Res No 066-24-16171RESOLUTION NO. 066-24-16171
A RESOLUTION OF THE MAYOR AND CITY
COMMISSION OF THE CITY OF SOUTH MIAMI,
FLORIDA, AUTHORIZING THE CITY MANAGER TO
ISSUE A REQUEST FOR PROPOSALS (RFP) FOR THE
SOUTH MIAMI CITY HALL REDEVELOPMENT
PROJECT TO THE RESPONDENTS SELECTED
PURSUANT TO REQUEST FOR QUALIFICATIONS NO.
CSM2024-0l; PROVIDING FOR IMPLEMENTATION,
CORRECTIONS, AND AN EFFECTIVE DATE.
WHEREAS, the City of South Miami (the "City") desires to receive proposals from
responsible and qualified firms interested in redeveloping the City Hall site located at 6130 Sunset
Drivee with a profitable, large-scale, multi-component, mixed-use development featuring a new
municipal complex (the "Project"); and
WHEREAS, the City issued Request for Qualifications No. CSM2024-0l ("RFQ") for the
purpose of identifying responsible and qualified proposers for consideration of proposals for the
Project under a Request for Proposals ("RFP''); and
WHEREAS, five sealed responses were received by the RFQ deadline on
March 25, 2024; and
WHEREAS, on April 16, 2024, the City Commission adopted Resolution No. 049-24-
16154 selecting RUDO, LLC, 13th Floor Investments LLC, Adler Development, LLC, Integra
Solutions, LLC and Sonnenblick Development (the "Selected Respondents") as qualified and
responsible respondents that are eligible to submit proposals under an RFP; and
WHEREAS, the City Commission desires to authorize the City Manager to issue the RFP
for the Project to the Selected Respondents in substantially the form attached hereto as
Exhibit "A", and with the changes directed by the City Commission at this meeting; and
WHEREAS, the City Commission finds that the RFP and this Resolution are in the best
interest and welfare of the City.
NOW THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY
COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AS FOLLOWS:
Section 1. Recitals. The above-stated recitals are true and correct and are incorporated
herein by this reference.
Section 2. Issuance of Request for Proposals (RFP}. The City Manager is hereby
authorized to issue the RFP for the Project to the Selected Respondents in substantially the form
attached hereto as Exhibit "A," and with the changes directed by the City Commission at this
meeting, subject to the approval of the City· Attorney as to form, content, and legal sufficiency.
Page I of2
Res. No. 066-24-16171
Section 3. Imnlementation. That the City Manager is authorized to take any and all
actions necessary to implement the issuance of the RFP and the purposes of this Resolution.
Section 4. Co1Tections. Conforming language or technical scrivener-type corrections
may be made by the City Attorney for any conforming amendments to be incorporated into the
final resolution for signature.
Section 5.
adoption.
Effective Date. This Resolution shall become effective immediately upon
PASSED AND ADOPTED this 21'1 day of May, 2024.
ATTEST:
CITY•~
READ AND APPROVED AS TO FORM,
LANGUAGE, LEGALITY AND
EXECUTION THEREOF
LFMANCOLE
' ..
CITY ATTORNEY
COMMISSION VOTE:
Mayor Fernandez:
Vice Mayor Bonich:
Commissioner Calle:
Commissioner Liebman:
5-0
Yea
Yea
Yea
Yea
Commissioner Corey: Yea
Page2 of2
Agenda Item No:5.
City Commission Agenda Item Report
Meeting Date: May 21, 2024
Submitted by: Lillian Arango
Submitting Department: City Manager
Item Type: Resolution
Agenda Section:
Subject:
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA,
AUTHORIZING THE CITY MANAGER TO ISSUE A REQUEST FOR PROPOSALS (RFP) FOR THE SOUTH
MIAMI CITY HALL REDEVELOPMENT PROJECT TO THE RESPONDENTS SELECTED PURSUANT TO
REQUEST FOR QUALIFICATIONS NO. CSM2024-01; PROVIDING FOR IMPLEMENTATION,
CORRECTIONS, AND AN EFFECTIVE DATE. 3/5 (MAYOR FERNÁNDEZ)
Suggested Action:
Attachments:
Memo-Resolution Issuance of RFP for South Miami City Hall Redev.DOCX
48T279702-Resolution Authorizing Issuance of RFP for South Miami City Hall Redevelopment.DOCX
RFP for City Hall Redevelopment.DOCX
1
CITY OF SOUTH MIAMI
OFFICE OF THE CITY ATTORNEY
INTER-OFFICE MEMORANDUM
TO:The Honorable Mayor, Vice Mayor, and Members of the City Commission
FROM:Lillian Arango and Tony Recio, City Attorneys
CC:Genaro “Chip” Iglesias
DATE:May 21, 2024 City Commission Meeting
SUBJECT:A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE
CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY
MANAGER TO ISSUE A REQUEST FOR PROPOSALS (RFP) FOR THE
SOUTH MIAMI CITY HALL REDEVELOPMENT PROJECT TO THE
RESPONDENTS SELECTED PURSUANT TO REQUEST FOR
QUALIFICATIONS NO. CSM2024-01; PROVIDING FOR
IMPLEMENTATION, CORRECTIONS, AND AN EFFECTIVE DATE.
(MAYOR FERNÁNDEZ)
The accompanying Resolution was prepared and placed on the agenda at the request of
Mayor Fernández.
2
CITY OF SOUTH MIAMI
REQUEST FOR PROPOSALS (RFP)NO. 2024-XX
SOUTH MIAMI CITY HALL
REDEVELOPMENT PROJECT
City of South Miami Commission
Mayor Javier Fernández
Vice Mayor Lisa Bonich
Commissioner Steve Calle
Commissioner Brian Corey
Commissioner Josh Liebman
City of South Miami City Hall
6130 Sunset Drive
South Miami, Florida 33143
ISSUE DATE: [DAY], [DATE],2024
PROPOSAL OPENING DATE: [DAY], [DATE], 2024
PROPOSAL OPENING TIME: 10:30 A.M.
5
RFP No. 2024-XX Table of Contents
TABLE OF CONTENTS
Section Page
Section 1: Information for Proposers XX
Section 2: Scope of Redevelopment XX
Section 3. Proposal Form Package XX
Section 4: Terms and Conditions XX
ATTACHMENTS
Exhibit A.List of Potential Governing Agreements (“Agreements”)
Exhibit B.Form of Performance and Payment Bond (if required)
Exhibit C.Declaration/Affidavit of Representation
6
RFP No. 2024-XX Section 1 Page 1 of 18
SECTION 1.
INFORMATION FOR PROPOSERS
1.1.INTRODUCTION/GENERAL BACKGROUND.
The City of South Miami, Florida (the “City”) is soliciting proposals from the firms that were
determined to be the top-ranked, responsible and qualified proposers pursuant to Request for
Qualifications No. 2024-XX and Resolution No. 2024-XX (the “Request for Qualifications”) for
the long-term lease of the City Hall property (the “Project Site”), and its redevelopment, and
operation as a profitable, large-scale, multi-component, and first-class mixed-use development
featuring a new municipal complex for the SOUTH MIAMI CITY HALL
REDEVELOPMENT PROJECT (the “Project”).
The City’s primary objective in connection with the Project Site is to facilitate the development
and construction of the Civic Improvements (as hereinafter defined) and the Developer
Improvements (as hereinafter defined) on the Project Site (and/or City approved alternate sites) as
part of a harmonious first-class mixed-use development. The Proposer or an affiliate thereof
(hereinafter, the “Developer”) shall be responsible for the design and construction of the Civic
Improvements and the Developer Improvements pursuant to arrangements to be identified by the
Proposer in its submittal in response to the RFP that reflect a transaction structure acceptable to
the City. Each Proposer is encouraged to propose such a transaction structure as it believes shall
best help the City achieve its goal of financing the construction of the Civic Improvements in such
a manner that shall eliminate or minimize the cash outlay by the City for the construction of the
Civic Improvements. By way of example, one potential transaction structure could involve a
master development agreement(s) and/or one or more ground leases and/or subleases for each
component use or phase, including the Civic Improvements and Developer Improvements with a
rent structure for parcels that include Developer Improvements.
For purposes hereof, the following terms shall have the following meanings:
“Civic Improvements” shall mean, collectively, (i) a new City Hall building containing not less
than 30,000 square feet of space, (ii) a new police station containing not less than 25,000 square
feet of space, (iii) a Miami-Dade County Public Library containing not less than 15,000 square
feet of space; and (iv) Jean Willis Park, if relocation of the park is proposed.
“Developer Improvements” shall mean all improvements that are not Civic Improvements,
including such commercial, multifamily and office improvements to be constructed on the Project
Site.
“Project Improvements” shall mean the Civic Improvements and Developer Improvements
collectively.
Proposals for the Project must include the provision of all services, design, labor, materials,
equipment, and all incidentals necessary, as set forth in Section 2 of this RFP.
1.2.SCHEDULE OF EVENTS.
The following schedule is anticipated for this RFP process, but is subject to change by the City, in
its sole discretion, at any time during the RFP procurement process.
7
RFP No. 2024-XX Section 1 Page 2 of 18
No.Event Date*Time*
(EST)
1 Distribution of RFP
2
Mandatory Pre-Proposal Conference and Site Visit
6130 Sunset Drive
South Miami, FL 33143
3 Deadline to Submit Questions / Requests for
Clarification
4 City Issues Addenda to Respond to Questions
5 Deadline to Submit Sealed Proposals – Submission
Deadline
6 Proposal Opening
7 Review of Proposals by Evaluation Committee
8 Oral Presentations before Evaluation Committee (if
requested)
9 Recommendation from Evaluation Committee to City
Manager
10 City Manager Issues Recommendation and/or
Evaluation of Proposals to City Commission
11 Presentations before the City Commission (if
requested)
12 Selection and Award to Selected Proposer by City
Commission
13 Negotiation of Agreement(s) between City Manager
and Selected Proposer
14 Award of Agreement(s) at City Commission Meeting
1.3.PROPOSAL DUE DATE.
Sealed Proposals must be submitted in a sealed envelope by hand-delivery submitted at the
receptionist’s desk located at City Hall located at 6130 Sunset Drive, South Miami, Florida 33143,
by 10:00 a.m. E.S.T. on [Date], 2024 . (the “Submission Deadline”).
1.4.MANDATORY PRE-PROPOSAL CONFERENCE AND SITE(S) VISIT.
A mandatory pre-Proposal conference, will be held at 11:00 a.m. on [Day], [Date], 2024 at the
_____________. Attendance at this conference in person is required in order to submit a
8
RFP No. 2024-XX Section 1 Page 3 of 18
Proposal in response to this RFP and for the Project.The conference will also be broadcast via
Zoom for members of the Proposer teams to watch, and shall be noticed by the City Clerk. All
persons attending the pre-Proposal conference will receive the answers to all questions asked or
submitted. A site(s) visit for interested Proposers will occur immediately following the pre-
Proposal conference.
