Loading...
PSA between the CMB and SFM SERVICES, INC. for Janitorial Services Pursuant to RFP-2024-032-WG �o z.� - 33� �t � Docusign Envelope ID:862GZD70-86�2-41E0-D60&181FEBE8433A C'onu'acl'�u.'4-O3?-01 PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND SFM SERVICES, INC, FOR JANITORIAL SERVICES PURSUANT TO RFP-2024-032-WG r°,p,`. f J '` ;`�;�,` This Professional 5ervices Agreement (the "Agreement") is entered into this day of , 2025, and is effective as of June 1, 2025 ("Effective Date"), between the CITY OF MIAMI BEACH, FLORIDA, a municipal corporation organized and existing under the laws of the State of Florida, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139 (the °City"), and SFM SERVICES, INC., a Florida Corporation whose address is 7500 NW 74"'Avenue, Medley FL 33166 ("Contractor"). SECTION 1 DEFINITIONS Agreement� This Agreement between the City and Contractor, including any exhibits and amendments thereto. City Manager: The chief administrative officer of the City. City Manager's Designee� The City staff inember who is designated by the City Manager to administer this Agreement on behalf of the City. The City Manager's designee shall be the Facilities and Fleet Management Department Director. Contractor: For the purposes of this Agreement, Contractor shall be deemed to be an independent contractor and not an agent or employee of the City. Services: All services, work and actions by the Contractor performed or undertaken pursuant to the Agreement. Fee: Amount paid to the Contractor as compensation for Services. Proposal Documents: Proposal Documents shall rnean City of Miami Beach RFP, No. 2024- 032-WG for JANITORIAL SERVICES, together with all amendments thereto, issued by 1he City in contemplation of this Agreement RFP, and the Contractor's proposal in response thereto ("Proposal"), all cf which are hereby incorporated and made a part hereof; provided, however, that in the event of an express conflict between the Proposal Documents and this Agreement, the following order c�f precedent shall prevail: this Agreement; the RFP, ancl the Proposal. 1 DocusignEnvelupelD 862GZD7U-8c;f2-A1L0-BSU9-181FF$E-3433A ('untract tio.34-032-01 Risk Manager: The Risk Manager of the City, with offices at 1700 Convention Center Drive, Third Floor, Miami Beach, Florida 33139; telephone number (305) 673-7000, Ext. 26724; and fax number(305)673-7529. SECTION 2 SCOPE OF SERVICES 2.1 Contractor shall serve as the Prime service provider for all zones. In consideration of the Fee to be paid to Contractor by the City, Contractor shall provide the work and services described in Exhibit A hereto(the"Services"). All Services provided by the Contractor shall be performed in accordance with the terms and conditions set forth in Exhibit A and to the reasonable satisfaction of the City Manager. If there are any questions regarding the Seroices to be perfor►ned. Contractor should contact the following person: Elizabeth Miro, Interim Direc:or Facilities and Fleet Management Department 1833 Bay Road, 2�i0 Floor Miami Beach, FL 33139 2.2 Contractor's Services, and any deliverables incident thereto, shall be completed in accordance with the timeline and/or schedule in Exhibit A hereto. 2.3 �rom the Effective Date through November 30, 2025, Contractor shall provide the Services as set forth in Exhibit B-1, attached hereto and incorporated herein. From December 1, 2025 th�ough the end af the Terrn. Contractor shall provide the Services as set forth in Exhibit B-2, att�ched hereto and incorporated herein. SECTION 3 TERM The term of this Agreement ("Ter►n") shall commence on the Eftective Date and shall have an initial term of three (3) years with one (1) two-year renewal option, to be exercised at the City Manager's sole option and discretion, by providing Contractor with written notice of same no less than thirty (30) days prior to the expiration of the initial term. Notwithstanding the Term provided herein, Contractor shall adhere to any specific timelines, schedules, dates, and/or performance milestones for completion and delivery of the Services, as same islare set forth in the timeline andlor schedule referenced in Exhibit A hereto. SECTION 4 FEE 4.1 In consideration of the Services to be provided, Contractor shall be compensated in accordance with the cost proposals attached hereto as Exhibit B-1 and B-2, as applicable pursuant to Section 2.3 above 2 Docusign[nvelope ID 8526.D70-fi6F2-41E0-68U� i81F[L�EE433A C'unirz�ct No.2a-032-I11 4.2 INVOICING Upon receipt of an acceptable and approved invoice, payment(s) shall be made within forty-five (45) days for that portion (or those portions) of the Services satisfactorily rendered (and referenced in the particular invoice). Invoices shall include a detailed description of the Services (or portions thereof� provided, and shall be submitted to the City at the following address: Accounts Payable: Pavables anmiamibeachfl.qov SECTION 5 TERMINATION 5.1 TERMINATION FOR CAUSE If the Contractor shall fail to fulfill in a timely manner, or otherwise violates, any of the covenants, agreements, or stipulations material to this Agreement, the City, througt• its City Manager, shall thereupon have the right to terminate this Agreement for cause. Prior to exercising its option to terminate for cause, the City shall notify the Contractor of its violation of the particular term(s) of this Agreement, and shall grant Contractor ten (10) days to cure such default. If such default remains uncured after ten (10) days, the City may terminate this Agreement without further notice to Contractor. Upon termination, the City shall be fully discharged from any and all liabilities, duties, and terms arising out of, or by virtue of, this Agreement. Notwithstanding the above, the Contractor shall not be relieved of liability to the City for damages sustained by the City by any breach of the Agreement by the Contractor. The Giry, at its sole option and discretion, shall be entitled to bring any and all legal/equitable actions that it deems to be in its best interest in order to enforce the City's rights and remedies against Contractor. The City shall be entitled to recover all costs of such actions, including reasonable attorneys' fees. 5.2 TERMINATION FOR CONVENIENCE OF THE CITY THE CITY MAY ALSO, THROUGH ITS CITY MANAGER, AND FOR ITS CONVENIENCE AND WITHOUT CAUSE, TERMINATE THE AGREEMENT AT ANY TIME �URING THE TERM BY GIVING WRITTEN NOTICE TO CONSULTANT OF SUGH TERMINATION; WHICH SHALL BECOME EFFECTIVE WITHIN THIRTY (30) DAYS FOLLOWING RECEIPT BY THE CONSULTANT OF SUCH NOTICE. ADDITIONALLY, IN THE EVENT OF A PUBLIC HEALTH, WELFARE OR SAFETY CONCERN, AS DETERMINED BY THE CITY MANAGER, IN THE CtTY MANAGER'S SOLE DISCRETION, THE CITY MANAGER, PURSUANT TO A VERBAL OR WRITTEN NOTIFICATION TO CONSULTANT, MAY IMMEDIATELY Sl1SPEND THE SERVICES UNDER THIS AGREEMENT FOR A TIME CERTAIN, OR IN THE ALTERNATIVE, TERMINATE THIS AGREEMENT ON A GIVEN DATE. IF THE AGREEMENT IS TERMINATED FOR CONVENIENCE BY THE CITY, CONSULTANT SHALL BE PAID FOR ANY SERVICES SATISFACTORILY PERFORMED UP TO THE DATE OF TERMINATION: FOLLOWING WHICH THE CITY SHALL BE DISCHARGED 3 Docusiy�Envelope ID'Bt26ZD'10-86F2-41L0-8808-181PEB[3433A C'untr[tCl No. 24-0i:'_-�I FROM ANY AND ALL LIABILITIES, DUTIES, AND TERMS ARISING OUT OF, OR BY VIRTUE OF, THIS AGREEMENT. 5.3 TERMINATION FOR INSOLVENCY The City also reserves the right to terminate the Agreement in ihe event the Contractor is placed either in voluntary or involuntary bankruptcy or makes an assignment for the benefit of creditors. In such event, the right and obligations for the parties shall be the same as provided for in Section 5.2. SECTION 6 INDEMNIFICATION AND INSURANCE REQUIREMENTS 6.1 INDEMNIFICATION Contractor agrees to indemnify, defend and hold harmless the City of Miami Beach and its officers, ernployees, agents, and contractors, from and against any and all actions (whether at law or in equity), claims, liabilities, losses, and expenses, including, but not limited to, attorneys' fees and costs, for personal, economic or bodily injury, wrcngful death, loss of or damage to praperty, which may arise or be alleged to have arisen from the negligent acts, errors, omissions or other wrongful conduct of the Contractor, its officers, employees, agents, contractors, or any other person or entity acting under Contractor's control or supervision, in connection with, related to, or as a result of the Contractor's performance of the Services pursuant to this Agreement. To that extent, the Contractor shall pay all such claims and losses and shall pay al► such costs and judgments which may issue from any lawsuit arising from such claims and losses, and shall pay all costs and attorneys' fees expended by the City in the defense af such claims and losses, including appeals. The Contractor expressly understands and agrees that any insurance protection required by ihis Agreement or otherwise provided by the Cor�tractor shall in no way limit the Contractor's responsibility to indemnify, keep and save harmless and defend the City or iis officers, employees, agents and instrumentalities as herein provided. The parties agree that one percent (1°/o) of the total compensation to Contractor for performance of the Services under this Agreement is the specific consideration from the City to the Contractor for the Contractor's indemrnty agreement. The provisions of this Section 6.1 and of this indemnification shall survive termination or expiration of this Agreement. 6.2 INSURANCE REQUIREMENTS 6.3 The Contractor shall maintain the below required insurance in effect prior to awarding the agreement and for the duration of the agreement. The maintenance of proper insurance coverage is a material element of the agreement and failure to maintain or renew coverage may be treat�d as a material breach of the contract, which could result in withl�olding of payments or termination of the Agreement. � Dor,�sign Envelope iU'8G2G%Ia70-ri6F2-41G�•Ci8D9-ty1fEHL94'd3A Cuntr�ct No.24-032-U I A. Worker's Compensation Ins�irance for all employees of the vendor as required by Florida Statute 440, and Employer Liabiiity Insurance for bodily injury or disease. Shouid the Vendor be exempt from this Statute, the Vendor and each employee shall hold the City harmless from any injury incurred during performance of the Contract. The exempt Vendor shall also submit (i) a written statement detailing the number of employees and that they are not required to carry Workers' Compensation insurance and do not anticipate hiring any additional employ�es during the term of this contract or (ii)a copy of a Gertificate of Exemption B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, property damage, bodily injury and personal 8� advertising injury with limits no (ess than $300,000 per occurrence. C. Automobile Liability Insurance covering any a.�tomobile, if vendor has no owned autumobiles, then coverage for hired and non-owned automobiles, with limit no less than $300,000 combined per accident for bodily injury and property damage. 6.4 Additional Insured — Cit}� of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and VVorkers' Compensation) arising out of work or operations performed on behalf of the Contractor including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the Contractor's insurance. 6.5 Notice of Cancellation — Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach c/o EXIGIS Insurance Compliance Services. 6.6 Waiver of Subrogation — Contractor agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required. However, this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. 6.7 Acceptability of Insurers— Insurance must be placed with insurers with a current A.M. Best rating of A VII or higher. IF not rated, exceptions may be made for members of the Florida Insurance Funds (i.e. FWCIGA, FAJUA). Carriers may also be considered if they are Iicensed and authorized to do insurance business in the State of Florida. 6.8 Verification of Coverage— Contractor shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obla n the required documents prior to the work beginning shall not waive the Contractor's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance poticies, including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER ON ALL COI MUST READ: CITY OF MIAMI BEACH c/o EXIGIS Insurance Compliance Serv�ces P.O. Box 947 M�irrieta. CA 92564 5 Docusign E�ivelope!U 8G7ti2D70-BGF2-47E0-E3809•19tf[B[8433A (�'ontl'ael No.24_032-U I Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at: Certificates-miamibeach�riskworks.com 6.9 Special Risks or Circumstances — The City of tiliami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Compliance with the foregoing requirements shall not relieve the vendor of his liab+lity and obligation under this section or under any other section of this agreement. SECTION 7 LITIGATION JURISDICTION/VENUEIJURY TRIAL WAIVER This Agreement shall be construed in accordance with the laws of the St�te of Florida. This Agreement shall be enforceable in Miami-Dade County, Florida, and if legal action is necessary by eilher party with respect to the enforcement of any or al) of the terms or conditions herein, exclusive venue for the enforcement of same shall lie in Miami-Dade County, Florida. By entering into this Agreement, Contractor and the City expressly waive any rights either party may have to a trial by jury of any civil litigation related to or arising out of this Agreement. SECTION 8 LIMITATION OF CITY'S LIABILITY The Git� desires to enter into this Agreement only if in so doing the Ciiy can place a limit on the City's liability for any cause ot action, for money damages due to an alleged breach by the City of this �greernent so that its liability for any such breach never exceeds the sum of 510,000. Contractor hereby expresses its willingness to enter into this Agreement with Contractor's recovery from the City for any damage action for breach of contract to be limited to a maximum amount of$10,000. Accordingly, and notwithstanding any other term or condition of this Agreement, Contractor hereby agrees that the City shall not be liable to the Contractor for damages in an amount in excess of$10,000 for any action or claim for breach of contract arising out of the performance or non-performance of any obligations imposeci upon the City by this Agreement. Nothing contained in this section or elsewhere in this Agreement is in any way intended to be a waiver of the limitation placed upon the City's liability, as set forth in Section 768.28, Florida Statutes. SECTION 9 DUTY QF CARE/CCIMPLIANCE WITH APPLICABLE LAWS/PATENT RIGHTS• COPYRIGNT• AND CONFIDENTIAL FINDINGS 9.1 DUTY OF CARE With respect to the performance of the Services contemplated herein, Contractor shall exercise that degree oi skill. care, efficiency and diligence normally exercised by reasonable persons 6 Uonisign Envelope ID 8E.267D70-86F2-41EU-8809-181FEBE8433A ('onlract Nu. 2a-032-01 and/or recognized professionals �vith respect to the perforr-iance of �omparable work and/or services. 