HomeMy WebLinkAboutM-96-0209CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO : Cesar Odio DATE ; March 18, 1996 FILE
City Manager
SUBJECT
Gusman Theater RFP
FROM : Clark Cook REFERENCES
Executive Director
Department of Off -Street Parking ENCLOSURES:
Please schedule a discussion item concerning the Gusman Theater RFP, a draft which is
attached hereto, for the City Commission meeting of March 26, 1996.
alz�L
cc: Honorable Mayor and Members
of the City Commission
96- 209 1
N._
So
lir■a■=�i\.�.tIC••M����,:
. 1Y1' ~._ ..., yam- •� �''r
;PI AIM191(. B RESEAft 4711
3150 POST ROAD - FAIRIFTFLp, CT 06430 - PXONZ: (383) 356-1616 - FAX: (203) 356.1311
EMAIL pMW®AH!j.MRS.00M?USERVE.00M. WWW.-HTTP//AMS-DNLSNE.COM/
TO: David L. Willis, Director of Administration and Enforcement,
Miami Parking System @ (305) 371-9451
COPIES TO: Michael Spring, Executive Director, Metro Dade County Cultural Affairs Council
Steven Wolff
FROM: Duncan M. Webb
DATE; February 21,1996 PAGES: 2
Here is a revised version of the Cusman RFP for your review and comment. A bard copy will
arrive at your office by courier tomorrow. Please note the following changes and outstanding
issues:
Section 3.2 - Will there be space available in the Olympia for lease by the Successful Proposer? tie
Section 3.10 - Reference is now made to the amount of funding likely to came to the Gagman o i c
from the PAC project.
Section 4.1 - The Proposer must now suggest how they will accommodate renovations to the or
theater, and how they might be involved in the planning of renovations.
Section 4.3 -Per your directions, the Proposer is now responsible for operating and booking o l c-
policies for the short and long term.
Section 5.1, Chapter 3 - Financial Plan: We have several options here.
Our Version 1 plan was based on the Proposer receiving a fixed annual fee, MPS paying a fixed
amount to support operations, the Proposer paying additional costs, and any profits split betweart
MPS and the Proposer.
Thu is a confidential facsimile trnrsm966ion Intended only for the use of the Individual or entity named above. tf you have ne Wsd
Ws massage in error. you are hereby notified that any dMerniniUon, distritrution or copy of this Communication is sbicdly
prohibited. tf an error has o=FM please notary the sender at (203) 256-1616. Thank You.
3
96- 209
0
Mr. David Willis µ~ Page 2
Miami Parking System
Fehr 4D' ?.� 6
With your changes, MPS pays an annual fee, the Proposer pays all costs, and any profits are split
between MPS and the Proposer.
We have the option of making the financial plan more tightly bounded by these parameters, or
more broadly defined according to:
minimum standards of operation
- what bills MPS might be prepared to pay
- a range of management fee acceptable to MPS (can you suggest a range?)
- the need for financial and operating ingenuity
Version 2 of the RFP takes this approach of broadly defined goals and a charge to develop a plan
which meets those goals.
We have also included comments on the need for Proposers to have access to financial records in
order to propose specific financial terns.
Appendix B: Insurance Requirements is attached. The limits are not complete and the text
should be updated.
I am in the office for the balance of the week. Please give me a call if you have any questions,
96- 209
k. -
REQUEST FOR PROPOSALS FOR
THE MANAGEMENT OF
THE GUSMAN THEATER
174 E. FLAGLER STREET
MIAM19 FLORIDA
Issued March 18, 1996
The Off -Street Parki_nL Board:
Michael Kosnitzky, Chairperson
Olivia Benson
Margarita Delgado
Arthur Hertz
Dr. Eduardo Padron
Clark Cook, Executive Director
Proposals Due Date & Place:
2:00 p.m., April 9, 1996
Miami Parking System
190 N.E. 3rd Street
Miami, FL 33132
(305) 373-6789
Attn: Clark Cook, Executive Director
Or,_ 209 s
R
March 18, 1996
Dear Proposer:
Thank you for your interest in providing the Department of Off -Street Parking of the City of
Miami (also known as "Miami Parking System") with professional management services for
Gusman Theater. Attached is the Request for Proposals which contains information regarding
Gusman Theater, Miami Parking System's objectives for Gusman Theater, the scope of services
to be provided, the required qualifications, the submission requirements and the selection
procedures to be used.
Please carefully review all the attached documents. It is important that your submittal comply
with all requirements in the Request for Proposals. All information and material submitted will
be carefully analyzed by Miami Parking System representatives and no additions or
modifications may be made to the proposals after the deadline for submissions.
All questions or requests for additional information should be addressed 4n- g solely to Art
Noriega, Director of Planning and Development, Miami Parking System, 190 Northeast Third
Street, Miami, Florida 33132 (305) 373-6789, ext. 249. Completed submissions must be
delivered to Miami Parking System, 190 Northeast Third Street, Miami, Florida 33132, by 2:00
p.m. on April 9, 1996.
Sincerely,
Clark Cook
Executive Director
Miami Parking System
2121196 2
6- 209
k,
TABLE OF CONTENTS
1. PUBLIC NOTICE..................................................................................................... 4
2. IMODUC770M.....................................................................................................
S
3. PROJECT DESCRLP77ON........................................................................................
6
4. SCOPE OF WORK..................................................................................................10
S. PROPOSAL REQUI1MHEM................................................................................12
6. GENERAL INFORMATION TO SERVICEPROVIDERS.........................................Is
7. SPECIAL CONDI770NS..........................................................................................19
8. SCHEDULE FOR SUBMISSION AND EVALUATION.............................................22
9. PROPOSAL EVAL UA770N CPJTEA 4....................................................................23
APPENDICES
A. City of Miami Code, Article 3, Sections 14-51
B. Insurance Requirements
C. Gusman Theater Technical Rider and Equipment List
D. Location Maps
E. Gusman Center Layout
F. Gusman Theater Rental Rates
G. City of Miami Ordinance No. 10538
EXHIBITS
A. Proposer Declaration
B. Reference Forms
C. Minority Participation
D. Proposed Financial 'Terms Form
E. Debarment and Suspension
F. Public Entity Crimes
G. Corporate social responsibility
2121196
90- 209
1. PUBLICNOTICE
The Department of Oki -Street Parking of the City of Miami ("Miami Parking System") is seeking proposals
("Proposals") for the management, operation and maintenance of Gusman Theater, located at 174 E. Flagler
Street, Miami, Florida.
Interested firms may obtain the Request for Proposals ("RFP") at Miami Parking System, 190 Northeast Third
Street, Miami, Florida 33132. Interested parties may request that the RFP be mailed by calling (305) 373-6789
ext. 249. The RFP, which will be issued March 18, 1996, contains detailed and specific information about the
scope of the services, submission requirements and selection procedures. A Pre -Proposal Submission Conference
will be held at 10 90 a.m. on March 26, 1996, at Gusman inside the main theater. All interested parties are
encouraged to attend.
Proposals must be delivered to the Miami Parking System, 190 Northeast Third Street, Miami, Florida 33132 no
later than 2:00 p.m. on April 9, 1996. Proposals submitted past such deadline and/or submitted to any other
location or office shall be deemed not responsive and rejected.
.13o&rcl C" t3o"J ")
Miami Parking System reserves the right to accept any Proposals deemed to be in the best interest of this Agency,
to waive any irregularities in any Proposal and/or to reject any and all Proposals and to re -advertise for new
Proposals.
2121196 4
96- 209
2. INTRODUCTION
The Gusman Center for the Performing Arts (the "Center") is owned by the City of Miami (the "City") and
managed by Main! Parking System ("MPS"). The Center contains both the Gusman Theater (the "Theater") and
the Olympia Building (the "Olympia"), and is listed in the National Register of Historic Places. The Theater
includes a 1710-seat auditorium, dressing rooms, backstage technical facilities, concession locations, ticket
booths, restrooms and lobby areas. The Olympia has been leased to a developer who is rehabilitating the facility
as a 79-unit residential project, due to open later this year. Location maps are provided in Appendix D.
The Board{=�ear�) is inviting interested parties ("Service Provider") to submit proposals
for the management of the Theater inclusive of labor, materials and equipment as needed (the "Service"). The
members of the Board are authorized to administer the facility, including but not limited to, providing for its
general management by the engagement of an independent contractor as is necessary for such, pursuant to Article
111, Sec. 14-51 of the City of Miami Code included as Appendix A.
A Selection Committee has been appointed by the Board to review and evaluate responses to the RFP, and to
recommend to the Board the most qualified Service Provider. All Proposals shall be submitted in accordance with
the RFP document. The RFP contains detailed and specific information regarding the Board's standards and
expectations for the Service to be provided.
ay-, March. z(�( t "ro , H* to: eo A-Pv-A
A Pre -Proposal Submission Conference will be held�at the Theater located at I74 E. Flagler Street, Miami,
Florida, inside the main theater. Interested parties will be given the opportunity to ask pertinent questions
concerning the Service intended and the submission of Proposals. A tour of the Theater will be conducted as an
integral part of the Conference. . Proposals must be delivered to MPS
located at 190 Northeast Third Street, Miami, Florida 33132 by 2:00 p.m. on April 9, 1996 and will be publicly
opened at that time.
The Board reserves the right to accept any Proposal deemed to be in the best interest of the City, to waive any
irregularities in any Proposal and/or to reject any and all Proposals and to re -advertise for new Proposals. In
making such determination, the consideration of the Board shall include, but not be limited to, the Service
Provider's financial proposal, the Service Provider's experience, the Service Provider's ability to obtain insurance,
the Professional reputation of the Service Provider, the minority participation outlined in the Proposal, the Service
Provider's extent of corporate social responsibility, and the evaluation by the Selection Committee of all
information submitted in support or explanation of the proposed Service Provider.
The Service Provider ultimately selected by the Board to provide the Service (the "Successful Proposer") will be
responsible for establishing a management organization staffed w7th expert and experienced personnel who will
manage, operate and maintain the Theater at the highest professional level of service while maximizing the use of
and the financial return from the Theater to MPS and the City. The detailed duties and responsibilities for the
Service are outlined in the following Project Description.
2121196 5
90- 209 9
3. PROJECT DESCRIPTION
3.1 1he Center
The Center is owned by the City and managed by NIPS. The Center contains both the Theater and the Olympia.
The Center was designed by John Eberson and built in 1926. The Center is listed on the National Register of
Historic Places and is located at 174 E. Flagler Street, the Center is at the heart of Downtown Miami's commercial
and retail core. Appendix E depicts the Center's layout.
3.2 The Olympia
The Olympia is a 10-story component of the Center. Originally constructed as an office building, a developer
entered into a lease for the building in 1994 and began rehabilitation of the facility as a 79-unit residential project
in June 1995. The Olympia is currently under renovation. The leasing office is now open, and tenants will gain
access as early as March 1996.
