Loading...
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: