HomeMy WebLinkAboutR-84-0188J"84-111
1/26/84
RESOLUTION No, A*_ S�
A RESOLUTION AUTHORIZING THE CITY MANAGER
TO EXECUTE A CONTRACT IN SUBSTANTIALLY
THE FORM ATTACHED, BETWEEN THE CITY AND
MULTI IMAGE GROUP, INC. FOR THE PREPARA=
TION OF A PROMOTIONAL SLIDE SHOW FOR THE
SOUTHEAST OVERTOWN/PARK WEST COMMUNITY
REDEVELOPMENT PROJECT, ALLOCATING FUNDS
THEREFORE IN THE AMOUNT OF $10,000 FROM
THE SOUTHEAST OVERTOWN/PARK WEST FUND
WHEREAS, by Resolution 83-1113 the City Commission
authorized the City Manager to advertise, select and negotiate a
contract with a qualified audio visual firm to prepare a promo-
tional slide show for the Southeast Overtown/Park West Redevelop-
ment Project at a cost not to exceed $10,000;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
The City Manager is hereby authorized to execute a contract
in substantially the form attached between the City and Multi
Image Group, Inc. for the preparation of a promotional slide show
for the Southeast Overtown/Park West Redevelopment Project with
funds therefore hereby allocated in the amount of $10,000 from
Southeast Overtown/Park West Funds.
PASSED AND ADOPTED this 9th day of February , 1984.
ATTEST:
Maurice A. Ferre
RALPH G. ONGIE MAURICE A. FERRE, MAYOR
CITY CLERK
PREPA D AND APPROVED BY;
ROBERT N. SECHEN
A$31STANT CITY ATTORNEY
APPROVED AS TO FORM AND CORRECTNESS:
4'e 4a^-'4064�
SE R. GARCIA�PEDWA
TY ATTORNEY
CITY C0'1hVIPVIIS5
KT=I'tvio OF
FES 9 ISM
RESMOTION No. 84—
R'Ma";
CORPORATE RESOLUTION
WHEREAS, Multi Image Group, Inc. has submitted a bid on the
19th of January, 1984, and the City has accepted such bid; and
WHEREAS, the Board of Directors of Multi Image Group, Inc.
has examined the terms, conditions, and obligations of the
proposed contract with the City of Miami for the production of a
multi -image presentation, hereinafter referred to as "WORK", for
the Southeast Overtown/Park West Community Redevelopment Project;
WHEREAS, the Board of Directors at a duly held corporate
meeting have considered the matter in accordance with the by-laws
of the corporation;
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF DIRECTORS OF
Multi Image Group, Inc. that the president and secretary are
hereby authorized and instructed to enter into a contract in the
name of and on behalf of this corporation with the City of Miami
for the preparation of the above stated WORK for the Southeast
Overtown/Park West Community Redevelopment Project, in accordance
with the contract documents furnished by the City of Miami, and
for the price and upon the terms and payments contained in the
proposed contract submitted by the City of Miami.
IN WITNESS WHEREOF, this day of , 1984.
CHAIRMAN, Board of Directors
James Solafani.
l /21 / 84
PROFESSIONAL s8RVtCES CONTRACT
This is an agreement by and between the CITY OF MIAMI, a
municipal corporation of Dade County, Florida; hereinafter
referred to as "CITY" and MULTI IMAGE GROUP, INC., hereinafter,
referred to as "CONSULTANT".
WHEREAS, the CITY is desirous of securing professional audio
visual services for the Southeast Overtown/Park West Community
Project, hereinafter referred to as "PROJECT", which might be
rendered by the CONSULTANT; and
WHEREAS, the CONSULTANT holds the academic and professional
qualifications required for these services; and
WHEREAS, the CONSULTANT is capable and desirous of perform-
ing such services and other allied tasks as might be desired by
the CITY:
NOW, THEREFORE, IN CONSIDERATION OF THE MUTUAL COVENANTS
HEREINAFTER SET FORTH, AND FOR AND IN CONSIDERATION OF THE SUM OF
$10,000.00, TO BE PAID BY THE CITY TO THE CONSULTANT, THE PARTIES
HERETO COVENANT AND AGREE AS FOLLOWS:
SCOPE OF SERVICES
1. The CONSULTANT shall be under the general supervision
of the Director of the Southeast Overtown/Park West Project
Office (Assistant City Manager) and the direct supervision of the
Environmental Development Administrator.
2. The CONSULTANT shall be responsible for the production
of a promotional slide presentation for the Southeast Overtown/
Park West Community Redevelopment Project. The slide presenta-
tion will focus on the development opportunities created by this
project, how the redevelopment program will be undertaken, and
the proposed development pattern. The CONSULTANT will undertake
the following activities:
is
s
P
A. The CONSULTANT shall prepare a single -projector
slide shoW, a three -projector slide show, and transfer the three -
projector slide show to a video tapes
B. The CONSULTANT shall prepare genigraphic and
special effects photography.
script.
C. The CONSULTANT shall record the narration for the
D. The CONSULTANT shall record the audio track.
E. The CONSULTANT shall program and edit the show.
F. The CONSULTANT shall present the finished product
with glass mounted slides trayed and topped with dust covers.
3. The preliminary draft of the work outlined in the Scope
of Services shall be delivered to the CITY by March 23, 1984.
The CITY shall deliver its review and comments of the
preliminary phase by March 30, 1984.
The final submission phase shall be delivered to the
CITY by April 13, 1984, after receipt of comments from the CITY.
4. The CITY agrees to supply, only as might be readily
available, the following information:
A. Background information on the project area includ-
ing available reports, slides, and maps.
B. Slides, storyboard, and script prepared by Multi
Image, Inc. under previous contract with the CITY.
5. The CONSULTANT shall devote the necessary reasonable
time in the rendering of such services and documents as may be
required.
6. The CONSULTANT shall provide his own office and work
space.
METHOD OF PAYMENT
The Consultant shall be paid an amount not to exceed Ten
Thousand dollars ($10,000,00) for the above stated Scope of
Services, Payments shall be made 40 follows;
F
50% MOW Upon completion and acceptance of genigraphicst
special effect photography, narration recording,
and audio track recording,
50% M o000) Upon completion and acceptance of final product,
EXTENT _OP EMPLOYMtNT
Both parties agree that the CONSULTANT shall not in any
manner be considered an employee of the City of Miami; he shall
not be entitled to any benefits of any form or nature from the
City of Miami other than the compensation recited above.
In the event that the CONSULTANT shall in the future be
appointed to employment within the ranks of the City of Miami, he
shall not accrue any seniority or other emoluments connected with
such employment by reason of the services rendered under this
contract.
INDEMNIFICATION
CONSULTANT shall indeminify and save the CITY harmless from
and against any and all claims, liabilities, losses, and causes
of action, which may arise out of the CONSULTANT's activities
under this contract, including all other acts or omissions to act
of the CITY, its officers or employees, and from and against any
orders, judgments or decrees which may be entered and from and
against all costs and attorney's fees, expenses and liabilities
incurred in the defense of any such claims, or the investigation
thereof.
NON—DELEGABILITY
It is understood and agreed that the obligations undertaken
by the CONSULTANT pursuant to this Agreement shall not be
delegated to any other person or firm unless the CITY shall first
consent in writing to the performance of such services or any
part thereof by another person or firm.
CONSTRUCTION OF AGREEMENT
The parties hereto agree that this Agreement shall be
construed and enforced according to the laws, statutes and case
lawn of the State of Florida.
OWNERSHIP OF DOCUMENTS
All writings; diagrams, tracing, charts, and schedules
developed by the CONSULTANT unCer this Agreement, shall be
delivered to the CITY by said CONSULTANT upon completion of the
WORK and shall become the property of the CITY, without
restriction or limitation on their use. CONSULTANT agrees that
all documents, records and reports maintained and generated
pursuant to this contractual relationship between the CITY and
CONSULTANT shall be subject to all provisions of the Public
Records Laws, Chapter 119, Florida Statutes.
It is further understood by and between the parties that any
information, writings, maps, contract documents, reports or any
other matter whatsoever which is given by the CITY to the
CONSULTANT pursuant to this Agreement shall at all times remain
the property of the CITY and shall not be used by the CONSULTANT
for any other purposes whatsoever without the written consent of
the CITY.
COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS
Both parties shall comply with all applicable laws,
ordinances and codes of Federal, State and Local Governments.
Specifically, the CONSULTANT agrees to comply with Title VI of
the Civil Rights Act of 1964; Title VIII of the Civil Rights Act
of 1968; Executive Order 11063; Executive Order 11264; Section 3
of the Housing and Urban Development Act of 1968, as amended; the
Anti -kickback Act, Title XVIII, U.S.C. Section 874, OMB Circular
No. A-120 Revised; and Federal Management Circular 74-4.
AMENDMENTS
The CITY may, at its discretion, amend the Agreement to
conform with changes in applicable City, County, State and Feder-
al laws, directives, guidelines and objectives. No amendments to
this Agreement shah be binding on either party unless in writing
and signed by both parties. Such amendments shall be incorpor
rated as a part of this Agreement upon review, approval and
execution by the parties hereto,
l4
°.
