Loading...
HomeMy WebLinkAboutR-88-10660 F J-88-1060 11./3/88 RESOLUTION NO. Nh-"10W)' A RESOLUTION AUTHORIZING THE: ISSUANCE OF A REQUEST FOR PROPOSALS ON NOVEMBER 30, 1988, AND IN SUBSTANTIAL ACCORDANCE WITH THE ATTACHED, FOR A UNIFIED DEVELOPMENT PROJECT FOR THE DEVELOPMENT OF MARINE -ORIENTED RECREATIONAL AND RETAIL USES, INCLUDING FOOD AND BEVERAGE SALES, ON AN APPROXIMATELY .7 ACRE CITY -OWNED RIVERFRONT LAND PARCEL LOCATED BETWEEN SW 2 AND 3 STREETS ON SW NORTH RIVER DRIVE ON THE MIAMI RIVER, MIAMI, FLORIDA; SELECTING A CERTIFIED PUBLIC ACCOUNTING FIRM AND APPOINTING MEMBERS TO A REVIEW COMMITTEE TO EVALUATE PROPOSALS AND REPORT FINDINGS TO THE CITY MANAGER AS REQUIRED BY CITY OF MIAMI CHARTER SECTION 29-A(c). 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 to be acquired by the City and is to be used for development of improvements; and WHEREAS, on May 14, 1987, by Resolution No. 87-440, the City Commission determined that for the development of certain improvements on City -owned property located between SW 2 and 3 Streets on SW North River Drive, it is most advantageous for the City to procure by the Unified Development Project process an integrated package that includes planning and design, construction, leasing and management; and WHEREAS, Resolution No. 87-440 further authorized the City Manager to develop a unified development Request for Proposals (RFP) for the development of marine -oriented recreational and retail uses, including food and beverage sales, at the SW North River Drive waterfront development site; and WHEREAS, Section 29-A(c) of the City Charter requires that the City Commission hold a Public Hearing to consider the contents of the Request for Proposals (RFP); and WHEREAS, on October 6, 1988, the City Commission adopted a Resolution scheduling a Public Hearing for November 3, 1988, at 3:00 pm; and ia73 t tJ[�^7 9q7 LI S iJC: J CITY COMMISSION MEETING OF gg W r'� lb Is WHEREAS, Section 29-A(c) further authorizes, at the conclusion of the Public Hearing if the City Commission is disposed to proceed, issuance of a RFP, selection of a certified public accounting firm, and appointment of members to a review committee from persons recommended by the City Manager; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FL,ORIDA: Section 1. The City Manager is hereby authorized to issue a Request for Proposals on November 30, 1988, and in substantial accordance with the attached, for the unified development of marine -oriented recreational and retail uses, including food and beverage sales, on an approximately .7 acre, City -owned riverfront land parcel located between SW 2 and SW 3 Streets on SW North River Drive on the Miami River, Miami, Florida. Section 2. Said Unified Development Project shall include the following elements: - Planning and design, construction, leasing and management. Section 3. The certified public accounting firm of Peat Marwick, Main & Company, subconsulting with Grau & Company, is hereby selected to analyze said proposals and render a written report of its findings to the City Manager. Section 4. The following individuals are hereby appointed members of the review committee to evaluate each proposal and render a written evaluation of its findings to the City Manager, including any minority opinions: MEMBERS OF THE PUBLIC Sally Jude, Miami River Business Association Michael Moore, Miami River Coordinating Committee Patrick O'Connor, Metro -Dade County Louis Waldmann, The Marine Council CITY EMPLOYEES Alberto Armada, General Services Administration Janet Gavarrete, City Manager's Office f Yvette Philip, Planning Department 2 88-IL066 ; a- w PASSED AND ADOPTED this 3rd day of November ,1988. IER L. SU REZ, mayor ATTE RA TTY HII, i y CIe _ PREPARED AND APPROVED BY: 7 � , i ROBERT F. CLARK Chief Deputy City Attorney APPROVED AS TO FORM AND CORRECTNESS: Z;;;;�l — co- - - - — '3`ORGEf L. 7FERNAPDEZ City Attorney R r r REQUEST FOR PROPOSALS FOR THE UNIFIED DEVELOPMENT OF THE SW NORTH RIVER DRIVE PROPERTY (Located between SW 2nd & 3rd Streets adjacent to the 1-95 Overpass on the North Bank of the Miami River) CITY OF MIAMI Xavier L. Suarez, Mayor Rosario Kennedy, Vice Mayor Miller J. Dawkins, Commissioner Victor H. De Yurre, Commissioner J.L. Plummer, Jr., Commissioner Cesar H. Odio, City Manager Prepared by: Department of Development 300 Biscayne Boulevard Way Suite 400 Miami, Florida 33131 Tel. (305) 372-4590' Proposals Due: 2:00 p.m., Wednesday, March 1, 1989 t ID t 8-106V 5 r 4 �l 111 r i f REQUEST FOR PROPOSALS FOR THE UNIFIED DEVELOPMENT OF THE SW NORTH RIVER DRIVE PROPERTY (Located between SW 2nd & 3rd Streets adjacent to the 1-95 Overpass on the North Bank of the Miami River) CITY OF MIAMI Xavier L. Suarez, Mayor Rosario Kennedy, Vice Mayor Miller J. Dawkins, Commissioner Victor H. De Yurre, Commissioner J.L. Plummer, Jr., Commissioner Cesar H. Odio, City Manager Prepared by: Department of Development 300 Biscayne Boulevard Way Suite 400 Miami, Florida 33131 Tel. (305) 372-4590' Proposals Due: 2:00 p.m., Wednesday, March 1, 1989 TABLE OF CONTENTS Page I. PUBLIC NOTICE ........................................ 