Loading...
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