HomeMy WebLinkAboutR-98-0008J-98-17
12/29/97
RESOLUTION NO. 98_ 8
A RESOLUTION ACCEPTING THE BID OF
MEF CONSTRUCTION, INC., IN THE PROPOSED
AMOUNT OF $ 186,250.00 TOTAL BID OF THE
PROPOSAL, FOR THE PROJECT ENTITLED
"LITTLE HAVANA C.D. SIDEWALK PROJECT,
B-4604"; ALLOCATING FUNDS THEREFOR FROM
PROJECT NO. 341306, AS APPROPRIATED BY
THE FISCAL YEAR 1995-96 CAPITAL
IMPROVEMENT ORDINANCE No. 11337, AS
AMENDED, IN THE AMOUNT OF $ 186,250.00
TO COVER THE CONTRACT COST AND
$21,740.00 TO COVER THE ESTIMATED
EXPENSES, FOR AN ESTIMATED TOTAL COST OF
$ 207,990.00; AND AUTHORIZING THE CITY
MANAGER TO EXECUTE A CONTRACT, IN
A FORM ACCEPTABLE TO THE CITY ATTORNEY,
WITH SAID FIRM.
WHEREAS, sealed bids were received December 4, 1997, for
"LITTLE HAVANA C.D. SIDEWALK PROJECT, B-4604" and;
WHEREAS, the City Manager and the Director of the Department of
Public Works recommend that the bid from MEF CONSTRUCTION, INC. be
accepted as the lowest responsible and responsive bid; and
WHEREAS, the Fiscal Year 1995-96 Capital Improvement Ordinance
No. 11337, as amended, appropriated monies for the proposed amount of
the contract, project expense, and incidentals under Project No.
341306 of said Ordinance;
NOW THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF
MIAMI, FLORIDA:
CITY COMMISSION
MEETING OF
Resolution No
98- 8
Section 1. The recitals and findings contained in the Preamble to
this Resolution are hereby adopted by reference thereto and
incorporated herein as if fully set forth in this Section.
Section 2. The December 4, 1997, bid of MEF CONSTRUCTION, INC., in
the proposed amount of $ 186,250.00, for the project entitled "LITTLE
HAVANA C.D. SIDEWALK PROJECT, B-4604" for the Total Bid of the
proposal, based on lump sum and unit prices, is hereby accepted at
the price stated therein.
Section 3. The total estimated project cost of $207,990.00 is
hereby allocated from Project No. 341306, as appropriated by the
Fiscal Year 1995-96 Capital Improvement Ordinance No. 11337, as
amended. Said total project costs consist of the $186,250.00 contract
cost and $ 21,740.00 estimated expenses incurred by the City.
Section 4. The City Manager is hereby authorized to enter into
a contract', in a form acceptable to the City Attorney, on behalf of
the City of Miami with MEF CONSTRUCTION, INC., for "LITTLE HAVANA
C.D. SIDEWALK PROJECT, B-460411, total bid of the proposal.
Section 5. This Resolution shall become effective immediately
upon its adoption.
' 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 Code provisions.
2 98- 8
PASSED AND ADOPTED this 13th day
CAPITAL PROJECT REVIEW:
I Z-B LER
C.I. . COORDINATOR
SUBMITTED BY:
AMES J. Y, DIRECT
DEPARTMENT OF UBLIC WORKS
PREPARED AND
YAMILE
ASSIST
ATTORNEY
of January 1998.
VIER L. REZ
MAYOR
AS TO FORM AND CORRECTNESS:
W2112:BSS:CSK:dSl
BUDGET Y REVI W:
�t
DIPAK PMEKH, DIRECTOR
OFFICE OF BUDGET AND
MANAGEMENT ANALYSIS
T01 Honorable Mayor and Members
of the City Commission
FROM Fr ROIZaSOn
Interim City Manager
RECOMMENDATION:
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
CA-8
DATE : JAN — 5 5 1998 FILE : B-4604
SUBJECT: Resolution Awarding Contract
for Little Havana C.D. Sidewalk
Project, B-4604
REFERENCES.
