Loading...
1987-01 Accepts Annual Contracts1 1 1 i RESOLUTION NO. ]-87 A RESOLUTION OF THE VILLAGE ~IJNCIL OF NORTH PALM BEACH, FIJJRIDA ACCEPTING THE ANNUAL CONTRACTS LET BY PALM BEACH OOCTNPY FDR VARIWS PUBLIC WORKS MATERIAIS, AND PRUJIDING AN EFFECTIVE DATE. BE IT RESOLVED BY THE VILLAGE OOUNCIL OF NORTH PALM BEACH, FLORIDA: Section 1. The annual contracts let by Palm Beach County for. various Public Works materials, copies of which are attached to this Resolution, are hereby accepted by the Village of North Palm Beach in accordance with their terms. .The appropriate Village officials are hereby directed to advise Palm Beach County of this acceptance. Section 2. This resolution shall take effect immediately upon passage. PASSID AND ADOPTED THIS 8th DAY OF JANUARY .1987 = _~ ATTEST: ~: e ~. e 1 i October 28, 1986 86-233A Contract for Gasoline/Diesel Fuel Recommend award to - Port Petroleum, Lots 1,2,3 and 4 for Tankwagon delivery at the unit prices shown. Mansfield Oil Co., Lots 1,2,3,4 and 5 for Transport delivery at the unit prices shown. Belcher Oil, Lots 1,2,3,4 and 5 for Transport delivery of Diesel N1, as the unit prices shown. Nana's Petroleum, for Lot k5 for Tankwagon delivery at the unit price shown. The total estimated annual usage is 53,000,000. Funds are properly budgeted in various departmental accounts. Bids were sent to thirty-one (31) vendors. the results are shown on the attached Bid Tabulation Sheet. F w w N O F 6 a fO c F Q H W () W U1 U 0 v, ~' O c~ N O +~-~ L U c0 N L C O U w a H N F d M M N I CO A 0.1 U i z H C7 z F w x A H U Z H N i 6 a 0 U a H 0 ca a w W ¢z U z H O U W x u u O U G N F c 0 3 C F V N O y G m ~. H G 0 ro a X G A F J-1 N O N G N F G O 3 G N N m ro N v c '" ~ O A 6 •~ ~ +' - u •~ G IC L+ O N U ~~ N N N a G n c Itl i ~U n ~ OI I 7-. ~ M O1 ~' lJ ~ '"' I O m ro r~ ro ~ I 1 \ \ 1 V V V U V I M M M 00 ~ N h N ^ o ~ ~ I i ~ z • I 1 I 1 .~ ~ H .+ H I ~ ~ ro ro ro ~ ~ ~ ~ ~ ~ 1 u v v u u 1 1 I I 1 N N H N 1 N 1 N ed N ~ ~ ~ \ \ \ \ 1 V V V V U ; V1 Vl V'1 O I O~ O~ M W O j M M ~7 z ~ • ; I I .. .~ rl .~ .-I 1 ro ro m ro ca I 1 ~ ~ ~ ~ ~ 1 u u u u u 1 I 1 1 1 1 • N H H N .-1 I 1 m ~ ~ ro ~ ~ ~ \ ~ \ \ 1 u u u u u l I 1 N O~ N i~ W ~ O O O 1 ~ I 1 I r-1 N r--1 N N 1 N N N t6 t0 I 1 ~ ~ ~ ~ \ 1 u u u u u l I i 1 I I v i v i v i ~ ' v ~ N i G '~ H R7 H H N Ol N m v 8 r-1 ~ H al G/ 41 Q1 N r v G ~ P4 O N A A ~ ~ ~ ~ ~ U1 G1 O1 O/ U1 L L ~ iJ L H H H H H ~U .,. N 1 O a H H N ~ ~ ro m m ro '~ ~ ~ ~ v u u v v M f~1 M ~ • O O~ J fA O In ~ In In z N N c0 N ~ ~ ~ ~ ~ ~ u u u u u N N H H N N t0 c0 td ~V \ \ \ \ \ V V u V V V1 Vl V1 O O O~ J W .-i ~ M .t d z • r-i r-1 '-1 N r-1 ca cu ~ m m ~ ~ ~ ~ ~ u u u u u ~ ~ ~ ~ ~ N (d N N N ~ ~ ~ ~ u u u u u N O~ N 1~ W d ~7 ~t J ~t .-/ .-/ N .-~ e•-1 N ~f N N t0 u u v u u ~o v v v C '.~ N ~p M H ld 'O ~ N 1-i ~ y {.1 N N ~ O v F ~ . i . i 04 ~ cq A A .-1 N M ~? 1/1 N N 41 O1 O1 H H H H H ~, O H 0 a ~ ~i O ~ a cn > E p H F A ~ F W W 7. O H G a q C F A rI W U a W Q1 Vi v 0 c •N O (n ro U N 0 w u V ro N u G O U W a H H F a M (`^ n' 1 •.•~ r-1 N .-~ .-1 I N H N N r'I y~ ro ro ro ro ro 1 ro ro ro ro ro N 1 U O ~ ~ ~ ~ ~ 1 ~ ~ ~ ~ ~ V U V V V 1 V V u U V 7 ~ G I ~ ~ N I .v p• I - a. I ~ ~ 1 N H e-~ .-~ N •--~ 1 r--i N N N N .a c ro ro ro ro ro I ro ro ro ro ro ~ ° I Q 1 \ \ ~ \ ~ u u u u u u u u u u ~ ro ~ ~ 1 X ~ z F z i i o 1 N H r-1 N N N 1 Q rM N N ~-/ r~-1 L ro ro ro ro ro I ro ro ro ro ro V ~ ' ~ z O ~ ~ ~ ~ ~ 1 U ~ ~ ~ ~ ~ 1-+ V u u U V 1 ro U U Cl V U to G Vl uy V1 1~ I CO N N N n W ro M M t` N ~ I M M 1~ N ~ H H J J J In ~1' ; ~ ~7 J .Y v1 ~1' N a' 1 •,, ~ w 1 A W G ro ro N ro ro 1 fL' ro ro ro ro ro Z E" p 1 W z ~ ~ ~ ~ ~ 1 ~ ~ ~ ~ ~ ~ > W ro u u u u u I u u u v u 3 I •O ~ ~ H ~ ' O~ O+ ~7 °+ o j y °~ O~ ~7 O~ ' O W .7 J vl Ill In I H I d J l!1 tl 1 1!