Loading...
HomeMy WebLinkAboutR-83-1034J-83-993 RESOLUTION NO. 8 -1034 A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE INDIVIDUAL CONTRACTUAL AGREEMENTS WITH EIGIiT (8) NEIGHBORHOOD ECONOMIC DEVELOP- MENT ORGANIZATIONS, IN SUBSTANTIALLY THE FORM ATTACHED HERETO, FOR THE AMOUNTS SPECIFIED FOR EACH, FOR THE PURPOSE OF IMPLEMENTINC, A COMMERCIAL FACADE TREATMENT PROGRAM, WITH FUNDS ALLOCATED FROM THE NINTH YEAR COMM- UNITY DEVELOPMENT BLOCK GIANT. WHEREAS, this program was approved in the ninth year , Community Block Grant Application by Resolution No. 83-334; and 6.7HEREAS, the proposed Commercial ?,acade Treatment Program is a component of a comprehensive City-wide Commercial Pehabilitation Assistance facade treatment project; and WHEREAS, the proposed Commercial facade Treatment 'grogram will be implemented within the proposed boundaries of the target area; and WHEREAS, the eligibility for assistance will be for those businesses located within the specified target area boundaries. NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. Two -hundred -thousand dollars ($200,000.00)of ninth year Community Development Block Grant Funds are hereby allocated to said Community Based Organizations, for the amounts specified for each, for the purpose of assisting in the coordination and implementation of a comprehensive Commercial Facade Treatment program. Section 2. The City Manaqer is hereby authorized to enter into an agreement, in essentially the form attached hereto, for a period of one year with said Community Based Organizations as follows: CITY COMMISSION MEETING OF NOV 16 1983 ION No. 83--10 REMARKS. 1) Allapattah Business Development Authority 2) A1lapattah Merchants Association 3) Martin Luther King Economic Development Corporation 4) Haitian Task Porce 5) Wynwood Community L;Conomic Development, Inc. 6) Little Havana-SBOC 7) Overtown Economic Development corporation 8) Coconut Grove Local Development Corp. PASSED AND ADOPTED this 16t1i daY of November , 1983. M A Y O R LPH Qr. ONGIE, CITY CLERK PREPARED AND APPROVED BY: ROBERT F. CLARK, DEPUTY CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: OSIi ARC TA- 11I'DROSA, CITY ATTORNEY 83--1034 0- 43 CITY OF MIAMI. FLORIOA INTER -OFFICE MEMORANDUM To Howard V . Gary City Manager Charlotte Gallogly CROM Director Department of Economic Development DATE November 1, 1983 rILE SUBJECT APPROVAL OF NINTH YEAR CITY-WIDE COMMERCIAL FACADE REHAB PROGRAM . RECBRENCES November 16 Commission Agenda ENCLOSURES "IT IS RECOMMENDED THAT THE CITY COMMISSION AUTHORIZE THE CITY MANAGER TO EXECUTE INDIVIDUAL CONTRACTUAL AGREEMENTS WITH EIGHT (8) NEIGHBORHOOD ECONOMIC DEVE- LOPMENT ORGANIZATIONS FOR THE PURPOSE OF COORDINATING AND IMPLE- MENTING A COMMERCIAL FACADE TREATMENT PROGRAM, WITH FUNDS ALLOCATED FROM THE NINTH YEAR COMMUNITY DEVELOP- MENT BLOCK GRANT." On April 6, 1983, the City Commission passed resolution number 83- 334 authorizing and approving the City-wide Commercial Rehabilitation Facade Program as submitted to the United States Department of Housing and Urban Development for ninth year Community Development Block Grant Funding. In the ninth year Community Development program, there is a city- wide allocation of two -hundred -thousand dollars ($200,000) for the Commercial Facade Treatment Rehabilitation Program. The Facade Treatment Program is a modified approach to commercial rehab where only the facade is treated in a concentrated impact area of com- mercial use. In each of the designated target areas, the specified Community Based Organization (CBO) will enter into a building/painting agreement with the property owner and/or merchant to provide services as they relate to the contract and within the budget constraints. The total budget amount for each CBO is $30,000.00 with the excep- tion of the Allapattah Merchants Association who will receive $50,000. Unless prior approval is obtained in writing from the Department of Economic Development, CBOs will not expend more than $30,000 in the 83-1034 to, 00 Howard V. Gary Page 42 November 1, 1983 approved target area. The thirty -thousand dollar ($30,000.00) budget will be matched by the participating property owners and/or merchants (70% City, 30% property owner). The maximum amount to be expended per building is $2,000.00. No funds allocated under this contract agreement shall go toward administrative costs. The areas which have been selected for the implementing of this project, including funding allocation per area, are the following: Allapattah Target Area - $50,000 1. N.W. 36th St. between N.W. 12th & 22nd Ave. 2. N.W. 17th Ave. between N.W. 24th & 38th St. This allocation includes $20,000 of unexpended funds allocated to the Allapattah Merchants Association last fiscal year. Model City Target Area - $30,000 1. N.W. 7th Ave. between N.W. 54th & 67th St. 2. N.W. 62nd St. between N.W. 6th & 17th Ave. Buena Vista Target Area - $30,000 1. N.E. 2nd Ave. between N.E. 54th & 62nd St. 2. N.W. 54th St. between N.W. 6th Ave. & N.E. 2nd Ave. Wynwood Target Area - $30,000 1. N.W. 2nd Ave. between N.W. 29th & 36th St. and N.W. 36th St. between N.W. 6th Ave. & North :Miami Ave. 2. N.E. 2nd Ave. between N.W. 20th & 29th St. Little Havana Target Area - $30,000 1. West Flagler St. between N.W. 17th Ave. & the Miami River. 2. N.W. 17th & 12th Ave. between West Flagler St. and S.14. 8th St., and S.W. 8th St. between N.W. 12th & 17th Ave. Overtown Target Area - $30,000 1. N.W. 3rd Ave. between N.W. 9th & 17th St. 83-1034 Coconut Grove Target Area - $30,000 Grand Ave. between S.N. 32nd & 37th Ave. S.W. 37th Ave. between Grand Ave. & Oak Ave. This agreement shall be deemed effective on the date of execution and will terminate one year from the date of execution. CG/MYA/es 83-1034 CITY OF MIAMI CITYWIDE COMMERCIAL+ FACADE REHAB PROGRAM CONTRACTUAL AGREEMENT 83-1034 t•1EMORt"Q1DULM OI UNDERSTAND-UNG Table of Contents Page No. I. Introduction 1 II. Scope of Services 1 III. Maximum Compensation 2 IV. Method of Payment. 