Loading...
HomeMy WebLinkAboutR-95-0415J-95-463 5/25/95 r t RESOLUTION NO. A RESOLUTION, WITH ATTACHMENT, AUTHORIZING THE ISSUANCE OF A REQUEST FOR PROPOSALS ("RFP") ON MAY 30, 1995, IN SUBSTANTIALLY THE FORM ATTACHED, FOR A UNIFIED DEVELOPMENT PROJECT ("UDP") CONSISTING OF THE DEVELOPMENT OF A BOTANICAL GARDEN ATTRACTION AND RELATED USES ON APPROXIMATELY 19 ACRES OF CITY - OWNED WATERFRONT PROPERTY LOCATED AT WATSON ISLAND, MIAMI, FLORIDA, AS REQUIRED BY CITY CHARTER SECTION 29 A(c) AND CODE SECTION 18.52.9. WHEREAS, the City of Miami Charter Section 29A(c) allows for "Unified Development Projects" ("UDP"), where an interest in real property is owned or is to be acquired by the City and is to be used for development of improvements; and WHEREAS, on February 9, 1995, pursuant to Resolution No. 95-99, the City Commission determined that the development of a botanical garden attraction and related uses, on approximately 19 acres of City -owned waterfront property, located at Watson Island, Miami, Florida, would best be accomplished using the UDP process; and OF MAY 2 5. Besolution No. 4 t � ti CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO : Honorable Mayor and Members of the City Commission FROM : Ces 1 City er RECOMMENDATION: DATE : MAY 15 1995 FILE : SUBJECT Resolution Authorizing Issuance of RFP for Watson Island Botanical Garden Attraction UDP REFERENCES: for City Commission ENCLOSURES: Meeting of 5/25/95 It is respectfully recommended that the City Commission adopt the attached Resolution authorizing the issuance of a Request For Proposals ("RFP") on May 29, 1995, in substantially the form attached, for a Unified Development Project ("UDP") consisting of the development of a Botanical Garden Attraction and related uses on approximately 19 acres of City -owned waterfront property located at Watson Island, Miami, Florida 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 February 9,1995, by Resolution No. 95-99, the City Commission declared the development of a Botanical Garden Attraction and related uses on approximately 19 acres of City -owned waterfront property, located at Watson Island, 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 May 25, 1995, to take testimony regarding the contents of the RFP, and consider its issuance on May 29, 1995. Furthermore, the Charter and Code requires that a certified public accounting firm be selected and a review committee be appointed to evaluate proposals to be received in response to the RFP. 95- 4.15 3-1 Honorable Mayor and Members of the City Commission Page: 2 At this time, we are seeking statements of qualifications from certified public accounting firms certified by the City of Miami as Minority Women Business Enterprises (M/WBE). A recommendation will be made to the City Commission at a later date regarding the selection of a certified public accounting firm and the appointment of individuals to a review committee for this UDP project. Attachment: Proposed Resolution Draft RFP 95- 415 i i CITY OF "I.AM1-� 1/ SENT BY:DEV/HOL'S1RG-ASSET MGMT; 5-15-95 � 16:08 i CI t Y or MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO Malty Hirai City Clerk r I IoM : Herbert .I. Bailey Assistant City Manager Department of Developm °ATIF ' May 16, 1995 Her SUBJECT : Request for Advertisement Public Hearing for UllP process REFERENCES : ENMOSIIIII S The Department of Development, through Resolution No. 95-99, was authorized to prepare a draft RFP for the Watson Tsland Botanical Garden Attraction IJDP, part of this authorization scheduled a public hearing to take testimony regarding the contents of this draft RFP. The public hearing to take testimony, etc, on this RFP has been rescheduled as of the last Commission meeting on May 1 1, 1995. The attached "Notice of Public Hearing" for this project schedules the public hearing for the Commission meeting of May 25, 1995 at 10:00 a.m.. 'Therefore, the Department of Development Is requesting that your Office issue this advertisement 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- 41.5 WHEREAS, pursuant to the aforementioned Resolution, it was determined that said UDP for a botanical garden attraction and related uses, shall consist of an integrated package from the private sector that includes planning, design, construction, leasing and management of the proposed improvements; and WHEREAS, Resolution No. 95-99 further authorized the City Manager to prepare a Request For Proposals ("RFP") and scheduled a public hearing for May 25, 1995, at 10:00 a.m. to consider the contents of the RFP; and WHEREAS, City Charter Section 29 A(c) 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 consisting of an appropriate number of City Officials or employees and an equal number plus one of members of the public whose names shall be recommended by the City Manager; WHEREAS, the City is now seeking qualifications from certified public accounting firms and a selection will made at a later date; and WHEREAS, the appointment of members to a review committee will be made at the time the City Commission is requested to select the certified public accounting firm; t NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings set forth in the Preamble to this Resolution are hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section. 95- 415 Section 2. The City Manager is hereby authorized to issue an RFP on May 30, 1995, in substantially the form attached, for the Unified Development of a botanical garden attraction and related uses on approximately 19 acres of City -owned waterfront property located at Watson Island, Miami, Florida. Section 3. This Resolution shall be effective immediately upon its adoption. PASSED AND ADOPTED this 25th day of May , 1995. ATTEST: PREPARED AND APPROVED BY: LINDA K. KEARSON - ASSISTANT CITY ATTORNEY W 100:csk:LKK APPROVED AS TO FORM AND CORRECTNESS: 95-- 415 F of 4 f9 �o, F REQUEST FOR UNIFIED DEVELOPMENT PROPOSALS FOR TIE WATSON ISLAND ATTRACTION WATSON ISLAND MIAMI, FLORIDA ISSUED: May 30, 1995 CITY OF MIAMI Stephen P. Clark, Mayor J.L. Plummer, Jr., Vice Mayor Victor H. De Yurre, Commissioner Wifredo (Willy) Gort, Commissioner Miller J. Dawkins, Commissioner Cesar H. Odio, City Manager A. Quinn Jones Ill., 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. Tuesday, August 29, 1995 .9 r; — A S. 5 (r�i#fir af 4`tttaiati CESAR H. Owo CITY MANAGER May 30, 1995 Ladies and Gentlemen: P. O. BOX 330708 MIAM1, FLORIDA 33233-0708 305-250—S400 FAX 305-28S-1835 Thank you for your interest in the Unified Development of a Botanical Garden Attraction, and related uses on approximately 18.6134 acres of City -owned, waterfront property and adjacent baybottom land located at Watson Island, 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., Tuesday, August 29, 1995 . The City retains the option to require 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. 95— [� k-­ May 30, 1995 Page Two 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. 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. No additions or modifications may be made to the proposals and the entities they represent subsequent to the submission deadline. New and/or current personnel who are not identified in the proposal may not be introduced as part of the proposal entity and/or its consultants 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 Wednesday, June 28, 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 Walter J. Foeman, City Clerk, (First Floor Counter), City Hall, 3500 Pan American Drive, Miami, Florida 33133 by 2:00 p.m. Tuesday, August 29, 1995. A list of proposers will be made public on that day. Since ly, Cesar H. Odio City Manager 95- A- 15 TABLE OF CONTENTS I. PUBLIC NOTICE Rue II. OVERVIEW A. Introduction.....................................................................................2 B. Location and Characteristics...........................................................3 Figure 1. Regional Location Map ............................. after page 3 Figure 2. Area Location Map .................................... after page 3 C. Site Description.............................................................................3 Figure 3. Site Location Map ...................................... after page 3 Figure 4. Existing Conditions .................................... after page 4 D. Current and Proposed Infrastructure Projects.................................5 Figure 5. Infrastructure Projects ................................. after page 5 E. Appraised Value.............................................................................7 F. Lease Term......................................................................................7 G Financial Return to the City.............................................................8 H. Taxes...............................................................................................8 I. Zoning...............................................................................................9 J. Unified Development Proposal Selection Process........................................................................10 K. Unified Development Schedule......................................................I I III. REQUEST FOR PROPOSALS GENERAL REQUIREMENTS A. Declaration as a Unified Development Project...............................12 B. Commitment of Funds.....................................................................12 C. Commitment of Property............................................................. 13 D. Commitment of Services.................................................................15 E. Execution of Contracts....................................................................15 F. Right of Termination........................................................................15 IV. DEVELOPMENT PROPOSAL REQUIREMENTS A. Development Objectives.................................................................16 B. Use...................................................................................................17 C. Proposed Site Improvements and Public Amenities .......................19 Figure 6. MacArthur Causeway Bridge Underpass ....... after page 19 Figure 7. Heliport Master Plan......................................after page 19 D. Permitting and Licensing................................................................22 E. Estimated Construction Cost...........................................................22 F. Financing Strategy...........................................................................22 G. Development Schedule...................................................................23 H. Composition of the Development Entity........................................23 I. Development Proposal Contents......................................................25 J. Method of Operation........................................................................27 K. Minority Participation.....................................................................27 V. PROPOSAL SUBMISSION REQUIREMENTS A. Submission Procedures...................................................................28 I TABLE OF CONTENTS ~� (Continued) VI. EVALUATION CRITERIA A. Initial Review..................................................................................29 B. Review Committee Evaluation.......................................................30 C. CPA Firm Evaluation......................................................................33 VII. TERMS AND CONDITIONS TO BE INCLUDED IN LEASEAGREEMENT.......................................................................34 APPENDIX A. City of Miami Charter and Code Sections 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), Ordinance 10062 and 10538 APPENDIX C. Watson Island 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 of Submerged Lands EXHIBIT V. Watson Island Deed 9"- 115 I. PUBLIC NOTICE The City of Miami is seeking Unified Development Project Proposals for the development of a Botanical Garden Attraction and related uses on as much as approximately 18.6134 acres of City -owned waterfront property and adjacent baybottom located at Watson Island, 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 total acreage of the Property is approximate& 18.6134 acres approximately 161109 acres ofnland and 2.3025 acres of bay bottom submerged lands. 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 will conduct a Proposal Pre -Submission Conference on Wednesday, June 28, 1995, 10:00 a.m. at the Department of Development offices. While attendance at the Pre -Submission Conference is not a condition for offering proposals, all prospective developers are invited to attend. Proposals must be delivered to Walter J. Foeman, City Clerk, City Hall, 3500 Pan American Drive, Miami, Florida 33133 by 2:00 p.m., Tuesday, August 29, 1995, a list of proposers will be made public on that day. The successful proposal will be subject to the provisions of City Charter Section 29-C of the City of Miami, which states that any subsequent lease of the subject Property shall be approved by a majority of the votes cast by the electorate at a referendum to be held at the next regularly scheduled general election. The 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 subject Property or to the development proposed thereon. Cesar H. Odio City Manager 9 5 - 4.15 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 Botanical Garden Attraction and related entertainment based and ancillary uses. The Property, located at Watson Island, Miami (the "Property"), is comprised of a total area (upland and baybottom) of approximately 18.6134 acres. On February 9, 1995 the City Commission adopted Resolution No. 95-99, declaring that the most advantageous method to develop certain improvements at the Property is through the Unified Development Project ("UDP") process that seeks to procure an integrated development package from the private sector including planning and design, construction, leasing and management of the Property. On May 25, 1995, the City Commission adopted Resolution No. 95-415 authorizing the issuance of this Request for Proposals (the "RFP") on May 30, 1995, 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 shalt include planning and design, financing, and construction of proposed improvements appropriate to the character of the site and the Downtown/Watson Island 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 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 Wednesday, June 28, 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. At the conclusion of the this meeting City staff will conduct a tour of the site and existing facilities for those who wish to attend. Proposals must be delivered to the Office of the City Clerk, (First Floor Counter) City Hall, 3500 Pan American Drive, Miami, Florida 33133 by 2:00 p.m., Tuesday, August 29, 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 95- dis 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'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. Right To Reject all Proposals Pursuant to City Charter Section 29-A, sub -section (c), the City reserves the right to reject all proposals and the right to terminate the UDP process. The City additionally reserves the right to terminate any contract, after a public hearing, in the event of any substantial increase in the City's commitment of funds, property, or services, or any material alteration of such contract awarded under subsection (c) Unified Development Projects, of Charter Section 29-A. B. Location and Characteristics The Property to be developed is located on Watson Island, an 86 acre man-made island, one-half mile east of the City's mainland, as shown in Figure 1. "Regional Location Map" and Figure 2. "Area Location Map". Watson Island is entirely publicly owned and consists of a number of man-made facilities and environments ranging from local marine boating clubs, public park lands, a Japanese garden, a heliport and Chalk's International Seaplane Base. Along MacArthur Causeway to the east of the Property is Miami Beach, an area known for its famous South Beach historic "Deco District" featuring Ocean Drive and some of Miami's most prominent night spots. Directly to the west is downtown Miami, the largest international banking center in the southeastern U.S. and largest retail district in South Florida. To the south of the Property, across the Mac Arthur Causeway and Government Cut waterway is the Port of Miami, the largest cruise passenger port in the world and fourth largest container cargo port in North America. C. Site Description (a) Location As shown in Figure 3. "Site Location Map," the Property is bordered on the south by the MacArthur Causeway (I-395) with direct access to I-95, Miami International Airport, Miami Beach, and Downtown Miami, and Government Cut, a direct deep water (40' depth) access channel to the Atlantic Ocean. To the north of the Property is the leasehold 95- 415 Marco- SITE N E ,kREA LOCATION Figure 2 ,�+ y NK "Ply .. i r. {yktj��{�M4 �tt kL{s� kf }, Ott ft e. k site of the Miami Yacht Club and then Biscayne Bay and the Intercoastal Waterway. Adjacent to the Property on the east is the leasehold site of the Miami Outboard Club. To the southwest of the Property is the MacArthur Causeway bridge, a bascule bridge being reconstructed as a high-level, fixed -span bridge with an estimated completion in winter 1996. Across the MacArthur Causeway on the south side of the island is the proposed leasehold site for the Watson Island Mega Yacht Marina, the Chalk's Airline Seaplane Base (the oldest airline in the world serving the Florida Keys, the Bahamas and the Caribbean) and the proposed surface parking facility of approximately 10 acres. (b) Area The total acreage !2 the Prouty is approximately 18 6134 acres a.p42roximate1y 16.1109 acres of inland and 2,5025 acres gfay bottom submerged lands Included in this acreage is the ananese Gardens (agnroximately 1 acre). A public access roadway will (upon completion of the new causeway bridge) cross under the bridge and link the north and south sides of the island. The leasehold Site does not include the roadway right-of-way which will be 35' in width. (c) Property Improvements Existing property improvements are shown on Figure 4, Existing Conditions. Some or all of the existing publicly owned improvements may be included in the future leasehold, subject to negotiations. Existing facilities include: • The Ichimura-Miami Japanese Garden, an approximately one acre site featuring authentic Japanese style site planning and landscaping. Includes a scenic pedestrian pathway and bridge, benches, statues and wooden pavilion. Please note that the name of this facility may not be altered and that the City reserves the right to require the successful proposer to provide separate public access to this facility. • The Brown House, a designated National Register Historic Structure. • One small restroom/storage building. (d) Existing Utilities A 20" and 12" water main lies 13' south of the centerline of the old causeway right-of- way (public access roadway adjacent to existing Botanical Garden). A 36" water main lies adjacent to the south right-of-way line of MacArthur Causeway. Telephone lines are buried approximately 3' outside the north and south right-of-way lines of the old causeway on the south side of the island. 