Loading...
HomeMy WebLinkAboutR-98-0011J-98-15 12/23/97 RESOLUTION NO. 9 8 — 1 I A RESOLUTION ACCEPTING THE BID OF HOMESTEAD CONCRETE & DRAINAGE, INC., IN THE PROPOSED AMOUNT OF $ 169,350.00 TOTAL BID OF THE PROPOSAL, FOR THE PROJECT ENTITLED "ALLAPATTAH C.D. SIDEWALK PROJECT, B-4601"; ALLOCATING FUNDS THEREFOR FROM PROJECT No. 341300, AS APPROPRIATED BY THE FISCAL YEAR 1995- 96 CAPITAL IMPROVEMENT ORDINANCE No. 11337, AS AMENDED, IN THE AMOUNT OF $ 169,350.00 TO COVER THE CONTRACT COST AND $19,475.00 TO COVER THE ESTIMATED EXPENSES, FOR AN ESTIMATED TOTAL COST OF $ 188,825.00; 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 2, 1997, for "ALLAPATTAH C.D. SIDEWALK PROJECT, B-4601" and; WHEREAS, the City Manager and the Director of the Department of Public Works recommend that the bid from HOMESTEAD CONCRETE & DRAINAGE, 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. 341300 of said Ordinance; CiYY COS KrETINIG OE ,BAN 1 310 9�- 11 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 2, 1997, bid of HOMESTEAD CONCRETE & DRAINAGE, INC., in the proposed amount of $ 169,350.00, for the project entitled "ALLAPATTAH C.D. SIDEWALK PROJECT, B-4601" 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 $188,825.00 is hereby allocated from Project No. 341300, as appropriated by the Fiscal Year 1995-96 Capital Improvement Ordinance No. 11337, as amended. Said total project costs consist of the $169,350.00 contract cost and $ 19,475.00 estimated expenses incurred by the City. Section 4. The City Manager is hereby authorized to enter into a contracts, in a form acceptable to the City Attorney, on behalf of the City of Miami with HOMESTEAD CONCRETE & DRAINAGE, INC., for "ALLAPATTAH C.D. SIDEWALK PROJECT, B-460111, 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- 11 PASSED AND ADOPTED this 13th day of Januar R. T7TOORDINATOR7 SUBMITTED BY: J. YAM LE ASS STAM BY: TY ATTORNEY \-c— IER L. MAYOR APPROVED AS TO XORM AND CORRECTNESS: � �,,41'6',�Allwullljll A/ Q41b[NIJONES, I I I CITY'AO Y W2110:BSS:ds1 UAREZ BUDGETARY RE�V1`IEEW BY: Z DIPAK AkEKH, DIRECTOR OFFICE OF BUDGET AND MANAGEMENT ANALYSIS 3 CITY OF MIAMI, FLORIDA CAml 1 INTER -OFFICE MEMORANDUM TO, Honorable Mayor and Members DATE: JAN - 5 IM FILE B-4601 of the City Commission FROM Frank Rollason Interim City Manager SuaJECT:Resolution Awarding Contract for Allapattah C.D. Sidewalk Project, B-4601 REFERENCES: ENCLOSURES: Resolution It is respectfully recommended that the City Commission adopt the attached resolution accepting the bid of Homestead Concrete & Drainage, Inc. a company located within Miami -Dade County and not within the City of Miami, whose principal is Alfredo Cordero, President, for "Allapattah C.D. Sidewalk Project, B-4601", received December 2, 1997 in the amount of $169,350.00, Total Bid; authorizing the City Manager to enter into a contract on behalf of the City. BACKGROUND: No previous work with the City in the last three years. Amount of Total Bid: $ 169,350.00 % of Cost Estimate: 89.2% Cost Estimate: $ 189,800.00 Source of Funds: Project No. 341300 , as appropriated by Fiscal Year 1995-96 Capital Improvement Ordinance No. 11337, as amended Minority Presentation: 260 invitations mailed 17 contractors picked up specs ( 5 Hispanic, 4 Black, 1 Female) 8 contractors submitted bid ( 4 Hispanic, 3 Black, 1 Female) Public Hearings/Notices: No Discussion: The Department of Public Works has evaluated the bids received on December 2, 1997 and determined that the lowest responsible and responsive bid, in the amount of $ 169,350.00 is from Homestead Concrete & Drainage, Inc., a Hispanic - 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 FACT SHEET PUBLIC