HomeMy WebLinkAboutR-77-0857RESOLUTION 77-857
A RESOLUTION ACCEPTING THE BID OF BEN HURWITZ, INC.
FOR THE DEI1OLITION OF THE BUILDING AT 832 N. W. 2ND
AVENUE FOR THE DEPARTMENT OF BUILDING AT A TOTAL COST
OF $6,200.00 ALLOCATING FUNDS FROM THE FEDERAL GRANT
FUNDS PROVIDED THROUGH THE COMMUNITY DEVELOPMENT PRO-
GRAM; AUTHORIZING THE CITY MANAGER AND THE PURCHASING
AGENT TO ISSUE THE PURCHASE ORDER FOR THIS SERVICE.
WHEREAS, pursuant to public notice, sealed bids were received
August 8, 1977 for the demoliton of the building at 832 N. W. 2nd Avenue
for the Department of Building; and
WHEREAS, invitations were mailed to seventeen potential bidders
and four bids were received; and
WHEREAS, funds for this purchase are available in the Federal
Grant Funds provided through the Community Development Program; and
WHEREAS, this service will be u;.;ed by the Department of Building
for the purpose of removingan unsafe structure and is authorized by the
South Florida Building Code, Ch. 2, Sec. 202 as adopted under City of Miami
Ordinance No. 6145; and
WHEREAS, the City Manager and the Building Department recommend
that the bid received from lien Hurwitz, Inc. be accepted as the most advan-
tageous bid to the City;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF
MIAMI, FLORIDA: "DOCUMENT I' bEX
� �
,r
e �EIMJri
• Section 1. The August 8, 1977 bid of z, for the
demolition of the building at 832 N. W. 2nd Avenue at a total cost of
$6,200.00 is hereby accepted with funds allocated from the Federal Grant
Funds provided through the Community Developemnt Program.
Section 2. That the City Manager is hereby authorized to instruct
the Purchasing Agent to issue the Purchase Order for this service.
PASSED AND ADOPTED this 26 day of OCTOBER 1977.
cam/
r 1" C2
RALPI-I UNGTL, [1 EY LURK
PR[.13s1RLD AND APPRUVLD BY:
"Ilr"e
ROBLR 1 I . CLARK, ASS I . CITY AT ORN
MAURICE A. FERRE
MAY 0 R
CITY COMMISSIO
MEE FIN Cr
OC 1 u W.',
RE30lU`' 5 7
T.it)N t,0. ,,
REMARKS:
Ap.R9kf t) AS I U I tJRI') AND (2U1 R[ C 1 NLS5:
TT`l�"T;P:O JR., CI T1r.fI�I0I;NLY
83
6
•Sri r
'7? Der �... r
Mrs Joseph R. Grassio October 3, 1977
City f°iahager
Recommendation for Resolution and
Award of Bid! Demolition of
832 N. W. 2nd Avenue
r ;o'.+: A. L. Mullins
Purchasing Agent
//:2 7/�r17G�
Pursuant to Public Notice, sealed bids were received August 8,
1977 for the demolition of the building at 832 N. W. 2nd Avenue
for the Department of Building.
Invitations were mailed to seventeen potential suppliers and four
bids were received as follows:
Bidder
Ben Hurwitz, Inc.
Big Chief, Inc.
Cuyahoga W. C.
A.B.C. Demolition Corp.
Price
$ 6,200.00
$ 8,196.00
$ 8,850.00
$14,844.00
Funds for the demolition are to be allocated from the Federal
Grant Funds provided through the Community Development Program.
The demolition is necessary in order to remove an unsafe structure,
and is authorized by the South Florida Building Code, Ch. 2, Sec.
202, as adopted under City of Miami Ordinance No. 6145.
It is recommended that the award be made and a resolution be pre-
pared accepting the most advantageous bid as received from Ben
Hurwitz, Inc. for the dernoliton of the building at 832 N. W. 2nd
Avenue for the Department of Building at a total cost of $6,200.00.
