Loading...
HomeMy WebLinkAboutR-87-0341IVY J-87-123 4/1/87 RESOLUTION NO. 87`341t . A RESOLUTION AUTHORIZING THE CITY MANAGER TO ISSUE A REQUEST FOR PROPOSALS, IN SUBSTANTIALLY THE ATTACHED FORM, - FOR PROCUREMENT OF PROFESSIONAL MANAGEMENT SERVICES FOR CITY -OWNED MIAMARINA, EXCLUDING THE COMMERCIAL FISHERMEN DOCKAGE AREA LOCATED AT AND ADJACENT TO BAYFRONT PARK AND THE BAYSIDE SPECIALTY CENTER AND THE PIER PARK LOCATED ON THE PENINSULA ADJACENT TO BISCAYNE BAY. WHEREAS, the City owns the marina facilities located at and adjacent to Bayfront Park and the Bayside Specialty Center, known as Miamarina; and WHEREAS, on January 8, 1987, the City Commission passed Motion 87-62, authorizing and directing the administration to prepare a Request for Proposals for the private management/operation of Miamarina; and WHEREAS, Section 18-52.2 of the City of Miami Code entitled "Competitive Negotiations" sets forth the competitive methods and procedures to be followed for procurement of professional management services; 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, in substantially the attached form, for the procurement of professional management services for City -owned Miamarina, excluding the commercial fishermen dockage f area located at and adjacent to Bayfront Park and Bayside Specialty Center and the Pier Park located on the peninsula adjacent to Biscayne Bay. A F"V%0 OF APR 9 GS .�.:�.. :."'' ... -. �.�`�_ 1l y..:.':. .� -�.: <' .Sjl..:.'"-..e2 �'>TaL• !..}'.L31'ai� nt�i�!1 ;_:::. <9�'J'. _ _- - -. - _ _ PASSED AND ADOPTED this 9th ATTEST: A �- MAT, Y HI RAI City Clerk PREPARED AND APPROVED BY: G. MIRIAM MAER Assistant City Attorney I 1 ED S TO FORM AND CORRECTNESS: LUCIA A. DOUGIERTY City Attorney GMM/rcl/M399 S'7-39;��►:� '' PASSED AND ADOPTED this 9th _ day of ATTEST: MAT, Y HI RAI City Clerk PREPARED AND APPROVED BY: G. MIRIAM MAER Assistant City Attorney 1 APPRO ED S TO FORM AND CORRECTNESS: LUCIA A. DOUG City Attorney GMM/rcl/M399 fil w . SUAB 87. -z- E-341+,, REQUEST FOR PROPOSALS FOR PROFESSIONAL MANAGEMENT SERVICES FOR MIAMARINA TO BE ISSUED: APRIL 20, 1987 CITY OF MIAMI XAVIER L. SUAREZ, Mayor J.L. PLUMMER, JR. , Vice Mayor MILLER DAWKINS, Commissioner JOE CAROLLO, Commissioner ROSARIO KENNEDY, 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 PM Monday, June 1, 1987 8'7-341# . 8'7-341L . S• TABLE OF CONTENTS Page I. PUBLIC NOTICE.......... .............................. 1 II. OVERVIEW ............................................. 2 Figure 1. Site Location Map ...................... 3 Figure 2. Miamarina Location Map ................. 4 Figure 3. Project Location Map ................... 5 III. PROJECT DESCRIPTION A. Professional Management Services Objective.... 6 B. Marina Facilities ............................. 6 C. Use of Premises ............................... 8 D. Scope of Services ............................. 9 E. Proposer's Reimbursement Commitment........... 10 F. Term of Management Agreement .................. 11 G. Compensation for Provision of Management Services ........................... 11 H. Minority Participation ........................ 11 IV. PROPOSAL SUBMISSION REQUIREMENTS, FORMAT, AND PROCEDURES A. General Requirements .......................... 11 B. Proposal Format ............................... 13 C. Proposal Submission Procedures ................ 14 V. EVALUATION CRITERIA A. Experience of the Proposer .................... 14 B. Capability of the Proposing Team .............. 15 C. Financial Capability, Level of Financial Commitment .......................... 15 D. Financial Return to the City .................. 15 E. Extent of Minority Participation .............. 15 VI. SELECTION PROCESS A. Selection Procedures .......................... 15 B. Selection Schedule (Anticipated) .............. 16 VII. TERMS AND CONDITIONS TO BE INCLUDED IN THE MANAGEMENTAGREEMENT ......... ........................ 17 APPENDIX A. Miamarina Agreement between the City and Bayside Center Limited Partnership APPENDIX B. Pertinent Legislation APPENDIX C. City of Miami Minority and Women Business Affairs and Procurement Ordinance No. 10062 EXHIBIT I. Declaration Form EXHIBIT 2. Bid Proposal Submission Form 10 87-34 i+ . 8'7'-341L II. OVERVIEW The City of Miami, Florida, is extending invitations to qualified and experienced proposers to submit proposals for the professional management of specified City -owned marina facilities known as Miamarina, located at and adjacent to Bayfront Park and the Bayside Specialty Center in downtown Miami on Biscayne Bay. Miamarina is shown in Figure 1. Site Location Map and Figure 2. Miamarina Location Map, respectively. The specified marina premises to be managed are shown in Figure 3. Project Location Map. The City of Miami constructed Miamarina containing approximately 210 boat slips in 1970 for the purpose of providing a small boat port, marina facility and a recreation area for public use. The City operated Miamarina until June, 1981. From June, 1981, until Miamarina's closing in 1985, the marina was managed and operated pursuant to the terms of a management agreement between the City and New World Marina, Inc. In January, 1985, the City and Bayside Center Limited Partnership entered into a lease agreement for development of a 235,000 sq. f t. waterfront specialty center known as Bayside, located on the land parcel adjacent to and surrounding Miamarina, and for development of a 1,200-car parking garage located adjacent to Bayside. In October, 1985, the City and New World Marina, Inc. entered into an agreement whereby the City agreed to purchase all of the right, title and interest of New World Marina, Inc. for the purchase price of $1,675,000 and upon such sale immediately terminated the management agreement. Miamarina closed in October, 1985, when construction of the Bayside Specialty Center began. On October 24, 1985, the City and Bayside Center Limited Partnership entered into the Miamarina Agreement included as Appendix A, regarding, among other issues, the operation and management of Miamarina upon its reopening scheduled to coincide with the opening of Bayside on April 8, 1987. The City and Bayside Center Limited Partnership are vitally interested in the successful integration of Miamarina's development, operation and management with that of the Bayside Specialty Center. On January 8, 1987, the City Commission adopted Motion 87-62 authorizing and directing the City Administration to prepare a Request for Proposals in connection with the operation 'of Miamarina. Section 18-52.2 of the City of Miami Code requires competitive negotiations procedures to be followed with respect to procurement of professional management services. (Refer to Appendix B, Pertinent Legislation.) 2 87-3411, 87-341.. I. PUBLIC NOTICB The City of Miami, Florida, is inviting qualified and experienced firms to submit proposals for the professional management of City -owned marina facilities known as Miamarina comprised of approximately 165 boat slips, excluding the commercial fishermen dockage area, located at and adjacent to Bayfront Park and the Bayside Specialty Center in downtown Miami on Biscayne Bay. All proposals shall be submitted in accordance with the Request for Proposals document which may be obtained from the Department of Development, Dupont Plaza Center, 300 Biscayne Boulevard Way, Suite 400, Miami, Florida 33131, (305) 372-4590. The City will conduct a pre -proposal submission conference on Friday, April 24, 1987, 10:00 a.m., at the Department of Development. While attendance at the 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., Monday, June 1, 1987, and will be publicly opened on that day. The City of Miami reserves the right to accept any proposal deemed to be in the best interest of the City, to waive any irregularities in any proposal or to reject any or all proposals and to re -advertise for new proposals. In making such determination, the City's consideration shall include, but not be limited to the proposer's experience and capability, the proposer's financial qualifications, the financial return to the City, the extent of minority participation, and the evaluation by the City of all information submitted in support or explanation of the proposed management of the property. 1 M Cesar H. Odio City Manager 87-34 11' 87-341 1 � 1� 0 w`•• Jei4nwwo., ,7tiat� 1■iiW � JAEN *MI II IH R I v [ I A M i t N T [ A FIGURE 1. SITE LOCATION MAP 3 A? N C .`J I1oar ( A M I 87"341f . 87-341 s TU.1 "9011t+q comman. .. • , I.t, O•rfrt0. ftf�,fy ifs _� .rs.•r.�•...L.♦, ;; „�♦'1''ic'1r'�f `•�k''C• ` eta • -.r i•.►�.. �.:�.vw a R T S___""'----�_'--•._-.. f �5.-turf r ' ,i. ••'.•r .!.v ' } .XLS_21_N 6_..-�POA T. __� Q1'Q�y `4=�r.. R a MIAMARINA 00 ti t? L p r♦ ii' ^f r� � � `fit � '4 ��, } .1t J l a+a♦ � •�;; _ :i ti 70 ci ' d �t j .k y R C • b .. � t ., r'!`:"! ' rj,;, ' r�l �;,tl� ' 1 — ' d � ``;v •.. eF . '!'•• ,.•y�r1 �l,l g0 � Iti 11!/7J�• .t ' Y '�• i t il�Y ' •.y, (� Q t e' •i tll�'jl�7i 1� � • d K We go t *• Y: ,�. FIGURE 2. MIAMARINA LOCATION MAP 4 87-3g1t. , 411,,— i 8'7-341.• W R ,�r�` • 6- . �; ,,, FBI- _ e. o_u L Y == ''•COMMERCIAL SLIPS �BRL-00 • ,a PIER A ' • •e Vic ING ►. LIONt PREMISES TO BE c' �• MANAGED • ' • 'v = , ..� � PIER B i PIER PARK •� v _ f. LIP • • ' V PIER C _ • • . • OOCKMASTER'S O„FFFICE '� • • • RESTROOMS At `�='ice C.:;. :e .i� +o • . • . , � � _� .; FIGURE 3. PROJECT LOCATION MAP 5 87-•341, yb- The Bayside Specialty Center and parking garage opened April 8, 1987. Miamarina also reopened on that date and is currently operated by the City of Miami. The City intends to manage the operation of the marina facilities until such time as a professional management services agreement may be entered into wit the successful proposer responding to this Request for Proposals. On April 9, 1987, the City Commission adopted Resolution 87- authorizing the City Manager to issue this Request for Proposals for procurement of professional management services for City - owned Miamarina in accordance with the detailed information and instructions contained herein. III. PROJECT DESCRIPTION A. Professional Management Services Objective The successful proposer responding to this Request for Proposals shall perform management services for the marina facilities described in Section III.B.1. entitled "Description of Premises to be Managed" according to certain obligations of the City set forth in the Miamarina Agreement (Appendix A). Specifically, professional management services are sought for the operation and management of the marina to a quality consistent with other first-class marinas in the Miami -Metropolitan area and to a comparable level of quality commensurate with the quality and character of the operation and management of the Bayside Specialty Center. Such operation and management shall comply with the "Standards of Operation and Maintenance for Miamarina," included a- Exhibit A to the Miamarina Agreement. B. Marina Facilities 1. Description of Premises to be Managed The premises at Miamarina to be managed, shown in Figure 3, include three piers and finger piers to accommodate approximately 165 boat -slips. The premises at Miamarina excluded from this Request for Proposals include 35 boat -slips adjacent and parallel to the North Pavillon of the Bayside Specialty Center designated for a commercial fishing fleet. The City of Miami has a contractual obligation with the Pier 5 Boatmen's Association to operate these commercial slips. Also excluded from the premises to 'be managed is Pier Park located on the peninsular adjacent to Biscayne Bay. The City of Miami has completed marina improvements of the premises offered for management designated in Figure 3 that include replacement of all wooden mooring piling and finger piers; replacement of decking on Piers B and C; replacement of 6 W-34 i, . 8 7-341. J� P utilities including fire lines on Piers B and C; upgrading of utilities including fire lines on Pier A; installation of utility pedestals including lighting, water and power throughout all piers; provisions for dockage access to cable and telephone; and installation of a portable pump -out station at the end of Pier B. Improvements were completed at a total cost of $1,600,000. The premises to be managed at Miamarina will be open for inspection to prospective proposers beginning April 20, 1987, by appointment only. Please contact Mr. Alfredo Rodriguez at the City of Miami Parks, Recreation and Public Facilities Department, (305) 579-6900, for an appointment. 2. Dockmaster's Office and Restroom Facilities A dockmaster's office providing approximately 300 sq.ft. of of f ice space is located at the end of Pier B. Adjacent to the dockmaster's office are restroom facilities. The dockmaster's office and public restroom facilities are located on the Bayside Center Limited Partnership's leased area and were constructed as part of the Bayside development. The public restroom facilities are available to users of the marina facilities. The dockmaster's office is available for lease for approximately $ /sq.ft. to the successful proposer, provided a lease agreement is entered into between the successful proposer and Bayside Center Limited Partnership for its use. (Refer to Section 17. of the Miamarina Agreement entitled "Dockmaster's Office.") 3. Parking for Users of the Premises Parking for marina users is available at existing rates at a 1,200-car parking garage located at the southeast corner of Biscayne Boulevard and Port Boulevard adjacent to the North Pavillon of the Bayside Specialty Center. The City -operated parking garage is equipped with closed-circuit security at a current rate of $1.00 per hour up to a $6.00 maximum per day. A loading area is provided adjacent to the dockmaster's office for limited use by the users of the marina facilities. 4. Signage All signage to be displayed at the managed premises, exterior or visible from the exterior, shall be subject to the prior approval c° Bayside Center Limited Partnership and the City of Miami. W 87-34k . P 5. Dockage Rates Dockage rates assessed against marina tenants and users shall be set by the City and may be adjusted from time to time as warranted, based on recommendations from the marina manager, subject to the approval of the City Manager. The current dockage rate is set at $.75/foot/day based solely on boat length for any permitted use of Miamarina. Dockage rates cover electricity and water services which are not separately metered. Tenants of the marina shall be individually responsible for payment of telephone and cable television services, should they so desire those services. The successful proposer, as manager of the marina facilities, may propose a fee to be charged for use of the portable pump -out station by marina users. 6. City Responsibilities at Premises The City shall be responsible for the provision of janitorial, maintenance and trash removal services to the marina premises. The City shall be responsible for periodic removal of floating debris. Services such as police and fire protection, equal to those provided any facility within the City of Miami, shall be provided by the City. The City shall be provided, at no cost, one slip at the managed premises for the dockage of a Police boat for security enforcement. ■ C. Use of Premises On behalf of the City, the successful proposer shall manage the premises described in Section III.B. above for the purpose of operating a marina and marina related services for the use of and by the general public. 