Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-95-0545
J-95-564 7/13/95 9 RESOLUTION NO. 9 5- 545 A RESOLUTION AUTHORIZING THE CITY MANAGER TO ISSUE A REQUEST FOR PROPOSALS, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, INVITING OFFERS FROM PERSONS, FIRMS AND CORPORATIONS INTERESTED IN LEASING THE MANUEL ARTIME COMMUNITY CENTER, LOCATED AT 900 AND 970 SOUTHWEST 1ST STREET, MIAMI, FLORIDA, AT A MINIMUM ANNUAL RENT OF $1.00, FOR AN INITIAL LEASE TERM OF FIVE (5) YEARS, WITH TWO (2) ADDITIONAL FIVE (5) YEAR RENEWAL TERMS, AT THE LESSEE'S OPTION. BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA; Section 1. The City Manager is hereby authorizedv to issue a Request For Proposals, in a form acceptable to the City Attorney, inviting proposals from persons, firms and corporations interested in leasing the City -owned real property including the building(s) and all appurtenances, commonly known as the Manuel Artime Community Center, located at 900 and 970 Southwest 1st Street, Miami, Florida, at a minimum annual rent of $1.00, for an initial lease term of five (5) years, with (2) additional five (5) year renewal terms, at the lessee's option. / 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. :CITY CQMmsIoN MEETMG OF JU N 1 3 1995 Revolution No. W__ 4-`te5. Section 2. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 13th day of July , 1995. STE EN P . CIlARK, MAYOR ATTEST: WALTER J. O , CITY CLERK APPROVED AS TO FORM AND CORRECTNESS: A. NN rqNES, III CITY AT 0 EY W179:J :BSS: - 2 - 95- 545 Rs-' CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM 7 TO : The Honorable Mayor and Members DATE ` JUL 6 1995 FILE - of the City Commission SUBJECT Resolution Authorizing Issuance of Request for Proposals FROM : REFERENCES: Cesar o City ENCLOSURES: RECOMMENDATION: It is respectfully recommended that the City Commission adopt the attached Resolution authorizing the City Manager to issue a Request for Proposals, in a form acceptable to the City Attorney, for the leasing of the Manuel Artime Community Center located at 900 and 970 SW 1 Street, Miami, Florida, for a term of five years with the option to renew for two additional five year periods subject to certain conditions and City Manager approval. BACKGROUND: The Office of Asset Management and Capital Improvements has prepared the attached item for consideration by the Commission. The RFP will seek proposals from persons, firms and corporations interested in leasing the Manuel Artime Community Center. Following the selection process, including approval by the City Commission, the City would enter into a Lease Agreement with the selected proposer (the "Lessee"). Highlights of the RFP are set forth below: Term: Five years with option to renew for two additional five year periods subject to certain conditions and City Manager approval. Minimum Rent to City: $1.00 year Covenant of Uses The Lease Agreement shall require the Lessee to continue to operate the theater City Objective: The City utilized CDBG funds for acquisition and construction of this property. Accordingly, the property must continue to be used to provide services to the surrounding community. �5- 545 Honorable Mayor and Members of the City Commission Page. '' 2 To the extent it is economically feasible, the objective of the City is that the property continue to be occupied by non-profit organizations providing community services for free and/or at a subsidized cost to the community. Office space rented within the 900 building should give culturally oriented, non-profit arts organizations priority. The RFP provides for a Transition Period whereby the City will notify all Permittees within ten days after commencement of the lease ( the "Commencement Date") that their permit is being terminated. The effective date of such termination will be six months from the Commencement Date. It shall be the sole responsibility of the Lessee to negotiate with existing Permittees to discuss their continued use of the Property. If desired by the Lessee, City staff currently located at the Property will provide "hands-on" assistance in managing and operating the Property for the first 3 months of the Transition Period at no cost to Lessee. During the latter three months of the Transition Period, City staff shall no longer be physically located at the Property, however, they will assist by providing information and guidance. During the Transition Period, the City shall receive all theater and rental revenues and pay all operating expenses normally accrued by, or to, the City in the management of this Property. Salaries and fringe benefits of Lessee's employees managing and operating the Property are excluded from the operating expenses to be paid by the City.* The Lessee shall receive all revenues, assume all operating costs and commence paying rent to the City on the first day after expiration of the Transition Period. It is recommended at this time that the City Commission adopt the attached Resolution, authorizing issuance of this RFP. gs" 44 i D°e REQUEST FOR PROPOSALS LEASING OF THE MANUEL ARTIME COMMUNITY CENTER 900 AND 970 SW 1 STREET MIAMI, FLORIDA CITY OF MIAMI STEPHEN P. CLARK, MAYOR J.L. PLUMMER JR., VICE MAYOR MILLER J. DAWKINS, COMMISSIONER VICTOR DE YURRE, COMMISSIONER WIFREDO (WILLY) GORT, COMMISSIONER CESAR H. ODIO, CITY MANAGER Proposal Due Date: Proposals Accepted Only At: Further Information: City of Miami City Clerk City Hall 3500 Pan American Drive Miami, FL 33133 Telephone: (305) 250-5360 City of Miami Office of Asset Management & Capital Improvements 300 Biscayne Blvd. Way Suite #400 Miami, FL 33131 Telephone: (305) 372-4640 95- 545 D Request for Proposals Table of Contents I. GENERAL INFORMATION A. Introduction B. Description of Area C. Lease Term D. Minimum Acceptable Proposal E. Existing Service Contracts F. Present Use and Occupancy at the Property G. Covenant of Use H. City Objective I. Applicable Laws 1. Resolution of Protests 2. Rejection of Proposals 3. Voter Approval 4. Minority Procurement Program 5. First Source Hiring Agreement 6. Proposals Open to Public J. Taxes, Utilities and Other Charges K. Commitment of Funds L. Selection Criteria M. Anticipated Schedule of Events N. Execution of Contracts 0. Terms and Conditions II. INSTRUCTIONS TO PROPOSERS 1. Proposal Contents 2 Proposal Due Date 3. Proposal Guarantee 4 Qualifications 5. Background Checks 6. One Proposal 7. Rent Proposal 8. Signature of Proposer 9. Withdrawal of Proposal 95- 545 M�3G1ff4 I. GENERAL INFORMATION MANUEL ARTIME COMMUNITY CENTER A. INTRODUCTION The City of Miami (the "City") is seeking proposals from persons, firms and corporations interested in leasing the City - owned facilities known a ---the Manuel Artime Community Center located at 500 SW 1 Street (the 11900 Building") and 970 SW 1 Street (the 11970 Building"), Miami, Florida (collectively the "Property"). The City will conduct a Proposal Pre -Submission Conference . on September 1, 1995 at the Manuel Artime Community Center, 900. SW l Street, for the purpose of providing an opportunity for, prospective Proposers to personally raise questions or issues to City staff pertaining to the Request for Proposal (the "RFP"). The City will conduct an on -site inspection tour of the Property immediately following the Pre -Submission Conference. Any request for a tour of the Property before or after the Pre -Submission Conference will be by appointment only. While attendance at the Pre -Submission Conference is not a condition for offering Proposals, all prospective Proposers are invited and encouraged to attend. _ This RFP is being issued, as will any addenda for the City, by the Office of Asset Management and Capital Improvements. The contact person for all inquiries related to the RFP is Laura Lutes at (305)372-4640. Each Proposer shall thoroughly examine the RFP and judge for him/herself I all matters relating to the location and character for the services he/she agrees to perform. If the Proposer should be of the opinion that the meaning of any part of the RFP is doubtful, or obscure, or contains errors or omissions, he/she is invited to request clarification from the Office of Asset Management & Capital Improvements, prior to submission of his/her Proposal. 