Loading...
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.