HomeMy WebLinkAboutR-97-0021J-97-45
1/9/97
RESOLUTION NO. 9 7 - 21
A RESOLUTION BY A FOUR -FIFTHS (4/5THS)
AFFIRMATIVE VOTE OF THE MEMBERS OF THE CITY
COMMISSION, RATIFYING, APPROVING AND
CONFIRMING THE CITY MANAGER'S FINDINGS THAT A
VALID EMERGENCY EXISTS, WAIVING THE
REQUIREMENTS FOR COMPETITIVE BIDDING
PROCEDURES FOR AND AWARDING A CONCESSION
AGREEMENT, IN A FORM ACCEPTABLE TO THE CITY
ATTORNEY, TO CATERING BY DAVID LYNN, INC.,
FOR CONCESSION RIGHTS AT THE ORANGE BOWL,
UNDER TERMS AND CONDITIONS SET FORTH IN THE
EXISTING AGREEMENT FOR SAID PURPOSE, AND ON A
MONTH TO MONTH BASIS, FOR A PERIOD NOT TO
EXCEED SEVEN (7) MONTHS; FURTHER, AUTHORIZING
THE CITY MANAGER TO EXECUTE SAID CONCESSION
AGREEMENT WITH CATERING BY DAVID LYNN, INC.
WHEREAS, pursuant to Resolution No. 86-1021, adopted
December 11, 1986, the City Commission authorized a concession
agreement with Volume Services, Inc. to provide vending services
at the Orange Bowl for a period of five (5) years, renewable for
an additional five year period; and
WHEREAS, said Agreement expires February 1, 1997; and
WHEREAS, a Request for Proposals is being prepared to
solicit proposals to provide concession services at the Orange
Bowl; and
WHEREAS, staff from the Department of Conferences,
Conventions and. Public Facilities contacted three firms to
request quotes, and subsequently determined that Catering by
David Lynn, Inc. was the most responsive to the City needs for
CITY COMMISSION
MEETING OF
ResoIutiop No.
the concession rights at the Orange Bowl pending the preparation
and issuance of a Request for Proposals and the review and
selection of said proposals for the provision of such services;
and
WHEREAS, based upon the foregoing, the City Manager (1) made
a written finding that an emergency exists, (2) authorized that
competitive bidding procedures be waived, and (3) entered into an
agreement, in a form acceptable to the City Attorney, with
Catering by David Lynn, Inc., on a month to month basis, for a
period not to exceed seven months;
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.
i
I.
Section 2. By a four -fifths (4/5ths) affirmative vote of s'
{
the members of the City Commission, the City Managers finding
that a valid emergency exists, the waiving of the requirements
for competitive bidding procedures and the award of a Concession
Agreement, in a form acceptable to the City Attorney, with
Catering by David Lynn, Inc., for concession rights at the Orange
Bowl, under terms and conditions set forth in the existing
agreement for said
g purpose, and on a month to month basis, for a
i
period not to exceed seven months, are hereby ratified, approved 1
and confirmed. j
- 2 -
97- 21
a
Section 3. The City Manager is hereby authorizedl/ to
execute a Concession Agreement, in a form acceptable to the City
Attorney, with Catering by David Lynn, Inc.
Section 4. This Resolution shall become effective
immediately upon its adoption.
PASSED AND ADOPTED this -
A T :
WALTER J. FO CITY CLERK
PREPARED AND REVIEWED BY:
P )
OLG IREZ-SEI AS
ASSI TANT CITY A TO Y
16th
APPROVED AS TO FORM AND CORRECTNESS:
MQUIM J9NES, III
CITY ATTPtNEY
W1372:BSS
day of January , 1997.
CAROLLO, MAYOR
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.
- 3 -
97- 21
z?
TO : Honorable Mayor and Members
of the City Commission
Edward arq z
FROM: City Man er ,
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM 23
DATE :September 19, 1996 FILE :
SUaJECT Resolution Awarding Concession
Agreement for Concession Rights at
the Orange Bowl Stadium and
REFERENCsuthorizi.ng the City Manager to
ENCLOSURF6Y.ecute said Agreement
It is respectfully recommended that the City Commission adopt the attached resolution ratifying the
City Manager's finding that an emergency exists and authorizing the City Manager to execute a
Concession Agreement, in a form acceptable to the City Attorney, between the City of Miami and
Catering by David Lynn, Inc. for a period not to exceed seven (7) months.
The City of Miami entered into an agreement on December 11, 1986 with Volume Services, Inc. to
provide concession services at the Orange Bowl, and said Agreement expires on February 1, 1997.
Volume Services, Inc. has opted not to extend this Agreement, and there is an immediate need to
retain a concessionaire for upcoming events.
The Department of Conferences, Conventions and Public Facilities has obtained three proposals
from qualified concessionaires, and has determined that Catering by David Lynn, Inc. represents the
most qualified product and offers the highest financial return to the City of Miami. The Department
recommends entering into an Agreement with Catering by David Lynn, Inc. for a period not to
exceed seven (7) months. The Department of Conferences, Conventions and Public Facilities is
working closely with Procurement to develop a formal Request for Proposals to provide concession
services at the Orange Bowl Stadium.
97- 2
1
ti
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO : Edward Marquez DATE :December 31, 1996 FILE
City Manager
sUWECT Concessionaire Agreement for the
/ Orange Bowl Stadium
FROM : REFERENCES:
e- //" ?"': � /;___
Christina P. Abrams, Director
Conferences, Conventions ENCLOSURES:
& Public Facilities
We request your authorization, on an emergency basis, to enter into a temporary agreement 'Arith a
concessionaire for the Orange Bowl Stadium. The temporary agreement is for a period not to
exceed seven months. This will allow sufficient time to issue a Request for Proposal and select the
best and most qualified vendor. The current concessionaire for the Orange Bowl Stadium has opted
not to extend their agreement which expires on February 1, 1997. There is an immediate need to
retain a concessionaire for upcoming events.
We are in the process of obtaining three written proposals from qualified concessionaires. With the
assistance of the Procurement Office we will select the company which offers the best quality
product and highest financial return to the City of Miami.
We seek your approval to enter into an agreement with the vendor selected for a period not to
exceed seven months. Please indicate your preference by signing below.
Approve: U Disapprove:
Edward Mar q e , 'i Manager Edward Marquez, City Manager
3
57- 21