1. Permitted Uses The following uses shall be permitted at the marina premises to be managed by the successful proposer: (a) Dockage of recreational boats. Recreational boats are defined as non -live -aboard boats. The term of dockage agreements for recreational boats may be proposed by the prospective marina manager. 8 87-3411. 87-+341 , (b) Dockage of live -aboard boats up to a maximum two - week length -of -stay. Extensions may be granted to boat owners requesting length -of -stays exceeding two weeks, on an individual basis, at the discretion of the marina manager at increments of two weeks. (c) Use of the dockmaster's office, provided it is leased, as an information, telephone, mail and message center for users of the marina; and for office space for management employees. (d) Use of the restroom facilities by users of the marina and by management employees. (e) Use of the marina by Bayside Center Limited Partnership that shall cause the marina to be closed to all occupants of slips for periods not to exceed seventy-two consecutive hours and not to exceed seven days for a single calendar year, pursuant to the terms of the Miamarina Agreement (refer to Appendix A, Exhibit A, Paragraph 10). 2. Uses Not Permitted Uses of the marina not permitted include: (a) Dockage of live -aboard boats exceeding a two week length -of -stay, except pursuant to extensions granted as set forth by Section III.C.1.(b) above. (b) Boat sales and rentals including any and all display signs on boats advertising same. (c) Boat repairs (d) Boat storage (e) Sale of supplies or provisions for boats including, but not limited to fuel, bait, tackle, ice, beer, It and any and all retail sales. D. Scope of Services The successful proposer as manager of the marina premises shall: 1. Make available the marina facilities for use by the general public, 2. Initiate and maintain an aggressive marketing and advertising campaign to promote occupancy at the marina, 9 --------- ------ 8'7-341t - I 3. Charge and collect the dockage fees for the services rendered in conformance with a prescribed schedule of rates set by the City, 4. Be responsible for keeping the piers clean of all vehicles, small boats, supplies and storage except those that can be stored in a locker that may be supplied with the berth, 5. Be responsible for the administration of all dockage agreements, 6. Enforce the rules and regulations set forth in dockage agreements and make recommendations to the City for its consideration of additional rules that may be necessary and desirable to include, 7. Exercise such authority as may be necessary for the orderly, safe, sanitary, and secure use of and enjoyment of the facilities, 8. Notify the City of any unsatisfactory or unsafe conditions regarding maintenance, repair and security, 9. Supervise and control the handling of all money received in the operation of the marina, 10. Maintain records in accordance with acceptable accounting practice and prepare appropriate financial reports necessary to make required monthly payments to City, 11. Abide by and enforce all rules and regulations now in effect or established by the City. E. Proposer's Reimbursement Commitment The successful proposer shall be expected to reimburse the City for monies previously expended to buy-out a management/lease agreement in effect prior to the construction of the Bayside project. The City has a prior commitment dating from October, 1985, in the sum of $1,675,000 plus interest which was estimated to be $248,000 through April 8, 1987, the opening date of the Bayside Specialty Center. The successful proposer shall be required to provide the $1,675,000 reimbursement plus interest to be recalculated to date of said reimbursement payment, upon execution of a management agreement with the City. 10 8'7-341+ . t f t 97-341 � ra In addition, the successful proposer shall be required to reimburse the City for marina renovations described in Section III.B.1. above in an amount of $1,600,000. The City may consider payment of said $1,600,000 reimbursement over a period not to exceed the term of the management agreement, in which case prevailing interest rates will apply. F. Term of Management Agreement The term of the professional management services agreement shall not exceed fifteen (15) years commencing upon execution of an agreement. G. Compensation for Provision of Management Services The management agreement will be structured to provide the successful proposer with a percentage of the gross revenues collected as compensation for providing professional management services to the City. This does not, in any way, constitute a lease agreement and shall not convey any interest in real property. H. 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 proposing team and to comprise a significant part of the permanent management team. For the purpose of proposal evaluation, significant minority participation shall be defined as 17% black, 17% hispanic, and 17% female. IV. PROPOSAL SUBMISSION REQUIREMENTS, FORMAT, AND PROCEDURES A. General Requirements The competitive methods and procedures for procurement of professional management services are set forth by Sec. 18-52.2 of the City of Miami Code entitled "Competitive Negotiations" included as Appendix B along with other pertinent legislation. Interested and qualified proposers responding to this Request for Proposals must submit proposals consisting of three sections: -- Completed Declaration Form -- Completed Bid Proposal Submission Form -- Proposal 11 87-34if . yb-� 97-341. 0!" Prospective proposers must complete the "Declaration" and "Bid Proposal Submission" forms included as Exhibits 1 and 2, respectively, sign in the space provided for signature and submit same with proposal. The signature required is the officer, officers, or individual authorized by its bylaws or the Board of Directors, with official corporate seal affixed thereto. 1. Proposal Development Considerations Respondents to this invitation are advised that the factors outlined in Section III. entitled "Project Description" must be considered and adhered to in the development of proposals and will be critically evaluated by the Selection Committee. 2. Interpretation of Proposal Documents Each prospective proposer shall thoroughly examine the proposal documents and judge for himself all matters relating to the location and character of the services he agrees to perform. If the proposer should be of the opinion that the meaning of any part of the proposal documents is doubtful, or obscure, or contains errors or omissions, he will be provided the opportunity to request written clarification from the City Manager or his designee, John E. Gilchrist, Director, Department of Development. 3. Protection of Rights of Cit Section VII. provides numerous contract terms that the proposer must consider and adhere to when making a proposal. The eventual agreement negotiated by the successful proposer may incorporate any other terms, conditions and benefits for the City that the City Manager or his designee may seek to include by way of negotiation and deems necessary for the proper protection of the City of Miami. 4. Cancellation and Rejection of Proposals The right is reserved by the City of Miami to cancel this Request for Proposals before the proposal submission deadline and to reject all proposals after receipt, if desired. 5. Award The management agreement shall be awarded to the responsible and responsive successful proposer whose proposal is the most advantageous to the City. 12 87-341. 8'7-341. B. Proposal Format Proposals submitted in response to this invitation must include the following information set forth as the minimum criteria to be met by responsive and responsible proposers: 1. Credentials (a) Identity of proposer, including organizational structure and names and addresses of principals. (b) Description of proposer's professional management experience, including specific experience in operation and management of first-class marina facilities. (c) Qualifications and experience of management team, including specific experience in operation and management of first-class marina facilities. (d) Evidence of proposer's financial capacity to meet the required reimbursement to the City. 2. Additional Requirements (a) A management plan including the proposed management organization, methods, procedures, and standards for operation of the marina facility. (b) The projected revenues to be generated by the operation oZ the marina and a schedule of the percentage of projected revenues required to provide professional management services for the marina by the proposer. (c) Letters indicating the proposer's ability to obtain required insurance. (d) Letters documenting the proposer's past experience in marina facilities management. (e) Resumes of key individuals to be involved. (f) Marina operating pro forma. (g) Documentation of minority participation pursuant to the goals set forth in City of Miami Ordinance No. 10062. 13 . 8 7-3416 . fk,, % C. Proposal Submission Procedures Proposal submissions marked "Professional Management Services for Miamarina" must be addressed to: John E. Gilchrist Director Department of Development Proposals are to be received at: Office of the City Clerk City of Miami 3500 Pan American Drive Miami, Florida 33133 Fifteen (15) copies of bound proposals are required to be submitted by 2:00 p.m., Monday, June 1, 1987, to the Office of the City Clerk. Exhibits 1 and 2 include forms that must be submitted along with the proposal. The time deadline and location will be firmly adhered to. No proposals shall be received after 2:00 p.m., June 1, 1987, or at any other City office location except the Office of the City Clerk. A non-refundable cashier's check in the amount of $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 immediately following selection by the City Commission. V. EVALUATION CRITERIA The following criteria will be used by the Selection Committee to evaluate proposal submissions for its recommendation to the City Manager. Percentages listed in the left hand column indicate the relative weight that will be placed upon each of the criteria. (20%) A. Experience of the Proposer (a) Qualifications and experience of the proposer in . facilities management (b) Specific experience of the proposer in operating and managing first-class marina facilities 14 97-341• . 87-341 (20%) B. Capability of the Proposing Team (a) Qualifications and experience of the project managers and management team %b) Specific experience of the team in relationship to operating and managing first-class marina facilities (c) Quality and organization of management team, method of providing operations at the marina facilities (20%) C. Financial Capability, Level of Financial Commitment (a) Demonstrated financial capability of the team (b) Financial strategy to reimburse City (20%) D. Financial Return to the City (a) Projected revenues generated from the operation of the marina (b) Percentage of projected revenues required to provide professional management services for the marina (c) Term of management agreement (20%) E. Extent of Minority Participation (a) Minority participation within the management team (b) Hiring practices (c) Special opportunities for minorities, hiring, outreach and training opportunities in relation to operation and management of facilities. VI. SELECTION PROCESS A. Selection Procedures A Selection Committee will be appointed by the City Manager to evaluate written proposal submissions in accordance with the criteria set forth in Section V. above. The Selection Committee will rank the proposals based upon its evaluation and forward recommendations to the City Manager. The City Manager, taking into consideration the evaluation by the Selection Committee, shall make recommendations to the City Commission regarding the procurement of professional management services for Miamarina. 15 S7 '34 87*--4 1 r ci After reviewing the City Manager's recommendation, the City Commission may award the contract to the proposer recommended by the City Manager or may reject such recommendation. The decision of the City Commission shall be final. Upon selection by the City Commission, the successful proposer will enter into a management agreement, in a form acceptable to the City Attorney, to be presented to the Commission for approval. Such management agreement does nog, in any way, constitute a lease agreement and shall not convey any interest in real property. The Selection Committee is anticipated to be comprised of, five members; two professionals from the private sector and three representatives from the City Department's as follows: Private Sector Participation David Weaver, Intercap Investments, Inc. Mario Bustamante, U.S. Yacht Racing Union City Participation City Manager s Office General Services Administration, Property and Lease Management Division Parks and Public Facilities Department, Marinas Division B. Selection Schedule (Anticipated) Issuance of Request for Proposals: April 20, 1987 Pre -Proposal Submission Conference: April 24, 1987 Proposal Submission Deadline: June 1, 1987 Selection Committee Evaluation: June 9, 1987 Recommendations to the City Manager from the Selection Committee: June 23, 1987 City Manager's Recommendation to the City Commission for Selection of Proposer: July 9, 1987 Begin Contract Negotiations with the Successful Proposer: July 10, 1987 City Commission Approval of Negotiated Management Agreement: Sept. 10, 1987 16 8 7-341s . 8 7*-341. f VII. TERMS AND CONDITIONS TO BE INCLUDED IN THE MANAGEMENT AGREEMENT Upon authorization of the City Commission, the City Manager or his designee shall negotiate all aspects of an agreement with the successful proposer. The agreement shall include, but not be limited to, the following terms and conditions: 1. Term of Management Agreement A term not to exceed fifteen (15) years 2. Compensation for Professional Services A percentage of gross revenues generated by the operation of the marina Payment schedules 3. Restrictions on Use Permitted Uses 4. Management of Premises Description of premises Operation procedures and practices S. Insurance Amounts and Types of Insurance: Minimum amounts and types of insurance which in the opinion of the City are necessary to protect the City's interest shall be supplied to all prospective proposers as Addendum I to this Request for proposals. Certificates of Insurance: Evidence of compliance with the insurance requirements shall be filed with the Insurance Manager, General Services Administsration of the City of Miami prior to execution of the management agreement. Such insurance shall be subject to the approval of the Insurance Manager. All insurance policies required must be written by a company or companies rated at least "A" as to management and Class "X" as to financial strength, in the latest edition of the Best's Insurance Guide, published by Alfred M. Best Company, Inc., 75 Fulton Street, New York, N.Y. Compliance 17 8 7-34it . 