Loading...
HomeMy WebLinkAboutR-00-0478• J-00-476 5/22/00V0 0 a RESOLUTION NO. • A RESOLUTION OF THE MIAMI CITY COMMISSION APPROVING THE PROCUREMENT OF VARIOUS TYPES OF FERTILIZER FROM ROBERT F. WISEMAN & ASSOCIATES, INC., D/B/A ATLANTIC F. E. C. FERTILIZER CHEMICAL COMPANY, AWARDED PURSUANT TO EXISTING MIAMI-DADE COUNTY BID NO. JV5052-2/01, ON AN AS -NEEDED CONTRACT BASIS THROUGH OCTOBER 31, 2000, SUBJECT TO FURTHER EXTENSIONS BY MIAMI-DADE COUNTY, FOR THE BAYFRONT PARK MANAGEMENT TRUST, AT A PROPOSED ANNUAL AMOUNT NOT TO EXCEED $8,000; ALLOCATING FUNDS THEREFOR FROM ITS OPERATING BUDGET. WHEREAS, the Bayfront Park Management Trust ("Trust") manages Bayfront and Bicentennial Parks; and WHEREAS, the Trust requires various types of fertilizer for maintenance of the lawn and grounds at the parks; and WHEREAS, these products are available utilizing Miami -Dade County Bid No. JV5052-2/01, on an as -needed contract basis through October 31, 2000, subject to further extensions by Miami -Dade County; and WHEREAS, funds are available from the Trust's Operating Budget ; . and ------------- s s;rr� a: JUN- 2000 Resciudon NO. 'U�" • WHEREAS, the City Manager and the Executive Director of the Trust recommend the procurement of various types of fertilizer from Robert F. Wiseman & Associates, Inc., d/b/a Atlantic F.E.C. Fertilizer Chemical Company, awarded under existing Miami -Dade County Bid No. JV5052-2/01, be approved; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section. Section 2. The procurement of various types of fertilizer from Robert F. Wiseman & Associates, -Inc., d/b/a Atlantic F.E.C. Fertilizer Chemical Company, awarded pursuant to existing Miami -Dade County Bid No. JV5052-2/01, on an as -needed contract basis through October 31, 2000, subject to further extensions by Miami -Dade County for the Bayfront Park Management Trust, at a proposed annual amount not to exceed $8,000, is hereby approved; with funds therefor hereby allocated .from the Trust's Operating Budget. Page 2 of 3 47 U Section 3. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.1/ PASSED AND ADOPTED this 8th day of June , 2000. JOE CAROLLO, MAYOR Inaccordance with Miami Code Sec. 2-36, since the Maiyor did not indicate ap;ar veI of ice: legislation by signing it in the designated place provided, said c omes effective with the elapse of ten (10) da , rom the date of Com.`eS ,on cUtn ding same, without the Mayor rci ' to. ATTEST: Val r J n, City Clerk . WALTER J. FOEMAN CITY CLERK _— FORM„AND-”'CORRECTNESS :t/1 P,fEJ6U.FRO VILAREL CITYAATTORNEY 36:RCL 1/ If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. 478 Page 3 of 3 m aCITY OF MIAMI, FLORIDA • INTER -OFFICE MEMORANDUM TO: Honorable Mayor and Members of the C%pnmissio, FROM: J,a� C. on an AtExec ive Director RECOMMENDATION: DATE: May 15, 2000 SUBJECT: CA -4 REFERENCES: Resolution Authorizing Procurement of various ENCLOSURES: Fertilizers FILE: It is respectfully recommended that the City Commission adopt the attached Resolution authorizing the Bayfront Park Management Trust to procure various fertilizers from Robert F. Wiseman & Associates, Inc., d/b/a Atlantic F.E.C. Fertilizer Company, a Non-Minority/Miami- Dade County vendor, awarded under an existing Miami -Dade County Bid No. JV5052-2/01, on an as -needed contract basis through October 31, 2000, subject to further extensions by the County, at a total proposed annual amount of $8,000. Funds are available from the Trust, s Operating Budget at time of need. BACKGROUND: The Bayfront Park Management Trust has a need to procure various fertilizers. The Trust anticipates substantial cost savings and improved service levels by utilizing the Miami -Dade County contract. JCC/CPA/TS/mt ResoMemo 478 0 Judy S. Carter, Director -has' Department r� C. onstantz c ive Director • May 15, 2000 Funding for the procurement of various fertilizers from Robert F. Wiseman & Associates, Inc., d/b/a Atlantic F.E.C. Fertilizer Company Dade County Contract No. JV5052-2/01 The Bayfront Park Management Trust has funds available to cover the cost of the above- mentioned subject, in an amount not to exceed $8,000, from the Bayfront Park Management Trust Operating Account. 