Loading...
20140127 SCM AgendaI --. --. sl -.-,..-, 1915.2015 MIAMIBEACH Special Gity Commission Meeting City Hall, Commission Chambers, 3rd Floor, 1700 Convention Center Drive January 27,2015 Mayor Philip Levine Vice-Mayor Joy Malakoff Commissioner Michael Grieco Commissioner Micky Steinberg Commissioner Edward L. Tobin Commissioner Deede Weithorn Comm issioner Jonah Wolfson City Manager Jimmy L. Morales City Attorney Raul J. Aguila City Clerk Rafael E. Granado Visff us at www.miamibeachfl.gov for agendas and video streaming of City Commission Meetings. ATTENTION ALL LOBBYISTS Chapter 2, Article Vll, Division 3 of the Gity Code of Miami Beach, entitled "Lobbyists," requires the registration of all Iobbyists with the City Clerk prior to engaging in any lobbying activity with the City Commission, any City Board or Committee, or any personnel as defined in the subject Gode sections. Gopies of the City Code sections on lobbyists laws are available in the Office of the City Clerk. Questions regarding the provisions of the Code should be directed to the Office of the City Attorney. To request this material in alternate format, sign language interpreter (five-day notice required), information on access for persons with disabilities, and/or any accommodation to review any document or participate in any city-sponsored proceedings, call 305.604.2489 and select 1 for English or 2 for Spanish, then option 6;ffY users may call via 711 (Florida Relay Service). ln order to ensure adequate public consideration, if necessary, the Mayor and City Commission may move any agenda item to an alternate meeting date. ln addition, the Mayor and City Commission may, at their discretion, adjourn the Commission Meeting without reaching all agenda items. AGENDA Call to Order - 4:00 p.m. Pledge of Allegiance Requests for Additions, Withdrawals, and Deferrals 1. 2. 3. We are committed to providing excellent public service and safety to all who live, work, and play in our vibrant, tropical, historic community 1 Commission Agenda, January 27,2015 SCM REGULAR AGENDA R2 - Gompetitive Bid Reports R2A Request For Approval To lssue Request For Proposals (RFP) No. 2015-103-ME, For The Development Of A Convention Headquarter Hotel Adjacent To The Miami Beach Convention Center. (Office of the City Manager) R7 - Resolutions R7A A Resolution Approving Addendum No. 4 To Request For Proposals No. 2014-294-ME, For Design/Builder Services For The Miami Beach Convention Center Renovation And Expansion Project (Project). (Office of the City Manager) End of Reqular Aqenda 2 r.e..f. I---. --l:x- City of Miomi Beoch, I 200 Convention Center Drive, Miomi Beoch, Florido 33139, www.miomibeochfl.gov COMMISSION MEMORANDUM TO:Mayor Philip Levine and Members Df the City FROM: Jimmy L. Morales, City Manager DATE: January 21,2015 SUBJECT: Updated Request to Hold a Meeting of the City Commission Pursuant to 2.04 of the City Charter, I hereby request that a Special Meeting of the City Commission be called in the Commission Chambers, Third Floor, City Hall, 1700 Convention center Drive, Miami Beach, Florida, for Tuesday, January 27, 201s at 4:00 p.m. for the following purpose: . Approval of the Headquarter Hotel Request for Proposal (RFP).. Approval of an Addendum to the Miami Beach Convention Center Design Builder Request for Proposal (RFP). JLM / MH 3 r-,.), -.-\.t-I City of Miomi Beoch, ,l700 Convention Center Drive, Miomi Beoch, Florido 33,l39, www.miomibeochfl.gov COMMISSION MEMORANDUM TO:Mayor Philip Levine and Members oflthe City C/lpmission FROM: Jimmy L. Morales, City Manager DATE: January 12,2015 SUBJECT: Request to Hold a Special Meetinglof the City Commission Pursuant to 2.04 of the City Charter, I hereby request that a Special Meeting of the City Commission be called for Tuesday, January 27,2015 at 4:00 p.m. for the following purpose: . Approval of the Headquarter Hotel Request for Proposal (RFp). JLM / MH 4 R2 COMPETITIVE BID REPORTS 5 COMMISSION ITEM SUMMARY Condensed Title: Request For Approval To lssue Request For Proposals (RFP) No.2015-103-ME, For The Of A Convention Headouarter Hotel nt To The Miami Beach Convention Center. Item Su mmary/Recommendation : On December '18, 2014, the Mayor and City Commission adopted Resolution No. 2014-28885 directing the Administration to prepare a Request for Proposal and a proposed lease for an 800 room headquarter hotel located within the Convention Center Campus / District. A draft of RFP No.2015- 103-ME (the RFP) is attached as Exhibit "A". KEY RFP REQUIREMENTS 1) HOTEL PROJECT REQUIREMENTS: Please reference item 4, Section 00100 of the RFP (page 4). 2) MINIMUM QUALIFICATIONS: Please reference item 9, Section 00100 of the RFP (page 10). 3) EVALUATION PROCESS: Please reference Section 0300 of the RFP (page 23). 4) PROPOSAL SUBMISSION REQUIREMENTS: Please reference Section 0400, RFP 2015-103-ME (page 25). RECOMMENDATION The Administration recommends that the Mayor and City Commission authorize the issuance of Request for Proposals No. 2015-103-ME for the development of a Convention Headquarter Hotel adjacent to the Miami Beach Convention Center. lmprove alliance with key business sectors, namely hospitality, arts & international business with a focus on enhanced culture, entertainment & tourism. Supporting Data (Surveys, Environmental Scan, etc.): N/A Financial I nformation : Source of Funds: Amount Account 1 2 3 OBPI Tota! Financial lmpact Summary: Clerk's Office Maria Hernandez, Extension 7284 -27-1 s\Hotel RFP\SUMMARY - AGENDA fiEil flA AMIAMIBEACHDATE ,-E 7- IS6 r915.2015 MIAMIBEACH City of Miomi Beoch, 1700 Convention Center Drive, Miomi Beoch, Florido 33,l39, www.miomibeochfl.gov COMMISSION MEMORANDUM TO:Mayor Philip Levine and Members the City FROM: Jimmy L. Morales, City Manager DATE: January 27,2015 SUBJECT: REQUEST FOR APPROVAL TO I REQUEST FOR PROPOSALS (RFP) NO. 2015.103.ME, FOR THE DEVELOPMENT OF A CONVENTION HEADQUARTER HOTEL ADJACENT TO THE MIAMI BEACH CONVENTION CENTER. ADMINISTRATION RECOMMEN DATION Adopt the Resolution. KEY INTENDED OUTCOME lmprove alliance with key business sectors, namely hospitality, arts & international business with a focus on enhanced culture, entertainment & tourism. BACKGROUND On September 10, 2014, the City Commission directed the Administration to prepare a traffic study related to the development of a convention center headquarter hotel on the City Commission approved site at the corner of 17th Street and Convention Center Drive, behind the Fillmore Theater (Refer to Exhibit A). ln addition, the City Commission requested the Administration prepare a schedule for the potential procurement of a hotel developer. The proposed leasing of the City-owned hotel site to a private developer will require a referendum with 60% voter approval. On October 22, 2014, staff presented a schedule based on two election scenarios, and ultimately recommended the November 2015 date, which does not require a special election. The Commission emphasized that the traffic study should be completed before a decision to move fonruard with the hotel developer procurement process could be made. A discussion item was referred to the Land Use and Development Committee and the Planning Board to review building parking requirements and height restrictions for the CCC District. On December 18, 2014 the Mayor and City Commission adopted on first reading an Ordinance modifying parking requirements for convention halls and convention hotels in the CCC (Civic and Convention Center) District by lowering the Convention Hotel parking requirements to 0.4 spaces per unit, and increasing the height limit to 300 feet for hotels in the CCC District. Ordinance No. 2015-3919 was adopted at the January 14,2015 Commission Meeting. 7 Convention Center Headquarler Hotel RFP January 27, 201 5 Page 2 On December 18, 2014, the Mayor and City Commission adopted Resolution No. 2014-28885 directing the Administration to prepare a Request for Proposal and a proposed lease for an 800 room headquarter hotel located within the Convention Center Campus / District. A draft of RFP No. 2015-103-ME (the RFP) is attached as Exhibit "A". KEY RFP REQUIREMENTS 1. HOTEL PROJECT REQUIREMENTS Please reference item 4, Section 00100 of the RFP (page 4). 2. MINIMUM QUALIFICATIONS Please reference item 9, Section 00100 of the RFP (page 10). 3. EVALUATION PROCESS Please reference Section 0300 of the RFP (page 23). 4, PROPOSAL SUBMISSION REQUIREMENTS Please reference Section 0400, RFP 2015-103-ME (page 25). TIMETABLE lssuance of RFP January 29,2015 lssuance of Addendum with Form of Development and Ground Lease Aoreement February 18,2015 Pre-Submittal Meetinq February 26,2015 at 2:00 pm local time Deadline for Receipt of Questions March 30,2015 at 5:00 pm local time Prooosal Due April 10,2015 at 3:00 pm local time Selection Committee lnterview/Rankino Mav 7,2015 Commission Approval Selection Mav 20,2015 Commission Approval of Referendum Language and Development and Ground Lease Aqreement July 27,2015 Lease Referendum November 3. 2015 CONCLUSION The Administration recommends that the Mayor and City Commission authorize the issuance of Request for Proposals No. 2015-103-ME for the development of a Convention Headquarter Hotel adjacent to the Miami Beach Convention Center. Attachments: Exhibit A: Request for Proposals (RFP) No. 2015-103-ME (Draft) JLM/MT/MH/AD T:\AGENDA\201S\JanuaMMBCC - Special Commission Meeting 1-27-1s\Hotel RFP\MEMO - Approval to issue MBCC Hotel RFP 2015-103-ME - Final with JS Edit.docx 8 EXHIBIT A Preliminory Droft 1 /23/ 1 5 REQUEST FOR PROPOSALS FOR THE DEVELOPMENT OF A CONVENTION HEADQUARTER HOTEL ADJACENT TO THE MIAMI BEACH CONVENTION CENTER RFP No. 2015-103-ME RFP ISSUANCE DATE:JANUARY 29,2015 P RE- P Ro Po SA L M E ET I N G DATE : t E B_BUABL2.0-a0I5AI 2 : Q0 Il4!Q QA Lf lM E PROP0SAL DUE DATE:APBIL 10, 2015 AJ 3:00 PM LoCAL_TIME ISSUED BY: AAIAATIBEACH Maria Estevez, Assisfanf Director DEPARTMENI OF PROCUREMENI MANAGEMENT 1700 Convention Center Drive, Miami Beach, FL 33139 305.673.7000 x 7490 | MariaEstevez@miamibeachfl .gov www.miamibeachfl.gov I I RFP 20rs-rO3-ME 9 Prelrmirrory Droft 1 /23/ 1 5 TABLE OF CONTENTS PAGE 00100. INSTRUCTIONS TO PROPOSERS:............ .............4 00200. BACKGROUND:......... .........17 00300. EVALUATTON PROCESS............... ......22 OO4OO. PROPOSAL SUBMISSION REQUIREMENTS .......24 APPENDIXES: A. PROPOSAL CERTIFICATION, QUESTIONNAIRE & REQUIREMENTS AFFIDAVIT B. SITE DIAGRAM C. MIAMI BEACH STR MARKET DATA D. MBCC EVENTS AND ATTENDANCE E. PROPOSED HOTEL PROGRAM AREAS FORM 2 I RFP 20r5-r03-ME 10 Preliminory Drolt 1 /23/ 1 5 # MIAAAIBEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov DEPARTMENT OF PROCUREMENT MANAGEMENT Tel: 305.673.7 490, Fax: 786.394.4006 PUBLIC NOTICE REQUEST FOR PROPOSALS (RFP) No. 2015 _ (the "RFP") FOR THE DEVELOPMENT OF A CONVENTION HEADQUARTER HOTEL ADJACENT T0 THE MIAMTBEACH CONVENTTON CENTER (THE',PROJECT") MiamiBeach, Florida The City is seeking proposals from capable developers interested in submitting a proposal for the leasing of a City of Miami Beach-owned site adjacent to the Miami Beach Convention Center for the development of an 800-room convention headquarter hotel and other improvements as further described herein. A Non-Mandatory Pre-Proposal Conference is scheduled for February 26,2015 at 2:00 pm local time at the following location: Miami Beach Convention Center 1901 Convention Center Drive Miami Beach, Florida 33139 Attendance (in person or via telephone) to this meeting is not mandatory but strongly encouraged. Proposers interested in participating in the meeting via telephone must follow these steps: Web Address: https://global.gotomeeting.com/join/505 1 39557 To join the conference call: Dial +1 (773)897-3000 Access Code: 505-1 39-557 Sealed proposals in response to this RFP must be received by the City of Miami Beach Department of Procurement Management, 3rd Floor, 1700 Convention Center Drive, Miami Beach, Florida 33139, by April 10, 2015 at 3:00 pm local time. Sincerely,*{ .?'t-* i Alex Denis Director, Procurement Management Department 3 | RFP 20r5-rO3-ME 11 1. P'elrminory Droft ) i 231 15 ()()1()(). INSTRUCTIONS TO PROPOSERS: General. This Request for Proposals (RFP) is issued by the City of Miami Beach, Florida (the "City") as the means for prospective proposers ("Proposers") to submit their qualifications, approach, conceptual design, and financial and other terms for the City's consideration, with respect to the leasing of the 2.65 acre City -owned site adjacent to the Miami Beach Convention Center ("MBCC'), as depicted in Appendix B to this RFP (the "Hotel Site"), for the development, design, construction, and operation of a full-service convention headquarter hotel with approximately (but not-to-exceed) 800 hotel rooms and related improvements ("Hotel"), including the design, construction and operation of an enclosed overhead pedestrian walkway connecting the Hotel and the MBCC ("Skybridge"), as each is more fully described in Section 3 below (collectively, the "Hotel Project"). All documents released in connection with this RFP, including all appendixes and addenda, whether included herein or released under separate cover, comprise the solicitation, and are complementary to one another and, together, establish the complete terms, conditions and obligations of the Proposers and, subsequently, the successfulPropose(s), if this RFP results in an award. The successfulProposerthatenters into a Development and Ground Lease Agreement ("Lease") with the City pursuant to this RFP shall be referred to herein as the "Developer." Public Participation. The role of the public sector in the Hotel Project will be limited to the leasing of the Hotel Site at a market rate. The City shall not provide, nor should Proposers rely on, any public funding or public financing for the Hotel Project. ln the event a Propose/s approach or business model contemplates the use of MBCC meeting rooms or other space, any use of such MBCC space by the Proposer shall be at the MBCC's prevailing/market rates and subject to availability. Voter Referendum Required: Pursuant to Section 1.03(bX3) of the City Charter, the lease of the Hotel Site for a term of 10 years or greater is subject to approval by vote of at least 60% of the voters voting thereon in a City- wide a referendum ("Referendum"). The City anticipates placing the Referendum question on the ballot for the November 3, 2015 general election, provided the Lease between the City and the Developer is finalized on or before July 27,2015, in advance of the pertinent Miami-Dade County election deadlines relaied to submission of ballot questions, The Lease shall be contingent upon voter approval in accordance with the City Charter. ln the event the Referendum is not successful, the Lease shall be null and void. Hote! Proiect Requirements: The Hotel Project shall include the following minimum requirements: The Hotel must include approximately, but no more than, 800 separately keyed sleeping rooms capable of individual rental on a day-to-day overnight basis to hotel patrons and guests; conference space for meetings and other events, including ballroom and breakout rooms; kitchen facilities used for room service and serving conference and meeting rooms; food and beverage operations of a size consistent with other food and beverage or restaurant facilities at comparable convention hotels with a 4-diamond rating from the American Automobile Association; at least one non-specialty retail facility which may consist of a sundry and/or coffee shop selling products such as newspapers, coffee, overnight supplies and travel necessities; and a pool, fitness center and spa. The Proposers may propose for the Hotel to include other elements or operations (other than the prohibited uses specified below), provided all such elements or operations shall be subject to City approval at the City's sole discretion. ln accordance with the City's Land Development Regulations, the Hotel must include on-site a minimum of 0.4 parking spaces per room (including all ancillary uses), and the maximum height cannot exceed 300 feet. The Developer will be responsible for demolishing any existing structures on the Hotel Site and the areas adjacent to the Hotel Site that are depicted in Exhibit B as areas for removal or demolition, including the Fillmore Theater annex and the building at 555 17th Street. The Developer will also be responsible for 2. 