Loading...
1988-06 Accepts Annual PBC Public Works Contractsi- , , RESOLUTION N0.6-88 1 passage. the purchase of gasoline, ready mix concrete, plastic pipe and fittings, iniplace asphalt sidewalks and street overlays and heavy equipment rentals, are hereby accepted by the Village of North Palm Beach in accordance with their terms. The appropriate Village officials are hereby directed to advise Patm Beach County of the acceptance. A RESOLUTION OF THE VILLAGE COUNCIL OF NORTH PALM BEACH, FLORIDFI ACCEPTING THE ANNUAL CONTRACTS LET BY PALM 6EACH COUNTY FOR VARIOUS PUBLIC NORKS MATERIALS, P.ND SERVICES, AND PROVIDING AN EFFECTIVE DP,TE. BE IT RESOLVED BY THE VILLAGE COUNCIL OF NORTH PALM BEACH,FLORIDA: Section 1. The annual contracts let by Palm Beach County for Section 2. This resolution shalt take effect immediately upon PASSED AND ADOPTED THIS 11TH DAY OF FEBRUARY, 1988 ATTEST: 1 Village perk 85-177 ' BID PROPOSAL ~~ / ~ ~ C~ ** "ALL PRICES BID ARE TO BE BID LESS THE OVER THE ROAD TAX" LOT O1 -City of West Yalm Area Tankwagon Transpo~c Item pl Regular No Bid C g al. .7550 al. Item A2 Unleaded ~ No Bid ~ p eel. .7800 al. Item 93• Supreme Unleaded No Bid C g al. .82000 g al. Item d4 Diesel I NO Bid C g al. No Bid C gal. * Item OS Dieael II No Bid• .C gal. .71000 gal. LOT 42 -Lantana and Lake Worth Area Item O1 Regular No Bid C gal. .75400 gal ._ Item 02 Unleaded No Bid C gal. .77900 Ral. Item 43 Supreme Unleaded No Bid C gal. .81900 gai. Item 04 Diesel I No Bid C gai• No Bid C gal. * Item 05 Diesel II No Bid C gal. .70900 gal. LOT 03 -Boca Raton Delray Beach end Bo ynton Beach Are a Item Al Regular No Bid C gal. .75400 gal. Item 02 Unleaded No Bid C gal. .77900 gal. Item 03 Supreme Unleaded NO Bid C gal. •81900 gal ._ Item 44 Diesel I No Bid C gal,. No Bid C gal. * Item 65 Diesel ii No Bid C gal, .70900 gal. LOT 04 -Jupiter Laka Park Palm Beach Gardena Singer Island and Riviera Beach_Area Item F1 Regular Nn BiQ C 6a1. .75500 eal. Item 02 Unleaded Nn Bid C gai• .78000 gal. Item 03 Supreme Unleaded No Bid gal. .82000 gal. Item fl4 Diesel I No Bid C gai• No Bid C gal. * Item US Diesel II No Bid G gai• .71000 gal. -20- BID PROPOSAL "ALL PRICES BID ARE TO SE BID LESS THE OVER THE ROAD TAX" LOT OS -Belle Glade Area Item O1 Regular Item 02 llnleaded Item 03 Supreme Unleaded Item 04 Diesel I Item DS Diesel II Brand/Product Tankwagon No Bid C No ~1 d E,P,al ,• No Bid C gal. No Bid c gal. No Bid C gal. 85-17] Transport 756n C Sal. 761n c gal• 6210 C gal, Mo Bid C gal. 712SC gal ._ Regular Gasoline: 1ndeDendent Unleaded Gasoline: Tndependent *** Supreme llnleaded Gasoline: Independent Diesel I: No Bid Diesel Ii: Independent PALM BEACH COUNTY VARIOUS DEPARTMENTS ESTIMATED QUANTITIES: Regular: Estimated Quantities 1,985,970 Gallons per year Unleaded: Estimated Quantities •• 1,680,000 Gallons per year Supreme Unleaded: Estimated Quantities 166,000 Gallons per year Diesel O1: Estimated Quantities 600,000 Gallons par year Diesel 62: Estimated Quantities 1.477,630 Gallons per year Terms: Net 10 Days Delivery: within 24 hrs. VENDOR REPRESENTS THAT HE/SHE IS A: Black Minority Business Enterprise ( ) !