Prior to submitting a Proposal, each Proposer should visit the Project Site and become familiar
with the conditions that may, in any manner, affect the work to be performed by the awarded
proposer or the approvals, consents, modifications to governing instruments, releases,
closures/vacations, equipment, materials and labor required. The Proposer is also required to
examine carefully the Scope of Redevelopmentset forth in Section 2of this RFPand be thoroughly
informed regarding any requirements or conditions that may in any manner affect the Project to be
implemented under the Agreement(s). No allowances will be made because of lack of knowledge
of any conditions or requirements.
1.5.ADDENDA, CHANGES, OR REQUESTS FOR INTERPRETATION DURING
PROPOSAL PROCESS.
The City will not respond to oral inquiries or questions concerning this RFP. All written inquiries,
requests for interpretation or clarification shall be sent to:
Steven P. Kulick
City of South Miami Chief Procurement Officer
6130 Sunset Drive
City of South Miami, FL 33143
E-Mail: skulick@southmiamifl.gov
Facsimile: (305)669-2636
Any written inquiry or request for interpretation or clarification must be sent by e-mail or written
correspondence and received by the City no later than __________, 2024 at 10:00 a.m.
All such interpretations or clarifications will be made in writing in the form of an Addendum to
this RFP issued by the City to all known prospective Proposers identified by the Request for
Qualifications. Each prospective Proposer shall acknowledge receipt of such Addenda by
including it in the Proposal Form. All Addenda shall be a part of this RFP and a part of the
Agreements that will govern development of the Project and each Proposer will be bound by such
Addenda, whether or not received. It is the responsibility of each prospective Proposer to verify
that it has received all Addenda issued before Proposals are submitted and opened.
1.6.SUBMISSION OF PROPOSAL.
Sealed Proposals must submitted in a sealed envelope by hand-delivery submitted at the
receptionist’s desk located at City Hall located at 6130 Sunset Drive, South Miami, Florida 33143,
by 10:00 a.m. E.S.T. on [Date], 2024 by the Submission Deadline. Sealed Proposals must be
clearly labeled with the identity of the individual, firm, partnership, or corporation under the same
name as identified in the Request for Qualifications, must be marked as “Proposal to City of South
Miami, RFP No. 2024-XX, South Miami City Hall Redevelopment” and addressed to:
Steven P. Kulick
City of South Miami Chief Procurement Officer
9
RFP No. 2024-XX Section 1 Page 4 of 18
6130 Sunset Drive
City of South Miami, FL 33143
E-Mail: skulick@southmiamifl.gov
Sealed Proposals must contain all of the following materials:
· One (1) original sealed proposal;
· Ten (10) bound paper copies of the sealed proposal; and
· One (1) readable and reproducible flash drive that contains
the entire sealed proposal.
Proposals shall be typed or printed in ink. All blanks on the Proposal form(s) must be
completed. Names must be typed or printed below the signature. Proposals submitted by
facsimile and/or email will not be accepted.
The Proposal must be signed by an authorized officer of the Proposer who is legally authorized to
bind the Proposer and enter into a contractual relationship in the name of the Proposer. The
submittal of a Proposal by a Proposer will be considered by the City as constituting an offer by the
Proposer to implement the Project, upon the terms and at the prices stated by the Proposer.
THE RESPONSIBILITY FOR OBTAINING AND SUBMITTING A PROPOSAL TO THE
CITY ON OR BEFORE THE SUBMISSION DEADLINE IS SOLELY AND STRICTLY THE
RESPONSIBILITY OF THE PROPOSER. THE CITY IS NOT RESPONSIBLE FOR ANY
DELAYS THAT MAY OCCUR DURING THE SUBMISSION OF PROPOSALS. THE CITY
RESERVES THE RIGHT IN ITS DISCRETION TO WAIVE MINOR IRREGULARITIES IN
ITS SOLE DISCRETION AND AS GENERALLY ALLOWED BY LAW. THE CITY WILL
NOT ACCEPT, AND SHALL NOT CONSIDER, PROPOSALS SENT VIA, FACSIMILE
AND/OR EMAIL.
Sealed Proposals will be publicly opened through video conferencing using the Zoom
platform. Members of the public are invited to view the Proposal opening meeting through Zoom
at https://zoom.us/j/3056636339 or by listening to the Proposal opening meeting on a dedicated
phone line by dialing +1-786-635-1003 Meeting ID: 3056636339.
Only one (1) Proposal from any individual, firm, partnership, or corporation, under the same name
as identified in the Request for Qualifications, will be considered. If the City determines that any
Proposer has interest in more than one (1) Proposal for the Project contemplated, all proposals in
which such Proposer s interested shall be rejected. By submitting this Proposal, Proposer certifies
that this Proposal is made without previous understanding, contract, or connection with any person,
firm, or corporation making a Proposal for this RFP, and Proposer’s participation is in all respects
fair and without collusion or fraud.
1.7.PROPOSAL REQUIREMENTS & FORMAT.
Each Proposer must present its proposal, including its Master Development Plan, financial
offer, financing strategy, anticipated development timeline, and maintenance and operation plan
in a clear and concise manner that demonstrates the Proposer’s concept for the Project. The
emphasis should be on accuracy, clarity, comprehensiveness and ease of identifying pertinent
information and suitability of the Project. Proposals MUST include the following:
10
RFP No. 2024-XX Section 1 Page 5 of 18
1.7.1. Executive Summary and Overall Approach.
1.7.1.1.Title Page.Include a title page titled “Proposal to City of South Miami,
RFP No. 2024-XX, South Miami City Hall Redevelopment Project,” together with all
information identifying the Proposer, including the Proposer’s name, address,
telephone number, e-mail address, and date.
1.7.1.2.Table of Contents:Include a clear identification of the Proposal’s materials
by section and page number.
1.7.1.3.Executive Summary.Briefly introduce the Proposer; the Proposer’s
commitment to the City; the Proposer’s understanding of the City’s development vision
and goals for the Project; the Proposer’s understanding of the Project throughout each
anticipated Project phase; and the elements of the Proposal, including any unique
aspects of the Proposal. The executive summary shall be signed by the party
authorized to negotiate terms, render binding decisions, and commit the Proposer’s
resources and make a positive commitment to design, construct, develop, and operate
and manage the Project in accordance with the terms of the Proposal being submitted.
The Executive Summary shall not exceed one (1) page, single-spaced, in Times New
Roman font size 12 or equivalent font typeface and size.
1.7.2. Master Development Plan. Proposals submitted in response to this RFP must include
a Master Development Plan for the Project. The Master Development Plan must
demonstrate the Proposer’s understanding of the City’s development vision and goals
for the Project, familiarity with the Project Site and the neighboring community, and
extensive knowledge and experience in implementing similar projects.
The Master Development Plan must include the following components:
A. Summary and Overall Approach.
1. A summary describing the proposed Master Development Plan and the
Proposer’s general approach to planning, design, developing, constructing,
maintaining, operating, and managing the proposed Project. The summary must
also include an explanation of why the proposed development is the highest and
best use of the Project Site and the method used in making that determination.
2. A description of the overall proposed Master Development Plan. The Master
Development Plan shall include a description of the Proposer’s concept for the
entire Project Site and the approximate square footage to be included in each
component.
B. Planning and Site Plan Approach.
1. Proposers must include a conceptual site plan of the Project Site, including all
required components of the Project (as provided under Section 2 herein). In
particular, conceptual site plans must identify and indicate the phasing plan for
each component phase of the Project, the location of the proposed building(s),
amenities, and other structures and features, including vehicular and pedestrian
11
RFP No. 2024-XX Section 1 Page 6 of 18
access points, roadways, sidewalks, open areas, landscaping, etc. Additionally,
Proposers must include elevations, floor plans, landscape plans, and renderings
of the proposed Project development that emphasizes and illustrates the key
components of the proposed Project in the conceptual site plan. If development
is proposed in phases, Proposers should clearly identify each phase either on
the conceptual site plan or as a separate phasing plan.
2. An explanation of how the Project complies with zoning requirements and/or
zoning changes and land use changes that will be pursued by the Proposer if
awarded an Agreement(s) pursuant to this RFP. Proposals that require
rezonings and land use changes to the Project Site should weigh their proposed
changes for compatibility with the City’s Comprehensive Plan and the
surrounding neighborhood.
3. A description of the entitlements (including but not limited to zoning approvals,
subdivision approvals, environmental permitting, releases, building permitting
and any significant operating licenses) required by the proposed Project, how
the Proposer will pursue said entitlements, and a timeline for obtaining said
entitlements.
4. A Project table for each component phase with gross and net floor area
proposed for each use, including residential, workforce housing, retail, office,
medical, lodging, and civic as provided in Section 2, etc.
5. At a minimum the Proposal shall provide for the following Civic Improvements
and uses with the minimum e following net floor area, either on the Project Site
or at an alternate location identified and secured by the Proposer subject to the
consent and approval of the City:(1) a 30,000 square foot City Hall component;
(2) a 25,000 square foot Police Station component; (3) a 15,000 square foot
Miami-Dade County Library component, the location of which is also subject
to County approval if not on the Project Site; and (4) a 27,500 square foot park
component in the current location of Jean Willis Park or at an alternate location
on the Project Site. The Project may provide any other uses, residential density,
and floor area as may be permitted under the City’s land development code, as
may be amended, and shall provide adequate parking.
6. A detailed description of each development component, including Civic
Improvements, Developer Improvements, and residential density (if applicable)
and gross and net floor area proposed for each use within the component.
Proposers may propose uses that are not currently permitted on the Project Site,
but must clearly identify how the proposed use is compatible and how the
Proposer will obtain the necessary approvals to implement the proposed use.
7. Detailed plan to preserve and incorporate the City’s historic Sylva Martin
Building into the overall development scheme or providing for relocation of the
building to a suitable location, subject to the consent and approval of the City.
C. Public Areas Approach
12
RFP No. 2024-XX Section 1 Page 7 of 18
1. Development plan for the public areas of the Project that incorporates, at minimum:
a. Identification of park area for Jean Willis Park, including park design and
amenities.
b. Enhancements and locations of pedestrian interconnectivity to public transit
and the City’s Town Center.
c. Placemaking enhancements to rights-of-way, and a description of the
degree to which such placemaking enhancements are consistent with, or
depart from, the City’s placemaking design efforts.
d. Other public amenities, if any, such as plazas, paseos, public art, bicycle
storage and supporting services, and required infrastructure.
e. Relationship of site design to Sunset Drive and the Underline Project.
D. Common Area Approach.
1. Development plan for common areas of the Project that incorporates, at a
minimum:
a. Security systems, cameras, and license plate readers.
b. Impact windows and doors.
c. High efficiency lighting systems.
d. Outdoor recreational elements, especially walking paths, bike paths,
playgrounds, pavilions, and/or other similar elements. Interconnectivity
with the proposed Underline Project is highly encouraged.
e. Elevators.
f. Motion sensor exterior lights.
g. Gated parking areas with key fob entry or card entry sheltered from the
elements for residential uses (if necessary)
h. 24/7 staffed security guard houses, preferably located at resident vehicle
entry points (if provided)
i. Back-up Generators.
j. Maximum amount of vegetation, trees and shaded areas as feasibly possible.
k. Waste disposal facilities.