97--341. . A, with the insurance successful proposer under this section lease agreement. requirements shall of its liability or under any other not relieve the and obligations portion of the Non -Cancellation clause: The policy or policies of insurance required shall be written in a manner such that the policy or policies may not be cancelled or materially changed without sixty (60) days advance written notice to the City. Written notice shall be sent to the Insurance Manager, General Services Administration. Damages or loss to successful proposer's personal property: The successful proposer releases the City from any and all liability, cost or expenses for damage, or loss to the successful proposer's personal property for any cause whatsoever. Right of City to obtain insurance Non -waiver of lessee's obligations 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 management 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 Agreement No assignment of management agreement or any portion or part thereof, except by and virtue of action taken by the City Commission. 18 ...._34ir y�- I 87--341. . M;7 O. 8. Default Default by Manager Obligations, Rights Non -Performance Due Parties and Remedies Cumulative to Causes Beyond Control of Ownership of Equipment and Furnishings on Termination 9. Examination of Premises The City has right to examine and 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. 10. Audit Rights The City reserves the right to audit those books and records of the successful proposer related to the management agreement at any time upon reasonable notice during the performance of the agreement. 11. Performance Review Rights The City reserves the right to an annual review of the successful proposer's performance with respect to each and every term and condition of the management agreement. 12. 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 management agreement and that it has not offered to pay, paid, or agreed to pay any person employed by the City any fee, commission, percentage, brokerage fee, or gift of any kind contingent upon or resulting from the award of making the management agreement. 13. 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. 19 8'7-341A . i 8 7-341 r,;,<; M, The successful proposer, in the performance of the management agreement, shall be subject to the more restrictive law and/or guidelines regarding conflict of interest promulgated by federal, state or local government. 14. 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. 15. 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. 16. 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 management agreement be promulgated. 17. 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. 20 8'7-3411. 8 7-341- APPENDIX A. Miamarina Agreement APPENDIX B. Pertinent Legislation APPENDIX C. The Minority and Women Business Affairs and Procurement Ordinance No. 10062 U 8 7-341 . cJb-� 8 7-341 APPENDIX A MIAMARINA AGREEMENT THIS AGREEMENT entered into this ZV L` day of October, �1985 by and between SAYSIDE CENTER LIMITED PARTNERSH;,P, a Maryland limited partnership having an office at 330 Biscayne Boulevard, Miami, Florida (hereinafter referred to as "Bayside") and THE CITY OF MIAMI, a municipal corporation of the state of Florida having an office at 3500 Pan American Drive, Miami, Florida (hereinafter referred to as the "City"). WITNESSETH: WHEREAS, on January 14, 1985, the City and Bayside entered into a lease for development of a waterfront specialty center (as amended hereinafter referred to as "Retail Lease") and a lease for development of a parking facility (as amended hereinafter referred to as "Garage Lease") (the Retail Lease and Garage Lease collectively referred to as the "around Leases") pursuant to which the City leased to Bayside certain real property located in 3ayfront Park, Miami, Florida, which property is more particularly described in the round Lease (hereinafter referred to as the "Bayside Property"); WHEREAS, pursuant to the terms —of the Ground Leases, Bayside will construct, operate and maintain the Bayside Specialty Center and the Parking Garage (as such terns are defined in the Ground Leases) on the Bayside Property; ;AREAS, Miamarina is a marina containing slips for approximately 200 boats located adjacent to the Bayside Property and was previously managed and operated pursuant to the terms of a certain management agreement (hereinafter x 8'?'-341 0� M referred to as the "Management Agreement") dated June 4, 1981 between the City and New World Marina, Inc. (hereinafter referred to as the "Existing Manager"); WHEREAS, on October �, 19850 the City and the Existing Manager entered into an agreement of purchase and sale (the "P&S" Agreement) pursuant to which the City agreed to purchase all of the right, title and interest of the Existing Manager in and to the Management Agreement for a purchase price of $19675,000 (the "Purchase Price") and upon such sale immediately terminated same; WHEREAS, Bayside and the City have reached certain agreements pursuant to which Bayside will make an advance rental payment under the Ground Leases to the City which the City may apply to the Purchase Price ; WHEREAS, the City and Bayside have agreed that the boundaries of Miamarina shall be reconfigured to include the area designated as Miamarina on Exhibit B attached hereto (such area being hereinafter referred to as the "Marina") and that the Marina will be operated and maintained by the City; 11HEREAS, Bayside and the City have' reached certain agreements with respect to the standards of management, operation and maintenance of the 8ayside Specialty Center and the Parking Garage by Bayside and the standard of - maintenance of Bayfront Park by the City, which standards are set forth in the Ground Leases and the City and Bayside are desirous of entering into this Agreement in order to more particularly define the standards of management, operation and maintenance to be complied with by the City in connection with its management and operation of the Marina. The City and Bayside agree that both parties are vitally interested in the successful integration of the Marina's management, maintenance, promotion and operation with that of the 8ayside Specialty Center; -2- F3'7-34t . 8'7-341. NOW, THEREFORE, in consideration of Ten Dollars ($10.00) and other good and valuable consideration, the City and Bayside covenant and agree as follows: Section 1. Staff. The City agrees that it will manage, operate and maintain the Marina to a quality consistent with other first class marinas in the Miami- metro area and to a comparable level of quality commensurate with the quality and character of the management, operation and maintenance of the Bayside Specialty Center. Such management, operation and maintenance of the Marina by the City shall in all respects comply with the standards of operation of Miamarina (hereinafter referred to as the "Standards") annexed hereto as Exhibit A and incorporated herein. Section 2. Maintenance and Repair. The City shall maintain the structural integrity of the Marina including without limitation, the piers, docks, pilings, quays, sea wall and the original design depth of the Marina. In connection therewith the City shall, at its sole cost and expense, promptly retain a qualified marina engineer to survey the Marina and recommend such actions, both immediate and long term, remedial and preventative, which the City should take to assure or restore such integrity and depth. Implementation of any or all of the recommendations of such engineer shall be in the sole and absolute discretion of the City, provided, however, that the City agrees to comply with such recommendations of the aforesaid engineer which are then required to be complied with or make such other changes or repairs which the City deems necessary in order to avoid the City's becoming in default of its standards of management, operation and maintenance as set forth in this Agreement or in the Ground Leases. -3- 87-341 87-341 r Section 3. Insurance. The City shall carry such property and liability policies with respect to the Marina and the operation thereof as the City Manager may from time to time reasonably deem prudent and •is shall be consistent with the letter agreements to be signed by the Risk Managers of Bayside and the City regarding the types and amounts of insurance policies concerning property damage and liability covering the Marina and the Bayside Specialty Center. Within thirty (30) days of the date hereof the Risk Manager for the City and Bayside shall enter into such letter agreements. If the Marina shall at any time during the team hereof be damaged or destroyed by fire or other insured casualty, the City shall, pursuant to the terms and conditions of the Ground Leases diligently repair and/or restore the Marina to the state same was in immediately prior to such casualty. The City will, from time to time and upon thirty (30) days written request, provide Bayside with copies of certificates evidencing the policies of insurance required to be carried by the City hereunder. Section 4. New Lighting. The City shall, at its own cost and expense, install and maintain along the Marina piers architectural lighting similar in quality and lighting levels and consistent in design to the outdoor promenade and pier park lighting to be installed at the Bayside Specialty Center. The City shall coordinate the installation of such lighting with the utility work being conducted by Bayside on the Sayside Property. Bayside shall have the right to ,review and reasonably approve the City's lighting plans and specifications prior to installation, which approval may not be withheld if such plans and specifications are substantially in accordance with the requirements of this section. — 4 — 87-341. 87-341 Section 5. Improvements. The City shall use reasonable efforts to obtain approvals for and install baffling devises in certain locations on the proposed port bridge in order to significantly reduce the effect on the Marina of "surge" from vessels passing the Marina on the adjacent waters of Biscayne Bay. Bayside shall have the right to review and approve' the design and location of such devices prior to installation, which approval shall not be unreasonably, witIntheld. Bayside and the City shall enter into a letter agreement within 90 days of .the date hereof which shall set forth an agreed upon schedule for the City's installation of the improvements set forth in section 4 and 5 hereof to assure that same shall be installed prior to the opening date of the Bayside Specialty Center. Section 6. Moored Vessels. The City shall enter into an agreement with Bayside to permit the ship Bounty to be moored at and to operate from the Biscayne Bay'sea wall (such agreement may provide for the reimbursement to the City of costs and expenses incurred by the City as a result of the operation of the Bounty from said seawall). Such long.,term agreement shall be on terms and conditions reasonably satisfactory to the City Manager and Bayside. From time to time, upon request of Bayside, the City will enter into agreement with other visiting ships, ships associated with the pier park, the water taxi and paddle boat operations originated by Bayside with respect to the use by such ships of the Biscayne Bay seawall on terms and conditions reasonably satisfactory to Bayside and the City. The agreements between the City and Bayside referred to in this Paragraph 6 shall be subject to review and appropriate revision by the City Attorney's Office. Section '7. Default. The failure of either party hereto to perform any of the covenants, conditions and agreements of this Agreement which are to be - 5 - 87-341 . 87-341, performed by, such party and the continuance of such failure for a period of sixty (60) days after notice thereof in writing from the non -defaulting party (which notice shall specify the respects in which the non -defaulting party contends that the defaulting party has failed to perform any of such covenants, conditions and agreements) unless such default be.one which cannot be cured within sixty (60) days and the defaulting party within such sixty (61) day period shall have commenced and thereafter shall continue to diligently to prosecute all actions necessary to cure such default, such failure shall constitute an "Event of Default". If an Event of Default shall occur, the non -defaulting party shall have the right to pursue any of the following remedies: (i) the right to a writ of mandamus, injunction or other similar relief, available to it under Florida law against the defaulting party, including if the defaulting party is the City, any or all of the members of its governing body, and its officers, agents, or representatives provided, however, that in no event shall any member of such governing body or any of its officers, agents or representatives be personally liable for any of the City's obligations to eayside hereunder; and (ii) the right to maintain any and all actions at law or suits in equity or other proper proceedings to obtain damages resulting from such default. For, the purposes of any of the provisions of the Agreement, neither party shall'be considered in default of any of its obligations hereunder if the compliance with such obligation is delayed or rendered impossible to perform as a result of an Unavoidable Delay (as defined in the Ground leases). 6 " 87-341 . 4& - I 8'7--341 Section Be Applicable Law. This Agreement shall be governed by the laws of the state of Florida and shall be.subject to and shall be interpreted t.3 nffectvate its compliance with the Charter of the City of Miami, the City of Miami Code and the Dade County Charter and Code and any conflicts between this Agreement and the aforementioned Codes and Charters shall be resolved in favor of the latter. If any term, covenant or condition of this Agreement or the application thereof to any person or circumstance shall, to any extent, be illegal, invalid or unenforceable because of present or future laws or any rule or regulation of any governmental body or entity or becomes unenforceable because of judicial construction of the remaining terms, covenants and conditions of this Agreement, or. the application of such term, covenant or condition to persons or circumstances other than those as to which it is held invalid or unenforceable, shall not be affected thereby and each term, covenant or,condition of this Agreement shall be valid and be enforced to the fullest extent permitted by law. Section 9. Conflicts of Interest. No member, official representative or employee of the City or. the City Manager shall have any personal interest, direct or indirect, in this Agreement, nor shall any such member, official, representative or employee. participate in any decision relating to this = a Agreement which affects his or her personal interest or the interest of any corporation; partnership or association in which he or she is, directly or indirectly,'interested. No member, official, representative or employee of the City or the City Manager shall be personally liable to 8ayside or any successor in interest in the event of default or breach by the City or the City Manager or for any amount which may become due to 8ayside or its ` successor or on any obligations under the terms of this Agreement. x - - 8'7-341. y6-i 87-341L r section 10. Duration of Obligations. This Agreement shall remain in full force and effect for so long as both of the Ground Leases shall remain in full force and effect. The obligations of the City to manage, operate and maintain the Marina pursuant to this Agreement shall commence on the date hereof, provided, however, that 8ayside and the City agree -that the Marina shall not be 'open for business with the general public during the period that the 8ayside Specialty Center and the Parking Garage are under construction or restoration if such construction or restoration would be adversely affected by the Marina being open for business. 