HomeMy WebLinkAboutR-90-0531J-90-545
1/12/90
w V'
RESOLUTION No,
A RESOLUTION, WITH ATTACHMENTS, AUTHORIZING
THE ISSUANCE OF A REQUEST FOR PROPOSALS (RFP)
ON JULY 26, 1990, IN SUBSTANTIALLY THE FORM
ATTACHED, FOR THE UNIFIED DEVELOPMENT OF
MAUSOLEUM USE ON CITY -OWNED PROPERTY LOCATED
BETWEEN NORTH MIAMI AVENUE AND NORTHEAST 2ND
AVENUE ON NORTHEAST 19TH STREET, AS MORE
PARTICULARLY DESCRIBED HEREIN, SAID RFP TO
INCLUDE AN OVERALL HEIGHT LIMITATION OF FOUR
STORIES OR NO MORE THAN FIFTY FEET FOR THE
MAUSOLEUM STRUCTURE AND PROVISIONS FOR
MAINTENANCE AND IMPROVEMENT OF THE ADJACENT
CITY OF MIAMI CEMETERY; SELECTING A CERTIFIED
PUBLIC ACCOUNTING FIRM AND APPOINTING MEMBERS
TO A REVIEW COMMITTEE TO EVALUATE PROPOSALS
AND REPORT FINDINGS TO THE CITY MANAGER AS
REQUIRED BY THE CITY CHARTER AND CODE.
WHEREAS, the City of Miami Charter Section 29-A(c) allows
for Unified Development Projects ("UDP") where an interest in
real property is owned or is to be acquired by the City and is to
be used for development of improvements; and
WHEREAS, on April 26, 1990, by Resolution No. 90-0320, the
City Commission determined that for the development of mausoleum
use on approximately .85 acres of City -owned property located
between North Miami Avenue and Northeast 2nd Avenue on Northeast
19th Street, adjacent to the City of Miami Cemetery, it is most
advantageous for the City to implement the UDP process; and
WHEREAS, pursuant to the aforementioned Resolution, it was
determined that for the Unified Development of mausoleum use the
City procure from the private sector an integrated package that
includes planning. design, construction, leasing and management;
and
WHEREAS, The City of Miami Commission adopted Resolution
No.90-476 amending Resolution No.90-0320 on June 28, 1990 to
provide that leasing be excluded from the integrated package the
City is to procure from the private sector for the development of''.
said improvements; and
�r
JUL is�t
90
WHEREA90 Charter Section 29-A(c) requires that the City
Commission hold a Public hearing to consider the contents Of the
Request for Proposals (RFP); and
WHEREAS, pursuant to the Resolution No. 90-0320 a public
hearing is being held on July 12, 1990 at 11:00 some to consider
the contents of said RFP for a UDP on this site; and
c
WHEREAS, Charter Section 29-A(c) further authorizes at the
conclusion of the public hearing, if the City Commission is
r`
disposed to proceed, it may authorize the issuance of a RFP, the
selection of a certified public accounting firm, and the
appointment of members to a review committee from persons
recommended by the City Manager;
NOW, THEREFORE, BE 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 July 26, 1990, in substantially the form
attached, for the Unified Development of mausoleum use on
approximately .85 acres of City -owned property located between
North Miami Avenue and Northeast 2nd Avenue on Northeast 19th
Street adjacent to the City of Miami Cemetery, more particularly
described in the RFP, said RFP to include an overall height
limitation of four stories or no more than fifty feet for the
mausoleum structure and provisions for maintenance and
improvement of the adjacent City of Miami Cemetery.
Section 2. Said Unified Development project will include
the following integrated package:
- Planning and design, construction, and management
Section 3e The certified public accounting team of Jordaal,
Abella 6 Company, in association with Aida B. Briele b Associates
is hereby selected to analyze said proposals and reader a written
report of its findings to the City Manager.
T;
Section 4. The following five individuals are hereby
appointed members of the review committee to evaluate eacb
proposal and render a written evaluation of its findings to the
City Manager, including any minority opinions.
is
iI - tl
`Seg
�•
G-
-,'..l x �.,,-wr,.ihs' Ma)'-
R43 _AE 1
�c
n.
MIKE 0t_1HE PUBLIC
��y
.=1,K
,� i Attorne�r at Law
Ise ater u ste n
Deli* L. Hatch
barvin Gearhart
Ana Gelabert
Albert Ruder
Section S.
Temple Israel of Greater Midi
Planner
Dade County Public Schools<
Chairman }
Funeral Services Department
Miami Dade community College
f
CITY EMPLOYEES
Architect/Landscape Architect
Planning Department
Director
Parks, Recreation & Public
Facilities Department
This Resolution shall become effective
immediately upon its adoption.
PASSED AND ADOPTED this 12th day of July 01990.
PREPARED AND APPROVED BY:
RA AEL 0. DIAZ
ASSISTANT CITY ATTO 4EY
R 3
R L. SUAR Z,
MAYOR
APPROVED AS TO FORM AND
CORRECTNESS:
i G
RNANDEE
CITY AT
EY
s k}4
i43?
i
J y..
F
t `
VOIR "a
PROPERTY AWACRNT TO CITY or MIAMI CE Naftly
MOUTMOV Colman or
8 on 1 19" SST AND M 68 • MIAMI COURT)
MIAM10 PLORIDA
JULY 26, 1990
CITY OF mrAMI
Xavier L. Suarez, Mayor
Miller J. Dawkins, vice Mayor
Dr. Miriam Alonso, Commissioner
Victor H. De Yurre, Commissioner
J. L. Plummer, Commissioner
Cesar Be Odio, City Manager
Jorge L. Fernandez, City Attorney
4A�
.
ly 7�
Prepared by:
Department of Development
and Housing Conservation
Development Division
300 Biscayne Boulevard Way
Suite 400
Riani, Florida 33131
Tel. (305) 579-3366
x.
Proposal Submissions Due: 2:00 p.m., Friday,October 26, 1990 x
r
Submission Location: City Clerk's Office'
(First Floor Counter)
Miami City Hall a
3500 Pan American Drive
Miami, Florida 33133
90— 53
f-
h?
M
x
. i
x
July 26, 1990
To whom it May Concern: I�
Thank you for your interest in the Unified Development of., an Y
approximately .85-acre City -owned site located on N.Bb 119th
Street between N.E. 2nd Avenue and N.E. Miami Court, contiguous
to the City of Miami Fire Station No. 2 and the City of Miami h
Cemetery in Miami, Florida.
Enclosed is the City of Miami•s Request for Proposals (RFP) that
details the project's goals and proposal submission requirements,
significant -project reports and pertinent legal and obligatory
documents.
Responses to this RFP are due no later than 2:00 p.m., Friday,
October 26, 1990. The City retains the option to require a more
extensive and detailed submission prior to final selection of a
developer ishould the selection process warrant a second stage
review, as well as the right to reject all proposals through and
including up to the time the City Commission selects a proposer
and approves the execution of a management agreement.
Please carefully review all of the enclosed documents. Proposals
must comply with all requirements detailed in the RFP to be
eligible for consideration. Any proposal deemed by the City
Manager to be non -responsive or to not .meet the minimum
requirements of this Request for Proposals shall be rejected by
the City prior to the Unified Development Project evaluation
process. All information and material submitted will be n
carefully analyzed and independently verified.
Proposals must present a definitive development program,
completion schedule, site plan and design conceptf financial
strategy, and management plan, respecting all requirements of
this Request for Proposals to form the basis for selection by the
City.