95- 545 7 T ~' 4tiiVl, ° d B. DESCRIPTION OF AREA The Property is legally described in Exhibit "A" attached hereto and made a part hereof. The land site is "U" shaped. Both buildings front on SW 1 Street with the 900 building having approximately 128.1 ft. of frontage along SW 1 Street and the 970 building having approximately 122 ft. of frontage on SW 1 Street. The depth of the Property is approximately 300 ft. with approximately 382.7 ft. of frontage on SW 2 Street. The total land area is approximately 93,620 s.f. The Property consists of two buildings. Sketches of the buildings are attached hereto as Exhibit "B The 900 building is four -stories containing an 834 seat theater. There is office space and dressings rooms located in the rear of the building. The total gross area of the building is approximately 27,577 s.f. -with approximately 18,059 usable s.f. The roof on this building was replaced following Hurricane Andrew. The windows have also been replaced within the last year. There is no elevator within this building. Included in the Property is certain personal property specifically listed in the schedule attached hereto as Exhibit "C" which may be used by the Lessee during the term of the Lease Agreement. The theater was remodeled approximately five years ago. The theater contains 834 seats, 476 on the ground floor and 358 in the balcony. The theater lighting equipment counts with more than 95 instruments with a convenient catwalk and automatic lift for easy access. High quality mikes are amplified via a 24 channel audio mis console with an expander system of four additional channels. The 60'x'30' stage is the longest one in Dade County for a theater of this size and is particularly suited to,.accommodate dance, theater, opera and symphonic presentations. It also adapts easily for chamber recitals, smaller presentations, TV broadcasting, recording and filming studio. A technician will be available during the Pre -Proposal Conference to answer questions concerning this equipment and/or provide a demonstration immediately following the Pre -Proposal Conference. There are men's and ladies' restrooms in the lobby area for theater patrons Adjacent to the 900 building is an open patio area. The area is paved with concrete and tile. There are also large planters landscaping the area. The 970 building is also a four story building with a total gross area of approximately 26,116 s.f. with approximately 18,377 usable s.f. The ground floor is parking only with the remaining three floors being offices. There is one elevator servicing the building nn M There is. an asphalt paved lighted parking area i t e ar of the Property with vehicular access from SW 9 Avenue and SW 2 Street. The parking lot which is fenced contains a total of 103 spaces including handicapped spaces. of this amount, 17 spaces are undercover on the first floor of the 970 building. In addition, there is on -street metered parking on SW 1 Street and SW 9 Avenue. Pursuant to the City of Miami Zoning Code, the Property is zoned G/I Government/Institution. Except as provided in Paragraphs. G and H herein, allowable uses for the Property include: a) offices b) educational facilities such as trade schools or colleges c) dancing schools d), governmental offices e)- day care center For details of allowable uses and applicable requirements of the G/Izoning district, refer to the City of Miami, Planning, Building and Zoning Department, 275 NW 2 Street, 3rd floor, Miami, Florida, 579-6086. The Property and its improvements are offered "as is" by the City. No representations or warranties whatsoever are made as to its condition, state or characteristics. Express warranties and implied warranties of fitness for a particular purpose or use and habitability are hereby disclaimed. Testing, audits, appraisals, inspections, etc., desired or necessary to submit a Proposal shall be at the sole expense of the prospective Proposer. Reports regarding the Property that the. City may have in its possession are available as public records. City -owned property is held in public trust and cannot be mortgaged, pledged, liened or subordinated in any way as part of the lease agreement. All leasehold improvements, if any, shall become the sole.property of the City upon'expiration of the Lease Agreement (as hereinafter defined). C. LEASE TERM The City shall enter into a Lease Agreement (the "Lease Agreement") with the selected proposer (the "Lessee") for an initial term of five (5) years beginning on the Commencement Date (as hereinafter defined) with two five (5) year options subject to certain conditions and City Manager approval. 95- 545 9 _4 1 D. MINIMUM ACCEPTABLE PROPOSAL City Charter Section 29-B prohibits the City Commission from favorably ;considering any sale or lease of property owned by the City unless there is a return to the City of fair market value under such proposed sale or lease. The market rent for the Property has been established at one dollar. ( $1. 00 ) Annual lease payments to the City shall not be lessthan $1.00 as a minimum annual guarantee (the "Rent"). Proposers are advised that this payment is the minimum required for Proposal submissions and additionally, the Lease Agreement shall provide adjustments to the Rent based upon an appraisal of the market rent upon the commencement of any renewal term. Prior to the.commencement of any renewal term, the City shall evaluate the use of the Property in accordance with the City's Objectives as defined in Paragraph H hereof. Accordingly, if sixty percent (60%) of the rental space, excluding the theater, is occupied by non-profit organizations providing services to the community for free and/or at a subsidized cost, the City shall waive any Rent increase. Payment of rent to the City shall commence on the Commencement Date (as hereinafter defined). E. EXISTING SERVICE CONTRACTS The City presently has the following existing service contracts for the terms stated: Elevator Maintenance - The City of Miami presently has a contract with Miami Elevator Company. This contract will expire on December 18, 1995. A copy of the scope of services is attached hereto as Exhibit "D". Janitorial Services - The City of Miami presently has a contract with Respect of Florida. This contract will expire on April 2, 1996. A copy of the scope of services is attached hereto as Exhibit "E". Security Services - The City of Miami presently. has •a contract with Alanis Security, Inc. This contract will expire on September 30, 1995. A copy of the scope of services is attached hereto as Exhibit "F" At such time as the Lease Agreement provisions shall be made for the assignment, payment of the contracts at the Property. 7 is negotiated, assumption or �- 545 -1 ©°e F. PRESENT USE AND OCCUPANCY AT THE PROPERTY Attached hereto as Exhibit "G"`is a list of current users of the Property and such other relevant information concerning their use of the Property. All of the office spaces are filled by non- profit agencies. The lease with the State of Florida, Health and Rehabilitative Services has expired and the State is presently occupying the Property as a tenant -at -will on a month -to -month basis All other occupants ("Permittees") occupy the space pursuant to a Revocable Permit which proviUes that the City Manager may terminate the permit with 30 days notice to Permittee. The date in which the Lessee takes possession of the Property shall be known as the Commencement Date. Within ten days after the Commencement Date, the City shall notify all Permittees that their revocable permits with the City are being terminated. The effective date of such termination shall be six (6) months from the Commencement Date. Such six month period -shall be referred to as the "Transition Period". It shall be the sole responsibility of the Lessee to negotiate with existing Permittees to discuss their continued use of the Property. If desired by the Lessee, City staff currently loca-ted at the Property will provide "hands-on" assistance in managing and operating _the Property for the first three months of the Transition Period at no cost to Lessee._ During the latter three months of the Transition Period, City staff shall no longer be physically located at the Property, however, they will assist by providing information and guidance. During the Transition Period, the City shall receive all theater and rental revenues and pay all operating expenses normally accrued by, or to, the City in the management of this Property. Salaries and fringe benefits of Lessee's employees managing and operating the Property are excluded from the operating expenses to be paid by the -City. . The Lesseeshall receive all revenues, assume all operating costs..and commence paying rent to the City on the first :day after expiration of the.Transition Period. The Lease Agreement with the Lessee shall be subject to acceptance of those events listed in Exhibit 11H11 attached hereto and madea part hereof. G. COVENANT OF USE The Lease Agreement will require that the Lessee covenant to continue to operate the Manuel Artime Community Theater. 95- 545 114 p o nee V e ancillar Lia E are encoura ed to roved y� Proposersg P the theater including concessions. Concession activities may also. be provided in the patio area located immediately west of the theater. H. CITY OBJECTIVE The City.utilized Community Development Block Grant funds for acquisition and construction of the Property. Accordingly, the Property must continue to be used to provide services to the surrounding community. _ To the extent it is economically feasible, the objective of the City is that the Property continue to be occupied by non- profit organizations providing community services for free and/or at a subsidized cost to the community. Office space rented within the 900 building should give culturally oriented, non- profit arts organizations priority. The Property must remain named as the Manuel Artime Community Center throughout the term of the lease. In the event a firm, person or corporation subsidizes the operation of the Property, it is acceptable to the _ City for the Property to be known as the Manuel Artime Community Center and the name of the contributing entity. _ I. APPLICABLE LAWS 1. RESOLUTION OF PROTESTS Proposers attention is directed to Chapter 18-56.1 of the City Code, attached hereto as Exhibit "I", -outlining Proposers' rights. In the event of protests, compliance to the procedures described therein is mandatory. 2. REJECTION OF PROPOSALS The City of Miami reserves the right to waive any irregularities in any Proposal, to reject any or all Proposals, or to readvertise for Proposals. Any Proposal which is incomplete, conditional, obscure or which contains irregularities of .any kind, may be cause for rejection of the Proposal at the sole discretion of the City. In the event of default of Lessee, or his/her refusal to enter into a Lease Agreement with the City of Miami, the City shall retain the Proposal Guarantee, as set forth in herein, as liquidated damages, and reserves the right to accept the Proposal of any other Proposer or readvertise using the same or revised documentation, at its sole discretion. 