The Olympia and the Theater, while architecturally linked, have separate entrances and function independently
with the following exception:
• The Olympia's elevators provide access to some of the Theater's dressing rooms.
3.3 The Theater
The Theater was built in 1926 and was designed by noted theater architect John Eberson. Its interior finishes are
of Italian Renaissance and/or Rococo design with highly ornate and artistic mortar and plaster work. The .
auditorium is one of Eberson's "atmospheric theaters" with illuminated "clouds" that move across the ceiling and
"stars" that "twinkle" in this "sky"
The Theater contains a 1710-seat sloped auditorium with main -floor and balcony seating (19,274 sq. ft. and 6,790
sq. ft., respectively). The Theater is used to present a variety of activities including film., dance, symphony, stage
productions, children's events, graduations and other such events. The Theater also contains dressing rooms,
backstage technical facilities, concession locations, ticket booths, restmoms and lobby areas.
The Theater's main entrance is on Flagler Street in Downtown Miami, where it is complemented by its marquee
and a detached historic replica ticket booth. A second entrance is on SE 2nd Avenue. The public lobby areas
surround the north and east sides of the auditorium on two levels. Concession locations, managed under contract
by a private operator, are on each floor, as are restrooms. There are no elevators inside the Theater.
2121196
10 96- 209
k—
Access to the Theater for load -in purposes is provided from an alley extending from SE 2nd Ave. to the south of
the backstage area. Dressing rooms are located on both stage right and left, on several levels. A basement is
located below the stage area which houses an electrical vault and storage facilities. The stage apron raises/lowers
in two sections by means of screw pit jacks.
The auditorium contains a Wurlitzer 15 rank pipe organ with twelve 32-foot diaphones house left, to the ceiling,
along with a two -section elevating orchestra pit/stage.
The Theater has a full complement of theatrical, concert and motion picture equipment including special electrical
and sound systems. The Theater is renowned for its superb acoustics. An equipment list is included as Appendix
C. Detailed information regarding stage size and other operational issues are also included as Appendix C.
All equipment and tools are either City -owned or, in the case of certain projection equipment, the property of the
Miami Film Society, Inc. The Successful Proposer shall be responsible for all theater equipment and tools,
including damage or loss, excepting normal wear and tear.
In addition other equipment and property owned by the City includes a commercial ice machine, two service bars
and all pertinent equipment and miscellaneous tables, chairs and desks.
The Theater has current contractual agreements as follows (each agreement is available for review in the offices
of NIPS during normal business hours):
a) Ticketmaster-Florida - The Theater is an official Ticketmaster outlet and Theater events are sold throughout the
Ticketmaster system. The agreement is presently on a month -to -month basis.
b) Special Events Catering, Inc. - This fum provides concession and catering services to the Theater. The
agreement is presently on a month -to -month basis.
c) Miami Stage Employees Union, I.A.T.S.E. Local 545 - The Union provides technical and backstage employees
to users of the Theater. The agreement expires May 31, 1996.
d) Central Parking System - This firm provides valet parking services for theater events. The agreement is
presently on a month -to -month basis.
Other contracts currently in force include air conditioning routine maintenance, pest control, backup generator
inspection and waste disposal.
3.4 Renovatine the Theater
The Theater has been the site of regular renovation projects over the past five years totaling over $3.lmillion.
These projects include new HVAC, plaster and paint repairs, electrical renovation, stage lighting and sound
system improvements, pit jack rebuilding, new dressing rooms, public restroom renovation, and more.
MPS has and will manage all restoration efforts, including the securing of finding. A minimum of two summer
months per season will be required over the next five year period, meaning no part of the theater will be available
for use for any other purpose during the closed period. The length of closing is determined by the project(s)
planned (such as reseating the house) and by available funding.
2121196 7
96-- 209 11
V,
12
Grant funds have been awarded toward the replacement of the Flagler marquee. Other immediate needs include
exterior doors, wiring and fixture replacement in public areas, replacement of service counters and continuing
plaster and paintwork. Re -seating the auditorium will also be undertaken as soon as ftmds can be raised for that
purpose.
Capital and operating (programming) grants made to MPS, managed by the Theater staff, are not available to a
for -profit operator. Any future funds that are obtained by MPS or the Friends of Gusman, for either purpose are
unlikely to affect an operator beyond the summer downtime for restoration.
3.5 Local Arts Group Access to the Theater
A number of Miami arts organizations and events use the Theater approximately 75 user days per season. Some
time frames and specific dates have been set aside for base tenants in 1996-97, including the Florida
Philharmonic, the Miami Film Festival, New World Symphony, the Golddiggers and the Coral Gables Women's
Club. Other events, such as school graduationsare annual bookings. The Theater's current rate schedule is
attached as Appendix F. The Friends Of Gusman Center Inc. ("F.O.G.") holds a special agreement for theatre
rental at reduced rates (attached as Appendix K. C
It is required that these and other local organizations have continuing access to the facilities. It shall be
incumbent upon the Proposer to suggest how (and by what procedures) this access will be maintained.
3.6 The Gusman Box
The "Gusman Box", consisting of 14 chairs located in the right Mezzanine, traditionally has not appeared on the
theater seating manifest. The Gusman Box shall remain off the manifest, and seating there for any and all
performances shall be under the control of the MPS staff liaison (see Section 4.3), for the purpose of providing
special seating requirements. The Successful Proposer may seek access to the Gusman Box, but not as for -sale
seating.
3.7 F.O.G.
The F.O.G. organization is a private non-profit enterprise dedicated to the preservation of the Theater and its
continuingoperation. The F.O.G. has a Board of Trustees working to raise moneys to support operations for the
Theatert a group has recently enteted into an agreement with a local producer to establish an annual Latin Jazz
Festiva (see 3.5).
3.8 Neighborhood Improvements
The neighborhood around the Center is being redeveloped by the City and private interests. Projects include:
• The Olympia Project will place 79 apartments contiguous with the Theater in the Spring of 1996.
• The Flagler Corridor project, headed by the Downtown Development Authority.
• The Second Avenue signage and awning improvement program.
• The Reebok Park apartment/shopping complex on NE 2nd Street.
• The DuPont Plaza Hotel renovation.
2121196 g
Os- 209
k,
• The Alfred I. DuPont building renovation.
3.9 Previous Request for Proposals
This is the second RFP issued for operators of the Theater. The iif+ RR-wes isqued ;R y 3 , ^^�s
. Submissions were received and evaluated by MPS. The Board determined that it was in
the best interest of the City to reject all proposals andtre advertise.
3.10 The Metro Dade Performing Arts Center
A major new performing arts center in downtown Miami is currently in the planning stages. The project includes
a 2,200-seat concert hall and a 2,480-seat opera house, a studio theater and ancillary facilities. Schematic design
starts in March 1996. The center is scheduled to open in 2002.
Two of the Theater's current tenants, the Florida Philharmonic and the New World Symphony, will move to the
new center when it opens. Also relevant to the Theater is the plan to •up to $4 million from the PAC
funding package to the Theate:�to fund faaevaUcn&and improvements. ravd�
re s�or,-Fo n
The Successful Proposer will be expected to establish and maintain a strong working relationship with the
Performing Arts Center Trust (PACT), which will oversee the planning and operation of the,,center,
I)C.,...)
2121196
96- 209 13
k,.-
14
4. SCOPE OF WORK
4.1 Operating Obiectives
The primary objective is to establish a management organization staffed with expert and experienced personnel �aviders
who wilt manage, operate and maintain the Theater at the highest professional level of service. The 44sposer i<hus�
submit an organization and management plan to fully address the requirements of MPS and to be in the best
interest of the citizens of the City.
Another important obj ective is to operate the Theater in an efficient manner so as to minimize the annual cost of
operation while maintaining a professional level of service.
A third objective is to operate the Theater to maximize the use of the faciiities, and thus stimulate economic
activity in the area.
Sc rocs Pro ✓JQ-/5
,%oposminust address how they will accommodate local arts organizations in the Theater, including rental and
other fees, procedures for scheduling, and all other matters relevant to community access.
Service Prot) ide/S
PFepos must state how they will accommodate planned renovations to the theater, including the potential
disruption of activity in the theater on an annual basis. h, addi6orr, Proposes shottid suggest hew4hoy 4411
Se rice Prro✓Adeis
— vpGsers must also describe how they will work to support the efforts of the F.O.G. organization and their efforts
to preserve the theater and upgrade its components.
4.2 Rem&ed Services
The Successful Proposer shall have responsibility for management, operation and maintenance of the Theater,
which shall include but not be limited to the performance of the following, subject to controls and restrictions as
stated elsewhere in this RFP and the Contract:
4.2.1 Temporary rental of assembly spaces within the Theater,
4.2.2 Advertising and marketing;
4.2.3 Supervision of relations with news and entertainment media of all types, including negotiations and
agreements pertaining thereto;
4.2.4 Theater operations, including, but not limited to, staffing, purchasing, payroll, security program and the
like;
2121196 10
96-- 209
kt
4.2.5 Event management, including, but not limited to, crowd control, security, admission procedures,
supervision of box office, and servicing of users;
4.2.6 Maintenance of the Theater and equipment contained therein through continued routine repairs,
janitorial services, upgrading facilities, maintaining fire prevention and energy conservation programs,
and the like;
4.2.7 Responsibility for the administration of all agreements for use of the facilities, including but not limited
to the collection of all sums due from users and the general public for the rental and use of the
facilities.
4.3 On¢oing MPS role
A staff liaison will be employed by NIPS to oversee all fimctions and conditions of the Theater's physical plant
and its operation.
The Successful Proposer shall report on a regular basis, in a manner acceptable to both parties, regarding
establishment of or modifications to Theater operating policies including but not limited to:
• Rental and other fee schedules
• Booldng policies (long and short term)
• Fiscal and budgetary status
• Maintenance schedule
• Security and fire protection oI .jt`e ►a �, r� a►., Sxte�
MPS will retain the responsibility for capital improvements to the Theater which include grant seeking and
adm;n;s=tion, fundraising, major equipment purchases, furnishings and carpeting. All minor repairs,
maintenance and equipment servicing shall be the responsibility of the Successful Proposer. All furnishings d
equipment in the Theater are available for use by the Successful Proposer, with title retained by the Theat . The
Successful Proposer shall maintain the furnishings and equipment in good working order and shall be liable for
damages to items in excess of normal wear. The Successful Proposer shall also be responsible to MPS for
furnishings and equipment which are lost or stolen. The Successful Proposer shall annually advise MPS as to the
maintenance and replacement budget for equipment.
2121196 11
90-- 209
15
k,
16
i
5.1 Service Provider Qualifications
Proposals will be considered only from Service Providers that are regularly engaged in the business of providing
the Service and who can produce evidence that they have established a satisfactory record of performance for a
reasonable period of time and that they have sufficient financial support, equipment and organization to ensure
that they can satisfactorily execute the Services if awarded the Contract.
