HomeMy WebLinkAboutR-91-0213J-91-185
2/15/91
_
t
_ 213
RESOLUTION N06
A RESOLUTION, WITH ATTACHMENTS, AUTHORIZING
,r
THE ISSUANCE OF A REQUEST FOR PROPOSALS
(RFP), IN SUBSTANTIALLY THE ATTACHED FORM,
FOR A MANAGEMENT, OPERATION & MAINTENANCE
AGREEMENT OF THE PAUL WALKER PARK
CONCESSION, LOCATED AT 46 WEST FLAGLER
STREET, MIAMI, FLORIDA.
WHEREAS, City of Miami Code Section 18-52.2/ entitled='
x
"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
a
°.E
C
competing plans, specifications, standards, terms and conditions
I{
so that adequate competition will result and award be made to the
4{;
offeror whose proposal contains the most advantageous combination
>>
of price, quality or other features; and
WHEREAS, the 'City of Miami owns a concession area in Paul
i
Walker Park, located at 46 West Flagler Street, Miami, Florida;
E.
and t,
F
'
WHEREAS, it would be most advantageous for the City to
invite proposals for an integrated package from the private:
sector for the full management, operation and maintenance of said
concession area; and, -
�t
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
�
�q
OF MIAMI, FLORIDA
Section 1. The City Manager is hereby authorized to issue a
— Request for Proposals,, in substantial) the attached form, for a
qu P � Y
Management, Operation and Maintenance Agreement of the Paul
`
Walker Park Concession, located at 46 West Flagler Street, Miami,
Section 2. This Resolution shall become effective
immediately upon its adoption.
PASSED AND ADOPTED this 14th day of March 1-9ftw
VIER L. SUAK
PREPARED AND APPROVED BY:
RAFAEr 0/ DIAZ
ASSISTANT CITY AT EY
0
0
Resolution # :
Date: March 14, 221
REOUEST_FOR PROPOSALS
MANAGEMENT, OPERATION & MAINTENANCE
OF THE
PAUL WALKER PARK CONCESSION
46 WEST FLAGLER STREET
MIAMI, FLORIDA
CITY OF MIAMI
Xavier L. Suarez, Mayor
J. L. Plummer, Vice -Mayor '
Dr. Miriam Alonso, Commissioner
Miller Dawkins, Commissioner '
Victor DeYurre, Commissioner
Cesar H. Odio, City Manager
Jorge L. Fernandez, -City Attorney
Submission Due Date:
Submission Accepted Only At:
Further Information:
'
MAY 1, 1991 2:00 P.M.
City of Miami City Clerk's
Office;
350.0'> Pan American Drive
f'r
Miami,,Florida 33133
}
Telephone: (305)350-5360
Cityof Miami
Property & Lease Management
:,
Division
;
Department of DevelopmentA;
& Housing Conservation
300 Biscayne Boulevard Way
Suite 400
Miami, Florida 33131
�=
Telephone: (305) 372-4640
t
91-- 213
iIDt
M P�'�^�
f•
t
t
�.tCt1
h t
} �•
r
._
�_��
k,,n+tfi"�' --
._ r���ixt�?,xisuxd✓.,� ..i. ...a.
;-'. -� ',b_�r.��xh., —
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
concession area (the "Concession Area") located in Paul Walker
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 2:00 P.M., in the Department of Development,
300 Biscayne Boulevard Way, Suite 400, Miami, Florida 33131.
While attendance at 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 contact 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, May 1, 1991.
3 91— 213
j r
z
fi
��M`Li`mS r1A"h..i'.�?Y .k.s15a � �� z. . _� � .. .� �
• _. . ,._. .J: SF .,F a- .1, �,.}. �i'�Cil•�.
_ ... _.. _ ... _..w
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 Paul Walker Park.
Cesar H. bdio
City Manager
Advertisement No. 0251
II.
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
concession area (the " Concesssion Area") in Paul Walker Park.
Paul Walker Park is located at 46 West Flagler street.
