HomeMy WebLinkAboutR-96-0195J-96-203
3/5/96
RESOLUTION NO. 9
A RESOLUTION, WITH ATTACHMENT, APPROVING IN
PRINCIPLE THE DRAFT REQUEST FOR PROPOSALS
("RFP") DOCUMENT FOR THE REDEVELOPMENT OF THE
DINNER KEY WATERFRONT (THE FORMER
MERRILL-STEVENS BOAT YARD), AS A UNIFIED
DEVELOPMENT PROJECT; DIRECTING THE CITY
MANAGER TO RETURN TO THE COMMISSION FOR FINAL
AUTHORIZATION TO ISSUE SAID RFP AT THE NEXT
AVAILABLE CITY COMMISSION MEETING.
WHEREAS, pursuant to Resolution No. 95-48, adopted
January 12, 1995, the City Commission directed the administration
to prepare a Request for Proposals ("RFP") for the redevelopment
of the property formerly known as the Merrill -Stevens Boat Yard,
now referred to as the Dinner Key Waterfront, as a unified
development project to include a marina and boat yard with a
public/community market and a historic/interpretive facility as
optional uses; and
WHEREAS, working with a committee of citizens, the
Department of Community Planning and Revitalization has prepared
a preliminary draft RFP for this project and desires to obtain
additional input from the City Commission and other interested
groups and agencies with jurisdiction; and
WHEREAS, upon the modification of the RFP based on the
directives of the City Commission, the administration will return
'ATTACHMENT (S)
CotI AINE®
CITY COMMISSION
MEETING OF.
MAR 1 It 1996
Resolution No.
96- 195
at a public hearing for final approval and authorization to issue
the RFP at the next available City Commission meeting;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
Section 1. The recitals and findings contained in the
Preamble to this Resolution are hereby adopted by reference
thereto and incorporated herein as if fully set forth in this
Section.
Section 2. The attached Request for Proposals ("RFP")
document for the redevelopment of the Dinner Key Waterfront (the
former Merrill -Stevens Boat Yard), as a unified development
project is hereby approved, in principle
Section 3. The City Manager is hereby directed to return
to the City Commission for a public hearing at the next available
City Commission Meeting for final approval and authorization to
issue said RFP.
Section 4. This Resolution shall become effective
immediately upon its adoption.
PASSED AND ADOPTED this 14th of March 1996.
STEPHVN P. CLERK, PIAYOR
ATTE T:
WALTER FOEMAN
CITY CLERK
r 96- 195
k._
PREPARED AND APPROVED BY:
L - K. KEARSON
ASSISTANT CITY ATTlEY
APPROVED AS TO FORM AND CORRECTNESS:
ii
A. QVINN yONAS, III
CIT ATTO Y
W662:CSK
96- 195
2/7/96
REQUEST FOR
UNIFIED DEVELOPMENT PROPOSALS
FOR
e
THE DINNER KEY
WATERFRONT
REDEVELOPMENT
2460 South Payshore Drive
Miami, Florida
ISSUE DATE: APRIL--,1996
CITY OF MIAMI
Stephen P. Clark, Mayor
Wifredo (Willy) Gort, Vice -Mayor
Miller J. Dawkins, Commissioner
Joe Carollo, Commissioner
J.L. Plummer, Jr., Commissioner
Cesar H. Odio, City Manager
A. Quinn Jones III., City Attorney
Prepared by:
Department of Community Planning and Revitalization
Development Division
P.O. Box 330708
Miami, Florida 33233-0708
Tel. (305) 579-3366
Proposals Due: 2:00 p.m. FRIDAY, JULY--,1996
96- 195
k—
TABLE OF CONTENTS
I. PUBLIC NOTICE....................................................................................................................................................I
11. OVERVIEW............................................................................................................................................................2
A. INTRODUCTION....................................................................................................................................................2
B. AREA LOCATION AND CHARACTERISTICS....................................................................................................4
C. DESCRIPTION OF SITE.........................................................................................................................................5
1. LOCATION...........................................................................................................................................................5
2. AREA.....................................................................................................................................................................5
3. EXISTING FACILITIES SAND IMPROVEMENTS:...............................................................................................5
4. ENVIRONMENTAL CONDITIONS:.....................................................................................................................
6
5. POST HURRICANE ANDREW ONDITIONS.....................................................................................................
7
6. PROPOSED IMPROVEMENTS BX CITY............................................................................................................8
7. EXISTING AND HISTORICAL USES...................................................................................................................
8
8. HISTORIC DESIGNATION ANDINCENTIVES..................................................................................................9
9. EXISTING UTILITIES:.......................................................................................................................................
l0
10. ADJACENT USES & CONDITIONS:...............................................................................................................10
E. LEASE TERM........................................................................................................................................................
l 1
F. FINANCIAL RETURN TO THE CITY - FAIR MARKET VALUE.....................................................................
I I
G. TAXES...................................................................................................................................................................12
`
H. ZONING.................................................................................................................................................................13
I. UNIFIED DEVELOPMENT PROPOSAL SELECTION PROCESS......................................................................13
J. UNIFIED DEVELOPMENT PROJECT SCHEDULE (TENTATIVE)..................................................................14
III. REQUEST FOR PROPOSALS - GENERAL REQUIREMENTS.................................................................16
A. DECLARATION AS A UDP.................................................................................................................................16
B. COMMITMENT OF FUNDS.................................................................................................................................16
C. COMMITMENT OF PROPERTY..........................................................................................................................17
D. COMMITMENT OF SERVICES AND MATERIALS..........................................................................................18
E. EXECUTION OF CONTRACTS..............................................................................................I............................18
F. RIGHT OF TERMINATION..................................................................................................................................18
IV. ELEMENTS OF PROPOSALS..........................................................................................................................19
A. DEVELOPMENT OBJECTIVES...........................................................................................................................19
B. USE OF PROPERTY..............................................................................................................................................20
1. REQUIRED PRINCIPAL USES..........................................................................................................................20
2. OPTIONAL PRINCIPAL USES..........................................................................................................................23
3. REQUIRED ACCESSORYANDANCILLARY USES..........................................................................................
27
C. PROPOSED SITE IMPROVEMENTS...................................................................................................................28
I. STRUCTURES....................................................................................................................................................28
2. LANDSCAPING..................................................................................................................................................28
3. MARINA AYD BOATYARD
...............................................................................................................................29
4. PARKING AND CIRCULATION........................................................................................................................29
5. PUBLIC AMF,NITIE4.........................................................................................................................................29
6. GENERAL DESlGNGNSTANp,4 AND GUIDELINES....................................................................................30
D. PERMITTING AND LICENSING.........................................................................................................................30
E. ESTIMATED CONSTRUCTION COST................................................................................................................31
F. DEVELOPMENT SCHEDULE..............................................................................................................................31
G. PROPOSED CUSTOMER AND PUBLIC SERVICES.........................................................................................31
H. MANAGEMENT APPROACH & METHOD OF OPERATION..........................................................................32
96- 195
k,
I. FINANCING STRATEGY......................................................................................................................................32
J. COMPOSITION AND QUALIFICATIONS OF THE DEVELOPMENT (PROPOSING) ENTITY &
CONSULTANTS.................................................................................................................................................32
K. LOCAL & MINORITY FIRM PARTICIPATION.................................................................................................35
V. PROPOSAL SUBMISSION REQUIREMENTS..............................................................................................36
A. SUBMITTAL PROCEDURES...............................................................................................................................36
B. DEVELOPMENT PROPOSAL CONTENTS........................................................................................................37
VI. EVALUATION CRITERIA...............................................................................................................................40
A. INITIAL REVIEW OF PROPOSALS FOR COMPLIANCE WITH RFP.............................................................40
B. REVIEW COMMITTEE EVALUATION CRITERIA...........................................................................................41
C. CPA FIRM EVALUATION CRITERIA:...............................................................................................................45
VII. TERMS AND CONDITIONS OF PROPOSED LEASE AGREEMENT.....................................................46
A. AUTHORIZATION................................................................................................................................................46
B. TERMS AND CONDITIONS.................................................................................................................................46
APPENDIX A. City of Miami Charter and Code Sections; Pertinent
Legislation
APPENDIX B. City of Miami Minority and Women Business Affairs and
Procurement Program: Article IV.5., Sections 18-67 - 18-77
of the Code of the City of Miami; Ordinances 10062, 10538
and 11272
APPENDIX C. Site Rehabilitation Completion Orders from the Florida
Department of Environmental Protection
APPENDIX D. Dinner Key Strategies for Improvement: INTERIM REPORT,
dated September 27, 1994, prepared by MRA International
(selected excerpts)
APPENDIX E. Structural Condition Assessment for the Dinner Key Waterfront
Complex, dated July 25, 1994, prepared by Bliss & Nitray,
Inc. (selected excerpts)
APPENDIX F. Dinner Key Facilities - Feasibility Study of Mechanical,
Electrical, Plumbing and Fire Protection Conditions, prepared
by SDI Consulting Engineers, Inc. (selected excerpts)
APPENDIX G. City of Miami Baywalk/ Riverwalk Design Standards and
Guidelines
APPENDIX H. Secretary of the Interior Standards for Rehabilitation
ii
96- 195
k�'
APPENDIX I. Post -Hurricane Planning Information: Resolution No. 94-782
and (exerpts from) "Virrick Gym at Dinner Key Study",
Planning, Building & Zoning Department, March 1994
APPENDIX ? Memorandum of Understanding - Grove Key Marina Lease
APPENDIX ?. Permit Sketches for the City's Boat Yard/Marina Renovation
Project
--------------------------------------------
EXHIBIT I. Sketch of Survey (includes Legal Description)
EXHIBIT II. Declaration, Professional Information, and Financial
Disclosure Forms
EXHIBIT III. Minority Participation Forms; Office Location Affidavit
EXHIBIT VI. Source List
I. PUBLIC NOTICE
The City is seeking Unified Development Project Proposals for the development of
commercial and recreational water -dependent facilities, and ancillary related uses on
up to 12.6 acres of City -owned, waterfront property and adjacent bay bottom lands
located at Dinner Key, in the Coconut Grove area of Miami, Florida. The City, through
this offering, seeks to procure from the private sector an integrated package of
services consisting of planning and design, construction, leasing and management of
the proposed commercial and recreational development..
The PROPERTY being offered includes 6.4 acres of upland contiguous to Biscayne
Bay/Atlantic Ocean and up to 6.2 acres of adjacent submerged (bay bottom) lands in
Biscayne Bay. Development shall include a boat yard, marina and related uses, and
may optionally include a public market and/or historic interactive/interpretive facility
and related uses for general public access. It should be noted that the PROPERTY
contains historically significant structures that shall restored for adaptive reuse
according to Secretary of the Interior Standards for (Historic) Rehabilitation.
All proposals shall be submitted in accordance with the Request for Proposals
document (RFP) which may be obtained on or after the issue date from the City of
Miami Department of Community Planning and Revitalization, 400 SW Second
Avenue - 3rd Floor, P.O. Box 330708, Miami, Florida 33233-0708, (305) 579-3366.
This document contains detailed and specific information regarding the parcel of land
contemplated for development, the uses the City is seeking, the submission
requirements and selection procedures pertinent to this Unified Development Project.
The cost of the RFP document is $20 per copy, and requests for the RFP should be
accompanied by check (cashier's check or money order preferred). The cost of the RFP
may be reimbursable only upon the return of a clean, unmarked document to the City
within two (2) weeks of the deadline for submittals.
The City will conduct a Proposal Pre -Submission Conference on Tuesday, April --,
1996 at 10:00 a.m. at the Community Planning and Revitalization Department offices.
While attendance at the Pre -Submission Conference is not a condition for offering
proposals, all prospective developers are invited to attend. The City will conduct an
on -site inspection tour of the PROPERTY immediately following the Pre -Submission
Conference.
Proposals must be delivered to Walter Foeman, City Clerk, City Hall, 3500 Pan
American Drive, Miami, Florida 33133 by 2:00 p.m., Friday, July --, 1996 and will be
publicly opened on that day.
The City of Miami reserves the right to accept any proposals deemed to be in the best
interest of the City, to waive any irregularities in any proposals, or to reject any or all
proposals and to re -advertise for new proposals, in accordance with the City Charter
and Code sections regarding Unified Development Projects. Furthermore, until such
time as a lease agreement is executed by the City, the selected proposer shall not
have any vested rights, nor title or interest in the subject property or in the
development proposed thereon.
Adv. No. ****
1
Cesar H. Odio
City Manager
96- 195
II. OVERVIEW
A. INTRODUCTION
The City of Miami (the "City") is seeking Unified Development Project
Proposals from qualified and experienced developers for the development of a
commercial, multiple use facility. Proposals shall include, at minimum, the
development of a boat yard, marina and related uses on the 12.6 acre
(maximum) site. Proposals may include, as optional use(s), a public market
and/or a historical interpretive/interactive facility. The property (the
"PROPERTY"), located at Dinner Key in the area of Miami known as the village
of Coconut Grove, includes 6.4 upland acres and up to 6.2 submerged acres.
On January 12, 1995 the City Commission adopted Resolution No. 95-48
declaring that the most advantageous method to develop certain improvements
at the PROPERTY is through the Unified Development Project (the "UDP")
process that seeks to procure an. integrated development package from the
private sector including planning and design, construction, leasing and
management of the PROPERTY.
On 1996, the City Commission adopted Resolution No.
authorizing the issuance of this Request for Proposals (the "RFP") as required
by the City Charter and Code sections regarding UDPs. Pertinent legislation
referenced herein is included in Appendix A. The City Commission shall
appoint members to a review committee and select a Certified Public
Accounting firm to evaluate proposal submissions and report findings to the
City Manager as required by the City Charter and Code sections regarding
UDP's.
Proposals must present a definitive development program, completion
schedule, financial strategy, and management plan respecting all requirements
of this Request for Proposals to form the basis for selection by the City.
Proposals submitted in response to this RFP shall include planning and design,
financing, and construction of proposed improvements appropriate to the
character of the site and the Dinner Key waterfront. The PROPERTY, which is
owned by the City, is to be developed, leased, operated, managed and
maintained at no cost to the City by the selected proposer who is chosen by the
City Commission to develop the PROPERTY under a property lease agreement
with the City. Any lease agreement entered into for the development of the
PROPERTY must comply with the requirements of Section 3 (f) (iii) of the City
Charter, included herein for reference in Appendix A, pertaining to public
access and view corridor requirements for City -owned waterfront.
The City will conduct a Proposal Pre -Submission Conference on
Tuesday, April --, 1996, 10:00 a.m. at the Community Planning and
Revitalization Department offices for the purposes of eplaining the RFP and to
N
96- 195
k�_
providing opportunities for prospective proposers to raise questions or issues
on the RFP or to network with others who may be interested in forming or
joining development teams. While attendance at the Pre -Submission
Conference is not a condition for offering proposals, all prospective proposers
are invited and encouraged to attend. The City will conduct an on -site
inspection tour of the PROPERTY immediately following the Pre -Submission
Conference.
Proposals must be delivered to the Office of the City Clerk, (First Floor
Counter) City Hall, 3500 Pan American Drive, Miami, Florida 33133 by 2:00
p.m., r4 riday, July --, 1996. A list of proposers will be made public on that
day.
Unless specifically suthorized by the City, no additions or modifications
may be made to the proposals and the entities they represent subsequent to
the submission deadline. New and/or current personnel who are not identified
in the proposal may not be introduced as part of the proposal entity or its
consultants subsequent to the submission deadline, unless approved by the
City.
Except for public hearings and scheduled presentations, contact with the City
regarding this RFP or any aspect of a proposal by a proposer or any
representative of a proposer shall be limited to the City Manager or his
designee, Jack Luft, Director, Department of Community Planning and
Revitalization, until such time as the selected proposer is determined by the
City Commission. All questions or requests for additional information should
be addressed in'writing to Jack Luft, Director, City of Miami, Department of
Community Planning and Revitalization, P.O. Box 330708, Miami, Florida
33233-0708. Any response to such questions or requests that could
potentially impact proposals will be furnished to all proposers in the form of an
addendum.
The City of Miami reserves the right to accept any proposals deemed to be in
the best interest of the City, to waive any irregularities in any proposals, or to
reject any or all proposals and to re -advertise for new proposals, in accordance
with the City Charter and Code sections regarding Unified Development
Projects. Any proposal deemed to be non -responsive or not responsible: by not
substantiating the financial capability of a prospective proposer; or by not
meeting the minimum requirements of this RFP at any time prior to the
completion of the Unified Development Project evaluation process and the
signing of a lease agreement, may be rejected. In making such determination,
and to identify the proposal deemed most advantageous to the City, the City's
consideration shall include, but not be limited to, the proposer's experience,
capability of the development entity and its consultant(s), the dollar amount
return offered to the City, the proposer's financial qualifications, the overall
3
96- 195
k,
design of the proposed development, the extent of minority participation, and
the evaluation by the City of all information submitted in support or
explanation of the proposed development of the PROPERTY. Furthermore,
until such time as a lease agreement is executed by the CITY, the selected
proposer shall not have any vested rights, nor title or interest in the subject
PROPERTY or in the development proposed thereon.
Right To Reject all Proposals: Pursuant to City Charter Section 29-A, sub-
section (c)(6), the City reserves the right to reject all proposals and the right to
terminate the UDP process and/or contract after a public hearing in the event
of any substantial increase in the City's commitment of funds, property, or
services, or in the event of any material alteration of any contract awarded
under subsection (c) Unified Development Projects, of Charter Section 29-A.
Reservation: The information contained in this RFP is published solely for the
purpose of inviting prospective proposers to consider the development
opportunity described herein. Prospective proposers should make their own
investigations, projections, and conclusions without reliance upon the material
contained herein.
B. AREA LOCATION AND CHARACTERISTICS
The PROPERTY to be developed is located in the area of Miami known as
Dinner Key, which lies in the southeastern quadrant of the City as shown in
Figure 1. - Regional Location Map and Figure 2. - Area Location Map.
Dinner Key initially was a small island in Biscayne Bay. During the late
1800's, it served as a center for the settlers' social life and community
commerce. The island was joined to the mainland during World War I to
provide a training ground for the U.S. Navy. The subject PROPERTY is a
portion of a larger complex that was subsequently developed in the 1930's by
Pan American Airways for a commercial seaplane base, and was later acquired
by the City along with adjacent parcels. These parcels and adjacent waterfront
lands comprise the Dinner Key area and continue under public ownership for
use as boating clubs (the Coconut Grove Sailing Club), public park lands and
recreational facilities (Virrick Gym and Boat Ramp, Seminole Boat Ramp, and
Kenneth Myers Park), an exhibition hall (Coconut Grove Exhibition Center),
municipal offices and chambers (Miami City Hall), restaurants (the Chart
House, Scotty's Landing), specialty commercial concerns (Monty's Trainer's
Restaurant & Specialty Center a.k.a. Grove Marina Market), and marinas
(Grove Key Marina, Monty'sDinner Key Marina).
Dinner Key has a 150-year history of public activities that links the area to the
growth of the City from the earliest days of South Florida's pioneer settlement.
4
96- 1D5
V,
The PROPERTY is located within the historic neighborhood of Coconut Grove.
It continues to serve both local and regional needs for commercial' and
recreational marina use by residents and visitors in South Florida. The site is
directly accessed from Interstate 95 and U.S. Highway 1.
To the north of Dinner Key is Downtown Miami, which features a major
financial and business district, a retail center considered to be the largest in
the southeast, dozens of exciting attractions, hotel and conference facilities,
and an emerging housing market. Surrounding and to the south of Dinner Key
is Coconut Grove, a well known and picturesque neighborhood which is a
mixture of high rise residences, waterfront estates, modest homes, restaurants,
theaters, retail shops and boutiques, and parks. To the west is the city of
Coral Gables which was founded in 1925 and today maintains its historic past
and charm while it features its own dynamic downtown and excellent
restaurants.
C. DESCRIPTION OF SITE
1. LOCATION
As shown in Figure 3. - Site Location Map, the PROPERTY is bordered on
the south by Grove Key Marina and the Chart House Restaurant (both
leaseholds on City property), on the north by the Elizabeth Virrick Gym and
Boat Ramp (historically known as the Dinner Key Coast Guard Air Station),
on the west by South Bayshore Drive, and on the east by Biscayne Bay.
Miami City Hall is located within close proximity, immediately to the south
of Grove Key Marina, followed by the Coconut Grove Exhibition Center and
Dinner Key Marina, both of the latter being City -owned and operated.
Monty Trainer's Bayshore Restaurant and Marina, another City leasehold
operation, is located north of the Virrick Gym/Coast Guard Station, which
are separated from that site by a surface parking lot.
2. AREA
The area of the PROPERTY is a maximum total of 12.6 acres. Parcel A,
12.6 acres, consists of 6.4 acres upland and 6.2 acres submerged lands,
the boundaries of which are shown on the Sketch of Survey included herein
as Exhibit 1. Proposers are advised that the submerged lands depicted as
Parcel B, *** acres, may be included at the Proposer's option for the sole
purpose of marina expansion, and shall be included in the lease only upon
the demonstrared committment of the Lessee to construct same.
3. EXISTING FACILITIES AND IMPROVEMENTS:
Existing property improvements for the PROPERTY are shown on Figure
4. - Existing Conditions. The existing publicly -owned improvements are to be
5
95- ID5
V__
included in the future leasehold, subject to negotiations. Other than the
inspection conducted on the date of the pre -Submission Conference, The
PROPERTY and its facilities will be open for inspection by appointment only.
Contact Eduardo Rodriguez, Director of Asset Management and Capital
Projects, at (305) to schedule an appointment
Existing facilities include:
• One (1) large hangar, approximately 38,450 s.f., of steel frame and
corrugated metal construction. Dimensions are 211.5 ft. wide, 181.8 ft.
long and 54 ft. high. The structure currently includes an upper loft level
with divided office areas. This structure was built by Pan American
Airways and was used for large vessel dry storage and repair operations.
NOTE that it is a requirement of any proposed development plan that
this building is to be restored in accordance with Secretary of the Interior
Standards for (Historic) Rehabilitation, but it may be adapted for reuse.
• One (1) smaller hangar, approximately 18,560 s.f., also of steel frame and
corrugated metal construction, that is commonly referred to as the
"Machine Shop". Dimensions are 102.1 ft. wide, 181.8 ft. long and 37 ft. _
high. The interior of the hangar has been altered to provide office space.
Proposers are given the option to retain and utilize this structure or to
demolish it, according to the needs of their individual development plans.
If this structure is to be utilized under a proposed development scenario,
it shall be renovated in accordance with Secretary of the Interior
Standards for (Historic) Rehabilitation and may be adapted for reuse.
• miscellaneous small structures
• A marina basin, once holding approximately 75 wet slips and a fuel dock
• Sea wall of approximately 1091.5 linear feet
4. ENVIRONMENTAL CONDITIONS:
The PROPERTY includes approximately 6.2 acres (maximum) of bay
bottom land located in Biscayne Bay, which is designated as an aquatic
preserve. Any proposed development shall conform to the prescriptions and
requirements of effective environmental regulations governing same. As of
the issue date for this RFP, there are no areas located within the PROPERTY
that are considered sensitive or protected habitats. Note that all operations
of the proposed development shall also conform to existing environmental
regulations and permitting requirements.
Under the proposed Manatee Protection Plan, as drafted by Metropolitan
Dade County's Department of Environmental Resources Management and
currently being considered by the State of Florida Department of
Environmental Protection, there appear to be no limitations as to the type of
0
96- 195
V,
vessel allowed to utilize/dock at the PROPERTY. Being located outside of
essential manatee habitats, said Plan goes on to recommend the Dinner Key
area as one exempt from any new limits on expanded commercial marinas,
dry storage fuel docks and transitory docks. A summary of the Dade
County Manatee Protection Plan is included as Appendix **.
Prior to 1994, the City removed five underground fuel tanks and one (1)
waste oil tank from the PROPERTY. As of February 1995, the Florida
Department of Environmental Protection completed its review of both the
Contamination Assessment Report (CAR) and the No Further Action
Proposal (NFAP) for these activities and effectively released the City from
further obligation to conduct site rehabilitation on the PROPERTY. Copies of
the Site Rehabilitation Completion Orders are included as Appendix C.
5. POST HURRICANE ANDREW CONDITIONS
The PROPERTY suffered significant damage to all of its in -water
improvements as a result of Hurricane Andrew in August of 1992. All 75
previously existing wet slips, piers and concrete docks were impacted to the
extent that they required subsequent demolition by the City. Additionally,
the concrete sea wall failed in sections hit by an unsecured freighter during
the storm. Comparatively, and in relation to the age of the structures,
hurricane damages to the hangar buildings were not significant.
Included as Appendix ** to this RFP are excerpts from an engineering report
commissioned by the City and performed by Bliss & Nitray, Inc. entitled
"Structural Condition Assessment for the Dinner Key Waterfront Complex:
July 25, 1994". Appendix ** provides excerpts from Dinner Key Facilities -
Feasibility Study of Mechanical, Electrical, Plumbing and Fire Protection
Conditions, prepared by SDI Consulting Engineers, Inc. at the same time.
These reports cover only the hangars on the PROPERTY. Note that the
recommendations and findings contained in these reports are those of the
consultants and are not necessarily the requirements of local building
codes, the City and this RFP. To inspect the complete text and test results
contained in these reports, contact Allan I. Poms, Chief Designer,
Department of Public Works, 400 SW Second Avenue, Miami, Florida
33130, phone (305) 579-6865.
Proposers are advised that the PROPERTY and the adjacent City -owned site
known as the Virrick Gym were the subjects of an involved study by the
City's Planning, Building & Zoning Department, which included a significant
public input process called a "charrette". The results of the charrette were
presented to the City Commission on October 27, 1994 and were adopted as
policy of the City for the redevelopment of these sites by Resolution No. 94-
782 on that date. This RFP and, particularly, the allowed uses of the
PROPERTY and the selection criteria upon which proposals will be judged,
7
96- 195
k�.
r-
have been drawn directly from the charette process and planning study.
Appendix ** to the RFP provides a copy of that resolution and exerpts from
the Planning Department's study.
6. PROPOSED IMPROVEMENTS BY CITY
The City has initiated a renovation and improvement program for the
PROPERTY which is funded in the estimated amount of $1,400,000. This
project will involve the below listed scope of work, pending continued
available funding and receipt of all required permits and approvals:
• reconfiguration, repair and/or replacement of the existing bulkhead
with a new sea wall, including the removal of the existing peninsula
• construction of up to 52 wet slips, including piers and utilities
(electric, water and fire lines as required by code)
• permitting for an additional 92 wet slips (estimated), for a total of 144
• minimal grading, paving and drainage improvements to the upland
area immediately adjacent to the sea wall
• improvements to parking facilities in the southeasternmost section of
the Property, adjacent to Chart House
• <construction of a small storage building>
Copies of sketches and other materials submitted for the environmental
permitting of the project are enclosed as Appendix **.
The above improvement program does not include any repair or
modification to the hangars or to the remainder of the site. The proposed
improvements are expected to be completed in late 1996. Proposers may
make arrangements to review available specifications, plans, and other
documents for said improvements by contacting Allan 1. Poms, Chief
Designer, Department of Public Works, 400 SW Second Avenue, Miami,
Florida 33130, phone (305) 579-6865.
7. EXISTING AND HISTORICAL USES
In the period around the turn of the century, Dinner Key was an island
off the Coconut Grove waterfront and a gathering spot for area residents.
The name "Dinner Key" derives from the then -island's use for picnicking
and public social activities. The island was joined to the mainland during
World War I.
In 1930, Dinner Key was selected by the newly -formed Pan American
Airways System as the base for its inter -American operations. The hangar
facilities at Dinner Key, including those built on the PROPERTY in 1938,
were utilized for storage, maintenance, repair and machine shops associated
with the commercial seaplane service.
Since acquired by the City from Pan American Airways in 1946, the
PROPERTY has functioned as a boat yard and marina to serve the boating
96- 195
8
ti"
community of the greater Miami area. From 1949 to 1984, the PROPERTY
was leased by the City to Merrill Stevens Dry Dock Company. From the
expiration of that lease agreement in July 1984 until some time in 1989
(UDP issued November 1988), Merrill Stevens continued its operation of the
boat yard as a tenant at will. In 1989, the City assumed control over the
day-to-day operation of the yard and, for a brief period after Hurricane
Andrew, approximately December 1992 to July 1993, a group of boat yard
tenants incorporated and entered into contract with the City for the
management of the boat yard. Note that the marina was rendered
inoperable by the 1992 hurricane, therefore operations since then have been
restricted to those of the boat yard. The City subsequently resumed control
of the operation and presently runs the facility under the Marinas Division
of the Department of Conferences, Conventions and Public Facilities.
