Loading...
HomeMy WebLinkAboutR-85-0281J-85-137 RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, WITH THE MIAMI DESIGN PLAZA MERCHANTS ASSOCIATION (MDPMA), FOR THE PURPOSES OF MEETING ADMINISTRATIVE EXPENSES ASSOCIATED WITH THE OPERATION OF THE MDPMA AND FOR PROMOTING THE ANNUAL EVENT "MIAMI MARKET DAYS", WITH FUNDS THEREFOR ALLOCATED - IN AN AMOUNT NOT TO EXCEED $48,000 FROM THE FISCAL YEAR 1984-85 SPECIAL PROGRAMS AND ACCOUNTS, CONTINGENT FUND. WHEREAS, the City Commission is committed to economic development and the expansion of trade and commerce; and WHEREAS, the Miami Design Plaza is the third largest and fastest growing design district of its type in the nation; and WHEREAS, the City Commission authorized the City Manager to enter into an agreement with the MDPMA for the purpose of funding administrative expenses and the promotion of the 1984 "Miami Market Days". NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The City Manager is hereby authorized to execute an agreement in a form acceptable to the City Attorney with the Miami Design Plaza Merchants Association (MDPMA) for the purpose of meeting administrative expenses associated with the operation of the MDPMA ($33,000) and for promoting the annual MAR 21 1985 ioN no. 8a5�1�i8 REMARKS. i event "Miami Market Days" ($15#000), with funds therefor allocated in an amount not to exceed $48,000 from the fiscal year 1984-85 Special Programs and Accounts, Contingent Fund. PASSED AND ADOPTED this 2L day of March 1985. Maurice A. Ferre MAURICE A. FERKE, MAYOR ATTEST: PHvG. ONGIE, CITY CLEW PREPARED AND APPROVED BY: BERT F. CLARK, DEPUTY CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: rUCIA A. DOUYERTY, CITY ATTORNEY W CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM n 'w TO: Randolph B. Rosencrantz City Manager 1 Charlotte Gallogly Director Department of Economic D L DATE -- SUBJECT: t EiEFERENCES: 1 \ elopment ENCLOSURES: February 6, 1985 FILE: Funding Of The Miami Design Plaza Merchants Association "It is recommended that the City Commission approve the attached resolution authorizing the City Manager to execute an agreement in a form acceptable to the City Attorney with the Miami Design Plaza Merchants Association (MDPMA) for the purpose of meeting administrative expenses associated with the operation of the MDPMA and for promoting the annual event "Miami Market Days" with funds therefor allocated in an amount not to exceed $48,000 from the fiscal year 1984-85 Special Programs and Accounts, Contingent Fund." On July 30, 1984 the City Commission approved Resolution No. 84-816 authorizing the City Manager to enter into an agreement with the MDPMA in the amount of $48,000 for fiscal year 1983-84. The purpose of the agreement was to assist in the funding of MDPMA's administrative expenses in the amount of $33,000 and to assist in the promotion of the 1984 "Miami Market Days" event in the amount of $15,000. We are recommending that the MDPMA receive $48,000 for fiscal year 1984-85 for the purpose of funding its administrative expenses ($33,000) and the promotion of the 1985 "Miami Market Days" event ($15,000). The administrative expenses will be matched dollar for dollar by dues received from the merchants in the association. The MDPMA is the local merchants association working for and representing the interest of the businesses located in the Design District. The Miami Design Plaza, one of the largest design centers in the country, consists of 250 businesses which employ some 1,800 people within the City of Miami. Of these businesses, approximately 105 are members of the MDPMA. �Jt"'"•iti8� I I Randolph B. Rosencrantz Page 2 As successful as the district has been, it continues to face significant competition from several areas. They are as follows: 1 ) The Design Center of the Americas (DCOTA), a $120 -mi-llion,- one million square foot complex under construction near the Fort Lauderdale -Hollywood International Airport, is scheduled to open Phase I in June, 1985. 2) The Design Center of the Palm Beaches, a single, 130,000 sq.•ft. structure at 401 Clematis Street, West Palm Beach, currently houses 30 mini -showrooms and is planning to add 80,000 additional square feet in 1985. 