2. Development plan for parking that provides, at a minimum:
1. At least 90 parking spaces for the City Hall component;
2. At least 60 parking spaces for the Police Station component;
3. At least 39 parking spaces for the Library component;
4. Bicycle parking.
Adequate parking in accordance with the City’s Land Development Code must
also be provided for each proposed use. Parking design and layouts should not
be featured as a focal point of the Project and should instead emphasize the
Project’s walkability, livability, and pedestrian-friendliness. Additionally,
parking layouts should not detract from the architectural design approach for
the Project.
13
RFP No. 2024-XX Section 1 Page 8 of 18
E. Architectural Design Approach.
1. Architectural design that is both aesthetically appealing, and that intentionally
integrates with the street and neighborhood to promote and foster a livable,
pedestrian-friendly, walkable, healthy, and vibrant community. The
architectural design approach should exemplify excellence, creativity, and
innovation in the architectural and site design of the Project, with a layout that
maximizes the use of the Project Site and provides for efficient vehicular and
pedestrian site access while minimizing conflicts with the road network of the
surrounding area.
2. Amenities that will be attractive and beneficial to the residents and/or users of
the Project and the neighboring community.
3. Explanation of the energy efficiency, sustainability, and resiliency features to
be included in the Project, including the energy efficient standards met (e.g.
LEED, Green Globes, etc.), which at a minimum meet the requirements of the
City’s Land Development Code.
4. Explanation of the Project’s compliance with the City’s Art in Public Places
requirements.
F. Infrastructure Approach
1.Identification of existing infrastructure and modifications needed to
accommodate the Project, both on the Project Site and within any surrounding
rights-of-way.
2.Identification and proposed location for new or modified infrastructure.
3.Anticipated timing and construction approach to making infrastructure
modifications.
G. Management and Operation Approach.
1. Management plan for the Project, including but not limited to long-term upkeep,
general maintenance, provision of utilities, maximizing rental of floor area, and
other related services for management of the Project Site. Please include any
information on a third-party management firm, if applicable. A Project
management approach narrative should be included describing:
a. Approach to leading the Project Team through Project administration
b. Day-to-day Project management and reporting
c. Design management
d. Document management
e. Contract management
f. Change management
g. Quality control/quality assurance
h. Risk management
i. Operations
14
RFP No. 2024-XX Section 1 Page 9 of 18
j. Any other areas that the Proposer believes may be of interest to the City.
2. Identify the quality control procedures and mechanisms that will be implemented
for the proposed Project and an analysis of the Proposer’s quality control
procedures for previous projects.
1.7.3. Financial Offer. Proposals must provide for a Financial Offer to the City for the long-
term ground lease(s), development, and operation of the Project. The Financial Offer
shall include and identify (i) all base rent payments under ground lease(s), and any
component leases, to the City (with annual increases and periodic adjustments for
market conditions), and (ii) any additional consideration payable to the City as an
inducement to award and enter into Agreement(s) with the Proposer. Additional
consideration may include without limitation any proposed revenue sharing and
parking revenue sharing plans, detailing the Proposer’s proposed revenue sharing
structure with the City at the initiation of the Project and/or during the course of the
Project’s operation and management phase. Please provide details of all base rent
payments under ground lease(s) to the City and any component leases, and all proposed
revenues to be shared with or paid to the City, and when and how revenues will be
issued to the City. The City will give due consideration to the ability of the finished
structures and management to produce revenue on an ongoing basis. The Financial
Offer should provide for the following:
1.7.3.1.Annual base rent payments to the City pursuant to ground lease(s) and any
component leases on a triple net basis for the Project Site at a minimum amount
equal to ___% of the fair market value of the unencumbered Development
Improvement parcel(s) based on an appraised highest and best use of each parcel
at the commencement of the ground lease terms, together with proposed annual
rent increases in the amount of not less than __ (%) of the base rent for the
preceding year, and periodic base rent adjustments every [ ___ ] years to the
extent required for market conditions.
1.7.3.2.Whether the Proposer will provide for a share of revenues/netcash flow
payments to the City, including, but not limited to retail and parking revenues,
and when and how such revenue sharing payments will be made to the City.
1.7.3.3.If any stabilization or grace period is proposed prior to payment of annual
ground lease payments and/or revenue sharing payments.
1.7.3.4.Whether the Proposer will provide the City with any other compensation
structure, benefit or payments.
1.7.3.5.The total monetary value of the proposed Project Improvements (Civic
Improvements and Developer Improvements) provided to the City. Please be
advised that the total monetary value (cash and/or improvements) received by
the City as a part of the Proposal must be equal to or greater than the value of
the Project Site as determined by an independent property appraiser selected by
the City.
1.7.4. Finance Plan. Proposals must provide for a Finance Plan for the development of the
Project, and each component phase, and all Project Improvements. The Finance Plan
15
RFP No. 2024-XX Section 1 Page 10 of 18
must address the Proposer’s Financing and Budgeting Approach for the Project and
Project Improvements, and the Proposer’s Financial Strength and Capacity.
A. Financing and Budgeting Approach.Financing/budget plan for the Project that
includes the full cost of design, construction, and management and operation
activities. The City will consider proposals utilizing a variety of financing methods
for the Project, including but not limited to conventional financing, direct
investment by third parties, public-private partnerships, and/or such other feasible
financing methods. City may, at its sole discretion, work and cooperate in financial
efforts by the selected Proposer to identify and secure Project funding.
It is the City’ goal and intent to have the Project Improvements funded solely and
independently by the selected Proposer with no contributions or out-of-pocket
payments by the City. Proposers may submit proposals that include options to raise
funds to support the Project, if desired. City reserves the right to reject any submittal
that may not be budgeted or capable of being independently funded. The
Financing/Budget Plan should include:
1. Information pertaining to the financing strategy and proposed methods that will
be utilized to identify and obtain the maximum funding required to design,
construct, and manage and operate the Project and Project Improvements.
Please specify the estimated amount of funding needed for completion for each
component phase of the Project proposed (specify for each of the Civic
Improvements and Developer Improvements, the source of the funding, and
how the funds will be secured by the Proposer.
2. Information regarding the Proposer’s approach to managing financial risk
associated with the Project. The Proposer should explain if it anticipates that
tariffs, lower than anticipated equity prices, construction prices, or permanent
loan interest rate increases will impact the design, finishes, amenities, or other
anticipated fifteen (15) year operating projections. Describe any procedures or
analysis that is performed to project these concerns and how they would be
addressed. The proposed financing of the Project and Project Improvements
may not allow for cross-collateralization or cross-defaulting with any other
property, project, or other assets.
3. A description of any new, innovative, and/or other opportunity financing
technique that may be utilized or of interest to City to further support and fund
the Project and Project Improvements.
4. Explanation of the Proposer’s understanding of state and local requirements and
procedures that will enable necessary equity to be raised to sufficiently fund the
Project and Project Improvements.
5. Information regarding the Proposer’s guarantee of obligations, including
guarantee of payment and performance obligations, completion of all Project
Improvements, and all financial obligations due the City under the
Agreement(s).
16
RFP No. 2024-XX Section 1 Page 11 of 18
B. Financial Strength and Capacity.
a.Financial Statements. The Proposer shall submit evidence of financial ability,
capacity and strength to complete all obligations under the Agreement(s),
including all obligations to the City under the Agreement(s), performance and
completion of all Project Improvements, and the attainment and satisfaction of
all financing and lender obligations and payments. The Proposer shall also
submit Financial Statements for the three (3) most recently completed fiscal
years The Financial Statements must include an Opinion Letter, a Balance
Sheet, an Income Statement and a Statement of Changes in Cash Flow.
Financial Statements must be prepared in accordance with US Generally
Accepted Accounting Principles (USGAAP) or International Financial
Reporting Standards (IFRS). The Financial Statements must be audited by an
independent party qualified to render audit opinions. If audited statements are
not available, the Proposer shall include unaudited Financial Statements,
certified as true, correct and accurate by the chief executive, chief financial
officer or treasure (or equivalent) of the entity.
b.Insurance Certificates. Proposer shall provide certificates of insurance
demonstrating ability and capacity for compliance with the minimum
requirements set forth under Section 4 of this solicitation, including but not
limited to:
i. Commercial General Liability;
ii. Workers Compensation & Employer’s Liability;
iii. Business Automobile Liability; and
iv. Professional Liability
THE CITY IN ITS SOLE DISCRETION MAY REQUIRE HIGHER
LIMITS OF INSURANCE AND/OR ADDITIONAL COVERAGES IF
DEEMED NECESSARY.
C.Project Schedule Plan.Each Proposal must include a Project implementation
schedule. The Project schedule must:
A.Provide a realistic, detailed Project schedule for the development of each
component phase of the Project Improvements, from award of Agreement(s) to
issuance of the last Certificate of Occupancy, identifying key tasks and duration
of each.
B.At a minimum, the Project schedule must contain the following key tasks for
development of each component phase of the Project Improvements, if
applicable (specify the proposed duration of each task in number of months from
award of the Agreement(s) until completion of each component phase or task.):
1. Time period from award of Agreement(s) until completion of design;
2. Time period from award of Agreement(s) until commencement of construction;
and
3. Time period from award of Agreement(s) until issuance of Certificate of
Occupancy or Certificate of Completion
17
RFP No. 2024-XX Section 1 Page 12 of 18
C.Provide for development of the Project Site and Project Improvements in an
expeditious manner that complies with all requirements necessary to ensure a safe
and sound development.
D.Measures to mitigate any disruption to existing City facilities, and/or other public
and/or private operations and facilities. Mitigation measures must include the
provision of temporary facilities to ensure seamless and ongoing City operations
during development and construction of the Project Improvements, and ultimately
be approved in writing by the City prior to commencement of any work that may
impact City or private operations and/or facilities.
Note: Proposers are cautioned to be realistic in proposing the above-described time
periods as this information will be relied upon in evaluating proposals and in
establishing the Project schedule. The Agreement(s) resulting from this RFP will
include damages for failing to complete the key tasks included in the Project schedule.
D.Proposal Form Package.Proposer shall provide complete and accurate copies, with
all required signatures and notarizations, for all the forms in the Proposal Package:
Form 1.Proposal Form Package Acknowledgement.
Form 2.Proposal Guaranty
Form 3.Cost Recovery Agreement
E.Special Consideration.Describe any special resources that Proposer or Proposer’s
personnel assigned to develop, operate, and maintain the Project may bring or in-house
expertise in technical areas, which will specifically benefit the City. Not to exceed three
(3) pages in 12 point Times New Roman (or equivalent) font and single-spaced. Excess
pages will be removed prior to submission to the Evaluation Committee.
1.7.5.Cost Recovery.Proposer shall submit a cost recovery deposit of $7,500 to cover the
City’s costs of administering this RFP, including but not limited to costs of
professionals used by the City to evaluate the RFP and advise the City Manager or
City Commission. The cost recovery deposit shall be non-refundable. By submitting
its proposal, Proposer acknowledges and agrees that it shall be required to submit an
additional cost recovery deposit in an amount to be determined by the City Manager,
but in no event less than $50,000, if selected for the award, to be applied to the City’s
costs incurred in connection with evaluating and implementing the award. Such cost
recovery deposit shall be due prior to negotiations and shall be replenished as
necessary.
