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