Loading...
PSA with Halcyon Builders, Inc. cQorc-.. 0190ey PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND HALCYON BUILDERS, INC. FOR FACILITIES MAINTENANCE SERVICES FOR THE PROPERTY MANAGEMENT DIVISION, PURSUANT TO ITN NO. 2015-090-JR This Professional Services Agreement (Agreement) is entered into this LC( day of Nii„,u S•'f 2015 (Effective Date), between the CITY OF MIAMI BEACH, FLORIDA, a municipal corporation-organized and existing under the laws of the State of Florida, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139 (City), and HALCYON BUILDERS, INC., a Florida corporation, whose address is 8862 SW 129 Terrace, Miami, Florida 33176 (Contractor or Proposer). SECTION 1 DEFINITIONS Agreement: This Agreement between the City and Contractor, including any exhibits and amendments thereto. City of Agency: The City of Miami Beach, Florida, a municipal corporation organized under the laws of the State of Florida. City Manager; The Chief Administrative Officer of the City. Contract Officer; Or City Manager's Designee: Contract Manager: For purpose of this Agreement, the City's Contract Manager, Contract Officer, or City Manger's designee shall be designated, in writing, by the Director of the Property Management Division of the City's Public Works Department. Contractor: For the purposes of this Agreement, Contractor shall be deemed to be an independent contractor, and not an agent or employee of the City. Services: All services, work and actions by the Contractor performed or undertaken pursuant to the Agreement. Fee: Amount paid to the Contractor as compensation for Services. Project Manager: For the purpose of this Agreement, the Project Manager shall designated, in writing, by Contractor, and shall have provided services similar in scope to those defined in this Agreement at least for one (1) public sector agency for a period of no less than two (2) years within the last three (3) years. Proposer shall be licensed or retain within its staff a Florida licensed commercial general or building contractor. j 1 Proposal Documents: Proposal Documents shall mean City of Miami Beach ITN No. 2015- 090-JR for Facilities Maintenance Services for the Property Management Division, together with all amendments thereto, issued by the City in contemplation of this Agreement (the ITN), and the Contractor's proposal in response thereto (Proposal), all of which are hereby incorporated and made a part hereof; provided, however, that in the event of an express conflict between the Proposal Documents and this Agreement, the following order of precedent shall prevail: this Agreement; the ITN; and the Proposal. Risk Manager: The Risk Manager of the City, with offices at 1700 Convention Center Drive, Third Floor, Miami Beach, Florida 33139: telephone number (305) 673-7000, Ext. 6435: and fax number(305) 673-7023. SECTION 2 SCOPE OF SERVICES (SERVICES) In consideration of the Fee to be paid to Contractor by the City, Contractor shall provide the work and services described in Exhibit "A" hereto "Services" and pursuant to the requirements set forth in Exhibit "A". SECTION 3 TERM The term of this Agreement (Term) shall commence upon execution of this Agreement by all parties hereto, which shall be the Effective Date on page 1 hereof, and shall have an initial term of three (3) years, with two (2) renewal options of one (1) year each, to be exercised at the City Manager's sole option and discretion, by providing Contractor with written notice of same no less than thirty (30) days prior to the expiration of the initial term (or of a renewal option, as the case may be). Notwithstanding the Term provided herein, Contractor shall adhere to any specific timelines, schedules, dates, and/or performance milestones for completion and delivery of the Services, as same is/are set forth in the timeline and/or schedule referenced in Exhibit "A". hereto. SECTION 4 FEE 4.1 In consideration of the Services to be provided, Contractor shall be compensated pursuant to the requirement of Exhibit "A" and based on the fees listed in Exhibit "B". 4.2 INVOICING Upon receipt of an acceptable and approved invoice, payment(s) shall be made within thirty (30) days for that portion (or those portions) of the Services satisfactorily rendered (and referenced in the particular invoice). Invoices shall include a detailed description of the Services (or portions thereof) provided, and shall be submitted to the City at the following address: 2 City of Miami Beach Public Works / Property Management Division 1245 Michigan Avenue, Miami Beach, Florida 33139 Attention: Eric Carpenter, Public Works, Director SECTION 5 TERMINATION 5.1 TERMINATION FOR CAUSE If the Contractor shall fail to fulfill in a timely manner, or otherwise violates, any of the covenants, agreements, or stipulations material to this Agreement, the City, through its City Manager, shall thereupon have the right to terminate this Agreement for cause. Prior to exercising its option to terminate for cause, the City shall notify the Contractor of its violation of the particular term(s) of this Agreement, and shall grant Contractor ten (10) days to cure such default. If such default remains uncured after ten (10) days, the City may terminate this Agreement without further notice to Contractor. Upon termination, the City shall be fully discharged from any and all liabilities, duties, and terms arising out of, or by virtue of, this Agreement. Notwithstanding the above, the Contractor shall not be relieved of liability to the City for damages sustained by the City by any breach of the Agreement by the Contractor. The City, at its sole option and discretion, shall be entitled to bring any and all legal/equitable actions that it deems to be in its best interest in order to enforce the City's right and remedies against Contractor. The City shall be entitled to recover all costs of such actions, including reasonable attorneys' fees. 5.2 TERMINATION FOR CONVENIENCE OF THE CITY THE CITY MAY ALSO, THROUGH ITS CITY MANAGER, AND FOR ITS CONVENIENCE AND WITHOUT CAUSE, TERMINATE THE AGREEMENT AT ANY TIME DURING THE TERM BY GIVING WRITTEN NOTICE TO CONTRACTOR OF SUCH TERMINATION; WHICH SHALL BECOME EFFECTIVE WITHIN THIRTY (30) DAYS FOLLOWING RECEIPT BY THE CONTRACTOR OF SUCH NOTICE. IF THE AGREEMENT IS TERMINATED FOR CONVENIENCE BY THE CITY, CONTRACTOR SHALL BE PAID FOR ANY SERVICES SATISFACTORILY PERFORMED UP TO THE DATE OF TERMINATION; FOLLOWING WHICH THE CITY SHALL BE DISCHARGED FROM ANY AND ALL LIABILITIES, DUTIES, AND TERMS ARISING OUT OF, OR BY VIRTUE OF, THIS AGREEMENT. 5.3 TERMINATION FOR INSOLVENCY The City also reserves the right to terminate the Agreement in the event the Contractor is placed either in voluntary or involuntary bankruptcy or makes an assignment for the benefit of creditors. In such event, the right and obligations for the parties shall be the same as provided for in Section 5.2. 3 SECTION 6 INDEMNIFICATION AND INSURANCE REQUIREMENTS 6.1 INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City of Miami Beach and its officers, employees, agents, and contractors, from and against any and all actions (whether at law or in equity), claims, liabilities, losses, and expenses, including, but not limited to, attorneys' fees and costs, for personal, economic or bodily injury, wrongful death, loss of or damage to property, which may arise or be alleged to have arisen from the negligent acts, errors, omissions or other wrongful conduct of the Contractor, its officers, employees, agents, contractors, or any other person or entity acting under Contractor's control or supervision, in connection with, related to, or as a result of the Contractor's performance of the Services pursuant to this Agreement. To that extent, the Contractor shall pay all such claims and losses and shall pay all such costs and judgments which may issue from any lawsuit arising from such claims and losses, and shall pay all costs and attorneys' fees expended by the City in the defense of such claims and losses, including appeals. The parties agree that one percent (1%) of the total compensation to Contractor for performance of the Services under this Agreement is the specific consideration from the City to the Contractor for the Contractor's indemnity agreement. The provisions of this Section 6.1 and of this indemnification shall survive termination or expiration of this Agreement. 6.2 INSURANCE REQUIREMENTS The Contractor shall maintain and carry in full force during the Term, the following insurance as more particularly describe in Exhibit "C": Original certificates of insurance must be submitted to the City's Risk Manager for approval (prior to any work and/or services commencing) and will be kept on file in the Office of the Risk Manager. The City shall have the right to obtain from the Contractor specimen copies of the insurance policies in the event that submitted certificates of insurance are inadequate to ascertain compliance with required coverage. The Contractor is also solely responsible for obtaining and submitting all insurance certificates for any sub-Contractors. Compliance with the foregoing requirements shall not relieve the Contractor of the liabilities and obligations under this Section or under any other portion of this Agreement. The Contractor shall not commence any work and or services pursuant to this Agreement until all insurance required under this Section has been obtained and such insurance has been approved by the City's Risk Manager. SECTION 7 LITIGATION JURISDICTIONNENUE/JURY TRIAL WAIVER This Agreement shall be construed in accordance with the laws of the State of Florida. This Agreement shall be enforceable in Miami-Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for the enforcement of same shall lie in Miami-Dade County, Florida. By entering into this Agreement, Contractor and the City expressly waive any rights either party may have to a trial by jury of any civil litigation related to or arising out of this Agreement. 4 '1 SECTION 8 • LIMITATION OF CITY'S LIABILITY The City desires to enter into this Agreement only if in so doing the City can place a limit on the City's liability for any cause of action, for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the sum of $10,000. Contractor hereby expresses its willingness to enter into this Agreement with Contractor's recovery from the City for any damage action for breach of contract to be limited to a maximum amount of$10,000. Accordingly, and notwithstanding any other term or condition of this Agreement, Contractor hereby agrees that the City shall not be liable to the Contractor for damages in an amount in excess of $10,000 for any action or claim for breach of contract arising out of the performance or non-performance of any obligations imposed upon the City by this Agreement. Nothing contained in this section or elsewhere in this Agreement is in any way intended to be a waiver of the limitation placed upon the City's liability, as set forth in Section 768.28, Florida Statutes. SECTION 9 [INTENTIONALLY DELETED] SECTION 10 GENERAL PROVISIONS 10.1 AUDIT AND INSPECTIONS Upon reasonable verbal or written notice to Contractor, and at any time during normal business hours (i.e. 9AM — 5PM, Monday through Fridays, excluding nationally recognized holidays), and as often as the City Manger may, in his/her reasonable discretion and judgment, deem necessary, there shall be made available to the City Manager, and/or such representatives as the City Manager may deem to act on. the City's behalf, to audit, examine, and/ or inspect, any and all other documents and/or records relating to all matters covered by this Agreement. Contractor shall maintain any and all such records at its place of business at the address set forth in the "Notices" section of this Agreement. 10.2 [INTENTIONALLY DELETED] 10.3 ASSIGNMENT, TRANSFER OR SUBCONSULTING The experience, knowledge, capability and reputation of Contractor, its principals and employees were a substantial inducement for the City to enter into this Agreement. Therefore, Contractor shall not contract with any other entity to perform in whole or in part the services required hereunder without the express written approval of the City. In addition, neither this Agreement nor any interest herein may be transferred, assigned, conveyed, hypothecated or encumbered voluntarily or by operation of law, whether for the benefit of creditors or otherwise, without the prior written approval of City. Transfers restricted 5 • hereunder shall include the transfer to any person or group of persons acting in concert of more than twenty five percent (25%) of the present ownership and/or control of Contractor, taking all transfers into account on a cumulative basis. In the event of any such unapproved transfer, including any bankruptcy proceeding, this Agreement shall be void. No approved transfer shall release the Contractor or any surety of Contractor of any liability hereunder without the express consent of City. Prohibition against Subcontracting or Assignment: The experience, knowledge, capability and reputation of Contractor, its principals and employees were a substantial inducement for the Agency to enter into this Agreement. Therefore, Contractor shall not contract with any other entity to perform in whole or in part the services required hereunder without the express written approval of the Agency. In addition, neither this Agreement nor any interest herein may be transferred, assigned, conveyed, hypothecated or encumbered voluntarily or by operation of law, whether for the benefit of creditors or otherwise, without the prior written approval of Agency. Transfers restricted hereunder shall include the transfer to any person or group of persons acting in concert of more than twenty five percent (25%) of the present ownership and/or control of Contractor, taking all transfers into account on a cumulative basis. In the event of any such unapproved transfer, including any bankruptcy proceeding, this Agreement shall be void. No approved transfer shall release the Contractor or any surety of Contractor of any liability hereunder without the express consent of Agency. 10.4 PUBLIC ENTITY CRIMES Prior to commencement of the Services, the Contractor shall file a State of Florida Form PUR 7068, Sworn Statement under Section 287.133(3)(a) Florida Statute on Public Entity Crimes with the City's Procurement Division. 10.5 EQUAL EMPLOYMENT OPPORTUNITY In connection with the performance of the Services, the Contractor shall not discriminate against any employee or applicant for employment because of race, color, national origin, religion, sex, gender identity, sexual orientation, disability, marital and familial status, or age. 10.6 CONFLICT OF INTEREST The Contractor herein agrees to adhere to and be governed by all applicable Miami-Dade County Conflict of Interest Ordinances and Ethics provisions, as set forth in the Miami-Dade County Code, and as may be amended from time to time; and by the City of-Miami-Beach Charter and Code (as some may be amended from time to time); both of which are incorporated by reference herein as if fully set forth herein. The Contractor covenants that it presently has no interest and shall not acquire any interest, direct or indirectly, which could conflict in any manner or degree with the performance of the Services. The Contractor further covenants that in the performance of . this Agreement, no person having any such interest shall knowingly be employed by the Contractor. No member of or delegate to the Congress of the United States shall be admitted to any share or part of this Agreement or to any benefits arising there from. SECTION 11 NOTICES All notices and communications in writing required or permitted hereunder, shall be delivered personally to the representatives of the Contractor and the City listed below or 6 may be mailed by U.S. Certified Mail, return receipt requested, postage prepaid, or by a nationally recognized overnight delivery service. Until changed by notice in writing, all such notices and communications shall be addressed as follows: TO CONTRACTOR: Halcyon Builders, Inc. 8862 SW 129 Terrace Miami, Florida 33176 TO CITY: City of Miami Beach Public Works / Property Management Division 1245 Michigan Avenue, Miami Beach, Florida 33139 Attention: Eric Carpenter, Public Works, Director City of Miami Beach Procurement Department 1700 Convention Center Drive, 3rd Floor Miami Beach, Florida 33139 Attention: Alex Denis, Director Notice may also be provided to any other address designated by the party to receive notice if such alternate address is provided via U.S. certified mail, return receipt requested, hand delivered, or by overnight delivery. In the event an alternate notice address is properly provided, notice shall be sent to such alternate address in addition to any other address which notice would otherwise be sent, unless other delivery instruction as specifically provided for by the party entitled to notice. Notice shall be deemed given on the day on which personally served, or the day of receipt by either U.S. certified mail or overnight delivery. SECTION 12 MISCELLANEOUS PROVISIONS 12.1 CHANGES AND ADDITIONS This Agreement cannot be modified or amended without the express written consent of the parties. No modification, amendment, or alteration of the terms or conditions contained herein shall be effective unless contained in a written document executed with the same formality and of equal dignity herewith. 12.2 SEVERABILITY If any term or provision of this Agreement is held invalid or unenforceable, the remainder of this Agreement shall not be affected and every other term and provision of this Agreement shall be valid and be enforced to the fullest extent permitted by law. 12.3 ENTIRETY OF AGREEMENT The City and Contractor agree that this is the entire Agreement between the parties. This Y 9 9 P Agreement supersedes all prior negotiations, correspondence, conversations, agreements or understandings applicable to the matters contained herein, and there are no commitments, 7 agreements or understandings concerning the subject matter of this Agreement that are not contained in this document. Title and paragraph headings are for convenient reference and are not intended to confer any rights or obligations upon the parties to this Agreement. 12.4 CONTRACTOR'S COMPLIANCE WITH FLORIDA PUBLIC RECORDS LAW Pursuant to Section 119.0701 of the Florida Statutes, if the Contractor meets the definition of "Contractor" as defined in Section 119.0701(1)(a), the Contractor shall: a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the service; b) Provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; and d) Meet all requirements for retaining public records and transfer to the City, at no City cost, all public records created, received, maintained and/or directly related to the performance of this Agreement that are in possession of the Contractor upon termination of this Agreement. Upon termination of this Agreement, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the City in a format that is compatible with the information technology systems of the City. For purposes of this Article, the term "public records" shall mean all documents, papers, letters, maps, books, tapes, photographs, films, sound recordings, data processing software, or other material, regardless of the physical form, characteristics, or means of transmission, made or received pursuant to law or ordinance or in connection with the transaction of official business of the City. Contractor's failure to comply with the public records disclosure requirement set forth in Section 119.0701 of the Florida Statutes shall be a breach of this Agreement. In the event the Contractor does not comply with the public records disclosure requirement set forth in Section 119.0701 of the Florida Statutes, the City may, at the City's sole discretion, avail itself of the remedies set forth under this Agreement and available at law. 12.5 LIVING WAGE Pursuant to Section 2-408 of the Miami Beach City Code, as same may be amended from time to time, Contractor shall be required to pay all employees who provide services pursuant to this Agreement, the hourly living wage rates listed below: • the hourly living rate will be $11.62/Hour with health benefits of at least $1.69/Hour, and $13.31/Hour without benefits. The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation using the Consumer Price Index for all Urban Consumers (CPI-U) Miami/Ft. Lauderdale, issued by the U.S. Department of Labor's Bureau of Labor Statistics. Notwithstanding the preceding, no annual index shall exceed three percent (3%). 8 The City may also, by resolution, elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to implement same (in a particular year). Contractor's failure to comply with this provision shall be deemed a material breach under this Agreement. LIVING WAGE REQUIREMENTS ARE ONLY APPLICABLE TO THOSE PROJECTS CONTRACTED PURSUANT TO GROUP 1 (TIME AND MATERIALS) PRICING METHODOLOGY AS DETAILED IN SECTION C2.2.1 of Exhibit "A". 12.6 EQUAL BENEFITS FOR EMPLOYEES WITH SPOUSES AND EMPLOYEES WITH DOMESTIC PARTNERS. When awarding competitively solicited contracts valued at over $100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive proposals, to provide "Equal Benefits" to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. If Contractor cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Y 9 P Y q P Measures Application (attached) with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. [REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK] 9 IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their appropriate officials, as of the date first entered above. FOR CITY: CITY OF MIAMI BEACH, FLO-IDA ATTEST: `,% By: 8. Z( /s- / ,'' . afael E. Granado, City Clerk Philip vin °/''''a;or c .' I #*: ,-- V, • --IIlvcoRP *FOR CONTRAtTOF�. ORATED: HALCYON BUILDERS, INC. ' . ,... A TTEST: 0'N0 R ,. '` By: Secretary President , •'Cwpc4Ote i _.Z. Print Name Print Name APPROVED AS TO • FORM &LANGUAGE &FOR EXECUTION R-1---Ogi(-----' .....2sLO City Attorney Date 10 EXHIBIT "A" SCOPE OF SERVICES ITN 2015-090-JR FACILITIES MAINTENANCE SERVICES 11 SCOPE OF SERVICE EXHIBIT "A" ITN 2015-090-JR FACILITIES MAINTENANCE SERVICES Cl. LICENSE, PERMITS, FEES AND ASSESSMENTS. Contractor shall be licensed or retain within its staff a Florida licensed commercial general or building contractor. Contractor shall obtain at its sole cost and expense such licenses and certifications as may be required by law for the performance of the services required by this Agreement. Contractor shall have the sole obligation to pay for any fees, assessments and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the Contractor's performance of the services required by this Agreement, and shall indemnify, defend and hold harmless City, its officers, employees or agents of City, against any such fees, assessments, taxes penalties or interest levied, assessed or imposed against City hereunder. Contractor shall obtain all permits, to be reimbursed by the City, as may be required by law for the performance of the services required by this Agreement. C2. WORK REQUIREMENTS. The Contractor must provide management, supervision, labor, materials, equipment, shop or construction drawings (if applicable) and supplies and shall be responsible for the efficient, effective, economical, and satisfactory operation, scheduled and unscheduled maintenance, and repair of equipment and systems for the facilities included herein (Exhibit D to the Agreement). In general, the work shall include the following: I. Buildings 1. Structural (Walls, Beams, Stairs, Floors) 2. Doors, Gates. (proper operation, conditions) 3. Roof. (Gutters, Fascia, etc.) 4. Windows. (Seals, operation, condition, etc.) 5. Child care center playground equipment(all facilities equipment associated with a child care center is included to the extent similar equipment is included for the main facility). II. Parks 1. Structural (Walls, Beams, Stairs, Floors) 2. Doors, Gates. (proper operation, conditions) 3. Roof. (Gutters, Fascia, etc.) 4. Windows. (Seals, operation, condition, etc.) 5. Play Ground Equipment, Training Equipment, etc. 6. Benches, Tables, Grilles, Etc. III. Garages 1. Structural (Walls, Beams, Stairs, Floors) 2. Doors, Gates. (proper operation, conditions) 3. Roof. (Gutters, Fascia, etc.) 4. Windows. (Seals, operation, condition, etc.) IV. Beach 1. Lifeguard Stands (wood, hinges, structural) ITN 2015-090-JR 1 2. Rope & Post(Condition, repairs, replacement) 3. Mobi-Mats (Condition, cleanliness, hazardous conditions) 4. Boardwalk (uplifting woods and nails, handrails, etc.) 5. Beachwalk (Sunken or uneven pavers, planters, columns, etc.) 6. Paper and soap dispensing equipment in restrooms. 7. Dune fencing V. General: a. Cut wood pieces for the board walk, piers and other structures. b. Repairing of the city wide benches. c. Mold and cast pieces to repair several wall and floor treatment. d. Installation and Repair of bicycle stands and signs. e. Construct and repair all kind of furniture like conference tables, desks, shelving and cabinets. f. Welding, assemble and repair of fence sections. g. Molding and fabrication of sand interceptors. h. Maintain the life guard stands. i. Construction of access ramps and small bridges. j. Repair and installation of mobi-mats. The City reserves the right to add or delete facilities. Additional services may be ordered at the discretion of the Property Management for work relating to the operations, maintenance and repair or upgrade of the covered facilities, but not covered in the basic services of the contract, as described in this document. In compliance with all terms and conditions of this Agreement, the Contractor shall provide those services relating to facilities maintenance as specified herein and in any resulting agreement. As a material inducement to the City entering into any Agreement, Contractor represents and warrants that it has the qualifications, experience, and facilities necessary to properly perform the services required under this Agreement in a thorough, competent, and professional manner, and is experienced in performing the work and services contemplated herein. Contractor shall at all times faithfully, competently and to the best of its ability, experience and talent, perform all services described herein. Contractor covenants that it shall follow the highest professional standards in performing the work and services required hereunder and that all materials will be of good quality, fit for the purpose intended. The phrase "highest professional standards" shall mean those standards of practice recognized by any applicable national standard (e.g., ASTM) or one or more first-class firms performing similar work under similar circumstances. All work products are subject to review and acceptance by the City, and must be revised by the Contractor without additional charge to the City until found satisfactory and accepted by City. C2.1 Contractor will perform the following Maintenance Services: A. Interior building maintenance and repair B. Exterior building maintenance and repair(including but not limited to roofs) C. Building painting (exterior and interior) D. Plumbing repairs and restorations E. Electrical repairs and restoration F. HVAC repairs and rehabilitation ITN 2015-090-JR 2 C2.2 Project Costs. Any project resulting from this Agreement shall be priced in one of the following manners. C2.2.1 Time & Materials. Contractor shall provide hourly cost, for the categories of labor as identified on the Project Costs for Group 1 in the attached Exhibit "B". Contractor shall also provide the administrative mark-up for any materials (e.g., building materials, supplies or equipment) necessary for these project(s), pursuant to Exhibit "B". For the purposes of this section, materials shall be defined only as those materials which are applied to or installed as part of the project (e.g., ' paint, replacement pumps, lighting, etc.) and shall remain the property of the City. Materials shall not be defined as any equipment (e.g., hand or power tools) necessary for the contractor to complete the work. The cost of the latter shall be borne by the Contractor. a. Regular Hours. Regular hours shall be defined as any work performed between 7:00 a.m. and 7:00 p.m. b. Non-Regular Hours. Non-Regular hours shall be defined as any work required by the City to be performed between 7:00 p.m. and 7:00 a.m. C2.2.2 Lump Sum Plus Administrative Mark-Up (Group 2). For small construction or multi-discipline construction projects, the City may require the Contractor to provide project pricing based on lump sum plus administrative mark-up, projects as identified on the Project Costs for Group 2 in the attached Exhibit "B". In doing so, the Contractor shall solicit at least three (3) quotes for each trade or discipline required. The contractor shall select the lowest priced quote meeting all requirements. When the lowest priced quote is not selected, the reasons for doing so q P q 9 must be substantiated and provided to the Contract Manager. The City pursuant to Section C2.3 herein, shall approve, in writing, any costs related to a lump sum plus administrative mark-up project before Contractor may commence work relating to said project. For purposes of this section, the lump sum project costs shall be defined as the sum of all trades or disciplines plus the administrative mark-up. No further charges will be allowed for the project unless a change order is issued by the City. The Administrative Mark-up shall be applied in accordance with the following project complexity matrix: 1. Greater Than Average Complexity: Complex repairs or renovations that will involve major systems or sensitive site conditions. 2. Average Complexity: Routine maintenance and repairs with some major systems involvement or possible sensitive site conditions. 3. Less Than Average Complexity: Routine maintenance and repairs without major systems involvement or other sensitive site conditions. The Contractor and the City's Contract Manager shall consider each site condition prior to the determination of complexity. The City's Contract Manager decision as to the level of complexity shall be final and binding on both parties. C2.3 Approval Thresholds for Lump Sum Plus Administrative Mark-up Projects. • Project with costs equal to or less than $25,000 may be approved by the Project Manager. ITN 2015-O9OJR 3 • Project with costs equal to or less than $250,000 may be approved by the City Manager. • Projects with cost exceeding $250,000 must be approved by the City Commission. C2.4 Exclusions. The following items are excluded from the scope of this project, unless approved in writing by the City. 1. Fire protection and life safety systems and equipment. 2. Maintenance of landscape irrigation systems. Locks, keycard systems, and static and dynamic bollard systems. 3. Elevator and vertical transportation systems, including locks, keycard systems, and static and dynamic bollard systems. 4. Security systems. 5. Telecommunication systems. 6. Equipment owned and operated by tenant agencies. 7. Furnishings (not installed as fixtures). 8. Kitchen appliances and equipment (but ductwork above the ceiling, grease traps with associated piping, and any fire suppression or fire alarm equipment are included in the scope). 9. Equipment owned by servicing public utilities. 10. Fitness center equipment. 11. Lawn sprinkler heads. 