1.8.EVALUATION CRITERIA.
Award shall be made to the responsive Proposer(s) (i.e. in compliance with the requirements and
criteria of the RFP) whose Proposal is determined to be the most advantageous to the City and in
the City’s best interest. Proposals will be evaluated according to the following criteria and
respective weight:
Evaluation Criteria Maximum Points
18
RFP No. 2024-XX Section 1 Page 13 of 18
Master Development Plan
An evaluation of the overall Master Development
Plan and each component phase of the Master
Development Plan, considering the City’s
development vision and goals for the Project.
250 Total
Overall Approach 20
Planning and Site Plan Approach – Civic
Improvements 50
Planning and Site Plan Approach – Developer
Improvements 50
Public Areas Approach 30
Common Areas Approach 10
Architectural Design Approach 50
Infrastructure Approach 15
Management and Operations Approach 25
Financial Offer 100 Total
Overall Finance Plan
An evaluation of the Proposer’s financial
strength, capacity, and the Finance Plan.
50 Total
Financing and Budgeting Approach 40
Financial Strength and Capacity 10
Project Schedule
Evaluation of the proposed Project
implementation schedule for all component
phases of the Project (Civic Improvements and
Developer Improvements) taking into account
the timeline for completion, the feasibility of the
Project implementation schedule, and the method
of ensuring Project implementation in a manner
that complies with all safety requirements and
causes minimal disruption to the community and
City facilities.
100 Total
Total Possible Points 500
1.9 SELECTION PROCESS
1.9.1 Phase 1: Staff Level Review for Compliance with Minimum Requirements.City Staff
and consultants shall review and evaluate the Proposals submitted to ensure the minimum criteria
and requirements of the RFP have been met. The City Manager or designee may reject those
Proposals that do not meet the minimum requirements of the RFP.
1.9.2 Phase 2: Evaluation Committee Review. The City Manager or City Manager’s designee
will appoint an Evaluation Committee to review and evaluate the responsive Proposals (i.e. those
Proposals that are in compliance with the requirements and criteria of the RFP) during a public
meeting (the City will provide instructions on how to participate and access the meeting). The
Evaluation Committee reserves the right to request additional information or seek clarifications as
it deems necessary. Failure to comply with any mandatory requirements may disqualify a
proposal. The Evaluation Committee reserves the right to conduct interviews or require
19
RFP No. 2024-XX Section 1 Page 14 of 18
presentations prior to finally ranking the Proposals. The Evaluation Committee shall rank the
responsive Proposals in terms of their relative advantage to the City and the City’s best interest,
based on the evaluation criteria set forth above.
1.9.3 Phase 3 (if requested by Evaluation Committee): Oral Presentations.The Evaluation
Committee may call Proposers for oral presentations before the Evaluation Committee regarding
their Proposal, Project approach, and the ability to furnish all aspects required for implementation
of the Project. All Prime Consultants and subconsultants in each Project team shall be present at
the assigned time for a 20-minute presentation followed by up to a 10-minute question-and-answer
session. The Proposers are encouraged to be represented only by the Lead/Project Manager and
the staff identified in the Proposal. Additional details on the oral presentations may be provided to
the Proposers.
If oral presentations are requestedby the Evaluation Committee, the oral presentation will be worth
an additional 200 points. The City will notify the Proposers where the oral presentations, if any,
will be conducted and whether the Proposers may appear virtually or must appear in person. The
Evaluation Committee shall rank the Proposers and provide its written recommendations to the
City Manager.
1.9.4 Recommendation to City Commission. After the Evaluation Committee evaluates and
ranks the Responsible Proposers, the City Manager shall review, evaluate, and present a
recommendation to the City Commission for selection and award of a Proposer(s) and Proposal,
or rejection of all proposals at a City Commission meeting, taking into consideration the
recommendations of the Evaluation Committee. If the City Manager issues a recommendation for
selection of a responsive Proposer and Proposal, the recommendation shall recommend selection
of the Proposer and Proposal that the City Manager determines is the most advantageous to the
City and in the City’s best interest. The City Manager’s recommendation shall be provided to the
City Commission together with the Evaluation Committee’s rankings and recommendations.
1.9.5 Phase 4: City Commission Presentation (if requested). The City Commission may call
Proposers for oral presentations before the City Commission regarding their Proposal, Project
approach, the ability to furnish all aspects required for implementation of the Project, and such
other factors determined by the City Commission to be necessary to determine the responsive
Proposer who submitted the Proposal that is the most advantageous to the City and in the City’s
best interest. The City Commission may request oral presentations from the Proposers, provided,
however, that nothing herein shall be construed to restrict the City Commission’s ability to request
presentations from any and/or all Proposers. If oral presentations are requested by the City
Commission, instructions governing the presentation shall be provided to the Proposers selected
to provide oral presentations.
1.9.6 Phase 5: City Commission Meeting to Select Responsible Proposer.The City
Commission may select the Proposal from the responsive Proposer(s) that it determines is
compliant with the criteria and requirements of this RFP, and is the most advantageous to the City
and in the City’s best interest, taking into consideration all aspects of each Proposer’s Proposal,
including oral presentations, if requested.
1.9.7 Phase 6: City Manager Negotiation of Agreement(s): After selection of the Proposer(s)
by the City Commission, the City Manager and/or designee(s) shall negotiate such Agreement(s)
with the selected Proposer(s) that are necessary to fully implement all aspects of the Project. The
City Manager shall negotiate Agreement(s) that incorporate the major terms and conditions
20
RFP No. 2024-XX Section 1 Page 15 of 18
contained in this RFP and all aspects of the Proposer(s) Proposal, including the Proposer(s)
Financial Offer, that the City Manager, in his/her sole discretion, determines is fair, competitive,
and reasonable. Any award and execution of agreement(s) shall be subject to approval by the City
Attorney as to form, content, and legal sufficiency. Should the City Manager be unable to negotiate
satisfactory agreements with the Selected Proposer, the City Manager shall terminate negotiations
with the Selected Proposer, and the City Commission shall have the right to cancel the RFP process
or select and award the Agreement(s) to a qualified Proposer pursuant to the process in Section
1.9.6, in its sole discretion, and authorize the City Manager to negotiate Agreement(s) with the
next Selected Proposer. P.
The City anticipates entering into the Agreement(s) listed in Exhibit “A” with the selected
Proposer.
1.9.8 Phase 7. City Commission Meeting to Award and Approve Agreement(s).Upon
reaching mutually agreeable terms with the selected Proposer(s), the Agreement(s) negotiated with
the selected Proposer(s) shall be presented to the City Commission for final approval.
1.9.CITY’S RIGHTS; WAIVER OF IRREGULARITIES
The City reserves the right to:
1.9.1.Reject any or all proposals which is in any way incomplete or irregular, reissue the
entire solicitation, or enter into contracts with more than one Proposer;
1.9.2.Utilize the services of one or more technical experts to assist in the evaluation of any
aspect of the proposals received in response to the RFP at any stage of the RFP, and
to negotiate and draft Agreement(s);
1.9.3.Accept or reject any and/or all Proposals or parts of Proposals;
1.9.4.Workshop or negotiate any and all Proposals;
1.9.5.Select and award Proposer(s) for all or any portion of the Project
1.9.6.Waive irregularities in any Proposal;
1.9.7.Cancel or discontinue this RFP process;
1.9.8.Request new Proposals for implementation of the Project; and
1.9.9.Short list Proposers and conduct personal interviews or require presentations by any
or all Proposers prior to ranking, or at any time during the evaluation process, or at
any duly noticed City Commission Meeting where selection and award is made.
All materials submitted in response to this Request for Proposals become the property of the City
and will be returned only at the option of the City. The City has the right to use any or all ideas
presented in any Proposal or responses to the RFP, whether amended or not, and selection or
rejection of Proposal does not affect this right. The City Commission shall make the final
determination and award of the Project to the selected Proposer(s) based on their Proposal(s),
21
RFP No. 2024-XX Section 1 Page 16 of 18
subject to negotiation and approval of Agreements. All costs of preparing the Proposal and
participating in the RFP shall be borne by each Proposer.
1.10.CODE OF ETHICS PROVISIONS.
1.10.1. Cone of Silence.
The provisions of City’s Cone of Silence are applicable to this RFP. The City’s Cone of Silence
provisions can be found under Section 8A-7 of the City Code of Ordinances. Questions regarding
the Cone of Silence may be sent to:
Nkenga “Nikki” Payne, CMC, FCRM
City Clerk
City of South Miami
6130 Sunset Drive
South Miami, Florida 33143
Npayne@southmiamifl.gov
The Cone of Silence as used herein means a prohibition of any communication regarding a
competitive solicitation such as a request for proposal, request for qualification, request for
information or invitation/request for Proposal, between a potential vendor, service provider,
proposer or Proposer (hereinafter referred to as the "potential Proposer"), or agent, representative,
lobbyist or consultant for the potential Proposer; (hereinafter referred to as the "Proposer's
representative"); and
(i) Members of the City Commission; or
(ii) City's professional staff; or
(iii)Any member of the City's selection, evaluation or negotiation committee.
The provisions of the Cone of Silence shall not apply to:
(i) Communications at a duly noticed pre-Proposal conferences or at any duly noticed
public selection or negotiation committee meeting or duly noticed public City
commission meeting at which the City Manager has placed the subject of the
solicitation on the agenda;
(ii) Communication regarding the solicitation at recorded contract negotiations, recorded
oral presentation or recorded oral question and answer session and recorded contract
negotiation strategy sessions in compliance with the exemption in F.S. § 286.0113;
(iii)Briefings made by the City Manager or his designee to the City Commissioners during
a meeting following the completion ofthe selection or negotiation committee meetings;
(iv)Written communication at any time with any City professional staff (not including
selection, evaluation or negotiation committee members), unless specifically prohibited
by the applicable competitive solicitation documents. This section shall not be
construed to prevent written communication between City professional staff and any
City selection, evaluation or negotiation committee. A copy of any written
communication made during the cone of silence shall be contemporaneously filed with
the City clerk by the potential Proposer or Proposer's representative. The City clerk
shall make copies available to any person upon request;
22
RFP No. 2024-XX Section 1 Page 17 of 18
(v) Communication that is strictly limited to matters of those processes or procedures that
are contained in the corresponding solicitation document and which communication is
between any person and the City's purchasing agent or the City employee who is
designated as being responsible for administering the procurement process for such
solicitation;
(vi)Communications with the City attorney and his or her staff;
(vii)Communications during any duly noticed site visits to determine the competency
and responsibleness ofProposers regarding a particular Proposalduring the time period
between the opening of proposals and the time the City Manager makes a written
recommendation;
(viii)Any emergency procurement of goods or services pursuant to City code;
(ix) Responses to a request made by the City's purchasing agent, or the City employee who
is designated as being responsible for administering the procurement process for such
solicitation, for clarification or additional information;
(x) Communications prior to Proposal opening between City's professional staff and
potential Proposers and/or Proposer's representatives to enable City staff to seek and
obtain industry comment or perform market research, provided all communications
related thereto between a potential Proposers and/or Proposer's representatives and any
member of the City's professional staff including, but not limited to the City Manager
and his or her staff, are in writing or are made at a duly noticed public meeting.