4. b. c. a I RFP 20r s-r o3-ME 12 d. e. f Prelrminory Droft ) /23/ 15 design, permitting and construction of certain off-site improvements, including enclosing the Fillmore Theater in the area of the demolition. The Developer will be provided a non-exclusive easement to the service lane that currently services the MBCC South loading docks and Fillmore loading docks. The Developer will be provided an aerial easement over the service lane that currently services the MBCC South loading docks, for the construction and operation of the Skybridge and its connection to the MBCC at the second level. The Skybridge design shall be subject to the City's approval and shall be comparable in quality of finishes and construction of the MBCC Renovation and Expansion Project (addressed more fully in Section 00200 below). The Developer shall be solely responsible for all costs and expenses associated with the development, design, construction, equipping, and installation of all furniture, fixtures, equipment and other improvements relating to the Hotel Project, its subsequent operation or use, and all alterations, repairs or replacements thereof. The Hotel must be operated continuously as a full-service convention hotel. The Hotel Project shall not be used by Developer, nor shall Developer permit the use thereof, for any unlawful or illegal business, use or purpose, or for any business, use or purpose which is immoral or disreputable (including without limitation, "adult entertainment establishments"), or for any gambling or wagering of any nature or kind whatsoever (whether or not such use is permitted by applicable law). To the fullest extent possible, the design of the Hotel Project must complement its sunoundings and minimize its impact on the neighborhood, as reasonably determined by City. The City's interest in the Hotel Site and in the Lease awarded pursuant to this RFP, as the same may be modified, amended or renewed, will not at any time be subject or subordinate to (a) any mortgage now or hereafter placed upon Develope/s interest in the Lease, or (b) any other liens or encumbrances hereafter affecting Develope/s interest in the Lease. City shall at all times have a first priority right to payment of rent due to City under the Lease. The Lease shall contain commercially reasonable terms intended to facilitate traditional financing. The Developer must accept the Hotel Site in its "AS lS' condition, with all faults and patent or latent defects, and with no representation or warranties by City of any kind whatsoever with respect to the Hotel Site or the condition, feasibility, value or financial prospects of the Hotel Project. The rights granted under the Lease shall be non-exclusive and City reserves the right to grant similar privileges and similar leases to other lessees on other City-owned or leased property, and to take any and all actions (including the leasing of City property other than the Hotel Site for any lawful purpose) that City is permitted to take under federal, state, and local law. Hotelguests can utilize the 1,400 parking spaces at the 17th Street Garage and the 800 spaces above the MBCC for overflow parking at the prevailing market rates, on a first come/first serve basis and in the same manner as available to members of the general public. All revenues generated by such parking shall inure solely to the City. Developer shall fund the costs associated with placing the Referendum on a general election ballot, estimated at $25,000. n. The flag of the Hotel must be an "Approved Brand," which shall mean (a) each of the following national hotel operators but only if its reputation for quality and quality of operation, at the time Developer engages such operator, is generally known and recognized by the hotel industry as not having substantially declined, as of the time in question, in comparison to their reputation for quality and quality of operation as of the effective date of the Lease: Marriott (e.9., the Marriott, Marriott Marquis or JW Marriott brands), Westin, Omni, Hyatt Regency, Sheraton, La Meridien, or Hilton, or (b) any other hotel operator Approved by City in its sole discretion. h. t. m. s I nre 20 r s-r o3-ME 13 ,l -ygllsNll,llrg-r ', /,'iCf- Prelrminory Drolt l iZS/ 15 : i Ifilil T l e 5l <l9!-t IJCity Hall s ,1t Soundsca4X H carr a1 BI-t I sv.ptonv I I n.*'**, II Parh'nr Ilffik ,i ,r**-",{'. I Parkinr i l n-"" i .1 [ I Mey's I Theater t.' *a^ **n '_'-'_' NEW rcE! SITE 265rcRES /115.65Sr | ,: ,-., .t rl t!* il' .., ! Room Block Requirements. The Developer must agree, and must cause any hotel operator to agree, to the following minimum room block agreement ("Room Block Agreement") terms: a. A City-wide Event is an event requiring a three-night stay with at least 1,500 guest rooms on peak with at least 1 15,000 gross square feet of MBCC space utilized for one day or more while the event is being held. A City-wide Event shall also include the annual Orange Bowl and any Super Bowl, even though it may not utilize the MBCC. (i) For City-wide Events that are to occur at least 30 months in the future, Developer will make available for City-wide Events eighty percent (80%) of all guest rooms (and associated suites), for up to 14 nights per calendar month. Developer can book rooms in excess of that amount at its discretion, at the rate of its choosing. (ii) For City-wide Events that are to occur between 18 and 30 months in the future, Developer will make available for City-wide Events eighty percent (80%) of all guest rooms (and associated suites) if rooms and space are available, and will make available for City-wide Events eighty percent (80%) of all guest rooms (and associated suites) for one consecutive four-day period each month. The Developer will determine the four-day period and will notify City on a monthly basis. Developer can book rooms in excess of that amount at its discretion, at the rate of its choosing. b. Room Block Release (i) City and the Greater Miami Convention & Visitors Bureau ("GMCVB') will provide Developer a list of known release dates on a periodic basis (not less than semi-annual) listing all future dates the Center cannot be utilized for City-wide Events due to maintenance, move in/out periods, or any other reason ("Known Release Dates"). Developer will be free to book 100% of the rooms on any of these dates. lf a Known Release Date is removed on a subsequent list, the date(s) will fall back under this room block agreement unless the Developer has already booked such dates(s). (ii) Developer can seek a release of rooms from the City for in-house groups in the 30 months and out period, and such release will be given unless (i) City/GMCVB is actively negotiating with another group for the period covered by the request for release or (ii) City/GMCVB has historically booked the dates covered by the request for release to a City-wide Event. lf a release is given and a subsequent City-wide Event desires to use the previously released 6 | RFP 20rs-r03-ME 14 d. e. Prelirr,inory Drof t. ) /23 / i 5 dates, Developer will use its best efforts to accommodate the needs of the proposed City- wide Event. Room Block Pricing (excluding Super Bowl and Orange Bowl) (i) Developer shall submit its initial offer to participate in a City-wide Event room block at a rate determined in Develope/s sole discretion ("lnitial Offer"). (ii) Developer shall submit each January 1 a Minimum Event Block Rate Schedule (hereinafter defined) and Special Event Block Rate Schedule (hereinafter defined) for each day for the next five years. (iii) The Minimum Event Block Rate Schedule shall be 105% of Develope/s good faith forecast of the group room rates that will be included in the pro forma budget or that are used in projections or forecasts by Developer in making its decisions, and planning for, group bookings in the operation of the Hotel. (iv) The Special Event Block Rate Schedule shall be 100% of Develope/s good faith forecast of the group room rates that will be included in the pro forma budget or that are used in projections or forecasts by Developer in making its decisions, and planning for, group bookings in the operation of the Hotel. (v) For up to 14 nights per calendar month, if prior to acceptance of the lnitial Offer, City reasonably and in good faith believes that it might be in the City's best interest to require the Developer to offer a City-wide Event an alternative rate structure, City may elect to require the Hotel to offer a rate lower than the rate in the lnitial Offer, but in no event lower than the rate in the Minimum Event Block Rate Schedule. lf the City-wide Event occurs beyond the five- year schedule, the Minimum Event Block Rate shall be determined using a usual and customary industry inflation factor as reasonably agreed upon by Developer, Operator and CitY. (vi) For up to six City-wide Events per year, if prior to acceptance of the lnitial Offer the City reasonably and in good faith believes that it might be in the City's best interest to require the Developer to offer the City-wide Event an alternative rate structure, City may elect to require the Hotel to offer a rate lower than the rate in the lnitial Offer, but in no event lower than the rate in the Special Event Block Rate Schedule. lf the City-wide Event occurs beyond the five- year schedule, the Special Block Rate shall be determined using a usual and customary industry inflation factor as reasonably agreed upon by Owner, Operator and City. City-wide Events utilizing this clause count toward the maximum 14 nights per month subject to this room block commitment. Rooms booked pursuant to the Room Block Agreement will be subject to the normal booking policies of the Developer, including advance deposits, cancellation periods and cancellation fees, etc. The City intends for the Room Block Agreement to constitute a restriction against the Hotel Site, running with the land. Term shall continue until the earlier to occur of the following events: (i) the Convention Center is no longer designated by the City as its principal convention center, or (ii) the Convention Center is no longer operated and maintained in a manner consistent with other flrst-class convention centers, with the standard for same to be set out in the Room Block Agreement. f. 7 | RFP 20rs-r03-ME 15 Preliminory Droft 1 /2Si 1 5 6. Development and Ground Lease Agreement: The City will issue an addendum to this RFP by the date outlined in the Anticipated RFP Timetable section with the form of the Lease. Following the selection of the Developer, and prior to July 27,2015, the City and Developer must execute a binding Lease that will include the minimum Hotel Project requirements and address the following topics/subjects: a. Term of the Agreement. b. Lease payment and related terms. c. Develope/s evidence to City of the required private debt and equity financing. d. Mechanisms for funding Develope/s equity and private debt. e. Coordination of scheduling of construction of the MBCC, Convention Center Drive, and Hotel Project. f. The outside date by which all conditions for possession of the Hotel Site must take place; outside date for Developer's construction loan closing; target dates for construction, including outside date for commencement of construction and completion of construction, and opening date for the Hotel. g. ldentification of the first Hotel Brand/lnitial Hotel Operator. h. Covenant to continuously operate a full-service convention headquarter hotel and limitations on the right of the Developer to change the Brand/Operator without prior City approval, except to other Approved Brand/Operators. i. Design development and planning for the Project, including: i. The Develope/s responsibility for the planning, design, development and construction of the Hotel, including the selection, engagement and paynient of architects, consultants, contractors, subcontractors and others engaged in connection with planning, development and construction of the Hotel. ii. fhe City's role, in its proprietary capacity, in reviewing and providing input to the conceptual plans, design development plans, and final plans and specifications relating to the Hotel Project. The Lease will require prior City approval of any material change to the City approved plans, which will not be unreasonably withheld. Notwithstanding the foregoing, the Developer shall be solely responsible for obtaining all required final, non- appealable approvals in accordance with the City's Land Development Regulations. iii. Adherence to the minimum parking requirement and maximum height restriction. iv. Hotel set-backs and landscape design consistent with the surrounding area. v. Develope/s obligation with regard to construction, operation, and maintenance of the Hotel Project, including Skybridge. j. Execution of Ancillary Agreements i. Execution of the Room Block Agreement and the joinder therein by the BrandiOperator. ii. Execution of a Fillmore Loading Dock Easement, Convention Center Service Drive t I RFP 2015-rO3-ME 16 7. Preliminory Drcfr ) /23/ 15 Easement Agreement and the Skybridge Easement and License Agreement. k. Other Terms, including but not limited to the following: i. Limitations on assignment by Developer (other than as collateral for private debt financing), ii. Representations, warranties and covenants. iii. Defaults and Remedies. iv. lnsurance. v. lndemnification and release. PublicPurchase. The City utilizes PublicPurchase ( rywylzubliqpllqhqle eo11 ) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addenda to this RFP. Any prospective Proposer who has received this RFP by any means other than through PublicPurchase must register immediately wilh PublicPurchase to assure it receives any addendum issued to this RFP. Failure to receive an addendum may result in disqualification of a Proposal. Proposal Submittal Team Members. a. Required: i. The City is seeking a commercial real estate developer experienced in the design, construction, financing and/or operation of hotel properties ("Propose/'). For the avoidance of doubt, the Proposer does not include third-party lenders or equity investors that may be associated with the Proposers. The Proposer must have developed at least two (2) hotels with at least 500 rooms each within the last 20 years, and obtained predominantly (more than 50%) private financing (such as private commercial loans and equity), for each such hotel. ii. As part of their required submission, Proposers must identity the design or lead architect team members only at this point in time (the "Design Team"). Design Team members must include the primary design/lead architect, who must have designed at least one (1) completed hotelwith at least 500 rooms or more within the last fifteen (15) years. Proposers do not need to include the "architect of record" at this point in time. Other design team members (i.e. landscape designers, etc.) are not required, but can be included in the submittal. b. Other/Not Required: i. Proposers may include construction firms as part of their proposal submission, but it is not required. ii. Proposers should specify which hotel brands Proposers intend to consider for the Hotel. Proposers are not required to otherwise include hotel brands as part of their proposals at this time (other than to identify hotel brands the Proposer intends to consider), unless the hotel brand operator is itself a Proposer. 