8. HISTORIC DESIGNATION AND INCENTIVES
As part of the Pan American Airways base built in the 1930's, both the
large and small hangars on the PROPERTY and those on adjacent parcels
were the first such structures constructed exclusively for commercial
passenger seaplane service. The site plan developed by Pan Am was ---
designed for both aerial and land views, calling for a number of hangars,
including those on the PROPERTY to be placed in a line forming a "V" with
the terminal building (now City Hall) at the apex of the "V" and at the end of
a long drive, thus forming a shape reminiscent of an airplane.
The PROPERTY, as part of the Pan American Seaplane Base, is listed in
the National Register of Historic Places, the federal government's official list
of properties worthy of preservation. National Register listing imposes no
requirements on a property unless a proposed action involves federal
assistance, permitting, or licensing. A listing in the National Register may,
however, make a property eligible for potential federal tax incentives. The
Tax Reform Act of 1986 provides for a 20 per cent investment tax credit with
a full adjustment to basis for rehabilitating historic commercial and
industrial buildings. Additionally, the State of Florida provides historic
preservation grants to local governments and non-profit organizations.
The PROPERTY is also locally designated as a historic site, and is subject
to the provisions of Chapter 23.1 of the Miami City Code, which provides
that any exterior alterations, additions and/or new construction are subject
to the review of the City's Historic and Environmental Preservation Board.
Proposed demolition may be subject to a possible six month delay, and
decisions of the Board may be appealed to the City Commission. City staff
is currently drafting legislation for Commission approval which would allow
a property tax abatement for a period of up to ten (10) years for properties
"improved" through historic preservation. Since April 1, 1993, similar
legislation is now in effect for Dade County's portion of ad valorem taxes,
96- 195
Z
wherein the incremental value added to a property by authorized historic
improvements is exempt from tax assessments. As of the date this RFP is
issued, this proposed City legislation has not been adopoted. There is no
assurance that it will be come City law, or if so, in what form.
9. EXISTING UTILITIES:
The site and structures are currently served by water, sanitary sewer,
electric and telephone utilities. The accompanying site plan, Figure 5. -
Existing Utilities, provides a general schematic layout of utility lines serving
the site. Subject to availability, detailed plans showing underground utility
installations may be obtained from the City's Public Works Department,
Central Files, 400 SW Second Avenue, Miami, Florida 33130, phone (305)
579-6882.
10.ADJACENT USES & CONDITIONS
The subject PROPERTY is bordered to the north by the City -owned
property known as the Virrick Gym and Boat Ramp, also known historically
as the U.S. Coast Guard Air Station. On this site is another hangar
building and an office annex, both of which were initially constructed by the
Coast Guard. These structures previously housed water sport and other
recreational programs of the City and private non-profit organizations.
Since Hurricane Andrew rendered the hanger unusable, the programs have
been scaled back and operate in only a limited capacity from the office
annex. The City intends to demolish the office portion and historically to
restore the hangar under a public -private partnership effort. A separate
Request for Qualifications (RFQ) process will be conducted to identify a
private firm to undertake fund-raising for and management of the Virrick
Gym site. This site is subject to a federally imposed deed restriction which
limits its use to public park and recreational purposes. Subject to the
completion of the RFQ process and approval of the National Park Service,
the City intends to utilize the site for community -based water -dependent
recreational programs and for historic interactive and/or interpretive
exhibits.
To, the south of the subject PROPERTY are Grove Key Marina, a City
leasehold with a term expiring in 2012, and the Chart House Restaurant, a
sublease of Grove Key Marina. The former includes both wet slips and dry
rack storage. Proposers' attention is directed to the fact that the April 1,
1976 Grove Key lease agreement gives this entity the exclusive right at
Dinner Key to haul and store boats up to and including 28 feet in length.
Appendix ** is a copy of the Memorandum of Understanding of the Grove
Key Marina lease detailing this issue.
It is strongly recommended that proposers become review the terms and
conditions of leases and subleases for the adjacent City -owned parcels,
10
96- 195
k---
copies of which are on file with the City's Office of Asset Management and
Capital Improvements. Said files, the PROPERTY and facilities will be open
for inspection to prospective proposers by appointment only. Contact
Eduardo Rodriguez, Director of Asset and Capital Projects, telephone (305)
372-4640 for an appointment.
E. LEASE TERM
The City will enter into a lease agreement with the selected proposer for the
development of the PROPERTY described herein for a maximum term of forty
(40) years including any renewal options. Proposals for shorter lease terms are
preferable to the City. The structure and the term of the lease will be a matter
for negotiations with the successful proposer.
F. FINANCIAL RETURN TO THE CITY - FAIR MARKET VALUE
In accordance with City Charter Section ----, the City may not consider any
sale or lease of City property unless the City shall receive fair market value for
such sale or lease. In submitting a proposal, each Proposer shall make an
offer of annual lease payments to the City which shall conform to the
following format: a minimum annual guarantee or a percentage of gross
receipts, whichever is greater. Different percentages of gross receipts may be
offered for the different operations included in the proposal. Minimum annual
lease payments may be adjusted annually according to the Consumer Price
Index over the lease term and may be subject to additional increases as a
result of lease negotiations, depending on the extent and quality of
improvements proposed. Each Proposer shall additionally agree that if its
proposal is accepted by the City, its annual lease payments will meet or
exceed fair market value.
Fair market value will be determined as follows: the proposal that is
conditionally accepted by the City Commission will be subject to an appraisal
by two (2) Master Appraiser Institute (MAI) qualified appraisers selected by the
City. Should the result of those two appraisals reveal that the Proposer's offer
does not meet fair market value, then the Proposer shall be given the
opportunity to revise its offer so that it meets or exceeds said value. In the
event said Proposer is unable (or unwilling) to revise its original offer, it may
remove its proposal from consideration or it may, at its own cost and expense,
procure two (2) additional appraisals from MAI qualified appraisers that are
acceptable to the City. Should the result of the second two appraisals be
equal to or higher than that of the first appraisals, then said Proposer shall
again be required to revise its offer to meet the highest value. If said Proposer
is again unable (or unwilling) to revise its offer, it may remove its proposal
from consideration or it may, at its own cost and expense, procure a
reconciliation appraisal. Should the result of the second two appraisals be
11
96— 195
k_-
lower than that of the first appraisals, then the City may, at its option,
procure a reconciliation appraisal or provide said Proposer the opportunity to
revise its offer to meet or exceed the value recommended by the second set of
appraisals.
In the event a conditionally accepted proposal is removed from consideration
during the process to determine fair market value, the City may then, at its
option, conditionally accept the proposal of the ranked next by the review
committee, ***or the City Manger, as applicable, or the City may terminate the
active RFP process and solicit new proposals.
Lease payments to the City are due and payable upon the commencement of
the lease, and the minimum guarantee is generally divided into twelve monthly
installments due in advance of each month. The City may, during the course
of negotiations with the Successful Proposer, consider alternative payment
schedules, as may be suggested in the proposal to address initial permitting,
construction and start-up phases of the project. Alternative payment
schedules, if accepted by the City, shall be considered only an interim deferral of
the required rental payment(s) and not a reduction of them. Further, since `
annual payments cannot , be waived by law, any deferred payments may be
subject to market interest payable to the City. All payment schedules shall be
subject to the ultimate approval of the City Commission.
G. TAXES
All entities contracting with the City under the UDP process shall be obligated
to pay whichever is the greatest of the following: (1) all applicable ad valorem
taxes that are lawfully assessed against the Property, or (2) an amount equal to
what the ad valorem taxes would be if the Property were privately owned and
used for a profit -making purpose. Such taxes shall not be credited against any
revenue accruing to the City under any contract that may be awarded under
the UDP process.
Estimated Current Ad Valorem Taxes: Assuming an estimated appraised
land value of $*** and an estimated project improvement cost of $3,000,000***
, the total assessed value for both land and improvements would be estimated
at $***, representing 80% of the total estimated appraised value. The resulting
estimated annual property tax, based on the 1994 millage rate of 31.1095
would be $***. These estimates are for illustrative purposes only. Ad valorem
taxes, if assessed, will depend on the value of the proposed improvements and
the assessed value of the land.
12
96— 195
k,
"I'\
H. ZONING
Pursuant to City of Miami Zoning Code, the upland portion of the PROPERTY is
zoned PR - Parks and Recreation. The bay bottom acreage is a part of Biscayne
Bay, an aquatic preserve. The Biscayne Bay Aquatic Preserve Act prohibits
filling bay bottom. *** The successful proposer shall be responsible for
obtaining a Major Use Special Permit from the City of Miami, if required, and
approval from the Dade County Shoreline Review Committee prior to
construction.
As described in the official City of Miami Zoning Code Regulations and as
delineated on the official Zoning Atlas of the City of Miami, allowable uses in
Parks and Recreation zoned areas include:
a) public or private parks.
b) living quarters for caretakers, watchmen or other necessary personnel.
c) recreational facilities including existing marinas
These additional uses could be allowed, subject to the limitations of this RFP
and the grant of a Special Exception by the City Commission at a public
hearing:
d) supporting entertainment services such as retail
e) marine and marina facilities, boat docks, slips, piers and wharves for
pleasure craft
fl boat rental and charters
g) retail sales of boating, diving and recreational equipment and supplies
Special Permits would be required for these additional permitted uses:
h) repair or servicing of boats, marine motors, marine accessories or
equipment (by Class II Special Permit)
i) major structures such as museums and exhibition space (by Major Use
Special Permit, which also requires City Commission approval after a
public hearing)
All prospective proposers must ensure that their proposed development
complies with all applicable zoning laws. For details of allowable uses and
applicable requirements of the PR zoning district, refer to the City of Miami,
Department Community Planning and Revitalization, attn: Lourdes Slazyck,
Assistant Director, 400 SW Second Avenue, Miami, Florida 33130, phone
(305)579-6086.
I. UNIFIED DEVELOPMENT PROPOSAL SELECTION PROCESS
The proposal selection process is set forth in Section 29-A(c) of the Charter of
the City and Section 18-52.9 of the Code of the City. This process shall be
implemented as follows:
13
96- 195
k.
1. Solicitation of development proposals from qualified developers.
2. Initial review of proposals received in response to the RFP by City
staff, to determine compliance with RFP minimum submission
requirements as set forth in Section VI.A.
3. Evaluation of responsive proposals by a Certified Public
Accounting firm in accordance with criteria specified in Section VI.C.
4. Evaluation of responsive proposals by Review Committee
appointed by the City Commission in accordance with criteria specified
herein in Section VI.B.
5. Independent report of findings and recommendations submitted to
City Manager by CPA firm and Review Committee.
6. City Manager recommendation to the City Commission of one or
more of the proposals, based on the findings of the CPA firm and
recommendations of the Review Committee, or alternatively, the City
Manager's recommendation that all proposals be rejected.
7. City Commission acceptance/rejection of City Manager's --
recommendation and authorization to negotiate a lease agreement with
the selected proposer whose proposal is determined most advantageous
to the City, subject to the on concurrence Fair Market Value..
8. Determination of Fair Market Value and concurrence by the
parties.
9. Negotiation of lease agreement between the City and the selected
proposer.
10. City Commission authorization to execute the negotiated lease
agreement with the selected proposer. The selected proposer shall have
no vested rights, nor title or interest in the PROPERTY or in the
development proposed thereon until such time as a lease agreement is
executed. Scheduling of the proposed lease agreement on the ballot of
the next available referendum for approval of the voters if less than
three (3) proposals were received.
11. Approval of the lease agreement by a majority of the municipal
electorate at a referendum, if less than three (3) proposals are received
by the City in response to this RFP.
12. Execution of lease agreement between the City and the selected
proposer
J. UNIFIED DEVELOPMENT PROJECT SCHEDULE (TENTATIVE)
14
96- 195
k--
Issuance of the RFP
Tuesday, April --, 1996
Proposal Pre -Submission Conference/Site
Tuesday, April **, 1996
Inspection
10:00 a.m.
Location: Department of Development
300 Biscayne Blvd. Way, Suite 400
Miami, Florida 33131
Proposal Submission Deadline
Friday, July **, 1996
Location: Office of the City Clerk
2:00 p.m.
Miami City Hall - First Floor Counter
3500 Pan American Drive
Dinner Key
Miami, Florida 33133
Initial Review of Proposals (by staff)
**** 1996
Review Committee Meeting for Instruction
**** 1996
CPA Firm's initial evaluation of Proposals made
**** 1996
available to Committee
Review Committee Meeting(s): CPA Firm presents its
**** 1996
Findings to Committee, Committee Interviews
_
Qualified Proposers
Recommendations from the Review Committee and
**** 1996
CPA Firm to the City Manager
Recommendation from the City Manager to the City
**** 1996
Commission for Selection of One or More
Proposals and Authorization to Negotiate Lease -
or - Rejection of all Proposals
Determination of Fair market Value by appraisals
**** 1996
Begin Lease Negotiations with Selected Proposer
**** 1996
City Commission Authorization to Execute Negotiated
**** 1996
Lease and, if necessary, Scheduling of
Referendum Ballot Item
Referendum of Voters if necessary)
**** 1996
Execution of Lease
**** 1996
990— 195
15
III. REQUEST FOR PROPOSALS - GENERAL
REQUIREMENTS
This RFP is being issued in accordance with City of Miami Charter Section 29
and City Code Section 18-52.9, which are incorporated herein by reference and
included as Appendix A. The following information highlights certain (but not
all) requirements for UDPs.
A. DECLARATION AS A UDP
The City Commission determined and declared by Resolution that, for the
development of improvements on City -owned property or property to be
acquired by the City, it is most advantageous to the City to procure from the
private sector one or more of the following integrated packages: (1) planning
and design, construction and leasing; or (2) planning and design, leasing, and
management; or (3) planning and design, construction, and management; or (4)
planning and design, construction, leasing and management from a private
entity.
On January 1',21, 1995 the City Commission adopted Resolution No. 95-48
declaring that the most advantageous method to develop certain
improvements on the PROPERTY is by a UDP process that seeks to procure
an integrated development package from the private sector including planning
and design, construction, leasing and management of the PROPERTY.
B. COMMITMENT OF FUNDS
1. City
The City shall not provide funds or financing for the development
contemplated by this RFP.
2. Selected proposer:
a) Debt Financing, Rent 8y Reimbursements: The selected proposer is
required to provide adequate equity and commitment for debt
financing to finance all aspects of the proposed Unified Development
of the PROPERTY. The selected proposer is required to provide the
City with a minimum guaranteed annual rent as specified in Section
H. F. Financial Return to the City. Upon both parties' execution of the
lease agreement, the selected proposer shall reimburse the City for
any and all direct costs incurred in evaluating all proposal
submissions, including but not limited to: appraisal fees, the
professional services of the certified public accounting firm selected by
the City Commission, and all advertising and printing costs related to
this UDP, as well as any costs which may be incurred by the City
16
gg- 195
k,
during the permitting process. (Refer to Section IV. D. Permitting
and Licensing, page 31.) The City shall deposit in local banking
institutions all moneys collected as a result of this UDP/RFP.
b) Performance Bond: Simultaneous with execution of the lease
agreement, the selected proposer shall be required to furnish the City
with a Performance and Payment Bond, in customary form utilized in
commercial transactions involving private sector principals in Dade
County, and in the amount equal to the total estimated cost of the
PROJECT improvements, but not less than $2,000,000.00 as stated
in Section IV.. Estimated CONSTRUCTION Cost" on page 32 of this
RFP.
c) Security Deposit: Simultaneous with execution of the lease
agreement the selected proposer shall be required to furnish the City
a security deposit equal to the one half (50%) of the first year's
minimum rent. Such security deposit shall be in the form of cash,
cashier's check or an acceptable Irrevocable Letter of Credit issued by
a financial institution acceptable to the City.
d) Proposal Deposit: Submission of the proposal shall include, as
evidence of the proposer's creditworthiness and ability to meet its
proffered financial commitment for the development, $25,000 in the
form of cash or a cashier's check. Such funds collected by the City
shall be reimbursed to all but the Selected Proposer prior to exection
of the lease agreement.
C. COMMITMENT OF PROPERTY
The PROPERTY and its improvements are offered "as is" by the City for
development and long term management, except as otherwise provided in
Section II.C.6. "PROPOSED IMPROVEMENTS BY CITY by City" on page 8. No
representations or warranties whatsoever are made as to its condition, state or
characteristics. Express warranties and implied warranties of fitness for a
particular purpose or use and habitability are hereby disclaimed.
Testing, audits, appraisals, inspections, etc., desired or necessary to submit a
proposal shall be at the sole expense of the prospective proposer. Reports
regarding the PROPERTY, including any appraisal reports, that the City may
have in its possession are available as public records.
The City intends to enter into a lease agreement for the PROPERTY with the
selected proposer. (Refer to Section II.E.) The term of the lease agreement to be
96- 195
17
entered into between the selected proposer and the City shall be a maximum of
forty (40) years, though the City prefers a shorter term. The lease agreement
shall be structured to provide the City with a minimum guaranteed annual rent
or a percentage of gross revenues, whichever is greater.
City -owned property is held in public trust and cannot be mortgaged, pledged,
liened or subordinated in any way as a part of the lease agreement. All
leasehold improvements shall become the sole property of the City upon the
expiration of the lease agreement.
D. COMMITMENT OF SERVICES AND MATERIALS
All City services such as police and fire protection, which are routinely provided
to any private development within the City, shall be provided to the selected
proposer by the City.
E. EXECUTION OF CONTRACTS
Upon the conclusion of the UDP process as required by applicable City Charter
and Code provisions, including any required voter approval, the lease
agreement for the PROPERTY shall be signed by the City Manager or his duly
authorized designee after approval thereof by the City Commission. The
selected proposer shall not have any vested right, title or interest in the
PROPERTY until such time as the leasehold agreement is executed by the City.
F. RIGHT OF TERMINATION
In addition to any other right of termination available, any substantial increase
in the City's commitment of funds, property, or services, or any other material
alteration of any contract awarded for a Unified Development Project shall
entitle the City Commission to terminate any contract including the lease after
a public hearing. Prior to such public hearing, the Commission shall seek and
obtain a report from the City Manager and from the Review Committee that
evaluated the proposals for said project, concerning the advisability of the City
exercising its right. The City shall have no liability with regard to its exercise of
said right and the selected proposer shall beat all of its own costs with respect
thereto.
As required by Subsection (e)(4) of Charter Section 29-A(c), "substantial
increase" shall be defined as a 10% or more increase to the City's proposed
commitment of funds, property and/or services, and "material alteration" shall
be defined as a failure to comply with all aspects of the proposal except as may
be specifically permitted in writing by the City Manager.
95- 195
k__
IV. ELEMENTS OF PROPOSALS
Respondents to this RFP are advised that the following factors should be
addressed in the proposals and each will be critically evaluated.
A. DEVELOPMENT OBJECTIVES
• public/private utilization of Property providing access to the site & facilities,
to the waterfront and open: space
• water -dependent use(s) that capitalizes the maritime character of Dinner
Key
• preservation & enhancement of PROPERTY's historic character and
structures
• multiple uses are preferred
• proposal must address parking
Proposals must meet the City's development objective of compatible
public/private utilization of the subject waterfront PROFERTY. Proposals shall
provide, enhance and maintain as primary uses, both a full -service boat yard
and a recreational marina, with related and ancillary marine services and
amenities. At the same time, proposals shall preserve and improve the viability
of one or both historic structures located on the PROPERTY, in accordance
with the requirements of this RFP and Secretary of the Interior Standards for
(Historic) Rehabilitation. The development shall additionally enhance public
access to the waterfront at Dinner Key. To this end, a multiple use
development project is preferred, with adaptive reuse of existing historic
facilities for optional primary uses consisting of historic interpretive or
interactive exhibits and/or a public market. The preferred project is intended
to serve all segments of the local resident and tourist population, with an
emphasis on marine and boating enthusiasts, historic associations, and small
business owners (including artisans and farmers).
Given the unique and historic attributes of the structures on the site and
consistent with the development objectives of this RFP, the City believes that
an extraordinary opportunity exists to develop select recreational, commercial,
educational or cultural facilities that effectively utilize the 3-dimensional
volume of interior space in the historic structures. Additional emphasis should
be given the integration of site borders, possibly through cross accesses, and to
an overall design which should attempt to integrate and harmonize neighboring
uses, particularly along the bay, from Monty Trainer's to the Coconut Grove
Exhibition Center.
19
96- 195
k,
Aesthetics of the development will be an important consideration in the
evaluation of proposals. The City expects the improvements to respect and
enhance the local environment and be responsive to the waterfront setting.
Proposals must meet the City's development objective of compatible
public/private utilization of the PROPERTY.
B. USE OF PROPERTY
The required principal use of the PROPERTY shall be water -dependent, taking
the forms of both a full service marina and a boat yard. Ancillary uses to the
specified primary facilities shall be limited to marina/boat-yard related office
and marina/boat-yard related retail. Optional primary uses for the PROPERTY
shall be limited to a public, urban or community market of retail food stuffs
and similar merchandise, and/or a historic interpretive/interactive facility,
with ancillary support services (related retail and/or office) for such uses. All
uses provided shall be non-exclusive uses. Note that the City reserves the right
to review and approve any subleases that may arise from this RFP and a clause
to that effect shall be included in the lease agreement.
Proposers are reminded that it is a requirement of this RFP that any proposed
use configuration shall historically preserve the large hangar for adaptive re-
use. Furthermore, proposed development projects which additionally preserve
and re -use the smaller hangar (machine shop) will receive added consideration
during the evaluation of proposals.
1. REQUIRED PRINCIPAL USES
a) Boat Yard Facility
The Successful Proposer shall be required to provide, enhance and
maintain a "full service" boat yard facility, which shall offer a broad
range of boating and marine activities including, without
limitation, boat hauling, storage, repair and maintenance services
for vessels greater than twenty-eight (28) feet in length. (By virtue
of the City's existing lease dated April 1, 1976, the tenant of the
adjacent site, Grove Key Marina, has exclusive right for city -owned
facilities in the Dinner Key area to haul and store boats up to and
including 28 feet in length. See Appendix ** for more information.)
The facility shall offer the opportunity for individual boat owners to
perform repairs, general maintenance and to make improvements
to their private vessels, independent of such services as may be
provided by the operator or tenants.
95- 195
20
The boat yard facility must provide for full service boat repairs
including without limitation electrical, mechanical, plumbing,
planking, rigging, carpentry, hull and engine repairs. The boatyard
facility shall include showers and restrooms for users, employees,
customers. It is intended that the Boat Yard be a "working yard"
where all aspects of boat and marine engine repair occur and,
subject to liability issues, can be observed publicly.
It shall be the responsibility of the successful proposer to ensure
that hull repairs, painting scraping and engine repairs must be
conducted in full compliance with all applicable City, County, State
and federal regulations governing noise, odor and air pollution
controls.
b) Marina
Recognizing the City's plan for minimal marina renovations as
detailed in Section II.C.6. "PROPOSED IMPROVEMENTS BY CITY
by City" on page 8, proposers shall include in their proposal a
detailed plan to upgrade, improve, operate and maintain
recreational marina facilities in a manner and quality consistent
with other first class marinas in the Miami metropolitan area. The
marina facility is to include wet slip storage for vessels of any
length, and hauling for vessels greater than 28 feet in length. (See
Appendix ** for information on vessel length limitations for hauling
and dry storage.)
(1) Optional Marina Expansion: Proposers are given the option
to expand the size of the marina operation within the
boundary depicted as Parcel B on the survey (see Exhibit 1)
by increasing the number of wet slips to the maximum
permittable under law and which the site may functionally
accommodate. To that end, the City seeks to obtain the
required environmental permits for up to 144 wet slips. Any
additional slips constructed by the successful proposer shall
meet or exceed the specifications and amenities of slips
constructed by the City. Note that the *** acres comprosing
Parcel B shall not be included in the lease unless the Lessee
has demonstrated a viable committment to the construction
of the marina expansion. (Refer to Section II.C.6.
"PROPOSED IMPROVEMENTS BY CITY", page 8.)
(2) Required Marina Services: The proposal shall include the
marina services listed below, as well as such additional
improvements as may be required to accommodate same.
21
96- 195
k__
(a) dockmaster services during normal working hours to
oversee docking and departure activities.
(b) twenty-four (24) hour security and other emergency
services as may be required by the U.S. Coast Guard,
local police, and other agencies with jurisdiction
(3) Optional Dry Rack Storage: Proposals may include dry rack
storage subject to the limitations of vessel length and
environmental permitting as previously stipulated. For those
proposals that include this amenity, more favorable
consideration will be given to covered dry rack storage.
c) Permitted Ancillary Uses for Boat Yard and Marina
(1) Boat Yard/Marina Office
The redevelopment plan may include space for use as the
dockmaster's office and office for the management and slip
rental operations of the boat yard. The City recommends a
maximum of 5,000 square feet for this purpose.
(2) Marine Fueling Facility
Proposers are offered, as an option, the right to sell and
pump marine fuel (diesel and/or gasoline) from the
PROPERTY. Fuel tanks (above ground tanks are preferred)
and dispensing equipment shall be constructed at Proposer's
sole cost and expense and shall conform to all local, state
and federal regulations. Said right to sell and dispense fuel
shall be non-exclusive in the Dinner Key area. As a City
leasehold, the operator may be required by the U.S. Coast
Guard, local police and other enforcement agencies to
provide after-hours and/or emergency fueling.
(3) Charter Boat Concession Operations
Marine related concessions located within the PROPERTY
may be provided and may include charter fishing and dive
boats, boat rentals and related services. No jet ski rentals
will be permitted.
(4) Food Service Concession
One (1) prepared food and beverage concession is permitted
for service to Boat Yard and Marina tenants and visitors.
Such concession shall be of a "snack bar" type or similar
such "open air" convenience food and beverage concession.
The design and operation of the food concession shall be
compatible with and complimentary to the character and
history of the Dinner Key waterfront. The City recommends
99
96- 195
a maximum of 1,500 sq. ft. of total enclosed floor area for
this purpose.
(5) Convenience Services/Boater Amenities
A marina comfort station is required and shall include full
service public restrooms, showers, laundry machines, rental
locker storage, and pay telephones.
16) Boat Yard/Marina Related Retail
The boat yard/marina may include a general provisioning
retail store, generally described as a "ships' store". This
establishment will be for the needs of the boaters and boat
yard tenants, with its inventory to include packaged and
fresh foods, marine electronics and equipment, sundry
goods, convenience supplies, and boating, marine, fishing
and related goods. A recommneded guideline is a maximum
of 3,000 sq. ft. of total enclosed floor area for this purpose.
(7) Boat Brokerage
Boat Yard/Marina may include a boat brokerage. As a
guideline, the City recommends a maximum of 2,000 sq. ft.
of enclosed floor area; and not more than 15% of total
marina slips.
(8) Marine Trades School
Proposers may include facilities (classrooms, stalls, slips
and/or outdoor areas) which may be utilized for the training
and aprenticeships of persons in boat building crafts or
marine repair trades.
2. OPTIONAL PRINCIPAL USES
a) Public / Urban / Community Market
As an optional use for the PROPERTY, proposals may include the
development and operation of a public, urban or community
market. Taking advantage of one or other of the historically
significant, large scale hangar structures on the PROPERTY, the
market shall offer a broad range of products in a unique retail
setting that does not replicate supermarket design. The concept
embraces a permutation of farmers' markets and crafts markets,
with permanent operation on a regular, seven-day per week basis.
Specifically, the operation of a "flea market" from the PROPERTyis
unacceptable. The market is intended as a significant community
amenity as well, providing meeting and gathering places and a
23
96- 195
connection to the rural or small town experience that many find
lacking in an urban environment.