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 ............... 6 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 CONSIDERATIONS A. Development Objective ........................... 10 B. Lease Term ...................................... 10 C. Annual Lease Payment ............................ 10 D. Use ............................................. 10 E. Adjacent Property Consideration ................. 11 F. Site Improvements ............................... 11 G. Parking ......................................... 11 H. Permitting ...................................... 12 I. Architectural Treatment of Improvements......... 12 J. Estimated Construction Costs .................... 12 K. Project Financing Strategy ...................... 12 L. Development Schedule ............................ 12 M. Method of Operation ............................. 12 N. Minority Participation .......................... 13 O. Contract Terms .................................. 13 V. PROPOSAL FORMAT A. Credentials ..................................... 13 B. Project Proposal ................................ 14 C. Additional Requirements ......................... 15 VI. EVALUATION CRITERIA A. Review Committee Evaluation Criteria............ 15 B. CPA Firm Evaluation Criteria .................... 18 88-1066 it IP TABLE OF CONTENTS (CONT'D.) VII. TERMS AND CONDITIONS TO BE CONSIDERED IN THE LEASE AGREEMENT A. Authorization...: ......... ...... 18 B. Terms and Conditions ............................ 18 i I VIII. PROPOSAL SUBMISSION PROCEDURES ....................... 23 APPENDIX A. NW North River Drive Design/Design 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. 10062 I EXHIBIT 1. Property Survey EXHIBIT 2. Declaration, Professional Information and Financial Disclosure Forms 3 5 (NOTE: Appendices and Exhibits NOT included in this Draft) 88--1066 I. PUBLIC NOTICE The City of Miami is inviting interested parties to submit Unified Development project proposals for the planning and design, construction, leasing and management of an approximately .7 acre City - owned land parcel located between S.W. 2nd and 3rd Streets on S.W. North River Drive along the Miami River in Miami, Florida for restaurant and marine -related commercial and recreational uses. The upland parcel includes approximately 264 linear feet of frontage along the north bank of the Miami River. All proposals shall be submitted in accordance with the Request for Proposals document which may be obtained from the City of Miami Department of Development, 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 Thursday, December 15, 1988, 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 invited 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., Wednesday, March 1, 1989, and will be publicly opened on that day. The City of Miami reserves the right to accept any proposals deemed to be in the best interest of the City, to waive any irregularities in any proposals, or to reject any or all proposals and to re -advertise for new proposals. 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 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. Ad v . # Cesar H. Odio City Manager 1 SS--1066 I& I I . PROJECT OVERVIEW A. Summary 2 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 an approximately .7 acre riverfront parcel on the Miami River. The City -owned, triangular shaped parcel is located between S.W. 2nd and 3rd Streets along S.W. North River Drive approximately one mile west from the mouth of the river at Biscayne Bay. Miami's "working river" flows diagonally through the City from its mouth at Biscayne Bay generally defining the southwestern edge on the downtown area of the City of Miami, Dade County, Florida, as shown in Figure I. "Regional Location Map" and Figure 2. "Area Location Map. On December 1-9, 1985, the City Commission passed Resolution 85-1236 adopting the N.W. North River Drive Design/Development Concepts, in principle, that among other things, set forth a general development and implementation program for publicly owned properties along the Miami River from S.W. 2 Avenue to N.W. 5 Street, included herein as Appendix A. On May 14, 1987, the City Commission adopted Resolution 87-440 declaring that the most advantageous method to develop certain improvements on the riverfront parcel offered herein is by the "Unified Development Project" process, as set forth in City Charter. Section 29-A(c) and City Code Section 18-52.9. Resolution 87-440 further authorized the preparation of a Unified Development Request for Proposals and scheduled a Public Hearing for July 9, 1987 to take testimony regarding the Request for Proposals. Said Public Hearing was deferred by Resolution 87-665.1 and rescheduled for November 3, 1988 by Resolution 88-894. At the conclusion of the Public Hearing on November 3, 1988, the City Commission adopted Resolution 88- 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 under a property lease agreement with the City of Miami. 