Loading...
HomeMy WebLinkAboutR-92-0326- J-92-303 S/7/92326 _ RESOLUTION NO. A RESOLUTION, WITH ATTACHMENT(S), AUTHORIZING THE ISSUANCE OF A REQUEST FOR PROPOSALS ON JUNE 1, 1992, IN SUBSTANTIALLY THE ATTACHED FORM, FOR A UNIFIED DEVELOPMENT PROJECT FOR THE DEVELOPMENT OF MARINE _ ACTIVITIES WHICH MAY INCLUDE A RESTAURANT _ WITH WATER -DEPENDENT USE, ON AN — APPROXIMATELY .7 ACRE CITY -OWNED RIVERFRONT LAND PARCEL LOCATED BETWEEN SOUTHWEST 2ND AND 3RD STREETS ON SOUTHWEST NORTH RIVER = DRIVE ON THE MIAMI RIVER, MIAMI, FLORIDA; SELECTING A CERTIFIED PUBLIC ACCOUNTING FIRM AND APPOINTING MEMBERS TO A REVIEW COMMITTEE TO EVALUATE PROPOSALS AND REPORT FINDINGS TO THE CITY MANAGER AS REQUIRED BY CITY OF MIAMI CHARTER SECTION 29-A(o). WHEREAS, the City of Miami Charter Seotion 29-A(o) allows for "Unified Development Projeots" (UDP) where an interest in real property is owned or to be aoquired by the City and is to be used for development of improvements; and WHEREAS, on Maroh 12, 1992, pursuant to Resolution No. 92-156, the City Commission determined that for the development of oertain improvements on City -owned property looated between Southwest 2nd and 3rd Streets on Southwest North River Drive on the Miami River, Miami, Florida, it is most advantageous for the City to procure by the Unified Development Projeot prooess an integrated paokage that inoludes planning and design, oonstruotion, leasing and management; and 4 _ i w,m 1 WHEREAS, Resolution No. 92-166 further authorized the City Manager to develop a unified development Request for Proposals (RFP) for the development of marine activities which may include a restaurant with water -dependent use at the Southwest North River Drive waterfront development site; and - WHEREAS, Section 29-A(o) further requires that the City Commission hold a Public Hearing to consider the contents of the Request for Proposals (RFP); and WHEREAS, on March 12, 1992, the City Commission adopted a Resolution scheduling a Public Hearing for May 14, 1992 at -'� 4:00 P.M.; and WHEREAS, Section 29-A(o) further authorizes, at the conclusion of the Public Hearing if the City Commission is disposed to proceed, issuance of a RFP, selection of a certified public accounting firm, and appointment of members to a review committee from persons recommended by the City Manager; NOW, THEREFORE, HE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The City Manager is hereby authorized" to issue a Request for Proposals on June 1, 1992, in substantially the attached form, for the unified development of marine activities which may include a restaurant with water -dependent use, on an approximately .7 acre City -owned land paroel located The herein authorization is further subject to compliance with all requirements that may be imposed by the City attorney, including but not limited to those prescribed by applicable City Charter and Code provisions. -2- 92- 326 between Southwest 2nd and 3rd Streets and Southwest North River Drive on the Miami River, Miami, Florida. Section 2. Said Unified Development Project shall include the following elements: - Planning and design, oonstruotion, leasing and management. Section 3. The certified public accounting firm of KPMG Peat Marwick Management Consultants suboonsulting with Grau & Company, is hereby selected to analyze said proposals and render a written report of its findings to the City Manager. Section 4. The following individuals are hereby appointed members of the review committee to evaluate each proposal and render a written evaluation of its findings to the City Manager, including any minority opinions: CITY BMPLOYERF Karen Wilson, Dept. of Off -Street Parking Hal Ruok, Planning Department Albert J. Armada, Property & Lease Manager MEMBERS OF THE PUBLIC William Biondi, Miami River Coordinating Committee Cliff Walters, Metro -Dade County Manager's Offioe Sallye Jude, Miami River Business Association Carl Straw, The Marine Council Section 4. This Resolution shall become effective immediately upon its adoption. -3- 92-- 326 PASSED AND ADOPTED this 14th day of _Mayfl�,!-� , 1992. AT MA TY HIRAI CITY CLERK PREPARED AND APPROVED BY: L E. MAXWE IEF ASSIST CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: Nitft .i; CITY ATT f 4 i{ • XAVIER L. AUARE2, MAYOR -4- 92- 326 REQUEST FOR PROPOSALS - FOR THE a - UNIFIED DEVELOPMENT OF THE SW NORTH RIVER DRIVE PROPERTY _ MIAMI, FLORIDA (located between SW 2nd & 3rd Streets adjacent to the I-95 Overpass on the north bank of the Miami River) To be issued June 1, 1992 ******�,r***�,►****�r***�****,r**************vr**,r,r,r**,ram#**,r�x* CITY OF MIAMI Xavier L. Suarez, Mayor Dr. Miriam Alonso, Vice Mayor Miller J. Dawkins, Commissioner Victor H. De Yurre, Commissioner J.L. Plummer, Jr., Commissioner Cesar H. Odio, City Manager A. Quinn Jones, III, City Manager Prepared by: Department of Development 300 Biscayne Boulevard Way Suite 400 Miami, Florida 33131 Tel. (305) 372-4590 Proposals Due: 2:00 p.m., Tuesday, September 7, 1992 �2--' 326 TABLE OF CONTENTS Pale I. PUBLIC NOTICE ........................................ 4 II. PROJECT OVERVIEW A. Summary ......................................... 5 Figure 1. Regional Location Map .............. 6 Figure 2. Area Location Map .................. B. Site Location ................................... 8 Figure 3. Project Location Map ............... 9 C. Project Parcel Description... ............... 6 D. Unified Development Project Schedule............ 10 III. REQUEST FOR PROPOSALS LEGAL REQUIREMENTS A. Unified Development Projects .................... 11 B. Commitment of Funds ............................. 11 C. Commitment of Property .......................... 11 D. Commitment of Services .......................... 12 E. Execution of Contracts .......................... 12 F. Right of Termination ............................ 12 G. Definition of Uses .............................. 12 IV, PROPOSAL DEVELOPMENT CONSIDERATIONS A. Development Objective ........................... 13 B. Lease Term ...................................... 13 C. Annual Lease Payment ............................ 13 D. Use ..................... ... 13 E. Adjacent Property Consideration ................. 14 F. Site Improvements ............................... 14 G. Parking ......................................... 16 H. Permitting ...................................... 16 I. Architectural Treatment of Improvements......... 16 J. Estimated Construction Costs .................... 16 K. Project Financing Strategy ...................... 17 L. Development Schedule ............................ 17 M., Method of Operation ............................. 17 N. Minority Participation .......................... 17 0. Coritract Terms.......................�........... 18 V. PROPOSAL SUBMISSION REQUIREMENTS A. Composition and Credentials of the Development Team ............................... 18 B. Project Financial Components .....................19 C. Project Design Proposal ......................... 20 D. Additional Requirements ......................... 20 VI. EVALUATION CRITERIA A. Review Committee Evaluation Criteria............ 21 B. CPA Firm Evaluation Criteria .................... 24 92- 326 112 TABLE OF CONTENTS (CONT'D.) VII. TERMS AND CONDITIONS TO BE CONSIDERED IN THE LEASE AGREEMENT A. Authorization ................................... 25 S. Terms and Conditions ............................ 25 VIII. PROPOSAL FORMAT AND CONTENT OF SUBMISSION PROCEDURES......................................... 