Loading...
20151216 BMMIAMI BEACH Presentations & Awards/Commission Meeting City Hall, Commission Chambers, 3rd Floor, 1700 Convention Center Drive December '16,20'15 Mayor Philip Levine Commissioner John Elizabeth Alem5n Commissioner Ricky Arriola Com m issioner Kristen Rosen Gonzalez Commissioner Michael Grieco Commissioner Joy Malakoff Commissioner Micky Steinberg City Manager Jimmy L. Morales City Attorney Raul J. Aguila City Clerk Rafael E. Granado Visff us at www.miamibeachfl.gov for agendas and video streaming of City Commission Meetings. ATTENTION ALL LOBBYISTS Ghapter 2, Article Vll, Division 3 of the City Code of Miami Beach, entitled "Lobbyists," requires the registration of all lobbyists with the City Clerk prior to engaging in any lobbying activity with the Gity Commission, any Gity Board or Committee, or any personnel as defined in the subject Code sections. Copies of the City Code sections on lobbyists laws are available in the Office of the City Glerk. Questions regarding the provisions of the Code should be directed to the Office of the City Attorney. To request this material in alternate format, sign language interpreter (five-day notice required), information on access for persons with disabilities, and/or any accommodation to review any document or participate in any City-sponsored proceedings, call 305.604.2489 and select 1 for English or 2 for Spanrsh, then option 6; ffY users may call via 711 (Florida Relay Service). ln order to ensure adequate public consideration, if necessary, the Mayor and City Commission may move any agenda item to an alternate meeting date. ln addition, the Mayor and City Commission may, at their discretion, adjourn the Commission Meeting without reaching all agenda items. AGENDA 1. Call to Order - 5:00 p.m. 2. Pledge of Allegiance led by Chloe Steinberg and Julian Grieco. 3. Requests for Additions, Withdrawals, and Deferrals We are committed to providing excellent public service and safety to all who live, work, and play in our vibrant, tropical, historic community. 1 Commission Agenda, December 1 6, 201 5 Presentations and Awards pA1 Recognition And Brief Presentation On The Re-Accreditation Of The Miami Beach Police Department By The Commission On Accreditation For Law Enforcement Agencies. (Police) PA2 Presentation To Karen Rivo, An Activist And Member Of The City's Education Committee. (Sponsored by Commissioner Micky Steinberg) REGULAR AGENDA R2 - Competitive Bid RePorts R2A Request For Approval To lssue A Request For Proposal (RFP) No. 2016-042-KB For Design/Build Services For Stormwater Pump Station At Northeast Corner Of Convention Center Drive. (Public Works/Procurement) (Deferred from December 9, 2015 - C2F) R2B Request For Approval To lssue A Request For Proposal (RFP) No. 2016-052-KB For Design/Build Services For Siormwater Pump Station At 1gth Street Between Convention Center Drive And Meridian Avenue. ( Pu blic Works/Procu rement) (Deferred from December 9, 2015 - C2F) R5 - Ordinances RsA Chapter 6 - Alcoholic Beverages An Ordinance Amending Chapter 6, Entitled "Alcoholic Beverages," Of The Code Of The City Of Miami Beach, Florida, Articte l, Entitled "ln General," Section 6-3 Thereof, Entitled "Hours Of Sale," And Amending Chapter 82, Entitled "Public Property," By Amending Article lV, Entitled "Uses ln Public Righls-Of-Way," Division 5, Entitled "sidewalk Cafes," Subdivision ll, Entitled "permit," Section A2-gaA Thereof, Entitled "Hours Of Sale Of Alcoholic Beverages, Enforcement," To Clarify That An Alcoholic Beverage Establishment Permitted To Serve Alcoholic Beverages For On-Premises Consumption Until 5:00 a.m. May Continue To Serve Alcoholic Beverages For On-Premises Consumption And For Consumption At The Establishment's Sidewalk Cafe Until 7:00 a.m. On New Year's Day And During Certain Major Event Days Or Weekends As May Be Designated Or Approved By The City Commission; And Providing For Repealer, Severability, Codification, And An Effective Date. 5:01 p.m. Second Reading Public Hearinq (Sponsored by Commissioner Grieco) (Legislative Tracking: Office of the City Attorney) (First Reading on December 9,2016 - RsM) 2 Commission Agenda, December 16, 2015 R7 - Resolutions R7A A Resolution Accepting The Recommendation Of The City Manager Pertaining To The Ranking Of Firms, PursuantTo Request For Proposals (RFP) No.2015-195-LR For Health Care Benefits Consulting Services. (ProcuremenUH uman Resources) (Deferred from December 9, 2015 - C7l) (ltem to be Submitted in Supplementa!) R7B A Resolution Authorizing The City Manager To Decline, ln Writing, The Owner's Reciprocal Right Of First Refusal, As Required Pursuant To The Terms Of Section 36.2 Of The Agreement Of Lease ("Ground Lease") Between The City ("Owner") And 1691 Michigan Ave lnvestments LP ("Tenant"), Dated As Of September 1, 1999, lnvolving The lmprovements To The Property ("Project") Located At 1691 Michigan Avenue, Miami Beach, Florida; And Further Approving Tenant's Sale Of The Project To CLPF - Lincoln, LLC GP, A Subsidiary Of Clarion Lion Properties Fund Holdings, LP ("Proposed Purchaser"), Subject To The Administration's Successful Completion Of lts Evaluation Of The Proposed Purchaser lnAccordance With Article 10 Of The Lease ("City's Due Diligence"), And Payment To The City Of lts Reasonable Costs lncurred ln Connection With The Proposed Sale lncluding, Without Limitation, Reimbursement Of The City's Due Diligence Costs; And Further Authorizing The City Manager And City Clerk To Execute Any And All Closing Documents On Behalf Of The City. (Tourism, Culture & Economic Development) (Deferred from December 9, 2015 - R7T) R7C Expediting The Proposed South Beach Component Of The Beach Corridor Transit Connection Project Consisting Of A Light Rail TransiUModern Streetcar System ln South Beach 1.Resolution Approving And Authorizing The Mayor And City Clerk To Execute A Memorandum Of Understanding Between City Of Miami Beach, Florida, City Of Miami, Florida, Miami-Dade County, Florida And Florida Department Of Transportation, District No. 6, For The Beach Corridor Direct Connection Project, lncluding Authorizing The City Contribution Of $417,000, Or 4.17% Of The Overall Study Cost. Discussion On Options To Advance The Proposed South Beach Component Of The Beach Corridor Transit Connection Project, Consisting Of A Light Rail TransiUModern Streetcar System ln South Beach, lncluding Action With Respect To June, 2015 Unsolicited Proposal Received From Greater MiamiTramlink Partners. (Transportation) (ltem to be Submitted in Supplemental) R7D A Resolution Acknowledging Commissioner Ricky Arriola's Decision To Voluntarily Forego The Full Annual Salary And Other Compensation And Benefits Afforded To The Office Of City Commissioner, As Hereinafter Set Forth ln This Resolution (The "Commissioner's Compensation") For Fiscal Year 2015-2016, And Approving The Transfer Of Funds Equivalent To The Commissioner's Compensation From The City Of Miami Beach To One Miami Beach, lnc. So That Such Funds May Be Expended By One Miami Beach, lnc. To Fund Qualified Needs And Projects, As Determined By One Miami Beach, lnc. (Sponsored by Commissioner Ricky Arriola) (Legislative Tracking: Office of the City Attorney) 2. 3 Commission Agenda, December 16, 2015 R7E A Resolution Approving And Authorizing The Mayor And City Clerk To Execute Change Order No. 6 To The Design-Build Agreement With Bergeron Land Development, lnc., Dated April 30, 2014 (The Agreement) ln The Amount Of $3,081,013 For Work Related To The West Avenue Bridge Across Collins Canal, Raising Of Dade Boulevard And Ancillary lmprovements For The City. (Public Works) (ltem to be Submitted in Supplemental) R9 - New Business and Gommission Requests RgA Board And Committee Appointments - City Commission Appointments. (Office of the City Clerk) RgB Discussion Regarding The Collins Park Parking Garage Project. (Capital lmprovement Projects) (ltem to be Submitted in Supplemental) RgC Discussion Regarding Time Capsule 2066. (Sponsored by Mayor Philip Levine) End of Aqenda 4 PA PRESENTATIONS AND AWARDS 5 Presentations and Awards PA1 Recognition And Brief Presentation On The Re-Accreditation Of The Miami Beach Police Department By The Commission On Accreditation For Law Enforcement Agencies. (Police) PAz Presentation To Karen Rivo, An Activist And Member Of The City's Education Committee. (Sponsored by Commissioner Micky Steinberg) Asenda rtem PAI-L Date l2-16-t{6 THIS PAGE INTENTIONALLY LEFT BLANK 7 R2 COMPETITIVE BID REPORTS 8 lntended Outcome S Ensure Reliable Stormwater Management And Resiliency Against Flooding By lmplementing Select Short And Lonq-Term Solutions lncludino Addressinq Sea-Level Rise COMMISSION ITEM SUMMARY Condensed Title: REQUEST FOR APPROVAL TO ISSUE A REQUEST FOR PROPOSAL (RFp) NO. 2016-042-KB FOR DESIGN/BUILD SERVICES FOR STORMWATER PUMP STATION AT NORTHEAST CORNER OF CONVENTION CENTER DRIVE Clerk's Office lative Tracki Asenda ltem - Blt Date &.-_16!5_ Item Summary/Recommendation : The pump station to be located at the northeast corner of Convention Center Drive is a part of the ongoing effort the City of Miami Beach is currently undertaking to perform improvements of the existing drainage conditions citywide to provide higher level of service by reducing flooding due to: extreme high tides, increased rainfall depth, intensity and distribution. The new pump station will be designed to convey stormwater runoff resulting from a S-year 24-hour rainfall event. The pump station will serve the redevelopment of the Convention Center and a major portion of the Lincoln Road District Projects and will cover approximately 200 acres bordered by Collins Canal to the north, Lincoln Lane South to the south, Collins Avenue to the east and half way between Michigan and Jefferson Avenues to the west. The City shall prepare the Design Criteria Package for the Project that will serve to define the design requirements for development of two separate construction documents by the selected Design Build (DB) Firm (or Firms), and for submission of their price proposal. The stormwater pump station project will consist of the installation of a pump station equipped with water quality treatment structures, a trash rack structure, an energy dissipating structure built integrally into a reconstructed seawall with openings within the seawall sized to limit the stormwater runoff velocity into the Collins/Dade Boulevard Canal. Each of the openings within the seawall will be covered with manatee grates. The City Commission's approval of this item will allow staff to proceed with the procurement process by advertising the RFP for design build services for each one of the two pump station projects. The selected DB Firm (or Firms) pursuant to the RFP will be responsible for the design and construction associated with each Project. The contract with the successful DB Firm (or Firms) will be awarded in accordance with the established requirements for award of design build contracts. RECOMMENDATION To seek proposals from interested parties, the Administration recommends that the Mayor and City Commission of the City of Miami Beach, Florida authorize the issuance of RFP 2016-042-KB for Design/Build Services for Stormwater Pump Station at Northeast Corner of Convention Center Drive. Board Recommendation: Financial Information : N/A Source of Funds: Financial lmpact Summary: N/A AAIAAAISEACH 9 MIAMIBEACH City of Miomi Beoch, I200 Convention Center Drive, Miomi Beoch, Florido 33139. www.miomibeochfl.gov TO: FROM: DATE: SUBJECT:REQUEST FOR APPROVAL TO I A REQUEST FOR PROPOSAL (RFP) NO. STATION AT NORTHEAST CORNER OF CONVENTION CENTER DRIVE ADMIN ISTRATION RECOMMENDATION Authorize the issuance of the RFQ. BACKGROUND The pump station to be located at the northeast corner of Convention Center Drive is a part of the ongoing effort the City of Miami Beach is currently undertaking to perform improvements of the existing drainage conditions citywide to provide higher level of service by reducing flooding due to: extreme high tides, increased rainfall depth, intensity and distribution. The new pump station will be designed to convey stormwater runoff resulting from a S-year 24-hour rainfall event. The pump station will serve the redevelopment of the Convention Center and a major portion of the Lincoln Road District Projects and will cover approximately 200 acres bordered by Collins Canal to the north, Lincoln Lane South to the south, Collins Avenue to the east and half way between Michigan and Jefferson Avenues to the west. The City shall prepare the Design Criteria Package for the Project that will serve to define the design requirements for development of two separate construction documents by the selected Design Build (DB) Firm (or Firms), and for submission of their price proposal. The stormwater pump station project will consist of the installation of a pump station equipped with water quality treatment structures, a trash rack structure, an energy dissipating structure built integrally into a reconstructed seawall with openings within the seawall sized to limit the stormwater runoff velocity into the Collins/Dade Boulevard Canal. Each of the openings within the seawall will be covered with manatee grates. The City Commission's approval of this item will allow staff to proceed with the procurement process by advertising the RFP for design build services for each one of the two pump station projects. The selected DB Firm (or Firms) pursuant to the RFP will be responsible for the design and construction associated with each Project. The contract with the successful DB Firm (or Firms) will be awarded in accordance with the established requirements for award of design build contracts. o MINIMUM QUALIFIGATIONS. Please Reference, Appendix C, RFP 2016-042-KB for Design/Build Services for Stormwater Pump Station at Northeast Corner of Convention Center Drive (attached). . SUBMITTAL REQUIREMENTS. Please Reference Section 0300, RFP 2016-042-KB for Design/Build Services for Stormwater Pump Station at Northeast Corner of Convention Center Drive (attached). C the City ISSION MEMORANDUM Mayor Philip Levine and Members Jimmy L. Morales, City Manager December 16,2015 10 City Commissioner Memorandum - Design/Build Services for Stormwater Pump Station at Northeast Corner of Convention Center Drive December 16,2015 Page 2 of 2 . CRITERIA FOR EVALUATION. Please Reference Section 0400, RFP 2016-042-KB for Design/Build Services for Stormwater Pump Station at Northeast Corner of Convention Center Drive (attached). GONCLUSION The Administration recommends that the Mayor and Commission authorize the issuance of the RFP 2016-042-KB for Design/Build Services for Stormwater Pump Station at Northeast Corner of Convention Center Drive is subject to funds availability approved through the City's budgeting process ATTACHMENTS Attachment A: RFP 2016-042-KB for Design/Build Services for Stormwater Pump Station at Northeast Corner of Convention Center Drive. JLM/MT/EC/AD T:\AGENDA\201S\DeoembeAPROCUREMENT DEC 16\RFP 2015-042-KB DESIGNBUILD CONVENTION CTR PUMP STATION AT NEC OF CONVENTION CTR DR - ISSUANCE MEMO.doc 11 REQUEST FOR PROPOSALS (RFP) DESIGN/BUILD SERVICES FOR STORMWATER PUMP STATION AT NORTHEAST CORNER OF CONVENTION CENTER DRIVE RFP NO. 2016-042-KB -:i1,,: ,. =illli :: '::r:'::= n RFP ISSUANCE DATE: DECEMBEiR 18, 2015 PROPOSALS DUE: FEBRUARY 4,2016 @ 3:00 PM ISSUED BY: KRISTY BADA M fiAIAfiAIBTACH KRISTY BADA, CONTRACTING OFFICER II PROCU REMENT DEPARTMENT 1755 Meridion Avenue, 3'd Floor, Miomi Beoch, FL 33.l39 305.673.7000 x621 B I kristybodo@miomibeochfl.gov www.miomibeochfl.gov 12 & TABLE OF CONTENTS SOLICITATION SECTIONS: PAGE 0100 PUBLTC NOT|CE.... .................3 0200 TNSTRUCTTONS TO PROPOSERS & GENERAL CONDTTTONS ................................4 O3OO PROPOSAL SUBMITTAL INSTRUCTIONS & FORMAT ....,,....12 0400 PRoPoSAL EVALUATTON ....... ............18 O5OO CITY OF MIAMI BEACH LICENSES, PERMITS AND FEES ,.,......,.21 APPENDIGES:PAGE APPENDIX A PROPOSAL CERTIFICATON, QUESTIONNAIRE AND AFFIDAVITS .,......23 APPENDIX B "NO PROPOSAL" FORM ........30 APPENDIX C MINIMUM REQUIREMENTS & SPECIFICATIONS ...........,.....,,32 APPENDTX D SPECTAL CONDTTTONS ........... ...............36 APPENDIX E COST PROPOSAL FORM ......39 APPENDIX F INSURANCE REQUIREMENTS ..............42 RFP 20)6-O42-KB 13 b ,tr. "l "\ t.' . *[A(t-j SECTION OlOO PUBLIC NOTICE City of Miami Beach, 1755 Meridian Avenue, 3'd Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305.673.7 490, Fax: 786.394.4006 REQUEST FOR PROPOSALS (RFP) No. 2016-042-KB DESIGN/BUILD SERVICES FOR STORMWATER PUMP STATION AT NORTHEAST CORNER OF CONVENTION CENTER DRIVE Miami Beach, Florida By means of this RFP, the City seeks to contract with a Design/Build Firm for STORMWATER PUMP STATION AT NORTHEAST CORNER OF CONVENTION CENTER DRIVE. Proposals received pursuant to this RFP will be evaluated in a two-phased process (Phase I and Phase ll). The Design/Build Firm (DBF) will be responsible for the design, permitting, construction management and construction of the Storm water Pump Station at the northeast corner of the Miami Beach Convention Center (MBCC). The work will include but not be limited to site preparation; earthwork, storm drainage infrastructure installation and streetscape improvements. ln addition to construction related services, the prolect will require engineering design, permitting, surveying seryices, utility locations, landscape architecture, and potentially geotechnical services. The Design Criteria Package (DCP) for this project shall be provided in digital format on CDs to all short-listed proposers following Phase I evaluation, Please call Kristy Bada at 305.673.7490, or e-mail kristvbada@miamibeachfl.qov to secure a CD. The cost for these CDs is $20. One may purchase a CD through the Finance Cashier located on the 1st Floor in City Hall. Please make reference of the RFP number (RFP 2016- 042-KB) and project name (DESIGN/BUILD SERVICES FOR STORMWATER PUMP STATION AT NORTHEAST CORNER OF CONVENTION CENTER DRIVE) to the Finance Cashier. After purchase, CDs are to be collected by the Proposer at the Procurement Office located on the 3rd Floor in City Hall with presentation of receipt from the Finance Cashier. A Pre-Proposal Conference, as further detailed in Section 0100-10 of the RFP is scheduled for 12:00 PM on January 5,2016 in the Procurement Department Conference Room Iocated at City of Miami Beach, 1755 Meridian Avenue, 3RD Floor, Miami Beach, FL 33139. Sealed proposals, for Phase l, will be received by the City of Miami Beach Department of Procurement, 3rd Floor, 1755 Meridian Avenue, Miami Beach, Florida 33139, until 3:00 p.m. on February 4,2016, for DESIGN/BUILD SERVICES FOR STORMWATER PUMP STATION AT NORTHEAST CORNER OF CONVENTION CENTER DRIVE (the Project). Sincerely, i**'{ -) :lf * .\'rr_J-" $r' Alex Denis Director, Procurement Department RFP 20)6-042-KB 14 b \ -ri.\.i- ni J. j\li,i\,',i,{:i\$*.\-.*t I , 1 iJL-' n\-t ! sEcTr0N 0200 .- INSTRUCTIONS TO RESPONDENTS & GENERAL CONDITIONS 1, GENERAL. This Request for Proposals (RFP) is issued by the City of Miami Beach, Florida (the "City"), as the means for prospective Proposer to submit their qualifications, proposed scopes of work and cost Statement of Qualifications (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 Proposer and, subsequently, the successful propose(s) (the "contractor[s]") if this RFP results in an award. The City utilizes PublicPurchase (wurw.publicpurchase.com) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this RFP. Any prospective proposer who has received this RFP by any means other than through PublicPurchase must register immediately wilh PublicPurchase to assure it receives any addendum issued to this RFP. Failure to receive an addendum may result in disqualification of proposal submitted. 2. PURPOSE. By means of this RFP, the City seeks to contract with a Design/Build Firm for STORMWATER PUMP STATION AT NORTHEAST CORNER OF CONVENTION CENTER DRIVE. Proposals received pursuant to this RFP will be evaluated in a two-phased process (Phase I and Phase ll). Phase I Proposers will be evaluated in accordance with the criteria established in Section 0400 for Phase I Evaluation. Following City Commission selection of the short-listed proposers pursuant to Phase I of the RFP, the short-listed proposers will be allotted approximately 45 days to prepare a detailed technical proposal for the Prolect. The short-listed proposers will also be provided, via addendum, with the formal Design Criteria Package (DCP) and Design/Build Agreement. Following Phase I short-listing and prior to receipt of proposals pursuant to Phase ll, the City may issue further information and clarifications via Addenda to the sho(-listed proposers, including (but not limited to) any amendments to the Design Criteria Package, cost tender form, form of contract, and other informational items or requirements necessary for the short-listed proposers to submit its Phase ll proposals. Additionally, the City will conduct a pre-submittal conference with short-listed proposers to facilitate prolect understanding and consider any pqect specific questions from the short-listed proposers. Phase ll proposals will be evaluated in accordance with the criteria established in Section 0400 for Phase ll Evaluation. Following City Commission approvalof the City Managers recommendation pursuantto Phase ll, the City will enter into contract negotiations and execution. is issued pursuant to Chapter 287.055, Florida Statutes, the Consultants Competitive Negotiations Act follows: This RFP (ccNA). The tentative schedule for this solicitation is as Phase I - Qualifications RFP lssued DECEMBER 18,2015 Pre-Proposal Meeting JANUARY 5, 2016 AT 12:00 PM Deadline for Receipt of Questions JANUARY 25,2016 AT 5:00 PM Responses Due FEBRUARY 4,2016 AT 3:00 PM Evaluation Committee Meeting TBD Commission Approval to Shortlist TBD Phase ll - Technical Proposals Solicitation lssued to Short-Listed Proposers TBD Pre-Submittal Meeting TBD Deadline for Receipt of Questions TBD RFP 20)6042<B 15 Proposals Due TBD Evaluation Committee Meeting to Interview TBD Commission Approval of Final Proposer TBD &l.il.\'. 1'')I-.\r*i i I \i, 1.1 \.J'r' i : *) {]/{\*" i-] questions or clanfications concerning this solicitation shall be submitted to the4. PROCUREMENT CONTACT. Any Procurement Contact noted below: Procurement Contact: Kristy Bada Telephone: 305-673-7490 Email: kristvbada@ miami beachfl.qov The Bid title/number shall be referenced on all correspondence. All questions or requests for clariflcation must be received no later than ten (10) 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. A Pre-PROPOSAL conference will be held as scheduled in Anticipated RFP Timetable section above at the following address: City of Miami Beach Procurement Department Conference Room 1755 Meridian Avenue,3RD Floor 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 pafticipating in the Pre-Proposal Submission Meeting via telephone must follow these steps: (1) Dialthe TELEPHONE NUMBER: 1- 888-270-9936 (Toll-free North America) (2) Enter the MEETING NUMBER: 5804578 Proposers who are interested in padicipating via telephone should send an e-mail to the contact person listed in this RFP 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). The City by means of Addenda will issue interpretations or written addenda clarifications considered necessary by the City in response to questions. Only questions answered by written addenda will be binding and may supersede terms noted in this solicitation. Addendum will be released through PublicPurchase. Any prospective proposer who has received this RFP by any means other than through PublicPurchace must register immediately with PublicPurchase to assure it receives any addendum issued to this RFP. Failure to receive an addendum may result in disqualification of proposal. Written questions should be received no later than the date outlined in the Anticipated RFP Timetable section. 7. C0NE 0F SILENCE. This RFP is subject to, and all proposers are expected to be or become familiar with, the City's Cone of Silence Requirements, as codified in Section 2-486 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Cone of Silence are complied with, and shall be subject to any and all sanctions, as prescribed therein, including rendering their response voidable, in the event of such non-compliance. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelq ranado@miamibeachfl.qov. RFP 2016-042-<3 16 b iilr j ,I l*ilACr'i 8. SPECIAL NOTICES. You are hereby advisefthat this solicitation is suOlect to the following ordinances/resolutions, which may be found on the City Of Miami Beach website: http://web.miamibeachfl.qov/procuremenVscroll.aspx?id=23510 . CONE OF SlLENCE.... .. PROTEST PROCEDURES.... DEBARMENTPROCEEDINGS... LOBBYIST REGISTMTION AND DISCLOSURE OF FEES................... CAMPAIGN CONTRIBUTIONS BY VENDORS,,.... CAMPAIGN CONTRIBUTIONS BY LOBBYISTS 0N PROCUREMENT tssuEs,.,........... REQUIREMENT FOR CITY GONTRACTORS TO PROVIDE EAUAT BENEFTTS FO+DOMESHG PARTNERS,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,. tlVlNGWAGEREQUIREMENT,,,,,,,,,,,-,,.,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, o PREFERENCE FOR FLORIDA SI\,,IALL BUSINESSES OWNED AND CONTROLLED BY VETERANS AND TO STATE.CERTIFIED SERVICE. DISABLED VETERAN BUSINESS ENTERPRISES... o FALSE CLAIMS 0RDINANCE,,.,,....,,,...,... ACCEPTANCE 0F GIFTS, FAVORS & SERVICES...... CITY CODE SECTION 2-486 CITY CODE SECTION 2-37,I CITY CODE SECTIONS 2.397 THROUGH 2485.3 CITY CODE SECTIONS 2481 THROUGH 2406 CITY CODE SECTION 2.487 CITY CODE SECTION 2488 GITY GODE SEETION 2 373 EITY EODE SEETIONS 2 407 THROUGH 2 .I10 CITY CODE SECTION 2.374 crTY coDE sEcTroN 70-300 CITY CODE SECTION 2449 9. PUBLIC ENTITY CRIME. A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crimes may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public bullding or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, sub-contractor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of the threshold amount provided in Sec. 287 .017 , for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 10. COMPLAINCE WITH THE CITY'S LOBBYIST LAWS. This RFP is subject to, and all Proposers are expected to be or become familiar with, all City lobbyist laws. Proposers shall be solely responsible for ensuring that all City lobbyist laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including, without limitation, disqualification of their responses, in the event of such non-compliance. 11, DEBARMENT ORDINANCE: This RFP is subjectto, and all proposers are expected to be or become familiarwith, the City's Debarment Ordinance as codified in Sections 2-397 through 2-406 ol the City Code. 12. WITH THE CITY'S CAMPAIGN FINANCE REFORM LAWS. This RFP is subject to, and all 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 shallbe solely responsible forensuring that allapplicable 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 responses, in the event of such non-compliance. 13. CODE 0F BUSINESS ETHICS. Pursuant to City Resolution N0.2000-23879, the Proposer shall adopt a Code of Business Ethics ("Code") and submit that Code to the Procurement Division 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. 14. AMERICAN WITH DISABILITIES ACT (ADA). Call 305-673-7490 to request material in accessible format; sign language interpreters (five (5) days in advance when possible), or information on access for persons with disabilities. For more information on ADA compliance, please call the Public Works Deparlment, at 305-673- 7000, Extension 2984. 15. 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. 16. PR0TESTS. Proposers that are not selected may protest any recommendation for selection of award in accordance with eh proceedings established pursuant to the City's bid protest procedures, as codified in Sections 2-370 and2-371 of the City 6RFP 2016042-<3 17 Code (the City's Bid Protest Ordinance). Ordinance shall be barred. ,,^'{ 1 A r'''i i S SA( $-"$ not timely made pursuant to the requirements of the City's Bid Protest tb Protest 17. Omitted lntentionally 18. VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City Code Section 2-374, the City shall give a 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, and which is within five percent (5%) of the lowest responsive, responsible proposer, by providing such proposer an opportunity of providing said goods or contractual seruices for the lowest responsive proposal amount (or in this RFP, the highest proposal amount). Whenever, as a result of the foregoing preference, the adjusted prices of two (2) or more proposers which are a small business concern owned and controlled by a veteran(s) or a service-disabled veteran business enterprise constitute the lowest proposal pursuant to an RFP or oral or written request for quotation, and such proposals are responsive, responsible and otherwise equal with respect to quality and service, then the award shall be made to the service-disabled veteran business enterprise. 19, DETERMINATI0N OF AWARD. Pursuant to F.S. 287 .055, the City shall first consider the qualifications of firms through the process outlined in Section 0400, Evaluation Methodology. The Evaluation of proposals shall proceed in a two.phase process: A. Phase I - Proposals will be evaluated in accordance with the criteria established in Section 0400 for Phase I Evaluation. Following the Phase I Evaluation Process, the City Manager may recommend to the City Commission no less than three respondents to be considered in Phase ll. The number of respondents recommended to be short-listed for consideration in Phase ll is solely at the discretion of the City Manager. B. Phase ll - Short-listed Proposals will be evaluated in accordance with the criteria established in Section 0400 for Phase ll Evaluation. The results of both Phase I and Phase ll evaluations will be considered by the City Manager who may recommend to the City Commission the respondent(s) he deems to be in the best interest of the City, or may recommend rejection of all responses. 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: The ability, capacity and skill of the proposer to perform the contract. Whether the proposer can perform the contract within the time specified, without delay or interference. The character, integrity, reputation, judgment, experience and efficiency of the respondent. The quality of performance of previous contracts. 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 for each phase and may approve such recommendation. The City Commission may also, at its option, relect the City Manager's recommendation and select another proposer (or proposers) which it deems to be in the best interest of the City, or it may also reject all resp0nses. Once the Phase ll ranking is approved by the City Commission, the City will enter into contract negotiations with the top ranked firm. lf the City and selected firm cannot agree on contractual terms, the City will terminate negotiations and begin negotiations with the next ranked firm, continuing this process with each firm in rank order until agreeable terms can be met or the procurement is terminated. Contract negotiations and execution will take place as quickly as possible after selection. 20. NEGOTIATIONS. Following selection, the City reserves the right to enter into further negotiations with the selected Proposer. Notwithstanding the preceding, the City is in no way obligated to enter into a contract with the selected Proposer in the event the parties are unable to negotiate a contract. lt is also understood and acknowledged by Proposers that no property, contract or legal rights of any kind shall be created at any time until and unless an Agreement has been agreed to; approved by the City; and executed by the pafties. 21. PostponemenUCancellation/Acceptance/Reiection. The City may, at its sole and absolute discretion, reject any and all, a. b. c. d. e. RFP 2016-O4')-K3 18 b i,;', i I j,,r,l R$rAi^$-{ or parts of any and all, responses; re-advertise this RFP; postpone or cancel, at any time, this RFP process; or waive any irregularities in this RFP, or in any responses received as a result of this RFP. Reasonable efforts will be made to either award the proposer the contract or reject all proposals within one-hundred twenty (120) calendar days after proposal opening date. A proposer may withdraw its proposal after expiration of one hundred twenty ('120) calendar days from the date of proposal opening by delivering written notice of withdrawal to the Department of Procurement Management prior to award of the contract by the City Commission. 22. PROPOSER'S RESP0NSIBILITY. Before submitting a response, 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 pedormance of the contract. lgnorance 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. 23. COSTS INCURRED BY PR0POSERS. 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. 24. RELATIONSHIP TO THE CITY. lt 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. 24. OCCUPATIONAL HEALTH AND SAFETY. ln compliance with Chapter 442, Florida Statutes, any toxic substance listed in Section 38F-4'l .03 of the Florida Administrative Code delivered as a result of this proposal must be accompanied by a Material Safety Data Sheet (MSDS) which may be obtained from the manufacturer. 25. ENVIRONMENTAL REGULATIONS. The City reserves the right to consider a propose/s history of citations and/or violations of environmental regulations in investigating a proposeds responsibility, and further reserves the right to declare a proposer not responsible if the history of violations warrant such determination in the opinion of the City. Proposer shall submit with its proposal, a complete history of all citations and/or violations, notices and dispositions thereof. The non-submission of any such documentation shall be deemed to be an affirmation by the Proposer that there are no citations or violations. Proposer shall notify the City immediately of notice of any citation or violation which proposer may receive after the proposal opening date and during the time of performance of any contract awarded to it. 26. TAXES. The City of Miami Beach is exempt from all Federal Excise and State taxes. 27. MISTAKES. Proposers are expected to examine the terms, conditions, specifications, delivery schedules, proposed pricing, and all instructions pertalning to the goods and services relative to this RFP. Failure to do so will be at the Proposer's risk and may result in the Proposal being non-responsive. 28. PAYMENT. Payment wlll 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. lnvoices must be consistent with Purchase Order format. 29. COPYRIGHT, 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. lf the Proposer uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, 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. 30. DEFAULT: Failure or refusal of the selected Proposer to execute a contract following approval of such contract by the City Commission, or untimely withdrawal of a response before such award is made and approved, may result in a claim for RFP 2016-042<B 19 b i ,.11 A r ,o R$: at''$--{ rernoving the Proposer from the City's vendor list.damages by the City and may be grounds for 31. 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 ceftifications 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 offlcers, employees, contractors, and/or agents, for failure to comply with applicable laws. 32. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and Conditions shall have precedence. 33. NON-DISCRIMINATION. The Proposer certifies that it is in compliance with the non-discnmination 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. ln accordance with the City's Human Rights Ordinance, codified in Chapter 62 of the City Code, Proposer shall prohibit (and cause hotel operator to prohibit) discrimination by reason of race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital and familial status, and age or disability in the sale, lease, use or occupancy of the Hotel Project or any portion thereof. 34. DEMONSTRATION OF COMPETENCY, The city may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a Proposer, including past pedormance (experience) in making an award that is in the best interest of the City, including: A. Pre-award inspection of the Propose/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 pedormance 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 pedormance (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. ln 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. 35. ASSIGNMENT, The successful Proposer shall not assign, transfer, convey, sublet or othenruise 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. 36. 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, RI-P 2016-042-<3 20 b ,\'iiA,\ti s$"..\il1-{ 37. OPTIONAL CONTRACT USAGE. When the successful Proposer (s) is in agreement, other units of government or non- profit agencies may pafticipate in purchases pursuant to the award of this contract at the option of the unit of government or non-profit agency. 38, VOLUME OF WORK T0 BE RECEIVED BY CONTRACTOR. lt 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. 39. DISPUTES. ln 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 Propose/s proposal in response to the solicitation. 40, INDEMNIFICATION. The Proposer 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 Proposer expressly understands and agrees that any insurance protection required by this Agreement or othenarise 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. 41. 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. 42. 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 othenivise 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 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. 43. OBSERVANCE OF LAWS. Proposers are expected to be familiar with, and comply with, all Federal, State, County, and City laws, ordinances, codes, rules and regulations, and all orders and decrees of bodies or tribunals having jurisdiction or authority which, in any manner, may affect the scope of services and/or prolect contemplated by this RFP (including, without limitation, the Americans with Disabilities Act, Title Vll of the Civil Rights Act, the EEOC Uniform Guidelines, and all EEO regulations and guidelines). lgnorance of the law(s) on the part of the Proposer will in no way relieve it from responsibility for compliance. Rt-P 2016-042-<3 t0 21 j']i\rt,irr{:Af*l*! '\ \li-tI\I)ti\! !N\ r I. ,,, iJ Y it kd\rqr \\,{ ! 44. CONFLICT 0F 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. 45. MODIFICATIONMITHDRAWALS 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. Modiflcations 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. 47. EXCEPTIONS TO RFP. Proposers must clearly indicate any exceptions they wish to take to any of the terms in this RFP, and outline what, if any, alternative is being otfered. 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. ln 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 RFP to which Proposer took exception to (as said term and/or condition was originally set forth on the RFP). 48. 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. 49. SUPPLEMENTAL INFORMATION. City reserves the right to request supplemental information from Proposers at any time during the RFP solicitation process, unless otherwise noted herein. 50. ADDITIONAL SERVICES. Although this solicitation and resultant contract identifies specific goods, services or facilities ("items"), it is hereby agreed and understood that the City, through the approval of the Depa(ment and Procurement Directors (for additional items up to $50,000) or the City Manager (for additional items greater than $50,000), may require additional items to be added to the Contract which are requlred to complete the work. When additional items are required to be added to the Contract, awarded vendo(s), as applicable to the item being requested, under this contract may be invited to submit price quote(s) for these additional requirements. lf these quote(s) are determined to be fair and reasonable, then the additional work will be awarded to the current contract vendo(s) that offers the lowest acceptable pricing. The additional items shall be added to this contract by through a Purchase Order (or Change Order if Purchase Order already exists). ln some cases, the City may deem it necessary to add additional items through a formal amendment to the Contract, to be approved by the City Manager. The City may determine to obtain price quotes for the additional items from other vendors in the event that fair and reasonable pricing is not obtained from the current contract vendors, or for other reasons at the City's discretion. Balance of Paqe lntentionallv Left Blank RFP 20 t6-O42-K3 t1 22 sEcTtoN 0300 & """ ' * ""\ ' Ril Af'N PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT 1, SEALED RESPONSES. 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 cleady marked on the face of the envelope or container in which the proposal is submitted: solicitation number, solicitation title, Proposer name, Proposer retum address. Proposals received electronically, either through email or facsimile, are not acceptable and will be rejected. 2. LATE BIDS. Bid Proposals are to be received on or before the due date established herein for the receipt of Bids. Any Bid 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 othenivise. 3. PROPOSAL FORMAT. ln 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. PHASE I RESPONSE FORMAT Cover Letter & Minimum Qualifications 1.1 Cover Letter and Table of Contents. The cover letter must indicate Prime Proposer and Prime Proposer Primary Contact for the purposes of this solicitation. 1.2 Response 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, as required herein. 1.3.1 Request for Qualification Similar Experience. For each prolect that complies with the minimum requirements on Appendix C, Sectlon C1, No. 3, submit prolect name, project contact information (phone and email) and prime Team Prime Proposer shall submit a design-build team organizational structure that has a sufficient number of professionals and other personnel to perform the work, including: 1. Organizational Chart. An organizational chart depicting the structure and lines of authority and communication. A narrative that describes the intended structure regarding project management, accountability and compliance with the terms of the RFP. 2. Key Personnel. ldentify all key personnel, including the Project Manager, who will be assigned to the Project and their intended functions and responsibilities. Also indicate the percentage of time commitment of each key person on this Prolect. 3. Resumes, Resumes of the team's key personnel who will be assigned to the Project that demonstrate their experience and qualifications, education and performance record. At a minimum, the Prime Proposer shall include the above listed information for the following proposed pro.lect team members: a. Design/Build Project Manager RFP 2016-O42K3 1' 23 b j, o,l,'.',r\: Ri*&r$-"{ b. Lead Designer Design Manager c. Construction Superintendent 4. Evidence Of Prior Working Experience. Submit evidence that the proposed team has successfully collaborated on prior projects. For each project, submit prolect name, brief description of project, date of completion, owner's representative, and owner's representative contact information. 5. Other. Provide any other information the Proposer believes will help the City understand and evaluate the team's capabilities. ild Firm (Prime & Qualifications Rt-P 2016-042-<3 r3 24 lb :',,' i,';r,',$iF$i-$ | Qualifications of Firm. Describe experience and qualifications of the Prime Respondent in providing the services detailed herein. 1. Company lnformation: Provide background information, including company history, years in business, number of employees, and any other information communicating capabilities and experience. (recommend 1 page) 2. Company's List of Similar Experience and Qualifications: Provide a list of the company's experience and qualifications with the services detailed herein. Provide a table that includes the following information: agency name, pqect name, type of project (right-otway, design/build, etc.), percentage completed, anticipated completion date, your firm's role (i.e. design/build, lead designer, lead constructor). (recommended 1 page) 3. Relevant Experience: Summarize the company's most similar projects of comparable size and scope where similar services to those described in this RFP have been provided. Projects must illustrate familiarity with all of the following aspects: underground utility construction, pipe tapping, storm water collection and disposal, and site concrete work. All projects must demonstrate experience with existing traveled roads where traffic must have been maintained. Projects must have a minimum of $1,000,000 each. For each project include: Project name and location Prolect description Date of prolect completion Awarded contract amount and final contract amount Explanation of differences between awarded and final contract amounts, if difference exceeded 5% lf right-of-way improvement, please indicate if it included utility installations, pavement restoration, and streetscaping.g. lndicate flrm's role in the project (design/builder, lead designer, or lead constructor). h. lf applicable, a brief description of how the Prime Proposer maintained operations while under construction. i. The names of the key prgect managers, highlighting any individuals who also worked on this project.j. Reference contact information (including name, address, telephone number and e-mail address). 4. Safety Record: Provide the firm's Experience Modification Rate (EMR) data for the previous three (3) full calendar years (2011,2012, and 2013)on a firm-wide basis, which shall be documented by a signed letterwith contact information from the firm's insurance carrier, or the insurance carrier's agency representative. 5. Dun & Bradstreet Supplier Qualifier Report: Design/Build Firm shall pay D&B to send the Supplier Qualifier Report (SaR) to the City through electronic means kristybada@miamibeachfl.gov. The cost of the preparation of the D&B report shall be the responsibility of the Proposer. The proposer can request the report from D&B at: Uhttps:/supplierpo UU lnsurance: Provide a letter from Proposer's insurer on the insurer company letterhead that the insurer can provide levels of coverage to the Proposer as indicated in Appendix E - lnsurance Requirements. MinorityMomen-owned Business Enterprise (MWBE) or Small/Disadvantaged Business Enterprise (S/DBE). Submit certification from either The State of Florida Office of Supplier Diversity or Miami Dade County. Lead Desi & Qualifications a b c d e f. 7. RFP 2016-042-<3 14 25 Qualifications of Firm. Describe experience and qualifications in providing in providing the services detailed herein. 1. Company lnformation: Provide background information, including company history, years in business, number of employees, and any other information communicating capabilities and experience. (recommend 'l page) 2. Company's List of Similar Experience and Qualifications: Provide a list of the company's experience in providing the services detailed herein. Provide a table to include the following information: agency name, project name, type of project, percentage completed, anticipated completion date, yourfirm's role (i.e. lead designer) (recommend 1 one page). 3. Florida Registration: Provide evidence of professional registration pursuant to Chapter 287.055, Florida Statues, the Consultants Competitive Negotiations Act (CCNA). 4. Relevant Experience: Summarize the company's most similar projects in providing the services detailed herein. Projects must illustrate familiarity with neighborhood / right-of-way related construction. For each prolect include: a. Prolect name and location b. Proyect description c. Date of project completion d. Awarded contract amount and final contract amount e. Explanation of differences between awarded and final contract amounts, if difference exceeded 5%f. Years pqect designed (or "Under Design") g. The names of the key pqect architects, highlighting any individuals who will also work on this prolect h. Reference contact information (including address, telephone number and e-mail address). Forms Provide Certification, Questionnaire & Requirements Affidavit (Appendix A). Attach Appendix A fully completed and executed. The Certification, Questionnaire & Requirements Affidavit (Appendix A) must be signed by the Prime Proposer. b $'AlAr\ii Sil-q*i-{ Note: After proposal submittal, the City reserves the right to require additional information from Proposers (or Proposer team members or sub-consultants) to determine: qualifications (including, but not limited to, litigation history, regulatory action, or additional references); and financial capability (including, but not limited to, annual reviewed/audited financial statements with the auditors notes for each of their last two complete fiscal years). RFP 2016-O42-K3 t5 26 &t ! tr i ! i$\r",& yst I PHASE II RESPONSE FORMAT (TECHNICAL PROPOSAL) ln order to maintain comparability, facilitate the review process, and assist the Evaluation Committee in review of responses, it is recommended that responses be organized and tabbed in accordance with the sections and manner specified below. Hard copy submittals should be bound and 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. Proposers should prepare narratives, specification etc. on 8.5 x 11 paper. All Plans shall be provided bound flat not in a 3-ring binder with 11"x17" paper containing a title block, drawing titles, dated and numbered. Please feel free to include other materials, such as covers, appendices, brochures, etc. at your discretion. Due Dlliqence and Site lnsoections: lt is the responsibility of each Proposer, before submitting the Phase ll proposal, to: . Visit the site or structure to become familiar with conditions that may affect costs, progress, performance or furnishing of the Work;. Take into account federal, state and local (City and Miami-Dade County) laws, regulations, permits, and ordinances that may affect costs, progress, performance, furnishing of the Work, or award; . Study and carefully correlate Proposer's observations with the RFP; and The submission of a proposal shall constitute an incontrovertible representation by proposer that proposer has complied with the above requirements and understands all terms and conditions for performance and furnishing of the Work. The City reserves the right to require additional information to determine financial capability. Proposer shall have ten ('10) calendar days respond to such a request. Technical The Technical Proposal shall document team's understanding of the project, major design elements, materials and methods. The Technical Proposal shall be developed using narratives, tables, charts, plots, drawings and conceptual sketches as appropriate. The technical proposal shall be insufficient detail to allow the City to evaluate its compliance with the design criteria package, including major systems and requirements. Subcontractor Ex & Qualifications Qualifications of Key Subcontractors. For each key construction subcontractor (whose value of work exceeds $500,000) describe experience and qualifications as detailed below. 1. Company lnformation: Provide background information, including company history, years in business, number of employees, and any other information communicating capabilities and experience. (recommend 1-2 pages) 2. Company's List of Similar Experience and Qualifications: Provide a list of the company's experience and qualifications with the Services detailed herein. Provide a table that includes the following information: agency name, project name, type of prolect right-otway, design/build, etc.), work assigned. (recommended 1 page) 3. Relevant Experience: Summarize five (5) of the company's most similar projects of comparable size and scope where similar construction services have been provided. Please list similar sanitary sewer force main projects first followed by other relevant pro;ect experience. Projects must illustrate familiarity with: traffic control, maintenance of access for pedestrians to businesses or residences, underground utility construction, erosion control and storm water pollution prevention measures, drainage collection and/or disposal system, irrigation systems, and landscape planting (recommend 1 page per prolect) For each project include: a. Pgect name and location b. Pqect description c. Date of prqect completion d. Reference contact information RFP 2016-O42K3 t6 27 b A l r.ilmrArLJ'! ,i,' ' !';s"J6*J \\rt I Approach & Methodology Plan Proposer shall, at a minimum, address the following factors: 1. The Proposer shall illustrate complete understanding of the scope of work for all components of the project. The narrative shall address methodology, sequencing, maintenance of traffic (MOT) and phasing of the various work efforts. 2. The Proposer shall describe the efforts involved in coordinating with all utilities including but not limited to Florida Power and Light (FPL), AT&T and Atlantic Broadband (ABB). 3. Proposer shall clearly detail and present its approach to all required permitting issues, including but not limited to, water distribution system, stormwater drainage system, , landscaping etc., relative to the applicable agency(ies) and entity(ies), e.g. City of Miami Beach, SFWMD, FDOT, FDEP, USACOE, Miami-Dade County RER, Fl. Dept. of Health, etc. 4. Proposer shall describe their Quality Assurance / Quality Control Plan ("QfuQC Plan") for the Work, including design, construction, coordination, implementation and completion of the Project. The Proposer shall explain its QIVQC Plan and the plan for any of its subconsultants or Subcontractors, namely the policies and procedures that will be used to assure the complete and the accurate management of the Project. 5. Proposer must perform at least sixty percent (60%) of the construction work with the firm's own forces. 6. Proposer shall provide summary narrative inclusive of the propose/s project understanding, scheduling including key performance and success factors, and the proposed design and construction approach which highlights the main attributes and benefits of this approach. 7. Proposer shall describe the technical approach, and provide calculations and drawings as applicable, to sufficiently demonstrate the following: a. Typical plan and profile of the proposed pump statino and the seawall. b. Anticipated utility or structure relocations, if required. c. Planned supplementary geotechnical investigations, or environmental/ contamination surueys/assessments by the proposer to support or validate the propose/s design approach, if any. 8. Proposer shall describe the project schedule approach utilizing the Critical Path Method a. Schedule shall utilize calendar days, b. Weekend and City Holidays shall not be considered work days 9. Proposer shall describe the planned environmental quality management approach by demonstrating the following: a. Approach to minimize community impacts from, construction noise, dust and vibration. b. Correcting any resultant settlement and / or damage to any existing structures that are a consequence of the Proposer's construction activities. c. Prevention or containment of any discharges from the existing force main during taping, or any other work performed in, on, or around the existing force main. d. Pre-treatment of construction water prior to disposal to ensure compliance with permit requirements. 10. lt is the objective of the City that, at a minimum, 60% of the construction portion of the project defined herein shall be performed directly by the Prime Contractor (rather than through sub-contractors). To evaluate compliance with this objective, proposers shall submit a schedule, by Construction Specification lnstitute (CSI) Division, denoting which sections of the scope shall be performed directly by the Prime Contractor (with its own forces) and which sections are intended to be subcontracted. 