9.2 COMPLIANCE WITH APPLICABLE LAWS In its performance af the Services. Contractor shall comply with all applicable laws, ordinances, and regulations of the City, Miami-Dade County, the State of Florida, and the federal governrnent, as applicable. 9.3 PATENT RIGHTS: COPYRIGHT: CONFIDENTIAL FINDINGS Any work product arising out of this Agreement, as wefl as all information specifications, processes, data and findings, are intended to be the property of the City and shall not otherwise be made public and/or disseminated by Contractor, without the prior written consent of the City Manager, excepting any information, records etc. which are required to be disclosed pursuant to Court Order and/or Florida Public Records Law. All reperts, documents, articles, devices, and/or work produced in whole or in part under this Agreement are intended to be the sole and exclusive property of the City, and shall not be subject to any application for copyright or patent by or on behalf of the Contractor or its employees or sub consultants, without the prior written consent of the City Manager. SECTION 10 GENERAL PROVISIONS 10.1 AUDIT AND INSPECTIONS Upon reasonable verbal or written notice to Contractor, and at any time during normal business hours (i.e. 9AM — SPM, Monday through Fridays, excluding nationalty recognized holidays), and as often as the City Manager may, in his/her reasonable discretion and judgment, deem necess�ry, there shall he made available to the City Manager, and/or such representatives as the City Manager may deem to act on the City's behalf, to audit, examine, and/ or inspect, any and all other documents and/or records relating to all matters covered by this Agreement. Contractor shall maintain any and atl such records at its place of business at the address set forth in the "Notices"section of this Agreemert. 10.2 IiVSPECTOR GENERAL AUDIT RIGHTS (A) Pursuant to Section 2-256 of the Code of the City of Miami Beach, the City has established the Office of the Inspector General which may, on a random basis, perform reviews, audits, inspections and investigations on all City contracts, throughout the duration of said contracts This random audit is separate and distinct from any ather audit performed by or on behalf of the City. (B) The Office of the Inspector General is authorized to investigate City affairs and empowered to review past, present and proposed City programs, accounts, records, contracts and transactions In addition. the Inspector General has the power to 7 ❑ocusign Fnvr_lope ID BE262D7U-8Ef�2-41E0-6806-181FE13E3433A ('ontraci N�i.ZA-033-01 suh��Pna witnes5es, administer naths, rpquire the �rod�iction of witnesses and monitor �ity projects and programs. Monitoring of an existing City project or program may include a report concerning whether the project is on time, within budget and in ��onformance with the contract documents and applicable law. The Inspector General shall have the power to audit, investigate, monitor: oversee, inspect and review operations, activities, performance and procurement process including but not limited to aroject design, bid specifications, (bid/proposal) submittals, activities of the Contractor, �ts officers, agents and employees, lobbyists, City staff and elected officials to ensure compliance with the contract documents and to delect fraud and corruption. Pursuant to �ection 2-378 of the City Code, the Gity is allocating a percentage of its overall annual contract expenditures to fund the activities and operations of the Office of Inspector General. (C) Upon ten (10) days written notice to the Contractor, the Contractor shall make all requested records and documents available to the Inspector General for inspec!ion and copying. The Inspector General is empowered to retain the services of independent private sector auditors to audit, investigate, monitor. oversee, inspect and review operations activities, performance and procurement process including but not limited to project design, bid specifications, (bidlproposal) subm ttals, activities of the Contractor its officers, agents and employees, lobbyists, City staff and elected officials to ensure compliance with the contract documents and to detect fraud and corruption. (D) The Inspector General shall have the right to inspect and copy all documents and records in the Contractor's possession, custody or control which in the Inspector General's sole judgment, pertain to performance of the contract, including, but not limited to original estimate files, change order estimate files, worksheets, proposals and agreements from and with successful subcontractors and suppliers, all project-related correspondence, memoranda, instructions, financia� documents, construction documents, (bid/proposal) and contract documents, back-change documents, all documents and records which involve cash, trade or volume disco�mts. insurance nroceeds, rebates, or dividends received, payroll and personnel records and supporting docurr�entation for the aforesaid documents and records. (�) The Contractor shall make available at its office at all reasonable times tt�e records, materials, and other evidence regarding the acquisition (bid preparation) and performance of this Agreernent, for examination, audit, or reproduction, until three (3) years after final payment under this Agreement or `or any longer period required by statute or by other clauses af this Agreement. In addition: i_ If this Agreement is completely o�panially terminated. the Contractor shall make available records relating to the work terminated until three (3) years after any resulting final termination settlement: and 8 Dacusign Envelope IO 86262D70-86F2-41E0-6809-181FEBF8433A f'onlraCt Nu.24-0;_'-1)I ii. The Contractor shaii make available records relating to appeals or to litigation or the settlement of ciaims arising under or relating to this Agreement until such appeals, litigation, or claims are finally resolved. (F) The provisions in this section shall apply to the Contractor, its officers, agents, employees, subcontractors and suppliers. The Contractor shall incvrporate the provisions in this section in all subcontracts and all other agreements executed by the Contractor in connection with the performance of this Agreement. (G) Nothing in this section shall impair any independent right to the City to conduct audits or investigative activities. The provisions oi this section are neither intended nor shall they be construed to impose any liability on the City by the Contractor�r third parties. 10.3 ASSIGNMENT, TRANSFER OR SUBCONSULTING Contractor shall not subcontract, assign, or transfer all or any portion of any work and/or service under this Agreement without the prior written consent of the City Manager, which consent, if given at all, shall be in the Manager's sole judgment and discretion. Neither tt�is Agreement, nor any term or provision hereof, or right hereunder, shall be assignable urness as approved pursuant to this section, and any attempt to make such assignment (unless approved) shall be void. 10.4 PUBLIC ENTITY CRIMES Prior to commencement of the Services, the Contractor shall file a State of Florida Form PUR 7068, Sworn Statement under Section 287.133(3)(a) Florida Statute on Public Entity Crimes with the City's Procurement Divisian 10.5 NO DISCRIMINATION In connection with the performance of the Serv�ces, the Contractor shall not exclude from participation in, deny the beneflts of, or subject to discrimination anyone on the grounds of race, color, national origin, sex, age, disability, religion, income or family status. Additionally, Contractor shall cornply fully with the Gity of Miami Beach Hurnan Rights Ordinance, codified in Chapter 62 of the City Code, as may be amended from time to time, prohibiting discrimination in emp�oyment. housing, public accornmodations, and public services on account of actual or perceived race, color, national origin, religion, sex. intersexuality, gender identity, sexual orientation, marital and familial status, age, disability, ancestr�, height, weight, domestic partner status, labor organization membership, familial situation, or political affiliation. 10.6 CONFLICT OF INTEREST Contractor herein agrees to adhere to and be governed by all applicable Miami-Dade County Conflict of Interest Ordinances and Ethics provisions, as set forth in the Miami-Dade County Code, as may be ame�ded from time to time; and by the City of Miami Beach Charter and Code, as may be amended from time to time; both of which are incorporated by reference as if (ully set forth herein. 9 Docus�gn G"nvelape iD &E292D70-P6F2-41E=0-Eid09-tAiFEt3Ed433A C'oiiFract No.?4-032-01 Gontractor covenants that it presently has no interest and shal! not acquire any interest, directiy or indirectly, which could conflic# in any manner or degree with the performance of the Se�vices. C;ontractor further covenants that in the performance of this Agreement, Contractor shall not employ any person having any such interest. No member of or delegate to the Congre�s of the United States shall be admitted to any share or part of this Agreement or to any benefits arising the�efrom. 10.7 CONTRACTUR'S COMPLIAPICE WtTH FLORIDA PUBLIC REGORDS LAW (A} Uontractor shall comply with Florida Public Records law under Chapter 119, Florida �tatutes, as may be amended from time to time. (B) The term "public records"' shall have the meaning set forth in Section 119.011(12), which means all documents, papers, letters, maps, books, tapes, photographs, films, sound recordings, data pracessing software, or other material, regardless of the physical form, characteristics, or rneans of transmission, made or received pursuant to law or ordinance or in connection with the transaction of official business of the City. (C) Pursuant to Section 119.Q701 of the Florida Statutes, if the Contractor meets the definition of"Contractor"as defined in Section 119.07Q1(1)(aj, the Contractor shall: {1) Keep and maintain �ublic records required by the City to perform the service; f2} Upon request from the City's custodian of pu�•lic records, provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cast that does not exceed the cost provided in Chapter 119. Florida Statutes or as otherwise provided by law; f3) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed, except as authorized by law, for the duration of the contract term and following completion of the Agreement if the Contractar does not tr�nsfer the records to the City; 14) Upon campletion of ihe Agreement; transfer, at no cost to the City, all public records in possession of the Contractar or keep and maintain public records required by the City ta perform the ser�ice. If the Contractor transfers all public records to the City upan completion of the Agreement, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon campletion of the Agreement, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City's custodian of public records, in a format that is compatible with the information technalogy systerns of the City. (D) REQUEST F�R RECQRDS; NONCOMPLIANGE. (1) A request to inspe�t or copy public records relating to the City's contract for senrices must be made directly to the City. If the City does not �ossess the requested records, the City shall immediately notify the Gontractor of the request, and the Contractor must provide the records tc the City or allow the recor�s to be inspected or copied within a r�asonabie time. (2) Contractor's failure to comply with the Citys request for records shall constitute a breach of this Agreement, and ihe City, at its sole discretion, may (1) unilaterally �10 Dor,usign F_nv�l�pe ID Bb262D70-86F2-41F0-F38(19-181FEHEP433A ('onu';�ct Nu.?4-(?3��-01 terminate the Agreement; (2) avail itself of the remedies set fo�th under the Agreement: and/or(3) avail itself of any availa�le remedies at law or in equity. (3) A Contractor who fails to provide the public records to the City within a reasonable time may be subject to penalties under s. 119 10. (E) CIVIL ACTION. (1) If a civil action is filed against a Contractor to compel production of public records relating to the City's contract for services, 1he court shall assess and award against the Contractor the reasonable costs of enforcement, including reasonable attorneys' fees, if: a. The court cJetermines that the Contractor unlawfully refused to comply with the public records request within a reasonable time; and b. At least 8 business days before filing the action: the plaintiff provided written notice of the public records request, including a statement that the Contractor has not complied with the request, to the City and to the Contractor. (2} A notice complies with subparagraph (1)(b) if it is sent to the City's custodian of public records and to the Contractor at the Contractor's address listed on its contract with the City or to the Contractor's registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. (3) A Contractor who complies with a public records request within 8 business days after the notice is sent is not liable for the reas�nable costs of enforcement. �Fj IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: CITY OF MIAMI BEACN ATTENTION: RAFAEL E. GRANADO, CITY CLERK 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 E-MAIL: RAFAELGRANADO(c�MIAMIBEACHFL.GOV PHONE: 305-673-7411 10.8 F�RCE MAJEURE (A) A "Force