida, including without limitation and interpretation, which conforms to the limitations of Sections 725.06 and/or 725.08, Florida Statutes, as applicable and as amended. Successful Bidder/Contractor shall require all sub-consultant/contractor agreements to include a provision that each sub -contractor will indemnify the City in substantially the same language as this Section. The Successful Bidder/Contractor agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any actions or omissions of the Successful Bidder/Contractor in which the City participated either through review or concurrence of the Consultant's actions. In reviewing, approving or rejecting any submissions by the Successful Bidder/Contractor or other acts of the Successful Bidder/Contractor, the City, in no way, assumes or shares any responsibility or liability of the Successful Bidder/Contractor or sub-consultant/contractor under this Contract. 10/3/2023 11:35 AM p. 25 City of Miami Solicitation 1664387 Ten dollars ($10) of the payments made by the City constitute separate, distinct, and independent consideration for the granting of this Indemnification, the receipt and sufficiency of which is voluntarily and knowingly acknowledged by the Successful Bidder/Contractor. 1.43. FORMATION AND DESCRIPTIVE LITERATURE - Bidders must furnish all information requested in the spaces provided in the Formal Solicitation. Further, as may be specified elsewhere, each Bidder must submit for evaluation, cuts, sketches, descriptive literature, technical specifications, and Material Safety Data Sheets (MSDS) as required, covering the products offered. Reference to literature submitted with a previous bid, or on file with the City, will not satisfy this provision. 1.44. INSPECTIONS - The City may, at reasonable times during the term of the Bid Contract, inspect Successful Bidder's/Contractor's facilities and perform such tests, as the City deems reasonably necessary, to determine whether the goods and/or services required to be provided by the Successful Bidder/Contractor, under the Bid Contract conform to the terms and conditions of the Formal Solicitation. Successful Bidder/Contractor shall make available to the City all reasonable facilities and assistance to facilitate the performance of tests or inspections by City representatives. All tests and inspections shall be subject to, and made in accordance with, the provisions of the City of Miami Ordinance No. 12271 (Section 18-101) City Code, as same may be amended or supplemented, from time to time, which, in conjunction with Section 18-102, providing for audits of City contractors, are applicable and are deemed as being incorporated by reference as supplemental terms. 1.45. INSPECTION OF BID - Bids received by the City, pursuant to a Formal Solicitation, will not be made available until such time as the City provides notice of a decision, or intended decision, or within 30 days after bid closing, whichever is earlier. Bid results will be tabulated and may be furnished upon request, via fax or e-mail, to the City's Procurement Contracting Officer, issuing the Formal Solicitation. Tabulations are also available on the City's website following a recommendation for award. 1.46. INSURANCE - Within ten (10) days after receipt of Notice of Award, the Successful Bidder/Contractor, shall furnish the evidence of insurance to the Department of Procurement, as applicable. Submitted evidence of insurance shall demonstrate strict compliance with all requirements stipulated in the Special Conditions section titled "Insurance Requirements". The City shall be listed as an "Additional Insured." Issuance of a Purchase Order is contingent upon the receipt of proper insurance documents. If the certificate of insurance is received within the specified time frame but not in the manner prescribed in the Formal Solicitation, the Successful Bidder/Contractor shall be verbally notified of such deficiency and shall have an additional five (5) calendar days to submit a corrected certificate to the City. If the Successful Bidder/Contractor fails to submit the required insurance documents in the manner prescribed in the Formal Solicitation within fifteen (15) calendar days after receipt of the Notice of Award, the Successful Bidder/Contractor shall be in default of the contractual terms and conditions and will not be awarded the contract. Information regarding any insurance requirements shall be directed to the Risk Management Director, Department of Risk Management, at 444 SW 2nd Avenue, 9th Floor, Miami, Florida 33130, 305-416-1384. The Successful Bidder/Contractor shall be responsible for ensuring that the insurance documents required in conjunction with this Section remain in effect for the duration of the contractual period; including any renewals and extensions that may be exercised by the City. 1.47. INVOICES - Invoices submitted by Successful Bidder/Contractor to the City shall include the Purchase Order number and description of goods and/or services delivered (i.e., quantity, unit price, extended price, etc.); and in compliance with Chapter 218 of the Florida Statutes (Prompt Payment Act). 1.48. LOCAL PREFERENCE -City Code Section 18-85, states, "when a responsive, responsible non -local Bidder submits the lowest bid price, and the bid submitted by one or more responsive, responsible local Bidders who maintain a local office, as defined in Section 18-73, is within fifteen percent (15%) of the price submitted by the non -local Bidder, then that non -local Bidder and each of the aforementioned responsive, responsible local Bidders shall have 10/3/2023 11:35 AM p. 26 City of Miami Solicitation 1664387 the opportunity to submit a best and final bid equal to or lower than the amount of the low bid previously submitted by the non -local Bidder. Contract award shall be made to the lowest responsive, responsible Bidder submitting the lowest best and final bid. In the case of a tie in the best and final bid between a local Bidder and a non -local Bidder, contract award shall be made to the local Bidder." 1.49. MANUFACTURER'S CERTIFICATION - The City reserves the right to request from Bidders a separate Manufacturer's Certification of all statements made in the Bid. Failure to provide such certification may result in the rejection of the Bid, or termination of the Bid Contract, for which the Bidder/Successful Bidder/Contractor shall bear full liability. 1.50. MODIFICATIONS OR CHANGES IN PURCHASE ORDERS AND CONTRACTS - No Contract or understanding to modify the Formal Solicitation and the resultant Purchase Order(s) or Bid Contract, if applicable, shall be binding upon the City, unless made in writing by the City's Director of Procurement through the issuance of a change order, addendum, amendment, or supplement to the Bid Contract, Purchase Order, or award sheet, as applicable. 1.51. MOST FAVORED NATIONS - Successful Proposer shall not treat the City of Miami ("City") worse than any other similarly -situated local government and, in this regard, grants the City a "most favored nations clause" meaning the City will be entitled to receive and be governed by the most favorable terms and conditions that Successful Bidder/Proposer grants now or in the future to a similarly situated local government. 1.52. NO PARTNERSHIP OR JOINT VENTURE - Nothing contained in the Bid Contract will be deemed or construed to create a partnership or joint venture between the City and Successful Bidder/Contractor, or to create any other similar relationship between the parties. 1.53. NONCONFORMANCE TO CONTRACT CONDITIONS - Items may be tested for compliance with specifications under the direction of the Florida Department of Agriculture and Consumer Services, or by other appropriate testing laboratories as determined by the City. The data derived from any test for compliance with specifications is public record, and open to examination thereto in accordance with Chapter 119, Florida Statutes. Items delivered, not conforming to specifications may be rejected, and returned at Successful Bidder's/Contractor's expense. The non -conforming items not delivered in accordance with the stipulated delivery date in the Bid and/or Purchase Order, may result in Successful Bidder/Contractor being found in default, in which event, any and all re - procurement costs may be charged against the defaulted Successful Bidder/Contractor. Any violation of the above stipulations may also result in the Successful Bidder/Contractor being removed from the City's supplier's list. 1.54. NONDISCRIMINATION, EQUAL EMPLOYMENT OPPORTUNITY, AND AMERICANS WITH DISABILITIES ACT - Successful Bidder/Proposer/Contractor shall not unlawfully discriminate against any person in its operations and activities or in its use or expenditure of funds in fulfilling its obligations under this Agreement. Successful Bidder/Proposer/Contractor shall affirmatively comply with all applicable provisions of the Americans with Disabilities Act (ADA) in the course of providing any services funded by City, including Titles I and II of the ADA (regarding nondiscrimination on the basis of disability), and all applicable regulations, guidelines, and standards. In addition, Successful Bidder/Proposer/Contractor shall take affirmative steps to ensure nondiscrimination in employment against disabled persons. Successful Bidder/Proposer/Contractor affirms that it shall not discriminate as to race, age, religion, color, gender, gender identity, sexual orientation, national origin, marital status, physical or mental disability, political affiliation, or any other factor which cannot be lawfully used in connection with its performance under the Formal Solicitation. Furthermore, Successful Bidder/Proposer/Contractor affirms that no otherwise qualified individual shall solely by reason of their race, age, religion, color, gender, gender identity, sexual orientation, national origin, marital status, physical or mental disability, political affiliation, or any other factor which cannot be lawfully used, be excluded from the participation in, be denied benefits of, or be subjected to, discrimination under any program or activity. In connection with the conduct of its business, including performance of services and employment of personnel, Successful Bidder/Proposer/Contractor shall not discriminate against any person on the basis of race, age, religion, color, gender, gender identity, sexual orientation, national origin, marital status, physical or mental disability, political 10/3/2023 11:35 AM p. 27 City of Miami Solicitation 1664387 affiliation, or any other factor which cannot be lawfully used. All persons having appropriate qualifications shall be afforded equal opportunity for employment. 1.55. NON-EXCLUSIVE CONTRACT/ PIGGYBACK PROVISION - At such times as may serve in the City's best interest, the City reserves the right to advertise for, receive, and award additional contracts for the goods and/or services described herein, and to make use of other competitively bid (governmental) contracts, agreements, or other similar sources, for the purchase of the goods and/or services described herein, as may be available in accordance with the applicable provisions of the City of Miami Procurement Ordinance. It is hereby agreed and understood that the Formal Solicitation does not constitute the exclusive rights of the Successful Bidder(s)/Contractor(s) to receive all orders that may be generated by the City, in conjunction with the Formal Solicitation. In addition, any and all goods, and/or services required by the City in conjunction with construction projects are solicited under a distinctly different solicitation process and shall not be purchased under the terms, conditions and awards rendered under the Formal Solicitation, unless such purchases are determined to be in the best interest of the City. 1.56. NOTICE REGARDING "CURES" - Bids submitted with irregularities, deficiencies, and/or technicalities that deviate from the minimum qualifications and submission requirements of Request for Qualifications (RFQ), Request for Proposals (RFP), invitation to bid (ITB), invitation for bids (IFB), invitation to quote (ITQ), Requests for Letters of Interest (RFLI) and Request for Sponsorships (RFS) shall result in a non -responsive determination any solicitation issued after May 6, 2019, shall comply with APM 2-19. APM 2-19 is attached hereto. only minor irregularities, deficiencies, and technicalities may be allowed to be timely cured by the proposer at the sole discretion of the city. material irregularities, deficiencies, and technicalities cannot be cured by the proposer, and are not waivable by the city. BIDS SUBMITTED WITH IRREGULARITIES, DEFICIENCIES, AND/OR TECHNICALITIES THAT DEVIATE FROM THE MINIMUM QUALIFICATIONS AND SUBMISSION REQUIREMENTS OF THIS IFB SHALL RESULT IN A NON -RESPONSIVE DETERMINATION. The City will not give consideration to the curing of any Bids that fail to meet the minimum qualifications and submission requirements of this IFB. Proposer understands that non -responsive Bids will not be evaluated. 1.57. OCCUPATIONAL LICENSE/BUSINESS TAX RECEIPT - Any person, firm, corporation, or joint venture, with a business location within the City's municipal boundaries and is submitting a Bid under the Formal Solicitation shall meet the City's Business Tax Receipt requirements in accordance with Chapter 31.1, Article I of the City of Miami Charter. Others with a location outside of the City's municipal boundaries shall meet their local Occupational License/Business Tax Receipt requirements. A copy of the Occupational License/Business Tax Receipt must be submitted with the Bid; however, the City may, in its sole discretion, and in its best interest, allow the Bidder to provide the Occupational License/Business Tax Receipt to the City during the evaluation period, but prior to award. A Certificate of Use ("CU") will be required if applicable under City regulations. 1.58. ONE PROPOSAL - Only one (1) Bid from an individual, firm, partnership, corporation, or joint venture will be considered in response to the Formal Solicitation, unless otherwise stipulated in the Formal Solicitation. 1.59. OWNERSHIP OF DOCUMENTS - It is understood by and between the parties, that any documents, records, files, or any other matter whatsoever, which is given by the City to the Successful Bidder/Contractor, pursuant to the Formal Solicitation shall at all times remain the property of the City, and shall not be used by the Successful Bidder/Contractor for any other purposes whatsoever, without the written consent of the City. 1.60. PARTIAL INVALIDITY - If any provision of the Bid Contract or the application thereof, to any person or circumstance, shall to any extent be held invalid, then the remainder of the Bid Contract or, the application of such 10/3/2023 11:35 AM p. 28 City of Miami Solicitation 1664387 provision to persons or circumstances other than those as to which it is held invalid, shall not be affected thereby, and each provision of the Bid Contract shall be valid and enforced to the fullest extent permitted by law. 1.61. PERFORMANCE/PAYMENT BOND - A Successful Bidder/Contractor may be required to furnish a Performance/Payment Bond as part of the requirements of the Bid Contract, in an amount equal to one hundred percent (100%) of the Bid Contract price. Any bond furnished will comply with Florida Law, and be in a form acceptable to the City of Miami Risk Management Director. 