1.10.2. Lobbying Prohibited. All potential Proposers and their agents who intend to submit,
or who submitted, a Proposal or response to this solicitation, are prohibited from
lobbying, individually or collectively, any City Commissioner, candidate for City
Commissioner, or any employee of the City in connection with this solicitation.
The term "Lobbyist" means all persons (including officers and managers of a legal
entity), firms, or legal entities such as a corporation, partnership or limited liability
company, employed or retained by a principal (including an officer of the principal
or an employee of the principal whose duties include marketing, or soliciting
business, for the principal) who seeks to encourage the passage, defeat, or
modifications of (1) ordinance, resolution, action or decision of the City Commission;
(2) any action, decision, recommendation of the City Manager or any City board or
committee; or (3) any action, decision or recommendation of City personnel during
the time period of the entire decision-making process on such action, decision or
recommendation which foreseeably will be heard or reviewed by the City
Commission, or a City board or committee.
Contact may only be made through regularly scheduled Commission meetings, or
meetings scheduled through the Procurement Division, which is for the purpose of
obtaining additional or clarifying information or as otherwise provided for in the
City’s Cone of Silence. Any presentation before a selection committee is considered
to be lobbying; however, the presentation team may avoid formal registration by
complying with section 8A-5(c)(9), of the City Code of Ordinances and completing
23
RFP No. 2024-XX Section 1 Page 18 of 18
Attachment B to this RFP. Any person who submits a proposal, whether solicited or
unsolicited, on behalf of his or her principal or his or her employer is considered to
be a lobbyist and must register. An officer or manager of a legal entity who is
submitting a proposal, whether solicited or unsolicited, is considered to be a lobbyist.
All Proposers are strongly encouraged to review Section 8A-5 of the City Code of
Ordinances for further information.
To register as a lobbyist, please contact the City Clerk.
END OF SECTION 1
24
RFP No. 2024-XX Section 2 Page 1 of 7
SECTION 2.
SCOPE OF REDEVELOPMENT
2.1.PROJECT BACKGROUND AND DEVELOPMENT GOALS
The City of South Miami (the “City”) is centrally located in Miami-Dade County and is
closely located to important countywide resources, including the South Miami Metrorail Station,
South Miami Hospital, Sunset Place, the University of Miami, and other major commercial and
governmental assets. In order to revitalize the City’s downtown area, the City is seeking
qualifications from experienced Proposers that are able and willing to redevelop South Miami City
Hall with a profitable, large-scale, multi-component, first-class mixed-use development (the
“Project”) at the approximately 176,300 - 295,455 square foot property located at 6130 Sunset
Drive (the “Project Site”).
The City’s primary objective in connection with the Project Site is to facilitate the development
and construction of the Civic Improvements (as hereinafter defined) and the Developer
Improvements (as hereinafter defined) on the Project Site (and/or City approved alternate sites) as
part of a harmonious first-class mixed-use development. The Proposer or an affiliate thereof
(hereinafter, the “Developer”) shall be responsible for the design and construction of the Civic
Improvements and the Developer Improvements pursuant to arrangements to be identified by the
Proposer in its submittal in response to the RFP that reflect a transaction structure acceptable to
the City. Each Proposer is encouraged to propose such a transaction structure as it believes shall
best help the City achieve its goal of financing the construction of the Civic Improvements in such
a manner that shall eliminate or minimize the cash outlay by the City for the construction of the
Civic Improvements. By way of example, one potential transaction structure could involve a
master development agreement(s) and/or one or more ground leases and/or subleases for each
component use or phase, including the Civic Improvements and Developer Improvements with a
rent structure for parcels that include Developer Improvements.
For purposes hereof, the following terms shall have the following meanings:
“Civic Improvements” shall mean, collectively, (i) a new City Hall building containing not less
than 30,000 square feet of space, (ii) a new police station containing not less than 25,000 square
feet of space, (iii) a Miami-Dade County Public Library containing not less than 15,000 square
feet of space; and (iv) Jean Willis Park, if relocation of the park is proposed.
“Developer Improvements” shall mean all improvements that are not Civic Improvements,
including such commercial, multifamily and office improvements to be constructed on the Project
Site.
“Project Improvements” shall mean the Civic Improvements and Developer Improvements
collectively.
Specifically, the City is seeking proposals by proposers that possess the technical expertise,
experience, financial capacity, and such other qualifications necessary, to implement the Project
consisting of the following components:
A. Civic Improvements. Develop the Project and identify Civic Improvements
which shall include a new (1) City Hall that is at least 30,000 square feet, (2) City Police
25
RFP No. 2024-XX Section 1 Page 2 of 7
Station that is at least 25,000 square feet, (3) Miami-Dade County Public Library that is
at least 15,000 square feet in size and within 0.25 miles of the South Miami Metrorail
Station, and (4) a 27,500 square foot park component in the current location of Jean
Willis Park or at an alternate location on the Project Site.. Note that Successful Proposers
must be aware of the restrictions and requirements of the Interlocal Agreement between
the City and Miami-Dade County governing the redevelopment or relocation of the
Miami-Dade County Public Library currently located on the Project Site. Alternate
development locations of the City Hall, City Police Station and Park Site components
are subject to approval by the City, in its sole discretion. The same alternate location for
the Miami-Dade County Library may also be proposed, provided that the proposed
location is within 0.25 miles of the South Miami Metrorail Station and Miami Dade-
County and the City approve the proposed location, which approval shall be at the sole
discretion of Miami-Dade County and the City.
B. Developer Improvements. Construction of a first-class mixed-use development
on the Project Site that incorporates transit-oriented development principles to build upon
the transit and civic infrastructure of the area. In addition to the required components in
Sec. 2.1 above, the mix of uses to be featured may include, but is not limited to,
residential, workforce housing, retail, office, medical, lodging, and other land uses. In
determining what mix of uses to propose, developers are encouraged to consider the
highest and best use for the Project and the feasibility of uses under prevailing market
conditions.
C. Parking. Provide parking, which should be designed to accommodate a minimum
of 90 parking spaces for City Hall, 60 parking spaces for the City Police Station, and 39
parking spaces for the Miami-Dade County Public Library, on the same site as the Civic
Improvements. . Sufficient parking necessary to support the Developer Improvements,
including residential, workforce housing, retail, office, medical, lodging, and other land
use components proposed for the Project shall also be provided in accordance with the
City’s land development regulation requirements. Parking provided to support non-
governmental Developer Improvements may be adjusted based on the proximity to
existing mass transit assets.
D. Preserve the historic Sylva Martin Building or historic features of the building.
Proposers may incorporate and preserve the historic Sylva Martin Building or historic
features of the building into the overall development scheme or provide for the safe and
secure relocation of the building to a suitable location, subject to the consent and approval
of the City in its sole discretion.
E. Provide competitive revenue streams to the City in the form of ground lease
payments, revenue sharing arrangements, or other compensation structures or benefits.
Additional parcels may be incorporated into the overall development of the Project in
order to maximize available revenue streams to the City.
F. Improve transit connections to the Project Site, especially by improving site
accessibility to the South Miami Metrorail Station. Additional parcels of property that
are contiguous to the Project Site or which connect the Project Site to the South Miami
Metrorail Station may be incorporated into the overall development of the Project to
improve transit connections.
26
RFP No. 2024-XX Section 1 Page 3 of 7
G.A Park site of at least 27,500 square feet shall be provided on the Project Site.
Relocation of the existing Jean Willis Park currently located on property designated as
Property Folio No. 09-4036-025-0170 may be proposed provided the location of the
Park remains within 0.25 miles of its current location and remains contiguous with the
City Hall Project Site, and subject to the approval of the City in its sole discretion.
2.2.PROJECT SITE
The City Hall Site consists of two (2) parcels located at 6130 Sunset Drive (Property Folio Nos.
09-4036-025-0170 and 09-4036-000-0030). The Miami-Dade County Library parcel (09-4036-
026-0031) is also a part of the Project Site, subject to Miami-Dade County and the City entering
into an interlocal agreement. The parcels are graphically depicted below.
The Project Site land area (including the MDC library parcel) is 195,455 square feet. The future
land use map designation of the property is Public and Institutional and the property is zoned
Public/Institutional.
Land Use Public and Institutional
Zoning Public/Institutional
Site Square Footage 195,455
Acreage 4.48
The City Commission is currently contemplating changes to the future land use and zoning that
would render the Project Site Transit Supportive Development District (TSDD) –Core, which
27
RFP No. 2024-XX Section 1 Page 4 of 7
would permit a base height of eight (8) stories with bonuses to allow a total of 14 or more stories,
and a residential density of 150 units per acre.
Please note, that although the City Commission is contemplating these changes, the
Successful Proposer(s) shall ultimately be solely responsible for receiving all development
approvals necessary for the development of the Project, including rezoning of the property
and seeking an amendment to the current future land use map (FLUM) designation. The
Successful Proposer(s) may seek to vacate a portion of 61st Court adjacent to the City parcels.
The Project Site identified above represents the parcels of property owned by the City and/or
Miami-Dade County. However, the City shall provide preference to those Proposers that
demonstrate experience in combining contiguous or connected properties as part of an overall
development proposal. Proposers with experience improving access to nearby transit resources
shall also be provided preference.
2.3.PROJECT OVERVIEW
Successful Proposer(s) who have executed a development agreement or contract with the City
(hereafter “Selected Proposer(s)”) shall be responsible for all aspects related to and payment
of all expenses associated with the planning, design, construction, maintenance, and operation
of the proposed development at the Project Site. Accordingly, the Selected Proposer shall
provide all aspects of the Project, , including but not limited to:
a. Overseeing all aspects of the design and construction of the Project at the Project Site,
including the development of the Civic Improvements and the Developer Improvements,
and all public facilities, infrastructure, utilities and common areas.
b. Securing all financing as required by the Agreement(s) to be awarded if selected and
payment of all costs related to the planning, design, construction, and maintenance and
operation of the proposed development, including any monetary contributions that may
be necessary to defray costs associated with the lease of the Project Site. Proposed
financing for the Project shall not allow for the cross-collateralization or cross-defaulting
with any other property, project, or other assets.
c. Improving connectivity to major transit assets, especially South Miami Metrorail Station.
