Loading...
HomeMy WebLinkAboutO-11591J-97-790 11/18/97 ORDINANCE NO. 115 9 1 AN ORDINANCE ESTABLISHING A NEW SPECIAL REVENUE FUND ENTITLED: "ALTERNATIVE FUEL VEHICLE GRANT PROGRAM" AND APPROPRIATING FUNDS FOR THE OPERATION OF SAME IN THE AMOUNT OF $96,095.00, CONSISTING OF A GRANT FROM THE SOUTH FLORIDA REGIONAL PLANNING COUNCIL ("SFRPC") FOR THE PURCHASE OF SIX ELECTRIC CARS FOR USE IN THE MIAMI RIVERSIDE CENTER CAR POOL FLEET; AUTHORIZING THE CITY MANAGER TO ACCEPT SAID GRANT AWARD FROM SFRPC AND TO EXECUTE THE NECESSARY DOCUMENTS, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, TO IMPLEMENT ACCEPTANCE OF SAID GRANT; CONTAINING A REPEALER PROVISION AND A SEVERABILITY CLAUSE. WHEREAS, the Department of General, Services Administration ("GSA") is responsible for the operation and upkeep of the City of Miami's Light and Heavy Fleet; and WHEREAS, GSA submitted a grant application to the South Florida Regional Planning Council ("SFRPC") Clean Cities Project for funding assistance for said operation; and WHEREAS, the SFRPC awarded the City of Miami a $96,095.00 grant to assist in the operation of said Program, conditioned upon the City providing matching funds from the FY 197-98 General Fund, Capital Improvement Project No. 311850; NOW, THEREFORE, BE IT ORDAINED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: 11591 s Section 1. The .recitals and findings contained in the Preamble to this Ordinance are hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section. Section 2. The following new Special Revenue Fund is hereby established and resources are hereby appropriated as described herein: FUND TITLE: Alternative Fuel Vehicle Grant Program RESOURCES: The South Florida Regional $96,095.00 Planning Council APPROPRIATION: Alternative Fuel Vehicle $96,095.00 Grant Program. Section 3. The, City. Manager is hereby authorizedl/ to accept a grant from the South Florida Regional Planning Council ("SFRPC") for the purchase of six electric cars for the Miami Riverside Center Car Pool Fleet and execute the necessary documents, in a form acceptable to the City Attorney, with SFRPC to implement acceptance of said grant. Section 4. All ordinances or parts of ordinances insofar as they are inconsistent or.. in conflict with the provisions of this Ordinance are hereby repealed. Section 5. If any section, part of section, paragraph, clause, phrase or word of this Ordinance is declared invalid, the remaining provisions of this Ordinance shall not be affected. The herein authorization is further subject to compliance with all requirements that may be imposed by the City Attorney, including but not limited to those prescribed by applicable City Charter and Code provisions. - 2 - 11591 Section 6. This Ordinance shall become effective thirty (30) days after final reading and adoption thereof. PASSED ON FIRST READING BY TITLE ONLY this 26th November , 1997. day of PASSED AND ADOPTED ON SECOND READING BY TITLE ONLY this 13th day of January , 1998. ATTTES'R: '-WALTER J. F �i I` Cl(CITY • BUDGET AND MANAGEMENT ANALYSIS REVIEW: 1 DIPAK P EKH, DIRECTOR APPROVED AS TO FORM AND CORRECTNESS: W.370 :D00 - /Z-,j XAVIER L. SUAREZ, MAYOR _ 3 _ 11591 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO : Honorable Mayor and. Members DATE : November 5, 1997 FILE: of the Citv Commission SUBJECT : Recommendation to Accept Matching Grant For Alternative Fuel FROr Frank Rollason REFERENCES: Vehicles Interim City Manager ENCLOSURES: RECOMMENDATION: It is recommended that the City of Miami accept a matching grant in the amount of $96,094.40 from the South Florida Regional Planning Council ('`SFRPC") for the purpose of purchasing six alternate fuel vehicles (electric cars) for use in the MRC Car Pool Fleet. BACKGROUND: On September 4, 1997, the City of Miami submitted a grant application to the South Florida Regional Planning Council ("SFRPC") for. matching funding for alternative fuel vehicles. The City was a successful grant applicant and has been. approved for $96,094.40 in matching funds to acquire six electric cars. The cars will. be assigned to the Department of General Services Administration and issued to the MRC Car Pool for use by employees for City business in and around the City. The City pledged up to $100,000 in matching funds from FY 97-98 General Fund Capital Improvement Project No. 311850. It is necessary for the City to explore alternative fueled vehicles in an effort to reduce air pollution. Through this grant, the City will be able to evaluate the pros and cons of electric vehicles. McEleCrs 11591 1 JOSIAS GOREN, CHEROF, DOODY *ZROL, P.A. ATTORNEYS AT LAW SUITE 200 STEVEN L. JOSIAS SAMUEL S. OOREN JAMES A. CHEROF DONALD J. DOODY KERRY L. EZROL A. Quinn Jones, Esquire City Attorney City of Miami Riverside Center 444 SW 2nd Street Suite 900 Miami, FL 33130 3099 EAST COMMERCIAL QOULEVARO FORT I.AuDBRDALB, FLORIDA 33308 TELEPHONE (934) 771 -4500 FACSIMILE (954) 771 -4923 October 28, 1997 •s LEONARD 0. RUSIN ROBERT W. VALE MICHAEL D. CIRULLO, JR. RE: South Florida Regional Planning Council ("SFRPC")/Clean Cities Project - Phase II -- Contract for Services between the SFRPC and the City of Miami, Florida for Gold Coast Clean Cities Alternative Fuel Vehicle Grant Program Dear, Quinn: Enclosed, for your review and comment, please find a proposed Contract for Services between the SFRPC and the City of Miami which is consistent with discussions and communications with Ron Tindall, the SFRPC's Clean Cities Coordinator, over the past several weeks. Please review this enclosure and contact me with any comments or questions you may have.. I look forward to hearing from you. incerel , t GOREN SSG/mp: aw 9504351contraa.ltr cc: Carolyn Dekle, Executive Director (w/o encl.) Ron Tindall, Clean Cities Coordinator (w/encl.) 11591 1 + SOUTH FLORIDA REGIONAL PLANNING COUNCIL GOLD COAST CLEAN CITIES ALTERNATIVE FUEL VEHICLE GRANT PROGRAM CONTRACT FOR SERVICES This contract is made as of the day of ,1997 between the SOUTH FLORIDA REGIONAL PLANNING COUNCIL, a body corporate and politic and an agency of the. State of Florida, hereinafter referred to as "SFRPC" and THE CITY OF MIAMI, hereinafter referred to as the "Contractor." WITNESSETH: WHEREAS, the SFRPC enteredinto a Grant/AppropriationAgreementand Administrative Services Contract on July 10, 1995, with the State of Florida Department of Community Affairs, Florida Energy Office, incident to the functions, duties, and responsibilities of the Gold Coast Clean Cities Coalition, established through the Office of the Governor of the State of Florida, the same being incorporated herein by reference and made a specific part hereof (the "Agreement"); and WHEREAS, the Contractor, described above, has been selectedby the SFRPC through a competitive process of competitive selection and by virtue of its submission of a Response for Proposals, dated September 2, 1997; and WHEREAS, the Contractor .represents that it is professionally qualified, possesses the requisite skills, knowledge, qualifications, and experience to provide the professional services described herein, and does offer to perform such services for the SFRPC, and WHEREAS, the SFRPC has a need for such services and does accept the offer of the Contractor upon the terms and conditions hereinafter set forth. NOW, THEREFORE, the SFRPC and Contractor do mutually agree as follows: 1_0 COVENANT FOR SERVICES 1.1 The SFRPC does hereby retain the Contractor to perform the services defined herein and the Contractor does hereby agree to perform such services for the SFRPC upon the terms and conditions set forth in this contract. 