WORKS DEPARTMENT DATE 12/08/1997 JOB No.: B-4601 CIP No.: 3413W PROJECT NAME: ALLAPATTAH C.D. SIDEWALK PROJECT TYPE: LOCATION: Alla attah Community Development Target Area FEDERAL PARTICIPATION: a PROJECT MANAGER: E. Estevez ASSESSABLE: a 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 Alla attah Community Development Target Area. New Construction of Sidewalk The work will include reinstallation of water meter boxes or similar utility structures located in the sidewalk area, curb & gutter constriction, trimming and y, to construct new sidewalk in order to prevent future damage. removal of tree roots, as necessar (IF NECESSARY,CONTINUE ON THE BACK) SCOPE OF SERVICES: PUBLIC WORKS COST OUTSIDE COST AMOUNT (%OF CONSTRUC. COST) SURVEY)PLAT Q (E) SITE INVESTIGATION PLANING AND STUDY % DESIGN Q $3,796.00 (E) 2 % SPECS AND BID PROCESS $462.00 % BLUEPRINTING AND ADVERTISING Q $700.00 (ach al) CONSTRUCTION $169,350.00 CONST. INSP. & MANAGEMENT $11,855.00 7 % OTHER: Testing Q SUBTOTAL $186,163.00 % INDIRECT COSTS (1.43%) $2,662.00 (ENG.FEE) CONTINGENCIES ESTIMATED CONSTRUCTION COST= S 189,WD TOTAL $188,825.00 CONTRACTOR'S INFORMATION: CLASS: 0 t? 0 TYPE OF WORK: Highway YEARS OF ESTABLISHMENT: 15 Years NOW MINORITY: NAME: Homestead Concrete & Drainage, Inc. MINORITY: B F ADDRESS: 209 S.W. 4 Avenue Homestead, FL 33030 LICENSE: E-861 CONTACT PERSON: Alfredo Cordero, President TELEPHONE (305) 248-9649 SUB -CONTRACTORS INFORMATION: NAMES: CLASS: .I_IOIA!T P-PRIME S-SUa MINOR1rY.B-BLACK H-HISPANIC F�FEMALE 11 COPIES: ASSISTANT DIRECTORS, COST ANALYSIS. FILE, ASSOCIATED OEPT. mev.i15 L TABULATION OF BIDS FOR B-4601 ALLAPATTAH C.D. SIDEWALK PROJECT, B-4601 L- Received by the City Clerk. City of MIMI . Florida at 10o00 A.M. an December 2. 1*97 Bidder BM#ERMMI LAHDSGIPING IDiiw Gum i WAIMM VEND -ALL ENTERPRISES ROYAL ENSINEERING 715 S.W. 73 AVE 84 MF CONSTRUCTION. INC..FAMILY BI WRISE, INC. Address 901 N.N. 143 STREET P.O. BOX 1273 16542 N.M. 23 COURT 5040 N.W. 7 ST 5901 N.M. 151 STREET MIAMI, FL 33165 HMESTEAD. FL 33090 MIAMI. FL 33056 MIAMI, FL 33144 SUITE 410 MIAMI, FL 33126 tt 210 M. LAKES. FL 33014 Leto) In the City of Mimi NO NO NO YES YFR NO Llcmmll t laurel is frr city to a lmm ad. Bid Bond Amount Irroplarltin NO B.B. 5% J. F YES B.B. VOUCHER YES B.B. 5% F YFS YES YES B.B. 5% Minority Owed YES, B YES, H YES. B YES. H YES, F YES. 8 TOTAL 810:THE TOTAL OF ITEMS 1 THROUGH 7 BASED ON A (100) ONE H MW WOWING DAYS COMPLETION TIME THE SUM OF $122.750.00 $169.350.00 $175,750.00 $188,250.00 $202,000.00 $206,750.00 Bidder R. TARAFA (EN. CINIRACT01 ADVANCED Cd1STRIXTION Address 7150 S.W. 62 AVE *101 %55 S. DIXIE. SUITE 206 MIAMI, FL 33143 MIAMI. FL 33156 Located to the City at Mimi NO NO lloessl t hound • Irr city Mh k Ndfg tkd. YES YES Bid Bond Aomf 8. B. VOUCHER 5.5. % Irregularities Minority Owed YES, H YES, H TOTAL BIO:THE TOTAL OF ITEMS 1 THiOM 7 BASED ON A (100 ) ONE HMM WOWING DAYS COMPLETION TIME THE SUM OF $242,447.00 $266,950.00 IRREGULARITIES LEGEND A - Ne Power -of -Attorney THE DEPARTMENT OF PUBL 1 C WORKS HAS DETERMINED B — No All Idovit as to capital i surplus of sowing company that the lowest responsible and responsive bidder Is ne C - Corrected ExteUnsigned or HOMESTEAD CONCRETE $ DRAINAGE. INC. In the amount of D — Prapoeot tlntelpnd or Improperly slp,ed or No Corporate Scot E — incomplete t:ntwwlww tMlselne PrI=ry Office Location Form? 169350.00 for the Total Bid. F — Men.respenelve bid t","In@ Copy of cart iflento of caapetancyl G —recte Bid Bond �AALL/� H —Cororrected Bid I -No FIrot source MlrIng comptlance statement B I D 97-98-010 /Y11417 o J —No Minority Compliance Statement 7 W1 No Doi Icota Bid Proposal PAGE: 1 OF 