Contiguous properties or properties connected to the Project Site may be incorporated to
improve connectivity to mass transit assets.
d. Combining contiguous properties to provide for a more expansive Project development
at the Project Site.
e. Developing competitive revenue streams for the City in the form of lease payments,
revenue sharing, or other compensation structure or benefits.
f. Obtaining certified, insured, experienced and reputable architectural, engineering, and
construction services including a general contractor, project manager and subcontractors
for the Project.
g. Duly applying for, obtaining and maintaining any and all permits, licenses, easements,
property rights and approvals, necessary prior to and after construction. Required
28
RFP No. 2024-XX Section 1 Page 5 of 7
development approvals may include, but are not limited to, rezoning of the Project Site
and seeking a Future Land Use Map (FLUM) amendment to the Project Site’s existing
FLUM designation.
h. Platting of the Project Site, if necessary.
i. Paying all development fees imposed in connection with the development of the Project.
j. Implementing all off-site public improvements and/or infrastructure required for
development of the Project Site (streets, street widening, streetlights, sidewalks,
water/sewer infrastructure, utilities, landscaping, etc.) will be the responsibility of the
Selected Proposer(s).
k. Incorporating and preserving the historic Sylva Martin Building into the overall
development scheme or providing for relocation of the building to a suitable location,
subject to the consent and approval of the City.
l. Extending, relocating and/or upgrading all utilities, including utilities serving existing
City facilities, or connecting new utilities, if necessary.
m. Altering, relocating, or replacing any City and/or private facilities, either temporarily or
permanently, and implementing any measures required to maintain City and/or private
operations ongoing with minimal disruption during development, at the sole cost of the
Selected Developer(s).
n. Submitting plan(s) to mitigate any disruption to City, other public and/or private
operations and/or impacts to City, public and/or private facilities. The plan(s) must be
approved in writing by the City prior to commencement of any work that may impact
City or private operations and/or facilities. Any damage or impacts to City, public, and/or
private systems, facilities, or operations resulting from activities undertaken or
authorized by the Selected Proposer(s) must be immediately remediated at the Selected
Proposer(s) s sole expense. If required by the City, the Selected Proposer(s)must prepare
and submit a mitigation and remediation plan. The plan must receive the written approval
of the City and be executed by the Selected Proposer(s).
o. Certain activities which may potentially impact City facilities and/or operations may
require that City employees or representatives monitor and coordinate such activities.
Accordingly, the Selected Proposer(s) shall be responsible for covering all costs incurred
as a result of such activities, including payment for costs incurred by the City in providing
County employees or representatives to monitor and coordinate the activities.
p. Conducting environmental review and assessments required by any authority having
jurisdiction over such matters including any and all studies and analyses required for such
review and assessments and for any remediation of the Site if required, at its sole expense
of the Selected Proposer(s).
q. Filing of Development Agreement or any other agreements awarded at the conclusion of
this procurement process, including payment of all recording fees.
29
RFP No. 2024-XX Section 1 Page 6 of 7
r. Paying any and all taxes associated with the development of the Project Site, including
but not limited to, ad valorem real estate taxes, that may be associated with the Project
and/or the Developer Improvements.
s. Submitting monthly status reports to the City regarding the Project development upon
award of Agreement(s). Frequency, subject matter and details covered in status reports
will be determined by the City and may be changed at any time at the discretion of the
City.
t. Commencing and completing construction of the Project in a timely manner in
accordance with the Agreement(s) or contract(s) to be awarded and all applicable rules,
regulations, ordinances, and standards required by the City and any other applicable
regulatory agency.
u. Prior to construction, ensuring that the Selected Proposer(s)’ designated Project Manager,
Contractors and/or Subcontractors, and any other employees and/or representatives of the
Selected Proposer(s) as the City may require, meet with City staff to provide relevant
information and to coordinate construction related activities. Upon commencement of
construction, such meetings will be required as frequently as deemed appropriate by the
City.
v. Participating in community outreach activities as requested by the City.
w. Obtaining bonding and/or guarantees or assurances of completion as required by law and
as acceptable to the City.
x. Obtaining all insurance coverages as required by the City.
y. Applying for and obtaining any zoning changes and/or any other land use planning
changes and/or waivers from the appropriate agency having jurisdiction. (The City does
not make or offer any representation or warranty that any such requested changes will be
granted.);
z. Obtaining any and all access permits from the state, county, City and/or any authority
having such jurisdiction.
aa. Vacating and/or obtaining appropriate releases of easements, rights-of-way, or any other
encumbrance to enable development of the Project Site.
2.3.1.The Project Site is being offered for development on an “as is” basis. The Proposer
is solely responsible for completing a comprehensive due diligence process
regarding the condition and suitability of the Project Site for development. . The
City disclaims all responsibility and liability for the completeness or accuracy of
any information that it provides.
2.3.2.The City does not make any type of representation or warranty, whatsoever,
regarding the condition of the Project Site, its suitability for the uses contemplated
by this RFP. . The Selected Proposer(s) shall be solely responsible for obtaining all
such approvals and permits and for resolving any objections to the proposed uses,
regardless of the source of such objections. Required development approvals may
30
RFP No. 2024-XX Section 1 Page 7 of 7
include, but are not limited to, rezoning of the Property and seeking a Future
Land Use Map (FLUM) amendment to the Property’s existing FLUM
designation. The City does not guarantee or represent, in any way, that it will
provide support or assistance to the Selected Proposer(s) in obtaining development
approvals or permits or resolving objections to the proposed uses, including but not
limited to, objections to such uses by community organizations, community
activists, elected City officials or officials charged with issuing such approvals and
permits.
END OF SECTION 2
31
RFP No. 2024-XX Section 3 Page 1 of 1
SECTION 3
PROPOSAL FORM PACKAGE
As provided in the RFP, the following items must be attached to this Proposal:
FORMS STATUS
Form 1 – Proposal Form Package Acknowledgement
Form 2. Proposal Guaranty/Proposal Bond
Form 3. Cost Recovery Agreement
32
RFP No. 2024-XX Section 3 – Form 1 –Page 1 of 2
FORM 1
PROPOSAL FORM PACKAGE ACKNOWLEDGEMENTS
I hereby propose to furnish the goods and services specified in the Request for Proposals, RFP No.
2024-XX. I agree that my Proposal will remain firm for a period of 180 days after opened by the
City in order to allow the City adequate time to evaluate the Proposal.
I certify that all information contained in this Proposal is truthful to the best of my knowledge and
belief. I further certify that I am duly authorized to submit this Proposal on behalf of the Firm
named as the Proposing Firm and that said Firm is ready, willing, and able to perform if awarded
the Agreement(s).
I further certify, under oath, that this Proposal is made without prior understanding, agreement,
connection, discussion, or collusion with any other person, firm or corporation submitting a
Proposal; no officer, employee or agent of the City of South Miami or any other Proposer has an
interest in said Proposal. Furthermore, I certify that the undersigned executed this Proposal Form
with full knowledge and understanding of matters therein contained and was duly authorized.
I further certify that the Proposer acknowledges receipt of all Addenda issued by the City in
connection with the RFP (Check the box next to each addendum received).
______ Addendum 1 Addendum 6
______ Addendum 2 Addendum 7
______ Addendum 3 Addendum 8
______ Addendum 4 Addendum 9
_______ Addendum 5 Addendum 10
Attached hereto are the following forms/documents which form a part of this Proposal:
Form 1.Proposal Form Package Acknowledgement.
Form 2.Proposal Guaranty
Form 3.Cost Recovery Agreement
33
RFP No. 2024-XX Section 3 – Form 1 –Page 2 of 2
FORM 1
PROPOSAL FORM PACKAGE ACKNOWLEDGEMENTS (CONTINUED)
___________________________________________
NAME OF PROPOSER FIRM
____________________________________________
SIGNATURE OF PROPOSER
____________________________________________
NAME & TITLE, TYPED OR PRINTED
MAILING ADDRESS
____________________________________________
____________________________________________
(____) ______________________________________
TELEPHONE NUMBER
State of Florida
County of
The foregoing instrument was acknowledged before me by means of physical presence or
online notarization, this day of , 20 , by
(name of person) as (type of authority) for
(name of party on behalf of whom instrument is executed).
Notary Public (Print, Stamp, or Type as
Commissioned)
Personally known to me; or
Produced identification (Type of Identification:
)
Did take an oath; or
Did not take an oath
34
RFP No. 2024-XX Section 3 – Form 2 –Page 2 of 2
FORM 2
PROPOSAL GUARANTY
KNOW ALL MEN BY THESE PRESENTS, that we,
as Principal and Proposer, and
hereinafter called Surety, are held and firmly bound unto the City of South Miami (hereinafter, the
“City”), a municipality within the State of Florida, and represented by its City Manager, for
payment in the sum of FIFTY THOUSAND DOLLARS ($50,000.00)lawful money of the
United States of America, which well and truly to be made, we bind ourselves, our heirs, executors,
administrators, successors, and assigns, jointly and severally by these presents.
WHEREAS, the Principal contemplates submitting or has submitted a Proposal to the City for the
redevelopment of the City Hall property located at 6130 Sunset Drive, South Miami, Florida
33143, with a profitable, large-scale, first-class multi-component, mixed-use development
featuring a new municipal complex, which is described in further detail in the Proposal and
solicitation, entitled:
REQUEST FOR PROPOSALS (RFP) NO. 2024-XX
SOUTH MIAMI CITY HALL
REDEVELOPMENT PROJECT
The Principal and Surety agree that the penal sum of the Proposal Guaranty is a liquidated damage
reasonably estimated to compensate the City for damages suffered as a result of the Principal’s
default, including, but not limited to, any damages resulting from delays and re-procurement costs.
Default of the Principal shall occur in the event that the Principal withdraws his or her Proposal
within 180 days after opening of proposals (or any extension thereof agreed to in writing by the
Principal and the City); or, after proper notification of award and intent to negotiate and/or enter
into such contract(s) from the City, fails to comply with all pre-award requirements set forth in the
RFP, and on that basis fails to enter into a written contract(s) with the City.
Payment under this Proposal Guaranty shall be due and payable to the City upon the default of the
Principal and within 30 days after receipt by the Principal and Surety of written notice of default
from the City, which notice shall be given with reasonable promptness, identifying this Proposal
Guaranty and the South Miami City Hall Redevelopment Project.
[SIGNATURE PAGE FOLLOWS]
35
RFP No. 2024-XX Section 3 – Form 2 –Page 2 of 2
IN WITNESS WHEREOF, the said as Principal herein, has caused
these presents to be signed in its name by its
and attested by its
under its corporate seal, and the said
as Surety herein, has caused these presents to be signed in its name by its
and attested in its name by its
under its corporate seal, this day of , 20___.
In the presence of: Signed, sealed and delivered by:
Witness #1 Print Name: Print Name:
Title:
Witness #2 Print Name: Principal/Firm:
In the presence of: Signed, sealed and delivered by:
Witness #1 Print Name: Attorney-In-Fact:
(Power of Attorney to be attached)
Witness #2 Print Name: Resident Agent
36
RFP No. 2024-XX Section 3 – Form 3 –Page 1 of 1
FORM 3
COST RECOVERY AGREEMENT
Proposer acknowledges and agrees that they shall submit a $7,500 cost recovery deposit with its proposal and that
such cost recovery deposit is non-refundable.
Proposer further acknowledges and agrees that, if selected for award by the City Commission, it shall be required to
submit an additional cost recovery deposit in an amount to be determined by the City Manager, but in no event less
than $50,000, to be applied to the City’s costs incurred in connection with implementing the award. Such cost recovery
deposit shall be due prior to negotiations and shall be replenished as necessary.
IN WITNESS WHEREOF, the said as Principal herein, has caused
these presents to be signed in its name by its
and attested by its
under its corporate seal, has caused these presents to be signed in its name by its
and attested in its
name by its under its
corporate seal, this day of , 20___.
In the presence of: Signed, sealed and delivered by:
Witness #1 Print Name: Print Name:
Title:
Witness #2 Print Name: Principal/Firm:
ACKNOWLEDGMENT
State of Florida
County of
The foregoing instrument was acknowledged before me by means of ☐physical presence or ☐online notarization,
this day of , 20 , by (name of person)
as (type of authority) for (name
of party on behalf of whom instrument is executed).
