Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
01-04-00
i ......................... .......................... MAYOR: Julio Robaina CITY MANAGER: Charles Scurr VICE MAYOR: Mary Scott Russell CITY ATTORNEY: Earl G. Gallop COMMISSIONER: Horace G. Feliu CITY CLERK: Ronetta Taylor COMMISSIONER: David D. Bethel COMMISSIONER: Ann B. Bass CITY COMMISSION AGENDA City Commission Meeting Meeting date: January 4, 2000 6130 Sunset Drive, South Miami, FL Next Regular Meeting date: January 18, 2000 Phone: (305) 663 -6340 Time: 7:30 PM PURSUANT TO FLA STATUTES 286.0105, "THE CITY HEREBY ADVISES THE PUBLIC THAT IF A PERSON DECIDES TO APPEAL ANY DECISION MADE BY THIS BOARD, AGENCY OR COMMISSION WITH RESPECT TO ANY MATTER CONSIDERED AT ITS MEETING OR HEARING, HE OR SHE WILL NEED A RECORD OF THE PROCEEDINGS, AND THAT FOR SUCH PURPOSE, AFFECTED PERSON MAY NEED TO ENSURE THAT A VERBATIM RECORD OF THE PROCEEDINGS IS MADE WHICH RECORD INCLUDES THE TESTIMONY AND EVIDENCE UPON WHICH THE APPEAL IS TO BE BASED. THIS NOTICE DOES NOT CONSTITUTES CONSENT BY THE CITY FOR THE INTRODUCTION OR ADMISSION OR OTHERWISE INADMISSIBLE OR IRREVELANT EVIDENCE, NOR DOES IT AUTHORIZE CHALLENGES OR APPEALS NOT OTHERWISE ALLOWED BY LAW. City of South Miami. Ordinance No. 6 -86 -1251 requires all persons appearing in a paid or remunerated representative capacity before the City Staff, Boards, Committees and the City Commission, to fill out the appropriate form and file it with the City Clerk prior to engaging in lobbying activities. CALL TO ORDER: A. Roll Call: B. Invocation• C. Pledge of Allegiance: D. Presentations) ITEMS (S) FOR THE COMMISSION'S CONSIDERATION: 1. Approval of Minutes December 21, 1999 2. City Manager's Report 3. City Attorney's Report - Regular City Commission Minutes REGULAR CITY COMMISSION 1 AGENDA - January 4, 2000 CONSENT AGENDA 4. A RESOLUTION OF THE MAYOR AND CITY OF SOUTH MIAMI, FLORIDA, APPOINTING MR. DICK WARD AS 7 LIAISON TO THE MIAMI -DADE PROVIDING AN EFFECTIVE DATE. (Mayor Robaina) CITY COMMISSION OF THE RELATING TO EDUCATION; 'HE CITY OF SOUTH MIAMI COUNTY SCHOOL BOARD; 3/5 5. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO DISBURSE THE SUM IN AN AMOUNT NOT TO EXCEED $2,630.00 TO FLORIDA STATE FIRE & SECURITY, FOR THE PURCHASE OF A 20 INCH BLACK AND WHITE MONITOR, 16 POSITION DUPLEX BLACK AND WHITE VIDEO MULTIPLEXER, RELAY AND DOOR RELEASE FROM INTERCOM, INSTALLATION, CABLES, LABOR AND MISCELLANEOUS MATERIALS NEEDED FOR A COMPLETE INSTALLATION, FOR THE UPGRADE OF THE CLOSED CIRCUIT TELEVISIONS AND CAMERAS FOR THE POLICE DEPARTMENT AND CITY HALL SECURITY SYSTEM AND CHARGING THE DISBURSEMENT TO ACCOUNT 1910 -521- 6430 TITLED OPERATING EQUIPMENT; AND AUTHORIZING THE CITY MANAGER TO DISBURSE THE SUM IN AN AMOUNT NOT TO EXCEED $2,520.00 TO FLORIDA STATE FIRE & CASUALTY FOR THE SERVICE AND MAINTENANCE AGREEMENT OF THE SAID SYSTEM FOR TWELVE MONTHS AND CHARGING THE DISBURSEMENT TO ACCOUNT 1910- 521 -3450 'TITLED CONTRACTUAL SERVICES; AND AUTHORIZING THE CITY MANAGER TO EXECUTE SUCH DOCUMENTS NECESSARY TO INITIATE AND ''FULFILL THE CONTRACT. 3/5 6. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO RELEASE FUNDS IN THE AMOUNT OF $1,148.00 TO FLORIDA STATE STORE FROM ACCOUNT NO. 0000 -219- 3000, "AFTER SCHOOL HOUSE DONATIONS." (Mayor Robaina /Commissioners Bethel & Feliu) 3/5 7. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA,, AUTHORIZING THE CITY MANAGER TO ENTER INTO A CONTRACT WITH SET USA, FOR $1,298.00 FOR WINDSCREENS AT PALMER PARK AND CHARGING DISBURSEMENT FROM ACCOUNT #001 - 2000 - 572.4620, "MAINTENANCE & REPPIR - OPERATING EQUIPMENT." 3/5 B. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO RELEASE FUNDS FROM THE PARKS & RECREATION DEPARTMENT'S 99 -2000 BUDGET FOR BRICK FROM CRIMSON REGULAR CITY COMMISSION 2 AGENDA - January 4, 2000 STONE INC., IN THE AMOUNT OF $1,516.85 CHARGING ACCOUNT NUMBER 001 - 2000 - 572.4620, "MAINTENANCE & REPAIR /OPERATING EQUIPMENT." (Vice Mayor Russell) 3/5 9. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO RELEASE FUNDS FROM THE OCD GRANT "MARSHALL WILLIAMSON PARK IMPROVEMENTS /SAFETY," ACCOUNT NUMBER 001 - 0000 - 131 -1440, FOR THE AMOUNT OF $1,177.64 TO KAY PARK INC., TO PLACE A WATER FOUNTAIN AT MARSHALL WILLIAMSON PARK. (Mayor Robaina /Commissioners Feliu & Bethel) 3/5 10. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, RELATING TO THE ACCEPTANCE OF A FY 2000 COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) IN, THE AMOUNT OF $50,000; AUTHORIZING THE CITY MANAGER TO EXECUTE APPLICABLE CONTRACTS AND DOCUMENTS; AND PROVIDING FOR AN EFFECTIVE DATE. 3/5 11. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, RELATING TO STATE LEGISLATIVE (LOBBYING) SERVICES PROVIDING FOR THE RENEWAL OF THE PROFESSIONAL SERVICES CONTRACT WITH THE FIRMS OF GOMEZ BARKER & RONALD L. BOOK, P.A., IN AN AMOUNT NOT TO EXCEED $48,000 FROM ACCOUNT NUMBER 01- 1315 - 513 -3450, ENTITLED - CONTRACTUAL SERVICES" 3/5 12. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, RELATING TO FUNDING THE MARTIN LUTHER KING, JR., PARADE, THE UNITY DAY BREAKFAST AND BLACK HISTORY MONTH; AUTHORIZING THE DISBURSEMENT OF FUNDS IN THE AMOUNT OF $9,275 TO THE DR. MARTIN LUTHER KING, JR., COMMITTEE FROM ACCOUNT #01- 2100- 519 - 991,0, ENTITLED "CONTRIBUTION- SPECIAL EVENTS." (Commissioners Feliu & Bethel) 3/5 13. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, RELATING TO FUNDING ARTEXPO 2000; AUTHORIZING THE DISBURSEMENT OF FUNDS IN THE AMOUNT OF $2,000 AND THE PROVISION OF "IN-KIND- SERVICES IN THE AMOUNT OF $7,500 TO THE CULTURAL AFFAIRS COUNCIL OF SOUTH MIAMI, INCORPORATED, FROM ACCOUNT #01-2100-519-9910, ENTITLED "CONTRIBUTION- SPECIAL EVENTS " (Mayor Robaina) 3/5 REGULAR CITY COMMISSION 3 AGENDA - January 4, 2000 14. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, RELATING TO FUNDING VOLKSBLAST 2000; AUTHORIZING THE DISBURSEMENT OF FUNDS IN THE AMOUNT OF $1,390 AND THE PROVISION OF "IN- KIND" SERVICES IN THE AMOUNT OF $1,110 TO THE - PALMETTO BUGS,- FROM ACCOUNT #01- 2100 - 519 -9910, ENTITLED "CONTRIBUTION- SPECIAL EVENTS." 3/5 ORDINANCE (S) SECOND READING PUBLIC HEARING (S) There are none RESOLUTION (S) HEARING 15. A RESOLUTION OF THE CITY OF SOUTH MIAMI, FINAL PLAT PURSUANT DEVELOPMENT CODE AND FOR MONTEBELLO FIRST STREET (MILLER DRIVE) MAYOR AND CITY COMMISSION OF THE FLORIDA, RELATING TO APPROVING A TO SECTION 20- 4.2(B) OF THE LAND SECTION 28 -4 OF THE COUNTY CODE ADDITION, LOCATED AT 6600 SW 56 3/5 RESOLUTION (S) There are none ORDINANCE (S) FIRST READING There are none SPEAKERS PLEASE TAKE NOTICE THAT SECTION 2-2.1(k)(2) OF THE CODE OF ORDINANCES PROVIDES THAT "ANY PERSON MAKING PERSONAL IMPERTINENT, OR SLANDEROUS REMARKS OR WHO SHALL BECOME BOISTEROUS WHILE ADDRESSING THE COMMISSION SHALL BE FORTHWITH BARRED FROM FURTHER AUDIENCE BEFORE THE COUNCIL BY THE PRESIDING OFFICER, UNLESS PERMISSION TO CONTINUE BE GRANTED BY A MAJORITY VOTE OF THE COMMISSION ,.. REGULAR CITY COMMISSION AGENDA - January 4, 2000 PUBLIC REMARKS COMMISSION REMARKS 0 CITY OF SOUTH MIAMI- ENTER- OFFICE MEMORANDUM TO: Mayor and City Commission DATE: 12/30/99 AGENDA ITEM #_�t FROM: Charles D. Scurr Comm. Mtg. 1/4/2000 City Manager Education REQUEST A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, RELATING TO EDUCATION; APPOINTING MR. DICK WARD AS THE CITY OF SOUTH MIAMI LIAISON TO THE MIAMI -DADE COUNTY SCHOOL BOARD PROVIDING AN EFFECTIVE DATE. BACKGROUND AND ANALYSIS The attached resolution sponsored by Mayor Robaina appoints Mr. Dick Ward as the City's liaison to the Miami -Dade County School Board. The City in its efforts to create and promote positive and constructive communication between the community and the Miami -Dade County School Board desires to take a ambassadorial approach by developing a practical, cohesive and mutually beneficial working relationship. Mr. Ward a long -time community activist, member of the City's Educational Committee with over 30 years in the education profession has graciously agreed to represent the City, in this endeavor. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 RESOLUTION NO. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, RELATING TO EDUCATION; APPOINTING MR. DICK WARD AS THE CITY OF SOUTH MIAMI LIAISON TO THE MIAMI -DADE COUNTY SCHOOL BOARD; PROVIDING AN EFFECTIVE DATE. WHEREAS, in a ongoing endeavor to create and promote positive and constructive communication between the City of South Miami, its citizens and the Miami -Dade School Board the Commission desires to take a ambassadorial approach by appointing Mr. Dick Ward as the City's liaison; and WHEREAS, in the context of this assenting and beneficial action it should be noted that it is the intent of this Body to develop a practical, cohesive and mutually beneficial working relationship with the Miami -Dade County School Board. NOW THEREFORE BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA; Section 1. That Mr. Dick Ward is hereby appointed as the City of South Miami's liaison to the Miami -Dade County School Board. To work on behalf of the City in fostering a positive and pro- active line of communication beneficial to all parties concerned. Section 2. This resolution shall take effect immediately upon approval. PASSED AND ADOPTED this day of , 2000. ATTEST: APPROVED: CITY CLERK READ AND APPROVED AS TO FORM: CITY ATTORNEY MAYOR Commission Vote: Mayor Robaina: Vice Mayor Russell: Commissioner Feliu: Commissioner Bethel: Commissioner Bass: Additions` shown by underlWN and deletions shown by ever leg. CITY OF SOUTH MIAMI my INTER- OFFICE MEMORANDUM To: Mayor and City Commission Date: December 29, 1999 t, Agenda Item # From: Charles Scurr .Re: Comm. Mtg.01 /04/2000 City Manager FL State Fire & Security REQUEST Approval of: (a) the acquisition of security monitor equipment necessary to upgrade the City's existing system in an amount not to exceed $2,630.00; and service of the said system in an amount not to exceed $2,520.00 and; (b) the selection of Florida State Fire & Security for the acquisition, installation, and service maintenance agreement of the equipment. BACKGROUND AND ANALYSIS The City acquired an upgrade to the security access control system in 1998. Due to financial constraints, the upgrade covered hardware and software of the access control system only. It was recognized that in the future we would need to require components for the monitors beyond the basic equipment currently in place. The new components are needed so the system performs optimally. This was approved in the FY -1999- 2000 budget. The equipment requested includes a 20 inch black and white monitor, 16 position duplex black and white video multiplexer, relay for door release from intercom, installation, cables, labor and miscellaneous materials needed for a complete installation and the maintenance for this said equipment. Florida State Fire & security is the recommended vendor for the upgrades. The existing security access control system is a Florida State Fire & Security purchased and installed system. The use of an alternate vendor for the upgrades would create untenable service, warranty and reliability problems. The funds to pay for this lease will be from two police department accounts: 1910 -521 -6430 Operating Equipment for $2,630.00 which currently has an available balance of $86,272.61 and 1910 -521 -3450 Contractual Services for $2,520.00 which currently has an available balance of $36,919.41. RECOMMENDATION I recommend approval. l RESOLUTION NO. 2 3 A'RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF 4 SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO 5 DISBURSE THE SUM IN AN AMOUNT NOT TO EXCEED ,$2630.00 TO 6 FLORIDA STATE FIRE & SECURI.TY, FOR THE PURCHASE OF A 20 INCH 7 BLACK AND WHITE MONITOR, 16 POSITION DUPLEX BLACK AND WHITE 8 VIDEO MULTIPLEXER, RELAY FOR DOOR RELEASE FROM INTERCUM, 9 INSTALLATION, CABLES, LABOR AND MISCELLANEOUS MATERIALS 10 NEEDED FOR A COMPLETE INSTALLATION, FOR THE UPGRADE OF THE 11 CLOSED CIRCUIT TELEVISIONS AND CAMERAS FOR THE POLICE 12 DEPARTMENT AND CITY HALL SECURITY SYSTEM AND CHARGING THE 13 DISBURSEMENT TO ACCOUNT 1910- 521 -6430 TITLED OPERATING 14 EQUIPMENT; AND AUTHORIZING THE CITY MANAGER TO DISBURSE THE 15 SUM IN AN AMOUNT NOT TO EXCEED $2520.00 TO FLORIDA STATE 16 FIRE & SECURITY FOR THE SERVICE AND MAINTENANCE AGREEMENT OF 17 THE SAID SYSTEM FOR TWELVE MONTHS AND CHARGING THE 18 DISBURSEMENT TO ACCOUNT 1910 -521 -3450 TITLED CONTRACTUAL 19 SERVICES; AND AUTHORIZING THE CITY MANAGER TO EXECUTE SUCH 20 DOCUMENTS NECESSARY TO INITIATE AND FULFILL THE CONTRACT. 21 22 WHEREAS, the South` Miami Police Department and City Hall have established 23 security for both buildings for the safety and security of it's members; and 24 25 WHEREAS, the existing system in place is outdated; and 26 27 WHEREAS, the existing system is not properly working to provide the same 28 security as in the past, and 30 WHEREAS, the upgrade of this system and the maintenance agreement will ensure 31 the system performs optimally, 32 33 34 NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH 35 MIAMI, FLORIDA: 36 37 Section` 1. The City Manager be and hereby is authorized to .disburse 38 the amount not to exceed $2,630.00 to Florida State Fire & Security, Inc. for the 39 purchase of a 20 inch black and white monitor, 16 position duplex black and white 40 video multiplexer, relay for door release from intercom, cable, labor and 41 miscellaneous materials needed for a complete installation from account 1910- 521 -6430 42 titled Operating Equipment. 43 45 Section 2. The City Manager be, and hereby is authorized to disburse 46 the amount not to exceed $2520.00 to Florida State Fire &' Security, Inc. for the 47 service and 'maintenance of the said system from account 1910- 521 -3450 titled 48 Contractual Services. 49 50 Section 3. This resolution shall take effect immediately upon approval. 51 52 PASSED AND ADOPTED this 04th day of January 2000. 53 54 ATTEST: APPROVED: 55 56 58 59 CITY CLERK MAYOR 60 ,P- S F FLORIDA STATE FIRE & SECURITY, INC. PROTECTING PEOPLE - PROTECTING PROPERTY Submitted To: LISA CORBIN Date: June 3, 1999 SOUTH MIAMI POLICE DEPT. Estimate Number: FSFS -499GP 6130 Sunset Drive South Miami, FL We are pleased to submit the following cost estimate: Job Description: Installation of Upgraded Security Equipment MATERIALS QUANTITY DESCRIPTION PRICE TOTAL 1 Robot MV16 16- Position Duplex BNV Video Multiplexer 18.00 18.00 1 Sanyo 16" Black and White Video Monitor 50.00 50.00 1 Picon 20" BM/ Monitor in place of 16" 115.00 115.00 ALL Cable, Labor and Miscellaneous Materials Needed for $2,630.00 Complete Installation Estimate Total: $2,447.00 UN I If INS QUANTITY DESCRIPTION PRICE TOTAL 1 Aiphone RYPA Relay for Door Release from Intercom 18.00 18.00 1 Installation for RYPA 50.00 50.00 1 Picon 20" BM/ Monitor in place of 16" 115.00 115.00 Options Total: Total estimate $183.00 $2,630.00 SCOPE OF WORK: Install multiplexer in command room using 16 cameras selected by South Police Department. Loop out of multiplexer into existing video switchers. Install 16" monitor in location to be determined by South Miami PD for viewing of cameras on multiplexer. OPTION SCOPE OF WORK: Install RYPA in existing Aipnone LEF -5 to allow for unlocking of front door by use of door release button on master intercom station. l 3921 S.W. 47TH AVENUE, SUITE 1004 - DAVIE, FLORIDA 33314 STATE LICENSED & INSURED EF0001063 DADE (305) 651 -8122 • BROwARD (954) 791 -1313 - BOCA / PALM BEACH (561) 852 -1330 e FAx (954) 791 -0688 SF 7 FLORIDA STATE FIRE & SECURITY, INC. PROTECTING PEOPLE - PROTECTING PROPERTY Closed Circuit Television (CCTV) Service and Maintenance Agreement POLICE DEPARTMENT City of South Miami PROPOSAL: Florida State Fire & Security. (hereinafter FSFS ) will provide all parts and service for the closed circuit television system (hereinafter The System) for The City of South Miami Police Department. This agreement will encompass the equipment throughout the Police Department and City Hall Buildings located at 6130 Sunset Drive South Miami, Florida. (See the list of equipment at the end of this agreement). 1. FSFS will promptly provide all materials and labor necessary to maintain THE SYSTEM at The City of South Miami Police Department. FSFS will provide such service necessitated by product failure during normal use. Service will be provided on the same day, whenever possible, if the service call is received by FSFS before 10:00 a.m. Otherwise, service will be provided by 5 :OOPM on the day following the day the service call is received by FSFS. Service provided by FSFS will be to bring equipment to a City of South Miami Police Department acceptable operating condition. When possible, service will be dispatched on a Priority basis. This will be provided 24 Hours a Day, including 2 -Hour Emergency Response. 2. FSFS will institute a SCHEDULED PREVENTATIVE MAINTENANCE PROGRAM to effectively keep the system operation at optimum performance. Preventative maintenance will include, but not limited to checking all cameras, cleaning camera and housing lenses where needed, checking monitors, switchers and video recorders and adjusting where needed. Scheduled service will be at a frequency of at least every six months. The first service will be performed within one month of payment of the quarterly fee. 3. FSFS will offer the City of South Miami Police Department a "Preferred rate" for services not covered by this agreement and for installations of newly purchased equipment, during normal business hours previously of 8:30AM until 5:OOPM Monday through Friday $ 50.00 PER HOUR PER TECHNICIAN TIME AND ONE HALF FOR OVERTIME 3921 S.W. 47TH AVENUE, SUITE 1004 - DAVIE, FLORIDA 33314 - STATE LICENSED & INSURED - EF0001063 DADE (305) 651 -8122 BROwARD (954) 791 -1313 - BOCA / PALM BEACH (S61) 852 -1330 - FAX (954) 791 -0688 NSF FLORIDA STATE FIRE & SECURITY, INC. PROTECTING PEOPLE • PROTECTING PROPERTY 4. FSFS will provide a 24 HOUR EMERGENCY number and in case of emergency will respond within 2 hours of an emergency call. (No additional cost ). 5. FSFS will provide a "certificate of insurance" with a carrier acceptable to The City of South Miami Police Department, providing liability coverage of $ 2,000,000.00. 6. The initial term of this agreement shall begin on 1999 and end on . The City of South Miami Police Department may elect to renew this agreement for an additional one (1) year term(s) by giving FSFS notice of its intent to renew within thirty (30) days of the expiration of the then current term. Either party may cancel this agreement at any time by giving the other party (30) days' written notice. 7. This service contract does not cover training due to employee changes at The City of South Miami Police Department, acts of God, vandalism, theft or customer induced problems. This agreement includes all parts except VCR heads. 8. The City of South Miami Police Department will receive first priority service in the event of a natural disaster. This is defined as the first service call FSFS is capable of scheduling after the disaster, there is no guarantee on when FSFS will be on site at The City of South Miami Police Department. 9. Upon acceptance of this service agreement, Florida State Fire & Security will perform a complete inspection of all system components and parts to be covered under this agreement at not cost to The City of South Miami Police Department. Any components found not to meet manufacturer's specifications and /or not functioning properly, will be repaired or replaced at the expense of The City of South Miami _Police Department. This agreement will begin only after all repairs or replacements are complete, or the nonfunctioning equipment is noted as such and not included with this agreement. 3921 S.W. 47TH AVENUE, SUITE 1004 • DAVIE, FLOaA 33314 • STATE LICENSED & INSURED • EF0001063 DADE (30S) 6S 1 -8122 • BROWARD (9S4) 791 -1313 • BOCA / PALM BEACH (S61) 852 -1330 FAX (9S4) 791 -0688 �P- S F "-7 FLORIDA STATE FIRE & SECURITYy INC. PROTECTING PEOPLE • PROTECTING PROPERTY We herewith furnish the following quotation for the above services, BASED UPON A ONE -YEAR SERVICE AGREEMENT: FOR ALL PARTS AND LABOR SERVICES $210.00 (Two Hundred - Ten Dollars ) PER MONTH, PLUS ALL APPLICABLE SALES TAX, - PAYABLE QUARTERLY IN ADVANCE. IN THE EVENT THIS AGREEMENT IS CANCELLED PURSUANT TO PARAGRAPH 6 ABOVE, THE CITY OF SOUTH MIAMI POLICE DEPARTMENT SHALL BE ENTITLED TO A PRO -RATA REFUND OF ANY UNUSED MONTHLY FEES FOLLOWING THE DATE OF CANCELLATION. Florida State Fire & Security Signature Printed Name Title Date The City of South Miami Police Department Signature Printed Name Title Date 3921 S.W. 47TH AVENUE, SUITE 1004 • DAVIE, FLoODA 33314 - STATE LICENSED a INSURED • EF0001063 DADE (305) 651 -8122 • BROWARD (954) 791 -1313 - BocA / PALM BEACH (561) 8S2 -1330 • FAx (954) 791 -0688 •. —.�-., .f .fun--- '-;T; -;:r r;.^:- —.^ ; r+ r,,,« t";"'"^- z'T;";#?.;".e3^°,c'�"x,.°i'P"i. ;°'r':3,,1,r ei -,;3, ,a r^'^s,-- ",Mu',''.r'.- 71^,""F°'Y"" `: ,',x^'i'r... ,rY. 1r- S F Quantity 20 20 19 1 4 1 2 6 ALL FLORIDA STATE FIRE & SECURITY, INC. PROTECTING PEOPLE • PROTECTING PROPERTY EQUIPMENT LIST Description Black and White CCD Video Cameras Assorted Lenses, Manual and Auto Iris Assorted Indoor and Outdoor Camera Housings and Mounts High Security Camera Housing (Holding Cell Area) 9" Black and White Video Monitors Mitsubishi 24 -Hour Video Recorder Vicon V1 50M 4- Position Master Phase 8 Video Switchers Vicon V1 50S 4- Position Slave Phase 8 Video Switchers Associated Equipment Not Listed Above 3921 S.W. 47TH AVENUE, SUITE 1004 • DAVIE, FLORIDA 33314 • STATE LICENSED & INSURED • EFOOO1063 DADE (30S) 651 -8122 • BROWARD (954) 791 -1313 • BOCA / PALM BEACH (561) 852 -1330 • FAx ,(954) 791 -0688 TO: Mayor & Commission DATE: December 27 1999 FROM: Charles Scurr SUBJECT: Agenda# City Manager ` Commission Meeting January 4 2000 Florida State Store REQUEST The attached resolution seeks the approval of the purchase of a computer for administrative use by the After School House. BACKGROUND This computer is necessary for the up- grade of this program and for the participants of the After School House program. It will also be utilized by an individual who will assist with administrative and other tasks that are essential in the effective managing of activities and accountability. The total expenditure for the computer, a Dell Optiplex GX100, is $1,148-00 and it is on Florida State Contract Number 250- 040 -99 -1. Funds for this purchase will be disbursed from Account Number 0000- 219 - 3000, "After School House Donations Available balance is $11,568.63. RECOMMENDATION Approval is recommended �.Y 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 Resolution No. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MAIMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO RELEASE FUNDS IN THE AMOUNT OF $1,148,00 TO FLORIDA STATE STORE, FROM ACCOUNT NUMBER 0000-219-3000, "AFTER SCHOOL HOUSE DONATIONS". WHEREAS, A computer is needed for the After School House for the assistant that will help at the After School House; and WHEREAS, A Dell Optiplex GX100 is on a Florida State Contract #250-040-99-1; and WHEREAS, This computer is necessary for the up-grade of this program and for the participants of the After School House program. NOW THEREFORE BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA; Section 1. That a purchase order is hereby awarded to Florida State Store, in an amount of $1,148.00 for a computer for the After School House. Funds will be released from account number 0000-219-3000, "After School House Donations". Section 2. This resolution shall take effect immediately upon approval. PASSED AND ADOPTED this day of January, 2000. ATTEST: CITY CLERK CITY ATTORNEY Florida State Store Computer "a School House '99 771'7,7W 0 MAYOR FL State Contract 250- 040 -99 -1: Customizing Your System Page 1 of 3 70 1-800-891-DELL Current Orderfoa m Retrieve, E- u 'L State Contract 2 -040 Dell OptiPlex GX100 Low- Profile Desktop Dependable performance for the value conscious is exactly what the GX100 delivers! GX100 follows through by offerin Chipset with 4MB display cache. The 810 chipset employs Intel's integrated 3D Graphics with Direct AGP for vivid 2D and images. The 810 Chipset also offers Dynamic Video Memory Technology (DVMT) which allocates a portion of syst enhance graphics and video operations, and enables equivalent performance of 8MB video memory. GX100 also deliv Intel Celeron Processors and includes an integrated 3COM NIC, ATA/66 EIDE Controller for hard drives, and options f enhancements. Best of all, the GX100 is designed to work within your budget. To configure your system: 1. Select from the options listed to configure YOUR bell system. 2. Click "Update Price" button at the bottom of the page to make the pricing reflect any changes you have made. 3. Click "Add to Orderform" button at the bottom of the page to add your system to your Order Form. Custom Views: rV drop -down list view view all system options �` pnnt ,view (read p { Price *: $1,148 OptiPlex GX100 Low - Profile Desktop GX100 comes standard with integrated 3Com 10 /100Mbps Remote Wake -up capable ethernet controller and 4MB display cache. The 810 E chipset employs integrated Intel 3D graphics with Direct AGP for vivid 2D and 3D effects. Additionally, Intel Dynamic Video Memory i Technology also allocates aportion of system memory for graphics and video operations, enabling equivalent performance of 8MB video memory. CeleronTm 433MHz_Processor, 128K Cache f Standard and Business Critical, Services I The OptiPlex standard service is three -year Next Business Day Onsite Response. Three -year Same Day, 4 -hour Onsite Response is also available. This optional service is available within a 100 mile radius of more than 70 metropolitan US locations and is designed to place a technician at your site within 4 hours after dispatch from Dell. This responsive support offering can help increase your productivity by ensuring minimal system downtime. Restrictions apply, please see the Help Me Choose button above for details. 3 Yr Next Business Day On -Site Service Installation Services Three different installation packages, plus individual offerings, to assure you get your new Dell systems up and running quickly. Our installation packages provide you with a choice of service plans ranging from basic set up and test to comprehensive install /de- install with data transfer. For more information visit the Optiplex Services page or call your sales rep. ` No Installation Option NT Operating System Service NT Support - One call to handle your hardware &software questions. NT Support is transferable to Windows2000 when Windows2000 is released and the upgrade is purchased from Dell and installed on your Optiplex purchased with NT Support. To learn more about how NT Support can help your business click on the Help Me Choose button above. None. Operating System If selecting a hard drive with a capacity greater than 8.4GB, please choose FAT32 or NTFS. Windows 98 2nd Edition with CD using FAT32 Please Select Windows 2000 Upgrade Flyer Option Select this if you chose Windows 9x. Upgrade requires NT installed as the Operating System. Memory (Non -ECC SDRAM) 64MB (1 DIMM) Hard Drive For hard drives, GB means 1 billion bytes; total accessible capacity varies depending on operating environment. If selecting a hard drive with a capacity greater than 8.4GB, please choose a FAT32 or NTFS operating system. 6.4GB EIDE Hard Drive (5400 RPM) http://rcommerc... /config.asp ?order code =W121 &customer ID =RC962167 &view= 12/2/1999 FL State Contract 250- 040 -99 -1: Customizing Your System Page 2 of 3 CD -ROM or CD ReadMrite Drive 20/48X CD -ROM Zip Drive For removable media, GB means 1 billion bytes; total accessible capacity varies depending on operating environment. Please note only 1 additional EIDE peripheral may be selected for the tower model in addition to the standard Optical Device, you may also select a Zip with No Optical Device. When pairing a CD with a CD -RW, only the CD will have audio out capability. None. k w_. ,._ _._.,...._ .._� ,.w , R ..W..... Zip Media 3 pack of 100MB Zip Cartridges [$38] F 10 pack of 100MB Zip Cartridges [$105] Monitor All Dell branded monitors are covered by Dell's Three -year Limited Warranty. Upgrading to a larger monitor is suprisingly affordable. Dell's line -up of exceptional monitors can deliver enhanced resolution and refresh rates, crisp, vibrant imaging and amazing color depth. For warranty details on all programs please contact ct Dell at1 800 WW -DELL or check our warranty page 17 (16.0" viewable, .27d p) Deli M770 � %J y�„ y � _ ���` C.y`► Floppy Drive 1 44MB IT Floppy Drive I Sound Card None. - - --- --- ........ ._ ---- _ Speakers harmon kardon HK195 Speakers Network Card GX100 comes standard with an integrated 3Com Etherlink 10/100 PCI LAN Controller with ACPI and Remote Wake -up. — None. Keyboard Quietkey (Spacesaver) Mouse Logitec System Mouse Mouse Pad None �1I' Modem Aztech PC99 Data /Fax 56K v.90 { Riser Expansion Riser (3 PCI slots) E Price*: 1,148 1-800-891-DELL Current Order#orm � Retrieve E- u i http :H rcommerc ... /config.asp ?order_code =W121 &customer ID =RC962167 &view= 12/2/1999 FL State Contract 250 - 040 -99 -1: Customizing Your System Page 3 of 3 This configuration is presented for your convenience only. It is available for purchase by US customers who take delivery in the US. Dell will not be re typographical or other errors or omissions regarding prices or other information. Prices and configurations are subject to change without notice and do shipping charges or applicable taxes. All sales are subject to Dell's Term and Conditions of Sale. Promotional offers and prices are for a limited time. *Prices and lease payments are subject to change without notice and DO NOT INCLUDE SHIPPING CHARGES OR APPLICABLE TAXES. Promotio prices are for a limited time. Prices have been „rounded to the nearest dollar for online display. Final order amounts, including tax and shipping and refi rounded prices, will be communicated following receipt of,your online order. For U.S. Customers Only. Copyright 1999 Dell Computer Corporation. All Rights Reserved. Terms of Use I Terms and Conditions of Sale (Online Privacy Practices Thursday, December 02, 1999 12 :51:08 PM CDT I. II I { http:// rcommerc ... /config.asp?order_code =W121 &customer ID =RC962167 &view= 12/2/1999 CITY OF SOUTH MIAMI TO: Mayor & Commission DATE: December 28, 1999 FROM: Charles D. Scuff SUBJECT: Agenda # *7 City Manager Commission Meeting January 4, 2000 Set USA/Windscreens REQUEST The purpose of this memorandum is to recommend the approval of the attached resolution for the purchase of windscreens for baseball fields at Palmer Park. BACKGROUND Existing windscreens need to be replaced due to age, vandalism and exposure to the elements. These screens are custom made by a local South Miami Company who is the sole known vendor for this product. The following vendors gave the City of South Miami Parks & Recreation Department the following bids: Set USA $1,298.00 10-S Tennis Supply $1,347.00 The Fast Dry Companies $1,637.35 A purchase order shall be awarded to Set USA for a total cost of $1298.00 that will be disbursed from Account No. 001-2000-572.4620, " Maintenance & Repair — Operating Equipment". Available balance is $18,797.17. RECOMMENDATION Approval is recommended. Wnrem 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 Resolution No. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MAIMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO ENTER INTO A CONTRACT WITH SET USA, FOR $1,298.00 FOR WINDSCREENS AT PALMER PARK AND CHARGING DISBURSEMENT FROM ACCOUNT #001 -2000- 572.4620, "MAINTENANCE & REPAIR — OPERATING EQUIPMENT ". WHEREAS, Pursuant to Article III, Section 5, H" of the City Charter requires bids be obtained for services and or purchases of items over $1,000.00, and WHEREAS, Existing windscreens need to be replaced due to age, vandalism and exposure to the elements; and WHEREAS, This project will aesthetically enhance the park, provide for safer surroundings; and WHEREAS, These screens are custom made by a local South Miami Company who is the sole known vendor for this product in this area. NOW THEREFORE BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA: Section 1. That a purchase order be awarded to Set USA, for the amount of $1,298.00, for the purchase of windscreens for Palmer Park. Disbursement will come out of account number 001. 2000 - 572.4620, "Maintenance & Repair — Operating Equipment ". Section 2. This resolution shall take effect immediately upon approval. PASSED AND ADOPTED this day of January, 2000. ATTEST: CITY CLERK READ AND APPROVED AS TO FORM: CITY ATTORNEY Set USA Windscreen Palmer Park `99 MAYOR '..' PROPOSAL PROPOSAL E TAII& PROPOSAL NO. �! SHEET NO. I-R iNIF COUR i SERVICE P.Q. 130X 561641 *\IIANII, FI.UItILA 3323n-i641 DATE Ted: (305) 3 37-7000 Fax: 666-P55Q -v -cn Tn• WnPK TC) RIP PFRFORMED AT: /0/9198 i All material is guaranteed to be as specified, and the above work to 6e performed in accordance with the drawings and specifications submitted for above work and completed in a substantial workmanlike manner for the sum of Dollars ($ Ea R e, CC) 1 with payments to be made as follows Respectfully sithmittPti Any Wteratlon or deviation from above specifications involving extra costs will be executed only upon written order, and will become an extra charge over and above the estimate. All agreements contingent upon strikes, accidents, or delays beyond our control. Per Note - This proposal may be withdrawn i by us if not accepted within 30 days ACCEPTANCE OF PROPOSAL The above prices, specifications and conditions are satisfactory and are hereby accepted. You are authorized to do the work as specified. Payments will be made as outlined above. I i All material is guaranteed to be as specified, and the above work to 6e performed in accordance with the drawings and specifications submitted for above work and completed in a substantial workmanlike manner for the sum of Dollars ($ Ea R e, CC) 1 with payments to be made as follows Respectfully sithmittPti Any Wteratlon or deviation from above specifications involving extra costs will be executed only upon written order, and will become an extra charge over and above the estimate. All agreements contingent upon strikes, accidents, or delays beyond our control. Per Note - This proposal may be withdrawn i by us if not accepted within 30 days ACCEPTANCE OF PROPOSAL The above prices, specifications and conditions are satisfactory and are hereby accepted. You are authorized to do the work as specified. Payments will be made as outlined above. NOV -15 -99 11:45 FROM -FAST DRY 954- 976 -6479 T -944 P -01 /01 F -952 FDC - The Fast Dry Ct#MPanle$ t " 1400 NX 13th Avenue, Pompano each, F� 83069 i Tel, (1164) 879.3111 4rdera:800.432.2994 Fax: (954) 970.8470 III Iliq fig The Fast Dry Companies POMPANO BEACH o ORLANDO City South Miami November IS, 1999 Attn: Doug Baker Fax: 305 -W-126 Re., 6' high green closed mesh Durascreen (271 lin. Ft. -noven } $1585.35 Freight $52.00 Total $163735' This includes: 4 year warranty; bass grommets every 12"; Delivery time ± 2 weeks. l ei rya ager Vice President MEMBEq COURT arr�r Fast -pry Corporation � � New Construction Fast -Dry Courts, Inc. Ftesurfacar►g Hydro- Court rf Florida, Inc. 811110W ASSOCIATION Supplies lZ4*0151*7111 The attached resolution seeks the approval of the purchase of 23 tons of crushed brick (No. 78 - Ultimate Series) which will be used in lieu of mulch for sidewalk cut- *uts on City streets. ■ Total expenditure for this material is $1,516.85 and piggybacks • City • Homestead's Bid Number 991030. Funds for this purchase will be disbursed from Account Number 001 -2000-572.4620 "Maintenance& Repair/Operating Equipment". 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 Resolution No. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO RELEASE FUNDS FROM THE PARKS & RECREATION DEPARTMENT'S '99 — 2000 BUDGET FOR CRUSHED BRICK FROM CRIMSON STONE INC., IN THE AMOUNT OF $1,516.85 CHARGING ACCOUNT NUMBER 001 -2000- 572.4620, "MAINTENANCE & REPAIR/OPERATING EQUIPMENT ".. WHEREAS, pursuant to Article III, Section 5, H, of the City Charter requires bids be obtained for services and or purchases of items over $1,000.00; and WHEREAS, presently mulch covers sidewalk cut out areas within the City; and WHEREAS, the installation of crushed red brick will save many man hours in up- keep;and WHEREAS, this material will provide the following, no fading, will keep area weed free due to plastic under its base, one time application compared to mulching twice a year, and will eliminate any hazards i.e. tripping; and WHEREAS, the City of South Miami Parks & Recreation Department will "piggy" back of the City of Homestead bid # 991030 which was applied to the above mentioned vendor. NOW THEREFORE BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA: Section 1. That a purchase order is hereby awarded to Crimson Stone Inc., in an amount of $1,516.85 for crushed red brick which will be placed around sidewalk cut outs on City streets. Funds will be released from account number 001- 2000 - 572.4620, "Maintenance & Repair /Operating Equipment ". Section 2. This resolution shall take effect immediately upon approval. PASSED AND ADOPTED this day of January, 2000. ATTEST: CITY CLERK MAYOR READ AND APPROVED AS TO FORM: CITY ATTORNEY Crimson Stone '99 City Cut outs sidewalk areas CRIMSON STONE, INC. ® (800) 3545663 "ULTIMATE SERIES" Listed below are some organizations who are currently using the "ULTIMATE SERIES" infield and/or warning track material. Atlanta Braves (Disney World) Gulliver High School . Houston Astros (Osceola County) Southridge High School Cleveland Indians (City of Winter Haven) Nova High School , Minnesota Twins (Lee County) Coral Gables High School Cardinals and Expos ( City of Jupiter) Western High School _ Pittsburgh Pirates (City of Bradenton) Stoneman Douglas High School New York Mets (St. Lucie County) Cooper City High School Lakeland Tigers American Heritage High School Jacksonville Suns Lake Worth High School University of Miami ** Wellington High School * *S.T.M.A. 1996 -97 College Benjamin High School Diamond of the Year Palm Beach Gardens High School University of Florida Interlachen High School University of South Florida Crestview High School University of North Florida East Lake High School Stetson University River Ridge High School Florida State University King High School Jacksonville University Tampa Bay Tech High School Saint Leo College Clearwater Ctrl Cath.High School Florida Atlantic University Northside Christian High School Florida International University Sarasota Riverview High School Florida A&M University Bartow High School Nova Southeastern University Durant High School Barry University WinterhavenHigh School Lynn University Countryside High School Saint Thomas University Lake Weir High School Hagler College Santa Fe High School Rollins College Williston High School Chipola Community College South Sumter High School North Florida Community College Oak Hall High School Polk Community College P K Yonge- School Lake City Community College Buchholz High School Broward Community College Newberry High School Palm Beach Community College Columbia High School Indian River Community College North F1 Christian High School Florida Community College Maclay High School Seminole Community College Marianna High School Central Florida Community College Jefferson High School Paxon High School Port St Joe High School Episcopal High School Wewahitchka High School Wolfson High School City of Jacksonville Baker County High School City of Jacksonville Beach Sandalwood High School City of Altamonte Springs University Christian School City of Deland Lakeside Jr. H. S. City of Kissimmee First Coast High School City of Lake Mary Orange Park High School City of Tampa St. Johns Country Day School City of Dunedin Key West High School City of Clearwater Dr. Phillips High School City of Winter Haven Winter Park High School City of Sweetwater Edgewater High School City of Homestead- George Jenkins High School City of Margate CRIMSON STONE, INC. (800) 354 -5663 "ULTIMATE SERIES" Listed below are some Parks and Recreations who are currently using the "ULTIMATE SERIES" infield and/or warning track material in the State of Florida. City of Altamonte Springs City of Deland City of Kissimmee City of Lake Mary City of Clearwater City of Tampa City of Dunedin City of Winter Haven City of Sweetwater City of Homestead City of Margate Town of Davie City of North Lauderdale City of Ft. Lauderdale City of Hollywood City of Miramar City of Pompano Beach City of Coral Springs City of Coconut Creek City of Weston City of Boca Raton City of Wellington Town of Lantana" 1998 -1999 STMA Municipal Diamond of the Year Award City of Palm Beach Gardens City of Royal Palm Beach City of Naples City of Fort Myers City of Ocala City of Tallahassee City of Jacksonville City of Jacksonville Beach City of Pensacola Osceola County Park and Recreation Lee County Park and Recreation Martin County Park and Recreation Palm Beach County Park and Recreation Broward County Park and Recreation Sarasota County Park and Recreation Pinellas County Park and Recreation Leon County Park and Recreation Volusia County Park and Recreation Jacksonville Navel Air Station Lakeshore Athletic Association w Crimson Stone The South's Source For Stone Tired of the labor and cost :involved in keeping your medians, walkways, and common areas looking great all the time? Please find information enclosed on our decorative landscaping stone, and Ultimate Series walkways. Cities are switching from mulch or pinebark to our stones, and here are a few reasons: 1) Similar in color to mulch or pinebark, but a solid natural stone. 2) Does not fade, stays beautiful year after year. 3) Does not wash out when properly installed. 4) Does not burn. -5) One time application, never needs replacing. 6) Easy removal of leaves and debris. 7) Costs about twice as much as mulch, but pays for itself in about a year. Shipped direct from the quarry to your city to keep the cost down. 8) Beautifies streets and landscaped areas, appreciated by residents because it improves the look of their city. We have a variety of sizes to meet your needs and preferences. #19 ( 1/899) - Ideal for walkways, flower beds 2" deep covers 150 sq ft per ton #78 ( 1/4 "- 1/211) - Ground cover, walkways, *median areas... 2" deep covers 160 sq ft per ton #5 (1"'.2") Ideal for ground cover, *median areas 2" deep covers 170 sq ft per ton #3 ( 391- 411) - Ideal for ground cover and sloped areas 3" deep covers 115 sq ft per ton Deco -Rap (4" -1011) Ideal for sloped areas, culverts, dry creek beds, borders 4" deep covers 90 sq ft per ton Stacking Stone (Pallets)(10" -2011) Great for walls Boulders ( 1 ft - 4 ft ) Rough or smooth, great accent to landscaped areas Crimson or Tan Ultimate II(Blended 1/811) - Walkways, trails, jogging paths, warning tracks compacts stable and firm (install guideline included) 3" deep covers 90 sq ft / Ton Ultimate III ( Blended 3/811) Walkways, trails, jogging paths, driveways compacts stable and firm (install guideline included) 3" deep covers 85 sq ft / Ton All material is trucked bulk by the ton, with a minimum load of 23 tons. For more information on our product, brochures, samples, or to receive a price list on our materials delivered to your area please feel free to call me at (800) 354 - 5663. Si cerel T-o n Jim Deckard. / Crixison Stone Inc. ---------------------------------------------- 11/14/2000 13:27 --------------------------------- 9544326825 'd 1601027202 JIM CRIMSON STONE To whom it MOY cGtx*m, Cl*n$W Skm, Inc, has GpWd YWO In the M"arr-h and d"09"At of our prod M. our,*Urd"W" $~ produco " blended SnCl d6W9n9d On 9ft eat our fadMy far 9► to diWbWn and to *W user. WO use Oxdu" proce"ing twhniques and our own mw meedals in the avow of the Uftimmft Sodas, ThWW" CAMSOM StOr*, Inc, is the $019 smnm for the Ultimo Seri pmducts. sincef*' Mott so President PAGE 03 Vol a � .......................................................... ............................... 11/14/2000 13:27 9544326825 JIM "'THE ULTIMATE SERIES" CRIMSON STONE, INC. 6510 Keenes Mill Road Cottondale, Alabama 35453 (800) 354 -5663 / (205) 553 -4430 CriMgqn Stone # 78 Landscape Stone MATERIAL R.EQ!U REMENTa The material shall: A. have clean, hard, durable particles or fragments of 3/8 " -1/21' natural stone. PAGE 02 B. have a bulk dry specific gravity of 2.50 - 2,759 a bulk saturated specific gravity of 2.50 - 2.75 and an apparent specific gravity of 2.75 - 3.00 as determined by ASTM C127. C. have a resistance to abrasion and impact grading of C and loss of 40.0 or legs as determined by ASTM C131. D. be a washed material free from clay lumps, organic matter, excessive silt and deleterious material. E. be of sufficient weight as to resist normal winds and normal rainfall without washing. F. provide for an all weather surface. G. allow for percolation after compaction. H. be a natural substance. 1. be predominantly crimson in color witb approximately +/- 30% dark colors. J. be colorfast. Tuesday 23 of Nov 1999, City of Homestead - >6691266 Page 1 of 24 Date : 11/23/99 Total number of pages : 24 To Maria From: Lynn Hockmuth Company :City of South Miami Company: City of Homestead Department: Parks & Recreation Department: Purchasing Fax number (305) 669 -1266 Fax Subject: 991030 -Baseball Field Products Per your request please find attached the tabulation and bid for the above referenced. INVITATION TO BIl) BASEBALL FIELD PRODUCTS BID #991030 — 9/23199 - FY BID OPENING: SEPTEMBER 23,1999 / 9 :00 A.M. For information contact: Charles Yannis, Purchasing Manager City of Homestead Purchasing Department 790 North Homestead Boulevard Homestead, FL 33030 -6299 DATE ISSUED: 9/1199 -ruescaay z;s of ivov l�juzj, idly of nomesteaa BASEBALL FIELD PRODUCTS BID #991030 — SEPTEMBER 23,1999 1.4 GENERAL CONDTTIONS 1.1 SEALED BIDS: The City of Homestead ( "City ") will receive sealed bids for a "BASEBALL FIELD PRODUCTS" FOR THE CITY OF HOMESTEAD no later than 9:00 A.M., THURSDAY, SEPTEMBER 23, 1999, or any time prior thereto at the City Clerk, City Hall, 790 North Homestead Boulevard, Homestead, Florida 33030 -6299. Original copy of Bid Form as well as any other pertinent documents must be returned in order for the bid to be considered for award. All bids are subject to the conditions specified hereon and on the attached Special Conditions, Specifications and Bid Form. The completed bid must be submitted in a sealed envelope clearly marked with the Bid Title. Telegraphic bids will not be accepted. Bids received after the closing time and date, for any reason whatsoever, will not be considered. Any disputes regarding timely receipt of proposals shall be decided in the favor of the City of Homestead. 1.2 EXECUTION OF BID: Bid must contain a manual signature of an authorized representative in the space provided on the Bid Form. Failure to properly sign bid shall invalidate same and it shall NOT be considered for award. All bids must be completed in pen and ink or typewritten. No erasures are permitted. If a correction is necessary, draw a single line through the entered figure and enter the corrected figure above it. Corrections must be initialed by the person signing the bid. Any illegible entries, pencil bids or corrections not initialed will not be tabulated. The original bid conditions and specifications C,OT be changed or altered in any way. Altered bids will not be considered. Clarification of bid submitted shall be in letter form, signed by bidders and attached to the bid. 13 NO BID: If not submitting a bid, respond by returning an original copy of Bid Forrn, marking it "No Bid," and explain the reason. Repeated failure to bid without sufficient justification shall be cause for removal of a supplier's name from the bid mailing list. NOTE: A bidder, to qualify as a respondent, must submit a "no bid" and same must be received no later than the stated bid opening date and hour. 1.4 PRICES QUOTED: Deduct trade discounts and quote firm net prices. Give both unit price and extended total, when requested. Prices must be stated in units of quantity specified in the bidding specifications. In case of discrepancy in computing the amount of the bid, the UNIT PRICE quoted will govern. All prices must be F.O.B. destination, freight prepaid (unless otherwise stated in special conditions). Discounts for prompt payment: Award, if made, will be in accordance with terms and conditions stated herein. Each item must be bid separately and no attempt is to be made to tie any item or items in with any other item or items. Cash or quantity discounts offered will not be a consideration in determination of award of bid(s). 1.4.1 TAXES: The City of Homestead is exempt from all Federal Excise and State taxes. The applicable tax exemption number is show on the Purchase Order. situ of T- Tnrnactr arl — Rirl 11001()^.O —Q/ )q /QQ ',? Tuesday 23 of Nov 1999, City of Homestead — >6691266 Page 4 of 24 1.4.2 N11STAKES: Bidders are expected to examine the specifications, delivery schedules, bid prices and extensions and all instructions pertaining to supplies and services. Failure to do so will be at the bidder's risk. 1.4.3 CONDITIONS AND PACKAGING: It is understood and agreed that any item offered or shipped as a result of this bid shall be latest new and current model offered (most current production model at the time of this bid). All containers shall be suitable for storage or shipment, and all prices shall include standard commercial packaging. 1.4.4 UNDERWRITERS' L ABORATORIES: Unless otherwise stipulated in the bid, all manufactured items and fabricated assemblies shall be UL listed or re- examination listing where such has been established by UL for the item(s) offered and furnished. 1.4.5 BIDDER'S CONDITIONS: The City Council reserves the right to accept all, any, or none, of the bids submitted, waive irregularities or technicalities in bids or to reject all bids or any part of any bid they deem necessary for the best interest of the City of Homestead, FL. The City Council also reserves the right to make award of the bid on the basis of the total bid, or groups of items, or on an item basis, whichever is in the best interest of the City of Homestead, FL. Bid prices should be submitted with the understanding that the City of Homestead is not authorized to pay service charges, which may be imposed due to the late payment of an invoice, which has become delinquent. 1.5 EQUIVALENTS: If bidder offers makes of equipment or brands of supplies other than those specified in the following, he must so indicate on his bid. Specific article(s) of equipment/supplies shall conform in quality, design and construction with all published claims of the manufacturer. Brand Names: Catalog numbers, manufacturers' and brand names, when listed, are informational guides as to a standard of acceptable product quality level only and should not be construed as an endorsement or a product limitation of recognized and legitimate manufacturers. Bidders shall formally substantiate and verify that product(s) offered conform with or exceed quality as listed in the specifications. Bidder shall indicate on the Bid Form the manufacturer's name and number if bidding other than the specified brands, and shall indicate ANY deviation from the specifications as listed. Other than specified items offered requires complete descriptive technical literature marked to indicate detail(s) conformance with specifications and MUST BE INCLUDED WITH THE BID, NO BIDS WILL BE CONSIDERED )WITHOUT THIS DATA. Lacking any written indication of intent to quote an alternate brand or model number, the bid will be considered as a bid in complete compliance with the specifications as listed on the attached form. 1.6 AMERICAN MADE: The City Council of Homestead, acting in session on June 20, 1983, adopted Resolution No. 83 -06 -21 which states, "That it is the intent and policy of the City Council of the City of Homestead, Florida, that the needs of the City of Homestead for supplies, materials and equipment be met using only those supplies, materials and equipment manufactured in the United States of America when same are available and when the price of same and the bid of same is consistent with the bidding procedures of the City Code of the City of Homestead." 1.7 NON-CONFORMANCE TO CONTRACT CONDITIONS: Items may be tested for compliance with specifications. Items delivered, not conforming to specifications, may be rejected and returned at vendor's expense. These items and items not delivered as per delivery date in bid and/or purchase order may be purchased on the open market. Any increase in cost may be charged against the bidder. Any violation of these stipulations may also result in: A) Vendor's name being removed from the vendor list. B) All departments being advised not to do business with vendor. 1.8 SAMPLES: Samples of items, when required, must be furnished free of expense and, if not destroyed, will, upon request, be returned at the bidder's expense. Bidders will be responsible for the removal of all samples famished within (30) days after bid opening. All samples will be disposed of after thirty (30) days. Each individual sample must be labeled with bidder's name. Failure of bidder to either deliver required samples or to clearly identify samples may be reason for rejection of the bid. Unless otherwise indicated, samples should be delivered to the Purchasing Department, 450 S.E. 6th Avenue, Homestead, FL, or mailed to 790 N. Homestead Boulevard, Homestead, FL 33030-6299. 1.9 DELIVERY: Unless actual date of delivery is specified (or if specified delivery cannot be met), show number of days (in calendar days) required to make delivery after receipt of purchase order, in space provided. Delivery time may become a basis for making an award. Delivery shall be within the normal working hours of the user, Monday through Friday, excluding holidays. 1.10 INTERPRETATIONS: Unless otherwise stated in the bid, any questions concerning conditions and specifications should be submitted in writing to the Purchasing Manager, 790 N. Homestead Boulevard, Homestead, Fl, 33030; Fax: (305) 246-3244. 1.11 AWARDS: In the best interest of the City of Homestead, the City Council reserves the right to reject all bids or any portion of any bid they deem necessary for the best interest of the City, to accept any item or group of items unless qualified by the bidder, to acquire additional quantifies at prices quoted on the Bid Form unless additional quantifies are not acceptable, in which case the Bid Form must be noted "BID IS FOR SPECIFIED QUANTITY ONLY." All awards made as a result of tl-ds bid shall conform to applicable Florida Statutes. 1.12 BID OPENING: Bids shall be opened and publicly read in the Council Chambers, 790 N. Homestead Boulevard, Homestead, FL 33030-6299, on the date and at the time specified on the Bid Form. All bids received after that time shall be returned, unopened. 1.13 INSPECTION, ACCEPTANCE & TITLE: Inspection and acceptance will be destination unless otherwise provided. Title tolor risk of loss or damage to all items shall be the responsibility of the successful bidder until acceptance by the buyer unless loss or damage results from negligence by the buyer. If the materials or services supplied to the City are found to be defective or to not conform to specifications, the City reserves the right to cancel the order upon written notice to the seller and return product at bidder's expense. 1.14 PAYMENT: Payment will be made by the City after the items awarded to a vendor have been received, inspected and found to comply with award specifications, free of damage or defect and properly invoiced. City of Homestead Bid 4991030 —9/23/99 4 Tuesday 23 of Nov 1999, City of Homestead = 76691266 Page 6 of 24 1.15 DISPUTES: In case of any doubt or difference of opinion as to the items to be furnished hereunder, the decision of the buyer shall be final and binding on both parties. 1.16 LEGAL REQUIREMENTS: Federal, state, county and city laws, ordinances, rules and regulations that in any manner affect the items covered herein apply. Lack of knowledge by the bidder will in no way be a cause for relief from responsibility. 1.17 PATENTS AND ROYALTIES: The bidder, without exception, shall indemnify and save harmless the City of Homestead, Florida and its employees from liability of any nature or kind, including cost and expenses for, or on account o£ any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by The City of Homestead, Florida. If the bidder uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the bid prices shall include all royalties or costs arising from the use of such design, device, or materials in any way involved in the work. 1.18 OSHA: The bidder warrants that the product supplied to the City of Homestead, Florida shall conform in all respects to the standards set forth in the Occupational Safety and Health Act of 1970, as amended, and the failure to comply with this condition will be considered as a breach of contract. Any fines levied because of inadequacies to comply with these requirements shall be borne solely by the bidder responsible for same. 1.19 SPECIAL CONDITIONS: Any and all Special Conditions that may vary from these General Conditions shall have precedence. 1.20 ANTI- DISCRIMINATION: The bidder certifies that he /she is in compliance with the non - discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin. 1.21 QUALITY: All materials used for the manufacture or construction of any supplies, materials or equipment covered by this bid shall be new. The items bid must be new, the latest model, of the best quality, and highest grade workmanship. 1.22 LIABILITY, INSURANCE, LICENSES AND PERMITS: Where bidders are required to enter or go onto City of Homestead property to deliver materials or perform work or services as a result of a bid award, the successful bidder will assume the full duty; obligation and expense of obtaining all necessary licenses, permits and insurance and assure all work complies with all applicable Miami-Dade County and City of Homestead building requirements and the South Florida Building Code. The bidder shall be liable for any damages or loss to the city occasioned by negligence of the bidder (or agent) or any person the bidder has designed in the completion of the contract as a result of his or her bid. 1.23 BID BONDS, PERFORILIANCE BONDS, CERTIFICATES OF INSURANCE: Bid Bonds, when required, shall be submitted with the bid in the amount specified in Special Conditions. After acceptance of the bid, the City will notify the successful bidder to submit a Performance Bond and Certificate of insurance in the amount specified in Special Conditions. 