5.1.1 Proposals should be submitted in the following format. Each chapter should be titled as below and
separated by tabs.
Chapter 1 Professional and OualMine Information
The following information is required to qualify the Service Provider:
• Identity of Service Provider, including Service Provider's organizational structure and names and
addresses or principals utilized in connection the Service provision.
• Evidence of Service Pro,-ridet's staffing and capabilities to undertake the Service proposed. Such
evidence shall be in a form which is verifiable by MPS.
• Evidence of all licensing and insurance required to perform the Service including letters or
certificates indicating Service Provider's current level of ability to obtain required insurance. Include
evidence of the cost of current liability insurance. Service Provider shall also indicate the address of
their principal place of business. Insurance requirements are listed in Appendix B.
• List of four firths which are currently being serviced by the Service Provider (Client Reference).
List three firms or individuals with whom the Service Provider has conducted business transactions
dining the past three (3) years (Trade Reference). At least one Trade Reference must be a financial
institution (Complete Exhibit B).
• Evidence of corporate social responsibility. Include a complete presentation of service to the
community during the past two (2) years. This may include contributions of cash, property and/or
in -kind services to civic/educational/social organizations, etc. ibis information may be used by the
Board during their final determinations to select the Successful Proposer (Exhibit G).
2121196
12
00- 209
k--
• The Proposal must include financial statements and/or documents which evidence the Service
Provider's fiscal responsibility in the last three years including those of current or previously
managed theaters. MPS reserves the right to request additional financial information from the
Proposer, as it deems appropriate.
Chapter 2 Operating Plan
Service Providers must clearly describe the method to be used to achieve the objectives in Section 4.1.
Emphasis should be placed on the following:
(a) The proposed management organization;
(b) Comprehensive plan for.
1. Event Services, including front of house, box office, and technical support
2. Booldng Procedures
3. Access for Community Groups
4. Support for and Collaboration with the F.O.G.
5. Support for PACT
6. Maintenance and Operations
7. Accounting and Financial Control
8. Procurement Activity
9. Security
10. Janitorial Services
Chapter 3 Financial Plan
It is the goal of MPS that the Successful Proposer be compensated fairly for erati,�q n of the Theater and
motivated to achieve the operating objectives outlined above. r"�c�re t�ereiore obligated to
develop a specific financial plan for the theater based on the following parameters:
P r'0,Po5-�, 15
• MPS will entertain alternative financial posers for the operation of the Theater so long as
minimum standards of care are met and the long term viability of the Theater is preserved.
The ��
• -N tis pr ared to pay a fixed annual amount in support of Theater operations.
'-lt►c 4:51'�y
• The Successful Proposer should be prepared to pay operating costs beyond those paid by WS, and to
share profits earned on the operation of the Theater.
• Ingenuity and creativity are encouraged in the development of a financial plan.
• Periodic reporting of financial results to MPS is required.
SeN!GC {fibdijetS
To assist with the development of a financial plan, MPS will offer44epeam-3-te opportunity to view
historical financial records of the Theater. Such records will be available for inspection at MPS offices
up until the due date for proposals.
5.1.2 The following information must be appended to the proposal, in the prescribed manner.
A Declaration - Complete Exhibit A
2121196 13
6 - 299 17
k,
B. Letter of Interest - Submit a letter addressed to Clark Cook, Executive Director, MPS, expressing the
Proposas interest to provide the Service. The letter should include a brief summary of the Service
Provider's understanding of the Service. The letter should also authorize MPS to solicit and obtain
information and verification from any source named in or in connection with the Proposal. The letter
must be signed by officers of the company authorized to make these representations.
C. References - Complete Exhibit B
D. Minority Participation - Complete Exhibit C
E. Financial Terms - Complete Exhibit D
F. Debarment and Suspension - Complete Exhibit E
G. Public Entity Crimes - Complete Exhibit F
H. Corporate Responsibility - Complete Exhibit G
5.2 Submission Reuuirements
5.2.1 Proposals, including any "proprietary materials" (ref. 6.2), shall be sealed and marked
"Management Proposal - Gusman Theater" and shall be in the office of MPS, 190 N.E. 3rd Street,
Miami, FL 33132 by' 2:00 p.m. on April 9, 1996.
5.2.2 One original and -F copies of this Proposal must be submitted.
5.2.3 A complete proposal shall include all of the above -mentioned requirements or may be deemed non-
esponsive and rejected.
2121196 14
18
6-- 209
6. GENERAL INFORMATION
TO SERVICE PROVIDERS
6.1 Taxes
Do not include State or Federal Taxes not applicable to municipalities.
6.2 ProvrietaryInformation
Responses to this RFP are a public record after the opening of sealed Proposals. Any technical portions of the
Proposals which the Proposer believes to be proprietary trade secrets, as well as any technical information which
may be used by unauthorized persons to thwart security, intercept transmitted data or gain access to city, state or
federal data bases is protected. Such portions must be submitted under a separate cover and clearly stamped or
marked in bold letters "PROPRIETARY" or "EXEMPT MATERIAL" on each page. All materials submitted in
response to this RFP become the property of MPS and will not be returned.
6.3 Evaluation
MPS reserves the right to evaluate each Proposal on both its technical and financial merits. MPS may reject the
"best financial proposal" in favor of a Proposal which is judged to be more complete, in compliance with the
specifications and which is deemed to be technically and financially practical or more feasible and in the overall
best interests of MPS and the City. 'An award will be made not on the basis of price alone, but to the Service
Provider whose Proposal contains the most advantageous combination of qualifications, price, quality and services
described.
6.4 Qualifications
The Board reserves the right to require a Service Provider to submit such evidence of its qualifications as it may
deem necessary and may consider any evidence available to it of the financial, technical and other qualifications
and abilities of a Service Provider, including past performance (experience) with other governmental agencies, in
making the award in the best interests of MPS and the City.
6.5 Deadline
Proposals conforming to submission requirements shall be opened publicly and read aloud. Proposals received by
MPS after the date and time specified will not be accepted or opened.
2121196 15
96- 209 19
k_—.
20
6.6 Acceptance of Proposals
The Board reserves the right to wane any irregularities and technicalities. The Board reserves the right to accept
or reject any or all Proposals and to accept that Proposal which best serves the interest of and/or is most
advantageous to MPS and the City.
6.7 Performance Bond
MPS shall require the Successful Proposer to furnish an acceptable performance bond as a condition of contract
execution..
6.8 Contract
MPS shall negotiate with the Successful Proposer the terms of a contract ("Contract") for the provision of the
Services. No right. whatsoever shall inure in the Successful Proposer by virtue of its selection by the &election jQot i�
GemwAuft until such time as the Contract is executed.
6.9 Examination of Senice Location
Each Service Provider is encouraged, ' , to inspect the Service location and to
acquaint itself with the needs and requirements of the Service. A pre-bmi�sion conference will be held at the
Theater one~' M6 at 10:00 a.m. a Service Providerued-te carefully examine the
Ott to inform itself thoroughly regarding any and all conditions and/or requirements that may in
any manner affect the Service. No allowances vdU be made because of lack of knowledge of these conditions.
This will be the only official site inspection allowed in conjunction with this RFP.
6.10 Determination of Award
Any information which is incomplete, conditional, obscure or which contains any irregularities of any kind, may
be cause for rejection of the Proposal. Minor exceptions to the specifications may be considered by MPS so long
as they are fully explained.
During the evaluation of Proposals, the following factors, among others deemed to be in the best interest of MPS
and the City, will be considered:
1. Financial terms of Proposal.
2. Service Provider's experience, professional reputation, and past performance
3. Extent of minority participation
4. Extent of corporate social responsibility.
S. Extent of presence in Dade County.
Further information regarding these Evaluation Criteria may be found in Chapter 9.
6.11 Minority Procurement Program
Minority/women participation is strongly encouraged, pursuant to the City of Miami's Minority Procurement
Program, Ordinance No. 10538.Ordinance No. 10538 entitled the Minority and Women Business Affairs and
2121196 16
95-- 299
k,
Procurement Ordinance of the City of Miami, Florida sets forth "...a goal of awarding at least 51 percent of the
City's total annual dollar volume of all expenditures for all goods and services, to Black, Hispanic and Women
minority business enterprises on an equal basis." A minority business enterprise is defined as a business firm "...in
which at least 51 percent of said enterprise is owned by Blacks, Hispanics or Women and whose management and
daily business operations are controlled by one or more Blacks, Hispanics or Women."
Possible ways to include minority/women-owned business participation would involve:
1, joint venture with minority firm(s).
2. utilizing minority/women-owned firms) as subcontractor(s).
3. utilizing minority/women-owned firms) to supply goods and/or services.
4. successful implementation of a well-defined affirmative action program.
5. other forms of minority participation, if properly documented.
Included in this RFP as Appendix G is a copy of Ordinance No. 10538. Additionally, a special Information Sheet
has been provided as Exhibit C to assist Service Providers in presenting information concerning minority
participation.
ALL SERVICE PROVIDERS ARE URGED TO SUBMIT PROPOSALS FOR ANY GOODS OR SERVICES
THAT THEY ARE ABLE TO SUPPLY, REGARDLESS OF MINORITY CLASSIFICATION. However,
compliance with all requests for information regarding Minority Status or Participation is required. Service
Provider cooperation is greatly needed to aid the City in achieving its goals.
6.12 Comorations/Partnerships/Joint Ventures
Service Providers which are corporations or limited partnerships must be registered with the State of Florida at the
time of submission and copies of Certificates of Incorporation or Limited Partnership from the Secretary of State
of the State of Florida must accompany the Proposal. Proposals from Joint Venture Service Providers must
include executed copies of the Joint Venture agreement which must minimally establish the identity of the
participants in the Joint Venture, areas of professional responsibility for the Service, the basis on which fees and
profits will be distributed, the primary location of work and the anticipated duration of the agreement.
No additions or modifications may be made to the Proposals subsequent to the submission deadline. Service
Providers must notify MPS in writing immediately of any firm or individual presented in their original Proposal
who is unavailable to continue on the Service Provider's Proposal team Any such change may result in the
removal of the entire Proposal team from consideration. New and/or current persormel who are not identified in
the Proposal may not be introduced as part of the proposed submission team subsequent to the Proposal deadline.
6.13 Inouiries
Questions regarding this Proposal should be directed in4wWmg only to Art Noriega, Director of Planning and
Development, Miami Parking System,190 N.E. 3 Street, Miami, Florida 33132. OoS) v g e,,rt ?A')
i
I NO CHANGES TO THIS RFP SHALL BE VALID UNLESS PREPARED BY AND IN AUTHORIZED
WRITTEN ADDENDUM FORM AND SENT TO ALL SERVICE PROVIDERS PREVIOUSLY FURNISHED
AN RFP.
2121196
17
6-- 209 2�
it
22
6.14 Debarment and Suspension
Service Provider's attention is directed to Section 18-56.4 of the City Code attached as Exhibit E including the
certification which must be executed and returned with a Proposals submission.