8. r I RFP 201s-r O3-ME 17 Prelimrn(rry Droit 1 i 23/ ) 5 9. Minimum Qualifications: ln order for proposals to be deemed responsive, Proposers must meet the minimum qualifications set forth below. Non-responsive proposers will be disqualified from consideration. a. The Proposer must have developed at least two (2) hotels with at least 500 rooms each within the last 20 years, and obtained predominantly (more than 50%) private financing (such as private commercial loans and equity), for each such hotel. b. Proposers must identify a Design Team, with a primary design/lead architect, who must have designed at least one (1) completed hotel with at least 500 rooms or more within the last fifteen (15) years. 10. Anticipated RFP Timetable. The tentative schedule for this solicitation is as follows: The City reserves the right to postpone the date for receipt and opening of proposals and will make a reasonable effort to give at least five (5) calendar days written notice of any such postponement to each prospective pr0p0ser. 1 1 . Proposal Submission: One (1) unbound original proposal, 20 copies, and one electronic PDF (in one file) on a flash drive or CD must be received on or before the date stipulated in the Anticipated RFP Timetable section. The original proposal and all copies must be submitted to the Department of Procurement Management in a sealed envelope or container stating on the outside, the Proposer's name, address, telephone number, RFP number, title, and due date. Any proposals received after time and date specified will be returned to the Proposer unopened. The responsibility for submitting a proposal before the stated time and date is solely and strictly the responsibility of the Proposer. The City is not responsible for delays caused by mail, courier service, traffic, weather or any other occurrence. lssuance of RFP January 29,2015 lssuance of Addendum with Form of Development and Ground Lease Agreement February 18, 2015 Pre-Submittal Meeting February 26,2015 at 2:00 pm localtime Deadline for Receipt of Questions March 30, 2015 at 5:00 pm localtime Proposal Due April 10, 2015 at 3:00 pm localtime Selection Committee lnterview/Ran kin g llay 7 ,2015 Commission Approval Selection l(ay 20,2015 Commission Approval of Referendum Language and Development and Ground Lease Agreement July 27,2015 Lease Referendum November 3, 2015 r0 | RFP 20rs-]03-ME 18 Prelimrnory Drcit ) /ZZ/' | 5 12. Pre-Proposal Conference: A Pre-Proposal Conference will be held on the date and time specified in the Anticipated RFP Timetable section. fhe pre-proposal conference will be held at the Miami Beach Convention Centerlocated at 1901 Convention CenterDrive, Miami Beach, Florida 33139. Attendance (in person or via telephone) to this meeting is not mandatory but strongly encouraged. Proposers interestedin participating in the meeting via a webinar can log into Web Address: https://global.gotomeeting.com/join/505139557 or dial (773) 897-3000; Access Code: 505-139-557. 13. Procurement Contact; Any questions or clarifications concerning this solicitation shall be submitted to Maria Estevez, 305-673-7490, mestevel@miamibeachfl,gov via email or in writing, with a copy to the City Clerk's Office, Rafael E. Granado via e-mail: RafaelGranado@miamibeachfl.gov; or facsimile: 786-394- 4188. The RFP title/number shall be referenced on all correspondence. All questions or requests for clarification must be received no later than the date and time in the Anticipated RFP Timetable section. All responses to questions/clarifications will be sent to all prospective Proposers in the form of an addendum, 14. Pre-Proposal lnterpretations: Oral information or responses to questions received by prospective Proposers are not binding on the City and will be without legal effect, including any information received at pre-submittal meeting or site visit(s). The City by means of Addenda will issue interpretations or clarifications considered necessary by the City in response to questions. Only questions answered by written addenda will be binding and may supersede terms noted in this solicitation. Addendum will be released through PublicPurchase. Any prospective Proposer who has received this RFP by any means other than through PublicPurchase must register immediately with PublicPurchase to assure it receives any addendum issued to this RFP. Failure to receive an addendum may result in disqualification of proposal. Written questions should be received no later than the date outlined in the Anticipated RFP Timetable section. 15. Cone 0f Silence: This RFP is subject to, and all proposers are expected to be or become familiar with, the City's Cone of Silence requirements, as codified in Section 2-486 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Cone of Silence are complied with, and shall be subject to any and all sanctions, as.prescribed therein, including rendering their response voidable, in the event of such non-compliance. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelqranado@miamibeachfl .qov. 16. Modification / Withdrawals Of Responses: Proposer may submit a modified response to replace all or any portion of a previously submitted response up until the due date and time. Modifications received after the response due date and time will not be considered. Responses shall be irrevocable untilcontract award unless withdrawn in writing prior to the due date, or after expiration of 120 calendar days from the opening of responses without a contract award. Letters of withdrawal received after the response due date and before said expiratlon date, and letters of withdrawal received after contract award will not be considered. 17. PostponemenUCancellation/Acceptance/Reiection: The City may, at its sole and absolute discretion, reject any and all, or parts of any and all, responses; re-advertise this RFP; postpone or cancel, at any time, this RFP process; or waive any irregularities in this RFP, or in any responses received as a result of this RFP. Reasonable efforts will be made to either award the Lease or reject all proposals within one-hundred twenty (120) calendar days after proposal opening date. A Proposer may withdraw its proposal after the expiration of one hundred twenty (120) calendar days from the date of proposal opening by delivering written notice of withdrawal to the Department of Procurement Management prior to award of the contract by the City Commission. 18. Costs lncurred bv Proposers: Allexpenses involved with the preparation and submittalof responses, or any work performed in connection therewith, shall be the sole responsibility (and shall be at the sole cost n I RFP 20rs-r03-ME 19 Preliminory Drofr 1 l23i i 5 and expense)of the respondent, and shall not be reimbursed by the City. 19. Exceptions to RFP: Proposers must clearly indicate any exceptions they wish to take to any of the terms in this RFP, and outline what, if any, alternative is being offered. All exceptions and alternatives shall be included and clearly delineated, in writing, in the response. The City, at its sole and absolute discretion, may accept or reject any or all exceptions and alternatives. ln cases in which exceptions and alternatives are rejected, the City shall require the Proposer to comply with the particular term and/or condition of the RFP to which Proposer took exception to (as said term and/or condition was originally set forth on the RFP). 20. Florida Public Records Law: Proposers are hereby notified that all responses including, without limitation, any and all information and documentation submitted therewith, are exempt from public records requirements under Section 119.07(1), Florida Statutes, and s.24(a), Art. 1 of the State Constitution until such time as the City provides notice of an intended decision or until thirty (30) days after opening of the responses, whichever is earlier. Additionally, in the event an agreement is entered into with a proposer pursuant to this RFP, Proposer agrees to be in full compliance with Florida Statute 119.0701 including, but not limited to, agreement to: (a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the services; (b) provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. 21. Negotiations: The City reserves the right to enter into further negotiations with the selected Proposer. Notwithstanding the preceding, the City is in no way obligated to enter into a contract with the selected Proposer in the event the parties are unable to negotiate a contract. lt is also understood and acknowledged by Proposers that no property, contract or legal rights of any kind shall be created at any time until and unless a Development and Ground Lease Agreement has been agreed to; approved by the City; executed by the parties, and approved pursuant to the Referendum. 22. Protest Procedure: Proposers that are not selected may protest any recommendation for selection of award in accordance with the proceedings established pursuant to the City's bid protest procedures, as codified in Sections 2-370 and 2-371 of the City Code (the City's Bid Protest Ordinance). Protests not timely made pursuant to the requirements of the City's Bid Protest Ordinance shall be baned. 23. Observance Of Laws: Proposers are expected to be familiar with, and comply with, all Federal, State, County, and City laws, ordinances, codes, rules and regulations, and all orders and decrees of bodies or tribunals having jurisdiction or authority which, in any manner, may affect the scope of services and/or project contemplated by this RFP (including, without limitation, the Americans with Disabilities Act, fitle Vll of the Civil Rights Act, the EEOC Uniform Guidelines, and all EEO regulations and guidelines). lgnorance of the law(s) on the part of the Proposer will in no way relieve it from responsibility for compliance. 24. Default: Failure or refusal of the selected Proposer to execute a contract following approval of such contract by the City Commission, or untimely withdrawal of a response before such award is made and approved, may result in a claim for damages by the City and may be grounds for removing the Proposer from the City's vendor list. 25. Conflict Of lnterest: 12 | RFP 20rs-ro3-ME All Proposers must disclose, in their response, the name(s) of any officer, director, 20 Prelrminory Droit 1i23/ 15 agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the proposer entity or any of its affiliates. 26. Proposer's Responsibilitv: Before submitting a response, each Proposer shall be solely responsible for making any and all investigations, evaluations, and examinations, as it deems necessary, to ascertain all conditions and requirements affecting the fullperformance of the contract. lgnorance of such conditions and requirements, and/or failure to make such evaluations, investigations, and examinations, will not relieve the Proposer from any obligation to comply with every detail and with all provisions and requirements of the contract, and will not be accepted as a basis for any subsequent claim whatsoever for any monetary consideration on the part of the Proposer. 27. Relationship to The City: lt is the intent of the City, and Proposers hereby acknowledge and agree, that the selected Proposer is considered to be an independent contractor, and that neither the Proposer, nor the Propose/s employees, agents, and/or contractors, shall, under any circumstances, be considered employees or agents of the City. 28. Public Entitv Crime: A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crimes may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, sub-contractor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of the threshold amount provided in Sec. 287 .017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 29. Compliance with The City's Lobbyist Laws: This RFP is subject to, and all Proposers are expected to be or become familiar with, all City lobbyist laws. Proposers shall be solely responsible for ensuring that all City lobbyist laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including, without limitation, disqualification of their responses, in the event of such non-compliance. 30. Debarment Ordinance: This RFP is subject to, and all proposers are expected to be or become familiar with, the City's Debarment Ordinance as codified in Sections 2-397 through 2-406 of the City Code. 31 . Compliance with the Citv's Campaign Finance Reform Laws: This RFP is subject to, and all Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including disqualification of their responses, in the event of such non-compliance. 32. Code of Business Ethics: Pursuant to City Resolution N0.2000-23879, the Proposer shall adopt a Code of Business Ethics ("Code") and submit that Code to the Procurement Division with its response or within five (5) days upon receipt of request. fhe Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. 33. American with Disabilities Act (ADA): Call 305-673-7490 to request material in accessible format; sign language interpreters (five (5) days in advance when possible), or information on access for persons with disabilities. For more information on ADA compliance, please call the Public Works Department, at 305-673- 7000, Extension 2984. r3 | RFP 20r5-rO3-ME 21 34. 35. Prelrmrnory Drolt 1 /23i 1 5 Acceptance of Gifts, Favors, Services: Proposers shall not offer any gratuities, favors, or anything of monetary value to any official, employee, or agent of the City, for the purpose of influencing consideration of this response. Pursuant to Sec. 2-449 of the City Code, no officer or employee of the City shall accept any gift, favor or service that might reasonably tend improperly to influence him in the discharge of his official duties. Special Notices: You are hereby advised that this RFP is subject to the following ordinances/resolutions, which may be found on the City of Miami Beach website: hllU,lUieb.miamibeacnfl.q aspx?id=23S1034TJ4I . CONE OF SILENCE..,... PROTEST PROCEDURES.. DEBARMENTPROCEEDINGS. LOBBYIST REGISTMTION AND DISCLOSURE OF FEES,. ... CAMPAIGN CONTRIBUTIONS BY VENDORS. CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT rssuES.. ........ CITY CODE SECTION 2486 CITY CODE SECTION 2.371 CITY CODE SECTIONS 2.397 THROUGH 2485.3 CITY CODE SECTIONS 2481 THROUGH 2406 ctw coDE sEcTtoN 2487 CITY CODE SECTION 2488 . PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY VETERANS AND TO STATE.CERTIFIED SERVICE. DISABLED VETERAN BUSINESS ENTERPRISES. CITY CODE SECTION 2.374. FALSE CLAIMS ORDINANCE.... CITY CODE SECTION 7O.3OO. ACCEPTANCE OF GIFTS, FAVORS & SERVICES.... ... CITY CODE SECTION 2449 Note: Ordinances may be amended any time prior to the receipt of bids. The most recently approved ordinance or version shall apply. 36. Occupational Health and Safetv: ln compliance with Chapter 442,Florida Statutes, any toxic substance listed in Section 38F-41.03 of the Florida Administrative Code delivered as a result of this proposal must be accompanied by a Material Safety Data Sheet (MSDS) which may be obtained from the manufacturer. 37. Environmental Regulations: The City reserves the right to consider a proposer's history of citations and/or violations of environmental regulations in investigating a propose/s responsibility, and further reserves the right to declare a proposer not responsible if the history of violations warrant such determination in the opinion of the City. Proposer shall submit with its proposal, a complete history of all citations and/or violations, notices and dispositions thereof. The non-submission of any such documentation shall be deemed to be an affirmation by the Proposer that there are no citations or violations. Proposer shall notify the City immediately of notice of any citation or violation which proposer may receive after the proposal opening date and during the time of performance of any contract awarded to it. 38. Veteran Business Enterprises: Pursuant to City Code Section 2-374, lhe City shall give a preference to a responsive and responsible Proposer which is a small business concern owned and controlled by a veteran(s) or which is a service-disabled veteran business enterprise, and which is within five percent (5%) of the lowest responsive, responsible proposer, by providing such proposer an opportunity of providing said goods or contractual services for the lowest responsive proposal amount (or in this RFP, the highest proposal amount). Whenever, as a result of the foregoing preference, the adjusted prices of two (2) or more proposers which are a small business concern owned and controlled by a veteran(s) or a service-disabled veteran business enterprise constitute the lowest proposal pursuant to an RFP or oral or written request for quotation, and such proposals are responsive, responsible and otherwise equal with respect to quality and service, then the award shall be made to the service-disabled veteran business enterprise. ll I RFP 20rs-ro3-ME 22 P'.eliminory Drtrlt 1 i23/ 1 5 39. Mistakes. Proposers are expected to examine the terms, conditions, specifications, delivery schedules, proposed pricing, and all instructions pertaining to the goods and services relative to this RFP. Failure to do so will be at the Propose/s risk and may result in the Proposal being non-responsive. 40. Copyright, Patents & Rovalties. Proposer shall indemnify and save harmless the City of Miami Beach, Florida, and its officers, employees, contractors, and/or agents, from liability of any nature or kind, including cost and expenses for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the City of Miami Beach,Florida. lftheProposerusesanydesign,deviceormaterialscoveredbyletters,patent,orcopyright, it is mutually understood and agreed, without exception, that the proposal prices shall include all royalties or cost arising from the use of such design, device, or materials in any way involved in the work. 41. Manner of Performance. Proposer agrees to perform its duties and obligations in a professional manner and in accordance with all applicable local, State, County, and Federal laws, rules, regulations and codes. Lack of knowledge or ignorance by the Proposer with/of applicable laws will in no way be a cause for relief from responsibility. Proposer agrees that the services provided shall be provided by employees that are educated, trained, experienced, certified, and licensed in all areas encompassed within their designated duties. Proposer agrees to furnish to the City any and all documentation, certification, authorization, license, permit, or registration currently required by applicable laws, rules, and regulations. 42. Non-Discrimination. The Proposer certifies that it is in compliance with the non-discrimination clause contained in Section 202, Executive Order 11246,as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin. ln accordance with the City's Human Rights Ordinance, codified in Chapter 62 of the City Code, Proposer shall prohibit (and cause hotel operator to prohibit) discrimination by reason of race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital and familial status, and age or disability in the sale, lease, use or occupancy of the Hotel Project or any portion thereof. 43. Laws, Permits and Regulations. The Proposer shall obtain and pay for all licenses, permits, and inspection fees required to complete the work and shall comply with all applicable laws. 44. Disputes. ln the event of a conflict between the documents, the order of priority of the documents shall be as follows: Any contract or agreement resulting from the award of this RFP; then Addendum issued for this RFP, with the latest Addendum taking precedence; then The RFP;then The Proposer's proposal in response to the RFP. 45. lndemnification. The Developer shall indemnify and hold harmless the City and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorney's fees and costs of defense, which the City or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of the agreement by the contractor or its employees, agents, servants, partners, principals or subcontractors. The Developer shall pay all claims and losses in connection therewith, and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may be incurred thereon. The Developer expressly understands and agrees that any insurance protection required by the Lease or otherwise provided by the contractor shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents A. B. c. D. r5 | RFP 20r5-r O3-ME 23 46. 47. Prelrmrnary Drolt ) /23115 and instrumentalities as herein provided. The above indemnification provisions shall survive the expiration or termination of the Lease. Demonstration of Competencv. The City may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a Proposer, including past performance (experience), in making an award that is in the best interest of the City. Supplemental lnformation. City reserves the right to request supplemental information from Proposers at any time during the RFP solicitation process. RFP 2015-103-ME 24 Prelrrnrn0ry Droft 1 IZS t' ) 5 ()O2()(). BACKGROUND: 1. Convention Center Renovation: The City is renovating and expanding the MBCC to "Class A" standards. ln general, the Project includes all exhibit halls (500,000 sf), meeting rooms, pre-function, and support spaces such as loading docks, kitchens, bathrooms, MEP systems, and exterior areas. ln addition, the MBCC is to be expanded to accommodate a new 60,000 square foot ballroom and additlonal meeting space. Upon completion the MBCC is to offer 186,900 square feet of ballroom and meeting space. The Project will also include the conversion of approximately 880 surface parking spaces in the "P-Lot" into a 6.S-acre public park. Convention Center Drive and the Collins Canal seawall will be refurbished. New parking replacing the existing spaces will be incorporated on the roof of the building. I l:--:l-r-tr Ml5 Ground Level I.____ .l Second Level Third & Fifth Level The MBCC is being renovated and expanded under a design-build contract. The City has hired Fentress Architects as its Design Criteria Professional ('DCP'). Fentress has completed the Design Criteria Package and the project is out to bid to shortlisted Design-Builders. Shortlisted Design-Builders include firms led by Clark Construction and Hunt Construction. Bids are planned to be received on February 27,2015 and the City is planningonselectingtheDesign-BuilderbymidApril20l5. ltisanticipatedthattheDesign-Builderwillfocuson completing the construction documentation in 2015 and begin site work. ln 2016, the focus willbe on renovating the North half of the MBCC and beginning the new ballroom construction to the North. ln 2017 the south portion of the MBCC is to be renovated and the ballroom completed. ln 2018 the park and Convention Center Drive is planned to be completed. The phasing schedule may change once the Design-Builder is selected. lt is hoped that the proposed hotel will open in 2018, prior to the Art Basel event. l7 | RFP 20rs-r03-ME 25 Preirrnincrry Dro[t 1 /23 / 15 *t&urt ,*effid[lrFs' Washington Avenue i******,&1. ffiJfiF*tFr Srr{r.r..}d}rd Park Master Plan *}& .', r; ,W*t ' Conv. Ctr. Drive Adjacent to Hotel Site Washington Ave Ballroom (NE Corner) Conv. Ctr. Drive Main Entrance Outdoor Pavilion Veteran's Memorial Park Pavilion l8 | RFP 20rs-r03-ME 26 Existing Lobby Existing Ballroom Prelrm;nor! Drcft ) t Zli 15 New Lobby New Grand Ballroom New Lobby New VIP Lobby New VIP Room ,i RFP 2015-103-ME 27 Prelin,inory Droft 1 /231 1 5 Miami Beach Hotel Market: Miami Beach hosts a dynamic hotel market with a wide array of hotel products ranging from exclusive beachfront properties, to eclectic historic hotels, to nationally branded hotels. According to Smith Travel Research (STR), the market includes more than 150 full-service and select-service hotels and nearly 18,000 hotel rooms. Since 1987, overall market occupancy has averaged 68.6% and over the past four years has been in the mid to upper 70%-range. Occupancy was at its highest level in 2013 at 780/o and its second highest level in 2014 at 77Yo. From an average daily rate (ADR)perspective, overallgrowth since 1987 has averaged 4.8% annually, growing at a pace faster than inflation. Over the past decade, annual growth has averaged 6% and ADR is projected to be $251 in 2014, an alltime high. There are limited hotel development opportunities in Miami Beach. ln 1987, the market offered approximately 17,600 hotel rooms and in2014, the market offers approximately 17,900 hotel rooms. Miami Beach comparable full service hotels have also experienced solid performance and are among the best performers in the nation. To benchmark the market that the proposed convention headquarter hotel will broadly compete with, a STR Trend report is provided for the following hotels: . 1,440-room Fontainebleau Miami Beach. 790-room Loews Miami Beach Hotel. 627-room Eden Roc Miami Beach. 393-room The James Royal Palm. 349-room W Hotel South Beach. 308-room Shore Club South Beach. 251-room fhe Palms Hotel& Spa. 224-room Marriott Stanton South Beach. 9S-room Hilton Bentley STR data was available for this set of hotels beginning in 1999. Since 1999, occupancy has averaged 70.60/0, slightly higher than the overall market. Over the past four years, occupancy has been in the upper 70%-range and is projected to finish 2014 al79%, the peak over the time period. From an ADR perspective, growth has averaged 4.7%, similar to the overall market; however, rates at the comparable hotels generate a premium of $50-$90 on average over the marketwide hotels. ln 2014, ADR at the comparable hotels is projected to be $340 in 2014 as compared to $251 in the overall market. See Appendix C for actual Market and Comparable Hotel SfR Trend Reports. Market Hotel Perfbrmance ilhrllllilllhr t-;;;;;;;;tl^,i: .'* | ilh!!lllklh eo I nre 20r5-ro3-ME 28 Prelinrn0ry Droft I /231 1 5 MBCC Events: Since 2009, the MBCC has hosted between g4 and 134 events annually that have attracted from 589,000 to 738,000 attendees. lt is estimated that these events and attendees generate from 103,000 to nearly 230,000 hotel room nights annually over the same period. Note that in Fiscal 2010, Miami hosted the Super Bowl, which mainly impacted citywide events and their respective room nights that were hosted at the MBCC. ln 2014, the MBCC hosted 134 events that attracted 738,000 attendees that generated more than 141,000 room nights. See Appendix D fora listing of 2013 and2014 events and attendance figures. MBCC Events, Attendance and Room Nights Numberof Room Events Attendance Nights FY 2009 94 FY 2010. 105 FY 2011 FY 2012 FY 2013 632,700 229,000 708,800 103,100 118 661,600 199,200 132 661,300 175,500 115 4. FY 2014 134 'Super Bowl in Miami. Source: MBCC and GMCVB. 589,700 132,600 738,000 141,400 Booking Policv Change: The MBCC room night impact has been hindered by the quality of the MBCC, lack of an adjacent HQ hotel, and a booking policy that allows preferred booking of prime convention dates with several non-room night generating events. The City is considering a new booking policy that places the focus on providing booking priority to events that generate room nights. Specifically, the new booking policy is proposed to provide that events can book the MBCC 24 months or more in advance provided that they utilize a minimum of 1 15,000 sq. ft. of MBCC exhibit space and require a minimum of three nights with 1,500 hotel rooms occupied on the peak night in Miami-Dade County. The City plans to consider this change in booking policy at its February 2015 meeting. Additional Documents: Prospective Proposers may access the following additional information about the Hotel Site and MBCC Project at a) The Design Criteria Package for the MBCC Project; b) Hotel Site Survey; c) MBCC Design Criteria Package civil drawings related to the Hotel site;d) Geotechnical report related to the MBCC site; e) Amaresco geothermal system record documents;f) Phase I environmental Study for the MBCC site;g) Phase ll Environmental Study for the Hotel Site (available in early March); and h) Asbestos demolitlon survey of the portion of the Fillmore Theater to be demolished and the 555 17th Street building (available in early March). 6. No Warranties or Representations Bv Citv. Any information provided by City under this RFP is solely to provide background information for the convenience of the Proposers. City makes no representations or 5. 2r I RFP 20r5-103-ME 29 Prelinrn0ry Dr,rft 1i23i ) 5 warranties, express or implied, of any kind whatsoever with respect to any of the matters identified in this RFP, including but not limited to the matters referenced in this Division 00200. 