4-1 r BID NO.: JV5052-1 CONTRACT AWARD SHEET GSA, PROCUREMENT MANAGEMENT DIVISION TITLE: FERTILIZER, VARIOUS TYPES Previous Bid No.: JV5052-2/01 COMMODITY CODE NO.:335-30 OTR YEARS: TWO (2) CONTRACT PERIOD: 11/1/99 through 10/31/00 AWARD BASED ON MEASURES: ® NO ® SR. PROCUREMENT AGENT: Jose Sanchez PRONE: 305-375-4265 Set Aside n Bid Preference Goal E] BBE [] HBE n WBE Owned Firms Local Preference n CSBE Level Prevailing Wages (Reso. 90-143) PART #1: VENDORS AWARDED F.E.I.N.: 592815906 VENDOR: Robert F. Wiseman & Associates, Inc. d/b/a Atlantic F.E.C. Fertilizer Chemical Company STREET: 18375 Sw 260th. Street CITY/STATE/ZIP: homestead, Fl. 33031 F.O.B. TERMS: Destinations PAYMENT TERMS: Net 30 Days DELIVERY: As Required PHONE: 305/247-8800 FAX: 305/247-3328 E-MAIL: n/a CONTACT PERSON: John M. Fredrick PART #2: ITEMS AWARDED 1. 6-8-10, Granular Fertilizer $ 5.09/bag 50 lb. bag BRAND BID: AFEC 2. 6-6-6, Granular Fertilizer $ 4.68/bag 50 lb. bag BRAND BID: AFEC 3. 12-4-12, Granular Fertilizer $ 8.01/bag 50 lb. bagBulk Trailer NO BID BRAND BID: AFEC GSA, PROCUREMENT MANAGEMENT DIVISION I AWARD SFEE7.doc � - 478 4. 21-0-0, Granular Fertilizer (Regular) $ 5/bag 50 lb. bag BRAND BID: AFEC 5. 21-0-0, Granular Fertilizer (Greens $ 4.17/bag 50 lb. bag BRAND BID: AFEC 6. 12-6-8, Granular Fertilizer $ 6.84/bag 50 lb. bag BRAND BID: AFEC 7. 12-6-8, Special with a 60% Organic Content $ 8.68/bag 50 lb. bag BRAND BID: AFEC 8. 6-2-0 or 6-3-0, Dry Pulverized, Milorganite Fertilizer $ 6.75/bag 50 lb. bag BRAND BID: MILORGANITE 9. 16-4-8, Granular Fertilizer $ 5.84/bag 50 lb. bag BRAND BID: AFEC 10. 12-0-12, Granular Fertilizer $ 5.91/bag 50 lb. Bag BRAND BID: AFEC 11. Triple Super Phosphate Granular Fertilizer $ 6.68/bag 50 lb. bag Bulk Trailer $264.00/ton 12. 0-0-22, Sulphate of Potash Magnesium $ 5.60/bag Granular Fertilizer, 50 lb. bag Bulk Trailer $218.00/ton BRAND BID: AFEC 13. 15-8-8, New Tri Nite Plus (Mix 42525) $ 15.50/bag 50 lb. bag BRAND BID: NEW TRI NITE PLUS 14. 10-5-5, Palm Tree Special (Mix 2046) $ 5.08/bag Granular Fertilizer, 40 lb. bag BRAND BID: AFEC 15. Frergro $ 19.33/bag 25 lb. bag BRAND BID: FERAGRO GSA, PROCUREMENT MANAGEMENT DIVISION 2 AWARD SHUT.doc — 8 16. 20-5-10, Super Goloreen, (Pellet From Only) $ 8.09/bag 50 lb. bag BRAND BID: AFEC 17. 12-3-9, FEC Special Greens Mix Fertilizer $ 12.27/bag 50 lb. bag BRAND BID: AFEC 18. 15-0-15, *Fertilizer $ 6.65/bag 50 lb. bag BRAND BID: AFEC 19. 19-0-19, Fertilizer $ 15.99/bag 50 lb. bag BRAND BID: AFEC 21. 17-1-10, Granular Fertilizer $ 13.60/bag 50 lb. bag BRAND BID: AFEC 23. 15-0-15, Fertilizer (Custom Formula) $ 9.37/bag 50 lb. bag BRAND BID: AFEC 24 15-0-15, Fertilizer Custom Formula $408.80/ton Per Ton (Bulk) Minimum Shipment: 10 Tons $4,088.00 26. 15-0-15, Granular Fertilizer, (#5884) $ 10.24/bag 50 lb. bag$4,088.00 NOTE: SUBSTITUTE UREAFORM FOR IBDU BRAND BID: AFEC 27. 16-4-16, Granular Fertilizer, (#6243A) $ 9.25/bag 50 lb. bags NOTE: SUBSTITUTE UREAFORM FOR IBDU BRAND BID: AFEC 38. 8-1-9, Fertilizer (For Greens) $ 9.89/bag 50 lb. bag BRAND BID: AFEC 39. 9-1-9, Fertilizer $250.00/ton Per ton Minimum Shipment: 10 Tons $2,500.00 BRAND BID: AFEC GSA, PROCUREMENT MANAGEMENT DIVISION 3 AWARD SHUTAm 0 , 478 43. 12-4-12, New Palm Special (No Substitute) $ 9. 7ibag 50 lb. Bag, Minimum Shipment: 1 Ton BRAND BID: AFEC #7216 44. 20-20-20, Peters Pro -Sol Soluble Fertilizer $ 14.50/bag (No Substitute), 25 lb. bag BRAND BID: PETERS 46. 15-8-8, Granular Fertilizer $ 17.06/bag 50 lb. bag BRAND BID: AFEC 52. Dolomitic Limestone $ 7.25/bag 50 lb. bag 53. 19-0-19, Fertilizer $ 8.95/bag 50 lb. bag 55. Sulfate of Potash, Granular Fertilizer #0450 $ 15.60/bag 100 lb. bag - 56. 15-03-15, Doral Fairway Mix #6596 $ 14.90/bag 100 lb. bag 57. 16-4-16, Fairway Mix #5629 $ 7.30/bag 50 lb. Bag 58. 15-03-15, Special Mix #6509 $ 6.55/bag 50 lb. bag 59. 15-05-15, Special Mix #6535 $ 14.30/bag 100 lb. bag 60. 24-04-12, Special Mix #3415 $ 10.28/bag 50 lb. bag 61. 11-03-22, Special Mix #2144 $ 7.04/bag 50 lb. bag 62. Sulfate of Potash, Granular #0450 $ 15.60/bag 100 lb. Bag 63. -16-04-08, Special Mix, Slow Release Nitrogen $ 7.54/bag 50 lb. bag PART #3: AWARD INFORMATION GSA, PROCUREMENT MANAGEMENT DIVISION 4 AWARD SHEET.doc 7 ® PMD AWARD DATE: 702-198 BIDS & CONTRACTS RELEASE DATE: 8/26/99 ADDITIONAL ITEMS ALLOWED: YES SPECIAL CONDITIONS: NONE TOTAL CONTRACT VALUE: $350,000.00 USER DEPARTMENT(S) DOLLAR ALLOCATED AVIATION $ 20,000.00 FIRE $ 30,000.00 PARKS & RECREATION $300,000.00 0 AGENDA ITEM #: N/A OTR YEAR: ONE (1) OF TWO (2) GSA, PROCUREMENT MANAGEMENT DIVISION 5 AWARD SHEET.doc uO- 478 rl • BID NO: 05052 -2/01 -OTR -CW OPENING: 2:00 P.M. Wednesday