8ayside may not assign its rights under this Agreement except in connection with an assignment of its interest under the Ground Lease which is permitted pursuant to the terms thereof. Section 11. Request, for Proposals. If the City shall so elect, the City may, in compliance with its Charter, Code and applicable law, enter into a management agreement with a third party that is an experienced marina operator for the operation, management and maintenance of the Marina by such party (hereinafter referred to as a "New Operator"). If the City shall elect to cause a New Operator to operate the Marina, the City shall implement its normal request for proposal procedures and 8ayside agrees that it will, in good faith, submit a proposal with respect to same in accordance with such procedures. Any management agreement to be entered into by the City witha New Operator',must contain provisions pursuant to which the New Operator shall agree*' for the term of the new management agreement to perform, among other things, the obligations of the City under this Agreement. Section 12. Purchase Price and Rental Credits. 12.1 (A) On or before the Possession Date, 8ayside shall make an advance a p yment of rental under the Ground Leases in the amount of $1,675,000 —a- 87-341. Z& - I 87-341 ua and shall be entitled to an offset of rentals to become due under the Ground Leases in an'amount equal to the Rental Credit (hereinafter defined). (a) Notwithstanding the provisions of the Retail Lease, Bayside shall not be obligated to pay more than $975,OOO of the $2,6500000 due pursuant to Section 2.5(f) of the Retail Lease until the events in either (C) or (D) or (E) of this Section 12.1 occur. The balance thereof shall bear interest at the Maximum Interest Rate,. As used herein, the term "Maximum Interest Rate" shall mean a rate equal to 1% per annum plus the prime rate of interest from time to time charged by The Chase Manhattan Bank, N.A. Interest shall be calculated on the basis of a 360 day year. In co event may the Maximum Interest Rate exceed 25%. On the date hereof, the prime rate of interest charged by The Chase Manhattan Bank, N.A. is 9.X per annue. (C) If the City enters into a Miamarina management agreement with any person, firm or corporation, the City shall repay or cause to be repaid the Rental Credit to Bayside and Bayside shall simultaneously pay to the City the balance due the City under AS) above with interest thereon calculated at the Maximum Interest Rate, in which event Bayside shall not be entitled to offset the Rental Credit against the rentals due under the Ground Leases. (0) On the Rental Commencement Date, it the City has not entered into a management agreement for—Miamarina with a third party or a subsidiary or affiliate of The Rouse Company, Bayside shall pay the City $1,675,000, ,which amount was deferred as provided in (B) above, with accrued interest canputed at the Maximum Interest Rate. Upon the making of such payment, Sayside.shall be entitled to receive the Rental Credit as hereinafter defined. 9 = 87-341i . 8'7-341 1 As used herein, the term "Rental Credit" shall mean the aggregate of ( i) $1, 675, 000 less rentals ( including additional rentals- earned by the-, Cicy under the Ground Leases, if any, ("Original Amount") plus (ii) the accrued Loss Opportunity Cost earned thereon. The Loss Opportunity Cost as used herein shall mean an amount equal to the result of 'multiplying the Opportunity Loss Factor times the Original Amount calculated on a 360-day year composed of twelve (12) 30-day months and shall be payable on the Original Amount or so much thereof as shall from time to time be outstanding from the date the Original Amount is established to the date of payment thereof or credited against rentals (including additional rentals) due as provided herein. Opportunity Loss Factor shall mean a rate equal to 1% above the prime rate from time to time charged by The Chase Manhattan Bank, N.A. The Opportunity Loss Factor shall never exceed 25%. Until such time as the Rental Credit shall be paid in full, all rental payments (including additional rentals) which would otherwise be payable to the City under the Ground Leases shall be applied first to accrued and unpaid.Opportunity Loss Factor and then to the unpaid principal balance of the Original Amount. W The City may at any time without penalty or premium have the right to'repay to 8ayside the Rental Credit together with the accrued and unpaid Opportunity Loss Factor thereon. (F) The City shall immediately apply to the State Board of Administration of the State of Florida for an interest rate waiver pursuant to Section 215.84 of Florida Statutes Annotated. (5) If, at any time, the rate on the Opportunity Loss Factor exceeds the'maximun interest rate permitted by law, the City on the next business day shall pay to Bayside the outstanding Rental Credit, provided that the Opportunity Loss Factor shall be calculated at the maximum lawful interest -10 - 87-341. 87-34.1, - rN rate for any period the Opportunity Loss Factor would otherwise exceed such lawful rate. 12.2 As a condition precedent to Bayside making the $1,675,000 payment under Section 12.1(A), the City shall deliver a legal opinion in fora satisfactory to Bayside that the transactions contemplated in Section*12.1 do not violate ;any federal, state or local laws, that the effective Maximum Interest Rate is lawful, and that the City has the due power and authority to perform its obligations under this Agreement and to make and receive the payments hereunder. Bayside may from time to time request the City obtain a supplement to the legal opinion that the payments contemplated herein are not in violation of federal, state or federal laws, rules or regulations as of the date of the supplemental opinion. 12.3 The obligation of the City to pay Bayside or Bayside to pay the City set forth in this Miamarina Agreement shall be without notice or demand and withoutdeduction or offset except as otherwise expressly provided in Section 12. All payments shall be in the form of certified or cashier's i checks or other funds acceptable to the payee and shall be delivered to the payee at the notice address set forth in Section 13. In the event of a conflict between*the Ground Leases and this Miamarina Agreement, this Miamarina Agreement shall control. A late g � Any payment or accelerated amount due shall automatically accrue interest at the Maximun Interest Rate unless such rate is found to be unlawful or usurious, then at the maximum rate permitted by law. Section 13. Notice. Any notice or cmcwication under this Agreement s 1 by either the City or the City Manager, on the one hand, to Bayside, or, on the other, by 8ayside to the City or the City Manager shall be deemed sufficiently, given or delivered it dispatched by registered or certified mail, postage prepaid, return receipt requested, addressed as follows: ll - 87-341 . 87-341. A If to 8ayside: G eneral Counsel 8ayside Center Limited Partnership c/o The Rouse Company 10275 Little Patuxent Parkway Columbia, Maryland 21044 If to the City: The City of Miami c/o the City Manager 35M Pan American Drive Miami, Florida 33131 Either party may change the notice addresses above set forth by giving notice in writing of such change of address to the other party in accordance with the terms hereof. Section 14. Counterparts. This Agreement may be executed in multiple counterparts, each of which shall be deemed an original and such counterparts shall constitute one and the same instrument. Section 15. Successors and Assigns. All of the covenants, conditions and obligations contained in this Agreement shall be binding upon and inure to the benefit of the respective successord and assigns of the City and 8ayside. r Section 16. Modifications. Nothing contained in this Agreement shall alter, modify, supplement or amend the terms and provisions of the Ground Leases. No 'amendment or modification shall be effective unless executed and delivered byiboth parties hereto. Section 17. Dockmaster's Office. The City and 8ayside shall prior to the Opening Date enter into a lease (the 00ockmaster Lease') pursuant to which 8ayside shall make available to the City a maximum of 300 feet of office space at the improvements to be constructed by 8ayside at the Marina for use as a i dockmaster's office. The Dockmaster Lease shall provide that the City shall not be obligated to pay basic rent, common area maintenance or other rents or -12- 87-341, 87-341 additional rents for such space but shall be responsible for utility and insurance payments. The Oockmaster Lease shall be in the standard form of :.;ito between Bayside and tenants at the Bayside Specialty Center and small provide that the rental concessions therein contained shall be for the sole benefit of the City and shall not be available to any other party that may commence to operate the Marina. Section 18. Termination. The obligations and liability of the City pursuant to this Agreement shall terminate upon the date of the termination of the last to terminate of the Ground Leases or any substitute ground lease entered into pursuant to the terms hereof. Section 19. Conditions Precedent, Bayside shall not be obligated to make any payments required under this Agreement until (i) the Agreement and Release of Deed Restrictions and Reverter in a form acceptable to Sayside is executed between the Board of Trustees of the Internal Improvement Trust Fund of the State of Florida and the City of Miami and delivered to Bayside's title company for recordation, (ii) the lawsuit which was filed by Pier 5 Boatmen's Association, Inc. and others against the City of Miami, The Rouse and Co., .Rouse -Miami, Inc. and others shall be dismissed with prejudice or otherwise disposed of to Bayside's satisfaction and an agreement shall be executed by all of the plaintiffs of such suit with the City in a form acceptable to Bayside and (iii) the legal opinion required to be delivered hereunder, is delivered to Bayside as required by such agreements. IN WITNESS WFEREOF, ROUSE-MIAMI, INC.; the sole general partner of SAYSIDE CENTER LIMITED PARTNERSHIP, has caused this Agreement to be signed in its name by its Vice President and its corporate seal to be hereunto affixed and duly attested by its Assistant Secretary, and the CITY COMMISSION OF MIAMI 8'7-34 - . - 13 - 87!-341 r i has caused this Agreement to be signed in its name by Sergio Pereira, the CITY MANAGER, and duly attested to by Matty Hirai, the CITY CLERK, on the day and ha's!.f above written. ATTEST: 8AYSIDE MNTER LIMITED PARTNERSHIP, A MARYLAND LIMITED PARTNERSHIP BY: ROUSE-MIAMI, INC., A MARYLAND CORPORATION, GENERAL. PAR)AER BY • --------- ce res n Assistant Secretary ' THE CITY OF MIAMI, A MUNICIPAL CORPORATION OF _— THE STATE OF FLORIDA �• BY: Hager y,' rax, • - ergoPereira, City Clerk APPROVED t City 99OG/496A AND CORRECTNESS: S W STANDARDS OF OPERATION AND MAINTENANCE FOR MIAMARINA EXHIBIT A 1. No supplies or provisions for boats, including beer 'or fuel shall be sold at Marina except in quantities and a manner reasonably permitted by Bayside. 2. Boat repairs shall not be permitted at the Marina. 3. Janitorial maintenance and security of the Marina, including the interior waters, dockage along quay, docks, pilings, sea walls, lighting, charter fishing' boat facilities and other facilities thereof shall be ' com+ensurate with the level of janitorial maintenance complied with by Bayside at the Bayside Specialty Center and shall include regular daily trash pick-up and removal process, removal of floating debris and 24-tour security. 4. No "for sale" or "for rent" signs shall be permitted to be displayed on the Marina premises or on any vessel using the Marina. All Marina signage, exterior or visible from the exterior, including, but not limited to signage to be installed by charter or commercial operators using the Marina, if any, shall be subject to the prior approval of Bayside, which shall not be unreasonably withheld. 5. No slips in the Marina shall be licensed for the purpose of the storage of vessels. 6. All dockage agreements for slips in* the Marina shall be in form and substance and shall contain rules and regulations reasonably satisfactory to Bayside and the City. 7. All Marina slips adjacent to the Marina Promenade (except the area shown as crosshatched on Exhibit 8 which area is reserved for the dockage of charter fisherman) shall be rented at rates which discourage long term use. No commercial fisherman shall operate from slips adjacent to the Marina Promenade except for the 31 commercial fishermen who an the date hereof have dockage agreements within the City for locations in Miamarina. Such commercial fishermen may only be located in slips located side by side in the area shown as crosshatched on Exhibit 8; beginning in the northeast most corner of such area. B. If 'the City shall elect to license slips to charter fisherman, the City shall install appropriate facilities (e.g. fish cleaning; table boxes; ticket facilities) for such fisherman. Bayside shall have a reasonable right of approval with respect to the design and location of such facilities. 9. Bayside will at all.times afford the City reasonable means of ingress in, to and over the Bayside Property to enable the City to perform Its. repair and maintenance obligations hereunder. 8'7-341L . 8'7-341 r`. 10. with the exception of the occupancy rights which may be granted by the City to charter fisherman at the Marina, the City agrees that Bayside may from time to time cause the Marina to be closed to all other occupants or licensees of slips at the Marina for periods not to, ,xc6 -' ��venty-two consecutive hours. In no event may the number c! ::iys. zitiat the Marina is so closed exceed seven (7) days for a single calendar year. Bayside shall at least six (6) months prior to the Opening Date notify the City of the dates that Bayside requests that the Marina be closed pursuant to the terms hereof for the period from the Opening Date until the first day of the first Rental Year (as defined in the Ground Lease for the Bayside Specialty Center). Thereaft .�, Bayside shall give the City at least six (6) months written notice before the first day of each Rental Year of the dates that Bayside desires to cause the Marina to be closed during such Lease Year. Bayside shall be responsible for the payment of all janitorial maintenance and trash removal expenses with respect to the Marina during such periods and shall also clear the waters of the Marina of all debris after such periods. 