11. Describe plan on how construction staging areas, pedestrian paths, vehicular traffic patterns, etc. will be handled in order to mitigate disruption, RFP 2016-O42-K3 t7 28 Project Schedule The Proposer shall submit a Preliminary CPM Project Schedule covering the period from NTP to Final Completion with the submittal which will be the initial Project Baseline Schedule. The Preliminary Prolect Schedule shall include all major design, permitting, procurement and construction, testing and commissioning activities and meet the stated Contract Dates and any other suggested major milestones. Activities shall indicate their associated phasing and dependence with other activities, and highlight the main, coordination effoils and issues requiring the City's involvement and necessary reviews. At a minimum, the Preliminary Project Schedule must address the following milestones and activities: Design Schedule & Submittals Design Phase Reviews by the City - Assume 4 weeks Community lnvolvement Permitting Uti lity Coord ination/Relocation Start and completion of Construction, Testing and Commissioning Substantial Completion and Final Completion Dates for all Work. Lump Sum Price Submit a Lump Sum Price for delivering the completed Project consistent with the Design Criteria Package. Utilize Appendix D - Cost Tender Form to submit your Lump Sum Price. b i, liA;\i.i*tAf*il.Sii'lJsi\l 1 !tr s-\\ d I Balance of Page lntentionallv Left Blank RFP 2016042-K3 t8 29 b $ila',r\ Rtar"i"-l - Jv;1. "vi !i"J{*l \\vi I SECTION ()4()() PROPOSAL EVALUATION The Evaluation Process will be conducted in two phases. PHASE I EVALUATION PROCESS 1. Two Step Evaluation. The evaluation of responsive proposals in Phase 1 will proceed in a two-step process. The first step (Step 1) will consist of the qualitative criteria listed below to be considered by the Evaluation Committee. The second step (Step 2) will consist of quantitative criteria established below to be added to the first step scores by the Procurement Depaftment. The City reserves the right to engage the advice of its consultant, DCP or other technical experts in assisting the Evaluation Committee in the review of proposals received. 2. Phase I / Step 1 Evaluation (100 Points). An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Proposal in accordance with the requirements set forth in the solicitation. lf 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. lt is impoftant to note that the Evaluation Committee will score the qualitative portions of the proposals only. ln doing so, the Evaluation Committee may: o 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). Proposers willbe evaluated on the following criteria (100 maximum possible points):. Project Team (30 Points). Design/Build Firm Experience & Qualifications (40 Points). Lead Designer Experience & Qualifications (30 Points) 3. Phase l/ Step 2 Evaluation (10 Points). Following the results of Step 'l Evaluation Qualitative criteria, the proposers may receive additional points to be added by the Procurement Department to those points earned in Step 1, as follows. . Veterans and State-Certified Service-Disabled Veteran Business Enterprise (5 points) o Prime Proposer Volume of Work (0-5 Points). Points awarded to the proposer for volume of work awarded by the City in the last three (3) years in accordance with the following table: Less than $250,000 5 $250,000.01 - $2,000,000 3 Greater than $2,000,000 0 RFP 20]6O42KB i9 30 b \.liirimrA-sBl i'.", j-\,r \'', : * ilf{L"" fll 4. Determination of Phase I Ranking, Phase 1/Step 1 scores (by the Evaluation Committee) and Phase 1/Step 2 scores (by the Procurement Depaftment) will be converted to rankings in accordance with the following example: ,.:,:: 1.,,::::::::::::\li, I ." =., ..,.= rl$$$iiirliiiiiiiiiiiitiii=: :'===.Jgmm.i ee =,M6m:bai'i Step 1 Points 82 76 80 Step 2 Points 10 7 5 Total 92 84 85 Re.k'1 ,,#:. d,L' Commitfee Membei',2, Step 1 Points 90 85 72 Step 2 Points 10 7 5 Total '100 92 79 Rank 1 2 3 trommitteB 'Membdr2 Step 1 Points 80 74 66 Step 2 Points 10 7 5 Total 90 81 72 Rrnk''.t 1 2 3 lf fewer than three responsive proposals are received by the City or if all responsive proposals received are determined by City Manager to be qualified for Phase ll, Phase ll may proceed without interruption or additional approvals following Phase l. Othenruise, the City Manager may submit a recommendation to the City Commission to short-list one or more proposers at the conclusion of the Phase I evaluation. Following City Commission approval of the City Manager's recommendation pursuant to Phase I of the RFP, the short-listed proposers will be allotted approximately 45 days to prepare a detailed technical proposal for the Project. The short-listed proposers will also be provided, via addendum, with the formal Design Criteria Package (DCP) and the Design/Building Agreement. Following Phase I short-listing and prior to receipt of proposals pursuant to Phase Il, the City may issue further information and clarifications via Addenda to the short-listed proposers, including (but not limited to) any amendments to the Design Criteria Package, cost tender form, form of contract, and other informational items or requirements necessary for the shott-listed proposers to submit its Phase ll proposals. Additionally, the City will conduct a pre-submittal conference with short-listed proposer to facilitate prolect understanding and consider any pro.lect specific questions from the short-listed proposers. Phase ll proposals will be evaluated in accordance with the criteria established in Section 0400 for Phase ll Evaluation. RFP 2016-O42-KB 20 31 b,',,',,,,*,'rr'rl RFAf-U :r / ji \ l I"JI*, }\rt i PHASE II EVALUATION PROCESS The Phase ll evaluation process shall be completed by a Technical Review Committee, appointed by the City Manager, who may be different than the Evaluation Committee, who shall meet to evaluate each short-listed response and technical package in accordance with the criteria established below. ln doing so, the Evaluation Committee will: a. lnterview short-listed proposers, if deemed necessary. b. Receive input from a Technical Review by City Staff, the Design Criteria Professional, and other City advisorsc. Recommend the Voluntary Alternate Proposals to accept, if any d. Score proposers utilizing the Evaluation Criteria Proposers will be evaluated on the following criteria (100 maximum possible points):. Technical Proposals (25 Points). Subcontractor Experience & Qualifications (5 Points). Approach & Methodology Plan (10 Points). Project Schedule (10 Points). Lowest Lump Sum Price (50 Points) Each proposed Lump Sum Price shall be scored as follows: Samole Obiective Formula for Cost Vendor Lump Sum Price Example Maximum Allowable Points (Points noted are for illustrative purposes only. Actual points are noted above.) Formula for Calculating Points (lowest cost / cost of proposal being evaluated X maximum allowable points = awarded points) Round to Total Points Awarded Vendor A $100.00 20 $100 / $100 X 20 =20 20 Vendor B $150.00 20 $100/$150X20=13 13 Vendor C $200.00 20 $100 / $200 X 20 ='10 10 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. Remainder of Page lntentionally Left Blank RIP 2U IO.O4'2.K8 21 32 SECTION O5OO CITY OF MIAMI BEACH LICENSES. PERMITS AND FEES Each license, permit or fee a Contractor will have to pay the City before or during construction or the percentage method or unit method of all licenses, permits and fees REQUIRED BY THE CITY AND PAYABLE TO THE CITY by virtue of this construction as paft of the Contract is as follows: The City of Miami Beach will require occupational licenses for Contractors as well as sub-contractors. Licenses, permits and fees which may be required by Miami-Dade County, the State of Florida, or other governmental entities are not included in the above list, but are listed as attached (next page) and included as an allowance in the proposal. 1. Occupational licenses from City of Miami Beach firms will be required to be submitted within fifteen (15) days of notification of intent to award. 2. Occupational licenses will be required pursuant to Chapter 205.065 Florida Statutes, NOTE: a) lf the Contractor is a State of Florida Certified Contractor the followinq will be required: 1) Copy of State Contractors Certification 2) Place of Business Occupational License 3) Liability and Property Damage lnsurance Certificate made to City of Miami Beach 4) Workers compensation or the exemption b) lf a Dade Countv Licensed Contractor: 1) Dade Certificate of Competency in the Discipline Licensed 2l MunicipalContractorsOccupationalLicense 3) Liability and Property damage lnsurance Certificate made to City of Miami Beach 4) Workers Compensation or the exemption NOTE: PLEASE PROVIDE COPIES OF ALL YOUR LICENSES AND CORPORATE CERTIFICATES WITH YOUR PROPOSAL RESPONSE. Remainder of Page lntentionally Left Blank Rt-P 20 t6-O4'.2-K3 )) 33 g j""'11, : r;''',"i1 r r*"{ri^i-"{ CITY OF MIAMIBEACH REQUEST FOR PROPOSALS (RFP) No. 2016-042-KB DESIGN/BUILD SERVICES FOR STORMWATER PUMP STATION AT NORTHEAST CORNER OF CONVENTION CENTER DRIVE Note: The Proposer shall obtain and pay for all permits required for execution of the work; provided however, that the City will waive Public Works Department Right-of-Way permit fees. PERMITS l. MIAMI-DADE COUNTY DEPARTMENT OF REGULATORY AND ECONOMIC RESOURCES (RER) (formerly DERM).. Class I Permit for Coastal Construction. Class ll Permit for Construction of Drainage System with Outfall. . Class V Dewatering Permito Drainage Well Permito File Notice of commencement with SFWMD and RER il. FLORTDA DEPARTMENT OF ENVTRONMENTAL PROTECTTON (FDEP) o Notice of lntent to Use Generic Permit for Storm Water Discharge from Large and Small Construction Activities. National Pollutant Discharge Elimination System (NPDES) permit ilr, FLORIDA POWER AND LTGHT (FPL) IV. CITY OF MIAMI BEACH PUBLIC WORKS DEPARTMENTo ROW Permit - Fee to be waived.. Building Department - Plumbing, Structural, Electrical - Fees to be waived with the exception of Dade County fees o Notice of Commencement Permit V. SOUTH FLORIDA WATER MANAGEMENT DISTRICT (SFWMD) Environmental Resource Permit (ERP) Remainder of Page lntentionally Left Blank RI-P 20 16.O4'2-Kts 23 34 APPENDIX A & rlst&&*,iws&ffMq'r- i Y il/ \i v \$N-s&*s \kw $ Proposo I Certificotion, auestionnoire & Req uirements Affid ovit RFP NO . 201 6-042-KB DESIGN /BUILD SERVICES FOR STORMWATER PUMP STATION AT NORTHEAST CORNER OF CONVENTION CENTER DRIVE DEPARTMENT OF PROCUREMENT MANAGEMENT 1755 Meridion Avenue , 3'o Floor Miomi Beoch, Florido 33,l39 Rt-P 2016-O4',)-K3 24 35 Solicitation No: 2016-042-KB Solicitation Title: DESIGN/BUILD SERVICES FOR STORMWATER PUMP STATION AT NORTHEAST CORNER OF CONVENTION CENTER DRIVE Procurement Contact: KRISTY BADA Tel: 305-673-7490 Email: KRISTYBADA@M IAMI BEACHFL.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 lnformation, FIRM NAME: No of Years in Business:No of Years in Business Locally: OTHER NAME(S) PROPOSER HAS OPERATED UNDER IN THE LAST 1O YEARS: FIRM PRIMARY ADDRESS (HEADQUARTERS): CITY: STATE:ZIP CODE: ItsLEPHUNts NU.: TOLL FREE NO.: FAX NO.: FIRM LOCAL ADDRESS: CITY: STATE:ZIP CODE: PRIIVARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: ACCOUNT REP TELEPHONE NO.: ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EIT/AIL: 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. RFP 20 16.O42-KB 25 36 3. 4. Veteran Owned Business. ls Proposer claiming a veteran owned business status?f--l ves f--l uo 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. Conflict Of lnterest. 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 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 lndividual Name & Title, 3) Address, 4) Telephone, 5) Contact's Email and 6) Narrative on Scope of Services Provided. 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 any public sector agency? l__l ves [-_l ruo SUBMITTAL REQUIREMENT: lf answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to action(s). Vendor Gampaign Contributions. Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codifled 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 conkolling 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. Code of Business Ethics. Pursuant to City Resolution N0.2000-23879, 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 Department of Procurement Management with its proposal/response or within flve (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. ln 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/procuremenU. b. RFP 2016O42KB 26 37 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: . Commencing with City fiscal year 2012-13 (October 1 , 2012), the hourly living rate will be $1 '1 .28/hr with health benefits, and $'12.92/hr 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 lndex for all Urban Consumers (CPl-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%). 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/procuremenU, SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees to the living wage requirement. 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 fulltime 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 Contracto/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?[-_l vrs [--l uo 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? [_-l vrs [__l r,ro c. Please check all benefits that apply to your answers above and list in the "othed' 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 Employees with Soouses Firm Provides for Employees with Domestic Partners Firm does not Provide Benefit Health Sick Leave Familv Medical Leave Bereavement Leave lf Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.9., 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 Manage/s decision is final. Further information on the Equal Benefi ts requirement is available at www.miamibeachfl. gov/procuremenU. RFP 20)6-042-K3 27 38 10. Public Entity Crimes. Section 287.133(2)(a), Florida Statutes, as currenily 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 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. 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 skive 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. lnitial to Conlirm Receiot lnitial to Confirm Receiol lnitial to Confirm Receiot Addendum 1 Addendum 6 Addendum 1 1 Addendum 2 Addendum 7 Addendum'12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum'10 Addendum 15 lf additional confirmation of addendum is required, submit under separate cover RFP 2016-042<3 2B 39 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. ln 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. ln 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. lt 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 solicitatlon, 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. lnformation 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 Governmentin-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 certifles 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. ln 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. RFP 2016-042-K3 )a 40 I hereby certify that: l, 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 Cefifi cation, Questionnaire and Affidavit are true and accurate. Name of Proposer's Authorjzed Representative:Iitle of Proposeds Authorized Representative: Signature of Propose/s Authorized Representative:Date: State of FLORIDA ) ) County of _) On this -day of -, 20-, personally appeared before me who stated that (s)he is the , 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: RFP 20)6-O42-KB 30 41 APPENDIX B ,h AAt&&Atffi,ffiNff$c, t, ! t I \s I I S S S S S & . X X, x llS \f V nI SsW$ffiS S..WI S "No Bid" Form RFP NO . 201 6-042-KB DESIGN/BUILD SERVICES FOR STORMWATER PUMP STATION AT NORTHEAST CORNER OF CONVENTION CENTER DRIVE DEPARTMENT OF PROCUREMENT MANAGEMENT,l755 Meridion Avenue, 3ro Floor Miomi Beoch, Florido 33.l39 RFP 2016-O42K3 31 42 Statement of No Bid WE HAVE ELECTED NOT TO SUBMIT A PROPOSAL AT THIS TIME FOR REASON(S) CHECKED AND/OR INDTCATED BELOW: _ Workload does not allow us to proposal _lnsufficient 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 producUservice _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 PROCUREMENT DEPT. ATTN: Kristy Bada STATEMENTS OF QUALIFICATIONS #2016.042.K8 1755 Meridian Avenue, 3'd Floor Miami Beach, Florida 33139 RIP 2U IO-O4'2KB 32 43 APPENDIX C g Nl&ffi$ffim-&ffiw-$ Minimum Requirements & Specificotions RFP NO . 201 6-042-KB DESIGN/BUILD SERVICES FOR STORMWATER PUMP STATION AT NORTHEAST CORNER OF CONVENTION CENTER DRIVE DEPARTMENT OF PROCUREMENT MANAGEMENT,l755 Meridion Avenue, 3ro Floor Miomi Beoch, Florido 33,l39 RFP 20)6O42KB .JJ 44 C1. Minimum Eligibility Requirements. The Minimum Eligibility Requirements for this solicitation are listed below. Proposer shall submit, with its proposal, the required submittal(s) documenting compliance with each minimum requirement. Proposers that fail to include the required submittals with its proposal or fail to comply with minimum requirements shall be deemed non-responsive and shall not have its proposal considered. 1. Design/Build Firm must be licensed as a General Contractor or Underground Utility Contractor in the State of Florida. Submittal Requirement: Submit a copy of the required license(s). 2. Design/Build Firm must have completed the construction of at least two (2) pump station projects similar to this project within the last ten (10) years as a prime contractor or as a design builder. Submittal Requirement: For each project, submit project name, brief description of project, date of completion, owner's representative, and owner's representative contact information. 3. Design/Build Firm or its Consulting Firm must have completed the design of at least two (2) pump stations similar to this project within the last ten (10) years. Submittal Requirement: For each project, submit project name, brief description of project, date of completion, owner's representative, and owner's representative contact information. 4. Design/Build Firm must have completed three (3) projects similar in scope and volume demonstrating the Design/Build Firm's experience performing deep excavation/dewatering procedures in a coastalenvironment in the past ten (10)years. Submittal Requirement: For each project, submit project name, brief description of project, date of completion, owner's representative, and owner's representative contact information. 5. Design/Build Firm must submit documentation acceptable to the City that the Final Design team member is pre-qualified under Miami-Dade County, lnternal Services Department, Procurement Management Services Division, for the following categories: . 3,02 - Highway Systems - Highway Design . 3.09 - Highway Systems - Signing, Pavement Marking, Channel . 6.01 - W & S System - Water Distribution and Sanitary Sewage Collection . 6.02 - W&S - Major Water & Sewer Pumping Facility . 10.01 - Environmental Engineering - Stormwater Drainage Design . '16,00 - General Civil Engineering Submittal Requirement: Submit a copy of the required pre-qualifications. 6. Proposer must have sufficient bonding capacity for a Payment and Performance Bond in an amount not less than $5 million. Submittal Requirement: Provide a letter from a Surety firm affirming that the Proposer has sufficient bonding capacity to provide performance and payment bonds in an amount not less than $5 million for the project. The Surety firm shall be rated by AM Best as to be no less than A- (Excellent) and within a Financial Size Category of no less RFP 2016042K3 34 45 than Category V ($10 - $25 million). The statement of bonding capacity shall be directly from the Surety firm on its official letterhead and signed by an authorized agent of the firm. C2. Statement of Work Required. The purpose of this RFP is to contract with a Design/Build Firm for STORMWATER PUMP STATION AT NORTHEAST CORNER OF CONVENTION CENTER DRIVE. Proposals received pursuant to this RFP will be evaluated in a two-phased process (Phase I and Phase ll). Phase I Proposers will be evaluated in accordance with the criteria established in Section 0400 for Phase I Evaluation. Following City Commission selection of the short-listed proposers pursuant to Phase I of the RFP, the short-listed proposers will be allotted approxlmately 45 days to prepare a detailed technical proposal for the Project. The short-listed proposers will also be provided, via addendum, with the formal Design Criteria Package (DCP) and Design/Build Agreement. Following Phase I short-listing and prior to receipt of proposals pursuant to Phase ll, the City may issue further information and clarifications via Addenda to the short-listed proposers, including (but not limited to) any amendments to the Design Criteria Package, cost tender form, form of contract, and other informational items or requirements necessary for the short-listed proposers to submit its Phase ll proposals. Additionally, the City will conduct a pre-submittal conference with short-listed proposers to facilitate project understanding and consider any project specific questions from the short-listed proposers. Phase ll proposals will be evaluated in accordance with the criteria established in Section 0400 for Phase ll Evaluation. Following City Commission approval of the City Managers recommendation pursuant to Phase ll, the City will enter into contract negotiations and execution. Scope of Work: The Design/Build Firm (DBF) will be responsible for the design, permitting, construction management and construction of the Storm water Pump Station at the Northeast corner of Convention Center Drive. The work will include but not be limited to site preparation; earthwork, storm drainage infrastructure installation and streetscape improvements. ln addition to construction related services, the project will require engineering design, permitting, surveying services, utility locations, landscape architecture, and potentially geotechnical services. The general location of the work is as follows: Northeast corner of Convention Center Drive. Areas to be affected by the proposed improvements include but are not limited to the following: Convention Center Drive. 4 - 20,000 GPM (gallons per minute) low head axial pumps with a wet well designed and constructed two separate duplex axial pump wet well structures. Pump station control panel for electrical, instrumentation and controls. Electrical ducts from FPL power service point to the pump station. 2 Water quality treatment structures. Each structure designed to treat 50 CFS with a total peak flow of 85 CFS through the structure. A trash rack structure (by others) is expected to be constructed by the time this RFP is issued. An energy dissipater unit downstream of the pumps designed to limit the discharge flow velocity no higher than 1.75 feet per second into Collins Canal. The dissipater shall be designed and constructed integrally with the seawall to minimize the footprint of the pump station, A. B. C. D. E. F. Rt-P 20 t6-O4'.2K3 JJ 46 G. Approximately 165 feet of new seawall using the most updated Public Works standard seawall detail. Portion of the seawall to have submerged cut out openings with manatee grates to allow storm water runoff into Collins Canal. H. A gravity bypass outfall equipped with tideflex valves to prevent backflow into the drainage system. L Site lmprovements include: 1) A new driveway on Washington Avenue for maintenance trucks to access the pump station properly designed for trucks to turn around and exit the proposed driveway. 2) Regrade the area along the new wall between it and the sidewalk to match the grade at the sidewalk. 3) Provide plantings consistent with the MBCC landscaping in this vicinity. 4) Reconstruct existing sidewalk, concrete curb, drainage, etc. damaged by the proposed construction. 5) Relocate all existing utilities, storm sewer and sanitary sewer as necessary to accommodate the construction of the pump station. Proposed Budget: The City of Miami Beach's Public Works budget for the proposed project is $5 Million, Proiect Duration: The Design/Build Firm must complete the Work by the following durations, which exclude the warranty administrative period. . Design & Permitting Phase: 90 Days from the issuance of Notice to Proceed 1 (NTP1) . Substantial Completion: 120 Calendar Days from the issuance of applicable permits. o Final Completion: 30 Calendar Days from date of attaining Substantial Completion, lf the Design/Build Firm does not achieve Substantial Completion by the established Substantial Completion Contract Date, Liquidated Damages (LDs) will be assessed in the amount of $5,000.00 per calendar day, which will be paid to the City by the Design/Build Firm. lf the Design/Build Firm does not achieve Final Completion by the established Final Completion Contract Date, LDs will be assessed in the amount of $1,000.00 per calendar day, which will be paid to the City by the Design/Build Firm. LDs will be cumulative if both the Substantial Completion Contract Date and the Final Completion Contract Date are exceeded, All assessments of LDs to the Design/Build Firm may be adjustments to payments due to the Design/Build Firm. Location of Work: The project is located in the vicinity of the Miami Beach Convention Center, '1700 Convention Center Drive, Miami Beach, FL 33139, The pump station shall be located at 19th Street between Convention Center Drive and Meridian Avenue. RFP 20)6042-K3 36 47 APPENDIX D & *'At&&A$ww&ffM - I lf tll qt tt asNNs s s& -s s: I Y tl/ \f s S$ &ssWsNS &ks$ $ Speciol Conditions RFP NO . 201 6-042-KB DESIGN /BUILD SERVICES FOR STORMWATER PUMP STATION AT NORTHEAST CORNER OF CONVENTION CENTER DRIVE DEPARTMENT OF PROCUREMENT MANAGEMENT.l755 Meridion Avenue, 3ro Floor Miomi Beoch, Florido 33139 Rt-P 2016-O42-K3 37 48 1. TERM 0F CONTRACT. Not Applicable, 2. OPTIONS TO RENEW. Not Applicable. 3. PRICES. Not Applicable. 4. EXAMINATION OF FACILITIES. Not Applicable. 5. INDEMNIFICATION. Provider shall indemnify and hold harmless the City and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorneys' 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 this Agreement by the Provider or its employees, agents, servants, partners principals or subcontractors. Provider 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 issue thereon. Provider expressly understands and agrees that any insurance protection required by this Agreement or othenrvise provided by Provider 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. 6. PERFORMANCE BOND. Not Applicable, 7. REQUIRED CERTIFICATIONS. Not Applicable. 8. SHIPPING TERMS. Not Applicable. 9. DELIVERY REQUIREMENTS. Not Applicable. 10. WARRANTY REQUIREMENTS. Not Applicable, 11. BACKGROUND CHECKS. Not Applicable. 12. COMPETITIVE SPECIFICATIONS. lt is the goal of the City to maximize competition for the project among suppliers & contractors. Consultant shall endeavor to prepare all documents, plans & specifications that are in accordance with this goal. Under no condition shall Consultant include means & methods or product specifications that are considered "sole source" or restricted without prior written approval of the City. 13. ADDITIONAL TERMS OR CONDITIONS. This RFP, including the attached Sample Contract, contains all the terms and conditions applicable to any service being provided to the City resulting from award of contract. By virtue of submitting a proposal, consultant agrees not to require additional terms and conditions at the time services are requested, either through a separate agreement, work order, letter of engagement or purchase order. 14. PRECLUSION. Successful Proposer and sub-consultants contracted to provide architectural and engineering design services for a particular project are precluded from bidding/responding to the competitive solicitation for the design construction of the project. RFP 20 I6-O42-Kts 3B 49 15. CHANGE 0F PROJECT MANAGER. A change in the Consultant's project manager (as well as any replacement) shall be subject to the prior written approval of the City Manager or his designee (who in this case shall be an Assistant City Manager). Replacement (including reassignment) of an approved prolect manager or public information officer shall not be made without submitting a resume for the replacement staff person and receiving prior written approval of the City Manager or his designee (i.e. the City project manager). 16. SUB-CONSULTANTS. The Consultant shall not retain, add, or replace any sub-consultant without the prior written approval of the City Manager, in response to a written request from the Consultant stating the reasons for any proposed substitution. Any approval of a sub-consultant by the City Manager shall not in any way shift the responsibility for the quality and acceptability by the City of the services performed by the sub-consultant from the Consultant to the City. The quality of services and acceptability to the City of the services performed by sub-consultants shall be the sole responsibility of Consultant. 17. NEGOTIATIONS. Upon approval of selection by the City Commission, negotiations between the City and the selected Proposer (s) will take place to arrive at a mutually acceptable Agreement, including final scope of services, deliverables and cost of services. Rt-P 20 t6-O42-Kts 39 50 APPENDIX E 4I &At&&A$ffiw&s*M| \j l ! d \ , \$ \ n s s s s & \ . a sJ v t$f \S s I$ Wks$ B\ksE $l Cost Tender Form (SAMPLE ONLY) Acluol Cosl Tender Form sholl be provided lo shorl-lisled firms ol lhe conclusion of Phose I Evoluolion. RFP NO . 201 6-042-KB DESIGN /BUILD SERVICES FOR STORMWATER PUMP STATION AT NORTHEAST CORNER OF CONVENTION CENTER DRIVE DEPARTMENT OF PROCU REMENT MANAGEMENT.l755 Meridion Avenue, 3ro Floor Miomi Beoch, Florido 33139 RFP 2016-O42-K3 40 51 Section 1 - Certification The undersigned, as Proposer, hereby declares that the only persons interested in this proposal as principal are named herein and that no person other than herein mentioned has any interest in this proposal or in the Contract to be entered into; that this proposal is made without connection with any other person, firm, or parties making a proposal; and that it is, in all respects, made fairly and in good faith without collusion or fraud. The Proposer further declares that it has examined the site of the Work and informed itself fully of all conditions pertaining to the place where the Work is to be done; that it has examined the Contract Documents and all addenda thereto furnished before the opening of the proposals, as acknowledged below; and that it has satisfied itself about the Work to be performed; and all other required information with the proposal; and that this proposal is submitted voluntarily and willingly. The Proposer agrees, if this proposal is accepted, to contract with the City, a political subdivision of the State of Florida, pursuant to the terms and conditions of the Contract Documents and to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation, and all labor necessary to construct and complete within the time limits specified the Work covered by the Contract Documents for the Project entitled: REQUEST FOR PROPOSALS (RFP) No.2016-042-KB DESIGN/BUILD SERVICES FOR STORMWATER PUMP STATION AT NORTHEAST CORNER OF CONVENTION CENTER DRIVE The Proposer also agrees to furnish the required Performance Bond and Payment Bond or alternative form of security, if permitted by the City, each for not less than the total proposal price plus altemates, if any, provided in the RFP Price Form in Section 00408 and to furnish the required Certificate(s) of lnsurance. ln the event of arithmetical errors between the division totals and the total base proposal in the RFP Price Form, the Proposer agrees that the total base proposal shall govern. ln the event of a discrepancy between the numerical total base proposal and the written total base proposal, the written total base proposal shall govern. ln absence of totals submitted for any division cost, the City shall interpret as no proposal for the division, which may disqualify the Proposer. Name of Propose/s Authorized Representative:Title of Proposels Authorized Representative: Signature of Proposeds Authorized Representative:Date: State of FLORIDA personally On this _day of 20--, ) aPPeared ) stated that (s)he is the before me who 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 RFP 20 16O42KB My Commission Expires: 41 52 Section 2 - LUMP SUM PRICE - SAMPLE REQUEST FoR PROPOSALS (RFP) No,2016-042-KB DESIGN/BUILD SERVICES FOR STORMWATER PUMP STATION AT NORTHEAST CORNER OF CONVENTION CENTER DRIVEFURTHER BREAKDOWN OF LINE ITEMS INDICATED MAY BE PROVIDED AT THE DISCRETION OF THE PROPOSER THE PROPOSAL MUST BE SUBMITTED IN DUPLICATE. WRITTEN TOTAL: PROPOSER (Print): ADDRESS: CITY/STATE: FEDERAL I.D. #: NAME/TITLE OF REPRESENTATIVE (Print): SIGNED: ZIP: 1 Professional Services 2 General Conditions 3 Pavement and Streetscape Construction 4 Water and Sewer Construction 5 Stormwater Collection and Disposal Facility Construction 6 Allowance: Permit Fees $50,000.00 7 Consideration for lndemnification of City $25.00 8 Cost for compliance to all Federal and State requirements of the Trench Safetv Act $25.00 Grand Total (numerical value) ANY LETTERS, ATTACHMENTS, OR ADDITIONAL INFORMATION TO BE CONSIDERED PART OF RFP 20)6O42K3 (l certify that I am authorized to execute this proposal and commit the proposing firm) 42 53 APPEN DIX F & : & A $ l\ A, A tmffi N ffE $i\/\it\ I\/ttsdNs\tr N,\f tllS*nJ\t'tiSSS #**&1&. $ $, Y i$/ \8 H t$ Wme*S &\**S$ S I nsuro nce Requirements RFP NO . 201 6-042-KB DESIGN /BUILD SERVICES FOR STORMWATER PUMP STATION AT NORTHEAST CORNER OF CONVENTION CENTER DRIVE DEPARTMENT OF PROCUREMENT MANAGEMENT,l755 Meridion Avenue, 3ro Floor Miomi Beoch, Florido 33139 Rt-P 20 t6-O42-K3 43 54 INSURANCE REQUIREMENTS This document sets forth the minimum levels of insurance that the contractor is required to maintain throughout the term of the contract and any renewal periods. The provider shallfurnish to Depailment of Procurement, City of Miami Beach, 1755 Meridian Avenue, 3d Floor, Miami Beach, Florida 33139, Cerlificate(s) of lnsurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: A. Worker's Compensation lnsurance for all employees of the vendor as required by Florida Statute 440. B. Commercial General Liability on a comprehensive basis 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 shown as an additional insured with respect to this coverage. C. Automobile Liability lnsurance 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 propefty damage. D. Professional Liability lnsurance in an amount not less than $2,000,000 with the deductible per claim, if any, not to exceed 10% of the limit of liability. E. lnstallation Floater lnsurance including coverage for material & equipment to be installed during the course of this project. City of Miami Beach shall be included as a Named lnsured on this policy, as its insurable interest may appear. This policy shall remain in force until acceptance of the prolect by the City. A waiver of subrogation in favor of the City must be included for the policies required above. The insurance coverage required shall include those classifications, as listed in standard liability insurance manuals, which most nearly reflect the operations of the vendor. 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 lnsurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent, subject to the approval of the City Risk Management Division. The company must hold a valid Florida Certificate ol'nrtnority as shown in the latest "List of All lnsurance Companies Authorized or Approved to Do Business in Florida" issued by the State of Florida Department of lnsurance 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 ceilficate holder. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH 1755 MERIDIAN AVENUE 3d 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, RtP 2U tOO4'.2-<3 44 55 THIS PAGE INTENTIONALLY LEFT BLANK 56 COMMISSION ITEM SUMMARY Condensed Title: REQUEST FOR APPROVAL TO ISSUE A REQUEST FOR PROPOSAL (RFp) NO. 2016-052-KB FOR DESIGN/BUILD SERVICES FOR STORMWATER PUMP STATION AT 19 STREET BETWEEN CONVENTION CENTER DRIVE AND MERIDIAN AVENUE lntended Outcome Su Ensure Reliable Stormwater Management And Resiliency Against Flooding By lmplementing Select Short And Lonq-Term Solutions I Item Summary/Recommendation : The pump station to be located at 19"'Street between Convention Center Drive and Meridian Avenue is part of the ongoing effort the City of Miami Beach is currently undertaking to perform improvements of the existing drainage conditions citywide to provide higher level of service by reducing flooding due to: extreme high tides, increased rainfall depth, intensity and distribution. The new pump station will be designed to convey stormwater runoff resulting from a S-year 24-hour rainfall event. The pump station will serve the redevelopment of the Convention Center and a major portion of the Lincoln Road District Projects and will cover approximately 200 acres bordered by Collins Canal to the north, Lincoln Lane South to the south, Collins Avenue to the east and half way between Michigan and Jefferson Avenues to the west. The City shall prepare the Design Criteria Package for the Project that will serve to define the design requirements for development of two separate construction documents by the selected Design Build (DB) Firm (or Firms), and for submission of their price proposal. The stormwater pump station project will consist of the installation of a pump station equipped with water quality treatment structures, a trash rack structure, an energy dissipating structure built integrally into a reconstructed seawall with openings within the seawall sized to limit the stormwater runoff velocity into the Collins/Dade Boulevard Canal. Each of the openings within the seawall will be covered with manatee grates. The City Commission's approval of this item will allow staff to proceed with the procurement process by advertising the RFP for design build services for each one of the two pump station projects. The selected DB Firm (or Firms) pursuant to the RFP will be responsible for the design and construction associated with each Project. The contract with the successful DB Firm (or Firms) will be awarded in accordance with the established requirements for award of design build contracts. RECOMMENDATION To seek proposals from interested parties, the Administration recommends that the Mayor and City Commission of the City of Miami Beach, Florida authorize the issuance of RFP 2016-052-KB for Design/Build Services for Stormwater Pump Station at 19 Street between Convention Center Drive and Meridian Avenue. Financial I nformation : Financial lmpact Summary: N/A Alex Denis, Bruce Mow Clerk's Office lative Tr DEC 1 6\RFP 201 SUMN.4ARY.doc Agenda ltem - WDate /2'/6-rdAAIAAAIBEACH CONVENTION CTR PUI\,,IP STATION AT 19 ST BW 57 MIAMIBEACH City of Miomi Beoch, 1700 Convention Center Drive, Miomi Beoch. Florido 33,)39, www.miomibeochfl.gov ISSION MEMORANDUM Mayor Philip Levine and Members offthe City Jimmy L. Morales, City Manager December 16,2015 REQUEST FOR APPROVAL TO ISqUE A REQUEST FOR PROPOSAL (RFp) NO. 2016.052-KB FOR DESIGN/BUILD SERVICES FOR STORMWATER PUMP STATTON AT 19 STREET BETWEEN GONVENTION CENTER DRIVE AND MERIDIAN AVENUE ADMINISTRATION RECOMMEN DATION Authorize the issuance of the RFQ. BACKGROUND The pump station to be located at 19th Street between Convention Center Drive and Meridian Avenue is part of the ongoing effort the City of Miami Beach is currently undertaking to perform improvements of the existing drainage conditions citywide to provide higher level of service by reducing flooding due to: extreme high tides, increased rainfall depth, intensity and distribution. The new pump station will be designed to convey stormwater runoff resulting from a S-year 24-hour rainfall event. The pump station will serve the redevelopment of the Convention Center and a major portion of the Lincoln Road District Projects and will cover approximately 200 acres bordered by Collins Canal to the north, Lincoln Lane South to the south, Collins Avenue to the east and half way between Michigan and Jefferson Avenues to the west. The City shall prepare the Design Criteria Package for the Project that will serve to define the design requirements for development of two separate construction documents by the selected Design Build (DB) Firm (or Firms), and for submission of their price proposal. The stormwater pump station project will consist of the installation of a pump station equipped with water quality treatment structures, a trash rack structure, an energy dissipating structure built integrally into a reconstructed seawall with openings within the seawall sized to limit the stormwater runoff velocity into the Collins/Dade Boulevard Canal. Each of the openings within the seawall will be covered with manatee grates. The City Commission's approval of this item will allow staff to proceed with the procurement process by advertising the RFP for design build services for each one of the two pump station projects. The selected DB Firm (or Firms) pursuant to the RFP will be responsible for the design and construction associated with each Project. The contract with the successful DB Firm (or Firms) will be awarded in accordance with the established requirements for award of design build contracts. . MINIMUM QUALIFICATIONS. Please Reference, Appendix C, RFP 2016-052-KB for Design/Build Services for Stormwater Pump Station at 19 Street between Convention Center Drive and Meridian Avenue (attached). o SUBMITTAL REQUIREMENTS. Please Reference Section 0300, RFP 2016-052-KB for Design/Build Services for Stormwater Pump Station at 19 Street between Convention Center Drive and Meridian Avenue (attached). CO TO: FROM: DATE: SUBJECT: 58 City Commissioner Memorandum - Design/Build Services for Stormwater Pump Station at 19 Street between Convention Center Drive and Meridian Avenue December 16,2015 Page 2 of 2 . CRITERIA FOR EVALUATION. Please Reference Section 0400, RFP 2016-052-KB for Design/Build Services for Stormwater Pump Station at 19 Street between Convention Center Drive and Meridian Avenue (attached). CONCLUSION The Administration recommends that the Mayor and Commission authorize the issuance of the RFP 2016-052-KB for Design/Build Services for Stormwater Pump Station at 19 Street between Convention Center Drive and Meridian Avenue is subject to funds availability approved through the City's budgeting process ATTACHMENTS Attachment A: RFP 2016-052-KB for Design/Build Services for Stormwater Pump Station at 19 Street between Convention Center Drive and Meridian Avenue. JLM/MT/EC/AD T:\AGENDA\201S\DecembeAPROCUREMENT DEC 16\RFP 2015-052-KB DESIGNBUILD CONVENTION CTR PUMP STATION AT 19 ST BW CONVENTION CTR DR AND MERIDIAN AV - ISSUANCE MEMO - Copy.doc 59 REQUEST FOR PROPOSALS (RFP) DESIGN/BUILD SERVICES FOR STORMWATER PUMP STATION ON I9TH STREET BETWEEN CONVENTION CENTER DRIVE AND MERIDIAN AVENUE RFP NO. 2016-O52-KB i-'= =lF..,uiii '"', ,, 1,-_, RFP ISSUANCE DATE: DECEMBE 015 ="'' PROPOSALS DUE; FEBRUARY 4,2016=@ 3:00 PM =ISSUED BY: KRISTY BADA * MIAAAIBTACH KRISTY BADA, CONTRACTING OFFICER II PROC U REMENT DEPARTMENT 1755 Meridion Avenue, 3'd Floor, Miomi Beoch, FL 33.l39 305.673.7000 x621 B I kristybodo@miomibeochfl.gov www.miomibeochfl.gov 60 b ' 't,\ ,",.1. }t A1^i. j , \ ,1/-1t tl', i_)k*J"*\\*l I TABLE OF CONTENTS SOLICITATION SEGTIONS: PAGE 0100 PUBLTC NOT|CE.... .................3 0200 TNSTRUCTTONS TO PROPOSERS & GENERAL CONDTTTONS ................................4 O3OO PROPOSAL SUBMITTAL INSTRUCTIONS & FORMAT ..........12 0400 pRoPosAL EVALUATTON ....... ............18 O5OO CITY OF MIAMI BEACH LICENSES, PERMITS AND FEES ..,.,.,,,,,21 APPENDICES:PAGE APPENDIX A PROPOSAL CERTIFICATON, QUESTIONNAIRE AND AFFIDAVITS ,.....,,23 APPENDIX B "NO PROPOSAL" FORM ........30 APPENDIX C MINIMUM REQUIREMENTS & SPECIFICATIONS ........, ........32 APPENDTX D SPECTAL CONDTTTONS ........... ...............36 APPENDIX E COST PROPOSAL FORM ......39 APPENDIX F INSURANCE REQUIREMENTS ...,...,......42 RFP 201 6-052-KB 61 sEcTtoN 0100 .\ ' j rar n,..^l t.\ri!rl.'. l:Jk-t\i TICE City of Miami Beach, 1755 Meridian Avenue, 3'd Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305.673.7 490, Fax: 786.394.4006 REQUEST FOR PROPOSALS (RFP) No. 2016-052-KB DESIGN/BUILD SERVICES FOR STORMWATER PUMP STATION ON 1gTH STREET BETWEEN CONVENTION CENTER DRIVE AND MERIDIAN AVENUE Miami Beach, Florida By means of this RFP, the City seeks to contract with a Design/Build Firm for Stormwater Pump Station on 'l9th Street between Convention Center Drive and Meridian Avenue. Proposals received pursuant to this RFP will be evaluated in a two-phased process (Phase I and Phase ll). The Design/Build Firm (DBF) will be responsible for the design, permitting, construction management and construction of the Storm water Pump Station on 19th Street between Convention Center Drive and Meridian Avenue. The work will include but not be limited to site preparation; earthwork, storm drainage infrastructure installation and streetscape improvements, ln addition to construction related services, the project will require engineering design, permitting, surveying services, utility locations, landscape architecture, and potentially geotechnical services. The Design Criteria Package (DCP) for this prolect shall be provided in digital format on CDs to all short-listed proposers following Phase I evaluation. Please call Kristy Bada at 305.673.7490, or e-mail kristvbada@miamibeachfl,qov to secure a CD. The cost for these CDs is $20. One may purchase a CD through the Finance Cashier located on the 1't Floor in City Hall. Please make reference of the RFP number (RFP 2016- 052-KB) and project name (DESIGN/BUILD SERVICES FOR STORMWATER PUMP STATION ON 1gTH STREET BETWEEN CONVENTION CENTER DRIVE AND MERIDIAN AVENUE) to the Finance Cashier. After purchase, CDs are to be collected by the Proposer at the Procurement Office located on the 3rd Floor in City Hall with presentation of receipt from the Finance Cashier. A Pre-Proposal Conference, as further detailed in Section 0100-10 of the RFP is scheduled for 10:00 AM on January 5, 2016 in the Procurement Depa(ment Conference Room located at City of Miami Beach, 1755 Meridian Avenue, 3RD Floor, Miami Beach, FL 33139. Sealed proposals, for Phase l, will be received by the City of Miami Beach Depaftment of Procurement, 3rd Floor, 1755 Meridian Avenue, Miami Beach, Florida 33139, until 3:00 p.m. on February 4,2016, for DESIGN/BUILD SERVICES FOR STORMWATER PUMP STATION ON 1gTH STREET BETWEEN CONVENTION CENTER DRIVE AND MERIDIAN AVENUE (the Proyect), Sincerely, l*-*-"***tf J . i.,..\' I -- .--*- I { ;ti* li Alex Denis Director, Procurement Department b PUBLIC NO RFP 20I6 052 KB 62 sEcTtoN 0200 lb ;\,.' I n .0,'i R!:"&f-!.-t INSTRUCTIONS TO RESPONDENTS & GENERAL CONDITIONS 1. GENERAL. This Request for Proposals (RFP) is issued by the City of Miami Beach, Florida (the "City"), as the means for prospective Proposer to submit their qualifications, proposed scopes of work and cost Statement of Qualifications (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 Proposer and, subsequently, the successful propose(s) (the "contractor[s]") if this RFP 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 RFP. Any prospective proposer who has received this RFP by any means other than through PublicPurchase must register immediately wilh PublicPurchase to assure it receives any addendum issued to thls RFP. Failure to receive an addendum may result in disqualification of proposal submitted. 2. PURPOSE. By means of this RFP, the City seeks to contract with a Design/Build Firm for Stormwater Pump Station on 19th Street between Convention Center Drive and Meridian Avenue. Proposals received pursuant to this RFP will be evaluated in a two-phased process (Phase I and Phase ll). Phase I Proposers will be evaluated in accordance with the criteria established in Section 0400 for Phase I Evaluation. Following City Commission selection of the short-listed proposers pursuant to Phase I of the RFP, the short-listed proposers will be allotted approximately 45 days to prepare a detailed technical proposal for the Project. The short- listed proposers will also be provided, via addendum, with the formal Design Criteria Package (DCP) and Design/Build Agreement. Following Phase I short-listing and prior to receipt of proposals pursuant to Phase ll, the City may issue fuilher information and clarifications via Addenda to the short-listed proposers, including (but not limited to) any amendments to the Design Criteria Package, cost tender form, form of contract, and other informational items or requirements necessary for the short-listed proposers to submit its Phase ll proposals. Additionally, the City will conduct a pre-submittal conference with short- listed proposers to facilitate project understanding and consider any project specific questions from the short-listed proposers. Phase ll proposals will be evaluated in accordance with the criteria established in Section 0400 for Phase ll Evaluation. Following City Commission approval of the City Managers recommendation pursuant to Phase ll, the City will enter into contract negotiations and execution. This RFP is issued pursuant to Chapter 287.055, Florida Statutes, the Consultants Competitive Negotiations Act (ccNA). 3. S0LICITATION TIMETABLE. The tentative schedule for this solicitation is as follows: Phase I - Qualifications RFP lssued DECEMBER 18,2015 Pre-Proposal Meeting JANUARY 5, 2016 AT 10:00 AM Deadline for Receipt of Questions JANUARY 25,2016 AT 5:00 PM Responses Due FEBRUARY 4,2016 AT 3:00 PM Evaluation Committee Meeting TBD Commission Approval to Shortlist TBD Phase ll- Technical Proposals Solicitation lssued to Shorl-Listed Proposers TBD Pre-Submittal Meeting TBD Deadline for Receipt of Questions TBD RI-P 2U I6.U52.Kts 63 lb questions or clarifications conceming this solicitation shall be submitted to the Telephone: 305-673-7490 Proposals Due TBD Evaluation Committee Meeting to lnterview TBD Commission Approval of Final Proposer TBD 4. PROCUREMENT CONTACT. Any Procurement Contact noted below: Procurement Contact: Kristy Bada Email: kristybada@miamibeachfl.oov The Bid title/number shall be referenced on all correspondence. All questions or requests for clarification must be received no later than ten (10) calendar days prior to the date proposals are due as scheduled in Section 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. A Pre-PROPOSAL conference wlll be held as scheduled in Anticipated RFP Timetable section above at the following address: City of Miami Beach Procurement Department Conference Room 1755 Meridian Avenue,3RD Floor 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-Proposal 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: 5804578 Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in this RFP 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). The City by means of Addenda will issue interpretations orwritten addenda clarifications considered necessary by the City in response to questions. Only questions answered by written addenda will be binding and may supersede terms noted in this solicitation. Addendum will be released through PublicPurchase. Any prospective proposer who has received this RFP by any means other than through PublicPurchace must register immediately with PublicPurchase to assure it receives any addendum issued to this RFP. Failure to receive an addendum may result in disqualification of proposal. Written questions should be received no later than the date outlined in the Anticipated RFP Timetable section. 7. CONE OF SILENCE. This RFP is subject to, and all proposers are expected to be or become familiar with, the City's Cone of Silence Requirements, as codified in Section 2-486 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Cone of Silence are complied with, and shall be subject to any and all sanctions, as prescribed therein, including rendering their response voidable, in the event of such non-compliance. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelqranado@miamibeachfl.qov. RI-P 20 I6.052-KB 64 g j'o"l'''-\t:Sfeti-: 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/procuremenUscroll.aspx?id=23S10 . CONE OF SlLENCE...,,, o PROTEST PROCEDURES.... DEBARMENT PROCEEDINGS,,. LOBBYIST REGISTMTION AND DISCLOSURE OF FEES .. ......... ... CAMPAIGN CONTRIBUTIONS BY VENDORS...... CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT tssuES......... .. . t|V|NGWAGEREQUIREMENT,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, o PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY VETERANS AND TO STATE.CERTIFIED SERVICE. DISABLED VETERAN BUSINESS ENTERPRISES.... FALSE CLAI[/S ORD1NANCE,....,............. ACCEPTANCE OF GIFTS, FAVORS & SERV|CES,,,... CITY CODE SECTION 2486 CITY CODE SECTION 2.371 CITY CODE SECTIONS 2-397 THROUGH 2485.3 CITY CODE SECTIONS 2481 THROUGH 2406 CITY CODE SECTION 2.487 CITY CODE SECTION 2-488 C|TY EODE SEETIONS 2 .IO7 THROUGH 2 410 CITY CODE SECTION 2-374 CITY CODE SECTION 7O-3OO CITY CODE SECTION 2449 r REQUIREMENT FOR CITY CONTRACTORS Te PROVIDE EQUAT BENEFITS FOR{€MESH€+ARFNERS,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, elTYCODESEeTloN2373 9. PUBLIC ENTITY CRIME. A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crimes may not submit a bid on a contract to provide any goods or seruices to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or peform work as a contractor, supplier, sub-contractor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of the threshold amount provided in Sec. 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 10, COMPLAINCE WITH THE CITY'S LOBBYIST LAWS. This RFP is subject to, and all Proposers are expected to be or become familiar with, all City lobbyist laws, Proposers shall be solely responsible for ensuring that all City lobbyist laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including, without limitation, disqualification of their responses, in the event of such non-compliance. 11. DEBARMENT ORDINANCE: This RFP is subject to, and all proposers are expected to be or become familiar with, the City's Debarment Ordinance as codified in Sections 2-397 through 2-406 of the City Code. 12. WITH THE CITY'S CAMPAIGN FINANCE REFORM LAWS. This RFP is subject to, and all 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 responses, in the event of such non-compliance. 13. CODE OF BUSINESS ETHICS. Pursuant to City Resolution N0.2000-23879, the Proposer shall adopt a Code of Business Ethics ("Code") and submit that Code to the Procurement Division 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. 14. AMERICAN WITH DISABILITIES ACT (ADA). Call 305-673-7490 to request material in accessible format; sign language interpreters (five (5) days in advance when possible), or information on access for persons with disabilities. For more information on ADA compliance, please call the Public Works Depadment, at 305-673- 7000, Extension 2984. 15. 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. 16. PROTESTS. Proposers that are not selected may protest any recommendation for selection of award in accordance with eh proceedings established pursuant to the City's bid protest procedures, as codified in Sections 2-370 and2-371 of the City RFP 20]6052 KB 65 E rr'\lAj't"it S[&il|$ Code (the City's Bid Protest Ordinance). Protest not timely made pursuant to the requirements of the City's Bid Protest Ordinance shall be barred. 17. Omitted lntentionally 18. VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City Code Section 2-374, the City shall give a 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, and which is within five percent (5%) of the lowest responsive, responsible proposer, by providing such proposer an opportunity of providing said goods or contractual seruices for the lowest responsive proposal amount (or in this RFP, the highest proposal amount). Whenever, as a result of the foregoing preference, the adjusted prices of two (2) or more proposers which are a small business concern owned and controlled by a veteran(s) or a service-disabled veteran business enterprise constitute the lowest proposal pursuant to an RFP or oral or written request for quotation, and such proposals are responsive, responsible and othenivise equal with respect to quality and service, then the award shall be made to the service-disabled veteran business enterprise. 19. DETERMINATION OF AWARD. Pursuant to F.S. 287.055, the City shall first consider the qualifications of firms through the process outlined in Section 0400, Evaluation Methodology. The Evaluation of proposals shall proceed in a two-phase process: A. Phase I - Proposals will be evaluated in accordance with the criteria established in Section 0400 for Phase I Evaluation. Following the Phase I Evaluation Process, the City Manager may recommend to the City Commission no less than three respondents to be considered in Phase ll. The number of respondents recommended to be short-listed for consideration in Phase ll is solely at the discretion of the City Manager. B. Phase ll - Short-listed Proposals will be evaluated in accordance with the criteria established in Section 0400 for Phase ll Evaluation. The results of both Phase I and Phase ll evaluations will be considered by the City Manager who may recommend to the City Commission the respondent(s) he deems to be in the best interest of the City, or may recommend rejection of all responses. The City Manage/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: The ability, capacity and skill of the proposer to perform the contract. Whether the proposer can perform the contract within the time specified, without delay or interference. The character, integrity, reputation, judgment, experience and efficiency of the respondent. The quality of performance of previous contracts. 