HomeMy WebLinkAboutR-88-0992J - 8 8 - 9 9 7
10/27/88
RESOLUTION NO. Sti-990Z
A RESOLUTION AUTHORIZING THE ISSUANCE OF A
REQUEST FOR PROPOSALS ON NOVEMBI',R 14, 1988,
O
IN A FORM ACCEPTABLE TTHE CITY ATTORNF,Y, 1/
FOR A UNIFIED DEVELOPMENT 1)RO.TFCT FUR THE
DEVELOPMENT OF A FULL- SFRVICK BOAT YAR1)
FACJLITY, MARINA, AND ANCILLARY MARINE -
RELATED RETAIL USE ON AN APPROXIMATELY 1 2 . 5 7
ACRE CITY -OWNED WATERFRONT PARCEL INCLUDING
6.36 ACRES OF UPLAND AND 6.21 ACRES OF BAY
BOTTOM CONTIGUOUS TO THE UPLAND LOCATED AT
2640 SOUTH BAYSHORE 1)KIVE, MIAMI, FLORI1)A;
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 CLTY 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 is to be acquired by the City and is to
be used for development of improvements; and
WHEREAS, on March 8, 1988, just such a project involving
the lease of the 2640 South Bayshore Drive property was
disapproved by the electorate making it necessary for the City
Commission to examine again the question of how to develop said
property; and
WHEREAS, on September 27, 1988, by Motion No. 88-850, the
City of Miami Commission directed the City Manager to prepare a
Unified Development Request for Proposals for the 2640 South
Bayshore Drive Property; and
WHEREAS, on October 6, 1988, the City Commission determined
that the development of approximately 12.57 acres of City -owned,
waterfront property including 6.36 acres of upland and 6.21 acres
of bay bottom contiguous to the upland located at 2640 South
Bayshore Drive, Miami, Florida, would best be accomplished using
the UDP process for a full -service boat yard facility, marina,
and ancillary marine -related retail use; and
I/ Substantially in accordance with the attached.
EWINNIOLUKD
CITY COMMISSION
MEETING OF
OCT 2Q'7 19888
RESOLUTION No. L148-9 7p i0�
.l!
WHEREAS, Section 29-A(c) of the City Charter requires that
the City Commission hold a Puhlic Hearing to consider the
contents of the Request for Proposals (RF11); And
WHEREAS, on October 6, 1989, the City Commission adopted a
Resolution scheduling a Public Hearing for October 27, 1988, at
4:00 pm; and
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, FLORIDA:
Section. 1. The City Manager is hereby authorized to issue a
Request for Proposals on November 14, 1988, in a form acceptable
to the City Attorney 2,/ for the Unified Development of a fulI-
se rvice boat yard facility, marina, and ancillary marine -related
1
retail use on approximately 12.57 acres of City -owned, waterfront
property including 6.36 acres of upland and 6.21 acres of bay
bottom contiguous to the upland located at 2640 South Bayshore
Drive, 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 Arthur
Andersen & Co. subconsulting with the minority -owned firms of
Sharpton, Brunson & Co. and Verdeja, Iriondo & Gravier is hereby
selected to analyze said proposals and render a written report of -
i
` 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:
2/ Substantially in accordance with the attached.
0 a
MEMBERS OF THE PUBLIC
John. Brennan, Past Chairman., The Waterfront Board
John Gonzales, The Marine Council
Cyrus M. Jollivette, Vice President for University Relations,
University of Miami
Peter Sawyer, The Marine Council
Morris Proenza, Proenza, White & Huck P.A.
CITY EMPLOYEES
Edith Fuentes, Building & Zoning Department
Guillermo Olmedillo, Planning Department
Albert Ruder, Parks Recreation & Public Facilities Department
Adrienne Macbeth, Office of Minority, Women & Business Affairs
PASSED AND ADOPTED this 27th day of October 1988.
XAVIER L. SUARE , Mayor
ATTEST:
HIRAl; Ci ty(QCtkSk
PR-EPPARED AND APPROVED BY: APPROVED AS TO FORM AND CORRECTNESS:
RAFAEL SUAREZ—RI AS JORGE L. FERNANDEZ
Assistant City Attorney City Attorney
i 0 i
Ll
0
o�PFt
REQUEST FOR
UNIFIED DEVELOPMENT PROPOSALS
FOR
2640 SOUTH 6AYSHORE DRIVE
MIAMI,FLORIDA
TO BE ISSUED: NOVEMBER 14, 1988
CITY OF MIAMI
Xavier L. Suarez* Mayor
Rosario Kennedy, Vice Mayor
Miller J. Dawkins, Cossaissioner
Victor H. De Yurre, Commissioner
J.L. Plummer, Jr. Cowdesioner
Cesar H. Odio, City Manager
Prepared bys
Department of Development
396 Biscayne Boulevard May
Suite 490
Mia
si, FloridaFiorida 33I3I
Tel. (305) 372-45M
Proposals Due: 2:00 p.m., Friday, February 17, 1989
- t
4 -
TABLE OF CONTENTS
Page
I. PUBLIC NOTICE ........................................ 1
II. OVERVIEW
A. Summary.. .... .... .. 2
Figure 1. �Regional�Location�Map.............. 3
Figure 2. Area Location Map .................. 4
B. Development Objective ........................... 2
C. Site Description ..... ......... ................. 2
Figure 3. Project Location Map ............... 5
D. Existing Facilities Description ................. 6
E. Commitment of Funds.......... .. ...... .... 7
F. Unified Development Schedule (Anticipated)...... 8
III. PROPOSAL FORMAT AND LEGAL REQUIREMENTS
-' A.
City of Miami Charter Section 29-A(c)...........
9
B.
Definitions of Uses...............................
.......... ...................
12
C.
Commitment of Services by the City ..............
12
IV. PROPOSAL
SUBMISSION GUIDELINES, CONTENT,
AND
PROCEDURES
A.
Proposal Development Considerations .............
12
_ B.
Proposal Content.... ... .....................
18
_ C.
Proposal Submission Procedures ..................
20
V. EVALUATION
CRITERIA
-_ A.
Review Committee Evaluation Criteria............
21
B.
CPA Firm Evaluation Criteria ....................
23
VI. TERMS AND CONDITIONS TO BE CONSIDERED
IN THE
LEASE AGREEMENT ...............................