1.24 DEFAULT: In the event of default on a contract, the successful bidder shall pay all attorneys' fees and court costs incurred in collecting any liquidated damages. 1.25 CANCELLATION: In the event any of the provisions of this bid are violated by the contractor, the purchasing Manager shall give written notice to the contractor stating the deficiencies and unless deficiencies are corrected within ten (10) days, recommendation will be made to the City Council for immediate cancellation. The City Council of Homestead, Florida reserves the right to terminate any contract resulting from this invitation at any time and for any reason.. upon giving thirty (30) days prior written notice to the other party. 1.26 BILLING INSTRUCTIONS: Invoices, unless otherwise indicated, must show purchase order numbers and shall be submitted in DUPLICATE to the City of Homestead, 790 N. Homestead Boulevard, Homestead, FL 33030-6299. 1.27 NOTE TO VENDORS DELIVERING TO WAREHOUSE: Receiving hours are Monday through Friday, excluding holidays, from 7:30 A.M. to 11:30 A.M. The warehouse is located at 450 S.E. 6 Avenue, Homestead, FL 1.28 SUBSTITUTIONS: The City of Homestead, Florida WILL NOT accept substitute shipments of any kind. Bidder(s) is expected to furnish the brand quoted in their bid once awarded. Any substitute shipments will be returned at the bidder's expense. 1.29 FACILITIES: The City Council reserves the right to conduct site visits to Contractor's business location(s) at any time with prior notice and/or may request that Contractor participate in live presentations. The selection of a contractor may be based wholly or in part upon the results of site visits or live presentations. 1.30 BID TABULATIONS: Bidders desiring a copy of the bid tabulation may request same by enclosing a self-addressed stamped enveloped with the bid. 1.31 PROTESTS, APPEALS AND DISPUTES: A contract may not be awarded to the Bidder, unless prior to award, the proposed award is posted in the Purchasing Department, 450 S.E. 6 Avenue, Homestead, Florida, ten (10) working days prior to the award by the City Council. Protest must be submitted in writing to the Purchasing Director no later than five (5) working days prior to award by the City Council. Should the matter not be resolved to the satisfaction of the Bidder, the appeal shall be heard by the City Council. The Purchasing Director shall act as the City's representative, in the issuance and administration of all contracts, and shall issue and receive all documents, notices, and all correspondence. Any documentation not issued by or received by the Purchasing Director shall be null and void. All costs accruing from a bid or award challenged as to quality, etc. (test, etc.) shall be assumed by the challenger. The decision of the City Council shall be final and conclusive. Their decision shall be binding on all parties concerned, appealable in a court of competent jurisdiction in Miami-Dade County, and in accordance with laws of the State of Florida. 1.32 DISCLAIMER: The City Council of the City of Homestead may, in its sole and absolute discretion, accept or reject, in whole or in part., for any reason whatsoever any or all Bids; re-advertise this Bid; postpone or cancel at any time this Bid process; or, waive any formalities of or irregularities in the bidding process. Bids that are not submitted on time and/or do not conform to the City of Homestead's requirements will not be considered. After all bids are analyzed, organization submitting bids that appear, solely in the opinion of the City of Homestead, to be the most competitive, shall be submitted to the City of Homestead's City Council, and the final selection will be made shortly thereafter with a timetable set solely by the City of Homestead. The selection by the City of Homestead shall be based on the bid, which is, in the sole opinion of the City Council of the City of Homestead, in the best interest of the City of Homestead. The City of Homestead Bid 4991030 —9,123/99 6 issuance of this bid constitutes only an invitation to make presentations to the City of Homestead. The city of Homestead reserves the right to determine, at its sole discretion, whether any aspect of the bid satisfies the criteria established in this Bid. In all cases the City of Homestead shall have no liability to any contractor for any costs or expense, incurred in connection with this bid or otherwise. 1.33 EVIDENCE: The submission of a Bid shall be prima facie evidence that the Contractor is familiar with and agrees to comply with the contents of this Bid Project. 1.34 CLARIFICATION AND ADDENDA TO BID SPECIFICATIONS: If any person contemplating submitting a Bid under this Solicitation is in doubt as to t the true meaning of the ,specifications or other Bid documents or any part thereof, the Bidder must submit to the City of Homestead Purchasing Director at least fifteen (15) calendars days prior to scheduled bid opening, a request for clarifications. All such requests for clarification must be made in writing and the person submitting the request will be responsible for its timely delivery. Any interpretations of the Bid, if made, will be made only by Addendum duly issued by the City of Homestead Purchasing Director. The City shall issue an Informational Addendum if clarification or minimal changes are required. The city shall issue a formal Addendum if substantial changes, which impact the technical submission of Bids, are required. A copy of such Addendum will be mailed to each Bidder receiving the Solicitation. In the event of conflict with the original Contract Documents, Addendum shall govern all other contract documents to the extent specified. Subsequent Addendum shall govern over prior addendum only to the extent specified. The Bidder shall be required to acknowledge receipt of the Formal Addendum by signing the Addendum and including it with the Bid Proposal. Failure of a bidder to include a signed formal Addendum in its Bid Proposal shall deem its Bid non - responsive provided, however, that the City may waive this requirement in its best interest. The City will not be responsible for any other explanation or interpretation made verbally or in writing by any other city representative. 1.35 DEMONSTRATION OF CONIPETENCY: 1) Pre -award inspection of the Bidder's facility may be made prior to the award of contract. Bids will only be considered from firms, which are regularly engaged in the business of providing the goods and /or services as described in this Bid. Bidders must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial support, equipment and organization to insure that they can satisfactorily execute the services if awarded a contract under the terms and conditions herein stated. The terms "equipment and organization" as used herein shall be construed to mean a fully equipped and well- established company in line with the best business practices in the industry and as determined by the City of Homestead. 2) The City may consider any evidence available regarding the financial, technical and other qualifications and - abilities of a. Bidder, including past performance (experience) with the City in making the award in the best interest of the City. 3) The City may require Bidders to show proof that they have been designated as authorized representatives of a manufacturer or supplier, which is the actual source of supply. In these instances, the City may also require material information from the source of supply regarding the quality, packaging, and characteristics of the products to be supplied to the City through the designated representative. Any conflicts between this material information provided by the source of supply and the information contained in the Bidder's Proposal may render the Bid non - responsive. City of Homestead — Did 4991030 — 9/23/99 7 14iG.7 V3 try t, �J ut a7 t/r �. �..eal a.i� v.+�. a,,�.. v.a. aavdaii.r +.3 a.vea +..a rr�vvix..vv + •�,d3 •' •• ,•� "-"'. 4) The City may, during the period that the Contract between the City and the successful Bidder is in force, review the successful Bidder's record of performance to insure that the Bidder is continuing to provide sufficient financial support, equipment and organization as prescribed in this Solicitation. Irrespective of the Bidder's performance on contracts awarded to it by the City, the City may place said contracts on probationary status and implement termination procedures if the City determines that the successful Bidder no longer possesses the financial support, equipment and organization which would have been necessary during the Bid evaluation period in order to comply with this demonstration of competency section. 1.36 AN ARD OF CONTRACT: A) The contract will be awarded to the lowest responsive, responsible Bidder(s) whose Bid(s), conforming to the Solicitation, is most advantageous to the City of Homestead. The lowest responsive, responsible Bidder(s) will be determined in conjunction with the method of ward, which is described in the Special Conditions. Tie Bids will be decided as described in Special Conditions. B) The City shall award a contract to a Bidder through action taken by the City of Homestead City Council at a duly authorized meeting. This action shall be administratively supported by a written award of acceptance (Purchase Order), mailed or otherwise furnished to the successful Bidder; which shall constitute a binding contract without further action by either party. C) The General Terms and Conditions, the Special Conditions, the Technical Specifications, the Bidder's Proposal and the Purchase Order are collectively an integral part of the contract between the City of Homestead and the successful Bidder. D) While the City of Homestead City Council may determine to award a contract to a Bidder(s) under this Solicitation, said award may be conditional on the subsequent submission of other documents as specified in the Special Conditions. The Bidder shall be in default of the contractual obligations if any of these documents are not submitted in a timely manner and in the form required by the City. If the Bidder is in default, the City, through the Purchasing Director, will void its acceptance of the Bidder's offer and may determine to accept the offer from the second lowest responsive, responsible Bidder or re- solicit Bids. The City may, at its sole option, seek monetary restitution from the Bidder as a result of damages or excess costs sustained and /or may prohibit the Bidder from submitting future Bids for a period of one year. E) The Term of the Contract shall be stipulated in the Purchase Order, which is issued to the successful Bidder(s). Where there is a conflict between the contractual period stipulated in the Solicitation and the contractual period stipulated on the Purchase Order, the Purchase Order shall prevail. If the contract involves a single shipment of goods to the City, the contract term shall be concluded upon completion of expressed and implied warranty periods. F) The City reserves the right to exercise the option to renew a term contract of any successful Bidder(s) to a subsequent optional period provided that such option is stipulated in the Special Conditions. If the City exercises the right in writing, the bidder shall update and submit any legal documents required during the initial Solicitation by no later than sixty (60) calendar days prior to the commencement of the option period. These documents, which are specified in the Special Conditions and include, but are not limited to, insurance certificates and performance bonds, must be in force for the full period of the option. If the updated documents are not submitted by the Bidder in complete form within the time specified, the City may rescind its option, declare the Bidder to be in default of its contractual obligations and award to the next low bidder or seek a new Bid Solicitation. The City may, at its sole option, seek monetary restitution from the Bidder as a result of damages or excess cost sustained and/or may prohibit the Bidder from submitting the future Bids for a period of one year. Citv of Homestead — Bid 9991030 — 9I23/99 8 iuUZ)UCLY 40 Ul 4—Lly VJL LIV111VOL-aau UU G) The City reserves the right to automatically extend this contract for a maximum period not to exceed ninety (90) calendar days in order to provide City departments with continual service and supplies while a new contract is being solicited, evaluated and/or awarded. If this right is exercised, the City shall notify the Bidder, in writing, of its intent to extend the contract for a definitive period of time prior to the effective date of the extension. By affixing its authorized signature to this Bid Form, the Bidder hereby acknowledges and agrees to this right. 1.37 ASSIGNMENT: The contractor shall not assign, transfer, convey, sublet or otherwise dispose of this contract including any or all of its right, title or interest therein, or his or its power to execute such contract to any person, company or corporation without prior written consent of the City of Homestead. 1.38 LAWS, PERMITS AND REGULATIONS: The bidder shall obtain and pay for all licenses, pertnits and inspection fees required for this project-. and shall comply with all laws, ordinances, regulations and building code requirements applicable to the work contemplated herein. 1.39 OPTIONAL CONTRACT USAGE: As provided in Section 287.042 (17), Florida Statutes, other State agencies may purchase from the resulting I . contract, provided the Department of Management Services, Division of Purchasing, has certified its use to be cost effective and in the best interest of the state. Contractors have the option of selling these commodities or services certified by the Division to the other State agencies at the agencies option. 1.40 SPOT MARKET PURCHASES: It is the intent of the City to purchase the items specifically listed in this bid from the awarded vendor. However, items that are to be" Spot Market Purchased" may be purchased by other methods, i.e. Federal, State or local contracts. 1.41 SUNSHINE LAW: As a political subdivision, the City of Homestead is subject to the Florida Sunshine Act and Public Records Law. By submitting a Bid, Contractor acknowledges that the materials submitted with the Bid and the results of the City of Homestead's evaluation are open to public inspection upon proper request. Contractor should take special note of this as it relates to proprietary information that might be included in its Bid. ('1tv of T4nmPqtPqri — Rid iiQQ1 f);C) luriouay Lo VX 1"VV -L-071 t'.Luy V.L llvuly 4vau /UU -ZP.L LUU rib jri lA 4!A L s BASEBALL FIELD PRODUCTS BID 4991030 — SEPTEMBER 23,1999 2.0 SPECIAL CONDITIONS: 2.1 PURPOSE: The purpose of this Invitation to Bid is to identify and award a source of supply through a single solicitation, for various baseball field products for various city departments for the City of Homestead, Florida. 2.2 TERM OF CONTRACT: It is requested that bidders quote fixed prices that will be guaranteed to the City of Homestead from October 1, 1999 through September 30, 2001.` Orders will be placed to vendors on an as- needed basis to meet City usage requirements. Providing the successful bidder will agree to maintain the same terms and conditions of the current contract, this contract could be extended for an additional two (2) years, on a year to year basis, if mutually agreed upon by both parties. Vendors should specify on the attached Bid Form, the minimum order quantity and delivery conditions, if any; on each item. 2.3 METHOD OF Avg ARD: Award of this contract will be made to the lowest responsive, responsible bidder whose bid will be most advantageous to the City of Homestead. Each item specified in this bid could be awarded on an individual basis, so each price quoted on the Bid Form must be capable of standing alone and not be dependent on award of entire contract. Bidders should not submit all -or- nothing bids. 2.4 PAYMENT: Full payment will be made upon receipt and acceptance of products ordered. No down or partial down payments will be made. All bid prices must be F.O.B. destination, freight prepaid Homestead, Florida, with delivery to the location specified at the time of order. 2.5 DELIVERY TIME: Vendors shall specify on the attached Bid Form the estimated delivery time (in calendar days) for each item. The delivery time should be your best estimate, as orders will be placed based on that information. 2.6 ADDITIONSMELETIONS OF FACILITIES: N/A 2.7 PRICES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT: If the bidder is awarded a contract under this bid solicitation, the prices quoted by the bidder on the Bid Forrn shall remain fixed and firm during the term of this contract; provided however, that the bidder may offer incentive discounts from this fixed price to the City at any time during the contractual term. 2.8 PRE -BID CONFERENCE /SITE INSPECTION: N/A 2.9 INSURANCE: Bidders must submit with their bid, proof of insurance meeting or exceeding the following requirements: (".itv of NnmPStPSrrl — Rid ##991 010 — 9/71/99 1 f) -Iuubady G,3 V1 11UV lyzJU, t,.L I Y VI nVI11Ci LUaU ea6u L6 V.L 6-2 2.9.1 Workmen's Compensation Insurance— as required by law. 2.9.2 Employer's Liability Insurance — $1,000,000. 2.9.3 Comprehensive General Liability Insurance — This coverage must be written on the comprehensive form of policy. The basic policy form is not acceptable. The policy must contain minimum limits of liability as follows or $1,000;000 Single Limit: Bodily Injury: $1,000,000; Property Damage: $500,000 each occurrence. 2.9.4 Comprehensive Automobile Liability Insurance — This coverage must be written on the comprehensive form of policy. The basic form is not acceptable. The policy must contain minimum limits of liability as follows or $1,000,000 Single Limit. $1,000,000 each person; $1;000,000 each occurrence bodily injury; $500,000 each occurrence property damage; The policy must provide coverage for any automobiles. The successful bidder must submit, prior to commencement of any work, a Certificate of Insurance showing the City of Homestead as additional insured. 2.10 INDEMNIFICATION: The bidder shall agree to indemnify and save harmless the City; its officers, agents, and employees, from and against any and all liability, claims, demands, or damages, caused by a negligent act or omission, misfeasance, or malfeasance of the bidder, its agents, servants, or employees, including fines, fees, expenses, penalties, or suit proceedings, actions and costs of action, and attorney's fees for trial and on appeal, and any kind and nature arising or growing out of the actions of the bidder connected with the performance of the agreement, whether by act or omission of the bidder, its agents, servants, employees or others; unless said claim for liability is caused by the negligence, misfeasance or malfeasance of the City or its agents or employees. 2.11 CONTACT PERSON: For any additional infoimation regarding the specifications and requirements of this bid, contact: Brian O'Connor at: (305) 247 - 1801, ext. 148. 2.12 SAMPLES: The bidder shall provide upon request a complete and accurate sample of the unit which they propose to furnish. 2.13 BID CL ARIFICATION: Any questions or clarifications concerning this Invitation to Bid shall be submitted in writing by mail or facsimile to the Purchasing Department, 790 North Homestead Boulevard, Homestead, Florida 33030; fax: (305) 246 -3244. The bid title and number shall be referenced on all correspondence. All questions must be received no later than fifteen (15) calendar days prior to the scheduled bid opening date. All responses to questions will be sent to all prospective bidders in the form of an addendum. NO QUESTIONS WILL BE RECEIVED VERBALLY OR AFTER SAID DEADLINE. 2.14 TIE BIDS: Please be advised that in accordance with Florida Statutes Section 287.087, regarding identical tie bids, preference will be given to vendors certifying that they have implemented a drug free work place program. A certification form will be required at that time. ("itv of T-Tniract, -wi — Rirl iiQO1 O'ACI i uv�uwJ v+.� ti+i acv • .a.vvv y vi uJ r.r av a.ay..+ uvwu + vvvsuvv a w,pv ...v r.. a 2.15 PUBLIC ENTITY CRIMES (PEC): A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crimes may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases or real property to public entity, may not be awarded or perform work as a contractor, supplier, sub - contractor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of the threshold amount provided in Sec. 287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 2.16 BID/PERFORNIANCE BOND: N/A 2.17 SPOT MARKETING PRICING: N/A 2.18 PROPERTY: Property owned by the City of Homestead is the responsibility of the City of Homestead. Such property furnished to a Contractor for repair, modification, study, etc., shall remain the property of the City of Homestead. Damages to such property occurring while in the possession of the Contractor shall be the responsibility of the Contractor. Damages occurring to such property while in route to the City of Homestead shall be the responsibility of the Contractor. In the event that such property is destroyed or declared a total loss, the Contractor shall be responsible for replacement value of the property at the current market value, less depreciation of the property if any. 2.19 LIQUIDATED DAMAGES: Vendor shall specify in the space provided the guaranteed delivery time. If the successful bidder fails to deliver within the specified delivery time, it is understood that $25.00 per calendar day per item will be deducted, as liquidated damages, for each day beyond the specified delivery time. 2.20 DISCOUNTS (From published price lists): N/A 2.21 ESTIMATED QtiANTITIES: Quantities stated are for bidders' guidance only and no guarantee is given or implied as to quantities that will be used during the contract period. Estimated quantities are based upon previous needs and estimated usage for a twelve month period. Said estimated quantities may be used by the City for the purpose of evaluating the low bidder meeting specifications. 2.22 HOURLY R_XTE: N/A 2.23 GUARANTEE. The successful bidder will be required to guarantee all items supplied. 2.24 PRODUCT /CATALOG INFORMATION: N/A 2.25 REFERENCES: N/A 2.26 COMPLETE PROJECT REQUIRED: N/A 2.27 FACILITY LOCATION: N/A 2.28 BID SUBMITTAL: N/A 2.29 BIDDER QUALIFICATIONS: N/A Citv of Homestead — Bid 9991030 — 9/23/99 12 2.30 LATE BIDS: The City of Homestead cannot be responsible for bids received after opening time and encourages early submittal. 2.31 EXCEPTIONS TO SPECIFICATIONS: Exceptions to the specifications shall be listed on the Bid Form and shall reference the section. Any exceptions to the General or Special Conditions shall be cause for the bid to be considered non - responsive. 2.32 COMPLETE INFORMATION REQUIRED ON BID FORM: All bids must be submitted on the attached Bid form and all blanks filled in. To be considered a valid bid, the ORIGINAL AND THREE COPIES of the Invitation to Bid and Bid Form pages must be returned, property completed, in a sealed envelope as outlined in the first paragraph of General Conditions. 2.33 MAINTENANCE AGREEMENT: NIA 2.31 EQUAL PRODUCT: Manufacturer's name, brand name and model number are used in these specifications for the purpose of establishing minimum requirement of level of quality, standards of performance and design required and is no way intended to prohibit the bidding of other manufacturer's items of equal material, unless otherwise indicated. Equal (substitution) may bid, provided product so bid is found to be equal in quality, standards of perfonnance, design, etc. to item specified, unless otherwise indicated. Where equal is proposed, bid must be accompanied by complete factory information sheets (specifications, brochures, etc.) and test results of unit bid as equal. 2.35 TERMINATION FOR DEFAULT: If Contractor defaults in its performance under this Contract and does not cure the default within 30 days after written notice of default, the City Manager may terminate this Contract, in whole or in part, upon written notice without penalty to the City of Homestead. In such event the Contractor shall be liable for damages including the excess cost of procuring similar supplies or services: provided that if, (1) it is determined for any reason that the Contractor was not in default or (2) the Contractor's failure to perform is without his or his subcontractor's control, fault or negligence, the termination will be deemed to be a termination fbr the convenience of the City of Homestead under Section 2.36. 2.36 TERMINATION FOR CONVENIENCE: The City Manager may terminate this Contract, in whole or in part, upon 30 days prior - written notice when it is in the best interests of the City of Homestead. If this Contract is for supplies, products, equipment, or software,` and so terminated for the convenience by the City of Homestead the Contractor will be compensated in accordance with an agreed upon adjustment of cost. To the extent that this Contract is for services and so terminated, the City of Homestead shall be liable only for payment in accordance with the payment provisions of the Contract for those services rendered prior to termination. 2.37 ASSIGNMENT: Contractor agrees not to enter into subcontracts, or assign, transfer, convey, sublet, or otherwise dispose of this Contract, or any or all of its right, title or interest herein, without City of Homestead's prior written consent. 2.38 CONFIDENTIALITY: As a political subdivision, the City of Homestead is subject to the Florida Sunshine tact and Public Records Law. If this Contract contains a confidentiality provision, it shall have no application when disclosure is required by Florida law or upon court order. City of Homestead — Bid 4991030 - 9/23,99 13 ,ruescay zo of nov Lzjzj j , uiLy v, rivil1viD Lva d — }+vv lGiJti ram iw v i c.� 2.39 GOVERNING LAW AND VENUE: The validity and effect of this Contract shall be governed by the laws of the State of Florida. The parties agree that any action, mediation or arbitration arising out of this Contract shall take place in Miami -Dade County, Florida. 2.40 ATTORNEY'S FEES: In connection with any litigation, mediation and arbitration arising out of this Contract, the prevailing party shall be entitled to recover its costs and reasonable attorney's fees through and including appellate litigation and any past - judgment proceedings. 2.41 NO PARTNERSHIP OR JOINT VENTURE: Nothing contained in this Contract will be deemed or construed to create a partnership or joint venture between the City of Homestead and Contractor, or to create any other relationship between the parties. 2.42 PARTIAL IN`ALIDITY: If any provision of this Contract or the application thereof to any person or circumstance shall to any extent be held invalid, then the remainder of this Contract or the application of such provision to persons or circumstances other than those as to which it is held invalid shall not be affected thereby; and each provision of this Contract shall be valid and enforced to the fullest extent permitted by law. 2.43 PROVISIONS BINDING: Except as otherwise expressly provided in this Contract, all covenants, conditions and provisions of this Contract shall be binding upon and shall inure to the benefit of the parties hereto and their respective heirs, legal representatives, successors and assigns. 2.44 HEADINGS AND TERMS: The headings to the various paragraphs of this Contract have been inserted for convenient reference only and shall not in any manner be construed as modifying, amending or affecting in any way the expressed terms and provisions hereof. 2.45 ENTIRE AGREEMENT: The contract consists of this City of Homestead Bid and specifically this Section U, Contractor's Response and any written agreement entered into by the City of Homestead and Contractor, and represents the entire understanding and agreement between the parties with respect to the subject matter hereof and supersedes all other negotiations, understanding and representations, if any, made by and between the parties. To the extent that the agreement conflicts with, modifies, alters or changes any of the terms and conditions contained in the Bid and/or Response, then the Bid and then the Response shall control. This Contract may be modified only by a written agreement signed by the City of Homestead and Contractor. 