B. DESCRIPTION OF AREA
The Concession Area contains 3,500 square feet including the
recreational seating area, the food service building, the green
areas (which consist of existing trees and shrubbery contained in
concrete planters as well as the seating areas necessary for the
concession operation) and the fountain which the concessionaire
will fill in, landscape and maintain.
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
e) the proposer's narrative in support or explanation of
the proposed Management of the Concession Area in
Paul Walker Park
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.
0
00
E. SPECIAL PROVtStONS
Ordinance No. 10538 entitled the
Plorida 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).
,.Sa>
:k ka
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 it
required. Proposers cooperation is greatly needed to aid the
City in achieving its goal.
FIRST SOURCE HIRING AGREEMENT
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.
7 91 - 21.E
C) Compliance with time requirements. 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 party, at its option, to bypass the provisions of this
section and to institute legal action immediately.
(Ordinance No. 9572, & 1,2-20-83).
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, May 1, 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.
91- 213
8
INSTRUCTIONS To p opos -Rs
1. SUBMISSION OF PROPOSALS: Submit proposals (the
"Proposal(s)") consisting of the following sections:
a) "beclaration"
b) "Proposal"
c) "Professional and Qualifying Information"
d) "Individual or -Corporation 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,
OUALIFICATIONS: 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 ten (10%) 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
receipts totalling at least $750 for the purchase of
materials to fill in and landscape the existing fountain in
the south end of the park. Said materials may be soil,
plants, trees, shrubbery and decorative articles
appropriate for landscaping purposes.
Rent payments will begin with the opening date of the
concession. Proposer's 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 1
minimum .rent of $500 per month or below the minimum ten
(10%) per cent of gross receipts will be disqualified.
9 91- 213
r
91 3
x 1
-Js N
PRICE PROPOSAL: 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.
SIONATURE,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
makingsuchdetermination, 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
...........9....................20 points
d) the Proposer's 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 Paul
Walker 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.
10 91-- 213
t
Up
t
I
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 PROPOSALS 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
._i�
is
1h, 4
Successful Proposer will ba re ired 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 regmired to submit a narrative in
support or explanation of the proposed operation, management, and
maintenance of the Concession Area in Paul Walker Park. 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 re red 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 Paul Walker 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 Paul Walker 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
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 required 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 Paul Walker Park. All
services required to maintain the premises included in the
Agreement in a clean, safe and sanitary condition shall be
furnished at the sole expense of the Successful Proposer.
12
91-- 213
a
0
The Successful .Proposer will be efluired 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 AFL 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
sole expense and they shall become the property of the City.
The' CityManager reserves the 'right to require 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 require submission of a background
check on all employees working for the Successful Proposer.
r
� ,�, per
-
r �
,
'RE§
(psi.
may: `CKS 7
+ /-y,•�++Ha-G a
Jr
To:
V.
DECLAgATION
Cesar H. odio, City Manager
City of Miami
submitted on this
1991.
day
of
The undersigned, as Proposer (herein used in the masculine
singular, irrespective of actual gender and number) declares that
the persons interested in this Proposal are named herein, that no
other person has any interest in this Proposal or in the
Agreement to which this Proposal pertains, that this Proposal is
made without connection or arrangement with any other person and
that this Proposal is in every respect fair, in good faith,
without collusion or fraud.
The Proposer further declares that he has complied in every
respect with the instruction to Proposers included in this
Request for Proposals, 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 t
Area In, Paul Walker Park located at 46 West Flagler Street,
Miami, Florida.
Signature:
Title:
14
91-- 213
Document No. 1
CITY OF MIAMI
P M I C 9 P M o P o s A L
For the right to Manage the Concession Area in Paul Walker Park
per the foregoing specifications, the undersigned agrees to pay
the City of Miami:
1. A- GUARANTEE MINIMUM MONTHLY PAYMENT OF:
dollars (in words)
Proposals below the minimum specified in the Instructions to
Proposers will be disqualified.
ZM qXci DKOI,.OAR v•� 0 0 . ;• ;
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.
