Loading...
Resolution 2025-33849 2025-33849 RESOLUTION NO. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, (I) ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, PURSUANT TO INVITATION TO BID NO. 2025-506-JP (THE "ITB"), TO ESTABLISH AND MAINTAIN A POOL OF PREQUALIFIED CONTRACTORS FOR VESSEL REMOVAL, TOWING, IMPOUNDMENT, AND DISPOSAL; (II) APPROVING THE FOLLOWING PREQUALIFIED COTRACTORS: BLUE WATER MARINE SERVICES, INC., FLAGSHIP TOWING LLC, IN DEPTH INC., KEARNS CONSTRUCTION COMPANY,AND ROADWAY, INC.; (III) AUTHORIZING THE CITY MANAGER TO KEEP THE ITB OPEN FOR THE PURPOSE OF PREQUALIFYING ADDITIONAL CONTRACTORS; AND (IV) DELEGATING TO THE CITY MANAGER THE AUTHORITY TO ADD CONTRACTORS TO THE POOL, PROVIDED SUCH CONTRACTORS MEET THE REQUIREMENTS OF THE ITB,AND TO REMOVE CONTRACTORS FROM THE POOL AS DEEMED APPROPRIATE; PROVIDED, HOWEVER, THAT ANY PURCHASE IN EXCESS OF $100,000 SHALL BE SUBJECT TO THE PRIOR APPROVAL OF THE CITY COMMISSION. WHEREAS, on July 23, 2025, pursuant to Ordinance No. 2025-4753 the Mayor and City Commission adopted an ordinance regulating the overnight anchoring of vessels by establishing overnight anchoring limitations within the jurisdictional waters of Miami Beach; and WHEREAS, in the event of non-compliance, a prequalified pool of contractors shall be engaged to facilitate and expedite the removal, towing, impoundment, and disposal of vessels; and WHEREAS, Invitation to Bid No. 2025-506-JP (the "ITB") was issued on July 29, 2025; and WHEREAS, the Procurement Department issued bid notices to companies through email and the e-procurement system, with 28 prospective bidders accessing the advertised solicitation; and WHEREAS, responses to the ITB were due and received on August 15, 2025; and WHEREAS, the City received applications from the following five (5) contractors: Blue Water Marine Services, Inc., Flagship Towing LLC, In Depth Inc., Kearns Construction Company, and Roadway, Inc.; and WHEREAS, the ITB stated that following the review of applications, the responsive and responsible bidder(s) meeting all the terms and conditions of the ITB would be recommended for award; and WHEREAS, the ITB stipulated a contract term of five (5) years; and WHEREAS, in its due diligence the Procurement Department and Police Department found that the following five (5) contractors are responsive, responsible bidders meeting all terms and conditions of the ITB and are recommended for the prequalification award: Blue Water Marine Services, Inc., Flagship Towing LLC, In Depth Inc., Kearns Construction Company, and Roadway, Inc.; and WHEREAS, the City Manager recommends that the Mayor and City Commission of the City of Miami Beach, Florida, (i)establish and maintain a pool of prequalified contractors for vessel removal, towing, impoundment, and disposal, (ii) approve the following prequalified cotractors: Blue Water Marine Services, Inc., Flagship Towing LLC, In Depth Inc., Kearns Construction Company, and Roadway, Inc.; (iii) authorize the City Manager to keep the ITB open for the purpose of prequalifying additional contractors; and (iv)delegate to the City Manager the authority to add contractors to the pool, provided such contractors meet the requirements of the ITB, and to remove contractors from the pool as deemed appropriate; and WHEREAS, any purchase in excess of $100,000 shall be subject to the prior approval of the City Commission. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby (i) accept the recommendation of the City Manager, pursuant to Invitation to Bid No. 2025-506-JP (the "ITB"), to establish and maintain a pool of prequalified contractors for vessel removal, towing, impoundment, and disposal; (ii) approve the following prequalified cotractors: Blue Water Marine Services, Inc., Flagship Towing LLC, In Depth Inc., Kearns Construction Company, and Roadway, Inc.; (iii) authorize the City Manager to keep the ITB open for the purpose of prequalifying additional contractors; and (iv) delegate to the City Manager the authority to add contractors to the pool, provided such contractors meet the requirements of the ITB, and to remove contractors from the pool as deemed appropriate; provided, however, that any purchase in excess of$100,000 shall be subject to the prior approval of the City Commission. PASSED and ADOPTED this .3 day of s<P�(M6P� , 2025. Steven Meiner, Mayor ATTEST: ��� o a zo25 Rafael E. Granado, City Clerk --�41`E'E;q� ,� _��P-•.......... ��' "�,' ,,,,���•'••. ��"' �.INCORP�RATED:'• , '•�•. � � :����r �.� ;��. - '�,'�,�•... : = Ci�..