3) The South Florida Trade Mart, a $100 million 750,000 sq. ft. complex, is scheduled to break ground on 23 acres in the last quarter of 1985. This complex is to be located near the Broward-Dade County line. 4) The Coral Gables Design Center building at 4041 Laguna Avenue, offers 30 000 s , q. ft. of display space for both the trade and the public and serves as the focus of a growing design district. The above centers represent a formidable challenge to the district's :Pr financial health, jeopardizing existing jobs, businesses and tax revenue. The association has identified fourteen (14) businesses � occupying approximately 82,000 sq. ft. and employing close to 100 people presently located in the Miami Design District which have a committed to relocate to the Design Center in Dania." MDPMA also " identified fifteen (15) other firms which opted to sign leases with... the Dania Design Center. Recent newspaper articles on these centers '£ are attached for review. The goal of the MDPMA is to reverse this trend by working to improve and strengthen Miami's Design District to make it a desirable place to do business. To this end, the merchants have committed to tax themselves through the creation of a Special Assessment District for the area which will eventually fund improvements for the district as well as the activities of the Association beginning in 1986. On December 13, 1984, the City Commission passed Resolution No. 84-1444 authorizing the County to create the Special Assessment District. SS-281 61 .I Randolph B. Rosencrantz Page 3 The association has been instrumental in achieving the following results during its current year contract: 1) Presented the annual "Miami Market Days" event in November, 1984 to industry people throughout the Southeast. This event attracted over 3,400 people. Attached for your review is a packet of promotional material. 2) Hired a full-time manager to assure coordinated, professional management of the district. 3) Developed the program and budget and gained merchant support to create a Special Assessment District for the Miami Design area. 4) Gained the support of the Off -Street Parking Authority to create and fund a gateway entrance to the Design District. 5) Reorganized and expanded the security force to provide a strong deterence to crime in the area. The total annual cost to the merchants for private security service is $150,912.00. 6) Persuaded the Dade County Public Works Department to repave -and add a left turn signal at the intersection of N.E. 36th Street and N.E. 2nd Avenue to facilitate traffic flow in the district. 7) Worked with the City of Miami in an effort to establish a Special Assessment District for the design area. 8) Promoted the Miami Design District in many local and national industry magazines. Based on the organization's accomplishments, its importance to the merchants of the area and the severe threat to Miami's Design District from increasing competition from other design centers throughout South Florida, I recommend that the City Commission approve $48,000 in funding to help the association continue its efforts to strengthen and preserve the design industry in Miami. CG/ju Attachments SS--28I: CITY. OF MIAMI,.,FLORIDA�•.- : AGREEMENT THIS AGREEMENT, entered into this . day of , 1985, between the City of Miami, a municipal corporation of the State of Florida, (hereinafter referred to as the "CITY"), and the MIAMI DESIGN PLAZA MERCHANTS ASSOCIATION, INC., a non-profit corporation fully organized and existing by virtue of the laws of the State of Florida (hereinafter referred to as the "CONTRACTOR"). FUNDING SOURCE: SPECIAL PROGRAMS.AND.ACCOUNTS-, CONTINGENT FUND NOW, THEREFORE,.in consideration.of the.promises.and mutual covenants and obligations herein set forth, the parties under- stand and agree as follows: - ARTICLE I. As a necessary part of this Agreement, the CONTRACTOR shall provide the CITY with the following: 1.1 Copy of CONTRACTOR'S Articles of Incorporation, Charter and By-laws. 1.2 List of present Principle Governing Board Officers and Members of the Board (names, addresses and telephone numbers). 1.3 List of Key Staff Persons, with their titles, who will carry out this program. 1.4 Copy of CONTRACTOR'S current Fidelity Bond (applicable for all persons who are authorized to receive and disburse funds under this Agreement). 1.5 Completion of Authorized Representative Statement (on form supplied by the CITY). 1.6 Completion of Statement of Accounting System (on form supplied by the CITY). 1.7 CPA letter verifying the CONTRACTOR'S Accounting System or current Audit Report (which verifies the CONTRACTOR'S internal controls as adequate to safeguard the organization's assets). 85-281 1.8 Final Expenditures Report (to be submitted 30.days after contract expires). 1.9 Management By Objective (MBO) Work Program and Line -Item Budget (subject to approval by the Department of Economic Development). 1.10 Proof of Worker's Compensation Insurance. 