1.2 The Contractor shall perform and render as an independent contractor and not as an agent, representative, or employee of the SFRPC, all services as described in this contract in a proper and satisfactory manner as determined by the SFRPC. 2.0 CONDITIONS OF CONTRACT The Contractor will: 2.1. Assist the SFRPC in complying with all applicable regulations concerning the State Energy Conservation Program (SECP) as described in the Code of Federal Regulations, Title 10, Part 420, the Financial Assistance Rules described in Title 10, Part 600, as well as those regulations concerning the use of oil overcharge recovery funds. 2.2 Comply with all conditions contained in Attachment A titled "Standard Conditions of Contract", attached hereto and made a part hereof by reference. .2.3 Within thirty (30) days from the execution of this contract, provide the SFRPC with a workplan detail budget and milestone chart detailing the tasks, milestones, meetings, and critical product delivery dates. This document will serve as the primary management tool for on -time performance between the SFRPC and the Contractor. Once approved by the SFRPC, the dates indicated on the milestone chart may be modified only with the prior written approval of the SFRPC. Prior to the 11591 3_0 approval of the workplan, the Contractor shall not undertake any substantial program activity without first obtaining written approval from the SFRPC. As part of the workplan, the Contractor shall identify how the project will be evaluated. The evaluation plan. will include the means to provide the information required in the final report, identified in Article IV, Section C. 2.4 .. The SFRPC reserves the right to transfer equipment acquired under this contract as provided for in Title 10, Part' 600.117. DEFINITION, SCOPE, AND QUALITY OF SERVICES 3.1 DEFINITION 3.1.1 The Florida Legislature appropriated a total of $1.1 million in oil overcharge funds to the Department of Community Affairs for an aggressive alternative fuel vehicle grant program in the Broward, Dade and Palm Beach tri-county area which is represented by the SFRPC through the Gold Coast Clean Cities Coalition. The objective of the program is to expand the use of technologically innovative alternative fuel vehicles (AFVs) by local governments, and increase citizen awareness of alternatives to gasoline and diesel fuels for transportation. Local governments include cities, counties, special districts, school boards and airport entities. 3.1.2 While the region has ,been re -designated as a maintenance area, vehicle emissions remain a major concern for continued compliance. The use of alternative fuel vehicles can reduce mobile source emissions and improve air quality. In addition, the increased number of alternative fuel vehicles in the region can replace more gallons of gasoline, and reduce the dependence on oil imports. As more alternative fuel vehicles operate in local communities, and facilitate the continued development of the refueling infrastructure to support those vehicles, an I-05 clean fuels corridor can emerge with plans for superstations to be located at the three major international airports of the region, including West Palm Beach, Fort Lauderdale, and Miami International Airports. 3.2 PROJECT SCOPE AND TASKS 3.2.1 The City of Miami's General Services Administration (GSA) operates the municipal motor pool and is responsible for the fleet management of light vehicles and heavy equipment used in services to. its citizens. This project will add six electric pickup trucks to the central motor pool for use by City inspectors for code enforcement, zoning, building fire and life safety inspections. In order to achieve the objectives of this project, the Contractor will complete the following tasks: 3.2.1.1 Refueling Facilities — The six trucks will be housed at the central motor pool located in the .seven story parking garage adjacent to the City's administration building at 444 Southwest 2nd Avenue. Six power control stations with dedicated 230V/30A outlets and recommended by the vehicle manufacturer, will be installed in the garage for recharging purposes. 3.2.1.2 Vehicle Purchase — Six electric powered pickup trucks will be acquired by the City for this project. The manufacture and model type and recharging equipment will be approved by the SFRPC prior to vehicle and equipment purchase. 2 4), 0 . 0 3.2.1.3 Mechanic and Operator Training - The Contractor will provide training on the maintenance of the purchased vehicles for all automotive mechanics involved with the project. In addition, the Contractor will ensure that drivers of the purchased vehicles receive training in the operation, safety, and maintenance of the vehicles and recharging facilities, and that only properly trained individuals operate, the vehicles and refueling stations. 3.2.1.4 Technology Transfer and Public Outreach - All vehicles operating as a part of this project will be clearly identified as alternative fuel vehicles. Vehicles funded in this project will be made available for public events and used for educational programs in addition to regular operating requirements. The Contractor will take all reasonable steps to keep the local, regional, state, and national media representatives informed of the project and the progress of its activities including dedication of facilities, vehicle deliveries and other such activities as deemed appropriate by mutual consent of the Contractor and the SFRPC. The Contractor, through its public information office, will coordinate marketing, media and promotional campaigns, news releases, newsletters, public service announcements, and special events. The Contractor will participate in the Gold Coast Clean Cities Coalition and share its experience with AFVs with other Coalition members. 3.2.1.5 Testing. Evaluation and Record Keeping - The Contractor will be responsible for maintaining detailed checklists and . logs to record mileage, fuel consumption/battery activity, maintenance requirements, down -time. days, emissions and equipment performance characteristics, quality of overall project effectiveness including public and driver perception of the AFVs 4,_0 EVALUATION AND REPORTING REQUIREMENTS 4.1 MONTHLY AND QUARTERLY REPORTS The Contractor will report informally on a monthly basis the activities which have been conducted on this contract, and formally on a quarterly basis. The quarterly report is to be received by the Department no later than the fifth day of the month following the end of each calendar quarter (October 5th, January 5th, April 5th, and July 5). The quarterly report will briefly describe the activities undertaken, workplan milestones, difficulties encountered and the steps taken to overcome them, and the current financial status of the contract. 