2.46 YEAR 2000 COMPLIANCE: All contractors will guarantee products or services provided will be compliant with year 2000 requirements for the City of Homestead with guarantees for the organization as follows: (a) The organization, facilities and assets in question are designed to be used prior to, during, and after the calendar Year 2000 AD, and will operated ruing each such time period without error relating to date and time data, specifically including any error relating to, or the product of, date and time data that represents or references different centuries or more than one century, including but not limited to the transition from the year 1999 to 2000. (b) The organization, facilities and assets in question will function without error or interruption and will not abnormally terminate, required to be terminated or provide incorrect results from time and date , PU...,,a +—A Q;A 44001020 — Qr�alQ� 14 BASEBALL FIELD PRODUCTS BID 4991030 - SEPTEMBER 23,1999 3.4 MINIMUM SPECIFICATIONS: 3.1 The following items will be used by the Homestead Sports Complex and the Parks & Recreation Department through the fiscal year and are specified as follows: Item #1— Infield Mix, 20% clay, 80% sand This product is to be used on skinned areas of baseball and softball diamonds. It shall be free from large pebbles or rocks and coarse materials. It shall have high moisture retention without balling and tackiness. It shall have high water permeability and a resistance to drying and caking. Clay -type material to be delivered in bulk. Item #2 - Mound Mix, 60% clay, 40% sand This product is to be used on pitching mounds on baseball fields. It shall be free from any pebbles or rocks and coarse materials. It shall have high moister retention and high water permeability. It shall be resistant to drying and caking. Clay -type material to be delivered in bulk. Item 43 — Size A Brick Nuggets This is a fired clay product which is clean and constant. Nuggets are used for warning tracks on baseball field and deli-%,,ered in bulk. Item 44 — Trap Sand #1 This product is to be used for top dressing on the baseball fields. It shall be delivered in bulk. Item 95 Turface, Regular or Pro's Choice This product is to be used on infield surfaces. It is also used as a drying agent on puddles and wet areas of the infield. To be delivered in 50 lb. bags. Soil Master improves soil structure and controls excess water. Rapid Dry absorbs standing water and stabilizes muddy areas. Item #6 — Athletic Field Marking Chalk This product is to be used to mark or line skinned areas of baseball and softball fields. Item #7 - Athletic Field Marking Paint This product is to be used to mark grass foul lines of baseball and softball fields. It must not damage the grass or leave any deposits on grass. The paint shall be bright and clear. Item #8 — Infield Mix, 30% clay, 70% sand This product is to be used on skinned areas of baseball and softball diamonds. It shall be free from large pebbles or rocks and coarse materials. It shall have high moisture retention without balling and tackiness. It shall have high water permeability and a resistance to drying and caking. Clay -type material to be delivered in bulk. City of Homestead - Bid 9991030 — 9123199 16 '1'uesa ,y zj of iiov 1`J"`,Jt , uity of riomeste a - .°bWjI /-U0 riz, 10 01 4% data, specifically including date and time data that represents or references different centuries or more than one century, including but no limited to the transition from the year 1999 to 2000. (c) The Organization, facilities and assets in question have been designed to ensure year 2000 compatibility, which shall include data, century recognition, including leap year recognition, calculations that accommodate the same century (e.g., two digit year fields) and multi- century (e.g. four digit year fields), formulas and date values, including but not limited to the calculations relating to the transition from the year 1999 to 2000, and the date and data interface values that reflect the century. -- —BID FORM -- i page 1 of 2 Deliver bid to: CITY OF HOMESTEAD Baseball Field products Purchasing Department -, Bid 4991030 790 N. Homestead Boulevard Homestead, FL 33030 -6299 To be opened and publicly read, THURSDAY, SEPTEMBER 23, 1999 at 9 :00 a.m. in Council Chambers VENDOR NAME PHONE NUMBER VENDOR MAILING ADDRESS: FAX NUMBER CITY, STATE AND ZIP CODE TOLL FREE NUMBER BID CONTACT PERSON (PLEASE PRINT CLEARLY) son° _ F.E.I.D. NUMBER Certified or Cashier's Check is attached, when required, in the amount of: — Terms: Bidder see Paragraph 1.4 Item # / Description Estimated Usage Unit Price Item #1 - Infield Mix, 20 % clay, 80% sand 200 tons $ _ --,----,,/'ton Minimum Order Quantity: Estimated time for delivery after receipt of order: Item #2 - Mound Mix, 60% clay, 40% sand 50 tons $ — — /ton Minimum Order Quantity: � Estimated time for delivery after receipt of order: — Item #3 — Size A Brick Nuggets 100 tons $ ______,'ton Minimum Order Quantity: -- - -. - -- — Estimated time for delivery after receipt of order: Item #4 — Trap Sand 20 0 tons $ _ /ton Minimum Order Quantity: _ Estimated time for delivery after receipt of order: Item #5 — Turface Regular or Pro's Choice 800 bags Turface —— - —_- hrag Soil Master $ -— -'bag Rapid Dry - _— _. -`bag Minimum Order Quantity: - Estimated time for delivery after receipt of order: Item #6 — Athletic Field Marking Chalk 1200 bags $ ___ /Lag Minimum Order Quantity: Estimated time for delivery after receipt of order: Item #7 — Athletic Field Marking Paint 500 gal. $ Minimum Order Quantity: _ -- Estimated time for delivery after receipt of order: City of Homestead — Bid 4991030 — 9/23/99 17 Item# !Description -- --- - - - - -- - -- - -- -- Estimated Usage _ Unit !'rice Item #8 — Infield Mix, 30% clay, 70% sand 100 tons $ — --- /ton Minimum Order Quantity: _ Estimated time for delivery after receipt of order: _— THE FOLLOWING ARE REQUIREMENTS OF THIS BID, AS INDICATED BELOW: Attended pre - bid /site inspection See Sec. 2.8 Copies of Bid ........................... See Sec. 2.32 Bid Bond .............. ...................See Sec. 2.16 Insurance . :.............................. See Sec. 2.9 Bid Form completed and executed in Licenses .................................. See Sec. 1.22 accordance with General and Special Product/ Catalog Information ... See Sec. 2.24 Conditions and Minimum References .............................. See Sec. 2.26 Specifications ...................... See Seca 2.31 Samples .. ............................... See Sec. 2.12 Bidder Qualifications ................. See Sec. 2.29 Warranty Information ................ See Sec. 2.23 Exceptions — Reference Section: (If none are stated in this bid, it shall be construed by the City of Homestead that your bid fully complies with all terms, conditions and specifications.) "NOTE: Attachment of quotations will not be construed as an exception. Please enclose a copy of your business license with your submittal. i I i i Addendum Received: # # # I certify that this bid is made without prior understanding, agreement or connection with any Corporation, firm, or person submitting a bid for the same materials, supplies, or equipmen4 and is in all respects fair and without collusion or fraud./ agree to abide by all conditions of this bid and certify that i am authorized to sign this bid for the bidder. Authorized Signature (Manual) Authorized Signature and Title (Typed /Printed) Date City of Homestead - Bid 4991030 — 9/23/99 18 SWORN STATEMENT PURSUANT TO SECTION 287.133 (3) (a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement is submitted to the CITE% OF HOMESTEAD, FLORIDA by: - __-- -_ - -- (print indivichral's name and title) -- _----- _ - - - - -- for: - - - -_ (print name . of entity submitting sworn statement) -- __ - - - - -- whose business address is: and (if applicable) its Federal Employer Identification Number (FEIN) is: (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: 2. I understand that a "public entity crime" as defined in Paragraph 287.133(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentations. 3. I understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non jury trial, or entry of a plea of guilty or polo contendere. 4. I understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes, means: 1. A predecessor or successor of a person convicted of a public entity crime; or 2. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners,, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 5. I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners. Shareholders, employees, members, and agents who are active in management of an entity. City of Homestead — Bid 9991030 — 9/23/99 19 6. Based on information and belief, the statement which I have marked below is true in relations to the entity submitting this sworn statement. (Indicate which statement applies). ❑ Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, y g sharehold e rs, employees. members or agents who are active in the management of the entit y, nor an y affiliate of the entity has been charged with ad convicted of a public entity crime subsequent to July 1, 1989. i ❑ The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. I ❑ The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida , Division of Administrative Hearings and the final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list (attach a copy of the final order). I UNDERSTAND THAT THE SUBNIISSION OF THIS FORNI TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORI\1 THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM: j Signataire Sworn to and subscribed before me this day of Personally known OR - Produced identification Notary Public - State of - -- - -- - -- NIy commission expires: -- -- - - - -- - Type of identification - -- Printed typed or stamped commissioned name of notary, public Farm PUR -7068 (Rev. 3,%3199) City of Homestead — Bid 9991030 — 9123/99 20 'ruescay zi of Nov 1� j, uity of nome,5zeaa —; UtDdI400 AMERICANS WITH DISABILITIES ACT (ADA) DISABILITY NONDISCRIMINATION STATEMENT THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. This sworn statement is submitted to the CITY OF HOMESTEAD, FLORIDA by: (print individiial's name and title.) for: (print name of entity stibinitting worn statement) whose business address is: and (if applicable) its Federal Employer Identification Number (FEIN) is: (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: 1, being duly first sworn state: That the above named firm, corporation or organization is in compliance with and agreed to continue to comply with, and assure that any subcontractor., or third party contractor under this project complies with all applicable requirements of the laws listed below including, but not limited to, those provisions pertaining to employment, provision of programs and services, transportation, communications, access to facilities, renovations, and new construction. The American with Disabilities Act of 1990 (ADA), Pub. L. 101 -336, 104 Stat 327, 42 USC 1210112213 and 47 USC Sections 225 and 661 including Title L Employment; Title H, Public Services; Title III, Public Accommodations and Services Operated by Private entities; Title A7, Telecommunications; and Title V, Miscellaneous Provisions. The Florida Americans with Disabilities Accessibility Implementation Act of 199 3, Section 553.501-553.513, Florida Statutes: The Rehabilitation Act of 1973, 229 USC Section 794; The Federal Transit Act, as amended 49 USC Section 1612; The Fair Housing Act as amended 42 USC Section 3601 X63 1. Sworn to and subscribed before me this day of 19 Personally known OR Produced identification Notary Public — State of My commission expires: Type of identification Printed, typed or stamped commissioned name of notary public � � R te U4 c r v e r C s C i t 7 i 1 i i r i e a s s d 9 s z a 0 s s' a b 0 9 1 rt rti Ia c r�7� It w � � iZ rti Ia 1--�1 � r�7� It •G"1 � � iZ rr ;r 1 I I 'JI �"✓ ''� � lei I II i I i 1 I rrmm i 4 e 1 I n 1 1 ll C. G ro e; ro I �• I � O OMOM ro ;n eD eD eD e'+H, ro ro 15 ro Q W r fi �7Q b s ro f�4 w O !9 4 in ro oR w Pej G w o ro b ��� Z a r O 1 � �• tit n o ro y� cn =., ro lJ I hi c. ro 1 I I -1 I C, I ot 1�+ W 400 J) N ro iii V 1 1 1 J 4&S V C; d H D I O CD UQ U1 I j j r I ION -.2 I fJ�C d b9 i W w j C; I I I F CL w j 4 lJ V1 Tuesday of ov 1999, , C ty f Homestead -->6691266 Page 2. of '24 IN VITMI -'N To BID BID OPENING:'SEPTEMBER 23,1999 9 I 1 t i t i; i 4 ii i �3 i i` I! ;I ;3 'Iluesday 23 of Nov 1999, City of Homestead —>6691266 Page 3 of 24 i 11 E: AL1... FIELD PRODUCTS BI ,9t0 0 ..,.._... SEPT-EMBER 23. 1999 The City of Homestead ( "City's) will receive sealed bids for a "BASEBALL FIELD PRODUCTS" i FOR THE CITY OF LIC71i'IESIE, A) no later than 9:O0 A.M., TTTLTRSD_AY- SEPTEMBER 231 1999, or anv time prig thereto at the City CIeY°l� C °ity Hall. 790 North Homestead Boulevard. Hon estead, Original copy of Bid Form as well as any other pertinent documents must be returned iii order for the bid to be considered for award. All bids rare subject to the conditions specified hereon and oil the attached Special Conditions,, Specifications and Bid Form. The completed bid must be s6mitted . n a sealed envelope clearly marked with the Bid Title. Tole rt tahic a bids Dili not be accepted. Bids received after the closing time and date, for any reason wlfatsoevr, will not consicl,;i`ed.iY ref disputes r ardin tiinel €7 receipt of proposals shall be decided in the favor of the City' Homestead. T ..1 EXECUTION OF till: I Bid must contain a manual signature of an authorized representative in the space provided on the BIG' T "oiin. Failure to properly sign bid shall invalidate same aria it shall N0T be considered for award. All ill s bids must` be completed in pen and irih..l�Y° typewritten. 1sG� erasures are perliitted, If a i�a�r1'cetit�n Y.. necessary{ draw a single line through the entered figure and enter the corrected figure, above It, Corrections must be initialed by the person signing the bid. Anv illegible entries, pencil buts or corrections not iiiitialed'will not be tabulated. The original bid conditions and specifications CANNOT be changed or altered in any way: :Altered bids will not be Considered. Claifgicatioi of bid submitted shall be I n letter .fbm -i. si!iied by b'daers anti attd`ici d to the'bid. I NO BID� If not submitting a. bid,, respond by returning an original copy of Bid i'orinq marking it :vino Bid," and explain the reason. Repeated failure to bid without sufficient justification shall be cause for removal of a supplier's name Boni the bid mailing; list. h]t'T1 : bidder; to slualify as a i'esporiclent. ;insist submit f "rio I bid." anal. same must be received no later than the started bid 'opening date and hour. IA PRICES QU()TED Deduct trade discounts and quote fiifxt net prices. Give bath unit price and extended total. wlieia requested PriCes must be stated in units of quantity' specified iii the bidding specifications. 'In case of discrepancy in computing the amount of the`, bid, the 1_NTIT PFJCE iquoted will govern, All price,, must' be F.O.B. destination, freight prepaid (,unless otherwise stated in special conditions). Discounts for prompt payment: Award, if made, will be in accordance with terms and conditions stated herein. Each stern must be bid separately and no attempt is to be niade to tic any item or items in with any other item o.° items. Cash or, quantity discounts offered will not be a consideration in detennination of a ward of bid(s). I The City of Homestead is exempt from,all Federal Excise and Mate taxes. The applicable tax, exemption number is show on the Purchase Carder. City of Homestead - Bid #991030. 9/23,99 2 i " Tuesday ` Z at" Nov 1 f: 1i!r re d 1'2 Page 7 o 4 12`5, CANCELLA ION: In the event any of the provisions o.f`this bid are violated,by the contractor, the purchasing Manager shall give written notice to the contractor stating the deficiencies and unless deficiencies are corijected within ten (10) days, recommendation will be made to the City Council for imrnedi:ate cancellation. The City Council of Horriestead Florida reserves the to terminate and contract resulting from this ins itatiorr at any time and for any reason, upon giving thirty (30) darvs {prior written notice to the other° party° 1.26 BILLING INSTR1 C"T1ONS: Invoices, unless otherwise indicated, must shoe purchase order, numbers, and shall be submitted in DLTLIC ATE to the City of Homestead, 7911 i . Homestead Boulevard, Homestead. Fly 33030-6199.' 1.27 NOTE TO VENDORS DELIVERING TO WAREHOUSE: Receiving hours are Monday through Friday, excluding holidays, frorn 7:30 A.M 'to 11:0 A.M, The warehouse is located at 4501 S.E, 6 Avenue, Homestead, FL 1428 SI t STITI_'TIONS: f The City of Homestead, Florida MUL NOT accept substitute shipments of any bind. Bidder(s) is expected to furnish the brand quoted in their bid once awarded. Any substitute shipments will be returned a a the bidd -er's expense; I.2 9 I+.C'IEfT 1E'S: The City Council reserves the ri' gli t to conduct site visits ,to Contractor's business location(s) at any time with prior notice and /or may request that t ontractor partcipate'in live presentations The selection of a contractor may be based wholly of in part upon the results' of site visits or live presentations. 1.30 BID TABULATIONS: Kidders desiring a' eopy of the bid tabulation may request same by enclosin- a self-add ressecd stamped a ern,eloped with the bid ri `i 1.31 PROTESTS, APPEALS ANT) DISPUTES: A contract may not be awarded to the Biddder, unless prior to award, the prap�?sed award is posted in the ° Purchasing Department, 450 S.E..6 Avenue, Homestead. Florida ten (10 ) working days prior to the award by the City Council. Protest must.be subrnitted,'in writing to the Purchasing Director no later than five (5 ) working days prior to award by the City Council. Should the matter'not be resolved- to the satisfaction of the Bidder, the appeal shall be'heard.by the .City Council. The Purchasing Director shall act as the City 's i representative, in the issuance and administration of all contracts, `and shall issue and recer%re all documents, notices, and all correspondence. .piny documentation not issued by or received by the Purchasing Director shall be null and void.. Z11 costs accruing from a bid or award challenged as to quality, etc. (test, etc.) shall be assumed by the challenger: The decision of the City Council shall be final i� and conclusive Their decision shall be binding on all parties concealed, appealable in a court of competent jurisdiction in Miami -Dade County, and in accordance with. laws of 'the State of Florida, v j, 1.a2 DIS - LAITkIE, : The City Council of the City of Homestead may, in its sole and absolute discretion,' accept or reject, in whole or in part, for any reason whatsoever any or all Bids; re- advertise this Kid; postpone or cancel at any time this Bid process; or, waive any formalities of or irregularities `in the bidding process. Bids that ' are not submitted on time and/or do not conform to the City of Homestead's requirements will not be ccins'dered. After all bids are analyzed, organization submitting bids that appear, solely in the opinion of the City of Homestead, to be the most competitive, shall be submitted to the City of Homestead's City Council, and the final selection will be rr►ade shortly thereafter with a timetable set solely by the City of �. Homestead. The selection by the City of` Homestead shill be based on the bid, which is; in the sole opinion of the City Council of the City of Homestead, in the best interest of the City of Homestead. The A i' 'City 6f'Hornestead Bid #991030 —9/23/99 6 .� Tuesday 23 of Nov 1999, City of Homestead —>6691266 Page 8 of 24 issuance of this bid constitutes only an invitation to make presentations to the City of Homestead The city of Homestead reseives the right to ,determine, at, it, sole discretion, whether anti aspect of the laid satisfies the criteria established in this Bid. In all cases the City �f Homestead shall have no liability to any contractor for any, costs or °expens;e, incurred in connection with this bid or otherwise, l 33 EN,,'IDENCE The submission of a Bid shall be prima facie evidence that the Contractor is familiar with and agrees to comply with the contents of this Bid Project. i.3 CLARIFICATION AND DDENIDA TO BID SPECIFICATIONS: If any person contemplating submhtting a Bid under this Solicitation is i n doubt as to t the true meaning of the specifications or other Bid documents or any part thereof, the Bidder must submit to the City of Homestead Purchasing Director at least fifteen 05 } calendars days prior to scheduled bid opening, a request for clarifications. All such requests for clarification must be made in writing and the person submitting the request will be responsible for its timely delivery. Any interpretations of the Bid, if made, will be made only by: ;Addendum duly issued by the City of Homestead Purchasing Director. The City" shall issue. an Informational Addendum if clarification or minimal changes are required. The city shall issue a formal Addendum if substantial changes, which impact the technical submission of Bids, are required. A copy of such addendum will be mailed.to each Bidder receiving the Solicitation. In the event of conflict with the original Contract Documents, Addendum shall: govern all other contract documents to the extent specified. Subsequent Addendum shall govern over prior addendum only to the extent specified. The Bidder shall be required to acknowledge receipt of the FozYrIat Addendum by signing the Addendum and including it with the Bid Proposal. Failure of a bidder to include a signed formal Addendum in its Bid Proposal shall deem its Bid non - responsive provided, however, that the City may waive this requirement in its best interest. The City will not be responsible for any other explanation or interpretation made verbally or in writing by any other city representative. 1.35 I1EIi ONSTRA"f'IoIti OF COMPETENCY: 1) Pre -award inspection of the Bidder's facility may be made prior to the award of contract, Bids will only be considered from firms. which are regularly engaged in the business of° providing the goods and /or services as described in this Bid. Bidders must be ;able to demonstrate' a good record of performance for a reasonable period of time, and haze sufficient financial support, equipment and organization to insure that they can satisfactorily execute the services if awarded a contract under the terms and conditions herein stated, The terms "equipment and organization " as used herein shall be construed to mean a fully equipped and well- established company in line with the best business practices in the industry and as determined by the City of Homestead, 2) The City may consider any evidence available regarding the .financial, technical and ether qualifications and abilities of a Bidder, including past performance (experience) with the City in ` making the award in the best interest of the City. 3 )' The 'City may require Bidders to show proof that they have been designated as authorized representatives of a manufacturer or supplier, which is the actual source of supply. In these instances, the City may also require material information from the source of supply regarding the quality, packaging, and characteristics of the products to be supplied to the City through the designated representative. Any conflicts between this material information provided by the source of supple and the information contained in the Bidder's Proposal may render the Bid non - responsive. City of Homestead Bid 4991030 -4/23/99 7 Iruesday 23 of Nov 1` 99, City, of Homestead —>6691268 Page 9 of,24 4) The City may, n the period that the Contract between the City and the successful Bidder is in force, review, the successful. Bidder's record of performance'to insure that the Bidder is continuim to provide sufficient financial support, equipment and organisation as pl•escribedl in this Solicitation. Irrespective of the Bidder's performance on contracts awarded to it by the City; the City mays place said contracts on probationary status and implement terrniiiation procedures if the City determines that the succes,4 4 Bidder no longer possesses the financial support, equipinent and organization which would have been necessary during the Bic evaluation period) inorder to comp) }, with this demonstration Of competency see ion". 1.36 Any' l OF CONTRACT, A) The contract will be awarded to the lowest responsive, responsible Bidder s) whose Bid(s), conforming to the Solicitation, is most advantageous to the City of Homestead. The lowest responsive, responsible Brdder(s) will be determined in conjunction with the method of ward, which is described inthe' Special Conditions. Tie Bids will be decided as described in Special Conditions. B) The City Shall_ award a contract to a Bidder through action taken by the City' of homestead City Council at a duly' authorized meeting. This action shall be administratively supported by a written award of aeceptance (Purchase C?rdei° ) , mailed of otherwise famished to file successful Bidder-, which shall constitute a binding contract without further action by either party. C) The General Teiins and Conditions, the Special Conditions, the Technical Specifications, the Bidder's Proposal and the Purchase Order are collectively an integral pail of the contract between the City of Homestead anti the successful Bidder, D) While the City of Homestead City Council may determine to award a contract to a Bidder(s) under this Solicitation, said award) may be conditional 'on the subsequent subinission of other documents as specified in the Special Conditions: The Bidder shall be in default of the eontraetual.obligations ! if any of these documents are not submitted in a timely manner and in the form required by the City. If the Bidder is in default, the City, through the Purchasing Director, will Ford its acceptance Of the Bidder's Offer and may determine to accept the offer from the 'second` lowest' responsive, responsible Bidder or re-solicit Bids. The City may; at its solo option, seek, monetary restitution from the Bidder as a: result Of damages or excess costs sustained and /or may prohibit the Bidder from submitting future Bids for a p ;r16d of one year. B) The Term of the Contract shall be stipulated in the Purchase Order, which is issued to the successful Bidder(s). Where there is a conflict between the contractual period stipulated) in the Solicitation and the contractual period stipulated on the Purchase {girder, the :Purchase Order 'shall prevail. if the contract involves a single shipment of goods to the City, the contract term shall be concluded upon completion of expressed and implied warranty periods. E) The, reserves the right to exercise the option to renew a term contract 'ofany'successful Bidder(s) to a subsequent optional period; provided that such option is stipulated In the Special Conditions, If the <City, exercises the light in w�ritin , the bidder 'shall update and submit any legal documents required during the initial Solicitation by no later than sixty (60) calendar days prior to the eonitnencement of the option period). These documents, which are specified in the Special Conditions and include, but are not limited to, insurance certificates and performance' bonds', i;lust be in force for the full period of the option. If the updated documents are not submitted by the' Bidder in complete forin within the time specified, the City may rescinds its option, declare the Bidder to be in default of'' its contractual obligations and ak7,,ardl to the nest low bidder or see% a new Bid Solicitation. The City may; at its sole option, seek monetary restitution horn the Bidder as a result of damages or excess cos$ sustained and/or may prohibit the Bidder from` submitting the future Bids for a period of one year. City of Iloinestead — Bid 4991030 — 9/23%99 Tuesday 23 of Nov 19999 City of Homestead –>6891266 Page 12 of 24 2.9.1 W °orkmen's Compensation insurance - as required by law. 2.9:2 Employer's Liability Insurance — $1,000,000. 2.9.3 Comprehensive General Liability Insurance — This coverage must be written on the comprehensive form of policy. The basic policy form is not acceptable. The policy must contain minimum limits of liability as follows or `ii1,000,000 `single Limit. Bodily injury:, $1,000,00',0-, Property Damage: $500,000 each occurrence. 2.9:4 Comprehensive Automobile Liability Insurance — This coverage must be written on the comprehensive form of,pollcyc The basic form is not acceptable. The policy must contain minimuirl limits of hability' as - j follows or $1,000,000 Single Limit. 'S 1.000,000 each person- $1,000.000 each 'occurrence bodily 11JUT ' $500,000 each occurrence`property damage; The policy must provide coverage for any automobiles. The successful bidder must submit, prior to commencement of any works., a Certificate of insurance showing the City of Homestead as additions% insured. a 2.10 I ENL INIFIC . -AL ION: The bidder shall agree to indemnify and sage harmless the City, its officers, agents, and employees, lioitl and against any and alt. liability, claims, demands, or damages, !caused by a negligent act or omission, misfeasance; or malfeasance of the bidder, its agents, servants, or employees, including fines. fees, expenses, penalties, or suit proceedings, actions and costs of action, and attorney's fees for trial and on appeal, and any kind and nature arising or growing out of the actions of the bidder connected with the performance of the agreement; whether by pct or omission of the bidder its agents, servants; employees or others, unless said claim for liability is caused by the negligence, misfeasance or malfeasance of tite City or its agents or employees. 