4 9;5— t9115 No sanitary sewers currently exist on the island, however, the City is currently designing a force main that will follow a subaqueous bay crossing from the mainland (north side of Bicentennial Park) along the south side of the new fixed span bridge to the island in the vicinity of the north end of the existing Botanical Garden. (e) Biological Survey of Baybottom A biological survey of the submerged land area of the north side of the island was commissioned by the City of Miami and conducted by the Dade County Department of Environmental Resources Management on July 6 and September 1, 1994. The findings of the survey revealed that the north side baybottom consists of a number of "epibenthic communities" or seagrasses and that the area is frequented by manatees. The full text of the Biological Assessment CC94-176 is included in Appendix Exhibit IV. - Biological Assessment, The Property and facilities will be open for inspection to prospective proposers by appointment only. Contact Eduardo Rodriguez, Director of Asset and Capital Improvements Management, at telephone (305) 372-4640 for an appointment. D._Current and Proposed Infrastructure / Improvement Projects Several major infrastructure and development improvement projects on Watson Island are currently underway or in the active planning phases. As illustrated on the accompanying map Infrastructure Prpects, Figure 5, these include: (a) MacArthur Causeway Fixed Span Bridge - Currently, the MacArthur Causeway connection to Watson Island from Interstate 395 relies on a bascule bridge over the Intracoastal Waterway that opens regularly except during rush hours. The traffic delays from bridge openings are substantial, and on peak weekend periods, traffic to and from Miami Beach can suffer 30 minute to 1 hour delays. A new fixed span (65' clearance) bridge will eliminate these delays and is due to be completed in 1996. Just as significantly for Watson Island, the new bridge is raised on piers for 200 feet into the island to allow a two lane roadway and surface parking to be placed beneath the bridge structure (see Figure 6, MacArthur Causeway Bridge Underpass). This roadway will link the two sides of Watson Island, thus allowing elimination of the existing at - grade intersection that serves as the traffic access and egress point for the island. With the two sides of the island linked, all traffic exiting or entering the island will do so on ramps that require only a right turn merging movement as in an expressway interchange. Current dangerous and difficult left turn movements crossing opposing lanes of traffic will be eliminated as would the need for a signalized at -grade intersection. (b) Sanitary Sewer Force Main - Watson Island has never been linked to the regional sanitary sewer system. All sanitary facilities on the island are served by septic tanks. The City of Miami will begin final design, construction drawings and permitting for the 95— 115 k�- extension of a sanitary sewer force main to the island in early 1995 with a projected construction completion date in 1996. (c) Miami Municipal Heliport -Currently located within the proposed project site for the Mega Yacht Marina is a heliport consisting of two helipads, offices and hangars. The City has recently completed, with the assistance of the Federal Aviation Administration, a master plan (see Heliport Master Plan, Figure 7) for the relocation and improvement of the heliport to a site immediately east of Chalk's Airline and adjacent to the Government Cut shoreline. This relocation is proposed for 1996. (d) Watson Island. Mega Yacht Marina - On the south side of the island adjacent to the MacArthur Causeway and Biscayne Bay, an approximately 15 acre site (with 14 acres of baybottom) is planned for a Mega Yacht Marina with shoreside retail and support services. This project includes, as an option within the available development program, the construction of a Hotel up to 300 rooms and any ancillary retail services necessary. The marina is proposed for the use of "mega yachts", vessels that exceed 50 feet or more in length. The shoreside support services and marine -related retail cannot exceed 50,000 square feet in size, including restaurants up to 30,000 square feet (including at least one for formal sit down dining). This proposed project is currently in the form of an issued Request for Proposals document and proposal submissions are due August 1, 1995. (e) Port of Miami Tunnel - Currently in the preliminary design phase are plans for the construction of a four lane tunnel from Watson Island to Dodge Island to connect Interstate 395 directly to the Dade County Seaport. The approximate tunnel alignment and construction easements are illustrated on Figure 5. Of significance to this project is the "Maintainance of Traffic" plan for temporarily realigning MacArthur Causeway to allow for construction of the tunnel. This M.O.T. route crosses the easternmost portion of Parcel B. Funding for final construction design is presently being applied for by Dade County. Preliminary schedules project a possible start date for the tunnel project, if construction funding is obtained, by 1998-2000 and completion within five years of the start date. (f) East-West Mass Transit Rail Line A second phase extension of the existing Metrorail mass transit rail system is currently in the preliminary design and alignment alternatives phase. A light rail technology is currently projected to extend to Miami Beach across the MacArthur Causeway. Early design concepts project a separate structure supporting the rail line adjacent to the south side of the new fixed -span bridge. The City of Miami has asked that a station be included on Watson Island and located near the island side bridge terminus. A definitive alignment, station location and construction timetable is not available at the time of publication of this RFP. 6 0)5- 45 .L. (g) Reservation 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. With respect to (b) Sanitary Sewer, any lease executed pursuant to this R.F.P. will contain a provision which will at a minimum provide: "Delay - For the purpose of any of the provisions of this proposed Lease, the City shall not be considered in breach of or in default in any of its obligations, including but not limited to the preparation of the Leased Property for development, or the beginning and completion of construction of infrastructure improvements, or progress in respect thereto, in the event of delay in the performance of such obligations due to inability to obtain funding or inability to obtain permits or approvals from governmental entities other than the City, it being the purpose and intent of this paragraph that in the event of the occurrence of any such delay(s), the time or times for the performance of the covenants, provisions and agreements of this lease, including but not limited to the obligations of the Lessee with respect to construction of improvements, shall be extended for the period of the delay(s), or in the event the delay(s) exceeds 24 months, the City may terminate the lease and the City shall not be liable for damages in excess of those verifiable costs of the Lessee in preparing the response to the initial R.F.P, representing liquidated damages". E. Appraised Value 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. The first appraisal, conducted on May 23, 1995, resulted in the following: an estimated market value of S2.150.000 and a recommended annual minimum guaranteed base rent of S200.000_ or 5% Qf gross annual income, whichever is greater. The second appraisal, conducted on May 23, 1995, resulted in the following: an estimated market value o{ S20.000.000 and a recommended annual minimum guaranteed base rent of $150, 000 or 7 % of gross annual income, whichever is greater The appraisals are available for public inspection by appointment only. Contact Eduardo Rodriguez, Director of Asset Management for an appointment. F. Lease Term The City will enter into a lease agreement with the selected proposer for the development of the Property described herein for a maximum term of forty five (45) years, with one 15 year renewal option. 95— A' 15 k-- i i . G. Financial Return to the City Proposers are advised that the below listed base rent amounts and percentages of gross are the minimum required for proposal submissions and will be subject to negotiated increases in the final lease terms, depending on the extent and quality of improvements proposed. Minimum annual lease payments shall be an annual minimum guaranteed base rent of $200,000 (which may be adjusted annually subject to Consumer Price Index increases over the lease term) OR 5 percent of gross revenues for the general attraction operations plus 5 percent of gross revenues for the retail and banquet operations component, whichever is greater. H. 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: (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." Estimated Current Ad Valorem Taxes Assuming an estimated appraised land value of $2,150,000 (see Section I1. E. Appraised Value), and an estimated improvement cost of $5,000,000 the total assessed value (land and improvements) would be estimated at $5,720,000 [80 percent of total estimated appraised value]. The resulting estimated annual property tax, based on a 1994 millage rate of 31.1095, would be $177,946, The above estimates are for illustrative purposes only. Ad valorem taxes, if assessed, will depend on the value of the proposed improvements. 8 � 5 - 45 I. Zoning Pursuant to the City of Miami Zoning Code, the Property is zoned PR, Parks and Recreation, as described in the official City of Miami Zoning Regulations and as delineated on the official Zoning Atlas of the City of Miami. as provided in the City of Miami PR Zoning Code allowable uses for the specified development include, but are not limited to: "Conditional Principal Uses: 1. Major structures such as performing arts centers, museums, art galleries, and exhibition space which change the character of an existing park and other activities which - , further municipal purposes as determined by the city commission, all after making findings that the intent of the district is adhered to, by Major Use Special Permit only. 2. Supporting social and entertainment services (such as restaurants, cafes, and retailing) public health (clinics and daycare centers) and public safety (police facilities), marine and marina facilities and other entertainment facilities may also be allowed, provided that such activities and facilities are an integral part of the park's design or of the recreational function, all be Special Exception with city commission approval only." 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 Parks and Recreation zoning district, refer to the City of Miami Planning, Building and Zoning Department, 275 N.W. 2nd Street, 579-6086. 9 �- r.15 J. Unified Development Proposal Selection Process The proposal selection process is set forth in Section 29-A(c) of the Charter of the City and Section 18-52.9 of the Code of the City (see Appendix A) 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 approval of the negotiated lease agreement and either (a) authorization to schedule the proposed agreement for referendum for the next regularly scheduled general election or (b) authorization to execute the negotiated lease agreement with the selected proposer. (The selected proposer shall have no vested rights, nor title or interest in the Property or to the development proposed thereon, until such time as a lease agreement is executed.) 11. Referendum by the voters of the proposed project in a regularly scheduled general election. 12. Execution of lease agreement between the City and the selected proposer, contingent upon voter approval. 10 9 5 - e-1 III. REQUEST FOR PROPOSALS GENERAL REQUIREMENTS This RFP is being issued in accordance with City Charter Section 29 and City Code Section 1 S- 52.9, incorporated herein by reference and included as Appendix A, the following information highlights certain requirements contained therein: A. Declaration as a UDP The City Commission determined and declared by Resolution that for the development of improvements on City -owned property or property to be acquired by the City, it is most advantageous to the City to procure from the private sector one or more of the following integrated packages: (1) planning and design, construction and leasing; or (2) planning and design, leasing, and management; or (3) planning and design, construction, and management; or (4) planning and design, construction, leasing and management from a private entity. On February 9, 1995, the City Commission adopted Resolution No. 95-99 declaring that the most advantageous method to develop certain improvements on the Property is by a UDP process that seeks to procure an integrated development package from the private sector including planning and design, construction, leasing and management of the Property. B. Commitment of Funds 1. City The City shall not provide funds or financing for the development contemplated by this RFP. 2. Selected proposer 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. G. Financial Return tQ 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. 12 95- 115 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, as stated in section IV.E. of this RFP, but not less than $3,000,000. 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. Submission of the proposal shall include an Irrevocable Letter of Credit in the amount of $100,000 for the development of the Botanical Garden Attraction and all proposed ancillary uses within the development program. 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. C. Commitment of Property The Property and its improvements are offered "as is" by the City for development and long term management, except as otherwise provided in Section II D(f). 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, that the City may have in its possession are available as public records. The City intends to enter into a lease agreement for the Property with the selected proposer. (Refer to Section II.E.) The term of the lease agreement to be entered into between the selected proposer and the City shall be a maximum term of forty five (45) years with one fifteen (15) year renewal. 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. 13 95- P .15 1r (a) Referendum Approval of the Leasehold Contract - City of Miami Charter Section 29-C - Watson Island provides that before any lease of lands on Watson Island can be entered into, the proposed transaction shall be approved by a majority of the votes cast by the electorate at a referendum. The negotiated lease with the successful proposer shall be submitted to a referendum vote of the electorate of the City at the earliest convenient Citywide election. Charter provisions are included herein as Appen� dix A. Charter and Code Provisions. If the proposed transaction is rejected by referendum vote, the Project shall be terminated. In the event of such a termination, the proposer has no vested rights, nor title or interest in the Property or to the development proposed thereon, nor claim upon the City for any expenses incurred in the proposal process. If the proposed lease is approved by a majority vote of the electorate, then part (b) below shall be addressed: (b) State of Florida - Internal Improvement Fund - DEED RESTRICTIONS The City of Miami was deeded the lands constituting Watson Island in 1949 by the State of Florida (see Appendix - Exhibit V, Watson Island Deed 19447, State of Florida to City of Miami) with the restriction that Watson Island be used solely for public and municipal purposes only. The deed expressly prohibits the sale or lease of lands to any private person or corporation for private purpose. The City, however, obtained from the Trustees (Governor and Cabinet) of the Fund a waiver of this deed restriction in 1981 for the purposes of constructing specialty visitor attractions on Watson Island and utilized the same waiver to propose a privately developed specialty marine exposition center on Watson Island in 1985. Most recently, in 1993, the City of Miami was granted by the Trustees a finding of public purpose to enter into land leases on Watson Island with two private boating clubs and Chalk's Airlines. Before the City of Miami can execute a lease agreement for the proposed Botanical Garden project with the selected developer, it will be required that a finding of public purpose or a waiver of the deed restriction be granted by the Trustees. Because the specified uses are consistent with the City of Miami's Comprehensive Neighborhood Plan officially adopted by Ordinance 10544 on February 9, 1989, the City will, on behalf of the project and with the support of the successful proposer, petition the Trustees for such a finding or a waiver of the deed restriction. Tile City, however, makes no representations and has no information as to whether such a waiver can be successfully obtained for this project. If a request for a waiver of the deed restriction for all aspects of this project is denied by the Trustees, the project shall be terminated. In the event of such a termination, the proposer has no vested rights, nor title or interest in the Property or to the development proposed thereon, nor claim upon the Cityfor any expenses incurred in the proposal process. 14 D. Commitment of Services All City services such as police and fire protection, which are routinely provided to any private development within the City, shall be provided to the selected proposer by the City. E. Execution of Contracts 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 the development proposed thereon, until such time as the leasehold agreement is executed. F. Right of Termination In addition to any other right of termination available, any substantial increase in the City's committment of funds, property, or services, or any material alteration of any contract awarded for UDP's shall entitle the City Commission to terminate the contract 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. The City shall have no liability with regard to its exercise of such right and the selected proposer shall bear all of its own costs with respect thereto. As required by subsection (e) (4) of Charter Section 29-A (c), "substantial increase" shall be defined as a 10% or more increase to the City's proposed committment of funds, property and/or services and "material alteration" shall be defined as failure to comply with all respects of the proposal except as specifically permitted in writing by the City Manager. 15 (Q) it — �, .IL 5 4, IV. DEVELOPMENT PROPOSAL REQUIREMENTS Respondents to this RFP are advised that the following factors must 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! Proposals must provide and maintain a Botanical Garden Attraction, and may include ancillary entertainment and retail service establishments. The Attraction is intended to serve the local and tourist population segments of the Greater Miami and South Florida region. Watson Island offers all of the required access and locational advantages making it an ideal location for this type of specialty attraction. The public objectives for attracting a public recreational open space attraction characterized by the flora and fauna typical of a subtropical environment include: Enhancement of Public Access Amenities and Activities on Watson Island - Throughout the world, botanical gardens are public attractions offering a relaxing ambiance and educational opportunity for the general public and tourists alike. On Watson Island the public has long enjoyed gathering at the marinas, public parks and open spaces, including the Japanese Gardens, with Biscayne Bay and the downtown skyline as a backdrop. In this tradition, and as an extension of these images that are so much a part of Miami's personality, the botanical garden will complete the sequence of parks and public baywalks that line much of the island. The attraction will include cafe and entertainment services oriented to the general public, in addition to the specialty gardens and exhibits. The addition of retail and entertainment services for the public will encourage longer and more varied public visits to the island. Enhancement of Miami as a Local Visitor and Corporate Destination - Watson Island is located within 10 minutes travel time of Miami International Airport, the hotels and convention center of Miami Beach, Downtown Miami, and the worlds largest Cruise Port on Dodge Island. Watson Island is the visitor crossroads of Miami. A visitor attraction featuring both unique and typical tropical and subtropical plant material in a garden setting and complemented with tropical and subtropical fauna in a zoological garden type setting would showcase Miami's unique environmental and ecological qualities for the enjoyment of residents and visitors alike. Aesthetics of the development will be an important consideration in the evaluation of proposals. The City expects all improvements to respect the local environment and be responsive to the waterfront setting. Of special interest is the optimization of public access via a bayfront promenade and enhancement of public views on the island and to the bay. 16 '-- 1:.i rv �.� k�- B. Use The principal use of the Property shall be a Botanical Garden Attraction. Ancillary uses may include related retail and entertainment services for the users of the attraction and general public. All uses provided shall be non-exclusive uses. (a) Principal Use (1) Botanical Garden Attraction A Botanical Garden Attraction. A specialty garden attraction consisting of unique and typical South Florida and Caribbean (tropical and subtropical) flora and fauna, open spaces, pathways and special exhibit areas for the display of related themed shows, interactive and educational environments, animal habitats and other related uses. The attraction shall offer on -site -services to the local, tourist and corporate users of the facility as well as space for related retail complementary to the surrounding parks and open spaces. It is the City's intent that this botanical garden shall be utilized not only as a specialty type attraction, but also as an asset to the local and visitor educational and cultural experience in South Florida. Proposers are encouraged to forge partnerships with local and national educational and cultural institutions, at all levels, to create opportunities for these institutions to take advantage of the facility and to form programs and events which accomplish this objective. The planning, design and construction of the attraction shall adhere to and, if possible, exceed all design standards and guidelines as set forth in this document and as stipulated by Federal Guidelines related to Public Attractions and Live Animal Exhibition and Living Space, see Section IV C(a). 