The Department of Building concurs with this recommendation.
"SUPPORTIVE
DOCUMENTS
FOLLOW"
ITEM
DEPARTMENT:
TYPE OF PURCHASE:
REASON:
POTENTIAL BIDDERS:
BIDS RECEIVED:
TABULATION:
FUNDS:
/ ARD OF BID
Bid Nos
Demolition of 832 N, W, 2nd Avenue
Building
Single
Remove unsafe structure
Seventeen
Four
Bidder
Ben Huruit.z, Inc.
Big Chief, Inc.
Cuyahoga U. C.
A. B. C. Demolition Corp.
$6,200.00 - Federal Grant
Development Program
7.96
Price
$ 6,200.00
$ 8,196.00
$ 8,850.00
$14,844.00
Funds through Community
CERTIFIED AS TO AVAILABILITY OF FUNDS/SOURCE: �j''t
Department of Finance
BID EVALUATION:
ADDITIONAL INFORMATION: The demolition is necessary in order to remove
an unsafe structure, and is authorized by the
South Florida Building Code, Ch. 2, Sec. 202,
as adopted under City of Miami Ordinance No. 6145.
RECOMI•MENDATION: It is rececmunended that the award be made to
Ben Hurwitz Inc..
All bids meet specifications
The Department of Building concurs.
_7.7c. C.ei .
Purchasing Agent
October 3,
4�_}roAlo
1977
BID SECURITY
ITEM Demolition of 832 N.W, 2nd Ave.
Finance/Purchasing
August 8, 1977
DATE BIDS RECEIVED
BIDDER
TYPE Oi= SECURITY
AMOUNT
FOR
ACCOUNTING
USE
Big Chief Inc.
$8,196.00
6600 State Road 84
Ft. Lauderdale, Florida 33317
Ben Hurwitz Inc.
$6,200.00
16300 North Miami Ave.
Miami,Florida 33169
ABC Demolition Corporation
$14,844.00
• 14301 BiscayneBoulevard
N. Miami, Florida 33161
Cuyahoga Wrecking Corporatioi
$8,850.00
.
P.O. Box 65
Opa locka, Florida 33054
(
A.J. Parker
7721 N.W. 17th Ave.
no bid
Miami, Florida 33147
4
"SU PORTPVE
DOCUMENTS
_Fetteky
Received the obove described checks this_ day of
19
FOR ACCOUNTING DIVISION
C TY CP MIAMI, FLORIDA
REQUISITION FOR
ADVERTISEMENT FOR BIDS
0.
L
V DEPT/DIV {.inancc:/Purcllasa.N
^'1 ACCOUNT CODE Pam^ inAadbi
Q BID NO. DATE_ J"
cl PREPARED BY L. ,; Ini PHONE. r;,:
Z
CODE
ITEM DESCRIPTION
QUANTITY
UNIT
PRICE
T)2 Znci Avc:
QUANTITY REPRESENTS DEPARTMENT
REQUIREMENTS FOR MONTHS
DATE
AMOUNT
AMT.
TOTAL
ESTIMATED COST :
CONTRACTUAL: $ i',`'c^"W
INCIDENTAL : $ 3.0�l'`�I"
TOTAL 6,756.0
SOURCE OF FUNDS :
To be filled in by
EXPENDITURE CONTROL:
PROJECT CODE
APPROVED BY
BIDS TO BE SECURED FOR
.'1oiition of O
FOR THE DEPARTMENT OF:
builJin13 and Lcji in, :, pt.
ADVERTISE ON
BIDS TO BE RECEIVED ON
DIRECTOR OF ISSUING DEPARTMENT
r I 1
I r-r `
---
OLLQ u
FUNDS AVAILABLE FOR PROJECT INVOLVED
AD CODE,
EXPENDITURE C ROLLER
COPIES 7'0: Purchasing (Org.) — City Manager — City Clerk —Expenditure Control — Issuing Department — Other Affected Department
FORM NO 1043- REV. 74 WHITE
GREEN PINK CANARY BLUE GOLDENROD
Fowl Ativtii 1 i.0.111040
Ili+i Nu .7tzt77-9(i .