95- 545 0 3. VOTER APPROVAL 0 In accordance with City of Miami Charter SCR i i the City receives less than three Proposals, the lease f thi Property must be approved by the electorate. City Code Section 18--83 requires that the costs of obtaining such approval be borne .by the lessee. In the event the City receives less than three Proposals for this property, the City reserves the right to reject all Proposals and cancel this offering. In the event of cancellation by the City due to receipt of less than three Proposals, the City shall return to the Proposers the Proposal Guarantee submitted with the Proposal. `4. MINORITY PROCUREMENT PROGRAM Ordinance No 10538 entitled the Minority and Women Business Affairs and Procurement Ordinance of the City of Miami, Florida set 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." To achieve the goal established by Ordinance No. 10538, participation in providing goods and services to the City by minorities is being encouraged in a number of ways. All vendors doing business with the City are encouraged to include the participation of minority firms in their Proposals. In evaluating Proposals for determination of awards, minority participation may be a factor. Failure to adequately involve minority firms may be a basis for rejecting any and all 'Proposals.; Possible ways to include minority participation would involve: 1. Joint venture with minority firm(g) 2. Utilizing minority firm(s) as subcontractor(s) 3. Utilizing minority firm(s) to supply goods and/or services. .4. Successful implementation of well defined affirmative action program. 5. Other forms of minority participation if properly documented. Ordinance No. 10538 has been included in this package as Exhibit "J". Minority business firms are encouraged, but not required, to register with the City prior to submitting Proposals. The Minority/Women Business Affairs Office will provide the necessary forms,and instructions upon request (telephone 579-6845). 95- 545 1 ALL.VENDORS ARE URGED TO SUBMIT PROPOSALS FOR ANY GOODS AND 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. Proposers cooperation is greatly needed to aid the City,in achieving its goal. 5. FIRST SOURCE HIRING AGREEMENT Proposersshallacknowledge that they have been furnished a copy of the City.of Miami Ordinance 10032, the First Source Hiring Ordinance attached herein as Exhibit "K". The First Source Hiring Agreement policy requires that as a condition precedent to entering into a contract when such project is of a nature that creates new jobs, a First Source Hiring Agreement be negotiated between the Lessee and the City's authorized representative. if so applicable. Lessee shall comply with applicable provisions of Ordinance No. 10032, including any amendments thereto. 6. PROPOSALS OPEN TO PUBLIC Prospective Proposers are hereby notified that after the Proposals are opened, all information submitted as part of, or in support of, the Proposals will be available for public inspection in compliance with Chapter 286, Florida Statutes, popularly known as the "Government in the Sunshine Law". J. TAXES, UTILITIES AND OTHER CHARGES It is the intent of the City to pass through to the Lessee all financial obligations pertaining to the Property. Except as provided in Paragraph F hereof, the Lessee, at its sole cost and expense, shall: Pay any and all charges, fees, taxes, or assessments, levied against the Property and improvements, personal property and/or operations thereon, including, but not limited to., ad valorem taxes; Be responsible for all utilities rendered or supplied upon or in connection with the Property, including but not limited to, electricity, telephone, water, gas, sewage disposal, trash and garbage removal; Furnish or cause to be furnished all services necessary for the operation, management, maintenance and repair of the Property; Furnish or cause to be furnished all services required to maintain the Property in a clean, safe and sanitary condition, including but not limited to custodial, janitorial and �1 extermination services.; 9 5— 545 Provide such plumbing,, electrical, mechanical -and/or other contractual services so as to maintain the Property in an acceptable working order and safe condition; and Provide liability and property insurance at limits designated by the City and such other insurance coverage usual and customary for the operations to be conducted on the Property. The policy shall name the City as Additional Insured and Loss Payee and evidence of the required coverage (Evidence of Property Insurance) shall be submitted to the City prior to execution of the Lease Agreement. A copy of the policy and future policies shall be provided upon their availability, and shall remain on file with the City throughout the term of the Lease Agreement. K. COMMITMENT OF FUNDS 1. City The City has no obligation to, but to the extent the City can, it shall provide a grant for improvements to the Property. 2. Selected Proposer While the selected Proposer shall not be required to fund capital improvements to the Property at the commencement of the lease, the election to fund capital improvements will be favorably considered. However, the selected Proposer will be required to include in the operating budget reserves for planned maintenance and future capital improvements to the Property. Upon execution of the Lease Agreement, the Lessee shall be required to reimburse the City for any and all direct costs incurred by the City in the process of this solicitation of Proposals, including but not limited to advertising expenses and printing expenses related to the Request for Proposal. L. SELECTION CRITERIA The award of the Lease Agreement shall be granted to the responsible and responsive Proposer, whose Proposal is determined most advantageous to the City by a selection committee comprised of City staff. In making such determination, the City shall consider and grade each Proposal on the following categories: 95- 545 ,a a�ti�a 1) Viability of .Management Plan 2 2 2) Proposer's experience, reputation 20% and performance in the management of an office building and/or theater 3), Operation by a non-profit agency 15% 4) Maintenance Program 10% 5) Extent of minority ownership and participation 10 6) Proposer's financial qualifications 10% 7) Commencement Date 5% 8) Proposed capital investment 5% 9) Rent to City 5% Proposer recognizes that construction, repairs, alteraTions, improvements or maintenance to the area, is at his/her sole expense and shall become the property of the City upon expiratLQn of the Lease Agreement. Upon completion, the paid invoices, receipts and other such documents shall be submitted to the Office of Asset Management and Capital Improvements.. M. ANTICIPATED SCHEDULE OF EVENTS 1) RFP available for distribution August 10, 1995 2) Pre --Submission Conference September 12, 1995 3) Deadline for receipt of Proposal November 14,_1995 (2:00 PM EST) 4) Evaluation/Selection Process November, 1995 l 5) Date to City Commission December 14, 1995 N. EXECUTION OF CONTRACTS Upon the conclusion of the selection process as required by applicable City Charter and Code provisions, including any required voter approval, the Lease Agreement for the Property shall be signed by the City Manager or his duly authorized designee after approval thereof by the City Commission. The selected Proposer shall not have any vested right, title or interest in the property until such time as the Lease Agreement is executed. 95 �� 13 -"- 0. TERMS AND CONDITIONS OF LEASE AGREEME NT The City Manager reserves the right to require in the Lease Agreement such terms and conditions as he deems necessary for the proper 'protection of the City of Miami. The Lease Agreement .shall address, but not be limited to, the following terms and conditions: 1) Description of Leased Property - 2) TermofLease Agreement 3) Purpose of Use and Occupancy 4) Covenant of Use 5) Subletting/Permitting _ 6) Rent, Additional Rent, Sundry Billings to Sublessees/Permittees-- - 7), Rent to City 8) City's Theater Contribution 9) Audit Rights 10) Compliance with Laws 11} Alterations and Improvements 12) Mechanics Liens 13) Inspection by Lessor 14) Lessor's Right of Entry 15) Utilities 16) Condition of Leased Property 17) Maintenance and Repair of Leased Property 18) Indemnification 19) Insurance 20) Damage and Destruction 21) Cancellation.in Case of Public Necessity 22) Eminent Domain 23) Assignments 24)- Ownership of Improvements 25) Signage 26) Default 2 T ,' Notices 28) Miscellaneous a) ingress/Egress b) Successors and Assigns c) Surrender of Leased Property d) Amendments e) Award of Agreement f) Conflict of Interest g) Construction of Agreement h) Court Costs and Attorney's Fees i) Waiver of Jury Trial j) Severability 1) Waiver 1) Captions 29) Holding Over 30) Quiet Enjoyment 31) Affirmative Action 32) Nondiscrimiantion 33) Minority/Women Business Utilization 9 5 -- 545 34) Entire Agreement IN dwiV 111-011117 II. INSTRUCTIONS TO PROPOSERS D n� w 1. PROPOSAL CONTENTS Proposals shall contain each of the documents stated below, each fully completed,- signed with corporate seal affixed or notarized, as applicable. Proposals submitted which do not include the prescribed documents may be deemed non -responsive and therefore not considered for contract award. Each Proposal shall contain the following information: A) Declaration B) Questionnaire C) Proposal D) Price Proposal E) Pro Forma Statement F) Minority Classification and Participation Information and Acknowledgment G) Sworn Statement (Public Entity Crimes) Where forms are furnished as titled above, please complete per the forms instructions and submit same. Additional documentation submitted by the Proposer relating to any one of the sections should be attached to the completed form where applicable. The original and five (5) copies of the documents shall be submitted in the order listed above. 