Loading...
HomeMy WebLinkAboutR-85-0662J-85-615 PkN RESOLUTION NO. SS"66 A RESOLUTION AUTHORIZING THE ISSU- ANCE OF A REQUEST FOR PROPOSALS IN SUBSTANTIALLY THE FORM ATTACHED, FOR THE LEASE OF FORMER FIRE STA- TION #91 WHICH IS NOW VACANT, LOCATED AT 7561 N.E. FIRST AVENUE, FOR THE PURPOSE OF PROVIDING A FACILITY FOR CONDUCTING CIVIC AND/OR SOCIAL SERVICE PROGRAMS FOR THE BENEFIT OF THE IMMEDIATE NEIGH- BORHOOD AND/OR THE WHOLE COMMUNITY. WHEREAS, Section 53(d) of the City of Miami Charter entitled "Sales and Leases of Real Property" provides for the disposition of real property owned by the City and any such disposition shall be conditioned upon compliance with the provisions of this section; and WHEREAS, Section 53(d) of the Charter requires competitive bidding procedures to be followed with respect to the disposition of real property owned by the City; and WHEREAS, Section 18-78 of the City of Miami Code entitled "Methods and Procedures for Sales and Leases" of realty sets forth the principles for competitive sealed bidding; and WHEREAS, the City owns 22,495 square feet of land and improvements in the form of a two-story building with 6,973 square feet, which was former Fire Station #9 and has been vacant since 1980; and WHEREAS, several viable organizations have expressed interest in utilizing this facility for varinijc nnmMIS"il programs; and WHEREAS, this property though secured several times is at present totally vandalized and in disrepair and is a neighborhood hazard; and WHEREAS, the City desires to invite proposals for the purpose of providing constructive use of this property, by providing a facility for conducting civic and/or social service programs to benefit the immediate neighborhood and the whole community; CITY COMMISSION MEETING OF JUN 20 1985 ON No. 85-662 N NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The City Manager is hereby authorized to issue a Request for Proposals, in substantially the form attached, for the lease of former fire station #9, which is now vacant, located at 7561 N.E. First Avenue, for the purpose of furnishing a facility to the successful bidder where civic and/or social service programs may be conducted by the successful bidder to benefit the immediate neighborhood and the whole community. PASSED AND ADOPTED this ?Ott day of _June _ , 1985. ATTEST: RAL G. ONGIE, CITY CL K PREPARED AND APPROVED BY: /C ROBERT F. CLARK DEPUTY CITY ATTORNEY APPROV LUCIA A. DOUS CITY ATTORNEY 0)FORM AND CORRECTNESS: Maurice A. Ferre_ MAURICE E. FERRE'�__� MAYOR 85-662 i CITY OF MIAMI. FLORIDA INTER -OFFICE MEMORANDUM EF 3 Honorable Mayor and4 05 -° Members of the City DATE FILE: Commission Issuance of RFP for ass Ec- 7561 N.E. First Avenue - Agenda Item FQOM- oergio Pereira REFERENCES. City Manager F.NC.OSURES ? - It is recommended that the City Commission adopt a resolution authorizing the issuance of a Request for Proposals for the lease of former Fire Station #9, which is now vacant, located at 7561 N.E. First Avenue, for the purpose of civic and/or social service pro- grams for the immediate neighbor- hood and the community as a whole. The above mentioned building, constructed in 1925, has been vacant since October 10, 1980, when a new Fire Station #9 was constructed. Since 1980, even though the building has been secured several times, it has remained vacant and been vandalized and presents a neighborhood hazard. Several viable organizations, namely, the Regis House group, the A.L.G.D.G.A.D.L.'UN., Les Enfants de la Veuve, Inc. d/b/a La R.L. Les Pelerins No. 7, and the Society of Priests of Justin the Martyr have made requests for the use of this former fire station, for activities that would make this property an asset to the neighborhood and community. Recommendation The Property and Lease Management Division of the Finance Department recommends that the City Commission authorize the issuance of a Request for Proposals for the lease of vacant, former Fire Station #9, located at 7561 N.E. First Avenue, for the purpose of civic and/or social service programs for the immediate neighborhood and/or community as a whole. �r e - Yfb M1� I3 i REQUEST FOR PROPOSALS INVITATION TO SUBMIT PROPOSALS FOR THE LEASE OF FORMER FIRE STATION NO. 99 WHICH IS NOW