4
} t�h
4
t'jtt
i 'S
Sh
Y'
9 Y 16t t
OT
4
r
j
`^-
July 260 1990
Page 2
Contact with City employees, except for public hea-rings and
presentations, regarding this project or any aspect of a proposal
by a proposer or any representative of a proposer shall be
limited to the City Manager or his designees, Herbert J, Bailey#
Assistant City Manager, and City staff assigned to this project6
Written and oral discussions between the City Manager, his
designee or City staff assigned to this project and offerors who
submit proposals may be conducted, but proposals may be accepted
as submitted without such discussions. All questions or requests
for additional information should be addressed in writing to
Herbert J. Bailey, Assistant City Manager, City of Miami,
Department of Development and Housing Conservations, 300 Biscayne
Boulevard Way, Suite 400,, Miami, Florida 33131. Any response
that could potentially Impact proposals will be furnished to all
offerors in the form of an addendum.
The City will conduct a Proposal Pre -Submission Conference on
Thursday, August 9s, 1990 at 10:00 a.m. at the Department of
Development and Housing Conservation, 300 Biscayne Boulevard Way,
Suite 400, Miami, Florida 33131. 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 Clerks, (First
Floor Counter),, City Hall, 3500 Pan American Drive, Miami,
Florida 33133 by no later than 2:00 p.m., Friday, October 26,
1990. A list of proposers will be made public on that day.
Sincerely,
Cesar H. Odio
City Manager
TABLE or COMM"
.: 16
POLte 401ftha...... .i•i.•.f..i••i••••.••i••.••i•••!♦ria '
ft i
P110nCT MRVtlgN
A 6
S uMma J. y i ... • • • • ............ f ♦ . ♦ ... • . • . r • ..
Br
Project Location and Charaoteristics•a..6666440.062
Figure i• area Locationap•••.f.f..••.•••.a.a••♦'�
C.
Site �e�Cription...r•.•i••••..•.s••.••••.♦ri..f•♦a4
Figure 2• Project Location Map.....•...........ai
D•
honing.....i.�..............................•...•��
E.
Unified Development Project Process schedule...6466
111.
REQUBS'T' POR PROPOSALS LEGAL REQUIREMENTS
A.
unified Development projects ...............i....a.7
B.
Commitment of Funds.• .....................�..•....'�
C.
Commitment of Property.•......••.•...•.•.•....fr•68
D.
Commitment of Services......•..•.....•••. .♦......9
E.
Execution of Contracts......•.r6••..••f.►.•••...•.9
F.
Right of Termination.......••....f....•... •9.6.•69
G.
Definition of Uses ...................... .,.......9
IV.
PROPOSAL DEVELOPMENT CONSIDERATIONS
t
A.
Development Objective..............•.... ........10
Be
Use......................................,........10
C.
Site Improvements....r..•.••..i........• .0064.00010
D.
Permitting and Licensing•...........•.........•...11
E.
Estimated Construction Cost.......................12
F.
Project Financing Strategy .............•....•..•..12
G.
Development Schedule......•.......................12
H.
Method of Operatic n................... s f ..... • ....12
I.
Minority Participation............................13
J.
Contract Terms....................................13
_ V. PROPOSAL FORMAT
_ A. Credentials.......................................14
Be Project Proposal................•.................15
C. Additional Requirements .......................•...16
VI. PROPOSAL SUBMISSION PROCEDURES ........... ..............li
VII. EVALUATION CRITERIA
A. Initial Review................................•...18
-- Be Review Committee Evaluation.•.....................19
C. CPA Firm Evaluation Criteria .............•........21
VIII• TERMS AND CONDITIONS TO BE CONSIDERED
IN THE !MANAGEMENT AGREEMENT ...........................•21
--- -
3
" @
TABLE or COMM"
(CONTINUED)
.I
� t
by
G
APPENDIX
A.
Pertinent Legislation
APPENDIX
B.
City of Miami Minority /Women Business
Affairs and Procurement Program Ordinance No. 10062
and ordinance No. 10538
EXHIBIT
I.
Boundary and Topographic Survey
'EXHIBIT
II.
Declaration, Professional Information and
Financial Disclosure Forms
Ka
(NOTE: APPENDICES AND EXHIBITS NOT INCLUDED IN THIS DRAFT)
0.4
1 • u O a-[ 1
K
k
d
The City of Miami is inviting interested parties to submit
Unified Development project proposals for the planning and
design, conateuction, and management of a mausoleufn on
approximately .85 acres of City -owned property located adjacent
to the City of Miami Cemetery at N.E. 19th Street between N.9.
2nd Avenue and N.B. Miami Court in Miami, Florida. As a
condition for offering proposals, the development proposal shall
Include the improvement and maintenance of the adjacent City
Cemetery.
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,
Telephone (305) 579-3366, These documents contain 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
Thursday, August 9, 1990 at 10:00 a.m. at the 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,(First Floor Counter), 3500 Pan American Drive, Miami,
Florida 33133 by 2:00 p.m., Friday, October 26, 1990. A list of
proposers will be made public on that day. No proposals shall be
accepted late 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 or informalities in any proposals, or to reject
any or all proposals, and to re -advertise for new proposals. In
making such determination, the City's consideration shall
Include, but not be limited to the proposer's experience,
capability of the development team, the proposed management fee,
the proposer's financial qualifications, the overall project
design, the feasibility of the proposed development, the extent
of minority participation, and the evaluation by the City of all
information submitted in support or explanation of the proposed
development of the property.
Any proposal deemed by the City Manager to be non -responsive or
to not meet the minimum requirements of this Request for
Proposals may be rejected by the City, in the sole and exclusive
discretion of the City Manager, prior to the Unified Development
Project evaluation process.
Ad v. xxx -- 7/26/90
1
Cesar H. Odio
City Manager
94- 531
A. Sutlimar
The City of Miami is extending invitations to qualified and
experienced developers to submit proposals for the planning and
design, construction, and management of a mausoleum on
approximately .85 acres of City -owned property located adjacent
to the City of Miami Cemetery at N.E. 19th Street between N,g�
2nd Avenue and N.E. Miami Court in Miami, Florida. As a
condition of offering proposals, proposers shall assume the
responsibility of the maintenance and improvement of the historic
City of Miami Cemetery. The development proposal shall include
detailed and specific information regarding the proposed
improvements and maintenance program for the cemetery. The
proposed development may include a flower retail establishment as
the only ancillary use. On -site parking shall be provided.
On June 28, 1990 the City Commission adopted a Resolution
amending Resolution No. 90-320 adopted April 26, 1990 and
declaring that the most advantageous method to develop certain
improvements at the property adjacent to the City of Miami
Cemetery, is by the Unified Development Project (UDP) process
that seeks to procure an integrated development package from the
private sector including planning and design, construction, and
management of this property.
On July 12, 1990 the City Commission adopted a Resolution which
authorized the issuance of this Request for Proposals, on July
26, 1990, appointed a five 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. Pertinent
legislation is included as Appendix A.
Proposals shall include planning and design, financing,
construction, and management of proposed improvements, including
Improvements and the management plan proposed for the City
Cemetery. The property, in public ownership by the City of
Miami, is to be developed and managed by the successful proposer
under a long-term management agreement with the City.