~ • 1 N L ~--1 N rl N ~-1 1 N N N N N N ro ro ro ro ro I a ro ro ro ro ro p I •.+ U P ~ ~ ~ ~ ~ 1 N ~ ~ ~ ~ ~ m u v V u u I V U U V V 2 G I ^ 1-1 ro 1 N H O r M N t` M M j . V- M N 1~ M M `J .7 .7 .t In .t 1 H .7 ~ ~ N J .-I W 1 ro a 1 0 c~ 0 1 o a .-~ .-1 .-+ .-I rI I .c r-1 .-, .-I r+ .-1 A F G ro ro ro ro ro l U ro ro ro ro ro a ° ro w ~ ~ ~ ~ ~ i a i ~ ~ ~ ~ ~ > ro v u u u u l w u u u u u H 3 I rx x 1 ~ °a ro rn ~ rn ~ r+ ~ ~ rn ~ rn ~-+ rl f~ M ~r'1 O~ l0 ~O I W V1 V1 O~ ~O ~O .t .Y ~ In .t I J .7 .t In ~t 1 ro ro 1 H ~ i a ,- . N v v G Ul ¢ Gl 1 N O A i ~ N •~ L ~ L U G1 1 ro N 1 W G ro rI 1 a .- •.. w ~'' ~ fA O H I o H ~'+ V ro b H H I N b H N W •~ y OG G N UI N I v H N U1 O Li O O ro b E3 '-I N 1 L ro b 5 rl ~-1 W U G a Gl N N to I a d N N N d £ it ~ 0 00 r+ CL W d l a o0 '-1 CL N Ql F G' a w o v G a •.+ •.+ I '7 ro C a •.+ •.+ o w w ~ oo fa: o N A A I p4 5 y A A F F A I 1 ~ ~ ~ rl N M ~7 tll 1 e-1 N M ~7 V1 ~ M C,a` ~ S~ S^ Ck 1 ~7 ti4. 4' '.'.~ ~k ~ l ~ N U ~ ~ [t Q ~ 1 ~ 8 ~ Q +~ V ro N N O/ N UI 1 L G/ Ul 41 N W O N U JJ L U U I O 1-I L 1J 3~ L ...] O] H H N H H 1 a N N H 1-1 H ~ O E+ A 3 Q J O w a November 25, 1986 86-247 Annual Contract for Construction and Removal of Sidewalks and Traffic Separators. Recommend award to ,_~ o-7„ _/ Sidewalks, Curbs, R.W.S. Concrete Service, Inc., the sole bidder with a total estimated annual usage of $20,000. Funds are properly budgeted in Road and Bridge account 254029-4607. Bids were sent to twenty-four (24) vendors. The results are shown on the attached Bid Tabulation Sheet. BID PROPOSAL - EAST COAST AREA ITEM PRICE/UNIT REMOVAL PRICE REMOVAL PRICE N0. DESCRIPTION NEW UNIT CONCRETE ASPHALT OR OTHER 1. Concrete Curb & Gutter $ 7.40 /L.F. $ 2.50 /L.F. $ 1.30 /L.F. Type A 2. Concrete Curb Type A $ 7,pp• /L.F. 8 2.50 /L.F. $ 1.40 /L.F. 3. Concrete Curb Type D $ 9.00 /L.F. $ 2.50 /L. F. $ 1.40 /L.F. 4. Concrete Curb & Gutter $ 9.50 /L.F. $ 2.50 /L.F. $ 1.40 /L.F. Type E 5. Concrete Traffic $ 17.75 /L.F. .$ 2.90 /L.F. $ 1.90 /L.F. Separator Type I _4' w ide 6. Concrete Traffic $ 15.50 /L. F. $ 2.90 /L. F. $ 1.90 /L.F. Separator Type II _y ~ wide 7. Concrete Traffic $ 15.60 /L.F. $ 2.90 /L. F. $ 1.90 /L.F. Separator Type III _4' wide 8. Concrete Traffic $ 17.75 /L.F. $ 2.90 /L. F. $ 1.00 /L.F. Separator Type IV _4' wide 9. Concrete Traffic $ 15.75 /L.F. $ 2.90 /L.F. $ 1.90 /L.F. Separator Type V_4' w ide •• 10. P.B.C. 6" Concrete $ 11.00 /L.F. $ 2.90 /L•F• $_ 1.40 /L.F. Curb & Gutter 11. P.B.C. 4" Concrete $ ii.FO /L.F. $ 2.7F /L.F. $ i.tt0 /L.F. Curb & Gutter 12. P.B.C. Driveway Curb $ 9.50 /L.F. $ 2.75 /L.F. $_ 1.30 /L.F. 13. P.B.C. Mountable $ 0.50 /L.F. $ 2.75 /L.F. $ 1.40 /L.F. Gutter 14. P.B.C. flush Neader $ ~n nn /L.F. $ 2_Fn /L.F. $ i,i5 /L F. Curb 15. Concrete Sidewalk $ i~_~~ /sq.yd. $ F. 30 /sq.yd. $ 4.OF /sq.yd. 16. Concrete Driveways $ 22.95 /sq.yd. $ 6,q0 /sq.yd. $ ti n5 /sq.yd. " TOTAL: $ 207.25 $ F0.7~_ $ ~9.3~ Combined East Coast Area: S 287.?5 -22- BID PROPOSAL - EAST COAST AREA ITEh1 N0. DESCRIPTION 1. Fla. D.O.T. Curb Inlet, Type 1 2. Fla. D.O.T. Curb Inlet, Type 2 3. Fla. D.O.T. Curb Inlet, Type 3 4. Fla. D.O.T. Curb Inlet, Type 4 5. Fla. D.O.T. Curb Inlet, Type 5 6. Fla. D.O.T. Curb Inlet, Type 6 7. Fla. D.O.T. Curb Inlet, Type 7 8. Fla. D.O.T. Curb Inlet, Type 8 9. Palm Beach County, Inlet Throat, Type 1 10. Palm Beach County, Inlet Throat, Type 2 11. Palm Beach County, Inlet Throat, Type 3 12. Palm Beach County, Inlet Throat, Type 4 13. Palm Beach County, Inlet Throat, Type 5 14. Palm Beach County, Inlet Throat, Type 6 PRICE/UNIT $ ~i on /ea. $ 44nn /ea. .E?i nn /ea. $ 4400 /ea. $ 4] 00 /ea. $ 4500 /ea. S X800 /ea. $ 3o4n /ea. $ 4100 /ea. $ 4400 /ea. $ 3140 /ea. $ 4400 /ea. $ 3140 /ea. $ 4400 /ea. Combined East Coast Area Total: $ 50,920 BID PROPOSAL - GLADES AREA 1. Fla. D.O.T. Curb Inlet, Type 1 2. Fla. D.O.T. Curb Inlet, Type 2 3. Fla. D.O.T. Curb Inlet, Type 3 4. Fla. D.O.T. Curb Inlet, Type 4 5. Fla. D.O.T. Curb Inlet, Type 5 6. Fla. D.O.T. Curb Inlet, Type 6 7. Fla. D.O.T. Curb Inlet, Type 7 8. Fla. D.O.T. Curb Inlet, Type 8 $ 550 /ea. $ 4900 , /ea. $ 3550 /ea. $ 4900 /ea. $ 3550 /ea. $ 4850 /ea. $ 3250 /ea. $ 4400 /ea. r . 