HomeMy WebLinkAboutResolution 2026-34058RESOLUTION NO. 2026-34058
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF
MIAMI BEACH, FLORIDA, (1) ACCEPTING THE RECOMMENDATION OF THE
CITY MANAGER, PURSUANT TO INVITATION TO BID (ITB) 2026-113-MP,
(THE "ITB"), TO ESTABLISH AND MAINTAIN A ROUTINE AND EMERGENCY
SERVICES POOL OF PREQUALIFIED CONTRACTORS FOR WATER,
SEWER, AND STORMWATER SYSTEMS; (II) APPROVING THE FOLLOWING
INITIAL POOL OF PREQUALIFIED CONTRACTORS: RIC-MAN
INTERNATIONAL, INC., AMICI ENGINEERING CONTRACTORS LLC, DAVID
MANCINI & SONS, INC., GIANNETTI CONTRACTING CORPORATION, LANZO
CONSTRUCTION CO., FLORIDA D/B/A LANZO CONSTRUCTION COMPANY
AND RAZORBACK LLC; (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 $300,000 SHALL BE
SUBJECT TO THE PRIOR APPROVAL OF THE CITY COMMISSION.
WHEREAS, the City of Miami Beach faces ongoing challenges in maintaining its aging
water, sewer, and stormwater infrastructure; and
WHEREAS, at times, unexpected failures occur, leading to service disruptions that can
pose public health risks and cause significant damage to roads, structures, and the environment;
and
WHEREAS, traditionally, when such failures happen, the City relies on the authority
granted under Section 2-396 of the City Code, which allows the City Manager to procure goods
or services of any amount necessary to protect public health, safety, and welfare; and
WHEREAS, while this authority enables rapid response, the Administration believes it is
in the City's best interest to seek competitive pricing whenever possible by quickly obtaining
quotes from qualified contractors before repairs begin; and
WHEREAS, this approach helps ensure repairs are completed promptly and cost-
effectively; and
WHEREAS, maintaining a prequalified pool of contractors helps to expedite the process
and allows the City to request multiple quotes and start work without delays associated with
vetting new contractors; and
WHEREAS, for example, while immediate action may be required to address an initial
failure, having a prequalified pool enables longer -term repairs to be competitively bid among
qualified contractors, maximizing cost efficiency without significantly impacting repair timelines;
and
WHEREAS, on October 21, 2020, the City issued Invitation to Bid (ITB) 2021-012-WG to
establish a contract through sealed applications with qualified contractors for a prequalified pool;
and
WHEREAS, this pool was intended to provide routine and emergency repairs to water,
sewer, and stormwater systems on short notice, on an "as -needed" basis; and
WHEREAS, the current contract term is five (5) years and is scheduled to expire on
February 9, 2026; and
WHEREAS, Invitation to Bid No. 2026-113-MP (the "ITB") was issued on November 2,
2025; and
WHEREAS, the Procurement Department issued bid notices to companies through email
and the e-procurement system, with 1024 prospective bidders accessing the advertised
solicitation; and
WHEREAS, responses were due and received on December 22, 2025; and
WHEREAS, the City received applications from the following eight (8) contractors: Amici
Engineering Contractors LLC, David Mancini & Sons, Inc, Gianetti Contracting Corporation, Inliner
Solutions, LLC, Insituform Technologies, LLC, Lanzo Construction Co., Florida, Razorback LLC,
and Ric -Man International, Inc; and
WHEREAS, Inliner Solutions, LLC and Insituform Technologies, LLC have failed to
produce evidence of meeting the minimum requirements of this solicitation, and therefore their
applications cannot be considered for award within the initial pool of contractors; and
WHEREAS, however, the above -referenced contractors were advised that they may
resubmit their applications at a later date to be considered in a subsequent addition of contractors
to the pool; and
WHEREAS, 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; and
WHEREAS, the ITB stipulated a contract term of five (5) years; and
WHEREAS, in its due diligence, the Procurement and Public Works Departments found
that the following six (6) contractors are responsive, responsible bidders meeting all terms and
conditions of the ITB and are recommended for the prequalification award: Ric -Man International,
Inc. Amici Engineering Contractors LLC, David Mancini & Sons, Inc. Giannetti Contracting
Corporation, Lanzo Construction Co., Florida, D/B/A Lanzo Construction Company, and
Razorback LLC; and
WHEREAS, the City Manager recommends that the Mayor and City Commission (i)
establish and maintain a pool of prequalified contractors for routine and emergency services for
water and stormwater system, (ii) approve the following prequalified contractors: Ric -Man
International, Inc. Amici Engineering Contractors LLC, David Mancini & Sons, Inc. Giannetti
Contracting Corporation, Lanzo Construction Co., Florida, d/b/a Lanzo Construction Company
and Razorback LLC., (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 $300,000 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 (ITB) 2026-113-MP, (the "ITB"), to establish and maintain a routine and emergency services
pool of prequalified contractors for water, sewer, and stormwater systems; (ii) approve the
following initial pool of prequalified contractors: Ric -Man International, Inc., Amici Engineering
Contractors LLC, David Mancini & Sons, Inc., Giannetti Contracting Corporation, Lanzo
Construction Co., Florida d/b/a Lanzo Construction Company and Razorback LLC; (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 $300,000 shall be subject to the
prior approval of the City Commission.