SUBMITTED BY:
(Proposer's Initials)
ATTEST:
j-
Document No. 2
MINORITY CLASSIFICATION AND PARTICIPATION
INFORMATION AND ACKNOWLEDGMENT
1. indicate CLASSIFICATION of Business Enterprise (PROPOSER):
[ ] BLACK [ j HISPANIC ( ] WOMAN ( ] OTHER
2. Detail MINORITY/VEMALE 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.
zirm Name Business Address % of Dollar
Pr000� sal Amount
C. SUPPLIERS: Provide detail regarding Minority/Female
Firms that will supply you with goods or services,
and the extent
Firm Name Business Address $ of Dollar
Pro,Fosal Amount
D. AFFIRMATIVE ACTION PROGRAM (detail of program must be
attached). If existing, Date Implemented:
If planned, Date of Proposed Implementation:
16
_,.., ... ...x ,., .._..x,.
VI
TO: Office of the City Clerk
City of Miami, Florida
Attention: 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 Paul
Walker Park located at 46 West Flagler Street, 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 Paul Walker Park
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
patrons r
-_Proposed landscaping plan to fill in and decorate
the existing fountain located in the south end of ?`
the park.
t
Description of supervisory and management operations.
C. Narrative description of the proposed regular -
maintenance program for the park concession, to
ensure proper cleanliness.
PART II.
A.
PROPOSER'S EXPERIENCE AND PROFESSIONAL REPUTATION
(ATTACHMENT B)
Narrative description of the proposer's experience and
that of key personnel who will be involved in the
overall management, operation and maintenance of the
Concession Area.
is 91- 213
t ! 9tt"
9
;rr .
E. Narrative 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 III: 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 II).
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-
213
19
j�
,
F
F
{
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
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.
(Proposer's Initials)
(NAME OF FIRM, CORPORATION OR INDIVIDUALS)
1 Al
t,>
VII
TERNS AND CONDITIONS
TO bE CONSIDERED IN
THE MANAGEMENT AGREEMENT
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 ($1,000,000)
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. F
Such insurance shall be subject to the approval of the Insurance
Coordinator. All insurance policies required must be written by
a company orcompaniesrated at least "A" as to management and
Class "V01 as to financial strength, in thelatestedition of the
Best'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.
21
sy
7 F
3x r v�
Successful 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, loss 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 Proposer 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
for-feitedc by Successful Proposer, not as a penalty but as
liquidated.damages.
22
=t
N
fy
sIs
�
E
1 T
91
t a
It
RONb1SCRttKtl AT tpN
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 uss, 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.,
AN
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.
CONFLICT OF INTEREST
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.
INDEPENDENT CONTRACTOR
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.
23
'!
MIND TY PHO=R MENT COMPLIANCE
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.
COMPLIANCE WITH FEDERAL, STATE A_MD_LOCAL LAWS
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 comingled
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.
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 the
City's Internal Auditor, whose further recommendations shall be
24
91- 21.3
_ y'
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 Made 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 twelvemonth
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.
f
91 21
'iiifF m,� ;v�i-t �Y .t..,< _ � ,_ .. ..-„'
a
.b
J-sA•1191 �
9
AN OROINANCS AMtN0lNt3 CNAVnift Igo tNTtlLtb