St'ii11i11 1►irltc wt Illy t'il y f1;►tr,ulr�r rtritl
1'i1y 1'1iiik tit Ihi, t'i1y iil Miami, I inri•1;i nu 110t•r Ihaii
10:00 A. M.
t►tr It►i k
August 8, 1977�
(rir the temulition •ut the �Illl�lu►J -sil: _1332_Pl�
2ng Avenue
;it•rur11;►iu•r. wily tlt•t;ii 11.11 !Wig' ir•ut itttit; .iv;tiltiUle
twin% ;it (hi. i►I 1 it ti tit 111ii i•iit•t•h,r.;liul Atli'rit ►
Pitt• mil Div SSlit I'm Amt., ii ini Ilt ivr, flinaii,
11,1r11111►1w ••79-(,51111.
y rif Miami , 1 ) (ill tit,
♦1 it, Ili;i:t:ltii
t'il y f�liuiatllit
SUBMIT 3IDS TO:
Page 1 of
pages
Bids will be opened
Office of the City Clerk
3500 Pan American Drive
P.O. Box 330708
Miami, Florida 33133 ! !
TELEPHONE NUMBER
579-6380
August 8, 1977 - 10:00 A.f1
dnd may not be withdrawn within ninety days
after such date and time.
MAILING DATE (City)
July 27. 1977
BID TITLE
CITY OF MIAMI, FLORIDA
INVITATION TO BID
Bidder Acknowledgment
BID NO.
76-7 7-96
DI -VOLITION of 1332 N. W. 2nd Avenue
Alt awards Trade as a result of this bid shallkid-4orre toappl,cabie
sections of the char ter acid code of the City of Miami
Reason for "no bid"
NAME OF VENDOR
A CORPORATION OF THE
STATE OF
AREA CODE
TELEPHONE NUMBER
VENDOR NO.
N/A
MAILING ADDRESS
VENDOR MAILING DATE
CITYSTATE•ZIP
CERTIFIEC, 04 CASHiEK'S CHECK OR BID BOND IS
���•.... ,••�i. KCUUih'Eb, IN THE AMOUNT OF
i c,'r.ly rhdr th,s bat ,s nidrle urwr „r,ae's!,,u,,,y agreement o,
cnnnr�nu,i ,•,.th d,iy coruwdrwn h„n or ue,sur+ s„b,n,rhny d hid lu, the
sd i.e niat er,d,s A,pphea Ur rywp,nr„f ,na, ,s „dll resor,.ts fa„ dn,l rvi thuut
C u,lus,0,i Or fra,,0 1 dyree r0 db,rfr by ,rr/ cwn1,t•0, 5 01 rhs b,,, awl ,e, t•ly
that 1 d,i' authorize(' r0 sign th,f I/ol fur thr hid, lrr
AUTHORIZED SIGNATURE (fllanuat)
AUTHORIZED SIGNATURE (Typed) TITLE
GENERAL CONDITIONS
BIDDER: To Insure acceptance of the bid, follow these Instructions,
SEALED BIDS: All bid sheets and this form must be executed and
submitted In a sealed envelope. The fete of the envelope shell contain, In
addition to the above address, the dote and time of the bid opening, and
the bid number. Bids not submitted on attached bid form may be relec
Sec!. All bids are sublet) to the conditions specified herein. Those which do
not comply with these conditions are sublect to relection.
1. EXECUTION OF BID: 61d must contain a manual signature of an
authorized representative In the space provided above. The company
name and vendor nbrrd:ar .rr..:1 ::Cori:Cr Lr. ez. Ga„e ^.', Ms 1;4: al
required. (It a vendor number has not been assigned to your tom.
pony, contact this Office In writing.