2. PROPOSAL DUE DATE Whether forwarded by mail or personally delivered, the Proposal envelope must be received by the Office of the City Clerk, City of Miami, City Hall, 3500 Pan American Drive, Dinner Key, Miami, Florida 33133, on or before November 14, 1995. Untimely submissions, or submissions delivered to another location, will not be accepted. Proposals shall be in a sealed envelope and shall contain the following information on the face of the envelopes PROPOSAL FROM: Name Address OFFER TO LEASE CITY PROPERTY LOCATED AT 900 AND 970 SW 1 STREET MIAMI, FL DUE DATE: TIME: 95- 54 3. PROPOSAL GUARANTEE C� a Each Proposal shall be accompanied by a Proposal Guarantee (a certified check, cashier's check or a bank draft of any State or National Bank; NO CASH), payable to the City of Miami, in the amount of two hundred dollars ($200.00), as a guarantee that the Lessee will execute the Lease Agreement with the City of Miami. The Proposal Guarantee must be in a separately sealed envelope with the Proposer(s) name, address and telephone number in the upper left hand corner and the words "Proposal Guarantee" written in the center. The Proposal Guarantee will be held by .the City for a reasonable period of time until the Lessee has been selected, after which the Proposal Guarantee of all but the Lessee will be returned. If the Lessee fails to formally execute the Lease Agreement, or to furnish the required insurance coverage, the Lessee's Proposal Guarantee will be forfeited to the City as liquidated damages, to compensate -the City for the delay and administrative services involved in obtaining the Lessee. 4. QUALIFICATIONS Proposers shall have no record of pending lawsuits or criminal activities and shall not have conflicts of interest which may be of embarrassment to the City of Miami. This latter qualification may be satisfied by submission of a notarized affidavit to this effect with the Proposal submission. 5. BACKGROUND CHECKS The City reserves the right to require submission. of a background check on all employees working for the Lessee. 6. ONE PROPOSAL Only one Proposal from an individual, firm, partnership, corporation or joint venture will be considered in response to this Request for Proposals. If it is found that a Proposer is interested in more than one Proposal, all Proposals in which such Proposer is interested will be rejected. 7. RENT PROPOSAL Rent to the City shall be stated in'both words and figures in the appropriate places in the Proposal form. In the event that there is'a discrepancy between the price written in words and the price written in figures, the former shall govern. 95- 545 1 zy 8. SIGNATURE OF PROPOSER Prospective Proposer must sign the Proposal Do mt e space .provided for signature. If the Proposer is a 1la, pn hPhe , the word "Authori zed General- Partner shall appear after signature of the partner. Proof of authority of the partner executing the Proposal on behalf of the partnership ,shall be attached to the Proposal Form. If the Proposer is a corporation, therequiredsignature will be of the President or Vice President or, Chief Executive Officer with the official corporate seal affixed thereto. 9. WITHDRAWAL OF PROPOSAL :Any Proposal may be withdrawn prior to the final time for receipt provided, however, that after the final time for receipt any Proposal withdrawn will forfeit its Proposal Guarantee which will become the property of the City and the Proposer waives all claims.with respect thereto., a� D A. D �� DECLARATION TO: Cesar H. Odio, City Manager City of Miami Submitted on this -- day of 1995. The undersigned, as Proposer (herein used in the masculine singular, irrespective of actual gender and number) declares thaT- the persons interested in this Proposal are named hereinr that no other person has any interest in this Proposal or in the Lease Agreement to which this Proposal pertains, that this Proposal is made,without connection or arrangement with any other person and that this Proposal is in every respect fair, in good faith, without collusion or fraud. The Proposer further declares that he has complied in every respect with the Instruction to Proposers included in this Request for -Proposals, that he has read all addenda, if any, and that he has satisfied himself fully with regard to all matters and conditions with respect to the lease to which the Proposal pertains. - TheProposerproposes and agrees, if this Proposal is accepted, to execute an appropriate Lease Agreement for the purpose of establishing a formal contractual relationship between him and the City of Miami, Florida, for the performance of all requirements to which the Proposal pertains. The Proposer states that the Proposal is based on the Request for Proposals -issued by the City, dated for the leasing of the Manuel Artime Community Center located at 900 and 970 SW'1 Street, Miami, Florida. Signature: Print Name: Title: 95- 545 B. n CITY OF MIAMI U n� QUESTIONNAIRE 1. Name of Proposer: 2. Check One: Individual ( ) Corporation ( ) Partnership ( ) Joint Venture If corporation, is Proposer a subsidiary? Yes ( ) No { ) If yes, name and address of parent corporation: If corporation, is it a non-profit corp.? Yes ( ) No ( ) 3. Principal Office Address: Telephone 4. Official contact or Representative of Proposer for purposes of this Proposal: Name & Title: Address: Telephone: 5. If Proposer is a Corporation, please complete the following: Date Incorporated: In what state: President b) President Vice Pres Vice Pres Secretary Secretary Treasurer Treasurer 545 ® LU 6 If foreign, date of registration with Florida Secretary of - State: and name and address of Florida Registered Office Agent pursuant to the Lease Agreement: Name: Address: ATTACH COPY OF (1)`CORPORATE CHARTER, (2) CURRENT CERTIFICATE -0F CORPORATE GOOD STANDING, (3) PROOF OF REGISTRATION WITH FLORIDA SECRETARY OF STATE (4) CERTIFICATE EVIDENCING COMPLIANCE WITH THE FLORIDA FICTITIOUS NAME STATUTE, IF APPLICABLE, AND (5) A COMPLETE LIST OF OFFICERS AND DIRECTORS. The Proposer, if a corporation, must be authorized to do business in the State of Florida and must be incorporated under the laws of one of the states of the United States. 6. If Proposer is a Partnership, complete the following: Date of Organization: MEMBERS OF PARTNERSHIP MUST ATTACH (1) COPY OF PARTNERSHIP AGREEMENT(S) AND AMENDMENTS THERETO, IF ANY, (2) LIST OF NAMES AND ADDRESSES OF ALL PARTNERS SPECIFYING WHETHER EACH IS A GENERAL OR LIMITED PARTNER, (3) PROOF OF AUTHORITY OF THE PARTY EXECUTING THIS BID ON BEHALF OF THE PARTNERSHIP, AND (4) AFFIDAVIT THAT THE INFORMATION LISTED IS CURRENT, TRUE AND CORRECT. Address 8.If Proposer is a joint venture, complete the following: The Joint Venture Proposer, , consists of the following entities: (a) A corporation (corporate name) Authorized to do business in the State of Florida (b) (corporate name) 11n A corporation 95-- 545 a3 11-10 VA Authorized to do business in the State of Florida (c)' (name) (name) . (sole proprietor or partner) (sole proprietor or partner) The Managing or the General Partner of the Joint Venture, or other appropriate person; legally authorized to bind the Joint Venture is: who is the of (name) (title) (name of entity) a)President b) President Vice Pres Vice Pres Secretary Secretary Treasurer Treasurer The individuals who are members of the Joint Venture are: (c) (name) (name) (title) (title) CORPORATE MEMBERS OF THE JOINT VENTURE MUST ATTACH (1) CORPORATE CHARTER, (2) CURRENT CERTIFICATE OF CORPORATE GOOD STANDING, (3) PROOF OF REGISTRATION WITH FLORIDA SECRETARY OF STATE AND (4) COMPLETE LIST OF OFFICERS AND DIRECTORS. ATTACH COPY OF JOINT VENTURE AGREEMENT AND CERTIFICATE EVIDENCING COMPLIANCE WITH THE FLORIDA FICTITIOUS NAME STATUTE, IF APPLICABLE. 95- 545 PROPOSAL TO: Office of the City.Clerk City, of Miami,, Florida Attention: Office.of Asset Management and Capital Improvements 1. The undersigned, hereby, makes a Proposal for the leasing of the Manuel Artime Community Center located at 900 and 970 SW,l Street, Miami, Florida (collectivuly the "Property") for one five, year period, .with a City option to renew for two additional five year periods. The privileges of leasing the Property will be specified in a Lease Agreement to be entered into and between the Lessee and the City of Miami. 2. Describe in your format and attach to the last page of this PROPOSAL form, labeled accordingly as follows: PART I: OPERATION & MAINTENANCE (ATTACHMENT A) A. Narrative description of how the Proposer will utilize, manage, operate, and maintain the Property. Please be as explicit as possible. B. The following information should be provided: - Proposed use of the existing amenities - List of intended operations to be operated by Proposer, and intended operations to be subleased or operated by a management contract Management Plan including elements such as mission statement, operating procedures, proposed rent or ranges of rent to be charged, proposed additional rent(s) and sundry billings, budget, revenue projections and cash flow analysis - Organizational chart presented in graphic form depicting key positions associated with the leasing of the Property. Chart shall be accompanied by job descriptions for these key positions. - Types of concessions including variety of merchandise, food and beverages to be served and/or sold Proposed plan to maintain existing non-profit organizations Marketing Plan including identification of primary and secondary user markets for the facilities and description of the strategies to be utilized for attracting those markets - 545 r� a.