11. The part -lea 'rove agr-ed to negotiate in good faith a reasonable allocation of the costs and expenses of janitorial maintenance and trash removal services between the common areas of the Bayside Specialty Center and the Marina. If the City and Bayside are unable to reach an agreement_ with respect to same, the matter shall be submitted to arbitration pursuant to the provisions *relating to same contained in the Ground Leases. Such negotiations shall commence within twelve (12) months of the Opening Date and, if the matter is not resolved within six (6) months of the Opening Date, it shall be submitted to arbitration, as aforesaid. 12. The City shall, during the term of this Agreement, on a regularly scheduled basis reascu;ably acceptable to Says -Ede, clear. the Marina waters of debris in order that the appearance of the Marina be in keeping with the maintenance standards followed by Bayside in connection with the Bayside Specialty Center., 99OG/496A-13 A - 2 8'7-341. 87-341. Oockagg for MOW FISh;rrnon Y. 0 000 EXHIBITS RAjy!jjt. SITE PIAI# Ir APPENDIX B CITY OF MIAMI CITY CIERK REPORTS MEETING OAT•E: January 8, 1987 PAGE NO. 5 h V:T1-'N AUTHORIZING AND DIRECTING THE ADMINISTRATION TO M 87-62 PUT O,.0 A REQUEST FOR PROPOSALS IN CONNECTION WITH MOVED: PLU?: FR' FJSEZl RENOVATION AND OPERATION OF MIAMARINA TO SEE IF SECCNG: KE' l-l"l, :HE CITY CAN OBTAIN A GUARANTEED RETURN; FURTHER UNnNIm:-,:Z STIFULATiN: THAT IF SAID RETURN IS NOT FOUND TO BE E�;:Tr►c:=, THE CITY WILL SIMPLY REJECT AND OPERATE THE XARink ITSELF; AND FURTHER STIPULATING THAT THE R.F.P. :::A:.! MAkE VERY CLEAR THAT ALL THE MONIES WHICH THE CITY :S S=L:::_`:v' Oti THE MARINA WILL ULTIMATELY HAVE TO .BE PAID E,:K T, T►i_ C:TY by ThE SUCCESSFUL BIDDER. �y 8'7-341• : mw 87-341 C r 118.52.1 MIAMI CODE teria to determine acceptability such as inspec. tion, quality, workmanship, delivery and suitabil. ity for a particular purpose. Those criteria that will affect the bid price and be considered in evalu- ation for award, such as discounts, transportation costs, and total or life cycle costs shall be mea- sured objectively. No criteria may be used in bid evaluation which were not set forth in the invi- tation for bids. The results of the evaluation and tabulation of bid prices shall be transmitted by the chief procurement officer to the city manager. (h) Award The city manager may reject all bids or may submit recommendations as to the award to the city commission, which may reject all bids. Any contracts awarded shall be awarded with reasonable prcmptness by written notice to the lowest responsible and responsive bidder. The decision of the city commission shall be final. All contracts shall be approved as. to form and cor- rectness by the city attorney, and a copy shall be filed with the city clerk. (Ord. No. 9572, $ 1, 2-10-83) City code cross reference —Competitive sealed bidding for sales of real property, 118.78.1. Annotations —Code 1967, 1 16.21, a predecessor of current 1 1852.1, referred to contracts involving personal property and services and to purchases of personalty, but had no con- nection whatsoever with contracts for or the sale or purchase of real property. Cleary v. Dade County, 160 Fla. 892, 37 So. 2d 248. An agreement by the city to transfer Jackson Memorial Hospital to Dade County, Florida. to be operated by the trans- feree, was not within the intent of that section. !d Former section held not applicable to lease of building con- taining restaurant for period of five years. Mahoney et al. v. Givens et al., 64 So. 2d 926. Sec. 18.52.2. Competitive negotiations. . (a) Conditions for use (1) Competitive negotiations shall be used in those circumstances in which it is both practicable and advantageous for the city to consider a range of competing plans, spw0cations, stand- ards, terms and conditions so that adequate competition will result and award be made not principally on the basis of price, but to the offeror whose proposal contains the most advantageous combination of price, quality or other features. (2) Competitive negotiations shall be used in the procurement of personal and professional ser- vices except- Sapp. Na 10 1202 1 18.52.3 0) Professional services as defined under Code section 18-52.3; 0i) Personal and professional services where the fee for such services to be performed is less than fifty thousand dollars ($50,- 000.00); (iii) Legal and accounting services; (3) The city manager shall make recommenda- tions to the city commission regarding the procurement of personal and professional ser- vices not exempted in subsection (02), above, and in excess of fifty thousand dollars ($50,- 000.00) and present evidence that he has in. terviewed at least three (3) individuals or firms possessing the ability to perform such services and that he has obtained information from said individuals or firms relating to experi- ence, qualifications and the proposed cost or fee for said services; (4) The city manager shall make recommenda. tions to the city commission regarding the procurement of accounting services and pres- ent evidence that he has interviewed at least three (3) individuals or firms possessing the ability to perform such services and that he has obtained information from said individ. uals or firms relating to experience, qualifi- cations, and the proposed cost or fee for said services. (b) Award After reviewing the city manager's recommendation, the city commission may award the contract to the individual or firm recommended by the city manager or the city commission may reject such recommendation and, if appropriate, instruct the city manager to conduct additional info-rviews and make further recommendations. The decision of the city commission shall be final. All contracts shall be approved as to form and correctness by the city attorney, and a copy shall be filed with the city clerk. (Ord. No. 9572, $ 1, 2-10-83) Sec. 18.52.3. Professional services. (a) Conditions for Use Competitive methods and procedures prescribed in this section shall be used for those services within the scope of the practice of architecture, professional engineering, landscape architecture or of a registered land surveyor in 8'7-3411. y6-/ 118.52.3 FINANCE otherwise recover the full amount of such fee, commission, percentage, gift, or consideration. 0) Waiver of Provisions in Event of Public Emer- gency. When the city manager certifies that a valid public emergency exists, there shall be no public notice requirement or utilization of the selection process as provided in subsection 18-52.3(d) and subsection 18.52.3(e) of this article. (Ord. No. 9572, $ 1, 2-10.83) Annotation —A management contract between city and lim- ited partnership was held not exempt from bidding require- ment under former Code 4 18.54 under section that exempts contracts for professional services from bidding requirements; a management contract is not a professional service. Glatstein v. City of Miami, 399 So. 2d 1005. Sec. 18.52.4. Small purchases. (a) Conditions for use. All purchases of goods, supplies, and commodities the estimated cost of which is less than four thousand five hundred dollars ($4,500.00) may be made using the simpli- fied small -purchase procedures prescribed in this section. (b) Division of requirements. Procurement re- quirements shall not be artificially divided so as to permit use of small -purchase procedures described in this section instead of the methods otherwise applicable. (c) Soliciting quotations. Insofar as practicable, no fewer than three (3) sources shall be solicited to submit quotations. An individual purchasing agent may use the bidder lists prescribed in sec. tion 18-52.1(c) to solicit quotations by mail, by telephone, or by public notice on a bulletin board in the lobby of the City Hall. All bids shall be in writing wherever practicable, and the purchasing agent shall keep a record of all such small pur- chases and the quotations submitted in competi- tion thereon. Such records shall be open to public inspection. (d) Award In the case of goods, supplies and commodities commonly and commercially avail- able, the award shall be made to the responsible bidder offering the lowest price; provided, howev- er, that an award of more than one thousand dollars ($1,000.00) shall not be made without the express approval of the city manager. (Ord. No. 9572, § 1, 2.10-83) 8 18.52.7 Sec. 18.52.5. Contracts for public works or improvements. All contracts for public works or improvements in excess of ten thousand dollars ($10,000.00) shall be awarded on the basis -of sealed competitive bids, as provided herein, unless the city manager makes a written finding, supported by reasons, that a valid emergency exists. Such finding must be ratified by an affirmative vote of two-thirds ft of the city commission after a properly adver- tised public hearing. All contracts for public works or improvements for less than ten thousand dol- lars ($10,000.00) shall be awarded on the basis of competitive negotiations. (Ord. No. 9572, § 1, 2.10-83) Sec. 18-52.6. Emergency purchases. In case of emergency, it is not advantageous for the city to use competitive bidding methods. There- fore, the city manager may direct the chief pro- curement officer to purchase directly those goods or services whose immediate procurement is es- sential to the life, health, welfare, safety or con- venience of the city. Such emergency purchases shall nevertheless be made with such competition as may be practicable under the circumstances. In seeking a waiver of competitive bidding meth- ods, the head of the using department or office shall submit to the chief procurement officer and the city manager in writing a full explanation of the circumstances of the emergency and the rea- sons for selection of a particular firm, along with a list of others which may have been solicited, with a confirming requisition attached thereto. The city manager may then waive competitive bid- ding requirements after making a written find- ing, supported by reasons, that an emergency ex- ists. Such finding must be ratified by an affirmative two-thirds (?,5) vote of the city commission. (Ord. No. 9572, $ 1, 2-10.83) Sec. 18.52.7. Cancellations. The city shall have the right to cancel all invi. tations for bids, requests for proposals, or other solicitations before bid opening, proposal submis- sion, or receipt of quotations and to reject all bids, proposals or offers after receipt. All invitations for bids, requests for proposals, or other solicita- tions shall contain a reservation of the foregoing 8'7-3414. 87-341� 1� • 118.62.3 FINANCE otherwise recover the full amount of such fee, commission, percentage, gift, or consideration. 0) Waiver of Provisions in Event of Public Emer- gency. When the city manager certifies that a valid public emergency exists, there shall be no public notice requirement or utilization of the selection process as provided in subsection 18.52.3(d) and subsection 18.52.3(e) of this article. (Ord. No. 9572, $ 1, 2-10-83) Annotation —A management contract between city and lim- ited partnership was held not exempt from bidding require• ment under former Code 4 18.54 under section that exempts contracts for professional services from bidding requirements; a management contract is not a professional service. Glatstein v. City of Miami, 399 So. 2d 1005. Sec. 18.52.4. Small purchases. (a) Conditions for use. All purchases of goods, supplies, and commodities the estimated cost of which is less than four thousand five hundred dollars ($4,500.00) may be made using the simpli- fied small -purchase procedures prescribed in this section. (b) Division of requirements. Procurement re- quirements shall not be artificially divided so as to permit use of small -purchase procedures described in this section instead of the methods otherwise applicable. (c) Soliciting quotation& Insofar as practicable, no fewer than three (3) sources shall be solicited to submit quotations. An individual purchasing agent may use the bidder lists prescribed in sec- tion 18.52.1(c) to solicit quotations by mail, by telephone, or by public notice on a bulletin board in the lobby of the City Hall. All bids shall be in writing wherever practicable, and the purchasing agent shall keep a record of all such small pur- chases and the quotations submitted in competi- tion thereon. Such records shall be open to public inspection. (d) Award In the case of goods, supplies and commodities commonly and commercially avail- able, the award shall be made to the responsible bidder offering the lowest price; provided, howev- er, that an award of more than one thousand dollars ($1,000.00) shall not be made without the express approval of the city manager. (Ord. No. 9572, § 1, 2.10-83) Supp. No.10 18.52.7 Sec. 18.52.5. Contracts for public works or improvements. All contracts for public works or improvements in excess of ten thousand dollars ($10,000.00) shall be awarded on the basis -of sealed competitive bids, as provided herein, unless the city manager makes a written finding, supported by reasons, that a valid emergency exists. Such finding must be ratified by an affirmative vote of two-thirds (%) of the city commission after a properly adver- tised public hearing. All contracts for public works or improvements for less than ten thousand dol- lars ($10,000.00) shall be awarded on the basis of competitive negotiations. (Ord. No. 9572, 61, 2-10.83) Sec. 18.52.6. Emergency purchases. In case of emergency, it is not advantageous for the city to use competitive bidding methods. There- fore, the city manager may direct the chief pro- curement officer to purchase directly those goods or services whose immediate procurement is es- sential to the life, health, welfare, safety or con- venience of the city. Such emergency purchases shall nevertheless be made with such competition as may be practicable under the circumstances. In seeking a waiver of competitive bidding meth- ods, the head of the using department or office shall 'submit to the chief procurement officer and the city manager in writing a full explanation of the circumstances of the emergency and the rea- sons for selection of a particular firm, along with a list of others which may have been solicited, with a confirming requisition attached thereto. The city manager may then waive competitive bid- ding requirements after making a written find- ing, supported by reasons, that an emergency ex- ists. Such finding must be ratified by an afirmative two-thirds M vote of the city commission. (Ord. No. 9572, $ 1, 2-10-83) 1207 Sec. 18.52.7. Cancellations. The city shall have the right to cancel all invi- tations for bids, requests for proposals, or other solicitations before bid opening, proposal submis- sion, or receipt of quotations and to reject all bids, proposals or offers after receipt. All invitations for bids, requests for proposals, or other solicita- tions shall contain a reservation of the foregoing 8'7-34It . yG- I 8'7�-341 r 1 18.52.7 MIAMI CODE rights. to the e--rent of such cancellation or rejec- tion, the a,Iiei p ccu, en: ant o:c;.:er shall promptly nor -if, a'i affk:ed or cf;erors and make available to them a copy of the written explana- tion for such cancellation or rejection, which shall be a public record. (Ord. No. 9572, § 1, 2.10.83) Sec. 18-52.8. Sole -source contracts. (a) Conditions for use. Since it is not practica- ble for the city to use competitive bidding meth. ods to secure goods or services if there is any one (1) reasonable source of supply, sole -source awards may be made as an exception to the other