It is intended that the market shall offer for sale to the public a
broad selection of quality food and non-food items, the depth and
breadth of which shall echo the cultural diversity of the greater
Miami community, in terms of both product range and sales
presentations, displays, and methodology. The market shall
emphasize specialty, unique, ethnic, and exotic aspects of
subtropical and tropical cultures and cuisine. Conventional
supermarkets, department stores, and other traditional retail
shops (e.g., furniture, clothing and/or book stores) do not conform
to the spirit of the community/urban market concept and are not
be acceptable.
Food items may include prepared and bulk foods, produce, dairy
products, baked goods, meats, poultry, seafood, spices,
coffees/teas, wines and beers, specialty foods/groceries, take-
home foods, and such prepared foods as vinegar, jams, sauces,
cider, or juices. Non-food items may include flowers/plants, and
hand -made crafts (not mass produced) such as baskets/ straw
items, beads, candles and incense, fabrics and hand -made
clothing, dried flowers, fine arts, printmaking, antique and
collectable items, photography and woodwork. As a guideline,
areas for the consumption of prepared foods within the premises of
the market should comprise not more than 15% of the total
building footprint. It is not the desire of the City to encourage a
typical shopping mall food court, but to provide an area to allow
patrons to leisurely consume food and beverages purchased in the
market as part of the market experience.
As an "urban market" and with an eye to fostering producer -
consumer interaction, the market operation shall seek out locally -
owned, owner -operated, independent businesses to sublease retail
stalls within the facility. Day stall rentals are to be permitted so as
to encourage a rotation of varied products and to provide
enterpreneurship opportunities for small or fledgling businesses,
while the majority of stalls may fall to longer term subleases to
ensure continuity and quality of operation. Successful examples of
public urban markets include the Reading Terminal (Philadelphia),
the Pike Street Market (Seattle), the Lexington Market (Baltimore)
and the Granville Island Market (Vancouver, B.C.). It shall be
incumbent upon the developer/operator of the PROPERTY to
regulate stall rentals and product sales so as to maintain the
24
96_ ID5
k,
highest quality standards and to preclude a used merchandise, flea
market operation.
Alternatively, a "community market" is permitted. A community
market places overall operations and inventory under a single
commercial entity, which involves itself in the community in a
number of ways: by donations of revenues, goods and services to
the local community, by utilization of locally grown or
manufactured products, and by organization of community special
events. For the purposes of this RFP, we recommend that a
community market operation reserve minimum of 25% of the
enclosed (sales floor) area for regular (on -going) or day stall
operation by local producer -seller tenants. As with the urban
market concept, a proposed community market shall present a
unique shopping experience to consumers in which the
presentation and sales method is as important as the product sold.
b) Historic Interpretive/Interactive Facility and/or Exhibits
Proposers may elect to provide, maintain and operate a historic
interpretive/interactive facility on the PROPERTY, utilizing one or
the other of the large-scale hangar structures on site. As a
cultural and educational facility, it shall focus on the history of the
PROPERTY and the Dinner Key waterfront and their prominence in
early marine aviation. The facility shall illustrate and exhibit
artifacts, memorabilia and events using state of the art techniques,
interactive and entertaining methods as a means to display and
communicate. Given the 3-dimensional volume of interior space in
the hangar structures, ideal exhibits shall incorporate full-scale
replicas and/or original, restored air and marine crafts as
permanent components of the facility's collection, which may be
augmented by touring and loaned exhibitions.
Proposers are also encouraged to highlight the maritime and
aviation history of the site through exterior exhibits and/or
displays, both two- and three-dimensional. Examples would
include photo murals, dioramas, and walkways with artifacts on
display.
Any proposal offering a facility of this type shall demonstrate and
verify its credentials by including recognized historical
association(s) as participating member(s) in the development
entity, or by endorsement written by such bona fide associations.
The Historical Association of Southern Florida is one potential
source for potential collections, exhibits, materials and related
96- 195
25
information. Contact Mr. Randy Nimnicht, President, 101 West
Flagler Street, Miami, Florda 33130-1538, phone (305)375-1492.
c) Permitted Ancillary Uses for Optional Primary Uses
(1) Historic Facility Related Retail
Development projects which. include a historic interpretive
facility may additionally provide and operate a retail gift shop
offering merchandise that is solely related to museum and
historical exhibits. Typical gift shop inventory will include
miniature replicas of exhibits, photographs, prints, books,
educational toys or games, and museum souvenirs. The
recommended area for the museum gift shop shall not
exceed 2,000 square feet.
(2) Meeting/Conferencing Facility
Development projects which offer either a public market or a
historical facility may additionally provide a small scale
meeting or conferencing facility to augment the educational
and/or cultural aspects of the specified uses. Such a facility
may include such amenities as training rooms, meeting
rooms, and presentation or entertainment areas for fund-
raising, community, or social events. The recommended
area for a meeting/ conferencing facility shall not exceed
3,000 square feet.
(3) Educational Facility
Proposed development may include an on -site educational
facility related to any or all primary uses developed on the
Property, including classroom and training rooms for such
activities as boat -building, sail making, ship and seaplane
design.
(4) Market and/or Historic Facility Related Office
Proposed development projects may include office space
necessary for the administration and management of the
specified operation.
(5) Prepared Food Service Concession
Development projects which include a historic facility may
additionally provide and operate one prepared food and
beverage concession primarily for the museum employees
and visitors. Such concession shall be of a cafe "snack bar"
type, and may be either "open air" or enclosed. The design
and operation of the food concession shall be compatible
96- 195
26
k,
with and complimentary to the character and history of the
Dinner Key waterfront. The recommended area for the
historic facility food concession shall be a maximum of 1,500
sq. ft. of total floor area.
As previously indicated in Section IV.B.2.a), proposals which
offer a public market may allow consumption of prepared
foods within the premises. As a guideline, areas for the
consumption of prepared foods within the premises of the
market should comprise not more than 15% of the total
building footprint. It is not the desire of the City to
encourage a typical shopping mall food court, but to provide
an area to allow patrons to leisurely consume food and
beverages purchased in the market as part of the market
experience.
3. REQUIRED ACCESSORY AND ANCILLARY USES
Proposers are advised that the below listed accessory and ancillary uses
are a requirement of any proposed development program for the -
PROPERTY. .-
a) Parking
Proposed development projects shall provide and maintain on the
PROPERTY parking area(s) to service the primary and ancillary
uses of the project, in sufficient quantity to comply with the City of
Miami zoning ordinances.
LL: Emphasis should be given to the configuration and landscaping
of parking areas, including the minimization of impervious surfaces
and the providing of alternative parking sufaces such as grass,
pavers, stone, etc. All maintenace of parking facilities will be the
responsibilty of the successful proposer.
b) Recreational Amenities
The proposed development project shall provide and maintain for
the community's benefit, the below listed public amenities, which
are further described in Section N.C. Proposed Site
Improvements beginning on page 28.
(1) A bay walk shall be provided along the sea wall edge at
Biscayne Bay, and shall include seating, lighting and
landscaping.
(2) Picnic facilities (tables and benches) shall be provided in
conjunction with the bay walk and may be provided with all
other amenities.
27
99w— 195
t.-
(3) Open/Green Space - a twenty (20) foot wide landscape buffer
with a pedestrian walkway (sidewalk) shall be provided
between the western edge of the PROPERTY and South
Bayshore Drive.
(4) A bicycle path shall be incorporated into the landscape
buffer along Bayshore Drive.
C. PROPOSED SITE IMPROVEMENTS
The proposal shall schematically describe all proposed improvements to the
PROPERTY including site improvements, structures and the general uses
pertaining thereto. All improvements, including those to existing structures,
shall comply with all applicable local, state and federal codes and ordinances,
including the South Florida Building Code. The Selected Proposer will be
responsible to obtain all required permits and approvals from all agencies
having jurisdiction.
1. STRUCTURES
The design of new structures and/or' the refurbishing of existing
structures shall be aesthetically designed to harmonize with the
subtropical climate of South Florida, the natural environment of
Biscayne Bay, and with the historic character of the Dinner Key
waterfront. Design concepts will be critically evaluated in the selection
process. The overall height, mass and location of any new structures
shall neither diminish nor compete with the historic hangers, which
should remain the dominant feature(s) of the site. The required
restoration of the large hangar and the optional preservation of the small
hangar shall conform in all respects to Secretary of the Interior
Standards for (Historic) Rehabilitation. Preservation/adaptive reuse
experience and design, and the continuity of historic treatment
throughout the development project will be given significant
consideration in the evaluation of proposals. Additionally, the
construction of any new structures shall conform with the view corridor
and public access requirements set forth in Section 3(mm) of the City
Charter included in the RFP under Appendix A.
2. LANDSCAPING
A schematic landscape plan shall be submitted identifying areas of
proposed vegetation - existing (to be retained) and new plantings -
accompanied by a typical landscape materials list. Public and
circulation areas shall be aesthetically enhanced by appropriate
landscape treatments. Xeriscape design and use of native plant species
are encouraged. Landscaping shall generally meet "xeriscape" design
96- 195
.Z
standards incorporating native plant species with drought- and salt -
tolerant characteristics.
3. MARINA AND BOAT YARD
Improvements to the PROPERTY for boat yard and marina use shall be
aesthetically harmonious with the subtropical climate of South Florida,
the natural environment of Biscayne Bay, and shall complement or
enhance the historic character of the Dinner Key waterfront. The
selected proposer shall be responsible to design and construct all
improvements required for the operation of the marina and boat yard
beyond those being constructed by the CITY, as detailed in Section
II.C.6. PROPOSED IMPROVEMENTS BY CITY beginning on page 8. The
design of such facilities shall additionally complement marina facilities
constructed by City.
4. PARKING AND CIRCULATION
The selected proposer shall be required to design and construct parking
facilities on site in sufficient quantity to service all primary and
secondary uses included in the project and in compliance with applicable
zoning requirements. Such required on -site parking, and all utility,
loading and/or service areas shall be organized, appropriately
landscaped, and bermed or screened from surrounding areas, streets
and adjacent property. Proposals shall also include a compatible, safe
and effective pedestrian and vehicular circulation system to service the
proposed development, in addition to the public access amenities
required along Biscayne Bay (the bay walk) and Bayshore Drive (right of
way, bike path and side walk).
5. PUBLIC AMENITIES
The selected proposer shall be required to design, construct and
maintain specific amenities for public use and access to the PROPERTY,
specifically: a bay walk, picnic facilities, a landscape buffer, and a bike
path. The bay walk shall be constructed along the the sea wall edge at
Biscayne Bay, and shall include seating, lighting and landscaping. The
design, and construction of the bay walk shall conform to pertinent
sections of the City Code, including ****, and to the City's
Baywalk/Riverwalk Design Standards and Guidelines included in this
RFP as Appendix F. Picnic facilities, specifically tables and benches
designed for outdoor use, shall be provided in conjunction with the bay
walk and may be provided with all other amenities. Additionally, a twenty
(20) foot wide landscape buffer with a pedestrian walkway (sidewalk)
shall be provided along the length of the western edge of the PROPERTY
at South Bayshore Drive. This buffer shall also include a bicycle path,
with a minimum eight -foot width and appropriate separation for
pedestrians.
Wei
96- 195
k,
6. GENERAL DESIGN STANDARDS AND GUIDELINES
A. Wherever possible, and particularly in public areas, utility lines
shall be located underground, concealed within architectural
and/or landscaping features, or suspended below walkways.
B. Electric service shall be principally through a primary meter
C. Vehicular circulation roads shall be paved.
D. A unified design for all components of signage will be required, and
shall be compatible with the historic character of the site.
D. PERMITTING AND LICENSING
The Selected Proposer, at its sole cost and expense, shall be responsible for
acquiring all required permits, licenses and approvals from all agencies with
jurisdiction, including, but not limited to, the City, Metropolitan Dade County,
the State of Florida and public utilities. All improvements must comply with all
applicable building, fire, zoning, health and other code requirements. The City
will assist through expedited review procedures, to the extent permitted by law
and regulations.
Developments of Regional Impact - The City makes no representations and
has no analysis or information as to whether the development contemplated by
this RFP is a Development of Regional Impact (DRI) as defined by Florida
Statutes Section 380.06. If it is determined that the proposed development is
subject to Development of Regional Impact review and procedures (or a
successor or similar law), the selected proposer shall be solely responsible for
making all applications and/or seeking all authorizations required by law, at
the proposer's sole cost and expense. According to DRI regulations, the DRI
threshold limits (100%) potentially applicable to this project are: boat
yard/marina - 100 wet slips, or 300 combined total for wet & dry slips, and
retail - 400,000 sq. ft. It should be noted, however, that individual components
will be evaluated by the Florida Department of Community Affairs as a single
multi -use development and may be subject to aggregation of threshold
percentages. For more information on this process please contact Ms. Julia
Trevarthan at the South Florida Regional Planning Council, 1-800-985-4416.
Impact Fees - Current City of Miami impact fee regulations provide that
the proposed development of this PROPERTY is not subject to the
imposition or payment of City developmental impact fees. It is the
responsibility of the proposer to determine, based upon the full proposed
development scheme and all uses for the PROPERTY, the full extent of all
impact fees to be assessed by Metropolitan Dade County and/or other agencies
with jurisdiction. The City will assist the selected proposer in securing the
30
96- 195
V.,
most equitable assessment of impact fees for the final approved project, taking
into full account any and all credits available for historical use of the site.
E. ESTIMATED CONSTRUCTION COST
The proposal must include a detailed construction cost estimate for the entire
proposed development. The total cost of all improvements shall be not less
than two million dollars ($2,000,000).
F. DEVELOPMENT SCHEDULE
The City will require the development of proposed improvements to commence
within three months from the transfer of the leasehold PROPERTY to the
selected proposer. The proposal must include a development schedule which
takes into account the commencement date required by the City and which
delineates the development of each significant improvement. Termination and
force_ majeure clauses will be included within the lease agreement to insure
reasonable compliance with the proposed development schedule.
In evaluation of proposals, the timetable for completion of the proposed
construction shall be considered along with the proposer's plans and
commitment to minimizing the impact of construction on the use of the site.
All proposed development must be completed within the time period specified
in the schedule given in the proposal. Any and all proposed physical
improvements to the PROPERTY for a first phase (if built in phases) must be
completed and capable of public use within 24 months from the date of
transfer of the leasehold PROPERTY to the selected Proposer. Subsequent
phases should be completed within 48 months from the date of transfer of the
leasehold PROPERTY to the selected Proposer. Extensions of time may be
granted by City only in cases of extreme circumstances beyond the control of the
Successful Proposers, such as unusual permitting delays.
G. PROPOSED CUSTOMER AND PUBLIC SERVICES
Each Proposal shall describe levels of customer service to be provided by the
operator, including, but not limited to :
1. Security and Emergency Preparedness - Policies, procedures and proposed
staffing for providing 24 hour security to the PROPERTY; emergency
preparedness procedures, particularly for marina and boat yard operations,
and well as the waterfront in general.
2. Customer Service Programs - Detailed information should be provided on
developer/operator experience in the marina and boat yard industry. Each
proposal shall include plans to implement customer service programs to
31
96— 195
k,
assure high levels of consumer satisfaction for users and visitors. Similar
information shall be provided for market and/or historic facilities, if
included in the proposal.
3. Cultural Programs - For proposals which elect to offer the public market or
historical facility uses, detailed information shall be provided on
developer/operator experience and plans to implement programs of a
j cultural, historical, social and/or educational nature .
4. Employee Guidelines - Provisions for training employees and maintaining
standards of conduct to ensure quality delivery of customer and visitor
services including proposed guidelines for employee appearance and
uniforms.
H. MANAGEMENT APPROACH & METHOD OF OPERATION
The proposal must include a narrative describing the operation of the entire
proposed development. The description shall include, at minimum, an
organizational chart, job descriptions of key positions, brief outline of operating
procedures, how and where the development will be advertised, indication of
which businesses are intended to be operated by proposer and which
businesses are intended to be subleased or to be operated under a
management contract. If independent management services are to be involved,
then the applicable forms included herein as Exhibit II. to this document must
be completed by management contractors.
I. FINANCING STRATEGY
The proposer shall provide, as part of the proposal, a description of the
financing strategy for all building and site improvements including public
spaces and amenities associated with the development. Prior to its execution
of a lease agreement, the City will require written evidence of a firm and
irrevocable commitment of all funds necessary to construct, equip, and initiate
operation of the proposed Project for a stabilization period determined by the
City.. The City reserves the right to further evaluate and/or reject financing
committments when the term, the identity of the financing source or other aspect
of such financing is deemed not in the best interest of the City or the project.
J. COMPOSITION AND QUALIFICATIONS OF THE DEVELOPMENT
(PROPOSING) ENTITY & CONSULTANTS
Proposals shall include the professional qualifications and credentials that
demonstrate the development entity's ability to successfully undertake and
complete development of the PROPERTY. The proposal must contain
information sufficient to demonstrate the ability of the development entity and
32
96— 195
k--
its consultant(s), if any, to plan, design, construct, lease and manage a
campground facility with any and all related services and amenities proposed
in accordance with the development program outlined herein in this Section.
The Development Entity is hereby defined as the proposing entity (the
legal entity: corporation, joint venture, partnership, one or more
individuals) with whom the City will contract for the leasehold agreement.
The Development Entity, itself or through its consultant(s), if any, shall
substantiate its experience in all aspects of development and management of
the facilities proposed, subject to compliance with the qualifying criteria
specified in Section VI.B.1.
The consultant(s) to the Development Entity, if any, may be one firm
possessing all the required expertise or may be several individuals or firms
which combined possess all the required expertise. Consultants may include
professional planning and design consultants and sub -consultants, general
contractor and/or construction manager, and operational and management
consultant(s). Consultants and subconsultants may submit with more than
one Development Entity. However, the Development Entity (including
individual members thereof) shall only submit as part of one submission and
shall not be part of any other submission in any capacity.
The Development Entity and/or its consultant(s) assembled in response to this
RFP shall, at minimum, demonstrate professional expertise in each of the
below listed disciplines. Copies of currently effective licenses (for both
individuals and businesses, as applicable) shall be included in the proposal.
Architectural: registered to practice architecture in the State of Florida as
required by Chapter 481, Part I of the Florida Statutes, Architecture,
and shall have substantiated experience in the design and development
of the specified primary uses. Substantial experience in the preservation
of historic structures shall also be required.
Engineering: registered to practice engineering in the State of Florida as
required by Chapter 471 of the Florida Statutes, Professional
Engineers, and shall have substantiated experience in the design and
development of primary use facilities contained in the proposal.;
Landscape Architectural: registered to practice landscape architecture in
the State of Florida as required by Chapter 481, Part II, Landscape
Architecture, of the Florida Statutes;
33
96- 195
k__
General Contracting or Construction Management: licensed as a general
contractor in the State of Florida and shall have substantiated
experience in managing construction of primary use facilities contained
in the proposal;
Operations and Management: shall have proven experience in marina
and boat yard operations and management, and relevant service and
industry experience. Where applicable, Proposers shall additionally
demonstrate substantiated experience in the operation and management
of museums, interpretive/historic and/or cultural facilities and/or urban
public markets, as applicable.
If ancillary services are proposed as part of the development, the Development
Entity and/or its consultant(s) shall document measurable relevant experience
in each field(s) or area(s) of such ancillary services, i.e., educational, cultural,
commercial leasing, retail operations.
Unless specifically authorized by the City, no additions or modifications may be
made to the proposals and the entities and/or consultants they represent
subsequent to the submission deadline. New and/or current personnel who
are not identified in the proposal may not be introduced as part of the proposal
entity subsequent to the submission deadline, without City approval.
Respondents must notify the City in writing immediately if any firm or
individual presented in its original submission, either as part of the
Development Entity or its consultants, becomes unavailable to continue. Any
such change may result in the removal of the proposal from consideration, at
the City's option. All principals of the development entity may be subject to a
background check by the Miami Police Department. (For the purposes of this
RFP, "principal" shall be defined as the general partners, stockholders owning
5% or more of the corporate stock, and all corporate officers.)
Respondents are encouraged to include in the composition of the Development
Entity, businesses or firms whose primary offices are located in the City of
Miami. City occupational licenses shall be provided as proof of location for
businesses located in the City. In addition, included in Exhibit III herein is the
City's "Local Office Affidavit Form" which shall be completed by Proposers as
appropriate. For proposal evaluation purposes, the Review Committee shall
award points for local firm participation based on the criteria established
herein. (Refer to Section VI.B.)
Exhibits II and III include forms soliciting detailed information which must be
completed and submitted with the proposal.
34
96- 195
k,
K. LOCAL & MINORITY FIRM PARTICIPATION
Respondents will be required to comply with all applicable federal, state
and local affirmative action legislation and regulations, including the City's
Minority and Women Business Affairs and Procurement Program included
herein in Appendix C. The City of Miami adopted Ordinances No. 10062 and
10538, and subsequent amendments, to stimulate participation of qualified
minority/woman-owned firms/sole proprietors (M/WBE's) in all City projects.
Minorities are expected to be an integral part of the development entity
and its consultants, to participate substantially in construction contracts and
jobs, and to comprise a significant part of the permanent management team,
ancillary businesses and work force created by the development. For the
purpose of proposal evaluation, "significant" minority participation in the
Development shall be defined as not less than 30% of the proposing entity with
each minority group (black, Hispanic, and female) having not less than 5%
each. As evidence of minority compliance, proposers are required to complete
the applicable forms included in Exhibit III.
All firms/sole proprietors seeking to participate as M/WBE's must be
certified with the City's Minority/ Women Business Program and meet all
requirements of the above cited Ordinances prior to the submission of a
proposal. All firms/ sole proprietors, regardless of minority status, must
submit an affirmative action policy statement, in compliance with said
Ordinances, a sample of which is included in Exhibit III.
A local firm(s) shall be defined as a firm having its primary business
office established within the City municipal limits. The firm shall have a
current occupational license issued by the City and shall have submitted a
completed Office Location Affidavit. Credit shall be given those proposals
which include local firms as participants.
Kiel
96- 195
k—.
V. PROPOSAL SUBMISSION REQUIREMENTS
Submissions received in response to the RFP shall meet all requirements
specified in this Section. Submissions deficient in providing the required
information shall be determined non -responsive by the City and shall be
ineligible for further consideration.
A. SUBMITTAL PROCEDURES
A complete proposal submission package shall be delivered to the City as
follows:
1. One (1) original and fourteen (14) copies of bound proposals in an
8-1 /2"x I format and one set of board- mounted illustrative drawings
not to exceed 30" x 40".
2. Proposal submissions must be marked "Unified Development Project
Proposal for Dinner Key Waterfront Redevelopment, Miami, Florida" and
addressed to:
Jack Luft, Director
City of Miami
Community Planning and Revitalization Department
3. Proposals must be received at:
Office of the City Clerk
City of Miami, City Hall
(First Floor Counter)
3500 Pan American Drive
Dinner Ivey
Miami, Florida 33133
4. The submission package shall be submitted by:
2:00 P.M.
Friday, July --, 1996
The time deadline and proposal receipt location will be strictly adhered to
by the City. No proposals shall be received or accepted after 2:00
p.m., July --, 1996 or at any other City office location, other than
the City Clerk's Office (First Floor Counter).
5. Proposal submissions must be accompanied by:
A non-refundable cashier's check in the amount of $2,000 made
payable to the City of Miami.
Funds accompanying the proposal submission will be used by the City to
cover actual expenses for advertising, printing, and mailing incurred by
36
96-- 195
the City in preparing and issuing the RFP. Expenses incurred in
evaluating proposal submissions, in excess of the total amount collected
from all proposers, shall be reimbursed to the City by the selected
proposer upon the City's execution of a lease agreement.
B. DEVELOPMENT PROPOSAL CONTENTS
Prospective proposers shall address and include, as part of their proposals the
following items:
1. Development Plan:
Description of all aspects of the plan and a schedule of amenities
Overall site development
Number of new buildings, if any, and use, square footage, height of
each
Description of disposition, renovation and adaptive reuse of
existing facilities
Number, type, size and construction of marina slips, boat yard
repair booths "areas"
Number, size, type and description of recreational, educational,
and/or other ancillary or public amenities
Description of proposed operations by unit and category (retail,
food and beverage, office, etc.) and approximate square footage
Architectural features
Methods of construction
On site parking requirements
2. Illustrative Drawings:
(Prepared by a registered design professional and board -mounted,
size not to exceed 30" x 40")
Conceptual Site Plan - Schematic site plan showing use areas by
type, vehicular access and circulation roads, pedestrian paths
and schematic planting plan, existing buildings to be renovated
and all proposed new structures.
Perspective isometric illustrations are not required but will be
accepted for review.
Models will not be accepted for review.
3. A graphic time line or schedule detailing all phases of the
development including planning and design, permitting,
construction, and operations.
4. A written statement indicating the dollar amount to be spent on
permanent physical improvements to the PROPERTY, and an
inventory or schedule of said improvements.
37
96- 195
ti—
5. Management Plan, including, without limitation: mission
statement, operating parameters and budget, revenue projections,
cash flow analysis, and employment plan.
6. Marketing & Feasibility Plan - Identification of primary and
secondary markets for each type of primary (and major secondary)
facility and/or service proposed and a description of the strategies
to be utilized for attracting and strengthening those markets. The
market analysis should be sufficient to address the economic
feasibility of the development as proposed.
7. A stated commitment of annual lease payments to the City in the
format of a minimum guaranteed rent versus percentage(s) of gross
revenues. A stated commitment to adhere to the City Charter
requirement for compensation equal to fair market value.
8. Letters of reference from financial institutions demonstrating
proposer's relationship to same and documenting the proposer's
ability to finance all aspects of the proposed development, and
indicating committments to extend such financing.
9. Recent (as of 1995) Financial Statements (audited statements
preferred) for each principal of the proposing entity. (For the
purposes of this RFP, "principal" shall be defined as the general
partners, stockholders owning 5% or more of the corporate stock,
and all corporate officers.)
10. The required $25,000 payment stipulated in Section III.B.
Commitment of Funds beginning on page 16.
11. Completed Declaration, Financial Disclosure and Professional
Information forms as detailed and included herein as Exhibit II.
12. Documentation of the proposer's (Development Entity's) and
consultants' past experience in development and management of
projects of similar scope and complexity within the same or clearly
similar sphere on endeavor.
13. Resumes of key individuals to be involved in the proposed
development.
14. Individual Engineers, Architects and Landscape Architects must
submit current Certificates of Registration or Licenses, and
corporations or partnerships in those fields must submit current
Certificates of Authorization.
15. The organizational structure presented in graphic form depicting
the proposing entity and its professional consultants, including
the names, affiliation and addresses of all principals. This
96-- 195
k,
includes any and all general partners, stockholders owning S% or
more of the corporate stock, corporate officers, and executives
and top management of the Development Entity.
16. Completed Minority Participation Documentation forms (Exhibit
III), as evidence of minority participation pursuant to the goals set
forth in the City's Minority and Women Business Affairs and
Procurement Program.
17. City occupational license(s) and City "Office Location Affidavit"
demonstrating the participation of local firm(s), if any, in the
Development Entity or its consultants.
96- 195
39
k.,
VI. EVALUATION CRITERIA
Review procedures and the selection processes are set by the City Charter and
Code of which applicable excerpts are included in Appendix A. of this
document.
At a public hearing held ****, 1996, the City Commission authorized the City
Manager to issue the RFP. The City Commission shall, at a later date, appoint
a review committee from recommendations submitted by the City Manager and
select a certified public accounting (CPA) firm, both to evaluate submitted
proposals.
The review committee appointed by the City Commission will render a written
report to the City Manager of its evaluation of all responsive and responsible
proposals. The review committee shall evaluate each proposal based on the
criteria established herein. The review committee has the authority to
recommend one or more, or none, of the proposals as it deems to be in the best
interest of the City. The recommendation of the committee shall be
accompanied by written justification of its decision.
The certified public accounting firm selected by the City Commission will
render an independent report of its analysis of proposals to the City Manager.
The accounting firm shall analyze each proposal based on the criteria
established herein. The accounting firm shall present its preliminary findings
regarding each proposal to the review committee prior to the review committee
completing its deliberations.
A. INITIAL REVIEW OF PROPOSALS FOR COMPLIANCE WITH RFP
Proposals shall be reviewed initially by City staff for compliance with all
requirements set forth in the RFP. Each proposal shall be checked to ensure
that:
1. All development proposal elements and documentation listed in Section IV.
and V. have been included in the proposal submission.