23
APPENDIX A. City Charter and Code Sections; Pertinent Legislation
APPENDIX B. City of Miami Baywalk Dt-sign Standards
APPENDIX C. City of Miami Minority and Women Business Affairs
and Procurement Ordinance No. 10062
EXHIBIT 1. Legal Description & Existing Site Plan
EXHIBIT 2. Declaration, Professional Information, and Financial
Disclosure Forms
I (NOTE: Appendices and.Exhibits not included in this Draft)
4
4
t =
1 =
I
819-992
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 approximately 12.57 acres
of City -owned, waterfront property located at 2640 South Bayshore
Drive, Miami, Florida, for a full -service boat yard facility,
marina, and ancillary marine -related retail use. The property
Includes 6.36 acres of upland and 6.21 acres of bay bottom
contiguous to the upland extending into Biscayne Bay.
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. These documents contain
detailed and specific information regarding the property being
offered for Unified Development and the City's goals for the use of
the property by the successful proposer.
The City will conduct a Proposal Pre -Submission Conference on
Friday, December 9, 1988, 10:00 a.m. at the Department of
Development offices. 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., Friday,
February 17, 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. The City also reserves the
right to reject any proposal deemed to be n.on-responsive or not
responsible in possessing the financial capability of a successful
proposer as defined herein, or to not meet the minimum requirements
of this Request for Proposals prior to the Unified Development
Project evaluation process. In making such determination, the
City s consideration shall incline, but not be limited to the
proposer 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.
Cesar H. Odio
City Manager
Adv.
i
se-ss2 c�
H. OVERVIEW
A. Summary
The City of Miami is extending invitations to qualified and
experienced developers to submit proposals for development of a
full -service boat yard facility, marina, and up to 20,000 square
feet of ancillary marine -related retail use on approximately 12.57
acres of waterfront property at Dinner Key. Dinner Key lies in the
southeastern quadrant of the City of Miami, Dade County, Florida,
as shown in Figure 1. "Regional Location Map" and Figure 2. "Area
Location Map."
The 12.57 acre site, located at 2640 South Bayshore Drive, Miami,
Florida includes 10.88 acres commonly referred to as the Merrill
Stevens Dry Dock Company leased property. The 10.88 acre parcel is
comprised of 6.36 acres of upland and 4.52 acres of bay bottom
contiguous to the upland extending into Biscayne Bay. The City is
offering an additional 1.69 acres of bay bottom as an option for
expansion of the existing marina facilities. (Refer to Exhibit 1.
Legal Description and Existing Site Plan.)
Proposals shall include planning and design, financing and
construction of improvements appropriate to the character of the
site and the Dinner Key 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.
B. Development Objective
The Unified Development program for the waterfront property offered
for lease recognizes the need for preserving full -service marine
facilities within the Dinner Key area on Biscayne Bay. This Request
for Proposals document seeks a full -service boat yard facility,
marina, and marine related retail use of publicly -owned property,
while enhancing public access to the waterfront.
The City's Unified Development objective may be achieved by
compatible public/priva:� utilizatior of the property. Proposals
shall effectively and efficiently integrate the commercial use of
the property with increased physical and visual public access to the
waterfront as well as preservation of public open space.
C. Site Description
The 12.57 acre City -owned waterfront site is located at 26110 South
Bayshore Drive within the Dinner Key area as shown in Figure 3.
"Project Location Map." The property is bounded generally on the
east by Biscayne Bay and generally on the west by City of Miami park
_ property adjacent to South Bayshore Drive. Adjacent leaseholds on
City -owned property generally to the south include Grove Key Marina
2
ea-ysz /()
1AWAA.
t. "Ards
t NOYIITIAO ICItN{IOM
-_N.-t.
N f 1N f1
t•w ••
/r•.r ti
W TUft«iutU.KA
!S
S
r MAC
rtOPA-TL'OCN
I.C+NteAl
111 st
NOITH
_
T
S
MIAMI s
71 tt nOAe Civet
1c
w 11. 1t
III 10.1 ,. •M St
II
1V] li
i
"W 1011t
;
'
•
NIALEAH
New, Hfiff.
it
*$"me
I
=
N w 11
�
2
• �
t. W •,1..[I
Myo
Ire
=
...
.t 11 i
MAl1 Aw
OOIYt
MIAMI
�
;
MIAMI i
few
Si11
SI►IUNGS I
LEACH
a
1
AM►Qer
IR►W
VA1A IOrtts Cfw. .111
N W 3411
11r
,•
Ar1AY11//rINNAtIONAI
if
y
A1e►Oe1 it— f
�Nvv
i
s•..nnu •e O
tiMNAN w.r r�o
/At1 weft
r n
r
Wif \
I rrwr
W IIAG11/ IT
:
r11011
1 w t C
Sw e11
CAIt1
Oc"O.
i
/
�
1w
D
COOAI WA.
.0.ttl..+
»1r
01CRiMICRte
o ;
OF
co11A1
Q ; c , Csw. r«t,w
GAlLES
: :
;
I w
4011
swo Aug
• f
Sw H
SI
rMlOw
1
aid N-
[IT
.
i
.
W t+ $1
futile otwl
,.i••+• cOc ONuf
GROVI PAe1.
S
I �
�
Iw
u$1
C
.
Q
c
a
It
�;
YitIy SON
.r+
~
111 tl
r�l llAN o1
�
1M fl
O
;
;
1
s w COW Me of
MIT
B
lw 164 tt
Iw1r A`Irv! I
t W 114 11 r
•r d
«A1wlw of
I. I V s+
p• 1i [. 1
TO
HOMESTEAD AND OUT WEST
v"C"A soy
CIANOON
IAOe
oft'
j� KIT 01iCArw1
.• 0.M
CAM It00100,
ItAT1 rAe.
Figure 1. Regional Location Map
3
s fie. r
cc 2=0mm■■■ m � .
iii W::iii�i�.o�.'�1 L�l.■."�MMO. ���
Ln
�uuuuup0000°o°a
OBISCAYNE BAY
CHT CLUB
�h
v
I,,- CORAL REEF
ViRRICK YACHT CLUB
' GYM
Entry 0 ant 'A\`` \` MONTY TRAINERS
2.640 SOUTH BAYSHORE
DRIVE PROPERTY 0
MA --AIR
GROVE KEY MARINA
o O CITY OF MIAMI CITY HALL
COCONUT GROVE
SAILING CLUB
DINNER KEY
MARINA
)roject Location Map
. 11 ',-" , , ., . ". '' fl., ",J, 1 1-1 , - 11 1 1 1
and The Chart House Restaurant (sub -lease of Grove Key Marina).
Miami City Hall is in close proximity immediately south of Grove Key
Marina. Abutting the property generally on the north lies the City
of Miami Department of Public Facilities and the Elizabeth Virrick
Boxing Gym. Monty Trainer's Bayshore Restaurant and Marina is
located generally to the north of the City offices separated by a
surface parking lot. Proposers shall be responsible for reading and
being familiar with all adjacent municipally granted leaseholds and
subleases.