30 APPENDIX A. NW North River Drive Design/Design Development Concepts APPENDIX B. Miami River Master Plan Excerpts APPENDIX C. City of Miami Charter and Code Sections; Referenced Legislation APPENDIX D. Miami Zoning Ordinance No. 11000 Article 6 APPENDIX E. City of Miami Minority and Women Business Affairs and Procurement Ordinance No. 10538 EXHIBIT I. Sketch of Property Survey EXHIBIT II. Declaration, Professional Information and Financial Disclosure Forms EXHIBIT III. Minority Participation Documentation I ft (NOTE: APPENDICES AND EXHIBITS NOT INCLUDED IN THIS DRAFT) LIQ I. PUBLIC NOTICE The City of Miami is inviting interested parties to submit Development project proposals for the planning and Ci -s :r., construction, leasing and management of an approximately .7 acre City - owned land parcel located between S.W. 2nd and 3rd Streets on S..J. North River Drive along the Miami River in Miami., Florida fcr the development of marine activities which may include a restaurant with water -dependent use. The upland parcel includes approximately 250 linear feet of frontage along the north bank of the Miami River. All proposals shall be submitted in accordance with the Request for Proposals document 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) 372-4590. This document contains detailed and specific information regarding the property being offered for Unified Development and the City's goals for the use of the property by the successful proposer. The City will conduct a Proposal Pre -Submission Conference on Monday, June 15, 1992, 10:00 a.m., at the City of Miami Department of Development and Housing Conservation. While attendance at the Pre - Submission Conference is not a condition for offering proposals, all prospective proposers are encouraged to attend. ® Proposals must be delivered to Matty Hirai, City Clerk, City Hall, 3500 Pan American Drive, Miami, Florida 33133 by 2:00 p.m., Tuesday, September 7, 1992, and will be publicly opened on that day. No — proposals shall be accepted after the date and time specified or at any other City office location. 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. Any proposal deemed by the City Manager to be non- responsive or to not meet the minimum requirements of this Request for ;j Proposals shall be rejected by the City prior to the Unified - Development project evaluation process. In making such determination, the City's consideration shall include, but not be limited to the 5� proposer's experience, capability of the development team, the dollar - amount. returm offered to the City, the proposer's financial qualifications, the overall project design, 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. Cesar H. Odio City Manager Adv. # 92- 326 5 II. PROJECT OVERVIEW A. Summary The City of Miami is extending invitations to qualified and experienced developers to submit proposals for the development of marine activities which may include a restaurant with water - dependent uses on an approximately .7 acre riverfront parcel on the Miami River. The City -owned, triangular shaped parcel is located between S.W. 2nd and 3rd Streets along S.W. North River Drive approximately one mile west from the mouth of the river at Biscayne Bay. Miami's "working river" flows diagonally through the City from its mouth at Biscayne Say generally defining the southwestern edge on the downtown area of the City of Miami, Dade County, Florida, as shown in Figure 1. "Regional Location Map" and Figure 2. "Area Location Map. On December 19, 1985, the City Commission passed Resolution 85-1236 adopting the N.W. North River Drive Design/Development Concepts, in principle, that among other things, set forth a general development and implementation program for publicly owned properties along the Miami River from S.W. 2 Avenue to N.W. 5 Street, included herein as Appendix A. On January 23, 1992, the City Commission passed Resolution 92-61 adopting the Miami River Master Plan, in principle, which reexamined important issues and needs and refined objectives, policies and analysis of potential solutions to problems and opportunities along the riverfront, excerpts included herein as Appendix B. On March 12, 1992, the City Commission adopted Resolution 92-156 declaring that the most advantageous method to develop certain improvements on the riverfront parcel offered herein is by the "Unified Development Project" process, as set forth in City Charter Section 29-A(c) and City Code Section 18-52.9. Resolution 92-156 further authorized the preparation of a Unified Development Request for Proposals and scheduled a Public Hearing for May 14, 1992 to take testimony regarding the Request for Proposals. At the conclusion of the Public Hearing held on May 14, 1992, the City Commission adopted a resolution which authorized the issuance of this Request 'for Proposals.. appointed a seven member review committee and selected a certified public accounting firm to evaluate proposal submissions and report findings to the City Manager as required by the City Charter and Code for Unified Development Projects. (Referenced legislation is included in Appendix C.) Proposals shall include planning and design, financing and construction of improvements appropriate to the character of the site and the Miami River waterfront. The property, in public ownership by the City of Miami, is to be redeveloped, leased, operated, managed, and maintained at no cost to the City by the successful proposer under a property lease agreement with the City of Miami. 5 92- 326 DADE COUNTY .&MVIS -;;w - - — , P"s to HOMESTEAD AND KIY W111 Figure 1. Regional Location Map 92- 326 6 UCOCL [EIO N�UJ �O ME= 1fJ 0 �a ■ 11Ol �► set Location SrI �\-, Figure 2. Area Location Map Ll 40" 92- 326 LAi B. Site Lccatioo The S.W. North River Drive site, shown in Figure 3. "Project Location :dap," is located along a stretch of the Miami River shared by a variety of waterfront uses including fisheries, shipping docks, seafood processing firms, parks, restaurants, parking lots, and vacant parcels. Recent attention by both the private and public sectors has focused on the river's development potential, as evidenced by a number of significant projects announced. The City of Miami is proceeding, by way of this Request for Proposals, t develop its first riverfront site west of the downtown core. The North River Drive triangular site is bounded generally on the east and south by Municipal Parking Lot No. 17 (built under the I-95 Overpass at S.W. 3 Street), on the west by the Miami River and on the north by a strip of privately owned property intersecting with North River Drive at S.W. 2nd Street. Abutting property at the extreme southern tip is privately owned. Frontage along S.W. North River Drive is approximately 54 feet at its northeastern edge. River frontage is approximately 264 linear feet. Directly across from the site, on the southern bank of the Miami River, is Jose Marti Riverfront Park, a 9.7-acre City park completed in 1984. Florida Power & Light Company completed construction of its administrative office building at 400 S.W. 2nd Avenue in March of 1992. (Refer to Exhibit I. "Sketch of Property Survey" for detailed property description.) Municipal Parking Lot No. 17 is comprised of 143 surface parking spaces and is presently underutilized. Additional metered parking is found along the length of North River Drive. C. Project Parcel Description I. Owner: City of Miami 2. Address: 236 S.W. North River Drive, Miami, Florida 3. Legal Description: Lots 1 and 2 of "East River Drive," according to the plat thereof, as recorded in Plat Book 28 at Page 43, of the Public Records of Dacre County, Florida, less the north 15.00 feet and the south 57.5 feet and State Road No.9 right-of-way, as shown on Plat Book 83 at Page 21 of the Public Records of Dade County, Florida. 