~ Hispanic Minority Business Enterprise ( ) Other Minority Business Enterprise ( ) specify Women Suainesa Enterprise ( ) Non-Minority Vendor ( ) NAME OF FIRM: Mansfield 011 Company of Gainesville. Inc: BY: Vice-President ADDRESSi :roe Airport Parkway S.W. ~;ainesville, Georgia 30501 TELEPHONE: ~ (Rnn ) 291-9910 10r _(404) 532-7511 * Mansfield wilt guarantee a minimum of 40 cetane on Number II diesel fuel. *. *** Prtces quoted do not include applicable motor fuel taxes. excise taxes and any other applicable taxes presently to force or that may be imposed by a competent governmental authority during the life of this agreement. Kenan Transport will transport gasoline. and A2 fuel for Mansfield 011 Company. -21- o .~ C M r ~. n C • .-. ~ ^ ^ n ~ ~ ~ -- F'-' L': I _ L- ~ ~^• t^ _ CCi I LS :~ '° ~ 47 G q ~ C 2 .- .T- , r r, ~ p ~ ti V. ~~ L'' ~ N ~ L C 2' .. -~ _ ~ ! ~ ~--- N I 1 ~ ~ LJ i i ~ i ~` tl Z q I tl C ... ~ C 1 r Z •- I r_ i I _ i r x ~ ..~~ N q I O O < N 1 V1 ~ I ~ I O q H1 O M C +i N O ~ 1 ~ M N F ~ M O~ O~ ro L : : 7 L O I w o r- c i w w ~ C G N c w ~ C « O ~ J Y O N N Z C O m tl tl Ol tl tl d ~ ~ ; .+_ z z z z ~ N N ~ q l O p O C +~ N .. N O 00 ~ .y N q ro t- ~O •-~ k W ct tl ~ q L O q p ~ 1~ q i q ~ ~ . F C I , i w Q C ~ w 1 C ~ J 2 Y O C O1 [D tl m q ~ q ~ m tl ' ~ ro ro z z z ` ~ x N 1n q I .. C I ~ ~ N ~ M ~ N ~ ~I ro L M O` ~ 4 tl N q ~ L- O 00 1~ ~ n q I ~ t- 0. • ~ C C J ~ r ro ~_ Z I = ~ ° ~ • ~ , I ` ~ ~ ~ ~ I a ~ ° N ~ ~ I q ~ i 1 ~ .1 ro $ ~ V ~ u a _ ~ c. ~• o ~ ~ v u t . 7 c C ~ .- - ' v ~ ~ ' _ .- H W .. ..- t .. u G o _ - .~ a :. Z C Cl H ~ ~ ~ ~ ~ ~ G ~ p V .... • ` I ~ ... - r ~ , r ' ~ • ...h,w~d of County Commissioners Karen T. Marcus, Chair Jerry L. Owens, Vice Chairman Ken Spillias Dorothy Wilken Kenneth M. Adams NOTICi4 OF BID County Administrator John C. Sansbury 4' PURCHASING DEPARTf~NT Warren E. Geltch C.P.M. C . O Director The Palm Beach County Board of County Commissioners is accepting sealed Bids for the following: Annual Contract for Ready Mix Concrete and Pea Rock All bids must be received no later than Monday. Auaust 4, 198_6, at 2:00 P.M., at which time all bids will be publicly opened and read. Invitations to bid may be obtained at the address below or by telephone (305) 837-2171. All bids must be delivered to or mailed to: Palm Beach County Purchasing Department 3(11 North Olive Avenuer Room 104 west Palm Bcach, Florida 33401. BNVEI.OPB MUST BB IDBNTIFIBD AS BID ~: 86-223/ORH Warren Geltch, C.P.M., CPPO Director of Purchasing I y1~S YJi~ WAS Ve,YI~We~ 301 North Olive Avenue, West Palm Beach, Florida 33401 (305) 837-2171 BID PROPOSAL ~tti ~iD~`~~ Y 86-223/ORH ~/2 The following price schedule is to prevail EAST OF THE TURNPIKE; r ESTIMATED ITEM ANNUAL PRICE PER C.Y. NO. DESCRIPTION -USAGE F.O.B. DEST. 1. 2,500 PSI Ready Mix 200 C.Y. $ Q Z ,on 2. 3,000 PSI Ready Mix 50 C.Y. $ L'.~ ,~ ~ 3. 3,500 PSI Ready Mix 10 C.Y. $ 4 b,~ 4. 9,000 PSI Ready Mix 10 C.Y. $ L~-~,DO 5. 2,500 PSI Hi Early 10 C.Y. $ $5,04 6. 3,500 PSI Hi Early 10 C.Y.• $ ~~,QD 7. 4,000 PSI Hi Early 10 C.Y. $ cCjS,CO 8. 3,500 Pea Rock, Pump Mix. 10 C.Y. $ 1.~~],0O 9. 3/8" Pea Rock, Delivered 10 C.Y. $ u),VO 10. 3/8" Pea Rock, County Pickup 150 C.Y. $ ((~ ,QU 11. 1/2" - 3/4" Pea Rock, 150 C.Y. $ 2.2 ,GU Delivered 12. 12/" - 3/4" Pea Rock, County ( g ~ ~ Pickup 10 C.Y. , $ 13. 3,000 Pea Rock 1" Stump 10 C.Y. $ ~}• The following price schedule is to prevail WITHIN 10 MILES OF PAHOKEE AND BELLE GLADE: 19. 