The 2640 South Bayshore Drive property is comprised of 6.34 acres
of upland and 4.52 acres of bay bottom contiguous to upland
extending into Biscayne Bay, commonly referred to as the Merrill
Stevens Dry Dock Company leased property. The City, in its sole
discretion, will consider offering an additional 1.69 acres of bay
bottom for marina expansion/reconfiguration purposes. The total bay
bottom available is 6.21 acres. Total acreage of the property is
12.57 acres.
The site is zoned PR -Parks & Recreation. The bay bottom acreage is
a part of Biscayne Bay, an aquatic preserve. The Biscayne Bay
Aquatic Preserve Act prohibits filling.bay bottom. The successful
proposer shall be responsible for obtaining a Major Use Special
Permit from the City of Miami and approval from the Metropolitan
Dade County Shoreline Review Board prior to construction.
D. Existing Facilities Description
From 1949 to 1984, the 2640 South Bayshore Drive property was leased
to Merrill Stevens Dry Dock Company. Since the expiration of the
lease agreement with the City in July, 19814, Merrill Stevens has
continued to occupy the site as a tenant of the City with a 120-day
notice provision to vacate.
Existing facilities are shown on the property Site Plan included as
Exhibit 1.
Facilities include two steel frame and panel hangars
built by Pan
American Airways when it selected Dinner Key as the
amphibious
aircraft base for its Interamerican Operations. The
larger of
the two hangars includes 38,451 sq.ft. Dimensions are
211.5' in
width, 181.8' in length and 54' in height. The larger
hangar is
currently used primarily to provide large boat dry
storage.
An upper loft level has been added for additional office
space. The
smaller hangar includes 18,562 sq.ft. Dimensions are
102,10' in
width, 181.8" in length, and 37' in height. The
interior of the smaller hangar has been altered to provide office
space.
Other facilities on the property include a one-story, 250 sq.ft.
machine shop and miscellaneous small structures.
The marina includes concrete docks containing 52 slips, a fuel dock
and a dockmaster building. A seawall, 1,091.5 linear feet in
length, forms the upland edge of the property.
31
The property and facilities will be open for inspection to
prospective proposers by appointment only. Contact Alberto Armada,
City of Miami Property and Lease Manager, at telephone (305) 579-
6318 for an appointment.
E. Commitment of Funds
1. Ci ty
The City shall provide no direct financing to the development.
Proposers are offered, as an option, utilization of proceeds from a
$1.5 _million revenue bond issue to be used exclusively for permanent
capital improvements to the facilities and property. Repayment
shall be guaranteed by the successful proposer and shall be paid to
the City in addition to the minimum annual uaranteed rent payment
of $350,000.
The City will enter into a property lease agreement with the
successful proposer for the property. The lease term schedule is
included in Section IV.A.2. of this document. The lease agreement
will be structured to provide the City with a minimum annual
guaranteed rent of $350,000 or a percentage of gross revenues,
whichever is greater.
City owned property is held in public trust and cannot be mortgaged
or subordinated in any way as a part of the lease agreement. The
City, in its sole discretion, will consider however, subordinating
to a secondary position the lease payments to the extent determined
to be reasonable in helping the successful proposer obtain
financing. To the extent that the annual rent payments are not met,
they become deferred lease payments to be paid to the City from
future available revenues, but in no event later than at the end of
the lease term.
A11 leasehold improvements shall revert to the City upon the
expiration of the lease term.
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. A minimum investment of $1.5 million
is required to be spent exclusively on permanent capital
improvements to the facilities and property by the successful
proposer immediately upon commencement of construction. The
successful proposer may, as an option, utilize proceeds derived from
1.5 million revenue bond to be issued by the City. The successfu
proposer shall be required to guarantee debt service repayment to
the City. Repayment amount due snall be in addition to the minimum
annual guaranteed rent payment of 350,000.
7
Proposals shall include an adequate market analysis of all project
components to allow assessment and evaluation by the selected
certified public accounting firm as a part of the proposal review
process.
The successful proposer is required to renovate
and upgrade existing
marina facilities including repair and/or
replacement of the
seawall.
_ The successful proposer shall provide funding to
reimburse the City
for direct costs incurred in evaluating all proposal
submissions,
Including appraisal fees and the professional
services cost of a
certified public accounting firm selected by the
City Commission.
F. Unified Development Schedule (Anticipated)
Issuance of Request for Proposals
November 14, 1988
Proposal Pre -Submission Conference
December 9, 1988
Location: Dept. of Development
10:00 a.m.
300 Biscayne Blvd. Way
Suite 400
Miami, Florida
Proposal Submission Deadline
February 17, 1989
Location: Office of the City Clerk
2:00 p.m.
— Miami City Hall
3500 Pan American Drive
Miami, Florida
City Manager Review for Compliance to RFP
March 1, 1988
Review Committee Meeting
March 22, 1988
CPA Firm Initial Evaluation of Proposals
Available
April 14, 1988
Review Committee Interviews
with Qualified Proposers April 26, 1989
Recommendation from the Review
Committee and CPA Firm to thy,
City Manager May 11, 1989
Recommendation from the City Manager
to the City Commission for
Selection of a Proposer May 25, 1989
III. PROPOSAL FORMAT AND LEGAL REQUIREMENTS
A. The CITY OF MIAMI CHARTER,. Section 29-A(e), provides the
following:
UNIFIED DEVELOPMENT PROJECTS
Charter Section 29-A c and Code Section 18-52.9 included
In Appendix A.)
Definition
Unified Development project shall mean a project where an
interest in real property is owned or is to be acquired by
the City, and is to be used for the development of _
improvements, and where the 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 of Miami, one (1) or more of
the following integrated packages:
(1) Planning and design, construction, and leasing;
or
(2) Planning and design, leasing, and management; or
(3) Planning and design, construction, and
management; or
(4) Planning and design, construction, leasing and
management.
So long as the person from whom the City procures one of the
above mentioned integrated packages provides all 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 project.
Requirements of Request for Proposals
Request for proposals for Unified Development projects shall
(r
generally define the nature of the uses the City is seeking
for the Unified Development 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 the Unified Development project.
(2) The specific evaluation criteria to be used by the
below -mentioned certified public accounting firm.
{
I
9
R
(3) The specific 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.
(5) The definitions of the terms "substantial increase"
and "material alteration" that will apply to the
project pursuant to subsection (e)(4) hereof.
