HomeMy WebLinkAboutAgenda Item Summary FormAGENDA ITEM SUMMARY FORM
File ID: #18424
Date: 11/03/2025
Commission Meeting Date: 12/11/2025
Requesting Department: Department of Fire -
Rescue
Sponsored By: Damian Pardo
District Impacted: District 1, District 2
Type: Resolution
Subject: Accept Bid - Furnish and Install Windows, Doors and Louvers - Fire Stations 6
and 8
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. 2019387 to furnish
and install windows, doors, and louvers at Fire Station Nos. 6 and 8, for a one time
purchase, from Matthews & Simmons Construction LLC ("Matthews & Simmons") the
lowest responsive and responsible Bidder; 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; 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 June 27, 2025, the Department of Procurement ("Procurement"), on behalf of the
City of Miami's Fire -Rescue Department ("Fire -Rescue") issued IFB No. 2019387 for the
one-time purchase to furnish and install windows, doors, and louvers at Fire Station
Nos. 6 and 8, 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 September 8, 2025, at the bid closing, eleven (11) bids were received.
The bids were evaluated and tabulated following the guidelines published in the Bid. Six
(6) Bidders were deemed non -responsive due to submitting incorrect price sheets or
omitting required documentation, including General Contractor's License and the
Certification Section with References. As a result, Procurement recommends awarding
the contract to Matthews & Simmons, the lowest responsive and responsible Bidder.
The estimated contract amount is approximately
$289,341.69 for a one-time purchase to furnish and install windows, doors, and louvers
at Fire Station Nos. 6 and 8.
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
Department of Fire -Rescue
Department of Fire -Rescue
Office of Management and Budget
Department of Fire -Rescue
Department of Procurement
Department of Fire -Rescue
Department of Fire -Rescue
Office of Management and Budget
City Manager's Office
Legislative Division
Office of the City Attorney
Office of the City Attorney
City Commission
Office of the City Clerk
Reviewed B
Robert C Hardy
Johnny Duran
Pedro Lacret
Adrian Plasencia
Annie Perez
Niorge Aragon
Robert Hevia
Marie Gouin
Arthur Noriega V
Valentin J Alvarez
Thomas M. Fossler
George K. Wysong III
Maricarmen Lopez
City Clerk's Office
Fire Review
Fire Budget Review
Budget Analyst Review
Fire Review
Procurement Review
Fire Review
Fire Chief Review
Budget Review
City Manager Review
Legislative Division Review
ACA Review
Approved Form and Correctness
Meeting
Rendered
Completed 11/04/2025 1:37 PM
Completed 11/04/2025 1:58 PM
Completed 11/05/2025 2:05 PM
Completed 11/12/2025 9:33 AM
Completed 11/12/2025 6:41 PM
Completed 11/20/2025 9:42 AM
Completed 11/20/2025 9:45 AM
Completed 11/20/2025 11:18 AM
Completed 11/20/2025 11:28 AM
Completed 11/21/2025 10:15 AM
Completed 12/02/2025 9:56 AM
Completed 12/02/2025 11:00 AM
Completed 12/11/2025 9:00 AM
Completed 12/11/2025 8:14 PM
City of Miami
Legislation
Resolution
Enactment Number: R-25-0532
City Hall
3500 Pan American Drive
Miami, FL 33133
www.miamigov.com
File Number: 18424 Final Action Date:12/11/2025
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. 2019387 TO MATTHEWS & SIMMONS CONSTRUCTION LLC
("CONTRACTOR") TO FURNISH AND INSTALL WINDOWS, DOORS, AND LOUVERS
AT FIRE STATION NOS. 6 AND 8 ("SERVICES") AS A ONE-TIME PURCHASE IN AN
ESTIMATED AMOUNT OF TWO HUNDRED EIGHTY NINE THOUSAND THREE
HUNDRED FORTY ONE AND 69/100 DOLLARS ($289,341.69); ALLOCATING FUNDS
FOR THIS PURPOSE FROM CAPITAL PROJECT NO. 40-B173214, 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, CONSISTENT WITH THE TERMS SET FORTH HEREIN; 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 the furnishing and installation of windows,
doors, and louvers at Fire Station Nos. 6 and 8 ("Services") in order to remove and replace
existing components with hurricane impact resistant assemblies that meet or exceed applicable
Florida Building Code and Miami -Dade County requirements and enhance the resiliency and
safety of the Fire Stations; and; and
WHEREAS, on June 27, 2025, the Department of Procurement ("Procurement") issued
Invitation for Bid No. 2019387 ("Solicitation") to establish a contract for the Services; and
WHEREAS, on September 8, 2025, Procurement received eleven (11) bids in response
to the Solicitation, of which, six (6) bids were found to be non -responsive to the Solicitation; and
WHEREAS, after review and tabulation of the remaining bids, Matthews & Simmons
Construction 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
Services as a one-time purchase in an estimated amount of Two Hundred Eighty Nine
Thousand Three Hundred Forty One and 69/100 Dollars ($289,341.69), as further specified in
the recommendation memo, attached and incorporated as Exhibit "A" ("City Manager's
Recommendation"); 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 to Contractor for
the provision of the Services as a one-time purchase in an estimated amount of Two Hundred
Eighty Nine Thousand Three Hundred Forty One and 69/100 Dollars ($289,341.69), as further
specified in the City Manager's Recommendation, is hereby approved.
Section 3. Funds for this purpose shall be allocated from Capital Project No. 40-
B173214, 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, consistent with the terms
set forth herein.
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.
APPROVED AS TO FORM AND CORRECTNESS: