HomeMy WebLinkAboutAgenda Item Summary FormAGENDA ITEM SUMMARY FORM
File ID: #1059
Date: 10/17/2016
Commission Meeting Date: 11/17/2016
Requesting Department: Department of Real
Estate and Asset Management
Sponsored By:
District Impacted: All
Type: Resolution
Subject: Accept Bids - Emg, Underwater Visual Inspection Reporting
Purpose of Item:
The nature of this item is to establish term contracts for scheduled and emergency
underwater visual inspection reporting/repair, with Seamar Divers, LLC (Primary), and
Dock & Marine Construction, Inc.(Secondary), the two lowest responsive and
responsible bidders for IFB No. 635380, on an as needed contractual basis, for an initial
term of three (3) years, with the option to renew for one (1) additional three (3) year
period. Allocating funds from the Department of Real Estate and Asset Management
(DREAM), subject to the availability of funds and budgetary approval, at the time of
need. Authorizing additional suppliers to be added to the contract in accordance with
the IFB, when deemed in the best interest of the City without further City Commission
authority, and further authorizing the City Manager to negotiate and execute all other
documents, including any amendments, renewals and modifications to the contract, in a
form acceptable to the City Attorney, as may be necessary for said purpose.
Background of Item:
DREAM has a need for scheduled and emergency underwater visual inspection
reporting/repair. On August 8, 2016, the Procurement Department (Procurement)
issued IFB No. 635380. As required by the Procurement Code, the IFB was advertised
and issued online. On August 30, 2016, at the bid closing, five (5) bids were submitted
and were tabulated. Procurement is recommending award to the two (2) lowest
responsive and responsible bidders, in the aggregate. Should the (Primary) not be able
to provide the services at the time needed, the City has the option to select the next
lowest (Secondary) to fulfill the order. The estimated annual contract amount is
$20,000.00, with $120,000.00 in the aggregate, for all six (6) years.
Budget Impact Analysis
Item is NOT Related to Revenue
Item is an Expenditure
Item is NOT funded by Bonds
Total Fiscal Impact:
$20,000 annually ($120,000.00 estimate for all six (6) years in the aggregate.
General Account No: 04002.221120.0.0/04002.221120.552.0.0
Real Estate and Asset Management
Office of Management and Budget
Office of Management and Budget
Department of Procurement
City Manager's Office
City Manager's Office
Office of the City Attorney
Office of the City Attorney
Office of the City Attorney
City Commission
Office of the Mayor
Office of the City Clerk
Reviewed B
Aldo Bustamante
Everton Garvis
Christopher M Rose
Annie Perez
Alberto N. Parjus
Daniel J. Alfonso
Valentin J Alvarez
Barnaby L. Min
Victoria Mendez
Nicole Ewan
Mayor's Office
City Clerk's Office
Department Head Review Completed
Budget Analyst Review Completed
Budget Review Completed
Procurement Review Completed
Assitant City Manager Review Completed
City Manager Review Completed
Initial Attorney Review Completed
Deputy Attorney Review Completed
Approved as to Form and Correctness
Meeting Completed
Signed by the Mayor Completed
Signed and Attested by the City Clerk Completed
10/18/2016 7:38 AM
10/18/2016 3:10 PM
10/20/2016 10:36 AM
10/28/2016 4:43 PM
11/01/2016 3:39 PM
11/02/2016 7:11 AM
11/03/2016 8:48 AM
11/03/2016 9:27 PM
Completed
11/17/2016 9:00 AM
11/18/2016 5:13 PM
11/18/2016 5:16 PM
City of Miami
Legislation
Resolution
Enactment Number: R-16-0536
City Hall
3500 Pan American Drive
Miami, FL 33133
www.miamigov.com
File Number: 1059 Final Action Date:11/17/2016
A RESOLUTION OF THE MIAMI CITY COMMISSION ACCEPTING THE BIDS
RECEIVED AUGUST 30, 2016, PURSUANT TO INVITATION FOR BID NO. 635380,
FROM SEAMAR DIVERS, LLC (THE PRIMARY VENDOR) AND DOCK & MARINE
CONSTRUCTION, INC. (THE SECONDARY VENDOR), THE TWO (2) LOWEST
RESPONSIVE AND RESPONSIBLE BIDDERS FOR THE PROVISION OF
SCHEDULED AND EMERGENCY UNDERWATER VISUAL INSPECTION
REPORTING/REPAIR SERVICES, ON AN AS -NEEDED CONTRACTUAL BASIS, FOR
AN INITIAL TERM OF THREE (3) YEARS, WITH ONE (1) ADDITIONAL, THREE (3)
YEAR OPTION TO RENEW TERM; ALLOCATING FUNDS FROM THE DEPARTMENT
OF REAL ESTATE AND ASSET MANAGEMENT, SUBJECT TO THE AVAILABILITY
OF FUNDS AND BUDGETARY APPROVAL, AT THE TIME OF NEED; AUTHORIZING
THE CITY MANAGER TO ADD SERVICE SUPPLIERS TO THE CONTRACT AS
DEEMED IN THE BEST INTEREST OF THE CITY; AND FURTHER AUTHORIZING
THE CITY MANAGER TO NEGOTIATE AND EXECUTE ALL OTHER DOCUMENTS,
INCLUDING ANY AMENDMENTS, RENEWALS AND MODIFICATIONS TO THE
CONTRACT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, AS MAY BE
NECESSARY FOR SAID PURPOSE.
WHEREAS, the Department of Real Estate and Asset Management ("DREAM") has a
need for the procurement of scheduled and emergency underwater visual inspection
reporting/repair services; and
WHEREAS, the City of Miami ("City") issued Invitation for Bid ("IFB") No. 635380, to
establish a contract for scheduled and emergency underwater visual inspection reporting/repair
services;
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 bids received August 30, 2016, pursuant to IFB No. 635380, from
Seamar Divers, LLC (the Primary Vendor), and Dock & Marine Construction, Inc. (the
Secondary Vendor), the two (2) lowest responsive and responsible bidders for the provision of
scheduled and emergency underwater visual inspection reporting/repair services, on an as -
needed contractual basis, for an initial term of three (3) years, with one (1) additional, three (3)
year option to renew term, are accepted.
Section 3. Funds are to be allocated from DREAM, subject to the availability of funds
and budgetary approval, at the time of need.
Section 4. The City Manager is authorized to add service suppliers to the contract as
deemed in the best interest of the City.
Section 5. The City Manager is further authorized' to negotiate and execute all other
documents, including any amendments, renewals and modifications to the contract, in a form
acceptable to the City Attorney, as may be necessary for said purpose.
Section 6. This Resolution shall become effective immediately upon its adoption and
signature of the Mayor.2
APPROVED AS TO FORM AND CORRECTNESS:
ndez, City Attor ey ) 11/5/2016
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 City Code
provisions.
2 This Resolution shall become effective as specified herein unless vetoed by the Mayor within ten (10)
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 or upon the effective date stated
herein, whichever is later.