`rINANCe', or Till! CbOR Or Till! CITY Or MIAMI,
rLONIDA, AS Ame"6800 By ReorrININO Tile TERM
'NINORIT? ANO WOUP&OW20 11101111188 RNt01PRISS
AND ORrININti "I IRAN •TRNOOR• IN
StCTION 18-611 ReputntMQ IN Ott"2IOn 11-72
THAT "I COAL Or ANARDIM AT LWV cIrT 4"
peNCg "1' (! 1 t ► or Tlis CITT' I TOM AtIMttAL
DW AR VOLUME _ Or ALL r11)CU110Mt11T ell►eNdlTrMee
To MtNORtVII/141MtN e1W,L MINsago rt Ar/PLIrO
To ALL CITY Or MIAMI 8100 AND CON'1P0MI
Nevtel" •6CT100 11-73 TO PNOVIDe TNA? ALL
CITY Of 111ANI INVITATIONS* Rldllure juve oR
AOVRNTINIMIN" S MR e100, 1PROVOAAU0 QUOMO
LETTER' OP IIRERr6T AMIOR QUALIVICATION
STATEMENTS CONTAIN THE APPROVe0
"IlionITT/MOMeN VUAIRS58 rNTtR ils •.IN/Won)
PANTICIPATION RL►QVIN13INNI'! P011SVANt TO CITY
Or MIAMI ONOINANCR 00. 11003 - MIIIDRITT/NOMe8
BUSINe8e APFAIRS AND wRQCIIRMMIM! POOOM1Ml
RSQU I R I NG THAT ALL 111MVINO NOMO 11N0[O-R
CONTRACT DOCUMsm CON lJlto TW—
IllgVilRQ
� ►� COMPLIANCII ropm P"TIVI INIM101 It ISINO
SSCTION 18-7I t` I ' TO IiPA11D • WO TM
ArrIRMATtve ACTION 111MIerlIR1111 M ALL CtTT
BIOS APO CCW MCTSI ACCIN0 IWTION 11-76
AUTNONISIMO AOMINIrTRATI'r! DePART11 M TV
i. • �, i eSTABLISM The RSQUIRW AONINIrTRATIVS
pROCSOURts 10 1Ns011e COMPLIAM MI?M TMS
Coots rU1tTMEN, PRWID1110 M RISOLVTION or
DISPUTES REGARDING' NISIN LD PAYMRNT'S Or
CONTMCTONs AND ItI1111ft T11AC101t!) AND TV1i =11
AVOINO BIC,TIOII 11-17 MRO WING TW DINSCUIN
or T'Me orrlet. or M/vies AITAIRS Ai "It CITY
;. orrICIAL RISPONSIIL/ "M UTAN118MING AMC
IMPLSMSNTINO M/Nee DID AND COMPACT
PARTICIPATION Re"1ReM PTs, CONPLIANCS
CUIOSLINtS, ANO MONITORING APO RSPORTINO
PnOCSOURNSI CONTAINING A ReP8AL8R /ROVt810N
ANO A 8eVSRABILITT CLAUSE.
1
NNCREM, Ordinance No. 10063 dealing Math Minority/Women
Business Affairs and Procurement established the. annual goal of
procuring/contracting fittY-one percent (Sit) with minority/women
owned and managed business enterpriesel and
• MNCREAS, Adwl'nistrative Police Manuel 1-94 (APM 4-061,
issued .October 1, 1966, provides for the adwlnistrative
j Implementation of Otdinance No. 100621 and
► HCRtAS, It has been determined that there is further
for lellslative rellet to obtain said goals, particularly as it
rr ,
mal r ,No
10ziOM i - 213
91- 213
41
relates to th* City,e bid, proposal and contract process and the
resulting doeumonts on a bid/contract by bid/contrset basis to
' achieve the annul {looter
now, TION" :mike, he it OROAl"to of THE COHNISS100 Or Tnr CITY
or MIAMt, MORIbA1
Section 1, Section 18-69, is heteby amended in the
following partieulars.l .
•sec. is -re. Definitions.
for the purpose of this srtlole, the followinq
terr•e, phrases, words, and their derivations shall have
the follouing meaningst
` Mlncrlty and wosson-owned uqLU businas• enterprise
weans a business enterprisa in -which at least fifty-one
percent (tit) of said enterprise to awned by docket
Hispanics or ttoaon whose "nalossent and daily Iraelness
orp�ratlens are controlled by ens of score slacks,
Ill4onles or ftmen -
jive t 2S ■we erMaa er WIN M_ NO MOM netAM e■eMaa
i
vendor means any buo4ness antitr providing goods,
serviess or equipment to the City of illami through a
purchase. field or blanket order or contract.•
Sectlon 2. Section 18-73(a1, is hereby amended by adding
the following languages
,, .16 , . • l a I The objective of the Cityis to achieve a(goa; of •
awarding a minlossse of fity�r-ens percent !!It of
the total annual dollar "Igoe of all procurement
:xpenditures to •flack• Hispanic and Women -owned
small besinese enterprisaa to be apportioned as
follower ,
seventeen peent 11711 to /lacks, sevtean
percent (17trcan
1 to Mlapaniea end emntaen pageant
( 17t) to wowanl auryr, MA •!~•ii te, •ached to All
ells bl ■ � �enlr••+•■ � •
Section 2. Section 18-73 is hereby ownded by adding the
following languages
i
f 'Sec. 12-711 Ann lred- tar Mail itati ns ..