22 | RFP 20r5-r03-ME 30 Prei,mrn,lr.y' Drc:r )/23, l5 OO3OO, EVALUATION PROCESS 1. Evaluation Committee Process. An Evaluation Committee, appointed bythe City Manager, shall meetto evaluate each response in accordance with the requirements set forth in this solicitation. lf further information is desired, Proposers may be requested to make additional written submittals and/or oral presentations to the Evaluation Committee. The evaluation of responses will proceed in a two-step process, as set forth below. Step 1 will consist of the qualitative criteria listed below to be considered by the Evaluation Committee. Step 2 will consist of the quantitative criteria established below, to be added to the Evaluation Committee results by the Department of Procurement Management. Step 1 Evaluation (100 Points). The Evaluation Committee shall meet to evaluate each response in accordance with the qualifications criteria established below for Step 1, Qualitative Criteria. ln doing so, the Evaluation Committee may: a. Review and score all responses received utilizing the Weighted Criteria b. Short-list proposers to be further considered in oral presentations c. lnterview selected proposers d. Re-score interviewed proposers utilizing the Weighted Criteria e. Recommend to City Manager Proposers will be evaluated on the following Weighted Criteria . 30 points - Hotel finance plan and Proposer financial capabilities. 25 points - Proposed financial and other terms of the Development and Ground Lease Agreement. 20 points - Hotel program, conceptual design and preliminary development budget. 10 points - Proposer experience and qualifications. 10 points - Design Team experience and qualifications. 5 points - Organization plan. 100 points - Total Step 2 Evaluation (5 Points). Following the results of Step 1 Evaluation Qualitative criteria, the Department of Procurement Management shall award an additional 5 points to any Proposer who is a State-Certified Service-Disabled Veteran Business Enterprise. 23 | RFP 20rs-r 03-ME 31 Prelrmrn0ry Droft 1 /23 i | 5 Evaluation Committee Ranking. At the conclusion of the Evaluation Committee Step 1 scoring, Step 2 Points will be added to each Evaluation Committee member's scores by the Department of Procurement Management. Step 1 and 2 scores will be converted to rankings in accordance with the example below: City Manager Process: Following the Evaluation Committee process, the City Manager will recommend to the City Commission the Proposer he deems to be in the best interest of the City, or may recommend rejection of all proposals. While the City Manager may consider the Evaluation Committee process, his recommendation need not be consistent with the Evaluation Committee's results (including the scoring results identified herein) and takes into consideration Miami Beach City Code Section 2-369, including, without limitation, the following considerations: a) The ability, capacity and skill of the proposer to perform the contract. b) Whether the proposer can perform the contract within the time specified, without delay or interference. c) The character, integrity, reputation, judgment, experience and efficiency of the respondent. d) The quality of performance of previous contracts. e) The previous and existing compliance by the proposer with laws and ordinances relating to the contract. City Commission Process: The City Commission shall consider the City Manager's recommendation and may approve such recommendation. The City Commission may also, at its option, reject the City Manage/s recommendation and select another proposer, which it deems to be in the best interest of the City, or it may also reject all responses. Once the City Commission approves the ranking, the City will enter into contract negotiations with the top ranked firm. lf the City and selected firm cannot agree on contractual terms, the City will terminate negotiations and begin negotiations with the next ranked firm, continuing this process with each firm in rank order until agreeable terms can be met or the procurement is terminated. Contract negotiations and execution will take place as quickly as possible after selection. 2. Committee Member 1 Step 1 Points 82 76 80 Step 2 Points 10 7 5 Total 92 84 85 Rank I 3 2 Committee Member 2 Step 1 Points 90 85 72 Step 2 Points 10 7 5 Total 100 92 79 Rank 1 2 3 Committee Member 2 Step 'l Points 80 74 66 Step 2 Points 10 7 5 Total 90 81 72 Rank 1 2 3 2a I RFP 20rs-ro3-ME 32 Prelimrnory Drcrlt 1 i23/ 1 5 OO4O(). PROPOSAL SUBMISSION REQUIREMENTS Proposal packages must contain all the information requested and executed documents as required. Proposal packages which do not include all required documentation, or are not submitted in the required format, or do not have the appropriate signatures on each document, may be deemed non-responslve. The City reserves the right to request any documentation omitted. Proposer must submit the documentation within three (3) calendar days upon request from the City, or the proposal may be deemed non-responsive. Proposal packages which are declared to be non-responsive will receive no further consideration. Proposers may not dictate the circumstances under which the documents are deemed to be confidential. Only the Florida State Legislature may determine which public records are subject to disclosure and which are not. Moreover, a private party cannot render public records exempt from disclosure merely by designating as confidential the material it furnishes to the City. The desire of the private party to maintain privacy of certain materials filed with the City is of no consequence unless such materials fallwithin a legislative created exemption to Chapter 119, Florida Statutes. Proposers should assume that all documents submitted shall be available for public inspection and copying in accordance with the Florida Public Records Act. RESPONSE FORMAT ln order to maintain comparability, facilitate the review process, and assist the Evaluation Committee in review of responses, responses need to be organized and tabbed in accordance with the sections and manner specified below. Hard copy submittals should be bound and tabbed as enumerated below, and contain a table of contents with page references. Proposers should prepare their submittal on 8.5 x 11 paper. Please feel free to include other materials, such as covers, appendices, brochures, etc. at your discretion. The recommended number of pages the City desires for each submittal item is indicated below. These are recommendations only and actual pages may exceed the recommendation. Cover Page, Letter, and Table of Contents. The cover letter must indicate Proposer and be signed by same. Proposal Overview. Provide a brief summary describing your proposal (recommend 2-3 pages) Minimum Qualifications: Submit verifiable information documenting Propose/s compliance with the Minimum qualifications section of this RFP. 3.1. Provide a list of at least two 500+ room hotels the Proposer has developed and obtained predominantly private financing for within the last 20 years. For each hotel, include the hotel name, number of rooms, square feet of meeting/ballroom space, year opened, project cost, and reference contact information. 3.2. Summarize the Design feam's qualifications and experience, with a primary design/lead architect who must have designed at least one (1) completed hotelwith at least 500 rooms or more within the last fifteen ('15) years. Summarize the organizational structure of the team, including: 1. Organizational Chart: An organizational chart depicting the structure and lines of authority and communication. lnclude a narrative that describes the intended structure regarding project management, accountability and compliance with the terms of the RFP. 2. Key Personnel: ldentify all key personnel who will be assigned to the Project and their intended roles and contact information for the orimarv individuals 25 | RFP 20rs-r 03-ME 33 P'elimrnory Droit I /23i I 5 those authorized to commit for the Proposer. Other team members: Provide a list of any other key team members, such as additional financing resources, construction, other design team members, etc. For each team member provide a description of their role, relevant firm qualifications and experience, and resumes of key personnel. Resumes: Provide resumes of the team's key personnel who will be assigned to the Project that demonstrate their experience and qualifications, education and performance record. Provide two references for each key person. Local Employment: lnclude aspirational goals as a percentage of total project employment that will be City of Miami Beach and Miami-Dade County residents. lnclude your approach to providing periodic reporting to monitor success. At a minimum, the City shall require monthly progress reports to be submitted to the City Commission documenting success throughout the Project duration. Summarize the Proposer's experience with developing and financing convention hotels, including: 1. Company lnformation: Provide background information, including company history, years in business, number of employees, and any other information communicating capabilities and experience. (recommend 1 page) 2. Relevant Experience: Summarize projects where the Proposer has developed and privately financed convention hotels of similar size and scope as that described in this RFP. (Recommend 1 page per project) Two of the projects must include hotels with 500 or more rooms each within the last twenty (20) years for which the Proposer obtained predominantly private financing. All projects listed must include: a. Project name, number of rooms, square feet of meeting and ballroom space, location and images b. Design team name(s) and roles (designer, construction documentation, interiors, etc.) c. Year project opened (or "in Design" or "Under Construction") d. Summary of Propose/s role e. ldentification of the individuals that worked on the project and will work on this project f. Project development cost g. Summary of project capital funding and Proposer's role in raising the capital h. Summary of the role of the public sector, if any i. Reference contact information Summarize the Design Team's experience with designing completed convention hotels or similar projects, including: 1. Gompany lnformation: Provide background information, including company history, years in business, number of employees, and any other information communicating capabilities and experience. (recommend 1 page) 2. Relevant Experience: Summarize projects where the design team has designed similar hotels as is described in this RFP. (Recommend 1 page per project). List convention hotels first, followed by other similar projects. For each project include: a. Project name, number of rooms, square feet of meeting and ballroom space, location, and images b. Design team names(s) and roles (designer, construction documentation, interiors, etc.) c. Year project opened (or "ln Design" or "Under Construction") d. Summary of Designe/s role e. The names of the key project architects, highlighting any individuals who willalso work on this project RFP 2015-103-ME 34 Prelimincry Droft I /')3/ ) 5 f. g. Project development cost Reference contact information Hotel Program: Provide a table summarizing the Hotel program utilizing the form in Appendix E. Brands: Specify which hotel brand(s) you intend to consider for the Hotel. Each Proposer shall be solely responsible to clear with the named hotel brand that there are no restrictions that would limit the brand's ability to operate the hotel. Preliminary Development Budget: Provide a summary of the development budget, including estimated construction hard costs, architecture/engineering, furniture, fixtures and equipment (FF&E), development fee, other soft costs and required fees, pre-opening/working capital, art in public places (1.5% of construction costs per City Code Section 82-537), contingency and escalation, financing costs, and any other unique project costs. Architectural Diagrams: Provide conceptual architectural diagrams of floor plans, elevations and renderings of the proposed Hotel Project. lt is expected that the conceptual design for the Hotel Project will further the City's design standards, and continue the City's legacy as a home to many architecturally significant buildings designed by nationally and internationally-recognized architects. lt is further expected that the conceptual design of the Hotel Project will be architecturally harmonious with the surrounding area, including the design for the MBCC Renovation and Expansion Project (including its public park components), New World Symphony, Soundscape Park, and Lincoln Road. Schedule: Provide a development schedule outlining key design, constructlon start, and opening dates. Site Lease: Summarize your proposalto lease the HotelSite, including 1)the desired term;2) percentage rent in the form of a percentage of gross operating revenues (to include all revenues and income of any nature derived directly or indirectly from the use or operation of the Hotel or the Hotel Site, consistent with the Uniform System of Accounts for the Lodging lndustry, 1Oth Revised Edition); 3) a schedule of annual proposed fixed minimum rent payment by year for the term, and 4) a summary of any other payments referenced in the form of LeasetobeissuedbyAddendumonoraboutFebruarylS,20lS. Theannualrentpaidwillbethegreaterofthe percentage rent or the minimum fixed payment. When assessing the net present value of percentage rent, the City will calculate percentage rent using a common gross revenue proforma for each submittal. Plan: Summarize your plan to finance the Hotel, specifying the planned level of Proposer equity participation, planned level and identification of known third-party equity participation, planned level of third-party equity that needs to be raised, expected financing role of the manager/operator, the amount of third-party debt, relationships and history with lenders, and the willingness to provide the required level of any anticipated debt guarantees. Operating Pro forma: Provide a 1O-year hotel pro forma delineating operating statistics (ADR, occupancy, RevPAR, F&B per occupied room night) operating revenues (Rooms, F&B, Telephone, Parking, other), departmental expenses (Rooms, F&B, Telephone, Parking, other), undistributed expenses (administrative & general, sales & marketing, repairs and maintenance, utilities), fixed expenses (management fees, lnsurance, property taxes, site lease), and capital reserves. Capital Cash Flows: Provide a 1O-year summary of the capital cash flows delineating net operating income's application to debt and equity, including the calculation of annual leveraged and unleveraged cash-on-cost returns. lnclude a summary of all material assumptions. Financial Gapabilities: Provide the Proposer's most recent annual reviewed/audited financial statement with the audito/s notes. Such statements should include, as a minimum, balance sheets (statements of financial position) and statements of profit and loss (statement of net income). Also provide financial information for any for anv other eouitv investor included in the , as well as related information ino the 1. 2. 4. 5. 