Loading...
HomeMy WebLinkAboutR-91-0212RESOLUTION NO, A RESOLUTION, WITH ATTACHMENTS, AUTHORIZING THE ISSUANCE OF A REQUEST FOR PROPOSALS (RFP), IN SUBSTANTIALLY THE ATTACHED FORM, FOR A MANAGEMENT, OPERATION AND MAINTENANCE AGREEMENT OF THE BICENTENNIAL, PARR CONCESSION, LOCATED AT 1075 BISCAYNE BOULEVARD, MIAMI, FLORIDA. WHEREAS, City of Miami Code Section 18 -52.2, entitled "Competitive negotiations", allows for the use of competitive negotiations in those circumstances in which it is both practicable and advantageous for the City to consider a range of competing plans, specifications, standards, terms and conditions so that adequate competition will result and award be made to the offerer whose proposal contains the most advantageous combination of price, quality or other features; and WHEREAS, the City of Miami owns a concession area in Bicentennial Park, located at 1075 Biscayne Boulevard, Miami, Florida'; and WHEREAS, it would be most advantageous for the City to invite proposals for an integrated package from the private p 9 , p sector for the full manaement operation and maintenance of said g concession area; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The City Manager is hereby authorized to issue a Request for Proposals, in substantially the attached form, for a PREPARED AND APPROVED BY: RAF 0. DIAZ ASSISTANT CITY AT TO APPROVED AS TO FORM AND CORRECTNESS: O G L. RNANDEZ CITY ATTO EY si 11 } 1 ,t3y,,. r,i}'3�t.,T.t+.f7;'d H Resolution #t Date: March 14 159-1 MANAGEMENT, OPERATION & MAINTENANCE OF THE BICENTENNIAL PARK CONCESSION 1075 BISCAYNE BOULEVARD MIANIr FLORIDA Submission Due Date: j Submission Accepted Only At: f, Request for Proposals Table of Contents I. Pablo: otice II. Overview_ A Intent B. Description of Area C. Term D Pro oral -Selection Criteria E. Special Provisions C 11, I. The CITY OF MIAMI (the "city") is inviting proposals from qualified concessionaires to assume the full management, operation and maintenance (the "Management") of the park restaurant concession area (the "Concession Area") located in Bicentennial Park, for a five (5) year period, with one additional five (5) year option renewable at the sole discretion of the City Manager. Proposals shall be submitted in accordance with the Request for Proposals (RFP) document which may be obtained from the City of Miami Department of Development, Property and Lease Management Division, located at 300 Biscayne Boulevard Way, Suite 400, Miami, Florida 33131. These documents contain detailed and specific information regarding the concession area offered for the Management and the City's goals and restrictions. Any questions pertaining to this Request for Proposals may be directed to Albert J. Armada, Property & Lease Manager, Property and Lease Management Division, Department of Development, 300 Biscayne Boulevard Way, Suite 400, Miami, Florida, 33131 or by telephoning (305) 372-4640. The City will conduct a Proposal pre -submission conference March 25, 1991, at 3:00 P.M. in the Department of Development, 300 Biscayne Boulevard Way, Suite 400, Miami, Florida 33131. While attendance a the pre -submission conference is not a condition for offering proposals, all prospective Proposers are invited to attend. Prospective Proposers are alerted to the provisions of Ordinance No. 10538 which established a goal of awarding 51% per cent of the City's total dollars of volume of goods and services to Black, Hispanic and Women Business Enterprises on an equal basis. Minority and women vendors who are interested in submitting proposals and who are not registered with the City as minority or women vendors are advised to contract the City of Miami Minority/Women Business Office, Department of General Services, 1390 N.W. 20 Street, Miami, Florida 33142, telephone 575-5174. Sealed proposals shall be received by the Office of the City Clerk of the City of Miami located on the first floor of the Miami City Hall, 3500 Pan American Drive, Dinner Key, Miami, Florida 33133 on or before 2:00 P.M., June 6, 1991. 3 91- 212 Proposals submitted past such deadline and/or submitted to any other location or office shall be deemed not responsive and will be rejected. The City of Miami reserves the right to accept any proposals deemed to be in the best interests of the City, to waive any irregularities in any proposals, or to reject any or all proposals and to readvertise for new proposals. in making such determinations, the City's consideration shall include, but not be limited to the. proposer's experience, and professional reputation in the Management of a Concession, dollar amount returned to the City, the proposer's financial qualifications, the extent of minority ownership and participation and the narrative information submitted in support or explanation of the proposed Management of the Concession Area in Bicentennial Park. Cesar H. Odio City Manager Advertisement No. 0651 4 A. INTENT The City of Miami, Florida (the "City"), is soliciting sealed proposals from concessionaires to assume full management, operation, and maintenance (the "Management") of the park restaurant concession area (the " concession Area") in Bicentennial Park. Bicentennial Park is located at 1075 Biscayne Boulevard. B. DESCRIPTION OF AREA The Concession Area, as described in Exhibit A attached hereto, contains approximately 12,778 square feet, including the outdoor recreational seating area, the food service building and the adjacent landscaped areas, as indicated in "Exhibit A", plus 3,000 square feet of public circulation space. The restrooms adjacent to the cafe kitchen area are included in the Concession Area for the exclusive use of the concession patrons during business hours and shall remain open to the general public and park users during special events concurrent with concession business hours. Routine maintenance of the restrooms shall be the responsibility of the concession operator. The fountain adjacent to the seating area will remain inoperative and may be covered over by the concessionaire (for instance, to create a stage for live entertainment). C. TERM A management agreement (the "Agreement") with the City of Miami, - for an initial term of five (5) years beginning on the date of the execution of the Agreement with one five (5) year option renewable at the sole discretion of the City Manager. D. PROPOSAL SELECTION CRITERIA The award of the Management Agreement shall be granted to the responsible and responsive proposer, whose proposal is determined most advantageous to the City (the "Successful Proposer") by a selection committee comprised of City staff. In making. such determination, the City shall consider and grade each proposal on the following categories, each with equal weight: a) the proposer's experience and professional reputation in the Management of a concession; b) dollar amount return offered to the City; c) the proposer's financial qualifications; d) the extent of minority ownership and participation; 5 91- 212 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 expiration of the Agreement. Upon completion, the paid invoices, receipts and other such documents shall be submitted to the Property & Lease Management Division, Department of Development. E. SPECIAL, PROVISIONS HINNU \�♦ ,•ail, �V� .