2 SS--106FD ....... .N. nor. e. ro.....r [Dnr••1•ry DADE COUNTYMI.MI C1.►��N1 M. — 1,. ,..K" .. ,I 1 r..r.wCtl O, I •.1111WRI I11 W /I ! I RIl folly P OPA-IOCRA TS i t 0 "AIR IN + }t Q � R 1. (INTt.I it"/"A 111 r•11NI. It" Nf 1)l 1I w w u1 n NORTH MIAMI = )s If 1001141, C1wr 1 N w 111 11 171 Dolt 11 Nw 10111 ; n IF rn . HIAIFAH Nw NIt M /e .1 VIP N IN If It r N1.1.N1A1RI1 .I � � MAItAN DtIVI q tT � ° MIAMI t Nw 1,11 MIAMI Q 1� SPRINGS t RIA& C 7 - unr�r rrrw. 111 lulu rural Ttw/ II )t NW last MIAMI 0011N11IC1No1 N W M 11 r An.OII rl... 1y ""W"AM VIAT 2 I� G�1. ♦0 IASI Will l rrwr � Q �''4Iny,1 1 If W /IAdlt tt IAMIAAM itAl i II Cl II t. N..111 >, tw IIVM (Alit OCN01 > „II s1 "MACII AM CCIIAI WAT 1111 e ; *K"MACRA � CORAL Q i SS t CAsIES N R nl �tw t I011 _ tIM AVI s IN H It sw )lsr.L tw r Y . 0onto- 0 r t Of III fill . •r o s w caAl ntI a � 0 wl n � i INCIMrSCIlI .r I V V � ►AU pp i SW 111,1111 tllttKA DIM t w III tl 1. lu fl `� d4 NAI/AIN ON Sr. )It 11 I.r C IIIII r0 11 T. I11.r11NI MIN..1 TO HOMFSTEAID AND KEY WEST OlNwtt.tr 1 � ..tlr+l COCOM/l O.Ort PA" F f r • 1t d MAIM1CIu NAMMOC■ TA.W CAA r►OMpA ttAll ►AIR -� 11 rA F O MStArM Figure 1. Regional Location Map i. — Adkh 'rw�'whl^vs l � � � �( lL �i_��114 0 eat Ld mon fl Li, j /__j C i\� � �, ll�l l 'i_"nil �:� igure 2. Area Location Map 4 t s.• r r Off > 0 t A. Site I_.ocation The S.W. North River Drive site, shown in Figure 3. "Project Location Map," is Located along a stretch of the Miami River shared by a variety of waterfront uses including fisheries, shipping docks, seafood processing firms, parks, restaurants, parking lots, and vacant parcels. Recent attention by both the private and public sectors has focused on the river's development potential, as evidenced by a number of significant projects announced. The City of Miami is proceeding, by way of this Request for Proposals, to develop its first riverfront site west of the downtown core. The North River Drive triangular site is bounded generally on the east and south by Municipal Parking Lot No. 17 (built under the I-95 Overpass at S.W. 3 Street), on the west by the Miami River and on the north by a strip of privately owned property intersecting with North River Drive. at S.W. 2nd Street. Abutting property at the extreme southern tip is privately owned. Frontage along S.W. North River Drive is approximately 54 feet at its northeastern edge. River frontage is approximately 264 linear feet. Directly across from the site, on the southern bank of the Miami River, is Jose Marti Riverfront Park, a 9.7-acre City park completed in 1984. (Refer to Exhibit I. "Property Survey" for detailed property description.) Municipal Parking Lot No. 17 is comprised of 143 surface parking spaces, presently underutilized. Additional metered parking is found along the length of North River Drive. C. Project Parcel Description 1. Owner: City of Miami 2. Location: 236 S.W. North River Drive 3. Legal Description: Lot 2, except the south 57.6 feet of East Riverside, according to the plat thereof, recorded in Plat Book 28, at page 43, of the Public Records of Dade County, Florida; less right-of-way of State Road No. 9, according to right-of-way mamp in Plat Book 83, page 21 of the Public Records of Dade County, Florida and less begin at the north line of said Lot 2 at a point 115.06 feet north 87 43'34" east from the northwest corner thereof, thence north 87 43'34" East 109.25 feet along the north line of said Lot 2 to the northeasterly corner thereof, thence south 35 31'26" east 122.57 feet along the northeasterly line of said Lot 2, thence south 87 43'34" west 203.70 feet, thence north 12 36'47" east 106.07 feet to the point of beginning. Lot 1, less the north 15 feet, of East Riverside, according to the plat thereof, as recorded .in Plat Book 28, page 43, of the Public Records of Dade County, Florida. 4. Area: 30,590 sq.ft.; .7 acres 5 88-" 1066 v P Figure 3. Project Location Map 6 SH-106f), V 5. Zoning: WF-1/7; Waterfront Industrial., Land Use Intensity Sector 7 6. Present Use: Occupied by Garcia Brothers Seafood, Inc., a tenant at will on a month -to -month basis, subject to cancellation by City, for selling and processing seafood products and docking space. 