2.11 CI: NTAC T BERSDly For any additional information regarding the specifications and requrreitlents of this bid,. contact: Brian ` O'C` -onnor ,at: (305) 2147 -1801, ext. 148. 2. 12. S. 'A l : �'s ° The bidder shall. provide upon request a complete and accurate sample of the unit whicli they propose to 2.13 BID CL RIFIC AI ION: Any questions or clarifications concerning this Ittvltatlon to Bid Shall be submitted in writing by Mail or facsimile to the +Purchasing Department, 790 North Homestead Boulevard, Homestead, Florida 33030- fax: (3305).246-3 )244. The bid title and number shall be referenced on all correspondence. All questions must be received no later than fifteen (15) `calendar days, pi °tor o the scheduled bid opening date, All responses to questions will be sent to all prospective bidders:, in the form of an addendum. N0 g QUESTIONS NULL BE RECEIVED VERBALLY OR yl "TER SAID DEADLINE, 7 's 2,14 ' TIE BIDS: Phase be-advised that in accordance with Florida Statutes Section 28 7.087, regardinff identical.tie bids, preference will be given to vendors certifying that they have implemented'' a drug free work dace program.< certification form will be required at that time. City of Homestead = Bid #991036 9123199 s 1 a.'ilVl YYW LV YY YAV bYLf J LLWLL FIYLLVNiL rill I.d Yd Lf.lYA V1LLUli V4l1 LLLiPl AYx�L 1LJ11 YJ ;RY Lli� AL 4Vld YlbG.l Vdl AVl d 1dl. L/ldty Seldh.li F' crimes may not submit a' bid on e contract to provide any goods or serviCes to a public entity, may not submit a ith a public entity forthe construction or repair on a co "ntraet w ota public building, OT p ubhc work, may not . Subinit bids on leases or real property to public entity, may not be awarded Or perform Work as a contractor, Supplier, Sub - Contractor, OT Consultant Ildei a Contract with.a public entity and I11a not transact business with any public entity in e s ess of the threshold amount provided in Sec. 257: 17 for CATEGOf 4" T 't 3 for a period of 36 months fioltl the date Ofbeing placed On'the conk7!icted � endi�T list, 2,16 BID1PERFORMANCl~, BOND: NA 2.17 S POT MARK EYING P ICING N/A . O Pro 7erty owned b the City of homestead is the responsibility of` the C` l y y City of Homestead. Such property furnished.to a Contractor for repair, modification, study,`de., shall remain the property, of the City of Homestead. Damages to such property occurr'mg while Iii the possession of the C0 n$raCt01' 'shall be -the responsibility of the Contractor. Damages occurring to such property ' ��h' e ' it in route to the Cit of l _ � � y Homestead shall be the responsibility Of the Contractor. In the event that sucn p rO perty is destroyed Or _ declared a total loss. the Contractor: shall be responsible for replacement value Of the property ?t the � current market Value, less depreciation of the property if ally. i ilk 2 -19 LIQUIDATED D riAGES: pl Vendor shall specif�, in the space pI'ovided the guaranteed delivery time. If the successful binder fails to deliver within the specified delivery time, it is understood that $25.00 per calendar day per itein will be deducted, as liquidated damages, for each day beyond the specified] dehvellr time, 2.20 DISCOUNTS (From published price, lists): N� A ! ;I 2.2I STYMATED QUANTITIES: Quantities stated are for bidders' guidance only and no guarantee; is gives or implied as to quantities that will be used during the contract periocl. Estimated quantities are based upon previous needs and estimated l l usage for a twelve month period. Said estimated quantities may used by the City for the purpose of u evaluating the low bidder meeting specifications. 2.22 HOtRLY 1-4 I'E: N,' - I G !AR% V EE, I' The successful bidder will "be required to guarantee all items supplied. 2.24 PISODUCT(CATALOGINEORMATION: N /A Ilia '15 REFERENCES: N' 2.26 COMPLETE PROJECT RE Q UIRM N A 2.27 FACILITY LOC xTION, N/ 2.28 DID SUBMITTAL N/ 2.29 BIDDER QUALIFICATIONS: N/A Ck `.of Homestead - T3id #99 1 0317 — 9,'`23199 12 I I Tuesday 23 of Nov 1999, City of Homestead –>6691266 Page 14 of 24' "x,:30 LATE BB S. The City of Homestead cannot be responsible for bids received after opening tulle and encourages +r °l' su°t titt..l, 2.31 EXCEPTIONS T'O SPECIFICATIONS: L YCeptlons to the Spedfrca$iorrs Shall be listed art the laid Form and shall reference the section. Any exceptions to the General or Special Conditions Shall be cause fortbe bid to be conside=red non - responsive. 2.32 CONIPLETE INF'ORN1 ATION REQUIRED ON BID FORM: All bids must be submitted on the attached Bid form and all blanks filled in. To be considered a valid bid, the ORIGINAL AND "f'IiRFE COSIES of the Invitation to Bid and Bid Form pages must be returned, property completed, in `a sealed envelope as outlined in the first paragraph of general Conditions. 2.33 MAINTENANCE AGREEMENT: N/A 231 EQUAL CAI, YROMC'T: Manufacturer's name, brand name and model number are used in these specifications for the purpose of establishing minimum requirement of'level of qualit , standards of'peiformance and design required and is no way intended to prohibit the bidding of other manufacturer's items of equal inaterial; unless otherwise indicated. Equal (substitution) may be bid, lxrovided product so bid is found to be equal ' quality standards of performance, design., etc. to item specified, unless otherwise indicated. Where equal is proposed, bid must be accompanied by complete factory information sheets (specifications, b� ochures, e c. ) ancl test results of°unit bid as equal. 2.35 TERMINATION FOR IIEF- m'u:> If Contractor defaults in its performance under this'Contract and does Wert cure the default within iii days after written notice of default, the City NB n, ger may teifTrinate this Contract, in whole or in part, ,upon written notice without penalty, to the City of Homestead. m such .event the Contractor• shall be liable for damages including the excess cost of procuring similar supplies or services: provided that if, (l) it is determined f'or any reason that the Contractor vas not in default or (2) the Contractor's failure to perform ` is without his or h° ' S subcontractor's c,ontractoi_s contro 1, fault or negligence, i , ence t he to r riratr o n will be deemed to be a termination for the convenience of the City of Homestead under Secti011 2.36. 2.36 IERIN INATION FOR CONVENIENCE: The C'ity'Nianager may terminate this Contract, in whole or in part, upon 30 days prior written notice when it is in the best interests of the Cite of Homestead. If this Contract is for supplies, products, equipment, or software, and so terminated for the convenience by the City of Homestead the Contractor will be compensated in accordance with an agreed upon adjustment of cost. To tine extent that this Contract is for services and so terminated, the City of Homestead shall be liable only for payment in accordance with the payment provisions of the Contract for those services rendered prior' to teTrninatron. Contractor agrees not to enter into subcontracts, or assign, transfer, convey, sublet, or otherwise dispose of this Contract, or any or all of its right title or interest herein, without City' of Hornestead'S prior �written `consent. 2.38 CONFIDEN T 1 .LITN`: As a political subdivision, the City of Homestead is sub1ect to the FloriCla Sunshine Act and Public Records Law, If this Contract contains a confrdentlality provision, it shall have no application when disclosure is required by Florida law or upon court order, City of Homestead ' Bid 4991030 — 9123/99 13 K, Tuesday 2 3 of Nov 1,999, City of Homestead -->6691266 age 24 of 24 i �v pkS m.d u 'c P'S i i !j 31 rig I c r is" r k4 r r to I _ [ui r .y w S s' I ., q y�. , , , e w a x r� rra i 1 i i 'I 4 t , 7h i r?�7 71 V N� _ I r. stn I I II s 1 r r I LSx t III III III 1i I , ;I I - CA^ T ue 8' h 1 P 4+ a4.,Homestead X6,69 L y d E . Pb _.. '7j .� }222 ± 02 ?2 :2422 *f ± » #1d . \� The purpose of this memorandum »t+ seek the appro aloft the attached resolution for the * »<2,=se of J water fountain for d w � « .lWilliamson © «»2 Park at cost of $1, 2 y+. #X222± #22# Presently there are no fountains at all Williamson Part This s part of the renovation or this park hro «< the OCED Grant. Bids were sought and obtained from Summit Supply, Inc ($ 1,092 plu freight), 2nd Upbeat, ($2,106 plus w freight). Kay Park, \ » « was » the low bidder at $996 * «m freight charges of $181.64. The total exp nditur of $1,177.64 will be disbursed from Account Numb r 001-0000-131-1440, "Marshall «»< Williamson Park Improvements/Safety Gran Resolution No. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO RELEASE FUNDS FROM THE OCD GRANT "MARSHALL WILLIAMSON PARK IMPROVEMENTS /SAFETY ", ACCOUNT NUMBER 001 - 0000 -131 -1440, FOR THE AMOUNT OF $1,177.64 TO KAY PARK INC., TO PLACE A WATER FOUNTAIN AT MARSHALL WILLIAMSON PARK. WHEREAS, pursuant to Article III, Section 5, H, of the City Charter requires bids be obtained for services and or purchases of items .over $1,000.00; and WHEREAS, presently the park has no water fountain, and WHEREAS, the installation of a water fountain would provide water to all participants utilizing the park; and WHEREAS, the following vendors supplied the City of South Miami Parks & Recreation the following bids: Kay Park Inc. $1,177.64 Upbeat, Inc. $1,224.00 Summit Supply $1,227.38 WHEREAS, Kay Park Inc. is the lowest bidder. NOW THEREFORE BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA: Section 1. That a purchase order is hereby awarded to Kay Park Inc., in an amount of $1,177.64 for a water fountain to be placed at Marshall Williamson Park. Funds released from account number 001- 0000 - 131 -1440. "OCD- Marshall Williamson Park Improvements /Safety ". Section 2. This resolution shall take effect immediately upon approval. PASSED AND ADOPTED this day of January, 2000. ATTEST: APPROVED: CITY CLERK MAYOR READ AND APPROVED AS TO FORM: CITY ATTORNEY Water Fountain Marshall Williamson Park 2000 RECREATION CORP/' 1301 PINE STREET a JANESVILLE, IOWA 50647 N Telephone 319/987.2313 Toll -Free 800.553 -2476 Fax 319/987.2900 To: Fax No. 319- 987 -2900 Date. i0- % _ Ca K Timer From: LA. Message: Page 1 of , If all of the above mentioned pages are not received please contact the sender at 319 -987 -2313 or fax a message to 319- 987 -2900. Thank You PICNIC TABLES, GRILLS, SENCMES, BLEACHERS. RECYCLED PLASTIC PRODUCTS. CONCRETE SITE FURNISHINGS, PEDAL BOATS AND MORE .... ...... .... ..... .... ..... ..... ...... I DEC -14 -99 TUE 09:57 AM UPBEAT, INC, FAX NO. 314 535 4419 Quotation Date. - Customer # _ Phone # Fax We arc: Teased to submit the (ollow[ng quotation for your consideration: P. 02/02 11� '�lS��•.. y1R1•�. Upbeat, Inc. 4350 Duncan Avenue St, 1 -0uls, Mo 63110 Toll t=ree Order Number 800-325-3047 FAX 314-535-4419 Fr(<o,Y-., 0"'? 1;v k-Pl I - - -. - - - - - .. -, ftcES QUOTED,, AizE GooD FoR go DArs �tJ 'his•�;r1j•tliri�4:%x�6.;�.�, ; .'', !t '��r c�'6 V 12/08/99 22:22 FAX 1970241 SUMMITSUPPLY MM Montano \Q Wyondng ~° SUPPLY Colorado CORPORATION OF COLORADO 5092 COUNTY ROAD 302 DURANGO, COLORADO 8'1301 970 247 -8858 c ) C� Mow \ tAnxi.co FAX COVER LETTER This Transca'--r-ttal Consists of f Pages Our Fax Number is: 970 - 247 -1371 Deliver to: Date 2- 2 -7 Company C /-7 V 4 te .S'OfZ r/-/ Fax Number 30 Y-4 1!-a 9 ::� From AZP— &1.4/& (0 4 ,pf 3501 q c? wir r Cwelle- /Cron dTr9�,r/ 514 117AIX14 v CITY OF SOUTH MIAMI INTER - OFFICE MEMORANDUM To: Honorable Mayor and City Commission From: Charles D. Scurr If City Manager /1 `1 `' le;4 REQUEST Date: December 29, 1999 Subject: Agenda Item # Commission Meeting 01/04/00 Acceptance of FY 2000 Comm. Development Block Grant A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, RELATING TO THE ACCEPTANCE OF A FY 2000 COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) IN THE AMOUNT OF $50,000; AUTHORIZING THE CITY MANAGER TO EXECUTE APPLICABLE CONTRACTS AND DOCUMENTS; AND PROVIDING FOR AN EFFECTIVE DATE. BACKGROUND, ANALYSIS AND RECOMMENDATION The City of South Miami submitted several applications for the FY 2000 Community Development Block Grant Program, including Career Counseling, Policing Concepts and Park Improvements. On December 16, 1999, the Miami -Dade County Office of Community & Economic Development informed the City that the Board of County Commissioners approved a grant in the amount of $50,000 for park safety improvements at Marshall Williamson Park. The FY 2000 award will be utilized in conjunction with past CDBG funding to make much needed improvements to Marshall Williamson Park, including the replacement of the tot lot and the provision of ADA- compliant facilities. The attached resolution would allow the City Manager to execute the contracts and documents necessary to receive the money and move forward with this important endeavor. Your approval is recommended. MIAMI -DADE COUNTY, FLORIDA M IAM I M DADE December 16, 1999 Ms. Diana Morris Deputy City Manager City of South Miami 6130 Sunset Drive South Miami, FL 33143 Dear Ms. Morris: OFFICE OF COMMUNITY & ECONOMIC DEVELOPMENT 140 WEST FLAGLER STREET SUITE 1000 MIAMI, FLORIDA 33130 -1561 The Office of Community and Economic Development (OCED) is pleased to inform you that on December 9, 1999 the Board of County Commissioners approved final funding allocations for the FY 2000 Community Development Block Grant (CDBG), the HOME Investment Partnerships Program, the Emergency Shelter Grant (ESG), the State Housing Initiatives Partnership (SHIP), and the Documentary Surtax Program. Your organization was approved for funds under one or more of these federal and state grants. (See attachment # 1 for specific funding allocations.) A partial scope of services (SOS) will be issued to you for each of your agency's activities that received funding for FY 2000. Please review the information for accuracy and contact Mr. Felipe Rivero, Supervisor of the Contract Management and Monitoring Section, if there are any discrepancies. Please provide objectives and action steps that may be measured on a quarterly basis for each of the activities. It is imperative that an individual scope of services and budget reflecting the contract period of January 1, 2000 through December 31, 2000 be submitted for each funding allocation no later than Thursday. December 23. 1999. In an effort to expedite the contract execution process for FY 2000, we are requesting that your organization submit the following documents, if it has not done so yet, which are required by Miami -Dade County for processing of contracts, to this office: - Articles of Incorporation -Most Current Bylaws h,;1 J ,f - Most Current Board of Director's Roster 4,,/ - Most Current IRS Tax Exempt Status Determination Letter 10A Most Current IRS Form 990 ju �d - Most Current State of Florida Corporate Certificate Board of Director's Resolution Approving the Funded mount and Authorizing - Execution of the Contract with OCED (See Attachment A) - Authorized Signatures From (Attachment B) - Miami -Dade County Affidavits (Attachment C) - Related Parties Disclosure Statement (Attachment D) - State of Florida Public Entity Crimes Affidavits (Attachment E) - Affirmative Action Plan Exemption Affidavit (Attachment F) - Affirmative Action Plan/Procurement Policy Affidavit (Attachment G) CONTRACT DEVELOPMENT PROCESS FY 2000 Page 2 If your agency submitted those documents to our office, then you do not need to do so again at this time. OCED will not make special arrangements to make payments to agencies that do not have executed contracts. To receive funds, your agency must have an executed contract by January 1, 2000. The deadline for submission of these documents is the close of business Thursday, December 23, 1999. All submissions should be forwarded to Mr. Rivero III. If further information is needed, please contact Mr. Rivero at (305) 375- 3508. Failure to submit the required documents will delay the contract development process, which will prevent your agency from receiving payment for its project expenditures. In addition, please be advised that the following items still remain in force and are administratively essential to your organization's compliance with Federal, State and/or County regulations, policies and procedures. If you are a first time contractor with OCED, your organization will be provided with technical assistance to ensure compliance with these items: Contract Compliance Manual - CDBG regulations (24 CFR Part 570) - HOME Regulations (24 CFR Part 570) - OMB Circular A -110 - OMB Circular A -122 - OMB Circular A -133 - F.S. 607.124 Please contact your contracts officer or Mr. Rivero if you have any inquiries or concerns regarding the above mentioned requests and corresponding deadline. Sincerely, Ton E. Crapp, Sr. Director TEC /gg °ocUti 0. ts.. . w 3x 0 w�a NH o wOa N � O N O w � W O N R C w�a ii O � 7 N � O a vv �' en U in 7 O O � d A b0 A tom. 0 !� U u O •L N a � C N •i� 0 00 0 0 0 0 0 0 0 O O O 0 Cw 0 F u d d V v� A sa O fl9 Iu yrFC�ai O (7 Q c U � 0 0 F U y Y �>. En Sb¢'q U " O N E ti ao Y w O in Y � 0 00 0 0 0 0 0 0 0 O O O 0 Cw 0 F u d d V A Iu yrFC�ai U G d b0 d City of South Miami . a Parks c Recreation Department 6130 Sunset Drive WWRII-I , zw t utd Miami, Florida 33143 (305) 663 -6319 10 , I 1 "1.9 - P ItIff wn. arK RCI S . Fig '99 Grant $ 50,000 GCED Proposed FY 2000 Grant $ 50,000 Total $10000 R,vis - Scope s. Demolition of existing Tot Lot $ 10,000 Replacement of Tot Lot $ 40,000 ADA Surface $ 5,000 ADA Pathway $ 5,000 Trap Sand $ 3,000 Contractual Services $ 5,000 Sidewalk Repairs $ 19,000 Signage $ 3;000 ADA Amenities $ 8,000 (Benches, picnic tables, & garbage cans). Landscaping $ 2,000 Total $ 100,000 CITY OF SOUTH MIAMI myINTER - OFFICE MEMORANDUM To: Honorable Mayor Date: December 29, 1999 and City Commission From: Charles D. Scurr Subject: Agenda Item # City Manager Commission Meeting 01/04/00 Contractual Services - -State Legislative (Lobbying) Services REQUEST A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, RELATING TO STATE LEGISLATIVE (LOBBYING) SERVICES; PROVIDING FOR THE RENEWAL OF THE PROFESSIONAL SERVICES CONTRACT WITH THE FIRMS OF GOMEZ BARKER & RONALD L. BOOK, P.A., IN AN AMOUNT NOT TO EXCEED $48,000 FROM ACCOUNT NUMBER 01- 1315 -513 -3450, ENTITLED "CONTRACTUAL SERVICES ". BACKGROUND, ANALYSIS AND RECOMMENDATION The Office of Intergovernmental Affairs was created upon the adoption of the FY 1998 -1999 Budget. A cornerstone of the new Office was the retention of professional lobbyists. The City issued a request for proposals (RFP) in order to identify the lobbyists best suited to meet the needs of the City. As a result of the RFP, the City retained two of the State's premier Legislative (Lobbying) Services Firms, Gomez Barker and Ronald L. Book, P.A. at a cost of $3,750 per month (the firms split the monthly retainer equally). The inaugural year of the Office of Intergovernmental Affairs was a great success. The City received $340,000 in State Legislative Appropriations for stormwater drainage projects. The City received this critical funding largely due to the guidance, diligence and hard work of its lobbyists. The firms of Gomez Barker and Ronald L. Book, P.A. helped the City realize a 708% return on its investment of $45,000. The attached resolution would allow the City to retain the services of the firms of Gomez Barker and Ronald L. Book, P.A., at a cost not to exceed $48,000, to spearhead its State legislative efforts in FY 1999 -2000. The $48,000 was appropriated for this expense as part of the approved FY 1999 -2000 Budget. Account Number 01- 1315 -513 -3450, entitled "Contractual Services ", would be charged. The current balance of the account is $84,000; the resulting balance would be $36,000. Your approval is recommended. RESOLUTION NO. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, RELATING TO STATE LEGISLATIVE (LOBBYING) SERVICES; PROVIDING FOR THE RENEWAL OF THE PROFESSIONAL SERVICES CONTRACT WITH THE FIRMS OF GOMEZ BARKER & RONALD L. BOOK, P.A., IN AN AMOUNT NOT TO EXCEED $48,000 FROM ACCOUNT NUMBER 01- 1315 -513- 3450, ENTITLED "CONTRACTUAL SERVICES ". WHEREAS, the City of South Miami has established an Office of Intergovernmental Affairs with the purpose of securing appropriations and funding from the State of Florida; and WHEREAS, the use of professional lobbying services is essential to the success of this Office; and WHEREAS, in Fiscal Year 1998 -1999, the firms of Gomez Barker and Ronald L. Book, P.A., worked diligently on behalf of the City, helping the City to receive $340,000 in State appropriations; and WHEREAS, the Mayor and City Commission desire to continue this productive relationship with the firms of Gomez Barker and Ronald L. Book, P.A., in Fiscal Year 1999 -2000. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI: Section 1. The City Manager is authorized to renew a Professional Services Agreement for State Legislative (Lobbying) Services with the Team of Gomez Barker Associates & Ronald L. Book, P.A., in an amount not to exceed $48,000. Section 2. The amount of the Professional Services Agreement shall be charged to Account Number 001 - 1315 -513 -3450, entitled "Contractual Services ". Section 3. This resolution shall take effect immediately upon approval. PASSED AND ADOPTED this day of , 2000. ATTEST: APPROVED: CITY CLERK READ AND APPROVED AS TO FORM: CITY ATTORNEY MAYOR Commission Vote: Mayor Robaina: Vice Mayor Russell: Commissioner Bass: Commissioner Bethel: Commissioner Feliu: v To: Mayor and Commission From: Charles Scurr City Manager CITY OF SOUTH MIAMI Date: September 1, 1998 Agenda Item # 3 Contractual Services —State Legislative (Lobbying) Services The purpose of this memorandum is to recommend the selection for State Legislative (Lobbying) Services. The creation of a new Office of Intergovernmental Affairs was approved as part of the FY 1998- 99 Budget. One of the cornerstones of this new Office is the retention of professional lobbyists. The use of lobbyists is essential for the City to successfully compete for funding. The Commission approved a total of $48,000 for these services. The discussion accompanying the appropriation indicated that it might be possible to obtain the services of two firms, possibly in some type of partnership, for this amount. In July 1998 an RFP No. SLS -83198 was advertised for State Legislative Services. The RFP included a detailed description of the services requested and provided criteria that the City would use in selection. The criteria included: 1. Experience & knowledge of the contractor. 2. The experience of the contractor in representing entities comparable to the City. 3. The ability of the contractor to provide all of the services specified in the scope of work. 4. The accomplishments. generally, of the contractor in representing entities comparable to the City. 5. The accomplishments, specifically, of the contractor in securing medium ($500,000 to $1 million) and large (over $1 million) appropriations. A total of 11 firms /individuals picked up copies of the RFP. A total of six individuals /firms responded. A Review Committee chaired by Fernando Rodriguez reviewed the proposals. The Committee rated the proposals in three categories: 1. Most Highly Qualified (Tier 1); 2. Qualified (Tier 2); and 3. Minimally or Not Qualified (Tier 3). The Committee rated the firms as follows: Tier 1 Gomez Barker Associates Ronald L. Book, P.A. Tier 2 Public Private Partnership Maury Management Group Tier 3 Robert M. Levy & Associates Rodriguez Pina & Associates Based on the above I am recommending: 1. The selection of the two Most Highly Qualified (Tier 1) firms to represent the City — Gomez Barker Associates and Ronald L. Book, P.A.; 2. The allocation of $45,000 for this purpose to be used by the two firms in a team partnership; and 3. The selection of the Maury Management Group in the sum of $3.000 to support the joint lobbying efforts of the City and Chamber South. Although Maury Management Group does not have the experience and public sector client base of the two Tier 1 firms. they do have an ongoing relationship with Chamber South that I recommend the City support. Copies of the RFP, Review Committee Report, and the proposals of Gomez Barker Associates and Ronald L. Book. P.A. are attached. 1 7 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 RESOLUTION NO. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, RELATING TO STATE LEGISLATIVE (LOBBYING) SERVICES, APPROVING FUNDING IN AN AMOUNT NOT TO EXCEED $45,000.00 FOR THE FIRMS OF GOMEZ BARKER & RONALD L. BOOK, P.A.; AND AN AMOUNT NOT TO EXCEED $3,000.00 FOR THE MAURY MANAGEMENT GROUP FROM ACCOUNT NUMBER 001 -1315- 513 -3450, CONTRACTUAL SERVICES WHEREAS, the City of South Miami has established an Office of Intergovernmental Affairs with the purpose of securing appropriations and funding from the State of Florida; and WHEREAS, the use of professional lobbying services is essential to the success of this Office: and WHEREAS, the City advertised and competitively solicited for these services through RFP No. SLS- 83198, and WHEREAS, a Review Committee has completed the review of these proposals. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI: Section 1. The City Commission hereby authorizes the City Manager to enter into a Professional Services Agreement for State Legislative (Lobbying) Services with the Team of Gomez Barker Associates & Ronald L. Book, P.A. in an amount not to exceed $45,000.00 and with the Maury Management Group in an amount not to exceed $3,000.00 from Account # 001- 1315 -513 -3450, Contractual Services. Section 2. This resolution shall take effect immediately upon approval. PASSED AND ADOPTED this day of , 1998. ATTEST: City Clerk READ AND APPROVED AS TO FORM: City Attorney APPROVED: Mayor 90L:7'y 7i ["colt mto 1927 `'OR19 �li O�Vl�UG G CHARLES D. SCURR CITY MANAGER City of South Miami Request for Proposals State Legislative Services RFP NO. SLS -83198 July 17,1998 General Information 6130 SUNSET DRIVE SOUTH MIAMI. FLORIDA 33143 305 /663-6338 FAX 683 -8345 The City of South Miami seeks to retain the services of a legislative consultant(s) for matters in which the City may need professional services before the Florida Legislature. State of Florida administrative agencies, the Florida Governor and Cabinet. et. al. Such services shall include attending state legislative committee hearings and meetings, rule making proceedings and administrative or legislative agency meetings. The contract services shall include. but not necessarily be--limited to: scheduled. extended, special legislative sessions and meetings; state administrative and agency hearings, meetings or rule making proceedings; and legal. grant and legislative consulting services in accordance with the terms and conditions of this Request for Proposals. The successful contractor shall agree to be available at all times to be available upon reasonable request to meet with City officials: and to attend meetings, represent the interests of the City. and act a liaison between the City and all branches. departments and agencies of State government. at any legislative committee meeting or meetings with the Governor, Cabinet. or Cabinet members. or state agencies. The contractor shall maintain a year round active presence in Tallahassee, Florida and also a staffed office presence during the legislative session and be able to provide staff and office support to City officials when traveling to Tallahassee. Consultants must also have an in -depth knowledge of issues and programs affecting the City and Miami -Dade Countv and . have an outstanding record of accomplishment in representing local governments, particularly in the grant funding area. Professional Services Required The contractor shall provide the following services to the City: 1. Review. on a continuing basis. all existing and proposed State policies. programs and legislation affecting the City. 2. Assist the City in the development of it's legislative program. The scope of the legislative program should include all City Departments and functions including police. public works, solid waste. environmental regulations, parks. economic development. community redevelopment agency, housing, redevelopment, computers and telecommunication. planning, traffic. transportation. central services and infrastructure development. etc. 3. Provide specific assistance to the City in the identification. development. application and approval of funding requests. grants and appropriations for all City Departments and functions. 4. Monitor state legislative committee meetings, state agency hearings and meetings prior to and during the regular and special legislative sessions relative to the City's legislative program or other issues that may impact the City. 5. Work with City staff and the Miami -Dade legislative delegation to develop special or general legislation necessary for and supportive of the City's legislative program. 6. Develop and evaluate strategy for the support. opposition or amendment of legislation. rules. etc.. impacting the City. 7. Testify and lobby before the Legislature. Governor. and Cabinet as necessary on behalf of the Citv. 8. Appear and testify before state agency hearings, budget meetings, rule making or other administrative agency or legislative meetings on behalf of the City. 9. Upon request. schedule and coordinate meetings between Citv officials and appropriate state officials and legislators. 