Loading...
HomeMy WebLinkAboutR-95-0082i U-95-77 2/9/95 RESOLUTION NO. 9 5— 82 A RESOLUTION, WITH ATTACHMENT(S), AUTHORIZING THE ISSUANCE OF A REQUEST FOR PROPOSALS ("RFP") ON FEBRUARY 28, 1995, IN SUBSTANTIALLY THE ATTACHED FORM, FOR A UNIFIED DEVELOPMENT PROJECT ("UDP") CONSISTING OF THE DEVELOPMENT OF THE MIAMI MARINE STADIUM AND RELATED MARINE AND RECREATIONAL USES ON APPROXIMATELY 18 ACRES OF CITY -OWNED WATERFRONT PROPERTY LOCATED AT 3601 RICKENBACKER CAUSEWAY, MIAMI, FLORIDA. WHEREAS, City of Miami Charter Section 29A(o) allows for "Unified Development Projects" where an interest in real property i � P P Y is owned or is to be acquired by the City and is to be used for development of improvements; and WHEREAS, on July 26, 1994, pursuant to Resolution { No. 94-448, the City Commission determined that the development of the Miami Marine Stadium and related marine and recreational uses on approximately 18 acres of City -owned waterfront property, located at 3601 Rickenbacker Causeway, Miami, Florida, would best be accomplished using the UDP process; and WHEREAS, pursuant to the aforementioned Resolution, it was determined that said UDP for the Miami Marine Stadium and related marine and recreational uses, shall consist of an integrated package from the private sector that includes planning, design, construction, leasing and management of the proposed improvements; and ATTACHMENT (5) CONTAINED CITY COMMISSION MEETING OF FED 0 9 1995 Resolution no, 95-° 82 WHEREAS, Resolution No. 94-448 further authorized the City Manager to prepare a Request for Proposals "("RFP") and scheduled a public hearing for October 13, 1994, at 10:00 A.M. to consider the contents of the RFP; and WHEREAS, at its meeting of December 1, 1994, the City Commission directed the City Manager to schedule the public hearing for said RFP as soon as practicable; and WHEREAS, said scheduled public hearing was delayed; and WHEREAS, City Charter Section 29A(o) authorizes, at the conclusion of the public hearing, if the City Commission is disposed to proceed, the issuance of an RFP, selection of a certified public accounting firm, and appointment of members to a review committee from persons recommended by the City Manager; WHEREAS, the City Commission will appoint members to a review committee and select a certified public accounting firm to evaluate proposals in connection with said UDP at the Commission Meeting of March 9, 1995; 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 City Manager is hereby authorized to issue a RFP on February 28, 1995, in substantially the attached form, for the Unified Development of the Miami Marine Stadium and related marine and recreational uses on approximately 18 acres of -2- 95- 82 City -owned waterfront property located at 3601 Riokenbaoker Causeway, Miami, Florida. Section 3. Said UDP shall consist of the following integrated package: -Planning and Design, Construction, Leasing and Management-. I j Section 4. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 9th day of February , 1998. e�' "0' 6 C4�' S EPHEN P. CL RK, MAYOR AT S 0 MATTY HIRAI CITY CLERK PREPARED AND APPROVED BY: LINDA KEARSON ASSISTANT CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: A. Q N J III CITYr TTOR I I BSS:CSK:M4861 95- 82 -3- 1 /27/95 REQUEST FOR la UNIFIED DEVELOPMENT PROPOSALS FOR MIAMI MARINE STADIUM VIRGINIA KEY MIAMI, FLORIDA TO BE ISSUED: February 28, 1995 Stephen P. Clark, Mayor Miller J. Dawkins, Vice Mayor Victor H. De Yurre, Commissioner Wifredo (Willy) Gort, Commissioner J.L. Plummer, Jr., Commissioner Cesar H. Odio, City Manager A. Quinn Jones III., City Attorney Prepared by: Department of Development & Housing Conservation Development Division 300 Biscayne Boulevard Way Suite 400 Miami, Florida 33131 Tel. (305) 579-3366 Proposals Due: 2:00 p.m. Friday, .tune 9,1995 95— 82 February 28, 1995 Ladies and Gentlemen: Thank you for your interest in the unified development of a marine stadium facility, and ancillary recreation related services on approximately 18.33 acres of City -owned, waterfront property located at 3601 Rickenbacker Causeway, Virginia Key, Miami, Florida. Enclosed is the City of Miami's Request for Proposals (RFP) which contains detailed and specific information regarding the parcel of land contemplated for development, the uses the City is seeking, the submission requirements and selection procedure pertinent to this Unified Development Project. Responses to this RFP are due no later than 2:00 p.m., Friday, June 9, 1995. The City retains the option to 7equire a more extensive and detailed submission prior to final selection of a developer should the selection process warrant a second stage review, as well as the right to reject all proposals at any time prior to entering into a lease agreement as contemplated by the RFP. Please carefully review all of the enclosed documents. Proposals must comply with all requirements of the submission detailed in the RFP to be eligible for consideration. All information and material submitted will be carefully analyzed and independently verified. In accordance with the City Charter and Code sections for Unified Development Projects, any proposal deemed to be non- responsive or not responsible by not substantiating the financial capability of a selected proposer, or not meeting the minimum requirements of this RFP at any time prior to the completion of the Unified Development Project process and the signing of a lease agreement, may be rejected. In making such determination, the City's consideration shall include, but not be limited to the proposer's experience, capability of the development Entity, the dollar amount return offered to the City, the proposer's financial qualifications, the overall 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, the selected proposer shall not have any vested rights, nor title, or interest in the Property or to the development proposed thereon, until such time as the leasehold agreement is executed. 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. 95- 82 February 28, 1995 Page Two No additions or modifications may be made to the proposals and the Entitys 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 proposed Entity subsequent to the submission deadline. Contact with the City, except for public hearings and presentations, 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, Herbert J. Bailey, Assistant City Manager, 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 Herbert J. Bailey, Assistant City Manager, City of Miami, Department of Development & Housing Conservation, 300 Biscayne Boulevard Way, Suite 400, Miami, Florida 33131. 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 will conduct a Proposal Pre -Submission Conference on Tuesday, March 21, 1995, 10:00 a.m., at the Department of Development offices to explain the requirements of this RFP and provide an opportunity for prospective proposers to raise questions and/or issues pertaining to this RFP. While attendance at the Pre -Submission Conference is not a condition for offering proposals, all prospective proposers are invited to attend. Proposals must be delivered to Matty Hirai, City Clerk, (First Floor Counter), City Hall, 3500 Pan American Drive, Miami, Florida 33133 by 2:00 p.m. Friday, June 9, 1995. A list of proposers will be made public on that day. Sincerely, Cesar H. Odio City Manager 95- 82 TABLE OF CONTENTS I. PUBLIC NOTICE...................................:...........................................I II. OVERVIEW A. Introduction................................................................................2 B. Location......................................................................................3 Figure 1. Regional Location Map..............................................after page 3 Figure 2. Area Location Map.....................................................after page 3 C. Site Description..........................................................................4 Figure 3. Site Location Map......................................................after page 4 Figures 4 -1,2,3 Aerial Views..................................................after page 4 Figure 5. Utilities.......................................................................after page 5 D. Appraised Value.........................................................................6 E. Lease Term.......................................................................6.........6 F. Financial Return to the City........................................................6 G. Zoning........................................................................................7 Figure 6. Zoning.....::..:..............................................................after page 7 Figure 7. Property Annexation .................................................after page 7 H. Unified Development Proposal Selection Process.....................8 I. Unified Development Schedule...................................................9 III. REQUEST FOR PROPOSALS GENERAL REQUIREMENTS A. Declaration as a Unified Development Project ..........................10 B. Commitment of Funds................................................................10 C. Commitment of Property ............................................................ I I D. Commitment of Services.......................:....................................I I E. Execution of Contracts...............................................................12 IV. PROPOSAL DEVELOPMENT REQUIREMENTS A. Development Objective..............................................................12 B. Use.............................................................................................13 C. Proposed Site Improvements......................................................13 D. Permitting and Licensing............................................................15 E. Estimated Construction Cost.......................................................17 F. Financing Strategy.......................................................................17 G. Development Schedule................................................................17 H. Composition of the Development Entity.....................................17 I. Development Proposal Contents..................................................19 J. Method of Operation....................................................................21 K. Minority Participation.................................................................21 95- 82 V. PROPOSAL SUBMISSION REQUIREMENTS A. Submission Procedures..............................................................22 TABLE OF CONTENTS (Continued) VI. EVALUATION CRITERIA A. Initial Review...........................................................................23 B. Review Committee Evaluation.................................................24 C. CPA Firm Evaluation...............................................................27 VII. TERMS AND CONDITION TO BE IN LEASE AGREEMENT ... 28 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) APPENDIX C. Virginia Key Master Plan (selected excerpts) EXHIBIT I. Sketch of Survey (includes Legal Description) EXHIBIT II. Declaration, Professional Information, and Financial Disclosure Forms EXHIBIT III. Minority Participation Forms EXHIBIT IV. Biological Assessment, Dade County D.E.R.M. , EXHIBIT V. Miami Arena Lease Agreement - Non -Compete Clause 95- 82 I. PUBLIC NOTICE The City of Miami is seeking Unified Development Project Proposals for the improvement or development of a marine stadium/amphitheater facility, and ancillary retail and recreational services on approximately 18.33 acres of City -owned, waterfront property located on Virginia Key, Miami, Florida. The City through this offering is procuring from the private sector an integrated package of services consisting of planning and design, construction, leasing 'and management of the proposed commercial development. The property being offered for development includes 17.33 acres of upland contiguous to the Marine Stadium basin and 1 acre of submerged land in Marine Stadium basin. All proposals shall be submitted in accordance with the Request for Proposals document (RFP) which may be obtained from the City of Miami Department of Development and Housing Conservation, 300 Biscayne Boulevard Way, Suite 400, Miami, Florida 33131, (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 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, the selected proposer shall not have any vested rights, nor title or interest in the Property or to the development proposed thereon, until such time as the leasehold agreement is executed. Cesar H. Odio City Manager 95- 82 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 Marine Stadium/Amphitheater. Proposals may include ancillary retail and recreation related services. The property located at Virginia Key Beach, Miami (the "Property"), is comprised of a total area of 18.33 acres (17.33 upland acres and 1 submerged acre). On July 26, 1994 the City Commission adopted Resolution No. 94-571 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 lincluding planning and design, construction, leasing and management of the Property. On February 9, 1995 the City Commission adopted Resolution No. 95-XXX authorizing the issuance of this Request for Proposals (the "RFP") on February 28, 1995 appointing a seven (7) member Review Committee and selecting 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 UDPs. Pertinent legislation referenced herein is included in Appendix A. 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 Virginia Key waterfront. The Property, 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. The City will conduct a Proposal Pre -Submission Conference on Tuesday, March 21, 1995, 10:00 a.m. at the Department of Development offices for the purpose of providing an opportunity for prospective proposers to personally raise questions or issues to City staff pertaining to this RFP. While attendance at the Pre -Submission Conference is not a condition for offering proposals, all prospective proposers are invited and encouraged to attend. Proposals must be delivered to the Office of the City Clerk, (First Floor Counter) City Hall, 3506 Pan American Drive, Miami, Florida 33133 by 2:00 p.m., Friday, June 9, 1995. A list of proposers will be made public 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 2 95- 82 Unified Development Projects. Any proposal deemed to be non- responsive or not responsible by not substantiating the financial capability of a prospective proposer, or 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, the City consideration shall include, but not be limited to, the proposer's experience, capability of the development Entity, the dollar amount return offered to the City, the proposer's financial qualifications, the overall 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, the selected proposer shall not have any vested rights, nor title or interest in the Property or to the development proposed thereon. The' information contained in this R.F.P. is published solely for the purpose of inviting prospective proposers to consider the development described herein. Prospective proposers should make their own investigations, projections, and conclusions without reliance upon the ,material contained herein. Any lease executed pursuant to this R.F.P. will contain a provision which will'at a minimum provide: Right To Mect 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 Gi's commitment of funds;, property, or services, or any material alteration of any contract awarded unde Lbsection (c) Unified Development Projects, of Charter Section 29-A. B. Location The Property to be developed is located on Virginia Key, a 1000 acre island, one and one half miles east of the City's mainland, as shown in Fig= 1. "Regional Location Mat" and Figure 2• "Area Location Map". Virginia Key is entirely publicly owned and consists of diverse natural and man-made environments ranging from open meadows and mangrove forests to regional tourist marine attractions, a public high school, rowing clubs and public beaches., The island is directly accessed from Interstate 95 and U.S. Highway 1 on the mainland four miles to the west by Rickenbacker Causeway, a four lane, median divided toll roadway. Along Rickenbacker Causeway one mile to the southeast of the Property is Key Biscayne, an island known for its large regional public recreational beaches, parks and the community of Key Biscayne. 3 95-- 82 C. Site Description As shown in Figure 3. "Site Location," the. Property is bordered on the south by Rickenbacker Causeway, on the west by the Virginia Key Boatyard, on the east by the Miami Rowing Club and on the north by the Marine Stadium Basin. The total acreage of the Property is 18.33 acres, the legal description of which is shown on the Sketch of Survey included as Appendix, Exhibit 1. A 6600 seat stadium constructed in 1963 of - cast -in -place; reinforced concrete including bathrooms, concessions, dressing rooms and press box facilities, A barge, approximately 140 ft x 8O ft in size, that serves as a movable stage. _with a canopy for conducting concerts or special events requiring covered stage facilities immediately in front of the stadium grandstands. A surface parking lot of approximately 900 perking spaces with additional unimproved land area sufficient to accomodate 1500+ spaces as orginally designed in 1963. 1600+ lineal feet of shoreline access to the 200 acre (wbmerged) Marine Stadium basin. Facility History Miami Marine Stadium was built in 1963 on lands deeded to the City of Miami by Dade County expressly for the development of the 200 acre partially enclosed basin and 6600 seat grandstand. The basin was excavated from the bay bottom to an average depth of 8 feet and the spoil material placed along the north edge of the basin to create the protected waters needed for boating activities. The facility was projected to become a major center for hydroplane racing and water sports and was christened the "Commodore Ralph Monroe Marine Stadium" in honor of a prominent early pioneer settler who designed and built shallow draft vessels suitable for sailing in Biscayne Bay. The facility subsequently became adapted to extensive use as an "amphitheater" for concerts and special events that could enjoy the unique dimension of spectator viewing from boats moored around the floating stage in addition to the seated audience in the grandstands. In recent years, the use of the facility for power boat racing has declined with concerts becoming the principal use. Major rowing regattas have, on occasion, been staged in the basin with a more regular use of the basin waters for recreational ' rowing, local rowing competitions and general ad hoc recreational sailing, water skiing and jet ski activities. Figures 4-1.4-2 & 4-3 are aerial photos of Marine Stadium taken on November 10, 1994. 4 95- 82 Figure 2 ARV ALOCATION • r j q it :��,• i ` ' � ) `�;; #'�'j N II`giI k t -ey Boaty, rd Bay , t mot. AAR site • �" • L,1, /.` . � � .n� 1. �s y 18.33 acr 'jj.? i R y K , { 4 t' i �.'