12. Locksmith services C3. SPECIAL TERMS AND CONDITIONS. C3.1 ASSIGNMENT AND SUBCONTRACTORS. The experience, knowledge, capability and Reputation of Contractor, its principals and employees were a substantial inducement for the City to enter into this Agreement. Therefore, Contractor shall not contract with any other entity to perform in whole or in part the services required hereunder without the express written approval of the City. In addition, neither this Agreement nor any interest herein may be transferred, assigned, conveyed, hypothecated or encumbered voluntarily or by operation of law, whether for the benefit of creditors or otherwise, without the prior written approval of City. Transfers restricted hereunder shall include the transfer to any person or group of persons acting in concert of more than twenty five percent (25%) of the present ownership and/or control of Contractor, taking all transfers into account on a cumulative basis. In the event of any such unapproved transfer, including any bankruptcy proceeding, this Agreement shall be void. No approved transfer shall release the Contractor or any surety of Contractor of any liability hereunder without the express consent of City. C3.2 INTENTIONALLY OMITTED C3.3 NOTICE OF LABOR DISPUTE. Whenever Contractor has knowledge that any actual or potential labor dispute may delay is Agreement, Contractor shall immediately notify and submit all relevant information to the City of Bell. Contractor y y y ITN 2015-090-JR 4 shall insert the substance of this entire clause in any subcontract hereunder. The time period(s) specified in the Schedule of Performance for performance of the services rendered pursuant to this Agreement shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of the Contractor, including, but not restricted to, acts of God or of the public enemy, unusually severe weather, fires, earthquakes, floods, epidemics, quarantine restrictions, riots, strikes, freight embargoes, wars, litigation, and/or acts of any governmental agency, including the Agency, if the Contractor shall within ten (10) days of the commencement of such delay notify the Contract Officer in writing of the causes of the delay. The Contract Officer shall ascertain the facts and the extent of delay, and extend the time for performing the services for the period of the enforced delay when and if in the judgment of the Contract Officer such delay is justified. The Contract Officer's determination shall be final and conclusive upon the parties to this Agreement. In no event shall Contractor be entitled to recover damages against the City for any delay in the performance of this Agreement, however caused, Contractor's sole remedy being extension of the Agreement pursuant to this Section. C3.4 PERFORMANCE DURING DISPUTES. Unless otherwise directed by the City Manager, successful Contractor shall continue performance under the Agreement while matters in dispute are being resolved. C3.5 ASSUMPTION OF RISK OF LOSS. Unless otherwise provided, Contractor shall have title to and bear the risk of loss of or damage to the items purchased hereunder until they are delivered in conformity as outlined in the RFP at the F.O.B. point specified herein, and upon such delivery Contractor's responsibility for loss or damage shall cease, except for loss or damage resulting from Contractor's negligence. C3.6 ANNUAL COST INVESTMENT C3.7 Records. c. Cost Records. Contractor shall maintain all books, documents, papers, employee time sheets, accounting records, and other evidence pertaining to the costs while performing under this agreement and shall make such materials available at its office at all reasonable times during the term of this agreement and for three (3) years from the date of final payment for inspection by the City and copies of thereof shall be promptly furnished to the City upon request. d. Environmental Compliance Records. Contractor shall also maintain adequate records to demonstrate compliance with Best Management Practices and established environmental standards. e. Inspection of Records. The City reserves the right to audit all of the Contractor's records related to the work performed under this contract. C3.8 Reports and Communications a. Incident Reports. The successful contractor shall be required to complete "Incident Reports" arising out of any unusual occurrences during performance of this contract. Such reports must be submitted to City of Bell for review within forty- , ITN 2015-090JR 5 eight (48) hours and shall be submitted after incidents such as complaints, requests, damaged personal and/or public property, or environmentally sensitive discharges and observations within the public right of way. b. Accident Reports. Any vehicle accidents or personal injury occurring during or as a result of this contract shall be reported to City of Bell by telephone immediately during normal business hours or not later than 8:00 a.m. the following day (regardless of the amount of damage or lack thereof) and a police report must be immediately obtained from law enforcement agency that responded to accident. The Contractor must submit written Accident Reports to the City within twenty-four (24) hours of any accident. c. Management Reports. The Contractor shall furnish a report with each month's billing giving the amount and type of work completed, the location of the work completed, and any and all materials and equipment utilized in the completion of the work. The contractor will also provide any additional reports requested by the City. d. Criticism and Initiative. The Contractor shall work closely with the City to make the service as responsive, cost effective, and complaint-free as possible. Contractor shall also make recommendations to the City for maintenance work that may be required as part of maintenance and operations of the public infrastructure. e. Complaints. The contractor shall institute a procedure for receiving, logging and resolving customer and citizen complaints by collecting pertinent information and deriving a resolution. Complaints and their resolution shall be reported to the City of Bell within 10 days of their receipt. C3.9 Personnel Practices a. Fair Employment Practices. The Contractor must not discriminate in its recruitment, hiring, promotion, demotion or termination practices on the basis of race, religious creed, color, national origin, ancestry, gender, age or physical disability in the performance of any Agreement with the City, and shall comply with the provisions of the State Fair Employment Practices Act, the Federal Rights Act of 1964 and all amendments thereto, and the Americans with Disabilities Act of 1990. Proposal shall include a brief statement of intent to comply with the aforementioned laws. b. Safety and Training. Proposal shall include a description of a comprehensive safety plan that the Contractor has adopted and that demonstrates the Contractor's commitment to work safety. c. Contractor shall also comply with California Department of Motor Vehicles (DMV) " Pull Notice" Practices Program if applicable to the operating of all equipment. d. Contractor shall comply with any mandatory drug testing procedures required by the California Department of Transportation for any employee operating a vehicle requiring a commercial driver's license used in the provision of the services specified in this Request for Proposals. C3.10 Equipment a. Contractor shall furnish sufficient Equipment to permit the proper completion of the work as specified in this Request for Proposals. Such Equipment shall comply with the rules and standards established by the South Coast Air Quality Management District section 1186 and 1186.1 and any rules adopted during the term of the contract. b. Contractor shall furnish sufficient materials to complete each maintenance, ITN 2015-090-JR 6 restoration, or rehabilitation project to the standards acceptable to the City andto the Standards and Specifications as identified in the latest Edition of the Uniform Building Code, Uniform Electric Code, and Uniform Plumbing Code. c. Telephone. Contractor shall furnish a telephone number to receive customer comments and requests regarding the Services required in this Request for Proposals. Personnel shall be available to answer this telephone from 7:00 AM to 6:00 PM Monday through Friday except those days designated by the City of Bell as official Holidays. C3.11 Penalties and Incentives a. Service Complaint Penalties. Contractor will be allowed no more than three substantiated complaints per month regarding work that has been completed by the contractor. The City will levy a $100.00 penalty for each substantiated complaint above that threshold. b. Service Incentives. ii. The City desires that the Contractor seek to optimize the provision of the services specified herein. Should the Contractor furnish the services at a fixed unit cost less than the bid amount, then the City and the Contractor shall split the amount of the cost reduction fifty-fifty thereby providing the Contractor with an incentive for any efficiency achieved. iii. The above referred efficiency shall not cause any reduction in the quality of the work to be completed, or the safety of the public during the completion of the work. C3.12 Equipment To Be Furnished. The Contractor is responsible to provide and maintain all equipment needed to furnish the services specified herein comparable with the equipment currently being used in the industry. C3.13 Work Plan And Budget. Contractor shall meet with the Contract Manager weekly to discuss and establish the work schedule and priorities for the week. The work schedule may be adjusted throughout the week to meet changing demands and budget. C3.14 Contractor Availability. Contractor and the Contractor's crews/personnel are to act as an extension of City staff, and as such, must be available to work nights and weekends if required. C3.15 INTENTIONALLY OMITTED. • C3.16 Care Of Work. The Contractor shall adopt reasonable methods during the life of the Agreement to furnish continuous protection to the work, and the equipment, materials, papers, documents, plans, studies and/or other components thereof to prevent losses or damages, and shall be responsible for all such damages, to persons or property, until acceptance of the work by City, except such losses or ITN 2015-090JR 7 damages as may be caused by City's own negligence. C3.17 Warranty. Contractor warrants all Work under the Agreement (which for purposes of this Section shall be deemed to include unauthorized work which has not been removed and any non-conforming materials incorporated into the Work) to be of good quality and free from any defective or faulty material and workmanship. Contractor agrees that for a period of one year (or the period of time specified elsewhere in the Agreement or in any guarantee or warranty provided by any manufacturer or supplier of equipment or materials incorporated into the Work, whichever is later) after the date of final acceptance, Contractor shall within ten (10) days after being notified in writing by the City of any defect in the Work or non- conformance of the Work to the Agreement, commence and prosecute with due diligence all Work necessary to fulfill the terms of the warranty at his sole cost and expense. Contractor shall act sooner as requested by the City in response to an emergency. In addition, Contractor shall, at its sole cost and expense, repair and replace any portions of the Work (or work of other contractors) damaged by its defective Work or which becomes damaged in the course of repairing or replacing defective Work. For any Work so corrected, Contractor's obligation hereunder to correct defective Work shall be reinstated for an additional one year period, commencing with the date of acceptance of such corrected Work. Contractor shall perform such tests as the City may require to verify that any corrective actions, including, without limitation, redesign, repairs, and replacements comply with the requirements of the Agreement. All costs associated with such corrective actions and testing, including the removal, replacement, and reinstitution of equipment and materials necessary to gain access, shall be the sole responsibility of the Contractor. All warranties and guarantees of subcontractors, suppliers and manufacturers with respect to any portion of the Work, whether express or . implied, are deemed to be obtained by Contractor for the benefit of the City, regardless of whether or not such warranties and guarantees have been transferred or assigned to the City by separate agreement and Contractor agrees to enforce such warranties and guarantees, if necessary, on behalf of the City. In the event that Contractor fails to perform its obligations under this Section, or under any other warranty or guaranty under this Agreement, to the reasonable satisfaction of the City, the City shall have the right to correct and replace any defective or non- conforming Work and any work damaged by such work or the replacement or correction thereof at Contractor's sole expense. Contractor shall be obligated to fully reimburse the City for any expenses incurred hereunder upon demand. This provision may be waived if the services hereunder do not include construction of any improvements or the supplying of equipment or materials. C3.18 Additional Services. City shall have the right at any time during the performance of the services, without invalidating this Agreement, to order extra work beyond that is specified in the Scope of Services or make changes by altering, adding to or ITN 2015-O9OJR 8 deducting from said work. No such extra work may be undertaken unless a written order is first given by the Contract Manager to the Contractor, incorporating therein any adjustment in (i) the Agreement Sum, and/or (ii) the time to perform this Agreement, which said adjustments are subject to the written approval of the Contractor. Any increase in compensation of up to five percent (5%) of the Agreement Sum or $25,000, whichever is less; or in the time to perform of up to one hundred eighty (180) days may be approved by the Contract Manager. Any greater increases, taken either separately or cumulatively must be approved by the City Manager. C3.19 Schedule of Performance. Contractor shall commence the services pursuant to this Agreement upon receipt of a written notice to proceed and shall perform all services within the time period(s) established in the "Schedule of Performance". When requested by the Contractor, extensions to the time period(s) specified in the Schedule of Performance may be approved in writing by the Contract Manager but not exceeding one hundred eighty(180) days cumulatively. C3.20 Force Majeure. The time period(s),specified in the Schedule of Performance of the services rendered pursuant to this Agreement shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of the Contractor, including, but not restricted to, acts of God or of the public enemy, unusually severe weather, fires, earthquakes, floods, epidemics, quarantine restrictions, riots, strikes, freight embargoes, wars, litigation, and/or acts of any governmental agency, including the Agency, if the Contractor shall within ten (10) days of the commencement of such delay notify the Contract Officer in writing of the causes of the delay. The Contract Officer shall ascertain the facts and the extent of delay, and extend the time for performing the services for the period of the enforced delay when and if in the judgement of the Contract Officer such delay is justified. The Contract Officer's determination shall be final and conclusive upon the parties to this Agreement. In no event shall Contractor be entitled to recover damages against the City for any delay in the performance of this Agreement, however caused, Contractor's sole remedy being extension of the Agreement pursuant to this Section. C3.21 Inspection and Final Acceptance. City may inspect and accept or reject any of Contractor's work under this Agreement, either during performance or when completed. City shall reject or finally accept Contractor's work within forth five (45) days after submitted to City. City shall accept work by a timely written acceptance, otherwise work shall be deemed to have been rejected. City's acceptance shall be conclusive as to such work except with respect to latent defects, fraud and such gross mistakes as amount to fraud. Acceptance of any work by City shall not constitute a waiver of any of the provisions of this Agreement including, but not limited to, Section X, pertaining to indemnification and insurance, respectively. ITN 2015-090JR 9 C3.22 Status of Contractor. Contractor shall have no authority to bind City in any manner, or to incur any obligation, debt or liability of any kind on behalf of or against City, whether by contract or otherwise, unless such authority is expressly conferred under this Agreement or is otherwise expressly conferred in writing by City. Contractor shall not at any time or in any manner represent that Contractor or any of Contractor's officers, employees, or agents are in any manner officials, officers, employees or agents of City. Neither Contractor, nor any of Contractor's officers, employees or agents, shall obtain any rights to retirement, health care or any other benefits which may otherwise accrue to City's employees. Contractor expressly waives any claim Contractor may have to any such rights. • C3.23 Contract Manager. The Contract Manager shall be the City's representative for any resulting agreement. It shall be the Contractor's responsibility to assure that the Contract Manager is kept informed of the progress of the performance of the services and the Contractor shall refer any decisions which must be made by City to the Contract Manager. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the Contract Manager. C3.24 Independent Contractor. Neither the City nor any of its employees shall have any control over the manner, mode or means by which Contractor, its agents or employees, perform the services required herein, except as otherwise set forth herein. City shall have no voice in the selection, discharge, supervision or control of Contractor's employees, servants, representatives or agents, or in fixing their number, compensation or hours of service. Contractor shall perform all services required herein as an independent contractor of City and shall remain at all times as to City a wholly independent contractor with only such obligations as are consistent with that role. Contractor shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. City shall not in any way or for any purpose become or be deemed to be a partner of Contractor in its business or otherwise or a joint venture or a member of any joint enterprise with Contractor. C3.25 INTENTIONALLY OMITTED. C3.26 Reports. Contractor shall periodically prepare and submit to the Contract Officer such reports concerning the performance of the services required by this Agreement as the Contract Officer shall require. Contractor hereby acknowledges that the City is greatly concerned about the cost of work and services to be performed pursuant to this Agreement. For this reason, Contractor agrees that if Contractor becomes aware of any facts, circumstances, techniques, or events that may or will materially increase or decrease the cost of the work or services contemplated herein or, if Contractor is providing design services, the cost of the ITN 2015-090-JR 10 project being designed, Contractor shall promptly notify the Contract Officer of said fact, circumstance, technique or event and the estimated increased or decreased cost related thereto and, if Contractor is providing design services, the estimated increased or decreased cost estimate for the project being designed. C3.27 Ownership of Documents. All drawings, specifications, maps, designs, photographs, studies, surveys, data, notes, computer files, reports, records, documents and other materials (the "documents and materials") prepared by Contractor, its employees, subcontractors and agents in the performance of this Agreement shall be the property of City and shall be delivered to City upon request of the Contract Officer or upon the termination of this Agreement, and Contractor shall have no claim for further employment or additional compensation as a result of the exercise by City of its full rights of ownership use, reuse, or assignment of the documents and materials hereunder. Any use, reuse or assignment of such completed documents for other projects and/or use of uncompleted documents without specific written authorization by the Contractor will be at the City's sole risk and without liability to Contractor, and Contractor's guarantee and warranties shall not extend to such use, revise or assignment. Contractor may retain copies of such documents for its own use. Contractor shall have an unrestricted right to use the concepts embodied therein. All subcontractors shall provide for assignment to City of any documents or materials prepared by them, and in the event Contractor fails to secure such assignment, Contractor shall indemnify City for all damages resulting therefrom. Balance of Page Intentionally Left Blank ITN 2015-090JR 11 EXHIBIT " B" FEE SCHEDULE 12 FEE SHCEDULE EXHIBIT "B" ITN 2015-090-JR FACILITIES MAINTENANCE SERVICES GROUP 1 PROJECT COSTS—TIME AND MATERIAL(SEE SECTION 2, C2.2.1) Estimated Annual Service Description Hours Group Item A B U/M Unit Cost 1A Hourl Rate-Re.ular 5,000 Hourly Rate $62.50 1B Hourl Rate—Non-Re.ular 1,000 Hourly Rate $77.50 Estimated Annual Administrative Mark-up for Equipment Gross Costs and Supplies Group Item Description A B 1 C Materials $50,000 10 % GROUP 2 PROJECT COSTS—LUMP SUM PLUS ADMINISTRATIVE MARK-UP(SEE SECTION 2, C2.2.2) Estimated Annual Administrative Mark-up Aggregate Project for Equipment and Costs Supplies Group Item Description A B Projects with Less than Average 20 2A Corn.lexit $250,000 2B Projects with Avera.e Com.lexi $500,000 20 % Projects with Greater than Average 20 2C Com.lexi $250,000 EXHIBIT "C " INSURANCE REQUIREMENTS M I AM I BEACH INSURANCE REQUIREMENTS The Contractor shall furnish to the Department of Procurement, City of Miami Beach, 1700 Convention Center Drive, 3rd Floor, Miami Beach, Florida 33139, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: A. Worker's Compensation Insurance for all employees of the vendor as required by Florida Statute 440. B. Commercial General Liability Insurance on a comprehensive basis, to include Contractual Liability, and Products/Completed Operations, in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. City of Miami Beach must be included as an additional insured with respect to this coverage. C. Automobile Liability Insurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. Insurance required above must include a Waiver of Subrogation in favor of the City. 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 "B" 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, subject to the approval of the City Risk Management Division. or The company must hold a valid Florida Certificate of Authority as shown in the latest "List of All Insurance Companies Authorized or Approved to Do Business in Florida" issued by the State of Florida Department of Insurance and are members of the Florida Guaranty Fund. Certificates will indicate no modification or change in insurance shall be made without thirty (30) days in advance notice to the certificate holder. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH 1700 CONVENTION CENTER DRIVE 3rd FLOOR MIAMI BEACH, FL 33139 Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. The City of Miami Beach is self-insured. Any and all claim payments made from self-insurance are subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable Statutes. ITN 2015-090-JR 37 EXHIBIT " 0" FACILITIES LISTING 14 LISTING OF FACILITIES - EXHIBIT "D" ADDENDUM 3 Property Management Locations Addresses&Hours of Operation Location Name Location# Location Address Hours of Operation IBEACH MAINT RESTROOMS L-2200-1ST ST-RESTROOMS 1ST ST&OCEAN DR-RESTROOMS IBEACH MAINT RESTROOMS L-2201-3RD ST-RESTROOMS 3RD ST&OCEAN DR-RESTROOMS IBEACH MAINT RESTROOMS L-2202-6TH ST-RESTROOMS 6TH ST&OCEAN DR-RESTROOMS IBEACH MAINT RESTROOMS L-2203-10TH ST-RESTROOMS 10TH ST&OCEAN DR-RESTROOMS BEACH MAINT RESTROOMS L-2204-14TH ST-RESTROOMS 14TH ST&OCEAN DR-RESTROOMS IBEACH MAINT RESTROOMS L-2205-2IST ST-RESTROOMS 21ST ST&OCEAN DR-RESTROOMS ,BEACH MAINT RESTROOMS L-2206-46TH ST-RESTROOMS 46TH ST&OCEAN DR-RESTROOMS • IBEACH MAINT RESTROOMS L-2207-53RD ST-RESTROOMS 53RD ST&OCEAN DR-RESTROOMS BEACH MAINT RESTROOMS L-2208-64TH ST-RESTROOMS 64TH ST&OCEAN DR-RESTROOMS IBEACH MAINT RESTROOMS L-2209-73RD ST-RESTROOMS 73RD ST&OCEAN DR-RESTROOMS BEACH MAINT RESTROOMS L-2210-8I ST ST-RESTROOMS 81ST ST&OCEAN DR-RESTROOMS IBEACH MAINT RESTROOMS L-22I I-83RD ST-RESTROOMS 83RD ST&OCEAN DR-RESTROOMS IBEACH MAINT RESTROOMS L-2212-85TH ST-RESTROOMS 85TH ST&OCEAN DR-RESTROOMS BEACH MAINT RESTROOMS L-2213-35TH ST RESTROOM 35TH ST&OCEAN DR-RESTROOMS IMIAMI CITY BALLET L-2122-MIAMI CITY BALLET 2200 LIBERTY AVENUE ????? IPM 1755 MERIDIAN 1ST-FLOOR-1755 MERIDIAN 1755 MERIDIAN AVE-I-4 FLOORS 8am-5pm I PM 2I ST COMM CENTER L-1100-2100 WASHINGTON AVE-REC CULTURE REC CULTURE-PARKS 2100 WASHINGTON AVE-OFFICE 8am-4pm IPM 21ST COMM CENTER L-I 160-2100 WASHINGTON AVE-OFFICE 2100 WASHINGTON AVE-OFFICE IPM 21ST COMM CENTER L-1 160A-2100 WASHINGTON AVE-BANDSHELL 2100 WASHINGTON AVE-BANDSHELL PM 21ST COMM CENTER L-11608-2100 WASHINGTON AVE-ACORN THEATER 2100 WASHINGTON AVE-ACORN THEATER I PM 21ST COMM CENTER L-1160C-2100 WASHINGTON AVE-CHESS CLUB 2100 WASHINGTON AVE-CHESS CLUB IPM 21ST COMM CENTER L-I 160D-2100 WASHINGTON AVE-LITTLE STAGE 2100 WASHINGTON AVE-LITTLE STAGE PM 21ST COMM CENTER L-I 160E-2100 WASHINGTON AVE-AUDITORIUM 2100 WASHINGTON AVE-AUDITORIUM PM 555 BUILDING IST-FLOOR-555 17TH ST 555 17TH ST-IST FLOOR 7am-Spm:CC 24/7 PM 555 BUILDING L-0355A-COMMUNITY AFFAIRS 555 17TH STREET-IST FLOOR PM 777 BUILDING 2ND-FLOOR-777 17TH ST 777 17TH ST-2ND FLOOR 7am-7pm PM 777 BUILDING 3RD-FLOOR-777 17TH ST 778 17TH ST-3RD FLOOR PM 777 BUILDING 4TH-FLOOR-777 17TH ST 779 17TH ST-4TH FLOOR PM 777 BUILDING 5TH-FLOOR-777 17TH ST 780 17TH ST-5TH FLOOR PM ADNIIN L-1400A-PM-CARP/ELECTSHOP 1245 MICHIGAN AVE-CARP/ELECT SHOP 7am-7pm PM ADMIN L-1400B-PM-TRAILER 1245 MICHIGAN AVE-TRAILER PM ADMIN L-1400C-PM AC/PAINT/PL SHOPS 1245 MICHIGAN AVE AC/PAINT/PLUMB SHOPS PM ADMIN L-1400D-PM-CITYWIDE 1245 MICHIGAN AVE-CITYWIDE PM ADMIN L-1400E-PM-COMMONAREAS 1245 MICHIGAN AVE-COMMON AREAS PM ADMIN L-I400F-PM HURRICANE 1245 MICHIGAN AVE CITYWIDE HURRICANE PREP PM ADMIN L-1400G-PM-OFFICE 1245 MICHIGAN AVE-OFFICE PM ADMIN L-1400-PM 1245 MICHIGAN AVE PM ADMIN L-1401-PM LEAVE TIME 1245 MICHIGAN AVE LEAVE TIME ONLY PM ART FILMS L-0303A-ARTS-FILM 1755 1755 MERIDIAN AV-5TH FLOOR PM ART FILMS L0303-ARTS-FILM 555 555 17TH ST-IST FLOOR PM BASS MUSEUM L-190 IA-BM-BASSARTSCHOOL-CFISHER 2121 PARK AVENUE-ART SCHOOL 8am-4:30pm PM BASS MUSEUM L-1901-BM-OFFICE 2121 PARK AVENUE-OFFICE PM BEACH PATROL L-0800A-BEACH PTRL-MINI HQ 72ND ST&OCEAN DRIVE-OFFICE/STORAGE 8am-5pm PM BEACH PATROL L-0800B-BEACH PATROL/SO PNT/PK SOUTH POINTE PARK 8am-4pm PM BEACH PATROL L-08(10-BEACH PATROL HQ 1001 OCEAN DRIVE-OFFICE 8am-5pm PM BEACH PATROL L-0800C-BEACH PATROL/SO PNT/PK SOUTH POINTE PARK PM BEACH PATROL L-0860-BEACH PATROL-JETTY JETTY LIFEGUARD STAND-BEACH PATROL PM BM CITYWIDE L-2245-SEAWALL CITYWIDE SEAWALL CORAL ROCK WALL PM BM CITYWIDE L-2246-BEACH ENTRANCE CITYWIDE BEACH ENTRANCE MAINT-ROPES 7 POSTS PM BM CITYWIDE L-2247-MOB MAT MAINT CITYWIDE MOBI MAT MAINT ON BEACHES PM BM SHOWER L-2214-1ST ST-SHOWER 1ST STREET-SHOWER/FOOTBATH PM BM SHOWER L-2215-3RD ST-SHOWER 3RD STREET-SHOWER/FOOTBATH PM BM SHOWER L-22 16-4TH ST-SHOWER 4TH STREET-SHOWER/FOOTBATH PM BM SHOWER L-2217-6TH ST-SHOWER 6TH STREET-SHOWER/FOOTBATH PM BM SHOWER L-2218-7TH ST-SHOWER 7TH STREET-SHOWER/FOOTBATH PM BM SHOWER L-2219-8TH ST-SHOWER 8TH STREET-SHOWER/FOOTBATH PM BM SHOWER L-2220-9TH ST-SHOWER 9TH STREET-SHOWER/FOOTBATH PM BM SHOWER L-2221-10TH ST-SHOWER 10TH STREET-SHOWER/FOOTBATH PM BM SHOWER L-2222-I ITH ST-SHOWER 11TH STREET-SHOWER/FOOTBATH PM BM SHOWER L-2223-12TH ST-SHOWER 12TH STREET-SHOWER/FOOTBATH PM BM SHOWER L-2224-13TH ST-SHOWER 13TH ST-SHOWER/FOOTBATH PM BM SHOWER L-2225-14TH ST-SHOWER 14TH STREET-SHOWER/FOOTBATH PM BM SHOWER L-2226-I6TH ST-SHOWER 16TH STREET-SHOWER/FOOTBATH PM BM SHOWER L-2227-2ITH ST-SHOWER 2ITH STREET-SHOWER/FOOTBATH PM BM SHOWER L-2228-27TH ST-SHOWER 27TH STREET-SHOWER/FOOTBATH PM BM SHOWER L-2229-29TH ST-SHOWER 29TH STREET-SHOWER/FOOTBATH PM BM SHOWER L-2230-35TH ST-SHOWER 35TH STREET-SHOWER/FOOTBATH PM BM SHOWER L-2231-43TH ST-SHOWER 43TH STREET-SHOWER/FOOTBATH PM BM SHOWER L-2232-53TH ST-SHOWER 53TH STREET-SHOWER/FOOTBATH PM BM SHOWER L-2233-64TH ST-SHOVER 64TH STREET-SHOWER/FOOTBATH LISTING OF FACILITIES - EXHIBIT "D" Property Management Locations-Hours of Operation Location Name Location# Location Address Hours of Operation IPM BM SHOWER L-2234-46TH ST-SHOWER 46TH STREET-SHOWER/FOOTBATH IPM BM SHOWER L-2235-18TH ST-SHOWER 18TH STREET-SHOWER/FOOTBATH PM BM SHOWER L-2236-69TH ST-SHOWER 69TH STREET-SHOWER/FOOTBATH PM BM SHOWER L-2237-7IST ST-SHOWER 71ST STREET-SHOWER/FOOTBATH PM BM SHOWER L-2238-73RD ST-SHOWER 73RD STREET-SHOWER/FOOTBATH PM BM SHOWER L-2239-74TH ST-SHOWER 74TH STREET-SHOWER/FOOTBATH PM BM SHOWER L-2240-76TH ST-SHOWER 76TH STREET-SHOWER/FOOTBATH PM BM SHOWER L-2241-83RD ST-SHOWER 83RD STREET-SHOWER/FOOTBATH PM BM SHOWER L-2242-85TH ST-SHOWER 85TH STREET-SHOWER/FOOTBATH PM BM SHOWER L-2243-87TH ST-SHOWER 87TH STREET-SHOWER/FOOTBATH PM CHAMBERS L-0332A-CH-A/C-CHAMBERS 1700 CONVNETION CENTER DR-1ST FL PM CHAMBERS L-0332B-CH-A/C-CHAMBERS 1700 CONVNETION CENTER DR-2ND FL PM CHAMBERS L-0332C-CH-A/C-CHAMBERS 1700 CONVNETION CENTER DR-3RD FL PM CHAMBERS L-0332-CH-A/C-CHAMBERS 1700 CONVNETION CENTER DR-1-4 FL PM CHAMBERS L-0332D-CH-A/C-CHAMBERS 1700 CONVNETION CENTER DR-4TH FL PM CHAMBERS L-0333A-CH-PLUMB-CHAMBERS I700 CONVNETION CENTER DR-IST FL PM CHAMBERS L-03338-CH-PLUMB-CHAMBERS 1700 CONVNETION CENTER DR-IST FL MECH ROOM PM CHAMBERS L-0333C-CH-PLUMB-CHAMBERS 1700 CONVNETION CENTER DR-2ND FL PM CHAMBERS L-0333-CH-PLUMB-CHAMBERS 1700 CONVNETION CENTER DR-I-4 FL PM CHAMBERS L-0333D-CH-PLUMB-CHAMBERS 1700 CONVNETION CENTER DR-3RD FL PM CHAMBERS L-0333E-CH-PLUMB-CHAMBERS 1700 CONVNETION CENTER DR-4TH FL PM CHAMBERS L-0333F-CH-PLUMB-CHAMBERS I700 CONVNETION CENTER DR-OUTSIDE PM CHAMBERS L-0334-CH-ELECT-CHAMBERS 1700 CONVNETION CENTER DR-I-4 FL PM CHAMBERS L-0335-CH-MAINT-CHAMBERS 1700 CONVNETION CENTER DR-I-4 FL PM CHAMBERS L-0335-CH-PAINT-CHAMBERS 1700 CONVNETION CENTER DR-I-4 FL PM CITY HALL L-0100-MAYORS OFFICE MAYORS OFFICE Sam-5pm . PM CITY HALL L-0200-CITY CLERK CITY CLERK PM CITY HALL L-0201-MEDIA RELATIONS 1700 CONVENTION CENTER DR-1ST FLOOR PM CITY HALL L-0210-CITY CLERK/SPEC. CITY CLERK/SPECIAL M 1ST FLOOR PM CITY HALL L-0300-CITY MANAGER-S OFFICE I700 CONVENTION CENTER DR-4TH FLOOR PM CITY HALL L-0303A-ARTS-FILM/SPC EVENTS 1755 MERIDIAN AVE-5TH FLOOR !PM CITY HALL L-0303-ARTS-FILM/SPC EVENTS 555 17TH ST-1ST FLOOR PM CITY HALL L-0304-MANAGEMENT-BUDGET 1700 CONVENTION CENTER DR-3RD FLOOR PM CITY HALL L-0305-COMM/ECO DEVELOPMENT 1700 CONVENTION CENTER DR-3RD FLOOR PM CITY HALL L-0306-FINANCE/ADMIN(360) 1700 CONVENTION CENTER DR-3RD FLOOR PM CITY HALL L-0307-RISK MANAGEMENT 1700 CONVENTION CENTER DR-3RD FLOOR PM CITY HALL L-0308-FIN/RESORT 1700 CONVENTION CENTER DR-3RD FLOOR PM CITY HALL L-0309-DADE CNTY COMMISIONER 1700 CONVENTION CENTER DR-1ST FLOOR PM CITY HALL L-0310-ORGANIZATIONAL DEVELPMT 1700 CONVENTION CENTER DR-2ND FLOOR PM CITY HALL L-0320-PLAN-HIST PRES D 1700 CONVNETION CENTER DR-2ND FLOOR PM CITY HALL L-0322-BUILDING DEPT 1700 CONVNETION CENTER DR-2ND FLOOR PM CITY HALL L-0326-PROCUREMENT 1700 CONVNETION CENTER DR-2ND FLOOR PM CITY HALL L-0327A-CODE COMPLIANCE 555 17TH ST-2ND FLOOR PM CITY HALL L-0327-CODE COMPLIANCE 555 17TH ST-IST FLOOR PM CITY HALL L-0327-COMM/FCO 1700 CONVENTION CENTER-3RD FLOOR PM CITY HALL L-0330-CITY ATTORNEY/LEGAL 1700 CONVENTION CENTER DR-4TH FLOOR PM CITY HALL L-0331-HR/PERSONNEL 1700 CONVENTION CENTER DR-3RD FLOOR PM CITY HALL L-0340-GENERAL PENSION 1700 CONVENTION CENTER DR-1ST FLOOR PM CITY HALL L-0350-FIN/ACCTG(362)-PAY 1700 CONVENTION CENTER DR-3RD FLOOR PM CITY HALL L-035IA-FIN/REV-UTBILLING 1755 MERIDIAN AVE-IST FLOOR PM CITY HALL L-0351-FIN/REV-UTBILLING 1700 CONVENTION CTR DR-1ST FLOOR PM CITY HALL L-0352-INTERNAL AUDIT 1700 CONVENTION CENTER-3RD FLOOR PM CITY HALL L-0353-P WORKS/ADMIN 1700 CONVENTION CENTER DR-4TH FLOOR PM CITY HALL L-0354-P WORKS/ENGINEERING 1700 CONVENTION CENTER DR-4TH FLOOR PM CITY HALL L-0355A-COMMUNITY AFFAIRS 555 17TH ST-1ST FLOOR PM CITY HALL L-0355-COMMUNITY AFFAIRS 1700 CONVENTION CENTER DR-1ST FLOOR PM CITY HALL L-0356-CONSTRUCTION NIGMT-CIP 1700 CONVENTION CTR DR-4TH FLOOR PM CITY HALL L-0357-TRANSPORT/CONCURRENCY 1700 CONVENTION CENTER DR-4TH FLOOR PM CITY HALL L-0359-LABOR RELATIONS 1700 CONVENTION CENTER DR-4TH FLOOR PM CITY HALL L-2115-PM-NEIGHBORHOOD SERV 555 17TH ST PM CITYWIDE L-0405-PW/BRIDGES CITYWIDE PM CITYWIDE L-0890-SEAWALL CORAL ROCK WALL CITYWIDE PM CITYWIDE L-0906-WELCOME SIGNS CITYWIDE PM CITYWIDE L-1187-FLAG POLES CITYWIDE PM CITYWIDE L-1300-BUS BENCHES CITYWIDE PM CITYWIDE L-2105-CITY OWNED HOTELS CITYWIDE PM COMPUTERS L-1800-I 100 WASH AVE-4FL 1100 WASHINGTON AVE-4TH FLOOR 24/7 PM COMPUTERS L-1800A-1700 CONCTR 1700 CONVENTION CENTER DR PM COMPUTERS L-I800B-I 130 WASH AVE-3-5FLOORS 1130 WASHINGTON AVE-3RD-5TH FLOORS Sam-5pm PM COMPUTERS L-1800C-1755 MERIDIAN AVE-5F 1755 MERIDIAN AVE-5TH FLOOR PM FIRE STATION L-0700-FIRE ADMIN 1701 MERIDIAN AVE PM FIRE STATION L-0701-FIRE STATION I 1051 JEFFERSON AVENUE 24/7 PM FIRE STATION L-0702A-FIRE STATION 2 2300 PINETREE DRIVE 1ST FLOOR 24/7 PM FIRE STATION L-0702-FIRE STATION 2 2300 PINETREE DRIVE PM FIRE STATION L-0703-FIRE STATION 3 5303 COLLINS AVENUE 24/7 PM FIRE STATION L-0704A-FIRE STATION 4-IST FL 6880 INDIAN CREEK DRIVE-IST FLOOR 24/7 PM FIRE STATION L-0704-FIRE STATION 4 6880 INDIAN CREEK DRIVE PM FLAMINGO PARK L-1101-I 1-15 ST-MICH AVE-ALL I ITH-15TH ST/MICH AVE-ALL OF FLAMINGO PM FLAMINGO PARK L-I 101A-I 1-15 ST-MICH AVE-OFFICE 11TH-15TH ST/MICH AVE-OFFICE IPM FLAMINGO PARK L-I I01B-I1-15 ST-MICH AVE-BASEBALL I ITH-I5TH ST/MICH AVE-BASEBALL IPM FLAMINGO PARK L-I 1101C-11-15 ST-MICH AVE-SOCCER 1 1TH-15TH ST/MICH AVE-SOCCER IPM FLAMINGO PARK L-110ID-I1-15 ST-MICH AVE-STADIUM I ITH-15TH ST/MICH AVE-ABEL HOLTZ STADIUM IPM FLAMINGO PARK L-1101E-11-15 ST-MICH AVE-HANDBALL l ITH-15TH ST/MICH AVE-HANDBALL IPM FLAMINGO PARK L-I IOIF-I I-15 ST-MICH AVE-BASKETBALL I ITH-15TH ST/MICH AVE-BASKETBALL IPM FLAMINGO PARK _L-1101G-11-15 ST-MICH AVE-TENNIS .11TH-15TH ST/MICH AVE-TENNIS LISTING OF FACILITIES - EXHIBIT "D" Property Management Locations-Hours of Operation Location Name Location# Location Address Hours of Operation IPM FLAMINGO PARK L-I101H-I I-15 ST-MICH AVE-POOL l ITH-I5TH ST/MICH AVE-POOL IPM FLAMINGO PARK L-I 1011-11-15 ST-MICH AVE-SHOWERS I ITH-I5TH ST/MICH AVE-SHOWERS IPM FLAMINGO PARK L-11011-I I-l5 ST-NIGH AVE-ACTIVITY BLDG I ITH-I5TH ST/MICH AVE-ACTIVITY BLDG 1PIvl FLAMINGO PARK L-1101K-1l-IS ST-NIGH AVE-ATHLETIC LEAGUE I ITH-15TH ST/MICH AVE-POLICE ATHLETIC LEAGUE IPM FLAMINGO PARK L-1 TOIL-I l-IS ST-NIGH AVE-FOOTBALL I ITH-I5TH ST/�41CH AVE-MEMORIAL FOOTBALL FIELD I PM FLAMINGO PARK L-I IOIIv1-I I-IS ST-NIGH AVE-TOT LOT I ITH-I5TH ST/MICH AVE-TOT LOT IPM FLAMINGO PARK L-110IN-13TH-MERIDIAN-FRIENDSHIP 3 13TH-MERIDIAN-FRIENDSHIP#3 IPM FLEET MGMT L-1200-WAREHOUSE 140 MACARTHUR CSWY 8am-6pm IPM FLEET MGMT L-120 1A-FLEET-CAUSEWAY BAYS 140 MACARTHUR CSWY-BAYS IPM FLEET MGMT L-12018-FLEET-ELECTRIC SHUTTLE 140 MACARTHUR CSWY-ELECRIC SHUTTLE IPM FLEET MGMT L-1201-FLEET-OFFICE/WAREH 140 MACARTHUR CSWY-OFFICE/1VAREHOW IPM FOUNTAINS L-0903A-LINCOLN WING FOUNTAIN WING FOUNTAIN-LINCOLN ROAD MALL PM FOUNTAINS L-09038-LINCOLN 500 FOUNTAIN 500 BLK FOUNTAIN-LINCOLN ROAD MALL PM FOUNTAINS L-0903C-LINCOLN 600 FOUNTAIN 600 BLK FOUNTAIN-LINCOLN ROAD MALL PM FOUNTAINS L-0903D-LINCOLN 700 FOUNTAIN 700 BLK FOUNTAIN-LINCOLN ROAD MALL PM FOUNTAINS L-0903E-LINCOLN 800 FOUNTAIN 800 BLK FOUNTAIN-LINCOLN ROAD MALL PM FOUNTAINS L-0903F-LINCOLN 900 FOUNTAIN 900 BLK FOUNTAIN-LINCOLN ROAD MALL PM FOUNTAINS L-0903G-LINCOLN 1000 BLK FOUNTAIN-LINCOLN