(6) A reservation of the right to reject all proposals
and of the right of termination referred to in sub-
section (e)(4), below.
Issuance of Request for Proposals; Selection
of C.P.A. Firm; Appointment of Review Committee
After public notice there shall be a public hearing 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 member with previous
experience in the type of development in question;
(3) The recommendations of the City Manager for the
appointment of persons to serve on the review
committee. Said review committee shall consist of an
appropriate number of City officials or employees and
an equal number plus one of members of the public,
whose names shall be submitted by the City Manager no
fewer than five days prior to the above mentioned
public hearing.
At the conclusion of the public hearing the Commission shall
authorize the issuance of a Request for Proposals, select a
certified public accounting firm, and appoint the members of
the review committee only from among the persons recommended
by the City Manager.
Procedures for Selection of Proposals
The procedures for the selection of an integrated package
proposal shall be as follows:
(1) All proposals shall be analyzed by a certified public
accounting firm appointed by the Commission based
only on the evaluation criteria applicable to said
certified public accounting firm contained in the
Request for Proposals. Said certified public
accounting firm shall render a written report of its
findings to the City Manager.
(2) The review committee shall evaluate each proposal
based only on the evaluation criteria applicable to
said review committee contained in the Request for
Proposals. Said review committee shall render a
written report to the City Manager of its evaluation
of each proposal, including any minority opinions.
(3) Taking into consideration the findings of the
aforementioned certified public accounting firm and
the evaluations of the aforementioned review
committee, the City Manager shall recommend one or
more of the proposals for acceptance by the
Commission, or alternatively, the City Manager may
recommend that all proposals be rejected. If there
are three or more proposals and the City Manager
recommends only one, or if he recommends rejection
of all proposals, the City Manager shall state in
writing the reasons for iris recommendations.
In transmitting his recommendation or recommendations
to the Commission, the City Manager shall include the
written reports, including any minority opinions,
rendered to him by the aforementioned certified
accounting firm and review committee.
(4) All contracts for Unified Development projects shall
be awarded to the person whose proposal is most
advantageous to the City, as determined by the
Commission.
The Commission may accept any recommendation of the City
Manager by an affirmative vote of a majority of its members.
In the event the Commission does not accept a proposal
recommended by the City Manager or does not reject all
proposals, the Commission shall seek recommendations
directly from the aforementioned review committee, which
shall make a recommendation or recommendations to the
Commission taking into account 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 committee; or
(2) Accept any previous recommendation of the City Manager;
or
(3) Reject all proposals.
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 this Charter
section shall supersede any other Charter or Code provision
to the contrary.
Right of Termination
Section 29-A(c)(e)(4):
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.
B. Definition of Uses
Proposals must include a definitive development program
— including phasing, if any, 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.
C. Commitment of Services by the Cit
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 (e)(4) of 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.
IV. PROPOSAL SUBMISSION GUIDELINES, CONTENT AND PROCEDURES
A. Proposal Development Considerations
Respondents to this invitation are advised that the
following factors must be considered and adhered to in the
12
development of project proposals and will be critically
evaluated.
Development Objective
Proposals must meet the City's development objective of
compatible public/private utilization of the Dinner Key
waterfront property. Proposals must preserve, provide
and maintain full service marine services for the
boating community, and enhance public access to and
enjoyment of the Biscayne Bay waterfront at Dinner Key.
Aesthetics of the development will be a prime
consideration in the evaluation of proposals. Whether
a proposal is to refurbish and expand existing
facilities or to build new facilities, the City expects
the architecture to respect the local environment and
be responsive to the local climate. Of special concern
is the facade and silhouette as well as landscape
treatment as viewed from South.Bayshore Drive.
i
2. Lease Term
The lease term of an executed lease agreement between
the City and the successful proposer will be structured
according to the dollar amount of investment to the
property by the successful proposer, as follows:
The minimum investment of $1.5 million shall be for
a term of 10 years. Minimum annual guaranteed rent
shall be $350,000.
For an investment to the property exceeding $1.5
million and/or an annual guaranteed rent in excess
of 3 0,000, the lease term shall be negotiable.
3. Use
The principal uses of the property include a full -
service boat yard facility and marina. The accessory
use for the principal uses of the facilities includes
marine -related retail space. All uses ,.-ovided for
shall be non-exclusive uses.
(a) Principal Uses
Uses proposed for this property are not to be construed
to mean exclusive rights or uses on City -owned Dinner
Key properties.
M Full Service Boat Yard Facility
A full -service boat yard facility is herein defined as
a facility offering boat hauling, storage, repair and
13
maintenance services for boats greater than 28 feet in
length." Maximum boat size and weight are not limited
by this RFP, but will be affected by local water
depths.
The facility shall offer the opportunity for individual
boat owners to provide repair services, general
maintenance and improvements independent of those
provided by the operator.
The boat yard facility must provide for full boat
repairs including electrical, mechanical, plumbing,
planking, rigging, carpentry, hull repairs, and engine
repairs. The boat yard facility must include showers
and restrooms for users.
Hull repairs, painting, scraping and engine repairs
must be conducted in full compliance with all
applicable City, County, State and Federal regulations
governing noise, odor and air pollution controls.
While dry rack boat storage is not required to be
— contained within a covered structure(s), more favorable
_ consideration will be given in the evaluation process
to covered dry rack boat storage.
(11) Marina Facilities
Proposers are required to renovate, upgrade, operate
and maintain the existing marina facilities to a
quality consistent with other first class marinas in
the Miami Metropolitan area. The marina facility shall
include wet slip storage, launching and hauling
Now a�
provisions for boats greater than 28 feet in length.
Proposers are offered the option to expand the marina
by an area of 1.69 acres and to redesign the piers to
maximize the number of slips for wet boat storage that
the marina may functionally accommodate.
:e marina shall include dockmaster services during
normal working hours to direct docking activities and
for the sale and pumping of fuel. Provisions for
twenty-four hour security, emergency fuel pumping
services at the request of the U.S. Coast Guard,
police, or other authorities as may be designated by
the City of Miami, and firefighting equipment to
The adjacent leasehold, Grove Key Marina, has the
exclusive right at Dinner Key to haul and store boats
up to and including 28 feet in length, per an existing
lease agreement with the City executed April 1, 1976.
14
M y . ♦M
♦
provide emergency services in accordance with the City
of Miami Fire Code.
Minimum improvements to be made to the existing boat
yard and marina facilities shall include, but not be
limited to compliance with current Federal, State and
local code requirements including life safety needs and
repair and/or replacement of the 1,091.5 linear foot
seawall.