+' f: Aliaml RaaAtzo eluu M.A.S.T. njoll School The grandstand facility has been closed to public use since Hurricane Andrew struck in August of 1992. The roof structure and pilings supporting the grandstand are sufficiently damaged and deteriorated as tiz render the %ility, in its present condition, unsafe for public occupancy. A condition appraisal and structural review of the roof structure was conducted in May of 1993 and is available upon request. Two weeks prior to Hurricane Andrew, the City had received bids from contractors for structural repairs to Marine Stadium. Zhe original ' bid specifications and summary of bid prices received are available upon requeg e. No action has since been taken regarding any repair of the facility pending the outcome of this RFP. A complete set of original construction plans for the Stadium structure andite parking layout can be obtained from the City of Miami Public Works Dartment at 275 NW 2nd Street, Miami, Florida. Phone 579-6885 (Survey Section). Environmental Conditions: The natural environment of Virginia Key includes diverse ecosystems that support large numbers and types of wildlife. A Critical Wildlife Area. established by the State of Florida on the west side of the island, immediately north of the stadium basin in Biscayne Bay, supports migratory birds and waterfowl that are comparable in diversity to those found in Everglades National Park and is a designated manatee preserve. The upland site comprising the S dium site and parking areas is, however, man-made land from fill material orginally placed as part of the construction of Rickenbacker Causeway in 1949. No environmentally sensitive conditions exist within the 18 acre upland site. On May 23, 1994 the Dade County Department of Environmental Resource Management conducted a biological assessment of the Marine Stadium Basin submerged lands in the vicinity of the grandstand structure and -is included an Appendix IV, Biological Assessment. No significant baybottom benthic communities were identified except for small areas near the northerly and southerly corners of the grandstand structure. The site and stadium structure is currently served by water, sanitary sewer, electric, and telephone utilities. The accompanying map, Figure 5, IRilities provides a general schematic layout of utility lines serving the site. Underground sheets are available from the City Public Works Department providing detailed plans of all underground utility installations. The stadium is bordered to the west by a complex of marina and dry -rack storage boatyards and the Rusty Pelican restaurant. 95- 82 C,O 00 MIAMI MARINE 9TADIUM '' View West towards Downtown Miami .,, �.�wj M�.4 �/ y�n -.� '_'W4.wn.J.'�`.�-c�.�'�bT �4' •}- ^+•.N.:w �o,�,.., � �-4 .�.,,_,�.�, i J '• + � �... .,,;, :� ti:� ifs-.. .v :w rs>"y�.►o.�,z:�"_ • �.. .,� :. -. �� -r� -:�� -�- -._. . �y , �� ; I� -�r�{� � -.. t �_ I � ��r"'-• r.r1.,.;� ��h.. M.-�,�,snd�L. 3tr:�'^•�- � `r T •t } -�' �, �� � �4V'lw..�►-'-i'f' � .+_... \ � ^ems �'•.i.w�` :we ,.., -..� � �>a�.`..'.�J-„tea..-;'�"'°�,.� !�l.M- .._ - ,•�„ "'� � •, . _ �~ .. _ ..: ., ., !. . - � � :` � !yam..:.: � • • Y �'�� w � �r��1� � •_ f �(�����I i ^="°�- f: :pt+ �••c�.a Ali :..-e+�►� t+rrw� , n,rr+INN ask- vow, .. �*i -1��.at�.t "i ��^ .-�•�. East of the Property is the Miami Rowing Club and the recently developed Dade County Marine Science and Technology (MAST) High School. The Seaquarium, a 30 acre marine entertainment park, lies one half mile to the southeast on the south side of Rickenbacker Causeway. The Property and facilities will be open for inspection to prospective proposers by appointment only. Contact Eduardo Rodriguez, Director of Asset and Grants Management, at telephone (305) 372-4640 for an appointment. F)W-A 1117 1 Mr."; City Charter Section 29-B prohibits the City Commission from favorably considering any sale or lease of property owned by the City unless there is a return to the City of fair market value under such proposed sale or lease. • • !/ !!! '! !/! ,.' ! ! ;' •: 111 !/! ! I////'/!'! !//.! // / //.// The appraisals are available for public inspection by appointment only. Contact Eduardo Rodriguez, Director of Asset Management for an appointment at 372-4640. 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 twenty (20) years with two five (5) year renewal options at the CITY's option and subject to renegotiated terms. Proposals for shorter lease terms are preferable. us W-U-TV-11r,11 Minimum annual lease payments shall be the greater of $320, 000 (which may be adjusted annually subject to Consumer Price Index increases over the lease term) OR the combined minimum percentages of gross revenues as follows: 10% of gross stadium revenues including commercial sublease revenues, and 7% ofgross prepared food and beverage revenues. 6 9�_ 82 i. o �cl r Sa,utaiy Sewer 5 I,x I Ian' Elec 6.1ble Tel C'.iblu • 'j` r t } t ; ► Tel. Cable Ca /,1;lec; 4z-,Cable_- k l s 6 - 15R-V'1;l.ec Cables t•• ti ; . ��. TeL Cable 81, S:uutaiy Selver "T 1" 4 ��t•. ' r - : 1 •� ' Proposers are advised that the aforementioned base rent ount and percentage of gross are the minimum required for proposal submissions and will l subject to negotiated increases in the final lease terms, depending on the extent and quality of improvements proposed. G. Taxes Excerpt from City Charter Section 29-A, subparagraph (E) 2: "All persons contracting with the City under this section shall be obligated to pay whichever is the greater of the following: (1) 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." ,. H. Zonong Pursuant to City of Miami Zoning Code, the PrAperty is zoned C-1, Restricted Commercial, for a: ,. depth of 60' from the shoreline for the full width of the Property, as shown on Eigure 6, Zoning, with the balance of the Property to be zoned G/I, Government and Institutional. Only the C-1 zoning district -is currently in place and subquent to the November 11, 1994 annexation of the Property by the City, as shown on Figure 7, Propea Annexation, amendments to the City Master Plan and Zoning Atlas are currently in process to establish the G/I district for the annexed area. Within the area zoned C-1, it is the City's intent to permit recreational rental concessions, retail services related to marine recreation and water sports, food services and marine recreational facilities. Xi The G/1 District applys to the parking area and the site of the stadium structure and permits governmental facilities and spectator structures such as MarinAe Stadium. 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 C-1 and G/I zoning districts, refer to the City of Miami Planning, Building and Zoning Department at 275 N.W. 2nd Street or phone 579-6086. 95- 82 '.. - .'��?j'� I�.• _ Kai_ _ _ " t �``'— C-T Restridecl Commercial. y'::' yr' •. i ,� '.: �- f G!I Gove'rimiOnt Institutional (pioposed)' Y I } Zonina District Botindar r 1, ;• s ;1 ' 't C-X Restricted Coinmercial GlI Government Institutional (proposed) "fry• -� "<i .��- ,it� � ; • i '��i.l u.tn.i. ' t s - AREA OF MITI' 4 Y ANNENA'TION - r f` Cw 4 � r '.,;1 � Novetuuer 11, 1994 Prior CityLimit Line ;,: ,�• Present City. Lb W Line JI t �E t. I. jjnified 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 and provides as follows: 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 in accordance with the guidelines set forth herein in Section VI.A. 3. Evaluation of responsive proposals by a Certified Public Accounting firm in accordance with criteria specified herein 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. 8. City Commission authorization to negotiate lease agreement with the selected proposer whose proposal is determined most advantageous to the City by the City Commission. 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 right, title or interest in the Property until such time as a lease agreement is executed.) 11. Execution of lease agreement between the City and the selected proposer. 95- 82 J. Unified Development Schedule (Anticipated) Issuance of the RFP: Proposal Pre -Submission Conference: Location: Dept. of Development 300 Biscayne Blvd. Way Suite 400 Miami, Florida Proposal Submission Deadline: Location: Office of the City Clerk (First Floor Counter) Miami City Hall 3500 Pan American Drive Dinner Key Miami, Florida Initial Review of Proposals: Review Committee Meeting for Instructions: Review Committee Meeting(s): CPA Firm Presentation of its Findings to the Committee & Interviews with Qualified Proposers Recommendation from the Review Committee and CPA Firm to the City Manager Recommendation from the City Manager to the City Commission for Selectionof One or More Proposals -(and Authorization to proceed with Lease Negotiations)or Rejection of all Proposals Begin Lease Negotiations with Selected Proposer Authorization to Execute Negotiated Lease from City Conunission 9 Tuesday, February 28, 1994 Tuesday March 21, 1995 10:00 a.m. Friday, June 9, 1995 2:00 p.m. o June, 1995 June, 1995 July, 1995 August, 1995 September, 1995 October, 1995 November, 1995 95--. 82 III. REQUEST FOR PROPOSALS GENERAL REQUIREMENTS In accordance with City Charter Section 29-A(c) and City Code Section 18-52.9, incorporated herein by reference and included in Appendix A, the legal requirements for UDPs include: 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 July 26, 1994, the City. Commission adopted Resolution No. 94-571 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. 1. city The City shall not provide funds or financing for the development contemplated by this RFP. 2. Selected proposer The selected proposer is required to provide adequate equity and debt capital 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 II. F. Financial Return to the City. Upon 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 related to this UDP as well as any costs incurred by the City in relation to the permitting process. (Refer to Section IV.D.). The City shall deposit in local banking institutions all monies collected as a result of this UDP/RFP. Upon execution of the lease agreement, the selected proposer shall be required to furnish the City with a Performance and Payment Bond in the amount equal to the total estimated cost of the PROJECT improvements, but not less than $1,000,000 as stated in section IV.E. of this RFP. In addition, upon 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 negotiated minimum rent. 10 95- 82 Submission of the proposal shall include either a Letter of Credit or a Bid Bond in a minimum amount of $1,000,000 for development of the Stadium and ancillary support facilities plus an amount necessary to guarantee all other aspects of the proposer's commitment including its financial performance and the performance of all work required to complete the proposed development. The Letter of Credit shall be subject to the review of the City's Finance Director and the Director of the Office of Asset Management and Capital Improvements. The Property and its improvements are offered "as is" by the City for development and long term. management. 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 appraisal reports, and environmental assessments that the City may have in its possession are available as public records and may be obtained from the Department of Development at 300 Biscayne Boulevard, Suite 400, Dupont Plaza Center, Miami, Florida. The City will 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 entered into between the selected proposer and the City shall be a maximum of twenty (20) years with two (2) five (5) year renewals at the CITY's option and subject to renegotiated terms. 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. 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. The City possesses a substantial amount of clean fill material suitable for elevating proposed site improvements that is available on Virginia Key within two miles of the Property. Subject to the . design and development requirements of the selected proposal and negotiation of the terms and conditions of the lease, the City will make available, subject to the negotiated lease terms, such fill as may be reasonably needed to accomplish the Project improvements. 95- 82 E. Fxec ution of Contracts 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 rights, nor title or interest in the Property or to development propsed thereon, until such time as the leasehold agreement is executed. IV. PROPOSAL DEVELOPMENT REQUIREMENTS Respondents to this RFP are advised that the following factors m= be addressed in the proposals and will be critically evaluated. Additionally, proposals shall include a market analysis of all development components to assess the economic feasibility of the proposed development. A. Development Objective The. City is. seeking proposals for the design, construction and management of a spectator stadium for the staging of marine oriented events and concerts, principally within the adjacent 200 acre Marine Stadium basin. The City will accept proposals for the renovation of the existing 6600, seat stadium or its demolition and replacement with a comparable facility. The primary objective is to establish a modern spectator facility that will support an active program of events and activities that fully utilize the recreational potential of the 200 acre semi -enclosed body of water referred to as the stadium basin. The City posesses, in the stadium basin, a unique water environment especially suited to the conduct of water sports, marine recreation activities, boating, water shows and concerts and special stage events that can be viewed as well from private water craft anchored near the stadium facility. Due to contemporary environmental laws regulating the dredging and excavation of Biscayne Bay submerged lands, the basin can never be duplicated and exists as a one -of -a -kind opportunity for providing a variety of marine sports, recreational activities and programs. Marine Stadium is the essential and primary facility required to achieve that objective. There are, however, additional site opportunities for the development of facilities that can contribute to the active use of the basin including shoreline berm seating, rental concessions, water sports training facilities, restaurant and food services ancillary to the Stadium and bike/jogging/hiking paths around the basin with shoreline picnic and rest shelters or cabanas around the basin. 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. 12 95— 82 B. 11m The principal use of the Property shall be a Marine Stadium. Ancillary uses include food concessions/restaurant, retail services and rentals consistent with the principal recreational objectives for the site. All uses provided for shall be non-exclusive uses. (a) Principal Use (1) Marine Stadium - A spectator facility of up to 7000 seats including stage facilities for performances, dressing rooms and concession facilities. (b) Ancillary Uses (1) Recreational Concessions / Services - Retail concessions and services to support public recreational use of the Stadium and basin including: a. Recreational equipment rentals and sales including sailboards, sailboats, jet ski, canoes and paddle boats (rentals or sales of power boats is prohibited due to manatee protection regulations and the adjacent manatee preserve). b. Recreational services including water skiing, para-sailing, scuba diving, and instructional classes. c. Docking facilities for charter boats, tour boats, and water taxis. (2) Restaurant and Food Service Concessions - Restaurants, outdoor cafes and food concessions along the waterfront either integrated into the stadium design or associated with marine recreational retail services. (3) Marine Water Sports Facilities - Training and sports club facilites for water sports activities including sailing, rowing, canoeing and kayaking. C. Proposed Site Improvements The proposal must 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, must comply with all applicable local, state and federal codes and ordinances. The design of new structures must be aesthetically harmonious with the subtropical climate of South Florida and natural environment of Virginia Key and will be critically evaluated in the selection process. If it is proposed that the existing marine stadium be renovated, such 13 95- 82 improvements shall respect and maintain the original cast concrete forms and architectural style of the structure to the greatest degree possible. A schematic landscape plan shall be submitted identifying areas of proposed new. plantings - accompanied by a typical landscape materials list. (a), Design Standards and Guidelines for Site and Facility Improvements - 1) Renovation of the existing marine stadium may include a permanent fixed stage on pilings attached to the front of the existing structure in lieu of the existing floating barge adapted as a stage and will require a Dade County Class I permit (see Appendix, Exhibit IV, DERM Biological Assessment, CC-94-136). A fixed stage shall, if covered, provide for removal of the stage cover or canopy on an event by event basis to maintain stadium spectator sight lines for viewing of non -stage events in the basin, such as power boat races. 2) Proposals to construct a new stadium may include, at the option of the proposer, a projecting stage over water as a design response to spectator viewing of concert events from boats anchored in the basin. However, the proposer is cautioned that any portion of a new stadium structure projecting past the existing shoreline will require a Class I permit from Dade County and a variance from the County Environmental Protection Ordinance, Section 24-58. The City has no knowledge of and makes no representations as to the potential of obtaining such a variance. 3) Construction of a new marine stadium may incorporate a fixed canopy over a permanent stage even though the canopy may otherwise block the view of events in the stadium basin, provided not less than 800 lineal feet of shoreline bermed (grassed embankment) seating space is provided and provisions for temporary bleacher event seating along the shoreline of not less than 1000 seats is provided. 4) If a new stadium structure is proposed to replace the existing marine stadium, it is recommended that a table service restaurant facility(ies), if proposed for the site, be incorporated into the configuration of the stadium seating so as to offer restaurant patrons the opportunity of viewing stage events within the new stadium. 5) All restaurant facilities, if proposed for the site, shall be located on the waterfront and shall provide for public boating access to the facility. 6) A continuous public walkway/recreational path shall be provided along the shoreline between Marine Stadium and the Rowing Club property to the east and between the stadium and the boatyard to the west and shall include adjacent lawn areas and shade tree landscaping. It is. particularly desirable that the lawn areas be bermed to provide casual spectator seating for various events in the stadium basin. 14 M'J� 7) Although not a part of the leasehold site, the City encourages proposers to consider providing surface improvements to the service road encircling the entire basin shoreline to accomodate bicycling, skating and jogging with the potential addition of a several rest shelters at intervals between the path and the shoreline. Should such a public path be provided, the opportunity exists as well to provide interpretive trail markers that describe the island's unique environment and the adjacent critical wildlife area. 8) Site landscaping generally shall meet "Xeriscape" design standards incorporating native plant species with drought / salt tolerant characteristics. 