4. Area: 30,590 sq.ft.; .7 acres S. Zoning: "SD-4" Waterfront industrial Special District 6. Present Use: Occupied by Garcia Brothers Seafood, Inc., a tenant at will on a month -to -month basis, subject to cancellation by City, for selling and processing seafood products and marine docking space. 8 92- 326 \ \WES-T FLAG ER 00 S.W. e o a 1 L Private, ` S. W. 3 to �' I Property%% parking T p� i `Lot No.17 Q a SW North River Drive Project Site Figure 3. Project Location Map 9 92-- 326 1� �z 7. Existing Improvements: Two buildings: one metal frame built in 1939 and one wood frame built in 1925, conditicns poor; roof overhang from metal frame building to river's edge; asphalt pavement; seawall: approximately 90 linear feet wood requiring replacement, approximately 174 linear feet steel requiring repair and/or replacement. 8. River Frontage: Approximately 260 linear feet 9. S.W. North River Drive Frontage: Approximately 54 faQt 10. Assessed Value (1991) $278,452 D. Unified Development 2rolect Sghedule (Anticipated) Issuance of Request for Proposals June 1, 1992 Proposal Pre -Submission Conference June 15, 1992 Location: Dept. of Development 10:00 a.m. 300 Biscayne Blvd. Way Suite 400 Miami, Florida 33131 Proposal Submission Deadline September 7, 1992 Location: Office of the City Clerk 2:00 p.m. Miami City Hall 3500 Pan American Drive Miami, Florida 33133 CPA Firm Evaluation of Proposals Complete Review Committee Meeting Review Committee Interviews with Qualified Proposers Recommendation from the Review Committee and CPA Firm to the City Manager Recommendation from the City Manager to the City Commission for Selection of a Proposer 10 October 13, 1992 October 27, 1992 November 6, 1992 December 22, 1992 January 14, 1993 92- 326 2-N e III. REQUEST FOR PROPOSALS LEGAL, REQUIREMENTS A. Unified Development Projects f The City of Miami Commission has determined that for the development i of improvements sought by this Request for Proposals, it is most =� advantageous to the City that the City procure an integrated package including planning and design, construction, leasing, and management from a private person, as provided for in the City of Miami Charter „i Section 29-A(c) and defined in the City of Miami Code Section 18- ' 52.9 for Unified Development Projects, incorporated herein by r reference and included in Appendix C. B. Commitment of Funds 1. City The City shall development. provide no direct or indirect financing to the The City has completed storm drainage and street improvements along North River Drive at a cost of $1.3 million towards its commitment to the development of a combination shore -drive and river promenade. Completed street improvements from the 5th Street Bridge to the 2nd Avenue Bridge feature an average 11-foot wide sidewalk with a colored paver wave pattern and a colonnade of queen palms. 2. Successful Proposer The successful proposer is required to provide equity and debt capital adequate to finance all aspects of the proposed Unified Development of the property including shoreline stabilization. The successful proposer shall provide funding to reimburse the City - for direct costs incurred in evaluating all proposal submissions, 'j including, but not limited to advertising, printing, appraisal fees and the professional services cost of a certified public accounting 7 firm selected,by the City Commission. C. Commitment of Pro2erty The City will enter into a property lease agreement with the - successful proposer for the parcel particularly described in Section II.C.3. The proposed term of the lease agreement shall be negotiated to compliment the financing strategy and/or the depreciation schedule. The lease agreement shall be structured to provide the City with an annual rental payment that is comprised of a minimum annual guaranteed rent and a percentage of gross revenues (refer to Section IV.C.). City owned property is held in public trust and cannot be mortgaged or subordinated in any way as a part of the lease agreement. 11 92-'326 All leasehold improvements shall revert to the City, in which fee simple title shall vest, upon the expiration of the lease term. D. "commitment of Services Services such as police and fire protection, equal to those provided any private development within the City of Miami, shall be provided by the City. All additional security, etc., shall be the —_ responsibility of the developer. As required by subsection (5) of City Charter Section 29-A(c), "substantial increase" shall be defined as a 10% increase to the City's proposed commitment of funds, property and/or services and "material alteration" shall be defined as failure to comply with all aspects of the proposal except as specifically permitted in writing by the City Manager. •R• •ito W-E-1461 All contracts for Unified the City Manager or his thereof by the Commission. A(c) shall supersede any contrary. UNEWICToTM. Wniff•� Development projects shall be signed by duly authorized designee after approval The provisions of Charter Section 29- other Charter or Code provision to the Any substantial increase in the City's commitment of funds, property, or services, or any material alteration of any contract awarded for Unified Development projects 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 in part the advisability of exercising that right. The City shall have no - liability with regard to its exercise of such right and the ! successful proposer shall bear all of its own costs with respect — thereto. - j G. Definition of Uses Proposals must include a definitive development program, including 1 phasing, if any, a financial strategy and feasibility, and a guaranteed time of completion schedule that can be realistically evaluated under the requirements of this Request for Proposals to _ form the basis for selection by the City. - - IV. PROPOSAL DEVELOPMENT CONSIDERATIONS _ Respondents to this invitation are advised that the following G_ factors must be considered and adhered to in the development of project proposals and will be critically evaluated. 12 92- 326 A. Deve opment Objective Proposals must meet the City's development objective seeking the most active and productive commercial use of the site related to waterfront activities for which this portion of :Miami's "working river" is reserved. The project may include a restaurant as its principal use and is strongly encouraged to include other water - dependent or water -related commercial and recreational uses permissible under SD-4 Waterfront Industrial Special District zoning. Improvements shall be responsive to the character, environmental and design factors inherent to the :Miami riverfront and the site. Aesthetics of the development will be a prime consideration in the evaluation of proposals. The City expects the proposed architecture to be responsive to the South Florida sub -tropical climate and its waterfront setting. Of special concern is the facade and silhouette as viewed from the Miami River and North River Drive and treatment of the water's edge with respect to increased visual and physical accessibility. B. Lease Term The term of a lease agreement to be executed between the City and the successful proposer shall be negotiated to compliment the financing strategy and/or the depreciation schedule. MEWMITIM-TUNITTE-70T In accordance with City Charter and Code provisions, the City Commission is prohibited from favorably considering any lease of City -owned property unless there is a return to the City of fair market value. The fair market value of the subject property was appraised at $425,000 by an independent appraiser as of December 2, 1991. Therefore, the minimum annual guaranteed rental payment to the City for lease of,the property shall be $42,500 or a percentage of gross revenues, whichever