\N �♦� ,.4 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(s) 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 A. Minority business firms are encouraged, but not required, to register with the City prior to submitting proposals. The Minority/Women Business Office will provide the necessary forms and instructions upon request (telephone 575-5174). 91-- 212 7 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. Proposers shall acknowledge that they have been furnished a copy of the City of Miami Ordinance 10032, the First Source Hiring Ordinance attached herein as Exhibit B. 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 Successful Proposer and the City's authorized representative if so applicable. Successful Proposer shall comply with applicable provisions of Ordinance No. 10032, including any amendments thereto. Proposers attention is directed to section 18.56-1 of the City Code, reprinted below. In the event of protests, compliance to the procedures described therein is mandatory. RESOLUTION OF PROTESTS (City Code Section 18-56.1.) (a) Right to Protest. Any actual or prospective contractual party who feels aggrieved in connection with the solicitation of award or award of a contract may protest to the Chief Procurement Officer. The protest shall be submitted in writing within fourteen (14) days after such aggrieved party knows or should have known the facts giving rise to the action complained of. b) Authority to resolve protests. The Chief Procurement Officer shall have the authority, subject to the approval of the City Manager and the City Attorney, to settle and resolve a protest of an aggrieved actual or prospective contractual party concerning the solicitation or award of the contract in question. Provided that in cases involving more than four thousand, five hundred dollars ($4,500), the decisions of the Chief Procurement Officer must be approved by the City Commission after a recommendation by the City Attorney and City Manager. The Chief Procurement Officer shall obtain the requisite approvals and communicate to the protesting contractual party; or, alternatively, if the amount involved is greater than four thousand, five hundred dollars ($4,500), submit a decision to the City Commission within thirty (30) days after he receives the protest. 8 c) Compliance with time _recuirements. Failure of an aggrieved party to submit a protest within the time provided in subsection (a), above, shall constitute a forfeiture of such party's right to complain and shall bar any legal action therefor by such party. Failure by the City officials to comply with the time requirements provided in subsection (b) shall entitle the aggrieved pasty, at its option, to bypass the provisions of this section and to institute legal action immediately. (Ordinance No. 9572, & 112-20-83). The City Manager reserves the right to cancel this Request for Proposals before the opening of proposals, to waive any irregularity in any proposal and reject any or all proposals and readvertise. Sealed proposals shall be submitted to the Office of the Clerk of the City of Miami, located on the first floor of the Miami City Hall, 3500 Pan American Drive, Dinner Key, Miami Florida 33133 on or before 2:00 PM, June 6, 1991. Any questions pertaining to this Request for Proposals may be directed to Albert J. Armada, Property & Lease Manager, 300 Biscayne Boulevard Way, Suite 400, Miami, Florida 33131 or by telephoning (305) 372-4640. 11 1. SUBMISSION Off' PROPOSALS:_ Submit proposals (the "Proposal(s)") consisting of the following sections: a) "Qeclaration" b) "Proposal" c) 11krofessi onal and Oualifvina Information" d) "Individual or Cornorati on Financial Statement'_ 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. 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, prior to the date and time stated in the Public Notice, 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. 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. RENT STRUCTURE: A rent structure of a- minimum rent of $500 !` per month or five (5%) per cent of monthly gross receipts whichever is greater will be required as a rental fee and will be submitted with a monthly report of such gross receipts. The Successful Proposer will be required to proffer a check of `$750 as security: $500 will be held as a last month's rent and $250 will be applied towards the first month's rent which will begin with the opening date t of the concession. Proposers may propose a larger minimum rent guarantee and a larger percentage of the monthly gross receipts to be returned to the City. Any bids below the minimum rent of $500 per month or below the minimum five (5%) per cent of gross receipts will be disqualified.' l 10 91- 212 MICE ItbPbSAL: Prices shall be stated in both words and figures in the appropriate places in the Proposal documents. In the event that there is a discrepancy between the price written in words and the price written in figures, the former shall govern. SIGNATURE OF PROPOSER: The Proposer must sign the Proposal in the space provided for signatures. If the Proposer is an individual, the words "Sole owner" shall appear after the signature. If the Proposer is a partnership, the word "Partner" shall appear after the signature of the partners. If the Proposer is a corporation, the signature required is the officer(s), or individual(s) authorized by its bylaws or the Board of Directors, with the official corporate seal affixed thereto. PERFORMANCE BOND: The City reserves the right