2,500 PSI Ready Mix 10 C.Y. S ,"~ 15. 3,000 PSI Ready Mix 10 C.Y. $ ,Q 0 16. 3,500 PSI Ready Mix 10 C.Y. $ ~] Q i~U 17. 4,000 PSI Ready Mix 10 C.Y. $ 7 t.au 18. 3,500 Pea Rock, Pump Mix 10 C.Y. $ -12- ' 86-223/ORH BID PROPOSAL (Cont...) ' 2/'Z,r ESTIMATED • ITEM ANNUAL PRICE PER C.Y. NO. DESCRIPTION USAGE F.O.B. DEST. r 19. 3/8" Pea Rock, Delivered 10 C.Y. $ Q d ,~ 20. 3/8" Pea Rock, County Pickup 10 C.Y. $ ~ ~,~~ 21. 1/2" - 3/4" Pea Rock, A S ~j~ Delivered 10 C.Y. $ ~# ~ 22. 1/2" - 3/4" Pea Rock, County ,~ 8 OU Pickup 10 C.Y. $ " STATE ANY ADDITIONAL CHARGES AND PRI CES FOR EACH: (i.e. minimum delivery quantity, min imum load char ges, waiting costs, etc.): ~ rn i ~ , oo I ~f'L.c,, h e y (~ S a 60 C r~ ~ ~o ~- R-n)y (,()e s fi o F Ti,cY~n p~ Termss__J~~~ IU Delivery: VENDOR REPRESENTS THAT HE/SHE IS As Black Minority Business Enterprise ( ) Hispanic Minority Business Enterprise ( ) Other Minority Business Enterprise ( ) specify Women Business Enterprise ( ) Non-Minority Vendor ~) NAME OF FIRM: '`~~ ~'~ Cu.sru n~, ~d rv G~!`v~'p .b ~ 9t `t~'l~ 1 ~C5 S Ln-rts~ SY : ~,~. ~ s >_gnature) (Tit ADDRESS : __ _ ~ 3~`)Z s • , ~ S i >^2.12~T'- TELEPHONE: ( ,,30~ ~jS ~`~ T ST q STATE LICENSE #_Gp-/d-. ~~ ~2~yCOUNTY LICENSE # 4~SZ'2q j (s.f appl cabl'eT if applica le) CITY LICENSE # ZQ-2 s (if applicable) -13- wor y rit of County Commissioners t.arpl A. Roberts, Chair 'icnneth M. Adams, Vice Chairman :aren T. Marcus 'arol I. Glmquist iorot y Wil en NOTICE OF BID PURCHASING DEPARTMENT Warren E. Geltch C.P.M. Cr20 Director r ,~ The Palm Beach County Board of County Commissioners is accepting sealed Bids for the following: Asphaltic Concrete Surfaces. Furnishing. Hauling and Placement of, Annual Contrect for All bids must be received no later than Tuesday. Oct. 6, 1987 at 2:00 P.M., at which time all bids will be publicly opene an rea Invitations to bid may be obtained at the address below or by telephone (305) 820-2171. All bids must be delivered to or mailed to: Palm Beach County Purchasing Department 301 North Olive Avenue. Room 104 West Palm Beach, Florida 33401 ENVELOPE MIST BE IDENTIFIED AS BID is 87 ~¢~/dp Warren Geltch, C.P.M.. CPPO Director of Purchasing i ~ Y~ i ~ ~~ Q ~~ ~~ \~ ;' ,I i' 301 North Olive Avenue, West Palm Besch, Florida 33401 (305) 820-2171 Count Administrator • ~en Winters ~ 23 • i, BID PROPQSAL 87- SECTION 1: Approximately 2,000 tons of Type I, A.C.S.C., furnished, hauled and placed in each District. Item #'1 - East District: $ ,00/ton Extended: $_102, 000.00 Item N2 - West District: $ 3,85 ton Extended: $ (03700. 0~ SECTION 2: Approximately 2,000 tons of Type II, A.C.S,C., furnished, hauled and placed in each District. Item fl3 - East District: $ •~0. ¢0/ton Extended: $ L; O~ $ 00,0 0 Item N4 - West District: $ 3,70 /ton Extend~d: `~`$ G; 3,Q-OU, Oo SECTION 3: Approximately 2,000 tons of WC-5, A.C.S.C., furnished, hauled and placed in each District. Item b`5 - East District: $ 0, O/ton Extended: $_ ~o x,600. 00 Item N6 - West District: $ ~ ,75~/ton Extended: S G~. 0,00 SECTION 4: Approximately 2,000 tons of Sand Asphalt Hot Mix, furnished, hauled and placed in each District. Item B7 - East District: $ Zs'00 /ton Extended: $ .~, DDO, Do Item M8 - West District: $ 2G.0 O /ton Extended: $ ~2, O D O.OD TOTAL FOR SECTION 1 thru 4: $ q'77. 