Loading...
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.