2 V. Time of Performance 3 VI. Solicitation 3 VII. Reporting Requirements 3 VIII. Monitoring 4 IX. General Contract Understanding 4 X. Termination. 4 XI. Conflict of Interest 5 XII. Independent Contractor 6 XIII. Award of Agreement 6 XIV. Non-Delegabili.ty 6 XV. Construction of Agreement 7 XVI. Successors and Assigns 7 XVII. Audit Rights 7 XVIII. Indemnification 7 XIX. Amendments 7 XX. Signatories 8 83-1034 01' 40".1 CONTRACT OF' AGRLEMENT I. The City of Miami's Department of Economic Development, hereinafter referred to as the DED, and the r hereinafter referred to as the CBO, have entered into this Contract of Agreement this of 19 for the purpose of implementing a Commercial Facade Rehabilitation Program. (Exhibit I) in the designated area. The DED will serve as the fiscal and programmatic administrator of the 9th year Community Development Citywide Commercial Facade Assistance Rehabilitation Program. The boundary coc•di- nates within the target area are Funding Source: Community Development Block Grant in consideration of the covenants and agreements hereinafter set forth, the parties hereto agree: II. Scope of Services: The CBO will enter into a commercial facade rehabili- tation agreement with the property owner and/or merchant to provide commercial rehabilitation assistance within the identified target area and boundaries. It will be the responsibility of the CBO to notify target area property owners and/or merchants of the commer- cial rehabilitation program (Exhibit II), develop a priority list of buildings to be painted, identify local paint contractors and advertise invitations to bid using tile. attachad invir-atioa F 83-1034 Or f^ to rid (Exhibit III) CE3U wil.l also aL)prvve al.l invoices _submitted by the coritr_actor- and .request p,ty;t.�2nt from DEEM. The CBO, in con junction with the DED, Cc�mmun.ity. Lrev�1��L>m��nt Planning Dcpartii[ents, and the property owner and/ur rr.erchant will review and approve the design, color, scheme, signate, and other programmatic details in the implementation of the program. III. Maximum Compensation For the services provided under SeCti.On II, the total budget amount will not exceed $30,000.03. Unless prior approval is obtained in writing from Di;D, the CBO shall not expend more than $30,000.00 in the approved tarc-�t area. -It is understood that the CBO will enter into a com,•nercial rehabilitation agreement with the property owne. and/or merchants to provide services within the constraints of -the- budget. The $30,000.00 budget will be matched by participating property owners (70% city/30% property owner and/or merchant). The maximumi amount to be expended per build.ng is $2,000.00. Funds allocated under this agreement shall not go toward administrative costs. IV. Method of Payment Upon execution of the attached agreement (Exhibit IV) between the CBO and the property owner and/or merchant, one-fourth (4) of the 30% matching requirement will be due. Once the property owner and/or merchant and DED approves the work completed and the contractor receives a release of lien, the remaining balance will be due within five (5) working days. The balance due will be paid by cashier's check only. If the property owner and/or merchant fails to make the payment, the DED will authorize the CBO to withhold payment to the contractor. 2 83-1034 The CBO will be regtiirt.d to open and maintain a non -interest checking account for the duration oC this contractual agreement. The CBO shall submit an invoice (Exhibit V) for the total project cost to DrD along with copies of the property owners and/or merchants and contractor's signed agreements. Upon receipt and approval by DED, a check for the City's portion will be released to the CBO. V. Time of Performance This agreement shall be deemed effective on the date of execution and will terminate one year from the date of cxecuti.on. VI. Solicitation The Association shall solicit bid proposals in accordance with the Community Development rules and regula- tion 570.507 and Procurement Standard OIMB Circular A102 (Attachment IV) . - VII. Reporting Requirements The CBO will submit a report to DED by the 15th working day of each month detailing the following items: a) List of property owners and/or merchants (include name, address and telephone number) notified of program. b) Copies of signed letters of interest from property owners and/or merchants (Exhibit VI). c) Copies of contractor and property owner and/or merchant's contracts. d) Monthly Completion Schedule for each project. e) Monthly progress report on all projects. f) Copies of all contract bids submitted. 83-1034 VIII. g) Proof of establishmenL of non-intcres� hc!aring checking account. h) Total alnoulit allocated for c!ach proj(-,ct. i) Monthly recap of monies expended. Monitorir_ The DED will monitor the fiscal and programmatic requirements of the contract on a monthly basis for the duration of the contract period. IX. G�-%neral Contract Understanding It is understood that this commercial facade reha- bilitation program is to be implemented in a designated City of Miau�li target area. The implementation target area is bounded by It is also understood that any unused City funds will not be used for any other component of the comprehen- sive commercial rehabilitation program but will be returned to DED. X. Termination The City retains the right to terminate this agreement prior to the completion of the work without penalty to the City. In that event, 30 days' notice of termination of this Agreement shall be in writing to the CBO who shall be paid for all work performed prior to the date of receipt of the notice of termination. In no case, however, will the City pay the CBO an amount in excess of the total sum provided by this Agreement. 