DATE: June 3, 1998 METROPOLITAN DADE COUNTY, FLORIDA INVITATION TO BID TITLE FERTILIZERS (VARIOUS TYPES) FOR VARIOUS METRO-DADE COUNTY DEPARTMENTS FOR A ONE (1) YEAR PERIOD WITH COUNTY OPTION TO RENEW FOR TWO (2) ADDITIONAL ONE (1) YEAR PERIOD THE FOLLOWING ARE REQUIREMENTS OF THIS BID, AS NOTED BELOW: BID DEPOSIT AND PERFORMANCE BOND: CATALOGUE AND LISTS: EQUIPMENT LIST: INDEMNIFICATION/INSURANCE: PRE—BID CONFERENCE/WALK—THRU RACE—CONSCIOUSNESS MEASURE: SAMPLES/INFORMATION SHEETS: SITE VISIT/AFFIDAVIT: SOURCE OF SUPPLY: TRADE CERTIFICATION: WRITTEN WARRANTY: FAIR SUBCONTRACTING PRACTICE: N/A _ N/A N/A N/A N/A N/A SEE SECTION 2.0, PARA. 2.4 & 2.9._, N/A N/A N/A N/A N/A FOR INFORMATION CONTACT: JOSE A. SANCHEZ, CPPB (305) 375-4265 METROPOLITAN DADE COUNTY GENERAL SERVICES ADMINISTRATION PROCUREMENT MANAGEMENT DIVISION ... 478 METROPOLITAN DADE COUNTY BID NO. JV5052-2/01-OTR-CW 0 SECTION 2.0 SPECIAL CONDITIONS FERTILIZERS (VARIOUS TYPES) 2.1 PURPOSE: TO ESTABLISH A CONTRACT FOR THE COUNTY The purpose of this Invitation To Bid is to establish, a contract for the purchase of Fertilizers (Various Types) in conjunction with the County's needs on an as needed when needed basis. 2.2 Intentionally Omitted 2.3 Intentionally Omitted 2.4 TERM OF CONTRACT: TWELVE MONTHS This contract shall commence on the first calendar day of the month succeeding approval of the contract by the Board of County` Commissioners, unless otherwise stipulated in the Notice of Award Letter which is distributed by the County's GSA Procurement Management Division; and contingent upon the completion and submittal of all required bid' documents. The contract shall remain in effect for twelve (12) months -and upon completion of the expressed and/or implied warranty period. 2.5 OPTION TO RENEW FOR TWO (2) ADDITIONAL YEARS (With Manufacturers Price Adjustment) The prices for a one year period forme effective date shall—be consistent with the provisions outlined in section 2.7 of these terms.== and conditions; at which time Dade County shall have the option to renew for an additional year(s), on a year to year basis. At that time Dade County will consider adjustment to price based on the Manufacturers Price Increase, (Manufacturers Invoice Indications Price Increase) to be supplied upon request on Renewal Year Only. Continuation of the contract beyond the initial period is a County prerogative; not a right of the bidder. This prerogative will be exercised only when such continuation is'clearly in the best interest of the County. NOTE: SHOULD THE COUNTY EXERCISE THE OPTION TO RENEW, IT SHALL BE ONLY FOR THOSE ITEMS ORIGINALLY AWARDED. 2.6 METHOD OF AWARD: To Low Bidder by Item Award of this contract will be made to the lowest responsive, responsible bidder on an item by item basis. 2.7 PRICES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT f If the bidder is awarded a contract under this bid solicitation, the prices proposed by the bidder shall remain fixed and firm during the term of contract. Page 1 METROPOLITAN DADE COUNTY ID NO. JV5052-2/01-OTR-CW • 2.8 Intentionally Omitted _ 2.9 EQUAL PRODUCT CAN BE CONSIDERED UPON RECEIPT OF INFORMATION SHEETS Manufacturer's name, brand name and/or model number are used in these specifications for the sole purpose of establishing minimum requirement of level of quality, standards of performance and design required and is in no way intended to prohibit the bidding of other manufacturer's items of equal material. An equal product may be bid provided that the product is found to be equal in quality, standards of performance, design, etc. to the item specified. Where an equal is bid, the Bid Proposal should be accompanied with two (2) complete sets of factory information sheets (specifications, brochures, etc.). Failure to meet this requirement may result in your bid being rejected. All supporting documentation submitted by the bidder must meet the required specifications, including, but not limited to standard manufacturer's information sheets, catalogue, and brochures. Where standard product literature is submitted with the bid and offers information that does not comply with the specifications, the bidder must state on their company stationary the differences between their bid and the standard product literature to ensure compliance with the specifications. Bids submitted indicating standard product literature without the letter -explaining compliance will result in the bid being rejected for not meeting the specifications. The County shall be sole judge of equality and its decision shall be final in its best interest. 