HomeMy WebLinkAboutR-17-0384City of Miami
Resolution R-17-0384
Legislation
City Hall
3500 Pan American Drive
Miami, FL 33133
www.miamigov.com
File Number: 2516 Final Action Date: 7/27/2017
A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S),
ACCEPTING THE BIDS RECEIVED MAY 1, 2017 PURSUANT TO INVITATION
TO BID ("ITB") NO. 15-16-033 FOR JOB ORDER CONTRACTING ("JOC") FOR
HORIZONTAL AND VERTICAL CONSTRUCTION SERVICES FROM THE SIX
(6) LOWEST RESPONSIVE AND RESPONSIBLE BIDDERS FOR
HORIZONTAL CONSTRUCTION SERVICES AND THE SIX (6) LOWEST
RESPONSIVE AND RESPONSIBLE BIDDERS FOR VERTICAL
CONSTRUCTION SERVICES TO PROVIDE MAINTENANCE AND
CONSTRUCTION SERVICES CITYWIDE ON AN AS -NEEDED BASIS FOR A
PERIOD OF THREE (3) YEARS WITH THE OPTION TO RENEW FOR TWO (2)
ADDITIONAL ONE (1) YEAR PERIODS FOR TOTAL ANNUAL EXPENDITURE
LIMITS OF $2,000,000.00 FOR HORIZONTAL CONSTRUCTION SERVICES
AND $2,500,000.00 FOR VERTICAL CONSTRUCTION SERVICES;
ALLOCATING FUNDS FROM VARIOUS OFFICE OF CAPITAL
IMPROVEMENTS ("OCI") PROJECTS AND DEPARTMENTAL BUDGETS,
SUBJECT TO BUDGETARY APPROVAL AT THE TIME OF NEED; FURTHER
AUTHORIZING THE CITY MANAGER TO EXECUTE TWELVE (12)
CONTRACTS, IN SUBSTANTIALLY THE ATTACHED FORM, CONSISTING OF
THE ITB DOCUMENTS AND ATTACHMENTS, AND TO NEGOTIATE AND
EXECUTE ANY SUBSEQUENT DOCUMENTS, INCLUDING ANY
AMENDMENTS, RENEWALS, EXTENSIONS, AND MODIFICATIONS TO THE
CONTRACTS, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, AS MAY
BE NECESSARY FOR SAID PURPOSE.
WHEREAS, the Office of Capital Improvements ("OCI") identified a need to continue
implementation of the Job Order Contracting ("JOC") program to achieve the timely and cost
effective delivery of maintenance and construction services for capital projects; and
WHEREAS, the Department of Procurement ("Procurement") issued Invitation to Bid
("ITB") No. 15-16-033 seeking experienced and qualified bidders for the purpose of providing
JOC for Horizontal and Vertical Construction Services on March 30, 2017; and
WHEREAS, twenty-three (23) bids were received by the Office of the City Clerk on May
1, 2017; and
WHEREAS, the Contracts will have an initial term of three (3) years with the option to
renew for two (2) additional one (1) year periods; and
WHEREAS, the Contracts identify an Adjustment Factor payable by the City for an
indefinite quantity of maintenance and construction projects assigned on an as -needed basis, to
selected Contractors, based on quantities derived from completed construction drawings; and
City of Miami Page 1 of 2 File ID: 2516 (Revision:) Printed On: 3/24/2025
File ID: 2516 Enactment Number: R-17-0384
WHEREAS, the City Manager requests authorization to execute Contracts with the
twelve (12) lowest responsive and responsible bidders identified in "Attachment A," attached
and incorporated, for said purposes, with total annual expenditure limits of $2,000,000.00 for
Horizontal Construction Services and $2,500,000.00 for Vertical Construction 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. The bids received May 1, 2017 pursuant to ITB No. 15-16-033 for JOC for
Horizontal and Vertical Construction Services from the six (6) lowest responsive and
responsible Bidders for Horizontal Construction Services and the six (6) lowest responsive and
responsible Bidders for Vertical Construction Services to provide maintenance and construction
services Citywide on an as -needed basis for a period of three (3) years with the option to renew
for two (2) additional one (1) year periods for total annual expenditure limits of $2,000,000.00 for
Horizontal Construction Services and $2,500,000.00 for Vertical Construction Services are
accepted.
Section 3. Funds are to be allocated from various OCI projects and departmental
budgets, subject to budgetary approval at the time of need.
Section 3. The City Manager is authorized to execute twelve (12) Contracts, in
substantially the attached form, consisting of the ITB documents and attachments.
Section 4. The City Manager is further authorized' to negotiate and execute any
subsequent documents, including any amendments, renewals, extensions, and modifications to
said Contracts, in a form acceptable to the City Attorney, as may be necessary for said purpose.
Section 5. This Resolution shall become effective immediately upon its adoption and
signature of the Mayor.2
APPROVED AS TO FORM AND CORRECTNESS:
end" ez, City Httor ey 7/18/2017
1 The herein authorization is further subject to compliance with all requirements that may be imposed by
the City Attorney, including but not limited to, those prescribed by applicable City Charter and City Code
provisions.
2 If the Mayor does not sign this Resolution, it shall become effective at the end of ten (10) 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: 2516 (Revision:) Printed on: 3/24/2025