17 vr,_ A- 15 k, (b) Ancillary Uses (1) Attraction -Related Services and Amenities Retail, Amphitheater, Banquet Facilities and related services are permitted within the project site provided they are ancillary to the Botanical Garden Attraction. (a) Retail Services: Proposals may include as ancillary uses to the principal use of the premises a related retail gift shop component. All attraction related retail services shall be located within the project site as described on the Sketch of Survey, Appendix A. The City reserves the right to require, as a provision of the proposed lease agreement, review and approval of all sub -lease agreements for retail space. (b) Amphitheaters: Proposals may include as an ancillary use to the attraction, "open air" amphitheater structures for the staging of animal shows, educational exhibits, private functions and related uses, not to exceed 1,000 permanent seats each. (c) Banquet/Special Event Facilities: For the purposes of special events, corporate fuunctions, parties and similar uses the attraction may include up to 75,000 square feet of enclosed banquet space, including a kitchen and staging area for caterers and professional personnel as necessary. The seating and use of this type of facility is subject to all applicable codes and restrictions of the City of Miami Zoning Code and Fire Safety requirements as determined by the City of Miami Department of Fire and Rescue. (d) Boat Landing: Proposals should include, as an amenity and to enhance public access to the island and the site, a boat landing for commercial or public watercraft (water taxi's, charter/party boats, private vessels) contingent upon permitting by all applicable local and state authorities (i.e. Metro Dade Department of Environmental Resource Management-DERM, and Florida Department of Environmental Protection-DEP). (2) Prepared Food Concessions The project may include prepared food and beverage concessions as part of the ancillary attraction services. Outdoor convenience food and beverage concessions for the general public along the shoreline baywalk and within the littoral beach area are permitted and encouraged. k, C. Proposed Site Improvements and Public Amenities The proposal must describe all proposed site and structural improvements to the Property. All improvements must comply with all applicable local, state and federal code requirements. Proposers will be responsible for acquiring all required permits and approvals. (a) Pedestrian and Vehicular Circulation - Proposals shall also include a compatible, safe and effective pedestrian and vehicular I circulation system to service the proposed development in conformance with the circulation plan as shown on Figure 6. Schematic Circulation and Land Use. All circulation roads on the north side of the island serving the project site, the boat clubs and the public boat ramp, shall be reconstructed and reconfigured as necessary for the development of the attraction (including relocation/reconstruction of entrances, landscaping, fencing and walkways), at the sole cost of the proposer, to a minimum of 35' cross section (two moving lanes, curb, gutter, sidewalks and landscaping) for a two lane, bi-directional roadway, subject to review and approval by the City of Miami. The roadway will connect to a roadbed (see Figure 7. MacArthur Causeway Bridge UndgWass) currently being constructed by the Florida Department of Transportation beneath the new high level bridge. The roadbed will extend to the south side of the bridge where it will continue parallel to the MacArthur Causeway to connect with the circulation roadway serving the south side of Watson Island. Paving and curb and gutter improvements for the full length of the new roadbed (approximately 8000 lineal feet) shall be at the sole cost and responsibility of the successful proposer, subject to review by the City. A public recreational pathway linking the bridge underpass to the public park, open space and boat ramp area shall be provided. Reconstruction/Repaving of the public access roadway connecting the Property to the main traffic intersection with MacArthur Causeway will be required. The City will attempt to secure transportation funding for such improvements in connection with other project developments on Watson Island. However, in the event that the City is unable to secure public funding, the successful proposer will be responsible for the reconstruction and repavement of said public access. 19 CIxIV[ C•[A —11, 1•11 lull,, RVC C }} CL 11 • 7e10{' 04 p • 6T•S7'S{' p • ,Dow 1' V fl . 14[6.rr L . 175Y dr.7r L . le.3r , L ' 107A0' . 77R.0]• A . to-3ne T , 5062r ,] L . SILOr i1 0•711, JAI y',� CONSTRUCT CURB (METro TYPE 9 ISPCCIALI 9.92951e", IL. EL. 7.20 E d s Q CONSTRUCTION 13. , 1 cONC, WATSON ISLAND ACCESS RD, RE iA W970 WALL •—__�-.._...�___.....�-. _.... _. .-----• 33.4 -- CMIWIL{ISPECWII , :E DETAILS R / W LFI.i,`IC CONC. BARRIER '•3 WALL ISPECIALI. ti u 4 F 1!•711-1 170.6r ql cON37RUCr 131701 OUT. KETL D W/ 1 S BAFFLE "Ityp WOEx NO 700. ]OL 272 RW IS.fO 1071 r00 �n oo� Bo L ,L, C 7L. L 29D N d 2 001T. EL. 1.1 .6 La ELl F LT. ROADWAY 1072 SU,1v E _ T Ttt t•• ll •••::••=•y Ex511W0 1y . :::.... . �fRCNW MAW _ • 10 .1 0 BETAN La•• '.-..� CONC. CJ618 TYPE 0 Attt53 AOADI S/A. 10. T0.00 - • l LT. AOAOWAT 10{O.e61f 117J�p- •'� BEOW CONSUC TR110N 1— `\\ R/W LWC h -\ /0 _. i 1 I nns,:`,1.r • ran N thug Causeway Under ass cm aft- PRO I{.91U JAI Bi080 CONSTRUCT CJRId IME7 Type7L ElL. Lf0 [ eI W 1073 • r_ "�/W LINE WATSON ISLAND ACCESS ROAD I•ss D«,«.r es s_n wPAm,D er. PLAN Figure (b) Parking and Service Areas - - All general public parking for the site shall be accomodated on a public surface parking lot located on the south side of the island (see Figure 6. Schematic Circulation and Land Use). No public parking will be permitted on the leasehold site, public vehicles (cars, buses, tour vehicles) will be permitted a drop off/pick up site within the project leasehold site. The proposer shall be responsible for funding the entire cost of the construction of all parking spaces as required for the project by zoning regulations within the public parking facility to be located on the south side of the island, including all necessary landscaping and buffer zones. The City of Miami will operate the parking facility. The complex shall include parking facilities within the leasehold site for the use of handicapped visitors, the attraction employees and a drop off and pick up area for private vehicles, buses and tour vehicles. Offsite parking shall be provided for buses. The City will seek to secure an area underneath the causeway bridge for this purpose, however, the City makes no representations or assurances that this area will be provided. In any case the proposer is responsible for accomodating this requirement, and if necessary, off of Watson Island on the mainland. The proposer shall provide a tram or shuttle bus service between the public parking area on the south side of the island and the project site. Required on and off -site parking and service areas shall be organized, appropriately landscaped, and screened from surrounding streets and adjacent uses in accordance with City of Miami design standards. i 20 Design Standards and Guidelines for Improvements• 1.) Two -Thirds (2/3) of the project site or leasehold area will be dedicated to gardens, open spaces, and natural exhibits (animal habitats, aviaries, etc.). 2.) The height of any enclosed structures shall not exceed 55 feet above federal flood criteria. 3.) Utility requirements- All utility infrastructure shall be underground. Proposers are responsible for the full cost of connection to all necessary utilities including but not limited to water service, sewer, power, and telephone. 4.) The Japanese Garden, the public parks and open spaces adjacent to the project site shall be maintained/preserved at the expense of the proposer/operator in accordance with review and approval of the Director of the City of Miami Parks and Recreation Department. It is the City's intent to preserve and enhance the design of the Japanese Garden as restored subsequent to Hurricane Andrew. These public areas are to remain accessible to the general public during reasonable operating hours, subject to the approval of the City. 5.) The Brown House shall be restored in accordance with Dade Heritage Trust review and the National Historic Register Preservation Guidelines. 6.) All perimeter fencing shall be appropriately landscaped. 7.) Public pathways, baywalks, shall be a minimum of 10 feet in width. 8.) Paths and walkways shall be designed to ADA standards. 9.) Paths and Walkways shall be provided with low level lighting. 10.) The shoreline areas shall be enhanced with walkways and related facilities to enhance the vistas, access to and enjoyment of the shoreline environment. 11.) Security for the destination Botanical Garden Attraction shall be provided by the operator of the Attraction, including twenty four hour patrols and stationed security personnel. 12.) The Attraction shall include a first aid station for general public use. 13.) The littoral sand beach area adjacent to the MacArthur Causeway Bridge shall be preserved and enhanced as a recreational use amenity to the attraction. 14.) The project site shall include all necessary areas for the maintenance and upkeep of the environs, including the surrounding public park lands on the north side of the island. 21 95- �_;15 k., D. Permitting and Licensing 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, the State of Florida, Metropolitan Dade County, and public utilities. The City will assist through expedited review procedures, if applicable. (a) Development 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 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. (b) Development Impact Fees The City of Miami will exempt the successful proposer from imposition of its development impact fees. Transportation impact fees will be required by Metropolitan Dade County based on standard fee schedules for attractions, retail and banquet facility uses. Hook-up fees will be charged by the Water and Sewer Authority at the prevailing rates per gallon of rated water usage. 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 three million ($3,000,000) dollars. F. Financing Strategy J 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. 22 k_ E, I 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 for the Botanical Garden must be completed within 24 months from the date of transfer of the leasehold Property to the selected proposer, except as specifically provided for Sewer relocation, and except if an Application for Development Approval as a Development of Regional Impact is required, in which case the completion date will be negotiated as a part of the lease Agreement. H. Comnosition of the Development Entity (Proposing Entity) & Consultant 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 mangement of a Botanical Garden Attraction with any and all related services and amenities proposed in accordance with the development program outlined herein in this Section. The Development Entity is hereby defined as 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 Botanical Garden Attractions proposed, subject to compliance with the qualifying criteria specified in Section V.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. 23 95- A 15 1.- 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 listed 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 destination visitor attractions; 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 visitor attractions; Landscape Architectural: shall be registered to practice landscape architecture in the State of Florida as required by Chapter 481, Part II, Landscape Architecture of the Florida Statutes; General Contracting or Construction Management: shall be licensed as a general contractor in the State of Florida; Operations and Management: shall have experience in the operations and management of Visiotr Attractions, including any necessary horicultural or veterinarian skills; If ancillary services are proposed as part of the development: Commercial Real Estate Leasing: shall have experience in leasing of visitor attraction - related commercial Properties; Operations and Management: shall have experience in the operations and management of the proposed attraction -related commercial uses. No additions or modifications may be made to the proposals and the entities and/or consultants i 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 that is unavailable to continue as a 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. 1 24 1 r' 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 PmF p p p 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. evelopment 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 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 Description of disposition, renovation and/or reuse of existing facilities within (or outside) lease area Number, size, type and description of exhibits and educational and interactive environments 2. Illustrative Drawings: (Prepared by a registered architect licensed to practice in Florida and board -mounted not to exceed 30" x 40") t i Site Plan Elevations, sections and floor plans of existing buildings to be renovated and all proposed new structures. i Perspective isometric illustrations are not required, but will be accepted for review. Models will not be accepted for review. 3. Schedule of Amenities 4. Management Plan i 25 5. Market Analysis 6. Completed Declaration, Financial Disclosure and Professional Information forms as detailed and included herein as Exhibit II. 7. An stated committment of the annual minimum guaranteed rental payment to the City and percentages of gross revenues collected. 8. A written statement indicating the 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. Letters of reference from financial institutions documenting the proposer's ability to finance all aspects of the proposed development. 11. Recent (as of 1994) Financial Statements (audited statements are preferred) for each principal of the proposing entity. For the purposes of this RFP, "principal" shall be defined as the general partners, stockholders owning 5% or more of the corporate stock, and all corporate officers. 12. The required letter of credit. 13. Documentation of the proposer's and Development Entity's past experience in related development and management. 14. Resumes of key individuals to be involved 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. This includes any and all general partners, stockholders owning 5% or more of the corporate 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. 26 �S_ 4n5 18. City occupational license(s) demonstrating the participation of local firm(s) in the Development Entity. 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 advertised, indication of which businesses are intended to be operated by proposer and which businesses are intended to be subleased or to be operated under a management contract. If independent management services are to be involved, then the applicable forms included herein as Exhibit II. to this document must be completed by management contractors. K. Minority Participation Respondents will be required to comply with all applicable federal, state and local affirmative action legislation and regulations, including the City's Minority and Women Business Affairs and Procurement Program included herein in Appendix C. 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 not less than 30% of the proposing entity with each minority group (black, hispanic, and female) having not less than 5% each. As evidence of minority compliance, proposers are expected to complete the applicable forms included in Exhibit III. All firms/sole proprietors seeking to participate as M/WBE's and not already certified with the City's minority/women business program shall meet all requirements of the above cited Ordinances. Specifically, such M/WBE's shall not have a net worth in excess of $2,000,000 nor employ more than twenty-five (25) employees. If not City M/WBE certified, entities claiming M/WBE status must provide proof that they meet these requirements. All firms/sole proprietors, regardless of minority status, must submit an affirmative action policy statement, in compliance with said Ordinances, a sample of which is included in Exhibit III. 27 S k, 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. Submission Procedures j I 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 11 " 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 Watson Island Botanical Garden Attraction, Watson Island, Miami, Florida" and addressed to: Herbert J. Bailey Assistant City Manager City of Miami j 3. Proposals must be received at: Office of the City Clerk City of Miami, City Hall (First Floor Counter) 3500 Pan American Drive Dinner Ivey Miami,Florida 33133 4. The submission package shall be submitted by: 2:00 P.M. Tuesday, August 29, 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 The time deadline and proposal receipt location will be strictly adhered to by the City. No proposals shall be received after 2:00 p.m., Tuesday, August 29, 1995 or at any other City office location, 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. 28 k�_ 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 May 25, 1995 the City Commission authorized the City Manager to issue the RFP. The review committee established by the City Commission 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. In any event, the recommendation of the Committee shall be accompanied by a written justification of its decision. The certified public accounting firm selected by the City Commission will render an independent report of its analysis of proposals to the City Manager. The accounting firm shall analyze each proposal based on the criteria established herein. The accounting firm shall present its preliminary findings regarding each proposal to the review committee prior to the review committee completing its deliberations. A. Initial Review of Proposals for Compliance with the RFP. Proposals shall be reviewed initially by City staff for compliance with all requirements set forth in the RFP. Each proposal shall be checked to ensure that: 1. All development proposal elements and documentation listed in Section V. have been included in the proposal submission. 2. The required number of copies and one original of the proposal, the board -mounted illustrative drawings, and a $2,000 non-refundable cashier's check have been received by the deadline date and time and at the correct location. During this intial review, and prior to official review by the Selection Review Committee, proposing entities may be contacted to cure proposals which contain non -material, non - substantive defects as determined solely by staff, such as an out of date certification. If notified of such deficiency, proposer shall correct such a deficiency within ten (10) working days of receipt of notification. 95- n 15 29 B. Review Committee Evaluation Criteria 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: Criteria Value(Points) 1. Experience of the proposing entity .........................15 2. Capability of the Development Entity....................15 3. Financial capability of the proposing entity ........... 15 4. Financial return to the City.....................................15 5. Overall design of the proposed development ......... 15 6 Management and Operational Plan ..........................15 7. Extent of minority participation .............................10 8. Local firm(s) participation.......................................6 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, construction, leasing and management of similar facilities. Specific experience of the proposing entity in development, design, leasing and management of Botanical Garden facilities and ancillary types of uses proposed. A minimum of 5 years Botanical Garden experience is required. 