2.10' Intentionally Omitted 2.11 INDEMNIFICATION OF COUNTY BY SUCCESSFUL BIDDER The successful bidder shall indemnify and save the County harmless from any and all claims, liability, losses and causes of action which may arise out of the fulfillment of the contract. The bidder shall pay all claims and losses of any nature whatever in connection therewith, and shall defend all suits, in the name of the County when applicable, and shall pay all costs and judgments which may issue thereon. 2.12 Intentionally Omitted 2.13 Intentionally Omitted 2.14 Intentionally Omitted 2.15 METHOD OF PAYMENT: PERIODIC INVOICES FOR COMPLETED DELIVERIES The successful vendor(s) shall submit an invoice(s) to the requesting department(s)- after purchase has been completed, whether picked up by authorized County personnel or delivered to the site by the vendor. Theinvoices shall reference the appropriate purchase order number, the delivery address, and the corresponding delivery ticket number or packing slip number that was signed by an authorized representative of the County department when the items were delivered and accepted. Submittal of these periodic invoices shall not exceed thirty (30) Page 2 00— 478 METROPOLITAN DADE MINTY BID NO. JV5052-2/01-OTR-CW calendar days from the delivery of the items. Under no circumstances shall the invoices be submitted to the County in advance of the delivery and acceptance of the items. 2.16, SHIPPING TERMS: F.O.B. DESTINATION All bidders shall quote prices based on F.O.B. Destination and shall hold title to the goods until such time as they are delivered to, and accepted by, an authorized County representative at . 2.17 DELIVERY SHALL BE FIVE (5) DAYS AFTER ORDER IS PLACED BY THE COUNTY The bidder shall make deliveries within five (5) calendar days after the date that the County department orders the items. All deliveries shall be made in accordance with good commercial practice and shall be adhered to by the successful bidder(s); except in such cases where the delivery will be delayed due to acts of God, strikes, or other causes beyond.the control of the bidder. In these cases, the bidder shall notify the County of the delays in advance of the delivery date so that a revised delivery schedule can be negotiated. Should the bidder(s) to whom the contract(s) is awarded fail to deliver in the number of days as stated in its proposal, the County reserves the right -to cancel the contract after any back order period which is specified in the Special Conditions has lapsed. If the contract is cancelled, it is hereby understood and agreed that the County has the authority to purchase the goods elsewhere and to charge the bidder with any re -procurement costs. If the bidder fails to honor these re -procurement costs, the County may suspend the bidder from submitting bid proposals on County contracts for a minimum period-' of six (6) months. -_ 2.18 BACK ORDERS MUST BE FILLED WITHIN TEN (10) CALENDAR DAYS If the successful bidder experiences a back order of items from its manufacturer or distributor, the bidder shall insure that such back orders are filled within () calendar days from the date of the initial delivery. The bidder shall not invoice the County for back ordered items until such back orders are delivered and accepted by the County's authorized representative. It is understood and agreed that the County may, at. its discretion, verbally cancel back orders after the grace period identified in this paragraph has lapsed, seek the items from another vendor, and charge the bidder for any re -procurement costs. 2.19 Intentionally Omitted 2.20 CONTACT PERSONS For any additional information regarding the specifications and requirements of this contract, Contact: Jose A. Sanchez at (305) 375-4265. Page 3 � : METROPOLITAN DADE COUNTY 2.21 ACCEPTANCE OF PRODUCT BY THE COUNTY: BID NO. JV5052-2/01-OTR-CW • The products shall be maintained and delivered to the County in excellent condition. If a product does not meet specifications, it will be returned to the bidder as exchange for suitable merchandise or for full credit at no additional cost to the County. 