ENCLOSURES: Resolution
It is respectfully recommended that the City Commission adopt the attached resolution
accepting the bid of MEF Construction, Inc. a company located within the City of Miami,
whose principal is Maria E. Ocana, President,_ for "Little Havana C.D. Sidewalk Project,
B-4604", received December 4, 1997 in the amount of $186,250.00, Total Bid: authorizing
the City Manager to enter into a contract on behalf of the City.
The last two (2) City Projects awarded to MEF Construction, Inc. are:
1. City Sidewalk Repair Project, Phase XIV, B-4594
2. Safety Infrastructure Repair Project, B-4599
BACKGROUND:
Amount of Total Bid: $ 186,250.00 % of Cost Estimate: 82.7%
Cost Estimate: $ 225,100.00
Source of Funds: Project No. 341306 , as appropriated by Fiscal Year 1995-96 Capital
Improvement Ordinance No. 11337, as amended
Minority Presentation: 260 invitations mailed
16 contractors picked up specs
( 6 Hispanic, 2 Black, 1 Female)
6 contractors submitted bid
( 3 Hispanic, 3 Black, 1 Female)
Public Hearings/Notices: No
Discussion: The Department of Public Works has evaluated the bids received on
December 4, 1997 and determined that the lowest responsible and responsive bid, in the
amount of $ 186,250.00 is from MEF Construction, Inc., a Female- minority controlled
corporation. Funds are available to cover the contract cost, and for such incidental
items as postage, blueprinting, advertising, and reproduction costs.
Attachment: Proposed Resolution 9 8 - 8 1
FACT SHEET
PUBLIC WORKS DEPARTMENT DATE 12108/1997
Joe No.: B-4604
CIP No.: 341306
PROJECT NAME: LITTLE HAVANA C.D. SIDEWALK PROJECT _
TYPE:
LOCATION: Little Havana Community Development Target Area
FEDERAL PARTICIPATION:
PROJECT MANAGER: E. Estevez
ASSESSABLE: Q
ASSOCIATED DEPARTMENT: PUBLIC WORKS
EMERGENCY:
RESOLUTION No.:
BID REQUEST: FORMAL INFORMAL:
DESCRIPTION: The project consists of removal and replacement of deteriorated and damaged Concrete sidewalk in
the Little Havana Community Development Target Area. New COnsbiction of Sidewalk The work will include reinstallation
f water meter boxes or similar utility structures located in the sidewalk area, curb & gutter construction, trimming and
removal of tree roots, as necessary, to construct new sidewalk in order to prevent future damage.
(IF NECESSARY.CONTINUE ON THE BACK)
SCOPE OF SERVICES: PUBLIC WORKS COST OUTSIDE COST AMOUNT (%OF CONSTRUC. COST)
SURVEYIPLAT (E)
SITE INVESTIGATION Q
PLANING AND STUDY %
DESIGN $4,502.00 (E) 2 %
SPECS AND BID PROCESS $568.00 %
BLUEPRINTING AND ADVERTISING $700.00 (acWal)
CONSTRUCTION Q $186,250.00
CONTT. INSP. & MANAGEMENT $13,038.00 7 %
OTHER: Testing Q
SUBTOTAL $205,058.00 %
INDIRECT COSTS (1 A3%) $2,932.00 (ENG.FEE)
CONTINGENCIES
ESTIMATED CONSTRUCTION COST= $ 225,100 TOTAL $207,990.00
CONTRACTOR'S INFORMATION:
CLASS: Q M QS TYPE OF WORK Sidewalk
YEARS OF ESTABLISHMENT: 1.5 Years NON- MINORITY:
NAME: MEF CONSTRUCTION, INC. MINORITY: 1 B H Fz'
ADDRESS: 5040 N.W. 7 Street Suite # 410 Miami, FL 33126 LICENSE: E-951305
CONTACT PERSON: Maria E. OCana, President TELEPHONE (305) 461-0603
SUB -CONTRACTORS INFORMATION:
NAMES:
CLASS: r-JoINr P-PraME S-SUB
e+mroR Y. D-RACK H-WSPMIC F•FEM&E
COPIES: ASSISTANT DIRECTORS, COST ANALYSIS, FILE, ASSOCIATED UEPT. REV.nao
TABULATION OF BIDS FOR
LITTLE HAVANA C.D. SIDEWALK PROJECT,. B-4604 B-46o4
Rscslvad by the City Clark, City of Miaml. Florida of MOO A.M. on December 4. 1997
Bidder
Address
IMUl1CTION. INC.
