Loading...
HomeMy WebLinkAboutR-98-0009J-98-16 12/23/97 RESOLUTION NO. 9 8 — 9 A RESOLUTION ACCEPTING THE BID OF MEF CONSTRUCTION, INC., IN THE PROPOSED AMOUNT OF $ 94,500.00 TOTAL BID OF THE PROPOSAL, FOR THE PROJECT ENTITLED "MODEL CITY C.D. SIDEWALK PROJECT, B-460511; ALLOCATING FUNDS THEREFOR FROM PROJECT No. 341308, AS APPROPRIATED BY THE FISCAL YEAR 1995-96 CAPITAL IMPROVEMENT ORDINANCE No. 11337, AS AMENDED, IN THE AMOUNT OF $ 94,500.00 TO COVER THE CONTRACT COST AND $ 11,600.00 TO COVER THE ESTIMATED EXPENSES, FOR AN ESTIMATED TOTAL COST OF $ 106,100.00; 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 "MODEL CITY C.D. SIDEWALK PROJECT, B-4605" 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. 341308 of said Ordinance; CITY COT—QSSIO�i MEETING OF JAN 1 9 1998 Rewlutlm Na 98- 9 NOW THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are 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 $ 94,500.00, for the project entitled "MODEL CITY C.D. SIDEWALK PROJECT, B-4605" 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 $106,100.00 is hereby allocated from Project No. 341308, as appropriated by the Fiscal Year 1995-96 Capital Improvement Ordinance No. 11337, as amended. Said total project costs consist of the $94,500.00 contract cost and $ 11,600.00 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 "MODEL CITY C.D. SIDEWALK PROJECT, B-460511, 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 9�- 9 PASSED AND ADOPTED this 13th day CAPITAL PROJECT REVIEW: LA AENZ-BUTL . P. COORDINAT R PREPARED/IMD APPROVED BY: YAMI 'TWHY ASS T CITY ATTORNEY of January 1998. l(AVIER L. S AREZ MAYOR APPROVED AS TO F RM AND CORRECTNESS: A0 - - . Q O S, III C TY A EY W2111:BSS:dsl BUDGET REVI BY: Q �i i DIPAK 4REKH, DIRECTOR OFFICE OF BUDGET AND MANAGEMENT ANALYSIS 9R- 9 TO: Honorable Mayor and Members of the City Commission FROM Frank Rollason Interim City Manager RECOMMENDATION: CITY OF MIAMI, FLORIDA CA=9 INTER -OFFICE MEMORANDUM DATE : JAN - 5 IM FILE : B-4605 SUBJECT: Resolution Awarding Contract for Model City C.D. Sidewalk Project, B-4605 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 "Model City C.D. Sidewalk Project, B-4605", received December 4, 1997 in the amount of $94,500.00, 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 RACKGR(ll IND Amount of Total Bid: $ 94,500.00 Cost Estimate: $ 112,100.00 % of Cost Estimate: 84.3% Source of Funds: Project No. 341308 , as appropriated by Fiscal Year 1995-96 Capital Improvement Ordinance No. 11337, as amended Minority Presentation: 260 invitations mailed 12 contractors picked up specs ( 3 Hispanic, 6 Black, 3 Female) 7 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 $ 94,500.00 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 — 1 ;r FACT SHEET PUBLIC WORKS DEPARTMENT DATE 12/08/1997 JOB No.: B-4605 CIP No.: 341308 PROJECT NAME: MODEL CITY C.D. SIDEWALK PROJECT TYPE: LOCATION: Model City Community Development Target Area FEDERAL PARTICIPATION: PROJECT MANAGER: E. EsteveZ ASSESSABLE: M ASSOCIATED DEPARTMENT: PUBLIC WORKS EMERGENCY: m RESOLUTION No.: BID REQUEST: FORMAL: INFORMAL: Q DESCRIPTION: The project consists of removal and replacement of deteriorated and damaged concrete sidewalk in the Model City Community Development Target Area. New Construction of Sidewalk The work will include reinstallation f water meter boxes or similar utility structures located in the sidewalk area, curb 8 gutter construction, trimming and removal of tree roots, as necessary, to construct new sidewalk in order to prevent future damage. OF NECESSARY,CONTINUE ON THE BACK) SCOPE OF SERVICES: PUBLIC WORKS COST OUTSIDE COST AMOUNT (%OF CONSTRUC. COST) SURVEY/PLAT (E) SITE INVESTIGATION PLANING AND STUDY % DESIGN $2,300.00 (E) 2 % SPECS AND BID PROCESS $489.00 % BLUEPRINTING AND ADVERTISING $700.00 (actual) CONSTRUCTION $94,500.00 CONTT. INSP. & MANAGEMENT $6,615.00 7 % OTHER: Testing SUBTOTAL $104,604.00 % INDIRECT COSTS (1.43%) $1,496.00 (ENG.FEE) CONTINGENCIES ESTIMATED CONSTRUCTION COST= S 112.100 TOTAL $106,100.00 CONTRACTOR'S INFORMATION: CLASS: 0 TYPE OF WORK: Sidewalk YEARS OF ESTABLISHMENT: 1.5 Years NON- MINORITY: NAME: MEF CONSTRUCTION, INC. MINORITY: I B H .f 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: Ja/01NT P-PR/ME S-SUB 9 v — fJ MINORITY: &&ACK H=HSA"1: FWEMALE �.vr�cu.ewa,o �etiv, VIRCV1 VR,7, VVJI AiWtLfSiS,FILE,AS60t.wiEuutt i. REV.7/96 Address Leates In "to city of Irro turitiw Minority Owned TOTAL BID:TFE 1 THROUGH 7 E Address Leamtd In "a city of llamrd i heard • I* i irregularities Minority Owned IXTY ION F ITE SIXTY TABULATION OF BIDS FOR MODEL CITY C.D. SIDEWALK PROJECT, B-4605 B-A 605 Received by the Clfy Clerk, City of Miami. Plorido at 11100 A.M. an Omceaber 4, 1111117 WERMAN LANDSCAPING MEF CONSTRUCTION. INC. HNIMIEW C0IOEIE i WAIN G. FAMILY BITI RISE. INC. 901 N.N. 143 STREET MIAMI, FL 33160 5040 N.W. 7 ST SUITE 410 MIAMI. R 33126 P.O. Box 1275 5"1 N.M. 151 STREET AERMLM_-ALUM 18542 N.N. 23 COURT CONTPACT01 1340 N.E. 139 STREET NO YES HOMESTEAD. FL 33030 0 210 M. LAKES. FL 33014 MIAMI. FL 33056 N. MIAMI. FL 33161 NO YES NO YES NO YES NO YES NO YES B.B. 5% B.B. 5% B.B. VOUCHER R_RB. S. 5% F, J F F F YES, B YES, F YES, H YES, B YES, H 94,000. 0 $ 94,500.00 98.100.00 $113.590.00 $114,250.00 $120,520.00 AUGUST COIb'IlAICT ION 7341 N.N. 32 AVENUE MIAMI, R 33147 t IMt. IM 3UM OF 1 $168 , 000 00 _T IRREGULARITIES LEGEND A - No Poor -of -Attorney B - NO Affidavit an to Capitol i Surplus of Bonding company C - Corrected Extensions D - Proposal unsigned or Improperly Signed or He Corporate Boat E - Incomplete Extenelone 1Mleeing Primary office Location Porol F - Mon.reepeneWe bid 1MINing copy of Certificate of Competency) G - Improper Old Bond H - Corrected old i I - No III rot Source "IrIng Compllams Statement v J - No Minority Compt lance Statement K - 1� Duplicate aid Prapoeol Prep. By1EHNves Cl+eek By, soalo THE DEPARTMENT OF PUBLIC WORKS HAS DETERMINED that the lowest responsible and responsive bidder is MEF CONSTRUCTION, INC In _the amount of 19b.snn nn B I D 97-98-013 PAGE: 1 OF 1 B-4605 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Elyrosa Estevez, P.E. GATE: December 11, 1997FILE : SUBJECT: Model City C.D. Sidewalk Q�� Project, B-4605 FROM: "�� M a L. Wiley REFERENCES M/WBE Supervisor ENCLOSURES: In reviewing the vendors on the bid tabulation sheet for Model City C.D. Sidewalk Project, B- 4605, we have found that Bannerman Landscaping, the apparent low bidder, is not currently certified with the City of Miami and is thus non -responsive for purposes of this bid as set -aside. Bidder instructions require that the successful vendor be certified with the City of Miami's Minority/Women Business Enterprise (M/WBE) Program prior to bid opening. MEF Construction, the second lowest bidder, is a certified female vendor. In summary, based on this data, Bannerman Landscaping should be disqualified and MEF Construction should be recommended for award of the contract. cc: Judy S. Carter, M/WBE Director 47 .