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 for each phase and may approve such recommendation. The City Commission may also, at its option, reject the City Manager's recommendation and select another proposer (or proposers) which it deems to be in the best interest of the City, or it may also reject all resp0nses. Once the Phase ll ranking is approved by the City Commission, the City will enter into contract negotiations with the top ranked firm. lf the City and selected firm cannot agree on contractual terms, the City will terminate negotiations and begin negotiations with the next ranked firm, continuing this process with each firm in rank order until agreeable terms can be met or the procurement is terminated. Contract negotiations and execution will take place as quickly as possible after selection. 20. NEGOTIATIONS. Following selection, the City reserves the right to enter into further negotiations with the selected Proposer. Notwithstanding the preceding, the City is in no way obligated to enter into a contract with the selected Proposer in the event the pa(ies are unable to negotiate a contract. lt is also understood and acknowledged by Proposers that no property, contract or legal rights of any kind shall be created at any time until and unless an Agreement has been agreed to; approved by the City; and executed by the pafties. 21. PostponemenUCancellation/Acceptance/Reiection. The City may, at its sole and absolute discretion, reject any and all, a. b. c. d. e. Rl-P 20 t6-052 Kts 66 g,vri t..,',o' . X[r.rCi-l or parts of any and all, responses, re-advertise this RFP; postpone or cancel, at any time, this RFP process; or waive any irregularities in this RFP, or in any responses received as a result of this RFP. Reasonable efforts will be made to either award the proposer the contract or reject all proposals within one-hundred twenty (120) calendar days after proposal opening date. A proposer may withdraw its proposal after expiration of one hundred twenty (120) calendar days from the date of proposal opening by delivering written notice of withdrawal to the Department of Procurement Management prior to award of the contract by the City Commission. 22. PROPOSER'S RESPONSIBILITY, Before submitting a response, 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. lgnorance 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. 23. 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. 24. RELATIONSHIP T0 THE CITY. lt 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. 24. OCCUPATIONAL HEALTH AND SAFETY. ln compliance with Chapter 442,Florida Statutes, any toxic substance listed in Section 38F-41.03 of the Florida Administrative Code delivered as a result of this proposal must be accompanied by a Material Safety Data Sheet (MSDS) which may be obtained from the manufacturer. 25. ENVIRONMENTAL REGULATIONS. The City reserves the right to consider a propose/s history of citations and/or violations of environmental regulations in investigating a proposer's responsibility, and further reserves the right to declare a proposer not responsible if the history of violations warrant such determination in the opinion of the City. Proposer shall submit with its proposal, a complete history of all citations and/or violations, notices and dispositions thereof. The non-submission of any such documentation shall be deemed to be an affirmation by the Proposer that there are no citations or violations. Proposer shall notify the City immediately of notice of any citation or violation which proposer may receive after the proposal opening date and during the time of performance of any contract awarded to it. 26. TAXES. The City of Miami Beach is exempt from all Federal Excise and State taxes. 27, 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 RFP. Failure to do so will be at the Propose/s risk and may result in the Proposal being non-responsive. 28, 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. lnvoices must be consistent with Purchase Order format. 29. COPYRIGHT. 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. lf the Proposer uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, 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. 30. DEFAULT: Failure or refusal of the selected Proposer to execute a contract following approval of such contract by the City Commission, or untimely withdrawal of a response before such award is made and approved, may result in a claim for RFP 20I6052 KB 67 tb ., i. i .1 .\. ,", : l: il *l r'* k! damages by the City and may be grounds for removing the Proposer from the City's vendor list. 31. MANNER OF PERFORMANCE. Proposer agrees to pedorm 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, 32. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and Conditions shall have precedence. 33. NON-DISCRIMINATION. The Proposer certifies that it is in compliance with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equalemployment opportunity for all persons without regard to race, color, religion, sex or national origin. ln accordance with the City's Human Rights Ordinance, codified in Chapter 62 of the City Code, Proposer shall prohibit (and cause hotel operator to prohibit) discnmination by reason of race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital and familial status, and age or disability in the sale, lease, use or occupancy of the Hotel Project or any portion thereof. 34. DEMONSTRATION OF COMPETENCY. 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, including: A. Pre-award inspection of the Proposeis 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. ln 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. 35. ASSIGNMENT. The successful Proposer shall not assign, transfer, convey, sublet or othenrise 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. 36. 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. RFP 20I6052 KB 68 b i,, 37. OPTIONAL CONTRACT USAGE. When the successful Proposer (s) is in agreement, other units of government or non- profit agencies may pailicipate in purchases pursuant to the award of this contract at the option of the unit of government or non-profit agency. 38. VOLUME OF WORK TO BE RECEIVED BY CONTRACTOR. lt 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. 39. DISPUTES. ln 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. 40. INDEMNIFICATION. The Proposer 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 Proposer 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. 41. 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. 42. 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 1 19.0701 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 othenrvise 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 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. 43. OBSERVANCE OF LAWS. Proposers are expected to be familiar with, and comply with, all Federal, State, County, and City laws, ordinances, codes, rules and regulations, and all orders and decrees of bodies or tribunals having jurisdiction or authority which, in any manner, may affect the scope of services and/or project contemplated by this RFP (including, without limitation, the Americans with Disabilities Act, Title Vll of the Civil Rights Act, the EEOC Uniform Guidelines, and all EEO regulations and guidelines). lgnorance of the law(s) on the paft of the Proposer will in no way relieve it from responsibility for compliance. RI-P 2O I6.052.Kts t0 69 b 44. 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. 45. MODIFICATIONMITHDRAWALS 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 recelved 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. 47. EXCEPTIONS TO RFP. Proposers must clearly indicate any exceptions they wish to take to any of the terms in this RFP, 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. ln 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 RFP to which Proposer took exception to (as said term and/or condition was originally set forth on the RFP). 48. 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. 49. SUPPLEMENTAL INFORMATION, City reserves the right to request supplemental information from Proposers at any time during the RFP solicitation process, unless othenvise noted herein. 50. ADDITIONAL SERVICES. Although this solicitation and resultant contract identifies specific goods, services or facilities ("items"), it is hereby agreed and understood that the City, through the approval of the Department and Procurement Directors (for additional items up to $50,000) or the City Manager (for additional items greater than $50,000), may require additional items to be added to the Contract which are required to complete the work, When additional items are required to be added to the Contract, awarded vendo(s), as applicable to the item being requested, under this contract may be invited to submit price quote(s) for these additional requirements. lf these quote(s) are determined to be fair and reasonable, then the additional work will be awarded to the current contract vendo(s) that offers the lowest acceptable pricing. The additional items shall be added to this contract by through a Purchase Order (or Change Order if Purchase Order already exists). ln some cases, the City may deem it necessary to add additional items through a formal amendment to the Contract, to be approved by the City Manager. The City may determine to obtain price quotes for the additional items from other vendors in the event that fair and reasonable pricing is not obtained from the current contract vendors, or for other reasons at the City's discretion. Balance of Pase lntentionallv Left Blank RFP 201 6-052 KB il 70 ZO,',',1.\,\l i RsAe^i--.$ sEcTtoN 0300 PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT 1. SEALED RESPONSES. 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 cleady 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 BIDS. Bid Proposals are to be received on or before the due date established herein for the receipt of Bids. Any Bid 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. ln 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. PHASE I RESPONSE FORMAT Cover Letter & Minimum Qualifications 1.1 Cover Letter and Table of Contents. The cover letter must indicate Prime Proposer and Prime Proposer Primary Contact for the purposes of this solicitation. 1.2 Response Certification, Questionnaire & Requirements Affidavit (Appendix A). Attach Appendix A fully completed and executed. 1,3 Minimum Qualifications Requirements. Submit verifiable information documenting compllance with the minimum qualifications requirements established in Appendix C, Minimum Requirements and Specifications, as required herein. 1.3.1 Request for Qualification Similar Experience. For each project that complies with the minimum requirements on Appendix C, Section C1, No. 3, submit prqect name, project contact information (phone and email) and prime Proiect Team Prime Proposer shall submit a design-build team organizational structure that has a sufficient number of professionals and other personnel to perform the work, including: 1. Organizational Chart. An organizational chart depicting the structure and lines of authority and communication. A narrative that descnbes the intended structure regarding prolect management, accountability and compliance with the terms of the RFP. 2. Key Personnel. ldentify all key personnel, including the Project Manager, who will be assigned to the Project and their intended functions and responsibilities. Also indicate the percentage of time commitment of each key person on this Prolect. 3. Resumes. Resumes of the team's key personnel who will be assigned to the Project that demonstrate their experience and qualifications, education and performance record. At a minimum, the Prime Proposer shall include the above listed information for the following proposed prolect team members: a. Design/Build ProjectManager RFP 20I6052 KB t2 71 b i'vri\\t\l $$*&il$-"$ b. Lead Designer Design Manager c. Construction Superintendent 4. Evidence Of Prior Working Experience, Submit evidence that the proposed team has successfully collaborated on prior projects. For each project, submit proiect name, brief description of project, date of completion, owne/s representative, and owner's representative contact information. 5. Other. Provide any other information the Proposer believes will help the City understand and evaluate the team's capabilities. Firm Experience & Qualifications RIP 2U I6 U52-Kts t3 72 lb,' i i,' : Rtr-&r'*t-"{ Qualifications of Firm. Describe experience and qualifications of the Prime Respondent in providing the services detailed herein. 1. Company lnformation: Provide background information, including company history, years in business, number of employees, and any other information communicating capabilities and experience. (recommend 1 page) 2. Company's List of Similar Experience and Qualifications: Provide a list of the company's experience and qualifications with the services detailed herein. Provide a table that includes the following information: agency name, prolect name, type of project (rightof-way, design/build, etc.), percentage completed, anticipated completion date, your firm's role (i.e. design/build, lead designer, lead constructor). (recommended 1 page) 3. Relevant Experience: Summarize the company's most similar projects of comparable size and scope where similar services to those described in this RFP have been provided. Projects must illustrate familiarity with all of the following aspects: underground utility construction, pipe tapping, storm water collection and disposal, and site concrete work. All projects must demonstrate experience with existing traveled roads where traffic must have been maintained. Projects must have a minimum of $1,000,000 each. For each project include. Project name and location Project description Date of prolect completion Awarded contract amount and final contract amount Explanation of differences between awarded and final contract amounts, if difference exceeded 5% lf right-of-way improvement, please indicate if it included utility installations, pavement restoration, and streetscaping.g. lndicate firm's role in the project (design/builder, lead designer, or lead constructor). h. lf applicable, a brief description of how the Prime Proposer maintained operations while under construction. i. The names of the key prolect managers, highlighting any individuals who also worked on this project.j. Reference contact information (including name, address, telephone number and e-mail address). 4. Safety Record: Provide the firm's Experience Modification Rate (EMR) data for the previous three (3) full calendar years (2011,2012, and 2013) on a firm-wide basis, which shall be documented by a signed letter with contact information from the firm's insurance carrier, or the insurance carrier's agency representative. 5. Dun & Bradstreet Supplier Qualifier Report: Design/Build Firm shall pay D&B to send the Supplier Qualifier Report (SQR) to the City through electronic means kristybada@miamibeachfl.gov. The cost of the preparation of the D&B report shall be the responsibility of the Proposer. The proposer can request the report from D&B at: Uhttps:/supplierpo 6. lnsurance: Provide a letter from Proposer's insurer on the insurer company letterhead that the insurer can provide levels of coverage to the Proposer as indicated in Appendix E - lnsurance Requirements. 7. MinorityMomen-owned Business Enterprise (MWBE) or Small/Disadvantaged Business Enterprise (S/DBE). Submit certification from either The State of Florida Office of Supplier Diversity or Miami Dade County. Lead ner ce & Qualifications a. b. c. d. 6 f RFP 20 I6.052.KB t4 73 Qualifications of Firm. Describe experience and qualifications in providing in providing the services detailed herein. 1. Company lnformation: Provide background information, including company history, years in business, number of employees, and any other information communicating capabilities and experience. (recommend 1 page) 2. Company's List of Similar Experience and Qualifications: Provide a list of the company's experience in providing the services detailed herein. Provide a table to include the following information: agency name, project name, type of project, percentage completed, anticipated completion date, your firm's role (i.e. lead designer) (recommend 1 one page). 3. Florida Registration: Provide evidence of professional registration pursuant to Chapter 287.055, Florida Statues, the Consultants Competitive Negotiations Act (CCNA). 4. Relevant Experience: Summarize the company's most similar projects in providing the services detailed herein. Projects must illustrate familiarity with neighborhood / righlof-way related construction. For each prolect include. a. Prolect name and location b. Project description c. Date of pro1ect completion d. Awarded contract amount and final contract amount e. Explanation of differences between awarded and final contract amounts, if difference exceeded 5% f. Years pqect designed (or "Under Design") g. The names of the key pqect architects, highlighting any individuals who will also work on this prolect h. Reference contact information (including address, telephone number and e-mail address). Forms Provide Certification, Questionnaire & Requirements Affidavit (Appendix A). Attach Appendix A fully completed and executed. The Certification, Questionnaire & Requirements Affidavit (Appendix A) must be signed by the Prime Proposer. tb 1-1!.\\rq\l*-\/AtJJ\ ii ! I r lt ,: \: I * :\ { &.IJ\t1!;tit't t)l ts\t r ! 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). RI-P 2O I6-052-Kts t5 74 ^ I n i -1 I nr i, iq{ t PHASE II RESPONSE FORMAT (TECHNICAL PROPOSAL) ln order to maintain comparability, facilitate the review process, and assist the Evaluation Committee in review of responses, it is recommended that responses be organized and tabbed in accordance with the sections and manner specified below. Hard copy submittals should be bound and 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. Proposers should prepare narratives, specification etc. on 8.5 x 11 paper. All Plans shall be provided bound flat not in a 3-ring binder with 1'1"x17" paper containing a title block, drawing titles, dated and numbered. Please feel free to include other materials, such as covers, appendices, brochures, etc. at your discretion. Due Dilioence and Site lnspections. lt is the responsibility of each Proposer, before submitting the Phase ll proposal, to:. Visit the site or structure to become familiar with conditions that may affect costs, progress, performance or furnishing of the Work;. Take into account federal, state and local (City and Miami-Dade County) laws, regulations, permits, and ordinances that may affect costs, progress, performance, furnishing of the Work, or award;. Study and carefully conelate Proposeds observations with the RFP; and The submission of a proposal shall constitute an incontrovertible representation by proposer that proposer has complied with the above requirements and understands all terms and conditions for performance and furnishing of the Work. The City reserves the right to require additional information to determine financial capability. Proposer shall have ten ('10) calendar days respond to such a request. ID The Technical Proposal shall document team's understanding of the project, major design elements, materials and methods. The Technical Proposal shall be developed using narratives, tables, charts, plots, drawings and conceptual sketches as appropriate. The technical proposal shall be insufficient detail to allow the City to evaluate its compliance with the design criteria package, including major systems and requirements. Subcontractor & Qualifications Qualifications of Key Subcontractors. For each key construction subcontractor (whose value of work exceeds $500,000) describe experience and qualifications as detailed below. 1. Company lnformation: Provide background information, including company history, years in business, number of employees, and any other information communicating capabilities and experience. (recommend 1-2 pages) 2. Company's List of Similar Experience and Qualifications: Provide a list of the company's experience and qualifications with the Services detailed herein. Provide a table that includes the following information: agency name, project name, type of prolect right-of-way, design/build, etc.), work assigned. (recommended 1 page) 3. Relevant Experience: Summarize five (5) of the company's most similar projects of comparable size and scope where similar construction services have been provided. Please list similar sanitary sewer force main projects first followed by other relevant prolect experience, Projects must illustrate familiarity with: traffic control, maintenance of access for pedestrians to businesses or residences, underground utility construction, erosion control and storm water pollution prevention measures, drainage collection and/or disposal system, irrigation systems, and landscape planting (recommend 1 page per prolect) For each proyect include: a. Prolect name and location b. Prolect description c. Date of pro.lect completion d. Reference contact information Rt-P 20 t6-052-Kts t6 75 Approach & Methodology Plan Proposer shall, at a minimum, address the following factors: 1. The Proposer shall illustrate complete understanding of the scope of work for all components of the project. The narrative shall address methodology, sequencing, maintenance of traffic (MOT) and phasing of the various work efforts. 2. The Proposer shall describe the efforts involved in coordinating with all utilities including but not limited to Florida Power and Light (FPL), AT&T and Atlantic Broadband (ABB). 3. Proposer shall clearly detail and present its approach to all required permitting issues, including but not limited to, water distribution system, stormwater drainage system, , landscaping etc., relative to the applicable agency(ies) and entity(ies), e.g. City of Miami Beach, SFWMD, FDOT, FDEP, USACOE, Miami-Dade County RER, Fl. Dept. of Health, etc. 4. Proposer shall describe their Quality Assurance / Quality Control Plan ("QfuQC Plan") for the Work, including design, construction, coordination, implementation and completion of the Project. The Proposer shall explain its QA/QC Plan and the plan for any of its subconsultants or Subcontractors, namely the policies and procedures that will be used to assure the complete and the accurate management of the Project. 5. Proposer must perform at least sixty percent (60%) of the construction work with the firm's own forces. 6. Proposer shall provide summary narrative inclusive of the proposer's project understanding, scheduling including key performance and success factors, and the proposed design and construction approach which highlights the main attributes and benefits of this approach. 7. Proposer shall describe the technical approach, and provide calculations and drawings as applicable, to sufficiently demonstrate the following : a. Typical plan and profile of the proposed pump statino and the seawall. b. Anticipated utility or structure relocations, if required. c. Planned supplementary geotechnical investigations, or environmental/ contamination surveys/assessments by the proposer to support or validate the proposer's design approach, if any. 8. Proposer shall describe the project schedule approach utilizing the Critical Path Method a. Schedule shall utilize calendar days, b. Weekend and City Holidays shall not be considered work days 9. Proposer shall describe the planned environmental quality management approach by demonstrating the following: a. Approach to minimize community impacts from, construction noise, dust and vibration. b. Correcting any resultant settlement and / or damage to any existing structures that are a consequence of the Proposer's construction activities. c. Prevention or containment of any discharges from the existing force main during taping, or any other work performed in, on, or around the existing force main, d. Pre{reatment of construction water prior to disposal to ensure compliance with permit requirements. 10. lt is the objective of the City that, at a minimum, 60% of the construction portion of the project defined herein shall be performed directly by the Prime Contractor (rather than through sub-contractors). To evaluate compliance with this objective, proposers shall submit a schedule, by Construction Specification lnstitute (CSl) Division, denoting which sections of the scope shall be performed directly by the Prime Contractor (with its own forces) and which sections are intended to be subcontracted, 11. Describe plan on how construction staging areas, pedestrian paths, vehicular traffic pattems, etc. will be handled in order to mitigate disruption. Rl-P 2O l6-052-Kts 17 76 Project Schedule The Proposer shall submit a Preliminary CPM Pqect Schedule covering the period from NTP to Final Completion with the submittal which will be the initial Project Baseline Schedule. The Preliminary Project Schedule shall include all major design, permitting, procurement and construction, testing and commissioning activities and meet the stated Contract Dates and any other suggested major milestones. Activities shall indicate their associated phasing and dependence with other activities, and highlight the main, coordination efforts and issues requiring the City's involvement and necessary reviews. At a minimum, the Preliminary Project Schedule must address the following milestones and activities: Design Schedule & Submittals Design Phase Reviews by the City - Assume 4 weeks Community lnvolvement Permitting Utility Coordination/Relocation Start and completion of Construction, Testing and Commissioning Substantial Completion and Final Completion Dates for all Work. Lump Sum Price Submit a Lump Sum Price for delivering the completed Prolect consistent with the Design Criteria Package. Utilize Appendix D - Cost Tender Form to submit your Lump Sum Price. ,D Balance of Page lntentionallv Left Blank RI-P 2O I6-052-Kts 1B 77 b iri I i,', ,' RF A{*N : : v il,r \' \ i \iL*J l\sl I SECTION O4OO PROPOSAL EVALUATION The Evaluation Process will be conducted in two phases. PHASE I EVALUATION PROCESS 1. Two Step Evaluation. The evaluation of responsive proposals in Phase 't will proceed in a two-step process. The first step (Step 1) will consist of the qualitative criteria listed below to be considered by the Evaluation Committee. The second step (Step 2) will consist of quantitative criteria established below to be added to the first step scores by the Procurement Department. The City reserves the right to engage the advice of its consultant, DCP or other technical experts in assisting the Evaluation Committee in the review of proposals received. 2. Phase I / Step 1 Evaluation (100 Points). An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Proposal in accordance with the requirements set forth in the solicitation. lf 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. lt is important to note that the Evaluation Committee will score the qualitative portions of the proposals only. ln 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). Proposers willbe evaluated on the following criteria (100 maximum possible points):. Project Team (30 Points). Design/Build Firm Experience & Qualifications (40 Points), Lead Designer Experience & Qualifications (30 Points) 3. Phase l/ Step 2 Evaluation (10 Points). Following the results of Step 1 Evaluation Qualitative criteria, the proposers may receive additional points to be added by the Procurement Department to those points earned in Step 1, as follows. . Veterans and State-Certified Service-Disabled Veteran Business Enterprise (5 points) o Prime Proposer Volume of Work (0-5 Points). Points awarded to the proposer for volume of work awarded by the City in the last three (3) years in accordance with the following table: Less than $250,000 5 $250,000.01 - $2,000,000 3 Greater than $2,000,000 0 RFP 2016052 KB t9 78 b { r I I t n lnr \ ^,,NB S 4. Determination of Phase I Ranking, Phase 1/Step 1 scores (by the Evaluation Committee) and Phase 1/Step 2 scores (by the Procurement Department) will be converted to rankings in accordance with the following example: lf fewer than three responsive proposals are received by the City or if all responsive proposals received are determined by City Manager to be qualified for Phase ll, Phase ll may proceed without interruption or additional approvals following Phase l. Othenuise, the City Manager may submit a recommendation to the City Commission to short-list one or more proposers at the conclusion of the Phase I evaluation. Following City Commission approval of the City Manager's recommendation pursuant to Phase I of the RFP, the short-listed proposers will be allotted approximately 45 days to prepare a detailed technical proposal for the Prolect. The sho(-listed proposers will also be provided, via addendum, with the formal Design Criteria Package (DCP) and the Design/Building Agreement. Following Phase I short-listing and prior to receipt of proposals pursuant to Phase ll, the City may issue fufther information and clarifications via Addenda to the short-listed proposers, including (but not limited to) any amendments to the Design Criteria Package, cost tender form, form of contract, and other informational items or requirements necessary for the short-listed proposers to submit its Phase ll proposals. Additionally, the City will conduct a pre-submittal conference with short-listed proposer to facilitate pro.lect understanding and consider any prolect specific questions from the short-listed proposers. Phase ll proposals will be evaluated in accordance with the criteria established in Section 0400 for Phase ll Evaluation. Comnritteb Mermber 1 Step 1 Points 82 76 80 Step 2 Points 10 7 5 Total 92 84 85 Rehk 1 3 2 Gornmittee iMUmbdi2.. Step 1 Points 90 85 72 Step 2 Points 10 7 5 Total '100 92 79 Rank 1 :a',a,,2 3 Commifte Member? Step 1 Points 80 74 66 Step 2 Points 10 7 5 Total 90 81 72 Rank 1 2 3 Rl-P 20 t6-052-KB 20 79 b ,\ii;\\ tSil,&t$*{ PHASE II EVALUATION PROCESS The Phase ll evaluation process shall be completed by a Technical Review Committee, appointed by the City Manager, who may be different than the Evaluation Committee, who shall meet to evaluate each short-listed response and technical package in accordance with the criteria established below. ln doing so, the Evaluation Committee will: a. lnterview short-listed proposers, if deemed necessary. b. Receive input from a Technical Review by City Staff, the Design Criteria Professional, and other City advisors c. Recommend the Voluntary Alternate Proposals to accept, if any d. Score proposers utilizing the Evaluation Criteria Proposers will be evaluated on the following criteria (100 maximum possible points):. Technical Proposals (25 Points). Subcontractor Experience & Qualifications (5 Points). Approach & Methodology Plan (10 Points). Project Schedule (10 Points). Lowest Lump Sum Price (50 Points) Each proposed Lump Sum Price shall be scored as follows: Sample Obiective Formula for Cost Vendor Lump Sum Price Example Maximum Allowable Points (Points noted are for illustrative purposes only. Actual points are noted above.) Formula for Calculating Points (lowest cost / cost of proposal being evaluated X maximum allowable points = awarded points) Round to Total Points Awarded Vendor A $100.00 20 $100/$100X20=20 20 Vendor B $150.00 20 $100/$150X20=13 13 Vendor C $200.00 20 $100/$200X20=10 10 Final Ranking is presented to the City Manager for fufther 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. Remainder of Page lntentionally Left Blank RFP 2016-052-KB 2) 80 b SECTION O5OO CITY OF MIAMI BEACH LICENSES, PERMITS AND FEES Each license, permit or fee a Contractor will have to pay the City before or during construction or the percentage method or unit method of all licenses, permits and fees REQUIRED BY THE CITY AND PAYABLE TO THE CITY by virtue of this construction as part of the Contract is as follows: The City of Miami Beach will require occupational licenses for Contractors as well as sub-contractors. Licenses, permits and fees which may be required by Miami-Dade County, the State of Florida, or other governmental entities are not included in the above list, but are listed as attached (next page) and included as an allowance in the proposal. 1 . Occupational licenses from City of Miami Beach firms will be required to be submitted within fifteen (15) days of notification of intent to award. 2. Occupational licenses will be required pursuant to Chapter 205.065 Florida Statutes. NOTE: a) lf the Contractor is a State of Florida Certified Contractor the followinq will be required: 1) Copy of State Contractors Certification2l Place of Business Occupational License 3) Liability and Property Damage lnsurance Certificate made to City of Miami Beach 4) Workers compensation or the exemption b) lf a Dade Countv Licensed Contractor: 1) Dade Certificate of Competency in the Discipline Licensed 2) MunicipalContractorsOccupational License 3) Liability and Prope(y damage lnsurance Certificate made to City of Miami Beach 4l Workers Compensation or the exemption NOTE: PLEASE PROVIDE COPIES OF ALL YOUR LICENSES AND CORPORATE CERTIFICATES WITH YOUR PROPOSAL RESPONSE. Remainder of Page lntentionally Left Blank Rt-P 20 t6-052-Kts a.),LL 81 g ,';ii \.,, S[A'C$-$ CITY OF MIAMI BEACH REQUEST FOR PROPOSALS (RFP) No. 2016-052-KB DESIGN/BUILD SERVICES FOR STORMWATER PUMP STATION ON 1gTH STREET BETWEEN CONVENTION CENTER DRIVE AND MERIDIAN AVENUE Note: The Proposer shall obtain and pay for all permits required for execution of the work; provided however, that the City will waive Public Works Department Right-of-Way permit fees. PERMITS l. MIAMI-DADE COUNTY DEPARTMENT OF REGULATORY AND ECONOMIC RESOURCES (RER) (formerly DERM).. Class I Permit for Coastal Construction. Class ll Permit for Construction of Drainage System with Outfall. . Class V Dewatering Permit. Drainage Well Permit. File Notice of commencement with SFWMD and RER il. FLORTDA DEPARTMENT OF ENVTRONMENTAL PROTECTION (FDEP) . Notice of lntent to Use Generic Permit for Storm Water Discharge from Large and Small Construction Activitieso National Pollutant Discharge Elimination System (NPDES) permit ilr. FLORTDA POWER AND LrGHT (FPL) IV. CITY OF MIAMI BEACH PUBLIC WORKS DEPARTMENTo ROW Permit - Fee to be waived. o Building Department - Plumbing, Structural, Electrical - Fees to be waived with the exception of Dade County feeso Notice of Commencement Permit V. SOUTH FLORIDA WATER MANAGEMENT DISTRICT (SFWMD) Environmental Resource Permit (ERP) Remainder of Page lntentionally Left Blank RFP 20I6052 KB 23 82 APPENDIX A g AATAMIwffi&ilw Proposo I Certificotion, auestionnoire & Req uirements Affid ovit RFP NO . 201 6-052-KB DESIGN/BUILD SERVICES FOR STORMWATER PUMP STAIION ON I9TH STREET BETWEEN CONVENTION CENTER DRIVE AND MERIDIAN AVENUE DEPARTMENT OF PROCUREMENT MANAGEMENT I255 Meridion Avenue , 3d Floor Miomi Beoch, Florido 33,l39 RFP 20 I 6 052 KB 24 83 Solicitation No: 201 6-052-KB Solicitation Title: DESIGN/BUILD SERVICES FOR STORMWATER PUMP STATION ON 1gTH STREET BETWEEN CONVENTION CENTER DRIVE AND MERIDIAN AVENUE Procurement Contact: KRISTY BADA Tel: 305-673-7490 Email: KRISTYBADA@MIAMI BEACH FL.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 lnformation. FIRM NAME: No of Years in Business:No of Years in Business Locally: OTHER NAME(S) PROPOSER HAS OPERATED UNDER IN THE LAST 1O YEARS: FIRM PRIMARY ADDRESS (HEADQUARTERS): CITY: STATE:ZIP CODE: IELEPHONE NO,: TOLL FREE NO,: FAX NO.: FIRM LOCAL ADDRESS: CITY: STATE:ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEIVENT: ACCOUNT REP TELEPHONE NO.: AUUUUN I I(EP IULL FKEE NU.: ACCOUNT REP EIVAIL: 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. RI-P 2O I6.052.KB acZJ 84 2. Veteran Owned Business. ls Proposer claiming a veteran owned business status?f--l vrs [--l uo 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. Conflict Of lnterest. 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,andchild)whoisalsoanemployeeoftheCityofMiamiBeach. Proposersmustalsodisclosethenameof 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 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 lndividual Name & Title, 3) Address, 4) Telephone, 5) Contact's Email and 6) Nanative on Scope of Services Provided. 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 any public sector agency?f--l vrs [-_l r.ro SUBMITTAL REQUIREMENT: lf answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to action(s). 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. 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 Department of Procurement Management with its proposal/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. ln 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/procuremenU. 2 4. A RFP 20I6052 KB 26 85 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: . Commencing with City fiscal year 2012-13 (October 1 , 2012), the hourly living rate will be $ 1 1 .28/hr with health benefits, and $12.92/hr 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 lndex for all Urban Consumers (CPl-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%). 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/procuremenU. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees to the living wage requirement. 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 ce(ain 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?[--l vrs [---l t'ro 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?[--l vrs f--l r'ro 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 Employees with Soouses Firm Provides for Employees with Domestic Partners Firm does not Provide Benefit Health Sick Leave Familv Medical Leave Bereavement Leave lf Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.9., 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 Manage/s decision is final. Further information on the Equal Benefi ts requirement is available at www. miamibeachfl.gov/procuremenU. 8. RFP 20I 6052 KB a7L/ 86 10. 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 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. 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. lnitial to Conflrm Rcepint lnitial to Conflrm Receiot lnitial to Confirm Rpccint Addendum 1 Addendum 6 Addendum 1 1 Addendum 2 Addendum 7 Addendum'12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 lf additional confirmation of addendum is required, submit under separate cover. RFP 20I6052 KB 2B 87 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. ln 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. ln 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. lt is the responsibility of the recipient to assure itself that information contained herein is accurate and complete. The Gity 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, lnformation 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 deflnitive 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. ln 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. RFP 201 6 052-KB 29 88 I hereby ceftify that: l, 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 wlth 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 Questionnaire and Affidavit are true and accurate. Name of Propose/s Authorized Representative:Title of Proposef s Authorized Representative: Signature of Propose/s Authorized Representative:Date: State of FLORIDA ) ) County of _) On this _day of _, 20_, personally appeared before me who stated that (s)he is the , 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: RFP 20I6052-KB 30 89 APPENDIX B & eAn*rtABrus&ffM{ t$ t fi s t ! \$ t q N s E r & \. - E *:,, { S q$J \S Y i$ NwkS t\sSB $ "No Bid" Form RFP NO . 201 6-052-KB DESIGN /BUILD SERVICES FOR STORMWATER PUMP STATION ON I9TH STREET BETWEEN CONVENTION CENTER DRIVE AND MERIDIAN AVENUE DEPARTMENT OF PROCUREMENT MANAGEMENT,l755 Meridion Avenue, 3ro Floor Miomi Beoch, Florido 33.l39 Rt-P 20 t6 052 Kts 31 90 Statement of No Bid WE HAVE ELECTED NOT TO SUBMIT A PROPOSAL AT THIS TIME FOR REASON(S) CHECKED AND/OR tNDICATED BELOW: _ Workload does not allow us to proposal _lnsufficient 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 producUservice _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 PROCUREMENT DEPT. ATTN: Kristy Bada STATEM ENTS OF QUALI FI CATIONS #2016.052.K8 1755 Meridian Avenue, 3'd Floor Miami Beach, Florida 33139 RI-P 20 I6-052 KB 32 91 APPEND XC E&IAM mrAff$ rsN ffiT SE. S Ws__-"s s e-j s. N I&#ktr\\#N x Minimum Requirements & Specificotions RFP NO . 201 6-052-KB DESIGN/BUILD SERVICES FOR STORMWATER PUMP STATION ON I9TH STREET BETWEEN CONVENTION CENTER DRIVE AND MERIDIAN AVENUE DEPARTMENT OF PROCUREMENT MANAGEMENT,l755 Meridion Avenue, 3'd Floor Miomi Beoch, Florido 33.l39 RFP 201 6-052 KB .1.1 92 C1. Minimum Eligibility Requirements. The Minimum Eligibility Requirements for this solicitation are listed below. Proposer shall submlt, with its proposal, the required submittal(s) documenting compliance with each minimum requirement. Proposers that fail to include the required submittals with its proposal or fail to comply with minimum requirements shall be deemed non-responsive and shall not have its proposal considered. 1. Design/Build Firm must be licensed as a General Contractor or Underground Utility Contractor in the State of Florida. Submittal Requirement: Submit a copy of the required license(s). 2. Design/Build Firm must have completed the construction of at least two (2) pump station projects similar to this project within the last ten (10) years as a prime contractor or as a design builder. Submittal Requirement: For each project, submit project name, brief description of project, date of completion, owner's representative, and owner's representative contact information. 3. Design/Build Firm or its Consulting Firm must have completed the design of at least two (2) pump stations similar to this project within the last ten (10) years. Submittal Requirement: For each project, submit project name, brief description of project, date of completion, owner's representative, and owner's representative contact information. 4. Design/Build Firm must have completed three (3) projects similar in scope and volume demonstrating the Design/Build Firm's experience performing deep excavation/dewatering procedures in a coastal environment in the past ten (10) years. Submittal Requirement: For each project, submit project name, brief description of project, date of completion, owner's representative, and owner's representative contact information. 5. Design/Build Firm must submit documentation acceptable to the City that the Final Design team member is pre-qualified under Miami-Dade County, lnternal Services Department, Procurement Management Services Division, for the following categories: . 3.02 - Highway Systems - Highway Design . 3,09 - Highway Systems - Signing, Pavement Marking, Channel . 6.01 - W & S System - Water Distribution and Sanitary Sewage Collection , 6.02 - W&S - Major Water & Sewer Pumping Facility . 10.01 - Environmental Engineering - Stormwater Drainage Design . 16.00 - General Civil Engineering Submitta! Requirement: Submit a copy of the required pre-qualifications. 6. Proposer must have sufficient bonding capacity for a Payment and Performance Bond in an amount not less than $5 million. Submittal Requirement: Provide a letter from a Surety firm affirming that the Proposer has sufficient bonding capacity to provide performance and payment bonds in an amount not less than $5 million for the project. The Surety firm shall be rated by AM Best as to be no less than A- (Excellent) and within a Financial Size Category of no less RFP 20 I6.052 KB 34 93 than Category V ($10 - $25 million). The statement of bonding capacity shall be directly from the Surety firm on its official letterhead and signed by an authorized agent of the firm. C2. Statement of Work Required. The purpose of this RFP is to contract with a Design/Build Firm for Stormwater Pump Station on 19th Street between Convention Center Drive and Meridian Avenue. Proposals received pursuant to this RFP will be evaluated in a two-phased process (Phase I and Phase ll). Phase I Proposers will be evaluated in accordance with the criteria established in Section 0400 for Phase I Evaluation, Following City Commission selection of the short-listed proposers pursuant to Phase I of the RFP, the short-listed proposers will be allotted approximately 45 days to prepare a detailed technical proposal for the Project. The short-listed proposers will also be provided, via addendum, with the formal Design Criteria Package (DCP) and Design/Build Agreement, Following Phase I short-listing and prior to receipt of proposals pursuant to Phase ll, the City may issue further information and clarifications via Addenda to the short-listed proposers, including (but not limited to) any amendments to the Design Criteria Package, cost tender form, form of contract, and other informational items or requirements necessary for the short-listed proposers to submit its Phase ll proposals. Additionally, the City will conduct a pre-submittal conference with short-listed proposers to facilitate pro.yect understanding and consider any project specific questions from the short-listed proposers. Phase ll proposals will be evaluated in accordance with the criteria established in Section 0400 for Phase ll Evaluation. Following City Commission approval of the City Managers recommendation pursuant to Phase ll, the City will enter into contract negotiations and execution. Scope of Work: The Design/Build Firm (DBF) will be responsible for the design, permitting, construction management and construction of the Storm water Pump Station on 19th Street between Convention Center Drive and Meridian Avenue. The work will include but not be limited to site preparation; earthwork, storm drainage infrastructure installation and streetscape improvements. ln addition to construction related services, the project will require engineering design, permitting, surveying services, utility locations, landscape architecture, and potentially geotechnical services, The general location of the work is as follows: 19th Street between Convention Center Drive and Meridian Avenue. Areas to be affected by the proposed improvements include but are not limited to the following: 19th Street, Convention Center Drive, and Meridian Avenue. The Miami Beach Convention Center (MBCC) Pump Station scope of work includes the design, construction and construction management of functionally complete storm water pump station as follows: A. 4 - 20,000 GPM (gallons per minute) low head axial pumps with a wet well designed and constructed two separate duplex axial pump wet well structures. B, Pump station control panel for electrical, instrumentation and controls. C. Electrical ducts from FPL power service point to the pump station. D. Two (2) Water quality treatment structures. Each structure designed to treat 50 CFS with a total peak flow of 85 CFS through the structure. E. Trash rack structure upstream of the treatment structures. RFP 20 I 6 052 KB a<JJ 94 F. An energy dissipater unit downstream of the pumps designed to limit the discharge flow velocity no higher than 1.75 feet per second into Collins Canal. The dissipater shall be designed and constructed integrally with the seawall to minimize the footprint of the pump station. The dissipater is located on the north side of the Botanical Gardens adjacent toCollins Canal. G. Approximately 60 feet of new seawall using the most updated Public Works standard seawall detail. A portion of the seawall to have submerged cut out openings with manatee grates to allow storm water runoff into Collins Canal, Site lmprovements include: 1) Regrade the area along the new wall between it and the sidewalk to match the grade at the sidewalk. 2) Provide plantings consistent with the MBCC landscaping in this vicinity. 3) Reconstruct existing sidewalk, concrete curb, drainage, etc, damaged by the proposed construction. 4) Relocate all existing utilities, storm sewer and sanitary sewer as necessary to accommodate the construction of the pump station. Proposed Budqet: The City of Miami Beach's Public Works budget for the proposed project is $5 Million. Project Duration: The Design/Build Firm must complete the Work by the following durations, which exclude the warranty administrative period. . Design & Permitting Phase: 90 Days from the issuance of Notice to Proceed 1 (NTP1) o Substantial Completion: 120 Calendar Days from the issuance of applicable permits. . Final Completion: 30 Calendar Days from date of attaining Substantial Completion. lf the Design/Build Firm does not achieve Substantial Completion by the established Substantial Completion Contract Date, Liquidated Damages (LDs) will be assessed in the amount of $5,000,00 per calendar day, which will be paid to the City by the Design/Build Firm. lf the Design/Build Firm does not achieve Final Completion by the established Final Completion Contract Date, LDs will be assessed in the amount of $1,000.00 per calendar day, which will be paid to the City by the Design/Build Firm. LDs will be cumulative if both the Substantial Completion Contract Date and the Final Completion Contract Date are exceeded. All assessments of LDs to the Design/Build Firm may be adjustments to payments due to the Design/Build Firm. Location of Work: The prolect is located in the vicinity of the Miami Beach Convention Center, 1700 Convention Center Drive, Miami Beach, FL 33139. The pump station shall be located at 19th Street between Convention Center Drive and Meridian Avenue. RIP 20 I6 052-Kts JO 95 APPENDIX D & rIA$AAAIW-ffi&flM = f S tld \S Y 1$ fulFWS R\olsf $ Speciol Conditions RFP NO . 201 6-052-KB DESIGN lBUILD SERVICES FOR STORMWATER PUMP STATION ON I9TH STREET BETWEEN CONVENTION CENTER DRIVE AND MERIDIAN AVENUE DEPARTMENI OF PROCUREMENT MANAGEMENT,l755 Meridion Avenue, 3ro Floor Miomi Beoch, Florido 33,l39 RFP 20I6052 KB 96 1. TERM OF CONTRACT. Not Applicable. 2. OPTIONS TO RENEW. Not Applicable. 3. PRICES. Not Applicable, 4. EXAMINATION OF FACILITIES. Not Applicable. 5. INDEMNIFICATION. Provider shall indemnify and hold harmless the City and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorneys' 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 this Agreement by the Provider or its employees, agents, servants, partners principals or subcontractors. Provider 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 issue thereon, Provider expressly understands and agrees that any insurance protection required by this Agreement or othenrise provided by Provider 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. 6. PERFORMANCE B0ND. Not Applicable. 7. REQUIRED CERTIFICATIONS. Not Applicable. 8. SHIPPING TERMS. Not Applicable. 9. DELIVERY REQUIREMENTS. Not Applicable. 10. WARRANTY REQUIREMENTS. Not Applicable. 11. BACKGROUND CHECKS. Not Applicable. 12. COMPETITIVE SPECIFICATIONS. lt is the goal of the City to maximize competition for the project among suppliers & contractors. Consultant shall endeavor to prepare all documents, plans & specifications that are in accordance with this goal. Under no condition shall Consultant include means & methods or product specifications that are considered "sole source" or restricted without prior written approval of the City. 13. ADDITIONAL TERMS 0R CONDITIONS. This RFP, including the attached Sample Contract, contains all the terms and conditions applicable to any service being provided to the City resulting from award of contract. By virtue of submitting a proposal, consultant agrees not to require additional terms and conditions at the time services are requested, either through a separate agreement, work order, letter of engagement or purchase order. 14. PRECLUSION, Successful Proposer and sub-consultants contracted to provide architectural and engineering design services for a particular project are precluded from bidding/responding to the competitive solicitation for the design construction of the project. RFP 20I6052 KB 38 97 15. CHANGE OF PROJECT MANAGER. A change in the Consultant's project manager (as well as any replacement) shall be subject to the prior written approval of the City Manager or his designee (who in this case shall be an Assistant City Manager). Replacement (including reassignment) of an approved project manager or public information officer shall not be made without submitting a resume for the replacement staff person and receiving prior written approval of the City Manager or his designee (i.e. the City project manager). 16. SUB-CONSULTANTS. The Consultant shall not retain, add, or replace any sub-consultant without the prior written approval of the City Manager, in response to a written request from the Consultant stating the reasons for any proposed substitution. Any approval of a sub-consultant by the City Manager shall not in any way shift the responsibility for the quality and acceptability by the City of the services performed by the sub-consultant from the Consultant to the City. The quality of services and acceptability to the City of the services performed by sub-consultants shall be the sole responsibility of Consultant. 17. NEGOTIATIONS. Upon approval of selection by the City Commission, negotiations between the City and the selected Proposer (s) will take place to arrive at a mutually acceptable Agreement, including final scope of services, deliverables and cost of services, RIP 2U IO.U52.KB 39 98 APPENDIX E & &A$A&A$rep&flH=- i v \ld \$ Y lltu-de*s' \w$ $ Cost Tender Form (SAMPLE ONLY) Acluol Cosl Tender Form sholl be provided to shorl-listed firms of lhe conclusion of Phose I Evoluolion. RFP NO . 201 6-052-KB DESIGN/BUILD SERVICES FOR STORMWATER PUMP STATION ON I9TH STREET BETWEEN CONVENTION CENTER DRIVE AND MERIDIAN AVENUE DEPARTMENT OF PROCUREMENT MANAGEMENT,l755 Meridion Avenue, 3'd Floor Miomi Beoch. Florido 33139 RFP 2016-052-KB 40 99 Section 1 - Cedification The undersigned, as Proposer, hereby declares that the only persons interested in this proposal as principal are named herein and that no person other than herein mentioned has any interest in this proposal or in the Contract to be entered into; that this proposal is made without connection with any other person, firm, or parties making a proposal; and that it is, in all respects, made fairly and in good faith without collusion or fraud. The Proposer further declares that it has examined the site of the Work and informed itself fully of all conditions pertaining to the place where the Work is to be done; that it has examined the Contract Documents and all addenda thereto furnished before the opening of the proposals, as acknowledged below; and that it has satisfied itself about the Work to be pedormed; and all other required information with the proposal; and that this proposal is submitted voluntarily and willingly. The Proposer agrees, if this proposal is accepted, to contract with the City, a political subdivision of the State of Florida, pursuant to the terms and conditions of the Contract Documents and to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation, and all labor necessary to construct and complete within the time limits specified the Work covered by the Contract Documents for the Project entitled: REQUEST FOR PROPOSALS (RFP) No. 2016-052-KB DESIGN/BUILD SERVICES FOR STORMWATER PUMP STATION ON 1gTH STREET BETWEEN CONVENTION CENTER DRIVE AND MERIDIAN AVENUE The Proposer also agrees to furnish the required Performance Bond and Payment Bond or alternative form of security, if permitted by the City, each for not less than the total proposal price plus altemates, if any, provided in the RFP Price Form in Section 00408 and to furnish the required Certificate(s) of lnsurance. ln the event of arithmetical errors between the division totals and the total base proposal in the RFP Price Form, the Proposer agrees that the total base proposal shall govern. ln the event of a discrepancy between the numerical total base proposal and the written total base proposal, the written total base proposal shall govern. ln absence of totals submitted for any division cost, the City shall interpret as no proposal for the division, which may disqualify the Proposer. Name of Propose/s Authorized Representative:Title of Propose/s Authorized Representative: Signature of Proposeds Authorized Representative:Date: State of FLORIDA personally On this _day of _, 20--, appeared before me who ) 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: t',totary Public for the State of Florida RI-P 20 I6.052-KB My Commission Expires: 4) 100 Section 2 - LUMP SUM PRICE - SAMPLE REQUEST FOR PROPOSALS (RFP) No.2016-052-KB DESIGN/BUILD SERVTCES FOR STORMWATER PUMP STATION ON 1gTH STREET BETWEEN CONVENTION CENTER DRIVE AND MERIDIAN AVENUEFURTHER BREAKDOWN OF LINE ITEMS INDICATED MAY BE PROVIDED AT THE DISCRETION OF THE PROPOSER THE PROPOSAL MUST BE SUBMITTED IN DUPLICATE. WRITTEN TOTAL: PR0P0SER (Print): ADDRESS: CITY/STATE: FEDERAL I.D. #: NAME/TITLE OF REPRESENTATIVE (Print): SIGNED: ZIP: 1 Professional Services 2 General Conditions 3 Pavement and Streetscape Construction 4 Water and Sewer Construction 5 Stormwater Collection and Disposal Facility Construction 6 Allowance: Permit Fees $50,000.00 7 Consideration for lndemnification of City $2s.00 8 Cost for compliance to all Federal and State requirements of the Trench Safetv Act $25.00 Grand Total (numencal value) ANY LETTERS, ATTACHMENTS, OR ADDITIONAL INFORMATION TO BE CONSIDERED PART OF RFP 20I6052 KB (l certify that I am authorized to execute this proposal and commit the proposing firm) 42 101 APPENDIX F th sA!AAAtrepaf,H:gr J V \{d \$ V \} R"d&*t 1\#$ I lnsuro nce Requirements RFP NO . 