87-9/JP BID PROPOSAL SECTION I - COUNTY JURISDICTION (Approximately 1,000 sq. yds. of Type II Asphaltic Concrete 1" thick, new walkway in each district). item #1 - District 1: $ 7.50 /sy Extended: $7.500.00 (incl. 9" base 1" A.C.) item #2 - District 2: $ 6.75 /sy (incl. 4" base 1" A.C.) Item #3 - District 3: $ 6.70 /sy (incl. 4" base 1" A.C.) Item #4 - District 4: $ 7.50 /sy (incl. 4" base 1" A.C.) Item #5 - District 5: $ 11.25 /sy (incl. 12" base 1" A.C. Extended: $6,750.00 Extended: $6,700.00 Extended: $7,500.00 Extended: $11,250.00 SECTION II - STATE JURISDICTION (Approximately 1,000 sq. yds. of Type II Asphaltic Concrete 2" thick, new walkway in each district). Item #6 - District 1: $ 8.50 /sy Extended: $ 8,500.00 (incl. 6" base, 2" A.C.) Item #7 - District 2: $ 7.75 /sy Extended: $ 7,750.00 (incl. 6" base, 2" A.C.) Item #8 - District 3: $ 7.70 /sy Extended: $ 7.700.00 (incl. 6" base, 2" A.C.) ' Item #9 - District 4: $ 8.25 /sy Extended: $ 8.250.00 (incl. 6" base, 2" A.C.) Item 10 - District 5: $ 12.25 /sy Extended: $12.500.00 (incl. 12" base, 2" A.C. SECTION III - WALKWAY RESURFACING (Type II Asphaltic Concrete) Items 14, 18, 22, 26 & 30 Extended based on 400 tons DISTRICT 1 Item 11 - 0-20 Tons $ 125.00 per ton Item 12 - 21-49 Tons $ 100.00 ' _._ per ton item 13 - 50-100 Tons $ 75.00 _ per ton Item 14 - 101-up Tons $ 60.00 per ton Extended: $24,000.00 -18- - ~. 87-9/JP ~ , ~r- DISTRICT 2 - Item 15 - 0-20 Tons $125.00 per ton Item 16 - 21-49 Tons $100.00 per ton item 17 - 50-100 Tons $ 75,00 per ton Item 18 - 101-up Tons $ 60,00 per ton Extended: 524.000.00 DISTRICT 3 Item 19 - 0-20 Tons $125,00 per ton • item 20 - 21-49 Tons $100,00 per ton Item 21 - 50-100 Tons $ 75,00 per ton Item 22 - 101-up Tons $ 60,00 per ton Extended: $24.000.00 ~~ DISTRICT 4 rtem 23 - 0-20 Tons $125,00 per ton Item 29 - 21-99 Tons $100,00 per ton item 25 - 50-100 Tons $ 75.00 per ton item 26 - 101-up Tons $ 60.00 per ton Extended: 524.000.00 DISTRICT 5 Item 27 - 0-20 Tons $125.00 per ton. Item 28 - 21-99 Tons $100,00 per ton Item 29 - 50-100 Tons $ 75.00 per ton Item 30 - 101-up Tons $ 60.00 • per ton Extended: $24.000.00 86-286/DF BID PROPOSAL SECTION 1: Approximately 500 square yards of Concrete Walkway, 4" thick, in each district. Item #1: District #1: $ ,~j ~ /sy Extended: $ 5,00 ' Item #2: District #2: $~~~,j /sy Extended: S ,),QD Item #3: District #3: $ 13,35 /sy Extended: $ 5 0~ Item #4: District #4: $ I~, 50 /sy Extended: $~~ , rf,S~, ~~ - -x- - - Item #5: District #5: $ I4 ,10 /sy Extended: $ 7 7, X50 , ~ o TOTAL ESTIMATED PRICE FOR SECTION 1: $ ..! ,UD SECTION 2: Approximately 200 square yards of Concrete Walkway, 6" thick, in each district. item #6: District #1: $ I.S.,~S /sy Extended: $ Q,~~ Item #7: District #2: $ ~5. 00 /sy Extended: ~j ~,~~ $ ,7, (/()(1, ~Q ~ ` ~ Item #8: District #3: $ f.S, DO /sy Extended: $ ~ ~ , ~~ item #9: District #9: $!5 , 40 /sy Extended: $ ~" L3, (TQ, QD Item #10: District #5: - $ ~,-), QO /sv Extended. S .~. I ~n nn TOTAL ESTIMATED PRICE FOR SECTION 2: $~ ~O,DO SECTION 3: Removal of Concrete Walkway, approximately 250 square yards in each district. Item #11: District #1: $ , JrD /sy Extended: $ ~ a Item #12: District #2: $ 4,35 /sy Extended: $ 5 Q item #13: District #3: $ t~,35 /sy Extended: $ ~ ~'7.JQ Item #14: District #4: $~ ~~/sy Extended: $~ ~S,Q Item #15: District #5: c $ J ~ /sy Extended: $ I a5, vb TOTAL ESTIMATED PRICE FOR SECTION 3: $ ,UO -19- ( ~ SECTION 4: Removal of Asphalt or Other Walkway (approx. 