No preview available
 /
     
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