HomeMy WebLinkAboutAgenda Item Summary FormAGENDA ITEM SUMMARY FORM
File ID: #18114
Date: 09/09/2025
Commission Meeting Date: 10/23/2025
Requesting Department: Department of
Police
Sponsored By:
District Impacted: All
Type: Resolution
Subject: Invitation for Bid - Plumbing Maint./Repair Services - Police Facilities
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. 1999386 for
Plumbing Maintenance and Repair Services at Police Facilities, on an as needed basis,
from Ackerman Plumbing LLC, ("Ackerman") 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 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;
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:
On May 2, 2025, the Department of Procurement ("Procurement"), on behalf of the City
of Miami's Police Department ("Police"), issued IFB No. 1999386 for plumbing
maintenance and repair services at Police facilities, on an as needed 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 May 23, 2025, at
the bid closing, one (1) bid was received. The bid was evaluated and tabulated following
the guidelines published in the Bid. On June 10, 2025, a Best and Final Offer Letter
("BAFO") was sent to Ackerman, the sole responsive and responsible Bidder and
pricing remained the same. On June 18, 2025, a survey was conducted, and one (1)
vendor expressed that they were unable to meet the timeline, and one (1) vendor was
not interested, and other vendors did not respond. The estimated contract amount is
approximately $480,000.00 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
Department of Police
Department of Police
Office of Management and Budget
Office of Management and Budget
Department of Procurement
Legislative Division
City Manager's Office
Office of the City Attorney
Office of the City Attorney
City Commission
Office of the City Clerk
Reviewed B
Jorge Blanco
Manuel Morales
Luis Hernandez -Torres
Marie Gouin
Annie Perez
Valentin J Alvarez
Arthur Noriega V
Thomas M. Fossler
George K. Wysong III
Maricarmen Lopez
City Clerk's Office
Initial Police Review
Department Head Review
Budget Analyst Review
Budget Review
Procurement Review
Legislative Division Review
City Manager Review
ACA Review
Approved Form and Correctness
Meeting
Rendered
Completed 10/09/2025 7:58 AM
Completed 10/10/2025 12:55 PM
Completed 10/10/2025 2:15 PM
Completed 10/10/2025 3:06 PM
Completed 10/10/2025 6:12 PM
Completed 10/13/2025 5:09 PM
Completed 10/14/2025 2:05 PM
Completed 10/14/2025 2:36 PM
Completed 10/14/2025 6:00 PM
Completed 10/23/2025 9:00 AM
Completed 10/29/2025 6:05 PM
City of Miami
Legislation
Resolution
Enactment Number: R-25-0261
City Hall
3500 Pan American Drive
Miami, FL 33133
www.miamigov.com
File Number: 18114 Final Action Date:10/23/2025
A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S),
PURSUANT TO SECTION 18-85 OF THE CODE OF THE CITY OF MIAMI, FLORIDA,
AS AMENDED ("CITY CODE"), APPROVING A BID AWARD FOR INVITATION FOR
BID ("IFB") NO. 1999386 TO ACKERMAN PLUMBING, LLC FOR THE PROVISION OF
PLUMBING MAINTENANCE AND REPAIR SERVICES AT POLICE FACILITIES ON
AN AS NEEDED BASIS FOR AN INITIAL TERM OF THREE (3) YEARS WITH THE
OPTION TO RENEW FOR ONE (1) ADDITIONAL THREE (3) YEAR PERIOD;
ALLOCATING FUNDS FROM THE 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 ANY AND ALL DOCUMENTS,
INCLUDING ANY 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 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.
WHEREAS, the City of Miami's ("City") Police Department ("Police") has a continuing
need for plumbing maintenance and repair services at its various facilities on an as needed
basis; and
WHEREAS, on May 2, 2025, the Department of Procurement ("Procurement") issued
Invitation for Bids ("IFB") No. 1999386 to establish a contract for plumbing maintenance and
repair services at Police facilities on an as needed 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 May 23, 2025, Procurement received one (1) response to the IFB; and
WHEREAS, after review and tabulation, Ackerman Plumbing, LLC ("Contractor") was
determined to be the sole lowest responsive and responsible bidder; and
WHEREAS, the City Manager recommended Contractor for award of a contract for the
plumbing maintenance and repair services at its various Police facilities on an as needed basis
for an initial term of three (3) years, with the option to renew for one (1) additional three (3) year
period, as further specified in the recommendation memo attached hereto as Exhibit "A"; and
WHEREAS, Section 18-85 of the Code of the City of Miami, Florida, as amended ("City
Code") provides the procedures for use of competitive sealed bidding, including that 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 bid award to Contractor and to
authorize the City Manager to negotiate and execute a contract, and any necessary
amendments, renewals, and extensions, all in forms acceptable to the City Attorney and
consistent with the terms herein stated, for said purpose;
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 bid award for IFB No.
1999386 to Contractor for the provision of plumbing maintenance and repair services on an as
needed basis for an initial term of three (3) years, with the option to renew for one (1) additional
three (3) year period, as further described in Exhibit "A", is hereby approved.
Section 3. Funds are to be allocated from the 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;
Section 4. The City Manager is authorized' to negotiate and execute any and all
documents, including any 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 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 5. This Resolution shall become effective immediately upon its adoption.
APPROVED AS TO FORM AND CORRECTNESS:
rge
ng IIC, C ty ttor -y 10/14/2025
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.