2. NO BID: If not submitting a bid, respond by returning one copy of this
form, marking It "NO BID", and explain the reason In the space
rrovided above. Repeated failure to quote without sufficient
ustlficatlon shall be cause for removal W the supplier's name from
he bid malting Ilse.
NOTE' Toquslify as a respondent, bidder must submit a "NO BID",
and It must be received no later than the stated bid opening date and
hour,
S, BID OPENING: Shell be pubtic, on the date and et the time specified
on the bid form if Is the bidder's resonalbllity to assure that his bid Is
delivered a1 the proper time and place of the bid opening. Bids which
for any reason are not so delivered, will not be considered. Offers by
telegram or telephone ere not acceptable.
4. RID TABULATIONS: Will not be furnished. Bid files may be
examined during normal working hours.
S. PRICES, TERMS and PAYMENT: Firm prices shall be quoted;
typed or printed In Ink and Include ell pecking, handling, shipping
charges and delivery to the destination shown herein Bidder Is
requested to offer cash discount for prompt invoice payment.
Discount time will be computed from the date of satisfactory oehvery
at place of acceptance or from receipt of correct invoice et the office
specified, whichever is later.
ll�
a1 TAXES: Do not include state or federal taxes. Not applicable to
municipalities.
b) MISTAKES' Bidders are expected to examine the specificatlorts,
delivery schedule, bid prices, extensions and all Instructions
bidder'
pertaining to Supplies and services. Failure to d0 /0 will be at
s risk
el DISCOUNTS: Win be considered in determining the lowest net
cost.
dl CONDITION ANO PACKAGING: it Is understood and agreed
that any item offered or shipped as a result of this bid shall be
new (current production model at the time of this bil). All con
tainers shell be suitable for storage or shipment, and all prices
shall include standard commercial packaging.
SAFETY er..!4D 0!; - puiarea in the
- ain•e.r♦ uriier w, se •n
bid, oll manufoctured hems and fobricot•d ossemblies shall
comply with upplicobl• requirements of Occupational Safety
and Healtl, Act and any standards thereunder.
I) UNDERWRITERS' LABORATORIES: Unless otherwise
stipulated In the bid, all manufactured Items and fabricated
assemblies shall Carry U.L approval and reexaminallon listing
where such has been established.
q) PAYMENT: Payment will be made by the city after the items
awarded to a vendor have been received, Inspected, and found to
comply with award specifications, free Of damage or detect and
property Invoiced. All Invoices shall bear the purthale order
number.
S. DELIVERY: Unless actual date of delivery Is specified (or If
specified delivery cannot be met), show number of days required to
make aellvery after receipt of purchase order In specs provided.
Delivery time may become a basis for making en award (see Special
Conditions) Delivery shall be within the normal working hours of the
user, Monday through Friday.
7. MANUFACTURERS' NAMES AND APPROVED EQUIVALENTS:
Any manufacturers' names, trade names, brand model names, In.
formation and or catalog numbers listed In a specification are for
information, not to limit competition. The bidder may offer any
brand for which he is an authorized representative, which meets or
texceeds the sp_c,lication for any Item(s). if the bids are Dosed on
)� 1 `
11
`t1, ] , 1
1 J )
SUBMIT OIDS TO:
Office of the City Clerk
3500 Pan American Drive
P.O. Box 330709
Miami, Florida 33133
CITY OF MIAMI, FLORIDA
INVITATION TO BID
Bidder Acknowledgment
Page 1 of
Pages
Bids will be opened
TELEPHONE NUMBER
579 - 6380
August 8, 1977 - 10:00 A.N.
and may not be withdrawn within ninety days
atter Such date and hills.
MAILING DATE (City)
.7tlly 27. 1977
BID TITLE
BID NO
76-77-96
�Cf90L ITION of B32 N. W. 2nd Avenue
All awards made as a result of this bid shall conform to atsplicable
sections of the char ter anti cute of the City of Miami
Reason for "no bid"
NAME OF VENDOR
MAILING ADDRESS
A CORPORATION OF THE
STALE OF
AREA CODE
ITELEPHONENUMBER
VENDOR MAILING DATE
.
