HomeMy WebLinkAboutR-04-0516City of Miami
Legislation
Resolution: R-04-0516
City Hall
3500 Pan American
Drive
Miami, FL 33133
www.miamigov.com
File Number: 04-00841 Final Action Date: 7/29/2004
A RESOLUTION OF THE MIAMI CITY COMMISSION, AUTHORIZING THE AWARD
OF JOB ORDER CONTRACTS ("JOC") TO CW CONSTRUCTION, INC. AND
ALPINE CONSTRUCTIONS, INC., FOR A CONTRACT IN ANNUAL AMOUNT NOT
TO EXCEED $2,000,000, FOR EACH FIRM, PURSUANT TO CITY OF MIAMI
BEACH, FLORIDA BID NOS. 12-03/04 AND 13-03/04, EFFECTIVE UNTIL MAY 25,
2005, WITH OPTIONS TO EXTEND FOR FOUR ADDITIONAL ONE-YEAR
PERIODS, SUBJECT TO ANY EXTENSIONS OR REPLACEMENT CONTRACTS BY
THE CITY OF MIAMI BEACH; AND AUTHORIZING THE AWARD OF JOC TO
CARIVON CONSTRUCTION, INC., F.H. PASCHEN/SN NIELSEN, F&L
CONSTRUCTION, H.A. CONTRACTING, INC., AND PASS INTERNATIONAL, INC.,
FORA CONTRACT ANNUAL AMOUNT NOT TO EXCEED $5,000,000 FOR EACH
FIRM, PURSUANT TO CITY OF MIAMI BEACH, FLORIDA BID NO. 14-03/04,
EFFECTIVE UNTIL MAY 25, 2005, WITH OPTIONS TO EXTEND FOR FOUR
ADDITIONAL ONE-YEAR PERIODS, SUBJECT TO ANY EXTENSIONS OR
REPLACEMENT CONTRACTS BY THE CITY OF MIAMI BEACH, TO BE USED
CITYWIDE ON AN AS -NEEDED BASIS, FORA TOTAL CONTRACT AMOUNT NOT
TO EXCEED $29,000,000; ALLOCATING FUNDS FROM VARIOUS CAPITAL
PROJECT ACCOUNTS, AS MAY BE ADJUSTED FROM TIME TO TIME BY THE
CITY COMMISSION IN THE ANNUAL APPROPRIATIONS/CAPITAL
IMPROVEMENTS ORDINANCES, OR AS OTHERWISE ADJUSTED AS
PERMITTED BY LAW.
WHEREAS, the Administration has identified a need to implement a Job Order Contracting
("JOC") system to achieve the timely and cost effective procurement of maintenance and construction
services for capital projects; and
WHEREAS, on May 26, 2003, the City of Miami Beach, Florida awarded a contract to seven (7)
contractors - Alpine Construction, Inc.; Carivon Construction, Inc.; CW Construction, Inc. F.H.
Paschen/SN Nielsen; F& L Construction; H.A. Contracting, Inc.; Pass International, Inc., for the
performance of contractual work issued via the JOC system for the term of one-year with options to
renew for four additional one-year periods pursuant to Invitation to Bid Nos. 12-03/04, 13-03/04, and
14-03/04 issued on March 31, 2004; and
WHEREAS, the City of Miami Beach and its residents have derived positive benefits such as
increased responsiveness, lower costs, and high quality construction from the approved contractors
generated as a result of the implementation of a JOC system; and
WHEREAS, the Mayor, City Commission, and administration also desire to realize similar benefits
during the execution of the numerous capital projects outlined within the City of Miami Capital
Program 2003-2004 Multi -Year Capital Plan; and
City of Miami
Page 1 of 2 File Id: 04-00841 (Version: 2) Printed On: 9/28/2016
File Number: 04-00841 Enactment Number: R-04-0516
WHEREAS, the Director of Purchasing has determined, in accordance with Sec. 18-111 of the
City Code, that the desired services can be procured under existing City of Miami Beach Contract
Nos. 12-03/04, 13-03/04, and 14-03/04 effective until May 25, 2005, with four (4) additional one-year
options to extend; and
WHEREAS, the City Manager, the Directors of the Department of Purchasing, and the
Department of Capital Improvements recommend the procurement of the services of the seven (7)
aforementioned contractors for execution of work orders issued via the JOC system;
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. The award of JOC to CW Construction, Inc. and Alpine Constructions, Inc., for a
contract annual amount not to exceed $2,000,000, for each firm, pursuant to City of Miami Beach,
Florida Bid Nos. 12-03/04 and 13-03/04, effective until May 25, 2005, with options to extend for four
additional one- year periods, subject to any extensions or replacement contracts by the City of Miami
Beach, and the award of JOC to Carivon Construction, Inc., F.H. Paschen/SN Nielsen, F&L
Construction, H.A. Contracting, Inc., and Pass International, Inc., for a contract annual amount not to
exceed $5,000,000, for each firm, pursuant to City of Miami Beach, Florida Bid No. 14-03/04,
effective until May 25, 2005, with options to extend for four additional one-year periods, subject to
any extensions or replacement contracts by the City of Miami Beach, to be used Citywide on an
as -needed basis, for a total contract amount not to exceed $29,000,000, is authorized, with funds
allocated from various Capital Project accounts, as may be adjusted from time to time by the City
Commission in the Annual Appropriations/Capital Improvement ordinances, or as otherwise adjusted
as permitted by law.
Section 3. This Resolution shall become effective immediately upon its adoption and signature of
the Mayor.{1}
Footnotes:
{1} If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar
days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become
effective immediately upon override of the veto by the City Commission.
City of Miami Page 2 of 2 File Id: 04-00841 (Version: 2) Printed On: 9/28/2016