Majeure° event is an event that (i) in fact causes a delay in the performance of the Conb�actor or the City`s �bliyations under the Agreement, and (ii) is beyond the reasonable control of such party unable to perform the obligation, and (iii) is not due to �n intentional act, error, omission, or negligence of such party, and (iv) could not have reasonably been foreseen and prepared for by such party at any time prior to the occurrence of the event. Subject to the foregoing criteria, Force Majeure may include avents such as war, civil insurrection, riot, fires, epidemics, pandemics, terrorism, 11 ()acusie�n Envelqpe ID'86262Q7U-BCiF 7_-4tFp-880��-181FEE3F8433A C'onir�ci Nu. 24-032-U I sabotage, explosions, embargo restrictions, quarantine restrictions, transportation accidents, strikes, strong hurricanes or tornadoes, earthquakes, or other acts of God which prevent performance. Force Majeure shall not include technological impossibility, inclement weather, or failure to secure any of the required permits pursuant to the Agreement. (B) If the City or Contracior's performance of its contractual obfigations is prevented or delayed by an event believed by to be Force Majeure, such party sh�ll immediately, upon learning of the occurrence of the event or of the commencement of any such delay, but in any case within fifteen (15) business days thereof, provide notice: (i} of the accurrence of event of Force Majeure, (ii) of the nature of the event and thz cause ihereof, (iii) of the anticipa�ed impact on the Agreement, (iv) of the anticipated period of !he delay, and (v) of what course of action such party plans to take in order to mitigate the detrimental effects of the event. The timely delivery oi the notice of the occurrence of a Force Majeure event is a condition precedent to allowance of any relief pursuant to this section; however, receipt of such notice shall not constitute acceptance that the event claimed to be a Force Majeure event is in fact Force PJlajeure, and the burden of proof of the occurrence of a Force (�lajeure event shall be on t�e requesting party. (C) No party hereto shall be liable for its failure to carry out its obligations under the Agreement during a period when such party is rend�red unable, in whole or in part, by Force Majeure to carry out such obligations. The suspension of any of the obligalions under this Agreement due to a Farce Majeure event shall be of no greater scope and no longer duration than is required. The party shall use its reasonable best efforts to �ontinue to perform its obligations hereunder to the extent such obligations are not affected or are only partially affected by the Force Majeure event, and to correet or cure the event or condiiion excusing performance and otherwise to remedy its inability to perform to the extent its i�ability to perform is the direct result of the Force Majeure avent with ail reasonable dispatch. (D) �bligations pursuant to the Agreement that arose before the occurrence of a Force Vlajeure event, causing the suspension of performance, shall not be excused as a result of such occurrence unless such occurrence rnakes such performance not reasonably �ossible. The abligation to pay money in a timely manner for abligations and liabilities +Nhich matured prior to the occurrence of a Force Majeure event sha►I not be subject to ;he Force Majeure provisians. (E} 'Votwithstanding any nther provision to the contrary herein, in the event af a Force Majeure occurrenc�, the City may, at the sole discretion of the City Manager, suspend :he City's payment abligations under the Agreement, and may take such action without regard to the natice requirements herein. Additionally, in the event that an event of Force Majeure delays a party's performance under the Agreement for a time period greater than thirty (30) days, the City may, at the sole discretion of the City Manager, terminate the Agreement an a given date, by giving written notice to Contractor of such terrnination. If the Agreement is terminated pursuant to lhis section, Contractor shall be paid for any Services satisfactorily perfarmed up to tl�e date of termination; f411owing which the City shall be discharged from any and all liabilities, duties, and terms arising out of. or by virtue of, this Agreement. In no event will any condition of Force Majeure extend this Agreement beyond its stated term. 12 � [)ocusign L-nvelope ID BE262D70-86F2-41EU-E�H09-181FEB[d433P. Cunlrtict No.24-032-01 10.9 E-VERIFY (A) Contractor shall comply with Seclion 448.095, Florida Statutes, "Employment Eligibility" ;"E-Verify Statute"), as may be amended from time to time. Pursuant to the E-Verify Statute, commencing on January 1, 2021, Contractor shall register with and use the E- Verify system to verify the work authorization status of all newly hired employees during the Term of the Agreement Additionally, Contractor shall expressly require any subconsultant performing work or prov�ding services pursuant to the Agreement to ikewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligihility of all new employees hired by the subconsultant during the contract Term. tf Contractor enters into a contract w�th an approved subconsultant, the subconsultant must provide the Contractor with an affidavit stating that the subconsultant does not employ, contract with, or subcontract with an unauthorized alien. Gontractor shall maintain a copy of such affidavit for the duraticn of the Agreement or such other extended period as may be required under this Agreement. (B) TERMINATION RIGHTS f 1) If the City has a good faith belief that Cont�actor has knowingly violated Section 448.09(1), Florida Statutes, the City shall terminate this Agreement with Contractor for cause, and the City shall thereafter have or owe no further obligation or liability to Contractor. 1;2) If the City has a good faith belief that a subconsultant has knowingly violated the foregoing Subsection 10.9(A), but the Contractor otherwise complied w�th such subsection, the City will promptly notify the Contractor and order the Centractor to immediately terminate the Agreement with the subconsultant. Contractor's failure to terminate a subconsultant shall be an event of defautt under this Agreement, entitlinc City to terminale the Contractor's contract for cause. (3) A contract terminat�d under the foregoing Subsection (B)(1) or (B)(2j is not in breach of conlract and may not be considered as such. (4) The City or Contractor or a subconsultant may file an action with the Circuit or County Court to challenge a termination under the foregoing Subsection (B)(1) or (B)(2) no later than 20 calendar days after the date an which the contract was terminated. 15) If the City terminates the Agreement with Contractor under the foregoing Subsection (B)(1), Contractor may not be awarded a public contract far at least 1 year after the date of termination of this Agreement. (6) Contractor is liable for any additional costs incur�ed by the City as a result of the termination of this Agreement under this Section 10.9 10.10 CONTRACTOR'S COMPLIANCE WITH ANTI-HUMAN TRAFFICKING LAWS Contractor agrees to comply with Section 787.06, Florida Siatutes, as may be amended from time to time, and has executed the Certification of Compliance with Anti-Human Trafficking Laws, as required by Section 787 06(13), Florida Statutes, a copy of which is attached hereto as Exhibit "D". 13 Dorusign Env��lnpc�ID 86262�7�-86F2-41F0-B809-tatFEBE8433A ('��ntr.icl�10.::4-(132-01 10.11 PROHIBITION ON CONTRACTING WITH A BUSIIVESS ENGAGING IN A B�YGOTT Consultant warrants and represents that it is not currently en��aged in, and will not engage in, a boycott, as defined in Section 2-375 of the City Code. In accordance with Section 2-375.1(2)(a) of the City Code, Consultant hereby certifies that Consultant is not currently engaged in, and for the duration of the Agreement, will not engage in a boycott of Israel. 10.12 PROHIBITION ON CONTRACTING WITH AN INDIVIDUA� OR ENTITY WHICH HAS PERFORMED SERVICES FOR COMPENSATION TO A CANDIDATE FOR CITY ELECTED OFFICE Gonsultant warrants and represents that, within two (2)years after the Effective Date, Consult�nt has not received compensation for services perFormed for a candidate for Cih,r elected office, as contemplated by the prohibitions and exceptions of Section 2-311 of the City Code. For the avoidance of doubt, the restrictions on contracting wi:h the City pursuant to Section 2- 311 of the City Code shall not applv to the following: (a) Any individual or entity that provides goods to a candidate for office. (b) Any individuat or entity that provides services to a candidate for office if those same services are regularly performed by the individual or entity in the ordinary coUrse of business for clients or customers other than candidates far office. This includes, �vithout limitation, banks, tefephone or internet service providers, printing companies, event venues, restaurants, caterers, transportation providers, and office supply vendors. (c) Any individual or entity which performs licensed professional services (including for example, legal or accounting services). 10.13 PROHIBITION AGAINST CONTRACTING WITH FOREIGN COUNTRIES OF CONCERN WHEN AN INDIVIDUAL'S PERSONAL IDENTIFYING INFORMATION MAY BE ACCESSED Consultant hereby agrees to comply with Section 287.138, Florida Statutes, as may be amended from time to time, which states ihat as of January 1, 2024, a governmental entity may not accept a bid on, a proposal for, or a reply to, or enter into, a contract with an entity which would grant the entity access to an individual's personal identifying information (PII), unless the entity provides the governmental entity with an affidavit signed by an officer or represen`ative of the entity under penalty of perjury attesting that the entfty does not meet any of the criteria in Paragraphs 2(a)-(c) of Section 287.138, Flonda Statutes: (a) the ent�ty is owned by a government of a foreign country of concern; (b) the government of a foreign country of concern has a controlling interest in the entity; or (c) the entity is organized under the laws of or has its principaA place of business in a foreign country of concern (each a "Prohibited Entity"). A foreign country of concern is defined in Section 287.138 (1)(c), Flor�da Statutes, as may be ame�ded from time to time, as the People's Republic of China, the Russian Federation, the Isfamic Republic of Iran, the Democratic People's Republic of Korea, the Republic of Cuba, the Venezuelan regirne of Nicolas Maduro, or the Synan Arab Republic, including any agency of or any other entity of significant control of such foreign country of concern. Additionally, beginning July 1, 2025, a governmental entity may not extend or renew a contract with a Prohibited Entity 14 Docusign tnvetope ID:86"16ZD7U-86f2-d1E0-8808-I81�'[BE9433A Cuntract No.24-t13�-U I Gonsultant warrants and represents that it does not faA within the definition of a Prohibited Entity, and as such, has caused an authorized representative of Consultant to execute the "Prohibition Against Contracting with Entities of Foreign Countries of Concern Affidavit", incorporated herein by reference Gnd attached herelo as Exhibit"E". SECTlON 11 NOTICES Until changed by notice, in writing, all such notices and communications shall be addressed as follows: TO CONSULTANT: Christian Infante SFM Services. Inc. 7500 NW 74 Avenue Medley, FL 33166 Ph: 305-5259442 EmaiL cinfante(a�sfmservices com TO CITY: Ronaid Murnaw, Directar Facilitiss & Fleet Management Department 1833 Bay Road, 2nd floor Miami, FL, 33139 Ph� 305-673-7000 Emaif: ronaldmumaw(a�miamiheachfl qov All notices mailed electronically to either party shall be deemed to be sufficiently transmi;ted. Notice may also be provided to any other address designated by the party to receive notic� if such altemate address is provided via U.S. certifled mail, return receipt requested, hand-delivered, or by overnight delivery. tn the event an afternate notice address is properly provided, notice shalt be senf to such alternate address in additian to any other address to which notice would otherwrse be sent unless other delivery instructio�s as specifically provided for by the party entitled Io not►ce. Notice shall be deemed given on the date of an acknowledged receipt or, in all other cases, on the date of receipt or refusal. SECTION 12 MISCELLANEDUS PROVISIDNS 12.1 CHANGES AND ADDITIONS This Agreement cannot be modified or amended without the express written consent of the parties. No modification, amendment, or alteration of the terms or conditions containe� herein shall be effective unless contained in a written document executed with the same formality and of equa. dignity herewith. 15 DocusignEnvelupelD 86262D70-861=2-41EO-8809-181FEBE3h33A Ccmtrac:t Ni�.24-O.32-U I 12.2 SEVERABfLiTY If any term or provision of this Agreement is held invalid or unenforceable, the remainder of this Agreement shall not be affected and every other term and provision of this Agreement shall be valid and be enforced to the fullest extent permitted by law. 12.3 WAIVER QF BREACH A party's failure to enforce any provision of this Agreement shall not be deemed a waiver of such provision or modification of this Agreement A parfy's waiver of any breach of a Frovision of this Agreement shall not be deemed a waiver of any subsequent breach and shali not be construed to be a modification of the terms of this Agreement 12.4 JOINT PREPARATION The parties hereto acknowledge that they have sought and received whatever competent advice and counsel as was necessary for them to form a full and complete understanding of all rights and obGgations herein and that the preparation of this Agreement has been a joint effort of the parties, the language has been agreed to by parties to express their mutual intent and the resulting document shall not, solely as a matter of �udicial construction, be construed more severely against one of the parties than the other. 