2. Capability of the Development Entity and Consultants (15 points) Composition of the Development Entity; professional qualifications and capability of entity members, project managers, consultants and subconsultants as related to the requirements and objectives of this RFP. 30 Architectural/engineering capability and range of experience on similar developments comparable in scope, complexity, magnitude. Adequacy of personnel to successfully undertake, complete and operate the proposed development: 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 and/or management entity members. Qualifications and specified experience of project managers, entity members and professional consultants in development and management of Botanical Garden/Visitor Attraction 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. 4. Financial Return to the City (15 points) Annual lease payment including a guaranteed minimum annual rental payment or a percentage of gross revenues whichever is greater. Dollar value, extent, and timing of capital improvements. Structure and term of the proposed lease 31 fit; - J k, Any additional financial benefit to the City. 5. Overall Design of the Proposed Development (15 points) Fulfillment of the City's established development objective. Quality and efficency of the Botanical Garden's design, materials and support systems. Appropriateness and quality of the design as related to the character of the site and the Watson Island waterfront. Appropriateness and quality of the design of new structures. Imaginative and creative treatment of architectural and site design of public access to and design of public spaces, exterior spaces, circulation, view corridors, landscaping, graphics signage and lighting. Efficiency of site design and organization, and compatibility of uses. 6. Management and Operational Plan (15 points) Management and Operational policies for Botanical Garden event programming, visitor services, maintenance and security. Management program for maintenance, security and use of adjacent public open space. Staffing Plan for Botanical Garden operations and services. Strategies for marketing and promotion of Botanical Garden and retail services, including any proposed banquet facilities. 7. Extent of Minority Participation (10 points) Significant minority/women participation within the proposing entity. i Significant minority/women participation among consultants to the proposing entity. Subcontracting and hiring practices during construction. Opportunities for minorities/women, hiring outreach and training opportunities in relation to leasing, management, operation and maintenance of facilities. Affirmative action plans of development entity members. 32 v5- d 15 8. Participation of Local Firm(s) (6 points) Local firm(s) participation shall be defined as a firm having an established business office within the City municipal limits. The firm shall have a current occupational license issued by the City. In addition, in Exhibit III, please find an affidavit form for confirmation of the primary office location. a. 3 points shall be awarded to a proposal submitted by a local proposing entity. b. 3 points shall be awarded to a proposal utilizing a majority 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 according to the following criteria: • the financial viability of the proposing entity, including prior record and experience • the viability of the financing strategies, source and structure • 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 marketing plan • evaluate the economic feasibility of the proposed development. • evaluate the financial viability and apprpriateness of the management plan. 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. 33 -- 1, -' 5 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 rights, nor title or interest in the subject Property or to the development proposed thereon. B. Terms and Conditions The lease agreement shall address, but not be limited to the following terms and conditions: 1. Lease Term 2. Rent 3. Conditions For Lease (City Charter Section 29-B Requirements). 4. Insurance 5. Performance and Payment Bond 6. Indemnification 7. Assignment of Lease 8. Restrictions on Use 9. Design, Engineering and Construction of Improvements 10. Preparation of Premises for Development 11. Operation and Management of Leased Premises 12. Equity Capital and Mortgage Financing 13. Public Charges/Fees 14. 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. Force Majeure Clause 26. Taxes 27. Miscellaneous 34 APPENDIX A City of Miami Charter and Code Sections 05- 4is k- § 27-E CRARTER 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 § 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 now to 27-B of this charter. Sec. 27-G. Copy of assessment roll' annexed to warrant commanding collection. Note —The user's attention is directed to the editor's note to § 27-B of this charter. Sec. 27-H. State law as to taxes applies. Note —This section has been substantially changed, by in- ference, inasmuch as assessment and collection of taxes is now the exclusive responsibility of Dade County. The user's attention is directed to the editor's note to § 27-B of this charter. (Sec. 27.1. Reserved.] Sec. 27-J. Discounts if taxes paid before cer- tain time. Note —The discount rates formerly set out in this section no longer apply; for present rates, see Fla. Stars., 1193.41. The user's attention is also directed to the editor's note to § 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 4 27-B of this chatter. Sec. 27-L. Tax certificates; interest rate there- on. Note —The user's attention is directed to the editor's note to § 27-B of this charter. Sec. 28. Chief procurement officer. (a) The city manager shall appoint a chief pro- curement, officer who shall supervise all purchases for the city in the manner provided by ordinance and who shall, under such procurement methods as may be prescribed by ordinance, 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 aMr- 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, 30 A- ! �a -- l, 15 M K Subpt. A CHARTER that if the amount of a bid or proposal submitted by a vendor whose primary office is located in the City of Miami is not more than ten (10) percent in excess of the lowest other responsible bidder or proposer, such local vendor may be awarded the contract, but the city manager or designee shall have the power to reject all bids and proposals. Notwithstanding the foregoing, the city manager may waive competitive sealed bidding methods by making a written finding which shall contain reasons supporting the conclusion that competi- tive sealed bidding is not practicable or not ad- vantageous to the city, which finding must be ratified by an 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 thereof. (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 4 29-A 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 modif ca- tions in a contract for any 'public work or im- provement, such alterations or modifications shall be made only when authorized by the commission upon the written recommendation of the city man- ager. No such alteration shall be valid unless the price to be paid for the work or material, or both, under -the altered or modified contract shall have been agreed upon in writing and signed by the contractor and the city manager prior to such authorization by the commission. (c) Unified 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 31 e" -- � ,1 5 A-2 y 29.A CHARTER AND RELATED LAWS Subpt. A (4) planningand design, construction, leasing, and management. So long as the person from whom the city pro- cures one of the above -mentioned integrated packf 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- meat project and the estimated allocations of land for each use. They shall also state the. following- (1) the specific parcel of land contemplated to be used or the geographic area the city desires to develop pursuant to the unified develop- ment project; (2) the specific evaluation criteria to be used by the below -mentioned certified public account- ing firm; (3) the specific evaluation criteria to be used by the below -mentioned review committee; (4) the extent of the city's proposed commitment of funds, property, and services; (5) the definitions of the terms "substantial in- crease" and "material alteration" that will apply to the project pursuant to subsection (eX4) hereof, and (6) a reservation of the right to reject all propos- als and of the right of termination referred to in subsection (e)(4), 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 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 five days prior to the above. mentioned public hearing. At the conclusion of the public hearing the com- mission shall authorize the issuance of a request for proposals, select a certified public accounting firm, and appoint the members of the review com. mittee only from among the persons recommended by the city manager. The procedure for the selection of an integrated package proposals shall be as follows: (1) all proposals shall be analyzed by a certified public accounting firm appointed by the com- mission based only on the evaluation criteria applicable to said certified public accounting firm contained in the request for proposals. Said certified public accounting firm shall render a written report of its findings to the city manager. (2) the review committee shall evaluate each pro- posal based only on the evaluation criteria applicable to said review committee contained in the request for proposals. Said review com- mittee shall render a written report to the city manager of its evaluation of each pro- posal, including any minority opinions. (3) taking into consideration the findings of the aforementioned certified public accounting firm and the evaluations of the aforementioned review committee, the city manager shall 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 32— ;! 5 A-3 Subpt. A CHARTER 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; prohibi- tion. Except as otherwise provided in this charter section, there shall be no sale, conveyance, or disposition of any interest, including any lease- hold, in real property owned by the city, the de- partment of off-street parking, or the downtown development authority, unless there has been prior public notice and a prior opportunity given to the Supp. No. 29 § 29-A public to compete for said real property or inter- est. Any such sale, conveyance, or disposition shall be conditioned upon compliance with: the provi- sions of this section; such procurement methods as may be prescribed by ordinance; and any re- strictions that may be imposed by the city, the department of off-street parking, or the downtown development authority, as appropriate. Further, no right, title, or interest shall vest in the trans- feree of such property unless the sale, conveyance, or disposition is made to the highest responsible bidder, as is determined by the city commission, or the off-street parking board, or the downtown development authority 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-thir.{s 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 shall contain a reservation of the foregoing riglit -to reject all offers. This section shall not apply to transfers to the United States or any department or agency thereof, to the State of Florida, or to any political subdivision or agency thereof. 33 A-4 (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. Qr�_ Z' 1.— § 29-A CHARTER AND RELATED LAWS Subpt. A (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$7) Editor's note —Ord. No. M9, adopted by the commission on Sept. 17, 1982. set forth Charter Amendment No. 1 for approval/rejection at election on Nov. 2, 1982. On Oct. 28, 1982, Ord. No. 9561 amended the language of subsections (a) and (c) of § 53 as proposed by Ord. No. 9489. The election was to approve the language of Charter Amendment No.1, as amended by Ord. No. 9507. Subsequently, in light of Charter Amend. went No. 2 of Nov. 3, 1967, the city attorney directed the codifier to delete paragraph (ii) of subsection (d) as superseded by § 29-B. Annotations —For case decided prior to enactment by Char. ter Amendment No. 3 of 1979 of a competitive -bidding re- quirement for disposition of city property, see Mahoney v. Givens, 64 So. 2d 926. Said case held that competitive bidding is not required to lease city real estate. Material variance between plans bid upon and plans sub- mitted and adopted renders contract void, Glatstein v. City of Miami, 399 So. 2d 1005. Supp. No. 29 Sec. 29•-B. City -owned property sale or lease — Generally. _ Notwithstanding any provision tb 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 cominission'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'0ne- fourth (34) 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 A-5 1K Subpc. A CHARTER § 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 less than one-fourth page and the headline in the advertisement to be in a type no smaller than 18-point; and, (2) the pro- posed transaction be approved by a majority of the votes cast by the electorate at a referendum. to be held at the next regularly scheduled general election. The procedures for selection of proposals shall be those provided by Charter section 29A(c) 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 use or occupancy of the area, nor shall it apply to contracts for the construction of any pity facilities or improvements in .the area; further, nothing contained herein shall apply to projects of any governmental agency or instrumentality. (Char. Amend. No. 1, 11-3-57) 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. 34.1 A-6 ' 5 kI § 1852.7 MIANU CODE § 18.52.9 rights. In the event of such cancellation or rejec- tion, the chief procurement officer shall promptly notify all affected bidders or offerors and make available to them a copy of the written explana- tion for such cancellation or rejection, which shall be a public record. (Ord. No. 9572, § 1, 2-10-83) Sec. 18.52.8. Sole.source contracts. (a) Conditions for use. Since it is not practica- ble for the city to use competitive bidding meth- ods to secure goods or services if there is any one (1) reasonable source of supply, sole -source awards may be made as an exception to the other meth- ods prescribed in this section under the following circumstances: (1) Where the compatibility of equipment, acces- sories, or replacement parts permits one (1) reasonable source of supply; (2) Where the goods or services available from a. single source are needed for trial use Or test- ing, and (3) Where the unique and specialized expertise of one (1) sourceof services is unlikely to be ebtained from arty Other source. (b) Determination and approual Me determi- nation that an award shall be made on a sole - source basis shall be made by the chief prware- mentoffioertothe4tymumager.Su,-aetermina ion shall be made in writing and provide complete justification as to why no other sources of goods or services could be obtained to meet the city's requirements. The determination shall also cer- tify that the terms and conditions of the award have been negotiated so as to obtain the most favorable terms and conditions, including price, as may be offered to other customers or clients by the proposed contractor. The city manager may waive competitive bidding after he makes a writ- ten finding, supported by reasons, that only one (1) reasonable source of supply exists. Such find- ing must be ratified by an affirmative two-thirds (%) vote of the city commission after a properly advertised public hearing. (c) Public notice and disclosure. Notice that the city intends to award a sole -source contract shall be published at least once in a newspaper of gen- eral circulation in the city prior to contract award, Supp. No. 10 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; 4) The amount and type of contract; and (5) Tte identification number for each contract file. (Ord- No. 9572, § 1, 2.10.83) See— ISZ2.9. Unified development projects. (a) De flnitiona For the purposes of this article IV, the following terms shall have the following meanings: Unified development project shall mean a proj- ect in which an interest in real property is owned - or is to be acquired by the city, which is to be used for the development of improvements, ariil as to which the city commission determines that for the development of said improvements it is most advantageous to the city that the city procure from a private person, as defined in the Code of the city, one (1) or more of the following inte- grated packages: (1) Planning and design, construction, and leas- ing, or (2) Punning and design, leasing, and manage- ment; or (3) Planning and design, construction, and man- agement; or 1208 A-7 1 ' 4 1852.9 FINANCE (4) Planning and design, construction, leasing and management. (b) Conditions for sass A unified development project shall be used in those circumstances in which the city commission irg 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 1852.9(a). So long as the person from.which the city, procures one (1) of the above -mentioned inte- grated pis provides all of the functions listed for that page, such person need not provide each listed function for the entire unified level opment project nor for the same part of•the uni fied development project. (c) Requests for proposals. A regpest for pro, posals shall be issued -which generailp•defines tIL nature of the project, the uses the ciity is seeming for the project, and the estimated allbcatioml of land for each use. The request for proposals sFuff 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. flee to which proposals are to be delivered, the maximum 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; 4 1852.9 (7) The contract terms and conditions, includ- ing warranty and boading-or other secu- rity requirements as may be fixed and applicable; (8) The extent of the city's proposed commit- ment of funds, property, and services; (9) The definition of the terms "substantial increase" and "material alteration" that will apply to thepuajes in, accordance with section 53(eXi�t)•ofthe Cbnrtas of the city; (10) A reseraatiaa of the rift to: rq*t all pro- posak anti ofthe- right of* termination re- ferred to • fin sectibm =eXiv)• of the Charter of the cif (11)• The date, time aeaxi'• pi'Ace 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 incorpo- 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 united 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 specific criteria which shall be used to (3) 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 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 (5) days prior to the above -mentioned public hearing. At the conclusion of the public hearing, the com- mission shall authorize the issuance of a request for proposals, select a certified public accounting firm, and appoint the members of the review com- mittee only from among the persons recommended by the city manager. 1209 A-g C Cj - �. �: tl a 5 4 1852.9 WAMI CODE 4 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 ; 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 date 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 list by sending them copies of the public notice to acquaint them with the proposed procurement. (f) Preproposal e:onferencm Preproposal confer- ences may be conducted to explain the require- ments of the proposed procurement. They shall be announced to all prospective developers known to have received a request for proposals. The confer- ence should be held long enough after the request for proposals has been issued to allow developers to become familiar with it but sufficiently before proposal submission to allow consideration of the conference results in preparing proposals. Noth- ing stated at the preproposal 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 o f 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 firm appointed by the com. mission based only on the evaluation criteria applicable to said certified public accounting fiat contained in the request for proposals. Said certified public accounting firm shall render a written report of its findings to the city manager. (2) The review committee shall evaluate each proposal based only on the evaluation criteria applicable to said review committee contained in the request for proposals. Said review com. mittee shall reader 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 (3) 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 firm and review committee. 