9) All improvements shall provide for and encourage public access to and use of the waterfront and shall comply with City and County Charter provisions governing waterfront setbacks and view corridor requirements. (b) Parking Code Requirements - The proposed development plan must identify and comply with all parking requirements of the City of Miami zoning code. Stadium facilities are required to provide one (1) on -site parking space for every five (5) fixed seats. Shared Parking - The City of Miami administration is on record as supporting, in principal, the potential for shared parking with the adjacent Miami Seaquarium facility. In as much as many past Marine Stadium events have occured in the evening (concerts) when the Seaquarium is closed and the Marine Stadium has not been utilized during daytime hours when the Seaquarium has peak usage, the potential for accomodating overflow parking on a reciprocal basis exists. Proposers are encouraged to consider the possibility of such shared parking with the Seaquarium as may be practical to accomodate in the proposed operation of the stadium facility. The selected proposer shall be at his or her sole cost and expense responsible for acquiring all required permits, licenses and approvals from, including but not limited to, the City, Metropolitan Dade County, the State of Florida and public utilities. All site improvements must comply with all applicable code requirements. Proposers will be responsible for acquiring all required permits and approvals. The City will assist through expedited review procedures, if applicable. (a) City Annexation of Property - On November 1, 1994, the Dade County Commission adopted Ordinance 208-94 annexing certain lands on Virginia Key to the City of Miami by changing the municipal boundaries of the City to include the entire stadium and parking lot areas of the site, heretofore outside the City's municipal limits (see following Exhibit 8 - Property Annexation). The P=er-& as offered in this RFP is now entirely within the City cor orate limits and subject to building and zoning nerm&iag 4Y the Ci , of Miami. The City is 15 95- 82 amending the Citywide Miami Comprehensive Master Land Use Plan and accompanying Zoning Map to reflect the historical and proposed stadium and recreational use of the annexed site as a public facility and G11, Government and Institutional zoning as listed under Ordinance No. 11106 adopted November 23, 1993. (b) 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 F.S. Section 380.06. If a governmental agency determines that the proposed development is subject to Development of Regional Impact review and procedures (or a successor law or similar law), the selected proposer shall be solely responsible for applying for all authorizations and applications required by law, at the proposer's sole cost and expense. According to DRI regulations, DRI threshold requirements for a stadium is 10,000 seats. The existing marine stadium, having been constructed in 1963 and prior to the 1973 passage of the DRI statutes, qualifies for consideration as a vested project. not subject to DRI regulations. DRI statutes also provide for continuation of vested status for a new structure replacing the original facility if the same "footprint" of the prior facility is utilized for the new structure. The City is currently seeking a determination of the existing stadium's DRI status through a Clearance Letter filed with the Florida Department of Community Affairs. For more information on DRI regulations please contact the South Florida Regional Planning Council at 1-800-9854416. (c) Fact Fees - The City of Miami will exempt the successful proposer from imposition of its development impact fees for. the project. It is the responsibility of the proposer to determine, based upon the proposed development scheme and all uses for the Property, the full extent of all impact fees to be assessed by other governmental jurisdictions. The City will assist the selected proposer in securing the most equitable assessment of such impact fees as may be required for the final approved project, taking into full account any and all credits available for historical use of the site. (d) Deed Restrictions - The 1963 Deed to the City of Miami from Dade County for the Marine Stadium site specifies as a deed restriction that the principal use of the site shall be for a "Marine Stadium" and ancillary activities. (e) Miami Arena Non -comp Clause - The City of Miami land lease agreement with Decoma Miami Associates, LTD. as operator of the Miami Arena provides for a "non -competition" clause (see Appendix, Exhibit V, Arena Lease) that prevents the City from "sponsoring" in any manner a facility that presents similar events to audiences of a comparable size, "other than Marine Stadium, as itPresenty exists." 16 95- 82 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 one million dollars ($1,000,000). F. 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 the 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. G. DevelopMent Schedule The City will require 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 delineates the development of each significant improvement. A termination clause will be included within the lease agreement to insure reasonable compliance with the proposed development schedule. The timetable for completion of the proposed construction will be considered as well as the proposer's plans and commitment to minimizing the impact of construction on use of the site. All proposed development must be completed within the time period specified in the schedule in the proposal. Any and all proposed physical improvements to the Property must be completed within 24 months from the date of transfer of the leasehold Property to the selected proposer. 11 111 .I' I 11 7 1 �. 1 �I. I I � 1 1 1 . J_ �� 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 its consultant(s), if any, to plan, design, construct, lease and manage a stadium facility with any related services and amenities proposed in accordance with the development program outlined herein in this Section. 17 95- 82 The Development Entity is hereby defined as being comprised of the proposing entity (the legal entity: corporation, joint venture, partnership, one or more individuals) with whom the City will contract with 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 stadium and ancillary 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 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 proposing 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 following disciplines. Copies of currently active licenses (for both individuals and businesses, as applicable) shall be included in the proposal: Architectural: shall be 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 spectator facilities; Engineering: shall be 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 spectator. facilities; Landscape Architectural: shall be registered to practice landscape architecture in the State of Florida as required by Chapter 481, Part II, L andscane Architecture, of the Florida Statutes; General Contracting or Construction Management: shall be licensed as a general contractor in the State of Florida and shall have substantiated experience in the management of large scale construction projects; Operations and Management: shall have experience in the operations ,and management of recreational, sporting, concert or specialty entertainment facilities; 18 95- 82 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. Respondents must notify the City in writing immediately of any firm or individual presented in its original submission who is unavailable to continue as member of the proposing entity. Any such change may result in the removal of the proposal from consideration. All principals of the Development Entity investors 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. 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.). Exhibit II includes forms soliciting detail information which must be completed and submitted with the proposal. I. 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 Overall site development Number of new buildings, if any, and use; square footage, height Retail entity square footage and type, if any Food and Beverage entity square footage, if any Architectural features Methods of construction On site parking requirements 2. Illustrative Drawings: (Prepared by a registered architect licensed to practice in Florida and board -mounted not to exceed 30" x 40") 19 95- 82 Site Plan Schematic site plan showing use areas by type, vehicular access and circulation roads, pedestrian pathways, and schematic planting plan Elevations, sections and floor plans of 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. Management and Operations Plan Proposed Staffing Marketing Strategy for Event Development Promotional Plan for Event Booking 4. Market Analysis 5. Schedule of Amenities 6. Completed Declaration, Financial Disclosure and Professional Information forms as detailed and included herein as Exhibit II. 7. An annual minimum guaranteed rental payment to the City and percentages of gross revenues collected. 8. A dollar amount to be spent on permanent physical improvements to the Property. 9. A schedule including all phases of the development including planning and design, construction, and operations. 10. A Bid Bond, Performance Bond or Letter of Credit from financial institutions documenting the proposer's ability to finance all aspects of the proposed development. 11. Audited Financial Statements 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. 12. All required bonds or letters of credit. 13. Documentation of the proposer's and Development Entity's past experience in related development and management. 20 95- 82 14. Resumes of key individuals to be involve in the proposed development. 15. Individual Engineers, Architects and Landscape Architects must submit a current Certificate of Registration or License and corporations or partnerships must submit a current Certificate of Authorization. 16. The organizational structure presented in graphic form depicting the proposing entity and its professional consultants, including the names, affiliation and addresses of principals forming the Development Entity. This includes any and all general partners, stockholders owning 5% or more of the stock, corporate officers, and executives and top management of the Development Entity. 17. 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. . 18. City occupational license(s) demonstrating the participation of local firm(s) in the Development Entity or Consultants. J.. Method of Operation The proposal must include a narrative describing the operation of the entire proposed development. The description shall include an organizational chart, job descriptions of key positions, brief outline of operating procedures, how and where the development will be promoted, 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. 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. Minorities are expected to be an integral part of the Development Entity, participate substantially in construction contracts and jobs, and comprise a significant part of the permanent management Entity, as well as all businesses and work force created by the development. For the purpose of proposal evaluation, significant minority participation in the Development Entity. shall be defined as 30% of the proposing entity with each minority group ( black, hispanic, and female) 21 95 82 comprising not less than 5% each. As evidence of minority compliance, proposers are expected to complete the applicable forms included in Exhibit III. V. PROPOSAL SUBMISSION REQUIREMENTS Submissions received in response to the RFP shall meet all requirements specified herein in *this Section. Submissions deficient in providing the required information shall be determined non- responsive by the City and ineligible from any further consideration. 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 V 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 Miami Marine Stadium, 3601 Rickenbacker Causeway, Miami, Florida" and addressed to: Herbert J. Bailey Assistant City Manager City of Miami 3. Proposals must be received at: Office of the City Clerk City of Miami, City Hall (First Floor Counter) 3500 Pan American Drive, Dinner Key Miami,Florida 33133 4. The submission package shall be submitted by: 2:00 P.M. Friday, June 9,1995 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. 22 95- 82 The time deadline and proposal receipt location will be strictly adhered to by the City. NR proposals shall be received after 2:00 p.m.,. June 9.1995 or at any other City office locations other than the City Clerk's Office (First Floor Counter). Funds accompanying the proposal submission will be used by the City to cover actual expenses for advertising, printing, and mailing incurred by the City in preparing and issuing the RFP. Expenses incurred in evaluating proposal submissions, in excess of the total amount collected shall be reimbursed to the City by the selected proposer upon execution of a lease agreement. VI. EVALUATION CRITERIA Review procedures and the selection process are set by City Charter and Code of which applicable excerpts are included in Appendix A. of this document. At a public hearing held February 9, 1995 the City Commission authorized the City Manager to issue the RFP, appointed a review committee from recommendations submitted by the City Manager and further selected - a certified public accounting (CPA) firm, both to evaluate submitted proposals. The review committee established by the City Commission at the public hearing, will render a written report of its evaluation of responsive and responsible proposals to the City Manager. The review committee shall evaluate each proposal based on the criteria established herein. The committee has the authority to recommend one or more, or none of the proposals if it deems them not to be in the best interest of the City. However, the committee shall have to explain its reasons for a decision to recommend none of the proposals. 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. 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 V. have been included in the proposal submission.; 23 95- 82 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. The following specific evaluation criteria and its respective assigned values shall be used by the review committee for purposes of rating and ranking the proposal submissions: Va ue (Points) Experience of the proposing entity.................................15 Capability of the Development Entity & Consultants ..... 15 Financial capability of the proposing entity....................15 Financial return to the City..............................................10 Overall design of the proposed development..................20 Management and Operational Plan .................................15 Extent of minority participation ......................... Total Maximum Points.................................................106 Proposers are encouraged to have their proposals conform to the following factors which will be utilized by the review committee in evaluating the proposals: 1. Experience of the Proposing Entity (15 points) Qualifications and experience of the proposing entity in planning and design, constrution, leasing and management. Specific experience of the proposing entity in development, design, leasing and management of spectator facilities and ancillary types of uses proposed. A minimum of three (3) years spectator facility management experience is required. 24 95_ . 82 2. Capability of the Development Entity (15 points) Composition of the Development Entity; professional qualifications and capability of Entity members, project managers, consultants and subconsultants. Architectural/engineering capability and range of experience on similar developments comparable in scope, complexity, magnitude. Adequacy of personnel to successfully undertake and complete the development proposed: General contracting or construction management capability and range of experience on similar developments comparable in scope, complexity, magnitude; Good past performance in the administration of other developments and cooperation with former clients. Demonstrated ability to meet time schedules and budget. Qualifications, organization and experience of operational, leasing management Entity. Qualifications and specified experience of project managers, Entity members and professional consultants in development and management of spectator facilities. Specific experience of the Development Entity in relationship to development and management of the types of ancillary uses proposed. 3. Financial Capability (15 points) Demonstrated financial capability of the proposing entity sufficient to successfully undertake and complete this development. Proposing 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. 25 95- 82 4. Financial Return to the City (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. 5. Overall Design of the Proposed Development (20 points) Fulfillment of the City's established development objective. Appropriateness and quality of the design as related to the character of the site and the Virginia Key waterfront. Appropriateness and quality of the design of the renovation of the existing facility and/or of new structures. Imaginative and creative treatment of architectural and site design of public access to and design of public areas, circulation, view corridors, landscaping, graphics, signage and lighting. Efficiency of site design and organization, and compatibility of uses. 6. Management and Operations (15 points) Effectiveness and efficiency of Staffing plan and sub -leasing strategies. Creativity and breadth of marketing plan for event and recreational activity development. Suitability and breadth of promotional plans for events and recreational activities. 7. Extent of Minority Participation (10 points) Minority/women participation within the proposing entity. Minority/women participation within the Development Entity. 26 95- 82 •vR,\ Subcontracting and hiring practices during construction. Opportunities for minorities/women, hiring outreach and training opportunities in relation to leasing, management, operation and maintenance of the facilities. 8. Participation of Local Firm(s) (6 points) Local firm(s) participation shall be defined as a firm having a established business office within the City municipal limits. The firm shall have a current occupational license issued by the City. a. 3 points shall be awarded to a proposal submitted by a local proposing entity. b. 3 points shall be awarded to a proposal whose Development Entity consists of local consultants in the design, general contractor, management and operations fields. C. CPA Firm Evaluation Criteria The certified public accounting firm selected by the City Commission will evaluate each proposal submission prior to evaluation by the review committee. Specifically, the certified public accounting firm will evaluate the financial viability of the proposing entity, the viability of the financing strategies, source and structure; and will assess comparatively the short and long range economic and fiscal return to the City. Additionally, the certified public accounting firm will assess the market analysis and evaluate the economic feasibility of the proposed development. The accounting firm shall present its findings regarding each proposal to the review committee prior to the review committee completing its deliberations. The CPA firm will render an independent report of its findings to the City Manager. 27 95- 82 VII. TERMS AND CONDITIONS TO BE INCLUDED IN THE LEASE AGREEMENT A. Authorization Upon authorization of the City Commission, the City Manager or his designee, shall negotiate all aspects of a lease agreement with the selected proposers. 