12.5 ENTIRETY OF AGREEMENT The Ciiy and Contractor agree that this is the entire agreement between the parties. This Agreement supersedes all prior negotiations, correspondence, conversations, agreements or understandings applicab�e to the matters contained herein and there are no commitments, agreements or understandings concerning the subject matter of this Agreement that are not contained in this documenl. Title and paragraph headings are for convenient reference and are not intended to confer any rights or obligatio�s upon the parties to this Agreement. [REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK] 16 Ooaisign Fnvelope ID 86262D70-86F2-41E0-88�9-181FEBEB433A Cuntract No �4-O32-(1t IN WITNESS WHEREOF, the part�es hereto have caused this Agreement to be executed by their appropriate officials, as af the date first ente�ed above. FOR CITY: GITY OF MIAMI BEACH, FIORIDA ATTEST`: . ���, � , _\�ti�i.e., c',,, �-�„-_. _�::�� ti-,, By: __, .- � r �( (,� �''� z . ar.� ,'; _ _._ _ . _ _ _ -- ---- ' : � ; Rafael E. Granada, City Clerk E�ic Garpenter, ty Manager % �.INCOA°�ORATED� : , � ._ _ , �_ ,�2� �,,L �;'_= �Q f;t ',,4,Q•. .�. .:;��= Date �, �^ � � C'j:;'2G3 ; _. .___ _ __._.__.___._____... ''���,�,,:,,,:..-�' APPROVED AS 70 FORM& LANGUAGE &FOR EXECUTION FOR CONSULTANT: Y`�� { �v G� C� �`� City Attcrney �A• Date SFM SERVICES, INC_ �'� � .�� �; �Y ___ r f T �—..�,_ � 1�� � � 1 C�-rc�n�t t'r t1..5,�et�`�" }'t t 1��"1 C,tr'� Print Name and Title l7ate _G� 2�J �.C>�l,� _ 17 dacusign Fnvelope ID RE262Di�-S�F'2-41E0-88�9-i81FFLF&433A C'oniract Nu.��i-p32-01 EXHIBIT A SGOPE aF SERVICES Scope af Work. The Contractor shall be fuily responsible for providing customer service, quality control and all ather services listed herein. The Contractor will determine, in accordance to the minimum requirernents of the contract, the manner in which services are tc be performed by Zone and location, aliocatio� of labor hours needed to perform the task(s), cleaning methods and required supplies, materials and equipment, in order to successfuily compiete the required work. During evening se►vices, lights shall be turned off as areas are campleted, except in the immed,ate area where work is being perfarmed The Gity of Miami Beach reserves the right to adjust work hours to serve the specific needs of the facility. When a City-observed holiday fails on a regularly schedulecl serrice day, and the City facility is nat accessible ta the Cont�actor,the Contractcr shall perform the regularly scheduled services on the next workday following the haliday closure. Exceptions will require arrangements with the City's Facilities and F{eet Management Director,or designee. Speci�cations. The Contractor shall, at a minimum, provide the City with janitorial and related services in accordance with the foliowing standards and frequency expectations: A3.01 SCHEDULE OF JANITORIAL SERVICES — OFFICES, WORKSPACES, LOUNGES, LOBBIES, ENTRANCES,COMMON AREAS, HALLWAYS, EXTERIORS,CQRRIDORS At Each Visik !. Empty wastebaskets,trash cans,and recycling bins in dedicated containers. 2. Replace bag liner if ripped, soiled or wet for wastebaskek and trashcans(Recycling birs should not have liners). 3. Dispose of ail collected refuse to an autside dumpster. �. Empty recycle confaincrs and deposit matcrial into dedicated, outside recyeling coliection container. 5. Empty and ciean all exterior ashtrays and cigarette receptacles. G. Clean all table and counte�surfaces not having paper or materiais stored on them �. Dispose of any cardboard packing or discarded materials or items left for removal to outside dumpster. 8. Clean any area or item that obviously needs immediate attention due to incidental spills, leaks or debris. 9. Clean all glass main entry doors. 10. Sweep and damp mop all har�J flooring (including elevators and stone surfaced flooring; spot clean any dirl or stains with appropriate cleaners and solvents as needed to maintain an acceptable appearance.) 11. Vacuum all carpeted areas, including walk-off mats,entrance mats,and rugs. ?2. Refill hand towel dispensers in restroams with an adequate amount of hand towels to maintain proper dispensing. �3. Clean and sanitize cirinking fountains. 4 Sweep clean all landings and stairwells. 18 Qocusign Eiivelope ID BG262C170-86F2-�31[0-Ci8�9-781F[6E8433A C��ntracl No.?4-032_C11 15. Spot clean any obvious stains or spilis in carpeted areas with appropriate/approved cleaner(sj. 16. Ctean ail doors(incluciing glass doors) and frames, sweep mats, remove spider webs remove gum, 97 Ali glass and metal surfaces of facility entrancelexit doors and lobbies interior and exterior shall be cleaned. 18. Dust all wail hangings and decorative lighi fixtures. 19. Wooden surfaces shall be maintained with a City approded polish. Every effort must be made so no rings,spills,or noticeable dust is visible. 20. Clean antl/or polish tables, benches, antl chairs. Wet cieaning may be required with germicidal eleaner. 21. Spot clean light switches and wafls when visibiy suiled. 22. Collect and dispose of debris and litter in parking areas, sidewalks, and breezeways. 23. Monitor exterior trash receptacles,removing trash as needed,and replacing liners Weekly 1 Polish fumiture. 2. Ciean and polish aii tabie and counter surfaces which are free of material. 3. �Nipe down all interior window`rames,and sills with damp cloth. 4. Ciean ali non-glass doors and�aor frames 5. tNipe down all shelving with damp cloth. 6. Vacuun�all fabric covered furn;ture and partitions 7, �vipe down elevator walis, polish interior cab with all-purpose cleaning spray or fumiture polish. 8. Clean all elevator hand railin�s and metallic wall panels with stainless steel cleaner/polish. 9. Nil first-floar exterior windows shail be cleaned as needed. Bi-Weekly 1 Clean all blinds,wall plates,door hardware and stairwell railings. Monthly 1. dust and c(ean all air conditioning r�gister and a,r return vents. 2. Clean all vinyl furniture including workstations with vinyl cleaner. 3. Scrub, rinse, spray buff and wax hard floors(excluding stone surfaced flooring, utilizing proper floor care machinery). 4 Wipe down all walls and clean any spider webs from comers or ceilings. 5. Clean interio� win�ow glass. 6 Clean baseboards. 7 Detaii clean all ho�izontal or vertical su�faces so that no visible dirt, dust, cob�Nebs, or streaks are visible including all fumiture, edges,corners, baseboards, walls, air vents, and tloor frames (�igh and lowr dusting, etc.)from floor to ceiling. Include all custodiai clasets, stairwells: entrance areas, and pl�nters, and any oth�r item or area +n�ithin the scope of this Cantract. 8. Telephones must be cieaned using a germicidal cleaner disinfectant. Quarterly 1. Scrub and recoat hard floors {excluding sione-surfaced flooring, utilizing proper floor care machinery. (This service is to be provided within fifteen days of the start-up of the contract or trial period antl�erformed quarteriy thereafter}. 19 Docusign Fnvelape It� 66262D70-86F2-d7E0-F3$09-181FEBE843�iA ('rmtr��et Nu.2�-032-01 Semi-Annuaily 1. Strip and wax hard floors, 3-coat minimum, where appropriate (excluding stone surfaced fiooring, utilizing proper floor care machinery. (This service is to be provided within (ifteen days of start-up of the contract or trial period and performed quarteriy thereafter}. 2. Vacuum fabric partitions throughout the City facilities. Annually 1. Clean all blinds. CEeaning shall occur at the same time interior window surfaces are cleaned. 2. After cleaning, all biinds shall operate properly and contain no visible streaks, smears or dust. 3. Vertical blinds may be cleaned in place using chemicals designed for vinyl cleaning. Carpet Spot Cleaning 1. Spot cleaning will bs performed uGli�ing extraction method. 2. Carpet will be free af any dirt, dust, lint, stain or foreign matter as determined by the Contract Manager, Facility Manager or designee. 3 Cleaning procedures and chen7icals shall bs used in accordance with manufacturer's recommendations and warranty conditions. 4. Spot clean any spatted and stained areas, as needed or as requested. 5. When spot cleaned, affected carpet areas shall blend with adjacent a�eas. 6. Leave no dirt an carpets, in carners, near baseboards. behind doors, or under any furniture. 7. Wipe baseboards in carpeted areas free of dust. Day Porters The Contractor(s}, in addition ta standard janitorial services, contractor shall provide porter services at the locations outlined for porter services that are stated on Appendix Dand shall meet or exceed the follo�ving requirements: 1. f,�aintain entrances and lobbies,(including parking garagej windows.doors,and dusting. 2, ��taintain cleanliness oi water f�untains. 3. Complete restroom service; minimum once for a 4-hour shift and twice for an 8-hour shift, and as needed throughout the day. Restock and empty trash as needed. 4. Dust all interior signage inciuding lobby and common areas. 5 Kitchenettes: Empty trash, dust windowsills, wipe down exterior and interior of cabinets, wiping down counter and sink areas. 6 P�laintain custodial siorage areas, keeping active inventory of supplies and all custodial closets clean an� neat. 7. Facility e�erior cieaning: Check all sntrances and parking garages for paper and trash, empty all trash and smoking cont�iners. 8. Re�art any maintenance items needing repair in the via email to City's Zone Manager. 9. Report any custodial issues arising from tenants to the Gity's Zone Manager via email to the City's Zone Manager. 20 Docusign Envelope Iq.862G2D70-86F2-41FO-B809-t��FEaE8433A c'rn�trac!Na 24-032-01 10. Remove recyclable waste if needed. 11. Assist vacuuming office areas and spot cleaning as needed. 12. Day custodians shall provide ongoing service(or entrances, common areas, restraoms, emergency spill removal from carpets and hard flooring, rainy day safety precautions (put out mats, signs and keep floors mopped c�ry),and other cleaning-related duties. 13. The City's Zone Manager will have authority to direct the day porters to perform speciai cleaning duties between the hours of 8:00 a.m. and 5:00 p.m. A3.02 SCHEDULE OF SERVICES-RESTR�OMS At Each Visit 1. Ciean all mirrors. 2. Replenish soap,toilet tissue and hand towels. 3. Sweep, mop with disinfectant cleaner and rinse bathroom floors. 4. Clean urinals and commodes(inside and out). 5. Check deodorizer block and replace if necessary. B. Wipe down all partitions. 7. �lean and disinfect water basins and counter tops. 8. Empty and clean all waste receptacles, replace liners if necessary. 9. Polish all chrome and stainless steel. 10. Glean baby changing stations in conjunction with daily restroom cleaning schedules. i 1. Refill hygiene products where applicable. Weekly 1. Clean all doors, including entry doors, metal kick plates, door handles or push plates. 2. Clean all interior window glass,frame$and sills. 3. Clean showers(if applicable). 4. Clean locker to�s(if applicable) 5. Wipe clean(with tile cleaner)all tiled wall areas. Monthly 1. Dust and clean all air conditianing registers and air return vents Quarterly 1. Scrub and rinse afl tile surfaces with a non-toxic tile cleaner. 2. Detail clean all restroom iloors and grout to a clean and uniform appearance, machine scrub floors, and entirely clean walls and doors 100% by the end of the first quarter of the Cantract and no less than quarterly thereafter. A3.03 SCHEDULE C?F SERVICES-KITCHENS AND BREAK ROQMS At Each Visit 1 Clean all counter space. 21 Docusign Envetope ID.862G2D70-86P 2-41E0-F3809-ISiFEBE3433A Conlract No.24-03?-01 2. SW@@p fI00fS. 3. Wet mop fioors. 4. Wipe clean all appliances. 5. Clean and disinfect sink. 6. Refill hand towe{dispensers. 7. Remove all trash and recyclables. 8. Replace liners, as needed Quarteriy 1. Scrub and rinse all tile surfaces with a non-toxic tile cleaner, Annually 1. Strip and wax hard floors,with a 3-coat minimum wax appiication method. A3.04 SCNEDULE OF SERVICES—PARKING GARAGES At Each Visit 1. �:,ollect and dispose of debris and litter in parking areas, ramps,decks,sidewalks,and breezeways. 2. 1�onitor exterior trash and recycling receptacles, removing Uash as rteeded, and repfacing liners, �Nhile maintaining all recyclable maierial separate from trash to avoid contamination. 3. Monitonng of public areas in all garages. between the daily cleaning requirements, is required, 4. �levators, entrance and exit d�ors,stairwelis(including handrails,steps, landings and lights), parking decks, all must remair free of trash,dust,dirt, litter, fluids, and odors. 5. Garbage cans in the public areas should aiways be cleaned and able to except additional trash 6. Floor drains need to be iree on any debris, sand or titter. A3.05 SCHEDULE OF SERVICES—DEEP CARPET CLEANING SERVICES Carpet Deep Cleaning 1. Clean carpet during the first six(6)months of the Contract and quarterly thereafter. 2 Carpets sha►I be�eep cleaned using an extractor. 3. Special spotting kits may be needed to remove di�cult stains. 4. Clean carpet where visible and accessible,which will require moving some fumiture. Moving heavy furniture,such as filing cabinets, is not required. 5. Edges and baseboards must not have fibers,debris,or spills visible after cleaning. &. Appfy a Teflon-based protector to all carpeting after cleaning,or approved equal. 7. Give a!I empty containers of carpet protector to!he Contrael Manager as a control. 8. Schedule time witn the Cuntract Manager tu operate air handlers uvernight in the section to be extracted 10 reduce drying time. 9 The use of at least two(2)commercial carpet dryers supplied by Contractor(s)should be used to assist drying. A3.06 SPECIAL EVENTS 1 HIGH•IMPACT WEEKENDS OR AS NEEDED SERVICES Special events!high-impact weekends rnay include, but are not limited to: 22 DDCuSiq�t E�V?IopB 10.86262D70-$6F2-A1C-O-L�$OJ-181fEBF$433N C ontr:iet Ntr.?4-�32-U i • Spring Break(typicaily from late-February through mid-�,pril) • Memorial Day Weekend • Pride Week • 4�h of July(independence Day) • Sleepless Nights • Food and Wine Festivai • Veterans Day • Art Deco Weekend • Art Basei Week �uring the above events, Cantractor wil! be expected to provide staffing levels suitable far the demands to upkeep these facilities. At a minimum, Contractor will be required to provide a po�ter at each City Beachfront Restraom and a supervisor, responsibie for ali locations, during the above events. For Special Events, as indicated above andlor those added in writing by the Facilities and Fleet Management Direct�r, or designee, the Contractor shall be compensated based at the awarded additional services rate(s}, The supervisor(s} shall always be available while contract work is in progress to receive notices, reports, or requests from either the Zone Manager or the desig�ated Zone Manager's representative. The supervisory employee(s) must be able to read, write. and speak Eng�ish. No City employee is autharized to exercise either direct or indirect supervision over the Contractor's emplayees, unless �esignated by the Facilities ard Fleet Management Qirector, or designee Steam Cleaning �ontractur will be expected to provide tlie following Steam Gleaning services on an as-needed, prescheduled basis. 