B. Project Location and Characteristics
The property to be developed is located in the southeastern
section of the neighborhood known as Wynwood. Four distinct
sections comprise Wynwood. Omni and Edgewater are located in the
eastern portion of the neighborhood. The Fashion/Garment
District and the Old San Juan Section are located in the western
section of the neighborhood. The neighborhood known as overtown
is located west of the subject site. Directly south is the
Downtown Central Business District. Refer to Figure 1, "Area
Location Map."
2 90- 531
/• / �� _ AIM
EDGEWATER
iron
.... ..�� :-� � - � � -. - - �..: I !I I I (III � C -r �"�•> �00000co
I I I I: �1■ ( `\ �� I OMNI
ill 1•■ % A 11 M A
\ ; 1 .' }�,� -�� I I I I I I►, � I I I I I I I I I I I �, ;� �
� I�(III IIII���_��_�_�_IIIitl��ilitllll!LIII�•";°""� �-"'*'
�1%V /''`'
r t ■1000101 i\ \?9d�W�i r. 11
11 if GTA, in
mo
■1, , 1 ■ i�m In 1 ■
� � � �S Y � ■ ■ ' i�Ri�R�R�sn\
mm
■rl ■■ ■■ ■■ �1 �►\ �� ■ d>!'�Riao�sr�RSLR �4iK;2f�• r • •
m MIMI= MS 1M I• MII Ml i _ -. 000u Isaac as
I
�m MMmom
M11 M1ism mmm
r
1M c1111111���
■■■���lM 1�'���!
_ --
the wynwood Area and vicinity offer a diverse mix of high faahlft'
shopping and high rise condominiums as well as cultural and
commercial amenities for its residents and visitors. overtown
adjacent to Miami's Downtown Central Sulsinesa District and the
City's major medical and civic centers, is experiencing major"
redevelopment in the areas of residential construction and
commercial activity. Sports, international events and exhibitions
are now taking place at the new Miami Arena located In the
Overtown area. Downtown Miami is characterized as a major center
of international finance, commerce, trade and tourism. The Omni
area, close to Dowhtown, plays an important role by contributing
a collection of quality shops, restaurants and hotel
accommodations.
C. Site Descri2tion
As shown in Figure 2. "Project Location Map," the subject
property is bounded on the north by N.E. 19 Street and N.E.
Miami Court, on the west by Fire Station No. 2., on the south by
the City of Miami Cemetery and on the east by N.E. 2nd Avenue.
The subject property is .85 acres having no improvements other
than several asphalt walkways and two chain -link fences on both
the frontage side and its western boundary. For more detailed
information and the legal description of the site, refer to
Exhibit I. "Boundary and Topographic Survey of Proposed Mausoleum
Site."
South of the subject site is the historic City of Miami Cemetery,
first laid out in 1897. It is Miami's oldest cemetery and is the
first and only municipal cemetery in Dade County. It comprises a
ten acre tract of land enclosed by a masonry wall and iron fence
and entered through iron gates with the words "City of Miami
Cemetery" on N.E. 2nd Avenue. A second entrance is located on N.
Miami Avenue. The cemetery is the resting ground for members of
Miami's pioneer families, and war veterans from the Civil War and
the Spanish American War.
The City of Miami Cemetery is managed by the City of Miami
Department of Parks, Recreation and Public Facilities.
Operations and maintenance costs approximate $76,000 annually.
The cemetery is currently in active use and gravesites are still
available.
Public awareness of the importance of the cemetery in Miami's
history has increased with the foundation in 1989 of "The Friends
of the Cemetery," a group of concern citizens that have gathered
to look after the preservation and care of this historic site.
North of the subject site is N.E. 19th Street which ends on N.E.
Miami Court. Temple Israel of Greater Miami is located on this
street. The Temple was founded in 1922 and has been in its
present location since 1928 when its- main sanctuary was
dedicated. In addition to offering religious services on Friday
e� ning for its congregation of 700 families, the Temple provides
4 90— 531
?'
{
C^
I
y N .E. IT ST .
r
FIGURE 2 - PROJECT LOCATION MAP
5 90- 531
r:f
FIt�GH
MO O
l0l
/�
�� 13 $
0
a daily range of ediftmunity services both during the day and
evening hours*
Activity on NA6 19th Street is increased by the existence of the
- Miramar 'elementary School. Children use the grounds directly F'
east of the subject site as a playground, both during and after
achaol hours,
b. Zoning
Persuant to the newly adopted City of Miami Zoning Ordinance
11000, which becomes effective as of September 4, 1990, the
subject property is zoned G/1-Government and Institutional, as
described in the official Schedule of District Regulations and as
delineated on the official Zoning Atlas of the City of Miathib
The adjacent City of Miami Cemetery zoning classification is
G/1, and in addition includes a HC-1 Heritage Conservation
Overlay.
Permitted principal uses in G/i districts include local, state, `
regional and federal government, health, religious, educational,
transportation, public utility facilities and cemeteries.
Accessory uses permitted include uses and structures which are
customarily incidental and subordinate to permitted principal
uses and structures. Off-street parking requirements for non-
residental uses is one (1) space for each 300 square feet of
proposed gross floor area.
;x
New construction, alteration, relocation, or demolition within ;J
the HC-1 Overlay District is subject to the requirements,
procedures, and guidelines for Certificates of Appropriateness A
set forth in section 709 of the zoning text and the decision of p
the Heritage Conservation Board of the City of Miami. General
maintenance or. repair of any structure when such maintenance or
repair does not constitute an alteration, is permitted within AC
districts.
No representations are made here as to the City of Miami Zoning
Ordinance. Compliance with zoning laws are the sole
responsibility of the prospective proposers.
For more detail of allowable uses and applicable requirements of
the G/I zoning district and the HC-1 Overlay District, refer to
the Schedule of District Regulations and zoning text of the City
of Miami Zoning Ordinance, available at the Department of
Planning, Building and Zoning, 275 N.W. 2nd Street, Miami,
Florida.
E. Anticipated Unified Development Project Process Schedule
Proposal Pre&Hubmiaairn Conference
rations Dept. of Development
:.
.100 Hisdayne Blvd. Way
suite '406
Miami# Florida.
Proposal Submission Headline
Locations Office of the City Clerk
(First floor Counter)
Miami City Hall
3500 Part American Drive
Miami, Florida
CPA Firm Evaluation of Proposals
-
Review Committee Meeting
-
Review Committee interviews
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
K `A
i`
August 9+'
l03 00 a if'1•
p
October 26,
19�
N
t
November 1990-January
199
November 1990-January
1991
III. REQUEST FOR PROPOSALS LEGAL REQUIREMENTS
A. Unified Development Projects
January 1991
February 1991
March 1991
4,
Refer to Appendix A, Charter Section 29-A(c) and Code Section
- 18-52.9 for detail information on the definition, requirements
= and procedures governing the Unified Development Project process.'
B' Commitment of Funds
- 1 C i t
- Y
- The City +does not intend to provide direct or indirect funds or
financing to the development, or commit any funds, services or
property (excluding the. site offered herein).
2. Successful Proposer
- The -successful proposer is required to plan, design, construct
- and manage the proposed mausoleum facility and, in addition, make
- improvements to and be responsible for, the management of the
adjacent historic cemetery.
7 90-,531
y
� n
t > +a
AAA
' .. .. n of •'.
The selected proposer is required to provide adequate equity and
debt capital to finance all aspects of the proposed Unified
Development of the propertyt The successful proposer is required
to provide the City with a minimum guaranteed annual percentage
of gross revenues The remaining percentage shall constitute the
proposer's management fee. These percentages of revenues shall
be made a part of the proposal.