1210 A-9 05- 1715 a $ 1852.9 FINANCE § 1853 (j) Award All contracts for unified development based on various performance factors and es - projects shall be awarded to the person whose calation clauses or other economic adjustments proposal is most advantageous to the city, as de- may be included as appropriate to serve the termined by the commission. best interests of the city in achieving the The commission may accept any recommenda most economical contract performance. tion of the city manager by an affirmative vote of a (2) Cost -reimbursement contracts. Cost-reim- majority of its .members. In the event the com- bursement contracts shall ordinarily be used mission does not accept a proposal recommended for those purchases of goods and services or by the city manager or does not reject all propos- sales and leases where the terms, conditions, als, the commission shall seek recommendations specifications and other factors of the contract directly from the aforementioned review commit- cannot be specified with a high degree of cer- tee, which shall make a recommendation or rec- tainty or the use of fixed -price contracts is ommendations to the commission taking into ac- not likely to result in substantial competi count the report of the aforementioned certified tion between bidders or off'erois willing to public accounting firm and the evaluation criteria compete for the contract. Incentives based on specified for the review committee in the request various performance factors and escalation for proposals. clauses or other economic adjustments may After receiving the direct recommendations of be included as appropriate to serve the best interests of the city in achieving the most the review committee, the commission shall, by economical contract performance. an affirmative vote of a majority of its members: (1) Accept any recommendation of the review com- (3) Blanket orders. The chief procurement officer mittee; or or individual purchasing agents may issue purchase orders for indeterminate amounts (2) Accept any previous recommendation of the of repair parts, supplies and services to the city manager; or account of any department or office, but only (3) Reject all proposals. when based upon a definite contract or price agreement which shall be negotiated in the All contracts for unified development projects same manner as if the item to be purchased shall be signed by the city manager or his desig- thereunder were to be individually purchased nee after approval thereof as to form and correct- or contracted for under the provisions of arti- ness by the city attorney and approval by the city cles N and V of this Code. Such orders shall commission. (Ord. No. 9572, § 1, 2-10-83) state a specific monetary limit which may City code cross reference —Minority participation in uni- not be exceeded except on written approval fied development contracts, § 18-73. by the chief procurement officer. Sec, 18-53. Types of contracts. (4) Multiyear contracts. (a) Subject to the limitations of this section, (i) Unless otherwise provided by law, a con - any type of contract which will promote the best tract for supplies or services, sales, or interests of the city may be used, except that the leases may be entered into for any period use of a cost-plus contract is prohibited. of time deemed to be in the best interests (1) Fixe&price contracts. Fixed -price contracts shall of the city, provided that the term of the ordinarily be used for those purchases of goods contract and conditions for renewal or and services or sales and leases where the extension, if any, are included in the in - terms, conditions, specifications and other fac- tors of the contract can be specified with a and provided that funds are available for high degree of certainty and where use of a the first fiscal period at the time of con - fixed -price contract will result in substantial tract award. Payment and performance competition between bidders or offerors will- obligations for succeeding fiscal periods ing to compete for the contract. Incentives shall be subject to the availability and Supp. No. 10 1211 A-10 r_ A 5 Subpt. A CHARTER §3 other evidence of city indebtedness shall be (ii) To acquire or dispose of services inside imposed on the bonds of the city. or outside the city, by purchase, gift, (b) Streets, parks, bridges, sewers, grade cross- or otherwise for any purposes of the ings, speed of uehicks; services and rates of city. (iii) To lease to or contract with private motor vehicle carriers: To pave, grade, curb, fu•ms or persons for the commercial use repave, macadamize, remacadamize, lay out, open, close, vacate, discontinue, widen, and or management of any of the city's wa- otherwise improve streets, alleys, avenues, terfront property, but only in compli- boulevards, lanes, sidewalks, parks, prom- ance with the other requirements of - enades, and other public highways or any this charter and on condition that: part thereof, and to hold liens thgrefor as (A) the terms of the contract allow rea- hereinafter provided; to construct and main- sonable public access to the water tain bridges, viaducts, subways, tunnels, and reasonable public use of the sewers, and drains, and regulate the use of property, and comply with other all such highways, parks, public grounds, charter waterfront setback and and works; to prevent the obstruction of view -corridor requirements; and such sidewalks, streets, and highways; to the terms of the contract result in abolish and prevent grade crossings over a fair return to the city based on the same by railroads; to regulate the' op- two independent appraisals; and(C) eration and speed of all vehicles using the the use is authorized under the then streets, highways, and railroads within the existing master plan of the city; city; to regulate the service rendered and (D) the procurement methods prescribed rates charged by busses, motor cars, cabs, by ordinances are observed. and other vehicles for the carrying of pas- Any such lease or management agree- sengers and by vehicles for the transfer of meat or proposed extension or modifi- baggage. cation of an existing such lease or man- agement agreement which does not com- (c) Special or local assessments.• To impose spe- ply with each of the above conditions cial or local assessments for local improve- shall not be valid unless it has first ments as hereinafter provided and to en- been approved by a majority of the vot- force payment thereof. ers of the' city. (d) Contracting debts and borrowing money. _ Nothing herein contained shall in any Subject to the provisions of the Constitu- manner affect or apply to any project tion of Florida and of this charter, to con- the financing of which has been pro- ! tract debts, borrow money, and make and vided by the authorization of bonds to issue evidences of indebtedness. be issued by the city. (e) Expenditures: To expend the money of the (g) Public' property and improvements: To make city for all lawful purposes. and maintain, inside and outside the city, public improvements of all kinds, includ- M Acquisition and disposition of property and ing municipal and other public buildings, services. armories, markets, and all buildings and (i) To acquire by purchase, gift, devise, structures necessary or appropriate for the condemnation or otherwise, real or per- use of the city; to acquire by condemnation sonal property or any estate or inter- or otherwise all lands, riparian and other est therein, inside or outside the city, rights, and easements necessary for such for any of the purposes of the city; and improvements; and to rent or lease from to improve, sell, lease, mortgage, pledge, any person any land or building within or or otherwise dispose of such property without the city or any part thereof for any or any part thereof. municipal purpose. Supp. No. 27 3 A-11 ky J � JL § 3 CHARTER AND RELATED LAWS Subpt. to be contributed for maintenance of the 0i) 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-. purchase, lease, condemnation, or otherwise, thing in this charter or the ordinances lands inside or outside the city limits for of the city to the contrary notwithstand• use as landing fields or airports; to con- ing, neither the city nor any of its agen struct and equip thereon or on other prop cies shall issue building permits for erty of the city such improvements as may any surface parking or enclosed struc- be necessary for that purpose; to operate tares located on Biscayne Bay or 'the and maintain such facilities; to provide rules Miami River from its mouth to the N.W. 5th Street Bridge, and regulations governing their use and (A) which are not set back at least 50 the use of other property or means of trans- portation within or over the same; and to enter into contracts or. otherwise cooperate depth of the lot is less thant 00 with other government entities or other pub- fe et, the setback shall least f25 e lic or private agencies in all matters relat- percent of the lot depth), and (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 conve- 25 percent of the water frontage of nient for such establishment, operation, and each lot based on average lot width.(iii) maintenance; to levy taxes for any such purpose; unless such facilities shall have The above setback and side -yard re - been acquired by lease, to issue bonds to quuements may be modified by the city pay the cost of such facilities; and to grant, commission after design and site -plan deed or dedicate lands, with or without con- review and public hearing only if the sideration, to other governmental entities commission determines that the modi- for use as landing fields or airports. (Laws fications requested provide public bene• of Fla. (1929), ch. 14234) fits such as direct public access, public walkways, plaza dedications, covered (mm) Building and zoning- parking up to the floodplain level, or (i) To provide by brdinance building, plan- comparable benefits which promote a ning, and zoning regulations and re- better urban environment and public strictioas governing the height, num- advantages or which preserve natural ber of stories, method of construction, features. Wherever setback, side -yard, type, and size -'of buildings and other or site -plan review requirements of,zon- structures; the percentage and portion ing ordinances are greater than the of the lot or site that may be occupied; foregoing requirements, such greater the size of the f mnt, rear, and side yards, requirements shall govern. (iv) These requirements shall not apply to courts, and other open spaces; the lo. cation, use of buildings, structures, and docks and appurtenant structures, single - land for trade, industry, residences, family residences and appurtenant strnc- apartment houses, and other purposes; tures, and waterfront industrial uses and the widening and future widening along the Miami River and at the Port of streets in zoned street areas that the of Miami. Nothing herein contained shall city may establish. Such regulations in any manner affect or apply to: the may provide that a board of appeals or City of Miami/University of Miami the city commission may determine and James L. Knight International Center " vary the application of building, plan- and hotel facility, including all improve- ning, or zoning ordinances in harmony meats thereon, or to lands and projects with their general purpose and -intent. which the at' commission has approved Supp. No. 27 A-12 - - - Subpt. A CHARTER 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. 72-416. 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. Na 27 S3 ing the existing waterworks system; to issue promissory notes and certificates 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 authorised 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 constructed, 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 A-13 j 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 Ordinance 10062 and Ordinance 10538 § 18.58 FINANCE 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, § 8, adopted Dec. 19,1985. repealed Ord. No. 9775, §§ 1-6, adopted Jan. 19, 1984, codi- fied as § 18.72, concerning the minority procurement program. At the discretion of the editor, §§ 1-7 of Ord. No. 10062 have been codified as art. IV.5, I 18-67-18-74. City code cross reference—Lesse of city -owned property to require minority procurement clause, § 2-363. County code cross reference —Procedure to increase par- ticipation of Black vendors of commodities and services in county contracts. § 2-8.2. Supp. No. 32 § 18-68 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 filly -one (61) 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, § 2, 12-19-86; Ord. No. 10538, § 1, 1-12-89) 1217 B-1 95- �1 15 k�_ § 18 69 MIAMI CODE 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 § 18-73 commission, upon the recommendation of the city manager. (Ord. No. 10062, § 7, 12-I9.85) Sec. 18-71. Applicability. V,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, sev. 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, § " 12-19-85; Ord. No. 10538, § 2,1-1.2489) 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 1218 $-2 § 18.73 FINANCE resulting contractrAid 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 nonminority 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 (AAP). Any signif- icant equity participants, joint venture par- ticipants, subcontractors, suppliers or other Supp. No. 32 § 18-74 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 MJWBE 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 -.for 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 —Affirmative action division, § 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 B-3 § '18.75 RIIAM CODE § 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 fifty-one f51) 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, § 4 1, 2, 10-22-87) Editor's note —Sections 1 and 2 of nonamendatory Ord. No. 10332, adopted Oct. 22. 1987, have been wed as 1 18.75 at the editor's discretion. Section 6 of the ordinance provides an effective date of January 1, 1969. 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 1220 B-4 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 subcontracted 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 MIWBE, 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, § 4, 1-12-89) Sec. 18-77. Designation of director as respon- sble 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- trac tlaward 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) 95- 415 J-85-944 lA/11/BS ORDINANCE No. 10 0 6 2 so-.. AN ORDINANCE REPEALING ORDINANCE NO. 977S. THE MINORITY PROCUREMENT PROGRAM ORDINANCE OF THE CITY OR MIAMI; FLORIDA AND SUBSTITUTING THEREFOR A NEW MINORITY PROCUREMENT PROGRAM ORDINANCE TO BE KNOWN AND CITED AS 'THE MINORITY AND WOMEN BUSINESS AFFAIRS AND PROCUREMENT ORDINANCE OF THE CITY Of MIAMI. FLORIDA,' ESTABLISHING A MINORITY AND WOMEN BUSINESS AFFAIRS PROCUREMENT PROGRAM AND COMMITTEE; PROVIDING FOR THE CREATION BY THE CITY MANAGER OF AN OFFICE OF MINORITY AND WOMEN BUSINESS AFFAIRS AND PROCUREMENT; FURTHER SETTING FORTH A GOAL OF AWARDING AT LEAST 31 PERCENT OF THE CITY'S TOTAL ANNUAL DOLLAR VOLUME OF ALL PROCUREMENT EXPENDITURES 'TO BUSINESSES OWNED BY BLACKS (17%1. HISPANICS (172); AND WOMEN (175); AUTHORIZING IMF. CITY MANAGER TO PROVIDE FOR MINORITY AND WOMEN -OWNED BUSINESS ENTERPRISE PROCUREMENT SET -ASIDES AND CONTRACT PROVISIONS; PROVIDING FOR THE DEVELOPMENT OF PROCEDURES, MEASURES AND RESOURCES TO IMPLEMENT SAID PROGRAM, COALS AND OBJECTIVES;. AND CONTAINING A SEVERABILITY CLAUSE. WHEREAS; Ordinance No. •4775 dealing. with minority procurement has been 'found to be in need of revision and modification to strengthen the effectiveness of the City of Miami's Minority Procurement Policy and Prograis; and WHEREAS; the City Commission; in repealing Ordinance No. 9775 and in adopting and substituting therefor the herein Minority and Women Business Affairs and Procurement Ordinance is authorised pursuant to the Charter of the City of Miami. Sections 52 and 83; and the Municipal Home Rule Powers Act of 1973. Chapter 166.001 et seq., Florida Statutes, as amended; and WHEREAS; the U.S. Supreme Court has upheld Dade County Ordinance No. 82-67; adopted July 20, 1904; restricting bidding on construction projects to Black -owned firms when prior unwarranted discrimination has boon proven; and WHEREAS, findings of a City of Miami Minority Procurement Disparity Study Indicated a substantial exclusion of minority and women -owned businesses from the City's procurement process for the fiscal years between 1971 and 1981;-and WHEREAS. this Ordinance will privent the perpetuation of the effects of prior unwarranted discrimination which has 1 D C QQJ5- L115 heretofore impaired; limited or foreclosed procurement and contracting opportunities for businesses owned by Blacks; Hispanics and Women with'the City of Miami; and WHEREAS; the City of Miami has established a policy of constructive affirmative action to eliminate substantially the effects of prior discrimination; and WHEREAS; the proposed Minority and Women Business Affairs and Procurement Progran,and Policy contains requirements: (a) that those who contract with the City of Miami in the areas of procurement shall not discriminate against any business, employee or-appllcant for employment because of age; ethnicity. race, creed; color; religion; sex; national origin; handicap, or marital status; and (b) that such city contractors have and implement an Affirmative Action or -Equal Employment Opportunity policy to ensure that such businesses; employees or applicants for employment are treated equally without regard to age, ethnicity; race, creed, color; religion; sex, national origin, handieap or •arital status, and WHEREAS, implementatiG#F-cf this ordinance will serve the best interest of the City and will gaximist the opportunity for smail business concerns owned and controlled by Blacks, Hispanics -and Women to procure or contract with the City of Miami in the area of procurement; and WHEREAS, to be effective it is necessary and desirable to establish for the City of Miami a Minority and Women Business Affairs Procurement Program with the appropriate goals, obJectives; administrative procedure and resources; and. adopt legislation remedying the affected Hispanic, black and Women. owned businesses- , NOW, THEREFORE; BE 1T ORDAINED BY THE COMMISSION OF THE CITY OF MIAMI; FLORIDA: Section 1. This Ordinance shall be known and may be cited as *The Minority -4 nd Women Business Affairs and Procurement Program Ordinance of the City of Miami.' Section 2. ' For the purpose of this Ordinance, tho following terms phrases. words, and their derivations shall have the following meanings; 2 Q� 2 !! L A. Business •Enttrpr_ ist means any corporation; partnership; individual, sots proprietorship. joint stock company, joint venture; professional association or any other legal entity that is properly licensed to do business with the City of Miaatii and/or Dade County and/or the State of Flarida. B. Minority and Women -awned Business_ Enterprise.aeans a business enterprise in Which ,at least 51 percent of said enterprise is owned by slacks. Hispanics or Women whose management and daily business operation$'.are* control Iad by one or more Blacks; Hispanics or Women. C. Contract means agreements for the procurement of goods; services or construction of facilities for the City of Miami. D. Facilities means all total or partial publicly financed projects including; but without limitation, unified development projects, municipal public Worts and municipal improvements to the extant they are financed wit9r City stoney. utilise City property;-ar require City Services - to Goods and •services include; Without limitation. public works, improvements; facilities; professional services. commodities; supplies, materials and e4uipment. F. Coal means the percentages of the annual dollar volume of procurement expenditu,rts determined by this ordinance to be offered for Minority and Women business participation. 4. Set -aside is the terra which Will bt used to designate 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 1AvI tattom to bid or re4uest for proposals, that there are a sufficient number of cortifIad Black, Hispanic and/or Warren -owned businesses to afford effective competition for the purchase. H. Joint Venture shall mean an association of persons or legal entities with the intent to engage to and carry out a single business enterprise for profit. #3062 • 5- � 3 A � '.� ? 