HomeMy WebLinkAboutR-83-0133AL
J-83-43 , rliq`
0
RESOLUTION NO.
A RESOLUTION ACCEPTING THE BID OF LANZO
CONSTRUCTION CO. IN THE PROPOSED AMOUNT
OF $988,362.90 BASE BID OF THE PROPOSAL
FOR DURHAM SANITARY SEWER IMPROVEMENT
IN DURHAM SANITARY SEWER IMPROVEMENT
DISTRICT SR-5486C (CENTERLINE SEWER);
WITH MONIES THEREFOR ALLOCATED FROM THE
DURHAM SANITARY SEWER IMPROVEMENT ACCOUNT
IN THE AMOUNT OF $988,362.90 TO COVER THE
CONTRACT COST; ALLOCATING FROM SAID FUND
THE AMOUNT OF $128,487.10 TO COVER THE
COST OF PROJECT EXPENSE; ALLOCATING FROM
SAID FUND THE AMOUNT OF $19,767 TO COVER
THE COST OF SUCH ITEMS AS ADVERTISING,
TESTING LABORATORIES, AND AUTHORIZING THE
CITY MANAGER TO EXECUTE A CONTRACT WITH
SAID FIRM
WHEREAS, sealed bids were received January 13, 1983
for DURHAM SANITARY SEWER IMPROVEMENT in DURHAM SANITARY SEWER
IMPROVEMENT DISTRICT SR-5486C (centerline sewer); and
WHEREAS, the City Manager reports that the bid of
Lanzo Construction Co., for the base bid of the proposal, is
the lowest responsible bid, and recommends that a contract
be awarded to said firm; and
WHEREAS, the Capital Improvements Appropriation
Ordinance No. 9534, as amended, was adopted on December 9, 1982
and monies are available for the proposed amount of the contract,
project expense, incidentals, and from the account
entitled "Durham Sanitary Sewer Improvement", as set forth under
Section IV.C.2, of said ordinance;
NOW, THEREFORE, BE IT RESOLVED BY THE COM14ISSION OF THE
CITY OF MIAMI, FLORIDA:
Section 1. The January 13, 1983 bid of Lanzo Construction
Co., in the proposed amount of $988,362.90, for the project
entitled DURHAM SANITARY SE14ER IMPROVEMENT in DURHAM SANITARY
SEWER IMPROVEMENT DISTRICT SR-5486C (centerline sewer), for the
base bid of the proposal, based on unit Prices, is hereby accepted
at the price stated therein.
Section 2. The amount of $988,362.90 is hereby allocated
from the account entitled "Durham Sanitary Sewer Improvement"
to cover the cost of said contract.
CITY COMMISSION
MEETING OF
FEB 10 1983
RESOLUTION h0.,83-134'
REMARKS .....................,......
PASSED AND ADOPTED Lnis loth day of February , 1983
i
Section 3. The additional amount of $128,487.10 is hereby
allocated from the aforesaid fund to cover the cost of project
expense.
Section 4. The additional amount of $19,767,00 is
hereby allocated from the aforesaid fund to cover the cost of
such incidental items as advertising, testing laboratories, and
postage.
Section 5. The City Manager is hereby authorized to
enter into a contract on behalf of The City of Miami with
Lanzo Constructior jo., for DURHAM SANITARY SEWER IMPROVEMENT
in DURHAM SANITARY SEWER IMPROVEMENT DISTRICT SR-5486C (centerline
sewer), base bid of the proposal.
Maurice A. Ferre
11 A Y 0 R
0
ATTEST:
City4Clerk
PREPARED AND APPROVED BY:
1
/t t
Deputy City Attorney
APPROVED AS TO FORM AND CORRECTNESS:
- 2 -
83-133
CITY OF MIAMI, FLORIDA
73 INTER -OFFICE MEMORANDUM CITY MANAGER'S OFFICE
TO Howard V. Gary DATE January 20, 1983 FILE B-5486
City Manager
SUBJECT. DURHAM SANITARY SEWER IMPROVEMENT
SR-5486 - Resolution Awarding
Donald W. Cather Contract
FROM REFERENCES:
Director f Pu is orks (For February 10, 1983
ENCLOSURES: Commission Meeting)
The Department of Public Works recommends
adoption of the resolution accepting the
bid received 1/13/83 of Lanzo Construction
Co. in the amount of $988,362.90 and
authorizing the City Manager to enter into
a contract on behalf of the City of Miami
for DURHAM SANITARY SEWER I11PROVEHENT
SR-5486.