ROAD MALL PM FOUNTAINS L-0904A-2I ST FOUNTAIN 2IST STREET/ALTON ROAD PM FOUNTAINS L-0904B-4IST FOUNTAIN 41ST STREET/PINETREE DRIVE IPM FOUNTAINS L-0904C-71ST FOUNTAIN 7I ST STREET IPM FOUNTAINS L-0904D-PALM ISLAND FOUNTAIN PALM ISLAND FOUNTAIN IPM FOUNTAINS L-0904E-STAR ISLAND FOUNTAIN START ISLAND PM FOUNTAINS L-0906-WELCOME SIGN FOUNTAIN WELCOME SIGN FOUNTAIN PM HISTORIC CITY HALL L-200IA-HCH-1ST FLOOR 1 130 WASHINGTON AVENUE-1ST FLOOR 8am-5pm PM HISTORIC CITY HALL L-200IB-HCH-8TH FLOOR I I30 WASHINGTON.AVENUE-IST,3RD,8TH FLOOR PM HISTORIC CITY HALL L-2001-HCH-.ALL FLOORS 1130 WASHINGTON AVENUE-ALL FLOORS PM LOG CABIN L-IOOIA-EDUCATION BLDG 8123 COLLINS AVENUE-EDUCATION BLDG 8am-5pm PM LOG CABIN L-10018-LOUNGE BLDG 8128 COLLINS AVENUE-LOUNGE BLDG PM LOG CABIN L-IOOI-MAIN BLDG 8128 COLLINS AVENUE-MAIN BLDG 8am-5pm PM NON-DIRECT L-1502-1245 MICHIGAN 1245 MICHIGAN AVE PM NON-DIRECT L-I502A-1901 CONVENTION CTR 1901 CONVENTION CENTER DR PM NON-DIRECT L-1502B-TOPA 1700 WASHINGTON AVE PM NON-DIRECT L-1502C-777 17TH ST 777 17TH ST PM NORMANDY ISLE PARK L-I 166-1765 71ST ST 1765 71ST ST PM NORMANDY ISLE PARK L-I 166A-1765 71ST ST-TENNIS 1765 71ST ST-TENNIS PM NORMANDY PARK L-1137-765 71ST ST-PARK NORMANDY PARK 1765-71ST ST PM NORMANDY PARK L-I 147-7030 TROUVILLE ESPLANADE-POOL NORMANDY POOL 7030 TROUVILLE ESPLANADE PM NORTH SHORE PARK L-I 115-501-72ND ST-OFFICE 501-72ND ST-OFFICE PM NORTH SHORE PARK L-I 115A-501-72ND ST-TENNIS 501-72ND ST-TENNIS PM NORTH SHORE PARK L-I 115B-501-72ND ST-TEEN CENTER 501-72ND ST-TEEN CENTER PM NORTH SHORE PARK L-1 115C-501-72ND ST-CERAMICS 501-72ND ST-CERAMICS PM NORTH SHORE PARK L-1 115D-501-72ND ST-BASEBALL 501-72ND ST-BASEBALL PM NORTH SHORE PARK L-1 115E-501-72ND ST-BASKETBALL 501-72ND ST-BASKETBALL PM NORTH SHORE PARK L-I 164A-7252 COLLINS AVE-FRIENDSHIP 4 7252 COLLINS AVE-FRIENDSHIP 4 ' PM NORTH SHORE PARK L-I164B-7253 COLLINS AVE-BANDSHELL 7253 COLLINS AVE-BANDSHELL PM NORTH SHORE PARK L-I 164C-7254 COLLINS AVE-ACTIVITY BLDG 7254 COLLINS AVE-ACTIVITY BLDG PM NORTH SHORE PARK L-I 164D-7255 COLLINS AVE-HISPANIC CENTER 7255 COLLINS AVE-HISPANIC COMM.CENTER PM NORTH SHORE PARK L-I 164E-501-72ND ST-FIELD HOUSE 7256 COLLINS AVE-FIELD HOUSE PM OTHER PARKS L-0300A-2401 BIARRITZ DR-GOLF COURSE NORMANDY GOLF COURSE 2401 BIARRITZ DR-GOLF COURSE PM OTHER PARKS L-I 122-200 FAIRWAY DR-FAIRWAY PARK FAIRWAY PARK 200 FAIRWAY DR-ALL OF FAIRWAY PM OTHER PARKS L-I 126-4400 CHASE AVE-MUSS PARK MUSS PARK 4400 CHASE AVE PM OTHER PARKS L-I 130-8440 HAWTHORNE AVE-STILLWATER STILLWATER PARK 8440 HAWTHORNE AVE PM OTHER PARKS L-I 133-802-42ND ST-POLO PARK POLO PARK 802-42ND ST PM OTHER PARKS L-I 137-NORMANDY PARK NORMANDY PARK-1765 71ST ST PM OTHER PARKS L-1141-7800 CRESPI BLVD-CRESPI PARK CRESPI PARK 7800 CRESPI BLVD PM OTHER PARKS L-I 144-8050 BYRON AVE-TATUM PARK TATUM PARK 8050 BYRON AVE PM OTHER PARKS L-1148-159 PALM ISLAND-PARK PALM ISLAND PARK 159 PALM ISLAND PM OTHER PARKS L-1157-OCEAN FRONT AUDITORIUM 1001 OCEAN DR PM OTHER PARKS L-I 166A-NORMANDY ISLE PARK TENNIS NORMANDY ISLE PARK TENNIS PM OTHER PARKS L-1166-NORMANDY ISLE PARK NORMANDY ISLE PARK-1765 71ST ST PM OTHER PARKS L-1167-NORM.ANNY SHORES NORMANDY SHORES PARK-2401 BIARRITZ DR-BOYS MARINA PM OTHER PARKS L-1167-NORMANDY SHORES PARK NORMANDY SHORES PARK-2401 BIARRITZ DR-BOYS MARINA PM OTHER PARKS L-I 168-2301 ALTON RD-BAYSHORE TENNIS BAYSHORE TENNIS COURTS 2301 ALTON RD PM OTHER PARKS L-1173-63RD-INDIAN CRK DR-BRITTANY PARK BRITTANY PARK 63RD-INDIAN CRK DR PM OTHER PARKS L-1174-54TH ST-COLLINS AVE-CARRIAGE HOUSE CARRIAGE HOUSE PARK 54TH ST-COLLINS AVE PM OTHER PARKS L-1176-51ST ST-ALTON RD-FISHER FISHER PARK 51ST ST-ALTON RD PM OTHER PARKS L-I 177-LA GORCE PARK LA GORCE PARK PM OTHER PARKS L-I 178-45TH ST-PINE TREE DR PINE TREE PARK 45TH ST-PINE TREE DR PM OTHER PARKS L-I 181-DADE BLVD-PURDY AVE-ISLAND VIEW ISLAND VIEW PARK DADE BLVD-PURDY AVE PM OTHER PARKS L-1182-BISCAYNE BAY-MONUMENT FLAGLER MONUMENT BISCAYNE BAY PM OTHER PARKS L-I 184-STAR ISLAND DR-GUARD HOUSE STAR ISLAND MACARTHUR-STAR ISLAND DR-GUARD HOUSE PALM-HIBISCUS ISLAND MACARTHUR-PALM ISL DR-GUARD PM OTHER PARKS L-1185-PALM ISL DR-GUARD HOUSE HOUSE PM OTHER PARKS L-I 186-3RD ST-OCEAN DR-OCEAN BEACH OCEAN BEACH PARK 3RD ST-OCEAN DR PM OTHER PARKS L-I I97-CITYWIDE-FLAG POLES FLAG POLES CITY WIDE PM OTHER PARKS L-1189-77TH ST-BISCAYNE PT-GUARD HOUSE BISCAYNE POINTE 77TH ST-BISCAYNE PT-GUARD HOUSE PM OTHER PARKS L-I 190-53RD ST-COLLINS AVE-BEACH VIEW BEACH VIEW PARK 53RD ST-COLLINS AVE PM OTHER PARKS L-1191-210-2ND ST-WOMB WOMB 210-2ND ST PM OTHER PARKS L-1192-21ST ST-COLLINS AVE-GUARD HOUSE COLLINS PARK 21ST ST-COLLINS AVE-GUARD HOUSE PM OTHER PARKS L-1194-LA GORCE DR-GUARD HOUSE LAGORCE ISLAND LAGORCE DR-GUARD HOUSE PM OTHER PARKS L-1195-73RD-DICKENS AVE-PARK VIEW PARK VIEW ISLAND 73RD-DICKENS AVE(WEST SIDE) PM OTHER PARKS L-I 196-3RD ST&OCEAN DR-TOT LOT OCEAN PARK 3RD ST&OCEAN DR-TOT LOT PM OTHER PARKS L-1197-BELLE ISLE PAR BELLE ISLE PARK BELLE ISLAND PM OTHER PARKS L-2120-230I ALTON RD-GOLF COURSE MIAMI BEACH GOLF COURSE 2301 ALTON RD LISTING OF FACILITIES - EXHIBIT "D" Property Management Locations-Hours of Operation Location Name Location# Location Address' . Hours of Operation PM OTHER PARKS L-2121-226 2ND ST-VICTORY GARDENS VICTORY GARDENS 226 2ND ST PM PARKING I-15 L-0516-13TH ST GARAGE I3TH-COLLINS AVE 24/7 PM PARKING 1-15 L-0517-PARKING LOT I ITH ST-LENOX AVE PAL PM PARKING 1-15 L-0518-7TH ST GARAGE 7 STORY 7TH ST-COLLINS AVE PM PARKING 1-15 L-0519-PENROD S-BISCAYNE-OCEAN BISCAYNE ST-OCEAN DR PM PARKING 1-15 L-0520-15TH ST-MICHIGAN AVE 15TH ST-MICHIGAN AVE PM PARKING 1-15 L-0521-SOUTH POINTE PARK SOUTH POINTE RESTAURANT PM PARKING -15 L-0522-I ST ST PARKING LOT 1ST ST-OCEAN DR PM PARKING I-15 L-0523-12TH ST PARKING GARAGE • 12TH ST-DREXEL AVE PM PARKING 1-15 L-0524-6TH ST PARKING LOT 6TH ST-MERIDIAN AVE PM PARKING I-15 L-0534-I ITH ST-COLLINS AVE 11TH ST-COLLINS AVE PM PARKING 1-15 L-0556-9TH ST PARKING LOT 19TH ST-WASHINGTON AVE PM PARKING 1-15 L-0557-10TH ST PARKING LOT 10TH ST-WASHINGTON AVE PM PARKING 1-15 L-0562-13TH ST PROVISIONAL 13TH ST PROVISIONAL PM PARKING 1-15 L-0563-13TH ST PARKING LOT 13TH ST-COLLINS AVE PM PARKING 16-22 L-0510-PREFERRED PARKING LOT 19TH ST-CONVENTION CENTER PM PARKING 16-22 L-0512-PARKING DEPT 1837 BAY ROAD PM PARKING 16-22 L-0514-C-1755 MERIDIAN 1755 MERIDIAN AVE PM PARKING 16-22 L-0515-17TH ST GARAGE 5 STORY 17TH ST-MERIDIAN COURT PM PARKING 16-22 L-0525-17TH ST PARKING LOT EPICURE 17TH ST-WEST AVE EPICURE PM PARKING I6-22 L-0526-16TH ST-WEST AVE 16TH ST-WEST AVE PM PARKING 16-22 L-0527-18TH ST-PURDY AVE S 18TH ST-PURDY AVE SOUTH PM PARKING 16-22 L-0528-I8TH ST-PURDY AVE N 18TH ST-PURDY AVE NORTH PM PARKING 16-22 L-0529-18TH ST-CONY CTR DR I8TH ST-CONY CTR DR PM PARKING 16-22 L-0530-I8TH ST-MERIDIAN AVE 18TH ST-MERIDIAN AVE PM PARKING 16-22 L-0531-19TH ST PARKING LOT 19TH ST-MERIDIAN AVE PM PARKING 16-22 L-0532-22ND ST PARKING LOT 22ND ST-PARK AVE 1P(,•I PARKING 16-22 L-0533-2IST ST PARKING LOT 21ST ST-COLLINS AVE PM PARKING 16-22 L-0547-LINCOLN LN N-LENOX W LINCOLN LN N-LENOX AVE WEST PM PARKING 16-22 L-0548-LINCOLN LN N-MICHIGAN LINCOLN LN N-MICHIGAN AVE Pt I PARKING 16-22 L-0549-LINCOLN LN N-MERIDIAN LINCOLN LN N-MERIDIAN AVE PM PARKING 16-22 L-0550-LINCOLN LN S-JEFFERSON 1V LINCOLN LN S-JEFFERSON AVE WEST PM PARKING 16-22 L-0551-LINCOLN LN S-JEFFERSON E LINCOLN LN S-JEFFERSON.AVE EAST PM PARKING 16-22 L-0552-LINCOLN LN S-EUCLID LINCOLN LN S-EUCLID AVE PM PARKING 16-22 L-0553-LINCOLN LN S-MICHIGAN LINCOLN LN S-MICHIGAN AVE PM PARKING 16-22 L-0554-LINCOLN LN N-LENOX E LINCOLN LN N-LENOX AVE EAST PM PARKING 16-22 L-0558-16TH ST-WASHINTON AVE 16TH ST-WASHINGTON.AVE FEDCO PM PARKING 16-22 L-0559-16TH ST-COLLINS AVE 16TH ST-COLLINS AVE PM PARKING 16-22 L-0579-1755 MERIDIAN GAR 1755 MERIDIAN AVE GARAGE PM PARKING 16-22 L-0580-1666 PENSYLVNIA 1666 PENSYLVNIA AVE GARAGE PM PARKING 16-22 L-0581-1557 WASHINGTON AVE 16TH STREET PARKING GARAGE PM PARKING 16-22 L-0582-1900 BAY RD SUNSET HARBOR GARAGE PM PARKING 23-61 L-05 13-42ND ST-SHERIDAN AVE 42ND ST-SHERIDAN.AVE PM PARKING 23-61 L-0535-42ND ST-ROYAL PALM AVE 42ND ST-ROYAL PALM AVE PM PARKING 23-61 L-0536-40TH ST-CHASE AVE 40TH ST-CHASE AVE PM PARKING 23-61 L-0537-17TH ST PARKING LOT 47TH ST-SHERIDAN AVE PM PARKING 23-61 L-0538-4151 ST PARKING LOT 41ST ST-ALTON ROAD PM PARKING 23-61 L-0540-40TH ST-PRAIRE AVE 40TH ST-PRAIRE AVE PM PARKING 23-61 L-0560-34TH ST PARKING LOT 34TH ST-COLLINS AVE PM PARKING 23-61 L-0561-36TH ST PARKING LOT 36TH ST-COLLINS AVE PM PARKING 23-61 L-0566-053RD ST PARKING LOT 53RD ST-COLLINS AVE PM PARKING 23-6I L-0567-46TH ST PARKING LOT 46TH ST-COLLINS AVE PM PARKING 23-61 L-0568-27TH ST PARKING LOT 27TH ST-COLLINS AVE PM PARKING 23-61 L-0578-40TH ST-ROYAL PALM AVE 40TH ST-ROYAL PALM AVE PM PARKING 62-87 L-0541-7IST ST PARKING LOT 71ST ST-HARDING AVE WEST PM PARKING 62-87 L-0542-72ND ST PARKING LOT 72ND ST-COLLINS AVE PM PARKING 62-87 L-0543-7IST ST PARKING LOT 71ST ST-CARLYLE AVE PM PARKING 62-87 L-0544-7IST ST PARKING LOT 71ST ST-BONITA DR PM PARKING 62-87 L-0545-7IST ST PARKING LOT 71ST ST-HARDING AVE PM PARKING 62-87 L-0546-75TH ST PARKING LOT 75TH ST-COLLINS AVE PM PARKING 62-87 L-0564-64TH ST PARKING LOT 64TH ST-COLLINS AVE PM PARKING 62-87 L-0565-65TH ST PARKING LOT 65TH ST-INDIAN CREEK PM PARKING 62-87 L-0569-72ND ST PARKING LOT 72ND ST-CARLYLE AVE PM PARKING 62-87 L-0570-83RD ST PARKING LOT 83RD ST-ABBOTT AVE PM PARKING 62-87 L-0571-NORMANDY DR-BAY RD N NORMANDY DR-BAY ROAD NORTH PM PARKING 62-87 L-0572-NORMANDY DR-VENDOME NORMANDY DR-VENDOME PM PARKING 62-87 L-0573-NORMANDY DR-BAY RD S NORMANDY DR-BAY ROAD SOUTH PM PARKING 62-87 L-0574-80TH ST PARKING LOT 811TH ST-COLLINS AVE PM PARKING 62-87 L-0575-84TH ST PARKING LOT 84TH ST-COLLINS AVE PM PARKING 62-87 L-0576-79TH ST PARKING LOT 79TH ST-COLLINS AVE PM PARKING 62-87 L-0577-83RD ST PARKING LOT 83RD ST-COLLINS AVE PM PARKS L-0900-2100 MERIDIAN 2100 MERIDIAN AVENUE PM PARKS L-0900A-PARK DEPT OFFICE 1701 Meridiam Avenue Suite 401(777 bldg) PM PARKS L-0901-1900 GARDEN CNTR DR 1900 GARDEN CNTR DR ???? PM PARKS L-0902-40TH/PINETREE DR INDIAN CHIEF STATUE OR MONUMENT 40TH/PINETREE DR PM PARKS L-0903A-WING FOUNT-LINCOLN RD WING FOUNTAIN-LINCOLN RD MALL PM PARKS L-09038-500 BLK-LINCOLN DR 500 BLK FOUNTAIN-LINCOLN DR MALL PM PARKS L-0903C-600 BLK-LINCOLN DR 600 BLK FOUNTAIN-LINCOLN DR MALL PM PARKS L-0903D-700 BLK-LINCOLN DR 700 BLK FOUNTAIN-LINCOLN DR MALL PM PARKS L-0903E-800 BLK-LINCOLN DR 800 BLK FOUNTAIN-LINCOLN DR MALL PM PARKS L-0903F-900 BLK-LINCOLN DR 900 BLK FOUNTAIN-LINCOLN DR MALL PM PARKS L-0903G-I000 BLK-LINCOLN DR 1000 BLK FOUNTAIN-LINCOLN DR MALL PM PARKS L-0903-LINCOLN RD LINCOLN RD MALL PM PARKS L-0904A-2IST ST-ALTON RD 21ST FOUNTAIN-ALTON RD PM PARKS L-09(14B-41ST-PINETREE 41ST FOUNTAIN-PINETREE DR LISTING OF FACILITIES - EXHIBIT "D" Property Management Locations-Hours of Operation S Location Name Location# Location Address Hours of Operation PM PARKS L-0904C-7IST FOUNTAIN 71ST ST FOUNTAIN PM PARKS L-0904D-PALM ISLAND FOUNTAIN PALM ISLAND PM PARKS L-0904E-STAR ISLAND FOUNTAIN STAR ISLAND PM PARKS L-0905-BOARDWALK 21ST-47TH ST BOARDWALK 2IST-47TH ST/OCEAN PM PARKS L-0906-WELCOME SIGNS-CITYWIDE WELCOME SIGNS-CITYWIDE PM PARKS L-0907A-79TH-87TH ST-G HOUSE OPEN SPACE PARK 79TH-87TH ST-GUARD HOUSE PM PARKS L-0907-OPEN SPACE PARK OPEN SPACE PARK 79TH-87TH ST-PARK PM PARKS L-0908-LUMMUS PARK 13TH STREET&OCEAN DR PM PARKS L-0909-CHAMBER-LINCOLN RD CHAMBER INFO BOOTH LINCOLN ROAD MALL PM PARKS L-0910-BEACHWALK 17TH-21ST BEACHWALK 17TH-21ST BEACH PM PARKS L-09I[-PUBLIC LIBRARY PUBLIC LIBRARY 21ST STREET COLLINS PM PARKS L-0912-ALLISON PARK 64TH ST&COLLINS AVE PM PARKS L-0913-SOUNDSCAPE PARK 17TH ST&WASHINGTON.AVE PM PARKS L-1147-NORMANDY POOL NORMANDY POOL-7030 TROUVILLE ESPLANADE PM PARKS L-I15IA-FRIENDSHIP 201 2ND ST-FRIENDSHIP 112 PM PARKS L-1151-WASHINGTON PARK WASHINGTON PARK-201 2ND ST-LIBRARY PM PARKS L-1179-IST ST-ALTON RD IST ST/ALTON-SOUTH SHORE PARK PM POLICE L-0602-MARINE PATROL 1790 PURDY AVE 8am-5pm PM POLICE L-0602-POLICE/SUB STATION USE 0606 FOR POLICE/SUB STATION PM POLICE L-0605A-SIU-I I30 WASH-IST FL SIU 1130 WASHINGTON AVE-1ST FLOOR 8am-5pm PM POLICE L-0605B-SIU-777 17TH ST SIU-777 17TH ST BLDG PM POLICE L-0605C-SIU-225 WASHINGTON AVE SIU-225 WASHINGTON AVE 8am-5pm PM POLICE L-0605-SIU-1837 BAY RD-2ND FL SIU 1837 BAY ROAD-2ND FLOOR PM POLICE L-0606-6840 INDIAN CREEK DR POLICE/SUB STATION 6840 INDIAN CREEK DR 24/7 PM POLICE L-0607-6899 INDIAN CREEK DR OUTREACH PROGRAM 6899 INDIAN CREEK DR PM POLICE L-0608-PAL BLDG POLICE ATHLETIC LEAGUE BUILDING 8am-6pm PM POLICE L-0620-1 100 WASHINGTON-I-5FL 1100 WASHINGTON AVE-I-5 FLOORS PM POLICE L-0620.A-1 100 WASHINGTON-7TH FL INTERNAL AFFAIR 1100 WASHINGTON AVE-7TH FLOOR PM POLICE L-0620B-I I00 WASHINGTON-2ND FL 1100 WASHINGTON AVE-2ND FLOOR PM POLICE L-0620C-I 100 WASHINGTON-3RD FL 1100 WASHINGTON AVE-3RD FLOOR PM POLICE L-0620D-1 100 WASHINGTON-4TH FL 1 100 WASHINGTON AVE-4TH FLOOR PM POLICE L-0620E-1100 WASHINGTON-5TH FL 1100 WASHINGTON AVE-5TH FLOOR PM POLICE L-0620G-POLICE STATION 1 100 WASHINGTON AVE l-5TH FLOOR 24/7 . PM POLICE L-0620H-210 2ND ST MINI STATION 210 2ND ST-RDA PM PUBLIC WORKS L-0402-PW/STREETS-CITYWIDE PW/STREETS aE`CITYWIDE PM PUBLIC WORKS L-0403 PW/WATER PW/WATER-451 DADE BLVD PM PUBLIC WORKS L-0403A-PINE TREE DR-PWAVATER PW/WATER-PINE TREE DR&25TH ST PM PUBLIC WORKS L-0403B-BELLE ISLE PW/WATER BELLE ISLE PM PUBLIC WORKS L-0403C-3950 ALTON RD PW/WATER 3950 ALTON RD PM PUBLIC WORKS L-0403D-71ST ST PWAVATER 71ST ST&FOUNTAIN PM PUBLIC WORKS L-0403E-DICKENS AVE-75TH ST PW/WATER DICKENS.AVE&75TH ST PM PUBLIC WORKS L-0403F-8690 COLLINS AVE PW/VVATER 8690 COLLINS AVE PM PUBLIC WORKS L-0404-451 DADE BLVD-SEWER PW/SEWERS 451 DADE BLVD PM PUBLIC WORKS L-0404A-JEFFERSON AVE-11TH ST PW/SEWERS JEFFERSON AVE&I ITH ST PM PUBLIC WORKS L-0404B-35TH STAR ISLAND PW/SEWERS 35TH STAR ISLAND !PM PUBLIC WORKS L-0404C-23I S HIBISCUS DR PW/SEWERS 231 5 HIBISCUS DR PM PUBLIC WORKS L-0404D-195 PALM AVE PW/SEWERS 195 PALM AVE PM PUBLIC WORKS L-0404E-229 E SAN MARINO DR PW/SEWERS 229 E SAN MARINO DR PM PUBLIC WORKS L-0404F-428 W DILIDO DR PW/SEWERS 428 1V DILIDO DR PM PUBLIC WORKS L-0404G-228 W RIVO ALTO RD PW/SEWERS 228 1V RIVO ALTO RD PM PUBLIC WORKS L-0404H-BELLE ISLE-VENITIAN CSWY-STIO PW/SEWERS BELLE ISLE/VENITIAN CSWY-STATION ill0 PM PUBLIC WORKS L-04041-1710 WASHINGTON AVE-STI I PW/SEWERS 1710 WASHINGTON AVE-STATION HI l PM PUBLIC WORKS L-04041-2730 SUNSET DR PW/SEWERS 2730 SUNSET DR PM PUBLIC WORKS L-0404K-2270 SUNSET DR PW/SEWERS 2270 SUNSET DR PM PUBLIC WORKS L-0404L-PINETREE DR-5IST STR PW/SEWERS PINETREE DR&51ST STR PM PUBLIC WORKS L-0404M-6120 LA GORCE DR PW/SEWERS 6120 LA GORCE DR PM PUBLIC WORKS L-0404N-6590 PINETREE LN PW/SEWERS 6590 PINETREE LN PM PUBLIC WORKS L-04040-6850 INIDIAN CREEK DR-STI9 PW/SEWERS 6850 INIDIAN CREEK DR-STATION 11 19 PM PUBLIC WORKS L-0404P-BAY DR-71ST ST PW/SEWERS BAY DR&71ST ST PM PUBLIC WORKS L-0404Q-HAGEN ST-GOLF COURSE PW/SEWERS HAGEN ST ON GOLF COURSE PM PUBLIC WORKS L-0404R-DICKENS AVE-75TH ST-ST23 PW/SEWERS DICKENS AVE&75TH ST-STATION lit PM PUBLIC WORKS L-04045-8100 HAWTHORNE AVE-ST24 PW/SEWERS 8100 HAWTHORNE AVE-STATION/124 PM PUBLIC WORKS L-0404T-5400 COLLINS AVE-ST27 PW/SEWERS 5400 COLLINS AVE-STATION PM PUBLIC WORKS L-0404U-28TH ST&PINETREE DR-ST28 PW/SEWERS 28TH ST&PINETREE DR-STATION 828 PM PUBLIC WORKS L-0404V-INDIAN CREEK DR-63RD ST-ST29 PW/SEWERS INDIAN CREEK DRIVE&63RD ST-STATION 1129 PM PUBLIC WORKS L-0404W-TERMINAL ISLAND PW/SEWERS TERMINAL ISLAND PM PUBLIC WORKS L-0404X-290 WASHINGTON AVE PW/SEWERS 290 WASHINGTON AVE PM PUBLIC WORKS L-0404Y-SO SHORE DR-ST22 PW/SEWER SO SHORE DR-STATION 1122 PM PUBLIC WORKS L-0405-BRIDGES CITYWIDE PW/BRIDGES CITYWIDE PM PUBLIC WORKS L-0406-451 DADE BLVD PW/YARD 451 DADE BLVD-COMMON AREAS PM SANITATION L-1600-I40 MACARTHUR CSWAY 140 MACARTHUR CSWY PM SANITATION L-1600A-140 MACARTHUR CSWAY-2F 140 MACARTHUR CSWAY-2ND FLOOR PM SANITATION L-16006-140 MACARTHUR CSWAY 140 MACARTHUR CSWY PM SOUTH POINTE PARK L-1180-IST ST-WASHINGTON AVE IST ST-WASHINGTON AVE PM SOUTH POINTE PARK L-1180A-IST ST-WASHINGTON AVE-RESTROOMS IST ST-WASHINGTON AVE-RESTROOMS I !PM SOUTH POINTE PARK L-1180B-1ST ST-WASHINGTON AVE-NATURE CENTER IST ST-WASHINGTON AVE-NATURE CENTER IPM SOUTH SHORE PARK L-1[55-833 6TH ST 833 6TH ST ;PM SOUTH SHORE PARK L-I 155A-833 6TH ST-CHILD CARE 833 6TH ST-CHILD CARE IPM SOUTH SHORE PARK L-I 155B-833 6TH ST-HISPANIC 833 6TH ST-HISPANIC PM SPEC PROGRAM 1 130 WASHINGTON AVE-3RD FL DOMESTIC VIOLENCE-JUD 1 130 WASHINGTON AVE-3RD FLOOR IPM SPEC PROGRAM 225 WASHINGTON AVE CLERKS OFFICE 225 WASHINGTON AVE IPM SPEC PROGRAM 555 17TH ST PAN ARTS/CREDIT UNION 555 17TH ST IPM SPEC PROGRAM 777 17TH ST 777 BLDG 777 17TH ST LISTING OF FACILITIES - EXHIBIT "D" Property Management Locations-Hours of Operation Location Name Location# Location Address i Hours of Operation . ;PM SPEC PROGRAM 777 17TH ST STE 402A VCA OFFICE-CONCERT 777 17TH ST SUITE 402A IPM SPEC PROGRAM CITYWIDE CITY OWNED HOTELS CITY WIDE CB PM SPEC PROGRAM L-2100-NORMANDY ISLE NORMANDY ISLE 79TH ST-NORMANDY SHORES GUARD HOUSE IPM SPEC PROGRAM L-2102-COLONY THEATRE COLONY THEATRE 1040 LINCOLN RD PM SPEC PROGRAM L-2103-FLORIDA ENTERTAINMENT 505 17TH ST IPM SPEC PROGRAM L-2104-P.A.N.ARTS-CULTURE 555 17TH ST IPM SPEC PROGRAM L-2105-CITY OWNED HOTELS CITY WIDE 1PM SPEC PROGRAM L-2106A-CREDIT UNION 555 ITTH ST IPM SPEC PROGRAM L-2106B-CREDIT UNION 555 17TH ST IPM SPEC PROGRAM L-2106-CREDIT UNION 777 17TH ST IPM SPEC PROGRAM L-2107-HIGHWAY PATROL BLD 8720 COLLINS AVE OLD CITY HALL-COUNTY CO/JUDICIAL 1130 WASHINGTON AVE- PM SPEC PROGRAM L-2108-1130 WASHINGTON AVE-2ND FL 2ND FLOOR PM SPEC PROGRAM L-2103-OLD CITY HALL/JUDICIAL 1 130 WASHINGTON AVE-2ND FL PM SPEC PROGRAM L-2 109A-CLERKS OFFICE 225 WASHIGTON AVE PM SPEC PROGRAM L-2109-OLD CITY HALL/COUNTY CO 1 130 WASHINGTON AVE-2ND FL PM SPEC PROGRAM L-2I 10-PROPERTY MANAGEMENT MIDDLE BEACH PM SPEC PROGRAM L-21 I I-PROPERTY MANAGEMENT NORTH BEACH PM SPEC PROGRAM L-21 12-WOMB BLD 210 2ND ST PM SPEC PROGRAM L-2113 DOMESTIC VIOLENCE/JUD 1130 WASHINGTON AVE-3RD FL IPM SPEC PROGRAM L-21 14A-BYRON CARLYLE THEATRE 500 71ST STREET TBD PM SPEC PROGRAM L-2114-BYRON CARLYLE THEATRE 500 7IST ST I PM SPEC PROGRAM L-2116-555 BLD 555 17TH ST PM SPEC PROGRAM L-21 I6A-555 BLD 555 ITTH ST PM SPEC PROGRAM L-21 16B-555 BLD 555 17TH ST PM SPEC PROGRAM L-21 17A-VCA OFFICE/CONCERT 1 130 WASHINGTON AVE,STE 402A PM SPEC PROGRAM L-21 I7-VCA OFFICE/CONCERT 1 130 WASHINGTON AVE-5TH FL 1 PM SPEC PROGRAM L-2118-777 BLD 777 ITTH ST PM SPEC PROGRAM L-2119-777 BLD 777 17TH ST-RENOVATION PM SUNSHINE PIER L-I I75A-S POINTE FISHING PIER-RESTROOMS SUNSHIRE PIER S POINTE FISHING PIER-RESTROOMS PM SUNSHINE PIER L-1175-S POINTE FISHING PIER SUNSHINE PIERS POINTE FISHING PIER PM TELECOM L-1700A-COMM-CITY HALL 1700 CONVENTION CTR DR-CITY HALL PM TELECOM L-I700B-COMM-REBECCA TOWERS 150 ALTON ROAD REBECCA TOWERS PM TELECOM L-1700C-COMM-HIST CITY HALL 1 130 WASHINGTON AVE-HIST CITY HALL PM TELECOM L-1700-COMM-FIRE STATION 2 2300 PINETREE DRIVE-FIRE STATION ii2 PM TELECOM L-1700D-COMM-TOWER 41 4101 PINETREE DR-TOWER 41 PM TELECOM L-1700E-COMM-LA GORCE PALACE 6301 COLLINS AVE-LA GORCE PALACE PM TELECOM L-1700E-COMM-RADIO SITE 1040 COLLINS AVENUE PM TELECOM L-1700G-COMM-777 BUILDING IT CLOSET-2ND FLOOR PM TELECOM L-1700H-COMM-73RD DICKENS 73RD&DICKENS AVENUE PM UTBILLING L-0351-1700 CONV CTER-IFLOOR 1700 CONVENTION CENTER DR PM UTBILLING L-0351A-1755 MERIDIAN-(FLOOR 1755 MERIDIAN AVE-1ST FLOOR PM VITA COURSE L-I 170A-S POINTE PARK-ALTON RD-EXIT VITA COURSE S POINTE PARK-ALTON RD-EXIT PM VITA COURSE L-1170-PINE TREE DR VITA COURSE PINE TREE DR PM WASHINGTON PARK L-1151-201-2ND STREET-LIBRARY 2ND STREET-LIBRARY PM WASHINGTON PARK L-1151A-201-2ND STREET-FRIENDSHIP 2 2ND STREET-FRIENDSHIP 112 PM YOUTH CENTER L-1169-2700 SHERIDAN AVE 2700 SHERIDAN AVE PM YOUTH CENTER L-1 169A-2700 SHERIDAN AVE-1ST FLOOR 2700 SHERIDAN AVE-1ST FLOOR PM YOUTH CENTER L-I 169B-2700 SHERIDAN AVE-2ND FLOOR 2700 SHERIDAN AVE-2ND FLOOR PM CONCESSIONSTAND L-0850-23RD ST-CON STAND 23RD ST&OCEAN-CONCESSION STAND PM CONCESSIONSTAND L-0851-46TH ST-CON STAND 46TH ST&OCEAN-CONCESSION STAND PM CONCESSIONSTAND L-0852-53RD ST-CON STAND 53RD ST&OCEAN-CONCESSION STAND PM CONCESSIONSTAND L-0353-73RD ST-CON STAND 73RD ST&OCEAN-CONCESSION STAND PM CONCESSIONSTAND L-0854-79TH ST-CON STAND 79TH ST&OCEAN-CONCESSION STAND PM CONCESSIONSTAND L-2249-2IST ST-CON STAND 21ST ST&OCEAN-CONCESSION STAND PM LIFEGUARD L-0860A-JETTY-LIFEGUARD STAND JETTY-LIFEGUARD STAND A PM LIFEGUARD L-0860-JETTY-LIFEGUARD STAND JETTY-LIFEGUARD STAND PM LIFEGUARD L-0861-1ST ST-LIFEGUARD 1ST ST-LIFEGUARD STAND PM LIFEGUARD L-0862-3RD ST-LIFEGUARD 3RD ST-LIFEGUARD STAND PM LIFEGUARD L-0863-6TH ST-LIFEGUARD 6TH ST-LIFEGUARD STAND PM LIFEGUARD L-0864-8TH ST-LIFEGUARD 8TH ST-LIFEGUARD STAND PM LIFEGUARD L-0865-10TH ST-LIFEGUARD 10TH ST-LIFEGUARD STAND PM LIFEGUARD L-0866-12TH ST-LIFEGUARD 12TH ST-LIFEGUARD STAND PM LIFEGUARD L-0867-14TH ST-LIFEGUARD 14TH ST-LIFEGUARD STAND PM LIFEGUARD L-0868-I 7THST-LIFEGUARD I7THST-LIFEGUARD STAND PM LIFEGUARD L-0869-21ST ST-LIFEGUARD 21ST ST-LIFEGUARD STAND PM LIFEGUARD L-0870-29TH ST-LIFEGUARD 29TH ST-LIFEGUARD STAND PM LIFEGUARD L-0871-35TH ST-LIFEGUARD 35TH ST-LIFEGUARD STAND PM LIFEGUARD L-0872-46TH ST-LIFEGUARD 46TH ST-LIFEGUARD STAND PM LIFEGUARD L-0873-53RD ST-LIFEGUARD 53RD ST-LIFEGUARD STAND PM LIFEGUARD L-0874-64THTH ST-LIFEGUARD 64THTH ST-LIFEGUARD STAND PM LIFEGUARD L-0875-72ND ST-LIFEGUARD 72ND ST-LIFEGUARD STAND PM LIFEGUARD L-0876-74TH ST-LIFEGUARD 74TH ST-LIFEGUARD STAND PM LIFEGUARD L-0877-76TH ST-LIFEGUARD 76TH ST-LIFEGUARD STAND PM LIFEGUARD L-0878-79TH ST-LIFEGUARD 79TH ST-LIFEGUARD STAND PM LIFEGUARD L-0879-8I ST ST-LIFEGUARD 81ST ST-LIFEGUARD STAND PM LIFEGUARD L-0880-83RD ST-LIFEGUARD 83RD ST-LIFEGUARD STAND PM LIFEGUARD L-0881-16TH ST-LIFEGUARD 16TH ST-LIFEGUARD STAND PM LIFEGUARD L-0882-15TH ST-LIFEGUARD 15TH ST-LIFEGUARD STAND PM LIFEGUARD L-0883-13TH ST-LIFEGUARD 13TH ST-LIFEGUARD STAND PM LIFEGUARD L-0884-20TH ST-LIFEGUARD 20TH ST-LIFEGUARD STAND PM LIFEGUARD L-0885-85TH ST-LIFEGUARD 85TH ST-LIFEGUARD STAND 1PM LIFEGUARD L-0886-41ST ST-LIFEGUARD 41ST ST-LIFEGUARD STAND i COMMISSION DOCUMENTS RESOLUTION, SUMMARY AND MEMORANDUM RESOLUTION NO.i 2015-29014 s _ _ A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PERTAINING TO THE RANKING OF PROPOSALS, PURSUANT TO INVITATION TO NEGOTIATE (ITN) NO. 2015-090-JR FOR FACILITIES MAINTENANCE SERVICES FOR THE PROPERTY MANAGEMENT DIVISION. WHEREAS, Invitation to Negotiate No. 2015-090-JR (the ITN) was issued on January 21, 2015, with an opening date of February 26, 2015; and WHEREAS, a voluntary pre-proposal meeting was held on February 9, 2015; and WHEREAS, the City received two (2) proposals; and WHEREAS, on March 29, 2015, the City Manager via Letter to Commission (LTC) No. 117-2015, appointed an Evaluation Committee (the "Committee"), consisting of the following individuals: • Ramon Duarte, Superintendent, Property Management, City of Miami Beach • Oniel Toledo, Construction Manager, Property Management, City of Miami Beach • Elizabeth Valera, Deputy Director, Parks and Recreation Department, City of Miami Beach The following alternates were also appointed: • Mark Morgan, Maintenance Management Coordinator, Property Management, City of Miami Beach • Carlos Da Cruz, Office Associate V, Parks and Recreation Department, City of Miami Beach; and WHEREAS, the Committee convened on March 25, 2015 to consider the proposal received; and WHEREAS, the Committee was provided an overview of the project; information relative to the City's Cone of Silence Ordinance and the Government Sunshine Law; general information on the scope of services, references, and a copy of the proposal; and engaged in a question and answer session after the presentation of the proposer; and WHEREAS, the Committee was instructed to score and rank the proposals pursuant to the evaluation criteria established in the ITN; and WHEREAS, In evaluating the proposals received it has been determined that both proposers submitted proposals that meet all terms, conditions, and specifications of the ITN and therefore are considered as "pre-qualified"to quote for future work as the need may arise; and WHEREAS, after reviewing the submissions and the Evaluation Committee's and rankings, the City Manager exercised his due diligence and is recommending that the Administration be authorized to enter into negotiations with Delcons, Inc. and Halcyons Builders, Inc. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby accept the recommendation of the City Manager pertaining to the ranking of proposals, pursuant to Invitation to Negotiate No. 2015-090-JR for Property Maintenance Services; authorize the Administration to enter into negotiations with Delcons, Inc. and Halcyon Builders, Inc.; and further authorize the Mayor and City Clerk to execute an agreement upon conclusion of successful negotiations by the Administration. PASSED AND ADOPTED this l0 day of H/44 2015. ,, ATTEST: Alit /‘' Raf.el E. Gr_nado.J�'-p , e N4 Philip, _! "; ayor ID 4. .,� I� s ° "--40.1e#-..."-'5' 0 ' / 7� j * INCORP ORATED: 411 2.1-1 26 APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION Q (....- � 3u- 1 5 4Ci y Attor ney Date T:\AGENDA120151May1PROCUREMENTIITN 2015-090-JR Property Management Services-Reso.doc 1 COMMISSION ITEM SUMMARY Condensed Title: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA,ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PERTAINING TO THE RANKING OF PROPOSALS, PURSUANT TO INVITATION TO NEGOTIATE (ITN) NO. 2015-090-JR FOR FACILITIES MAINTENANCE SERVICES FOR THE PROPERTY MANAGEMENT DIVISION. Key Intended Outcome Supported: Supporting Data (Surveys, Environmental Scan, etc: N/A Item Summary/Recommendation: The City is seeking qualified contractors for the provision of facilities maintenance services,which shall include be: general repairs, plumbing, carpentry, HVAC, minor construction (projects less than$50,000, unless approved by the City Commission),flooring,painting,waterproofing,etc.The Contractors must provide management, supervision, labor, materials, equipment, shop or construction drawings (if applicable) and supplies and shall be responsible for the efficient, effective, economical, and satisfactory operation, scheduled and unscheduled maintenance and repairs for the assigned facilities. On January 14, 2015, the City Commission approved the issuance of the subject Invitation to Negotiate (ITN). On January 21, 2015,the ITN was issued with an opening date of February 26, 2015. A pre-proposal conference to provide information to the proposers submitting a response was held on February 9, 2015. The City received two (2) proposals from Delcons, Inc. and Halcyon Builders, Inc. On March 19,2015,the City Manager appointed,via Letter to Commission(LTC)No. 117-2015,an Evaluation Committee(the Committee),which convened on April 2,2015,to consider the received proposals.The Committee was instructed to score and rank the proposals received pursuant to the evaluation criteria established in the ITN. The results of the evaluation committee process were presented to the City Manager for his recommendation to the City Commission. . After reviewing the submission and the Evaluation Committee's rankings of the proposals received, the City Manager recommends that the Mayor and the City Commission, pursuant to Invitation To Negotiation (ITN) No. 2015-090-JR, for Property Management Services, authorize the Administration to enter into negotiations with both Delcons, Inc., and Halcyon Builders, Inc., and further authorize the City Manager to execute an Agreement upon conclusion of successful negotiations by the Administration. RECOMMENDATION ADOPT THE RESOLUTION. Advisory Board Recommendation: Financial Information: Source of Amount Account Funds: 1 OBPI Total The annual cost associated with the procurement of facilities maintenance services is subject to funds availability approved through the City's budgeting process. Financial Impact Summary: City Clerk's Office Legislative Tracking: Alex Denis, Extension 6641 Sign-Offs: Depa ent D. ector Assista l ` anager City na•;er EC A %/ M i �� JLMA T:WGENDA120151May1PR0 UREMENTIITN 2015-090-JR •.- anagement Services-Summary.doc M I AM I BEACH AGENDA ITEM C 7!V DATE MIAMIBEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov COM . 1SSION MEMORANDUM TO: Mayor Philip Levine and Members •t the City C. mission FROM: Jimmy L. Morales, City Manager ,:> _y- DATE: May 6, 2015 SUBJECT: A RESOLUTION OF THE M OR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORID ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PERT'INING TO THE RANKING OF PROPOSALS, PURSUANT TO INVITATION TO NEGOTIATE (ITN) NO. 2015-090-JR FOR FACILITIES MAINTENANCE SERVICES FOR THE PROPERTY MANAGEMENT DIVISION. FUNDING The annual cost associated with the procurement of facilities maintenance services is subject to funds availability approved through the City's budgeting process. BACKGROUND The City is seeking qualified contractors for the provision of facilities maintenance services, which shall include be: general repairs, plumbing, carpentry, HVAC, minor construction (projects less than $50,000, unless approved by the City Commission), flooring, painting, waterproofing, etc. The Contractor must provide management, supervision, labor, materials, equipment, shop or construction drawings (if applicable) and supplies and shall be responsible for the efficient, effective, economical, and satisfactory operation, scheduled and unscheduled maintenance and repairs for the assigned facilities. RFP PROCESS On January 14, 2015, the City Commission approved the issuance of the subject Invitation to Negotiate (ITN). On January 21, 2015, the ITN was issued with an opening date of February 26, 2015. A pre-proposal conference to provide information to the proposers submitting a response was held on February 9, 2015. The City received two (2) proposals from Delcons, Inc. and Halcyon Builders, Inc. On March 19, 2015, the City Manager appointed, via Letter to Commission (LTC) No. 117- 2015, an Evaluation Committee (the"Committee") consisting of the following individuals: • Ramon Duarte, Superintendent, Property Management, City of Miami Beach • Oniel Toledo, Construction Manager, Property Management, City of Miami Beach • Elizabeth Valera, Deputy Director, Parks and Recreation Department, City of Miami Beach The following alternates were also appointed: • Mark Morgan, Maintenance Management Coordinator, Property Management, City of Miami Beach • Carlos Da Cruz, Office Associate V, Parks and Recreation Department, City of Miami Beach Commission Memorandum—ITN 2015-090-JR for Property Maintenance Services May 6, 2015 Page 2 The Committee convened on April 2, 2015, to consider the proposals received. After proposer's presentations and interview, the Committee discussed the proposers' qualifications, experience, and competence, and further scored the proposer in accordance with the evaluation criteria established in the ITN. Total Points Evaluation Criteria 25 Proposer Experience and Qualifications, including Financial Capability 25 Scope of Services Proposed 25 Approach and Methodology 25 Cost Proposal The Committee pointed out the importance to the City to attain on-site staff dedicated to City of Miami Beach properties in an effort to ascertain service levels, as well as the importance of having the appropriate licensing for maintenance and repairs, when applicable. The ITN also stipulated that additional points would be applied, if applicable, pursuant to the City's Veteran's Preference Ordinance. However, none of the proposers were eligible for Veteran's preference. The evaluation process resulted in the following ranking of proposals. 0 O 1• ` 0) 0 N Q ITN 2015-090-JR for Property E o v m I Management Services re• o v 0 Delcons, Inc. 90 1 70 2 90 1 Halcyon Builders, Inc. 69.67 2 72.67 1 89.67 2 The ITN will allow the Property Management Division to assign work to the contractors on a time and material basis or on a lump sum basis depending on the project and the best interest of the City. Final fees will be negotiated with each contractor. CITY MANAGER'S REVIEW& RECOMMENDATION The City Manager has reviewed the proposals received, pursuant to ITN 2015-090-JR for Property Maintenance Services, and the results of the Evaluation Committee process, and recommends that the Mayor and City Commission of the City of Miami Beach, Florida, authorize the Administration to enter into negotiations with both Delcons, Inc., and Halcyon Builders, Inc.; and further authorize the Mayor and City Clerk to execute an agreement upon completion of successful negotiations by the Administration. RECOMMENDATION The Administration recommends that the Mayor and City Commission of the City of Miami Beach, Florida approve the resolution accepting the recommendation of the City Manager, pursuant to Invitation to Negotiate(ITN) No. 2015-090-JR for Property Management Services. JLM/MT/EC/AD T:\AGENDA120151May\PROCUREMENT\ITN 2015-090-JR Property Management Services-Memo.doc • INVITATION TO NEGOTIATE (ITN) FACILITIES MAINTENANCE SERVICES ITN NO. 2015-090-JR MIAMIBEACH City of Miami Beach, 17.00 Convention.Center Drive,Miami Beach, Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM.NO. 1 INVITATION TO NEGOTIATE.NO.2015-090-JR FOR FACILITIES MAINTENANCE SERVICES February 23, 2015 This Addendum to the above-referenced ITN is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The ITN is amended in the following particulars only. • 1. DUE DATE: Due date remains the same, submittal information is as follows; Proposals due by: Thursday, February 26, 2015 @ 3:00 PM Miami Beach City Hall Procurement Department 1700 Convention Center Drive, 3rd Floor Miami.Beach, Florida 33139 As a reminder, late proposal will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. 2. 