HomeMy WebLinkAboutR-90-0049J-89-947
1/3%90
RESOLUTION NO. 90-0049
A RESOLUTION, WITH ATTACHMENT, AUTHORIZING
THE ISSUANCE OF A UNIFIED DEVELOPMENT REQUEST
FOR PROPOSALS (RFP) ON JANUARY 26, 1990, IN
SUBSTANTIALLY THE ATTACHED FORM, FOR THE
DEVELOPMENT OF RESTAURANT AND MARINE SERVICE
USES, ON CITY -OWNED PROPERTY LOCATED ADJACENT
TO 3601 RICKENBACKER CAUSEWAY, MIAMI,
FLORIDA, MORE COMMONLY KNOWN AS THE "VIRGINIA
KEY BASIN PROPERTY"; 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 September 14, 1989, by Resolution No. 89-804,
the City Commission determined that for the development of
restaurant and marine service uses, on City -owned property
adjacent to 3601 Rickenbacker Causeway, Miami, Florida, more
commonly known as the "Virginia Key Basin Property", it is most
advantageous for the City to use the UDP process to acquire the
following integrated packages
- Planning and design, construction, leasing and
management; and
WHEREAS, 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, Charter Section 29-A(c) further provides that at
the conclusion of the public hearing, if the City Commission is
disposed to proceed, it shall 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 tsanager; and
CITY COMMISSION
MEETING OF
JAN 11
WHEREAS, pursuant to the said Resolution a public hearing
- has been held on January 11, 1990 at 11:10 A.M. to consider the
above actions;
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'l/ on ,January 26, 1990, in
substantially the attached form, for the development of
restaurant and marine service uses on City -owned property
adjacent to 3601 Rickenbacker Causeway, Miami, Florida, more
commonly known as the "Virginia Key Basin Property" and more
particularly described in the RFP.
Section 2. The certified public accounting firm of
Sharpton Brunson and Company in association with Aldo Lastra,
Inc., is hereby selected to analyze said proposals and render a
written report of its findings to the City Manager.
Section 3. The following seven 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:
MEMBERS -OF THE PUBLIC
Jose Arellano Robert Zullo, Esq.
President Operation Manager
Miami Rowing Club Firehouse Four
Restaurant
Charles Ankrum
Commodore
Power Boat Racing Assoc.
Ana Gelabert
Planning Department
Albert Ruder
Parks, Recreation & Public
Facilities Department
Dick Briggs
Director
Marine Council
Adrienne Macbeth
Office of Minority,
Women & Business
Affairs
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�
Section 4. This Resolution shall become effective
immediately upon its adoption.
PASSED AND ADOPTED this lith day ofJanuary , 1990.
t
K20�i4
VIER L. SUAREZ, MAYOfr
A s
Y HIRAI, CITY CLERK
PREPARED AND APPROVED BY:
/ l/ C
r
LINDA K. KEARSON
ASSISTANT CITY ATTORNEY
APPROVED AS TO FORM AND
CORRECTNESS:
-3-
f
tF12ATF1
I
REQUEST FOR PROPOSALS
FOR THE
UNIFIED DEVELOPMENT
d
OF THE
VIRGINIA KEY BASI11T PROPERTY
MIAMI, FLORIDA
(located adjacent to and immediately west of Miami Marine Stadium
on the southerly shoreline of the Marine Stadium Basin)
January 26, 1990
CITY OF M Alti I
Xavier L Suarez, Mayor
Miller J. Dawkins, Vise Mayer
Dr. Miriam Alonso, Commissioner
Victor De Yurre, Commissioner
J.L Plummer, Jr., Commissioner
Cesar H. Cklio, City Manager
Jorge L Fernandez, City Attorney
Prepared by: Department of Development & Housing Conservation
b Development Division
300 Biscayne Blvd. Way, Suite 400
Miami, Florida 33131; Tel. (305) 372-459=0
Proposals Due: 2:00 p.m., Friday, April 27, 1990
Location: City"s Clerk's Office, Miami City Hall
3560 Pan American Drive
Miami, Florida 33133
Q t1l of �Ifinlni,
a Ta
XAVIER L, SUARE7
MAYOR
Gentlemen:
P. 0. Box 330708
MIAMI. FLOPIDA 33933-0709
305 - 579 - 6010
January 26, 1990
Thank you for your interest in the Unified Development of an
approximately 2.88 acres City -owned site located adjacent to and
immediately west of Miami Marine Stadium on the southerly
shoreline of the Marine Stadium Basin, Miami, Florida, more
commonly known as the "Virginia Key Basin Property."
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,
April 27, 1990. The City retains the option to require a more
extensive and detailed submission prior to final selection of a
developer should the selection process warrant a second stage
review, as well as the right to reject all proposals through and
including up to the time the City Commission selects a proposer
and approves the execution of a lease 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 or during the Unified Development Project
evaluation process. All information and material submitted will
be carefully analyzed and independently verified.
Proposals must present a definitive development program; project
definition, site plan and design concept; development and
implementation schedules, financial strategy, management plan and
respecting all requirements of this Request for Proposals to form
the basis for selection by the City.
90- 0049
Contact with City employees, except for public hearings 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 designee, Herbert J. Bailey,
Assistant City Manager, and City staff assigned to this project.
Discussion of any aspect of a proposal with City staff not so
designated, City agencies, members of the appointed review
committee or the accounting firm selected to evaluate proposals
may disqualify a proposer in the sole and exclusive discretion of
the City Manager.
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, 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
Wednesday, February 7, 1990 at 10:00 a.m. at the Department of
Development, 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 invited to attend.
Proposals must be delivered to Matty Hirai, City Clerk, (First
Floor Counter), City Hall, 3500 Pan American Drive, Miami,
Florida 33133 by no later than 2:00 p.m., Friday, April 27, 1990
and will be publicly opened on that day.
Si
nc ely,
Cesar H. Odio
City Manager
90-0049
'FABLE OF CONTENTS
Page
I. PUBLIC ......................
1
II. PROJECT OVERVIEW
A.
Summary ............... ..........................
2
Figure 1. Regional Location Map ..............
3
Figure 2. Area Location Map ..................
4
B.
Site Location ...................................
5
Figure 3. Project Location Map ...............
S
C.
Project Parcel Description ......................
5
D.
Unified Development Project Schedule............
7
III. REQUEST FOR PROPOSALS LEGAL REQUIREMENTS
A.
Unified Development Projects ....................
8
B.
Commitment of Funds .............................
8
C.
Commitment of Property ..........................
8
D.
Commitment of Services ..........................
9
E.
Execution of Contracts ..........................
9
F.
Right of Termination.......... ..................
9
G.
Definition of Uses ..............................
9
IV. PROPOSAL DEVELOPMENT CONSIDERATION'S
A. Development Objective ........................... 10
B. Termination of Existing Leases and Restaurant
Operations ...................................... 10
C. Lease Term ...................................... 11
D. Annual Lease Payment ............................ 11
E. Use ..................... ........................ 11
F. Adjacent Property Consideration ................. 11
G. Site Improvements ............................... 11
H. Parking ......................................... 12
I. Permitting ...................................... 12
J. Architectural Treatment of Improvements......... 12
K. Estimated Construction Costs .................... 12
L. Project Financing Strategy ...................... 13
M. Development Schedule ............................ 13
N. Method of Operation ............................. 13
O. Minority Participation .......................... 13
P. Contract Terms .................................. 13
V. PROPOSAL FORMAT
A. Credentials ..................................... 15
B. Project Proposal ................................ 16
C. Additional Requirements......................... 16
VI. EVALUATION CRITERIA
A. Review Committee Evaluation Criteria............ 18
B. CPA Firm Evaluation Criteria .................... 20
TABLE OF CONTENTS ( CONT' D . )
VII. TERMS AND CONDITIONS TO BE CONSIDERED IN THE
TEASE AGREEMENT
A. Authorization ................................... 21
B. Terms and Conditions ............................ 21
VIII. PROPOSAL SUBMISSION PROCEDURES ......... ....... o... ..: 26
APPENDIX A. Virginia Key Master Plan Development
Concepts
APPENDIX B. City of Miami Charter and Code Sections; Referenced
Legislation
APPENDIX C. City of Miami Minority and Women Business
Affairs and Procurement Ordinance No. 1.053E
APPENDIX D. Current Lessee Letter of Commitment
EXHIBIT I. Sketch of Property Survey
EXHIBIT II. Declaration, Professional Information and Financial
Disclosure Forms
I. PUBLIC NOTICE
The City of Miami is inviting interested parties to submit Unified
Development Project (U.D.P.) proposals for the planning and design,
construction, leasing and management of approximately 2.88 acres of
City -owned land located adjacent to and immediately west of Miami
Marine Stadium along the Marine Stadium basin shoreline in Miami,
Florida for restaurant and marine -related commercial and recreational
uses. The waterfront parcel includes approximately 280 linear feet of
frontage along the basin shoreline.
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, 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 Tuesday,
February 7, 1990, 10:00 a.m., at the City of Miami Department of
Development. 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., Friday,
April 27, 1990, 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
Proposals shall be rejected by the City prior to the Unified
Development Project evaulation process. 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 dollar
y. amount return 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.
Ordinance No. 10538 estabishes a goal of awarding 511 of the City's
total dollar volume of all expenditures for all goods and services to
Black, Hispanic and Women Minority Business Enterprises on an equal
basis.
Minority and women vendors who are interested in submitting bids and
wro are not registered with the City as minority or women vendors are
advised to contact the City of Miami Minority/Women Office, Dupont
Plaza Center, 300 Biscayne Boulevard Way, Suite 400, phone 579-3366.
Cesar fi . Od io
City Manager 90���
a
Adv. #318
so"itux
WW t9
'Y7 --I
11
0
11. PROJECT OVERVIEW
A. Summary
The City of Miami is extending invitations to qualified and
experienced developers to submit proposals for development of a
restaurant and marine -related or dependent commercial and
recreational uses on approximately 2.88 acres of waterfront land on
Virginia Key along the Marine Stadium Basin shoreline. The City -
owned parcel is located between the Miami- Marine Stadium, a public
facility operated by the City of Miami, and a boat ramp and dry rack
storage facility operated privately as a land lease from the City.
Virginia Key, a barrier island, is located in Biscayne Bay midway
between Key Biscayne and the mainland as shown in Figure 1.
"Regional Location Map" and the Marine Stadium basin is adjacent to
Rickenbacker Causeway as shown in Figure 2. "Area Location Map".
On July 23, 1987, the City Commission passed Resolution 87--760
adopting in principle the Virginia Key Master Plan, that among other
things, set forth a general development and implementation program
for publicly owned properties on Virginia Key, and is included
herein as Appendix A.
On September 14, 1989 the City Commission adopted Resolution 89-771
declaring that the most advantageous method to develop certain
improvements on the Virginia Key Basin 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
89-771 further authorized the preparation of a Unified Development
Request for Proposals (RFP) and scheduled a Public Hearing for
October 12, 1989 that was continued to January 11, 1990 to take
testimony regarding the Request for Proposals and to authorize
issuance of the RFP.
At the conclusion of the Public Hearing on January 11, 1990, 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 B.)
_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 uriCar a property lease agreement with the City
of Miami.
2
IE
1 -1
FIGURE 1
IEGIONAL
CATION
4b
- v
FIGURE 2
a
B. Site Location
The Virginia Key Basin site, shown in Figure 3. "Project Location
Map," is located along the Marine Stadium Basin shoreline between
the Stadium and a public boat ramp and boat yard. The Virginia Key
Master Plan, adopted in 1987, recommends a reorganization of the
leasehold areas west of the Marine Stadium to provide a more
efficient use and higher quality design of the boat yards and
recreational facilities. To accomplish this, the plan proposes that
the existing restaurant use located within a parking lot be moved to
the shoreline, and an area of ground storage of boats and marine
equipment be converted to public parking serving the restaurant use
and marine stadium. This U.D.P. seeks to implement these specific
objectives of the adopted Master Plan.
The project site consists of two parcels: Parcel B, approximately
2.27 acres currently used for surface storage of boats and
miscellaneous equipment (of which .5 acres consists of entrance
drives for Marine Stadium that will remain); and a portion of parcel
1-B, approximately 1.11 acres, currently a boat ramp and vacant
land. Both parcels are currently under lease to Marine Stadium
Enterprises. (Refer to Exhibit I. "Sketch of Property Survey" for
detailed property description.)
C. Project Parcel Description
1. Owner: City of Miami
2. Address: adjacent to 3601 Rickenbacker Causeway
3. Legal Description:
Restaurant/Marine Service Area (portion of Parcel 1-B of
_ Rickenbacker Marina Survey) - Commence at the Southeast
Corner of Section 17, Township 54 South, Range 42 East;
Dade County, Florida; thence along the south line of said
section 17 north 89 degrees 56'49" west for 2,649.84 feet
to its intersection with the Center Line of "Rickenbacker
_ Causeway" as shown in "The Metropolitan Dade County
Bulkhead Line" according to the plat thereof as recorded in
plat book 74, at Page 9, sheet No. 2 of the public Records
of Dade County, Florida; thence along said Center line
North 45 degrees 22' 07" West for 3,073.07 feet; thence
North 44 degrees 37' 53" East for 446.57 feet to the point
of beginning of the hereinafter described parcel of land;
thence North 44 degrees 37' 53" East for 276.00 feet;
thence N 75 degrees 22' 07" West for 280.00 feet; thence
South 14 degrees 37' 53" West for 24.97 feet; thence South
44 degrees 37' 53" West for 114.37 feet; thence S 45
degrees 22' 07" East for 230.00 feet to the point of
beginning. Containing 1.110 acres more or less.