Bids were received 1/13/83 for construction of a Sanitary
Sewer district bounded by W. Flagler Street, N.W. 7 Street,
between 37 Avenue and 42 Avenue.
As reflected in the tabulation of bids, the $988,362.90 bid of
Lanzo Construction Co. is the lowest responsible bid for the
Base bid of the proposal.
Funds have been allocated under the "Durham Sanitary Sewer
Improvement"account for the estimated amount of the contract,
for project expense, for such items as advertising, testing
laboratories postage.
29 contractors picked up plans and specifications; 7 contractors
sub itted bids. The engineer's estimate was $1,200,000.
az
Resolution attached
L
83-133
BID AWARD FACT SHEET
For The City Manager
PROJECT NAME AND LOCATION DURHAM SANITARY SEWER IMPROVEMENT SR-5486
PROJECT SCOPE Construction of a Sanitary Sewer District
bounded by W. Flagler Street N.W. 7 Street,
N.W. 37 Avenue, and N.W. 42 Avenue.
Construction to be by private contractor
under contract to the City.
ENGIc]Er_R E'STT!-TATED =ISTRUCTION COST
$1;200,000.00
DATE BIDS RECEIVED January 13, 1983
NUMBER OF BIDS RECEIVED 7.
NAME OF LOW BIDDER Lagzo Construction Co.
AIdOU11T OF LO?•1 BID $988, 362.90
TOTAL FU14DS TO BE ALLOCATED
Ccn :r :': $ 988, 362.90
Project Expense: 128,487.10 .
t Incidentals: 19,767.00
Subtcta_: S
=nd_' e =t Cost
-Total $1,136,617.00
LE:iG'-''I OF T'I, ALLOWED FOR COINSTRUCTION
160 working days,
SOURCE OF FUNDS Sanitary G.O. Bonds
C.I. Ord. 9534 Sec. IV.C.2
{
Form PW #389 1/81
Prepared by: Gene Pelaez
Date: January 20, 1983
83-133
0
DURHA14 SANITARY SEWER IMPROVEMENT - SR-5486
JOB NO. B-5486
CONTRACTOR'S FACT SHEET
I. Lanzo Construction Co.
Rural Rt. 2, Box 904
Pompano Beach, Florida 33067 Phone (305) 979-0802
II. Principals: Quirino D'Alessandro - President
Olindo D'Alessandro - Vice President
Antonio Evangelista - Secretary
III. Contractor is properly licensed and insured
IV. Subcontractors: None required at this time
V. Experience: 19 years
Miami -Dade Water Sewer Authority $1,600,000
(Force Main)
Miami -Dade Water Sewer Authority $ 850,000
Riverview Storm Sewer Project - Ph -I $2,150,294
Koubek Sanitary Sewer Improvement $1,009,000
Central Sanitary Sewer 640,000
VI. Not a minority contractor
VII. 23 advertisements mailed out by certified mail
65 advertisements mailed out by regular mail
29 contractors picked up plans and specifications
7 contractors submitted bids
1/20/83
83-130
TABULATION OF BIDS FOR
;
" Ad
S4N/TAYY
,;„ JFWE1e
/MPIeo l/C1,4fA1 T
5,e - 5986
I
Received by
City Manager, City Clerk
City
the
Commission, City Clerk, City of Miami,
Florida of 2:.30 p-M
JQ,v. /3, /9p3
ly*
Bidder
Licensed 6 Insured as Per City
Code S Metro Ord.
LAAIZO CON3TR CO.
R/C-AIA.V COV.57-IF, /^IC.
GOOJW/N IAIC.
