Loading...
LTC 319-2025 Procurement ReportsDocusign Envelope ID: 1 E2CEA3C-9A47-4535-A882-8A4B7CBDFA8C MIAMI BEACH OFFICE OF THE CITY MANAGER LTC #319-2025 LETTER TO COMMISSION TO: FROM: Honorable Mayor Steven Meine; a�d �m��ity Commission Eric Carpenter, City Manager f;uc �·� DATE: August 01, 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. Nothing to Report. Docusign Envelope ID:1 E2CEA3C-9A47-4535-A882-8A487CBDFA8C 2 3.PROJECTS AWARDED PURSUANT TO JOB ORDER CONTRACTING (JOC)PROGRAM.The Mayor and City Commission awarded JOC services 1TB 2023-096-KB for vertical,horizontal,and seawall construction projects and 1TB 2024-303-KB for electrical and roofing projects.Below is a list of projects awarded pursuant to both JOC contracts for construction and electrical services for the preceding month. Project Title Department JOC No.Vendor Estimated Value Bandshell Structural and Facilities and 25-201-01 Harbour Contract Amount Roof Repairs Fleet Construction,Inc.$313,035.79 Management No Shore Park Baseball Parks &25-214-01 Lee Construction Current Contract Field Scoreboard &Recreation Group,Inc.Amount: Infrastructure $110,204.53 Supplemental No.1: $64,155.65 Revised Contract Amount: $174,360.18 Flamingo Park Transportation &25-142-01 Harbour Contract Amount Neighborhood Slow Mobility Construction,Inc.$921,879.60 Streets 2.0 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 equipment (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 Resolution 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. @e]'@ cj Purchase Order No.Description Nothing to Report. Manufacturers/Suppliers Added Vendor Value Nothing to Report. Docusign Envelope ID:1E2CEA3C-9A47-4535-A882-844B7CBDFA8C 3 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 unexpected needs.Below is a list of emergency purchases approved for the preceding month. Emergency Purchases %%%% 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 cybersecurity systems and assets,as permitted by Florida law.The Resolution requires that all purchases made pursuant to the Resolution be reported to the City Commission. Below is a list of purchases for the preceding month. Cyber Security Waiver Purchases Purchase Description Vendor ValueOrderNo. 20253056 Digital ID Safety Vcloud Tech,Inc.$40,922.00 20253082 Mass Notification System Magoon,LLC $24,189.00 20253115 Firewall CDW,LLC $20,040.12 20253202 Cyber Exposure Management Platform Blackwood Associates,Inc.$74,796.62 Docusign Envelope ID:1 E2CEA3C-9A47-4535-A882-8A487CBDFA8C ATTACHMENT A-1 CONTRACTS EXPIRING IN THE NEXT 180 DAYS EXPIRATION RENEWAL PERIOD CONTRACT#CONTRACT DESCRIPTION VENDOR DATE OPTION(S) LEFT AUGUST 2025 21-207-01 URBAN FORESTRY SERVICES THE F.A.BARTLETT TREE EXPERT 4405 2 COMPANY SEPTEMBER 2025 21-066-01 ATTENDANTS FOR CITY PARKING GARAGES SP PLUS CORPORATION 3598 21-060-01 PREQUAL POOL FOR CISCO NETWORKING CDWLLC 12/7/25 EQUIPMENT 21-060-03 PREQUAL POOL FOR CISCO NETWORKING IRON BOW HOLDINGS,INC.12/7/25 2 EQUIPMENT 21-060-04 PREQUAL POOL FOR CISCO NETWORKING CONVERGEONE,INC.12/7/25 2 EQUIPMENT OCTOBER 2025 21-060-05 PREQUAL POOL FOR CISCO NETWORKING SAXON BUSINESS SYSTEMS,INC.12/7/25 2 EQUIPMENT 18-024-01 COLLECTION/DISPOSAL RESIDENTIAL SOLID WASTE CONNECTIONS OF FLORIDA,INC.12/31/25 WASTE,BULK. 1 (A)Contract Automatically Renews for a 12 month period unless cancelled by the City Party with a 90 day notice.1 of 2 7/29/2025 Docusign Envelope ID:1E2CEA3C-9A47-4535-A882-8A4B7CBDFA8C ATTACHMENT A-2 MONTH-TO-MONTH CONTRACTS PERIOD CONTRACT#CONTRACT DESCRIPTION VENDOR r 14-154-01 TURNKEY TROLLEY OPER &MAINT SERVICES LIMOUSINES OF SOUTH FLORIDA,INC.b-z05 13-178 COMMERCIAL &RESIDENTIAL WASTE COLLECTION &WASTE CONNECTIONS OF FLORIDA,INC.&dH,DISPOSAL WASTE MANAGEMENT INC.OF FLORIDA rl 20-042-03 GROUNDS MAINTENANCE FOR RIGHT OF WAY,PARKING BRIGHTVIEW LANDSCAPE SERVICES,INC.;z0 SUPERIOR LANDSCAPING &LAWN SERVICE,5 INC. 20-007-01 SECURITY OFFICER SERVICES FPI SECURITY SERVICES,INC.& SECURITY ALLIANCE,LLC 2 of 2 7/29/2025