HomeMy WebLinkAboutcover memoCITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
dui
TO :
FROM
Honorable Mayor & Members of
Miami City Co mission
Arriola
ty Manager
DATE : July 15, 2004 FILE :
SUBJECT : Resolution Authorizing the
Procurement of the Services of
Various Contractors for Job Order
Contracts (JOC).
REFERENCES:
ENCLOSURES:
RECOMMENDATION:
The administration respectfully recommends the adoption of the attached resolution authorizing the
procurement of contractual services from various contractors for the completion of various work
orders with individual job orders determined by staff prior to the commencement of each project
issued through the JOC system.
BACKGROUND:
On November 25, 2003, the City Commission adopted Resolution No. 03-1200 approving the Ciy of
Miami Capital Improvement Program 2003-2004 Multi -Year Capital Plan. Said plan contains more than
$550 million worth of capital improvement projects citywide. In recognition of the Mayor and
Commission's desire to expedite the completion of the various capital projects listed therein, the
administration has explored the possibility of implementing a JOC system utilizing an existing city of
Miami Beach contract with seven (7) JOC contractors: Alpine Construction, Inc.; Carivon
Construction, Inc.; CW Construction, Inc.; F.H. Paschen/SN Neilsen; F & L Construction; H.A.
Contracting, Inc.; and Pass International, Inc.
Aforementioned contractors will perform the work outlined in individual work orders issued by city
staff utilizing the JOC system. The initial term of the city of Miami Beach contract is 12 months and
contains four (4) additional one-year (1) renewal options. Approximately, ten (10) months remain in
the initial term of the contract.
Individual job orders issued will determine the scope of work for each project. Upon receipt of a
notice to proceed, the contractors will furnish all architectural and engineering services to support
individual job orders, shop drawings, samples, management, documentation, materials, supplies, parts
(to included system components), transportation, plant, supervision, labor and equipment needed to
perform the work at designated city properties. The Capital Improvements Program (CIP)
Department will administer the contracts.
The contract price is to include the furnishing of all labor, materials, equipment including tools,
services, obtaining permits, applicable taxes, overhead, architectural and engineering services,
overhead and profit for the completion of the job order. The cost of any item(s) of work not
covered by a specific contract unit price shall be treated as a non -priced item. The administration
expects to issue an estimated $35 million of work orders on an annual basis and an amount not to
exceed $140 million over the life of the existing contract.
In summary, the JOC system will enable the city to achieve its primary objective of being able to
"more rapidly engage contractors" while lowering costs and strengthening internal controls, JOC
does not replace any of the existing contracting systems including program management services.
JOC is just an efficient and effective tool for the city to use in accomplishing its facilities
maintenance and construction program. JOC has proven to be a system that can offer immediate as
well as long-term benefits. The administration respectfully requests your favorable consideration of
this item.
FUNDING:
No fiscal impact. Funding is available from various capital accounts.
J\\P'
I�fG
JA/ACS/MC/jf