1.62. PREPARATION OF BIDS - Bidders are expected to examine the specifications, required delivery, drawings, and all special and general conditions. A. Each Bidder shall furnish the information required in the Formal Solicitation. The Bidder shall print, type or manually enter the all requested information, sign and upload the Certification Statement. B. If so required, the unit price for each unit offered, shall be shown, and such price shall include packaging, handling and shipping, and F.O.B. Miami delivery inside City premises, unless otherwise specified. Bidder shall include in their Bid all taxes, insurance, social security (if applicable), workmen's compensation, and any other benefits normally paid by the Bidder to its employees. If applicable, a unit price shall be entered in the "Unit Price" column for each item. Based upon estimated quantity, an extended price shall be entered in the "Extended Price" column for each item offered. In case of a discrepancy between the unit price and extended price, the unit price will prevail. C. The Bidder must state a definite time, if required, in calendar days, for delivery of goods and/or services. D. The Bidder should retain a copy of all response documents for future reference. E. All Bids, as described, must be fully completed and typed, or printed in ink and must be signed in ink with the Bidder's name, and by an officer or employee having authority to represent the Bidder by their signature. Bids having any erasures or corrections, must be initialed in ink by person signing the Certification Statement or the Bid may be rejected. F. Bids shall remain valid for at least 180 days. Upon award of a Bid Contract, the content of the Successful Bidder's/Contractor's Bid, may be included as part of the Bid Contract, at the City's discretion. G. The City 's Bid Forms shall be used when Bidder is submitting its Bid. Use of any other forms, will result in the rejection of the Bid. 1.63. PRICE ADJUSTMENTS - Any price decrease effectuated during the Bid Contract period, either by reason of market change, or on the part of the Successful Bidder/Contractor to other customers shall be passed on to the City. 1.64. PRODUCT SUBSTITUTES - In the event a particular awarded and approved manufacturer's product becomes unavailable during the term of the Bid Contract, the Successful Bidder/Contractor awarded that item may arrange with the City's authorized representative(s) to supply a substitute product at the awarded price or lower, provided that a sample is approved in advance of delivery, and that the new product meets or exceeds all quality requirements. 1.65. CONFLICT OF INTEREST, AND UNETHICAL BUSINESS PRACTICE PROHIBITIONS - Successful Bidder/Contractor represents and warrants to the City, that it has not employed, or retained any person, or company employed by the City to solicit or secure the Bid Contract and that the Successful Bidder/Contractor has not offered to pay, paid, or agreed to pay any person any fee, commission, percentage, brokerage fee, or gift of any kind contingent upon, or in connection with, the award of the Bid Contract. 1.66. PROMPT PAYMENT — Bidders may offer a cash discount for prompt payment; however, discounts shall not be considered in determining the lowest net cost for Bid evaluation purposes. 10/3/2023 11:35 AM p. 29 City of Miami Solicitation 1664387 Bidders are required to provide their prompt payment terms in the space provided on the Formal Solicitation. If no prompt payment discount is being offered, the Bidder must enter zero (0) for the percentage discount to indicate no discount. If the Bidder fails to enter a percentage, it is understood and agreed that the terms shall be two percent (2%), 20 days, effective after receipt of invoice or final acceptance by the City, whichever is later. When the City is entitled to a cash discount, the period of computation will commence on the date of delivery, or receipt of a correctly completed invoice, whichever is later. If an adjustment in payment is necessary due to damage, the cash discount period shall commence on the date final approval for payment is authorized. If a discount is part of the contract, but the invoice does not reflect the existence of a cash discount, the City is entitled to a cash discount with the period commencing on the date it is determined by the City that a cash discount applies. Price discounts off the original prices quoted on the Price Sheet will be accepted from Successful Bidder(s) during the term of the contract. The City will comply with the Florida Prompt Payment Act, as applicable. 1.67. PROPERTY - Property owned by the City is the responsibility of the City. Such property furnished to a Successful Bidder/Contractor for repair, modification, study, etc., shall remain the property of the City. Damages to such property occurring while in the possession of the Successful Bidder/Contractor shall be the responsibility of the Successful Bidder/Contractor. Damages occurring to such property while in route to the City, shall be the responsibility of the Successful Bidder/Contractor. In the event that such property is destroyed, or declared a total loss, the Successful Bidder/Contractor shall be responsible for the replacement value of the property, at the current market value, less depreciation of the property, if any. 1.68. PROVISIONS BINDING - Except as otherwise expressly provided in the resultant Bid Contract, all covenants, conditions and provisions of the resultant Bid Contract, shall be binding upon, and shall inure to the benefit of the parties hereto and their respective heirs, legal representatives, successors, and assigns. 1.69. PUBLIC ENTITY CRIMES - A person or affiliate who has been placed on the convicted vendor list, following a conviction for a public entity crime may not: A. Submit a Bid to provide any goods or services to a public entity. B. Submit a Bid on a contract with a public entity for the construction or repair of a public building or public work. C. Submit responses on leases of real property to a public entity. D. Be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity. E. Transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 1.70. PUBLIC RECORDS — Successful Bidder/Contractor understands that the public shall have access, at all reasonable times, to all documents and information pertaining to City contracts, subject to the provisions of Chapter 119, Florida Statutes, and City Code, Section 18, Article III, and agrees to allow access by the City and the public, to all documents subject to disclosure under applicable law. Successful Bidder/Contractor shall additionally comply with the provisions of Section 119.0701, Florida Statutes, titled "Contracts; public records". Successful Bidder/Contractor shall additionally comply with Section 119.0701, Florida Statutes, including without limitation: A. Keep and maintain public records that ordinarily and necessarily would be required by the City to perform this service. B. Provide the public with access to public records on the same terms and conditions as the City would at the cost provided by Chapter 119, Florida Statutes, or as otherwise provided by law. 10/3/2023 11:35 AM p. 30 City of Miami Solicitation 1664387 C. Ensure that public records that are exempt or confidential and exempt from disclosure are not disclosed except as authorized by law. D. Meet all requirements for retaining public records and transfer, at no cost, to the City all public records in its possession upon termination of this Agreement and destroy any duplicate public records that are exempt or confidential and exempt from disclosure requirements. E. All electronically stored public records must be provided to the City in a format compatible with the City's information technology systems. 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 DIVISION OF PUBLIC RECORDS AT (305) 416-1800, VIA EMAIL AT PUBLICRECORDS@MIAMIGOV.COM, OR REGULAR MAIL AT CITY OF MIAMI OFFICE OF THE CITY ATTORNEY, 444 SW 2ND AVENUE, 9TH FL, MIAMI, FL 33130. THE CONSULTANT MAY ALSO CONTACT THE RECORDS CUSTODIAN AT THE CITY OF MIAMI DEPARTMENT WHO IS ADMINISTERING THIS CONTRACT. Successful Bidder/Contractor's failure or refusal to comply with the provision of this Section shall result in the immediate cancellation of the Bid Contract by the City. 1.71. QUALITY OF GOODS, MATERIALS, SUPPLIES, AND PRODUCTS - All materials used in the manufacturing, or construction of supplies, or materials, covered by the Formal Solicitation shall be new. The items bid shall be of the latest make or model, of the best quality, and of the highest grade of workmanship, unless as otherwise specified in the Formal Solicitation. 1.72. QUALITY OF WORK/SERVICES - The work/services performed shall be of the highest quality and workmanship. Materials furnished to complete the service shall be new and of the highest quality, except as otherwise specified in the Formal Solicitation. 1.73. REMEDIES PRIOR TO AWARD (SECTION 18-106) - If prior to a Bid Contract award, it is determined that a Formal Solicitation or proposed bid award is in violation of law, then the Formal Solicitation or proposed bid award shall be cancelled and all bids rejected by the City Commission, the City Manager, or the Chief Procurement Officer, as may be applicable, or revised to comply with the law. 1.74. RESOLUTION OF CONTRACT DISPUTES (SECTION 18-105): A.Authority to resolve Contract disputes. The City Manager, after obtaining the approval of the City Attorney, shall have the authority to resolve disputes between the Successful Bidder/Contractor and the City which arise under, or by virtue of, a Contract between them; provided that, in cases involving an amount greater than $25,000, the City Commission must approve the City Manager's decision. Such authority extends, without limitation, to disputes based upon breach of Contract, mistake, misrepresentation, or lack of complete performance, and shall be invoked by a Contractual Party by submission of a protest to the City Manager. B.Contract dispute decisions. If a dispute is not resolved by mutual consent, the City Manager shall promptly render a written report stating the reasons for the action taken by the City Commission, or the City Manager, which shall be final and conclusive. A copy of the decision shall be immediately provided to the protesting party, along with a notice of such party's right to seek judicial relief, provided that the protesting party shall not be entitled to such judicial relief without first having followed the procedure set forth in this Section. 1.75. RESOLUTION OF PROTESTED SOLICITATIONS AND AWARDS (SECTION 18-104): (a) Right to protest. 10/3/2023 11:35 AM p. 31 City of Miami Solicitation 1664387 The following procedures shall be used for resolution of protested solicitations and awards except for purchases of goods, supplies, equipment, and services, the estimated cost of which does not exceed $25,000.00. Protests thereon shall be governed by the administrative policies and procedures of purchasing. (1) Protest of solicitation. a. Any prospective proposer who perceives itself aggrieved in connection with the solicitation of a contract may protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within three days after the request for proposals, request for qualifications or request for letters of interest is published in a newspaper of general circulation. A notice of intent to file a protest is considered filed when received by the Chief Procurement Officer; or b. Any prospective bidder who intends to contest bid specifications or a bid solicitation may protest to the chief procurement officer. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within three days after the bid solicitation is published in a newspaper of general circulation. A notice of intent to file a protest is considered filed when received by the Chief Procurement Officer. (2) Protest of award. a. Any actual proposer who perceives itself aggrieved in connection with the recommended award of contract may protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within two days after receipt by the proposer of the notice of the city manager's recommendation for award of contract. The receipt by proposer of such notice shall be confirmed by the city by facsimile or electronic mail or U.S. mail, return receipt requested. A notice of intent to file a protest is considered filed when received by the Chief Procurement Officer; or b. Any actual responsive and responsible bidder whose bid is lower than that of the recommended bidder may protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within two days after receipt by the bidder of the notice of the city's determination of non - responsiveness or non -responsibility. The receipt by bidder of such notice shall be confirmed by the city by facsimile or electronic mail or U.S. mail, return receipt requested. A notice of intent to file a protest is considered filed when received by the Chief Procurement Officer. c. A written protest based on any of the foregoing must be submitted to the Chief Procurement Officer within five days after the date the notice of protest was filed. A written protest is considered filed when received by the Chief Procurement Officer. The written protest may not challenge the relative weight of the evaluation criteria or the formula for assigning points in making an award determination The written protest shall state with particularity the specific facts and law upon which the protest of the solicitation or the award is based and shall include all pertinent documents and evidence and shall be accompanied by the required filing fee as provided in subsection (f). This shall form the basis for review of the written protest and no facts, grounds, documentation or evidence not contained in the protester's submission to the Chief Procurement Officer at the time of filing the protest shall be permitted in the consideration of the written protest. No time will be added to the above limits for service by mail. In computing any period of time prescribed or allowed by this section, the day of the act, event or default from which the designated period of time begins to run shall not be included. The last day of the period so computed shall be included unless it is a Saturday, Sunday or legal holiday in which event the period shall run until the end of the next day which is neither a Saturday, Sunday or legal holiday. Intermediate Saturdays, Sundays and legal holidays shall be excluded in the computation of the time for filing. 