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