TERMINATION
The CITY retains the right to terminate, at its discretion,
this Agreement by written notice to the CONSULTANT of such intent
to terminate at least two (2) weeks prior to the effective date
of such termination. Such right to terminate prior to the com=
pletion of the effective term of Agreement or of the work shall
be without penalty of the CITY. In that event, CONSULTANT shall
be paid for all work performed prior to the date of this receipt
of notice of termination. In no case, however, will the CITY pay
the CONSULTANT an amount in excess of the total sum provided by
this Agreement.
If, through any cause, the CONSULTANT shall fail to fulfill
in timely and proper manner its obligations under this Agreement
or shall violate any of the covenants, agreements, conditions or
stipulations thereof as determined by the CITY, the CITY shall
thereupon have the right to terminate this Agreement by giving
written notice to the CONSULTANT of such intent to terminate at
least five(5) days prior to the effective date of such
termination.
It is hereby understood by and between the CITY and
CONSULTANT that any payment made in accordance with this section
shall be made only if CONSULTANT is not in default under the
terms of this Agreement. If CONSULTANT is in default under the
terms of this Agreement, then the CITY shall in no way be obli-
gated and shall not pay to the CONSULTANT any sum whatsoever.
SUB -CONTRACT
The CONSULTANT agrees that there shall be no assignments or
Sub -Contract in connection with the Agreement without the prior
written approval of the CITY and that all such Sub -Contractors or
assignees shall be governed by the terms and intent of this
Agreement,
ADMINISTRATIVE AND LEGAL REMEDIES
Should the CONSULTANT violate or breach the terms of this
contract, the CITY shall determine the appropriate legal or
administrative action to be taken and penalties to be assessed.
RIGHT TO AUDIT
The CITY shall have the right to review and audit the time
records and related records of the CONSULTANT pertaining to any
billings to the CITY for time or expenses for a period of up to
one year after final payment.
AWARD OF AGREEMENT
The CONSULTANT warrants that they have not employed or
retained any company or persons to solicit or secure this Agree-
ment and that they have not offered to pay, paid, or agreed to
pay any person or Company any fee, commission, percentage, bro-
kerage fee, or gifts of any kind contingent upon or resulting
from the award of making this Agreement.
The CONSULTANT 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 agree that they will fully comply in all
respects with the terms of said laws.
CONFLICT OF INTEREST
The CONSULTANT covenants that no person under its employ who
presently exercises any functions or responsibilities in connec-
tion with this Agreement has any personal financial interest,
direct or indirect, in the work product of this Agreement. The
CONSULTANT further covenants that, in the performance of this
Agreement, no person having such conflicting interest shall be
employed. Any such interests on the part of the CONSULTANT or
its employees must be disclosed in writing to the CITY, The
CONSULTANT, in the performance of this Agreement, shall be
subject to the more restrictive law and/or guidelines regarding
W. 6 .
ADMINISTRATIVE AND_LEOAL REMEDIES
Should the CONSULTANT violate or breach the terms of this
dontract, the CITY shall determine the appropriate legal or
administrative action to be taken and penalties to be assessed:
RIGHT TO AUDIT
The CITY shall have the right to review and audit the time
records and related records of the CONSULTANT pertaining to any
billings to the CITY for time or expenses for a period of up to
one year after final payment.
AWARD OF AGREEMENT
The CONSULTANT warrants that they have not employed or
retained any company or persons to solicit or secure this Agree-
ment and that they have not offered to pay, paid, or agreed to
pay any person or Company any fee, commission, percentage, bro-
kerage fee, or gifts of any kind contingent upon or resulting
from the award of making this Agreement.
The CONSULTANT 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 agree that they will fully comply in all
respects with the terms of said laws.
CONFLICT OF INTEREST
The CONSULTANT covenants that no person under its employ who
presently exercises any functions or responsibilities in connec-
tion with this Agreement has any personal financial interest,
direct or indirect, in the work product of this Agreement. The
CONSULTANT further covenants that, in the performance of this
Agreement, no person having such conflicting interest shall be
employed. Any such interests on the part of the CONSULTANT or
its employees must be disclosed in writing to the CITY. The
CONSULTANT, in the performance of this Agreement, shall be
subject to the more restrictive law and/or guidelines regarding
6
k
conflict of interest promulgated by federal) State or local
government,
This Contract shall become effective beginning immediately
on the date of execution by the City Manager and continue for ten
weeks or upon completion of the work described above, unless
notice is given by either party of a new termination date.
IN WITNESS WHEREOF, the parties have executed this CONTRACT
on the dates hereinafter set forth.
MULTI IMAGE GROUP, INC.
