HomeMy WebLinkAboutresolutionCity of Miami
Legislation
Resolution
City Hall
3500 Pan American
Drive
Miami, FL 33133
www.ci.miami.fl.us
File Number: 04-01313
Final Action Date;
A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), BY
A FOUR -FIFTHS (4/5THS) AFFIRMATIVE VOTE, AFTER AN ADVERTISED
PUBLIC HEARING, RATIFYING, APPROVING AND CONFIRMING THE CITY
MANAGER'S FINDING OF AN EMERGENCY, WAIVING COMPETITIVE BIDDING
PROCEDURES AND FLORIDA STATUTES 255.20 AND 287.055 (KNOWN AS THE
CONSULTANTS' COMPETITIVE NEGOTIATIONS ACT-"CCNA"), FOR SELECTION
OF THE ARCHITECT/ENGINEER AND CONTRACTOR FOR ROAD
IMPROVEMENTS DEFINED HEREIN, RELATING TO THE MARY BRICKELL
VILLAGE DEVELOPMENT; AUTHORIZING THE CITY MANAGER TO EXECUTE A
COOPERATION PROJECT AGREEMENT, IN SUBSTANTIALLY THE ATTACHED
FORM, BETWEEN THE CITY OF MIAMI ("CITY") AND BRICKELL MAIN STREET,
LLLP ("DEVELOPER"), TO PROVIDE FOR THE CITY'S PARTICIPATION IN A
COOPERATIVE PROJECT TO MAKE ROADWAY IMPROVEMENTS IN THE
PUBLIC RIGHT-OF-WAYS ALONG DESIGNATED STREETS DEFINED HEREIN
AND ADJACENT TO THE MARY BRICKELL VILLAGE DEVELOPMENT;
CREATING A PUBLIC PLAZA ALONG BRICKELL PLAZA (SOUTHEAST 1ST
AVENUE, MIAMI, FLORIDA), WHEREIN THE CITY WILL CONTRIBUTE FUNDS
FOR SAID PROJECT, IN THE AMOUNT NOT TO EXCEED $1,000,000, AND THE
DEVELOPER WILL DESIGN AND CONSTRUCT THE IMPROVEMENTS;
ALLOCATING SAID FUNDS, SUBJECT TO APPROVAL BY THE CITY'S BOND
OVERSIGHT BOARD, IN THE AMOUNT NOT TO EXCEED $400,000, FROM
CAPITAL IMPROVEMENT PROJECT ("CIP") NO. 311712, ENTITLED "DISTRICT 2,
QUALITY OF LIFE," B-30176, UNDER THE HOMELAND DEFENSE -
NEIGHBORHOOD IMPROVEMENT BOND PROGRAM AND FUNDS FOR THE
ROAD IMPROVEMENTS, IN THE AMOUNT NOT TO EXCEED $600,000, FROM
CIP PROJECT NO. 341330 ENTITLED "CITYWIDE TRANSPORTATION &
TRANSIT," B-30094.
WHEREAS, under the Charter and Code of the City of Miami, Florida, as amended, the City of
Miami ("City") is duly empowered to build, construct, operate and maintain municipal improvements,
including public rights -of -way and public plazas, throughout the City; and
WHEREAS, Brickell Main Street, LLLP ("Developer") is the fee simple owner and developer of real
property located within the area bounded by Southwest 1st Avenue on the west, Southwest 9th Street
on the north, Brickell Plaza/Southeast lst Avenue on the east and Southwest 10th Street on the south,
Miami, Florida, on which it is constructing a new mixed -use project known as the Mary Brickell Village,
containing approximately 382 residential units and over 197,000 square feet of commercial space
("Development"), in furtherance of the City's goal of creating market -rate housing near Downtown; and
WHEREAS, the Development abuts certain designated streets, or public'right-of-ways as follows:
Southwest lst Avenue, Southwest 9th Street, Brickell Plaza/Southeast 1st Avenue, Southwest 10th
Street and South Miami Avenue ("Designated Streets"), Miami, Florida; and
City of Miami Page 1 of 4 Printed On: 11/29/2004
File Number: 04-01313
WHEREAS, the City has confirmed the need for improvements to portions of the Designated
Streets in the form of full roadway reconstruction, including milling and resurfacing, reconstruction,
drainage, curb and gutters, swales and sidewalk improvements ("Road Improvements") having an
estimated construction value not to exceed $600,000; and
WHEREAS, the Road Improvements would further ease the flow of traffic and enhance the
aesthetics of the Designated Streets; and
WHEREAS, the Developer is committed to make certain additional improvements on the
Designated Streets, including, without limitation, lighting, utility adjustments and landscaping, valued at
approximately $554,375 ("Developer Improvements"), and thus has already engaged or will hire
qualified firms to design and construct those improvements in the rights -of -way; and
WHEREAS, the Developer proposes to design, engineer, and construct the Road Improvements on
behalf of the City at the same time as it performs those tasks for the Developer Improvements, to
minimize traffic and related disruptions within the area; and
WHEREAS, allowing the Developer to design and construct the Road Improvements is expected to
lower the cost by eliminating or reducing customary expenses such as contractor mobilization; and
WHEREAS, the City finds and determines that the design, engineering and construction of the
Road Improvements will promote the safety and welfare of the citizens of the City by providing or
enhancing the public right-of-way as a means of transportation and thus serves a valid public purpose;
and
WHEREAS, the Developer further proposes to construct an estimated 10,000 square foot public
plaza located along Brickell Plaza (Southeast lst Avenue) between Southeast 9th and Southeast 10th
Streets, Miami, Florida, with said plaza to consist of, without limitation, walkways, lighting, seating and
landscaping, and having an approximate construction value of $400,000; and
WHEREAS, the Developer has asked for the City's financial assistance with the creation of the
public plaza and, in return, will design and construct said plaza, convey title and ownership of the plaza
improvements to the City upon completion, will provide complete and unfettered public access
confirmed by an easement agreement, and will covenant to maintain the plaza in perpetuity; and
WHEREAS, the City additionally finds and determines that the design, engineering and
construction of the Plaza Improvements will promote the safety and welfare of the residents of the City
by providing among other things, landscaping, walkways, lighting and seating as an urban resting
space and gathering place, which will be open to the general public, and thus serves a valid public
