HomeMy WebLinkAboutR-91-0567J-91-627
7/17/91 9 1 " 5 6 7RESOLUTION NO.
A RESOLUTION, WITH ATTACHMENT(S), AUTHORIZING
THE CITY MANAGER TO EXECUTE AN AMENDMENT, IN
SUBSTANTIALLY THE ATTACHED FORM, TO THE
AGREEMENT, DATED JUNE 27, 1989, BETWEEN THE
CITY OF MIAMI AND URBAN ARCHITECTS, INC. FOR
THE PROVISION OF PROFESSIONAL DESIGN SERVICES
IN THE FIELDS OF ARCHITECTURE AND ENGINEERING
FOR THE ORANGE BOWL MODERNIZATION PROJECT -
PHASE II, CAPITAL IMPROVEMENT PROJECT
NO. 404238.
WHEREAS, pursuant to applicable City Code provisions, the
City Commission by Resolution No. 89-393, adopted April 27, 1989,
authorized the City Manager to execute an Agreement with Urban
Architects, Inc. (the "CONSULTANT") to provide professional and
technical design services for the Orange Bowl Modernization
Project - Phase II, hereinafter referred to as "PROJECT"; and
WHEREAS, an Agreement dated June 27, 1989 was duly executed
by the parties; and
■ WHEREAS, during the initial phase of work performed under
said Agreement; the Investigative Analysis and Program Phase, it
was determined by appropriate City officials, the City Manager,
and the CONSULTANT, that an alternative program was required for
the PROJECT to more accurately reflect the renovation needs of
the Orange Bowl Stadium and its major users; and
WHEREAS, based on said findings, the City Manager directed
modifications to the program for the PROJECT, primarily affecting
the scope of improvements and renovations within available
funding for the PROJECT; and
WHEREAS, the City Commission by Resolution No. 90-451,
adopted June 7, 1990, directed that certain work contained in the
program and scope of work for the PROJECT, namely specified
structural repairs and improvements, be conducted on an emergency
basis for the 1990 college football season; and
COMMMIM
ATTACHMENTS E Q
CONTAINEDJUL 20
Yf/0N 11�4 +.
i w z
WHEREAS, the City Manager, in a letter to the CONSULTANT
dated July 21, 1990, directed the CONSULTANT to proceed with the
design for the PROJECT in order to meet the renovation needs of
the Stadium's major users; and
WHEREAS, the City Commission, by Resolution No. 90r-594,
adopted July 26, 1990, accepted the CONSULTANT's findings and
reports from the initial Investigative Analysis and Program Phase
4
of Design, and ratified the City Manager's action in authorizing
the CONSULTANT to proceed with design; and
WHEREAS, said Resolution No. 90-594, further authorized the
City Manager to execute an amendment to the agreement to reflect
the modified scope of the PROJECT and the fee to the CONSULTANT
based on a total amount of $852,000 for all design services and
for administration of the PROJECT by the Public Works Department;
and
WHEREAS, based on the extent of emergency work required, the
City's need to meet the requirements of the major stadium users,
and the amount of funding available, the scope of CONSULTANT's
work was subsequently modified and increased; and
WHEREAS, the representative of the City Manager and the
CONSULTANT have determined that the following revised fees are
appropriate for the current scope of work: a Base Fee to the
Consultant in the amount of $836,000, with allowances of $250,000
for additional design services approved by the City Commission
and $10,000 for reimbursable expenses (such as printing and
reproduction), and $75,000 for Project Administration by the
Public Works Department; and
WHEREAS, certain other modifications to said Agreement have
also become necessary to reflect the schedule of fee payments,
the hourly fees for additional work approved by the City
Commission, an automatic fee structure for additional structural
improvements that may be required in the immediate future, the
makeup of the design team, and revisions to the insurance
requirements and indemnification clause based on the current
scope of work and factors previously described;
0
a
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
Section 1. The recitals and findings contained in the
Preamble to this Resolution are hereby incorporated by reference
thereto and adopted as if fully set forth in this Section.
