HomeMy WebLinkAboutR-81-0779RESOLUTION NO. $1 - 7 7 9
RESOLUTION AUTHORIZING THE CITY MANAGER TO
EXECUTE AN AGREEMENT WITH METRO DADE COUNTY
FOR SERVICES PROVIDED BY CITY OF MIAMI
PLANNING DEPARTMENT IN JOINT PREPARATION OF
THE DOCUMENTATION REQUESTED BY THE UNITED
STATES URBAN MASS TRANSPORTATION ADMINIS-
TRATION INCLUDING ENVIRONMENTAL IMPACT
STATEMENT IN COMPLIANCE WITH FUNDING COMMIT-
MENT FOR THE OVERTOWN URBAN INITIATIVES
PROJECT (PRE -CONSTRUCTION PHASE) IN AN AMOUNT
NOT TO EXCEED $30,000 FOR THE PERIOD OF
JANUARY 2 - SEPTEMBER 30, 1981.
WHEREAS, the Board of County Commissioners did approve
the grant application to the Urban Mass Transportation Adminis-
tration, U.S. Department of Transportation for the Overtown
Urban Initiatives Project (Pre -Construction Phase) in the amount
of $6.9 million and authorized the County Manager to submit the
grant application for and on behalf of Metro Dade County and to
expend the funds therefrom; and
WHEREAS, the Urban Mass Transportation Administration
has granted a reservation of funds for the Overtown Urban Initiatives
Grant pending the completion of an Environmental Impact Statement
and
WHEREAS, the County Administration has proffered a
contract for this purpose; and
WHEREAS, the Commission desires to expedite the joint
completion of the Environmental Impact Statement;
NOW, THEREFORE, BE IT RESOLVED BY THE CITY OF MIAMI:
Section 1. The City Manager is hereby authorized to
execute an agreement with Metro Dade County for services provided
by the City of Miami Planning Department in joint preparation of
the documentation requested by the Urban Mass Transportation
Administration, including an Environmental Impact Statement, in
compliance with funding commitment for the Overtown Urban Initiatives
CITY COMMISSION
MEETING OF
SEP 1 01981
as r umpf NO...... ..$1 - 79
....REMU..........
cs:............................
Project (Pre -Construction Phase) in an amount not to exceed
$30,000 for the period January 2 - September 30, 1981, in
substantially the form attached hereto.
Section 2. The City Clerk is directed to immediately
forward a copy of this Resolution to Richard P. Brinker, Clerk
of the Board of County Commissioners.
PASSED AND ADOPTED this 10 day of September 1981.
MAURICE A. FERRE
MAURICE A. FERRE, MAYOR
ATTEST:
RAM G. ONGIE
CITY CLERK
ARED ANDAPPROVED BY:
C ANTHONY VALENTINE
AS ISTANT CITY ATTORNEY
APPROVED AS TO FORM AND CORRECTNESS:
CITY-140' RNEY "' v
-2-
81 - 779
CITY OF MIAMI. FLORIDA
24'1 INTER -OFFICE MEMORANDUM r
ro. Howard V. Gary
City Manager
DATE May 13, 1981 FILE:
SUBJECT City/County Contract :Environ-
.
mental Impact Statement for .�
the Overtown Urban Initiatives
FROM REFERENCESProject
io%__�_�: McManus
Acting Director
Planning Department ENCLOSURES.
-It is recommended that the
Commission authorize the
Manager to execute a •City/
County agreement for Planning
Department services in jointly
preparing an Environmental Im-
pact Statement for the Overtown
Urban Initiatives Project (Pre -
Construction Phase) in an amount
not to exceed $30,000 for the
period January 2-September 30,1981
per the attached resolution.
Metropolitan Dade County has submitted a grant application to
the Urban Mass Transportation Administration U. S. Department
of Transportation for the Overtown Urban Initiatives Project
in the amount of $6.9 million. This project pertains to re-
development of the four -block area by the Overtown Rapid Transit
Station. While the Urban Mass Transportation Administration has
reserved funds for the project, the actual grant award is con-
tingent on the preparation of an Environmental Impact Statement
for the project.
It is recommended that the Commission authorize the Manager to
execute the agreement for Planning Department services in jointly
preparing the requested Environmental Impact Statement, in an
amount not to exceed $30,000, for the period January 2 - September
30, 1981.