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. Until such time as the lease agreement is executed, 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/Taxes 14. Maintainance, Repair and Replacement 15. Condemnation and City "Buy -Out" Provisions 16. Default - Termination 17. Examination of Premises 18. Audit Rights 19. Award of Agreement 20. Conflict of Interest 21. Non -Discrimination 22. Rules and Regulations 23. Compliance with Federal, State and Local Laws 24. Minority Procurement 25. Taxes 26. Miscellaneous 28 95- 82 APPENDIX A City_ of Miami Charter and Code Sections Pertinent Legislation 95- 82 i 27.E CHARTER AND RELATED LAWS Subpt. A . Sec. 27-E. Assessor to have power of county assessor; general assessment roll. Note —The user's attention is directed to the editor's note to 4 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 I 27-B of this charter. Sec. 27-G. Copy of assessment roll'.annexed to warrant commanding collection. Note —The user's attention is dirvecW to the editor's note to i 27-B of this charter. Sec. 27-K. State law as to taxes applies. Note —'Phis 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 attention is directed to the editor's note to i 27-B of this charter. [Sec. 27-I. 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 Fla. Stets., i 193AL The user's attention is also directed to the editor's note to i 27-B of this charter. Sec. 27-M When taxes become delinquent; in- terest rates on delinquent taxes. Note The user's attention is directed to the editor's note to i 27•B of this charter. Sec. 27-L. Tax certificates; interest rate there. on. Note —The user's attention is directed to the editors note to I 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, supervise sales Supp. No. 29 of all real and personal property_of the city not 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 ordi. nance 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 supplies. (b) No contract for furnishing supplies or ser- vices for the city, except as otherwise provided in this charter, shall be made for a period of more than one year. (c) The chief procurement officer shall see to it that all persons seeking to do business with the city not discriminate against any employee or applicant for employment because of age, race, creed, color, religion, sex, national origin, handi- cap, or marital status; and that they take affir- mative action to ensure that applicants are em- ployed and that employees are treated during em- ployment without regard to their age, race, creed, color, religion; 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, uni- fied 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; provided, however, 95- -82 30 Subpt. A CHARTER 4 29-A 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 tothe city, which finding must be rated by an affirmative vote of two-thirds of the commission after a properly advertised public hear- ing. When competitive sealed 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 thereoE (b) Public works or improvements. 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 sible bidder or proposer, such local contractor 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 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 forbids, 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 reoommeadation 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 development 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 95- - 82 I 29-A CH RTER AND RELATED LAWS Subpt. A (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.fgllowing: consist of an appropriate number of city offi- cials or employees and an equal number plus one of members of the public, whose names shall be submitted by the city manager no fewer than rive 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) the specific parcel of land contemplated to be (1) used or the geographic area the city desires to develop pursuant to the unified develop. ment project; 0) 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 (2) 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 (3) (6) a reservation of the right to reject all propos- als and of the right of termination referred to in subsection (eX4), 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 review committee. Said review committee shall Supp. No. 29 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. the review committee shallevaluate 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. taking into consideration the findings of the aforementioned certified public accounting firm - and the evaluations of the aforementioned review committee, the city manager shall red- 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 95-- 82 32 Subpt. A CHARTER § 29•A him by the aforementioned certified account- ing firm and review 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, vrohibi- 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 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 board 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 niust be ratified by an affirmative vote of two-thiris of the commission after a properly advertised public hear- ing. When the requirement of sale, co iveyance, 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 4hhall 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. (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. 33 95-• 82 T—n i 29•A CHARTER AND RELATED 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 the _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 awarded 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 approvaltrejection at election on Nov. 2. 1982. On Oct. 28, 1982. Ord. No. 9507 amended the language of subsections (a) and (c) of i 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 01) of subsection (d) as superseded by 4 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- mitted and adopted renders contract void, Glatstein v. City of Miami, 399 So. 2d 1005. Supp. No. 29 Subpt. A Sec. 29-B. City -owned property 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 maybe amended or revised from time 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 property 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 eity's receipt — of proposals from prospective purchasers or les- sees, said advertisement to be no less than*6e- fourth (14) 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 34 95- 82 Subpt. A CHARTER 4 30 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 individuals. In determining low and/or moderate income 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- eral 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 lesd 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 aert regularly scheduled general election. The procedures for selection of proposals shall be those provided by Charier section 29A(c) br (d) as appropriate and/or by applicable City Code provisions. Nothing herein shall effect the existing 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 Supp. No, 29 34.1 A_F use or occupancy of the area, nor shall it apply to contracts for the construction of any city facilities or improvements in the area; further, nothing contained herein shall apply to projects of any governmental agency or instrumentality. (Char. Amend. No. 1, 11-3.87) Sec. 30. Local improvements. (a) Definitions; divisions into classes. In this section the following words and phrases shall have the following meanings, unless some other mean- ing is plainly intended: The main divisions of this section are some- times herein termed paragraphs, and the divisions of paragraphs are sometimes herein termed subparagraphs. A local improvement is an improvement defined by this section and made under the provisions thereof. The word commission shall be deemed to refer to the city commission of the City of Miami. A highway is a public way such as a street, boulevard, avenue, lane, alley, parkway, court, terrace, or place. A sidewalk_ is a path for pedestrians along a highway. A storm sewer is a conduit above or below ground for the passage of storm water, including a pump- ing station and outlet where deemed necessary; it may also include the building of culverts over streams or enclosing of streams where necessary or advisable to carry off storm water. A sanitary sewer is an underground conduit for the passage of sewage and may include a pump- ing station and outlet where necessary. 95 - 82 § 1852.7 MIAM CODE 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, 2.16-83) i 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-souroe 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 ebtained from any -other source. (b) Determination and approval The determi- nation that an award shall be made on a soMe- source basis shall be made by the d idf prmwe. mentoffiaertrothectymanagsf: urh�etermination 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 (is) 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 § 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 name of the sole -source contractor; (2) The nature of the goods or services procured-, (3) The reasons no other source could satisfy city requirements; 44) Ike amount and type of contract; and (55) The identification number for each contract file. <Ord. No. 9572, 11, 2-10.83) Sec. IM2.9. Unified development projects. (a) D4iinition& For the purposes of this article 1V, the following terms shall have the following meanings: Unified development project shall mean a proj- ect in which an interest in real pttperty is owned - or is to be acquired by the city, which is to be used for the development of improvements, aridas to • which the city commission determines that for the development of said improvements it is moat 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 (2) Punning and design, leasing, and manage- ment; or (3) Planning and design, construction, and man- agement; or 1208 t_-7 95- _ 82 1 1852.9 FINANCE 4 1852.9 (4) Planning and design* construction, Teasing and management. (b) Conditions for we: 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 procure& ode (1) of the above -mentioned inte- grated peclaes provides all of the functions listed for that package, such person need not provide each listed function for the entire unified &veT • opment project nor for the same part of'the uni- fied development project. (c) Requests for proposals. A req}iest for pro, posals shall be issued -which generailgrderhu% the nature of the project, the -uses the city is seeking for the project, and the estimated allocation& of land for each use. The request for proposals chaff 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 am to be delivered, the marimum time for proposal acceptance by the city, and any other special information; (2) The specific parcel of land contemplated to be used or the geographic area the city desires to develop; (3) The specific criteria which shall be used to evaluate competing proposals by the below. mentioned certified public accounting firm; (4) The specific evaluation criteria which shall be used to evaluate competing proposals by the below -mentioned review committee; (5) A statement that written and oral discus- 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 considerations and return to the city should be submitted; Supp. Na 10 (7) The contract terms and conditions, includ. ing warranty and bonding -or other secu- rity requirements as may be fixed and applicable; (8) The extent of the city's proposed commit- ment of finds, property, and services; (9) The definition of the terms "substantial increase" and "material alteration" that will apply to th& project. in, accordance with section 53(010-af the CFmrber of the city; (10) A reseraartioa of the right to: reject all pro- posals and of the rim of termination re- ferred' to. im sectlam 53 XW, of'the Charter of the « (I1)• The date, time sad grace at which any preproposal conferences may be held and whether attendance at such conferences is a condition for offering proposals; and (12) The place where any documents mcorpo- rated by. reference may be obtained. Before'issuing a request for proposals, there shall be a public hearing, after public notice, at which the commission shall consider. (1) The contents of the request for proposals for the subject Anified development project; (2) The selection of a certified public accounting firm, which shall include at least one (1) 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 review committee. Said review commit tee shall consist of an appropriate number of city officials or employees and. an equal num. ber plus one (1) of members of the public, whose names shall be submitted by the city manager no fewer than five (6) 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. 95-. 82 1209 1 1"2.9 MIAW CODE 1 1852.9 (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 various types of city projects. Unless otherwise provided, inclusion or exclusion of the name of a s 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 reason- able time for proposal preparation considering the. content 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 de. ;e for submitting proposals. Such notices shall state the general description of the scope of work, the place where a copy of the re- quest for proposals may be obtained, and the time and place for receipt of proposals. The city man- ager may, in addition, solicit proposals from all responsible prospective developers listed on a cur- rent developers fast 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 requme- 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. Noth. ing stated at the preproposa l conference shall change the request for proposals unless a change is made by written amendment. A summary of the con- ference shall be supplied to all those prospective developers known to have received a request for proposals. If a transcript is made, it shall be a public record. (g) Receipt of proposals Proposals shall be opened publicly in the presence of two (2) or more city officials. After the closing date for receipt of pro- posals, a register of proposals shall be prepared .by the city manager which shall include, but not Supp. No.10 be limited to, the name of each offeror and a summary description sufficient to identify the proj. ect. 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 award. ing of contracts for unified development projects. (i) 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 certified public accounting farm appointed by the com- mission based only on the evaluation criteria applicable to said certified public accounting farm contained in the request for proposals. Said certified public accounting firm shall render a written report of its findings to the city inanager. (2) The review committee shall evaluate each proposal 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 propo- sal, including any minority opinions. . (3) Taking into consideration the findings of the aforementioned certified public accounting firm, the evaluations of the aforementioned review committee, and the degree of minority partic— ipation in city contracts, the city manager shall recommend one (1) or more of the pro- posals for acceptance by the commission, or alternatively, the city manager may recom- mend that all proposals be rejected. If there are three (8) or more proposals and the city manager recommends only one (1), or if he recommends 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 farm and review committee. 1210 95- 82 118-52.9 FINANCE 1 18-63 0) Award All contracts for unwed 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. 1&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) Fiw&prioe contracts Fixed-prioe 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. Na 10 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. (4) Multiyear contracts. 1211 A 10 (i) 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 periods shall be subject to the availability and 95- - 82 Subpt. A CHARTER § 3 other evidence of city indebtedness shall be imposed on the bonds of the city. (b) Streets, parks, bridges, sewers, grade cross- ings, speed of vehicles; services and rates of motor vehicle carriers: To pave, grade, curb, repave, macadamize, remacadamize, lay out, open, close, vacate, discontinue, widen, and otherwise improve streets, alleys, avenues, boulevards, lanes, sidewalks, parks, prom- enades, and other public highways or any part thereof, and to hold liens thqrefor as hereinafter provided-, to construct and main- tain bridges, viaducts, subways, tunnels, sewers, and drains, and regulate the use of all such highways, parks, public grounds, and works; to prevent the obstruction of such sidewalks, streets, and highways; to abolish and prevent grade crossings over the same by railroads; to regulate the, op- eration and speed of all vehicles using the streets, highways, and railroads within the city; to regulate the service rendered and rates charged by busses, motor cars, cabs, and other vehicles for the carrying of pas- sengers and by vehicles for the transfer of baggage. (c) Special or local assessments: To impose spe- cial or local assessments for local improve- ments as hereinafter provided and to en- force payment thereof. (d) Contracting debts and borrowing money: Subject to the provisions of the Constitu- tion of Florida and of this charter, to con- tract debts, borrow money, and make and issue evidences of indebtedness. (e) Expenditures: To expend the money of the city for all lawful purposes. (f) Acquisition and disposition of property and services: (i) To acquire by purchase, gift, devise, condemnation or otherwise, real or per- sonal property or any estate or inter- est therein, inside or outside the city, for any of the purposes of the city; and to improve, sell, lease, mortgage, pledge, or otherwise dispose of such property or any part thereof. Supp. Na 27 3 n_ii GO To acquire or dispose of services inside or outside the city, by purchase, gift, or otherwise for any purposes of the city. (iii) To lease to or contract with private fir-ms or persons for the commercial use or management of any of the city's wa- terfront property, but only in compli- ance with the other requirements of this charter and on condition that: (A) the terms of the contract allow rea- sonable public access to the water and reasonable public use of the property, and comply with other charter waterfront setback and view -corridor requirements; and ($) the terms of the contract result in a fair return to the city based on two independent appraisals; and (C) the use is authorized under the then existing master plan of the city-, (D) the procurement methods prescribed by ordinances are observed. Any such lease or management agree- ment or proposed extension or modifi- cation of an existing such lease or man- agement agreement which does not eom- plq with each of the above conditions shall not be valid unless it has first been approved by a majority of the vot- ers of the' city. Nothing herein contained shall in any manner affect or apply to any project the financing of which has been pio- vided by the authorization of bonds to be issued by the city. (g) Public•property and improvements: To make and maintain, inside and outside the city, public improvements of all kinds, includ. ing municipal and other public buildings, armories, markets, and all buildings and structures necessary or appropriate for the use of the city; to acquire by condemnation or otherwise all lands,. riparian and other rights, and easements necessary for such improvements; and to rent or. lease from any person any land or building within or without the city or any part thereof for any municipal purpose. 