7. Existing Improvements: Two buildings: one metal frame built in 1939 and one wood frame built in 1925, conditions poor; roof overhang from metal frame building to river's edge; asphalt pavement; seawall: approximately 90 linear feet wood requiring replacement, approximately 174 linear feet steel requiring repair and/or replacement. 8. River Frontage: Approximately 264 linear feet 9. S.W. North River Drive Frontage: Approximately 54 feet 10. Assessed Value (1984): $283,770 D. Unified Development Project Schedule (Anticipated) Issuance of Request for Proposals November 30, 1988 Proposal Pre -Submission Conference December 15, 1988 Location: Dept. of Development 10:00 a.m. 300 Biscayne Blvd. Way Suite 400 Miami, Florida 33131 Proposal Submission Deadline March 1, 1989 Location: Office of the City Clerk 2:00 p.m. Miami City Hall 3500 Pan American Drive Miami, Florida 33133 Acquisition of Appraisals March 1, 1989 CPA Firm Evaluation of Proposals Complete April 14, 1989 Review Committee Meeting May 1, 1989 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 Fi May 10, 1989 June 27, 1989 July 13, 1989 88-1066 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 I. City The City shall provide no direct or indirect financing to the development. The City has recently completed storm drainage and street improvements along North River Drive at a cost of $1.3 million towards its commitment to the development of a combination shore - drive and river promenade. Completed street improvements from the 5th Street Bridge to the 2nd Avenue Bridge feature an average 11- foot wide sidewalk with a colored paver wave pattern and a colonade of queen palms. 2. Successful Proposer The successful proposer is required to provide equity and debt capital adequate to finance all aspects of the proposed Unified Development of the property including shoreline stabilization. The successful proposer shall provide funding to reimburse the City for direct costs incurred in evaluating all proposal submissions, 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 Propert The City will enter into a property lease agreement with the successful proposer for the parcel particularly described in Section II.C.3. The proposed term of the lease agreement shall be negotiated to compliment the financing strategy and/or the depreciation schedule. The lease agreement 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.). 8 88-1066 f City owned property is held in public trust and cannot be mortgaged or subordinated in any way as a part of the lease agreement. Al leasehold improvements shall revert to the City upon the expiration of the lease germ. 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. E. Execution of Contracts All contracts for Unified Development projects shall be signed by the City Manager or his 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 hearing. Prior to such public hearing, the Commission shall seek and obtain a report from the City Manager and from the Review Committee that evaluated the proposals for the project, concerning the advisability of exercising that right. G. Definition of Uses Proposals must include a definitive development program, including phasing, if any, a financial strategy and feasibility, and a guaranteed time of completion schedule that can be realistically evaluated under the requirements of this Request for Proposals to form the basis for selection by the City. IV. PROPOSAL DEVELOPMENT CONSIDERATIONS Respondents to this invitation are advised that the following factors must be considered and adhered to in the development of project proposals and will be critically evaluated. - 9 88-ldbf1 P A. Development Ob iect ive Proposals must meet the City's development objective seeking the most active and productive commercial use of the site related to waterfront activities for which this portion of Miami's "working river" is reserved. The project shall include a restaurant as its principal use and is encouraged to include other water -dependent or water -related commercial and recreational. uses permissible under WF-I/7 zoning. Improvements shall be responsive to the character, environmental and design factors inherent to the Miami riverfront and the site. Aesthetics of the development will be a prime consideration in the evaluation of proposals. The City expects the proposed architecture to be responsive to the South Florida sub -tropical climate and its waterfront setting. of special concern is the facade and sillouette as viewed from the Miami River and North River Drive