OIG No. 25-19 Summary of Risk Assessment Activity Joseph M. Centorino, Inspector General
Page 1 of 3
TO: Honorable Mayor and Members of the City Commission
FROM: Joseph Centorino, Inspector General
DATE: December 1, 2025
PROJECT: Summary of Risk Assessment Activity
Summary Period: February 1, 2025, through November 30, 2025
OIG No.: 25-19
The Office of the Inspector General monitors the City’s procurement process to provide a Risk
Assessment on each City contract with a dollar amount greater than $1,000,000 or that involves
a project that is likely to be the subject of public attention. The Risk Assessments are produced
by the OIG Contract Oversight Specialist, Jill Klaskin Press, with the cooperation of the City’s
Procurement Department, using a Risk Assessment tool that provides pertinent information
related to nine risk factors based on the nature and conditions of each project or program in
question. The OIG calculates and applies assessment scores to rate each selected contract as
having a high, medium, or low risk level. A copy of the Risk Assessment tool is attached to this
report.
When a contract is found to have a high-risk score of 23 points or higher, the Contract Oversight
Specialist notifies the Inspector General, the Procurement Director, and the Contracting Officer of
the finding. A high-risk score indicates a solicitation that the OIG intends to follow through the
procurement process and alerts the City Administration to high-risk contracts that merit special
managerial oversight in the prevention of process deficiencies, unfairness, or corruption.
The Contract Oversight Specialist follows high-risk contracts through the procurement process by
attending evaluation meetings and reviewing procurement documents. The same scrutiny may
also be applied to medium or low-risk procurements in the event of a bid protest or other complaint
received by the OIG.
During the period of February 1, 2025, through November 30, 2025, the Procurement Department
issued approximately 106 solicitations of which 31 were determined to have a value greater than
$1,000,000. Of the 31 solicitations,13 indicated a low-risk score, 9 indicated a medium-risk score,
and 9 indicated a high-risk score.
The solicitations identified as high-risk during the period under review and the status of each are
as follows:
1) 2025-218-ND Construction. Management. and Operation of Pickleball Facility
STATUS: Awarded to Miami Beach Racquet Club
2) 2025 - 227-JP Star Island FM Subaqueous Lining
STATUS: This solicitation was rejected (only one bid received for this project) due to the
bidder’s failure to comply with the minimum requirements.
Docusign Envelope ID: 965D9694-4FC1-4616-BA29-FD98B13D31CD
Page 2 of 3
3) 2025 – 228-JP Water Main Replacement Project – Fire Flow Package 3
STATUS: The department has decided to put this project on hold and was not released to
the public.
4) 2025 - 284-ND Water Taxi Service
STATUS: Awarded to Water Taxi of Fort Lauderdale
5) 2025-402-DF CMAR The BASS Museum Expansion
STATUS: Currently in Evaluation stage. Meeting date TBD
6) 2025-487-ND Dade Blvd WM Replacement - Gravity Sewer and WM on 19th Street
STATUS: Solicitation was just issued, no responses yet.
7) 2026-106-JP North Beach Entrance Signs
STATUS: Solicitation was just issued, no responses yet
8) 2026-119 -WG Byron Carlyle Architectural Design Services Workforce Housing
STATUS: Solicitation was just issued, no responses yet
9) 2026 - 113-MP Routine and Emergency Services
STATUS: Solicitation was just issued, no responses yet
Update on Prior High-Risk Procurement Assessments
The following list provides an update on the status of high-risk solicitations identified in the
previous summary report, covering activity between August 31, 2024, through January 31, 2025:
1) (PW) 2024-044-ND - 17th Street Right of Way
STATUS UPDATE: Pending City Manager approval of CES Consultant
2) (PW)2024-212-JP – 30” Subaqueous Water Main Replacement, under Collins Canal at
22nd & 23rd Street
STATUS UPDATE: This project was awarded to Quality Enterprises USA, Inc.
3) (PW) 2024-234-ND – Engineering Services for Seawalls and Living Shorelines
STATUS UPDATE:: This project was awarded to BCC Engineering, LLC
4) (PW) 2024-238-LB – Sewer Pump Station 28 Rehabilitation
STATUS UPDATE: The project was awarded to Poole & Kent Company of Florida.
5) (PD) 2024-274-KB - Speed Detection Systems for School Zones
STATUS UPDATE: This project was rejected by City Commission and re-solicited
as RFP 2025-210-DF. The City is moving forward with the top ranked proposer, Jenoptik,
and the agreement is being approved by Legal
6) (CIP) 2024-381-ND – Flamingo Park Master Plan- Softball Field
STATUS UPDATE: This project was awarded to H.A. Contracting Corp.
7) (CIP) 2024-435-ND – Miami New Drama Project.
Docusign Envelope ID: 965D9694-4FC1-4616-BA29-FD98B13D31CD
Page 3 of 3
STATUS UPDATE: This Solicitation was cancelled, and Miami Drama will complete the
project
8) (PW) 2024-458-ND – Citywide LED Lighting Upgrade Project
STATUS UPDATE: This project was awarded to R & D Electric, Inc.