Bid Bond Amount
Irregularities
2
�� %
? 2 %
C H
CAN
�s}t410 �'
•
r'. c
.8AS& 1BIO - TOr4L
OF /rEM3 w/ 7wev `G4.
9c38, .362. 90
OG3, 22/. /4
.90.
4LTE2IVA7-E
AND OZZ roe4/ 4rcd .
989, SO/.SO
/, QS2 9 10.4a
IRREGULARITIES LEGEND
i L :44.:
A - No Power -of. Attorney I
B - No Affidavit as to Capitol 6 Surplus of Bonding Company i
lr C - Corrected Extensions
D - Proposal Unsigned or i g
oP g improperly S� ned or No Corporate Seol
{+r F _ I
• I�: f G lniproper Bid Bond
M Corrected Bid
' +i. J Prop. Sys F.Aof.P! r i
K
IT IS RECOMMENDED THAT o Cc»tracf'• be gitipro�Cd to
Me loweeft blofYer LAWZO C-OA16 Tie. CO. /n the
total 645U/U O'„oun of 988.y62., `
�. _.
Mf
• J
DE4r4 FWA451AIG coop,
BID 8Z-83-z6
/ Of 2 • I B-5486
TABULATION OF
BIDS FOR
DURHAM
SANITARY', .,5EWF1e /MP.4e4Vf:jWf1.IT
.
SR-5'4B6
�.11'
•:
Manager. City Clerk - . M•---
,' City g Y r:30
Received by the City Cammissicn, City Clerk, City of Miami, Florida at P. M.
qy.i
.TAN. /.�, /..
CHAMoAOME, WtHBF2, AllLtEh'a7N
A M. f'. CORP
OC£sUl! BAY, 1NC.
Bidder
f}.
Licensed i Insured as Per City Code S Metro Ord.
2%2 �•
• ,� 5.;:
Bid Bond Amount
C it N
—
ti��.
Irregularities
�r
�ygSC BID - rOrdL of ITPMJ'rI nVieU 1F4g4.
l,238, 725.
/ 333, 504. 9z
l,438, 35P.
4LTE,eNATla B/D - TOTAL OF 1T•EMS
'r
4! TNRI/ ff /B AND ''22 TH,e4/ +►' 6d .
1, 233, 875.
a..;
4j
« a
IRREGULARITIES LEGEND
'
IT 15 RECOMMENDED THAT
tiJ '
A Ne Pow. of • Attorney
er
'
8 No Affidovit as ♦o Capital t Surplus of Bonding company
C - Corrected Extensions
,
s
D Proposal Unsigned or intpropWIY Signed or No Corporate Seal
_
A�.
t'
E _
+
f -
----
`::
G araproper Bid Bond
{
4
M Collected Bid
,
Ptoo. By: F. M. P.
•
BID 62-63-Ra
10 PnF9 ,a-- te+—
N
SID 91ECt1RITY
BID 82-83-26- DURHAM SANITARY SEVIER
VIN IMPROVEMENT B-5486 pATt BID$ flEct1VE0JA„NUARY-13, 1983
HYPE OF SECUT=
R I DDER
'TOTAL
"OuN ly
LANZA CONSTRUCTION CO.
BOX 904
POMPANO BEACH, FL. 33067
BASE BID ALT.BID
987,755.40 988,894.00
B.B.
21%
RFC MAN CONSTRUCTION INC
PO BOX 10229
POMPANO BEACH,FLA.. 33061
,063,221.14 1,053,030.03
212%
GOODWIN,INC.
7275 NW. 61 ST.
MIAMI,FL.33166
1,070,090.00 1,067,920.00
212%
�-`
DELTA ENGINEERING CORP.
7044 S.W. 8 ST.
MIAMI,FL. 33144
1,220,254.70 1,219,904.70
2!2%
CHAMPAGNE, WEBBER ANDERSON INC.
1350 NORTH POWER LINE RD.
POMPANO BEACH,FLA. 33060
1,238,725.00 1,229,550.00
5%
D.M.P. CORPORATION
10477 SW 186 LANE
MIAMI,FLA.33157
1,339,290.92 1,333,504.92
21%
OCEAN BAY INC.