5040 040 N.W.N7 ST
R�ESiF� 0»DiEIE i ORAIIIAM
P.O. Box 1273
ROYAL EN6INEBIING
715 S.W. 73 AVE s4
MIAMI. FL 33144
AMA 1RACTORS. INC.
HIALEM. FL 33010
PBiEZ-11011E Ca11RALT�IS
N.MIAMI.IFL 33311661
R. TARAFA W. 0SltRACR
71 MIMI. FL 3101
SURE 410 MIANi, R 33126
IOESIEAD. R 33090
Lepfad In tin City of Mla•1 '
lk and 0 InWW a Mm qtp fir i Ibtn 04.
YES
NO
YES
NO
NO
NO
Ire larltles
B.B. 5%
B.B. VOUCHER
F
YES
ES
YES--
B.B*. 5%
YEE
B.B. 9x
B.B. VOUCHER
B.B. 5!d
F
Minority Diaed
-YES. F
YES, H
YES . H
YES H
YES. H
YES. H
TOTAL BID:THE TOTAL OF ITEMS
1 THROUGH 7 BASED ON SIXTY
(60) WOWING DAYS COMPLETION
202.250.00
217.150.00
E304.810.00
TIME THEStM OF
6.250.00
199,550.00
199.750.00
IRREGULARITIES LEGEND
A - No Pawar-of-Attorney
B - No Affidavit as to Capitol R Surplus of landing Company
C, - Corrected Extoslons
D -Proposal Unsigned or Improperly Slgixid or No Corporals Seal
E - Incomplete Exfenolons l"Issirg Primary Office Location Forai
F - Non-reeponelve bid ("losing copy of certificate of Competerx:yl
G - Improper Bid Bond
H - Corrected Old
a I - No Plrst Source "Iring Compliance Stalaaenf
N
J - Mlnerlfy Compliance Statement
A K - No Duplicate Old Proposal
Prop. BrEstevei Check sy. Bodle
8
THE DEPARTMENT OF PUBLIC WORKS HAS DETERMINED
that the lowest_ responsible and responsive bidder Is
MEF CONSTRUCTION. INC In the amount of I IRA.7Sn nn
v l u wl-yo-ul-Z /`/ivy 7
PAGE: 1 OF 1
B-4604
File:\\DATASERVER2_5\BLDIST\CIP\0034652.REQ
M ID: FN/SC/PO/CF/RPT09
C I T Y O F M
I A M I
PAGE
09- 1627
RUN DATE: 12/05/1997
DETAILED REVENUE AND
EXPENDITURES BY PROJECT RPT RFC:REPORT 09
03 FISCAL MONTH
AS OF 12/05/1997
FUND 30 CAPITAL PROJECTS FUND
PROJECT 341306 LITTLE HAVANA CD SIDEWALK
REPLACEMENT
ENTITLEMENT PERIOD 10/01/96 TO 09/30/99
PORTION EXPIRED 40.0 %
STATUS ACTIVE
INDEX MIN
CODE OBJ DESCRIPTION
% OF REVISED
* * * REVENUES / EXPENDITURES * * * OUTSTANDING
REMAINING
BUDGET TOTAL BUDGET
CURR MONTH CURR Y-T-D TOTAL T-D ENCUMBRANCE
BALANCE
R E V E N U E S * * * *.