meth- ods prescribed in this section under the following circumstances: (1) Where the compatibility of equipment, acces- sories, or replacement parts permits one (1) reasonable source of supply; (2) Where the goods or services available from a single source are needed for trial use or test- ing; and (3) Where the unique and specialized expertise of one (1) source of services is unlikely to be obtained from any other source. (b) Determination and approval. The determi- nation that an award shall be made on a sole - source basis shall be made by the chief procure- ment officer to the city manager. Such determination shall be made in writing and provide complete justification as to why no other sources of goods or services could be obtained to meet the city's requirements. The determination shall also cer- tify that the terms and conditions of the award have been negotiated so as to obtain the most favorable terms and conditions, including price, as may be offered to other customers or clients by the proposed contractor. The city manager may waive competitive bidding after he makes a writ- ten finding, supported by reasons, that only one (1) reasonable source of supply exists. Such find- ing must be ratified by an affirmative two-thirds (%) vote of the city commission after a properly advertised public hearing. (c) Public notice and disclosure Notice that the city intends to award a sole -source contract shall be published at least once in a newspaper of gen- eral circulation in the city prior to contract award, Supp. No.10 4 18.52.9 but in any event at least fifteen (15) calendar days shall intervene between the last date of pub- lication and the date of award. Such notices'shall state the intention to award a sole -source con. tract, the nature of goods or services to be ac- quired, the name of the proposed contractor, and the name and telephone number of a cognizant city official who may be contacted by other poten- tial sources who feel they might be able to satisfy the city's requirements. A record of such notices and responses thereto shall be maintained in the contract file along with the written determina- tion required above, and a compilation of all sole source awards shall be submitted by the city man- ager to the city commission on a quarterly basis to include: (1) The name of the sole -source contractor; (2) The nature of the goods or services procured; (3) The reasons no other source could satisfy city requirements; (4) The amount and type of contract; and (5) The identification number for each contract file. (Ord. No. 9572, $ 1, 2-10-83) Sec. 18.52.9. Unified development projects. (a) Definitions. For the purposes of this article IV, the following terms shall have the following meanings: Unified development project shall mean a proj. ect in which an interest in real property is owned or is to be acquired by the city, which is to be used for the development of improvements, and as to which the city commission determines that for the development of said improvements it is most advantageous to the city that the city procure from a private person, as defined in the Code of the city, one (1) or more of the following inte- grated packages: (1) Planning and design, construction, and leas- ing, or (2) Planning and design, leasir.g. and manage- ment; or (3) Planning and design, construction, and man- agement; or 1208 14 7-341+ 87-341 1 18.53 MIAMI CODE appropriation of funds therefor and shall sk,) stipll iatp in (i;) i ;or .. :;�e :�.:c:;anc r.n o► a multiyear .+::ermined in writ- ing by the using department or office and by the chief procurement officer that the estimated requirements over the period of the contract are reasonably, firm and continuing; and that such a contract will serve the best interests of the city by promoting more effective competition or otherwise promoting economies to the city. (b) Accounting suitability. Except with respect to firm fixed -price contracts with no provisions for incentives, escalation or any other adjustments, no type of contract shall be used unless it has been determined in writing by individual purchas. ing agent or the chief procurement officer that: (1) The accounting system of the contractual party will permit timely development of all neces- sary cost data in the form required by the specific type of contract contemplated; and (2) The accounting system of the contractual party is adequate to allocate costs in accordance with generally accepted accounting principles. (c) All contracts shall be approved by the city attorney as to form and correctness prior to being executed on behalf of the city. (Ord. No. 95721, § 1, 2.10.83) _ Sec. 18-54. Qualifications and duties of con. tractual parties. The city shall attempt to secure the most quali. fied contractual parties in its dealings with the private sector in accordance with the provisions of this section. (Ord. No. 9572, § 1, 2.10-83) Sec. 18.54.i. Determination of responsibility. (a) Prior to contract award, the chief procure- ment officer or individual purchasing agent shall determine in writing that the bidder or offeror is responsible. (b) if a prospective contractual party who would otherwise have been awarded a contract is found nonresponsible, a copy of the determination and the reasons therefor shall be sent promptly to such party, which shall be given a reasonable opportunity for rebuttal prior to a final determi. nation of nonresponsibility. Supp. Na 10 3 18.54.2 (c) Factors to be considered in determining re- sponsibility of prospective contractual parties shall include but not be limited to: (1) Availability of appropriate financial, material, equipment, facility, and personnel resources and expertise, or the ability to obtain them, to meet all contractual requirements; (2) A satisfactory record of performance; (3) A satisfactory record of integrity; (4) Qualified legal standing to contract with the city; and (5) Compliance in supplying all requested infor- mation connected with the inquiry concern. ing responsibility. (d) Notwithstanding the aforementioned factors, if a prospective contractual party has been con- victed of unlawfully engaging in or conspiring to engage in transactions involving property in which foreign countries or nationals of foreign countries have an interest without such transactions hav- ing been specifically licensed by the U. S. Secre. tary of the Treasury, within the five-year period preceding the scheduled award date of any con- tract, such prospective contractor shall be consid- ered to be nonresponsible. (e) The prospective contractual party shall pro- vide any information requested by the chief pro. curement officer or purchasing agent concerning responsibility. If such contractual party fails to provide the requested information, the determi. nation of responsibility may be made upon avail• able information or the prospective contractual party may be found nonresponsible. The prospec. tive contractual party may demonstrate the avail- ability of necessary financial, equipment, facility, and personnel resources by submitting. (1) Evidence that the contractual party possesses such necessary resources; (2) Acceptable plans to subcontract for such nec. essary resources; or (3) A documented commitment for, or explicit arrangement with, satisfactory sources to pro- vide such necessary resources. (Ord No. 9572, § 1, 2-10.83) Sec. 18.54.2. Prequalifications. Prospective contractual parties may be pre - qualified as part of the process for compiling bid- 87-341+ . § 18.54.2 FINANCE der lists pursuant to sections 18-52.1(c) and 18-52.2(c). Such prequalification, however, does not neces- sarily constitute a finding of responsibility for any particular contract award. (Ord. No. 9572, § 1,2.10.83) Sec. 18.54.3. Cost or pricing data. (a) Contractor certification. A contractual party shall upon request make available all costs or pricing data supporting the bid or offer and shall certify that, to the best of its knowledge, such data was arcurs:a. corn?lQte and current at the time of the subm as:on of bids or offers or at the time of contract modifications. (b) Price ac(justment Any contract, change order or modification shall contain a provision that the price to the city, including profit or fee, shall be adjusted to exclude any sums by which the city finds that such price was increased because the cost or pricing information submitted by the con- tractual party was inaccurate, incomplete or not current. (c) Exclusions Contractual parties need not make available costs or pricing data or certify their accuracy, completeness and currency when: (1) The contract price is based on price competi- tion resulting from sealed bids; or (2) The contract price is based on established catalog or market prices set and offered to the general public or to governmental enti- ties; or (3) The contract price is set by law or regulation; or (4) The city manager determines that such re- quirements for cost or pricing data and certi- fication should be waived, and the reasons for such waiver are stated in writing and approved by the city commission. (Ord. No. 9572, § 1, 2-10-83) Sec. 18.54.4. Bond of successful contractual parties. In the case of construction contracts or purchases involving large sums of money; the city manager may provide that the successful bidder shall post a surety bond in any amount that the city man- ager deems proper. Each call for bids for any public work or for the furnishing of any material, Supp. Na 10 § 18.55 supplies, equipment or services, as well as any specification documents prepared and issued there- on, shall specify that the- bid bond, performance bond, or any other guarantee required in connec- tion therewith shall be accompanied by an affi- davit of a qualified officer of the entity tendering such bond or guarantee, or by the attorney -in -fact of such entity, setting forth the amount of capital and the amount of surplus held by such entity as of its last published report, and the date of such report. The limit of surety acceptable from any one (1) risk shall be ten (10) percent of the com- bined capital and surplus shown by such affida- vit. No bid bond, performance bond, surety bond or other guarantee shall be accepted unless it is signed by a licensed agent of the state as attorney - in -fact for the entity writing the same and unless the same is written by a properly licensed insur. ance agent located in the county. The right of rejection of any and all tenders of such surety bonds shall be reserved in all cases, which fact and reservation shall be clearly set forth in the call for bids and specification documents. The city manager shall cause each such surety tendered to the city to be reviewed to determine whether the entity or agency making such tender is qualified to meet the obligation to be assumed, and shall recommend to the city commission the rejection of any such. tender from any entity or agency not found to be fully qualified. Notwithstanding the foregoing, the city manager may accept, in lieu of a bid bond, a cashier's check, an irrevocable let. ter of credit drawn upon a local bank, or cash, upon a finding that the city's interests would be protected by such acceptance. The director of finance shall cause a list to be kept of all sureties filed with the city, by names of -guarantor and amounts, and shall report quar- terly to the city manager full details as to bid bonds, performance bonds, or other like bonds then in effect. Sec. 18.55. Inspections and audits for accu- racy and accountability. The city shall be entitled to insist that all par- ties dealing with it observe the highest degree of accuracy and accountability in all of their deal- ings with the city. (Ord. No. 9572, § 1, 2-10.83) 1213 iK s 97-341t . 8 7'-341 4 18•b5.1 MIAMI CODE SPM 1LL 5.1. Right t.n conduct inspections and audits. (a) The city may, at reasonable times, inspect that part of any contractual party's plant or place of business and audit those books and records which are related to the performance of any con. tract awarded or to be awarded by the city. Cir- cumstances warranting such inspections and au. dits shall include, but not be limited to, concern as to whether standards of responsibility speci- fied in section 18-54.1 have been, are being, or are capable of being met, and concern as to whether the contract is being performed in accordance with its terms and conditions. (b) The city may enter a contractual party's plant or place of business to: (1) Inspect goods or services for acceptance by the city pursuant to the terms of the contract; (2) Audit cost or pricing data or audit books and records; (3) Conduct investigations of responsibility pur. suant to section 18-54.1 or those related to actions to debar or suspend a contractual party from consideration for award of contracts pur- suant to section 18-56. (c) Books and records relating to performance of city contracts shall be maintained by contrac- tual parties for a period of three (3) years from the date of final payment unless a shorter period is authorized in writing by the city manager. (Ord. No. 9572, § 1, 2-10.83) Sec. 18.55.2. Inspections. (a) Solicitations and contractual provisions City contracts shall provide that the city may inspect goods or services at the facilities of the contrac- tual party and perform tests to determine whether they conform to solicitation requirements contained in invitation for bids or requests for proposals or, after award, to the terms and conditions of the contract. Such inspections and tests shall be per. formed in accordance with the terms and condi. tions of the solicitation and contract. (b) Procedures for tests and inspections (1) The chief procurement officer may specify gen- eral operational procedures governing the test and inspection of all goods or services, sales or, leases being performed under city contract Supp. Na 10 4 18.55.3 by city departments, offices and individual purchasing agents. (2) The chief procurement officer shall inspector supervise the inspection of all deliveries of supplies, materials, equipment, contractual services or performance under lease agreements to determine conformance with the terms and conditions upon which the order or contract was based. Any purchasing agent or depart- ment may be authorized by the chief procure- ment officer to inspect deliveries or contract performance in the manner stipulated with the approval of the city manager. (3) The chief procurement officer may prescribe chemical, physical and other performance tests for goods or services, including samples sub- mitted with bids or offers and samples of de- liveries and performance to determine their quality 4ind conformance with the terms and conditions of the solicitation or contract. In the performance of such tests or inspections, the chief procurement officer shall have the authority to make use of the laboratory facil- ities of any department of the city or any outside laboratory or special expertise avail- able to evaluate service performance. (c) Conduct of inspections. Whenever possible, inspections ind tests shall be performed so as not to delay unduly or inconvenience the contractual parties. Contractual parties shall make available at no charge to the city all reasonable facilities and assistance, in order to facilitate the perfor- mance of inspections or tests by city representa- tive. (Ord. No. 9572, § 1, 2-10.83) Sec. 18-55.3. Audits. (a) Solicitations and contractual provisions Gity contracts shall provide that the city may inspect the books and records of contractual parties to determine conformance with -the solicitation re- quirements contained in the invitation for bids or request for proposals or, after award, with the terms and conditions of the contract. 