1.11 CONTRACTOR'S Corporate Seal (to be affixed to Signatory Page and Corporate Resolution). 1.12 Corporate Personnel Policies and Procedures. 1.13 Corporate Resolution authorizing -execution of this Agreement. 1.14 Completion of staff salary' schedule' (on - for`ms-- supplied- by the CITY). ARTICLE II. 2.1 TIME OF PERFORMANCE The term of this Agreement shall be from April 1, 1985 through March 31, 1986. 2.2 CITY AUTHORIZATION For the purpose of this Agreement, the City of Miami Department of Economic Development, (hereinafter the "DEPARTMENT"), will act on behalf of the CITY in the fiscal control, programmatic monitoring and modification of this Agreement. 2.3 OBLIGATION OF CONTRACTOR The CONTRACTOR shall carry out the services as prescribed in its Management By Objectives (MBO) Work Program (Attachment I), which is attached and incorporated herein and made a part of this Agreement, in a lawful. satisfactory, and proper manner, in accordance with the written policies and procedures and requirements as prescribed in this Agreement, as set forth by the City of Miami Department of Economic Development, all other state and local laws and in accordance with the requirements described in the Department cf Economic Development's 4 85-281, -2- Policies and Procedures__._.Manual for.. Communiv __•�Bas�d_y�,;;s; Organizations. 2.4 SCOPE OF SERVICES CONTRACTOR shall comply with its obligations as described in its Management By Objectives (MBO) Work Program and as follows: A. Maintain an administrative office, composed of at least an Executive Director, to accomplish the MBO Work Program to be developed and incorporated into this Agreement. This Agreement will not begin until the MBO Work Program has been received.and approved.by.the City of Miami's Department of Economic Development, B. Seek additional supportive, or replacement funding from`" at least three other funding sources. Proposals to other agencies will be made in writing and a copy of such provided to the City of Miami's Department of Economic Development. C. Coordinate and implement the Miami Design Plaza ;> D13triet_Development Plan and._coordinate the activities of the City and County Public Works Department to implement physical improvements in the area. D. Incorporate the name of the City of Miami in the brochures, directories and promotional materials for "Miami Market Days". E. Submit a report to the- Department of Economic Development by January 1, 1986 detailing the use of these funds, including total project costs and revenues yr' and amount of project funds contributed by the merchants; and evaluating "Miami Market Days" from the standpoint of number and type of persons attending "Miami Market Days", gross sales generated and the impact on Miami's economy and on the Miami Design District. F. Gain support from the merchants to approve the Special Assessment District. 85-281 -3- W I Policies and. Procedures Manual ...for.. Communit, ...­B Organizations. 2.4 SCOPE OF SERVICES CONTRACTOR shall comply with its obligations as described in its Management By Objectives (MBO) Work Program and as follows: A. Maintain an administrative office, composed of at least an Executive Director, to accomplish the MBO Work Program to be developed and incorporated into this Agreement. This Agreement will not begin until the MBO Work Program has been receivedand approved -by the City-_. - of Miami's Department of Economic Development.. B. Seek additional supportive' or- replacement- funding­:rrom' at least three other funding sources. Proposals to other agencies will be made in writing and a copy of such provided to the City of Miami's Department of Economic Development. C. Coordinate and implement the Miami Design Plaza District -Development Plan.and.-coordinate.-the-activities of the City and County Public Works Department to implement physical improvements in the area. D. Incorporate the name of the City of Miami in the brochures, directories and promotional materials for "Miami Market Days". E. Submit a report to the- Department of -Economic Development by January 1, 1986 detailing the use of these funds, including total project costs and revenues and amount of project funds contributed by the merchants; and evaluating "Miami Market Days" from the standpoint of number and type of persons attending "Miami Market Days", gross sales generated and the impact on Miami's economy and on the Miami Design District. F. Gain support from the merchants to approve the Special Assessment District. 