10/3/2023 11:35 AM p. 32 City of Miami Solicitation 1664387 (b) Authority to resolve protests; hearing officer(s). Hearing officers appointed by the city shall have authority to resolve protests filed under this chapter of the City Code. The city manager shall appoint a hearing officer, from a separate list of potential hearing officers pre -approved by the city commission, to resolve protests filed in accordance with this section, no later than five working days following the filing of a bid protest. The hearing officer shall have the authority to settle and resolve any written protest. The hearing officer shall submit said decision to the protesting party and to the other persons specified within ten days after he/she holds a hearing under the protest. (1) Hearing officer. The hearing officer may be a special master as defined in chapter 2, article X, section 2-811 of the City Code, or a lawyer in good standing with the Florida Bar for a minimum of ten years with a preference given to a lawyer who has served as an appellate or trial court judge. The hearing officer may be appointed from alternative sources (e.g. expert consulting agreements, piggyback contracts, etc.) where the city commission adopts a recommendation of the city attorney that such action is necessary to achieve fairness in the proceedings. The engagement of hearing officers is excluded from the procurement ordinance as legal services. The hearing officers appointed in the pre -qualified group should be scheduled to hear protests on a rotational basis. (2) Right ofprotest. Any actual bidder or proposer who has standing under Florida law dissatisfied and aggrieved with the decision of the city regarding the protest of a solicitation or the protest of an award as set forth above in this section may request a protest hearing. Such a written request for a protest hearing must be initiated with a notice of intent to protest followed by an actual protest as provided in subsection 18-104(a). The notice of intent to protest and the actual protest must each be timely received by the Chief Procurement Officer and must comply with all requirements set forth in subsection 18-104(a). Failure to submit the required notice of intent to protest and the actual protest within the specified timeframes will result in an administrative dismissal of the protest. (3) Hearing date. Within 30 days of receipt of the notice of protest, the Chief Procurement Officer shall schedule a hearing before a hearing officer, at which time the person protesting shall be given the opportunity to demonstrate why the decision of the city relative to the solicitation or the award, which may include a recommendation for award by the city manager to the city commission, as applicable, should be overturned. The party recommended for award, if it is a protest of award, shall have a right to intervene and be heard. (4) Hearing procedure. The procedure for any such hearing conducted under this article shall be as follows: a. The city shall cause to be served by certified mail a notice of hearing stating the time, date, and place of the hearing. The notice of hearing shall be sent by certified mail, return receipt requested, to the mailing address of the protester. b. The party, any intervenor, and the city shall each have the right to be represented by counsel, to call and examine witnesses, to introduce evidence, to examine opposing or rebuttal witnesses on any relevant matter related to the protest even though the matter was not covered in the direct examination, and to impeach any witness regardless of which party first called him/her to testify. The hearing officer may extend the deadline for completion of the protest hearing for good cause shown, but such an extension shall not exceed an additional five business days. The hearing officer shall consider the written protest and supporting documents and evidence appended thereto, supporting documents or evidence from any intervenor, and the decision or recommendation as to the solicitation or award being protested, as applicable. The protesting party, and any intervenor, must file all pertinent documents supporting his/her protest or motion to intervene at least five business days before the hearing, as applicable. The hearing officer shall allow a maximum of two hours for the protest presentation and a maximum of two hours for the city response. When there is an intervenor, a maximum of two hours will be added for the intervenor. In the event of multiple protests for the same project, the hearing officer shall allocate time as necessary to ensure that the hearing shall not exceed a total of one day. 10/3/2023 11:35 AM p. 33 City of Miami Solicitation 1664387 c. The hearing officer shall consider the evidence presented at the hearing. In any hearing before the hearing officer, irrelevant, immaterial, repetitious, scandalous, or frivolous evidence shall be excluded. All other evidence of a type commonly relied upon by reasonably prudent persons in the conduct of their affairs shall be admissible whether or not such evidence would be admissible in trial in the courts of Florida. The hearing officer may also require written summaries, proffers, affidavits, and other documents the hearing officer determines to be necessary to conclude the hearing and issue a final order within the time limits set forth by this section. d. The hearing officer shall determine whether procedural due process has been afforded, whether the essential requirements of law have been observed, and whether the decision was arbitrary, capricious, an abuse of discretion, or unsupported by substantial evidence as a whole. Substantial evidence means such relevant evidence as a reasonable mind might accept as adequate to support a conclusion. e. Within ten days from the date of the hearing, the hearing officer shall complete and submit to the City Manager, the City Attorney, any intervenor, the Chief Procurement Officer, and the person requesting said hearing a fmal order consisting of his/her findings of fact and conclusions of law as to the denial or granting of the protest, as applicable. f. The decisions of the hearing officer are final in terms of city decisions relative to the protest. Any appeal from the decision of the hearing officer shall be in accordance with the Florida Rules of Appellate Procedure. (c) Compliance with filing requirements. Failure of a party to timely file either the notice of intent to file a protest or the written protest, together with the required filing fee as provided in subsection (f), with the Chief Procurement Officer within the time provided in subsection (a), above, shall constitute a forfeiture of such party's right to file a protest pursuant to this section. The protesting party shall not be entitled to seek judicial relief without first having followed the procedure set forth in this section. (d) Stay of procurements during protests. Upon receipt of a written protest filed pursuant to the requirements of this section, the city shall not proceed further with the solicitation or with the award of the contract until the protest is resolved by the Chief Procurement Officer or the city commission as provided in subsection (b) above, unless the city manager makes a written determination that the solicitation process or the contract award must be continued without delay in order to avoid an immediate and serious danger to the public health, safety or welfare. (e) Costs. All costs accruing from a protest shall be assumed by the protestor. (f) Filing fee. The written protest must be accompanied by a filing fee in the form of a money order or cashier's check payable to the city in an amount equal to one percent of the amount of the bid or proposed contract, or $5,000.00, whichever is less, which filing fee shall guarantee the payment of all costs which may be adjudged against the protestor in any administrative or court proceeding. If a protest is upheld by the Chief Procurement Officer and/or the city commission, as applicable, the filing fee shall be refunded to the protestor less any costs assessed under subsection (e) above. If the protest is denied, the filing fee shall be forfeited to the city in lieu of payment of costs for the administrative proceedings as prescribed by subsection (e) above. (Ord. No. 12271, § 2, 8-22-02; Ord. No. 13629, § 2, 9-8-16) 10/3/2023 11:35 AM p. 34 City of Miami Solicitation 1664387 1.76. SAMPLES - Samples of items, when required, must be submitted within the time specified at no expense to the City. If not destroyed by testing, Bidder(s) will be notified by the City to remove such samples, at Bidder's expense, within 30 days after notification. Failure to remove the samples will result in such samples becoming the property of the City. 1.77. SELLING, TRANSFERRING OR ASSIGNING RESPONSIBILITIES - Successful Bidder/Contractor shall not sell, assign, transfer, or subcontract at any time during the term of the Contract, the Contract itself, or any portion thereof, or any part of its operations, or assign, sell, pledge, dispose, convey, or encumber any portion of the performance required by this Bid Contract, except under, and by virtue of written permission granted by the City through the proper officials, which may be withheld or conditioned, in the City's sole discretion. 1.78. SERVICE AND WARRANTY - When specified, the Bidder shall define all warranty, service, and replacements that will be provided. Bidders must explain on the Bid to what extent warranty and service facilities are available. A copy of the manufacturer's warranty, if applicable, should be submitted with Bidder's response. 1.79. SILENCE OF SPECIFICATIONS - The apparent silence of the scope of work/specifications, and any supplemental scope of work/specification as to any detail or the omission from it, of detailed description concerning any point, shall be regarded as meaning that only the best commercial practices are to prevail, and that only materials of first quality and correct type, size, and design shall be used. All workmanship and services shall be first quality. All interpretations of the scope of work/specifications shall be made upon the basis of this statement. If Bidder has a current contract with the State of Florida, Department of General Services, to supply the items in the Formal Solicitation, the Bidder shall quote not more than the contract price; failure to comply with this request will result in disqualification of the Bid. 1.80. SUBMISSION AND RECEIPT OF BIDS - Electronic Bid submittals to this IFB are to be submitted through BidSync Electronic Bidding System ("BidSync") until the date and time as indicated in the Solicitation. The responsibility for submitting a Bid on/or before the stated closing time and date is solely and strictly the responsibility of the Bidder. The City will in no way be responsible for delays caused by technical difficulties or caused by any other occurrence. Electronic Bid submissions may require the uploading of electronic attachments. The submission of attachments containing embedded documents or proprietary file extensions is prohibited. All documents should be attached as individual files and labeled. Any Bids received and time stamped through BidSync, prior to the Bid submittal deadline shall be accepted as timely submittal anything thereafter will be rejected. Additionally, BidSync will not allow for the electronic Bid submittal after the closing date and time has lapsed. Bids will be opened promptly at the time and date specified. All expenses involved with the preparation and submission of Bids to the City, or any work performed in connection therewith, shall be borne by the Bidder(s). Accordingly, Bidder(s): 1. Must register, free of charge, with BidSync Electronic Bidding System ("BidSync") to establish an account in order to have access to view and/or respond to any solicitations issued by the City of Miami's Department of Procurement ("City"). 2. Shall submit all Bids electronically. Hard copy Bid submittals will not be accepted. NO EXCEPTIONS. 3. Must submit the Certification Statement and associated solicitation documents which define requirements of items and/or services to be purchased and must be completed and submitted as outlined within the solicitation via BidSync. The use of any other forms and/or the modification of City forms will result in the rejection of the Bidder's Bid submittal. 4. Shall ensure that the Certification Statement is fully completed and provided with your Bid. Failure to comply with these requirements may cause the Bid to be rejected. 5. Must ensure that an n authorized agent of the Bidder's firm signs the Certification Statement and submits it electronically. FAILURE TO SIGN THE CERTIFICATION STATEMENT SHALL DEEM THE BID NON -RESPONSIVE. 6. May be considered non -responsive if Bids do not conform to the terms and conditions of this solicitation. 10/3/2023 11:35 AM p. 35 City of Miami Solicitation 1664387 1.81. TAXES - The City is exempt from any taxes imposed by the State and/or Federal Government. Exemption certificates will be provided upon request. Notwithstanding, Bidders should be aware that all materials and supplies that are purchased by the Bidder for the completion of the Bid Contract is subject to the Florida State Sales Tax in accordance with Section 212.08, Florida Statutes, as amended, and all amendments thereto, and shall be paid solely by the Bidder. 1.82. TERMINATION - The City Manager, on behalf of the City, reserves the right to terminate the Bid Contract by written notice to the Successful Bidder/Contractor effective as of the date specified in the notice, should any of the following apply: A. The Successful Bidder/Contractor is determined by the City, to be in breach of any of the terms and conditions of the Bid Contract. B. The City has determined that such termination will be in the best interest of the City, to terminate the Bid Contract for its own convenience. C. Funds are not available to cover the cost of the contracted goods and/or services. The City's obligation is contingent upon the availability of appropriate funds. 1.83. TERMS OF PAYMENT - Payment will be made by the City after the goods and/or services have been received, inspected, and found to comply with award specifications, free of damage, or defect, and properly invoiced. Payment will be made after delivery, within forty-five (45) days of receipt of an invoice, and authorized inspection and acceptance of the goods/services, and pursuant to Section 218.74, Florida Statutes, and other applicable law. 1.84. TIMELY DELIVERY - Time will be of the essence for any orders placed as a result of the Formal Solicitation. The City reserves the right to cancel such orders, or any part thereof, without obligation, if delivery is not made within the time(s) specified in the Bid. Deliveries shall be made during regular City business hours, unless otherwise specified in the Special Conditions. 1.85. TITLE - Title to the goods shall not pass to the City until after the City has inspected and accepted the goods or used the goods, whichever comes first. 1.86. TRADE SECRETS EXECUTION TO PUBLIC RECORDS DISCLOSURE -All Bids submitted to the City are subject to public disclosure, pursuant to Chapter 119, Florida Statutes. An exception may be made for "trade secrets." If the Bid contains information that constitutes a "trade secret", all material that qualifies for exemption from Chapter 119, must be submitted in a separate envelope, clearly identified as "TRADE SECRETS EXCEPTION," with Bidder's name, the Formal Solicitation number, and title marked on the outside. Please be aware that the designation of an item as a trade secret by Bidder may be challenged in court by any person. By Bidder's designation of material in Bidder's Response as a "trade secret" Bidder agrees to indemnify and hold harmless the City for any award to a plaintiff for damages, costs, or attorney's fees and for costs and attorney's fees, incurred by the City, by reason of any legal action challenging Bidder's claim. 1.87. UNAUTHORIZED WORK OR DELIVERY OF GOODS - Neither the Successful Bidder/Contractor nor any of their employees shall perform any work, or deliver any goods, unless a change order or purchase order is issued and received by the Successful Bidder/Contractor. The Successful Bidder/Contractor will not be paid for any work performed, or goods delivered outside the scope of the Bid Contract, or any work performed by Successful Bidder's/Contractor's employee(s) not otherwise previously authorized. 1.88. USE OF NAME - The City is not engaged in research for advertising, sales promotion, or other publicity purposes. No advertising, sales promotion, or other publicity materials containing information obtained from the 10/3/2023 11:35 AM p. 36 City of Miami Solicitation 1664387 Formal Solicitation shall be mentioned, or imply the name of the City, without prior express written permission from the City Manager, or the City Commission. 1.89. VARIATIONS OF SPECIFICATIONS - For purposes of the Formal Solicitation evaluation, Bidder(s) must indicate any variances from the Formal Solicitation scope of work/specifications and/or conditions, no matter how slight. If variations, are not stated on their Bid, it will be assumed that the product fully complies with the Formal Solicitation's scope of work/specifications. 10/3/2023 11:35 AM p. 37 City of Miami Solicitation 1664387 Special Conditions 2.1. PURPOSE The purpose of this Solicitation is to establish a contract for the provision of plans review, inspection and specialized services provided by professionals in the field of public works, as specified herein, from a source(s), fully compliant with the terms, conditions, and stipulations of the Solicitation. 