'RESPONSES TO QUESTIONS.RECEIVED.: Q#1: SQR from Dun & Bradstreet has to be sent.directly to Joe Rodriguez via email or to us and we provide a copy of such.report? A#1: Please refer to ITN section 0300 "Submittal Instructions and Format" Tab 2, 2.4 "Financial Capacity" Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado @miamibeachfl.gov . .. - -1__Co:ntact: -..__. T e l e p h o n e: _ - _ -- _Er_1 ail: -_ - - - - Joe V. Rodriguez, CPPB, FCCM 305-673-7000 ext. 6263 joerodriguez a,miamibeachfLooy Proposers are reminded to acknowledge receipt of this addendum as. part of your RFP submission. Potential proposers that have elected not to submit a response to the RFP are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a p.ropo - . Liam fel *' r•r. s Procurement Director ITN NO.2015-090-JR Addendum#1 02/23/15 INVITATION TO NEGOTIATE ( ITN FACILITIES MAINTENANCE SERVICES 2015-090-JR ITN ISSUANCE DATE: JANUARY 22, 2015 PROPOSALS DUE: FEBRUARY 26, 2015 @ 3:00 PM ISSUED BY: MOSS CM= 1915 .2015. 1\‘ A A 11 r: § Joe V. Rodriguez, CPPB, FCCM, Procurement Coordinator DEPARTMENT OF PROCUREMENT MANAGEMENT 1700 Convention Center Drive, Miami Beach, FL 33139 305.673.7000 x6263 I Fax: 786.394.5494 I www.miamibeachfl.gov MIAMI BEACH TABLE OF CONTENTS SOLICITATION SECTIONS: PAGE 0100 NOT UTILIZED N/A 0200 INSTRUCTIONS TO PROPOSERS & GENERAL CONDITIONS 3 0300 SUBMITTAL INSTRUCTIONS & FORMAT 10 0400 PROPOSAL EVALUATION 12 APPENDICES: PAGE APPENDIX A PROPOSAL CERTIFICATION, QUESTIONNAIRE AND AFFIDAVITS 14 APPENDIX B "NO PROPOSAL" FORM 21 APPENDIX C MINIMUM REQUIREMENTS & SPECIFICATIONS 23 APPENDIX D COST PROPOSAL FORM 33 APPENDIX E INSURANCE REQUIREMENTS 36 APPENDIX F LISTING OF FACILITIES 38 ITN 2015-090PR 2 MIAMI BEACH SECTION 0200 INSTRUCTIONS TO PROPOSERS&GENERAL CONDITIONS 1. GENERAL. This Invitation to Negotiate (ITN) is issued by the City of Miami Beach, Florida (the "City"), as the means for prospective Proposers to submit their qualifications, proposed scopes of work and cost Proposals (the "Proposal") to the City for the City's consideration as an option in achieving the required scope of services and requirements as noted herein. All documents released in connection with this solicitation, including all appendixes and addenda, whether included herein or released under separate cover, comprise the solicitation, and are complementary to one another and together establish the complete terms, conditions and obligations of the Proposers and, subsequently, the successful Proposer(s) (the"contractor[s]") if this ITN results in an award. The City utilizes PublicPurchase (www.publicpurchase.com) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this ITN. Any prospective Proposer who has received this ITN by any means other than through PublicPurchase must register immediately with PublicPurchase to assure it receives any addendum issued to this ITN. Failure to receive an addendum may result in disqualification of Proposal submitted. 2. PURPOSE. The purpose of this ITN is to seek proposals from qualified contractors for the provision of facilities maintenance services, which shall include general maintenance and repairs including but not limited to the following allowable services: general repairs, plumbing, carpentry, HVAC, minor construction (projects less than $50,000, unless approved by the City Commission), flooring, painting, waterproofing, etc. When necessary, the shop or construction drawings may be included in the definition of allowable services. A listing of facilities is attached hereto. The City's facilities are categorized into one of the following zones. Zone 1: South Beach (From Government Cut to Dade Blvd excluding Zone 4) Zone 2: Middle Beach (From Dade Blvd to 63rd ST excluding Zone 4) Zone 3: North Beach (From 63rd ST to 87th Ter. excluding Zone 4) Zone 4: Beach (From Government Cut to 87th Ter. &to the East of Ocean Dr. &Collins Ave.) The Contractor must provide management, supervision, labor, materials, equipment, shop or construction drawings (if applicable) and supplies and shall be responsible for the efficient, effective, economical, and satisfactory operation, scheduled and unscheduled maintenance, and repair of equipment and systems for the assigned facilities. 3. SOLICITATION TIMETABLE.The tentative schedule for this solicitation is as follows: ITN Issued January 22, 2015 Pre-Proposal Meeting February 9, 2015 @ 10:00 am Deadline for Receipt of Questions February 18, 2015 @ 5:00 pm Proposals Due February 26, 2015 @ 3:00 pm Evaluation Committee Review T.B.D. Proposer Presentations T.B.D. Tentative Commission Approval Authorizing Negotiations T.B.D. Contract Negotiations Following Commission Approval ITN 2015-090JR 3 MIAMI BEACH 4. PROCUREMENT CONTACT.Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: Procurement Contact: Telephone: Email: Joe V. Rodriguez,CPPB, FCCM 305-673-7490, EXT 6263 ioerodriquezAmiamibeachfl.gov Additionally, the City Clerk is to be copied on all communications via e-mail at: RafaelGranado a(�miamibeachfl.gov; or via facsimile: 786-394-4188. The Bid title/number shall be referenced on all correspondence. All questions or requests for clarification must be received no later than seven (7) calendar days prior to the date proposals are due as scheduled in Section 0200-3. All responses to questions/clarifications will be sent to all prospective Proposers in the form of an addendum. 5. PRE-PROPOSAL MEETING OR SITE VISIT(S). Only if deemed necessary by the City, a pre-Proposal meeting or site visit(s) may be scheduled. The details of pre-submittal meeting or site visit(s), if necessary, will be noted in Appendix B, Minimum Requirements and Specifications. A Pre-Bid conference will be held as scheduled in Solicitation Timeline above at the following address: City of Miami Beach City Hall -4th Floor City Manager's Larg Conference Room 1700 Convention Center Drive Miami Beach, Florida 33139 Attendance (in person or via telephone) is encouraged and recommended as a source of information, but is not mandatory. Proposers interested in participating in the Pre-Bid Submission Meeting via telephone must follow these steps: (1) Dial the TELEPHONE NUMBER: 1-888-270-9936 (Toll-free North America) (2) Enter the MEETING NUMBER: 4142489 Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in this ITB expressing their intent to participate via telephone. 6. PRE-PROPOSAL INTERPRETATIONS. Oral information or responses to questions received by prospective Proposers are not binding on the City and will be without legal effect, including any information received at pre- submittal meeting or site visit(s). Only questions answered by written addenda will be binding and may supersede terms noted in this solicitation. Addendum will be released through PublicPurchase. 7. CONE OF SILENCE. Pursuant to Section 2-486 of the City Code, all procurement solicitations once advertised and until an award recommendation has been forwarded to the City Commission by the City Manager are under the "Cone of Silence." The Cone of Silence ordinance is available at http://library.municode.com/index.aspx?clientlD=13097&statelD=9&statename=Florida. Any communication or inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the of exception communications with the Procurement Director, or his/her administrative staff responsible for administering the procurement process for this solicitation providing said communication is limited to matters of process or procedure regarding the solicitation. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado @miamibeachfl.gov. ITN 2015-090JR 4 AAA I BEACH 8. SPECIAL NOTICES. You are hereby advised that this solicitation is subject to the following ordinances/resolutions, which may be found on the City Of Miami Beach website: http://web.miamibeachfl.qov/procurement/scroll.aspx?id=23510 •CONE OF SILENCE CITY CODE SECTION 2-486 *PROTEST PROCEDURES CITY CODE SECTION 2-371 •DEBARMENT PROCEEDINGS CITY CODE SECTIONS 2-397 THROUGH 2-485.3 •LOBBYIST REGISTRATION AND DISCLOSURE OF FEES CITY CODE SECTIONS 2-481 THROUGH 2-406 •CAMPAIGN CONTRIBUTIONS BY VENDORS CITY CODE SECTION 2-487 •CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT ISSUES CITY CODE SECTION 2-488 •REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL BENEFITS FOR DOMESTIC PARTNERS CITY CODE SECTION 2-373 •LIVING WAGE REQUIREMENT CITY CODE SECTIONS 2-407 THROUGH 2-410 •PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY VETERANS AND TO STATE-CERTIFIED SERVICE- DISABLED VETERAN BUSINESS ENTERPRISES CITY CODE SECTION 2-374 •FALSE CLAIMS ORDINANCE CITY CODE SECTION 70-300 •ACCEPTANCE OF GIFTS,FAVORS&SERVICES CITY CODE SECTION 2-449 9. POSTPONEMENT OF DUE DATE FOR RECEIPT OF PROPOSALS. The City reserves the right to postpone the deadline for submittal of Proposals and will make a reasonable effort to give at least three (3) calendar days written notice of any such postponement to all prospective Proposers through PublicPurchase. 10. PROTESTS. Protests concerning the specifications, requirements, and/or terms; or protests after the Proposal due date in accordance with City Code Section 2-371, which establishes procedures for protested proposals and proposed awards. Protests not submitted in a timely manner pursuant to the requirements of City Code Section 2- 371 shall be barred. 11. VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City of Miami Beach Ordinance No. 2011- 3748, the City shall give a five (5) point preference to a responsive and responsible Proposer which is a small business concern owned and controlled by a veteran(s)or which is a service-disabled veteran business enterprise. 12. DETERMINATION OF AWARD. The final ranking results of Step 1 & 2 outlined in Section V, Evaluation of Proposals, will be considered by the City Manager who may recommend to the City Commission that negotiations be approved with one or more Proposer(s) s/he deems to be in the best interest of the City or may recommend rejection of all Proposals. The City Manager's recommendation need not be consistent with the scoring results identified - herein and takes into consideration Miami Beach City Code Section 2-369, including the following considerations: (1) The ability, capacity and skit! of the Proposer-to perform the contract. (2) Whether the Proposer can perform the contract within the time specified, without delay or interference. (3)The character, integrity, reputation,judgment, experience and efficiency of the Proposer. (4)The quality of performance of previous contracts. (5)The previous and existing compliance by the Proposer with laws and ordinances relating to the contract. The City Commission shall consider the City Manager's recommendation and may approve such recommendation. The City Commission may also, at its option, reject the City Manager's recommendation and select another Proposal or Proposals which it deems to be in the best interest of the City, or it may also reject all Proposals. Upon approval of selection by the City Commission, negotiations between the City and the selected Proposer(s)will commence. The City reserves the right to make an award by zone, by multiple zones, or in its entirety to one or more contractors. ITN 2015-190�R 5 MI MI BEACH In determining zone assignment, the City may: select the proposer(s) deemed most qualified for any particular zone(s); select the proposer(s) deemed to be in the best interest of the City for any particular zone(s); or, (during negotiations) request best and final offers from the contractors selected for negotiations for any particular zone(s). The City may also award primary, secondary and tertiary contractors for each zone. The determination of the City Manager or City Commission as to zone assignment shall be final and binding on all parties. The zones are as follows: Zone 1: South Beach (From Government Cut to Dade Blvd excluding Zone 4) Zone 2: Middle Beach (From Dade Blvd to 63rd ST excluding Zone 4) Zone 3: North Beach (From 63rd ST to 87th Ter. excluding Zone 4) Zone 4: Beach (From Government Cut to 87th Ter. &to the East of Ocean Dr. &Collins Ave.) 13. ACCEPTANCE OR REJECTION OF PROPOSALS. The City reserves the right to reject any or all Proposals prior to award. Reasonable efforts will be made to either award the Contract or reject all Proposals within one- hundred twenty (120) calendar days after Proposals opening date. A Proposer may not withdraw its Proposals unilaterally before the expiration of one hundred and twenty(120)calendar days from the date of Proposals opening. 14. PROPOSER'S RESPONSIBILITY. Before submitting a Proposal, each Proposer shall be solely responsible for making any and all investigations, evaluations, and examinations, as it deems necessary, to ascertain all conditions and requirements affecting the full performance of the contract. Ignorance of such conditions and requirements, and/or failure to make such evaluations, investigations, and examinations, will not relieve the Proposer from any obligation to comply with every detail and with all provisions and requirements of the contract, and will not be accepted as a basis for any subsequent claim whatsoever for any monetary consideration on the part of the Proposer. 15. COSTS INCURRED BY PROPOSERS. All expenses involved with the preparation and submission of Proposals, or any work performed in connection therewith, shall be the sole responsibility (and shall be at the sole cost and expense) of the Proposer, and shall not be reimbursed by the City. 16. RELATIONSHIP TO THE CITY. It is the intent of the City, and Proposers hereby acknowledge and agree, that the successful Proposer is considered to be an independent contractor, and that neither the Proposer, nor the Proposer's employees, agents, and/or contractors, shall, under any circumstances, be considered employees or agents of the City. 17.TAXES.The City of Miami Beach is exempt from all Federal Excise and State taxes. 18. MISTAKES. Proposers are expected to examine the terms, conditions, specifications, delivery schedules, proposed pricing, and all instructions pertaining to the goods and services relative to this ITN. Failure to do so will be at the Proposer's risk and may result in the Proposal being non-responsive. 19. PAYMENT. Payment will be made by the City after the goods or services have been received, inspected, and found to comply with contract, specifications, free of damage or defect, and are properly invoiced. Invoices must be submitted in a format consistent with the Purchase Order. 20. PATENTS & ROYALTIES. Proposer shall indemnify and save harmless the City of Miami Beach, Florida, and its officers, employees, contractors, and/or agents, from liability of any nature or kind, including cost and expenses for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the City of Miami Beach, Florida. If the Proposer uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, ITN 2015-090-JR 6 MIAMI AM I H that the proposal prices shall include all royalties or cost arising from the use of such design, device, or materials in any way involved in the work. 21. MANNER OF PERFORMANCE. Proposer agrees to perform its duties and obligations in a professional manner and in accordance with all applicable Local, State, County, and Federal laws, rules, regulations and codes. Lack of knowledge or ignorance by the Proposer with/of applicable laws will in no way be a cause for relief from responsibility. Proposer agrees that the services provided shall be provided by employees that are educated, trained, experienced, certified, and licensed in all areas encompassed within their designated duties. Proposer agrees to furnish to the City any and all documentation, certification, authorization, license, permit, or registration currently required by applicable laws, rules, and regulations. Proposer further certifies that it and its employees will keep all licenses, permits, registrations, authorizations, or certifications required by applicable laws or regulations in full force and effect during the term of this contract. Failure of Proposer to comply with this paragraph shall constitute a material breach of this contract. Where contractor is required to enter or go on to City of Miami Beach property to deliver materials or perform work or services as a result of any contract resulting from this solicitation, the contractor will assume the full duty, obligation and expense of obtaining all necessary licenses, permits, and insurance, and assure all work complies with all applicable laws. The contractor shall be liable for any damages or loss to the City occasioned by negligence of the Proposer, or its officers, employees, contractors, and/or agents,for failure to comply with applicable laws. 22. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and Conditions shall have precedence. 23. ANTI-DISCRIMINATION. The Proposer certifies that he/she is in compliance with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin. 24. DEMONSTRATION OF COMPETENCY. A. Pre-award inspection of the Proposer's facility may be made prior to the award of contract. B. Proposals will only be considered from firms which are regularly engaged in the business of providing the goods and/or services as described in this solicitation. C. Proposers must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial capacity, equipment, and organization to ensure that they can satisfactorily perform the services if awarded a contract under the terms and conditions of this solicitation. D. The terms "equipment and.organization", as used herein shall, be construed to mean a fully equipped and well established company in line with the best business practices in the industry, and as determined by the City of Miami Beach. E. The City may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a Proposer, including past performance (experience), in making an award that is in the best interest of the City. F. The City may require Proposer s to show proof that they have been designated as authorized representatives of a manufacturer or supplier, which is the actual source of supply. In these instances, the City may also require material information from the source of supply regarding the quality, packaging, and characteristics of the products to be supply to the City. 25. ASSIGNMENT. The successful Proposer shall not assign, transfer, convey, sublet or otherwise dispose of the contract, including any or all of its right, title or interest therein, or his/her or its power to execute such contract, to any person, company or corporation, without the prior written consent of the City. ITN 2015-090pR 7 MIAMI BEACH 26. LAWS, PERMITS AND REGULATIONS. The Proposer shall obtain and pay for all licenses, permits, and inspection fees required to complete the work and shall comply with all applicable laws. 27. OPTIONAL CONTRACT USAGE. When the successful Proposer(s) is in agreement, other units of government or non-profit agencies may participate in purchases pursuant to the award of this contract at the option of the unit of government or non-profit agency. 28. VOLUME OF WORK TO BE RECEIVED BY CONTRACTOR. It is the intent of the City to purchase the goods and services specifically listed in this solicitation from the contractor. However, the City reserves the right to purchase any goods or services awarded from state or other governmental contract, or on an as-needed basis through the City's spot market purchase provisions. 29. DISPUTES. In the event of a conflict between the documents, the order of priority of the documents shall be as follows: A. Any contract or agreement resulting from the award of this solicitation; then B. Addendum issued for this solicitation, with the latest Addendum taking precedence; then C. The solicitation; then D. The Proposer's Proposal in response to the solicitation. 30. INDEMNIFICATION. The contractor shall indemnify and hold harmless the City and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorney's fees and costs of defense, which the City or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of the agreement by the contractor or its employees, agents, servants, partners, principals or subcontractors. The contractor shall pay all claims and losses in connection therewith, and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs,judgments, and attorney's fees which may be incurred thereon. The contractor expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the 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 above indemnification provisions shall survive the expiration or termination of this Agreement. 31. CONTRACT EXTENSION. The City reserves the right to require the Contractor to extend contract past the stated termination date for a period of up to 120 days in the event that a subsequent contract has not yet been .awarded. Additional extensions past the 120 days.may occur as needed by the City and as mutually.agreed upon by the City and the contractor. 32. FLORIDA PUBLIC RECORDS LAW. Proposers are hereby notified that all Bid including, without limitation, any and all information and documentation submitted therewith, are exempt from public records requirements under Section 119.07(1), Florida Statutes, and s. 24(a), Art. 1 of the State Constitution until such time as the City provides notice of an intended decision or until thirty (30) days after opening of the proposals, whichever is earlier. Additionally, Contractor agrees to be in full compliance with Florida Statute 119.0701 including, but not limited to, agreement to (a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the services; (b) provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are ITN 2015-090-P 8 MI AM I BEACH exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. 33. MODIFICATIONIWITHDRAWALS OF PROPOSALS. A Proposer may submit a modified Proposal to replace all or any portion of a previously submitted Proposal up until the Proposal due date and time. Modifications received after the Proposal due date and time will not be considered. Proposals shall be irrevocable until contract award unless withdrawn in writing prior to the Proposal due date, or after expiration of 120 calendar days from the opening of Proposals without a contract award. Letters of withdrawal received after the Proposal due date and before said expiration date, and letters of withdrawal received after contract award will not be considered. 34. EXCEPTIONS TO ITN. Proposers must clearly indicate any exceptions they wish to take to any of the terms in this ITN, and outline what, if any, alternative is being offered. All exceptions and alternatives shall be included and clearly delineated, in writing, in the Proposal. The City, at its sole and absolute discretion, may accept or reject any or all exceptions and alternatives. In cases in which exceptions and alternatives are rejected, the City shall require the Proposer to comply with the particular term and/or condition of the ITN to which Proposer took exception to(as said term and/or condition was originally set forth on the ITN). 35.ACCEPTANCE OF GIFTS, FAVORS, SERVICES. Proposers shall not offer any gratuities, favors, or anything of monetary value to any official, employee, or agent of the City, for the purpose of influencing consideration of this Proposal. Pursuant to Sec. 2-449 of the City Code, no officer or employee of the City shall accept any gift, favor or service that might reasonably tend improperly to influence him in the discharge of his official duties. Balance of Pape Intentionally Left Blank ITN 2015-090JR 9 MIA/1V\I BEACH SECTION 0300 PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT 1. SEALED PROPOSALS. One original Proposal (preferably in 3-ring binder) must be submitted in an opaque, sealed envelope or container on or before the due date established for the receipt of proposals. Additionally, ten (10) bound copies and one (1) electronic format (CD or USB format) are to be submitted. The following information should be clearly marked on the face of the envelope or container in which the proposal is submitted: solicitation number, solicitation title, Proposer name, Proposer return address. Proposals received electronically, either through email or facsimile, are not acceptable and will be rejected. 2. LATE PROPOSALS. Proposals are to be received on or before the due date established herein. Any Proposal received after the deadline established for receipt of Proposals will be considered late and not be accepted or will be returned to Proposer unopened. The City does not accept responsibility for any delays, natural or otherwise. 3. PROPOSAL FORMAT. In order to maintain comparability, facilitate the review process and assist the Evaluation Committee in review of Proposals, it is strongly recommended that Proposals be organized and tabbed in accordance with the sections and manner specified below. Hard copy submittal should be tabbed as enumerated below and contain a table of contents with page references. Electronic copies should also be tabbed and contain a table of contents with page references. Proposals that do not include the required information will be deemed non- responsive and will not be considered. TAB 1 Cover Letter& Minimum Qualifications Requirements 1.1 Cover Letter and Table of Contents. The cover letter must indicate Proposer and Proposer Primary Contact for the purposes of this solicitation. 1.2 Proposal Certification, Questionnaire & Requirements Affidavit (Appendix A). Attach Appendix A fully completed and executed. 1.3 Minimum Qualifications Requirements. Submit verifiable information documenting compliance with the minimum qualifications requirements established in Appendix C, Minimum Requirements and Specifications. TAB 2 Experience&Qualifications 2.1 Qualifications of Proposing Firm. Submit detailed information regarding the firm's history and relevant experience and proven track record of providing the scope of services similar as identified in this solicitation, including experience in providing similar scope of services to public sector agencies. For each project that the Proposer submits as evidence of similar experience, the following is required: project description, agency name, agency contact, contact telephone & email, and year(s)and term of engagement. 2.2 Qualifications of Proposer Team. Provide an organizational chart of all personnel and consultants to be used for this project if awarded, the role that each team member will play in providing the services detailed herein and each team members' qualifications. A resume of each individual, including education, experience, and any other pertinent information, shall be included for each Proposal team member to be assigned to this contract. 2.3 Financial Capacity. Each Proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report (SQR) directly to the Procurement Contact named herein. No Proposal will be considered without receipt, by the City, of the SQR directly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the Proposer. The Proposer shall request the SQR report from D&B at: https:ll supplierportal.dnb.comlwebapplwcsl stores lservletlSupplierPortal?storeld=11696 Proposers are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each Proposer review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process. For assistance with any portion of the SQR submittal process, contact Dun &Bradstreet at 800-424-2495. ITN 2015-090-JR 10 • MIAMI Ml TAB 3 Scope of Services Proposed Submit detailed information addressing the services the Proposer is offering and how those services will achieve the requirements of the scope of services and technical requirements outlined in Appendix C, Minimum Requirements and Specifications. Responses shall be in sufficient detail and include supporting documentation, as applicable, which will allow the Evaluation Committee to complete a fully review and score the proposed scope of services. TAB 4 Approach and Methodology Submit detailed information on how Proposer plans to accomplish the required scope of services, including detailed information, as applicable, which addresses, but need not be limited to: staffing plan, ability to self-perform the work, any sub-contracting requirements, contract management, reports, quality control and risk mitigation options for assuring project is implemented on time and within budget. TAB 5 Cost Proposal Submit a completed Cost Proposal Form (Appendix D). Note: After Proposal submittal, the City reserves the right to require additional information from Proposers (or Proposer team members or sub-consultants) to determine: qualifications (including, but not limited to, litigation history, regulatory action, or additional references); and financial capability (including, but not limited to, annual reviewed/audited financial statements with the auditors notes for each of their last two complete fiscal years). Balance of Page Intentionally Left Blank ITN 2015-090-JR 11 MI M I BEACH SECTION 0400 PROPOSAL EVALUATION 1. Evaluation Committee. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Proposal in accordance with the requirements set forth in the solicitation. If further information is desired, Proposers may be requested to make additional written submissions of a clarifying nature or oral presentations to the Evaluation Committee. The evaluation of Proposals will proceed in a two-step process as noted below. It is important to note that the Evaluation Committee will score the qualitative portions of the Proposals only. The Evaluation Committee does not make an award recommendation to the City Manager. The results of Step 1 & Step 2 Evaluations will be forwarded to the City Manager who will utilize the results to make a recommendation to the City Commission. 2. Step 1 Evaluation. The first step will consist of the qualitative criteria listed below to be considered by the Evaluation Committee. The second step will consist of quantitative criteria established below to be added to the Evaluation Committee results by the Department of Procurement Management. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Proposal in accordance with the qualifications criteria established below for Step 1, Qualitative Criteria. In doing so, the Evaluation Committee may: • review and score all Proposals received, with or without conducting interview sessions; or • review all Proposals received and short-list one or more Proposers to be further considered during subsequent interview session(s) (using the same criteria). Step 1 Qualitative Criteria. Maximum Points Proposer Experience and Qualifications,including Financial Capability 25 Scope of Services Proposed 25 Approach and Methodology 25 TOTAL AVAILABLE STEP 1 POINTS 75 3. Step 2 Evaluation. Following the results of Step 1 Evaluation of qualitative criteria, the Proposers may receive additional quantitative criteria points to be added by the Department of Procurement Management to those points earned in Step 1, as follows. Step 2-Quantitative Criteria Cost Proposal 25 Veterans Preference 5 TOTAL AVAILABLE STEP 2 POINTS 30 4. Cost Proposal Evaluation. The cost Proposal points shall be developed in accordance with the following formula: Sample Objective Formula for Cost Vendor Vendor Example Maximum Formula for Calculating Points Total Cost Allowable Points (lowest cost I cost of Proposal Points Proposal (Points noted are for being evaluated X maximum Awarded illustrative purposes only. • allowable points=awarded Actual points are noted above.) points) Round to Vendor A $100.00 20 $1001$100 X 20=20 20 Vendor B $150.00 20 $1 0 0/$1 5 0 X 2 0=1 3 13 Vendor C $200.00 20 $1001$200 X 20=10 10 ITN 2015-090JR 12 AA!AA ! BEACH 5. Determination of Final Ranking. At the conclusion of the Evaluation Committee Step 1 scoring, Step 2 Points will be added to each evaluation committee member's scores by the Department of Procurement Management. Step 1 and 2 scores will be converted to rankings in accordance with the example below: Proposer A Proposer B Proposer C Step 1 Points 82 76 80 Step 2 Points 22 15 12 Committee Total 104 91 92 Member 1 Rank 1 3 2 Step 1 Points 79 85 72 Step 2 Points 22 15 12 Committee Total 101 100 84 Member 2 Rank 1 2 3 Step 1 Points 80 74 66 Step 2 Points 22 15 12 Committee Total 102 89 78 Member 2 Rank 1 2 3 Low Aggregate Score 3 7 8 Final Ranking* 1 2 3 * Final Ranking is presented to the City Manager for further due diligence and recommendation to the City Commission. Final Ranking does not constitute an award recommendation until such time as the City Manager has made his recommendation to the City Commission, which may be different than final ranking results. Balance of Page Intentionally Left Blank ITN 2015-090-JR 13 APPENDIX A MIAMI !IV" . .�. �;` � Proposal Certification , Questionnaire & Requirements Affidavit FACILITIES MAINTENANCE SERVICES . . . 2015-090-JR PROCUREMENT DIVISION 1700 Convention Center Drive Miami Beach, Florida 33139 �CIfN �ISUUJ-Jk 14 Solicitation No: Solicitation Title: 2015-090-JR Facilities Maintenance Services Procurement Contact: Tel: Email: , Joe V. Rodriguez, CPPB, FCCM 305.673.7000 x.6263 joerodriguez @miamibeachfl.gov PROPOSAL CERTIFICATION, QUESTIONNAIRE& REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Proposal Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposers of certain solicitation and contractual requirements, and to collect necessary information from Proposers in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Proposal Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME: No of Employees: No of Years in Business: No of Years in Business Locally: OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS(HEADQUARTERS): CITY: STATE: ZIP CODE: TELEPHONE NO.: TOLL FREE NO.: FAX NO.: FIRM LOCAL ADDRESS: CITY: STATE: ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: ACCOUNT REP TELEPHONE NO.: ACCOUNT REP TOLL FREE NO.: • - ACCOUNT REP EMAIL: FEDERAL TAX IDENTIFICATION NO.: The City reserves the right to seek additional information from Proposer or other source(s), including but not limited to:any firm or principal information,applicable licensure, resumes of relevant individuals,client information,financial information,or any information the City deems necessary to evaluate the capacity of the Proposer to perform in accordance with contract requirements. ITN 2015-090JR 15 • 1. Veteran Owned Business.Is Pro oser claiming a veteran owned business status? YES NO SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government,as required pursuant to ordinance 2011-3748. 