0b ~~ 0 0 SECTION 5: Item N9 - Manhole Adjustment ........................... $ 4-O D. O O Item N10 - Adjustment Miscellaneous Structures........,. $ S~0 0.0 O SECTION 6: ape II A.C.S.C., furnished. hauled and pl4ced in ALL DISTRICTS Item N11 - 0 to 50 tons ............................. $ 8~(, O 0 Item N12 - 51 to 100 tons ............................. $ 7~1, 0 0 Item N13 - 101 to 150 tons ........................ ~ O U $ ( ..... p Item f14 - 151 to 199 tons ....................... $ S~ S O O ...... -17- ~;:~ ~~ ~ 87-242/JP ^< , ,. SECTION 7: ape I A.C.S.C., furnished, hauled and placed in ALL DISTRICTS Item N15 - 0 to 50 tons ............................. $ 8J ~yD Item /f16 - 51 to 100 tons ......... ...... ,,,,,,, $ -7a o U Item N17 - 101 to 150 tons......... ,,,,. $_ G ~~ O o . ............... Item N18 - 151 to 199 tons .......... ....... ,,, $ S ~; U c> SECTION 8: WC-5, furnished, hauled and placed in ALL DISTRICTS Item M19 - 0 to 50 tons ................. ,,,,,,, $ g.t' y o Item d20 - 51 to 100 tons ............... ,,, $ -]i! o ~ Item p21 - 101 to 150 tons ................ ,,, $ G S' d o Item B22 - 151 to 199 tons......... ,,, $ 5~,~ O O SECTION 9: Item N23 - Manhole adfustment less than 200 ton fobs.... $ ~ ~ v, O O Item B24 - Ad,)ustment for miscellaneous structures, less than 200 ton fobs ........... ...... .... $ S~O O, o D This contract will be for one year with an option for renewal for one (1) additional year. YES _ ( NO Is Qualification of Bidders information included per Terms & Conditions N24? YES X Sew f{'~f`rc'NOec~ Laf~mr Is Schedule of Subcontractor's Form Included, per Terms & Conditions 4377 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 NAME OF FIRM: _ RAN~R CONSTRUCTION INDUSTRIES, INC. BY: ADDRESS: TELEPHONE: (?of) -1q?-R4op STATE LICENSE / G4Co3t ( COUNTY LICENSE / . ~appi ca a app ca e CITY LICENSE / LICENSE TYPE: app ica e ; -18- ~J of County Commissioners ~rol A. Roberts, Chair ;enneth M. Adams, Vice Chairman aren T. Marcus arol ]. Llmqquist orothy Wilken NOTICE OF BID Count Administrator ~an Winters PURCHASING DEPARTMENT Warren E. Geltch C.P.M. CPPO Director ~, The Palm Beach County Board of County Commissioners is accepting sealed Bids for the following: Asphaltic Concrete. Not b Cold Mixes Annual Contract to Furnish All bids must be received no later than Thursday; 7 at1000 A.M., at which time all bids will be publicly opene ad~ Invitations to bid may be obtained at the address below or by telephone (305) 820-2171. All bids must be delivered to or mailed to: Palm Beach County Purchasing Department 301 North Olive Avenue, Room 104 West Palm Beach, Florida 33401 ENVELOPE MUST BE IDENTIFIED AS BID if: $7-226/JP Warren Geltch, C.P.M., CPPO Director of Purchasing 1! 301 North Olive Avenue, West Palm Beach, Florida 33401 (305) 820-2171 N X _V O U t ap .r. C t+ L S li al o v ~' L Y lJ V O L U N G V O •r U Y ,A A t 3 d C N C Q Q W a F r-t H F W W x z 0 N F 'J CQ H A H a N N 1 C ~. ~'n w w w w w w • 1 N a t ~ 0 A s- s- w w w w w w V~ C C a 0 2 -, -. w -- w w w w w w M a ~ ~ 0 z s- - w w w w w w w c O N u t ~ n ~ c c ~1 ~ ~ L ~ ~ s- - > v w w w w w w r-I o 1 ~ C A ~ p pp 171 171 pp p G 6 8 8 p 8 o ~ I ~ ~ ~ ^ N N M e7 17f @ _$+ w w w w w w • d. n. s. ~+' _ ti M 16 4~ Q {J ~ , ~ T F p~ C C F ( u ~ '~ I 1 O O ~ ~ u ~ ~ ~ ~ ~ ~ ` y c ~ y G aa ! N ' V- N E E E E~ E W N Q ~ ~ N Y' N Y .. V h N' ~ Y , -~ 4 C FY FY M F4 M N C O ~ M a . w , N d ~ /~ ~• • Q H N V O ~ . ~ O O ~ ~ ~ u ~ ~ ~ ~ ~ N f.. F... U U ' ~ ~ ~ rr N 1+. N N I L k .. •~ C C e ~~ {f\ ~ N c C Nc ~p l c ~' V - .