2.2. PRE -BID CONFERENCE A Virtual Voluntary pre -bid conference will be held on Wednesday, September 20, 2023, at 11:00 a.m., via Microsoft Teams Click here to join the meeting or via phone +1 786-598-2961, Conference ID: 120 009 285# A discussion of the requirements of the Solicitation will occur at that time. Each potential Bidder is required, prior to submitting a Proposal, to acquaint itself thoroughly with any and all conditions and/or requirements that may in any manner affect the work to be performed. All questions and answers affecting the scope of work/specifications of the IFB will be included in an addendum, that will be distributed through BidSync, following the Pre -Proposal Conference to all the attendees. Because the City considers the Pre -Bid Conference to be critical to understanding the Solicitation requirements, attendance is highly recommended. 2.3. DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL INFORMATION/CLARIFICATION Any questions or clarifications concerning this solicitation shall be submitted electronically via the Bidsync Portal. All questions must be received no later than Monday, September 25, 2023, at 3:00 p.m. All responses to questions will be sent to all prospective bidders/proposers in the form of an addendum. NO QUESTIONS WILL BE RECEIVED VERBALLY OR AFTER SAID DEADLINE. 2.4. BIDDER'S MINIMUM QUALIFICATIONS Bids will be considered only from firms that are regularly engaged in the business of providing goods and/or services as described in this Bid; but must have been in business for a minimum period of the last three (3) consecutive years with same FEI number at the time of bid submittal. Have sufficient financial support, equipment to ensure that they can satisfactorily provide the goods and/or services if awarded a Contract under the terms and conditions herein stated. Bidder shall: (1) Hold a valid Certificate of Competency, State and/or County Certification(s) and Licenses issued by the State of Florida or County Examining Board, for the firm, and the employees who shall perform the work, as described in Section 3.0, Specifications. Copy of Florida Department of Business and Professional Regulation (DBPR) and/or certificates for the firm shall be submitted with the bid; (2) Submit copies of the certificate(s) and/or license(s) from the Miami -Dade County Board of Rules and Appeals, and the Florida Department of Business and Professional Regulation of all proposed staff(s) who will be performing the services before work starts on site. (3) Warrant and represent that its staff have the necessary skills, training, background, knowledge, and experience, certifications, licenses, and degrees to perform the work, in a competent and professional manner. In case of team members' substitution during the period of the contract, the Successful Bidder(s) shall submit the documentation for all new staff and have it approved by the Project Manager or designee, prior to performing any services under the contract. All staff must be employed with the Bidder, the most recent certified payroll shall be submitted with Bid- 10/3/2023 11:35 AM p. 38 City of Miami Solicitation 1664387 (4) Submit resumes, certifications, licenses and degrees, when applicable, for personnel assigned to the contract, as a result of this IFB. The City may reserve the right to request any or all information not submitted with Bidder's bid. Personnel assigned to this contract must be fully competent, and the City reserves the right to request changes in personnel for any reason, throughout the term of the contract; (5) Not have any member, officer, or stockholder that is in arrears or is in default of any debt or contract involving the City, is a defaulter surety otherwise, upon any obligation to the City, and/or has failed to perform faithfully on any previous contract with the City; (6) Have no record of pending lawsuits or criminal activities, and have never been declared bankrupt; and (7) Submit completed and signed Certification Statement and Certifications Section. FAILURE TO MEET THE ABOVE MINIMUM REQUIREMENTS AND PROVIDE COPIES OF ALL REQUIRED DOCUMENTATION AT TIME OF BID SUBMITTAL, SHALL DEEM YOUR BID NON- REPONSIVE. 2.5. LOCAL PREFERENCE Bidders wishing to apply for the local office preference shall comply with the General Terms and Conditions, Section 1.48 Local Preference of this solicitation and with Section 18-73 of the City of Miami Procurement Code, titled "Definitions", and shall submit with the Proposal or Bid at the time of the Proposal/Bid due date the following: • Completion and submission of the attached City of Miami Local Office Certification Form; • Submission of a copy of the Proposer's lease documents at the location being deemed a City of Miami Local Office; • Submission of a City of Miami Business Tax Receipt; • Submission of a Miami Dade County Business Tax Receipt; and • Submission of a copy of the license, certificate of competency, and certificate of use that authorizes the performance of the Proposer/Bidder. 2.6. REFERENCES Each bid must be accompanied by a minimum of three (3) references, which shall include the name of the company, dates of contract, description of goods/services supplied, a contact person, telephone number, and e-mail address. Failure to provide at least three (3) references at time of bid submittal shall deem Bidder non -responsive. 2.7. SUBCONTRACTORS OF WORK SHALL BE IDENTIFIED A Sub -Contractor is an individual or firm contracted by the Successful Bidder(s) to assist in the performance of services required under this Solicitation. A Sub -Contractor shall be paid through the Successful Bidder's firm and not paid directly by the City. Sub -Contractors are allowed by the City in the performance of the services delineated within this Solicitation. Bidders must clearly reflect in their bid response the major Sub -Contractors to be utilized in the performance of required services. The City retains the right to accept or reject any Sub -Contractors proposed in the response of the Bidders or prior to Contract execution. Any and all liabilities regarding the use of a Sub -Contractor shall be borne solely by the Successful Bidder(s) and the insurance for each Sub -Contractor must be maintained in good standing and approved by the City throughout the duration of the Contract. Neither Successful Bidder(s) nor any of 10/3/2023 11:35 AM p. 39 City of Miami Solicitation 1664387 their Sub -Contractors are considered to be employees or agents of the City. Failure to list all Sub -Contractors and provide the required information may disqualify any proposed Sub -Contractors from performing work under this Solicitation. Bidders shall include in their bid response the requested Sub -Contractor information and include all relevant information required of the Bidder. In addition, within five (5) working days after the identification of the Award to the Successful Bidder(s), the Successful Bidder(s) shall provide a list confirming the Sub -Contractors that the Successful Bidder(s) intend to utilize in the Contract, if applicable. The list shall include, at a minimum, the name, location of the place of business for each Sub - Contractor, the services the Sub -Contractor will provide relative to any Contract that may result from this Solicitation, any applicable licenses, references, ownership, and other information required of the Successful Bidder(s). 2.8. SUBCONTRACTOR'S MINIMUM REQUIREMENTS Any and all subcontractors listed must meet the same requirements and submit the same information listed under Section 2.4, Bidder's Minimum Qualifications. All information required shall be included in the solicitation response. If Successful Bidder does not include any subcontractors as part of their bid submittal, it will be construed that the Successful Bidder will be able to handle the entire workload by themselves and will not be allowed to subcontract any of the work unless they request in writing the hiring of subcontractor with the aforementioned requirements attached to their request within seventy-two (72) hours of considering hiring a subcontractor. The City will grant or deny such request in writing within forty-eight (48) hours of receiving said request. 2.9. INSURANCE REQUIREMENTS INDEMNIFICATION Successful Bidder(s) shall indemnify, hold and save harmless, and defend (at its own cost and expense), the City, its officers, agents, directors, and/or employees, from all liabilities, damages, losses, judgements, and costs, including, but not limited to, reasonable attomey's fees, to the extent caused by the negligence, recklessness, negligent act or omission, or intentional wrongful misconduct of Successful Bidder(s) and persons employed or utilized by Successful Bidder(s) in the performance of this Contract. Successful Bidder(s) shall further, hold the City, its officials and employees, indemnify, save and hold harmless for, and defend (at its own cost), the City its officials and/or employees against any civil actions, statutory or similar claims, injuries or damages arising or resulting from the permitted Work, even if it is alleged that the City, its officials, and/or employees were negligent. In the event that any action or proceeding is brought against the City by reason of any such claim or demand, the Successful Bidder(s) shall, upon written notice from the City, resist and defend such action or proceeding by counsel satisfactory to the City. The Successful Bidder(s) expressly understands and agrees that any insurance protection required by this Contract or otherwise provided by the Successful Bidder(s) shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The indemnification provided above shall obligate the Successful Bidder(s) to defend, at its own expense, to and through trial, administrative, appellate, supplemental or bankruptcy proceeding, or to provide for such defense, at the City's option, any and all claims of liability and all suits and actions of every name and description which may be brought against the City, whether performed by the Successful Bidder(s), or persons employed or utilized by Successful Bidder(s). These duties will survive the cancellation or expiration of the Contract. This Section will be interpreted under the laws of the State of Florida, including without limitation and interpretation, which conforms to the limitations of Sections 725.06 and/or 725.08, Florida Statutes, as applicable and as amended. Successful Bidder(s) shall require all sub -contractor agreements to include a provision that each sub -contractor will indemnify the City in substantially the same language as this Section. The Successful Bidder(s) agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any actions or omissions of the Successful Bidder(s) in which the City participated either through review or concurrence of the Successful Bidder's actions. In reviewing, approving or rejecting any submissions by the Successful Bidder(s) or other acts of the Successful Bidder(s), the City, in no way, assumes or shares any responsibility or liability of the Successful Bidder(s) or sub- contractor under this Contract. 10/3/2023 11:35 AM p. 40 City of Miami Solicitation 1664387 Ten dollars ($10) of the payments made by the City constitute separate, distinct, and independent consideration for the granting of this Indemnification, the receipt and sufficiency of which is voluntarily and knowingly acknowledged by the Successful Bidder(s). The Successful Bidder(s) hereby accepts and assumes full responsibility for all risk of loss, theft, damage or destruction to the Successful Bidder's business personal property or inventory in connection with this solicitation. It is hereby agreed and understood, that the City shall not be responsible or liable for any theft, destruction, damage, or losses of any kind and nature whatsoever. The Successful Bidder(s) further agrees that the City shall not be required to compensate the Successful Bidder(s) for any such losses and assumes all liability in connection therein. The Successful Bidder(s) shall furnish to City of Miami, c/o Department of Procurement, 444 SW 2nd Avenue, 6th Floor, Miami, Florida 33130, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: Please see Attachment titled Insurance Addendum for insurance definitions, requirements, and conditions, in the Document Section of this solicitation. (1) Commercial General Liability (Primary & Non -Contributory): A. Limits of Liability Bodily Injury and Property Damage Liability Each Occurrence: $1,000,000 General Aggregate Limit: $2,000,000 Products/Complete Operations: $1,000,000 Personal and Advertising Injury: $1,000,000 B. Endorsements Required: City of Miami included as an Additional insured. Contingent and Contractual Liability Premises and Operations Liability Primary Insurance Clause Endorsement (2) Business Automobile Liability A. Limits of Liability Bodily Injury and Property Damage Liability Combined Single Limit Owned/Scheduled Autos Including Hired, Borrowed or Non -Owned Autos Any One Accident: $1,000,000 (3) B. Endorsements Required: City of Miami listed as an additional insured Worker's Compensation Limits of Liability Statutory - State of Florida Waiver of Subrogation Employer's Liability A. Limits of Liability 10/3/2023 11:35 AM p. 41 City of Miami Solicitation 1664387 $100,000 for bodily injury caused by an accident, each accident $100.000 for bodily injury caused by disease, each employee $500,000 for bodily injury caused by disease, policy limit The above policies shall provide the City of Miami with written notice of cancellation or material change from the insurer in accordance to policy provisions. BINDERS ARE UNACCEPTABLE. The insurance coverage required shall include those classifications, as listed in standard liability insurance manuals, which most nearly reflect the operations of the Bidder. All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida, with the following qualifications: The Company must be rated no less than "A" as to management, and no less than "Class V" as to financial strength, by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent. All policies and/or certificates of insurance are subject to review and verification by Risk Management prior to insurance approval. NOTE: CITY BID NUMBER AND/OR TITLE OF BID MUST APPEAR ON EACH CERTIFICATE. Compliance with the foregoing requirements shall not relieve the Bidder of his liability and obligation under this section or under any other section of this Agreement. - -If insurance certificates are scheduled to expire during the contractual period, the Bidder shall be responsible for submitting new or renewed insurance certificates to the City at a minimum of ten (10) calendar days in advance of such expiration. - -In the event that expired certificates are not replaced with new or renewed certificates which cover the contractual period, the City shall: (1) Suspend the contract until such time as the new or renewed certificates are received by the City in the manner prescribed in the Invitation To Bid. (2) The City may, at its sole discretion, terminate this contract for cause and seek re -procurement damages from the Bidder in conjunction with the General and Special Terms and Conditions of the Bid. The Bidder shall be responsible for assuring that the insurance certificates required in conjunction with this Section remain in force for the duration of the contractual period; including any and all option terms that may be granted to the Bidder. 