HomeMy WebLinkAboutLegislationFile Number: 09-00133
City Hall
3500 Pan American
Drive
Miami, FL 33133
www.miamigov.com
Final Action Date:
A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S),
WAIVING BY A FOUR-FIFTHS (4/5 THS) AFFIRMATIVE VOTE OF THE CITY
COMMISSION, COMPETITIVE SELECTION (COMPETITIVE SEALED BIDDING)
FOR THE PUBLIC INFRASTRUCTURE WORK ASSOCIATED WITH THE
PROPOSED FLORIDA MARLINS BALLPARK ("THE PUBLIC INFRASTRUCTURE
WORK") AS NOT BEING PRACTICABLE OR ADVANTAGEOUS TO THE CITY OF
MIAMI IN ACCORDANCE WITH SECTION 18-85(A) OF THE CODE OF THE CITY
OF MIAMI, FLORIDA, AS AMENDED ("CITY CODE"); FURTHER AUTHORIZING
THE AWARD OF THE PUBLIC INFRASTRUCTURE WORK, PURSUANT TO
SECTION 255.20, FLORIDA STATUTES, BY A FOUR-FIFTHS (4/5 THS)
AFFIRMATIVE VOTE, TO HUNT/MOSS, A JOINT VENTURE, AS
CONSTRUCTION MANAGER/CONTRACTOR, BASED UPON THE CRITERIA AND
PROCEDURES SET FORTH IN SECTION 18-85(A) AND OTHER SECTIONS OF
THE CITY CODE, AND THE ATTACHED WRITTEN FINDINGS AND
RECOMMENDATIONS FROM THE CITY MANAGER AND THE ARCHITECT/
ENGINEER OF RECORD, RESPECTIVELY.
WHEREAS, the City of Miami ("City"), Miami -Dade County ("County") and the Florida Marlins,
LP ("Team") executed a Baseball Stadium Agreement ("BSA") on March 3, 2008, outlining the general
terms and conditions under which the parties would design, develop, construct and operate a Major
League Baseball Stadium ("Baseball Stadium") and related parking facilities on the former Orange
Bowl site; and
WHEREAS, the development of the Baseball Stadium requires certain public infrastructure
work associated with the proposed Florida Marlins Ballpark ("Public Infrastructure Work") that is
estimated to cost $24,000,000, and is to be funded by the County and the City pursuant to the terms of
the Construction Administration Agreement; and
WHEREAS, Section 18-85 (a) of the Code of the City of Miami, Florida, as amended ("City
Code"), being a section of the City of Miami ("City") Procurement Ordinance, generally requires sealed
bidding of the Public Infrastructure Work but allows and expressly provides for a waiver of competitive
sealed bidding by a four-fifths (4/5 ths) vote of the City Commission where the City Manager has made
a written finding, presented to the City Commission, that competitive sealed bidding should be waived
because it is not practicable or advantageous to the City; and
WHEREAS, the City Manager has made such a written finding which is an attachment to this
Resolution and is incorporated by reference herein where the City Manager concludes, that
competitive sealed bidding is not practicable or advantageous for the City because Hunt/Moss, a joint
venture ("Hunt/Moss") is to be engaged by the Developer to perform construction
management/general contracting services for the Baseball Stadium and is, additionally, to be situated
on site at the location of the proposed Baseball Stadium for allied and related duties; and
City of Miami Page 1 of 3 Printed On: 2/6/2009
City of Miami
Legislation
Resolution
File Number: 09-00133
City Hall
3500 Pan American
Drive
Miami, FL 33133
www.miamigov.com
Final Action Date:
A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S),
WAIVING BY A FOUR-FIFTHS (4/5 THS) AFFIRMATIVE VOTE OF THE CITY
COMMISSION, COMPETITIVE SELECTION (COMPETITIVE SEALED BIDDING)
FOR THE PUBLIC INFRASTRUCTURE WORK ASSOCIATED WITH THE
PROPOSED FLORIDA MARLINS BALLPARK ("THE PUBLIC INFRASTRUCTURE
WORK") AS NOT BEING PRACTICABLE OR ADVANTAGEOUS TO THE CITY OF
MIAMI IN ACCORDANCE WITH SECTION 18-85(A) OF THE CODE OF THE CITY
OF MIAMI, FLORIDA, AS AMENDED ("CITY CODE"); FURTHER AUTHORIZING
THE AWARD OF THE PUBLIC INFRASTRUCTURE WORK, PURSUANT TO
SECTION 255.20, FLORIDA STATUTES, BY A FOUR-FIFTHS (4/5 THS)
AFFIRMATIVE VOTE, TO HUNT/MOSS, A JOINT VENTURE, AS
CONSTRUCTION MANAGER/CONTRACTOR, BASED UPON THE CRITERIA AND
PROCEDURES SET FORTH IN SECTION 18-85(A) AND OTHER SECTIONS OF
THE CITY CODE, AND THE ATTACHED WRITTEN FINDINGS AND
RECOMMENDATIONS FROM THE CITY MANAGER AND THE ARCHITECT/
ENGINEER OF RECORD, RESPECTIVELY.