Section 2. The City Manager is hereby authorized to
execute an amendment, in substantially the attached form, to the
agreement dated June 27, 1989 between the City of Miami and Urban
Architects, Inc. for the provision of professional design
services in the fields of architecture and engineering for the
Orange Bowl Modernization Project - Phase II, Capital Improvement
Project No. 404238, with funds therefor hereby allocated from
said Capital Improvement Project.
Section 3. This Resolution shall become effective
immediately upon its adoption.
PASSED AND ADOPTED this 25th day of
ATTE
MATTY HIRAI
CITY CLERK
PREPARED AND PROVED BY:
HUMBERTO HERNANDEZ
ASSISTANT CITY ATTORNEY
APPROVED AS TO FORM AND CORRECTNESS:
RGE L FERNANDEZ
TY AT ORNEY
bss:M2396
VIE
, 1991.
AMENDMENT #1 TO PROPESSIONAAL SERVICES AGREEMENT
DESIGN CONSUL'3'AT?T POR ORANGE BOWL MODERNIZATION PROJECT PHAS21
This Amendment made this day of , 1991 by and
between the City of Miami, a municipal cooperation of the State
of Florida, hereinafter referred to as the "CITY", and Urban
Architects, Inc., a for -profit corporation of the State of
Y,
Florida, hereinafter referred to as the "CONSULTANT".
"r
RECITAL _
WHEREAS, the City Commission by Resolution No. 89-393
adopted April 27, 1989, authorized the City Manager to execute an
Agreement with the CONSULTANT to provide professional and
technical design services for the Orange Bowl Modernization
�s
Project - Phase II, hereinafter referred to as "PROJECT"; and
WHEREAS, an Agreement dated June 27, 1989 was duly executed
by the parties; and 1—
WHEREAS, during the initial phase of work performed under
said Agreement, the Investigative Analysis and Program Phase, it
was determined by appropriate City officials, the City Manager,
i'
and the CONSULTANT, that an alternative program was required for
the PROJECT to more accurately reflect the renovation needs of
1
the Orange Bowl Stadium and its major users; and
WHEREAS, based on said findings, the City Manager directed
modifications to the program for the PROJECT, primarily affecting
the scope of improvements and renovations within available
funding for the PROJECT; and
WHEREAS, the City Commission by Resolution No. 90-451
i
adopted June 7, 1990 directed that certain work contained in the
program and scope of work for the PROJECT, namely specified
1
structural repairs and improvements, be conducted on a fast track
or emergency basis for the 1990 college football season; and
Ij WHEREAS, the City Manager, in a letter to the CONSULTANT
i
dated July 21, 1990, directed the CONSULTANT to proceed with the
design for the PROJECT in order to meet the renovation needs of
the Stadium's major users; and
Jow
j
91
7 i
t w
Y:
WHEREAS, the City Commission, by Resolution 90-594, adopted
July 26, 1990, accepted the CONSULTANT'S findings and reports
from the initial Investigative Analysis and Program phase of
Design, and ratified the City Manager's action in authorizing the
CONSULTANT to proceed with design; and
WHEREAS, Resolution No. 90-594, along with Resolution No.
91-- adopted , 1991, further authorized the City
Manager to execute an amendment to the agreement dated June 27,
1990 with the CONSULTANT, said amendment to reflect the modified
scope of the PROJECT and the fee to the CONSULTANT;
NOW, THEREFORE, CITY and CONSULTANT, for the considerations
hereinafter set forth, agree to amend the Agreement in the
following particulars.1/
1. Subsection I of SECTION I "DEFINITIONS" shall be modified as
follows:
"I. PROJECT - is hereby defined as the Orange
Bowl Modernization Project Phase II. The full scope of
the PROJECT is outlined in Exhibit "A $" attached to
this Agreement.- . which exhibit may be modified by
LKK•I t��iiL•Z! �=�•Z',
L =l i==�•F�=�
�•i� I UFIT fim
2. Subsections C and D of SECTION II "GENERAL" shall be
modified as follows, and Subsection E shall be added:
"C. The CITY has proposed an amount not to exceed
S9. 571, 000. 00 for the tout-} cost
of the PROJECT as followss
1. $ 935,000.60 S 836,000.00 for design
services, fee BASE FEE for the CONSULTANT.