95- - 82 13 CHARTER AND RELATED LAWS Subpt. A to be contributed for maintenance of the (ii) In order to preserve the "City's natural fund. scenic beauty, to guarantee open spac. (11) Airports and landing fields. To acquire by es, and to protect the waterfront, any. thing in this charter or the ordinances purchase, lease, condemnation, or otherwise, of the city to the contrary notwith'stand- lands inside or outside the city limits for ing, neither the city nor any of its agen. use as landing fields or airports; to con- ties shall issue building permits for struct and equip thereon or on other prop- any surface parking or enclosed strut• erty of the city such improvements as may tures located on Biscayne Bay or the be necessary for that purpose: to operate Miami River from its mouth to the N.W.and maintain such facilities; to provide rules Street Bridge, and regulations governing their use and (5thA) which are not set back at least 30 the use of other property or meatis of trans - feet feet from the seawall (where the Po nation within or over the same: and to depth of the lot is less than 200 enter into contracts or, otherwise cooperate feet, the setback shall be at least with other government entities or other pub- 25 percent of the lot depth), and lic or private agencies in all matters relat- (B) which do not have average side ing to such facilities; otherwise to exercise yards equal in aggregate to at least such powers as may be required or cone- 25 percent of the water frontage of nient for such establishment, operation, and each lot based on average lot width. maintenance; to levy taxes for any such (ui) The above setback and side -yard re - purpose; unless such facilities shall have quirements may be modified by the city been acquired by lease, to issue bonds to commission after design and site -plan pay the cost of such facilities; and to grant, review and public hearing only if the deed or dedicate lands, with or without con- commission determines that the modi- sideration, to other governmental entities fications requested provide public bene. for use as landing fields or airports. (Laws fits such as direct public access, public of Fla. (1929). ch. 14234) walkways, plaza dedications, covered (mm) Building and zoning• parking up to the floodplain ldvel, or (D To provide by brdinance building, plan- comparable benefits which promote a better urban environment and public sing, and zoning regulations and re- advantages, or which preserve natural _ strictions governing the height, sum- features. Wherever setback, side -yard, ber of stories, method of construction, site -plan review requirements ofzon- type, and size -'of buildings and other ing ordinances are greater than the structures; the percentage and portion foregoing requirements, such greater of the lot or site that may be occupied; requirements shall govern. the size of the front, rear, and side yards' (iv) These requirements shall not apply to courts, and other open spaces; the lo- docks and appurtenant structures, single - cation, use of buildings, structures, and family residences and appurtenant struc- land for trade, industry, residences, tares. and waterfront industrial uses apartment houses, and other purposes; along the Miami River and at the Port and the widening and future widening of Miami Nothing herein contained shall of streets is zoned street areas that the in any manner affect or apply to: the city may establish. Such regulations City of Miami/Univeraity of Miami may provide that a board of appeals or James L. Knight International Center the city commission may determine and and hotel facility, including all improve - vary the application of building, plan- meats thereon, or to lands and projects ning, or zoning ordinances in harmony which the sty commission has approved with their general purpose and -intent. Sapp. No. 27 95--. 82 Subpt. A CHARTER 43 prior to September 18, 1979, by devel- opment order pursuant to chapter 380 of Florida Statutes of a planned area development pursuant to article XXI- 1. City of Miami Comprehensive Zon- ing Ordinance or which have received. site and development plan approval, including Plaza Venetia, Phase II, Reso- lution No. 72.113. April 20, 1972; Res- olution No. 72.114, April 20;1972; and Resolution No. 72416, July 20, 1972. (nn) Borrowing to erect and add to public build- ings: To borrow money for the erection, con- struction, and furnishing, of : public build- ings, including hospitals, city office build- ings, city halls, and other municipal struc- tures; to borrow money -for the purpose of building additions to public buildings now owned by the city; to execute notes and other evidences of indebtedness, and to se- cure the same -by a mortgage upon said buildings and the land upon which the build- ings may be located, to pledge and hypoth- ecate the net. revenue, after the payment of all operating expenses and fixed charges, including interest on the debt so created and on all other debt created in the con- struction of such building, as well as to pledge and hypothecate the net revenue derived from such buildings and the land upon which they stand, all for the purpose of securing the repayment of money bor- rowed to be used in such construction; to issue certificates of indebtedness secured by the net receipts from the use or rental of the buildings or additions to present exist- ing buildings erected or to be erected for public purposes. Notwithstanding the fore- going, no tax shall ever be levied nor money taken or diverted from the general funds of the city for the payment of the indebted- ness authorized by this section. (Laws of Fla. (1933), ch. 16561) (oo) Borrowing to provide adequate waterworks system: To borrow money for the purpose of providing an adequate waterworks system, including new water lines, and for the pur- pose of repairing, improving, and extend- Supp. No. 27 ing the existing waterworks system; to issue promissory notes and certifieates of indebt- edness, and to secure same. by an assign- ment of all net rentals and net revenues, after the payment of all operating expenses and fixed charges, including interest on the debt so created, and all debt created for the construction of such work, derived from said waterworks system or any portion thereof. until moneys so borrowed shall have been fully paid; to mortgage the entire water- works system or any portion thereof to make necessary repairs; and to pledge the net revenue derived from said system, until said money shall have been fully repaid. Not. withstanding the foregoing, no tax shall ever be levied nor money taken or diverted from the general funds of the city for the payment of the indebtedness authorized by this section. (pp) Borrowing to purchase, hire, maintain, op- erate* or lease public utilities: To borrow money for the purpose of constructing, pur- chasing, hiring, maintaining, operating, or leasing local public utilities, including street railways, electric light lines, and equipment necessary for supplying the city and its in- habitants with transportation. illumination, power, water, ice, and gas for heating and illuminating, to mortgage the public utili- ties so constntcted, purchased, hired, main- tained, operated; to issue promissory notes and certificates of indebtedness evidencing the existence of the indebtedness created by the borrowing of said money; to pledge and hypothecate the net revenue, after the payment of all operating expenses and fixed charges, including interest on the debt so created and all other debt created for the construction of such works, derived from the operation of such public utilities so con- structed or purchased, including said net revenue derived from such street railway, electric light plant, telephone and telegraph system, and water, ice, and gas plants; to pledge such net revenue until the money so borrowed shall have been fully repaid. Not- withstanding the foregoing, no tax shall 95- 82 A-13 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 95- 82 4 1656 FINANCE I is-" ARTICLE IV-5- MINORITY AND WOMEN BUSINESS AFFAIRS AND PROCUREMENT PROGRAM' Sec. 18.67. Short title. This article shall be known and may be cited as "The Minority and Women Business Affairs and Procurement Program Ordinance of the City of Miami." (Ord. No. 10062, $ 1, 12.19.85) Sec. 18.68. Definitions. For the purpose of this article, the following terms phrases, words, and their derivations shall have the following meanings: Affirmative action plan shall include the pro. jected annual goals and the timetables which will be used to employ and/or procure with women and minorities a nondiscrimination policy state- ment and any other actions which will be used to ensure equity in employment and the utilization of minority and female -owned businesses. Business enterprise means any corporation, part. nership, individual, sole proprietorship, joint stock company, joint venture, professional association or any other legal entity that is properly licensed to do business with the city and/or county and/or the state. Contract means agreements for the procurement of goods, services, or construction of facilities for the city. 'Editor's note —Ord. No. 10062,18, adopted Dm 19,1985, repealed Ord. No. 9775, it 1-4. adopted Jan. 19, 1984, codi- fied as 1 18.72, concerning the minority procurement program, At the discretion of the editor, ii 1-7 of Ord. No. 10062 have been oodified as art. IV.S. I1 18.67-1"4. City code cross of city-oerned prnpal ty to require minority procurement dauee,12.363. County code cross referenoe—Procedure to increase par- ticipation of Black vendors of commodities and services in county contracts, 4 2-8.2. Supp, No. 32 Facilities means all totally or partially, publicly financed projects including, but without limita. tion, unified development projects, municipal pub. lic works and municipal improvements to the ex- t�nt they are financed with city money, utilize city property, or require city services. Goal means the percentages of the annual dol- lar volume of procurement expenditures determined by this article to be offered for minority and women business participation. Goods and services include, without limitation, public works, improvements, facilities, professional services, commodities, supplies, materials and equipment. Joint venture shall mean an association of per- sons or legal entities with the intent to engage in and carry out a single business enterprise for profit. Minority and women -owned small business en terprise means a business enterprise in which at least fifty-one (51) percent of said enterprise is owned by Blacks, Hispanics or women whose man- agement and daily business operations are con- trolled by one (1) or more. Blacks, Hispanics or women and who employ a maximum of twenty- five (25)"employees -or have a net worth not in excess of two million dollars ($2,000,000.00). Procurement expenditures shall mean a purchase, payment, distribution, loan or advance for the purpose of acquiring or providing goods and services. Set -aside is the term which will be used to des- ignate a given purchase or contract or a portion of a given purchase or contract award for Black, Hispanic and/or women -owned businesses. Set -asides may only be utilized where it is determined, prior to the invitation to bid or request for proposals, that there are a sufficient number of certified Black, Hispanic and/or women -owned businesses to afford effective competition for the purchase. Vendor means any business entity providing goods, services or equipment to the city through a purchase, field or blanket order or contract. (Ord. No. 10062, 4 2, 12.1946; Ord. No. 10538, 4 1. 1.12-89) 95` 82 1217 § 18.69 MIAMI CODE § 18.73 Sec. 18-69. Established; components. (a) A minority and women business affairs and procurement program for the city is hereby estab- lished. The city manager's office shall be held accountable for the full and forceful implementa- tion of the minority and women business affairs and procurement program by providing appropri- ate recommendations for action by the city com- mission. (b) For the purpose of assisting the city man- ager in the implementation of said program, a minority and women business affairs and procure- ment committee is hereby established, consisting of an appropriate number. of members, to be ap- pointed by the city manager, with full represen- tation of Hispanics, Blacks and women to be re- sponsible for monitoring the implementation of the program and making recommendations for achieving the requirements of this article. The committee shall be responsible for generating yearly progress reports to the city commission and the community at large. (c) The city manager shall, utilizing existing resources, create an office of minority and women business affairs and procurement; and shall pro- vide the appropriate staff and resources necessary for the performance of all such administrative duties; authorize and implement the administra- tive guidelines and procedures required; and en- sure compliance with the functions required to promote the achievement of the program's goals and objectives of increasing the volume of city procurement and contracts with Black, Hispanic and women -owned businesses. (Ord. No. 10062, § 3, 12-19-85)•• Cross reference —Department of general services adminis- tration to contain office of minority and women business af- fairs and procurement, § 2.263. Sec. 18.70. Duration of program. The minority and women business affairs and procurement program established herein shall be in effect only until such time as the effects of prior unwarranted discrimination against Blacks, Hispanics and women have been compensated for, at which time the goals and set -asides provided for herein shall no longer be observed. Such need shall be reviewed every two (2) years by the city Supp. No. 32 commission, upon the recommendation of the city manager. (Ord. No. 10062, § 7, 12.19-85)- Sec. 18.71. Applicability. l xcept where federal or state law or regula- tions mandate to the contrary, the provisions of this article will be applicable to all city pre -bid, bid, contract or other agreements negotiated by the city. (Ord. No. 10062, § 6, 12-19-85) Sec. 18-72. Objectives; use of set -asides. (a) The objective of the city is to achieve a goal of awarding a minimum of fifty-one (51) percent of the total annual dollar volume of all procure- ment expenditures to Blacks, Hispanics and women - owned small business enterprises to be apportioned as follows: seventeen (17) percent to Blacks, sew enteen (17) percent to Hispanics and seventeen (17) percent to women; such goal shall be applied to all city bids and contracts. (b) To further the goal of increasing the total annual volume of all procurement expenditures to minority and women -owned business enterprises, authority for a minority and women -owned business enterprise procurement set aside -is hereby estab. - lished for use by the city manager as he or she may deem advisable or necessary to increase the parti- cipation of Black, Hispanic and women -owned busi. nesses in city procurement contracts. (Ord No. 10062, § 4A,12-19-85; Ord. No.10538, § 2,1.12.89) Sec. 18.73. Required statements for solicita- tions or notices; required state- ments on contracts and awards. (A) It shall be mandatory for all city solicita. tions or notices inviting bids, proposals, quotes, letters of interest and/or qualifications, to contain the approved requirements for M/WBE participa. tion and to have these requirements incorporated by reference, along with the inclusion of the ap. propriate compliance forms, into the resulting con. tracts and/or bid award documents. The city office of minority/women business affairs is to be con. sulted prior to the issuance of any such adver- tisements or solicitations for the purpose of de- termining the recommended goals or set -asides to be included, and again prior to the signing of 95- 82 1218 § 18-73 FINANCE § 18.74 resulting contracts/bid awards for the purpose of verifying compliance thereto. (B) It shall be mandatory for all city contracts and/or procurement award documents to contain the following: (1) A specific reference to the applicability of the minority and women business affairs and pro- curement program established by this article. (2) A provision stating the right of the city to terminate and cancel any contract or.contrac- tual agreement entered into, including elim- ination of the individual and/or business en- terprise from consideration and participation in future city contracts, on the basis of hav- ing submitted deliberate and willful, false or misleading information as to his, her or its status as a Black, Hispanic and/or women - owned business enterprise and/or the quan- tity and/or type of minority and women -owned business participation. (3) A requirement that each successful bidder or offeror agree to provide a sworn statement of compliance with the provisions of this article and its specific applicability to the purchase or contract award under consideration; such statement shall certify that the bidder or of- feror, during the course of time involved in the performance of the contract sought by such bidder or offeror, shall not discriminate against any business, employee or applicant for employment because of age, ethnicity, race, creed, color, religion, sex, national origin, handi- cap or marital status. (4) A statement of the extent to which the busi- ness enterprise has as one (1) or more of its partners or principals persons who are Black, Hispanic or women, or is a joint venture com- prised of a noaminority and minority busi- ness and/or women -owned enterprise. (5) A requirement that each bidder, proposer, or vendor submit along with the bid or proposal an affirmative action plan MAP). Any signif. icant equity participants, joint venture par- ticipants, subcontractors, suppliers or other Supp. No. 32 parties to the bid or proposal 'shall also be required to submit such plans. The objective of the city is to require that bidders, propos. ers, and vendors doing business with the city take certain actions designed to assure equi- table participation of Blacks, Hispanics and women in their hiring and promotion activi- ties. In view of this objective: (a) All city vendors and contractors shall im- plement specific affirmative action plans as approved by the director of the office M/WBE affairs and shall demonstrate a good faith'effort to ensure equal employ- ment opportunities for Blacks, Hispanics and women on each purchase or contract, Vendors and contractors shall document these efforts fully and shall provide re- ports as may be required by the city. (b) Vendors and contractors shall permit ac- cess to their books, records and accounts by the office of M/WBE affairs -or her designee for the purpose of investigation to ascertain compliance with the forego- ing requirements. (c) In the event of vendors' or contractors' noncompliance with the affirmative ac- tion requirements of this section, the city manager may suspend in whole or part, cancel or terminate the bid or contract award and/or impose other sanctions as may be determined to be appropriate. (6) A provision specifying the requirements -.far continued bidder or offeror eligibility includ- ing minority and female involvement. (Ord. No. 10062, $ 4B, 12-19-85; Ord. No. 10538, § 3, 1-12-89) Cross reference—Affinaative action division, f 2.236.1. Sec. 18.74. Good -faith effort required. Bidders or offerors shall be required to demon- strate a reasonable and good faith effort to solicit and obtain the participation of qualified minority and women -owned businesses in all bid and pro- posal documents. (Ord. No. 