VENDOR NO.
N/A
CITY-STATE ZIP
EWTIFIE AT !ACHED. v,HEN REQUIRED. IN THE AMOUNT OF S
l ir't,fy (hdt t11,S 0 it rS made without 11r,or wuld',stdn,1,,�y Ayres,„rnt o,
'' cO'i. hart :.,, fh d,+y IdrpO,d hull. hr ill Ur Ue, so„ su+r," rh ny d hcl lu, bhe
sdnle mdtt'r,d/s Supplies. Or eyu'p, nerlt d.r7/ a ,r, d'l recur, is fd,r dill/ ,7, rhoul
C)/lr rs,un Ur tram/ I agree to dim le by ill (Limb( U,rs u! fh,3 h,rl ,o',/, et ov
end) / dn1 a+rlhontrd to sign tn,s b,rl for Mrn.J,1r,
AUTHORIZED SIGNATURE (Manuel)
AUTHORIZED SIGNATURE (Typed) TITLE
GENERAL CONDITIONS
BIDDER: To insure acceptance of the bid, follow these in;.1uctlons,
SEALED BIDS: All bid sheets and this form must be executed and
Submitted In a seated envelope. The lace of the envelope shall contain, In
addition to the above address, the date and time of the bid Opening, and
the bld number. Bids not submitted on attached bid form may be relec
tea. All bids ere sublect to the conoltions speed herein. Those which do
riot comply with these conditions are subject to refection.
1. EXECUTION OF BID: Bid must contain a menuet signature of an
authorized representetive In the space provided above. The company
name and vendor number must also appear on each page or the old es
required. (If a vendor number hes not been assigned to your tom
pony, contact this office In writing.
2, NO BID: If not Submitting a bid, respond by returning one copy of this
form, marking It "NO BID", and explain the reason In the space
1rovlded above Repeated failure to quote without sufficient
ustlflcetlon shall be cause for removal of the supplier's name from
he bid mailing Ilst.
NOTE' Toqual(fy as a respondent, bidder must submit a "NO BID",
end It must be received no later than the stated bld opening date and
four.
2. BIDOPEN1NO: Shall be public, on the data and at the time specified
on the bid form. I t Is the bidder's resonsIbIl lfy to assure that his bid Is
delivered at the proper time and place of the bid opening Bids which
for any reason are not so delivered, will not be considered. Offers by
telegram or telephone ere not acceptable.
4. BID TABULATIONS: Will not be furnished. Bid files may be
examined during normal working hours.
S. PRICES. TERMS end PAYMENT: Firm prices shell be quoted;
typed or printed In Ink and Include all packing, handling, shipping
charges and delivery to the destination Shown herein Bidder is
requested to otter cash oiscount for prompt invoice payment.
Discount time will be computed from the date of satisfactory delivery
of place of acceptance or from receipt o1 correct trtvo�cC�1
specified, whichever Is later. _ 1 l
a1 TAXES: Do not include state or federal taxes. Not applicable to
municpallties
b) MISTAKES Bidders are expected to examine the specifications,
delivery schedule, bid prices, extensions and ell Instructions
pertaining to supplies and services Failure to do so will be at
bidder's risk
C) DISCOUNTS. Will be considered In determining the lowest net
cost d) CONDITION AND PACKAGINO: it Is understood and agreed
that any item offered or snipped as a result of this bld shall be
new (current production model al the time o1 this bid) All con-
tainers shall to suitable for storage or shipment, and ell prices
shall include standard commercial packaging.
ei iAFET'i STANDARUS: unless otherwise stipulated in the
bid, all munufoctured items and fabricated assemblies sholl
comply with applicable requirements of Occupational Safety
and Health Act and any standards thereunder.
f) UNDERWRITERS' LABORATORIES: unless otherwlse
stipulated In the bid, ell manufactured Items and fabricated
assemblies shell carry U.L. approval and reexamination listing
where such hes been established.
g) PAYMENT: Payment will be made by the city after the items
awarded 10 a vendor have been received, Inspected, and found to
comply with award specifications, free of damage or detect and
properly invoiced. All invoices shall bear the purchase order
number.
the ofllce brand for which he is an authorized representetive, which meets or
/1 xt the specification for any Item(s) If the bids are based on
Jt�11,v(
a. DELIVERY: Unless actual dale of delivery Is specified (or If
specified delivery cannot be met), show number of days required t0
make delivery after receipt Of purchase order In space provided.