~ w( le C {gip ~ N 4 w N K •- r f `+ C c el u°c E! ~t t Cq t Oc 3 1 ~I .. r c 07 y~ v N ~ v H w ~~ BID PROPOSAL / Section I - East District Item N1 - Type I - Approximately three thousand (3000) tons of Asphaltic Concrete Hot Mix, Including Bitumen, Surface Course, furnished at plant to County trucks. 87-226/JP Total Price Per Ton i 2~0 _?s Item A2 - Type II - Approximately three thousand S (3000) tons of Asphaltic Concrete Not Mix, including Bitumen, Surface Course, furnished at Plant to County trucks. 2 ~0 7 ~ Section II - East and West District Item ql - Asphaltic Concrete - Cold Mix Picked Up By County Truck Asphaltic Concrete - Cold Mix Delivered To Locations Listed As Follows: Item A'2 - PBIA Airports Department Item N3 - Belle Glade Shop Item #4 - PBIA Engineering Complex, Bldg. "G" Concrete Yard Totai Price Per Ton s N~ ~3io S /voTS in S_ o /a 71~ This contract will be for one (I) year with an option for renewal for one (1) year: Yes_~ No If in agreement by both the County and the successful bidder providing that the terms and conditions remain the same. Is Schedule of Subcontractor's FArm included, per Terms & Conditions d 32 ? 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 NAME OF FIRM: BY: ADDRESS: TELEPHONE: (30l) 793-y'lIOU STATE LICENSE / G G O 3/ / COUNTY LICEH~E N app ca a app ca e CITY LICENSE # LICENSE TYPE: app ca e -14- County Commissioners T. Atarcus, Chair y L. Owens, Vice Chairman en Spillias Dorothy Wilken Kenneth M. Adams NOTICH pp BIp Count Administrator ~n Winters PURCHASING DEPARTMENT Warren E. Celtch C.1'.M. CPPO Director The Palm Beach County Board of County .Commissioners is accepting sealed Bids for the following: ,, ,. WALKWAYS - FURNISHING AND PLACEMENT OF TYPE II ASPHALTIC CONCRETE - ANNUAL CONTRACT All bids must be received no later than Monday Nov, 17 1986, at 2:00 P,M., at which time all bids will be pub cly opened and read. invitations to bid may be obtained at the address below or by telephone (305) 820-2171. All bids must be delivered to or mailed to: Palm Beach County Purchasing Department 301 North Olive Avenue, Room 104 West Palm Beach, Florida 33401, ENVELOPE MUST BE IDENTIFIED AS BID #= 87_g i. Warren Geltch, C,P,M „ CPPO Director of Purchasing ~~ 301 North Olive Avenue, West Palm Beach, Florida 33401 (305) 837.2171 87-9/JP BID PROPOSAL SECTION I - COUNTY JURISDICTION _ _ ~ (Approximately 1,000 sq. yds. of Type II Asphaltic Concrete .~~~35- 1" thick, new walkway in each district). ~ Item #1 - District 1s $ 7,50 /sy Extended: 57,500.00 g S (incl. 4" base 1" A.C. Item #2 - District 2: $ 6,75 /sy Extended: $6,750.00 (incl. 4" base 1"- A,C,j item #3 - District 3: S 6,70 /sy Extended: $6,700.00 (incl. 4" base 1" A,C.) Item #4 - District 4: $ 7,5p /sy Extended: $7,500.00 (incl. 4" base 1" A.C.) Item #5 - District 5: $ 11.25 /sy Extended: $11,250.00 (incl. 12" base 1" A.C. SECTION II - STATE JURISDICTION (Approximately 1,000 eq. 