LTC 139-2025 Procurement ReportsDocusign Envelope ID: 55A81262-697C-49C7-9E33-9D8E042864A2
M!AN\IB CH
OFFICE OF THE CITY MANAGER
LTC # LETTER TO COMMISSION
TO: Honorable Mayor Steven Meiner and Members of the City Commission
FROM, Eric Carpenter, City Manager Bue, �
DATE: March 27, 2025
SUBJECT: Procurement Reports
As has been previously requested by the City Commission or as required by City regulations, the
Procurement Department transmits monthly, via L TC, the following informational reports:
•city contracts expiring within the next 180 days;
•open market purchases exceeding $50,000 during the preceding month;
•projects awarded pursuant to job order contracts (JOC);
•purchases of playground and related equipment pursuant to Resolution 2019-30777;
•emergency purchases approved by the City Manager during the preceding month; and
•unauthorized purchase exceeding the City Manager's authority reported during the preceding
month.
1.CITY CONTRACTS WITH RENEWALS OR EXTENSIONS EXPIRING IN THE NEXT 180 DAYS
-(See Attachment A). Pursuant to Resolution No. 2001-24332, the contracts listed in Attachment
A-1 have not been renewed or replaced and will expire within the next 180 days. Contracts already
renewed within 180 days can be found on the City's website at
https://apps.miamibeachfl.gov/ContractAwards/. The contracts listed in Attachment A-2 are on a
month-to-month term.
2.OPEN MARKET PURCHASES EXCEEDING $50,000. Open market purchases are those
purchases that are less than the amount established for formal bids. Section 2-395(4) of the City
Code requires that open market purchases over $50,000, up to the bid threshold amount, be reported
to the City Commission on a monthly basis. Below is a list of purchase orders for open market
purchases for the preceding month.
Purchase Department Description Total Date Vendor Order No.
20251942 Facilities and Fleet Furniture at North Beach $60,291.90 02/20/2025 Mary Spencer
Management Oceanfront Center Company
Commun itv Room
20251960 Parks and Retractable Mobile $100,000.00 02/24/2025 Covershots
Recreation Golf Canopy-MBGC Mobile Canopies
Practice Ranqe International, LLC
3.PROJECTS AWARDED PURSUANT TO JOB ORDER CONTRACTING (JOC) PROGRAM. The
Mayor and City Commission has awarded 1TB 2019-257-KB for JOC services for electrical and roofing
projects and 1TB 2023-096-KB JOC services for vertical, horizontal, and seawall construction
projects. Below is a list of projects awarded pursuant to both JOC contracts for construction services
for the preceding month.
139-2025
EA
Docusign Envelope ID : 55A8 1262-697C-49C7-9E33-9D8E042 86 4A2
2
Project Title Department JOC No. Vendor Estimated Value
Greenspace Facility Fleet and Facilities 24-411-01 Lee Original Contract
Renovations Management Construction Amount
Group , Inc. $280,462.01
Supplemental No. 1
$86,239.35
Revised Contract
Amount
$366 ,701 ,36
Pr ide Park Metal Screen CIP 24-346-01 H.A. Contract Amount
Enclosures Contracting $537,788.07
Corp
Soundscape Storage Parks and 23-488-01 Lee Original Contract
Recreation Construction Amount
Group , Inc. $ 643,956 .89
Supplemental No . 1
$44,093.79
Supplemental No. 2
$70,948.99
Revised Contract
Amount
$ 758 ,999.67
North Shore Park , CIP 24-015-01 Lee Original Contract
Restroom Addition Construction Amount
Group , Inc. $1,395 ,357.66
Supplemental No. 1
$44,033.85
Supplemental No . 2
$ 9 ,011 .62
Revised Contract
Amount
$1,448,403.13
Palm & Hibiscus CIP 22-205-01 Lee Original Contract
Landscap ing Construction Amount$ 842 ,607.23
Neighborhood Group , Inc. Supplemental No . 1
Enhancement Phase 2 $1 ,254 .70
Revised Contract
Amount
$ 843 ,861.93
South of Fifth Transportation & 24-367-01 Ha rbour Original Contract
Temporary Calm ing Mobility Construction , Amount $179,411.92
Temporary Speed Inc. Supplemental No.1
Bumps $40 ,813.44
Supplemental No. 2
$10,958.78
Revised Contract
Amount$ 231,184.14
Structural Repairs at the Facilities and Fleet 25-003-01 Lee Contract Amount
Bass Museum Management Construct ion $415 ,118 .83
Group , Inc.
