Loading...
HomeMy WebLinkAboutAgenda Item Summary FormAGENDA ITEM SUMMARY FORM File ID: #17853 Date: 07/07/2025 Commission Meeting Date: 09/11/2025 Requesting Department: Department of Real Estate and Asset Management Sponsored By: Damian Pardo District Impacted: District 2 Type: Resolution Subject: Invitation for Bid - Repair Services / Mooring System - Dinner Key Marina / Watson Island Purpose of Item: The nature of this item is to authorize a resolution of the Miami City Commission, accepting the bid received pursuant to Invitation for Bid ("IFB") No. 2017390 Repair Services of the Mooring System at Dinner Key Marina and Watson Island, on a bi- annual and as needed basis, from Kearns Construction Company ("Kearns") for an initial contract term of three (3) years, with the option to renew for two (2) additional two (2) year periods; allocating funds from the Repair and Maintenance Account Code Fund, 34000.221001.670000.0000.00000, and various sources of funds from the end user departments and agencies; subject to the availability of funds and budgetary approval, at the time of need; authorizing the City Manager to negotiate and execute any and all documents, including any amendments, renewals, and extensions; subject to all allocations, appropriations, and budgetary approvals having been previously made, compliance with applicable provisions of the Code of the City of Miami, Florida, as amended, ("City Code"), including, the City of Miami's Procurement Ordinance, Anti - deficiency Act, and Financial Integrity Principles, all as set forth in Chapter 18 of the City Code, in a form acceptable to the City Attorney, and in compliance with all applicable laws, rules, and regulations, as may be deemed necessary for said purpose. Background of Item: On April 21, 2025, the Department of Procurement ("Procurement"), on behalf of the Department of Real Estate and Asset Management ("DREAM"), issued IFB No. 2017390 for the repair services of the Mooring System at Dinner Key Marina and Watson Island on a bi-annual and as needed basis, under full and open competition. As required by the Procurement Code, the IFB was issued online via the City of Miami's BidNet Direct Electronic Portal ("BidNet"). On May 16, 2025, at the bid closing, two (2) bids were received. The bids were evaluated and tabulated following the guidelines published in the Bid. Procurement is recommending award to Kearns. The estimated contract amount for Group I -Federally Funded Projects is approximately $72,100.00 and for Group II- Non -Federally Funded project is approximately $74,410.00 for an approximate amount of $146,510.00 for the term of the contract, depending on which services are needed at time of need. Budget Impact Analysis Item is NOT Related to Revenue Item is an Expenditure Item is NOT funded by Bonds Total Fiscal Impact: General Account No: 34000.221001.670000.0000.00000 Department of Real Estate and Asset Management Review Completed Office of Management and Budget Office of Management and Budget Department of Procurement City Manager's Office City Manager's Office Legislative Division City Manager's Office Office of the City Attorney Office of the City Attorney City Commission Office of the City Clerk Reviewed B 07/07/2025 7:06 PM Pedro Lacret Marie Gouin Annie Perez Larry M. Spring Natasha Colebrook -Williams Valentin J Alvarez Arthur Noriega V Thomas M. Fossler George K. Wysong III Maricarmen Lopez City Clerk's Office Andrew Frey Budget Analyst Review Budget Review Procurement Review Assistant City Manager Deputy City Manager Review Legislative Division Review City Manager Review ACA Review Approved Form and Correctness Meeting Rendered Department Head Completed 07/09/2025 2:43 PM Completed 07/09/2025 3:33 PM Completed 08/07/2025 11:07 AM Completed 08/13/2025 1:21 PM Completed 08/13/2025 2:23 PM Completed 08/13/2025 3:36 PM Completed 08/20/2025 10:33 AM Completed 09/02/2025 2:27 PM Completed 09/02/2025 5:03 PM Completed 09/11/2025 9:00 AM Completed 09/18/2025 4:02 PM City of Miami Legislation Resolution Enactment Number: R-25-0346 City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com File Number: 17853 Final Action Date:9/11/2025 A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), PURSUANT TO SECTION 18-85 OF THE CODE OF THE CITY OF MIAMI, FLORIDA, AS AMENDED, ("CITY CODE"), APPROVING A BID AWARD FOR INVITATION FOR BID ("IFB") NO. 2017390 TO KEARNS CONSTRUCTION COMPANY ("CONTRACTOR") FOR REPAIR SERVICES OF THE MOORING SYSTEM AT DINNER KEY MARINA AND WATSON ISLAND ("SERVICES") ON A BI-ANNUAL, AS - NEEDED BASIS; ALLOCATING FUNDS