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: $ 7,7p /sy Extended: $ 7,700.00 (incl. 6" base, 2' A.C. Item #9 - District 4s $ g 25 /gy Extended: $x,250.00 (incl. 6" base, 2 A.C. item 10 - District 5: $ 12 E5 /sy Extended: $17.SO0.00 (incl. 12" base, 2" A.C. SECTION IIZ WALKWAY RESURFACING (Type II Aspha Items 14, 18, 22, 26 & 30 Extended based on 400 tons ' } DISTRICT 1 O. S~ ~ 1~•1 S ~~ Item 11 - 0-20 Tons $ 125.00 per ton ~ ' Item 12 - 21-49 Tons 100.00 $~,oer ton Item 13 - 50-100 Tons $ 75.00 per ton Item 14 - 101-up Tons $ 60.00 24 000,00 ~) per ton Extended: S ' -18- ' ~"'" ~ 87-9/JP DIST____ Rte? Item 15 - 0-20 Tons $,3•Z5.00 per ton Item 16 - 21-49 Tons 5100.00 per ton r' •r Item 17 - 50-100 Tons $ 75.00 per ton ~•I ~. Item 18 - 101-up Tons $ 60.,00 per ton Extended: 524.000.00 i 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 tot: Extended: $24,000.00 DISTRICT 4 item 23 - 0-20 Tons $125.00 per ton Item 24 - 21-49 Tons 5100.00 per ton item 25 - 50-100 Tons $ 75,00 per ton Stem 26 - 101-up Tons S 60.00 per ton Extended: $24.000.00 DISTRICT 5 Item 27 - 0-20 Tona $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: S24s000.00 TOTAL ITEMS 1 THRU 30s $ 20 0.00 VENDOR REPRESENTS THAT HE/SHE IS As Black Minority Business Enterprise ( ) Hispanic Minority Business Enterprise ( ) Other Minority Business Enterprise ( ) specify Women Business Enterprise ( ) Non-Minority Vendor (X) NAME OF FIRM: CHARLES S: WHITESIDE, INC . 0. BY: ADDRESSs P M. Ev~arett~ Vice President TELEPHONES (305 ) 967-1261 STATE LICENSE pCG 0008567 COUNTY LICENSE # f app, cab a if applicable) L CITY LICENSE Y (if applicable) -19- BID PROPOSAL ~- BID-78~-6~/~E ITEM N0. INSIDE DIAMETER UNIT PRICE (WALL "B") 1 12 inch, 8' lengths S_ 5.65 /lf 2 15 inch, 8' lengths S_ 6.35 /lf 3 18 inch, 8' lengths S_ A_3n /lf 4 21 inch, 8' lengths S_ 12.6 5 /lf 5 24 inch, 8' lengths S_ x2.6 5 /lf 6 21 inch, 12' lengths S 12.6 5 /lf. 7 30 inch, 12' lengths S_ 12.8 5 /lf 8 36 inch. 12' lengths E 24.9 5 /lf 9 42 inch, 12' lengths E 34_s n /lf 10 48 inch, 12' lengths S 42_R n /lf 11 54 inch, 12' lengths - S x3.6 5 /lf 12 60 inch, 8' lengths Z 64.4 n /1f 13 66 inch, 8' lengths S 2~_~ s /lf 14 72 inch, 8' lengths S_ g_o~ 5 /lf 15 12"x18" Elliptical (Equiv. 15" Rd.) E 7 `1'g /lf 16 14"x23" " (Equiv. 18" Rd.) S l0 1 0 /lf 17 19"x30" (Equiv. 24" Rd.) f I<< gs /lf 18 1.75 Sq. In. Plastic Gasket Materiil S g zn strip , 19 2.00 Sq. In. Plastic Gasket Material t_ ~ 50 strip TOTAL OFFER FOB DEST: ~ PAYMENT TERMS: NET 30 days DELIVERY: STOCK TO 7 DAYS Is Schedule of Subcontractor's form included per Term and Condition #17? (Not needed if no subcontractors are used) YES_ NO VENDOR REPRESENTS THAT HE/SHE IS A: Black Minority Business Enterprise X Hispanic Minority Business Enterprise Other Minority Business Enterprise Specify Women Business Enterprise Non-Minority Vendor NAME OF FIRM: SUCA BY: PE SUPPLY INC i ..-~ _. ADDRESS: P.O.BOX 272482 TAMPA FL. 33618 TELEPHONE: X13) 960-5610 STATE LICENSE # COUN)Y LICENSE # app ca a app cabTe~- -14- i ~~ w M 3 a .°i v cg ~ °' c ~c ~~ c~ °~„~ W F H F W W N O H 6 . 'J Q f-~ Q H Q N ~1! W C ~ ~ O N 1.~ N O1 ro a a I • _ N N N ... «, .,. .. O a A z w • a- Vi M W Vi V- H Y •. y >• w a) M >' O p ~ v ~ c. z Y v ~ C N M N V (.7 ~ Z ~ ,r t D N O 1 Z Z .