to demand of the Successful Proposer a performance bond in the amount sufficient to guarantee faithful performance of the terms and conditions of the Agreement. A cash deposit with the City will also meet this requirement. REJECTION OR ACCEPTANCE OF PROPOSALS: The right is reserved by the City of Miami to accept any Proposal deemed to be in the best interest of the City, to waive any irregularities in any Proposals, to reject any or all Proposals, or to readvertise for Proposals, if desired. In making such determination, the City's consideration shall be based on the following: a) the Proposer's experience & professional reputation in the Management of a park concession area ...........20 points b) the dollar amount return offered to the City........................... 40 points c) the Proposer's financial qualifications ........................20 points s d) the Proposer'minority ownership and/or participation ...................10 points e) the evaluation by the City of the proposal submitted by the proposer supporting or explaining the management of the Concession Operation in Bicentennial Park ..............10 points The Successful Proposer will receive an official letter from the City of Miami notifying him/her of the acceptance of this Proposal and awarding him/her the privilege of executing an Agreement to be prepared by the City. 11 91- 212 Any Proposal which is incomplete, conditional, obscure or which contains irregularities of any kind, may be cause for rejection of the Proposal. in the event of default of the Successful Proposer, or his/her refusal to enter into the City of Miami Agreement, the City reserves the right to accept the Proposal of any other Proposer or readvertise using the same or revised documentation, at its sole discretion. WITHDRAWAL_ OF PROPOSAL: Any Proposal may be withdrawn prior to the final time for receipt, as scheduled in the Public Notice, INTERPRETATION OF PROPOSAL DOCUMENTS: Each Proposer shall thoroughly examine the Proposal documents and judge for him/herself 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 Proposer Documents is doubtful, or obscure, or contains errors or omissions, he/she is invited to request clarification from Property & Lease Management, Department of Development. PROTECTION OF RIGHTS OF CITY: The City Manager reserves the right to include in any contract document such terms and conditions as he deems necessary for the proper protection of the City of Miami. The City reserves the right to require submission of the following documents: Personal a) Personal Financial Statement b) Personal History Form c) Personal Income Tax Report for the last three (3) years Business if proposal is made by an established business firm a) Balance Sheet less than ninety (90) days old b) Current Income and Expense Statement c) Business Income Tax Reports for the last three (3) years 12 91- 212 XIL RE IRMNT& Successful Proposer will be required_ to submit fully executed, the Declaration form included in the Request for Proposals documents, identified as Section V in the Table of Contents. Successful Proposer will be required to submit fully executed, the Proposal form included in the Request for Proposals documents, identified as Section VI in the Table of Contents. Successful Proposer will be Xecuired to submit a narrative in support or explanation of the proposed operation, management, and maintenance of the Concession Area in Bicentennial Park, including improvements to be undertaken to the existing structures. The narrative should address the proposed use of the park amenities & furnishings. It should, also, address the replacement of the existing furnishings with furnishings designed for increased enhancement of the park for ultimate use of the park. The narrative must be attached to the fully completed Proposal form and should be identified as Attachment A. Successful Proposer will be xequired to submit a narrative in support or explanation of the Proposer's experience in the proposed management, operation and maintenance of the Concession Area in Bicentennial Park. The narrative must be attached to the fully completed Proposal form and should be identified as Attachment B. Successful Proposer will be required to submit a narrative in support or explanation of the Proposer's financial resources available for the proposed management, operation and maintenance of the Concession Area in Bicentennial Park accompanied by any relevant documentation, i.e. letters, financial statements, etc. and should be identified as Attachment C. Successful Proposer will be required to strictly comply with the -t City of Miami's Ordinance #10062 and 10538 as amended - Minority and Women Business Affairs and Procurement Program. A minimum of fifty-one (51%) per cent minority/women participation will be required. A submittal of a narrative description of minority participation in the entity making the proposal and/or the entity's Affirmative Action plan is required and should be identified as Attachment D. Successful Proposer will be xequired to pay all costs including but not limited to advertising expenses, etc. incurred by the City in the process of this solicitation of proposals. The Successful Proposer will be required to be responsible for all necessary expenses related to the operation, management & maintenance of the Concession Area in Bicentennial Park. All services required to maintain the premises included in the 13 91- 212 ,1 Agr6eiftent in a clean, safe and sanitary condition shall be furnished at the sole expense of the Successful Proposer. F,. ar t: �a P s z S 91_ 212 �a 14 10i The successful Proposer will be refired. to provide insurance coverage to the limits designated by the City. The policy shall name the City as an additional insured, and a copy of the certificate shall be filed with the City concurrent with the execution of the Agreement. The successful Proposer SHALL NOT undertake AHY_ construction# repairs# alterations or improvements upon the premises unless the plans: 1. are first submitted to Property & Lease Management Division for presentation and review by all appropriate departments and offices with jurisdiction. 2. are approved by the City Manager of the City of Miami, Dade County, Florida. 