`6 `\����\� APPROVED AS TO FORM & LANGUAGE ECUTION Bl26hp2S City Attorney �'�- Date Procurement Requests - C2 A �/11A�111 BEAC H COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Eric Carpenter, City Manager DATE: September 3, 2025 TITLE: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, (I} ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, PURSUANT TO INVITATION TO BID NO. 2025-506-JP (THE "ITB"), TO ESTABLISH AND MAINTAIN A POOL OF PREQUALIFIED CONTRACTORS FOR VESSEL REMOVAL, TOWING, IMPOUNDMENT, AND DISPOSAL; (II}APPROVING THE FOLLOWING PREQUALIFIED CONTRACTORS: BLUE WATER MARINE SERVICES, INC., FLAGSHIP TOWING LLC, IN DEPTH INC., KEARNS CONSTRUCTION COMPANY, AND ROADWAY, INC.; (III) AUTHORIZING THE CITY MANAGER TO KEEP THE ITB OPEN FOR THE PURPOSE OF PREQUALIFYING ADDITIONAL CONTRACTORS; AND (IV) DELEGATING TO THE CITY MANAGER THE AUTHORITY TO ADD CONTRACT0�2S TO THE POOL, PROVIDED SUCH CONTRACTORS MEET THE REQUIREMENTS OF THE ITB, AND TO REMOVE CONTRACTORS FROM THE POOL AS DEEMED APPROPRIATE; PROVIDED, HOWEVER, THAT ANY PURCHASE IN EXCESS OF $100,000 SHALL BE SUBJECT TO THE PRIOR APPROVAL OF THE CITY COMMISSION. (POLICE) RECOMMENDATION The City Administration ("Administration") recommends that the Mayor and City Commission ("City Commission") approve the Resolution. This solicitation is currently under the cone of silence. BACKGROUND/HIST4RY On Jufy 23, 2025, the Mayor and City Commission adopted Ordinance No. 2025-4753, establishing overnight anchoring regulations within Miami Beach's jurisdictional waters. Specifically, this ordinance estabiishes overnight anchoring limitations within the jurisdictional waters of Miami Beach. In the event of non-compliance, a prequalified pool of contractors shall be engaged to facilitate and expedite the remaval, towing, impoundment, and disposal of vessels. The purpose of this ITB is to establish a contract by means of sealed applicatio:�s, with qualified contractors for the establishment of a prequalified pool of contractors for vessel removal, towing, impoundment, and disposal. The pre-qualified pool established shall effectively create a source of viable contracts from which the City may issue Invitation to Quotes ("ITQs") for various City vessel removal, towing, impoundment, and disposal services during the term af the contract. FuRher, at any time, the City, through the approval of the City Manager, may accept applications and add additional or remove contractors to the list of prequalified contractors during the term of the contract. ANALYSIS 36 of 1750 The ITB was issued on July 29, 2025. The Procurement Department issued bid notices companies through email and the e-procurement system, with 28 prospective bidders accessing the advertised solicitation. Responses were due and received on August 15, 2025. The City received applications from the following five (5) contractors: Blue Water Marine Services, Inc., Flagship Towing, LLC, In Depth, Inc., Kearns Construction Co., and Roadway, Inc. The ITB stated that following the review of applications, the responsive and responsible bidder(s) meeting all the terms and conditions of this ITB would be recommended for award. The ITB stipulated a contract term of five (5) years. In its due diligence the Procurement and Police Department found that the following five (5) contractors are responsive, responsible bidders meeting all terms and conditions of the ITB and are recommended for the prequalification award: � Blue Water Marine Services, Inc. � Flagship Towing, LLC � In Depth, Inc. � Kearns Construction Co. � Roadway, Inc. . . .� As mentioned above, it is important to note that this prequalification pool will remain open. During this time, the City, through the approval of the City Manager, may continue to accept applications and add additional or remove contractors from the list of prequalified contractors during the term of the contract, five (5) years. Below is a brief description of the five (5) contractors recommended for award: Blue Water Marine Services, Inc. ("Blue Water")is a marine service provider based in Homestead, Florida, operating since 1994. Specializing in boat maintenance and repairs, the company offers a range of services, including vessel towing and removal, to support the e�cient operation of marine vessels. Backed by a team of experienced technicians, Blue Water is committed to delivering high-quality workmanship and reliable solutions across a variety of marine service needs. The company has provided services to the Port of Miami, the National Park Service, and the Miami-Dade County Department of Regulatory and Economic Resources, all of which have offered positive references regarding performance and service quality. Flagship