1214 (b) Procedures for audits (1) The chief procurement officer may specify the general procedures for inspection of books and lb records and for the conduct of audits of all goods or services, sales or leases under city contracts. 87-341 ki On 4 18.55.3 FINANCE (2) An audit may be required when, in respect to an actual or prospective contractual party, there is: (i) A question as to the adequacy of account. ing policies or cost systems; 00 A substantial change in the methods or levels of operations; Gii) Previous unfavorable experience indicating doubtful reiiability of estimating, account- ing or purchasing methods; (iv) A lack of cost experience due to the pro. curement of a new supply or service; or (v) Other evidence that an audit is in the city's best interests as determined by the chief procurement officer, the city man- ager or the city commission. (c) Conduct of audits. V henever possible, au- dits shall be performed so as not unduly to delay or inconvenience the contractual party. Contrac- tual parties shall make available at no charge to the city all reasonable facilities and assistance, for the convenience of the city representatives per- forming the audit. (Ord. No. 9572, § 1, 2-10-83) Sec. 1856. Disputes and legal remedies. The following procedure shall be used for arriv. ing at early settlement of grievances by inter. ested parties who have participated in the city's procurement process. (Ord. No. 9572, § 1, 2-10.83) Sec. 18.56.1. Resolution of protested solicita. tions and awards. (a) Right to protest Any actual or prospective contractual party who feels aggrieved in connec- tion with the solicitation or award of a contract may protest to the chief procurement officer. The protest shall be submitted in writing within four- teen (14) days after such aggrieved party knows or should have known of the facts giving rise to the action complained of. (b) Authority to resolve protests. The chief pro. curement officer shall have the authority, subject to the approval of the city manager and the city attorney, to settle and resolve a protest of an aggrieved actual or prospective contractual party concerning the solicitation or award of the con- tract in question. Provided that in cases involv- ing more than four thousand five hundred dollars Supp. Na 10 1215 i 18.56.2 ($4,500.00), the decisions of the chief procurement officer must be approved by the city commission after a recommendation by the city attorney and city manager. The chief procurement officer shall obtain the requisite approvals and communicate to the protesting contractual party; or alter- natively if the amount involved is greater than four thousand five hundred dollars ($4,500.00), submit decision to the city commission within thirty (30) days after he receives the protest. (c) Compliance with time requirements. Failure of an aggrieved party to submit a protest within the time provided in subsection (a), above, shall constitute a forfeiture of such party's right to complain and shall bar any legal action therefor by such party. Failure by the city officials to com- ply with the time requirements provided in sub- sections (b) shall entitle the aggrieved party, at its option, to bypass the provisions of this section and institute legal action immediately. (Ord. No. 9572, § 1, 2-10-83) Sec. 1856.2. Resolution of contract disputes. (a) Authority to resolve contract disputes. The city manager, after obtaining the approval of the city attorney, shall have the authority to resolve controversies between the contractual party and the city which arise under, or by virtue of, a contract between them; provided that, in cases involving an amount greater than four thousand five hundred dollars ($4,500.00), the city commis- sion must approve the city manager's decision. Such authority extends, without limitation, to con. troversies based upon breach of contract, mistake, misrepresentation or lack of complete performance, and shall be invoked by a contractual party by submission of a protest to the city manager. -4b) Contract dispute decisions. If a Jispute is not resolved by mutual consent, the city manager shall promptly render.a written report stating the reasons for the action taken by the commis- sion or the city manager which shall be final and conclusive. A copy of the decision shall be imme- diately provided to the protesting party, along with a notice of such party's right to seek judicial relief, provided that the protesting party shall not be entitled to such judicial relief without first having followed the procedure set forth in this section. (Ord. No. 9572, § 1, 2-10-83) 8'7-341. 8'7--341 e4 4 18-56.3 t MIAMI CODE x Sec. 18-56.3. Remedies prior to award. If prior to contract award it is determined that a solicitation or proposed award is in violation of law, then the solicitation or proposed award shall be cancelled by the city commission or revised to comply with the law. (Ord. No. 9572, § 1, 2.10.83) Sec. 18-56A. Debarment and suspensions. (a) Authority and requirement to debar and sus. pend After reasonable notice to an actual or pro. spective contractual party, and after reasonable opportunity to such party to be heard, the city manager, after consultation with the chief pro- curement officer and the city attorney, shall have the authority to debar a contractual party for the causes listed below fx orn consideration for award of city contracts. The debarment shall be for a period of not fewer than three (3) years. The city manager shall also have the authority to suspend a contractor from consideration for award of city contracts if there is probable cause for debarment, pending the debarment determination. The au- thority to debar and suspend contractors shall be exercised in accordance with regulations which shall be issued by the chief procurement officer after approval by the city manager, the city at- torney, and the city commission. (b) Causes for debarment or suspension. Causes for debarment or suspension include the following - (1) Conviction for commission of a criminal of. fense incident to obtaining or attempting to obtain a public or private contract or subcon. tract, or incident to the performance of such contract or subcontract; (2) Conviction under state or federal statutes of embezzlement, theft, forgery, bribery, falsifi- cation or destruction of records, receiving stolen property, or any other offense indicating a lack of business integrity or business honesty; (3) Conviction under state or federal antitrust statutes arising out of the submission of bids or proposals; (4) Violation of contract provisions, which is re- garded by the chief procurement officer to be indicative of nonresponsibility. Such violation may include failure without good cause to Suw No.10 1216 4 18.58 perform in accordance with the terms and conditions of a contract or to perform within the time limits provided in a contract, pro- vided that failure to perform caused by acts beyond the control of a party shall not be considered a basis for debarment or suspension; (5) Debarment or suspension of the contractual party by any federal, state or other govern• mental entity; (6) False certification pursuant to paragraph (c) below; or (7) Any other cause judged by the city manager to be so serious and compelling as to affect the responsibility of the contractual party per- forming city contracts. (c) Certification. All contracts for goods and ser- vices, sales, and leases by the city shall contain a certification that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations set forth above or debarred or suspended as set forth in paragraph (bX5). (d) Debarment and suspension decisions. Sub. ject to the provisions of paragraph (a), the city manager shall render a written decision stating the reasons for the debarment or suspension. A 'zcitt-:,n shall be provided promptly to the contractual party, along with a notice of said party's right to seek judicial relief. (Ord. No. 9572, § 1, 2-10.83) Sec. 18.57. Ethics. Contracting for goods, services, sales, and leases is to be deemed a public trust performed on behalf of the citizens of the city. Any attempt by city employees to realize personal gain by conduet in. consistent with proper discharge of contracting duties is a breach of public trust. The provisions of city ordinances, county ordinances, and state statutes shall be strictly enforced to preserve the public trust. (Ord. No. 9572, § 1, 2.10.83) City code cross reference —Conflicts of interest, § 2.301 et seq. Sec. 18-58. Public access and information. The public shall have access to all documents and information pertaining to city contracts, sub- 8'7-341. 4/b — APPENDIX C OrN I W-J. .?ou 10/11/65 ORDINANCE NO- d O 0 6 2_- AN ORDINANCE REPEALING ORDINANCE NO, 9773, THE MINORITY PROCUREMENT PROGRAM ORDINANCE OF THE CITY Of MIAMI; FLORIDA AND SUBSTITUTING THEREFOR A NEW MINORITY PROCUREMENT PROGRAM ORDINANCE TO BE KNOWN AND CITED AS 'THE MINORITY AND WOMEN AUSINESS AFFAIRS AND PROCUREMENT ORDINANCE OF THE CITY .Of MIAMI, FLORIDA.• ESTABLISHING A MINORITY AND WOMEN BUSINESS AFFAIRS PROCUREMENT PROGRAM AND COMMITTEE; PROVIDING FOR THE CREATION BY THE CITY MANAGER 'OF AN OFFICE Of MINORITY AND WOMEN BUSINESS AFFAIRS AND PROCUREMENT; FURTHER SETTING FORTH A GOAL OF AWAROING AT LEAST $1, PERCENT OF THE CITY'S TOTAL ANNUAL DOLLAR VOLUME OF ALL PROCUREMENT EXPENDITURES TO BUSINESSES OWNED BY BLACKS (17%). HISPANICS (17s); AND WOMEN (17%1; AUTHORIZING THE CITY MANAGER TO PROVIDE FOR MINORITY AND WOMEN -OWNED BUSINESS ENTERPRISE PROCUREMENT SET -ASIDES AND CONTRACT PROVISIONS; PROVIDING FIR THE DEVELOPMENT Of PROCEDURES, MEASURES AAD RESOURCES TO IMPLEMENT SAID PROGRAM, GOALS AND OBJECTIVES; AND CONTAINING A SEVERABILITY CLAUSE. WHEREAS; Ordinance No. 977S dealing with Minority procurement has been found to be in need of revision and modification to strengthen the effectiveness of the City of Miami's Minority Procurement Policy and Program; and WHEREAS; the City Commission; in repeating Ordinance No. 9776 an4 in adopting and substituting therefor the herein Minority and Women Business Affairs and Procurement Ordinance is authorized pursuant to the Charter of the City of Miami, Sections 52 and 63; and the Municipal Home Rule Powers Act of 19799 Chapter 166.001 et seq., Florida Statutes, as amended; and WHEREAS; the U.S. Supreme Court has upheld Dade County Ordinance No. 8247; adopted July 20, 1984; restricting bidding on construction projects to stack -owned firms when prior unwarranted discrimination has been proven; and WHEREAS, findings of a City of Miami Minority Procurement Disparity Study indicated a substantial exclusion of minority and women -owned businesses from the City's proeuremOnt process for the fiscal years between 1971 and 1901; and WHEREAS, this Ordinance will prevent the perpetuation of the effects of prior unwarranted discrimination which has 8'7-341. y6-► 87-341- brototere impaired; limited Ortoroelosed procurement and contracting Opportunities for businesses owned by Blacks; ' Hispanics and Woman with the City of Miami; and WHEREAS; the City of Miami has established a Volley of constructive affirmative action to eliminate substantially the effects of prior discrimination; and WHEREAS; the proposed Minority and Women Business Affairs and Procurement Progra■.and Policy Contains ,roquirem@ntS: (a) that those who eootraet with the City of Miami in the areas of procurement shall not discriminate against any business. employee or applicant for employment because of age; ethnicity. —� race; eroed;.eolor; religion; sex; national origin; handicap. or marital status; and ibl that such City contractors have and implement an Affirmative Action Or Equal Employment Opportunity policy to ensure that such businesses; employees or applicants for employment are treated equally without regard to age, othnicity; race$ creed, color; religion; sox$ national origin. handicap or marital status. and WHEREAS, implementaCio+t—of this ordinance rill serve the best Interest of the City and will maximize the opportunity for small business concerns @rood and controlled by Blacks. Mispanics ind Women to procure or contract 'k th the City of Nia►rz 3n %at .: xy , '+:.,�tr�ie►tt� tnd WHEREAS; to be effective it is necessary and desirable io establish for the City of Miami a Minority and Women Business Affairs Procurement Program with the appropriate goals, objectives; administrativo procedure and resources; and adopt 1@9isistion remedying the affected Nispanie. Black and Women• owned bvsioossos; — NOW. TNEREFORE; BE IT ORDAINED BY THE COMMISSION OF THE 046 CITY OF MIAMI; FLORIOAt Section I. This Ordinance shall be known and may be cited as *The Minority and Women Business Affairs and Procurement i Program Ordinance of the City of Miami.• Section to for the purpose of this Ordinance. the ; following Corms phrasosg words, and their derivations sh411 have the following messiness i 0062 87 41b . i 8'T-341. t %*Am% Any corporation; vartnersnip; individual, i proprietorship; joint stock company, joint venture; professional association or any other legal entity that is property licensed to do business with the City of Miami and/or Dade County and/or the State of Florida. Be Mir no 1ty and d,Vomer-Owned Business Enterprise means a business enterprise in which at least 91 percent of said enterprise is owned by Blacks, Hispanics or Vomen whose managemint and daily business operations• are controlled by one • or more Blacks; Hispanics or Venom. Co Contract, means agreements for the procurement of goods; services or construction of facilities for the City of . Miami. 