2. Conflict Of Interest. All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s) of any officer, director, agent, or immediate family member (spouse,parent,sibling,and child)who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns,either directly or indirectly, an interest of ten (10%)percent or more in the Proposer entity or any of its affiliates 3. References & Past Performance. Proposer shall submit at least three (3) references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name&Title,3)Address,4)Telephone,5)Contact's Email and 6)Narrative on Scope of Services Provided. 4. Suspension, Debarment or Contract Cancellation. Has Proposer ever been debarred, suspended or other legal violation, or had a contract cancelled due to non-performance by an ublic sector agency? YES NO SUBMITTAL REQUIREMENT: If answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to action(s). 5. Vendor Campaign Contributions. Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein,including disqualification of their Proposals,in the event of such non-compliance. SUBMITTAL REQUIREMENT:Submit the names of all individuals or entities(including your sub-consultants)with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly,of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. 6. Code of Business Ethics. Pursuant to City Resolution No.2000-23879, each person or entity that seeks-to do business with the City- shall adopt a Code of Business Ethics ("Code") and submit that Code to the Procurement Management Department with its response or within five (5) days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including,among others,the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics, Proposer may submit a statement indicating that it will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics,available at www.miamibeachfl.gov/procurement/. 7. Living Wage.Pursuant to Section 2-408 of the Miami Beach City Code, as same may be amended from time to time, Proposers shall be required to pay all employees who provide services pursuant to this Agreement,the hourly living wage rates listed below: • the hourly living rate will be$11.62/Hour with health benefits of at least$1.69/Hour, and$13.31/Hour without benefits. The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation using the Consumer Price Index for all Urban Consumers(CPI-U)Miami/Ft. Lauderdale, issued by the U.S. Department of Labor's ITN 2015 96-R 16 Bureau of Labor Statistics. Notwithstanding the preceding,no annual index shall exceed three percent(3%).The City may also,by resolution,elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to implement same(in a particular year). Proposers'failure to comply with this provision shall be deemed a material breach under this proposal, under which the City may, at its sole option, immediately deem said Proposer as non-responsive, and may further subject Proposer to additional penalties and fines, as provided in the City's Living Wage Ordinance, as amended. Further information on the Living Wage requirement is available at www.miamibeachfl.gov/procurement/. LIVING WAGE REQUIREMENTS ARE ONLY APPLICABLE TO THOSE PROJECTS CONTRACTED PURSUANT TO GROUP 1 TIME AND MATERIALS)PRICING METHODOLOGY AS DETAILED IN SECTION C2.2.1 SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees to the living wage requirement. 8. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited contracts valued at over$100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks,the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive proposals, to provide"Equal Benefits"to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach,Florida;and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? YES NO B. Does your company provide or offer access to any benefits to employees with(same or opposite sex)domestic partners*or to domestic partners of employees? YES NO C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health Sick Leave Family Medical Leave __ _ . Bereavement Leave If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached)with all necessary documentation.Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at www.miamibeachfl.gov/procurement/. 9. Public Entity Crimes. Section 287.133(2)(a), Florida Statutes, as currently enacted or as amended from time to time, states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal, Proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a proposal, Proposal,or reply on a contract with a public entity for the construction or repair of a public building or public work;may not submit proposals, Proposals,or replies 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 in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of ITN 2015-090JR 17 being placed on the convicted vendor list. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees with the requirements of Section 287.133,Florida Statutes,and certifies it has not been placed on convicted vendor list. 10. Acknowledgement of Addendum. After issuance of solicitation,the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addendum may result in Proposal disqualification. Initial to Confirm Initial to Confirm Initial to Confirm Receipt Receipt Receipt Addendum 1 Addendum 6 Addendum 11 Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. Balance of Page Intentionally Left Blank ITN 2015-090JR 18 DISCLOSURE AND DISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the"City")for the recipient's convenience. Any action taken by the City in response to Proposals made pursuant to this solicitation, or in making any award, or in failing or refusing to make any award pursuant to such Proposals, or in cancelling awards, or in withdrawing or cancelling this solicitation, either before or after issuance of an award,shall be without any liability or obligation on the part of the City. In its sole discretion, the City may withdraw the solicitation either before or after receiving Proposals, may accept or reject Proposals, and may accept Proposals which deviate from the solicitation,as it deems appropriate and in its best interest. In its sole discretion,the City may determine the qualifications and acceptability of any party or parties submitting Proposals in response to this solicitation. Following submission of a Bid or Proposal, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Proposal and the applicant including, without limitation, the applicant's affiliates, officers, directors,shareholders,partners and employees,as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposers. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete.The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents, or on any permitted communications with City officials,shall be at the recipient's own risk.Proposers should rely exclusively on their own investigations, interpretations,and analyses.The solicitation is being provided by the City without any warranty or representation,express or implied, as to its content, its accuracy,or its completeness. No warranty or representation is made by the City or its agents that any Proposal conforming to these requirements will be selected for consideration,negotiation,or approval. The City shall have no obligation or liability with respect to this solicitation,the selection and the award process,or whether any award will be made.Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer, is totally relying on this Disclosure and Disclaimer,and agrees to be bound by the terms hereof. Any Proposals submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Proposal. This solicitation is made subject to correction of errors, omissions,or withdrawal from the market without notice. Information is for guidance only,and does not constitute all or any part of an agreement. The City and all Proposers will be bound only as, if and when a Proposal (or Proposals), as same may be modified, and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties.Any response to this solicitation may be accepted or rejected by the City for any reason,or for no reason,without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law,and all Proposals and supporting documents shall be subject to disclosure as required by such law. All Proposals shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposers are expected to make all disclosures and declarations as requested in this solicitation.By submission of a Proposal,the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Proposal,and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Proposal is true, accurate and complete, to the best of its knowledge,. information,and belief. Notwithstanding the foregoing or anything contained in the solicitation,all Proposers agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any action or inaction by the City with respect thereto, such liability shall be limited to$10,000.00 as agreed-upon and liquidated damages.The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. .>a..w*.:.��..o.�wz:?a;...aw.�v.;�aw.a...mz».�>. .v.uww.......;��ea..�?•eaa�..awv:..�. ..aax,.;.,...��ea. .ucaah�ayma..:�oxeao:�y,�av�,wsaa��acxm::=z.-ss.. aa�+r:,s:�aauaysma..�?.::;i.�,�.YV.auw�a„•. .va -vwuxa�.�a,.�z;.w.gas,.:-maysv¢�;e�a*amw:.ww.c.x�.ua-awsati ITN 2015-090JR 19 PROPOSER CERTIFICATION I hereby certify that: I, as an authorized agent of the Proposer, am submitting the following information as my firm's Proposal;.Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; Proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of Proposal submitted; Proposer has not divulged, discussed, or compared the Proposal with other Proposers and has not colluded with any other Proposer or party to any other Proposal; Proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this Proposal, inclusive of the Proposal Certification, Questionnaire and Requirements Affidavit are true and accurate. Name of Proposer's Authorized Representative: Title of Proposer's Authorized Representative: Signature of Proposer's Authorized Representative: Date: State of FLORIDA ) On this day of , 20_,personally appeared before me who County of ) stated that (s)he is the of , a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed. Before me: Notary Public for the State of Florida My Commission Expires: ITN 2015-090PR 20 APPENDIX B • - • / • . • " No® Form FACILITIES MAINTENANCE SERVICES 2015-090-JR PROCUREMENT DIVISION 1700 Convention Center Drive Miami Beach, Florida 33139 a . e ive= osndors o ha cen c tso e i i f 3t o ar b oes tS le° n uh ' yam e id` .- o ic at o `` at � o B aro sle c e " ate a id e Ste > `a . o t o � h soc aatan r 5:MAW Vkhalgk bit .e C M irfor tron o � �v r tf. d` a est ir no be i s o e e of 5 _l r sup ..a y utu1es®Iict ITN 2015-090JR 21 • Statement of No Bid WE HAVE ELECTED NOT TO SUBMIT A PROPOSAL AT THIS TIME FOR REASON(S) CHECKED AND/OR INDICATED BELOW: Workload does not allow us to proposal Insufficient time to respond Specifications unclear or too restrictive Unable to meet specifications Unable to meet service requirements Unable to meet insurance requirements Do not offer this product/service OTHER. (Please specify) We do_do not_want to be retained on your mailing list for future proposals of this type product and/or service. Signature: Title: Legal Company Name: Note: Failure to respond, either by submitting a proposal or this completed form, may result in your company being removed from our vendors list. PLEASE RETURN TO: CITY OF MIAMI BEACH DEPT. OF PROCUREMENT MANAGEMENT ATTN: Joe V. Rodriguez, CPPB, FCCM PROPOSAL #2015-090-JR 1700 Convention Center Drive MIAMI BEACH, FL 33139 ITN 2015-090JR 22 APPENDIX C -MI AAA " Minimum Requirements , Specifications & Special Conditions FACILITIES MAINTENANCE SERVICES. . 201 5-090-1R PROCUREMENT DIVISION 1700 Convention Center Drive Miami Beach, Florida 33139 ITN 10I5090-IR 23 C1. Minimum Requirements. The Minimum Eligibility Requirements for this solicitation are listed below. Proposer shall submit detailed verifiable information affirmatively documenting compliance with each minimum requirement. Proposers that fail to comply with minimum requirements will be deemed non-responsive and will not be considered. 1. Proposer shall provide evidence that it has provided services similar in scope to those defined herein to at last three (3) public or private sector organizations with at least 500,000 square feet in size within the last three (3)years. For each organization, Proposer shall provide: name of organization; organization contact name, telephone number and email address; and, a brief description of the work provided. 2. Proposer's primary account representative or project manager for the City shall have provided services similar in scope to those defined herein to at last one (1) public sector agencies for a period of not less than two (2) years within the last three (3) years. Provide resume of primary account representative or project manager to include the following: name of agencies serviced; agency contact name, telephone number and email address; and, a brief description of the work provided. 3. Proposer shall be licensed or retain within its staff a Florida licensed commercial general or building contractor. C2.Work Requirements. The Contractor must provide management, supervision, labor, materials, equipment, shop or construction drawings (if applicable) and supplies and shall be responsible for the efficient, effective, economical, and satisfactory operation, scheduled and unscheduled maintenance, and repair of equipment and systems for the facilities included herein (Appendix G). In general, the work shall include the following: I. Buildings 1. Structural (Walls, Beams, Stairs, Floors) 2. Doors, Gates. (proper operation, conditions) 3. Roof. (Gutters, Fascia, etc.) 4. Windows. (Seals, operation, condition, etc.) 5. Child care center playground equipment (all facilities equipment associated with a child care center is included to the extent similar equipment is included for the main facility). II. Parks 1. Structural (Walls, Beams, Stairs, Floors) 2. Doors, Gates. (proper operation, conditions) 3. Roof. (Gutters, Fascia, etc.) 4. Windows. (Seals, operation, condition, etc.) 5. Play Ground Equipment, Training Equipment,etc. 6. Benches, Tables, Grilles, Etc. Ill. Garages 1. Structural (Walls, Beams, Stairs, Floors) 2. Doors, Gates. (proper operation, conditions) 3. Roof. (Gutters, Fascia, etc.) 4. Windows. (Seals, operation, condition, etc.) IV. Beach 1. Lifeguard Stands (wood, hinges, structural) 2. Rope & Post(Condition, repairs, replacement) 3. Mobi-Mats(Condition, cleanliness, hazardous conditions) 4. Boardwalk(uplifting woods and nails, handrails, etc.) ITN 2015-O9O:IR 24 • 5. Beachwalk (Sunken or uneven pavers, planters, columns, etc.) 6. Paper and soap dispensing equipment in restrooms. 7. Dune fencing V. General: a. Cut wood pieces for the board walk, piers and other structures. b. Repairing of the city wide benches. c. Mold and cast pieces to repair several wall and floor treatment. d. Installation and Repair of bicycle stands and signs. e. Construct and repair all kind of furniture like conference tables, desks, shelving and cabinets. f. Welding, assemble and repair of fence sections. g. Molding and fabrication of sand interceptors. h. Maintain the life guard stands. i. Construction of access ramps and small bridges. j. Repair and installation of mobi-mats. The City reserves the right to add or delete facilities. Additional services may be ordered at the discretion of the Property Management for work relating to the operations, maintenance and repair or upgrade of the covered facilities, but not covered in the basic services of the contract, as described in this document. In compliance with all terms and conditions of this Agreement, the Contractor shall provide those services relating to facilities maintenance as specified herein and in any resulting agreement. As a material inducement to the City entering into any Agreement, Contractor represents and warrants that it has the qualifications, experience, and facilities necessary to properly perform the services required under this Agreement in a thorough, competent, and professional manner, and is experienced in performing the work and services contemplated herein. Contractor shall at all times faithfully, competently and to the best of its ability, experience and talent, perform all services described herein. Contractor covenants that it shall follow the highest professional standards in performing the work and services required hereunder and that all materials will be of good quality, fit for the purpose intended. The phrase "highest professional standards" shall mean those standards of practice recognized by any applicable national standard (e.g., ASTM) or one or more first-class firms performing similar work under similar circumstances. All work products are subject to review and acceptance by the City, and must be revised by the Contractor without additional charge to the City until found satisfactory and accepted by City. C2.1 Contractor will perform the following Maintenance Services: A. Interior building maintenance and repair B. Exterior building maintenance and repair(including but not limited to roofs) C. Building painting (exterior and interior) D. Plumbing repairs and restorations E. Electrical repairs and restoration F. HVAC repairs and rehabilitation C2.2 Project Costs.Any project resulting from this solicitation shall be priced in one of the following manners. C2.2.1 Time & Materials. Proposers shall provide hourly cost, for the categories of labor as identified on the Cost Proposal Form. Proposer shall also provide the mark-up for any materials(e.g., building materials, supplies or equipment) necessary for the project(s). For the purposes of this section, materials shall be defined only as those materials which are applied to or installed as part of the project (e.g., paint, ITN 2015-090-JR 25 replacement pumps, lighting, etc.) and shall remain the property of the City. Materials shall not be defined as any equipment (e.g., hand or power tools) necessary for the contractor to complete the work. The cost of the latter shall be borne by the Contractor. a. Regular Hours. Regular hours shall be defined as any work performed between 7:00 a.m. and 7:00 p.m. b. Non-Regular Hours. Non-Regular hours shall be defined as any work required by the City to be performed between 7:00 p.m. and 7:00 a.m. C2.2.2 Lump Sum Plus Administrative Mark-Up. For small construction or multi-discipline construction projects, the City may require the contractor to provide project pricing based on lump sum plus mark- up. In doing so, the contractor shall solicit at least three (3) quotes for each trade or discipline required. The contractor shall select the lowest priced quote meeting all requirements. When the lowest priced quote is not selected, the reasons for doing so must be substantiated and provided to the contract manager. The project cost shall be defined as the sum of all trades or disciplines plus the Administrative Mark-up. No further charges will be allowed for the project unless a change order is issued by the City. The Administrative Mark-up shall be applied in accordance with the following project complexity matrix: 1. Greater Than Average Complexity: Complex repairs or renovations that will involve major systems or sensitive site conditions. 2. Average Complexity: Routine maintenance and repairs with some major systems involvement or possible sensitive site conditions. 3. Less Than Average Complexity: Routine maintenance and repairs without major systems involvement or other sensitive site conditions. The Contractor and the City's Contract Manager shall consider each site condition prior to the determination of complexity. The City's Contract Manager decision as to the level of complexity shall be final and binding on both parties. C2.3 Approval Thresholds for Lump Sum Plus Administrative Mark-up Projects. • Project with costs equal to or less than $25,000 may be approved by the Project Manager. • Project with costs equal to or less than $250,000 may be approved by the City Manager. • Projects with cost exceeding $250,000 must be approved by the City Commission. C2.4-Exclusions.The following items are excluded from the scope of this project, unless approved in writing by the City. 1. Fire protection and life safety systems and equipment. 2. Maintenance of landscape irrigation systems. Locks, keycard systems, and static and dynamic bollard systems. 3. Elevator and vertical transportation systems, including locks, keycard systems, and static and dynamic bollard systems. 4. Security systems. 5. Telecommunication systems. 6. Equipment owned and operated by tenant agencies. 7. Furnishings (not installed as fixtures). 8. Kitchen appliances and equipment (but ductwork above the ceiling, grease traps with associated piping, and any fire suppression or fire alarm equipment are included in the scope). 9. Equipment owned by servicing public utilities. rs .a,.,,•c;nvF.a v.:,wnxaa..so:.c.a..m wxw am•aiow� escawavr:^c....sss�.aw?,,x.;;.2e. n,xw�va.:aa:*mwc��eace-:.naa>a� ev7r-::.e%a�-s�..'e:�z:Yea,.eonae:oa.:.w:wxaasxr:waaw,e.o.caw<;•.::, .:.2•...:.wa��,oxex+a?, ITN 2015-O9OJR 26 10. Fitness center equipment. 11. Lawn sprinkler heads. 12. Locksmith services C3. SPECIAL TERMS AND CONDITIONS. C3.1 TERM OF CONTRACT. The term of this contract will be for three (3) years, with the City having the sole option to renew the contract with the contractor for one-year extensions for an additional two years. The contract is subject to and contingent upon funds being appropriated by the City Council for each fiscal year. If such appropriations are not made, the contract shall automatically terminate without penalty to the City. C3.2 ASSIGNMENT AND SUBCONTRACTORS. The experience, knowledge, capability and reputation of Contractor, its principals and employees were a substantial inducement for the City to enter into this Agreement. Therefore, Contractor shall not contract with any other entity to perform in whole or in part the services required hereunder without the express written approval of the City. In addition, neither this Agreement nor any interest herein may be transferred, assigned, conveyed, hypothecated or encumbered voluntarily or by operation of law, whether for the benefit of creditors or otherwise, without the prior written approval of City. Transfers restricted hereunder shall include the transfer to any person or group of persons acting in concert of more than twenty five percent (25%) of the present ownership and/or control of Contractor, taking all transfers into account on a cumulative basis. In the event of any such unapproved transfer, including any bankruptcy proceeding, this Agreement shall be void. No approved transfer shall release the Contractor or any surety of Contractor of any liability hereunder without the express consent of City. C3.3 NOTICE OF LABOR DISPUTE. Whenever Contractor has knowledge that any actual or potential labor dispute may delay the award of this RFP, Contractor shall immediately notify and submit all relevant information to the City of Bell. Contractor shall insert the substance of this entire clause in any subcontract hereunder. C3.4 PERFORMANCE DURING DISPUTES. Unless otherwise directed by the City Manager, successful Contractor shall continue performance under the Agreement while matters in dispute are being resolved. C3.5 ASSUMPTION OF RISK OF LOSS. Unless otherwise provided, Contractor shall have title to and bear the risk of loss of or damage to the items purchased hereunder until they are delivered in conformity as outlined in the RFP at the F.O.B. point specified herein, and upon such delivery Contractor's responsibility for loss or damage shall cease, except for loss or damage resulting from Contractor's negligence. C3.6 ANNUAL COST ADJUSTMENT. At the request of the Contractor, the City may consider cost adjustments for the second and subsequent years will be made to the Contractors annual prices using the annual indexes of the "Consumer Price Index for Miami Area as published by the U.S. Department of Labor, Bureau of Labor Statistics. This adjustment may be made in first month of each new contract year if agreed to by the City. If the City denies a request for cost adjustment, the Contractor shall be obligated to continue work at the then current rates. C3.7 Records. a. Cost Records. Contractor shall maintain all books, documents, papers, employee time sheets, ITN 2015-090-JR 27 accounting records, and other evidence pertaining to the costs while performing under this agreement and shall make such materials available at its office at all reasonable times during the term of this agreement and for three.(3) years from the date of final payment for inspection by the City and copies of thereof shall be promptly furnished to the City upon request. b. Environmental Compliance Records. Contractor shall also maintain adequate records to demonstrate compliance with Best Management Practices and established environmental standards. c. Inspection of Records. The City reserves the right to audit all of the Contractor's records related to the work performed under this contract. C3.8 Reports and Communications a. Incident Reports. The successful contractor shall be required to complete "Incident Reports" arising out of any unusual occurrences during performance of this contract. Such reports must be submitted to City of Bell for review within forty-eight (48) hours and shall be submitted after incidents such as complaints, requests, damaged personal and/or public property, or environmentally sensitive discharges and observations within the public right of way. b. Accident Reports. Any vehicle accidents or personal injury occurring during or as a result of this contract shall be reported to City of Bell by telephone immediately during normal business hours or not later than 8:00 a.m. the following day (regardless of the amount of damage or lack thereof) and a police report must be immediately obtained from law enforcement agency that responded to accident. The Contractor must submit written Accident Reports to the City within twenty-four(24)hours of any accident. c. Management Reports. The Contractor shall furnish a report with each month's billing giving the amount and type of work completed, the location of the work completed, and any and all materials and equipment utilized in the completion of the work. The contractor will also provide any additional reports requested by the City. d. Criticism and Initiative. The Contractor shall work closely with the City to make the service as responsive, cost effective, and complaint-free as possible. Contractor shall also make recommendations to the City for maintenance work that may be required as part of maintenance and operations of the public infrastructure. e. Complaints. The contractor shall institute a procedure for receiving, logging and resolving customer and citizen complaints by collecting pertinent information and deriving a resolution. Complaints and their resolution shall be reported to the City of Bell within 10 days of their receipt. C3.9 Personnel Practices a. Fair Employment Practices. The Contractor must not discriminate in its recruitment, hiring, promotion, demotion or termination practices on the basis of race, religious creed, color, national origin, ancestry, gender, age or physical disability in the performance of any Agreement with the City, and shall comply with the provisions of the State Fair Employment Practices Act, the Federal Rights Act of 1964 and all amendments thereto, and the Americans with Disabilities Act of 1990. Proposal shall include a brief statement of intent to comply with the aforementioned laws. b. Safety and Training. Proposal shall include a description of a comprehensive safety plan that the Contractor has adopted and that demonstrates the Contractor's commitment to work safety. c. Contractor shall also comply with California Department of Motor Vehicles (DMV) " Pull Notice" Practices Program if applicable to the operating of all equipment. d. Contractor shall comply with any mandatory drug testing procedures required by the California ITN 2015-090J R 28 Department of Transportation for any employee operating a vehicle requiring a commercial driver's license used in the provision of the services specified in this Request for Proposals. C3.10 Equipment a. Contractor shall furnish sufficient Equipment to permit the proper completion of the work as specified in this Request for Proposals. Such Equipment shall comply with the rules and standards established by the South Coast Air Quality Management District section 1186 and 1186.1 and any rules adopted during the term of the contract. b. Contractor shall furnish sufficient materials to complete each maintenance, restoration, or rehabilitation project to the standards acceptable to the City andto the Standards and Specifications as identified in the latest Edition of the Uniform Building Code, Uniform Electric Code, and Uniform Plumbing Code. c. Telephone. Contractor shall furnish a telephone number to receive customer comments and requests regarding the Services required in this Request for Proposals. Personnel shall be available to answer this telephone from 7:00 AM to 6:00 PM Monday through Friday except those days designated by the City of Bell as official Holidays. C3.11 Penalties and Incentives a. Service Complaint Penalties. Contractor will be allowed no more than three substantiated complaints per month regarding work that has been completed by the contractor. The City will levy a$100.00 penalty for each substantiated complaint above that threshold. b. Service Incentives. i. The City desires that the Contractor seek to optimize the provision of the services specified herein. Should the Contractor furnish the services at a fixed unit cost less than the bid amount, then the City and the Contractor shall split the amount of the cost reduction fifty-fifty thereby providing the Contractor with an incentive for any efficiency achieved. ii. The above referred efficiency shall not cause any reduction in the quality of the work to be completed, or the safety of the public during the completion of the work. C3.12 Equipment To Be Furnished. The Contractor is responsible to provide and maintain all equipment needed to furnish the services specified herein comparable.with the equipment currently being used in the industry. C3.13 Work Plan And Budget. Contractor shall meet with the Designated City Representative weekly to discuss and establish the work schedule and priorities for the week. The work schedule may be adjusted throughout the week to meet changing demands and budget. C3.14 Contractor Availability. Contractor and the Contractor's crews/personnel are to act as an extension of City staff, and as such, must be available to work nights and weekends if required. C3.15 Licenses, Permits, Fees And Assessments. Contractor shall obtain at its sole cost and expense such licenses and certifications as may be required by law for the performance of the services required by this Agreement. Contractor shall have the sole obligation to pay for any fees, assessments and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the Contractor's performance of the services required by this Agreement, and shall indemnify, defend and hold harmless City, its officers, employees or agents of ITN 201 5-090-F 29 City, against any such fees, assessments, taxes penalties or interest levied, assessed or imposed against City hereunder. Contractor shall obtain all permits, to be reimbursed by the City, as may be required by law for the performance of the services required by this Agreement. C3.16 Care Of Work. The Contractor shall adopt reasonable methods during the life of the Agreement to furnish continuous protection to the work, and the equipment, materials, papers, documents, plans, studies and/or other components thereof to prevent losses or damages, and shall be responsible for all such damages, to persons or property, until acceptance of the work by City, except such losses or damages as may be caused by City's own negligence. C3.17 Warranty. Contractor warrants all Work under the Agreement (which for purposes of this Section shall be deemed to include unauthorized work which has not been removed and any non- conforming materials incorporated into the Work) to be of good quality and free from any defective or faulty material and workmanship. Contractor agrees that for a period of one year (or the period of time specified elsewhere in the Agreement or in any guarantee or warranty provided by any manufacturer or supplier of equipment or materials incorporated into the Work, whichever is later) after the date of final acceptance, Contractor shall within ten (10) days after being notified in writing by the City of any defect in the Work or non-conformance of the Work to the Agreement, commence and prosecute with due diligence all Work necessary to fulfill the terms of the warranty at his sole cost and expense. Contractor shall act sooner as requested by the City in response to an emergency. In addition, Contractor shall, at its sole cost and expense, repair and replace any portions of the Work (or work of other contractors) damaged by its defective Work or which becomes damaged in the course of repairing or replacing defective Work. For any Work so corrected, Contractor's obligation hereunder to correct defective Work shall be reinstated for an additional one year period, commencing with the date of acceptance of such corrected Work. Contractor shall perform such tests as the City may require to verify that any corrective actions, including, without limitation, redesign, repairs, and replacements comply with the requirements of the Agreement. All costs associated with such corrective actions and testing, including the removal, replacement, and reinstitution of equipment and materials necessary to gain access, shall be the sole responsibility of the Contractor. All warranties and guarantees of subcontractors, suppliers and manufacturers with respect to any portion of the Work, whether express or implied, are deemed to be obtained by Contractor for the benefit of the City, regardless of whether or not such warranties and guarantees have been transferred or assigned to the City by separate agreement and Contractor agrees to enforce such warranties and guarantees, if necessary, on behalf of the City. In the event that Contractor fails to perform its obligations under this Section, or under any other warranty or guaranty under this Agreement, to the reasonable satisfaction of the City, the City shall have the right to correct and replace any defective or non- conforming Work and any work damaged by such work or the replacement or correction thereof at Contractor's sole expense. Contractor shall be obligated to fully reimburse the City for any expenses incurred hereunder upon demand. This provision may be waived if the services hereunder do not include construction of any improvements or the supplying of equipment or materials. C3.18 Additional Services. City shall have the right at any time during the performance of the services, without invalidating this Agreement, to order extra work beyond that is specified in the Scope of Services or make changes by altering, adding to or deducting from said work. No such extra work may be undertaken unless a written order is first given by the Contract Officer to the Contractor, incorporating therein any adjustment in (i) the Agreement Sum, and/or (ii) the time to perform this Agreement, which said adjustments are subject to the written approval of the Contractor. Any increase in compensation of up to five percent (5%) of the Agreement Sum or $25,000, whichever ITN 2015-090JR 30 is less; or in the time to perform of up to one hundred eighty (180) days may be approved by the Contract Officer. Any greater increases, taken either separately or cumulatively must be approved by the City Manager. C3.19 Schedule of Performance. Contractor shall commence the services pursuant to this Agreement upon receipt of a written notice to proceed and shall perform all services within the time period(s) established in the "Schedule of Performance" attached hereto as Exhibit "C" and incorporated herein by this reference. When requested by the Contractor, extensions to the time period(s) specified in the Schedule of Performance may be approved in writing by the Contract Officer but not exceeding one hundred eighty(180)days cumulatively. C3.20 Force Majeure. The time period(s) specified in the Schedule of Performance for performance of the services rendered pursuant to this Agreement shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of the Contractor, including, but not restricted to, acts of God or of the public enemy, unusually severe weather, fires, earthquakes, floods, epidemics, quarantine restrictions, riots, strikes, freight embargoes, wars, litigation, and/or acts of any governmental agency, including the Agency, if the Contractor shall within ten (10) days of the commencement of such delay notify the Contract Officer in writing of the causes of the delay. The Contract Officer shall ascertain the facts and the extent of delay, and extend the time for performing the services for the period of the enforced delay when and if in the judgment of the Contract Officer such delay is justified. The Contract Officer's determination shall be final and conclusive upon the parties to this Agreement. In no event shall Contractor be entitled to recover damages against the City for any delay in the performance of this Agreement, however caused, Contractor's sole remedy being extension of the Agreement pursuant to this Section. C3.21 Inspection and Final Acceptance. City may inspect and accept or reject any of Contractor's work under this Agreement, either during performance or when completed. City shall reject or finally accept Contractor's work within forth five (45) days after submitted to City. City shall accept work by a timely written acceptance, otherwise work shall be deemed to have been rejected. City's acceptance shall be conclusive as to such work except with respect to latent defects, fraud and such gross mistakes as amount to fraud. Acceptance of any work by City shall not constitute a waiver of any of the provisions of this Agreement including, but not limited to, Section X, pertaining to indemnification and insurance, respectively. 03.22 Status of Contractor. Contractor shall have no authority to bind City in any manner, or to incur any obligation, debt or liability of any kind on behalf of or against City, whether by contract or otherwise, unless such authority is expressly conferred under this Agreement or is otherwise expressly conferred in writing by City. Contractor shall not at any time or in any manner represent that Contractor or any of Contractor's officers, employees, or agents are in any manner officials, officers, employees or agents of City. Neither Contractor, nor any of Contractor's officers, employees or agents, shall obtain any rights to retirement, health care or any other benefits which may otherwise accrue to City's employees. Contractor expressly waives any claim Contractor may have to any such rights. C3.23 Contract Manager. The Contract Manager shall be the City's representative for any resulting agreement. It shall be the Contractor's responsibility to assure that the Contract Manager is kept informed of the progress of the performance of the services and the Contractor shall refer any decisions which must be made by City to the Contract Manager. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the Contract Manager. ITN 2015-090-JR 31 C3.24 Independent Contractor. Neither the City nor any of its employees shall have any control over the manner, mode or means by which Contractor, its agents or employees, perform the services required herein, except as otherwise set forth herein. City shall have no voice in the selection, discharge, supervision or control of Contractor's employees, servants, representatives or agents, or in fixing their number, compensation or hours of service. Contractor shall perform all services required herein as an independent contractor of City and shall remain at all times as to City a wholly independent contractor with only such obligations as are consistent with that role. Contractor shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. City shall not in any way or for any purpose become or be deemed to be a partner of Contractor in its business or otherwise or a joint venturer or a member of any joint enterprise with Contractor. C3.25 Prohibition against Subcontracting or Assignment. The experience, knowledge, capability and reputation of Contractor, its principals and employees were a substantial inducement for the Agency to enter into this Agreement. Therefore, Contractor shall not contract with any other entity to perform in whole or in part the services required hereunder without the express written approval of the Agency. In addition, neither this Agreement nor any interest herein may be transferred, assigned, conveyed, hypothecated or encumbered voluntarily or by operation of law, whether for the benefit of creditors or otherwise, without the prior written approval of Agency. Transfers restricted hereunder shall include the transfer to any person or group of persons acting in concert of more than twenty five percent (25%) of the present ownership and/or control of Contractor, taking all transfers into account on a cumulative basis. In the event of any such unapproved transfer, including any bankruptcy proceeding, this Agreement shall be void. No approved transfer shall release the Contractor or any surety of Contractor of any liability hereunder without the express consent of Agency. C3.26 Reports. Contractor shall periodically prepare and submit to the Contract Officer such reports concerning the performance of the services required by this Agreement as the Contract Officer shall require. Contractor hereby acknowledges that the City is greatly concerned about the cost of work and services to be performed pursuant to this Agreement. For this reason, Contractor agrees that if Contractor becomes aware of any facts, circumstances, techniques, or events that may or will materially increase or decrease the cost of the work or services contemplated herein or, if Contractor is providing design services, the cost of the project being designed, Contractor shall promptly notify the Contract Officer of said-fact, circumstance, technique or'event and the estimated increased or decreased cost related thereto and, if Contractor is providing design services, the estimated increased or decreased cost estimate for the project being designed. C3.27 Ownership of Documents. All drawings, specifications, maps, designs, photographs, studies, surveys, data, notes, computer files, reports, records, documents and other materials (the "documents and materials") prepared by Contractor, its employees, subcontractors and agents in the performance of this Agreement shall be the property of City and shall be delivered to City upon request of the Contract Officer or upon the termination of this Agreement, and Contractor shall have no claim for further employment or additional compensation as a result of the exercise by City of its full rights of ownership use, reuse, or assignment of the documents and materials hereunder. Any use, reuse or assignment of such completed documents for other projects and/or use of uncompleted documents without specific written authorization by the Contractor will be at the City's sole risk and without liability to Contractor, and Contractor's guarantee and warranties shall not extend to such ITN 2015-090JR 32 • use, revise or assignment. Contractor may retain copies of such documents for its own use. Contractor shall have an unrestricted right to use the concepts embodied therein. All subcontractors shall provide for assignment to City of any documents or materials prepared by them, and in the event Contractor fails to secure such assignment, Contractor shall indemnify City for all damages resulting therefrom. Balance of Page Intentionally Left Blank ITN 2015-090-jR 33 APPENDIX D M I Mj \ 10. Cost FACILITIES MAINTENANCE SERVICES 2015-090-JR . . PROCUREMENT DIVISION 1700 Convention Center Drive Miami Beach, Florida 33139 Miami Beach ITN 2015-090-JR Appendix D—Page 1 ITN 2015-090JR 34 COST PROPOSAL FORM (APPENDIX D) Failure to submit Section 5,Bid Price Form, in its entirety and fully executed by the deadline established for the receipt of proposals will result in Proposal being deemed non-responsive and being rejected. Bidder affirms that the prices stated on the proposal price form below represents the entire cost of the items in full accordance with the requirements of this ITN, inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays,taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance.The Bid Price Form(Section'5)shall be completed mechanically or, if manually, in ink. Cost Proposal Forms completed in pencil shall be deemed non-responsive.All corrections on the Cost Proposal Forms shall be initialed. GROUP I PROJECT COSTS—TIME AND MATERIAL(SEE SECTION 2.2.1) Estimated Annual Description Service Hours Total Grou• Item A B U/M Unit Cost A X B 1A Hourl Rate-Re.ular 5,000 Hourly Rate $ $ 1B Hourl Rate—Non-Re.ular 1,000 Hourly Rate $ $ Estimated Annual Gross Administrative Mark-up for Net Cost for Costs Equipment and Supplies Materials Grou• Item Descri•tion A B A X B 1C Materials $50,000 % $ Total Group 1(1A+ 1B-+1C) $ GROUP 2 PROJECT COSTS-LUMP SUM PLUS ADMINISTRATIVE MARK-UP(SEE SECTION 2.2,2) Estimated Annual Administrative Mark-up Aggregate for Equipment and Net Cost for Project Costs Supplies Materials Group Item Description (A) (B) (A X B) Projects with Less than 2A Average Complexity $250,000 $ Projects with Average 2B Complexity $500,000 $ Projects with Greater than 2C Avera•e Com•lexi $250,000 $ Total Grou•2 2A+2B+2C $ Total Proposed Costs(Group 1 Cost+Group 2 Cost)* $ *Total Proposed Cost shall be the basis for the calculation of cost points during the evaluation process. Bidder's Affirmation - Company: Authorized Representative: Address: Telephone: Email: Authorized Representative's Signature: ITN 2015-090-JR 35 APPENDIX E MIAMI HI- Insurance Requirements FACILITIES MAINTENANCE SERVICES 201 5-090-JR PROCUREMENT DIVISION 1700 Convention Center Drive Miami Beach, Florida 33139 IN 20150901 36 MIAMI ft, -11 INSURANCE REQUIREMENTS The vendor shall furnish to the Department of Procurement, City of Miami Beach, 1700 Convention Center Drive, 3rd Floor, Miami Beach, Florida 33139, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: A. Worker's Compensation Insurance for all employees of the vendor as required by Florida Statute 440. B. Commercial General Liability Insurance on a comprehensive basis, to include Contractual Liability, and Products/Completed Operations, in an amount not less than $500,000 combined single limit per occurrence for bodily injury and property damage. City of Miami Beach must be included as an additional insured with respect to this coverage. C. Automobile Liability Insurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $500,000 combined single limit per occurrence for bodily injury and property damage. Insurance required above must include a Waiver of Subrogation in favor of the City. 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 "B" 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, subject to the approval of the City Risk Management Division. or The company must hold a valid Florida Certificate of Authority as shown in the latest "List of All Insurance Companies Authorized or Approved to Do Business in Florida" issued by the State of Florida Department of Insurance and are members of the Florida Guaranty Fund. Certificates will indicate no modification or change in insurance shall be made without thirty (30) days in advance notice to the certificate holder. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH 1700 CONVENTION CENTER DRIVE 3rd FLOOR MIAMI BEACH, FL 33139 Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. The City of Miami Beach is self-insured.Any and all claim payments made from self-insurance are subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable Statutes. ITN 2015-090JR 37 APPENDIX F M AM I to- Listing of Facilities FACILITIES MAINTENANCE SERVICES 2015-090-JR PROCUREMENT DIVISION 1700 Convention Center Drive Miami Beach, Florida 33139 IN 2015090JR 38 APPENDIX F Property Management Locations Addresses&Hours of Operation Now kvat*.v.044skiatM uea€£bnTskn , on � ?�' eeatFan -tea::. . BEACH MAINT RESTROOMS L-2200-1ST ST-RESTROOMS 1ST ST&OCEAN DR-RESTROOMS BEACH MAINT RESTROOIvMS L-2201-3RD ST-RESTROOMS 3RD ST&OCEAN DR-RESTROOMS BEACH MAINT RESTROOMS L-2202-6TH ST-RESTROOMS 6TH ST&OCEAN DR-RESTROOMS BEACH MAINT RESTROOMS L-2203-IOTH ST-RESTROOMS 10TH ST&OCEAN DR-RESTROOMS BEACH MAINT RESTROOMS L-2204-14TH ST-RESTROOMS 14TH ST&OCEAN DR-RESTROOMS BEACH MAINT RESTROOMS L-2205-21ST ST-RESTROOMS 21ST ST&OCEAN DR-RESTROOMS BEACH MAINT RESTROOMS L-2206-46TH ST-RESTROOMS 46TH ST&OCEAN DR-RESTROOMS BEACH MAINT RESTROOMS L-2207-53RD ST-RESTROOMS 53RD ST&OCEAN DR-RESTROOMS BEACH MAINT RESTROOMS L-2208-64TH ST-RESTROOMS 64TH ST&OCEAN DR-RESTROOMS BEACH MAINT RESTROOMS L-2209-73RD ST-RESTROOMS 73RD ST&OCEAN DR-RESTROOMS BEACH MAINT RESTROOMS L-2210-8IST ST-RESTROOMS 81ST ST&OCEAN DR-RESTROOMS BEACH MAINT RESTROOMS L-221 I-83RD ST-RESTROOMS 83RD ST&OCEAN DR-RESTROOMS BEACH MAINT RESTROOMS L-2212-85TH ST-RESTROOMS 85TH ST&OCEAN DR-RESTROOMS BEACH MAINT RESTROOMS L-2213-35TH ST RESTROOM 35TH ST&OCEAN DR-RESTROOMS MIAMI CITY BALLET L-2122-MIAMI CITY BALLET 2200 LIBERTY AVENUE '???'?? PM 1755 MERIDIAN IST-FLOOR-1755 MERIDIAN 1755 MERIDIAN AVE-I-4 FLOORS 8am-5pm PM 21ST COMM CENTER L-I 100-2100 WASHINGTON AVE-REC CULTURE REC CULTURE-PARKS 2100 WASHINGTON AVE-OFFICE 8am-4pm PM 21ST COMM CENTER L-I 160-2100 WASHINGTON AVE-OFFICE 2100 WASHINGTON AVE-OFFICE PM 21ST COMM CENTER L-I 160A-2100 WASHINGTON AVE-BANDSHELL 2100 WASHINGTON AVE-BANDSHELL PM 2IST COMM CENTER L-I 160B-2100 WASHINGTON AVE-ACORN THEATER 2100 WASHINGTON AVE-ACORN THEATER PM 2I ST COMM CENTER L-I I60C-2100 WASHINGTON AVE-CHESS CLUB 2100 WASHINGTON AVE-CHESS CLUB PM 21ST COMM CENTER L-I 160D-2100 WASHINGTON AVE-LITTLE STAGE 2100 WASHINGTON AVE-LITTLE STAGE PM 2l ST COMM CENTER L-I 160E-2100 WASHINGTON AVE-AUDITORIUM 2100 WASHINGTON AVE-AUDITORIUM PM 555 BUILDING IST-FLOOR-555 17TH ST 555 17TH ST-1ST FLOOR 7am-5pm:CC 24/7 PM 555 BUILDING L-0355A-COMMUNITY AFFAIRS 555 17TH STREET-1ST FLOOR PM 777 BUILDING 2ND-FLOOR-777 17TH ST 777 17TH ST-2ND FLOOR 7am-7pm PM 777 BUILDING 3RD-FLOOR-777 17TH ST 778 17TH ST-3RD FLOOR PM 777 BUILDING 4TH-FLOOR-777 17TH ST 779 17TH ST-4TH FLOOR PM 777 BUILDING 5TH-FLOOR-777 17TH ST 780 17TH ST-5TH FLOOR PM ADMIN L-I400A-PM-CARP/ELECTSHOP 1245 MICHIGAN AVE-CARP/ELECT SHOP 7am-7pm PM ADMIN L-I400B-PM-TRAILER 1245 MICHIGAN AVE-TRAILER PM ADMIN L-I400C-PM AC/PAINT/PL SHOPS 1245 MICHIGAN AVE AC/PAINT/PLUMB SHOPS PM ADMIN L-1400D-PM-CITYWIDE 1245 MICHIGAN AVE-CITYWIDE PM ADMIN L-1400E-PM-COMMONAREAS 1245 MICHIGAN AVE-COMMON AREAS PM ADMIN L-1400F-PM HURRICANE 1245 MICHIGAN AVE CITYWIDE HURRICANE PREP PM ADMIN L-1400G-PM-OFFICE 1245 MICHIGAN AVE-OFFICE PM ADMIN L-1400-PM 1245 MICHIGAN AVE PM ADMIN L-1401-PM LEAVE TIME 1245 MICHIGAN.AVE LEAVE TIME ONLY PM ART FILMS L-0303A-ARTS-FILM 1755 1755 MERIDIAN AV-5TH FLOOR PM ART FILMS L0303-ARTS-FILM 555 555 17TH ST-IST FLOOR PM BASS MUSEUM L-I901A-BM-BASSARTSCHOOL-CFISHER 2121 PARK AVENUE-ART SCHOOL 8am-4:30pm PM BASS MUSEUM L-1901-BM-OFFICE 2121 PARK AVENUE-OFFICE IPM BEACH PATROL L-0800A-BEACH PTRL-MINI H 72ND ST&OCEAN DRIVE-OFFICE/STORAGE 8am-5pm �� PM BEACH PATROL L-08008-BEACH PATROL/SO PNT/PK SOUTH POINTE PARK 8am-4pm PM BEACH PATROL L-0800-BEACH PATROL HQ 1001 OCEAN DRIVE-OFFICE 8am-5pm PM BEACH PATROL L-0800C-BEACH PATROL/SO PNT/PK SOUTH POINTE PARK PM BEACH PATROL L-0860-BEACH PATROL-JETTY JETTY LIFEGUARD STAND-BEACH PATROL PM BM CITYWIDE L-2245-SEAWALL CITYWIDE SEAWALL CORAL ROCK WALL PM BM CITYWIDE L-2246-BEACH ENTRANCE CITYWIDE BEACH ENTRANCE MAINT-ROPES 7 POSTS PM BM CITYWIDE L-2247-MOB MAT MAINT CITYWIDE •OB1 MAT MAINT ON BEACHES PM BM SHOWER L-2214-IST ST-SHOWER 1ST STREET-SHOWER/FOOTBATH PM BM SHOWER L-2215-3RD ST-SHOWER 3RD STREET-SHOWERJFOOTBATH PM BM SHOWER L-2216-4TH ST-SHOWER 4TH STREET-SHOWER/FOOTBATH PM BM SHOWER L-2217-6TH ST-SHOWER 6TH STREET-SHOWER/FOOTBATH PM BM SHOWER L-2218-7TH ST-SHOWER 7TH STREET-SHOWER/FOOTBATH PM BM SHOWER L-2219-8TH ST-SHOWER 8TH STREET-SHOWER/FOOTBATH PM BM SHOWER L-2220-9TH ST-SHOWER 9TH STREET-SHOWER/FOOTBATH ,PM BM SHOWER L-2221-10TH ST-SHOWER 10TH STREET-SHOWER/FOOTBATH PM BM SHOWER L-2222-1 ITH ST-SHOWER 1 ITH STREET-SHOWER/FOOTBATH PM BM SHOWER L-2223-12TH ST-SHOWER 12TH STREET-SHOWER/FOOTBATH PM BM SHOWER L-2224-13TH ST-SHOWER 13TH ST-SHOWER/FOOTBATH PM BM SHOWER L-2225-14TH ST-SHOWER 14TH STREET-SHOWER/FOOTBATH PM BM SHOWER L-2226-I6TH ST-SHOWER 16TH STREET-SHOWER/FOOTBATH PM BM SHOWER L-2227-2ITH ST-SHOWER 2ITH STREET-SHOWER/FOOTBATH FPM BM SHOWER L-2228-27TH ST-SHOWER 27TH STREET-SHOWERJFOOTB.ATH PM BM SHOWER L-2229-29TH ST-SHOWER 29TH STREET-SHOWERJFOOTBATH PM BM SHOWER L-2230-35TH ST-SHOWER 35TH STREET-SHOWER/FOOTBATH PM BM SHOWER L-2231-43TH ST-SHOWER 43TH STREET-SHOWER/FOOTBATH PM BM SHOWER L-2232-53TH ST-SHOWER 53TH STREET-SHOWER/FOOTBATH PM BM SHOWER L-2233-64TH ST-SHOWER 64TH STREET-SHOWER/FOOTBATH • ITN 2015-090-JR 39 • Property Management Locations-Hours of Operation e. d.. 4 G �r �, s p a' ; '•f PM BM SHOWER L-2234-46TH ST-SHOWER 46TH STREET-SHOWERJFOOTBATH PM BM SHOWER L-2235-18TH ST-SHOWER 18TH STREET-SHOWER/FOOTBATH PM BM SHOWER L-2236-69TH ST-SHOWER 69TH STREET-SHOWERJFOOTBATH PM BM SHOWER L-2237-71ST ST-SHOWER 71ST STREET-SHOWER/FOOTBATH PM BM SHOWER L-2238-73RD ST-SHOWER 73RD STREET-SHOWER/FOOTBATH PM BM SHOWER L-2239-74TH ST-SHOWER 74TH STREET-SHOWER/FOOTBATH PM BM SHOWER L-2240-76TH ST-SHOWER 76TH STREET-SHOWER/FOOTBATH PM BM SHOWER L-2241-83RD ST-SHOWER 83RD STREET-SHOWER/FOOTBATH PM BM SHOWER L-2242-85TH ST-SHOWER 85TH STREET-SHOWER/FOOTBATH PM BM SHOWER L-2243-87TH ST-SHOWER 87TH STREET-SHOWER/FOOTBATH I LPM CHAMBERS -0332A-CH-A/C-CHAMBERS 1700 CONVNETION CENTER DR-1ST FL PM CHAMBERS L-0332B-CH-A/C-CHAMBERS 1700 CONVNETION CENTER DR-2ND FL PM CHAMBERS L-0332C-CH-A/C-CHAMBERS 1700 CONVNETION CENTER DR-3RD FL 'PM CHAMBERS L-0332-CH-A/C-CHAMBERS 1700 CONVNETION CENTER DR-I-4 FL PM CHAMBERS L-0332D-CH-A/C-CHAMBERS 1700 CONVNETION CENTER DR-4TH FL PM CHAMBERS L-0333A-CH-PLUMB-CHAMBERS 1700 CONVNETION CENTER DR-1ST FL PM CHAMBERS L-0333B-CH-PLUMB-CHAMBERS 1700 CONVNETION CENTER DR-1ST FL MECH ROOM PM CHAMBERS L-0333C-CH-PLUMB-CHAMBERS 1700 CONVNETION CENTER DR-2ND FL PM CHAMBERS L-0333-CH-PLUMB-CHAMBERS 1700 CONVNETION CENTER DR-I-4 FL PM CHAMBERS L-0333D-CH-PLUMB-CHAMBERS 1700 CONVNETION CENTER DR-3RD FL PM CHAMBERS L-0333E-CH-PLUMB-CHAMBERS 1700 CONVNETION CENTER DR-4TH FL PM CHAMBERS L-0333F-CH-PLUMB-CHAMBERS 1700 CONVNETION CENTER DR-OUTSIDE PM CHAMBERS L-0334-CH-ELECT-CHAMBERS 1700 CONVNETION CENTER DR-I-4 FL PM CHAMBERS L-0335-CH-MAINT-CHAMBERS 1700 CONVNETION CENTER DR-I-4 FL PM CHAMBERS L-0335-CH-PAINT-CHAMBERS 1700 CONVNETION CENTER DR-I-4 FL PM CITY HALL L-0100-MAYORS OFFICE MAYORS OFFICE 8am-5pm PM CITY HALL L-0200-CITY CLERK CITY CLERK PM CITY HALL L-0201-MEDIA RELATIONS 1700 CONVENTION CENTER DR-1ST FLOOR PM CITY HALL L-0210-CITY CLERK/SPEC. CITY CLERK/SPECIAL M 1ST FLOOR PM CITY HALL L-0300-CITY MANAGER-S OFFICE 1700 CONVENTION CENTER DR-4TH FLOOR PM CITY HALL L-0303A-ARTS-FILM/SPC EVENTS 1755 MERIDIAN AVE-5TH FLOOR PM CITY HALL L-0303ARTS-FILM/SPC EVENTS 555 17TH ST-1ST FLOOR PM CITY HALL L-0304-MANAGEMENT-BUDGET 1700 CONVENTION CENTER DR-3RD FLOOR PM CITY HALL L-0305-COMM/ECO DEVELOPMENT 1700 CONVENTION CENTER DR-3RD FLOOR PM CITY HALL L-0306-FINANCE/ADMIN(360) 1700 CONVENTION CENTER DR-3RD FLOOR PM CITY HALL L-0307-RISK MANAGEMENT 1700 CONVENTION CENTER DR-3RD FLOOR PM CITY HALL L-0308-FIN/RESORT 1700 CONVENTION CENTER DR-3RD FLOOR PM CITY HALL L-0309-DADE CNTY COMMISIONER 1700 CONVENTION CENTER DR-1ST FLOOR PM CITY HALL L-0310-ORGANIZATIONAL DEVELPMT 1700 CONVENTION CENTER DR-2ND FLOOR PM CITY HALL L-0320-PLAN-HIST PRES D 1700 CONVNETION CENTER DR-2ND FLOOR PM CITY HALL L-0322-BUILDING DEPT 1700 CONVNETION CENTER DR-2ND FLOOR PM CITY HALL L-0326-PROCUREMENT 1700 CONVNETION CENTER DR-2ND FLOOR PM CITY HALL L-0327A-CODE COMPLIANCE 555 17TH ST-2ND FLOOR PM CITY HALL L-0327-CODE COMPLIANCE 555 17TH ST-1ST FLOOR PM CITY HALL L-0327-COMM/FCO 1700 CONVENTION CENTER-3RD FLOOR PM CITY HALL L-0330-CITY ATTORNEY/LEGAL 1700 CONVENTION CENTER DR-4TH FLOOR PM CITY HALL L-0331-HR/PERSONNEL 1700 CONVENTION CENTER DR-3RD FLOOR PM CITY HALL L-0340-GENERAL PENSION 1700 CONVENTION CENTER DR-1ST FLOOR PM CITY HALL L-0350-FIN/ACCTG(362)-PAY 1700 CONVENTION CENTER DR-3RD FLOOR PM CITY HALL L-0351A-FIN/REV-UTBILLING 1755 MERIDIAN AVE-1ST FLOOR PM CITY HALL L-0351-FIN/REV-UTBILLING 1700 CONVENTION CTR DR-1ST FLOOR PM CITY HALL L-0352-INTERNAL AUDIT 1700 CONVENTION CENTER-3RD FLOOR PM CITY HALL L-0353-P WORKS/ADMEN 1700 CONVENTION CENTER DR-4TH FLOOR PM CITY HALL L-0354-P WORKS/ENGINEERING 1700 CONVENTION CENTER DR-4TH FLOOR PM CITY HALL L-0355A-COMMUNITY AFFAIRS 555 17TH ST-1ST FLOOR PM CITY HALL L-0355-COMMUNITY AFFAIRS 1700 CONVENTION CENTER DR-IST FLOOR PM CITY HALL L-0356-CONSTRUCTION MGMT-CIP 1700 CONVENTION CTR DR-4TH FLOOR PM CITY HALL L-0357-TRANSPORT/CONCURRENCY 1700 CONVENTION CENTER DR-4TH FLOOR PM CITY HALL PM CITY HALL PM CITYWIDE PM CITYWIDE PM CITYWIDE PM CITYWIDE L-0359-LABOR RELATIONS 1700 CONVENTION CENTER DR-4TH FLOOR _ _�� L-2115-PM-NEIGHBORHOOD SERV 555 17TH ST L-0405-PW/BRIDGES CITYWIDE L-0890-SEAWALL CORAL ROCK WALL CITYWIDE L-0906-WELCOME SIGNS CITYWIDE L-1187-FLAG POLES CITYWIDE PM CITYWIDE PM CITYWIDE PM COMPUTERS PM COMPUTERS PM COMPUTERS L-1300-BUS BENCHES CITYWIDE L-2105-CITY OWNED HOTELS CITYWIDE L-1800-I 100 WASH AVE-AFL 1100 WASHINGTON AVE 4TH FLOOR 24/7 L-1800.-1700 CONCTR 1700 CONVENTION CENTER DR L-1800B-I 130 WASH AVE-3-5FLOORS 1130 WASHINGTON AVE-3RD-5TH FLOORS Ram-5pm PM COMPUTERS L-1800C-1755 MERIDIAN AVE-5F 1755 MERIDIAN AVE-5TH FLOOR PM FIRE STATION L-0700-FIRE.ADMEN 1701 MERIDIAN AVE ‘PM FIRE STATION L-0701-FIRE STATION 1 1051 JEFFERSON AVENUE 24/7 PM FIRE STATION L-0702A-FIRE STATION 2 2300 PINETREE DRIVE 1ST FLOOR 24/7 PM FIRE STATION L-0702-FIRE STATION 2 2300 PINETREE DRIVE PM FIRE STATION L-0703-FIRE STATION 3 5303 COLLINS AVENUE 24/7 PM FIRE STATION L-0704A-FIRE STATION 4-1ST FL 6880 INDIAN CREEK DRIVE-1ST FLOOR 24/7 PM FIRE STATION L-0704-FIRE STATION 4 6880 INDIAN CREEK DRIVE PM FLAMINGO PARK L-I 101-11-15 ST-MICH AVE-ALL I ITH-15TH ST/MICH AVE-ALL OF FLAMINGO PM FLAMINGO PARK L-1101A-11-15 ST-MICH AVE-OFFICE I ITH-15TH ST/MICH AVE-OFFICE PM FLAMINGO PARK L-11018-I l-I5 ST-MICH AVE-BASEBALL 11TH-15TH ST/MICH AVE-BASEBALL ' PM FLAMINGO PARK L-110IC-11-I5 ST-MICH AVE-SOCCER I ITH-15TH ST/MICH AVE-SOCCER PM FLAMINGO PARK L-I10ID-1 I-l5 ST-MICH AVE-STADIUM 11TH-15TH ST/MICH AVE-ABEL HOLTZ STADIUM PM FLAMINGO PARK L-110 LE-11-I5 ST-MICH AVE-HANDBALL 11TH-15TH ST/MICH AVE-HANDBALL PM FLAMINGO PARK L-I101F-I 1-15 ST-MICH AVE-BASKETBALL I ITH-15TH ST/MICH AVE-BASKETBALL PM FLAMINGO PARK L-I101G-1 I-15 ST-MICH AVE-TENNIS 1 ITH-15TH ST/MICH AVE-TENNIS ITN 2015-090-JR 40 Property Management Locations-Hours of Operation nip „ :A-. , _ r °" , L. E , ,>z . , ,,� ;• - � ��- ' '-` � �3: �C -:' ��.�iaC' .���^A ��a� .�r�}� 4 . b�, � �.�`i y L ,��y�.•�Ea4,,, g4 \ -a�;-i 7... „, . �#, fi,. >� °s,:• ,•t 1 t,m'.,o�,_..�:.. :.,. ,-b._? „ '..44v .',v. _ .�. �` ... - e°c7. 1 .•a ?' 3 .�„. -.>lfki.: 8 »,..FfD ,, PM FLAMINGO PARK L-1101H-11-15 ST-MICH AVE-POOL 11TH-15TH ST/MICH AVE-POOL PM FLAMINGO PARK L-11011-11-15 ST-MICH AVE-SHOWERS 1 ITH-I5TH ST/MICH AVE-SHOWERS PM FLAMINGO PARK L-11011-I 1-15 ST-MICH AVE-ACTIVITY BLDG I ITH-15TH ST/MICH AVE-ACTIVITY BLDG PM FLAMINGO PARK L-1 101K-I1-15 ST-MICH AVE-ATHLETIC LEAGUE -l ITH-I5TH ST/MICH AVE-POLICE ATHLETIC LEAGUE PM FLAMINGO PARK L-1101L-t 1-15 ST-MICH AVE-FOOTBALL l ITH-I5TH ST/MICH AVE-MEMORIAL FOOTBALL FIELD PM FLAMINGO PARK L-I IOIM-I 1-15 ST-MICH AVE-TOT LOT l ITH-15TH ST/MICH AVE-TOT LOT PM FLAMINGO PARK L-1 LOIN-13TH-MERIDIAN-FRIENDSHIP 3 13TH-MERIDIAN-FRIENDSHIP#3 PM FLEET MGMT L-1200-WAREHOUSE 140 MACARTHUR CSWY 8am-6pm PM FLEET MGMT L-1201A-FLEET-CAUSEWAY BAYS 140 MACARTHUR CSWY-BAYS PM FLEET MGMT L-1201B-FLEET-ELECTRIC SHUTTLE 140 MACARTHUR CSWY-ELECRIC SHUTTLE PM FLEET MGMT L-1201-FLEET-OFFICE/WAREH 140 MACARTHUR CSWY-OFFICE/WAREHOW PM FOUNTAINS L-0903A-LINCOLN WING FOUNTAIN WING FOUNTAIN-LINCOLN ROAD MALL PM FOUNTAINS L-0903B-LINCOLN 500 FOUNTAIN 500 BLK FOUNTAIN-LINCOLN ROAD MALL PM FOUNTAINS L-0903C-LINCOLN 600 FOUNTAIN 600 BLK FOUNTAIN-LINCOLN ROAD MALL 'PM FOUNTAINS L-0903D-LINCOLN 700 FOUNTAIN 700 BLK FOUNTAIN-LINCOLN ROAD MALL PM FOUNTAINS L-0903E-LINCOLN 800 FOUNTAIN 800 BLK FOUNTAIN-LINCOLN ROAD MALL PM FOUNTAINS L-0903F-LINCOLN 900 FOUNTAIN 900 BLK FOUNTAIN-LINCOLN ROAD MALL PM FOUNTAINS L-0903G-LINCOLN .- 1000 BLK FOUNTAIN-LINCOLN ROAD MALL PM FOUNTAINS L-0904A-2IST FOUNTAIN 21ST STREET/ALTON ROAD PM FOUNTAINS L-0904B-41ST FOUNTAIN 41ST STREET/PINETREE DRIVE PM FOUNTAINS L-0904C-7IST FOUNTAIN 71ST STREET PM FOUNTAINS L-0904D-PALM ISLAND FOUNTAIN PALM ISLAND FOUNTAIN PM FOUNTAINS L-0904E-STAR ISLAND FOUNTAIN START ISLAND PM FOUNTAINS L-0906-WELCOME SIGN FOUNTAIN WELCOME SIGN FOUNTAIN PM HISTORIC CITY HALL L-2001A-HCH-1ST FLOOR 1130 WASHINGTON AVENUE-1ST FLOOR 8am-5pm PM HISTORIC CITY HALL L-2001B-HCH-8TH FLOOR 1130 WASHINGTON AVENUE-1ST,3RD,8TH FLOOR PM HISTORIC CITY HALL L-2001-HCH-ALL FLOORS 1 130 WASHINGTON AVENUE-ALL FLOORS PM LOG CABIN L-100IA-EDUCATION BLDG • 8128 COLLINS AVENUE-EDUCATION BLDG 8am-5pm .PM LOG CABIN L-IOOIB-LOUNGE BLDG 8128 COLLINS AVENUE-LOUNGE BLDG PM LOG CABIN L-1001-MAIN BLDG 8128 COLLINS AVENUE-MAIN BLDG Sam-5pm 'PM NON-DIRECT L-1502-1245 MICHIGAN 1245 MICHIGAN AVE PM NON-DIRECT L-1502A-1901 CONVENTION CTR 1901 CONVENTION CENTER DR PM NON-DIRECT L-15028-TOPA 1700 WASHINGTON AVE PM NON-DIRECT L-1502C-777 17TH ST 777 17TH ST PM NORMANDY ISLE PARK L-1166-1765 7IST ST 1765 71ST ST PM NORMANDY ISLE PARK L-1166A-1765 71ST ST-TENNIS 1765 71ST ST-TENNIS PM NORMANDY PARK L-1137-765 71ST ST-PARK NORMANDY PARK 1765-71ST ST PM NORMANDY PARK L-I 147-7030 TROUVILLE ESPLANADE-POOL NORMANDY POOL 7030 TROUVILLE ESPLANADE PM NORTH SHORE PARK L-1115-501-72ND ST-OFFICE 501-72ND ST-OFFICE PM NORTH SHORE PARK L-1 115A-501-72ND ST-TENNIS 501-72ND ST-TENNIS PM NORTH SHORE PARK L-I 1 I5B-50I-72ND ST-TEEN CENTER 501-72ND ST-TEEN CENTER PM NORTH SHORE PARK L-1115C-501-72ND ST-CERAMICS .501-72ND ST-CERAMICS PM NORTH SHORE PARK L-1 115D-501-72ND ST-BASEBALL 501-72ND ST-BASEBALL PM NORTH SHORE PARK L-I 1 15E-501-72ND ST-BASKETBALL 501-72ND ST-BASKETBALL PM NORTH SHORE PARK L-l 164A-7252 COLLINS AVE-FRIENDSHIP 4 7252 COLLINS AVE-FRIENDSHIP 4 PM NORTH SHORE PARK L-1164B-7253 COLLINS AVE-BANDSHELL 7253 COLLINS AVE-BANDSHELL PM NORTH SHORE PARK L-1164C-7254 COLLINS AVE-ACTIVITY BLDG 7254 COLLINS AVE-ACTIVITY BLDG )PM NORTH SHORE PARK L-1164D-7255 COLLINS AVE-HISPANIC CENTER 7255 COLLINS AVE-HISPANIC COMM.CENTER IPM NORTH SHORE PARK L-1164E-501-72ND ST-FIELD HOUSE 7256 COLLINS AVE-FIELD HOUSE PM OTHER PARKS L-0300A-2401 BIARRITZ DR-GOLF COURSE NORMANDY GOLF COURSE 2401 BIARRITZ DR-GOLF COURSE PM OTHER PARKS L-I 122-200 FAIRWAY DR-FAIRWAY PARK FAIRWAY PARK 200 FAIRWAY DR-ALL OF FAIRWAY PM OTHER PARKS L-1 126-4400 CHASE AVE-MUSS PARK MUSS PARK 4400 CHASE AVE PM OTHER PARKS L-1130-8440 HAWTHORNE AVE-STILLWATER STILLWATER PARK 8440 HAWTHORNE AVE PM OTHER PARKS L-I 133-802-42ND ST-POLO PARK POLO PARK 802-42ND ST PM OTHER PARKS L-1137-NORMANDY PARK NORMANDY PARK-1765 71ST ST PM OTHER PARKS L-1141-7800 CRESPI BLVD-CRESPI PARK CRESPI PARK 7800 CRESPI BLVD PM OTHER PARKS L-1 144-8050 BYRON AVE-TATUM PARK TATUM PARK 8050 BYRON AVE T M OTHER PARKS L-1148-I59 PALM ISLAND-PARK- _ PALM ISLAND PARK 159 PALM ISLAND PM OTHER PARKS L-1157-OCEAN FRONT.AUDITORIUM �z 1001 OCEAN DR PM OTHER PARKS L-1166A-NORMANDY ISLE PARK TENNIS NORMANDY ISLE PARK TENNIS PM OTHER PARKS L-1166-NORMANDY ISLE PARK NORMANDY ISLE PARK-1765 71ST ST PM OTHER PARKS L-I 167-NORMADNY SHORES NORMANDY SHORES PARK-2401 BIARRITZ DR-BOYS MARINA PM OTHER PARKS L-I 167-NORMANDY SHORES PARK NORMANDY SHORES PARK-2401 BIARRITZ DR-BOYS MARINA PM OTHER PARKS L-1168-2301 ALTON RD-BAYSHORE TENNIS BAYSHORE TENNIS COURTS 2301 ALTON RD PM OTHER PARKS L-1173-63RD-INDIAN CRK DR-BRITTANY PARK BRITTANY PARK 63RD-INDIAN CRK DR PM OTHER PARKS L-I 174-54TH ST-COLLINS AVE-CARRIAGE HOUSE CARRIAGE HOUSE PARK 54TH ST-COLLINS AVE PM OTHER PARKS L-1 176-51ST ST-ALTON RD-FISHER FISHER PARK 51ST ST-ALTON RD PM OTHER PARKS L-I 177-LA GORCE PARK LA GORCE PARK ,PM OTHER PARKS L-I 178-45TH ST-PINE TREE DR PINE TREE PARK 45TH ST-PINE TREE DR PM OTHER PARKS L-1181-DADE BLVD-PURDY AVE-ISLAND VIEW ISLAND VIEW PARK DADE BLVD-PURDY AVE PM OTHER PARKS L-1 182-BISCAYNE BAY-MONUMENT FLAGLER MONUMENT BISCAYNE BAY IPM OTHER PARKS L-1184-STAR ISLAND DR-GUARD HOUSE STAR ISLAND MACARTHUR-STAR ISLAND DR-GUARD HOUSE PALM-HIBISCUS ISLAND MACARTHUR-PALM ISL DR-GUARD PM OTHER PARKS L-1185-PALM ISL DR-GUARD HOUSE HOUSE PM OTHER PARKS L-1 186-3RD ST-OCEAN DR-OCEAN BEACH OCEAN BEACH PARK 3RD ST-OCEAN DR PM OTHER PARKS L-I 187-CITYWIDE-FLAG POLES FLAG POLES CITY WIDE PM OTHER PARKS L-1189-77TH ST-BISCAYNE PT-GUARD HOUSE BISCAYNE POINTE 77TH ST-BISCAYNE PT-GUARD HOUSE PM OTHER PARKS L-I 190-53RD ST-COLLINS AVE-BEACH VIEW BEACH VIEW PARK 53RD ST-COLLINS AVE PM OTHER PARKS L-1191-210-2ND ST-WOMB WOMB 210-2ND ST PM OTHER PARKS L-1192-21ST ST-COLLINS AVE-GUARD HOUSE COLLINS PARK 21ST ST-COLLINS AVE-GUARD HOUSE PM OTHER PARKS L-1 194-LA GORCE DR-GUARD HOUSE LAGORCE ISLAND LAGORCE DR-GUARD HOUSE PM OTHER PARKS L-1195-73RD-DICKENS AVE-PARK VIEW PARK VIEW ISLAND 73RD-DICKENS AVE(WEST SIDE) PM OTHER PARKS L-I 196-3RD ST&OCEAN DR-TOT LOT OCEAN PARK 3RD ST&OCEAN DR-TOT LOT P\•1 OTHER PARKS L-l 197-BELLE ISLE PAR BELLE ISLE PARK BELLE ISLAND PM OTHER PARKS L-2120-2301 ALTON RD-GOLF COURSE _MIAMI BEACH GOLF COURSE 2301 ALTON RD ITN 2015-090-JR 41 Property Management Locations-Hours of Operation :� s ac \ ` .. .m- .-— {tee: k C —..iC- v N; ; aa. .., .@ moo\ za. !