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