� 41' (fit#g of ?Htantt James J. Kay, P.E. Director RETURN RECEIPT REQUESTED December 10, 1997 Mr. Paul Bannerman, President Bannerman Landscaping, Inc. 901 N.W. 143 Street Miami, Fl 33168 Dear Mr. Bannerman: RE:' MODEL CITY C.D. SIDEWALK PROJECT, B-4605 Alberto Ruder City Manager On December 4, 1997 at 11:00 a.m., the City Clerk received and publicly opened and read sealed bids for the above referenced project. We have evaluated the bid proposal package received and determined that your proposal is non responsive for the following reasons. First, the Instructions to Bidders contained in the Bid Specification document requires that "The bidder shall submit a copy of a Certificate of Competency with the Bid". Your sealed bid proposal package did not contain a copy of your Certificate of Competency as required by the Instruction to Bidders and second, the City of Miami Minority/ Women Business Affairs Office requires that vendors be certified with them prior to bid opening. Your firm is not currently certified and therefore, has been declared non responsive. This letter is to inform Bannerman Landscaping, Inc. that the City Manager will recommend to the City Commission that a Contract be awarded to the firm of MEF Construction, Inc., the lowest responsive and responsible bidder. Enclosed is a copy of Section 2 of Instructions to Bidders and a copy of Ordinance 11072 and 10332 for your reference. cerely, ames J. Ka , E. Director ee/ bc: Civil, Central 9 9 8 DEPARTMENT OF PUBLIC WORKS/ P.O. Box 330708 Miami, FL 33233-0708/(305) 416-1200/ Fax:(305) 416-2153� ` 10 CITY OF MIAMI OFFICE OF THE CIT1 ,ERK BID SECURITY LIST BID ITEM: MODEL CITY C.D. SIDEWALK PROJECT, B-4605 t/ BID NO.: 97-98-013 DATE BID(S) OPENED: DECEMBER 4, 1997 TIME 11: 00 AM BIDDER TOTAL BID AMOUNT BID BOND (ER) CASHIER'S CHECK BANNERMAN LANDSCAPING, INC. $ 94,000.00 BB 5% MEF CONSTRUCTION, INC. 94,500.00 BB 5% HOMESTEAD CONCRETE & DRAINAGE, INC. 98,100.00 BBV #BB98-9 G. FAMILY ENTERPRISE, INC. 113,590.00 BB 5% VEND -ALL ENTERPRISES, INC. 114,250.00 BB 5% PEREZ-AL MONTE CONTRACTORS, INC. 120,520.00 BB 5% AUGUST CONSTRUCTION COMPANY, INC. 168,000.00 BB 5% Q Tenaors 111feff"'M received timely as of the above ope i'-,g date and ti . All other offers submitted in respcanee to are hereby rejected as late:' his so .ci a ion, if any, r E� f `�S 4o� P, received (� ) envelopes on behalf of Person receiving bid(s) - (� C PUBLIC WORKS DEPARTMENT on Du_Q / � (City Department) (Date) SIGNE : Deputy City CI r TO : Walter J. Foeman City Clerk FROM Tony Prat,, CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM DATE : November 13,1997 FILE SUBJECT : "MODEL CITY C.D. SIDEWALK PROJECT REFERENCEJ3-4605" ENCLOSURES: Please note that contractors will submit bids for the following projects: "MODEL CITY C.D. SIDEWALK PROJECT, B-4605" on Thursday, December 4, 1998, at 11:00 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 rq _� V Ss jb. N� r BID No. 97-98-013 ADVERTISEMENT FOR BIDS Sealed bids for "MODEL CITY C.D. SIDEWALK PROJECT, B-4605" will be received by the City Clerk of the City of Miami, Florida at 11:00 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 Black 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-4605, Req. 04917). Edward Marquez City Manager -IMPORTANT ADDENDUM - CITY OF MIAMI, FLORIDA ADDENDUM No. 2 i ISSUED NOVEMBER 24, 1997 0 C) -..4fn G TOrn $ MODEL CITY C.D. SIDEWALK PROJECT �.,"? B - 4605 ************************************************ 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 Black and Female 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. ames J. Ka , . Director of Public rks BID No. 97-98-013 ADVERTISEMENT FOR BIDS Sealed bids for "MODEL CITY C.D. SIDEWALK PROJECT, B-4605" will be received by the City Clerk of the City of Miami, Florida at 11:00 