2. The required number of copies and one original of the proposal, the board -
mounted illustrative drawings, and a $2,000 non-refundable cashier's check
have been received by the deadline date and time and at the correct location.
During this initial review, and prior to the start of deliberations by the
review committee, Proposing Entities may be contacted to cure proposals which
contain non -material, non -substantive defects as determined solely by staff,
such as an out of date certification. If notified of such deficiency, the proposer
shall correct such deficiency within five (5) working days of its receipt of
notification.
96- 195
40
B. REVIEW COMMITTEE EVALUATION CRITERIA
The following specific evaluation criteria and their respective assigned values
shall be used by the Review Committee for purposes of rating and ranking the
proposal submissions:
Weighted
Criteria
Value
Experience of the proposing entity
10
Capability of the Development Entity & Consultants....
10
Financial capability of the proposing entity ..................
15
Management & Operating Plan ....................................
15
Overall design of the proposed development .................
10
Historic Preservation Experience/Design/Enhancement
10
Preservation of Second hangar (Machine Shop) ............
10
Financial return to the City .........................................
10
Extent of minority participation ...................................
10
Local firm(s) participation ............................................
6
Total Maximum Points ...................... 106
Proposers are encouraged to have the format of their proposals conform to the
outline of factors described below, which will be utilized by the review
committee in evaluating the proposals:
1. Experience of the Proposing Entity (maximum 10 points)
• Qualifications and experience of the proposing entity in planning and
design, construction, leasing and management.
o Specific experience of the proposing entity in development, design,
leasing and management of marinas, boat yards, and in each the
ancillary types of uses proposed. A minimum of three (3) years
experience in boat yard/ marina development management/ operation
is required. Proposers offering to include optional primary uses shall
demonstrate a minimum of three (3) years responsible experience in
the management and operation of the respective facility or facilities.
41
96- 195
k -.
2. Capability of the Development Entity and Consultants (maximum 10
points)
• Composition of the Development Entity; professional qualifications and
capability of members, project managers, - consultants and
subconsultants as related to marinas, boat yard (***museum or cultural
facilities, public market); development, construction and management.
• Architectural/engineering capability and range of experience on similar
developments comparable in scope, complexity, magnitude, and specific
experience in the rehabilitation of historic structures for adaptive reuse
• Adequacy of personnel to successfully undertake and complete the
development proposed.
• General contracting or construction management capability and range of
experience on similar campground developments comparable in scope,
complexity, magnitude.
• Good past performance in the administration and management of other
developments and cooperation with former clients.
• Demonstrated ability to meet time schedules and budget.
• Qualifications, organization and experience of operational, leasing,
management team members.
• Qualifications and specified experience of project managers,
development entity members and professional consultants in
development and management of marinas, boat yards,
museum/cultural facilities, public markets.
• Specific experience of the Development Entity in relationship to
development and management of the types of ancillary uses proposed.
3. Financial Capability (maximum 15 points)
• Demonstrated financial capability of the proposing entity sufficient to
successfully undertake and complete this development.
• Pro -posing entity's track record of financing developments comparable in
magnitude and scope to successfully finance this development.
• Viability of financing strategy, financing mechanism, and funding
sources.
• Demonstrated feasibility of all aspects of the proposed development
substantiated by a market analysis.
96- 195
42
4. Management and Operating Plan (maximum 15 points)
• Appropriateness and practicality of stated goals, objectives and policies
of management plan.
• Viability, practicality and comprehensiveness of management plan,
including such elements as: mission, operating parameters and budget,
revenue projections and cash flow analysis, personnel organization and
staffing plan.
• Extent and feasibility of marketing plan, familiarity with primary and
secondary user markets for proposed facilities and services; and
appropriateness of strategies to be utilized for attracting and
strengthening those markets.
• Management approach to ancillary operations and businesses,
particularly relative to stated experience and capabilities and City's
objectives.
• Extent and quality of programs for maintenance, security, public access,
cultural/educational programs and customer services, as applicable. --
5. Overall Design of the Proposed Development (maximum 10 points)
• Fulfillment of the City's established development objective; extent and to
the required primary and ancillary uses; demonstrated commitment for
public access and water -dependent uses.
• Appropriateness and quality of the design as a boat yard and marina,
and as related to the character and history of the site and the waterfront.
• Harmonious and/or complementary integration of optional primary uses
into the site.
11
• Appropriateness and quality of the design of any new structures and any
reuse of existing structures.
• Successful and harmonious interface and/or connection to adjoining
public property and uses.
• Imaginative and creative treatment of: public access, particularly at
water front, other public spaces, exterior space, circulation, view
corridors, landscaping, graphics, signage and lighting.
• Efficiency of site design and organization, and compatibility of uses.
• Range and mix of uses and amenities; extent of public access and
amenities.
Historic Preservation Experience, Design and Enhancement
(maximum 10 points)
43
96- 195
k_--
• Sensitivity of overall design to the historic uses and structures which are
the essence of the Dinner Key waterfront.
• Extent of historic enhancement through landscaping, restoration of
existing impacted areas and natural area management programs.
• Provision of facilities for the use by community organizations for historic
educational purposes.
• *** Provision of interpretive and/or interactive exhibits, signage, public
educational programming and trained personnel for historic interpretive,
cultural and/or educational facilities management.
7. Preservation of Second Hangar (10 points)
8 Return to the City (maximum 10 points)
• Annual lease payment including a guaranteed minimum annual rental
payment or a percentage of gross revenues, whichever is greater.
• Term of lease
• Dollar value, extent, and timing of capital improvements.
• Any additional financial benefit to the City.
9. Extent of Minority Participation (maximum 10 points)
• Significant minority/women participation within the proposing entity.
• Significant minority/women participation within the consultants to the
proposing entity.
• Subcontracting and hiring practices during construction.
• Opportunities for minorities/women, hiring outreach and training
opportunities in relation to leasing, management, operation and
maintenance of facilities.
• Affirmative Action Plans of Development Entity members.
10. Participation of Local Firm(s) (maximum 6 points)
• 4 points shall be awarded to a proposal submitted by a proposing entity
that includes one or more local firms.
• 2 points shall be awarded to a proposal whose Development Entity
includes local firm(s) as consultants in the design, general contractor,
management and operations fields.
44
96- 195
k"
C. CPA FIRM EVALUATION CRITERIA
The certified public accounting firm selected by the City Commission will
evaluate each proposal prior to evaluation by the review committee.
Specifically, the certified public accounting firm shall assess these elements:
j i the financial viability of the proposing entity, including prior record and
experience
• the viability of the proposal's financing strategies, sources and structure
A the (comparative) short term and long range economic and fiscal return to
the City
• the proposal's market analysis and marketing plan
• the economic feasibility of the proposed development
O viability and appropriateness of management plan
The accounting firm shall present its findings regarding each proposal to the
Review Committee prior to said Committee completing its deliberations. The
CPA firm will render an independent report of its findings to the City Manager.
45
96- 195
k-
VII. TERMS AND
AGREEMENT
A. AUTHORIZATION
CONDITIONS OF PROPOSED LEASE
Upon authorization of the City Commission, the City Manager or his designee
shall negotiate all aspects of a lease agreement with the selected proposer.
The City Attorney's office will provide assistance to the City Manager or his
designee during the negotiation of the lease agreement and must approve the
lease agreement as to legal form and correctness prior to its execution. The
lease agreement shall comply with all applicable City Charter and Code
provisions. Until such time as the lease agreement is executed by the City,
the selected proposer has no vested right, title or interest in the subject
PROPERTY.
B. TERMS AND CONDITIONS
The lease agreement shall address, but not be limited to the following terms
and conditions:
1. Lease Term
2. Rent
3. Conditions For Lease (City Charter Section 29-B Requirements).
4. Insurance
5. Performance and Payment Bond
6. Indemnification
7. Assignment of Lease
8. Restrictions on Use
9. Design, Engineering and Construction of Improvements
10. Preparation of Premises for Development
11. Operation and Management of Leased Premises
12. Equity Capital and Mortgage Financing
13. Public Charges/Fees
14. Taxes
15. Maintenance, Repair and Replacement
16. Condemnation and City "Buy -Out" Provisions
17. Default - Termination
18. Examination of Premises
19. Audit Rights
20. Award of Agreement
21. Conflict of Interest
22. Non -Discrimination
23. Rules and Regulations
24. Compliance with Federal, State and Local Laws
25. Minority Procurement
26. Force Majeure
27. Miscellaneous
46
96- 195
k,
�1
APPENDIX A.
Excerpts from City of Miami Charter and
Code
Charter Section 3(f) and 3(mm)
Charter Sections 29A through 29D
Code Section 18-52.9
0
k--
City Charter Sectio— 3(f)
Subpt. A
CHARTER
t3
other evidence of city indebtedness shall be
00 To acquire or dispose of services inside
imposed on the bonds of the city.
or outside the city, by purchase, gift,
or otherwise for any purposes of the
(b)
Streets, parks, bridges, sewers, grade cross-
city.
ings, speed of vehicles; services and rates of
(iii) To lease to or contract with private
motor vehicle carriers: To nave, grade, curb,
firms or persons for the commercial use
repave, macadamize, remacadamize, lay out,
or management of any of the city's wa-
open, close, vacate, discontinue, widen, and
terfront property, but only in compli.
otherwise improve streets, alleys, avenues,
ance with the other requirements of
boulevards, lanes, sidewalks, parks, prom-
this charter and on condition that:
enades,•and other public highways or any
(A) the terms of the contract allow rea-
part thereof, and to hold liens therefor as
sonable public access to the water
hereinafter provided; to construct and main-
and reasonable public use of the
tain bridges, viaducts, subways, tunnels,
property, and comply with other
sewers, and drains, and regulate the use of
charter waterfront setback and
all such highways, parks, public grounds,
view -corridor requirements; and
and works; to prevent the obstruction of
(13) the terms of the contract result in
such sidewalks, streets, and highways; to
a fair return to the city based on
abolish and prevent grade crossings over
two independent appraisals; and •---
the same by railroads; to regulate the op-
(C) the use is authorized under the then
eration and speed of all vehicles using the
existing master plan of the city;
streets, highways, and railroads within the
(D) the procurement methods prescribed
city; to regulate the service rendered and
by ordinances are observed.
rates charged by busses, motor cars, cabs,
Any such lease or management agree -
and other vehicles for the carrying of pas-
ment or proposed extension or modifi-
sengers and by vehicles for the transfer of
cation of an existing such lease or man -
baggage.
agement agreement which does not com-
(c)
Special or local assessments. To impose spe-
ply with each of the above conditions
cial or local assessments for local improve-
shall not be valid unless it has first
ments as hereinafter provided and to en-
been approved by a majority of the vot-
force payment thereof.
ers of the city.
(d)
Contracting debts and borrowing money:
Nothing herein contained shall in any
manner affect or apply to any project
Subject to the provisions of the Constitu-
the financing of which has been pro-
tion of Florida and of this charter, to con-
vided by the authorization of bonds to
tract debts, borrow money, and make and
be issued by the city.
issue evidences of indebtedness.
(g) Public property and improvements: To make
(e)
Expenditures: To expend the money of the
and maintain, inside and outside the city,
city for all lawful purposes.
public improvements of all kinds, includ-
(f)
Acquisition and disposition of property and
ing municipal and other public buildings,
services:
armories, markets, and all buildings and
structures necessary or appropriate for the
(i) To acquire by purchase, gift, devise,
use of the city; to acquire by condemnation
condemnation or otherwise, real or per-
or otherwise all lands, riparian and other
sonal property or any estate or inter-
rights, and easements necessary for such
est therein, inside or outside the city,
improvements; and to rent or lease from
for any of the purposes of the city;and
any person any land or building within or
to improve, sell lease, mortgage, pled e,
pg
without the city orany part thereof for any
or otherwise dispose of such property
municipal pur•po:e.
or any part thereof.
Supp.
No. 27
16- 1ZC)5
k__
City Charter Sectit i 3(mm)
§ 3 CHARTER AND RELATED LAWS
to be contributed for maintenance of the
fund.
01) Airports and landing fields: To acquire by
purchase, lease, condemnation, or otherwise,
lands inside or outside the city limits for
use as landing fields or airports; to con-
struct and equip thereon or on other prop-
erty of the city such improvements as may
be necessary for that purpose; to operate
and maintain such facilities; to provide rules
and regulations governing their use and
the use of other property or means of trans-
portation within or over the same; and to
enter into contracts or otherwise cooperate
with other government entities or other pub-
lic or private agencies in all matters relat-
ing to such facilities; otherv: Ise to exercise
such powers as may be required or conve-
nient for such establishment. operation, and
maintenance; 'to levy taxes for any such
purpose; unless such facilities shall have
been acquired by lease, to issue bonds to
pay the cost of such facilities; and to grant,
deed or dedicate lands, with or without con-
sideration, to other governmental entities
for use as landing fields or airports. (Laws
of Fla. (1929), ch. 14234)
(mrri) Building and zoning.
(i) To provide by ordinance building, plan-
ning, and zoning regulations and re-
strictions governing the height, num-
ber of stories, method of construction,
type, and size of buildings and other
structures; the percentage and portion
of the lot or site that may be occupied;
the size of the front, rear, and side yards,
courts, and other open spaces; the lo-
cation, use of buildings, structures, and
land for trade, industry, residences,
apartment houses, and other purposes;
and the widening and future widening
of streets in zoned street areas that the
city may establish. Such regulations
may provide that a board of appeals or
the city commission may determine and
vary the application of building, plan-
ning, or zoning ordinances in harmony
with their general purpose and intent.
Supp. No. 27
Subpt. A
(i i) In order to preserve the ciLv's natural
scenic beauty, to guarantee open spac.
es, and to protect the waterfront, any-
thing in this charter or the ordinances
of the city to the contrary notwithstand-
ing, neither the city nor any of its agen-
cies shall issue building permits for
any surface parking or enclosed struc-
tures located on Biscayne Bay or the
Miami River from its mouth to the N.W.
5th Street Bridge,
(A) which are not set back at least 50
feet from the seawall (where the
depth of the lot is less than 200
feet, the setback shall be at least
25 percent of the lot depth), and
(B) which do not have average side
yards equal in aggregate to at least
25 percent of the water frontage of
each lot based on average lot width.
(iii) The above setback and side -yard re-
quirements may be modified by the city
commission after design and site -plan
review and public hearing only if the
commission determineb that the modi-
fications requested provide public bene-
fits such as direct public access, public
walkways, plaza dedications, covered
parking up to the floodplain level, or
comparable benefits which promote a
better urban environment and public
advantages, or which preserve natural
features. Wherever setback, side -yard,
or site -plan review requirements of zon-
ing ordinances are greater than the
foregoing requirements, such greater
requirements shall govern.
(iv) These requirements shall not apply to
docks and appurtenant structures, single-
family residences and appurtenant struc-
tures, and waterfront industrial uses
along the Miami River and at the Port
of Miami. Nothing herein contained shall
in any manner affect or apply to: the
City of MiamilUniversity of Miami
James L. Knight International Center
and hotel facility, including all improve-
ments thereon, or to lands and projects
which the city commission has approved
8 96- 195
City Charter Secti. ..ts 29 A. - 29D.
27•L•' CI IARTLIt Atvl) RLLATE, 1.) 1 AV,'S
Sea 27-E. Assessor- to have power of county
assessor; general assessniettt roll.
Note —The user's attention is directed to the editor's note to
§ 27-B of this charter.
Sec. 27-F. Signing and endorsing general as-
sessment roll; return and presump-
tion of validity.
Note —The user's attention is directed to the editor's note to
§ 27-B of this charter.
Spc. 27-G. Copy of assessment roll annexed
to warrant commanding collec-
tion.
Note —The user's attention is directed to the editor's note to
§ 27-B of this charter.
See. 27-I1. State law as to ta-xcs applies.
Note —This section has been substantially changed, by in-
ference, inasmuch as assessment and collection of taxes is now
the exclusive responsibility of Dade County. The user's atten-
tion is directed to the editor's note to § 27-B of this charter.
[Sec. 27-1. Reserved.]
Sec. 27-J. Discounts if taxes paid before cer.
tain time.
Note —The discount rates formerly set out in this section no
longer apply; for present rates, see F.S. § 197.162. The user's
attention is also directed to the editor's note to § 27-B of this
charter.
See. 274L When taxes become delinquent; in-
terest rates on delinquent taxes.
Note —The user's attention is directed to the editor's note to
§ 27-B of this charter.
See. 27-L. Tag certificates; interest rate
thereon.
Note —The user's attention is directed to the editor's note to
§ 27-B of this charter.
Sec. 28. Chief procurement officer.
(a) The city manager shall appoint a chief pro-
curement officer who shall supervise all purchases
for the city in the manner provided by ordinance
and who shall, under such procurement methods
as may be prescribed by ordinance, supenise sales
of all real and personal property of the city not
Supp. No. 46
30
Subpt. A
needed for Public use or that may have become
unsuitable for use. The chief procurement officer
shall have charge of such storerooms and ware-
houses of the city as the commission may by or-
dinance provide. Before any purchase or sale, the
chief procurement officer shall require that all
prescribed procurement procedures be followed.
Supplies shall not be furnished to any department
unless there be to the credit of such department
an available appropriation balance in'excess of all
unpaid obligation sufficient to pay for such sup-
plies.
(b) No contract for furnishing supplies or ser-
vices for the city, except as othenvise provided in
this -charter, shall be made for a period of more
than one year.
(c) The chief procurement officer shall see to it
Chat all persons seeking to do business with the
city not discriminate against any employee or ap-
plicant for employment because of age, race, creed,
color, religion, sex, national origin, handicap, or
marital status; and that they take affirmative ac-
tion to ensure that applicants are *employed and
that employees are treated during employment
without regard to their age, race, creed, color, re-
ligion, sex, national origin, handicap, or marital
status.
(d) The chief procurement officer shall be re-
sponsible for developing such minority procure-
ment program as may be prescribed by ordinance
and permitted by law.
Sec. 29-A- Contracts for personal property,
public works or improvements,
unified development projects, and
real property; safeguards.
(a) Personal property. Any personal property,
including but not limited to supplies, equipment,
materials, and printed matter, may be obtained
by contract or through city labor and materials,
as provided by ordinance. All contracts for more
than four thousand five hundred dollars
($4,500.00) shall be awarded by the commission to
the lowest responsible bidder, after public notice
and using such competitive sealed bidding
methods as may be prescribed by ordinance; pro-
vided, however,
96— 1�5
k__
C►ti,►cTL1,1
that if the amount of a bid or proposal submitted
by a vendor whose primary office is located in the
City of Miami is not more than ten (10) percent in
excess of the lowest other responsible bidder or
proposer, such local vendor may be awarded the
contract, but the city manager or designee shall
have the power to reject all bids and proposals.
Notwithstanding the foregoing, the city manager
may waive competitive sealed bidding methods
by making a written finding which shall contain
reasons supporting the conclusion that competi-
tive sealed bidding is not practicable or not ad-
vantageous to the city, which finding must be
ratified by an affirmativd vote of two-thirds of the
commission after a properly advertised public hear-
ing. When competitive scaled bidding methods
are waived, other procurement methods as may
be prescribed by ordinance shall be followed. All
invitations for bids, requests for proposals, or other
solicitations shall contain a reservation of the
foregoing right to reject all offers. All contracts
for personal property in excess of four thousand
five hundred dollars ($4,500.00) shall be signed
by the city manager or his designee after approval
thereof by the commission. This section shall not
apply to transfers to the United States or any
department or agency thereof, to the State of Flori-
da, or to any political subdivision or agency thereof.
(b) Public works or improuements. Any public
work or improvement may be executed either by
contract or by the city labor force, as may be
determined by the commission. There shall be a
separate accounting as to each work or improve-
ment. Before authorizing the execution by the
city labor force of any work or improvement or
phase thereof, the city manager shall submit to
the commission a description of the anticipated
scope of work and related cost estimates. All con-
tracts for more than ten thousand dollars ($10,-
000.00), which shall include contracts under which
improvements valued in excess of $10,000 are to
be constructed for the city, shall be awarded to
the lowest responsible bidder after public notice
and using such competitive sealed bidding meth-
ods as may be prescribed by ordinance; provided,
however, that if the amount of a bid or proposal
submitted by a contractor whose primary office is
located in the City of Miami is not more than ten
(10) percent in excess of the lowest other respon-
Supp. No. 29
31
s23A
sible bidder or proposer, such I<xal contractor maN,
be awarded the contract, but the city manager or
designee shall have the power to reject all bids
a-nd proposals. Notwzthstanding the foregoing, the
city manager may waive competitive sealed bid.
ding methods by making a written finding that a
valid emergency exists or that there is only one
(1) reasonable source of supply, which finding must
be ratified by an affirmative vote of two-thirds of
the commission after a properly advertised public
hearing. When competitive sealed bidding meth-
ods are waived, other procurement methods as
may be prescribed by ordinance shall be followed.
All invitations for bids, requests for proposals, or
other solicitations shall contain a reservation of
the foregoing right to reject all offers. Contracts
for public works or improvements shall be signed
by the city manager or his designee after approval
thereof by the commission.
When it becomes necessary in the opinion of
the city manager to make alterations or modifica-
tions in a contract for any public work or im-
provement, such alterations or modifications shall
be made only when authorized by the commission
upon the written recommendation of the city man-
ager. No such alteration shall be valid unless the
price to be paid for the work or material, or both,
under the altered or modified contract shall have
been agreed upon in writing and signed by the
contractor and the city manager prior to such
authorization by the commission.
(c) Unified deuelopmeni projects. A unified de-
velopment project shall mean a project where an
interest in real property is owned or is to be ac-
quired by the city, is to be used for the develop-
ment of improvements, and as to which the com-
mission determines that for the development of
said improvements it is most advantageous to the
city to procure from a private person, as defined
in the Code of the City of Miami, one or more of
the following integrated packages:
(1) planning and design, construction, and leas-
ing; or
(2) planning and design, leasing, and manage-
ment; or
(3) planning and design, construction, and man-
agement; or
96- IDS
k__
I
1
§ 29•A
....N
CHARTER AND RELATED LAWS
(4) planning; and design, construction, leasing,
and management.
So long as the person from whom the city pro-
cures one of the above -mentioned integrated pack-
ages provides all of the functions listed for that
package, such person need not provide each listed
function for the entire unified development project
nor for the same part of the unified development
project.
Requests for proposals for unified development
projects shall generally define the nature of the
uses the city is seeking for the unified develop-
ment project and the estimated allocations of land
for each use. They shall also state the following:
(1) the specific parcel of land contemplated to be
used or the geographic area the city desires
to develop pursuant to the unified develop-
ment project;
(2) the specific evaluation criteria to be used by
the below -mentioned certified public account-
ing firm;
(3) the specific evaluation criteria to be used by
the below -mentioned review committee;
(4) the extent of the city's proposed commitment
of funds, property, and services;
(5) the definitions of the terms "substantial in-
crease" and "material alteration" that will
apply to the project pursuant to subsection
(eX4) hereof-, and
(6) a reservation of the right to reject all propos-
als and of the right of termination referred to
in subsection (eM, below.
After public notice there shall be a public hear-
ing at which the commission shall consider:
(1) the contents of the request for proposals for
the subject unified development project;
(2) -the selection of a certified public accounting
firm, which shall include at least one mem-
ber with previous experience in the type of
development in question; and
(3) the recommendations of the city manager for
the appointment of persons to serve on the
rev�iew committee. Said review committee shall
Supp. No. 29
Subpt. A
consist of an appropriate number of city offs.
cials a• employees and an equal number plus
one of members of the public, whose names
shall be submitted by the city manager no
fewer than five days prior to the above -
mentioned public hearing.
At the conclusion of the public hearing the com-
mission shall authorize the issuance of a request
for proposals, select a certified public accounting
firm, and appoint the members of the review com-
mittee only from among the persons recommended
by the city manager.
The procedure for the selection of an integrated
package proposals shall be as follows:
(1) all proposals shall be analyzed by a certified
public accounting firm appointed by the com-
mission based only on the evaluation criteria
applicable to said certified public accounting
firm contained in the request for proposals.
Said certified public accounting firm shall
render a written report of its findings to the
city manager.
(2) the review committee shall evaluate each pro-
posal based only on the evaluation criteria
applicable to said review committee contained
in the request for proposals. Said review com-
mittee shall render a written report to the
city manager of its evaluation of each pro-
posal, including any minority opinions.
(3) taking into consideration the findings of the
aforementioned certified public accounting firm
and the evaluations of the aforementioned
review committee, the city manager shall rec-
ommend one or more of the proposals for ac-
ceptance by the commission, or alternatively,
the city manager may recommend that all
proposals be rejected. If there are three or
more proposals and the city manager recom-
mends only one, or if the city manager rec-
ommends rejection of all proposals, the city
manager shall state in writing the reasons
for such recommendation.
In transmitting his recommendation or rec-
ommendations to the commission, the city
manager shall include the written reports,
including any minority opinions, rendered to
32 9RU- 195
k-.
A
CHARTEI:
him i;•, the aforementioned certified account•
ing firm and reviev., committee.
(4) all contracts for unified development projects
shall be awarded to the person whose pro-
posal is most advantageous to the city, as
determined by the commission.
The commission may accept any recommenda-
tion of the city manager by an affirmative vote of
a majority of its members. In the event the com-
mission does not accept a proposal recommended
by the city manager or does not reject all propos-
als, the commission shall seek recommendations
directly from the aforementioned review commit-
tee, which shall make a recommendation or rec-
ommendations to the commission taking into ac-
count the report of the aforementioned certified
public accounting; Firm and the evaluation criteria
specified for the review committee in the request
for proposals.
After receiving the direct recommendations of
the review committee, the commission shall, by
an affirmative vote of a majority of its members:
(1) accept any recommendation of the review com-
mittee; or
(2) accept any previous recommendation of the
city manager; or
(3) reject all proposals.
All contracts for unified development projects
shall be signed by the city manager or designee
after approval thereof by the commission. The
city manager or designee shall be responsible for
developing a minority procurement program as
may be prescribed by ordinance and permitted by
law in conjunction with the award of contracts for
unified development projects. The provisions of
this charter section shall supersede any other char-
ter or code provision to the contrary.
(d) Sales and leases of real property, prohibi-
tion. Except as otherwise provided in this charter
section, there shall be no sale, conveyance, or
disposition of any interest, including any lease-
hold, in real property owned by the city, the de-
partment of off-street parking, or the downtown
development authority, unless there has been prior
public notice and a prior opportunity given to the
Supp. No. 29
2s-A
public to compete for said real property or inter.
est. Any such sale, conveyance, or disposition shall
be conditioned upon compliance with: the provi-
sions of this section; such procurement methods
as may be prescribed by ordinance; and any re-
strictions that may be imposed by the city, the
department of off-street parking, or the downtown
development authority, as appropriate. Further,
no right, title, or interest shall vest in the trans-
feree of such property unless the sale, conveyance,
or disposition is made to the highest responsible
bidder, as is determined by the city commission,
or the off-street parking board, or the downtown
development authority hoard of directors. The city
commission or the off-street parking board or the
downtown development authority board of direc-
tors, as appropriate, may by resolution waive the
requirement of sale, conveyance, or disposition to
the highest responsible bidder by means of the
following procedure: the city manager, the direc—
tor of the off-street parking authority, or the di-
rector of the downtown development authority, as
appropriate, must make a written finding that a
valid emergency exists, which finding must be
ratified by an affirmative vote of two-thinis of the
commission after a properly advertised public hear-
ing. When the requirement of sale, conveyance,
or disposition to the highest responsible bidder is
waived, other procurement methods as may be
prescribed by ordinance shall be followed. The
city or the department of off-street parking or the
downtown development authority shall have the
power to reject all offers. All invitations for bids,
requests for proposals, or other solicitations shall
contain a reservation of the foregoing right to
reject all offers. This section shall not apply to
transfers to the United States or any department
or agency thereof, to the State of Florida, or to
any political subdivision or agency thereof.
33
(e) Safeguards.
(1) All persons contracting with the city under
this section shall be required to certify their
compliance with the antitrust laws of the
United States and of the State of Florida and
to hold harmless, defend, and indemnify the
city for any noncompliance by said persons
with the above laws.