3. comply with all State, County and City rules and regulations and those of any other agency that may have jurisdiction in these matters. Successful Proposer will be required, at the expiration of the Agreement term, to relinquish any and all claims for construction, repairs, alterations, or improvements to the concession area undertaken by the Successful Proposer at his/her's sole expense and they shall become the property of the City. The City Manager reserves the right to fir$ in the Agreement such terms and conditions as he deems necessary for the proper protection of the City of Miami. The City Manager reserves the right to require submission of the following documents: a) Personal Financial Statement b) Personal History Form c) Personal/Corporate Income Tax Report for two years d) Current Business Income and Expense Statement The City reserves the right to xeguire submission of a background check on all employees working for the Successful Proposer. 15 91-- 212 t I, ft It jt V ECLARATION #f, t To Cesar H. Odio, City Manager City of Miami S Submitted on this day of E .1991. The undersigned, as Proposer (herein used in the masculine singular, irrespective of actual gender and number) declares that ,l the persons interested in this Proposal are named herein, that no other person has any interest,, in this Proposal or in the Agreement to which this Proposal pertains, that this Proposal is I? 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, prior to the opening of Proposals, and that he — =- has satisfied himself fully relative to all matters and conditions of the Agreement to which the Proposal pertains. The Proposer proposes and agrees, if this Proposal is accepted, to execute an appropriate City of Miami document 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 March 14, 1991 for the management, operation, and maintenance of the park Concession Area in Bicentennial Park located at 1075 Biscayne Boulevard, Miami, Florida. Signature: Title: 16 91- 212 Ad Document No. 1 CITY OF MIAMI P R 1 C S P R O P O S A L For the right to manage the concession area in Bicentennial Park per the foregoing specifications, the undersigned agrees to pay the City of Miami: dollars (in words) Proposals below the minimum specified in the Instructions to Proposers will be disqualified. 2. A PERCENTAGE OF THE MONTHLY GROSS RECEIPTS:_ percentage (in words) Proposals below the minimum specified in the Instructions to Proposers will be disqualified.: 3. Indicate your understanding that the guaranteed minimum monthly payment will be paid each month in advance or that the Percentage of gross receipts is greater, and the latter will be paid fifteen (15) days after the end of the month. (Proposer's Initials) f= SUBMITTED BY: PROPOSER: STCNEnt t: Document No. 2 MINORITY CLASSIPICrATION AND PARTICIPATION INFORMATION AND ACHNOWLEDOMENT i. Indicate CLASSIFICATION of Business Enterprise (PROPOSER): C j BLACK [ 3 HISPANIC [ j 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. 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 PrgRosal Amount D. AFFIRMATIVE ACTION PROGRAM (detail of program must be attached). If existing, Date Implemented: If planned, Date of Proposed Implementation: 18 4 The undersignid PROPOSER acknowledges that it has received a coPY of Ordinance No. 10062t the Minority and Women Procurement Ordinance of the City of Miami, and agrees to comply with all applicable substantive and procedural provisions therein, including any amendments thereto. PROPOSER SIGNATURE FAILURE TO-COMPLETEO SIGN, AND. RETURN THIS FORK nisouAir-Ti = -PROPOSAL..� vt PROP-09 4L T0: Office of the City Clerk City of Miami, Florida Attentior- Property & Lease Management, Department of Development 1. The undersigned, hereby, makes a Proposal for the management, operation, and maintenance of the park Concession Area in Bicentennial Park located at 1075 Biscayne Boulevard, Miami, Florida for one five year period, with one additional renewal option for another five year period at the sole discretion of the City Manager. The privileges of management of the Concession Area will be specified in a Management Agreement to be entered into and between the Successful Proposer 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 manage, operate, and maintain the Concession Area in Bicentennial Park as described in Exhibit A - Bicentennial Cafe Facilities._ Concession_ Area attached hereto. B. The following information should be provided: Proposed hours of operation and time schedule for start of operations. Proposed use of the existing amenities and new furnishings to be installed for the use of the Y patrons. t' Description of supervisory and management operations. C. Narrative description of the proposed improvements to the existing structures and regular maintenance program for the park concession, to ensure proper -f cleanliness. ; PART II. PROPOSER'S EXPERIENCE AND PROFESSIONAL REPUTATION (ATTACHMENT B) i A. Narrative description of the proposer's experience and -a that of key personnel who will be involved in the overall management, operation and maintenance of the Concession Area. 20 91- 212 B. 0 Narrrative description of the professional reputation of the Proposer, including the names and qualifications of key personnel who will be involved in the overall management of the Concession Area. PART 11106 PROPOSER'S FINANCIAL CAPABILITIES (ATTACHMENT C) A. Narrative description of Proposer's financial capabilities to manage the Concession Area 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 IV. MINORITY OWNERSHIP OR PARTICIPATION (ATTACHMENT D) Narrative description of the extent of Minority involvement in the proposed Management of the Concession Area either as suppliers, joint venture or subcontractor. Attach Affirmative Action Program utilized by your firm if any. 3. Complete the attached form entitled "MINORITY CLASSIFICATION and PARTICIPATION INFORMATION AND ACKNOWLEDGMENT." (Document I). 4 Indicate financial return to the City using the format provided in "PRICE PROPOSAL: (Document I) 5. 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 attached herein as Exhibit B. 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 Successful Proposer and the City's authorized representative, if so applicable. Successful Proposer shall comply with applicable provisions of Ordinance No. 10032, including any amendments thereto. (Proposer's Initials) 91-- 212 21 1 6. Indicate understanding and willingness to comply with any and all other items in the "Request for Proposals" not addressed in the previous five (5) sections of this "Proposal" by initialing below. (Proposer's Initials) 7. 