026132 REV. CAP. PROJ.- FD. 32 - PROJ
140 TRANSFER FROM COMMUNITY DEVELO
250,000
250,000
INDEX CODE 026132
250,000
250,000
TOTAL REVENUES
250,000
250,000
E X RE N D I T U R E S * * * *
319201 DESIGN/ARCH ORIJ. NO. REQUIRED
287 ADVERTISING
1,000
792 ENGINEERING - PUBLIC WORKS
4,400
,000
1,400
INDEX CODE 319201
5,400
5,400
319301 CONSTRUCTION PROJ. NO. REQUIRE
792 ENGINEERING - PUBLIC WORKS
19,600
860 CONSTRUCTION IN PROGRESS
225,000
1919, 00
2,600
INDEX CODE 319301
244,600
244,600
TOTAL EXPENDITURES
250,000
250,000
RECAP: REVENUES LESS EXPENDITURES
CA
lid
W
V
Page: 1
CITY OF MIAMI OFFICE OF THE CIT II
BID SECURITY LIST
BID ITEM:
BID NO.:
LITTLE HAVANA C.D. SIDEWALK PROJECT, B-4604
97-98-012
DATE BID(S) OPENED: DECEMBER 4, 1997
TIME 10:00 AM
BIDDER
TOTAL BID
AMOUNT
BID BOND (ER)
CASHIER'S CHECK
MEF CONSTRUCTION, INC.
$ 186,250.00
BB 5%
HCMESTEAD CONCRETE & DRAINAGE, INC.
199,550.00
BBV #BB98-11
ENGINEERING CONSTRUCTION, INC.
199,750.00
BBV #BB98-6
ACOSTA TRACTORS, INC.
202,250.00
BB 5%
PEREZ-ALMONTE CONTRACTORS, INC.
217,150.00
BB 5%
R. TARAFA GENERAL CONTRACTOR, INC.
304,810.00
BB 5%
..
received timely as of the above ope
,., g date and tim
. All
i n!e to ims
are hereby re]ected as late."
solicitation, it
any,
received (L envelopes on behalf of
Person eceiving bid(s)
PUBLIC WORKS DEPARTMENT on
(City Department) (Date)
SIGNE
Deputy City Cl c
,m b `� , 9 7
k
TO
FROM
Walter J. Foeman
City Clerk
Tony Pry
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
DATE : November 13,1997
SUBJECT:
"LITTLE HAVANA C.D.
SIDEWALK PROJECT
REFERENCED-4604"
ENCLOSURES:
Please note that contractors will submit bids for the following projects:
FILE :
1( H 7
"LITTLE HAVANA C.D. SIDEWALK PROJECT, B-4604" on Thursday,
December 4, 1997, at 10:00 a.m.
Any bid submitted after the time listed above, will not be accepted. Please make necessary
provisions for this bid opening.
The Project Manager, Elyrosa Estevez, P.E. a representative overseeing the project, is
going to be present at the time of opening. Should there be cancellation or postponement,
we will notify you in writing, prior to the opening date of the bids.
If you have any questions, please contact me at 416-2131.
/TP
Encl.
c: John Jackson
Merilynn Renshaw
Project Manager
h '
M
O=ifi
_J
�i
Dry
�x=
N
� low
W
BID No. 97-98-012
ADVERTISEMENT FOR BIDS
Sealed bids for "LITTLE HAVANA C.D. SIDEWALK PROJECT, B-4604" will be received
by the City Clerk of the City of Miami, Florida at 10:00 a.m. on the 4th day of December, 1997,
at the City Clerk's Office, first floor of the Miami City Hall, 3500 Pan American Drive, Dinner
Key, Miami, Florida, 33133, at which time and place they will be publicly opened and read.
Any bid submitted after the above appointed time will not be accepted by the City Clerk.