27 | RFP 201s-rO3-ME 35 Prelimrn<lr,y' Droft i /23/ 15 investo/s track record with similar developments. A Microsoft Word version of the form of the Development and Ground Lease Agreement will be issued as an addendum by the date indicated in the Anticipated RFP Timetable section of this RFP. Proposers must clearly indicate any exceptions they wish to take to any of the terms in this Agreement, and what, if any, alternative proposed revisions are being offered. All exceptions and alternatives shall be included and clearly delineated by redlining the City's form agreement in this tab. ln addition, a redlined Microsoft Word version shall be submitted on a USB Drive. Notwithstanding the foregoing, in no event shall any of the Propose/s terms be inconsistent or in conflict with the Hotel Project minimum requirements and the Room Block minimum requirements set forth in Sections 4 and 5of Division00l00oftheRFP; thefailuretoadheretosuchrequirementsshallrenderaProposernon-responsive. Provide a completed Certification, Questionnaire & Requirements Affidavit (Appendix A) signed by the Proposer. Provide any other information the Proposer believes will help the City understand the team's capabilities. 2S I RFP 20r5-103-ME 36 & : Prelirrrinory Droft 1 ,i23i 15 APPENDIX A M AMIBTACH Certificotion,Proposo Ouestionnoire & Req uire ments Affidovit PROCUREMENT DEPARTMENT 1700 Conveniion Center Drive Miomi Beoch. Florido 331 39 r I nre 20rs-ro3-ME 37 Prelrnrinory Droft 1 /23 / I 5 Solicitation No: 2014-294-l\llE Solicitation Title: Design-Builder Services for the Miami Beach Convention Center Renovation and Expansion Procurement Contact: Maria Estevez Tel: 305-673-7490 Email: mestevez@miamibeachfl .qov PROPOSAL CERT|FICATION QUEST|ONNAIRE & REQUIREfoIENTS AFFIDAVIT Purpose: The purpose of this Proposal Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposers of certain solicitation and contractual requirements, and to collect necessary information from Proposers in order that certain portions of responsiveness, responsibili$ and other determining factors and compliance with requirements may be evaluated. This Proposal Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer lnformation. FIRM NAME: No of Years in Business:No of Years in Business Locally: I No. of Employees: OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE LAST 1O YEARS: FIRM PRIMARY ADDRESS (HEADAUARTERS): CITY: STATE: IELEPHONE NO.: IOLL FREE NO.: FAX NO.: FIRM LOCAL ADDRESS: CITY: STATE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: ACCOUNT REP TELEPHONE NO,: ACCOUNT REP TOLL FREE NO,: ACCOUNT REP EMAIL: FEDEML TAX IDENTIFICATION NO.: The City reserves the right to seek additional information from Proposer or other source(s), including but not limited to: any firm or principal information, applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems necessary to evaluate the capacity of the Proposer to perform in accordance with contract requirements. ro I nre 20r5-1os-ME 38 2. Prelim rno ry Drcf t ) i')3 / ) 5 Veteran Owned Business. ls Proposer claiming a veteran owned business status? l-_l ves [-_l r.ro SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government, as required pursuant to ordinance 2011-3748. Conflict Of lnterest. All Proposers must disclose, in their proposal, the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the proposer entity or any of its affiliates References & Past Performance. Proposer shall submit at least three (3) references for whom the proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact lndividual Name & Title, 3) Address, 4) Telephone, 5) Contact's Email and 6) Narrative on Scope of Services Provided. Suspension, Debarment or Contract Cancellation. Has proposer ever been debarred, suspended or other legal violation, or had a contract cancelled due to non-performance by any public sector agency? [__l vEs [__l r.ro SUBMITTAL REQUIREMENT: lf answer to above is "YES," proposer shall submit a statement detailing the reasons that led to action(s). Vendor Campaign Contributions. Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including disqualification of their proposals, in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants) with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. Code of Business Ethics. Pursuant to City Resolution N0.2000-23879, each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics ("Code") and submit that Code to the Procurement Management Department with its response or within five (5) days upon receipt of request. The Code shall, at a minimum, require the proposer, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. ln lieu of submitting Code of Business Ethics, Proposer may submit a statement indicating that it will adopt, as required in the ordinance, the City of Miami Beach Code of Ethics, available at www.miamibeachfl.gov/procuremenU. 3 4. 5. 6. il | RFP 2Or5-ro3-ME 39 7. 8 9. Prelirr,inr:ry Drolr i / 23 i 1 5 Prevailing Wage: lntentionally omitted. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. lntentionally omitted. Public Entity Crimes. Section 287 .133 (2)(a), Florida Statutes, as currently enacted or as amended from time to time, states that 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, Proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a proposal, Proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit proposals, Proposals, or replies 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 in excess of the threshold amount provided in section. .287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees with the requirements of Section 287.133, Florida Statutes, and certifies it has not been placed on convicted vendor list. 10. Have you ever failed to complete any work l-_l vEs awardedL]to you? lf so, where and why? NO 12. SUBMITTAL REQUIREMENT: lf yes, submit information on project, agency, agency contact and reason why contractor failed to complete work. 11. Has a surety company ever intervened to assist a governmental agency or other client of the Proposer in completing work that the Proposer failed to complete? [-l ves [-_l r.ro SUBMITTAL REQUIREMENT: lf yes, submit owner names, addresses and telephone numbers, and surety and project names, for all projects for which you have performed work, where your surety has intervened to assist in completion of the project, whether or not a claim was made. Bankruptcy. Has the Proposer filed any bankruptcy petitions (voluntary or involuntary) which have been filed by or against the Proposer, its parent or subsidiaries or predecessor organizations during the past five (5) years. lnclude in the description the disposition of each such petition. l__l vEs [__l No SUBMITTAL REQUIREMENT: lf yes, list and describe all bankruptcy petitions (voluntary or involuntary) which have been filed by or against the Proposer, its parent or subsidiaries or predecessor organizations during the past five (5) years. lnclude in the description the disposition of each such petition. Litigation History. Has Proposer or any principal or employee of the Proposer (relating to professional endeavors only) been the subject of any claims, arbitrations, administrative hearings and lawsuits brought by or against the Proposer or its predecessor organization(s) during the last five (5) years, including any disputes with hotel brands or hotel operators within the last ten (10) years. l-__l vrs [__l r.ro SUBMITTAL REQUIREMENT: lf yes,listallcase names;case, arbitration orhearing identification numbers;the name of the project over which the dispute arose; a description of the subject matter of the dispute; and the flnal outcome of the claim. 13. u I nre 20r5-103-ME 40 14. 15. 16. Preliminory Droft 1 /23/ 1 5 Has the Corporation, Officers of the Corporation, Principal Stockholders, Principals of the Partnership or Owner of Sole Proprietorship ever been indicted, debarred, disqualified or suspended from performing work for the Federal Government or any State or Local Govemment or subdivision or agency thereof? f---] vrs [-_-] ruo SUBMITTAL REQUIREMENT: lf yes, list the specific cases and the charging agency. Principals. Provide the names of all individuals or entities (including your sub-consultants) with a controlling financial interest. The term "controlling financial interest" shall mean the ownership, directly or indirectly, of 10o/o or more of the outstanding capital stock in any corporation or a direct or indirect interest of 10o/o or more in a firm. The term "firm" shall mean any corporation, partnership, business trust or any legal entity other than a natural person. Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation which may provide additional information to proposers or alter solicitation requirements. The City will strive to reach every proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addendum may result in proposal disqualifi cation. lnitialto Confirm Receiot lnitial to Confirm Receiot lnitial to Confirm Receiot Addendum 1 Addendum 6 Addendum 11 Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 lf additional confirmation of addendum is required, submit under separate cover. Art in Public Places (AIPP): By virtue of submitting a proposal to this RFP, Proposer certifies that is will comply with the Art in Public Places (AIPP) requirements of the City pursuant to Sections 82-536 to 82-612 of the City Code without limitation and that any resulting prolect plans, designs and guaranteed maximum price (GMP) shall be fully compliant with the AIPP requirements. Minimum Hotel Project and Room Block Requirements. By signing the Proposer Certification required as part of this RFP, Proposer hereby certifies that its proposal submission adheres to and satisfies the minimum Hotel Project requirements set forth in Sections 4 and the Room Block requirements set forth in Section 5 of Division 00100 of this RFP, and that, if selected, all such terms shall be included in the Lease. Proposer specifically acknowledges and agrees that the failure to comply with and/or agree to the foregoing requirements referenced in Sections 4 and 5 of Division 00100 of this RFP shall render Proposer non-responsive. 17, 18. $ I RFP 20rs-r03-ME 41 Preiimrnor/ Droft 1,/23i i 5 The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the "City") for the recipient's convenience. Any action taken by the City in response to Proposals made pursuant to this solicitation, or in making any award, or in failing or refusing to make any award pursuant to such Proposals, or in cancelling awards, or in withdrawing or cancelling this solicitation, either before or after issuance of an award, shall be without any liability or obligation on the part of the City. ln its sole discretion, the City may withdraw the solicitation either before or after receiving Proposals, may accept or reject Proposals, and may accept Proposals which deviate from the solicitation, as it deems appropriate and in its best interest. ln its sole discretion, the City may determine the qualifications and acceptability of any party or parties submitting Proposals in response to this solicitation. Following submission of a Bid or Proposal, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Proposal and the applicant including, without limitation, the applicant's affiliates, officers, directors, shareholders, partners and employees, as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposers. lt is the responsibility of the recipient to assure itself that information contained herein is accurate and complete. The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents, or on any permitted communications with City officials, shall be at the recipient's own risk. Proposers should rely exclusively on their own investigations, interpretations, and analyses. The solicitation is being provided by the City without any warranty or representation, express or implied, as to its content, its accuracy, or its completeness. No warranty or representation is made by the City or its agents that any Proposal conforming to these requirements will be selected for consideration, negotiation, or approval. The City shall have no obligation or liability with respect to this solicitation, the selection and the award process, or whether any award will be made. Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer, is totally relying on this Disclosure and Disclaimer, and agrees to be bound by the terms hereof. Any Proposals submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Proposal. This solicitation is made subject to correction of errors, omissions, or withdrawal from the market without notice. lnformation is for guidance only, and does not constitute all or any part of an agreement. The City and all Proposers will be bound only as, if and when a Proposal (or Proposals), as same may be modified, and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties. Any response to this solicitation may be accepted or rejected by the City for any reason, or for no reason, without any resultant liability to the City. The City is governed by the Government-in{he-Sunshine Law, and all Proposals and supporting documents shall be subject to disclosure as required by such law. All Proposals shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposers are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Proposal, the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Proposal, and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Proposal is true, accurate and complete, to the best of its knowledge, information, and belief. Notwithstanding the foregoing or anything contained in the solicitation, all Proposers agree that in the event of a final un-appealable judgment by a court of competent jurisdiction which imposes on the City any liabilig arising out of this solicitation, or any response thereto, or any action or inaction by the City with respect thereto, such liability shall be limited to $10,000.00 as agreed-upon and liquidated damages. u I nre 20rs-ro3-ME 42 Preirmrnary Drolt 1/2Si l5 The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. ln the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. ss N nre 20rs-ro3-ME 43 Prelrrn rno ry Drof t ) i 23 i' 1 5 Name of Proposer's Authorized Representative:Title of Proposer's Authorized Representatrve: Signature of Proposer's Authorized Representative:Dale: State of FLORIDA On this _day of _, 20_, personally appeared before me _ who County of stated that (s)he is the , a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed, Before me: of I hereby certify that: l, as an authorized agent of the Proposer, am submitting the following information as my firm's Proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; Proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of Proposal submitted; Proposer has not divulged, discussed, or compared the Proposal with other Proposers and has not colluded with any other Proposer or party to any other Proposal; Proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this Proposal, inclusive of the Certification, Questionnaire and Requirements Affidavit are true and accurate. 36 | RFP 20r5-rO3-ME 44 APPENDIX B b :MIAAAIBEACH Hotel Site P,elirnrnory Drul, i /23i I 5 PROCUREMENT DEPARTMENT l70O Convention Center Drive Miomi Beoch. Florido 33139 sr I nrn 20r5-ro3-ME 45 Preliminory Droii 1 i23i | 5 $ [ $:\llgf _Er,\s E Ll E Nr IDCE OF lilBCC AREA WITHIN NEW HOTEL SITE 2.65 ACRES / 11s,265 SQFT It,f€w Pr r &IENOAL lO trIt O(IOrl€ a'J::----:---l - - - ri ilt-ta'- : Ar'ta?t IrOTf;Nr$*. rllLxmE F&$mHg r() sE t0Affif{s r{ElrcvEp GA$EUSlrY O}IIACRI: r0.t15 sQFr ffr{ mBfi T0 s* ITEM(}l/IS {$ lCle!