4.2 FINAL REPORT The Contractor shall provide to the SFRPC a final narrative report which details and evaluates the accomplishments and impacts of the project. The report shall include any policy recommendations which may be of assistance in implementing other projects of this nature.' This final report shall be submitted within thirty (30) days of the expiration of the contract. 4.3 EVALUATION The final report shall include an evaluation of the energy savings directly attributable to the project, the methodologies used, data verification, and projections of estimated energy savings expected to accrue from the project. 11591 11 A 5.0 CONSIDERATION FOR SERVICES 5.1 This is a cost -reimbursement contract. As consideration for the services rendered by the Contractor under this contract, the SFRPC ,agrees to pay the Contractor a sum not to ninety-six thousand ninety-four dollars and forty cents ($96,094.40),as reimbursement for expenses incurred for the full and successful completion of this contract. Invoices will be accepted for payment on a quarterly basis with documentation of expenses. The SFRPC reserves the right to withhold payment of invoices until such time as milestones identified in the workplan have been met. The Contractor shall use forms approved by the SFRPC when reporting expenses. 5.2 The Contractor shall expend funds in accordance with the budget in Attachment B to this contract. The Contractor may move up to 20 percent of the amount of one budget line item to another budget line item with the approval of the SFRPC's Contract Manager. The Contractor may make other budget adjustments only with the prior written approval of the SFRPC. 5.3 All invoices and requests for reimbursement shall be submitted and records maintained in compliance with all applicable state and federal laws, rules, regulations and guidelines, and the polices of the SFRPC. All invoices will be submitted in sufficient detail to allow for a proper pre and post audit. 5.4 The final invoice shall be submitted within thirty (30) days of expiration of this contract. The SFRPC reserves the right to withhold payment of ten percent of the total contract or the final invoice, whichever is greater, until all work has been completed and the final report has been approved. 6.0 PERIOD OF CONTRACT The contract shall begin upon execution by the SFRPC and end on September 30, 1999, inclusive. 7_0 EXTENSIONS AND RENEWALS The contract shall not be extended, as that term is defined by Chapter 287.012(0), Florida Statutes, for more than six months unless the extension is due to events beyond the control of the Contractor. Any extensions will be authorized by amendments to this contract. 8.0 AVAILABILITY OF FUNDS The SFRPC's performance and obligation to pay under this contract is contingent upon an annual appropriation by the Legislature to the State of Florida, Department of Community Affairs, and Florida Energy Office. 9.0 MODIFICATION OF CONTRACT This contract represents the entire agreement of the parties..Any alterations, variations, changes, expansions, modifications, or waivers of the contract shall be valid only when they have been placed in writing, duly signed by each of the parties hereto and attached to the original contract. 10.0 PRIDE It is expressly understood and agreed that any articles which are the subject of, or required to carry out, this contract shall be purchased from the corporation identified under Chapter 94.6, F.S. in the same manner and 4 5 91 under the same proceedings set forth in Section 946.515(2), (4), F.S.; and for purposes of this contract the person, firm, or other business entity carrying out the provisions of this contract shall be deemed to be substituted for this agency insofar as dealings with such corporatiori are concerned. 11.0 VENDOR PAYMENTS Pursuant to Chapter 215.422, F.S., a state agency shall issue the vendor's payment within 40 days after receipt of an acceptable invoice and receipt, inspection, and acceptance of the good and/or services provided in accordance with the terms and conditions of the contract. Failure to issue the warrant within 40 days shall result in the agency paying interest at a rate as established pursuant to Section 55.03(1), F.S. The interest penalty shall be paid within 15 days after issuing the warrant. Vendors experiencing problems obtaining timely payment(s) from a state agency may receive assistance by contacting the Vendor Ombudsman at (904) 488-2924, or by calling the State Comptroller's Hotline, 1-800- 848-3792. IN.. WITNESS THEREOF, the parties have caused this Agreement to be duly executed by their authorized officials as of the day and year first above mentioned at Hollywood, Florida. ATTEST SFRPC• SOUTH FLORIDA REGIONAL PLANNING COUNCIL CAROLYN A. DEKLE, EXECUTIVE DIRECTOR DATE Approved as to legal form: .. M SAMUEL S. GOREN, ESQ. General Counsel to SFRPC CONTRACTOR: CITY OF MIAMI EDWARD MARQUEZ, CITY MANAGER Authorized Representative 5 DATE 11591 9 ATTACHMENT A STANDARD CONDITIONS OF CONTRACT This contract is subject to all the conditions listed below. Waiver of any of these conditions must be upon the express written approval of the SFRPC, and such waiver shall be a part of this contract. 1.0 Allowable Costs Expenditure of proceeds from this contract shall be subject to OMB Circular No. A-102, "Uniform" Administrative Requirements for State and Local Governments" or OMB Circular No. A-110, "Grants and Agreements with Institutions of High Education, Hospitals, and Other Nonprofit Organizations," and either OMB Circular No. A-87, "Cost Principles for State.and Local Governments," OMB Circular No. A-21, "Cost Principles for Educational Institutions," or OMB Circular A-122, "Cost Principles for Nonprofit Organizations." If this contract is made with a commercial (for -profit) organization on a cost - reimbursement basis, the Contractor shall be subject to Federal Acquisition Regulations 31.2 and 931.2. No proceeds from this contract shall be used to pay indirect costs or administrative expenses unless explicitly authorized in the budget in the contract. 