Br ittany Bay Park Police 24-321-01 South Florida Contract Amount
CCTV Project Electrical $299 ,917.47
Consultant ,
Inc.
Do cus ign Envelope ID : 55A81 262-697C-49C7-9E33-9D8E042 864A2
3
4. PURCHASES FOR PARKS AND PLAYGROUND EQUIPMENT. Resolution No. 2019-30777
authorizes the City Manager , through standardization and waiver of competitive bidding
requirements, to create a pool of preapproved manufacturers for all future purchases of playground
equ ipment (aquatic and non-aquatic), park benches and outdoor furniture, outdoor fitness equipment ,
shade structures, recreational surfaces (safety surfaces , artificial turf, and hardcourt surfaces), and
lighting systems for all city parks facilities . Additionally , the Resolut ion also authorizes the City
Manager to add any other manufacturers within the approved categories necessary to expedite the
completion of parks and playground facilities. Below is a list of approved purchases and
manufacturers added for the preceding month.
Purchase
Order No.
20251787
. . . . -.
Description
GOB # 17 La Goree Park-Playground Replacement
Manufacturers/Suppliers Added
Nothing to Report.
Vendor
Playcore
Wisconsin , Inc
Value
$817 ,401.50
5. EMERGENCY PURCHASES. Section 2-396 of the City Code authorizes the City Manager to
approve emergency purchases and requires that emergency purchases exceeding the formal bid
threshold amount established in Section 2-366 be reported to the City Commission at its meeting
following the emergency. The emergency purchase request process outlined in the Code allows the
City to respond expeditiously to une x pected needs . Below is a list of emergency purchases approved
for the preceding month .
2023-061-
MP
Increase to Emergency Purchase Authorization (EPA) Change Order
#10
The City spent $447 ,555.00 in FY23 , and $492 ,018 .00 in FY24 , and the
Facilities and Fleet Management Department estimates spending
$157,356.00 at the beginning of FY25 to cont inue addressing and mitigating
the iguana population. The City has executed contracts with the vendors
awarded pursuant to RFP 2023-007-WG for Iguana Remediation Services
and all services have transitioned to the new contract starting March 1, 2025.
• Original EPA Amount $ 237 ,592.00
• Change Order# 1 Amount $ 72 ,759.00
• Change Order# 2 Amount $ 137,204.00
• Change Order# 3 Amount $ 125 ,142.00
• Change Order# 4 Amount $ 125 ,142.00
• Change Order# 5 Amount $ 125 ,142.00
• Change Order# 6 Amount $ 125 ,142.00
• Change Order# 7 Amount $ (8 ,550.00)
• Change Order# 8 Amount $ 125 ,142.00
• Change Order# 9 Amount $ 17 ,214.00
• Change Order# 10 Amount $ 15 ,000 .00
Total Amount: $1 ,096.929.00
Do cusi gn En velope ID : 55A81262-697C-4 9C7-9 E33 -9D BE042864A2
4
6. UNAUTHORIZED PURCHASES. Section 2-393(a) of the City Code prohibits the purchase of
goods or services that are not in compliance with the requirements of the Procurement Code. Below
is a list of unauthorized purchases exceeding the City Manager's authority for the preceding month.
Unauthorized Purchases
Nothing to Report .
7. CYBER SECURITY WAIVER PURCHASES Resolution No. 2023-32733 exempts from the
competitive bid requirements the purchase of cybersecurity-related goods and services needed to
maintain critical IT infrastructure. The Resolution aims to safeguard the confidential and exempt
status of the city's cybersecu ri ty systems and assets , as permitted by Florida law. The Resolution
requires that all purchases made pursuant to the Resolution be reported to the City Comm ission.
Below is a list of purchases for the preceding month.
Cyber Security Waiver Purchases
Purchase Order Description Vendor Value No.
20251802 Forti net V isual Appliance CDW LLC $7 ,834 .00
20251831 Checkmarx Secure Serv ices Insight Public Sector , Inc. $56,905.59
20251952 Qualys Vulnerability Detect United Data $21 ,324.00
and Response Technologies , Inc.