Parking Area - (Parcel B less the southeasterly 120 feet) -
Commence at the southeast corner of Section 17, Township 54
South, Range 42 East; Dade County, Florida, thence along
5 90-0049
90--0049
.� 4 f r .. !'.s°sL' 'RL5 , ., '�eA:+��. Y '• . y .• �+..'�? � A�"I�' - - -+� ^'^ - . .a'*:..: , :.�;'
yMIAMI
9n@ie� CITY ww �.
LIMITS .1
a p PAR(r'0F.-
jA
PARCEL 1-B_ - - - ,� �.. r °. '�Ra •,kC0U1� T Y.-:., -,. .y
MIAMI MAA. STADIUM_ PROK t�
r p 4t REsf ANT SITE66,
r
exlstin a��..�a. :;w F xr
$S au.ran -aliOF PA4RCEt,, 6 4 , s ►+ '
Phi O P 4 S E
•"�' „�x� ° we �..� ,RING f .+,: y�`J. - -,
(axIstIn9 boa# Ito r as $)
-� is ��• ��L '• - 'Y.n��.n,„--"!_� ` , _. .�_- �.
SITE LOCATION MAP
the south line of said section 17, N 89 degrees 56' 17" W
2,649.84 feet to its intersection with the centerline of
Rickenbacker Causeway as shown on the Plat of the
Metropolitan Dade County Bulkhead tine as recorded in Plat
Book 74 at Page 9 of the Public Records of Dade County,
Florida; thence along said centerline N 45 degrees 22' 07"
West 2523.0 feet to a point, thence N 44 degrees 37' 53"
East 241 feet feet to the Point. of Beginning of the herein
described tract of land; thence N 44 degrees 37' 53" West
180 feet to a point, thence S 45 degrees 22' 07" West to
the Point of Beginning. Containing 2.27 acres more or less.
4. Area: Restaurant/Marina Services - 1.110 acres
Parking - 1.774 acres (not counting southeasterly
120 .feet of Parcel B to remain as Stadium entrance).
5. Zoning: Restaurant area - BU-lA (Metropolitan Dade Co.)
Parking area - GU (Metropolitan Dade Co.)
6. Present Use: Restaurant area - vacant
Parking area - boat and miscellaneous storage
7. Existing Improvements: none
8. Water Frontage: Approximately 280 linear feet
D. Unified Development Project Schedule (Anticipated)
Issuance of Request for Proposals
Proposal Pre-Subirtission Conference
Location: Dept. of Development
300 Biscayne Blvd. Way
Suite 400
Miami, Florida 33131
Proposal Submission Deadline
Location: office of the City Clerk
Miami City Hall
3500 Pan American Drive
Miami, Florida 33133
CPA Firm Evaluation of Proposals
Review Committee Meetings
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
January 26, 1990
February 7, 1990
10;00 a.m.
April 27, 1990
2:00 p.m.
April - June 1990
April - June 1990
April - June 1990
June 1990
July 1990
0
LA
III. REQUEST FOR PROPOSALS LEGAL REQUIREMENTS
A. Unified Development Projects
The City of Miami Commission has determined that for the development
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
Section 29-A. (c) and defined in the City of Miami Code Section 18-
52.9 for Unified Development Projects, incorporated herein by
reference and included in Appendix B.
B. Commitment of Funds
1 . City
The City shall provide no direct or indirect financing to the
development.
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.
The successful proposer shall provide funding for the purchase of
remaining leasehold rights in the subject sites and for compensation
to the operator of the existing adjacent restaurant operation for
its removal (see section IV.B.).
The successful proposer shall provide funding for the improvement of
the adjacent public site to enhance its public use (see section
IV.F.)
The successful proposer shall provide funding to reimburse the City
for direct costs incurred in evaluating all proposal submissions,
including, but not limited to advertising, printing, appraisal fees
and the professional services cost of a certified public accounting
firm selected by the City Commission.
C. Commitment of Property
The City will enter into a property lease agreement with the
successful proposer for the parcels 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 will 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.
j
All leasehold improvements shall revert to the City, in which fee
simple title shall vest, upon the expiration of the lease term.
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. The City is prohibited from favorably
considering any lease of property, unless, among other things, there
shall have been at least three written proposals received from
prospective lessees (refer to Section VII.B.3.).
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.
F. Execution of Contracts
All contracts for Unified Development projects shall be signed by
the City Manager or his duly authorized designee after approval
thereof by the Commission. The provisions of 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 Nearing. 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.
G. Definition of Uses
Proposals must include a definitive development program, including
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.
9 90-0049
IV. PROPOSAL DEVELOPMENT CONSIDERATIONS
Respondents to this invitation are advised that the following
factors must be considered and adhered to in the development of
project proposals and will be critically evaluated.
A. Develorment 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 Marine
Stadium basin waterfront is reserved. The project shall 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 BU-IA zoning (Metropolitan Dade
county Code). Improvements shall be responsive to the character,
environmental and design factors inherent to the Miami Marine
Stadium Basin 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 sillouette as viewed from the Basin and parking areas
adjacent to Marine Stadium. The project shall relate to the
water's edge with respect to enhancing the general public's
increased visual and physical accessibility to the basin.
It is a primary objective of this project to eliminate the existing
restaurant operation (otherwise known as "Bayside") within the
parking lot of the adjacent leasehold as a condition for
constructing a new restaurant and marine services facility on the
waterfront. The objective of the Virginia Key Master Plan, upon
which this project is based, is to in -effect move the existing food
service facility adjacent to the project site to the higher amenity
project site waterfront location and thereby eliminate, as well,
the present functional conflicts between the current restaurant and
boat storage operations. A secondary objective is to eliminate the
surface storage of boats within Parcel B and convert the area to
needed automobile parking.
B. Termination of Existing Leases and Restaurant Operations
The successful proposer must, prior to execution of execution of a
—j lease agreement for the project site, successfully negotiate with
the current lessee the purchase of remaining leasehold interests in
the project site, and must nogotiate satisfactory compensation of
the existing restaurant operator on the adjacent leasehold for
removal of the present restaurant operation, structure and
equipment {otherwise known as "Bayside"). A binding written
commitment of the existing adjacent restaurant operator and
restaurant site lessee to cease restaurant operations at the
existing site and remove the restaurant structure within 30 days of
the opening of the new project restaurant shall be provided by the
successful proposer as a condition of the project lease. Failure
10 90--0049
go-- i49
0
proposer, prior to lease negotiations with the
existing leasehold interests in the project site
binding written committment to eliminate the
t shall cause termination of this project.
.e of the project site has agreed to negotiate in
n an appraised fair market value, the sale of the
id interests in the site to the successful
radix D. - Current Lessee Letter of Commitment).
se agreement to be executed between the City and
-oposer shall be negotiated to compliment the
and/or the depreciation schedule.
anent
irn to the City for lease of the property shall
annual guaranteed rental payment of $200,000,
negotiated by -out of the existing leasehold
arcentage of gross revenues throughout the lease
greater.
ted in a zoning district intended for general
s and government uses.
responding to this Request for Proposals, the
the waterfront r.1roperty (portion of parcel 1-B)
-ant oriented to the waterfront and recreational
edge. Accessory uses that may be realistically
site, in addition to its principal uses, include
trine and recreational service uses permissible
In addition, floating docks for the temporary
ional boats seeking access to the restaurant and
ay be installed within the adjacent embayment
sever, such docks are permitable under applicable
-egulations for such structures and all required
ied by the lessee. The sole use of the inland
R) shall be for public parking to serve the
special events at the Miami Marine Stadium.
cty Consideration
rant site and the Marine Stadium facility exists
of vacant, unimproved public shoreline. It is
tion that the successful proposer shall fund and
.s to this area for a depth from the shoreline of
feet, that will enhance the publics use and
t. Such improvements may consist of walkways and
tture of which shall be reflected in the proposal
area is not a part of this R.F.P.'s leasehold
11 f)O 49
0
G. Site improvements
The property including all conditions, topsoil and subsoil on the
premises is offered "as is."
Required on -site loading 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.
All site improvements must comply with all applicable code
requirements. All signage shall be reviewed and approved by the
City of Miami Planning Department.
H. Parking
Minimum off-street parking requirements are to be achieved
principally by utilization of the Parcel B leasehold area to be
improved as a surface parking lot. Additional parking within the
adjacent City's Marine Stadium parking lot as may be required by
code or desired by the restaurant / commercial operator may be
negotiated and entered into as a separate agreement with the
Department of Parks, Recreation and Public Facilities and the City
Property/Lease Manager subject to the approval of the City Manager.
I. Permitting
The successful proposer shall be responsible for acquiring all
required permits, licenses and approvals from, but not limited to,
the Army Corps of Engineers, the State Department of Environmental
Regulation (DER), Metro Dade County Department of Environmental
Resources Management (DERM), the Dade County Building Department,
the Dade County Shoreline Review Committee and the City of Miami.
J. Architectural Treatment of Improvements
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 waterfront setting. The City does
not seek an architecture or a setting imitative of any other
geographic area. The appropriate context for the waterfront can
best be expressed through the use of indigineous 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.
The design of rooftops should be conducive to Least Tern nesting.
K. 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.
12
L. Project Financing Strategy
The proposer shall provide financing for all building and site
improvements including public spaces and amenities associated with
the development and, if necessary, for purchase of existing
leasehold rights and compensation of the existing restaurant
operator for loss of lease, building and equipment.
M. 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.
N. Method of Operation
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 restaurant operator, the
independent and experienced restaurant operator Faust be a member of
the proposer's team and must complete all applicable forms included
in Exhibit II.
0. Minority Participation
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 C).
Minorities are expected to be an integral part of the development
team, participate substantially in construction contract and jobs,
and comprise a significant part of the permanent management team,
as well as all businesses and work force created by the
development. For the purpose of proposal evaluation, significant
minority participation shall be defined as 17% black, 17% hispanic,
and 17% female.
13
w
P. Contract Terms
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 and
benefits for the City that the City, in its judgement, may seek to
include by way of negotiation.
14
.0. 8:
11
V. PROPOSAL FORMAT
Proposals submitted in response to this invitation must include the
following information:
A. Credentials
I. Identity of proposer, including the development team's
organizational structure and names and addresses of
principals.
2. Proposer's experience in development, operation and
management of specific types of uses proposed,
referencing specific projects and proposer's .role.
3. Complete and substantiated evidence of proposer's
financial capacity to undertake the project proposed.
4. Composition of development team (the proposer, its profes-
sional consultants, and operational manager(s)).
5. Development team's professional qualifications and
experience in design, construction and operation of types
of uses proposed.
The development team assembled in response to this invitation
shall, at minimum, demonstrate professional expertise in the
following disciplines (currently active licenses required):
I. Architectural: shall be registered to practice
architecture_ in the State of Florida as required by FS Chapter
481, Part I. Architecture;
2. Landscape Architectural: shall be registered to practice
landscape architecture in the State of Florida as required by
FS Chapter 481, Part II. Landscape Architecture;
3. Engineering: shall be registered to practice engineering
in the State of Florida as required by FS Chapter 471,
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;
5. Operations: shall be experianced in the types of uses
proposed;
6. Management: shall be experianced in the types of uses
proposed.;
7. Leasing: shall be experianced in commercial real estate
leasing.
s 94—{04 9
a
L]
B. Project Proposal
1. Development Plan:
Description of all aspects of the plan
Architectural character and features of the development
Number of buildings and use, square footage, height
Methods of, construction
Number of temporary boat moorings
On -site loading and service parking requirements
Proposed off -site parking, if any
Adjacent site improvements.
2. illustrative Drawings
(Shall be 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
4. A Feasible and Substantiated Financial Strategy
S. A Proposed Lease Term complimenting the financing strategy
and/or depreciation schedule
6. A Minimum Annual Guaranteed Rental Payment to the
City plus the projected dollar amounts for payment to the
City based on a Specified Percentage of Gross Revenues
Collected, in accordance with Section IV.D., throughout
the proposed Lease Term
7. Project Development and Operating Pro Formas of anti-
cipated project income and expenses projected for
length of lease term proposed
8. Project Implementation Schedule including all steps of
planning and design, construction and operation
9. Project Management Plan
C. Additional Requirements
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
of this document.
16
90-0049
3. Letters of commitment .from financial institutions docu-
menting the proposer's ability to finance all aspects of
the proposed development.
4. betters .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.
17
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 Manager.
At a public hearing held October 12, 1989 and continued to January
11, 1990, 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.
A. Review Committee Evaluation Criteria
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�
S. Overall project design ............................20%
6. Extent of minority participation ..................10%
Proposers are encouraged to have their proposals conform to the
following factors which will be utilized by the review committee
in evaluating the proposals:
I. 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,
18 90-0049
90- 49
.J "7 °'"'
- s
2. Capability of the Development Team (15%)
(a) Composition of the development team
(b) Professional qualifications of team members,
project managers, and consultants
(c) Specific capability and range of experience
in scope, complexity and adequacy of personnel to
successfully undertake and complete this project
for the types of uses proposed
(d) Good past performance in project administration
and in cooperation with former clients
(e) Ability to meet time schedules and budget
(f) Quality, organization and experience of opera-
tional management team
(g) Method of providing restaurant operation
including type and quality of food preparation
service, hours of operation, advertising and
promotion plans
(h) Method of providing operation and maintenance of
other types of uses proposed
3. Financial Capability, Level of Financial Commitment (20%)
(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) Financing strategy
(c) Access to construction and permanent financing
(d) Development schedule
4. Financial Return to the City (20%)
(a) Annual lease payment including a guaranteed
minimum annual rental payment and a percentage of
gross revenues for the duration of the lease
term.