0. Facilities means all total -or partial publicly financed projects including; but without limitation, unified development projects, municipal public works and municipal improvements to the extent they are financed with City money, utilize City property; or require City services. • E. Goods and •services include; without limitation, publje works, improvements; facilities; professional services, commodities; supplies, materials and equipment. r. Cow means the percentages of the annual dollar volume of procurement expenditures determined by this ordinance to be offered for Minority and Vomen business participation. Be Sets a is the term which will be used to designate a given purchase or contract or a ;ortfon of a given purchase or contract award for Black, Hispanic and/or Vomen- owned businesses. Set -asides m only be' utilized where it 1s determined; prior to the invitation to. bid or request for proposalso that there are a sufficient number of certified Black. Hispanic and/or Vensa-owned businesses to afford effective competition fogy the purchase. H. Joint Venture shall mean an association of persons or legal entities with the intent to engage to and carry out a single business enterprise for profit. S'7-3 a 6 i is Procurement Expenditures shall mean a purchase; payment, distribution; loan or advance for the purpose of acquiring or providing goods and sorrfees. J. Affirmative Action Pi'an shall include the proJeeted annual goals and the timetables which will be used to employ and/or procure with women and minorities a non- discrimination policy statement and any other actions which will be used to ensure equity in. employment and the utilization of minority and tamale -owned businesses. Section B. A Minority and Women Business Affairs and Procurement Program for the City of Miamf IS hereby established. The City Managers Office shall be hold accountable for the full and forceful implementation of the Minority and Venom Business Affairs and Procurement Program by providing appropriate recogendatioms for action by the City Commission. A. For the purpose of assisting the City Manager in the implementation ur. saiu o#ogram; a Minority and Nomen Business Affairs and Procurement Committee is hereby establfshod, Consisting of an appropriate number of members, to be appointed by the City Manager; with full representation of Nispentes. Blacks and Venom to be responsible for monitoring the tmptementatiom of the program and making recommendations for achieving the requirements of this Ordinance. The Committee shall be responsible for generating yearly progress reports to the City Commission sad the co■momity at large. B. The City Ifaoagor shalts atiltzfng extsting resources, create an Offic• of Mtnorfty and Venom Business a Affairs and Procurement; and shall provido the appropriate staff and resources necessary for the performance of all such administrative duties; authorise and implement the administrative guidelines and procedures required; and ensure Compliance ilth the functions required to promote the achievement of the progres's goals and objectives of increasing the volume of City procurentnt and contracts with Black. NispamiC sad Vomen-owned businesses. ,. 4 10062 87-341� . 0'--341. �a ,,•�., �• •1 4:hieve a goal of awarding a minimum of M of the total annual dollar volume of all procurement expenditures to Blacks. Hispanics and Yomen- owned business enterprises to be apportioned as follows: seventeen percent (17s) to Slacks; seventeen percent (17%) to Hispanics and seventeen percent (17s) to ilomen.l A. To furtber,the goal of increasing the total annual values of all procurement expenditures to minority and women - owned business enterprises; authority for a minority and womon- owned business enterprise procurement set -aside Is hereby established for use by the City Nonager as he or she may deem advisabli or necessary to increase the partieipatloe of slack. Hispanic• and Voman-owned bustaosles in City procurement Caner'-W-i • ' B. It shalt be undatory for all City of N/am/ contracts and/or procurement award •documents to contain the following: - (i.1 A spoeific*retorenco to the applicability -• of the Minority and Yosen Business Affairs —and Procurement Program established by this Ordinance; (2.) A provision stating 'the right of the City to terminate and Cancel any Contract Or Contractual agreement entered into; incladfng eilmination of the individual(s) and/or business enterprlso(s) from eonstdoratten and participation in future City contracts; on the basis of having submitted deliberate and wilifal; false or misleading information as to his; her or its status as a Slack. NlspaniC and/or Momen-owned business enterprise and/or the quantity and/or type of minority and women -owned business pertietpation; (3.1 A requirement -that each successful bidder or offeror agree to -provide a sworn statement of compliance with the provisions of this Ordinance and its speciffe applieabttity to the purchase or contract award under consideration; such statement shall certify that the bidder or offeror, during the 1 Yemen, depending upon their own annual self-selection. shall be listed to only one (1) of the categories: race* ethnicity, gender. s 87-24#-0069 6MJ 341 course of time invoived to t.. performance of the contract sought by such bidder or offeror; shall not discriminate against any business; employee or applicant for employment because of age. ethnicity; 'race; creed; color, religion; sex, national origin, handicap or marital status; (4.1 A statement of the extent to which the business enterprise has as on• or more of its partners or principals persons Mho 'aro Slack; Ntspsnlc or Vomen, or is a Joint venture comprised of a non minority and minority business and/or women owned enterprise. (5.1 A requirement that each bidder submit along with the bid or proposal an Affirmative Action Plan (AAP). Any significant equity participants; joint venture participants. sub -contractors; suppliers or other parties to the bid or Cl ol? :i %i be required to submit such plins. :3.) A provision specifying the requirements for continued bidder or offeror eligibility including minority and female iavolvement. Section S. Bidders or offerors shall be required to demonstrate a reasonable and good faith effort to solicit and obtain the participation of qualified minority and women owned businesses Wall bid and proposal documents. Section S. txeept where federal or state taw or regulations mandate to the contrary; the provisions of this section will be applicable to all City of Miami, prebid, bid, contract or other agreements negotiated by the City; Section 7. the Minority and Vomen Winess Affairs and Procurement Program established Aerete shalt be in of fact only until such time as the effects of prior unwarranted discrimination against Meks; Hispanics' and Vaasa have been • compensated for, at which time the goals and set•esidas provided for hereto shall so longer be observed. Such need shalt be reviewed every two years by the City Commission, span the recommandation of the City Manager. f- Section S. Ordinance No. 97759 the Minority Procurement Program Ordinance of the City of Miami, F/ortda, is hereby repealed. 10062 87-341o. 87!-14:1 l {4 !x!!ttyn 9. Should any part or provision of this Ordinance :.chiclared by a Court of competent jurisdiction to be invalid. same shall not affect the validity of the Ordinance as a whole. PASSED ON FIRST READING BY TITLE ONLY this 26th day of November . 1985. PASSED AND ADOPTED ON SECOND AND FINAL READING BY TITLE ONLY this 19th day of December ATTEST: y r r y. t tT 4 . City Clark PREPARED AND APPROVED BY: • NI Deputy City -Attorney APPROVED AS TO -FORM AND CORRECTNESS: EUGIA it. } City Attorney AQJ/wpc/pb/ab/8156 t Ckrt o�f1 the Cky of Tatar. F1oriQa. Uerel7 anN• that 611 "i r f the aaas A. D.M a Itdh. true and QW.'"t } aw .vrcpdnr, wdiasace Wall Iftw cd at tb. S.a:b Mw .•f ttw task c—ay Corn Ilaasc ai tit PLUI rr•w�drd for pAic:s aaa r. kAjh s bf atuwriap .aid c.N.r t.. the pia.: pri.Vj. ,S ttwrd.K. ' wk,S►'� m} Wad *.,y;Ckrt at O► w: Cky tbi.t�. h�. kv EXHIBIT 1. Declaration Form EXHIBIT 2. Bid Proposal Submission Form m 7 EXHIBIT 1 i TO: Cesar H. Odio City Manager City of Miami, Florida Submitted DECLARATION day of 1987. The undersigned, as Proposer (herein used in the masculine singular, irrespective of actual gender and number) declares that the only persons interested in this proposal are named herein, that no other person has any interest in this proposal or in the management agreement to which this proposal pertains, that this proposal is made without connection or arrangement with any other person, that this proposal is in every respect fair, in good faith, without collusion or fraud. The Proposer further declares that he has complied in every respect with all the instructions to Proposers issued prior to the opening of proposals, and that he has satisfied himself fully relative to all matters ar, conditions to which the proposal pertains. The Proposer proposes and agrees, if this proposal is accepted, he will execute an appropriate City of Miami document for the purpose of establishing a formal contractual relationship between him and the City of Miami, Florida, for the performance of all requirements to which the Proposal pertains. The Proposer states that the proposal is based upon the Request for Proposals issued by the City, dated April 20, 1987, for the professional management of City -owned Miamarina, excluding the commercial fishermen dockage area, located at an adjacent to Bayfront Park and the Bayside Specialty Center. Signature 87-341=, 87o-3410 4: E � EXHIBIT 2 ~ 1 10�. BID PROPOSAL SUBMISSION ' TO: City of Miami ' Of fice of the City Clerk 3500 Pan American Drive Miami, Florida 33133 Attention: Department of Development '[ (1) The undersigned hereby makes a proposal to enter into a Imanagement agreement with the City of Miami for a term not to exceed i f ifteen (15) years beginning on the date of execution of a lease agreement, for the management of Miamarina, excluding the commercial fishermen dockage area, located at and adjacent to Bayfront Park and the Bayside Specialty Center. (2) The undersigned expressly authorized the City of Miami to solicit and obtain information and verification from any source named in or in connection with this proposal. THIS BID PROPOSAL SUBMITTED BY Name of Corporation Address of Corporation Signature Title Signature — Title (Pl4ase attach a Corporate Resolution and affix Corporate Seal here and on the Corporate Resolution) 877341. c1b-� 8'27-P341 1 i 46 CITY OF MIAMI. FLORIDA • INTER -OFFICE MEMORANDUM 1 Ta. Honorable Mayor and Members '""' of the Ci ty Commi ssi on DATE' ;-:' '' FILE: SUBJECT: Proposed Resolution: Issuance of Miamarina Pro- fessional Management Cesar H. Odio vile Services RFP for FROM. REFERENCES: City Commission Meeting City Manager ENCLOSURES. April 9, 1987 RECOMMENDATION: It is respectfully recommended that the attached Resolution authorizing the City for Proposals (RFP), in substantially professional management of City -owned commercial fishermen dockage area. BACKGROUND: City Commission adopt the Manager to issue a Request the attached form, for the Miamarina, excluding the The Department of Development has prepared a Draft Request for Proposals (RFP) for procurement of professional management services for Miamarina, containing approximately 165 boat slips adjacent to the Bayside Specialty Center. The 35 slips designated for the commercial fishing fleet will be operated by the City and are ex- cluded from the premises to be managed under this RFP. On January 8, 1987, the City Commission adopted Motion 87-62 autho- rizing and directing the administration to issue a Request for Proposals (RFP) in connection with the renovation and operation of Miamarina. The Motion further directed the administration to in - elude in the RFP the stipulation that the successful proposer shall reimburse the City for the cost of marina renovations in an amount of $1,600,000. In addition, the successful proposer shall be re- quired to reimburse the City an amount of $1,675,000 (plus interest estimated at $248,000 as of April 8, 1987) which represents monies previously expended to buy out the prior management/lease agreement. The reimbursements required by the successful proposer total an i. approximate amount of $3,523,000. Section 18-52.2 of the City of Miami Code requires competitive nego- tiations procedures to be followed with respect to procurement of professional management services. The draft RFP is summarized in the Executive Summary attached. Attachments: Proposed Resolution Executive Summary of Draft RFP Draft RFP 46-1 EXECUTIVE SUMMARY REQUEST FOR PROPOSALS FOR PROFESSIONAL MANAGEMENT SERVICES FOR MIAMARINA Overview The City of Miami is extending invitations to qualified and experienced proposers to submit proposals for the professional management of City -owned Miamarina, excluding the commercial fishermen dockage area, located at and adjacent to Bayfront Park and the Bayside Specialty Center. Miamarina is comprised of 200 boat slips of which 35 slips are set aside for the commercial fishermen and are excluded from the marina management area defined in this RFP. Professional management services are sought for marina facilities that include three piers and finger piers to accommodate approximately 165 boat slips for use of and by the general public. Miamarina facilities shall be managed to a quality consistent with other first class marinas in the Miami -metropolitan area and to a comparable level of quality commensurate with the quality and character of the operation and management of the Bayside Specialty Center. The successful proposer shall be responsible for, among other duties, charging and collecting dockage fees for the services rendered in conformity with a prescribed schedule of rates set by the City. The uses permitted at the managed premises include dockage of recreational boats (non -live -aboard) and dockage of live -aboard boats up to a maximum two -week length of stay. Dockage of live -aboard boats exceeding a two -week stay are not permitted. Boat sales and rentals, boat repairs, boat storage, and sale of supplies or provisions for boats are not permitted uses at the marina premises to be managed. The management agreement will be structured to provide the successful proposer with a percentage of the revenues collected as compensation for providing professional management services to the City. This does not, in any way, constitute a lease agreement or any interest in real property. a Y t :IyyYi Proposal Submission Requirements The successful proposer shall manage the specified marina facilities under a pro`_essional management services agreement for a term not to exceed 15 years, in accordance with the standards of operation and maintenance set forth in the Miamarina Agreement executed October 24, 1985, between the City and Bayside Center Limited Partnership. The successful proposer shall be required to reimburse the City for monies previously expended to buy out a management/lease agreement in effect prior to the construction of the Bayside project. The City has a prior commitment in the amount of $1,675,000, plus interest which is estimated to be $248,000 through April 8, 1987, (opening date of Bayside) for a total of approximately $1,923,O00. In addition, the successful proposer shall be required to reimburse the City for the costs of marina renovations in an amount of $1, 600, 000. Required reimbursements total $3,523,000. Selection Committee The Selection Committee appointed to evaluate proposal submissions according to the established evaluation criteria and forward recommendations to the City Manager is anticipated to be comprised of two professionals from the private sector and representatives from three City Departments as follows: David Weaver, Intercap Investments, Inc. Mario Bustamante, U.S. Yacht Racing Union City Manager's Office General Services Administration, Property and Lease Management Division Parks, Recreation and Public Facilities Department, Marinas Division Evaluation Criteria Experience of the proposer 20% Capability of the proposing team 20% Financial capability, level of financial 20% commitment Financial return to the City 20% Extent of minority participation 20% 2 3 W-34t i 1 Proposal Selection Schedule Issuance of RFP April 20, 1987 Proposal Submission Deadline June 1, 1987 - Selection Committee Evaluation June 9, 1987 Recommendations to the City Manager from the Selection - Committee June 23, 1987 City Manager's Recommendation to the City Commission for Selection of Proposer July 9, 1987 3