1 B-4601 Prop. B7lEmtem Chock sys Bsdla 98- 11 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Elyrosa Estevez, P.E. DATE: December 11, 1997FILE : SUBJECT: Allapattah C.D. Sidewalk Wil V Project, B4601 FROM: Marva L. Wiley REFERENCES: M/WBE Supervi r ENCLOSURES: In reviewing the vendors on the bid tabulation sheet for Allapattah C.D. Sidewalk Project, B- 4601, 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. Homestead Concrete & Drainage, Inc., the second lowest bidder, is a certified Hispanic vendor. In summary, based on this data, Bannerman Landscaping should be disqualified and Homestead Concrete & Drainage, Inc. should be recommended for award of the contract. cc: Judy S. Carter, M/WBE Director 7 98- 1.1 Q.T.A-tv of �tamt 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: ALLAPATTAH C.D. SIDEWALK PROJECT, B-4601 Alberto Ruder c-ES74r+M. eete City Manager On December 2, 1997 at 10:00 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 "As a prerequisite to the submission of a Bid, the Bidder shall hold a valid Certificate of Competency or State Contractor's Certificate of Registration, in the appropriate trade required for the work,...". Your sealed bid proposal package contained a copy of your Certificate of Competency as required by the Instruction to Bidders but it is not in the appropriate trade for the required work needed for this project. The license provided in your sealed bid package is for Lawn/ Landscape / Tree service not for sidewalk construction; 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. ncerely, %JJames J. Kay, P.E. Director ee/ PUBLIC WORKS/ P.O. Box 330708 Miami, FL 33233-0708/(305) 416-1200/ Fax:(305) 416-2153 C: 1v1 , 0 CITY OF MIAMI OFFICE OF THE CIT . JERK BID SECURITY LIST BID ITEM: BID NO.: DATE BID(S) OPENED: ALLAPATTAH C.D. SIDEWALK PROJECT, B-4601 97-98-010 DECEMBER 2, 1997 W TIME 10:00 AM y BIDDER TOTAL BID AMOUNT BID BOND (ER) CASHIER'S CHECK BANNERMAN LANDSCAPING, INC. $ 122,750.00 BOND 5% HOMESTEAD CONCRETE & DRAINAGE, INC. 169,350.00 VOUCHER #BB98-10 VEND -ALL ENTERPRISES, INC. 175,750.00 BB 5% MEF CONSTRUCTION, INC. 202,000.00 BB 5% ADVANCED CONSTRUCTION SERVICE 266,950.00 BB 5% G. FAMILY ENTERPRISE, INC. 206,750.00 BB 5% R. TARAFA GENERAL CONTRACTOR, INC. 242,447.00 BBV #BB98-8 ROYAL ENGINEERING CONSTRUCTION, INC. 188,250.00 VOUCHER # BB98-5 r- lle1 as <,f i1 s CI-. rL1 �.1^ t7" •n rx+�:3 #'., .� j[11 :a su miticr in r­.,n- :a o re hereby re°ected as late." /tgSa- C s Owe i- Person receiving bid(s) PUBLIC WORKS DEPARTMENT (City Department) received (L envelopes on behalf of on JQG -)z 1 q -7 (Date) SIGN Deputy City CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO DATE FILE Walter J. Foeman November 13, 1997 City Clerk SUBJECT : "ALLAPATTAH C.D. SIDEWALK PROJECT FROM J REFERENCE�-4601" / C �G I , Tony Pr ENCLOSURES Please note that contractors will submit bids for the following projects: "ALLAPATTAH C.D. SIDEWALK PROJECT, B-4601" on Tuesday, December 2, 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 ; >~ COS;il � W D► Z V_A BID No. 97-98-010 ADVERTISEMENT FOR BIDS Sealed bids for "ALLAPATTAH C.D. SIDEWALK PROJECT, B-4601" will be received by the City Clerk of the City of Miami, Florida at 10:00 a.m. on the 2nd 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 Allapattah 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 17, 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 for Black, Hispanic 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-4601, Req. 04908). Edward Marquez City Manager 4 -IMPORTANT ADDENDUM - CITY OF MIAMI, FLORIDA ADDENDUM No. 1 0 =" A i > 8 ISSUED NOVEMBER 24, 1997 4 0 0 <r TO S to ALLAPATTAH C.D. SIDEWALK PROJECT