and treatment of the water's edge with respect to increased visual and physical accessibility. B. Lease Term The term of a lease agreement to be executed between the City and the successful proposer shall be negotiated to compliment the financing strategy and/or the depreciation schedule. C. Annual Lease Payment For the initial three years of the lease term, the minimum annual guaranteed rental payment to the City for lease of the property shall be $50,000 plus, on a cumulative basis, 5% of gross revenues up to $1 million, 3% of gross revenues over $1 million and up to $2 million, and 2% of gross revenues in excess of $2 million. The annual lease payment beyond the initial three years of the term shall be subject to negotiation. D. Use The site is located i.n a zoning district intended for high intensity marine activities. Due to the importance of such activities to the local economy and the limited area suitable and available for such activities, the WF-I zoning district is intended to limit principal and accessory uses to those reasonably requiring location within the district (refer to City of Miami Zoning Ordinance, WF-I Schedule of District Regulations for detailed and specific information). For purposes of responding to this Request for Proposals, the principal uses of the property shall be a restaurant oriented to the riverfront and recreational use of the water's edge. Accessory 10 88-1066 1 _ r 4P IP uses that may be realistically configured on the site, in addition to its principal. uses, include such commercial, service, wholesale, and retail uses permissible under WF-I zoning, with the exception of marine repair facilities. E. Adjacent Property Consideration Abutting_ the extreme southern edge of the City's property is a 1,568 sq.ft. triangular shaped, unimproved parcel with approximately 57 linear feet frontage along the river that is in private ownership (refer to Exhibit 1. "Property Survey"). The City is negotiating with the owner for purchase or as a joint venture development partner. For purposes of this proposal submission, proposers are advised that the adjacent property may or may not be offered for development. Accordingly, site design of the proposed development shall include "Alternative One --Adjacent Property NOT Included" and "Alternative Two --Adjacent Property Included." F. Site Improvements The property is offered "as is." Existing facilities shall be demolished by the successful proposer. The successful proposer shall be required to stabilize the shoreline that includes replacement, of the wood seawall and repair or replacement of the steel seawall, as neccesary. While construction of a riverwalk is not required at the water's edge, the water's edge shall be treated as public open space providing both a visual and physical connection to the riverfront intended to function for active recreational useage. There is approximately 26 feet between the channel line of the Miami River and the bulkhead of the property affording the opportunity for construction of temporary dockage facilities to accommodate vessels parallel to the shoreline. 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. G. Parking Minimum off-street parking requirements may be achieved by utilization of adjacent Municipal Parking Lot No. 17. The successful proposer shall be required to negotiate and enter into a separate agreement with the Department of Off -Street Parking, subject to the approval of the Off -Street Parking Authority and the City of Miami. 11 88-1066 U ll. Permitting T The successful_ proposer shall be responsible for acquiring all required permits and approvals from, but not limited to, the Army Corps of Enqineers, the State Department of Environmental Regulation (DER), Metro Dade County Department of Environmental Resources Management (DERM), and the City of Miami. I. 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 riverfront. setting. The City does not seek an architecture or a setting imitative of any other geographic area. The appropriate context for the riverfront can best be expressed through the use of 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. J. Estimated Construction Cost A detailed construction cost estimate shall be furnished for the entire proposed development. Included as separate items, shall be the estimated cost of furnishings, fixtures and equipment. K. Project Financing Strategy _ The proposer shall provide financing for all building and site improvements including public spaces and amenities associated with the development. L. Development Schedule Respondents shall submit a proposed development schedule for each significant improvement of the complete project. Development shall 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. M. 