4 83•-1034 I 1t is hereby understood betvieen thc! City ia-,d cDo that any p,:.yinent made in accorLlance with this S;!C..tion to - the CBO shall be -made only if said CBO is not in default✓ under the terms of this Agrcement. Such default shall consist of, but not be limited to: a) Ineffective or improper use of funds; or b) Failure to comply with the terms of this Agreement; or c) Submittal of incorrect or incomplete reports; or d) Any occasion wherein the implementation of the contract is rendered impossible or unfeasible. If the CBO is in default under the terms of this Agreement, then the City shall in no way be obligated and shall not pay to the CBO any sum whatsoever. The CBO may terminate this Agreement upon submission of thirty (30) days' written notice to the City. XI. Conflict of Interest The CBO convenes that no person under its employ who presently exercises any functions or responsibilities in connection with this Agreement has any personal financial interest, direct or indirect, in this Agreement. The CBO further covenants that, in the performance of this Agreement, no person having such conflicting interest shall be employed. Any such interest on the part of the CBO or its employees, must be disclosed in writing to the City. The CBO, in the performance of this Agreement, shall be subject to the more restrictive law and/or guidelines regarding conflict of interest promulgated by federal, state or .local government. 83-1034 all . Inclr.r��nd ,nt Cent rocA-'01: The CBO and iLs E'ilployeE=s and aqc--nt:i 51ii.11l h,- (3,--e..med to be an indeper_dcnt contractor, and not an agent- of enployee of: the City, and shall. not attain any rights or benefits under the Civil Servicc or. Pension ordinance of the Cite, or any rights generally afforded classified or unclassified employees; further, they shall not be deemed entitled to Florida Wz)rker's Compensation as an employee of the City. X111_ Award of Agreement The CBO warrants that it has not employed or retained any company or persons to solicit or secure this Agreement and that it has not paid, offered to pay, or agreed to pay any person or company any fee, commission, percentage, brokerage fee, or gifts of any kind contingent upon or resulting from the award of making this Agreement. The CBO 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 comply fully in all respects with the terms of said laws. XIV. Non-delegability It is understood and agreed that the obligations undertaken by the CBO 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. - 6 - 83-1034 Of , xv. Construction of. _Agreement `I'lie parties hereto agree tht-it thi_L: nrj;-f em"nt be construed and enforced according to the laws, Statut_e:s and case laws of the State of Plor_ida. XVI. Successors and Assigns This Agreement shall be binding upon the parties herein, their heirs, executors, legal representatives, successors, and assigns. XVII. Audit Rights The City reserves the right to audit the records of the CLO at any time during the performance of this Agreement and for a period of one year after final payment is made under this Agreement. XVIM— Indemnification The CBO shall indemnify and save the City harmless from and against any and all claims, liabilities, losses, and causes of action which may arise our of the CBO's activities under this contract, including all other acts or omissions to act on the part of the CBO or any of them, including any person acting for or on his or their behalf_ XIX. Amendments The City may at its discretion, amend the Agreement to conform with changes in applicable City, County, State and Federal laws, directive, guidelines and objectives. No amendments to this Agreement shall be binding on either party unless in writing and signed by both parties. Such amendments shall be incorporated as part of this Agreement upon review, approval and execution by the parties hereto. - 7 - 83-1034 n XX. Signator.ics Tn w:itncss whez:L,c) ttPr-lr. s 'r:• re r, have r.,lu� -1 L�l1.s �1CfrEoiilc'nt t0 '<l:' C?:c_Cllt.F�CI in l:hE'I.0 ncilE k)y tll^IJ C:U)_y authorized officers and Hie corporate � c, ll.s to be a f i ixc•d hereto, fill as of the day and yc-ar first Above wr_ittem. WITNESS our hands and seals on this day of . 19 ATTEST: Ralph G. Ongie, City Clerk ATTEST - I Secretary CITY OF t• IAMI, a municipal corporation of the State of Florida By: - --- - Howard V. Gary City Manager By: President APPROVED AS TO FORM AND CORRECTNESS: Jose R. Garcia -Pedrosa, City Attorney 83-IL034 �i r F-ehibit. No. T CO,MMF PC1AL, FACADE, ASSISTA1;CE REHAB I:itro!1L:Ctior1 The primary objective of the Commercial Facade Rehab Program is tha development of viable urban communities, including deec_nt-: housing and it suitable living environment and expandincT econo„_ic opportunities, principally for persons of low and moderate income. Block Grant assistance is provided to areas in order to allev-:_ate physical and economic distress through stimulation of private investment, community revitalization and expansion of economic opportunities for low and moderate income persons. The proposed paint program is a component of a comprehensive revitalization program formulated for the City's commercial City of Miami. Elements of this program include: 1. A tree planting program. 