2. $-18r;989.99 S 335,000.00 allowance for the
following to be used on the basis of actual
expenditures for:
a. An estimated $-39-r909-. 99 S 250, 00. 00
for fees of SPECIAL CONSULTANTS and/or
for fees relating to Additional Service
requested by the CITY and provided by
the CONSULTANT on this PROJECT.
b. An estimated S10.000 for CONSULTANT's
reimburseable expenses.
b C. An estimated $75,000 for PROJECT costs
incurred primarily by CITY'S Public
Works Department as follows:
i. Projected Expenses for inspection,
surveys, soil investigations and
related costs.
ii. Incidental Expenses for testing,
administration, printing and related
costs.
iii. Threshold Inspection as may be
required.
3. S 8,400,000.00 for estimated
construction as follows:
a. $12,10316ee.ee 58,000,000.00 for
estimated CONSTRUCTION COST of the
PROJECT.
b. , S 400,000.00 for estimated
construction contingencies at 5% of the
to be used as the cash
allowance during construction.
D. The CITY agrees to pay and the CONSULTANT agrees
to accept as payment in full for all professional
and technical services rendered, as outlined in
SECTION III - PROFESSIONAL SERVICES thereof, the
BASE FEE of Nine Hundred Thirty five Eight Hundred
Thirty Six Thousand Dollars and 00/100
(935,000.06) (S836,000.00).
T.
• • - Lt- 1 1JUVW41- •)
• 1 - • !--MR,M-MR, . ,
•- -! 1 11
1• -• •
Avg tMeAlp IM1 • _ • • .
-t. 111 111
As A
3. Paragraph I in Subsection H of SECTION III "PROFESSIONAL
SERVICES" shall be modified in the following particulars:
"H. Additional work authorized by the CITY
3 .. 567
4�
1.
services beyond the scope of the PROJECT
described herein may enemy be done by written
amendment to this Agreement executed by the CITY
MANAGER. At the CITY's option for additional
work, the CONSULTANT may will be paid an agreed
upon fixed fee or be paid at a rate of two and
•- - S) ktr4l 41AW41• -
Project Architectit
CONSULTANTb. For Additional Services 2rovided by the
•- or • -•-
consultants. the CONSULTANT shallbe p. • the
direct fees owed to those cgnsultants as
verified by 1 • - to thg CONSULTANT.
fifteen percent (15%) for CONSULTANT's overhead
and adMinistrative cost."
4. The First Paragraph and Subsection C of SECTION V
"COMPENSATION" shall be modified as follows:
"A For all professional and technical services
required to complete the PROJECT, as outlined in
Section III hereof and further described in Exhibit —a,
the CITY agrees to pay, and the CONSULTANT agrees to
accept, as a full payment for his services the BASE FEE
of y Six
Thousand Dollars and 00 100 -(J935-1$9-j-
($836.000.00). This payment will be made monthly in
proportion to the services performed so that the
compensation at the completion of each delign phase
shall equal the following percentages and amounts of
the total BASE FEE.
Percentage of Progress Accumulated
Base Fee Payment Payments
..
-
• •
IPA1=
r i ti IL-"-V-A-
1 = I t =. • = 11 � =-
�� •1 �:_
11
lil
4 � � 567
C. The CONSULTANT shall not expend funds related
to the SPECIAL CONSULTANTS and/or any other
reimbursable expense without prier %fritten
authorization from the PROJECT MANAGER,and t'
4.A a.1v1 A. N.i N.LVil .
inwoicea Fees for services performed under the
said ALLOWANCE shall be listed separate and apart from
those related to the BABB FEE, and must include a
breakdown of time and tasks related to the expenditure.
The CONSULTANT shall receive only those funds from this
allowance as are authorized and is not
otherwise entitled to any or all of the monies
contained in the ALLOWANCE. Nothing contained in this
Section shall allow the CONSULTANT to invoice for
services other than those specifically authorized."
5. Subsections A and B of SECTION VI "CONSULTANT'S SPECIALISTS"
shall be modified in the following particulars:
"A. The CONSULTANT proposes to have the following
specialists, either from its organization or as its
Consultants or associates to perform the services
indicated:
1. Architecture
2. Structural Engineering
3. Landscape Architecture
4. Electrical & Mechanical Engineering
B. Selection of the CONSULTANT by the Competitive
Selection Committee, authorized to negotiate and
approval of this AGREEMENT by the City Commission was
based, in part, on the qualifications and expertise of
the following architectural, landscape architectural,
engineering, and other design firms proposed as the
designated CONSULTANT'S SPECIALISTS.
