Loading...
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and the Director of the Department of Fire, Rescue and Inspection Services recommend that the award to A.J. Parker be rescinded and the acceptance of the bid received from Cuyahoga Wrecking Company as the lowest responsible and responsive bid be accepted, approved and confirmed; CITY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of one (1) Commercial Warehouse located at 65 N.W. 9th Street in the Overtown/Parkwest Development Area is hereby rescinded due to the fact that said firm has riot provided insurance coverage required by the City.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.