LTC 483-2025 Procurement ReportsDocusign Envelope ID: FC2DAA20-D3F2-4DF0-A4C5-805ECAF18748
MIAMI BEACH
OFFICE OF THE CITY MANAGER
LTC #483-2025 LETTER TO COMMISSION
TO:
FROM:
DATE:
Honorable Mayor Steven Meiner and Members o the City Commission
Eric Carpenter, City Manager � -,,,.--=:::-u---
November 13,2025
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.
3. PROJECTS AWARDED PURSUANT TO JOB ORDER CONTRACTING (JOC) PROGRAM. The
Mayor and City Commission awarded JOC services 1TB 2019-257-KB for general construction, 1TB
2023-096-KB for vertical, horizontal, and seawall construction projects, and 1TB and 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.
Docusign Envelope ID:FC2DAA2 0-O3F2-4DF0-A4C5-B05ECAF1 B74B
2
Project Title Department JOC No.Vendor Estimated Value
Current Contract
Amount
$518,225.26
Supplemental No.1
Bass Museum Window Facility and Harbour $250,990.11
Replacement Fleet 22-215-01 Construction,Supplemental No.2
Management Inc.$83,444.92
Revised Contract
Amount
$852,660.29
LED Retrofit in Parking Facility and R &D Electric,Contract AmountFleet25-316-01GaragesManagement Inc.$820,489.56
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.
¢el e ·'j
Purchase
Order No.Description Vendor Value
Nothing to Report.
Manufacturers/Suppliers Added
Nothing to Report.
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.
•
EPA No.Emergency Requestor Contractor(s)Estimated Value
E p h
2026-074-MG Emergency Contracting
Services for the replacement
of the PS 24-16-inch sewer
Force Main
Public works TBD Not to Exceed $5.5
Million
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.
Docusign Envelope ID:FC2DAA20-D3F2-4DF0-A4C5-B05ECAF1 B74B
3
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
Nothing to Report
~:~M""eEC/MH/KB
[«c evewer
Docusign Envelope ID:FC2DAA2 0-O3F2-4DF0-A4C5-B05ECAF1 B74B
ATTACHMENT A-1
CONTRACTS EXPIRING IN THE NEXT 180 DAYS
EXPIRATION RENEWAL
PERIOD CONTRACT#CONTRACT DESCRJPTION VENDOR DATE OPTION(S)
LEFT
DECEMBER 2025 21-060-04 PREQUAL POOL FOR CISCO NETW ORKING CONVERGEONE,INC.12/7/25 2
EQUIPMENT
21-060-05 PREQ UAL POOL FOR CISCO NETW ORKING 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.
JANUARY 2026 17-163-01 UNDERWRITING SERVICES WELLS FARGO BANK,N.A.1/16/26 2
17-163-09 UNDERWRITING SERVICES STIFEL,NICOLAUS &COMPANY,INC.1/16/26 2
17-163-12 UNDERWRITING SERVICES PNC CAPITAL MARKETS,LLC 1/16/26 2
17-163-14 UNDERWRITING SERVICES J.P.MORGAN BROKER-DEALER HOLDING 1/16/26 2
INC.