(b) Accessory Use
(I) Ancillary Marine -Related Retail Space
Proposals may include as an accessory use for the
principal users of the facilities a maximum of 20,000
sq.ft. of retail space to provide marine -related retail
services including a maximum of 3,000 sq.ft. for food
and beverage sales. Accessory commercial use of space
is to be understood to be complimentary to the
operation of• a full -service boat yard and marina.
Marine -related retail space may include, but not be
limited to such activities as a ships store, marine
parts shop, marine electronics shop, yacht brokerage,
boat dealers, fishing supplies, sail maker, charter
services, marine apparel, rental locker storage solely
for boatyard and marina users, and up to 3,000 sq.ft.
of food and beverage sales.
4. Architectural Treatment of Facilities
The City will consider proposals that include
refurbishing of the existing hangar structures.
Improvements to existing structures must include
compliance with current building code requirements in
accordance with the South Florida Building Code and life
safety needs in accordance with the City of Miami Fire
Code.
Construction of new structures and/or refurbishing of
existing hangar structures' must be architecturally
acceptable and will be critically evaluated in the
selection process. Overall height of new structures
shall be limited to 55 feet above grade including flood
criteria. All new structures shall recognize the view
corridor and public access requirements as set forth in
the City Charter.
While dry rack boat storage is not required to be
contained within a covered structure(s), more favorable
consideration will be given to covered dry ^ack boat
storage in the evaluation process.
15
.13
5. Site Improvements
A public access easement with improved walkways,
lighting, landscaping and seating shall be provided
along the water's edge from north to south to reclaim
public property for public open space and provide visual
and physical connection to Miami's waterfront. The
easement shall be a minimum of 20 feet wide and designed
in accordance with City of Miami Baywalk Design
Standards (Appendix B). The City recognizes the
necessity to separate public access and boat hauling
functions and will consider creative solutions to
physical separation of these functions.
As outlined in Section IV. A.3. above, proposers are
required to repair and/or replace the existing seawall.
Required on -site parking and service areas shall be
organized, appropriately landscaped, and screened from
surrounding streets and adjacent property. Proposals
shall include a compatible, safe and effective
pedestrian and vehicular circulation system to service
the proposed development.
All site improvements must comply with all applicable
code requirements. All signage shall be reviewed and
approved by the City of Miami Planning Department.
Proposers will be responsible for acquiring all required
permits and approvals.
6. Estimated Construction Cost
A detailed construction cost estimate shall be furnished
for the entire proposed development.
7. Project Financing Strategy
The proposer shall provide financing for all building
and site improvements including public spaces and
amenities associated with the development. The proposer
is offered, as an option, utilization of proceeds from a
$1.5 million revenue bond to be issued by the City to be
used exclusively for improvements to the facilities and
property. The eroposer shall guarantee repaymei.t of the
revenue bond. Refer to Sections II.E.1 and II.E.2.j-
8. Development Schedule
Respondent shall submit a schedule delineating the
proposed development schedule for Paeh significant
improvement. Development shall commence within six
months from the transfer ,of the leasehold property to
the successful proposer. A reversion clause will be
16
included within the lease agreement to insure
reasonable compliance with the proposed implementation
schedule.
The timetable for completion of the proposed
construction will be considered as well as the
proposer"s plans and commitment to minimizing the impact
of construction on use of the site. All proposed
development must be completed within an initial
specified time period; or if phased development is
proposed, the successful proposer must post a bond to
Insure that additional phases will, in fact, take place
as planned.
Required capital_ improvements in an amount of not less
than $1.5 million must be constructed "up front" upon
commencement of construction by the successful proposer.
n� y and all proposed capital improvements must be
completed within forty-eight months from the date of
transfer of the leasehold property to the successful
proposer.
9. Method of Operation
The operation of the entire proposed development shall
be described. The description shall include an
organizational chart, job descriptions of key positions,
brief outline of 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 herein as Exhibit 2 to this
document shall he completed by management contractors.
10. Minority Participation
Respondents will be required to comply with all
applicable federal, state and local affirmative action
legislation and reguiationst 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.
17
11. Contract Terms
Section VI. 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 with the City.
Various standard City clauses are included in Section
VI. 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.
B. Proposal Content
Proposals submitted in response to this invitation shall
include all of the following information:
1. Credentials
(a) Identity of propose;, including the development
team's organizational structure and names and
addresses of principals.
(b) Proposer's experience in development and management
of specific types of uses proposed, referencing
specific projects and proposer's role.
(e) Complete and substantiated evidence of proposer's =
financial capacity to undertake the project _
proposed.
d) Development team's qualifications and experience i
design and construction in types of uses DroDosed.
2. Project Proposal
(a) Development Plan:
Description of all aspects of the plan
Architectural character of the development
Number of buildings and use; square footage,
height
Architectural features
Methods of construction
Number of wet storage boat slips
Number of dry boat storage spaces
Number of retail entities; type, square footage
On -Site parking requirements
18
(b) Illustrative Drawings:
(Shall be board -mounted not to exceed 30"x40")
Illustrative site plan
Elevations, sections and floor plans of existing
buildings to be renovated and all proposed
new structures
While perspective isometric illustrations are
not required, submissions will be accepted for
review. No model will be accepted for review.
(c) Schedule of Project Amenities
(d) Project Management Plan
(e) Project Development and Operating Pro Formas
including Proposed Lease Payments
(f) Project Implementation Schedule
(g) Market Analysis
3. Additional Requirements
(a) Completed Declaration, Financial Disclosure and
Professional Information forms as detailed and
included herein as Exhibit 2.
(b) A response. to all applicable aspects of the
contract Terms and Conditions as detailed in
Section VI. of this document.
(c) A $350,000 minimum annual guaranteed rental payment
to the City or the dollar amounts for payment to
the City of a percentage of gross revenues
a collected, whichever is greater.
(d) A schedule including all steps of planning and
design, construction, and operation.
(e) Letters from financial institutions documenting
the proposer's ability to finance all aspects of
the proposed development, with and without
exercising the proposer's option to utilize and
guarantee repayment of City revenue bond proceeds.
_ (f) Letters indicating the proposer's ability to obtain
required bonds and insurance.
(g) Documentation of the proposer's and development
team'- past experience in related development and
management.
19
4
(h) Resumes of key individuals to be involved in
proposed development.
(i) Documentation of minority participation pursuant
to the goals set forth in City of Miami Ordinance
No. 10062.
