Loading...
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