1. Steam cleaning of chairs. 2. Steam cfeaning of sofas. A3.07 MATERIALS AND EQUIPMENT The Contraetor shaU provide all materials, supplies, and equipmert as required to properly maintain ihe facilities and areas in an acceptable condition,according to tiie minimum standards of the RFP. This shall in�futle all required maintenance and cleaning products, including, but not limited to� cleaners, disinfectants, bleach, floor care clean�rs and protective coatings, etc. It shall also include brooms, mops (wet and dry/dry dust mops), mop handles, tlust mop handles, dust pans, bowl mops, bowl brushes, putty knives, dusters, sponges, rags, window squeegees, floor pads, rt�bber gloves, for trash removal, spray hottles, floor care machines, vacuum cleaners, and any atlditional materials needed to perform ti7e cleaning 23 f.�ccusign Envelope ID 8526:D70-86F2-a1r-p-►�gOg-18iFEBE8433A Contra�t Nu. 24-(?32-UI Vacuum cleaners shall be equipped with a beater bar or double row of brushes with high suction. The bar or brush setting should be approximately 118" below the vacuum cleaner casing. It is recommended that vacuum cleaners are equipped with special HEPA (high-efficiency particulate air) or ULPA (Ultra Low Particulate Air) type filters that collects at least 99.97%, or that losa no more than 1110 of one �ercent of dust collected to the atmosphere. All equipment used in the cleaning operation of any City of Miami Beach facilities must be in good safe operating condition as required by CSHA. Equipment with broken or exposed electric wires will not be allowed for use. Supplies The Contractor shall furnish ali cleaning supplies, including but not limited to, paper products, cleaning products,equipment, liners, hand soap, tools and devices, floor finishes,floor sealer,floor stripper, germicidal cleaner, disinfecting cleaner, carpet cleaner, supplies, tletergents, defoamer, metal and wood polishes. All cleaning equipment supplies, and materials shall be approved by the City's Contract Manager prior to use and stored in a clean, neat and safe manner within designated areas in each facility. Contractor's employees must use protective gloved clothing when using (harsh) skin-irritating chemicals. No flammable products, including propane or gasoline, shall be stored in the facility. The Contractor shall furnish and install all hand soap and hand towel dispensers, if tleemed necessary by the City. The City's Contract Manager shall approve all new hand soap and hand towel dispensers prior to instGllation by the Contractor. The City shall also approve in advance the exact location of all new hand soap and hand towel dispensers, including the height from finished fioors, proximity to other fixtures,and other accessibility conr.ems. The Contractor shall be responsible for the replacement of toilet paper tlispensers in the r�strooms �i the facilities managed by the City due to protluct failure and or vandalism The Contractor shall �ssume the cost of replacing toilet paper dispensers at their own expense. Historically, no more than 150 dispensers require replacement annually. The City reserves the right to determine the suitable replacement products and engage in the �rocurement and installation process. The quality and specifications of the dispensers shall conform to the City's standards and regulations. The Contractor shall maintain accurate records of all toilet paper dispenser replacements, including dates, locations, and quantities replaced. These �ecords shall be made available to the City upon request. NOTE All supplies must be used in accordance with the manufacturer's recommendaiions and instructions. All containers must be labeled with the manuf2cturer's brand name, name o1 product, and its recommended use. 14 Du�usign Envelope ID 56262U70-86F2-4�[0-B309-�81FE[3Ed433A Cbniract No.24-032-01 A3.08 SAFETY REQUIREMENTS The Contractor(s) shall comply with all applicable requirements of OSHA's "General Indusiry Standards." These reauirements shall include all primary and refresher training mandated under the OSHA guidelines. Safety Data Sheet The Contractor(s) shall provide to the City's Zone Manager a Safety Data Sheet (SDS) and description literature for each chemicaVcompound/mixture used in the performance of the :,ontract before the commencement of any work hereunder. All SDS shall be oi the latest version and comply with 29 CFR 1910.1200. In 2012, OSHA modified the HAZCOM program to conform to the United N�tions Globally Harrronized System (GHS) of classification and labefing of chemicals. Hazardous products shall not be used, except with prior approval of the Contract Manager, and r�ust be tlisposed of properly by the Contractor(s) in accordance with the U.S. Envircnmental Protection Agency(U.S. EPA)40 CFR 260-265. The Contractor(s)shall maintain and have readily accessible on-site a complete SDS book of all chemicals, compoundslmixtures used in the execution of the Contract. Environmental and Hazardous Materials Repuirements The following defines the minimum requirements the Contractor(s) is to foilow for Envircnmental Health, Safety, Hazardous Substances, Recycling, Hazardous Materials, Hazardous Waste Characterization and Disposal, Waste Minimization, Personnel Training, Required Notifications, and Permits and Records Retention: Hazardous Substances 1 Nazardous Materials The Contractor(s) shall submit to the Contract Manager; SDS for approval of products to be used prior to any use in the facility. The Contractor(s) is not to use any product not approved by the Contract Manager anywhere ir� the facility. The Contractor(s) shall not use any product that has a pH level of less than 3 or a pH level greater than 11. The Ccntractor(s) is not permitted to use any product that 1he SDS rates as "Flammable or Toxic" without approval from the City's Zone hlanager Proper Disposal of Spent or Used Products. The EPA and Florida Department of Environmental Protec:ion (Florida DEP} require the proper disp�sal of certain chemicalsJcompoundslmixtures after they have been spent or used. The Contractor(s) is required to establish discrete waste streams for any chemicals that require proper disposal accortling to 40 CFR 260-265. The Contractor(s) r-iusi also arrange to have a licensed, "Part 6 Permit" Hazardous Waste & Universal Waste Contractor(s) to properly characterize, manifest, dispose and transpo�t waste or recyclable materials. The waste hauler must be Iicensed by the U.S. Department of Transportation as a Hazarduus WastelUniversal Waste Hauler under the Series 49 CFR (Code of Federal Regulations). The Contractor(s) must provide contact information of the Hazardous Wastel Universal Waste Hauler utilized. Waste Minimization Programs. The EPA and Florida DEP require the minimization of waste using water-soluble materials. The Contractor(s) is expected to utilize to the extent feasible the use of water soluble and user-friendly products that are available. 25 Docusign Envelope ID:86262D70-86i 2-41E4B809-t87FEpE9433A ('umract No.'4-Oi2-U1 Personal Protective Equipment A!I personne!are required ta v��ear personal protective equipment in the performance of their duties, �.vhich involve the use Hazardous Substances and Hazardous Materials induding Frotective eyewear or iace shieids, respiratory protection as necessary and applicable leak proof gloves or as prescribed by the SDS. A3.09 PERSONNEL AND SUPERVISfON The Contractar(s)is required to and shall train afl of the Contractor(sj 's personnel prior to a job assignment with the�ity of Miami Beach Supervisars Experienced on-site supeNisars rr�ust be on-site during all hours that work is performed. The on- site supervisor must he available beiween the hours of 8:00 a.m. and 5:00 p.m., Manday through Friday, to inspect the facility with the Cily's Zone Manager, ar designee, and to handle related problems when required. Additionaliy, the supervisars must be available, and on-site, aftEr normal business hours to monitor and respond to janitorial services issues,oversee staff,and close facility following compleiion of daily services. The Proposer shall submit, as part of the RFP response, a descriptian of supervisory alloc�tian, pzr Zone with days and hours of seroice identified. Employees 1. Buiidinq Access: The City's Zone Manager, Fa�ility Manager or designee shall direct and control access to the facility. Under no circumstances will anyone enter times for another employee Only authorized Contractor(s)employees and subcontraclo�(s) are allowed on p�emises. 2. niform : The Contractor(sj shall supply all empbyees with identification and uniforms (i.e. shirt, smock,etc.�thai must be worn ai aN times while on the premises, and sha!! at all times presert a neat and professional appearance,with clean uniforms. 3. Access Cards: The Contractor(s) shaii report any lost access cards to the City's Zone Manager immediately upon discovering such and shall be liable for the costs of replacement and programming, 4. Identification: The Contractor(s) shaN submit a list pf employees with the required background checks as stated in Seciion 1.9 and a phatacopy of a valid picture I.D. ta the ConiracC Manager priar to commencement of services hereunder. I D. badges shail show company name, employee name and a photo of the employee. I.D. badges must aiways be worn w�ile performing services under this Contract. 5. Trainin�: To improve sustainable waste management, the City requires janitorial employees to receive training�n appropriafe recycling practices. This training must be obtained within 6 rnonths of an employee's h�re date anct must be coordinated through ihe Environment and Sustainability Department. 26 Uocusign Envelope IU 86252D70-86F2-41[_0-HR09-181FE8E8433A ('�mtract N��. 7d-032-01 industry Certifications and Training The City desires that Contractor(s) obtain proper industry• certification andlor industry licensing such as ISSA Cleaning Indu�try Management Standard (CIMS), and/or ISSA Cleaning Industry Management Standard (CIMS-GB) Green Building Certified, or similar certification and icensing, during the term of the Contract. The Contractor(s) shall provide verifiable documentation that supeNisors have completed a minimum of eight (8) hours of Hazardous Materials Emergency Response "Operations Level" training, and nonsupervisory employees have completed a minimum of four(4)hours of Hazardous Materials"Awareness Level"kraining, from an approved training provider. A3.10 REPORTING REQUIREMENTS The Contractor(s)shall keep, maintain, and make available to the City upon request all training records and certifications, SDS, first report of injury and illness requiring first aid or additional medical prcfessional treatment. Additionally, all injuries shall be recorded on the "OSHA 300 Log" and 300-A according to 29 CFR. A3.11 SPECIAL PERMITS, LICENSE AND PRODUCT NOTIFICATIONS Certain cities, counties and municipalities require hazardous materials licenses prior to the use oi certain products. The Contractor(s) is responsible to obtain antl make available to the City upon request all necessary licenses and permits regarding any hazardous materials pnor to execution of this Contract. The Contractor(s) 's day custodian(s) and on-site supervisor must carry direct means of communications provided by the Contractor(s)at all times during work shifts. A Control Book shall be maintained on-site and be accessible to both the City's Zone Manager and the Contracto�(s) Manager. The Contractor's on-site supervisor shall review the Control Book dailylnightly for specific cleaning issues. The Contractor(s)should indicate in the Control Book on a daily,`nightly basis items needing repair in addition to reporting these items via email to the respective City Zone 141anager(e.g., plumbing in restrooms). A3.12 MEETINGS WITH FACILITIES MANAGEMENT The Contractor(s) 's on-site supervisor shall meet with the City's Zone Manager, Facility Manager, or Designes at least weekly, and as-needed, on a more frequent requested basis by lhe City, to inspect any facility and to resolve cleaning issues. The owner or senior manager in the Gontractor(s) 's organization, acceptable to the City, shall meet, at a minimum, monthly with the City to review the Monthly Cleaning Report and Quality Evaluation Form, discuss cleaning issues, and address any related problems, to the City's Zcne Manager. A3.13 QUALITY CONTROL The Contractor(s) 's on-siie superoisor(s) shall perform during each cleaning shift, a deiailed inspection, covering a minimum of twenty percent(20%)of the maintained space and report each inspection on a Shift Cleaninq Report. The Contractor(sj shall inspect one hundred percent(100%)of the maintained s�ace at a 27 Docus�gn Fnvelopn_iD.862G2D70-8fif�-4IF0-B8Q�J-1$1FEBEi3433A ('onCrlct No. '4-O32-01 minimum for each week af the Contract term. The Contractor(s) shall maintain a written report regarding these inspections and submit a copy to the City's Zone Manager weekly. A Control Book shall be maintained on-site and be accessible to the City and Contractor(s) �ersonnel. The Contractor(s) 's on-site supervisor shall review the Gontrol Book daily/nightly for specific cleaning issues. The Contractor(s) shali indicate in the Control Book on a tlaily�nightiy basis items needing repair(e.g : piumbing in rsstrooms). The Contractor(sj shail provide a sample of its Control Boak for review as part of the RFP. The Controi Book shall be accessible to all City and Cantractor(s)personnel and used to idenlify specific cleaning issues and report