100 sys) item #16: District #1: $ 4-, ~ /sy Extended: $ ~(~. ~~ Item #17: District #2: $ ~, 3~ /sy Extended: $_~35, 00 Item #18: District #3: $ , 3~^ /sy Extended: $ ~./j^ 6~ Item #19: District #4: $ /' c~_/sy Extended: $ T.J Il.a~ Item #20: District #5: $ `('. J~ /sy Extended: $ `i~Jd • OQ TOTAL ESTIMATED PRICE FOR SECTION 4: $ d~ TOTAL ESTIMATED PRICE FOR ALL FOUR (4) SECTIONS: $ Q~ IS QUALIFICATION OF BIDDERS INFORMATION INCLUDED, PER TERMS & CONDITIONS #28? YES _~ NO VENDOR REPRESENTS THAT HE/SHE IS A: Black Minority Business Enterprise ( ) Hispanic Minority Business Enterprise ( ) Other Minority Business Enterprise ( ) specify Women Business Enterprise ( ) Non-Minority Vendor (~ The undersigned further agrees to execute the Contract within ten (10) calendar days after the date on which the purchase order has been issued and to begin work with an adequate force and equipment within seven (7) calendar days after notification by the Director of Purchasing, or his duly appointed representative, and to fully complete all necessary work under/the same as set forth herein. NAME OF FIRM: ~IaTla ~Q~~ f~T~~~~1.~~.5. TY)C' BY: ADDRESS: TELEPHONE: ( ~~) `~ ~ p ~ ~ ~~ STATE LICENSE # COUNTY LICENSE #A3-D~k.~~ ~ 83-+D~~S= (if applicable) (if applicable) CITY LICENSE # (if applicable) -20- INDEMNIFICATION AND INSITRANCE Contractor agrees to protect, defend, reimburse, indemnify and hold the COUNTY, its agents, emplogeea and elected officers, and each of them, free and harmless at all times from and against any and all claims, liability, expenses, losses, costs, fines and damages (including attorney fees) and causes of action of every kind and character against or from COUNTY by reason of any damage to property or the environment, or bodily injury (including death) incurred or sustained by any party hereto, or of any party acquiring any interest hereunder, any agent or employee of any'- party hereto or of any party acquiring an interest hereunder, and any third or other party whomsoever, or• any governmental a~ency arising out of or incident to or in connection with Contractor a performance under this Agreement, Contractor's acts, omissions or operations hereunder, or the performance, non-performance or purported performances of the Contractor or any breach of the terms of this Agreement; provided, however, the Contractor shall not be responsible to COUNTY for damages resulting out of bodily injury or damages to property which Contractor can establish as being attributable to the sole negligence of COllNTY, its respec- tive agents, servants, employees or officers. B. Contractor will, at all times during the term of this agreement or any extensions thereof, maintain in full force and. effect the following insurance coverages: (1) Comprehensive Form General Liability including Broad From Property Damage and Contractual Liability Insurance in amounts no leas than $250,000 per person, $500,,000 per occurrence for Personal Injury, including death, and $250,000 per occurrence for Property. Damage. (2) Automobile Liability Insurance covering all owned, non- owned and hired vehicles used in connection with the terms of this agreement, in amounts not less than $250,000 per person, $500,000 per occurrence for Bodily Injury and $250,000 per occurrence for Property Damage. (3) Worker's Compensation Insurance as required by Chapter 440 of the Florida Statutes. A Certificate of Insurance evidencing coverages required by this agreement is to be submitted before starting service. All insur- ance is subject to the County's approval as to adequacy form and documentation and all coverages except Worker's Compensation shall be endorsed to indicate the Palm Beach County is an Additional Insured, As Their Interest May Appear. For purpose of bid evaluation, bidder must indicate any variance to .the specifications, terms and conditions, no matter how slight. If variations are not stated in the proposal, it shall be construed that the bid fully complies with the specifications, terms and conditions. •l PALM BEACU COUNTY PURCHASING DEPARTMENT 301 No. Olive Ave West Palm Beach. F1. 