-r Y M 1~ O ~ ~., ~ 7 01 e-1 N N N N 64 W W N N d ~ •. •~•• ~ 1 O O M FFF777 ro ~ ~ w ~ ,, o ~ N u/ ltl O ~ O O .• 2 Y O N ~^+ W M M Ol 1~ O sf M M Y OD .-~ .-~ s. N bq Vf M 64 W lA Y Y ~ ~ N N N /.. Q ~ ~ 0 ~ } ? ,~ V ~ ~ ~ •~ L CL r Y Y _ Y •~ V F+ L 16 b O U Y r- r ~ Y d d r ~ N C d 7 ~ ~ d •r a : • . y Qj A ~ C G r •-) w V- 1~• WW 'J ~ 00 W r ~- ~ d H a . d V ~ W M O N~ ~• Q (( ++ ~11 W ~ . ^ .r N M L L 7 ~•~• C+ E F Q n N ti ti ti~ N S U ~, ~ N 1-1 if N b ~ Ol y ^ O rI N .-I r -1 r i I. L. F 3 Qi °v W a , BID PROPOSAL ~_ • BID - E ITEM N0. INSIDE DIAMETER UNIT PRICE (WALL "B") 1 12 inch, 8' lengths $ _ 5.65 /lf 2 15 inch, 8' lengths $ _ 6_~5 /lf 3 18 inch, 8' lengths - $ 8.3n /lf _ 4 21 inch, 8' lengths $ _ 12.65 /lf 5 24 inch, 8' lengths $ _ 12.65 /lf 6 27 inch, 12' lengths $ ~ 2.6s /lf 1 30 inch, 12' lengths S _ 17.85 /lf 8 36 inch, 12' lengths $ 24.95 /lf 9 42 inch, 12' lengths $ _ g4_sn /lf 10 48 inch, 12' lengths $ _. ~2.8n /lf 11 54 inch, 12' lengths $ _ 5.65 /lf 12 60 inch. 8' lengths $_ _ 64.4n /lf 13 66 inch, 8' lengths $ ~~ ~S /lf 14 72 inch, 8' lengths S _ 8,q AS /lf 15 12" x18" Elli ptical (Equiv. 15" Rd.) $ Z,,,,y S /lf 16 14" x23" " (Equiv. 18" Rd.) $ 10 10 /lf 17 19" x30" (Equiv. 24" Rd.) $ ~ gs /lf 18 1.7 5 Sq. In. Plastic Gasket Materall $ ~ qD strip 19 2.00 Sq. In. Plastic Gasket Material E _ ~ sp strip TOTAL OFFER FOB DEST: $ PAYMENT TERMS: NET 30 days DEIIYERY: STOCK TO 7 DAYS Is Schedule of Subcontractor's Form included per Term and Condition d17? (Not needed if no subcontractors are used) YES NO VENDOR REPRESENTS THAT HE/SHE IS A: Black Minority Business Enterprise ( X Hispanic Minority Business Enterprise Other Minority Business Enterprise Specify Women Business Enterprise Non-Minority Vendor NAME OF FIRM: SUCH~PIPE~SUPP/LY I ADDRESS: P.O.BOX 272482 TAMPA FL. 33618 TELEPHONE: 13~ 960-5610 STATE LICENSE / ' COUNTY LICENSE / f app cab a epp ca e ,~ ~~ i i -14- Hof County Commissioners ~oI~A. Roberts, hair nneth'M: Adams, Vice Chairman ~lCaren T. Marcus Grol J. Elmquist Dorot y Wil en NOTICE OF BID Count Administrator ~n Winters PURCHASING DEPARTMENT Warren E. Celtch C.P.M. CPPO Director The Palm Beach County Board of County Commissioners is accepting sealed Bids for the following: Pipeline Material-PYC Pipe and Mechanical Joints Annual Contract to Supply All bids must be received no later than Thursday, Oct. O1 1987 at 10:00 A.M., at which time all bids will be publicly opened-and rea nvitations to Bid may be obtained at the address below Or by telephone (305) 820-2171. All bids must be delivered or mailed to: Palm Beach County Purchasing Department 301 North Olive Avenue, Room 104 West Palm Beach, Florida 33401 ENVELOPE MUST BE IDENTIFIED AS BID it: 87-Y44/dP Warren Geltch~ C.P.N.. CPPO Director of Purchasing 301 North Olive Avenue, West Palm Beach, Florida 3#O1 (305) 810-2171 i fi i, c 7 r u Y G G u ~0 a ~ N d r• ~ ro •~ u +°'+ ~ ~ o c" •~ r pr 7 a C as k r. F E W W x h O M d F A N (mil i N q v- 0 •-+ r., ~ I ~ , S M po S N S ~~ ~ A C N pp~~ N pp lA S z ~ fop ~ ~ ~ ~ ° g w ~ ~ C M d b b M OO ~ O~ ~O~ O ~ C~ ^ O ~O N ~O "' 1 p ~ M N ~ M O O M ~ N • - ' ~ p~ e -1 ~ ~O N ~ ~ ~~ ti W 69 W W N fA W Vi fA I i ~ q ~ m i. ~ O ~ c ~n O O c O o O O O O O g g ~~ S ~ ~ o G N d U') ~D 1~ 0 1 O ~ N C W ~ ~ N d d n w a w + O X w •r M N FL r-~ N f~ 1~ ~ pp N d ~ M r ~ .. r ~q ~q W W Vi M N M H * A >. r 1 y N d ,y t n C cg ~ ~ ao q r a S u°, ~ i°n g ~ S~ S _ ~ ~ N W ~ d l O p ~~ M N I O d ^ N N N t0 tf •r 4~ r w M ~ ~ t~ ~ ~ O ~ r• ~ ~ N p W fA Vi W W W 49 W 69 Vi . N ~ ~ ~ I Q H ~ f ' ~ I ) i ~ bq K 69 Vi fA W :.H H O • .ti a .