10. Provide staff. office and logistical support to Cite officials while in Tallahassee. 11. Prepare written status reports to the City, bi- weekly during the Session, and monthly the remainder of the year. Such reports shall be as detailed a as necessary and include updates on the City's legislative program and funding requests. 12. The contractor may be requested. on a eery limited basis. to provide support on County and Federal matters. It is understood that these areas are not the focus of this RFP. General Terms and Conditions 1. The City shall provide a monthly retainer for the above referenced services. The monthly retainer shall be negotiated with the selected contractor(s). The monthly retainer shall include all fees, including contractor travel, postage, telephone, etc. Additional extraordinary expenses may be allowable on a pre- approved case by case basis. 2. The City reserves the right to select one or more contractors and the ability to designate lead responsibility if more than one contractor is engaged. 3. The contractor shall report to the City Manager, or assigned designee. 4. The contractor is an independent contractor under this Agreement. 5. The contractor shall not represent clients in matters adverse to the City, and shall make promptly known any conflicts or potential conflicts. If said conflicts cannot be satisfactorily resolved to the City's satisfaction than the City reserves the right to suspend and/or terminate the services of the contractor and procure same from other contractors. 6. The contractor acknowledges that he /she has not been convicted of a public entity crime or placed on the convicted vendor list. 7. The City reserves the right to delete or modify the services and scope of work under this contract at any time, with or without cause. If such scope of work is reduced the payment to the contractor shall be reduced by a commensurate amount. 8. The contractor may not change the principal person(s) working on this contract without the express permission of the Cite. 9. The City reserves the right to negotiate the fee schedule proposed by the Contractor under this RFP in order to meet Citv budsetary constraints. 10. Joint ventures are allowed. Participation by minorities and women is encouraged. RFP Documents Required Each contractor shall submit 10 copies of the following: 1. A cover letter indicating the contractors interest in providing these services to the City. 2. A brief history of the contractor, including how long the contractor has been engaged in this field of work. 3. A list of the principal(s) who will be responsible for providing the specified services, including resumes or biographies for each person. 4. All current local municipal. County, regional and state clients of the contractor including for each client: (a) the length of the contract; b) the scope of services provided: c) the type of contract (pro Bono, retainer. project based fee, etc.; d) accomplishments achieved for the client including legislative appropriations; and e) a contact name and phone number for the client. 5. Any prior or private sector clients that may be relevant, providing the same information as above. 6. Copies of any press articles, profiles, commendations, etc. that may assist the City in it's evaluation. 7. A list of references. including comparable jurisdictions to the City and elected officials (Please limit to 5). 8. An original signed copy of this RFQ wherein the contractor acknowledges and warrants that he /she has read and agrees with all of the terms and conditions contained herein. 9. Proposed monthly retainer fee to provide the services. Timetable and Process All RFP's must be returned to the City Manager's office no later than 5:00 PM on August 31, 1998. A pre -bid conference will be held on Thursday August 6, 1998 at 9:00 AM at South Miami City Hall. The City will evaluate the RFP's based on the following criteria: 1. The experience and knowiedge of the contractor. 2. The experience of the contractor in representing entities comparable to the City. 3. The ability of the contractor to provide all of the services specified in the scope of work. 4. The accomplishments, generally, of the contractor in representing entities comparable to the City. 5. The accomplishments. specifically, of the contractor in securing medium ($500.000 to $1 million) and large (over $1 million) appropriations for it's clients across a broad range of functional areas and departments. Contractor Date Contractor Date CITY OF SOUTH MIAMI INTER - OFFICE MEMORANDUM TO: Charles D. Scurr City Manager FROM: Fernando J. Rodriguez Public Works Director DATE: October 16, 1998 RE: Professional Lobbying — Review of Proposals Many local governments employ the services of professional lobbyists on a retainer contract basis. This is a highly cost - effective approach to obtain grant funding which is available at the county, state and federal levels. A municipality may opt to lobby for funding through the efforts of its elected officials. However, this approach is not practical and does not maximize effectiveness. Successful lobbying is a time consuming activity requiring significant experience and tenacity. It is a potentially high -yield pursuit that is best left to professionals. The marked increase in project activity that South Miami is currently experiencing requires a significant amount of funding. Many of the grant monies available each year can be tapped into through the employment of competent lobbying firms. To this end, requests for lobbying services proposals have been solicited from several South Florida based firms. A review committee comprised of the Assistant City Manager and department heads evaluated all proposals with the following results: Rank Firm Comments Tier 1 — Most Highly Qualified Gomez Barker Associates, Inc. Extensive experience and retainers with Miami -Dade County, City of Miami Beach, and City of West Miami. Obtained grant funding totaling $15M for above three entities. \continued... MAYOR AND COMMISSION PAGE TWO OCTOBER 20, 1998 Rank Firm Comments 2 Ronald L. Book, P.A. Tier 2 Qualified 3 Public Private Partnership, Inc. 4 Maury Management Group Extensive list of clients, including Miami -Dade County, cities of North Miami, North Miami Beach, and Aventura. Impressive funding amounts listed for various charitable foundations /programs. In business for close to a decade. Highly qualified staff. Clients include Broward County, Miami - Dade County (6 mos. into a 1 -year retainer) and City of Gretna, FL (obtained $1.9M for water system projects.) The proposal lists no municipalities currently on retainer contracts. The firm does exhibit potential to be useful to a small city by virtue of their experience, contacts and desire to work with clients. Tier 3 — Minimally Qualified or Proposals That Did Not Meet RFP Requirements 5 Robert M. Levy & Associates 6 Rodriguez Pina & Associates This firm lists good qualifications. However, the package submitted is weak in details and presentation. This firm submitted a weak package in terms of details and effort. Retainers are listed for Miami -Dade and City of South Bay. No funding amounts obtained are listed. The fee listed on the proposals were not given heavy consideration due to their similarity (monthly fee ranged from $2,600 to $3,500 for top three respondents) and their negotiability. The evaluation of the six proposals has narrowed the choices of two firms that can best assist the City in obtaining valuable funding. These firms are recommended. CITY OF SOUTH MIAMI INTER - OFFICE MEMORANDUM To: Honorable Mayor and City Commission From: Charles D. Scurr fi/ City Manager' REQUEST Date: December 29, 1999 Subject: Agenda Item # /� Commission Meeting 01/04/00 Funding Request MLK Committee A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, RELATING TO FUNDING THE MARTIN LUTHER KING, JR., PARADE, THE UNITY DAY BREAKFAST AND BLACK HISTORY MONTH; AUTHORIZING THE DISBURSEMENT OF FUNDS IN THE AMOUNT OF $9,275 TO THE DR. MARTIN LUTHER KING, JR., COMMITTEE FROM ACCOUNT #01- 2100 -519 -9910, ENTITLED "CONTRIBUTION— SPECIAL EVENTS ". BACKGROUND AND ANALYSIS The Dr. Martin Luther King, Jr., Committee submitted a Cultural and Community Grants Program Application to the City of South Miami requesting $9,275 in funding for the Annual Martin Luther King, Jr., Parade, Unity Day Breakfast and Black History Month Event. The Unity Day Breakfast is scheduled for 8 am, Saturday, January 81h; the Parade is scheduled for 10:30 am, Saturday, January 15th ; and the Black History Month Event is scheduled to occur the fourth week of February. On December 16, 1999, the Grants Advisory Board reviewed the application and recommended approval of funding in the amount of $9,275. The disbursement would be charged to Account #01- 2100 -519 -9910, entitled "Contribution Special Events ". The available account balance is $69,290; the resulting balance would be $60,015. RECOMMENDATION Your approval is recommended. RESOLUTION NO. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, RELATING TO FUNDING THE MARTIN LUTHER KING, JR., PARADE, THE UNITY DAY BREAKFAST AND BLACK HISTORY MONTH; AUTHORIZING THE DISBURSEMENT OF FUNDS IN THE AMOUNT OF $9,275 TO THE DR. MARTIN LUTHER KING, JR., COMMITTEE FROM ACCOUNT #01- 2100 - 519 -9910, ENTITLED "CONTRIBUTION— SPECIAL EVENTS ". WHEREAS, the Dr. Martin Luther King, Jr., Committee submitted a Cultural and Community Grants Program Application to the City of South Miami for the Annual Martin Luther King, Jr., Parade, Unity Day Breakfast and Black History Month; and WHEREAS, on December 16, 1999, the Grants Advisory Board reviewed the application and recommended approval of the grant; and WHEREAS, the Mayor and City Commission of the City of South Miami support the Annual Martin Luther King, Jr., Parade, Unity Day Breakfast and Black History Month Event sponsored by the Committee. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI: Section 1. The City Manager is authorized to disburse the sum of $9,275 to the Dr. Martin Luther King, Jr., Committee from account #01 - 2100 -519 -9910, entitled "Contribution— Special Events ". Section 2. This resolution shall take effect immediately upon approval. PASSED AND ADOPTED this day of , 2000. ATTEST: CITY CLERK READ AND APPROVED AS TO FORM: CITY ATTORNEY APPROVED: MAYOR Commission Vote: Mayor Robaina: Vice Mayor Russell: Commissioner Bass: Commissioner Bethel: Commissioner Feliu: GraCity of South Miami Grants to Non- Profit Organization Grant Application 2000 Organization: Dr. Martin Luther King, Jr., Parade Committee Street Address: 6130 Sunset Drive City: South Miami, Florida Mailing Address: 6730 SW 62' Court City: South Miami, Florida 33143 Phone (305) 6622187 Fax: (305) 6626170 Applicant Name: Charles Christie Title: Chairperson Co- applicant : Sarah A. Tompkins Title: Secretary/ Parade Coordinator Project name: City of South Miami Martin Luther King, Jr., parade is a event to , commemorate a great civil rights leader who worked to bring about social, political and economic equality for blacks by peaceful means . On a separate sheet kindly provide a history of your organization. Include in your history the following 1. Date organization was formed 2.Organization mission and goal (s) 3. Names and addresses of officers and directors 4.Date of incorporation, if applicable 5. Past activities; include media coverage, acknowledgments and awards 6. Previous grants from City of South Miami 7. Previous grants from other public and private organizations 6.Previous grants from City of South Miami Please attach a copy of the internal revenue service letter of determination of the organization's non- profit status, Project Information: There are three (3) projects the M L K steering committee is requesting funding for: 1. M L K parade which promises to be bigger and better due to the change in route to include a larger segment of the resident . 2. Unity Day Breakfast, this is in keeping with the spirit of community involvement from every segment of the community. 3. Black History Month this event honors those pioneers who have contributed to the community. LM L K Organization was formed in 1989 2. The mission of the M L K committee is to keep the dream alive of Dr. Martin Luther King, Jr. " THAT ALL MEN ARE CREATED EQUAL". 3.Charles Christie, Chairperson 6730 SW 62nd Court South Miami, Florida 33143 Jean Larkins Scott, Treasure 10815 SW 165' Tern Miami, Florida 33157 Rev. Russell Harris 6316 SW 59b Place South Miami, Florida 33143 4. N/A Sarah A. Tompkins, Coordinator 6441 SW 64 Ave. South Miami, Florida 33143 Joyce Price 6400 SW WhAve. South Miami, Florida 33143 James Bowman 6250 SW 60'h Ave South Miami, Florida 33143 5. The City of South Miami Community Annual Parade, gospel program and unity day breakfast. 6. $ 12,000.00 ( 1999) 7. $ 1,500.00 ( Miami Dade District Six (6) 4P Project Information: This is a community celebration commemorate the dream of a great civil right leader who worked to bring about social, political and economic equality for blacks by peaceful means. To keep Dr. Martin Luther King, Jr. dream alive " THAT ONE DAY THIS NATION WILL RISE UP AND LIVE OUT THE TRUE MEANING OF IT'S CREED; WE HOLD THESE TRUTHS BE SELF- EVIDENT; THAT ALL MEN ARE CREATED EQUAL". This activities is scheduled to take place on Saturday , January 15, 2000 , beginning at SW 59' Pl. and SW 7 1 th St., west on 59 PI and - SW 64111 St. north on SW 67' ave. to Palmer Park . The parade is planned and coordinated by the M L K committee with all the appropriate city staff. Financial Information Amount of cash grant requested Amount of in -kind grant requested: Amount of Annual Budget ( before this grant) Estimated Project Expenses Category Cash Expense In -Kind Expense Sub- Total Personnel- artistic Personnel- production $ 4,000.00 $ 4,000.00 Space Rental $ 50.00 $ 550.00 $600.00 Transportation $ 800.00 $ 400.00 $ 1,200.00 Marketing/Publicity $ 300.00 $ 300.00 Office supplies $ 150.00 $ 150.00 Equipment rental/purchase $ 3,125.00 $3,125.00 Other cost $ 1,000.00 - $ 500.00 $ 1,500.00 Total Expense $ 9,275.00 $1,600.00 $10,875.00 Estimated Project Revenues Category Cash In -Kind Sub- total Contribution Admission Grants Corporate County $ 500.00 State Federal Others Cash on hand $ 1,100.00 $1,100.00 City grant request $9,275.00 $ 9,275.00 Total Expense $10,375.00 $ 500.00 $ 10,375.00 ......................... .......................... my CITY OF SOUTH MIAMI INTER - OFFICE MEMORANDUM To: Honorable Mayor Date: December 29, 1999 and City Commission From: Charles D. Scuff r Subject: Agenda Item # g City Manager ( Commission Meeting 01/04/00 Funding Request Cultural Affairs Council of SM REQUEST A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, RELATING TO FUNDING ARTEXPO 2000; AUTHORIZING THE DISBURSEMENT OF FUNDS IN THE AMOUNT OF $2,000 AND THE PROVISION OF "IN- KIND" SERVICES IN THE AMOUNT OF $7,500 TO THE CULTURAL AFFAIRS COUNCIL OF SOUTH MIAMI, INCORPORATED, FROM ACCOUNT #01- 2100 -519 -9910, ENTITLED "CONTRIBUTION— SPECIAL EVENTS ". BACKGROUND AND ANALYSIS The Cultural Affairs Council of South Miami, Incorporated, submitted a Cultural and Community Grants Program Application to the City of South Miami for ArtExpo 2000. The event will occur January 8 -9, 2000, between 9 am and 5 pm on the portion of Sunset Drive fronting City Hall. On December 16, 1999, the Grants Advisory Board reviewed the application and recommended approval. The application included a request for $2,000 in cash and $7,500 in "in- kind" services. The disbursement of the cash and the funding of the "in- kind" services would be charged to Account #01 -2100 -519 -9910, entitled "Contribution— Special Events ". The available account balance is $60,015; the resulting balance would be $50,515. RECOMMENDATION Your approval is recommended. RESOLUTION NO. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, RELATING TO FUNDING ARTEXPO 2000; AUTHORIZING THE DISBURSEMENT OF FUNDS IN THE AMOUNT OF $2,000 AND THE PROVISION OF "IN- KIND" SERVICES IN THE AMOUNT OF $7,500 TO THE CULTURAL AFFAIRS COUNCIL OF SOUTH MIAMI, INCORPORATED, FROM ACCOUNT #01- 2100 -519 -9910, ENTITLED "CONTRIBUTION— SPECIAL EVENTS ". WHEREAS, the Cultural Affairs Council of South Miami, Incorporated, submitted a Cultural and Community Grants Program Application to the City of South Miami for ArtExpo 2000; and WHEREAS, On December 16, 1999, the Grants Advisory Board reviewed the application and recommended approval of the grant; and WHEREAS, the Mayor and City Commission of the City of South Miami support ArtExpo 2000. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI: Section 1. The City Manager is authorized to disburse the sum of $2,000 and provide "in- kind" services in an amount of $7,500 to the Cultural Affairs Council of South Miami, Incorporated, from account #01- 2100 -519 -9910, entitled "Contribution— Special Events ". Section 2. This resolution shall take effect immediately upon approval. PASSED AND ADOPTED this day of , 2000. ATTEST: CITY CLERK READ AND APPROVED AS TO FORM CITY ATTORNEY APPROVED: MAYOR Commission Vote: Mayor Robaina: Vice Mayor Russell: Commissioner Bass: Commissioner Bethel: Commissioner Feliu: THE CULTURAL ArrAIRs COUNCIL OF SOUTH MIAMI, INC. 7800 Red Road, Suite 215D ■ S. Miami, FL 33143 ■ Tel. /Fax: 305/666 -7469 GRANT APPLICATION for the � f • 1 RUE NOVEMBER 1, 1999 STREET ADDRESS 7800 RED ROAD, SUITE 215D i I 1�1�� • 1�1 _ I �, � ZIP CODE: 33143 TELEPHONE: 305 666 -7469 FAX: 305 271 -7944/ 305 666 -7469 EMAIL: www.artexposouthmiami.com APPLICANT NAME: JORGE L. GARCIA TITLE: CHAIRMAN OTHER CONTACT: WANDA C. HAMMON TITLE: ARTIST DIRECTOR PROJECT NAME (please give short description). ArtExpo South Miami is an interactive outdoor arts show. The annual show benefits the Cultural Affairs Council of South Miami, the locan non -profit arts organization. The show features the works of 100 fine artisans and craft professionals from across Florida and North America. The arts show is held on Saturday and Sunday, January 8 -9, 2000, between US -1 and SW62nd Avenue, in front of City Hall. ArtExpo South Miami is the first arts show that has utilized this location, significantly contributing to its people and place. ArtExpo South Miami also brings an interactive children's area named ARTEXPOKIDS; where community children learn about the disciplines of the arts through interactive participation with each others and well know artists in our community. Additionally, there is the Food Oasis, where multiethnic culinary arts will be available for demonstrations and sale. Lastly, at the Jean Willis Park, continues entertainment will be provided as well as an exotic plant exhibit. Lastly, ArtExpo South Miami enables many other local non profit organizations to service the event, therefore organizations such as Kiwanis Club of South Miami earn widespread community goodwill as well as funding. GRANT AMOUNT REQUESTED: IN -KIND AMOUNT OF $9,500,00 On a separate sheet kindly provide a history of your organization. Include in your history the following: 1. Date Organization was formed. The Cultural Affairs Council of South Miami, Inc., a non -profit organization was formed on November 28, 1994, as shown by the records at the State of Florida. (See Attachment 1). Later, becoming a non -profit organization by the records at Department of the Treasury and Internal Revenue Service on April 1, 1997. (See Attachment 2). 2. Organization mission and goal(s). To showcase performing artists of all ages by creating and providing concert series located in South Miami, Miami -Dade County, Florida. The concert series will give emerging performing artists the opportunity to perform, to gain experience by performing in public and to provide them with the exposure that will further their artistic achievements. To enhance the well -being of the community by providing the opportunity to attend concerts that are both convenient and which the entire family and people of all ages and backgrounds can attend, including those with disabilities. To develop an awareness of the performing arts among the public and otherwise enrich the local community. To provide and strengthen the programming and educational opportunities for performing artists in the community by sponsoring workshops, seminars and other educational programs to be held in the community, for the benefit of its people. To raise funds for these and other related purposes and to provide scholarships and other assistance for aspiring and talented individuals who would not otherwise have the opportunity to pursue their interests in the performing/visual arts. To operate exclusively for charitable and educational purposes, which activities shall be consistent with section 501(c)(3) of the Internal Revenue Code of 1986. 3. Name and addresses of officers and directors. Jorge L. Garcia, Chairman Javier A. Acosta, VChairman Pamela F. Edwards, Secretary Marie LaRussa, Treasurer Barbara Merritt, Director Christine O'Connor, Director Paul R. Sasso, Director Lillie F. Harris, Director Karen R. Zeller, Director 5610 Sunset Drive, Miami, Florida 33143 5925 SW 89th Avenue, Miami, Florida 33173 11724 SW 119th Terrace, Miami, Florida 33186 1575 San Ignacio Avenue, Coral Gables, Florida 33146 7800 Red Road, Suite 101, South Miami, Florida 33143 7800 Red Road, Suite 215D, South Miami, Fla, 33143 28 West Flagler Street, Suite 505, Miami, Fla, 33128 6321 SW 64th Street, South Miami, Florida 33143 7380 Red Road, South Miami, Florida 33143 4. Date of Incorporation. The Cultural Affairs Council of South Miami, Inc was incorporated on November 28, 1994. 5. Past Activities; include media coverage, acknowledgments and awards. The Cultural Affairs Council of South Miami has received many a media coverage, acknowledgments and awards including but not limited to: Live Coverage by NBC -TV 6, WPLG -TV10, ABC TV 4, as well as other media partners such as Miami Herald/El Nuevo Herald, SunSentinel, South Miami Community News, South Miami Times, Coral Gables Gazette, Clear Channel Communications and all their affiliate stations. With the help of the media partners the Council' concerts were brought to the South Florida Community. (See attachments). Also, events such as South Miami Jazz Bash, Mother's Serenade at Sunset and the Holiday Caroling on Sunset; events that have brought widespread awareness to the South Florida community about South Miami, the city, and its quests for cultural enlightenment. The Cultural Affairs Council of South Miami's president and vice president have received the highest honor given by the City of South Miami, that is, the key to the City of South Miami, by the late Mayor Tom Cunningham. 6. Previous Grants from the City of South Miami. The Cultural Affairs Council of South Miami was the recipient of grant for FY -98 -99 in the amount of $6,500 in -kind to differ cost incurred by ArExpo South Miami 1999 with regards to police and waste management services provided by the City of South Miami. Please note that, the total amount of the cost was over $9,000 (Nine thousand dollars); the difference had to be covered by Cultural Affairs Council of South Miami's fund. 7. Previous Grants from other public and private organizations: At present, Miami Dade Cultural Department has not been solicited, since the criteria requires the event to be at least three years old to qualify for alternative sources of funding. This being the second year of ArtExpo, the Cultural Affairs Council of South Miami is hopeful that by next fiscal year it will be an applicant for the FY -2001. A COPY OF THE INTERNAL REVENUE SERVICE "LETTER OF DETERMINATION" OF THE CULTURAL AFFAIRS COUNCIL OF SOUTH MIAMI'S NON PROFIT STATUS IS ENCLOSED FOR YOUR REVIEW. SEE ATTACHMENT 2. Project Information. (provide a description of the project; what is it, who it's for, when it will take place; where it will take place; and, how it will be produced and conducted). ArtExpo South Miami .... South Miami's first arts show of the millennium on Sunset Drive is an interactive outdoors arts show. ArtExpo will be held on Sunset Drive, between US -I and SW62nd Avenue, in front of South Miami City Hall. The event dates are Saturday and Sunday, January 8 -9, 2000, from 9am to 5pm both days. ArtExpo South Miami is produced for the benefit of the Cultural Affairs Council of South Miami, the local non -profit arts organization. ArtExpo South Miami features the works of 100 fine Artisans and Craft Professionals from South Miami, Florida and North America. ArtExpo will showcase artists in 12 categories including antiques and exotic plant exhibits. There will be areas for artist/audience participation with guest artist Xavier Cortada and the completion of the World Wide Web Mural in our community at ArtExpo. The Saturday Night Artist Awards Dinner and Ceremony includes guests such as the Honorable Mayor Julio Robaina, Mayor of the City of South Miami and ArtExpo's Official Host and Honorable Jimmy Morales, Commissioner from Miami -Dade County and visionary of the arts for South Florida. Participants juried will enjoy Artist Breakfast, Cash Awards and Trophies for First, Second and Third best of the Show. Artist Breakfast both days is courtesies of Koo Koo Roo California Restaurants and the Trophies are courtesies of South Miami resident Master Glassman, Mr. Tim Thibeaux, founder of the Glass Blowing School and the Glass Guild at University of Miami. An extensive marketing campaign will network ArtExpo South Miami with Artist Media, Local; National and International News Bureaus including the Miami Conventions and Visitors Bureau, TropiCool and via the Internet links with ArtNEW and our internet partners. ArtExpo will showcase ARTEXPOKIDS presented by NBC -TV 6, AKMEDIA and SunSentinel. This section of the show is an innovative school- geared program using art as a vehicle to challenge youth to work together, create life- affirming artworks, and communicate positive messages to their schools and communities. This years street banners are designed by the South Miami High School Magnet Arts Programs students. Additionally, ArtExpo will feature many of the local non -profit organizations as they help ArtExpo with the many different tasks of bringing this community building event to fruition. For the ArtExpo South Miami 2000, the Cultural Affairs Council of South Miami has many community participants such as Sprint Sprint PCS - presenter of the Event. AKMedia Outdoor Advertising, Ackerly Advertising, Miami Herald, SunSentinel, NBCTV6 and Clear Channel Broadcast - and five affiliate stations, also Bristol Bank, Coca Cola, Disney Arts, Miami - Dade Transit Authority, Pearls, Hampton Inn - Coral Gables, LaserTech Graphics, WLRN and Univision. Through this innovative process, ArtExpo South Miami hopes to foster community - wide dialogue, interaction, and cultural growth, helping our community build important life skills in decision making, problem solving, and conflict resolution, enabling everyone to better cope with problems in a constructive and productive manner. ArtExpo South Miami's mission and the mission of the Cultural Affairs Council of South Miami with this project is to bond everyone attending with each other, with their schools and their community. For additional information about this wonderful community event please log on to our web site: www.artexposouthmiami.com Financial Information: Amount of cash grant requested: $2,000. Amount of in -kind grant requested: $7,500. Amount of Annual Budget (before this grant): $8,000. ESTIMATED PROJECT EXPENSES: $59,600 CATEGORY CASH EXPENSE " IN-HIND EXPENSE SUBTOTAL Personnel - artistic $10,500 - -- $10,500 Personnel - production 8,500 - -- 8,500 Space Rental/Insurance 4,000 - -- 4,000 Transportation - -- - -- - -- Marketing/Publicity $18,000 $2,000 $20,000 Office Supplies/Utilities 2,500 - -- 2,500 Equipment Rental/Purchase 4,900 - -- 4,900 Other Cost (please Itemize): 4,600 - -- 4,600 City Services Police/Waste 9,200 - -- 9,200 Total Expense $57,600 $2,000 $59,600 ESTIMATED PROJECT REVENUES: $59,600 CATEGORY CASH IN-HIND CONTRIBUTION SUBTOTAL Admission -0- - -- -0- Grants -0- - -- -0- Corporate $21,000 - -- $21,000 County -0- - -- -0- State -0- - -- -0- Federal -0- - -- -0- Others: Artist/Food Fees $24,500 - -- $24,500 Cash on Hand 4,600 - -- 4,600 City Grant Request 2,000 $7,500 9,500 Total Revenue $52,100 $7,500 $59,600 THERE ARE NO COMPLETE TOTALS OF IN -HIND REVENUES/EXPENSES AT THIS TIME. TOTAL ESTIMATED PROJECT REVENUES/EXPENSES ARE NOT FINAL, SINCE EVENT HAS NOT YET TAKEN PLACE. HOWEVER, A FINAL ACCOUNTING REPORT WILL BE AVAILABLE SHORTLY AFTER THE EVENT TAKES PLACE. `SATURDAY, JUNE 20, 7998, r' E:hQ liCra TEACHING A YOUNG ARTIST MOLLY VAN WAGNER i Hwald Staff Miami painter Xavier Cortada helps year -aid grant from the Miami -Dade Cultural Affairs Coun- Kristin A!exis Agostd with her drawing ai Jackson cii. The children are being treated for cancer, Memorial Hospital's Children's Cancer Clinic on sickle cell anernia and hemophilia. A mural cf their Friday. About 150 children participated in the - artwork will be displayed at the clinic for other chit - "Arts in Medicine" project made possible by a dreg: to enjoy_ SOUTH South Miami's First Arts Show Of The Millennium ...featuring the works of 100 fine artisans and craft professionals from across North America and the globe. Saturday & Sunday - January 8-9, 2000 9:00 5:00 r • Cash Awards • Extensive Advertising Campaign • Artist Breakfasts • Artist Award Dinner • Artist Reserved Parking / Restrooms • Easy Unload / Load • Convenient Night- Before Set -up • Application Deadline - September 29, 1999 ATTENTION ARTISTS REQUEST YOUR APPLICATION NOW! ARTEXPO south miami. Wanda C. Hammon, Artist Director 7800 Red Road, Suite 21513 • South Miami, FL 33143 (305) 558 -1758 www.floridastuff.com /artexpo An Art World Promotion Event wi E3 Ir Now— 13 f Novembe A21,�VLTURAL AFFAIRS COUNCIL Or SOUTH MIA1411 INC. 7800 Red Road, Suite 215D ■ S. Miami, FL 33143 ■ Tel. /Fax: 305/666 -7469 Greg Oravec Assistant City Manager City of South Miami 6130 Sunset Drive South Miami, FL 33143 Dear Greg, Pursuant to the information received in your fax, dated, November 10, 1999, enclosed please find the additional information required. I have paid special attention to the Application Requirements Matrix and the Questions/Issues section and I am responding accordingly. 