Additionally, the successful proposer is required to operate and
maintain the City of Miami Cemetery, with minimum expenditures to
exceed the current cost of $76,000 annually, including yearly
cost of living adjustments. The successful proposer shall
establish a care and maintenance trust fund with an initial
deposit of not less than $25#000. Deposits in the trust fund
shall me equal to a minimum of 10% of all payments received from
sales of burial rights. A preconstruction trust fund shall also
be established by the successful proposer.
The successful proposer shall reimburse the City, at time of
- execution of the negotiated management agreement, any and all
direct costs incurred in evaluating all proposal submissions,
including but not limited to, appraisal fees, the professional
services cost of a certified public accounting firm selected by
the City Commission, advertising, and printing (refer to Section
VI) .
C. Commitment of Property
The property is offered "as is" by the City for development and
long term management. No representations or warranties
whatsoever are made as to its condition, state or
characteristics. Proposers will be allowed access to the site to
conduct any inspections or tests at their sole cost and expense.
The City will enter into a management agreement for the property.
with the successful proposer, subject to specified conditions for
the agreement as detailed in Section VIII. of this document. The
term of the management agreement to be entered into between the
successful proposer and the City of Miami shall be reasonably
related to the financing strategy.
The management agreement shall be structured to provide the City
with a minimum guaranteed annual percentage of gross revenues.
The successful proposer shall receive from the City the remaining
percentage of gross revenues as payment for its management of the
mausoleum facility and .the cemetery.
— City -owned property is held in public trust and cannot be
mortgaged, pledged, liened or subordinated in any way as a part
of the management agreement.
All property improvements shall revert to the City in fee simple
and become the sole property of the City upon the expiration of
the management agreement.
5�
trinentf..rys
i
r-.r
Yra
Services such as police and fire protection, equal to those
provided -any private development within the City of Miami, shall
t
provided by the City. All additional services ahall be the
,be
responsibility of the developer.
As required by subsection (e)(4) of Charter section 29 A,
"substantial increase" shall be defined as a 10% or more increase
to the City's proposed commitment of funds, property -and/or
services and "material alteration" shall be defined as failure to_
- comply with all aspects of the proposal except as specifically
- permitted in writing by the City Manager.
,r
f .
E. Execution of Contracts
_ All contracts for Unified Development Projects shall be signed by
- the City Manager or his duly authorized designee after approval
- by the City Commission. All contracts will be negotiated by the
= City administration with the successful proposer and include any
and all terms, conditions and covenants as the City determines to
- be in its best interest including without limitation:
cancellation, default, indemnity, insurance, bonding, force
majeure, condemnation, casualty loss, construction completion,
-
liquidated damages and/or other clauses. All contracts will be
subject to the approval of the City Attorney as to legal form and
- correctness,
The provisions of the Charter Section 29-A(c) shall supersede any
other Charter or Code provision to the contrary.
- F. Right of Termination
_ 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 the advisability of exercising that right.
.G. Definition of Uses
Proposals must include a definitive development program including
_ phasing, if -any,- the financial strategy 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.
fva PROPOSAL bmtoptaNT C MRATto"s
Respondents to this invitation are advised that the following ti
factor# must be considered and adhered to in the development of
proposal d will be critically evaluated. �
z
A. lieu. eloomont,-Objective
Proposals must meet the City's development objective seeking A
productive commercial use of the site as a mausoleum facility
including the provision to improve and maintain the adjacent 3
cemetery. The City's Unified Development objective may be "
achieved by the proposal of a modern, dignified mausoleum
facility in a tranquil setting, generating a significant
financial return to the City, through a negotiated management
agreement, while providing an improvement and maintenance program
k.
for the historic City Cemetery.
8, Use
The proposed mausoleum facility shall be non-sectarian providing
affordable above -ground burial in crypts and/or niches. The }
development may include, as an ancillary use, a retail flower
shop. on -site parking shall be provided.
C. Site improvements
A mausoleum structure must be constructed of a strong, resistant
natural material that will provide a quality, low -maintenance
building. Aesthetics of the development is of special concern,
particularly the front and back facades, silhouette and overall
height of structures, as well as the landscape treatment as
viewed from both N.E. 19th Street and within the cemetery. The
City expects the architecture to respect and be responsive to the
surrounding area.
Parking and service areas shall be organized, appropriately
-- landscaped and screened from surrounding streets and adjacent
property. Proposals shall include a compatible, safe and
effective pedestrian and vehicular circulation system to service
the proposed development. Funeral processions may only enter or
exit the facility or cemetery from the west through N.E. Miami
Court or N. Miami Avenue.
All site improvements must comply with all applicable code
requirements. All signage shall be reviewed and approved by the
City of Miami.
The property to be offered for development and management,
Including all conditions, topsoil, subsoil and subterranean
condition at the premises is presented was is". The successful
eF,n a.,leIts, roar%nna4hIg% fnr 4-ha rramnvaI of anv
hatardous material, waste or toxic substance stored or found an
the property and any and all testing and inspections relative
thereto, copies of the results of which will be tendered to the
Department of Development and Housing Conservation.
= b. Permit
ti.inu_and Licensing
The successful proposer shall be responsible for acquiring
required permits, licenses and approvals from, including but
limited to, the State of Florida, Metropolitan Dade County,
the City of Miami.
Although county and municipal cemeteries are exempt from -the
M
requirements of the "Florida Cemetery Act , Chapter 497, Florida
Statutes, the applicable provisions of said Chapter shall apply:
to all prospective proposers including, but not limited to, this
following:
_ (1) Proposer shall currently hold or must have previously held a
license to operate a cemetery and mausoleum which license is or
has been in good standing with the State of Florida, Department
of Banking and Finance.
(2) Proposer shall have a legal entity to operate a cemetery and
mausoleum.
(3) Proposer shall demonstrate to the satisfaction of the City,
that he possesses the ability, experience, and financial
stability, to operate a cemetery and mausoleum.
(4) Proposer's general manager shall have, at minimum, one (1)
year experience in cemetery and mausoleum experience and ability
to operate a cemetery and mausoleum.
(5) Proposer shall establish a care and maintenance trust fund
containing not less than $25,000. Deposits in the trust fund
shall be made at minimum in the amount of 10% of all payments
received from sales of burial rights. Said fund shall be
certified by, .a trust company, a state or national bank or a
savings and loan association licensed in the state. Net income
derived in the form of interest gained from the principal of said
trust fund shall be used solely for the care and maintenance of
the cemetery and mausoleum.
(S) Proposers shall establish a preconstruction trust fund if
plans are made to offer space for sale in sections of the
mausoleum or cemetery prior to construction of said section.
Said fund is to be managed in conformity with Section 497.029,
F.S.
The City makes no representations and has no analysis or
information as to whether the project contemplated by this RFP is
a .Development of Regional impact as defined by Fliq% S@dtidA-
If a governmental agency determines that the project is subject
to Development of Regional impact review and procedures for ,a,
successor law or similar law), the successful proposer shall be
solely responsible for applying for all authorizations and
applications required by law, at the proposer's sole cost and
expense
E. Hstimated Construction cost
A detailed construction cost estimate by use shall be furnished
for the entire proposed development. If the development is to be
constructed in phases, detailed costs for each phase shall be
furnished separately. A general development and completion
schedule including design, permitting, construction, completion
and commencement of operation shall be submitted by the proposer.
F. Project Financing Strategy
The proposer shall provide financing for all building and site
improvements, including improvements proposed at the adjacent.
cemetery. Method of meeting maintenance and operational expenses
associated with the proposed development and the cemetery shall
be demonstrated.