is greater. D . U,%Q The site is located in a zoning district intended for marine activities, including industrial operations and major movements of passengers and commodities. Due to the importance of such activities to the local economy and the limited area suitable and available for such activities, the SD-4 zoning district is intended 13 92- 326 i to limit principal and accessory uses to location within the district (refer Ordinance 11000, Official Schedule of Special Districts General Provisions, information and Article 6 of Ordinance Appendix D). !I those reasonably requiri::: to City of :Miami Zoning District Regulations, SEl for detailed and specific 11000 attached hereto as For purposes of responding to this Request for Proposals, the principal uses of the property shall be for marine activities which may include a restaurant with water -dependent use. Accessory u_:S that may be realistically configured on the site, in addition to its principal uses, include such commercial, service, wholesale, and retail uses permissible under SD-4 zoning, with the excepticn of marine repair facilities. qNSEXTYMi .0 Abutting the extreme southern edge of the City's property is a 1,568 sq.ft. triangular shaped, unimproved parcel with approximately 57 linear feet frontage along the river that is in private ownership (refer to Exhibit I. "Property Survey"). For purposes of this proposal submission, proposers are advised that the adjacent property is not offered for development by the City of Miami and proposals will be evaluated based solely on the development proposed on the City -owned site. However, proposers are not prohibited from contacting the owner of the adjacent property to negotiate a purchase or joint venture development. Accordingly, site design of the proposed development may include "Alternative One --Adjacent Property NOT Included" and "Alternative Two --Adjacent Property Included." F. Site Imyrovements The property including all conditions, topsoil and subsoil on the premises is offered "as is." It is encouraged that the successful proposer demolish the existing facilities. While construction of a riverwalk is not required at the water's edge, the water's edge shall be treated as public open space providing both "a visual and physical connection -to the riverfront intended,to function for active recreational usage. A riverwalk shall be constructed to connect with the recently built Florida Power & Light Administration building's riverwalk. It is encouraged that the new riverwalk be designed compatible with the FP&L building's connecting riverwalk. There is approximately 26 feet between .the channel line of the Miami River and the bulkhead of the property affording the opportunity for construction of temporary dockage facilities to accommodate vessels parallel to the shoreline. The successful proposer shall be required to stabilize the shoreline that includes replacement of the wood seawall and repair or replacement of the steel seawall, as necessary. 92- 326 14 Lhe :Metropolitan Dade County Department of Environmen,-a' =asocrc-e= _ �!anagement (DERM) has been contacted by the City for purcrses = f providing conditions for the issuance of a Class I ccasta� Construction Permit for the rebuilding of the existing seawall an-j the construction of a docking facility along the west shoreline. _ The permit may be issued by DERM provided that the following =_ restrictions are met: 1. The new seawall is constructed along or landward of the existing mean high water (,MHW) line. For the purpose of this restriction, the existing bulkhead line shall be considered the MHW. 2. In order to prevent positive drainage of stormwater into the Miami River, the cap of the new bulkhead shall be a minimum of six (6) inches above the final site grade, and all uplands adjacent to the new bulkhead shall be graded away from the river. Proper on -site retention of stormwater shall be provided. 3. The dock(s), mooring piles and any associated structures shall not exceed the boundaries mandated by the Dade County Public Works Manual for multi -slip docking facilities. (Please contact Dade County for a copy of this manual.) 4. The dock(s), mooring piles and any associated structures shall not extend beyond 20% of the width of the Miami River at this location as stipulated by the aforementioned manual. 5. The boat slips shall be located such that there is a minimum of 4 feet of water depth at mean low water at each slip. 6. In order to provide habitat for a variety of invertebrates and protective cover for small fish, to absorb wave energy thus extending the life of the seawall and to mitigate for the prolonged impacts associated with multi -slip docking facilities, DERM will require limerock boulders to be placed along the seawall or under docks. 7. In order to minimize potential impacts to manatees, there shall be no net increase in powerboat slips at the facility. Based on 260 linear feet of bulkhead, DERM will allow seven (7) slips for the mooring of powerboats under the current Dade County Interim Guidelines for Boating Facility Expansion for Manatee Protection. This restriction applies to both in - water slips and upland slips. (This restriction will remain in effect only until the state approves Dade County's Manatee Protection Plan which is currently being developed. All Class I Permits issued after the manatee protection plan is adopted will require the permittee to comply with the plan. It is not yet known if the plan will be more restrictive or less restrictive than the current interim guidelines.) 15 92- 326 Required on -site loading and service areas shall 1-le organ-Ze:, — appropriately landscaped, and screened from surrounding streets an..:_ adjacent property. Proposals shall include a compatible, safe a-: - effective pedestrian and vehicular circulation system to service the proposed development. All site improvements must comply with all applicable code — requirements. All signage shall be reviewed and approved by the City of Miami Planning Department. G. Parking Minimum off-street parking requirements may be achieved by utilization of adjacent Municipal Parking Lot No. 17. The '= successful proposer shall be required to negotiate and enter into I - separate agreement with the Department of Off -Street Parking, subject to the approval of the Off -Street Parking Authority and the City of Miami. The successful proposer shall be responsible for acquiring all required permits, licenses and approvals from, but not limited to, the Army Corps of Engineers, United States Coast Guard, Florida Department of Environmental Regulation (DER), Florida Department of Natural Resources (FDNR), Metro Dade County Department of Environmental Resources Management (DERM), and the City of Miami. It is also likely that DERM will require a Marine Facilities Operating Permit depending on the type of use and number of slips, if any. The City of Miami must also provide all applicable reviews (i.e. structural, zoning, etc.) prior to the issuance of a Dade County Class I Coastal Construction Permit. Development of improvements shall be architecturally acceptable and will be critically evaluated in the selection process. The City expects the proposed architecture to be responsive to the local climate and in ,particular to the riverfront setting. The City does not seek' an architecture or a setting imitative of any other geographic area. . The appropriate context for the riverfront can best be expressed through the use of indigenous building materials and forms and lush landscape treatment responsive to South Florida's natural conditions. Overall height of new structures shall be in accordance with limitations as established by zoning. J. Estimated Construction Cost = A detailed construction cost estimate shall be furnished for the _ entire proposed development including all improvements. Included as separate items, shall be the estimated cost of furnishings, fixtures and equipment. 