PASSED and ADOPTED this - S day of Fe Ycrtr 2 26.
Steven Meiner, Mayor
ATTEST:
FEB 0 9 2026
Rafael E. Granado, City Clerk
APPROVED AS TO
FORM & LANGUAGE
& FO CUTION
I � z7�ZOZ(e
City ttorney `i.'f' Date
Procurement Requests - C2 B
MIAMI BEACH
COMMISSION MEMORANDUM
TO: Honorable Mayor and Members of the City Commission
FROM: Eric Carpenter, City Manager
DATE: February 5, 2026
TITLE: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF
MIAMI BEACH, FLORIDA, (1) ACCEPTING THE RECOMMENDATION OF THE
CITY MANAGER, PURSUANT TO INVITATION TO BID (ITB) 2026-113-MP, (THE
"ITB"), TO ESTABLISH AND MAINTAIN A ROUTINE AND EMERGENCY
SERVICES POOL OF PREQUALIFIED CONTRACTORS FOR WATER, SEWER,
AND STORMWATER SYSTEMS; (11) APPROVING THE FOLLOWING INITIAL
POOL OF PREQUALIFIED CONTRACTORS: RIC-MAN INTERNATIONAL, INC.,
AMICI ENGINEERING CONTRACTORS LLC, DAVID MANCINI & SONS, INC.,
GIANNETTI CONTRACTING CORPORATION, LANZO CONSTRUCTION CO.,
FLORIDA D/B/A LANZO CONSTRUCTION COMPANY AND RAZORBACK LLC; (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 $300,000 SHALL BE SUBJECT TO THE PRIOR
APPROVAL OF THE CITY COMMISSION. (PUBLIC WORKS)
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/HISTORY
The City of Miami Beach faces ongoing challenges in maintaining its aging water, sewer, and
stormwater infrastructure. At times, unexpected failures occur, leading to service disruptions that
can pose public health risks and cause significant damage to roads, structures, and the
environment.
Traditionally, when such failures happen, the City relies on the authority granted under Section 2-
396 of the City Code, which allows the City Manager to procure goods or services of any amount
necessary to protect public health, safety, and welfare. While this authority enables rapid
response, the Administration believes it is in the City's best interest to seek competitive pricing
whenever possible by quickly obtaining quotes from qualified contractors before repairs begin.
This approach helps ensure repairs are completed promptly and cost-effectively.
Maintaining a prequalified pool of contractors helps to expedite the process. It allows the City to
request multiple quotes and start work without delays associated with vetting new contractors.
For example, while immediate action may be required to address an initial failure, having a
74 of 2180
prequalified pool enables longer -term repairs to be competitively bid among qualified contractors,
maximizing cost efficiency without significantly impacting repair timelines.
Accordingly, on October 21, 2020, the City issued Invitation to Bid (ITB) 2021-012-WG to
establish a contract through sealed applications with qualified contractors for a prequalified pool.
This pool was intended to provide routine and emergency repairs to water, sewer, and stormwater
systems on short notice, on an "as -needed" basis. The current contract term is five (5) years and
is scheduled to expire on February 9, 2026. The following firms were part of the prequalified
vendor pool:
• Flotech Environmental, LLC
• Enviro Waste Services Group Inc.
• Ric -Man International, Inc.
• David Mancini & Sons, Inc.
• Lanzo Construction Co., Florida
• Ric -Man Construction Florida, Inc.
• Southern Underground Industries, Inc.