10062, § 5, 12.19-85) 1219 95-- 82 V18&76 MLOU CODE 4 18.78 Sec. 18.75. Contractor's certificate of compe- tency. (a) For the purpose of this section, the follow- ing terms, phrases, words, and their derivations shall have the following meanings: (1) Business enterprise means any corporation, partnership, individual, sole proprietorship, joint stock company, joint venture, professional association or any other legal entity. (2) Construction contract means agreements, for the erection, alteration, demolition, or repair of any public building or any other kind of public work or improvement. (3) Minority and women -owned business enterprise means a business enterprise in which at least filly -one MD percent of said enterprise is owned by Blacks, Hispanics or women whose man- agement and daily business operations are controlled by one (1) or more Blacks, Hispan- ics or women. (b) The owners of minority or women business enterprises submitting bids for construction con- tracts to be let by the city must be certified in the field for which the contract is to be let pursuant to chapter 489, Florida Statutes or Chapter 10, Code of Metropolitan Dade County in order to qualify for the minority or women preference on such contract. (Ord. No. 10332, if 1, 2, 10-22-87) Editor's note-49ections 1 and 2 of nonamendatory Ord. No. 10332, adopted Oct. 22,1987, have been codified as 118.75 at the editor's discretion. Section 6 of the ordinance provides an effective date of January 1, 1989. Sec. 18-76. Administrative procedures. The departments of finance, public works and general services administration are authorized to establish the required administrative procedures to insure compliance with the provisions as set forth herein. The finance department is mandated to insti- tute payment procedures which will insure, in those instances in which the M/WBE bid or con- tract requirements result in contracts, subcontracts or joint ventures for M/WBEs, that compensation provided pursuant thereto shall be in the form of Supp. No. 32 a check made payable to the primary contractor, bidder or proposer, and (if appropriated jointly) to the minority/women business enterprise subcon- tractor or joint venture partner in an amount not to exceed the subcontracrted or joint venture amount, based upon approved invoices submitted by the prime contractor, proposer or joint venture, to the city. In the event a dispute should arise as to the performance or payment of the primary contrac- tor or bidder/proposer or the M/WBE, under the terms and conditions of the city contract or pro- curement award document, compensation shall be withheld until such' time as the dispute is re- solved in accordance with the procedures set forth in this chapter for resolving such disputes. All administrative directors shall amend their existing policies and procedures or to create such new ones as may be required to insure and report on compliance with all aspects of this article. (Ord. No. 10538, J 4,1.12.89) Sec. 18-77. Designation of director as respon- sible official for bid requirements, guidelines, etc. The director of the office of minority/women business affairs is designated as the official re- sponsible for establishing M(WBE bid and con- trwWaward requirements, creating and implement- ing compliance guidelines, monitoring compliance, resolving disputes, and reporting on all of the above to the city manager. (Ord. No. 10538, $ 5, 1-12-89) 1220 B-4 95- 82 APPENDIX C Virginia Key Master Plan (selected excerpts) 95- 82 co I C I T Y O F M I A M I P L A N N I N Cx p L A N D E P A R T M E N T SUMMARY OF RECOMMENDATIONS The Virginia Key master plan proposes pubic policies for land use and land management, including development implementation and funding strategies. Major recommendations include% LAND USE ■ Environmentally sensitive areas including tidal flats, mangrove tidal marshes, beach/dune systems, and coastal hardwood hammocks shall be undisturbed and undeveloped, restored when necessary, and protected from inappropriate public activity. ■ The open public beach area should remain as a public park for picnic and swimming use with limited concessions serving park users. ■ The former Virginia Key Beach park area should be privately developed for active public recreational uses and camping with an emphasis on natural resource based activities and open space. ■ Marine Stadium and the basin should remain dedicated to the staging of competitive marine sports events, concerts, and special event presentations, with continued emphasis on spectator viewing from boats. ■ The marine services area west of Marine Stadium should remain a boating services center, but reorganized functionally for more efficient boat storage and parking, better orientation of retail services to the waterfront and with limitations on commercial growth due to limited parking space. The northern point of the island (dredge spoil fill) should be utilized for active sports and recreation/fitness facilities that could also serve as an international training center. A lodging facility should be developed to serve the facilities. ® The spoil fill area north of the stadium basin should be reserved for an environmental interpretive center with limited public access for educational, environmental field studies. ■ "Shrimpers Lagoon" should be utilized primarily for water recreational activities (paddle boats, canoes, etc.) with controlled access and limited supply services for sport fishing/commercial fishing boats. ■ The Marine Stadium basin shoreline immediately southeast of the grandstands could accomodate retail food services, setback from the water and preserving public access to the shore. Ca i' qb ■ Major competitive marine events at the Marine Stadium should better utilize an improved and enhanced basin shoreline (its full length) for spectator viewing. A The marine sciences park dedicated by Dade County should remain a resource for expansion for governmental and educational research facilities. ■ Private marine recreational clubs should be allowed but confined to the Stadium basin's southeast corner. LAND MANAGEMENT ■ The Marine Stadium should be privately managed and promoted in coordination with Planet Ocean and the Seaquarium. ■ Development and management of the former Virginia Key Beach site and the island's north point should be through private means defined and controlled by the City's Unified Development Process. ■ Commercial uses should be water related or dependent and confined to the waters edge to promote and enhance the public's use and enjoyment of the waterfront. ■ Private recreational club leases should require active public outreach programs designed to open recreational opportunities to the general public, especially the disadvantaged, handicapped, elderly, and youth of the region. ■ The former dump site/land fill should not be developed or open to public use until hazardous land subsidence and methane gas generation can be confined to safe levels. ■ Public utilization of parking for tht Marine Stadium, Planet Ocean and Seaquarium facilities should be managed jointly for large events, and interconnected with a tram system. PUBLIC ROADS AND UTALITIES ■ The public access road serving the beachfront recreation areas and the treatment plant should be rebuilt and realigned to improve safety, reduce beach area access conflicts, permit westerly expansion of public park parking lots, and. improve access to the north point of the island. ■ The service road along the perimeter of the stadiuwk.t basin should be removed From the southern shoreline with vehicular access to the northern rim from the public beach access road. ■ Truck access to the sewage treatment Plant should be diverted to a new, road on the western perimeter of the 3 former dump site to reduce conflicts with beach trafric. ■ Water and sewer facilities should be extended from Rickenbaeker Causeway to the north point of the island. 0 The sewage treatment plant should implement point source odor control measures within three years. IMPLEMENTATION AND FUNDING ® Development of recreational facilities, with the exception of the existing public beach park, should be through joint public /private means defined and controlled by the City's Unified Development Process. A special Virginia Key enterprise fund should be established to receive all revenues- generated from leaseholds, concessions, special use permits, and user fees. The Virginia Key enterprise fund should finance required public infrastructure, maintenance, environmental enhancement, recreation and educational programs. 5 Manse Stadium and the raclux"baslo were built in t4l Concerts have expanded stadium usage Marine Stadium - The Marine Stadium, & 200 acre basin and 6,500 sedW grandstand expandable by 2,500 bleacher seats, built to stage power boat racing and competitive marine events, is the premiere facility, of its kind on the east coast and one of America's finest, it could never be duplicated in this time of ri�ous environmental laws and permitting procedures., It has until recent years,,.. however, suffered declining use as a venue for racing events whose national center has shifted to the Great { S Lakes and Pacific Northwest. The recent upgrading of stage facilities and promotional efforts for concerts and special shows has reversed the annual financial losses of the stadium and returned a small profit to the City in, 1986. Additional structural and " mechanical upgrading of the facility is, however, needed to maintain 14 the facilities' competitive attraction for such events vis-a-vis new outdoor concert amphitheaters being built in Dade County. Existing parking facilities for 925 cars are inadequate for a 9,000 seat facility, (expanded with bleachers) resulting 16 spillover parking problems along Rickenbacker Causeway. 12 r..... .... .. i< 00 '` Marine Stadium —ran Irreplaceable sports facility. i3 MARINE RECREATION The unique dimensions of Virginia Key that distinguish it from other public lands and recreation space in the region are its extraordinary natural environment, its bay setting and unparalleled access by water for marine recreation programs. The following land use policies reflect the goal of optimizing the island's marine recreational opportunities: 1) MARINE STADIUM AND BASIN The future of powerboat racing in Miami is uncertain;, but has enjoyed some renewed interest with the recent surge in recreational motorboat sales. Given this uncertainty, there has been consideration of transforming all or a part of the basin into a marina and mooring basin for sailboats. Projected demand for boat slips (1986 Biscayne Bay Aquatic Preserve Management• Plan) shows need for an additional 1000 wet and dry slips (beyond those now planned) by the year 2000. South Biscayne Bay is a desired location for new slip making Virginia Key an attraetivt' location. It is, however, recommended that the basin be kept open (not converted to a marina or mooring basin) and available for marine competitive boating events and water shows. The recent three year decline in sailboat sales and contrasting rise in South. Florida power boat ownership raises further questions as to the viability or need for major new sailboat mooring areas. Additional concerns about a conversion of the basin to a marina involve water quality and the present inability of tides and currents to adequately flush the Stadium racing basin, an important factor in marina design. Hurricane hazards further reduce the attractiveness of the key for expanded wet or dry boat storage. Alternatives exist in Biscayne Bay, most notably Watson Island, the Miami River, and Dinner Key, for new and expanded wet and dry slip storage, it but no such alternative exists for marine racing events and water shows. To maintain the economic. viability of the stadium, the stage (barge) should be expanded and permanently moored in front of stadium (to reduce major costs in moving it).. Programmed 'improvements to the stadium sdating area and support facilities must be expedited. If market analysis supports it, expanded bleacher seating •should be provided at the sides of the stadium (on land or floating wings) to attract events in the +10,000 seat range that are now lost to other facilities in the area. Parking, a critical need for major events, should be expanded through joint -use agreements with the Seaquarium and { Planet Ocean, which would yield a potential 3000 total spaces. To better complement with amphitheaters to be built at Metrozoo and Bayfront Park, and in recognition of the proposed facility next door at the Seaquarium, it is recommended that a private management/promotion service be contracted to operate the stadium. Stadium management should join with the Seaquarium to better schedule events and gain advantage of natural promotion opportunities to package Stadium events and visits to the Seaquarium and Planet Ocean. This would further reinforce the proposal for shared parking between the three facilities. A logical extension of the joint promotion/shared parking arrangement would be the physical linkage of the three facilities (4000 feet from Marine Stadium to the Seaquarium) with an overhead tramway or people mover (see Proposed Land Use graphic). Major event 'park +20,000 attendance at races) or same -day events on the island will require remote spillover parking that could be accomodated on the former dump site (see preceding discussion of Uncontrolled Land Fill Site.) To enhance spectator viewing for major racing events, it is recommended that shoreline viewing areas southeast of the stadium and along the opposite northern shoreline be improved through increased landscaping, removal of exotic plants (Brazilian Pepper, Casuarina) and regular maintainance and trash removal. The access road that now follows the perimeter of the basin from the stadium to the northwesterly basin terminus should be relocated to connect with the "treatment plant access road" .(see. Land Use Plan �.0 graphic), and rebuilt north of that CR FAU Atramway linksge of Marine Stadium, Planet Ocean and the Seaquarlu m is needed. The northern shore of the basin is needed for spectator viewing. 34 (that be could oevents) for point. This would remove the roads racing the shoreline conflict with the Rowing relocated restaurant. Added Club and Planet Ocean, and allow for parking adjacent to the buses and trams to bring spectators stadium will serve the to the basin's opposite shore for restaurant. major events. d) move boat 'ramp to westerly 2) COMMERCIAL MARINE SERVICES edge of indented area. Marine Stadium area provides for a e) provXde direct ' vehicular variety of commercial services that access from the stadium enhance the public's access to and entrance area to the use of the waterfront. The relocated boat ramp and accompanying graphic, Marine Stadium Rusty Pelican/Horatios Development Concept, provides restaurants. sc�hi atio recommendations for the future use and organization of this f) move the Horatio's/Rusty vital area. These include: Pelican entrance drive easterly twenty five feet to A) Reorganization `of the boat allow for landscaping and storage area to: reduced pedestrian conflicts in front of Horatio's. a) condense this area by converting the surface storage of boats (Marine Stadium Enterprises) to more efficient rack storage. b) utilize the easterly portion of area now in surface boat storage (adjacent to stadium entrance drive) for parking to serve Marine Stadium and relocated food service (see below). c) relocate present restaurant from the center of the parking lot to the indented shoreline west of Marine Stadium (leasehold expan- sion). Add floating docks 35 A more efficient organization of the marine service aron it needed. MARINE STADIU..II .DEVELOPMENT CONCEPT Fj} t . ® tANDeCAAtq rk7 MAWMM .j a IMMaq WAY "MUM AND SMWM[ . ® MAMN WK WATMAL-OM ® MAMM flCWASMU ® IiMH 6%AO mom -,a V I R G I N I A M A S T E R .P ,,, .0 A� N Gt� g) provide landscaping of basin shoreline along entrance drive and parking lot for the Rusty Pelican restaurant. h) limit additional restaurant Ifacilities from the area that would utilize boat service parking or restrict the space or functioning of boat storage, maintenance, and service activities. Restaurants should tocate next to water's edge — not causeway. i 0 B) Expansion of food service facilities along the basin s orTi' re ine easterly of the stadium toward the Miami Rowing Club. Within the stadium area there is demand for a greater variety of food services, particularly lower cost fare. Such facilities should not be located along the Ricken6aeker Causeway frontage. The aforementioned principles of use and treatment argue against "strip. highway commercial" as ineonsistant with the islands public park character. The temptation to "take advantage" of considerable traffic and a roadside exposure on the causeway would not enhance the public's "access to and use of the waterfront", a basic rationale for service commercial uses. The appropriate location would be to set them back fifty feet from the basin edge with a public landscaped walk and viewing lawn along the water, connecting a sequence of food services to the stadium. Spacing of structures would have to allow for required views through to the water (County Shoreline Ordinance). Parking during non-event times would be plentiful with direct pedestrian access to the commercial uses from the parking lot, and during marine racing events the food service areas can become an extension of event seating and concessions. 36 3) MARINE CLUB ACTIVITIES It is consistent with the objectives and principles of this plan to encourage marine recreational clubs on Virginia Key that add a dimension to recreational activities which local government cannot provide. It is, as recommended above for sports/athletic club activities, important that in granting the privilege to conduct "members -only" activities, that "out -reach" programs be required as a part of club lease agreements. Specifically, education, training, and competitions open to the general public must be hosted by the private club. Programs to serve especially the underprivileged, handicapped, and youth that have no access to these activities are expected. The plan recommends that future leases that may be granted by the Commission be confined to the area in the southeastern corner of the basin as indicated on the Proposed Land Use and also the Marine Stadium Development Concept gra'phi•es. This particular location is the only remaining uncommitted site on the basin that is not constrained by mangrove tidal marsh and affords enough area for adequate parking. Access should be from the existing treatment plant access road. t 37 The service drive along the waters edge should be removed. The basin's S.E. corner could accomodate new marine club activities. ste EXHIBIT I. SKETCH OF SURVEY 95- 82 BOUNDARY SURVEY M[D0GOT SETH0Ma IVEM0a ' Aolrlrl APPAn11IT SIroPEIiNE QLW b In vI• To. d �/ar N s a« r yk `YuTt$ APPARENT SHORELINE [lotrl l !C Ain Or -- m.�T t 1+.� me 1.0 lL Lwr r • i i AGRIVEiw Sjor �.... fn 1,D•+I. 63171 M/rFE'QI lllM LINat nr uw Lt"It 0CL t I X t.MA7L RH' 1F1lm t7lIC � ' $ 0 RO? or OLD 1Wt LiMt ►RI. Ne.1.i • Ca r °RICKENBACKER J ws l■ 1 W d ar ri r+i+r1 imw LG�w e• .ur CAUSEWAY" AVIIVRT0011 mm.• NMIT "Pa. MOIINDMT ORIGIN OF LSUL DgCRIPTIONI COMIMATIOM OF OLD LIMN AND IRMI FROM ORPAA7MRNT Of "LIC WORM. BASIN FOR DIAXIM6/1 CtNTIIILIMN OF •NIC[NNMCIXR CAUR[MAT• IIMII Non" 45 11197• WRIT. {UI.