HomeMy WebLinkAboutR-86-0321J-86-367
5/6/86
RESOLUTION NO. 86 - -321
A RESOLUTION RESCINDING 'i'HE AWARD TO
PARKER,
PARKER DUE TO THE FACT THAT A.J
INC. COULD NOT PROVIDE THE INSURANCE.
REQUIRED BY THE CITY FOR THE DEMOLITION OF
65
ONE (1) COMMERCIAL WAREHOUSE LOCATED
N.W. 9Tti STREET Ili THE OVERTOWN/PARKWEST
DEVELOPMENT AREA; FURTHER ACCEPTING THE F3IU
OF CUYAHOGA WRECKING COMPANY THE NEXT
LOWEST RESPONSIBLE AND RESPONSIVE BIDDER AT
A TOTAL PROPOSED COST OF $38, 000. 00, USING
" D
FiJNT)S THEREFOR PREVIOUSLY ALLOCATE UNDER
198
RESOLUTION NO. 86-8 ADOPTED JANUARY 9,
FROM THE OVERTOWN/PARKWZST LAND ACQUISITION
PROGRAM; AUTHORIZING THE CITY MANAGER TO
INSTRUCER TO EiISSUEASSISTANT
PURCHASE O ORDERPROCUREMENT
OFFICFIC
FOR THIS
SERVICE.
WHEREAS, pursuant to public notice, sealed bids were
received December 9, 1985 and a contract was duly awarded January
9, 1986 by Resolution No. 86-8 to A.J. Parker, Inc. for the
dernolition of one (1) commercial Warehouse located at 65 N.W. `nth
Street in the Overtown/Parkwest Development area; and
WHEREAS, the contract to said Firm should be cancelled
because the firm has not provided insurance coverage required by
the City resulting in the need to secure this service elsewliere;
and
WHEREAS, the bid of Cuyahoga Wrecking Company is the
next lowest responsible and responsive bid and meets all
requirements for this service; and
WHEREAS, funds for this service were allocated
previously by Resolution No. 86-8 from the Overtown/Parkwest Land
Acquisition Program; and
WHEREAS, the City Manager and the Director of the
Department of Fire, Rescue and Inspection Services recommend that
the award to A.J. Parker be rescinded and the acceptance of the
bid received from Cuyahoga Wrecking Company as the lowest
responsible and responsive bid be accepted, approved and
confirmed;
CITY CONESSION
MEETING OF
MAY 7 IM
E3G-321.
TION hu. __ _ _ _ _
.-1-N
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE
CITY OF MIAMI, FLORIDA:
Section 1. The award of the contract to A.J. Parker,
Inc. under Resolution No. 86-A :idopted January 9, 1986 for the
demolition of one (1) Commercial Warehouse located at 65 N.W. 9th
Street in the Overtown/Parkwest Development Area is hereby
rescinded due to the fact that said firm has riot provided
insurance coverage required by the City.
Section 2. The bid of Cuyahoga Wrecking Co. the next
lowest responsible and responsive bid, for the demolition of one
(1) Commercial Warehouse located at 65 N.W. 9th Street in the
Over town/Parkwest Development Area at the total proposed cost of
$38,000.00 is hereby accepted using funds therefor previously
allocated under Resolution No. 86-8, adopted January 9, 1986 from
the Overtown/Parkwest Land Acquisition Program.
Section 3. The City r1anager is hereby authorized to
instruct the Assistant Chief Procurement Officer to issue a
Purchase Order for this service.
PASSED AND ADOPTED this 7th day of
PREPARED AND APPROVED
BY:
ROB RT F. CLARK
CHIEF DEPUTY CI`PY ATTORNEY
APPROVW bg TO FORM AND CORRECTNESS:
"U\"lA f1. LVUV
CITY ATTORNEY
MAY 1986.
XAVIER L. SUAREZ
MAYOR
86--321
4
_0
t
5
CITY OF MIAMI. FLORIDA
INTER -OFFICE MEMORANDUM
The Honorable Mayor and Members MAY TO of the Cit Commission DATE: FILE:
Y Res)J1906ution and Award
of Bid for Demolition
SUBJECT
of Structure.
Bid No. 85-86-21
FROM Cesar Odio
City Manager
REFERENCES:
For City Commission
ENCLOSURES: Meeting of May Z, 1986
It is recommended that Resolution 86-8
awarded to A. J. Parker be rescinded
due to inability to provide insurance
coverage required by the City for demo-
lition of one (1) Commercial Warehouse
located at 65 N.W. 9th Street and a new
Resolution be adopted accepting Cuyahoga
Wrecking Corporation the next lowest
responsible and responsive bid at a
total cost of $38,000.00.
Pursuant to public notice, sealed bids were received December 9,
1985, for furnishing materials and equipment needed to demolish
and clear away the debris from the structure as directed by the
Fire, Rescue and Inspection Services Department, Code Enforcement
Section.
Previous award of contract by resolution to the contracting firm
of A. J. Parker for $25,000 has become void by the inability of
said vendor to meet the insurance coverage required by the City.
It is therefore necessary to award the bid to the next lowest
responsive bidder, Cuyahoga Wrecking Corporation.
20
The subject building has become an eyesore. It is vacant, unsecured,
and a haven for vagrants; and represents a hazardous situation for
police officers and firefighters. These conditions along with public
concern for safety justify our request for its demolition.
Funds are to be provided through the Overtown/Parkwest Program as
part of their land acquisition proceedings.
8G-321.