FROM REPAIR AND MAINTENANCE ACCOUNT NO. 34000.221001.670000.0000.00000, OR OTHER LEGALLY AVAILABLE FUNDING SOURCES, SUBJECT TO THE AVAILABILITY OF FUNDS AND BUDGETARY APPROVAL AT THE TIME OF NEED; AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE A CONTRACT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, WITH CONTRACTOR FOR THE SERVICES WITH AN INITIAL TERM OF THREE (3) YEARS AND TWO (2) RENEWALS FOR TWO (2) YEARS EACH ON AN AS -NEEDED BASIS; FURTHER AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE ANY DOCUMENTS, INCLUDING AMENDMENTS, RENEWALS, AND EXTENSIONS, ALL IN FORMS ACCEPTABLE TO THE CITY ATTORNEY, AND SUBJECT TO ALL ALLOCATIONS, APPROPRIATIONS, AND PRIOR BUDGETARY APPROVALS, AND IN COMPLIANCE WITH APPLICABLE PROVISIONS OF THE CITY CODE, INCLUDING, THE CITY OF MIAMI'S PROCUREMENT ORDINANCE, ANTI - DEFICIENCY ACT, AND FINANCIAL INTEGRITY PRINCIPLES, ALL AS SET FORTH IN CHAPTER 18 OF THE CITY CODE, AND IN COMPLIANCE WITH ALL APPLICABLE LAWS, RULES, AND REGULATIONS, AS MAY BE DEEMED NECESSARY FOR SAID PURPOSE; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Miami ("City") requires repair services of the mooring system at Dinner Key Marina and Watson Island, on a bi-annual basis ("Services") in order to inspect, service, and repair the mooring assemblies at Dinner Key Marina and Watson Island, including anchors, chains, shackles, buoys, and related hardware, to ensure safe and reliable berthing conditions, and minimize operational disruptions; and WHEREAS, on April 21, 2025, the Department of Procurement ("Procurement") issued Invitation for Bid ("IFB") No. 2017390 ("Solicitation") to establish a contract for the Services; and WHEREAS, on May 16, 2025, Procurement received two (2) bids in response to the Solicitation; and WHEREAS, after review and tabulation, Kearns Construction Company, a Florida profit corporation ("Contractor"), was determined to be the lowest responsive and responsible bidder; and WHEREAS, the City Manager recommended Contractor for award of a contract for the Services on an as -needed basis for an initial term of three (3) years with two (2) renewals of two (2) years each, as further specified in the recommendation memo attached hereto as Exhibit "A"; and WHEREAS, Section 18-85 of the Code of the City of Miami, Florida, as amended ("City Code") provides the procedures for use of competitive sealed bidding, including that bid awards in excess of $50,000.00 must be approved by the City Commission upon recommendation by the City Manager; and WHEREAS, the City Commission desires to approve the bid award to Contractor and to authorize the City Manager to negotiate and execute a contract, and any necessary amendments, renewals, and extensions, all in forms acceptable to the City Attorney and consistent with the terms herein stated, for said purpose; 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. Pursuant to Section 18-85, the bid award to Contractor for the provision of the Services on an as -needed basis as further specified in the City Manager's recommendation attached hereto as Exhibit "A", is hereby approved. Section 3. Funds for this purpose shall be allocated from Repair and Maintenance Account No. 34000.221001.670000.0000.00000, or other legally available funding sources, subject to the availability of funds and budget approval at the time of need. Section 4. The City Manager is authorized' to negotiate and execute a contract, in a form acceptable to the City Attorney, with Contractor for the Services with an initial term of three (3) years and two (2) renewals for two (2) years each on an as -needed basis. Section 5. The City Manager is further authorized' to negotiate and execute any documents, including amendments, renewals, and extensions, all in forms acceptable to the City Attorney, and subject to all allocations, appropriations, and prior budgetary approvals, and in compliance with applicable provisions of the City Code, including the City of Miami's Procurement Ordinance, Anti -Deficiency Act, and Financial Integrity Principles, all as set forth in Chapter 18 of the City Code, and in compliance with all applicable laws, rules, and regulations, as may be deemed necessary for said purpose. Section 6. This Resolution shall become effective immediately upon its adoption. APPROVED AS TO FORM AND CORRECTNESS: rge = . Wyng Ilf, C y ttor -y 9/2/2025 1 The herein authorization is further subject to compliance with all legal requirements that may be imposed, including but not limited to those prescribed by applicable City Charter and City Code provisions.