BY: Date
Witnesses: JAMES SCLAFANI
President
CITY OF MIAMI, a municipal corporation
of the State of Florida
BY: Date
HOWARD V. GARY
City Manager
Attest:
RALPH G. 0 GIE
City Clerk
APPROVED AS TO
FORM AND CORRECTNESS:
ki •
JOSE R. GARCIA-PEPRO_
City Attorney
CQRPORATE_rRE$O.LtJfiION
WHEREAS, Multi Immage Croup, Inc. has submitted a bid on the
19th of January, 1984, and the City has accepted such bid; and
WHEREAS, the Board of Directors of Multi Image Group, Inc.
has examined the terms, conditions, and obligations of the
proposed contract with the City of Miami for the production of a
^;vlti-i iaE?e pAesentation, hereinafter referred to as ",JORK", for
the Southeast Overtown/Park .Jest Community Redevelopment Project;
WHEREAS, the Board of Directors at a duly held corporate
meeting have considered the matter in accordance with the by-laws
of the corporation;
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF DIRECTORS OF
Multi Image Group, Inc. that the president and secretary are
hereby authorized and instructed to enter into a contract in the
name of and on behalf of this corporation with the City of Miami
for the preparation of the above stated WORK for the Southeast
Overtown/Park West Community Redevelopment Project, in accordance
with the contract documents furnished by the City of Miami, and
for the price and upon the terms and payments contained in the
proposed contract submitted by the City of Miami.
IN WITNESS WHEREOF, this
WITNF3S
day of
1984.
CHAIRMAN, Board of Directors
James Sclafani
t6
r..
32
dffiY car Mtafvli. #tr61416A
INTIM-OPPICIt MrEMOAANOUM
TO Howard V, Gary
City Manager
FROM Herbert J • Bailey
Assistant City Manager
DAM January 26, 1984 PILE.
SUBJECT S.E. vvertown/ Park 'nest
,{ ;. 7, s on nda
ebruar y j, 1 � 4
4EF_^n5`fc.c�
v
ENCLOSURES.
it is recommended that the City Commission
aoorove the attacked resolution authorizing
the City Manager execute a contractural
agreement between the City of Miami and
Multi Image Group, Inc., an audio visual
production firm recommended by a selection
committee pursuant to City Resolution
83-1113, dated December 8, 1983• This
resolution authorized the City Manager to
advertise, select, and negotiate a contract
with a qualified audio visual production
firm to produce a promotional slide show
for the Southeast Overtown Park West Rede-
velo meet Project at a cost not to exceed
310.000.
In June the City anticipates advertising for developers for the
nine -block Phase I area of Southeast Overtown/Park West which
was approved by City Commission Resolution 83-972. During the
next six months an aggressive marketing campaign will be initi-
ated commencing with a developers conference scheduled for April
3Oth. This will set the stage for promoting our New Town -In
Town concept. The promotional slide show will be an important
component of our marketing program. Funds have been provided
in our FY 83-84 budget for this undertaking.
The consultant selection process was consistent with procedures
of the Florida Consultant's Competitive Negotiation Act. The
consultant selection committee included;
1. Authur Brooks
Department of Human Resources
City of Miami
2. Steve Miller
Downtown Development Authority
A
Howard V. Gary = 2 = January 21, 1984
3, Jean Whipple
Jean Whipple and Associates, Inc.
4. Sabrina Baker
S.B. Overtown/Park ',deaf
ReJevelopment Projec:,
City of Miami
5. Adrienne MacBeth
Minority Procurement Officer
City of Miami
6. George Dietro
Office of Public Information
City of Miami
T. Cathy Leff
Department of Community Development
City of Miami
8. Charles F. Johnson, Jr., Chairman
Overtown Advisory Board
9. Trevor Sessing
Convention Bureau
City of Miami
Advertisement for audio visual services was placed in THE MIAMI
NEWS, THE MIAMI TIMES, and DIARIO DE LAS AMERICA$ on December
26, 1983. The following firms responded with statements of
qualification:
1. MultiVision Productions, Inc.
2. United World Church Supply & Printing, Inc.
3. Sunshine Productions, Inc.
4. Multi Image Group, Inc.
5. Photography by Moss
The criteria established for evaluation included: experience,
creativity, capability, and minority participation.
Howard V, Gary
3 "
•January 27, 1984
Each of the above firms were invited to ,make an oral and visual
presentation on January 19, 1984 before .pie selection committee.
The selection committee ranked the applicants in the following
order:
1. Au':i image Group, Inc.
2, Sunshine Productions, Inc,
3. United World Church Supply & Printing, Inc.
4. Photography by doss
- (MultiVision Productions, Inc. was unable
to meet the presentation schedule)
It is requested that this item appear on the City Commission
Agenda of February 9, 1984.