6.15 Variance
.wee. S.Cra«c Prov•ders
In4WProposal, Prepeaeis must indicate any variances to the specifications, terms and conditions as contained in
this RFP, no matter how slight. If variations are not stated in the Proposal, it shall be construed that the Proposal
fully complies with the specifications, terms and conditions stated herein.
6.16 Local Vendor Participation
In order to stimulate the local economy and to provide local employment and job opportunities, NIPS has
established a local preference for the Service. Therefore, a preference of up to five (5) points shall be given to a
14mousiness. Vo4usiness A-.r A — 4hs ^'may -" fient' zedc 1 Q-;-_'?(), is an establishment whose
primary office is located in Dade County, Florida. All RFepesers located within Dade County must provide a copy
of their occupational license with their Proposal. Se rAc� -_ PrcJ Ld.e IS
6.17 Conflict of Interest
The Successful Proposer shall be aware of the conflict of interest laws of the City, Dade County, Florida and the
Florida Statutes, and agrees that it mill fully comply in all respects with the terms of said laws. Any such interests
on the part of the Successful Proposer or its employees must be disclosed in writing to the City.
The Successful Proposer, in the performance of a contract for the Service, shall be subject to the more restrictive
law and/or guidelines regarding conflict of interest promulgated by federal, state or local government.
Provisions of State Statutes and City Ordinances require that all Service Providers must disclose with their
Proposal the name of any officer, director, or agent who is also an employee of the City or MPS. Further, all
Service Providers must disclose the name of any City or NIPS employee who owns, directly or indirectly, an
interest of five (5) percent of more in the Service Provider's firm or any of its branches.
6.18 Public Entity Crimes
Service Provider's attention is directed to Section 287.133 (3)(a), Florida Statutes on Public Entity Crimes
included as Exhibit F. The form must be executed and returned with the Proposal submission.
2121196 18
96- 209
7. SPECIAL CONDITIONS
7.1 Term of Contract
The Contract shall be effective for a period of three (3) years, commencing on October 1,1996, with three (3)
additional one-year renewal options.
7.2 Conditions for Renewal
Any such renewal shall be subject to the terms and conditions of this RFP and contingent upon satisfactory
performance by the Successful Proposer, which shall be determined by the MPS in its sole discretion.
In the event the Successful Proposer does not desire to be considered for any subsequent one year renewal
period(s), advance written notice and explanation must be submitted to the Executive Director of MPS no later
than one hundred twenty (120) days prior to the annual expiration date of the Contract. Should the Successful
Proposer violate this notification requirement it will be liable for any liquidated damages incurred by MPS in
efforts to continue Theater operations.
7.3 Hold Harmless
The Successful Proposer shall, as an inherent part of the Contract, indemnify and hold harmless MPS and the City
against any and all claims, suits, action, damages or causes of action arising during the term of the Contract for
any personal injury, loss of life, or damage to property sustained in or on the premises by reason of or as a result
of Successful Proposer's use, activities and operations thereon; from and against any orders, judgments, or decrees
which may be entered thereon; and from and against all costs, attorney's fees, expenses, and costs of investigation
thereof.
7.4 Termination/Cancellation
It is the right of MPS to terminate and cancel the Contract, including elimination of the individual (s) and/or
business enterprise(s) from consideration and participation in future MPS contracts, on the basis of having
submitted any deliberate and willful, false or misleading information in the Proposal, including but not limited to
his, her or its status as a Black, Hispanic and/or Women -owned business enterprise. The Board and the City shall
have no liability with regard to its exercise of such right and the Successful Proposer shall bear all of its own costs
with respect thereto.
7.5 Assignment of Contract
The Successful Proposer shall not assign, transfer, convey, sublet or otherwise dispose of the Contract, or of any
or all of its right, title or interest herein, or its power to execute such Contract to any person, company or
corporation without prior written consent of MPS which consent may be unreasonably withheld.
2121196 19
90- 209 23
k�-
24
7.6 Emalovees' Requirements
All persons employed by the Successful Proposer shall be considered to be at all times the employees of the
Successful Proposer and not the employees of MPS.
The Successful Proposer shall supply competent employees, and MPS may require the Successful Proposer to
remove an employee MPS deems careless, insubordinate, or otherwise objectionable and whose continued
assignment is not in the best interest of MPS. At the sole discretion of MPS, employees and/or agents of the
Successful Proposer shall be subjected to a background check performed by the City of Miami Police Department
prior to assignment to the Service Location.
7.7 Default and Termination
In the event that:
rZFP
• The Successful Propos�ehallo fail to keep, Perform and observe each and ev/mmise, covenant and
agreement set forth in ntract, including the standards set forth in the and such failure
shall continue for a period of more than seven (7) days after delivery to the Successful Provider of a written
notice of such breach or default; or
• The Successful Proposer's overall performance is less than acceptable; or
• The Successful Proposer's occupational business license shall terminate for any reason; or
• The Successful Proposer shall become insolvent, or shall take the benefit of any present or future insolvency
statute, or shall make a general assignment for the benefit of the creditors, or file a voluntary petition in
bankruptcy or a petition or answer seeking an arrangement for its reorganization, or the readjustment of its
indebtedness under the federal bankruptcy laws, or under any other law or statute of the United States or any
state thereof, or shall consent to the appointment of a receiver, trustee or have a liquidator of all or
substantially all of its property, or shall have a petition under any present or future insolvency laws or statute,
filed against it, which petition is not dismissed within thirty (30) days after the filing thereof; or
-Kke
• Any assignment by the Successful Proposer of 44s-Contract or any of the Successful Proposer's rights and
obligations thereunder,
4k-e (211d'148'f
Then, in its discretion, MPS shall have the right to terminate th"gFeet for default, which termination shall
be effective twenty-four (24) hours after written notice of such termination is given to the Successful Proposer.
MPS may, at its option, delay the effective date of termination for default until the first day of the month
following the date on which written notice of such termination is given to the Successful Proposer. �g6n�S�1
specify the termination date in its written notice of termination. In the event that MPS terminates si 'ract for
default, the Successful Proposer shall be compensated by MPS for costs it incurred to the date of termination, but
shall not be compensated for any profits earned or claimed after the receipt of MPS's notice of termination by
default.
Notwithstanding anything else herein contained, MPS may terminate this- omract in whole or in part at any time
for its convenience by giving the Successful Proposer thirty (30) days written notice.
2121196 20
- 209
k_-
7.8 Protection of Pron=
The Successful Proposer shall at al] times guard against damage to or loss of property of the City and the Miami
Film Society Inc., and shall replace or repair any loss or damage unless such be caused by MPS, or the City. MPS
may withhold payment or make such deductions as it might deem necessary to insure reimbursement for loss or
damage to property through negligence of the Successful Proposer or his/her/its agent.
7.9 Exnenditures
The Service Provider understands that any expenditures that it makes, or prepares to make, in order to perform the
Services required by MPS, is a business risk which Service Provider must assume. MPS will not be obligated to
reimburse amortized or unamord ed expenditures, or to maintain the approved status of any Service Provider. If
Service Provider has been unable to recoup its expenditures during the time it is rendering such services, it shall
not have any claim upon MPS.
2121196 21
i
96- 209 25
8. SCHEDULE FOR
SUBMISSIONAND
EVALUATION
Request for Proposals Issued March 18, 1996
i
i
i
Pre -Submission Conference March 26, 1996, 10 a.m.
Proposals Due cr'-. cat' 'e April 9, 1996. 2 p.m.
Selection Committee Proposal Evaluation April 9 - April 16, 1996
Selection Committee Recommendation to Board April 24, 1996
Contract Execution May, 1996
I
Initiation of Service October 1, 1996
2121196 22
26
06- 209
The following evaluation criteria shall be used by the Selection Committee as the basis for forming its
recommendation of a Successful Proposer to the Board:
Maximum
Points
1. Financial terms of Proposal, including presentation of a clear proposed fiscal plan.
The Proposals which provide maximum gain'to MPS will most clearly meet this criteria 40
2. Operating plans for the theater, specifically addressing objectives noted in Section 4.1 20
3. Experience and past performance of Service Provider, including demonstrated
capability to manage an operation of similar type and complexity 20
4. Extent of minority participation 10
5. Extent of corporate social responsibility 5
6. Extent of presence in Dade County S
Total Points Available 100
2121196 23
��'� 209
27
k--
ftrrc,&II&+. 4% so
AimcLE nL GusmAN BALL
Sea 14.51. Admiaistratfon.
The members of the off - frost Parking
board of the city, or their successors, am
hereby authorisod to admiaistar the tacD ty
known as Gunman Hall and loostod.at 174
Bast Fuels? Street, Miami, Florida, on the
property bgauy described as folloaas:
Lot 1, Lot 2 (less the west 2 inrbes of the
aorib 65 feet), the south 65 feet of Lot S.
and the north 45 feet of Lots 14,19 and 20.
Block 121 North, city of Miami, according
to the plat thereof, as recorded in Plat Sock
B. at page 41, of the public reoardt of Dade
County, Florida.
Administration of said facility shall fan wk,
but not be limited to, the following:
(1) Provide for the pairs] u-3a errant,
maintenance and upkeep of the building,
including the aagagement of such psrson-
oil or independent contraetora as are
oecwary for such.
(2) Negotiate and enter into agreemeats or
laaset for the use of the suditorium and
other available space an the building as
the property.
(3) Provide for appropriate means of aocoun-
ting and bookkeeping so that the finan-
cial affairs of the facility are adequately
administered and accounted for.
(4) Provide leaderahip and guidsaoe w that
the facility may be financially bound in
its operation as well as being a cultural
and artistic success, and a noteworthy
monument reflecting credit upon the city,
and on outstanding attraction to &be
downtown area.
45) Fstabliab a maintenance fund for the
upkeep of the building and establish sueb
reserve funds from the income of the
facility as are deemed by the members of
the off-atrset parking board to be asaw-
aary for the in -cow ul operation of the
4eility.
(6) Mat periodic rsporta to the city eamote-
sion whfcb shall reflect the anaww
osadition of the operation of the facility.
(Ord. Na "35, j 1, 7-31.76)
See. 14.6A Adrisory stommittee.
The off-stswt parking board is avtboeised
to appoint an advisory numftwo with
Maurice Gutman as honorary ehafrmaa,
aoasisting of five (6) dedicated, civic iadividu.
ab represaatative of ttbe community. Such
eommittet shall advise the off-street parking
board at matters of policy coaoaraing the
operation of the auditorium. (Ord. Na U3b, j
2, 7.31-76)
Seca. 1443--34.67. Roomed.
28 A-1
90- 209
k.—
W
A. General
1. No Service Provider will be permitted to begin the Service unless it has obtained insurance coverage
as specified below. Service Providers should review these requirements carefully as no modification of
the requirements will be made after conclusion of the RFP process.