2.10. TERM OF CONTRACT The Contract shall commence upon the date of Notice of Award and shall be effective for two (2) years with the option to renew for two (2) additional two (2) year periods, subject to the availability of funds for succeeding fiscal years. Continuation of the contract beyond the initial period is a City prerogative; not a right of the Bidder. This prerogative will be exercised only when such continuation is clearly in the best interest of the City. 2.11. METHOD OF AWARD Award of this contract will be made to the three (3) lowest responsible and responsive Bidder(s) who bids on all items and whose bid offers the lowest price when all items are added in the aggregate, conforming to the specifications. The City will select up to three (3) vendors, with the lowest being deemed the "Primary Vendor" and the next lowest the "Secondary Vendor", and so on, in the order of lowest prices provided to the City. Should the "Primary Vendor" 10/3/2023 11:35 AM p. 42 City of Miami Solicitation 1664387 be unable to provide the service at the time needed, the City has the option to select the "Secondary Vendor" to fulfill the required services and so on. 2.12. SUBMISSION REQUIREMENTS Please refer to Section 1.80, Notice Regarding "Submission and Receipts of Bids" of the General Terms and Conditions of this Solicitation. 2.13. CITY OF MIAMI LIVING WAGE ORDINANCE The City of Miami adopted a Living Wage Ordinance for City Service Contracts with a total contract value exceeding $100,000 annually, and that have been competitively solicited and awarded on, of after January 1, 2017 by the City. "Service Contract" means a contract to provide services to the City, excluding, however, professional services as defined by the "Consultants Competitive Negotiation Act" set forth in F.S. § 287.055, and Section 18-87 of the City Code, and/or the other exclusions provided by Section 18-557 of the City Code. Section 18-557 is attached as Attachment A. Please see provision in Attachment A. If a solicitation requires services, effective on January 1, 2017, the Successful Bidder must pay to all their employees, who provide services, a living wage of no less than $15.00 per hour without health benefits; or a wage of no less than $13.19 per hour, with health benefits. This language is only a summary of the key provisions of the City of Miami Living Wage Ordinance. Please review Attachment A, attached hereto, for a complete and thorough description of the City of Miami Living Wage Ordinance. 2.14. CURES Please refer to Section 1.56, Notice Regarding "Cures" of the General Terms and Conditions of this Solicitation. 2.15. TIE BIDS Whenever two or more Bids which are equal with respect to price, quality and service are received by the City for the procurement of commodities or contractual services, a Bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie Bids will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: (1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the action that will be taken against employees for violations of such prohibition. (2) Inform employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a drug - free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. (3) Give each employee engaged in providing the commodities or contractual services that are under Bid a copy of the statement specified in subsection (1). (4) In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under Bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 10/3/2023 11:35 AM p. 43 City of Miami Solicitation 1664387 (5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program, if such is available in the employee's community, by any employee who is so convicted. (6) Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. 2.16. CONDITIONS FOR RENEWAL Each renewal of this contract is subject to the following: (1) Continued satisfactory performance compliance with the specifications, terms and conditions established herein. (2) Availability of funds 2.17. NON -APPROPRIATION OF FUNDS In the event no funds or insufficient funds are appropriated and budgeted or are otherwise unavailable in any fiscal period for payments due under this contract, then the City, upon written notice to the Successful Bidder(s) or his assignee of such occurrence, shall have the unqualified right to terminate the contract without any penalty or expense to the City. No guarantee, warranty or representation is made that any project(s) will be awarded to any firm(s). 2.18. CONSUMER PRICE INDEX The Successful Bidder(s) will be allowed to increase/decrease their contractual prices annually to cover future price changes. The market changes will be determined utilizing the Consumer Price Index for All Urban Consumers (CPI- U), U.S. City Average, Miami -Ft. Lauderdale, FL. The escalation using the CPI will be determined by the percent change in the level of the CPI between the reference period and a subsequent time period. This will be calculated by first determining the index point change between the two periods and then the percent change. The following example illustrates the computation of percent change - CPI for current period (2023) 322.21 Less CPI for previous period (2022) 293.28 Equals index point change 28.93 Divided by previous period CPI 293.28 Equals 0.098 Result multiplied by 100 0.098 x 100 Equals percent change 9.8 Any contractual increases/decreases must occur on the anniversary date of the Contract award. Exceptions may be allowed under extreme volatile market conditions. 10/3/2023 11:35 AM p. 44 City of Miami Solicitation 1664387 2.19. PROJECT MANAGER Upon award, Successful Bidder(s) shall report and work directly with Roberto Santana, Building Department Administrative Assistant II, and/or Kathryn Cabrisas, Assistant to the Director of Department of Resilience and Public Works or designee, who shall be designated as the Project Manager(s) for the City. 2.20. DELAYS The Successful Bidder(s) shall notify the City's Project Manager, or designee of any actual or potential delays. 2.21. CONFLICT OF INTEREST By submitting a bid, Successful Bidder(s) voluntarily, freely and knowingly, agrees that regardless of Florida Statute, F.S. 468, that if awarded by the City for this work as a Successful Bidder(s), its subsidiaries and affiliates, will not accept work as a private provider defined by F.S. 553.791 within the corporate (municipal) limits of the City of Miami during the term of this contract. Successful Bidder(s) further agrees that this section herein shall apply concerning all buildings or structures, regardless of the square footage of the addition, or alteration, or its usage for residential, commercial, or mixed purposes, etc. 2.22. HOURLY RATE The hourly rate quoted shall include full compensation for labor, equipment use, travel time, and any other related cost the Successful Bidder(s) may incur. Any service period over or under a full hour shall be paid in fifteen (15) minute increments, proportionate to the awarded hourly rate. This rate is assumed to be at straight time for all labor, except as otherwise noted. Regular Rate- Hourly rate for straight time up to standard working week of 40 hours. Overtime is considered time worked after standard working week of 40 hours. 2.23. OVERTIME The City will allow overtime payment at a maximum rate of one and a half times the regular hourly wages quoted by the Bidder. This allowance shall only be provided in those instances where expressly authorized by the City's Project Manager(s) or designee(s) prior to the commencement of the overtime work. Further, overtime work shall not be allowed during normal business hours. 2.24. ADDITIONS/DELETIONS OF SUPPLIERS/FACILITIES/ITEMS/SERVICES Although this Solicitation identifies Suppliers/Facilities/Items/Services to be addressed, it is hereby agreed and understood that any Suppliers/Facilities/Items/Services may be added/deleted to/from this Contract at the sole discretion of the City. When an addition of items or services to the Contract is required, the Successful Bidder(s) under this Contract shall be invited to submit price quotes for these new items/services. If these quotes are comparable with market prices offered for similar items/services, they shall be added to the Contract whichever is in the best interest of the City and an addendum, and a separate purchase order shall be issued by the City. 2.25. DAMAGES TO PUBLIC/PRIVATE PROPERTY Any damage caused by the Successful Bidder(s) shall be reported to the Project Managers, or designee, either in person or in writing. Successful Bidder(s) shall be responsible for paying for any and all damages of which may be paid via credit against monthly billing or by direct payment. 10/3/2023 11:35 AM p. 45 City of Miami Solicitation 1664387 The Successful Bidder(s) shall carry out the work with such care and methods as not to result in damage to public or private property adjacent to the work. Should any public or private property be damaged or destroyed, the Successful Bidder(s), at their expense, shall repair or make restoration as is practical and acceptable to the City and/or owners of destroyed or damaged property promptly within a reasonable length of time. (Not to exceed one month from date damage was done). 2.26. FORCE MAJEURE A "Force Majeure Event" shall mean an act of God, act of governmental body or military authority, fire, explosion, power failure, flood, storm, hurricane, sink hole, other natural disasters, epidemic, riot or civil disturbance, war or terrorism, sabotage, insurrection, blockade, or embargo. In the event that either party is delayed in the performance of any act or obligation pursuant to or required by the Agreement by reason of a Force Majeure Event, the time for required completion of such act or obligation shall be extended by the number of days equal to the total number of days, if any, that such party is actually delayed by such Force Majeure Event. The party seeking delay in performance shall give notice to the other party specifying the anticipated duration of the delay, and if such delay shall extend beyond the duration specified in such notice, additional notice shall be repeated no less than monthly so long as such delay due to a Force Majeure Event continues. Any party seeking delay in performance due to a Force Majeure Event shall use its best efforts to rectify any condition causing such delay and shall cooperate with the other party to overcome any delay that has resulted. 2.27. PRIMARY CLIENT (FIRST PRIORITY) The Successful Bidder(s) agree upon award of this contract that the City of Miami shall be its primary client and shall be serviced first during a schedule conflict arising between this contract and any other contract Successful Bidder(s) may have with any other cities and/or counties to perform similar services as a result of any catastrophic events such as tornadoes, hurricanes, severe storms or any other public emergency impacting various areas during or approximately the same time. 2.28. FAILURE TO PERFORM Should it not be possible to reach the Successful Bidder(s) or Successful Bidder's supervisor and/or should remedial action not be taken within forty-eight (48) hours of any failure to perform according to specifications, the City reserves the right to deem the Successful Bidder(s) in default of the Contract or make appropriate reductions in the Contract payment. 2.29. TERMINATION A. FOR DEFAULT If Successful Bidder(s) defaults in its performance under this Contract and does not cure the default within 30 days after written notice of default, the City Manager may terminate this Contract, in whole or in part, upon written notice without penalty to the City of Miami. In such event the Successful Bidder(s) shall be liable for damages including the excess cost of procuring similar supplies or services: provided that if, (1) it is determined for any reason that the Successful Bidder(s) was not in default or (2) the Successful Bidder's failure to perform is without Successful Bidder(s) or its subcontractor's control, fault or negligence, the termination will be deemed to be a termination for convenience of the City of Miami. B. FOR CONVENIENCE The City Manager may terminate this Contract, in whole or in part, upon 30 days prior written notice when it is in the best interest of the City of Miami. If this Contract is for supplies, products, equipment, or software, and so terminated for convenience by the City of Miami the Successful Bidder(s) will be compensated in accordance with an agreed upon adjustment of cost. To the extent that this Contract is for services and so terminated, the City of Miami shall be liable 10/3/2023 11:35 AM p. 46 City of Miami Solicitation 1664387 only for payment in accordance with the payment provisions of the Contract for those services rendered prior to termination. 2.30. ADDITIONAL TERMS AND CONDITIONS No additional terms and conditions included as part of your solicitation response shall be evaluated or considered, and any and all such additional terms and conditions shall have no force or effect and are inapplicable to this solicitation. If submitted either purposely, through intent or design, or inadvertently, appearing separately in transmittal letters, specifications, literature, price lists or warranties, it is understood and agreed that the General Conditions and Special Conditions in this solicitation are the only conditions applicable to this solicitation and that the Bidder's authorized signature affixed to the Bidder's acknowledgment form attests to this. If a Professional Services Agreement (PSA) or other Agreement is provided by the City and is expressly included as part of this solicitation, no additional terms or conditions which materially or substantially vary, modify or alter the terms or conditions of the PSA or Agreement, in the sole opinion and reasonable discretion of the City will be considered. Any and all such additional terms and conditions shall have no force or effect and are inapplicable to this PSA or Agreement. 10/3/2023 11:35 AM p. 47 City of Miami Solicitation 1664387 3. Specifications 3.1. SPECIFICATIONS/SCOPE OF WORK The purpose of this solicitation is to establish a contract with a responsive and responsible Bidder(s) for the provision of Plans Review, Inspection, and Professional Services, on an as needed basis, for the City of Miami's ("City") Building Department ("Building") and Department of Resilience and Public Works ("Public Works"). Services shall include but not limited to, specialty trades: building, roofing, electrical, mechanical, gas, plumbing, and/or structural, in accordance with the requirements of Chapter's 553 and 468, Part XII, Florida Statutes, and Chapter 8 of the Miami -Dade County Code of Ordinances, and public works specialized services. A. Scope of Work In an effort to provide excellent service and be responsive to its residents, Building desires to secure the services of a qualified firm to perform, on an as needed basis, plans review and approval of residential and commercial building applications, and inspection services (building, roofing, plumbing, gas, electric, mechanical and structural) for structures, for which applicants and permits have been issued or received by the City. B. General The Successful Bidder(s) shall be an independent contractor, and the individual(s) assigned to work for the City by the Successful Bidder(s), will be approved by the City, but will not be a City employee. Inspection and plans examining personnel shall be licensed, pursuant to Chapter 468, Part XII, Florida Statutes by the Florida Department of Business Regulation and the Miami -Dade County Board of Rules and Appeals, for all disciplines the inspection personnel inspects, and the plans reviewers reviews, or shall be a registered architect or registered professional engineer with the State of Florida and approval from Miami -Dade County, as specified under Chapter 8 of the Miami -Dade Code of Ordinances. Inspection services shall be conducted under the City's and all other federal, state and local laws, rules, regulations, directives, codes and ordinances. The Successful Bidder(s) shall employ the necessary personnel, per trade, with all applicable certifications/licenses required pursuant to Florida Statutes and the Miami -Dade County Board of Rules and Appeals to perform all daily inspections and plans reviews. C. Staffmg The City anticipates the need for additional plans reviewers and inspectors due to the growth from upcoming development projects. Personnel shall be fully certified, qualified, trained and experienced prior to beginning services for the