85-281 -3- 2.5 W 2.7 BUDGET SUMMARY AND LINE ITEM JUSTIFICATION _ __•-_ CONTRACTOR shall comply with its Budget Summary and Line Item Budget Justification (Attachment II), which is attached and incorporated herein and made• a part of this Agreement. RETENTION OF RECORDS CONTRACTOR shall retain all financial records, supporting documents, statistical records and all other records — pertinent to this Agreement, for a period of three years. The retention period starts from the date of -the submission of the final expenditure report: Records---for,-non— expendable property acquired with funds under -the Agreement "•` shall be retained for a period of three years after. its f final disposition. Said records shall be retained beyond the three year period if audit findings have not been resolved. BONDING AND INSURANCE CONTRACTOR shall maintain insurance and bonding coverages acceptable to the CITY's Department of Risk Management. - Prior to commencing any activity under this Agreement, the CONTRACTOR shall furnish the CITY, certificates of insurance and bonding indicating that the CONTRACTOR is in compliance with the provisions of this article. ,rs CONTRACTOR shall provide•the following coverages:-. �a a) Insurance coverage that reflects sound --business practices acceptable to the CITY's Department of Risk Management. b) Fidelity bonding for all persons handling funds received or disbursed under this Agreement in an amount equal to or greater than the maximum amount of cash held at any one time. c) Compliance with the foregoing requirements shall not relieve the CONTRACTOR of its liability and obligations under this section or under any other section of this Agreement. 4 Y -4- 85-281 2.8 2.9 LEVEL OF SERVICE - ! = -' It is expected that funds are provided to insure quality service to CITY residents. Should start-up time for a program be required or any delays in service occur, the Department of Economic Development is to be notified in writing immediately, giving all pertinent details and indicating when service will begin and/or continue. It•is understood and agreed that the level of services, activities and expenditures by the CONTRACTOR, in existence prior to the initiation of services hereunder, shall be continued and shall. not be reduced in.any way as a- result of this Agreement. Programs.funded through this Agreement will not result in the displacement of employed 'Workers,-. impair existing contracts for services or result in the substitution of funds allocated under this Agreement for other funds in connection with work which would have been performed even in the absence of this Agreement. PURCHASING AND INVENTORY CONTRACTOR . shall use -its -best.. efforts,! to.= -obtain all supplies and equipment for use under this Agreement at the lowest practical costs and shall solicit three (3) bids for the purchase of capital equipment. The three (3) bids shall accompany all requests for payment. All non - expendable property acquired for the program with CITY funds will revert to the CITY =at -the end- of -the .--C=ITY:"-'s funding of the program, non -expendable property being properties which will not be consumed or lose identity. CONTRACTOR shall be responsible to CITY for any damage or destruction to said property and shall reimburse CITY for such damage. CONTRACTOR shall establish and maintain a . property control 'system and shall be responsible for maintaining a current inventory on all capital items purchased with CITY funds. All capital expenditures over $50.00 must be approved by CITY prior to purchase. All items purchased remain the property of CITY and should be -5- 85-28i. AN - inventoried as -such,- which-. wi-ld• •• include. 1"ttng ► on- . V, • property record the description, model serial number, date of acquisition and cost. Such property shall be inventoried semi-annually, and an inventory report submitted to CITY. CONTRACTOR shall permit CITY staff access to the premises where property is kept for the purpose of performing inventory monitoring functions. - CONTRACTOR shall not dispose of real or personal property purchased with CITY funds through sale, loan or relocation without receiving 'prior written approval of the City Manager. i 2.10 MINORITY' PROCUREMENT" CO'MPIIANCE'._CAUSE CONTRACTOR acknowledges that • it has been �furnished a' copy of Ordinance No. 9775, the Minority Procurement Ordinance of the City of Miami, and shall comply with all applicable substantive and procedural provisions therein, including any amendments thereto. 