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.