� •. `� .. �`•r:4,;•-;..4.7,,� , a _ , '�� te: f '1,,,. a. PM OTHER PARKS L-2121-226 2ND ST-VICTORY GARDENS VICTORY GARDENS 226 2ND ST PM PARKING 1-15 L-0516-13TH ST GARAGE 13TH-COLLINS AVE 24/7 PM PARKING 1-15 L-0517-PARKING LOT 1 ITH ST-LENOX AVE PAL PM PARKING 1-15 L-0518-7TH ST GARAGE 7 STORY -7TH ST-COLLINS AVE PM PARKING 1,15 L-0519-PENROD S-BISCAYNE-OCEAN BISCAYNE ST-OCEAN DR PM PARKING 1-15 L-0520-15TH ST-MICHIGAN AVE 15TH ST-MICHIGAN AVE PM PARKING 1-15 L-0521-SOUTH POINTE PARK . SOUTH POINTE RESTAURANT PM PARKING 1-15 L-0522-1ST ST PARKING LOT 1ST ST-OCEAN DR PM PARKING 1-15 L-0523-12TH ST PARKING GARAGE 12TH ST-DREXEL AVE PM PARKING 1-15 L-0524-6TH ST PARKING LOT 6TH ST-MERIDIAN AVE PM PARKING 1-15 L-0534-I ITH ST-COLLINS AVE I ITH ST-COLLINS AVE PM PARKING 1-15 L-0556-9TH ST PARKING LOT 19TH ST-WASHINGTON AVE PM PARKING 1-15 L-0557-10TH ST PARKING LOT 10TH ST-WASHINGTON AVE PM PARKING 1-15 L-0562-I3TH ST PROVISIONAL 13TH ST PROVISIONAL PM PARKING 1-15 L-0563-13TH ST PARKING LOT 13TH ST-COLLINS AVE PM PARKING 16-22 L-0510-PREFERRED PARKNG LOT 19TH ST-CONVENTION CENTER PM PARKING 16-22 L-05 I2-PARKING DEPT 1837 BAY ROAD PM PARKING 16-22 L-0514-C-1755 MERIDIAN 1755 MERIDIAN AVE PM PARKING 16-22 L-0515-17TH ST GARAGE 5 STORY 17TH ST-MERIDIAN COURT PM PARKING 16-22 L-0525-17TH ST PARKING LOT EPICURE 17TH ST-WEST AVE EPICURE PM PARKING 16-22 L-0526-16TH ST-WEST AVE 16TH ST-WEST AVE PM PARKING 16-22 L-0527-18TH ST-PURDY AVE S 18TH ST-PURDY AVE SOUTH PM PARKING 16-22 L-0528-18TH ST-PURDY AVE N 18TH ST-PURDY AVE NORTH PM PARKING 16-22 L-0529-18TH ST-CONV CTR DR 18TH ST-CONY CTR DR PM PARKING 16-22 L-0530-18TH ST-MERIDIAN AVE 18TH ST-MERIDIAN AVE PM PARKING 16-22 L-0531-19TH ST PARKING LOT 19TH ST-MERIDIAN AVE PM PARKING 16-22 L-0532-22ND ST PARKING LOT 22ND ST-PARK AVE PM PARKING 16-22 L-0533-21ST ST PARKING LOT 21ST ST-COLLINS AVE .PM PARKING 16-22 L-0547-LINCOLN LN N-LENOX W LINCOLN LN N-LENOX AVE WEST PM PARKING 16-22 L-0548-LINCOLN LN N-MICHIGAN LINCOLN LN N-MICHIGAN AVE PM PARKING 16-22 L-0549-LINCOLN LN N-MERIDIAN LINCOLN LN N-MERIDIAN AVE PM PARKING 16-22 L-0550-LINCOLN LN S-JEFFERSON W LINCOLN LN S-JEFFERSON AVE WEST PM PARKING 16-22 L-0551-LINCOLN LN S-JEFFERSON E LINCOLN LN S-JEFFERSON AVE EAST PM PARKING 16-22 L-0552-LINCOLN LN S-EUCLID LINCOLN LN S-EUCLID AVE PM PARKING 16-22 L-0553-LINCOLN LN S-MICHIGAN LINCOLN LN S-MICHIGAN AVE PM PARKING 16-22 L-0554-LINCOLN LN N-LENOX E LINCOLN LN N-LENOX AVE EAST PM PARKING 16-22 L-0558-16TH ST-WASHINTON AVE 16TH ST-WASHINGTON AVE FEDCO PM PARKING 16-22 L-0559-16TH ST-COLLINS AVE 16TH ST-COLLINS AVE PM PARKING 16-22 L-0579-1755 MERIDIAN GAR 1755 MERIDIAN AVE GARAGE PM PARKING 16-22 L-0580-1666 PENSYLVNIA 1666 PENSYLVNIA AVE GARAGE PM PARKING 16-22 L-0581-1557 WASHINGTON AVE 16TH STREET PARKING GARAGE PM PARKING 16-22 L-0582-1900 BAY RD SUNSET HARBOR GARAGE PM PARKING 23-61 L-0513-42ND ST-SHERIDAN AVE 42ND ST-SHERIDAN AVE PM PARKING 23-61 L-0535-42ND ST-ROYAL PALM AVE 42ND ST-ROYAL PALM AVE PM PARKING 23-61 L-0536-40TH ST-CHASE AVE 40TH ST-CHASE AVE PM PARKING 23-61 L-0537-47TH ST PARKING LOT 47TH ST-SHERIDAN AVE PM PARKING 23-61 L-0538-41ST ST PARKING LOT 41ST ST-ALTON ROAD PM PARKING 23-61 L-0540-40TH ST-PRAIRE AVE 40TH ST-PRAIRE AVE PM PARKING 23-61 L-0560-34TH ST PARKING LOT 34TH ST-COLLINS AVE PM PARKING 23-61 L-0561-36TH ST PARKING LOT 36TH ST-COLLINS AVE IPM PARKING 23-61 L-0566-053RD ST PARKING LOT 53RD ST-COLLINS AVE IPM PARKING 23-61 L-0567-46TH ST PARKING LOT 46TH ST-COLLINS AVE PM PARKING 23-61 L-0568-27TH ST PARKING LOT 27TH ST-COLLINS AVE PM PARKING 23-61 L-0578-40TH ST-ROYAL PALM AVE 40TH ST-ROYAL PALM AVE PM PARKING 62-87 L-0541-71ST ST PARKING LOT 71ST ST-HARDING AVE WEST PM PARKING 62-87 L-0542-72ND ST PARKING LOT 72ND ST-COLLINS AVE PM PARKING 62-87 L-0543-71ST ST PARKING LOT 71ST ST-CARLYLE AVE - __._ rPM PARKING 62-87 L-0544-71ST ST PARKING LOT 71ST ST-BONITA DR. . PM PARKING 62-87 L-0545-71ST ST PARKING LOT 71ST ST-HARDING AVE PM PARKING 62-87 L-0546-75TH ST PARKING LOT 75TH ST-COLLINS AVE PM PARKING 62-87 L-0564-64TH ST PARKING LOT 64TH ST-COLLINS AVE PM PARKING 62-87 L-0565-65TH ST PARKING LOT 65TH ST-INDIAN CREEK PM PARKING 62-87 L-0569-72ND ST PARKING LOT 72ND ST-CARLYLE AVE PM PARKING 62-87 L-0570-83RD ST PARKING LOT 83RD ST-ABBOTT AVE PM PARKING 62-87 L-0571-NORMANDY DR-BAY RD N NORMANDY DR-BAY ROAD NORTH PM PARKING 62-87 L-0572-NORMANDY DR-VENDOME NORMANDY DR-VENDOME PM PARKING 62-87 L-0573-NORMANDY DR-BAY RD S NORMANDY DR-BAY ROAD SOUTH PM PARKING 62-87 L-0574-80TH ST PARKING LOT .80TH ST-COLLINS AVE PM PARKING 62-87 L-0575-84TH ST PARKING LOT 84TH ST-COLLINS AVE PM PARKING 62-87 L-0576-79TH ST PARKING LOT 79TH ST-COLLINS AVE PM PARKING 62-87 L-0577-83RD ST PARKING LOT 83RD ST-COLLINS AVE PM PARKS L-0900-2100 MERIDIAN 2100 MERIDIAN AVENUE PM PARKS L-0900A-PARK DEPT OFFICE 1701 Meridiam Avenue Suite 401(777 bldg) PM PARKS L-0901-1900 GARDEN CNTR DR 1900 GARDEN CNTR DR '???? PM PARKS L-0902-40TH/PNETREE DR INDIAN CHIEF STATUE OR MONUMENT 40TH/PINETREE DR PM PARKS L-0903A-WING FOUNT-LINCOLN RD WING FOUNTAIN-LINCOLN RD MALL PM PARKS L-0903B-500 BLK-LINCOLN DR 500 BLK FOUNTAIN-LINCOLN DR MALL PM PARKS L-0903C-600 BLK-LINCOLN DR 600 BLK FOUNTAIN-LINCOLN DR MALL PM PARKS L-0903D-700 BLK-LINCOLN DR 700 BLK FOUNTAIN-LINCOLN DR MALL PM PARKS L-0903E-800 BLK-LINCOLN DR 800 BLK FOUNTAIN-LINCOLN DR MALL PM PARKS L-0903F-900 ELK-LINCOLN DR 900 BLK FOUNTAIN-LINCOLN DR MALL PIv1 PARKS L-0903G-1000 BLK-LINCOLN DR 1000 BLK FOUNTAIN-LINCOLN DR MALL PM PARKS L-0903-LINCOLN RD LINCOLN RD MALL _PM PARKS L-0904A-2IST ST-ALTON RD 21ST FOUNTAIN-ALTON RD PM PARKS L-0904B-4IST-PINETREE 41ST FOUNTAIN-PINETREE DR ITN 2015-090-JR 42 • Property Management Locations-Hours of Operation I.-'S` 4 r \• u": a ,.w E,- .N m'a®. -,—,�% °. ,"!� - -. •.,� ti-. r.,,-- -.,--- -•:,"....:_ "' _ -.fir...-',W.'e '5.. :c•a.-"w _ 1 iRik,wc? '¢ 1: A°` , " - �. °a Y � 4`°- a, Via\•mad. ,.tir .� :.., m`v- a .'a ..` F. g'L - ., L:U USti ,.:' �:`CEaEIOYE �� � Yc�.,re�1ubcatlaa1 A�r�[ESS' ' �\ � �,,..�c,.�S u 0 \v.:� ... �F_xw,,.. ,a .. q..°.:�,:�a ,��.1 - � �>a €a�':.._ :4.a,. ... M�Win,�.„��r�3 allvs.,,`:i3',a;;, PM PARKS L-0904C-71ST FOUNTAIN 71ST ST FOUNTAIN PM PARKS L-0904D-PALM ISLAND FOUNTAIN PALM ISLAND PM PARKS L-0904E-STAR ISLAND FOUNTAIN STAR ISLAND PM PARKS L-0905-BOARDWALK 2IST-47TH ST BOARDWALK 2I ST-47TH ST/OCEAN PM PARKS L-0906-WELCOME SIGNS-CITYWIDE WELCOME SIGNS-CITYWIDE PM PARKS L-0907A-79TH-87TH ST-G HOUSE OPEN SPACE PARK 79TH-87TH ST-GUARD HOUSE PM PARKS L-0907-OPEN SPACE PARK OPEN SPACE PARK 79TH-87TH ST-PARK PM PARKS L-0908-LUMMUS PARK 13TH STREET&OCEAN DR PM PARKS L-0909-CHAMBER-LINCOLN RD CHAMBER INFO BOOTH LINCOLN ROAD MALL PM PARKS L-0910-BEACHWALK 17TH-21ST BEACHWALK I7TH-21ST BEACH PM PARKS L-0911-PUBLIC LIBRARY PUBLIC LIBRARY 21ST STREET COLLINS PM PARKS L-0912-ALLISON PARK 64TH ST&COLLINS AVE PM PARKS L-0913-SOUNDSCAPE PARK 17TH ST&WASHINGTON AVE PM PARKS L-1147-NORMANDY POOL NORMANDY POOL-7030 TROUV1LLE ESPLANADE . PM PARKS L-1151A-FRIENDSHIP 201 2ND ST-FRIENDSHIP#2 PM PARKS L-1151-WASHINGTON PARK WASHINGTON PARK-20I 2ND ST-LIBRARY . PM PARKS L-1179-1ST ST-ALTON RD 1ST ST/ALTON-SOUTH SHORE PARK PM POLICE L-0602-MARINE PATROL 1790 PURDY AVE 8am-5pm PM POLICE L-0602-POLICE/SUB STATION USE 0606 FOR POLICE/SUB STATION PM POLICE L-0605A-SIU-1130 1VASH-1ST FL SIU 1 130 WASHINGTON AVE-IST FLOOR Sam-5pm PM POLICE L-0605B-SIU-777 17TH ST SIU-777 I7TH ST BLDG PM POLICE L-0605C-SIU-225 WASHINGTON AVE SIU-225 WASHINGTON AVE 8am-5pm PM POLICE L-0605-SIU-1837 BAY RD-2ND FL SIU 1837 BAY ROAD-2ND FLOOR PM POLICE L-0606-6840 INDIAN CREEK DR POLICE/SUB STATION 6840 INDIAN CREEK DR 24/7 PM POLICE L-0607-6899 INDIAN CREEK DR OUTREACH PROGRAM 6899 INDIAN CREEK DR PM POLICE L-0608-PAL BLDG POLICE ATHLETIC LEAGUE BUILDING 8am-6pm PM POLICE L-0620-1 100 WASHINGTON-I-5FL 1100 WASHINGTON AVE-I-5 FLOORS PM POLICE L-0620A-1100 WASHINGTON-7TH FL INTERNAL AFFAIR 1100 WASHINGTON AVE-7TH FLOOR PM POLICE L-0620B-1100 WASHINGTON-2ND FL 1100 WASHINGTON AVE-2ND FLOOR PM POLICE L-0620C-1100 WASHINGTON-3RD FL I I00 WASHINGTON AVE-3RD FLOOR PM POLICE L-0620D-1100 WASHINGTON-4TH FL 1 100 WASHINGTON AVE-4TH FLOOR PM POLICE L-0620E-1 100 WASHINGTON-5TH FL 1100 WASHINGTON AVE-5TH FLOOR PM POLICE L-06200-POLICE STATION 1100 WASHINGTON AVE I-5TH FLOOR 24/7 PM POLICE L-0620H-210 2ND ST MINI STATION 210 2ND ST-RDA PM PUBLIC WORKS L-0402-PW/STREETS-CITYWIDE PW/STREETS I€ CITYWIDE PM PUBLIC WORKS L-0403 PW/WATER PWAVATER-451 DADE BLVD PM PUBLIC WORKS L-0403A-PINE TREE DR-PWAVATER PWAVATER-PINE TREE DR&25TH ST PM PUBLIC WORKS L-0403B-BELLE ISLE PW/WATER BELLE ISLE PM PUBLIC WORKS L-0403C-3950 ALTON RD PW/WATER 3950 ALTON RD PM PUBLIC WORKS L-0403D-71ST ST PW/WATER 71ST ST&FOUNTAIN PM PUBLIC WORKS L-0403E-DICKENS AVE-75TH ST PWAVATER DICKENS AVE&75TH ST PM PUBLIC WORKS L-0403F-8690 COLLINS AVE PW/WATER 8690 COLLINS AVE IPM PUBLIC WORKS L-0404-451 D.ADE BLVD-SEWER PW/SEWERS 451 DADE BLVD PM PUBLIC WORKS L-0404A-JEFFERSON AVE-I ITH ST PW/SEWERS JEFFERSON AVE&I ITH ST PM PUBLIC WORKS L-0404B-35TH STAR ISLAND PW/SEWERS 35TH STAR ISLAND PM PUBLIC WORKS L-0404C-231 S HIBISCUS DR PW/SEWERS 231 S HIBISCUS DR PM PUBLIC WORKS L-0404D-195 PALM AVE PW/SEWERS 195 PALM AVE PM PUBLIC WORKS L-0404E-229 E SAN MARINO DR PW/SEWERS 229 E SAN MARINO DR PM PUBLIC WORKS L-0404F-428 W DILIDO DR PW/SEWERS 428\V DILIDO DR PM PUBLIC WORKS L-0404G-228 W RIVO ALTO RD PW/SEWERS 228 W RIVO ALTO RD PM PUBLIC WORKS L-0404H-BELLE ISLE-VENITIAN CSWY-STIO PW/SEWERS BELLE ISLENENITIAN CSWY-STATION#10 PM PUBLIC WORKS L-04041-1710 WASHINGTON AVE-STN I PW/SEWERS 1710 WASHINGTON AVE-STATION#1 I PM PUBLIC WORKS L-04041-2730 SUNSET DR PW/SEWERS 2730 SUNSET DR PM PUBLIC WORKS L-0404K-2270 SUNSET DR PW/SEWERS 2270 SUNSET DR PM PUBLIC WORKS L-0404L-PINETREE DR-51ST STR PW/SEWERS PINETREE DR&51ST STR PM PUBLIC WORKS L-0404M-6120 LA GORCE DR PW/SEWERS 6120 LA GORCE DR `M PUBLIC WORKS L-0404N-6590 PINETREE LN PW/SEWERS 6590 PINETREE LN PM PUBLIC WORKS - L-04040-6850 NIDIAN CREEK DR-ST19 PW/SEWERS 6850INIDIA_N CREEK DR-STATION 8 19 :. PM PUBLIC WORKS L-0404P-BAY DR-71ST ST PW/SEWERS BAY DR&71ST ST PM PUBLIC WORKS ,L-0404Q-HAGEN ST-GOLF COURSE PW/SEWERS HAGEN ST ON GOLF COURSE PM PUBLIC WORKS L-0404R-DICKENS AVE-75TH ST-ST23 PW/SEWERS DICKENS AVE&75TH ST-STATION#2 PM PUBLIC WORKS L-0404S-8100 HAWTHORNE AVE-ST24 PW/SEIVERS 8100 HAWTHORNE AVE-STATION 424 PM PUBLIC WORKS L-0404T-5400 COLLINS AVE-ST27 ,PW/SEWERS 5400 COLLINS AVE-STATION PM PUBLIC WORKS L-0404U-28TH ST&PINETREE DR-ST28 PW/SEWERS 28TH ST&PINETREE DR-STATION#28 PM PUBLIC WORKS L-0404V-INDIAN CREEK DR-63RD ST-ST29 PW/SEWERS INDIAN CREEK DRIVE&63RD ST-STATION#29 PM PUBLIC WORKS L-0404W-TERMINAL ISLAND PW/SEWERS TERMINAL ISLAND PM PUBLIC WORKS L-0404X-290 WASHINGTON AVE PW/SEWERS 290 WASHINGTON AVE PM PUBLIC WORKS L-0404Y-SO SHORE DR-ST22 PW/SEWER SO SHORE DR-STATION 1122 PM PUBLIC WORKS L-0405-BRIDGES CITYWIDE PW/BRIDGES CITYWIDE PM PUBLIC WORKS L-0406-451 DADE BLVD P\V/YARD 451 DADE BLVD-COMMON AREAS . PM SANITATION L-1600-140 MACARTHUR CSWAY 140 NLACARTHUR CSWY IPM SANITATION L-1600A-140 MACARTHUR CSWAY-2F .140 MACARTHUR CSWAY-2ND FLOOR IPM SANITATION L-I600B-140 MACARTHUR CSWAY 140 MACARTHUR CSWY PM SOUTH POINTE PARK L-1IS0-1ST ST-WASHINGTON AVE 1ST ST-WASHINGTON AVE IPM SOUTH POINTE PARK L-I 180A-1ST ST-WASHINGTON AVE-RESTROOMS 1ST ST-WASHINGTON AVE-RESTROOMS PM SOUTH POINTE PARK L-I 1806-IST ST-WASHINGTON AVE-NATURE CENTER 1ST ST-WASHINGTON AVE-NATURE CENTER PM SOUTH SHORE PARK .L-1155-833 6TH ST 833 6TH ST PM SOUTH SHORE PARK L-11554-833 6TH ST-CHILD CARE 833 6TH ST-CHILD CARE PM SOUTH SHORE PARK L-1155B-833 6TH ST-HISPANIC 833 6TH ST-HISPANIC PM SPEC PROGRAM 1130 WASHINGTON AVE-3RD FL DOMESTIC VIOLENCE-JUD 1130 WASHINGTON AVE-3RD FLOOR PM SPEC PROGRAM 225 WASHINGTON AVE CLERKS OFFICE 225 WASHINGTON AVE PM SPEC PROGRAM 555 I7TH ST PAN ARTS/CREDIT UNION 555 I7TH ST PM SPEC PROGRAM 777 I7TH ST 777 BLDG 777 17TH ST ITN 2015-090—JR 43 Property Management Locations-Hours of Operation a *^ ` rya, L. ° ''..75_7,'.?es „ �Cj ♦ bra x - ♦"� , , ry `e: ;ate., `'� lt.i r,aidi4T., .� 1: VY` LDCAiiiii " e, y .4 , i 401410tt1:,dSed(fC 's - •. v .,,. 3s.- , Y<. aa: z:;Y:, .o.,.^- ,V. -.._ -.,♦,,,:..N, *. .'� .. , --.,a ,3 A,,:-,.,,,'„-,,:-•'‘.-..,,, - aw< ... ,..-- z ,.- zu.,<,.,c..,,. Fluars n PM SPEC PROGRAM 777 17TH ST STE 402A VCA OFFICE-CONCERT 777 17TH ST SUITE 402A PM SPEC PROGRAM .CITYWIDE CITY OWNED HOTELS CITY WIDE CB PM SPEC PROGRAM L-2100-NORMANDY ISLE NORMANDY ISLE 79TH ST-NORMANDY SHORES GUARD HOUSE PM SPEC PROGRAM L-2102-COLONY THEATRE COLONY THEATRE 1040 LINCOLN RD PM SPEC PROGRAM L-2103-FLORIDA ENTERTAINMENT 505 17TH ST PM SPEC PROGRAM L-2104-P.A.N.ARTS-CULTURE 555 17TH ST PM SPEC PROGRAM L-2105-CITY OWNED HOTELS CITY WIDE PM SPEC PROGRAM L-2106A-CREDIT UNION 555 17TH ST PM SPEC PROGRAM L-21068-CREDIT UNION 555 17TH ST PM SPEC PROGRAM L-2106-CREDIT UNION 777 17TH ST PM SPEC PROGRAM L-2107-HIGHWAY PATROL BLD 8720 COLLINS AVE OLD CITY HALL-COUNTY CO/JUDICIAL 1130 WASHINGTON AVE- PM SPEC PROGRAM L-2108-I 130 WASHINGTON AVE-2ND FL 2ND FLOOR PM SPEC PROGRAM L-2108-OLD CITY HALL/JUDICIAL 1 130 WASHINGTON AVE-2ND FL PM SPEC PROGRAM L-2I09A-CLERKS OFFICE 225 WASHIGTON AVE PM SPEC PROGRAM L-2109-OLD CITY HALL/COUNTY CO 1130 WASHINGTON AVE-2ND FL PM SPEC PROGRAM L-2110-PROPERTY MANAGEMENT MIDDLE BEACH PM SPEC PROGRAM L-2 I 1 I-PROPERTY MANAGEMENT NORTH BEACH PM SPEC PROGRAM L-2112-WOMB BLD 210 2ND ST PM SPEC PROGRAM L-21 13 DOMESTIC VIOLENCE/JUD 1 130 WASHINGTON AVE-3RD FL PM SPEC PROGRAM L-21 14A-BYRON CARLYLE THEATRE 500 71ST STREET TBD IPM SPEC PROGRAKI L-21 14-BYRON CARLYLE THEATRE 500 71ST ST IPNI SPEC PROGRAM L-2116-555 BLD 555 17TH ST PM SPEC PROGRAM L-2116A-555 BLD 555 17TH ST PM SPEC PROGRAM L-21168-555 BLD 555 17TH ST PM SPEC PROGRAM L-2117A-VCA OFFICE/CONCERT 1130 WASHINGTON AVE,STE 402A PM SPEC PROGRAM L-2I 17-VCA OFFICE/CONCERT 1 130 WASHINGTON AVE-5TH FL PM SPEC PROGRAM L-2l 18-777 BLD 777 17TH ST PM SPEC PROGRAM L-2119-777 BLD 777 17TH ST-RENOVATION .PM SUNSHINE PIER L-1175A-S POINTE FISHING PIER-RESTROOMS SUNSHIRE PIER S POINTE FISHING PIER-RESTROOMS PM SUNSHINE PIER L-1 175-S POINTE FISHING PIER SUNSHINE PIER S POINTE FISHING PIER PM TELECOM L-1700A-COMM-CITY HALL 1700 CONVENTION CTR DR-CITY HALL PM TELECOM L-17008-COMM-REBECCA TOWERS 150 ALTON ROAD REBECCA TOWERS PM TELECOM L-1700C-COMM-HIST CITY HALL 1130 WASHINGTON AVE-HIST CITY HALL PM TELECOM L-1700-COMM-FIRE STATION 2 2300 PINETREE DRIVE-FIRE STATION N2 PM TELECOM L-1700D-COMM-TOWER 41 4101 PINETREE DR-TOWER 41 PM TELECOM L-1700E-COMM-LA GORCE PALACE 6301 COLLINS AVE-LA GORCE PALACE PM TELECOM L-1700F-COMM-RADIO SITE 1040 COLLINS AVENUE PM TELECOM L-1700G-COMM-777 BUILDING IT CLOSET-2ND FLOOR 1PM TELECOM L-1700H-COMM-73RD DICKENS 73RD&DICKENS AVENUE IPM UTBILLING L-0351-1700 CONV CTER-(FLOOR 1700 CONVENTION CENTER DR PM UTBILLING L-035IA-1755 MERIDIAN-I FLOOR 1755 MERIDIAN AVE-1ST FLOOR PM VITA COURSE L-1170.A-S POINTE PARK-ALTON RD-EXIT VITA COURSES POINTE PARK-ALTON RD-EXIT PM VITA COURSE L-1170-PINE TREE DR VITA COURSE PINE TREE DR PM WASHINGTON PARK L-I 151-201-2ND STREET-LIBRARY 2ND STREET-LIBRARY PM WASHINGTON PARK L-1151A-201-2ND STREET-FRIENDSHIP 2 2ND STREET-FRIENDSHIP#2 PM YOUTH CENTER L-1169-2700 SHERIDAN AVE 2700 SHERIDAN AVE PM YOUTH CENTER L-I169.A-2700 SHERIDAN AVE-1ST FLOOR 2700 SHERIDAN AVE-1ST FLOOR PM YOUTH CENTER L-I I69B-2700 SHERIDAN AVE-2ND FLOOR 2700 SHERIDAN AVE-2ND FLOOR PM CONCESSIONSTAND L-0850-23RD ST-CON STAND 23RD ST&OCEAN-CONCESSION STAND PM CONCESSIONSTAND L-085 1-46TH ST-CON STAND 46TH ST&OCEAN-CONCESSION STAND PM CONCESSIONSTAND L-0852-53RD ST-CON STAND 53RD ST&OCEAN-CONCESSION STAND PM CONCESSIONSTAND L-0853-73RD ST-CON STAND 73RD ST&OCEAN-CONCESSION STAND PM CONCESSIONSTAND L-0854-79TH ST-CON STAND 79TH ST&OCEAN-CONCESSION STAND PM CONCESSIONSTAND L-2249-2IST ST-CON STAND 21ST ST&OCEAN-CONCESSION STAND PM LIFEGUARD L-0860A-JETTY-LIFEGUARD STAND JETTY-LIFEGUARD STAND A iPMLIFEGUARD L-0860-JETTY-LIFEGUARD STAND JETTY-LIFEGUARD STAND PM LIFEGUARD L-0861-IST ST-LIFEGUARD 1ST ST-LIFEGUARD STAND PM LIFEGUARD L-0862-3RD ST-LIFEGUARD 3RD ST-LIFEGUARD STAND PM LIFEGUARD L-0863-6TH ST-LIFEGUARD 6TH ST-LIFEGUARD STAND PM LIFEGUARD L-0864-8TH ST-LIFEGUARD 8TH ST-LIFEGUARD STAND PM LIFEGUARD L-0865-IOTH ST-LIFEGUARD 10TH ST-LIFEGUARD STAND PM LIFEGUARD L-0866-12TH ST-LIFEGUARD 12TH ST-LIFEGUARD STAND PM LIFEGUARD L-0867-14TH ST-LIFEGUARD 14TH ST-LIFEGUARD STAND PM LIFEGUARD L-0868-1 7THST-LIFEGUARD I7THST-LIFEGUARD STAND PM LIFEGUARD L-0869-21ST ST-LIFEGUARD 21ST ST-LIFEGUARD STAND PM LIFEGUARD L-0870-29TH ST-LIFEGUARD 29TH ST-LIFEGUARD STAND PM LIFEGUARD L-0871-35TH ST-LIFEGUARD 35TH ST-LIFEGUARD STAND PM LIFEGUARD L-0872-46TH ST-LIFEGUARD 46TH ST-LIFEGUARD STAND PM LIFEGUARD L-0873-53RD ST-LIFEGUARD 53RD ST-LIFEGUARD STAND PM LIFEGUARD L-0874-64THTH ST-LIFEGUARD 64THTH ST-LIFEGUARD STAND PM LIFEGUARD L-0875-72ND ST-LIFEGUARD 72ND ST-LIFEGUARD STAND PM LIFEGUARD L-0876-74TH ST-LIFEGUARD 74TH ST-LIFEGUARD STAND PM LIFEGUARD L-0877-76TH ST-LIFEGUARD 76TH ST-LIFEGUARD STAND PM LIFEGUARD L-0878-79TH ST-LIFEGUARD 79TH ST-LIFEGUARD STAND PM LIFEGUARD L-0879-8 1ST ST-LIFEGUARD 81ST ST-LIFEGUARD STAND PM LIFEGUARD L-0880-83RD ST-LIFEGUARD 83RD ST-LIFEGUARD STAND PM LIFEGUARD L-0881-16TH ST-LIFEGUARD 16TH ST-LIFEGUARD STAND PM LIFEGUARD L-0882-15TH ST-LIFEGUARD 15TH ST-LIFEGUARD STAND PM LIFEGUARD L-0883-13TH ST-LIFEGUARD 13TH ST-LIFEGUARD STAND PM LIFEGUARD L-0884-20TH ST-LIFEGUARD 20TH ST-LIFEGUARD STAND PM LIFEGUARD L-0885-85TH ST-LIFEGUARD 85TH ST-LIFEGUARD STAND PM LIFEGUARD L-0886-41ST ST-LIFEGUARD 41ST ST-LIFEGUARD STAND ITN 2015-090-JR 44 PROPOSAL RESPONSE BY HALCYON BUILDERS INC. Detail by Entity Name Page 1 of 2 x FLORIDA DEPARTMENT OF STATE D'IVISION OF-CORPORATIO■.S • ,. {` :,; kn�l 6,ikz r Detail by Entity Name Florida Profit Corporation HALCYON BUILDERS, INC. Filing Information Document Number P05000136930 FEI/EIN Number 203602143 Date Filed 10/06/2005 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 11/13/2012 Event Effective Date NONE Principal Address 8862 SW 129 TERRACE SUITE B MIAMI, FL 33176 Changed: 06/29/2012 Mailing Address 8862 SW 129 TERRACE SUITE B MIAMI, FL 33176 Changed: 06/29/2012 Registered Agent Name &Address Dominguez Nunez, Gabriel 13531 SW 77 Ct MIAMI, FL 33156 Name Changed: 02/28/2014 Address Changed: 02/28/2014 Officer/Director Detail Name&Address Title PVTS DOMINGUEZ-NUNEZ, GABRIEL 13531 SW 77TH CT. PINECREST, FL 33156 http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 6/29/2015 Detail by Entity Name Page 2 of 2 Annual Reports Report Year Filed Date 2013 04/04/2013 2014 02/28/2014 2015 02/23/2015 Document Images 02/23/2015 --ANNUAL REPORT View image in PDF format 02/28/2014 --ANNUAL REPORT View image in PDF format 04/04/2013--ANNUAL REPORT View image in PDF format 11/13/2012 --Amendment View image in PDF format 03/06/2012 --ANNUAL REPORT View image in PDF format 06/30/2011 --ANNUAL REPORT View image in PDF format 11/16/2010--Amendment View image in PDF format 10/15/2010 --Amendment View image in PDF format 04/15/2010--ANNUAL REPORT View image in PDF format 05/18/2009--ANNUAL REPORT View image in PDF format 04/11/2008 --ANNUAL REPORT View image in PDF format 07/15/2007--ANNUAL REPORT View image in PDF format 04/05/2006--ANNUAL REPORT View image in PDF format 10/06/2005-- Domestic Profit View image in PDF format Copyright©and Privacy Policies State of Florida,Department of State http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetai l?inquirytype=Entity... 6/29/2015 Halcyon Builders Quality and Service FACILITIES MAINTENANCE SERVICES ITN # 2015-090-JR PROPOSER: HALCYON BUILDERS, INC. CONTACT: GABRIEL DOMINGUEZ-NUNEZ (786) 367-2083 ,-, A Halcyon Builders Quality and Service 02/24/2015 Mr.Joe V. Rodriguez, CPPB, FCCM Procurement Department City of Miami Beach Re: ITN#2015-090-JR/ Facilities Maintenance Services Dear Mr. Rodriguez: By way of this letter and the documentation attached herewith, Halcyon Builders, Inc. is fully participating in the solicitation referenced above,to which we were invited by your office. We have attended a pre-proposal meeting where whatever questions we had were promptly answered and,therefore, believe that the size and scope of the solicitation ideally matches our company's ability to deliver results. For the purpose of this ITN, Halcyon Builders designates as its primary contact: Mr.Gabriel Dominguez Nunez Email:gabri€l @halcyonbuilders.net Office: (786)732-4156 Fax: (786)732-4157 Mobile:(786)367-2083 We hope that the information submitted addresses all of the requirements but, should you need any additional information or clarification, please do not hesitate to contact us at the numbers above. We would like to express our thanks to the City of Miami Beach for the opportunity to participate in this solicitation. ceic j Sincerely, Gabriel Dominguez Nunez Halcyon Builders,Inc. 8862 SW 129 Terrace 0 Miami, FL 33176 (786)732-4156 Office 0 (786)732-4157 Fax 1 Solicitation No: Solicitation Title: 2015-090-JR Facilities Maintenance Services Procurement Contact Tel: Email: Joe V. Rodriguez,CPPB, FCCM 305.673.7000 x.6263 joerodriguez @miamibeachfl.gov PROPOSAL CERTIFICATION, QUESTIONNAIRE & REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Proposal Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposers of certain solicitation and contractual requirements, and to collect necessary information from Proposers in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Proposal Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME: Halcyon Builders, Inc No of Employees: 7 No of Years in Business: 9 Years No of Years in Business Locally: 9 Years OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS(HEADQUARTERS): 8862 SW 129 Terrace CITY: Miami STATE: FL ZIP CODE: 33176 TELEPHONE NO.: 786-732-4156 TOLL FREE NO.: FAx Na: 786-732-4157 FIRM LOCAL ADDRESS: 8862 SW 129 Terrace CITY: Miami STATE: FL ZIP CODE: 33176 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: Gabriel Dominguez-Nunez ACCOUNT REP TELEPHONE NO.: 786-367-2083 ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: gabriel @halcyonbuiIders.net FEDERAL TAX IDENTIFICATION NO.: 20-3602143 The City reserves the right to seek additional information from Proposer or other source(s),including but not limited to:any firm or principal information, applicable licensure,resumes of relevant individuals,client information,financial information,or any information the City deems necessary to evaluate the capacity of the Proposer to perform in accordance with contract requirements. ITN 2015-090-�R 1 5 1. Veteran Owned Business.Is Piroposei claiming a veteran owned business status? YES x NO SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government,as required pursuant to ordinance 2011-3748. 2. Conflict Of Interest. All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family member(spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name cf any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or ary of its affiliates. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s)of any officer, director, agent, or immediate family member (spouse,parent,sibling,and child)who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns,either directly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates 3. References & Past Performance. Proposer shall submit at least three (3) references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name&Title,3)Address,4)Telephone,5)Contact's Email and 6)Narrative on Scope of Services Provided. 4. Suspension, Debarment or Contract Cancellation. Has Proposer ever been debarred, suspended or other legal violation, or had a contract cancelled due to non- erformance by an •ublic sector agency? YES © NO SUBMITTAL REQUIREMENT: If answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to action(s). 5. Vendor Campaign Contributions.Proposers are expected to be or become familiar with,the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein,including disqualification of their Proposals,in the event of such non-compliance. SUBMITTAL REQUIREMENT:Submit the names of all individuals or entities(including your sub-consultants)with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly,of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. 6. Code of Business Ethics. Pursuant to City Resolution No.2000-23879,each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics ("Code") and submit that Code to the Procurement Management Department with its response or within five(5)days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including,among others,the conflict of interest,lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics,Proposer may submit a statement indicating that it will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics,available at www.miamibeachfl.gov/procurement/. 7. Living Wage. Pursuant to Section 2-408 of the Miami Beach City Code,as same may be amended from time to time, Proposers shall be required to pay all employees who provide services pursuant to this Agreement,the hourly living wage rates listed below: • the hourly living rate will be$11.62/Hour with health benefits of at least S1.69/Hour, and$13.31/Hour without benefits. The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation using the Consumer Price Index for all Urban Consumers(CPI-U)Miami/Ft.Lauderdale,issued by the U.S.Department of Labor's ITN 2015-090-JR 16 Bureau of Labor Statistics. Notwithstanding the preceding,no annual index shall exceed three percent(3%).The City may also,by resolution,elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to implement same(in a particular year). Proposers'failure tc comply with this provision shall be deemed a material breach under this proposal,under which the City may, at its sole option, immediately deem said Proposer as non-responsive, and may further subject Proposer to additional penalties and fines, as provided in the City's Living Wage Ordinance, as amended. Further information on the Living Wage requirement is available at www.miamibeachfl.gov/procurement/. LIVING WAGE REQUIREMENTS ARE ONLY APPLICABLE TO THOSE:PROJECMCONTRACTED PURSUANT TO GROUP 1 (TIMEAND,MATERIALS).PRIDING.METHODOLOGY AS DETAILED IN SECTION:C2 21 SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees to the living wage requirement. 8. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited contracts valued at over S100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks,the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach,who are awarded a contract pursuant to competitive proposals, to provide'Equal Benefits"to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach,Florida;and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? YES x NO B. Does your company provide or offer access to any benefits to employees with(same or opposite sex)domestic partners*or to domestic partners of employees? YES x NO C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health x Sick Leave x Family Medical Leave x Bereavement Leave x x If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage)you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached)with all necessary documentation.Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at www.miamibeachfl.gov/procurement!. 9. Public Entity Crimes. Section 287.133(2)(a), Florida Statutes, as currently enacted or as amended from time to time, states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal, Proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a proposal, Proposal,or reply on a contract with a public entity for the construction or repair of a public building or public work;may not submit proposals, Proposals,or replies 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 in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of IT 2N 015-090-JR 1 7 being placed on the convicted vendor list. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document. Proposer agrees with the requirements of Section 287.133,Florida Statutes,and certifies it has not been placed on convicted vendor list. 10. Acknowledgement of Addendum. After issuance of solicitation,the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are solely responsible for asst.ring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addendum may result in Proposal disqualification. Initial to Confirm Initial to Confirm Initial to Confirm Recut G�'g►l�t,�, Addendum 1 Addendum 6 Addendum 11 Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. Balance of Page Intentionally Left Blank ITN 2015-090-JR 18 DISCLOSURE,AND DISCLAIMER-SECTION' The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the"City")for the recipient's convenience. Any action taken by the City in response to Proposals made pursuant to this solicitation; or in making any award,or in failing or refusing to make any award pursuant to such Proposals, or in cancelling awards, or in withdrawing or cancelling this solicitation, either before or after issuance of an award,shall be without any liability or obligation on the part of the City. In its sole discretion, the City may withdraw the solicitation either before or after receiving Proposals, may accept or reject Proposals, and may accept Proposals which ceviate from the solicitation,as it deems appropriate and in its best interest. In its sole discretion,the City may determine the qualifications and acceptability of any party or parties submitting Proposals in response to this solicitation. Following submission of a Bid or Proposal, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data. relating to the Proposal and the applicant including, without limitation, the applicant's affiliates, officers, directors,shareholders,partners and employees,as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposers. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete.The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents,or on any permitted communications with City officials,shall be at the recipient's own risk. Proposers should rely exclusively on their own investigations,interpretations, and analyses.The solicitation is being provided by the City without any warranty or representation,express or implied, as to its content, its accuracy,or its completeness. No warranty or representation is made by the City or its agents that any Proposal conforming to these requirements will be selected for consideration,negotiation,or approval. The City shall have no obligation or liability with respect to this solicitation,the selection and the award process,or whether any award will be made.Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer,is totally relying on this Disclosure and Disclaimer,and agrees to be bound by the terms hereof.Any Proposals submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Proposal. This solicitation is made subject to correction of errors, omissions,or withdrawal from the market without notice. Information is for guidance only,and does not constitute all or any part of an agreement. The City and all Proposers will be bound only as, if and when a Proposal (or Proposals), as same may be modified, and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties.Any response to this solicitation may be accepted or rejected by the City for any reason,or for no reason,without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law,and all Proposals and supporting documents shall be subject to disclosure as required by such law. All Proposals shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses.At that time, all documents received by the City shall become public records. Proposers are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Proposal,the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Proposal,and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Proposal is true, accurate and complete, to the best of its knowledge, information,and belief. Notwithstanding the foregoing or anything contained in the solicitation,all Proposers agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any action or inaction by the City with respect thereto, such liability shall be limited to S10,000.00 as agreed-upon and liquidated damages.The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. ITN 2015-090-JR 19 ;PROPOSER CERTIFICATION I hereby certify that: I, as an authorized agent of the Proposer, am submitting the following information as my firm's Proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; Proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of Proposal submitted; Proposer has not divulged, discussed, or compared the Proposal with other Proposers and has not colluded with any other Proposer or party to any other Proposal; Proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this Proposal, inclusive of the Proposal Certification, Questionnaire and Requirements Affidavit are true and accurate. Name of Proposer's Authorized Recresentative: Title of Proposer's Authorized Representative: Gabriel Dominguez-Nunez President Signature of Proposer's A oriz Repr ntative: Date: Z. s I State of FLORIDA ) On this 2 day of Feb Yi 20)S,personally appeared before meC w.eI uta.t who County of Phi am t ck ) stated that (s)he is the Pr,ssdeeft4 of t otn ?owl wl a corporation, and that the instrument was signed in behalf of the saiecor oration by authority of its board of directors and acknowledged said P Y Y 9 instrument to be its voluntary act and deed. Before me: ISABELCAMPOS Not-t Public for'he St of Florida .r%; MY COMMISSION EE 169320 My'.mmission Expires: Oy 1A9 '•.-�;,, ! EXPIRES:April 9,2016 >�O 8��ied Thru Budget Notary Services ITN 2015-090-JR 20 i Halcyon Builders Quality and Service Halcyon Builders provides the following organizations with a variety of projects of all sizes on an ongoing basis. Mount Sinai Medical Center 4300 Alton Rd Miami Beach, FL 33140 Mr.Joseph Hagler, Director Construction Services Mobile:(786)318-8632 Office: (786)674-2525 Email: jhagler @msmc.com Over the last four years, Halcyon Builders has provided construction services for the main campus and satellites in Aventura,Coral Gables, Hialeah, etc. Projects range from a public garden with seating, landscape and walkways, refurbishment of doctors'offices,full renovations to the Women Diagnostic Center,auditoriums,statue relocations,etc. Work has been performed with our own crews as well as with subcontractors. All projects have been permitted through the City of Miami Beach Building Department. Miami Jewish Health System 5200 NE 2nd Ave Miami, FL 33166 Mr.Jason Pincus, Director Mobile:(786) 253-2632 Office: (305) 514-8745 Email: jpincus @mjhha.org As an ongoing customer, Halcyon Builders has re-done all the finishes at the Irvin Cypen Residential Tower,a brand new ladies hair salon,the Ruby Auditorium refurbishment, kitchen renovations, amongst other projects. Florida PACE Centers 60 East 3rd St Hialeah, FL 33010 • Mrs.Joyita Garg, Director Mobile:(786)212-4825 Email: JGarg @mjhha.org We have provided construction services for the relocation of the Orthopedic Department, Rehabilitation and Occupational Therapy Department,a new storage facility as well as other small projects on an ongoing basis for both the Hialeah and Downtown sites. Halcyon Builders, Inc. 8862 SW 129 Terrace 0 Miami, FL 33176 (786)732-4156 Office 0 (786)732-4157 Fax r %.., STATE OF FLORIDA ph--;':',!k. ° ; DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION ill:++ - ,... ° 'A' CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487-1395 "`.rooD 1940 NORTH MONROE STREET TALLAHASSEE FL 32399-0783 DOMINGUEZ-NUNEZ, GABRIEL HALCYON BUILDERS INC 13531 SW 77 CT PINECREST FL 33156 Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and i Professional Regulation. Our professionals and businesses range �riiVi ■. STATE OF FLORIDA from architects to yacht brokers,from boxers to barbeque restaurants, -'' $ DEPARTMENT OF BUSINESS AND and they keep Florida's economy strong. PROFESSIONAL REGULATION Every day we work to improve the way we do business in order to CGC1510363 ISSUED: 07/29/2014 serve you better. For information about our services, please log onto www.myfloridalicense.com. There you can find more information CERTIFIED GENERAL CONTRACTOR about our divisions and the regulations that impact you, subscribe DOMINGUEZ-NUNEZ,'GABRIEL to department newsletters and learn more about the Department's HALCYON BUILDERS INC_ ` initiatives. _- ^-')ur mission at the Department is: License Efficiently, Regulate Fairly. le constantly strive to serve you better so that you can serve your customers. Thank you for doing business in Florida, IS CERTIFIED under the provisions of Ch.489 FS. and congratulations on your new license! Expiration date:AUG 31,2015 L1407290001499 DETACH HERE RICK SCOTT, GOVERNOR KEN LAWSON, SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION ce CONSTRUCTION INDUSTRY LICENSING BOARD _;� ,, � 74-` oa; °LICENSE;NUMBER; ~ '-` zP'3 CGC1510363 - G� The GENERAL CONTRACTOR ;�=.