2. Street intersection improvements. 3. Street furniture. 4. -" --I;and acquisition for business expansion and development. 5. Building facade improvements and interior renovation. 6. Code enforcement. 7. Job development and training. 8. Technical assistance to merchants through the , Miami Capital Development, Inc., City of Miami Department of Economic Developm,.ent, Planning and Community Development Depart- ments, etc. commercial area by the A. Goals and Objectives of the Commercial Facade Treatment Program 1. To upgrade the visual environment of the area by means of improving the building exteriors (facade treatments shall include improvements to the front and side of the building when such sides are visible from the street level and whose present condition is considered detrimental to the redevelopment of the area). 2. To create a sense of economic vitality and new image for the area by changing the present overall envi- ronment characterized by abandonment, dilapidation and unsightly conditions. 83-1034 f f, 3. `.CO of visual order anct '[1:3rwonf in the area by the reductiori of visual conLru�;ion created by boarded -up st.or-s, co-mpeting and irlprop�.r. signage, improper merchandif;e display or comoe,_i.ng colors and materials in Lhe huildin(j facados inc-,,Aims t_:he iron bars_ 4. To promote private investIRents in the arca and creation of jobs using in minimum of private! sector. expenditures. This also includes the maximization of the nL!:-,Lber of buildings to be painted, minimizing labor and material costs. B. Description Project consists of building surface preparation and exterior painting, elements of which include: 1. Pressure cleaning for the removal of loose paint, dirt, mildew and flaking. 2. Caulking to seal minor, yet visible, cracks. 3. Sealing - one coat' to serve as a base for applying paint. 4. Painting of facade (see painting specifications) . The design vocabulary to be used should consider a theme for the area=and--should be done in such a way to give overall visual unity and identity to the area including distinctive signs and orderly window display. It should also provide each business with its own identity whenever possible without sacrificing the objectives for the area. The paint program should be done in an artistic way which may include super graphics, murals, or a theme that portrays the type of business. Repetition of certain elements of the design including signage, colors or other art work throughout the area may give visual unity and should be encouraged. Part of the building design should include the business name and number. The use of many different colors, textures, design scheme and signage to accentuate individual business located within the same building i should be discouraged. C. Location A map designating potential structures has been developed for the City of Miami D. Funds Financial resources for the project will come from 9th year Community Development Block Grant Funds and will be carried 83-1034 r f Ullt UVC'r d,C1ilE� yedr E�:!ric):1. T'(IC! t:Ui:i;l f)il'_iCJeL is mat.cht!d by. par_ ti ci patina (70 �, City, ;J'S rerchants) bt::xir>Zuln a;:io!:nt per bu-i1c1i_ng is ; 2,000. rl or%l��r t:o max mi-_e funds, c)thcr exterior building l-d.ing itrip l-ats b., merchants are cncouragAcl. E. Adrli.nistration of Pro- ram :this economic revitalization pro�4ram is to be directed and administered by the which is located at and 1iic:h is presently under contract c•rith the City of Miami for ecor:c_alc development- purposes in the CD Target Area. The CBO will have a one year contract.. Implementation of this project will result- from the cor:ioined efforts by local merchants, local resirf.!Mts, comi nunity orga- nizations, consultants, City and County officials working together for the best possible finished product. At least one public hearing will have to be organ' -zed by the Merchant Association for each phase of the project to inform the merchants and residents about the project. The Merchant Associa- tion will make payments to contractors. The City will also provide technical assistance to the CBO. F. Review Board A five -member review board is recommended (minimum of three persons attending any session). This organization should be _comprised of the following representatives: one person from the CBO, one merchant, one architect, one staff member from. DED, and one staff member from the Planning Department. This board will review and approve the designs, color schemes, signage and other programatic details and will develop a priority list for buildings to be painted. Additional facade improvements by the merchants or owners which leverage the City investment should be considered in prioritizing the projects. Interested businesspersons must submit a letter of interest to the CBO for consideration. They should comply with the design standards for the area in terns of artwork, color, signs, graphics and merchandise display. G. Art Work Preliminary art work will be done by the City Planning Depart- ment for Phase I in the form of sketches of photos for the approval of the Review Board, the owner, merchant and the City. 83-1034 It. Btiildinq Permit A blanket permit must be secured for this project. Each contractor will obtain his/hcr own permit. I. Contractor Selection will be on a bid basis. Th.