VACANT, LOCAT- ED AT 7561 NE FIRST AVENUE, FOR THE PURPOSE OF FURNISHING A FACIL- ITY FOR CONDUCTING CIVIC AND/OR SOCIAL SERVICES FOR THE BENEFIT OF THE IMMEDIATE NEIGHBORHOOD AND/OR THE WHOLE COMMUNITY. JUNE 20, 1985 CITY OF MIAMI MAURICE FERRE, Mayor JOE CAROLLO, Vice Mayor MILLER DAWKINS, Commissioner DEMETRIO PEREZ, Commissioner J. L. PLUMMER, Commissioner i F SERGIO PEREIRA, City Manager Prepared by Property and Lease Management Proposals Due: 2.00 PM July 22, 1985 ss-ss2 .t r fW D� R w r ) t 1 Olk i a i � Request For Proposals Wv' Table of Contents I Public Notice Aviso Publico II Overview A Summary B Requirements i III Instructions to Proposers A FORMS: 1) "Declaration" i 2) "Proposal" M K f c N x 85-662 x' a k t } q t _. ..:a 4 �,,.�� ,� ;+H��r •. s .L. ,», .... f � ._ +".' .... 1, r .�={ � .. ��'�"'_. %. . . e�.:,,,P,�-a �r.4��i1��� I PUBLIC_NOTICE The City of Miami (the "City") is offering to lease approximately 22,495 square feet of improved property, housing a former fire station with a two-story building,.located at 7561 NE First Avenue, legally described in Exhibit I. The use of the property shall be fr iuforshing a the benefit ty for immediatethe conducting civic and/or social servces immediate neighborhood and/or the whole community. Proposal packets can be obtained from the City of Miami Clerk, 3500 Pan American Drive. Sealed proposals shall be submitted to 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, Miamig Florida 33133 on or before 2:00 PM, July 22, 1985. Any questions pertaining to this Request for Proposals may be directedto Management, 65 SW First Street, t,+enl Miami ase Manager Forida Property and Lase33130 or by telephoning (305) 579-6318. The City Manager of the City of Miami, Florida, reserves the right to cancel this Request for Proposals before the opening of proposals, to accept any proposal deemed to be in the best interest of the City, to waive any irregularity in any proposal and to reject any and all proposals. Sergio Pereira City Manager f. i s; J 1 85-662 3 Ai 91 � •S � � r pzl y, b 1 'c3j �l Y b�,. ;ga�N'�t fix' 4 �y•�.. �' �' 'd•f. 6 ..'' .�._ ,'S S �91Y'r•C - .'�`3f'!1�+'ti 1 .w _. AVISO PUBLICO un La Ciudad de Miami pies esta drad sdo el situadorren d7561ntNE dFfrst edificio de 22,495 p Avenue. E1 use de esta propiedad sera pars dcomunidadr un programa de actividades civicas y sociales Para la Iel Seccion sob Municipal de sla Ciudad de Mia ib1 3500 Pan American _ del Secretario Mu p Drive. Las propuestas selladas deberan ser sometidas a: las Oficinas del Secretario Municipal de la Ciudad de Miami, situadas en el primer piso del Ayuntamiento de Miami, 350m spans mar American r vde Dinner Key, Miami, Florida 331339 an julio, 1985 a los 2:00 PM. Cualquier pregunta relacionada con esta propuesta puede dirigirse a Albert t J. 65m SW 'Fir t PropeStreetj Miami, Flo& Lease rida o33130, perty atelefono Lease Managemen , (305) 579-6318. E1 Administrador de la Ciudad de Miami, Florida, se reserva el derecho de cancelar esta peticion de propuestas antes de la apertura de dichas propuestas. Tambien el Administrador se reserva el derecho de aceptar la mejor propuesta que considere en el mejor aridadteres para la rechazar alguna, oasar todasr to cualquier 1 spropuestas irregul Y presentadas. Sergio Pereira City Manager tea* 1 z.. s 5-2 866 4 - a <" � n y 4 4IJf 1 g =ti OK II OVERVIEW A Summary The City of Miami, Florida (the "City"), is soliciting sealed proposals to lease approximately 22,495 square feet of imp property, housing a former fire station, composed of a two-story mately 4,787 square feet on the first floor building with approxi and 2,186 square feet on the second floor, locatedfacility lfor First Avenue, for the purpose of providing conducting civic and/or social and/orservice theprograms communitye benefit of the immediate neighborhood The proposed lease agreement (the "Lease"), will have an initial term of approximately five (5) years, beginning on the date of the execution of the Lease with one (1) five-year renewal option. The Lease shall be awarded to the responsible and responsive proposer (�� Proposer ), whose proposal offers the City the highest total compensation for the Lease. In making eu h deter ete amountioof the City shall consider