Loading...
HomeMy WebLinkAboutText File Report 1City of Miami Text File Report City Hall 3500 ran American Drive Miami, FL 33133 www.ci.miami.[1.us File ID: 04-00841 Enactment #: R-04-0516 Version: 2 Type: Resolution Introduced: 7115/04 Status: Passed Enactment Date: 7/29/04 Controlling Body: City Commission 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 1N 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., 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; 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, die 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; li.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 ol'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 City of Miami Page l Primed on 7/ 15/2005 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.1OC to Carivon Construction, Inc„ F.II. Paschen/SN Nielsen, F&L Construction, ILA. 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 } City of Minrni Page 2 Printed on 7/15/2005