Towing, LLC, ("Flagship") is a marine towing and salvage service provider operating in Florida and Texas. The company offers a range of services including emergency boat towing, vessel recovery, un-groundings, fuel delivery, and transport. Flagship maintains a fleet of specialized vessels and provides 24/7 on-water assistance. Flagship has provided services to the City of St. Augustine, City of St. Petersburg, and Cooper Capital Specialty Salvage, all references providing positive feedback. In Depth, Inc. ("In Depth") is a full-service marine construction 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 industries, including maritime, infrastructure, and environmental sectors. In Depth is an incumbent providing derelict vessel removal services to the City, and the City has been satisfied with its work and offered positive feedback. Kearns Construction Co. ("Keams") is a Florida-based general contractor incorporated in Miami, Florida, in 2001. Kearns specializes in performing primarily marine construction, environmental restoration, commercial diving, and tremie pour services. Other clients include the City of Miami and Patton Real Estate Group, LLC. Kearns is an incumbent providing derelict vessel removal to the City, and the City has been satisfied with its work and offered positive feedback. 37 of 1750 Roadway, Inc. ("Roadway") is a Miami-based towing and roadside assistance provider with over 20 years of industry experience. The company offers services including vehicle recovery, transportation, and emergency roadside support. With a fleet of specialized tow trucks and multiple service locations, Roadway operates 24/7 to assist customers across the region. While primarily focusing on vehicular towing, they also have experience with vessel towing services for public entities. The company is a member of the Sunshine State Towing Association and the Professional Wrecker Operators of Florida. Roadway has pravided derelict vessel removal services to entities such as the Miami-Dade Sheriff's Office, Miami-Dade Department of Environmental Resources Management, and the Homestead Police Department, all of which have provided positive references. FISCAL IMPACT STATEMENT There is no fiscal impact at this time as this item only establishes a pool of prequalified contractors for future use. When services are needed, staff will seek quotes from the pool of prequalified contractors. All expenditures pursuant to this contract will be based on approved funding appropriated to the respective departmenYs budget. Grantiunds are not anticipated to be utilized� for these services. Does this Ordinance require a Business Impact Estimate? (FOR ORDINANCES ONLY) If applicable, the Business Impact Estimate (BfE) was published on: See BIE at: https:!/www.miamibeachfl.gov/city-hall(city-clerk/meetinq-notices/ FINANCIAL INFORMA710N 011-1120-000312-20-401-595-00-00-00- $80,000.00 CONCLUSION Proactively prequalifying contractors that can be contacted for proposals for future work will expedite the City's response to future needs for vessel removal, towing, impoundment, and disposal. Otherwise, waiting to issue a solicitation when the need arises would significantly delay acquiring services when needed. It is recommended that the Mayor and City Commission ot the City of Miami Beach, Florida, accept the recommendation of the City Manager, pursuant to the Invitation to Bid (ITB)2025-506- JP for Vessel Removal, Towing, Impoundment, and Disposal; and approving the initial pool of prequalified contractors: Blue Water Marine Services, Inc., Flagship Towing, LLC, In Depth, Inc., Kearns Construction Co., and Roadway, Inc.; further authorizing the City Manager to keep the ITB for the purpose of prequalifying additional contractors: and delegating to the City Manager the authority to add contractors to the pool, provided such contractors meet the requirements of the ITB, and to remove contractors from the pool as deemed appropriate; and further, providing that any purchase in excess of $100,000 shall be subject to the prior approval af the City Commission. 38 of 1750 Applicable Area Citywide Is this a "Residents Ripht to Know" item, Is this item related to a G.O. Bond pursuant to Citv Code Section 2-17? Proiect? No No Was this Agenda Item initially requested by a lobbyist which, as defined in Code Sec. 2-4$1, includes a principal enqaqed in lobbvinq? No If so, specify the name of lobbyist(s) and principal(s): Department Procurement � �` Sponsor(s) Co-sponsor(s) Condensed Title Award ITB 2025-506-JP, Vessel Removal, Towing, Impoundment, and Disposal. PD/PR Previous Action (For Citv Clerk Use Only) 39 of 1750