Loading...
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)