2.0 Termination of Contract 2.1 If any of the following events occur ("Events of Default"), all obligations on the 'part of the SFRPC to make any firrther payment of funds hereunder shall, if the SFRPC so elects, terminate and, the SFRPC may at its option exercise any of its remedies set forth herein, but the SFRPC may make any payments or parts of payments after the happening of any Events of Default without thereby waiving the right to exercise such remedies, and without becoming liable to make any further payment: 2.1.1 If any warranty or representation made by the Contractor in this Contract or any previous Contract with the Department shall at any time be false or misleading in any respect, or if the Contractor shall fail to keep, observe or perform any of .the terms or covenants contained in this Contract or any previous agreement with the SFRPC and has not cured such in timely fashion, or is unable or unwilling to meet its obligations thereunder; 2.1.2 If any material adverse change shall occur in the financial condition of the Contractor at any time during the term of this Contract from the financial condition revealed in any reports filed or to be filed with the SFRPC, and the Contractor fails to cure said material adverse change within thirty (30) days from the time the date written notice is sent by the SFRPC. 2.1.3 If any reports required by this Contract have not been submitted to the SFRPC or have been submitted with incorrect, incomplete or insufficient information. 2.1.4 If the Contractor has failed to perform and complete in timely fashion any of the services required under the Budget and Scope of Work as stipulated in the Contract. 2.1.5 Breach or default of any, term, condition or provision of the Grant/Appropriation Agreement. 2.2 Upon the happening of an Event of Default, then the SFRPC may, at its option, upon written notice to the Contractor and upon the Contractor's failure to timely cure, exercise any one or more 6 10 :.11591 of the following remedies, either concurrently or consecutively, and the pursuit of any one of the following remedies shall not preclude the SFRPC from pursuing any other remedies contained herein or otherwise provided at law or in equity- 2.2.1 Terminate this Contract provided that the Contractor/Recipientis given at least fifteen (15) days prior written notice of such termination. The notice shall be effective when placed in the United States mail, first class mail, postage prepaid, by registered or certified mail - return receipt requested, to the address set forth in the Contract as the Contractor's address; 2.2.2 Commence an appropriate legal or equitable - action to enforce performance of this Contract; 2.2.3 Withhold or suspend payment of all or any part of a request for payment; 2.2.4 Exercise any corrective or remedial actions, to include but not be limited to, requesting additional information from the Contractor to determine the reasons for or the extent of non-compliance or lack of performance, issuing a written warning to advise that more serious measures may be taken if the situation is not corrected, advising the Contractor/Recipient to suspend, discontinue or refrain from incurring costs for any activities in question or requiring the Contractor to reimburse the SFRPC for the amount of costs incurred for any items determined to be ineligible; 2.2.5 Exercise any other rights or remedies which may be otherwise available under law; 2.3 The SFRPC may terminate this Contract for cause upon such written notice as is reasonable under the circumstances. Cause shall include, but not be limited to, misuse of funds; fraud; lack of compliance with applicable rules, laws and regulations; failure to perform in a timely manner; and refusal by the Contractor to permit public access to any document, paper, letter, or other material subject to disclosure under Chapter 119, Florida Statutes, as amended. 2.4 Suspension or termination constitutes final agency action under Chapter 120, Florida Statutes, as amended. Notification of suspension or termination shall include notice of administrative hearing rights and time frames. 2.5 The Contractor shall return funds to the SFRPC if found in non-compliance with laws, rules, regulations governing the use of the funds or this Contract. 2.6 This Contract may be terminated by the written mutual consent of the parties. This Contract may be terminated by either party for reason or for no reason by giving thirty (30) days written notice to the other party; said notice shall be sufficient if it is delivered to the party personally or mailed by certified mail to the mailing address as specified herein. This Contract may be unilaterally terminated by the SFRPC if the Contractor refuses to allow public access to all documents, letters, or other materials subject to the provision of Chapter 119, F.S. which were prepared or received by the Contractor in conjunction with this Contract. 2.7 Notwithstanding the above, the Contractor/Recipient shall not be relieved of liability to the SFRPC by virtue of any breach of Contract by the Contractor. The SFRPC may, to the extent authorized by law, withhold any payments to the Contractor/Recipient for purpose of set-off until such time 7 °` 11591 11 3.0 4.0 5.0 6.0 as.the exact amount of damages due the SFRPC from the Contractor/Recipient is determined. In the event of termination of the Contract by either party, all property purchased with funds under this Contract shall become the property of the SFRPC and disposed of in accordance with 1- CFR 600, Subpart E, which sets forth the Uniform Administrative Requirements for Grants and Cooperative Agreements with State and Local Governments. . All finished or unfinished documents, data, studies, and reports prepared by the Contractor shall be relinquished to the SFRPC. The Contractor shall be entitled to the compensation for approved services and expenses incurred prior to the date of notice of termination of the Contract. Notwithstanding the above, the Contractor shall not be relieved of liability to the SFRPC for damages sustained by the SFRPC by virtue of breach of the Contract by the Contractor until such time as the exact amount of damages due the SFRPC from the Contractor is agreed upon or otherwise determined. Changes The SFRPC may, from time to time, request changes in the scope., of the services to be performed by the Contractor under this Contract. Such changes, including any increase or decrease in the amount of the Contractor's compensation, or change in the contract period, which are mutually agreed upon by and, between the SFRPC and the Contractor, must be incorporated in written. amendments to this Contract. Assignability The Contractor shall not assign any interest in this Contract, and shall not transfer any interest in the same (whether by assignment or novation), without the prior written consent of the SFRPC. However, the Contractor may employ consultants to assist in the performance of its responsibilities under this contract with the prior written consent of the SFRPC. The Contractor shall furnish the SFRPC copies of any and all assignments, agreements, or subcontracts connected with this Contract. Subcontracts 5.1 If the Contractor subcontracts any or all of the work required under this Contract, the Contractor/Recipient agrees to include in the subcontract that the subcontractor is bound by the terms and conditions of this Contract with the Department. 