Letters of commitment or at minimum, letters of intent from
reputable financial institutions shall be submitted by the
proposer.
G. Development Schedule
Respondent shall submit a schedule delineating the proposed
development including approximate dates that each significant
improvement is expected to be completed.
The timetable for completion of the proposed development shall be
considered as a part of the evaluation process. All proposed
development must be completed within an initial specified time
period; or if phased development is proposed, a phased schedule
shall be submitted. The successful proposer must post a bond to
insure that additional phases will, in fact, take place as
planned.
H. Method of Operation
The operation of the entire proposed development shall be
described. The description shall include an organizational
chart, job descriptions of key positions, brief outline of
0
f
12
90-- 531
r
2k
a
ti)h
operating procedutest how and where the development will .be
advertised, indication if the flower establishment# if any,rs
intended to be operated by the proposer or subleased or operated
under a manage nt contracts if independent management 06tvices
are to be involved# then the applicable Professional tnformatift
k
porms included in Exhibit II of this document must be cotpletd
by the management contractor(s).
The operation and maintenance of the City of Miami Cemetery
be described including proposed improvements, if any.
description shall be in the manner set forth in, the
paragraph6
j
shall �d-
Tha �
abdve
A percentage of gross revenues shall constitute the successful
proposer's management fee. The remaining percentage shall be }3'
guaranteed by the proposer and retained by the City. Ali rat
prospective proposers shall offer the actual percentages as part
of their proposal to the City.
I. Minority Participation
i
Respondents will be required to comply with all applicable
federal, state and local affirmative action legislation and,
regulations, including City of Miami Ordinance No. 10062 as
amended by Ordinance No. 10538 (refer to Appendix B).
Minorities are expected to be an integral part of the proposing
entity, the development team, participate substantially in
construction contract and jobs, and comprise a significant part
of the permanent management team, as well as the work force
created by the development. Minority/female participation shall
be evaluated based upon the percentage of equity investment, the
number of firms/individuals in the team, the projected
contracts/subcontracts during construction and projected goals
for leasing and management by minority/female businesses. For
the purpose of proposal evaluation, significant minority
participation shall be defined as 17% black, 17% hispanic, and
17% female.
J. Contract Terms
Section VIII. provides numerous contract terms and conditions
that the proposer must consider when making a proposal.
Proposers shall provide specific suggested clauses for inclusion
into the contract with the City. Various standard City clauses
are included in Section VIII. and must be adhered to.
The eventual contract negotiated between the successful proposer
and the City may incorporate any other terms, conditions and
benefits for the City that the City, in its judgement, may seek
the oontract will be a*ecuted by the City Manager after it 16
approved by the City Commission and be subject to approval, as to u
legal form and 00trectnesa, by the City Attorney and, as to
insurance requirements; by the insurance Manager of the City of
Miami
Proposals submitted in response to this invitation shall include
the following information: k
A. Credentials
}
sbb
1. identity of proposer, including the development team's
organizational structure, presented in graphic form, and the
S fi.
names, affiliation and addresses of principals (including any
and all general partners, stockholders owning 5% or more of
the stock, the president, vice-president, etc.)
2. Proposer's experience in development, operation and management
of mausoleums and cemeteries, referencing specific projects by
name, date and location and proposer's role in such projects.
3. Complete and substantiated evidence of proposer's financial
capacity to undertake all aspects of the project proposed
including financial statements for each principal of the
proposer entity.
4. Development team's professional qualifications and experience
in design, and construction of mausoleum and cemetery
facilities.
5. Development team's professional qualifications in operations
-
and management of mausoleum and cemetery facilities as
-
evidenced by a current or previously held license in good
-
standing from the State of Florida Department of Banking and
Finance.
The development team is hereby defined as being comprised of the
proposer entity and its professional consultants. 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) and prime professional consultants shall only submit
as part of one submission and shall not be the proposer entity or
_
its principal(s) and prime consultants in any other submission.
The proposer entity responding to this invitation shall possess
ability to obtain adequate financing for all aspects of the
-
project.
14 90-
531
r
g
p r
M1
»xe'�_. lam_"f i
The development team assembled
ahaili, at minimums demonstrate
following disciplines:
1
At Ch itiedtUral 9 shall be registered to practice architecture
las required by FS Chapter 481 Part •
irlthe State of Florida
Architecture;
2.
Landscape Architecturalt shall be registered to practift
la,fidscapo architecture in the State of Florida as raquiried by.
PS Chapter 481,*Part 11, Landscape Architecture;
3,
Engineering: shall be registered to practice engineering In
the State of Florida as required by VS- Chapter 4710
Professional Engineers;
4.
General Contracting or Construction Management: shall be
licensed as a general contractor in the State of Florida or
Dade'County and possess a Certificate of Competency;
So
operations: shall have at least one year experience in
operating a cemetery and mausoleum.
6,
Managements shall have at least one year experience in
J
i.
management of cemeteries and mausoleums.
B.
Project Proposal
T
1.
Development Plan:
Description of all aspects of the plan
Overall site development
and use, square footage, height
Flower Shop commercial entity square footage, if"any
Number of on -site parking spaces required by use
Design features of the development
Methods of construction
Schedule of construction
Listing and description of project amenities for subject
property and City Cemetery
2.
Illustrative Drawings
Zoo
(Shall be prepared by a registered architect licensed to
practice in Florida and shall be board -mounted not to exceed
71
301 x 401.)
Illustrative site plan
Elevations, sections and floor plans of proposed structures
While perspective isometric illustrations are not required,,
submissions will be accepted for review. No model shall be
,accepted for review. However, a model may, at the discretion
90- 531;
W-i
use
;. of the proposer, be used
during public hearings
and fileting
fe
1 only,.
1. Project financing strategy
detailing the
source
and
structure, including the
specific percentage
of debt
and
equity.
4. Pro -forma statement of
anticipated project
income
and
expenses projected over
the proposed contract
term and
by
#-
- i 1 din maintenance ex enses at the City
Cemetery.
-
5.
proposed contract term= the proposed management fee and the
minimum annual guaranteed payment to the City as percentages
of gross revenues. indicate City annual payment commencement
date.
6.
Project development schedule including all steps of planning
and design, permitting, construction and commencement of
operations.
x
7.
Total project cost estimate including "soft -costs" (i.e.
permitting, architectural and engineering fees, financing)
and a detailed construction cost estimate by use including
.
demolition and all site improvements.
8.
Management plan for the subject property and the maintenance
responsibilities of the City Cemetery,
C. Additional Requirements
1. Completed Declaration, Financial Disclosure and Professional
Information forms as detailed and included in Exhibit II.
2. A response to all applicable aspects of the contract Terms
and Conditions as detailed in Section VIII. of this document.
3. Letters from reputable financial institutions documenting the
proposer's ability to finance all aspects of the proposed
development.
4. Complete and substantiated financial statements for the
proposer, owner -corporations of proposer, and any person or
business entity, who is a principal as defined hereinr.
guaranteeing the performance of the proposer.
5. Letters indicating.the proposer's ability to obtain required
bonds and insurance.
6. Evidence of minority participation in accordance with the
City of Miami Minority/Women Business Affairs and Procurement
Program Ordinance No. 10538.
7. Copy of current or previously held license to operate a
cemeterv.