- of one contractor for they entire project is .recommmended. The. use of Target Area maripower is also recommended (see appendix:) . The Contractor muss, submit proof of being licensed by the State of Florida and Dad` County prior to beginning work as %./E!l1 as have insurance. References should also be obtained. Contractor must meet all Federal requirements. The Contractors' contrac- tual relationship is with the owner or merchant and not with the CBO or the City. The CBO is the owner's or merchant's representative. J. The Building Structures to be painted must be in the sound structural condition and meet the requirements of the South Florida building Code. Buildings that require extensive renovations should not be considered under this program unless the owner and/or merchant agrees in writing to upgrade such structure simultaneously with the paint program at his (her) own expense. K. Materials 1. Different paint suppliers and distributors in the area should be contacted in order for then to submit bids. There will be only one sole vendor for the program for each phase of the program. 2. Lead Based Paint - the building structure shall be in compliance with HUD lead based paint regulations, 24 CFR, Part 35, pursuant to the Lead Based Paint Poisoning Prevention Act, 42 USC 4801. 83-1034 f Paintinc Spocific.ltioris 1. G 1E,',11 E. fZA1L 1.1 Examine surfaces prier to o C r_ny paint material to determine if they are J-n acceptable con,:I Lion. Notify CBO if: these surfaces are no!_ acceptable. Application of -any pzlilit material signifies acceptsrice of- surfal :es and working conditions and of responsibility that acceptable results %-,ill be obtained from riat`rials and processes specified. 1.2 No claim as to unsuitability or unavailability of any specified material, or of in.:bility to produce first-class work with specified materials will be entertained unless such claims are made in writing and submitted with the bid. 1.3 Submit manufacturer's certificate of compliance. 1.4 Deliver materials in unopened containers. 1.5 Use approved area for storage and mining. 1.6 Submit manufacturer's standard color chips for selection. 2. PRODUCTS Manufacturers for paints: Devoe & Raynolds brand and quality specified unless otherwise noted. Comparable products of Glidden Co., Sherwin --Williams,. Pittsburgh, and Pratt & Lambert are acceptable. Manufacturers for stains: Wonder Woodtones, Devoe & Raynolds, Inc., brand and quality specified unless otherwise noted. Comparable products of Samuel Cabot, Inc., and the Rez Co., Olympic Stain, Comerco Co., Inc., are acceptable. Paint No. Item 1 Velour Semi -Gloss Alkyd Enamel =26XX 2 Acrylic Latex House Paint n12XX 3 Pigmented Vinyl Primer=`50801 4 Pigmented Alkyd Primer u50501 5 Spray MAX Eggshell Interior 1Tr45XXX 6 Velour Eggshell Alkyd Enamel _23XX 7 Interior Alkyd Enamel Undercoat *8801 8 Wonder Woodtones Stain Semi -Transparent -194YX 9 White Metal Primer *13201 10 Mirrolac Gloss Alkyd Enamel 170XX 11 Pittsburgh Paint-Lavax Semi -Gloss Machinery Enay-uel 12 Thinners and Tinting Pigments: as reco;zlmended by paint manufacturers. 83-1034 3. E`:ECUTION 3.1 Painting existing co-maercial buildings: 3.1..1. Pressure clean all exterior surfaces ;aith high pressure wash (1000 PSI). 3.1.2 Remove all rust stains from stuccoed wall,,; using a rust remover such as Sprinkler Rust R_-,mover. 3.1.3 Patch all cracks with VIP Buttering Grade. 3.1.4 Remove all cracked or broken caulking around windows and doors and re -caulk with acrylic caulk. 3.1.5 Apply one (1) coat DeVoko Latex Masonry Paint Catalog n504XX-50 adding one (1) pint Wonder Bond Mixing Liquid Catalog 1-116200-01 to all stuccoed surfaces. 3.1.6 All metal surfaces to be cleaned, rust removed, spot p.rined with 14301 metal primer and top coat with Devoe 114irrolac Gloss Enamel n70XX-01_ 3.1.7 Clean and spot prime all bare wood on door:: and apply one (1) coat rlirrolac Gloss Enamel 4`70XX-01. 3.2 Preparation of surfaces: 3.2.1 Galvanized surfaces: Remove dirt, grease, and other foreign substances. Solvent clean. Pre -treat :•rith one coat or proprietary acid bound resinous or crystalline zinc phosphate preparation, used in accordance with manufactu- rer's directions. 3.3. Applications: 3.3.1 Do all work under favorable weather conditions. 3.3.2 Follow manufacturer's directions for mixing, thinning, tinting and application. 3.3.3 Flow materials on evenly and smoothly, leaning no skipped spot superfluous material, sags or runs and with no variation in sheen or color, and with no roughness, ridges or projections on surface. 3.3.4 Protect areas not to be painted or coated, leaving there clean and free from paint. 3.3.5 Paint exerior equipment such as meter cans, etc., to match adjacent color. 83-1034 # . V 3. 3. 6 'L nL o' m�itch cold.',,; as approtie d by i'-11E: f'.eV L'._iJ tin:;td. Apply a sanip.le on thu, :j()li for apJai_cival helfore work is act.ucilly begun. 3. 3.7 Vlhere more than once coaL of p-ii.nL is :;�,_ c if_ic��l, tint each coat suffic.ieiiLly .i.ti shade to dist:i.nuuish tlin various coals of paint. 3.3.8 Allow thorough dryi.nct between coats. 3.4 InspecLions required: 3.4.1 Before any paint materials are applied, preparation has been completed. 3.4.2 Between coats, prior to application of next coat of painting material. NOTE: Failure to get :approval between coats will nullify credits for coats previously applied. 3.5. Schedule of finished: Give the listed surfaces the surface preparaL-ion, paints, and number of coats as specified hereiii. Surface COATS 1st 2nd 3rd 4th Exterior: Ferrous metal - galvanized drip strip and combination drip strip and gravel stops 9 2 - - Stucco 2 2 - - Texture 1-11 soffit, wood fascia, diagonal wood siding and trim 8 8 - - overhead door and metal doors and frames 11 11 - - 3.6 Paint all exposed piping and supports of mechanical and electrical work to match in color and finish adjacent surfaces. 83-1034 sr:crro�r 3 CLAUSE 1. 