201 6-052-KB DESIGN/BUILD SERVICES FOR STORMWATER PUMP STATION ON I9TH STREET BETWEEN CONVENTION CENTER DRIVE AND MERIDIAN AVENUE DEPARTMENT OF PROCUREMENT MANAGEMENT,l755 Meridion Avenue, 3ro Floor Miomi Beoch. Florido 33,l39 Rr-P 20 r6-052-Kts 43 102 INSURANCE REQUIREMENTS This document sets forth the minimum levels of insurance that the contractor is required to maintain throughout the term of the contract and any renewal periods. The provider shallfurnish to Department of Procurement, City of Miami Beach, 1755 Meridian Avenue, 3'd Floor, Miami Beach, Florida 33139, Ceftificate(s) of lnsurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: A. Worker's Compensation lnsurance for all employees of the vendor as required by Florida Statute 440. B. Commercial General Liability on a comprehensive basis 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 shown as an additional insured with respect to this coverage. C. Automobile Liability lnsurance 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. D. Professional Liability lnsurance in an amount not less than $2,000,000 with the deductible per claim, if any, not to exceed 10% of the limit of liability. E. lnstallation Floater lnsurance including coverage for material & equipment to be installed during the course of this project. City of Miami Beach shall be included as a Named lnsured on this policy, as its insurable interest may appear. This policy shall remain in force until acceptance of the p@ect by the City. A waiver of subrogation in favor of the City must be included for the policies required above. The insurance coverage required shall include those classifications, as listed in standard liability insurance manuals, which most nearly reflect the operations of the vendor. 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 lnsurance 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 lnsurance Companies Authorized or Approved to Do Business in Florida" issued by the State of Florida Department of lnsurance 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 MIAMIBEACH 1755 MERIDIAN AVENUE 3'd 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. RFP 20I6052 KB 44 103 THIS PAGE INTENTIONALLY LEFT BLANK 104 R5 ORDINANCES 105 r-e. ^e.r.-- IttIi.20 l5 ,. '*"': OFFICE OF THE CITY ATTORNEY RAULJ. AGUILA, CITY ATTORNEY COMMISSION MEMORANDUM lo:Mayor Philip Levine Members of the City Commission Date: December 16,2015 From:Sill-*fl:J'Ru- 0,*l - Subject: AN ORDINANCE OF THE MAYOR AND Clry GOMMISSION OF THE GITY OF MIAMI BEACH, FLORIDA, AMENDING GHAPTER 6, ENTITLED ..ALCOHOLIC BEVERAGES," OF THE CODE OF THE GITY OF MIAMI BEACH, FLORIDA, ARTICLE I, ENTITLED "IN GENERAL," SECTION 6.3 THEREOF, ENTITLED "HOURS OF SALE," AND AMENDING CHAPTER 82, ENTITLED "PUBLIC PROPERTY," BY AMENDING ARTICLE IV, ENTTTLED "USES IN PUBLIC R!GHTS.OF.WAY,'' DIVISION 5, ENTITLED "SIDEWALK CAFES," SUBDIVISION ll, ENTITLED "PERMIT," SECTION 82.388 THEREOF, ENTITLED "HOURS OF SALE OF ALCOHOLIC BEVERAGES; ENFORCEMENT," TO CLARIFY THAT AN ALCOHOLIC BEVERAGE ESTABLISHMENT PERMITTED TO SERVE ALCOHOLIC BEVERAGES FOR ON-PREMISES CONSUMPTION UNTIL 5:00 A.M. MAY CONTTNUE TO SERVE ALGOHOLIC BEVERAGES FOR ON.PREMISES CONSUMPTTON AND, IF THE ESTABLISHMENT !S LOCATED ON OCEAN DRIVE BETWEEN sTH STREET AND 15TH STREET, FOR CONSUMPTION AT THE ESTABLISHMENT'S SIDEWALK CAFE UNTIL 7:OO A.M. ON NEW YEAR,S DAY AND DURING GERTAIN MAJOR EVENT DAYS OR WEEKENDS AS MAY BE DESIGNATED OR APPROVED BY THE CITY GOMMISSION; AND PROVIDING FOR REPEALER, SEVERABILITY, CODIFICATION, AND AN EFFECTIVE DATE. Pursuant to the request of Commissioner Michael Grieco, the attached Ordinance is submitted for consideration by the Mayor and City Commission. The Ordinance amends Chapter 6 of the City Code, entitled "Alcoholic Beverages." Section 6-3(6) of the City Code currently provides that alcoholic beverage establishments permitted to serve alcoholic beverages for on-premises consumption until 5:00 a.m. may offer alcoholic beverages for on-premises consumption until 7:00 a.m. on New Year's Day and during certain major event days or weekends as may be designated or approved by the City Commission. ln order to offer alcoholic beverages until 7:00 a.m. on such days, an alcoholic beverage establishment must satisfy the conditions set forth in Section 6-3(6). Agenda ltem RS-A Date t2'lb'l{106 Amendmentto Chapter 6, "Alcoholic Beverages" December 16,2015 Page 2 On May 20,2015, the Mayor and City Commission adopted Ordinance Nos. 2015-3938 and 2015-3939, which terminated the service of alcoholic beverages at sidewalk cafes at 1:30 a.m. and terminated the consumption of alcoholic beverages at sidewalk cafes at 2:00 a.m. This Ordinance clarifies that, notwithstanding Ordinance Nos. 2015-3938 and 2015-3939, an alcoholic beverage establishment located on Ocean Drive between 5th Street and 1Sth Street, that is licensed to serve alcoholic beverages for on-premises consumption until 5:00 a.m., may offer alcoholic beverages for sale or consumption at the establishments sidewalk caf6 until 7:00 a.m. on New Year's Day and during certain major event days or weekends as may be designated by the Mayor and City Commission. RA/Nl(sc F:\ATTO\KALN\COMMISSION MEMOS\Alcohol Sidewalk Cafes NYE Amendment 2nd reading.docx 107 CHAPTER 6. ALGOHOLIC BEVERAGES ORDINANCE NO. AN ORDINANCE OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MTAMI BEACH, FLORIDA, AMENDING CHAPTER 6, ENTITLED "ALCOHOLIC BEVERAGES," OF THE CODE OF THE GITY OF MIAMI BEACH, FLORIDA, ARTICLE l, ENTITLED "lN GENERAL," SECTION 6-3 THEREOF, ENTITLED ,.HOURS OF SALE," AND AMENDING CHAPTER 82, ENTITLED "PUBLIC PROPERry," BY AMENDING ARTICLE IV, ENTITLED "USES IN PUBLIC RTGHTS-OF.WAY," DIVISION 5, ENTITLED "SIDEWALK CAFES," SUBDIVISION II, ENTITLED "PERMIT," SECTION 82-388 THEREOF, ENTITLED "HOURS OF SALE OF ALCOHOLIG BEVERAGES; ENFORCEMENT," TO CLARIFY THAT AN ALCOHOLIC BEVERAGE ESTABLTSHMENT PERMITTED TO SERVE ALCOHOLIC BEVERAGES FOR ON-PREMISES CONSUMPTION UNTIL 5:00 A.M. MAY CONTINUE TO SERVE ALCOHOLTC BEVERAGES FOR ON.PREMISES CONSUMPTION AND, tF THE ESTABLISHMENT IS LOCATED ON OGEAN DRIVE BETWEEN sTH STREET AND 15TH STREET, FOR CONSUMPTION AT THE ESTABLISHMENT'S STDEWALK CAFE UNTIL 7:00 A.M. ON NEW YEAR'S DAY AND DURING CERTAIN MAJOR EVENT DAYS OR WEEKENDS AS MAY BE DESTGNATED OR APPROVED BY THE CITY COMMISSION; AND PROVIDING FOR REPEALER, SEVERABILITY, CODIFICATION, AND AN EFFECTIVE DATE. WHEREAS, the City of Miami Beach ("City") regulates the location, size and hours of operation of uses that permit the sale and consumption of alcoholic beverages in Chapter 6 of the City Code, entitled "Alcoholic Beverages"; and WHEREAS, Section 6-3(6) of the City Code currently provides that alcoholic beverage establishments permitted to serve alcoholic beverages for on-premises consumption until 5:00 a.m. may offer alcoholic beverages for on-premises consumption until 7:00 a.m. on New Year's Day and during certain major event days or weekends as may be designated or approved by the City Commission; and WHEREAS, on May 20,2015, the Mayor and City Commission adopted Ordinance Nos. 2015-3938 and 2015-3939, which terminated the service of alcoholic beverages at sidewalk cafes at 1:30 a.m. and terminated the consumption of alcoholic beverages at sidewalk cafes at 2:00 a.m.; and WHEREAS, notwithstanding Ordinance Nos. 2015-3938 and 2015-3939, this amendment to the City Code clarifies that alcoholic beverages establishments located on Ocean Drive between 5th Street and 1Sth Street, that are licensed to serve alcoholic beverages for on- premises consumption until 5:00 a.m., may offer alcoholic beverages for sale or consumption at their sidewalk cafes until 7:00 a.m. on New Year's Day and during certain major event days or weekends; and WHEREAS, the State expressly grants the City the authority to establish its own regulations for the time for sale of alcoholic or intoxicating beverages; and 108 WHEREAS, pursuant to Section 562.14, Florida Statutes, no alcoholic beverages may be sold, consumed, served, or permitted to be served or consumed in any place licensed to sell alcoholic beverages between the hours of midnight and 7:00 a.m., unless a municipality elects to establish its own regulations for the time for sale of alcoholic or intoxicating beverages; and WHEREAS, the amendments set forth below are necessary to accomplish the objectives identified above. NOW, THEREFORE, BE IT ORDAINED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, THAT: SECTION 1. Section 6-3, entitled "Hours of Sale," of Article l, of Chapter 6, of the City Code of the City of Miami Beach is hereby amended as follows: CHAPTER 6 ALCOHOLIC BEVERAGES ARTICLE l. !n General Section 6-3. Hours of sale. The hours of sale of alcoholic beverages shall be according to the following schedule, except as may be otherwise provided pursuant to subsection (6): (1) Retail stores for package sales only, either as permitted main or accessory uses. Vendors having a license from the state division of alcoholic beverages and tobacco for the sale of liquor and other alcoholic beverages for consumption off the premises shall only offer for sale alcoholic beverages within the hours of 8:00 a.m. and midnight on any day of the week. (2) Retail stores, including grocery and convenience stores, and gasoline service/filling stations, which primarily offer for sale products other than alcoholic beverages. Retail stores, including grocery and convenience stores, and gasoline service/filling stations, either as permitted main or accessory uses, which primarily offer for sale products other than alcoholic beverages may only make sales of beer and wine in sealed containers for consumption off the premises between the hours of 8:00 a.m. and midnight on any day of the week. (3) Alcoholic beverage establishments. All establishments licensed as alcoholic beverage establishments, either as permitted main or accessory uses, shall only offer alcoholic beverages for sale or on-premises consumption within the hours of 8:00 a.m. and 5:00 a.m. on any day of the week. (a) Restaurants not operating as dance halls or entertainment establishments. Restaurants with full kitchen facilities, serving full meals, licensed as alcoholic beverage establishments, but not operating as dance halls or entertainment establishments, may remain open 24 hours a day; however, alcoholic beverages may not be offered for sale or on-premises consumption between the hours of 5:00 a.m. and 8:00 a.m. 109 (4) (5) (b) Restaurants also operating as dance halls or entertainment establishments. Restaurants with full kitchen facilities, serving full meals, licensed as alcoholic beverage establishments, and also operating as dance halls, or entertainment establishments, may remain open 24 hours a day; however, alcoholic beverages may not be offered for sale or on-premises consumption between the hours of 5:00 a.m. and 8:00 a.m., and dancing and entertainment shall not be conducted between the hours of 5:00 a.m. and 10:00 a.m. (c) Other alcoholic beverage establishments. Other alcoholic beverage establishments, not containing restaurants with full kitchen facilities, shall close at 5:00 a.m. and keep closed the place of business and not allow any patron or other persons, other than those employed by the vendor, to remain therein between the hours of 5:00 a.m. and 8:00 a.m. (d) Sidewalk cafes. Notwithstanding the provisions of subsections (3)(a) through (c), alcoholic beverages shall not be offered for sale or consumption at sidewalk cafes, as defined in section 82-366 of this Code and as otherwise permitted by the City in accordance with chapter 82, article lV, division 5, subdivision ll of this Code (as may be amended from time to time), between the hours of 1:30 a.m. and 8:00 a.m., and shall not be consumed at sidewalk cafes between the hours of 2:00 a.m. and 8:00 a.m. No variances may be granted from the provisions of this section 6- 3(3Xd) as to the hours of sale or consumption of alcoholic beverages at sidewalk cafes. Note: For purposes of this section, full kitchen facilities shall mean having commercial grade burners, ovens, and refrigeration units of sufficient size and quantity to accommodate the occupancy content of the establishment. Full kitchen facilities must contain grease trap interceptors, and meet all applicable city, county, and state codes. Off-premises package sales by alcoholic beverage establishments. Off-premises package sales shall be permitted between the hours of 8:00 a.m. and midnight, for all establishments licensed as alcoholic beverage establishments. Private clubs. A private club, either as a permitted main or accessory use, shall only offer alcoholic beverages for sale or on-premises consumption if the private club, in accordance with section 6-2(a), secures a license for the distribution or sale of any alcoholic beverages from the division of alcoholic beverages and tobacco of the department of business and professional regulation of the state. Private clubs licensed as alcoholic beverage establishments, either as permitted main or accessory uses, shall, only offer alcoholic beverages for sale or on-premises consumption between the hours of 8:00 a.m. and 5:00 a.m., on any day of the week, provided that service is made only to members and guests of members pursuant to Florida Statutes. However, any private club permitted to remain open after 2:00 a.m. shall purchase an extra-hours license and must provide for security in its premises by hiring private security guards or off-duty police officers between the hours of 2:00 a.m. and 5:00 a.m. each day. Private clubs securing a license from the state division of alcoholic beverages and tobacco by complying with the requirements of F.S. S 561 .20 for racquetball, tennis, or golf course facilities may admit members at any time for use of such facilities, but may not serve alcoholic beverages after 2:00 a.m. each day unless such private club is the holder of an extra-hours license and complies with the above requirements. 110 (6) Notwithstandinq subsection (3)(d). an Aalcoholic beverage establishments set forth in subsections (3) and (5) permitted to remain open to serve alcoholic beverages for on- premises consumption until 5.00 a.m. may continue to serve alcoholic beverages for on-premises consumption and. if the alcoholic b Ocean Orive Oetween establishment's sidewalk cafe (i) until 7:00 a.m. on January 1 (New Year's Day) or, if January '1 is on a Sunday, until 7:00 a.m. on Monday if the day that is observed as a national holiday for New Year's Day is on Monday, and (ii) until 7:00 a.m. during certain major event days or weekends as may be designated by the city commission or as may be designated by the city manager following approval by the city commission, under the following conditions: (a) The police department and the code compliance department of the city must be notified by a letter, received no later than 15 business days prior to either: (a) January 1, or (b) the day on which alcohol sales are to be extended, stating that the alcoholic beverage establishment intends to serve alcoholic beverages for on- premises consumption andif the alcoholic be Ocean Orive netween establishment's sidewalk cafe until 7:00 a.m.; (b) lf deemed reasonably necessary by the police chief, or the police chiefs designee, off-duty police officers must be provided at the alcoholic beverage establishment until 7:00 a.m.; (c) There are no pending City Code violations against the alcoholic beverage establishment; (d) No delinquent or past due monies are owed to the city; (e) Outdoor entertainment or open-air entertainment is not allowed; (0 No violation of the city's noise ordinance shall be permitted; (g) No violation of the approved fire code occupancy load shall be permitted; (h) All required city permits and licenses are current; (i) The State of Florida alcoholic beverage license is current; and 0) Any other conditions required by the city manager in order to protect the public health, safety, or welfare. Alcoholic beverage establishments set forth in subsections (3) and (5) permitted to remain open to serve alcoholic beverages for on-premises consumption until 5:00 a.m. may continue to serve alcoholic beverages until 6:00 a.m. on the first day of daylight savings time in the spring. (7) The city manager may suspend the provisions of subsection (6) at any time to protect the public health, safety, or welfare. (8) Penalties and enforcement. (a) The following penalties shall be imposed for a violation of this section: i. The penalty for the first violation by a person or entity within a 12-month period shall be a civil fine of $1,000.00; ii. The penalty for the second violation by a person or entity within a 12-month period shall be a civil fine of $5,000.00; 111 (c) iii. The penalty for the third violation by a person or entlty within a 12-month period shall be a civil fine of $10,000.00; iv. Upon a finding by the special master that four (4) or more violations by a person orentity have occurred within a 12-month period, the city may initiate proceedings to revoke the certificate of use, business tax receipt, or certificate of occupancy of the violator. v. A sidewalk cafe permittee that has been issued four (4) or more violations pursuant to this section or section 82-388 within a permit year shall be prohibited from applying for and obtaining a sidewalk cafe permit for a period of two (2) permit years following the permit year in which the sidewalk cafe permittee incurred the violations. (b) Enhanced penalty. The following enhanced penalty shall be imposed, in addition to any mandatory fines set forth in subsection (8Xa) above, for violations of this section: i. The sale of alcoholic beverages in violation of this section must be immediately terminated, upon confirmation by the code compliance department that a violation has occurred. Enforcement. The code compliance department shall enforce this section. This shall not preclude other law enforcement agencies or regulatory bodies from any action to assure compliance with this section and all applicable laws. lf a code compliance officer (which, as defined in section 70-66, includes a police officer) finds a violation of this section, the code compliance officer shall issue a notice of violation in the manner prescribed in chapter 30 of this Code. The notice shall inform the violator of the nature of the violation, amount of fine for which the violator is liable, instructions and due date for paying the fine, that the violation may be appealed by requesting an administrative hearing before a special master within ten (10) days after service of the notice of violation, and that the failure to appeal the violation within ten (10) days of service shall constitute an admission of the violation and a waiver of the right to a hearing. Rights of violators; payment of fine; right to appear; failure to pay civil fine or to appeal; appeals from decisions of the special master. i. A violator who has been served with a notice of violation must elect to either: A. Pay the civil fine in the manner indicated on the notice of violation; or B. Request an administrative hearing before a special master to appeal the notice of violation, which must be requested within ten (10) days of the service of the notice of violation. ii. The procedures for appeal by administrative hearing of the notice of violation shall be as set forth in sections 30-72 and 30-73 of this Code. Applications for hearings must be accompanied by a fee as approved by a resolution of the city commission, which shall be refunded if the named violator prevails in the appeal. iii. lf the named violator, after issuance of the notice of violation, fails to pay the civil fine, or fails to timely request an administrative hearing before a special master, the special master may be informed of such failure by report from the officer. The failure of the named violator to appeal the decision of the officer within the prescribed time period shall constitute a waiver of the violator's right (d) 112 to an administrative hearing before the special master, and shall be treated as an admission of the violation= for which fines and penalties shall be assessed accordingly. A certified copy of an order imposing a fine may be recorded in the public records, and thereafter shall constitute a lien upon any real or personal property owned by the violator, which may be enforced in the same manner as a court judgment by the sheriffs of this state, including levy against the violator's real or personal property, but shall not be deemed to be a court judgment except for enforcement purposes. On or after the sixty-first (61st) day following the recording of any such lien that remains unpaid, the City may foreclose or otherwise execute upon the lien. Any party aggrieved by a decision of a special master may appeal that decision to a court of competent jurisdiction. The special master shall be prohibited from hearing the merits of the notice of violation or considering the timeliness of a request for an administrative hearing if the violator has failed to request an administrative hearing within ten (10) days of the service of the notice of violation. The special master shall not have discretion to alter the penalties prescribed in subsection (8Xa) or (8Xb). SECTION 2. Section 82-388, entitled "Hours of Sale of Alcoholic Beverages; Enforcement," of Subdivision ll, of Division 5, of Article lV, of Chapter 82, of the City Code of the City of Miami Beach is hereby amended as follows: CHAPTER 82 PUBLIC PROPERW ARTICLE lV. Uses in Public Rights-of-Way Oivision S. SiO"*",* "*"" Subdivision !1. Permlt Section 82-388. Hours of sale of "l"of,oll" O*"r"g"1, "*""otlon"; enforcement. (a) Alcoholic beverages shall not be offered for sale or consumption at sidewalk cafes between the hours of 1:30 a.m. and 8:00 a.m., and shall not be consumed at sidewalk cafes between the hours of 2:00 a.m. and 8:00 a.m. Compliance with this section shall be a condition of maintaining a sidewalk cafe permit. 1b) Notwithstandinq subsection (a). alcoholic beveraoes mav be offered for sale or consumption and mav be consumed at sidewalk cafes located on Ocean Dr sth Street and 15th at such additional times as provided in Section 6-3 of this Code. tv. V. vt. vil. 113 (bxg) A violation of this section shall be enforced and penalties shall be imposed in accordance with section 6-3(8) of this Code. SECTION 3. CODIFIGATION. It is the intention of the Mayor and City Commission of the City of Miami Beach, and it is hereby ordained that the provisions of this Ordinance shall become and be made part of the Code of the City of Miami Beach, Florida. The sections of this Ordinance may be renumbered or re-lettered to accomplish such intention, and, the word "ordinance" may be changed to "section," "article," or other appropriate word. SECTION 4. REPEALER. All ordinances or parts of ordinances in conflict herewith are hereby repealed. SECTION 5. SEVERABIL!ry. lf any section, subsection, clause or provision of this Ordinance is held invalid, the remainder shall not be affected by such invalidity. SECTION 6. EFFECTIVE DATE. This Ordinance shall take effect ten days following adoption. PASSED and ADOPTED this daY of ATTEST: Philip Levine, Mayor Rafael E. Granado, City Clerk (Sponsored by Commissioner Michael Grieco) Underline denotes new language S+it<etnreush denotes removed language DouXle-un<ledjne denotes language added at First Reading W denotes language removed at First Reading 2015. APPROVED AS TO FORM AND LANGUAGE AND FOR EXECUTION 'i," il ,t. \'- ^\ '-l\- \J f:cffi F:\ATTO\KALN\ORDINANCES\Alcohol\Alcohol Sidewalk Cafes NYE Amendment 2nd reading.docx Nv- 114 T{l}6)AY0lclmftr?0ii Ifuo*n]uMoE I NEIGTIBORS I | 7NE &&IAAAIBTACH CITY OF MIAMI BEITCH NOTICE OF PUBLIC HEARING NOTICE lS HEREBY givofl that a public hearing will be held by the Mayor and City Cornmissioners of the City of Miami Beach, Florida, in the Comrnission Chambcrs, Srd Floor, City Halt, 1700 Convention Center Drive, Miami Beach, Florida, on December 16, ?O15 at 5:Oi p.m., or tts soon thareafter as the matter can be heard, to consider: An Ordinance (}{ The Mayor And City Commission Of The City Of Miami Beach, Florida,.Amending chapter 6, Entitled "Alcoholic Beveragesi Of The Code Of The City Of Miami Beach, Florida, Article l, Entitted "ln General;" $ection 6-B Thereaf, fntitled "Hours Oi Salej' And Amending Chapter 82, Entitled "Public Propefii By Amanding Article lV. Entitled "Uses ln Public Rights-Of-Wayi Division 5, Entitled "Sidewalk Cafesi Subdivieion ll, Entitled "Permitj' Section 82-388 Thereof, Entitled "Hours Of Sale ()f Alcohotic Beverages; Enforeernent."To ClarifyThatAnAlcoholic Severage Establishrnent FsrmittedTo Serve Alcoholic Beverages For On-Premises Consumption Until 5;00 A.M. May Continue To Serve Alcohclic Beverages For On-Premises Consumption And For Consumption At The Esiablishment's Sidewalk Cafe Untii 7:O0 A.M. On NewYear's Day And During Certain Major Event Days Or Weekerds As May Be Designated Or Approved ByThe City Commission; And Provid'ing For Repealer, Severability, Codification. And An Effective Date. lnquiies may ba directed to Offibe of tha City Aaorney at 3O5.673.7470. INTHRESTHD PAflTIES are invited to appear at this meeting, or be represented by an agont. or to sxpress their views in writing addressed to th* City Commission. c/o the City Clerk, 170O Convention Center Drive, 1"t Floor, City Hall, Miami Beach, Florida 33139.This item is avaitable for public inspection during normal busi*ess hours in the Office o{the City Clerk, 170O Convention Center Drive, 1"'Floor, Chy Hall. Miemi Beach, Florida 33139.This meating, or any item herein, may be cottinued, ond undar such circumstances. additional legal notice fleed not be provided. Pursuant to Section 286.0105. Fla, $tat,, the City hereby advises the public that if a person decides to appeal any decision made by the City Commission with respect to any rnatter considered at it$ meeting or its hearing. such person must ensure thal a verbatim record of the procepdings is rnade, which rec*rd ineludes the testimony and evidenc€ upon which the appeal is to be based. This notice does not constituta consent by the City {or tha introduction or admiseion of otheiwise inadmissible or irrelevant evidence. nor does it authorize challenges or appeals not otherwise allowed by law, To request this material in alternate format, aign languege interpreter {five-day notice requiredl, information on access {or persoris with disabilities, and/o r any aecammodation to review any document or participate in any Citfsponsored procaedings, call 305.604.22189 and salest 1 for English or 2 ior Spanish, then option 6;Try users may call via 711 (Florida Relay Service), Eafael E. Granado, City Clerk City of Miami Beach Ad 1107 115 R7 RESOLUTIONS 116 R7 - Resolutions R7A A Resolution Accepting The Recommendation Of The City Manager Pertaining To The Ranking Of Firms, Pursuant To Request For Proposals (RFP) No. 2015-195-LR For Health Care Benefits Consulting Services. (Procurement/Human Resources) (Deferred from December 9, 2015 - C7l) (ltem to be Submitted in Supplemental) Agenda ltem Date 12-tb-\{117 THIS PAGE INTENTIONALLY LEFT BLANK 118 COMMISSION ITEM SUMMARY Condensed Title: A Resolution Of The Mayor And City Commission, Authorizing The City Manager To Decline, The Owner's Reciprocal Right Of First Refusal, Pursuant To The Agreement Of Lease ("Ground Lease") Between The City ("Owner") And 1691 Michigan Ave lnvestments Lp ("Tenant"), Dated September 1, 1999, lnvolving The Property ("Project") Located At 1691 Michigan Avenue; And Further Approving Tenant's Sale Of The Project To CLPF - Lincoln, LLC Gp, A Subsidiary Of Clarion Partners ("Proposed Purchaser"), Subject To The Administration's Successful Completion Of lts Evaluation Of The Proposed Purchaser ln Accordance With Article ',l0 Of The Lease ("City's Due Diligence"), And Payment To The City Of lts Reasonable Costs lncurred ln Connection With The Proposed Sale; And Further The Cit And Citv Clerk To Execute Closino Documents On Behalf Of The ntended Outcome N/A Supporting Data (Surveys, Environmental Scan, etc.): 2014 Statement of Operating Revenues and Expenses The Notice of Sale, including the Section 10.5 disclosures A proposed transfer and/or sale of the Project requires written notice to the Owner, with nature of the transaction and other information requested by Owner ("Notice of Sale"). On November 1O,2015, Tenant provided Owner with a Notice of Sale that Tenant intended to sell 100% of its leasehold interest in the Project ("Sale") as follows: Owner City of Miami Beach; Seller: 1691 Michigan Ave lnvestment LP; Proposed Purchaser: CLPF - Lincoln, LLC; Purchase Price: $109,250,000 cash transaction. Clarion Lion Properties Fund Holdings, LP ("Clarion"), parent companyto CLPF - Lincoln, LLC, was started November 17th, 1999. Clarion with $7.8 billion in assets engages in the business of acquiring, owning, holding for investment and investing in real estate assets. The City must approve or disapprove the proposed Sale by January 9, 2016. The Administration is in the process of finalizing its Due Diligence in connection with the proposed Sale. Additionally, the City has the right to elect, within 45 days after Owner's receipt of the Offer Notice (i.e. December 25, 2015), whether or not to consummate the Right of First Refusal Transaction, at the same price and other material terms set in the Offer Notice. The Project consists of a 6 story parking garage, having 729 parking spaces, approximately 120,000 square feet of Class A offlce space, and approximately 40,000 square feet of ground floor retail space, currently leased at near 90% occupancy. The Project collects net operating rents for parking spaces and leases, in the total sum of $313,138/month and $3,757,658/ year. The Garage Facility's net operating revenues is $1,143,280 for calendar year 2014 and the Retail and Office Space's net operating revenues is $2,599,352 for calendar year, as contained in the 2014 Statement of Operating Revenues and Expenses The City, via applicable City ordinances, has had a longstanding position of keeping the parking rates below market for the benefit of its residents and visitors and therefore cannot compete with the income stream of a privately operated garage. Assuming a debt service of $4,370,000 (estimated bond rate al 4o/o of the full purchase price), estimated revenues of $6,739,062, and estimated expenses of $3,294,105; the Project would run a deficit per year of $925,043; this does not take into consideration payment of principal, capital improvements, and other additional costs the Project wrll incur. The City receives Base Rent of $336,000 per yearl$25,846.15 per month and is scheduled to increase on January 1,2018 by the lesser of the 5 year cumulative CPI or twelve percent (12%). Additionally, the City receives 2.5% of annual gross revenue. The City received $185,094.85 for Percentage Rent for the 2014 calendar year, for a total rental income of $521,09.4.85. The Project will revert back to the City at the end of the ninety (90) year Term, the Administration is recommending that the City reject the Right of First Refusal and approve the Sale of the Project to the Proposed Purchaser. The Administration recommends that the Mayor and City Commission approve the Resolution authorizing the City Manager to decline the Owner's Reciprocal Right of First Refusal,; and further approving tenant's sale of the Project to the Proposed Purchaser, CLPF - Lincoln, LLC, subject to and conditioned upon the Administration's successful completion of its evaluation of the proposed purchaser (the "City's Due Diligence"), and payment to the City of its reasonable costs incurred in connection with the proposed sale including reimbursement of the City's Due Diligence costs, and further authorizing the Citv Manaoer and Citv Clerk to execute closino documents on behalf of the Citv. Board Recomm Financial !nformation: Financia! !mpact Summary: The proposed will have does change the revenue schedule to the City. Glerk's Office T:\AGINDA\20 1 $\ilecernber\TcED\1 691 M ichiq an\ 1 69 1 lVliclriqarr Sale SU M AGENoA trEM R7 BE MIAMIBEACH oo1g lZ-16'ty119 MIAMIBEACH City of Miomi Beoch, I200 Convention Center Drive Miomi Beoch, Florido 33 I 39, www.miqmibeochfl.gov COMMISSION MEMORANDUM TO: FROM: DATE: SUBJECT: the City C A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA AUTHORIZING THE CITY MANAGER TO DECLINE, IN WRITING, THE OWNER'S RECIPROCAL RIGHT OF FIRST REFUSAL, AS REQUIRED PURSUANT TO THE TERMS OF SECTION 36.2 OF THE AGREEMENT OF LEASE ("GROUND LEASE") BETWEEN THE CITY ("OWNER") AND 1691 MICHIGAN AVE INVESTMENTS LP ("TENANT"), DATED AS OF SEPTEMBER 1, 1999, INVOLVING THE IMPROVEMENTS TO THE PROPERTY ("PROJECT") LOCATED AT 1691 MICHIGAN AVENUE, MIAMI BEACH, FLORIDA; AND FURTHER APPROVING TENANT'S SALE OF THE PROJECT TO CLPF - LINGOLN, LLC GP, A SUBSIDIARY OF CLARION LION PROPERTIES FUND HOLDINGS, LP ("PROPOSED PURCHASER"), SUBJECT TO THE ADMINISTRATION'S SUCCESSFUL COMPLETION OF ITS EVALUATION OF THE PROPOSED PURCHASER !N ACCORDANCE WITH ARTICLE 1O oF THE LEASE ("CtTY',S DUE D!L!GENCE"), AND PAYMENT TO THE CITY OF ITS REASONABLE COSTS INCURRED IN CONNECTION WITHTHE PROPOSED SALE INCLUDING, WITHOUT LIMITATION, REIMBURSEMENT OF THE CITY'S DUE DILIGENCE COSTS; AND FURTHER AUTHORIZING THE CITY MANAGER AND CITY CLERK TO EXECUTE ANY AND ALL CLOSING DOCUMENTS ON BEHALF OF THE CITY. ADMINISTRATION RECOM MENDATION Adopt the Resolution. BACKGROUND On January 5, 1998, the City issued RFP No. 20-97198, seeking proposals for the development of Public-Private Parking facilities (the "RFP"). On April 6, 1998, proposals from five (5) different development teams were submitted and evaluated by an Evaluation Committee, and on July 15, 1998, the City Commission authorized negotiations with four (4) of the proposed development projects. As a result of said negotiations, on July 7, 1999, the Mayor and City Commission adopted Resolution No. 99-23236 approving the Agreement of Lease and the Development Agreement between the City of Miami Beach and Lincoln Plaza Partners LLC, for Development of a mix-use project located at Michigan and Jefferson Avenues between Lincoln Lane and 17th Street ("Land"). Mayor Philip Levine and Members Jimmy L. Morales, City Manager December 9,2015 120 Commission Memo Sale of The Lincoln 1691 Michigan Avenue December 9, 2015 Page2 of 4 On December 20,2000, the Mayor and City commission adopted Resolution No. 2000-24220, modifying the terms of the Lease by waiving the provisions of Section 10.3(a) and amending Section 10.4, approving the sale and Assignment and Assumption of the Ground Lease from Lincoln Plaza Partners LLC to LNR Jefferson LLC before a certificate of occupancy had been obtained. On October 5, 2005, LNR Jefferson LLC changed its name to The Lincoln, LLC. On or about July 18,2006, The Lincoln LLC sold its interest in the Project and assigned its leasehold interest in the Land to Lincoln Miami Beach lnvestment LLC, a Delaware limited liability company, pursuant to that certain Assignment and Assumption of Ground Lease recorded in O.R. Book, 24738, Page 4Q73, of the Public Records of Miami-Dade County, Florida. On November 17,2006, Lincoln Miami Beach lnvestment LLC changed its name to OIK Lincoln Miami Beach lnvestment LLC, and thereafter, on June 17,2009, merged with 1691 Michigan Ave lnvestment LP, a Delawa re I imited liabi I ity partnershi p ("Tenant"). On December 13, 2013, the Mayor and City Commission approved Resolution No. 2014-28486 authorizing the Mayor and City Clerk to execute Amendment No. 1 to Agreement of Lease ("Ground Lease") by and between the City of Miami Beach and 1691 Michigan Ave lnvestment LP ("Tenant"), dated as of September 1, 1999, involving the improvements to property located at 1663 Michigan Avenue, Miami Beach, Florida ("Garage Facility") and 1691 Michigan Avenue, Miami Beach, Florida ("Office Space") (collectively, the "Project"), modifying the Scope of Use under the Ground Lease by reducing the minimum number of parking spaces required for the Garage Facility, from 700 to 635 spaces, in order to accommodate the development of a Miniature Golf Project, at the sixth floor of the Garage Facility. City Middle, LLC has experienced delays in completing the project and on December 30,2014, pursuant to House Bll 7207, requested an extension of DRB 22941which was due to expire on September 5, 2014. The City of Miami Beach Planning Department granted the extension of DRB 22941 which now expires September 5,2016. ANALYSIS Pursuant to Section 10.5 of the Ground Lease ("Required Notices"), a proposed transfer and/or sale of the Project requires written notice to the Owner, with the identity of the transferor, transferee, nature of the transaction, percentage of interest conveyed and such other information requested by Owner ("Notice of Sale"). On November 10, 2015, Tenant provided Owner with a Notice of Sale that Tenant intended to sell IOOYo of its leasehold interest in the Project ("Sale") as follows: Owner of Ground Lease: Seller: Proposed Purchaser: Purchase Price: City of Miami Beach 1691 Michigan Ave lnvestment LP CLPF - Lincoln, LLC $ 1 09,250,000 cash transaction Clarion Lion Properties Fund. LP ("Clarion"), a Delaware limited partnership, parent company to CLPF - Lincoln, LLC, was started November 17th, 1999. Clarion with $7.8 billion in assets engages in the business of acquiring, owning, holding for investment and investing in or engaging in activities related to investments in realestate assets. The Notice of Sale, including the Section 10.5 disclosures, and the Proposed Purchaser's financials, are attached hereto as Composite Exhibit "1". 121 Commission Memo Sale of The Lincoln 1691 Michigan Avenue December 9,2015 Page 3 of 4 The Lease further provides that the City, as part of its approval of the proposed Sale, may request additional information in connection therewith, and to evaluate the Proposed Purchaser of the Project (the "City's Due Diligence"). The City must approve or disapprove the proposed Sale by January 9,2016. TheAdministration is inthe process of finalizing its Due Diligence in connection with the proposed Sale. Additionally, in accordance with Section 36.2 of the Lease ("Owner's Reciprocal Right of First Refusal"), the City has the right to elect, in writing, within 45 days after Owner's receipt of the Refusal Notice (i.e. December 25, 2015), whether or not to consummate the Right of First Offer Transaction, at the same price and upon such other material terms set forth in the Offer Notice. The Project consists of a 6 story parking garage, having 729 parking spaces, approximately 120,000 square feet of Class A office space, and approximately 40,000 square feet of ground floor retail space, currently leased at near 90% occupancy. The Project collects net operating rents for parking spaces, leases, in the total sum of $313,138/month and $3,757,6581 year. The Garage Facility net operating revenues of $1,143,280 for calendar year 2014 and the Retail and Office Space net operating revenues of $2,599 ,352 for calendar year, as contained in the 2014 Statement of Operating Revenues and Expenses, attached hereto and made a part hereof as Exhibit "2". ln determining whether or not to recommend exercising the Owner's Reciprocal Right of First Refusal, the Administration requested revenue and expense figures from City-owned and managed parking garages and prepared the following comparison: Property # of Parking Sp.Revenue Expenses Net (Jperating lncome NOI per space 17th Garage Sunset Harbour Gar. Penn Garage Avg per space Projected The Lincoln Garage The Lincoln Off. and Retail Total 4,282,321 $ 1,536,045 $ 2,746,275 734,il7 $ 390,591 $ 343,956840,586$ 408,232$ 432,354 2,064 $ 904 $ 2,014. $ 2,014 $ 1,504,875 $ 659,270 $ 845,605 $ 5,234,187 $ 2,634,835 $ 2,599,352 $ 6,739,062 $ 3,294j05 $ 3,444,957 1,460 435 535 $ $ $ 729 160,000 sqft $ 1,881 $ 791 $ 808 $ 1,160 (See Note-) KPMG Audited Financial Statemets The Lincoln Garage The Lincoln Off. and Retail Total 729 160,000 sqft $ 2,203,615 $ 1,060,334 $ 5,234,',t87 $ 2,634,835 $ 7,437,802 $ 3,695,169 $ 1,143,28',1 $ 2,599,352 $ 3,742,633 $ 1,568 Note: The City Garages (17"' Garage, Sunset and Penn Garage are paid in full). lf the City acquired the Lincoln Garage the average NOI per parking space of $1 ,160 would be reduced by debt service. The City, via applicable City ordinances, has had a longstanding position of keeping the parking rates below market for the benefit of its residents and visitors and therefore cannot compete with the income stream of a privately operated garage. Assuming a debt service of $4,370,000 (estimated bond rate at 4o/o of the full purchase price), estimated Revenues of $6,739,062, and estimated Expenses of $3,294,105; the Project would run a deficit per year of $925,043; this does not take into consideration payment of principal, capital improvements, and other additional costs the Project will incur. Pursuant to the Lease, the City currently receives Base Rent, in the total sum of $336,000 per yearl$25,846.15 per month. The Base Rent is scheduled to increase on January 1,2018 by the lesser of the cumulative CPI over the previous five year term or twelve percent (12Yo). Additionally, the City receives Percentage Rent, which is due within sixty (60) days from the end of each year, in the amount of 2.5o/o of the Project's annual gross revenue. The City received a total sum of 122 Commission Memo Sale of The Lincoln 1691 Michigan Avenue December 9,2015 Page 4 of 4 $185,094.85 for Percentage Rent for the 2014 calendar year, for a total rental income of $521,094.85. CONCLUSION Based upon the foregoing, and the fact that the Project will revert back to the City at the end of the ninety (90) year Term, The Administration therefore recommends that the Mayor and City Commission approve the Resolution authorizing the City Manager to decline, in writing, Owner's Reciprocal Right of First Refusal, as required pursuant to the terms of section 36.2 of the Ground Lease; and further approving tenant's sale of the Project to the Proposed Purchaser, CLPF - Lincoln, LLC, a subsidiary of Clarion, subject to and conditioned upon the Administration's successful completion of its evaluation of the proposed purchaser in accordance with article 10 of the Ground Lease (the "City's Due Diligence"), and payment to the City of its reasonable costs incurred in connection with the proposed sale including, without limitation, reimbursement of the City's Due Diligence costs; and further authorizing the City Manager and City Clerk to execute any and all closing documents on behalf of the City. ;::mi:S\TilffiRJG "1" - Proposed Purchaser's financials "2" - Statement of Operating Revenues and Expenses for Tenant t :\a ge nd a\2 0 1 5\d e c e m b e Atc e d\ 1 6 9 1 m b h ig a nl 1 6 9 1 m ic h ig a n s a le me m o. docx 123 RESOLUTION NO. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA AUTHORIZING THE CITY MANAGER TO DECLINE, IN WRITING, THE OWNER'S RECIPROCAL RIGHT OF FIRST REFUSAL, AS REQUIRED PURSUANT TO THE TERMS OF SECTION 36.2 OF THE AGREEMENT OF LEASE ("GROUND LEASE") BETWEEN THE ClTy ("owNER") AND 1691 MICHIGAN AVE INVESTMENTS Lp (,,TENANT"), DATED AS OF SEPTEMBER 1, 1999, INVOLVING THE IMPROVEMENTS TO THE PROPERTY ("PROJECT") LOCATED AT 1691 MtCHtcAN AVENUE, M!AM! BEACH, FLORIDA; AND FURTHER APPROVING TENANT,S SALE OF THE PROJECT TO CLPF - LINCOLN, LLC, A DELAWARE LIMITED LIABILITY CoMPANY ("PROPOSED PURCHASER"), SUBJECT TO THE ADMINISTRATION'S SUCCESSFUL COMPLETION OF ITS EVALUATION OF THE PROPOSED PURCHASER IN ACCORDANCE WITH ARTICLE 10 OF THE LEASE ("CtTY',S DUE D|LIGENCE"), AND PAYMENT TO THE CITY OF ITS REASONABLE COSTS INCURRED IN CONNECTION WITH THE PROPOSED SALE INCLUDING, WITHOUT LIMITATION, REIMBURSEMENT OF THE CITY'S DUE DILIGENCE GOSTS; AND FURTHER AUTHORIZING THE CITY MANAGER AND CITY CLERK TO EXECUTE ANY AND ALL CLOSING DOCUMENTS ON BEHALF OF THE CITY. WHEREAS, On January 5, 1998, the City issued RFP No. 20-97198, seeking proposals for the development of Public-Private Parking facilities (the "RFP"). On April 6, 1998, proposals from five (5) different development teams were submitted and evaluated by an Evaluation Committee, and on July 15, 1998, the City Commission authorized negotiations with four (4) of the proposed development projects; and WHEREAS, As a result of said negotiations, on July 7, 1999, the Mayor and City Commission adopted Resolution No. 99-23236 approving the Agreement of Lease and the Development Agreement between the City of Miami Beach and Lincoln Plaza Partners LLC, for the development of a mix-use project, located at Michigan and Jefferson Avenues between Lincoln Lane and 17th Street (the "Land"); and WHEREAS, Ah Agreement of Lease was executed between the City of Miami Beach and Lincoln Plaza Partners LLC, dated as of September 1, 1999 ("Ground Lease"), in connection with the lease of the Land where Tenant agreed to develop a commercial project, consisting of an office building, a parking garage, and ground floor retail space (collectively the "Project"), and which Project is currently located at 1691 Michigan Avenue; and WHEREAS, On December 20, 2000, the Mayor and City commission adopted Resolution No. 2000-24220, modifying the terms of the Lease by waiving the provisions of Section 10.3(a) and amending Section 10.4, approving the sale and Assignment and Assumption of the Ground Lease from Lincoln Plaza Partners LLC to LNR Jefferson LLC before a certificate of occupancy had been obtained; and WHEREAS, On October 5, 2005, LNR Jefferson LLC changed its name to The Lincoln, LLC; and 124 WHEREAS, On or about July 18, 2006, The Lincoln LLC sold its interest in the Project and assigned its leasehold interest in the Land to Lincoln Miami Beach Investment LLC, a Delaware limited liability company, pursuant to that certain Assignment and Assumption of Ground Lease recorded in O.R. Book, 24738, Page 4073, of the Public Records of Miami-Dade County, Florida; and WHEREAS, On November 17, 2006, Lincoln Miami Beach lnvestment LLC changed its name to OIK Lincoln Miami Beach lnvestment LLC, and thereafter, on June 17,2009, merged with 1691 Michigan Ave lnvestment LP, a Delaware limited liability partnership ("Tenant"); and WHEREAS, On February 12, 2014, the Mayor and City Commission approved Resolution No. 2014-28486 authorizing the Mayor and City Clerk to execute Amendment No. 1 to the Ground Lease by and between the City of Miami Beach and Tenant, modifying the Scope of Use under the Ground Lease by reducing the minimum number of parking spaces required for the Garage Facility, from 700 to 645 spaces, increasing the minimum number of parking spaces required to be maintained at all times for use by the general public from 100 to 155 parking spaces, and further increasing the monthly parking spaces for members of the general public from 50 to 75, in connection with the development of a miniature golf project, at the sixth floor of the garage with the subtenant, City Middle, LLC; and WHEREAS, City Middle, LLC has experienced delays in developing the miniature golf project and to date Amendment No. t has not been executed; and WHEREAS, Pursuant to Section 10.5 of the Ground Lease ("Required Notices"), a proposed transfer and/or sale of the Project requires written notice to the Owner, with the identity of the transferor, transferee, nature of the transaction, percentage of interest conveyed and such other information requested by Owner ("Notice of Sale"). On November 10,2015, Tenant provided Owner with a Notice of Sale that Tenant intended to sell 100% of its leasehold interest in the Project ("Sale") as follows: Owner of Ground Lease: Seller: Proposed Purchaser: Purchase Price: City of Miami Beach 1691 Michigan Ave lnvestment LP CLPF - Lincoln, LLC, a Delaware limited liability company $1 09,250,000 cash transaction; and WHEREAS, pursuant to Section 26.2(c)(iii) of the Lease, the City has until January 9, 2016, in which to approve or disapprove of the Sale of the Project to the Proposed Purchaser; and WHEREAS, in accordance with Section 36.2 of the Lease, "Owner's Reciprocal Right of First Refusal", the City also has the right to elect, in writing, whether to consummate the Right of First Offer Transaction, at the same price and upon such other material terms set forth in the Offer Notice ("Offe/'); the City has until December 25,2015 to exercise this Right of First Refusal; and 125 WHEREAS, after considering the revenue figures from surrounding City-owned and managed parking garages, which have a longstanding position of keeping the parking rates below market for the benefit of its residents and visitors (as compared to the Project garage, which is a privately managed garage), and estimated Project revenues, City Staff determined that the Project would run an annual deficit of approximately $925,043, without taking into consideration payment of principal, capital improvements, and other additional costs the Project; and WHEREAS, considering that the Offer materially exceeds the cost to construct a City-owned parking, office, and retail facility and that the Project will revert back to the City at the end of the Lease term, the Administration recommends that the City decline the Reciprocal Right of First Offer Transaction; and WHEREAS, the Administration further recommends that the City Commission approve the sale of the Project to the Proposed Purchaser, CLPF - Lincoln, LLC, subject to City staff's successful completion of the City's Due Diligence, Tenant's payment of the City's Due Diligence costs, and execution of all required closing documents. NOW, THEREFORE, BE IT DULY RESOLVED THAT THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAM! BEACH, FLORIDA, hereby authorize the City Manager to decline, in writing, the Owner's Reciprocal Right of First Refusal, as required pursuant to the terms of Section 36.2 of the Ground Lease; and further approve Tenant's sale of the Project to the Proposed Purchaser, CLPF - Lincoln, LLC, a Delaware limited liability company, subject to and conditioned upon the Administration's successful completion of its evaluation of the Proposed Purchaser in accordance with Article 10 of the Ground Lease (the "City's Due Diligence"), and payment to the City of its reasonable costs incurred in connection with the proposed sale including, without limitation, reimbursement of the City's Due Diligence costs; and further authorize the City Manager and City Clerk to execute any and all closing documents on behalf of the City. PASSED and ADOPTED this day of ATTEST: 2015. Rafael E. Granado, CITY CLERK Philip Levine, MAYOR T:IAGENDAVO1S\DecembeMCED\1691 Michigan\1691 Michigan Sale RESO 12-9-1S.docx APPROVED AS TO FORM & LANGUAGE A & FOR EXECUTTON&-{''cityAttorney $hf E- 126 EXHIBIT 1 FAILI'RE TO RF,SPOND TO TEIS REQI,EST WTIEIN THE TIME PERIOI' PROVIIIEII IN rEE LEASE AGREEMENT BETWEEN CITY OF MIAIvfl BEACE, FLORIDA AND 1591 IIIICEIGArT AVE INYESIXTIENT LP SIIALL CONSTITUIE AI'TOMATIC APPROVAL OT TEE MATTERS IIESCRIBED HEREIN WITE RESIPECT TO SECTION 36.2 OT SUCII LEASE AGREEMENT. Novembcr 9,2015 Sent Vla IIPS rnd Eand Deliverv City ofMiami Bcach City Attorncy 1700 Convention Center Drive Miami Bcrch, Florida 33 139 City ofMiami Beach CityAttomey 17fi) Convontion @nEr Drivc Mhmi Bcach, Florida 33139 Bloom & Minskcr Suitc 700 Itt0l Brickell Avenue Miami, Florida 33131 Attcntion: JoelN. Minslccr, P.A. Rc: Lcasc Agrecment (as amcndcd ad assigne4 thc "Lcasc') benpeca CITY OF MIAMI BEACII, FLORIDA, a municipal corporetiur duly organizcd and existing undcr the laws of the Stac of Florida ("Landlord ), and 169l Michigan Ave lnvcshcnt LP, a f,)clawur limited partrrership (successor in intcrcst to Lincoln Plaza Partrcrs, LLC) fTcnant'), datcd Sepombcr 1, 1999, wilh rcspect to the propcrty located at 169l Michigan Avonrr, Miami BGac[ Florida (tho'?renrisss); capiblized tcrms uscd but not othenvisc dcfined horcin havc thc rrcEdngs given such tcnru in the Lossc. Dear Sir or Madam: Pursunt to Articlc 362(a) of the Lcase, Tenant hcrcby notifics Landlord that Tenant desircs !o sell its loasehold inercst in the hemiscs. This notioc consitutcs an Offcr Noticc de.scribcd in Articlo 36.2(a) of the Lease. Purnrant to Articlc 36.2(b) of thc Lcasc, Tcnant wiU not oon$rmmatc any ofrcr fiom e rhfud party to purchasc the Premises until thc earlier to occur of (i) the cxpiration of 45 days foltowilg Landlord's rrccip of this Oftr Notioe, or (ii) recoipt by Tenant of a noticc by Owner dcclining to colr"sumroEtc ttc Right of First Offer Transaction. ln the event thgt Lcndlord elects not to corxumm& the Right of First Offer Trursaction, Tcnant kindly requcsts that Landlord promptty provide a writcn stsemld to Tenant of such intcntion by countcrsigning in thc applicablc signaurc block bclow. 127 Pursuant to Scction 36.2\t) and Exhibit 362(a) of thc [.easc, dro &rms of this OfferNotice are es folloun: 2. Closinq DstG - The closing of thc purchasc shall takc placc on a dat dcsiguted by Tcnant, but in any cvent not loss than sixty (60) days nor morc dran nincty (90) days following tre dse such Tenant elrcctttes a puuhasc sgrcetrcnt wi6 the purchaser. If landlord declines to bc thc pnnchascr of this Right of First Offer Transscdon, Tcnant will likely coruummatc thc salc o a third psrty st an earlicr dstc. 3, Dccd: Title - At thc closing, Tcmant shall convcy to the Purchascr (i) all of Tcnant's right, tittc end intcrcst in and to the Prcmiscs by a specid wrranty deed and (ii) Ell of Tcnant's ri&g titlc ana interest in an to this I*asc by an assignmcnt of lerse. The form of such dced and rrsignmart of lcasc sha[ bc mrnratly acccptablc to TcNunt and Otrrns hrt stull not in any ovcmt prcvide for any rcprcscntations by Tcnant 6fl1s1rhen a rtprcsenttion that Tcnant has not thcrstoforc ranerrcd & assigrcd thc items bcing transfarrcd or convoyod there,by and rcprescntrtions and wamntics customarily contained in a spocial wananty dccd. Tcnant's InErest in thc Premises and thc Leasc shdl be conveyed to Oqmer subjcct to all lieru encurnbranccs md othcr mdcrs thcu affcoting the titlc thercto and any stae of frcts a sunvey may rwcal (but in all oases subjcot o Tcnrm's obligatiolu under Section 2.2 of the l,ease). Tmant strall also €fiGcuE all othcr doouments customarily used in real estab transactions in Miami-IMc G*ty, Florida. 4. Rcnt Pnorations - At Urc closing of tlrc purchase, rll Rcntal and/or Impositions shdl bc p,rorsod through the daE of closing and paid by tre party entitlcd thercto. If Landlord dcclines to Ue ttc ryrcluser of this Right of First Otrer Tnnssc{ion, 0rc expenses will be custonrorily proratod as in othcr rpal cstBtc tanssstions in Miasri-Dade County, Ftoridr, irrcluding buycr rocclving a crdit with respcct to Landlord's post-closing obliptions undcr oxisting spaoe leasco for Enant induocrncnt costs. 