- - .N
+Materialh other than those specified within section v a& herein&
shall not be considered and shall not be submitted& No Mbt:#rial
or=aubstat�tial additions i modifications or substitutions ahail"be
'
rude to the proposals subsequent to the submission deadline.
Vq . PROPOSAL SM4188108 PROCROMS
A complete proposal submission package shall consist of one
original and nine (9) copies of bound proposals in an 0.1/2"
11" format and one (1) set of board -mounted illustrations not to
exceed 30" x W.
,s
Proposal submissions trust be marked:
t�
t x,
Unified Development Project Proposal
for the
Property Adjacent to the City of Miami Cemetery
r{
Proposal submissions must be received at:
office of the City Clerk
City of Miami, City Hall
(First Floor Counter)
3
3500 Pan American Drive
Miami, Florida 33133
-
A complete proposal submission package shall be submitted by:
2:00 p.m.
Friday, October 26, 1990
Proposal submissions must be accompanied by:
A non-refundable cashiers or certified
_
bank check in the amount of $2,500
-
made payable to the City of Hiami.
Exhibit Il. includes forms that must be submitted as part of the
_
development proposal submission. The time deadline and location
-
will be strictly adhered to by the City of Miami. No proposals
shall be received after 2:00 p.m., October 26, 1990 or at any
other City office location, other than at the City Clerk's Office
counter.
Funds received from non-refundable cashier's checksare intended
_
to cover actual expenses for advertising, printing, and mailing
incurred by the City in preparing and issuing this Request for
Proposals document. Expenses incurred in evaluating proposals,
in excess of the application fees collected, shall be reimbursed
to the City by the successful proposer upon execution of a
-
management agreement.
30- 53,1
17
t
i
e T
Review procedures and
the selection process are set
by City
Charter and Code which is included in Appendix A
of this
'p
_
document
f 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 Manager,
subject
to the limitations,
reservations and conditions contained in
Section 19-A(c) of ' the
city of Miami Charter and in this
RPP.
At a public hearing held July 12, 1990 the City Commission
authorized the City Manager to issue this Request for Proposals
and appointed a review committee from recommendations submitted
by the City Manager and further selected a certified public
accounting (CPA) firm, both to evaluate responsive proposals.
t
The review committee established by the City Commission at the -
public hearing will render a written report of its evaluation of
responsive proposals to the City Manager. The review committee
shall evaluate each proposal based on the criteria established
herein. The committee has the authority to recommend one, some
or none of the proposals 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 a decision not to recommend any
proposals.
A. Initial Review _of_Proposals for Compliance to the Request for
I Proposals
Proposals shall be reviewed initially by City staff for
compliance to all requirements set forth in this Request for
Proposals. Each proposal shall be checked to ensure that:
1. The development teams comprise the required professional
expertise (refer to Section V.A.);
2. All forms have been completed for the entire development team
(refer to Section, V.C.) ;
3. The architectural, landscape architectural, and engineering
professional consultants are currently registered to practice
in the State of Florida in accordance with Chapter 481, Part
I; FS Chapter 481, Part II; and FS Chapter 471, respectively,
and general contracting or construction management firm is
currently licensed to practice in the State of Florida or Dade
County and possesses a Certificate of Competency; the Joint
-� Venture participants of the proposer's team, if any, have the
J� licenses or permits that may be required by any government
j agency or professional regulations board; and the management
=i consultant holds or previously held a license to operate a
cemetery, from the State of Florida Department of Banking and
I Finance.
1 '
18 90 531
—I
4. A11 project proposal elsments listed in Section V. have been
included in the pro►osal submission.
The required number of copies and one original of
d-m6unted illustfati�re drawings, and
the
a
4
z
proposal, the boar
$ r500 non-refundable cashiers chock have been received by
locations
the
deadline +fate rind time and at the correct
Proposals fa ilin'g to meet any of those reclui r entO tana may
by a decision of the City g
and
deterrtrined nonrespon$ive
eliminated from any further consideration.
�. Review Committee Evaluation
The following specific evaluation criteria matrix shall be used
in responsive proposals:
by the Review Committee evaluating
Experience of the proposer ........................15$
.�
Capability of the development team................15%
Financial capability, level of financial
commitment..................s.....................20$
Financial return to the City.., .. *4966696*66606,.20%
Overall project design............................20%
Extent of minority participation ..................108
rm to the
Proposers are encouraged which will be their proposals utilized by the Review committee
following factors committee
in evaluating the proposals:
1. Experience of the Proposer (15%)
(a) Qualifications and capability of the proposer
(b) Specific experience of the proposer in development,
operations and management of cemeteries and mausoleums.
(c) Past performance record and relationship with former
clients
2. Capability of the Development Team (15%)
(a) Qualifications and experianceof team members professional
consultants, project managers,
(b) Specific capability and range of per a ce sufficient
in
to
scope, complexity and adequacy
successfully undertake and complete this project
(c) Past performance in project administration and in
cooperation with former clients
19 90-
V. �f
(d)
Ability to fleet time schedules and budgets
(e)
Ouslity and organisation of management team
(f)
Method of providing operations and maintenance
3. Vinarncial Capabilityt Level of Financial Commitment(204)
(a)
Demonstrated financial capability of the proposer to
r
successfully undertake and complete this project
(b)
Proposers prior track record of financing projects
'
comparable in magnitude and scope deemed sufficient to
successfully finance this project
(c)
Financing strategy
y`
(d)
Access to construction and permanent financing
(e)
Development schedule/Construction schedule
4. Financial Return to the City (20%)
(a)
Contract Term
(b)
The proposed management fee and the minimum annual
guaranteed payment to the City as percentages of gross
revenues.
(c)
Dollar value and extent of capital improvements at the
subject property.
(d)
Dollar value of maintenance responsibilities and extent
of capital improvements at the City Cemetery.
(e)
Any additional financial benefit to the City
_ 5. Overall Project Design (20%)
(a)
Fulfillment of the City's established development
objective
(b)
Efficiency of site design and organization,
compatibility of uses
a
{ f
F 5_
.5;-. ryW
zf
te) 10891hative and creative treatment of architectural
and site design of public access to and design of
Publit spaces# exterior spaces# circulation#
lafidadapingt graphics, signage, and lighting
�) Compliance with all applicable code requirements
'ts
6r Extent bf'Minority Participation (10%)
(a) Minority equity participation
(b) 'Minority participation within the development and
management team
(c) Contracting and hiring practices during construction
(d) Opportunities for minorities, hiring outreach
and training opportunities in relation to
management, leasing, operation and maintenance
of the'facility.
C. CPA Pirm Evaluation Criteria
The certified public accounting firm selected by the City
Commission will analyze each responsive proposal submission
independent of the evaluation conducted by the review
committee. The accounting firm will make its preliminary
findings available to the review committee prior to the
committee concluding its deliberations.
Specifically, the certified public accounting firm will
evaluate the financial viability of the proposer, the
viability of the proposed financing strategy, source and
structure; and will assess comparatively the short and long
range economic and fiscal return to the City. The CPA firm
will render an independent report of its findings to the City
Manager.
virr. TERNS AND'CONDITIONS TO BE CONSIDERED IN THE MANAGEMENT
AGREEMENT
Upon authorization of the City Commission, the City Manager
or his designee shall negotiate all aspects of 'a contractual
agreement -including planning and design, construction and
management, with the successful proposer.
1 The contract shall address, but not be limited to,. the
following terms and conditions;
= 1. Term
A contract term reasonably
a ly related to the financing
strategy..
21Q �J;3.