( sal= required statement• on contracts
and awards.
Y,u.e��u rwuar���Ri■ ier !1/Mar
1 Words and/or figures stricken through shall be deloteel.
Underscored words and/or figures shell be added. Thot
remaining provisions Ora now in effect and remain
unchanged. Asterisks Indicate omitted and unchan9nd
material.
2 LVS38
9i- 213
kL, it shell be mandatory tot All City eentcscts
and/or procure+nant award documents to contain the
tallowingi
i
(5) A requirement that each bidder• p�p�■■ eL
veof, submit along with the bid oc proposal an
affirmative action plan JAAP). Any si nitleent
equity participants, joint venture part lelppssnts,
subcontractors, suppliers or other parties to the
bid or proposal shall also be cegrlced to subnit
such plans.
Section 1. The Inllowlnq new Section 18-76 In added In ite
•
entlretyl •
R
'Sec. 16-76. Adminintrative Procedures.
The Departments of irinance, Public Works and General
_ Services Adminlstratlnn are authorised to wetabltsh the
_;a r raqulred ndmintstrettve procedures to Insure compliance
r with the provtaton- an set forth herein.
213
aA.
tho rincincn b+ipartmnlit is mandetad to inetlt.ut0 peym"nt
preerduroll which will inntltOt in thoen InetNnt`nd In
which th' M/1411t bt.d or contreet re4uir"1111te result In
cnntttr�cte, iubeantrActa or joint venteriFl for 14 MMEs s
that eostpnneation provided rureusnt thoreto shrill be in
tho form of a chock made parable to the primary
centractor, bidder or ptopoeer, find lit lip propr1.9tnd
joltitly) to the minority/uma" busta"as entsrprl.rtn.
subcontractor or Joint ventUtn partner In an smoun: not
to aatceed the atibcontrOCtOd AJr joint venture amount,
based upon approved Invoieee rulAltted brr the prima
contractor, proposer or joint venture, -to tits city.
In the ~vent a disputft should arise ON to tit"
purtormanre or psy"nt of the primstry contractor or
bidder/proVonsr or the N/Kalt, under the terms And
r0nditlone of the City contteot or pracnreritent itwwtd
document, compensation shell be withheld until such
1 time as the dlsputn is cenolved in accordance with the
procedures set forth In this Wiepter for revolving each
disputes.
All hdtnlnlstretivo Directors shall vtrwnd taste existing
policies and procedure■ or to create Such new ones an
me be required to insure and report en compliance with
el aspects of title article.'
Section S. The following neir Section 19-17 is added In Its
entltetyr
'See. 19-71. Designation of the Director of the Officn
of Ninorltr/tromen Business Affairs.
The nirector of the Office of Minority/Nomen puniness
Affairs is designated- se the official responsible foe
entabllehing N/149E bid and cgnteact/sweed requit;wents,
creetln44 slid Lnplementing ec"pliance quilellnes,
man ltar ing compliance, revolving disputes, and
reporting on all of the above to the City Manager.'
• Section S. All ordinances or parts of ordinances In
conflict with the provisions of this ordinance ln,otar ne they
are Inconsistent or In cotitllct with the provlslons of this
ordinance are hereby, repealed..
Section 7. It any section, pact of section, paragraph,
clause, phrase, cc word of this ordinance is declared invalid,
the cestalning provisions of this ordinance shall not be affected.