the following: exp erience lar return offered to the City, and professional reputation of Proposer, the financial capability of the Proposer, and the City's evaluation of the narrative submitted by the Proposer(s) in support or explanation of the overall service program proposed, describing the civic and/or social activities. Proposer is expected to make bids not lower than the minimum yearly payment of one hundred ($100) dollars to be paid in advance, excluding any real estate taxes levied against the premises which are to be paid by the successful bidder ("Successful Bidder"). Any proposals made below the minimum yearly amount will be disqualified. Proposer recognizes that construction, repairs, alterations improvements or maintenance to the leased area, and/or other areas owned by the City and used by the Successful Bidder in conducting these civic activities and promoting such social serviceprograms, is at the sole expense of the lessee (the "Lessee") ) and shall become the property of the City upon expiration of the Lease. Upon completion, the paid invoices, receipts and other such documents shall be submitted to the City Manager. Proposer also recognizes that all improved common areas utilized by Lessee, such as the building and grounds, in the conduct of the proposed activities, will be maintained by Lessee at its expense. Proposer further recognizes that Lessee will bear costs of construction, improvement and maintenance of the building and grounds. 5 85-662 v s 'R. L z 't L Si r y '4 +. OIK ht to cancel for The City Manager reserves rigof pr�oposals,thto Request any Proposals before the opening irregularity in any proposal and reject any or all proposals and readvertise. Sealed proposals shall be submitted ocated • on the firsts floor theof City Cthe Clerk of the City ooo f Miami, Miami, Miami City Hall, or3beforen2:00ePMCaJuly 22,E 1985. Key, Florida 33133 on Any questions pertaining to directed to Albert J. .Armada, First Street, Miami, Florida, 6318. 5 •tiR. _ 1 I y• .t 1 I 7 this Request for Proposal may be Property and Lease Manager, 65 SW 33130 or by telephoning (305) 579- 2 85-662 5 k y � 7 .r, x �_ Nfi�� ��:s'���+�� c ��1�� t rf _ F.t '.� . .. �., - ,. a i• G-tn tf.:• - .-.{k -.-Y>AL.±�. _ - B Requirements Successful Bidder is expected to propose a minimum yearly return to the City of one hundred ($100) dollars to be paid in advance, excluding any real estate taxes levied against the premises, which are to be paid by Successful Bidder. Any bids below the minimum yearly amount will be disqualified. However, in the event that changes to the use of the property which may require City Manager's approval are granted to Lessee, additional consideration as may be mandated by the City Manager shall be required. Successful Bidder will be required to provide insurance coverage at 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 when a lease is executed. Successful Bidder agrees that no construction, repairs, alterations or improvements may be undertaken upon the demised premises unless the plans: 1 Be first submitted to Property & Lease Management, for presentation and review by all Departments and Offices with jurisdiction, and 2 Be approved by the City Manager of the City of Miami, Dade County, Florida, and 3 Be in compliance with all State, County and City rules and regulations, and any other agency that may have jurisdiction in these matters. Successful Bidder will be expected to pay all costs, including but not limited to appraisals, surveys and advertising expenses incurred by the City in the process of this solicitation of proposals. Successful Bidder recognizes that construction, repairs, alterations, improvements or maintenance to the leased area, and/or other areas owned by the City and used by Successful Bidder in conducting their civic and social service programs and promoting such community activities, is at the sole expense of Lessee 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 City Manager. Successful Bidder also recognizes that all improved common areas utilized by Lessee, such as the building and grounds, in the conduct of the proposed activities, will be maintained by Lessee 3; err r w 1 OWN at its expense. Successful Bidder further recognizes that Lessee will bear costs of construction, improvement and maintenance for the building and grounds. r } _ ti "i• I �e ek +s tr ,y3 � i % is.h 'S.: iSF kJes-c � ��qq •M � z H Ar- 'b.. ��L'?'