2. management pee/Annual Payment
A percentage of gross revenues shall constitute the
successful proposers management fee. The remaining
percentage shall be guaranteed by the proposer and retained
by the City.
Payment schedules
Might , to _audit
Submissions of audited statements
No counterclaim or abatement of minimum payment for any
reason including force majeure
Interest charges
3. insurance
Certificates of insurance:
Evidence of compliance with the insurance requirements shall
be filed with the Claims Division of the City of Miami prior
to execution of the management agreement. Such insurance
shall be subject to the approval of, the Insurance Manager.
New certificates shall be provided at least thirty (30) days
prior to coverage renewal dates thereafter. While the City
will normally accept the certificate as evidence of
compliance,- the successful provider shall agree that upon
request of the City that one (1) copy of the applicable
policies will be delivered within ten (10) days to the City.
All policies of insurance must be written with companies
authorized to transact business in the State of Florida and
are rated at least "A" as to management and class "V" as to
financial size in the latest edition of Best's Key Rating
Guide, published by the A.M. Best Company, Oldwick, New
Jersey.
Compliance with the insurance requirements shall not relieve
- the successful proposer of its liability and obligations
under this section or under any other portion of the
management agreement.
The successful proposer's insurance policies shall be
endorsed to name the City as an insured to the extent of the
City's interest arising from this agreement, to waive
subrogation, against the City, to expand coverage as required
herein, and to provide that. any failure of the successful
proposer to comply.with any policy provisions will not void
-
coverage for the City.
Where Applicable, the successful proposers' policies shall be
—
endorsed to include a severality of interest (cross -
liability) provision so that the City will be treated as if a
22 90-
53 .
t
L1 -
t^SI
y
W
. `N
separate policy were its existence without increasing the
policy limits of liability.
The insurance requirements contained in this proposal
represent minimum amounts of insurance which in the opinion
of the City are necessary to protect the City'a interact.
They are not intended nor in any way represent the type or
amounts of insurance that are sufficient or adequate to
protect the successful proposers' interest,
it at any time the City feels that insurance requirements
imposed upon the successful proposer are insufficient to
protect the City's interests, the City does reserve the right
to modify or change the insurance requirements at that time.
Property Coverage:
The successful proposer will be expected to purchase
insurance to cover all risks of loss including flood
coverage, to the buildings/structures and personal property
to be build on the premises, on a replacement cost basis,
with co-insurance waived by an agreed amount endorsement.
The policy or policies of insurance may contain a deductible
which must be approved in advance by the City.
All builders's risk policy during construction shall be
purchase by the successful proposer.
Workers' Compensation:
The successful proposer will be responsible for securing
workers' compensation insurance for statutory obligations
imposed by the workers' compensation laws of the State of
Florida and where applicable, the United States
Longshoremen's and Harbor Workers Act, the Federal Employees
Liability Act, and the Jones Act.
General Liability:
The successful proposer will be expected to purchase and
maintain in force during the term of this agreement general
liability insurance coverage on the comprehensive general
liability form.
The successful proposer will be expected to maintain a
minimum of a combined single limit of two (2) million dollars
per occurrence for bodily injury and property damage
liability. The required limits of liability may be satisfied
by a combination of underlying and umbrella or excess
coverage.
The comprehensive general liability insurance is expected to
include in addition to premises and operation coverage,
products and completed operations coverage, broad form
x _
property damage liability, independent contractors coverage,
personal injury liability coverage, and contractual liability
covering the liabilities assumed by this agreement.
Excess umbrella Liability:
The limits of liability required by this section may be
satisfied by a combination of underlying and umbrella/ezcens
coverage.
Umbrella liability coverage is preferred, but an equivalent
excess liability form may be used. However, in no case may
excess coverage be utilized if such coverage is more
restrictive than the underlying coverage.
4. Performance and Payment Bond
Payments and performance bonds complying with 255.05, Florida
Statutes (1987), issued by Florida licensed surety companies
and subject to the Insurance Manager and City httorney's
approval must be furnished by the successful proposer.
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 Contractor 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 management 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 contractor under the management
agreement.. The bond shall be in an amount closely to cost of
construction and subject to the approval of the City
Insurance Manager and City Attorney and comply with Section
255.05, Florida Statutes (1987).
5. Indemnification
The successful proposer covenants and agrees that it shall
indemnify, hold harmless, and defend the City, its officials
and employees, from and against any and all claims, suits,
action, damages or causes of action arising during the term
of the management agreement for any personal injury, breach
of contract, negligence, inadvertence, construction claims,
defects, losses, delays, stoppages and/or defects and/or
mistakes, loss of life, or damage or loss to property and all
actions arising, in tort or in contract in law or equity, by
virtue of the agreement granted, sustained in or about the
premises, or any violation of a law, covenant, restriction,
rule or regulation or any claim or suit of any nature arising
from proposer's use of the property, by reason of or as a
result of the proposer's occupancy and use thereof, acts or
omissions to act, from the acts or omissions to act of the
24 1
94—
i
City# and will indemnify, pay and discharge from and against
any—orderal.I.Judgiaents or degrees which may be entered
thereon, and from, and against ail costs, attorneys fees
(inclbdin4 appellate fees), ekpenaes send liabilities incurred
in and about the defense of any such claim and the
investigation thereof. The independent and separate
consideration for thia indemnity is the award of this
contracts
6. Assignment
No assignment of the agreement or sub -contract or any
interest therein, or any portion or part thereof, shall be
allowed except by and virtue of prior, formal approval
granted by the City Commission, in their sole discretion, who
may in relying upon their consideration of the skill,
integrity, reputation and ability, financial acumen of the
proposed assignee and may unreasonably withhold their
consent.
7. Restrictions on Use
Authorized principal uses
Authorized accessory use
Compliance with Building, Zoning and Planning Laws
8. 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
9. Preparation of Premises for Development
Property offered "as is"
Developer assurance
The City expressly. disclaims any express warranty or implied
warranty of merchantability or fitness for a particular
purpose as to such site and/or property
10. Operation and Management of Premises
Description of premises
Operation and maintenance standards of subject property and
cemetery
25 90—
531
5
;t
M,
+'I l
#}
1l& tquity Capital and Mortgage Financing
Tr
lifficient Funds to Construct Improvements
x
, Notifiaation of Securing Suffidient Funds
onttaotor to Furnish Name and Address of Mortgagee
}
-Contractor to .Notify City of Other Encumbrances
�=
Eights and. Duties of Mortgagee
No mortgaging, lien, pledged of underlying
land..owned by City
—
12. Public Charges/Fees/Taxes
Covenant for Payment of Public Charges
�w
;
Evidence of Payment of Public Charges
,t
utilities:
The successful proposer shall pay for all utilities consumed t
on the premises as well as any connection and installation
charges thereof
Taxes:
The successful proposer shall pay any and all taxes that may
be assessed on the property and/or the improvements thereon
by any governmental agency.
Sales Tax:
The successful proposer shall pay sales tax on the annual
guaranteed payment amount to the City
13. Maintenance, Repair and Replacement
Maintenance and Repair
Reserve for Replacements
Waste
Alterations of Improvements
14. Condemnation
Adjustment of Payment
Proration of Condemnation Awards
Partial Taking
Temporary Taking
Award Taking
Definition of Taking
15. Default - Termination
Default by Contractor
Events and Acts of Default
Default by City
Obligations, Rights and Remedies Cumulative
Acceleration by City of Payments
26
T
90
4
t
a
4
1 rl,
v t
i y
Non -Action or Failure to Observe provisions Hereof
fth=PerforManCe bue to Causes Beyond Control of parties
urtender of Premises
Ownerahip of Equipment and Furnishings on Termination
Party In Position of Surety And insurance Company
Respect to.bbligatons
Remedies upon Defaults City's Right to Reenter and
Premises
16. Examination ofpremises
With
Retake
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 the exercise of its
rights or functions.