5. Elpenscs - Each party sball pay its own Etlomeyc' fccs. All titlc chargps, rccording fecs, suwcy tharges and othcr cxpGnssc incunrd in connection with the purctuso shatl bo pard by purclrasoi. Tcnant shill pay all documcntary stamp uxGs and suftax payablo in connoction with thc purchasc. If Landlord d*lines to be fte purhasor of this Right of First Oftcr Tnnsaction, thpn-in a sato tansaction to a third party purchascr, Tcnant shall pay transfcr ta:g documcntary $amp tax, Miarni- Dade Cormty $fialq fccs and premium for titlo iruunncc, thc rccorrding fecs rclating to any titlc clcaring documents nec€ssary to con$rmmaG thc salo, Tenant's attorneys' fccs, any ecs art expenscs roquked to be paid to Lordlord for its consent and eny bnokorage commission due to trc brokcr uscd in thc transaaion. !f you havc any qucstions or nccd additiond information, fccl frce b contact us at HQ Capiul Real Eote L.P. l9lgn a ture P age Aa aclr dJ 128 Sinccrcly, l59l Mchigan Avo Inrrcstnmt LP cc: Andr{Kinry SpcoccrlfcCann DawPowell WNTI A COPIBS TO: CityofMiani Bcach City Auormy 17fi) Convcntion Ccnter lhivc Miami Bcrsb Ftoddr 33139 City of Miami Bcach CityAttomcy 17CI Convention Centcr Drivc Minmi BGrh, Florida 33139 Bloom&Mindrcr Suic ?00 l40l Bricbll Avcnuc Mrmi, Floride 33131 Atsrtion: Jocl N. Minrkcr, P.A. 129 The City ofMiami Borcb, Ftorida doec he,lety sleslllgf to consummstothc Right of First 0ffcr Trsnsastion set forrh in this OffcrNotice. SITY Or MIAM BEACS, TLORIDA, amunicipal corporation ofthe State of Florida By:- Name: 130 I EXUIBIT B PERMITTED BIryER FINANCIAL STATEMENTS 131 FAILURE TO RESPOND TO THIS R.EQUEST WITHIN TIIE TIME PERIOD PROVIDED IN THE LEASE AGREEMENT BETWEEN CITY OF MIAN{I BEACII, FLORIDA AND 169I MICHIGAN AVE INVESTMENT LP SHALL CONSTITUTE AUTOMATIC APPROVAL OF THE MATTERS DESCRIBED HEREIN WrTH RESPECT TO SECTION 103, 10.5 AhtD 10.6 OF SUCH LEASE AGREEMENT. November 10,2015 Sent Via LIPS : : City of Miami Beach City Manager 1700 Convention Center Drive Miami Beach, Florida 33139 City of Miami Beach City Attorney 1700 Convention Center Drive Miami Beach, Florida 33139 Bloom & Minsker Suite 700 I401 Brickell Avenue Miami, Florida 33131 Attention: Joel N. Minsker, P.A. Re: Lease Agreement (as previously assigned, the "Lease") between CIry OF MIAMI BEACH, FLORIDA, a municipal corporation duly organized and existing under the laws of the State of Florida ("Landlord"), and l69l Michigan Ave Investment LP, a Delarvare limited partnership (successor in interest to Lincoln Plaza Partners, LLC) ("Tenant"), dated September l, 1999, with r€spect to the property located at 169l Michigan Avenue, Miami Beach, Florida (the "Premises"); capitalized terms used but not otherwise defined herein have the meanings given such terms in the Lease. For reference a copy of the OfferNotice is attached hereto as Exhibit A. Dear Sir or Madam: If Landlord declines to accept that certain Offer Notice sent by Tenant on November 9, 2015 pursuant to Section 36.2(a) of the Lease, then Tenant hereby requests Landlord's consent to a proposed Sale of Tenant's interest in the Lease pursuant to Sections 10.3(c) and 10.5(a) of the Lease. Please note the following information about the potential third party purchaser of Tenant's interest in the Lease: (i) the name of the proposed purchaser is CLPF - Lincoln, LLC, a Delaware limited liabitity company, and the proposed purchaser's address is c/o Clarion Partners, LLC, 1440 New York Avenue NW, Suite 200, Washington, D.C. 20005, (ii) the Tenant's name is l69l Michigan Ave Inves[nent, LP, a Delaware limited parhership, and Tenant's address is c/o American Fund US Investments LP, c/o HQ Capital Real Estate L.P., I 14 West 47th Street, 23d Floor, New York, New York 10036-1508, and (iii) the contemplated Sale is for one hundred percent (100%) of the leasehold interest under the Lease. 132 Th-9 nron@ purchaser is a srbsidiary of Clarion Partrers, a real estate invostnent alnnngemont company wittr approximatety $36.E billion in total assets under managoment (for morc informaion, ptcasc scc www.clarionoartncrs.cqm). The proposcd purcbaser hereby ccrtifies thst it is a pemritted Brryer pursuant t9 Scction 103(c) of the Loase. Pursuaot to Section 10.3(cXA) of tho Lease, attached ptease nna rc financial statements of the proposed purchaser afiachcd as Exhibit B (the "Financial Confide,otial Information'). Pleaso note, to facilitarc I'ndlord's evsluation of the proposed purchaser, Clario,n Portrers is willing to disclose to Landlord the Financial Confidential Information; provided, howerrer, by acc4ting sucn Financial Confidential Information, Landlord agroes: (i) exccpt as required by applicable law, rcgulation or legal process, to maintain in confidence and not disslose the Financial ConfidenGl Information, or ary part thereof, to my third party other than to Landlod's represcntatives who have a need to know- sue,h information (including without limitatiotr, its dir€otors, enrployees, financial advisors, ffiomeys ad accountants) (collectively, "Reprcscntativesn) it being understood such Reprrsentatives shalt be informed by Landlord of the confidential naturc of such information and shall bc dircctcd by Iaudlord to tncat such inforrration confidentially, (ii) to talce the samc measures to maintain the confidcntiality of Oc Financial Conlidential lnformation as I-andlord does with rcspec't to its own propriaary and confidential information; and (iii) not to use any Financial Confidential Informuion for any purpose other than to evaluato whettrer or not to consent to the proposed Sale of Tenant's intacst in the Lease. If the proposed Salo is not oonsummat€4 or any time upou rcquest of Clarion Parmers for any rgtson, Landlord will rEturil to Clarion Partners or destroy all writen Financial Confidential Information (except als mey be requircd for regrlatory purposes). Punuant to Section 10.(b) of the Lease, attached as Exhibi( C henAo please find a proposed form of Assignment and Assumption of Ground lase (the 'Assumption of I*ase"). Pleasc confirm lhe Assurnption of Lease is accepable for the consrmmation of the Sale to the proposed purchaser. In the event that Iandlord consonts to tho proposed Sale of Tenant's intorest in the Lcase as dcscribcd above and aPProves thc Assumption of kasc attachod hereto, Tenant kindly rcquests $Et landlord promptly providc a writton statcrncnt to Tenant of such conscnt and approval by countersigring in the applicablc signahre block bclow. Ifyou have any questions or nood additional infomation, feel free to contact us at He Capital Real Estate L.P. lSignawe Page AttachedJ 133 By: Sinoerely, 1691 MchigEn Avc lwcs&cot LP cc: Andr0 Kiurcy SpcnccrlttcCrrur DrvePo*dl WIIH A COPIES TO: City of Mirmi Bcactr City Managcr 17fi) Convention Ccmer [hive Miuri Bcrch, Florida 33139 City of Miami Bcloh CityAtbrucy I 700 Cmvcfltion Crncr Drivp Milni Bcrclt' Floride 33139 Blmm& tYlinslcr Suia 7fi) l40l BdokoU Avenuc Minml Florids 33131 Atrcotion: Jocl N. Minskcr, P*A. CX,PF-LincohLI,C c/o Cluim Pafircrs, LLC 1440Ncw York AvcnrrN\il suiE200 Washingon, DC20005 Atcntion: Barmn Willitutrs MayerBrown LLP 214 Nortt Tqron Stncot SuiE 3800 Chrd@, NC 282(D Atbntion: Ihvid B. H. Sayc 134 The undersigned hcreby certifies to Landlord that it is a Pemitted Buyer pursuantto Setion 10.3(c) of the Lease. CLPF - LINCOLN, LLC, a Delaware limited liability company ,n.( / *Q Name: BanonlMlliams 135 The City of Miami Bcacb, Florida does hereby consent to the proposod Sale of Tenant's interest in the Leasc as described ebove and approves the form ofAssumption oflease attached hereto. cmY oF MIAM BEACTI, trLORIDA, a municipal corporation of the Statc of Florida By:- Namc: Title: 136 EXEIEITA OFTER,NOTICE 137 138 ,litlti l= ii , ^',,.t,1' ,= =' a,:. ,,rtil ,,. - ' r rr ii ilrilL r,lil iN\, ut,,,,**Jli LLi, .i rlll: ' 139 Annual Report 2014 Table of Contents Letter to Shareholders Fund Overview Fund Performance lnvestment Activity Property Type Diversification Property Operations Property Diversification Value-Add Activities Capjtalization National Market Update Properties Commitment to Sustainability Notes Report of lndependent Auditors 7 6 7 I 'to 13 14 1"5 16 2A t6 34 35 37 For use with shareholders only. Flot intended ior public distfibution, 140 6. r-uND trISCRtPTlOt'.j The Clarion Lion Properties Fund is a core*style, open-end real estate fund that holds a strategically diversif ied portfolio of real estale assets across the four main property types in major markets located throughout the United States. The primary performance objective is to combine an attractive income yield with long-term capital growth. TljI cIJEnL()oir' ni_,5TlrJ IEX]r! 141 Letter to Shareholders The Lion Properties Fund delrvered strong performance in 2014 with a total return for the year of 13.1601o. Accelerated leasing activity and value gains across most of the Fund's portfolio drove performance. The overall quallty of the Fund's portfolio, focus on high-growth markets that are leading the improving U.S. economy, bias towards urban and transit-oriented investments, and maintained discipline in acquiring assets with accretive yields are key contributors to results. The Fund's one:year total return exteeded our original expectations of 10%-11% for the year. lncome for 2O14 was 4.78% while appreciation was 8.O9%, again broad-based across the Fund's portfolio. The Fund outperformed the ODCE benchmark over 2014 by 78 bps, largely driven by value increases from office, industrial and tetail assets, Over a ftail:ng three-)rear basis, th€ Fund's total annualized return has been 12.28%, stightly ahead of ODCE by 4 bps. The Fund's S-year return is substantially ahead of the ODCE benchmark (+ll4 bps) due in large part to strong gains from West Coast and Houston office assets, and strong recent gains at industrial and retail assets. Total assets increased from $7,2 illion to $7.9 billion durins the year, and the portfolio rernains broadly diversified over markets, property types and individual assets. The Fund accepted $412.0 million of new contributions during the year. based on the strength of the real estate market and Fund returns, and paid out redemptions totaling $382.3 million. The Fund declared cash distributions totaling $212.0 million resulting in a one-.year dividend yield of 4.15%. The Fund saw continued strong improvement in operating fundamentals, Leasing activity was very positive during 2O14, with over 5 million square feet of leasing cbmpleted. Overall occupancy increased from 93,1% to 94.2%- This has been extremely helpfu! for the portfolio, but has created some volatility in net operating income (NOl) growth, as ne\& leases at higher rents require associated downtime and free rent. ln general, we are seeing solid leasing demand, high occuparicy levels and the ability tO increase rents. We expect healthy income growth over the next few years from the commercial property sectors. and continued moderate g-rowth from the apartment sector, which began to normalize in 2O13. We continue to see rental rate increases across most markets and expect this to trend into 2O.15, driving operating income growth and value Et our properties. The Fund made thirteen new investments totaling $947.7 million in 2014, and sold eight investments totaling $495,8 million across ell property types. The Fund adhered closely to its investment strategy, acquiring office properties in the San Francisco Bay Area and Austinl Urban and transit- oriented apartment assets in the New York metro area and Denveri industrial bualdings in stiategic secondary markets (Raleigh and lndianapolis); and a new Whole Foods-anchored retail center in Austin, Texas. The Fund's most significant investments in 2Ol4 were a new outlet center and a new Whole Foods.anchored power center, adjacent to each other in West Palm Beach, Florida. This allowed the Fund to significantly increase its retail exposurer with newly developed, high-guality assets having the potential for accretive yields. Continued strong capital markets conditions in 2Ol4 allowed the Fund to opportunistically prune the portfolio and continue re-balancing toward preferred markets and property types, The Ftrnd sold the Lion ES hotel portfolio. significantly reducing its weighting to the hotel sector, The Fund also sold the Specialty Labs Office Buiiding, a sinqle-tenant office building north of Los Angeles, for asset/location considerations..All but one of the remaining sales served to reduce non-strategic properties or exit non-strategic markets. Ralch J. Beifcrd, lll 142 Leverage began 2Ol4 at 27.6Yo, within our target range of 2O-3O%, and stayed in tight range, ending the year at 27.9%.Ihe Fund had $4SO.O million of debt rnaturities over 2Ol4 which were replaced with two new financings: $3OO.O million of fund level notes with maturities ranging fromT-12 years; as well as a new $185.O million mortgage loan secured by fifteen industrial assets, with a terrn of 7 years. At the end of the year, the Fund also drew on its line of credit (LOC) with the closing of the palm Beach lransactions, The new financings reduced the Fund's overall interest cost quite significantly in 2014. starting the year at 5.7% and ending the year at 4.7yo (including the LOC). This represents an annual savings of approximately $lO million in interest cost- As we look to 2O15, improving economic daLa, evidenced in the second hatf of last year, continues to point to a broadening econornic expansion and a strengthening lebor market. tn particular, consumer spending, business investment, the housing rebound, lower fuel cssls and shrinking budget deficits are all expected to drive U.S. economic growth going forward. Coupled with continuing low levels of new supply. this leads us to expect further strengthening of cornmercial real estate fundamentals, with low vac€ncies and higher rent growth over the next twelve months. Capital flows to real estate and transaction volume are expected to remain strong- Risks to the near-term outlook exist in connection with a continued slowdown in global growth and transitioning global energy markets" The Fund s strategic plan for 2Ol5 includes increasinE exposure to mtsrkets and sectors we believe will show superior growth or to have relative value, while continuing to prune assets that are in less desirable or strategic markets. New York. Seattle. San Francisco and Boston are top picks among malor markets. while we vievv DallaslFt Worth, Austin, Denver, Southeast Florida, Phoenix, Salt Lake City, Portland and Raleigh/Durham as showing increasingly attractive Erowth omong secondary markets. We will remain focused on assets located in urban, transit-oriented areas, and continue to be disciplined in regard to pricing, On behalf of Clarion Partners and the Lion Properties Fund team, I would like to thank you for your continued support of the Fund. Portfolio Manager (212) 88s-253s Jeb. Belf ord@clarionpar tners.com 143 ffi 3 ,rG. rr*stix 144 Fu nd Cverview XEY STATISTICS (AS OF DECEMBER g,2A]r.) Total Asset Value $7.925 Million Portfolio Occupancy Net Asset Value $5.398 Million Cash Ratio Per Share Value Leverage Ratlo 27.9%. Number of lnvestr!1ents Average lrivestment Size $57 Million Number of Markets Number of Shareholders * I €:' I O Office Retail fndustrial A-partment Hotel Other pa$t performance is f,ot indicative of futvr€ r€sults. Pleasa see Notes on paga 35 ftr 6dditoral drsciosu(e informat,oo 145 Fund Performance FUND PERFORMANCE VERSUS hIFI-ODCE LION PROPERTIES FUNC) SIrce lBrptlon T.YEAR 3:YEAR :SINCE IO-YEAR INCEPTION5.YEAR lncome Return 4.74%5.O396 5.69%5.52%6.33% Appreciation Return 8.O9%6.99%8,83%o.oo%o.63% Total Return Befor€ Fees 13.r6%12.25%!4.89%s,52%6.99% Tot6l Return Afte, Fees lz,ra%11.3096 I3,88%4.55%6.fl% 2Ol4 continued a trend of stronE performance for the Lion Properties Fund, with its fifth consecutive calendar year of double digit returns. The Fund produced a 13.16% total return for the year, comprised of a 4.78o/o income return and 8^O9% from appreciation. The appreciation return was composed ot'l 59% in property-level gains. while debt mark- to-market contributed 48 basis points. The Fund's 2014 income return was 4.78Y"vs.5.07% for the ODCE. The Fund's incorne return was moderately impacted this year by capital programs taking place at a handful of its apartment and hotel properties (reducing NOI), rent concessions associated with several major leases that have boosted value (6OO North Michigan Avenue and Arboretum Gateway for example). and interest cost on the Fund's debt. On the other hand, Fund appreciation was 8.O9% vs. ODCE's 7.O3%. The Fund had strong value gains across most of its portfolio. with office, industrial and retail assets leading the gains. Office properties incr€ased by l1.l%, with growth led by properties located in top office markets such es the 5an Francisco Bay Area, Houston, Southern California, New York, and Boston. The Fund's industrial portfolio experienced broad based value growth of 8.4% with significant increases aL properties where major new leases wei.e signed. Retail value Elrowth of 8,O% was primarily driven by 6OO North Michigan Avenue in Chicago. Apartment values lncreased a moderate 3,8%, as the Fund's Washington DC apartments again tempered growth, decreasing in value by 1.3% during the year. Excluding Washington DC apartments, this sector would have been up 6.8%. Hotel values increased by 6.5%, predominately due to capital spent on renovation programs currently taking place at two of the Fund's four remaining hotel assets. On a 3-year basis, the Fund's total return outperformed the ODCE benchmark by 4 bps. Superior property-level performance and significant value gains at major assets during the last couple years have countered the impact of the Fund's hotel and Washington DC weightings over the 3-year time frame. The Fund's S-year return is substantially ahead of the ODCE index (+114 bps) due in large part to strong gains in the ol'fice portfotio. particularly in the West Coast and Houston, strong recent gains at industrial assets (particularly Southern California) and at retail assets. Apartment performance was strong early in the s-year period, but has lagged in the last 3 years (with Washington DC-area apartments the maior factor). The single largest asset contributor to outperformance has been 6O0 North Michigan Avenue. a prime urban retail asset in Chicago. pasl pa/formanco rs ftot rndrcatrve of future results Plcase sec Notes on pa$e 35 lor aodrtronal d sclosu.e ,nformatron ! ';r.,ilir 7 146 lnvestment Activity ACGUISITIONS The Fund made thirteen nev.l investments in 2014, totaling $947.7 million. The Fund adhered closely to its stated investment strat€gy throughout the yea( increasing its retail weighting significantly while atso adding to its industrial overweight. The Fund acquired urban and transit'oriented apartment assets in the New York metro area and Denver. The Fund added office properties in the san Francisco Bay Area and three smaller office assets within the high-growth Texas markets of Austin and San Antonio. Geographically, the Fund succeeded in increasing exposure to several of its target major markets (New York, San Francisco. Southeast Florida), and also to top secondary. high growth markets like Austin, Denver and Raleigh,/Durham. The Fund remained disciplined on pricing, with average stabilized cap rates and unlevered lRRs at what we believe are the top end of the market for core transactions. The lar.gest new investments were Palrn Beach Outlets and Marketplace at the Outlets which served to increase the Fund's overall retail weighting. The properties are adiacent to each other to form a critical mass of leading relail brands at a highly infill, former mall site on 1.95 within Palm Beach County, one of the most affluent areas in the U.S. The properties were purchased in December for a total value of $37].4 million. The investments are currently structured and being held as mezzanine loans: however both will convert to equity during 2O15. The Fund also purchased Whole Foods at the Domain, a newly-developed grocery center in Austin, Texas. The Fr.rnd added five office properties during the year, most notably the $lO7.O million acquisition of 6O Spear, a Class A creative office building in San Francisco's South Financial District. The Fund also increased its exposure in Silicon Valley with the purchase of 29Ol Patrick Henry in Santa Clara. California. Additionally, Mira Vista and The Overlook were acquired in the high-9rowth, tech-focused market of Austin. University Park Tech lll & lV were purchas€d in San Antonio at a high going-in yield, and complement the Fund's existing industrrial assets in the submarket, University Park Tech I & ll, which are located adjacent to the property. During the year the Fund acquired three apartment assets, The Station at Riverfront Park in Denver. Colorado. and Parkway Lofts and Printhouse Lofts in the New York metro area. The Station at Riverfront Park is situated in LoDo, a short distance from Denver's Union Station, a high-profile urban redevelopment oroject and transportation hub. Parkway Lofts, located in Bloomfield, NJ, and Printhouse Lofts, located in Wjlliamsburg, Brooklyn. are both brand new luxury apartment properties located within walking distance to mass transit of fering short commutes to Manhattan. Lastly, the Fund acquired a $'115.O million industrial asset, Research Tri-Center, a ten-building industrial park located in the rapidly growing, supply constrained market of Raleigh,/Durham: as well as Plainfield Park. ll, a development project in the lndianapolis msrket. PURCHASE:. PRICE AT PRoPERTY MErRo MARKE, tJfrtf ($ MrLlrHBi ,CAP PROJECTEDRATT IRR1PROPERTY NAME Mira Vista Office Austin a5/o1/14 $s8.8 5.6?7.3X The Overlook Office Austin os/ot/14 912.6 6.49(8.1* U-niversity Park Tech lll & tV Whole Foods at Domein Office San Antonio 05/01/14 $26.8 8,9X 8,8X Retail os/og/14 06/1944 $34.1 s14.9! " - *1:-s]- 6.8X: 6.496 Plainfield park il 29Ol Patrick Henry Drive lndustrial lndianapolis Office Santa Clara o6/74/14 $26,0 7.9X Resesrch Tri-Center lndustrial Raleigh oa/06/14 $115.O 6.5X ''!7..." 7,O%The Station at Riverfront Apartment Denver oa10T14 s66.6 3.6%1 60 Spear Office San Francisco oa/19/14 $107.0 I )Ct 6,916 Parkway Lofts Apartment New York ro/30/14 $x04.0 8.OX Printhouse Lofts Apartment New York \/o6/14 $30.s 4.5%6.2% Marketplace at The Outlets5 Retall t2/17n4 -9:S 4.4% West Pdm geach 12/1114 $L16;7 5.5!6 $754.7 5.4XPalm Beach Outle$s west Palm Beach Total 4117.,,"61 'FroJected lRRs 6G danv€d from Cla{ion partners'endersrifrnE pro,ectroni. and exle^d iO to 13 }'sars depsndinB on each inve$rect! forecasted sub,llted reeersim year ,Purchas€ price represpnted by to:al commitied development cost, Land aost al acquErtron was $'l.0OO OOO rsrabi,rzed aap rate (deveiopmeot prqperty) 'Stabilizfd cap rate (strateg'c leas6-up property) lpalm Beach Oetlels and Marketp,ace at the Outlets are loarlr Grr,ed 8t colt valoe5 of $112.05a,25O and $99.175.875. respectrvely, 6s of December 31. 2014. ThE Furch6se:pr(e aboee is represntad by total committed amount whlch wili be paad wheo tha loans convert to eeuity. Past performance rs not tDdrcatrvo of {st!(e r6solts. Please see Note$ on pag€ f,5 tor aciditional disclosure information. 147 DISPOSITIONs The Fund had aoother active disposition year, taking the opportunity to execute strategic sales and prunc the portfolio of weaker assets as demand in the market was strong. The Fund closed on sales totaling $495.8 million in eight transactions across all five property type$. The most significant disposition of the year was the sale ot the Lion ES hotel portfolio. The portfolio was sold for a gross ptic€ of $8OO.O million, resulting in total gross proceeds of to the Fund $300.O million (LPF was a 37.5% owner). The sale significantly reduced the Fund's hotel exposure as of December 31, 2014. The Fund sold Specialty Labs Of fice Building, a single-tenant office building north of Los Angeles, for asset/location considerations. The transaction clo$ed in December for $96.O million The Fund also sold two small medical office buildings during the year for a total of $22.7 million: Gwinnett Medical located outside Atlanta for $Il.l million; and Vero Medical Suites, located in Vero Beach. Florida, for $11.6 miltion. The Fund continues to prune smaller non-strategic assets across its retail, apartment and industrial portfolios; Pleasant Shops, a lackluster neighborhood retail center located outside Boston. for a total of $23.4 miltion; Banyan Grove at Towne Square, an older apartment community in Virginia Beach, which sold for $4I.0 million; and two smaller Phoenix industrial buildings. Fifth Street lndustrial and Geneva lndustrial, sold for $9.O million and $3 7 rnillion, respectively. PROPERTY NAME "Irll[-s-I-e,-"1lgy,*i?] ll:::""$ ":19"?: Lion ES Hotels PROPERTYTYFE : lndust.ial METRO MARI{ET n*::- BostonR€tail L46T APPNAISAI.CLOSE AT SHAREDATE (t MIIL|ONS) 04/14/14 $9.5 o7/24/1A 522.9 . SALE PRIC6 A'T SHARE REALIZED($ MILLTONS) -.-- "-1"?:9" 123.4 s300.0 IRR 9._11 -11.5%_ (0.5x)Hotel various oB/12114 $298.3 Gwinnett Medical Office AUanta oa/B/14 9L0.6 $x1,1 (13.4%) Banyan Grove at Towne Square Apartment Virginia Beach os/o4/14 $44.0 $41.0 6-0r( 6eneva lndustrial lndustriBl Phoenix 10/03/14 EA,4 $3.7 6.2% Sp€oalty Labs Office Building Office santa clarata 12l'tz/14 $98.r1 $96.0* ." ** X5.5% Vero Medical Suites Office Vero Beach t2/18/14 $11.1 s11.5 4,19i ?otrl ,{r9.t t{9s.8 3.74 past pertormaoce is not indic6tivo of Ioiure rp5el!$. FlBnse see Notee on Sage 35 for Bodltrona! dr$closure i$(srfsation 148 Property Type Diversification PROPERTY TYPE DIVERS ICA.TION AS OF DECEMBER 31,2014 gfflcc .apartmGnt lndultrltl Ratall flolrl OthGr G LionPropsrilesfund I NCREtFFundlndo((NFt-ODCE) Office - The Fund has a long-term underweight bias to the office sector, based in part on the sector's historical underperformance comp€red to the index, often with more volatility and greater capital requirements. We remain cautious on the appetite ol tenants, especially in traditional sectors like law, banking and insurance, to add new space. Howeve( office properties tend to outperform as recovery periods continue, generating significant rent growth. Of fice demand has been recove!'ing nicely in major mark€ts as companies grow and office fundamentals gained in strength over 2014. This is expected to continue over 2O15-2O16 with the market continuing to experience low new construction generally. The Fund's present strategy is to increase its near-term weighting to office but still maintain its overall long-term underweight bias to the sector. Apartment - The Fund remains overweight the apartment sector. consistent with its long-term bias, as apartments are one of the two long-term best performing property sectors in the index. The Fund s present strategy is to modestly move exposure to an even-weight stance, based on a more mixed near-term picture for the sector, On the positive side, demographics, cautious demand for home purchases 6nd tight credit standards continue to push people into the renter pool, especially towards urban and transit-oriented properties. On the negative side, new supply has returned to the long-term national average and is exceeding it in a handful of individual markets. Rent growth has moderated, and rent and value growth in the other ma.ior sectors are expected to exceed spartments in the near-term. lndustrial - On a longer-term basis, the Fund maintains an even-weight bras to the sector, given its lower weight in the index. ln the near term, howaver, our view rernains particularly bullish, and the Fund will continue its overweight to industrial real estate based on strong fundamentals. The sector was hit hard in the downturn End rents on average are still 6.4% below peak, indicating the recovery h€s still been relatively moderate to date. E'commerce has also been a maior boon to the sector, driving new demand for big-box fulfillment and distribution centers. Leasing activity nationally is ramping, with dccupancy levels reaching stabilized levels in many markets. increasingly giving landlords the upper hand in lease negotiatiens. We expect these factors will lead to strong rent growth in the coming years. Retall - Retail:properties have a track record of strong performance over the long-term compared to other property types and the sector warrants:an overweight bias. The Fund succeeded in increasing its retail exposure in late 2014, but is still modestly underweight the sector. The Fund is focused on four soecific format *ypes. The tirst is "high- street" urban retail, which is destination affluent relail in maior cities. Tenant demand for these areas is robust. for both sates and branding purposes. The second is grocery-anchored retail; necessity retail like grocery. remains a strong performing category, particularly with a top grocer brand in affluent neighborhoods. The third are outlet centers as this category has performed very well in recent years and represents a prime growth area for the retailers themselves. Last are Class A malls (although extremely challenging to acquire) given their historic treck rec€rd of producing very slrong returns Hotel * The Fund currently has a weighting of 3.5% to hotels and expects this will be reduced to O-l% over the medium term. Hotels are capital intensive and are relatively volatile compared to other property sectors. The market also generally prices hotel assets for value-add to opportunistic returns, and generally with higher leverage levels. The Fund does not view hotels as a core component of its strategy going forward. Pist performBflcq is no! rndrc6tive of futurE results. Ple.se see Nores on Page 35 for additiondl diselosure infonfiation 149 MARKET ALLOCATION MAJOR METRO MARKET Boston IPF WEIGHTING NPI-ODCE 12/s1/14 6.816 . IPD w71/14 6.6X 12/31/14 5.?% New York Metro 13,396 14.69i L4.27, Washington DC L6.?A 8-4X 7.SX South Florida 5.1X 4,5%4.8S Chicago 6.6%7,3% 7.4% Houston 6.4X 3.6*4.4% Seattle 2.8v,3.9*4.AX San Francisco Bay Area 10.5*9.296 9.4X South€rn California 15.4,i 16.6%14.6ti Rest of Country 25.t%26.7Y" Boston - The Fund continues to favor Boston, where it is slightly underweight, given it has a strong technology industry base, diverse economic drivers and a world class education system. Boston has also seen robust growth from healthcare and biotechnology. New York - The Fund is just moderately underweight the New York metro area as investment activity during 2Ol4 increased the Fund's allocation, Within New York, however, the Fund is underwerght office end overweight apartments. We believe New York will be an outperforming market over the medium term, driven by its high per capita income and internal immigration, strong housing market, position as the financial capital of the world, and highly productive workforce and dynamic industry base. Office assets in Manhattan, industrial assets in northern New Jersey, and retail assets within the city and boroughs will be particular targets. Washington DC - The Fund continues to have a significant overweight to the Washington DC metro area, although well down from its pre-2o13 weight. While Washington DC has performed well over the longer-term, it has been a poor performer over the last 5 years. We believe that the metro will continue to underperform over the near-term given continued concerns over federal employment growth and potentlal apartment overbuilding. This continues to represent a significent risk factor for the Fund and we continue to seek to de-emphasiee washington DC exposure through near-term asset sales, particularly apartments. South Florida - The Fund has recently increased its exposure to South Florida given its strong population and job growth prospects. Further, its ties to Latin America and international trade, and,economic drivers such as healthcare and tourism make it an increasingly attractive area. The Fund will seek to moderately increase its overweight exposure to this market. Chicago - The Fund has had a consistent underweight bias to Chacago and the Midwest in general. lts relatively even- weight stance to Chicago is only due to the large size of 60O North Michigan Avenue, which has been a top performer for the Fund. The Fund does not envision a modification tg this stance. Houston - The Fund is moderately overweight the market and still views Houston as one of the top U"S. market.s despite recent declines in energy pricing. Houston has become far more economically diversified, and we believe that portions of the energy sector (and other sectors) may benefit from lower energy input costs and increased consumption. Nonetheless, the market will bear watching closely and will temporarily not be a top target for new investments. The Fund's primary holdings in Houston are in the office sector and the assets are well-positioned to withstand current volatility in the energy industry, with 90% of the Houston office portfolio on long-term leases to large, quality tenants with sizable balance sheets. Seattle - Clarion continues to favor Seattle. which has a very strong technology industry base. Seattle draws jobs and population growth for its lifestyle. The Fund would like to add to all property sectors in the markel. 18.O% Psst porformance rs not indrcative of future results. Plea5e se Nole5 on PagF 35 for additi6nal drsc,osule inf$rftatron. 1t 150 San Francisco Bay Ar.ea - The Fund is modestly overweight the San FranciscolBay Area, where the technology sector continues to be a major driver, and the city (and South Financial District and South of Market in particular) continLres to be at the hub of recent and expected future growth. The area also ataracts a diverse economic base and dravrs affluent residents for its quality of lifestyle. LPF favors in\,estments in the CBD (particularly South of Market), Silicon Valley and in strong suburban areas. The Fund will seek to maintain its modest overweighl to the san Francisco area. but will seek to reduce ils office overweight and increase other property sectors. Southern California - The Fund's Southern California exposure is relatively even-weight to IPD and ODCE. LPF favors select strong submarkets in Southern California, while being more neutral on the overall region. Los Angeles and the lnland Empire continue to form one of the strongest industrial markets in the nation, while West LA, Santa Monica, Playa Vista, Pasadena and parts of San Diego are examples of areas favorable for office, retarl and residential investment. Top Secondary Markets - Aside f rom the rnaior markets,/areas described above, Clarion believes the following secondary metros have strong growth prospects over the next three or more years: Austin (tremendous job end population growth. thriving technology industry). Denver (energy, lifestyle), Phoenix/Scott$dale (population growth, attraclive alternative to Southern California, major inland trade hub), Raleigh (technology,/biotech), Salt Lake City (population growth. well educated workforce. low business costs. growing tech center), Dallas/Ft Worth (job growth, diverse econorny, trade), and Portland (diverse economy, highly skillcd workforce). Fir,: ptrriorr,snia i; aa: )nu,gii,y( t,l ,nilj* tist,i! F,jilals 9oa rJ6l9i On Fa$f; 55 lar 3ca:,t.onq: d.:a i)rrraj rr:ig1s,;31rs,, 151 Property C perations Overall portfolio occupancy (excluding hotels) increased from 93.1% to 94.2% during 2O]4. The largest gain was in the lndustriai sector, which increased from 9I-5% lo 94.8% based on strong leasing throughout the year. Overall, I87 leases were executed at the Fund's commercial properties. representing approximately 5 million sguare feet of space. The Fund's hotel portfolio averaged occupancy of 76.6yo on a trailing-twelve month basis. Same-property NOI was up 1.9o/o in 2O14, below prior years €s well as below expectations for the year, although a small number of unusual foctors Bccount for much ol the variance. The office portfolio led with a 4-9% same-property increase, based on rent gains associated with leases signed at various assets, including Chevy Chase Pavilion followinE its renovation in 2013. Apartment assets delivered NOI growth of 3.O%, reflecting ov€rall more moderate rent growth in that sector compared to the years immediately after the economic downturn. lndustrial NOI was up 2.7%, retlecting feasing activity in 2O14 that will significantly boost same property NOI in 2Ol5 and 2016, given overall strong fundamentals in that sector. Within the retail portfolio, NOI decreased 4,2o/oin 2Ol4 due to the new Under Armour fease at 6OO North Michigan Avenue, as this resulted in build-out time and free rent during the year. Retail NOI will hEive a very strong rebound in 2015 and 2016 as new lease revenue kicks in. Hotel net operating profit (NOP) was down lO.6%, lafgely as a result of renovations at several remaining hotel assets. Hotel sector results r,vere also skewed by the gale of the Lion ES hotel portfolio in 2014, as the Lion ES hotel portfolio was on pace to deliver proiected 12% year-over-year NOP growth. Due to its sale, howeve( it is no longer included in the same-property analysis. Adjusting for both the Lion ES sale and 600 North Michigan would have resulted in same-property NOI growth of 4.2% tor 2014 across the portfolio. Partly as e result of strong 2Oll4 leasing activity, our projections show same-property NOl growth of 6.4%ia 2O'15 and 9.7oA in 2Q16. SAME-PROPERTY : pRopxnlY lYpe lndustrial NOr GROWTH (201'l-2016)l 2012 2013 2014v.2o1l v.2O'12 v.2O13 t.1% 6-21, 2015P v" 2014 2O16P CURRENTv.20't5P OCCUpANCY 2.7% 8.8X 10.7Y 94.4% 9,2%94.2X0.6x4.9%5.0t63.4%Office Apartment 5.5%2,3%3.O%5.8X Betail 3,6%6.4r"(4.2%)16.7il 7.8fr 93.0$ Hotel 9.6%7.6!6 (10.6%)12.2%L7.7%76.616 Welghtcd Ayor.gc a.z*5.3r(6.4X 3,r!a 36r!(l.9x Adluiled Wolghl.d Avcrrgtcr 1 Analysis set rncludes properties h6ld in a yoar-to-year afialysis and may vary oyer periods as proporties sre acquiled 8nd $old. 2 Excludss 5OO North Mlchlgan Avenue .nd adiusls for the sale of Lion ES Hotels. Tenant Exposure - The Fund has favorable tenant diversity. with over 918 commercial tenants, none of which represent greater than 1.5% of Fund revenue. The portfolio consists of predominantly stabilized assets with limited vacancy exposure, and a lease expiration profile spread relatively evenly over the next lO years. LEASH ROLLOVER SCHEDULE tEAsE: ioLLovEi (% oF:TotrAL, hENTABLE SoU.ARE EEi 4.2* Office DE9EMBER 31;2O14 rr,rro.Oct PANCY : 94.2,^ 2A15 7.7tr, 2016 12.3X 201V 14.0',K ,i6]8. , zol9 ..,'zozo+ 6.3X.L2,6v" Retail 93.0X 10.1!6 10.7X 12"316 4"69(9.91 __lli}_ 52.4X lndustrial 94,4%14.3X 6.816 10.9S L5.9%10.ox 41.116 Apartment N/A N/A N/A N/A N/A N,/A Hotel 76.6%.NIA N/A N/a N/AN/n N./A IOTTI 94.2X u22X 8.5n 11.rr 1l.o* Past performance i$ not indicative af fulure redelts. Plsse see Notes on P6ge 35 lor Edditiooal disclssure Information 10.5*4tl,Lx 1 ;'iI 13 152 Property Diversification BY GROSS RTAL ESTATE VALUE PROPERTY TYPE (%) r Office f Apartment s, lndustrial r Retail , Hotel Land 31.9% 30.So/c v.a% 16.1% 3.5% o.2% t Northeast '19.196 I M'xreast 2O,4% E Paclfic 3O.O% a Mountain 5.7% I Southeast 5,6% . Southwest 11.I% East No Central 7,996 W€st No CeDtral O.O% I Wholly Owned 88,8% I Joint Venture n.2% STRUCTURE (%) CORE / VALUE.ADD (%) I Operating 94.4% r Development 3.7% e Leasing 1,1% Predevelopm€nt O.2X I Core 93.7% r Value-Add 6.3% REGIOI'JAL DIVISION (%) LIFECYCLE (%) 14 r. i ,.:lt:iril I i::r: :'..'i :'i : :,; ' ,:,rii 153 Value-Add Activities Value-Add Activities * The Fund's value-add exposure is currently at 6.3% of its ass€ts (inclusive of capital committed to the value.add programs), nearer the lower end of the Fund's 5o/o-15Yo target range. The Fund started 2Ol4 with five development assets (addinq one during the year), four lease-up assets (defined as a property that is less than 60% leased) and two land parcels. The three apartment developments are now nearing completion, with Balboa Park in San Diego and Moda at North Bay Village in Miami in the preleasing phase and set to comrnence operating in'1O15. The Acadia at Metropolitan Park in Washington DC is on schedule to be completed in 3Q15. All are on budget and market conditions remain positive for each. The Fund's two industrial developments made substantial progress during the year Mile High Build.ing 3 in Denver was completed in4Ql4 and is currentlyT2%leased with two leases out for signatur€ for the remainder of the space. Plainfield Park ll in Indianapolis is 50% preleased and on pace for its scheduled completion in February 2015. The'lo8,O0o-square foot Veritas Office Building build-to-suit office expansion in Houston was also completed, with the tenant taking occupancy and rent commencing in the fourth quarter. With each of the Fund's development proiects either delivering or stabilizing in over the next I8 months, the Fund is actively looking in 2O15 for replacement value-add investments. Most of the lease-up assets were leased during 2014, including Redlands Business Center (to Amazon), Turnbull Canyon Distribution Center, Patterson Pass Business Park and 5O% of 3245 Meridian Parkway (all industrial). The Fund's current lease-up pro.iects are: West lO Business Center, a 146,623 square feet warehouse building in Phoenix, where the former single-tenant vacated in September 2Ol4: the remaining 51o/o ot 3245 Meridian Parkway; and the newly acquir'ed Parkway Lofts, presently 54% leased. During 2015, the Fund plans to develop its remaining land parcel in the Mile High Distribution Center in Denver. The Fund will continue to markel for sale its small land parcel in Tainpa. DEVELOPMEI{T PIPETINE PROPERTY Balboa Park ALL-IN STABILIZEDBASIS NOI DELIVERY ($ MILLIONS) ($ MILLIONS)' OATE PROPERTY A.partment METRO MAEKET San Diego APPRAISED REMAININGVALUE .COST ($ MTLLTONS) ,(6 MTLLTONS) 38.O 5.5 43-5 2-2 1015 Moda at North Bay Village Apartment 76.A u5 86.3 5.7 2A1s The Acadia Apartment Washington DC I40.o 39.0 179.0 9.9 3G15 Plainfield PBrk ll lndustrlal lndianapolis 12.6 3.8 16.4 1.1 1Q1s Total .267.1 059.8 atz7e trt.0 I At current market rents (un-trended from today) LEASING ASSETS PROP.ERTY Parkway Lofts PROPERTY MEIROTYPE MARKET Apsrtment New York APPRAISED REMAININgVALTJE COST ($ MILLIONS) ($ HILLIONS) 104.6 0.8 :. :.ALL-IN,:5TAB| LIZED' .BASIS''r ' iNOl 1i,2/31/.14 ($ MrLLloNS.) {.$ MfrlLioNs) oc,ct/.P,cNcY 105.4 5.9 54X 3245 Meridian Parkway lndustrial SE Florida 1.421,'l o.l 2r.8 50x West lO Business Center lndustrial Phoenix 7.4 0.s 0t60.57"4 Total srlt.I s2,0 *r:l5.0 t?.8 The Fund has also under:taken renovation projects at several €partment properties to upgrade common areas and unit interior finishes. This activity is not included in the Fund's value-add bucket. PROPERTIES IN RENOVATICIN PROPERTV Katahdin Woods PROPERTY METROTYPE MARKET Apartment Boston Apartment Washington DC APPRAISED REMAINING ',r. ALLIN :STABILIZED ,:' VALUE :COST ., BASIS .,r... NOI($ MrLLloNs).,($ MTLLToNS) ($ MTLLTONS) (9 MlLLroNs) 106.2 119*-.***gi'-. *- 36:4 --.19Westbrooke Place 4.6102.O Broadway Knolls Aparirnent New York City 4.00..4az.1 2.7 7.96.6 84.8 LantEna Ridge ;".r,*[- ^*"51.0 0.0 ll? L47,2Columbia Town Center Apartmenl Baltimore 135.O Grand on M€mo/ial Apa!.tment Houston 39.4 1.5 42.3 2.2 Total 1111..i10.!$468.2 Pa$t pedormance is nol $drcaltve o{ future tesults. Fle3se s€e Noles on page 35 f6r add,t'ona! dEclosere lnlotrn3lxonl 12t.I 15 154 Capitalization The Fund has an NAV of $5.4 biliion at 12/31/14. The current Fund, leverage ratio of 27.9%ls slightly up from27.60/o at year-end 2013. The Fund! batance sheet currently includes approximately $2,2 billion of financing at par value, split between property-level mortgages ($715 million), fund level notes (gl,25O miilion), and a line of credit balance ($2Os million). The overall weighted average interest rate for the Fund is currently approximately 4.7%. with a 4-year weighted average maturity. LOAN PROFILE securcd Property llgrtgisgl Unsecured Fund Not€s :: AVERAGEAVERAGE REMAINING TERM INTEREST RATE (YEARS) 4,8% 4.3 AMO.UNT AT SI"IARE ($ MlLr-roNs) 715 r.250 5.3%3.9 Fixed 1,84'r s.3x 3,0 Floating 6.11241.8* Iotel cxcludlng Lln. of CrGdlt t.965 5.1t( Lin€ of Credit 205 Tot.l D.bt (Par V.luc)2,170 4.7x 1.1 Total Dobt (Flrlv)2.215 4.14.ltt ANJNUAL DEBT MATURITIES ($ MILLIONS)' ?016 2017 20!8 5.7!6 s.sx 5.8t6 I P&pe,ty tlortsEss 20r9 5.5* 20?s 202t 2022 2023 ?O24 2025 2026 3-'fd 4J% 4.8i6 I Fsd Notc. The Fund completed its repayment of ?Ol4 maturities totaling approximately $49O million, and replaced the financing with $3OO million of new unsecured notes and a $185 million mortgage loan secured by a pool of fifteen industrial assets. The blended rate for all of the new fin6ncing is3.7%. The Fund will continue to replace near-term maturities and take sdvantage of historically low intereSt rates to reduce debt costs and bgost income returns with approximately $29O milljon of maturities set to expire in 2O15. property-Level Mortgages - The Fund's property-level mortgages are predominantly associated with its apartment and industrial portfolios and certain JV investments. Maturities for property-level debt are concentrated in 2O19 and 2021. The $35O million in 2Ol9 maturities consist of twelve loans, nine of which are apartment property loans originated in 2OO9. with a cumulative balance of $3O3 million. The average LTV is J5% with an average interest rate of 5.6%, well above current market rates. These loans c6rry very significant pre-payment penalties. generally prohibiting an earlier retirement or refinance. Th€ aggregate negative debt mark-to-market associated v/ith the apartment loans is $i4 million. lAmounls represeot the pnncrpal balance at the Fund 5 @^ershtp share and exclude the impact of debt ma.l to market. Amou.ts stso pxclude the Fuad's line nf credit. lnfom,atroft ,s Js 6f December 31, ?O14 snd is $ubject td ch6n0e dt any time. Past p&rtorm6rte '$ not indicsti\€ oi ltrture results. tlease see Not€s on paQe 35 for addrt'ooai di$Closqre informailon 16 i : iiil :j Iti.r: r ii.t : : r'iii;: i t_!1.11 j1:.ll.r"ir1 nil,i 155 ln July 2Oi4, the Fund closed on a $185 million mortgage loan secured by a pool of fifteen industrial assets. This loan is cornprised of a $135 miltion fixed mortgage with an interest rate of 3.59/o and a maturity date of 7/1/21 and a $50 million floating mortgage with an interest rate of one-month LIBOR plus a spread ot 1.7Yo and a maturity date of 7/1/21. Al12/31/'14 the f loating rate mortgag€ interest was L9%. 25% of the fixed rate mortgage can be prepaid at par after 7/1/15 (atter one year) and the entire fixed rate mortgage can be prepaid at par one year before maturity. The floating rate mortgage can be prepaid at por beEinning on7/1h5. The Fund is expected to close on financing for the acquisition of the Palm Beach Outlets property in the first half of 2O15. This mortgage is expected to be in the amount of $165 million, with the Fund's share being 9O%, or $148.5 million. Fund Level Notes - The Fund has $95O million in Fund level notes maturing between 2OI5 and 2Oi9. These notes carry inflexible and expensive prepayment options, prohibitive of retiring the debt in favor of more attractive curient financing. The average rate on these notes is 5.6%. ln total, the$e notes result in an aggregate of $27 million in negative debt mark-to-market (MTM). ln 2014, the Fund took out an add jtional $3OO million in Fund level notes maturing between 2021 and 2026. The averaEe rates on these new notes are 4.1%. Debt Mark-to-Matket - The interest rates associated with most of the Fund s debt are above current market cost resulting in a cumulative debt MTM of approxamately $45 million (O.8% of Fund NAV). Debt MTM had a positive impact on returns in 2014 though historically it has been a significant drag on returns. Starting in the fourth quarter of 2O14, the Fund outsourced the valuation of its debt to Chatham Financial. The outsourcing will ensure transparency and independence in the Fund's debt valuation and financial reporting processes. The Fund also modified its methodology (after the Fund's Advisory Council approval) to be consistenl. with a methodology developed by Chatham Financial. The new methodology should result in less volatility in the Fund's debt MTM going forward. As more funds in general adoot this approach, we envision better consistency within the ODCE with regard to debt valuations. Line of Credit - The Fund maintains a line of credit to facilitate uneven flows of capital resulting from investor contributions/redemptions, new acquisitions and dispositions. ln the fourth quarter of 2O14, the Fund exercised the accordion feature increasing the commitment by $lOO million to a total of $35O million. As of December 31, 2014, the amount outstanding was $2O5 million. We are in the process of extending the line given the upcoming maturity in June 2O16, Derivatives - The Fund has no cierivatives as of 12/31/14. Forward Strategy - The Fund is focused on continuing to lower its cost of borrowing. The Fund is addressing the $293 million of financings that mature in the second hal{ of 2O15. The Fund will begin the marketing process for a $15O to 2OO million loan secured by a pogl of mixed property type collaterel. Given the low interest rate environment, the Fund will look to lock the interest rate as soon as pos:sible while drawing the debt in coniunction with the second half 2O15 maturities. ln addition, the Fund will iook to issue approximately $2OO million of unsecured notes during 2015. and, as noted previously. the Fund will be closing on $148.5 million mortgage debt associated with the acquisition of Palm Beach Outlets. The Fund's target leverage ratio is to be between 2O-5O7o LTV, and generally to be \^,ithin 3OO bps of the ODCE average, currently 22.6%,-rh.e Fund expects to remain in the 26-28% range for 2015 to address the 2015 maturities and take advantage of the low interest rate environment. Longer term, the Fund will seek to replace existing debt structures, which are generally inflexible and carry large prepayment penalties, with a mix of debt that lo\i'rers borrowing costs, extends the average maturity, provides asset sale flexlbility, and attempts to diminish prepayment costs and MTM fluctuations. Past pBriotfrance is Do! lnd,!aarve 6t flture resu,t:. please see Noaes on paqe 35 tgr addiliooal drsclosurp into.matr$n 156 = ,i;i .ir.::1 ailr.?:aaa:::::= a::::::.-:a a.a::aa:: ;.a:a.a.1::!a-1.= a.:;a::::::a:.::= a,:;::::::,.:-4,= .t:t:il'l:aal= 157 158 National Market Update Economic Outlook ln2014, the U.S, economy grew at a2.4/o annual rate, in-line with consensus expectations. A rise in personal consumption and private inventory investment offset a drag from the decline in net trade exports of goods and services and government expenditures- The forward momentum of economic growth continued, with a stronger U.S. fiscal position and financial system. Looking forward in 2015, we expect full-year real gross domestic product (GDP) to inCrease by 2.8% to 3.3%. lnflation and growth dynamics now appear to be more favorable for the economic outlook in the U.S. than in the Eurozone. Key growth drivers are lower fuel prices, accelerating consumer spending, the strengthening public sector; well-capitalized corporations, and a recovering housing market. Potential risks to the near-term outlook rnay be connected to weaker global growth, geopolitical risks, and transitioning oil markets, ln 2014, the U.S. labor inarket expanded at the fastest pacb since 1999, Three miltion jobs were created, and the average monthly i b gain reaqhed 246,OOO; this was a significant improvement when compared to 186,O00 in 2012 and]94,OOO in 2Oi3. ln Q4, total U.S. employment grew by 289,OOO jobs per month on average. The unemployment rate deciined to a six-year low of 5.6%, the lowest level since 2008. With sustained employment gains, the Fed completed its stated incremental wind-down of quantitative easing in October 2014 and may begin to normalize interest rates in the second half of 2Ol5 or in 2O16. The rate of unemployment and inflation will be integral to future monetary policy. Stronger labor markets combined with higher overall household wealth have boosted consumer confidence. Low debt service burdens, record high stock prices, home price appreciation, and lower gasoline prices are significant tailwinds for consumer spending. ln Q4, total U.S. retail sales increased at a moderate pace, up3.7% over the year and O.1% over Q3; given the lowest price of crude oil in six-years. ln 2014, inf lationary pressures remained muted; the consumer price index (CPl) rose by O.7% and the core CPI (without food and energy) increased by '1.6% year-over-year. The tJ.S. dollar surged against most currencies, including large gains against the euro, the yen and the pound sterling. ln2r.14, the strength of the housing sector g.ained momentum. Single-family housing starts rose to their highest level since 2OO7, and are a key driver of overall economic growth. ln O4, new residential construction starts increased by a.8% year-over-year; single-family starts increased by 6.8%, significantlyoutpacing multifamily starts, up by 1.3%. ln the year ending in November 2014, the S&P/Case Shiller 20-City Composite Price Index gained 4.3% across all cities. Annual home price gains continued to decelerate across the country in most cities, indicating a more gradual pace of recovery, yet eight cities still saw prices rise faster than earlier in 2014. Existing home sales still lag relative to prior peak, especially amongst first-time homebuyers, Over the next few years, as demand for all housing-related activities increases, the segment is likely to contribute more to GDP growth. ln €ggregate, housing accounts for approximately 17% of the U.S. economy. : ll.,l, : r 159 Capital Markets Trends The commercial real estate asset class represents a growing share of the global alternative investment managernent market, Global capital flows into alternatives have doubled since 2OO5 and are now at record highs. During G4, the average yield on lO-Year U.S. Treasuries ranged fr.om 2.1% to 2.5%, the average contract interest rate for fixed commercial mortgage loans declined to .OYo, and the 3O-year fixed residential mortgage rate declined 30 basis points to 3.9%. lmproved credit availability across public and private capital sources has escalated domestic and offshore institutionai capital flows into U.S. commercial real estate to unprecedented levels. ln 2014, investment sales momentum continued, with national transaction volume across the five rnajor property sectors totaling $423.8 billion, up17.O% year-over-year and on par with the 2OOG level. Global capital flows into U.S. real estate rose 3z9%- Pricing and financing for core real estate assets in top-tier markets remained highly competitive, causing yields and cap rates to tighten further. Some institutional investor acquisition strategies have shifted further up the risk curve to value-add strategies, such as redevelopment of well-located B:assets and mezzanine financing on premier assefs in gateway markets and iecondary/tertiary markets, which target higher returns. Liquidity abounds in the senior and subordinate debt markets, with the overall cost of capital near historic lows. Non-bank lenders (life insurance companies, mortgage RElTs, and private debt funds) now account for a larger share of outstanding mortgage debt. ln 2014, U,S. Commercial Mortgage-Backed Securities (CMBS) issuance totaled $9O.5 billion, less thon half the peak of $225.2 billion in 2097, while Life lnsurance Company volume rose by 24.8% to $80,O billion. New regulations associated with the Dodd-Frank Act and Basel lll reforms will continue to further constrain first mortgage (i.e, senior) lending capacity and irllpact the underwriting terms of commercial bank originators, limiting LTV ratios and high-leverage constructron loans. Commercial real estate investment strategies are trend,ng towards long-term fixed-rate debt and short-term leases to capture near-term growth more quickly. ln 2014, the rebound in commercial real estate asset values accelerated across broader markets, Institutional-quality commercial real estate investments today can offer higher risk-adtusted returns relative to traditional investments and continue to provide yields well above the rate of inflation. ln 2014^ the NCREIF Property Index (NPI) reported an annual total return of 11.8%. underperformins the S&P 5OO €nnual return of .l3.7%, and outperforming the Barclays Aggregate Bond lndex annual return of 6.O%. U.S. Real Estate Market Fundamentals INDUSTRIAL ln 20]4, the industrial sector outperformed across key real estate metrics in rnost markets nationwide. ln Q4. the national industrial availability rate declined by 30 bps to lo.3%. the lowest level since G2 2OO8. The recovery has now stretched through eighteen consecutive quarters, and the current avaalability rate is 42O bps below the cyclical high. Over the quarter, net absorption reached 64.4 million sl significantly outpacing new construction, which totaled 32.7 million sf. Markets that saw the greatest reduction in availability rate from Q4 2013 to Q4 2Ol4 were Sacramento (-32O bps), Atlanta (-3OO bps), Fort Lauderdale (-24O bps), Oakland (-25O bps), and Denver G]TO bps). The industrial market is uniquely positioned to profit from broadening U.S. economic growth. ln 2014. stronE demand prevailed across most markets, with rising industrial production, global trade. e-commerce, exports, and housing starts. Leasing velocity is highest for Class-A b'ig-box warehouses over 35O,OOO sf (rn particular those over 1 million sf) and small-to-mid-sized distrjbution facilities near highly populated metropolitan areas. New facilities with high-automation in proximity to the consumer continue to be a top priority of Third-Party-Logistrcs (3PL) businesses, competing for fast and cost-efficient e-retail delivery. Logistics traffic at strategic regional transportation hubs and East and Gulf Coast ports tied to the Panama Canal expansion (scheduled for completion in 2O16) is likely to continue to shift new demand and shipping routes. Overall, we believe that demand for warehouse space will remain strong over the next five years, resulting in an ongoing decline in availability and rise in rents. lndustrial inventory and new supply are highly concentrated in the top distribution markets. Six major corridors are home to the nation's mega population centers - Los Angeles/lnland Empire, Dallas/Fort Worth, Chicago, New Jersey, Philadelphia and Atlanta. Although new construction is escalating, in particular in the Class-A segment, it does not appear to be exceeding current tenant requirements, as demand outpaces availeble supply in the larger size warehouse segment. Value-add and development activjty is growing more quickly across established and emerging national distribution markets. We expect deliveries to remEin relatlvely moderate through 2O15 year.end but accelerate from 2016 to 2017. with overall delivery of new warehouse space averaging 189 million 5f annually from 20'15 to 2O18, still below the long-terrn average. 