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 12 88 -106(; T 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 restaurant operator must be a member of the proposer's team and must complete all applicable forms included in Exhibit II. N. Minority Participation Respondents will be required to comply with all applicable federal, state and local affirmative action legislation and regulations, including City of Miami Ordinance No. 10062 (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. O. 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. V. PROPOSAL FORMAT Proposals submitted in response -to this invitation must include the following information: A. Credentials 1. 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. 13 88-1066 a AV 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. 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,' parallel boat moorings On -site loading and service parking requirements Lot No. 17 parking requirements 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 5. A Proposed Lease Term complimenting the financing strategy and/or depreciation schedule 6. A $50,000 Minimum Annual Guaranteed Rental Payment to the City plus the dollar amounts for payment to the City of a Percentage of Gross Revenues Collected, in accordance with Section IV.C. 7. Project Development and Operating Pro Fo rmas 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 14 ��"1 Osifi 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. 3. Letters from financial institutions documenting the proposer's ability to finance all aspects of the proposed development. 4. Letters indicating the proposer's ability to obtain required bonds and insurance. 5. Documentation of minority participation pursuant to the goals set forth in City of Miami ordinance No. 10062. 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 November -3, 19L88, 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: 15 88 -1066 F _ _ 0. r r I. Experience of the proposer ........................15% 2. Capability of the development team ....... I ........ 15% 3. Financial capability, level of financial commitment. ....................... ...............20% 4. Financial return to the City......................20% 5. Overall project design ............................20% 6. Extent of minority participation ..................10% Proposers are encouraged to have their proposals conform to the following factors which will be utilized by the review committee in evaluating the proposals: 1. Experience of the Proposer (15%) (a) Qualifications and capability of the proposer in development of the types of uses proposed — (b) Specific experience of the proposer in development and management of the types of uses proposed, comparable in magnitude and scope 2. Capability of the Development Team (15%) (a) Composition of the development team (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 16 88-1066 4 rill V 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 in an amount of $50, 000 plus, on a cumulative basis, 5% of gross revenues up to $1 million, 3% of gross revenues over $1 million and up to $2 million, and 2% of gross revenues in excess of $2 million. The annual lease payment beyond the initial three years of the term shall be subject to negotiation. (b) Dollar value, extent and timing of capital improvements (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 the Miami River (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 Li V*1 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. VII. TERMS AND CONDITIONS TO BE CONSIDERED IN THE LEASE AGREEMENT A. Authorization Upon authorization of the City Commission, the City Manager or his designee shall negotiate all aspects of a lease agreement including planning, design and engineering, construction, and management with the successful proposer. 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 of $50,000 plus, on a cumulative basis, 5% of gross revenues up to $1 million, 3% of gross revenues over $ million and up $2 88-loch 18 P JP million, and 2% of gross revenues in excess of $2 million. The annual lease payment beyond the initial three years of the term shall be subject to negotiation. Payment schedules Right to audit No counterclaim or abatement of minimum rental 3. Conditions for Lease City of Miami Charter Section 29-B (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. 