Notary Public (Print, Stamp, or Type as
Commissioned)
Personally known to me; or
Produced identification (Type of Identification:)
Did take an oath; or
Did not take an oath
37
RFP No. 2024-XX Section 4 Page 1 of 5
SECTION 4.
TERMS AND CONDITIONS
4.1.PURPOSE OF PROPOSAL.
The City requests proposals from qualified firms for the South Miami City Hall Redevelopment
Project (the “Project”), which Project includes the redevelopment and operation of a profitable,
large-scale, multi-component, and first-class mixed-use development featuring a new municipal
complex, as further detailed in the Scope of Services provided in Section 2 herein.
4.2.PROPOSAL COSTS.
Proposers submitting Proposal do so entirely at their own cost and expense. There is no expressed
or implied obligation by the City to reimburse any individual or firm for any costs or expenses
incurred in preparing or submitting Proposals, providing additional information when requested
by the City, or for participating in any selection interviews or oral presentations.
4.3.LICENSES AND PERMITS.
Proposer shall secure any and all necessary and required licenses, certifications and permits to
implement the Project, including, but not limited to, all Federal, State, County and City licenses
and permits. All Proposers must provide the necessary documentation to demonstrate that they
meet all applicable licensing and permitting requirements.
By submitting a Proposal in response to this RFP, Proposer represents and warrants to the City
that it holds all licenses, certifications and permits (“Licenses”) required by applicable law and by
any other governmental authority or agency to implement the Project. Proposer represents and
warrants to the City that the Licenses shall be in full force and effect on the date of performance
and further represents that it holds and will hold all Licenses throughout the term of the
Agreement(s). Proposer shall provide the City with copies of all Licenses and any additional
permits that may be required for implementation of the Project with its Proposal and during the
term of the Agreement.
Where the Proposer is required to enter onto City property, public rights-of-way or other property
to deliver equipment or to perform work as a result of a Proposal award, the Proposer will assume
the full duty, obligation and expense of obtaining all necessary approvals, licenses, permits,
inspections and insurance required. The Proposer shall be liable for any damages or loss to the
City property, or other property or persons, occasioned by the acts or omissions, or the negligence
of the Proposer (or their agent) or any person the Proposer has designated in the performance of
the work, as a result of the Proposal.
4.4.INSURANCE.
4.4.1.If selected, the Proposer shall secure and maintain throughout the duration of the
awarded contract insurance of such types and in such amounts not less than those
specified below as satisfactory to City, naming the City as an Additional Insured,
underwritten by a firm rated A-X or better by A.M. Best and qualified to do business
in the State of Florida. The insurance coverage shall be primary insurance with respect
to the City, its officials, employees, agents and volunteers naming the City as
additional insured. Any insurance maintained by the City shall be in excess of the
38
RFP No. 2024-XX Section 4 Page 2 of 5
Proposer’s insurance and shall not contribute to the Proposer’s insurance. The
insurance coverages shall include at a minimum the amounts set forth in this section
and may be increased by the City as it deems necessary or prudent. Copies of
Proposer’s actual Insurance Policies as required herein and Certificates of Insurance
shall be provided to the City, reflecting the City as an Additional Insured. Each Policy
and certificate shall include no less than (30) thirty-day advance written notice to City
prior to cancellation, termination, or material alteration of said policies or insurance.
All coverage forms must be primary and non-contributory and the Proposer shall
provide a waiver of subrogation for the benefit of the City. The Proposer shall be
responsible for assuring that the insurance policies and certificates required by this
Section remain in full force and effect for the duration of the Agreement(s).
4.4.1.1.Commercial General Liability coverage with limits of liability of not less
than a $1,000,000 per Occurrence combined single limit for Bodily Injury and
Property Damage. This Liability Insurance shall also include Completed
Operations and Product Liability coverages and eliminate the exclusion with
respect to property under the care, custody and control of Proposer or its
contractor. The General Aggregate Liability limit and the Products/Completed
Operations Liability Aggregate limit shall be in the amount of $2,000,000 each.
4.4.1.2.Workers Compensation and Employer’s Liability insurance, to apply for all
employees for statutory limits as required by applicable State and Federal laws.
The policy(ies) must include Employer’s Liability with minimum limits of
$1,000,000.00 each accident. No employee, subcontractor or agent of the
Proposer or its contractor shall be allowed to provide any services pursuant to
this RFP who is not covered by Worker’s Compensation insurance.
4.4.1.3.Business Automobile Liability with minimum limits of $1,000,000.00 per
Occurrence, combined single limit for Bodily Injury and Property Damage.
Coverage must be afforded on a form no more restrictive than the latest edition
of the Business Automobile Liability policy, without restrictive endorsements,
as filed by the Insurance Service Office, and must include Owned, Hired, and
Non-Owned Vehicles.
4.4.1.4.Professional Liability Insurance in an amount of not less than Two Million
Dollars ($2,000,000.00) per occurrence, single limit.
4.4.2.The Proposer agrees to indemnify, defend and hold harmless the City from and
against any and all claims, suits, judgments, losses, damages, executions and/or
liabilities as to bodily injuries and/or property damage which arise or grow out of the
Agreement or this RFP.
4.4.3.The Proposer shall also, upon request by the City, provide copies of all official
receipts and endorsements as verification of Contractor's timely payment of each
insurance policy premium as required by the Agreement.
4.4.4.THE CITY MAY REQUIRE HIGHER LIMITS OF INSURANCE AND/OR
ADDITIONAL COVERAGES IF DEEMED NECESSARY.
39
RFP No. 2024-XX Section 4 Page 3 of 5
4.5.BONDS. The selected Proposer must, prior to performing any portion of the Project and
within three (3) days of the Effective Date of the Construction Contract, deliver to the City
the Bonds required to be provided by Proposer hereunder and the Construction Contract
(collectively, the “Bonds”). The City, in its sole and exclusive discretion, may also require
other bonds or security, in order to guaranty that the awarded contract with the City will
be fully and appropriately performed and completed. The surety providing such Bonds
must be licensed, authorized, and admitted to do business in the State of Florida and must
be listed in the Federal Register (Dept. of Treasury, Circular 570). The cost of the
premiums for such Bonds shall be included in the contract price. If notice of any change
affecting the scope of services/work, the contract price, contract time, or any of the
provisions of the Construction Contract is required by the provisions of any bond to be
given to a surety, the giving of any such notice shall be the selected Contractor’s sole
responsibility, and the amount of each applicable bond shall be adjusted accordingly. If
the surety is declared bankrupt or becomes insolvent or its right to do business in Florida
is terminated or it ceases to meet applicable law or regulations, the selected Contractor
shall, within five (5) days of any such event, substitute another bond (or Bonds as
applicable) and surety, all of which must be satisfactory to the City.
4.5.1.Performance Bond.If this provision is selected, the selected Proposer must deliver
to the City a performance bond in an amount equal to 100 percent of the price
specified in the contract. The performance bond shall provide that the bonding
company will complete the project if the selected Proposer defaults on the contract
with the City by failing to perform the contract in the time and manner provided for
in the contract.
4.5.2.Payment Bond.If this provision is selected, the selected Proposer must deliver to the
City a payment bond in an amount equal to 100 percent of the price specified in the
contract. The payment bond shall provide that the bonding company or surety will
promptly pay all persons who supply labor, materials, or supplies used directly or
indirectly in the performance of the work provided for in the contract between the
selected Proposer and the City if the selected Proposer fails to make any required
payments only.
4.5.3.Additional Bonds, Security or Guarantees. The City, in its sole and absolute
discretion, reserves the right to require additional forms of security for all obligations
under the Agreement(s), including additional bonds, security, and/or guarantees of
performance and payment, and as may be required by any lender providing financing
for the Project.
4.6.COMPLIANCE WITH LAW AND OTHER REQUIREMENTS.
Proposer shall conduct its operations in compliance with all applicable federal, State, County and
City laws and regulations in providing the services for the Project required by this RFP.
4.7.ASSIGNMENT.
The Proposer shall not transfer or assign the performance of its obligations for the Project required
by this RFP and the Agreement(s) without the City’s prior written consent. Any award issued
pursuant to this RFP and monies which may be payable by the City, are not assignable except with
the City’s prior written approval.
40
RFP No. 2024-XX Section 4 Page 4 of 5
4.8.ATTORNEY’S FEES.
If the City incurs any expense in enforcing the terms of the Agreement(s), whether suit be brought
or not, the Proposer agrees to pay all such costs and expenses including, but not limited to, court
costs, interest and reasonable attorney’s fees.
4.9.PROPOSER’S RELATION TO THE CITY.
It is expressly agreed and understood that the Proposer is in all respects an independent contractor
as to all aspects of the Project hereunder, and that the Proposer is in no respect an agent, servant
or employee of the City. This RFP specifies the work and servicesto be performed by the Proposer
for the Project, but the method to be employed to accomplish the work or services shall be the
responsibility of the Proposer, unless otherwise provided in the Agreement(s) or by the City.
4.10.DISCRIMINATORY PRACTICES.
The Proposer and its contractors shall not discriminate or deny service, deny access, or deny
employment to any person on the basis of race, color, creed, sex, sexual orientation, religion or
national origin. The Proposer will strictly adhere to the equal employment opportunity
requirements and any applicable requirements established by the State of Florida or the Federal
Government.
4.11.CANCELLATION.
Failure on the part of the Proposer and its contractors to comply with the conditions, specifications,
requirements and terms as determined by the City, shall be just cause for cancellation of the award,
with the Proposer holding the City harmless.
4.12.INDEMNIFICATION.
The Proposer shall indemnify, save harmless and defend the City, its officers, agents and
employees from and against any claims, demands or causes of action of whatsoever kind or nature
arising out of any act, error, omission, negligent act, conduct or misconduct of the Proposer, its
agents, servants or employees, in connection with all aspects of the Project pursuant to this RFP
and/or from any procurement decision of the City including without limitation, awarding the
Agreement(s) to a Proposer.
4.13.MULTIPLE /OTHER VENDORS.
The City reserves the right to select and award multiple Proposers to provide one, some or all of
the Project. If the selected contractors are unavailable, the City reserves the right to seek and
obtain other sources.
4.14.PUBLIC ENTITY CRIME/DISQUALIFICATION.
Pursuant to Section 287.133(3)(a), Florida Statute, all Proposers are advised as follows:
“A person or affiliate who has been placed on the convicted vendor list following a conviction for
a public entity crime may not submit a Proposal on a contract to provide any goods or services to
41
RFP No. 2024-XX Section 4 Page 5 of 5
a public entity, may not submit a Proposal on a contract with a public entity for the construction
or repair of a public building or public work, may not submit proposals on leases of real property
to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or
consultant under a contract with any public entity, and may not transact business with any public
entity and may not transact business with any public entity in excess of the threshold amount
provided in s.287.017 for CATEGORY TWO for a period of 36 months from the date of being
placed on the convicted vendor list.”
4.15.NO CONTINGENCY FEE.