~ u u ~ v i O A ~ t ~ ~S F ~ a R p a F F (a ~ o i ° ~ ~ ~ ' ~ i si ~I ~i ~) ~i Ji ~i ~I ~ .,_ ~ ~ RESOLUTION NO. 7-88 A RESOLUTION OF THE VILLAGE OF N0R1H PALM BEACH, FLARICIA, DIRECTING THE VILLAGE CLERK 7U PUBLISH NOTICE OF THE GENERAL ELECTION ~ BE HELD ON MARCH 8, 1988; NAMING THE TIME AND PLACE WHERE SUCH ELECTION SHALL BE HELD; APPOINTING THE ELECTION OFFICIALS FOR THE GENERAL ELECTION AND RUN-0FF ELECTION; DECLARING THE OFFICES TO BE FILLED AT SUCH ELECTION. ' W[1EREAS, the Charter of the Village provides for a general election to be held on the second Tuesday in March of each year; and WHEREAS, there are three offices to bs filled at the general election to be held in the Village on the second Tuesday in March, 1988; NOW, THEREFORE, BE IT RESOLVED BY THE VILLAGE OOUNCIL OF NORTH PALM BEACH, FIARIQA: Section 1. That a general election shall be held, and is hereby declared to be held in the Village of North Palm Beach, Palm Beach County, Florida, between the hours of 7:00 A.M. and 7:00 P.M. on the 8th day of March, 1988, for the purpose of electing members to the Village Council to fill such offices in Groups 1,3 and 5, for a period of two years each. Section 2. Contained in the notice set forth hereafter are the persons who are hereby .appointed as clerks, inspectors and deputies for the general election to be held on March 8, 1988. The Village Clerk is hereby ordered and directed to cause a notice of said election to be published in the Palm Beach Past once at least fifteen days prior to said election. Said notice shall be substantially in the following form: ' NOTICE OF GENERAL ELECTION MARCH 8, 1988 TO ALL QUALIFIED ELECTC)RS RESIDING IN THE VILLAGE OF NORTH PALM BEACH, PALM BEACH COUNTY, FIARIDA: By order of the Village Council of the Village of North Palm Beach, Palm Beach County, Florida, notice is hereby given that a general election will be held in said Village on the 6th day of March, 1988 for the purpose of electing councilmen for the following offices, to-wit: Village Councilman, Group 1 (2-year term) Village Councilman, Group 3 (2-year term) Village Councilman, Group 5 (2~year teen) Said election will be held in the Village of North Palm Beach, and the polling places are designated as PBJC North, Student AFF Building, Precinct 39; Faith Lutheran Church, Precinct 48; Council Chambers, Village Hall, Precinct 99; Old Port Cove, Recreation Roan between the North and South Quay Buildings, Precinct 50 ;Elk's Dodge No. 2069, Precincts 34 and 52; and the North Palm Beach Community Center, Precinct 53. The polls will be open in the voting places from 7:00 A.M. until 7:00 P.M. The following inspectors, deputies and clerks have been designated and appointed by the Village Council ' for the purpose of conducting said election: PBJC North, Student AFF Building - Precinct 34 Inspectors: Margaret R. Klestinec Bertha D. Koehler Lois L. Marquardt Margaret LaGrange Woody Clerk: Margaret L. Hutcheson Deputies: Melva D. Berres Diana M. Clark