4. Insurance Certificates of Insurance Types of Insurance (Insurance requirements to be supplied by City) 5. Performance and Payment Bond Prior to commencement of construction on the property by the successful proposer, the successful proposer shall furnish the City with a performance and payment bond in an amount to be specified to insure that the Lessee will promptly make payment to all claimants supplying labor, materials, or supplies used directly or indirectly in the prosecution of the work provided for in the lease agreement, and to pay the City all losses, damages, expenses, costs and attorney's fees, including appellate proceedings, that the City sustains because of a default by the Lessee under the Lease Agreement. The bond shall be subject to the approval of the City Insurance Manager and comply with FS 255.05, Florida Statutes (1987). 19 88-106C V* a 6. Indemnification The successful proposer covenants and agrees that it shall indemnify, hold harmless, and defend the City 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, expenses and liabilities incurred in and about the defense of any such claim 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 9. Design, Engineering and Construction of Improvements Description of Improvements Developer's Obligation to Construct Improvements Submission of Construction Documents Review and Approval of Construction Documents Changes in Construction Documents Submission for Building Permit Contract(s) for Construction Conditions Precedent to Commence Construction Commencement and Completion of Construction Improvements Progress Reports Payment of Contractors and Supplies Cancellation or Discharge of Liens Filed Construction Coordination and Cooperation 10. Preparation of Premises for Development Property offered for lease "as is" Developer assurance 11. Operation and Management of Leased Premises Description of premises Operation and maintenance standards 20 88-1066 12. Equity Capital and Mortgage Financing Sufficient Funds to Construct Improvements Notification of Securing Sufficient Funds Lessee to Furnish Name and Address of Mortgagee Lessee to Notify City of Other Encumbrances Rights and Duties of Mortgagee 13. Public Charges/Fees/Taxes Covenant for Payment of Public Charges Evidence of Payment of Public Charges Utilities: The successful proposer shall pay for all utilities consumed on the premises as well as connection and installation charges thereof Property Taxes: The successful proposer shall pay all taxes on all improvements 14. Maintenance, Repair and Replacement Maintenance and Repair Reserve for Replacements Waste Alterations of Improvements 15. Condemnation Adjustment of Rent Proration of Condemnation Awards Temporary Taking Award Taking Definition of Taking 16. Default - Termination Default by Lessee Default by City Obligations, Rights and Remedies Cumulative Non -Action or Failure to Observe Provisions Hereof Non -Performance Due to Causes.Beyond Control of Parties Surrender of Premises Ownership of Equipment and Furnishings on Termination Party in Position of Surety With Respect to Obligations 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 21 88 -106t; 01, Ir 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 any fee, commission, percentage, brokerage fee, or gift of any kind contingent upon or resulting from the award of making the lease agreement. 20. Conflict of Interest The successful proposer is aware of the conflict of interest laws of the City of Miami, Dade County, Florida, and the Florida 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 law 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. 88-1066 22 T 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. 10062, the Minority and Women Business Affairs Procurement Program ordinance of the City of Miami, (Appendix "C") and agrees to comply with all applicable substantive and procedural provisions therein, including any amendments thereto. 25. Miscellaneous As applicable VIII. PROPOSAL SUBMISSION PROCEDURES Proposal submissions must be marked: - Unified Development Proposal for the SW North River Drive Property, Miami, Florida Proposals submissions must be received at: Office of the City Clerk City of Miami 3500 Pan American Drive Miami, Florida 33133 One (1) original and twelve (12) copies of a complete proposal submission in an 8-1/2"x1l" bound format and one set of board - mounted illustrative drawings are required to be submitted by 2:00 p.m., Wednesday, March 1, 1989, 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., March 1, 1989, or at any other City office 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. 