C. Proposal Submission Procedures
Proposal submissions marked "Unified Development Proposal for 2640
South Bayshore Drive Property, Miami, Florida" must be addressed to:
Herbert J. Bailey
Assistant City Manager
City of Miami
Proposals must be received at:
Office of the City Clerk
City of Miami
3500 Pan American Drive
Miami, Florida 33133
One (1) original and fourteen (14) copies of a complete proposal
submission in an 8-1/2"0 1^ bound format and one set of board -
mounted illustrative drawings are required to be submitted by 2:00
p.m., Friday, February 17, 1989, to the Office of the City Clerk.
Exhibit 2 includes forms that must be submitted along with the
development proposal. The time deadline and location will be firmly
adhered to. No proposals will be accepted after 2:00 p.m., February
17, 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 II.E.2.
V. EVALUATION CRITERIA
Review procedures and the selection process are set by City Charter
and Code of which applicable excerpts are included in Section III.
and Appendix A. 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.
20
At a public hearing held October 27, 1988, the City Commission
authorized the City Manager to issue this Request for Proposals,
appointed a review committee from recommendations submitted by the
City Manager and further selected a certified public accounting
(CPA) firm, both 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:
Experience of the proposer ........................15% -
Capability of the development team................15%
Financial capability, level of financial
commitment........................................20%
Financial return to the City......................20%
Overall project design ............................20%
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 experience of the proposer in
development and management off' marina and boat yard
facilities
(b) Specific experience of the proposer in development
and management of the types of uses proposed
2. Capability of the Development Team (15%)
(a) Qualifications and experience of project managers,
team members and professional consultants
21
s ♦'
(b) Specific experience of the development team in
relationship to work on design, development and
management of the types of uses proposed
(e) Quality and organization of management team,
method of providing operations and maintenance
3. Financial Capability, Level of Financial Commitment
(20%)
(a) Demonstrated financial capability of the develop-
ment team
(b) Viability of financing strategy
(c) Demonstrated feasibility of all aspects of the
proposed development substantiated by a market
analysis
(d) Access to construction and permanent financing
(e) Development schedule
4. Financial Return to the City (20%)
(a) Annual lease payment including a guaranteed
minimum annual rental payment in an amount of
$350,000 or a percentage of gross revenues, which
ever is greater
(b) Annual guaranteed debt service payment for City
issued revenue bond utilization of bond proceeds
is national).
(c) Dollar value, extent, and timing of capital
improvements
(d) 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 the character of the site and the
larger Dinner Key waterfront
(c) Appropriateness and quality of the design of new
structures and/or refurbishing of existing hangars
(d) Treatment of dry rack boat storage
(e) Imaginative and creative treatment of architectural
and site design of public access to and design of
public spaces, exterior spaces, circulation, view
corridors, landscaping, graphics, signage and
lighting.
(f) Efficiency of site design and organization,
compatibility of uses
6. Extent of Minority Participation (10%)
(a) Minority participation within the development and
management team
(b) Contracting and hiring practices
(c) 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 evaluate 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 proposer's
market analysis and evaluate the economic feasibility of the
proposed development. The CPA firm will render an independent
report of its findings to the City Manager.
VI. TERMS AND CONDITIONS TO BE CONSIDERED IN THE LEASE AGREEMENT
Upon authorization of the City Commission, the City Manager or his
designee shall negotiate all aspects of a lease agreement including
design and engineering, construction, and management with the
successful proposer.
The contract shall address, but not be limited to, the foliowing
terms and conditions:
i. Lease Term
A lease term based on the schedule included in Section
IV.A.2. of this document.
2. Rent
Annual minimum guaranteed rental payment of $350,000 or a
percentage of gross revenues, whichever is greater.
Payment schedules
Right to audit
No counterclaim or abatement of minimum rental for any
reason including force majeures
3. Utilization of Revenue Bond Proceeds
Successful proposer's option to exercise
Repayment schedule
Term and rate
4. Insurance
Certificates of Insurance:
All policies of insurance must be written with companies
rated at least "A" as to management and class "V" as to
financial size in the latest edition of Best's Key
Rating Guide, published by the A.M. Best Company,
Oldwick, New Jersey.
Compliance with the insurance requirements shall not
relieve the successful proposer of its liability and
obligations under this section or under any other
portion of the lease Agreement.
The successful proposer's insurance policies shall be
endorsed to name the City as an insured to the extent of
the City's interest arising from this lease, to waive
subrogation against the City, to expand coverage as
required herein, and to provide that any failure of the
successful proposer to comply with any policy provisions
will not void coverage for the City.
Where applicable, the successful proposers' policies
shall be endorsed to include a severality of interest
(cross-ilability) provision so that the City will be
treated as if a separate policy were in existence
without increasing the policy limits of liability.
The policies of insurance may contain reasonable
deductibles/self-insured retentions which must be
approved by the City. The successful proposer will be
responsible for the amount of any deductible/self-
insured retention.
24
f
The policies of insurance required shall be written in a
manner such that the policies may not be cancelled or
materially changed without sixty (60) days advanced
written notice to the City.
The successful proposer shall provide the City with
certificate of insurance certifying that all the
policies of insurance are in full force and effect prior
to execution of the lease agreement. New certificates
shall be provided at least thirty (30) days prior to
coverage renewal dates thereafter. While the City will
normally accept the certificate as evidence of
compliance, the successful provider shall agree that
upon request of the City that two (2) copies of any
policy will be delivered within ten (1*0) days to the
City.
The insurance requirements contained in this proposal
represent minimum amounts of insurance which in the
opinion of the City are necessary to protect the City's
interest. They are not intended nor in any way
represent the type or amounts of insurance that are
sufficient or adequate to protect the successful
proposers' interest.
If at any time during the lease the City feels that
insurance requirements imposed upon the successful
proposer are insufficient to protect the City's
interests, the City does reserve the right to modify or
change the insurance requirements at that time.
Property Coverage:
The successful proposer will be expected to purchase
insurance to cover all risks of loss to the
buildings/structures and personal property now existing
and which may be built at a future date, on a
replacement cost basis, with co-insurance waived by an
agreed amount endorsement. The policy or policies of
insurance may contain a deductible which must be
approved in advance by the City. The successful
proposer will be responsible for the amount of any
deductible.
Workers' Compensation:
The successful proposer will be responsible for securing
workers' compensation insurance for statutory
obligations imposed by the workers' compensation laws of
the State of Florida and where applicable, the United
States Longshoremen's and Harbor Workers Act, the
Federal Employees Liability Act, and the Jones Act.
25
33
General Liability:
The successful proposer will be expected to purchase and
maintain in force during the term of this agreement
general liability insurance coverage on either the
comprehensive general liability or commercial general
liability form or on an equivalent policy form. The
comprehensive general liability form is the preferred of
these forms.