9G)- 1(95
§ 29-A
CHARTER AND RPT,A 'EIJ LAWS
(2) All persons contracting; with the city under
this section shall be obligated to pay which
ever is the greater of the following;: (i) all
applicable ad valorem taxes that are lawfully
assessed against the property involved or (ii)
an amount to be paid to the city equal to
what the ad valorem taxes would be if the
property were privately owned and used for a
profit -making purpose. Such taxes shall not
be credited against any revenues accruing to
the city under any contract that may be
awarded under this section.
(3) Any proposal by a potential bidder or con-
tractor that contemplates more than Lire es-
timated extent of the city's proposed commit-
ment of funds, property, or services shall be
ineligible for acceptance by the city commission.
(4) Any substantial increase in the city's com-
mitment of funds, property, or services, or
any material alteration of any contract awal-ded
under subsection (c) of this section shall enti-
tle the city commission to terminate the con-
tract after a public hearing. Prior to such
public hearing, the commission shall seek and
obtain a report from the city manager and
from the review committee that evaluated
the proposals for the project, concerning the
advisability of exercising that right. (Char.
Amend. No. 3, 11-6-79; Ord. No. 9507, § 1,
10-28-82; Char. Amend. No. 1, 11-2-82; Char.
Amend. No. 1, 11-4-86; Char. Amend. No. 3,
11-3-87)
Editor's note —Ord. No. 9489, adopted by the commission
on Sept. 17, 1982, set forth Charter Amendment No. 1 for
approvalfrejection at election on Nov. 2, 1982. On Oct. 28,
1982, Ord. No. 9507 amended the language of subsections (a)
and (c) of § 53 as proposed by Ord. No. 9489. The election was
to approve the language of Charter Amendment No.1, as amended.
by Ord. No. 9507. Subsequently, in light of Charter Amend-
ment No. 2 of Nov. 3, 1987, the city attorney directed the
codifier to delete paragraph (ii) of subsection (d) as superseded
by § 29-B.
Annotations —For case decided prior to enactment by Char-
ter Amendment No. 3 of 1979 of a competitive -bidding re-
quirement for disposition of city property, see Mahoney v.
Givens, 64 So. 2d 926. Said case held that competitive bidding
is not required to lease city real estate.
Material variance between plans bid upon and plans sub-
mitLed and adopted renders contract void, GlaLstein v. City of
Miami, 399 So. 2d 1005.
Supp. No. 29
34
Sec. 29-13. City-o\vned properly sale or lease —
Generally.
Notwithstanding any provision to the contrary
contained in this Charter or the City Code, except
for the conveyance or disposition of city -owned
property implementing city -assisted housing pro-
grams or projects which are intended to benefit
persons or households with low and/or moderate
income by providing housing for such persons or
households, such as, but not limited to, those funded
programs or projects undertaken, pursuant to the
Federal Housing Act of 1937 and the Florida Hous-
ing Act of 1972, as those statutes may be amended
or revised from Lirne to time, implementing city -
assisted housing programs as may be authorized
by federal or state law, implementing projects
authorized under the Florida Community Rede-
velopment Act of 1969, and implementing pro-
jects of any governmental agency or instrumen-
tality, the city commission is hereby prohibited
from favorably considering any sale or .lease of
Kppedy owned..by the city unless there, is. a.re_.
turn to the city of fair market value under such
proposed sale or lease. The city commission is
also hereby prohibited from favorably consider-
ing any sale or lease of city -owned property un-
less (a) there shall have been, prior to the date of
the city commission's consideration of such sale
or lease, an advertisement soliciting proposals for
said sale or lease published in a daily newspaper
of general paid circulation in the city, allowing
not less than ninety (90) days for the city's receipt
of proposals from prospective purchasers or les-
sees, said advertisement to be no less than one-
fourth (V4) page and the headline in the adver-
tisement to be in a type no smaller than 18-point
and, (b) there shall have been at least three (3)
written proposals received from prospective pur-
chasers or lessees; however, if there are less than
three (3) such proposals received and if the guar-
anteed return under the proposal whose accep-
tance is being considered is equal to fair market
value the city commission determines that the
contemplated sale or lease will be in the city's
best interest then, subject to the approval of a
majority of the votes cast by the electorate at a
referendum, the sale or lease may be consummat-
ed. As a further exception to the above require-
ments and any other requirement for competitive
990— 195
SubpL A
CHARTl;it
bidding procedures to be used in the disposition of
city -owned property or any interest therein, the
city commission is authorized to waive all such
disposition requirements where the intended use
of such property or interest therein is in further-
ance of the objective of providing rental or sales
housing within the economic affordability range
of low and/or moderate income families and/or in-
dividuals. In determining low and/or moderate in-
come households as set forth above, the criteria
shall be those provided for by federal and/or state
law or by the city commission.
(Char. Amend. No. 2, 11-3-87)
Sec. 29-C. Same —Watson Island.
Notwithstanding any provision to the contrary
contained in the Charter or Code of the City of
Miami, no sale, conveyance lease, management
agreement, revocable use permit, or license agree-
ment may be entered into for the management,
occupancy or use of the area known as Watson
Island unless (1) there shall have been, prior to
the date of the city commission's consideration of
such sale, lease, management agreement, revo-
cable permit or license agreement, an advertise-
ment soliciting proposals for said sale, lease, man-
agement agreement, revocable permit, or license
agreement published in a daily newspaper of gen-
era] paid circulation in the city, allowing not less
than ninety (90) days for the city's receipt of pro-
posals from prospective purchasers or lessees, said
advertisement to be no less than one-fourth page
and the headline in the advertisement to be in a
type no smaller than 18-point; and, (2) the pro-
posed transaction be approved by a majority of
the votes cast by the electorate at a referendum to
be held at the next regularly scheduled general
election. The procedures for selection of proposals
shall be those provided by Charter section 29A(c)
or (d) as appropriate and/or by applicable City Code
provisions. Nothing herein shall effect the ex-
isting rights or privileges, if any, of any lessee,
permittee, licensee or concessionaire currently sit-
uated in said area; however, any enlargement,
amendment, transfer, or increase in those rights
or privileges as may be in existence at the time
this amendment is adopted shall require compli-
ance with the provisions of this amendment. This
Charter Amendment shall not affect the city's use
Supp. No. 47,
f 0
or occupancy of the area, nor shall it apply to
contracts for the construction of an%, city facilities
or improvements in the area; further, nothing con-
tained herein shall apply to projects of any gov.
ernmental agency or instrumentality.
(Char. Amend. No. 1, 11-3.87)
Sec. 29-D. City -owned waterfront property;
leases with nonprofit organiza.
tions; authorization to ,,valve com-
petitive bidding and referendum
requirements; terms of lease.
Notwithstanding any provision to the contrary
contained in the Charter or Code of the City of
Miami, the city commission is authorized to waive
all competitive bidding and referendum require-
ments «'hen entering into a lease or extending an
existing lease with a nonprofit, noncommercial,
water -dependent organization which provides or
seeks to provide marine -recreational services
and/or activities to the community at any city
owned waterfront property, provided all of the fol-
lowing conditions are met:
(A) The terms of the lease allow reasonable
public access to the water and reasonable
public use of the property, and complies
with all waterfront setback and view -
corridor requirements set forth in the
Charter and Code;
34.1
(B) The use is authorized under the then ex-
isting master plan of the city;
(C) The terms of the lease require that the prop-
erty be used for public purposes only;
(D) The terms of the lease result in a fair re-
turn to the city based on two (2) indepen-
dent appraisals; and
(E) The terms of the lease comply with all re-
quirements pertaining to membership pre-
scribed by ordinance for organizations using
city facilities.
(Res. No. 93-485, § 2, 7-22.93)
Sec. 30. Local improvements.
(a) Definitions; diuisions into classes. In this sec-
tion the following words and phrases shall have
the following meanings, unless some other
meaning is plainly intended:
99U- 195
-,.\
,City Code Section 18-52.9
§ 18.52.7
M(A11,1( cnw-,
rights. In the event of such cancellation or rejec-
tion, the chief procurement officer shall promptly
notify all affected bidders or offerors and make
available to them a copy of the written explana-
tion for such cancellation or rejection, which shall
be a public record. (Ord. No. 9572, § 1, 2-10-83)
Sec. 18-52.8. Sole -source contracts.
(a) Conditions for use Since it is not practica-
ble for the city to use competitive bidding meth-
ods to secure goods or services if there is any one
(1) reasonable source of supply, sole -source awards
may be made as an exception to the other meth-
ods prescribed in this section under the following
circumstances:
(1) Where the compatibility of equipment, acces-
sories, or replacement parts permits one (1)
reasonable source of supply;
(2) Where the goods or services available from a
single source are needed for trial use or test-
ing; and
(3) Where the unique and specialized expertise
of one (1) source of services is unlikely to be
obtained from any other source.
(b) Determination and approval. The determi-
nation that an award shall be made on a sole -
source basis shall be made by the chief procure-
ment officer to the city manager. Such determination
shall be made in writing and provide complete
justification as to why no other sources of goods
or services could be obtained to meet the city's
requirements. The determination shall also cer-
tify that the terms and conditions of the award
have been negotiated so as to obtain the most
favorable terms and conditions, including price,
as may be offered to other customers or clients by
the proposed contractor. The city manager may
waive competitive bidding after he makes a writ-
ten finding, supported by reasons, that only one
(1) reasonable source of supply exists. Such find-
ing must be ratified by an affirmative two-thirds
(%) vote of the city commission after a properly
advertised public hearing.
(c) Public notice and disclosure Notice that the
city intends to award a sole -source contract shall
be published at least once in a newspaper of gen-
eral circulation in the city prior to contract award,
Supp. No. 10
S 18 52.9
but in any event at least fifteen (15) calendar
days shall intervene between the last date of pub-
lication and the date of award. Such notices shall
state the intention to award a sole -source con-
tract, the nature of goods or services to be ac-
quired, the name of the proposed contractor, and
the name and telephone number of a cognizant
city official who may be contacted by other poten-
tial sources who feel they might be able to satisfy
the city's requirements. A record of such notices
and responses thereto shall be maintained in the
contract file along with the written determina-
tion required above, and a compilation of all sole
source awards shall be submitted by the city man-
ager to the city commission on a quarterly basis
to include:
(1) The narne of the sole -source contractor;
(2) The nature of the goods or services procured;
(3) The reasons no other source could satisfy city
requirements;
(4) The amount and type of contract; and
(5) The identification number for each contract
file. (Ord. No. 9572, § 1, 2.10-83)
Sec. 1852.9. Unified development projects.
(a) Definitions. For the purposes of this article
IV, the following terms shall have the following
meanings:
Unified deuelopment project shall mean a proj-
ect in which an interest in real property is owned
or is to be acquired by the city, which is to be used
for the development of improvements, and as to
which the city commission determines that for
the development of said improvements it is most
advantageous to the city that the city procure
from a private person, as defined in the Code of
the city, one (1) or more of the following inte-
grated packages:
(1) Planning and design, construction, and leas-
ing; or
1208
(2) Planning and design, leasing, and manage-
ment; or
(3) Planning and design, construction, and man-
agement; or
96- 195
0
§ 18.52.9
FIMAY CG
(4) Planning and design, construction, leasing
and management.
(b) Conditions for use. A unified development
project shall be used in those circumstances in
which the city commission by resolution deter-
mines that for the development of improvements
it is most advantageous to the city that the city
procure an integrated entity as defined in section
18-52.9(a). So long as the person from which the
city procures one (1) of the above -mentioned inte-
grated packages provides all of the functions listed
for that package, such person need not provide
each listed function for the entire unified devel-
opment project nor for the same part of the uni-
fied development project.
(c) Requests for proposals. A request for pro-
posals shall be issued which generally defines the
nature of the project, the uses the city is seeking
for the project, and the estimated allocations of
land for each use. The request for proposals shall
also include the following:
(1) Instructions and information to offerors con-
cerning the proposal submission require-
ments, including the time and date set for
receipt of proposals, the address of the of-
fice to which proposals are to be delivered,
the maximum time for proposal acceptance
by the city, and any other special informa-
tion;
(2) The specific parcel of land contemplated to
be used or the geographic area the city de-
sires to develop;
(3) The specific criteria which shall be used to
evaluate competing proposals by the below -
mentioned certified public accounting firm;
(4) The spec evaluation criteria which shall
be used to evaluate comleting proposals by
the below -mentioned review committee;
(5) A statement that written and oraLEscus-
sions may be conducted with offerors who
submit proposals determined to be reason-
ably susceptible of being selected for award,
but that proposals may be accepted as sub-
mitted without such discussions;
(6) A statement of when and how financial con-
siderations and return to the city should be
submitted;
Supp. No. 42
§ 18.52.9
(7) The contract terms and conditions, in-
cluding warranty and bonding or other se-
curity requirements as may be fixed and
applicable;
(8) The extent of the city's proposed commit-
ment of funds, property, and services;
(9) The definition of the terms "substantial
increase" and "material alteration" that
will apply to the project in accordance with
section 29-A(c)(5) of the Charter of the city;
(10) A reservation of the right to reject all pro-
posals and of the right of termination re-
ferred to in section 29-A(c)(4)(6) of the
Charter of the city;
(11) The date, time and place at which any pre -
proposal conferences may be held and
whether attendance at such conferencesis
a condition for offering proposals; and
(12) The place where any documents incorpo-
rated by reference may be obtained.
Before issuing a request for proposals, there shall
be a public hearing, alter public notice, at which
the commission shall consider:
1209
(1) The contents of the request for proposals
for the subject unified development project;
(2) The selection of a certified public accounting
firm, which shall include at least one (1)
member with previous experience in the
type of development in question; and
(3) The recommendations of the city manager
for the appointment of persons to serve on
the review committee. Said review com-
mittee shall consist of an appropriate
number of city officials or employees and
an equal number plus one (1) of members of
the public, whose names shall be submitted
by the city manager no fewer than five (5)
days prior to the above -mentioned public
hearing.
At the conclusion of the public hearing, the com-
mission shall authorize the issuance of a request
for proposals, select a certified public accounting
firm, and appoint the members of the review com-
mittee only from among the persons recommended
by the city manager.
99'- 195
§ 18.52.9
MLAM ICODE
(d) Developer lists. Developer lists may be com-
piled to provide the city with the names of devel-
opers who may be interested in competing for var-
ious types of city projects. Unless otherwise
provided, inclusion or exclusion of the name of a
developer does not indicate whether that devel-
oper is responsible with respect to a particular
procurement or otherwise capable of successfully
performing a particular city project.
(e) Public notice. Notice inviting proposals shall
be published at least once in a newspaper of gen-
eral circulation in the city to provide a reasonable
time for proposal preparation considering the con-
tent and complexity of the anticipated scope of
work. In any event, at least fifteen (15) days shall
intervene between the last date of publication and
the final date for submitting proposals. Such no-
tices shall state the general description of the scope
of work, the place where a copy of the request for
proposals may be obtained, and the time and place
for receipt of proposals. The city manager may, in
addition, solicit proposals from all responsible.pro-
spective developers listed on a current developers
list by sending them copies of the public notice to
acquaint them with the proposed procurement.
(f) Preproposal conferences. Preproposal confer-
ences may be conducted to explain the require-
ments of the proposed procurement. They shall be
announced to all prospective developers known to
have received a request for proposals. The confer-
ence should be held long enough after the request
for proposals has been issued to allow developers
to become familiar with it but sufficiently before
proposal submission to allow consideration of the
conference results in preparing proposals. Nothing
stated at the preproposal conference shall change
the request for proposals unless a change is made
by written amendment. A summary of the confer-
ence shall be supplied to all those prospective de-
velopers known to have received a request for pro-
posals. If a transcript is made, it shall be a public
record.
(g) Receipi' of proposals. Proposals shall be
opened publicly in the presence of two (2) or more
city officials. After the closing date for receipt of
proposals, a register of proposals shall be pre-
pared by the city manager which shall include,
but not be limited to, the name of each offeror and
Supp. No. 42
§ 16.52.9
a summary description sufficient to identify the
project. The register of proposals shall be open to
public inspection.
(h) Minority participation. The city's minority
procurement program shall be referred to in the
requests for proposals and shall apply to the
awarding of contracts for unified development
projects.
W Evaluation of proposals. The procedure for
the selection of an integrated package proposal
shall be as follows:
(1) All proposals shall be analyzed by a certi-
fied public accounting firm appointed by the
commission based only on the evaluation
criteria applicable to said certified public
accounting firm contained in the request
for proposals. Said certified public ac-
counting firm shall render a written report
of if's findings to the city manager.
1210
(2) The review committee shall evaluate each
proposal based only on the evaluation cri-
teria applicable to said review committee
contained in the request for proposals. Said
review committee shall render a written re-
port to the city manager of its evaluation of
each proposal, including any minority opin-
ions.
(3) Taking into consideration the findings of
the aforementioned certified public ac-
counting firm, the evaluations of the afore-
mentioned review committee, and the de-
gree of minority participation in city
contracts, the city manager shall recom-
mend one (1) or more of the proposals for
acceptance by the commission, or alterna-
tively, the city manager may recommend
that all proposals be rejected. If there are
three (3) or more proposals and the city man-
ager recommends only one (1), or if he rec-
ommends rejection of all proposals, the city
manager shall state in writing the reasons
for his recommendation. In transmitting his
recommendation or recommendations to the
commission, the city manager shall include
the written reports, including any minority
opinions, rendered to him by the aforemen-
tioned certified accounting firm and review
committee.
99u- 195
4>-
4 18.52.9
FINANCE
(j) Award All contracts for unified development
projects shall be awarded to the person whose
proposal is most advantageous to the city, as de-
termined by the commission.
The commission may accept any recommenda-
tion of the city manager by an affirmative vote of a
majority of its members. In the event the com-
mission does not accept a proposal recommended
by the city manager or does not reject all propos-
als, the commission shall seek recommendations
directly from the aforementioned review commit-
tee, which shall make a recommendation or rec-
ommendations to the commission taking into ac-
count the report of the aforementioned certified
public accounting firm and the evaluation criteria
specified for the review committee in the request
for proposals.
After receiving the direct recommendations of
the review committee, the commission shall, by
an affirmative vote of a majority of its members:
(1) Accept any recommendation of the review com-
mittee; or
(2) Accept any previous recommendation of the
city manager; or
(3) Reject all proposals.
All contracts for unified development projects
shall be signed by the city manager or his desig-
nee after approval thereof as to form and correct-
ness by the city attorney and approval by the city
commission. (Ord. No. 9572, § 1, 2-10-83)
City code cross reference —Minority participation in uni-
fied development contracts, § 18.73.
Sec. 18-53. Types of contracts.
(a) Subject to the limitations of this section,
any type of contract which will promote the best
interests of the city may be used, except .that the
use of a cost-plus contract is prohibited.
(1) Fixed -price contracts. Fixed -price contracts shall
ordinarily be used for those purchases of goods
and services or sales and leases where the
terms, conditions, specifications and other fac-
tors of the contract can be specified with a
high degree of certainty and where use of a
fixed -price contract will result in substantial
competition between bidders or offerors will-
ing to compete for the contract. Incentives
Supp. No. 10
G 1853
based on various performance factors and es-
calation clauses or other economic adjustments
may be included as appropriate to serve the
best interests of the city in achieving the
most economical contract performance.
(2) Cost -reimbursement contracts. Cost -reim-
bursement contracts shall ordinarily be'used
for those purchases of goods and services or
sales and leases where the terms, conditions,
specifications and other factors of the contract
cannot be specified with a high degree of cer-
tainty or the use of fixed -price contracts is
not likely to result in substantial competi-
tion between bidders or offerors willing to
compete for the contract. Incentives based on
various performance factors and escalation
clauses or other economic adjustments may
be included as appropriate to serve the best
interests of the city in achieving the most
,economical contract performance.
(3) Blanket orders. The chief procurement officer
or individual purchasing agents may issue
purchase orders for indeterminate amounts
of repair parts, supplies and services to the
account of any department or office, but only
when based upon a definite contract or price
agreement which shall be negotiated in the
same manner as if the item to be purchased
thereunder were to be individually purchased
or contracted for under the provisions of arti-
cles IV and V of this Code. Such orders shall
state a specific monetary limit which may
not be exceeded except on written approval
by the chief procurement officer.
1211
(4) Multiyear contracts.
W Unless otherwise provided by law, a con-
tract for supplies or services, sales, or
leases may be entered into for any period
of time deemed to be in the best interests
of the city, provided that the term of the
contract and conditions for renewal or
extension, if any, are included in the in-
vitation for bids or request for proposals,
and provided that funds are available for
the first fiscal period at the time of con-
tract award. Payment and performance
obligations for succeeding fiscal perio(M
shall be subject to the availability and
k._
APPENDIX D s
Excerpts from
"]Dinner Ivey Strategies for Improvement:
INTERIM REPORT"
prepared by MRA International 9 6 - 195
k,
�* 3 1lIJ G • t. X \�� v 5'ry��'� '�� \ t �. \?` 1 �r i �wu1 f
j47
}i. '� !
WN
to � 1 � " .l►`_.,.{ � �y � 'l'''i'4� < "'rE11►1ti�'�i//� t�' .� �li�; �..k,l
♦ 1 �
nC ► (i� iRtit1 IJ4:� ` q
� .S .M r'f iK ,wia. t'v.. �'�►. •t.9 "`,4�\(6: ay,�'t. a.t - `i tj �I
Ne
Mimi
Y ;a�► i= �.�..,,� ,, ♦ c ■( i � t jr.tt9 4,a1►F i ,.F 1 +, + tf ` >rr
Section 11-Development Objectives
Any development strategy must take into account the following public and private objectives;
• preserve the maritime character of Dinner Key through retention of the public and private boating facilities,
including marina and boat repair yard
• preserve and enhance public access to the bayfront
• enhance and improve public open and green space
• optimize the economic return to the City from any private commercial uses allowed on Dinner Key as a result
of the development recommendations consistent with the goals of the citizens of Coconut Grove and the City
of Miami
• preserve some portion of Dinner Key as a site for a significant marine aviation discovery center celebrating
Dinner Key's history
• preserve Virrick Gym as a community -oriented recreational center with compatible quasi -public uses
• create and institute an overall parking management plan for the entire Key taking into account neighborhood
concerns about off site parking for other Coconut Grove attractions as well as the de facto provision of
commercial parking
r
MRA International August 10,1994 Page 3
1r
• leverage existing public funds available for hurricane damage restoration to attract maximum private
investment
• provide for development of amenities that are compatible with an overall visitor enhancement plan for the
of Miami, Le, assure that development at Dinner Key is compatible, and not competitive with initiatives s«
as the FECBicentennial tract, Watson island, Virginia Key etc,.
• take advantage of available public funding opportunities and attract maximum private investment
MRA International August 10;1994 PF
-LAAWI/O-NI.
Section III -Business Planning Criteria
Business Planning Criteria
The proposed development strategy is designed to leverage existing assets, planned initiatives and potential
development opportunities to create a vibrant public place at Dinner Key containing cultural, educational,
entertainment, leisure and limited commercial components. The purpose of this endeavor is to;
encourage public utilization of Dinner Key and its existing assets by creating a destination place that maintains
the historic marine orientation and public access to Biscayne Bay while at the same time leveraging that
marine orientation to the benefit of the City and its residents
create a mix of amenities and attractions that complement and enhance other initiatives throughout the City to
create a City-wide critical mass of amenities designed to reinforce Miami's status as a destination, while
taking care to preserve Dinner Key from excess commercial development incompatible with local community
interests
foster desirable, community -oriented, forms of development at Dinner Key through careful strategic planning
and development of existing initiatives to enhance and support longer term development opportunities.
The strategy should build upon existing assets with recreation, entertainment, sports, cultural, educational and
business enhancing facilities. This strategy will concentrate on defining a realistic framework that creates value for
development by leveraging a number of public sector improvements and positioning private sector projects to create
a critical mass of public amenities and facilities.
MRA International
August 10,1994
Page
k,
This approach is intended to provide a business strategy for the sensitive development of Dinner Key, The strate
will explore a process of linking development initiatives in such a way that they can serve as a foundation for futl
development as economic forces dictate. The strategy itself can serve as the basis for the preparation of a busine
plan, The business plan, in turn, will serve as a working document to attract participation in the project from
investment interests, strategic partners and component developers,
MRA International August 10,1994 Pal
V.
Section IV -Strategic Planning Objectives
Strategic Objective # 1-Change the existing character of Dinner Key by maximizing development potential whip
the same time maintaining and enhancing public access and utilization of traditional facilities.
Miami as a whole is fortunate to have a waterfront presence on an attractive body of water. Throughout the Uri tec
States, from Baltimore, to Cleveland, to Boston , to San Francisco, cities have capitalized on waterfront locations
create major public spaces. Miami has more opportunity than most cities due to the large number of attractive
waterfront locations. A development strategy must recognize the value of these various locations and seek to deve
them in such a way that they create an itinerary of individual attractions that serve to reinforce and support visitati(
and utilization of all of them.
Dinner Key, in particular, is fortunate to be the anchor of a natural district that includes Coconut Grove, with its hi
name recognition. By reinforcing Dinner Key as the "waterfront" of Coconut Grove, any public facilities on Dinne
Key are able to capitalize instantly on the Coconut Grove name with inunediate recognition and visitor appeal.
At present, the area is largely underutilized, with vacant and storm damaged buildings, unattractive public parking
spaces, an underutilized convention center and badly maintained public open space. All of these features, however
offer opportunity for reuse and revitalization.
A key strategic goal of the Dinner Key development process is to unlock the value inherent in this asset by creadni
public amenity that is welcoming to both visitors and residents alike, with a series of carefully programmed events
that act as magnets to increase public utilization of the area.
MRA International August 10, 1994 Pag
kl-
,�_-r A �'}_'i�r1���ld�'ti�kh?�1DLlYYl3�5�c��'. ..�:y�;nl �� �.'�>:.'q•��r.u�wu�w.�,��. � ..�. +...... .. ..
the common element of all successful waterfront redevelopment projects is that they create a "people place"; one
where people go to see and be seen and a place that enhances the quality of life for the community. Often this
objective can be achieved with a surprisingly modest investment. The creation of an attractive, inviting place with
public amenities can help to accomplish this goal without the need for enormous infrastructure and project
investment. The key to changing the perception of the area is to create an attractive, accessible activity environment
'-hat can be easily "programmed" for multiple and varied events, Once Dinner Key is enhanced as a more appealing
)ublic place that is perceived as a desirable place to be, the likelihood of shifting the burden of public cost to the
private sector becomes more feasible,
IRA International August 10,1994 Page 8
a,
=�i���,1����`4\�����t1�4�'7�1��'.0 �F�.:\��^��:%'�C;;�};j�`ti�„\I;�,.��.�'�t�,,•, �, �; t�.1�t�1�'�ri�<� t � �}''ia.��r: .. :;�•. .. �....� r:.
Strategic Objective #Z-Maximize existing development opportunities.
Current initiatives/Opportunities
Several current opportunities exist for use of some of the facilities. All of these opportunities must be evaluated in
the context of the various alternatives developed for Dinner Key, Not all of the these existing initiatives and
opportunities are appropriate for each use alternative; but each will be discussed. These opportunities include:
Shake A Leg
Shake A Leg is a local sailing school and program dedicated to enabling handicapped persons to participate in the
sport of sailing. They are interested in expanding their facilities to provide for classroom, weight training and other
forms of physical training as well as administrative, dormitory and boat storage space. They are currently located in
Virrick Gym and have the capital assets to outfit the space if it were renovated to pre -hurricane condition. The City
has approximately $800,000 available to it in the form of insurance proceeds to accomplish such a restoration, This
would reconstruct damaged portions of the gym, install new electrical and mechanical systems and provide for the
demolition of the portions of the building that have accreted over the years. These funds are available only for either
pre -hurricane restoration or demolition of the structure; they cannot be used for alterations or modifications to the
structure.
There is some opportunity for integration of some aspect of the USOC's interest in creating a national sail training
center at Kennedy Park with Shake -A -Leg. This could take the form of some capital investment by USOC to provide
training and classroom facilities at Virrick Gym that could not be constructed at the Kennedy Park facility due to the
interest of the Community in keeping the physical facility at Kennedy a relatively small structure, In addition, the
apron at Virrick Gym could be used as a staging area for larger U�OC events,
t
MRA International August 10, 1994 page g
S,
All Stevens Boatyard
°e is a certain level of interest in the operation of portions of the Merrill Stevens boatyard as a full service
itenance and storage facility under lease from the City. The attractiveness of this facility from a private
-atonal perspective is enhanced by the recent recommendation of the Metro -Dade DERM to allow unlin-dted w
dry slips to be constructed, This greatly expands the number of slips available for rental and increases potential
.nue to both an operator and the City.