5.2 The Contractor agrees to include in the subcontract that the subcontractor shall hold the SFRPC and Contractor harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Contract, to the extent allowed and required by law. 5.3 If the Contractor subcontracts, a copy of the executed subcontract must be forwarded to the Contractor within ten (10) days after execution. Contingent Fees Prohibited The Contractor warrants that no person, selling agency, or other organization has been employed or retained to solicit or secure this Contract upon a contract or understanding for a commission, percentage, brokerage, or contingent fee. For breach or violation of the warrant, the SFRPC shall have the right to annul this Contract without liability, or in its discretion to deduct from the compensation, or otherwise to recover the 12 11591 full amount of such commission, percentage, brokerage, or contingent fee. 7.0 Discrimination in Employment Prohibited The Contractor agrees to comply with Executive Order 11246 of September 24, 1965 entitled "Equal Employment Opportunity," as amended by Executive Order 11375 of October 13, 1967 and as supplemented in the Department of Labor regulations (41 CRF Part 60). In accordance with the above laws and regulations, the Contractor agrees to assure, to the extent of the coverage of this Contract, that no person in the United States shall, on the grounds of race, color, national origin, sex, age, or handicap, be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination under any program or activity in which the SFRPC received federal assistance from the Department of Energy. 8.0 Audit 8.1 The Contractor agrees to maintain financial procedures and support documents, in accordance with generally accepted accounting principles, to account for the receipt and expenditure of funds under this Contract. 8.2 These records shall be available at all reasonable times for inspection, review, or audit by state personnel and other personnel duly authorized by the SFRPC. "Reasonable" shall be construed according to circumstances, but ordinarily shall mean normal business hours of 8:00 a.m. to 5:00 p.m., local time, Monday through Friday. 8.3 The Contractor shall also provide the SFRPC with the records, reports or financial statements upon request for the purposes of auditing and monitoring the funds awarded under this Contract. 8.4 The Contractor shall provide the SFRPC with an annual financial audit report which meets the requirements of Sections 11.45 and 216349, Florida • Statutes, and Chapter 10.550 Rules of the Auditor General, and, to the extent applicable, the Single Audit Act of 1984, 31, U.S.C. ss. 7501- 7507, OMB Circulars A-128 and A-133 for the purposes of auditing and monitoring the funds awarded under this Contract. Agencies, institutions, and other governmental entities scheduled for audits under the Office of the Auditor General, State of Florida, or as required by State Statute, are not required to provide separate copies of the audit, provided that the Agency's, institution's, or governmental entity's audit is scheduled for automatic distribution. 8.4.1 The annual financial audit report shall include all management letters and the Contractor's response to all fmdings, including corrective actions to be taken. 8.4.2 The annual financial audit report shall include a schedule of financial assistance specifically identifying all Contract and grant revenue by sponsoring agency and Contract number. 8.4.3 The complete financial audit report, including all items specified in (8) (d) 1 and 2 above, shall be sent directly to: South Florida Regional Planning SFRPC, 3440 Hollywood Boulevard, Suite 140, Hollywood; Florida 33021. 8.5 In the event the audit shows that the entire funds, or any portion thereof, was not spent in accordance with the conditions of this Contract, the Contractor shall be held liable for reimbursement to the SFRPC of all funds not spent in accordance with these applicable regulations and Contract provisions within thirty (30) days after the SFRPC has notified the Contractor of such non-compliance. 9 8.6 The Contractor shall retain all financial records, supporting documents, statistical records, and any other documents pertinent to this Contract for a period of three years after the date of submission of the final expenditures report. However, if litigation or an audit has been initiated prior to the expiration of the three-yearperiod, the records shall be retained until the litigation or audit findings have been resolved. 8.7 The Contractor shall have all audits completed by an independent certified public accountant (IPA) who shall either be a certified public accountant or a public accountant licensed under Chapter 473, Florida Statutes. The IPA shall state that the audit complied with the applicable provisions noted above. 9.0 Records Retention 9.1 If applicable, Contractor's performance under this Contract shall be subject to OMB Circular No.! - 102, "Uniform Administrative Requirements for State and Local Governments" or OMB Circular No. A-110, "Grants and Agreements with Institutions of High Education, Hospitals, and Other Nonprofit Organizations," and either OMB Circular No. A-87, "Cost Principles for State and Local Governments," OMB Circular No. A-21, "Cost Principles for Educational Institutions," or OMB Circular No. A-122, "Cost Principles for Nonprofit Organizations." If this Contract is made with a commercial (for -profit) organization on a cost-reimbursementbasis, the Contractor/Recipientshall be subject to Federal Acquisition Regulations 31.2 and 931.2. 9.2 All original records pertinent to this Contract shall be retained by the Contractor/Recipientfor three years following the date of termination of this Contract or of submission of the final close-out report, whichever is later, with the following exceptions: 9.2.1 If any litigation, claim or audit is started before the expiration of the three year period and extends beyond the three year period, the records will be maintained until all litigation, claims or audit findings involving the records have been resolved. 9.2.2 Records for the disposition of non -expendable personal property valued at $1,000 or more at the time of acquisition shall be retained for three years after final disposition. 9.3.3 Records relating to real property acquisition shall be retained for three years after closing title. 9.3 All records, including supporting documentation of all program costs, shall be sufficient to determine compliance with the,requirements and objectives of the Budget and Scope of Work, and all other applicable laws and regulations. 9.4 The Contractor, its employees or agents, including all subcontractors or consultants to be paid from funds provided under this Contract, shall allow access to its records at reasonable times to the SFRPC, its employees, and agents. "Reasonable" shall be construed according to the circumstances but ordinarily shall mean during normal business hours from 8:00 a.m. to.5:00 p.m., local time, on Monday through Friday. "Agents" shall include, but not be limited to, auditors retained by the SFRPC. 