purpose; and
WHEREAS, the attached Cooperation Project Agreement ("Agreement") sets forth the duties and
responsibilities of the City and the Developer with regard to the design and construction of the Road
Improvements and the Public Plaza, including the City's contribution of funds in the maximum amount
of $1,000,000 for said purpose; and
WHEREAS, funds for the public plaza are available from Job B-30176, Capital Improvement
Project No. 311712, "District 2 - Quality of Life," under the Homeland Defense - Neighborhood
Improvement Bond Program and funds for the Road Improvements are available from Job B-30094,
Capital Improvement Project No. 341330, "Citywide Transportation & Transit;" and
City of M1aml Page 2 of 4 Printed On: 11/29/2004
File Number.: 04-01313
WHEREAS, the City's Bond Oversight Board must review and approve the proposed use of such
funds prior to use; and
WHEREAS, the City Manager additionally finds and recommends that it is in the public's best
interest to waive competitive bids and select, outside of a City competitive procurement process, the
Developer construction firm, Bovis Lend Lease, Inc., to perform the Road Improvements as an
appropriately licensed contractor that is uniquely qualified to undertake and perform such work on
behalf of the City because it has an existing written proposal on file with the Developer to perform work
at the Development, it is prepared to be present and mobilized on site, and it is familiar with the work,
the project, and the physical conditions of the property; and
WHEREAS, the City Manager further finds that there is a valid public emergency justifying the
waiver of requirements of the Consultants Competitive Negotiations Act ("CCNA"), as applicable,
therefore allowing the selection of the Developer design and engineering firm, Wolfberg Alvarez and
Partners, Inc. to design the Road Improvements, because: there is insufficient time to conduct
applicable competitive procurement processes and still meet the time line that affords the lowest cost
to the public, said design firm is already engaged by the Developer, it is duly qualified to perform the
work, and it has personnel ready, willing and able to perform the work; and
WHEREAS, this matter is being considered at a duly advertised public meeting and the City
Commission having considered Florida Statutes 255.20 and 287.055(Consultant's Competitive
Negotiation Act: "CCNA"), 18-89 (Public Works and Contracts) and 18-90 (Emergency Procurements)
of the Code of the City of Miami, which are each deemed as being incorporated by reference herein as
though set forth in full, and which sets forth the criteria for the aforementioned waiver of competitive
processes;
WHEREAS, Florida Statute 255.20 allows the City to use any contract arrangement with a private
sector contractor to award contracts for public construction work that is allowed by municipal
ordinance ; and
WHEREAS, the procedures required by 287.055, Florida Statutes can be waived if there is a
finding of a valid public emergency certified by the agency head; and
WHEREAS, the City is complying with the aforementioned laws and procedures;
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. By a four -fifths (4/5ths) affirmative vote, after an advertised public hearing, the City
Manager's finding of an emergency, waiving competitive bidding procedures and Florida Statutes
255.20 and 287.055 (known as the CCNA), for the selection of the Architect/Engineer and Contractor,
the professional design and construction firms for road improvements relating to the Development;
which are the Developer, namely Wolfberg Alvarez and Partners (architects/engineers), and Bovis
Lend Lease Inc. (contractor), that are an appropriately certified professional architecture, landscape
architecture and engineering firms, or licensed and certified contractors, as applicable, that are
uniquely qualified and the only reasonable source of supply, given their existing business relations with
City of Miami Page 3 of 4 Printed On: 11/29/2004
File Number: 04-01313
the Developer, to perform work on the public right-of-way adjacent to the Development and to
undertake and perform such work on behalf of the City, is ratified, approved and confirmed.
Section 3. The City Manager is authorized{1} to execute an Agreement, in substantially the
attached form, between the City and the Developer, to provide for the City's participation in a
cooperative project to make roadway improvements in the public right-of-ways along designated
streets defined herein and adjacent to the Development, creating a public plaza along Brickell Plaza
(Southeast 1st Avenue, Miami, Florida), wherein the City will contribute funds, in the amount not to
exceed $1,000,000, and the Developer will design and construct the improvements, with funds, subject
to prior approval by the City's Bond Oversight Board, allocated for the public plaza in the amount not to
exceed $400,000, from Capital Improvement Project ("CIP") No. 311712, entitled "District 2, Quality of
Life," B-30176, under the Homeland Defense -Neighborhood Improvement Bond Program and funds
for the road improvements in the amount not to exceed $600,000, from CIP Project No. 341330 entitled
"Citywide Transportation & Transit", B-30094.
Section 4. This Resolution shall become effective immediately upon its adoption and signature of
the Mayor.{2}
APPROVED AS TO FORM AND CORRECTNESS
JOR
CJTY
āCā
E i . FERNANDEZ
AT ORNEY
Footnotes:
{1} The herein authorization is further subject to 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.
{2} 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 Commission.
City of Miami Page 4 of 4 Printed On: 11/29/2004