2.11 DISCLOSURE OF FUNDS - CONTRACTOR shall disclose- all sources ( public an6 pr. ivate Y , r and amounts of funds reflecting the total budget whether they be real or in -kind at the commencement of the contract period, as well as any changes in the amount of funds through program income or the sources received during the term of this Agreement, within thirty (30)=days of such changes. Examples of in -kind _'funds_ include free, -rent; } labor, office equipment, etc. 2.12 FINAL EXPENDITURE REPORT' A final budgetary report including an audited financial statement shall be submitted to the CITY within forty-five (45) days after the expiration of the contract period. This report shall reflect actual expenditures, by line - items, versus proposed expenditures submitted at the beginning of the Agreement year. All persons employed and paid pursuant to this Agreement should be listed by name, -_ title, Social Security number, date hired or terminated, 85--281 -6- ethnic ' backgrOU?ids, 14nd total' ­salarY -reflecting both CITY and other funding sources. 2.13 REPORTS, AUDITS, AND EVALUATIONS CONTRACTOR will transmit to CITY, in writing, monthly reports regarding current activity and the progress of the CONTRACTOR's activities in a format acceptable to CITY. CONTRACTOR shall submit to CITY such additional reports as may be required. CONTRACTOR shall prepare, retain and permit CITY to inspect as it deems necessary for grant purposes that may- be relevant to Federal, State or local directives. At the request of CITY, CONTRACTOR will transmit to CITY written statements of CONTRACTOR's official policy on specified issues relating to CONTRACTOR's'activities. CITY may carry out monitoring and evaluation activities to include at a minimum, visits and observations by CITY staff, and CONTRACTOR shall ensure the cooperation of its employees and board members in such efforts. All reports, audits, and evaluations either submitted to CITY on a monthly basis, or acquired through on -going monitoring and evaluation will be thoroughly reviewed by CITY. Any discrepancies, incomplete or inadequate information either received on a monthly basis or through monitoring and evaluation, will give CITY cause to terminate this Agreement at any time thereafter. ARTICLE III. 3.1 COMPENSATION A. CITY shall pay CONTRACTOR, as maximum compensation for the services required pursuant to Paragraph II hereof, $48,000. B. Such compensation shall be paid on the following basis: $33,000 for administrative and operational services; and 85-281 -7- $15,000 for promotional activities associated _with-,th&L � •, r annual "Miami Market Days"'event. All payments, unless otherwise stipulated, shall be reimbursement for expenditures incurred only in this contract period, and in compliance with a previously approved line item budget. Such reimbursement requests shall contain a statement declaring and, - affirming that all disbursements were made in accordance with the approved budget. All reimbursements must be • _ in Line -item form--and-be • to accord with the -Agreement. A1'1 exptnditUres must be -- verified by original invoice with • s 'copy' of -the 'check which will be used to pay the. specific . invoice..:. In.-— case that an invoice is paid by various funding sources, a copy of the invoice may be -submitted but must indicate the exact amount paid by various funding sources equaling the total of the invoice. All petty cash accounts must be justified with proper documentation. Requests for budget line -item changes. are allowable with prior review and approval by the CITY. C. CITY shall have the right to review and audit the time records and related records of CONTRACTOR pertaining to any payments by the CITY, 3.2 MATCHING FUNDS REQUIREMENT The CONTRACTOR is required to provide matching funds in the amount of $33,000, which is that portion of the total grant amount allocated for the administration and operation of the CONTRACTOR's program. r•� -8- 85-281 r .. The matching funds are . required, prior to. _the ,ex-ecvtian•.,'o`f= this Agreement. The CONTRACTOR ' 608t `64bmit- •-,IYOaper " ' documentation in the support of the matching funds. 3.3 METHOD OF PAYMENT All payments shall be reimbursement for expenditures incurred only during the Agreement period,- and in compliance with a previously. approved-.- Line Item Budget. Such reimbursement requests shall contain •a- statement declaring and affirming that all di-sbursement•s- were' made" 1h• accordance- " with • th-e approved" ° Lind Item Budget-. All reimbursements must- be in -line' item form and be in accord with this. Agreement.. , .All expenditures must betweri•fi-ed•, by original invoice. In case that an invoice is paid by various funding sources, a copy of the invoice may be submitted but must indicate the exact amount paid by various funding sources equaling the total of the invoice. All petty cash accounts must be justified with proper documentation. Request. -for. -Line Item Budget changes --are,= allowable, with prior review and approval by the Director of the DEPARTMENT. Requests for advance payments shall be submitted, including the amount requested and a justification, in writing, to the DEPARTMENT for review and approval. 