Attachment
81 - 7 ?'9
Ilk
CONTRACT AWARD
ISSUED BY:
Metropolitan Dade County, Florida
ADMINISTERED.BY: Office of Transportation Administration
CONTRACTOR: City of Miami
SERVICES: Overtown Urban Initiatives Project (Pre -Construction
Phase)
PERIOD: January 2, 1981 - September 30, 1981
TYPE: Cost
Amount: $30,000
CITY OF MIAMI
-- City Manager
City Clerk
APPROVE TO FORM AND O CTNESS
y Attorney
T;
METROPOLITAN DADE COUNTY
M. K. 5tlerheim
County Manager
Date Signed:
81 - 7T9
.r P
OVERTOWN URBAN INITIATIVES PROJECT (PRE -CONSTRUCTION PHASE)
FOR
METROPOLITAN DADE COUNTY
This contract is made and entered into as of this
day of , by and between Metropolitan Dade
County, a political subdivision of the State of Florida, herein-
after referred to as the "County" and the City of Miami, Florida,
hereinafter referred to as the "Contractor".
WITNESSETH
WHEREAS, the Dade County Board of County Commissioners
did approve the grant application to the Urban Mass Transporta-
tion Administration for the Overtown Urban Initiatives Project
a -
o
(Pre -Construction Phase) in the amount of $6.9 million, and
authorized the County Manager to submit the grant application for
and on behalf of Dade County, and to expend the funds received
thereof; and
WHEREAS, the United State Department of Transportation,
Urban Mass Transportation Administration (UMTA) has granted a
reservation of funds for the Overtown Urban Initiatives Grant
pending the completion of the Environmental Impact Statement.
NOW THEREFORE, in consideration of the premises and the
mutual convenants herein expressed, the parties hereto do
mutually agree as follows to - the Articles of this Contract as
hereinafter contained:
1
-- 81 - 7 79
r
1.1.10 "Work Program" shall mean a listing prepared
by the Contractor, of the projected costs and
expenses, and projected starting and comple-
tion dates for each work order to be issued
in order to perform the Scope of Services.
1.1.11 "Work Order Request" shall mean a written re-
quest to the County from the Contractor de-
fining one or more tasks to be performed by
the Contractor.
1.1.12 "Work Order" shall mean a document issued by
the County authorizing one or more tasks to
be performed by the Contractor.
1.1.13 "Contract Ceiling" shall mean the maximum
amount of compensation that a Contractor can.
receive for total costs and expenses incurred
during the performance of the Scope of
Services under this Contract.
1.1.14 "Work Order Ceiling" shall mean the maximum
amount of compensation that a Contractor can
receive for total costs and expenses incurred
during the performance of each work order
issued by the County to the Contractor.
1.1.15 "Procedures Guide" shall mean the current
document prepared by the OTA entitled
"Procedures Guide for Project Sponsors",
which sets forth procedures designated to
assist the Contractor in performing the Scope
of Services under this Contract.
FA
1.1.10 "Work Program" shall mean a listing prepared
by the Contractor, of the projected costs and
expenses, and projected starting and comple-
tion dates for each work order to be issued
in order to perform the Scope of Services.
1.1.11 "Work Order Request" shall mean a written re-
quest to the County from the Contractor de-
fining one or more tasks to be performed by
the Contractor.
1.1.12 "Work Order" shall mean a document issued by
the County authorizing one or more tasks to
be performed by the Contractor.
1.1.13 "Contract Ceiling" shall mean the maximum
amount of compensation that a Contractor can.
receive for total costs and expenses incurred
during the performance of the Scope of
Services under this Contract.
1.1.14 "Work Order Ceiling" shall mean the maximum
amount of compensation that a Contractor can
receive for total costs and expenses incurred
during the performance of each work order
issued by the County to the Contractor.
1.1.15 "Procedures Guide" shall mean the current
document prepared by the OTA entitled
"Procedures Guide for Project Sponsors",
which sets forth procedures designated to
assist the Contractor in performing the Scope
of Services under this Contract.
FA
s
ARTICLE II -SCOPE OF SERVICES
_,
81 - 779
r
r2
1.0 DEFINITIONS
1.1 The words and terms as used in this Contract shall have
the following meanings unless some other meaning is ex-
plicitly and clearly indicated:
141.1, "U.S. DOT" shall mean the U.S. Department of
Transportation.
1.1.2 "UMTA" shall mean the Urban Mass Transporta-
tion Administration of the U.S. Department of
Transportation.
