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