2. All required insurance shall be written on an occurrence basis unless otherwise specified.
3. If the Service Provider is required to name Miami Parking System as an Additional Insured on its
policies, it is the intent of Miami Parking System that the required coverage shall be primary in the event
of any loss arising out of perils or hazards covered by those policies.
4. All insurance policies required must be written by a company or companies rated at least "A" as to
management and at least "Class V as to financial strength in the latest edition of the Best's Guide,
published by Alfred M. Best Co., Inc., Oldwick, N.J. 08858-9988.
5. The Successful Proposer will be expected to furnish Certificate of Insurance to Miami Parking clearly
indicating conformance with requirements. Certificates should be forwarded to:
Miami Parking System
190 Northeast Third Street
Miami, Florida 33132
Attention: Al Manduca
NOTE: DO NOT PURCHASE THE INSURANCE UNTIL SUCH TIME AS A CONTRACT IS
EXECUTED.
6. Any questions pertaining to insurance requirements should be directed to Al Manduca, Chief
Financial Officer at the above address, or telephone (305) 373-6789, ext. 232.
B. Coverage^uired
1. LIABILITY: The Successful Proposer shall obtain and maintain in force for the length of the
Contract Comprehensive General Liability Insurance Coverage or its equivalent with at least a combined
single limit of $1,000,000 per occurrence for bodily injury and property damage liability. The policy
9e- 209 29
k,..
shall be endorsed to include personal liability coverage. The Successful Proposer shall also obtain and
maintain in force for the length of the agreement a $10,000,000 Excess Umbrella type policy taking
effect on top of the base $1,000,000 required above.
2. COVERAGE: The following extensions of liability coverage shall be included in the required policy
or policies:
Coverage Limits
Products and Completed Operations $1,000,000 CSL
Broad Form Property Damage $1,000,000 CSL
Contractual Liability CSL
Automobile Liability coverage will also be required with a Combined Single Limit of $1,000,000, if
vehicles are used in conjunction with the Service.
3. WORKER'S COMPENSATION: The Successful Proposer shall obtain and maintain in force during
the life of the Contract Worker's Compensation insurance as required by Chapter 440, Florida Statutes.
4. CANCELLATION OR MODIFICATION: The policy or policies of insurance required shall be
written in a manner such that the policy or policies may not be canceled or materially changed without
60 days advance written notice to the Miami Parking System. Written notice shall be sent to Al
Manduca, Chief Financial Officer, at the above address.
5. ADDITIONAL INSURED ENDORSEMENT: All insurance policies shall be endorsed to name
Parking System and the City of Miami as an insured. The additional insured endorsement may be
qualified to restrict the rights of Miami Parking System and the City of Miami as an insured to those
hazards within the scope of the contract.
,eGAr c., pro ee,,t fAS J i'cvKce
4111
90— 209
• OUSMAN CENTER. FOR THE PER'ORMA U AKa D
�;74 East Flagler Street
Miami, Florida 33131
PERSONNEL: r[
Paul Thompson, Acting General Mgr.. (305) 374-2444
Jeannie P.Zuniga, Theater Manager (305) 374-2444
Business Office fax (305) 374-0303
Martin Noguera, Box Office (305) 372-0925
Jerry Kinsey, Technical Director (305) 374-9561
Backstage Fax f (305) 579-2024
Chris Julson, Audio Engineer (305) 374-9561
Dan Palmer, Master Electrician (305) 374-9561
+ Tim Sprinkle, Projectionest (305) 757-3430
!I IATSE LOCAL 545 Business Agent (305) 895-0025
Ticketmaster (305) 358-5885 or (407) 639-3900
( CAPACITY:
I! Built in 1925; last remodeled in 1972;
Seating 1,711: Orchestra: 842; Mezzanine: 275;
First Balcony: 417 Second Balcony: 277.
TECHNICAL:
Proscenium: 4114" w x 29' h. Stage depth: 281.
Pits: 2 with screwjacks, outer: 9' 7 1/2",
inner: 11' 7 3/4"
'DOTE CANNOT LIGHT OUTER PIT AREA AT THIS TIME.
Total stage depth: 39' 7 3/411.
Balcony to outer pit: 31' 311.
Grid: 68'.
Projection booth to plaster line 123'
Projection booth to stage back wall: 1511.
Plaster Line to Lighting and Sound Booth 75'
Sound and light booth dimensions 7.5' deep x 2011ong.
Wing Space: Off SR: 14' 911. Off SL: 3' with masking.
Fly rail S.R. 12' above stage.
Wall to wall: 691.
Battens: All battens, other than electrics are 2.5" in diameter.
All battens 4814" long.
There are only 4 lines per pipe, no center pick.
Line sets 11-6 and #29-31 are DOUBLE purchase. The remaining
17-28 are single purchase.
LOADING:
Alley is specced for 3 ton Model A truckti
NOTE: You must have a City of Miami on street parking permit to
unload or load on S.E.2 nd Av. This permit must be present
at time of load in.
Loading is through narrow alley 16511ong. No trucks longer
than 241will fit into alley. Entrance to theater stage is
through double doors 101high 51wide with a 90 degree turn
onto stage. Scenery 20' tall or longer (by 31wide), must be
loaded in through front of building.
DRESSING ROOMS:
Available stage left and right, on SECOND level.
SR: 3 rooms with private baths, 3 persons per room.
SL: 2 large choral rooms with baths and 6 additional rooms with
private baths, 2 persons per room.
A quick change room is available, stage level, stage left only.
All dressing rooms are equipped with paging system.Rooms are air
conditioned with cold and hot water.
LOADING IN DRESSING ROOMS:
Loading into the dressing rooms SL is accessible through
the main theater building elevators; SR up one (1) flight
of stairs.
D-1 96- 209 31
:OMMUNICATION:
Tho theater is equipped. -with an intercom system ac^�ssible from
stage right. Clear Cc :s available for communica ng between
al:l stations.These system consists of the following:
1-:2 channel base station
1-1 channel base station
10-beltpack/headset stations
2-:remote station boxes
There are 6 stations always in place: 2 spots, 1 sound, 1 light,
1 :Ely rail, 1 stage manager.
Remote lines exist to send Clear Comm to the Dress rooms and other
areas of the stage.
A'relex BR-200 Rf system is available. It consists of 1 base station
anii 4 belt pack/hdsets. it can be interfaced with the Clear Comm
system.
Also available is a Motorola system of: 4-2 channel 3 watt radios.
ELECTRI"S; Dan Palmer, Master Electriction.
Service: 600amp three phase,5 wire /shared with stage dimmers
Company Switch located upstage right on back wall
F.O.H.Passthrough, upstage right on back wall
DIMERS: (315)•2.4KW AND (9) 6KW avab DD-II digital dimmers.
CONTROL: (1) AVAB CUE PATCH- Manual 60 channel board with
21 sub -masters and two scene section. Sub -masters
are paged which make up 189 cues. There are bump
buttons and a chase. The Cue Patch can control 1024
dimmers using our Patchcenter 2000.
(1) AVAB VLC- 486 DX2 COMPUTER.
PATCHING: (2) AVAB Patchcenter 2000's
Multi-protocall system for DMX 512, Colortran, and
Strand AMX-192.
OTHER: (1) IR Wireless
Distribution system for automatic color changers.
(7) Lighting Control Panels are located in the theater
and backstage. Each has 3 separate biderectional BNC
video lines. All control links have full floating
optical isolation.
TOTAL INSTRUMENT INVENTORY:
TOTAL DESCRIPTION TYPE WATTAGE POSITION
6 - Altman 5deg. SKW Booth/booms
36 - " 12deg. lkw Torms/box booms
20 - Colortran 15-35deg. ikw Elect.1-4
8 - Source 4 26 deg.575w E. 1-4 pipe ends
8 - Source 4 36 deg.575w E. 1-4 pipe ends
s0 - PAR 64 med. Skw Elect.1-4
7 - Altman Sky Cyc 3cir/3color 5th Elect.
2 - 2KW BERKEY COLORTRAN FOLLOW SPOTS PROJ.BOOTH
32
D-2
96-
299
kr
AUDIO: Chris N. Julsona Ruaio Zny.►i,==i .
The venue expanded it's audio system with the addition
of a larger FOH :nix be ;ome new signal processinc vtnd extra
speakers and rigging ha.dware. Plus a new sound/l: t position was
allocated and installed to facilitate touring shows.
Total size is 20 ft wide by 7.5 ft deep.
F0H consists of a SoundTracs Megas, console 40x8x2 with a l0x8 matrix.
Efx: Lexicon Lxp-15, Ensoniq Dp/4, Alesis QuadraVerb,
Spx-90I2, Aphex aural exciter., Dbx 166,
Digitech Meq-14 2/3 Oct programable Eq.
Eq: 1- BSS 920 Varicure and 4- White 4650 1/3 Oct.
Midi: JL Cooper Fader Master and a Dmx-8 midi patchbay.
***Note*** Avab lighting controller (Expert) is midi capable.
Playback: Tascam MkII cassette deck (w/ pitch control),
Technics dual cassette,
Technics multi -disk (5) Cd player,
Technics single disk Cd player,
Technics Rs-1520 closed -loop Reel -Reel deck
(w/ pitch control).
Speaker system: 8 Meyer Upa-IA,
2 Meyer Sw-i sub cabinets.
System configuration: Hse left, Hse right,
Bale left, Bale right.
2 Upa-IA's at each position.
1 sub cabinet left.1 sub cabinet right.
Amps: 4 Meyer Ms1000A amplifiers plus 2 Crest 4601 Amps.
System is driven via the matrix into 4 Meyer MIA Ceu's, subs
are driven via seperate matrix send to Meyer B2A Ceu.
Stage Monitor System: 2 JBL 4628B Sidefill Cabinets
2 JBL 4604B Wedge Cabinets
4 JBL MR 805 Wedge cabinets
2 HotBpots.
Eq: Furman 2 Chan 1/3 Oct,
Yamaha 1/3 Oct.
Amps: 2 Crown DC300A
1 Qsc-3350
I -Meyer MS1000A
Monitor Console: Soundcraft SR200 16x4
Microphone package = Sm-571s, Sm-58's, Beta-58's, Sm-981s,
Ev-3571s, Crown Pcc-160's, AKG 451's
(w/extra capsules), AKG Tri-power 3500,
AT-pro25 and 6 passive DI's.
RF mics: 1-Samson TD with Sm-87 cap or Lav pack with AT 8031 capsule.
1-Shure L4 with Sm-58 cap or Lav pack with WL93 capsule.
1-Shure WA-400 antennae distro system.
Frequencies: Samson=186.6 Shure=202.2
Motorola= Chan 1 462.03750
Chan 2 467.01250
Telex- Base 283.730
packs=213.600,213.425,212.800,212.000
Hearing Impaired: IR system @95mhz. It consists of Sound Associates base statio
with 1 mic, I line input and 30 headsets.
Audio Snakes: main-24x6 with transformer split for monitors.
1-6 pr mic snake to FOH from SR.