1. Heery Architects & Engineers, Inc.
2. Laura Llerena & Associates, Inc.
.
*j. Emilio J. Hospital & Associates, Inc.
fro. Construction Management Services, Inc.
6. Efts ited *rch i-tect:a . "
6. SECTION XV "INDEMNIFICATION" shall be modified as follows:
"Except as provided herein below. tThe CONSULTANT
shall indemnify and save CITY, its officials, agents,
and authorized representatives harmless from claims,
liabilities, losses, and causes of action, in contract
or in tort, in law or in equity, which may arise out of
performance of this Agreement as a result of any
negligent act, error, or omission, unless such act is
caused by an employee, agents, or authorized
representatives of the CITY. The CONSULTANT shall pay
all costs from and against any orders, judgements or
decrees which may be entered and from and against all
costs, attorney's fees, expenses and liabilities
incurred in the defense of any such claims, or in the
investigation thereof.
�•5_ 91
7. Subsection A and the paragraph immediately- precedent to
Subsection A of SECTION XVI "INSURANCE" shall be modified as
follows:
"The CONSULTANT and the CONSULTANT'S SPECIALISTS
as applicable, shall maintain during the term of this
Agreement the following insurance.
A. Professional Liability Insurance: The
CONSULTANT and the CONSULTANT'S SPECIALISTS shall
maintain an aggregate total of Professional Liability
Insurance in the minimum amount of $1,000,000.00
The minimum individual amount of
Professional Liability Insurance maintained by the
CONSULTANT and each of the CONSULTANT'S SPECIALISTS
shall be not less than 5250.000.00. The Professional
Liability Policy shall be in the form of a standard
Professional Liability Policy or a Specific Project
Policy."
8. The Agreement entered into between CITY and CONSULTANT dated
June 27, 1989 shall remain in full force and effect and shall not
be deemed to be modified except as modified herein.
IN WITNESS WHEREOF the parties hereto have, through their proper
corporate officials, executed this Amendment #1 the day and year
first above written.
ATTEST:
City Clerk
ATTEST:
Corporate Secretary
6 -
THE CITY OF MIAMI, a municipal
corporation of the State of
Florida
By:
Cesar H. Odio, City Manager
CONSULTANT: Urban Architects, Inc.
a Florida for -profit Corporation
Nelson Mallo, President
91-- 567
APPROVED AS TO CONTENTS
APPROVED AS TO FORM AND CORRECTNESS:
Jorge L. Fernandez, City Attorney
APPROVED AS TO INSURANCE
REQUIREMENTS:
Segundo Perez, Insurance Manager
EXHIBIT Bs PROJECT SCONE OF WORK
AMENDMENT NO. 1 TO AGREEMENT
BETWEEN
THE CITY OF MIAMI AND URBAN ARCHITECTS, INC.
WORK/PROJECT_ELSE ENT
1. STRUCTURAL REPAIRS AND REPLACEMENT
Repair and replace as needed: deck sections and steel
decking, joists, channels, angles, connections, column
braces and column bases. Replace approximately 1500
concrete joists and poured -in -place concrete decks with new {
steel joists and poured -in -place concrete decks.
2. PAINTING -
Design the painting portion of the work to clean and repaint
portions of the steel structure of the stadium to protect
against accelerated decay and to facilitate corrosion
control and maintenance.
3. WATERPROOFING
Design as appropriate the sealing and waterproofing of the.
new concrete slabs to protect from water infiltration.
Includes the installation of caulks and sealants at
expansion joints and other locations to prevent water
penetration.
4. EECONDARY ELECTRIC SYSTE
Design upgrade to the existing secondary electric system to
serve planned improvements and to connect to the new primary
electric system being designed by CITY. CONSULTANT's work
includes new concourse and ramp lighting, and electrical
service to new restroom and concession facilities.