3.4 FINANCIAL ACCOUNTABILITY - CITY reserves the right to audit the records of CONTRACTOR at any time during the performance of this Agreement and for a period of three years after final payment is made under this Agreement. Any payment theretofore made shall be subject to reduction for amounts incluc== in the related invoice or voucher which are found by the City Manager, on the basis of such audit, not to constitute, allowable cost. Any payments made to CONTRACTOR shall be reduced for overpsymen—ws, on ;.receding invoices or vou:hers. 3.5 E71F.B'jRS=W:S7 - T:Mr' y SUBMISSION 85-281 -9- Requests,..for_. payment,..shall be, made on, yen •$s =tweed, bas".n�=�? Reimbursement requests for.expenditures incurred during the'" ' term of this Agreement shall not be honored unless received by CITY within forty-five (45) days following the termination of this Agreement. 3.6 RECAPTURE OF FUNDS CITY shall reserve the right to recapture funds when the CONTRACTOR shall comply with the terms of the Agreement -and--- - accept conditions imposed by CITY at the direction -of the applicable-Federal--I,-State and -local agencies. 3.7 CONTINGENCY CLAUSE" Funding for this Agreement is contingent on the availability- of :funds and- continued, authorization" -'far-"' program activities and is subject to amendment or termination due to lack of funds, or authorization, reduction of funds, and/or change in regulations. 3.8 SALARIES, FRINGE BENEFITS, JOB DESCRIPTIONS To be eligible for reimbursement for personnel costs, the CONTRACTOR- shall submit-_ to the CITY for prior -wr-itten­-- approval, in accordance with U.S. Department of Labor guidelines, a detailed statement of the personnel policies of the CONTRACTOR. These personnel policies will include, but are not limited to, pay schedules, fringe benefits, resumes from staff, method used to compute vacations and - ill time, working hours, - office procedures, paid holidays, computation of wages, job descriptions to include qualifications for job, an affirmative action plan, an equal employment opportunity statement, disciplinary procedures and methods, and format for and frequency of employee evaluations. ARTICLE IV. 4.1 PROJECT PUBLICITY CONTRACTOR shall abide by affirmative action regulations in _ f irfcra:ag residents of the geogra;hicai area to be se-ve= here -finder-, of the services to be offered by utilizing a! y SrJ"'I�iClZ. -10- I 4.2 4.3 4.4 4.5 4.6 available means for.. -advert is ement, as_ nece&sar.r ifcr=~ M recruitment and outreach., All literature, advertising, publicity or promotion regarding CONTRACTOR's activities will be submitted to CITY for review and approval prior to release or distribution. No press conference will be scheduled without written notice to the CITY. NONDISCRIMINATION CONTRACTOR agrees that it shall not discriminate as to race, sex, color, creed or national origin in 'eonnedtion —' " with its performance'under this Agreement. CONFLICT OF INTEREST COITRACTOR .i.s aware, of the. conflict- -of interest lays•-of the' City of Miami (City of Miami Code Chapter 2, Article V), Dade County Florida (Dade County Code Section 2-11.1) and the State of Florida, and agrees that it will fully comply in all respects with -the terms of said laws. INDEMNIFICATION CONTRACTOR shall indemnify -and, save CITY harmless froM:,and.- against any and all claims, liabilities, losses, and causes of action which may arise out of CONTRACTOR's activities under this Agreement, including all other acts or omissions to act on the part of CONTRACTOR, including any person acting for or on its behalf, -and, from -and against any orders, judgments-, or decrees which -maybe entered -and -•from and against all costs, attorney's fees, expenses- and liabilities incurred in the defense of any such claims, or in the investigation thereof. COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS Both parties shall comply with all applicable laws, ordinances and codes of Federal, State and local governments AMENDMENTS lic a=endments to this Agreement shall be binding cn either ;arty unless in writing and signed by beth parties. - 11 - 85-28 f 4.7 SUBCONTRACTS - CONTRACTOR agrees•-ta:give advance• notification•,, in- writi•n'g•,, " to the City of any subcontract. None of the services, covered by this Agreement shall be subcontracted without the prior written of the CITY. Any work or services ` subcontracted hereunder shall be subject to the terms and conditions of this Agreement. Proper documentation in accordance with the DEPARTMENT and CITY guidelines must be submitted to and approved by the DEPARTMENT prior to the execution of any subcontract. CITY reserves, -tbe ri.gh-t to•- ._,..... . review all bid . documents =both with CONTRACTOR;, and other k °` entities.,- , and, to review and audit books and records" related to the biddingrocess all p prior to approving. the. , above referenced request. 