+/CT TO AtONT/ Of MAT/1 WIIMMIT/ AND OTAII MATTIN/ MRICR MIORT DR FOUND on "IPUBLIC MCORDO OF TIIR COUNTT. AS IRA INT WIIOMA TWA TNI FOWC MOR" DITAATmm " MVR LOCATOR COLT MAIN 111MINO AND "I tONC1A NW TNR IOUNDART Lt. MO 01I A IMAOVRMMTA LOCATOO. TNl INOANLtA AR01111 I1AlON 11 AN AFFRO[IMAtt011 PA/ID OM F[IIIOMAL OAARAVATIOM AND DOU NOT PUPPO" TO ARMIN" TIN MEAN 1IO2 WATRR LIMI AT TRD AAOVI LOCATION. ARRAS COMM TO TNI AF►ARM ANORD7.IN1 M DATAI1Mt0ID on 10/17/94. iu. 10I00wan r4WIRAr 0 0 WI 11L y LEGAL DESCRIPTION. - COMMENCE AT THE SOUTHEAST CORNER OF SECTION 17, TOWNSHIP 54 SOUTH, RANGE 42 EAST, DADE COUNTY, FLORIDA; THENCE ALONG THE SOUTH LINE OF SAID SECTION 17, NORTH 89-56149.5" WEST FOR 2,649.84 FEET TO ITS INTERSECTION WITH THE CENTERLINE OF "RICKENBAKER CAUSEWAY" AS SHOWN IN "THE METROPOLITAN DADE COUNTY BULHEAD LINE" ACCORDING TO THIS PLAT THEREOF AS.RECORDED IN PLAT BOOK 74 AT PAGE 9 OF THE PUBLIC RECORDS OF-DADE COUNTY, FLORIDA; THENCE ALONG SAID CENTERLINE NORTH 45-22'07" WEST FOR 1,374.62 FEET; THENCE NORTH 44-37153" EAST FOR 240.45 FEET TO THE POINT OF BEGINNING; (1) .- THENCE NORTH 45-22107" WEST PARALLEL WITH. AND 40.45 FEET OF THE NORTHEASTERLY RIGHT OF WAY LINE. OF SAID RICKENBAKER CAUSEWAY FOR A DISTANCE OF 1670.99 FEET TO A POINT; (2).-THENCE NORTH 05-43109" WEST FOR 36.07 FEET TO ITS INTERSECTION WITH A LINE PERPENDICULAR WITH A POINT IN THE CENTER LINE OF SAID RICKENBACKER CAUSEWAY DISTANT '3073.07 FEET FROM THE INTERSECTION OF SAID CENTER LINE (AS MEASURED ALONG SAID CENTER LINE) AND THE SOUTH LINE OF SAID SECTION 17. (3).- THENCE NORTH 44- 37153" EAST FOR 441.68 FEET MORE OR LESS TO ITS INTERSECTION WITH THE APPARENT SHORELINE OF THE MIAMI MARINE STADIUM LAGOON; (4) THENCE ALONG SAID SHORELINE FOR 301.00 FEET MORE OR LESS TO ITS INTERSECTION WITH A LINE 297.62 FEET SOUTHEAST OF AND PARALLEL WITH COURSE NO. (3); (5) THENCE NORTH 44-37153" EAST FOR 104.22 FEET TO ITS INTERSECTION WITH A LINE PARALLEL WITH AND 580 FEET AS MEASURED AT RIGHT ANGLES WITH THE NORTHEASTERLY RIGHT OF WAY LINE OF RICKENBAKER CAUSEWAY; (6) THENCE SOUTH 45-22107 EAST ALONG SAID PARALLEL LINE FOR 420.00 FEET; (7) THENCE SOUTH 44-37153" WEST FOR -104.78 FEET TO ITS INTERSECTION WITH THE APPARENT SHORELINE OF SAID LAGOON; (8) THENCE SOUTHEASTERLY ALONG SAID SHORELINE FOR 936.20 FEET MORE OR LESS TO ITS INTERSECTION WITH THE NORTHEASTERLY EXTENSION OF THE NORTWESTERLY LINE OF LEASE ARE NO. 4 ; (9) THENCE SOUTH 44-37153" WEST ALONG SAID NORTHWESTERLY LINE FOR 237.43 FEET; (10) THENCE SOUTH 45-22'07" EAST FOR 45.00 FEET; (11) THENCE SOUTH 44-37'.53" WEST FOR 219.40 FEET MORE OR LESS TO THE POINT OF BEGINNING. CONTAINING 18.3306 ACRES MORE OR LESS. EXHIBIT II. DECLARATION PROFESSIONAL INFORMATION FINANCIAL DISCLOSURE FORMS EXHIBIT II DECLARATION, FINANCIAL DISCLOSURE, AND PROFESSIONAL INFORMATION FORMS (CONTENTS) Financial Disclosure and Professional Information Requirements Declaration Organizational Structure Proposer's Questionnaire Partnership Statement Corporation Statement Financial Data of Proposer Experience Statement of Proposer References of Proposer Proposer's Architect/Landscape Architect/Engineer's Questionnaire Experience Statement of Proposer's Architect/Landscape Architect/Engineer Background Data of Proposer's Architect/Landscape Architect/Engineer References of Proposer's Architect/Landscape Architect/Engineer Architect/Landscape Architect/Engineer's Subconsultants' Questionnaire Experience Statement of Architect/Landscape Architect/Engineer's Subconsultants Background Data of Architect/Landscape Architect/Engineer's Subconsultants References of Architect/Landscape Architects/Engineer's Subconsultants 95-- 82 EXHIBIT II DECLARATION, FINANCIAL DISCLOSURE, AND PROFESSIONAL INFORMATION FORMS (CONTENTS) PAGE ;TWO Proposer's General Contractor or Construction Manager's Questionnaire Experience Statement of Proposer's General Contractor or Construction Manager Background Data of Proposer's General Contractor or Construction Manager References of Proposer's General Contractor or Construction Manager Proposer's Operational Manager's Questionnaire Experience Statement of Proposer's Operational Manager Background Data of Proposer's Operational Manager References of Proposer's Operational Manager Proposer's Operational Manager's Subconsultants' Questionnaire Experience Statement of Operational Manager's Subconsultants .Background Data of Operational Manager's Subconsultants References of Proposer's Operational Manager Subconsultants 95- 82 FINANCIAL DISCLOSURE AND PROFESSIONAL INFORMATION REQUIREMENTS This section of the RFP contains various forms which must be completed and submitted as part of the proposal. A proposal which fails to include the financial disclosure and professional information requested herein will be deemed nonresponsive and subject to rejection. Proposals containing ommissions, inaccuracies or misstatements shall also be subject to rejection. All blank spaces 'on the •forms found herein must be correctly filled in. Information and answers may be provided on a separate attached sheet if necessary. Photographs or other illustrative materials should be placed in an envelope or bound into the proposal and identified by the proposer's name and address and the page number of the form to which the supplemental material is applicable. Board-mounted'schematic drawings, not to exceed 30" x 40", should be identified by the proposer's name and address. By submission of a proposal, the proposer acknowledges and agrees that the City of Miami has, •the*right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in this section of the RFP and agrees to execute any appropriate release and/or authorization form if requested by the City. 95-. 82 DECLARATION Cesar H. Odio City Manager City of Miami, Florida Submitted 1994 The undersigned, as proposer,.' declares that the only -persons interested in this proposal are named herein, that no other person has any interest in this proposal or in the agreement of lease to which the proposal pertains, that this proposal is made without connection nor arrangement with any other person and that this proposal is in every respect fair, in good faith, and without collusion or fraud. The proposer further declares, that he has complied in every respect with all "of the instructions to proposers, that he has read all addenda, if•any,.and that he has satisfied himself fully with regard to all matters and conditions with respect to the lease to which the proposal pertains. The proposer agrees, if this proposal is accepted, to. execute an appropriate lease agreement for the purpose of establishing a formal contractual relationship between the proposer and the City of Miami, Florida, for the performance of all requirements to which this proposal pertains. The proposer states that this proposal is based upon the proposal documents issued December 23, 1993 entitled Request for Proposals for the Unified Development of the Virginia Key Boatyard Property, 3501 Rickenbacker Causeway, Miami, Florida and addenda, if any. Signature Title Name of Firm, Individual, dr Corporation Signature Title 95- 82 ORGANIZATIONAL STRUCTURE In graphic form, provide the organizational structure -of the development team indicating the proposer, the proposer's architect/landscape architect/engineer, the architect /engineer.Is subconsultants, general contractor or construction manager, operations and management consultants/subconsultants and any additional consultants/subconsultants by name of firm or individual, and areas of responsibility. 95- 82 •;••• •.►.►: Name: Address for purposes of notice or other communication relating to the proposal: Telephone No. ( ) The proposer is a: ( ) Sole proprietorship ( ) Partnership { ) Corporation { ) Other (explain below) 95- , 82 PARTNERSHIP STATEMENT If proposer is a partnership, answer the following: 1. Date of organization 2. General Partnership ( ) Limited Partnership ( ) 3. Statement of Partnership recorded Yes ( ) No ( ) Date Book Page County State 4. Has the partnership done business in the State of Florida? Yes ( ) No ( ) When? Where? 5. Name, address, and partnership share of each general and limited partner. (If partnership is a corporation, complete the following page for corporation.) General/ Limited Name Address Share 6. Attach a complete copy of the Partnership Agreement. 95- 82 CORPORATION STATEMENT If proposer is incorporated, answer the following: 1. When incorporated? 2. Where incorporated? 3. Is the corporation authorized to do business in Florida? Yes ( ) No ( ) 4. The corporation is held: Publicly ( ) Privately ( ) 5. If publicly held, how',and where is the stock traded? 6. List the following: Authorized Issued Outstanding (a)Number of voting shares; (b)Number of nonvoting shares: (c)Number of shareholders: (d)Value per share of Common Stock: Par $ Book $ Market $ 7. Furnish the name, title, address. and. the number of voting and nonvoting shares of stock held by each officer and director and each shareholder owning more than 5% of any class of stock. If more than 5% of any class of stock is held by one or more corporations, then each owner - corporation must also complete separate pages '(type corporation name on said pages for identification purposes.) and furnish the audited financial statement required on each. page. If said owner -corporations are owned by other corporations, then these other corporations must also complete separate pages (type corporation name on said pages for identification purposes) and furnish the audited financial statement required on each page. The City requires information on all corporations that directly or indirectly have an ownership interest in the proposer -corporation. 8. If an individual or corporation will be guaranteeing performance of the proposer -corporation, state name here and also complete corresponding pages. If a corporation, provide name of corporation on corresponding pages for identification purposes and furnish audited financial statement(s) as required on the page for the individual or corporate guarantor. 95- 82 Audited Financial_ Statement Proposer, owner -corporation proposer, and any person or business entity guaranteeing the performance of the proposer must attach a complete report, prepared in accordance with good .accounting practice, reflecting current financial condition. The report must include audited financial 'statements (balance sheet and income statement). The person or entity covered by the statement must be prepared to substantiate all information shown. Surety Information Has any surety or bonding company ever been required to perform upon your default? Yes ( ) No ( ) If yes, attach a statement naming the surety or bonding company, date, amount of bond, and the circumstances surrounding said default and performance. bankruptcy Information Have you ever declared bankruptcy? Yes ( ) No ( ) Have you ever been declared bankrupt? Yes ( ) No ( ) If yes to either of the preceding questions, state date, court jurisdiction, amount of liabilities and amount of assets. Pending Litigation Provide on attached sheets detailed information regarding Mnding litigation, liens, or claims involving any participant in the proposal. 95- 82 Describe in detail the duration and extent of your business experience in development of boat yard facilities, _marina facilities and other commercial development. Also state in detail the names and pertinent experience of the persons who will be directly involved in development and management of the facilities. List the names and locations of currently owned or managed facilities and your percentage ownership, and any such facilities which you currently manage. In addition, please also provide photographs or other illustrative material depicting projects that will demonstrate your ability to complete a quality development. The name and address should be given for each project identified as well as persons familiar with the development who. will respond to inquiries from. the City. You should also identify your specific role in each project. • 95- 82 REFERENCES OF PROPOSER List four persons or firms with whom you have conducted business transactions during the past three years. At least two _of the references named are to have knowledge of your debt payment history. At least one reference must be a financial institution. eference No. Name: Firm: Title: Address: Telephone: Nature and magnitude of purchase, 'sale, loan, business association, etc.: Reference No. 2 Name: Firm: Title: Address: Telephone: Nature and magnitude of purchase, sale, loan, business association, etc.: 95'- 82 Reference No. 3 Name: Firm: . i. Title: Address: Telephone: Nature and magnitude of purchase, sale, loan, business association, etc.: Reference No. 4 Name: Firm: Title: Address: Telephone: Nature and magnitude of purchase, sale, loan, business association, etc.: 95- 82 s Name: Street Address: Mailing Address: Telephone: Professional Registration Number Name of principals and -their titles who will be chiefly responsible for the design and engineering of,the project: Name Title Name Title 9�- 82 0 Describe in detail the duration and extent of your experience with special emphasis upon experience related to the proposed uses. Also, state in detail the names and pertinent experience of the principals who will be directly involved in the project. In addition, please also include photographs or other illustrative material depicting projects that will demonstrate your qualifications for the project identified as well as for persons familiar with the development who could respond to inquiries from the City. You should also identify your specific role in each project.' 95- 82 Surety Information - Has any surety or bonding company ever been required to perform upon your default? Yes ( ) No ( ) If yes, attach a statement naming the surety or bonding company, date, amount of bond, and the circumstances surrounding said default and performance. Bankruptcy Information Have you ever declared bankruptcy?. Yes ( ) No ( ) Have you ever been declared bankrupt?• Yes ( ) No ( ) If yes to either of the preceding questions, state date, court jurisdiction, amount of liabilities and amount of assets. Pending Litigation Provide on attached sheets detailed information regarding pending litigation, liens, or claims involving• any participant in the proposal. 95- 82 Describe in detail the duration and extent of your experience with special emphasis.upon experience related to development of boat yards and marina facilities. Also, state in detail the names and pertinent experience of the principals who will be o directly involved in the project. In addition, please also include photographs or other illustrative material depicting projects that will demonstrate your qualifications for the project identified as well as for persons familiar with the development who could respond to inquiries from the City. You should also identify your specific role in each project. 1:7.5filelUslyV ipm ON wwe) 3i t _i_\I M-1613 U IFUZOR 0 40 V Bley W DR \ i MOM NO Surety Information Has an surety or bonding company; ever been required to erform i Y Y 9 P Y; q P upon your default? Yes ( j No ( ) If yes, attach a statement naming the surety or bonding company, date, amount of bond, and the circumstances surrounding said default and performance. Bankruptcy Information ' Have you ever declared bankruptcy? Yes ( j No ( j Have you ever been declared bankrupt? Yes ( j No ( j If yes to either of the preceding questions, state date, court jurisdiction, amount of liabilities and amount of assets. Pending Litigation Provide on attached sheets detailed information regarding pending litigation, liens, or claims involving any participant in the proposal. 95- 82 REFERENCES OF ARCHITECT.JLANDSCAPE ARCHITECT.IENGINEER' S SUBCONSULTANTS List two persons or firms for whom you have completed projects during the past three years. Reference No. 1 Name: Firm: Title: Address: ' Telephone: I Nature and magnitude of business association: Reference No. 2 Name: Firm: Title: Address: Telephone: Nature and magnitude of business association: 95- 82 PROPOSER'S GENERAL CONTRACTOR OR CONSTRUCTION MANAGER QUESTIONNAIRE Name. - Street Address: Mailing Address: Telephone: Professional Regitration Number: Name of principals and their titles who will be chiefly responsible for the general contracting or management of the construction project: Name Name Title Title 95- I1-19 I Of IV 10 WOUR94 F.-1!13VeJ5RW, -- 0 Describe in detail the duration and extent of your experience with special emphasis upon experience related to development of boat yards and marina facilities. Also, state in detail the names and pertinent experience of the principals who will be directly involved in the project. I In addition, please also include photographs or other illustrative material depicting projects that will demonstrate your qualifications for the project identified as well as for persons familiar with the development who could respond to inquiries from the City. You should also identify your specific role in each project. 95- 82 FURTUTIMPIM urety I- formation Has any surety or bonding company ever been required to perform upon your default? Yes ( ) :No ( ) If yes, attach a statement naming the surety or bonding company, date, amount of bond, and the circumstances surrounding said default and performance. Bankruptcy Information Have you ever declared bankruptcy? Yes ( j No ( j Have you ever been declared bankrupt? Yes ( ) No ( ) If yes to either of the preceding questions, state date, court jurisdiction, amount of liabilities and amount of assets. Pending Litigation Provide on attached sheets detailed information regarding pending litigation, liens, or claims involving any participant in the proposal. 95- 82 REEERFNC_F.S OF PROPOSER'S GENERAL CONTRACTOR OR CONSTRUCTION MANAGER CONTRACTOR List two persons or firms for whom you have completed projects during the past three years. Reference No. 1 Name: Firm: Title: Address: Telephone: Nature and magnitude of business association: Reference No. 2 Name: Firm: Title: Address: Telephone: Nature and magnitude of business association: 95- 82 Name: Street Address: Mailing Address: Telephone: Name of principals and their titles who will be chiefly responsible f6r the' operations and overall management of the project: Name Name Title Title 95- 82 Describe in detail the duration and extent of your' experience with special emphasis upon experience related to the boat yard and marina facilities operantions and management. Also, state in detail the names and pertinent experience of the principals who will be directly involved in operating and managing the facility. In addition, please also include photographs or other illustrative material depicting projects that will demonstrate your qualifications for the project identified as well as for persons familiar with the development who could respond to inquiries from the City. You should also identify your specific role in each project. 95- 82 I1-24 BACKGROUND DATA OF PROPOSER'S OPERATIONAL MANAGER Surety Information Has any surety or bonding company ever been required to -perform upon your default? Yes ( ) No ( ) If yes, attach a statement naming -the surety or bonding company, date, amount of bond, and the 'circumstances surrounding said default and performance. Bankruptcy Information Have you ever declared bankruptcy? Yes ( ) No ( ) Have you ever been declared bankrupt? Yes ( ) No ( ) If yes to either of the preceding questions, state date, court jurisdiction, amount of liabilities and amount of assets. Pending Litigation Provide on attached sheets detailed information regarding pending litigation, liens, or claims involving any participant in the proposal. 