16 92- 326 K. Project Financing Strategy The proposer shall provide financing for all building and site improvements including public spaces and amenities associated with the development. L. Development Schedule Respondents shall submit a proposed development schedule for each significant improvement of the complete project. Development shall substantially commence within six months from the transfer of the leasehold property to the successful proposer. A reversion 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 in the evaluation process. The operation of the entire proposed development shall be described. The description must 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 in Exhibit II. of this document must be completed by management contractors. In the event the proposer is not the operator of the proposed restaurant, the independent and experienced restaurant operator must be a member of the proposer's team and must complete all applicable forms included in Exhibit II. Respondents will be required to comply with all applicable federal, state and local affirmative action and minority procurement —_ legislation and regulations, including City of Miami Ordinance No. 10538 (Appendix 1). The participation of minorities and females are encouraged through ownership interest in the proposer entity as well as through the occurrence as professional consultants and subconsultants. Minority -owned and female -owned, whether firms and/or sole j proprietorships/individuals, must be certified by the City of Miami Office of Minority/Women Business Affairs Coordinator (305) 575- 5174 prior to the submission date for this project. Those firms (minority -owned, female -owned and/or nonminority-owned) not having _ + an existing Affirmative Action policy are required to establish one. Exhibit III includes information related to minority _ participation documentation that must be submitted as a part of the — development proposal submission. 17 92- 326 O. Contract Terns Section VII. provides numerous contract terms and conditions that the proposer must consider when making a proposal. Proposers must provide specific suggested clauses for inclusion into the lease agreement with the City. Various standard City clauses are _) included in Section VII. and must be adhered to. The eventual contract negotiated between the successful proposer and the City may incorporate any other terms, conditions a-::: =>f benefits for the City that the City, in its judgement, may seek to include by way of negotiation. -' V. PROPOSAL SUBMISSION REQUIREMENTS Submissions received in response to this Request for Proposals _= shall meet all requirements specified herein. Submissions — deficient in providing the required information shall be determined non -responsive by the City and ineligible from any further consideration. The City of Miami is seeking professional qualifications and credentials that demonstrate the development team's ability to successfully undertake and complete development of a facility for marine activities which may include a restaurant with► water -- dependent use. The development team shall demonstrate its ability to plan, design, construct, lease and manage the facility in full accordance with the development program outlined in Section IV. entitled "Proposal Development Considerations". The development team is hereby defined as being and shall be 4 comprised of the proposer entity, its professional planning and # design consultants and subconsultants, its general contractor, and if applicable, its restaurant operator. The proposer entity and the professional consultants possessing the required expertise may be provided from one firm constituting all the required expertise or may be provided from among several firms , constituting all the required expertise. Subconsultants may submit on more than one team. However, the proposer entity or its principal(s), professional consultants and the general contracting and/or construction management firm shall only submit as part of one submission and shall not be the proposer entity or its principal(s), consultants, subconsultants or general contractor and/or construction manager in any other submission. The proposer entity shall substantiate experience in all aspects of i development of public facilities. i x is 92— 326 z 41*1 The general contracting or construction management firm shall be licensed as a general contractor in the State of Florida or Cade County. The professional consultants assembled by the proposer entity in response to this invitation shall, at minimum, demonstrate professional expertise in each of the following disciplines (currently active licenses required): Architectural: shall be registered to practice architecture in the State of Florida as required by FS Chapter 481, Part I. Architecture; Engineering: shall be registered to practice engineering in the State of Florida as required by FS Chapter 471, Professional Engineers; Landscape Architectural: shall be registered to practice landscape architecture in the State of Florida as required by FS Chapter 481, Part II. Planning and design of the proposed area in response to this invitation may require additional specialized expertise among members of each development team. No additions or modifications may be made to the proposals and the tams they represent subsequent to the submission deadline. Respondents must notify the City in writing immediately of any firm or individual presented in its original submission who is unavailable to continue on the team. Any such change may result in the removal of the proposal from consideration. New and/or current personnel who are not identified in the proposal may not be introduced as part of the proposed team subsequent to the submission deadline. Exhibit II includes forms that must be submitted as a part of the development proposal to capture information related to the composition and capability of the development team as described. 1. A Feasible and Substantiated Financial Strategy 2. A Proposed Lease Term complementing the financing strategy and/or depreciation schedule 3. A $42,500 Minimum Annual Guaranteed Rental Payment to the City or the dollar amounts for payment to the City of a Percentage of Gross Revenues Collected, whichever is greater, in accordance with Section W.C. 19 92- 326 C. a 4. Project Development and Operating Pro Formas of ant-- cipated project income and expenses projected f=r length of lease term proposed 5. Project Implementation Schedule including all steps of planning and design, construction and operation 5. Project Management Plan Project Design Proposal 1. Development Plan: Description of all aspects of the plan Architectural character and features of the deveiopme:,t Number of buildings and use, square footage, height Methods of construction Number of boat slips on -site loading and service parking requirements Lot No. 17 parking requirements 2. Illustrative Drawings (Shall te prepared by a registered architect licensed to practice in Florida and shall be board -mounted not to exceed 30"x40"): Illustrative site plan Elevations, sections and floor plans of all proposed new structures While perspective isometric illustrations are not required, submissions will be accepted for review. No model will be accepted for review. 