'The advance notification process shall include the following: - a. Identification of the subcontractor and services to be provided. b. The proposed subcontract provided together with a complete and accurate breakdown of that price on a _ component by component basis. c. Identification of the type of subcontract to be used. d. Summary of actions taken to select the subcontractor. Nothing contained herein shall create any contractual relationship between CITY and any subcontractor. working -for - CONTRACTOR. 4.8 OWNERSHIP OF DOCUMENTS All documents developed by CONTRACTOR under this Agreement shall be delivered to CITY by said CONTRACTOR upon `; ,. completion of the services required pursuant to Article II hereof and shall become the property of CITY, without restriction or limitati,.n on its use. CONTRACTOR agrees that all documents maintained and generated pursuant to > rt, this contractual relationship between CITY and CONTRACTOR x F' shall be subject to al: provisions of the F:;blic Records "3 {rnJ i :.a., Cba;ter 1 tg , Flcrica Statute_. -12- rL It is further--,,vncler3tao-&: rb?� titd `~b�t�rl�ei���th�� Patti#r::thSt.-. ` '�' any documents, - ors ~ 'any —other 'matttbr whatsoever which is given by CITY to CONTRACTOR pursuant to this Agreement shall at all times remain the property of CITY and shall not be used by CONTRACTOR for any other purposes whatsoever without the written consent of CITY. 4.9 AWARD OF AGREEMENT CONTRACTOR warrants that it has not employed or retained any person employed by the CITY to solicit or secure this 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 --this Agreement. 4.10 NON-DELEGABILITY The obligations undertaken by the CONTRACTOR pursuant to this Agreement shall not be delegated to any other person -or firm unless CITY shall first consent in writing to the performance of such services -or' -any part thereof by another person or firm. 4.11 CONSTRUCTION OF AGREEMENT This Agreement shall be construed and enforced according to the laws of the State of Florida. 4.12 OBLIGATION TO RE -NEW Upon termination of this Agreement, CONTRACTOR agrees and understands that the CITY has no obligation to re -new this Agreement. 4.13 TERMINATION OF CONTRACT CITY retains the right to terminate this Agreement at any time prior to thi completion of the services required pursuant to Article II hereof without penalty to CITY. In that event, notice of termination of this Agreement shall be in writing to CONTRACTOR, who shall be paid for those services performed prior to the date cf its receipt of the notice of termination. In no case, hc:ever, will CITY pay _2 i —13— 85-281. CONTRACTOR an amount'; In3'eweess- af� tlSe �fotal" � u�rt' oaTi+d�+d � 1�y'= Y sa this Agreement. It is hereby understood by and between CITY and CONTRACTOR that any payment made in accordance with this Section to CONTRACTOR shall be made only if said CONTRACTOR is not in — default under the terms of•this Agreement. If CONTRACTOR is in default, then CITY shall in no way be obligated and shall not pay to CONTRACTOR any sum whatsoever. 4.15 GENERAL CONDITIONS A. All notices or other communications which shall or may be given pursuant .. to this .Agreement shall Abe­-_•,tn . _w, writing and shall be delivered -by personal service., or r by registered mall* addressed to' the other` party at the : address indicated herein or as the same may be changed from time to time. Such notice shall be deemed given on the day on which personally served; or, if by mail, on the fifth day after being posted or the date of actual receipt, whichever is earlier. CITY OF MIAMI CONTRACTOR 174 E. Flagler Street 3841 N.E. 2nd Avenue Miami, Florida 33131 Miami, Florida 33137 B. Title and paragraph headings are for convenient reference and are not a part of this Agreement. C. In the event of conflict between the terms of this Agreement and any terms or conditions contained in any — attached documents, the terms of this*Agreement shall rule. D. No waiver or breach of any provision of this Agreement shall constitute a waiver of any subsequent breach of the sac: or any other provision hereof, and no waiver shall be effective unless mace in writing. 