44 OCEAN BAY CLUB
FT. LAUDERDALE,FLA.
1,451,465.00 1,438,950.00
2!2Z
��c�t.� !►� �i.�r. M�tvtk�� si�r�k• tMf� ray �� �l...�.
VON ACCOYMTIMG INVISON 3-3
RECEIVED
4='? DKr M Phi 3: 42
(,'ITY tIF MIAMI, f"I.A.
L
DEPT I DIV
ACCOUNT CODE
Q BID NO.
z PREPARED BY
CITE' OF MIAMI, FLORIDA V:�.
REQUISITION FOR QUANTITY REPRESENTS DEPARTMENT
ADVERTISEMENT FOR BIDS REQUIREMENTS FOR MONTHS
DATE
PHONE —
CODE
ITEM DESCRIPTION
QUANTITY
UNIT
PRICE
AMT.
BIDS TO BE SECURED FOR
s
FOR THE DEPARTMENT OF:
ADVERTISE ON
BIDS TO BE RECEIVED ON
TOTAL
ESTIMATED COST: APPROVED BY*
CONTRACTUAL: $
INCIDENTAL: $ DIRECTOR OF ISSUING DEPARTMENT
TOTAL $
SOURCE OF FUNDS:-_ -..-.._.. - - - - - --- -- --
Y u bu lill(-rl in by
EXPENDITURE CONTROL:
FUNDS AVAILABLE FOR PROJECT INVOLVED
EXPENDITURE CONTROLLER
PROJECT CODE AD CODE
(,uNli:S To: Purchasing (Org.) — City Manager — City Clerk —!expenditure Control — Issuing Department — Otber Allected Department
FORM NO 1043 - REV 74 WHITE GREEN PINK CANARY BLUE GOLDENRO
t 3-/3-3
Bid No. 8 - `-
ADVERTISEM `-offRQB
Sealed bids for the construction 191U 4 SANITARY SEWER IMPROVEMENT
P.(SR-5486-C - centerline sewer) wi 1).e r dived by the City Commission
of the City of Miami, Florida,n���1®�!A� 2:30 .m. on the th
da of 1283 in , Miami
City Hall, 3500 Pan erican Drive, Dinner Key, Miami, Florida, at
which time and place they will be publicly opened and read.
This project involves the construction of a new sanitary sewefr
system and includes the following approximate quantities:
24,000± linear feet of 8-inch to 18-inch vitrified
clay and cast or ductile iron pipe sewer
with the deepest cut being 18± feet;
13,000± linear feet of 6-inch extra heavy cast iron
soil pipe laterals;
85± manholes from 4 to 16 feet in depth;
Sidewalk and pavement replacement in construction area.
If any questions, call 579-6865, James J. Kay, Sewer Design Engineer.
All bids shall be submitted in accordance with the Instructions to
Bidders and Specifications. First set of plans and specifications
may be obtained free from the office of the Director, Department of
Public Works, 275 N.W. 2nd Street (4th floor), Miami, Florida, on or
after December 16, 1982. There will be a charge for additional sets.
Plans and specifications are to be returned in good order and
unmarked within 10 days after bids have been received.
' Those minority or target area contractors/small businesses interested
in submitting bids are advised to contact Contractors Training and
Development, Inc. at 5800 N.W. 7 Avenue, Suite 212, telephone (305)
754-4903, if they require assistance in preparing their bid packages.
Proposal includes the time of performance, and specifications contain
provisions for liquidated damages for failure to complete the work
on time.
The City Commission reserves the right to waive any informality in
any bid, and the City Manager may reject any or all bids, and
readvertise.
J
B-5486
Req. #0601
Ralph G. Ongie
City Clerk
3
Licitacion No. 82-83-26
Aviso de Licitacion
Propuestas selladas para la construccion de DURHAM SANITARY
SEWER IMPROVEMENT (SR-5486-C - centerline sewer) seran recibidas
por la Comision de la Ciudad de Miami, Florida, a mas tardar a
las 2:30 p.m. el dia 13 de enero de 1983, en la Camara de
Comision, primer piso, Ayuntamiento de Miami, 3500 Pan American
Drive, Dinner Key, Miami, Florida, a cual tiempo y lugar seran
pdblicamente abiertas y lefdas.