2,22 ACCIDENT PREVENTION AND REGULATIONS: Precautions shall be exercised at all times for the protection of persons and property. All Contractors and Sub -Contractors shall conform to all OSHA, State and County regulations while performing under the Terms and Conditions of this contract. Any fines levied by the above mentioned authorities because of inadequacies to comply with these requirements shall be borne solely by the bidder responsible for same. 2.23 AUTHORIZATION TO PICK-UP MATERIALS: Dade County employees are authorized to pick-up materials against purchase orders issued to the successful bidder(s). Such authorization is provided for the County employee through an "Authorization to Pick -Up Materials" (Dade County Form No. 160:04.17) who shall surrender the form to the bidder during each purchase. If the bidder is in doubt about the authenticity of the person picking up the material, the bidder shall contact Procurement Management for assistance at 375-5289. 2.24 COMPLIANCE WITH FEDERAL REGULATIONS DUE TO USE OF FEDERAL DOLLARS Since the goods, services, and/or equipment that will be acquired under this bid solicitation will be purchased,. in part or in whole, with federal dollars, it is hereby agreed and understood that Section 60-250.4, Section 60-250.5 and Section 60-741.4 of Title 4 of the United States Code, which addresses Affirmative Action requirements for handicapped workers, is incorporated into this bid by reference. 2.25 COUNTY-WIDE/STATE-WIDE USAGE Any Governmental, not-for-profit or quasi -governmental entity in the State of Florida, may avail itself of this contract and purchase any and all items specified herein from the successful bidder(s) at the contract price(s) established herein. Each Governmental, not-for-profit or quasi -governmental entity which uses a contract(s) resulting herefrom, will establish its own contract,. place. its own orders, issue its own purchase orders, be invoiced therefrom and make its own payments, determine shipping terms and issue its own exemption certificates as required by the bidder. It is understood that unless specified in Section 2, paragraph 2.16, entitled "Shipping Terms", all prices shall be quoted, "FOB Destination." For entities other than those bel..ing to M;am;_n�cie Page 4 METROPOLITAN DADE COUNTY BID NO. JV5052-2/01-OTR-CW County or those located outside of the geographical boundaries of Miami -Dade County, the successful vendor shall be entitled to ship goods on an "FOB Destination, Prepaid and Charged Back" basis. This allowance shall only be made when expressly authorized . by a - representative of the entity, prior to shipping the goods. It is also understood and agreed that Dade County is not a legally binding party to any contractual agreement made between any governmental unit and the bidder as a result of this bid. SURCHARGE FEE AND QUARTERLY SUMMARY REPORT Per Miami -Dade County Surcharge Fee Ordinance No. 98-43, please be advised that this contract is subject to a user surcharge fee in the amount of 2% on all sales, other than to Miami -Dade County departments, resulting from this contract or any contract resulting from this solicitation and the utilization of the County contract price and the terms and conditions identified herein. After receipt of payment from such purchases, all applicable surcharge fees shall become payable to: Board of County Commissioners. Vendors shall be required to furnish the attached Quarterly Surcharge Payment Report in -a timely manner. Quarterly reports and all applicable. payments must be submitted to GSA/Accounts Receivable, no later than 15 days after the end of each quarter, regardless of the value of sales during the preceding quarter. By submission of these sales summary reports and corresponding.;, surcharge fees, the vendor is attesting to their correctness. All such reports and fees shall be subject to audit by Miami -Dade County. Failure to submit the following Quarterly Surcharge Payment Report and make applicable payments in a timely manner, may result in termination or cancellation of contract with the non -conforming vendor and any and all remedies relating to the collection of such fees shall be enforceable. Additionally, any reprocurement charges may be charged to the vendor in default. Willful failure or falsification of sales reports or failing to make timely payments of the surcharge fee shall constitute sufficient cause for terminating the contract for cause of the non -conforming vendor. Page 5 METROPOLITAN DADE COUNTY only the best commercial- practices materials and workmanship of first interpretations of this specification this agreement. 