5. EMERGENCY LIGHTING AND SIGNAGE
Emergency lighting for principal concourses and ramps
serving as primary exit routes. Includes the design of non -
illuminated direction signs for concourses and ramps.
6. SANITARY FACILITIES AND CONCESSIONS
New toilet facilities and concessions at appropriate
locations. A total of approximately 175 new fixtures
(toilets and urinals) will be added to existing sanitary
facilities.
7. LOWER PRESS BOX RENOVATIONS
Design improvements to the lower press box consisting of
removing existing finishes and wall A/C units installing new
finishes, A/C and electrical systems.
8. GOLDEN CANE SEATING AREA
Design a new seating area
Golden Canes consisting of
the upper deck of the south
Upper Press Box.
i 9.
for the University of Miami's
364 arm chairs to be located in
stands directly in front of the
HURRICANE CLUB
Design a new meeting place for the University of Miami's
Hurricane Club, possibly located in the East End Zone,
Facilities will include air-conditioned meeting space,
restrroms, food service area, and other needed facilities.
EXHIBIT C
I
k
AMDMMENT No. 1 TO THE ACRE M14NT
affiTWgEPi
THE CITY OP MIAMt t FLORIDA AND URBAN ARCHITECTS, IN(!*
Investigative Analysis 6 Program Study - Alternative "A-2"
9rM99 bowl Modernitatton protect, Phase 1l
V.
PRo�TECT i1UDaET, - TgE;N1�TIV8 "A-2"
A.
Program of 2eprovemente
E
1.
Repair and upgrade existing stadium sttucture (including
existing ramps and concourses).
20900,000.
2.
Provide additional washrooms and concession apace in five
(5) "free standin$". towers between the existing ramps and
towers, and fill in empty spaces in existing structure as
-
necessary to increase fixtures approximately 600 fixtures.
41320,000.
.3.
now access ramp and handicap seating at West End Zone,
S0,000.
4.
Renovate lower Prose Sox.
130,000.
5.
Painting new steel'and part of existing structure. -
,540,000:
6.
Waterproof st*4Aum concrete deck.
1,150,000;'
7.
Remove 13,880 bench seats and install 12,364 new seats with
backs in the center of the north and south stands.
8651,500.
8.
Upgrade secondury••Iactric4l system.
300,000:
9.
Utility Adjustments as required (as required),
250„0006
10.
Emergency bighting System.
375;000. {
SUH TOTAL,,030,500.
Contingency (5x + 102)
1.657,600.
' TOTAL CONSTRUCT 0 S -
41201088100.
8,
Trogxes Options
11.
"Golden Ganes" Seating Enclosure 0 Upper grass Box. South Stands
300t000.
129
flew bound aytem.
3bo,opo.
}
13.
Four now remote ticket booth and one Pros/Vip entrance.
15000000
14*
Now control, scroep, remove existing fence and paving an required.
25000000
1
. �'$..,i3'n1 :' !4�3 sf.,.vH i i �T .•lt f silt. f hn '. / �- - ?;lpf
CITY OF MIAMI, FLORIOA
INTER -OFFICE MEMORANDUM
TO;Honorable Mayor and Members �ArE: JUL 1 71991 FILE:
of the City Commission -
SUBJECT: Resolution Approving an
Amendment to Agreement for
Professional Design Services
FROM: REFERENCES: for Orange Bowl Project
Cesar H. Odio ENCLOSURES:
City Manager
RECOMMENDATION
It is respectfully recommended that the City Commission adopt the
attached resolution authorizing the City Manager to. execute an
amendment (in substantially the attached form) to the Agreement
with Urban Architects, Inc. (and Heery Architects and Engineers,
Inc.) for the professional architectural and engineering services
required for the Orange Bowl Modernization Project.
BACKGROUND
Upon the conclusion'of the competitive selection process, -and
approval of the City Commission by Resolution No. 89-393, the
City entered into an agreement with Urban Architects, Inc. on
April 27, 1989. As the Consultant for the Orange Bowl
Modernization Project - Phase II, this firm, along with its sub -
consultants including Heery Architects and Engineers, Inc., are
providing professional design services for comprehensive
renovations to the stadium, consisting of structural
improvements, electrical and emergency system upgrades, sanitary
and restroom facilities improvements, and other amenities
required by the City and major stadium users. The base fee to
the Consultants at that time was $936,000 based on a construction
budget of $12,710,000.