10.0 Standard Conditions The Contractor agrees to be bound by the following standard conditions: 10 14 15�� 0 * 0 10.1 The SFRPC's performance and obligation to pay under this. Contract is contingent upon an annual appropriation. by the Legislature to the Department .of Community Affairs, and subject to modification in accordance with Chapter 216, Florida Statutes. 10.2 If otherwise allowed under this Contract, extension of a Contract for contractual services shall be in writing for a period not to exceed six (6) months and shall be subject to the same terms and conditions set forth in the initial Contract. There shall be only one extension of the Contract unless the failure to meet the criteria set forth in the Contract for completion of the Contract is due to events beyond the control of the Contractor/Recipient. 10.3 All bills for fees or other compensation for services or expenses shall be submitted in detail sufficient for a proper pre -audit and post -audit thereof. 10.4 If otherwise allowed under this Contract, all bills for any travel expenses shall be submitted in accordance with s. 112.0.61, Florida Statutes. 10.5 The SFRPC .reserves the right to unilaterally cancel this Contract foi refusal by the Contractor/Recipient to allow public access to all documents, papers, letters or other material subject to the provisions of Chapter 119, Florida Statutes, and made or receivedby the Contractor in conjunction with the Contract. 11.0 Publication and Publicity The Contractor shall not publish any materials funded by this Contract without the prior written approval of the SFRPC. All publications shall acknowledge that the program is supported by funds granted by the SFRPC and the Department of Community Affairs, Florida Energy Office. 12.0 Patents and Covyrights If the Contractor brings to the performance of this Contract a pre-existing patent or copyright, the Contractor shall retain all rights and entitlements to the pre-existing patent or copyright unless the Contract provides otherwise. If any discovery or invention arises or is developed in the course of or as a result of work or services performed under this Contract, or in any way connected herewith, the Contractor shall refer the discovery or invention to the SFRPC for a determination whether patent protection will be sought in the name of the SFRPC. Any and all patent rights accruing under or in conjunction with the performance of this Contract are hereby reserved to the SFRPC. In the event that any books, manuals, films, or other copyrightable material are produced, the Contractor shall notify the SFRPC. Any and all copyrights accruing under or in conjunction with the performance under this Contract are hereby reserved to the SFRPC. At the time of the submission of the workplan required by Article II, the Contractor shall disclose all intellectual properties relevant to the performance of this Contract which he or she knows or should know could give rise to a patent or copyright. The Contractor shall retain all rights and entitlements to any pre- existing intellectual property, which is so disclosed. Failure to disclose will indicate that no such property exists. The SFRPC. shall then, under Paragraph b, have the right to all patents and copyrights, which occur during performance of the Contract. 13.0 . Monitoring 11 i 1591 15 11 The Contractor shall permit the SFRPC, or its duly authorized representatives, to monitor the project pertaining to this Contract as deemed necessary by' the SFRPC. The Contractor will monitor its subcontractors. 14.0 Certification Regarding Lobbying The Contractor shall execute the Certification Regarding Lobbying, AttachmentC, which is attached to, and incorporated by reference in, this Contract'. 15.0 Lobbying and Political Activity Prohibited The Contractor/Recipient certifies, by their signature to this Contract, that to the best of his or her knowledge and belief: 15.1 No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting. to influence an officer or employee of any agency, a Member of Congress, an officer of employee of Congress, or, an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment or modification of any Federal contract, grant, loan, or cooperative agreement. 15.2 If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an- employee of a Member of Congress in conjunction with this Federal contract, grant, loan or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 15.3 The undersigned shall require that the language of this certification be included in the award documents for all sub -awards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representative of fact upon which reliance was placed when this transaction was made or entered into. 'Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 15.4 No funds or other resources received from the SFRPC in connection with this Contract may be used directly or indirectly to influence legislation or any other official action by the. Florida Legislature or any state "agency. . 16.0 Religious Activity Prohibited There will be no religious worship, instruction, or proselytization as part of, or in connection with, the performance of this Contract. 17.0 Compliance with Local Laws 12 16 59 The Contractor sh&mply with all applicable laws, ordinances, a*odes of state and local governments. 18.0 Debarred and Suspended Parties The Contractor certifies that neither its organizations nor any member of the staff is debarred or suspended or is otherwise excluded from or ineligible for participation in Federal assistance programs under Executive Order 12549, "Debarment and Suspension." The Contractor may not make any subcontract to a debarred or suspended party. A current listing of such parties is maintained by the Department of Community Affairs . for review by Contractors. 19.0 Clean Air and Water Acts If this Contract or any resulting subcontract is for an amount in excess of $100,000, the Contractor must comply with all applicable standards, orders, or requirements issued under Section 306 of the Clean Air Act (42 U.S.C. 1857 (h)), Section 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738, and Environmental Protection Agency regulations (40 CFR Part 15). 13 1159117 ATTACHMENT B AUTHORIZED BUDGET CITY OF MIAMI CONTRACT AMOUNT Vehicle Purchase Cost * $96,094.40 TOTAL: $96,094.40 * Prior written approval from the SFRPC is required for all equipment purchases over $500. 14 11591 18a ATTACHMENT C CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans and Cooperative Agreements The undersigned certifies, to the best of his or her knowledge and belief, that: No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. If any funds other than Federal appropriated funds have paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL "Disclosure Form to Report Lobbying," in accordance with its instructions. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more'than $100,000 for each such failure. Contractor BY: Type Name and Title 15 19 0, MIAMI DAILY BUSINESS REVIEW Published Daily except Saturday, Sunday and Legal Holidays Miami, Dade County, Florida. STATE OF FLORIDA COUNTY OF DADE: Before the undersigned authority personally appeared Octelma V. Ferbeyre, who on oath says that she Is the Supervisor, Legal Notices of the Miami Daily Business Review f/k/a Miami Review, a daily (except Saturday, Sunday and Legal Holidays) newspaper, published at Miami in Dade County, Florida; that the attached copy of advertisement, being a Legal Advertisement of Notice in the matter of CITY OF MIAMI ORDINANCE NO. 11591 in the......................XXY—XX....................................... Court, was published in said newspaper in the issues of Jan 28, 1998 Affiant further says that the said Miami Daily Business Review Is a newspaper published at Miami in said Dade County, Florida, and that the said newspaper has heretofore been continuously published in said Dade County, Florida, each day (except Saturday, Sunday and Legal Holidays) and has been entered as second class mail matter at the post office in Miami in said Dade County, Florida, for a period of one year next preceding the first publication of the attached copy of.advertisement; and affiant further says that she has neither paid nor promised any persourfirm or corporation any discou t, rebate, commiss' r fund or the purpose of secu - g this advertise 41, public ion in the said news pew -- ................ ..... ..,.,..... ,,,.......,,, . ... a.o............ (SEAL) PaY PV OFFICIAL NOTARY SEAL Octelma V. Ferbeyre pers now e,JANETT LLERENA j' COMMISSION NUMBER ? / Q CC566004 MY COMMISSION EXPIRES Foc c�� JUNE 23,2000 C11y. 00q"Al j�, FLORIDA LEGAL. A�ICE All intere 6-9 pepons, will take, notice that on the 30th day of Decembei,'A997, the City Commission of Miami Florida, adopted the following titled ordinances: ORDINANCE NO.11584 AN ORDINANCE CREATING NEW CHAPTER'19.5 OF THE CODE OF -THE CITY OF MIAMI, FLORIDA, AS AMENDED; ENTITLED: "FIRE RESCUE ASSESSMENT," RELATING TO THE PROVISION .OF FIRE RESCUE SERVICES, FACILI- TIES, AND.PROGRAMS IN THE CITY OF MIAMI, FLORIDA,; AUTHORIZING THE IMPOSITION AND COLLECTION OF i FIRE .RESCUE. ASSESSMENTS AGAINST PROPERTY THROUGHOUT THE CITY OF MIAMI; PROVIDING CER- TAIN DEFINITIONS AND DEFINING THE TERM "FIRE -RES- CUE ASSESSMENT'; ESTABLISHING THE PROCEDURES FOR ' . IMPOSING FIRE RESCUE • ASSESSMENTS; -PROVIDING THAT FIRE -RESCUE ASSESSMENTS CON- STITUTE A LIEN ON ASSESSED PROPERTY UPON ADOPTION OF ASSESSMENT ROLL; PROVIDING THAT .THE LIEN FOR A FIRE RESCUE ASSESSMENT COL-- LECTED PURSUANT TO SECTIONS 197.3632 AND 197,3635, FLORIDA ,STATUTES, UPON - PERFECTION SHALL. ATTACH .TO • THE PROPERTY. ON THE-'RIOR , JANUARY 1, THE LIEN, DATE FOR AD -VALOREM TAXES; ! PROVIDING THAT A PERFECTED LIEN SHALL BE EQUAL -IN RANK AND DIGNITY WITH THE LIENS OF ALL STATE, . COUNTY,- DISTRICT, OR MUNICIPAL TAXES AND. . ASSESSMENTS AND SUPERIOR IN DIGNITY TO ALL OTHER PRIOR 'LIENS, MORTGAGES, TITLES, AND CLAIMS; AUTHORIZING THE IMPOSITION OF INTERIM. ASSESSMENTS; PROVIDING PROCEDURES FOR - COLLECTION . OF. ' FIRE RESCUE ASSESSMENTS; PROVIDING A MECHANISM FOR THE IMPOSITION OF. -ASSESSMENTS. ON GOVERNMENT PROPERTY; ,MORE. PARTICULARLY BY ADDING NEW SECTIONS 19:5-1 THROUGH 19.5-23 TO SAID- CODE; CONTAINING A REPEALER PROVISION AND A SEVERABILITY CLAUSE; -PROVIDING AN EFFECTIVE DATE;, AND PROVIDING FOR INCLUSION IN THE CITY CODE. - ORDINANCE NO. 11585 - AN EMERGENCY, ORDINANCE ESTABLISHING A NEW SPECIAL REVENUE FUND ENTITLED: "DCF/RET (PY'98) - REFUGEE EMPLOYMENT AND TRAINING PROGRAM;' AND APPROPRIATING FUNDS FOR THE OPERATION OF THE PROGRAM IN THE. .AMOUNT OF. $130,598 CONSISTING OF --A DEPARTMENT ,OF CHILDREN AND FAMILIES GRANT AWARD THROUGH THE SOUTH FLORIDA EMPLOYMENT AND -TRAINING CONSORTIUM (SFETC)-- AUTHORIZING `THE-. CITY MANAGER • TO ACCEPT SAID GRANT . AWARD. AND EXECUTE THE NECESSARY DOCUMENTS, IN A, FORM ACCEPTABLE .TO THE CITY ATTORNEY, WITH THE SFETC FOR THIS PURPOSE; CONTAINING A REPEALER PROVISION AND A SEVERABILITY CLAUSE. ORDINANCE NO. 11586 AN :EMERGENCY ORDINANCE AMENDING SECTION II, OF.ORDINANCE NO. 11337, AS AMENDED, ADOPTED JANUARY _25,. 1996, 'THE CAPITAL IMPROVEMENTS. APPROPRIATIONS ORDINANCE, TO. ESTABLISH TWO (2) I NEW, CAPITAL IMPROVEMENT PROJECTS: "SOUTH FLORIDA URBAN SEARCH AND. RESCUE PROGRAM," -PROJECT, NO. ; 313826, AND "FEMA/USAR GRANT PROGRAM," PROJECT NO. 313827, AND.. APPRO- PRIATING FUNDS FOR SAID PROJECTS; CONTAINING A REPEALER PROVISION AND A SEVERABILITY CLAUSE. ORDINANCE NO. 11587 AN EMERGENCY ORDINANCE AMENDING ORDINANCE NO. 11466, WHICH ESTABLISHED INITIAL RESOURCES AND APPROPRIATIONS FOR'A SPECIAL REVENUE FUND ENTITLED: "COPS UNIVERSAL HIRING," THEREBY APPROPRIATING ADDITIONAL FUNDS, IN THE AMOUNT OF.$14,724,822.00 CONSISTING OF A GRANT FROM THE U.& DEPARTMENT OF JUSTICE;` AUTHORIZING THE CITY MANAGER TO ACCEPT. SAID -.GRANT `AND TO EXECUTE THE NECESSARY DOCUMENTS TO ACCEPT SAID GRANT; CONTAINING A • REPEALER PROVISION AND SEVERABILITY CLAUSE.- ORDINANCE.NO.-11588 AN EMERGENCY ORDINANCE AMENDING; SECTION .2- 1013(a)-AND (d)(1) OF THE CODE OF CITY OF MIAMI, FLORIDA, AS AMENDED, TO INCREASE THE NUMBER OF MEMBERS ON THE MIAMI SPORTS . AND EXHIBITION AUTHORITY FROM FIVE TO ELEVEN: TO PROVIDE FOR APPOINTMENT OF CHAIRPERSONTO'SAID AUTHORITY, 'AND TO, PROVIDE FOR THE CONSTITUTION OF A QUORUM, CONTAINING A REPEALER PROVISION, AND Ar., ." SEVERABILITY CLAUSE;_ PROVIDING FOR, AN.EFFECTIVE- DATE. . ORDINANCE NO. 11589 AN ORDINANCE. AMENDING SECTION 40;245 OF, THE i CODE OF THE CITY ;OF MIAMI, FLORIDA AS_ AMENDED, BY PROVIDING- FOR., INVESTMENTS. TO .BE. MADE: IN BACKED SECURITIES -FOR MEMBERS. OF, THE CITY OF MIAMI GENERAL EMPLOYEES' AND - SANITATION EMPLOYEES' RETIREMENT, TRUST ("GESE TRUST'); CONTAINING A REPEALER PROVISIOWAND A SEVERABILITY CLAUSE; PROVIDING FOR AN EFFECTIVE DATE.. i . . . , . I, ORDINANCE NO. 11590. AN ORDINANCE ESTABLISHING',. A NEW . SP.,ECIAL REVENUE FUND ENTITLED "FEMA/USAR GRANT.AWARD (FY'96-97") AND -APPROPRIATING ,$76,500.00 TO SAID FUND; AUTHORIZING THE CITY MANAGER TO ACCEPT A GRANT FROMjiTHE FEDERAL MANAGEMENT AGENCY. ("FEMA") FOR { EQUIPMENT, TRAINING, MANAGEMENT — AND -ADMINISTRATION OF TASK FORCE AFFAIRS AND. } TO EXECUTE 1�4THE NECESSARY -DOCUMENTS, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, TO IMPLEMENT ACCEPTANCE :OF., SAID)`• GRANT; CON- TAINING A REPIEALER PROVISION ANDi,A SEVERABILli . CLAUSE: ORDINANCE: NO. 7 1159, ' AN ORDINANCE .ESTABLISHIN�.A- NEW SPECIAL REVENUE FUND ENTITLED; "ALTERNATIVE .FUEL ( .VEHICLE GRANT. PROGRAM", AND. APPROPRIATING FUNDS FOR THE OPERATION OF SAME-IN:THE AMOUNT OF $96,995.00 1 CONSISTING OF A GRANY. FROM THE SOUTH FLORIDA REGIONAL PLANNING COUNCIL ("SFRPC") FOR THE PURCHASE OF SIX ELECTRIC CARS r FOR USE IN THE MIAMI RIVERSIDE CENTER CAR POOL FLEET; AUTHORIZING THE CITY MANAGER TO ACCEPT SAID GRANT AWARD FROM SFRPC AND TO EXECUTE THE- NECESSARY DOCUMENTS, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, TO