Docusign Envelope ID : 55A81262-697C-49C7 -9 E33-9 D8E04 2864A2
ATTACHMENT A-1
CONTRACTS EXPIRING IN THE NEXT 180 DAYS
21-195-01 PURCHASE OR LEASING OF MOTORCYCLES
20-096-01 A&E SERVICES SPECIALIZED CATEGOR IE S AS
NEED BASIS
20-096-06 A&E SERVICES SPECIALIZED CATE GOR IE S AS
NEED BAS IS
20 -096-07 A&E SERVICES SPECIALIZED CAT EGOR IE S AS
NEED BASIS
20 -0 96 -1 2 A&E SERV ICE S SPECIALIZED CATEGORIES AS
NEED BASIS
20 -096-17 A&E SERVICES SPECIALIZED CATEGOR IE S AS
NEED BAS IS
20-096-20 A&E SERVICES SPEC IALIZED CATEGORIES AS
NEED BASIS
20-0 96 -25 A&E SERVICES SPECIALIZED CATEGO RIES AS
NEED BASIS
20-096-30 A&E SERVICES SPEC IALIZ ED CATEGORI ES AS
NEED BASIS
20-096-31 A&E SERVICES SPECIALIZED CATEGORI ES AS
NEED BASIS
20-0 96-32 A&E SERVICES SPECIALIZ ED CAT EGOR IE S AS
NEED BASIS
20-096-43 A&E SERVICES SPECIALIZED CATE GOR IE S AS
NEED BASIS
20-096-45 A&E SERVICES SPECIALIZED CATEGORIES AS
NEED BASIS
20-096-53 A&E SERVICES SPECIALIZED CATE GORI ES AS
NEED BASIS
20-0 96 -56 A&E SERVICES SPECIALIZED CATEGOR IE S AS
NEED BASIS
20-096-5 7 A&E SERVICES SPEC IALIZED CATE GORI ES AS
NEED BASIS
22 -1 84 -01 PREQUAL POOL AUTO TRANSMISSION
REPAIR/REPLACEMENT
22 -253-02 PREQUAL POOL
FLOORING/INS TALLATI ON /SUPP LIE S/S ER S
22 -253-05 PREOUAL POOL
FLOOR ING /INSTALLATI ON /SU PPLIES/SRVS
22 -005-01 FIR E/POLICE FALSE ALARM B ILLING SYS TE M
19-122-01 SPONSORS HI P/NAM IN G RIGH TS CONSUL TI NG
SERV ICES
22 -015-02 IN VES TI GAT ION, BACKGROUND ,
ADJUSTING/SURVE ILLANC E
17-300-01 BUS CASE ANALYS IS/CMB STORMWATER
RES ILIENCY PROGRAM
17-300-02 BUS CASE ANAL YS IS/CMB STORMWATER
•RESILIENCY PROGRAM
17-300-03 BUS CASE ANALYSIS /CMS STORMWATER
RESILIEN CY PROGRAM
17-300-04 BUS CASE ANALYSIS/CMS ST ORMWATER
RESILIENCY PR OGRAM
17-300 -06 BUS CASE ANAL YS IS/CMB STORMWATER
RESILIEN CY PR OG RAM
22 -043 -01 VALET PARK ING CONCESS ION
1 (A) Cont ract Automat ical ly Rene ws for a 12 mo nth period
un less cancel led by the City Party w ith a 90 day notice. 1 of 3
TMCAA, INC.
300 ENGINEERING GROUP , P.A.
ALLAN T. SHULMAN ARCH ITE CT , P.A.
ALUCES CORPORATION
BI SCAYN E ENGINEERING COM PANY, INC.
CES CONSULTAN TS , INC.
COASTAL SYS TEMS INTERNATION AL, INC.
CURT IS + ROGERS DESIGN STUDIO , IN C
EXP U.S. SERVICES , INC.
F.R. ALEMAN & ASSOCIATES , INC.
GFA INTERNATI ONAL, INC.
NOVA CONSUL TIN G, INC.
PERK INS & WILL ARCH IT ECTS , IN C.
STA ARCH ITECTURAL GROUP, IN C.
SCHWEBKE-SH ISKIN & ASSOC IATES , INC.
SONG+ ASSOC IATE S , INC .
ALONSO TRANSM ISS ION, IN C.
ALL THINGS EPOXY , LLC
RAMOS DECOR & LUMBER, LLC
PMAM -ATB CORPORAT ION
GLOBAL SPECTRUM , LP
INFOQUEST INFORMATION SER VICES ,
LTD
ICF INCORPORATED , L.L.C .