4.16 INDEPENDENT CONTRACTOR CONTRACTOR and its employees and agents shall be deemed to be independent contractors, and nct agents or employees of ;`• CITY, and sha:l not attain an,: r:_r.ts or benefits under the 7x i -14- Civil Sei'v3ce'nr-: Penshon, Ortinafieeb'..6f tITto' o"r ailjr �ihts" ., generally afforded Classifiedor unclassified employees; " further it shall not be deemed entitled to the Florida— Workers' Compensation benefits as an employee of CITY. 4.17 SUCCESSORS AND ASSIGNS This Agreement shall be binding upon the parties herein, their heirs, executors, legal representatives','Sudcessor's*,' and assigns. 4.18 DEFAULT PROVISIONS In the event that CONTRACTOR shall fail to comply with each and every term and condition 'of' this' Agreement or` fails to perform any of the terms and conditions contained herein, then CITY,* at its sole option; upon written notice to CONTRACTOR, may cancel and terminate this Agreement, and all payments, advances, or other compensation paid to CONTRACTOR by CITY while CONTRACTOR was in default of the provisions herein contained, shall be forthwith returned to CITY. ARTICLE V.' CONTRACTOR ASSURANCES AND CERTIFICATIONS 5.1 That is possesses the legal authority to -enter into this Agreement by way of a resolution, motion or similar action that has been duly adopted or passed as an official act of i CONTRACTOR's governing body, authorizing the execution of the Agreement, including all understandings and assurances contained herein, and directing and authorizing the person F� identified as the official representative of the CONTRACTOR >, to act in connection with the Agreement and to provide such '- additional information as may be required. 5.2 It will comply with the provisions of the Hatch Act which limits the political activity of employees. `., 5.3 That no program under this Agreement shall involve political activities. rab _k. 5.4 It shall prohibit emplc}ee: f-om using their positions for a purpcse that is or gives the appearance of being SS-28�, -15- W motivated . by.: -des 4re = tor:�- private gain; f r J tfiebs ZW9 others, particularly those with whom they - -have business or other ties. 5.5 Participants or employees in the program pursuant to this Agreement, will not be employed on the construction, operation or maintenance of that part of any facility which is used for religious instruction -or worship. 5.6• Appropriate standards for health -and safety in work and training situation will be maintained. 5.7 Persons employed in public service jobs under this Agreement shall be paid wages which shall not .be -lower than whichever is the highest of (a) the minimum wage which would be.• applicable : to the employer -under " Federal - standards, (b) the State or local minimum wage for the most nearly comparable covered employment, or (c) the prevailing rates of pay for persons employed in similar public occupations by the same employer. 5.8 It will comply with the Civil Rights Act as amended. 5.9 It will comply -with the regulations- and- ;requirements- of the - Office of Management and Budget Circular A-102, "Uniform Administration Requirements for Grant -in -Aid to State and Local Governments" and Federal Management Circular 74-4, "Principles for Determining Costs Applicable to Grants and Contracts with State and Local Governments."- 5.10 ANTI -KICKBACK PROVISION The CONTRACTOR will comply with the Anti -Kickback Act, Title 18, USC Section 874, and provisions of the Federal Labor Standards, Title 29. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed by the respective officials thereunto duly authorized, this the day and year first above written. 85— 61, -16- .__.__.._ _.. _..... . .. _ CITY OF MIAMI, a municipal Corporation of the State of Florida _ RALPH GBy. ONGIE, CITY CLERK RANDOLPH B. ROSENCRANTZ, CITY MANAGER CONTRACTOR: MIAMI DESIGN PLAZA MERCHANTS ASSOCI- ATION, INC. By Corporate Secretary President GUARANTEE in consideration of the City of Miami's execution of the foregoing Agreement, the undersigned, guarantee the performance of the terms and conditions in said Agreement required to be performed by the Grantee including but not limited to the provisions relating to default, assurances, and certifications. Dated this day of -- , 1985. . an individual By ,individually WITNESS: APPROVED AS TO INSURANCE REQUIREMENTS: DIVISION OF RISK MANA3EMEN': APPROVED AS TO FORM AND CORRECTNESS: LUCIA A. D:'.3HERT Y . ATTORNEY 85-261