33901 Invitation to Bid No. 86-286/DF Title Annual Contract for Construction & Remova of Concrete Sidewalks Opening Date: 9/29/86 ADDENDUM # 1 PAGE 7. DELETE X25 and $26 PAGES 9 & 10, DELETE # 36 AND SUBSTITUTE ENCLOSED PAGE NOTE: Please acknowledge receipt of th with the bid proposal. a~ addendum by returning ~. ~ . ~a~~ DATE -. September 9. 1986 -223 nual Contract - Ready Mix Concrete and Rock commend award to - Rinker Materials, Inc., the low bidder for items 14,15,16,17 and 18 in the amount of $2,975. RMB Custom Concrete, the low bidder, for items 8,9,11,19,20,21 and 22 in the amount of 55,280. Mack Industries, the low bidder for items 1,2, 3,4,5,6,7,10,12 and 13 in the amount of 515,072.50. Funds are properly budgeted in various departmental accounts. Bids were sent to tvrelve (12) vendors. The results are shown on the attached Bid Tabulation Sheet. I N Z W N t? V? 1? N H N N N O/ .N N ~ L y O a o ~ Z ~ ~-Gi O O O O O O O O ~ ~ O ~ O O N N V1 V I~ O~ O N Q` O. r-1 1~ ro ri M d J f+1 ~7 J ~? ~' N N N N /? N (? f? u y c N U ~ G ~ O CJ ~ O O O ~ Z "~ L N O O O O O O O O ' ~ 7 O O O O O O O O ~ v ,~ p vi n m ~ s a ~ .n ~o ~o s '~ t? N (? I? (? tM V? N N rr ro .~ r ~ O ~ ~ ro ~ ' U'1 t!1 V1 V1 N ~ L+ n N n N !A l0 PO ~ O~ rd N J z z z ~ ~; M J .7 ~7 ~ '~'~, V~ V} f? N N 1? N • V1 ' 0 . w G • . ~ K x x x > > > ~ x ~ a ..., i '~ i -~ '~ i ~ ~ . i -- ~ . ^ w . ~ u . ; w p ; a ro u i u u u uv ~ N ro ro ro t ro ~ ~ v ~ ~ o I ~ A 00a oa Oa Op G OCC . O.'Z' . OCC. Op S ro 6 ~ 7 o ~ ~ ~ ~H ~H ~ro ,~ r i ~ va ..y y Ql F ..7 a ~ v i m i ..a y ..a N ..a y ..a c p A . ..a ..a ..a ..a a+~ F F N ~ ~ ~ a o a o ~o . eo ~o a .o o o o , ao 0 ^~ z o 0 0 0 0 0 0 0 0 a E~ Eo E~+ Eo dui Ern Eo Zvi H ~ N M M ~ N ~ ~ M ~ H H H H H H~ M M , ~ p 7 L M ~ O\i O W H O a N M N ~-+ C C a a p .-y N • N '+ ~ O O C N .-~ m rn~ ~~ w .~ ti o.-+u+ Ol cF H ~ M ..w a ~i .9 N m E .-. G/ i+ N i~ v E ~+ . v .. v ~+ N •'- w y N L ~ ~ V N 10 G 4! •r~ V •r L V L 6! 1 +~ E N o ~ a.~ V N C L 7.--i 61 U Y ~~~ E H A a 0 O w a U'i Ci' ro ,v ~a ~ C :ro w a H M H ~I N N y' N N N ~ H ~ F ~ O N a ~ ~ N Z :~ ~! b H ..1L u ,L' ~ - z tR \ 0 ~ N ,~ N ~ z N ~ O ~ rl „~ N O D . t!1 s ~ . U v u u .. G O x ~ ' O O ~ > 6 p u O U O O O O O O O ~ q ~ O N ~ r-~ N N CO rl Z us f? N N N N N t0 .N L+ N ~0 .+ H H v F •.r a C O ..+ L a .N t+ u N A O z 6 v -. M N a~ O O `° ~ z ,~ z ~ ~/} N N ;. ~ u ~ ~ U ,~ .-. O .-~ ~ O N •-• N U N Cti ~ N U U ~ ' UX ox oa U u1 V ~n 0 0 v 0 ' ~ a x Q ro ~ ~ . .. M Gl .. y O Gl • ri H m a .-~ a a ~ ~ ~ ,~ »~ a ~ ~ E ao E co U E N ~-+ v~_ w~•.+ v~v ur, uMa H~o -~ H N N ~ ~ .--~ 1 .. t/! tM a c w U ~ N H .. p a ~+ b4 i° a D V a a U V v U ~ ~ ~ ..r iw ~ # OU c ~ o E ~ O N ~ 4 i \ J ~ ~ ( l Q w .~ 0 Q~ N a w Q 0 H C G O W ~. a. _ _-____...~.._.....~..._...u..~.._......... ,_. 