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.