1-6 pr aux return to backstage SR
1-6 pr sub snake 60 ft
1-12 pr sub snake 50 ft
1-12 pr sub snake 100 ft
1-24 pr monitor split 25 ft.
*****Note***** snake run to FOH from backstage right is 210 ft.
D-3
96- 209 33
k -..
MASKING:
• 5
sets black legs:
10'
w
x
30'
h
3
black
�..�
borders:
501
w
x
101
h
1
black
border:
50f
w
x
20,
h
1
black
border:Teaser 12
501
w
x
30,
h
1
black
scrim:
481
w
x
281
h
1
white
fill scrim cyc:
451
w
x
281
h
1
black
back drop: 130
500
w
x
30,
h
1
house
curtain: 11
50'
w
x
301
h
FLY SYSTEM:
Available weight
3,200
lbs. All
pipes 481411
long.
LINE
# ;
DESCRIPTION
; U.S.from P.L.;IN
TRIM
;OUT TRIM
1
ACT
;
1'r6"
1
12"
1
621
2
TEASER
2"
1
5"1111
1
62'
WINCH
D.S.LEGS
;
2"3"
3
;
MOVIE SCREEN
2°611
if
62F
4
i
# 1 ELECT.
3"611
6F1011
470'2"
5
;
4"6"
6f1011
61�
6
;
5"
4"1011
53"
7
5' 6"
11
411011
11
61"1101
8
;
2 LEGS
;
6f611
;
4.10"
;
62"
9
i
i
7 J'6t1
4 "10"
i
6211
10
;
81611
;
4 0'10"
62'
11
;
BORDER
;
9 6"
;
4,11011
;
621
12
3 LEGS
;
10,
412011
;
62,1
13
1 2 ELECT.
13.1611
i
511111
471211
14
i
121611
4 "1011
;
62'
15
i
131
411011
621
16
i
1316"
i
411001
62'
17
BORDER
;
141
;
411011
;
621
18
;
# 4 LEGS
15'
it
412011
;
621
19
;
# 3 ELECT.
;
161
;
511111
;TRAPPED
* ACOUSTICAL SHELL STORAGE
1714"
20
;
;
181611
411011
621
21
;
191
i
401011
62'
22
BORDER
201
4P10"
621
23
i
# 5 LEGS
201611
;
411011
621
24
i
# 4 ELECT.
;
211611
;
511111
;
491811
25
;
5 ELECT.
; :
221611
;
411011
621
26
231611
411011
62'
27
i
241
i
411011
621
28
241611
5111"
i
4918t1
29
251601
411011
1
531511
WINCii
CYC
;
261511
30
U.S.BLK.
;
271611
�,
4.10"
11
611411
31
;
ACOUSTIC SHELL
;
281
11
34
D-4
90= 209
k,.
3ROJ£CTIONEST: TIM SPRINKLE
3ROJECTION EQUIPTMENT:
Two (2) 35mm Simplex Projectors
Lamphouse, Optical Radiation Corp. model XH-45C with 4kw lamps.
Sound Heads, RCA
Dolby stereo processor, model CP65 with Dolby S.R. cards.
Lens - Schneider - scope - 2:35
flat - 1:85
2:66
1:33
ETHER IN HOUSE EQUIPMENT:
(1) BALDWIN 9f GRAND PIANO
RISERS: (6) 8" WANGER 4x8
(6) 1611 " 4x8
(6) 2411 " 4X8
85 - MUSIC STANDS
70 - CHAIRS
(1) 19' EU 19P GENIE MAN LIFT
D-5
96- 209 35
i
GUSMAN CENTER
Ih HOUSE
PROJECTION
EQUIPMENT
ATE IN
DESCRIPTION
MFG.
MODEL M
SER. 0
LOCATION
i
:IRROUNI)
i
SPEAKER SYSTEM
+�a*a+'aaaaaaaaaaaaaaaara+�a*aaa*aa�raaa*+�a+�*
�/1/88
Surrnd Amp
QSC
Qsc 3350
4653634
HssAmpRack
j/1/90
Surrd spkr
JBL
Ci
$08210134
Hs
Lt #1
�/1/90
°'
JBL
C1
509212000
Hs
Lt •2
/1/90
"
JBL
Ci
508210133
Hs
Lt 03
/1/90
"
JBL
C1
509212000
Hs
Lt 04
/1/90
Surrd spkr
JBL
Ci
509212001
Hs
Rt #1
1/1/90
"
JBL
C1
508209845
Hs
Rt #2
/1/90
JBL
Ci
505210132
Hs
Rt 03
/1 /90
JBL
C1
509212002
Hs
Rt 04
/1/90
Surrd spkr
JBL
C1
508209844
Hs
BkWall L
!/1/90
^
JBL
C1
508210133
Hs
BkWall LC
/1/90
^
JBL
C1
505209845
Hs
BkWall RC
/1/90
"
JBL
C1
508209546
Hs
BkWa'Il R
/1/90
Surrd spkr
JBL
CS
508210134
Sal
Lt 01
/1/90
J8L
Ci
505210132
Sal
Lt #2
/1/90
^
JBL
CS
508209846
Sal
Lt 03
i/1/90
Surrd spkr
JBL
C1
509212001
Bat
Rt 41
/1/90
JBL
C1
509212002
Sal
Rt 02
/1/90
JBL
C1
508209544
Bal
Rt M3
/1/90
Surrd spkr
JBL
C1
609252047
Sal
BkWall L
/1/90
JBL
C1
609252047
Sal
BkWall R
D-6
36
96- 209
GUSMAN CENTER 1. HOUSE PROJECTION EQUI ENT
iiTE
I
DESCRIPTION
on
'95
Lamp Housing
an
005
Xenon Bulb
an
191
Prj Head
an
'91
Sound Head
an
191
Transformer
MFG.
Oshram
Simplex
Simplex
ORC
MODEL M
Hxh-45C
XBO-4200
XL
SH7310
FXPS-45
an
195
Lamp Housing
Hxh-45C
an
185
Xenon Bulb
Oshram
XBO-4200
an
181
Prj Head
Simplex
XL
an
181
Sound Head
Simplex
SH7310
an
181
Transformer
ORC
FXPS-45
an 191
Speaker Smart
an 193
Audio ca•rd Dolby
an 991
Mono EQ Peavey
an 191
Pwr Sply
CP-65
5801
SER. N LOCATION
J000318 Prj #1
2034IG6 Prj $1
XL3764 Prj 01
4180 Prj # 1
00-00139 Prj 01
JU00317 Prj #2
20541GS Prj 02
9029 Pr j 02
4185 Prj 02
00-00120 Prj 02
8753 Audio Rack
23230 Audio Rack
684843 Audio Rack
CESS1927 Audio Rack
an191 Misc Equip --------------------------------------------
2 Water circulators
2- 35mm Pedistals
1- Rewind table
4-3K reels
an195 Cinema. speaker ------------------------------------------
Center spk.r
JBL
4875-C
Component summary
----------------
Sub Cabient
JBL
4638
10272
BkStage
HF Horn
JBL
2360A
none
BkStage
HF Driver
JBL
2446H
19117
BkStage
Bracket
JBL
2506B
scone
BkStage
Elec Xover
QSC
XC-2
99425692
BkStage
D-7
96- 209
37
ks
soon"" soar wets
Figure i
Regional Location Map
,.4go
k,
Figure 2
Area Location map
Okb.m 10*019 e:.% *"a
U I IJ1RA
..zn . M....
OUSiNESS
DISTRICT
1
STUDY ARE-%
209 39
kr
Figure 3
Project Location Map
mm «
• .• m.S - i dr rYr 11'"ii••l'il i ry �u• i , .w
. •• t
I, b o w 6 m a� l�,i / d
••' ••.'►t t•L ft A !e •"'la�•!eee
P.
«ree �► !'wiQ.�riU ii �s• t
w I I 89
0 � t • i" •i Ofij�
WOW
em � 7.r s �I � �. !e�► i� � i! � �• � f� i �. _
1 e
�k id
it 4C
elow
e. . ms.r m w- W
m �•4M•m-
• -6-
. mmm.mma.«
�- 209
yigure 4
property Sketch
V. „2'°01�✓�.
_,-
Y
41
k,
THEATER CURRENT RATE SCHEDULE ppenJ tk t—
Built: 1926
Proscenium Width:
Stage Di pth 28'
Total Stage Depth:
Seats: 1711
41'4" Height: 291"
39' 7"3/4 Grid% 68' '
Re,. ntal:l;Rent vs. 8% of gross whichever is higber
Mon -Sun 1 show .4995; 2 shows $1.395 .
Xornings ONLY children show $500
Bandica : seating 6 rastroom available
ece t ca: (with rental) $250
(without performance) $350 - $950
Insurance: CERT. OF INSURANCE MUST 8E PROVIDED.
41,000, a0 as. category: Bodi y injury6--pr—oparyy
Damage ea. occur.; General Aggregate; Products
Completed Operations Aggregate; i Personal Injury
i Advertising Injury.
Add'1 Insured: The City of Miami 6 the Dept. of
Off -Street Parking, on behalf of Gutman Center
for the Performing Arts as third party insured.
SS e�'Rehearsal Parking b Tech. $3
zesenter pays J per car at settlement-Req.
Complime_.atn Patron Parkin /Optional
(Piese-ster pays 43 per car at settlement)
at Gar,sge f3 - 190 WE 3rd Street
or Gar-ige f4 - 100 SE 2nd Street
Valet Parking Service: $8 charge to patrons;
special arrangements are available.
Gusman W-Jrlitzer Organ: Available for concerts
Tors as per ormance :ad during intermissions.
$50 dons -:ion, plus organist charge.
Concessians: Refreshments sold during a
required intermission and/or throughout perf.
l:issioa charged for any items sold by
promoter, Should bars be required to close for
private parties, $200 each bar will be charged.
Concession bartenders are required to be used
unless oi:herwise agreed.
Commercials, Motion Pictures, etc.:
rs. 0 day)$1,450
($200/hr to 10 hrs then becomes full day)
16 hrs. (full day) $2,850
Hourly
Televised Performance b Video $1,900
House Personnel Costs: (per show)
House Managers (4 hrs. min. required) $ 85
Policy ;security (2 set. 4 hrs. min.) $ 184
Subj. to conditions 8 required until the house
clears. Overtime charged to presenter.
Police 11) required for rehearsals $ 92
Pnlire Leport 1 hr. before event for
Graduations i Unreserved events.
Tax Information:
roomotei ins required to pay all admissions
and State sales taxes as required by law,
unless current exemption documents for both
Federal and State exemptions are provided at
:ontract time. (See Tax Policy Disclosure)
42
E-1
House Personnel Costs Con't:
lox Office rs. min. er perf $35
Will Call (3 hrs. min. ) per perf
Head Ushers/Ticket Takers per perf $90
Ushers: Reserved Seats or per perf $ISO
General Admission
Maintenance: (required for receptions)
Lobby -((only) 50-200 $50
Mezzanine 200-400 $75
TicketMaster: Gusman's Exclusive Agent
Contact: ox Office Supr. at 374-2444
Promoter must add a facility charge of
$ Wplus tax which includes a 25c restoratic
fee to the advertised price of the ticket ar.