Este proyecto comprende la construccion de un nuevo sistema de
alcantarillados sanitarios, e incluye las siguientes cantidades
aproximadas:
24,000± pies lineales de tuberia de 8 a 18 pulgadas
de diametro, de arcilla vitrificada, y de
hierro fundido o ductil, instalada a una
profundidad maxima de 18 pies±;
13,000± pies lineales de tuberia lateral de 6
pulgadas de diametro, de hierro fundido
extra denso;
85± registros de acceso (manholes), instaladas
a unas profundidades de 4 a 16 pies;
Reemplazo de aceras y pavimentos en el area de
construccion
Si tiene alguna pregunta, llame al 579-6865, Sr. James J. Kay,
ingeniero de Diseno de Alcantarillados.
Todas las licitaciones seran sometidas de acuerdo con las
Instrucciones a los Licitadores y las Especificaciones. E1
primer juego de planos y especificaciones podra obtenerse gratis
en la oficina del Director de Obras Publicas, 275 N.W. 2 Street,
(4to piso), Miami, Florida, despues del 16 diciembre de 1982.
Habra un cargo por juegos adicionales. Los planos y las especifica-
tiones han de ser devueltos en buenas condiciones dentro de un
plazo de 10 dfas despues de haberse recibido las licitaciones.
Aquellos contratistas/pequenos negociantes de minorfas o de zonas
objetivas que esten interesados en presentar sus propuestas pueden
communicarse con el Contractors Training and Development, Inc. en
el 5800 N.W. 7 Avenue, Suite 212, telefono (305) 754-4903, si
requieren asistencia para preparar sus licitaciones.
Las propuestas incluyen el tiempo de ejecucio"n, y las especifica-
ciones contienen provisos para danos liquidados incurridos por
falta de completar el proyecto a tiempo.
La Comision de la Ciudad se reserva el derecho a descartar
cualquier informalidad en cualquier licitacion, y el Administrador
de la Ciudad puede rechazar cualquiera o todas las propuestas,
y reanunciar.
B-5486 Ralph G. Ongie
REq. #0601 City Clerk
u
x
REQUISITION FOR ADVERTISEMENT TIft number must appear #
Public Works in the advertisement.
tA,DEPT%DIV. s 0 1
ACCOUNT CODE Project #302046 Index #310302-287
DATE 12 / 10 / 82 PHONE 6 856 APPROVED B
PREPARED BY Gene Pelaez Donald W. Cat er, Director
DIRECTOR OF ISSUING DEPARTMENT
Publish the attached advertisement ONE times.
(number of times)
Type of advertisement: legal X classified display
(Check One)
Size: Starting date December 16, 1982
First tour words of advertisement:
Sealed bids for the
Remarks: DURHAM SANITARY SEWER IMPROVE14ENT (SR-5486C (centerline sewer)
B-5486C
DO NOT TYPE BELOW THIS LINE. FOR USE OF FINANCE DEPARTMENT ONLY.
LINE
PUBLICATION
DATE(S) OF
ADVERTISEMENT
INVOICE
AMOUNT
0
A•1
B•2
C•3
D-4
E-5
F3
F4
F5
F7
F8
F9
F10
F11
F12
LINE
TRANS
VOUCHER
DUE DATE
YY MM DD
Adv. Doc. Reference
VENDOR
INDEX CODE
OBJECT
PROJECT
11
13 1 117118
1 125134
39
42 45 50151
56
57 62
63 65,66
71
0
1
2
4
1
1
V
P
210121
1
1
1
1 1
1 1
1
1 1
1
1
1
1
1
1
2
8
7
1
2
3
4 7
8 V P 1213
14
15 DESCRIPTION 36
64 DISCOUNT6
72 AMOUNT 80
5
2
0
0
2
0
1
Approved for Payment
White — Purchasing Green — Finance Pink — Department
L�
LG
F
r
N
C.7
- IMPORTANT ADDENDUM -
CITY OF MIAMI, FLORIDA
Department of Public I -forks
ADDENDUM NO.