(b) Dollar value, extent and timing of capital
improvements
19 90-°1)049
9 .49
(c) Any additional financial benefit to the City
5. Overall Project Design (20%)
(a) Fulfillment of the City's established development
objective
(b) Appropriateness and quality of the design as
related to its setting on Biscayne Bay
(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 architec-
tural 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 Participation (10%)
(a) Minority equity participation
(b) Minority participation within the development and
management team
(c) Contracting and hiring practices
(d) Opportunities for minorities, hiring outreach and
training opportunities in relation to management,
operation and maintenance of facilities
B . CPA Firm Evaluation Criteria
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.
20 90-0049
= 90-U049
VII. TERMS AND CONDITIONS TO BE CONSIDERED Ili THE LEASE AGREEMENT
A. Authorization
Upon authorization of the City Commission, the City Manager or his
designee shall negotiate all aspects of a lease agreement
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
B. 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 and a percentage
of gross revenues for duration of lease term.
Payment schedules
Right to audit
No counterclaim or abatement of minimum rental
3. Conditions for Lease
City of Miami Charter Section 29-8 (included in Appendix B)
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 proposed 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
City'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 acceptance is being considered is equal to
fair market value and the City Commission determines that
the lease will be in the City's best interest, then subject
to the approval of a majority of the votes cast by the
electorate at a referendum, the lease may be consummated.
CJ
+. insurance
Policies of Insurance
Certificates of Insurance
Types of Insurance
(City Insurance Manager to specify the types and amounts of
insurance required and retains right of approval 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, than, 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.
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
22 9OM-10049
Fir
9. Design, Engineering and Construction. of Tmprovements
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.
Developer assurance
11. Operation and Management of Leased Premises
Description of premises
Operation and maintenance standards
12. Equity Capital and Mortgage Financing
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.
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
23
}
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
Reserve for
Waste
Alterations
15. Condemnation
and Repair
Replacements
of Improvements
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
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 the 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
atany 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 -
24 90 49
3
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,
r and the Florida Statute, 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 la,4
and/or guidelines regarding conflict of interest
promulgated by federal, state or local government.
21. Non -Discrimination
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.
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
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
25
. .III ,..
VIII. PROPOSAL SUBMISSION PROCEDURES
Proposal submissions must be marked:
Unified Development proposal for the
Virginia Key Basin Property,
Miami, Florida
Proposals submissions must be received at:
Office of the City Clerk
City of Miami
3500 Pan American Drive
Miami, Florida 33133
One (1) original and twelve (12) copies of a complete proposal
submission in an 8-1/2"xl1" bound format and one set of board -
mounted illustrative drawings are required to be submitted by:
2:00 p.m., Friday, April 27, 1990
to the Office of the City Clerk
Exhibit II includes forms that must be submitted as a part of the
dvelopment proposal submission. The time deadline and location
will be firmly adhered to. No proposals shall be received after
2:00 p.m., Friday, April 27, 1990 or at any other City of_Eice
location except the Office of the City Clerk.
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.B.2.
26
90-00 `9
`3 1
Matins sadiu - as itfglaes" aoeta facility.
MARINE RECREATION
The unique dimensions of Virginia
Key that distinguish it from other
public lands and recreation space in the
region are its extraordinary natural
environment, its bay setting and
urparalleled access by water for marine
recreation programs. The following land
use policies reflect the goal of
optimizing the island's marine
recreational opportunities:
1) MARINE STADIUM AND BASIN
The future of powerboat racing in
Miami is uncertain, but has enjoyed
some renewed interest with the recent
surge in recreational motorboat
sales. Given this uncertainty, there
has been consideration of
transforming all or a part of the
basin into a marina and mooring basin
for sailboats. Projected demand for
boat slips (1986 Biscayne Bay Aquatic
Preserve Management Plan) shows need
for an additional 1000 wet and dry
slips (beyond those now planned) by
the year 2000. South Biscayne Bay is
a desired location for new slips
making Virginia Key an attractive
location. It is, however,
recommended that the basin be kept
open (not converted to a marina or
mooring basin) and available for
marine competitive boating events and
water ghouls. The recent three year
decline in sailboat sales and
contrasting rise in South Florida
Seaquarius, it is recommended that a
private management/promotion service
'.e contracted to operate the stadium.
Stadium management should join with
the Seaquarium to better schedule
events and gain advantage of natural
promotion opportunities to package
Stadium events and visits to the
Seaquarium and Planet Ocean. This
would further reinforce the proposal
for shared parking between the three
facilities. A logical extension of
the joint promotion/shared parking
arrangement would be the physical
linkage of the three facilities (4000
feet from 4arine Stadium to the
Seaquarium) with an overhead tramway
or people mover ;see ?rcoosea ;.and
Use graphic). 9alor event parking
77 attendance at racest or
same -day events on the :stand ._.
require remote spi.:over parking what
:culd be acccmodated on the for--er
w iunp sire (see preced:.ag iisccss:on
of Uncontrolled Lana I Site.
:o enhance spectator viewing for
major racing events, it is
recommended that shoreline viewing
areas southeast of the stadium and
along the opposite nortnern shoreline
be improved through increased
landscaping, removal of exotic plants
(Brazil.ian Pepper, Casuarina) and
regu=ar maintainance ana :rash
removal. The access r,ac that now
follows the perimeter of lie aasin
rom the stadium to the northwesterly ®__,(lo
basin terminus shou:.d be rp
relocated to .7 -0 J p
connect with the "treatment plant
access road" (see Land Use Plan
graphic), and rebuilt north cf that
A-1
power boat ownership raises further
questions as to the viability or need
for major new sailboat mooring areas.
Additional concerns about a
conversion, of the basin to a marina
involve water quality and the present
inability of tides and currents to
adequately flush the Stadium racing
basin, an important factor in marine
design. Hurricane hazards further
reduce the attractiveness of the key
for expanded wet or dry boat storage.
Alternatives exist in Biscayne Bay,
most notably Watson Island, the Miami
River, and Pinner Key, for new and
expanded wet and dry slip storage,
but no such alternative exists for
marine .racing events and water shows.
To maintain the economic
viability of the stadium, the stage
(barge) should be expanded and
permanently moored in front of
stadium (tc reduce major coats in
moving it). Programmed improvements
to the stadium seating area and
support facilities must be expedited.
If market analysis supports it,
expanded bleacher seating should be
provided at the sides of the stadium
(on land or floating wings) to
attract events in the *10,000 seat
range that are now lost to other
facilities in the area. Parking, a
critical need for major events,
should be expanded through joint -use
agreements with the Seaquarium and
Planet Ocean, which would yield a
potential 3000 total spaces. To
better complement with amphitheaters
to be built at Metrozoo and Bayfront
Park, and in recognition of the
proposed facility next door at the
♦ tnawy linkage of Mattes Stadiws. Miles Ocean
and site Saaasanua o andae.
The aottkets these of the beat* is needed fat tasctatet neviq.
— a
point. This would remove the roads
shoreline conflict with the Rowing
Club and Planet Ocean, and allow for
buse* and trams to bring spectators
to the basin's opposite shore for
major events.
2) COMMERCIAL MARINE SERVICES
Marine Stadium area provides for a
variety of commercial services that
enhRnee the public's access to and
use of the waterfront. The
accompanying graphic, Marine Stadium
Development _____Concept, provides
schematic recomee-- nd—ations for the
future use and organization of this
vital area. Thesc include:
A) Reorganization of the boat_
storage area to:
a) condense this area by
converting the surface
storage of boats (Marine
Stadium Enterprises) to more
efficient rack storage.
b) utilize the easterly portion
of area now in surface boat
storage (adjacent to stadium
entrance drive) for parking
to serve Marine Stadium and
relocated food service (see
below).
c) relocate present restaurant
from the center of the
parking lot to the indented
shoreline west of Marine
Stadium (leasehold expan-
sion). Add floating docks
(that could be moved for
racing events) for the
relocated restaurant. Added
parking adjacent to the
stadium will serve the
restaurant.
d) move boat ramp to westerly
edge of indented area.
e) provide direct vehicular
access from the stadium
entrance area to the
relocated boat ramp and
Fusty Pelican/Horatioa
restaurants.
f) move the Horatio's/Rusty
Pelican entrance drive
easterly twenty five feet to
allow for landscaping and
reduced pedestrian conflicts
in front of Horatio's.
A awe off swat wPslaslar of the autos awsles as is arid(.
MARINE STADIUM
DEVELOPMENT
CONCEPT
90--W49
A-2 114 J7" VI RG INIA KEY
.` M A S T E R -P ..;L ;A wore
90 49
Cm OF
HIM, CHMTER ASD coon
LiZL' RSLS1SS CED LttA7I-WATION
Charter section 29-A('c)
Charter section 29-3
Code Section 18i-52.9
y�
q
Resolution 87-760
u�
Resolution 89--804
Resolution 89--
127•E
CHARTER AND RMATED LAWS
Sec. 27-1E. Assessor to have power of county
assessor,, general assessment roil.
NM@-.Ths twr'm Attention is directed to the editor's note to
127.E of this charter.
Sec. 27-F. Signing and endorsing general as-
oesontent roll; return and presump-
tion of validity.
Nate —The ww'n Attention is directed to the editor's note to
127.0 of this charter.
Sec. 27-G. Copy of assessment roll annexed
to warrant commanding collection.
Elate -The umer'm Attention is directed in the editor's note to
127.8 of this charter.
Sec. 27.11. State law as to taxes applies.
Mote —Thin median ham haen mnb"minily changed, by in-
ference, inammuch as nww". Mont sad Collection for tax" Im
now the eitchisivP reml+nnAhility of Dnde County. The u1M'r'e
attention is directed to the editor's note to t 21.0 or this
charter.
ISec. 27.1. lteserved.j
Sec. 274. Discounts if taxes paid before cer-
tain time.
Noie—The dimemint ralem form"Iy met not in thin meet inn no
longer apply; (nr present rates, Pee FIR. Stets.. 1 191.41. The
inwr'm attention in almo directed to the edii»r'm note to 6 27-A of
this charter.
Sec. 27-K. When taxes become delinquent; in-
terest rates on delinquent taxes.
Note —The owr'm nttention is directed to the editor's note to
127-B of this charter.
Sec. 27-L. Tax certificates; interest rate them
on.
Note —The iner's attention is directed to the editor's note to
127.8 of this charter.
Sec. 28. Chief procurement officer.
(a) The city manager shall appoint a chief pro-
curement officer who shall supervise all purchases
for the city in the manner provided by ordinance
and who shall, tinder such promirement methods
as may be prescribed by ordinance, supervise sales
Supp. No. 28
9abpt. A
of All real Anil personal property of the city not
needed for public use or that may have become
unsuitable for use. The chief procurement officer
shall have charge of such storerooms and were.
houses of the city as the commisWon may by ordi•
nance provide. Be('ore any purchase or sale, the
chief procurement officer shall require that all
prescribed procurement procedures be followed.
Supplies shall not be furnished to any department
unless there be to the credit of such department
an available appropriation hnlnnce in exec." of
nil impnid obligation sufficient to pay for such
supplies.
(b) No contract for furnishing nnpplies or ser.
vices for the city, except an otherwise provided in
this charter, shall be made for a period of more
than one year.
(c) The chief procurement officer shall see to it
that all persona seeking to do business with the
city not discriminate against any employee or
applicant for employment because of age, race.
creed, color, religion, sex, national origin, Nandi.
cap, or marital status; and that they take aff ir-
mative action to ensure that applicants are em-
ployed and that employees are treated during em-
ployment without regard to their age, race, creed,
color, religion, sex, stational origin, handicap, or
marital status.
(d) The chief procurement officer shall he re-
"mnsihie for developing such minority procure-
meat program an may be prescribed by ordinance
and permitted by law.
Sec. 29-A. Contract.+ for personal property.
public works or improvements, uni-
fled development projects, and real
property; safeguards.
(a) Personal property. Any personal property,
including but not limited to supplies, equipment,
materials, and printed matter, may be obtained
by contract or through city labor and materials,
as provided by ordinance. All contracts for more
than four thoumnil five hundred dollars ($4,15M.00)
shall be awarded by the commission to the lowest
responsible bidder, after public notice and using
such competitive sealed bidding methods as may
be prescribed by ordinance; provided, however,
B-1
�11111=
Subpt. A CHARTER.
that if the amount of a bid or proposal submitted
by a vendor when primary office is located in the
City of Miami is not more than ten (10) percent in
excess of the lowest other responsible bidder or
proposer, such local vendor may be awarded the
contract, but the city manager or designee shall
have the power to reject all bids and proposals.
Notwithstanding the foregoing, the city manager
may waive competitive sealed bidding method's
by making a written finding which shall contain
reasons supporting the conclusion that competi-
tive sealed bidding is not practicable or not ad.
vantageous to the city, which finding must be
ratified by an affirmative vote of two-thirds of the
commission after a properly advertised public hear-
ing. When competitive sealed bidding methods
are waived, other procurement methods as may
be prescribed by ordinance shall be followed. All
invitations for bids, requests for proposals, or other
solicitations shall contain a reservation of the
foregoing right to reject all offers. All contracts
for personal property in excess of four thousand
five hundred dollars ($4,500.00) shall be signed
by the city manager or his designee after approval
thereof by the commission. This Section shall not
apply to transfers to the United States or any
department or agency thereof, to the State of Flori-
da, or to any political subdivision or agency thereof.