5 R-7 k__ Y. Procurement Ekb*"(, rem shall ■Aan a purchase- payment- distribution; loan or advance for the purpose of acquiring or providing goods and services- Je Affirmative, Action Pfau shall include the projected annual goals and the timetables which will be used to, employ and/or procure with women and minorities a non- discrimination policy statement and any other actions which will be used to ensure equity in. employment and 'the utilization of minority and female -owned businesses. Section 3. A Ifinoritz and Women gas iness. Affairs and Procurement Program for the City of Mlamt is hereby established. The City Manager's Office shall be hold accoontable for the full and forceful Implementation of the Minority and women business Affairs and Procurement Program by providing approprlat* recommendations for action by the City Commission - A. for the purpose of assisting the City Manager in the implementation ur. saY%o ocagreme a minority And women justness Affairs and Procurement Committee is hereby establishedo consisting of an appropriate austber of members.• to be appointed by the City Manager; with full representation of Hispanics. llacks'ted Women to be responsible for monitoring the implementation of the program and making recommendations for achieving the requirements of this Ordinance. The Committee shall be responsible for generating yearly progress reports to the City Commission and the community at large- B. The City manager Shall. utiltzimg existing resourcese create an Office of Minority and wasen Business Affairs and Procurement; and shall provide the appropriate staff and resources necessary for the performance of all such &dot at strati ve duties;, authorize and - implement the administrative guidelines and procedures required; and ensure campltance 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 womtn-own,ed businesses. -4 B-8 . 1®062 9 5 — 4a1. Section t: The objective of the City is to achieve a goal of awarding a minimum of $IS of the total annual dollar votuee of all procurement expenditures, to Blacks, Hispanics and Komen- owned business enterprises to be apportioned as follows: seventeen percent (17%) to Blacks; seventedn percent (17S) to Hispanics and seventeen percent (17S) to 1lomen.l .A. 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 woaen- owned business enterprise procurement set -aside is hereby established for use by the City Manager as he or she may deem advisable or necessary to increase the participation of Black, Hispanic• and Women -owned businesses in City procurement contracts* i. it shall be mandatory for all City of Miami contracts and/or procurement award documents to contain the following: (i.) A specific reference to the applicability of the Minority rnd Homen Business Affairs... -sad Procurement Program established by this ordinance; (2.) A provision stating the right of the City to terminate and cancel any contract or contractual agreement entered into; including elimination of the individual(s) and/or business enterprises) from consideration and participation in future City contracts; on the basis of having submitted deliberate and willful; false or misleading information as to his, her or its status as a Stack, Hispanic and/or Women -awned businesi enterprise and/or the quantity and/or type of minority and women -owned business participation; (3.) A -requiremeat that each successful bidder or offeror agree to.provide a sworn statement of compliance with the provisions of this Ordinance and its specific applicability to the purchase or contract award under consideration; such statement shall certify that the bidder or offeror, during the 1 Women, depending upon their own annual self-selection, shall be listed in only one (1) of the categories: race, ethnicity, gender. 1a082 -5- �5 R-O k., court* of time involved in Performance of the contract sought by such bidder or offeror; shalt not discriminate against any business; *mployes. or applicant for employment because of age. ethnicity; 'race, creed; color. religion; sex. national origin, handicap or marital status; (4o) A statement of the extent to which the business enterprise has as one or more of Its partners or principals persons who are Black, Hispanic or Women; or is a joint venture comprised of a non -minority and minority business and/or women -owned enterprise. (3.9 A requiremwent that each bidder submit along with the bid or proposal as Affirmative Action Plan (AAP). Any significant equity participants; joint venture participants, sub-cantraetors; suppliers or ether parties to the bid or shall also be required to submit such plans. :Z.) A provision specifying the requirements for continued bidder or offeror eligibility including minority and female involvosent. Section S. bidders or offerors sitall be required to demonstrate a reasonable and good faith effort to solicit and obtain the participation of amaliflod minority and women -owned businesses in all bid and proposal documents. Section 6. Except where federal . or state law or regulationi mandate to the contrary; the provisions of this section will be applicable to all City of Miami, prebid, bid, contract or other agreements negotiated by the City% Section 7. The Minority amd Woman lusiness Affairs and Procurement Program established herein shalt be in effect only until such time as the effects of prior vowarranted discrimination against tiaeks9 Hispanics and Women have been compensated for, at which time the goals and set-asides,provlded for herein shall no longer be observed. Such need shall be reviewed every two yeari by -the City Commission, upon the recommendation of the City Manager. Section a. Ordinance No. 9775, the Minority Procurement Program Ordinance of the City of Miami, Florida, is hereby repealed. lama-2 5- �?;.Ia k__ Section 9. Should any part or provision of this Ordinance be ►declared by a Court of Fofapeteat Jurisdiction to be invalid. Same shall not affect the validity of the Ordinance as a what*. PASSED' ON FIRST READING BY TITLE ONLY this 26th day of November , 1985. PASSED AND ADOPTED ,ON SECOND AND FINAL READING BY TITLE ONLY this 19th day of December 1985. ATTEST: ATH r City Clerk PREPARED AND APPROVED BY A. QUIVN Deputy City —Attorney APPROVED AS TO FORM AND CORRECTNESS$ Aza ;�' C✓L e�-'t-� 1 City Attorney ' AqJ/wpe/pb/ab/BI56 t. •Ckrk j tht Qy of laid. R*6di. 1wrthr cvnif�rclit" ..w 04 L .. &y Id _ A. 0. 14 �p4 , p.N. 1t" 2xi awml CA Irf el,s ab.•.v �rul .setp4np wlli�al+et rtla rated to tb: S•wtb 13—T ..f flc; raje cownly Gwn Itws. al i1w pLf s Mo" L-9 I.K II.II�c:s an.l pe:iwlti.rws h; aaacWa� ..IIJ c.�{. 1.. � t.t�:t IlKfeflM. for yla.•t pr 11�'IT�IILM 1.13 luNJ tbt Akiat saf 4ddr %raid Cky W Ify Ckrk R_11 J-88-1153 1/12/89 ORDINANCE NO. :1.0538 AN ORDINANCE AMENDING CHAPTER 18, ENTITLED "FINANCE", OF THE CODE OF THE CITY OF MTAMI, FLORIDA, AS -AMENDED, BY REDEFINING THE TERM "MINORITY AND WOMEN -OWNED BUSINESS ENTERPRISE AND DEFINING THE TERN "VENDOR" IN SECTION 18-68; REQUIRING IN SECTION 18-72 THAT THE GOAL OF AWARDING AT LEAST FIFTY-ONE PERCENT (51%) OF THE CITY'S TOTAL ANNUAL DOLLAR VOLUME OF ALL PROCUREMENT EXPENDITURES TO MINORITY/WOMEN SMALL BUSINESSES BE APPLIED TO ALL CIT`:' OF MIAMI BIDS AND CONTRACTS; REVISING SECTION 18-73 TO PROVIDE THAT ALL CITY OF .MIAMI INVITATIONS, REQUESTS AND/OR ADVERTISEMENTS FOR BIDS, PROPOSALS, QUOTES, LETTERS OF INTEREST AND/OR QUALIFICATION STATEMENTS CONTAIN THE APPROVED MINORITY/WOMEN BUSINESS ENTERPRISE (M/WBE) PARTICIPATION REQUIREMENTS PURSUANT TO CITY OF MIAMI ORDINANCE NO. 10062 - MINORITY/WOMEN BUSINESS AFFAIRS AND PROCUREMENT PROGRAM; REQUIRING THAT ALL RESULTING AWARD AND/OR CONTRACT DOCUMENTS CONTAIN THE REQUIRED COMPLIANCE FORMS RELATIVE THERETO; REVISING SECTION 18-73(5) TO EXPAND UPON THE AFFIRMATIVE ACTION REQUIREMENTS FOR ALL CITY BIDS AND CONTRACTS; ADDING SECTION 18-76 AUTHORIZING ADMINISTRATIVE DEPARTMENTS TO ESTABLISH THE REQUIRED ADMINISTRATIVE PROCEDURES TO INSURE COMPLIANCE WITH THE CODE; FURTHER, PROVIDING FOR RESOLUTION OF DISPUTES REGARDING. WITHHELD PAYMENTS OF CONTRACTORS AND SUBCONTRACTORS AND FURTHER ADDING SECTION 18-77 DESIGNATING THE DIRECTOR OF THE OFFICE. OF M/WBE AFFAIRS AS THE CITY OFFICIAL RESPONSIBLE FOR ESTABLISHING AND IMPLEMENTING M/WBE BID AND CONTRACT PARTICIPATION REQUIREMENTS, COMPLIANCE GUIDELINES, AND MONITORING AND REPORTING PROCEDURES; CONTAINING A REPEALER PROVISION AND A SEVERABILITY CLAUSE. FF6 13 P �9 WHEREAS, Ordinance No. 10062 dealing with Minority/Women Business Affairs and Procurement established the annual goal of procuring/contracting fifty-one percent (51%) with minority/women owned and managed business enterprises; and WHEREAS, Administrative Policy Manual 4-86 (APP. 4-86), issued October 1, 1986, provides for the administrative implementation of Ordinance No. 10062; and WHEREAS, it has been determined that there is further need for legislative relief to obtain said goals, particularly as it B-12 lor- i._ relates to the City's bid, proposal and contract process and the resulting documents on a bid/contract by bid/contract basis to achieve the annual goals; NOW, THEREFORE, -BE IT ORDAINED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. Section 18-68, is hereby amended in the following particulars.I "Sec. 18-68. Definitions. For the purpose of this article, the following terms, phrases, words, and their derivations shall have the following meanings: • a Minority and women -owned 8mgu business enterprise means a business enterprise in which at least fifty-one percent (51%) of said enterprise is owned by Blacks, Hispanics or Women whose management and daily business operations are controlled by one or more Blacks, Hispanics or Women and who employ a maximud of twenty- five (25L employeeg or have a net worth not in excess of two million dollars." • t • vendor means any business entity providing goods, services or equipment to the City of Miami through a purchase, field or blanket order or contract." Section 2. Section 18-72(a)', is hereby amended by adding the following language: "(a) The objective of the City is to achieve a goal of awarding a minimum of fifty-one percent (51%) of the total annual dollar volume of all procurement expenditures to Black, Hispanic and women -owned small business enterprises to be apportioned as follows: Seventeen percent (17%) to Blacks, seventeen percent (17%) to Hispanics and seventeen percent ( 17%) to women; such coal shall beapplierl to all city bids and contracts." Section 3. Section 18-73 is hereby amended by adding the following language: 'Sec. 18-73. Required statements for solicitations or notices: required statements on contracts and awards. 1 Words and/or figures stricken through shall be deleted. Underscored words and/or figures shall be added. The remaining provisions are now in effect and remain unchanged. Asterisks indicate omitted and �c� anged material. y -- 1L r -2- kU538 participation and to have these requirements j co nce along with the inclusi,9n of the appropriate compliance forms. into the esultina contracts and/or bid award documents, The City of Miami Ia officQ of Mino_itty/Women_Business Affairs is to be consulted prior to the issuancS of_ any such adve isements or solicitations for the purpose of d!terminina the recommended aoal(ej or set -asides to be included and again prior to the signina of resulting contracts/bid awards for the pilrp2se of, verifying compliance thereto, b, It shall be mandatory for all City contracts and/or procurement award documents to contain the following: (5) A requirement that each bidder, proposer, or vendor, submit along with the bid or proposal an affirmative action plan (AAP). Any significant equity participants, joint venture participants, subcontractors, suppliers or other parties to the bid or proposal shall also be required to submit such plans. The objggtive of the City is to require that bidders proposers and vendors doing business W th the City of Miami take certain actions designed to assure eitable participation of qu Blacks Higpanigs and women in their hiring and promotign nrtiyjtiaa_ in view of this objective Section 4. The following new Section 18-76 is added in its entirety: "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. —3— 1U� 38 B-14 The Finance Department is mandated to institute payment procedures which will insure, in those instances in which the M/WBE bid or contract requirements result In contracts, subcontracts or joint ventures for M/WBEs, that compensation provided pursuant thereto shall be in the form of a check made payable to the primary contractor, bidder or proposer, and (if appropriated jointly) to the minority/woman business enterprise subcontractor or joint venture partner in an amount not to exceed the subcontracted or joint venture amount, based upon approved invoices submitted by the prime i contractor, proposer or joint venture, to the City. In the event a dispute should arise as to the performance or payment of the primary contractor or bidder/proposer or the M/WBE, under the terms and conditions of the City contract or procurement award document, compensation shall be withheld until such time as the dispute is resolved 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.' Section S. The following new Section 18-17.is added in its entirety: "Sec. 18-77. Designation of the Director of the Office of Minority/Women Business Affairs. The Director of the office of Minority/Women Business Affairs is designated as the official responsible for establishing M/WBE bid and contract/award requirements, creating and implementing, compliance guidelines, monitoring compliance, resolving disputes, and reporting on all of the above to the City Manager." Section 6. All ordinances or parts of ordinances in conflict with the provisions of this ordinance insofar as they are inconsistent or in conflict with the provisions of this ordinance are hereby repealed. Section 7. If any section, part of section, paragraph, clause, phrase, or word of this ordinance is declared invalid, the remaining provisions of this ordinance shall not be affected. PASSED ON FIRST READING BY TITLE ONLY this 15th day of December 19 88. PASSED AND ADOPTED ON SECOND AND FINAL READING BY TITLE ONLY this 12th day of _ January 19 89. j AaL* XAVIER L. EZ, Mayor — MA Y HIRAI City Clerk -4- 1{)i38 B=15- �"� PREPARED AND APPROVED BY: LINDA K. KEARSO Assistant City Attorney APPROVED AS TO FORM AND CORRECTNESS: ct JOR E L. FER ANDEZ Cit Attorne LKK/pb/bss/M424 n B-16 -5- m APPENDIX C Watson Island Master Plan (selected excerpts) WATSON ISLAND MASTER PLAN u INTRODUCTION Watson Island is an entirely man-made spoil island, located in Biscayne Bay, 86 acres in area, consisting of dredge material from Government Cut. Watson Island was originally deeded to the City of Miami by the State of Florida in 1919. The island has remained largely undeveloped for seventy years, serving primarily as open recreational space and a transportation terminal for seaplanes, helicopters, and until 1980, an airship. The island has been the subject of repeated efforts to develop major public facilities from a 1935 proposal for a Pan American Merchandise Mart to more recent concepts for a theme amusement park in 1980 and a Marine Exposition Center/marina and hotel in 1986. None of the past proposals had been preceded by a public policy plan for the island that gave direction to these private initiatives. PURPOSE OF PLAN in accordance with Commission Motion No. 88-253, the Watson Island Master Plan presented herein offers a set of public purpose goals for the island and addresses policies for the use, development, enhancement, and infrastructure support needed to achieve those goals. Standards for the type, amount, area, and management of the proposed activities are set forth to assure fulfillment of policy objectives. Watson Island is thought of by many as a "clean slate". No leases are in force and no significant improvements exist except the Japanese Gardens, which are being improved and must be kept. The only significant constraint governing the future use and development of the island is the 1949 deed of conveyance from the State of Florida to the City of Miami. The deed expresses certain limitations on the use of the island, which, if violated, will render the deed null and void. The language of the deed restriction is as follows: "...this deed is given and granted upon the express condition subsequent that the Grantee herein or its successors and assigns shall never sell or convey or lease the above described land or any part thereof to any private person, firm or corporation for any private use or purpose, it being the intention of this restriction that the said lands shall be used solely for public purposes, including municipal purposes and not otherwise." In 1980 and again in 1986, the city of Miami sought a waiver of these provisions from the Trustees of the Internal improvement Fund of Florida (the Governor and Cabinet members) to permit the leasing of portions of the island to private interests. The waiver was granted on the basis that the proposed leasehold uses were in substantial conformance with the public interest and purpose of the island and in furtherance of municipal purposes. Thus, past experience suggests the Watson Island Master Plan has the flexibility to consider private and corporate leasehold activities, provided such uses demonstrate a relationship to public purpose. This leads to a wide range of use options that has induced past development efforts to "clean the slate" and impose on the island a major redesign and conversion of uses. The "clean slate" approach is appropriate, however, only if historical and existing use patterns as well are to be disregarded in a new plan. It is here the public purpose question comes into clear focus. What has seventy years of constant and extensive use told us about the role this island plays in the life of the city? It is the particular challenge of this plan to fashion a clear and compelling statement of public purpose for Watson Island. "Public purpose" must embrace a diversity of interests; open space, recreation, maritime, tourism, downtown, center -city neighborhoods, government and environmental. The ideal master plan accommodates all of these interests with a balance that the public can sense is in proper proportion. Finding, defining and balancing these "public purpose" interests would be for most plans, a very difficult task. For Watson Island the job has been simplified, for one unique and compelling reason: FOR SEVENTY YEARS, THE PUBLIC HAS BEEN FREE TO ADOPT AND ADAPT WATSON ISLAND TO ITS NEEDS, MUCH AS IT SEES FIT. THE PATTERNS AND PATHWAYS OF PUBLIC USE AND THE MERITS OF THOSE USES ARE WELL ESTABLISHED AND UNDERSTOOD. AS A PROVING GROUND FOR PUBLIC PURPOSE, NO BETTER PROCESS CAN BE DEVISED. IT REMAINS TO TRACE THESE PATHWAYS OF PUBLIC USE TO FIND WHICH LEAD TO A USEFUL FUTURE AND WHICH HAVE TURNED AND FADED. 0 Existing Use Patterns - The following description of the historical and existing uses of Watson Island reflects assessments of both planning staff and public opinion (as'expressed in informal field surveys): RECREATION/OPEN SPACE - Public gathering, strolling in the Japanese Gardens, swimmin unstructured play (softball on the green , , sunbathing, ethnic festivals, polishing the car, picnicking, jogging, celebrating birthday parties, etc. - Watson island is to the center city what Kennedy Park is to Coconut Grove. The key ingredients in this recreation profile appear to be the spaciousness and openness of the island. It feels safe because it is so easy to see what is going on around you and it rarely feels crowded; plenty of room to do your own thing, publicly yet anonymously. This is a constant and active element in the island's use and generally perceived by the public to be its most valuable activity, one that must be maintained and emphasized. Existing Uses Public Park (central open space) .. .. .. .. 10 acres Shoreline recreation (cruise ship viewing) .. 3 acres Public Beach - 12/02/88 .. ....... .... ..... 2 acres Open field areas (north and east shores) .... 6 acres Open field areas (south of causeway)......... 10 acres Total 31 acres OBSERVATION - Watching the cruise ships, waiting for Chalk's amphibians to splash down in Government Cut, driving across the island to see the panorama of downtown, the port and Miami Beach (60,000 People each day), strolling the docks to see the days charter boat -fish catch, watching the sunset silhouette the city's skyline, enjoying Bayside's fourth of July fireworks and pausing to catch the spiral landings of helicopters. Many still recall vivid images of the blimp drifting to earth, several men tugging on trailing ropes as though landing a giant celestial tuna. People have discovered there is no better place to see the city and the swirl of activity that surrounds the island. for many, Watson Island is the observation deck of the city; a fishbowl that seems to magnify the spectacle of city life that leans in on all sides. BOATING - Charter fishing at the old city marina, refueling at Phillip's 66 docks, sailing in club regattas along the Venetian Isles, power boats slicing through the intercoastal waters, surfing catamarans onto the shore, jockeying trailers for the right angle at the ramps, a yacht in from the islands trailed by the marine patrol, kids bobbing along in prams and parading motor boats draped with festival lighting. Watson island is the bay's only public island (excluding spoil banks) with full 360 degree access by boat. Eight thousand lineal feet of public shoreline make the island a natural resource for marine recreation and public boating. Without exception, however, the shorelines are a crumbling and decayed vestige of the islands long boating tradition. Existing Uses Miami Yacht Club ....................... 