(v--: ��'y �1� St -_ k R�•,y� ,��, �'S S j' i. . R.M x4 +F4:� � sir �. III INSTRUCTIONS TO PROPOSERS 1. SUBMISSION OF PROPOSALS: sections: a) "Declaration" b) "Proposa " Submit proposals consisting of Where forms are furnished as per the form's instructions documentation submitted by one of the sections should form where applicable. titled above, please complete and submit same. Additional the Proposer relating to any be attached to the completed Whether forwarded by mail or personally delivered, the envelope must be received by the Office of the City Clerk, City of Miami City Hall, 3500 an American date and inner Key, Miami, Florida 33133, Prior stated in the Public Notice. 2. QUALIFICATIONS: Prospective Proposers shall have no and record of pending lawsuits, criminal activities, etc., be of shall not have conflicts of interests which latter embarrassment to the City of Miami submission of a qualification may be satisfied by notarized affidavit to the effect with the proposal submission. 3. ONE PROPOSAL: Only one Proposal from an individual firm, partnership, or corporation under the same or different names, will be considered. If it is found that a Proposer is interested in more than one proposal, all proposals in which such a Proposer is interested will be rejected. 4. PRICE PROPOSAL: Prices shall be stated in both words and figures in the appropriate places in the _P_r_o_2o_.s_all form. In the event that there is a discrepancy between the price written in words and the price written in figures, the former shall govern. 5. SIGNATURE OF PROPOSER: The Proposer must sign the Proposal in the space provided for signatures. If the Proposer is an individual, the words "Sole Owner" shall appear after his signature. If the Proposer is a partnership, the word "Partner" shall appear after the signature of one of the partners. If the Proposer is a corporation and/or organization, the signature required is the officer, officers, or individual 0 85-66 1c. l0V 0011, authorized by its by-laws or the Board of Directors, with official corporate seal affixed thereto. b. PERFORMANCE BOND: The City reserves the right to demand of the successful bidder a performance bond in the amount sufficient to guarantee faithful performance of the terms and conditions of the lease bgreement. A cash deposit with the City will meet this requirement. 7. REJECTION OR ACCEPTANCE OF PROPOSALS: The right is reserved by the City of Miami to accept any proposal deemed to be in the best interest of the City, to waive any irregularities in any proposals, to reject any or all proposals, or to readvertise for proposals, if desired. In making such determination, the City's consideration shall include the following: a) the proposer's experience b) the dollar amount return offered to the City c) the proposer's financial qualifications d) the professional reputation of the proposer e) the evaluation by the City of the proposal submitted by the proposer in support or explanation therof. The successful proposer will receive an official letter from the City of Miami notifying him of the acceptance of this proposal and awarding him the privilege of executing a contract to be prepared by the City. 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 refusal to enter into the City of Miami contract, 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. 8. WITHDRAWAL OF PROPOSAL: Any proposal may be withdrawn prior to the final time for receipt, as scheduled in the Public Notice. 9. INTERPRETATION OF PROPOSAL DOCUMENTS: Each proposer shall thoroughly examine the Proposal Documents and judge for himself all matters relating to the location and character of the services he agrees to perform. If the proposer should be of the opinion that the meaning of any part of the Proposal Documents is doubtful, or obscure, or contains errors or omissions, he will be provided the opportunity to request clarification from Property and Lease Management. 10 85-66ti 011- erves 10. PROTECTION OF RIGHTS 0 n any contractlty documentesuchsterms the right to include Y y for proper and conditions aCit eems necessa (see Exhibit II)e pp protection of the Y of 11. 