HomeMy WebLinkAboutAgenda Item Summary FormAGENDA ITEM SUMMARY FORM
File ID: #17537
Date: 04/23/2025
Commission Meeting Date: 06/17/2025
Requesting Department: Department of
Resilience and Public Works
Sponsored By:
District Impacted: All
Type: Resolution
Subject: Accept Bid - Backflow Preventer Installation, Repair/Testing Services IFB
1961386
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. 1961386 Backflow
Preventer Installation, Repair, and Testing Services on an emergency basis and as
needed basis, from Douglas Orr Inc. ("Douglas Orr"), for an initial contract term of three
(3) years, with the option to renew for two (2) additional one (1) year periods; allocating
funds from the various sources of funds from the Department of Resilience and Public
Works ("RPW'); 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:
RPW has a continued responsibility to ensure the protection of the public potable water
supply by preventing the reversal of water flow that may contain contaminants or
pollutants due to a cross -connection. Testing these preventers annually is a
requirement from Miami Dade Water and Sewer per Section 32-168 of the County
Code. On December 16, 2024, IFB 1961386 was issued under full competition. Two (2)
bids were received. One (1) bid was found non -responsive due to not meeting minimum
bidder requirements. Procurement is recommending award for both Group 1, Non -
Federally Funded Projects and Group 2, Federally Funded Projects to Douglas Orr who
was deemed responsive and responsible.
The estimated annual expenditure is $135,890.00 for non -federally funded projects and
$135,890.00 for federally funded projects.
Budget Impact Analysis
Item is NOT Related to Revenue
Item is an Expenditure
Item is NOT funded by Bonds
Total Fiscal Impact:
Total Fiscal Impact: $135,890.00 each for both non -federally and federally funded projects
Department of Resilience and Public
Review Completed
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
Reviewed B
Works
05/02/2025 2:25 PM
Luis Hernandez -Torres
Marie Gouin
Annie Perez
Asael Marrero
Natasha Colebrook -Williams
Valentin J Alvarez
Arthur Noriega V
Thomas M. Fossler
George K. Wysong III
Nicole Ewan
Maricarmen Lopez
City Clerk's Office
Juvenal Santana
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
Department Head
Completed 05/15/2025 3:28 PM
Completed 05/15/2025 3:32 PM
Completed 05/15/2025 4:54 PM
Completed 05/27/2025 2:52 PM
Completed 05/27/2025 3:14 PM
Completed 05/28/2025 12:38 PM
Completed 05/28/2025 12:44 PM
Completed 06/02/2025 11:29 AM
Completed 06/02/2025 3:46 PM
Completed 06/12/2025 9:00 AM
Completed 06/17/2025 9:00 AM
Completed 06/20/2025 6:52 PM
City of Miami
Legislation
Resolution
Enactment Number: R-25-0179
City Hall
3500 Pan American Drive
Miami, FL 33133
www.miamigov.com
File Number: 17537 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. 1961386 TO DOUGLAS ORR
PLUMBING, INC. ("CONTRACTOR") TO PROVIDE BACKFLOW PREVENTER
INSTALLATION, REPAIR, AND MAINTENANCE SERVICES, CITYWIDE
("SERVICES"), ON AN AS -NEEDED BASIS; ALLOCATING FUNDS FROM THE
VARIOUS SOURCES OF FUNDS FROM THE END USER DEPARTMENTS AND
AGENCIES, SUBJECT TO 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 WITH A TERM OF THREE (3) YEARS,
WITH TWO (2) ADDITIONAL ONE (1) YEAR RENEWALS, ON AN AS NEEDED
BASIS; FURTHER AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND
EXECUTE ANY DOCUMENTS, INCLUDING, BUT NOT LIMITED TO, AMENDMENTS,
RENEWALS, AND EXTENSIONS, ALL IN FORMS ACCEPTABLE TO THE CITY
ATTORNEY, SUBJECT TO ALL ALLOCATIONS, APPROPRIATIONS, PRIOR
BUDGETARY APPROVAL, AND COMPLIANCE WITH APPLICABLE PROVISIONS OF
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, AND IN COMPLIANCE WITH ALL
APPLICABLE LAWS, RULES, AND REGULATIONS, AS MAY BE DEEMED
NECESSARY FOR SAID PURPOSE.
WHEREAS, the Department of Resilience and Public Works ("RPW') has a need for
backflow preventer installation, repair, and maintenance services, citywide ("Services"); and
WHEREAS, on December 16, 2024, the Department of Procurement ("Procurement")
issued Invitation for Bid No. 1961386 ("IFB") to establish a contract for these services, on an
emergency basis, and on an as needed basis, to be awarded, for an initial term of three (3)
years, with the option to renew for two (2) additional one (1) year periods; and
WHEREAS, on January 3, 2025, Procurement received two (2) bids in response to IFB
No. 1961386, evaluated them according to the required guidelines, deeming one bid non-
responsive and the other as the sole responsive and responsible bidder; and
WHEREAS, on March 25, 2025, the Chief Procurement Officer recommended awarding
a contract to Douglas Orr Plumbing, Inc. ("Contractor") to provide the Services pursuant to the
IFB on an as -needed basis; and
WHEREAS, on March 31, 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 all bid awards in excess of $50,000.00 must 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
departments and agencies, 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 two (2) additional one (1) year renewals, on an as -needed basis.
Section 5. The City Manager is further authorized' to negotiate and execute any
documents, including, but not limited to, 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 of
Miami'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 6/2/2025
1 The herein authorization is further subject to compliance with all legal requirements that may be
imposed, including but not limited to those prescribed by applicable City Charter and City Code
provisions.