any maintenance tleficiencies. The Controi Book shail also contain the Contractor(s) Sign-In(Sign- �ut Sheets, ali MSDS tor the respective facility, deaning and staffng plans, as weil aii other dccuments such as special permits and training certifications deemetl appropriafe by the City. A3.14 GARAGE AND RESTRC?QM INDEX The City has recently impiemented a garage and restroom index program. This program is utilized to communicate the status of the level of service regarding public garages and restrooms for the City Qf Miami Beach facilities The results, ranging from 1 A (very well maintaine�) to 6.0 (not maint�med), provide an understanding of what criteria perform weli and which do not. By analyzing the results, change can be made in areas in need of improvement so that the City of Miami Beach may provide better quai ty public garages and restroom faclities. Quarteriy data is shared with the Commission with input from responsible depa�tment{s�regarding opportunities io improve performance. Proposers should become familiar with this City proqram and incorporate it into their Comprehensive Cieaning Pian. A3.15 PRIOR WRITTEN APPROVAL OF ADDITIONAL AND10R AS-NEEDED SERVICES The Contractor(s) shall be required to obta�n in writing, approval to perform any additional andior as- needed �ervices, by the Facilities and Fleet Managemeni Director, or designee, prior to performing the actual work. The City shall not be obligated to pay for additional andlor as-needed services not approved in advance A3.16 SUSTAINABILITYIRESILIENCY REQUIREMENTS All work shall be performed in accordance with the highest cleaning and environmental standards including: • ISSA CIMS-GB « Greenseal GS-42(services} • Greenseal GS-37 and GS-37(products) Green Cleaninq Requirements As part �f the City's Sustainable 8� Resilient Procurement Policy, i1 is the intent of the City to reduce greenhouse gas (GHG} emissions to combat climate change; decrease the use of hazartlous materials to improve community antl environmental health; and decrease was#e and inefliciencies m electricity, fuel, paper, water and other consumption to relieve pressure on natural resources. To ativa�ce these goals, products and services contracted will be evaluated in part based on their environmental attributes t�reduce risks to health, safety, and the environment. Strict adherence ko the following standards is required. Prior to the commencement of work,the Contractor(s)is required to submit 2 list of the products they inten�to use. The Contractor(s� shall update the product list annually. The Gontractor(s) is responsible for providing invoices canfirming cornpliance with environmentally- preferabie reGuirements. Product invoices are to be s�bmitted as part af the Conh�actor(sj monthly paymeni request submittal. Any deviation from these 28 C�ocusign Env«:Iope ID:8(i262D70-86F Z-4 t FO-B809-I 81 FC-BE3433A Coniract Nc�.24-(132-01 standards and requirements must be prior approved in writing by the City's Contract Manager. The Gontractor is encouraged to use green cieaning products and �rocesses, to the degree feasible, and shall demonstrate such capability by submitting a green cleaning plan, that describes methods, materials, and equipment usetl under the cantract. The Contractor shall use products offered that are certified or in compliance with at least one of the follawinq five standards. The manufacturer's name, brand name and item number must be shown for each item being bid. Two copies of the certificate or other appropriate affidavit for each protluct offered must accompany the bid as documentation of certification or compliance as a grePn product. The certification or compliance standards r�quired for these products in no way exempts compliance with olher applicable occupationai health and environmentai standards. The standartls required are set out below: 1. Certified by Green Seal 2.Certified by Environmental Choice EcoLogo Program 3. (For Chemicais} Recognized by the U.S. Enviranmen�al Protection Agency Qesign for the =nvironment(DfE)Formulator Program 4. Safer Choice Standard by the Environmental Protection A�ency(EPA} 5. (For ('aper Products) In compliance with the U.S. Environmental Protection Agency �:omprehensive Procurement Guidelines for Commercial and Industrial Sanitary Tissue For those categories not covered by the above standards preference will be given ta those products meeting the Califomia Code of Regulations maximum allowable VOC levels for the appropriale cleaning product category(Califarnia Air Resource Board!California Gode of Regulations (CCR), Tile 17 CCR Section 94509—(Topic cited; Standards for consumer products at�vww calregs.com). If cleaning products that meet these criteria are not available anly then can the cleaning Contractor use other type products. In such cases the Contractor shall continue to use to the extent possible the safest and most environmentally friendly products and products must be prior approved in writinq by the Ciry's Contract Prlanaqer. Contractars staff must be traineci antl knowledgeable in the Cc�ntraclor's green cleaning procedures. The Contractor is strongly encouraged to use the following environmental attributes for prQducts oFfered for bid' 9. Containing ingredients from the EPA's Safer Chemical Ingredients List 2. Use of renewable resources such as citrus, seeds,vegetables and oils 3 Biodegradable by standard�methods and definitions 4. Designed for use in cold water in order to conserve energy 5. Concenlratetil furniulas in product�9is{��nser�ll��at ineasure yuaritilies tlispense�i 6. Recycled-cantent product packaging and product shippin� materials '. Reusable or recyclable shipping boxes 8. Refillable bottles or drums Packaging and Labeling Pack�ging shall be comprisetl of recycled-content materials, shall be recyclable, or shall be returnable to the distnbutor for refilling Packaging shall �e constructed to ensure, safe delivery. All protlucts shall be manufactured and packaged under modern sanitary conditions in accordance with 29 f�ocusign Envelope ID 8fi�ti2D70-SfiF2-41FD-E38�9-i81FFF3F8433A Crntract No.'�-p3?-(1I federal and state law and standard mdustry practice. Each case, bottle, and container shall have the following markings: Name and address of manufacturer Brand name of product. Net contents in U.S. standard pounds, ounces, gailons, or Nuid ounces directions for use, including recommended use dilution and precautionary handling instructions The reduction oi packacing is highiy encouraged through the purchasing of larger product containersipackaging. Any items that need to be refiiled must be properly labeled uvith the carresponding product. A3.17 COMPUTERIZED MAINTENANCE MANAGEMENT SYSTEM(CMMS} The City of Miami Beach utilizes a Computerized Maintenance Ma�agemenl System (CMMS) and will be sending its reactive, recurring, and preventative maintenance work requests through this system. The Cantrac:or shail be charged a monthly$50.OQ subscription fee to gain access to the City's CMMS provider in order to receive work orders. A3.18 EMPLOYEESISERVlCES L4G The Contractor shall implement and maintain a technology system ("System")capable of logging the date and time of performance of janitoriai senrice for each location under this contract. The City's User Depa�tments under this cantract wauld also need access to this sysUem. The name of the software used by the City's current service provider is Janitorial Manager. The System shall be designed to capture relevant data pertaining to the timing of service provision, such as but not I�mited to: (a)Work logs detailing the services provided by the staff ak each location, (b)Data on the frequency and duration of service at each location. The Cortractor shail provide the necessary training to its staff to effectively use the System. The Contractor shall provide regular reports to the Giry, detailing, frequency of service, and other relevant data as captured by the System. The City reserves the right to audit the �ystem and its data to ens�re compliance with this clause and the terms of the contract. 30 DocusiynFnvelupelD 66262D70-86F2-41E0-�809-131FEBE8433A Cuntracl No.24-U32-01 EXHiBIT B-1 BAFO PRICE FORM/PRIGING SCHEDULE LOCATION STAFFING HOURS For Services from June 1. 2025,throuqh November 30, 2025. 31 Docusign Envelope ID 86262D70-S6F2-41E0-B809-181FEBE8433A 2-21-25 �K,,,�„g, ���,���.,`�` � .,�,. ,.� �� �� _,�_._ _ „_ .,_ ,�,�. , __ ,.. ,._ ,�,�,�. , ,�.,�.a��,.,�,�,.��„ , ,,,�����.� �.ti c.:,i�..ii.. �.�,.�,_la.,i�.. .i����.i,l:..���. �.���t.lai�. �i�.�:�-i.:�.' �il.. �,.,li�ul� ..:.�ltlne�)�klays.taa�:.:.Vr.Uran�.:nnt,�.i .��..�Il�.���il.:.�.,n .al�I,�r�r�. .�. ,.i�,..cAn���n � tl � .ni�..i Ib,tb�r�n.��. aGr.mailvini� fheH.1H)C.e�Pr,yveilrmm+hJ�LvomiPk�cAmalnnicalry�ex.dmarruilir,.,�nk�,�. r n:i��-, ilt.n,� ., n�k.;d;n.�_I•.I„�IP... .. . i. � . . .. ,., . ,� ,. ,.. i .. , i�. �... ...� �.,I . .. . . ����� i . .., " , i .i. 1/ , . ' '� ' ' '1 � . 1.' ,� . . .., � ��� .... ..'. . .. . � r'ACII Ili�S',�AntA'.;t V.I t,!I�I i,:�':��, ' � AMI;l3{�f'AIIA",':ii�ii',.r.. , , . / �RF.SFAII(h".'a'(�'I..,�:J1!�UI ''Nt;�I.�UVh' 'I:i!'{:WG':.5� ... ...,.�,-I,� ,. ,".,.., . > �.::1� . .. � � 8 41ANI�f:AI'I11'CiLIfiNOfiiH-f-.M�iUfiti7AilON(H;SS) ....� . ..... 12 AbMNy '{ I.fIB20p f 12.98/.06 .__.__'_____.._.._. 8 7:EANR[:A:Uk:��A(NHNItiFRC�tOilISIf7[Et� 12 MonNy f 5/000 S 6,8/009 10 Pl1Bl7f Wqry,S YARO 12 AbtiNy S 2.8YJ 00 S �7.9T1 W 11 1�'H9EA''JtBUllpNt;lXi'AH1A1[NIOFfILf 12 AMHy f 7a900 f 8.50800 12 MU1419[ACHE4ERGENCVMANAC,'FMLNI([OC} tY MoNMy f Y11.00 f 3,857.00 17 c�STAM�Ktl1UpMN0UlpfK,) 1Y A1on�ly E 1.50800 T 30.0%00 1� IdlAN18FACNM1l1CF0EPAfTfAEN1(M9Pf1��INC1.UdHGPOU�GARAGE) IP IAonul� f 70.74f00 f 211.71600 15 WST�iICG�lYW4l 12 MirnUly { l.6/000 S �3.68000 15 fLEETMNN4GE�AEN�fAC111TY 12 . A�oniMy S 1,67d00 i 19,17600 f 1 FIECTROWAYE BIAI pHG 12 MonlNy S 13B7.0� S 16.58/UD 'b tiFN1t0.T10NAC'Mt��57fL11iONNUil01Mi R Mor�lhl� f Ie/?OU f n.iaoo I5 SNNPpTAiION/�R[AlI7h15TRCFT�iARAGE) . .. . .. � ly NnMNy S 1)2tl.Op i Y0,736.W 70 MRF'QSi'fC1AI�NVfSiIi�AIfONl�11T 12 AbM/y S Gt%00 S 7A!k1`C 2l MISF`RiNitl,:yqi qll A�HI1 12 •faiYt4y b NdC,Gi S .. .. i"r t H{'f^'.r'�.�.ii�i.N-I!!': •� ��...n���.� �. �I:r',.i-. : .:,... '�l; •] � . . .. ����� � � � . .il:.. . '.1 .. �.. _ .,, . . � .. .. I. 'A� . � , . . ��. .. .. . .'.1 .,. . ',iI�M1; I.� ��M��.IIiV S 1 _ . .��.1 I��, �, �,�:if�..;nc!�ui��.,.�,�c�.r�.:;�uwausr�,�uK�� iz Mw,iny s ii.i�a�s c �aa6ur�� 31 t/iMtiTNk:ETRF,iH(X7MS�LlMUAUBPAPoI) I? IAonNy f 11.I:II:i9 S 1J3.611% 37 ?ISiSiNEEiRESIldN5M5 11 M'iNNy f 6G1200 f 7fl,7UIQp 37 35THSTRi:EfHES�FtO(iMS Ip MoiMMy 3 6:�6200 L 1G3Nl10 � 46tHSTRfEtkE:itiip0lAS(iNLvAN61Af,HPAPo() 11 FbM1+ly f 5J6100 S 16.3���70 35 5,1kp51RCEI17t:5IROOMS(BF�Af,11VIEW�'AAl() Ip 64� i 63fi2Q1 s I6.JI�pp 96 6lTHSTR[[7HFSTRp04/S;µU50N1'ARR) Ij YpyNy S 6.?6?.00 S 75,31/90 37 %2!.CISTREETRESTR(k.IJS(UNDAOAURpNGEX1EPo0RRE5TR00MS) 12 MoMNy S 76p500 S 9i,�500D 38 7&THSTN�CTRCSTROOM$(AITOSDFLMARV�RK) i? MuMNy 1 it177pp S IJ1.14B.00 J9 BfST57HEFtRESfROCMAS�NDNIMN[A�;NIN�lAfl„{OE7N2KRESTROOMII) 12 Mo(tliy f y,5'Itl.JO f /197600 d0 83RDSTRFETHfSiHOliMS�NCAi1H[7lAGrICN:FANtii[kF'ARNRESTHOCW�� 17 MMNy S i958.00 S 71.976.OD tl BSTHSTRFE1Rf:TROOMS;N(%illlNfAf,lifX;FAM.'�!f1Ft'AF7!RFSTNO(kAp7) 17 Mw1Ny S 547900 S 71.97600 1� ARl[�E(:Urif:lCV4f.Gf-NIf�Rl1U111S1RELIAVO�IONIIiM 12 hb1lffy E t_Ilqpp j 11,OIO.OU t7 GNCF*/VARi( 1� AbrYNy S f �� CR[3M PARK WII f%Ni�� 19 MfuvNy S 7.655.00 S I].MD.CO �5 FNFWAY PAN1S✓AVI�70N 11 MonMy S ).651 00 S 13A�2.00 Ifi Fl/�NFM'/JPAf%k (1A5[IMLLI�LIDH(�S1R(iOMS 12 Abnlldy t 'l.J9/00 S 28,72804 17 FIAMN('APARM, Nfh0.1ANfIEI[1HL4.15E(PANNNRNGEROFFICE) 17 Ak,ntN� j ).S�)�pp S �I{,7180p !e f�IANYG(}PARM. 12Uf1(Rfl MICIiN()fFMFANJHNLf"IEIOFiQISG(DAYCAIZEJ 12 Abr.thly f 7,:43400 b ?N,77BOD 45 fIAMN(iOf'ARK FOO1H1lIfAC1f11Y 1� MonlNY S Y,JtM.W L Y8,728,pp `0 F�AMNc70PARN�PAI�WXIf.F.AiNI.EIICIEAGUEBUILpNG t2 MpnlNy f ID.�1.00 f 127,932.OG 5� FUMNGOPAlfi(-I'OOI tAGtl(Y 12 q4orqlfy E 5.55000 S 6�.OA000 5) fLAk�:(A)VhRI(-1EtJN1$p:NitH(INiFPo(M� 11 M,oMHy S 5Yf0.00 S 67.OB000 S:� FtAMNG(1PAfb ACW+MSIHATIONBUtOlIGISOFTBALLFl�DNESTf7WM3t 12 MwNy ! ?.794fA f l0,72HJU 1ENN 9 Rt-��tilH)MSIEd1EWOR) '.a t'AHKSMNNiE:"UIJGETHAILEF 12 MoruMy S I.07200 S ?�,B60.Q0 ,, :;tsLLN,�.�F!T T'�AIIFR(fXHAI.C�NVIX.) IY MoMM/ f 335.00 f �.1�000 `.�� l.F�ftiJ',�PACElf�APolSAlAtN1ENCNGLWAHENOUCfE 1? MonlNy L 10I700 S 1�,86100 './ hNUF�CEG188PPHKPWLICHES7ROOMS 17 MonOPy { 6.fiG1JO S 79.41100 5N MUCSPAtMMMl01NC, tp A1m1My S tl)0100 S 9Jfit200 sy wau+nwv iar va�K irrooi �2 �+�m�r s iu xia a s �aa.�w o0 BO NOWiMSiKJREVARKYWiNCEN1ER 1I I,bnh,;� f 106/7tX1 S 1?7.�?�00 Docusign Envelope ID:86262D70-S6F2-41E0-6809-181FEBE8433A 61 �8X?iHS�K)NEPARNI[NMSCENiER .. . .. .. . . I1 MrrdMy S t0,107.00 S 1?1.1M00 . .. . .._.....__.........__.._... ...., .... 62 uNIDA0t31ptOtMc; � tT Mw+�My S f.s2700 f 23.f2�.G0 . ..___.._____._._...__.. Fnl N(%:T�+HEACk1Ut:EANSIGfPPNitTRAltfR �7 1AoNidr S .3,�Sq0 f 43,8fi000 . . ......................._. & SCC�IffiAKOWf;OMMi�11TVY(H1IHGENiF.R ......... . �. t2 MoMHy L li.OG.00 S 172.��8�0 ..__..___.. ._.__. 65 �5(:6TTR\KOW(:!)MMl7NI7VYC]tITHf,FNIFRP(`,ni � i? , LkwvNy f 4;�1'?(Yi S fF��af:ft tib .'�Y)C�1W✓OWCOMAi�7dfitYY0U1HCENIER�GERIA4{ 17 , MbNNy f t,B;}I.CO S P2.WN00 F7 :,O14J1)ti(:APE V�fYK TWNLEi2 S RESTRt�M NIlIIOtNG IZ MurANy S � S � 68 �Spt.IFISiVK#ti:CQAM!IIMIVCENTER 1T M��nINy S 3,811.CA L 458�?UO '. 69 .SOl.iH5/KNtECGW.k7MiYCEMTFRE%iERIORRE5iRC0A15 12 Mvn1My E 4�5.Op S 5,t00fi� �� 70 :,OLiF1POINTEPAR�MUITIPIIRPOSFBUILpl�Ki 12 M1bntNr L 3,OH8.00 S 37,09406 � 7i �S/ItiWAT(kPFRN0i11LpNG 11 MontMy 5 �.64.00 S �3,t#'AOD 72 iASJMPARKE1�rIfHNC� 11 Mnnthdy S i.5S5G:r 5 12,��J� f,tuLlCk�l.RK 1:� M.en�:r . ... ... . . _.., t � ,� ..i�_.i, i ,�'.�11;�iiF il !.'.�idM1`y 3 1 rr_I"J(X,' t ...�.. .. i . . I .. �.� n�.. . M.,��,IA'Y S R'�?J CO S �.. I i, ._ 'i rl��..�.,AWSC,�- t2 Nrsr�tt.y f 1`X1W S ,�!+.��:�� �� ���i 7u iti(Ii5lfu.l��PAH.�.INGGAtN(i[:(APi(:iWRGhf�AG[I .. ...... . .. .- 1"t MwAhy S 1.55240 S 55.Ifi440 77 f7MSlRF"F.iPAR1cINGfARAGF 12 MwqtYy f �.971p1 5 59.�&100 78 PLN^iSYLYANIAI`AFd!(IN(iCJJ7TGf: .... ...�. . 12 MoMMy S 4.93200 S `i9.1&1.00 _._...__. .. 79 52NUSiRFE7FARr;l11�;GARAGF- .... . . . �. 