Loading...
Resolution 2025-33588 RESOLUTION N0. Z025-33588 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, PURSUANT TO INVITATION TO BID (ITB) 2025-207-JP PREQUALIFICATION APPLICATION FOR DERELICT VESSELS REMOVAL AND DISPOSAL; AND APPROVING THE INITIAL POOL OF PREQUALIFIED CONTRACTORS: ADVENTURE ENVIRONMENTAL, INC.; DRC EMERGENCY SERVICES, LLC; IN DEPTH, INC.; ISLA MARITIME, CORP.; AND KEARNS CONSTRUCTION, CO.; FURTHER, AUTHORIZING THE CITY MANAGER TO KEEP THE ITB OPEN TO PREQUALIFY ADDITIONAL CONTRACTORS; AND DELEGATING TO THE CITY MANAGER THE AUTHORITY TO ADD CONTRACTORS TO THE POOL, PROVIDED THAT ANY SUCH CONTRACTOR MEETS THE REQUIREMENTS OF THE ITB, AND TO REMOVE CONTRACTORS FOR NON-PERFORMANCE. WHEREAS, on May 13, 2020, the City Commission approved the award of a contract pursuant to Invitation to Bid QTB) 2020-OO6JC Prequalification Pool of Contractors for Derelict Vessels Removal and Disposal with a three (3) year original term and Iwo (2) additional one (1) year optional renewals; and WHEREAS, lhe prequalified pool of contractors established pursuant to this coniract consisted of the following applicants:Adventure Environmental, Inc.; Ballard Marine Construction, LLC; Biscayne Towing &Salvage, Inc.; Blue Water Marine Services, Inc., CB Marine Towing and Salvage, Inc.; DRC Emergency Services, LLC; Ebsary Foundation, Co.; Fast Response Marine Towing & Salvage, LLC; In Depth, Inc.; Isla Maritime, Corp.; Keams ConsUuction, Co.; Legion Undersea Services, LLC; Mainsiream Commercial Divers, Inc.; Ram Marine Services, Inc.; Upper Cut Promotions LLC; and Viking Diving Services, Inc.; and WHEREAS, lhe contract has exhausted all renewal options, and this ITB is intended to replace the expiring contract; and WHEREAS, therefore, in order to replace the expiring contract, the City sought to prequalify contractors for the removal and disposal of derelict or abandoned vessels from public waters on an as-needed basis through this solicitation; and WHEREAS, on February 21, 2025, the Administration issued ITB 2025-207-JP to establish a prequalified pool of contractors for derelict vessels removal and disposal; and WHEREAS, the Procurement Department issued bid notices through email and the e- procurement syslem, with 20 prospective bidders accessing the advertised solicitation; and WHEREAS, responses were due and received on March 24, 2025; and Adventure Environmental, Inc., DRC Emergency Services, LLC, In Depth, Inc., Isla Maritime, Corp., and Keams Construction, Co.; and WHEREAS, the ITB stated that following the review of applications, the responsive and responsible bidder(s) meeting all tertns and conditions of the ITB would be recommended for award, with a contract term of five (5) years; and WHEREAS, the Procurement Department found that the following five (5) contractors are responsive, responsible bidders meeting all terms and conditions of the ITB and are recommended for award: Adventure Environmental, Inc., DRC Emergency Services, LLC, In Depth, Inc., Isla Maritime, Corp., and Keams Construction, Co.; and WHEREAS, it is recommended that the Mayor and Ciry Commission authorize the Administration to establish a pool of prequalified contractors that will be used to assist the City in the removal and disposal of derelict or abandoned vessels from public waters on an as-needed basis; and WHEREAS, when services are needed, the prequalified contractors will be contacted for proposals; and WHEREAS, lhe initial pool of prequalified contractors shall include: Adventure Environmental, Inc., DRC Emergency Services, LLC, In Depth, Inc., Isla Maritime, Corp., and Keams Construction, Co.; and WHEREAS, the City Manager may keep the ITB open to prequalify additional contractors and delegates authority to the City Manager to add contractors to the pool, provided such contractors meet the requirements of the ITB or remove contractors for non-perfortnance. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, hereby accept the recommendation of the Cty Manager, pursuant to the Invitation to Bid QTB) 2025-207-JP for derelict vessels removal and disposal prequalifying the initial pool of contractors: Adventure Environmental, Inc., DRC Emergency Services, LLC, In Depth, Inc., Isla Maritime, Corp., and Kearns Construction, Co., further authorize lhe City Manager to keep the ITB open to prequalify additional conUactors; and delegating to the City Manager the authority to add contractors to the pool, provided that any such contractor meets the requirements of the ITB, and to remove contractors for non- performance. PASSED AND ADOPTED this �3 day of A ri� 2025. ATTEST: � y� APR 2 9 P�2�� �� �-""`�— RAFAEL�O, CITY CLERK STEVEN MEINER, MAYOR t;e:�e'�, : � ���y� ApPROVED AS TO ,�:. ; i�N�ppp OAA1Eo�; & OM & ECUTIONE +,,'/i',9RCH�.�^9: �- - 4/rs zFrLs City Attorney � - = Date Procurement Reques[s - C2 A MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Mem6ers of Ihe City Commission FROM Eric Carpenter, City Manager DATE: April 23, 2025 TITLE: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, PURSUANT TO INVITATION TO BID (ITB) 2025-207-JP PRE�UALIRCATION APPLICATION FOR DERELICT VESSELS REMOVAL AND DISPOSAL; AND APPROVING THE INITIAL POOL OF PREQUALIFlED CONTR4CTORS: ADVENTURE ENVIRONMENTAL, INC.�, DRC EMERGENCY SERVICES, LLC; IN DEPTH, INC.; ISLA MARITIME, CORP.; AND KEARNS CONSTRUCTION, CO.; FURTHER, AUTHORIZING THE CITY MANAGER TO KEEP THE ITB OPEN TO PREQUALIFY ADDITIONAL CONTRACTORS; AND DELEGATING TO THE CIN MANAGER THE AUTHORITY TO ADD CONTRACTORS TO THE POOL, PROVIDED THAT ANY SUCH CONTRACTOR MEETS THE REQUIREMENTS OF THE ITB, AND TO REMOVE CONTRACTORS FOR NON-PERFORMANCE (POLICE) RECOMMENDATION The City Administration ("Administration") recommends that the Mayor and City Commission ("City Commission") approve ihe ResoWtion. This solicitation is curreMly under the cone of silence. BACKGROUND/HISTORY The Police Depariment requires the services of via6le contractors from which the Ciry may utilize t) removal and disposal of derelicf vessels as ihe result of damage caused by accidents, slorms, and/or owner neglec�abandonment, which may indude sunken and partially sunken vessels, andlor other debris that may impede navigation and affect�he safely of public waters; 2) removal and disposal of damaged vessels by a major natural disaster event, which may include sunken antl partially sunken vessels and olher debris tha� may impede the navigation of public waters, wherein Code of Federal Regulations ("CFR") and FEMA Recovery Policy shall apply. A pool of prequalifed contrac[ors is an important tool in the City's portfolio of emergency response contracts. Because most of the needs are unpianned and require a quick response, it is in Ihe City's bes� interest to have a pool of prequalified contrectors for which ihe Police Department or other City departments may seek proposals and quickly tleploy a contractor to address the identified need. On May 13, 202Q the Ciry awarded Invitation to Bid 2020-006-JC (the "ITB") pursuant ro ResoWtion No.2020-31258 to establish a contract, by means of sealed applications,with qualified contractors to eslablish a prequalified pool of wniractors for the removal and disposal of derelict or ahandoned vessels from public waters on an as-needed basis. The Resolution aiso delegated to the Ciry Manager the authority to add or remove contrac[ors to the pool, providing such contractors met the requirements of Ihe ITB. The initial term of the contracts was May 13, 2020. through May 12, 2023 (lhree years), with two 44 (2) one-year renewal options, which are scheduled to expire on May 12, 2025. The prequalified pool o(conVactors eslablished pursuant lo fhis contract consisls of Ihe following applicants: � Adventure Environmental, Inc. � Ballard Marine Conslruction LLC � Biscayne Towing & Salvage, Inc. � Blue Water Marine Services, Inc. � CB Marine Towing and Salvage, Inc., d/bla Sealow Miami � DRC Emergency Services LLC � Ebsary Poundation, Co. � Fast Response Marine Towing 8 Salvage LLC � In Depth, Inc. � Isla Maritime, Corp. � Keams Construc�ion, Co. � Legion Undersea