160 lo 2014, industrial transaction volume totaled $54,2 billion, up 12.5% over 2013, Trades of individual assets accelerated. Sales of warehouse and flex property totaled $36.5 billion and $17.7 billion, respectively, Secondary Markets outpaced Primary Markets, totaling $32.S billion and $21.7 billion, respectively. ln 2014, the Npl industriat sub-index posted an annual total return of 13.4%, the best.performinE sector in the overall NPl. APARTMENT ln 2O14, multifamily sector fundamentals remained robust, with overall demand exceeding expectations and rent growth re-accelerating, ln G4. the national vacancy rate remained al 4.2o/o, down just lO bps year-over-year, and 3BO bps below the cyclical peak of B.o% at year-end 2oO9. Net absorption reached 45,027 units; outpacing completions of 39,436 units" ln G4, effective rents increased by O.6% over 03 and 3.6% year-over-year. The steady increase in effective rents for 24 straight quarters to levels nearor excoeding historical peaks in rnony markets indicates that many landlords conlinue to be able to raise rents with new Completions. Markets that saw the greatest reduction in vacancy rate from Q4 2013 to Q4 2Ol4 were Fort Worth (-9O bps), Sacramento (-8O bps), Philadelphia (-60 bps), Phoenix G5O bps), and Atlanta (-4O bps). Multifamily sector demand contlnues to thrive, while the home purchase market remains relatively weak, The displacement of the single-family housing market has persisted to the benefit of apartments. Household formation is now on the rebound; yet slow wage growth, tight credit. 3nd elevated student loan debt levels remain real challenges to home ownership, in particular. for first-time buyers. Household creation among renters continues to outpace that of owner-occupiers, driven by the continuing maturation of echo boomers entering the urban workforce and downsizing by retirees. Demand is highest in, or in close proximity to. major employment hubs, and many rental households pay a premium for access to modern arnenities, public transit, walkpbility, top grocery stores, and cuiture. Favorable demographics and an improving economy, suggest the strong possibility of continued Erowth in rental housing demdnd over the next several years. Although the recent spike in rents in several top markets combined with low vacancy rates have accelerated the pace of construction nationally, oversupply is not expected to pose a serious risk. The few markets that report rising new supply levels also expect stronger rental demand. Looking ahead. we expect average new deliveries above the long- term average, supported by a generational wave of demographic demand. Overall, rents are expected to moderate over the next several years. especially in the absence of stronger wage growth. ln 2014, multifamily transaction volume reached $'112,O billion, up 9.O% year-over-year and exceeding the 2OO7 level, Mid- and high-rise properties increased by 9.2% to $7O.5 billion, while garden-style sales rose 8.5% to $41.5 billion. A migration of capital into smaller markets continued: volume in Primary Markets sctually declined slightly, while it rose in Secondary Markets. ln 2014, the multifamily sub-index of the NPI posted an annual total relurn of lO.3%, the lowest-returning sector. OFFICE ln 2014, the recove,y of the office sector accelerated. with broad-based office-using employment growth across most industries. ln Q4 2014" the national vacancy rate decreased by 2O bps to 13.9%, still 14O bps above the pre- recession low. The national vacancy rate for Central Business District (CBD) markets decreased by 2O bps to 11.1%, while the suburban vacancy rate decreased by 2O bps to 15.5%. Net absorption significantly rebounded to 15.2 million sf, outpacing new construction of 8.5 million sf. Markets that saw the greatest reduction in vacancy rate from 04 2O13 to G42014 were Salt Lake City (-2BO bps), Austrn (-27O bps), Raleigh G27O bps), Stamford (-220 bps), and Tampa (-22O bps). ln 2O14. most U-S. office markets recorded higher demand torspace and positive net absorption. as corporate confidence and expansionary activity grew. Overall, total net absorption across the country reached its highest level since 2OO7- Leasing in the Finance, lnsurance, and Real Estate (FIRE) industries rebounded more significant{y, absorbing a higher share of total space than in recent years; while Technology, Advertising, Media, and lnformation (TAMI), energy, and health care industries continued to drive much of the tenant leasing activity in many markets. New office buildings equipped with modern lT infrastructure and ccntemporary designs in top locations (near prime transit and residential. retail. and hotel properties) generally trade at a premium. More major employers are relocating or opening offices in lower-cost metros in the South, Southwest. and Southeast (such as, Dallas. Denver. Austin, Phoenix, and Fort Lauderdale./Miami). Assuming ongoing growth in employmenl and capital investment, office demand is expected to contrnue to expand over the next few years. furl.her reducing vacancy levels. Although office fundamentals have improved significantly, available irrventory is still at relatively high levels and achievable rents are generally too low in most markets to attract new development. Nevertheless, conslruction volumes are picking up in top-performing markets: over the next several years, new construction and redevelopment are likely to be concentrated in select markets, includingr Houston, San Francisco, Seattle and New York. Looking ahead, we expect new deliveries to average 37.3 million sf annually from 2Ol5 to 2O18. well beiow the iong-term average of 44.9 million sf, 161 ln 2O14. office transaction volume totaled $1I8.5 billion. up14.6% year-over-year. with CBD markets increasing by I8.3% and suburban markets by lt.O%. Primary Markets accounted tor 62.1% of the total investment sales. The bulk of trades were single asset deals, and the largest office portfolios were mainly concentrated in a few low risk core markets. Capital remains highly concentrated in Primary Markets and the migration to top Secondary Markets slowed relative to 2O]3. ln 2014, the office sub-index of the NPI posted a total return of 11.5Yo, the third best performing sector. RETAIL ln ?0I4, the recovery of neighborhood and community shopping cenler fundamentals continued slowly across most segments. ln Q4 2014; the retail sector vacancy rate for neighborhood and community shopping centers declined by 10 bps to '1O.2%. ln ()4, effective rents increased by O.5% over Q3 and 2.O% year-over-year, Regional malls continued to outperForm most neighborhood and community centers in occupancy, with a vacancy level of 8.O%, up lO bps year- over-year. Landlords now see larger store vacancies as opportunities to secure superior tenants at higher rents. Vacancy rates at many top malls remained well below pre-recession levels. Markets that saw the greatest reduction in vacancy rate from 04 2013 to Q4 2O14 were West Palm Beach (-160 bps), Orlando G80 bps), San Jose (-8O bps), Raleigh C7O bps) and Atlanta (-60 bps). Overall, improved consurner confidence and household net worth benefited profit margins across the retail sector, yet weak income growth has constrained total spending. Goine forward, if signiflcantly Iower fuel prices persist, discretionary spending is expected to accelerate, especially for low-income consumers. For many top retailers, employing omni-channel strategies has been a winning strategy to capitalize on the complimentary nature of e-cpmmerce and bricks-and-mortar retail. ln 2OI4. total U,S. retail sales increased by 3.7o/o: while holiday sales increased by 4.Oy", an improvement over the 3.1% posted in 2013. Leasing trends across most retail categories and markets continued to favor dense, urban markets, and e-commerce-resistant formats. Grocery-anchored centers, transportation-oriented sites, hiEh-street districts. walkable shopping centers and malls, and major suburban thoroughfares with critical mass are likely to be top performing segments. New supply and redevelopment of neighborhood and community shopping centers remains at very low levels. More recent completions are rnodeled after the newer retail subtypes (liflestyle centers, town centers, power centers, and outlet centers). Value-add strategies are most likely to be implemented in coastal markets with larger populations and more affluent households. Securing strong anchor tenants is a requiremgnt to attract top in-line tenants and financing for new projects. Given recovering vacancy levels, we expect construction to remain well-below the long-term average of 44.8 million sf per ye6r over the next few years, with new deliveries averaging only 17.2 million sf annually from 2Ol5 to 2O18. Continued improvement in overall retail demand will depend largely on discretionary income growth and f inancial market stability. ln 2014, retail transaction voiume reached $82.5 billion. up 31-3% over 2013. Individual property trades remained strong, significantly ahead of portfolio and entity level deals. As trades in Secondary Markets rebounded strongly. sales within the strip center segment accelerated by 35.2%, Malls and anchored retail represented the highest share of total capital investment. ln 2014, the retail sub-index ot the NPI posted a total return of l3.l%, the second-highest returning sector. ii:'.r:i 23 162 HOTEL ln 2014, the U.S. hotel sector recovery accelerated above consensus expectations. reporting strong increases in all keyperformance metrics. Overall, occupancy increased by 3.6% lo 64.4%, while the average daily rate (ADR) rose by 4.6% to $115.32, and revenue per available room (RevPAR) climbed by 8,3o,6 to $74.3 year-over-year. Top markets ranked by RevPAR growth were Nashville (+19.O%), Denver (+16.20,6) and Atlanta (+13.'l%). Over the past year, national demand rose by 4.5%, while supply was up 0.9%. Corporate profits and consumer spending reached record highs, and more freguent business and leisure travel by millennials and retired baby boomers is likely to continue to drive demand growth across the entire hospitality industry. Leisure travel and group bookings rebounded more broadly, which has improved airport hotel and resort occupancies. Flight reservations Picked up over the year, yet rates have not seen notable improvement. Nevertheless, gathering economic momentum supports our expectation of notable gains in value and ADR hotel performance in 2OI4 and subsequent years^ We expect RevPAR growth to reach 7.O% to B.O% in 2O15, AII chain-scale segments (luxury to low-end) are in full recovery. Many are now expanding by entering new markets and rebranding. As of December 2014, there werc 3,443 U.S. hotels (412.878 rooms) in construction, f inal planning, or planning stages, a14.3% increase over the prlor year. Markets with the highest increase in rooms under construction were San Diego (17O.3%), Houston (166.O%), Dallas (122.3%), Seattle (82.4%), and Miami (73.4vo). We expect growth in hotel supply to remain below the long-terrn average for the next three years with hotel owners aod operators Increasingly focused on maximizing revenue through value-add, capital improvement programs at hotels in top locations. ln 2O14, the hotel capital markets were active with both private and public lenders increasingty comfortable financing prime hotel assets in gateway cities and top tourist destinations. The price per key has surpassed prior peak levels in top markets. ln 2014, hotel transaction volume totaled $34-6 billion. vp26.7% year-over-year, wit.h Q4 having the highest quarterly volume since 2OO7, Portfolio and entity-level sales were up 32% in 2014. Full-service hotels (up '15.5% year-over-year) accounted for a larger share of total capital investment than the limited-service sector (up 55.O%). ln 2OI4, the hotel sub-index for the NPI posted an annual total return of 11.'170, the second lowest returning sector. We note that th€ NPI has only 165 hotel assets. which may not be a representative sample of the lodging industry, or high-end hotel properties. 24: !riiii,'l 163 ln 2O14, the rebaund in commercial real estate asset values accelerated across broader markets. tnstitutional-quality commercial real estate investments today can offer higher risk-adjusted returns relative to traditional investments and continue to provide yields well above the rate of inflation. s::": l-1.- 164 Properties APARTMENT PROPERTY NAME The Gramercy aI Metropolitan Park VINTAGE ..YEAR OWNERSHIP % SIZE 200? 9a.4% 399 LocATtoN Arlington, vA OCCUPANCY 49.4v" .REAI-i''r ESTATE VALUE ,AT SHARE ($) r85,923.080 Eastchester Heights Bronx, NY 2007 90.o%1.416 9S.8'6 r45,800.000 The Acadia at Metropolitan Park Arlington. VA 2An roo.o% 411 o.o%140.000.000 Columbia, MD 7004 100.o%531 94.4%135.000.000Columbia Town Center The Mlllennium at Metropolitan Park Arlington, VA 20ro 9A:7%300 9s.3%132.628.208 'IOOO Jefferson Hoboken. NJ 2008 loo.o%217 93.5%129.s00.0oo The Metropohtan at Reston Town Center Reston, VA 2006 loo.o%289 95,a%121.000.000 Avignon Townhomes Redmond, WA 2000 loo,0%272 92_6%110.000.000 Parkway Lofts Bloomfield. NJ 3612014'too.o%529v,104,598.484 lnfinity Harbor Pornt Stamford, CT 2013 too.0,16 242 97.r%104.300.0o0 Westbrooke Place Washington, DC 2000 loo.o%20r 92.5%102.000.000 Napervill€. lL 2006 100.o%417 95.496 91.200.000Railway Plaza Dssert Club Apa.tments Phoenlx, AZ 2004 loo.ot6 497 95,0,6 83.100.000 Eroadway Knolls Holbrook. NY 2007 loo.o%244 97.2v"82,x00,000 Moda at North Bay Village North Bay Village, FL o.o962012 20t4 roo_o%285 76,800,000 The Station al Riverfront Park Denver, CO 100-o%273 93,O%67.800.O00 Missions at Chino Hills Chino Hills. CA 2006 100.0%240 92.5%60.800.000 Montclair Residences Montclair, NJ 2012 'too.o%163 92.6%59.900.000 Lantana Ridge A.ustin, TX 3542011'!oo-o%90.7ii 5X,000,000 Village on the Green Rancho Cucamonga, cA 20ll 'too.o%264 95.8%48.600.000 Rohnert Park, CA 20r'r 100.0%207 s8.5%44.700.000 -oJI -v_,S.l--uj s-gfgrn: Ill: 44 Berry Street Brooklyn, NY 90.5%422011100.0%43.700.000 Grand on Memorial Houston, TX 2013 100-ov"228 86,Ox 39,400,O00 Remington at Ladera Ranch Ladeia Ranch. CA 2006 loo.o%154 94.2%36.800-OOO Balboa Park San Diego. CA 2012 94.2%r00 o"o%35.921.486 Katahdin woods Lexlngton. MA 2006 100.o%r28 97.76k 54.900.000 Printhouse Lofts grooklyn. NY 2014 loo.or,36 IOO.O%30.531.985 Austin, TX 2010 loo.o%195 96.4!o 30,250,000 Rancho Santa. CA 20ll loo.o%ll5 93.9%25,100.000 Los Angel6s, C,A 2006 so.o%98.3%2X,960.00060 Platinum Southside' Buena Vida at Town Center Rochester Apartnients Total Apartment 12,375,413,244 rSold subsequent to year-end 165 Properties RETAIL ::.::: PROPERTY NAME ::1 600 North Michigan Avenue VINTAGELOCATION YEAR Chicaso. lL 2OO3 OWNERSHIP lo .:.,SIZE 100.096 211,616 ..: REAL ESTATE ,VALUE OCCI]PANCY ,AT SHARE ($) 92.6% 3X5i000,000 west Hollywood Gateway Los Angeles, CA 2OO4 IOO.O% 24A,067 100.0% 460.025 96.5% 118,000,000 Falm Beach Outletsr West Palm Beach, FL 2Ol4 99.2% 112,054,2s0 - Marketplace al tl"_.9:!"t: Chevy Chase-Reta'l West Palm B€ach, FL 2Ol4 I00_o%294,449 9?.O% 99.17s.875 Washington. DC 2005 too_o%r{8.107 77.3% 93.400.000 Promenade at Sacramento Gateway sacr€mento, CA 2006 loo.o%344.891 88.6% 86.900.000 Village Shopping Center Boulder. CO 80.o%219.934 94.2%51.d40.0002007 Dunkirk Gateway Bunkirk, MD 2005 loo.o%'r53.291 98.O%43.200.000 Park Place Shopping Cent.r Tukwila, WA 2003 loo.o%153.879 tOO.o%42.300.@O Free State Shopping Center Bowie. MD 2007 70.0%277.577 8s.O,6 39.564.000 Millennium Perk Livonia. Ml 2005 70.o%272,564 !oo.o%35.140.00X Whole Foods et the Domain Austin. TX 20].4 loo.o%59.545 too.o%34.400.000 Water Tower Shoppes Celebration. FL 2012 lo0.o%120.o89 88.4%30.800.000 Victory Station Savannah. GA 2013 roo.o%_. . 64,1:l 155.752 100.o%25,100,000 Oriole Plaza Delray Beach, FL 2005 70.o96 93.9%20.230.000 Barcroft Plaza Falls Church. VA 2006 79.1%7o.o%98,109 19,950.000 Campus Plaza Bridgewater. MA 2OO4 68.5%'115,591 loo.o96'19,421,791 Greenlawn Plaza Huntington, NY 2006 67.O%'102,4r6 95.O%u,727.399 Atlantic Plaza North Reading, MA 2OO4 70.o%123.6',r5 ?o.2%14,770,O00 Martin Square Stuarl. FL 2005 7o.o"4 331.tO5 99.2%14.3s0,0@ Plaza Del Mercado silver Spring, MD 2004 70.o%95.139 602%13,090,000 Totrl Retail $1,247,013,516 rstructured as a loan with an option to convert to equity. liI; l-lrriil, 27 166 P ro p ert ies CITF'CE . PROPERTY NAME 'lOO Fifth Avenue LOCATTON New York. NY VINTAGE .:,YEAR ] '. OWNERSHIP % 2013 100.0.,' :-t' r. REAL ESTATE VALUEsrzE occuPANcY AT SHARE($) 277,412 98.O% 258.ff)0.000 Sand Hill Commonsr Menlo Pafk, CA 2006 100,0%133,124 99.9%240.000.000 475 Brannan Street San Francisco. CA 2012 100.o%243,233 IOO.O% 196.000.000 Arboretum Gateway Santa Monica, CA 2004 too.o%20t,oo5 loo.o%184.O00,000 Veritas Office Building Houston. TX 2004 100.0%475,927 IOO.O% 366.074 96.6% "l9t':P":ry 150,800,o00WaterwayPlazal&ll Ihe Woodlands. Tx 2Ol3 roo.o% l0l Arch St.eet Boston. MA 2005 rOO.O% San Frdncisco, CA ?av 100.0% 19j:91' , - --?-19-T 1d3,OO0,000 l7_:*2 . 10933-*_-Slste r57,aoo 77.1% 111,000.000 l9_Bi91g=I!:l 50 Spear Brookline" MA 2013 loo.o% 3l5O Fairview Parl Falls Church. vA 2oil roo,o%252.613 100.0}6 90,ooo.ooo Chevy Chise - Offics Washington. DC 2005 lo0.o%2o.4,621 99.1%87.300,OO0 350 Rhode lsland S6n Frahciscb. CA 2005 1OO.O%124,980 100.0%71,200.OO0 One Liberty Square Boston, MA 20r3 roo.o%157.563 93.2%6s.000,000 90.3%60.024.O00 Ten west Corporate Center Two Houstorr TX lo0.o% Burbank. CA 2OO7 48.8% S.n Diego, CA 2007 loo.o% 250.260 rOO.O%62.900.00020n Central Park 254.763 One Del Mar 114,166 91.8%58.500.000 Mira Vista Austin. TX 20'l{ro0.o%12t,147 IOO.O%{:1.400.oo0 ll East 44th Street New York. NY 2007 49.O%133.602 IOO.O9a 38:!55.130- 38,300,000El Oorado Medical Tucson. AZ 2006 loo.o%185,281 63.7% Legacy Medic6l Village Plano, TX 20il roo.o%94,359 100.0%35,600,0O0 University Park Tech lll & lV San Antonio, TX 2014 l0D.o%165.007 rOO.O9( Prog.€rsi\e lnsurance Rancho cordova, cA 2o.o4 loo.o%158.582 8r.6% 3-1]!9rPl 29,300,OOO Arques Business Park Sunnyvate, CA 2013 100.0%93.38s |OO.O%28,400,OO0 29Ol Patrick Henry Driee 58nta Clara.CA 100.o%a2,2?A r00.o%27,900,000 Ricoh Building Malvern. PA 2003 ]o0.o%ro6,8s5 roo.o%25,400,0s4 valley Parkway Medical Escofldido. CA 2007 100.0%70,o58 73.'lvo 23.400,000 Wood Hollow Offiae Park Novato, CA 2003 loo.0%r2r.670 6',r.r%22;70O.OOS :475 Dunwoody Drive West Chester, PA 2004 roo.o%126.444 IOO.O%21.300,OO8 Cooro€. Tx 2007 loo.o%68,832 84.O%17,600.000qT'": x:g:{ The Overlook Austin. TX 2AV loo.o%50.725 rOO.O%ls.800,o00 9.900.000Hillcrest Medical San Drego, C,q 2007 loo-o%3r.605 60.4% Total Office $2,478,279,r.30 149% interest sold subsequent to year-end. 167 Properties INDUSTRIAL PROPERTY NAME Research Tri-Center LOCATION Durham. NC REAL ':' ESTATEVINTAGE VALUE YEAR OWNERSHIP % . SIZE OCCUPANCY AT SHARE ($) 2014 IOO.O% 1.33.4.024 90.4% 117.500.000 Redlands Business Ccnter Redlands. C,q 2Ol3 rO0.O% 70{ ;ll5 IOO,O% 65.500.000 2009 r0o.o% t,163,a65 90.3% 50.000.000Pioneer 35O Arlington, Tx Moreno Valley, CA16850 Heacock Street 20il too.o%756,540 IOO.O% 57.200.OOO M'ie High Distribution Center Denver. CO ?nn)roo.o%763.633 IOO.O% 56.800,000 399,473 IOO.O% 53.5OO,OOOKnort Disv;bu*.ion_C""_li"r" " Carmel Mountain Buena Park. CA 200,2 loo.o96 s91!!9eo, !a 200s loo.o%-1ry*9-9" .19i:9%--*-59:*9!9s 501.250 99.9% 42.700.000Pacific Coast Park ll WAI9:2006 loo.ox Durango Commerce Center Sycemore Coltection Phoenix. AZ 2008 loo.o%569.266 90.7% 40.700.ooo Riverside. CA 2006 roo.o$6 {42.OOO !OO.O% 39.500.OOO Siempre Viva Bus;ness Park San Diego. CA 2007 ro0.o%473.899 85.4% 38.400_OOO chantilly Distribution center Chantiily. VA 2006 lo0.o%350.S43 IOO.O% 37400.OOO !4ilalomE Distribution Center Anahe;rn, CA 2005 roo.o%319,174 100.096 37400,OOO . lggn R"--"1lo . ... Beltway Northwest H:ywaldicA Houston. TX 20--o-l*_...- 2c,a7 l-0oo% loo.o% ,:27:7.15 10.9:91. 311_9ojom- 299,O25 92.4% 34,300,OOO University Par* Tech I & ll 5sn Antonio, TX 2007 loo.o%190,762 |OO.O% 33.200,OOO Valencie Commerceplex Valencia. CA 100.o%317,905 rOO.O% 32,OOO.OOO 200s loo.o%290,450 IOO.O% 30,800.OOO 20't3 IOO.0% w_Iltt:r ag"YJllgl 74OO Htszsrd Whittier, CA Westminster. CA Pdtterson Pass Business Park Tracy. CA 258,506 100.0% 29,300,000 20n loo.o% 404,400 roo.o% 25,500.ooo Cotton Center .IPY:l:tI Weston, FL 2005 loo.ogi ?25.435 loo.o%20r.845 IOO.O% 23,400"OOO ts3.3% 24,200.000 3225 Meridian Parkw6y ?oo4 Guhn Road Disrribution Center Houston, Tx 2012 too.o%253,838 lOO,0% 21,600.000 ,:3:"Ysl!s:P:f y-a,{-"... Seattl€ Distribu:ion Cent€r Weston, FL Seatrlp, WA 2004 too.096 230.600 50.5X 2I,IOO.OOO 2004 loo.o% 20n Io0.o%295.800 99::1-* 19:9-09'9"9"9 79.O% 19200.000 t74.478 Crossroads Corporate Center salt Lake ciry, uT Miie High 5 Denver" CO 2014 loo.os 2s5.767 71.8% lg_too.ooo Waters Ridge Oistribution Cenier Le*isville, TX 20I tG0.o%367,744 100.0% 18.400.000 168 P ro pe rt ies ll'..l DUSTRIAL {ccntin*sc) PROPERTY NAME ASP Valencia REAL ESTATE VALTJE ATSHARE ($) .-*1j:*9..P9 16.900.OOO LOCATION Santa Clarita, CA VINTAGE YEAR 2005 OWNERSHIP % SIZE OCCUPANCY IOO.O% 173.678 lO0.O% Business lnteriors r-yl, b-yl tayo:. Di" t :iPy t' g! 9:-1lii City of |ndustry, CA 2oo,2 ll*ig-: Ix-2005 1000%19e.:77!roo.o% loo.o% 190,900 r00.0%r6,700,ooo -R1:I9*Hanover. MD 20to 100096 98,855 too.096 I6,200,OOO 'r o2s A ll?:t -r o*o_l/?I _ -"i-9:11:,Y"J r9?A -f:?'"119 j"t Chino lnternational Hano!€r- MD $outh Brufiswrck. NJ 2006 looo%r34.O00 ro0 096 too.o96 208,899 too.o96 lo0.o%346.800 roo.096 2011 16110,0r-9!q l?:799oos 15,500,oooPlaintield. lN 20r1 Chino. CA 2006 looo%184.289 IOO O%15,500,OO0 c€pl:ai P?rk Souih Pi-srribulon c€nter La Palma Distribution center 9I9::.c1tv.9.iL Anaheim. CA ?-ol1 2006 loo:ox 1999t loo.o% 3"&283 lOOtOJ6 127,122 IOO.O% lo3.s85 J4,69-9:9.!9 r4,300.oo0 loo.0%t3"200.oooSun valley lndustrial I"r:-*:l *9*:*"lr?:-9r *er - lprntigluja_1[!.*. - !YlE:I911.-l'r ** .Iy'9:: r93l-ol1-__ ?l:1 -s,':.t-9y-:tr:lq9^ i"l Northoort "s-ylvalleyl cA Schertz, Tx 200s 2011 roo.0?6 24d.800 lo0 096 r3.200.ooo PLainlleld 1lN Sler,ing, VA 2014 lo0.o%352,OO0 o09(r2.500.ooo 2006 loo.o%n2,427 100 0% t56.4lo 100 0% l?:4"99999 12,200;ooorg-*..12 remfi AZ F,?xlli.-c,A lg*"":il_ Phoenix, AZ roo.ovo 2o02 100.o%l62,OOO 100 0% loo,o% r1.900,ooo llao999s n,200,ooo 2005 100.o%1o3,4'rd 119 x91l xj.h"r[9!l_ _w9'J"sLrgI 9"9-11," r_: l{k " IlT-.l3tPt:ltib".s:: 9:$:l West IO Business C€ntet 9OO Corporate Grove Drive 2o,o'4 100_o%128.640 IOO O% roo.o%205.920 tOO O%9.800,oooy-::_Lq-!:t!:r9i , Cincinnati. OH 201'l IoO.O%91,800 too,0% 146;523 o-o% 8.roo.ooo 2AA2 ro0.o%7,390,000 5a,t Lake lndustr;ai Dislribution Center sal! Lske city, uT 20fi to0.ox 'roo.800 100,0s 6.500,008 Butfalo Grove. lL 20Q5 100.0%6S.S43 tooo%5,500.ooo Tstal lndustrlal :11,378,390,(x)O 30 169 Pro perties HOTEL PROP€RTY NAME Chevy Chas€ - Hotel VINTAGEYEAR O\{NERSH|P'% 200s roo.o% i ,',,''. , :: REALOCCUPANCY ESTATE VALUE. ATSHARE (t) 75.9% 73,500,000 8r.8% 94.900.000 LOCATION : washinqton, DC SIZE 19S Alexandda Monaco Alexandria- VA 2006 100.0%241 Hotel A,legro Chicago. lL 2047 100.o%483 73-8%90,900,000 Morrison House Alexandria, VA 452006loo.oz.81.4%1.1.,700,000 Totol Hotol $271,OOO,OOO LAND .PROPEHTY NAME VINTAGEYEAR OWNERSHIP '6 2007 100;0% . ] .. REALOCCUPANCY ESTATE VALUE .,,t r,r,,:' AT SHARE (!) o.o% 10.5m.00,0Harvest Creek LOCATION a .:. Brandon, FL Mile Hish 4 Denver, CO 2001 r00.0%o.o%2,r00,000 TotaI Land I:':1,500,000 TOTAL PORTFOLIO 17,762,69s,8t0 i,ij i li:: j ill :, i! 31 170 ffi il-jfu,,*' -ffi # 'li .Y fii .-:.: I 1 171 t^ t, *1t ',li14lri1i..':.\\iiffirLiu i iri[ i ir.r':i l.i ii[:],:.i.t r L i I Ll ),, ' 4.r: ::::::t t:u ::u ut:t u t I I :t :t : ,] ;,li*,*ii o\,,rirat:...r,: ;,-:.' ..,'., ..=:::i:::: !'.I :,: i,Fl lr { I-,:,, I I I iii.,rtir;:, 172 Com m itment to S u sta ina bility Clarion Partners seeks exceptional investment returns by responsibly investing ond managing high performance, high quality,.environmentally responsible, healthy, and productive places to live, work, shop, and stay that are beneficial to our local communities. ln May 2OI3. Clarion Partners signed the United Nations-backed Principles for Responsible lnvestment, strengthening our commitment to incorporating environmental. social. and governance issues into our investmenl decisions. Clarion is also an active corporate member of the U.5. Green Building Council and the Urban Land lnstitute's Sustainable Building Council, Across the Firm we are committed to exploring and implementing sustainable development and operational guidelines for our investments. We have registered all applicable of fice huildings under the EPA Energy Star program and are also pursuing LEED (Leadership in Energy & Environmental Design) certification wherever cost-effective. We regularly assess opportunities to integrate energy effieiency improvements through our capital proiects and in new developments. These proiects include skylights and daylighting, reflective white roofing, energy efficient lighting, water efficient irrigaiion systems, low E glass, shade features, recyclable materials and shop assembled subsystems that reduce on-site waste (i.e,. precast panels). low-volatile organic compound emitting materials, motion and occupancy lighting sensors. and electric vehicle charging stations. Clarion also works closeiy with tenants on implementing efficiency capital projects while educating them on how to operate more efficiently and cost effectively. This not only lowers costs but enhances the tendnt/ landlord relationship, building loyalty to the Firm's proiects over tirne. Fourth Quarter Sustainability Highlight KATAHDIN WOODS, LIXINGTON, MA PROPERTY HIGHLIGHTS 128 unit rental apartment complex located in the Boston,metropolitan area Seven building community originally constructed in 1989 The Property is located in a highly deslrable Massachusetts school district in close proximity to tocal employrnent centers and amenities Average unit size of 954 square feet 98% occupied SUSTAIN,ABILITY HIGHLIGHTS The Property completed installation of solar panels on 5 buildings in 2014 Expected simple payback ol 4.2 years and a retu!.n on cost of 1796 Resulted in $3O.OOO in utility savings. plus the ability to sell approximately $3O,OOO in sblar renewable energy c-ertificates Federal government program subsidy provided a 30% tax credit for .Jle_?Pl9:1."._ ffi H$BfiililMEl Sqrs:.3 ?*r,ut$GR SB .$iPRll[$JJ,tr# 173 N otes 1. lnvestment in the Fund entaits significant nsks that investors should consider before making a decision to invest. An investor should only invest in the Fund as part of an overall investment strategy and only if the inve$tor is able to withstand total loss of investment. tnve$tments in the Fund can only be made pursuant to the Fund's offering documents and private pl6cement memorandum, which investors are advised to read carefully and pay special attention to the risk factors set forth therein. 2, Returns o!.e presented beginning April 1, 2OOO, the Funds inception date. 3. Returns are presented on a gross and net basis, and there is no guarantee that the Fund will realize its investment ob.iectives or that investors will receive a return of their capital. Both gro$s and net returns assume income reinvestment and take infs account transaction Costs. Net of fee returns reflect asset management fees. The Fund's base management fees are charged as a percentage of net asset value ranging from effective rates of 0.859( to L.25X per annum except for certain internal investors and investors whose interest exceeds $100 million, in which case fees may be negotiated with the Fund. lt4anagemsnt fees are billed by Clarion Partners outside of the Fund and do not impact NAV. 4. The Fund's total appreciation return consrsts of two components: propertyrlevel appreciation and the impact of debt marked to market. For the year ended December gl, 2O14, the total annual appreciation return was Le9% comprised of a 7.59% property-level appreciation return and a O.4B% debt mark to market return. 5, Fund returns are calculated on an inve$tment-level basis and include leverage, cash balances and interest income from short-term cash investments. Fund returns are generally compared to the NCREIF Fund lndex Open-End Diversified Core Equity (NFl-ODCE) equal weight The NFt-ODCE is a fund-level, tirne-weighted return index and includes property ;nvestments at ownerthip share. cash balances. and leverage (i.e., returns reflect the actual asset ownership positions and financing strategy of the funds included in the index). NFt- ODCE returns are presented before fees and are for illustrative purposes only. investors cannot invest in an index. 6. Real estate asset values are established by independent appraisals each quarter and the values presented herein are based on the December 31, 2Ol4 appraisals. Gross real estate value is the approised real estate vaiue of all assets, For real estate owned in joint ventur.es, assets are carried ai the Fund's ownership share. except for con$olidated ioint ventures which are carried at looyo. Net asset value is the equily value of the Fund. which equals tot.al assets lgss total liabilities, as defined by Generally Accepted Accounting Principles (GAAP) 7. Portfolio occupincy excludes hotels. properties in initial lease-up, and properties undergoing significant renovation_ Hotel occupancy is depicted on a rolling twelve month basis; 6ll other property types present occupancy as of quarter- end and are calculated on a percentage of leased square- foot basis. 8. Total Asset Value is the Fund's consolidated wholly owned total assets ond proportionate Share of loint venture total assets. 9, The Cash Ratio rs calculated as the sum of all Fund-level cash, wholly owned property cash, and the Fund's proportionate share of ioint venture cash divided by the Fund's consolidEted wholly owned total assets and proportionate share of,oint venture total assets. Restricted cash balances are excluded from the calculation. 10. The Leverage Ratio is calculated as the sum of the fair market value, as applicable, of all Fund-level debt. wholly owned property debt, and the Fund's proportionate share of jo,nt venture debt divided by the Fund s consolidated wholly owned total assets and proportionate shar€ of joint venture total assets. 11. Annual time-weighted returns are calculated by linking quarterly returns, using the formula below: lnvestment lncome + Appreciation (Depreciation) Beginning Net Asset Value + Time-Weighted Contributions - Trme-Weighted Distributioos For annual returns. the sum of the return components may not equal the total gross return due to time-weighting (i.e. chain:tinking) of quarterly returns. 12, Clarion Partners is a registered investment advisor under the lnyestment Advisers Act of i94O. 13, The information contained in this report has been obtained or derived from independent third party sources believed to be reliable. This report contains forward-looking statements relating to the plans, objectives, opportunities. future performance and business of the Fund and the future performance of the U.S. rnarket generally. These forward-looking statem€nts include statements regarding the current expec[ations, estimates, projectlons, opinions and beliefs of the Fund, as well as the assumptions on which those statements are based^ Words such as 'believes," "expects,' "anticipates,"'int€nds," "plans," "estimates," 'projects," "should" and "objective" and variations of such words and similar words also identify forward-looking statements, Such statements are forward- looking in nature and involve a number of known and unknown risks, uncertainties and other factors, and accordingly, actua, results may differ materially from those reflected or contemplated in such forward-looking statements. No assurance can be given that the Fund's investment obiectives will be achieved or that investors will receive a return of their capital. lnvestors are cautioned not to place undue reliance on any forward-looking statements or examples included in this report and should bear in mind that past performance is nol ne.e$sarily indicative of future results. None of ih€ Fund, Clarion or any oI their affiliates or principals nor 6ny olher individual or entity assumes any obligatlon to update any forward-looking statements as a result of new information. subsequent events or any other circumstances" Such statements speak only as of the date that they are originally made 14. This report. including all exhibits and appendices, has been prepareci and pr€sented in complisnce with the Real Estate lnfcrmation Standards (REIS), as deferrnined by Clarion Partners. 35 174 ItI 175 Report of lndependent Auditors THE INVESTORS CLARION LION PROPERTIES FUND, LP CLARION LION PROPERTIES FUND HOLDINGS REIT, LLC CLARION LION PROPERTIES FUND HOLDINGS, L.P, \ile have audited the sccompanying combined financial statempnts of the entities listed in Note 1 (the Fund). which comprise the combined staternents of assets, liabilities and equity, including the schedules of investments, as of December 31, 2014 and 2OI3, and the related combined statements Of operations. changes in equity and cash flows for the years then ended, and the related notes to the combined financial statements. MANAGEMENT'S RESPONSIBILITY FOR THE FINANCIAL STATEMENTS Management is responsible for the preparation and fair presentation of these financial statements in conformity with U.S. generally accepted accounting principles: this includes the design, implementation and maintenance of internnl control relevant to the preparation and fair presentation of financial statements that are free of rnaterial rnisstatement, whether due to fraud or error, AUDITOR'S RESPONSIBILITY Our responsibility is to express an opinion on these frnancial statements based on our audits. We did not audit the financial statements of Federal/Lion Venture LP (Federal/Lion Joint Venture), a limited partnership in which the Fund has a 70% interest. In the combined financial statements. the Fund's investment in Federal,/Lion Joint Venture, exclusive of unrealized depreciation, is stated at $108.4 million and $IO6.9 million as of December 31, 2Ol4 and 2013, respectively. and the Fund's equity in the net income of Federal/Lion Joint Venture is stated at $6.4 million and $6.7 million, for the years then ended. ln addition. we did not audit the financial statements of RamcolLion Joint Venture L.P, (Ramco/Lion Joint Venturg, a limited partnership in which the Fund has a 70% interest. ln the combined financial statements, the Fund's investment. in Rarnco/Lion Joint Venture, exclusive of unrealized depreciation. is stated at $52.1 million as of December 31, 2013. and the Fund's equity in the net income ol Ramcollion Joint Venture is stated at $5.9 million for the year then ended. Those staterfients were audited by other auditors whose reports have been furnished to us. and our opinion, insofar as it relates to the amounts included for Federal/Lion Joint Venture and Ramco/Lion Joint Venture. is based solely on the reports of the other auditors. We conducted our audits in accordance with auditing standards qenerally accepted in the United States. Those standards require that we plan and perform the audit to obtain reasonable assurance about whether the flnanciEl statements are free of fiaterial ffiisstatemenl. A,n audit involves performing procedures to obtain audit evidence about the amounts and disclosures in the financial st€tements. The procedures selected depend on the auditor'$ iudgment, including the assessment of the risks of material misstatement of the financial statements, whether due to fraud or error. ln rnakins those risk assessments, the auditor considers internal control relevant to the entity's preparation end fair presentation of the financial sfatements in order to design audit procedures that are appropriate in the circumstafices, but not for the purpose of expressing an opinion on the effectiveness of the entity's internal control. Accordingly, we express no such opinion. An audlt also includes evaluating the appropriateness of accounting policies used and the reasonableness of slgnificant accounting estimates made by management, as well as evaluating the overall presentation of the financiel statements. We believe thai the audit evidence we have obtained is sufficient and approgriate to provide a basis for our audit opinlon. OPINION ln our opinion, based on our sudits and the reporls of the other auditors, the financial statements referred to above present fairly, in all material respect!, the combined financial position of the entities listed in Note 1 at December 31, 2014 and 2013, and the combined results of their operations, changes in their equ;ty and their cash flows for the years then ended. in conforrnity with U.S. general,y accepted accountrng principles. New York, New York March 3, 2015 6^","** fw,^Vttt t,:37 176 Fi nancial Statements Clarion Lion Properties Fund COmbined Statements of Assets, Liabilities and Equity (ln Thousands) ASSETS 2014 20tz Real estate investments, at fair value (cost; $6,230,601 in 2Ol4 and $5,592,768 in 2Ol3) lnvesiment in non-consolidat€d joint ventures Bnd other investments. at fair value (cost: $652.457 in 2O14 and $577.371 in 20]3) Cash and cash equivalents $ 7,o44SlO $6,039,244 640.7ffr 510,934 70B66 2U,096 Renls and other receivables, net of allowance for doubtful accounts of $782 in ZO14 and $1,974 in 2ol3N",".,"""iffi;;ild;ftirJ;;;il;;;sss4ilo;, -**:* - 17,85t 16,386 L7,t7t 9,984 Prepaid expenses and otherassets 12,O29 r0,910 Restricted cash 13.238 20.640 Tot6l assets I 7,e22,142 $5.8s2,194 LIABILITIESAND EOUITY Liabilitiesl _ M gtlg:gs jg!g'i:Ie9E, "t3l-uglg. Senior notes payable, at fair value 6c4AO6 $ 661,400 t,277,L65 999.597 Accounts payable €nd accrued expenses 274,2rO 274.220 Credit facility 205,O00 0ther liabilities 29,557 58,615 Total llabllities 2,420,858 r,993,823 Equity Clarion Lion Properties Fund partners'equity 5,!98,416 4,851,149 Non-controlling intcr€sts 2,868 7,222 Total equity 5,&L,zU 4.858.371^ Tobl lhbt,ltlos erd equlty , 7,AA2,A42 $6,852,194 See accompanying notes. ,:i 177 Financial Statem ents Clarion Lion Properties Fund Combined Schedules of lnvestments (ln Thousands) DECEMBER 3I 20r/l . FAIR t'IARKETCOSTT VALUE 2a]{ ,:. FAIR MARKETCOSTI VALUE"!::lE*:t rry:*rg:H* East lf,tlt:striei lO35 A:rport IOO w5y-Hanover, MD t 14485 I 16,100 t 1{.484 $ 1s.s00 Chantit!y Distribution Center*Chanti,iy, vA 35,493 3400 36,371 35.100 Dulles Woods lll-StprlinE. VA la596 12,400 12.196 g*91_ Race Road-tlanove( MD 13,346 15,200 15.406 15,700 Research Tri-Center*Durham. NC t17,572 117,500 South River Road-5outh Brunswick, NJ Toial lndusirlal 15,238 15,700 1.3,193 13.500 I ?:o7flfi t 215,300 $ 89.950 $ 91.000 0llir:( lO Brookiine Place-Brookiin€. MA s u11,295 $ 125,000 5 Ur.X72 $121,172 IOO Fifih Av€nue-New York. NY 23.5.,rr2 258.000 233.285 '242.000 1O'l Arch Streel*Boston, MA 147.E81 143,000 1{4.458 r29.000 1{75 Dunwoody Drive-west Chester. PA 3l5O Fairview Park-Fal,s Church, VA _i-a9-7,9' -- ,213@-. 90,530 90,000 3X.07s 90.530 39:99-" 104.000 ao&,729 87,t00 105.657 79.800 54,896 65,000 54,350 55.800 * cF.:*E:" _Y--"'hj!g-t-9 nr-_Dc tricoh Building-Malvern, PA One Liberty Sq.rare-Boston. MA tr,385 25,400 30.{03 23.500 Totel Office t 820,952 * 816,000 $ 810,940 $ 779,6?2 P. c.srrren, ia L IOOO Jefferson-Hob6k€n. NJ , 119,s0{ t 129,500 $ 118.768 $ 123,000 4a Berry Streei-Brooklyn. NY 27,644 43,7@ 2t,644 41,500 Banyan Grove at Towne Square-Virginia Beach, VA 42.946 44.000 Broadway Knolls*Holbrook, NY 72,966 82.100 72.495 78.900 Columbia Town Center*Columbia, HD 109.950 r3!i,000 107.694 ]33,000 lniinity Harbor Point-Stamford. CT Katahdin Vr'oods- Lexi^qton" MA 99,549 104.300 99.28s 102.800 34.0O4 34.900 32,575 53.234 3-1:1-S 57,30053,397 59.900Montci3ir Residences*t tsnt(la!r^ N J Parkw6y Lof as*Bloomf ;eld, N J 104.598 10{.598 Frinlhouse Lof tE-Brooklyn, NY 30,632 30,532 The Acadia at Meiropoliian park*Arlingion, VA 118,408 1{0,ooo 64,V27 72,tOO The Grarnercy at Melropo!iion Fark-Arlington, VA 202,578 189,00O 201,969 193,000 3g 178 Financial Statements Clarion Lion Properties Fund Combined Schedules of lnvestments (continued) (h Tholrsands) Real Estate lnvestments zQL4 , . FAIR MARKETCOSTI VALUE ,-: , 2O13.,.:-'': FAIR MARKETCO5T1 VALUE East (corfrh!edJ The Metropolitan al Reston Town Center-Reston, VA t L'11,932 $ 121,000 $ 121,565 $ 124.000 The Millennium at Metr6politan Park-Arlington, VA il19,925 tts,0oo 119.623 8,7L7 102,000 140.300*"^-*:* - 9q,{qWesibrooke Place-Washington, DC 1Z*1€_.- Total Residentlal tr,263,849 t1.409,630 $X,109,644 $1,241,400 Fela/, Chevy Chase-Washingtoo, DC t 110,6105 s 93,400 :$ 107,145 $ 93,s00 Dunkirk Gateway-Dsnkirk, MD Totrl Retail 41,502 43,200 4]-.379 40,200 t 152,107 s Xr6,60O $ 148,524 $ 133.700 Chevy Chase-Washington, DC t 90,!91 t 73,500 $ 79,938 $ 54.oOO Alexand/ia Monaco-Alexandria. VA :'l1,999 94,900 110,440 94.500 Morrison House- Alexandria. VA 17,962 tI.700 -" 1"11P1 12.900 Total l{otel I 220,352 S 180,100 $ 208.179 $ 171.400 Midwast lnditslriB! 14O North Mitchell Court-Addlson, lL $ 13,652 * 1L200 $ 13,6s2 $ X2,700 9OO Corpora(e Grove Drive-Buttaro Grove, lL Plainf ietd Park-Plainfield, lN 5,429 5,500 6,182 4,900 Capitai Park South Distribution Center-Grove City, OH 13,124 14600 13,123 13.600 12,596 15,soo 12,692 14.000 Plainfield Park ll-Plainfield, lN 11,105 r.:1,600 Princeton Disiribution Center-Cincinnati, OH 7,671 8,10O 7,671 7.700 West Chester Commerce PErk-West Chester, OH 8,437 9,800 8.437 9.100 Total lndustrlal t 73,114 $ 77,300 $ 61,757 $ 62,000 Railway Plaza-Naperville, lL , ?5,472 s o1,2o0 $ 75,L7A $ 83,s00 4Or 179 Financia I Statem ents Clarion Lion Properties Fund Combined Schedules of lnvestments (continued) (ln Thosaands) DECET'IBER 3I ' :,2O14 FAIR ltARKETCOSTT VALUE 2013 FAIR MARKETCOSTI VALUE .. R€a_l _Estate InY::_!IglL: -illd_y:*{.ry,u,,jjl_ listai!: 600 North Michigan i,r"_l.y::-![::s::l! #otel. t xr8,oss $ 315,000 $ u4,523 $ 271.000 Hotel Allegro-chicago, lL s 121,299 t 90,900 $ 113,451 $ 93.X00 9:vll_-- !nd$slial: 3225 Meridian Parkway-Y9tto1: Il :311 l:1dl:f_:tyg:Y:: iel il Beitway Northwest-H$uston, TX J 23,L74 t 23,400 I 23,100 $ 21,900 16,099 21,100 t6,016 19,000 2ao2s :!4,30O 2r.422 31.900 148S0 16,900 L4-742 14.600Business lnteriors-lrving. T x Guhn Road Distribution center-Houstdn, Tx 18,811 21,500 18,8Xr 20.500 Pioneer 360-Arlinqton,'r X Tri County Distribution Center-Scheilz, TX 51t.895 60.000 54.26t 56.2S0 10,999 il1.200 10.906 12,X00 University Park Tech I & ll-San Anronio. TX 30,724 33,200 30.3t19 32.200 Water$ Ridge Oistribution Center-Lewisville. TX 15,414 18,400 14,736 16.900 Totll lndustrlal , 206991 t 242,100 $ 204.343 $ 225,350 -?li:i* - Conroe Medical-Conro€, TX f r9,s69 $ 1z5oo $ 18.850 $ 17.240 6w;nn€tt Medicai-Lawrenceville. GA 18.t02 10.500 Legacy Medical Village-Flan*, TX Mira Vista-,qustin. TX t2,s7t 35,600 32.384 33.500 4,784 41.400 Ten West Coroorate Center Two-Houston, TX 45,379 62,900 45.362 59.000 The Overlook-Austin, TX 13,296 15,800 *-!tiy,*,:j:v- jjt-!.I-"*:llll&lv-:!gnAntonio.rx 26,885 31,100 Veritas Office Building-Housion. TX Vero Medical Suites*Vero Beach, FL 105.199 167,900 75.185 126.700 11.523 10.900 Waterway Plaza I & il-The Woodiands, TX 12S,962 150,800 125,108 u8.200 Total office t 4o9,u7 $ s23,1O0 $ 325,61d $ 386.000 8tr.grrreflaral Lantana Ridse-Austin, TX Piatinrrm Southside-Austin. TX 45,6Ut 51,000 4?.585 48.750 2L,462 30.250 21,398 29,500 Grand on Mernorial-Houslon. TX 14,954 39,400 33,024 33,O2{ Moda ai Norih Bay Village-North B.y Vi'l6ge, FL Total Resldentlal 65,680 76,800 31,177 37.500 , 157,718 S :JIZ45O $ X28.18,1 $ 148.774 41 180 Financia I Statements Clarion Lion Froperties Fund Combined Schedules of lnvestments (continued) (ln Thousards) DECEMBER 3I Real Estate Investments 2014 FAIR ilANKETCOSTI VALUE 2013 FAIR l'lARKETCOST1 VALUE South (con,'rnued) Victory Station-Savennsh, GA t a,254 I 26,100 $ 24,.183 $24.183 waY.P-:' !l9p-?:i c,9luP-lllintr f.L " Whole Foods at the Oomain-Austin. TX b,e56 ,0,000 24,418 28.400 54.251 34,.t00 Total Retail t 82,971 3 91,300 S 48.601 $ s2.s83 Xarvest Creek-Brandon, FL t 1o,0oo t 10,500 $ xo,00o $ 1o.5oo WEsl l*t!il6lfial '15850 Heacock Sl,reet-Moreno Valley, CA 2lsi Street Business Center-T€mpe, AZ I 46,707 ' 57,2OO $ d6,707 $ ss,600 1l"too10,556 10.195 9.0O0 26,624 29,1q)26.s95 27,OOO_iJ 9o_I_: r:9 :Y*.lrg' !:t, !1. ASP Valencia-Santa Clarita, CA 16,484 17,600 L6,440 x6,800 Carmel Mouniain*San Dlego, CA 54,135 5r0.500 63.914 48,500 Chino lnternational-Chino. CA 17,995 15,500 17.996 14.800 28,893 24,200 28,746 26,00090r1":s:*?.i_:1".!::.t"*1 Crossroads Corporate Cenier-Salt Lake City, Ui Ii6,274 19,200 15.962 16.700 . - ?_Y3 l-s-"_ _c:t1?I"" _9: l l g:PF e ?: * : az 5L8s9 40,700 51,178 37,500 25,805 34.700 25,509 26,800Edei:9*19:*:::'9, 9A_ Fifth Street lndustrial-Fhoenix. AZ Geneva lndijstrial-Tempe. AZ 7.833 9.500 4.609 25,qL 51.5i(r{,24.gfi 51.300 s,479 t1l,No 9.X03 10,300 4.400 12,541 14,t(x,12.547 14.000 1iI,194 19.lCO Knott Distribution Cenr.er-Br:ena Park. CA Kyrene Commons-Temp€. AZ La Pa|ma Distribution Cenrer-Anaheim. CA Miie Hish 3-Denver. CO Mile High Distribution Ceoter-Denver, CO Miraloma Distribution Cente,r*Anaheim. eA Norlhport*Fremont, CA 47,656 55,800 47,472 53.600 30,803 37.{00 30,so3 35.300 14,033 11,/too 14.033 11.600 Facific Coast Park ll-Fife. WA lg,51ll 42,700 36,620 39,900 Patlerson Pass Business Parh-Tracy, CA 19,689 16.500 19,141 20,000 Fedlands Distribulion Center-Redlands- CA 48,741 65,500 44,f,19 49,400 s61r Lake hdustrial pistriburi?-ll cely:::lj*:9lr_ql* S€attle Distriburion Center*Seartle, WA 5,071 6,s00 5,096 5.800 16,652 20,000 16.684 18.100 Siempr€ Viva Butiiiess PBrk*San Eiego, C,e 5t,725 :r8,400 53.590 38.200 sun Va!ley lndustrial-Sun Vatley, CA LO,977 13,200 10.917 12.900 Sycamore Col16ction-Rivers,de, CA Turnbull Csnyon Oistribution Cenier-City of lnduslry, CA t4,177 59,500 t4.o74 36.300 aL320 te,7m 10.99s 15.200 Val€nciE Commercsplex-Valencia, CA West lO Business CenlE{-Phoenix. AI 1l,tl1 5,958 14000 aa E)a ?s-ooo 7,390 6.9L6 181 Fina ncia I State m e nts Clarion Lion Properties Fund Combined Schedules of lnvestments (continued) (ln Thousands) DECEHBER 31 2014 2013 FAIR MARKETCOST1 VALUEcosrr FA!R MARKET VALUEReal Estate lnvestments w€st fc6ntl/rued) ltvyas trial {tofith}t,*d} whitrier lndus:ria r-lvhittier_ cA 3 22,950 I 30,8oo t 40,027 I {3:m Total lndustrl.l t 762,r:26 t 443,690 $ 768,163 $ 783.000 Qltra 6O Spear-San Francisco, CA $ 107,061 I r:.r,OOO 35O Rhode lsland-San Francisco, CA 42,713 71.200 42,642 65,100 475 Brannan Street-San Fraocisco. CA 1s0,120 196,000 148,861 x69,000 Z9Ol Patrlck H6nry Drive-Santa Clara, CA 26,082 2%900 Arboretum Geteway-56n!a l'lonica, CA 10:"162 t8{,000 95.694 158,000 Arques Business Park*Sunnyvale, CA El Dorado Medlcal*Tucron. AZ 27,r44 2E,.t6O 27.265 27.264 ll:llcresl Mgd:9al-san Dleso: cA O ne_-le 1 M-ar-Sa-n_ q iego, C.a 43,358 38,100 43,29A 40,200 a:9* 66,230 9.900 13,837 9,600 58,500 65.820 53.800 proEressive lnsurance-Rancho Cordova, CA 41,455 29,300 41,466 29,500 *** r11u_-*?1rse* t## --rtr#:?19-Ii LIS-".sn:l:,_.Y: fl 9J3t*l :r::Ir4l9ll1:-gv,qr9l3^t3 j!rta.9l* Va{ley Parkway Medical-Escondldo, CA 30,771 23,400 3A,214 23,600 wood Hollow Office ParkrNovato, CA 49,714 22,700 49.731 21.300 Total OIflce I ut7,474 t:'040,5o0 $ 769.438 ' 883.36s ,irts{$p.r:aial Avignon Townhomes- Redmond, WA Balboa Park-San Diego, CA * 54,607 , 110,000 $ s4,39s $ 94,500 31,5S 38;O00 L7,354 21,900 Buene Vida at Town Center-Rancho Santa Margariia, CA n,t7a 25,100 22,O77 22,600 D€sert Ch.rb Apartments-phoenix, AZ 67,744 83.100 6,6.802 80.400 Missions at Chino Hills*Chrno Hilis. CA 74,3L7 50,800 74,lOO 5S.100 Oal{ View at Sonoma Hills-Rohnert P€rk, CA Remington at Ladera nsnch-L8dera Ranch, CA 33,363 36,S00 33,918 35,2@ 67,147 67.800The Station at Riverfront Park-Denver. CO s7,t22 r04,7O0 36,957 40,000 Village 0r} ihe Green-Rancho Cucamonga, CA 43.753 48,600 43,s04 47,600 Total Residentlal | 432,477 t 51{,900 $ 349,107 $ 401,300 *,.,tail Park Piace thopping Cent€r-Tukwila. WA s {5,811 I 42,3@ $ 45,8r.1 $ 40.700 * promenade_ -a_t sacf at:$o-.9aj::i,?y- sa:Ie-menlo: cA 1i12,310 86,900 122,229 8i1.900 West Holiywood Gateway-Los Angeles. CA 74,6A7 118,000 78.132 110,000 Iotal Reteil I 246,723 ' 247,200 $ 246.172 $ 235,600 ! a,;i. l4ile High 4-Oenver. CO 1" rjl* l6,2lo,5ot t 2,100 $ 17,A44,970 $5,592,768 $6,039,2214Total Rcal Estate lnycstmant3 Totrl neat E6trt€ lnvertmaDt3 !s a Fercantage o, Totel Asictt 90,06x 88.14i 182 Fina ncia I Statements Clarion Lion Properties Fund Combined Schedules of lnvestments (continued) (ln Thoussnds) DECEMBER 3I 20a4 cosTr FAIR MARKET VALUE r 201'3': ' l FAIR MARKETCOSTI VALUE Investment in Non-Consolidated Joint Ventures and Other lnve6tm€nts Lion ES 4,909 t 4,909 $ 174,805 $ 136,547 Central Park &,42 It0,250 39,277 37,245 11 East 44th 2r,z!,a 20,886 22,374 L7,939 Federal 108.40s 101,906 106.958 101.,002 Marketplace at the Outietsr 99,176 99.176 P€lm Beach Oulletsr 112,054 112.OS Panattoni 3,948 3,583 Ramco st.o12 48,942 52.098 45,607 Seiby 6,107 rt,435 6.029 10,873 Taconic 150,379 149,559 143.686 137,591 Village 54,r44 51"S86 28,2t6 20,747 Total :nvestment ln Non-Consolldated Jolnt Ventures and Other lnvestments I 652,457 t 540,713 $ 57737r $ 510.934 Total lnvastment ln Non-Consolidated Jolnt Ventures and Oth€r lnvestments rl e Percentage of Totsl Assets 8-19t(7.46* Total Real EElate end Non-ConEolldalcd Jolnt Ventura tnvertmsntE sod Oth!r lnv66tnents t5,883,058 t7,68s,581 $6,170,139 $6.ss0,178 llnvestrnents al cost represent purchdse pi,be and subsequenl capilal addttions fot real estate investments. lnveslments at cost io non-consolidated joint ventures represent the Fund's contributions, d$tributions aN atlocated shares of equity income {lass) from such joint ventJres.rLoan receiuable classfled as other investments. See accompanying notes. 183 Fina ncia I Sta tem e nts Clarion Lion Properties Fund Combined Schedules of lnvestments (continued) (h Thousands) DECEMBER 3I,2O't4 TNVESTMENTS PERCENTAGE AT COST' OF PORTFOLIO INVESTMENT$ PERCENXAGE -.....AT FMV OF FORTFOLIO Glogrrphlcr East t2,942603 42.s,X,$3,030,s51 Midwest 4L7,54O 5,1 s88,991 7,7 60uth 1,123,933 16.t L311,865 L7.L West 2393',982 34.a 2,79,?74 55.8 Tot.l t6,E83,05S S7,5t5,6E1 1(xr.0x Propcrty TYp.r lndustrial $r"249860 18.1X i1,378,s90 17.8X Office ,,141"755 t1-1 2,4/,0,et6 31.8 Residential 2,096,002 30.s 2,t74,t84 30.9 Retail LOt7247 15.1 1,203,764 15.7 346.550 5.O 275,909 !.6l"e"Lel* Otherr rL53{12,600 0.2 Tot!l 16,883,0s8 100.0!a t7,685,683 100,0* DECEMBER 3I.2OI3 Geographicr INVESiTMEI{TS PERCENTAGE ATCOST' OF PORTFOLIO INVESTMENTS PERCENTAGE AT FMV OF PORTFOLIO East $2.660.407 43.19($2.68s.139 41.195 Midwesl 414,007 6.7 526,887 8.0 South 800,892 13.0 892.527 West 2,294,833 37.2 2,445.625 37.3 Total $6,170,139 100.096 $5,550,178 100-ox Property Type? lndustrial $t,124,272 x8.216 $1,1.61,350 L7.70a Office 1.968.643 32.0 32.1 Residential 1,811,828 29.4 .* "?;19221 **- 2.023,238 30.9 Retail 755.O73 t2.2 860,239 13.1 Hotei 496.435 8.0 391.047 6.0 othed 13.948 14,O83 0.2 Total $6,170,139 100.0%$6.sso.178 t00.0% 'lnves'tments at cost represent purchase price aad subseguent capita! additions for real estate rnyestments. /nvestments af cosl ln non-conso lidated joint reafures represeot the Fund:s contrlbutions, disfiAJilons and allocated shares af equity income (loss) from such joint vehtures. rnvestments €t cosi ,hother lnvestmenls represenf lhe outstanding principal on the Fund's taan receivabtei.zlnclude$ equity investrnent in non-consolidated joint ventures and othe( investments.tOther lncludes land. See accompanying no|es. lj i ,,.rr'i 45 184 Financial Statements Clarion Lion Properties Fund Combined Statements of Operations (ln Thousands) YEAR ENDED DECEMBER 31 2O].4 Revenues 2AL3 Rental revenue $ 417,369 $ 399.901 Hotel revenue 59,120 7X.996 1,078 6s6lnteres-l incorne Other revenue 20,255 L7322 Total revenues 627,82;2 4a9,A75 Expenses Real estate operating expenses 76,!r7 69,372 Real estate taxes and insurance 68,272 62,098 Hotel €xpenses 55,287 56.695 Qther expenses 12.30013,6/t3 Total expenses 211,s73 200.465 Net operating income 114,249 289.410 Equity income from noh-consotidated ioint ventures lnt€rest^ expense and oiher Financ;ng cosis l1,0tyl 35,643 (101-072)@2,944) Net iovesiment income 244,22L 232.109 -te'::a'.:g9lg|::-t*t g:i tT:r5_*-__-.^*.^_(:"s73)(xx,225) Loss on sale of noo-consolidated joint venture investments Unrealized appreciation on real estai€ investments Unrealized appreciation on mortEage and senior notes payabie (18.872)<7,76L) !85,299 362.821 Unrealized appreciation (depreciaiion) on non-consolidated joint venture investments 20,o70 (16,532) 25,19s 26,790 lncome from operations 652,O{0 586,202 Portion atlributable to non-controlling interests 4,359 (d.076) Net income attributable to Clarion Lion Properties Fund t 655,t99 $ 582,126 See accompanying notes, Clarion Lion Properties Fund Combined Statements of Changes in Equity (ln Thousa^ds) YEARS ENDED DECEMBER 31.2014 AND 2O'I3 CLARION LION PROPERTIES FUND $ {,378.683 NON.CONTROLLING]. INTERESTS TOTAL $ 7.745 $ 4.386,428Total equity at Decernber 3],2Ol2 Caoital contrrbutions 658,172 62 654,234 Distrlbutions and .edemptions (767,832)*" "-^**f :6911- *-.(772'4s3) 4,076 5t!5,202582,126Net income Total equity at December 31,2O13 4,85L.149 7,222 4,858,371 Capltal contrlbutlons 485i126 61 la5,187 Dlstrlbutlons end red€mptlons (594.258)(56)(594314) Net lncome (los3)656,399 (4,359)552,OlU) 46 t 5,398.416 * 2,868 I 5,rt0L284Total equlty at Deaember 31, 2ol4 See accompanying notes. 185 Fina ncia I Statements Clarion Lion Froperties Fund Combined Statements of Cash Flows (ln Thousands) YEAR ENDED DECEMBER 3I Operating activitles 20I4 2013 lncome From opqrations 3652,O40 $ s86.202 Adtustments ro reconcile ,ncorne {rom operations lo net cash provided by oper€ting activities; Equity income from non-cons6lidated ioint ventures (3r,o44)(35,643) Unrealized appr€ciation on real estate invsstmentt Unrealized (appreclation) depreciation on non-consolidated joint venture investments Unrealized appreciation on mortgage and senior notes payable (383,299) (362,821) (20,o70)16,532 (25,195)e6,790) Loss on sale of real estate investmsnts Loss on sale of non-consolidated ioint venture investments 1,873 1r.225 18,872 7.767 Distr,bution ot earnings from non-consolidBtEd joint vantures 18,585 19.619 Change in operating assets and liobilities: lncrease in rentS tsnd othet recervables. net of allowance for doubtful accounts (lncrease) decrease in prepard expense! and other assets (5r7){431} cJle)6.095 D€crease (incr€ase) in r€stricted cash 2,4o2 (3.430) lncr€ase (decrease) in accounts payable and accrued expenses (Decrease) increase in other liabilities lo,5I4 (2,073) (t,349)32.598 Net cash provided by operating activities 241,795 248.844 lnvesting activlties lssuance of notes receivable {238e)(393) Proceeds from sale of reBl estate investment$. net Proceeds frorn sale of non-consolidated joint venture investments, net Furchase ot reat u.trt" i.,r..tl]ri]--(s2o,596){7U,574) I8r,9lO 531.601 tx4.923 170,444 Purchase of other investments Capitai expendi!Ures Contributions to non-con6olidat€d ioint v€ntures .