17. Audit Rights
The City reserves the right to audit, inspect, copy, the
books and records of the successful proposer with respect to
the agreement and proposers operations relating thereto, at
any time upon reasonable notice during the performance of the
agreement.
16. 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 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
management agreement.
19. 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 such 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 agreement,
shall be subject to the more restrictive laws regarding
conflict of interest promulgated by federal, state or local
government, as applicable.
27
{
s
90 531
..
21).
RonDiscrimination
4
The successful proposer agrees that there will be no
discriMinati+bn against any person on account of race, color,
sex, religious creed, ancestry, national origin, mental or
£:
phyaioal handicap in the use of the demised premises and the
improvomenta thereon.
x,
21�
Rules and Regulations
The successful "proposer agrees that it will abide by any and
3
all ordinances# resolutions, rules and regulations pertaining
to the use of the premises which are now in effect, or which
may at any time during the term of the agreement be
X,
promulgated by the City.
22.
Compliance with Federal, State and Local Laws
The successful proposer shall comply with all applicable
laws, ordinances and codes of federal, state and local
governments.
23.
Minority Procurement Compliance
The successful proposer acknowledges that it has been
furnished a copy of ordinance No. 10538, the Minority/Women
Business Affairs and Procurement Program ordinance of the
k}
City of Miami, (Appendix "B") and agrees to comply with all
applicable substantive and procedural provisions therein,
�L
including any amendments thereto.
24. Miscellaneous
As applicable
28
M
0:
. ROM
CITY CAP MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
Honorable Mayor and Members
of the City Commission
C Aar.H. Odio
Cit ►"anager
DATE : JUL ' 3 1990 FILE
SUBJECT : Resolution Authorising
issuance. of UDP/RFP fo
Property Adjacent to
REFERENCES : City Cemetery
For July 120 1990 City
EWLOWAES : Commission Meeting
" ..r.■■srrrrr■r
_. ■
UCoPMEDATxoN:
It is respectfully recommended that the City Commission adopt the
attached Resolution, with attachments, authorizing the issuance
of a Request for Proposals (RFP) on July 250 1990,-'in
substantially the form attached, •for the Unified Development of
mausoleum use on approximately .85 acres' of City -owned -property
located between North Miami Avenue and Northeast 2nd Avenue on
Northeast 19th Street, adjacent to the City of. Miami Cemetery:,,
selecting A certified public accounting firm and Appointing.
members to a review committee to evaluate proposals and report
-
findings to the City Manager as required by the City Charter a t
Code..
BACIKG ROUND: •
The` Department. of Development recommends that at the conclusion
of the Public Hearing, 'for the Unified Development of the
Property adjacent to the City of Miami Cemetery; the City.
Commission authorize the issuance of a RFP, which includes
provisions for the improvement and maintenance of the Cemetery;
select 'a certified public accounting firm and appoint members ` of
a review committee to evaluate proposals and report findings to
the City Manager as required by the City Charter and Code for.
-
this Unif•f.ed .Development Project.
4n April 26,. 1990 by'Resolution No. 90-0320, the City Commission
determined that ••for the .development of mausoleum use :•on "
approximately .85 acres .of City -owned property, located-be°taee4
North Miami Avenue and Northeast 2nd Avenue - on Northeast. loth
Street adjacent to the City. of Miami Cemetery, -it is " M4st
advantageous for the City to use the Unified Development Project
process.
Pursuant, to' the aforementioned Resolution, it was- 46termi'ne4 that.
#or the- development of these improvements, the -City procurq� €rola'
t
the private sector an. integrated package that includes plaaniag.
design, construction', leae,ing.and mana8ement.
:
a
Due to the nature of the proposed
P Project, the City of, Miem,�,
Commission approved a Resolution . on June 28, 1990 gmendig,.;
'µ
d.
[
-
r
f $
-
.k:
.
-
1
7..
�F a
t
i
-
Honorable Mayor and
1.A -
Mlembers.of the City Commission
`
Page 2
Resolution No. 90-0320 thereby providing that leasing not be
Ay
included and that the City procure from a private person the=;
following integrated package:
Planning and design, construction, and management.
.f
Charter Section 29-A(c), requires that the City Commission hold a
Public Hearing to consider the contents of the Request for
Proposals (RFP). The Public Hearing has been set for .,the July
12, 1990, City Commission Meeting at 11:00 a.m. and has been duly
advertised.
At the,.conclusion of this Public Hearing, the City Commission, if
disposed to proceed, authorises the issuance of a RFP for this
UDP, selects a certified public. accounting firm- and appoints
members to a review committee to evaluate proposals and render, a
written report to the City Manager.
t
The certified public accounting team composed of the hispanic-,
owned firm of Jordan._, Abella and Company and. the female -owned
firm of Aida E. Briele 6 Associates, is recommended as the CPA
firm for this project. This firm was ranked as•aumber one out of
a total of five submissions of 'qualifications .received and
evaluated by the City.
}
�A
The following individuals, three representatives of the public
and two City employees are recommended for appointment to the:
review committee that will evaluate forthcoming proposal
submissions and render a written report ,of its findings ,to.the
-s
City Manager:
MEMBERS OF THE PUBLIC
t ti
Lester Goldstein Attorney at Law•
-
Temple Israel of .Greater ,Miaiai
i
Della L•. •Hatch Planner
Dade County Public Schools
�.
Darwin Gearhart Chairman
Funeral. Services Depa�ttatent ;
Miami. Dade Community College
,.
5
90
igF1 iS'1
_tZ
yy y
a +'S5:Z4'.s,...,r:: SP p�4-+'t?1r'�,'�lN.�•4P'Y
F •
.t
rvs
VY
�f
.,M
i §
Honorable Mayor and
`
Members of.the City Commission
{
Page 3
CITY EMPLOYEES
Ana Celabert Architect/Landscape Architect
Planning Department
Albert Ruder Director
Parks, Recreation 6 Public
Facilities Department
The' anticipated Unified Development Project schedule for the
Property adjacent to the City of Miami Cemetery is as follows:
Issuance of Request for Proposals July 26, 1990
Proposal Pre —Submission Conference August 9, 1990
Location: Dept. of Development 10:00'a.m.
300 Biscayne Blvd. Way
—
Suite 400
-
Miami, Florida
Proposal Submission Deadline October 26, 1990
Location: Office of the City Clerk 2:00 p.m.
n"
u
Miami City Hall
3500 Pan American Drive
Miami, Florida
.,
CPA Firm Evaluation of Proposals November 1990-January 1991
.Review Committee Meetings November 1990—January 1991
Review Committee Interviews
'r
with Qualified Proposers January, 1991
Recommendation from the Review
Committee and CPA Firm to the
City Managar February,•'1991
_ Ra'aostmendation from the City Manager •,
to the City Commission for
j
Selection of a Proposer March, '1991.
It is recommended that the -attached Resolution be adopted, 'to
Its entirety, authorizing' the RFP be issued on July 268'' 1990
with proposals due October 26 1990.op
Attachments:
�}
Proposed Resolution
Draft .RFP s
as
2
90
4c r ;1