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 tby an established business firm a Balance sheet less than days old b) Current Income and Expense Statement c) Business Income Tax Reports for the last three (3) years C i 4 ir^zA.x q�-'.7 iYlY _ , 4 /r DECLARATION TO: Sergio Pereira City Manager City of Miami, Florida Submitted _ day of , 1985. The undersigned, as proposer (herein used in the masculine singular, irrespective of actual gender and number) declares that the only persons interested in this proposal are named herein, that no other person has any interest in this proposal or in the lease to which this proposal pertains, that this proposal is made without connection salinrarrangement every respectith any other fair l in good person and awithout this proposal Y collusion or fraud. The proposer further declares that he has complied in every respect with all the Instructions to Proposers issued prior to the opening of patters and conditions of osal� and that he has sthe slease fied htoswhich elf uthe relative to allm proposal pertains. The proposer proposes and agrees, if this proposal is accepted, he will 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 upon the Request for Proposals issued by the City, dated June 20, 1985 for the lease of the vacant fire station located at 7561 NE First Avenue, Miami, Florida, as legally described on attached Exhibit I. Signature OOW TO: PROPOSAL Office of the City Clerk City of Miami, Florida ATTENTION: Property and Lease Management (1) The undersigned hereby makes a proposal for a lease agreement of five (5) years with the City of Miami, with one five-year renewal option, subject to the City Manager's approval, for the vacanallfire building attached Exhibital.7561 NE First Avenue, as legally described on (2) Describe in your format and attach to the last page of this Pro osal Form, labeled "Attachment A", a narrative in support or exp anation of the overall service program proposed, describing the civic and social activities: PART I PROGRAM NARRATIVE AND IMPLEMENTATION PLAN A Narrative Description of the Project Provide a detailed narrative description of the project including the following: 1 Describing the goals and purpose(s) of 2 the project; Identifying the individuals and/or groups to be served ( target group) , and defining the requirements for 3 eligibility; Identifying the geographical area of 4 service; Identifying the activities that the project will be providing and describing the nature and extent of those activities, as well as any special features that you feel should be mentioned; 5 Identifying the expected outcome(s) of the project on the participants and/or community. B Measurable (Quantitative) Objectives Specifically quantify the objectives to be achieved, which include: 1 Identifying the specific segment of the target group to be served in each activity; 2 Estimate the number of target group participants to be served in each activity; SS-S62 0^ 3 Identifying the specific service to be 4 provided in each activity Estimate the frequency of the activities 5 to be provided•, Specify the time period in which each activity/objective will be achieved. PART II A ORGANIZATION Provide a list of all members employees, broken down by , aged ethnic status, and position held. sex, PART III PROGRAM MANAGEMENT Describe in detail the policies and A procedures that will be used regarding including membership and employees descriptions of the following: 1 Eligibility 2 Hiring and termination prosdur 3 Equal Employment opportunity procedures and assurances 4 Affirmative Action procedures 5 Scheduled activities for the community 6 Grievances and Abuses B Describe in detail the internal monitoring system that will be used to insure that the project will meet its goals and objectives, including the following: 1 Setting performance standards for the measurement of each activity; 2 Developing a method for comparing the performance against the standards set; 3 Performing a follow-up of corrective actions; 4 Developing the required forms to record activities; 5 Submitting status reports. (3) The bidder is expected to make bids not lower than be the in minimum payment of one hundred 1dollars, any real est te taxes iedo gainstd the .a advance, premises excluding which are e below successfulbidder, to be paids madethe yearly bid "Attachment Attachment B . Any amount will be dfsqualified. 