95- 82 II-25 REFERENCES OF PH POSER'S OPERATIONAL MANAGE List two persons or firms for whom you have managed projects during the -past three years. Reference No. 1 Name: Firm: Title: Address: Telephone: Nature and magnitude of business association: Reference No 2 Name: Firm: i Title: Address: Telephone: Nature and magnitude of business association: 95- 82 1 II-26 OPERATIONAL MANAGER'S SUDCONSULTANTS' 0,11ESTInNNAIRE For each subconsultant or subconsulting firm, please provide the following information. Name: Address: Telephone: ' Name of principals and their titles who will be chiefly responsible for the project: Name Name Title Title 95- 82 II-27 e ,jai, : • � r r • urety—information Has any surety or bonding company ever been required to perform upon your default? Yes ( ) ; No ( ) If yes, attach a statement naming ;the surety or bonding company, date, amount of bond, and the 6ircumstances surrounding said default and performance. Bankruptcy Information Have you ever declared bankruptcy? Yes ( ) No ( ) Have you ever been declared bankrupt? Yes ( ) No ( ) If yes to either of the preceding questions, state date, court jurisdiction, amount of liabilities and amount of assets. Pending Litigation Provide on attached sheets detafl6o% information regarding pending litigation, liens, or claims involving any participant in the proposal. 95- 82 I1- 29 REFERENCES OF OPERATIONAL MANAGER'S SUBCONSULTANTS List two persons or firms for whom you have managed projects during the past three years. Reference No. 1 Name: Firm: Title: Address: Telephone: „()_ Nature and magnitude of business association: Reference No. 2. Name: Firm: Title: Address: Telephone: Nature and magnitude of business association: 95- 82 EXHIBIT III. MINORITY PARTICIPATION FORMS 95-- 82 MINORITY PARTICIPATION DOCUMENTATION NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S): a) List principal business address: (street address) i b) List all other offices located in the State of Florida: (street address) Name of individual holding license in this profession (if applicable): MINORITY PROCUREMENT COMPLIANCE";'- -The undersigned proposer acknowledges that (s)he has received a copy of Article IV. 5 Sections 18-67= 18-77 of the.City Code • _ (see AppendiX"t!.),,a.nd agrees to comply with all applicable substantive and procedural provisions therein, including any amendments thereto. Proposer: Signature: (company name) Print name: Date: - Indicate if Business is 51% Minority -owned: (Check one box only)' ( ] Black ( ] Hispanic ( ) Female AFFIRMATIVE ACTION PLAN If -firm has an existing plan, effective date of. implementation 0 If firm does not have an existing plan, the Successful Proposer(s) shall be,required to establish an Affirmative Action Policy, pursuant to Article.W. 5f Sections 18-67 -18-77 of the City of Miami Code. Proposer: Signature: (company name) 95- 82 TTT � EXHIBIT IV Metropolitan Dade County Department of Environmental Resource Management BIOLOGICAL ASSESSMENT CC94-136 OF MARINE STADIUM BASIN July,1994 October,1994 METROPOLITAN DADE COUNTY, FLORIDA METRODADE ,< IERIALAS ENVIRONMENTAL RESOURCES MANAGEMENT 33 S.W. 2nd AVENUE MIAMI, FLORIDA 33130.1540 (305) 372.6789 July 7, 1994 Mr. Courtney D. Allen Assistant Development Coordinator City Of Miami 300 Biscayne Boulevard Way Suite 400-401 Miami, FL 33131 Re: Biological Assessment CC94-136: City of Miami Marine Stadium, Rickenbacker Causeway, Miami, Dade County, Florida. Dear Mr. Allen: A biological assessment of the above referenced site was conducted by Department biologists on May 23, 1994. The purpose 'of this assessment was to determine if a Class I permit is necessary for an expansion of the City of Miami Marine Stadium stage and seating area and to determine the feasibility of permitting such an expansion. DERM's inspection was conducted on a portion of the city -owned marine stadium basin, specifically on the area spanning the length of the stadium and extending approximately 100 feet waterward of the stadium edge. The water clarity was moderate during the inspection. The water depth in the proposed expansion area ranged from 6 feet to approximately 20 feet. Inspection of the sand/silt substrate within 100 feet of the existing seating area revealed the presence of sparse patches of dwarf seagrass (Halophila deci in ens) from 'the edge of said structure waterward to approximately 16 feet. Adjacent to either end of the seating structure, areas of moderate to dense manatee grass, (Svrinaodium ,filiforme) were present and extended from near the waters edge waterward approximately 23 feet from the structure. in addition, mermaid's cup algae (Acetabularia crenulata), calcareous disk algae (Halimeda oountia) and green algae (Cauleroa so.) were observed as well as several species of sponges. The majority of the species were observed in the area from the stadium edge waterward to approximately 25 feet. Beyond this 25 foot band few significant plant species were observed. Debris was observed scattered throughout the area including concrete blocks,- concrete slabs and assorted trash such as cans, bottles, etc. Pursuant to Section 24-58 of the Metropolitan Dade County Environmental Protection Ordinance, a Dade County Class I Permit is required for any work in, on, over or upon tidal waters, submerged bay -bottom lands .or coastal wetlands in Dade County. This assessment was performed in 95- -82 response to a proposal involving the construction of a permanent stage platform over the aforementioned area of the basin. The work as proposed would result in adverse impacts to the aforementioned species contained within the project area. Further, this structure would be considered non -water dependent because it is not consistent with the following definition, as contained in Section 24-3(107), Dade County Code: "Water dependent use shall mean a use which cannot exist or occur. without association with marine, freshwater, or estuarine water masses". Please be advised that Section 24-59 and Section 24-59.1 of this Ordinance specifically prohibit floating and fixed non -water dependent structures in, on, over or upon tidal waters of Dade County. The issuance of a Class I Permit for an expansion of the marine stadium over the waters of the basin would therefore require a variance to the Ordinance. Variances of this type to the Code can only be approved by the Dade County Board of County Commissioners (BCC) through the standard form application process, which involves a public hearing. Please refer to the enclosed copy of Sections 24-59.1 and 24-59.2 for further information on the variance procedure. Please be advised that DERM would likely recommend that the BCC deny a variance request and Class I Permit for an overwater expansion of the existing structure's footprint due to its non -water dependent nature, the individual and cumulative impacts of the structure and because other, less impacting alternatives may be available.. In addition to a. DERM. Class I Permit, the proposed project would require approvals from the Army Corps of Engineers, the Florida Department of Environmental Protection and the South Florida Water Management District. A DERM Class I Coastal Construction Application Package is enclosed. In addition to the.above restrictions, the City of Miami would need to provide zoning and structural approvals prior to the issuance of a Dade County Class I Permit. Because applicable regulations and site conditions are likely to change over time, the conditions and restrictions of this letter shall be valid for a period of two (2) years from the date of this letter. Please note that the required $525.00 fee for this assessment has not been paid and must be submitted within thirty (30) days of receipt of this letter. Please be advised that DERM will not process any further requests for biological assessments until all applicable fees have been received. Please contact Christy L. Waite at (305) 372-6575 if you have any questions regarding this matter. „ , Criig K. Grossenbacher----6hief Coastal Resources Section 95 82 METROPOLITAN DADE Cu JNTY, FLORIDA METROflADE MMIIIF Courtney Allen Assistant Development Coordinator City of Miami 300 Biscayne Boulevard Way Suite 400-401 Miami, FL 33131 BERM ENVIRONMENTAL RESOURCES MANAGEMENT 33 S.W. 2nd AVENUE MIAMI, FLORIDA 33130.1540 _. (305) 372.6789 October 19, 1994 (, Re: Biological assessment CC94-136: City of Miami Marine Stadium, Rickenbacker Causeway, Miami, Dade County, Florida. Dear Mr. Allen: Please accept this as a confirmation of the information discussed during our October 5, 1994 meeting and as a modification to DERM's July 7, 1994 biological assessment of the stadium area. DERM is willing to recommend to the Board of County Commissioners that a variance to Section 24-59.1 Dade County Code (which specifically prohibits non -water dependent structures over Dade County tidal waters), be approved for the construction of a fixed platform over tidal waters adjacent to the existing marine stadium, provided that impacts to surrounding benthic communities be minimized and that adequate mitigation is performed to offset the unavoidable impacts. This determination is based on further analysis of the intended use of the marine stadium and basin. Because applicable regulations and site conditions are likely to change over time, the conditions and restrictions contained herein shall be valid for a period of two (2) years from the date of this letter. Please note that the required $525.00 fee for this biological assessment has not been paid and must be submitted within .thirty (30) days of the date of this letter. If you have any que tions please do not hesitate to call Christy L. Waite at (305) 372-657_ Crag K. Grossenbacher, Chief Coastal Resources Section 95-- 82 EXHIBIT V MIAMI ARENA LEASE AGREEMENT Non -Compete Clause 95- 82 i LAND LEASE AGREEMENT �c between C CITY OF MIAMI, MIAMI SPORTS AND EXHIBITION AUTHORITY and _. DECOMA MIAMI ASSOCIATES, LTD. i AS "OPERATOR" DATED: October, 1986 ( i 95— 82 c I( this Section 10; pTovided however. that any such amendment shall not: (a) in any way affect the Term hereby demised; nor (b) + affeot adversely in any material. respect any rights of the CITY under this Lease; (o) such approval can be unreasonably'witheld; '( (d) shall be subject to the provisions of Section 33 of, this Lease and (e) affeot the rights of the OPERATOR under the Miami Arena Contract. (11) All rights and benefits afforded to a f Leasehold Mortgagee in Section 10 hereunder shall also be afforded to a party providing financing to the AUTHORITY pursuant i to a Financing Sublease. 't Section 10.2. No Waives of the AUTHORITY's Obligations or CITY's Rights. Nothing oontained in this Section 10 or_ in any Leasehold Mortgage shall be deemed or construed to relieve the t AUTHORITY and OPERATOR from the full and faithful observance and performance of their covenants, conditions and agreements contained herein. or from any liability for.the non-observanoe or nonperformance thereof, or, to require or provide for the subordination to the lien of such Leasehold Mortgage of any estate, right, title or interest of the CITY in or to the Project ' or this Lease. SECTION 11 N_OrN--COMPETITION Section 11.1. The CITY agrees that during the Term hereof it shall not sponsor in any manner a facility that shall compete with the Arena at which substantially similar events can be . presented on a commercial basis to audiences of comparable size -47- 9 5 - 82 1= .\ 01 other than the Fames. L. Knight International Center, the Ralph Monroe Marine Stadium (as they presently' exist), any permanent and/or temporary Exhibition/Convention Hall Facility, including the Coconut Grove Exhibition Center and any expansion thereto, and the planned Bayfront Park Amphitheater so long as commercial audiences who purchase tickets for any such event held at the amphitheater are restricted to no more than 4,000 people for each such event. Section 11.2. Deooma, as the OPERATOR, and its general partner, Deooma, Ltd. agree that for so long as Deooma is the OPERATOR under the terms of the Miami Arena Contract, Deooma and Deeoma, Ltd, shall not develop, oonstruot'and operate, within the Florida counties of Dade, Broward, Monroe; and Palm Beach, _an arena facility, which facility (a) is of similar size and quality and provides similar amenities to the Arena and (b) has been designed to accommodate and accommodates audiences of comparable size to those audiences which can be accommodated in the Arena, and (a) holds events, on a commercial basis, that are the same events which would have been held at the Arena, but for the development, construction and operation of such facility by Deooma or Deooma, Ltd. This Section 11.2 shall not apply to shareholders of, or parties owning any beneficial interest in, the above designated entities. Section 11.3. The AUTHORITY has represented to the OPERATOR and the OPERATOR understands and accepts that the Arena is not intended to be used for the principal purpose of booking conventions, trade shows, and exhibition space but rather that -48- 9 5 - - 82 the Arena is to be a multipurpose sports and entertainment complex acting as a catalyst for attracting professional sports franchises, musicals, concerts, and other special event. In recognition of this intention, OPERATOR agrees that it shall not principally market the Arena for conventions, trade shows, and exhibitions. SECTION 12 NOTICES Section 12.1. Method and Addresses. All notices, demands, or other writings required or allowed in this Agreement must be in writing and shall be served: (i) by depositing the same in the United States mail addressed to the party -to be notified, postage prepaid, registered or certified mail, return receipt requested; (ii) by delivering the same in person to such party; or (iii) by prepaid telegram, telex, private or commercial teleoopy, or Federal Express or similar delivery service. Notice given in accordance with (i) above shall be effective three (3) days after being deposited in the U.S. mail. Notice given in accordance with (ii) or (iii) above shall be effective upon receipt at the address of the addressee. For the purposes of notice, the addresses of the parties shall be as follows: TO THE CITY: CITY OF MIAMI ATTN: City Manager 3500 Pan American Drive Miami, Florida 33133 , Telecopy No.: 305-285-1835 -49- 9 5 - 82 TO : Honorable Mayor and Members of the City Commission FROM : Cesar City RECOMMENDATION: CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM 12 DATE : sAN 3 1 1995 FILE : SUBJECT :Resolution Authorizing Issuance of RFP for Miami Marine Stadium Property UDP REFERENCES: for City Commission ENCLOSURES: Meeting of 2/9/95 It is respectfully recommended that the City Commission adopt the attached Resolution authorizing' the issuance of a Request For Proposals ("RFP") on February 28, 1995, in substantially the form attached, for a Unified_ Development Project ("UDP") consisting of the development of the Miami Marine Stadium and related marine and recreational uses on approximately 18 acres of City -owned waterfront property located at 3601 Rickenbacker Causeway, Miami, Florida; selecting a certified public accounting firm and appointing members to a review committee to evaluate proposals and report findings to the City Manager as required by the City Charter and Code for_Unified Development Projects. BACKGROUND: The Department of Development recommends that the City Commission adopt the attached Resolution in order to implement the UDP process for the development of the aforementioned City -owned property. On July 26, 1994, by Resolution No. 94-570, the City Commission declared the development of the Miami Marine Stadium and related marine and recreational uses on approximately 18 acres of City -owned waterfront property, Miami, Florida, a UDP as required by City Charter Section 29- A(c) and City Code Section 18.52.9. In accordance with City of Miami Charter Section 29-A(c) and City Code Section 18.52.9, the City Commission has scheduled a public hearing for February 9, 1995, to take testimony regarding the contents of the RFP, authorize its issuance, select a certified public accounting firm and appoint members to a review committee from persons recommended by the City Manager. 95- 82 :1s_, Honorable Mayor and Members of the City Commission Page: 2 It is recommended that the certified public accounting team, composed of Ernst & Young LLP, in association with the minority -owned firm of Watson & Co., be selected as the certified public accounting team for this UDP. Ernst & Young was ranked as number one out of total of 4 submissions of qualifications evaluated by City staff and two independent CPA's. Furthermore, the following individuals are recommended for appointment to the review committee for this UDP Project: Members of the Public - Hilario Candela, Architect - Richard Bischoff, Chamber of Commerce - Joseph Corral, Asset Management Board Member - Teresa Benach, Waterfront Board Members of the City - Anna Sardina, Asset Management - Maria Perez, Department of Development - Lawrence Terry, Public Facilities Attachment: Proposed Resolution Draft RFP MONEW'di To : Matty Hirai City Clerk FROM : Herbert J. Bailey Assistant City M; Department of Di CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM DATE : January 20, 1995 FILE : SUBJECT : Request for Advertisement Public Hearings for 1JDP process REFERENCES: ENCLOSURES: The Department of Development, through Resolution No. 94-570, No. 94-571 and No. 94-448, was authorized to prepare draft RFP's for three separate projects, part of this authorization scheduled public hearings to take testimony regarding the contents of these draft RFP's. The public hearings to take testimony, etc. on these RFP's have been rescheduled a number of times. On October 27, 1994, the Commission requested that the public hearings be rescheduled for December 1, 1994 at 10:00 a.m., to give them more time to review the documents. During the City Commission meeting of December 1, 1994 the Commission agreed to reschedule the public hearings again for the January 12, 1995 Commission meeting. Finally, on January 12, 1995 the Commission rescheduled the public hearings one more time for February 9, 1995 at 10:00 a.m.. The attached "Notice of Public Hearing" for each individual project schedules these public hearings for the Commission meeting of February 9, 1995 at 10:00 a.m.. Therefore, the Department of Development is requesting that your Office issue these advertisements appropriately. The following account can be charged for the cost of advertisement, No. 590101-287. Thank you for your prompt attention and cooperation in this matter. 95— 82 CITY OF MIAMI, FLORIDA NOTICE OF PUBLIC HEARING A PUBLIC HEARING HAS BEEN SCHEDULED FOR THE CITY COMMISSION MEETING OF FEBRUARY 991995 AT 10:00 A.M. TO TAKE TESTIMONY REGARDING THE CONTENTS OF THE DRAFT RFP FOR THE DEVELOPMENT OF THE NIIAW MARINE STADIUM AND RELATED MARINE AND RECREATIONAL USES ON CITY -OWNED WATERFRONT PROPERTY LOCATED AT VIRGINIA KEY. AT THE CONCLUSION OF THE PUBLIC HEARING, THE CITY COMMISSION WILL CONSIDER AUTHORIZING THE ISSUANCE OF THE RFP, THE APPOINTMENT OF ' MEMBERS TO A REVIEW COMMITTEE AND THE SELECTION OF A CPA FIRM TO EVALUATE PROPOSALS RECEIVED IN RESPONSE TO THE RFP. All interested parties may appear at the meeting to be held at the time and place specified above. Should any person desire to appeal any decision of the City Commission with respect to any matter to be considered at this hearing, that person shall ensure that a verbatim record of the proceedings is made including all testimony and evidence upon which any appeal may be based. MATTY HI" CITY CLERK CITY OF NHAMI, FLORIDA 95- 82