Delivery time may become a basis for making en award (see Special
Conditions) Delivery Shall be within the normal working hours of the
user, Monday through Frldey.
7. MANUFACTURERS' NAMES AND APPROVED EQUIVALENTS:
Any manufacturers' names, trade names, brand model names, In•
formation and or catalog numbers listed In a specification are for
information, nil to limit competition Tne bidder may offer any
1'
ENT S
FOLLOW"
•
CIt JF MAt•1I, FLORIDA
•
DID NO. 76-77-96
SPECIAL PROVItiLO ti - SPECIFICATIONS
Scope: Description and Location
The work included in this project consists of furnishing all
labor and equipment necessary to demolish the building located
at 832 N. W. 2nd Avenue , and remove from the site all debris
resulting from this demolition, The demolition consists of all
building, footings, walls, etc. on the property.
Demolition briefly described, shall include wood and/or concrete
roofs, frame stucco and/or concrete block walls, reinforced
concrete columns, beams, windows, doors, floors, all rough plumb-
ing and electrical conduit.
This project must be accomplished by a Licensed Demolition Con-
tractors.
During the demolition the Contractor shall block off the sidewalk
and reroute the pedestrians to the other side of the street. The
Contractors gray also find it necessary to block off one lane of
traffic during the demolition and in this case permission must
be granted by the City of Miami Police Department.
The one story l'l3`.; commercial building situated on the property described
above is ready for demolition.
The Contractor is hereby alerted as part of this contract that
a competent superintendent shall be in responsible charge of the
job at all times.
All material and debris, resulting from the Contractor's work
shall be removed from the site and disposed of by the Contractor.
Care should be taken during the demolition to see that no debris
is deposited in the right of way of the adjoining streets.
All sewer and water lines less than 12" below surrounding grade
shall be removed. The sewer line shall be cut and capped at the
base of the building line.
Septic tanks, if any shall have their tops slabs removed, be pumped:
out, bottoms perforated, and backfilled by wet tamping.
Care shall be taken to see that sidewalks, curbs, etc. are not
broken due to the demolition and any adjacent sidewalk that is
broken during the demolition shall be presumed to be due to the
Contractor's operations and shall be replaced by him at no cost
to the City.
Include in demolition bids the ;statement.: "Owner has been given credit for all
salvable material in our bid".
Permits are to be secured from the City of Miami Building Department, and work
.is to commence within 10 days after award of contract.
On completion of .job and inspector's final OK, ia,:wuid release of lien and In-
voice.
r"SIJP ORTJVE
000Lr►V;`_� s svITS
r;
i r.
i (-' '•,rt
CITY or MIAMI, FLORIDA
131D NO. 76-77-96
SPECIAL CONDITIONS
Purchase Orders will be subject to immediate cancellation if either product
or service do not meet. the City's Performance Standards.
It is the bidder's responsibility to become fully informed as to the nature
and extent of the work required and its relation to any other work in the
area, including possible interference from the City of Miami activities.
Arrangements for bidder's inspection of City facilities and activities sched-
ules may be secured from the office of the requesting department.