Services LLC � MainsVeam Commercial Divers, Inc. � Ram Marine Services, Inc. � Upper Cut Promotions LLC, dlbla Marine Demolition & Salvage Service � Viking Diving Services, Inc. In order to establish a replacemenl conlract, the City developed Imitation to Bid QTB) 2025-207- JP Prequalification Application for Derelict Vesseis Removal and Disposal. The purpose of this ITB is to establish a contract by means of sealed applications, wi�h qualifed contractors for lhe eslablishment of a prequalified pool of contractors for derelict vessel removal and disposal. The pre-qualified pool eslablished shall effedively create a source of viable contracts from which the City may issue Invilation to Quotes ("ITQs")for various City derelict vessel removal and disposal services during the term of the conlract. Further, at any time, ihe City, Ihrough lhe approval of the City Manager, may accept applications and add additional or remove contractors to the list of prequalifed contractors during Ihe term o�the contract which shall be for a period offive(5)years. ANALYSIS The ITB was issued on February 21, 2025- The Procurement Department issued bid notices to companies through email and the e-prowrement system, with 20 prospective bidders accessing ihe advertisetl solicitation. Responses were due and received on March 24, 2025. The City received applications from the following fve(5) mnUactors: AdvenWre Environmental, Ina, DRC Emergency Services, LLC, In Depth, Inc., Isla Maritime, Corp., and Keams Construction, Co. The ITB stated that foliowing the review of applications, the responsive and responsible bidder(s) meeting ali the lerms and conditions of this ITB would be recommended for award. In its due diligence, the Procurement and Police Department found that ihe following fve (5) contrecrors are responsive, �esponsible bidders meeting all terms and conditions of the ITB and are recommendetl for the prequalification award: - AdvenWre Emironmental, Inc. � DRC Emergency Services, LLC � In Depth, Inc. � Isla Marilime, Corp. � Keams Conshuction, Co. As previously noted, the prequalification pool will remain open throughout the contracYs five-year term.The City, lhrough the Cily Manager, may continue to accep�applications and add oi remove contractors from �he prequalifed list as needed. This flexibiliry ensures that the Ci�y maintains a robust pool of qualifed contractors �o efficienqy address derelict vessel removal and disposal services. 45 Below is a brief description of the fve (5) contractors recommended for award: Adventure Environmental, Inc.'s extensive project experience includes coastal-related services in the marine emironment, including debris removal and disposal, derelict vessel removal and disposal, organic muck removal, processing and disposal, and advanced �urbitlity controls. Since 2012, the City has been satisfied with Ihe company's pertormance as lhe incumbent provider of waterv✓ay cleanup and debris removal services. Additionally, AdveNure Environmenlal, Inc. has served as an incumbent contractor for derelic�vessel removal and disposal, Beyond its work wilh the City, the company provides similar services �o the Soulh Rorida Water Management Districl and Monroe County. All references provided positive feedback. DRC Emergency Services, LLC ("DRC") is headquartered in Galveston, Texas, and maintains offices across the United Sta[es, providing it with geographical manewerability along Ihe Allantic and Gult Coasis. DRC is vastly familiar with Fbrida as it presen�ly holds disaster relief contracts with the ci[ies of Miami. Surfside, and Hollywood and the counties of Monroe, and Miami-Dade. DRC is an incumbent providing derelict vessei removal and disposal services to the City and is also ihe primary contractor for debris removal and disaster recovery services. The city has been satisTed with ils work and offered positive feedback. In Depth, Inc. is a full-service marine constmction and commercial diving company specializing in underwater inspection, maintenance, and repair. Headquartered in