3 acres Miami Outboard Club ....................... 3 acres Public Boat Ramp 4 acres Public Marina ..................... 2 acres Phillips 66 fuel docks .................... l acre Total 13 acres TRANSPORTATION/SIGHT-SEEING - Catching a Chalk's flight to the Nassau casinos or an out -island resort, chartering a sailing cruise to the Keyys or spinning off in a helicopter for a tour of the bay or a quick hop to a meeting in Broward County. For fifty years until 1980, a blimp offered a lazy glide over our subtropical landscape, if you were willing to wait hours in line for a 30 minute trip. No other city could boast of this unique combination of exotic devices for personal transport. Still today, Chalk's remains one of the world 's onlyy scheduled seaplane services. it has been said tluat Chalk's Airline since 1919, the world's oldest, is to Miami what the cable cars are to San Francisco. Existing Uses Chalks Airline ......................... 2 1/2 acres Dade Helicopters 5 acres Airship field (not in use) .............. 7 acres Total 14 1/2 acres N m4■ Rglationshies to the Citv - How does Watson Island presently fit into the larger scheme of the Bay, downtown, other waterfront parks, and adjacent cities? Watson Island is: The Largest Public Open Space In The City - Its 86 acres are twice the size of Bicentennial Park and larger than Manor, Moore, Curtis and Peacock Parks put together. It is our "Central Park" and one of the most important resources in the City of Miami available to meet future resident and visitor needs for quality public open space. The Only Undeveloped Biscayne Bay Island - All other lands within the Bay are defined and improved either for public or private purpose (with the exception of parts of Virginia Key), Watson Island represents the last great opportunity to completely reshape lands among the most inherently valuable in South Florida. Detached from City Life - As an island, it enjoys a degree of isolation from urban activity patterns. The island is self-contained and not easily integrated with mainland uses. Its almost complete dependence on auto -access further complicates relationships to mainland, especially downtown, developments that rely heavily on pedestrian and transit interconnections. The City's Best Resource for Maritime Improvements - Miami has, despite its extensive slioreline, few opportunities for expanding facilities to serve fast growing marine recreation interests (Virginia Key's beaches, shallow waters and mangroves limit boating access). Especially since it has good access to the superior boating environment of the south bay, Watson Island has significant market as well as physical capacity for wet slip construction and land side boating services. The Biscayne Day Management Plan projects a demand for 1000 additional wet and dry public boat slips (primarily power boats) by the year 2000. Adding to the concern for finding new boat slips is the decline in Miami River marina space. The well established maritime economy of the river (boat yards, sales, supplies, services, manufacturing) is dependent on marina space to generate consumer demand. There is a mounting need for new boating facilities near the river to sustain the thousands of maritime jobs at risk in Miami from competitive and superior marina facilities in Broward and Monroe Counties. A Superior Location for Tourism Related Development - Within sight of downtown, Bayside and South Miami Beach and only ten minutes from the Airport and the Seaport, Watson island is an attractive location for almost any development concept that seeks to expand the tourist base of our regional economy. So attractive, in fact, that past concepts have consumed the island to the exclusion of local recreational space. Termed "attractions", these tourism concepts sought to add new dimensions to the package of local visitor offerings. The leading question now, however, is whether any "attraction" that doesn't draw repeat local resident visits can survive. Recent fundamental rethinking in the national "attractions" industry (in the wake of numerous financial failures) is now favoring activities that are oriented to the local residents, of high quality and permanence, with educational value, and an authentic part of local culture and life-styles. ■ MASTER DEVELOPMENT PLAN Objectives for the public use and improvement of Watson Island are% • Enhance and expand public use, particularly recreation. Attract a diversity of user groups. 0 Protect and enhance desirable existing patterns of public use. • Enhance the island's natural and historic assets of views, water, and historic uses. • Expand and improve the island's interrelationship with the bay. • Provide a Use Program relevant to Downtown, Miami Beach, the Port of Miami, and Miami River maritime community's needs as well as regional resident recreational needs. O Provide a public use and development program that will be economically self- sustaining. Co c;n eanemrn p�AN GONGEP_TS It is recommended that Watson Island incorporate six principal uses (see map - Future Use Conceots)s r OPEN SPACE RECREATION The plan places a major emphasis on preserving the island as a resource for passive recreation and public gathering by retaining the popular and valuable large central open space and Japanese Gardens and enhancing traditional public activities of viewing cruise boats and swimming. n ACTIVE FIELD GAME RECREATION Expanding the public use of the island, particularly for youth groups can be accomplished through the addition of much demanded athletic fields for active recreation. AMARINE RECREATION Increasing demands for marina and organized boating activities from a rapidly growing population of boaters plus Watson Island's attractive and accessible shorelines makes the use of particularly the north and eastern shores for marinas, clubs, and boat launching a natural activity to be enhanced. ■TRANSPORTATION SERVICES Historic use of Watson Island as a "Jumping-off" point for travelers to the Bahamas, Keys, the Carribean and increasingly, other gold coast communities, has contributed a unique dimension to the image and function of the city. Steady and growing demand for these services makes it important to retain and enhance them, but in a more efficient and concentrated use of land. EXHIBIT I. SKETCH OF SURVEY �5- �,.5 V,-- CITY OF MIAMI WATSON ISLAND PROPOSED LEASE AREA FOR THE BOTANICAL ��I� I S c a , .y Tl, GARDENS ATTRACTION KI Kt I , 1. t•Ilrt, tt� \ rlrxl "`�"''rl•U, 1 ' eK'01'a'11a Or , urr`' ' .. �•r4 r, G.\� lnbrt•� `n tr I k \On �— I q1� /�/ 1 yN011WIK rwnIK In I, ter a'ert wrr 1� • / !el0 ,r. or, tei UrLO 1 t y r n0 yr l.r �wrICrKot Ult L[.1.011 a LUK Kmgllllm. tow[KK{( 1I I Pow Iww u 0. I. 4MIN Inso OF IK K1111. We K lKiI lot w I'm K 1 rgilq K Knlbl n�Ki1W m x1 `\✓ ru K nn�{ MID 1.t•\ !!Y aot t0.wtY aq'q K. IY rt1I eo/1 i8milanliain it {`u�° tiY M pa,yiNi rglwa�.tlw I K .1IMax IKi�iWi�ni Ifni umM°al y Y5�t0a 0 O '1lw w W11K 1 WIN O Iytykrylf acI w O IUIIW 14' O, ,ji' • , 1`Yx4du11W IaK K1IM M K 11[u IILLII Opu1KOIIbm MH IOCcit Y0Vt1,f1IMQ �1pL14�I�Ou °fKw µlnw p1fKK1Ip�IYxIIKK KI K Kffi l0 t(1(lii(ll�1 4l IK1�,1 W111)POI 10.I I IO fORI .013 O{9t 111 IK IIOK y. IM IMAIK11 �t0.1 a 1�11{fg1101p�KAr OtP 1 a'tuWLI�jQI p�mt P. 0.� WW1 O wt 'j�Ni 1] III rI• rrr0ptr'Euf'INl It1 A OF IIII I.vul A 1KMY�� IW 1� wit tMNJYYW F[i �MWCftt 1. tiM t0/11Yt 1UIi WIII ' W KII lerl I IMR'0 nall1.110 MK W fI -611, I iltKnl l Wune L mluli i M r I `9 6A llu Or 1.1 gn�1 IJI I .10I fJ111K1IOW t9riw[II0 rotlagn1�1 lyp�xff 111 fiatt. it wwln w• . Ga.I wMl�x0,0r a �1l IK[frV[YuarSmaMS �•-� 96Q1■ K IIK/M YC IIO[T f01111Y[ OM; 411 tIW11K W IF fI1 fYA.1. mai tO.RKtf{:O�I/P1111 M'el'rti{rltfttl fq'A 0i,iMs-LISfKt0lt Il.U�N�'/R�IY''I10[LYb1M it{Y�IMpgW`1I td 1I. 1 t� M 1r1r r t q rrn: etot� to. 11 er o ll fq It 11 R Ifnn g10'er W Ia Kll R[7 tolls Ingo[ IOq YI Ix M frrtMOfi(a1 lIK K mit It la ria • L tKy� tan OYOY Ir lLl LLtle W IO l IK fM Ml m R[I IC M PoIYIK KOIINIKWIKK IOwIWIIKw.a•�• '9 4A IJ A m�nXi�lpll q t[St 111tt10 1 t.faf AMI 09 IFTtYI Ian. 9 • %•mq`MIfMIwt `Itrim IIK K MWIs "m WRW1 K �.SJ . r'1' ' IIvl Ig1IN rr Or f Kn li eww aw M Y✓ • Witel 1Imntutor. 'iK4eIMrMUIltcity aolot As.K"IIWK 1[� a tm a//elm Is- "Iwl M 1111 10.1ottf 14t M Ka'KK0• 'Nt a• h'� sARI ur K III to movi pe u'unPw m" tlw01f01 KI M Rq a If eau° K FOripltW �I t W�ItG Wfigt wla W1 R 0[as al u t KL41 K ✓_ M tu°fl•1[ItIK rnWLtlfllllfp n[ fl.L tooOWIG lac io 11►0.[lYel Yrf tn'tr.f.c t'mvni„pitiul�aroxiiWi�'MwlOIK °tulKt[`IIOilrm ��QMWIg JI I[LI YIG WIf111i 00m K,Is - FERNANDO Z. GA '.Y7Y�14 WKKY�I IPIK Klx xlq YlrJi t1K 1.l W II[D 11 It "�- • �ti.n 11t tIK `r" t`i1)a.KYif t WMWIIWI MOM tIK rtlwLw i. ami r.t.t CA il[ II1I PROFESSIONAL SURVE _ RKtfflpxt ILO AOIfT01 u`fiKe ql 1,4u°'s�� nmry iiq'u`n� tw�+faa°Im n M J4LIK LYooe unum n Ir,al mnu ! 70O S, W. 57TH AVE MlwoullaKum;Y.nom••+tatxx 3 MIAMI, FLORIDA, EXHIBIT II. DECLARATION PROFESSIONAL INFORMATION FINANCIAL DISCLOSURE FORMS k.-^ EXHIBIT II DECLARATION, FINANCIAL DISCLOSURE, AND PROFESSIONAL INFORMATION FORMS (CONTENTS) i Financial Disclosure and Professional Information Requirements Declaration i Organizational Structure Proposer's Questionnaire Partnership Statement 1 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 i . 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 cL� 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 Q' 1 5 G � — .1, k-- 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 4011, 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. • � Ca '� L'� 11 krt DECLARATION Cesar H. Odio City Manager City of Miami, Florida Submitted 1995 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/she has complied in every respect with all of the instructions to proposers, that he/she has read all addenda, if any, and that he/she has satisfied him/herself 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 May 30, 1995, entitled Request For Proposals for the Unified Development of the Watson Island Botanical Garden Attraction, Miami, Florida and addenda, if any. Signature Title Name of Firm, Individual or Corporation Signature Title II-2 9r- ':�5 ORGANIZATIONAL STRUCTURE In graphic form, provide the organizational structure -of the development team indicating the proposer, the proposer -Is architect/landscape architect/engineer, the architect/engineer's. 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. QM5 415 TT. '2 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) II-4 9 5 - A n. 5 A i i PARTNERSHIP STATEMENT If proposer is a partnership, answer the following: I. Date of organization 2. General Partnership ( ) i Limited Partnership ( ) I 3. Statement of Partnership recorded Yes ( ) No ( ) Date Book Page County State 1 4. I3as 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. II-5 15 I-- 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. 0 1i II-6 r k_ FINANCIAL DATA OF PROPOSER 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 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 Litiggfim Provide on attached sheets detailed information regarding pending litigation, liens, or claims involving any participant in the proposal. II-7 EXPERIENCE STATEMENT OF PROPOSER Describe in detail the duration and extent of your business experience with special emphasis upon experience related to the development of visitor attractions, botanical gardens and related facilities. Also, state in detail the names and pertinent experience of the persons who will be directly involved in the development and management of the facilities and your percentage ownership, and any such facilities which you currently manage. i 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. II-8 i REFERENCES QF 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. Reference No. 1 Name: i i Firm: Title: Address: Telephone: Nature and magnitude of purchase, sale, loan, business association, etc.: Reference No. 2 Name: Firm: Title: Address: , Telephone: (,I Nature and magnitude of purchase, sale, loan, business association, etc.: II-9 � 5 �- � -" 5 -- Reference No. 3 Name: Firm: 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.: Q5_ �15 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 Name Title Title 0 v .� EXPERIENCE STATEMENT OF PROPOSER'S ARCHITECT/LANDSCAPE ARCHITECT/ENGINEER Describe in detail the duration and extent of your experience with special emphasis upon experience related to the proposed j 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. �.r BACKGROUND DATA OF PROPOSER' S ARCHITECT,/LANDSCAPE ARCHITECT /ENGINEER 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. Bankruptcv 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. REFERENCES OF PROPOSER' S ARCHTTFCT.ILANDSCAPE ARCHITF[`T�FNC'TNFFR 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: A- G- ARCHITECT LMDSCA_pE ARCHITECT/ENGINMR'S ,SUBCONSULTANTS' QUESTIONNAIRE For each subconsul.tant or subconsulting firm, please provide the following information. Name: Address: Telephone: Discipline: Name of principals and their titles who will be chiefly responsible for the project: Name Name Title Title EXPERIENCE STATEMENT OF ARCHITECTILANDSCAPE ARCHITECT/ENGINEER'S SUSCONSULTANTS Describe in detail the duration and extent of your experience with special emphasis upon experience related to the development of visitor attractions, botanical gardens and related facilities. 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. II-16 k-- BACKGROUND DATA OF ARCH ITECTTILANDSCAPE ARCHITECT R' S . BCONSULTANTS 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. Ii-i 7 REFERENCES OF ARCHITECT/LANDSC_AnE A-CHITECT/ENGINEER'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: Nature and magnitude of business association: Reference No. 2 Name: Firm: Title: Address: Telephone: Nature and magnitude of business association: ey �. 0 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 II-19 Title Title k>- EXPERIENCE STATEMENT OF PROPOSER'S GENERAL CONTRACTOR OR CONSTRUCTION MANAGER Describe in detail the duration and extent of your experience with special emphasis upon experience related to the development/construction of visitor attractions, botanical gardens and related facilities. 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. II-20 BACKGROUND DATA OF PROPOSER'S GENERAL CONTRACTOR OR CONSTRUCTION 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. REFERENCES OF PROPOSER'S GENERAL CONTRACTOR OR CONSTRUCTION MANAGER 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: 9C_ TT-22 P OPOSER'S OPERATIONAL MANAGER'S QUESTIONNAIRE Name: Street Address: Mailing Address: Telephone: Name of principals and their titles who will be chiefly responsible for the' operations and overall management of the project: Name Name II-23 Title Title 9J 415 1,- EXPERIENCE STATEMENT OF PROPOSER'S OPERATIONAL MANAGER nay Describe in detail the duration and extent of your business experience in the operations and management of visitor attractions, botanical gardens and related facilities. Also state in detail the names and pertinent experience of the persons who will be directly involved in development and management of the 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 qualifications for the project identified. 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. II-24 ZI 5 k-. BACKGROUND DATA OF PROPOSFR'S OPERATIONAL -MANAGE 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. 11-25 �U - - J 4✓ REFERENCES OF PROPOSER'S OPERATIONAL MANAGER 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: II-26 95- L! 15 OPERATIONAL MANAGER'S ,,9UF3CnNSUr TANTS' OU STIONNAIRE 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 Title Name Title II-27 v fir.' L EXPERIENCE STATEMENT OF PROPOSER'S OPERATIONAL MANAGER'S SUBCONSULTANTS Describe in detail the duration and extent of your business experience in the operations and management of visitor attractions, botanical gardens and related facilities. Also state in detail the names and pertinent experience of the persons who will be directly involved in development and management of the 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 qualifications for the project identified. 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. II-28 I BACKGROUND DATA OF OPERATIONALEANAGER'S SUBCONSULTANTS 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 Eircumstances 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 'r Provide on attached sheets detafleS-.information regarding pending litigation, liens, or claims involving any participant in the proposal. II-29 REFERENCES OF OPERATIONAL MANAGER'S SUBCN SULTANTS 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: II- 30 95- AI5 4,r. EXHIBIT III. MINORITY PARTICIPATION FORMS AND OFFICE LOCATION AFFIDAVIT 95- �116 MINORITY PARTICIPATION DOCUMENTATION NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S): a) List principal business addreas: (street address) 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'G)•,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 If firm does not have an existing plan, the Successful Proposer(s) shall be required to establish an Affirmative Action Policy, pursuant to Article. IV. 5f Sections 18-67 -18-77 of the City of Miami Code. Proposer: Signature: (company name) 95— � ib CITY OF MIAMI , .FLORI►,,i. MINORITY STATUS INFORMATION SHEET MTINQ CLASSIFICATION AND PARTICIPATION Please check one box only and complete any and all sections applicable to your firm. 1. Indicate Minority/Women Classification of Proposer Entity [ ] B=BLACK [ ] H=HISPANIC [ ] F=FEMALE { ] NM=NON-MINORITY 2. If ONE OF THE FOLLOWING, give details of Minority/Women Participation within firm(s), or as it may apply. Indicate Minority/Women Classification of each company: A. JOINT VENTURE: Provide information regarding Minority/Women firms participating and the extent of participation. Dollar Firm Name Business Address _ Amount [1 - [J B. SUBCONSULTANTS: : Provide information regarding Minority/Women firms participating and the extent of participation. Dollar Firm Name Business Address Amount [ 1 -- r1 [ 1 [1 ;fir- 1!:� III-2 MINORITY PROCUREMENT COiMPLIANCE/AFFIRMATIVE ACTION FORM NAMES OF COMPANY OWNER(S)t NAMES OF COMPANY OFFICER(S)S a) List principal business address; (street address) b) List all other offices located in the State of Florida.: (street address) Name of individual holding license in this profession (if applicable)t _ MINORITY Pk20Ci!Fi1:MEF�2 GOHLI'LIAf1� The undersigned* proposer acknowledges that. (s)he has received a copy of ordinance #10062 as amended, the Minority Procurement Ordinance of the City of Miami and agrees to comply with all applicable substantive and procedural provisions therein, including any amendments thereto. Proposer: Signature;- ­.. name) Date: Print Nante: Indicate if Business is 51% Minority -owned: (Check s2ne box only) [ ] BLACK [ ) HISPANIC [ ] FEMALE AIi EIRMATIVE ACT2011 Pl,,[1Ci If firm hays an existing plan, effective date oC implementation: Must be included as part of submission. If firm does not have an existing plan, the Successful Proposers) shall be required to establish an Affirmative Action Policy, pursuant to Ordinance 110062 as amended. See sample. Proposer: Sign9tllzet_._. M ( company name) III-3 AFFIRMATIVE ACTION POLICY for EQUAL EMPLOYMENT OPPORTUNITY AFFIRMATIVE ACTION EQUAL EMPLOYMENT OPPORTUNITY -- POLICY STATEMENT It is the policy of (Company Name) to base its hiring. and promotions on merit, qualifications and competency and that its personnel practices will not be influenced by an applicant's or employee's race, color, place of birth, religion, national origin, - sex, age, marital status, veteran and handicapped status. One of the management duties of all principals at (Company Name) is to ensure that the, following personnel practices are being satisfied: 1. Take every necessary affirmative action to attract and retain qualified employees, regardless of race, color, place of birth, religion, national origin, sex, age, marital status, veteran and handicapped status. 2. Maintain equitable principles in the recruitment, hiring, training, compensation and promotion of employees. 