°; Proposed hours of building and theater operations Date in which Lessee can take possession of the Property (Commencement Date) PART II: MAINTENANCE PROGRAM (ATTACHMENT B) A. Narrative description of proposed regular maintenance and preventive maintenance program for the Property including .building, furnishings, exterior, grounds, parking lot and lighting. Such description should detail aspects including, but not limited to, pest control, painting, janitorial services, window cleaning, and landscaping services. B. Narrative- description of repair services that will be provided or contracted for by Proposer in order to maintain tfie Property and all aspects in acceptable working order -and safe condition. PART, III. PROPOSER'S EXPERIENCE AND PROFESSIONAL REPUTATION (ATTACHMENT C) A. Narrative description of the Proposer's professional qualifications, credentials and experience and that of key personnel involved in the overall leasing of the same or similar property. B. Resumes of key individuals to be involved in the leasing of the Property. The -resumes should give a detailed description of the job -functions performed by the Proposer and whether such functions shall be performed on -site -or off -site. If the Proposer intends to operate the Property with a day-to-day manager other than the Proposer, then a resume of the manager should be provided. t PART IV: PROPOSER'S FINANCIAL CAPABILITIES (ATTACHMENT D) .�.A. Narrative description- of Proposer's financial capabilities, and resources available to lease the Property including Proposer's most recent financial statement. B. The following documents may also be submitted: 1,. Balance sheet less than 90 days old 2. Current Income and Expense Statement 3. Business Income Tax Reports for the last three years'. PART V. MINORITY OWNERSHIP OR PARTICIPATION (ATTACHMENT E) Narrative description of the in the proposed leasing of the joint venture or subcontractor. Program utilized by your firm, if extent of minority involvement Property either as suppliers, Attach Affirmative Action any. 95- 545 u l.J a d 3. FIRST SOURCE HIRING AGREEMENT COMPLIANCE CLAUSE Proposer acknowledges that it has been furnished with a copy of City of Miami Ordinance No. 10032, the. First Source Hiring Ordinance. The First Source Hiring Agreement policy requires that as a condition precedent to entering into new jobs, a First Source Hiring Agreement be negotiated between the Lessee and the City's authorized representative, if so applicable. Lessee shall comply with applicable provisions of Ordinance No. 10032, including any amendments thereto. (Proposer's Initials) 4. Indicate understanding and willingness to comply with any and all other items in the "Request for Proposals" not addressed in the previous three (3) sections of this "Proposal" by initialing below. (Proposer's Initials) 5. It is expressly understood that the City of Miami reserves the right to accept or reject any or all Proposals, and it is further understood, that acceptance of any Proposal and corresponding agreement is subject to the approval of the City Commission. The City further reserves the right to reject all bids in the event less than three proposals are received by the City. (Proposer's Initials) 6. It is expressly understood that upon notice that this bid has been. accepted, which said notice shall be mailed to the undersigned at the address stated below, the undersigned will, within thirty (30) calendar days after the City Commission authorizes the City. Manager to execute a lease agreement, enter into such an agreement with the City. (Proposer's Initials) 7. It is expressly understood that if this bid is accepted, the undersigned will pay the costs incurred by the City in the leasing of this property, inclusive of City's cost of conducting this competition. (Proposer's Initials) 95- 545 tp� 8. The undersigned expressly authorizes the City of Miami to solicit and _obtain information and verification from any source :named in or in connection with this Proposal. (Proposer's Initials) PROPOSAL SUBMITTED BY INDIVIDUAL Signature of Proposer Address Print Name of Proposer STATE OF FLORIDA ) SS COUNTY OF ) The foregoing instrument was acknowledged before me this day of , 1995 by (name of person acknowledging), who is personally known to me or who has produced (type of identification) as identification and who did (did not) take an oath. 95- 545 ® D PARTNERSHIP Signature of. Proposer Address Print Name of Proposer STATE OF FLORIDA ) SS COUNTY OF ) The foregoing instrument was acknowledged before me this day of , 1995 by (name of acknowledging partner or agent), partner (or agent) on behalf of (name of partnership), a partnership. He she .is personally known to me or has produced (type of identification) as identification and who did (did not) take an oath. Signature of Notary Public 95- 545 CORPORATION _ Name of Corporation _Signature of President, Vice Address President or CEO l Print Name and Title (If other than the above referenced officials, attach a certified copy of a Corporate Resolution which permits the person to execute the offer for the Corporation.) (Corporate Seal) .ATTEST: Secretary Print Name STATE OF FLORIDA ) SS COUNTY OF ) The foregoing instrument was acknowledged before me this day of , 1995 by (name of officer or agent, title of officer or agent) of (name of corporation acknowledging, a (state or place of incorporation) corporation, on behalf of the corporation. He/she is personally known to me or has produced (type of identification) as identification and who did (did not) take an oath. -Signature of Notary Public Print Name Commission No. 545 �1Y 11011111 A D. �a CITY OF MIAMI P R I C E P R O P O S A L For the right to lease the Property per the foregoing specifications, the undersigned agrees to pay the City of Miami: A GUARANTEE MONTHLY PAYMENT OF: dollars (in words) Proposals below the minimum specified in Paragraph D of the General Information to Proposers will be disqualified. SUBMITTED BY: Signature of Proposer Print Name of Proposer STATE OF FLORIDA ) SS COUNTY OF ) The foregoing instrument was acknowledged before me this day of , 1995 by (name of person acknowledging), who is personally known to me or wh6 has produced (type of identification) as identification and who did(didnot) take an oath. Signature of Notary Public Print Name Commission No. 95- 545 a� E. PROFORMA STATEMENT (This attachment is to be used as an "example " only and does not necessarily include all revenues and expenses incurred during the leasing of this property) REVENUE Theater Rentals $ Concessions $ office Rentals $ Equipment Rentals $ Parking $ TOTAL REVENUES $ EXPENSES Payroll $ Payroll taxes $ Fringe Benefits (ie. insurance, etc) $ Office Cleaning $ Theater Cleaning $ Extermination $ Elevator Contract $ Security Services $ Air Conditioning Services $ Repairs/Maintenance $ Electric $ Water $ Telephones $ Licenses & taxes $ Real estate taxes (if applicable) $ Property & Liability Insurance $- Equipment Replacements $ Equipment Rental $ Bank charges $ office Supplies $ Leasing Expenses $ TOTAL EXPENSES NET INCOME 95— 545 n 41 F. D�aC�v ,MINORITY CLASSIFICATION AND PARTICIPATION INFORMATION AND ACKNOWLEDGMENT 1.i Indicate CLASSIFICATION of Business Enterprise (PROPOSER): [ ] BLACK [ ] HISPANIC [ ] WOMAN [ ] OTHER 2. -Detail MINORITY/FEMALE PARTICIPATION within your firm, or as it may apply to this Proposal, if awarded: 'A. JOINT VENTURE: Provide information regarding MINORITY/FEMALE firm participating as such, and extent of participation. Firm.Name Business Address % of Dollar Proposal Amount B. SUBCONTRACTORS: Provide information regarding Minority/Female firms that will be subcontractors for this Proposal and their extent of the work. Firm Name Business Address % of Dollar Proposal Amount C. SUPPLIERS: Provide detail regarding Minority/Female Firms that will supply you with goods or services, and, the extent Firm Name Business Address of Dollar Proposal Amount D. AFFIRMATIVE ACTION PROGRAM (detail of program must be attached). If existing, Date Implemented: If planned, Date of Proposed Implementation: 95- 545 3.3 414 -TAe undersigned PROPOSER acknowledges that it has received a copy of Ordinance No. 10062, the Minority and Women Procurement Ordinance of the City of Miami', and agreesto comply with all applicable substantive and procedural :provisions therein, including any amendments thereto. PROPOSER SIGNATURE FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAy DISQUALIFY THE PROPOSAL 95- 545 -11� Avg; G. SWORN STATEMENT PURSUANT TO SECTION 287.133 3 (a), a [� Fi.ORIDA STAWITS. ON PUBLIC ENTITY CRRAES 17MS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. L This sworn statement is submitted to (print name of the public entity] by (print Individual', name and title] for (print name of entity submitting sworn statement) whose business address Is _ and (If applicable) its Federal Employer Identification Number (FEIN) is (If the entity has 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, means 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. 