Tampa, Florida, the company provides professional diving and marine services to a wide range of indusVies, including maritime, infraslrucWre, and environmenlal sectors. In Depth, Inc. is an incumben[ providing derelict vessel removal and disposal services to the City and is also on the Ciry's contract for Job Order Contracting services for seawall and coastal construc�ion. The City has been salisfied with iIs work and offered positive feedback. Headquartered in Houston, Texas, Isla Maritime LLC is a maritime services company specializing in marine salvage, commercial diving, vessel managemeN, and consWting. With a [eam boasling over 40 years of experience, Isla Marilime's personnel are seasoned professionafs in marine salvage, commercial diving, naval architecture, and abandoned or derelict vessel removaL The company is committed to delivering high-quality soWtions in lhe shipping, offshore, and logistics industries while ensuring compliance wi[h industry regulations and safety s[andards. Isla Maritime LLC is an incumbent providing derelict vessel removal and disposal services to the Ciry, and the City has been salisfied with its work and offered positive feedback. Keams Construction Co. is a Florida-based general coniractor incorpora�ed in Miami, Fbrida, in 2001. Keams Construction Co. specializes in performing primarily marine construction, environmental restoration, commercial diving, and tremie pour services. O[her clients indude the City of Miami and Patton Real Estate Group, LLC. Keams ConsVuction, Co. is an incumbent providing derelid vessel removal antl disposal services to ihe Ciry and is also on ihe City's contract for Job Order Contracting services for seawall and coas�al construction. The City has been satisfed with its work and offered positive feedback. FISCAL IMPACT STATEMENT There is no(iscal impact at this time as Ihis item only establishes a pool of prequalified contractors for future use. When services are needed, staH will seek quotes from the pool o( prequallfied contractors. All expenditures pursuant to this con�ract will be based on approved funtling appropriated to ihe respective departmenPs budgeL Grant funds are no�anlicipated lo be utilized for these services. 46 Does this Ordinance re4uire a Business Imoact Estimate? (FOR ORDINANCES ONLY) If applicable, the Business Impact Estimate (BIE)was published on: See BIE at: I t[ps�ll w m�a nibe chfl q IciN-I alVc'ry-derklmeetinq- oFces! FINANCIAL INFORMATION 011-1120-000312-20-407-595-00-00-00- ' $B0,000.00�' CONCLUSION Proac�ively prequalifying coMractors that can be contac�ed for proposals for future work will expedite the City's response to fuNre needs for removal and disposal of derelict vessels. Othervvise, wai�ing to issue a solicitation when the need arises would significantly delay acquiring services when needed. I( is recommended thal lhe Mayor znd City Commission of [he City of Miami Beach, Florida, approve �he Resolution, prequalifying Ihe initial pool of coMractors', Adventure Environmental, Inc., DRC Emergency Services, LLC, In Depth, Inc., Isla Maritime, Corp., and Keams Construction, Co.l further authorizing the City Manager to keep the ITB open to prequalify additional contractors and delegates authority to the City Manager to add contractors �o the pool, provided such conVactors meet the requirements of the ITB or remove contractors for non- performance. Further, providing [hat any purchase in excess of $100,000 shall 6e subject to the prior approval of the Ciry Commission. Applicable Area Citywide Is this a "Residents Riqh[to Know" item, Is this item related to a G.O. Bond pursuant to CitV Code Section 2-17? Praiect? No No Was this Aqenda Item i 't'ally requested bv a lobbv�st which as detined in Code Sec. 2-481 'ncludes a princioal enqaqed in lobbvinq? No If so. spedfy the name of lobbyist(s) and principal(s): Deoartment Procurement Sponsor(sl Co-sponsor(s1 47 Condensed Title Accept RedITB 2025-207-JP, Prequal Application for Derelict Vessels Removal/Disposal. PDIPR Previous Action (For Ci[v Clerk Use Onlvl 4