(b) Public works or improvements. Any public
work or improvement may be executed either by
contract or by the city labor force, as may be
determined by the commission. There shall be a
separate accounting as to each work or improve-
ment. Before authorizing the execution by the
city labor force of any work or improvement or
phase thereof, the city manager shall submit to
the commission a description of the anticipated
scope of work and related cost estimates. All con-
tracts for more than ten thousand dollars ($10,-
000.00), which shall include contracts under which
improvements valued in excess of $10,000 are to
be constructed for the city, shall be awarded to
the lowest responsible bidder after public notice
and using such competitive sealed, bidding meth-
ods as may be prescribed by ordinance; provided,
however, that if the amount of a bid or proposal
submitted by a contractor whose primary office is
Incntctl in the City of Miami is not more than ten
(10) percent in excess of the lowest other respon.
Rupp. No. 29
B-2
6 29-A
Bible bidder or proposer, such local contractor may
be awarded the contract, but the city manager or
designee shall have the power to reject all bids
and proposals. Notwithstanding thie foregoing, the
city manager may waive competitive sealed bid-
ding methods by making a written finding that a
valid emergency exists or that there is only one
(1) reasonable source of supply, which finding must
be ratified by an affirmative vote of two-thirds of
the commission after a properly advertised public
hearing, When competitive sealed bidding meth-
ods are waived, other procurement methods as
may be prescribed by ordinance shall be followed.
All invitations for bids, requests for proposals, or
other solicitations shall contain a reservation of
the foregoing right to reject all offers. Contracts
for public works or improvements shall be signed
by the city manager or his designee after approval
thereof by the commission.
When it becomes necessary in the opinion of
the city manager to make alterations or modifica.
tions in a contract for any public work or im-
provement, such alterations or modifications shall
be made only when authorized by the commission
upon the written recommendation of the city man-
ager. No such alteration shall be valid unless the
price to be paid for the work or material, or both,
under the altered or modified contract shall have
been agreed upon in writing and signed by the
contractor and the city manager prior to such
authorization by the commission.
(c) Unified development project& A unified de-
velopment project shall mean a project where ah
interest in real property is owned or is to be ac.
quired by the city, is to be used for the develop-
ment of improvements, and as to which the com-
mission determines that for the development of
said improvements it is most advantageous to the
city to procure from a private person, as defined
in the Code of the City of Miami, one or more of
the following integrated packages:
(1) planning and design, construction, and leas•
ing; or
(2) planning and design, leasing, and manage.
ment; or
(3) pinnning and design, construction, and mnn-
agenient; or
05 1now I
Ll
i WA
CIIARTF,R AND RMATED i.AwS
(4) planning and design, construction, leasing,
and management.
So long as the person from whom Lite city pro-
cures one of the above -mentioned Integrated pack-
ages provides ail of the functions listed for that
package, such person need not provide each listed
function for the entire unified development project
nor for the same part of the unified development
projects -
Requests far proposals for unified development
projects shall generally define the nature of the
uses the city is seeking for the unified develop-
ment project and the estimated allocations of land
for each use. They shall also state the following:
(1) the specific parcel of land contemplated to be
used or the geographic area the city desires
to develop pursuant to Cite unified develop-
ment project;
(2) the specific evaluation criteria to he aged by
the helow-mentioned certified public account
ing firm;
(3) the wpecif is evaluation criteria to be used by
the below -mentioned review committee;
(4) the extent of the city's proposed commitment
of funds, property, and services;
(6) the definitions of the terms "substantial in-
crease" and "material alteration" that will
apply to the project pursuant to subsection
(eX4) hereof; and
(6) a reservation of the right to reject sail propon.
als and of the right of termination referred to
in subsection (04), below.
After public notice there shall he a public hear.
ing at which the commission shall consider:
(1) Lite contents of the request for proposals for
Lite subject unified development project;
(2) the selection of a certified public accounting
firm, which shall include at leant one mem.
her with previous experience in the type of
development in question; and
(3) the recommendations of the city manager for
the appointment of persons to serve on the
review committee. Said review committee shall
Supp. No. 29
B-3
8ubpt. A
consist of an appropriate number of city aM-
cials or employees and an equal numimr plus
one of members of the public, whore names
shall he submitted by the city manager no
fewer than five days prior to the above -
mentioned public hearing.
At the concinsion of the public hearing the com-
mission shall authorise the issuance of a request
for proposals, selimt A certified public accounting
firm, and appoint the members of the review com-
mittee only from among the persons recommended
by the city manager.
77te procedure for the selection of an integrated
package proposals shall be as follows:
(1) all proposals shall be analysed by a certified
public Accounting firm appointed by the corn•
mission hngrid only on the evehrstion criteria
applicable to said certified public accounting
firm contained in the request for proposals.
Said certified public necount.irtg farm shall
render a written report of Its findings to the
city manager.
(2) the review committee shall evaluate each pro -
pawl based only on the evaluation criteria
applicable to said review committee contained
in the request for proposals. Said review com.
mittee shall render a written report to the
city manager of its evaluation of each pro-
posal, including any minority opinions.
(3) taking intn consideration the findings of the
aforementioned certified public accounting firm
and the evaluations of Lite aforementioned
review committee, the city manager ahnll roe-
otnmend one or more of the propagate for no.
ceptnnee by the commission, or alternatively,
the city manager may recommend that all
proposals he rejected. If there are three or
more pro"nis and the city manager recom-
mends only one, or if the city, manager rec-
ommends rejection of nil proposals, the city
manager Shnit state in writing the reasons
for such recommendation.
In transmitting his recommendation or rec•
ornmendationa to the commiasion, Lite city
manager shall include the written reports,
including any minority opinions, rende'red to
SvbpL A
CHARTER
him by the aforementioned certified account-
ing firm and review committee.
(4) all contracts for unified development projects
shall be awarded to the person whose pro-
posal is most advantageous to the city, as
determined by the commission.
The commission may accept any recommenda-
tion of the city manager by an affirmative vote of
a majority of its members. In the event the com-
mission does not accept a proposal recommended
by the city manager or does not reject all propos-
als, the commission shall seek recommendations
directly from the aforementioned review commit.
tee, which shall make a recommendation or rec.
ommendations to the commission taking into ac-
count the report of the aforementioned certified
public accounting firm and the evaluation criteria
specified for the review committee in the request
for proposals.
After receiving the direct recommendations of
the review committee, the commission shall, by
an afTrrmative vote of a majority of its members:
(1) swept any recommendation of the review com-
mittee; or
(2) accept any previous recommendation of the
city manager; or
(3) reject all proposals.
All contracts for unified development projects
shall be signed by the city manager or designee
after approval thereof by the commission. The
city manager or designee shall be responsible for
developing a minority procurement program as
may be prescribed by ordinance and permitted by
law in conjunction with the award of contracts for
unified development projects. The provisions of
this charter section shall supersede any other char-
ter or code provision to the contrary.
(d) Sales and leases of real property: prohibi-
tiom Except as otherwise provided in this charter
section,. there shall be no sale, conveyance, or
disposition of any interest, including any lease•
hold, in real property owned by the city, the de.
partment of off-street parking, or the downtown
development authority, unless there has been prior
public notice and a prior opportunity given to the
StApp. No. 29
B-4
I WA
Public to compete for said real property or Inter.
est. Any such sale, conveyance, or diapeaition shall
be conditioned upon compliance with: the provi.
sions of this section; such procurement methods+
as may be prescribed by ordinance; and any re-
strictions that may be imposed by the city, the
department of off-street parking, or the downtown
development authority, as appropriate. Further,
no right, title, or interest shall vest in the trans•
feree of such property unless the sale, conveyance,
or disposition is made to the highest responsible
bidder, as is determined by the city commission,
or the off-street parking board, or the downtown
development authority board of directors. The city
commission or the off-street parking board or the
downtown development authority board of direc-
tors, an appropriate, may by resolution waive the
requirement of sale, conveyance, or disposition to
the highest responsible bidder by means of the
following procedure: the city manager, the direc.
for of the off-street parking authority, or the di-
rector of the downtown development authority, as
appropriate, must make a written finding i hat a
valid emergency exists, which finding must be
ratified by an affirmative vote of two-thirne of the
commission after a properly advertised public hear-
ing. When the requirement of sale, corveyance,
or disposition to the highest responsible bidder is
waived, other procurement methods ar. may be
prescribed by ordinance shall be followed. The
city or the department of off-street parking or the
downtown development authority shall have the
power to reject all offers. All invitations for bids,
requests for proposals, or other solicitations shall
contain a reservation of the foregoing right to
reject all offers. This section shall not apply to
transfers to the United States or any department
or agency thereof, to the State of Florida, or to
any political subdivision or agency thereof.
(e) Safeguards.
(1) All persons contracting with the city under
this seection shall be required to certify their
compliance with the antitrust laws of the
United States and of the State of Florida and
to hold harmless, defend, and indemnify the
city for any noncompliance by said persons
with the above laws.
0 0
129.A CHARTER AND RELATED LAWS gobtrt, A
(2) All persons contracting with the city under
this section shall he obligated to pay which-
ever is the greater of the following, (1) all
applicable ad valorem taxes that are lawfully
assessed against the property involved or fill
an amount to he paid to the city equal to
what the ad valorem taxes would be if the
property were privately owned and used for a
profit -making purpose. Such taxes shall not
be credited against any revenues accruing to
the city under any contract that may be
awarded under this section.
(3) Any proposal by a pntentiai bidder or con.
tractor that contemplates more than the es.
timated extent of the city's proposed commit.
ment of funds, property, or services ahall he
ineligible for acceptance by the city commission.
(4) Any substantial increase in the city's com-
mitment of funds, property, or services, or
any material alteration of any contract awarded
under subsection (c) of this section shall enti-
tle the city commission to terminate the con-
tract after a public hearing. Prior to such
public hearing, the commission shall seek and
obtain a report from the city manager and
from the review committee that evaluated
the proposals for the project, concerning the
advisability of exercising that right. (Char.
Amend. No. 3, 11.6.79; Ord. No. 9507, 1 1,
10-28.82; Char. Amend. No. 1, 11.2.82; Char.
Amend. No. 1, 11.4-86; Char. Amend. No. 3,
11-3-87)
EdKor's note -.Ord. No. 9489, adopted by the cornminsion
on Sept. 17, 1982. set forth Charter Amendment No. 1 for
approvslhijeetion at tiection on Now. 2. i982. On Oct. 28,
1982, Ord. No. 9507 sm"ded the lanInrage d nuhnectione (a)
and (c) of 163 as - opeaeei by Ord. No. 9489. The election was
to approve the loname o(Charter Amendment NoA. ss anwnded
by Ord. No. 9W. Subsegnentiy, in light of Charter Amend- 1
rn mt No. 2 of Nov. 3, 1997, the eity attorney directed the
eaditler to delete paragraph (it) of subsection (d) so superseded
by 129•8.
Annotation —For arse deeided prior to enactment by Char.
ter Amendment No. 3 of 1979 of a enmpetitive•biddinR re-
quirement for dinpeaition of city proloo y, see Mahoney v,
Givens, 64 9n. 2d 928. Sold can held thateompetitive bidding
is not required to bare city real estate.
Mairriai variance between plans bid upon and plans n-ub•
milted and adopted renders contract void. Qlatetein v. City of
Miami, M So. 2d 1005.
Supp. No. 29
Sec. 29-ID. City-o"ed property erase or lease --
Generally.
Notwithstanding any provision to the contrary
contained in this Charter or the City Code, except
for the conveyance or disposition of city -owned
ptvlmrty Implementing city -satiated housing pro.
grams or projects which are intended to benefit
persons or households with low and/or moderate
Income by providing housing for ouch person or
households, ouch as, but not limited to, those iitnded
programs or projects undertaken, pursuant to the
Federal housing Act of 1937 and the Florida hous-
ing Act of 1972, as those statutes may be amended
or revised from time to time, implementing city -
assisted housing programs as may be authorized
by federal or state law, implementing prrtjecta
authorized tinder the Florida Community Rede-
velopment Act of 1969, and implementing pro-
jects of any governments[ agency or instrumen.
tality, the city commission is hereby prohibited
from favorably considering any sale or lease of
property owned by the city unless there is a re•
turn to the city of fair market value under such
proposed sale or lease. The city commission Is
also hereby prohibited from favorably consider-
ing any Rale or Jesse of city -owned property un-
less (a) there shall have been, prior to the date of
the city commission's consideration of such sale
or lease, an advertisement soliciting proposals for
said sale or lease published in a daily newspaper
of general paid circulation in the city, allowing
not less than ninety (90) days for the city's receipt
of proposals from prospective purchasers or ies-
am, said advertisement to be no less than one-
fourth M page and the headline in the adver.
tisement to be in a type no smaller than 18-point
and, (b) there shall have been at least three (3)
written proposals received from pronpective pur-
chasrem or lessees; however, if there are less than
three (3) such proposals received and if the guar-
anteed return under the proposal whose accep•
tance is being considered is equal to fair market
value the city commission determines that the
contemplated sale or lease will be in the city's
best interest then, subject to the approval of a
majority of the votes cast by the electorate at a
referendum, the sale or lease may be consummat-
ed. As it further exception to the above require.
ments and any other requirement for competitive
0..1 BHA.
Snbrt. A CT{ARTFR �p
bidding procedures to be used in the disposition of
city -owned property or any interest therein, the
city commission is authorized to waive all such
disposition requirements when the intended use
of such property or interest therein is in further-
ance of the objective of providing rental or sales
housing within the economic affordability range
of low and/or moderate income families and/or
Individuals. In determining low and/or moderate
Income households as set forth above, the criteria
shall be those provided for by federal and/or state
law or by the city commission. (Char. Amend. No.
