HomeMy WebLinkAboutR-25-0532City of Miami
Resolution R-25-0532
Legislation
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.
SPONSOR(S): Commissioner Damian Pardo
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
City of Miami Page 1 of 3 File ID: 18424 (Revision:) Printed On: 1/6/2026
File ID: 18424 Enactment Number: R-25-0532
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 authorized1 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: 18424 (Revision:) Printed on: 1/6/2026
File ID: 18424 Enactment Number: R-25-0532
APPROVED AS TO FORM AND CORRECTNESS:
ge Wy j ng III, C y ttor -y 12/2/2025
City of Miami Page 3 of 3 File ID: 18424 (Revision:) Printed on: 1/6/2026