1.1.3
"UMTA Approval_" shall mean the
written ap-
proval of the Administrator of
the Urban Mass
Transportation Administration,
or his
designee.
1.1.4
"County" shall mean the Board of County Com%
missioners, Dade County, Florida.
1.1.5
"County Manager" shall mean the Office of
County Manager, Dade County,
Florida.
1.1.6
"OTA" shall mean the Office of
Transportation
Administration, Dade County,
Florida.
1.1.7
"Contractor" shall mean City
of Miami.
1.1.8
"Scope of Services" shall mean
the aggregate
tasks which comprise Article
II of this
contract.
1.1.9 "Contract" shall mean the agreement approved
by UMTA and executed between Dade County and
the Contractor.
3
81 - 7 79
a
ARTICLE II - SCOPE OF SERVICES
0
_.
81 -779
r
its
, f �
1.1.16 "Notice to Proceed" shall mean a form sent to
the Contractor from the County indicating
that work should commence or continue under
the executed Contract.
1.1.17 "Task Force" - Governmental agencies partici-
pating in the Overtown Urban Initiatives
Project (Pre -Construction Phase), namely
Metro -Dade Office of Transportation
Administration (OTA), Metro -Dade Department
of Housing and Urban Development (HUD),
Metro -Dade Office of Community and Economic
Development (CED), the City of Miami Planning
r
Department and the City of Miami Department
of Community Development.
ti
1.1.18 "Task Force Chairperson" - Coordinator of the
Metro -Dade County Office of Transportation
Administration.
1.1.19 "Overtown Community" - The study area bounded
by N.W. 1st Court on the east, N.W. 3rd
Avenue on the west, N.W. 6th Street on the
south and N.W. 8th Street on the north.
1.1.20 "Project" - Overtown Urban Initiatives
Project (Pre -Construction Phase).
1.1.21 "Studv" - Economic Feasibility of the
four -block urban initiatives site and
surrounding area.
S
- 81-77.9
� y.
• ' t
ARTICLE II
2.0 SCOPE OF SERVICES
2.1 The Metropolitan Dade County Office of Transportation
Administration (OTA) will be responsible for super-
vision and administration of the Overtown Urban
Initiatives Project (Pre -Construction Phase).
The City of Miami shall assist the OTA in the Project.
As a participant on the Task Force, the City's services
include attendance at meetings, work sessions, and
public presentations as scheduled by the Task Force
Chairperson. Specific york tasks for which the City of
Miami will be responsible are described in paragraph
2.2 below. All work elements contained therein
directly relate to the Urban Initiatives Work Program
as approved by UMTA.
2.2 The City of Miami shall be responsible for providing
the following:
A. City of Miami Planning Department
1. To choose and contract with an economic con-
sultant to undertake the study of the
Overtown Community as outlined by the Dade
County Office of Community and Economic
Development.
2. To monitor and report the consultant's per-
formance for the Task Force.
C
81 - 779
• B. City of Miami Department of Community Development
1. To serve as the official liaison between the
Overtown community and the Task Force.
2. To identify additional sources of funds that
will serve as a leverage to promote private
development.
3. Deliverables: a) Recommendations for other
sources of funding, b) Monthly reports on the
concerns of the Overtown community.
_.
D-1
3. To deliver the economic feasibility study of
the Overtown Community as prepared by the
Consultant.
4. To re-examine the existing Overtown Rede-
velopment Plan incorporating the findings of
the technical studies performed by the
economic consultant. Re-examination shall
include, but not be limited to:
a) Land uses proposed by the existing Over -
town Redevelopment Plan;
b) Minority Participation program defined
by the existing Overtown Redevelopment
Plan and identifying specific mechanisms
to assure same. -i
c) Employment Program as developed in the
Employment Initiatives Plan.
5. To identify additional sources of funds that
will serve as a leverage to promote private
development.
6. To prepare monthly progress reports.
7. Deliverables: a) The report of the Economic
Consultant, b) The Amended Overtown Rede-
velopment Plan, c) Recommendations for other
sources of funding and d) Monthly progress
reports.
F1
100
B. City of Miami Department of Community Development
1. To serve as the official liaison between the
Overtown community and the Task Force.
2. To identify additional sources of funds that
will serve as a leverage to promote private
development.
3. Deliverables: a) Recommendations for other
sources of funding, b) Monthly reports on the
concerns of the Overtown community.
1
ARTICLE III - COMPENSATION
i
t
ii
I
f:
i
1,
Y�
ti
t(1
t
I Q
} V1 -'7r9
a
_'•
eT
ARTICLE III
3.0 COMPENSATION
3.1 For the performance of the Scope of Services, as pro-
vided for in Article II, the County shall compensate
the Contractor as follows:
3.1.1 The County shall reimburse the Contractor for
the following costs and expenses paid or in-
curred by the Contractor in connection with
the performance of the Scope of Services.
(a) Direct Labor & Fringe Benefits: Wages,
salarie.%-and fringe benefits of the
Con -tractor's personnel for actual time
expended in the performance of Scope of*
Services, not to exceed $30,000.
(b) Miscellaneous: Any other direct costs
and.expenses which are reasonable and
necessary for the proper performance of
the Services.
3.1.2 Work Orders: The costs incurred under this
contract will be determined by OTA-issued
Work Orders. The Contractor through a Work
Order Request, will request authorization to
initiate expenditures in the performance of
the Services. The Work Order Request shall
include a detailed budget for review by -the
County. Upon approval of the Work Order
Vj
81 - 7 79
Request by the County, the Contractor will be
authorized to proceed with the services
through the i_ssunnce of. a Work Order by the
County.
31l.3 CoLli.nga and Overruns
The total compensation to be paid to the Con-
tractor by the County on account of Scope of
Services shall not exceed the amount of
$30,000 except to the extent said amount is
increased by written amendment to the
contract. Any work order -:related services
.which will incur costs in excess of the
contract ceiling must be brought to the
immediate attention of the County and shalli
be substantiated by bills and/or financial
records concurring the budget services. The
Contractor shall not perform the services of
incurred 'costs which would cause its total
compensation under the contract to exceed the
Contract ceiling without prior OTA approval.
3.2 Method of Payment
3.2.1 The Contractor shall submit monthly invoices
to the County for the compensation provided
for in Section 3.1. Each such monthly
invoice shall cover the direct reimbursable
costs and expenses (Section 3.1.1) recorded
on the books of the Contractor during the
10
f
preceding month. Said invoices shall be in
such form and detail as the County may
reasonably require and shall be due and
payable by the County within thirty (30) days
after receipt.
3.2.3 Within thirty (30) days following Final Ac-
ceptance of the completed Scope of Services
by the County, the County shall pay to the
Contractor the final amount due, subject to
audit.
3.3 FINANCIAL RECORDS
3.3.1 The Contractor and its members shall maintain
during the course of the Contract and for
three years after final payment under this
Contract appropriate records with respect to
wages and salaries and other items reimburs-
able hereunder. Such record shall be
supported by payrolls, invoices, vouchers and
other documents evidencing in proper detail
the nature and propriety of the charges. All
checks, payrolls, invoices and other docu-
ments pertaining in whole or in part to the
Scope of Services shall be clearly
identified, readily accessible and, to the
extend feasible, kept separate and apart from
all other documents not related to the
11
�$1.7Z9
`1
Contract. The system of accounting will be
in accordance with generally accepted
accounting principles and practices,
consistently applied.
3.3.2 The Contractor shall permit the authorized
representatives of the County, State of
Florida, .the U.S. Department of Transporta-
tion and the Comptroller of the United States
to inspect and audit all data and records
relating to its performance under the
Contract. These rights of audit shall extend
for a period -of three years following final
payment under -this Contract.
3.3.3 In the event funds paid to the Contractor
under this Contract are subsequently properly
disallowed by the County, or a state or
federal agency because of accounting errors
or charges not in conformity with this
Contract, the Contractor shall refund such
disallowed amounts to the County promptly.
3.4 TERMINATION OF CONTRACT
Either party may terminate this contract at any time by
giving 10 days notice in writing to the other party.
If the contract is -terminated as provided herein, the
Contractor shall be paid for all services actually
performed in accordance with this agreement.
12
t �
3.5 TERMINATION OF CONTRACT FOR NON -AVAILABILITY OF FEDERAL
FUNDS
It is an expression of this Contract that a combination
of Federal, State and local funds will be utilized by
the County to finance the work as herein described, and
that the risks associated with any failure of the
Federal Government. to provide incremental funding
during the performance of this Contract, should be
minimized for both MDC and the Contractor.
Metropolitan Dade County has been granted a reservation
of funds ($6.9 million) for the Overtown Urban
Initiatives Grant penSing the completion of the
Environmental Impact Statement (EIS). The work des-
_.
cribed in this contract is a vital part of the EIS.
If at any time the Federal government, through an act
of Congress, cancels the funding for the Project, this
Contract should become null and void. Written notice
will then be given to the Contractor by the County de-
claring the termination of the Contract.
3.6 REVIEW
A review of the Contractor's performance shall be un-
dertaken within 10 days of receipt of progress reports.
This review will entail an evaluation of financial and
programmatic reports submitted by the Contractor and,
in the event that it may be necessary, appropriate
scope of work and/or budgetary revisions may occur.
13 _ 81 - '7 xi
•
V f
3.7 OWNERSHIP OF MATERIALS & DOCUMENTS
Dade County shall retain ownership of any and
all documents, maps, reports, and other materials
resulting from the services provided under
Article II, herein.
3.8 INSURANCE
The City of Miami is self -insured for general
liability as afforded by Florida Statutes 768.28,
Waiver of Sovereign Immunity, which limits the
liability.of the City of Miami at $50,000 per
claim and $100,000 per occurence. The City of
Miami cannot issue the County a Certificate of
Insurance nor can the County be named as an addi-
tional insured.
3.9 INDEMNIFICATION
The Contractor 'acknowledges and agrees that it is
solely liable and responsible for damages which
might arise out of the acts or omissions of the
Contractor, its officers, employees, agents or
persons under its direction and control, and to
the extent that the County may be named in a suit
which arises out of the acts or omissions of the
Consultant, its officers, employees, agents or
persons under its direction and control, the
-14-
• 9
Consultant shall indemnify, defend and hold
the County harmless; however, liability under
this clause is governed by the limits and to
the extent provided in Section 768.28, Florida
Statutes, the partial waiver of sovereign im-
munity.
81 - 7 79
-15-
_. 'y'
b
• i
�
1
!' . -
ARTICLE IV —.EQUAL OPPORTUNITY
_a.
-81 M779
T i
r. 1 1
ARTICLE IV
4.0 EQUAL OPPORTUNITY
4.1 Equal Employment Opportunity
4.1.1 The Contractor shall not discriminate against
any employee or applicant for employment be-
cause of race, religion, color, sex, age,
marital status, physical handicap, or
national origin. The Contractor shall take
affirmative actions to insure that applicants
are employed and that employees are treated
during their employment, without regard to
their race, religion, color, sex, age, ..
marital status, physical handicap, or
national origin. Such actions shall include,
but not be limited to the following: employ-
ment, upgrading, transfer or demotion;
recruitment, or recruitment advertising;
layoff or termination; rates of pay or other
forms of compensation and selection for
training including apprenticeship.
4.1.2 The Contractor shall comply with all regula-
tions of the U.S. Department of Transporta-
tion, all applicable provisions of the Civil
Rights Act of 1964; Executive Order 11246, of
16
81 - 779
September 24, 1965; Executive Order 11625 of
October 13, 1971; the Age Discrimination in
Employment Act effective June 12, 1968; the
rules, regulations and relevant orders of the
' Secretary of Labor; and Dade County Ordinance
75-46 effective June 28, 1975.
4.2 Nondiscrimination
During the performance of this Contract, the Contractor
agrees as follows:
4.2.1 The Contractor shall, in all solicitations or
advertisements for employees placed by or on
behalf of the contractor, state that all
qualified applicants will receive considera-.
tion for employment without regard to race,
religion, color, sex, age, marital status,
physical handicap or national origin.
4.2.2 The Contractor shall send to each labor union
or representative of workers with which he
has a collective , bargaining agreement or
other contract or understanding, as applica-
ble, a notice to be provided advising the
said labor union or workers representatives
of the Contractor's commitments under this
section, and shall post copies of the notice
in conspicuous places available to employees
and applicants for employment.
17
e •1
w
4.2.3 The Contractor shall furnish all information
and reports required by Executive Order 11246
of September 24, 1965, and by rules, regula-
tions, and orders of the Secretary of Labor,
or pursuant thereto, and will permit access
to his books, records and accounts by the
County and Compliance Review Agencies for
purposes of investigation to ascertain com-
pliance with such rules, regulations, and
orders.