40ID NO. JV5052-2/01-OTR-CW are- to prevail, and that only quality are to be used. All shall be made upon the basis of 2.30 PACKING SLIP/DELIVERY TICKET TO ACCOMPANY ITEMS DURING DELIVERY: The successful bidder shall enclose a complete packing slip or delivery ticket with any items to be delivered in conjunction with this bid solicitation. The packing slip shall be attached to the shipping carton(s) which contain the items and shall be made available to the County's authorized representative during delivery. The packing slip or delivery ticket shall include, at a minimum, the following information: purchase order number; date of order; a complete listing of items being delivered; and back -order quantities and estimated delivery of back -orders if applicable. 2.31 PATENTS AND ROYALTIES: The bidder, without exception, shall indemnify and save harmless the County and its employees from liability of any nature or kind, including cost and expenses for or as a result of any copyrighted, patented, or unpatented invention, process, or article manufactured by the bidder. The bidder has no liability when such claim is solely and exclusively due to the combination, operation or use of any article supplied hereunder with equipment or data not supplied by -bidder or is based solely and exclusively upon the County's alteration of the article. The purchaser will provide prompt written notification of a claim of copyright or patent infringement. Further, if such a claim is made or is pending, the Bidder may, at its='a. options and expenses, procure for the purchaser the right to continue use of, replace or modify the article to render it non -infringing. (If none of the alternatives are reasonably available, the County agrees to return the article on request to the contractor and receive reimbursement, if any, as may be determined by a court of competent jurisdiction.) If the bidder uses any design, device, or materials covered by letters, patent or copyright, it is mutually agreed and understood without exception that the bid prices shall include all royalties or cost arising from the use of such design, device, or materials in any way involved in the work. 2.32 PURCHASE OF OTHER ITEMS NOT LISTED ON THIS BID SOLICITATION BASED ON PRICE QUOTES While the County has listed all major items on the bid solicitation which are utilized by County departments in conjunction with its operations, there may be ancillary items that must be purchased by the County during the term of this contract. Under these circumstances, a County representative will contact the primary vendor to obtain a price quote for the ancillary items. If there are multiple vendors on the contract, the County representative may also obtain price quotes from these vendors. The County reserves the right to award these ancillary items to the primary contract vendor, another contract Page 16 METROPOLITAN DADE #NTY BID NO. JV5052-2/01-OTR-CW 0 vendor based on the lowest price quote or to bid the items through.a separate solicitation. 2.33- SAMPLES MAY BE REQUIRED DURING EVALUATION After the Bid Proposals are opened by the County, the bidders may be required to submit a sample for the goods to be supplied for evaluation by, -and at no cost to the County. If samples are required, the County will notify the bidder of such in writing and will specify the deadline for submission of the samples. Each individual sample shall be clearly labeled with the bidder's name, bid number, bid title, manufacturer's name and brand name, and style number if applicable. If the bidder fails to submit the samples, properly labeled, within the specified date stipulated in the notice, the County shall not consider the bidder's proposal for that item(s); provided however, that in the event of a group or aggregate award, the bidder's proposal will not be eligible for that group or in the aggregate as applicable. All samples shall become the property of Metropolitan Dade County. The County reserves the right to perform its own testing procedures or to send any and all samples to the State of Florida's Department of General Services,- Division of Purchasing, Bureau of Standards Laboratory or any other certifiable laboratory for analysis. Any costs for testing shall be borne by bidder. On the basis of this testing and analysis, the County shall be sole judge of the acceptability of the sample in conformance with the bid specifications and its decision shall be final. Any sample submitted shall create an:_1' express warranty that the whole of the goods and/or services to be provided by the bidder during the contract period shall conform to the,---: sample submitted. The bidder shall be required to provide adequate restitution to the County, in the manner prescribed by the County, if this warranty is violated during the term of the contract. 