Loading...
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