Loading...
HomeMy WebLinkAboutAgenda Item Summary FormAGENDA ITEM SUMMARY FORM File ID: #18070 Date: 08/29/2025 Commission Meeting Date: 10/23/2025 Requesting Department: Department of Parks and Recreation Sponsored By: District Impacted: All Type: Resolution Subject: Invitation for Bid - Concrete Removal and Installation - Various City of Miami Parks 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. 2010386 for Concrete Removal and Installation at Various City of Miami Parks, on an as needed basis, from Tomka LLC, ("Tomka") for an initial contract term of three (3) years, with the option to renew for one (1) additional three (3) year period; allocating funds from the 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 23, 2025, the Department of Procurement ("Procurement"), on behalf of the Parks and Recreation Department ("Parks"), issued IFB No. 2010386 for concrete removal and installation at various City of Miami Parks on an 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 21, 2025, at the bid closing, three (3) bids were received. The bids were evaluated and tabulated following the guidelines published in the Bid. One (1) Bidder was found non- responsive as they did not submit the Certification Section with References. Procurement is recommending award to Tomka, the lowest responsive and responsible Bidder. The estimated contract amount for Group I -Federally Funded Projects is approximately $1,200,000.00 and for Group II -Non -Federally Funded project is approximately $900,000.00 for an approximate amount of $2,100,000.00 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: Various sources of funds Reviewed B Department of Parks and Recreation Lacleveia E Morley Office of Management and Budget Office of Management and Budget Department of Procurement City Manager's Office City Manager's Office City Manager's Office Legislative Division Office of the City Attorney Office of the City Attorney City Commission Office of the City Clerk Donovan Dawson Marie Gouin Annie Perez Barbara Hernandez Natasha Colebrook -Williams Arthur Noriega V Valentin J Alvarez Thomas M. Fossler George K. Wysong III Maricarmen Lopez City Clerk's Office Department Head Review Budget Analyst Review Budget Review Procurement Review Assistant City Manager Review Deputy City Manager Review City Manager Review Legislative Division Review ACA Review Approved Form and Correctness Meeting Rendered Completed 09/23/2025 10:32 PM Completed 10/10/2025 12:50 PM Completed 10/10/2025 3:01 PM Completed 10/10/2025 5:45 PM Completed 10/14/2025 12:14 PM Completed 10/14/2025 3:52 PM Completed 10/14/2025 3:57 PM Completed 10/14/2025 4:20 PM Completed 10/14/2025 5:38 PM Completed 10/14/2025 6:32 PM Completed 10/23/2025 9:00 AM Completed 10/29/2025 6:04 PM City of Miami Legislation Resolution Enactment Number: R-25-0259 City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com File Number: 18070 Final Action Date:10/23/2025 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. 2010386 TO TOMKA LLC FOR THE PROVISION OF CONCRETE REMOVAL AND INSTALLATION SERVICES AT VARIOUS CITY OF MIAMI PARKS ON AN AS NEEDED BASIS FOR AN INITIAL CONTRACT TERM OF THREE (3) YEARS WITH THE OPTION TO RENEW FOR ONE (1) ADDITIONAL THREE (3) YEAR TERM; ALLOCATING FUNDS FROM THE VARIOUS SOURCES OF FUNDS FROM THE END USER DEPARTMENT 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, ALL IN FORMS ACCEPTABLE TO THE CITY ATTORNEY, SUBJECT TO ALL ALLOCATIONS, APPROPRIATIONS, PRIOR BUDGETARY APPROVALS, AND 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. WHEREAS, the Parks and Recreation Department ("Parks") has a continued need for concrete removal and installation services at various City of Miami ("City") parks on an as needed basis; and WHEREAS, on April 23, 2025, the Department of Procurement ("Procurement") issued Invitation for Bids ("IFB") No. 2010386 to establish a contract concrete removal and installation at various City parks on an as needed basis, to be awarded, for an initial term of three (3) years, with the option to renew for one (1) additional three (3) year term; and WHEREAS, on May 21, 2025, Procurement received three (3) bids in response to the IFB; and WHEREAS, after review and tabulation, Tomka LLC ("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 concrete removal and installation services at various City of Miami ("City") parks on an as needed basis for an initial term of three (3) years, with the option to renew for one (1) additional three (3) year term, 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 of the City Code, the bid award for IFB No. 2010386 to Contractor for the provision of concrete removal and installation services at various City parks on an as needed basis for an initial term of three (3) years, with the option to renew for one (1) additional three (3) year term is hereby approved. Section 3. Funds are to be allocated from the various sources of funds from the end user department and agencies, subject to the availability of funds and budgetary approval at the time of need. Section 4. The City Manager is authorized' to negotiate and execute any and all documents, including any amendments, renewals, and extensions, all in forms acceptable to the City Attorney, subject to all allocations, appropriations, prior budgetary, and compliance with applicable provisions of the City Code, including, the City'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 5. This Resolution shall become effective immediately upon its adoption. APPROVED AS TO FORM AND CORRECTNESS: rge = . Wyy ng Ills, C ty ttor -y 10/14/2025 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.