3. Monitor and review personnel practices to guarantee that equal opportunities are being provided to all employees, regardless of race, color, place. of birth, religion, national origin, sex, age, marital status, veteran and handicapped status. (Company Name) is committed to take affirmative action and aggressively pursue activities that will serve to enable all employees and. applicants opportunities available throughout this organization. Clearly, the above actions cannot be accomplished as. a secondary duty for any individual, despite the full support of management. And so, to monitor our efforts, (Company Name) has assigned one of its principals as the Affirmative Action Director to monitor all activities of this program. Employees may contact (Name of assigned principal) at (telephone number) regarding this Affirmative Action Policy. DATE: - (Signature/Title) III-4 9 5 - i15 CITY OF MIAMI Please Check One Box Only [ ] Hispanic [ ] Woman [ ] Black I (We), the undersigned agree to the following conditions: I) that we have read City of Miami's Ordinance No. 10062 as amended and meet the fifty-one percent (519.) ownership and management requirement for minority/women registration status and will abide by all of the policies and regulations governing the City of Miami Minority and Women Business Enterprise Procedures; 2) that if at any time information submitted by the undersigned applicant in his/her Vendor Application should prove to be false, inaccurate, or misleading, applicant's name will be struck from the City of Miami's Master Vendor list with no further consideration given to this applicant; 3) that the City of Miami maintains the right, through award of bid/contract, to revoke the award, should it be found that false, inaccurate or misleading information or a change in the original information have occurred; 4) to notify the City of Miami within thirty (30) days of any change in the firm's ownership, control, management or status as an ongoing minority/women business concern as indicated on the Vendor Application, and that the City of Miami, upon a finding to the contrary, may render a firm's registration with the City null and void and cease to include that firm in its registered list of minority and women -owned businesses; 5) that the City of Miami has a right to diligently verify all information submitted by applicant in his/her Vendor Application to monitor the status of the Minority/Women Business Enterprise, once registered; 6) that the City of Miami may shAre a firm's registration information, concerning its minority/women status and its capability, with other municipal or state agencies for the sole purpose of accessing the firm to their procurement opportunities, unless otherwise specified by the firm in writing. I (We) certify under the penalties of perjury that the information contained in any and all application documents submitted to the City of Miami is correct as per Ordinance No. 10062 as amended. Firm Name: (If signing as a corporate officer, kindly affix corporate seal) (Name, Title & Date) (Name, Title & Date) This application must be signed by at least one general partner of a partnership or the proprietor of a sole proprietorship or all partners of a joint venture. COUNTY, SS NOTARIZATION COUNTY OF DADE Date: That personally appeared before me and acknowledged the foregoing instrument as his/her act and deed. That he/she has produced as identification. NOTARY PUBLIC: My Commission Expires: r;T r kl_ f"rttr of hAiclmi PRIMARY OFFICE LOCATION W Affidavit Please type or print clearly. This Affidavit must be completed in full, signed and notarized for local preference consideration. Legal Name of Firm: Entity Type: (d,e& one box only) Q partnership Sole Proprietorship 0 Corporation Corporation Doc. No: Date Established: Occupational License No: Date of Issuance: Y,Pnrnary Office Locatron'(Pr?nerpa1 esfablrs en o the btdde�/proposer):t Street Address: z LU LU City: State: How long at this location: Street Address: o Cr a city.State: How long at this location: According to the City of Miami's Charter 29-A as amended: 'All contracts -.shall be awarded by the commission to the lowest responsible bidder,... provided, however, 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 ... 10% in excess of the lowest other responsible bidder or proposer, such local vendor may be awarded the contract.. The Intention of this section is to benefit local bona fide vendors/proposers to promote economic development within the City of Miami. I (we) certify, under penalty of perjury, that the primary office location of our firm has not been established with the sole purpose of obtaining the advantage granted bona fide local vendors/proposers by this section. Authorize Signature Print Name Title Authorize Signature Print Name Title (Must be signed by the corporate secretary of a Corporation or one general partner of a partnership or the proprietor of a sole proprietorship or all partners of a joint venture.) STATE OF FLORIDA, COUNTY OF DADS 0 Personally known to me; or Subscribed and Sworn before me that this is a true statement this day of 199 ❑ Produced identification: Notary Public, State of Florida Printed Name of Notary Public My Commission Expires �� N — Le .0 Please submit with your bid, copies of occupational License, professional and/or trade License to verify local status. The City of Miami,, also reserves the right to request a copy of the corporate charter, corporate income tax filing return and any other document(s) to verify the location of the frrm's primary office. EXHIBIT IV. BIOLOGICAL ASSESSMENT CC94-176 MEGA -YACHT BOTANICAL GARDEN SUBMERGED LANDS 9 ra -- Le 15 METROPOLITAN DADE COUNTY, FLORIDA METROfDADE DENIM ENVIRONMENTAL. RESOURCES MANAGEMENT 33 S.W. 2nd AVENUE MIAMI, FLORIDA 33130-1540 (305) 372.6789 October 5, 1994 Mr. Courtney D. Allen Assistant Development Coordinator City Of Miami 300 Biscayne Boulevard Way Suite 400-401 Miami, FL 33131 Re: Biological Assessment CC94-176: City of Miami, Watson Island, MacArthur Causeway, Miami, Dade County, Florida. Dear Mr. Allen: A biological assessment of the above referenced site was conducted by Department biologists on July 6 and September 1, 1994 at your request. The purpose of this assessment was to determine the feasibility of constructing a megayacht marina on the western edge of Watson Island and a conventional marina on the northern edge of the island which would extend into Biscayne Bay approximately 200 feet and 150 feet from the shoreline, respectively. Inspection of the proposed location for the megayacht marina revealed no significant epibenthic communities. The water clarity was moderate during the inspection. The water depth in the proposed project area ranged from approximately 6 feet to 17 feet at mean low water. Inspection of the proposed location for the conventional marina revealed the presence of seagrasses throughout a significant portion of the area. Again, the water clarity was moderate during the inspection. The water depth in this area ranged from a shallow shelf along the shoreline to a maximum of approximately 8 feet at mean low water. 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. A proposal for the construction of more than fifty (50) boat slips at a new or existing facility requires a standard form Class I Permit application. Please note that standard form applications require approval from the Dade County Board of County Commissioners, which must be obtained through a public hearing, prior to the issuance of a Class I Permit. Please be advised that the proposed conventional marina may not be consistent with Dade County's Interim Manatee Protection Guidelines (copy enclosed). Said guidelines generally prohibit the new construction or expansion of commercial powerboat docking facilities IV-1 '5- �1,15 v unless it can be demonstrated that the docking facility and the operation of boats using the facility will not adversely impact the manatee or its habitat on an individual or cumulative basis. At the proposed megayacht marina, the existing powerboat slips would be' grandfathered, and the reconstruction of these slips would not conflict with the interim guidelines. A proposal for expansion beyond this number of slips would be reviewed by DERM and a permitting determination would be subject to whether or not it was demonstrated that the use of the facility would be consistent with these guidelines. Please be advised that navigational concerns may exist at both of the proposed project sites. On the western side of the island a federally maintained navigational channel is present. The Army Corps of Engineers generally prohibits any structures that are within 100 feet of such a channel. In waterways not maintained by the federal government (including the north side of Watson Island), DERM generally restricts the size and configuration of docking facilities such that they do not extend into the waterway more than 200 of the waterway width. Although it is believed that the City of Miami owns the submerged land in the project area, DERM recommends that you contact the State of Florida Department of Environmental Protection (DEP) to confirm that the proposed projects are consistent with the terms and conditions of the submerged lands conveyance and that they do not extend onto State owned land. Please keep in mind while planning for marina projects and other coastal development that structures considered non -water dependent [pursuant to 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"], are prohibited by Sections 24-59 and 24-59.1 of this Ordinance. It is most probable that DERM would recommend denial to the Board of County Commissioners for a variance to this Section of the Ordinance for any portion of the project that was not water dependent. DERM therefore strongly recommends that the City avoid including any non -water dependent structures, such as dock masters offices, restaurants, gazebos, etc. to be constructed over the water in any marina proposals. 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 and may require review by Dade County's Shoreline Development Review Committee [contact Alex David at (305) 375-2589 for further information]. 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. In summary, the main concerns held by the Department regarding the expansion of marina facilities at the aforementioned locations on Watson Island are manatee and manatee habitat impacts, seagrass impacts IV-2 N and potential navigational concerns. DERM believes that a megayacht marina could be constructed along the western shoreline provided the above concerns are adequately addressed, but that construction of a new marina along the north end of Watson Island is not likely due primarily to seagrass and endangered species concerns. Please review carefully the enclosed Interim Manatee Protection Guidelines for guidance with your proposals. 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 assessment has not been paid and must be submitted within thirty (30) days of the date of this letter. Please be advised that DERM will not process any further. requests for biological assessments until all applicable fees have been received. If you have any questions please do not hesitate to call Christy L. Waite at (305) 372-6575. Si Craig K Coastal Grossenbacher, Chief Resources Section enclosures: Class I Permit Application Package Interim Manatee Protection Guidelines CKG:cw.980 IV-3 15 1 EXHIBIT V. WATSON ISLAND DEED 19447 STATE OF FLORIDA INTERNAL IMPROVEMENT FUND 95- �>15 B1 TFES1' PRL'SZ::TS: Tar, the ..,.n.'d-+rsignea, the _-u3zeas of the Internal imp^ovement Fund of the State of Florida, un'3r and by virtue of the authority of Section 253.12, Florida Statutes, 1941.., and according to the provisions provided for in Section 2.53.13, Florida Statutes, 19,1, and for and in considera- tion of the sure of Ten and 00/100 Dollars and other good and valuable considerations, to them in hand paid by CITZ OF MIn;:I, Dade County, Florida, receipt of which is her eb�:�cknowledged, have granted, bargained, sold and conveyed to the said CI'lr 0? i'iTiiiT and Its successors and assigns forever, the follovdng de- scribed //la_n.ds, to -wit: /=e-innin^, at the point of intersection of the Easterly production of the Center Line'of Richrners Street (now kno:m as N. E. 13t_z Street) as shown on the Amended Plat of ADDITION" as recorded in °let Boon 3, Para 2, with. the u. S. Harbor Line o the Was, side of Biscayne Bay; thence run Nortli- erlt along said J. S. Harbor Line to a point on a ling =our said and fifty,feet _Torth of and parallel to the Easterly production of the said Center Line of Rici,_ners Street (now known as 1. E. 13th Street); thence rut.Easterly along said lire 450 feet ?,orth of and parallel to the Easterly production of the Center Line of said Rickmers Street (now known as N. E. 13th Street) to the point of intersection with t::at course described in Deed Book 361, Page 353, as follows: "Thence in a Southeasterly direction to t e Southeast corner of the Southwest zuarter of the Southwest Quarter (S:;1 or S7;. )' of Section 32, � ; _o•:rns^.i? 53 South, Ran-�a �2 ^ast,T . 1_.ence South- -easterly alon; the said last described course to t e said Southeast corner of the S':r'- of S';; � of Section 32, To:rns _p 53 South, Range L12 mast; Thence Sat tin alon; the. :Jest line of t e of ;;:1 o h Sact_on 5, To:rnshi� .)4 Sout. R anga 1,2 Iast to a point eizhty feet ::ort erl;,r from and measura:l at r' ":nt an^1?s to the Center Line of the ia::li i.iuni- Ci •n_l ...^_^_n.^.el; Thence run Sout'aa-tsto .�oUcl-air— V-ut co.2_ -T•3 described in Dead 300.i i.47.?., ? z,e .n "011ows: "Co= .z.ricin" at th i; tarsaction of t;le ,zt Lino: of the T.i' J = of ofSection3, '_1ovrnship 5 South, Ra nZe 42 ast, I and a line parallel to nn.1 ei; "Mt^ feat i ortzorl• fr^a, and measured at r_ - an0les to tha Center Line of the :,:iami Kuni- c_ )al Channel", to the mast boundary of the .i9st 3/� of said Section 5; =henea run Sout';1 along ut Last bcurdar^ of th ,Jest 3/Lr of said Section 5 and Section3, Toe -Ts: -yip 51,South, ;sr.�e !T2 rest, to the ;iortharl;,r Line of the _ .^.0 =ai1•ra; Co- r "z al as descri5�:1 i^ afc-re-lip ?oo": l-ri- j'', Th:1 nce run ..ss �. 'a •••�� alon.' t.^.3 s3: :' .:O�..;]srl " 1_na of t'ae _.;i, Rail1C:=y Co.^..?an—r Channel ,e h-: East lire of the^:.:i' `of 3- .) 54 South, Ran.-- 42 Z'a t; _h-!"ce r!,n V-1 k- a;on" that line described in Chapter 13555 (:;o. 102) Laws of ?lorida - 1929 as follows: "~hence Westerly to the Intersection of the P. Ze 0. S.S. Charnel and the Channel extending from the mouth of the :v;iwai River in a Southeasterl- direction", to the ^ast line of Section 7, Township 54 oouth, Rar.�e !;2 East; Thence run South along to said Last line of Section 7, Township 54 South,JRange 42 East to a point 2000 feet :North of the South line of Section 7,- Township 5iT South, R,ange 42 East, bainz that point at the termination of the line described in Deed Book 1900, .Pa-e 355 Parcel "B" as follows: "Thence _North along the mast Line of said Section 7 for a distance of 2000 feet to a point"; Thence along the course de- scribed in DeedNook 1900, Page 355, as follows: "Thence Southwest 2823 feet to a point on the South boundary of said Section 7", to a point 2000 feet West of the Southeast corner of said Section 7; Thence run ':lest along the South line 'of said Section 7 and the South line of said Section 7 produced :rest, to the point of intersection ::ith the U. 5. harbor Line on the West side of Biscayne Bay; thence run Northerly along the said U. S. Harbor Line to the point of beginning. Except therefrom the following described BAY BOTTOM LAND AREA FOR DREDGING T_eI CO - 1ECTION '?JITH PROPOSED 85 ACRE BURLINGAIrIE ISLAVD. Beginning at the point of intersection of the South- easterly production of the Northerly side of S. E. loth Street, the same being the Southerly line of Hig:ile-mzn' s Subdivision as recorded in Plat Book 1, , abe !�l of the Public Records of Dade' County. Florida, with the U. S. Harbor Line on the 71esterly side of Biscayne Say; thence l+ortnerly along the said U. S. fiarbor Line and the Northerly extension thereof 3800 feet, more or less, to the point of intersection with the Southerly line of :.:ia l River Channel, as shorn and established on Sheet No. 2 of plan pre- pared by U. S. Ent-ineer Office, Jacksonville, Florida, November 193l', showin; w-Jai River, Florida, condi- tions on completion of Dredging of Channel Project; i thence ?Northeasterly aloe- the said Southerly line of Miami River Channel and the Northeasterly pro- duction thereof 2500 feat to a point; thence Southerly 5300 feet, more or less, along a line parallel to the Southerly (production of the dividing lire between To^mship 53 South, Range ;1 Nast and To�,mship 53 South, Range 1.4.2 East to the point of intersection with the aforesaid Southeasterly production of th3 Northerly side of S. Z. l)th Street; thence Northwesterly 2900 feet, more or less, along the said South-easterly Production of the ?Northerly side of S. E. 14th Street to the U. S. Harbor Line, the point of be -,inning. And further excepting therefrom all land title to which is in private parties. TO fL-VE Ai;D TO HOLD the said above -mentioned and described land and ?remises, and all the title and interest of the Trustees therein as -ranted to them by Section 253.12, Florida Statutes, 1911 , untc the said C!7- f O^ :::I ::EI and its successors and assi-ns for giver. A v-2 A5 + :�j — SAVI:;G -%:,D RES-7RVING unto the Trustees of t.ze Internal Improve- ment Fund of Florida, and their successors, an. undivided three - fourths interest in and title in and to an undivided t rea-fourths _ interest in all the phosphate, minerals and ;petals that are or may be in, on or under the said above described lands, and an undivided one-half interest in and title in and to an undivided one-half in- terest in all the petroleum that is or may be in or under the said above described land, with the privile::e to mine and develop the sane. - PROVIDED, HOWEVER, anything herein to the contrary notwith- standing, this deed is given and granted upon the express condition, subsequent that the Grantee herein or its successors and assigns shall never sell or convey or lease the above described land or any part thereof to any private person, firm or corporation for any private use or purpose, it being the intention of this re- striction that the said lands shall be used solely for public purposes, includXng municipal purposes and not otherwise. i PROVIDED, FUR'111 R, anything herein to the contrary notwith- standing, this deed is given and -ranted upon the further express condition subsequent that the Grantee herein or its successors or assigns shall not give or grant any license or permit to any pri- vate person, firm or corporation to construct or mace by any means,: any islands, fills, embahlepents, structures, buildings or other similar thln.,s within or upon the above described lands or any pa-Tt thereof for any private use or purpose, as distinguished from any public or mnicipal use or purpose. It is covenanted and agreed that the above conditions subse- quent shall run with the land and any violation thereof shall renter this deed null and void and the above described lands shall, in such event,, revert to the Grantors or: thei.r successors. I?� ; IT:?SS 7;H�R�OF, the Trustees of the Internal I-:proverpent Fund of the State of Florida have hereunto subscribed their navies and affixed their seals, and have caused the seal of the "DEP:;RT- iA?:;T OF AGR_ICUL_uRE OF TiE STATE OF KLORIDA", to be hereunto affixed, at the Cap,itol, in the City of Tallahassee, on this the 2st^, day of February , A. D. Nineteen Hundred and Forty-nine ��✓%✓��(SEAL) Goy rnor Compttro 1 e� Treasurer S 7aL ) Attorney General 1>'__.i e _ / i / . (IS E : L ) Comm ss•loner of ASricui sre SE.ic cf f �^_rig._. C;: n:y of Dar!•e. ..... ..� ., �I:f }i l.Ii GLG ,„ail BY a. v is .11 k__ WATSON ISLAND DEED RESTRICTIONS 1) June 2, 1919 Grant by Florida Legislature to City of Miami (Chapter 8305 No. 523). FOR MUNICIPAL PURPOSES ONLY 2) February 24, 1949 Grant by Internal Improvement Fund to City of Miami superceding previous grants (Deed No. 19447). THE GRANTEE HEREIN OR ITS SUCCESSORS AND ASSIGNS SHALL NEVER SELL OR CONVEY OR LEASE THE ABOVE DESCRIBED LAND OR ANY PART THEREOF TO ANY PRIVATE PERSON, FIRM OR CORPORATION FOR ANY PRIVATE USE OR PURPOSE, IT BEING THE INTENTION OF THIS RESTRICTION THAT THE SAID LANDS SHALL BE USED SOLELY FOR PUBLIC PURPOSES, INCLUDING MUNICIPAL PURPOSES AND NOT OTHERWISE. THE GRANTEE HEREIN OR ITS SUCCESSORS OR ASSIGNS SHALL NOT GIVE OR GRANT ANY LICENSE OR PERMIT TO ANY PRIVATE PERSON, FIRM OR CORPORATION TO CONSTRUCT OR MAKE BY ANY MEANS, ANY ISLANDS, FILLS, EMBANKMENTS, STRUCTURES, BUILDINGS OR OTHER SIMILAR THINGS WITHIN OR UPON THE ABOVE DESCRIBED LANDS OR ANY PART THEREOF FOR ANY PRIVATE USE OR PURPOSE, AS DISTINGUISHED FROM ANY PUBLIC OR MUNICIPAL USE OR PURPOSE. 41r;-