___. s Named below IS CERTIFIED 4�°° o_ a Under the provisions of Chapter 489 FS. Expiration date: AUG 31, 2016 • • DOMINGUEZ-NUNEZ, GABRIEL-IEL- '�1� =�,_.• HALCYON BUILDERS INC •- .,_ i't :". 8862 SW 129 TERRACE,:STE B MIAMI FL 33176 :; '; r. o. • ti icci iGn• n7»oi,n1a fICIDI AY AC RF('iI IIREn RV 10\A/ SF()a 11am74nnn1a4a 007935 Local Business Tax Rceipt .:_. _ Miami—Dade County, State of Florida -THIS IS NOT A BILL - DO NOT PAY - r' 6011498 BUSINESS NAME/LOCATION RECEIPT NO. EXPIRES HALCYON BUILDERS INC RENEWAL SEPTEMBER 30, 2015 1400 NW 10 AVE RG 6272223 Must be displayed at place of business MIAMI FL 33136 Pursuant to County Code Chapter 8A-Art.9&10 OWNER SEC.TYPE OF BUSINESS HALCYON BUILDERS INC 196 GENERAL BUILDING CONTRACTOR PAYMENT RECEIVED CGC1510363 BY TAX COLLECTOR Worker(s) 1 $45.00 09/29/2014 CREDITCARD-14-042301 • This Local Business.Tax Receipt only confirms payment of the Local Business Tax.The Receipt is not a license, permit,or a certification of the holder's qualifications,to do business. Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT NO.above must be displayed on all commercial vehicles-Miami-Dade-Code Sec 8a-276. For more information,visit www.miamidade.gov/taxcollector Halcyon Builders Quality and Service Halcyon Builders was formed on October 5,2005 by Mr. Gabriel Dominguez Nunez. Its initial mission,and for the next five years,was to permit and direct work for the University of Miami, School of Medicine.The scope of the work realized during that time included renovations big and small,generally interior renovations to office spaces,educational facilities and research laboratories. The bulk of the renovations were self-performed with in-house crews,subcontracting only the mechanical, electrical and plumbing disciplines. From October 10, 2010 onward Halcyon expanded to other organizations,as previously stated. Since early 2011 Halcyon Builders is one of the contractors that takes care of Mount Sinai Medical Center in Miami Beach and their satellites offices. Our crews work there on a daily basis, performing contracted work as well as time and materials. The scope of projects has our crew often framing metal walls,cladding with drywall and finishing it,all sorts of repair and painting jobs, installing new doors and frames, installing pass- through windows,stucco patches,and acoustical ceiling installations (grid and tiles).Very often our duties include capping off or opening up plumbing lines, adding or deleting electrical switches,outlets, lighting etc. We have done installations with impact resistant drywall, and anti-ligature hardware on behavioral health facilities. The majority of the projects completed for this client were permitted and inspected by the City of Miami Beach Building Department and are public record. Some of the projects were done as a Design Build type,where the architectural and engineering services were provided by Halcyon. Halcyon Builders, Inc. 8862 SW 129 Terrace 0 Miami, FL 33176 (786)732-4156 Office 0 (786)732-4157 Fax r \ i \ N • or N L = i o cu 'a. (13 E Q E o 'E o . co u2 03 °oN a) a) w c U vii 0 4O L cu Q r 1 cu A> ea u L aJ X L or Q a A +, / c _� 9 U Z a, • L — E c v L �� N Q p to O C� a c cti = c c c C to cu O aJ �p co O E �°— v > 2 -� c O •@ a--+ �E y " o +� O U >,= co O •L O. �n U 0 O NJ p O al ' 'u, a cn I OD t co O \ . J f C , co c E - cu 7 O L > S LL 2 O I �, W • L v N o f0 a, c a Ce CD L E L n c ai C 47 C C� > a = O Q. u- Q ca O. t- ai a� c - c a 13 o CL 0 U C U U d QJ cn Q CO ti C c`a • U ,, N. A ! \ A I ■ A \ / • Halcyon Builders Quality and Service TEAM MEMBER ROLES As detailed in the organizational chart,the team that will work on time and materials type projects will be under the direction of our superintendent,Joe Perroni, and/or our working foreman, Michael Mullen.They will coordinate the activities of our crew of carpenters. For the lump sum type projects, our project manager is Ms. Kasia Johnson,who will coordinate all activities pertaining to the project, manage the schedule and interact with the City of Miami Beach officials in charge. We partnered with Alexandra Cardenas AIA,for the purpose of producing sketches,working drawings and full construction drawings,should the need arise. On our administrative end, Isabel Campos,our Office Manager, is in charge of our AP and AR,as well as managing all the documentation necessary to keep the projects current. She is also in charge of ordering materials and helps coordinates deliveries. She creates and maintains project schedules and coordinates permitting processes. Serena Dominguez provides administrative support. Gabriel Dominguez Nunez will be the contact point and will be involved on all aspects,whether administrative or operational,as they relate to this contract. Halcyon Builders, Inc. 8862 SW 129 Terrace 0 Miami, FL 33176 (786)732-4156 Office 0 (786)732-4157 Fax Gabriel Dominguez Nunez 13531 SW 77th Court Pinecrest, Florida 33156 Cellular: 786.367.2083 Residence:305.252.2321 E-mail:gabriel @halcvonbuilders.net Business owner with twenty five years of progressive responsibility in a top-ranked medical center. Effective manager with the unique ability to recruit, train, and motivate people. Proven, successful record in the management of renovation projects, implementation of computer-aided facilities solutions, and support of the organization's strategic goals. A problem solver with human resource skills. Professional Experience Halcyon Builders, Inc., Miami, Florida (10 years) President 2005-Present Responsible for running day to day operations of the company. In charge of all financial decisions. Oversee complete estimating and project bidding cycle. Directly coordinate and supervise all ongoing projects. University of Miami School of Medicine, Miami, Florida (20 years) Director,Medical Facilities Planning and Construction 2003-2010 (6 years) As Director of Medical Facilities,oversaw the development of satellite clinics as well as an aggressive program to renovate newly acquired facilities in the Medical Campus. Worked with Hospital administration to develop much needed treatment and diagnostic clinics for the departments of Radiation Oncology,Cardiology, and Neurology amongst others. Responsible for up to 25 to 30 million in construction projects yearly. Managed team of five project managers and their support staff. Manager IV, Facilities Planning and Construction 1998-2003 (5 years) Manage department with$13-16 million yearly in construction projects Direct project management team in the planning and construction of projects throughout the campus and off- sites Projects included those at the University of Miami Hospital and Clinics,Sylvester Comprehensive Cancer Center, Bascom Palmer Eye Institute,and Naples Eye Clinic,as well as renovations for the education and research community. Instrumental in providing all logistical support to top administration committees. Manager III, Facilities Planning and Construction 1994- 1998 (4 years) Responsible for the direction and management of the Department of Facilities Planning and Construction, including fiscal planning,accounting,and audits pertaining to construction projects Preparation of departmental annual budget Hiring and training of departmental personnel Assignment of projects and supervision of Project Managers' performance Direct the interaction with design professionals,contractors,users,and various governmental agencies Created the Graphics group in charge of the conversion of all building records to AutoCAD and its subsequent publishing on the Internet Project Manager, Facilities Planning and Construction 1989- 1994 (5 years) Completed numerous large-scale renovations brought about by the partnership of four major facilities (Papanicolau,Gautier,Sylvester,and DRI)with all associated renovations and relocations Accomplishments Construction of a state-of-the-art 7,000 square foot Laparoscopy Training Center Development of satellite Ophthalmology clinics in the South Florida region and Ophthalmology Imaging Suite Renovations to accommodate a 3T MRI,installation of CT and PET/CT scanners as well as two LINACs Development and construction of new teaching spaces as required by new medical curriculum Extensive research laboratory renovations for the Sylvester Cancer Center,Genetics,etc.to include BL3 and 4 Design,development,and construction of the Executive Suite,which includes the Office of the Dean Education Barry University,Miami Shores,Florida Bachelor of Science,Business Administration, 1989 GPA 3.50 Major GPA 4.00 State of Florida,Tallahassee,Florida State Certified General Contractor# 1510363 Committees Departmental Continuous Improvement Committee,Coordinator(Present) Medical Building and Ground Committee,Coordinator(1998-2003) University Purchasing Department Standardization Committee,Member(2002) Capital Projects Committee,Member(1999-2001) Professional Organization Memberships International Facilities Managers Association,Member American Society of Healthcare Engineering,Member References provided upon request. Gabriel Dominguez-Nunez Page 2 3745 SW 60th Place Tel. 786.353.2439 Miami, Florida, 33155 alexandrac @espaziodesign.com Naly Alexandra Cardenas Barrero, Florida Registered Architect, LF,ED AP Experience Jan 2010—Present Espazio Design Corp. Miami,FL Principal—Office,Mixed Use and Residential • Complete Project Development from Initial Concept Design through Construction Administration of projects ranging in size from residential additions to multi story towers. • Manage and Coordinate all Disciplines throughout design and construction to achieve projects within projected time frame and within budget. March 2006—Jan 2010 Beame Architectural Partnership Coral Gables,FL Associate-Project Manager—Retail,Mixed Use and Hospitality • Manage the design and production of International Projects(mainly in Latin America)from the Initial Concept through the Design Development phase. Projects range from renovations to existing shopping centers to the creation of new retail nodes in major Latin American Cities. • Manage a team of architects to fulfill project goals and objectives. Oct.2004—March 2006 Arquitectonica Miami,FL Associate—Project Architect—High Rise Residential and Mixed Use • Carry projects through the entire MUSP Process from initial client meetings through submittals and hearings required for approval. • Coordinate,meet and resolve issues with City Officials,Lawyers,Clients, Consultant,FDOT personnel and neighborhood associations. • Manage a team of architects to fulfill objectives of a variety of projects at a time. June 2001 —Oct.2004 Bermello Ajamil and Partners Miami,FL Job Captain—Healthcare and Higher Educational Facilities • Support the design,development and production of projects from initial concept through construction management. • Design of projects through the use of 3D renderings subsequently refined for use in marketing Jan. 1998—June 2001 University of Miami Facilities Dept. Miami,FL Intern Architect-Healthcare • Support architects and project managers in the renovation to over 22 Medical Campus Buildings. Education 2001-2004 Florida International University Miami,FL • Master of Science in Construction Management 1996-2001 University of Miami Coral Gables,FL • Bachelor of Architecture/Minor in Business Administration • Honors Graduate,Florida Academic Scholar,2006 Recipient of National Collegiate Architecture and Design Award,National Alpha Lambda Delta Honor Society Skills AutoCAD,3D Studio VIZ,M-Color,Adobe Photoshop,Microsoft Word,Excel, Power Point,General understanding of Revit and Sketchup Languages Bilingual: Fluent in both English and Spanish Chloe Keidaish,Principal,Stodio X Architects(Tel. 305.439.3809) References Gabriel Dominguez,Owner,Halcyon Builders(Tel. 786.367.2083) Francilis Domond,President,DNB Design Group(Tel.305.546.7281) Kasia Johnson, IIDA,LEED AP ID+C 466 SE 14th Street,Dania Beach, FL 33004 (954)300-6764 Cell Qualifications Summary: Over 15 years of providing excellent professional services and solving challenges in Interior Design, Project Management, Furniture Specification and Procurement and LEED/Green Building design for commercial offices, medical and government facilities up to 135K sq.ft. Experience: Project Manager, CBI South Florida, Fort Lauderdale,FL(July 2013-Present) Manage projects to specify and deliver workplace furniture solutions for commercial facilities. Communicate with the client to obtain project scope, budget and timeline. Provide creative space planning solutions and furniture layouts. Prepare detailed proposals including specifications and finishes to meet client budget. Obtain subcontractor RFP's for installation and other miscellaneous services. Complete the order entry process including client account management,obtaining payment/purchase orders and acknowledging order accuracy. Communicate with vendors to confirm and track orders. Coordinate construction schedules for furniture delivery and installation and provide project punch and resolution upon completion. Project Manager,Halcyon Builders,Inc, Pinecrest,FL(Dec 2011—July 2013) Responsible for planning,executing and closing construction projects for commercial, medical and residential facilities. Managed the construction bid process-sent bids for RFP's and reviewed construction documents and bid responses for accuracy. Developed a construction schedule,timeline and budget and coordinated trades, inclusive of the scheduling of inspections. Established and maintained a project budget and scope of work. Prepared change orders and obtained client approvals when necessary. Provided space planning solutions and finish selections when requested. Completed a final punch for both construction and furniture at job completion. Reviewed and approved subcontractor and furniture invoices for payment. Sr. Interior Designer/Owner, Design or Services,Inc. Dania Beach, FL(Feb 2001-Present) Provided all aspects of Interior Design:Conceptual;Schematic; Design Development;Construction Documents&Administration for corporate, medical and residential facilities. Provided construction project management services for the renovation of corporate offices; medical and residential facilities. Provided furniture consultation services including layouts;specifications; bids; pricing;quality& warranty review; and installation & punch. Provided LEED project consultation. Educated clients on the health, economic and environmental benefits of using sustainable materials, low VOC content and energy efficient products;and recommend environmental and health conscious solutions for all projects. Design Manager, Office Interiors International,Miami,FL(Aug 2000-Feb 2001) Supported furniture dealer sales staff by providing programming;space planning;finish selections and furniture specifications for corporate projects. Obtained field measurements and prepared AutoCAD drawings; reviewed specifications, orders and site conditions and supervised installation teams. Designer,Sun Office,Miami,FL(Sep 1999-Aug 2000) Supported furniture dealer sales staff by providing programming;space planning;finish selections and furniture specifications for corporate projects.Obtained field measurements and prepared AutoCAD drawings. Designer,BKM Total Office of California, Los Angeles, CA(Dec 1997-Aug 1999) Developed standards for modular workstations for offices up to 100K sq.ft.; performed reconfiguration and move services for corporate offices. Supported furniture dealer sales staff by providing programming;space planning;finish selections and furniture specifications for corporate projects. Obtained field measurements and prepared AutoCAD drawings. Project Designer, DeKalb Office Environments,Atlanta, GA(Jan 1997-Dec 1997) Created space plans according to design program, adjacency requirements and corporate standards for office facilities up to 100K sq ft.;specified furniture and building finishes and provided interior construction drawings. Jr. Designer,Heery International,Atlanta,GA(Jul 1996 Jan 1997) Assisted with space planning;furniture,fixture and equipment specification for educational facilities and corporate office as well as produced wall,door and millwork elevations and details in AutoCad. Maintained and updated the interiors library and vendor contact information. Education: American College for the Applied Arts,Atlanta,GA Bachelor of Arts in Interior Design License&Certifications: Leadership in Energy and Environmental Design Accreditation-Interior Design+Construction (LEED AP ID+C) ID#10243350 State of Florida Department of Business and Professional Regulation—Interior Designer License #ID-0004525 State of Florida Department of Business and Professional Regulation-Interior Design Business License #18-0001291 National Council for Interior Design Qualification(NCIDQ) Certificate#016564 JOE PERRONI 6725 HARDING AV #304 MIAMI BEACH, FL 33141 (786)326-3626 OBJECTIVE CONSTRUCTION SUPERINTENDENT- PROJECT MANAGER EXPERIENCE 2011 TO PRESENT Halcyon Builders,Inc. Miami,FL SUPERINTENDENT o Coordinate crew member schedules and verify time worked • Supervise quality of work assigned Ensure that work is completed on time o General carpentry work Work performed includes:framing,drywall,finishing,painting,acoustical ceilings,installation of doors and frames,reconfiguration of spaces,plumbing,electrical,etc. 1997 TO 2011 Joe Perroni Inc. Miami,FL PRESIDENT } Coordinated and managed all assigned interior renovation work at Jackson Hospital and University of Miami • General carpentry work o Framing,drywall,finishing,painting 1990 TO 1997 Weather Guard Roofing&Paint Miami,FL MANAGER Scheduled jobs • Supervised roofers and painters Inspected quality of all work done 1982 TO 1990 CRS Paint Miami,FL MANAGER/ PAINTER M Working foreman for painting company • Supervised painters Coordinated projects to be completed in an orderly and timely fashion Isabel Campos Objective Accounting/Customer Service/Office Management/Project Management Skills • Able to multi task and handle several projects at the same time • Skilled in customer service and telephone operations • Notary • Possess solid computer skills. Proficient in Microsoft Office System(Microsoft Word, Excel, Publisher, Power Point,etc.),for data entry and retrieval;to update and maintain data • Proficient in Quickbooks • Certified in Microsoft Project • Keyboarding speed:40 WPM • Able to learn proprietary systems/applications quickly and easily • Work well independently or as part of a team with or without supervision • Fluent in Spanish/English • Familiar with general office equipment including copiers,fax machines,and 10-key calculators Experience 5/2012—Present Halcyon Builders, Inc. Miami,FL Office Manager • Provide administrative support to President • Keep all company corporate documents current(insurances,licenses,etc) • Manage office • Provide customer service to clients and vendors • Prepare and expedite construction permits • Maintain Quickbooks company file current and reconciled • Operations accounting • Accounts payables • Accounts receivables • Help coordinate projects, reconcile accounts,order materials,keep track of schedules 5/2011—05/2012 T&A Builders,Inc. Coral Gables,FL Construction PM Assistant • Provide administrative support to President and Operations Manager • Keep all company corporate documents current(insurances,licenses,etc) • Manage office • Provide customer service to clients and vendors • Prepare and expedite construction permits • Produce legal documents regarding construction • Assist in coordination of all facets of design and construction • Accounts payables • Accounts receivables 9/2005—9/2010 University Of Miami Facilities Planning and Construction Miami, FL Facilities Project Coordinator/Executive Administrative Assistant/Administrative Assistant • Responsible for managing and customizing departmental Projecto database • Projecto database trainer for department personnel • Handle all project Permitting with City of Miami, Miami Dade County,etc • Manage and coordinate projects including but not limited to interior finishes renovations Phone(786)447-1110 E-MAIL i campos @hotmaii.com • Process vendor invoices and manage project budgets • Assistant to two Project Managers(Also their back up while they are out) • Assist in coordination of large moves and installations of medical and office equipment • Create,track,and update project schedules • Responsible for obtaining and recording all information for close out documents • Coordinate meetings for Project Managers between UM Staff,architects,contractors,and vendors • Create reports for upper management that include project updates,cost per square foot estimates,and permit information • Provide customer service to end user and vendors • Back up,when needed,for(2)Project Manager assistants • Back up to create new projects, prepare funding paperwork,maintain departmental Imprest Fund Account,create financial reports,input IDRs and journal entries into the database • Reconciliation of project accounts • Familiar with DMAS and FRS(university accounting databases) • Assist Director 3/2005-9/2005 University Of Miami Physical Plant Miami, FL Assistant/Receptionist • Handle incoming calls, inquiries,and concerns • Mail Sorting for various departments • Data Entry of work order invoices 5/2004-3/2005 Hiatus New Orleans, LA Finishing Cosmetology School 1/2001—5/2004 Jardin De Beaute' New Orleans,LA Receptionist/General Office • Handled both dial-in and dial-out telephone contacts • Utilized proprietary software for entering customer information into a computerized database • Served as assistant bookkeeper processed accounts payables/receivables • Manage financial transactions, posting debits and credits, producing financial statements • Manage payroll and prepare payroll tax returns • Cashier 11/2003—5/2004 (Temp) First City Court New Orleans, LA Deputy Clerk • Effectively handled customer inquiries for the information center • Prepared,typed,and mailed notices of hearings • Determined involved parties, mailed calendars,and updated data base • Forwarded decisions of Deputy and Assistant Deputy to appropriate parties • Maintained files and coordinated attorney correspondence 8/2003—9/2003 (Temp) Grammaton Publishing Company New Orleans,LA Assistant to Executive Director • Effectively handled customer inquiries for the information center • Submitted book orders • Controlled stock inventory Phone(786)447-1110 E-MAIL i campos@hotmail.com Education 06/2006—03/2007 New Professions Technical Institute Flagler Street Miami, FL Program: Medical Administration Specialist 08/2003—12/2004 John Jay Beauty School Robert E Lee Ave. New Orleans, LA Program:Cosmetology 08/2002—05/2003 Grace King High School Grace King PI. Metairie, LA Phone(786)447-1110 E-MAIL i camposphotmail.com Halcyon Builders Quality and Service Halcyon Builders proposes to supply sufficient resources to satisfy the project requirements as specified on this bid. With over thirty years of construction experience,we have developed a depth of subcontractor contacts that allows us to tackle a large variety of projects. Our own crew is composed of fully experienced carpenters able to professionally complete all construction tasks. On a regular basis they work on the following tasks: • Demolition of walls,and ceiling assemblies • Trenching • Framing of walls • Drywall hanging and finishing • New ceiling grid and ceiling tile install • Hang doors and frames • Supply and install windows • Structural forming carpentry • Concrete work for columns,tie beams,floors, decks,trusses, etc. • Assemble and install benches,tables,grilles,etc. • Wood framing and cladding • Decks • Block walls,stucco finish,stucco patching • Interior and exterior sealing and painting Halcyon Builders, Inc. 8862 SW 129 Terrace 0 Miami, FL 33176 (786)732-4156 Office 0 (786)732-4157 Fax -- F. STATE OF FLORIDA ,_ : ..:. : DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION .t : `. CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487-1395 ,E o .t 1940 NORTH MONROE STREET TALLAHASSEE FL 32399-0783 DOMINGUEZ-NUNEZ, GABRIEL HALCYON BUILDERS INC 1 13531 SW 77 CT PINECREST FL 33156 Congratulations! With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range ;�%�'� - STATE OF FLORIDA from architects to yacht brokers,from boxers to barbeque restaurants, .;CIO-'15 DEPARTMENT OF BUSINESS AND and they keep Florida's economy strong. PROFESSIONAL REGULATION Every day we work to improve the way we do business in order to CGC1510363 ISSUED: 07/29/2014 serve you better. For information about our services, please log onto - www.myfloridalicense.com. There you can find more information CERTIFIED GENERALCONTRACTOR about our divisions and the regulations that impact you, subscribe DOMINGUEZ-NUNEZ,'GABRIEL. to department newsletters and learn more about the Department's initiatives. HALCYON BUILDERS INC: ---cur mission at the Department is: License Efficiently, Regulate Fairly. . /e constantly strive to serve you better so that you can serve your customers. Thank you for doing business in Florida, IS CERTIFIED under the provisions of Ch.489 FS. and congratulations on your new license! Expiraticndate :AUG 31.2015 L140725000 i459 DETACH HERE RICK SCOTT, GOVERNOR KEN LAWSON, SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION o • CONSTRUCTION INDUSTRY LICENSING BOARD :. :.o,., ;LICENSE-NUMBER" f„t.. 1-- ;s"-�' '- . �- CGC1510363 ` ,, , „ ' Ei The GENERAL CONTRACTOR '.,- �-aµ �s •C Named below IS CERTIFIED •� `� y °aa`w>r Under the provisions of Chapter 489 FS. ' Expiration date: AUG 31, 2016 • ® r!. 0 DOMINGUEZ-NUNEZ, GABRIEL'L' • HALCYON BUILDERS INC '} 8862 SW 129 TERRACE,:STE B •,�. ; MIAMI FL 33176- -.1-r , r , MCI IGn• 11700r)rl1d r1ICPi AV aC RPni IIRFrl RV I MA/ CF(1 it 114n724nnnlaaQ 007935 Local usiness Tax Receipt Miami—Dade County, State of Florida -THIS IS NOT A BILL - DO NOT PAY • 6011498 BUSINESS NAME/LOCATION RECEIPT NO. EXPIRES HALCYON BUILDERS INC RENEWAL SEPTEMBER 30, 2015 1400 NW 10 AVE RG 6272223 Must be displayed at place of business MIAMI FL 33136 Pursuant to County Code Chapter 8A-Art.9&10 OWNER SEC.TYPE OF BUSINESS HALCYON BUILDERS INC 196 GENERAL BUILDING CONTRACTOR PAYMENT RECEIVED CGC1510363 BY TAX COLLECTOR Worker(s) 1 $45.00 09/29/2014 CREDITCARD-14-042301 This Local Business Tax Receipt only confirms payment of the Local Business Tax.The Receipt is not a license, permit,or a c:rtification of the holder's qualifications,to do business. Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT NO.above must be displayed on all commercial vehicles-Miami-Dade Code Sec 8a-276. For more information,visitwww.miamidade.govltaxcollector • Halcyon Builders Quality and Service Halcyon Builders provides the following organizations with a variety of projects of all sizes on an ongoing basis. Mount Sinai Medical Center 4300 Alton Rd Miami Beach, FL 33140 Mr.Joseph Hagler, Director Construction Services Mobile:(786)318-8632 Office: (786)674-2525 Email: jhagler @msmc.com Over the last four years, Halcyon Builders has provided construction services for the main campus and satellites in Aventura,Coral Gables, Hialeah,etc. Projects range from a public garden with seating, landscape and walkways, refurbishment of doctors' offices,full renovations to the Women Diagnostic Center, auditoriums,statue relocations,etc. Work has been performed with our own crews as well as with subcontractors. All projects have been permitted through the City of Miami Beach Building Department. Miami Jewish Health System 5200 NE 2nd Ave Miami, FL 33166 Mr.Jason Pincus, Director Mobile:(786) 253-2632 Office: (305)514-8745 Email: jpincus @mjhha.org As an ongoing customer, Halcyon Builders has re-done all the finishes at the Irvin Cypen Residential Tower,a brand new ladies hair salon,the Ruby Auditorium refurbishment, kitchen renovations, amongst other projects. Florida PACE Centers 60 East 3rd St Hialeah, FL 33010 Mrs.Joyita Garg, Director Mobile:(786) 212-4825 Email: JGarg @mjhha.org We have provided construction services for the relocation of the Orthopedic Department, Rehabilitation and Occupational Therapy Department,a new storage facility as well as other small projects on an ongoing basis for both the Hialeah and Downtown sites. Halcyon Builders, Inc. 8862 SW 129 Terrace 0 Miami, FL 33176 (786)732-4156 Office 0 (786)732-4157 Fax !r. , Ir Halcyon Builders Quality and Service Halcyon Builders will have two company vans and crews assigned to the City of Miami Beach. The crew and equipment requirements are scalable to the demands of the particular project assigned. We can self-perform on most of the construction related tasks. Our response ability is complemented by very many subcontractors that work with us: • Heavy equipment operators (Backhoe,front loaders,etc.) • Structural forming and pouring • Roofers • Mechanical Contractors • Electrical Contractors • Plumbing Contractors • Paving • Tiling and pavers We manage our operations with Quickbooks Contractor. With this software package we manage our accounting, reporting and tracking. Should we be awarded a contract, we will set up the work for the City as stand-alone company file,separate from other unrelated work. This will allow auditing and record sharing with City officers at the click of a button. Each project or task that we perform is assigned a distinct project number. All project related activity is then filed under that number which makes retrieval and review a very easy task. We use Microsoft Project to develop our project schedules and workflow logic. We track the progress of the schedule and note any relevant information as needed (such as rain days, supplier or shipping delays, etc.) Over the years,we have developed a strict safety protocol not only to comply with OSHA requirements but also to take care of our own workforce and to avoid disruptions at the jobsite. This has resulted in a negligible number of accidents. Halcyon Builders, Inc. 8862 SW 129 Terrace 0 Miami, FL 33176 (786)732-4156 Office 0 (786)732-4157 Fax COST PROPOSAL FORM (APPENDIX D) Failure to submit Section 5,Bid Price Form, in its entirety and fully executed by the deadline established for the recei et of 'ro u osals will result in Pro'osal bein a deemed non-res'onsive and bein a re-ected. Bidder affirms that the prices stated on the proposal price form below represents the entire cost of the items in full accordance with the requirements of this ITN, inc.usive of its terms,conditions, specifications and other requirements stated herein,and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance,cost indexes or any other unless a cost escalation provision is a lowed herein and has been exercised by the City Manager in advance.The Bid Price Form(Section 5)shall be completed mechanically or, if manually, in ink. Cost Proposal Forms completed in pencil shall be deemed non-responsive.All corrections on the Cost Proposal Forms shall be initialed. GROUP 1 PROJECT COSTS—TIME AND MATERIAL(SEE SECTION 2.2.1) Estimated Annual Description Service Hours Total Grou• Item A B U/M Unit Cost A X B 1A Hour Rate-Re•ular 5,000 Hourly Rate $ 63.35 $316,750.00 1B Hourl Rate—Non-Re.ular 1,000 Hourly Rate $ 79.18 $ 79,180.00 Estimated Annual Gross Administrative Mark-up for Net Cost for Costs Equipment and Supplies Materials Grou• Item Descri•tion A B A X B 1C Materials $50,000 20 % $ 60,000.00 Total Group 1(1A+ 1B+1C) $455,930.00 GROUP 2 PROJECT COSTS—LUMP SUM PLUS ADMINISTRATIVE MARK-UP(SEE SECTION 2.2.2) Estimated Annual Administrative Mark-up Aggregate for Equipment and Net Cost for Project Costs Supplies Materials Grou• Item Descri•tion A B A X B Projects with Less than ° 2A Avera•e Com•lexi $250,000 27 0 $317,500.00 Projects with Average ° 2B Com•lexi $500,000 29 /0 $645,000.00 Projects with Greater than 34 0/0 335,000.00 2C Avera•e Com•lexit $250,000 $ Total Group 2(2A+2B+2C) $ 1 297 500.00 Total Proposed Costs(Group 1 Cost+Group 2 Cost)* $ 1,753,430.00 *Total Proposed Cost shall be the basis for the calculation of cost points during the evaluation process. Bidder's Affirmation Company:Halcyon Builders, Inc. Authorized Representative: Gabriel Dominguez Nunez Address: 8862 SW 129 Terrace Miami, FL 33176 Telephone: (786) 367-2083 Email: gabriel @halcyonbuilders.net Authorized Representative's Signature: 643 ITN 2015-090:JR 35