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 4` corresponding agreement is subject to the approval of the City Commission. (Proposer's Initials) 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. I (Proposer's Initials) THIS BID PROPOSAL SUBMITTED BY 3 (NAME OF FIRM, CORPORATION OR INDIVIDUALS) (ADDRESS OF FIRM, CORPORATION OR INDIVIDUALS) (Signature) (Title) (Signature) (Title) ' (If Corporation, please affix corporate seal) 22 El 13 VII TERMS AND CONDITIONS TO BE CONSIDERED IN THE MANAGEMENT AGREEMENT INSURANCE The Successful Proposer shall maintain during the term of the Agreement the following insurance: A. General Liability Insurance on a Comprehensive General Liability form, or its equivalent, with a combined single limit of at least One Million ($1,000,00o) Dollars for bodily injury and property damage liability. Products and completed operations coverage, personal injury, contractual liability, and premises medical payment coverages shall be included. The City shall be named an Additional Insured on said policy. B. Automobile Liability Insurance covering all owned, non - owned and hired vehicles in amounts of not less than $100,000 per accident and $300,000 per occurrence for bodily injury and $25,000 property damage. C. All Risk Property insurance coverage on replacement cost basis for real and personal property located on the premises managed, operated and/or maintained by the Successful Proposer for City. The City shall be named as an Additional Insured on such policy. D. 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 sixty (60)_days advance written notice to City. Written notice shall be sent to the Insurance Coordinator, City of Miami Risk Management Division, 174 East Flagler Street, Miami, Florida 33131. Evidence of compliance with the insurance requirements shall be filed with the Insurance Coordinator of the City of Miami concurrent with the execution of the Agreement and each renewal. Such insurance shall be subject to the approval of the Insurance Coordinator. All insurance policies required must be written by a company or companies rated at least "A" as to management and Class "V" as to financial strength, in the latest edition of the Beat's Insurance Guide, published by Alfred M. Best Company, Inc., Oldwick, New Jersey. Compliance with the foregoing requirements. shall not relieve the Successful Proposer of its liability and obligations under this section or under any -other portion of the Agreement. 23 91- 212 A Suocessful Proposer covenants and agrees that it shall indemnify, hold harmless, and defend the City, its agents, officers and employees from and against any and all claims, suits, action, damages or causes of action arising during the term of the agreement for any personal injury, lose of Life, or damage to property sustained in or about the premises, by reason of or as a result of the Successful Proposer's occupancy thereof, and from and against any orders, judgments or decrees which may be entered thereon, and from and against all cost, attorney's fees, expenses and liabilities incurred in and about the defense of any such claim and the investigation thereof. Successful Proposer releases the City from any and all liability, cost or expenses for damage, or loss to the Successful Proposer's property for any cause whatsoever. Successful Proposer shall pay for all utilities consumed on the property as well as connection and installation charges thereof, and waste collection, if any. Successful Proposer agrees to permit the City Manager or his designee. to enter upon the premises at any time for any purpose the City deems necessary to, incidental to, or connected with the performance of the City's duties and obligations hereunder or in the exercise of the its rights or functions. RULES AND REGULATIONS Successful 8roposer agrees that it will abide by any and all rules and regulations pertaining to the use of the premises which are now in effect, or which may at any time during the term of the agreement be promulgated. DEFAULT PROVISION In the event the Successful Proposer shall fail to comply with each and every term and condition of the agreement or fails to perform any of the terms and conditions contained herein, then City as its sole option, upon thirty (30) days written notice to Successful Proposer, may cancel and terminate the agreement, and all advances, improvements or other compensation shall be forfeited by Successful Proposer, not as a penalty but as liquidated damages. 91- 212 as �_ Y Successful Proposer agrees that there will be no discrimination against any person on account of race, color, sex, religious creed, ancestry, national origin, mental or physical handicap in the use of the premises and the improvements thereon. It is expressly understood that upon presentation of any evidence of discrimination, the City shall have the right to terminate the agreement. Successful Proposer warrants that it has not employed or retained any person employed by the City to solicit or secure the agreement and that it has not offered to pay, paid, or agreed to pay any person employed by the City any fee, commission, percentage, brokerage fee, or gift of any kind contingent upon or resulting from the award of the agreement. Successful Proposer covenants that no person under its employ who presently exercises any functions or responsibilities in connection with the agreement has any personal financial interests, direct or indirect, in the agreement. The Successful Proposer further covenants that, in the performance of the management agreement, no person having such conflicting interest shall be employed. Any such interest on the part of the Successful Proposer or its employees must be disclosed in writing to the City. Successful Proposer is aware of the conflict of interest laws of the City of Miami (Miami City Code Chapter 2, Article V), Dade County Florida (Dade County Code Section 2-11.1) and the Florida Statutes, and agrees that it will fully comply in all respects with the terms of said laws. Successful Proposer,, in'the performance of the agreement, shall be subject to the more restrictive law and/or guidelines regarding conflict of interest promulgated by federal, state or local government. 