87-9/JP s., DISTRICT z Item 15 - 0-20 Tons $25.00 per ton Item 16 - 21-99 Tons $100.00 per ton Item 17 - 50-100 Tons $ 75.00 per ton Item 18 - 101-up ions $ G0,00 per ton Extended: S2[~.p00,0~_ UISTItICT 3 Item 19 - 0-20 Tons $125,00 per ton item 20 - 21-49 Tons $100N00 per ton Item 21 - 50-100 Tons $ 75,00 per ton Stem 22 - 101-up Tons $_G0.00 per ton Extended: $241000.00 ~~ DISTRICT 4 Ttem 23 - 0-20 Tons $125.00 per ton Item 24 - 21-99 Tons 5100.00 per ton Item 25 - 50-100 Tons $ 75,00 per ton Item 26 - 1.01-up Tons $ 60.00 per ton Extended: 524.000.00 DISTRICT 5 Item 27 - 0-20 Tons $125.00 per ton• Item 28 - 21-49 Tons $100_00 per ton Item 29 - 50-100 Tons $ 75.00 per ton Item 30 - 101-up Tons $ 60.00 per ton Extended: $24,000,00 a TOTAL ITEMS 1,ZHRU 30: $ ?.04,Y,00.00 VENDOR REPRESENTS THAT HE/SHE IS A: Black Minority Business Enterprise ( ) Hispanic Minority Business Enterprise (~) Other Minority Business Enterprise ( ) specify __ Women Business Enterprise ( ) Non-Minority Vendor (X) NAME OF FIRM: BY: CHARLES S. WHITF.SIDE, INC. ~P. 0. IIo:yfi~l9,~tke Worth, Fla. 334Gy/J ADDRESS: P. e M. Ev rett, Vice President 80 6619. Lake Worth. Fla. 33467 TELEP2iONE: ( 305 ) 9G7-1261 STATF•. LICENSE #CG 0008567 COUNTY LICENSE # (if applicable) (if applicable) CITY LICENSE # (if applicable) -19- 87-9/JP BID PROPOSAL SECTION I - COUNTY JURISDICTION (Approximately 1,000 sq. yds. of Type II Asphaltic Concrete 1" thick, new walkway in each district). Item #1 - District 1: S 7.50 /sy Extended: $7.500.00 (incl. 4" base 1" A.C.) Item #2 - District 2: S 6.75 /sy Extended: $6.750.00 (incl. 4" base 1" A.C. Item #3 - District 3: $ 6.70 /sy Extended: 56,700.00 (incl. 4" base 1" A.C.) Item #4 - District 9: $ 7.50 /sy Extended: 57,500.00 (incl. 4" base 1" A.C.) Item #5 - District 5: $ 11.25 /sy Extended: $111250.00 (incl. 12" base 1" A.C.) SECTION II - STATE JURISDICTION (Approximately 1,000 sq. yds. of Type II Asphaltic Concrete 2" thick, new walkway in each district). Item #6 - District 1: $ 8.50 /sy Extended: S 8,500.00 (incl. 6" base, 2" A.C.) Item #7 - District 2: $ 7.75 /sy Extended: $ 7.750.00 (incl. 6" base, 2" A.C.) Item #8 - District 3: $ 7.70 /sy Extended: $ 7.700.00_ (incl. 6" base, 2" A.C.) Item #9 - District 4: S 8.25 /sy Extended: S 8.250.00 (incl. 6" base, 2" A.C.) Item 10 - District 5: S 12_25 /sy Extended: 512.500.00 (incl. 12" base, 2" A.C.) SECTION III - WALKWAY RESURFACING (Type II Asphaltic Concrete) items 14, 16, 22, 26 & 30 Extended based on 900 tons DISTRICT 1 Item 11 - 0-20 Tons Item 12 - 21-99 Tons Item 13 - 50-100 Tons Item 14 - 101-up Tons $__125.00 per ton $ 100.00 per ton $_75.00 per ton $ 60.00 per ton Extended: $24,000.00 -18- September 17, 1985 Aid 85-185 Contract to Furnish, Haul F Place Asphaltic Concrete Surface Course and Sand Asphaltic Hot Pfix Recommend award to - Ranger Construction Industries, for sections I, II, III, IV, IX. Hardrives Inc., for sections V, VI, ViI, VIII. Total estimated usage for the year 51,72,146.OC Fur~cls are budgeted in various departm~:ntal accounts. Bids were sent to nineteen (19) vendors. The results are shown on the attached Bid Tabulation Sheet. C~~~Yv..~l~• ~i _(~- ~L J1U 1VV GJ-lOJ/VI • BID PROPOSAL ~~Lv~' SECTION 1 Approximately 2,000 tons of Type I, A.C.S.C., furnished, hauled and placed in each District Item 1 - East District: $ 35.00 /ton Extended: $ 70,000.00 Item ? - west District: $ 35.75 /ton Extended: $ 71,500.00 ---------------------------------------------------------------------------- SECTION II Approximately 2,000 tons of Type II, A.C.S:C., furnished, hauled and placed in each District Item 3 - East District: ,$ 34.00 /ton Extended: $ 68,000.00 Item 9 -'West District: $ 34.75 /ton Extended: $ 69,500.00 ------------------------------ ---------- --- -- SECIIOil III - Anproii~ately 2,000 ------------------ tons of S,'C-.5 A,C,S.C., furnish - ------------ ed;•`hiuled and place is each district ~ I=e~ 5 - Eest District; $ ~ 32.00/ton Extended: $ 64,000.00 Itea 6 = hest District: $~ 32.75/ton Extended; $ ~ 65,500.00 S=CiI02i IV - Ap?=orir~ telp 2,000 tons of Saod Asvhalt Hot 2:ix furnished h2c_ed fi placed in each di strict • Ite= 7 -East District: $ 32.00 /ton •~Extended:., $ ~ ~ -~ 64,000.00 Items 8.- West District: $ 32.75 /ton Extended: $ 65,500.00 • 'TOTAL I'O~ SECTI011 I T'3RII IV: •$ 538,000.00 SECTION V •....