2.34 SUBSTITUTION OF ITEMS DURING TERM OF CONTRACT: Substitute brands or models may be considered during the contract period for discontinued models. The bidder shall not deliver any substitute item as a _replacement to an awarded brand or model without express written consent of Procurement Management prior to such delivery. Substitute items must be of equal or better quality than the awarded item. Substitutes shall be considered only in emergency situations and excessive substitution requests may be cause to cancel the contract. 2.35 TESTING OF RANDOM SAMPLES Samples _o.f delivered items may be randomly selected and tested for compliance with these specifications. If it is found that the delivered commodities do not conform to the specifications, the county shall require replacement within a reasonable length of time and may cancel the contract for cause. 2.36 TOXIC SUBSTANCES/Federal "Right to Know" Regulations: Page 17 METROPOLITAN DADE COUNTY D NO. JV5O52-2101-OTR-CW The Federal "Right to Know" Regulation implemented by the Occupational Safety and Health Administration (OSHA) and the Florida "Right -to -Know" Law requires employers to inform their employees of any toxic substances to which they may be exposed in the workplace, and to provide training in safe handling practices and emergency procedures. It also requires notification to local fire departments of the location and characteristics of all toxic substances regularly present in the workplace. Accordingly, The successful Bidder(s) shall be required to provide 2) complete sets of Material Safety Data Sheets to each User Department utilizing the awarded products. This information should provided at the time when the initial delivery is made, on a department by department basis. Additionally, Bidder(s) may be requested to provide Material Safety Data Sheets to the Specification Specialist during the evaluation period. Bidders should contact the Florida Department of Labor and Employment Security at the address listed below for any related information packets: Toxic Substances Information Center 2551 Executive Center Circle West Tallahassee, Florida 32301-5014 Telephone: 1-800-367-4378 2.37 WAREHOUSE FACILITIES SHALL BE IN SOUTH FLORIDA Bids will only be accepted from bidder(s) which facilities located in South Florida which shall be Broward, Palm Beach and Monroe Counties. two be have warehouse defined as Dade, The County reserves the right to perform an inspection of these warehouse facilities during the bid evaluation period and any time during the term of the contract and to use this inspection as a means for determining the lowest responsive, responsible bidder. The acceptable size, location, level of security, and functionability of the warehouse shall be determined by the County in consideration of the bid requirements in its best interest; and its decision shall be final. 2.38 COLLABORATIVE PURCHASING AGREEMENT TO OUR PROSPECTIVE CONTRACTORS: The attached Invitation for Bid represents a collaborative purchasing agreement• for Miami -Dade County, General Services Administration, Procurement Management Division and Dade County Public Schools, Bureau of Procurement and Materials Management. This solicitation has been prepared in an effort to provide cost savings and cost avoidances by utilizing the buying ower of combined requirements for common, basic items. Page 18 478 METROPOLITAN DADE TY BID NO. JV5052-2/01-OTR-CW The agencies participatitrg in this particular procurement and their respective delivery locations and instructions are listed in the attached document(s). COLLABORATIVE PURCHASING OPERATIONAL PROCEDURE: * All questions concerning this procurement should be addressed to the issuing agency, hereinafter referred to as the "lead agency'. All responses are to be returned in accordance with the instructions contained in the attached document(s). * Each entity will be responsible for issuing