City. New and inexperienced personnel will not be acceptable. Additionally, the City may also require office permitting support to assist with the overall permitting process functions and processes. The City may require full staffing of a Section (building, electrical, mechanical or plumbing), including a Trade Chief. D. Qualifications and Certification Requirements of Personnel Plans Examiners — (Building, Electrical, Mechanical, and Plumbing) Plans Examiners shall be State of Florida Registered Architect, Engineer, Contractor, or Building Code Administrator and Inspector and possess current certificate from Miami -Dade County Board of Rules and Appeals, Department of Code Compliance; or registered architect or registered professional engineer with approval from Miami -Dade County, as specified under Chapter 8 of the Miami -Dade Code. 10/3/2023 11:35 AM p. 48 City of Miami Solicitation 1664387 Plans Examiner — (Structural) Plans Examiners shall be a registered Professional Engineer, licensed under the structural discipline. Persons licensed as a professional engineer under the civil engineering discipline prior to the structural discipline being established by the State of Florida are eligible. Certification from the State of Florida Department of Business and Professional Regulation with approval from Miami -Dade County, as specified under Chapter 8 of the Miami -Dade Code and the Miami -Dade County Board of Rules and Appeals. (Qualifications also include certification by the Miami -Dade County Board of Rules and Appeals as a structural plans examiner.) Inspectors — (Building/Structural, Electrical, Mechanical and Plumbing) Inspectors shall be State of Florida Registered Architect, Engineer, Contractor, or Building Code Administrator and Inspector and possess current certificate from Miami -Dade County, as specified under Chapter 8 of the Miami -Dade County Code and the rules established by the Miami -Dade County Board of Rules and Appeals. Roofing Inspectors Roofing Inspectors shall be State of Florida registered Architect, Engineer, or Roofing Contractor and possess current certificate from Miami -Dade County, as specified under Chapter 8 of the Miami -Dade Code and the rules established by the Miami -Dade County Board of Rules and Appeals. Civil or Professional Engineer Plan Reviewers Civil or Professional Engineers shall be a State of Florida registered Engineer. This is professional engineering work with the design, construction, investigation, and development of engineering projects. Work involves the evaluation, selection and application of engineering techniques, procedures and criteria to the development and design of public works, capital improvement, parks and/or other projects. Engineer I Engineer I shall be a State of Florida registered Engineer This is entry-level engineering work in the office and a field involving the design, construction, inspection, and project management of less complex municipal public works projects. Work entails the evaluation, selection, and application of standard engineering techniques, procedures, and criteria to the design of public works projects. Employee(s) may also be responsible for developing and implementing Storm Water System improvements and activities as part of the Storm Water Management Program (SWMP) under the National Pollutant Discharge Elimination permit. An employee may perform a variety of engineering plan reviews for land development projects related to right of way improvements and the review of utility plans for permit issuance. Engineering Technician Engineering Technicians shall have a high school diploma, college preferred and one (1) year minimum of work experience. This is responsible technical and supervisory work in land surveying engineering, Geographic Information System (GIS) management, or right-of-way inspections. Additional assignment, may include, but not be limited to, working as a skilled AutoCAD drafting technician on a variety of professional or sub -professional assignments; or in a non -supervisory role in engineering design, construction management, and/or construction and permit compliance inspections. Professional Surveyor and Mapper Professional Surveyors and Mappers shall possess a current State of Florida Professional Surveyor and Mapper License in accordance with Chapter 472, State of Florida Statutes and one (1) year of work experience. The work involves responsibility for performing land surveys for the City of Miami or acting as consultant/adviser monitoring the work of private surveying and mapping companies under contract with the City. An individual in this position will function in the capacity of professional surveyor, reviewing, processing and approving survey plans, tentative plats, final plats, 10/3/2023 11:35 AM p. 49 City of Miami Solicitation 1664387 sketch and legal descriptions, right-of-way deeds, etc., and related duties. An incumbent in this position has considerable independence of action and authority to review and sign plans, specifications, and other documents as a Licensed Professional Surveyor and Mapper. Supervision may be exercised over subordinate technical and/or administrative staff. Surveyor Surveyors shall have a bachelor's degree in surveying and mapping, civil engineering, mechanical engineering, or a related field, and three (3) years of work experience. The work to be performed by the Surveyors shall consist of but is not limited to managing and supervising administrative and professional work directing and coordinating survey work done by the survey section, including a full range of engineering services such as surveying and mapping services, plan review, and consultant coordination. Review plats and site plans for conformance to the applicable ordinances and preparation of City maps as well as the preparation of legal descriptions and signed and sealed surveys. Arborist Arborists shall possess a valid certification from the International Society of Arboriculture (ISA), a bachelor's degree from an accredited college or university and three (3) years of work experience; or possess a valid certification from the International Society of Arboriculture (ISA), a high school diploma, and five (5) years of work experience. This is skilled and specialized work involving the management and maintenance of the right-of-ways, City Park's ornamental and shade trees. This may require monitoring and treatment to ensure that City trees are healthy and safe. This work may include some or all of the following: pruning, cutting, reduction cuts, planting, transplanting, spraying, removing trees, preventing or diagnosing and treating diseases and insect infestations. Permitting Coordinator I Permitting Coordinator I shall have a high school diploma, and six (6) months of work experience. This is a varied, advanced administrative level clerical work position; involving a high level to determine and coordinate the permits process, enter data, and conduct research. This position requires a strong emphasis on customer service and the ability to multi -task. Answer departmental related questions, directs customers to other Sections and divisions within the Department of Building and/or other City Departments, depending on their business necessity. Permitting Coordinator II Permitting Coordinator II shall have a high school diploma, and one (1) year of work experience. This is a high limited administrative position, responsible for assisting the Section. Supervisor, monitoring closely the different areas of the section and assisting with the organization, routing, and coordination of the orderly processing of the electronic submissions of construction/Building Permits to be reviewed by the respective trade discipline. This position requires a strong emphasis on customer service and the ability to multi -task. E. Responsibilities A.) Review and process construction plans for issuance of building permits on an as -needed basis. Inspection and plans review services shall include, but not be limited to, general building, roofing, mechanical, plumbing, structural, gas, and electrical as well as providing all administrative documentation as required by the City. 1) Inspect permitted construction within the City limits, for compliance with City codes and ordinances and permitted plans and specifications; 2) Receive and investigate alleged complaints of working without permits, code violations, etc., by citizens, City employees, and others including appearances before the Code Enforcement Board where appropriate; 3) Prepare written reports of inspections and investigations of complaints and other reports as may be reasonably requested by the City using City inspection forms; 10/3/2023 11:35 AM p. 50 City of Miami Solicitation 1664387 4) Maintain records of inspections and investigations. Log daily inspections and results in the computer system; 5) Review plans for code compliance; 6) Contact contractors, architects, engineers, and citizens about construction projects, code questions, and other concerns; 7) Perform other duties related to or incidental to inspectors and plans reviewers' primary duties as herein described and that the City may from time to time assign. Such duties and responsibilities may change from time to time as directed by the Building official or his/her designee; 8) The City anticipates using this contract to meet staffing needs during standard working week of 40 hours. However, the City may require evening and/or weekend work on an as -needed basis. Overtime will only be paid if the request was authorized by the City's Project Manager(s) or designee(s) prior to the commencement of the overtime work; and 9) Report to the City Building's Chief of Inspection Services and/or the Building official. B.) Inspection services, plans review and professional services shall be provided in the event of a natural disaster (i.e. hurricane) at the same rates. F. Submittals Vendor shall submit with their bid: 1. Certification Statement; 2. Certifications Section; and 3. Copy of all required documents listed in Section 2.4. Bidder's Minimum Qualifications of this IFB. Notes: Any additional work outside the scope of work approved by the Project Manager and/or Designee will be added to the contract pursuant to Section 2.24. Additions/Deletions of Suppliers/Facilities/Items/Services of the Special Conditions of this Solicitation 10/3/2023 11:35 AM p. 51 City of Miami Solicitation 1664387 ATTACHMENT A CITY OF MIAMI LIVING WAGE ORDINANCE ARTICLE X. - LIVING WAGE REQUIREMENTS FOR SERVICE CONTRACTS AND CITY EMPLOYEES[9] Footnotes: --- (9) --- Nee— Section 5 of Ord. No. 12787 states that this article shall be effective October 1, 2006. Editor's note— Prior to the adoption of Ord. No. 12787, Ord. No. 12623, § 2, adopted December 9, 2004, repealed article X, divisions 1-4, in its entirety, which pertained to the economic development financing authority and derived from Ord. No. 12062, § 3, adopted May 10, 2001. Sec. 18-556. - Definitions. City means the government of the City of Miami or any authorized agents, any board, agency, commission, department, or other entity thereof, or any successor thereto. Contract means any contract to provide services to the city in which the total value of the contract exceeds $100,000.00 per year. Contractor means any "for profit" individual, business entity, corporation, partnership, limited liability company, joint venture, or similar business entity which meets the following criteria: (1) The contractor is paid in whole or part from one or more of the city's general funds, capital project funds, special revenue funds, or any other funds, including, but not limited to, grants, donations, and the like, whether by competitive bid process, requests for proposals, or some other form of competitive solicitation, negotiation, or agreement, or any other decision to enter into a contract; and (2) The contractor is engaged in the business of or part of a contract to provide services for the benefit of the city. This section shall apply to employees of the contractor who spend the majority of their time on covered City of Miami service contracts. If the contract is for both goods and services it shall only apply to the services portion of such contract. This section shall not apply to contracts which are primarily for the sale or leasing of goods. Goods are defined in section 18-73 of the City Code. Covered employee means anyone employed by the city working more than 35 hours per week or any service contractor employee, working full or part-time, with or without benefits, that is involved in providing services under the service contractor's contract with the city. Covered employer means the city and any and all service contractors and subcontractors of a service contractor. Living wage means a wage that is as defined in section 18-557 of this Code. The living wage may be adjusted once annually by an amount equivalent to the cost of living adjustment for Miami -Dade County as published by the United States Department of Labor, Bureau of Labor Statistics. Language so stating will be included in all request for proposals, or other competitive solicitation documents, issued by the city for the procurement of services (unless the living wage provisions are excluded as provided in section 18-557 herein). New service contracts means those having contracts competitively solicited and awarded on or after January 1, 2017. Page 1 10/3/2023 11:35 AM p. 52 City of Miami Solicitation 1664387 Service contract means a contract to provide services to the city excluding, however, professional services as defined by the "Consultants Competitive Negotiation Act" set forth in F.S. § 287.055, and section 18-87 of the City Code and/or the other exclusions provided by section 18-557 of the City Code. (Ord. No. 12787, § 2, 4-6-06; Ord. No. 13648, § 2, 11-17-16) Sec. 18-557. - Living wage. (a) Living wage paid. (1) New service contractors. All new service contracts shall pay to all its employees who provide covered services a living wage of no less than $15.00 per hour without health benefits; or a wage of no less than $13.19 an hour with health benefits as defined in this section unless otherwise excluded pursuant to this article. (2) Existing service contracts. Service contracts awarded and effective or competitively solicited prior to January 1, 2017, shall not be subject to the payment of the living wage set forth in this section and shall continue to be governed by the terms and conditions of the respective solicitation and resulting contractual documents, when applicable. The living wage provisions shall apply to all contracts covered by this section unless specifically excluded by one or more subsections below: a. The living wage provision is disallowed by a federal or state law or regulation, grant requirements, or by a contract the city is accessing by "piggybacking", and which contract does not include a living wage provision; b. Funding sources for the contract disallow the living wage provision or provide contradictory funding requirements, or are contained in a contract awarded or solicited prior to the effective date of January 1, 2017, and which contract includes renewals or extensions; c. Professional service contracts awarded under the "Consultants Competitive Negotiation Act", F.S. § 287.055, for the professional services within the scope of the practice of architecture, professional engineering, landscape architecture, registered surveying, and/or mapping; d. The living wage provision is waived by the city commission by resolution, prior to issuance of the competitive solicitation document, upon written recommendation of the city manager or authorized designee, when the city commission finds it is in the best interest(s) of the city to approve such waiver, in which case the living wage provision shall not apply in the competitive solicitation document; or e. All responsible wage construction contracts covered by section 18-120 of this