Loading...
HomeMy WebLinkAboutMemoCITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Honorable Mayor and Conrnissio ers DATE: December 6, 2007 FILE: B-30153F SUBJECT: Emergency Finding: Orange Bowl Demolition - Asset Recovery Services FROM: Pedro G. HerTr ndez, P.E. REFERENCES: 12/13/07 Commission Meeting City Manager ENCLOSURES: Evaluation Committee Finding BACKGROUND The City of Miami (City) and the University of Miami (UM) entered into a Use Agreement for the use of the Orange Bowl Stadium (Stadium) on June 22, 1990. In 2002, the City and UM agreed to secure a feasibility analysis for the redevelopment of the Stadium, as a means to increase stadium usage and associated revenues for both parties. A study was conducted and it was determined that the Stadium should undergo a substantial renovation. In 2006 the City hired Jones Lang LaSalle, Americas Inc., and HNTB Architecture, Inc. to assess the feasibility of various stadium renovation options and propose redevelopment options to LIM. The City was not able to successfully negotiate with UM for the continued use of the Stadium and UM announced that they will leave the facility after the 2007 season. A decision was made to demolish the stadium as soon as possible in order to prepare the site for redevelopment and limit potential liability resulting from the stadium not having a primary tenant. A vacant stadium is detrimental to the safety and welfare of the community and the need to quickly procure a demolition contractor is a valid public emergency. Recognizing the historic significance of the property and the broad community interest in "owning a piece of the stadium" it was determined that the City should competitively solicit firms that could not only demolish the stadium but also a firm that could provide investment recovery for Orange Bowl assets in a very public, celebratory manner. In order to coordinate activities between the demolition contractor and the asset disposition services firm, the hiring must be done in the same timeframe; therefore the need to quickly procure an asset disposition services firm is a valid public emergency. FINDING The Administration finds and determines that it is in the best interest of the City to waive competitive sealed bidding procedures and utilize competitive negotiations in order to secure the services of Dreams Products Inc. d/b/a Mounted Memories to oversee the inventory, valuation and disposition of assets prior to demolition of the Orange Bowl Stadium. The City has developed a construction schedule that will expedite redevelopment of the site. As a result, it was determined that demolition process should start during January 2008. To meet this aggressive timeframe, it was determined that it is in the best interest of the City to utilize the competitive negotiation process and to waive the competitive sealed proposal requirements of Section 18-86 of the Code of the City of Miami. A competitive negotiation process was utilized to solicit qualified firms and to negotiate an agreement. The Department of Capital Improvements (CIP) issued a Request for Letters of Interest (RFLI) for the purpose of developing a short-list of firms to participate in the competitive negotiations. Five (5) firms responded to the RFLI. An Evaluation Committee met and determined that it was in the best interest of the City that all 5 firms should be invited to participate in the competitive negotiation process. A Request for Information (RFI) was issued to the firms to submit their plans for the inventory, valuation and disposition of Orange Bowl assets, which were utilized as the basis for negotiations. One firm decided not to pursue hiring and another two firms formed a prime/sub consultant relationship, resulting in three (3) firms submitting responses to the RFI on November 30, 2007. Subsequently, negotiations were held with the 3 firms during the week of December 3, 2007. The negotiation team determined that Dreams Products Inc. d/b/a Mounted Memories offered the City the most advantageous agreement based on a combination of their marketing plan, creativity, and understanding of the local market. As provided in accordance Section 18-86 and 18-90 of the Code of the City of Miami, we recommend that the City Manager affirm and adopt these findings and forward the matter to the City Commission for its approval. cc: Bill Anido, Chief of Operations Larry Spring, Chief Financial Officer Jorge L. Fernandez, City Attorney Lori Billberry, Director, Public Facilities Department Ola O. Aluko, Director, CIP Gary Fabrikant, Assistant Director, CIP Olga Ramirez-Seijas, Asst. City Attorney