12 Mw�INy S /.9:17..00 I 59,t8AC9 80 ::1�t,�'':(t'.iari�S�7;litV'Af.NINGGliRAG[ 11 Mnnitdy $ /,9�'!� S .`�9,IW.CO ei ...�-r��_r?.i�r.rd�;d,,:�ra:�s�zAGF �7 �t�°;�ur S 1.93100 S S�.�BA.00 .... ... .. , r.0,.,�r . 1,.9.97 PU f 59J84 00 . . . . . � � +.9:Yi m� S 59JM 00 __ .,-I..,.. :�-�. a� 6- 1 -:,�,. .� . ...a' : f 651.01A.00 �� ., it.lt .�.. .....� ��IL�� , ,. &:, �If+f-F�ei�,J t�I.�iO'r1S�pw� � rpl,tiic.v.P/= �uJao.r,padcrmr,mldY,quar�Ay,arnu.9l�nreYr�eJ�pni pERSQ',ikFEfl`Ol . 0:4 Eem:�:t) @7 SCkU9 ANp Hf�UAT FL00(44(IPuI ae wot alrea3y Ircluded as ryKi d monlMy.qualeAy,auwa9y P!a _pFR 50UARE PDOT.E 04Q sd�tuled xenK:es� � � 1'OSt CON57RI�IION CL FAM1P U 8.REMUVAL OF IEAVY WSt,W�NE[NJMN FlATURESlFIN2MTURE,:���E iCDt f 085��: VdCi lUM CARff:TS.ClE0.N 0.!R VENtS1 � r39 AIMNTiONA(.SFRNt:CS�INCL�N�N(;18Gt+MAPAGi WEE%EM 4ND SPEphI EVENfS) �. P[R H(NM �:S 28-OD��� Docusign Envelope ID SE262D70-86F2-4tE0-8809-181FEBE8433A EXHiBIT B-1 FACILITY LOCATIONS SERVICE LEVEL SCHEDULE r.,,.,�,,..,« »a,..�,�...,.,, �...,..o.,. ....., v.,�. 1 HwmrnlvSF+wnt,urdN.uv ����". �.�Nlti�il .ee=en ! Atln<�nhHnd4usr11wux 1.,..., v eVcrwve� i 4MYerGwrMo�n� n..w. e v v.f�A rvxw�+nvnxrc4�uvwio�.. no�a� .eth e�.,..t av 1 Pvt+t}�h1r1fM � �wiNwMn�me.nn..�k�.y eyap.n t�.u�IN�I ep.M 6 n.a..dN.M.V �.���oU..� iuM�w...�1 .� .. � N�..�.�tiw..�.s�+f^Clwroo.�.....,r�l ;Wa+���)mn• ��WIMrI t en � MwrB.xM1�tauMw�tifHS+M�wr+IM•.51 :�M.+. wyWF,..I �r.�a» 4 .ntr�r��.aeovr�r��11d�Lrw�1 .w�i�tupn, Iw�ryaw�l c�+.r m iaw.wrvb run Mw. n.M�M..n r«e.r x,.row�enw..so.v..���•m �rv,m�osaq,�. nww��i .w�.++, 4Yw.+NrxAl,m�-�wYMs�.qmem(tiMl «n�o)OOqn �W��M�i� pn/a� II 11 �����'n�1lnJnwu��rw�m�U��lAmtl .n�iotdp�� I��IVMII ♦[wMY I.a.m�MaxhAiuMV�nr.eN��e.�n.rr...1��•��•.�k•N M...�� i)WIM'.u�l I�Hrrv.fPorlrv� 1� MN�fl�:n.�e� , I�r, v 1 ��.In It a0an I).q�IM 11 pw yY rlMmMemea� 1.,��i�50qn• tMIy1M11 Orfa�wGrr 1� I�t�t�wrwePvN.y .��.�.,S�q� u�IMil e�v.On r.on�emuwiu�m .,�inipy. Iµ1N�1 �+.d.r Iv .wV. 4r �Wlu�i.�� xM1n m o+c.�ww...�s+a.u,n � .��...� r,,...� n v,��.�.���.ni«, rua��..��, n.�.�u❑ .�,.,�., .•.mpn, nrrl+��l . ..n�e.ro���ll.:,� M,�nnn�rn nWIM�I v R.r . Ilwia.trye ��.,��..v'W�., vl r ekYew+�4y !f •��M �.�..��.,��M..� �.hir.�rl tHiRwNoai.� �o �.wr.�N,.r.�K« i.�,�o�.o,. .irirnr� r..ar I�!+t4�at!taL4n/_Sw•�ma!ittLsft: 1J W�.r...yet'.i�xes�.�....v ,,..i��nr.1., �.iu. � +rLMR0.dRw.d�ox �.k.^d.��W.^ �v,1)o-+ro IOp•��M+...d r.�.�_. N�rM�W�M��dw.)sn�n Ilwn��a.w.0�.,. .�.ery er1�In�.��mr..Wl.r.w �� �r �.dL�.e�R..iro«mIM�h Y �.Km�nM�ln�•...i en��,.a i rlrn�wl .n.�.�.,.,,n�.x�,.n.�,,. . ...li)r...���...... .�� a� )� S�rM�r�iraam..fl�x�„nwY��t! +�.i.. ��i.nr� � ��rIM���.l Oe1kNHPcr�r� I:M'+�^�r/wl p �pnLm�R.s�r,x+mltw�w..�.x�l m���.lO�tb�..l♦ �)� i..N;v ..�I OeMetlVer�w W+�1 W�il ii iaeu�.w�..eroo..u�...+.v«4 �no.,�eiouy..��n��; i�.:,:.�,..� wa�.n.art.�., ❑m.�ix.c.,� �. .�n��rxn��...n. �....�..• � ili ♦ ...i.i NryYwMsr.�iMka.����.�i.. a�����IU;�.� �1.J��,1 �A.s�3�rlRuWn.[4r.i.�.............�.�. .e Y ee131na..�...n n„ : �� .� r..�,...i v.u�«,�.s �i ao.m��e r�n�„� r i t,...i .,,aw vn..;.M,.,,,,,� n...v�M.r111i.w.......eN�.�.i...,i v ..wd:MAz.+MMar,.nw..�..i..l�Y y <UM14reu*Rettt�a�n.��I�nJ�.�N�.«I�t�.v�! �rCh�n�i..�:Oq„n 1��.1�'IMt�.�) �4...Y.E.mrr�mw�mum ....ryrh1eeliilw�...... � i. R � .Ae¢.�.�M w�n�.+w..�.�•n �t .Ia���.�Ant�...m(9���I.�.....r��l itX4,�.i.���:a4... n.FiN'.�1 14�.kds�rw + r�lll�.•�wMe.r.u.....[•,nr�� e�.Q deJr`atM pner�wMNer.M Docusign Envelope ID 86262Q70-86F2-41Ea-8809-181FEBF5433A FACILITY LOCATIONS SERVICE LEVELSCHEDULE ,t w�,,,.�..,�,«�,�..�,>..,, _�,h.� ,�,.�.� �a,�.�w.�..�, . .,w..�u�,��..o..,�,,...��,�. �,�..b a�,.,.�...,..�. �r >a.au.ex��rwmilwed,dm.:ampi.��.�.n.,i..a.nl �.,.�,...v. ,�ieu�.,� �,rvxr..�nw-�M.ar.n« u..,n,v��i�a.v.�.,.�o�i.n x�m.i.,:y,.,.�.�o-.., •��vTwl�fe..�n�nnwe.�nn��.nr�.n¢�x. lx u�Nmlars��men(AYn�rlMua�uif ifusUGp�x ri6�..�I ��+4r'��V:�dwMMN�r M,M+�'�MiW+l.MeinaMvne .�n�..i • Y w111nau.�m..eAah+d�.���N�•+n mG� fs XluVre.etM�um:nnlN.rtM16.a���weaaw4VwAkwi�mm.t) an��al�Aym r, u,�l hn6ay�thwfdrt��111w+M[pMnJuYMlmtl. •�A!S N rwrw�na.tMn�nd�er.re m!nn..rvn�.nn+ Mwy���u 13�Iwxi i��.v wNi,r.,,�n�>�.r.e o:��.,rM ei ti�,..� a +naaiu..�.,,,�.+,,,ln,+n�n.«.nu�.ob�ca�e,,.".�.,,�,n �,,,,�.nm�� .e,naa��i ra:+w..�1nw.Asr-�.�.�u,w.nn��.,u..,enio�ei_ 1 R 15 N�e �.n�nA.wRr rw.wme���� re.l�l�.x+ y ry��.�x.er.�I�I aaKwRa o�w ta R�s.�...� �f YS�A'airrt�o.�r.ro.,niN.v�Ft�x.w�ih����s•�.i'�.Ik.�r.�....�i� i..���nr�.�,��� � ,..�..1 M�Mar�iMnadn-oee111rww�twtnrAwMlav�1. s�4�s N r.u..,nmu..4r..ne an...�.nr.N,�..,e. r.�lil���• +v +r �•^IIIhAx.�...�a.•�.�.��.e�.•a.e.i 4� �nl�..ewe4ameK.wer/lun;�r.a��unnn�.,n� 4.M,rn�tr.}�m oxwlMtl pe .t �1 S.x+ay�4rM �x�n�..�p]pu LL�kIM�ll CM�nudserw���«�.,...u.nin�rel4��+W.A.r�. MOi Ki Mtl mWn �� avrlMtld.{ a�,.�.�.�q:rd!p�n t1WalM.vw1 .naMi.iv�.emr�mw��Meell)�wrcsperAay, ro�M �m Ii �gwWYu4�avlMn 4��i��ni N (S1W/IM unf I:IranaMf�rvbem�n�m�inlMwl4��+Ni�/. .re�Id+Y a, iNmu�anPwl tlasaBaMe�.lAReat�.r�wm. r i�.��+.+rl��,.�v t�.WylMMw.ilfwvtn��w.. ryYw4�,bsn�olfpn Mvlllem�n[��n <t�1..n Min1 w,�v,�...,..�e ��e�<,•-��n�,•�-� .�..�«da�enwwlbnM,�«..nrvc.,.v,�..rt.d�a aW.✓�bYrMimmi.� .ui�m.r�.x.�r... .ew.�flr'e Iti M�w� ♦1 IlamiiwrPs� Nekm��.i�<klwi�c(i'ak�NerUif<ry �...� r�•:�Mr rle.��. ��� t���i�ns � .� . � . inAry�Swlry.�w+ialUrrz� ,..�II•. �.� � ���u .�,,.11 nar4 . n�.��..�.rWllb w� inn.i..,�iL..�n�..n�...N�,i..�..rr��,.�....iw .v � rn.l:i�..n,. it W�.uy,.M�9oantAe�itrtaY�M1�«.�ewlrs10t1rwwi(l+r '�f ,.w�.���irry�." r t ...}:�..tr.�.«f t �.n. a�nr. ,.e� .�� �� �.ry.� . + rt �� n�0��lv..� . ._ �.._r..,.�e..�i �^1 M.��YtNeanr.v��awm.�br�.M..�rve�w�«�um e avnY Aaw�1�huns � f .v, u ..i....�u ,..� I � u�(MYrtllp. r.em� W-wMry�S�Mw.IvnwiOyi�Xme111� �ennilaw�o C.•�yrJ4r..�+l` Mb•NnMa(V.MX�r�ye�.pti(�.�.faw4Mb mv./SWYbM r�f�uen�4.kr+antl wrvi�e mnwsm •�.+�.r IM.�UI h«.. w ..�,,.�.,�,�� �ni v,��.nme.o,i..v.r.,��� ,,.��.�o,��„ .,Mwm an..eanon., s� «m,..wrw+ a,�or���(���K.,.r�...w«..�..�a,.,�,no..nt „��x.., ,r�.�Mty*liwi.,�,e.� .n,.wns.v^n.r.rw�.ro�:ewl���a �,,,. .,<ti. � .., i ,,,i,,. _ wM.�.1 uPWa1.,w...uwu.a.�4.n.,��...,.-.. !�1 (1mMOVu�.Imwfn�IwWM1r�a�i[.Ieew11d6:h.Prn..�iu�.i.r�d�nii,....�. :v�..,.�,��iiR Wa.'�M�lw�dli.:��r.��e..• MowJA�y+WV.Famte9r.•'w�elileo-ni�..���... i.�.i.n.nwl weaM.ma� Iww+�l.v.w�� mo ..an..e...,, w.� ....r�e�»i���.,4 ,, �t.. a. ,n na..,.�,i,.,i,�,u,.a. �..w,�.nr��ma.-.u..,�., .�.�.�......,, ,aJrlbwnt ra,w.unw�.e,v.c..�eian.meni.. �.. v�Et.r .un�ae�Rrr., ..,en�a� �«i�,Y eei�,�..a.�n.�r.�ra.fir...u...�.�,�.. .t f�sLaa'rwne.rY++ .n���..� .���A li r.M�+A1, n . ...e..n� .k.�..�A, x 1 y. Waan�YHet�nbr�.GwlweW�e) x,�P��.�il�r i. .:vUA�i p.vd�y f.I<. 5t, empK�(Pu.ISNantwiukeWsiM�.�u�t ,w.��...lui , il r�ly1M�� .�n.n wr�neen.w��vn.�{n.ei31�. M �v. Dacusigri Envelope ID:86262D70-86F2-�i7�0-88�3-181FEBE6433A FACILITY LOCATIQNS SERVICE LEVELSCHEDULE �. Mw�e�.IbbPr41�W:Maiwunn .....r��r:p'x��*IM�I! ::...�pi.ta..��„1 INo.M. �.���r .n�+�.i±n � .♦.1'.i �.���...��.arr���t«..I+.....��m��.� M. M�m�M"I�M�n.n�.+,�.r 'A1 MwtPrkfl,�d�l:�µ .a, ..P.t.v�. r ..:��1 N�MAf�tlXUtOnx.ECm�n uJ.ry�S�May'[4a.i�.A.eev..nw.nnu.�. ee I1)iimn pn d» Mw�VYI MiHe'Y /UOin�tn S GAIm � tlwnunWh4Pa}R.M ri�toa�r� O�q(M.NnI �rMNnw rn ,�_.�..r�.�lrn„_n�rnrrr .xnrnM1onrym UW�u,.nl pdtxnlT+rt�r r.. Y..i��.��...1��...���., �r.i��liiux��.�� i.�,.,...i�..�.i., .....n,... F.i..�...�,1 .a.��n500Fx {��fM4nf brt�c.�edi.r�.. `[F�tApa11B6�Y��Mii#roFflr�NSiNUxt�t}N I 6r untltlbuiWy �•�,�..sw}n� ♦IM�I �ewr ry i.� crlhMnMM1O(rrsWo��4teakrl�rterJNe»,ollkaml✓qe..nrc�ri�,�..,El i�00.��.io60p�wN v�Mt�.il �t�.rMr M a.�.nr„wi.�....unnyr..M1i...nir. ..,..e:UOpn�IM-rl/ UWrl1+�,,.f,q(r�•i«�im Mnnrvw�en.samo9Mv.'1«e1t1OMwN r ...�ruS.lt,4n�fs.M V�^n+qtn ri�.hwMNr[r„I�..PoN6keI1wY.MM1f�I �oia1 9pq.MMl141)'IlFn In 9pn r.. �.�kw�.�.v,i�w.ryr�..�rf..,i..�nd iam�o�+rh onM(�e.SyNir�sr<..v. I.x.W�1uMq'.a.mw'Ma'�wal+lws..�... � �JC��ul.rl e��Mredler(eM<r.Pod{4�i1n\.w.M.�o w.Aprn tM11M}:t�ls4pn u, rixw,�n�.w,.r�.,a� .���.r..�,�.,krw.�� �.,.��,,,ic..:� o.rrz...� .n,.��r..,. M+�w-�w.• u.er�n rainan�..� � �.. << M.� n.,n.,w«i�Mo.a.�.ww��.�.r;:evwu yi ,+.w�.vcK�i���tr�m•�+.� i.) rnOa�nP�Pa,�l�r4+&x++e�om.�w�d�M �.. «.n�i IW����Mnr���_nMdw � m�m�na,a��ryuwtM f.� nu��Stwre(wm�vtYCsmn n. uaihlMlt p,...�,y r.� n�v�nror�.+.m.urce•�rrr.rt.�vnrrowm, r..�.i.sxUw+ u+MY1M��! . xr ar IU n .�n�.�ukMWy�.yo�tat+dMieMKn.r�u,,..nn.W+r�n+*r,m,l,.:�ae.mt tw�n�initrocy�r. :iu.hlu�5r.y cMa�rWsx�wemm�wn��vx111�vn.��n+M'� W r�.1a.n� tiypw �I �S�Yqwn�r��wlB�fMnl ,..o<u9DtM� �.�,41Mvn1 Gl�anmdu�w�vumn��hree(IlrnuwM�fn. r�-rydN Il tAv�nA�R&�K �i,ni.,.m.��. �J�WIM-•,arvl an�W�nwle�nbr�i��Maef}IIf�M�G»'. W e*+MF r1 14,�J...r.arllrankn.Cwre.d.Yen.iMn��a...nn1 ...���a�Wpn� R.drW.Wr.) .k.w.Ww+raemmm.n� UNDtNCONSTNU(:ItON .. •nliin..nmre.Wy.n�.r�.��:.,,.,� �:d.a�u.doma,w,,...�.,a. r� RM��,..1 �.w.�iae-trown .a�IM�wnl ..wrArm�.. {gns x�r.�ur. �hwrev.u�u.are :�I�,:,rr. n.er1M.M.i.^I r..„.,,.�meM.. s r.r.�ln,.,,.. II�.MN�wnPUltin2+�+�N Iwu.� µ+j.lMf,g� M.ni...�nr.�n�e�weylina�ill�wry N t.any�rno..lq�{w+M r�r�o�,. 11w.h1M1+�N ..�.,,�.+'�w�c.�r«rMn.Is11.H.. t1 IMnwrcetVartxy:irat�IRxnrcC t(et 1e�rr� (�rHj(.�}'i. .*.x+umwurwvr f . yemwl+l�ury thx�er.aP�n���.w .ww. irsh.fMl�eW Mw..�m.nowe v nl�lde»�. •m++w�.smav,.IMw,R. ;at.u,�. 1i'!z1M�^ cw��.wn.aw.....r.«��}r.�..,, +I.�.ewOr�«�r:arap r�..w, tAWfMj+g!j fN+nmu��ert���wY1MN111Mu� w� .rrirk..w�C�n�y�.trµP no,,,. {��S�J M..Wwr�a.we.+wl .+r111�w� u � .�e�e..L.n�..v.s,e n..,.v UaM1�ASv�n� M�..m��n.w��er.ery��wxl.11h...�� uml'r�Gr+F ]iM'n�n (JxN(MSyJi AWmu.�.ve.�..-..�vtl�rvl�11.-.�.� �non(mi«oase Mrwur. E�ASLIM.'UJl Mw�n�un�a•r� v�W.e1�11.��..• Docusign Envelope I� 8E262D70-86F2-41E0-8809-187FEBE8433A ('i�nh•act No.24-03?-UI EXHIBIT B-2 BAFO PRICE FORMlPRICING SCNEDULE 8�LOCATION STAFFING HOURS For Services from Oecember 1"'Throuqh the Remainder of the Term. 32 Daa�siyn Envelope ID;A6262D70-86F2-A1F�-8809-181FERE-8433A M I A M I B E AC H PROCUREMENT�EPARTMENT 1755 Meridian Avenue,3rd Floor. Miami Beach, Florida 33139 www mlamibeachFl.gov EXHIBIT B-2 BEST AND FINAL OFFER (BAFO) REGULAR SERVICE LEVEL COST PROPOSAL FORM 11/2112025 All corrections on the Cost Proposal Form shall be initialed. • _ � o . • �� • _ M � . �: 1 NOR��1f�NC�Y SHC)R�S 12 Monthly �321.00 �3,85L.00 GUARQHOUSE 2 ALLISGN ISLAND GUARDHOUSE 12 Monthly $100.00 $1,200.00 3 STILLWATER GUARDHOUSE 12 Monthly $100.00 $1,200.00 4 BISCAYNE POINT 12 Monthly $100.00 $1,200.00 GUARDHOUSE . � . : � � �� ! � : , • •- 5 FiiGILI�IES fv1/�NHi;�fviENT �� �/Ipnthly 52,901.OU $34,812.00 BUILDING 6 MARINE PATROL BUILDING 12 Monlhly $1,130.00 $13,560.00 FIRE STATION#2(RESCUE 7 BUILDING)(SUPPORT 12 Monthly $641.00 $7,692.00 SERVIGES 8 MIAMI BEACH POLICE NORTH- 12 Monthiy $1,082.00 $12,984.00 ENQ SUBSTATION(NESS) OCEAN RESCUE 9 HEADQUARTERS(10TH /2 Monthly $570.00 $6,840.00 STREET 10 PUBLIC WORKS YARD 12 Monthly $2,827.00 $33,924.00 �� NORTH BEACH BUILDING 12 Monthly $709.00 $8,508.00 DEPARTMENT OFFIGE 12 MIAMI BEACH EMERGENCY 12 Monthly $321.00 $3,$52.00 MANAGEMENT(EOCj 13 FIRE S�ATION#2(ADMIN �2 Monthly $2,508.00 $30,Q99.00 BUILDING 1 Docusign Envelope ID.86262D70-86F2•41E0-B809-181FEBF8433A M I A M I B E AC H PROCUREMENT DEPARTMENT 1755 Mer�dian Avenue,3rd Fioor Miami Beach, Florida 33139 www.miamibeachfl gov MIAMI BEACH POUCE 14 DEPARTMENT(MBPD) 12 Monthly $24,393.00 $244,716 00 INCL��DING POLICE GARAGE 15 HISTORIC CITY HALL 12 Monthly $3,640.00 $43,680.00 16 FLEET MANAGEMENT FACILITY 12 Monthly $1,623.00 �19,476.00 17 ELECTROWAVE BUILDING 12 Monthly $1,382.00 $16,584.00 18 SANITATION ADMINISTRATION 12 Monthly $1,842.00 $22,104.00 BUILDING 19 SANITATION AREA(17TH 12 Monthly $1,728.00 $20,736.00 STREET GARAGE) 20 MBPD SPECIAL INVESTIGATION 12 Monthly $617.00 $7,404.00 UNIT 21 MBPD INTERNAL AFFAIRS 12 Monthly $846.00 $10,152.00 22 MBPD SOUTH OFFICE 12 Monthiy $846.00 $10,152.00 . : � � : � � � � : � . : 23 �ii55 ���IERIDIAN OFFICES i2 f�1oi����h�,� S6.1UO U0 �i3,�0U.U0 24 1701 MERIDIAN OFFICES 12 Monthly $6,040.00 $72,480.00 25 CITY HALL 12 Monthly $18,688.00 $224,256.00 26 CODE ��OMPLIANCE OFFICES 12 Monthly $3,356.00 $40,272.00 • � � � : � . : , w : � ' „ : � : SOUTr; �O�NTE Pl�,R��; � `'� RESTROOMS 'i� f��lunthly 5�,4��.Uv � S1�i3,196.0U 3RD STREET RESTROOMS 28 (MAJORY STONEMAN DOUGLAS 12 Monthly $3,673.33 $44,080.00 PARK) 29 6TH STREET RESTROOMS 12 Monthly $9,653.33 $115,840.00 (LUMMUS PARK) 30 10TH STREET RESTROOMS 12 Monthiy $9,653.33 $115,840.00 (LUMMJS PARK) 31 14TH STREET RESTROOMS 12 Monthly $9,653.33 $115,840.00 (LUMMJS PARK) � Docusign[nvelo�.�elD 86262D7U-8SFF-a1E0-BtS09-18iFEEiE6433A M I AM I B EA� H PROGUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miam�Beach, F{orida 33139 www.miamibeachfl gov 32 21 ST STREET RESTROOMS 12 Monthly $ 6,642.00 $79,704.00 33 35TH STREET RESTROOMS 12 Monthly $ 2,763.33 $ 33,160.00 34 46TH STREET RESTROOMS �2 Monthly $ 2,763.33 $ 33,160.00 (INDIAPJ BEACH PARK) 35 �3RD STREET RESTRO(JMS 12 Monthly $ 2,763.33 $ 33,160.OQ (BEACH VIEW PARK) 36 64TH STREET RESTROQMS 12 Monthly $ 2,763.33 $ 33,160.00 (ALIISON PARK) 72NQ STREET RESTROOMS 37 (UNIDAD BUILDING EXTERIQR 12 Monthly $ 7,605.QQ $ 91,260.00 RESTROOMS) �8 76TH STREET RESTROOMS 12 Monthly $ 5,460.00 $ 65,520.00 (ALTOS DEL MAR PARK) 81 ST STREET RESTROOMS 39 {NORTH BEACH OCEANSIDE 12 Monthly $ 3,640.00 $ 43,680.00 PARK RESTROOM#1 83RD STREET RESTROOMS 40 �NORTH BEACH OCEANSIDE 12 Monthly $ 3,640.00 $ 43,680.00 PARK RESTROOM#2 85TH STREET RESTROOMS 41 �NORTH BEACH OCEANSIDE 12 Monthly $ 3,640.00 $ 43,680.00 PARK RESTROOM#3 42 ART DECO WELCQME CENTER/ 12 Monthly $ 1,17p.00 $ 14,040.00 10TH STREET AUDITORIUM 43 CAN�FY PARK 12 Monthly $ - $ - 44 CRESPI PARK BUILQING 12 Monthly $ 2,763.33 $ 33,160.00 45 FAIRWAY PARK PAVILION 12 Monthiy $ 2,763.33 $ 33,160.00 46 FLAMINGO PARK- 12 Monthly $ 432.00 $ 5.184.00 BASEBALL FIELD RESTROOMS FLAMING�PARK- 47 NEHMAN FIELD HOUSE 12 Monthly $ 432.00 $ 5,184.00 (PARK RANGER OFFICE) FLAMINGO PARK- 4& RQBERT L MICHNOFF 1z Monthly � 432.00 $ 5,184.00 MEMORIAL FIELD H�USE DAY CARE ; Dor.usign E-nvelope IG:&6262D7D-8ii1=:-41k=0-[i809-1HiF�"t�E8433A M I A M I B E A� H PROCUREMENT DEPARTMENT 1755 Meridian Avenue 3rd Floor. M�ami Beach, Flonda 33139 www.miamlbeachfl.gov 4g FLAMINGO PARK-FOOTBALL �2 Monthl $ 798,67 $ 9,584.04 FACILITY y FLAMINGO PARK-PAL- 50 POLICE ATHLETIC LEAGUE 12 Monthly $ 4,768.00 $ 57,216.00 BUILDING �� FLAMINGO PARK-POOL 12 Monthly $ 432.00 $ 5,184.00 FACILITY 52 FLAMINGO PARK-TENNIS �2 Monthly $ 432.00 $ 5,184,00 CENTER(INTERIORJ FLAMItJGO PARK- — ADMINISTRATION BUILDING! 