"apron" portion of the property, between the front of the hangar and Biscayne Bay offers the greatest potential
=ce of income to the City for the site and also offers a potential revenue stream that could be used to subsidize
:r public uses on other parts of the property, This apron, with proper improvements, can provide an additional
-175 storage spaces, of all sizes, a fuel dock, work area, ancillary site improvements, and , importantly, can be
figured in such a way as to eliminate the current boat launching ramp at Grove Key , if the existing and new
(yards were combined. This will allow the development of a safer, more attractive baywalk as well as allow foi-
1 reconfiguration that will also create more attractive and efficient access and parking to the site and die existing;
proposed attractions.
property should probably be reserved for private operation, pursuant to a carefully crafted RFP designed to
imize economic return to the City, The City, through a variety of funding sources that will be discussed in
ton VI will be able to provide significant improvements, including boat storage racks, fuel dock facilities,
roved drainage, landscaping and repaving, It must be noted that there are sufficient funds currently available to
_'ity, which are earmarked for improvements of this type, that will not necessitate diversion from other uses.
i Tnternational
August 10, 1994
Page
Once these improvements are made, the City, in compliance with existing procurement policies, will be able to
undertake a search for the operator best able to manage the property with maximum return to the City,
Uses for this apron area can include;
• boat storage on land
s light repair and maintenance (services such as painting, fiberglassing and other services that pose some
environmental risk should be evaluated as to their desirability)
commissioning of hulls
• launching and hauling
• ancillary retail, including marine hardware, clothing, sail loft etc,
As will be further discussed, however, the large hangar building itself presents a variety of problems from the
perspective of its potential incorporation into a boatyard. The cost of renovations and the configuration of the spa,
do not lend themselves to use as an adjunct facility to a boatyard. Alternative uses will be discussed.
I
MRA International August 10,1994 Paf
Historical Museum
The Historical Museum has expressed interest in using the Machine Shop facility as a home for both its historic
collection and as a center for a facility highlighting Dinner Key's history as one of the most important sites in e
marine aviation. This importance derives from its history as the site of the first United States Coast Guard Air
Rescue facility and as the original home of Pan American World Airways and its clipper base.
The Museum presents two opportunities for the site;
• the reuse of the Machine Shop as a location for large scale displays of boats, aircraft and other Pan Am
memorabilia. The site offers a number of advantages, including the high ceilings, relative security from h
water and possible opportunity for a large screen film presentation,
the opportunity to create an interpretive walk that combines open public walkways with marine aviation
artifacts that enhance the creation of a district devoted to the history of marine aviation at Dinner Key.
In addition, there is a longer term opportunity that would involve the reuse of City Hall in the event that the Cit-
determines to consolidate its operations in another location.
MRA International August 10,1994
Bayfront Walkway
One of the primary concerns of the City and the citizens of the Coconut Grove area is the enhancement and
maintenance of bayfront access and green space. The opportunity exists to create an integrated walkway from
Monty's to the Coconut Grove Yacht Club that winds through all of the historic sites on Dinner Key. By connectin
such a walkway with the existing paths in Kennedy Park, a significant public recreational amenity can be
established, that can be used for walking, bicycling, in line skating etc.. As mentioned above, the walkway can be
further enhanced with Pam Am and Coast Guard memorabilia celebrating the area's past as a center of marine
aviation. The Pan Am Foundation and Chuck Cobb should be approached about donating suitable memorabilia for
such a walkway,
Virrick Gym Apron
One of the key elements of a development strategy designed to accomplish the public objectives is the creation of
programmable open space for public festivals, celebrations and other events. The area in front of Virrick Gym to d
waterfront offers a dual opportunity that serves to enhance the operation of the multi-user sailing facility as well as
enhance the public environment, The plaza can be used as an event staging and set up area for sailing programs,
regattas and other events. When not in use for that purpose, it can be designed to be available as a public plaza th,
takes advantage of all of the proposed amenities of the area, i.e, the Bayfront Promenade, the working boatyard ar
the enhanced open space and provides the central, public "people space" to attract the critical mass of users. This
space can be configured with attractions such as an open public space for festivals and cultural/entertainment
performances, amphitheater style seating, a children's playground with water feature such as those created by
companies such as WET Design with chasing water jets, etc —
Such a plaza would also serve to support a restaurant located immediately adjacent to the plaza in front of the Pa
Am machine shop.
MRA International
August 10, 1994
N
._1'::'":'v�S):Lt `��C;l4ii��'.77L:i•.: d.' .�. ..�'. ::is<:4'.. :r_ �. �a. ve.:.
-,ection VI -Financial Issues
)bviously, a major concern of any development program is the associated costs. As pointed out above, there is a
oalance that needs to be met between citizen desires for total preservation and City revenue needs. Any discussion of
_financial feasibility must focus first on available funds and costs of renovations.
Available Funds
At this point, the City has available to it for restoration of various aspects of Dinner Key approximately the following
funds:
Hangars B and C insurance proceeds for restoration or demolition $60,000
Virrick Gym insurance proceeds for restoration or demolition 800,000
low interest (3%) loan for boatyard/marine development at Dinner Key 2,000,000
50 additional wet slips
1000 feet of seawall
fuel dock and pumps
200 boat storage ramps
August 10,1994 Page 27
travel lift
fork lift
isurance proceeds for reconstruction of marina slips (52 slips) 1,400,000
'an American Drive Beautification 130,000
...................... ..... ...i......... ..... ...........................................................
Dotal loan proceeds, insurance and grants $4,350,000
Cost of Restoration
Restoration costs include the following items:
skin
• roof
• replacement of electrical, plumbing and mechanical systems to code
• foundation and floor slab stabilization
windows and doors
4RA International August 10, 1994 Page 28
:storation does not include;
• sprinklering
• air conditioning
• renovations to structure (insurance proceeds are only available for restoration to pre -hurricane condition)
• site improvements to meet EPA requirements concerning disposal of various substances used in boat repair
and maintenance
• parking lot improvements
• lighting
• tenant improvements
stimated restoration costs of the Viirick Gym, Hangar C (the large hangar) and Hangar D (the Machine Shop) are
> follows (including a 25% contractor mark up for general conditions, overhead and profit, bonds and
)ntingency),
1
7
i
(RA International August 10,1994 Page 29
R_-
BUILDING RENOVATIONS
Virrick Gym, excluding annexes
$431,762
Virrick Gym annexes
906,651
Total Virrick Gym and annexes
1,338,414
Building C
3,153,450
Building D
1,606,889
Total Renovation Costs-Virrick Gym, annexes, Building C, Building D
6,098,753
SITE IMPROVEMENT COSTS
Costs include reconstructing hard surface areas with drainage systems to DERM standards, landscaping and lighting
on Bay side of buildings, and reconstruction of parking lots, lighting, drainage and landscaping on Bayshore Drive
side of buildings.
Virrick Gym total site improvements
671,920
Building C site improvements
Bay side
576,567
Bayshore Drive side
479,378
MRA International
August 10,1994
Page 30
k,
Total Building C site improvements
Building D site improvements
Bay side
Bayshore Drive side
Total Building D site improvements
Total Site improvements
Total Building and Site Improvements
1,055,945
279,272
208,006
487;279
2,215,144
$8,313,897
In addition to the foregoing costs, there are a number of additional, fundamental improvements that would be
required as a part of any development plan, These include:
1275 feet of Baywalk to City standard @$463 per lineal foot
1000 feet of seawall including DERM rip/rap mitigation
Boat lift for boatyard
590,000
305,000
,� 00 new boat storage racks 200,000
n
MRA International August 10,1994 Page 3
k,
ernative Two -Preservation and Reuse of All Existing Structures
is alternative also has several attractive components:
• all historic structures are preserved, maintaining an important link with Miami's past
+ this alternative enhances the attractiveness of a long term strategy for Dinner Key that envisages a major
historic district with a variety of attractions, including museum, retail, entertainment, conference center,
enhanced convention center and support hotel
• this alternative responds directly to one of the primary citizen concerns
• although the restoration costs are high, they range from $60-80 per square foot, which is substantially less
than the cost of constructing a new building
Jegative factors include:
• this alternative is the highest cost, and provides the least return, as the market for the rehabilitated space is
severely limited by its configuration
• although a substantial portion'of capital costs may be available to the City through a variety of sources,
operating costs are not available
4RA International August 102 1994 Page 35
L
• interviews with several marina and boatyard operators suggest that the large hangar is unsuitable for the
proposed use as a marina facility (as suggested by the charrette participants) due to its interior configuration.
The building does not lend itself to use as either a repair facility or showroom for brokerage.
• while the Machine Shop is suitable for use by the Museum of Science and History, such as use would, in all
likelihood, be a break even operation under the best of circumstances, with a high probability of need for some
degree of subsidization
• the restoration costs of $60-80 per square foot would require rentals of $30-40 per square foot to support, The
current tenants in. the large hangar cannot support these rates, New tenants would increase the intensity of use,
In addition, the Virrick Gym, due to deed restrictions, cannot be used for commercial uses, increasing the debt
load on the large hangar and requiring even higher rents to amortize the restoration costs
RA International August 10, 1994 Page 36
k,
-Four -Preserve Virrick Gym and the Large Hangar/Demolish the Machine Shop
five is very similar to Alternative Three, merely switching the renovation focus from the machine shop to
igar. All other elements, i.e, the boatyard, walkways, public amenities and infrastructure improvements
lime.
dvantage of this alternative is that it preserves a more dramatic structure on the Key and more nearly
e original physical character of the Key from the time that it was the headquarters of Pan American and
of the original Coast Guard air-sea rescue operation.
difficulty with this alternative is developing an adaptive reuse for the large hangar. As mentioned, the
-s not lend itself to many types of reuse. Its sheer size, volume and interior support system makes it a
(ding for most uses.
ant team has considered a variety of uses for the building, including boatyard, enclosed mall, artist and
udio facility, museum, enclosed entertainment center and urban market.
es, one of the more attractive options, at this time, appears to be an urban market.
arket is a facility that is very different from a farmer's market, an alternative for Virrick Gym that was
he charrette participants. Urban markets are characterized by permanent facilities operating 5-6 days a
7e of vendors including food and non-food items, with prepared and bulk foods. A number of them have
ition facilities on site including coffeehouses, bakeries, raw bars and brewpubs. In addition, many of
is provide an entertainment function. The Reading Terminal in Philadelphia, for example, is the site of a
ack tie charity functions at which the merchants stay open providing food and beverages for the
+tional August 10, 1994 Page 41
The markets provide a significant community amenity, providing lunchtime and weekend meeting places
providing a connection with the rural experience that many urban dwellers find missing in city life.
successful and best known urban markets include the Reading Terminal in Philadelphia, the Pike Street
i Seattle, the Lexington Market in Baltimore and the Granville Island Market in Vancouver, B,C. Each of
°kets has become a significant tourist attraction in its respective city as well as a major asset to the urban
each. Larger markets attract up to 20,000 visitors a day with Pike Street in Seattle attracting 40,000 patrons
Summer Saturdays. Urban markets have also been developed in a number of other cities including New
lumbus,OH, Nashville, New Orleans and Los Angeles.
)st of these markets are publicly owned, or operated by quasi -public agencies, a number of private
eurs are developing them as for -profit entities. Granville Island and Pike Street Markets are both parts of
tricts that include a number of public purposes, among them low income and elderly housing, outreach and
irograms and other purposes, Accordingly, it is difficult to determine the profitability of the pure market
nt of the developments. Some illustrative figures concerning sales and revenues do exist however:
. 140,000 square foot Dekalb Market in suburban Atlanta generates $50 Million in annual sales
ronto's St. Lawrence Market generated over $700 per square foot in 1991
anville Island generated gross sales of $1215 per square foot in a 41,000 square foot market, with base
itals of $40-50 per square foot plus percentage rental. 1992 gross sales exceeded $32 Million.
other private markets in Vancouver produce average sales of $430-500 per square foot
rnational
August 10, 1994
Page 42
• Pike Street generated over $5 Million in revenues in 1993 on $42 Million in sales
• the Reading Terminal'in Philadelphia has proven to be an asset in the marketing of the adjacent Convention
Center
The advantages of an urban market in this setting include;
• preservation of one of the historic buildings on the Key through one of the few adaptive reuses that can take
advantage of the unique building available
• creation of a community oriented asset that offers a wide selection of foods that are typically more diverse,
fresher and less expensive than those found in conventional supermarkets
• the market offers an incubator for small businesses in the area
• a market of this type is harmonious with the character and history of Coconut Grove
MRA International August 10,1994 Page 43
1
W-7.
k-1
APPENDIX E.
Excerpts from
"Structural Condition Assessment for the Dinner
Key Waterfront Complex"
Prepared by Bliss & Nitray, Inc. 9 6 - 195
;.,
STRUCTURAL CONDITION ASSESSMENT
FOR THE
DINNER KEY
WATERFRONT COMPLEX
Dinner Key, Florida
July 25, 1994
Prepared by:
M. RONALD MILMED, P.E.
BLISS & NYITRAY, INC.
Consulting Engineers
51 S.W. Le Jeune Road
Miami, Florida 33134
Ph. (305)442-7086
BNI Project No. 9408
"Supplemental" set. No report as referred to was found.
15. A series of 26 drawings, some unidentified, others titled "Estimating Drawings for 180'
Hangar" by L.B. Taylor dated 8/26/42. These drawings depict a timber truss system and
are not representative of the Hangars under investigation. These drawings may have been
developed as an alternate or for another hangar but are not applicable to this facility.
IIf. DESCRIPTION OF STRUCTURES
2.1 Virrick Gym and Annex
For continuity of identification this complex is described using; the Block identification (figure
2) as developed in document reference #!1 (Simpson Gumpertz). Block 1, Block 5 and Block
3 were part of the original Coast Guard Hangar. This facility was constructed, circa 1932, by
the U.S. Coast Guard (USCG Board of Survey 2 November 1965).
Block 1 is a structural steel framed building consisting of a series of six steel trusses spaced --
at 20 feet on center spanning approximately 102 ft. in the north -south direction. The trusses
are fabricated from double angles, top and bottom chords and diagonals, with riveted joints.
The trusses are of a modified "bowstring" type with a segmentally curved top chord and a
horizontal bottom chord. The trusses support a wood roof deck of 1-1/4" tongue and groove
plank on 8" steel channels spaced at 5' o.c. spanning between trusses. The trusses are
supported by 12" H columns. The exterior walls are 16" clay the masonry with reinforced
concrete lintels over the windows of Block 5, a reinforced concrete cap at the top of the
parapet and some reinforced concrete (tie) columns. The exterior walls are stuccoed. The east
wall (facing the bay) is enclosed by a 100 ft. wide by 26 ft. high hangar door (Byrne Door).
The original motorized door had the lower one third clad with stucco and the upper two thirds
clad with ribbed wire glass. At sometime in the past the door was clad with transite (cement
asbestos) panels. The door is totally inoperable and large sections of cladding are missing.
The structure is laterally braced by horizontal and vertical steel cross bracing in the east and
west end bays of the roof and of the north and south wall.
The ground floor slab is a 6" thick concrete slab on grade reinforced with wire mesh. The slab
was designed with a slope from west to east of 1/4" per foot. The steel columns and exterior
walls are supported on reinforced concrete grade beams founded on precast concrete piles.
4 of 23
96- 195
k
The one story buildings are framed with 8" concrete masonry bearing walls supporting wood
framed roofs. The ground floor is a concrete slab on grade and based on our observations it
is believed that the foundation consists of footings cast monolithically with the slab. A
concrete tie beam supports 2x10 roof joists at 16" o.c. and is sheathed with tongue and groove
wood decking.
The two story building (Block 8) also is built with 8" concrete masonry bearing walls with a
concrete slab on grade ground floor and reinforced concrete one-way slab and beam second
floor. The floor beams span east -west from the exterior bearing walls to a north -south girder
line at the middle of the building. This girder is supported by 12x12 reinforced concrete
columns at approximately I5 ft. o.c. The roof is constructed of 2x l0 sloped rafters at 16" o.c.
and 2x6 ceiling joists at 16" o.c. The rafters and joists are connected with I x vertical
members.
Block 9 was added sometime after 1950, it is a one story building approximately 17x40 ft.,
of masonry bearing walls and open web steel joist roof. The ground floor is a concrete slab
on grade. The steel roof joists are 12" deep spaced at 3' o.c. supporting a gypsum roof deck
on bulb tees.
2.2 Pan American Hangar Buildings circa 1938
1. Hangar Building "D" - This building is the smaller of the two PanAm facilities being
investigated. Hangar "D" is approximately 100 ft. x 180 ft. and was referred to as the
"Machine Shop". There were no drawings available for this structure and the following
information is based on our field investigation and from the limited available drawings for
Hangar "C". The building is divided into 3 east -west bays and 9 north -south bays. The center
(high) bay, which is 40 ft. wide, is spanned in the north -south direction by a series of Pratt
trusses. The trusses are fabricated of rolled structural steel shapes with riveted connections.
The trusses are supported by W14 (H 14/12) steel columns spaced at 20 ft. o.c. The roof
consists of W 10 purlins at 5' o.c. between trusses and supports a metal deck. The exterior,
30 ft. wide bays are considerably lower than the center and are spanned by W24 steel floor
beams and W18 steel roof beams at each column line. The exterior columns are W10 (H10)
steel sections. Roof purlins are W 10 at 5' o.c.
The ground floor is a concrete slab on grade. It is reasonable to assume that the foundation
consists of driven timber piles with reinforced concrete pile caps and grade beams.
Hangar "C" is approximately 180 ft. x 210 ft. with a center bay 150 ft. wide (N-5) that is clear
spanned by steel trusses at 20 ft. o.c. The trusses were fabricated from rolled steel sections
with riveted connections. A series of W 14 columns create 9 - 20 ft. bays in the east -west
direction. To the north there is a two story 30 ft. wide bay and to the south a three story 30
,2
6 of 23
16 96- 195
1
FBI
I
It. wide bay. "These two hays are framed in a similar manner .vith W10 columns at the
exterior (20' o.c.) and W24 girders spanning N-S to the W14 interior columns. Between the
W24's the floor beams are W 12 and W 14 at 5' o.c. (E-W). These floor beams typically
support 1-1 /2" deep metal deck, over which is a wood floor. Over the years several layers of
wood have been installed. In a few local areas, apparently shower and bathroom areas, the
metal deck supports a concrete slab.
The foundations are driven timber piles with reinforced concrete pile caps. The steel columns
are supported at the top of reinforced concrete piers that extend up from the pile caps. The
ground floor is about 6" - 8" thick concrete slab on grade.
III FIELD INVESTIGATION
BNI Representative M. Ronald Milmed, P.E., and City of Miami Representative Mr. Allan
Poms, AIA conducted an extensive familiarization walk through on April 6, 1994. On May
10, 1994, Mr. Milmed and Mr. Charles Davis, BNI Field Representative, conducted a similar --
walk through inspection. Mr. Davis then returned on May 18, 1994 and spent eleven full days
and several partial days making detailed observations of the stm Ural conditions at specific
locations throughout the three complexes. Our observations are summarized below.
Note: As used in this report the term "delamination" refers to the advanced stage of corrosion
in which the structural steel begins to separate along the molecular planes created during the
steel making process. While it is not necessary to observe such severe deterioration to have
incurred some loss of section, the presence of delaminations is always indicative of section loss
® and therefore reduced capacity.
'7 Many of the structural steel sections in these facilities are older sections no longer rolled and
whose nomenclature is no longer used. In those cases where specific identification is not
feasible the current generic term, such as "wide flange" or "W" section is used.
3.1 Virrick Gym and Annex
For purposes of this investigation and report the "Block" identification used in the Hurricane
Andrew Damage Report (Ref. #I) will be used herein. A copy of that Block Plan is
reproduced as figure 2. East is taken as the old hangar entrance facing the bay.
Block 1
The tongue and groove wood roof deck has approximately 10.Ya-of.the deck missing. Of the
remaining deck, the majority is in very poor condition, with age, dry rot, and water damage
the predominant problems. See Photo 1. The 8" steel channel purlins, which are connected
7of23 00— 195
k,
1
I
awe
1
abuts the north wall of Block 7. See Photo 32. In the west wall two previous openings were
closed in with concrete block and there is a hairline separation between the new and old
masonry. The tie beam is in good condition with no visible cracks or spalls and when sounded
with a hammer appears solid.
The roof joists bear on a tie beam on the east wall and on a continuous 4"A" bent plate with
stiffeners at the west wall. The joists are in good condition with only minor corrosion visible
on the joists and bearing plate. The roof deck shows considerable water damage. See Photo
33.
The slab on grade appears sound with no visible cracks and no voids apparent when sounded.
Block 6A
This small (10'x16') one story concrete block addition to the north and east of Block 6 is in
fair to poor condition. Access was not available since it was locked and no one could locate
the keys. However, observing it from the outside showed a significant separation joint between
6A and 6. In addition there is a major crack between the concrete block and the concrete tie
beam. This crack varies from 1/4" to 1/2" in width and probably extends through the wall.
See Photo 34.
3.2 Machine Shop (Hangar "D")
This structural steel framed building, circa 1937-1938, consists of three bays and has overall
dimensions of about 100'x180'. The center bay is a 40 ft. wide high roof bay framed by steel
trusses spanning north -south. At the east end there is a steel framed sliding door. See Photo
35. For purposes of identification the interior bays are numbered 1 through 9 beginning at the
east end of the building. The roof deck is a corrugated, coated metal deck supported by W 10
steel purlins at 5' o.c. spanning east -west between trusses. See Photo 36. The deck is secured
to the purlins by 1" metal straps at 12" o.c.
The roof deck and the straps are in poor condition, being heavily corroded. There is horizontal
bracing of the bottom chord of the trusses in bays 1, 3 and 9. See Photo 37.
The W 10 roof purlins have moderate amounts of surface corrosion. The bolted connections
to the trusses are in good condition with no missing bolts found. The trusses are in good
condition with only minor surface corrosion observed. See Photo 38. On the south side at
columns 6, 7 and 8 one rivet was found missing in the truss to column connection. The
remaining truss to column, vertical and diagonal bracing connections appeared complete and
in good condition.
13 of 23
k,
The trusses are supported by W14 steel columns. The columns evidenced only m1nor, surf3cc
corrosion except for the bottom two feet and the base connection. Here there is evidence of
moderate to heavy surface corrosion and some delamination. The column hose consists of
6"Wx.24"x1/2" bent plates riveted to each flange and anchored with 2 - 2" diameter anchor
bolts. See Photo 39.
The low bays on the north and south are framed with W 18 roof beams spanning north -south
with W 10 purlins at 5' o.c. The purlins support the coated, corrugated metal roof deck.
There is horizontal bracing consisting of steel angles and rods in hays 1, 5 and 9. "t Ile roof
deck is in poor condition with heavy corrosion, as are the metal straps which secure the deck
to the purlins. The structural steel framing is in good condition with only minor corrosion
observed. The riveted connections observed are sound with no loose or missing rivets found.
On the southeast side, Bay 1, there is a diagonal brace missing. The exterior (perimeter)
columns, W 10 steel sections, are generally in good condition with only minor surface
corrosion, except as noted herein.
The exterior masonry wall, which infills between columns up to the window sills, is capped
with a poured in place reinforced concrete tie beam and at the ends adjacent to the columns,
with poured in place concrete from the end of the masonry into the web of the columns. At
this intersection the column webs and exterior flanges have moderate to heavy corrosion with
some delamination observed. See Photo 40. The column in the southeast corner has severe
corrosion at this same sill elevation, which also coincides with the location of a horizontal wall
girt. Here the corrosion has completely eaten through the web of the column. See Photo 41.
The column bases are similar in both design and condition to those of the W 14 columns at the
interior bays. See Photo 42.
Located in bays 1 and 2 of both the north and south bays is a two story office and storage area.
Framing for both is similar with W24 girders framing north -south to the columns and W 12
floor beams at 5' o.c. spanning east -west. Beam to beam or beam to column connections are
riveted and appear to be in good condition. See Photo 43. The structural steel framing is
slightly to moderately corroded. The floor on the north side is concrete on 1-1/2" deep metal
deck and on the south side plywood over the same deck. The concrete appears to be in good
condition with some small cracks but which still sounds solid when struck with a hammer.
However, tests on a core sample indicate very high chloride contents of 1.7 % to 5 %. The
metal deck is moderately corroded. The plywood floor on the south side is in poor condition
with extensive termite damage.
There is a stair tower in the northeast corner of Bay 1. The walls on the east are metal siding
and on the other three sides they are inf ll concrete block masonry. The masonry walls are in
good condition with only some minor cracks visible and minimal damage to one corner of the
tie column. The stairs consist of 10" steel channel stringers with 8" diamond plate treads,
14of23
99- 195
4r-
risers and landing. The stair was recently painted and appears to he in good condition. The
handrail is secure and has only minor corrosion. A W24 girder runs inside the stair tower
along the east wall. See Photo 44. It has a riveted connection to the W 10 column to the north
and at the south there is an unusual (field modified) welded and riveted connection to another
W 10 column. This connection has some moderate corrosion and undercutting of the welds.
See Photo 45. Access to the second floor in the southeast is by a single run stair with one
intermediate landing. This steel stair is not adequately supported. Connections are poor or
non-existent and the condition is poor. This stair is unsafe and while beyond the scope of this
investigation, it is an obvious code violation. See Photo 46.
an
A grade beam and pile cap were exposed at one location on the north side. See Photo 47.
A concrete core sample was taken from the grade beam. Three 5" diameter holes have been
chipped through the concrete beam north of the sliding door on the east side. The concrete
appears to be in good condition with test results showing a strength of 4000 psi and a chloride
content of only .15% and negligible carbonation. The timber piles were physically felt and
observed at this same location and were found to be in good condition.
The concrete slab on grade is in fair condition with several significant cracks (± 1/8") and
evidence of I" - 2" settlement to the west, Bays 7, 8 and 9. At the south wall of Bays 5 and
6 there is evidence of up to 8" of settlement. Based on soundings with a hammer, no voids
or hollow areas were found. See Photo 48. A core sample indicates a compressive strength
greater than 3500 psi, slight carbonation and 0.87% chloride content.
The sill height masonry walls on the north and south elevations are in good condition. The
corrugated, coated metal wall panels and many of their supporting steel girts are in poor
condition. Many of the windows are broken or inoperable and their steel casements are
severely corroded. See Photo 49.
3.3 Hangar "C"
This 180 ft. x 210 ft. steel framed building is the largest of the PanAm Hangars built at Dinner
Key, Drawings for the ground floor and foundation (ref. 13) were available for this
investigation. Column notations refer to those used on the referenced drawings. The center
bay of 150 ft. is clear spanned, north to south, by steel trusses at 20 ft. o.c. There is a two
story steel framed bay on the north and a three story steel framed bay on the south. The east
and west walls of the center bay consist of two sets of full height, steel framed, sliding doors.
See Photo 50. The north and south walls are concrete block masonry to the window sill height
and corrugated, coated, metal siding on structural steel framing above and between windows.
The roof deck of corrugated, coated, metal decking is in fair to poor condition throughout,
while the steel beam purlins are in fair to good condition, with extensive but not severe surface
15 of 23
XM
k--.
Jq
1
1
Icorrosion. See Photo 51 .
The trusses, fabricated from roiled steel shapes with riveted connections, and their associated
bracing members are in good condition with mostly light to moderate corrosion. See Photo
52. The W 14 interior columns supporting the trusses are in good condition. Column bases
at columns 4 on the south and 16 on the north were exposed and found to he in good
condition. Riveted, bent plate base connections similar to those in the Machine Shop (Hangar
"D") are also used at these columns.
The framing of the two and three story bays is similar, with W24 girders spanning north -south
OR from the W 14 interior columns to W 10 exterior columns. The floor beams are W 14 at 5' o.c.
and the roof purlins are W 12 beams at 5' o.c. The steel framing is generally in good condition
with only surface corrosion affecting most members, the exception being at the exterior walls,
especially the north and east walls of the north (2 story) hay. See Photos 53 and 54.