During the initial investigative phase of design, it was
determined by staff and the Consultants that modifications to the
program of work was required, with greater emphasis on
structural, health and safety features. It was also recommended_
that certain structural repairs and other improvements be
conducted on an emergency basis prior to the 1990 college
football season. The Commission approved these findings and
authorized the emergency work by Resolution Nos.- 90-594 and
90-451, respectively.
To accommodate modifications to the scope of work required as a
result of the above factors, and coupled with the contractual
obligations of the City to the University of Miami and Orange
Bowl Committee, the attached amendment to the Consultant's
contract has been prepared. Funding for related fees has been
appropriated to the Capital Improvement Project No. 404238. The
following is a synopsis of the proposed modifications. -
JUL.- 1.9-'91 THU S C 0's PARKS&REC
SYNOPSIS OF CHANGES TO CONSULTANT AGREEMENT
URBAN ARCHITECTS, rNC.
SCOPE OF WORKS
FEES
SUBCONSULTANTSS
INDEMNIFICATIONS
INSURANCES
P 10 i
Modified to place greater emphasis on
structural, health and safety features, in
detailed as Exhibit 8 to the Agreement.
(Eliminates new towers, ramps and
concourses). Estimated construction budget
has changed from $121,710,000 to $8,400,000,
excluding costs for additional work and that
being designed by Public works.
Consultant's sane ree has changed from
$936,000 to $836,000 with an increased,
allowance (up to $250,000) for additional
services authorized by the City. Additional.
services to date include structural
certifications, scoreboard/sound system
consultation, and design of family picnic
area. The schedule of progress paymento has
also been modified to reflect the revised
Base roe.
Amendment also provides design fees schedules
for additional work authorized by the
Commissions for structural repairs and
improvemente, a flat fee ranging from 0.5% to
10% based on appropriated construction funds,
and specified hourly rates for design of
other improvements.
Due to the modification in the scope of work,
the services of these subconsultants are no
longer required: United Architects and
Maurice Grey and Associates.
Modified to provide relief to Consultant for
emergency repairs to structures It did not
originally design and for structural
certifications.
Consultant'e design team
Consultant individually) to
liability coverage of
$10000,000.
(as opposed to
provide aggregate -
not lose than
Fa ,-
4.
J-90-6i6
07/26/90
RESOLUTION NO. 9 594
A RESOLUTION ACCEPTING THE FINDINGS AND
REPORTS ON THE ORANGE BOWL STADIUM AND ITS
PROPOSED IMPROVEMENT PROGRAM AS PERFORMED BY
THE CITY'S DESIGN TEAM AND CONSULTANTS, URBAN
ARCHITECTS, INC., UNDER THE INITIAL
INVESTIGATIVE ANALYSIS AND PROGRAM PHASE OF
DESIGN FOR THE CAPITAL IMPROVEMENT PROJECT
ENTITLED "ORANGE BOWL MODERNIZATION - PHASE
II", PROJECT NO. 404238; RATIFYING, APPROVING
AND CONFIRMING THE CITY MANAGER'S ACTION IN
AUTHORIZING SAID FIRM TO PROCEED WITH DESIGN
OF SAID PROJECT IN ORDER TO MEET A TARGETED
DATE OF SEPTEMBER 1991 FOR COMPLETION. OF
CONSTRUCTION; AUTHORIZING THE CITY MANAGER TO
EXECUTE AN AMENDMENT TO THE AGREEMENT DATED
JUNE 27, 1989, IN A FORM ACCEPTABLE TO THE
CITY ATTORNEY, BETWEEN THE CITY OF MIAMI AND
URBAN ARCHITECTS, INC., SAID AMENDMENT TO
REFLECT THE REDUCTION IN THE SCOPE OF THE
PROJECT AND IN THE DESIGN FEE TO THE
CONSULTANT; ALLOCATING AN AMOUNT NOT TO
EXCEED $852,000 FROM THE CAPITAL PROJECT OF
THE SAME NAME FOR THE BALANCE OF DESIGN
SERVICES AND PROJECT ADMINISTRATION EXPENSES
REQUIRED OF THE DESIGN CONSULTANTS AND OF THE
PUBLIC WORKS DEPARTMENT FOR SAID PROJECT;
ENDORSING THE ACTION OF THE CITY MANAGER IN
HIS FINDING OF AN EMERGENCY AND IN HIS
AUTHORIZATION OF THE USE OF MODIFIED
PROCUREMENT PROCEDURES FOR SPECIFIED REPAIRS
AND IMPROVEMENTS TO SAID STADIUM, INCLUDING
THE INSTALLATION OF A NEW INTEGRATED
SCOREBOARD AND SOUND SYSTEM, TO BE COMPLETED
FOR THE 1990 COLLEGE FOOTBALL SEASON, SUBJECT
TO THE CITY COMMISSION'S FORMAL REVIEW OF
SAID ACTION AT A LATER DATE IN ACCORDANCE
WITH APPLICABLE CITY CODE PROVISIONS; FURTHER
DIRECTING THE ADMINISTRATION TO PROCEED
WITHOUT DELAY TO INITIATE AND COMPLETE
CONSTRUCTION OF SAID PROJECT FOR THE 1991
COLLEGE FOOTBALL SEASON.
BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI,
FLORIDA:
Section 1. The findings and reports on the Orange Bowl
Stadium and its proposed improvement program as performed by the
City's design team and consultants, Urban Architects, Inc. under
the initial Investigative Analysis and Program Phase of design
for the Capital Improvement Project entitled "Orange Bowl
Modernization - Phase II", Project No. 404238, are hereby
accepted. 91- 5 S 7`
Section 2. The City Manager's action in authorizing said
firm to proceed with the design of said project, in order to meet
a targeted date of September 1991 for completion of construction,
is hereby ratified, approved and confirmed.
Section 3. The City Manager is hereby authorized to execute
an amendment to the agreement dated June 27, 1989 between the
City of Miami and Urban Architects, the said amendment to reflect
a reduction in the scope of the project and in the design fee to
the consultant as a result of completed negotiations with the
University of Miami, and providing that said amendment shall be
in a form acceptable to the City Attorney and in compliance with
all requirements that may be imposed by the City Attorney,
including but not limited to those prescribed by applicable City
Charter and Code provisions.
Section 4. An amount not to exceed $852,000 is hereby
allocated from the Capital Improvement Project of the same name,
Project No. 404238, for the balance of design services and
project administration expenses required of the design
consultants and of the Public Works Department for said project.
Section 5. The action of the City Manager in his finding of
an emergency and in his authorization to use modified procurement
procedures for specified additional repairs and improvements to
said stadium which are to be completed for the 1990 college
,,football season, including, without limitation, the installation
of a new integrated scoreboard and sound system, is hereby
endorsed subject to the City Commission's formal review and
ratification of said action at a later date in accordance with
applicable City Code provisions.
Section 6. The Administration of the City of Miami is
hereby directed to proceed without delay to initiate and complete
construction of said project for the 1991 college football
season.
Section 7. This Resolution
immediately upon its adoption.
shall
become effective
W 2
ss
PASSED AND ADOPTED this 76th day of
ATTES2':')
� r!
MATT HIRAI► CITY CLERK
CAPITAL BUDGET REVIEW AND APPROVAL:
EDU DO RODRIGUEZ►
CAPI IMPROVEMENTS MANAGER
PREPARED AND APPROVED BY:
6 oe -
K� -
fA. QUINN JONES► III
joo DEPUTY CITY ATTORNEY
AL
46
MAYOR
► 1990.
APPROVED AS TO FORM AND
CORRECTNESS:
II
AGE
c
F ANDEZ
CITY ATTO Y
Ja-90-459
s/31/90 .
90- 451
RESOLUTION NO.
