Loading...
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