2, 11-3-87)
Sec. 20-C. Same, --Watson Island.
Notwithstanding any provision to the contrary
contained in the Charter or Code of the City of
Miami, no sale, conveyance lease, management
agreement, revocable use permit, or license agree-
ment may be entered into for the management,
occupancy -or use of the area known as Watson
Island unless (1) there shall have been, prior to
the date of the city commission's consideration of
such sale, lease. management agreement, revo-
cable permit or license agreement, an advertisae-
ment soliciting proposals for said sale, lease, man-
agement agreement, revocable permit, or license
agreement published in a daily newspaper of gen-
eral paid circulation in the city, allowing not leas
than ninety (90) days for the city's receipt of pro-
posals from prospective purchasers or lessees, said
advertisement to be no less than one-fourth page
and the headline in the advertisement to be in a
type no smaller than 18-point; and, (2) the pro-
posed transaction be approved by a majority of
the votes cast by the electorate at a referendum
to be held at the next regularly scheduled general
election. The procedures for selection of proposals
shall be those provided by Charier section 29A(c)
or (d) as appropriate and/or by applicable City
Code provisions. Nothing herein shall ei%M the
existing rights or privileges, If any, of any lessee,
permittee, licensee or concessionaire currently sit-
uated in said area; however, any enlargement,
amendment, transfer, or increase in those rights
or privileges as may be in existence at the time
this amendment is adopted shall require compli-
ance with the provisions of this amendment. This
Charter Amendment shall not affect the city's
5u@p. No. 29
B-6
use or occupancy of the fires, nor shall it apply to
controcta for the construction of any city facilities
or improvements In the area; further, nothing
contained herein shall apply to pjects of any
governmental agency or instrumentality. (Char.
Amend. No. 1,11-3-87)
Sec. 30. Lsacai Improvements.
(n) Dernifinnos; diviseionss into clnssm In this
section the following words and phrases shall have
the following meanings, unless some other mean-
ing is plainly intended:
The main divisions of this section are some-
times herein termed paresrgrephA and the divisions
of paragraphs are sometimes herein termed
subpamgrapha.
A focal imprommesl is an improvement defined
by this section and made under the provisions
thereof
The word commission shall be deemed to refer
to the city commission of the City of Miami,
A highway is a pahlic way Such as a street,
boulevard, avenue, lane, alley, parkway, court,
terrace, or place.
A sidewalk is a path for pedestrians along a
highway.
A storm sewer is a conduit above or below ground
for the passage of storm water, including a pump.
ing station and outlet where deemed necessary; it
may sin include the building of culverts over
streams or enclosing of streams where necessary
or advisable to carry off storm water.
A sanitary newer is an underground conduit for
the pmmnae of newnge anal may include a pump-
ing station and outlet where necessary.
90 U
1 19-62.7
MIAM1 CODE
rights. In the event of such cancellation or rejec-
tion, the chief procurement officer shall promptly
notify all affected bidders or offerors and make
available to them a copy of the written explana•
tion for such cancellation or rejection, which shall
be a public record. (Ord. No. 9572, § 1, 2.10-83)
Sec. 1842.8. Sole -source contracts.
(a) Conditions for use. Since it is not practica-
ble for the city to use competitive bidding meth.
ods to secure goods or services if there is any one
(1) reasonable source of supply, sole -source awards
may be made as an exception to the other meth-
ods prescribed in this section under the following
circumstances:
(1) Where the compatibility of equipment, acres.
sories, or replacement parts permits one (1)
reasonable source of supply;
(2) Where the goods or services available from a
single source are needed for trial use or test.
ing; and
(3) Where the unique and specialized expertise
of one (1) source of services is unlikely to be
obtained from any other source.
(b) Determination and approvaL 'T'he determi.
nation that an award shall be made on a sole -
source basis shall be -made by the chief procure-
ment officer to the city manager. Such determination
shall be made in writing and provide complete
justification as to why no other sources of goods
or services could be obtained to meet the city's
requirements. The determination shall also cer-
tify that the terms and conditions of the award
have been negotiated so as to obtain the most
favorable terms and conditions, including price,
as may be offered to other customers or clients by
the proposed contractor. The city manager may
waive competitive bidding after he makes a writ-
ten finding, supported by reasons, that only one
(1) reasonable source of supply exists. Such find
ing must be ratified by an affirmative two-thirds
(34) vote of the city commission after a properly
advertised public hearing.
(c) Public notice and disclosure. Notice that the
city intends to award a sole -source contract shall
be published at least once in a newspaper of gen-
eral circulation in the city prior to contract award,
Supp. Nm 10
t 18,52.9
but in any event at least fifteen (15) calendar
days shall intervene between the last date of pub-
lication and the date of award. Such notices shall
state the intention to award a sole -source con-
tract, the nature of goods or services to be ac-
quired, the name of the proposed contractor, and
the name and telephone number of a cognizant
city official who may be contacted by other poten-
tial sources who feel they might he able to satisfy
the city's requirements. A record of such notices
and responses thereto shall be maintained in the
contract file along with the written determina-
tion required above, and a compilation of all sole
source awards shall be submitted by the city man-
ager to the city commission on a quarterly basis
to include:
(1) The name of the sole -source contractor;
(2) The nature of the goods or services procured;
(3) The reasons no other source could satisfy city
requirements;
(4) The amount and type of contract; and
(5) The identification number for each contract
file. (Ord. No. 9572, 1 1, 2-1Q-83)
Sec. 18.52.9. Unified development projects.
(a) Dernitions. For the purposes of this article
IV, the following terms shall have the following
meanings:
Unified development project shall mean a proj-
ect in which an interest in real property is owned
or is to be acquired by the city, which is to be used
for the development of improvements, and as to
which the city commission determines that for
the development of said improvements it is most
advantageous to the city that the city procure
from a private person, as defined in the Code of
the city, one (1) or more of the following inte-
grated packages:
(1) Planning and design, construction, and leas.
ing; or
(2) Planning and design, leasing, and manage-
ment; or
(3) Planning and design, construction, and man.
agement; or
$-7
: I I
051-W I
E4
1 18.62.9
FINANCE
1&b2.9
(4) Planning and design, construction, leasing
and management.
(b) Conditions for use. A unified development
project shall be used in those circumstances in
which the city commission by resolution deter-
mines that for the development of improvements
It is most advantageous to the city that the city
procure an integrated entity as defined in section
18-52.9(a). So long as the person from which the
city procures one (1) of the above -mentioned inte-
grated packages provides ail of the functions listed
for that package, such person need not provide
each listed function for the entire unified devel.
opment project nor for the same part of the uni-
fied development project.
(c) Requests for proposals. A request for pro-
posals shall be issued which generally defines the
nature of the project, the uses the city is seeking
for the project, and the estimated allocations of
land for each use. The request for proposals shall
also include the following:
(1) Instructions and information to offerors con-
cerning the proposal submission require-
ments, including the time and date set for
receipt of proposals, the address of the of.
Tice to which proposals are to be delivered,
the maximum time for proposal acceptance
by the sty, and any other special information;
(2) The specific parcel of land contemplated to
be used or the geographic area the city
desires to develop;
(7) The contract terms and conditions, inclivd.
ing warranty and bonding or other secu-
rity requirements as may be fixed and
applicable;
(8) The extent of the city's proposed commit-
ment of funds, property, and services;
(9) The definition of the terms "substantial
increase" and "material alteration" that
will apply to the project in accordance with
section 53(eXiv) of the Charter of the city;
(10) A reservation of the right to reject all pro-
posals And of the right of termination re-
ferred to in section 63(exiv) of the Charter
of the city;
(11) The date, time and place at which any
preproposal conferences may be held and
whether attendance at such conferences is
a condition for offering proposals; and
(12) The place where any documents incorpo-
rated by reference may be obtained.
Before issuing a request for proposals, there shall
be a public hearing, after public notice, at which
the commission shall consider:
(1) The contents of the request for proposals for
the subject unified development project;
(2) The selection of a certified public accounting
firm, which shall include at least one (1) mem-
ber with previous experience in the type of
development in question; and
(3) The specific criteria which shall be used to (3)
evaluate competing proposals by the below -
mentioned certified public accounting firm;
(4) The specific evaluation criteria which shall
be used to evaluate competing proposals by
the below -mentioned review committee;
(5) A statement that written and oral discus-
sions may be conducted with of erore who
submit proposals determined to be reason-
ably susceptible of being selected for award,
but that proposals may be accepted as sub-
mitted without such discussions;
(6) A statement of when and how financial
considerations and return to the city should
be submitted;
Supp. Na 10
LIM
The recommendations of the city manager
for the appointment of persona to serve on
the review committee. Said review commit•
tee shall consist of an appropriate number of
city officials or employees and an equal num-
ber plus one (1) of members of the public,
whose names shall be submitted by the city
manager no fewer than five (5) days prior to
the above -mentioned public hearing.
At the conclusion of the public hearing, the com-
mission shall authorize the issuance of a request
for proposals, select a certified public accounting
firm, and appoint the members of the review com-
mittee only from among the persona recommended
by the city manager.
. I, .4 f , J
Art
f 1"2.9
MiAMi CODE
{ 18-6to
(d) Developer lists. Developer lists may he com- be limited to, the nnme of each offeror and n
piled to provide the city with the names of devel- summary descriptinn srafficient to identify the pmj-
opers who may be interested in competing for ect. The register of proposals shall be open to
various types of city projects. Unless otherwise public inspection.
provided, inclusion or exclusion of the name of a (h) Minority participation The city's minority
developer does not indicate whether that devel-
oper is responsible with respect to a particular procurement program shall be referred to in the
requests for proposals and shall apply to the award -
procurement or otherwise capable of successfully ing of contracts for unified development projects.
performing a particular city project.
(e) Public notice- Notice inviting proposals shall (i) Sualuation of proposals. The procedure for
be published at least once in a newspaper of gen- the selection of an integrated package proposal
eral circulation in the city to provide a reason. shall be as follows:
able time for proposal preparation considering the (1) All proposals shall be analyzed by a certified
content and complexity of the anticipated scope of public accounting firm appointed by the corn-
work. In any event, at least fifteen (lb) days shall mission based only on the evaluation criteria
intervene between the last date of publication applicable to said certified public accounting
and the final date for submitting proposals. Such firm contained in the request for proposals.
notices shall state the general description of the Said certified public accounting firm shall
scope of work, the pine where a copy of the re- render a written report of its findings to the
quest for proposals may be obtained, and the time city manager.
and place for receipt of proposals. The city man. (2) The review committee shall evaluate each
ager may, in addition, solicit proposals from all proposal based only on the evaluation criteria
responsible prospective developers listed on a cur. applicable to said review committee contained
rent developers list by sending them copies of the
public notice to acquaint them with the proposed in the request for proposals. Said review cant-
mittee shall render a written report to the
procurement. city manager of its evaluation of each propo.
(f) Preproposal conferences. Preproposal confer• sal, including any minority opinions.
ences may be conducted to explain the require- (3) Taking into consideration the findings of the
ments of the proposed procurement. They shall be Mentioned certified public accounting firm,
announced to all prospective developers known to the evaluations of the aforementioned review
have received a request for proposals. The confer. committee, and the degree of minority partic.
ence should be held long enough after the request ipation in city contracts, the city manager
for proposals has been issued to allow developers shall recommend one (1) or more of the pro -
to become familiar with it but sufficiently before posals for acceptance by the commission, or
proposal submission to allow consideration of the
conference results in preparing proposals. Noth- alternatively. the city manager may recom-
ingstated at the preproposal conference shall change mend that all proposals be rejected. If there
the nest forproposals unless a chap are three (3) or more proposals and the city
request change is made manager recommends only one (1), or if he
by written amendment. A summary of the con-
ference shall be supplied to all those prospective recommends refection of all proposals, the city
developers known to have received a request for manager shall state in writing she reasons
proposals. If a transcript is made, it shall be a for his recommendation. In transmitting his
public record. recommendation or recommendations to the
commission, the city manager shall include
(g) Receipt ofproposala. Proposals shall be opened the *ritten reports, including any minority
publicly in the presence of two (2) or more city opinions, rendered to hire by the aforemen-
ofiicials. After the closing date for receipt of pro- tioned certified accounting firm and review
posals, a register of proposals shall be prepared committee.
by the city manager which shall include, but not
Supp. No.10
8-9
9►0--0049
90-�149
0
0
f le-82.9
FINANCE
U7 Award All contracts for unified development
projects shall be awarded to the person whose
proposal is most advantageous to the city, an de-
termined by the commission.
The commission may accept any t ecommends-
tion of the city manager by an affirmative vote of a
majority of its members. In the event the com-
mission does not accept a proposal recommended
by the city manager or does not reject all propos-
als, the commission shall seek recommendations
directly from the aforementioned review commit-
tee, which shall make a recommendation or rec-
ommendations to the commission taking into ac-
count the report of the aforementioned certified
public accounting firm and the evaluation criteria
specified for the review committee in the request
for proposals.
After receiving the direct recommendations of
the review committee, the commission shall, by
an affirmative vote of a majority of its members-
(1) Accept any recommendation of the review com-
mittee; or
(2) Accept any previous recommendation of the
city manager; or
(3) Reject all proposals.