Beginning with the stair in the northeast hays the structural members - columns, beams, girts-
etc. - are moderately to severely corroded. The stair is in very poor condition and has been
closed to use. See Photo 55. Corrosion of the northeast corner column, and even more so the
second column west of the corner, are severe, with significant delamination prevalent. The
horizontal members at the wall line are also severely corroded, especially the channel girts
which provide support for the wall panels. The corrosion reduces as you move toward the
interior away from the worst water intrusion areas.
The second floor is typically wood over 1-1/2" metal floor deck. There is a 2 bay area on the
north, near the middle of the second floor, which is a concrete slab on the same metal deck.
This area of floor is in fair condition. The wood floors are in poor condition with extensive
termite damage and dry rot. The corrugated metal deck is in poor to fair condition with
moderate to locally heavy corrosion, the worst area again being the northeast portion of the two
story bay. Here the floor, both wood and metal, has virtually disintegrated and is completely
unsafe. See Photo 56.
The conditions of the framing and floor members of the three story south bay is similar to the
west portion of the north, two story, bay. The wood floors are in Favor condition and the metal
deck" is fair to poor with moderate corrosion prevalent. There are no areas as severely
deteriorated as the northeast bay of the two story section.
There are four stair towers, one in each corner of the two and three story bays. The stair in
the northeast of the two story bay has already been discussed. The stairs are typically framed
with 10" channel stringers and diamond plate treads. Other than the northeast stair, the stairs
are in good condition with only surface corrosion observed.
16 of 23
96- 195
There arc m,o freight elevators, one near the southeast and one near the northwest. neither
elevator is operational. The framing around the elevators appears to be in good condition.
The first floor is a concrete slab on grade designed as a 6" to 8" slab reinforced with wire
mesh and cast on "rock" fill. The original slab was detailed with I ", asphalt filled expansion
joints and slip joints. The slip joints appear to have been asphalt filled cold joints, perhaps
118" or less wide. Most of the expansion joints are now 1-1/2" to 3-1/2" wide and the asphalt
has completely deteriorated. The slab contains numerous cracks of varying sizes, as well as
surface gouges. There is evidence of from 1 /2" to 2" of settlement at various locations
throughout the main hangar bay. The concrete appears sound when sounded by striking with
a hammer. A 7" long core was taken and indicates a strength in excess of 4500 psi with a
chloride content of only 0.33 % and no carbonation.
The foundation for this hangar consists of 12" diameter wood piles which support reinforced _
concrete pile caps and grade beams. One such pile cap was uncovered and the piles and cap
were observed to be in good condition. No cracks or spalled concrete were observed in the
cap or in the grade beam which was exposed and the concrete "rang" solid when struck with
a hammer. A core sample from the grade beam indicates a compressive strength of 3500 psi
with almost no carbonation and a very low 0.05 % chlorides.
The exterior walls are similar to those of the machine shop, with masonry up to the first story
window sills and metal siding above and between windows. The siding is supported by the
primary structural frame and secondary steel girts and sag rods. The windows and their steel
frames are in poor condition. The metal siding is in fair to poor condition. Generally the
secondary framing (girts etc.) is in fair to good condition with some areas, northeast in
particular, in poor condition. See Photo 57.
The east and west sliding doors are in fair to good condition. The main door framing is good
with only moderate corrosion of the steel. The upper track is heavily corroded and some track
is missing. The doors presently are limited in their ability to slide as there are sections of track
missing or unusable, as much as 70% on the west and to a lesser extent on the east.
The low masonry walls are in good condition with some stucco cracks and, in the middle of
the south wall, a 5" diameter hole in the concrete block.
N CONCLUSIONS AND RECOMMENDATIONS
4.1 Virrick Gym and Annex
The Virrick Gym (Block 1), constructed in 1932 by the U.S. Coast Guard as a hangar and air-
sea rescue base, is a structural steel framed building with clay tile masonry walls. The
17 of 23 96- 195
ti—
needs replacement. About 25% - 50% of the R8 floor joists will also need to be replaced.
A new, structurally secure railing will need to be installed.
Block 6 This is similar to Block 4. The wood roof deck needs replacement. The steel joists
need cleaning and recoating. However, there are six joists that are severely corroded at the
west end and may need repair or replacement, along with their bearing plates. As with the
other blocks the masonry is structurally sound and is in need of only surficial repairs and
refinishing. The wood framed mezzanine is in poor condition and should be removed.
Block 7 The concrete block walls and reinforced concrete are structurally sound and need
surface repairs and refinishing. The wood roof deck is in
poor condition and needs
replacement. The 2x10 rafters are fair and about 25% - 50% may need to be replaced.
Block 8 This two story masonry and reinforced concrete building is, in general, structurally
sound. The masonry and reinforced concrete are in good condition with only surficiai repairs
and refinishing of the masonry walls needed. The wood roof deck is in poor condition and
needs to be replaced. The 2x10 rafters are in fair condition and about 50% may need to be
replaced.
As
with the other blocks the foundations appear sound with no significant settlemenf observed.
The exterior stair is in good condition but the supporting pipe columns need to be cleaned and
recoated. The railing of the handicap ramp needs to have some welding repairs made.
Block 9 A. one story masonry bearing wall structure with steel joist roof framing, it is in good
condition. There are some significant joint openings where the masonry walls meet the walls
of Block 7. These joints need to be sealed with an elastomeric sealant. There are some other
surface cracks which should be sealed and the masonry refinished. The steel joists are in good
condition and need only cleaning and recoating. The roof deck has suffered considerable water
damage and should be replaced. The slab on grade is sound. The garage door is in fair
condition.
Block 6A This one story masonry bearing wall building has some significant structural cracks.
The roof is probably in need of replacement and the entire (10'xl6') building should probably
be removed.
4.2 PanAm Machine Shop (Hangar "D")
This is a structural steel framed building which, in general, has a structurally sound primary
frame. The structural steel will need to be cleaned and recoated. The interior columns which
show heavier corrosion at the base will need some supplementary reinforcing and anchorage.
The exterior columns will need to have the masonry walls removed for a sufficient distance
19of23 96 ck5
(± 16" each side) to allow cleaning and repair to the lower portion of the columns. Missing
bracing should he replaced and missing or loose rivets replaced with new bolts.
The corrugated, coated metal roof deck and siding are in poor condition and need to be
replaced. The steel framed windows are severely corroded and should be replaced.
The concrete second floor on the north is in good condition but the metal deck will need
cleaning and recoating. The plywood floor on the south side needs to be replaced and the
metal deck will probably also need replacement. The slab on grade may need topping and
repairs or replacement depending on future occupancy. It is structurally adequate as is for
occupancy similar to that now in use. All the visible evidence indicates that the foundation and
grade beams are structurally sound. Isolated holes or cracks in concrete or masonry need to
be repaired.
4.3 PanAm Hangar "C"
This steel framed structure has, in general, a structurally sound frame. The trusses, primary
and secondary steel framing members need to be cleaned and recoated but, for the most part,
no replacement or major repairs to the trusses, columns, beams and bracing members will be
needed.
The corrugated, coated metal roof deck is in poor condition and needs replacement. This is
true for the siding which is of the same material. About 10% - 20% of the wall girts are
severely corroded and will need to be replaced. The roof purlins are generally good and
cleaning and coating is all that will be required for about 90%. The remaining 10% may need
to be replaced.
The wood floor decking of the two and three story bays is in poor condition and should be
replaced. The corrugated metal deck below the wood wearing surface varies considerably in
condition and 25% - 50% may need to be replaced.
The northeast stair is severely corroded and should be replaced while the other three stairs can
be cleaned and recoated. The elevators are inoperable and, if required, need to be replaced.
The steel framed windows are in very poor condition and need replacement.
The hangar doors can probably be saved as their primary framing members are in good
condition; however, extensive repair and replacement of both the upper and lower track
assemblies will be required to make them operational. This will need to be done in order to
enclose the building or they will need to be replaced by a wall system.
The masonry and concrete wall elements are in good condition and require only surficial
20of23 96- 195
Ef
repairs and reconditioning. The investigation of the foundation and grade heams indicates that
these are structurally sound and no repairs are needed.
The slab on grade is acceptable for use as the facility is presently occupied. However, a
change in occupancy may require repair or restoration of the slab.
4.4 We recommend the following structurally related work he undertaken if the buildings are to
®
be put back
in use for an extended period of time. The following list is not necessarily in the
order of importance or the sequence required for construction.
UK
4.4.1 Virrick Gym and Annex
A.
B.
Remove finishes enclosing structural steel.
Remove Gym (hangar) roof deck.
C.
Sandblast structural steel and recoat.
D.
Evaluate cleaned steel and repair as necessary. As a minimum supplement base_
new steel angles and anchors. Also supplement bolted connection
connection with
of roof purlins by welding.
14
E.
Remove and replace windows and siding.
F.
Replace roofing.
G.
Remove existing hangar door and replace with new wall.
H.
Demolish Block 2.
1.
Remove all roof decks.
J.
Remove and replace or repair roof framing members as necessary.
K.
Repair masonry walls and reinforced concrete members.
L.
Demolish Block 6A.
M.
Demolish or remove and replace existing wood mezzanines.
4.4.2 Machine Shop - PanAm Hangar "D"
A.
Remove and replace roof deck-
B.
Remove and replace siding and windows.
C.
Remove finishes adjacent to structural steel.
D.
Sandblast structural steel and recoat.
E.
Evaluate cleaned steel and repair as necessary.
F.
As a minimum supplement base connection with new steel angles and anchors.
G.
Clean and recoat metal floor deck. Replace as necessary.
H.
Remove and replace wood floor deck.
1.
Remove and replace southeast stair.
J.
Replace missing bracing and missing or loose rivets.
�-
9195
!
I
21 of 23
t—
APPENDIX F.
Excerpts from
"Dinner Key Facilities - Feasibility Study of
Mechanica4 .electrical, Plumbing & Fire
protection Conditions"
Prepared by SDI Consulting Engineers, Inc.
96- 195
k,
CITY OF MIAMI
DINNER KEY FACILITIES
PAN AM HANGARS "C", "D" (OLD MERRILL-STEVENS DRY DOCK CO.)
AND COAST GUARD HANGAR (OLD VIRRICK GYM,
CITY OF MIAMI PARKS AND RECREATION OFFICES)
R
Feasibility Study to determine the current Mechanical, Electrical,
Plumbing and Fire Protection conditions of the Buildings and
reconstruction/modification efforts required to bring them to a
safe operating condition in compliance with current codes.
Prepared by:
SDM Consulting Engineers, Inc.
135 Almeria Avenue
Coral Gables, Florida 33134
Tel.: (305) 446-2788 Fax: (305) 443-5944
1Y-
U
EXECUTIVE SUMMARY
The study is aimed at establishing the existing conditions of the
[�
mechanical, electrical, and plumbing systems for all three
t�
buildings. It also indicates a description of the repairs,
replacement, and/or additions to these systems so they comply with
current codes. The purpose is to define a base line of required
work to bring these facilities into leasable conditions using the
current occupancy as a guide.
Large Pan Am Hangar "C" (Old Merrill -Stevens Facility)
This is the larger of the three structures which consists of a
central open space (hangar proper) and shop spaces along the north
and south sides.
Mechanical
There, is no existing mechanical ventilation except for very old,
inoperable, wall mounted fans.
In it's present occupancy, a ventilation system for the entire
facility would -have to be considered.
Electrical
The electrical system consists of a power distribution network and
a lighting system. The electrical distribution within the building
is very deteriorated and it's major components are obsolete. it
must be totally replaced.
The existing lighting system does not provide adequate coverage.
It could be reused under the current occupancy after a required
refurbishment.
A complete exit light and emergency lighting system must be
installed.
There is no fire alarm system which is required.
Plumbinct
The plumbing system is the original installation and consists of
gang male and female toilets. These toilet facilities do not meet
13 code requirements. New facilities are required.
Fire Protection
Currently, there is no fire protection system of any kind in this
facility. This Hangar will require a full sprinkler system.
Small Pan Am Han ar "D" (old Merrill -Stevens Facility)
This structure is located between Hangar "C" and the old Coast
Guard Hangar.
95- 195
+,1
Mechanical
There is currently no ventilation system in this Facility. General
ventilation for the open spaces will be required.
i
Electrical
The entire power distribution is obsolete and in need of urgent
repairs. There are numerous instances of potentially dangerous
jury rigged installations which constitute code violations and
safety hazards.
The lighting system is very deficient. It must be upgraded to
provide adequate lighting levels.
There is no fire alarm system which is required.
Plumbing
There is only a small individual toilet in this Facility. It is the
original installation and consequently should be demolished and
replaced.
Fire Protection
Currently this facility has no fire protection system. City of
Miami Fire Department Representatives indicated that thy --
requirement for a sprinkler system depended on the type of
occupancy contemplated for this hangar.
Old Coast Guard Hangar (Virrick Gym/City of Miami. Parks
and Recreation Department)
This structure is a combination of a hangar (metal structure with
metal cladding) and masonry additions on three sides. Originally,
it housed a U.S. Coast Guard Hangar and offices.
Mechanical
The existing mechanical ventilation system for the hangar section
is inoperable.
A new general ventilation system for the hangar must be installed.
Electrical
The existing systems are fed from a pad mounted transformer located
across_ Bayshore Drive on the opposite side of the street. From
there it reaches the building via underground conduits.
Lighting on the hangar side is virtually non-existent. A new
lighting system must be considered.
A complete exit light and emergency lighting system must be
installed.
There is no fire alarm system which is required.
��- 195
k__
f
i
Plumbing
The plumbing system is the original installation and consists of
gang male and female toilets. These toilets do not meet code. New
facilities will be required.
If there is no variation in the present occupancy, no fire
sprinklers will be required.
Site
The landside of both Hangars "C" and "D" is a large parking area
which has virtually no outside lighting.
The entire parking area will require a new outside lighting system
to maintain the code prescribed minimum lighting levels. Similarly,
the parking areas on the north side of the Coast Guard/Virrick Gym
Building requires additional illumination.
The oceanside of Hangars "C" and "D" is being used to work on a
variety of boats. Work performed is mostly of a refinishing nature
with operations such as sanding, sandblasting' painting, etc. _
The oceanside outdoor area by Hangars C and D must be restored'
and upgraded with outdoor lighting and power. DERM approved
drainage and ventilation provisions for the refinishing functions
must be provided.
96- 195
SCOPE:
The purpose of this study is to establish the current
condition of the mechanical, electrical, and plumbing systems for
the three structures considered and to identify the steps required
to restore the Facility to a safe operable condition in compliance
with current codes.
General Observations:
Large Pan Am Hangar "C" (Old Merrill -Stevens Facility)
This is the larger of the three structures which consists of
a central open space (hangar proper) and shop spaces along the
north and south sides. The central area, presently houses a truck
crane for boat lifting and several other vehicles and trailers, is
not being used specifically. The shops along the north side are
two levels and include gang toilets, a wood shop and an upholstery
shop. The tenants on the south side are grouped in three levels
and include a chandlery,a sail loft, machine shops, an ultra -light
aircraft concessionaire, and storage spaces. The current occupancy
could loosely be defined as a service boat yard.
Mechanical
There is no existing mechanical ventilation except for very
old, inoperable, wall mounted propeller fans in the wood shop. See
Photo No. 1. The upholstery and canvas shop have a ducted air
conditioning system which is currently not running.
In'it's present occupancy, a ventilation system for the entire
Page - 2 9 6 _ 195
k,
facility would have to be considered. This system should include
standard ventilation for open spaces as well as specialized systems
for toilet exhaust, woodworking shop, paint storage, machine shop,
®
i�
etc_
Offices and chandlery should be provided with air conditioning
systems.
Electrical
The electrical system consists of a power distribution network
and a lighting system for the general area and the shop spaces.
See Photo No. 2.
The power distribution is fed from an antiquated pad mounteTi
transformer mat arrangement fenced on three sides and attached to
"D"
the small Pan Am Hangar located north of the larger one, Hangar
"C". See Photo No. 3. This entire unit must be updated since it's
equipment is obsolete and some of it's components are considered
exposed and dangerous. -Florida Power & Light Representative has
agreed that a main service upgrade and modernization is required.
The electrical distribution within the building is very
deteriorated and it's major components such as panels, and
disconnects are obsolete. Recertification forms and photographs
are enclosed in the main body of the report illustrating these
conditions. Numerous potentially dangerous conditions were
observed on panels where unorthodox power taps had been made to
sub -feed the shops. (See Photos No's. 7 & 8). It must be assumed
that the entire power distribution has to be updated and upgraded
in capacity wherein very few, if any components which could be
Page - 3 9VJ- 195
k,_
4
reused. The upgrade in capacity will be a function of the
occupancy considerations for this Hangar. There are two inoperable
cargo elevator which should either be demolished completely or
replaced with new ones complying with applicable codes. (See Photo
No. 13).
The existing lighting system, which consists of incandescent
dome reflector downlights and three wall mounted flood lights, does
not provide adequate uniform coverage. (See Photos No's. 9 & 10).
Even though this is not an energy efficient system, it could be
reused under the current occupancy after a required refurbishment
to provide adequate lighting levels.
A complete exit light and emergency lighting system must be
installed to satisfy safety to life code requirements.
There is no fire alarm system installed. A new fire alarm
system comprised of automatic fire/smoke detectors, manual pull
stations, visual and audible signalling appliances, annunciator
panels, etc. must be installed to satisfy present code
requirements.
Each tenant space/shop will require a dedicated power/
lighting distribution system with individual sub -panels and
possibly an individual metering system. This last statement enters
into a separate area of consideration whose basis is the future
occupancy considerations for the Hangar.
Plumbincr
The plumbing system is the original installation and consists
Page - 4 96- 195
k__
of gang male and female toilets located on the north side of the
building. They include lavatories, water closets, urinals and
showers all in bad state of repair. See Photos No. 4, S, 6.
mom
SEEM These toilet facilities do not meet capacity requirements set forth
in the South Florida Building Code for the current occupancy, the
requirements of the Americans with Disabilities Act (ADA), or the
State of Florida gender parity regulations.
None of the existing fixtures can be reused. Given the fact
that the piping is in excess of fifty years old, it should not be
reused either.
Consideringthe same type occupancy, the building will re YP P Y� g quire
gang toilets for males and females with handicapped facilities in
both, on the main floor and on the second and third levels as well.
Whether showers and perhaps lockers are considered, will depend on
the remodeling scope.
New water service with backflow preventors and new sanitary
pipe connecting to existing main should be considered.
Fire Protection
Currently, there is no fire protection system of.any kind in
this facility. We toured the Hangar with two representatives of
the City of Miami Fire Department. Due to the height, floor area,
and up to three levels of tenant spaces on the sides, this Hangar
will require a full sprinkler system. Depending on available water
pressure and flows, a fire pump may be required along with
emergency power provisions in the form of a generator.
4 Page - 5 9R- 195
k,
Small Pan Am Hangar "D" (Old Merrill -Stevens Facility)
This structure is located between Hangar "C" and the old Coast
Guard Hangar (Virrick Gym)/City of Miami Parks and Recreation
Department. It currently houses a variety of shops and yacht
brokerage offices. The Facility is mostly a single level one with
the offices on the second levels at the southeast and southwest
corners of the Hangar.
i Mechanical
There is currently no ventilation system in this Facility.
General' ventilation for the open spaces will be required as well as` --
specialized ventilation for the wood shop and other tenants.
Additionally, if office configuration tenants are maintained, these
spaces will require air conditioning.
Electrical
The existing electrical system is also fed from the old pad
mounted transformer mat described in Hangar "C" (see Photo No. 3).
This entire main service assembly and disconnect switches are
fenced in an attachment to this middle hangar.
The Main Disconnects, Panels and Gutters are located behind
equipment and wood materials inside the locked wood shop. This
present arrangement is in violation of the SFBC and NEC. (See
Photos No. 11 & 12).
The entire power distribution is obsolete and in need of
urgent repairs. There are numerous instances of potentially
Page - 6
96- 1_95
k_.
dangerous jury rigged installations which constitute code
violations and safety hazards. (See Photos No's. 14 & 15).
The lighting system is very deficient (See Photo No. 16). it
consists of incandescent downlight type fixtures at approximately
twenty-five to thirty feet spacing. The system must be upgraded to
provide adequate lighting levels. Emergency lights and exit lights
need to be added throughout to comply with current code
requirements.
There is no existing fire alarm system in the building. A new
fire alarm system with automatic fire/smoke detectors, manual pull
stations, visual and audible signalling appliances, annunciator
panels,. etc. must be installed to satisfy safety to life code
requirements.
j Tenant shops and offices will each require a dedicated
1
power/lighting distribution system with individual sub -panels and
i possibly an individual metering system. This last statement enters
into separate area of consideration whose basis is the future
occu anc considerations for the Hangar.
P Y g
j Plumbing
There is only a small individual toilet in this Facility. It
is the original installation and consequently should be demolished
and replaced. Under the current occupancy, new facilities for men
and women must be introduced. They must meet ADA codes as well as
gender parity requirements.
Page - 7
Fire Protection
Currently this facility has no fire protection system. City
of Miami Fire Department Representatives indicated that the
requirement for a sprinkler system depended on the type of
occupancy contemplated for this hangar. If any boat repair,
refinishing, or similar activity is anticipated, then the sprinkler
system would be required. Since these activities were currently
observed during our visit, we must assume that a sprinkler system
needs to be included in the restoration scope.
Old Coast Guard Hangar (Virrick Gym/City of Miami Parka
and Recreation Department)
This structure is a combination of a hangar (metal structure
with metal cladding) and masonry additions on three sides.
Originally, it housed a U.S. Coast Guard Hangar and offices. The
hangar was later used.as the Virrick Gym and the two level office
building are still being used mainly by the City of Miami Parks and
Recreation Department and other City functions. The hangar side is
currently used by "Shake A Leg" which is a sailing program for
disabled individuals. This is the oldest of the three hangars
dating back to 1932.
Mechanical
The existing mechanical ventilation system for the hangar
section is inoperable; fans are rusted, not connected, missing
motors, etc. (See Photo No. 17).
A new general ventilation system for the hangar must be
Page - S
95- 195
k,
installed. Specialized ventilation systems for toilets, electrical
rooms and storage spaces must be installed in the restoration
effort.
The City of Miami Park and Recreation Department offices have
individual window type air conditioning units both at the Hangar
and the offices. These units are still operating. However, if
these office functions are to be retained in the restoration
effort, then a central air conditioning system should be
Q considered. The local utility, FP&L offers significant rebates for
j efficiency improvements in air conditioning equipment retrofits.
Electrical The existing systems are fed from a pad mounted transformer
located across Bayshore Drive on the opposite side of the street.
From there it reaches the building via underground conduits. This
is important' to point out because upgrade of the system would
probably imply working across through Bayshore Drive to extend new
electrical service feeders.
+� There is no main electrical room, but a corridor like room
f
which houses panels, disconnects, and transformers. (See Photo No.
18). Numerous materials are stored in this room making it
difficult to access electrical equipment and constituting a code
violation. Equipment is obsolete and needs replacement.
Other panels throughout the building also require replacement
since they are antiquated, fusible type. (See Photos No. 19, 20).
In general, the entire electrical system must be replaced with
Page - 9
961- 195
--1
APPENDIX xx
Permit Sketches for the Dinner Key Boat Yard
Docking Facility (Marina ]renovation Project)
96- 195
prepared by Coastal Systems International, Inc.
r
a
am w y Rs
.0"'. Q
uuu
r
THIS
PROJECT
INDEX OF SHEETS
1. LOCATION MAP
2. VICINITY MAP
3. EXISTING CONDITIONS
4. EXCAVATION/FILL
•5. LAYOUT PLAN
6. TURBITY SCREEN LAYOUT
7. WAVE BAFFLE/SECTION A -A
8. SECTIONS B-B. C-C
9. SECTIONS D-D. E-E
10. SECTION F-F
11. SLIP DIMENSION TABLE
12. NOTES
SEC. 22. T. 54 S., R. 41 E.
LATITUDE: 257 44' N.
LONGITUDE: 80' 14' W.
MIAMI
BEACH
NE
96- 195
CITY OF MIAMI 1 'DINNER KEY BOAT YARD'
3500 PAN AMERICAN DRIVE DOCKING FACILITY
MIAMI. FLORIDA 33133
COASTAL SYSTEMS INTERNATIONAL, INC. LOCATION MAP
C--O` STAL . r=NV1Rct4kgE"4T"L- �--ML JOB No. 94700 DATA: 10 f 4/95
ENGVEEFUNG ANO MANAGEMENT
464 South Dixie Highway. Coral Cables. Florida 33146 nRawN RY' RAM CHFF7 1 nF I)
T�1• '1l14�ltICt -'1RCS Q..v 'If15-ISRI-IOfA
gP�
GP��E
:CT SITE
SCAM W (W SECTION 22. T. 54 S. R. 41 E. 9 6 - 195
CITY OF MIAMI 'DINNER KEY BOAT YARD'
3500 PAN AMERICAN DRIVE DOCKING FACIUTY
MIAMI, FLORIDA 33133
COASTAL SYSTEMS INTERNATIONAL, INC. VK�I� MAP
COASTAL. ENVIRONMENTAL, GVtL JOB No. 94700 DATE: 10/4/95
EtVGINEERtNO AND MANAC EMENT
464 South Dixie Highway. Coral Cables, Florida 33146
Tel: 305-661-3655 Fax: 305-661-1914 DRAW BY:• SAM SHEET 2 OF 12
'MONTY'.S.. '
` :RESTAURANT'
:0P PUBLIC .
FACILITY
,,yy ` }•• . EJOSiIHC RAMPDOCKS
•// BU4Du1O' .. .
�/• ,.'� _. {K: DOCK
:DINNER
.: _ • :' 80AT YARD �,'`(
':'•�' '.EMSfriG ��• • o EX6T040 vM.f+ttT AREA
MY OWNM SUBWERGOD LANDS
8E OEDR:ATED TO DOCWHO fAOUC!
.. U BULIOiEM ""
/
THE,CHART.HOUSE / y m
RESTAURANT :.• /
NOTE.
DOCKS AND PILINGS WERE DAMAGED
BEYOND REPAIR BY HURRICANE ANDREW
AND WERE REMOVED.
HEXISTING SHEPIIal BLHE40 BASIN
11 �iit
wat r rm SEC. 22. T. 54 S., R. 41 E.
CITY OF MtAMI "DINNER KEY BOAT YARD"
3500 PAN AMERICAN DRIVE DOCKING FACILITY
MIAMI, FLORIDA 33133
COASTAL SYSTEMS INTERNATIONAL, INC. EXISTING coNaITIONs
��A-• E••�"r•AI-- C"- JOB NO. 94700 DATE: 10/4/95
Ef4QtNEERlNCW ANE> MANAGEMENT
484 South
5Corti Florida 33146 SHEET 3 OF 12DRAWN BY: SAM
I Tel: aOSe661�a65 Fac osteei��4
_
'
'LEGEND
J
�� B
�•+'
.ARCH TO, OE WKFUAEO
.. -® ARG4 SO HE',C.XCAVATTD ..
:
• .__ WtOF'OSED }iEY('gUlHr+fM �
� . .. ..
:.'ot�s�x+c autKisEto
:' MONTX.S:. '
..
•,•RESTAURANT' '
'.., ".
�p�;'•'.,•
PUBLIC ...
FACILITY
<'''• - OAT
OCKKS
r`Q
RAMP
^: EXISIMG"
' .•
WINC Pusuc pork
•�!
KEY,•-:��
;fl�NNER
OXT AR
�
DOSTM
sN• '.VAW,'
`-•--•y,
• ••• •:.`•
+''.:.� •: `
fff/�
,.• t. +. •
�PROPQSEO LC4- tN•t�i
DOCKING FACUPY
/
:. THE..CHARTHOUSE
a
RESTAURANT,
SEC. 22. T. 54 S., R 41 E.