( *$ 9H,Xo I !l.tsr' ur ii ti ---J ra I nre 20r5-ro3-ME 46 Pr"elimrnory Drolt 1 /23/ 1 5 APPENDIX C b :MIAMIBEACH Miomi Beoch STR Trend Reports PROCUREMENT DEPARTMENT I200 Convention Center Drive Miomi Beoch, Florido 331 39 lr I nre 2ors-ro3-ME 47 Prelimrn,rry Droft ) l'23i ) 5 APPENDIX D AAIAMIBEACH MBCC Events ond Attendonce PROCUREMENT DEPARTMENT 1700 Convention Center Drive Miomi Beoch, Florido 331 39 o I nrn 20r5-ro3-ME 48 Preliminr:ry Droir ) /23,/ l5 sta.t Date End Date 10126113 t0l26lL3 tllr4lt3 Lllr4/13 t2l0slL3 L2l05lt3 t2l0slr3 12105113 12106/t3 L2l06lt3 t2106/13 7zl06lt3 L2106113 t2l06lt3 LZ/07113 L2l07lt3 L2l07lt3 t2l07lL3 t2l07lL3 L2107173 rzltsll3 L2llsl73 0Ll23lL4 0U23174 0Ll24lL4 0u24lr4 05lt7lt4 0slL7lt4 05/23114 0s/261t4 05129174 06102114 091031).4 091031t4 091t6/74 o9lt6lL4 09lBlr4 09123114 t0ll2l!3 L0lL3lt3 t0l25lt3 L0lz7lr3 11/08/13 tULTlr3 1zl04lt3 t2l08lt3 0L/02114 011061t4 oL/30/14 021031t4 0u3ut4 02l0ut4 02/131t4 02lt7lr4 02/z2lt4 021221t4 031?!lL4 03124114 04lLLl74 04113114 Mlt3l74 04173174 Mlt9l14 04lt9lt4 04126114 04126114 0sl05lt4 051c6,114 0sl08lt4 05lfilr4 0sl20lL4 0s120174 051301L4 06l0LlL4 051291L4 06/021L4 06106114 061081L4 06108114 061081L4 061231t4 061241t4 061281t4 061281t4 07103114 071061t4 07lt0lL4 07l1uL4 07lz7lL4 07127114 071261t4 071261t4 07l3uL4 08l0ur4 081291t4 09102114 08lz9lL4 081311L4 09127114 09128114 fY 20L4 Description Save Dade Halloween Ball VIP Drivers Party Citi Private Reception Boca Museum ofArt Reception NSI Insurance Group - Vistage ArtNexus Museum Circle 2013 Mount Holyoke College Reception John Hopkins University Alumni Reception Washington University in St Louis Brunch Reception George Washington University Alumni House Children's Holiday Party Millionaires Club Award Celebration World Gate Reception MBSHS Prom 2014 Memorial Day Week-end Meal Program JP Morgan Chase MBCC Incard Anniversary World Outcames Miami 20U LGBT Visitors Center(Pink Flamingo Event) Sweat USA Fitness & Wellness Festival Miami Beach Antique lewelry & Watch Show 43 Annual South Florida Auto Show Art Basel in Miami Beach Discover the Dinosaurs Original Miami Beach Antique Show The Nissan Total Health & Fitness Expo - Presented by The Miami Herald & El Nuevo Herald Progressive Insurance - Miami International Boat Show Solefest Miami Sneaker Convention Tradeshow Miami Home Design & Remodeling Show Dinosauria Experience Aging Healthy Fair The Sole Xchange Forgiato Fest eMerge Arnericas Technology Conference MGLFF Sceening (Miami Gay & Lesbian Film) Autism Today 2014 South Florida Boat Show NACA Save the Dream Tour World Vapor Expo Solecon Hang Suites Tradeshow Rene Mey Spiritual Conference Florida Supercon MTO Reg & Comedy Show Monster Energy DUB Show Tour The Solexchange US Marshals lewelry Auction Miami Home Design & Remodeling Show Miami New Construction Show Mlami Spa Aesthetic and Wellness Expo Tvpe Banquet Banquet Banquet Banquet Banquet Banquet Banquet Banquet Banquet Banquet Banquet Banquet Banquet Banquet Banquet Eanquet Banquet Banquet Banquet Consumer Show Consumer Show Consumer Show Consumer Show Consumer Show Consumer Show Consumer Show Consumer Show Consumer Show Consumer show Consumer Show Consumer Show Consumer Show Consumer Show Consumer Show Consumer Show Consumer Show Consumer Show Consumer Show Consumer Show Consumer Show consumer Show Consumer Show Consumer Show Consumer Show Consumer Show Consumer Show Consumer Show Consumer Show Consumer Show Consumer Show Attendance 880 50 95 40 25 L5 90 40 L20 0 500 100 600 4s0 4,500 30 800 300 200 2,000 950 140,000 70,000 19,732 12,000 35,000 r49,980 400 3s,000 3,000 400 500 2,000 5,000 675 t20 s,000 1,500 3,460 2s0 200 70 32,t50 s00 3,s00 700 30 16,000 7,000 250 {l I RFP 2Ors-rO3-ME 49 Start Date End Date r0/t6lt3 t0lt9l13 1012s/13 10126113 0tlz2l14 0rl24lL4 041301t4 0sl0t/14 06l2slr4 06lz8lt4 L0l06lL3 Lolo6l13 t0l20lt3 L0l20lt3 1L107/t3 Ltlt0ll3 ttl07lt3 7u07lL3 0L/L4/14 0t175/t4 0ut8lt4 011t8174 011231L4 0U23114 01123114 011231t4 0ll2slL4 0tl26lt4 01129/14 0tl30lt4 o3l03ll4 03lult4 03130114 03130114 04105114 04106114 041071t4 041071t4 04lL6lL4 041t8114 041251t4 04l2slL4 041251t4 Ml25lr4 0sl08lt4 05lL3lt4 05lt5lL4 05118114 0slt4lL4 051141t4 0s129114 05lz9lt4 06104114 06104114 06106174 0612711.4 071301L4 07/3t/t4 08l0llL4 0810t174 08ll8lt4 081L8114 081201t4 081201t4 o8l2ut4 081211L4 08125114 09125114 08/29114 081291t4 09103114 09103/t4 09103114 091041t4 091t2174 09lLzlL4 091t6174 091t7/14 10/08/13 10/08/13 10/08/13 10109113 10/18/13 L0lL8lL3 r0l26lt3 1ol27lr3 1tl02lt3 LLl05lL3 rllrTlt3 ttlLTlL3 ra$qB plwlL3 12lt8ll3 LZlLSlt3 0ll1uL4 0L112/t4 0Ll2uL4 0L|2UL4 0tl25lt4 0U26lL4 P'elr D6cription 4Life International Convention Team Global Convention burger king was in september / not october 5UNX Going Global -British Council MASCC/ ISOO 2014 International Cancer Care Symposium Healing Powers of Master Turyan El mensaje que cubrira toda la tierra Mama Gena's School of Womanly Arts Fire Lieutenant Exam UNUM Leadership Meeting Holistic Globe Networks Adlievers Team Rally Midwest Expansion Leaders Bitcoin Miami Team GOIO 2014 BikBok Angels-The Miami Missions Ater Tumti Ash the Experience Workshop PDRI Customs Broker Exam The Impact Conference @ Sustainatopia Southern Dist. of FL Bench and Bar Conf. 2014 Diversity Day/Youth Empowerment Conference The Reconnection Seminars 17th Annual Pediatric Board Review C-ourse NAF Studenvlndustry Conference Whole Foods Corpocte Meeting GMCVB Marketing & Planning Rebeat New Generation Leadership & Workforce Institute 12th Annual Pregnant Women, Infants. and Toddlers Conference The Adobe Photoshop Down & Dirty Master FX Tour with Corey Barker Art Basel Annual Training The Setai Job Fair Churdr Event Thompson Hotels lob Fair IATSE Training Rene Mey Spiritual Convention Bus Operator Exam Volunteer Florida 20th Annive6ary LexisNexis Risk Solutions "SCORE" Team Meeting Fiesta Bowl The Setai Mlami Beach lob Fair The Setai Miami B€ach America's Got Talent Casting Call Qi Activation Tour Titans of Dance Workshop Photo Shoot Shelbome Wyndham Grand Hotel Career Fair Volleyball Tournament The setai Job Fair Healthy, Sexy, & Delicious rntnsry D.Ort t/)t/t\t / LJ/ t -t Attendance 8,500 6,300 7,000 1,500 88s 400 s00 470 36s 65 290 300 200 550 70 280 300 400 95 200 723 400 2so 220 t,700 250 2so 75 300 200 100 50 600 s00 0 110 t,700 920 30 750 155 100 2,s00 470 800 360 100 3,000 100 L2 Type Convention Convention Convention Convention Convention Meeting Meeting Meeting Meeting Meeting Meeting Meeting Meeting Meeting Meeting Meeting Meetinq Meeting Meeting Meeting Meeting Meeting Meeting Meeting Meeting Meeting Meeting Meeting Meeting Meeting Meeting Meeting Meeting Meeting Meeting Meeting Meeting Meeting Meetinq Special Event Sp€cial Event Sp€cial Event Special Event Special Event Special Event Special Event Special Event Special Event Special Event Special Event rz I ere 20r5-ro3-ME 50 Start Dab End Date 02122174 021221t4 03/t6174 031161t4 041061L4 04106114 04127114 041271t4 osl\slL4 05lt8lt4 0s/L7114 05lt7lL4 0sl30lt4 06l0uL4 061071L4 061071t4 07l1ut4 071L3114 09127114 09/28114 10/0u13 10/03/13 10/03/13 t0l06lL3 L0lL0l13 L0l10lL3 t0l28lt3 t0l29lt3 0tlLut4 0Llt3lt4 oLl16lt4 0L/L6114 0L/221t4 0tl24lt4 0Llz9lL4 0tl3ut4 02127114 03l0tlL4 02lz7lr4 02128114 03lrLl!4 031131t4 03lL9lr4 0312t/14 031241t4 03129114 03129114 03131174 04l0slt4 0410711.4 04108114 04lLolL4 04110114 04lL0lL4 06/09114 06113114 06lL9lL4 06121114 06ll7lt4 06/ruL4 07lt9lt4 071221t4 081061t4 08/08/14 09/081t4 09lL0lt4 091t6t14 09h7tt4 Type Special Event Special Event Special Event Special Event Special Event Special Event Special Event Special Event Special Event Special Event Trade Show Trade Show Trade Show Trade Show Trade Show Trade Show Trade Show Trade Show Trade Show Trade Show Trade Show Trade Show Trade Show Trade Show Trade Show Trade Show Trade Show Trade Show Trade Show Trade Show Trade Show Trade Show Trade Show Trade Show l,tq Attendance 4,000 25 2,000 2,800 7,000 320 200 10 150 1,600 7,800 12,000 800 4,OOO 10,600 3,100 4,000 3,500 8,000 982 11,000 1,833 2,500 10,000 6,387 3,000 850 800 5,000 2,000 10,000 6,000 2,000 2,000 Preiirninory Droit 1 i2 Description South Florida Nationals Battle of he Boutique Fashion Show CHEERSPORT Cheerleading Competition AIDS Walk Miami - 26th Anniversary Miami International Fashion Week Miami Dance Movement:Summer Workhop Showcase Pliami 2014 Americas Exbeme Talent Reality Show Auditions IDOL Cheer Camp Jump Dance Convention Asia America Tradeshow lewelers International Showcase SFI Condo & HOA Expo 17th America's Food & Beverage Show Jeweler's International Showcase Small Business Expo 2014 Infomex ITEXPO 2014 Graphics of the Americas Miacreen Expo & Conference Cruise Shipping Miami 2014 Tissue World tunerica 2014 Winter Music Conference Jeweler's International Showcrse Intemational Congress of Esthetics Asia America Spring Tradeshow 2014 Spring SFI @ndo & HOA Expo LE Miami China Sourcing HostingCon Swimwear Show 2O15 AME Intemational Medical ftpo Asia America Tradeshow HD Americas Total Events: 134 Attendance: 732954 € | nre 20r5-ro3-ME 51 Prelimrnory Dr,rft 1 /23/ 1 5 Staft Date End Date t1l02lt2 trl03lt2 rrl07ll2 tu07lt2 t2l06lr2 121061t2 t2l06lr2 t2l06lt2 t2l06lr2 t2l06ll2 t2l07lt2 t2l07lL2 t2l07ltz t2l07lr2 L2l07lt2 t2l07lr2 r2l08lt2 t2l08lL2 t2108112 t2l08lr2 01/06/13 0v06lt3 0u26113 0u26lr3 031291t3 03lzslt3 0sl09lt3 051091t3 0slz3lr3 0sl27lt3 06l0tlL3 06/01/13 06l0tlt3 06/01/13 061261t3 o6lz6lt3 08/06/13 08106113 091171t3 091171t3 L0l0slt2 t0l07lt2 L0l07ltz t0l07lt2 tll09lt2 tu78lt2 LZl0sltz L2l09lt2 L2l28lt2 t2l29lt2 0tlttlt3 0tlr3lt3 oLlzslt3 0u26lt3 0tl3ut3 02104113 02lt4ll3 02lL8lr3 021231t3 021231t3 031221t3 03124113 031271t3 o3l27lr3 0s/18/13 0s/18/13 0slt9lr3 0sl20lt3 0sl3tlt3 06102113 061281L3 061301t3 08/30/13 09103113 08/30/13 091021t3 t0lr4lr2 L0l17ltz r0l24lL2 t0l26lt2 031021t3 03/0s/13 09123113 09126113 t0lt8ll2 t0l18lr2 LU07lt2 tu07lt2 Lvt0ltz ttlr0lrz rur4ll2 llllsllz Ltlt6lt2 1u16lt2 01/18/13 0u20lt3 011281t3 0tl30lt3 03l2slt3 031261t3 FY 2013 Description Santiago-Cameron Wedding BNI South Beach Boca Raton Museum of Art American Patrons of Tate Citi Private Art Nexus Mt Holyoke College UBS George Washington University-Alumni House Washington University in St Louis Hebrew Academy Gala 2013 LEO Awards Whole Foods Market Training & Job Fair Whole Foods Meeting Memorial Day MBP- Meal Services Miami Beach Senior High School Prom Miami Beach Chamber of Commerce Gala Miami Beach Chamber of Commerce- Incard Anniversary KOTM Luncheon Presentation Pink Flamingo Awards Luncheon Miami Beach Antique Jewelry & Watch Show Healing Powers of Master Turyan South Florida Auto Show Art Basel Miami Beach Life in Color formerly DayGlow Franchise Expo South Nissan Total Health & Fitness Expo Original Miami Beach Antique Show Progressive Insurance - Miami International Boat Show South Florida Nationals Miami Home Design & Remodeling Show HLPA Career Expo DUB Show Tour Miami Beach Beauty Show South Florida Boat Show Magic: The Gathering Grand Prix Miami Home Design & Remodeling Show Miami Beach Summer RV Show AFP Annual Conference TC-f 20t2 American Academy of Dermatology Annual Meeting Burger King Corporation 20l2Fall SFI Condo & HOA Expo The Setai Miami Beach The Education Fund Microsoft Q2: Season of Launch MIAMI 1st International Vehicle Registrdtion and License Plate Security Seminar 2013 IMIA Conference xoRcoM Annual Pregnant Women, Infants, & Toddlers Conference Type Banquet Banquet Banquet Banquet Banquet Banquet Banquet Banquet Banquet Banquet Banquet Banquet Banquet Banquet Banquet Banquet Banquet Banquet Banquet Banquet Consumer Show Consumer Show Consumer Show Consumer Show Consumer Show Consumer Show Consumer Show Consumer Show Consumer Show Consumer Show Consumer Show Consumer Show Consumer Show Consumer Show Consumer Show Consumer Show Consumer Show Consumer Show Convention Convention Convention Convention Meeting Meeting Meeting Meeting Meeting Meeting Meeting Meeting Attendance 100 100 30 30 30 15 100 30 50 100 340 550 0 0 0 525 7,200 0 150 200 1,698 450 102,7t7 70,000 11,000 8,000 34,193 1,6,181, 100,589 4,000 15,000 300 5,052 500 5,000 3,150 27,OOO 700 6,000 11,763 L9,488 2,600 1,000 150 550 430 20 500 50 300 u I nre 20rs-ro3-ME 52 Prelimrnory Droft 1 i 23,1 5 Start Date End Date Description 04106113 04106113 Andrew Wommack Ministries 04109113 04109113 HydroPeptideRegionalTraining 04lllll3 04ll!l3 Douglas Elliman Meeting 04ll7ll3 04119113 The Impact Conference @ Sustainatopia 04126113 04126113 Diversity History Day 04127113 04127113 Holistic Globe Networks 051L5113 05/15/13 AOHT Student Conference 061071t3 06128113 The New Generation Leadership 06127113 06127113 GMCVB Marketing & Planning Retreat 08ll2ll3 08ll4ll3 2073-2014 Annual Pre-Service Training Conference 09lI3ll3 091131t3 Adobe Photoshop Seminar Tour L0l06lt2 10106112 PowEMDEzERo SHAUN T BOOT CAMP lu03ll2 l!06112 Qi Revolution Tour lLll4lLZ lll04l12 American Dance Awards Training tll9gll2 LLlLLllz Mama cena's School of Womanly Arts ttlt7l12 lvlSllz Qi Production Meeting t2lt3l12 l2ll4ll2 Magic City Hair & Make-Up l2ll5ll2 12116112 Braco Gazing Seminar 12116112 12116112 Children's Holiday Party L2l31ll2 0tl06ll3 Iglesia de Dios Church Service 0U06lL3 01/06i 13 The BAMA Bowl Bash &VIP Dinner 0!ltlL3 0U13lL3 Braco Gazing Seminar 0Ul2lL3 0llt3l13 Volleyball Tournament 021021t3 02102113 Beer Fest 0Zl03lt3 02103113 One of a Kind Collectibles Auction 02123113 02124113 Volleyball Tournament 03/11/13 03lLZlt3 Mounted Memories Signing O3ll8ll3 03122113 Winter Music Conference 03120113 031231L3 Miami Beach International Fashion Week 041061t3 04106113 Forgiato tust 04120113 06101113 Celebrity Star Event 041281t3 04128113 AIDS Walk Miami 2013 05/01/13 05/01i 13 People United for Christ Seminar 051041L3 05/05/13 Relay for Life 0Sl07ll3 05107113 Chamber Joint Meeting 061041L3 06104113 High Tide on the Beach 06/08/13 06108113 Promoter's Coalition 06/08/13 06/08/13 The SoleXchange & Solefest Sneakers & Apparel Tradeshow 06/08/13 06/08/13 Naam Yoga Class 06125113 06128113 Political Institute for Women O7ll2lt3 07113113 White Affair 07ll2ll3 07lt4ll3 IDOL Cheerleading Showcase 07ll3ll3 07ll5ll3 Miami Take Over 2013 07126113 07128113 Salsa Dance Congress 09lL2lL3 09116113 NACA Save the Dream Tour 09ll2ll3 O9lL6ll3 Wells Fargo Home Moftgage- NACA O9l28ll3 09129113 Jump Dance Miami 08107113 08/09/13 FIME International Medical Expo l0l04ll2 l0l07ll2 JewelerslnternationalShowcase OVlgll3 0U2Ul3 JewelerslnternationalShowcase Type Meeting Meeting Meeting Meeting Meeting Ivleeting Meeting Meeting Meeting Meeting Meeting Special Event Special Event Special Event Special Event Special Event Special Event Special Event Special Event Special Event Special Event Special Event Special Event Special Event Special Event Special Event Special Event Special Event Special Event Special Event Special Event Special Event Special Event Special Event Special Event Special Event Special Event Special Event Special Event Special Event Special Event Special Event Special Event Special Event Special Event Special Event Special Event Trade Show Trade Show Trade Show Attendance 800 25 40 400 400 300 550 230 220 1,300 420 200 420 100 350 30 100 0 s00 200 1,391 2,777 3,000 1,000 300 3,000 15 1,975 2,000 3,000 400 2,600 1,500 s00 0 70 0 500 130 20 673 400 750 1,952 1,900 40 1,200 16,683 9,000 10,000 rs I nre 20r5-ro3-ME 53 Preiirnin,-rry Droii 1 / ?