The project consists of the removal of deteriorated and damaged concrete sidewalk and
construction of new concrete sidewalk in the Coconut Grove Community Development Target
Area. The work will also include reinstallation of water meter boxes or similar utility structures
located in the sidewalk area, curb and gutter repair, and trimming and removal of tree roots, as
necessary, in order to prevent future damage to the new sidewalk. Bidders will furnish
performance and bid bonds in accordance with Resolutions No. 86-983 and No. 87-915.
For technical questions regarding plans and specifications, please contact Elyrosa Estevez, P.E. at
(305) 416-1217. Prospective bidders will be required to submit, with their bid, a copy of the
appropriate Certificate of Competency, as issued by Dade County, which authorizes the
bidder to perform the proposed work..
All bids shall be submitted in accordance with the Instructions to Bidders and Specifications.
New City regulations will require each bidder to submit proposals in duplicate originals.
Plans and specifications may be obtained form the office of the Director of Public Works,
444 S.W. 2nd Avenue, 8th Floor, Miami, Florida 33130, on or after November 19, 1997. If
bidders wish, a set of plans and specifications will be mailed to them by writing to the
Department of Public Works and including a separate check for $8. There will be a $20 deposit
required for the first set of plans and specifications. Additional sets may be purchased for a fee
of $20 per set and this is not refundable. Deposits will be refunded only upon return of one set
of plans and specifications to the Department of Public Works, unmarked and in good condition
within two (2) weeks after the opening of the bids.
Bidders are alerted to the provisions of Ordinance No. 10062 and 10538 regarding allocations of
contracts to minority vendors, contractors and sub -contractors. This project has been
designated as a Set -Aside only for Hispanic and/or Female Businesses/Sole proprietors.
Details are contained in Bid Specifications. All Bidders must submit an Affirmative Action
Plan with the bid. (Ordinance is contained in bid specifications).
The City of Miami has adopted Ordinance No. 10032, which implements the "First Source Hiring
Agreement". The object of this Ordinance is to provide employment opportunities to City of
Miami residents on contracts resulting in the creation of new permanent jobs. Contractors may
be eligible for wage reimbursement under this program. For further information contact the
Department of Public Works, City of Miami, at (305) 416-1200.
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 of all bids, and
readvertise. (B-4604, Req. 04910).
Edward Marquez
City Manager
-IMPORTANT ADDENDUM -
CITY OF MIAMI, FLORIDA
ADDENDUM No. 2
ISSUED NOVEMBER 24, 1997
_..
VP
� A
�
TO
3 L
1"
LITTLE HAVANA C.D. SIDEWALK PROJECT
=
8
B - 4604
�'
w
************************************************
ALL BIDDERS ARE HEREBY NOTIFIED AS FOLLOWS:
CHANGE 1 OF 1: Remove Advertisement for Bids and replace it with new
Advertisement for Bids. The wording on the minority set -aside
requirements has been change in order to reference attached
Ordinance No. 10332. This bid has been designated as a set -
aside for Female and/or Hispanic vendors registered and or
certified with the City of Miami `s M/WBE Program prior to
bid opening.
THIS ADDENDUM IS AN ESSENTIAL PART OF THE CONTRACT DOCUMENTS
AND SHALL BE MADE A PART THEREOF.
James J. Kay, .E.
Director of Public Works
BID No. 97-98-012
ADVERTISEMENT FOR BIDS
Sealed bids for "LITTLE HAVANA C.D. SIDEWALK PROJECT, B-4604" will be received by the City Clerk of
the City of Miami, Florida at 10:00 a.m. on the 4th day of December, 1997, at the City Clerk's Office, first floor of
the Miami City Hall, 3500 Pan American Drive, Dinner Key, Miami, Florida, 33133, at which time and place they
will be publicly opened and read. Any bid submitted after the above appointed time will not be accepted by
the City Clerk.