4. I•understand that an 'affiliate as defined in Paragraph 287.133(1)(a), Florida Statutes. means: 1. A predeo=r or successor of a person convicted 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 'affiliate' includes 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 facie case that one person controls another person. A person who knowingly 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 affiliate. 5. I understand that a 'person' as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term °person' includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 95 - 545 :: 3 V' divil � 6.. Based on information and beticf, the statement which I have marked below is true In relation to the entity, submitting this sworn statement. [indicate which statement applies.] Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any a8iliate of the entity has been charged with and convicted of a public entity crime subsequent to Duty 1, 1989. The entity submitting this sworn statement, or one or more of its officers; directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, c=cuth=, partners, shareholders, employees, members, or agents who are -active In the management of the entity, or an affiliate of the entity has been charged with and convicted of a ublic entity crime subsequent to July 1,1M. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the 1~uua 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 list ,[attach a Loopy of the final order[ I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDEWHIED IN PARAGRAPH 1 (ONE[ ABOVE IS FOR THAT PUBLIC ENTTI'Y ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBE . 31 OF THE CALENDAR YEAR IN WECECH rr IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO MMUNG INTO A CONTRACT IN EXCESS OF THE TSRESHOLD AMOUNT PROVIDED IN SECTION y, xn, FjB�Di A ffAl= FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAMM IN THIS FORM. [sIgasture] EXHIBIT A LEGAL DESCRIPTION TO BE ATTACHED 95- 55 dtiill?r"F 1 1 f CO s u�, cYi Q' •!1L ntJiJt }�01C.CSICAop 40> C.s GO S OJA) SOu4+JN ' A,PSO C. A t 0- j 4 J v EI /c T-F ad 3.8 sF P1ati, IgoG:�i �r. Di �3010� tU.0 m O p �: P� Cci� o � ' i+�JH A�Jo•s W•C �lil•U52 ir:C , V2ce At•c. AA�ofh 'Ass.., 70� ?ASE#: hAAA7.1flu y�fe E any I T.�• u ti G G r-1 DO O 41 0 r0 v 64 IJ .-4 aw'w 0 k-WA f10-1) fSJRGAtJ Elev let ;e Fyccv� �,r c JOA)l ((,-70 V.P) 5 Yo 95— 545 m �c�on ' C ender 795s•f ACT, o IJ i9c,s��• t "'Wi rr 970 SW 1 Street �y �. <Pu-t a TOMk s e. 0 Au 'q -I anhf aP the :104. ROVr a' .,5qo 5 t a-3 lnjusly;l a L Home. IM5 95- 545 SViJ11i/, EQ MENT (4) Desk Mic. Stand (4) ne Cdr open to eavironmetual Height 8" • 13 ". juO�J. Roam �(8) 14) Length 25 1/2" to 44 1/2". Allow optimum :fit noise for less audio fuique. proximity between the microphone and its sound source: ' on . aziou with a call signal light to M'ic. Cable (32) attention In case beas)sct is 25 feet long, Speaker Cable (3) Mic. (2) 50 feet long, Icku control, with full rmp Podium (1) inchidcs light artd bulls , in Veakcs 1 aic WC. (8) ; Wireless iiiic. (1) moving coil dymnlic 'mic% a unk&eLdoral or cardioid • Cassette Deck (1) T11.. Provides isolation while itcmore control capbility (wkWn 23') during live pWocmances. �pmtsssonai® tspeW= We- (2) system for stage moaWr ient noise and exteod reach applicltiou It acmitic coodition Audio Mixing Causole (1) ad. Mic. (4) 24 clunnel�, 'turn or narrator clew. Iraeludt' Y roll off swk& S %T"der (1) od (12). Clwed circuit intercom Ene- 2anei matrix Has four channels that can be connected to any 62". of twelve different tines. LIGHT EQ►UIOPMEN CXC (5) 1bree light hmiwntaL PAR 64 (24) Versatile Iunoinaires deAgmed for di 3ppiicmm Features, a Lamp range fi or 300 - 1000 W. 11w' adaptor ring cnaxittrum G=Nlity. Adam 360'Q• 04) 6" Ei14*ojdab (6" x F"). Alta m 360Q (24) 6" Euoomdais (6" x 12"). 6" MpWidals (6" X 16"). F,og/Smoke Machine (1) rlftet- (1) Yamaha Gaud Piano (Y b") EXHIBIT D ELEVATOR SERVICE CONTRACT TO BE ATTACHED 95- 545 EXHIBIT E JANITORIAL SERVICES CONTRACT TO BE ATTACHED 95" 545 akti�„4i m TO BE ATTACHED �a . EXHIBIT G MANUEL ARTIME COMMUNITY CENTER TENANTS AS OF 3 21 9 5 900 SW 1 STREET ORGANIZATION SQ. FT. Catholic Community Services 60 s.f. (Clothes) - Room 203 Colegio de Abogados 226.13 Rooms 204C & D Centro de Derechos Humanos 170.1 s.f. Room 302 Colegio Nacional de 58.5 s.f. Arquitectos, Room 300 Architects appear to have abandoned area Colegio Nacional de 58.5 s.f. Farmaceuticos Room 300 Note: Farmaceuticos & Architects share space 'Cuban American Artist 17 0 '.1 s.f. Foundation (FACA) Room 306A 95- 545 . EXHIBIT G MANUEL ARTIME COMMUNITY CENTER TENANTS AS OF 3 21 9 5 900 SW 1 STREET ORGANIZATION SQ. FT. Catholic Community Services 60 s.f. (Clothes) - Room 203 Colegio de Abogados 226.13 Rooms 204C & D Centro de Derechos Humanos 170.1 s.f. Room 302 Colegio Nacional de 58.5 s.f. Arquitectos, Room 300 Architects appear to have abandoned area Colegio Nacional de 58.5 s.f. Farmaceuticos Room 300 Note: Farmaceuticos & Architects share space 'Cuban American Artist 17 0 '.1 s.f. Foundation (FACA) Room 306A 95- 545 Instituto de Cultura Hispanica 226.8 s.f. Rooms 204A & B Jefatura Militar Conjunta 392 s.f. Brigada 2506, Inc Room 206 National Assoc of Crime 187 s.f. Prevention Room 306B National Journalists Assoc of 429 s.f. Cuba :in Exile, Inc Room 200 Spanish'American•League 224 s.f. Against Discrimination (SALAD) Room 201 95- 545 ;f1 970, SW Z STREET ORGANIZATION S . FT. Action Community Center 991 s.f. Room 304 Catholic Community Services 2,520 s.f. Little Havana Child Care ,Room 205 Catholic Community Services 1,195 s.f. Outreach -- Room 302 Cuban Women's Club 671 s.f. Room 408 671 s.f. HRS Food Stamps 5,500 s.f. Portion of 2nd & 3rd fl. Lions Home for the Bland 2,503 s.f. (f/k/a Industrial Home for the Blind) - Rooms 403-407 Little Havana Development 1,569 s.f. EXHIBIT H As of June 27, 1995 MANUEL ARTIME PEEtE19F2MING ARTS CENTER - PRojECTBD ACrIVITy REPore Jules 1, 1995 through July 31, 1996 Name of Organization Date of Event Deposit Type of Event Maria.de,los Angeles 07-01-95 yes Ballet Los Chavales de Espana 07-06-95 yes Concert 07-07-95 07-08-95 EstrellaMoreno 07-09-95 yes Spanish Ballet Ballet Concerto 07-14-95 yes Ballet Coral Rose Production 07-15-95 yes Variety Show 07-16-95 Eduardo Lujan Productions 07-22-95 yes Beauty Pageant Elena del Cueto Dance 07-23-95 yes Ballet Pro Arte Grateli 07-29-95 yes 07-30-95 Department. of Parks 08-03-95 Free King & Queen 08-10-95 Contest Ronquillo.School Ballet 08-05-95 yes Ballet Giselle's Classic Ballet 08-12-95 yes Ballet Los Foncmeneoas 08-13-95 yes Variety Show 08-27-95 Reynaldo Rey 08-20-95 yes Variety Shwa Oscar de Fontana 09-09-95 yes Variety Show Rene Touzet 09-10-95 yes Piano Concert Waldo Estrada 09-17-95 yes Concert Asociacion de Antiguas 09-23-95 yes Variety Show Alumnas del Apostolado Rafael Benitez 09-24-95 yes Concert 95- 545 PROJECTED ACTIVITY REPORT - (X)NTINUATION July 1, 1995 through July 31, 1996 Name of organization Date of Event Deposit Type of Event Alicia Faccio 10-01-95 yes Beauty Pageant Hispanic Theater Guild 10-08-95 yes. Play 10-13-95 10-14-95 10-15-95 10-20-95 _ 10-21-95 10-22-95 10-27-95 10-28-95 101-29-95 Peruvian Image Cultural Group 11-04-95 yes Anniversary A.L.B.A. 11-05-95 yes Concert Jesus Garcia- 11-12-95 yes Concert Vivian Tobio Ballet 11-18-95 yes Ballet Operatic & Concert Artists 11-19-95 yes Zarzuela Pan American Institute 12-15-95 yes Variety Shwa H.B.0 of Florida 12-16-95 yes Child Program A.L.B.A. 02-11-96 yes Variety Shaw A.L.B.A. 04-07-96 yes Variety Sher Brito Miami Private 06-20--96 yes Graduation Twenty (20) organizations/individuals are pending for Confirmation letters and deposits. § 18.55.3 EXHIBIT I FINANCE U U § 18•56.1 5, W (2) An audit may be required when, in respect to an actual or prospective contractual party, there is: (i) A question as to the adequacy of ac- counting policies or cost systems; (ii) A substantial change in the methods or levels of operations; (iii) Previous unfavorable experience indi- cating doubtful reliability of esti- mating, accounting or purchasing methods; (iv) A lack of cost experience due to the procurement of a new supply or ser- vice; or (v) Other evidence that an audit is in the _ city's best interests as determined by the chief procurement officer, the city manager or the city commission. (c) Conduct of audits. Whenever possible, au- dits shall be performed so as not unduly to delay or inconvenience the contractual party. Contrac- tual parties shall make available at no charge to the city all reasonable facilities and assistance, for the convenience of the city representatives per- forming the audit. (Ord. No. 9572, § 1, 2-10-83) Sec. 18-56. Disputes and legal remedies. The following procedure shall be used for ar- riving at early settlement of grievances by inter- ested parties who have participated in the city's procurement process. (Ord. No. 9572, § 1, 2-10-83) Sec. 18.56.1. Resolution of protested solieita. tions and awards. (a) Right to protest. Any actual or prospective proposer who perceives itself aggrieved in connec- tion with the solicitation or award of a contract or any prospective bidder who intends to contest bid specifications or a responsive and responsible bidder whose bid is lower than that of the recom- mended vendor may protest to the chief procure- ment officer. A notice of protest shall be sub- mitted in writing to and received by the chief procurement officer within two (2) days after in- vitation