HomeMy WebLinkAboutAgenda Item Summary FormAGENDA ITEM SUMMARY FORM
File ID: #17611
Date: 05/12/2025
Commission Meeting Date: 06/17/2025
Requesting Department: Department of
Parks and Recreation
Sponsored By:
District Impacted: All
Type: Resolution
Subject: Invitation for Bid - Bulk CO2 Gas on a Stay Fill Program
Purpose of Item:
The nature of this item is to authorize a resolution of the Miami City Commission,
accepting the bid received pursuant to Invitation for Bid ("IFB") No. 1904386, Bulk CO2
Gas on a Stay Fill Program for City of Miami Parks' Aquatic Facilities, on a monthly
basis, from Carlon, Inc. d/b/a Broward Nelson Fountain Service ("Broward Nelson") for
an initial contract term of three (3) years, with the option to renew for one (1) additional
three (3) year period; allocating funds from various sources of funds from the end user
departments and agencies; subject to the availability of funds and budgetary approval,
at the time of need; authorizing the City Manager to negotiate and execute any and all
documents, including any amendments, renewals, and extensions; subject to all
allocations, appropriations, and budgetary approvals having been previously made,
compliance with applicable provisions of the Code of the City of Miami, Florida, as
amended, ("City Code"), including, the City of Miami's Procurement Ordinance, Anti -
deficiency Act, and Financial Integrity Principles, all as set forth in Chapter 18 of the City
Code, in a form acceptable to the City Attorney, and in compliance with all applicable
laws, rules, and regulations, as may be deemed necessary for said purpose.
Background of Item:
The Department of Procurement ("Procurement"), on behalf of the Department of Parks
and Recreation ("Parks"), issued IFB No. 1904386 for Bulk CO2 Gas on a Stay Fill
Program for City of Miami Parks' Aquatic Facilities, on a monthly basis, under full and
open competition. As required by the Procurement Code, the IFB was issued online via
the City of Miami's BidNet Direct Electronic Portal ("BidNet"). On February 7, 2025, at
the bid closing, one (1) bid was received. A survey was conducted, and no responses
were received. On February 11, 2025, a Best and Final Offer Letter ("BAFO") was sent
to Broward Nelson, the sole responsive and responsible Bidder. The bid was evaluated
and tabulated following the guidelines published in the Bid. Procurement is
recommending award to Broward Nelson. The estimated contract amount is
approximately $320,400.00 for the term of the contract.
Budget Impact Analysis
Item is NOT Related to Revenue
Item is an Expenditure
Item is NOT funded by Bonds
Total Fiscal Impact:
General Account No: Various sources of funds
Reviewed B
Department of Parks and Recreation Lacleveia E Morley
Office of Management and Budget
Office of Management and Budget
Department of Procurement
City Manager's Office
City Manager's Office
Legislative Division
City Manager's Office
Office of the City Attorney
Office of the City Attorney
City Commission
City Commission
Office of the City Clerk
Donovan Dawson
Marie Gouin
Annie Perez
Barbara Hernandez
Natasha Colebrook -Williams
Valentin J Alvarez
Arthur Noriega V
Thomas M. Fossler
George K. Wysong III
Nicole Ewan
Maricarmen Lopez
City Clerk's Office
Department Head Review
Budget Analyst Review
Budget Review
Procurement Review
Assistant City Manager Review
Deputy City Manager Review
Legislative Division Review
City Manager Review
ACA Review
Approved Form and Correctness
Meeting
Meeting
Rendered
Completed 05/22/2025 9:33 AM
Completed 05/23/2025 11:26 AM
Completed 05/25/2025 5:31 PM
Completed 05/29/2025 5:53 PM
Completed 06/02/2025 11:25 PM
Completed 06/03/2025 11:34 AM
Completed 06/03/2025 11:53 AM
Completed 06/03/2025 5:58 PM
Completed 06/03/2025 6:06 PM
Completed 06/03/2025 7:07 PM
Completed 06/12/2025 9:00 AM
Completed 06/17/2025 9:00 AM
Completed 06/20/2025 6:51 PM
City of Miami
Legislation
Resolution
Enactment Number: R-25-0177
City Hall
3500 Pan American Drive
Miami, FL 33133
www.miamigov.com
File Number: 17611 Final Action Date:6/17/2025
A RESOLUTION OF THE MIAMI CITY COMMISSION, PURSUANT TO SECTION 18-
85 OF THE CODE OF THE CITY OF MIAMI, FLORIDA, AS AMENDED ("CITY CODE"),
APPROVING THE CITY MANAGER'S RECOMMENDATION TO AWARD A
CONTRACT UNDER INVITATION FOR BID NO. 1904386 TO CARLON, INC. D/B/A
BROWARD NELSON FOUNTAIN SERVICE ("CONTRACTOR") FOR BULK CO2 GAS
ON A STAY FILL PROGRAM FOR THE DEPARTMENT OF PARKS AND
