HomeMy WebLinkAboutR-25-0346City of Miami
Resolution R-25-0346
Legislation
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.
SPONSOR(S): Commissioner Damian Pardo
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
City of Miami Page 1 of 3 File ID: 17853 (Revision:) Printed On: 9/30/2025
File ID: 17853 Enactment Number: R-25-0346
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.
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.
City of Miami Page 2 of 3 File ID: 17853 (Revision:) Printed on: 9/30/2025
File ID: 17853 Enactment Number: R-25-0346
APPROVED AS TO FORM AND CORRECTNESS:
ge Wy j ng III, C1ty -ttor -y 9/2/2025
City of Miami Page 3 of 3 File ID: 17853 (Revision:) Printed on: 9/30/2025