THE BALMORAL GROUP , LL C
HAZEN AND SAWYER P.C.
WSP USA ENVIR ONM ENT &
INFRASTR UCTURE INC.
JACOBS ENG INEERING GROUP , INC.
1ST CLASS PARKING CORP.
5/26 /25
6/13/25
6/13/25
6/13/25
6/13/25
6/13/25
6/13/25
6/13/25
6/13/25
6/13/25
6/13/25
6/13/25
6/13/25
6/13/25
6/13/25
6/13/25
6/21 /25 2
6/21 /25 2
6/21 /25 2
6/26 /25 3
8/13/25 3
8/25/25 2
8/2 9/25
8/29 /25
8/29 /25
8/29 /25
8/29 /25
8/3 1/25 3
3/24/202 5
Docusign Envelope ID: 55A81262-697C-49C7-9E33-9D8E042864A2
ATTACHMENT A-1
CONTRACTS EXPIRING IN THE NEXT 180 DAYS
21-264-01 INVE STMENT ADVISORY SERVICES PUBLIC TRUST ADVISORS , LLC
21 -322 -01 UTILITY BILL AUDITING/EXPENSE REDUCTION TROY & BANKS , IN C.
CONSL SRVS
19-093-01 RED LIGHT VIOLATION CAMERA ENFORCEMENT MODAXO TRAFFIC MANAGEMENT USA
SYSTEM
21-207-01 URBAN FORESTR Y SER VICES
21-207-02 URBAN FORESTRY SERVICES
21-207-03 URBAN FORESTRY SERV ICES
21-068-01 PREQUAL FOR ROO FING CONSUL TING
SERVICES
21-068-02 PREQUAL FOR ROOF ING CONSUL TING
SERVICES
21-06 8-03 PREQUAL FOR ROOF ING CONSUL TING
SERVICES
21-068-04 PREQUAL FOR ROOFING CONSUL TING
SERVICES
18-186-01 GOLF COURSE OPERATIONS & MANAGEMENT
SERVICES
21-083-01 HOLIDAY LIGHTING
1 (A) Contract Automatically Renews for a 12 month period
un le ss cancelled by the City Party with a 90 day notice . 2 of 3
INC.
THE F.A. BART LETT TREE EXP ERT
COMPANY
DAVEY RESOURCE GROUP , INC.
RES FLORIDA CONSUL TING , LLC
RA YMO ND ENGINEERING-GEORGIA, INC.
NO VA ENGINEERING & ENVIRONMENTAL ,
LLC
RMS BUILDING ENVELOPE
CONSULTANTS , LLC
UES PROFESSIONAL SOLUTIONS, LLC
PROFESSIONAL COURSE MANAGEMENT II
LTD
SOUTH FLORID A LIGHT ING TEAM , LLC
9/15 /25 2
9/15 /25 2
9/20/25 2
9/26/25 2
9/26 /25 2
9/26/25 2
9/27/25
9/27 /25
9/27 /25
9/27 /25
9/30 /25
9/30/25
3/24/2025
Docusign Envelope ID: 55A81262-697C-49C7-9E33-9D8E042864A2
20 -319 -01
20 -055
13-178
17-070-02
20-007-01
20 -007-02
ATTACHMENT A-2
MONTH-TO-MONTH CONTRACTS
LINCOLN ROAD MALL DIRECTORIES
TEMPORARY STAFF ING SERV ICES
COMMERC IAL & RESIDENTIAL WASTE COLLECTION &
DISPOSAL
JANITORIAL SERV ICES
SECURI TY OFFI CER SERVICE S
SECURITY OFFICER SERV ICE S
3 of 3
CLEAR CHANNEL OUTDOOR HOLD ING S INC.
4 BEST BUSIN ESS , CORP., ATHENA
CONSUL TING , LLC , DISKRITER , IN C., DSS
HOLDINGS , LLC , EMPLOYMENT SOLU TI ONS OF
NEW YORK , I NC., AND P.I.E . MANAGEMENT , LLC
WASTE CONNECTIONS OF FLORIDA, INC. &
WASTE MANAGEM ENT INC. OF FLORIDA
SFM SERVICES , INC.
FPI SECURI TY SERVICES , INC .
SECUR ITY ALLIAN CE, LLC
3/24/2025