Include the words "Plus Tax and Service
Charge" on all advertising. This charge eil
be deducted at settlement from show proceeds
for every ticket pulled, incl. subscription
aeries. Free admission, and`ho tickseavent
must pay 25c restoration fee per person
admitted. A $300 dep. based on 1200 people
is required for each performance. A refund
of unused portion or add'tl charge will be
processed to the promoter based on a house
count. Settlements take place within 14 day
after the performance or sooner.
Technical: Jerry Kinsey, call 374-9561
Byers ound
24 Channel Soundcraft
(full tech available upon request)
Piano: $200 Tuner: $50pluz
Extra Charge: RF units, out board effects an
band gear. Spotlights $100 ea., gels, i
other additional lights.
Promoter MUST use the Gusman Center sound
systemS20 or approved system by T.D.
Film Equipment...projector, sound,bulbs, at
ask T.D. for various charges.
Facilitv Dressing Rooms:
rooms v Pvt.- at -5 people)
1 quick change w/sink only
4 rooms w/pvt. bath (4-12 people)
2 large choral rooms w/bath (6-12 people)
2 rooms w/bath (4-6 people)
Any Further nuestimns or infromation on
available dates, please call or write to:
Gutman Center for the Performing Arts
174 East Flagler Street, 6th Floor
Miami, Florida 33131-1104
ATTN: Ms. Jeannie Piazza-2uniga
Director of Theater Operations
Revised 5195
96-- 209
k,
a-tl-1133
ORDINANCE N0.
AN ORDINANCE" AMENDING CHAPTER 18, ENTITLED
'FINANCE', OF THE CODE OF THE CITY OF MIAMI.
FLORIDA, AS AMENDED, BY REDEFINING THE TERM
'MINORITY AND WOMEN -OWNED BUSINESS ENTERPRISE
AND DEFINING THE TERM "VENDOR" IN
SECTION 18-69; REQUIRING IN SECTION 18-72
THAT THE GOAL OF AWARDING AT LEAST f1FTY-ONE
PERCENT (53%) OF THE CITY'S TOTAL ANNUAL
DOLLAR VOLUME OF ALL PROCUREMENT EXPENDITURES
TO MINORITY/WOMEN SMALL BUSINESSES Bt APPLIED
TO ALL CITY OF MIAMI BIDS AND CONTRACTS1
+ REVISING SECTION 18-73 TO PROVIDE THAT ALL
li C27Y OF MIAMI INVITATIONS, REQUESTS AND/OR
ADVERTISEMENTS FOR BIDS, PROPOSALS, QUOTES,
LETTERS OF INTEREST AND/OR QUALIFICATION
STATEMENT'S CONTAIN THE APPROVED
MINORITY/WOMEN BUSINESS ENTERPRISE (M/WBE)
PARTICIPATION REQUIREMENTS PURSUANT TO CITY
OF MIAMI ORDINANCE NO. 30062 - MINORITY/WOMEN
BUSINESS AFFAIRS AND PROCUREMENT PROGRAM;
REQUIRING THAT ALL RESULTING AWARD AND/OR
CONTRACT DOCUMENTS CONTAIN THE REQUIRED
COMPLIANCE FORMS RELATIVE THERETO; REVISING
SECTION 18-73(5) TO EXPAND UPON THE
AFFIRMATIVE ACTION REQUIREMENTS FOR ALL CITY
BIDS AND CONTRACTS; ADDING SECTION 18-76
AUTHORIZING ADMINISTRATIVE DEPARTMENTS TO'
ESTABLISH THE REQUIRED ADMINISTRATIVE
PROCEDURES TO INSURE COMPLIANCE .WITH THE
CODE; FURTHER, PROVIDING FOR RESOLUTION OF
DISPUTES REGARDING WITHHELD PAYMENTS OF
CONTRACTORS AND SUBCONTRACTORS AND FURTHER
ADDING SECTION 18-77 DESIGNATING THE DIRECTOR
OF THE OFFICE OF MIWBE AFFAIRS AS THE CITY
OFFICIAL RESPONSIBLE FOR ESTABLISHING AND
IMPLEMENTING M/WBE SID AND CONTRACT
PARTICIPATION REQUIREMENTS, COMPLIANCE
GUIDELINES, AND MONITORING AND REPORTING
PROCEDURES; -CONTAINING A REPEALER PROVISION
AND A SEVtRABILITY CLAUSE.
WHEREAS, Ordinance No.•10062 dealing with Minority/Women
Business Affairs and Procurement established the annual goal of
I
procuring/contracting fifty-one percent (51%) with sonority/women
owned and managed business enterprises; and
WHEREAS, Administrative VVliey Manual 4-86 (APM 4-96),
issued October 1, 1996, provides for the administrative
Implewentation of Ordinance No. 10062; and
WHEREAS, It has been determined that there is further need
for legislative relief to obtain said goals, particularly as it
8-1 i053�3
43
96- 209
rilates to the r°`'yfe bid, proposal and contract F egos and the
resulting documents on a bid/contract by bid/contract basis to
achieve the annual goals;
No, THEREFORE, BE tT ORDAINED BY THE COMMISSION OF THE CITY
OF MIAMI, TLORIDAs
Section 1. section 16-68, is hereby amended in the
following porticulars.l
"See. 18-51. Definitions.•
for the purpose of this article, the following
terms, Phrases, words, and their derivations shall have
the following meanings* '
i
e •� .e
Minority and women -owned gel business enterprise
veins a business enterprise in which at least fifty-one
percent (SIS) of said enterprise is owned by blocks,
Hispanics or women whose management and daily business
operations are controlled by one or more Slacks,
Hispanics or women And who amolov a Maxiffigm of twafltV-
tive (251 emoloveta Or have a net worth not in 632221
of two M1111,0a dollars.'
• e �
Vendor means' any business entity providing goods,
services or equipment to the City of Miami through a
purchase, field or blanket order or contract.'
Section 2. Section 18-72(a), Is hereby amended by adding
the following languages
•(a) The objective of the City is to achieve a goal of
awarding *minimum of fifty-one percent (51%) of
the total annual dollar volume of all procurement
expenditures to Black, Hispanic and women -owned
small business enterprises to be apportioned as
follows s
Seventeen percent (17 %) to Slacks, seventeen
percent (171) to Hispanics and seventeen percent
(171) to women; such goal shall be appilad to all
el y bide and contracts.'
Section 2. Section 11-73 is hereby amended by adding the
following languages
-fiec. 18-7. RQuired stag nts for_ selleita ien■ er
aotieee: required statements on contracts
and awards.
1 words and/or figures stricken through shall be deleted.
Underscored words and/or figures shall be added. The
remaining provisions are now in effect and vervain
unchanged. !Asterisks indicate emitted and uncharged
material.
44 B-2 2.0539
96- 299
i
bA.
It shall be mandatory for all City contracts
and/or procurement award documents to contain the
foilowingt
16 s s
(5) A requirement that each bidder, Vrp2,gtiers.. or
X ndor# submit along with the bid or proposal an
affirmative action plan (AAP). Any significant
equity participants, joint 'venture participants,
subcontractors, suppliers or other parties to the
bid or proposal shall also be required to submit
.such plans.
The eb ective of the City is to rj2u1r,,&het
.bidders, eroeosers, and yendors doine business
with the City of Miami take certain actions
designed to ass+rr_equitable 2art4ei2at±on _of
Blacks, Hispanics and Women in their hirina and
3210motion activities, in view of this ebipr ,j
1 to
Section a. Thy following mew Section 18-76 is added in its
entiretrt
•iec. 18-76. Administrative Procedures.
The Departments of rinance, Public Works end General
Services Administration are authorised to establish the
required administrative procedures to insure complience
with the provisions as set forth herein.
8— 3 1053$
96- 209
LIM
The finance �'artment is Mandated to institut lyment
procedures w,..ch will insure, in those instbaces in
which the M/WSE bid or contract requirements result in
contracts, subcontracts or joint ventures for M/wBEs,
that compensation provided pursuant thereto shall be in
the form of a check made payable to the primary
contractor, bidder or proposer, and (if appropriated
jointly) to the sinority/woman business enterprise
subcontractor or joint venture partner in an amount not
to exceed the subcontracted or joint venture amount,
based upon approved invoices submitted by the prime
contractor, proposer or joint venture, to the City. .
In the event a dispute should arise as to the
performance or payment of the primary contractor or
bidder/proposes or the M/WBE, ender the terms and
conditions of the City contract or procurement award
document, compensation shall be withheld until such
time as the dispute is resolved in accordance with the
procedures set forth in this Chapter for resolving such
disputes.
All Administrative Directors shall amend their existing
policies and procedures or to create such new ones as
mly be required to insure and report on compliance with
all aspects of this article.'
Section b. The following new Section 18-17 is added in its
entirety:
•Sec. 16-77. Designation of the Director of the Office
of Minority/Women Business Affairs.
The Director of the Office of Minority/Women Business
Affairs is designated as the official responsible for
establishing M/WSE bid and contract/award requirements,
creating and implementing compliance guidelines,
monitoring compliance, resolving disputes, and
reporting on all of the above to the City Manager.'
Section 6. All ordinances or parts of ordinances in
conflict with the provisions of this ordinance insofar as they
are inconsistent or in conflict with the provisions of this
ordinance are hereby repealed.
Section 7. 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.
PASSED ON FIRST READING BY TITLE ONLY this ast,% day of
Beeember . 19-Q.
PASSED AND ADOPTED ON SECOND AND FINAL READING BY TITLE ONLY
this „12th day of January , 19_U.
XAVIER L. SUhREZ, Mayor
NA7YtY H1RA1
City Clerk
46 B- 4 105 �9
6-- 209
PREPARED AND APPRO\ Byl
INDA K. KEARSO
Assistant City Attorney
APPROVED AS TO FORM AND CORRECTNESSo
JOR E L. i'ER ANDEZ
Cit Attorne
LXK/pb/bss/M424
i
i
i
a053�
B-5
96- 299
Cy1
L-
jj^uAii7ii "
._1
PROPOSER'S DECLARATION:
Submitted , 199�.,
17he undersigned, as Proposer, declares that the only persons
interested in this Proposal submitted in response to the Request
for Proposals for management of Gusman Theater (the "RFP" and the
"Proposal") are named herein, that no other person has any interest
in the Proposal or in the contract to which the Proposal pertains,
that this Proposal is made without connection or arrangement with
any other person and this Proposal is in every respect fair, in
clood faith, and without collusion or fraud.
The Proposer further declares that he/she has complied in every
respect with all of the instructions to Proposers, that he/she has
mead all addenda, if any, and that he/she has satisfied
himself/herself fully with regards to all matters and conditions
with respect to the RFP, the Service and the Contract.