4 �r l t Successful Proposer, its employees and agents shall be deemed to be independent contractors, and not agents or employees of City, and shall not attain' any rights or benefits under the Civil Service or Pension Ordinances of City, or any rights generally afforded classified or unclassified employees; further"it-shall not be deemed entitled to the Florida Worker's Compensation benefits as employees of the City. 25 Successful Proposer acknowledges that it has been furnished a copy of ordinance No. 10062, the Minority and "Women Business Affairs Procurement Program Ordinance of the City of Miami, and agrees to comply with all applicable substantive and procedural provisions therein, including any amendments thereto. Both parties shall comply with all applicable laws, ordinances and codes of federal, state and local governments. The term "gross receipts" as used herein shall mean all monies paid or payable to the Successful Proposer by any person, client, patron or entity for any and all goods or services provided by the Successful Proposer in the Concession Area, whether collected or uncollected, whether for cash or credit, provided however that any sales taxes imposed by local, county, state or federal law and paid by purchaser for goods or services of Successful Proposer directly payable to a taxing authority shall be excluded from the computation of gross receipts. All cash shortages are to be absorbed by the Successful Proposer and are not to be deducted from gross receipts. Bad debts, returned checks and charges for same are also not to be deducted from gross receipts. Other items such as reimbursements, refunds, purchase discounts or rebates, and employee loan repayments are not to be included as gross receipts or commingled with records of gross receipts. Successful Proposer shall provide City a letter from an independent Certified Public Accountant which establishes that the internal controls of the Successful Proposer are adequate to safeguard its assets and properly reconcile accounting transactions. City reserves the right to audit the records of Successful Proposer at any time during the performance of the agreement and for the period of up to three (3) years after final payment is made under this Agreement. RECORDS AND REPORTS Successful Proposer shall maintain throughout the term of the contract all books or accounts, reports and records, which must include cash register tapes of transactions, in accordance with general accepted accounting practices and standards. Upon execution of the agreement the form of the records, reports and operating controls are subject to the written approval of City's. 26 91 212 tY i Internal Auditor, whose further recommendations shall be complied with by Successful proposer upon request. Such record shall be kept separately and apart from any other business or businesses of Successful proposer. Records must be available locally within trade County and shall be maintained during the term of the Contract. An annual certified statement of operations shall. be submitted within forty-five (45) days of the and of each twelve-month period. Any adjustments due City shall be payable at that time. It is the intent of City that it shall receive all amounts as net, free and clear of all costs and charges arising from or relating to said operations and maintenance. i 4 t f r h 27 91-- U 2 /02h '!N A 1 1, t 01 7 jy S; u 9L WL� 5 bhXNTMN1AL CAFE fAalLME5 CD�JC&550t 1 ft.R v 91- 2,12 7_1 IPW it Ffst3 �7q OPO WAMCR HO. AN ORDINANCE A"t"OINd C14APTIR le, t"Ttuty "t1NANCR6, Or ime COOS Or 'till! CITY Or 141AM1, f LORIVA, AS AMENDED# 11T Itgni'IN11N1 111E TARN `NINORtTY ANb WOKEN -OWNED 8081M888 1"TERPRISE ANb ORr1NtNd Tile ?BAN "ve"oono IN SECTION 11-411 RNQUIRING IN 8ICTION 18-71 THAT TUB COAL Or ANAR01"O AT LBW rIM-0" PERCENT 1llt) Or TIIB CtIT'B TOTAL ANNUAL VOLLAN VOLUME Or ALL rROCVRBMtNI 6RPBNDITVRBS TO NINORITT/N011RN •MALL. MiN>Z6SS1 It APPLIBO TO ALL CITTT Of MIAMI 6106 AMU CQWrP 1CTB1 FttvtolNO BeCTION 19-73 TO 10"TtoR TMAT ALL CITY Or MIAMI tNVtTATIONA, R$"SIT$ AND/OR AOVERTISBNRNTS rOR •IOS, PROPOAALIr 000110, LOTTERS Or 1NTERB6T AM/011 QVALIrICATION .STATEMENTS CONTAIN "I APPROWS0 MINORITY/WOHEN evel"I1SS BNt arva6B .. in/well PARTICIPATION REQUllRSHNN" PURSVA" TO Cl" Or HIANI ORDINANCE NO. 16062 - MINORITY/1fOMPN BUSINESS WAIRS AND P010CVR6MM PROGWI REQU I P11"O THAT ALL Pll%TIN0 OWWO APO OM CONTRACT DOCUNIM trONTAIN TWO PIQUIRID CoMPLtA"Cl rORMS RBLATI" "IIRMO 116VISIM SECTION 11-73{� ' TO RPAND ' VPON TM ArrIRMATIV8 ACTION RR'QUIUMPTS M ALL CtTT e108 ANO CPIITRACTSI ADDING •ACTION 11-76 AUT"ORINING ADHI"18TMATIVI 081PAR'TMSNTS TO ESTABLISH T11R RBQVIRBO AOMIRISTRATIVE PROCEDURES 10 1NSURN COMPLIANCE MIT" 1112 CODB1 rUR?NER, PROVIOIN M 014MUTION Or DISPUTES RECAR01110' NITHRILD PATRINTS Or CONTRACTOnS Mo SII'OM PAMRl1 AND TUM111 A001110 5eC11011 11-77 0881ONATING TIE DIRECTOR Or "a Orr1C0. Or M/NOB RITAIRA AN TUB CITT orrICIAL R83110N81e61 M BSTAIL18HING Alto IMPLEMENTING M/NSB 11ID AND CONTRACT PARTICIPATION RBQUIRBNBNTS, COMPLIANCE GUIDELINES, ANO MONtTORiNO ANO REPORTING PROCROURES1 CgN'rAtHINO A RePtALRR PROVISION AND A eeV6MBILITY CLAUSE. WHEREAS, Ordinance No. 10063 dealing vlth Minority/Women Business Affairs and Procurement established the. annual goal of procuring/contracting fifty-one percent (elt) with minority/women owned and managed business entatprieesl and WHEREAS, Adminlstrotive Policy Manual 1-16 JAPH 1-861, lesued .October 1, 1986, provides for the administrative Implementation of Otdlnance No. 100631 and WHEREAS, It hao been determined that there to further nw.-ol for legislative tells[ to obtain sold goals, particularly an it 103,3s . 91.-- 212 t I . n relates to the Cityfe bid, proposal and eontreet ptoesse and the resulting. documents on a bid/eentract by bid/contract books to achieve the annutl gaslst HOW, 'tlltntrolke, de t1' dllt)A114to of 'till: COM"1881011 Or Tile Ct't'1 or MIAMI, MORIdAr section 1. Section 11-6sj is hereby amended in the (allowing particulare.l •Sec. IN-stlo beflnitions, ror the purpose of this attlele, the 10116W1n41 tat"s, phrases , wards, and their derivattlons shall have the following s+eaningst minority and wo"n-awned --�� business enterprise Panne s business snterpriste in i O61% at least llltr-one percent 19111 of sold enterprise to owned by slacks, MlepenLee or Hasten khoae monsimont and del if tialneos acation@ are controlled br one or more slacks, Ilispanles at women 0-0- • • • Vender means any busfnese entity providing goods, services or equipment to the City of Mlawl through a purchase, field cc blanket order or contract.