CITY OF MIAMI "DINNER KEY BOAT YARD"
3500 PAN AMERICAN DRIVE DOCKING FACILITY
MIAMI• FLORIDA 33133
COASTAL SYSTEMS INTERNATIONAL, INC. EXCAVATION/FILL
c coAS"TAL. ENVtROt4A-=NTAi-. C:M -• JOB No. 94700 DATE: 10 j4%95
a ENCRINEEFdNCs ANC? mAt LA43EQENT
a Du
464 SouthSouthde Highway, Coral Cables, Florida 33146 DRAWN 8Y: SAM SHEET I}F 2
Tel: 305-661-3655 Fax: 305-661-1914
i`
ti
\�
�
~»
CITY OF MIAMI "DINNER KEY BOAT YARD'
3500 PAN AMERICAN DRIVE DOCKING FACILITY
COASTAL SYSTEMS INTERNATIONAL, INC. LAYOUT PLAN
464 Soutli Dixie HiChway. Coral Cables. Florida 33146
\
\
I TtAlzony
ruct SCRCEN
EXISTING.
PAVEMENT-.-
STRUMME
LEASC
4
viftow
LUSE
U.T
is
mu rm SEC. 22. T 54 S.. R. 41 E. 96- 19.5
CITY OF MIAMI "DINNER KEY BOAT YARD"
3500 PAN AMERICAN DRIVE DOCKING FACILITY
MIAMI. FLORIDA 33133
COASTAL SYSTEMS INTERNATIONAL, INC. TURBIDITY SCREEN LAYOUT
O'OASTAL. f=-NV1R0UVAr=WAj_ crAL
C-NGt4r=!EFW4<_- AND N4Ar"aEN4E-mr JOB No. 94700 ATE: 10/4/95
464 South Dixie Highway, Coral Gable3, Florida 33146
Tel: 305-661-3655 Fax: 305-661-1914 - DRAWN BY:SAM SHEET 6 OF 12
I
ELEV. 45' NCVD
12' -0"
3' -0' 6' -0' 3' -0'
FIBER GLASS
GRATE
12,
2"
MHW (.+ 1.5' NGVD)
2'-0'
o' NGVD `% i ' . • _
MLW (-0.5' NGVD) -
14" SO. BATTERED CONCRETE PILE
GRAVEL BEDDING LAYER
WATER 007 W (VAR S —7' TO —B'
z .
RA1NFW
0,
•I���%�I�I�I�I�I�I�I�I�I�I I�I�I�I��I�I I� �I�i�
/,�/,ma/. x\/,�/�/� /� /.�
WAVE BAFFLE STRUCTURE
SECTION A -A
12" PRECAST
CONCRETE BEAM
2'-0" CONCRETE
PILE CAP
SIDEWALL RAILINGS
8"00" PLASTIC WOOD
1.0 ROCKS
2'0 BOULDERS
96- 195
CITY OF MIAMI "DINNER KEY BOAT YARD"
3500 PAN AMERICAN DRIVE DOCKING FACILITY
MIAMI. FLORIDA 33133
COASTAL SYSTEMS INTERNATIONAL, INC. WAVE BAFFLE/SECTION A -A
co"s''A' 1-NVjR0f4AEr4-rAL- `::ML JOB No. 94700 GATE: 10/4/95
ENGWEERWQ ANO MAr1AGEMENr
464 South Dixie Highway. Coral Gables, Florida 33146
Tel: 305-661-3655 Fax: 305-661-1914 DRAWN BY:. SAM I SHEET 7 OF 12
k,
1 2' -O-
ELEV. +5' NGVD
£LEI• 1.2' NGVD
W" (+ 1.5' NGVD)
0' N6w
MLW (-0.5• NGVD)
V/ATER DEPTH VARIES (-7' TO -8' NGVD)
12- PRECAST CONCRETE SLAB
2'0' CONCRETE PILE CAP
14` SO. CONCRETE PILES
2'-01 4-0' 2'-0'
FIBER CLASS
ELEV. +5' NGVD
CRATE
L 12` PRECAST CONCRETE SLOB
14 2-31'LYPr
'
~ 2'0" CONCRETE PILE CAP
ELEV. +2' NOW
MHW (+ 1.5' NGVD)
e,
0' NGVD
_
MLW (-0.5' NGVD)
14 - SO. CONCRETE PILES
WATER DEPTH VARIES (-7' TO -8' NGVD)
~ V-mf w ro� SECTION C-C
CITY OF MIAMI �`
"DINNER KEY BOAT YARD"
3500 PAN AMERICAN DRIVE
DOCKING FACILITY
MIAMI. FLORIDA 33133
COASTAL SYSTEMS INTERNATIONAL, INC.
SECTIONS B-B & C-C
COASTAL, ENVIRONMr=-NTAL CAL
J08 No. 94700
GATE: 10/4/95
ENGOVEERING AND MANAGEVLENT
464 South Dixie Highway, Coral Cables, Florida 33146
Tel: 305-661-3655 Fax: 305-661-1914
DRAWN BY: SAM
SHEET 8 OF 12
kr
£L£V + 5' NCVD
£L£V. +2.5' NCVD
AlHW (+ 1.5' NCYD)
0' HCVO
MLW (-0.5' NCVO)
WATER DEPTH VARIES (-7' TO -
5'-0'
FINGER PIER (TYP.)
9 PRECAST CONCRETE SLAB
2'-0- CONCRETE FILE CAP
4 - SO. CONCRETE PILES
SECTION D-D
1' GAP 10'-0' ELEV. +5.0' (NGVD)
��)
3'�' 4'-0' 31-0. .
FIBERGLASS
GRATE GRATE
12' PRECAST CONC. BEAM
NEW CONCRETE PILE CAP
�. 2'-0' CONC. PILE CAP
14' SO. CONCRETE PILES (BEYOND)
... iAHW '(+1.5' NGVD)
0.0 (NCVO)
. .... ..:.� ............. ......... ....... :.., LALW (-O.S' NGVD) -
NEW STEEL OR
CONCRETE BULKHEAD '
~'
WATER DEPTH VARIES -7' TO -6' NCVD
2' ' SECTION E-E 96- 195
SG4L M 1II1 •
CITY OF MIAMI "DINNER KEY BOAT YARD"
3500 PAN AMERICAN DRIVE DOCKING FACILITY
MIAMI, FLORIDA 33133
COASTAL SYSTEMS INTERNATIONAL, INC. SECTIONS D-D & E-E
caASTAL. E'4V18<> MEW A-- `ML
ENGLNEERING AND MANACcEM'ENT JOB No. 94700 GATE: t0%4/95
464 South Dixie Highway. Coral Cables, Florida 33146
Tel: 305-661-3655 Fax: 305-661-1914 DRAWN 6i: SAM SHEET 9 OF
E
a . a
➢Ul(M ID?
3"
(Tyl
150 7-(
TOP do 80'
ACROSS
TRAVEL UFT BASIN — SECTION F—F
TRAVEL L1FT DOCK — TYPICAL SECTION
-0
18" CONCRETE -
iLAB
STEEL WHEEL
GUARD (TYP.)
14" BATTERED CONC.
PILE (TYP.)
ti--- -----+ 9 6 - 195
TA( M rm
CfiY OF MIAMI 'DINNER KEY BOAT YARD'
3500 PAN AMERICAN DRIVE DOCKING FACILITY
MIAMI, FLORIDA 33133
COASTAL SYSTEMS INTERNATIONAL, INC. SECTION F—F
COASTAL. ENVIR01,41k r%TAl. CIVIL JOB No. 94700 DATE: 10/4/95
ENGtNEEMNG AND MANAGEMENT
464 South Dixie Highway, Coral Gables, Florida 33146 DRAWN BY: SAM SHEET 100E 12
Tel: 305-661-3555 Fax: 305-661-1914
V
FIXED DOCKAGE
DOCK DESIGNATION
AMOUNT
DESCRIPTION
A-1 thru A-13
13
40'
X 17.5'
SLIPS
A-14
1
50'
X 17.5'
SLIP
B-15 thru B-19
5
50'
X 18.5'
SLIPS
B-20 thru B-25
6
55'
X 18.5'
SLIPS , -
C-26 thru C-31
6
35'
X 16.5'
SLIPS
C-32 thru C-36
5
50'
X 16.5'
SLIPS
C-37 thru C-41
5
40'
X 16.5'
SLIPS
C-42 thru C-47
6
35'
•X 16.5'
SLIPS
D-48 thru D-61
14
45'
X 18.5'
SLIPS
D-62
1
55'
X 18.5'
SLIP
D-63 thru D-75
13
45'
X 18.5'
SLIPS
E-76 thru F-119
.44
35'
X 15.5'
SLIPS
G-120
1
60'
X 20.5'
SLIP
G-121 thru G-135
15
55'
X 20.5'
SLIPS
G-136 thru G-141
6
55'
X 19.5'
SLIPS
G-142 thru G-144
3
55'
X 16' SLIPS
TOTAL
144
DOCK DESIGNATION
AMOUNT
DESCRIPTION
60' X 20.5' SLIP
1
55' BOAT MAXIMUM
55' X 20.5' SLIPS
15
50' BOAT MAXIMUM
55' X 19.5' SLIPS
6
50' BOAT- MAXIMUM
55' X 18.5' SLIPS :
7
50' BOAT MAXIMUM
55' X 16' SLIPS ',.
' �`. 3
50' BOAT MAXIMUM
50' X 18.5' SLIPS
5
45' BOAT MAXIMUM
50' X 17.5' SLIP
•"1
45' BOAT MAXIMUM
50' X 16.5' SLIPS
5
45' BOAT MAXIMUM
50' X 17.5' SLIP
- 1
45' BOAT MAXIMUM
45' X 18.5' SLIPS
27
40' BOAT MAXIMUM
40' X 17.5' SLIPS
12
35' BOAT MAXIMUM
40' X 16.5' SLIPS
5
35' BOAT MAXIMUM
35' X 16.5' SLIPS
12
30' BOAT MAXIMUM
35' X 15.5' SLIPS
44
30' BOAT MAXIMUM
TOTAL
144
CITY OF MIAMI
3500 PAN AMERICAN DRIVE
MIAMI, FLORIDA 33133
COASTAL SYSTEMS INTERNATIONAL, INC.
COASTAL, ENVERONMENTAL. CIVIL
ENCMIEELitNQ ANLJ NAANAGC-MEW
464 South Dixie Highway. Coral Gables, Florida 33t46
Tel. 305-661-3655 Fax. 305-661-1914
'96- 195
'DINNER KEY BOAT YARD'
DOCKING FACILITY
SUP DIMENSION TABLE
JOB No. 94700 DATE: 10/4/95
DRAWN BY: SANE SHEET 110F 12
ky
a
b
NOTES
All elevations are referenced to the National Geodetic Vertical Datum (NGVD) of 1929.
A preliminary benthic survey was performed by COASTAL SYSTEMS INT'L., INC. on 8/20/95.
A bothymetric survey was performed by SEA SYSTEMS CORPORATION on 01 /03/95.
The upland survey was performed by BISCAYNE ENGINEERING CORPORATION on 02/03/92.
These drawings are "permit sketches" intended to provide sufficient data for review
and evaluation by regulatory agencies. These drawings are not intended for construction.
All new piling shall be driven to 6 feet into rock or 10 feet into any other substrate.
Construction will require water based (barge) equipment.
95- 195
CITY OF MIAM! 'OWNER KEY BOAT YARD'
3500 PAN AMERICAN DRIVE DOCKING FACILITY
MIAMI. FLORIDA 33133
COASTAL SYSTEMS INTERNATIONAL, INC. NOTES
COASTAL. ENV1RG &1Z—=WAL. CIVIL JOB No. 94700 GATE: 10/4/95
ENGINE=,Z-1NG AND MANACsEMENT
464 South Dixie Highway. Coral Cables. Florida 33146 �_
Tel: 305-661-9655 Fax: �05-661-1914 DRAWN Bv: SAM ShEC! 120F 12
96- 195
k�
C3
N
S
46
r��st�4
its is to mni7y shft this is
c 13 0(Ihc Otficifl Toning
u WknW W and fdc,p,d
cf—I OIdmitu I IDoo,
smcndcd, of the city of
,W, Solid.. odoptcd
ch a. 191M
vicar na,[+nniue
ssf lnl[
s[ft[ 1M I[CT
Irig, 42
-
k --
a
h
0
0
c
W
C
W
4
Proposed Marina L but
1/I
---PROPOSCO II(Y OVUo«O
• � ous1MC TIWCII(,�0
EXISTING _
..HANGAR • `.��'� • �_-:'�' o uwsc uwr roa
oaxwc noun
IXWW tST1N�..� �.
.. fix.VUAXWAY. f
PAVEMEN a I(. C„ a• A
0 C"J' o-w STFOcri n
. _' r, ^ C..I 0.� (I.y,( / "y �• ^ fie'
tr
• CW Y ary
• ... �.`r JJIII �:j •L Y � 0.y �
do
• •" V OOCIUIG vnckm
Owl.
a n( ISO 96- 195
1 � 1
z9f #I ' SEC. 22. T. 54 S.. R. 41 E.
CITY OF MIAMI "DINNER KEY BOAT YARD"
3500 PAN AMERICAN DRNE DOCKING FACILITY
MIAMI. FLORIDA 33133
COASTAL SYSTEMS INTERNATIONAL, INC. LAYOUT PLAN
COASTAL. ENVIRONMENTAL. CIVIL ENONEER"O ANO MANAc3EMEN
JOB No. 94ADAE: 10/4/95T
464 South Highway. Coral a33146 JS5-661ixie 365Fax05-661F1914DRAWN BY: HEET 5 OF 12
k,
r 1'
r a ,•�
i ' r � • fir` Jr�. + ♦ _. r t1 '• 1��' M11- r r��
� � fit. ` ��r ♦ � ' .�, J r /'� ' P � J`-� � - �: �+
� \� - � �'� • �+1 � !� � \� ter{ r � `"�
41
ISA
Wit-
` „I✓ f; • • C''a r �� aGrp'
y1 R3 w � f T j�� rim { :• Ji�t' �'� -. � f •� ., 4 ♦ /1 �,'.
14.
I• j ^`� ..�•�_ •,�`^ tit+�4 �•!!�l �` � dbN��.��
00,
:.• ; :_ ` i — -�•. I„ ..awl �..• ��r K,'
I � r/
' y ti � r r 1 ! 1 •. �S'.�J � ` r •� �'6,' '� a l .- r, �I� r .�+,.
Yj .4r'��Li'a>Zli�'-! �1�..:f =e 4.1r.- f •'• cti.
T N U 1 0 ` T
(� - 0 2
J-94-951
10/27/94
RESOLUTION NO. 9 .. 82
A RESOLUTION, WITH ATTACHHENT(S), APPROVING
AND • ACCEPTING THE CITY MAMAGER48
RECOMMENDATION, ATTACKED HERETO AS
"ATTACHMENT' 1" AND MADE A PART HEREOF. FOR A
COMPREHENSIVE RESTORATION PROGRMH OF THE
DII�NU KEY 'AREA, MORE SPECIFICALLY. FOR THE
(1) RENOVATION OF THE VIMICK GYM SITS FOR
COMMUNITY RECREATION AND POSSIBLE
INTERPRETIVE -HISTORIC PROGRAMS; AND (a)
ADAPTIVE REUSE OF THE DINNER KEY BOAT
YARD/MERRILL ST73MS PROPERTY MMXR A UNIFIED
DEVELOPHM PROCESS ("EMP") FOR THE USE(S)
STIPULATED IN SAID RECOMMENDATION;
AUTtORIBING THE CITY MANAGER TO COMMENCE
IMPLEMENTATION OF SAID RESTORATION PROGRAM IN
ACCORDANCE WITH ALL APPLICABLE CITY'_CHART:9R
AND CODE PROVISIONS; PROVIDING FOR TE$
APPOINTMENT BY MEMBERS OF CITY COMMISSION
OF A CITIZENS' ADVISORY COMMITTEE COMPOSED OF
INDIVnUALS FROM TES 000ONUT GROVE Comfu$ITY'
TO PARTICIPATR XX TEE DRAFTING OF THE REQUEST
FOR PROPOSALS FOR TER VD?
WHEREAS, several - City -owned properties in the Dinner Key
area of C000nut Grove suffered severe damage as a result of
Hurrioane AndreV, in partioular: the Virriok Gym, boat ramp and
offioe annex, Whioh together comprise the former Coast Guard Air
Station, and the two (a) hangars, ad,aoent dooks and piers which
comprise the Dinner Key Boat Yard, formerly known as the Merrill,
Stevens Dry Dook; and
WHEREAS, after a lengthy prooess of oommunsty planzing and
professional study, the City Manager has identified and presented
to the City Commission on this date. a oonprehensive program of
restoration for said properties; and
CITY COYayissiox
MEETING OF
OCT Z 7 19$4
AewSutien 1`•a
Q—I
I
CD
DGC -, 13-94
-- 1-1 u 1 e+
WHEREAS, it is the intention of the City of Miami to
identify specific funding -in an amount not to exoeed $4,800.000
to be used for the restoration of these properties;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF T98 CITY
OF MIAMI. FLORIDA: 1
Seotion. The reoitals and findings contained in the
Preamble to this Resolution are hereby adopted by referenoe
thereto and incorporated herein as if fully set forth in this
Seotion.
Seotion Q. The City'ManagerIa- recommendation. attaohed
hereto as "Attaohment 1" and made s, part horeof, is hereby
approved and aooepted for a'Comprehensi.ve Restoration program of
the Mnner Key Are&, more gpeoifioally, for the (1) renovation of
the Virrick Gym Site for Cora=ity recreation and possible
,interpretiVG bUtorio programs; *and (2) adaptivb, reuse of the
Dinner Key Boat Yard/Merrill Stevens Property under a Unified -
Development Prooess (61UDP11) for the use(s) stipulated in said
Reoommenda,tion.
Seotion Z. The City Manager is hereby authorized to
commence implementation of said Restoration Program in a000rdanoe
with 41.1 applicable City Charter and Code provisions.
Seotion 4. The following individuals from the C000nut
Grove 00mmunity are hereby appointed to a Citi2ens' Advisory
Committee to participate in the drafting of the Request for
Proposals,for'the UDP:1/
Said appointments shall, be submitted in writing to the City
Clerk.
9 4- 782
0
allz
I
C.0
CTD
k_-
DEC 8-9� T'HlJ 10 _' 8
NOMINAT9D BY;
Mayor Stephen P. Clark
Vioe-Mayor Miller J. Dawkins
Commissioner Viotor E. De Yurre
Commissioner WLfredo Gort !
Commissioner J.L. Plummer, Jr.
Seotion B. xhie Resolution shall beoome effeotive
immediately upon its adoption.
PASSED AND AbOPTED this 27tfl day -of 1994.
Eplaw P . CLARk. MAYOR
ATTE
HAT72 MIRAI
CITY CLERK
PREPARED AND APPROVED BY:
CTU 4. BRU
ASSISTANT CITY ATTORNEY
APPROVED AS TO PORN AND CORR$CTNESS:
-7"
A. Qu NN 4OFBS, ITT
CITY A BY
D;:BSS:M4748
94- 782
0
k_
VIR.RI<CK GYM SITE
The Virrick Gym Site will not be included in the RFP.
Virrick Gym will bo reserved and renovated for.
• S hake -A -Leg j
• City of Miami public sailing programs and other City sponsored recreational
programs
• Community Recreational Centcr
• muld-sport aquatic center, if feasible (wioc swrfing, kayaking, scuba diving, with
lessons and equipment rental)
• eanexes attached to the base building structure will be dexnotished to enhance
open and grin space on the site
any shared use program for the Wilding will address the potential: for use of the
building to incorporate interpretative exhibit space related to the history of
Dinner Key as a marine aviation center (.e. museum, interactive exhibit space
etc.) provided that such use is compatible with the bistory of the building as well
as compatible with the use of the building for the other purposes set forth in this
section
• Any net revenues from activities will be used for operating and capital costs of
Virrick Gym
ATTACiIYLiENT 1
94- 782
8 - 9 4- T 1-4 U 10
Dinner Key R�uest for Fran9c is Qr Adantive i�S��f
The City will solicit a proposal or proposals for the adaptive reuse of either or both -
Hangars C and D and adjacent apron and open space.
• i
Any qualified responsc must include the following provisions:
Hangar C (the large hangar) must he preserved and rehabilitated under any
proposal
acceptable adaptive reuses must include:
a proposal for the financing, construction and management of a full service
boatyard including.
storage
commissioning
brokerage
repair and maintenance
provisions for public boat repair, launching and hauling and
ninintenxtee.
• additional acceptable reuses in addition to afull service boatyard facility may
include:
public market (no sit down restaurant or liquor sales allowed)
marine related retail sales
maritime or marine related office space
historic interpretative facility
CID
94-- 782
DEIC 8- 94 YHIJ 30
any other use permitted by the PR District of the Miami Zoning
Code, specifically excepting:
hotel
restaurazOw
live entertainment
movie tbeatre
proposals may provide that Hangar D (the small hangar) may be:
restored
incorporated into any reuse proposal.
replaced
demolished
provided that, as set forth above', the large hangar is presc rved
• any proposal must address:
PnB
public amenities
public access to Biscayne Bay
public recreational facilities (such as Baywalk, cycling path etc)
City Assistance
The City of Miami may offer the following inducements or fonas of assistance to make
the proposed reuse of the facilities commercially feasible:
up to 52 wet slips to be reconstructed by the City will be incorporated into
the boatyard operation
94-- '782
k-I
TIAU 1 ra cr
up to an additional 80 slips may be constructed by the City, and, if so
constructed, will be included in the boatyard operation
the City will construct a fuel dock, including pipelines, storage facility and
fuel pumps which will b,: included in the operation of the boatyard
the City will reconstruct the seawall
the City will assist in obtaining low interest loans, on behalf of the
selected developer, for boatyard improvements
the City will assist in obtaining available Federal and State historic
rehabilitation credits, grants and other funds, and Such other Federal and
State funds as may be available for the renovation and rehabilitation of
Hangars C and D
the City will commit up to $100,000 to Bayshore Drive and Pan American
Drive beautification
the term of any lease will be negotiated based upon the economics of the
accepted proposal
RFP 'PERMS AND CONDIVONS
Fair market rental rates for uses as boatyard, public market, marine related retail,
marine and maritime related office space, and any combination of those uses will
be established by the City
Any acceptable alternative adaptive reuse will require'an appraisal to establish fair
market rental value afta the proposal is received
In raplcing proposals, total economic return to the City will be an important factor,
but will not be dispositive, A sensitive reuse program that responds to concems of
the Coconut Grove community may be ranked higher than one with a more
positive economic return to the City
Proposals which include an adaptive reuse proposal for both hangars may receive L-D
a scoring bonus of up to 25 points
Proposals which include an adaptive reuse which incorporates a significant 1
historic interpretative and exhibit component may receive a scoring bonus of up to
15 points
94` 782
z
` 1 J T 1 1 U 1 C� I
I
I
• Partnerships among compo►-- ! 4cvelopers will be cucouragcl A list of Parties
"ucsfing bid packages will be furnished to each. participant
i
I
I
i
I '
CrJ
94- '782
4
J-96-133
02/09/96
I1348
ORDINANCE NO.
AN ORDINANCE RELATED TO THE BAYFRONT PARK
MANAGEMENT TRUST ("TRUST"); AMENDING THE CODE
OF THE CITY OF MIAMI, FLORIDA, AS AMENDED, TO
CHANGE THE QUORUM REQUIREMENTS FOR THE TRUST
TO BE A MAJORITY OF THOSE PRESENT AT A
PROPERLY NOTICED MEETING; MORE PARTICULARLY
BY AMENDING SECTIONS 2-431 AND 38-73 OF SAID
CODE; CONTAINING A REPEALER PROVISION AND A
SEVERABILITY CLAUSE; PROVIDING FOR AN
EFFECTIVE DATE.
WHEREAS, Section 2-431 of the Code of the City of Miami,
Florida, as amended, mandates that the quorum requirements for
all City of Miami Board and Committee meetings consist of fifty
percent (50%) plus one (1) of the boards' and committees' total
membership; and
WHEREAS, an amendment to reflect that 'a majority of those
present at a properly noticed meeting' will greatly enhance the
Trust's ability to act;
NOW, THEREFORE, BE IT ORDAINED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
Section 1. The recitals and findings contained in the
Preamble to this Ordinance are hereby adopted by reference
thereto and incorporated herein as if fully set forth in this
Section.
11348
0M
Ao,�
Section 2. Sections 2-431 and 38-73 of the Code of the
City of Miami, Florida, as amended, are hereby amended in the
following particulars:l/
"Chapter 2
Administration
Article XIII. STANDARD FOR CREATION AND
REVIEW OF BOARDS GENERALLY"
* * *
Sec. 2-431. Quorum requirements.
A quorum for all boards' meetings, except for
meetings of the Bayfront Park Management Trust, shall
consist of fifty (50) percent plus one (1) of the
board's total membership. The decision of a majority
of the board members present and voting at a meeting at
which a quorum is present shall be the decision of the
board."
"Chapter 38
PARKS AND OTHER CITY PROPERTY GENERALLY
Article VII. BAYFRONT PARK
MANAGEMENT TRUST
Sec. 38-73. Governing body.
(c) Organization; indemnification.
(1) Quorum and voting. At all meetings of the trust,
the --presence in Win—ef a majority of those
present at a Properly noticed meeting the tat�'
membership ef- the t56us45! shall constitute a quorum
for the transaction of business, and each trustee
shall have one (1) vote on every issue submitted
to a vote of the trust. The act of a majority of
i� Words and/or figures stricken through shall be deleted.
i
Underscored words and/or figures shall be added. The
remaining provisions are now in effect and remain unchanged.
Asterisks indicate omitted and unchanged material.
I1348
;r
the trustees present at a meeting at which a
quorum is present shall be the act of the trust.
The members of the trust shall make and adopt
bylaws and rules and regulations for the trust's
governance and for the operation, management and
maintenance of the park.
Section 3. All ordinances or parts of ordinances insofar
as they are inconsistent or in conflict with the provisions of
this Ordinance are hereby repealed.
Section 4. If any section, part of section, paragraph,
clause, phrase or word of this Ordinance is declared invalid, the
remaining provisions of this Ordinance shall not be affected.
Section 5. This Ordinance shall become effective thirty
(30) days after final reading and adoption thereof.
PASSED ON FIRST READING BY TITLE ONLY this 29th day of
February , 1996.
PASSED AND ADOPTED ON SECOND AND FINAL READING BY TITLE ONLY
this 14th day of March 1996.
i
i
i
ATTEST:
i
i
WALTER J. MAN
CITY CLERK
- 3 -
#EPHEN P. CLARK, MAYOR
11348
LM
PREPARED AND APPROVED BY:
G. MIRIAM MAER
CHIEF ASSISTANT CITY ATTORNEY
APPROVED AS TO FORM AND CORRECTNESS:
QUINN JON S, III
C Y ATTORN
/ 116:BSS:ak
i1348
CITY OF MIAMI, FLORIDA A Aft
INTER -OFFICE MEMORANDUM 4*3
TO Honorable Mayor and Members
of the City Commission
FROM
A,
Cesar
City N
DATE.
SUBJECT
REFERENCES
MAR r 191A FILE
Resolution: Draft RFP for Dinner Key
Boat Yard Redevelopment
ENCLOSURES . Draft RFP, Resolution No. 94-782
RECOMMENDATION
It is respectfully recommended that the City Commission adopt the attached
Resolution approving, in principle, the draft Request for Proposal ("RFP") document
for the redevelopment of the Dinner Key Waterfront (the former Merrill Stevens Boat _
Yard) as a Unified Development Project.
BACKGROUND
The attached documents were prepared by the Development Division of the
Department of Community Planning and Revitalization. Following the directives of
Resolution No. 94-782, staff has worked with a committee of citizens to prepare the
attached draft RFP for the development of the subject site as a marina and full service
boat yard, with potential optional uses, at the discretion of the proposers, as a public
market and/or historic interpretive facility. Ancillary retail and office uses would also
be permitted, provided that they are directly related to the approved primary uses. To
date, comments have been received from interested citizens, the Marine Council,
representatives of the marine and public market industries, and professionals in the
fields of property appraisals, coastal engineering, and historical facilities,
This document is being presented as a draft in order to obtain the Commission's input
prior to finalizing the document for issuance. It is our intention to additionally obtain
the comments of the Waterfront Advisory Board, the Cocoanut Village Council and
other agencies with jurisdiction, then to return to the Commission with the document
in final, form at the next available Commission Meeting.
9r-- 195