3. Schedule and Type of Project Amenities 1. Completed Declaration, Financial Disclosure and Professional Information forms as detailed and included herein as Exhibit II. 2.' A response to all applicable aspects of the contract Terms and Conditions as detailed in Section VII. of this document. 3. Letters of commitment from financial institutions docu- menting the proposer's ability to finance all aspects of the proposed development. 4. Letters indicating the proposer's ability to obtain required bonds and insurance. 5. Documentation of minority participation pursuant to the goals set forth in City of Miami Ordinance No. 10538. 20 92- 326 LAW VI. EVALUATION CRITERIA Review procedures and the selection process are set by City Charter and Code of which applicable excerpts are included in Appendix B. of this document. The City of Miami Commission, consisting of five elected officials, including the Mayor, will select the successful proposer based on the recommendation of the City :tanager. At a public hearing held May 14, 1992, the City Commission authorized the City Manager to issue this Request for Proposals, appointed members to a review committee from recommendations submitted by the City Manager, and selected a certified public accounting (CPA) firm to evaluate submitted proposals. The review committee established by the City Commission at the public hearing will render a written report of its evaluation of 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 none of the bids if it deems them not to be in the best interest of the City of Miami. However, the committee shall have to explain its reasons for such a 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. The following specific evaluation criteria matrix shall be used by the review committee: 1. Experience of the proposer ........................15% 2. Capability of the development team.......:........15% 3. Financial capability, level of financial commitment........................................20% 4. Financial return to the City......................20% 5. Overall project design......... .................20% 6. Extent of minority participation ..................10% 21 92- 326 �j Proposers are encouraged to ha•:e their proposals conform _ �` following factors which will be utilized by the revieN commi;.�p in evaluating the proposals: 1. Experience of the Proposer (15%) (a) Qualifications and capability of the proposer in =; development of the types of uses proposed (b) Specific experience of the proposer in development and management of the types of uses proposed, comparable in magnitude and scope 2. Capability of the Development Team (15%) (a) Composition of the development team; professional qualifications and capability of team members, project managers, consultants and subconsultants (b) Architectural/engineering capability and range of experience on similar projects comparable in scope, complexity, magnitude and adequacy of personnel to successfully undertake and complete the project proposed (c) Contractor or construction management capability and range of experience on similar projects comparable in scope, complexity, magnitude; adequacy or personnel to successfully undertake and complete the project proposed; demonstrated ability to obtain required bonds and insurances (d) Architect/engineering subconsultant (i.e. landscape architect, etc.) capability and range of experience on similar projects comparable in scope, complexity, magnitude and adequacy of personnel to successfully undertake and complete the project proposed (e) Restaurant operation capability a-nd range of experience and demonstrated ability on similar operations comparable in scope; adequacy or personnel to successfully undertake the project proposed (f) Good past performance in project administration and in cooperation with former clients (g) Demonstrated ability to meet time schedules and budget 92.- 326 22 (h) Quality, organization and experience of operational management team (i) Specific capability and method of providing restaurant operation including type and quality of food preparation service, hours of operation, advertising and promotion plans (j) Method of providing operation and maintenance of other types of uses proposed, if any 3. Financial Capability, Level of Financial Commitment (20i) (a) Demonstrated financial capability of the proposer to successfully undertake and complete this project (b) Proposer's track record of financing projects comparable in magnitude and scope sufficient to successfully finance this project (c) Viability of financing strategy, financing mechanism and funding sources (d) Access to construction and permanent financing (e) Ability to obtain required bonds and issuance (f) Development schedule 4. Financial Return to the City (20%) (a) Annual minimum guaranteed rental payment to the City for the lease of the property. (Must be at least $42,500 per year.) (b) Dollar value, extent and timing of capital 'improvements A c) Any additional financial benefit to the City 5. Overall Project Design (20%) (a) Fulfillment of the City's established development objectives and policies as refined in the Miami River Master Plan adopted in principle on January 23, 1992 (b) Appropriateness and quality of the design as related to its setting on the Miami River 23 92-- 326 (c) Appropriateness and quality of the design as related to the scale, massing, materials, and finishes of the types of uses proposed (d) Efficiency of site design and organization, mix and compatibility of types of uses proposed (e) Imaginative and creative treatment of architectural and site design of public access to and design of the water's edge, public spaces, exterior spaces, circulation, view corridors, landscaping, graphics, signage, and lighting 6. Extent of Minority/Women Participation (10%) (a) Minority/women equity participation within the proposed entity (b) Minority/women participation within the development team (c) Subcontracting and hiring practices (d) Opportunities for minorities, hiring outreach and training opportunities in relation to management, operation and maintenance of facilities = The certified public accounting firm selected by the City Commission will provide a preliminary evaluation of each proposal submission prior to evaluation by the review committee. Specifically, the certified public accounting firm will evaluate the financial viability of the proposed development teams, their proposed financial strategies, and will assess comparatively the short and long range economic and fiscal return to the City. Additionally, they will assess the economic feasibility of the proposed development. The CPA firm will render an independent final report of its findings to the City Manager. 92- 326 24 VII. TERMS AND CONDITIONS TO BE CONSIDERED I11 THE LEASE AGREEMENT A. AuthoriZ tiara - Upon authorization of the City Commission, the City Manager or his designee shall negotiate all aspects of a lease agreement -- including planning, design and engineering, construction, and management with the successful proposer. The City Attorney's -- Office must approve the lease agreement as to legal form and correctness and will provide assistance to the City in its negotiations to be certain that the City's interests are best served by the inclusion of contractual clauses S. Terms and Conditions The contract shall address, but not be limited to, the following terms and conditions: 1. Lease Term A proposed lease term to compliment the financing strategy and/or the depreciation schedule. 