7 The worl: to bc, performed under Lhi ; contract is on a project- assisted under a program providing direct F'ecleral financial V-!;sistance from the Department of Housing and Urh:sn I)evet and is subj cc t to the requirements of Section 3 of the Housing and Ur.b=in T)evrAop:,ant Act of 1968, as amended, 12 U.S.C. .1.70u. Section :3 requires that to the greatest extent feasible opportunities for t-rj-.ininy and employment be given lower income residents of the project area and contracts for work in connection with the project be awarded to business concerns which are located in, or owned in substantial _party by persons residing in the area of the project. The parties to this contract will comply with the provisions of said Section 3 and the regulations issued pursuant thereto by the Secretary of Housing and Urban Development scat forth in 24 CF Rh and all appli- cable rules and orders of the Department issued thereunder prior to the execution of this contract. The parties to this contract certify and agree that they are under no contractual or other disability which would prevent them .from complying with these requirements. The contractor will send to each labor organization or representative of workers with which he has a collective bargaininq agreement or other contract or understanding, if any, a notice advising the said labor organization of workers' representative of his cor-amitments under this -Section 3 Clause and shall post copies o` the notice in conspic- uous places available to employees and applicants for employment or training. , The contractor will include this Section 3 Clause in every subcontract for work in connection with the project and will, at the direction of the applicant for or recipient of Federal financial assistance, take appropirate action pursuant to the subcontract upon a finding that the subcontractor is in violation of regulations issued by the Secretary of Housing and Urban Development, 24 CFR. The contractor will not subcontract with any subcontractor where it has notice or knowledge that the latter has been found in violation of regulations under 24 CFR, and will not let any subcontract unless the subcontracto: l�has first provided it with a prelininar�r statements o; ability to comply with the requirements of these regulations. Compliance with the provisions of Section 3, the regulations set forth in 24 CFR, and all applicable rules and orders of the Department issue thereunder prior to the execution of the contract, shall be a conditie of the Federal financial assistance provided to the project, binding upon the applicant or recipient for such assistance, its successors, and assigns. Failure to fulfill these requirements shall subject the applicant or recipient, its contractors and subcontractors, it successors, and assigns to those sanctions specified by the grant or loan agreement or contract through which F-deral assistance is provid: and to such sanctio as are specified by 24 CFR 135. �3r �• -10�34 3. 8 ASSUR.ANCF. OP CO'• PANCF. (SECTIG-N 3 HUD ACT C#196q Training, Employment, and Contracting Upportunit ies 1'��r t:usinnss and Lower Income Persons. The project assisted under this (contract) (agr_eenen�.) .is subject to the requirements of Section 3 of the mousing and Urban Develop- ment INc:t of 1968, as amended, 12 U.S.C. 170u. Section 3 requires that to the greatest extent feasible residents of the project area and contracts for work in connection with the project be awarded to business concerns which are located in or owned in substantial hart by persons residing in the area of the project. Notwithstanding any other provision of this (contract) (agreement), the (applicant) (recipient) shall carry out the provisions of said section and the regulations issued pursuant thereto by the Secretary set forth in 24 CFR Part 135 (published in 38 federal Register 29220, October 23, 1973), and all applicable rules and orders of the Secretary issued thereunder prior to the execution of this (contract) (agreement). The requirements of said regulations include but are not limited to development and implementation of an affirma- tive action plan for utilizing business concerns .located within or owned in substantial part by persons residing in the area of the project; the making of a good faith effort, is defined by the regula- tions, to provide training, employment; and busin,�ss opportunities required by Section 3; and incorporation of the"Section 3 Clause" specified by Section 135.20(b) of the regulations in all contracts for work in connection with the project. The (applicant) (recipient) certifies and agrees that it is under no contractual or other disability which would prevent it from complying with these require- ments. Compliance with the provisions of Section 3, the regulations set forth in 24 CFR Part 135, and all applicable rules and orders of the Secretary issued thereunder prior to approval by the Government of the application for this (agreement) (contract), shall be a condition of the Federal financial assistance provided to the project, binding upon the (applicant) (recipient) its :.successors and assigns to the sanctions specified by this (agreement) (contract), and to such sanctions as are specified by 24 CFR Section 135.135. Date Applicant Address Authorized Signature 83--1034 Dear Property Owner: `.Cite _ � � is in the process of coordinating a Comprehensive Commercial Revitalization Program :in th;: area. A component of the prograrn is a commercial_ project adninislUered by the City of Miami's Uepart,ent of Econamnic DavelopF:e t, 'Cho primary target is The purpose of this project is to upjrade the visual environment of the area by means of improving building exteriors at the lowest possible cost to the property owners. The ma::imam amount