RECREATION'S AQUATIC FACILITIES ("SERVICES"), ON A MONTHLY BASIS;
ALLOCATING FUNDS FROM VARIOUS SOURCES OF FUNDS FROM THE END
USER DEPARTMENT AND AGENCIES, SUBJECT TO THE AVAILABILITY OF
FUNDS AND BUDGETARY APPROVAL AT THE TIME OF NEED; AUTHORIZING THE
CITY MANAGER TO NEGOTIATE AND EXECUTE A CONTRACT, IN A FORM
ACCEPTABLE TO THE CITY ATTORNEY, WITH CONTRACTOR FOR THE
SERVICES FOR A TERM OF THREE (3) YEARS, WITH ONE (1) ADDITIONAL
THREE (3) YEAR RENEWAL; FURTHER AUTHORIZING THE CITY MANAGER TO
NEGOTIATE AND EXECUTE ALL DOCUMENTS, INCLUDING ANY AMENDMENTS,
RENEWALS, AND EXTENSIONS, ALL IN FORMS ACCEPTABLE TO THE CITY
ATTORNEY, SUBJECT TO ALL ALLOCATIONS, APPROPRIATIONS, PRIOR
BUDGETARY APPROVALS, AND COMPLIANCE WITH APPLICABLE PROVISIONS
OF THE CITY CODE, INCLUDING, THE CITY'S PROCUREMENT ORDINANCE, ANTI -
DEFICIENCY ACT, AND FINANCIAL INTEGRITY PRINCIPLES, ALL AS SET FORTH
IN CHAPTER 18 OF THE CITY CODE, AND IN COMPLIANCE WITH ALL
APPLICABLE LAWS, RULES, AND REGULATIONS, AS MAY BE DEEMED
NECESSARY FOR SAID PURPOSE.
WHEREAS, the Department of Parks and Recreation ("Parks") has a continued need for
bulk carbon dioxide ("CO2") gas on a stay fill program for the Parks' Aquatic facilities
("Services"), on monthly basis; and
WHEREAS, on January 24, 2025, the Department of Procurement ("Procurement")
issued Invitation for Bid No. 1904386 ("IFB") to establish a contract for the Services, on a
monthly basis, to be awarded, for an initial term of three (3) years, with the option to renew for
one (1) additional three (3) year period; and
WHEREAS, on February 7, 2025, Procurement received one (1) bid in response to the
IFB, which was evaluated and tabulated following the required guidelines of the IFB; and
WHEREAS, on March 24, 2025, the Chief Procurement Officer recommended awarding
a contract to Carlon, Inc. d/b/a Broward Nelson Fountain Service ("Contractor") to provide the
Services pursuant to the IFB, as Contractor was the sole responsive and responsible Bidder;
and
WHEREAS, on April 4, 2025, the City Manager concurred with the recommendation of
the Chief Procurement Officer, and recommends the same; and
WHEREAS, Section 18-85 of the Code of the City of Miami, Florida, as amended ("City
Code") requires that all bid awards in excess of $50,000.00 be approved by the City
Commission upon recommendation by the City Manager; and
WHEREAS, the City Commission desires to approve the recommendation of the City
Manager and authorize the City Manager to negotiate and execute a contract with Contractor to
provide the Services;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF
MIAMI, FLORIDA:
Section 1. The recitals and findings contained in the Preamble to this Resolution are
adopted by reference and incorporated as if fully set forth in this Section.
Section 2. Pursuant to Section 18-85 of the City Code, the recommendation of the City
Manager to award a contract under the IFB to Contractor to provide the Services on an as -
needed basis is hereby approved.
Section 3. Funds to be allocated from the various sources of funds from the end user
department, subject to the availability of funds and budgetary approval at the time of need;
Section 4. The City Manager is authorized' to negotiate and execute a contract, in a
form acceptable to the City Attorney, with Contractor for the Services with a term of three (3)
years, with one (1) additional three (3) year renewal, on a monthly basis.
Section 5. The City Manager is further authorized' to negotiate and execute all
documents, including any amendments, renewals, and extensions, all in forms acceptable to the
City Attorney, subject to all allocations, appropriations, prior budgetary approvals, and
compliance with applicable provisions of the City Code, including, the City's Procurement
Ordinance, Anti -Deficiency Act, and Financial Integrity Principles, all as set forth in Chapter 18
of the City Code, and in compliance with all applicable laws, rules, and regulations, as may be
deemed necessary for said purpose.
Section 6. This Resolution shall become effective immediately upon its adoption.
APPROVED AS TO FORM AND CORRECTNESS:
ge = . Wys ng IIQ, C ty ttor -y 6/3/2025
1 The herein authorization is further subject to compliance with all legal requirements that may be
imposed by the City Attorney, including but not limited to those prescribed by applicable City Charter and
City Code provisions.