The project consists of the removal of deteriorated and damaged concrete sidewalk and construction of new concrete
sidewalk in the Little Havana Community Development Target Area. The work will also include reinstallation of
water meter boxes or similar utility structures located in the sidewalk area, curb and gutter repair, and trimming and
removal of tree roots, as necessary, in order to prevent future damage to the new sidewalk. Bidders will furnish
performance and bid bonds in'accordance with Resolutions No. 86-983 and No. 87-915. For technical questions
regarding plans and specifications, please contactElyrosa Estevez, P.E. at (305) 416-1217. Prospective bidders will
be required to submit, with their bid, a copy of the appropriate Certificate of Competency, as issued by Dade
County, which authorizes the bidder to perform the proposed work..
All bids shall be submitted in accordance with the Instructions to Bidders and Specifications. New City regulations
will require each bidder to submit proposals in duplicate originals. Plans and specifications may be obtained
form the office of the Director of Public Works, 444 S.W. 2nd Avenue, 8th Floor, Miami, Florida 33130, on or
after November 19, 1997. If bidders wish, a set of plans and specifications will be mailed to them by writing to the
Department of Public Works and including a separate check for $8. There will be a $20 deposit required for the first
set of plans and specifications. Additional sets may be purchased for a fee of $20 per set and this is not refundable.
Deposits will be refunded only upon return of one set of plans and specifications to the Department of Public Works,
unmarked and in good condition within two (2) weeks after the opening of the bids.
This bid has been designated as a set -aside for Hispanic and Female vendors registered and or certified with
the City of Miami's Minority/ Women Business Enterprise (MIWBE) Program prior to bid opening.
Certification with any other governmental entity is invalid for the purpose of this bid and other construction -related
bids. Pursuant to Ordinance No. 10332, minorities or women claiming M/WBE status for their construction -related
businesses must also be the qualifying agent in order to meet M/WBE certification requirements. (See Ordinance
10332)
FAILURE TO MEET THE ABOVE SET -ASIDE REQUIREMENTS WILL DEEM YOUR BID NON-
RESPONSIVE.
Ordinance No. 10062, as amended, establishes a goal of awarding 51% of the City's total dollar volume of
expenditures for all goods and services to Black, Hispanic and Women Minority Business Enterprises on an equal
basis. (See Ordinance No. 10062 and 10538)
Minority and Women vendors who are interested in submitting bids and not currently registered with the City of
Miami as a minority or women vendor should contact the Minority/ Women Business Affairs office at 444 S.W. 2nd
Avenue, 6th Floor, at (305) 416-1913.
The City of Miami has adopted Ordinance No. 10032, which implements the "First Source Hiring Agreement". The
object of this Ordinance is to provide employment opportunities to City of Miami residents on contracts resulting in
the creation of new permanent jobs. Contractors may be eligible for wage reimbursement under this program. For
further information contact the Department of Public Works, City of Miami, at (305) 416-1200.
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 of all bids, and readvertise. (B-4604, Req. 04910).
Alberto Ruder
City Manager
0122L87
0 RD I NANC E NO . 10332
AN ORDINANCE RELATING TO CONSTRUCTION
CONTRACTS IM WHICH THE CITY OF MIAMI IS A
PARTY, REQUIRING OWNERS OF MINORITY AND NO*9M
BUSINESS ENTERPRISES SUBMITTING BIDS FOR
CONSTRUCTION CONTRACTS TO HAVE A STATE OF
FLORIDA OR METROPOLITAN DADE COUNTY
CERTIFICATE OF COMPETENCY IN THE FIELD FOR
WHICH THE CONTRACT IS TO BE LET TO QUALIFY AS
A MINORITY OR WOMAN CONTRACTOR ON SUCH
CONTRACT; CONTAINING A REPEALER PROVISION AND
A SEVERABILITY CLAUSE; PROVIDING FOR
INCLUSION IN THE CITY CODE.