allocates: is $2,000.00 per building, which will be matched by participating merchants (70'0' city, 30 o merchants) . We feel that because of the strategic location of your property, it will serve as an excellent model for other property owners and merchants in the neighborhood. Our target date for initiating this program is November 1, 1983. If you are interested in participating in this project, I have encloses: a letter --of interest for your signature to be .returned to me as soon as possible. Once your letter is received by this office, we will contact you. if you require any further information or have any questions, please do not hesitate to call. Sincerely, Attachment: S3-1034 INVITATION TO BID PROJECT: BID Opening: Date: Time: Place: FM11i1) 1 t No— I I T Citywide Commercial Facade Assistance Rehab Program 83-1034 r NO`. ICE TO COi?Ti_,ACTOPS Sealc!d bids w3.11 be received by thy: _ (hereinaf.ter referred to as CTIO) , located Eit _ _ _ mia7i, Dade County, Flo:_ida for the project ] iste�: h'.:clIl. The said bias will ba publicly opened, read, and tabulated in the office Of the CBO. The CBO will thereafter male the award of contract, based upon the result of the tabulations as covered by applicabla laws and regulations. Project consists of building surface preparation and exerior painting, elements of wnich include; 1. Pressure cleaning for the removal of loose paint, dirt, mildew and flaking. 2. Caulking to seal minor, yet visible cracks. 3. Sealing - one coat to serve as a base for applying paint. 4. Painting of facade _a.._ .Examine surfaces prior to application of any paint material to determine if they are in acceptable condition. Notify Community Based Organization if these surfaces are not accep- table. Application of any paint materials signifies acceptance of surfaces and working conditions and of responsibility that acceptable results will be obtained from materials and processes specified. b. No claim as to unsuitability or unavailability of any specified material, or of inability to produce first-class work with specified materials will be entertained unless such claims are made in writing and submitted with the bid. The location of the properties to be painted is: Bid submissions must include commercial structure costs itemized on an individual basis for each property. All bids must be submitted in sealed envelopes bearing on the outside the name of the Bidder, his address, the name of the project for which the bid is submitted. 83-1034 fs .Spcc:ificat:ians and Contract Dc)cLimL.nts are op:-ri to inspection. reserves the right to �-;dive informalities and to .reject any aru all bids. 13,Wders may withdraw their bids up to forty-eight (48) hours, before the bids are to b= opened. S3-1034 r r. TF:; 0p CU if)I i':IC)`IE' :f i,iV 1. C;z_:L;1-'1P1L C01iD:C`i'JMIS Dic'!cicrs are reC{uir.er_l to Mlhinit 1.11 1Y prono .3_t_�; ti;)7R t:hf, following expr_e s_; corlditi.on: (a) tYo plca of illcjrlorance by the bidder of rr)n('i ti0rls that e ist or_ that- inay hereafter exist as a resu7 t or failure or ornission on the part of the bidder to ra c-i the necessary examinations arld investigations, or Failure to fulfill in every detail the requirements- of the core `rac t docu:-ments will tie accepted as a . basis for. varying . the. requirements of the or the campensaLi.on to the vendor. 2. PREPARATION OF BIDS Bids will be prepared in accordance with the followinq: (a) All information required by the bid fora shall be furnished. The bidder shall print or type his name on each continuation sheet (where indicated) on which an entry is made and shall manually sign the last page of the schedule. (b) Unit prices shall be shown and where there is an error in extension of price, the unit price shall govern. (c) Alternate bids will not be considered unless authorized by the Invitation for' Bids. (d) Bidders will not include federal taxes nor State of Florida sales, excise, and use taxes in bid prices as the is exempt from payment of such taxes. An exemption certificate will be signed where applicable upon request. 3. DESCRIPTION OF SUPPLIES (a) Any manufacturer's names, trade names, brand names, or catalog numbers used in these specifications are for the purpose of describing and establishing minimum requirements or level of quality, standards of performance, and design required, and is in no way intended to prohibit the bidding of other manufacturers' items of equal materials. (b) Bidders are required to state exactly what they intend to furnish, otherwise they shall be required to furnish the items as specified. (c) Bidders will submit, with their proposal necessary data (factory information sheets, specification, brochures, etc.) to evaluate and determine the quality of the items) they are bidding. N3-1034 GO Bi.cls may hc. i. L : 1. The hidcler rn.is ;Later or conceals _:ny <<.it�,ri�7. fact in the bid, or if 2. The bid dogs trot sLr:i_ctly conform to th�� l.