4.2.4 In the event of the Contractor's
non-compliance- with the non-discrimination
clauses of ttiis Contract or with any of the
said rules, regulations or orders, this
Contract may be canceled, terminated, or
suspended in whole or in part and the
Contractor may .be declared ineligible for
further contracts in accordance with
procedures authorized in Executive Order
11246 of September 24, 1965, and such other
sanctions may be imposed and remedies invoked
as provided in Executive Order 11246 of
September 24, 1965, or by rules, regulations,
or orders, of the Secretary of Labor, or as
otherwise provided by law.
18
81 - 7 79
4.2.5 The Contractor shall include all of Sections
4.1 and 4.2 in every subcontract or purchase
order unless exempted by rules, regulations
or orders of the Secretary of Labor issued
' pursuant to Section 204 of Executive Order
11245 of September 24, 1965, so that such
provisions will be binding upon each subcon-
tractor or vendor. The contractor will take
such action with respect to any subcontract
or purchase order as a means of enforcing
such provisions, including sanctions for
non-compliance; provided, however., that in
the event the Contractor becomes involved in,
or is threatened with litigation with a ..
subcontractor or vendor as a result of such
direction by the County, the Contractor may
request the United States to enter into such
litigation to protect the interests of the
United States.
19
•
s
ARTICLE V - GENERAL CONDITIONS
�31 - WY
i r �
ARTICLE V
5.0 GENERAL CONDITIONS
5.1 Inspection
The Contractor shall permit the authorized repre
sentatives of the Office of Transportation Admin-
istration of Dade County, the State of Florida.,
U.S. Department of Transportation and Urban
Mass Transportation Administration to review all
work, documents and other data or work products
gathered or developed under this contract at any
time within the duration of the Contract and within
three (3) years after completion or termination
of the services.
5.2 Publicity News Releases
The Contractor shall not, during or after the per-
formance of this contract, disseminate publicity
regarding this project or the services without prior
written approval of the County. This shall not con-
flict with the provisions of the Florida Public
Records Act.
5.3 Changes
The County may, from time to time, request changes
in the services and the Contractor shall promptly
respond to each such request. Each such change
shall be directed by a written change order signed
by the duly authorized representative of the County and
mutually agreed upon and accented by the Contractor.
Such change order shall provide an equitable ad-
justment in the time of nerformance*and firm fixed
-20- - $1 - 779
price, if applicable, as well as any other provisions
i
of their contract which are affected by said change
order.
5.4 Notices
All communications relating to the day-to-day
activities shall be exchanged between the Contractor
and the County. The Contractor's representative and
the County's representative shall be designated in
writing promptly upon commencement of the services.
Any notices, reports, or other written communications
from the Contractor to the County shall be considered
delivered when posted or delivered in person to the
County's authorized representative. Any notices,
reports or other communcations from the County to the
Contractor shall be considered delivered when posted by
the Contractor to the last address left on file with
the County, or delivered 'in person to the authorized
representative of the Contractor.
Until changed by notice in ,writing, all such notices
and communications shall be addressed as follows:
If to the Contractor:
Jim Reid, Assistant City Manager
City of Miami
3500 Pan American Drive
Coconut Grove, Florida 33133
or
21
t t ,
I
price, if
applicable, as
well as any
other provisions
of their
contract which
are affected
by said change
order.
5.4 Notices
All communications relating to the day-to-day
activities shall be exchanged between the Contractor
and the County. The Contractor's representative and
the County's representative shall be designated in
writing promptly upon commencement of the services.
Any notices, reports, or other written communications
from the Contractor to the County shall be considered
delivered when posted or delivered in person to the
County's authorized representative. Any notices,
reports or other communcations from the County to the
Contractor shall be considered delivered when posted by
the Contractor to the last address left on file with
the County, or delivered in person to the authorized
representative of the Contractor.
Until changed by notice in ,writing, all such notices
and communications shall be addressed as follows:
If to the Contractor:
Jim Reid, Assistant City Manager
City 'of Miami
3500 Pan American Drive
Coconut Grove, Florida 33133
or
21
r
f
Dena Spillman, Director
Department of Community Development
P.O. Box 330708
Miami, Florida
(1145 N.W. llth Street
Miami, Florida 33133)
If -to the County:
John A. Dyer, Transportation Coordinator
Office of Transportation Administration
44 West -Flagler Street - 17th Floor
Miami, Florida 33130
22
- 81 - 779