ISSUED
DECEMBER 16, 1982
TO
BIDDING AND CONTRACT DOCUMENNTS FOR
DURHAM SANITARY SEWER IMPROVEMENT B-5486-C
ALL BIDDERS ARE HEREBY NOTIFIED AS FOLLONS:
ATTENTION IS DIRECTED TO THE ATTACHED CITY OF MIAMI ORDINANCE
NO. 9530, ADOPTED ON SECOND READING ON DECEMBER 9, 1982. THIS
ORDINANCE SHALL BECO14E EFFECTIVE ON JANUARY 8, 1983. IT IS
HEREBY MADE A PART OF THIS CONTRACT, AS ATTACHED, UNTIL SUCH TIME
AS THE PROCUREMENT PROCEDURES AND POLICIES REGARDING THE PRO-
VISIONS CONTAINED IN SAID ORDINANCE ARE DEVELOPED AND IMPLEMENTED.
THIS ADDENDUM IS AN ESSENTIAL PART OF THE CONTRACT DOCUMENTS AND
SPECIFICATIONS AND SHALL BE MADE A PART THEREOF.
Donald W. Cather, Director
� 3' l 35
1-92-144
ORDINANCE NO. 9530
AN ORDINANCE AMENDING THE CODE OF THE
CITY OF MIAMI, FLORIDA, BY ADDING A NEW
SECTION 18-73 ENTITLED "MINORITY PROCURE-
MENT PROGRAM", PROVIDING A 50% SET -ASIDE
FOR MINORITY CONTRACTORS OF THE TOTAL
DOLLAR VOLUME OF CONTRACTS FOR THE CON-
STRUCTION AND OPERATION OF CERTAIN FACI-
LITIES FINANCED BY PUBLIC FUNDS; DEFINING
MINORITY PROCUREMENT COMPLIANCE BOARD;
REQUIRING CERTAIN CONTRACT PROVISIONS;
REPEALING ALL ORDINANCES IN CONFLICT; AND
PROVIDING FOR SEVERABILITY AND AN EFFEC-
TIVE DATE.
WHEREAS, the electorate of the City of Miami has
authorized certain amendments to the Charter of the City of
Miami by authorizing the establishment of a Procurement
Policy to be applied to the purchase by the City of Miami of
goods, services, supplies, furnishings, fixtures, and equip-
ment; and
WHEREAS, the Procurement Policy contains requirements
that those who contract with the City of Miami shall not
discriminate against any employee or applicant for employ-
ment because of age, race, creed, color, religion, sex,
national origin, handicap, -or marital status; and
WHEREAS, those who contract with the City are required
to take affirmative action to insure that applicants are
employed and that employees are treated during employment
Without regard to their age, race, creed, color, religion,
sex, national origin, handicap, or marital status; and
WHEREAS, the City Commission has previously adopted an
Ordinance providing for a 10% set -aside for minorities with
respect to certain contracts; and
WHEREAS, the City Commission now wishes to adopt legis-
lation which will implement the policies contained in the
Charter Amendment with regard to the purchase of goods,
services, supplies, furnishing, fixtures, and equipment by
j �.-/ 3% 0.�iJ
P
panics and Blacks to provide goods, services, supplies,
equipment, furnishings, and fixtures to the City of Miami;
and
WHEREAS, the City of Miami declares its policy of
affirmative action to make whole the victims of prior
systemic discrimination by the City of Miami.
• NOW, THEREFORE, be it ordained by the Commission of
Miami, Florida:
Section 1. The Code of the City of Miami, Florida, -
is hereby amended by the addition of a new Section 18-73,
entitled "Minority Procurement Program" to read as follows: -
"Sec. 18-73 Minority Procurement Program.