The successful proposer will be expected to maintain a
minimum of a combined single limit of five (5) million
dollars per occurrence for bodily injury and property
damage liability. The required limits of liability may
be satisfied by a combination of underlying and umbrella
or excess coverage.
If comprehensive general liability insurance coverage is
provided, it is expected to include in addition to
premises and operation coverage, products and completed
operations coverage, broad form property damage
liability, independent contractors coverage, personal
injury liability coverage, and contractural liability
covering the liabilities assumed by this agreement.
I£ the commercial general liability form is used it is
expected under Coverage A that premises and operations,
products and completed operations, independent
contractors, and contractual liability covering
liabilities assumed by this agreement will be covered.
Under Coverage 8 personal injury liability will be
expected. Under Coverage C no coverage for medical
payments will be required.
The occurrence form of commercial general liability
policy is preferred and no special provisions will be
required should this form be provided.
If the claims made form of the commercial general
liability coverage is provided, the retroactive date
shall be no later than the inception date of claims made
coverage. Coverage shall be extended beyond the policy
year either by a supplemental extended reporting period
of unlimited duration and with no less coverage and with
reinstated aggregate limits, or any new policy issued
must provide for retroactive date no later than the
inception date of claims made coverage.
Marina Operators Liability:
The successful proposer will provide Marina Operators
legal liability in the amount of not less than five (5)
million dollars per occurrence. The policy or policies
shall be endorsed to provide for protection and
26
indemnity coverage covering all private pleasure type
boats and work boats owned by the successful proposer
and used in conjunction with the operations covered
under this lease.
Excess Umbrella Liability:
The limits of liability required by this section may be
satisfied by a combination of underlying and
umbrella/excess coverage.
Umbrella liability coverage is preferred, but an
equivalent excess liability form may be used. However,
in no case may excess coverage be utilized if such
coverage is more restrictive than the underlying
coverage.
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 elai'mants 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).
6. Indemnification
The successful proposer covenants and agrees that it
shall indemnify, hold harmless, and defend the City, its
officials and employees, from and against any and all
claims, suits, action, damages or causes of action
arising during the term of the lease agreement for any
personal injury, loss of life, or damage to property and
all actions arising, in tort or in contract law or
equity, by virtue of the lease granted, 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. Conditions for Lease
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 for the Cit 's reeei t 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 proposal 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.
Charter Section 29-B (included in Appendix A)
8. Assignment of Lease
No assignment of lease agreement or any portion or part
thereof, shall be allowed except by and virtue of prior,
formal approval granted by the City Commission, in their
discretion.
9. Restrictions on Use
Authorized principal uses
Authorized accessory use
(All) Non-exclusive uses
10. 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
28
3b
88-992
11. Preparation of Premises for Development
Property offered for lease "as is"
Developer assurance
12. Operation and Management of Leased Premises
Description of premises
Operation and maintenance standards
13. 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
14. 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
15. Maintenance, Repair and Replacement
Maintenance and Repair
Reserve for Replacements
Waste
Alterations of Improvements
16. Condemnation
Adjustment of Rent
Proration of Condemnation Awards
Temporary Taking
Award Taking
Definition of Taking
17. Default - Termination
Default by Lessee
Default by City
Obligations; Rights and Remedies Cumulative
Non -Action or Failure to Observe Provisions Hereof
29 =
E.
_ 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
18. 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.
19. Audit Rights
The City reserves the right to audit the records of the
successful proposer with respect to the management
agreement at any time upon reasonable notice during the
performance of the agreement.
20. 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.
21. 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 restricti.law
and/or guidelines regarding conflict of interest
promulgated by federal, state or local government.
22. 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.
3,0
23. Rules and Regulations
The successful proposer .agrees that it will abide by any
I nd 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 management agreement be promulgated.
24. 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.
25. 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.
26. Miscellaneous
As applicable
31
I
Inra r�1 ✓IA,rf A.r•..��r •,vl � .
r n Pnr -Al
in111-n>.r.r r..
Trlrrnrifn Iql�•. An �,Pn
I w.F WIPr I1-'r
r rl Pr+r 1pr ,
I A.n AN .ftn ,, l,nn,
In111 F,nP ur.l
irlrrn rn /g111 ♦.nn
r Aq(f whrnf •. •.
IINr KrJIG 11+ lrw
MAK Miw
TFl Fr S)gln-IArl r'n
Trlf1 ��]jlrTllw r.i
LAW nrric Ff
ilOLLAND Ric KNIMIT
lip PPIr Mrlt A%,, nlirr PCB NIP— Mwn Nnt,- AVf wr
r n P11. nI1441 r o so. IS2P
I�llwr.l i, rl nnlrA 111n1 r-+nt nN rO. ftnntrA 19g07
11r ��c1 lea nrllr� land 475 P5nn
irin nrrr rr 11ng1 1•a non irl rrnnrn IA011 a7lllnT
r I.FASF PErLV TO:
Miami
October 2o, 1988
The Ho»orAble Xavier Suarez.
Mayor, City of Miami
City Hall
3500 ran American Drive
Miami., Florida
Deaf Mayer "uarez:
AAnNrtt PwNM Ptnn.
r n r)nAwrn PIO
iw11,AlIAS eF F, rinRl rw 1)10}
IPnal 77n.'n00
TrlrrOrlrP 1ROal ppa Agl7
rlNr FAST Pn-wwnr Ptvr
r n Pn. I4,110
f nn+ I AnrrRhnt r,rinnlnw 111n�
rind arInnn
to rcnrlrn 111nc1 ngi.Tn+n
.In NnRT.. Ac.rtr•
r O Pe• 12nn
TAr.nA T-L Horn• 11f1n!
IP111 :,? n�00
TrlrCnrlrn Ir1111 pro nr}a
PPP SrnrrT,N W
CIIrtf Pon
WA,T014. n r� ?nnOq
I^nFl oar,. r,cgn
Trtr/'nrlrP 17n:1 OSq-StfiA
c..,. she public
City Clerk
As an avid boater and .life-long resident of Miami, I am ex-
tremely pleased that the City Commission decided to keep the
Merrill -Stevens property a full -service boat yard. In order to
achieve a top quality facility we can all be proud of, I respect-
fully submit the following suggestions for anyone chosen to lease
the property:
1. At least one principal of any potential bidder should
have a minimum 5 year's management or ownership record with a
boat yard (not simply mariana or storage facility).
2. All repairs should be fully warranted for 30 days.
3. You should require a "Good Faith" or "Security" deposit
egiial to one year of minimum yearly guarantee from the leasee.
4. A Marine Operators legal liability insurance policy
should be required in the amount of $10 million per occurance.