2. Rent Annual minimum guaranteed rental payment shall be $42,500 or a percentage of gross revenues, whichever is greater. Payment schedules Right to audit No counterclaim or abatement of minimum rental .. Conditions for Lease City of Miami Charter Section 29-g (included in Appendix C) The City Commission is prohibited from favorably considering any lease of property owned by the City unless there is a return to the City of fair market value under such prUosed lease. The City Commission is prohibited from favorably considering any lease of property owned by the City unless there shall have been proper advertisement soliciting proposals allowing not less than ninety (90) days from the Ci.ty's receipt of proposals and there shall have been at least three (3) written proposals received from prospective lessees; however, if there are less than three (3) proposals received and the guaranteed return under the proposals whose :_ceptance is being considered is ezual fair market value and the City Commission determines t„a� the lease will be in the City's best interest, then subj,?c-- to the approval of a majority of the votes cast by the electorate at a referendum, the lease may be consummated. 4. Insurance Policies of Insurance Certificates of Insurance Types of Insurance (City Insurance Coordinator to specify the types and amounts of insurance required and retains right of appiu-.&I of all insurance required) 5. Performance and Payment Bond Prior to commencement of construction on the property by the successful proposer, the successful proposer shall furnish the City with a performance and payment bond in an amount to be specified to insure that the Lessee will promptly make payment to all claimants supplying labor, materials, or supplies used directly or indirectly in the prosecution of the work provided for in the lease agreement, and to pay the City all losses, damages, expenses, costs and attorney's fees, including appellate proceedings, that the City sustains because of a default by the Lessee under the Lease Agreement. The bond shall be subject to the approval of the City Insurance Manager and the City Attorney and comply with FS 255.05, Florida Statutes (1987). 6. Indemnification The successful proposer covenants and agrees that it shall indemnify, hold harmless, and defend the City, its employees and officials from and against any and all claims, suits, action, damages or causes of action arising during the term of the lease agreement' for any personal injury; loss of life, or damage to property sustained in or about the. leased premises, by reason of or as a result of the successful proposer's occupancy thereof, acts or omissions to act, from the acts or omissions to act of the City, and from and against any orders, judgments or decrees which may be entered thereon, and from and against all costs, attorney's fees, debts, obligations, expenses and liabilities incurred in and about the defense of any such claims and the investigation thereof. 26 92- 326. =.r ra 7. Assignment of Lease No assignment of lease agreement or any portion or part thereof, except by and virtue of action taken by the City Commission. 8. Restrictions on Use Authorized principal uses Authorized accessory uses 9. Design, Engineering and Construction of Improvements Description of Improvements Developer's Obligation to Construct Improvements Submission of Construction Documents Review and Approval of Construction Documents Changes in Construction Documents Submission for Building Permit Contract(s) for Construction Conditions Precedent to Commence Construction Commencement and Completion of Construction Improvements Progress Reports Payment of Contractors and Supplies Cancellation or Discharge of Liens Filed Construction Coordination and Cooperation 10. Preparation of Premises for Development Property including all conditions, topsoil and subsoil on the premises are offered for lease "as is" and any work or labor required to conform to applicable Laws shall be the successful proposer's responsibility at his sole cost. No warranties express or implied are represented as to such property. All warranties including any warranty of fitness or merchantability are expressly disclaimed. Devdloper assurance 11. Operatioh and Management of Leased Premises j . Description of premises Operation and maintenance standards 'i 12. Equity Capital and Mortgage Financing i City -owned property is held in public trust and cannot be mortgaged, liened, encumbered, pledged, hypothecated or subordinated in any way as a part of the lease agreement. f f 27 92- 326 Sufficient Funds to Construct Improvements Notification of Securing Sufficient Funds Lessee to Furnish Name and Address of Mortgagee Lessee to Notify City of Other Encumbrances Rights and Duties of Mortgagee 13. Public Charges/Fees/Taxes Covenant for Payment of Public Charges Evidence of Payment of Public Charges Utilities: The successful proposer shall pay for all utilities consumed on the premises as well as connection and installation charges thereof Property and Other Taxes: The successful proposer shall pay all taxes on all improvements which may be levied, as well as sales, use, income and other taxes imposed by any governmental authority 14. Maintenance, Repair and Replacement Maintenance and Repair Reserve for Replacements Waste Alterations of Improvements 15. Condemnation -- Adjustment of Rent_ Proration of Condemnation Awards Temporary Taking Award Taking Definition of Taking 16. Default - Termination Default by Lessee Default by City Obligations, Rights and Remedies Cumulative Non -Action or Failure to Observe Provisions Hereof Non -Performance [due to Causes Beyond Control of Parties = Surrender of Premises Ownership of Equipment and Furnishings on Termination Party in Position of Surety With Respect to Obligations 28 92- 326 , - 17. Examination of Premises The successful proposer agrees to permit the City Manager or his designee to enter the premises at any time for any purpose the City deems necessary to, incidental to or connected with the performance of the successful proposer s duties and obligations hereunder or in t:-.e exercise of its rights or functions. 18. Audit Rights The City reserves the right to audit the records of the successful proposer with respect to the lease agreement at any time upon reasonable notice during the performance of the agreement. 19. Award of Agreement The successful proposer warrants that it has not employed or retained any person employed by the City to solicit or secure the lease agreement and that it has not offered to pay, paid, or agreed to pay any person employed by the City any fee, commission, percentage, brokerage fee, or gift of any kind contingent upon or resulting from the award of making the lease agreement. 20. Conflict of Interest The successful proposer is aware of the conflict of interest laws of the City of Miami, Dade County, Florida, and the Florida Statutes, and agrees that it will fully comply in all respects with the terms of said laws. Any such interests on the part of the successful proposer or its employees must be disclosed in writing to the City. The successful proposer, in the performance of the lease agreement, shall be subject to the more restrictive law and/or guidelines regarding conflict of interest promulgated by federal, state or local government. 21. Non-Disc*rimination The successful proposer agrees that there will be no discrimination against any person on account of race, color, sex, religious creed, ancestry, national origin, mental or physical handicap in the use of the demised premises and the improvements thereon. 22. Rules and Regulations The successful proposer agrees that it will abide by any _ and all rules and regulations pertaining to the use of the premises which are not in effect, or which may at any time during the term of the lease agreement be promulgated. 29 92- 326 - 0 3 23. Compliance with Federal, State and Local Laws The successful proposer shall comply with all applicable laws, ordinances and codes of federal, state and local it governments. 