9) (PW) 2024-481-JP – Sunset Island Main Water Main
STATUS UPDATE: This project was awarded to Amici Engineering Consultants, LLC
10) (PW) 2024-511-JP – Water Main Replacement Project – Fire Flow Package 1
STATUS UPDATE: This project was awarded to Amici Engineering Consultants, LLC
11) (PW) 2024-512-DF – Flamingo and City Center Main Fire Pkg. #2
STATUS UPDATE: The project was awarded to Metro Equipment Services..
12) (PW) 2024-524-DF – Engineering Design Services for Right of Way N. Beach Town Center
STATUS UPDATE: The project was awarded to Ribbeck Engineering Inc.
The worksheets prepared for all risk assessments are public record and are available to anyone
upon request.
Respectfully submitted,
_____________________________________ ________
Joseph M. Centorino, Inspector General Date
_____________________________________ ________
Jill Klaskin Press, Contract Oversight Specialist Date
cc: Eric Carpenter, City Manager
David Martinez, Assistant City Manager
Kristy Bada, Chief Procurement Officer
OFFICE OF THE INSPECTOR GENERAL, City of Miami Beach
1130 Washington Avenue, 6th Floor, Miami Beach, FL 33139
Tel: 305.673.7020 • Hotline: 786.897.1111 Email: CityofMiamiBeachOIG@miamibeachfl.gov
Website: www.mbinspectorgeneral.com
Docusign Envelope ID: 965D9694-4FC1-4616-BA29-FD98B13D31CD
12/1/2025 | 2:56 PM EST
12/1/2025 | 2:49 PM EST
https://miamibeach-my.sharepoint.com/personal/elisaalonso_miamibeachfl_gov/Documents/OIG REPORTS - TRACKING/OIG REPORTS/PENDING REPORTS/OIG
2025/Summary of Procurement Risk Assessments/RISK ASSESSMENT TEMPLATE 2025.docx
PROCUREMENT DEPARTMENT
Request for
Issuance Approval
Solicitation No.:
TBD by Procurement Dept.
Solicitation Title:
Requesting Department:
Department Lead for the Solicitation:
MINIMUM ELIGIBILITY CRITERIA:
(Must be limited to objective considerations, such as licenses, certifications, etc.)
INTRODUCTION & BACKGROUND/PURPOSE:
SCOPE OF SERVICES & SPECIFICATIONS:
(Attach additional pages as necessary)
SUSTAINABILITY/RESILIENCY REQUIREMENTS:
(Must be approved by the Chief Resiliency Officer)
Docusign Envelope ID: 965D9694-4FC1-4616-BA29-FD98B13D31CD
https://miamibeach-my.sharepoint.com/personal/elisaalonso_miamibeachfl_gov/Documents/OIG REPORTS - TRACKING/OIG REPORTS/PENDING REPORTS/OIG
2025/Summary of Procurement Risk Assessments/RISK ASSESSMENT TEMPLATE 2025.docx
EVALUATION CRITERIA (Not applicable for ITBs)
Criteria Sections Points*
Proposer Qualifications
Scope of Services Proposed
Approach & Methodology
Financial Proposal
Total 100*
*After Evaluation Committee has completed its review of proposals, the Procurement Division will add for veteran’s preference in accordance
with the applicable ordinance.
EVALUATION COMMITTEE MEMBERS
(Not applicable for ITBs)
Members* Alternates*
* Include name, title, organization and contact email of the individual
TENTATIVE CALENDAR:
Release
Proposer Conference
Proposals Due
Evaluation Committee
Presentations
Award
TERM:
Original: Renewals:
BUDGET:
Budget Code: Amount:
GRANT FUNDING:
Is any portion of the project grant funded? Yes/No:
If Yes,
Account Code:
If Yes, what is the funding agency:
COST PROPOSAL, If applicable:
OIG – RISK ASSESSMENT:
Question: Department Response: Possible
Risk Points:
(To be completed by OIG)
Points
Assigned:
(To be completed by OIG)
This is a new program or service or has
revised changes to a previous
contract/solicitation.
(3)
Statement of Work is complex – there are
multiple components to the service to be
provided.
(3)
Docusign Envelope ID: 965D9694-4FC1-4616-BA29-FD98B13D31CD
https://miamibeach-my.sharepoint.com/personal/elisaalonso_miamibeachfl_gov/Documents/OIG REPORTS - TRACKING/OIG REPORTS/PENDING REPORTS/OIG
2025/Summary of Procurement Risk Assessments/RISK ASSESSMENT TEMPLATE 2025.docx
Payment method to be used:
1. Performance Based
2. Fee for Service
3. Cost Reimbursement
4. Revenue Generating
(1)
(2)
(3)
(4)
Contract will be awarded for this project
utilizing:
1. Competitive Procurement
2. Non-competitive or Sole Source
(2)
(3)
Vendors for this/these services must maintain
accreditation or licensure requirements.
(2)
Project has been or will be publicly debated
and may generated negative opinions in the
community and poses possible negative
publicity.
(6)
This project represents a significant portion of
the City’s comprehensive plan and poses a
financial or environmental risk.
(5)
Project Maximum Amount:
1. $1,000,000 and above
2. $500,000 to $999,999
3. $250,000 to $499,999
4. $50,000 to $249,999
5. Below $50,000
(5)
(4)
(3)
(2)
(1)
Vendor will be allowed to subcontract key
activities of this project.
(2)
Reviewed By:
Date:
Total Points
Docusign Envelope ID: 965D9694-4FC1-4616-BA29-FD98B13D31CD