iw B - 4601 ************************************************ 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, 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. ames J. Kay, .E. Director of Public Wors BID No. 97-98-010 ADVERTISEMENT FOR BIDS Sealed bids for "ALLAPATTAH C.D. SIDEWALK PROJECT, B-4601" will be received by the City Clerk of the City of Miami, Florida at 10:00 a.m. on the 2nd 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 Allapattah 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 17, 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, Female or Hispanic 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-4601, Req. 04908). Alberto Ruder City Manager 10i22187 ORDINANCE No. 10332 AN ORDINANCE RELATING TO CONSTRUCTION CONTRACTS IN WHICH THE CITY OF MIANI IS A PARTY, REQUIRING OWNERS OF MINORITY AND NOMSN 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 SEV£RABILITY CLAUSE; PROVIDING FOR INCLUSION IN THE CITY CODE. WHEREAS, pursuant to Ordinance No. 10062, the Minority and aoTen Business Affairs and Procurement Program Ordinance of the ,:, ty of Miami, the Commission of the City of Miami, inter alia, 4statlished a goal of awarding a minimum of Sit of the total a^,.:al dollar volk�.ne of all procurement expenditures to Black, jisaanic and wo^en-owned business enterprises to eliminate the effects•-)f prior discrimination against such businesses; and WHEREAS, to maximize the opportunities for minority or =7r,on-nvn.ed and controlled businesses, the City may give a creferPnce to such businesses in the awarding of contracts; and WHEREAS, the Commission, with regard to construction �.,n-cacts, is desirous of enhancing the qualifications of min city and women -owned businesses by requiring the owner of such t-isiness concerns to be certified pursuant to Chapter 499, P_:)ri.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 F MIA.MI, FLORIDA: Section 1. For the purpose of this Ordinance, the following ter-ns, phrases, words, and their derivations shall have the following meanings: A. Business Enterprise means any corporation, partnership, individual, sole proprietorship, 10332 ft joint -ock company, joint •entute. professional association or any other 1"61 entity. B. Minority and Women -owned BusinMn yntogMiw means a business enterprise in'wbidf at leant 51 percent of said enterpriae is owned by Blacks, Hispanics or Women whose management and daily business operations are controlled by one or more Blacks, Hispanics or Women. C. Const=oction Contract weans 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 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 489, 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. Unless otherwise indicated herein, this Ordinance *ball become effective and th4 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, r1orida as amended, which provisions may be renumbered or relettered and the word 'Ordinance' way be changed to 'Section', 'Article• or other appropriate word to accomplish such intentions. -2- JL8= ar-- gection 6. The rrovisions contained herein *hall beeadie operative on January It 1989. PASSED ON FIRST READING BY TITLE ONLY this, .0th R day of soptcmb*r. 1967. PASSED AND ADOPTED ON SECOND AND FINAL READING BY TITLE ONLY this 22ndday of -October 1967. ,AAVIZR- L. BUR W-RATUR Ai&m. City C1*rk PREPARED AND APPROVED BYt Z- OK, 'zg:lz ROVER F. MARK Chief Deputy City Attorney APPROVED AS TO FORM AND CORRECTNESS- LUCIA A. DOUGR4WY City Attorney LGK/wpc/*bg/bos/ *bg/M210 I. M-Ittv Hirai. C'lt---k of the of Mil FkWW A.. t7 cop.. of fit.? tbm-* and r- 'i -,t; r.t:hc, r-..-jt*jj and :ti al j?- it; S..,J or slid City o. I SPAM — 3— y (;k-rk 10332