WHEREAS, pursuant to Ordinance No. 10062, the Minority and
women Business Affairs and Procurement Program Ordinance of the
Z..,:y cf Miami, the Commission of the City of Miami, inter alia,
ust3blisred a goal of awarding a minimum of 510 of the total
a^Waal dollar volL.,ne of all procurement expenditures to Black,
Hispanic and Women -owned business enterprises to eliminate the
effects .)f prior discrimination against such businesses; and
WHEREAS, to maximize the opportunities for minority or
w.�en-awned and controlled businesses, the City may give a
eference to such businesses in the awarding of contracts; and
WHEREAS, the Commission, with regard to construction
Z.:,_racts, is desirous of enhancing the qualifications of
minz�rity and women -owned businesses by requiring the owner of
s•,ich business concerns to be certified pursuant to Chapter 689,
F1)r:da Statutes or Chapter 10, Code of Metropolitan Dade County;
and
WHEREAS, the certification examinations are given three
times each year by the State of Florida and twice each year by
Metropolitan Dade County on unspecified dates;
NOW, THEREFORE, Be IT ORDAINED BY THE COMMISSION OP THE CITY
^P MIAMI, FLORIDA:
Section 1. For the purpose of this Ordinance, the following
ter"+s, phrases, words, and their derivations shall have the
following meanings:
A. Business Enterprise means any corporation, ~`
partnership, individual, sole proprietorship,
10332
joint tock company, joint ventuio.
professional association or any other loyal
entity.
B. Minority and 1lomen-owned Businema ■ntegMims
means a business enterprise in'wbich at leant"
51 percent of said enterprise is owned by
Blacks, Hispanics or Mbmen whose management
and daily business operations are controlled
by one or more Blacka, Hispanics or Women.
C. Constabction Contract means agreements for
the erection, alteration, demolition, os
repair of any public building or any other
kind of public work or improvement.
Section 2. The owners of minority or women business
enterprises submitting bids for construction contracts to be let
by the City of Miami must be certified in the field for which the
contract is to be let pursuant to Chapter 189, Florida Statutes
or Chapter 10, Code of Metropolitan Dade County in order to
qualify for the minority or women preference on such contract.
Section 3. All ordinances or parts of ordinances insofar as
they are inconsistent or in conflict with the provisions of this
ordinance are hereby repealed.
Section 4. If any section, part of section, paragraph,
clause or phrase or word of this Ordinance is declared invalid or
unconstitutional by any court of competent jurisdiction, the
remaining provisions of this Ordinance shall not be affected.
finless otherwise indicated herein, this Ordinance shall become
effective and the provisions hereof shall become operative in
accordance with the City Charter provisions.
Section S. It is the intention of the City Commission that
the provisions of this Ordinance shall become and be made a part
of the Code of the City of Miami, llovide as amended, which
provisions may be renumbered or relettered and the word
'Ordinance* may be changed to "Section", *Articles or other
appropriate word to accomplish such intentions.
w �-
-2-
r• .
Section 6. The provisions contained herein shall beecas
operative on January 1, 1989.
PASSED ON FIRST READING BY TITLE ONLY this. 48th day of
1987.
PASSED AND ADOPTED ON SECOND AND FINAL READING BY TITLE ONLY
this 22adday of October 1987.
ATTE
City Clerk
PREPARED AND APPROWD BY:
ROSERr F. CIARK
Chief Deputy City Attorney
, I
APPROVXb AS TO FORM AND CORRECTNESS:
LUCIA A. DOUGHMMY
City Attorney
LZX/wpc/*bq/bss/eb9/m210
L Sfato- Hirai, Cle-A nf tltttof 141H
her*,),. -.4-fil , t. - I -it oil@ I Cyr
n. r &"I
A. IT-.- CM.. 11, brn,
VIA r. 1 I r :1., - t -J I Is 06 )-w
and i :ti its j.., .1tt.&C:
a-141 the OMI::Il V-A of and
City 1;)i,
k
-3-
4
i, LA
k,
10332