to bid is received or after the reading of the bid tabulation by the city clerk or after receipt Supp. No. 45 of the notice of the city's decision or intended de- cision. A formal written protest must be submitted to and received by the chief procurement officer within five (5) days after the date the notice of protest was filed. No time will be added to the above limits for service by mail. In computing any period of time prescribed or allowed by this sec- tion, the day of the act, event or default from which the designated period of time begins to run shall not be included. The last day of the period so com- puted shall be included unless it is a Saturday, Sunday or legal holiday in which event the period shall run until the end of the next day which is neither a Saturday, Sunday or legal holiday. In- termediate Saturdays, Sundays and legal holi- days shall be excluded in the computation of the time for filing. The formal written protest shall state with particularity the facts and law upon which the protest is based. (b) Authority to resolve protests. The chief pro- curement officer shall have the authority, subject to the approval of the city manager and the city attorney, to settle and resolve any formal written protest. In cases involving more than four thou- sand five hundred dollars ($4,500.00), the deci- sions of the chief procurement officer must be sub- mitted for approval. or disapproval thereof to the city commission after a favorable recommenda- tion by the city attorney and the city manager. The chief procurement officer shall obtain the req- uisite approvals and communicate said decision to the protesting party; or alternatively if the amount involved is greater than four thousand five hundred dollars ($4,500.00), shall submit said decision to the city commission within thirty (30) days after he/she receives the protest. (c) Compliance with time requirements. Failure of a party to timely file either the notice of protest or the formal written protest with the chief pro- curement officer within the time provided in sub- section (a), above, shall constitute a forfeiture of such party's right to file a protest pursuant to this section. . (d) Stay of procurements during protests. Upon receipt of a notice of protest which has been timely filed under subsection (a) above, the city shall not proceed further with the solicitation or with the award of the contract until the protest is resolved 1215 9 5— 545 0� 'Iwti�6 18.56.1 MLAMI CODE by the chief procurement officer or the city com- mission as provided in subsection (b) above, un- less the city manager makes a written determi- nation that the solicitation process or the contract award must be continued without delay in order to avoid an immediate and serious danger to the public health, safety or welfare. (e) Costs. All costs accruing from a protest shall be assumed by the protestor. (f) Bond. The formal written protest must be accompanied by a.bond payable to the city in an amount equal to one (1) percent of the amount of the bid or contract or five thousand dollars ($5,000.00), whichever is less, which bond shall guarantee the payment of all costs which may be adjudged against the protestor in any administra- tive or court proceeding. In lieu of a bond, the chief procurement officer may accept a cashier's check or money order in the amount of the bond. If a protest is upheld by the chief procurement officer and/or the city commission, as applicable, the bond shall be refunded to the protestor less any costs assessed under subsection (e) above. If the protest is denied the bond shall be forfeited to the city in lieu of payment of costs that might be assessed for the administrative proceedings as pre- scribed by subsection (e) above. (Ord. No. 9572, § 1, 2-10-83; Ord. No. 11072, § •1, 7.8.93) Sec. 18.56.2. Resolutions of contract disputes. (a) Authority to resolve contract disputes. The city, manager, after obtaining the approval of the city attorney, shall have the authority to resolve controversies between the contractual party and the city which arise under, or by virtue of, a con- tract -between them; provided that, in cases in. volving an amount greater than four thousand five, hundred dollars ($4,500.00), the city commis- sion must approve the city manager's decision. Such authority extends, without limitation, to con. ;troversies based upon breach of contract, mistake, misrepresentation or lack of complete perfor- mance, and shall be invoked by a contractual party by submission of a protest to the city manager. (b) Contract dispute decisions. If a dispute is not resolved by mutual consent, the city manager shall promptly render a written report stating the Supp. No. 45 D� , UU iL 18.566 reasons for the action taken by the commission or the city manager which shall be final and conclu- sive. A copy of the decision shall be immediately provided to the protesting party, along with a no- tice of such party's right to seek judicial relief, provided that the protesting party shall not be entitled to such judicial relief without first having followed the procedure set forth in this section. (Ord. No. 9572, § 1, 2-10-83) Sec. 18.56.3. Remedies prior to award. If prior to contract award it is determined that a solicitation or proposed award is in violation of law, then the solicitation or proposed award shall be cancelled by the city commission or revised to comply with the law. (Ord. No. 9572, § 1, 2-10-83) Sec. 18-66.4. Debarment and suspensions. (a) Authority and requirement to debar and sus- pend. After reasonable notice to an actual or pro- spective contractual party, and after reasonable opportunity to such party to be heard, the city manager, after consultation with the chief pro- curement 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 determination. The au- thority to debar and suspend contractors shall be exercised in accordance with regulations which shall be issued by the chief procurement officer after approval by the city manager, the city at- torney, and the city commission. . (b) Causes for debarment or suspension. Causes for debarment or suspension include the following- (1) Conviction for commission of a criminal of- fense incident to obtaining or attempting to obtain a public or private contract or sub- contract, or incident to the performance of such contract or subcontract; (2) Conviction under state or federal statutes of embezzlement, theft, forgery, bribery, fal- 1216 9 5- 545 1/12/89 EXHIBIT. J ORDINANCE NO. AN ORDINANCE AMENDING CHAPTER 18, ENTITLED "FINANCE", OF THE CODE OF THE CITY OF MIAMI, FLORIDA, AS AMENDED, BY REDEFINING THE TERM u W' "MINORITY AND WOMEN -OWNED BUSINESS ENTERPRISE AND DEFINING THE TERM "VENDOR" IN SECTION 18-68; REQUIRING IN SECTION 18-72 THAT THE GOAL OF AWARDING AT LEAST FIFTY-ONE PERCENT (511) OF THE CITY'S TOTAL ANNUAL DOLLAR.VOLUME OF ALL PROCUREMENT EXPENDITURES TO MINORITY/WOMEN SMALL BUSINESSES BE APPLIED _ TO ALL CITY OF MIAMI BIDS AND CONTRACTS; REVISING SECTION 16-73 TO PROVIDE THAT ALL CITY OF MIAMI INVITATIONS, REQUESTS AND/OR ADVERTISEMENTS FOR BIDS, PROPOSALS, QUOTES, LETTERS OF INTEREST AND/OR QUALIFICATION STATEMENTS CONTAIN THE APPROVED MINORITY/WOMEN BUSINESS ENTERPRISE (M/WBE) PARTICIPATION REQUIREMENTS PURSUANT TO CITY OF MIAMI ORDINANCE NO. 10062 - 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 M/WBE AFFAIRS AS THE CITY OFFICIAL RESPONSIBLE FOR ESTABLISHING AND IMPLEMENTING M/WBE BID AND CONTRACT PARTICIPATION REQUIREMENTS, COMPLIANCE GUIDELINES, AND MONITORING AND REPORTING PROCEDURES;. CONTAINING A REPEALER PROVISION AND A SEVERABILITY CLAUSE. WHEREAS, Ordinance No. 10062 .dealing -with Minority/Women Business Affairs and Procurement established the annual goal of procuring/contracting fifty-one percent (51%) with minority/women owned and managed business enterprises; and WHEREAS, Administrative Policy Manual 4-86 (APM 4-86), issuedOctober 1, 1986, provides for the administrative implementation 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 s 4 5 IL0538 Si relates to the ity's bid, proposal and contrac' •roceas and the resulting docut s on a bid/contract by bid/ciect basis to achieve the annual goals; NOW, THEREFORE, BE IT ORDAINED BY THE COMMISSION OF THE CIITiYI D nd OF HIAHI, FLORIDA: Section 1. Section 18-68, is hereby amended in the following particulars.l 'Sec. 18�-68. Definitions. For the purpose of this article, the following terms, phrases, words, and their derivations shall have the following meanings: Minority and women -owned small business enterprise means a business enterprise in which at least fifty-one percent(51%) of said enterprise is owned by Blacks, Hispanics, or women whose management and daily business operations are 'controlled by one or more Blacks, Hispanics or women and who employ a maximum of twenty- five (251 employees or have a net worth not in excess of two million dollars. - 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 a 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: Seventeen percent (17 %) to Blacks, seventeen percent (17%1 to Hispanics and seventeen percent (17%) to women; such goal shall be applied to all cit,v bids and contracts.' Section 3.' Section 18-73 is hereby amended by adding the following languages 'Sec. 18-7 3, Required statements for solicitations or notices: required statements on contracts and awards. e. It shall be mandatory for all city solicitations or notices inviti.ng bids. gr�29sals quotes. letters of interest and/or gualificat Qn& to 1 Words and/or figures stricken through shall be deleted. Underscored ,,words ,end/or figures shall be added. The -remaining provisions are now in effect and remain unchanged. Asterisks indicate omitted and unchanged material. -2- 95�- 545 A0538 .. .