This policy should name the City as an additional insured for the
protection o� the City.
5. All subcontractors working on premises should be
licensed and i11sured.
G. The successful bidder should be required to conduct and
pay for a yearly review by an independent accounting firm agreea-
ble to the City, with a full audit every third year, and results
provided to the City.
7. All employees handling cash or finances should be
bonded.
record �i n c .
'1
October 25, 1988
item..----�'�
Page ?.
e. A security guard should be provided on duty after hours
Monday through Friday, and guard on duty 24 hours/day on weekends
and holidays should be requjred.
9. fuel service 8 a.m. - 1.2 midnight:, 7 days a week, in-
cluding holidays should be required. Choice of fuels to include
regular, hi -test and diesol
Io. leasee rbo uld provide 24 hour n•,nnjtoring of Channel.
16, and provide 24 hour emergency towing service.
11. The leasee slioul.d allow and provide for monthly safety
inspections by independent safety engineer (named by the City)
familiar wit.li OSHA, and a written log of deficiencies and correc-
tions should be kept.
12. The leasee should cooperate with DEA, Customs and local
authorities with their fight against drugs.
13. The leasee should provide credit available to customers
eitlier through "in-house" credit or acceptance of major credit
cards (i.e., Master Card, Visa, American Express).
I presently have a 48' Viking Sportsfishing boat at the boat
yard, and have extensively used the entire facilities of the yard
for over twenty years.
I am extremely interested in the facilities remaining a full
service__ boat yard, regardless of who is chosen by the City to
manage same. I, as well as thousands of other boaters, use the
mechanical, electrical, carpentry, painting and maintenance ser-
vices located at your facility at Dinner Key. These services
cannot be obtained elsewhere without having to take the time and
inconvenience to transport one's vessel up the Miami River or
outside the City.
The ability and qualifications of whoever is selected to
lease the boat yard should be closely examined. The City should
insist on an experienced operator. The management of a full ser-
vice mariana requires substantial expertise, not only on behalf
of the boating public but also for the City as well.
I am confident the City Commission will select a competent
leasee who will be able to provide the public with the quality of
service it requires.
SS--992
� ^y
October 25, 1988
Page 3
Thanking you and the Commission for consideration of the
above in the selection of a leasee for the boat yard.
Very tr yours,
•t�
Richard Nichols
RN:eb
cc: Rosario Kennedy, Vice Mayor
J.L. Plummer, Commissioner
Miller Dawkins, Commissioner
Victor DiYurre, Commissioner
Ceasar Odio, City Manager
102588/2:204
0
Submitted into the public
record in connection with
item _ 3 on / J /gs
Matty Hirai
City Clerk
CITY OF MIAMI. FLORIDA
INTER -OFFICE MEMORANDUM
TO
Honorable Mayor and Meiahers
of the City Commission
FROM Cesar H . Od i o
City Manager
RECOMMENDATION
31
DATE C. .� - FILE
v !
SUBJECT Resolution Authorizing Issuance
of UUP RFP/2640 South Bayshore
Drive Property
REFERENCES PUbliC Hearin g Item
For City Commission Meeting
ENCLOSURES. of October 27, 1983; 4: 0 0 P.M.
It is respectfully recommended that the City Commission adopt the
attached Re so 1 ut io ri authorizing the issuance of a Unified
Development Request for Proposals (RFP) on November 14, 1988, for
the development of a full service boatyard, marina, and marine -
related retail use on an approximately 12.57 acre waterfront site
located at 2640 South Bayshore Drive, Miami Florida; selecting a
certified public accounting firm and appointing members of a review
committee to evaluate proposals and independently report findings to
the City Manager.
BACKGROUND:
_ Or. September 27, 1988 by Motion No. 88-850, the City of Miami
Commission directed the City Manager to prepare a Unified
Development Request for Proposals (RFP) for the development of said
property. The Department of Development has prepared the attached
draft RFP to be presented to the City Commission or. October 27, 1988
at a Public Hearing scheduled for 4:00 P.M. to take testimony
regariing its contents.
As directed by the City Commission or. September 27, 1988, the RFP
(blacktir.ed to indicate revisions) incorporates the following
requirements:
A $1.5 miILior, investment in permanent imp roveme n t s to the
f a c i L i t i e s ar.d property to be made upor commencement of
construction as approved by the City Manager;
A minimum 19 year lease titrin;
A mir.imu-n a :rival guaranteed rental payment of $350,000;
Ain ou::ts proposed L : excess of specified mi-tin'ua requirements
shall oe subject to negotiation, as related to the lease term;
.31-1
U - •-Air
Honorable Mayor and Members
of the City Commission
Page Two
Proposers are offered, as an option, utilization of proceeds
from a $1.5 million City revenue bond issue to be used
exclusively for permanent improvements to the facilities anal
property. Repayment to the City shall be guaranteed by the
successful proposer and shall be ir, addition to the minimum
annual rent of $350,000; and
Definition of a full —service boat yard facility and marina
(refer to pages 13-15 of RFP).
On October 6, 1988, the City Commission. determined that the most
advantageous method to develop certain improvements on the property
is by a Unified Development Project (UDP). Under the UDP process, a
certified public accounting firm is selected to evaluate the
financial components of proposal submissions and a review committee
is appointed to conduct an independent evaluation.. Both entities
independently report their findings to the City Manager.
It is recommended that
Arthur Andersen & Co. subconsulting
with the
minority —owned
firms of
Sharptoa, Brunson & Co. and Verdeja,
Irion.do
& Gravier be
selected
to analyze proposal submissions.
Arthur
Andersen & Co.
analyzed
the proposal submissions received
Ir. April
1987 during the
previous UDP process and is familiar
with all
aspects of this
project.
It is further recommended that a seven —member revie.i committee he
appointed to independently evaluate proposals, comprised of four
representatives of the public, and three City employees as fellows:
Members of the Public:
Stuart Sorg, Committee Chairman, The Waterfront Board
John. Gonzales, The Marine Council
Cyrus M. Jollivette, Vice President for University Relations,
University of Miami
l'etcir 'iawyer, The Marine Council
City Employees:
Edith Fuentos, Butldil:g & Zoning Uepartne nt
Guillermo Olmedille, Planning Department
--John Blaisdell, Miami Sports & Exhibition Authority
Honorable Mayor and Members
of the City Commission
Page Three
It is recommecded that the attached Resolution be adopted, in its
entirety, authorizing the RFP be issued on Monday, November 14, 1988
with proposals due Friday, February 17, 1989 at 2:00 pm.
Attachments:
Proposed Resolution
Draft RFP
s
a'YN es.