•...' ,:. ... .: '.. .. .. `. .. .~ '. _ .• ... •. Iten 9 - Y.znhole Ad just~eat;••••• .' ~ .. .. .. ... .. ..._.-•• : ' ... -' •^ ~~375 00'. './e • . Items 10 - Adjustment Y.iscallaneous Structures: ~ . •$ 425.00 /e • SEC2I0_r VI - Type II :+CSC, furnished, hauled & placed .in ALL Uistricts~ Ite? 11 - 0 to 50 tons: .. • ~ ;$ ~ 50.00' • /t lt_n 12 - 51 to 100 tons:' _ ~ ~ $ 35.00 /: Items 13 - 101 to 150 .tons: ~ ~ •• •• ~ ~ .' $ • . 15:00 ~ ./; .~ • . ~ ~ -18- ... .10.00 ~: c „-. t /. _ t 5t rn 199 toss: ~ . _--- - . - _ 5 . / BID PROPOSAL I1 l SECTION 1 hpproximately 2,000 tons of Type I, A.C.S.C., furnished, hauled and placed in each District Item 1 - East District: $ 35.00 /ton Extended: $ 10,000.00 Item ? - west District: $ 35.75 /ton Extended: $ 71,500.C0 S~C'fION II Approximately 2,000 tons of Type IZ, A.C.S.C., furnished, hauled and placed in each District Item 3 - East District: $ 34.00 /ton Extended: $ 68,000.00 Item 9 -'West District: $ 34.75 /ton Extended: $ 69,500.00 SiC2I02i III - Aporozi=ately 2,000 •'hPUled and plz~ tons of h'C-5 A,C.S.C „ furnished' in each district ~ , __e~ S - East District; $ 32.00/ton E>:tended; $ 64,000.00 Its 6 - :;est District: $• 32.75/ton Extended: $ 65,500.00 S=Cii0:1 IV - App_oriztely 2,000 tons of Sand Asphalt llot t•!ix healed furnished ~ plzced is each di , strict • , - ' . ~ It e= 7 - Ezst District: $ 32.00 /tonExtended:.• $ ~ - 64,000.00 Items 8.- Lest District; $ 32.15 /ton Extended: $ 65,500.00 • • 'TOT?.L TO? SECTION I Ta'2iII IV: $ 538,000.00 Iten 9 - Y.anhole hd jutneat;.•. ... .. .... .. ~..' t •'. ~ ..375 00•. ' / Items 10 - Ldjust~ent Miscellaneocs Structures; ~ $ 425.00 / - SEC2IO:i VI - T}•pe II :,CSC, :urnfshed, hauled & placed .ia ALL Districts Ite~ 11 - 0 to SO tons: ~ . ' . • ~$ .50.00' / It^~ 12 - S1 to 100 tons:' '• $• 35.00 / Itc~ 13 - 101 to 150 toss: ~ ~ ~ $'. 15:00• / -Ie- ..to.oo ,__ _ Type I ACSC, ?craished, hauled n plzeed in ELL=ts Ite_ 15 - 0 [o SO tons; ?t c= 16 - 51 to '_00 tors: Items 17 ItC^ 12 - Items 19 - 0 to 50 tons: 101 [0 150 tones; 15! to 199 tons; . $_ 50.00 ~'~ ~ $ 35.00' $ 15.00 _ , ~ 10.00 - 1.'C 5, Furnished, hauled o placed in kLL Districts. Items 20 - 51 to 100 tons; Items 21 - 101 to 150 tons: Zte~ 22 - 151 to 199 toast $ 75.00 /toa $ 50.00 /ton • $ 25.00 /tca $ 10.00 /ton Itea 23 - Y.aahole adjustment lei t:iya 200 ton jobs: $ 450.00 /ez Items 24 - Adjustr,ent for niscellzneous Structures less than 200 ton jobs: , $ 500.00 ------------- /ez WOTE: SECTIONS V1; Vli; yIII,••IX ARE TO BE ADDED ~ V, V AS ADDITIONAL C _ _._ .TO PRICES IN SECTIONS I . ~.a --------- I OST FOR LESS THAN 200 , TON. I, III, VP,}dDOR REPRESENTS THAT HE/SHE IS ~I1 "-• ---_ Black Minority Business Enterprise }}ispanic Minority Business Enterprise ( ) Other Minority Business Enterprise ( ) faomen Business Enterprise ( ) specify Non-Minority Vendor ( ) (XX ) NAME OF FIRM: HARDRIVES OF DELRAY, INC ," / ' `• " ,~~!// arc! , i~ignature) Vice President Tohn W. Nutbrown (Title) ADDRESS: 2350 South Con ress Av Delray Beacfi, Florida 33445 r°LF.PHONE: (305) 278-0456 (Area Code ~. ' . BID PROPOSAL (t~/ ^, ~. ~.J r5 t `~ ~~~J Sc.CTIOK 1 Approximately 2,000 tons of Tyoe I, A.C.S.C., furnished, hauled and placed in each District Item 1 - cast District: $ 33.00 ~ /ton Extended: $ G6,~'oU. Oo Item 2 - west District: $ 33• ¢O ~ /ton Extended: S 6G, gOD. 00 SECTION IS Approximately 2,000 tons of Type II, A.C.S.C., furnished, hauled and placed in each District Item 3 - East District: $ _3~.4~0 - /ton Extended: $ ~¢ X00. ov Item 9 - t9est District: $ 3a2.`3'O / /ton Extended: $ 6S,gOO.oO --------------------------------------------------------------------------- S_CIO:i III - kpnrosi=stely 2,000 toss of S,'C-5 k,C.S.C,, furnished;•'heuled aad plat is each cistrict ~ , Itea 5 -East District; $ 3/.00 /toa Extended: $ 6~,d00.00 Items 6 - test District; $• ..3/.LSO /ton Extended; $ G,2,8oO.oo S.CiI0:7 'iV - kppror.