53 SOFTEALL FIELD RESTROOMS l 12 Monthly $ 432.00 $ 5,184.00 TENNIS RESTROOMS EXTERIOR 54 PARKS MAINTENANCE TRAILER 12 Monthly $1,496.0� $17,952.OQ 55 GREENSPACE TRAILER 12 Monthly $1,496.00 $17,952.00 (D�UBLE-WIDEj 56 GREENSPAGE!PARKS �Z Monthly $ 1,496.00 $ 17,952.00 MAINTENANCE WAREHOUSE 57 MAURIGE GI66 PARK PUBLIC �� Monthly $ 1,780.53 $ 21,366.38 RESTROOMS 58 MUSS �ARK BUILDING 12 Monthly $ 2,654.13 $ 31,849.56 59 N�RMaNDY ISLE PARK/PQOL 12 Monthly $ 5,274.93 $ 63,299.16 60 NORTH SHORE PARK YOUTH 12 Monthl $10,627.2& $127,527.36 CENTER Y 61 NORTH SHORE PARK TENNIS 12 Monthl $10,107.0 0 CENTER Y $121,284.00 62 UNIRAD BUILDING 12 Monthly $1,927.00 $23,124.00 63 NORTH BEACH OCEANSIDE �2 Monthly $ 1,248.00 $ 14,976.00 PARK TRAILER 64 SCOTT RAKOW COMMUNITY 12 Monthly $ 11,004.00 $ 35,167.68 YOUTH CENTER 65 SCOTT RAKOW COMMUNITY 1Z Monthly $ 5,502.00 $ 17,583.84 YOUTF:CENTER POOL 66 SC�TT RAKOW COMMUNITY 1Z Monthly $ 1,834.0 $ 5,861.28 YOUTh- CENTER ICE RINK 67 SOUNQSCAPE PARK TRAIL�R& �2 Monthly $- $_ RESTR40M BUILDING 6� SOUTN SHORE COMMUNITY �2 Monthly $ 3,821 AO $ 45,852.00 CENTER 4 Oocusign Envelope ID 86262D70-86F2-atE0-880y-181FE(3E8as3A M I A M I ��A� N PROCUREMENT DEPARTMENT 1755 Meridian Avenue.3rd Fioar Miami Beach, Florida 33139 www miamibeachfi gov SOUTH SHORE C4MMUNITY 69 CENTER EXTERIOR 12 Monthly $ 425.00 $ 5,100.00 RESTROOMS 70 SOUTH POINTE PARK �7 Monthiy $ 3,698.67 $ 44,384.04 MULTIPURPOSE BUILQING 71 STILLWATER PARK BUILDING 12 Monthly $ 2,763.33 $33,159.96 72 TATUM PARK BUILD{NG 12 Monthly $ 2,763.33 $33,159.96 PRIQE PARK 12 Monthly $ 1,853.33 $ 22,239.96 5 Cior.usu7n Envel��pe IQ:86262D70-86F2-41E0-B809-781FEBE8433A M I A M I B E AC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor. Miami Beach,Flor�da 33139 www miamibeachfl.gov • ;� t �� ! . � • . f : i � . � �: i � : �: �3 ;'i H ;�.uE�i PHRKiNG GhRHGL 12 i�-�o��tl�ly �4,93�.uCi �59,184 OU 74 12TH STREET PARKING 12 Monthly $4,932.00 $59,184.00 GARAGE 75 13TH STREET PARKING 12 Monthly $4,932.00 $59,184,00 GARAGE 76 16TH STREET PARKING 12 Monthly $4,932.00 $59,184.00 GARAGE(ANCHOR GARAGE) �� 17TH STREET PARKING 12 Monthly $4,932.00 $59,184.00 GARAGE 7� PENNSYLVANIA PARKING 12 Monthiy $4,932.OQ $59,184.0� GARAGE 79 42ND STREET PARKING 12 Monthiy $4,932.00 $59,184.00 GARAGE $� SUNSET HARBOUR PARKING 12 Monthly $4,932.00 $59,184.00 GARAGE �� 1755 MERID(AN PARKING 12 Monthly $4,932.00 $59,164.00 GARAGE 82 COLLINS PARK GARAGE 12 Monthly $4,932.00 $59,1$4.00 83 CONVENTION CENTER GARAGE 12 Monthly $4,932.00 $59,184.00 ri� c � � - � � � � . . , � i:� ��Lr1f4' C'LL�iIU{i�U Ut C:'t�F1I�� Pf-f�' i1(VI i v�.G�1 ' --- ___ _ ------ �--- ----—-- ------ _ __. _—� $5 STEAM CLEANING OF SOFAS 1 PER UNIT $6.00 86 STRIP AND WAX FLOORS(that are not already included as PER SQUARE $��.44 � part of monthly,quarterly,annually etc. scheduled services) FOOT ----______ __--_._ ___�. �_.____—__._.__ ___ ____--._._, ___._..�� _ 87 � SCRUE AND RECOAT FLOORS(that are not aiready included PER SQUARE $��.40 as part of monthiy,quarteriy, annualiy etc. scheduletl services) ( FOOT -- -.------ --- — _ -----�---— ------ ___ ----- _______ __ G Qocus�gn Envelope 10:�6262D70-86F2-41E0-88Q9-181FEE3E8433A M I A M I B E AC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Fiorida 33139 w+nrw.m iamibeachFl.gov �-------- -- ---------________ ------—_ _--- -- POST CONSTRUCTION CLEANUP(i.e. REMOVAI.OF PER SQUARE 88 HEAVI'DUST,WIPE D�WN FIXTURES/FURNITURE, FOOT 5o.s5 VACUUM CARPETS, CLEAN AIR VENTS} 89 ADDITIONAL SERVICES(WCLUDING HIGH-IMPACT pER HOUR S2s.00 WEEKENQ AND SPECIAL EVENTS; • .,� . Company:SFM Services lnc. Authorized RepresentaGve:Christian Infante,President Address:i 500 NW 74 Avenue Med�ey,FL 33166 Telephone:305.525.9442 Email:cinlante�sfmservices.com Authorized Representative's Signature: 7 Dacusign Envelope ID:86262D70-86F2-41E0-f3809-181FEBE8433F� EXHIBIT B-2 FACILITY LOCATIONS SERVICE LEVEL SCHEDULE 2�t.A�tllun +�•�+ p � a.��_rNn {rhrs�yMNsd 1 ,m.mkv�nnGusrA.wM tiw,.� �i�IMCI �lnan�..iir � m yfurE CwrOMwao t�Nwn WM�h tive Iw wrek 1 NWwMrv(�W�rINc✓.e xrw� e�e+vne� , Mrn�n.�IVN4w�J,.nne n�.s Weekl� <rnnx,-� 1Mf1�SDlf[ItlI + fwMF-.Mnyene�KWWK �0.T�nIot00pm D�//(M�1 ynu� r. MuY..(•.N�NfxW�lwt 1�UOYei�l�f�t�vn l�ylMlv�l n-�f+y 4AMn�1�Na[�e11W1YnR�11NH�krv<etl ]�.n�o•,�Ul•n. UaWIM(� pnr�iy M��NN�[�Po&eMOM-fi.ffWlN.�nlMll41 ll�r�•� oa.hlMtv�l •>�aa� 1 wn��v.ia��4�f�uv�enllf��Yren1 /P����ap�n. rry1M�Ln1 �+�vy IVWsNVrE I��av� �flu+unl xK.prAa� nntle«�luM1w[�MM���.•.� JOl�wn�ota\n. ehirn��i U�..vc�e.� 1) u�.NxAEme.�enVM�n�emnMlrorl )nMnmSaM�� .nr(Mi) rr• I , �rHnllswttl���liYonPu�FNnt) lUO�mleS.lYlqm UniiYlM.f� tMi�l•r��l�� t, 1NrnBexAPu1[SUepn�nMlleHq�uXa+ilMahwM�{ N�.��� OMy1MLn1 D�J�xMf�vtn� F1PPU(.a�yH �ur4CiryNN lLqwu1190pu l��hlN() ey�nti t: IL i��� JOO���eStO��n OMy1Mf1 �lkeprA�� t! fin�i.vm�l4pltlYi /IXNmtwf:Wun 6WfN�) rMi.'4n �N.�nNMiwu'rNbn i�fqrnloSmNn MIN�7 e�vi.4v �^ N I'� w�lI/1nAien�rF�yfw el l�ui.w�. O�i;vlM5un1 Onep.�.4� rN�MISn.tu1M...tk�bnU�A �bn epn.ee1 .<trrw..� fl IY�i.�.,nw>i�.i. :(Wn�nSUV. �. �� .n..l.. 1J MN�•i�)��r�rnl..e r00�n��e5(Oyn� '.�..yiMll T.]... [nl )1 3/55iXi���I.rlHlr:w B'.U�rt�1nli�tyn�. li.lq:411) � Ax �Lr l, 1/JMu00bi. +m�n,�x�.�. ii�hlM.�l iu��.r�1w . I.r� nu,.���'.],ym OaM�IMfi Oeaa�lNOy�M 74 1Odrlm+[Wn..tytrn wmt�,�Mn� dIrlM.11 .mas Iw a11nr�IM�/lwinmRY t�n��. ., ��r,e�.nr.rai�rv.�...�..,. .n-� I� � �oNlMs�nl •+,rdN'oeekwee w 1A��awrWMnM.1)fn�i�lp�w W.urni.� ~ W.�.e�M'.lan 1,.1:i..r 14...�..�I...n....: .�. ri,.���ln.n+�o,.«...,+.. r r �e a.e.�tM1i�.�in�IMrY��YMo�Mnan00ublw/x�) )n'..���.A��ii�.. .IVIntW.�l Nrtii .Y L�eetPnir�nrtllu'+�+�n vahl qlUrzMn��M II/ ��M'IM\uy /(iJrn to IIODaw�l)�!'H� ... ��kXVMO�+-In/AM.I(V41. ^• w�n/AM�I:'�M �0 Id�NeerRNiaasllunn.wPa.�l /�..�o100punIMf1/ !k'rlM�n� tlCoa�ell�lW) i.> .:�YyIYIM..fr�JAM.I(YMi.... km IAM�1;AM . i���...�un�r.,Un,l��.,���.,.v.���l ..,.��IaY.�.iM�l/ �.�kIM al 11rIWa�lS�i�v1 �. ���ikN�rMan�{n]AM-ICfMlxxle.r'�. Svn)AM�I.^M{ .. ....�y W.t,��a.� )�Y4mto]�iM.�lr.�•1/ rIN��.� /'A�mlol!�NiMI�� i ���i�. n.IrilA�. ... � �. ` k>IrGrilAM i �1 �SrrwyMeabor.m ����t9p vIMW�� al �.�i�v�tx.ei��.,m(ii.i.in..�l,�.��1 iH-.�uru§..� ri „�I Doausig�Envelope IQ•86262D7�-86F2-41F0-8809-18tFFBF8433A EXHIBIT B-2 FACILITY LOCATI�NS SERVICE �EVEL SCHEDULE �G M�nk�fei�0.n�roami(�Ilrt�n��.x�f �U�.inr.o�5.:aq.•�, .dvle.�s��ni �i ��.1._i..<Pni�oo����ie�.a��)x�.4p�.[I.��.�.nAe.�ewnnl „��,ani�k.� +r,m u.� y .a :r�«<...+x..umn.lm�.,.r..tt�.t.ni ,.m.�a .�. i��MtMe���. ��kii A4r�-Wiilnn,t. �� �I��t���Ye�t�e.>n.slN•+nFM�i.nt�.nant.�.�nku.cvertmik /ru�m�nnlvka�, +�q4necv«I �r W RM�S�rMw�um�nw(N���nNn��M1u�ea-.a+koa�tRml�w.mJl .��*u'�n ,irlV.lt.,�.! a) t.tr.+ .. .It�.�.. e (. a�ni.1. .'P ��c•.».� �-z .�� «rIM���I �. �r�aY..rv�,.�_eriiy/f�Ft��,�e.+.�N.M�nM'. �n�� .� Un�h'IMII t��wrda. d� Vul rr�.�bUGn,�� I�WYIMf� MUf METlUIf b C�.�sMPwM&idab�i 1�H:�.c��i�Vm I�MWIMSuni �1, 1> �aMwW4wttlwWcn /44n!o9lqrcn DadY(M�Suil r l.!:tylv(AM A 1'Mi ne fum�er�e0u�.pr.rte�ali++uR+�n�..�n uNy.yminrw!.k�. owv(Ms.milVMt«..rm�. {�nmM M�vP'J W r.rt��� {�n� . , <q..�n.try f2%A�1t1.� n1oilSSx�t]r'Y�,r�n.�1Wrwik�-AvMf�,.x. !X/ig� 9t t iN a . .r��i..�r.�v.�lfartn.trv�dexi� rcl�.A., 9aI[IMS �r�wa r� �IIWMw AMndry-$wliy�l�n�..iU1�m�11MxM��] ..n�G ,m�,�w �« w��wr„w��.�.,..�n,..��w� q «+n�M�ir..n.;m.��, �w nR , y . �:n�lv.xNnu1lM.�r��alt'-c1 � .���+Y�:M^t ��.��try.�.. +rIM� ItT...��.+n GMnM1q�YrvW�lun-101�-Dl�lkHld�w'N� M. ry �� a.,e���,...n»4i���f.�n�ac�.uu � �u�� � xn�,m„ari.���an�w,•.. Yi I�HuKot�.�t��roallixNlv .���.,Gem ryiMt.,ai(�n�•n,rrvn Mnnna� `.,i w�)an IONn( . �ewnt q�cJhv��+�'1 . .�s�w.ma/ikUl��.n..l(ToWd.11 *+w./Po.+fl em�ri{�sKe�s A1 (la�w�o>arR�PY�VM[rI.INrtklryunlYUNYy ,n<n4tpvr, i!au��lAU� 1'c.be]!a)(reslee 1M�et(.�1:`C�,t IVJt. i.Mc�lSrv-rqJS!;mme�NNa�+.�t1+.61�a..._ tt f4nWt�rPr!Ionliul(YYItl11x.M'^�+�Iren�wOre4roonnl RWm�.�ltkbm Se.Y-�IM.fwllaMerrva.n Mw�e'I-SuM�M�1�nrR10f��M.1k�tN��w�ry, pa�S�nM��.I wmryMa�x.ne�l/�mnw 41 n W.ie�nnCn�..I�M^,x.x(xinw.l{Mlue�.t�+.�..>as..r.� U.�n�..vaR,�„ na�WIMw.141�e�r•v»+ �+vne+r-fwiF)m.tOPw-o�u�cNM,�:,i-R o.,,.,...ae�w,a�xe�r� a�wv.�iry<of�.1 n neu«um.nwaNww.iM,wi.« fx4rWa+Vt^oru�ManM+ v. lin,�..y,ivxt.ax.u.a��.,.�ii,��fl„�:.fi�.yi5.p:�un�win�+i,wx�M ea�,�n���ru#x�i :e.xirlM'.uni WweN wnnr�rwn wi,+� �u,��.x.���.ninR h..��r ii ����. ����u.c.:/l��vi��n. ..�x�ilYrv.l�.n�y+Y .t ��1.4n�ri�n.rlrr4r F(rt4���oG:(q��n. � � ..�� MR�'M{ 15 C+remsNnel�Me+ipnMeWwM1 ;�.011anla5'OC1✓�IM t4��V(M�{ +1 Rovo}.M�� .u+Rvn�l .4 �.�r/VrhMsln�e«arerWreM+m� i.m.i. ..r� ,.f�, v..�1 k. PMbOM{ Docusign Envelope ID:86262D70-86F2-41E0-8809-181FFBE8433A EXHIBIT B-2 FACILITY LOCATIONS SERVICE LEVEL SCHEDULE ,: ,..,...-.,�.�.,,,�.,��„�. ,,�.,,.,.,...,,.�M.�; �...�,,.,... 1�11��. AMLINI u v..�,e�u.r. ., x���n a R.WIMa�. `.4rKJW 4wd[rv�llinv���ck�Y ��.nryi v��nr/yn��15��.rny�bx�I+�Mkf Mirvv tY 19 tkv^Y^OYNM��V�n� 1�{4�rv9�q.� �nvlMW�i ,r.� ^�V�w i���..fl�.I.lr.� ..H.� �O Nm�1.VwrePulY�u��..�u..r IAW�tt�SAVyru Or�vIMMr.i DMkdW►wirr.Montlay�SunJvy):00 on r.l M...ii.tn..<vnlTeiax(e�te�AwnaFfan�u�im�w.m�.�enwxr.n. troar�nvWpn� n.*IMwnl �6UOpm�SAandwAhl�I�no�ordfenrh Wke�.t�<1 CMw !ft[1110�11!S��IOOMS IlMfll CONS1MKl10N I�] �hWIM.Wy w��',�M+n �M�, r�m�tn� bi Mm�pwuMfl'exm=kl'rklr�H.�I4ronalN.w,dlKnr�dWnb�ml�uortrtl (qantu6��y�-� JfIMWnI � t�lAl ��A �Iuas..�.ir�w.��9Yr��n��t��.��.� �...i..fl��MnilMil/ Ila^'15unr�lll�artn�.m Mni��N��u..+Y.nsmlolP�wlNl)IM.Hwal J...ti�.+t��IW,I t�wi++�M n'.�h�Nlw(�in.Iael�Nrll.�� Y�� It��l Lm-9�w�'KNi(IH]llpn�n5�.+i _� ..t+��,,....,.,...nv ....,a..��.. x..�..�.�� arlAlwnlii.nn.�...�. �.w,i or�w.,,� u......e��a�v,n.. r.���i.r.,.M�,ri�i�.��,�at u ne .nMa,w.loi���-w r .�n...��i,n.��a ,.,.�,�.,n"n,,• o.NlMsun�t��..a..W. �.� ,r,,..i..a.i�d.���u.�rn� uoyN I�w4w� A1 w.uM<K.�•rt IiM�F Xn��.m�X.�n�K �n mN�s �-Ycnt V w<'UM�OPWranf�m•y �Jclliuql Sa�Ncef Y� (Y �w�N'Amt<tmmmunq�l.�Nr� �� pyY1M11 tvnme i CM �J�hn����Io ruN e9 bun�nwnt�vrTxnlYt«+rtritle.wllwiwns e:oDrnwS.aop.� UWIMf{ RCMrc 1.Do NAIPM N lwn��u,n«GrYMwrur�.n.IM.�sylalfltas.reurwr�w,dapme.enm, iUDsn�al00pm IMSu�) �m.waw��drerl c....pu.el.d[�Ir.Ma4hfIMA�M.� .� �� w�elnr SY-Ln�Shox/MMeOn ...�........ mJ Mu11�M�ro»Mitcfnp II S���Yvie,CwtB�i41 r�%4n�to�;�R�� IIWIMM..1 ?R4n AM61'M� 1) �imY.vlPuiFN IM�rn1e90qm I�HNIM�vil 7tIR AMF�'M /i g�y��.vss��11MI�ce�.W.�o/A�enSReMrou�rl an�ahl�Y+n I�..NIMWn� UNDCR(ONSTRUC710N °.r..ar i�u e vn� � nr.M4`�l i40rnlo�.�... 1)MIM'.�ni ��h• MIRPAA' tl.17�Yiftl�[ llf.\IreefP�rt.i{4rqe 11Mem Il��frlM�f M...:�wm�xwervenlMeelfl�/+ /� InFlrmPar�w�4aiate 1�nn.r� ��WYIM...}..nj MWnwrw(w<MrvIN�.1��Mw� n. Iu�v�..�rrW�x.ie N�.,n IHYYlM4.; M�.w�w��iu�e..�r ee111�. nxrewvr�M4.r+vlN.�n..�,nw.l n.�.. lli�xl_�ml w.�..�..�w.�...yrn��eltln��. Inev�rv+rruWw..v n...,. e�..,...n�wr.e...�v� «Itlm..r M I«.nvM�+�+rar�l.qw<. n,..�. IIMYLM1�c^7 w..um,.n•.�vorv.r�w..11llw. en wN�wtVwM��{.�ute n..n� V��Y1M�yMi u��+.wm..vewv+v�.��lf�n..w� SunM�IwpaR1'u/ryWye 1�N...�� 1e�vlµ4�' AMnl�wmnttern�r��,�<el/1�•� 11511M���5w4rM< )�hwn L`4:YlV_.ifl!': 4+�...n�m�wervwyllve�ltll.n�x� .n.Yx��.«a4 nma. pAtL.._. '+.,..•.�...arwv.Y� «Inln.�..� �....iu.�rNv� r )�e.w. cwife�w. ra�.a....,�..�. y ..��I�In,,. Dacusign Fnvelope ID:86262D70-86F�-41 f_0-�809-1 d 1 FEBE'433A Conlract No. 24•012-Ui EXHIBIT C ANTI-HUMAN TRAFFICKING CERTIFICATION Affidavit of Compliance with Anti-Human Trafficking Laws RFP-2024-032-WG-JANITORIAL SERVICES ___ _ _ _ _ __--- _ ------- ---- Contract Number and Title Pursuant to section 787.06(13), Florida Statutes, this portion of the form must be completed by an officer or representative of the nongovernmental entity executing, renewing, or extending a contract with a governmental entity. - --_ _ - - Name of entity does not use coercion for labor or services as defined in section j 787.06, Florida Statutes. I iUnder penalties of per�ury, I declare that I have read the foregoing statement and that I the facts stated in it are true. � i Entity Name: S�W1 SC'��� �S�1�C,. j Representative/Officer's Printed Name: C�t�S��(��1,���rE� I ,-� Representative/Officer's Title: � �e5��'�-�- '�� �,r,.��-._ � Signature: j";/ Date: D�'23 �ZO Z S 33 Docusign Envelope ID'86262D70-BGF2-41G0-6809-181FEOF8633A Contracl ftio.24-032-tl1 EXHIBIT D PROHIBITION AGAINST CONTRACTING WITH FOREIN COUNTRIES OF CONCERN AFFIDAVIT In accordance with Section 287.�38, Flonda Stalutes, incorporated herein by reference, the undersigned, on behalf of Consultant, hereby allests under penalty of perjury that Corsullanl does not meet any of the (o�lowmg critena in Paragraphs 2(a)-(c� ot SecUon 287.13f3, Florida Siatutes (a)Consultant is owned by a government of a foreign country of co�em, (b)the government of a foreign country of concem has a controliine, mterest m Consultant: or (e) Consultant is oryarn�ed under the laws of or has its pnnc�pal place of business in a foreign country of concern I understand that I am swearing or a(firming under oath, under penalties of perjury, to the truthfulness of the claims made in this afiidavit and that the punishment for knowingly making a false statement includes fines arn�/or imprisonment The undersigned is authorized to execute th�s affidavit on behalf of Consullant. CONSULTANT: S�W� �,,er , eS n�.�____ ___, a__F 1 or ���`�----corporation. , ;; -tsoo r��J �ty�e. Me,�1�.���33t�,k, Name ��' �L- �L���� !e�i�t.�� (Address) ��.,..�• Stale of �C � o r��� County of �-�u�•� _ The f�regoing instrumenl was acknowledged before me by means of I�physical presence or❑ online notarization, this Z_3__ day of (�c�..,� , 2Q2 S by C1,.�.51-i�,.. 1.�4...,�t J as �i �t,s; �...� ot ST-W1� Se���ce5r\�c. , a �a l_o�, ��- _ corporalion, known lo me to be the person described herein, or who produced � � ��C+ as identif�cahon, and who did/did not take an oath. � N,b PIBI.�C. ..� �� � � � ('�nature) '_—_ -- `�;,P:�'. p ue .;,; ' � =.,.','':'_ ��C�`i \� ti�.�2� �-'��.�-v = �� - (Pri N e} _.._-- �'`�----------4-��,, ,:..:a C� H�:?�� Q: .� ,�, _ ,.., ;;- 4; My commission expirQs. �j, .,�" ':.��' , ��� ,. � O F ��p , 34