If this Proposal is accepted, the Proposer agrees to execute the
Contract for the purpose of establishing a formal cdntractual
relationship between the Proposer and Miami Parking System of the
City of Miami for the performance of all requirements to which this
Proposal pertains.
The Proposer states that this Proposal is based on the Request for
Proposals issued May 23, 1995, and its addenda, if any.
:signature
Title
Name of Firm, Individual or Corporation
Signature
Title
A-1
6- 209
PROPOSER'S REFERENCES:
TradeReferennceNo_i
Name:
Firm:
Title:
Address:
Telephone:
Exhibit B
(Page One)
Nature and magnitude of purchase, sale, loan, business association,
etc.:
Trade Reference No. 2
Name:
Firm:
Title:
Address:
Telephone: ( )
Nature and magnitude of purchase, sale, loan, business association,
etc.:
�G- 209
6111
(Page Two)
Trgde Reference No. 3
Name:
Firm:
Title:
Address:
Telephone: ( }
Nature and magnitude of purchase, sale, loan, business association,
etc.:
Client Reference No. 1
Name:
Firm:
Title:
Address:
Telephone: ( )
Nature and magnitude of purchase, sale, loan, business association,
etc..
96- 299
(Page Three)
Client Reference No. 2
Name:
Firm:
Title:
Address:
Telephone: ( )
Nature and magnitude of purchase, sale, loan, business association,
etc.:
Client Reference No. 3
Name:
Firm:
Title:
Address:
Telephone: ( )
Nature and magnitude of purchase, sale, loan, business association,
etc..
:6- 209
51
k_-
52
(Page Four)
C ent_Ref_erence No-4
Name:
Firm:
Title:
Address:
Telephone: ( )
Nature and magnitude of purchase, sale, loan, business association,
etc.:
9,- 209
k�-
1. Indicate MINORITY/WOMEN CLASSIFICATION OF BUSINESS ENTERPRISE
(Proposer):
( ) Black ( ) Hispanic ( ) Women ( ) Other (Non-Minority/Female)
2. Detail MINORITY/WOMEN PARTICIPATION within your firm►►, or as it
may apply to the Proposal, if awarded:
A. Joint Venture: Provide information regarding
Minority/Women firm participation as such, and the extent .
of participation.
Gender/
Ethnicity
t of
Service
B. SUBCONTRACTORS: Provide information regarding
Minority/Women firms that will be subcontractors for this
Service, and their extent of the work.
Gender/
Ethnicity
W of
Service
C. SUPPLIERS: Provide detail regarding Minority/Women firms
that will supply you with goods or services for -this
Service.
Gender/
Ethnicity
C-1
4- of
Service
96— 209
53
a�—
D. AFFIRMATM ACTION PROGRAM POLICY
If existing, date implemented (include a copy of your policy
in the Proposal:
If planned, date of proposed implementation:
PROPOSER:
13IGNATURE :
I AILM TO COMPLETE, SIGN AND RE= ,TRIS FORM MAY DISOQALIFY °IRIS
;PROPOSAL •
'Cotal Number of Employees:
Anglo:
Male
Female
:,iispanic:
Male
Female
:Black:
Male
Female
Other:
Male
Female
3l
C-2
PERCENTAGE
96- 209
EXHIBIT D
PROPOSED FINANCIAL TERMS:
Pry po5eelf
ee ��a �.u.,s -kbe � �.,�t %� •cti�y .
pe pa d only
a ncome
Proposed Percentage of Irm4me
to be paid to N PS, after _ t a ` c 1 on
Variances to Specification (if any):
Social Security or Federal Employee Identification
Number:
PROPOSER:
(Company Name)
S IGNA'T"URE :
FAILIM TO COMPLETE SIGN aND RETURN THIS FORM SHALL DISQUAL2FY
TE tS PROPOSAL.
I
I
I
i
I
I
i
i
D-1 96— 209 ss
City of Miami Code Sec. 18-56.4
(a) Authority and reouirsment to �Zr and suspend:
After reasonable notice to an actual or prospective contractual party, and after reasonable
opportunity to such party to be heard, the city manager, after consultation with the chief
procurement officer and the city attorney, shall have the authority to debar a contractual
party for the causes listed below from consideration for award of city contracts. The
debarment shall be for a period of not fewer than three (3) years. The city manager shall
also have the authority to suspend a contractor from consideration for award of city
contracts if there is probable cause for debarment, pending the debarment dettmination. the -
authority to debar and suspend contractors shall be exercised in accordance with regulations
which shalt be issued by the chief procurement officer after approval by the city manager,
the city attorney, and the city commission: -
(b) ftuses for debarment or suspension include the followinp:
1. Conviction for commission of a criminal offense incident to obtaining or attempting to
obtain a public or private contract or subcontract, or incident to the performance of such
contract or subcontract;
1
2. Conviction under state or federal statutes of embezzlement, theft, forgery, bribery,
falsification• or destruction of records, receiving stolen property, or any other offense
indicating a lack of business integrity or business honesty;
3. Conviction under state or federal antitrust statutes arising out of the submission of bids
or proposals;
4. Violation of contract provisions, which is regarded by the chief procurement officer to be
indicative of nonresponsibility. Such violation may include failure without good cause to
perform in accordance with the terms and conditions of a contract or to perform within the
time limits provided in a contract, provided that failure to perform caused by acts beyond
the control of a party shall not be considered a basis for debarment or suspension;
S. Debarment or suspension of the contractual party by any federal, state or other
governmental entity;
6. False certification pursuant to paragraph (c) below; or
1. Any other cause judged by the city manager to be so serious and compelling as to affect
the responsibility of the contractual party performing city contracts.
(c; Certification:
All contracts for goods and services, sales. and leases -by the city shall contain a
certification that neither the contractual party nor any of its principal owners or personnel
have been convicted of any of the violations set forth above or debarred or suspended as set
forth in paragraph (b)(5). .
Th+: undersigned hereby certifies that neither the contractual party nor any of its principal
oviers or personnel have been convicted of any of the violations set forth above, or debarred or
sui pended as set forth in paragraph (b)(5).
Company pees:
Si;nature:
Date:
anur n murn. s16H. An Runs THIS FORD MAY Dummy 33as PROPOSAL
56
E-1
96- 209
SWORN STA..*IENT PURSUANT TO SEMON 387.M ,(a),
ON PUBLIC ENTITY CRIMES
THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR MUM
OFFICIAL AM ORMED TO AM NISTER OATHS.
L This sworn statement is submitted to na•
(print me of the public entity]
by
[pit individual's name and title]
for
[print name of entity submltting twom statement]
whose business address is
and (if applicabie) its Federal Employer Identification Number UMII) is
(If the entity bas no FEIN, include the Social Security Number of the individual signing this'
sworn statement: .)
2 I understand that a `public entity crime as defined in Paragraph 287.133(1)(g), Florida Statutes. Meats a
violation of any state or federal law by a person with respect to and directly related to the transaction of
business with any public entity or with an agency or political subdivision of any other state or of the United
States, including, but not limited to, any bid or contract for goods or services to be provided to any public
entity or an agency or political subdivision of any other state or of the United States and involving antitrust,
fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation.
3. I understand that 'convicted' or `conviction' as defined in Paragraph 287.133(1)(b), Florida Statutes, means
a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any
federal or state trial court of record relating to charges brought by indictment or information after July 1,
1989, as a result of a jury verdict, nonjury trial, or entry of a plea of guilty or nolo contendere.
<. I understand that an `affiliate' as defined in Paragraph 287.133(1)(a), Florida Statutes. means:
L A predecessor or successor of a person cuavit*4 of a public; entity crime; or
2. An entity under the control -,of any natural person who is active in the management of the entity and
who has been convicted of a public entity crime. The term %fdliateincludes those officers, directors,
executives, partners, shareholders, employees, members, and agents who are active in the management of
an affiliate. The ownership by one person of shares constituting a controlling interest in another person,
or a pooling of equipment or income among persons when not for fair market value under an arm's length
agreement, shall be a prima fade case that one person controls another person. A person who lmowingly
enters into a joint venture with a person who has been convicted of a public entity crime in Florida during
the preceding 36 months shall be considered an aMiate.
5. I understand that a `person' as defined in Paragraph 287.133(1)(e), Fbrlds Statutesmeans any natural
person or entity organized under the laws of any state or of the United States with the legal power to eater
into a binding contract and which bids or applies to bid on contracts for the provision of goods or senices
let by a public entity, or which otherwise transacts or applies to transact business with a public entity. T*e
term 'person" includes those officers, directors, ctecutives, partners, shareholders, employees, membem, and
agents who are active in management of an entity.
F-1 57
90'- 209
k.,
6, 'Based on information and belie!~ the statement which I have marked below is true in relaticih to the entity
submitting this sworn statement. •' .,dtcate whkh statement applies.]
_,,,,_ Neither the entity submitting this sworn statement, nor any of its ol. ..tt, diraxors, exeuvtt�es,
partners, shareholders, employees, members, or agents who are active in the management of the entity, nor
any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July
1, 1989.
The entity submitting this mm statement, or one or more of its oMoers, directors, executives,
partners, shareholders, employees, members, or agents who am active in the management of the entity, or
ss affiliate of the entity has been charged with and convicted of a public entity acme subsequent to July
l„ 1989.
.,� 7Ue entity submitting this sworn statement, or one or more of its officers, directors, ccemdves,
mariners, shareholders, employees, members, or agents who are active in the management of the entity, or
Mtn aM ate of the entity has been charged with and convicted of a public entity crime subsequent to July
I,1989. However, there has been a subsequent proomding before a Hearing 0Mcer of the State of Florida,
Division of Administrative Hearings and the !Final Order entered by the Hearing Officer determined that
It was not in the public interest to place the entity submitting this sworn statement on the convicted vendor
fist. (attach a copy of the fiaal order]
1 UND13MAND THAT THE SUBMISSION OF THIS FOAM TO THE CONTRACTING OFFICER FOR THE
PUBLIC: ENTITY iDENT1= IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND,
THAT 771S FORM IS VALID THROUGH DECE MER 31 OF THE CALENDAR YEAR W WHICH IT IS FILLED.
I ALSC7 UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING
INTO A. CONTRACT IN EXCESS OF THE THRkSHOW AMOUNT PROVIDED IN SECI70N 2,87.017,
= FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM.
[signature]
'Sworn to and subscnW before me this _ day of 19
Personally Lkaown
OR P.rosuced identification
('Type of identification)
Form PUR 7068 (Rev. 06111M)
Notary Public - State ot-„
My commission e=pires
(Printed typed or stamped
contmfssioned name of notary public)
58 F-2 96- 209
Please note the evidence of Corporate Social Responsibility by your
firm. (This may include but not limited to: Cash Contributions,
Property and/or in -kind Services to Civic/Educational/Social
Organizarions).
96- 209
�.R
kI