Proposer shall warrant that it has not employed or retained any company or person, other than a
bona fide employee working solely for the Proposer, to solicit or secure the Agreement(s) and that
it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a
bona fide employee working solely for the Proposer, any fee, commission, percentage, gift or other
consideration contingent upon or resulting from the award or making the Agreement(s). For the
breach or violation of this provision, the City shall have the right to terminate the Agreement(s),
without liability, at its discretion.
4.16.PUBLIC RECORDS; CONFIDENTIALITY.
Proposers are hereby notified that all information submitted as part of or in support of Proposal
submitted pursuant to this RFP are public records subject to public disclosure in accordance with
Chapter 119, Florida Statutes, unless specifically exempted under State Law. If there is any
apparent conflict between Florida’s Public Records Law and this RFP, Florida Law will govern
and prevail.
All Proposals submitted in response to this RFP shall become the property of the City. Unless the
information submitted is proprietary, copyrighted, trademarked, or patented, the City reserves the
right to utilize any or all information, ideas, conceptions, or portions of any Proposal in its best
interest. Acceptance or rejection of any Proposal shall not nullify the City’s rights hereunder.
Notice Pursuant to Section 119.0701(2)(a), Florida Statutes. IF THE
PROPOSER HAS QUESTIONS REGARDING THE APPLICATION OF
CHAPTER 119, FLORIDA STATUTES, TO THE PROPOSER’S DUTY TO
PROVIDE PUBLIC RECORDS RELATING TO THIS SOLICITATION,
CONTACT THE CUSTODIAN OF PUBLIC RECORDS:
Custodian of Records:Nkenga “Nikki” Payne, CMC, FCRM
Mailing address:6130 Sunset Drive
South Miami, FL 33143
Telephone number:305-663-6340
Email:NPayne@southmiamifl.gov
END OF SECTION 4
42
RFP No. 2024-XX Exhibit “A” Page 1 of 1
EXHIBIT “A”
List of Potential Agreements
1. Ground Lease Agreement(s)
2. Master Development Agreement
3. Covenant in Lieu of Unity of Title
4. Easement and Operating Agreement(s)
5. Maintenance and Operation Agreement(s)
43
RFP No. 2024-XX Exhibit “B” Page 1 of 5
EXHIBIT “B”
FORM OF PAYMENT AND PERFORMANCE BONDS
PAYMENT BOND
BY THIS BOND, we, , as
Principal, (the “Contractor”) and , as
Surety, are bound to the City of South Miami (the “City”), as Obligee, in the amount of
Dollars ($) for the payment whereof Contractor and Surety
bind themselves, their heirs, executors, administrators, successors and assigns, jointly and
severally.
WHEREAS, Contractor has by written agreement entered into a Contract pursuant to RFP
No. 2024-XX, which was awarded on , 2024, pursuant to Resolution
No. , with the City, which contract documents are by reference incorporated herein and made
a part hereof, and specifically include provision for liquidated and other damages, and for the
purpose of this Bond are referred to as the “Contract.”
NOW, THEREFORE, THE CONDITION OF THIS PAYMENT BOND/OBLIGATION
are that if Contractor shall promptly make payment to all claimants, as herein below defined, then
this obligation shall be void; otherwise, this Bond shall remain in full force and effect, subject to
the following terms and conditions:
1. Aclaimantis definedasanypersonsupplyingthePrincipalwithlabor,materialandsupplies,
useddirectlyorindirectlybythesaidPrincipaloranysubcontractorin theprosecutionofthe
workprovidedforinsaidContract,andisfurtherdefinedinSection255.05(1)oftheFlorida
Statutes; and
2. TheabovenamedPrincipalandSuretyherebyjointlyandseverallyagreewiththeOwnerthat
every claimant as herein defined, who has not been paid in full before the expiration of a
period of ninety (90) days after performance of the labor or after complete delivery of
materials and supplies bysuch claimant, maysue on this Bond for the use of such claimant,
prosecutethesuit to finaljudgmentforsuchsum or sums asmaybejustlydueclaimant,and
have execution thereon. The Owner shall not be liable for the payment of any costs or
expenses of anysuch suit; and
3. No suit or action shall be commenced hereunder byany claimant:
a. Unless claimant, other than one having a direct contract with the Principal, shall
within forty-five (45) days afterbeginning to furnish labor, materialsor supplies for
theprosecutionofthework,furnishthePrincipalwithanoticethatheintendstolook
to this bond for protection;
b. Unless claimant, other than one having a direct contract with the Principal, shall
within ninety (90) days after such claimant's performance of the labor or complete
delivery of materials and supplies, deliver to the Principal written notice of the
performance of such labor or delivery of such material and supplies and the
nonpayment therefore;
c. Afterthe expiration of one (1) yearfrom the performanceofthe labororcompletion
of delivery of the materials and supplies; it being understood, however, that if any
44
RFP No. 2024-XX Exhibit “B” Page 2 of 5
limitation embodied in this Bond is prohibited by any law controlling the
constructionhereofsuchlimitationsshallbedeemedto beamendedsoastobeequal
to the minimum period of limitation permitted bysuch law;
d. Other than in a state court of competent jurisdiction in and for the county or other
political subdivision of the state in which the project, or any part thereof, is
situated, orin the UnitedStatesDistrictCourt forthedistrict in whichtheproject,or
any part thereof, is situated, and not elsewhere.
4. ThePrincipalandtheSuretyjointlyandseverally,shall repaytheOwneranysum whichthe
Owner maybe compelled to paybecauseof anylien forlabor or materials furnished forany
work included in or provided bysaid Contract.
5. The Surety, for value received, hereby stipulates and agrees that no change, extension of
time, alteration of or addition to the terms of the Contract or to the work to be performed
thereunder or the Specifications applicable thereto shall in anywayaffect its obligations on
this Bond, and the Surety hereby waives notice of any such change, extension of time,
alterationsoforadditiontothetermsoftheContract,ortotheworkortotheSpecifications.
6. The Suretyrepresents and warrants to the Ownerthattheyhave a Best's KeyRating Guide
General Policyholder's rating of "" and Financial Category of "Class
”.
IN WITNESS WHEREOF, the above bounded parties executed this instrument under their several
seals, this day of 2024, A.D., the name and corporate
seal of each corporate party being hereto affixed and these presents duly signed by its undersigned
representative, pursuant to authority of its governing body.
WITNESS: If Sole Ownership or Partnership, two (2) Witnesses Required; If Corporation,
Secretary Only will attest and affix seal.
FOR THE CONTRACTOR:
WITNESS:
Secretary Name of Corporation
By:
(Affix Corporate Seal)Print Name:
Title:
FOR THE SURETY:
WITNESS:
Agent and Attorney-in-Fact
Print Name:
Title:
Address:
Telephone:
45
RFP No. 2024-XX Exhibit “B” Page 3 of 5
CERTIFICATE AS TO CORPORATE PRINCIPAL
I,, certify that I am the Secretary of the Corporation named as Principal in the
within Bond; that who signed the said bond on behalf of the Principal, was then
of said Corporation; that I know his/her signature, and his/her signature
hereto is genuine; and that said bond was duly signed, sealed, and attested for and in behalf of said
Corporation by authority of its governing body.
(Affix Corporate Seal)
Corporate Secretary
In the presence of: Signed, sealed and delivered by:
Witness #1 Print Name: Print Name:
Title:
Witness #2 Print Name: Firm:
State of Florida
County of
Before me, a Notary Public, duly commissioned, qualified and acting, appeared
by means of physical presence or online notarization who being byme first
dulysworn upon oath, says that s/he is the Attorney-in-Fact,forthe
and thats/hehasbeenauthorizedby to execute the foregoing bond
onbehalf of the Contractor named therein in favor of the City of Miami Springs, Florida
Sworn and subscribed to before me this day of , 20 .
Notary Public (Print, Stamp, or Type as
Commissioned)
Personally known to me; or
Produced identification (Type of Identification:
)
Did take an oath; or
Did not take an oath
(Attach Power of Attorney)
46
RFP No. 2024-XX Exhibit “B” Page 4 of 5
PERFORMANCE BOND
BY THIS BOND, we, , as
Principal, (the “Contractor”) and , as
Surety, are bound to the City of South Miami (the “City”), as Obligee, in the amount of
Dollars ($) for the payment whereof Contractor and Surety
bind themselves, their heirs, executors, administrators, successors and assigns, jointly and
severally.
WHEREAS, Contractor has by written agreement entered into Contract RFP No. 2024-
XX, awarded on , 2024, pursuant to Resolution No. , with
the City, which contract documents are by reference incorporated herein and made a part hereof,
and specifically include provision for liquidated and other damages, and for the purpose of this
Bond are referred to as the “Contract.”
NOW, THEREFORE, THE CONDITION OF THIS PERFORMANCE BOND is that if
Contractor:
7. Performs the Contract between Contractor and City for the services defined in the Contract,
the Contract being made a part of this Bond by reference, at the times and in the manner
prescribed in the Contract; and
8. Pays the City all losses, damages, liquidated damages, expenses, costs, and any and all
attorney’s fees, including for appellate proceedings, that the City sustains as a result of
default by Contractor under the Contract; and
9. Performs the guarantee of all work and materials furnished under the Contract for the time
specified in the Contract, THEN THIS BOND WILL BE VOID. OTHERWISE, IT WILL
REMAIN IN FULL FORCE AND EFFECT SUBJECT, HOWEVER, TO THE
FOLLOWING CONDITIONS:
10. Whenever Contractor is, and declared by the City to be, in default under the Contract, the
City having performed the City’s obligations, the Surety may promptly remedy the default
or will promptly:
a. Complete the services defined in the Contract in accordance with the terms and
conditions of the Contract; or
b. Obtain a Proposal or proposals for completing the services defined in the Contract
in accordance with the terms and conditions of the Contract, and upon
determination by Surety of the Responsible Proposer, or if the City elects, upon
determination by the City and Surety jointly of the Responsible Proposer, arrange
for a contract between such Proposer and the City, and make available as work
progresses (even though there should be a default or a succession of defaults under
the Contract of completion arranged under this paragraph) sufficient funds to pay
the cost of completion less the balance of the Contract Price, but not exceeding,
including other costs and damages for which the Surety may be liable hereunder,
the amount set forth in the first paragraph hereof. The term “balance of the Contract
Price,” as used in this paragraph, will mean the total amount payable by the City to
Contractor under the Contract and any amendments thereto, less the amount
properly paid by the City to Contractor.
47
RFP No. 2024-XX Exhibit “B” Page 5 of 5
IT IS FURTHER AGREED THAT no right of action will accrue on this Bond to or for the
use of any person or corporation other than the City; and
IT IS FURTHER AGREED THAT the Surety hereby waives notice of and agrees that any
changes in or under the Contract and compliance or noncompliance with any formalities connected
with the Contract or the changes does not affect Surety’s obligations under this Bond.
Signed and sealed this day of , 20 .
FOR THE CONTRACTOR:
WITNESS:
Secretary Name of Corporation
By:
(Affix Corporate Seal)Print Name:
Title:
FOR THE SURETY:
WITNESS:
Agent and Attorney-in-Fact
Print Name:
Title:
Address:
Telephone:
48