� .1. . 1 14AIt' 1 1 • 1 . 1 - .. . • all • , . II .. 1 -, f • r II • T 1•V7A .•11. 1 1 . . • 1 _ • 1.. • • 1 • ... 1 • • • 1 - • 1 1 . • 1• •, . • •rM• , • •• • t • •11 • t 1 • It shall be mandatory for all city contracts and/or. procurement award documents to contain the following: s + • (5) A requirement that each bidder, proposer. or vendor, 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 ohhie`t4iv4 of I the City Is to . require that .1 t . 1 • ., ,ti• 1. � � O �1-1J VP)�=)t• 11 N L•y] 1{•! t• ffice gf - pug2gseof with the 1 the eygntofvendors* ll!CV 4�1! 711• � �! ilia � 11 � R•S�17•f�Y-T her designee for J 1 toatceKtaicompliance regulremgnta. or • 1 • airs or } • • f Cooing noncompliance1 =uIrements of the7 • ! 1 the City this Rection, Managgr may sus2cnd •terminate thC • im2gse other sanctions to .0 a2prppriate. In whole •S2r part. canrol • and/o may -be determined • or • 1 as Section ,. The following new Section 18-76 is added in its entirety: Sec. 18-76. Administrative Procedures. The Departments of Finance, Public Works and General Services Administration are authorized to establish the required administrative procedures to insure compliance with the provisions as set forth herein. 95— 545 -3_ 1Ui314 SY The Financ epartment is mandated to instit, payment procedures--'11ch will insure, in those in' nces in which the ,n 'bid or contract requirements .suit In contracts, subconttacts or joint venturer, for M/WSEs, 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 minority/woman business enterprise subcontractor or joint venture partner in an amount not to exceed the subcontracted or jointventure 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/proposer or the M/WBE, under 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 may be required to,insure and report on compliance with all aspects of this article." DG3a�4 Section 5. The following new Section 18-17 is added in its entirety.- -Sec. 18-77. 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/WBE 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 lSth day of December , 19 BB PASSED AND ADOPTED ON SECOND AND FINAL READING BY TITLE ONLY this 12th day of January 19 89• A XAVIER L. EZ,-Mayor MA Y HIRAI City Clerk -4- 10S3B tO538 ORDINANCE NO. 1 0 0 3 2 AN ORDINANCE IMPLEMENTING THE "FIRST SOURCE HIRING:AGREEMENT" AND SETTING AS A CONDITION PRECEDENT TO THE EXECUTION OF CONTRACTS RESULTING IN THE CREATION OF NEW PERMANENT JOBS, 'THE SUCCESSFUL NEGOTIATION OF A "FIRST SOURCE HIRING AGREEMENT" BETWEEN THE PRIVATE INDUSTRY COUNCIL OF SOUTH FLORIDA/SOUTH FLORIDA EMPLOYMENT AND TRAINING CONSORTIUM, AUTHORIZED REPRESENTATIVE OF THE CITY OF MIAMI, AND THE ORGANIZATION OR INDIVIDUAL RECEIVING SAID. CONTRACT, UNLESS SUCH AN AGREEMENT IS FOUND TO BE INFEASIBLE BY THE CITY MANAGER, AND SUCH FINDING IS APPROVED BY THE CITY 'COMMISSION OF THE CITY OF MIAMI, WITH THE PRIMARY BENEFICIARIES OF THIS AGREEMENT BEING THE PARTICIPANTS OF THE CITY OF MIAMI, TRAINING AND EMPLOYMENT PROGRAMS AND OTHER RESIDENTS OF THE CITY OF MIAMI; CONTAINING A REPEALER PROVISION AND SEVERABILITY CLAUSE. EXHIBIT K DG3Q�� WHEREAS, the City Commission has declared its intent "that public projects that are financed by public funds,, CETA participants, who are eligible are to be given priority" (Notion 83-1018, November 16, 1983), and; WHEREAS,. the City Commission is desirous of supporting the concept of "First Source Hiring Agreement", which would give priority employment to City of Miami' training and employment participants i hiring situations resulting from the support of pdblic funds, from or through the -City and/or special privileges granted by the City of Miami, and; WHEREAS, the City Commission passed a Resolution "establishing an advisory committee to recommend a "First Source Hiring Agreement" policy for implementation by the City of Miami and _appointing certain individuals to serve on that'.committee" (Resolution No. $4-896, July 31, 1984), and; WHEREAS, the City Commission of the City of Miami wishes to assure continuing employment opportunities of residents of the City of Miami, and; WHEREAS, the authorized representative shall negotiate the terms of the "First Source Hiring Agreements" on a project by . 55 project basis with the recipient of contracts for facilities, -"- services and/or grants and loans from or through the City o �a _ and; Miami, , WHEREAS, those organizations and individuals receiving contracts for facilities, services and/or grants and loans from or through the City of Miami should participate in the "First Source Hiring Agreement" as it is in the best interest of said parties and City of Miami residents, and; WHEREAS, for the purpose of this resolution, 'contracts for facilities, services and/or grants and loans with the City of _ Miami are defined in Section 2 of this Ordinance, and; WHEREAS, those organizations or individuals receiving the identified public funds, by the receipt of contracts for facilities, services and/or grants and loans would be required, precedent to the execution of said contracts to enter into negotiations with the authorized representative, as defined in Section 2. of the Ordinance, and to arrive at a "First Source Hiring Agreement" which -is satisfactory to both parties, and; WHEREAS, the special -duties and responsibilities of the authorized representative necessary to implement "First Source Hiring Agreements" are spelled out in the provisions of a Resolution being considered for adoption by the City Commission on June 13, 1985; and WHEREAS, a model "First Source Hiring Agreement" is attached herewith, for illustrative purposes only, NOW, THEREFORE, BE IT ORDAINED BY THE COMMISSION _ OF.THE CITY OF MIAMI, FLORIDA: Section 1. That this Commission hereby approves Implementation of the "First Source Hiring Agreement" policy and requires as a condition precedent to the execution of service ` contracts for facilities, services, and/or receipt of grants and •loans, for projects of a nature that create new jobs, the successful negotiation of "First Source Hiring Agreements" between the organization or individual receiving said contract and the authorized representative unless such an agreement is found infeasible by the City Manager and such finding approved by the City Commission of the City of Miami at a public hearing. 95- 545 �. \\ Se 2. Definitio the-✓ Sect Definitions. f O n � on For the purpose o W Ordinance, the following terms, phrases, words and their derivations shall have the following meanings; A. Service Contracts means contracts for the procurement of services by the City of -Miami whichinclude professional services. B. Facilities means all publicly financed projects, including but Vi-thout limitation, unified development projects, municipal public works,.and municipal improvements to the extent they, are financed through public money services or the use of publicly owned property. C. Services includes, without limitation, public . works improvements, facilities, professional services, commodities, supplies, materials and equipment. D. Grants and Loans means, without limitation, Urban Development Action Grants (UDAG), Economic Development Agency construction loans, loans from Miami Capital Development, Incorporated, and all federal and State grants administered by the City of Miami. E. Authorized Representative means the Private Industry Council of South Florida/South Florida Employment and f Training Consortium, or its successor as local recipient of federal and State training and employment funds. Section 3. The authorized representative shall negotiate each "First Source Hiring Agreement". Section q. The primary beneficiaries of the «First Source Hiring Agreement" Shall be participants of the City of Miami training and employment programs, and other residents of the City of Miami. Section 5. , All ordinances, or parts thereof, in conflict herewith are hereby repealed. Section 6. Should any part of or provision of the Ordinance be declared by a court of competent jurisdiction to be invalid, same shall not affect the validity of the Ordinance as a whole. 95-- 545 PASSED ON FIRST READING BY TITLE ONLY THIS 18th 0 day of 7til y 1 r 985 PASSED AND ADOPTED ON SECOND AND FINAL READING BY TITLE ONLY this 12th day of September 1985• Maurico A. Ferre MAURICE A. FERRE, MAYOR AT ES ! CITY CLERK PR7PAD AND APPROVED BY: y�li.�0 7` • � ROBERT F. CLERK CHIEF DEPUTY CITY ATTORNEY APPROV FORM AND CORRECTNESS: LUCIA A. DOUG ERTY CITY ATTORNEY (, pre. Ckrk of the City of Miami, Flat-W-l' hcr;by ca+ifty that an the o:?/ day of � A. 0. 19.9' - to tu1L tru: au., c'Wren rd eh: �It roc tin; i4Kett tiny o-dinaaee w•as r.,st:d at tl•c Sit -till Door ur the 1311,: voaclt3 Court Ii.usc at the 'pb:e pru Mcd tot a.ai< a a:rd pub ica.ions by attaching said copy to the t:.r.:. ; r wiJCd theator. WITNESS my land and the fiekat seat cfglp • aty tbis.41--day ot� A I7. 19 tx Cksk dlti�tiaf>r CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO : FILE DATE : March 7, 1996 FILE July 13, 1995 Commission Meeting SUBJECT : 8-95-545 FROM : Sal man REFERENCES Chief Deputy Clerk ENCLOSURES: It was brought to my attention by Lori Lutes from the Office of Asset Management, that J esolVt",S5-545, which passed on July 13, 1995, has attached to it Incorrect pages 2 and 3. 1 Beverly Solomon of the Law Department and requested that new correct pages 2 and 3 be delivered to our office to correct the error.