23 88 -1066 .t CITY OF MIAM1, FLORIDA 76 INTER -OFFICE MEMORANDUM TO. Honorable Mayor and Members of the City Commission s FROM: Cesar H. Odi City Manager RECOWIMATION: DATE: r , V T ` i ^n FILE: �r f 04U SU■.,ECT:proposed Resolution Authorizing Issuance of UDP RFP/SW North River Drive Property REFERENCES: Hearing Item for City Commission Meeting of Nov 3, 1988 ENCLOSURES: It is respectfully recommended that the City Commission adopt the attached Resolution authorizing the issuance of a Unified Development Request for Proposals (RFP) on November 30, 1988, for the development of marine -oriented recreational and retail uses, including food and beverage sales, on an approximately .7 acre city -owned riverfront land parcel located between SW 2 and 3 Streets on SW North River Drive on the Miami River, Miami, Florida; selecting a certified public accounting firm and appointing members to a review committee to evaluate proposals and independently report findings to the City Manager. BACKGROUND: The Department of Development has prepared the attached Unified Development draft RFP for the SW North River Drive property to be presented on the November 3, 1988, Commission meeting as a Public Hearing item scheduled for 3:00 p.m. to take testimony regarding its contents. The City of Miami Charter Section 29-A(c) allows for "Unified Development Projects" (UDP) where an interest in real property is owned or to be acquired by the City and is to be used for development of improvements. on May 14, 1987, by Resolution 87-440, the City Commission r determined that for the development of certain improvements on City -owned property located between SW 2 and 3 Streets on SW North River Drive, it is most advantageous for the City to procure by the Unified Development Project process an integrated package that includes planning and design, construction, leasing and management. Resolution 87-440 further authorized the City Manager to develop a unified development Request for Proposals (RFP) for the development of marine -oriented recreational and retail uses, including food and VE beverage sales, at the SW North River Drive waterfront development site. ��''""�.�',�►� fir; 91 Honorable Mayor and Members of the City Commission Page Two Section 29-A(c) of the City Charter requires that the City Commission hold a Public Hearing to consider the contents of the Request for Proposals (RFP). On October 6, 1988, the City Commission adopted a Resolution scheduling a Public Hearing for November 3, 1988, at 3:00 pm, and as authorized by the City Charter, the City Commission if disposed to proceed at the conclusion of the Public Hearing directs the City Manager to issue the RFP on November 30, 1988, select a certified public accountant firm and appoint members to a review committee to evaluate proposals and report findings to the City Manager. The attached draft calls for restaurant use of the property, active recreational use of the water's edge, and encourages other commercial water -dependent or water -related uses of the site allowable under current WF-I zoning. The RFP stipulates an annual rental payment to the City for lease of the 30,590 sq.ft. property at a $50,000 minimum annual guaranteed rent plus 5% of gross revenues up to $1 million, 3% of gross revenues over $1 million and up to $2 million, and 2% of gross revenues in excess of $2 million. The annual rental payment beyond the first three years of the lease shall be subject to negotiation. The lease term shall be reasonably related to the proposer's financing strategy or the depreciation schedule. Proposals submitted in response to this RFP shall be evalluated baseds on the following criteria established in the RFP as follows: 1. Experience of the proposer .....................15% 2. Capability of the development team.............15% 3. Financial capability, level of financial commitment.....................................20% 4. Financial return to the City...................20% 5. Overall project design .........................20% 6. Extent of minority participation...............10% The certified public accounting firm of Peat Marwick, Main & Company, subconsulting 50% of the contract value with Latin minority -owned firm of Grau & Company, is recommended as the CPA firm for this Unified Development Project. This firm was ranked as number one out of a total of five submissions received by the City. IP r_1 Honorable Mayor and Members of the City Commission Page Three a It is further recommended that a seven -member review committee be appointed to independently evaluate proposals, comprised of four representatives of the public and three City employees as follows: Members of the Public: . Michael Moore, Miami River Coordinating Committee 2. Patrick O'Connor, Metro -Dade County Public Works Dept. 3. Sally Jude, Miami River Business Association 4. Louis Waldmann, Director, The Marine Council City Employees: I. Janet Gavarrete, City Manager's Office 2. Yvette Philip, Planning Department 3. Alberto Armada, General Services Administration s Attachments: Proposed Resolution Draft RFP