Code. (4) City employees. For covered employees of the city, the city will begin to pay the living wage on a phase - in basis over a nine-year period beginning with the 2006-2007 city budget year to be implemented in the 2014-2015 fiscal year. The city manager, in his sole discretion, without further city commission approval, shall have the option to consider whether it is in the city's best interest to complete the phase -in payment of living wage to city employees on a four-year period. Thereafter, the living wage to be paid by the city shall be subject to negotiations within the collective bargaining structure. (b) Health benefits; eligibility period. For a covered employer to comply with this article by choosing to pay the lower wage scale available when a covered employer also provides a standard health benefit plan, such health benefit plan shall consist of a payment of at least $1.81 per hour toward the provision of health benefits for covered employees and their dependents and shall be approved by the city. If the health benefit plan of the covered employer requires an initial period of employment for a new employee to be eligible for health benefits (the "eligibility period"), a covered employer may qualify to pay the $13.19 per hour wage scale for a term not to exceed the new employee's eligibility period, provided the new employee will be paid health benefits upon completion of the eligibility period, which period shall not exceed 90 days. (c) Certification required before payment. Any and all service contracts subject to this article shall be void, and no funds may be released, unless prior to entering any such contract with the city, the service contractor certifies to the city that it will pay each of its covered employees no less than the living wage. A copy of this Page 2 (3) 10/3/2023 11:35 AM p. 53 City of Miami Solicitation 1664387 certificate must be made available to the public upon request. The certificate, at a minimum, must include the following: (1) The name, address, and phone number of the employer, a contact person, and the specific project for which the service contract is sought; (2) The amount of the service contract and the city department the contract will serve. (3) A brief description of the project or service provided; (4) A statement of the wage levels for all covered employees; and (5) A commitment to pay all covered employees the living wage. (d) Observation of other laws. Every covered employee shall be paid without subsequent deduction or rebate on any account (except as such payroll deductions as are directed or permitted by law or by a collective bargaining agreement). The service contractor shall pay covered employees wage rates in accordance with federal and all other applicable laws such as overtime and similar wage laws. (e) Posting. A copy of the living wage rate shall be kept posted by the service contractor subject to this article, at the site of the work in a prominent place where it can easily be seen and read by the covered employees and shall be supplied to such employees within a reasonable time after a request to do so. Additionally, service contractors subject to this article, shall furnish a copy of the requirements of this article to any entity submitting a bid for a subcontract on any service contract subject to this article. Posting requirements will not be required where the service contractor subject to this article, prints the following statements on the front of the covered employee's first paycheck and every six months thereafter. "You are required by the City of Miami Living Wage Ordinance to be paid a living wage. If you do not believe you are being paid at the living wage rate, contact your employer, an attorney, or the City of Miami." All notices will be printed in English, Spanish and Creole. (f) Collective bargaining. Nothing in this article shall be read to require or authorize any service contractor subject to this article, to reduce wages set by a collective bargaining agreement or as required under any prevailing wage law. (Ord. No. 12787, § 2, 4-6-06; Ord. No. 13110, § 2, 10-22-09; Ord. No. 13405, § 2, 9-26-13; Ord. No. 13648, § 2, 11-17-16) Sec. 18-558. - Implementation. (a) Maintenance of payroll records. Each service contractor to which living wage requirements apply, as described in this article, shall maintain payroll record for all covered employees and basic records relating thereto and shall preserve them for a period of three years from the date of termination or expiration of the service contract. The records shall contain: (1) The name and address of each covered employee; (2) The job title and classification; (3) The number of hours worked each day; (4) The gross wages earned and deductions made; (5) Annual wages paid; (6) A copy of the social security returns and evidence of payment thereof; (7) A record of fringe benefit payments including contributions to approved plans; and (8) Any other data or information the city shall require from time to time. (b) Reporting payroll. Every six months, the service contractor to which living wage requirements apply, as described in this article, shall file with the city's procurement director a listing of all covered employees together with a certification of compliance with this article. Upon request from the city, the service contractor shall produce for inspection and copying its payroll records for any or all of its covered employees for any Page 3 10/3/2023 11:35 AM p. 54 City of Miami Solicitation 1664387 period covered by the service contract. The city may examine payroll records as needed to ensure compliance. (Ord. No. 12787, § 2, 4-6-06; Ord. No. 13110, § 2, 10-22-09) Sec. 18-559. - Compliance and enforcement. (a) Service contractor to cooperate. The service contractor shall permit city employees, agents, or representatives to observe work being performed at, in or on the project or matter for which the service contractor has a contract. The city representatives may examine the books and records of the service contractor relating to the employment and payroll of covered employees and may survey covered employees to determine if the service contractor is in compliance with the provisions of this article. (b) Complaint procedures and sanctions. An employee who believes that he/she is a covered employee of a service contractor and that the service contractor is or was not complying with the requirements of this article has a right to file a complaint with the procurement director of the city. Such complaints may be made at any time and shall be investigated within a reasonable period of time by the city. Written and oral statements by any such employee shall be treated as confidential and shall not be disclosed without the written consent of the employee to the extent allowed by the Florida Statutes. (c) Private right of action against service contractor. Any covered employee or former covered employee of a service contractor may, instead of utilizing the city administrative procedure set forth in this article, but not in addition to such procedure, bring an action by filing suit against the service contractor in any court of competent jurisdiction to enforce the provisions of this article and may be awarded back pay, benefits, attorney's fees, and costs. The applicable statute of limitations for such a claim will be two years as provided in F.S. § 95.11(4)(c) as may be amended from time to time for an action for payment of wages. The court may also impose sanctions on the service contractor, including those persons or entities aiding or abetting the service contractor, to include wage restitution to the affected covered employee and damages payable to the covered employee in the sum of up to $500.00 for each week the service contractor is found to have violated this article. (d) Sanctions against service contractors. For violations of this article, the city shall sanction a service contractor by requiring the service contractor to pay wage restitution at its expense for each affected employee. The city may also sanction the service contractor in at least one of the following additional ways: (1) The city may impose damages in the sum of $500.00 for each week for each covered employee found to have not been paid in accordance with this article; (2) The city may suspend or terminate payment under the service contract or terminate the contract with the service contractor; and The city may declare the service contractor ineligible for future service contracts for three years or until all penalties and restitution have been paid in full, whichever is longer. In addition, any employer shall be ineligible for a service contract where principal officers of such employer were principal officers of a service contractor who has been declared ineligible under this article. (4) If the contract has been awarded under the city procurement ordinance, the city may debar or suspend the contractor as provided therein. (e) Public record of sanctions. All such sanctions recommended or imposed shall be a matter of public record. (f) Sanctions for aiding and abetting. The sanctions contained in this article shall also apply to any party or parties aiding and abetting in any violation of this article. Retaliation and discrimination barred. A service contractor shall not discharge, reduce the compensation, or otherwise discriminate against any covered employee for making a complaint to the city, or otherwise asserting his or her rights under this article, participating in any of its proceedings or using any civil remedies to enforce his or her rights under this article. Allegations of retaliation or discrimination, if found true in a city administrative proceeding or by a court of competent jurisdiction, shall result in an order of restitution and reinstatement of a discharged covered employee with back pay to the date of the violation or such other relief as deemed appropriate. (3) (g) Page 4 10/3/2023 11:35 AM p. 55 City of Miami Solicitation 1664387 (h) Remedies herein non-exclusive. No remedy set forth in this article is intended to be exclusive or a prerequisite for asserting a claim for relief to enforce the rights under this article or in a court of law. This article shall not be construed to limit an employee's right to bring a common law cause of action for wrongful termination. (Ord. No. 12787, § 2, 4-6-06; Ord. No. 13648, § 2, 11-17-16) Sec. 18-560. - Employers receiving direct tax abatement or subsidy. The city reserves the right to impose the living wage requirements of this article on or after January 1, 2017 on any employer as a condition of that employer receiving a direct tax abatement or subsidy from the city. (Ord. No. 13648, § 2, 11-17-16) Secs. 18-561-18-599. - Reserved. Page 5 10/3/2023 11:35 AM p. 56 City of Miami Solicitation 1664387 CITY OF MIAMI LOCAL OFFICE CERTIFICATION (City Code, Chapter 18, Article III, Section 18-73) Solicitation Type and Number: (i.e. IFQ/IFB/RFP/RFQ/RFLI No. 123456) Solicitation Title: (Bidder/Proposer) hereby certifies compliance with the Local Office requirements stated under Chapter 18/Article III, Section 18-73, of the Code of the City of Miami, Florida, as amended. Local office means a business within the city which meets all of the following criteria: (1) Has had a staffed and fixed office or distribution point, operating within a permanent structure with a verifiable street address that is located within the corporate limits of the city, for a minimum of twelve (12) months immediately preceding the date bids or proposals were received for the purchase or contract at issue; for purposes of this section, "staffed" shall mean verifiable, full-time, on -site employment at the local office for a minimum of forty (40) hours per calendar week, whether as a duly authorized employee, officer, principal or owner of the local business; a post office box shall not be sufficient to constitute a local office within the city; (2) If the business is located in the permanent structure pursuant to a lease, such lease must be in writing, for a term of no less than twelve (12) months, been in effect for no less than the twelve (12) months immediately preceding the date bids or proposals were received, and be available for review and approval by the chief procurement officer or its designee; for recently -executed leases that have been in effect for any period less than the twelve (12) months immediately preceding the date bids or proposals were received, a prior fully -executed lease within the corporate limits of the city that documents, in writing, continuous business residence within the corporate limits of the city for a term of no less than the twelve (12) months immediately preceding the date bids or proposals were received shall be acceptable to satisfy the requirements of this section, and shall be available for review and approval by the chief procurement officer or its designee; further requiring that historical, cleared rent checks or other rent payment documentation in writing that documents local office tenancy shall be available for review and approval by the chief procurement officer or its designee; (3) Has had, for a minimum of twelve (12) months immediately preceding the date bids or proposals were received for the purchase or contract at issue, a current business tax receipt issued by both the city and Miami - Dade County, if applicable; and (4) Has had, for a minimum of twelve (12) months immediately preceding the date bids or proposals were received for the purchase or contract at issue, any license or certificate of competency and certificate of use required by either the city or Miami -Dade County that authorizes the performance of said business operations; and (5) Has certified in writing its compliance with the foregoing at the time of submitting its bid or proposal to be eligible for consideration under this section; provided, however, that the burden of proof to provide all supporting documentation in support of this local office certification is borne by the business applicant submitting a bid or proposal. 1 FORM -City of Miami Local Office Certification 1 0/§e2AZA 02614 p. 57 City of Miami Solicitation 1664387 PLEASE PROVIDE THE FOLLOWING INFORMATION: Bidder/Proposer Local Office Address: Does Bidder/Proposer conduct verifiable, full- time, on -site employment at the local office for a minimum of forty (40) hours per calendar week? YES NO Is Bidder/Proposer's Local Office tenancy pursuant to a lease? If yes, please enclose a copy of the lease. YES NO N/A Bidder/Proposer please enclose a copy of the Business Tax Receipt (BTR) issued by both the City of Miami and Miami -Dade County. City of Miami: YES NO Exempt Cite Exemption: Miami -Dade County: YES NO Exempt Cite Exemption: Has Bidder/Proposer enclosed a copy of the license or certificate of competency and certificate of use that authorizes the performance of Bidder/Proposer's business operations? YES NO Bidder/Proposer's signature below certifies compliance with the Local Office requirements stated under Chapter 18/Article III, Section 18-73, of the Code of the City of Miami, Florida, as amended. Print Name (Bidder/Proposer Authorized Representative) Signature Date 2 FORM -City of Miami Local Office Certification 1 0/§eW241 0026/4 p. 58 City of Miami Solicitation 1664387 STATE OF FLORIDA COUNTY OF Certified to and subscribed before me this day of , 20 , by (NOTARY SEAL) (Signature of Notary Public -State of Florida) (Name of Notary Typed, Printed, or Stamped) Personally Known OR Produced Identification Type of Identification Produced FORM -City of Miami Local Office Certification 10/§ 00L6/4 3 p. 59 POLICY NUMBER: APM- 2-19 DATE: March 26. 