a.m. on the A 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 Model City 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. This bid has been designated as a set -aside for Black and Female vendors registered and or certified with the City of Miami's Minority/ Women Business Enterprise (M/WBE) 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-4605, Req. 04917). Alberto Ruder City Manager :oizz4a� ORDINANCE NO. 10332 , AN ORDINANCE RELATING TO CONSTRUCTION CONTRACTS IN WHICH THE CITY OF MIAMI IS A PARTY, REQUIRING OWNERS OF MINORITY AND WOMEN 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 W:;ren Business Affairs and Procurement Program Ordinance of the _:'y cf Miami, the Commission of the City of Miami, inter alia, -statlished a goal of awarding a minimum of 510 of the total ann.;al dollar volume of all procurement expenditures to Black, Hispar.ic and Women -owned business enterprises to eliminate the effects -)f prior discrimination against such businesses; and WHEREAS, to maximize the opportunities for minority or r:m-n-^weed and controlled businesses, the City may give a ^-eferonce to such businesses in the awarding of contracts; and WHEREAS, the Commission, with regard to construction C,-'I aCt3, is desirous of enhancing the qualifications of min;rity and women -owned businesses by requiring the owner of such business concerns to be certified pursuant to Chapter 489, F1or'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 OF THE CITY 2F MIA_41, FLORIDA: Section 1. For the purpose of this Ordinance, the following terns, phrases, words, and their derivations shall have the following meanings: A. Business -Enterprise means an corporation, Y potation, partnership, individual, sole proprietorship, 10332 r joint stock company, joint vantusI&. professional association or any Other legal entity. B. Minority and women -owned Sus InNo dnteMisn means a business enterprise tn'vbicb at 1e410t- 51 percent of said enterprise is owned by Blacks, Hispanics or women whose management and daily business operations are controlled by one or more Blacks, Hispanics or women. C. Constiaction Contract means agreements for the erection, alteration, demolition, or repair of any public building or any other kind of public work or improvement. Section 2. The owners of minority or worsen 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 IAl, Florida statutes or Chapter 10, Code of Metropolitan Dade County in orde! 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 i. 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 jurisdietios, the remaining provisions of this Ordinance shall not be affected. unless otherwise indicated herein, this Ordinance shall become effective and thk 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, Florida as vended, which provisions may be renumbered or relettered and the word *Ordinance` say be changed to 'Section", *Article" or other appropriate word to accomplish such intentions. gection 6. The provisions contained heroin shall bosom oporative, on January 1, 1969. PASSED ON FIRS? READING BY TITLE ONLY this. EA th day of September. 1987. PASSED AND ADOPTED ON SECOND AND FINAL READIM BY TITLN ONLY this 22ndday of -October %. Z Z4rA44 /XAVIER L. 51MAM34,41MIRM A:i - City Clerk PREPARED AND APPROVED BY, 0(1, MEN F. MAIN Chief Deputy City Attorney APPROVZb AS TO FORM AND CORRECTNESS: LUCIA A. DOUGRKWY City Attorney LGI/wpc/ebg/bss/ obg/M210 1. Mattv Hirai, Cle-A of Ow of N1 FLMW& here!)-- t.-I -a 'ISO /P; dry 4 4- A. and r;, J%rw far-.: r., and i .ti its j.; WSJ the OMIZ'31 1cA or MW City t;ki 1). 194ft ky Clark —3— 16=