IMPLEMENT. ACCEPTANCE !IOF SAID GRANT; CONTAINING A REPEALER PROVISION AND A SEVERABILITY CLAUSE. ORDINANCE NO. 11592. AN ORDINANCE. AMENDING -CHAPTER '42, ARTICLE VI SECTIONS 42-82 THROUGH 42-85 OF THE CODE OF THE CITY OF MIAMI; FLORIDA, AS -AMENDED, CONCERNING +. "VEHICLE IMPOUNDMENT'; :.SETTING FORTH NEW 'PROCEDURES FOR SCHEDULING- PRELIMINARY AND FINAL HEARINGS FOR VEHICLE IMPOUNDMENT CASES; ` CONTAINING A REPEALER -PROVISION AND AD SEVERABILITY CLAUSE; PROVIDING FOR AN EFFECTIVE DATE. i ORDINANCE NO.11593 AN ORDINANCE_ AMENDING_ SECTION 1 OF ORDINANCE NO. 11337, AS AMENDED, ADOPTED JANUARY 25, 1996, THE CAPITAL . IMPROVEMENTS APPROPRIATIONS ORDINANCE, THEREBY INCREASING APPROPRIATIONS TO EXISTING- CAPITAL IMPROVEMENT PROJECT NO. I 312010 ENTITLED:- "POLICE MOBIL DIGITAL TERMINAL REFINEMENT.";I IN THE AMOUNT .OF $676,010; CON- TAINING. REPEALER PROVISION AND A SEVERABILITY CLAUSE. ORDINANCE NO. 11594 • AN ORDINANCE ESTABLISHING A NEW .,SPECIAL REVENUE FUND ENTITLED: 'STATE 'OF . FLORIDA BROWNFIELDS REDEVELOPMENT, PROJECT GRANT' AND APPROPRIATING FUNDS FOR THE OPERATION OF SAID PROJECT IN THE, TOTAL AMOUNT OF $500,000, CONSISTING OF A $500,000 GRANT FROM. THE STATE . .OF FLORIDA OFFICE OF TRADE, TOURISM AND' ECO- NOMIC -DEVELOPMENT; CONTAINING A REPEALER PROVISION AND A SEVERABILITY CLAUSE. ORDINANCE NO. 11595 AN EMERGENCY. ORDINANCE ESTABLISHING. A NEW .SPECIAL REVENUE FUND ENTITLED: "BOBBY MADURO STADIUM PROGRAM" AND APPROPRIATING FUNDS FOR THE PROGRAM IN THE TOTAL AMOUNT OF $18,000 CONSISTING OF A $13,500 GRANT FROM THE UNITED STATES DEPARTMENT OF COMMERCE, ECONOMIC .DEVELOPMENT ADMINISTRATION, AND A $4,500 CASH MATCH FROM THE -CITY OF MIAMI DEPARTMENT OF PLANNING AND DEVELOPMENT, PLANNING DIVISION, FY-98 BUDGET, PROFESSIONAL SERVICES ACCOUNT NO. 660101-270, CONTAINING A -REPEALER PROVISION AND A SEVERABILITY CLAUSE. j Said, ordinances may be inspected by the public at the Office of thi City Clerk, 3500 Pan American Drive, Miami, Florida, Monday througl Friday, excluding holidays, between the hours of 8 a.m. and 5 p.m. c OF WALTER J. FOEMAN CITY CLERK N (#4754) 1 /28 98-4-012842M 0 • MIAMI DAILY BUSINESS REVIEW Published Daily except Saturday, Sunday and Legal Holidays Miami, Dade County, Florida. STATE OF FLORIDA COUNTY OF DADE: Before the undersigned authority personally appeared Octelma V. Ferbeyre, who on oath says that she is the Supervisor, Legal Notices of the Miami Daily Business Review f/k/a Miami Review, a daily (except Saturday, Sunday and Legal Holidays) newspaper, published at Miami in Dade County, Florida; that the attached copy of advertisement, being a Legal Advertisement of Notice in the matter of CITY OF MIAMI PROPOSED ORDINANCES 1/13/98 "ALTERNATIVE FUEL VEHICLE GRANT PROGRAM" inthe ...................... XXXXX....................................... Court, was published in said newspaper in the issues of Jan 2, 1998 Affiant further says that the said Miami Daily Business Review is a newspaper published at Miami in said Dade County, Florida, and that the said newspaper has heretofore been continuously published in said Dade County, Florida, each day (except Saturday, Sunday and Legal Holidays) and has been entered as second class mail matter at the post office in Miami in said Dade County, Florida, for a period of one year next preceding the first publication of the attached copy of.advertisement; and affiant further says that she has neither paid nor promised any pers corporation any discou rebate, commissi r fund fo the purpose of secur' g this advertise publicati in the said news pev--L, _ M Swor an ubscribe a this 2 an ry 98 ..day kf......... ....... ............. , A.D.19...... (SEAL) 1PRY P& OFFICIAL NOTARY SEAL d JANETT LLERENA Octelma V. Ferbeyre perso �'(iie• comw!SStoN NumaeR CC566004 MY COMMISSION EXIM51AES FOF FLD JUNE 23.2000 CITY OF MIAMI,FLORIDA `NOTICEOF PROPOSED ORDINANCES Notice is, hereby given that the City,,, Commission of the City of Miami, Florida, will=consider the following ordinances on secorid'and final reading„on January 13, 1998, commencing at 10:00 a.m., in the City Commission Chambers, 3500 Pan • American Drive, Miami, Florida: ORDINANCE NO. AN ORDINANCE AMENDING SECTION 40-245 OF THE CODE OF THE CITY OF MIAMI, FLORIDA, AS AMENDED, BY PROVIDING FOR INVESTMENTS TO BE MADE IN ASSET. ,BACKED SECURITIES FOR MEMBERS OF -.THE CITY OF:MIAMI GENERAL EMPLOYEES' -AND SANITA- TIOWEMPLOYEES' RETIREMENT TRUST ("GESE TRUST°);CONTAINING A REPEALER PROVISION AND A SEVERABILITY CLAUSE; PROVIDING FOR AN EFFECTIVE DATE. ORDINANCE NO. AN 'ORDINANCE, ESTABLISHING A NEW SPECIAL REVE-. NUE FUND ENTITLED:."FEMA/USAR GRANT AWARD (FY '96-97)" AND APPROPRIATING $76,500.00 TO SAID FUND; AUTHORIZING THE CITY MANAGER TO ACCEPT A GRANT FROM THE FEDERAL' MANAGEMENT AGENCY'. ("FEMA") FOR EQUIPMENT, TRAINING, :MANAGEMENT AND ADMINISTRATION -OF TASK FORCE .AFFAIRS AND TO EXECUTE THE NECESSARY..DOCUMENTS, • IN .A . FORW ACCEPTABLE TO THE' -CITY ATTORNEY, TO IMPLEMENT ACCEPTANCE OF-', SAID -GRANT; CONTAIN- ING A REPEALER. PROVISION AND A- SEVERABILITY CLAUSE. ' ORDINANCE NO. �. [ AN ORDINANCE ESTABLISHING -- A . NEW SPECIAL REVENUE FUND ENTITLED:."ALTERNATIVE FUEL VEHI- CLE GRANT PROGRAM" AND APPROPRIATING -FUNDS FOR THE OPERATION OF SAME IN THE. -AMOUNT- OF $96;095.00, CONSISTING OF;A GRANT FROM THE SOUTH FLORIDA REGIONAL PLANNING COUNCIL ("SFRPC') FOR THE PURCHASE OF SIX ELECTRIC CARS .FOR' USE. IN THE MIAMI RIVERSIDE CENTER CAR POOL FLEET; AUTHORIZING THE CITY MANAGER TO ACCEPT. SAID GRANT AWARD FROM SFRPC AND TO EXECUTETHE NECESSARY DOCUMENTS, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, TO IMPLEMENT ACCEPTANCE OF SAID GRANT; CONTAINING A REPEALER PROVISION AND A SEVERABILITY CLAUSE. ORDINANCE NO. AN ORDINANCE AMENDING. CHAPTER 42; ARTICLE VI, SECTIONS-42-82 THROUGH 42-85 OF THE CObE OF THE CITY.OF MIAMI, FLORIDA, AS AMENDED, CONCERNING "VEHICLE IMPOUNDMENT"; SETTING FORTH NEW PRO- CEDURES FOR SCHEDULING PRELIMINARY AND FINAL HEARINGS FOR, VEHICLE, IMPOUNDMENT CASES; CON- TAINING A REPEALER PROVISION AND A. SEVERABILITY CLAUSE; PROVIDING FOR AN EFFECTIVE DATE. ORDINANCE NO. AN ORDINANCE AMENDING SECTION 1 OF ORDINANCE NO. 11337, AS AMENDED, ADOPTED JANUARY 25. 1996, THE CAPITAL IMPROVEMENTS APPROPRIATIONS:ORDI- NANCE, THEREBY INCREASING APPROPRIATIONS PTO •EXISTING CAPITAL IMPROVEMENT PROJECT NO. 312010 ENTITLED: "POLICE`MOBIL DIGITAL TERMINAL REFINE- MENT",. IN THE AMOUNT OF $676,010; CONTAINING' 'A REPEALER PROVISION AND A SEVERABILITY CLAUSE. ORDINANCE NO.' - AN ORDINANCE ESTABLISHING A NEW .SPECIAL REVE-- NUE' FUND, ENTITLED: "STATE OF FLORIDA BROWNS - FIELDS .REDEVELOPMENT PROJECT GRANT" AND APPROPRIATING FUNDS FOR THE OPERATION OF SAID PROJECT IN THE TOTAL AMOUNT OF $500,000, CON- SISTING OF A $500,000 GRANT FROM THE STATE OF FLORIDA OFFICE OF TRADE, TOURISM AND ECONOMIC ' i -DEVELOPMENT; CONTAINING A REPEALER PROVISION } AND A SEVERABILITY CLAUSE. r._•� _______� __�._____� ��.. L� :�.. �..M.,.1 1... fi.e ..,,L.lin �f fi'IC