• The Stout Group, LLC
• Amici Engineering Contractors, LLC
• CES Construction, LLC
• Quality Enterprises USA, Inc.
To ensure continuity of service, the purpose of this ITB is to establish a contract by means of
sealed applications, with qualified contractors for the establishment of a prequalified pool of
contractors for routine improvements and emergency repairs to the City's water, sanitary sewer,
and storm water systems, including but not limited to: pump stations; potable water pipes, sanitary
sewer main/lateral pipes and valves, storm water drainage pipes; trenchless point repairs;
rehabilitation of sanitary sewer and storm water manholes. The pre -qualified pool established
shall effectively create a source of viable contracts from which the City may issue Invitation to
Quotes ("ITQs") for routine improvements and emergency repairs services during the term of the
contract. Further, 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
The ITB was issued on November 2, 2025. The Procurement Department issued bid notices to
companies through email and the e-procurement system, with 1024 prospective bidders
accessing the advertised solicitation. Responses were due and received on December 22, 2025.
The City received applications from the following eight (8) contractors: Amici Engineering
Contractors LLC, David Mancini & Sons, Inc., Gianetti Contracting Corporation, Inliner Solutions,
LLC, Insituform Technologies, LLC, Lanzo Construction Co., Florida, Razorback LLC, Ric -Man
International, Inc.
Inliner Solutions, LLC and Insituform Technologies, LLC have failed to produce evidence of
meeting the minimum requirements of this solicitation. Therefore, their applications cannot be
considered for the award with the initial pool of contractors; however, the contractors were advised
that they may resubmit their applications at a later date to be considered in a subsequent addition
of contractors to the pool.
The ITB stated that following the review of applications, the responsive and responsible bidder(s)
75 of 2180
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 Public Works
Department found that the following are responsive, responsible bidders meeting all terms and
conditions of the ITB and are recommended for the prequalification award:
• Ric -Man International, Inc.
• Amici Engineering Contractors LLC,
• David Mancini & Sons, Inc
• Gianetti Contracting Corporation
• Lanzo Construction Co. Florida, D/B/A Lanzo Construction Company
• Razorback LLC
As mentioned above, it is important to note that this prequalification pool will remain open. During
this time, the City, with 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 six (6) contractors recommended for award:
Ric -Man International, Inc. ("Ric -Man") has operated in Florida for 43 years and was originally
incorporated in 1965. The company specializes in engineering, development, construction, and
repair services. Ric -Man has been a vendor for the City of Miami Beach since 2016, notably
providing design -build services for Sunset Islands 3 & 4, the Central Bayshore Right -of -Way
Infrastructure Improvement in 2016, and the Force Main Canal Crossing at Pine Tree Drive in
2024. In addition, Ric -Man is currently part of the City's prequalified contractor for the current pool
for routine and emergency repair services. Beyond its work with Miami Beach, the firm has
successfully completed major projects for Miami -Dade County's Water and Sewer Department,
installed a new water main for the City of Boca Raton, and replaced a 30-inch cast iron raw water
main with a 24-inch ductile iron main for the City of Hollywood. Feedback on Ric-Man's
performance has been consistently positive.
Amici Engineering Contractors LLC ("Amici") has operated locally for the past six years and
specializes in road construction, underground utilities (water, sewer, force main, drainage), and
horizontal directional drilling. The firm also focuses on complex utility pipe and structure
installations, including extensive dewatering for high groundwater conditions, sheeting and
shoring for deep installations, and large -diameter directional drilling. Over the last four years,
Amici has successfully completed numerous projects for the City, including the Dade Boulevard
emergency force main replacement, the 24-inch gravity main replacement and rehabilitation at
Pump Station 31, and the Cherokee Avenue drainage improvements. Amici is also currently part
of the City's prequalified contractor pool for routine and emergency repair services. Beyond its
work with the City, the company has completed significant projects for Palm Beach County
Utilities, the City of Cape Coral, the City of Apopka, and Miami -Dade County. Feedback received
on Amici's performance has reflected satisfaction with the quality of work delivered.
