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