24. Minority Procurement Compliance The successful proposer acknowledges that it has been furnished a copy of Ordinance No. 10538, the Minority and women Business Affairs Procurement Program ordinance of the City of Miami, (Appendix "C") and agrees to comply with all applicable substantive and procedural provisions therein, including any amendments thereto. 25. Miscellaneous - As applicable VIII. PROPOSAI, FORMAT AND CONTENT OF SUBMISSION PROCEDURES Proposal submissions must be marked: Unified Development Proposal for the SW North River Drive Property, Miami, Florida Proposals submissions must be received at: Office of the City Clerk City of Miami 3500 Pan American Drive Miami, Florida 33133 The time deadline and location will be firmly adhered to. or _at any other city office location except the Office of the City Clerk. The elements gomprising a complete proposal submission are listed in detail in the following sections. Submissions must include the following or be. deemed non -responsive to this invitation and eliminated from any further consideration by the City. The information provided by return of all specified forms and design documents shall form the basis of ::election by the Review Committee. 1. One (1) original and twelve (12) copies of a complete proposal submission in an 8-1/2"xll" bound format; 52- 326 30 2. One set of board- mounted illustrative drawings; 3. A non-refundable cashier's check for $1,500 shall accompany each proposal submission. These funds are intended to cover actual expenses for advertising, printing, and mailing incurred by the City in preparing and issuing this Request for Proposals. Funding for expenses incurred in evaluating proposal submissions, in excess of the application fees collected, shall be reimbursed the City by the successful proposer as described in Section III.S.2. 4. Completed and signed forms included in Exhibit II entitled as follows: Declaration Organizational Structure Financial Disclosure and Professional Information Proposer's Questionnaire Partnership Statement Corporation Statement Experience Statement of Proposer Financial Data of Proposer References of Proposer Proposer's Architect/Engineer Questionnaire Experience Statement of Proposer's Architect/Engineer Background Data of Proposer's Architect/Engineer References of Proposer's Architect/Engineer Architect/Engineer's Subconsultants' Questionnaire Experience Statement of Architect/Engineer's Subconsultants Background Data of Architect/Engineer's Subconsultants References of Architect/Engineer's Subconsultants Proposer's General Contractor or Construction Manager 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 Restaurant Operator Questionnaire Experiencb Statement of Proposer's Restaurant Operator Financial Data of Proposer's Restaurant Operator References of Proposer's Restaurant Operator 5. Completed Minority Participation Documentation included in Exhibit III. 31 y`-- 326 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM Honorable Mayor and Members To: of the City Commission FROM : Cesar H. Odio City Manager RECOMMENDATION 37 DATE : A P R 2 ikgg2 FILE : Resolution Authorizing SUBJECT : Issuance of UDP/RFP for SW No. River Dr. Property REFERENCES: For Commission Meeting of May 14, 1992 ENCLOSURES: It is respectfully recommended that the City Commission adopt the attached Resolution authorizing the issuance of a Unified Development Request for Proposals (RFP) on June 1, 1992, for the development of marine activities which may include a restaurant with water -dependent use, on an approximately .7 acre City -owned land parcel located at SW 2 Street and SW North River Drive on the Miami River; selecting a certified public accounting firm and appointing members to a review committee to evaluate proposals and independently report findings to the City Manager. BACKGROUND The Department of Development and Housing Conservation has prepared the attached Unified Development draft RFP for the SW North River Drive property to be presented on the May 14, 1992 Commission meeting as a Public Hearing item scheduled at 4-:00 p.m. to take testimony regarding its contents. The City of Miami Charter Section 29-A(c) allows for "Unified Development Projects" (UDP) where an interest in real property is owned or to be acquired by the City and is to be used for development of improvements. On March 12, 1992 by Resolution 92-156, the City Commission determined it is most advantageous for the City to procure by the Unified Development Project process an integrated package of planning and design, construction, leasing and management from the private sector for the development of marine activities which may include a restaurant with water -dependent use, on an approximately .7 acre City -owned land parcel located at SW 2nd Street and SW North River Drive on the Miami River. 92- 326 /VO 3?-/ Honorable Mayor and Members of the City Commission Page 2 Section 29-A(c) of the City Charter requires that the City Commission hold a Public Hearing to consider the contents of the Request for Proposals (RFP). On March 12, 1992, the City Commission adopted a Resolution scheduling a Public Hearing for May 14, 1992 at 4:00 p.m., and as authorized by the City Charter, the City Commission if disposed to proceed at the conclusion of the Public Hearing directs the City Manager to issue the RFP on June 1, 1992, select a certified public accounting firm and appoint members to a review committee to evaluate roposals and report findings to the City Manager. The attached draft calls for marine activities use of the property which may include a restaurant with water -dependent use, and encourages other productive water -related commercial and recreational uses permissible under the SD-4 Waterfront Industrial Special District zoning. It should be noted that the Waterfront Board has received a copy of the draft RFP for their review. The RFP stipulates an annual rental payment to the City for lease of the 30,590 sq. ft. property at a $42,500 minimum annual guaranteed rent or a percentage of gross, whichever is greater. The lease term shall be reasonably related to the proposer's financing strategy or the depreciation schedule. The minimum annual guaranteed rental payment of $42,500 represents 10% of the appraised value of the property. Proposals' submitted in response to this RFP shall be evaluated based on the following criteria established in the RFP as follows: 1. Experience of the proposer.............015% 2. Capability of the development team ...... 15% 3. Financial capability, level of financial commitment ...................20% 4. Financial return to the City ............ 20% 5. Overall project design..................20% 6. Extent of minority participation ........ 10% The certified public accounting firm of KPMG Peat Marwick Management Consultants, subconsulting 50% of the contract value with the Latin minority -owned firm of Grau & Company, is recommended as the CPA firm for this Unified Development Project. 92- 326 Honorable Mayor and Members of the City Commission Page 3 It is further recommended that a seven -member review committee be appointed to independently evaluate proposals, comprised of four representatives of the public and three City employees as follows: Members of the Public: 1. William Biondi, Miami River Coordinating Committee 2. Cliff Walters, Metro -Dade County Manager's Office 3. Sallye Jude, Miami River Business Association 4. Carl Straw, The Marine Council City Employees: 1. Karen Wilson, Dept. of Off -Street Parking 2. Hal Ruck, Planning Department 3. Albert J. Armada, Property & Lease Manager Attachments: Proposed Resolution Draft RFP