David Mancini & Sons, Inc. ("David Mancini") has operated locally for the past 15 years,
specializing in complex underground construction within urban areas across South Florida. Their
expertise includes installing transmission water mains and force mains, sanitary and storm
sewers, pump stations, jack -and -bore installations, micro tunneling, directional drilling, roadway
work, subaqueous crossings, and a range of neighborhood improvement projects. Over the past
decade, the company has completed numerous projects for the City, including water main
replacements, emergency repairs to the water system, and various neighborhood infrastructure
improvements. David Mancini is also part of the City's prequalified contractor pool for routine and
emergency repair services. In addition to its work with the City, the firm has delivered major
projects for the City of Fort Lauderdale and Miami -Dade County. Feedback on David Mancini's
performance consistently reflects satisfaction with the quality of its work.
76 of 2180
Giannetti Contracting Corporation ("Giannetti") is a third generation underground utility contractor
with more than 41 years of experience in South Florida, specializing in neighborhood
improvements and complex urban utility installations. The company has partnered with public
agencies from Monroe County to Indian River County, including FDOT and the Florida Keys
Aqueduct Authority. Its municipal work includes the Islamorada transmission line replacement for
the Florida Keys and dewatering, shoring, and trenching services for two pump stations in the
City of Boynton Beach. Feedback on Giannetti's performance highlights strong workmanship and
reliable project delivery.
Lanzo Construction Co., Florida D/B/A Lanzo Construction Company ("Lanzo") has been doing
business locally for the past 45 years, specializing in construction, water transmission and
collection systems, tunneling services, and neighborhood improvement projects. In 2013, Lanzo
was awarded the Sunset Harbour Pump Station and the Design -Build Palm & Hibiscus Row
projects by the City. Since then, the firm has successfully completed several other major projects
for the City. In 2021, Lanzo became part of the City's current prequalified contractor pool for
routine and emergency repair services. Beyond its work with the City, Lanzo has delivered water
main projects for Broward County, the City of Boca Raton, and Miami -Dade County. Feedback
on Lanzo's performance consistently reflects positive satisfaction with the quality of its work.
Razorback LLC ("Razorback") is a South Florida firm specializing in water control structures,
treatment facilities, bridge construction, and related infrastructure projects. Razorback has been
awarded multiple contracts with the City, including potable water tank dry cleaning and inspection
services, as well as exterior concrete water tank repairs and coating. The firm has also completed
significant projects such as the rehabilitation of Pump Stations 1 and 2 for the City of Weston, the
structural steel repairs for the National Park Service, and the surface preparation and re -coating
of the grit chamber at the Water Reclamation Facility for the City of St. Petersburg. Feedback on
Razorback's performance consistently highlights strong workmanship and reliable project
delivery.
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 department's budget. Grant funds 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 (BIE) was published on:
See BIE at: https://www.miamibeachfi.gov/city-hall/city-clerk/meeting-notices/
FINANCIAL INFORMATION
Accounts Balance
77 of 2180
1425-0410-000325-29-413-513-00-00-00- 1$614,594.82
5-0420-000325-29-413-513-00-00-00- 1$1,088,176.58
7-0427-000325-29-413-517-00-00-00- [$1,055,648.45
The amounts shown reflect current available balances in the identified accounts. Emergency
repair costs cannot be determined at this time and would be supported through contingency
funding if necessary.
CONCLUSION
It is recommended that the Mayor and City Commission of the City of Miami Beach, Florida,
accept the recommendation of the City Manager, pursuant to the Invitation to Bid ITB 2026-113-
MP for Routine and Emergency Services Pool of Prequalified Contractors For Water, Sewer, And
Stormwater Systems; and approving the initial pool of prequalified contractors: Ric -Man
International, Inc., Amici Engineering Contractors LLC, David Mancini & Sons, Inc, Gianetti
Contracting Corporation, Lanzo Construction Co Florida D/B/A Lanzo Construction Company,
Razorback LLC; further, authorizing the city manager to keep the ITB open 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 $300,000 shall be subject to the approval of the city commission.
Applicable Area
Citywide
Is this a "Residents Right to Know" item,
pursuant to City Code Section 2-17?
Zro
Is this item related to a G.O. Bond
Proiect?
No
Was this Agenda Item initially requested by a lobbyist which, as defined in Code Sec. 2-481,
includes a principal engaged in lobbying? No
If so, specify the name of lobbyist(s) and principal(s):
Department
Procurement
Sponsor(s)
Co-sponsors)
78 of 2180
Condensed Title
Approve ITB 2026-113-MP, Prequalified Contractors for Water/Sewer/Stormwater System.
PW/PR
Previous Action (For City Clerk Use Only)
79 of 2180