1. An "actual" revenue and expense accounting is enclosed. Please be aware that FY -99 will not be processed until after December 1999. 2. Please specify how the requested City grant of $2,000 would be spent. The City of South Miami cash grant of $2,000 will be used to differ the cost of marketing and advertising. (See attachment from AKMedia/FL).' 3. Proof of $1 to $1 match in the activity's budget. Several sponsors have provided us with written letters for expressed in -kind donations. (See attachment from Clear Channel Communications and AKMedia/FL, clearly specifying their in -kind donations). 4. In the grant application item No. 6 pertains to Grants from City of South Miami. (See referencing material enclosed, and the amount granted earmarked for Police and Public Works expenses, under City of South Miami, Invoice 1). However, we never received an application review sheet and its application requirements- -there No. 6 pertains to letters of recommendations. For your review there are two documents enclosed. No. l from Clear Channel Communications and their express interest to participate in the event. No. 2 a letter from AKMedia/FL the largest Outdoor Advertisement Company in South Florida and their desire to become part of our event. Also please check the City of South Miami records for January 9, 1999 and there, you will find a copy of a proclamation given to ArtExpo at the awards Ceremony by the Honorable Mayor Julio Robaina making that day ArtExpo Day in the City of South Miami. (a copy is not provide because since then, the award is framed and hangs at our offices).. Also, at City Hall is the Cultural Diversity Mural our gift to the city from the inaugural ArtExpo. Should you need additional information and additional letters of recommendations, please do not hesitate to call, I will have them sent to you by our sponsors. Nov -lu -y9 O7:i3P P.O3 Questions/Issues 1. An "actual" financial sheet mast be submitted for last year's event. 2. Please specify how the requested City grant of $2,000 would be ,spent. 3. The Grants Advisory Board utilizes a evaluation criteria, which includes "Support from other sources, with proof a minimum $1 to $1 match in the activity's budget." Your financial sheet clearly demonstrates support in excess of a $1 to $1 match; however, you may wish to provide "proof" of the match. 4. Please note that item 6 of the Application Requirements, as listed on page 1 of this report, is absent. Although the Grants Advisory Board may have enough information to evaluate your application without item b, please be aware that it is listed as a requirement and may benefit your application and your chance of receiving funding. Excellence, Integrity and Inclusion 2 I 1` I THE CULTURAL AFFAIRS COUNCIL OF SOUTH MIAMI, INC. 7800 Red Road, Suite 21 SID ■ S. Miami, FL 33143 ■ Tel./Fax: 305/666 -7469 ArfExpo South Miami 1999 Final Revenue & Expense Report Revenue: Contracted Services Revenue $27,000 Corporate Contributions 219000 Poster Sales 750 Beverage Sales 11850 T- Shirt Sales 11500 Postcard Sales Soo Show Souvenirs 11000 City of South Miami Contributions: Refund of Show Application fee Soo South Miami Community Grant 61500* Cash in Hand 29300 Total Revenues: 5628900 Asterisk item represents South Miami Community Grant Board recommendation of dollars to be earmarked for a particular expenditures, such as police and public works expenditures; as per our grant request. C3 r sa, ID THE CULTURAL AFLAIRS COUNCIL OF SOUTH MIAMI, INC. 1 7800 Red Road, Suite 215D ■ S. Miami, FL 33143 ■ Tel./Fax:305 /666 -7469 ArtExno South Miami Project Revenue A Expense Report. continues: Expenses: Administrative Expenses: Personnel in house $3,500 Personnel - contracted 46500 Technical /Production Expenses: Personnel - - in house 39000 Personnel - contracted 29000 Personnel - - artistic 800 Venue Rental areas 19500 Marketing /Promotion: Advertising $179500 Design & Printing 59600 Postage A Mailing 39000 Office Supplies 29500 Jurors- Artists Awards 21500 Entertainment 19500 Equipment Rental 71500 Insurance 29500 Police (City of South Miami) 69050* Public Works (City of South Miami) 39000* Total Project Expenses S65,750 Asterisk items represent those `items paid in part by the South Miami Community Grant. (See Attachments). Total Project Loss -(S2}8 Date 4/1/99 Order No. Rep FOB Shipping & Handling $0.00 Taxes State j L TOTAL $Z031.58 Office Use Only I Qty Description Unit Price TOTAL ART EXPO EVENT ON 119/99 & 1/10/99 CITY OF SOUTH MIAMI CONTRIBUTION $6,500.00 i DEPOSIT 500.00 TOTAL ` $7,000.00 LESS CITY EXPENSES POLICE EXTRA DUTY $5,893.75 PUBLIC WORK DEPT. LABOR $2,667.93 FICA 204.10 275 BARRICADES 265.80 TOTAL CITY EXPENSES $9,031.58 i t 1 AMOUNT DUE $9,031.58 - $7000.00 = $2,031.58 ' $2,031.58 $2,031.58 I SubTotal $2,031.58 Shipping & Handling $0.00 Taxes State j L TOTAL $Z031.58 Office Use Only I Miami /ft l CLEAR CHANNEL South Florida November 8. 1999 ife Jorge L. Garcia Art Expo South Miami 2000 - 7800 Red Road, Suite 215D South Miami, Florida 33143 Dear Jorge L. Garcia, Thank you for considering Love -94 FM as a prospective radio partner for Art ' Expo South Miami 2000. We would be pleased to be a part of this event. As a radio partner, Love 94- FM will provide promotional support via promotional airtime and with on site personality appearance. To enhance the visibility of the event, Love94 -FM will be provide Art Expo 2,000 with the following: �°`�' • Twenty (20) live 30- second promotional announcements for two weeks prior, for forty (40) promos. '�• • Van on site. • Love 94 air personalities to introduce headliners. �f Promotional value is $8000 Art Expo 2000 will provide Love 94 -FM, with the following: • Inclusion in Media Blitz, with NBC TV 6, Miami Herald/ El Nuevo Herald and The Sun- Sentinel. • Logo featured prominently on official Print and Official Street banner on Sunset drive and in official program. • A Love 94 -FM banner to display (4'x 6' banner size) at a prominent location. • Ten VIP passes for Oasis at Show Track. 194 N.W. 187 Street • Miami, Florida 33169 Miami /Dade: (305)654 -9494 • Broward: (954)426 -4600 Fax: (305)654 -9490 CLEAR CHANNEL South Florida i Miamilk Lauder4ale Per your request, we have forwarded your information to the other Clear Channel stations to solicit for public service announcements. At this time, we have not received their response. We can not guarantee their participation. We are certain that Love 94 -FM is an excellent vehicle for this event, based on our audience composition and their lifestyles. Please feel free to call me if you need additional information or assistance. Love 94 -FM looks forward in working with you and Art Expo South Miami. the rook ""Ico Warm regards, Arian Gottlieb fortl►;M+a+'� t7w Account Manager 7 Love =94FM A.G. SMOOTH JAZZ 93.9 1 us EEO1 194 N.W. 187 Street Miami, Florida 33169 Miami/Dade: (305)654 -9494 • Broward: (954)426 -46013 • Fax: (305)654 -9090 i CONTRACT 41 MEDI: /F[. Il A, AI.AI:11 :irw % Utot v Contract Number "AvtEX o Sou h N�lami" X 5800 N.W. 77th Court, Miami, FL 33166 Cultural Affairs ouncl oL S. MiamL treet, West Palm Beach, FL 33405 Advertiser materials to: P -ublic Service Commodity Com m � 609 Hunter Ship all display 5800 N.W. 7th Court, Miami, FL 33166 l ® New 9 Renewal Commencement of Service --9,2t We, the unde EVENT: JanuaryV 8 signed, hereby authorize and direct you to execute for us Poster Advertising Displays in the rtiarkets j specified her In upon terms and conditions on both sides of this contract as follows: ! Showing Number of Panels Rate per Number Non- . Market Size 4 -week of Total Illuminated- Illuminated posting Weeks i I ,POSTER CONTRACT 41 MEDI: /F[. Il A, AI.AI:11 :irw % Utot v Contract Number "AvtEX o Sou h N�lami" X 5800 N.W. 77th Court, Miami, FL 33166 Cultural Affairs ouncl oL S. MiamL treet, West Palm Beach, FL 33405 Advertiser materials to: P -ublic Service Commodity Com m � 609 Hunter Ship all display 5800 N.W. 7th Court, Miami, FL 33166 l ® New 9 Renewal Commencement of Service --9,2t We, the unde EVENT: JanuaryV 8 signed, hereby authorize and direct you to execute for us Poster Advertising Displays in the rtiarkets j specified her In upon terms and conditions on both sides of this contract as follows: ! Showing Number of Panels Rate per Number Non- . Market Size 4 -week of Total Illuminated- Illuminated posting Weeks Dade, Br ward 121x25 20 $12,160 5 $15,200.00 Lab r 2,500.00 Public S rvice Donation �- r [12,700.00 Federal . D . #: f�SS�1 TJ SPACE AVAILABLE TOTAL DU IN ADVANCE $ 2,500.00 Year lgqq Jan. Feb. Mar. Apr. ` May June July Aug. Sept. Oct. Nov. Dec. TERMS 1. Advertiser mu ;t supply poster paper ten (10, days prior to posting date. 2. Should late paper delay posting, advertiser ,veil be billed for the weeks scheduled even though posters may not be displayed for the full contracted time. 3. Allow five (5) 1 vorking days for completion of costing. 4. Ali invoices am due in full no later than 30 days from invoice date. A finance charge of 1.5% per month will be applied to all past due accounts. 5. Contract pertE ins to advertising space only. Production of posters not included in this contract. 6. A minimum of 60 days required for cancellation and/or changes. AK Media/FL Cultural Af fairs Council Advertiser /Agency Jesus J. 7800 Red Road, 421ST) Garcia Address Director _ IA— r City state Z p l Phone al Manager CII aassee Print or Type) Account Manag Approved/Gone " III 9 AK;MEDIA/FL A Nli:MuE'R t)r Ti l: AcKE:111,1: :Y .Mi ni k Gil t:1, i rtExpo South Miami d/o Mr. George L. Garcia 7$00 Red Road, Suite 2151) Soouth Miami, Florida 33143 November 9, 1999 bear Mr. Garcia, - j Just a quick note to thank you for your time on the phone today and for thinking of AK Media/Fl and advancing or image and position in the marketplace. i j I have taken the liberty of researching the area zip codes we discussed to provide you with detail demographic information. Also please find additional research regarding South Florida lifestyle trends that ate applicable to your business. such as real estate, visitors and consumer furniture and remodeling trend information. I hope that these tools are helpful to you and I look forward to our participation in the ArtExpo Sf)uth Miami 2000. i will be in touch with you after we review and evaluate our on -site participation at your event. Thanks again for your time and attention. Regards, -" ---- -' a J. Trullenque arketing Specialist I j I { Jesus Garcia; Public Affairs Director, AK Media / Fl Marisela Llamas, PublicAffairs Administrator, AK Media /FI i File 5800 LN.W 7 :'H Cui iiT :NInyu., Fi.3 166 TEE. 305.592.6250 B]IOWAitl) T�:i. 954.52 4.57'< 7 Fnx 305.47', .0743 www.ackericy.com/.ikmedia WNW Oz. No] a' A HISTI Pro Pan for disp elegant incorpo other d' of our c liked th. quality, attentic the craf made a for frier there w for qual QUALI' Our Pre are han sturdy f welded also avz l l By Artists, For Artists Light Modular Systems ck and Easy Set -up ble Carpet Covering [able in 'lWo Widths, Heights & Five Colors MY OF CRAFTSMANSHIP !Is have developed a reputation eying art as it should be, with and style. Our first display ated some features we liked in Plays and several innovations vn. Artists at shows way it looked, the lexibility, durability, d to detail and smanship. We ew displays Is and found s a demand ty art displays. �edestais Y MAKES A DIFFERENCE Panels and Display Accessories - crafted from durable, high quality materials. A ribbed carpeting that is durable, easy to clean, color -fast and unharmed by water is used to cover dense polystyrene foam. Our anel frames are vinyl- covered, tubular steel, Pro Panels are !able in a knock -down system. Visit 04r Website For More Details ArtExpo South Miami 2000 Focuses on Artist Amenities SOUTH MIAMI, Florida --More than 100 visual artists and artisans will enjoy the best in artist amenities at ArtExpo South Miami 2000. Chairman Jorge Garcia and staff have implemented perks that they feel are meaningful to circuit artists such as private parking, artist -only restrooms, easy loading/ unloading in front of booths and artist breakfasts. Se- curity will be made available for the early Friday night setup through the duration of the show. First, second and third place tro- phies, designed and hand- blownby Mas- ter Glassman Tim Thibeaux, will be pre - sented along with cash awards at the Sat- urday night awards dinner. South Miami Mayor Julio Robaina, ArtExpo`s Official Host, will attend this special ceremony. Funds raised will benefit the Cultural Affairs Council of South Miami's annual fund, Proceeds fund year -round arts pro- grams and benefit local South Miami non - profit organizations. Check ArtExpo`s web site at: www.floridastuff.com/ artexpo for additional information. Aim Fixtures 3v Series Pioneers Horizontal Displays COCOA, Florida —Aim Fixtures launches its 3v Series, providing 3 -1? ex- hibitors with an easy display surface. Each 3v Series display has a counter in- set which, when used with the 24 -inch wide counter and terraced shelving cre- ates 13 sq. £t, of display area at all lev- els of sight, per standard display panel. Panels and counter supports have ad- justable legs to ensure stability and al- low each 3v unit to free stand. Exhibi- tors no longer need another display panel pivoted at a right angle to pro- vide structural support. The 3v Series can be used indoors or out, with or without a canopy. The 3v Series is modular. Specialty modules and options make this dis- play /exhibit platform nearly limitless - specific to any sales display require- ment. It can be integrated with exist- ing AIM Display Panels and a- Shely- ing units and accessories. Additional components can be easily added - noth- ing becomes "obsolete." This flexibility makes all AIM products cost effective. Each are made from lightweight anod- ized aluminum, offering stability, du- rability and no maintenance. Compo- nents fold flat to make storage and transportation space as small as pos- sible. Each exceeds all existing and planned mall (fire codes. For more information, contact AIM Fix- tures, 6517 W. Baker Cr., Cocoa, FL 32527; 1- 800 - 524 - 9833, www.aimfixtures. com. Sunshine Artist City of South Miami Grants to Non— Profit Organizations Grant Application 1997 (Please submit original and ten (10) copies of this form and attachments) Organization name: Street Address: City: St: Zip: Mailing Address: City: St: Zip: Phone: Fax: Voice Mail: Email: Applicant name: Title: Co- applicant or other contact: Title: Project name (please give short description):" Grant amount requested: On a separate sheet kindly provide a history of your organization. Include in your history the following: 1. Date organization was formed 2. Organization mission and goal(s) 3. Names and addresses of officers and directors 4. Date of incorporation, if applicable S „,,.Past. activities; include media coverage,' acknowledgements and awards l 6 Prevous grants from City of South Miami. 7. Previous grants from other public and private organizations Please attach a copy of the Internal Revenue Service "Letter of Determination” of the organization's non- profit status. Project Information (provide a description of the project; what it is, who it's for, when it will take place; where it will take place; and, how it will be produced and conducted) I P.02 y e CITY OF SOUTH MIAMI Cultural and Community Grants Program Application Review Sheet Applicant: The Cultural Affairs Council of South Miami, Inc. Project: ARTEXPO of South Miami Amount of Grant Request: $2,000 cash; $7,500 in -kind services Application Requirements Status Present/Absent/Additional Info Required) I. Completed application form Present 2. A brief history of the organization a. Date organization was formed Present b. Date of incorporation (if different than above) Present c. Organization mission and goals Present d. Names and addresses of principal volunteers, officers, board members and directors Present e. Brief biography of principal volunteers, officers, board members and directors Present f. Past activities {including media coverage, acknowledgements and awards} Present 3. An IRS Letter of Determination of Non -Profit Status Present 4. Previous grants from the City of South Miami Present 5. Previous grants from other public and private organizations Present 6. Letters of recommendation (no more than 3) Absent Other materials that would enhance Applicant's chance of funding Present 8. Project Information Description (Who, What, 'Wlere, When, How) Present I v CITY OF SOUTH MIAMI INTER - OFFICE MEMORANDUM To: Honorable Mayor and City Commission i From: Charles D. Scurr City Manager REQUEST Date:. December 29, 1999 Subject: Agenda Item # / 1 g Commission Meeting 01/04/00 Funding Request "Palmetto Bugs" A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, RELATING TO FUNDING VOLKSBLAST 2000; AUTHORIZING THE DISBURSEMENT OF FUNDS IN THE AMOUNT OF $1,390 AND THE PROVISION OF "IN- KIND" SERVICES IN THE AMOUNT OF $1,110 TO THE "PALMETTO BUGS ", FROM ACCOUNT #01- 2100 -519 -9910, ENTITLED "CONTRIBUTION— SPECIAL EVENTS ". BACKGROUND AND ANALYSIS The "Palmetto Bugs" submitted a Cultural and Community Grants Program Application to the City of South Miami for VolksBlast 2000. VolksBlast 2000 is scheduled to occur on Sunday, February 20th, at the First National Bank of South Miami parking lot, from 9:30 am to 4:00 pm. On December 16, 1999, the Grants Advisory Board reviewed the application and recommended approval. The application included a request for $1,390 in cash and $1,110 in "in- kind" services. The disbursement of the cash and the funding of the "in- kind" services would be charged to Account #01- 2100 -519 -9910, entitled "Contribution— Special Events ". The available account balance is $50,515; the resulting balance would be $48,015. RECOMMENDATION Your approval is recommended. RESOLUTION NO. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, RELATING TO FUNDING VOLKSBLAST 2000; AUTHORIZING THE DISBURSEMENT OF FUNDS IN THE AMOUNT OF $1,390 AND THE PROVISION OF "IN- KIND" SERVICES IN THE AMOUNT OF $1,110 TO THE "PALMETTO BUGS ", FROM ACCOUNT #01- 2100 -519 -9910, ENTITLED "CONTRIBUTION— SPECIAL EVENTS ". WHEREAS, the "Palmetto Bugs" submitted a Cultural and Community Grants Program Application to the City of South Miami for VolksBlast 2000; and WHEREAS, On December 16, 1999, the Grants Advisory Board reviewed the application and recommended approval of the grant; and WHEREAS, the Mayor and City Commission of the City of South Miami support VolksBlast 2000 and its charitable contribution to the efforts of Habitat for Humanity in the City of South Miami. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI: Section 1. The City Manager is authorized to disburse the sum of $1,390 and provide "in- kind" services in an amount of $1, l 10 to the "Palmetto Bugs" from account #01- 2100 -519 -9910, entitled "Contribution— Special Events ". Section 2. This resolution shall take effect immediately upon approval. PASSED AND ADOPTED this day of , 2000. ATTEST: CITY CLERK READ AND APPROVED AS TO FORM: CITY ATTORNEY APPROVED: MAYOR Commission Vote: Mayor Robaina: Vice Mayor Russell: Commissioner Bass: Commissioner Bethel: Commissioner Feliu: City of South Miami Grants to Non - Profit Organizations Grant Application 1999 Organization name: Palmetto Bugs Street Address: 5864 Commerce Lane South Miami, Florida 33413 Mailing Address: 5864 Commerce Lane South Miami, Florida 33413 Phone: (305) 667 -0724 Fax: (305) 667 -0729 E- mail:volksblast @aol.com Applicants name: Bill Steckley Title: President Co- applicant: Enrique Neufeld Title: Vice President Project name: Volks Blast 2000 This is an aut+or aNk show for Volkswagens only, to beheld on Sunday, Feb. 20, 2000, on. the # National Hof South Miami, parking lot. This is the clubs third event in South Miami. All funds are contributed to Habitat for Humanity of Greater Miami. To date this show has raised approximately $23,000, for Habitat. Grant amount requested: $2500.00 i E I I I I I L& 2. History of the Palmetto Bugs: The Palmetto Bugs Volkswagen Club, was organized in July 1994. It has no membership dues Or an official membership roster or club rules. The club brings together V.W. owners and enthusiasts who enjoy their old Bugs and Beetles. In addition, as its major objective, the club is committed to participate in community based projects that improve the lives of people in need. For the past three years, that project has been the support of Habitat for Humanity of Greater Miami. 3. Names and Addresses of officers and directors: Bill Steckley, President P.O. Box 43 -1013 Miami, Florida 33143 Enrique Neufeld, Vice President 5864 Commerce Lane Dept. VWT South Miami, Florida 33143 Virgin Vandervlugt, Treasurer 6775 S.W. 59 Si. Miami, Florida 33143 4. Date of incorporation, if applicable: Since the Palmetto Bugs V.W. Club is not a formal organization, it is not incorporated. 5. Past activities: Our clubs past activities include two V.W. auto shows in South Miami, which were held in February 1998 and 1999, on the property of the First National Bank of South Miami. A more comprehensive review of the clubs activities, media coverage etc., can be found in the attached booklet. 6. Previous grants from the City of South Miami: There have no previous grants from the City of South Miami to the Palmetto Bugs V.W. Club. 2. 7. Previous grants from other private or public organizations: There have been grants made to the club from Volkswagen of America, Deel, Esserman, South Motors V. W., and Westrex Automotive Corporation. The Palmetto Bugs V.W. Club is not anon- profit organization. The funds raised are given to Habitat for Humanity of Greater Miami, and the club utilizes their non -profit certificate. (Please see the attached letter for Habitat, showing their non- profit status and their support for the Palmetto Bugs V.W. Club's efforts on their behalf). Project Information: For the third time in three years, the Palmetto Bugs V.W. Club will be holding their Volks Blast (2000) in the parking lot of the First National Bank of South Miami. This show attracts over 150 V.W.'s to its venue, with many coming from surrounding counties. The show will take place on Sunday, February 20, 2000. The show, which last year attracted some 7,000 visitors to the area (and city), has been growing since its inception in February 1999. The purpose and objective of Volks Blast, is to generate funds for Habitat for Humanity of Greater Miami. To date, over $23,000 has been raised for this worthwhile program. With financial sponsorship from Volkswagen of America, Deel, Esserman, South Motors Volkswagen and Westrex Automotive Corporation, the show has grown in size and content. The show is open to the public free of charge with entertainment provided also at no charge. Many sponsors contribute services or goods to be auctioned. This money is also contributed to Habitat for Humanity. The show takes place just South of the Shops of Sunset, and provides an excellent opportunity for families to enjoy wholesome entertainment from 9:30 A.M. to 4:00 P.M. 3. Many participants who take part in the show, tend to stay in the area for some time. This of course, is of economic benefit to the city and surrounding area. The V.W. club's flyers advertising the assistance of the City of South Miami, are sent to or given to over 4,500 people who, while not all showing an automobile, will attend the show. Music from several different types of groups is also provided to help with the fun and festive activities. 4. Financial Information Amount of cash grant requested: 3 9 0 ,.r Amount of in -kind grant requested: !, Amount of Annual Budget (before this grant): ' ` Lk ' Estimated Project Expenses CATEGORY CASH EXPENSE IN -KIND EXPENSE SUBTOTAL Personnel- artistic $ -10 0 . ' $ 1 . (} �:` " $ 210 0 0 Personnel- production $ Q • $ $ 10 � Space Rental $ $_ 119 0 00 $ to- 000 Transportation $ 0 $ 0 $ Q Marketing /Publicity $ 2.,537- $ 5 K $ 2,1'44. Office supplies /utilities rD $_ 7 rsA $ 2 5 $ 189. w" Equipment rental /purchase $ 76 r $ 0 $ Other cost (please itemize) Io $ 0 0_ $ ,Y $ 2. Estimated Project Revenues CATEGORY CASH IN -KIND SUBTOTAL CONTRIBUTION Admission $ $ $ Grants $ $ $ Corporate $ 0 0 • $_- County $ 0 $ Q r0 State $ $ y $ Q Federal $ $ Q $ Q Others $ 0 $ Cash on hand 0 City grant request Q $ �/ 3 7 �, $ 1. 4 0 06 $ TOO, && Total Expense $ S 4 g 0 $ Z _ ,. $ 5p, 2 sm.gnpoapp.vi Other costs itemized: 1. An insurance policy to cover liability issues provided by Volkswagen of America, $80.00. 2. All profits from the day of the show and other fund raising efforts, contributed to Habitat for Humanity of Greater Miami, $10,150. 0 nDecem HABITAT FOR HUMAN 17Y OF GREATER MIAMI building houses in partnership with God's people in need (erl,1999 City of South Miami Grant Advisory Board 6130 Sunset Drive South Miami, FL 33143 To Whom It May Concern: Habitat for Humanity of Greater Miami receives all the proceeds raised from the Car Show that the Palmetto Bugs and the Wide Five VintageVolkswagen Club puts on annually in South Miami. Habitat for Humanity of Greater Miami is an incorporated, non -profit organization and is tax exempted under section 501(c) (3) of the Internal Revenue Code in which I have enclosed a letter confirming this. Habitat for Humanity Greater Miami also abides by the American Disability Act. The Palmetto Bugs and the Wide Five Volkswagen Club have been supporters of Habitat for Humanity of Greater Miami for a number of years. We really appreciate their support and the willingness to partner with us to build simple, decent, affordable homes for families in need. Sincerely, George Campbell Community Outreach Coordinator Habitat For Humanity of Greater Miami / P.O. Box 560994 / Miami; FL 33256 -0994 i (305) 670 -2224 HABITAT FOR HUMANITY Robert A. Rosasco, President HFIi of Greater Miami, Inc. P.O. Box 550994 I- iiami, FL 33256 -0994 Dear r1r. Rosasco: building houses in partnership with God's people in nee June 7, 1989 This letter will confirm that Habitat for Humanity of Greater Miami, Inc. has been added to the roster of exempt subordinates included in Habitat for Iumanity, Inc.'s group exemption under section 501(c)(3) of the Internal Revenue Code effective on June 7, 1989. The enclosed copy of the group exemption letter received from the IRS provides evidence of Habitat's group exemption. That letter, together with this letter which confirms your affiliate's exempt subordinate status, provide evidence of your tax exempt status under settlara .501(c)(3) of the Code. Botfi these letters should be re r s part of your affiliate's permanent retsbrds. Please -note that if your gross income is normally more than $25,000, you are required to file Form 990, Return of Organizations Exempt from Income Tax, by the 15th day of the fifth month after the end of your annual accounting period. Also, note that a significant penalty is imposed when a return is filed late. While filing of a group return by Habitat's national office is a permitted option, that does not appear to be a feasible alternative at this time. The group exemption number assigned to Habitat by the IRS is 8545. This number may be `provided to prospective donors, foundations, and other grant organizations as they request it, and is required on any Form 990 you may file. partnership, L Palm VolksBlast 2000 to Benefit Habitat for Humanity of Greater Miami It's a Volkswagen car show. All proceeds are donated to Habitat for Humanity of Greater Miami. This letter is to request your participation in VolksBlast 2000. Members of the Palmetto Bugs and Wide Five Volkswagen clubs donate their time and energies to insure the success of the shows. Three previous events have raised $23,000 which has assisted Habitat to build over 200 homes in Miami -Dade County. The shows have been supported by Volkswagen of America and the four Miami VW dealerships. VolksBlast 2000, scheduled for Saturday and Sunday, February 19 and 20, 2000; is being greatly enhanced by the participation of the South Miami Merchants Association, Shops of Sunset and the City of South Miami. The planning committee has been cl aiienged to involve' additional businesses and individuals in the event. Our plan is to have three tiers of sponsors to make your participation easier depending on your objectives and your budget for such charities. Please review the enclosed participation schedule to determine your level of involvement If you have any questions, please call 305- 665 -0216. Then, after you decide to assist in the home - building program, please mark your calendar to attend the show next February. It's a terrific cause and agreat weekend filled with fun and much joy. Sincerely, Sponsorship Committee Member VolksBlast 2000 July 1999 5864 Commerce Lane, South Miami, Florida 33143 • Phone: (305) 667 -0724 • Fax: (305) 667 -0729 Website: http: / /www.volksblast.com E -mail: volksblost @aol.com Palm i a, - '" Vrntoge Volkewogmn Club Sponsor Participation Schedule VolksBlast 2000 Wolfsburg Sponsor $1000 or more in cash and /or goods and services includes: high visibility in all pre -show related promotional materials as well as day of show program. Also includes list of all sales leads generated at the show. Puebla Sponsor $500 or more in cash and/or goods and services includes: high visibility in day of show program. Also includes list of all sales leads generated at the show. Westfalia Sponsor $ZOO or more in cash and/or goods and services includes: visibility n day of show program. tY Y P g Sponsor Limitations 10 - Wolfsburg 20 - Puebla 30 Westfalia for more information, contact Dino Virella at 305 -971- 4075 5864 Commerce Lane, South Miami, Florida 33143 Phone: (305) 667 -0724 Fax: (305) 667 -0729 Website: http: / /vwvw..volksblast.com E-mail: volksblasgool.com cyC QC, C o =v- a y _ CO O b3 4K. 3I s_ m a' Cn .