PASSED Oki FIRST HEADING BY TITtot OULT this Lb_ day of
December
a PASSED AND ADOPTED Otl SCCOtto ANo rit1Ai. READIM r1T TITLE ONLY
thin _ llth day of January , 19ems.
i
-; �
MA r tt 1 n I
City Slnrk
r
.�
U1531;
91- 213
J
I
Nil) AfFIRWto of
APPItOV90 AS TO rOM A"t) CORUCT"allso
4 JO
o
cl
tp, 4i,)
xt
1
.1-ql%.AIM
ORDINANCE NO. 1.0 0 3 2
0
AN ORDINANCE IMP UMENtINO tHE "FIRSt BOUNCE
IlibiNG AGREEMENT" AND SEttING AS A CONDITION
PRECEDENt TO THE EXECUTION OF CONTRACTS
RESULTING IN THE CREATION OE NEW PERM NENT
JOBSo THE SUCCESSFUL_NEOOTIATION OF A " IRST
SOURCE HIRING AGREEMENT" BETM99N ,THE PRIMATE
INDUSTRY• COUNCIL OF SOUTH PLQAI0A/SOUT11
FLORIDA EMPLOYMENT AND TRAINING' CONSORTIUM
AUTHORIZED AEPA93tNTAI'IYE OF THE CItT OP
MIAMI, AND THE OROAMIIATION OR INDIVIDUAL
RCC91VINO SAID CONTRACT, UNLESS SUCH AN
AGREEMENT IS FOUND TO BE INFEASIBLE It THE
CITY HANAOER, AND SUCN FINDING is APPROM BY
THE CITY COMMISSION OF THE CITY OF MIAMI,
WITH THE PRIMARY •EMtFICIARM OF THIS
AGREEMENT BEING THE PARTICIPANTS OF THE CITY
OF MIAMI, TRAINING AND EMPLOYMENT PROGRAMS
AND OTHER RESIDENTS OF THE CITY OF MIAMI{
CONTAINING A REPEALER PROVISION AND
SEVERABILITT CLAUSE.
WHEREAS, the City Commission has declared its intent
"that public protects that are financed by public. funds, C::TA
partic/parts, who are eligible are to be given priority" (Ma ::r
33-1018, November 16, 1983), andl
WHEREAS, the City Commission is desirous of s pertlr.g
the concept of "First Soutte Hiring Agreement", which would give
priority employment to City of Miami training and employment
participants i hiring situations resulting from the support of
public funds, from or through the City and/or special privileges
granted by the city of Miami, andl
WHEREAS, the City Commission passed' a Resolution.
"establishing on advisory committee to recommend a "First Source
Hiring Agreement" policy for implementation by the City of Miiwi
rrd 4plinting certain individuals to serve on that c*MMIttec"
(Rr.s!lutl: n No. 84-e98 Jul, jl 2644) d•
WIIFNEAS, the City Commission of the City sf M•:Ir.s
ws,nrt to sasure continuing esploymcnt opportunities of teslj.•rt:
r �t t1••• !'lt•• of Miami, and;
u111:11EAti, the snthurised rapresent •t t . e shall rrga::..t•:
7 the terms of Ohe "First S•)urce 111rlrll Agreements" on n protect ty
104 W"T "0'
91_. 213
1 l•
i
so t bogIi with :fit rnr.lplrnt at contracts for reelii►.ic.i.
ulr+tn�!S nnOOP grsnts And lest,$ 06% or through the City I
Miami$ en,1=
WOW, those Organisation$ and individuals receiving
contracts for t6cllltie6, Services and/or grAnts and loans tress
or through the City of Miami should pattlelpate in the "r1rat
Source 111rint Agreement" ss it is In the best interest of aslo
parties and City of Mlassl residents, and='
11 AUS* for the purpose of this resolution, contracts
for facillties, services and/or grants and loans with the City of
Miami are defined in ssotion 2 of this Ordinance, and;
YMEREAS, those organisations or individuals receivind
the Identified public funds, by the receipt -of contracts for
faclllties, services and/or grants and loans would be required,
precedent to the execution of sold contracts to enter Into
negotiations with the authorised representative, as defined 1r.
Section 2. of the Ordinance, and to arrive at a "First Source
Hiring Agreement" which la satisfactory to both parties, and;
HIIEREAS, the special duties and responsibilities of the
authorized representative necessary to Implement "First Source
Hiring A••reeMents" are spelled out In the pravlst+rs �f
a ncsoiutlon being conlldered for adoption by the city Conner s tun
on June 13, 1911111 and.