All contracts for unified development projects
shall be signed by the city manager or his desig.
nee after approval thereof as to form and correct.
ness by the city attorney and approval by the city
commission. (Ord. No. 9572, 11, 2-10.83)
City codes eraaa reference —Minority participation in uni.
tied development contracts.1 16-73.
Sec. 18-53. Types of contracts.
(a) Subject to the limitations of this section,
any type of contract which will promote the best
interests of the city may be used, except that the
use of a cost-plus contract is prohibited.
(1) Fiarealprice contracts. Fixed -price contracts shall
ordinarily be used for those purchases of goods
and services or sales and leases where the
terms, conditions, specifications and other fac.
tors of the contract can he specified with a
high degree of certainty and where use of a
fixed -price contract will result in subs+tantiAl
competition between bidders or offerors will.
ing to compete for the contract. Incentives
Supp. No.10
B-10
1 l e-"
based on various performance factors and es.
calation clauses or other economic adjustments
may be included as appropriate to serve the
best interests of the city in achieving the
most economical contract performance.
(2) Cost -reimbursement contract, Cost -reim-
bursement contracts shall ordinarily be used
for those purchases of goods and services or
sales and leases where the terms, conditions,
specifications and other factors of the contract
cannot be specified with a high degree of cer-
tainty or the use of fixed -price contracts is
not likely to result in substantial competi-
tion between bidders or offerors willing to
compete for the contract. Incentives based on
various performance factors and escalation
clauses or other economic adjustments may
be included Re appropriate to serve the best
interests of the city in achieving the most
economical contract performance.
(3) Blanket orders. The chief procurement officer
or individual purchasing agents may issue
purchase orders for indeterminate amounts
of repair parts, supplies and services to the
account of any department or office, but only
when based upon a definite contract or price
agreement which shall be negotiated in the
same manner as if the item to be purchased
thereunder were to be individually purchased
or contracted for under the provisions of arti-
cles IV and V of this Code. Such orders shall
state a specific monetary limit which may
not be exceeded except on written approval
by the chief procurement officer.
(4) Multiyear contracts.
(i) Unless otherwise provided by law, a con-
tract for supplies or services, sales, or
leases may be entered into for any period
of time deemed to be in the best interests
of the city, provided that the term of the
contract and conditions for renewal or
extension, if any, are included in the in.
vitation for bids or request for proposals,
and provided that funds are available for
the first fiscal period at the time of con,
tract Award. Payment and performance
obligations for succeeding fiscal periods
shall be subject to the availability and
90- 0049
"aIa--I
I
t
J-87-St8
i
6/22/87
- RESOLUTION NO.87-7�;O*
A RESOLUTION APPROVING, IN PRINCIPLE, TBE
_
" VIRGINIA KEY MASTER PLAN (MAY 1967), AS
REFLECTED IN THE ATTACHED COPY THEREOF, FOR
VIRGINIA KEY, AN ISLAND IN BISCAYNE BAY ON
THE RICKENBACKER CAUSEWAY, WHICR PLAN
- CONTAINS RECOMMENDATIONS FOR DEVELOPMENT,
INCLUDING ENVIRONMENTAL, NATURAL, OPEN SPACE
ti
= AND PARK AREAS, BEACH IMPROVEMENTS, .PARKING
FACILITIES, RIGHTS -OF -WAY, BEAUTIFICATION,
-
= SPECIAL FEATURES, SPECIAL ACTIVITIES AND
EVENTS, AND WATERFRONT IMPROVEMENT; AND WHICH
PLAN IS IN CONFORMITY WITH THE MIAMI
— COMPREHENSIVE NEIGHBORHOOD PLAN (SEPTEMBER
1985).
g-
WHEREAS, the Miami Planning Advisory Board, at its meetino
P-
`-
of June 17, 1987, Item No. 2, following an advertised hearing,
x-_
R�
adopted Resolution No. PAB 91-87, by a 7 to 0 vote, RECOMMENDING
M-
- APPROVAL of the Virginia Key Master Plan, as hereinafter set
- forth; and
;-
WHEREAS, the City Commission by Motion M-86-122 on
-
February 13, 1966, Director, Department of Development to prerare
a master plan for City owned land on Virginia Key, with the
°-
h`
assistance of the Planning Department; and
1y=
`
— WHEREAS, the City Commission by Motion M-87-56 on January of
1987, authorised the Planning Department to prevent the plan for
_
F:
review to numerous city, county and state agencies having
jurisdiction over the use and development of Virginia Keyt and
-= WHEREAS, the recommendations for development incl4de
�Ls
environmental, natural, open space and park areas, beach
-
improvements, parking facilities, rights -of -way, beautification,
^
special features, special activities and events, and waterfront
improvement.
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
-
OF MIAMI, FLORIDA:
= Section 1. The City Commission hereby approves in principle
a master plan for the development of Virginia Rey, an island in
Biscayne Bay on the P.ickenbacker Causeway.
Cii a ��{�
r��rati c or
90-0049
'E5'
JUL f'f
go49
�e
40
Section 2. The City Commission hereby finds and determines
that the'Plan appropriately considers (a), access and use to
serve public recreational and educational needs; (b), views to
and from the water and highway edge= (c), preservation of natural
shorelines; (d), natural forces in shaping unnatural edges; (e).
commercial uses suited to the promotion of public access for use
y
and enjoyment of the waters; (f), commercial uses which are water F
dependent or water related) (9), private uses which expand public,
access to recreational programs.
PASSED AND ADOPTED this 23rd day of July , 1987.
ATTEST:
MATTY HIRAI TAMTR E, MAYOR
City Clerk
PREPARED AND APPROVED BY:
MARINA J- CHIARO
Assistant City Attorney
APPRO)P�D AS TO FORM AND CORRECTNESS:
City Attorney
MJC/wpc/pb/M458
90--0049
i
l
B-12
__
i
8
RESOLUTION NO.
J-89-771
A RESOLUTION DECLAP.ING THAT THE MOST
ADVANTAGEOUS METHOD TO DEVELOP CERTAIN
IMPROVEMENTS ON CITY -OWNED LAND IS BY A
UNIFIED DEVELOPMENT PROTECT (UDP),
AUTHORIZING THE CITY MANAGER TO PREPARE
A DRAFT REQUEST FOR PROPOSALS (RFP) FOR
A UDP. AND CONFIRMING THE SETTING OF A
PUBLIC HEARING FOR OCTOBER 12TH, 1989 AT
11s06 AM TO TAKE TESTIMONY REGARDING
SAIL) RFP FOR THE DEVELOPMENT OF
RESIAURANT AND MARINE SERVICE USES ON
CITY -OWNED PROPERTY LOCATED ADJACENT TO
3601 RICKENBACKER CAUSEWAY MORE COMMONLY
KNOWN AS "MIAMI MARINE STADIUM", AND AT
_ THE CONCLUSION OF THE PUBLIC HEARING
AUTHORIZE THE ISSUANCE OF A RFP, 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.
WiJEREAS, the City of Miami Charter Section 29-A(c) allows
for "Unified Development Projects" 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, the City Commission determines that for the
development of restaurant and marine service uses on the City -
owned, property located adjacent to 3601 Rickenbacker Causeway,
more commonly known as "Miami Marine Stadium", it is most
advantageous for the City to procure from a private person one or
more of the following integrated packages:
- Planning and design, construction and leasing; or
- Planning and design, leasing and management; or
- Planning and design, construction and management; or
- Planning and design, construction, leasing and
management; and
WHEREAS, Charter Section 29-A(c) requires that the City
Commission hold a Public Hearing to consider the contents of the
a -
Roquest for Proposals; and
CITY COWMISSION
MEETING OF
SEP 14 I9S�
Ro-W .l
:Sc:UR10% no
B-13
9V-00`#9
WHEREAS, Charter Section 29-A(c) further requires that, at
the conclusion of the Public Hearing the City Commission, if
disposed to proceed, authorize the issuance of a RFP, select a
certified public accounting firm and appoint the members of a
review committee tram persons recommended by the City Manager;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE
CITY OF MIAMI, FLORIDA:
Section 1. It is most advantageous for the development of
restaurant and marine service uses on the City -owned property
located adjacent to 3601 Rickenbacker Causeway most commonly
known as 'Miami Marine Stadium", that the City procure from a
private person the following integrated package:
Planning and design, construction, leasing and
management.
Section 2. The City Manager is hereby authorized to
prepare a Draft Request for Proposals for a Unified Development
Project for the development of the improvements as set forth in
Section l herein above.
Section 3. A Public Hearing for October 12, 1989, at
11:00 A.M. to consider said RFP for a UDP for the development of
i — restaurant and marine service uses on the City -owned land
adjacent to the "Miami Marine Stadium" as specified herein above
is hereby confirmed.
Section 4. As required by the City Charter and City Code,
the City Commission shall, at the conclusion of the Public
Hearing, if disposed to proceed, authorize the issuance of a RFP,
select a certified public accounting firm and appoint members of
-- a review emnittee to evaluate proposals and render a written
report to the City Manager.
Section 5. This Resolution shall become effective
immediately upon its adoption.
-2-
go-tn43
B-14
f
7
PASSED AND ADOPTED this 14th Say of 0
AT`f
*RYTY--HIMI. CITY CLERK
PREPARED AND APPROVED BYc
��_�.&/(�
ROBERT F. CLAM,
Chief Assistant City Attorney
Legislation/ Special Projects
DivfWien
APPROVED A
CORRECf'NES
JOR
CITY ATTOF
�l V y'V'Ys�J
90
90-10049
APPENDIX C
.T-98-1153
ORDINAIICE NO. �_p��
AN ORDINANCE AMF.MhINr CIIAPTER 19, ENTITLED
"FINANCE", OF THE CODE OF THE CITY OF MIAMI,
FLORIDA; AS An"DEO, BY REDEFINING THE TERM
"MINORITY AND WOMEN-OWHED BUSINESS ENTERPRISE
AND DEFINING THE TERM "VENDOR" IN
SECTION 10-69; REQUIRING IN SECTION 19-72
THAT THE GOAL OF AWARDING AT LEAST FIFTY-ONE
PERCENT (511) OF THE CITY'S TOTAL ANNUAL.
DOIA.AR VOtAIMF or Ai,i. PRACt1RFmFNT rxPFNnT711RFS
TO MINORITY/WOMEN SMALL BUSINESSES BE APPLIED
TO ALL CITY OF MIAMI BIDS AND CONTRACTS;
REVISING SECTION 19-73 TO PROVIDE THAT ALL
CITY OF MIAMI INVITATIONS, REQUESTS AND/OR
ADVERTISEMENTS FOR BIDS, PROPOSALS, QUOTES.
LETTERS OF INTEREST AND/OR QUALIFICATION
STATEMENTS CONTAIN TILE APPROVED
MINORITY/WOMEN BUSINESS ENTERPRISE. (M/WBE)
PARTICIPATION REQUIREMENTS PURSUANT TO CITY
OF MIAMI ORDINANCE NO. 10062 - MINORITY/WOMEN
BUSINESS AFFAIRS AND PROCUREMENT PROGRAM;
REQUIRING THAT ALL RESULTING AWARD AND/OR
CONTRACT DOCUMENTS CONTAIN THE REQUIRED
COMPLIANCE FORMS RELATIVE THERETO; REVISING
SECTION 19-73(5) TO EXPAND UPON THE
AFFIRMATIVE ACTION REQUIREMENTS FOR ALL CITY
BIDS AND CONTRACTS; ADDING SECTION 19-76
AUTHORIZING ADMINISTRATIVE DEPARTMENTS TO
ESTABLISH TILE REQUIRED ADMINISTRATIVE
PROCEDURES TO INSURE COMPLIANCE WITH THE
CODE; FURTHER, PROVIDING FOR RESOLUTION OF
DISPUTES REGARDING wITHHELD PAYMENTS OF
CONTRACTORS AND SUBCONTRACTORS AND FURTIIER
ADDING SECTION 18-77 DESIGNATING TILE DIRECTOR
OF THE OFFICE OF M/WBE AFFAIRS AS TILE CITY
OFFICIAL RESPONSIBLE FOR ESTABLISHING, AND
IMPLEMENTING M/wBE BID AND CONTRACT
PARTICIPATION REQUIREMENTS, COMPLIANCE
GUIDELINES, AND MONITORING AND REPORTING
PROCEDURES; CONTAINING A REPEALER PROVISION
AND A SEVERABiLITY CLAUSE.
WHEREAS, Ordinance No. 10062 dealing with Minority/women
Business Affairs and Procurement established the annual goal of
procuring/contracting fifty-one percent (511) with minority/women
owned and managed business enterprises; and
WHEREAS, Administrative Policy Manual 4-86 (APM 4-86),
issued October 1, 1986, provides for the administrative
Implementation of Ordinance No. 10062; and
M1nIEREAS, it has been determined that there is further need
for legislative relief to obtain said goals, particularly an it
C-1
10538.
005"74 '1
�a
11
relates to the City,# bid, prmpneal and contract process and the
resulting documents on a bid/contract by bid/contract basis to
achieve the annual goals;
mow, THEREFORE, BE IT ORDAINED BY THE COMMISSION, OF THE CITY
OF MIAMI, FLORIDAt
Section 1. Section 19-68, is hereby amended in the
following particulars.I
'Sec. 18-68. Definitions.
For the purpose of this article, the following
terms, phreses, words, and their derivations shall have
the following meaningst
Minority and women -owned nmslli business enterpriee
means a business enterprise in which at least fifty-one
percent (511) of said enterprise in owned by Blacks,
Hispanic* or women whose management and daily business
operations are controlled by one or more Blacks,
Hispanics or women and who gM loy a M xiM IIt_gi twenty -
live t251 employees or have a net ,wgrt,h,nS2t in excasa
Of L=„G1 111Qn ousts.
vendor means any business entity providing goods,
services or equipment to the City of Miami through a
purchase, field or blanket order or contract.'
Section 2. Section 18-72(a), is hereby amended by adding
the following languages
'(a) The objective of the City is to achieve a goal of
awarding a minimum of fifty-one percent (51%) of
the total annual dollar volume of all procurement
expenditures to Black, Hispanic and women -owned
small business enterprises to be apportioned an
fol lows t
Seventeen percent (171) to Blacks, seventeen
percent (1716) to Hispanics and seventeen percent
(17 f ) to women; such aogil aha 11 be A,ppl s gd n all
g i.ty bLda-_a,Dd cones . ' -
Section 3. Section 19-13 is hereby amended by adding the
following languages
'Sec. 18-73, aeauired statenlFnts f2r solicitations or
notices: required statements on contracts
and awards.
1 words and/or figures stricken through shell be deleted.
Underscored words and/or figures shall be added. The
retraining provisions are now in effect and retaain
unchanged. Asterisks indicate omitted and unchanged
material.
90-0049
C- 2 1U538
J�ALk�.�it2lLt i,.R.il•___!1 tid.__._�.9„_,1QI.Lr 8___..1.h2'�.�_,_.�eQ4).1�Pf�11G�4
j„pcarvctrated by _ ref erenCg�.,•�.),p� �
b.L It shall be mandatory for all CJty contracts
and/or procurRment award documents to contain the
following:
(5) A requirement that each bidder, DZOUgBei/ oS
vendor, submit along with the bid or proposal an
affirmative action plan (AAP). Any significant
equity participants, joint venture participants,
subcontractors, suppliers or other parties to the
bid or proposal shall also be required to submit
such plans.
.1 1• a•I11 1 1 1 1• 1!
It • I1 - • ' yti - • 1
1 • � f- • -ll• • /11 �1
• 1 1 • 1 •• 1 - 1 ..MWX
! 1
1• 1 •IJ• 1 1 1 t- - .1
1 •1. 1-
i
4.
Section i. The following new Section 18-76 is added in its
entirety:
'Sec. 18-76. Administrative Procedures.
The Departments of Finance, Public Works and General
Services Administration are authorized to establish the
required administrative procedures to insure compliance
with the provisions as wet forth herein.
C- 3
90-0049
W538
4 i 11 a •
05`7V--I
Ln-
i
}'a
PREPARED AND APPROVED By
LINDA K. KEARSO
City Attorney►
Assistant
--
APPROVED AS TO FORM AND CORRECTNESS:
_
�
e
JOR(E L. FER ANDU
Cjtj Attorne
=
LKK/pb/bes/H474
t.
LL�k
o
b}qa
k
SR
I vv
90-0049
C-5An
-
f)0-0049
The Finance DepArtment is mandated to institute paym"nt
procedures which will insure, in those instances in
which the M/WRE bid or contract requirements result In
contracts, subcontracts or joint ventures for M/NBEs,
that compensation provided pursuant thereto #hall be in
the form of a check Made payable to the primary
contractor, bidder or proposer, and (if appropriated
jointly) to the minority/woman business #enterprises
subcontractor or joint venture partner in an amount not
to exceed the subcontracted or joint venture amount,
based upon approved invoices submitted, by the prime
contractor, proposer or joint venture, to the City.
In the event a dispute should arise as to the
performance or payment of the primary contractor or
bidder/proposer or the M/wME, under the terms and
conditions of the City contract or procurement award
document, compensation shall be withheld until such
time as the dispute is resolved in accordance with the
procedures set forth in this Chapter for resolving such
disputes.
All Administrative Directors shall amend their existing
policies and procedures or to create such new ones as
may be required to insure and report on compliance with
all aspects of this article.'
Section S. The following new Section 18•-11 is added in its
entiretys
'Sec. 18-77. Designat,on of the Director of the Office
of Minority/women Business Affairs.
The Director of the Office of Minority/Women Business
Affairs to designated as the official responsible for
establishing M/w8E bid and contract/award requirements,
creating and implementing compliance guidelines,
monitoring compliance, resolving disputes. and
reporting an all of the above to the City Manager.'
Section 6. All ordinances or parts of ordinances in
conflict with the provisions of this ordinance insofar as they
are inconsistent or in conflict with the provisions of this
ordinance are hereby repealed.
Section 7. If any section, part of section, paragraph,
clause, phrase, or word of this ordinance is declared invalid,
the remaining provisions of this ordinance shall not be affected.
PASSED ON FIRST READING BY TITLE ONLY this 15th day of
December , 19 "-
PASSED AND ADOPTED ON SECOND AND FINAL READING BY TITLE ONLY
this 12th day of January 1909.
A
XAVIER L. SqUkREZ, Mayor
MZtY HIRA1
City Clerk
9V-0049
C-4 10538
90-0049
37-^ j
��
—'— 1
WHROHNNA RRU MARINA, INC.
September 21, 1989
Mr. Herbert J. Bailey
Department of Development
City of Miami
300 Biscayne Boulevard Way
Suite 400
Miami, Florida 33131
RE: Proposed Restaurant at
Virginia Key Marina
Dear Mr. Bailey:
The purpose of this letter is to confirm our willingness to
negotiate on a fair market value basis with the City of Miami, or
with a successful bidder, the termination of our lease rights to
the area where the proposed development is going to occur. Fair
market value in this case will be relatively easy to be established
based on historical revenues related to the development areas.
In addition to direct revenue, we need to consider the expenses
incurred in re -zoning the property and the length of time remaining
on the lease that we are giving up. Again these two should be
relatively easily determined.
IA you have any questions, please call or write.
sident
Virgini
ARZ/amp
cc: Jack Lu£t
9049
3501 Rickenbacker Causeway, Virginia Key/Miami, Florida 33149 (305) 361-3878
D-1
EXHIBtT
-
- _
_
.t
pROPERTY SURVEY
c
STCK OF
t
k
ttrR
i y �
z
e
4
-
f+ iE�T
Ro
1
A � t
f �
t Jf
Z
—ry
94- 49
'51 1
A,.ill. 1� is I l I b 11 Ili, 111111,1,
Restaurant Site
n
(portion of Parcel I--5)
a
2
p 7' •ter _.r =nc►uvcs* ,..
bH �.t1� 02• A Q OO .� 7rG
! r K l[ y
r � PD+tt2lP'r�0..
i 4'( N/Aac=� • R J '..11
%n i. C .0 t�� %
AL �xX� Parking Site
44$ OR
_....,r.. , ( Parcel Q I
'- ✓ «er .� w PtatA• ) O1 spy vrs F I.:ir h t9AQ�b MD
RICKENBACKER CSWY I "ff
ter,_ - .r - n --- � �—,._..,,�--_ �, —. _.._ ` �a�oi�- sa-`*ai4��zW�►ory 3o-r�.o�•� _� _ -:��_ o�-•-- ,. 4:�
r
40
4w
2
_dft
. wo-�¢ l vs i •
3 J �
J�3 �
I wry rr.+ n
EXHIRtT It
—
USCL1AItATION, PROFESSIONAL It�tFC?RMP►TION
_
AND FINANCIAL, bISGLOSUR.E FORMS
`—
Declaration
�t
Organizational Structure
s=
Proposer_
Partnership Statement or Corporation Statement
Proposer's Financial Data
—
Proposer's Experience
h
Proposer's 4uestionnhire
=
Proposer's Financial 'References
�t
Proposer's Project References
Proposer'a Professional Consultants
Experience of Proposer's Professional Consultants
References of Proposer's Professional Consultant.
_
Proposer's General Contractor or Construction' Manager
Construction Manager
Experience of Proposer's General Contractor or
Construction Manager Questionnaire `a
Proposer's General Contractor car
of Proposer's Contractor or Construction Manager
-
References
Proposer's Operational Manager
Experience of Proposer's Operational Manager
Proposer's Operational Manager Ouestionnaire
AF_
References of Proposer's Operational Manager
R
L _
-
R.1 L+
1
------------
E.
DECLARATION, PROFESSIONAL INFORMATION, AND
FINANCIAL DISCLOSURE FORMS
A proposal for the Unified Development that includes planning and
design, construction, leasing, and management of the property
shall, not be considered unless all the information requested in
the attached forms is provided by the proposer. Statements must
be complete and accurate. Omissions, inaccuracy or misstatement
shall be cause for rejection of a proposal.
Statements and answers relating to each question on the attached
forms may be answered on the page on which the question is found
or by attaching 8-1/21101" supplemental sheets. Photographs or
other illustrative materials should be placed in an envelope or
bound into the proposal and identified by the proposer's name and
address and the name of the form to which the supplemental
material is applicable. Board -mounted illustrative drawings, not
to exceed 30" x 40," shall be identified by the proposer's name
and address.
By submission of a proposal, the proposer acknowledges and agrees
that the City of Miami has the right to make any inquiry or
investigation it deems appropriate to substantiate or supplement
information contained within the proposal submission and
authorizes the release to the City of any and all information
sought in such inquiry or investigation.
If an independent architectural/engineering firm providing
professional consulting services, general contractor or
construction manager, and/or operational manager is to be
Involved, then the applicable forms must be completed for each
such entity.
1 r�.•
DECLARATION
Cesar H. Odio
City Manager
City of Miami, Florida Submitted 9990
The undersigned, as proposer, declares that the only persons
interested in this proposal are named herein, that no other person
has any interest in this proposal or in the agreement of lease to
which the proposal pertains, that this proposal is made without
connection nor arrangement with any other person and that this
Proposal is in every respect fair, in good faith, and without
collusion or fraud.
The proposer further declares that he has complied in every respect
with all of the instructions to proposers, that he has read all
addenda, if any, and that he has satisfied himself fully with regard
to all matters and conditions with respect to the lease to which the
proposal pertains.
The proposer agrees, if this proposal is accepted, to execute an
appropriate lease agreement for the purpose of establishing a formal
contractual relationship between the proposer and the City of Miami,
Florida, for the performance of all requirements to which this
proposal pertains.
The proposer states that this proposal is based upon the proposal
documents and addenda, if any.
Name of Firm, Individual, or
Corporation
Signature Signature
i tle MEN)
90--0049
M�
IowI
E.
ORGANIZATIONAL STRUCTURE
In graphic form, provide the organizational structure of the
development team indicating the proposer, the proposer's
professional consultants, general contractor or construction
manager, operational manager, and any subconsultants by name of
firm or individual and areas of responsibility.
I I- 2
PROPOSER
Name:
Address for purposes of notice or other communication relating to
the proposal:
Telephone No.
The proposer is a Sole Proprietorship ( ); Partnership ( );
Corporation ( ); or.
In the event this entity is being formed for the. sole purpose of
Virginia Key Basin Property Unified Development Project, provide
information on the firm(s) and/or individual(s) that comprise this
new entity on the attached "Proposer" forms•
II-3
i C i,
f
PARTNERSHIP STATEMENT
If proposer is a partnership, answer the following:
1. Date of Organization_-------------
2. General Partnership ( )
Limited Partnership ( )
3. Statement of Partnership recorded Yes ( )
No ( )
Date .Book Page County State
4. Has the partnership done business in the State of Florida?
Yes ( ) No ( ) When?
Where?
5. Name, address, and partnership share of each general and limited
partner. (If partnership is a corporation complete the following
page for corporation.)
General /
Limited Name Address Share
6. Attach a complete copy of the Partnership Agreement.
I I - 4 90-0049
0
CORPORATION STATEMENT
If proposer is incorporated, answer the following:
1. When incorporated?
2. Where incorporated?
3. Is the corporation authorized to do business in Florida?
Yes ( ) No ( )
4. The corporation is held: Publicly ( ) Privately ( )
5. If publicly held, how and where is the stock traded?
6. List the following:
Authorized Issued Outstanding
(a) Number of voting shares:
(b) Number of nonvoting shares:
(a) Number of shareholders:
(d) Value per share of Common Stock:
Par $
Book $
Market $
7. Furnish the name, title, address and the number of voting and
nonvoting shares of stock held by each officer and director and
each shareholder owning more than 5% of any class of stock. If
more than 5% of any class of stock is held by one or more
corporations, then each owner -corporation must also complete
separate pages (type corporation name on said pages for
identification purposes) and furnish the financial statement
required.
If said owner -corporation are owned by other corporations, then
these other corporations must also complete separate pages (type
corporation name on said pages for identification purposes) and
furnish the financial' statement required for proposer The City
requires information on all corporations that directly or
indirectly have an ownership interest in the proposer -corporation.
8. If an individual or corporation will be guaranteeing performance
of the proposer -corporation, state name here
and also cordp ete pages an
corporation type corporation name on said pages for
Identification purposes), furnish financial statement required for
the individual or corporate guarantor.
za-s
90-0049
S049
10
PROPOSERS FINANCIAL DATA
Proposer, owner -corporations of proposer, and any person or business
entity guaranteeing the performance of the proposer shall attach a
complete financial statement prepared in accordance with standard
accounting principles, reflecting current financial condition. The
financial report shall include a balance sheet and annual income
statement. The person or entity covered by the statement must be
prepared to substantiate all information shown.
Indicate which entities or persons shall be responsible for financing
this project and demonstrate their track record for obtaining
financing of projects of similar magnitude and scope.
9O49
II-6
PROPOSER'S EXPERIENCE
Describe in detail the duration and extent of your business experience
with restaurant facilities, marine -related facilities and other
commercial development. Also, state in detail the names and pertinent
experience of the persons who will be directly involved in development
of this project and operational management of the facilities. List
the names and locations of currently owned or managed facilities and
your percentage ownership, and any such facilities currently managed
by you.