- (21t,230) (216,375) (43,it60) (97,430) <2.6\2) Net cash used in investing activities (68r,99s)(182.964) Se e a cc o m panyi n9 notes- 47 186 Fin ancia I Statements Clarion Lion Properties Fund Combined Statements of Cash Flows (continued) (h ThousBnds) YEAR ENDED DECEMBER 3.I Financing activlties 2Ol4 ' :::' 2013 Principal proceeds on mortgage and senior notes payable 485,OOO Principal payments on rnortgage and senior notes payable Proceeds from credit facility (2s8,275) <22.349) 205,OOO con!ribtrtions-oon-controlling interests 6? Distributions -non-controlling interests Capital contributions (55) 157,321 65A.L72 Distribuiions and redemplions (521,981)(520,094) Net cash provlded by tinancing activities 267,O72 15,791 (Decreese) increase in cash (r73,13O) &1,671 Cash and cesh equivalents at th€ beginning of the year 244,096 162,425 CBsh and cash equivalents at end of the year $ 70,966 $ 244.a96 Non-cash investing and financing activities Oistributions and redemptions payable $ 't84,3r3 $ 212.036 Capital contributions received in advance 5,320 $ 3s.12s Consolidation of non-consolidated ioint venture real estate !o wholly owned real estat€$ (2,790) Consolidat;on of non-consolidated ioint venture ren(s and other investmenG to wholiy owned rents and other receivables (950) Consolidation of joint venture other liabiiities to wholly owned other liabilities 95 Conversion of note receivable to additiohal interest in consolidated ioint venture $ 4.661 Assumption of mortgsge notes payable $ 49,552 Accrued capital expenditures t 36,829 $ 19.710 Supplemental disclosure Cash paid for interest $ 96,86!s 93,076 See accampanying notes 187 Notes to Combined Financial Statements December 31,2014 1. BUSII.IESS AND ORGANIZATION ING/Clarion Fund, LLC was formed on November 17, 1999, with Nationale-Nederlanden lntervest ll B"V. (NNl) as the sole member. Effective April l, 2OOO, (the Commencement Date), ING/Clarion Fund, LLC changed its name to Clarion Lion Propertles Fund, LLC (the LLC), Pursuant to the Limited Partnership Agreement (the Agreement) dated October l. 2O'11, the LLC converted into a Delaware limited partnership named Clarion Lion Properties Fund. LP (the LP). On November 3O, 2011, all remaining interests of NNI were purchased by existing limited partners of the LP. Limited partners generally subscribe for interests in the LP by contributing capital directly to the LP. lnvestors, in limited circumstances, may also invest through other legal entities, including Clarion Lion Properties Fund Holdings REIT, LLC (the CLPF REIT) and Clarion Lion Properties Fund Holdings, L.P (the Operating Partnership). Clarion Lion Properties Fund represents the combined interests of investors in the LP, the CLPF REIT and the Operating Partnership (collectively or individually, Clarion Lion Properties Fund or the Fund), The Fund engages in the business of acquiring, owning. holding for investment and investfng in or engaging inactivities related to investments in real estate Essels, Profits and losses are allocsted among the investors in accordance with their respective percentage interests in the Fund. Net operBting cash flow of the Fund may be distributed to the investors in accordance with their respective percentage interests in the Fund, at the discretion of Clarion Partners LPF GP, LLC, a Delaware limited liability company and the general partner of the LP (the GenerBl Partner) ond Clarion partners. LLC. a New York limited liability company, the sole member of the General Partner and the manager of the LP (Clarron or Manager). The term of the Fund is indefinite and may be terminated upon the occurrence of certain events as defined in the Agreement. The Fund has 22'l investors as of December 31, 2O14. 2^ SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES BASIS OF PRESENTATION The accompanying combined financial statements have been prepared in accordance with the FASB Accounting Standards Codification (ASC), the authorrtative reference for U,S. generally accepted accounting princrples (GAAP) and include the accounts of each of the wholly owned tifle holding companies owning real estate investrnents and maiority owned or controlled real.estate entities. All significant intercompany balances and transactions are eliminated in consolidation, INVESTMENTS IN JOINT VENTURES The Fund accounts for its investments in joint ventures where it does not have a controlling interest under the equity method of accounting. Accordingty. the Fund reports its share of net income (losses) from its investment in non-consolidated joint ventures in the accompanying combined financial statements. USE OF ESTIMATES The preparetion of financial statements in conformity with accounting principles generalty accepted in the United States requires management to make estimat€s end assumptions that affect the reporled amounts of assets and liabilities and disclosure of contingent assets and liabilities at the date of the financial statements, and the reported amounts of revenues and expenses during the reporting period, Actuai r€sults could difler from those estimates, RENTAL OPERATIONS The real estate investments earn rental income from commercial tenants under Ieasing arrangements that are accounted for as operating leases. These leases generally provide for minimum rents and escalation charges to tenants for their pro rata share of real estate taxes and operating expenses. Rental income, including fixed rents that vary over the term of the lease^ is recorded as earned under the terms of the related agreements and not on a straight-line basis. since the impact of increases in fixed rents is considered in determining the estimated current value of the properties. Revenue from rental of residential units is recognized as eamed over the terms of the leases, which are generally one year. HOTEL OPERATIONS Hotel room revenue and other hotel revenues are recognized when earned. INCOME TAXES The CLPF REIT has made an election to be taxed as a real estate investment trust (REIT) under Sections 855 through 86O of the Internal Revenue Code of i986, as amended. ln general, a corporation that distributes at least 9O% of its REIT taxable income to ils members in any taxable year, and complies with c€rtain other requirements (i.e.. sources of its revenues) is not sublect to federal income taxation to the extent of the income which it distributes. lf it fails to qualify as a REIT in any taxable year, it will be subject to federal income tax at fegular corporate rates on its taxable income. Even if it qualifies for taxation as a REIT, it may be subiect to certain state and local taxes on its income and property and to federa, income and excise taxes on its undistributed income, as noted above. The CLPF REIT met the qualifications for REIT status for the years ended December 31, 2014 and 2O13. Additionally. CLPF REIT distributed'lOO% of taxable income in both years. and as a result did not owe any federal income tax or undistributed earnings excise tax- Accordingly, no provision has been made for federal income taxes for the years ended December 31, 2Ot4 and 20]3. The Fund also has a number of taxable REIT subsidiaries (TRS). The Fund, CLPF REIT and TRS incurred federal and state taxes in the aggregate of approximately gl.4 million for the yesrs ended December 31. 20'14 and 20'13. Such amounts are included in other expenses in the accompanying combined statements of operations. Under ASC 74O-1O, lncome Taxes, deferred tax assets and liabilities are recognized for tBmporary differences between the carrying amounts of assets and liabilities for financial s[atement reporting purposes and the amounts used for income tax purposes, A, valuation allowance is recognized if it is more-likely-than-not that some portion of the deferred asset will not be realized. At December 31,2014, the deferred tax liability was approximately gO.3 mitlian. if applicable, the Fund will recognize interest and penalties related to the underpayment ol'income taxes as a component of income tax expense. The Funcl is not currently under examination by a taxing authority. The statute of limitations for examination for the Fund's major tax ,urisdictions remains open for tax years 2oll through 2014. ASC 74O'1O also prqvides guidance for how uncertain tax positions should be recognized. measured, presented and disclosed in the Financial staternpnts. :r 188 Notes to Combined Financial Statements The Fund has elected the fair value option far al, of its mortgage and senior notes payabte to better align the measurement attributes of both the assets and liabilities whileproviding investors with a more meaningful indication of the fair value of the Fund's net asset value. The following is a description of the valuation techniques used for assels and liabilities measured at fair value: REAL ESTATE INVESTM ENTS The values of real estate investments have been prepared giving consideration to the income. cost and sales comparison approaches of estimating property value. The income approach estimates an income stream for a property (typically 1O years) and discounts this ineome plus a reversion (presumed sale) inio a present value at a risk ad,usted rate. Yield rates and growth assumptions utilized in this approach are derived frorn market transactions as well as other financial and industry dala. The cost approach estimates the replacement cost oF the buildifig iess physical depreciation plus the land value. Generally, this approach provides a check on the value derived using the income approach. The salet comparison approach compares recent transactions to the appraised prop€rty. Adiustrnents are made for dissimilarities which typically provide a range of value. The income approach and, in limited situations, the sales comparison approach were used to value approximately lOO% of the Fund's real estate investments for the years ended Dec€mber 3l,2Ol4 and 2013. The discount rBte and the exit capitalization rate are significant inputs to these valuation5. These rates are based on the location, type and nature of each property, and current and anticipated market conditions. Many factors are also considered in the determination of fair value including, but not limited to. the operating cash flows and financial performance of the properties. property types and geographic locations, the physical condition of the as$et, prevailing market capitalization rates, prevailing market discount rate$, general economic conditions, economic conditions specific to the market in which the Essets are located. and any specilic rights or terms associated with the investment. Because of the inherent uncertaintie$ of valuation, the values reflected in the combined financial statemenls may materially differ from the values that would be determined by negotiations held between parties in a sale transaction. For each calendar year, the Fund follows a valuation policy whereby investment values are determined quarterly by one self-contained appraisel reporl and three limited restricted appralsals, in accordance vyith the Uniform Standards of Professional Appr€isal Practice (USPAP). The limited restricted appraisals inctude less documeniation. bul nevertheless meet the minimurn requirements of the Appraisal Standards Board and the Appraisal Foundation and are considered appraisals. In these appraisals, a full discounted cash flow analysis, which is the basis of an income approach, is the primary focus, For new Fund acquisitions, a self-contained appraisal report will be completed to determine the fair markei value at the end of ihe first full calendar quarter following the acquisition. Since appraisals consider the estimated ef fect of physical depreciation. historieal cost depreciation and 6mortization on real estate related assets have been exctuded from nel investment income. During 2Ol4 and 2O13, all appraisais for the Fund were prepared by independent external appraisers. The external appraisals are reviewed by an external appraisal management flrm and reviewed and approved by senior management quarterly" .Alt appraisal reports and appraisal reviews comply with the currentfy published USPA,P, as promulgated by the Appraisal Foundation. The Fund's real estate investments are generally classified within Level 3 of the valuatron hierarchy. INVESTMENTS IN NON.CONSOLIDATED JOINT VENTURES lnvestments in non-consolidated.ioint ventures are stated at the fair value of the Fund's ownership interest in the underlying entities. The Fund's ownership inlerests are valued based on the fair value of the underlying real e$tate and any related mortgage loans payable using the sarne techniques as described within this Note, updated and approved by management on a quarterly basis. Any other factors, such as ownership percentage, ownership rights, buy/sell agreements, distribution provisions, and capital c6ll obligations are also conridered. Upon the disposition of all investments in joint ventures by an investee entity, the Fund will continue to sLate its eguity in the remaining net assets of the investee entity during the wind down period, if any that occurs prior to the dissolution of the investee entity. The Fund's investments in non-consolidated joint ventures are generally classified within Level 3 of the valuation hierarchy. NOTES RECEIVABLE AND OTHER INVESTMENTS The fair value of notes receivable and other rnvestments held by the Fund have been determined by giving consideration to the velu? of the underlying collateral and interest rate. which are updated qutsrterly by personnel responsible for the management of each investment and reviewed by senior rnanagement at each reporting period. The fair value of the not€s approximates the princlpal amount outstanding plus accrued interest- The Fund's notes receivable are classified within Level 3 oF the valsalion hierarchy. MORTGAGE AND SENIOR NOTES PAYABLE At December 31, 2013, the fair values of rnortgage and senior notes payable are determined by discounting the future contractual cash llows to the pregent value using 6 current market interest rate, which is updated quarterly by personnel responsible for the management of each investment and reviewed by senior management at each reporting period. The market rate is determined by giving consideration to one or more of the following criteria as appropriate: (i) interest rates for loans of comparable quality and maturity, (ii) the value of the underlying collateral, and (iii) the prevailing state of the debt markeis. The Fund's mortgage and senior notes payable are generally classified within Level 3 of the valuation hierarchy The significant unobservable inputs used in the fair value measurement of the Fund's rnortgage notes payable are the selection of certain credit spreads and the loan to value ratios. The significant unobservable inputs used in the fair value measurement of the Fundls senior notes payable are the selection of certain cr€dit spreads. ln the:fourth quarter at 2014. the Fund outsourced its debt valuations to an independent third party Service provider and also modified its debt vatuation methodology. The modified method. which is consistent with ASC 82O, focuses on transactions between market participants using an investor's cost of equity capital based on current market conditions. At December 31, 2OI4, the fair values of mortgage and senior notes payable are determined by discounting the difference between lhe contractual loan paymentc nnd estirnated market loan payments at an equity discount rate based on asset appraisals that reflect how a typical third-party investor would value the cash flows. Market loan payments ore derived from overall market lending rates, debt origination and assumption transactions in the market, and property specific factors, including loan to value and cap rate changes" The Fund's mortgage and senior notes payabl€ are generally classified within Level 3 of lhe valuation hierarchy. The significant unobservoble inputs used in the fair value measurement of the Fund's mortgage note$ payable ar€ the selection of certain credit spreads and the loan to value ratios" The significant unobservable inputs used iri the fair value measurement of the Fund's senioi notes payable ?re the selection of certain credit spreads. OTHER Other asset$ and iiabilities are vglued et cost or face amqunt, since these are the amounts at vrhich they are anticipated to be realized or liouidated. 51 189 Notes to Combined Financial Statements ASC 74O-1O requires the evaluation of tax positions taken or expected to be taken in the course of preparing the Fund's tax returns to determine whether the tax positions are more-likely- than-not of bsing $ustained upon examrnation by the applicable tax authorily. based on the technical merits of the tax position, and then recognizing the tax benefit that is more- likely-than-not tq be realized Tax positions not deemed to meet the more-likely-than-not threshold would be recorded as a tax expense in the current reporting period. Management believes any such position would be ammaterial to the combined f inancial statements, CASH AND CASH EGUIVALENTS For purposes of reporting cash flows, cash and cash equivalents include cash on-hand, demand deposits, and certain investmenls with maturities of three months or less when purchased. RESTRICTED CASH At December 31,2014 and 2013, restricted cash consisted of escrows for tenant security deposits, as well as real estate tax, insurance. loan, and capital escrows. CONCENIRATION OF CREDIT RISK Financial instrume:nts that potentially subject the Fund to concentrations of credit risk consist primarily of cash and cash equiyalents in excess of'amounts insured by the Federal Deposit lnsurance Corporation (FDIC). The Fund places its cash and cash equivalents with high quality financial institutions. ACOUISITION. DEVELOPMENT AND CONSTRUCTION (ADC) ARRANGEMENTS The Fund evaluates loans receivable where the Fund participates in the residual profits through loan provisions or other contracts to ascertain whether the Fund has the same risks and rewards as an owner or a joint venture partner. Where the Fund concludes that such arrangements are more appropriately treated as an investment in real estate, the Fund reflects such loan receivable as an other investment in the combined staternents of assets, liabi,ities and equity. RECLA5SIFICATION OF PRIOR YEAR PRESENTATION Certain Decernber 31, 2Ol3 amounts in the combined statements of cash flows have been reclassified to conform to the December 31, 2014 presentation. Such reclassifications have no effect on previously reporteo net income or partners'equity. 3, RECENTLY ISSUED ACCOUNIING PRONOUNCEMENTS ln June 2013. the FASB issued amended guidance that ciarifies the scope, measurement and disclosure requirements for investment companies under US GAAP The amended guidance requires an entity to have certain fundamental characteristics and to consider other typical chtsracteristics to qualify as an investment company. The amended guidance requires an investrnent cornpany to measure non*controlling ownershjp interests in other investment companies at fair value rather than using the equity method of accounting. The guidance also requires new disclosures about an entity's status or changes in status as Investmenl company and application of the guidance in ASC 946, Financial Services - lnvestment Campanies, as well as information about f inancial support provided or contractually requlred to be provided by an investment cornpany to any of its investees^ The amended guidance was effective for annual periods beginning after December 15. 2Oi3. Management evaluated the guidance in,ASC 946 and determined the Fund continues to qualify as an investment company. ln February 2O15, the FASB issued Accounting Standards Update No. 2o15-O2 (ASU 2O15-O2), Consolidations (Topic- BlO) - Amendments to the Consolidation Analysis, which makes amendments to the current consolidation guidance, including introducing a separate consolidation analysis specific to llmited partnerships and other similar entities Under this analysis, limited partnerships and other similar entities will be considered a variable-rnterest entity unles! the limited partners hold substantive kick-out rights or participating rights, ASU 2O15'O2 is effective for annual periods ending on or after December'15, 2016, Earty adoption is permitted. Management is currently evaluating the impact of adoptinE this new accounting stsndards update on the Fund's combined financial statements. 4. FAIR VALUE MEASUREMENTS ASC 82O-lO, Fair Value Measurements and Disclosures, clarifies the definition of fair value for fjnancial reporting, establishes a framework for measuring fair value, and expands disclosures about fair value measurements. ASC 82O-lO emphasizes that fair value is a market-based measurement, not an en[ity- specific rneasurement. Therefore, a fair value measuremenl should be determined based on the assumptions that market participants would use in pricing an asset or liability. The statement establishes a hierarchy for inputs used in measuring fair value that maximizes the use of observable inputs and minimizes the use of unobservable inputs by requiring that the most observable input be used when available. Observable inputs are inputs that the market participonts would use in pricing the asset or liability based on market data obtained from sources independent of the Fund. Unobservable inputs are inputs that reflect the Fund's 6ssumptions about the assumptions market participants would use in pricing the asset or liability developed based on the best information available in the circumstances. The hierarchy is measured in three levels based on the reliability of inputs: / eve/ I-Valuation based on quoled prices in active markets for identical assets or liabilities that the Fund has the ability to access, Valuation adiustment and block discounts are not applied to Level I instruments. Level2-Valuations based on quoted prices in less active. dealer or broker markets. Fair values are primarily obtained from third party pricing services for identical or comparable assets er liabilities. level 3-Valuations derived from other valuation methodologies, includlng pricing models. discounted cash flow models and similar techniques. and not based on market, exchange, dealer, or broker-traded transactions. Level 3 valuations incorporate certain assumptions and projections that are not observable in the market and require significant professional judgment in determining the fair vaiue assigned to such essets br liabilities. ln instances where the determination of the fair value measurement is based on inputs from different levels of lhe fair value hierarchy, the level in the fair value hierarchy within which the entire fair value measurement Falls is based on the lowest level input that is significant to the fair value measurement in its entirety. ASC 825, Financial tnstrumenfs, provides entities with a one- time irrevocable option to fair value eligible assets and liabilities and requires both qualitative and guantitative disclosures to those for which an election is made. Unrealized gains and losses on items for which the fair value option has been elected are reported in earnings. 50 i'..'ir 11.1:1 ;1i 190 Notes to Combined Financial Statements The following are the major categories of assets and liabilities measured at fair va,ue on a recurring basis during the year ended December 3'1. 2014: (ln Thousands) LEVELI: LEVEL2:ouorED pRrcEs lN stcHtrrcani LEvEL s: ACTIVE MARKETS OTHER SIGNIFICANTFORIDENTICAL OBSERVABLE UITIOBSERVABLEASSETS : INPUTS INPUTS TOTAL t- t- 17,044,970 $7,O44,97O DESCRIPTION .lt*::"ttjt'y.9.jiry$ lnvestment in non.consolidated joint ventures and other investments NoteS leceivable 54s,7Lt 640,713 t7,r73 L7,t73 Tota! :nvestmenls and notes receivable s-t-t7,703,Os6 $7,703,056 Mortgage notes payable t-$-t 634,906 $ 634,so6 Senior notes payabte u77,16s 1"277,L85 Toral mortgage ind senior nctes payabl€$-t-*r,9u,071 tt 91ao71 The following is a .econciliation of the beginning and ending balances forassets and liabilities measured at fair value on a recurring basis using significant unobservable inputs (Level 3) during the year ended December 31, 2O14: (ln Thousands) INVESTMENT IN NON- CONSOLIDATED JOINT VENTURES REAL ESTATE AiID OTHER NOTESINVESTMENTS INVESTMENTS RECEIVABLE TOTAL LEVEL 3 INVESTMENTS MORTGAGE AND NOTES NOTES RECEIVABLE PAYABLE $6.s60,162 156L400 TOTAL LEVEL 3., IiIORTGAGE SENION ANDSENIORNOTES NOTESPAYABLE PAYASLE Beginning balance- January l,2O14 16,039,244 1s10,9:14 19,984 3999,587 t1,560887 Tolal realtzed and unre3ii?ed gains and losses included in n€t income Furchases, saies, issuances. and settlements: 381,426 1.198 382,624 t2,77s)(22,422)(2s.lgs) Purchases 520.395 211,230 73L626 sales (191,930)(il14.923)(316,8s3) "*lfl?" _"*Jfffg" ..... ._:.....,... qT'2731 233,492 300,000 t185,000 (258,273' Cap;ial expenditures 233,492 Consoiidation of non- consoiidated ioiril ventureproperty io wholty owned property 2,790 (5,64s)(8ss) lssuances Settlements Non-consolidated joint venture contributrons Non-consolidaied ;ointventure distributions 43,460 43,450 (18.585). .-1*fI-1) 49,552 49,552 Assumption of mortgage note pdyable;il;;'^;;;';;;. corsolidat€d ioinl ventures included in net income 49,552 49,552 11,044 3L044 Ending balance- Dgcember 31. 2Ol4 t2 ,7,O44,9rO $640,711 3L7,373 tr,7o3,os6 $614,105 $t,277,765 t1,912,071 191 Notes to Combined Financial Statenrents Total unrealized gains ol $383,299 tar 2414 included above are attributable to real estate investments held at December 3.l. 2OI4. and are included in unrealized appreciation on real estate investments in the accompanying combined statements of operations. Total reallzed losses of $1.873 for 2Ol4 included above are attributable lo real estate investments sold during the year ended December 31, 2ol4 and are included in loss on sale of real estate investments in the accornpanying combined statements of operations. lncluded as part of total reali?ed losses recognized is the reversal of cumulative unrealieed gains as ol December 31, 2Ol3 of $15,4O5. Total unrea,ized gains of $2O.O7O far 2014 included above are attributable to non-consqlidBled joint venture investments held at December 31.2014. and are included in unrealiz€d appreciation on non-consolidated ioint venfure investrn€nts in The following table shows quantitative information about significant unobservable inputs related to the Level 3 fair: value measurements used at December 31, 2014: (ln Thousands) REAL ESTATE INVESTIIENTS FAIR VALUE VALUATION TECHNIOUE(S) UNOBSENVAALE INPUTS RANGES (WEIGHTED AVERAGE) hdvslrial $1,r78,390 Discounted cash flows Direct capitalization analysis the accompanying combined staternenis of operations. Total reaiized losses of $18,872 tor 2A14 included above are attributed to non-consolidated ioint venture investments sold during the year ended December 51, 2OI4 and are included in Ioss on sale of non-consolidated loint venture investments. lncluded as part of total realized losses recognized is the reversal of cumulative unrealized losses as of December 3,l. 2O13 ol $34,217. Total unrealized gains of $2,773 and $22,422 for 2ol4 included above are attributable to mortgage and senior notes payable, respectively, held at December 31. 2O14. and are included in unrealized appreciation on mortgage and senior notes payable in the accompanying combined statements of operations. Discount rate Exit capitalizatlon rate 6.00x*8.50,( {7.15t6} 5.sor(-s.00x (6.37r() Of f,ce Discounted cash flows 2,179.700 D,rectcapitalieationanalysrs Dilcount rate €xit caDitalization rate 6.zsx-9.OOX (7.09*) 5.50s-8.00% (6.30x) Residential 2,213,180 Discounted cash flowr Direct capitalization ahalysis Discount rate Exit capitallzation rale 6.25\-7.75I (6.79%) 4.75X-6.00'6 (5.43X) 790,10O Discounted cash flows Direct capitalization inalysis Discount rate Exit caoitalization rate 5.75:(-7.50% (6.74X) 5.00*-6.sox (5"76S) Hotel Discounted cash flows 27L,OAA Directcapitali:ationanalysis Discount rate Exit capitalization rate 9.14,6-9.50* (9.37!.) 7.501-8.OOX (7.78'r) Land 12,5,00 Sales corrrparison approach Pr,c€ per square foot i3.0e$5.x4 per square foot Total Real Estate. lnvesrment s $7,O*r,s70 192 Notes to Combined Financial Statements The following table shows quantitative information about significant unobservable inputs relaied to the Level 3 fair value measurernents used at December 31, 2Ol4: (ln Thousands) INVESTMENT IN HON-CONSOLIDATED JOTNT VENTURES FAIR VALUE V-ALUI.\TION ECHNIOUE(S) UNOBSERVABLE INPUTS RANGES (WEIGHTED AVERAGE) _91!:?:_ Properlies Discounted cash flows $ 98,579 Direct capitalization analysis Discount rate Exit capitalization rate 6.25%-7,M <6.775) 5.25%-6.2515 (5.86%) Mortgage notes payabie 41.755 Net oresent value Credit spreads Loan to value ratio L.451"-4.95lI <2.99v,) 39.02%-47.34j, G2.76fr.) 4,312 Total Office $ 51,136 *asidfit;al Properties Discounted cash flows 1L67,761 Direct capitalizationanalysis Discount rate Exit iapitalization rate 6.50,.17.75X <7.59%) 5.00x-5.75% (5.65x) I"lortgage notes payable 10,782 Net present value Credit spreads Loan to value ratio 2.20X(2.20X) 49.10'( (49.1016) 4,026 Tolal Residential $161,00s l?*ta;!. Properties Discounted cash flows t245,683 Directcapitalizatiohanalysis Discount rate Exit capitalization rate 7.O0S-10,7s* (7.89S) 6.50%-9.25X (7.:.5*) Mortgage notes payable Net ptesent value Credit spreads Loan to value rEtio 4.2414-4.72?, <4.4tr4) 52.L4%-59.9sn (54.X 3l$) Totsl Retail $202,431 H0lel Other's are9-? Total Hotel $ *,e09 Total lnvestment in Non- Consolidated Joint Ventures $429,/l83 'Othet lepresefits lf,e FuddS share af the net assets io lre non.€onsolidated joint ventures, carried at cost which approximates fair value 193 Notes to Combined Financial Statements The following table shows quantitative information about signi{icant unobservable inputs related to the Level 3 fair value mearurements used at December 31,20t4: (ln Thousands) OTHER INVESTIT,IEHTS FAIR VALUE Other lnvestments-Retail , 2t,.,,23A vALUATtOnTECHN|OUE(S) UNOBSERV.AaLEINPUTS RAi{GES(WEIGHTEDAVERA6E} Oul$tending principai amount plus accruedinterest lnterest rate 4.75%-6.00% (5.4xx) (ln Thousands) NOTES iFECEIVABLE Noles Receiv6ble I 17,37I FAIRVALUE VALUATIOII TECHT{IOUE(5) UNOBSERVABLE INPUT5 NANGES (WEIGHTED AVERAGE) Outstand;ng principal 6rnount plus accrued interest lnterest rate 4.00*-4.501 ({.31ro (ln Thousands) I|ORTGAG.E NOTES.PAYABLE lndustrial FAIR VALU.E , VA|-UAT|ON TECHNTOUE(S) i 240.499 Net present value UHOBSERVAEtE INPUTS Credit spreads Loan to value ratio NANGES (WEIGHT.ED AVEFAgE) 1.68r(-3.96'.r {1.94X) 29"U%-57.92X (46.71X) CIllti_* ..."... Residentiai ts:58 105,839 Nel p-j-lselt ygYe Net p/esent value Credit spreads Loan to value ratio 3.38X-5.30X (4.44er) 13.19X-71.5S'( (41.49ri) Credit spreads Loan to value ratio 2.70X-3.11* (2.93*) 29.49X-39.151 (35.321) Total Morigage Notes Payable 3 514,906 (ln Thousands) SEN}OR NOTES PAYAALE Senior Notes Payable FAIR VATUE V{LUATION TECHNIOUE(S) ,L,277,765 Net Dres€nt value UHOBSERVAELEINPUTS RAH6ES(WEIGHTEDAVERAGE) Credit soreads 1.701i-4^33X (3.321() The following are the n"rajor categories of assets and hab,lities measured at lair value on a recurring basrs during the year ended December 31, 2O13: (h Thousands) DESCRIPTION Real estate investrnents LEVEL Ij G-UoTED f,RICEs IN .ACTIVE MARKETS' ron tDEr.trrcnl ASSETs LEVEL 2: :::. SIGN ICANT LEVEL 3;OTHER SIGNIFICANT OBSERVABLE UNOBSERVABLEINPUTS INPUTS TO'TAL 6,039r44$ - $5,039.244 $ lnvestment in non-consolidated joint ventures sroj934* - 510:-9-J1 9.984 9.984Not€s receivable Total investments and notes receivable q-$ 6.560,162 $ 6,550.162 i:19:P.:'H.9j e:xb le Senior noies payabl€ q-$ 661.400 t 65,1a00 999,s87 Total mortgage€nd senior notos payable $-C.$ 1,650.987 $ 1,560,987 194 Notes to Combined Financial Statements The following is a reconciliation of the beginning and ending balances for assets and liabilities measured at fair value on a recurring basis using significant unobservable inputs (l-evel 3) during the year ended December 31, 2Oi3: (ln Thousands) TOTAL ::rNvEsrMENr reftiii IN NON. INVESTMENTS MORTGAGE REAL ESTATE CONSOLIDATED NOTES AND NOTES NOTES INVESTMENTS JOINTVENTURES RECEIVABLE RECEIVABLE PAYABLE . TOTAL.: LEVEL 5SENIOR. .MORTGAGENOTES ANDSENIOR PAYABLE NOTES PAYABLE Eeginning balance- January l, 2Ol3 $s,333.O45 $587,03s $14.2s2 $6.0s4.332 ,$695,681 31,014,445 $1,710,125 Total realized and unreaiized gains and losses included in net income 3s1.596 12a,293)327,303 (X1,932)(].{.858)(26,790) Purchases, sales, issuances, 8nd settlements: .... .P,rf"r"t .... *. Sales lssuances 784.574 7A4,574 393 393 Settlements (22,349)(22,349, Capital expenditures 101.530 r.01.630 Conversion of note receivable to addltional interest in consolidated ioint venture 9,691".._"".". (4,661).**.*.*_.--: Non-consolidated ioint venture contributions 2,672 2,672 Non-consolidated joint venture dist/ibutions (19,619)(19,6L9) Equity income from non- consol;dated ioint ventures included in net income 35,643 35.643 Ending balance- Decembei 31,2013 $6,039.244 $510,934 $9,984 $6,560,162 $661,400 s999,587 $1.660.987 Total unrealized gains of $362,821 for 2Ol3 included above are attributable to real estate investments held at December 31, 2O13. and are included in unrealized appreciation on real estate investments inthe accompanying combined statements of operatlons. Total realized losses of $11,225 for 2Oi3 included above are attributable to real estote investments sold during the year ended D€cember 31. 2Ol3 and are included in loss on sale of real eslate investments in the accompanying combined statements of operations. lncluded as part of total realized losses recognized is the revErsal of cumulative unrealized gains as of December 3.1, 2O12 ol $57.439. Total unrealized losses of $I6.532 for 2Ol3 included above are altributable to non-consolidated joint venture investments held at December 31, 20]3, and are included in unrealized appreciation (depreciation) on non-consolidated joint venture investments in the accompanying combined statements of operations. Total realized losses of $7,761 for 2Ol3 included above are attributable to non-consolidated joint venture investments sold during the year ended December 31. 2Ol3 and are included in loss on sale of non-consolidated ioint venture investments. lncluded as part of total realized loss€s recognized is the reversal of cumulative unrealized losses as of December 31,2OI2 of $53,770. Total unrealized gains of $11,932 and $]4,858 for 2013 included above are attributable to mortgage and Senior notes payable, respectively, held at December 31, 2OI3. and are included in unrealized'appreciation on mortgage and senior notes payable in the accompanying combined statements of operations. 56 I l:'1i l 195 Notes to Combined Fina ncia I Statements The following table shows quantitative information about signif icant unobservable inputs related to the Level 3 fair value measurements used 6t December 31, 2Ol5: (ln Thousands) REAL ESTAf,E 1NVESTMENTS .].FAIR VALUE lndustrial $1,161,350 VALUATTON TECHNTOUE(S) UNOBSFRV_AF.l-E INPUTS Discounted cash flows Dlscount rate Direct capitalization analysis Exit capitalization rate RANG.ES (WEIGHTED AVERAGE) 6.2s96-9.00X (7.36r() 5.7s%-8.00* (6.54%) Discounted cash flows 2,O45,O37 Directcapitalizationanalyris Discsunt rate Exit capitalization rate 6.2s%-9.50* (7.26*) 5.5016-8,25S (5.,47'6) Resjdential L.874.974 Discounted cash flows 692,883 Dir€ctcapitalizationanalysis Discounted cash flows Di r€ct capitalization analysis Discount rate Elit capitalization rate 6.25%-10.00* (7.00r() 5.00*-5.2s!6 (s.s8s) 6.25X-7.75% (7.30X) 5.50X-6.75!6 (6.0016) Discount rate Exit capitalization rate Discounted cash flows 254,500 Directcapitalizationanalysis Discount rate Exit capitalization rat€ 9.12x-10.00fr (9.51"X) 7.50t(-8.00x (7.67)6) Sales comparison approach Price per square foot $3.00 per square foot Total Real EsEte lnvestments $6.039.244 196 Notes to Combined Financial Statements The following table shows quantitative inlorrnation about significant unobservable input$ related to the Leyel 3 fair value measurements us€d at December 31.2Ol3: (h Thousands) INVESTMENT IN NON.CONSOLIDATED JOINT VENTURES FAIR VALUE VALUATION TECHNIOUE(s) UNOBSERVI\BLE INPUTS RANGES (WEIGHTED AVERAGE) Allice Prooetties $93.154 Discounted cash flows Dir€ct capitalization analysis Discount (6to Exit caortalization rate 6.75%-7,00* (6.90%) 5.75X-5.25% (6.05X) Hortgage notes payable 4t.44?Net present value Crsdit spreads Loan to value ratio 3.75X-4.90n (4.38'{) 39.14%-50.33U U4 221$') Olherr 3,43? Total offic€$ 55,184 R*!,dantial: Properties Discounted cash flows $153.451 Directcapitalizatronanalysis Discount rate Exit capitalization rate 6.5€rr.-7,75X (7.581) 5.00r(-5.75X (s.65X) MortgsEe notes payable LO.478 Net oresent valu€ Credil spreads Loin to v6tue ratio 2.ssi (2.55%) 50.36x t50.361*) Oiherl 5,292 Total Residential $148,26s RAGi! Properties Mortgage notes payable Discounted cash flowr $253,550 Directcapitalizationanalysis 87.996 Net present valug . Credit spreads "!9!! tq":":!g:_,:Ig*. 4.55S-6.2ry (5.28%) 46.O2X-7 4.23* t6t, 47 %) DiSCOUnt rste Exit capitalization rate 7.50flr-11.00X (8.15r) 7,W%-9.25,. <7.44v,1 1.801 Total Retail $167,355 llo!ei; Propertres Discount€d cash flows $316,763 Directcapitalizationanalysrs Discount rate Exit caoitiliration rate 10.24'{ (10.24%) 8.97r( (8-97X) Mortgage notes payable 187.500 Net present value Credit spreads Loan to value ratio 1.60,i-10.181 (5.80X) 59.19X (59.19S) {)ther'7.2A4 Total l-lot€l 9136.5{7 I irt, L"^d -$17e-0 793 Sales comparison approach Price per square foot S3.68-$3.72 per square toot Otherl Total Land s 3.585 Tot6l lnvestrnent ia Non- Consolidated Joint Ventures $s10,934 lother reptesents the Furd! share of the net ,ssets rn the non*consalidatad ioint ventules, caftied at east which approximates fair value. 197 Notes to Combined Financia I Staternents The foltowing tables show quantitative informaiion about significant unobse,'vable inputs related to the Level 3 fair value rneasurements used at December 31, 2O13: (ln Thousands) NOTES RECEIVABLE Notes Receivable FAIR VALUE $ 9.984 VALUATION'ECHN IOUE(S) Ouistanding principal _ amount plus accrued interest UNOBSERVABLE INPUTS RANGES (VIISTCHTED.IWERAGE) lnterest rate 4.5016 (4.5O%) (1n Thous€nds) MORTGAGE NOTES PAYABI.E lndustrial r&e vAlUr vALUATToN TEcHNrauE(s) 15,310 Net present value UNOBSERV-ABL€ INFU S Credit spreads Loan to value ratio RANGES (WEIGHTED AVERAGE) 5,39X-5.35X (5.79S) 33.? 4X- 42.27l, (38.7 A&' Offbe 109,919 Net present value Credit spread! Loail to vallre rtstio 4.25%,-7,2AX $.0L*} f7 .7 9Y,-7 2.f 4X (a5;68%) Residential 4{8.096 Net present value Credit sDr€ad3 *:l_!9 Y"lYe'..::ig Credit rpreads Loan to value rBtio 2.30ts-5.75X (3.51X) 33.96x,-68.r.2r (46.90',d) Retail 88,075 Net present value 5.16ts-s.17r (5.r78) 24.465F53.s3r( (31.6s*) Tot6l MortEage Nol€s P6yabla $ s61.400 (ln Tho{saods) SENIOR NOTES PAYABLE Senior Notes Payable FAIR VALUE VALUATION TECHNIOUE(S) $999.587 Net present value UNOASERVABLEINPUTS RAN6ES(WEIGHTEDAVERAGE) Credit spreads 2,@8-5.25% (3.24r{) 5. REAL E5TATE INVESTMENTS Fulure minimum rents to be received under non-cancelable commercial operating leases as of December 31, 2O14, are approximately as follows (showfr in thousands): ln addition to the minimum rent amounts, various l€ases provide for escalation charges to tenanls as well as percentage rents. Escalation charges and percentage rents in the amount of approximately $55 millron and $50 million are included in rental revenue for the years ended December 31, 2Ol4 and 20t3, respectively. During 2Oi4, the Fund purchased l3 wholly owned properties for a total purchase price of approximately $564 million. During 2O13. the Fund purchased lO wholty owned properties for a total purchase price of approximately $783 million. 2015 TOTAL $ 268"4$5 2016 244.276 l9g 2018 217.850 191.262 2019 164.137 There€fter 527,655 Total $1.613.635 5S 198 Notes tc Combined Financial Statements During the year ended December 31, 2OI4, the following properties were sold: PROPERTY NAII{E' Fif th Street lndustrial PBOPERTYTYPE LOCATION lndustrial Phoenix. AZ .: GNOSS SA,LE REALIZED PR|CE o) CAIN^LOSS)o) SALE DATE .: (ln Hllllons) :(1n Mllliqns) o4/74/20L4 tg.O t(0.6) Gwinnett Medical Office Lawrencevllle.GA OB4S/2O74 lL1 (o.3) ganyan Grgve at Towne Square Resldential Virsinia Beach, VA O9/O4/2O14 4l.0 (!.2) Geneva Industrial lndustrial Tempe, AZ LO/O3/2014 (0.8)5.8 Specialty Labs Office Building Office Santa Clarita, CA L2/12/2O14 t.2 Vero Medical Suites Office Vero Beach, FL t2/1a12014 Total $172.s 3o.z 'Gtoss sale price excludes a partial sale thal occurred during the year with a Eross sale priie of $13.1 million.zRealized gainloss exc/udes the impact of any residual amount associated with properties sold in priot years, howeveL excludes the partial sale that occurred during the year with a realized loss of $1,3 mlllion, During the year ended December 3I, 2013, the following properties were sold; GROSS SALE REALIZED PROPERTY NAME Progress Distribution Center PROPERTY TYPE lndustrial PRIcE GArN/(LoSs)o)LocArloN SALE DArE <rn uirrion'J -'-iiiliniJ'it> Lawrenceville. GA A3/'lt/2O13 $6.5 $ (O.3) Elliort West Otfice Seattle. WA 04/oe/2013 r42.5 (5.O) One Metro Center Office Washington, EC w130/2013 307.s Q.9) Hohokam l0 West Park lndustrial Phoenix. AZ o8/o6no1s 3.9 o,9 Office lrvine. CA ae/ag/2013 12.9 o.9".-lr"tLs t -_-- Banting lll Office lrvine, CA oa/o9no1s 17.1 x.9 J"l 15 South 3rd Street lndust.ial Milwaukee. Wl ro/o3/2013 (0.9) 5319 South 3rd Street lndustrial Milwaukee, Wl to/03/2013 3,1 (1.3) (1.4)Fr;nklin Commerc€ Center lndustrial F anklin, wl to/03/2a13 Pewaukee Commerce Center I lndustrial Pewaukee, Wl to/o3/2013 3.5 (o.3) Pewaukee Commerce Center ll Falcon Pines Apartments lndustrial-------'-' Residential F"ll?uk9,-e-:Yl Orlando. FL to"193l?9:1 'tl,/22/2013 4.2 31.s .(o.1? 0.5 $542.4 $(11.s) 'Realized gain/loss excludes the ifipact of any residual amount associated with prcperties sold io prior years At December 31,2014, the Fund owned l2l properlies of which 118 are wholly owned and 3 are in joint ventures in which the Fund owns the controlling interest. At December 31, 2013, the Fund owned ll4 properties of which lll vr'ere wholly owned and 3 were in ioint ventures in which the Fund owned the controlling interest. 6. INVESTMENT IN NON.CONSOLIDATED JOINT VENTURES During the nermal course of business, the Fund makes contributions to their non-consolidated ioint ventures at its relative ownership interest in each ioint venture. The Fund's contributions to non-consolidated ioint ventures for the years ended December 31, 2014 and 2Ol5 were $43 5 million and $2.6 million, respectivety. At December 31,2Ol4 and 2013, the FUnd had no unfunded commrtments to its unconsolidated joint ventures. On July I, 2OO4, the Fund entered into a jornt venture with Federal Realty lnvestment Trrrst (FRIT) and formed Federal/ Lion Venture. L.P. (Federal) to lnvesl in neighborhood/ community shopping centers. On July 24,2014, Federal sold Pleasant Shops for a realized gain of $2.9 million. At December 31. 2014, Federal owns a total of 6 properties. The carrying value of the Fund's investment in Federal as of December 31. 2014 and 2O13 was approximately $102 million and $lOl million, respectively, with an ownership interest of approximately 7O%. During the year ended December 3], 2014, the Fund contributed $15.7 million to Federal, representing ils share of the loan payoffs related to two properties, Plaza Del Mercado and Atlantic PJaza. 60 199 Notes to Combined Financial Statements On December 29,2044, the Fund eotered into a ,oint v€nlure with Ramco-Gershenson ProBerties Trust (RPT) and formed Rarnco/Lion Venture, L.P. (Ramco) to invest in neighborhood,/ community shopping centerg in the Southeastern and Midwestern United Stales. On March 25. 2013, the Fund so'd its 70% interest in 13 of the 16 properties for a realieed gain of $7,4 million. At December 31,2014, Ramco owns a total of 3 properties. The Fund's investment in Ramco as of December 31, 2014 and 2OI3 was approximately $49 million and $46 million, respectively, with an ownership interest of 7O%. During the year ended December 31, 2O13. the Fund contributed $O.1 mitlion related to the normal course of business for the Ramco properties. On August l, 2006, the Fund ente.ed into a joint venture with SFM-XlX, LLC and Rochester lnvestors, subsidiaries of R. W. Selby and Company. lnc. (Selby), to invest in a multifamily residential property located in Los.Angeles, Calilornia (Rochester Apartments). The carrying value of the Fund's investment in Rochester Apartments as of bqth December 31, 2O14 and 2O13 was approx;mately $11 million with an ownership interest of 9O%" On December 28, 2006. the Fund entered into a ioint venture with Montecito Medical lnvestment Company, LLC (Montecito) to iovest in medical office properties located throughout the United States. Under the oriEinal agreement, the Fund had a 93% ownership interest in the joint venture. During 2O12, the Fund paid approximately $3 million to the loint venture partner to acquire its interest in 6 of the 7 properties. During the year ended December 31,2O'13. the Fund contributed $l.O million related to the norm€l course of business for the Knoll North property. On August l, 2Ot3 the Fund sold its interest in the 1 remaining property for a realized gain of $O.3 million, On March 1,2OO7, the Fund entered into a joint venture with 35OO Partners, LLC, a subsidiary of M- David Paul & Associates, LLC (Central Park) to invest in an office building located in Burbank, California" The Fund's carrying value of the investment in Central Park as of December 31, 2Ol4 and 2O13 was approximateiy $4O million and $37 million, r€spectively. v.rith an ownership interest of approximately 49%. On March 9, 2OO7, the Fund entered into a joint venture with Tqconic Eastchester lnvestors. LLC (Taconic) to invest in a multifamily residentia, property located in Bronx, Nevr York- The Fund's carrying value of the investment in Taconic as of December 3'l,2Ol4 and 2013 was approxim8tely gr50 million and $137 mrllion, respectively (see Note 8), with an ownership interest of 9O%. During the years ended December 3'1, 2Ol4 and 2O13, the Fund contributed $1.6 million and $1.4 million, respectively, to fund capital calls requelled by Taconic. On April 18, 2OO7, the Fund enlered into a ioint venture with Panattoni Development Company, Inc. The venture purchased four parcels of land and one operating industrial building Iocated in Denver, Colorado (Mile High). On February 14.2014 the Fund paid $0.3 million to the ioint venture partner to acquire its interests in the remaining two land parcels and therefore conrolidating these as part of reei €state investments on the cornbined statement of assets. liabilities and equity as of December 31, 2014. During the year ended December 31, 2013, the Fund contributed $O.l million reiated to the normal course of business for the panattoni properties. On May 23.2OO7, the Fund entered Inlo a ioint venture with Lion Vallre Fund and REollHenley and acquired Apple Hospilality Two, lnc^ (Lion ES), a non-traded public REIT with 47 upscale extended-stay hotels in lB states thrqughout the united States as of December 31,2O13. The Fund's ownership interest in Lion ES was 37.5% at December 31, 2013. On August 12,2014, Lion ES was sold for $8OO.O million and had a realized loss of approximately $21 million. The Fund's carrying value of the investment in Lion ES as of December 31,2014 and 2Ol3 was approximately $5 million and $137 million, respectively. The Fund's residual investment in l-ion ES at Oecembgr 31,2014 was a sale holdback. which is expected to be distributed in the first half of 2O15. On July 18, 2007. the Fund entered into a joint venture with DCD America, tLC (11 E 44th) to inv€st in an office building located in New York, New York. The Fund's carrying value of the investment in ll E 44th as of D€cember 31, 2Ol4 and 2Ol3 wa9 approximately $21 million and $18 million, respectively, with an ownership interest of approxirnately 49%. On July 20,2AO7, the Fund entered into a joint venture with Gart Propertie$, LLC (Vilioge) to invest in a community shopping center located in Boulder, Colorado. The Fund's carrying value of the investment in Village as of December 3.I. 2014 and 2013 was approximately $5? million and $21 million, respectively (see Note 8), with an ownership interest of 8O%. ln 2O14. the Fund contributed $26 million to Village to fund the loan payoff of Village Shopping C€nter^ As of December 31, 2014. the Fund is not contractually obligated to provide financial supporl to any of its loint ventures. 200 Notes to Cornbined Financial Statements .: CENTRALFEDENAL RAMCO PARK TACONIC A summary of the f inancia, information for the non-consolidated joint yeotures at December 31. ?Ot4 is as follows (shown in thousands); Balence sheet LION ES OTHERI zo1,- TOTAL As3ets Real estate lnvestments t a19,720 t 99,500 t ,23.000 I 162,000 s - 1767,40A ' 73,-,720 Other assets 5,58!2,3119 7FA6 9,100 14190 5,253 43,8t1 Total assets $ 18s,103 $ 101,919 t 110,386 t 171,100 $14,190 ttt2,65a $ 175,5s1 "L-l*-l,l,I, ".":ndgI!:j.' lilrt"l Morlgage noies payabl€34,789 , 30,093 t 118,0(}0 $-t -149,197$ I,62,279 Other liabilities 3,465 ,"852 3ra 49lt 1 098 5.315 15,022 Total liabiliries 38,254 5L94s la,378 4,911 t@8 57,713 L77,gL Total partners' capital 14r,O49 69,974 82,0O8 :,66,L87 u,,092 119,9rU)598,250 Total liabilities End partners' capitai t 185,103 s 1o1,o1r t illo,t8S t 171,100 $14190 t172,5sr $ 77s,ss1 Fund's iRvesiment interest , 10L906 I 48,942 I 40.2s0 t 149,569 I 4909t83,907t 423,483 lncome statement Revenues ^ErP_"r": -.. _ Realized qain (loss) 17,910 t 10,635 $ 10,167 f 18,7s9t 183,36s t 16,067 f 156,e6. 8:t72 5,9s7 6,a81 13,1ill 155,498 10,395 2{X},025 4,461 (s6,r:l2)(51,671) Unrealized (deoreciation) appreciation 5,987 3,457 ,,772 6,09s 10,196 29,907 Nei income t 19.646 t 8,115 , 7,658 t 1r"711 , (28,25s) t 15,968 t t4,771 Fund's equity in net income2 I 12,062 t 5,593 $ S,Zce s 10,ss8 I O0,600) I 10,89r $ 52,242 lother includes the Fund's equity interest in Selby, Panattonl Vllage, and ll E 44th and excludes fhe inlesamenfs in Marketplace at the Outlels and Palrh Beach Outlit:s in 'the amaunt ol $211.2 million which ls included in the combined s.talements ()1ss'ets. liabilities and eouity.tThe fi.tnd's shae of "quity in net incorne includes unrealized appleciationldepleciaiion and realircd gainltoss on sale (if applicable). A summary of the financial information for the non-consolidated ioint ventures at December 31. 2OI3 is as follows (shown in thousands): FEDERAL CENTRAL ..'RAMCO PARK TACONIC LION ES OTHERI 2013 TOTAL Ealance sheet Ass€ts: Real estate investments s 200,620 $ 9s,700 $ 116,000 s 147,000 -1_^8114 37,744 s 159.800 s 1.563.S20 5.94I 65.163Other assets 2.891 1.736 6,260 L0,59:. Total assets $ 203.511 $ 97,436 I )22,tffi $ 1s7,s91 t 882.444 $ 165.741 $ 1,528.983 Llabi li t ies a n9. "!:- jr_tn:f : :--p lt _"1 Mortgage notes payable s7.655 $ 30,s06 $45.403 t - 9 500.000 $83,780 $ 717344 Other liabiliries Total liabilities .1.25.1 1,867 1,007 {,955 18.319 3.358 34,747 58.906 32.373 --a-:?Jl . .j1€:119-*-8ff19 *....zt8.091 144,605 65.053 75.850 ]52.656 364.X25 78.s93 880.892 46,410 Total partners' caprrel Total liabilities and partners' capital $ 203,51r $ 97,436 $ L22,260 $ 157,591 $ AA2/44 $ 165,741 $ 1,628.983 FUnd's inv€stment interest $ 101,002 $ 45,507 $37-?45 $ 137.3C1 S 135.547 $ 53.142 $ 510,934 lncome statement REvenues xB.B64 $ 19,948 $9.685 $r7p],2 1 269,6?8 $16.463 $ 352.500 Expenses Realized gEin (los!) 9,211 11.,585 6,114 (308) L2.792 233,336 12,099 285,137 <22)(330) 7,288 (1.O!'O) (79.997) 8,599 (57.681)Unrealized (d€preciation) appreciation 13.223 (s.704) Net income $ 22,876 $ 2.35r. t 10,859 $4.030 $ ({3,705) $ 12.941 $9.352 Fund s eqijlty in net income'$ 15.783 $ (5.540) S 5,299 $3.6?7 $ (16.389) 3 8.570 S x1.350 :Otie/ rncrudEs the Fr/"'d's eeuily inte/est io $elbtr F*naltonr, l4]lagE Mocrecrta. and ll E 441h.2rfle Fuods sia.e ol eqsity ifi net ficome ncludes unreal?ed apprpcdtion/deprccialian aad reat$ed gBinlos"s on sa/e fifdpglicabrej. 201 Notes to Combined Financial Statements 7, OTHER INVESTMENTS Palm Beach Outtets ln Decernber 2014. the Fund provided $ll2.O million of mezzanine financing to a third party developer (the Developer) for a retail outlet center in West Palm Beach, Florida (Palrn Beach Outlets). The mezzanine loan has a term of five years with a fixed annual interest rate of 67o due monthly in arrears. Palm Beach Outlets has an existing first mortgage construction loan with Wells Fargo for $206.3 million of which $123.4 million w8s drawn. The Fund entered into a put,/call option with the Developet where the Fund has the option to purchase the property and the seller has the optaon to sell the property to the Fund. The contractual purchaselsale price of Palm Beach Outlets is $283^O million. The Fund can exercise the option by providing written notjce to the Developer during the period between January ?.20fs and March 16,2015. The closing date of the purchase shall be not less than 45 days and not more than 9O days after the option exercise notice, The Fund expecis to exercise the pur:chase option and convert the loan to equity ownership within the first 6 months of 2O15. Once converted, Palm Beach Outlets will be held in a ioint venture with the Fund owning a 90% interest and a member of the Developer retaining a l0% interest. The joint venture expects to borrow up to a $.165.0 million first mortgage concurrently with the closing of the purchase. Based on the characteristics of this ADC Affangement which are similar to those of an investment, combined with the expected residual profit being greater than 5O%, the arrangement is accounted for as a real estate investment And is reported as an investment in non-consotidated joint ventures and other investments in the combined statements of assets, liabilities and eguity at December 31,2014. ln addition, the Fund determined that the option to pur.chase the entire developed property is not a derivative financial instrument pursuant to U.S. GAAP. As such, the embedded feature is not required to be bifurcated and the fair value accounting for the embedded feature at each reporting date is not applicable. The Fund h6s determined Palm Beach Outlets to be a variabie interest entity (VlE). The Fund's involvement is solely as the lender on the mezzanine loan with protective rights as the lender. The Fund does not have power to direct theactivities that most significantly impact economic performance of the VlE. As a res.ult, the Fund is not the primary beneficiary and is not required to consolidate the VlE. Marketplace at the Outlets ln December 2O14, the Fund provided a glo O mitlion first mortgage and $89 million of mezzanine financing to a third ptsrty developer (the Developer) for a retail shopping center in West Palm Beach, Florida (Marketplace at the Outtets). The first mortgage has a term of five years with a fixed annual intere$t rate of 4.75% due monthly in arrears. The mezzanrne oan has d term o[ five years with a fixed annual interest rate of 4.75/o due monthly in arrears. The Fund entered into a put/call option with the Developer. where the Fund has the opt;on to purchase the property and the Developer has the option to sell the property to the Fund. The contractual purchase/sale price of the property is $116;7 million. The Fund can exercise the option by providing written notice to the Developer during the period between October 7, 2Ol5 and January 7. 2016. The closing date of the purchase shall be not less than 6O days and not more than 9O days after the option exercise notice. The Fund expects to exercise the purchase option and convert the loans to equity ownership within the fourth guarter of 2O15. Once converted, the property will be a wholly-owned asset of the Fund. Based on the characteristics of this ADC Arrangement which are similar to those of an investment, combined with the expected resldual proflt being greaier than 50%, the arrangement is acqounted for as a real estate inyestment and is reported as an investment in non-consolidaied ioint ventures and other investments in the combined statements of assets, liabilities and equity at December 31, 2014.ln addition, the Fund determined that the option to purchase the entire developed property is not a derivative financlal instrument pursuant to U.S. GAAP. As such, the ernbedded feature is not required to be bifurcated and the fair value accounting for the embedded feature at each reporting date is not applicable. The Fund has determined Marketplace at the Outtets to be a VlE, The Fund's involvement is solely as the lender on the mortgage and the rnezzanine loans with protective rights as the lender. The Fund does not have power to direct the activities that most significantly impact economic performancs of the VlE. As a result, the Fund is not the primary beneficiary and is not required to consolidate the VtE. 8. NOTES RECEIVABLE Kettler On May 4.2OO9, the Fund made a loan of $3.5 rnillion to Pentagon East One A, LLC (Pentagon), the minority interest partner in CLPF-Metropolitan One Venture. L.p. (The Gramercy at Metropolitan F6rk) and a subsidiary of Kettler, lnc. The note was secured by Pentagon's lO% minority inter.est in The Gramercy at Metropolitan Park and was guaranteed by Keltler, lnc. The loan bore interest at an annual rate of 8% with interest payments due monthly. The borrower w6s permitted to defer monthly interest, in which case any such interest was added to the unpaid principal balance annually on June I of each year. The aggregate unpaid principal amount and any outstandinE accrued interesl was payable at maturity on April 30, 2013. All distributions due to the borrower from The Gramercy at Metropolitan Park during the term of the loan were to be applied towards any accrued interest and principal outstanding at that time. On July l. 2013. with an effective date of January l, 2OI3, the loan was converted to equity in The Gramercy at Metropolitan Park which increased the Fund's interest to 95,8%. Taconic On November lZ 2O'lO, the Fund made a shortfall contribution and partner loan (as defined in the ioint venture agreement) of $8.7 million to Taconic Eastchester lnvestors, LLC and Taconic Eastchester Principals. LLC (collectively catled Taconic Partners). This amount represents the Taconic Partners: pro rata share of the total contribution necessary to secure the loan payoff at the underlying property (Eastchester Heights) on the same day. The loan bears interest at an annual rate of 4.5%. r: ii 6! 