-3 i t, 5 Start Date End Date 0tl30lt3 02l0tlt3 0tl3rlt3 02l0LlL3 03lt2lr3 031141t3 04106113 04108113 041071t3 04108113 04l1rlt3 04lLtl13 041231t3 0412s113 06lt0lt3 06lt3lt3 06lt0lt3 oqrol]3 06ll9lt3 06l2uL3 06l2slr3 06127lt3 07120113 071231t3 o8l25lr3 081261t3 09lt7lt3 09/18/13 091241t3 091251t3 Description ITEXPO 2013 MIAGREEN Expo & Conference Cruise Shipping Miami Jeweler's International Showcase International Congress of Esthetics 2013 Spring SFI Condo & HOA Expo IDEA 2013 LE Miami Oribe Hair Show The International Floriculture Expo China/India Sourcing Swimwear Show 2014 Miami Beach Convention & Beauty Show The Water Expo HD Americas Total Events: 115 Total Attendance: 589,663 Type Trade Show Trade Show Trade Show Trade Show Trade Show Trade Show Trade Show Trade Show Trade Show Trade Show Trade Show Trade Show Trade Show Trade Show Trade Show Attendance 6,967 3,698 10,000 8,409 3,000 950 6,700 800 1,800 s,000 5,275 9,000 6,000 3s0 2,800 fi | RFP 2or5-ros-ME 54 Prelrrnrn.'lry Droir 1 /'23i | 5 APPENDIX E & :MIAMIBEACH Propose(C Hotel Progrom Areos Form PROCUREMENT DEPARTMENT lTOO Convention Center Drive Miomi Beoch, Florido 331 39 rz I nre 20r5-ro3-ME 55 Prelimrnclry Droft 1 /23 t' 1 5 Proposed Hotel Program Areas Form Units Square Feet Average Size Guest Rooms Standard Suites Hospitality Suites Guest Support Areas Subtotal Meeting Facilities Ballroom Jr. Ballroom Breakout Meeting TotalLeasable Support Subtotal Food & Beverage Outlet 1 Outlet 2 Outlet 3 Outlet 4 Parking Support Lobby Office Pool spa Fitness Other Subtotal TOTAL SF SF SF SF SF SF SF Seats SF Seats SF Seats SF Seats SF SF SF SF SF SF SF SF SF .s I RFP 20r5-r03-ME 56 THIS PAGE INTENTIONALLY LEFT BLANK 57 R7 RESOLUTIONS 58 COMMISSION ITEM SUMMARY Condensed Title: A Resolution Of The Mayor And City Commission Of The City Of Miami Beach, Florida, Approving Addendum No. 4 To Request For Proposals No. 2014-294-ME, For Design/Builder Services For The Miami Beach Convention Center Renovation And Exoansion Proiect (Proi lntended Outcome Su Item Summary/Recommendation: On July 30,2014, the Mayor and City Commission authorized the issuance of RFP 2014-294-MEfor Design Builder Services for the Project (the "RFP"), pursuant to Section 287.055 of the Florida Statutes, commonly referred to as the Consultant's Competitive Negotiation Act (CCNA). On November 19, 2014, lhe Mayor and City Commission approved Resolution No. 2014-28848, pertaining to the ranking of the proposals with respect to Phase I of the RFP selection process. On December 18, 2014, the Mayor and Commission approved Addendum No. 3 to the RFP, providing certain clarifications with respect to the Phase ll evaluation process, and incorporating the Design Criteria Package and the form of Design-Build Agreement for the Project. On January 21,2015, the City received notice that Hunt Construction Group was formally withdrawing from the RFP process, leaving only one qualified bidder - Clark Construction Group. As a result of the aforementioned, the proposed Addendum No. 4 to the RFP, attached hereto as Exhibit "A," modifies the Phase ll Evaluation Process (Section 00305) and lnstructions to Proposers (Section 00300). ln addition, it provides a description for Add Alternate 14 - Parking Canopies. RECOMMENDATION The Administration recommends that the Mayor and City Commission authorize the issuance of Addendum No. 4 to RFP 2014-294-ME for Design/Builder Services for the Miami Beach Convention Center Renovation and Expansion Project. ADOPT THE RESOLUTION. lmprove alliance with key business sectors, namely hospitality, arts & international business with a focus on enhanced culture, entertainment & tourism. Supporting Data (Surveys, Environmental Scan, etc.): N/A Financial I nformation: Source of Funds: Amount Account 1 2 3 OBPI Total Financial lmpact Summary: Clerk's Office Maria Hernandez, Exten sion 7284 T:\AGENOA\201 S\January\MBCC - Special Comm 4 to RFP 2014-294-ME.dotx.docx -1S\Design Build Addendum No AGENOA ITEM R1 h ,-r?_,<MIAMIBEACH DATE59 1915.2015 MIAMIBEACH City of Miomi Beoch, i 700 Convention Center Drive, Miomi Beoch, Florido 33139, www.miomibeochfl.gov COMMISSION MEMORANDUM TO:Mayor Philip Levine and Members 01|the City FROM: Jimmy L. Morales, City Manager DATE: January 27,2015 MIAMI BEACH, FLORIDA, APPROVING ADDENDUM NO. 4 TO REQUEST FOR PROPOSALS NO. 2014.294.ME, FOR DESIGN/BUILDER SERVICES FOR THE MlAMI BEACH CONVENTION CENTER RENOVATION AND EXPANSION PROJECT (PROJECT). ADMI NISTRATION RECOMM ENDATION Adopt the Resolution. KEY INTENDED OUTGOME lrnprove alliance with key business sectors, namely hospitality, arts & international business with a focus on enhanced culture, entertainment & tourism. BACKGROUND On July 30,2014, the Mayor and City Commission authorized the issuance of RFP 2014-294- ME for Design Builder Services for the Project (the "RFP"), pursuant to Section 287.O55 of the Florida Statutes, commonly referred to as the Consultant's Competitive Negotiation Act (CCNA). On November 19, 2014, the Mayor and City Commission approved Resolution No.2014-28848, pertaining to the ranking of the proposals with respect to Phase I of the RFP selection process. On December 18, 2014, the Mayor and Commission approved Addendum No. 3 to the RFP, providing certain clarifications with respect to the Phase ll evaluation process, and incorporating the Design Criteria Package and the form of Design-Build Agreement for the Project. On January 21, 2015, the City received notice that Hunt Construction Group was formally withdrawing from the RFP process, leaving only one qualified bidder - Clark Construction Group. As a result of the aforementioned, the proposed Addendum No. 4 to the RFP, attached hereto as Exhibit "A," modifies the Phase ll Evaluation Process (Section 00305) and lnstructions to Proposers (Section 00300). ln addition, it provides a description for Add Alternate 14 - Parking Canopies. 60 MBCC Design Build RFP Addendum No 4 January 27, 201 5 Page 2 CONCLUS!ON The Administration recommends that the Mayor and City Commission authorize the issuance of Addendum No. 4 to RFP 2014-294-ME for Design/Builder Services for the Miami Beach Convention Center Renovation and Expansion Project. Attachments: Exhibit A - Addendum No. 4 to RFP No. 2014-294-ME JLM:MT:MH:AD T:\AGENDA\201S\January\MBCC - Special Commission Meeting 1 -27-15\RFP-20'14-294-ME Design Build Addendum No 4 - MEMO-docx 61 RESOLUTION NO. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING ADDENDUM NO. 4 TO REQUEST FOR PROPOSALS NO. 2014.294.ME, FOR DESIGN/BUILDER SERVICES FOR THE MIAM! BEACH CONVENTION CENTER RENOVATION AND EXPANSTON PROJECT (PROJECT). WHEREAS, on July 30, 2014, the Mayor and City Commission authorized the issuance of RFP 2014-294-ME for Design Builder Services for the Project (the "RFP"), pursuant to Section 287.055 of the Florida Statutes, commonly referred to as the Consultant's Competitive Negotiation Act (CCNA); and WHEREAS, on November 19, 2014, the Mayor and City Commission approved Resolution No.2014-28848, pertaining to the ranking of the proposals with respect to Phase I of the RFP selection process; and WHEREAS, on December 18, 2014, the Mayor and Commission approved Addendum No. 3 to the RFP, providing certain clarifications with respect to the Phase ll evaluation process, and incorporating the Design Criteria Package and the form of Design-Build Agreement for the Project; and WHEREAS, the proposed Addendum No. 4 to the RFP, attached hereto as Exhibit "A," provides additional clarifications and submittal requirements with respect to the Phase ll selection process, including updated Phase ll Evaluation Criteria. NOW, THEREFORE, BE !T DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH FLORIDA, that the Mayor and City Commission hereby approve and accept Addendum No. 4 to RFP 2014-294-ME for Design Builder Services for the Miami Beach Convention Center Renovation and Expansion Project ("Project") attached hereto as Exhibit "A." PASSED and ADOPTED this day of January, 2015. Philip Levine, Mayor ATTESTED BY: ,6F[rguRgglg, Rafael E. Granado, City Glerk Cifu Ailorney - Dote 62 EXHIBIT Ag MTAMTBEACH City of Miomi Beoch, l70O Convention Center Drive, Miomi Beoch, Florido 33139 www.miomibeochfl.gov PROCUREMENT DEPARTMENT Tel: 305-673"7490 Fox: 786-394-4002 ADDENDUM NO. 4 REQUEST FOR PROPOSALS NO. 2014.294.ME FOR DESIGN-BUILDER SERVICES FOR THE MIAMI BEACH CONVENTION CENTER RENOVATION AND EXPANSTON PROJECT (THE "RFP") January _,2015 This Addendum No. 4 to the above-referenced RFP is issued by the City to make certain clarifications and revisions as specified herein. The RFP is amended in the following particulars only. 1. MODIFICATION: Section 00305 - Phase ll Evaluation Process The Phase ll evaluation process is hereby amended in its entirety and replaced with the following: The City Manager shall evaluate the proposal based on the following Evaluation Criteria: . The Guaranteed Maximum Price for the Base Bid and Add Alternates;. Recommended Voluntary Alternate Proposals;. Project Schedule;. OrganizationPlan/Personnel;o Approach & Methodology Plan;. Construction Logistics Plan;o Key Construction Subcontractor Experience; and. Commitment to Achieve LEED Gold Certification with no ongoing cost to the City. ln performing his evaluation, the City Manager may request technical review of the proposal by City staff and advisors including, without limitation, the Design Criteria Professional (Fentress Architects), the City's retained Owner's Representative (Hill lnternational, lnc.), and other City-retained MBCC Project consultants. The technical review may include an interview of the proposer, and recommendations with respect to potential acceptance of any Voluntary Alternate Proposals, if any. The City Manager may also take into account Section 2-369 of the City Code, including the following considerations: a) The ability, capacity and skill of the proposer to perform the contract. b) Whether the proposer can perform the contract within the time specified, without delay or interference. c) The character, integrity, reputation, judgment, experience and efficiency of the respondent. d) The quality of performance of previous contracts. e) The previous and existing compliance by the proposer with laws and ordinances relating to the contract. Upon conclusion of his evaluation (including consideration of any input from the aforesaid City staff and consultants' technical review), the City Manager shall make his written recommendation to the City Commission, which recommendation may be to authorize negotiations with the proposer or to reject the proposal in accordance with Section 2-367 of the City Code. Except as specified herein, all references in the RFP and Addenda related to the Phase ll Evaluation Committee and scoring are hereby deleted in their entirety. 1 I ADDENDUM 4 RFP 2014-294.ME DESIGN BUILDER FOR MBCC RENOVATION AND EXPANSION PROJECT 63 2. MODIFICATION: Section 00300 - lnstructions to Proposers Section 5 is hereby amended as follows (additions are underlined; deletions are strike-throughs): Determination Of Award: Pursuant to F.S. 287.055, the City shall first consider the qualifications firms through the process outlined in Section 0305, Evaluation of Process. The Evaluation proposals shall proceed in a two-phase process: A. Phase I - Proposals will be evaluated in accordance with the criteria established in Section 0305 for Phase I Evaluation. Following the Phase I Evaluation Process, the City Manager may recommend to the City Commission on or more respondents to be considered in Phase ll. The number of respondents recommended to be short-listed for consideration in Phase ll is solely at the discretion of the City Manager. B. Phase ll - Short-listed Proposals will be evaluated in accordance with the criteria established in Section 0305 for Phase ll Evaluation. The results ef beth Phase I and Phase ll evaluatiens will be eensidered by the City Manager whe the City; er may reeemmend rejeetien ef all respenses, Theeity Manager's reeemmendatien need iam iens= f) The ability eapaeity and skill ef the prepeser te perferm the eentraet, interferenee, iI fne quatity et pe iF+ne previeus and exis the eentraet, The City Commission shall consider the City Manager's recommendation for each phase and may approve such recommendation. The City Commission may also, at its option, reject the City Manager's recommendation and take such other action which it deems to be in the best interest of the City, er-itmay-a{se includinq, but not limited to rej ect!-gn_of a!-Usposa! s. att-respenses. Onee the Phase ll ranking is appreved by the Clt" Cemmissien, the City will enter inte eentraet the eity will terminate negetiatiens and begin negetiatiens with the next ranked firm, eentinuing this preeesur*ith eaeh firm in rank erder until agreeable terms ean be met er the preeurement is ln the event the Citv Commission authorizes contract negotiations with the proposer. such Csontract negotiations and execution will take place as quickly as possible after selection. of of 2 I ADDENDUM 4 RFP 2014.294-ME DESIGN BUILDER FOR MBCC RENOVATION AND EXPANSION PROJECT 64 3. ADDITONAL REQUIREMENT: Section 00315 - Phase ll Response Format "ADD ALTERNATES" (Tab 8) The Design Criteria Package included 13 Add Alternates. Below the specification for Add Alternate No. 14: Parking Canopies: Base Bid: Do not provide parking canopies as shown on Architectural Drawings 42600, 46101, the referenced drawings noted on these plans and other applicable drawings. Do not provide lighting affixed to canopies as shown on Electrical Drawing Series E3400 and E3500, but do provide power at locations shown terminating at the top of the concrete base of the canopy columns. Do not provide parking canopy structure as shown on Structural Drawing Sections 21 &22 on 55005. Do provide concrete pedestal as shown in Structural Detail 18 on 55005. Provide coordination with Owner's other contracto(s) providing the above scope of work and installation of photo voltaic or other energy-efficient panels. Add Alternate: Provide Parking Canopies as shown on Architectural Drawings 42600, A6101, referenced drawings noted on these plans and other applicable drawings. Provide lighting as shown on Electrical Drawing Series E3400 and E3500. Provide parking canopy structure as shown on Structural Drawing Sections 21 &22 on 55005 and Detail 18 on 55005. All responses to questions or requests for clarifications, including any updates/clarifications to the form of Agreement, shall be sent to the Proposers in the form of an addendum. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attentionof the individual named below, with RafaelGranado@m iam ibeachfl.qov a copy to the City Clerk's Office at Contact: lTelephone: lEmail: Maria Estevez 305-673-7000 ext. 7490 | mestevez@miamibeachfl. Proposers are reminded to acknowledge receipt of this addendum as part of your RFP submission. Sincerely, Alex Denis Procurement Director 3 I ADDENDUM 4 RFP 2014-294.M8 DESIGN BUILDER FOR MBCC RENOVATION AND EXPANSION PROJECT 65 THIS PAGE INTENTIONALLY LEFT BLANK 66