2019 ISSUED BY: Emilio T. Gonzalez, Ph.D. Citv/1GI nalrer/Desi SIGNATURE CITY ottfUIAMI ADMINISTRATIVE POLICY REVISIONS Solicitation 1664387 REVISED DATE OF SECTION REVISION Created 3/26/19 SUBJECT: ELIMINATING THE PROCESS OF CURING IRREGULARITIES IN DOCUMENTS SUBMITTED IN RESPONSE TO REQUEST FOR QUALIFICATIONS (RFQ), REQUEST FOR PROPOSALS (RFP), REQUESTS FOR LETTERS OF INTEREST (RFLI), INVITATION FOR BIDS (IFB), INVITATION TO BID (ITB), INVITATION TO QUOTE (ITQ), AND REQUEST FOR SPONSORSHIP (RFS) EFFECTIVE MAY 6, 2019 PURPOSE: To improve the procurement solicitation process in order to provide internal and external customers with a more efficient and effective procurement of goods and services for the City of Miami. This APM establishes guidelines that eliminate the process of curing irregularities in proposals and bids submitted in response to RFQs, RFPs, RFLI's IFBs, ITBs, ITQs and RFS. BACKGROUND: Currently, the Department of Procurement ("Procurement") allows Proposers and Bidders to cure certain deficiencies, deviations, irregularities, omissions, and/or technicalities in proposals and bids submitted to the City in response to RFQs, RFPs, RFLIs, IFBs, ITBs, ITQs and RFS. In collaboration with the Department of Innovation and Technology ("DoIt"), Procurement has identified the process of curing as the cause of significant delays in formal solicitation process. When proposals and bids require a cure, Procurement sends out a "Notice to Cure" to Proposers and Bidders who are then given additional time to correct, complete, and re -submit the required documents. The process of curing is time intensive and delays the procurement of necessary goods and services for the City; it prolongs the due diligence review period and it stalls and delays the evaluation and selection process, resulting in the extension of time between the issuance of an RFP, RFQ, RFLI, IFB, ITB, ITQ, or RFS solicitation and its award date. 10/3/2023 11:35 AM p. 60 City of Miami Solicitation 1664387 Eliminating the process of curing will streamline and improve the overall procurement solicitation process while making it more efficient by removing a source of delay, and more effective by concentrating due diligence reviews only on complete and responsive proposals and bids. Additionally, it is not a common procurement industry practice to allow cures. Other local public agencies such as Miami -Dade County and the Miami -Dade County Public School System do not presently allow cures in such similar instances. GUIDELINES: Procurement will only review and evaluate proposals and bids that have been deemed responsive. Responsive bids and proposals responses are defined by our Procurement Code.' Prospective Proposers and Bidders should understand that non -responsive proposals or bids will not be reviewed and will be eliminated from the evaluation and selection process. The City will not consider the curing of any proposal or bid that fail to meet the minimum qualifications or submission requirements of an RFQ, RFP, RFLI, IFB, ITB, ITQ, or RFS as applicable. Material deficiencies, deviations, irregularities, omissions, and/or technicalities are not waivable. Proposals and bids submitted with deficiencies, irregularities, omissions, and/or technicalities that deviate from the minimum qualifications and/or submission requirements for RFQs, RFPs, RFLIs, IFBs, ITBs, ITQs and RFS shall result in a non -responsive determination. The following list includes, but is not limited to, proposal and bid deficiencies, deviations, irregularities, omissions, and/or technicalities that shall result in a non -responsive determination for any solicitation issued on or after May 6, 2019: If a proposal or bid is missing forms, or contains unnotarized forms, unsigned forms, incorrect forms, or forms signed by any individual, other than the Proposer or Bidder, Proposer's or Bidder's team members, and/or individuals attesting to the stated project experience, the Proposer or Bidder will not be given time to cure the proposal or bid, and the City shall deem such proposal or bid non -responsive. The City, at its sole discretion, reserves the right to waive minor deviations not listed above. Such minor deficiencies, deviations, irregularities, omissions, or technicalities may be timely cured by the Proposer or Bidder, at the sole discretion of the City. Material (i.e. substantial or notable) deficiencies, deviations, irregularities, omissions, or technical issues cannot be cured by the Proposer or Bidder and are not waivable by the City. For illustrative guidance please see below an excerpt from State of Florida procurement instructions which discuss the difference in plain language between material and minor variances. Responsive bidder, proposer, offeror, or respondent means a business which has submitted a bid, offer, proposal, quotation or response which conforms in all material respects to the solicitation. Sec. 18-73, City Code. (Excerpt from 2012 WL 1155290 (F1a.Div.Admin.Hrgs.) Mandatory Responsiveness Requirements: Terms, conditions or requirements that must be met by the proposer to be responsive to this RFP. The responsiveness requirements are mandatory. Failure to meet the responsiveness requirements will cause rejection of a proposal. Any proposal rejected for failure to meet mandatory responsiveness requirements will not be evaluated. 10/3/2023 11:35 AM p. 61 City of Miami Solicitation 1664387 1.15 Material Deviations: The Department has established certain requirements with respect to proposals to be submitted by Proposers. The use of shall, must or will (except to indicate simple futurity) in this RFP indicates a requirement or condition which may not be waived by the Department except where any deviation therefore is not material. A deviation is material if, in the Department's sole discretion, the deficient response is not in substantial accord with this RFP's requirements, provides an advantage to one Proposer over other Proposers, or has a potentially significant effect on the quantity or quality of items or services proposed, or on the cost to the Department. Material deviations cannot be waived and shall be the basis for rejection of a response. Because this is an RFP, the Department will apply this definition liberally in reviewing responses in regard to service delivery. 1.16 Minor Irregularity: A variation from the RFP terms and conditions which does not affect the price proposed or gives the proposer an advantage or benefit not enjoyed by the other proposers or does not adversely impact the interests of the Department. 10/3/2023 11:35 AM p. 62 City of Miami Solicitation 1664387 INSURANCE ADDENDUM INSURANCE DEFINITIONS, REQUIREMENTS AND CONDITIONS The VENDOR/CONTRACTOR / CONSULTANT (AS APPLICABLE) agrees to provide and maintain throughout the life of this contract and at Vendor/Contractor/ Consultant's expense insurance coverage outlined herewith as applicable insuring all operations related to the contract and any extensions thereof. Workers Compensation and Employers Liability Statutory requirements per Chapter 440, Florida Statutes, as amended, are applicable, and this coverage is subject to the Laws of the State of Florida. This coverage protects against lawsuits stemming from workplace accidents. It provides for medical care to injured employees, along with compensation for lost income. Commercial General Liability It protects against accidents and injuries that occur on company property or the property of a customer. It compensates an injured person or owner of property for injuries and property damages, and the cost of defending lawsuits, including legal settlements or investigations. This policy also covers claims resulting from products exposures, libel, slander, copyright infringement, and other personal and advertisement injuries. Commercial Automobile Liability It protects against liability, no fault, medical payments, uninsured and underinsured motorists claims, collision and other than collision physical damage. In addition, this policy affords coverage on autos that are hired or borrowed or non -owned for use in the business. The non -owned can be autos owned by employees or members of their households. Non -Owned Auto exposures can be endorsed or added under the Commercial General Liability Policy. Professional/Errors and Omissions Liability Used by many professionals such as engineers, lawyers, accountants, stock brokers, financial advisers, insurance agents, court reports, dentists, nurses and teachers. It protects against the financial effects of liability lawsuits filed by clients. It basically protects professionals who cause harm to a client due to incompetence, errors, or negligence. 10/3/2023 11:35 AM p. 63 City of Miami Solicitation 1664387 Umbrella Liability It protects against liability and losses after primary insurance benefits have been exhausted. This supplemental coverage kicks in only after the underlined liability policies have paid their maximum benefits. Environmental Liability It protects against the financial costs of claims of injury or damage due to pollution, and other costs of cleaning up pollutants. These policies are designed to cover both property and liability risks. Directors and Officers Liability This coverage protects against claims from stockholders, employees and clients that are also aimed individually at directors and officers. These claims typically stem from errors in judgement, breaches of duty and wrongful acts in connection with company business. Cyber Liability It protects against costs of the theft, destruction or unauthorized use of electronic data through computer viruses or network intrusions. It also adds protection to a business against such costs if a business fails to safeguard another party's electronic data. Companies sharing data outside their internal network benefit from this coverage Commercial Property It protects against claims or damages to the insured's buildings, business personal property and personal property of others. It can also provide for loss of business income coverage or extra expenses incurred because of physical loss by a covered peril to the insured's property. Commercial Crime It protects against loss of money, securities and other property because of a variety of criminal acts such as employee theft or embezzlement, burglary, robbery, forgery, computer fraud, kidnapping and extortion. Crime insurance also covers money and securities against damage or destruction by almost any cause of loss, not just crime. 10/3/2023 11:35 AM p. 64 City of Miami Solicitation 1664387 Builders Risk It protects against damage to or destruction of buildings or other structures during their construction. Any party with a financial interest in a construction, remodeling, or repair project benefits from this coverage. Surety Bonds Surety bonds are three party contracts. The principal, the party that undertakes the obligation, pays for the issuance of a bond by a surety company. The bond provides capital to guarantee the obligation will be performed. The obligee is the party that receives the benefit of the bond If the obligation is improperly performed. If payment and performance bonds are required such bonds must be substantially in the form prescribed by Florida Statutes 255.05, as amended, and will be subject to the approval of the City of Miami Director of the Department of Risk Management. Valuable Papers It pays for the cost to reconstruct damaged or destroyed valuable papers and records. Typically is defined to include almost all forms of printed documents or records with the exception of money or securities, and data and media which is usually excluded. Additional Requirements The Vendor/Contractor must furnish the City of Miami, Department of Procurement, and Risk Management located at 444 S.W. 2nd Avenue Miami, Florida 33130, original Certificates of insurance to be in force on the date of this Contract, and Renewal Certificates of insurance thereafter. All policies indicated on the certificate must be in compliance with all Contract requirements. The failure of the City to obtain the applicable or corresponding certificates from Contractor is not a waiver by the City of any requirements for the Vendor/Contractor. The Vendor/Contractor must furnish Certificates insurance listing the City of Miami as an additional insured. All insurance certificates must be signed, dated and reference the City contract number. The insurance must provide for sixty (30) days prior written notice to be given to the City in the event coverage is substantially changed, canceled, or non -renewed. Any deductibles or self -insured retentions on referenced insurance coverages must be borne by Vendor/Contractor. The Vendor/Contractor further agrees to have insurers waive their rights of subrogation against the City of Miami, its employees, elected officials, agents, or representatives. The coverages and limits furnished by Vendor/Contractor in no way limit the Vendor/Contractor's liabilities and responsibilities specified within the Contract or law. Any insurance or self-insurance programs maintained by the City of Miami shall not contribute with insurance provided by the Vendor/Contractor under the Contract. 10/3/2023 11:35 AM p. 65 City of Miami Solicitation 1664387 The required insurance to be carried is not limited by any limitations expressed in the indemnification language in this Contract or any limitation placed on the indemnity in this Contract given as a matter of law. If the Vendor/Contractor is a joint venture or limited liability company, the insurance policies must name the joint venture or Limited Liability Company and each of its separate constituent entities as named insureds. The Vendor/Contractor must require all subcontractors to provide the insurance required herein. All subcontractors are subject to the same insurance requirements of the Vendor/Contractor unless otherwise specified in this Contract. If the Vendor/Contractor or subcontractor desire additional coverages, the party desiring the additional coverages is responsible for the acquisition and cost. Notwithstanding any provision in the Contract to the contrary, the City of Miami Risk Management Department maintains and reserves the right to modify, delete, alter or change these requirements. Note: The duty to carry and maintain insurance during the life of the contract will survive the cancellation or expiration, as applicable, under the Contract. 10/3/2023 11:35 AM p. 66 City of Miami Solicitation 1664387 Question and Answers for Solicitation #1664387 - Plans Review, Inspection and Professional Services Overall Solicitation Questions Question 1 We are a structural engineering firm, and we were wondering if we were able to apply to the services we are able to provide in-house, or if a team was necessary to cover all services required by the city. (Submitted: Sep 20, 2023 3:48:18 PM EDT) Question 2 As per Section 2.4, subsection 3 of the IFB, Bidder's Minimum Qualifications, "All staff must be employed with the Bidder, the most recent certified payroll shall be submitted with Bid." Question 1: Will the City accept a certified payroll redacting employee names? As our response to this IFB is subject to public record laws, listing employee names and associated payroll information per employee exposes our staff to other potential employers. Question 2: If the City is unwilling to accept certified payrolls with redacted names, can salary amounts be redacted per employee? (Submitted: Sep 22, 2023 9:54:55 AM EDT) Question 3 The South Half (S2) of the Northeast Quarter (NE3) and the North Half (n2) of the Southeast Quarter (SE3) of Section eleven (11), Township Six (6) range Thirteen (13), west of the 6th P.M., Osborne County, Kansas (Submitted: Sep 23, 2023 7:49:42 PM EDT) Question 4 What number we provide on the box of the 'item response form', the hourly rate or the extended price (hours multiplied the hourly rate)? (Submitted: Sep 23, 2023 7:50:09 PM EDT) Question 5 Please disregard Question No. 3 - which was submitted in error. (Submitted: Sep 24, 20234:16:15 PM EDT) Question 6 We do not have a local City of Miami office - do we still need to include the form with our response? (Submitted: Sep 24, 2023 4:44:16 PM EDT) 10/3/2023 11:35 AM p. 67