In addition, please include photographs or other illustrative material
depicting projects that will demonstrate your ability to complete a
quality development. The name and address should be given for each
project identified as well as persons familiar with the development
who will respond to inquiries from the City. You should also identify
your specific role in each project.
Q-0049
!I- 7
90-0049
i
PROPOSER'S QUESTIONNAIRE
Surety Information
Has any surety or bonding company ever been required to perform upon -
your default? Yes l' ) No ( )
If yes, attach a statement naming the surety or bonding company, date,
amount of bond, and the circumstances surrounding said default and
performance.
gankru,ettcy Information
Have you ever been declared bankrupt? Yes ( ) NO ( )
If yes, state date, court jurisdiction, amount of liabilities,
amount of assets.
Pending Litigation
Provide attached sheets detailing information regarding
litigation, liens, or claims involving any participant
proposal.
and =
pending
in the =
11-8 90-0049
PROPOSER"S FINANCIAL REFERENCES
List three banks or mortgage companies with whom you have conducted
business transactions during the past three years. At least two of
the references named are to have knowledge of your debt payment
history.
Reference No. 1
Name:
Firm:
Title:
Address:
Telephone:
Description of business transactions. If loan, give date, amount,
type, repayment history and other comments.
Reference No. 2
Name:
Firm:
Title:
Address:
Telephone:
Description of business transactions. If loan, give date, amount,
type, repayment history and other comments.
!9O-W49 .
11-9
PROPOSERS FINANCIAL REFERENCES CONT.
Reference No. 3
Name:
Firm:
Title:
Address:
Telephone:
Description of business transactions. If loan, give date, amount,
type, repayment history and other comments.
��.
PROPOSER'S PROJECT REFERENCES
List three persons or Firms with whom you have completed projects
during the past three years.
Reference No. 1
Name:
Firm:
Title:
Address:
Telephone:
Nature and magnitude of business association:
Reference No. 2
Name:
Firm:
Title:
Address: -- - - --- -
Telephone:
Nature and magnitude of business association:
9Q49
II-11
PROPOSER'S PROJECT REFERENCES CONT.
Reference No. 3
Name:
Firm:
Title:
Address:
Telephone:
Nature and magnitude of business association:
II-12
PROPOSER'$ PROFESSIONAL CONSULTANTS
NOTE: If more than one firm is to be involved in providing
professional consulting services, then a separate fora shall
be completed for each firm. Professional consultants shall
be licensed to practice in the State of Florida.
Names, address and telephone number of professional consulting
firm:
Name
Street Address
Mailing Address
City, State, Zip Code
Telephone Number
Professional discipline (i.e. architecture, landscape architecture,
engineering, etc.) and State of Florida professional registration
number:
Discipline
Discipline
Discipline
Registration Number
Registration Number
Registration Number
Names of principals and their titles who will be chiefly
responsible for the design and engineering of the Virginia Key -
Basin Project..
Name Title
Name Title
Name Title
05*7a- 1
PROPOSER'S PROFESSIONAL CONSULTANTS CUNT.
Names, addresses and telephone number of other design and
enginperina suhn 6nsultants who will have a major role in designing
the Virginia Key Basin Project.
ame of Firm
Street Address
Mailing Address
ity, State, Zip Code
e le Pho;7 Number
Nave of Contact
Name of Firm
Street Address
Mailing Address
City, Sfiate, Zip Code
Telephone Number
Name of Contact
EXPERIENCE OF PROPO SER'S PROFESSIONAL CCNULTANTS
NOTE: If more than one fire is to be involved in providing
professional consulting services then a separate fora shall
be completed for each firm.
Describe in detail the extent of your experience with special
emphasis upon ACE experience related to restaurant and marine -
related facilities development of similar magnitude and scope as
the proposed Virginia Key Basin Project. Also, state in detail
the names and pertinent experience of the principals who will be
directly involved in the project.
In addition, please include photographs or other illustrative
material depicting projects that will demonstrate your
qualifications to design a quality development for the project.
The name and address should be given for each project identified
as well as for persons familiar with the development who could
respond to inquiries from the City. You should also identify your
specific role in each project.
90-0049
0
[7
REFERENCES OF PROPOSER'S PROFESSIONAL CONSULTANTS
NOTE: If more than one firm is to be involved in providing
professional, consulting services then a separate form shall
be completed for each firm.
List two persons or firms for whom you have completed projects
during the past three years,
Reference No. 1
Name:
Firm:
Title:
Address:
Telephone•,
Nature and magnitude of business association:
Reference No. 2
Name:
Firm:
Title:
Address:
Telephone:
Nature and magnitude of business association:
AML
PROPOSER'S GENERAL CONTRACTOR OR CONSTRUCTION MANAGER
Name, address and telephone number of general contractor or
construction manager:
Me
treet Address
Mailing Address
City, State, Zip Code
Telephone Number
General Contractor License No.:
Specify:
State of Florida/County
11--17
EXPERIENCE OF PROPOSER'3 GENERAL CONTRACTOR OR CONSTRUCTION
A R
Describe in detail the duration and extent of your experience with
special emphasis upon experience related to restaurant and marine -
related commercial facilities developments of similar magnitude
and scope as the proposed Virginia Key Basin Project. Also,
state in detail the names and pertinent experience of the
principals who will be directly involved in the project.
In addition, please also include photographs or other illustrative
material depicting projects that will demonstrate your
qualifications to construct a quality development for the•Virginia•
Key Basin Project. The name and address should be given for
each project identified as well as for persons familiar with the
development who could respond to inquiries from the City. You
should also identify your specific role in each project.
zz-18
PROPOSER'S GENERAL CONTRACTOR OR CONSTRUCTION MANAGER QUESTIONNAIRE
Surety Information
Has any surety or bonding company ever been required to perform
upon your default? Yes ( ) No ( )
If yes, attach a statement naming the surety or bonding company,
date amount of bond, and the circumstances surrounding said
default and performance.
Bankruptcy Information
Have you ever been declared bankrupt? Yes ( ) No ( )
If yes, state date, court jurisdiction, amount of liabilities, and
amount of assets.
Pending Litigation
Provide attached sheets detailing information regarding pending
litigation, liens, or claims involving any participant in the
submission.
'110-ft U7 1 1
NCES OF PROPOSER°S GENERAL C
List two persons or firms with whom you have completed projects
during the past three years.
Reference No, 1
Name:
Ci rm:
Title:
Address: —
Telephone•
Nature and magnitude of business association:
Reference No. 2
' Name:
14 I Firm:
Title:
a;
y? Address:
i
Telephone:
Nature and magnitude of business association:
9U49
II-20
949
- "
i
7
PNOPOSER'S OPERATIONAL MANAGER
NOTE: If more than one firm is to be involved in providing
operational management services (i.e. one firm operating/
managing the proposed restaurant and another fire
operating/managing other types of urea proposed), then a
separate form shall be completed for each firm.
Name:
Street
Address:
Mailing
Address:
! Telephone: ( )
I
Names of principals and their titles who will be chiefly
responsible for operational management of the proposed project.
Name Title
Name Title
Name Title
Names, addresses, and telephone number of other management
contractors who will have a major role in the operational
management of the project.
Name of Firm Name of Firm
Street Address
Mailing Address Zip Code
Telephone Number
Name of rincipal ontact
I1-21
Street Address
Mailing Address Zip Code
elephone Number
Name of Principal Contact
•1 �i..
W
EXPERIENCE STATEMENT OF PROPOSER'S OPERATIONAL MANAGER
NOTE: If more than one firm is to be involved in providing
operational management services (i.e. one firm
operating/managing the proposed restaurant and another firm
operating/managing other types of uses proposed), then a
separate form shall be completed for each firm.
Describe in detail the duration and extent of your operational
management experience with particular emphasis upon restaurant
experience and/or commercial marine -related facilities. Also,
state in detail the names and pertinent experience of the
principals who will be directly involved in operating and managing
the restaurant and/or other types of uses proposed.
In addition, please include photoE
material depicting projects th,
qualifications to operate and manage
of uses proposed at the Virginia Key
and address should be given for each
for persons familiar with similar
respond to inquiries from the City.
specific role.
II-22
;raphs or other illustrative
it will demonstrate your
a restaurant and other types
Basin Project-— The name
project identified as well as
facilities managed who could
You should also identify your
q0-0®4'9
PROPOSER'S OPERATIONAL MANAGER QUESTIONNAIRE
NOTE: If more than one firm is to be involved in providing
operational management services (i.e. one firm
operating/managing the proposed restaurant and another
firm operating/managing other types of uses proposed),
then a separate form shall be completed for each firm.
Surety Information
Has any surety or bonding company ever been required to perform
upon your default? Yes ( ) No ( )
If yes, attach a statement naming the surety or bonding company,
date amount of bond, and the circumstances surrounding said
default and performance.
Bankruptcy Information
Have you ever been declared bankrupt? Yes ( ) No ( )
If yes, state date, court jurisdiction, amount of liabilities,
and amount of assets.
Pending Libation
Provide on attached sheets detailed information regarding pending
litigation liens, or claims involving any participant in the
proposal.
II-23
siT,L+1
..4 � .� • r
1".�"
REFERENCES _OFPROPOSER'S OPERATIONAL MANAGER
NOTE: If more than one firm is to be involved in providing
operational management services (i.e. one firm
operating/managing the proposed restaurant and another
firm operating/managing other types of uses proposed)'
then a separate form shall be completed for each firm.
List two persons or firms with whom you have managed projects
during the past three years.
Reference No. 1
Name:
Firm:
Ti tle:
Address:
Telephone: ( }
Nature and magnitude of business association:
Reference No. 2
Name:
Fi rm:
Title:
Address:
Telephone: ( )
Nature and magnitude of business association:
1 I- 2 4 90-- 049
1k,
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM 37
TO Honorable Mayor and Members DATE DEC i9R9 FILE
of the City Commission
SUBJECT Resolution Authorizina
the Issuance of a
UDP/RFP for "Virginia
Key Basin Property".
FROM Cesar H. Odio REFERENCES For January-tl, 1990 City
City Manager Commission Meeting
ENCLOSURES
RECOI4MENDAT I ON :
It is respectfully recommended that the City Commission adopt the
attached Resolution, with attachment, authorizing the issuance of
a Unified Development Request for Proposals (RFP) on January 11,
1990, in substantially the form attached, for the development of
a restaurant and marine service uses, on City -owned property
adjacent to 3601 Rickenbacker Causeway, more commonly known as
the "Virginia Key Basin Property"; 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.
BACKGROUND:
The Department of Development recommends that at the conclusion
of the Public Hearing, for the unified development of the
"Virginia Key Basin Property", the City Commission authorize the
issuance of a RFP, 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 Unified Development Project.
On September 14, 1989 , the City Commission adopted Resolution
No. 89-804 determining that for the development of restaurant and
marine service uses, on City -owned property located adjacent to
3601 Rickenbacker Causeway, more commonly known as the "Virginia
Key Basin Property", it is most advantageous for the City to use
the Unified Development Project process.
Due to the nature of the proposed project and the uses the City j
is seeking for the site, it is desirable that the City, as
defined in the City of Miami Code Section 18-52.9 and in
accordance with Section 29-A(c) of the City of Miami Charter,
procure from a private person the following integrated package:
Planning and design, construction, leasing and
management.
-f
i
Honorable Mayor and
Members of the City Commission
Page 2
Charter Section 29--A(c), requires that the City Commission hold a
Public Hearing to consider the contents of the Request for
Proposal (REP). The Public Hearing has been set for the January
11, 1990, City Commission Meeting at 11:10 a.m. and has been duly
advertised.
At the conclusion of this Public Hearing, the City Commission, if
disposed to proceed, authorizes 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.
The certified public accounting firm of Sharpton Brunson and
Company in association with Aldo Lastra, Inc. is recommended as
the CPA firm for this project. This firm was ranked as number
one out of a total of five submissions of qualifications received
and evaluated by the City.
The following individuals, four representatives of the public and
three 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
City Manager:
MEMBERS OF THE PUBLIC
Jose Arellano Robert Zullo, Esq.
President Operation Manager
Miami Rowing Club Firehouse Four
Restaurant
Charles Ankrum Dick Briggs
Commodore Director
Power Boat Racing Assoc. Marine Council
CITY EMPLOYEES
Ana Gelabert
Planning Department
Albert Ruder
Parks, Recreation & Public
Facilities Department
Adrienne Macbeth
Office of Minority,
Women & Business
Affairs
Honorable Mayor and
Members of the City Commission
Page 3
The anticipated Unified Development Project Schedule for the
"Virginia Key Basin Property" located adjacent to the Miami
Marine Stadium.
Issuance of Request for Proposals
Proposal Pre -Submission Conference
Location: Dept. of Development
300 Biscayne Blvd. Way
Suite 400
Miami, Florida
Proposal Submission Deadline
Location: Office of the City Clerk
Miami City Hall
3500 Pan American Drive
Miami, Florida
CPA Firm Evaluation of Proposals
Review Committee Meetings
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
January 26, 1990
February 7, 1990
10:00 a.m.
April 27, 1990
2:00 p.m.
April - June 1990
April - June 1990
April - June 1990
June, 1990
July, 1990
It is recommended that the attached Resolution be adopted, in
its entirety, authorizing the RFP be issued on January 26, 1990
with proposals due April 27, 1990.
Attachments:
Proposed Resolution
Draft RFP
3
3