202 Notes to Combined na ncia I StatementsFi The principal balance and any accrued and unpaid interest are secured by a first priority lien upon and security interest in the Taconic Partners' right to all distributions from the partnership. The aggregate unpaid principal amount and ahy outstanding accrued interest is payable at maturity on November 17,2O2O. although a f ive-year extension option is available" A,ll distributions due to the Taconic Partners frorn Eastchester Heights during the term of the loan shall first be applied towards any accruecl and unpaid interest at that time. At December 31, 2014 and 2OI3. total principal and accrued interest outstanding on the loan was approximately 910,3 million and $'lO.O million, respectively. Village On July 30, 2014, the Fund made a shortfall contribution and a partRer loan (as defined in the .ioint venture agreement) of $6.5 mallion to GRI Village Management LLC Gart Village Partners). This amsunt represents Gart Partners'pro rata share of the total contribution.necessary to secure the loan payoff at the underlying property (Village Shopping Center) on the same day. The loan bears interest at an annual rate of 4%. The principal balance and any accrued and unpaid interest are secured by a first priority lien upon and security interest in the Gart Village P6rtners'right to all distributions from the partnership. The aggregate unpaid princinel amount and any outstanding accrued interest is payable at maturity on November'3O,2024. All distributions due to Gart Partners from Village Shopping Center during the term of the loan shall first be applied towards any accrued and unpaid interest at that time. At December 31,2014, total principal and accrued interest outstanding on the loan was approximately $6.5 million. 9. f'4ORTGAGE NOTES PAYABLE At December 31, 2014, the Fund had 17 mortgage loans, which are collateralized by 30 real estate properties with an aggregate fair value of approximately $],672 million. Such fiortgage loans have interest rates ranging from 1.86% to 6.75%. with a weighted average interest rate of 4-9O% and maturity dates ranging from 2Ol5 to 2021. At December 31, 2014, the fair value of the Fund's fixed rate first mortgage notes payable based on market borrowing rates at December 31, 2Ol4 for mortgage notes with similar terms and property specific factors was approximately $585 million with a principal balance of approximately $568 million. At December 31, 2014. the fair value of the Fund's Floating rate first mortgage notes payable based on market borrowing rates at December 31, 2Ot4 for mortgage notes with similar terms and Oroperty specific factors was approxrmately $5O million with a principal balance of approximately $5O mlllion. The future minimurn principa, payments for the next five years and thereafter are as follows (in thousands): 2015 $ 30,7s3 2d.838 2917-_ 2018 81.O94 7,598 2019 288,835 Thereafter 1a5.OOO Total As of December 31, 2013, the Fund had 20 mortgage loans, which were collateralized by 20 real estate properties wifh an aggregate fair value of approximately $1,658 million. Such mortgage loans had interest rates ranging from 5.22% to 7.28%, wilh a weighted average interest rate of 5.68% and matr.rrity dates ranging lram 2014 to 2O19. At December 3I, 2013. the fair value of the Fund's fixed rate first mortgage notes payable based on borrowing rates available ai December 31, 2Ol3 for notes with similar terms and average maturities was approxirnately $661 million with a principal balance of approximately $644 million. .IO, SENIOR NOTES trAYABLE On April 27,2OO5, the Fund rssued $iOO rnillion ot 5.48% Senior Notes. Se"ies B, due April 27.2017. On August 23, 2OO5, the Fund issued $2O0 million of Senior Notes coneisting of (i) $lOO million of 5.22% Senior Notes, Series C, due August 23,2015. and (ir) $lOO million of 5.32% Senior Notes, Series D, due August 23,2017, On December 15,2OO5, the Fund issued $2OO million of Senior Notes consisting of (i) $l5O million of 5.62% Senior Notes, Series E, due December 15,2015, and (ii) $5O million of 5.72% Senior Notes, Series F, due Decernber '15, 2017. On December 6, 2006, the Fund issued $25O million of Senior Notes consistins of (i) $I25 million of 5.73% Senior Notes, Series G, due December 6, 2016. and (ii) $125 million of 5,837o Senior Notes, Series H, due December 6, 20]8. On June 15,2OO7, the Fund issued $2OO million of Senior Notes consisting of (i) $50 million of 5.69% Senior Notes. Series l. due June 15, 2O16. and (ii) $l50 million of 5.847o Senior Notes, Series J, due June 15, 2019. On February 14,2O14, the Fund issued $]50 million of Senior Notes consisting of (i) $12 million of 3.95% Senior Notes, Series K, due February 14, 2021; (,i) $98 million of 4.60% Senior Notes, Series L, due February 14,2024, and (iii) $40 million of 4.75% Senior Notes, Series M, due February 14.2026. On June 2. 2014. the Fund issued $5O million of floating rate Senior Notes, Series N. due June 2,2021. These notes bear an interest rate of LIBOR plus a spread ot 1.7o%. At December 31, 2014, the rate was 1.93%. On July 1,2014.the Fund issued $1OO million of Senior Notes consisting of: (i) $5O million of 4.15% Senior Notes, Series O. due July l, 2o2l; (ii) $35 million of 4.8O% Senior Notes, Series P, due Julyl,2Q24; and (iii) $15 rnillion of 4.95% Senior Notes, Series Q, due July 1.2026. The Senior Notes bear interest only and the principal payments are due on their maturity date. As of December 31, 2014 and 2O13, the estimated fair value of the Fund's Senior Notes was approximately $1,277 million and $l,OOO million, respectively, with a principal balanc€ sf $1.25O and $950 million, respectively. The fair value is calculated by discounting the difference between the contractual note payments and estimated market note payments at an equity discount rate equivalent to that which ra,ould be utilized by market participants. 2016 64 l i,:,r,i ,, irr:i t,iii-'i. i rrif $618.118 203 Notes to Combined Financial Statements The future rninimum principal payrnents for the next five years and thereaf ter are as follows (in thousands): 2015 2016 2018 125,000 p019 150.000 Thereafter 300,000 $ 1,250.000 ,II. CREDIT FACILITY On June 22,2012, the Fund obtained an unsecured credit facility (the Facility) from a syndicate of lenders in the amount of $25O million with an accordion feature to increase the size up to $4OO million, On November 25,2014 the Fund exercised the accordion feature in the amount of $1OO million, which increased the total Faciiity to $35O million. The Facility has a four year term with 6 one year extension option. Draws under the Facility may be Base Rate Loans or Eurodollar Rate Loans, as defined. Base R€te Loans bear interest at a rate €qual to Base Rate plus the Applicable Rate (as defined). Base Rate eguals the highest of (a) Federal Funds Rate plus 0.5%: (b) Bank of America's daily announced prime rate; and (c) the Eurodollar Rate plus]%. Eurodollar Rat€ Loans bear interest at a rate equal to Eurodollar Rate plus the Applicable Rate. Eurodollar Rate equals to the daily announced BBA LIBOR, Applicable Rate is based upon the Fund's consolidated leverage ratio as set forth in the mosi recent compliance certificate. The Facility is subject to certain customary compliance reeuirements, including a consolidated leverage ratio. 6 secured and unsecured leverage ratio, an interest and unencumbered interest coverage ratio. a minimum net asset value requirement and certain asset and liability composition limitations. The Fund is in compliance with such requirements at December 3'1, 2014, The Fund values the Facility at the cufient contractual price and applicable interest rate at the time o, each draw. As of December 31,2014, there was $2O5 million drawn on the Facility. 12, EOUITY CAPITAL CONTRIBUTIONS AND REDEMPTIONS During 2O14. the Fund received capital contributions of approximately $485 million, representing additional investments from existing investors and initial contributions related to the admittance of 18 new investors. The Fund declared distributions to its investors. according to their share percentages at the time of distribution, aggregating $212 million, of which approximately $55 million remained unpaid at December 31, 2014, and is included in accounts payable and accrued expenses in the accompanying combined statements of assets, liabilities and equity, During 2OI4, the Fund accepted a total of $382 million in redemption requests- At December 31,2AM, approxirnately $l3O miilion of redernptions remained unpaid and is included in accounts payable and accrued expenses in the accompanying combined staternents of assets, liabilities and equity. All outstanding redemptions and distributions were paid in January 2O15. During 2Oi3, the Fund received c.apital contributions of approximately $658 million, representing additional investments from existing investors and initial contributions related to the admittance of 24 new investors. The Fund declared distributions to its investors, according to their share percentages at the time of distribution, aggregating $2OO millioo, of which approximately $51 rnillion rernained unpaid at December 31, 2013, and is included in accounts payable and sccrued expenses in the accompanying combined statements of assets, liabilities and equity. During 2013, the Fund accepted a total of $568 million in redemption requests. At December 31, 2013. approximately $161 million of redemptions remained unpaid and is included in accounts payable and accrued expenses in the accompanying combined statements of assets, liabilities and equity. All outstanding redemptions and distributions were paid in January 2O14. The investors are not obligated to make any additional capital contributions except as stated in each investor! Subscription Agreement. TRANSFER AND REDEMPTION OF INTEREST The transfer of interests and substitution of investors may be made at the discretion of the Manager pursuant to the terms of the Agreement. Any transferee of an interest in the Fund who is not admitted as a substituted investor shall have the right to receive allocations and distributions pursuant to the Agreement but shall have no other rights under the Agreernent. lnterests may be redeemed by an investor at any time throughout the term of the Agreement upon 9O days'prior written request. Redeemed interests shall remain outstanding and share in any cash distributtons until the interests are surrendered upon payment oF the redemption price. lmmediately prior to the redemption of an investor, the Fund shall adjust the carrylng values, as defined. of the Fund's assets and liabilities upwards or downwards and such gains or losses will be allocaled to the investors in accordance with their percentage interests, as defined (the Aci,iusted Equity). To the exLent that liquid assets of the Fund, as determihed in the sole discretion of the General Partner. are insuf ficient to satisfy redemption requests, redemptions will be redeemed on a pro rata basis as liquid assets become avaiiable. Under no circumstances will the General Partner be required to cause the Fund to sell investments to satisfy redemption requests. The redemption price on the redeemed interest is equal to the investors'percentage interest in the Adjusted Equity. 250-,q00 lIs.900 250,0002Ar7 fotal 65 204 Notes to Combined Financia I Statements i3, PROPERTY MANAGEMENT FEES Properties are generally managed by third-party managing and leasing agents. The management fees, as provided by the property manaqement agreements, range from t.3% to 4.O% of revenue or gross receipts, ln certain cases, property management fees are charged based upon a fixed amount, as defined by the agreement. Property management fees earned by third-party managing and leasing agents for each of the years ended December 31,2014 and 2Ol3 were $B milJion and $7 mlllion, respectively, and are included in real estate operating expenses in the accompanying combined statements of operations. 14. RELATED.PARTY TRANSACTIONS CASH MANAGEMENT FEE AND MANAGEMENT FEE The Fund and Clarion entered into a management agreement effective April 1, 2OOO, to provide management services to the Fund. Pursuant to the Agreement, Clarion is entitled to receive the following fees for its services, payable quarterly and in arrea rs: . A Cash Management Fee equal to O,1O% per annum of the cash and cash eguivalents held by the Fund;6nd . A Management Fee equal to (il1.25% per annum of the amount of each investor's Management lnterest, as defined, up to and including $10 million; (b) 1.OO% per annum of each investor's Management lnterest. as defined, in excess of $'lO million up to and including $25 million; and (c) O.85% per annum of the amount of each investor's Management lnterest, as defined, in excess of $25 milhon up to and including $lOO million. The Management Fee for investors with Management lnterests, as defined, in excess of $lOO million shall be agreed upon between the Manager and such inv€stor. The Cash M6nagement Fee and Management Fee are the obligation of each individual investor and, therefore. are not reflected in the accompanying combined financial statements. Fees not paid directly by any individual investor will be oaid by the Fund on behalf of such investor and deducted from quarterly distributions. For the years ended December 31, 2Ol4 and 2013, such fees were approximately $47 million and $42 million, r'espectively. PROPERTY MANAGEMENT FEES Certain related partles to the Fund are the management and leasing agents for several properties. The management fees, as provided by the property management agreements, range tram 2.5Yo to 3.3% of revenue, gross receipts or a fixed amount, as detined by the agreement Property management fees earned by the related pdrties were approximately 91.4 million and $2 million for the years ended December 3I, 20'14 and 2013, and are included in real esttste operating expenses in the accompanying eombined statements of operations. Property management fees payable to the related parties were approximately $O.l million and $O.? million for the years ended December 31,2014 and 20]3, respectively, and are rncluded in accounts payable and eccrued expenses in the accompanying combined statements of assets, liabilities and equity, I5. FINA^NCIAL HIGFILIGHTS ASC 946, Financial Services-lnveslment Cofipdnies, requii'es disclosure of total return, as well as ratios of expenses and net investment income to average net assets (the Financial Highlights). The following are the Flnancial Highliehts attributable to investors of the Fund for the years ended December 31, 2Ol4 and 2013, after cash management and management fees, which are not expenses of the Fund but are the obligation of individual investors: YEAR FNOED PECEMtsER 31 Net ihvestment income ratio: AVERAGE NET ASSETSI 20111 : 2013 Operating expense ratioB 5-76 6.87 Total returno 12.18 11.80 iAverage net assets are rneasured using the weighted-dverag€ equily during the year including net income adiusted for the cash managemen[ fee and asset manage/nenl fee desctibed in Note 14.,Net investmenf incorne ratio includes ificome /ess a/,1 expenses ificluding cash management and assef maoagement fees described in Note 14. Amount excludes realized and unrealized gains and /osses.,Operating expeose ratio includes all expenses including cash management and rsset rnrnagefieot y'ees described in Note 14.lAnnual tirne-weighted retuhs arc calculated by linking quarlerly returns: quarterly relurns are calculated by dividing net income after cash management and management fees over weighted-average equity, Weighted-average equity is calculated by addihg time' weighted contributions to and subtracting titne-weighted distributions from the beginning equity bE/aace. I6. SUBSEQUENT EVENTS Subsequent evenls have been evaluated by the Fund through March 3, 2O15, the issuance date of the combined financial statements. On January 2,2015, the Fund rnade draws totaling $l3O million under the Facility, which bear interest at a rate of approximately 1.2%, On January 6, 2O15, the Fund sold Platinum Southside. a multifamily property in Austin, Texas, for a gross sales price of $28.5 million. On January 7, 2015. the Fund sold 49% of the common units of CLPF-Sand Hill Cornmons, L.P for a purchas€ price of $7O.6 million. Ihe Fund retained the remaining 5]% interest in the common units as lvell as a preferred partnership interest of $96 million. On January 9, 2015, the Fund paid down $8O million under the Faciiity. 3.70X 3.8896 66 ,: i '. ii;: i :'i 205 The Management Team PICIURET FROI.T LEFI 10 R'CHT: Doug Wolski, Directoc Lion ploperties Fund Assistant Portfolia Manager Lynn Stattel, Vice President. Lion Properties Fund Cantroller Geneva King, Senlor Assoclafe, Lion Prcperties Fund Assistant Controller Daniel Farr. Senior Vice President. Lion Propert,es Fund Chief Financiat Officer Jeb Belford, Managing Dilectat Lion Properties Fund portfolio Manager Joe Leahy, Associate, Lion Properties Fund Deteisha Smith, Senrbr assaaib{e. Lion properties Fond,Ass/sldnl Contfillet Jon Gelb, Senror l/rce prcsident, Lian properties Fund Assistant Pattfalio NBnaget Harris Markowitz, SenrorAssociate, Lion Prcpefties Fund Cui Tung, vice President, Lian Prapefties Fund Contrcller AB$UT CLAE}ON PARTNERS One of the leading real estale inveslment aovisors in the Ameilcas, Ciarion Part.ners' strength is derived from a broad network of experienced professionals who bring a deep knowledge of local markets to every investmenl decision^ With of fices in maior markets across the United States and Brazil. Clarion Fartners offers an array of real estate investment services to institutional investors. For 30 years, Clarion Partners has achieved investment success in both ttre private and public seclors WWW.CLARIONPARTNERS,COM 206 207 E:KHIBITC r]ORM OF ASSUMPTION OT LEASE AGREEMEITTT 208 EXHIBIT 2 1691 MICHIGAN AVE INVESTMENT LP (FORMERLY OIK LINCOLN MIAMI BEACH INVESTMENT LLC) (A Delaware Limited Partnership) Financial Statements - Federal Income Tax Basis December 31, 2014 and 2013 (With Independent Auditors' Report Thereon) 209 1691 MICHIGAN AVE INVESTMENT LP (FORMERLY OIK LINCOLN MIAMI BEACH IIWESTMENT LLC) (A Delaware Limited Partnership) Table of Contents Independent Auditors' Report Statements of Assets, Liabilities, and Owners' Equity - Federal Income Tax Basis Statements of Revenues and Expenses - Federal Income Tax Basis Statements of Changes in Owners' Equity - Federal Income Tax Basis Statements of Cash Flows - Federal Income Tax Basis Notes to Financial Statements - Federal Income Tax Basis Page(s) 1-2 J 4 5 6 7-12 210 KPMG LLP 345 Park Avenue NewYork, NY 10154-0102 Independent Auditors' Report The Partners 1691 Michigan Ave Investment LP (Formerly OIK Lincoln Miami Beach Investment LLC): We have audited the accompanying financial statements of 1691 Michigan Ave Investment LP (the Company), which comprise the statements of assets, liabilities, and owners' equity - Federal income tax basis as of December 31,2014 and2013, and the related statements of revenues and expenses - Federal income tax basis, changes in owners' equity - Federal income tax basis and cash flows - Federal income tax basis for the years then ended, and the related notes to the financial statements. M an ag eme nt's Re sp o n s ib ilifii fo r t h e F i n un c ial St ate me nt s Management is responsible for the preparation and fair presentation of these financial statements in accordance with the basis of accounting the Company uses for federal income tax purposes; this includes the design, implementation, and maintenance of internal control relevant to the preparation and fair presentation of financial statements that are free from material misstatement, whether due to fraud or error. Auditors' Responsibility Our responsibility is to express an opinion on these financial statements based on our audits. We conducted our audits in accordance with auditing standards generally accepted in the United States of America. Those standards require that we plan and perform the audit to obtain reasonable assurance about whether the financial statements are free from material misstatement. An audit involves performing procedures to obtain audit evidence about the amounts and disclosures in the financial statements. The procedures selected depend on the auditors' judgment, including the assessment of the risks of material misstatement of the financial statements, whether due to fraud or error. In making those risk assessments, the auditor considers internal control relevant to the Company's preparation and fair presentation of the financial statements in order to design audit procedures that are appropriate in the circumstances, but not for the purpose of expressing an opinion on the effectiveness of the Company's internal control. Accordingly, we express no such opinion. An audit also includes evaluating the appropriateness ofaccounting policies used and the reasonableness ofsignificant accounting estimates made by management, as well as evaluating the overall presentation of the financial statements. We believe that the audit evidence we have obtained is sufficient and appropriate to provide a basis for our audit opinion. KPMG LLP is a DelaME limited liability partnership, the U.S. msmb€r fim of KPMG lntemational CoopeEtive ('KPMG lntsmational'), a Swiss €ntity. 211 Opinion In our opinion, the financial statements referred to above present fairly, in all material respects, the assets, liabilities, and owners' equity of 1691 Michigan Ave Investment LP as of December 31, 2014 and2013, and its revenues and expenses, changes in owners' equity and cash flows for the years then ended in accordance with the basis of accounting the Company uses for Federal income tax purposes described in Note 2(a). Basis of Accounting We draw attention to Note 2(a) of the financial statements, which describes the basis of accounting. The financial statements are prepared on the basis of accounting the Company uses for Federal income tax purposes, which is a basis of accounting other than U.S. generally accepted accounting principles. Our opinion is not modified with respect to this matter. Emphases of Matters As described in Note 2(f;, because many types of transactions are susceptible to varying interpretations under Federal, state and local income tax laws and regulations, the amounts reported in the accompanying financial statements may be subject to change at a later date upon final determination by the respective taxing authorities. As described in Note 1, on August 1,2013, American Fund US Investments LP, a Delaware limited partnership, as the sole limited partner, owning a 100%o economic interest in the Company, filed IRS Form 966 "Corporate Dissolution or Liquidation" to dissolve itself and the Company by no later than July 31, 2016. Our opinion is not modified with respect to these matters. t@r"t<= tR August 21,2015 212 1691 MICHIGAN AVE INVESTMENT LP (FORMERLY OIK LINCOLN MIAMI BEACH IIWESTMENT LLC) (A Delaware Limited Partnership) Statements of Assets, Liabilities, and Owners' Equity - Federal Income Tax Basis December 31, 2014 and 2013 Assets Real estate - net of accumulated depreciation of $ 16,809,806 and $1 4,840,444 in 201 4 and 2013, respectively Cash and cash equivalents Accounts receivable Prepaid expenses and other assets Deferred financing costs, net of accumulated amortization of $514,289 and $419,458 in 2014 and2013, respectively Deferred leasing commissions, net of accumulated amortization of $870,085 and $675,280 in2014 and 2013, respectively Organization costs, net of accumulatedamortization of $58,348 and $51,238 in2014 and2013, respectively Total assets Liabilities and Owners' Equity Mortgage payable Accrued interest Accounts payable and accrued liabilities Tenant security deposits Total liabilities Commitments and contingencies (notes 5 and 6) Owners'equity Total liabilities and owners' equity See accompanying notes to financial statements -Federal income tax basrs. 2014 2013 $ 60,724,882 5,834,467 254,034 38,337 73,131 880,707 48,308 $ 67,853,866 62,225,693 3,810,425 309,475 38,701 70,461 712,876 55,418 67,223,049 39,000,000 367,453 340,973 517,928 39,000,000 370,010 413,293 431,862 40,226,354 27,627,512 40,215,165 27,007,884 67,853,866 67.223.049 213 1691 MICHIGAN AVE INVESTMENT LP (FORMERLY OIK LINCOLN MIAMI BEACH IIYVESTMENT LLC) (A Delaware Limited Partnership) Statements of Revenues and Expenses - Federal Income Tax Basis Years ended December 31,2014 and2013 2014 2013 Revenues: Rental income Tenant reimbursements Parking income Interest and other income Total revenues Expenses: Depreciation and amortization Interest Property operating expenses Real estate taxes Parking garage expense Ground rent General and administrative expenses Property management fees Asset management fees Bad debt Total expenses Excess ofrevenues over expenses See accompanying notes to financial statements - Federal income tax basis. 4,676,681 557,506 2,203,615 4,778,337 572,428 2,707,390 196,35115.025 7,452,827 2,266,109 839,737 1,722,763 914,125 634,428 518,890 164,596 774,963 166,104 32,195 7,648,506 2,423,654 967,907 1,011,305 840,816 532,747 524,460 2gg,40g 170,475 151,042 81,682 6,833,199 619,628 6,993,497 655,009 214 Balance, December 31, 2012 Excess ofrevenues over expenses Deemed conhibution from Owner Cash distribution to Owner Balance, December 31, 2013 Excess ofrevenues over expenses Balance, December 31, 2014 See accompanying notes to financial _ _4.,O75n_ 27,627,512 - 169I MICHIGAN AVE INVESTMENT LP (FORMERLY OIK LINCOLN MIAMI BEACH INVESTMENT LLC) (A Delaware Limited Partnership) Statements of Changes in Owners' Equity - Federal Income Tax Basis Years ended December 3l-2014 and2013 t69t Michigan Ave Investment GP LLC (General Partner) AFt]S (Formerly IVG) 28,067,704 655,009 3,791 (1,718,610) 27,007,884 619,628 Total 28,067,704 655,009 3,781 (1,718,610) 27,007,884 619,62g statements - Federal income tax basis. 215 1691 MICHIGAN AVE INVESTMENT LP (F'ORMERLY OIK LINCOLN MIAMI BEACH INVESTMENT LLC) (A Delaware Limited Partnership) Statements of Cash Flows - Federal Income Tax Basis Years ended December 31,2014 and 2013 2014 2013 Cash flows from operating activities: Excess of expenses over revenues Adjustments to reconcile excess ofexpenses over revenues to net cash provided by operating activities: Depreciation and amortization Changes in operating assets and liabilities: Decrease in accounts receivable Decrease in prepaid expenses and other assets Decrease in accounts payable and accrued liabilities Increase (decrease) in tenant security deposits (Decrease) increase in accrued interest Net cash provided by operating activities Cash flows from investing activities: Payments for building and improvements Payments for tenant improvements Payments for deferred leasing commissions Net cash used in investing activities Cash flows from financing activities: Payments for defened financing costs Cash distribution to owner Net cash used in financing activities Increase in cash and cash equivalents Cash and cash equivalents, beginning ofyear Cash and cash equivalents, end ofyear Supplemental cash flow information: Cash paid for interest Supplemental disclosure of noncash investing and financing transactions: Operating expense paid by AFUS treated as a deemed capital contribution See accompanying notes to financial statements - Federal income tax basis. $ 5,834,467 3,810,425:: 842,294 597,897 3,781 $ 619,628 2,266,109 55,441 364 (72,320) 86,066 (2,ss7) 2,952,730 (2,7se) (465,792) (362,636) (83 1 ,1 87) (97,501) (e7,s0l) 2,024,042 3,810,425 655,009 2,423,654 47,991 36,659 (37,496) (40,260) 370,010 3,455,567 (68,984) (192,052) (138,994) (400,030) (281,827) ( I,718,610) (2,000,437) 1,055,100 2,755,325 216 1691 MICHIGAN AVE INVESTMENT LP (FORMERLY OIK LINCOLN MIAMI BEACH INVESTMENT LLC) (A Delaware Limited Partnership) Notes to Financial Statements - Federal Income Tax Basis December 31,2014 and 2013 (1) Organization and Business OIK Lincoln Miami Beach Investment LLC (OIK Lincoln), a Delaware limited liability company, was formed on June 6,2006. Oppenheim Immobilien Kapitalanlagegesellschaft mbH, a German limited liability company, as nominee for American Fund OIK (OIK), was the sole common unitholder of OIK Lincoln. In November 2007,IVG Institutional Funds GmbH acquired a 50.1o/o interest in Oppenheim Immobilien Kapitalanlagegesellschaft mbH, thus changing its name to IVG Institutional Funds GmbH as nominee for American Fund - OIK (IVG). OIK Lincoln was organized for the objective and purpose of making investments in real estate assets, and owning, managing, supervising and disposing of such investments. On July 18, 2006, OIK Lincoln purchased a 162,577 square foot office building, retail space, parking garage, and related improvements located at 1691 Michigan Avenue, Miami Beach, Florida (the Property) and assumed the leasehold interest in the ground lease of the Property. On May 25, 2009, 1 69 I Michigan Ave Investment LP (the Company) was formed as a Delaware limited partnership to be treated as a disregarded entity for U.S. federal income tax purposes pursuant to section 368(aX1XA) of the Internal Revenue Code (the Code) by and between 1691 Michigan Ave Investment GP LLC (the General Partner), owning a zero percent economic interest in the Company, and American Fund US Investments LP (AFUS), a Delaware limited partnership, as the sole limited partner, owning a l00oZ economic interest inthe Company. IVG is the limited partner of AFUS with a 1000% economic interest and American Fund US Investments GP LLC is the general partner ofAFUS witha}o/oeconomic interest. On June 17,2009, OIK Lincoln merged with and into the Company (the Merger). The Company has been accounted for on a carryover basis pursuant to the Code. The Company's purpose was to acquire the Property, and to thereafter, own, encumber, operate, sell or otherwise deal with all or part of the Properfy for the benefit of AFUS. On August 1,2013, AFUS filed IRS Form 966 "Corporate Dissolution or Liquidation" to dissolve itself and the Company by no later than July 31,2016. As of December 31, 2014, AFUS has not formally liquidated or filed a Certificate of Cancellation. (2) Summary of Significant Accounting Poticies (a) Principles of Reporting The accompanying financial statements of the Company have been prepared on the accrual basis of accounting utilized for Federal income tax reporting purposes in the United States of America. Accordingly, such statements are not intended to present financial position, results of operations, changes in owners' equity and cash flows in conformity with accounting principles generally accepted in the United States of America (GAAP), which would require, among other things: adjustments to depreciation and amortization to reflect the economic useful life of real estate; rental income to be recorded on straight-line basis over the terms of the related leases; and recording ofnondeductible expenditures as expenses in the statements ofrevenues and expenses. (Continued) 217 (b) 1691 MICHIGAN AVE INVESTMENT LP (FORMERLY OIK LINCOLN MIAMI BEACH IIWESTMENT LLC) (A Delaware Limited Partnership) Notes to Financial Statements - Federal Income Tax Basis December 31.2014 and 2013 Use of Estimates The preparation of financial statements in conformity with the accrual basis of accounting utilized for Federal income tax reporting purposes requires management to make estimates and assumptions that affect the reported amounts of assets and liabilities and disclosure of contingent assets and liabilities at the date of the financial statements and the reported amounts of revenues and expenses during the reporting period. These estimates and assumptions are based on management's best estimates and judgment. Management evaluates its estimates and assumptions on an ongoing basis using historical experience and other factors, including the current economic environment. The current economic environment has increased the degree of uncertainty inherent in these estimates and assumptions, including projected future revenue and leasing activity. Management adjusts such estimates when facts and circumstances dictate. As future events and their effects cannot be determined with precision, actual results could differ from those estimates. The real estate and capital markets are cyclical in nature. The real estate industry is affected by the repricing of risk, the illiquidity of the financial markets and the change in the U.S. economy. These significant market risks impact transaction and leasing activity and created uncertainty as to the future operation and valuation of real estate investments. Management has exercised their professional judgment in determining the valuations and estimates contained in the financial statements. Real estate investment values are affected by, among other things, occupancy rates, rental rates and interest and inflation rates. As a result, determining the estimates of certain accounts involves many assumptions. Amounts ultimately rcalized from these accounts may vary significantly from the carrying values presented. Revenue Recognition The Company recognizes revenue on the accrual basis in accordance with the Federal income tax basis of accounting. Prepaid rents, including tenant reimbursements, are recognized as rental income in the period received. Cash and Cash Equivalents The Company considers all highly liquid investments with maturities of ninety days or less at the time of acquisition to be cash equivalents. The Company maintains cash and cash equivalent balances which, at times during the year, exceeded the $250,000 amount insured by the Federal Deposit Insurance Corporation. Depreciation Depreciation is calculated by the Modified Accelerated Cost Recovery System (MACRS) method and is deducted over a recovery period, as defined by the Code. The Company also recognizes bonus depreciation as applicable and allowable under the Code. (c) (d) (e) (Continued) 218 (/) 1691 MICHIGAN AVE INVESTMENT LP (FORMERLY OIK LINCOLN MIAMI BEACH IT{VESTMENT LLC) (A Delaware Limited Partnership) Notes to Financial Statements - Federal Income Tax Basis December 31, 2014 and 2013 Income Taxes The Company is a disregarded entity for federal income tax purposes; however AFUS is subject to federal and state income taxes on the Company's taxable income. The Company's excess of revenues over expenses is included in AFUS's income tax returns. No provision for Federal, state or local income taxes is made in the accompanying financial statements. Because many types of transactions are susceptible to varying interpretations under Federal, state and local income tax laws and regulations, the amounts reported in the accompanying financial statements may be subject to change at alater date upon final determination by the respective taxing authorities. The Company has assessed its tax positions for all open tax years which are from 20ll to 2014 and concluded that there were no material uncertain tax liabilities to be recognized or disclosed. Capital Expenditures Significant renovations which extend the useful life ofthe Property are capitalized as required by the Code. Expenditures for maintenance and repairs are charged to operations as incurred. Defemed Costs Deferred financing costs are amortized on the straight-line method over the term of the mortgage payable. Deferred leasing commissions are amortized on the straight-line method over the lease term. Organization costs are amortized on the straight-line method over fifteen years. Environmental Matters Under various Federal, state and local environmental laws, statutes, ordinances, rules and regulations, an owner of real property may be liable for the costs of removal or remediation of certain hazardous or toxic substances at, on, in or under such property as well as certain other potential costs relating to hazardous or toxic substances. These liabilities may include government fines and penalties and damages for injuries to persons and adjacent property. Such laws often impose liability without regard to whether the owner knew of, or was responsible for, the presence or disposal of such substances. Accordingly, the Company, as the owner of such property may be held directly liable for any such damages. As of December 31, 2014 and 2013, the Company is not aware of any environmental matters that could have a material impact on the financial statements. Re cent Ac co unting Pro nounc e me nts In August 2014,the FASB issued guidance which requires management to assess an entity's ability to continue as a going concern for a period of one year after the financial statements are issued. The guidance is effective for years beginning in 2017 for nonpublic companies. Management is currently evaluating the impact of adopting this new standard on the financial statements. @) (h) (, a) (Continued) 219 1691 MICHIGAN AVE INVESTMENT LP (FORMERLY OIK LINCOLN MIAMI BEACH IIWESTMENT LLC) (A Delaware Limited Partnership) Notes to Financial Statements - Federal Income Tax Basis December 31. 2014 and 2013 (3) Real Estate The following is a summary of the components of real estate at December 31,2014 and2Ol3: 2014 2013 Building and improvements Tenant improvements Total Less accumulated depreciation Real estate, net 60,724,882 62,225,693 The Property is a Class 'oA" low-rise multi-tenant office building and was acquired for approximately $75.8 million. The Property is subject to a long-term ground lease with the City of Miami Beach, which owns the underlying land (Note 6a). As of December 37, 2014 and 2013, the Property is 9l% and 86Yo occupied, respectively. (4) Allocation to Owners lncome, losses and cash distributions are allocated 100%oto AFUS. (5) Mortgage Payable On July 9, 2070, AFUS obtained a $39 million mortgage payable with a foreign bank with an original maturity date of July 9, 2012. ln 2072, the lender approved the extension of the maturity date of the mortgage payable to July 9, 2014. For the first six months of the extension term, the mortgage note payable bore interest at a variable rate of 6-month LIBOR, plus a 2.1Yo margin For the remaining 18 months of the extension term, the Company elected an interest rate at a variable rate of 6-month LIBOR plus 1.96%. On June 11,2074, the lender approved atwo year extension of the maturity date of the mortgage payable to July 8,2016. The loan bears interest at a variable rate of 6-month LIBOR, plus a 1.6% margin. The interest rate was 1.9272% and 2.356%o as of December 3 l, 2014 and 2013, respectively. The mortgage payable requires the Company to maintain a debt service coverage and loan to value ratio, as defined. As of December 31, 2014 and2013,the Company was in compliance with the debt service coverage and loan to value ratio. Interest expense in2014 and2013 amounted to $839,737 and $967,907, respectively. $ 74,903,792 2,630,906 77,534,688 16,909,906 74,901,023 2,165,114 77,066,137 14,840,444 r0 (Continued) 220 1691 MICHIGAN AVE INVESTMENT LP (FORMERLY OIK LINCOLN MIAMI BEACH INVESTMENT LLC) (A Delaware Limited Partnership) Notes to Financial Statements - Federal Income Tax Basis December 31, 2014 and 2013 (6) Commitments and Contingencies (a) Ground Lease The Property is subject to a long term ground lease expiring in 2053. The base gtound rent was originally $300,000 per annum, set to increase by the lesser of 12Yo or the cumulative consumer price index (CPI) over the previous five year period commencing with the eleventh year (2012), and every five years thereafter. 1n2012, the base ground rent increased to $336,000 per annum. In addition to the base ground rent, the Company pays annual percentage rent equal to2.5%o ofProject Revenue, as defined. In2014 and 2013, the percentage rent amounted to $182,890 and $188,460, respectively, which is included as part of ground rent expense on the accompanying statements of revenues and expenses - Federal income tax basis. As of December 3 1 , 20 I 4, future minimum base ground rent payments due under the ground lease are approximately as follows: $ 336,000 336,000 376,320 376,320 376,320 19,558,692 $ 21.3s9.652 (b) Other The Company, in the normal course of business, may be involved, either directly or indirectly, in litigation, claims and other legal matters. While the outcome of these proceedings is not presently determinable with certainty, management believes that any such outcome will not have a material adverse impact on the financial position or results of operations of the Company. (7) Related-PartyTransaction AFUS has engaged Real Estate Capital Partners Limited Partnership as the asset manager (Asset Manager) for the Company and certain of its affiliates. Prior to the Merger, IVG paid certain fees on behalf of OIK Lincoln directly to the Asset Manager, which are not included in the accompanying financial statements. Subsequent to the Merger, the Asset Manager began charging the Company an asset management fee of 4%o of the net operating income derived from the Property, as defined. Asset management fees amounted to $ 166,104 and $ 151,0 42 for the years ended December 31,2014 and 2013, respectively. Year ending December 3l: 2015 2016 2017 2018 2019 Thereafter 11 (Continued) 221 (8) 1691 MICHIGAN AVE INVESTMENT LP (FORMERLY OIK LINCOLN MIAMI BEACH IIWESTMENT LLC) (A Delaware Limited Partnership) Notes to Financial Statements - Federal Income Tax Basis December 31, 2014 and 2013 Property Management Fees On June 18, 201 1, the Company entered into a property management agreement with Jones Lang LaSalle America (Florida), Inc. (the Property Manager) to provide management and leasing services to the Company. The Property Manager has responsibilities for managing the day to day operations of the Property. The Property Manager is entitled to a property management fee equal to the greater of (i) $4,500 or (ii)2.5% of the Properfy's gross income, as defined. Property management fees incurred amounted to $174,863 in2014 and $170,475 in 2013. In addition, the Property Manager is also entitled to a fee for supervision of construction, capital improvements and tenant leasehold improvements at the Property. ln2014 and2013, no construction supervision fees were incurred by the Company. Future Minimum Lease Payments Minimum lease payments under the noncancelable leases in effect at December 31,2014, are as follows: (e) Year ending December 3l: 2015 2016 2017 2018 2019 Thereafter 4,429,697 4,192,338 2,944,032 2,095,053 1,843,924 1.504.977 $ 17,009,021 The above table does not include option or renewal periods. In addition to the minimum lease payments described above, some leases require tenants to reimburse the Company for certain operating expenses, which amounted to $557,506 and $572,428 in2014 and2013, respectively. ln 2014 and 2013, one tenant in the entertainment industry represents approximately 13% of rental income. (10) Subsequent Events The Company has evaluated subsequent events through August 21,2015 the date at which its financial statements were available to be issued and determined that there were no subsequent events requiring recognition or disclosure. t2 222 RESOLUTION TO BE SUBMITTED 223 224 R7 - Resolutions R7C Expediting The Proposed South Beach Component Of The Beach Corridor Transit Connection Project Consisting Of A Light Rail TransiUModern Streetcar System ln South Beach 1. Resolution Approving And Authorizing The Mayor And City Clerk To Execute A Memorandum Of Understanding Between City Of Miami Beach, Florida, City Of Miami, Florida, Miami-Dade County, Florida And Florida Department Of Transportation, District No. 6, For The Beach Corridor Direct Connection Project, lncluding Authorizing The City Contribution Of $417,000, Or 4.17o/o Of The Overall Study Cost. 2. Discussion On Options To Advance The Proposed South Beach Component Of The Beach Corridor Transit Connection Project, Consisting Of A Light Rail TransiUModern Streetcar System ln South Beach, lncluding Action With Respect To June, 2015 Unsolicited Proposal Received From Greater Miami Tramlink Partners. (Transportation) (!tem to be Submitted in Supplemental) Agenda ltem BJL Date l2'10-t f,225 THIS PAGE INTENTIONALLY LEFT BLANK 226 MIAAAIBEACH Cify of Miomi Beoch, ,l700 Convention Center Drive, Miomi Beoch, Florido 33139, www.miomibeochfl.gov COMMISSION MEMORANDUM TO:MAYOR PHILIP LEVINE MEMBERS OF THE CITY COII'IMISSION JIiIMY L. IIORALES, CITY MANAGER FROM: DATE: SUBJECT: DECEil|BER 16,2015 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACKNOWLEDGING COMMISSIONER RICKY ARRIOLA'S DEGISION TO VOLUNTARILY FOREGO THE FULL ANNUAL SALARY AND OTHER COIi'PENSATION AND BENEFITS AFFORDED TO THE OFFIGE OF CITY COMIUIISSIONER, AS HEREINAFTER SET FORTH tN THIS RESOLUTTON (THE ,,COMM|SSIONER'S cotuPENsATtoN,,) FoR FTSCAL YEAR 2015-2016. AND APPROVING THE TRANSFER OF FUNDS EQUIVALENT TO THE COMMISSIONER'S COMPENSATION FROM THE CITY OF MIAMI BEACH TO ONE MIAMI BEACH, !NC. SO THAT SUCH FUNDS MAY BE EXPENDED BY ONE MIAITII BEACH, INC. TO FUND QUALIFIED NEEDS AND PROJECTS, AS DETERMTNED BY ONE MIAMI BEAGH, INC. Pursuant to the request of Commissioner Ricky Arriola the attached Resolution is submitted for consideration by the Mayor and City Commission at the December 16, 2015 Commission meeting. RJA/DT/Ir F:\ATTO\TURN\COMMMEMO\Comm Arriota's Compensation 201 5.doc RAUL AGUILA GITY ATTORNEY Agenda ltem l?? D Date lZ'fu-t(227 RESOLUTION NO. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEAGH, FLORIDA, ACKNOWLEDGING COMMISSIONER RICKY ARRIOLA'S DECISION TO VOLUNTARILY FOREGO THE FULL ANNUAL SALARY AND OTHER COMPENSATION AND BENEFITS AFFORDED TO THE OFFIGE OF CITY COMMISSIONER, AS HEREINAFTER SET FORTH IN THIS RESOLUTION (THE "coMMtsstoNER's coMpENSATtoN,') FoR FlscAL YEAR 2015-2016, AND APPROVING THE TRANSFER OF FUNDS EQUIVALENT TO THE COMMISSIONER'S GOMPENSATION FROM THE CITY OF MIAMI BEACH TO ONE MIAMI BEACH, INC. SO THAT SUCH FUNDS MAY BE EXPENDED BY ONE MIAMI BEACH, !NG. TO FUND QUALIFIED NEEDS AND PROJECTS, AS DETERMINED BY ONE MIAMI BEAGH, INC. WHEREAS, pursuant to Section 2.02 of the City Charter, the annual compensation (i.e., salary) for the Office of Commissioner is $6,000; and WHEREAS, in addition, City Commissioners are also entitled to pension benefits (similar to those available to Unclassified City employees), a car allowance, life insurance coverage, and a monthly office stipend for travel and other expenses related to a Commissioner's public duties in the approximate amount of $34,406.88 (hereinafter, Commissioner Ricky Arriola's City Commission salary and the preceding benefits are collectively referred to as the "Commissioner's Compensation"); and WHEREAS, for Fiscal Year 2015-2016, the Commissioner's Compensation is approximately $40,406.88; and WHEREAS, on November 23, 2015, Commissioner Ricky Arriola was sworn into the office of City Commissioner Group V for the City of Miami Beach and he intends to discharge the duties of his offlce for the minimum consideration of $1 per year, and voluntarily forego the full annual salary and other benefits that he would otherwise be entitled to as a City Commissioner; and WHEREAS, accordingly, the monies totaling the Commissioner's Compensation will remain unspent in the budget of the Office of the Mayor and City Commission, and may be allocated by the City Commission for such other purposes as the Mayor and City Commission deem in the best interest of the public; and WHEREAS, pursuant to Resolution No. 2014-28465, the Mayor and City Commission directed the City Manager and City Attorney to establish an independent not-for-profit 501(c)(3) organization, to be known as "One Miami Beach," for the purpose of providing assistance to worthy and qualified community needs and projects that benefit the health, welfare, or safety of the City of Miami Beach and, thereafter, One Miami Beach, lnc., was incorporated as a Florida not-for-profit corporation ; and WHEREAS, the Mayor and City Commission hereby approve the transfer of the amount equivalent to the Commissioner's Compensation from the City of Miami Beach to One Miami Beach, lnc., so that One Miami Beach, lnc. may allocate these funds to qualified needs and projects. 228 NOW, THEREFORE, BE !T RESOLVED BY THE MAYOR AND CIry COMMISSION OF THE GITY OF MIAM! BEACH, FLORIDA, that the Mayor and City Commission hereby acknowledge Commissioner Ricky Arriola's decision to voluntarily forego the full annual salary and other compensation and benefits afforded to the Office of Commissioner (the "Commissioner's Compensation") for Fiscal Year 2Q15-2016, and approve the transfer of funds equivalent to the Commissioner's Compensation from the City of Miami Beach to One Miami Beach, lnc. so that One Miami Beach, lnc. may expend these funds on qualified needs and projects, as determined by One Miami Beach, lnc. PASSED and ADOPTED this day of ,2015. Philip Levine, Mayor ATTEST: Rafael E. Granado, City Clerk APPROVED AS TO FORM & TANGUAGE F:\ATTO\TURN\RESOS\Comm. Aniola's Compensation Reso 201 S.docx 229 THIS PAGE INTENTIONALLY LEFT BLANK 230 R7 - Resolutions R7E A Resolution Approving And Authorizing The Mayor And City Clerk To Execute Change Order No. 6 To The Design-Build Agreement With Bergeron Land Development, lnc., Dated April 30, 2014 (The Agreement) ln The Amount Of $3,081,013 For Work Related To The West Avenue Bridge Across Collins Canal, Raising Of Dade Boulevard And Ancillary lmprovements For The City. (Public Works) (ltem to be Submitted in Supplemental) Aoenda ltem R7 L Date- tT/fl{231 THIS PAGE INTENTIONALLY LEFT BLANK 232 R9 NEW BUSINESS AND COMMISSION REQUESTS 233 MIAMIBEACH City of Miomi Beqch, I200 Convention Center Drive, Miomi Beoch, Florido 33 139, www.miomibeochfl.gov COMMISSION MEMORANDUM Mayor Philip Levine and Members of the City Cpmmission Rafael E. Granado, City Clerk December 16, 2015 BOARD AND COMMITTEE APPOINTMENTS - CITY COMMISSION APPOINTMENTS TO: FROM: DATE: SUBJECT: ADMI NISTRATION RECOMMENDATION Make appointments as indicated. BOARD AND COMMITTEES 1. AFFORDABLE HOUSING ADVISORY COMMITTEE vACANCIES (7): . One citizen who is actively engaged in the residential home building industry in connection with affordable housing. One citizen who is a representative of those areas of labor actively engaged in home building in connection with affordable housing. One citizen actively engaged as an advocate for low-income persons in connection with affordable housing. . One citizen who is actively engaged as a not-for-profit provider of affordable housing. o One citizen who actively serves on the local planning agency pursuant to Florida Statute 51 63.31 74 (Planning Board member). . One citizen who represents essential services personnel, as defined in the local housing assistance plan. o One citizen who represents employers within the jurisdiction. POSSTBLE REAPPOINTMENTS TO BE MADE (1): . One citizen actively engaged as a real estate professional in connection with affordable housing. 1. Suzanne Hollander. T:\AGENDA\2O'1S\December\City CIerk\DECEMBER 16\R9A City Commission Appointments Dec 16 2015 Re1 ^- -'-'-' Agenda ftem fl?A Date ll-lb-li234 2. ART IN PUBLIC PLACES COMMITTEE vACANCIES (0): POSSTBLE REAPPOINTMENTS TO BE MADE (3): o Members shall possess a high degree of competence in evaluation of art history and architectural history, art, architecture, sculpture, painting, artistic structure design and other appropriate art media for display or integration in public places. 1. Chana Sheldon 2. Ombretta Agro Andruff 3. Patricia Frost 3. BOARDOFADJUSTMENT vACANCIES (2): o Florida Licensed Architecture, Florida Licensed Engineering and/or General Business.. Florida Licensed Certified Public Accountant POSSTBIE REAPPOINTMENTS TO BE MADE (2): o FinancialAdvisor 1. Barton Goldberg . At-Large 1. Heidi Tandy 4. BUDGET ADVISORY GOMMITTEE vACANCY (1): . One Certified Public Accountant. 5. HEALTH ADVISORY COMMITTEE vACANCIES (3): . One member shall be administrator from an Adult Congregate Living Facility (ACLF), and/or an Assisted Living Facility (ALF). o One private individual. . One member shall be a representative from the nursing profession. T:\AGENDA\201S\December\City C|erk\DECEMBER 16\R9A City Commission Appointments Dec 16 2015 Reg.Docx pa1e, 235 POSSTBIE REAPPOINTMENTS TO BE MADE (2): . One member shall be a health benefits provider. 1. Dr. Todd Narson . One individualfrom the corporate level. 1. Richard Awdeh 6. HISTORIC PRESERVATION BOARD: vACANCIES (2): . One architect registered in the United States, a landscape architect registered in the State of Florida, a professional practicing in the field of architectural or urban design or urban planning, each of the foregoing with practical experience in the rehabilitation of historic structures; or an attorney at law licensed to practice in the United States, or an engineer licensed in the State of Florida, each of the foregoing with professional experience and demonstrated interest in historic preservation. o One at large member who has resided in one of the City's historic districts for at least one year, and has demonstrated interest and knowledge in architectural or urban design and the preservation of historic buildings. 7. MIAMI BEACH CULTURAL ARTS COUNCIL vACANCY (4): . Four members to be appointed At-Large. POSSTBIE REAPPOINTMENTS TO BE MADE (1): . One member to be appointed At-Large. 1. Merle l4ler'ss 8. MIAMI BEACH HUMAN RIGHTS COMMITTEE vAcANT CATEGORTES (0): POSSTBTE REAPPOINTMENTS TO BE MADE (5): . To be appointed At-Large. 1. Bradley Ugent 2. lvan Cano3. Walker Burttschell 4. William Wanen . One member in good standing licensed to practice law in the State of Florida. 1. Alan Fishman T:\AGENDA\20'1s\December\City CIerk\DECEMBER 16\R9A City Commission Appointments Dec 16 2015 Reg.Docx Page 3 236 9. PARKS AND RECREATIONAL FACILITIES BOARD vACANCY (1): . Golf: A member who has demonstrated a high degree of interest, participation and/or expertise in the sport of golf. POSSTBIE REAPPOINTMENTS TO BE MADE (3): . One member having an affiliation with Scott Rakow Youth Center. 1. Dana Turken . One member who has demonstrated a high degree of interest, participation and/or expertise in the sport of golf. 1. Jenifer Caplan 10. PERSONNEL BOARD vACANCY (2): r Two citizens of Miami Beach, not vocation. in the employment of the City, each having a different POSSTBTE REAPPOINTMENTS TO BE MADE (2): o Two citizens of Miami Beach, not in the employment of the City.1. lvette lsabel Borrello 2. Matthew Krieger ll.PLANNING BOARD vACANCY (1): . One attorney licensed to practice law in the State of Florida who has considerable experience in land use and zoning issues 12. VISITOR AND CONVENTION AUTHORITY vACANCIES (1): . One member to be appointed At-Large or from the Hotel lndustry. Please see the "Agenda Archives" for the continuously updated Releases of City Commission At- Large Nominations listing current information about which applicants have actually been nominated. The Agenda Archives website is located at: http://miamibeachfl.qov/citvclerk/scroll.aspx?id=82117: thereafter choose the first listed Commission meeting and click on City Commission At-Large Nominations. T:\AGENDA\201S\December\City C|erk\DECEMBER 16\R9A City Commission Appointments Dec 16 2015 Reg.Docx Page 4 237 Alternatively, the Releases can be found by going to the City's main portal located at http://miamibeachfl.qov; and under the City Clerk section, located on the bottom right hand side of the webpage, click on the "Agenda Archives" link; thereafter choose the first listed Commission meeting and click on City Commission At-Large Nominations. T:\AGENDA\201S\December\City C|erk\DECEMBER 16\R9A City Commission Appointments Dec 16 20'15 Reg.Docx page 5 238 THIS PAGE INTENTIONALLY LEFT BLANK 239 R9 - New Business and Commission Requests RgB Discussion Regarding The Collins Park Parking Garage Project. (Capital lmprovement Projects) (ltem to be Submitted in Supplemental) Agenda tt"- R16 oate-T7-lr-.i?240 THIS PAGE INTENTIONALLY LEFT BLANK 241 R9 - New Business and Commission Requests RgC Discussion Regarding Time Capsule 2066. (Sponsored by Mayor Philip Levine) Agendaltem R?C Date l2-lb'l{242 THIS PAGE INTENTIONALLY LEFT BLANK 243