• section 2. Section 11-71(a1, is herebr amended br adding the tollowing lanquaget *(al The objective of the City is to achieve a I of awarding a minismis of fifty-one percent 19111 of the total annual dollar: volme of all pproeeretsent etipenditures to Slacks Illspenle `"and hasten -owned small-busintlse idlerprises to be apportioned as Iolivwst _ , seventeen accent J1711 to Black*, seventeen percent 117%) to Hispanics and seventeen percent (17t). to Women► !� k �>�WjL han 111 ad �, ltZ bids and eantrae ■ . • Section ]. Section 16-73 is hatebr amended by adding the following lanquaget 'Sec. le_7]_ tloenlred atta pts nr siglleltatlaes or oakisasa •lrequired stat"ents on contracts and awards. --r-- —• •- <L_ i! •hall 6e wnndatery ter all Maw �At I�.I��•Iwww 1 l Words and/or Ilqquren stricken through *halt be deleted. Underscored wattle end/or figures shall be added. Thn , remaining provisions ace now in affect and . remain unchanged. AntorLake Indicate omitted and unchanged material. it : . JLUJ;jq 91- 212 l Words and/or Ilqquren stricken through *halt be deleted. Underscored wattle end/or figures shall be added. Thn , remaining provisions ace now in affect and . remain unchanged. AntorLake Indicate omitted and unchanged material. it : . JLUJ;jq 91- 212 0 h., it shell be mandatory tot ell City contracts end/or procurement award documents to contain the followingr • • • ( s ) A requirement that each bidder, !Mp*M, submit along with the bid or proposean affirmative, action plan IAAPj. Any significant equity participants, joint eenttiee partial "too subcontractors, suppliers or other ppaction to the bid or proposal shall also be regrlred to submit such plans. Section /. Tho inllowlnq new Section 18-76 is added In itr: ' entlretyr ' 'Sec. 18-76. Administrative Procedures. , The departments of Finance, Public Works end Cenernl Services Administratinn are authorised to "etnblieh the r r"quired ndminletrntive procedures to insure complianen with the provision- no net forth herein. 91 2i2• ,, i yyy A TI►n rl►►enCn bhpAttmnnt to mandstod to 1nAtit.1104 ptty,nAnt ptar.1•rlur►Itt trl►ich +gill lnnuto, in thoon Instanrno In which the it/ant bid or contract roquir 01"It-n rsdult in c(+ntracts, suffediltrncta or Joint venturer► for M/1411t9 that etmpnnsatlon provided ursunnt thNrato shall be kit the tork of a check made peysblrl tF) the primary conttaetor, bld►for or proposer, and lit Approprltt.nd jalrttly) to the minority/to-man husinnea enterprlr+o subcontractor or olnt vantutn partrfsr In nn fin►oant noE try ►►xcaed the anbcontrAeted It joint venture a►rount, batted upon apptoved invoices pubmitted byy the prima conttectot, ptoponer or joint venture, -to tite City. rn the hve"t a disputo should Brine as to the 1►ertormanno or psym"mi of the primary contrectoe ot bidderlpropansr or the M/well, under the teams and r-rinditions of the City Contr4tot or precoremint nwntd document. compensation shell be withheld until ouch time an the dle utn lit etnoleed litaccordance with the procedures set forth In this Cispter tot resolving ouch disputes. All Administrative Directors shell strand ,thalr existing policies and procedures or to crests such nev ones ea rya be required to Insure and report an compliance with all aspects of title article.' Section S. The [allowing neir See tion 19-17 is added In its entirety► *Sec. 10-17. Dal1qnation of the Director of the offlcti of Hlnorltr/ftomen susinese Affairs. i Thot blrector of the Miles of Minority/Nowmn Hualness Affairs is designated- es the effieial tenponslble for entebllshing H/N8E bid and contract/ewnrd r*"&g ►nants, creatln99 and Lm les►enting empllance quidellnes, monitoring compliance, resolving disputes, and reporting on all of the above to the City Hsnager.- Section 6. All ordinances or parts of or'dlnencen In contllct with the provisions of this ordinance inMelar as they firs Inconslatent or in corifllct with the provisions of this ordinance are hereby repealed.. Section 1. If any section, part of sectlon, paragraph, Clause, phres>t, or word of this ordinance is declared Invalid, the remaining provisions of this ordinance shell not be effected. PASSEO Off rLRST IIEADINO 9Y TITLE ON1.T this fib, day of December ,_. 19jA. PASSED AMID ADOPTED Off SCCotID AHD r1tin nEAD1110 VT TITLE ONLT this 11th day of _ January , 17 si; F;:7 in y,;r` Mtn Y Tpni —' ----- CIty CL@Yrk 91- potphitto MID APPROVto of WIff VUA 9 & REAnSOff Agollitght C'LtY AttOth"Y APP VtV AS TO tOM AHO CORUCTIlt.981 no jo r Cltj Attalrims 4i LKA/pb/bas/14424 .I - 4"..11111 lot oRbINAMCt No. 1--00,a 2 • AN ORDINANCE IMPLEMEMtINO tilt "FIRST SOU14CE 1111111110 AGREEMENT" AND SETTING AS A CONDITION PRECEDENT TO THE EXECUTION Or CONTRACtS NESULTING IN THE CREATION OF NEW PERM NENT JOBS, TILE SUCCLSSFUL NEOOtIATION OF A " INST SOURCE HIRING AGREEMENT" BETWEEN ,THE PRIVATE INDUSTRY- COUNCIL Or SOUTH FLORIDA/SOUtil rLORIDA EMPLOYNENt AND TRAINING CONSORTIUM AUTHORIZED AEPREStNTATIVt OF THE CITT R HIM , AND THE OROANIIATION ON INDIVIDUAL RECEIVING $AID CONTRACT# UNLESS SUCH AN AOAEtHtNT IS FOUND TO BE INFEASIBLE 41 THE CITY MANAGER/ AND SUCH FINOtio I' APPROVED IT THE CITT COMMISSION OF THE CITY OF 11I4141t WITH THE PRIMART BENEFICIARIES OF THIS AGREEMENT BEING THE PARtICIPANTS OF THE CITY OF NIAHI/ TRAINING AND EMPLOTNENT PROGRAMS AND OTHER RESIDENTS OF THE CITY OF MIAMII CONTAININO A REPEALER PROVISION AND SEVERABILITT CLAUSE. rr WHEREAS, the City Commission has declared Its Intent "that public projects that are rinanced by public. funds, C::TA participants, who are eligible are to be given priority" tNa t;r 33.1010. November 160 19g3I1 and$ WHEREAS, the City Commission is desirous or s pertlrg the concept of "First Soutat Hiring Agreement", which would Rive priority employment to City of Miami training and employment participants 1 hiring situations resulting rrom the support or public fund3v rrom or through the City and/or special prlvl.leges granted by the City or Mismi, andl WHEREAS, the City Commission passed a Resolution "establishlni an advisory committee to recommend a "First Source Hiring Agreement" policy for implementation by the City or Hlvwl nrd aPp�lnting eertatn Individuals to serve on that c3MM M ec" IAr.a�lntt:n Na. Bp-gle, ru%y 31, 1434), and; WIIEREAS, the City Commission of the City :or N.ar.s wt,nr!