WHEREAS, the City of Miami ("City"), Miami -Dade County ("County") and the Florida Marlins,
LP ("Team") executed a Baseball Stadium Agreement ("BSA") on March 3, 2008, outlining the general
terms and conditions under which the parties would design, develop, construct and operate a Major
League Baseball Stadium ("Baseball Stadium") and related parking facilities on the former Orange
Bowl site; and
WHEREAS, the development of the Baseball Stadium requires certain public infrastructure
work associated with the proposed Florida Marlins Ballpark ("Public Infrastructure Work") that is
estimated to cost $24,000,000, and is to be funded by the County and the City pursuant to the terms of
the Construction Administration Agreement; and
WHEREAS, Section 18-85 (a) of the Code of the City of Miami, Florida, as amended ("City
Code"), being a section of the City of Miami ("City") Procurement Ordinance, generally requires sealed
bidding of the Public Infrastructure Work but allows and expressly provides for a waiver of competitive
sealed bidding by a four-fifths (4/5 ths) vote of the City Commission where the City Manager has made
a written finding, presented to the City Commission, that competitive sealed bidding should be waived
because it is not practicable or advantageous to the City; and
WHEREAS, the City Manager has made such a written finding which is an attachment to this
Resolution and is incorporated by reference herein where the City Manager concludes, that
competitive sealed bidding is not practicable or advantageous for the City because Hunt/Moss, a joint
venture ("Hunt/Moss") is to be engaged by the Developer to perform construction
management/general contracting services for the Baseball Stadium and is, additionally, to be situated
on site at the location of the proposed Baseball Stadium for allied and related duties; and
City of Miami Page 1 of 3 Printed On: 2/6/2009
File Number: 09-00133
WHEREAS, the City Commission, pursuant to Section 18-85(a) of the City Code has
considered the City Manager's written findings which set forth the reasons that competitive bidding is
not practicable or is not advantageous to the City in this instance and that the Public Infrastructure
Work for the Baseball Stadium be awarded to Hunt/Moss per the criteria and procedures set forth in
the City Procurement Ordinance which procedures may include, without limitation, contracts with other
governmental agencies under Section 18-112 of the City Code, as the Baseball Stadium is a joint
venture with the County, and co-operative purchasing under Section 18-112 of the City Code which
involves cooperative purchasing of goods and services; and
WHEREAS, the City Commission in approving, by a four-fifths (4/5 ths) affirmative vote that it
is in the public's best interest to not apply the competitive selection or award procedures set forth in
§255.20, Florida Statutes to this Public Infrastructure Work, has considered the February 2, 2009,
letter from HOK Sport, Inc., ("HOK"), the architect of record for the Baseball Stadium, which is an
attachment to this Resolution and expressly incorporated by reference herein, and part of the project
file, has relied upon the recommendation from HOK that the Public Infrastructure Work be awarded
to Hunt/Moss without competitive selection based on the reasons given to justify this decision and
documented in this HOK letter; and
WHEREAS, the City Commission, after conducting a noticed public hearing, finds that it is in
the public best interest that Hunt/ Moss perform the Public Infrastructure Work as stated in the
Construction Administration Agreement, under the criteria and procedures referenced herein which are
set forth in the City Code because the City Commission finds that:
( i) Hunt/Moss, a licensed contractor has been selected as the construction manager/contractor
for the Baseball Stadium and, as such, is uniquely qualified to assure that the Public Infrastructure
Work is interrelated with the Baseball Stadium work, which is critical due to scheduling, priority of use
of areas and construction, efficiencies in project staffing, coordination of procurement timing and
strategy, consistency of materials, scheduling, workmanship and safety standards
(ii) Communications between trades working on the Baseball Stadium and Public Infrastructure
Work will better co-ordinate scheduling issues and avoid scheduling conflicts, priority of lay down
areas, other site logistics, and timing of deliveries, all resulting in greater adherence to efficiency and
substantial completion schedules for both projects;
(iii) Hunt/Moss is already, familiar with site conditions, the local labor market, and other factors
affecting construction costs thus increasing the likelihood of a guaranteed maximum price ("GMP")
which is within the project budget and reducing project costs;
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 adopted
by reference and incorporated as if fully set forth in this Section.
Section 2. The City Manager's written findings that competitive bidding is not practicable or
advantageous are accepted and competitive sealed bidding is waived according to the applicable
procedures in the City Code referenced herein by a four-fifths (4/5 ths) affirmative vote, thereby
allowing Hunt/Moss to perform the Public Infrastructure Work as stated in the Construction
City of Miami Page 2 of 3 Printed On: 2/6/2009
File Number. 09-00133
Administration Agreement.
Section 3. The written recommendation, of the Architect of record, HOK, that the Public
Infrastructure Work be awarded to Hunt/Moss as a private sector contractor without competitive
selection and award procedures is hereby approved and the City Commission finds, by a four-fifths
(4/5 ths) affirmative vote that the procedures (other than competitive selection/ award) in the City Code
be applied to engage Hunt/Moss because Hunt/Moss is the only uniquely qualified licensed contractor
to perform this work and the time to competitively award the Public Infrastructure Work will materially
increase its cost.
Section 4. This Resolution shall become effective immediately upon its adoption and signature
of the Mayor. {1)
APPROVED AS TO FORM AND CORRECTNESS:T/
JULIE O. BRfJ
CITY ATTORNEY
Footnotes:
{1) If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days
from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become
effective immediately upon override of the veto by the City.
City of Miami Page 3 of 3 Printed On: 2/6/2009