It shall be the responsibility of the successful bidder to maintain workmen's
compensation insurance, property damage, liabilit; insurance and vehicular
liability insurance during the time any of his personnel are wokinl on City
of Miami property. Public liability coverage shall not be less than $300,U00
per occ'urence/aggregnle for injury or death, and not. less than $50,000 per
occurence/aggregate property damage. Loss be fire or any other cause shall be
the responsibility of the vunlor• until such times ;Li the itema and/or work has
been accepted by the City. The vendor shall furnish the City with a certificate
of insurance after award has been made but prior to the start_ of any work on
City property. Said insurance certificate shall name the City of Miami as an
additional insured. A11 insurance companies must. be authorized to do business
in the State of Florida and the City wi11 na accept. any company that has a
rating less than A:AAA in accordance to A.M. f3eat's hey Rating 11uide, latest
edition.
The City reserves the right, to require a bidder to submit such evidence of hiu
qualifications as it may deem necessary. The City wi11 consider any evidence •
available to it as to the financial, technical, and other qualification and
abilities of a bidder, including past performance with the City. The City
further reserves the right to require the successful bidder to furnish an
acceptable performance bond before awarding the contract.
During the evaluation of bids and the sirh ,equent. award of contracts and Purchase
Orders for products and services, preference shall be given to those items manu-
factured and produced in the City of Miami, Metropolitan Dade County and the State
of Florida, provided said products and services are comparable in price and quality
as well as meeting other necessary criteria such as delivery, services and avail-
ability of replacement parts.
w
LITUr Mifi'11, r L,v+Nay.-s
Bid ?Jo. 76-77-96
Bid :sheet IF
From: Purchasing Division, City of Miami, Florida, P.O. box 330708, Miami
Florida, 33133. (Attention Purchasing Agent, Phone 579-6300).
i IIPORTANT: BID SIIL•'ET ANI) PAGE L MUST I3E RETURNED IN DUPLICATE IN A'I'TACIIED
ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING.
(Cash discount allowed for prompt payment).
�:rms :
%dditional Discount of % if awarded all items.
Jarranty and/or guarantee:
state any variances to specifications:
todel, name or identification number of item bid:
ielivery calendar days required upon receipt of Purchase Order.
)elivery Point(e) : F .0.0. 032 N. U. 2nd AveDue, Miami., Florida
The undersigned, having carefully examined the Invitation to
Bid, the General and Special Conditions, and the Specifications
on the preceding pages, proposes to demolish the One Story CBS
Commercial Building listed above, for the sum of $
I, certify that this bid is made without prior understanding, agree-
ment, or connection with any corporation, firm, or person submitting
a bid for the some demolition project, and is in all respect fair and
without collusion or fraud.
I agree to abide by all conditions of this bid and certify that I am
authorized to sign this bid for the bidder.
';iejnaturc:
' J ompany)
AY:
(Name andT Vie)
Date;
CITY OF MIAMI, FLORIDA
Bid :sheet
1iid No. 76-77-96
'rom: Purchasing Division, City of Miami, Florida, P.O. Box 33070B, Miami
Florida, 33133. (Attention Purchasing Agent, Phone 579-63EI0).
D
IMPORTANT: BID SHEET AND PAGE L MUST BE IRETURNED IN DUPLICATE IPIA,ITACHEDG
ENVELOPE IDENTIFIED BY BID NUMBER, IME AND DATE E�,
(Cash discount allowed for prompt payment).
Llditional Discount of % if awarded all items.
4arranty and/or guarantee:
state any variances to specifications:
em
todel, name or identification number
uiredtuponlreceipt of Purchase Order.
)elivery calendar days req
)elivery Point(s) : F.O.B. O32 N. U. 2r►d Avefxlc, Iliomi, Florida
The undersigned, having carefully examined the Invitation to
Bid, the General and Special Conditions, and the Specifications
on the preceding pages, proposes to demolish the One Story CBS
Commercial Building listed above, for the sum of $
agree-
ment, certify that this bid is made without prior unodertaninubmittee-
ment, or connection with any corporation, r person
ing
a bid for the same demolition project, and is in all respect fair and
without collusion or fraud.
I agree to abide by all conditions of this bid and certify that I am
authorized to sign this bid for the bidder.
;iynature:
ompany
Date
By:
Name a[1a '-1-111.e)