1
WHEREAS, a modal. "First Source luring Agreement" is
attached herewith, for illustrative purposes only=
;Iretlon P. boripltiona. For the purpose tit !!ie
;r•lieirncl, the to1►owing terms, phrases, words and tne,•
i
arrivntiens shall have the tollowln` Mappings:
A. S-erVlrt____fianteIt%$ at*na contracts tot tall
prr:urt-aert of services by the City et Miami which lrelude
for -it Oil: tonal services.
n& tacllities means all publicly finineed proJecte,
i
including but without limitation, uniFled development rojdets,
municipal public works, and municipal improvegents to the extent
they are financed through public money sdrvless or the use of
publicly owned property.
_
C. Services Includes, without limitation, public
works Improvements, feellitles, professional services,
commodities, supplies, materials and equipment.
D. Grants shd Loans means, without limitation, Urbor
Development Action Grants (UDAC), Economic Development Agency
construction loans, loans from. Miami Capital Cevelopmer•t,
incorporated, and all federal and State grants administereJ by
the Clty of N1841.
E. Authorised Representative weans the Private
Industry Council of South Florida/South Florida Employment or•.
Training Consortium, or its successor as local, reelplert or
federal and state training•end employment funds.
Section j. The authorized representative shall
se •
.,.
negotiate each "First Source Hiring Agreement",
Section M. The primary beneficiaries of the "F:rsi
Source Hiring{ Agreement" shall be participants of the City of
`
Miami training and employment programs, and other residerts or
'
the City of Miami.
a
Section y. All ordinances, or parts the"eor, t•
�.
c-rr::rt hNrewlLh are hereby repealtrd.
:'•retina t•. Shegld any part of •.r
:rdtr,r••�!.v declared by n crturt of competent lurlsditttor, t:, t
f
`
tr.,,:t.:. R..trr shall t p arrc.t the v.tlli :ty or the OrJ:r•..r^.r .tz
,
:n
nj
wtl :.
i
All
91-
213
,f
c
5�
x
£
t
i
fi,FF
9,1
V
xr
#
4 d
tf:
_ GITT ATTOWN91
-
1•��'kI< tll Itli l'tl!• 1.1 . h1 1111. 1'�N1ini�
_
t
_ ,
WOOF C. 16 thil ••p too. 1.1
,•116. It. Ill 0 6$.. too.? „11• .•.•164t1 .%; ..• lye 1. e
le".. - ..•fer-lo ... ••.1 Mt: w .• Y •1. .q let.• K • �1 • 11..• �. ,.
.4 Iht 114'. !'a..r/j t.•.t.l C ..1 Hoofpt .r pt.•.„1:J
hM 'w.�t. a.N1 t l.h ti 1 Lai• N� sn Nht •� •+i.l �. 1.•
_
ohs 1 «.• f.Jtd 11.r1tst».
a 11 NMss NIj, ha"d Rd 1.14 1kb1 .rat A :.i
city INS a%r —481 Of
'
CIO x Cbft
r�
213
T t .
t:
*t
k '
�
f �tjix S � 4
tl
r
'I � 4>xy�'�y✓��y.f n'+�I� C'+ t Y
�y•}s^ f � x i �rt t ��i'yjj"
frttY OF MIAMI, FLORIDA 12.
INTEA-OFFICE MEMOAANDUM
1
TO;
Honorable Mayor and Members DATE : FILE
1991
}
of the City Commission
SUtlJEcr : Resolution Authorizing
Issuance of. ArP for
Management Agreement of
=
the Paul Walker Park
FROM :
Cesar H. OdiO aEERENCES : concession
City Manager ENCLOSURES: For March 14, 1991
=
Commission Meeting
i
_
r'S
RECOMMENDATION:
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 Paul Walker Park Concession, located at 46 West Flagler
Street, Miami, Florida..
BACKGROUND:
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 Paul Walker 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
entirety, authorizing the issuance of.a Request for.:Proposals.
a
Attachments
Proposed Resolution
Draft RFP
r
Tit