~`~te1S 2,000 toas of Sand f.sohalt liot T!ix hauled furnished S places is each district , ~ , . Ite=:7 - East District: $ '~G.OD - /ton .Extended:.• $ ~ -. 5oZ~0oO.oO Items 3. - S.`est District; $ ~6. 4~~ /ton Extended; $ 5.2,8£30.0~~ • _~, TOTkL :OS S=CTIO:~ I T:~II IV; $ ~ /3j Uf30, U. -------------------- ---------- ----------- --------- - - --------- Items 4 - Y.anhole kdSustneat:.~.. :•' ~.. ..' .. _. ' - ._ ' ' .lCj.'00. 00./e .~.$.- Items 10 - ?:c'jus:-:eat 2:iscellen_onc St_uc tures: $ 6'GO; On /r- S~LtiCS VI - Type II :.CSC, _urciahed, h auled r~ placed in ?•Li, Districts ~tc= 11 - 0 to SO tons: .__c i2 - 51 to 100 tons: «~.: 13 - 1.01 to 150 tons: -?';- . ~ ,.,_~:~ VL' - 'i ;'fie ACSC PL`. -aished hauled 6 tlJ ~,_~~ , placeZ `_n ELL n's-_:c-s =_ -- `!te= 1$ - 0 to SO tons; •• - . -_ ' . $ F3 s. vo I ; e= 16 - S1 to .DO tDr.s; , . Ite^ !] - !O1 to '-50 tons: T=~= lg - 1S! to 199 tons; $ 55.00 53C?%__ O2; rI_I - T~'C S, Fur:.is?:ed, hauled o plac d i -'------- e n t3,L Districts. Ite:. 19 - 0 [o SD teas: $ .75.00. /.. c., Items 20 - Sl to 100 togs: $ 7.5 00 , /ton Items 21 - 101 to 150 tons: • • $ Gs o . v /ton It e= 22 - ?Sl to 199 tons: $ SS,OU . - /tea Itea 23 - Y.zahole adjustnent less than 200 ton jobs Items 24 - Adjus went for miscellaneous Structures, less than 200 ton jobs: VENDOR REPRESENTS THAT HE/SHli IS .A: $ ~Op, oo /ea. $ 600.00 /ea. Black Minority Business Enterprise Hispanic Minority Business Enterprise ( ) Other Minority Business Enterprise ( ) T•7omen Business Enterprise ( ) specify Non-t•iinority Vendor ( ) ( .y ) NAME 01' i'IRM; RANGER CONSTRUCTION INDUSTRIES, INC. i r , ~ %~ ' ~ THOMAS G. !(~iOREO (signature).,-• ~ ~ ~11C9 FreslderL Ergineei (Title) ADDRESS : RANGER CONSTRUCTICN INO 1~TR1 4 tr,IC1 POST OFFICE i30X 1065 WEST PALPA REACH, FL 334:F --- i :~,..i:l. M E M O R A N D U M T0: MAYOR & VILLAGE COUNCIL FROM: RAY HOWLAND, VILLAGE MANAGER SUBJECT: COUNTY BID PRICES DATE: DECEMBER 2, 1986 Each year the Village, in order to save money and expedite their purchases of such items as gas, oil, curbing material, asphalt, concrete, etc., adopts the County bid prices. This saves us the necessity of going out to bid on each individual item. Because of the amount we use, we would naturally award bids at higher prices than the County can obtain. Attached to this memorandum is the material that Charley would like us to adopt on the County bid basis at our next workshop and January regular meeting. ~cc RH:sh Attachment CHOP/~S : C.~c~/i/[~ic b'II~LF.611 OF NORTH tALM Bt1Ai:u AGE:NUA MF,MORANDUM THIS FORt•1 WLTII SUPPORTING WCLMENTS MUST BE IN THE ~~77.L.AGt:, t1ANAGb'R' 8 OFFICE BY NOON MONDAY FOR CONSIDERATION ON THE FOLLOWING TIHJRSDAY• FROM_ >~tRr Tr gFUVrtr~ _ ~._.... DE PARTMGN1' . Please cnnsi.der i'or the ViJ.lagc frnmcil Workshop agenda of .~~11,._19861~"y Regt.llar Agenda uP --_ _ .....,... (date) I . Proposed Agenda Ti Y.Jae and Deseripl:ion:~~s.,~'.~~.~,~~Q,~Q.Bd_op>r_._,_._.._ Rncnl„t~rvi No_.-_-.~.1]YOt]O51'~ racnl ntic~n a~.rx+n ins }hFa _annual __._.. _._ ,3nA t rn•ri r]inq~f~p~ti va ~af~p_ ~ _•~- .. Tf Bld Item - Amount Budg[ted and Account NWUUer: Fon c aYP pzp~~~, .budg2teG~1111t11r1ULL4_L~+Li '"i'^"'^rat arn+„ntc _ ~_ ~_~._ Iteconunendation and ,Iustification: uorrmmnA aAnzt;nn of rac,~p).~yQp~~•_,- _sx~clite_purchasi.ag.matesiaLs_at_bulk..p+-i ~_- _.-- -..__-__~__-_ . 4. Fight copies of documents, detailed cost estimates, ~itapb, eCc., supporting each shotp.d he attached. - -- DEPARTMENT IIF.AI) --_-- WORKSHOP REGULAR Ltem Number _ Item Nwnher Agenda Date_,~__y~_ Agenda Date ~^_,~-- `__. Action Action