% to assure continuing e:eploymont oppartunitlea at ►eslJ•�r.t.- �t Miom1, and; { WIM11EAS, the ortbur I zed ►#prevent it ► : c stool I rrg r.:..t•: the terms ur hbe "First Source 111rtrg Agreements" on to project ty �e IN W.",1, n�� i 1•r:+,t••:'t isonII uttlt :he ronlpit'nt of eontrnets for raellikiel. 1 u1•r.t•:r!i unti/or grants Alid loans Eras or through t11tt City al Miami, Jniij WHEREAS, those organisations and individuals receiving h contrncts for recillties, services and/or grants and loans rrom ; or through the City of Miami should participate In the "{'trot Source Illr ing Agreement" as it Is In the best interest of said s; parties and City of Miami residents, andl' WHEREAS, for the purpose of this resolution, contracts for fecilltles, services and/or grants and loans with the City or Miami are defined in Section 2 of this ordinance, and= ,. WHEREAS, those organisations or Individuals recalving the identified public funds, by the rseelpt of contracts for racilitles, services and/or grants and loans would be required, precedent to the execution of said contracts to enter Into negotiations with the autharised representative, as defined !r .I Section 2. of the Ordinence, end to arrive at a "First Source Hiring Agreement" which is satisfactory to both parties, and; • • WHEREA3, the special duties and responsibilities of the outhorited representative necessary to Implement "First Source Hiring Agreements" are spelled out In the provlstnrs or a nexclution being conllde>;ed for adoption by the City Conmu ssiun on June 13. 191%t and . WNEREA3, a modbl, "First 3ouree lilting Agreement" 1s attached herewith, for illustrative purposes onlyl NOe(, THEREFORE, Of It ORDAINED St THE COMMISSION x. OF THE CUT OF MIAM1, FLORIDA: Section 1. That this Commission hereby Approves Implementation of the "First Source Hiring Agreement" poll:y and ! ea11u'irt•s as a condition precedent to the execution or service cortr.rtu for facilities, services, and/or receipt of grants or1 - !3•r:1, rat prnj•;cts or a na►.ure that create new J,)b3. tit-- • aa1•e•: •1'u1 ncKati.•tlan of "First act u1•:c !1LrIrig Ar•rl•••'"s:r„" f'` Uat..rs•r tUv -7rilio n,1t ion at, Indtviaual rcc�•tilr•g n..tsi r•:r Era. ; 1r.'•1 Inv -soil h•.riznol represt•ntntive url.ess tr•1^»11 sn ••,;rn!et.•••t e fr 1'1us•I trl'tu�tbl•i b? toss* City Manager .tad s.1s:r• 1•Indu•11 .tpprrs�.• •,; : . .� the s: .Y C-reatssior al' the City of Miami at •t public houring. je r { z .. h� .} ¢ 1 }SIE� 7 '11.f: - � �y�'ii i • Z k 4'�.Fi >: '4 t � .._. t .10oction P. Uerinitionss rot tite purposo +ir tht .`,P.ilr,,ndt, the following terms, phr63e3, words nhd too.•' { dt'rivrtions shall hove the following eleltnings: ; A. Service _ Cilntroets McNhs contracts tar th'! l+ry,•urt,mvrt or services by the City cf Miami which ireludc l+rtilrlsnlondi servicen. 11. fheilltlos means all publicly tLneneed projetts. including but without limitation, unlrled development rojeets, municipal public works, and municipal improveilents to the extent $; they are financed through public money slrvlcea or the use el' publicly owned property.` C. 3tryices includes, without limitation, public works Improvements, facilities, professional services, commodities, supplies, moterlals and equipment. D. Grants and Loans means, without limitation, Urbor r Development Action Grants (UDAG), Economic Development Agency ` construction loans, loans from. Miami Capital Development, ' i Incorporated, and all rederal and State grants administere! by ' the City nr Miami. E. Authorised Representative means the Private industry Council or 3ogth Florida/South Florida Employment or.: Training Consortium, or its successor as local rec►pLert of federal and State training'and employment._funds., Section 3. The authorised representative shall „• negotiate each "First Source llirl'ag==Agreement".. Section M. The primary beneficiaries of the -F.-rot ' Source Hiring Agreement" shell be participants of the City of Miami training and employment programs, and other reslderts of ._ the City of Miami.^` it Section g. All ordinances, or parts the eor, t• r ' c•.rf;srt horcwith are hereby repealed. ' into to. ShnVid any part of :r hrovis! :n -Sr � r+ i ..r.ltrr.•••r I,v declared by a court of comtetent 1 jurtsdirttor t:, shhl i rnL afrev t Lite v.11l•iat y jr the or9:r.,r^,! .10 ' F11ff a s i Y 5 .. �'i i�-N P. a Ff" •� -4: � '' Fly. '' ............ PASbt.jol of t1litht ftPAvINJ Of IItLt 0MLY WIS "fit -lay E PASSED A11D A0011to ON SECOND AND FINAL AtAU1143 Of III Q11LV th i day tir At t f CITY CrARK PREPA 0 AND APPROVED Ut cutir oEputy ciTy ATT0,1121 APPROV tr FORA AN.* COARECTNE331 ti citt ATTORNEY L of 11w City A • k. it. fl Ia.. lot.' .6.1 re: 'A .11 tile .1 It live 11-1 IN j'4 e J. J CITY OF MIAMI rLORIbA INFER -OFFICE MEMORANDUM TO : Honorable Mayor and Members DATE :B 1991 FILE of the City Commission SUBJECT : Resolution Authorizing Issuance of RFP for Management Agreement of A,t�L the Bicentennial Park FROM : Cesar H. OdiO REFERENCES : Concession City Manager For March 14, 1991 ENCLOSURES: Commission Meeting 1;4 DIONv14I Di Z I V : • . Fa It is respectfully recommended that the City Commission adopt the attached Resolution, with attachments, authorizing the issuance of a Request for Proposals (RFP), in substantially the attached form,.for a Management, Operation and Maintenance Agreement of the Bicentennial Park Concession, located at 1075 Biscayne Boulevard, Miami, Florida. :•. :• 19l The Department of Development,. Property and Lease Management Division, recommends that the City Commission authorize the issuance of a RFP -from the, private sector to assume ,full management, operation and maintenance of the Bicentennial Park concession area. It would be most advantageous and practicable for the City to consider a range of competing plans, terms and conditions so that adequate competition will result and award be _. made to the offeror whose proposal contains the most advantageous combination of _price, quality and or other features for the management, operation and maintenance of said park concession. It is recommended that the attached Resolution be adopted, in its I? entirety, authorizing the issuance of a Request for.Proposals. E Attachments Proposed Resolution t J' 1A r' ; y `L S UM k"'160"imy��rt