14 85--662 P"1 fi (4) It is expressly ti yornrerectoanyhat andthe all proposalSq and reserves the right to accept 3 proposal and further understood, that acceptance anyaroval of the City corresponding agreement is subject to thee app Commission. (5) The undersigned exprtiony andthverificationorized the Cfromoanyisouree to solicit and obtain informs named in or in connection with this proposal. THIS BID _PROPOSAL SUBMITTED BY Name of Firm, Corporation, or Individual Address of Firm, Corporation, or Individual Signature Signature Title Title (If Corporation, Please Affix Corporate Seal) M l� 3 ; {�r�S t�'ff . '0 4 AM � u j � +0 1 EXHIBIT I LEGAL DESCRIPTION OF FIRE STATION LOCATED AT 7561 NE FIRST AVENUE Lots 1, 2,'and 39 Block 30, Little River Gardens Subdivision Blks. 24-32, according to the plat thereof, as recorded in Plat Book 7, page 269 of the Public Records of Dade County, Florida. TERMS AND CONDITIONS TO BE INCLUDED IN LEASE G EM T INSURANCE EXHIBIT Ir The Lessee shall maintain during the term of the Lease Agreement the following insurance: A General Liability Insurance on a Comprehensive General Liability coverage 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 payments coverages shall be included. The City shall be named as an Additional Insured. 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 a replacement cost basis for real and personal property located on the designated premises leased to the Lessee by the Lessor. The City shall be named as a Named 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 the Lessor. Written notice shall be sent to the Risk Management Division, Department of Finance. Evidence of compliance with the insurance requirements shall be filed with the Risk Management Division of the City of Miami prior to execution of the Lease Agreement and each renewal. Such insurance shall be subject to the approval of the Risk Management a Division. All insurance policies required must be written by a company or companies rated at least "A" as to management and x: Class "X'" as to financial strength, in the latest edition of the Best's Insurance Guide, published by Alfred M. Best Company, Inc., 75 Fulton Street, New York, N.Y. Compliance with the foregoing requirements shall not relieve the Lessee of its liability and obligations under this section or under any other portion of the Lease Agreement. n 85-662. Y+ 9 r ,J 77t"e ! TY EXHIBIT II INDEMNIFICATION Lessee covenants and agrees that it shall indemnify, hold harmless, and defend the Lessor from and against any and all claims, suits, actions, damages or causes of action arising during the term of the Lease Agreement for any Personal Injury, Loss of Life, or Damage to Property sustained in or about the leased premises, by reason of or as a result of the Lessee's occupancy thereof, and from and against any orders, judgements 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. DAMAGES OR LOSS TO LESSEE'S PROPERTY Lessee releases the Lessor from any and all liability, cost or expenses for damage, or loss to the Lessee's property for any cause whatsoever. Fencing around the premises and security are the sole responsibility of the Lessee. UTILITIES Lessee shall pay for all utilities consumed on the premises as well as connection and installation charges thereof and waste collection, if any. ASSIGNMENT AND SUBLETTING OF PREMISES Lessee shall not, at any time during the term of the Lease f; Agreement, sublet any part of the premises, or assign the Lease Agreement or any portion or part thereof, except and by virtue of written authorization granted by the City Manager to the Lessee. EXAMINATION OF PREMISES Lessee agrees to permit the Lessor's City Manager or his designee to enter upon the leased premises at any time for any purpose the Lessor deems necessary to, incidental to or connected with the performance of the Lessor's duties and obligations hereunder or in the exercise of its rights or functions. RULES AND REGULATIONS Lessee agrees that it will abide regulations