. 1. A Minority Procurement Program is hereby
established for the purpose of setting aside to
Dade County -based Blacks and Hispanics no less than
508 of the total dollar volume of all contracts for
the design, development, construction, management,
or operation, or any combination thereof, of
unified development projects, public works, and
public facilities for the City of Miami. A goal is
hereby established whereby said set aside is to be
apportioned as follows: 25% to Blacks and 25% to
Hispanics.
2. The facilities to which this ordinance
pertains are all publicly financed projects to the
proportionate extent that they are financed through
public monies.
3. For purposes of this ordinance, a minor-
ity provider of goods or services is defined as a
corporation, partnership, individual, sole propri-
etorship, joint stock company, joint venture, or
any other properly qualified legal entity that is
majority -owned or controlled by one or more natural
3
9530
F
the City of Miamix and
WHEREAS, more than 50% of the population of the City of
Miami is composed of Hispanics and Blacks; and
WHEREAS, Hispanics and Blacks who occupy certain pro-
fessions and occupations, including, but not limited to,
architects, engineers, certified public accountants, finan-
cial advisors, attorneys, and general contractors and
skilled members, of building trades, are disproportionately
under -represented in the pool of persons who occupy posi-
tions in the foregoing trades or professions; and
WHEREAS, the City Commission finds that the dispropor-
tionate under -representation by Hispanics and Blacks in the
foregoing trades and professions has been due to denial of
opportunities for training, education, and acquisition of
experience by virture of historical discrimination based
upon race or national origin; and
WHEREAS, the City Commission finds that the foregoing
denial of opportunity has caused a systemic discrimination
against Hispanics and Blacks who occupy the foregoing pro-
fessions and trades when they seek business opportunities
from the City of Miami; and
WHEREAS, proper remedies are available to eradicate the
residual effects of unlawful prior discrimination by the
City of Miami against Hispanics and Blacks which is hereby
found to have existed in the award of City contracts; and
WHEREAS, it is necessary and desirable to effect a
meaningful modification of City procurement practices in the
award of contracts for the design, development, construc-
tion, management, or operation of unified development pro-
jects, of public works, and of public facilities; and
WHEREAS, this ordinance will prevent the perpetuation
of the effects of prior unwarranted discrimination which has
heretofore impaired or foreclosed opportunities for His-
N
9530
F"
panics and Slacks to provide goods, services, supplies,
equipment, furnishings, and fixtures to the City of Miami;
and
WHEREAS, the City of Miami declares its policy of
affirmative action to make whole the victims of prior
systemic discrimination by the City of Miami.
NOW, THEREFORE, be it ordained by the Commission of
Miami, Florida:
Section 1. The Code of the City of Miami, Florida,
is hereby amended by the addition of a new Section 18-73,
entitled "Minority Procurement Program" to read as follows:
"Sec. 18-73 Minority Procurement Program.
1. A Minority Procurement Program is hereby
established for the purpose of setting aside to
Dade County -based Blacks and Hispanics no less than
50% of the total dollar volume of all contracts for
the design, development, construction, management,
or operation, or any combination thereof, of
unified development projects, public works, and
public facilities for the City of Miami. A goal is
hereby established whereby said set aside is to be
apportioned as follows: 25% to Blacks and 25%• to
Hispanics.
2. The facilities to which this ordinance
pertains are all publicly financed projects to the
proportionate extent that they are financed through
public monies.
3. For purposes of this ordinance, a minor-
ity provider of goods or services is defined as a
corporation, partnership, individual, sole propri-
etorship, joint stock company, joint venture, or
any other properly qualified legal entity that is
majority -owned or controlled by one or more natural
3
'9530
r
I
w. r
persons who are Blacks or Hispanics.
4. The City Manager shall have responsi-
bility for the implementation of the minority
procurement program. For the purpose of assisting
the City Manager in the implementation of said
program, a Minority Procurement Compliance Board
is hereby established, consisting of five members
appointed by the City Commission. The members of
said Board shall serve for a term of four years;
the City Commission shall appoint the chairperson;
• the Board shall establish written rules of proce-
dure which shall be subject to the approval of the
City Commission; one member of the Board shall be
a City Commissioner. Said Board shall certify
yearly to the City Commission the observance of
the requirements of this ordinance.