� :; or requirernents of bid, or if 3. The bid is conditional, ercc�pt t haL- the bidd%_.r may qualify his bid for acceptance by the on an "all or none" basis, group basi:;, or a "low item" basis. An "all or none" basis bid must include all items upon which bids are invited. (b) The _ along with the Department of Economic Development and the property owner and/or merchant, may reject all bids whenever it is deemed .in the best interest of the CBO to do so, and may reject any :art of a bid unless the bid has been qualified as provided in Paragraph 4(a) 3 above. The CBO may also waive any minor informalities or irregularities in any bid. 5. CLARIFICATION OR OBJECTION TO BID SPECIFICATIONS (a) If any person contemplating submitting a bid for this contract i, in doubt as to the true meaning of the speci- fications or other bid 'documents or any part thereof, he may submit to the Director on or before five days prior to scheduled opening, a request for clarification. All such requests for clarification shall be made in writing and the person submitting the request will be responsible for its prompt delivery. Any interpretation of the bid, if made, will be only by Addendum duly issued. A copy of such Addendum will be mailed or delivered to each person receiving an Invitation for Bids. The CBO will not be responsible for any other explanation or interpretation of the proposed bid made or given prior to the award of the contract. Any objection to the specifications and requi- rements as set forth in the bid must be filed in writing with the Director on or before five days prior to sche- duled opening. 6. SAMPLES (a) Samples, when required, must be submited within the time specified at no expense to the CBO. If not destroyed or used up during testing, samples will be returned upon request at the bidder's expense. Each individual sample must be labeled with bidder's name and manufacturer's brand name and number. 83-1034 7. It1.I) I)1 '(1)S [T -- (i"IIC';I SI).�c.i? i.C;J) (a) AI l hi(I(IQrf; rauI ii: l.t pi.o;.)f: of insuraII,.::e? i!S E;^t. forth in tho Tnv.i.t-at. i un; i o Did. T!!1S i he_ hid pl:oposal. 8. AViA1ZD OF CONT11ACT (a) Thy contract aril L be Awarded Lo the lowest re>,;ponsiblc: bidder (;) %•,hose bid(:;) , conf orminrI to the Tnvitat-ion for Bids is most advantageous to the price and other factors considered. (b) Prises quoted Tnust be F0113 with all transportation charges prepaid unless otherwise :specified in thu Invi- tation to Bids. (c) Final. decision in the Invitation to Bids. W. A written award of acceptance (Purchase Order) , mailed or otherwise furnished to the >uccessful bidder, shall result in a binding contract without further action by either party. 9. CONDITIONS OF MATERIALS AND PAC-KAGIt;G •All:.items furnished must be new and free from defects. No others will be accepted under the terms and intent of this bid. All containers shall be new and suitable for storage or shipment, and bid prices shall include standard commercial packaging. 10. CLAIMS Successful bidders) will be responsible for mating any and all claims against carriers for missing or damaged items. 11. LOCAL, STATE AND FEDERAL COMPLIANCE REQUIREMENTS (a) Bidders shall comply with all local, state, and federal directives, orders and laces as applicable to this bid and subsequent contract(s). Including but not limited to: (1) Equal Opportunity (EEO), in compliance with Executive Order 11246, as applicable to this contract. (b) Minority Business Enterprises (MBE) as applicable to this contract. (c) Occupational Safety and Health Act (OSHA), as applicable to this contract. I 12. CITY OF MIAMI COMPLIANCE REQUIREMENTS 1 All prospective bidders shall comply with the City of Miami's orders and laws applicable to this bid and in accordance with City Ordinance 9341, the Minority Procurement Program. 83-1034 \I +ba s' 13. E_`1E1LOY.MENIT OF IINIORIT1 ':, IN NEIGHBOR1ICODS Special consideration c•,ill be given to contract,:,rs who will `moldy nevi r.jhborhood minorit.v residents. 14. CONCLUSION (a) The bidder, by affixing his signature to this proposal, agrees to the following: "Bidder cer. ti,`. ies that his bid is made without. previous understanding, agreement, or connection with any person, firm or corporation makinq a bid for the name items and is in all respects fair, without outside control, collusion, fraud, or otherwise illegal action." 15. Further information, if desired, may be obtained from the located at Miami, Florida. Telephone (305) 16. Time of performance, contractor must be prepared to begin work 30 days after signing contract. N3-1034 Exhibit Vo. IV CO:4T ACT Z hereby agree to participate in the Commercial Paint Project its implemented by the (hereinafter referred( to as the CBO) with the following contract provisions. 1. The is the implementor of this project. The project is admi- nistered by the City of Miami Department of Economic Development. 2. The cost ratio for this project will be 70/30. The will assume 70% of the cost up to $2,000, and the property owner a minimum of 300 of the balance. 3. The property to be painted is located at 4. it is fully understood that the property owner will pay his portion of the total cost on or before completion date, which has been determined to be S. The along with the CBO guarantees that the contractor selected will be licensed and qualified to perform workmanship of an acceptable nature as outlined in bid specifications. 6. Upon signing of this contract, the agrees that performance will begin within 30 days from time of receipt of this executed Contract. 7. The property owner shall pay one-fourth (;) of the matching requirement upon execution of this Contract. The balance is due within 40 hours rifter completion of the approved work by the contractor. All payments 83-1034 f r are to be paid by cashiers chc'.ck ani .IJo.r money order. Failure to make final payment will result in a delay of payment to the contractor. S. The property owner shall issue a release of lien to the contractor upon co�Lmpletion of work. 9. All work performed under the guidelines of this contract shall be guaranteed by the contractor for a period of one (1) year. Failure to confo « to Contract provisions herein stated shall constitute,groundsfor legal action. Damages shall cinsist of owner's portion plus interest at a monthly cumulative r,.'=e of 1.8 %. Executed this day of , 19 Property Owner CEO Representative 83-1034