pertaining to the use are now in effect, or which may at the Lease Agreement be promulgated. N by any and all rules and of the leased premises which any time during the term of y i �J yJ �+ll ffi P Kr EXHIBIT II TERMINATION Lessor reserves the right to terminate this Lease Agreement with or without cause upon six (6) monthsnotice. essee t eould actuate costsof exercise such right it shall pay to the improvements (as evidenced by the -paid invoices, receipts and other such documents submitted to the City Manager) which will take into consideration the unamortized life of the improvements based on a ten (10) year straight line of depreciation schedule. Payments of the depreciated actual cost of the improvements, if any, shall be made as and must bepaiddate withinsuch thirty (30)a tion of the Lease Agreementdays of the ensuing budget year. DEFAULT PROVISION In the event that Lessee shall fail to comply with each and every term and condition of the Lease Agreement or fails to perform any of the terms and conditions contained herein, then Lessor, at its sole option, upon thirty (30) days written notice to Lessee may cancel and terminate the Lease Agreement, all advances, improvements or other compensation shall be forfeited by Lessee not as a penalty but as liquidated damages. NON-DISCRIMINATION Lessee agrees that there will be no discrimination against any religious creed, ancestry person on account of race, color, sex, national origin, in the use of the demised premises and the or improvements thereof. It is expressly understood that upon presentation of any evidence of discrimination the Lessor shall - have the right to terminate the Lease Agreement. AWARD OF AGREEMENT Lessee warrants that it has not employed or retained any person employed by the Lessor to solicit or secure the Lease Agreement and that it has not offered to pay, paid, or agreed to pay any person employed by the Lessor any fee, commission, percentage, brokerage fee, or gift of any kind contingent upon or resulting from the award of making the Lease Agreement. CONFLICT OF INTEREST Lessee covenants that no person under its employ who presently exercises any functions or responsibilities in connection with the Lease Agreement has any personal financial interests, direct or indirect, in the Lease Agreement. The Lessee further covenants that, in the performance of the Lease Agreement, no 3 - 3 r kr L e } ti� A h ,S�j it �� f•`� t°'iS w[�'�-fi i'y ,�M,S�.>c.�rr � - � �-`s.s.$, . t try 5 x R L,t7ili4j, EXHIBIT 11 person having such conflicting interest shall be employed. Any such interests on the part of the Lessee or its employees, must be disclosed in writing to the Lessor. Lessee 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. INDEPENDENT CONTRACTOR Lessee and its employees and agents shall be deemed to be independent contractors, and not agents or employees of Lessor, 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 Workers' Compensation benefits as an employee of Lessor. MINORITY PROCUREMENT COMPLIANCE Lessee acknowledges that it has been furnished a copy of Ordinance No. 9775, the Minority Procurement 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 AND LOCAL LAWS Both parties shall comply with all applicable laws, ordinances and codes of Federal, State and Local Governments. 85-662 1 F P•,ict. t", ORIDA Honorable Ma�yioT and Members June 18, 1985 of the C' y Commission Proposed Lease of Former Fire Station #9 (7561 NE 1 Ave.) Lucia A. Do herty Agenda Item #11, 6/20/85 City Attorne (1) At the time of Agenda preparation for the June 20, 1985 City Commission Meeting, we had not approved the draft RFP in connection with the proposed lease of this facility; however, the review and initial approval were accomplished in time for the Agenda Packet Distribution on Friday, June 14th. Attached is a modified resolution which incorporates the RFP as an attachment thereto; the modified resolution clarifies the lease restriction imposed by the City Commission and should be substituted for the resolution which was distributed in the Agenda Packet. LAD/RFC/rr/070 cc: Sergio Pereira, City Manager Ralph G. Ongie, City Clerk Aurelio E. Perez-Lugones, Director P&Z Boards, Administration Dept. Al Armada, Lease Manager 85-662