5. All requests for proposals, offers, bid
specifications, contracts, and other such docu-
ments relating to the construction and operation
of the facilities described in sub -section 2,
above, shall contain the following:
(a) A specific reference to the applica-
bility of the minority procurement
program established by this ordinance;
(b) A provision setting forth the right of
the City to terminate any contract or
contractual arrangement entered into by
the City on the basis of false or mis-
leading information as to the status of
a provider as a minority provider;
(c) A requirement that each successful
bidder agree to provide a sworn state-
4
9530
ment of compliance with the provisions
of this ordinance;
(d)
A statement of City policy regarding use
of union labor in the preformance of
City construction contracts;
(e)
A statement of the extent to which the
City expects local chronically unem-
ployed Blacks and Hispanics to be used
to fill unskilled labor positions, and
the extent to which potential con-
tractors will be expected to establish
skilled -labor training programs for said
unskilled Blacks and Hispanics; and
(f)
A statement of the extent to which the
submitting provider has as one or more
of its partners or principals natural
persons who are Blacks or Hispanics.
b.
Except as prohibited by law, after the
payment of all operating expenses and debts, and
after the
funding of a maintenance refurbishing
account for the facilities defined in sub -section
2, above,
and after consideration of the total
fiscal -year budget, a portion of all net profits
from the
operation of said facilities is to be
placed in
a special account which is to be used to
fund:
(a) A program to assist minority contractors
in securing bonding for City procure-
ments;
(b) Apprenticeship job training in the
construction and skill trades for Blacks
and Hispanics;
(c) Programs designed to render financial
7'
5 �,2 �3
9530,
assistance to minority contractors and
minority businesses; and
(d) Recreational and sports facilities for
youth at designated Black and Hispanic
neighborhoods.
Section 2. Notwithstanding the provisions of Sec-
tion 1, no person who submits a qualified bid or proposal
shall be excluded from consideration based solely on race or
national origin.
Section 4. All laws or parts of laws in conflict
herewith are hereby repealed insofar as they are in con-
flict»
Section 5. If any section, subsection, sentence,
clause, phrase, or portion of this Ordinance is for any
reason held invalid or unconstitutional by any court of
competent jurisdiction, such portion shall be deemed a
separate, distinct, and independent provision, and, except
as otherwise expressly provided herein, such holding shall
not affect the validity of the remaining portions of this
ordinance.
PASSED ON FIRST READING BY TITLE ONLY this loth day of
November , 1982.
PASSED AND ADOPTED ON SECOND AND FINAL READING BY TITLE
ONLY this 9th day of December , 1982.
Maurice A. Ferre
MAURICE A. FERRE, Mayor
ATTEST:
RAL G. ONGIE
ity Clerk
APPROVED AS TO FORM AND CORRECTNESS:
AJOSE R. GARCIA-PEDROSA
City Attorney
JGP/wpc/OS6-A
6
9530
A
IMPORTANT ADDENDUM -
CITY OF MIAMI, FLORIDA
Department of Public Works
ADDENDUM NO, 2
ISSUED
JANUARY 5, 1983
TO
BIDDING AND CONTRACT DOCUMENTS FOR
DURHAM. SANITARY SEWER IMPROVEMENT B-5486-C
ALL BIDDERS ARE HEREBY NOTIFIED AS FOLLOWS;
ATTACHED PLEASE FIND THREE COPIES EACH OF REVISED PROPOSAL PAGES 2b
AND 2p FOR REPLACEMENT AND A NEW PROPOSAL PAGE 2q. PLEASE INSERT A
COPY OF EACH IN THE BOUND SPECIFICATIONS.THE OTHER COPIES ARE FOR
THE BIDDERS ENVELOPE, (ONE COPY TO BE SUBMITTED WITH BID AND THE
OTHER COPY FOR YOUR FILES).
THIS ADDENDUM IS AN ESSENTIAL PART OF THE CONTRACT DOCUMENTS AND
SPECIFICATIONS AND SHALL BE MADE A PART THEREOF,
r)
r,r
Cr
ti
Donald W. Cather, Director