A RESOLUTION, BY AN AFFIRMATIVE VOTE OF
4/5THS OF THE MEMBERS OF THE CITY COMMISSION,
WAIVING FORMAL COMPETITIVE SEALED BID
PROCEDURES FOR CERTAIN SPECIFIED STRUCTURAL
REPAIRS AND IMPROVEMENTS TO THE ORANGE BOWL
STADIUM; RATIFYINGr CONFIRMING AND APPROVING
THE CITY MANAGER'S FINDING THAT A VALID
PUBLIC EMERGENCY EXISTS JUSTIFYING SAID
WAIVER; AUTHORIZING THE CITY MANAGER TO
EXECUTE THE NECESSARY CONTRACTS, IN A FORM
ACCEPTABLE TO THE CITY.ATTORNEY, AND TO ISSUE
THE NECESSARY PURCHASE ORDERS FOR SAID
REPAIRS;' ALLOCATING FUNDS THEREFOR IN AN
AMOUNT NOT TO EXCEED $500,000 FROM THE
CAPITAL IMPROVEMENT PROJECT NO. 404238,
ENTITLED "ORANGE BOWL MODERNIZATION PROJECT -
PHASE II".
WHEREAS, the Department of Conferences, Conventions and
Public Facilities and the Department of Public Works are making
preparations for the upcoming University of Miami football season
games at the Orange Bowl Stadium, which begin on
September 29, 1990; and
WHEREAS, the engineering firm of Urban Architects, Inc.,
which is presently under contract with the City for the Orange
Bow Modernization Project, has completed a structural study of
said stadium for said project; and
WHEREAS, said firm, with the assistance of the Public Works
staff, have identified certain structural repairs and
4.
improvements to said stadium that are sufficiently hazardous so
as to require immediate attention prior to the start of the
football season; and
WHEREAS, said repairs and improvements consist of the
sandblasting, repair or replacement, and repainting of structural
members in designated areas in the northeast and south sections
of the stadium, as well as the repair and/or removal of the
exterior facade at the west end of the stadium; and
WHEREAS, due to unforeseeable delays in the execution of a
contract with the U iv it f Mi i i
n ers y o am , t mely implementation of
91- 567
AL
the Orange Bowl Modernization Project for improvements including
the work described herein, has not been possible; and
WHEREAS, sufficient time does not now exist for formal
competitive sealed bidding procedures and the completion of this
work prior to the first Hurricane football game; and
WHEREAS, funds for said repairs and improvements are
available from the Capital Improvement Project No. 404238,
entitled "Orange Bowl Modernization - Phase II"; and
WHEREAS, the City Manager has made a written finding that
the immediate repair. and improvement of certain stadium
structures and, the procurement of the necessary services,
materials and/or equipment for same are necessary to safeguard
the property, welfare and convenience of the City, thus
constituting a valid public emergency and justifying the waiver
of formal sealed bid procedures; and
WHEREAS, Sections 18-52.5 and 18-52.6 of the Code of the
City of Miami, Florida, as amended, provides for the City Manager
to waive competitive sealed bidding requirements based on a
finding of an emergency and directs that -such procurement be made
with as much competition is practicable under the circumstances;
and
WHEREAS, the herein resolution has been the subject of a r�
properly advertised public hearing before the City Commission;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
Section 1. The recitals and findings contained in the
Preamble to this Resolution are hereby adopted by reference
thereto and incorporated herein as if fully set forth in this
Section.
Section 2. By an affirmative vote of four -fifths
(4/5ths) of the members of the City Commission, the City
Manager's finding that a valid public emergency exists justifying
the waiver of formal competitive sealed bid procedures for
certain specified repairs and improvements to the Orange Bowl
Stadium is hereby ratified, confirmed and approved.
Section 3. formal competitive sealed bid procedures for
the procurement of services, material and equipment necessary for
said repairs and improvements are hereby waived.
Section 4. The City Manager is hereby authorized to
enter into the necessary contracts, in a form acceptable to the
City Attorneys and to issue the necessary purchase orders for
said structural repairs and improvements.
Section 5. An amount not to exceed $500,000 is hereby
allocated from the Capital Improvement Project No. 404236,
entitled "Orange .Bowl Modernization - Phase II", for this
purpose.
Section 6. This Resolution shall become effective
immediately upon its adoption.
PASSED AND ADOPTED this 7th day of June , 1990.
XAVIER L. SU R Z, MAY
CITY CLERK
APPROVED AS TO FORM AND CORRECTNESS:
d0 E V. FE
CITY ATTORN
bss:M1545
Z
W3-