� o o ■� W CD o '-Di O c n V O -J 1 O — oc y3 Cn _ Cl) Gl C (' D O - wa�a�W w .o is ?. W w a ^ � � a_.2o c 0 (�.) (D /A 0 C Cl) ^ OCJNC n.`r"'• CC y NN �A�7� 0 (� O W O N Cn`� vii CD CD O `° Q N 1 _, p ON OTC". X. M o 3 �� Ul yy CL O CD TI cn (CD v w p I•ra o y b3 4K. 3I s_ yy N 2 0 C-) Z Mm � 5 cn '-Di O W°°O 3" aN <° O — oc y3 Cn W Gl y T 'D wa�a�W w .o is ?. W w a ^ � � a_.2o o = N� (nrNG) w Do �• o O ��,cn v� 3 ws5 mi 1 x� O OCJNC n.`r"'• CC y NN �A�7� 0 (� O W O N Cn`� vii iom Da Jry 1 _, p ON OTC". �� 3 �� Ul yy co (n 7 o 3_ o C O C. •r T YI . r n. i CL O +. N L Z (n U Q. N C) a, 7C) �C a) C 0 uJ CL i 06 N a O 0 IL A L y_ V t H a) O t N. J IL N C� U m O /�� m CD ca co O X N "O Q J L, X N m m U ui co Z . �- 7.. L U. CTS a) m —_ (TS N d ` > E , X .L CTS m °� m O ❑ > v T� O u" o m d i a) 0) O> O O o m L O ❑ > U) O> O cu - m E c N tC Co Ca > (d ,M U -t a -0 o 'j — 2 -a a � W O= c c Q O «. + m U !— Z c cz sue Ew O 0 0 cm c t -c CL�L._ L >m S"'. O O-0 -O 1 Cl) CD in ■ '^ ��+ • C Q (� F3 Q F �E Q E O Z LLJ Z O a) ca m 0 N mi Co N O O N O T U U) H Lij ! c > L O ..iy. ^O ° v 4 ('i Q c .p C f Q .� L Q o Q � U- z� � W m C� U Q. N C) a, 7C) �C a) C 0 uJ CL i 06 N a O 0 IL A L y_ V t H a) O t N. J IL N C� U m O /�� m CD ca co O X N "O Q J L, X N m m U ui co Z . �- 7.. L U. CTS a) m —_ (TS N d ` > E , X .L CTS m °� m O ❑ > v T� O u" o m d i a) 0) O> O O o m L O ❑ > U) O> O cu - m E c N tC Co Ca > (d ,M U -t a -0 o 'j — 2 -a a � W O= c c Q O «. + m U !— Z c cz sue Ew O 0 0 cm c t -c CL�L._ L >m S"'. O O-0 -O 1 Cl) CD in a E l a 0a, N a C � m m :01 0 �a:s 0 3 C) '^ ��+ • C Q (� F3 Q ° Q Q c O Z LLJ Z T� f ct5 a) ca m 0 N mi Co N O O N O T U � H Lij ! c > L O ^O ° O O ('i Q c .p C f rn Lo � Ln rn E Q o °LLMC2 LL c. U- z� �.� W m C� d3 r M ti O Nut c o C o Q U7 '� Y W �( C D U) cz a) v o-0 Zj o cia % m m a co a) 0 0 Lb aD c > Co U1 -,e (1) U > as II O -0 Co > U ru 00 oy C m c 0. uj 3 N o— n' a) o o� CZ 0 lA D j � Q � z Q W _ O as L m � - N G O N C _ N G7 Cy Q o a� — ca as co as O O cv ctf as >. >w cooUco LgLU —j 91��'S� V Ir y 3 o CO Q O O O >, c �°" cco1—io _ �.i Q ,. U . 30� nm0o �a 0 3 a. 0 r r r r T T T T r r cc o a� C v a `O ' p� a E l a 0a, N a C � m m :01 0 �a:s 0 3 o 0 F > F3 Q S uJ cc 1t �. CO co O > U T T Q c .p C f rn Lo � Ln rn E Q o °nom 3 (n Qi v T v1 C1i E � O �• � •' N = (3 Y O aO ) O E :3 t' V � O c: 5 In N O 0 U O C. C: 0 C U U) Q. II O -0 Co > U ru Y > O E Ca a) a) -- O O O a) E - o CU -x aao oxs o 0 0 > E oy C m c 0. `0 3 N o— n' a) o o� Ov� to o L�, L�, a _ U U U `- ♦♦O� o /�� f L L_ L i i d -- — U > U L m C m a (D in (D Tii L= _ O L ♦n V/ f/1 O( TvJ >1+JU 1 OY,. > A1—!— m ry >,L i N i a) U (? rf1 i i ! ., r, —_ ca cC c� 'c� _ cU o m a) a - N G O N C _ N G7 Cy — ca as co as O O cv ctf as >. >w cooUco LgLU —j 91��'S� Q c �cn�'aE E 'F a) --u_Z >, c �°" cco1—io _ cry —tWJU r N m 4 LC) CO P- O 60 r N m� to CU f`- CO m O r N N '� N C� � N N N �� iA � n. m 0 0 r r r r T T T T r r m C p� U0 Xa0im 0 5 '0WOm a E l a 0a, N a C � m m :01 0 �a:s 0 3 o 0 F > F3 Q S uJ July 21, 1999 building houses in partnership with God's people in need Palmetto Bugs Volkswagen Club 5864 Commerce Land Miami, FL 33143 To all members: Please accept our deepest appreciation for the donation of $10,345.00 toward the ministry of building simple, decent, affordable homes for families in need. Through the financial support and the volunteer participation of the Palmetto Bugs Volkswagen Club families continue to reach their life long dreams of homeownership. Again thank for your contribution and the support you have given us throughout the years as we continue to fight against substandard housing in Miami -Dade county. Sincerely, George Campbell C omnwnity 4uu ewh 40@ordi<nakor Habitat For Humanity of Greater Miami ; P.O. Box 560994/ Miami, FL 33255-0994 ; (305 ) 570 -2221 First National Bank of South Miami June 2, 1999 Bill Steckly Palmetto Bugs 5864 Commerce Lane South Miami, FL 33143 Dear Bill: 5750 SUNSET 0 RI_VE SOUTH MIAMI, FLORIDA 33143 305.667.5511 March 25,1999 Butch Westley Volkswagen of America 10964 Mandarin Station Drive West Jacksonville, FL 32251 - 1215 Re: Volksblast '99 — '00 Dear Butch Westley: Pursuant to our conversation, the following items_ pertain to this and next years VNV show: First, as of this date the club has not received VOA's $2000.00 contribution for Volksblast '99. A second invoice was sent to you this past:JanuaryAlso, we tentatively plan on presenting a check to Habitat on Thursday, April 1, 1 999 at dinner We would like you to join us if you can be in Miami. I'll keep you inforned 5 The following are ideas that you suggest I discuss with Ron Esserman: 1. Obtaining dealership mailing lists of new Beetle purchases 2. Use of dealership conference room for monthly planning meetings 3. Acquiring a new Beetle at a reduced paid fora raffle Since we spoke some.new thoughts have been pr esente m' hic I feeLyou should be aware of a ,:.. two day event, Saturday and Sunday, February 19 and 21 2000, tc" n lude a 5K run, student art festival and a *YV toy show are being considere& Tlus...veekend;ineludes the annual Coconut Grove Art Festival and the °'Miami teach Boat Shag This argrea# time to be in Miami. As with the first shows, all of our efforts will benefit Habitat & Humanity. Finally, our members would appreciate learning if any car sales at the dealership were a direct result of the show. Again, many thanks to you and Bill for your help. Sincerely, Bill Steckley Club Member cc: Ron Esserman, President Esserman International VW S�eck�ey photographu, ins. P.O. Box 43 -1013 Miami, Florida 33143 (305) 665-0216 We tkaak our Sponsors: VOLKSWAGEN OF AMERICA Drivers wanted: t1-j ESSERMAN ESSOMAN VOLKSWAGEN VOLKSWAGEN INTERNATIONAL MoTOBs WESTEX Automotive Corporation msd our Donors: let 9 ion 1st National Bank of Soutk Miami City of South Miami Coastal fuels Fantasy Towing florida Moose Association Leisure City Lodge footworks Foreign Parts Distributors Mid America VW Parts Ddaid � At�cdy Photo Pro, Inc. Pittmms Pkoto Pro Soap, Inc. Rocky Mountain Motor Works State farm Insurance -Manay Miranda Steckler PAotograplky Sunset Photo l/niwersity of Miami Athletie Department West Coast Metric, /me. Ateawizards World Printing ZFP Mark Aren ert HABITAT FOR HUMANITY ALL PROCEEDS r0 8fN €flT OF GREATER MIAM, 1' rkank you for ketping to make Nolksbiast `99 a success! See you at (/olksblast `00! tentative Date. Sunday, February Z0, 2000 Day of Show 9esda Raffle Ticket Sale face Paiatiffig - Drawings every 112 hoar Doak rank Silent Auction Paiat & Swask Car ,100 JJ�� RC�JR3A1iJIJ �N 9W/ C,'A�R ftoo J A� 11� J 0 SVCC11A� A1;'1 A S10 W CA�3 A'W/A$.0 Special Visitors: Live music: *ML^r9j& Rt 0M,'AA'AJA •Supraling"a *AAMAU 44 N11AWRAC •Dolittle D✓ Jimmy Ray Roles afshow: •No load expores •No loud Stereos Please remove all trash from roar area Palm o II a with'„�1� Palmetto Bugs ..:....,,......k. y c B: EMORIES: The much -loved Volkswagen Beetle is back and old and new versions can be viewed at VoiksBiast on Feb. 7. buall Car Io;ers `/akswQ9en Club Palm �..., -+►' � � race to V-olksBlast %. Pailnetto any$ FOR Hu v�hise ARLES BIN a 1980 Westfalia van and even "s of the bug, (� (!p ..* Herald Neraid Staff writer Y m• version "� tl(i�r v�l Beetlemania will hit the streets of South Miami Feb. 7 which is available in multiple colors and comes with a carna- ��..,•„ during VolksBlast — an eight- tion and flower holder. year tradition showcasing the The event will be in the park- new and old of the beloved Ger- ing lot of First National Bank of man auto, the Volkswagen. South Miami, 5800 SW 73rd St. Sponsored by Palmetto Bugs Even today, 51 years after the Volkswagen Club, the show has first Volkswagen hit the high - visited Coconut Grove, Key Bis- way, the lovable bug remains a cayne and Homestead over the fascination to those who years. Next week, old car enthu- iemember it way back when — siasts will get the chance to see and those who just discovered everything from a 1953 Beetle to the version re-introduced in 1998. But why? "I guess when we were youn- ger the Volkswagen was every- %olkBla Car SNOW. body's first car_ Everyone has a to benefit a ita memory associated with a Voi;cswa;en bug;" said event coordinator Virgin van der All the money generated from V This Thas year more than i25 cars registration fees at Sunday's VolksBlast99 wiIl go to Habitat l will be judged in 23 categories ranging from clean en ne and for Humanity of Greater Miami. 'con traction to the bra d new The show will be from 8 a.m. to 4 p.m. in the parking lot of First flower-power aunt job category. live Unds will National Bank of South Miami, Two perform. - There will be raffles, a dunk 5800 SW 73rd St. tank, a smash - and -paint car LL, event and food vendors. The event is fee to the public. The Palmetto Bugs make money through registration fees. Last year thee, club raised $9,300. The money. was used to 1a Palm build a South Dade home for w .. Habitat for Humanity of �. Greater Miami. The Palmetto Bugs have not decided which charity will receive the money. CO el me they make this year. The Palmetto Bugs is a YLiami/Dade County based Volkswagen enthusiasts club. • - • HABITAT FOR HUMANITY OF GREATER MIAMI building houses in partnership with God's people in need September 4, 1996 Mrs. Virgin Vander Vlugt The Palmetto Bug Club 6765 SW 77 Terrace Miami, FL 33143 Dear Ms. Vander Vlugt: Habitat for Humanity of Greater Miami greatly appreciates the ongoing support of the Palmetto Bug Club in our efforts to make affordable housing a reality for local low- income residents. Your club's participation in our building efforts through quarterly caravans to our worksite, participation in our fundraising banquets and most recently, your own fund - raiser have really made a difference. Your 50's rock -n -roll dance to benefit Miami Habitat seemed to be a real success among attendees. The $1920 that was raised will be enough to put a roof on one of our new homes in the Habitat Villas community. That $1920 will be repaid by the homeowners through their interest -free mortgage when they move in latertWm year, and will be used by Habitat to build another roof next year. We thank you again for your dedicated support of our organization. I look forward to working with your group throughout the coming years. Thanks again for your support. Yours in Service, David G. Till e Volunteer rdinator Habitat For Humanity of Greater Miami / P.O. Box 560994 / Miami, FL 33256 - 0994/ (305) 670 -2224 t V e 1! e s i 1 f e u E i 1 l t 1 l 1 1 i �M -roe[ uhi uin>tn our H.Ibitar Viflils site su 1 i,or, recently he it ilrom Habitai lie: tdquarters it T� Americus to 1 Athutta, G P`lU a nillg ini lationai ;lassic Twenty -one participants in s to celebrate the Fourth Annual Manning Invitational enjoyed a weekend Habitat For of golf last August at the Baneberry Golf Resort in the Hu l n:zn i r; l l i to foothills of Tennessee. This event, where "dedicated duffers nationa I', 10th shank, skull, chili -dip, and choke for charity, " designated Ann i versar; w this years proceeds to the work of Miami Habitat, 1'a isin_ money E -' rile Atrauu arftl y This seven - clay, 130- walk was a piece of cake i Carrie who ccnsrantly tn- r si verses Habirm \'hilt's 14, u as she supervises rile Cleve r ' ( merit of its 90 home. He is a note we receive I iron C;irrie while on rile trip � -- -- • (she wa.n'r poi) urc�l ra aiUha'a$iDti 3fl 3aflgUet Two days before the banquet, with ° whe u, n cry X1 tired aver 600 reservations in hand for this annual event, we received notice that Dr. Juan Carlos Ortiz had to cancel his speaking Greeti ngr� {) i nr the road! 1 a O engagement with us because of a serious illness. But the Lord not I i isi a w i r . chat Hubita not just tbuttt huthlill hous provided in a manner far greater than we could have ever imag- , ined, after only one desperate phone call, the Rev. Dolphus 1,11t LIl`o about - uilJil,,, relat Weary of Mendenhall Ministries (Mississippi) agreed to come ships. Lspeau man; 11('10s tc share a good word with us. -He challenged, he cajoled, he prod- 'calkul;;T zna Callan, a idl an P ded. When the smoke cleared, the hard hats were filled with iel td, Judy Crahtil. tt me W money and our hearts were inspired to serve in the days ahead. two -years <<(, a Ilan she and her hushand Cal came to wI with Miami 1-1,iNtat during 3�lgS No, , no t the O ��i n Colle;iate Challen��. Tr wa: .r o m ones that fly great to catch up with them hours of ttYonder!itl converse ^ around at night. while t(utCllill the Nackpai o t These Bugs are Volkswagens, ment disappear I) neath our �, I ... feet. See von u,. sow,! and their owners convoy them on - their way down to volun- teer at Habitat Villas ~� several Saturdays each year. This summer, the Palmetto Bug Club held a combination car show and rack -n -roll dance party to benefit Miami Habitat. w Everyone had fun, and almost $2,900 was raised for Habitat home construction. '.. .a R 3 fat 111110S Twenty -one families moved into their nea, homes in Habitat Villas who were a part of this year's work, and use hope you continue to participate with List thirreen homes in this Q0.hOn1e &\- elopment. TI k BUILDING ON FAITH Thanks to Ms. Lairfair Celestine of the International Fine Arts College for her design of our shady new palm tree logo! lan y to out lec.ent house. sponsors: C,ar),tll Foods, Bell South Wl,tlity, Delta B and Levi SrraUtis S; 001111 .im..Also thanks to the Rohice FounIttion, Thatcher Foun rlunldattoll rile Delta .-\irlille's Elilployee Fire Share Program, and ; lc _Aiiiaco Oil Ce i'1UI l l 0LIr very own Stormin' Norman, L, )ratan Newkirk, �: rile ne\� ly appoin E,ICh nrurduy, Norman ICallk the colunreers through the maneuv,_r< oil building Thon t the C)irncr nr ' �%' 00 \Venue and 61 Sneer. Our sincerest th.:mks a) �ulr !riends at F h�) >e }it)Il )I'ihI }i Of Ms. hollSe C011lrlete�, their five -home spun�Orship Con Fi e addiri)mal homes in the sarllc Ile i(,hh,)thood are being i crmirrca, one ro he s .;IChc!iIC C.hllrcll. If \'i)urCltlli'Gh, iiltSlllC >i, c)r CIVIC �rUllp_ would hke to sponsor a hom votli��,�t by Monique Peddle Enrique Neufeld, owner of The Wizards us had no social life to speak of, and addi- co breakfast picnics. One memorable Sun- (German car specialists), and owner of var- tional monthly events have been added The day featured an unbelievable breakfast feast ious years and styles of V Ws, had made sev- club now gathers for two caravans every wholly prepared and served by two of our eral attempts to organize a Bug club in the month; a Sunday caravan/breakfast and a members, Virgin and Peter Van der Vlught - Vliami area, but got little backing or partic- Thursday caravan/dinner. We also partici- (1980 Vanagon). ipation. So he was far less than enthusias- pate in a monthly open car show sponsored Enrique Neufeld's one caveat to Bill tic when customer and friend Bill Steckley, by the South Dade Street Rods.We period - Steckley for organizing and defining the club who owns a 1959 ragtop, 196123 window ically caravan to car shows around Florida. was that we participate in some type of microbus, 178 camper) walked into his shop Our breakfast caravans are usually to a meaningful community based volunteering in the summer of 1994 and pressed him to restaurant, but we have also driven to the on an ongoing basis. In the spring of 1995 give it another try. Everglades and to the beach to enjoy alTres- the club began volunteering at Habitat for Bill, an obvious hard -core VW fan, is Humanity of Greater Nham4 building hoes - Two of the original founders of the Palretto es for low income families in Goulds. We nothing if not persuasive, and ET ique and gus VW club discovered a" Bill spent the next several weeks drumming sweet Type Z in Baja rtMexico. continue to schedule these workdays every UP interest from friends, strangers word of 2 -3 months, where we are as handy with a mouth, and windshields flyers. On July 18, `� hammer as with a metric wrench. 13 V Ws and their guests shooved up for the , � , 4 One of our first hurdles was naming the new (unnamed) club's first caravan and club, but it proved to be an easy task. Angie breakfast, to iVliami Beach. ` "x 4 €{ #g Claussen, wife of charter member Rick ('69 At the club's inception, the plan was to specialty bug ), came up with aname sug- meet for a caravardbreakfast once a month, .,;; �" ' ,4 ; gestion that was undeniably ours: Anyone but it soon became apparent that some of ..`., who lives in South Florida (or any other tropical area) has encountered a Palmetto VW club members volunteer to build Bug (or several million). What are they? A houses for Habitat for Humanity of a cockroach, of course, but no small, easily Greater Miami. i� vanquished creature is the Palmetto Bug. They are known to grow up to three inch- es in length; are able to fly, don't limit them- selves to nighttime activities, get no respect - � from most people ( "gross"and ugly" are not uncommon descriptions), and can survive 1 {;` being stepped on It sounded perfect to us, and the name was adopted immediately s t - with overwhelming approval. The Palmetto Bugs has no dues and no official membership roster or rules. Although we call ourselves members,' we A l�. don't actually have members - we have par- ticipants. The vast majority are VW owners, but not all are. vlembers drive bugs, lvlicrobuses, Vanagons, Type [Is and IIIS, 74 VW TRENDS /APRIL 1997 Scirocco's (yes we allow water cooled, despite religious differences) Karmann Ghia's, Things, and we even have a new Cabrio in the group (of course they kept their bug!). Car years range from a 1951 split window all the way to the 1996 Cabria Our unofficial leader is Bill Steckley. Bill is a professional photographer, and maintains Club Spotlight Continued from page 75 I scrapbooks of photos from most of our events, which he hauls to each outing for everyone to see. He also keeps participant statistics (name, telephone number and car year and type) on index cards Members volunteer any- time there's a need for work to be done Two members share our membership roster to tele- phone everyone a few days prior to each event. Everyone appreciates the reminder, and it helps ensure good turnout. Since that first caravan, the Palmetto Bugs have ventured as far as Titusville to the north, Naples to the west, and Key Largo to the south. In all over 100 different VWs have attended events. Each caravan attracts any- Continued on page 76 owners who have purchased or are 'saving' P Palmetto Bugs of Greater Miami their bugs for a child, who in some cases are c c/o Enrique Neufeld still knee high when the car is purchased. 5 5864 Commerce Lane, Have you every heard of someone saving D Dept. VWT their Lincoln Towne Car for their kid? S South ivfiarrli, FL 33143 Enthusiasm has continued to grow with new members and their great ideas, and a new specialty car du w formed as an off- shoot a •• N No b 8 1995 B Q J '95 W'd - --�. -- er , at ug am ; i e y Five is a strictly vintage VW club for pre-'67 t 71 - -- Type 1's, pre -70 Type 2's and Type 3's and special interest vehicles. Wide Five, refers to - a� the bolt pattern found on the early VW's. Wide Five members meet weekly on Sun - day evenings, along with participating in Pal- metto Bugs events. Wide Five was formed _ by Bill Dwyer, Patrick Gomez, Michael - - Hedrick, Kevin Schmucker and Danny Tim They felt there was a need for a serious vin- tage car club in the area. Palmetto Bugs are completely unfazed ;> by being viewed as non serious. They are serious about having fun, and about mak r in,, certain everyone who participates feels - welcome. Their members are as diverse as r �" their cars, and it's one of the elements that makes the Palmetto Bugs a successful club., R If you are interested in becoming a mem- ber, contact: 1 Palm August 1, 1996 Monica Novitsky First Union National Bank of Florida 10815 Sunset Drive Miami, Florida 33173 Dear Monica, Although The Palmetto Bugs is a very young, very small, and very informal group of Volkswagen enthusiasts, together we managed to plan, execute and enjoy a very successful fundraiser dance on Saturday evening, July 20th, to celebrate our second anniversary as a club. Nearly $2,000 was raised for Habitat for Humanity, and the partygoers had a terrific time. Wdve received a lot of positive feedback from people who attended the event. We as a club feel extremely proud to have made a contribution to the community ft=gh Haxbitat for Humanity, and to have put on a great party with our friends. The Palmetto Bugs would like to take this opportunity to offer our thanks and gratitude to First Union National Bank, and to you personally, for your generous contribution of a checking account for our event, and for the savings bond used as a raffle prize. The success of this evening was due in large part to people and businesses like yours who were willing to help. (Thank you very much for your help, and for supporting this event by nding. Best regards, T'H ,ALMETT O- n� S club contact: Bill Steckley (305) 665 -0216 t - amnC�'m CL ID 2 a �o O C y� r- ' a n m m CD T� •• 3. CD co Vs 0-0 tz Ono o ° a < 3 O• < '°°� ro < y �.0 SAO Vi Qy 0 fSJ c G N csP ro" b = ,.n wn QN o y n G cam'+ C W �Oo O .O ,. cr p. "°"'y p `�• . � � � ? C ._ lz tt :+ = 7r N s cD f3 Q l^i : N tta `" Oro.N..ro �O co b 1u 5:yU=o*_...ryn Off-, p'i`g " Cho rA 0 All �' v.�.y .SO Cll, -y> LnZ+ -s,�^ e�—y �� �• C e3D Ni. -sc `ro ro <` =.pro O a— -i =d m. ca Ul 60 0 3 ., ADO VN0�C *0'.0.. t 3� °Dro �� a W w 4 Cl y40 Q'o ;;=21 fD� W'a rp N tp g p. -a Qo Z z S 0 w aoc ID mo m.. N 3 = •= N� � .�n� a ate= a-- _ .. ��roQ, < S36'dC) -- o o = vro a� coo oo- < w r Oy i`t A� ro n G y'� A� ro 7C' 3y N O �%. 00 __ O < Crin ) ro -9 y OR R , - F rA 0 -n ?"_ .0 .i`v' o�ro3M N CD CD cr 0 k.;Ol I to 0 a"e`v .r _ CD CL co as m m CD ^. -i M 2 M D r :p iCD z �o D M M M K U3 M M N _c.n to .p Pt INTER - OFFICE MEMORANDUM To: Mayor and City Commission Date: December, 30, 1999 Agenda Item # From: Charles D. Scurr City Manager Re: Final Plat request for Montebello First Addition.' REQUEST A RESOLUTION OF THE MAYOR & CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, RELATING TO APPROVING A FINAL PLAT PURSUANT TO SECTION 20- 4.2(B) OF THE LAND DEVELOPMENT CODE AND SECTION 284 OF THE COUNTY CODE FOR MONTEBELLO FIRST ADDITION, LOCATED AT 6600 SW 56 STREET (MILLER DRIVE). BACKGROUND On July 27, 1999, the City Commission through a resolution # 159 -99 -10783 approved a Waiver of Plat to divide a tract of land, located at 6600 S. W. 56 Street, into three parcels A, B and C, described as property folio 09 4025 0000 180 THE EAST 127 FEET OF THE NW 1/4 OF THE NW 1/4 OF THE NW ,1/4 OF THE NW 1/4 OF SECTION 25, TOWNSHIP 54 SOUTH, RANGE 40 LESS THE NORTH 50 FEET THEREOF LYING AND BEING IN MIAMI -DADE COUNTY, FLORIDA. Subsequently, Miami -Dade County required that the property be platted as lots 1, 2`and 3; Block 1. Jose E. Fuxa, Registered land Surveyor, has prepared the proposed final plat. ANALYSIS The proposed final plat provides for three new townhouse building sites for the property located at 6600 SW56 Street. The three lots at this location are consistent with the RT -6 zoning. The development is both consistent with the land development regulations and the Compressive Master Plan RECOMMENDATION: Approval Attachments: Proposed Resolution Proposed final plat 1 Resolution No. 2 3 A RESOLUTION OF THE MAYOR & CITY COMMISSION OF THE CITY OF SOUTH MIAMI, 4 FLORIDA', RELATING TO APPROVING A FINAL PLAT PURSUANT TO SECTION 20- 5 4.2(B) OF THE LAND DEVELOPMENT CODE AND SECTION 28 -4: OF THE COUNTY CODE 6 FOR MONTEBELLO FIRST ADDITION, LOCATED AT 6600 SW 56 STREET (MILLER 7 DRIVE). 8 9 WHEREAS, subject property is located at 6600 SW 56th Street, and 10 is legally described as the east 127 feet of the NW :ka of the NW :44 of the 11 NW 1-,4 of the NW 1-4 of section 25, township 54 south, range 40 less the 12 north 50 feet thereof lying and being in Miami -Dade county, Florida; 13 and, 14 15 WHEREAS, the City Commission through resolution # 159 -99 -10783 16 has approved a request for a waiver of plat, pursuant to Section 20- 17 4.2(b) of the Land Subdivision Regulations and Section 20 -4 of the 18 County Code; 19 20 WHEREAS, Miami -Dade County has subsequently required that the 21 property be platted; 22 23 WHEREAS, the property has been platted as lots 1, 2, and 3; Block 24 1; 25 26 WHEREAS, the lots are consistent with the land development 27 regulations and the Comprehensive Master Plan; 28 29 WHEREAS, Planning staff has recommended approval of the final 30 plat; and, 31 32 NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION 33 OF THE CITY OF SOUTH MIAMI, FLORIDA: 34 35` Section 1. That the final plat as submitted for the Montebello 36 First Addition prepared by Jose E. Fuxa, Registered Land Surveyor,` is 37 hereby approved and appropriately recorded. 38 39 Section 2. This resolution shall take effect immediately upon 40 approval. 41 42 PASSED AND ADOPTED this day of , 2000. 43 44 45 ATTEST: APPROVED: 46 47 48 CITY CLERK MAYOR 49 50 READ AND APPROVED AS TO FORM: 51 52 53 54 CITY ATTORNEY 55 'W^ V a Y O m Q a M rI s� ° M W WE ry ry F E.. g. $ !h h g w 4 � Sr wam w�Zw •i$a W .. bNwS = N 45, Id, a° ¢ W W�u < .. v 9 °wd w c7 0 po °g 3} i a� i � < 2_ S 13 z OLL N O Q � W Q Z z x -UJ LL o LL -I,* _ > 59 x - z (1_ ,z c W CL U ` O ,^ W r N J'zo�— 11JoP�a m>N FW-' m _o ZN� �aN N a� R W g to O ° 0 3 I �P I.5a[ w �wn �w 3 a WW 2 z €3 w a. 2 F° ° ° E w > Yb3 E° 5 e O LL OR g ®r o z i 9 ai€ r ci W W �00'OS r � o lYO1 ry O N y � 3 � m w m � i z � w a. j °a 00'OS J _J °z w < o 3 ;W Iry izN € Lit o - z. a wad 4F N o M' d m : & Q 2- SRI 3 <sW�m . F 90 r ai �ui9$ �3a a uiiQ Nw�z' - S1: �uiiag a'F - °m. :;N Q« �� o � Ka 3. •BNOg €� .4z 'o J tl Z V N ¢ m a a� � z air° c a -ERE 0 } ¢ � °uu011° z2i2 ��a I-- y R m0 Fy 2F Z a gNw �3 �32 w a dpi c �� 3r� _ ° u SW NFow •nal- 3���u. O rx ?75�t f 0301AwenS lON -1Ua I "pVSd•p):d'Sb "C£6•pl „v„ l�val w Y e-1 a °rOnF�m M.OZ �OO.00S N g g° :y w ' �.._... nww�y :5 'Wm'f a1- ON - w iN_— y 3wQaz aw. N O N °i M N au cyi n N sp u' 1 =.s ��a = ¢� T� S X00'66 X0025 �£8'S01 n �F° NW Iu �' °<° I s °2 miz oF_ _ U 0 N f!ili¢ NK£t LLOF�2Yil p w� z°°' -- wz T>w Q �� _ war -22 a�o•��m ¢23 o aOWF_2w 3 ¢¢,° �Q gmC 6 a8 m 2 rii O 6 1 F QW��1z" LLw¢�O� 5 =� o Z " - mF�zz X 9s w"-I QyQ Qof °zIW w�a o�LL QO N w�==�at ° i o�y N Qw N 9¢ ° $a. oz U. °'� f F: � Jo qqi FL 2.�3 aRC°+. -1Ua I "pVSd•p):d'Sb "C£6•pl „v„ l�val w Y e-1 a °rOnF�m M.OZ �OO.00S N g .00'66 Ap'ZB .00'S9 - :y w ' �.._... nww�y 'Wm'f No- w € - w iN_— y 3wQaz 3 N O N °i M N au cyi n N sp u' 1 O a = ¢� T� wof�= X00'66 X0025 �£8'S01 n �F° o� zZ IoW �' °<° I s °2 miz oF_ _ U 0 N f!ili¢ NK£t p w� z°°' -- wz T>w t 4�-�- }`a war -22 N NNNNNN ¢23 aOWF_2w 3 ¢¢,° �Q gmC 6 i aO a 2 rii O 6 1 F w LLw¢�O� =O C4'I ¢aw uYl( - X 9s w"-I QyQ Qof °zIW w�a ° o�y s =o �� 3 d�=° = f N y'd3o3 M'S 0 F Y a N z o � ���QQQr777 o oo � w o Nz ¢w Z 2 Wno a w N�c so 0 N °O a° I "pVSd•p):d'Sb "C£6•pl „v„ l�val M.OZ �OO.00S N g .00'66 Ap'ZB .00'S9 - Z ,000£ • .I• .1 - -- iN3W3Sy3 Allllln .01 'dAl� 18� - w iN_— F- m1 N O N °i M N au cyi n N sp u' 1 O O M1 m O m z 3 1 -I a X00'66 X0025 �£8'S01 n e• I ° JI i we ym�a F1- �£B'£9Z M.OZ.00.00S I s °2 miz Ob- 6S- SZ'03S'b /IMN'b /IMN'b /IMN'b /IMN 1011 tZI1Stl3 3NL d0 3NI1153M awmic5nS JAN j un z°°' -- Z - - — t 4�-�- 3Atl HlG9 "M's M'S 0 F Y a N z o � ���QQQr777 o oo � w o Nz ¢w Z 2 Wno a w N�c so 0 N °O a°