22-042-01 WELLNESS SERVICES FOR ACTIVE EMPLOYEES PERSONIFY HEAL TH ,INC.1/23/26 2
FEBRUARY 2026 22-122-05 ENGINEERING SRVS WATER&WASTEWATER 300 ENGINEERING GROUP,P.A.217/26 2
SYSTEMS PROJECTS
22-122-06 ENGINEERING SRVS WATER&WASTEWATER NOVA CONSULTING,INC.217/26 2
SYSTEMS PROJECTS
22-122-07 ENGINEERING SRVS WATER&WASTEWATER STANTEC CONSUL TING SERVICES,INC.217/26 2
SYSTEMS PROJECTS
22-094-01 MAINTENANCE/STREET LIGHTING ON ALL R &D ELECTRIC,INC.2/8/26
ROADS CMS LIMIT
22-094-03 MAINTENANCE/STREET LIGHTING ON ALL AUM CONSTRUCTION,INC.2/8/26
ROADS CMS LIMIT
22-168-04 CONSTRUCTION ENGINEERING/INSPECTION CHA CONSUL TING,INC.2/12/26 2
(CEI)SERVICES
22-397-02 PURCHASE &DELIVERY OF SPECIAL TY CONTENDER BOATS,INC.2/12/26 2
VEHICLES
22-168-05 CONSTRUCTION ENGINEERING/INSPECTION CALVIN,GIORDANO &ASSOCIATES,INC.2/13/26 2
(CEI)SERVICES
MARCH 2026 21-224-01 CLAIMS ADMINISTR ATION FOR WORKERS CORVEL ENTERPRISE COMP,INC.317/26 2
COMPENSATION
22-053-01 PREQUAL POOL CONTRACTORS HOME FIKON,CORP.3/8/26
PROGRAM
22-053-02 PREQUAL POOL CONTRACTORS HOME THE BANNERMAN GROUP,INC.3/8/26
PROGRAM
22-053-03 PREQUAL POOL CONTR ACTO RS HOME BRUNT &COMPANY,INC.3/8/26
PROGRAM
22-053-04 PREQUAL POOL CONTRACTORS HOME DAN ENTERPRISES TEAM,LLC 3/8/26
PROGRAM
22-053-05 PREQUAL POOL CONTRACTORS HOME PERSONS SERVICES CORP.3/8/26
PROGRAM
22-113-01 POLICE,FIRE,&PUBLIC SAFETY GALLS PARENT HOLDINGS,LLC 3/8/26
UNIFORMS/ACCESSORIES
MARCH 2026 22-113-04 POLICE,FIRE,&PUBLIC SAFETY SOFLO.PROMO CO.3/8/26
UNIFORMS/ACCESSORIES
1 (A)Contract Automatically Renews for a 12 month period
unless cancelled by the City Party with a 90 day notice.1of 3 11/4/2025
Docusign Envelope ID:FC2DAA2 0-D3F2-4DF0-A4C5-B05ECAF1 B74B
ATTACHMENT A-1
CONTRACTS EXPIRING IN THE NEXT 180 DAYS
EXPIRATION RENEWAL
PERIOD CONTRACT#CONTRACT DESCRIPTION VENDOR DATE OPTION(S)
;LEFT
22-113-05 POLICE,FIRE,&PUBLIC SAFETY UNIFORMS OF MIAMI SHORES,LLC 3/8/26
UNIFORMS/ACCESSORIES
22-163-03 PREQUALIFICATION POOL OF AGGREGATE J &Y GROUP ENTERPRISES,LLC 3/8/26
TOPSOIL &SAND
22-163-07 PREQUALIFICATION POOL OF AGGREGATE CHIN DIESEL,INC.3/8/26
TOPSOIL &SAND
1 (A)Contract Autom atically Renew s fo r a12m onth period
unless cancelled by the City Party with a 90 day notice.2 of 3 11/4/2025
Docusign Envelope ID:FC2DAA 20-D3F2-4DF0-A4C5-B05ECAF 1B74B
ATTACHMENT A-2
MONTH-TO-MONTH CONTRACTS
PERIOD CONTRACT#CONTRACT DESCRIPTION VENDOR
rbz056H;rbz0~
14-154-01
13-178
20-042-03
TU RNKEY TROLLEY OPER &MAINT SERVICES
COMMERCIAL &RESIDENTIAL WASTE COLLECTION &
DISPOSAL
3 of 3
LIMOUSINES OF SOUTH FLORIDA,INC.
WASTE CONNECTIONS OF FLORIDA,INC.&
WASTE MANAGEMENT INC.OF FLORIDA
11 /4/2025
GROUNDS MAINTENANCE FOR RIGHT OF WAY,PARKING BRIGHTVIEW LANDSCAPE SERVICES,INC.;
SUPERIOR LANDSCAPING &LAWN SERVICE,
INC.