its own purchase orders, and for order placement. Each entity will require separate billings, be responsible for payment to the Contractor(s) awarded this contract and issue its own tax exemption certificates as required by the Contractor(s). * The awarded Contractor(s) shall be responsible for advising the "lead agency" of any and all problems that may arise during the contract period. * The contract/purchase order terms of each entity will prevail for the individual- participating entity. Invoicing instructions, delivery locations and insurance requirements will be in accordance with the respective agency. requirements. - * Any reference in the documents to a single entity or locations will, in fact, be understood as referrring to all partic.ipatirrg. entities referenced in the documents, unless otherwise noted. f Page 19 �- 478 METROPOLITAN DADE COUNTY �ID NO. JV5052-2/01-OTR-CW SECTION 3.0•TECHNICAL SPECIFICATIONS BIU'ITEM #1; 6-8-10 GRANULAR FERTILIZER 1. It is the intent of these specifications to insure delivery of a complete Fertilizer, ready to use. 2. This formulation, 6-8-10, shall be of a granular nature and treated so as to have a minimum of dust from organic nutritional sources. 3. The sources of nitrogen shall be 3.1 untis derived from Ammonia Sulphate, 2.5 units derived from granular activated sludge, .4, units derived from Diammonium phosphate. 4. The source of phosphorous shall be 7 units from triple superhosphate, 1 unit from Diammonium phosphate. 5. The sources of Potasium shall be 3 units from sulphate of potash a Magnesium and 7 units from sulphate of Potash. 6. Chlorine, not more than 1.00%. 7. To be delivered in 50 pound bags. BID ITEM #2; 6-6-6 GRANULAR FERTILIZER 1. It is the intent of these specifications to insure delivery of complete Fertilizer, ready to use. 2. This formulation, 6-6-6, sahll be of a granular nature and treated so as to have a.minimum of dust from organic nutritional sources. 3. The sources of nitrogen shall be 3 units derived from granular activated sludge, 2.7 units derived from Ammonium sulphate, .3 units derived from Potassium Nitrate. 4. The sources of phosphorous shall be triple superhosphate and the granular activated sludge. 5. The sources of Potash shall be 1 unit derived from Sulphate of Potash, 4 units from Sulphate of Potassim magnesium and 1 unit from Potassium Nitrate. 6. Chlorine, not more than 1.00%. 7. To be delivered .in 50 pound bags. I Page 20 W" 478 METROPOLITAN DADE COUNTY BID NO. JV5052-2/01-OTR-CW GUARANTEED ANALYSIS Total Nitrogen, Not Less Than..............................21.00% Available Phosphoric Acid...... ..... .......................00% Water Soluble Potash, Not LessThan............................00% 3. To be delivered in 50 pound bags. RID ITEM #5; 21-0-0 GRANULAR FERTILIZER (GREENS) 1. Fertilizer shall be the crystallized form of granular sulphate of ammonia, equal to that materials as manufactured by Columbia Nitrogen Corporation or approved equal. 2. Fertilizer particles to be as uniform as is practical, equal to standard grade size as manufactured by Columbia Nitrogen Corporation or approved equal. 3. Fertilizer shall be free of debris, flakes or foreign particles. GUARANTEED ANALYSIS Total Nitrogen, Not Less Than..............................21.00% Available Phosphoric Acid.....................................00% Water Soluble Potash ............................... ........... 00% Total available: Primary Plant Food, Not Less Than.............. ............21.00%.- Primary Plant Food Derived From: Sulphate of Ammonia...... 4. To be delivered in 50 pound bags. BID ITEM #6; 12-6-8 GRANULAR FERTILIZER 1. Primary plant food sources: Activated s;idge, ireaform, sulfur -coated urea, triple superphosphate, potassium nitrate, sulfate or potash, Sul -Po -Mag. 2. Secondary Plant Food: Total Magnesium Mg 2.41%, water soluble Magnesiym 2.41%. Magnesium MN .77%, Boron B. .02, Copper CU .07% Zinc ZN .08%, Iron FE 1.22% 3. Secondary Plant Food Sources: Sulfate or potash magnesium, manganese oxide borax, copper sulfate, zinc sulfate, iron sulfate. Page 22 G O ^ 7 METROPOLITAN DADE COUNTY 1 0 4. To be delivered in 50 pound bags. NO. JV5052-2/01-OTR-CW Total Nitrogen........................................12.00% NitrateNitrogen.........................................75% Ammoniacal Nitrogen ... ................................0.00% Water Soluble Organic Nitrogen ........................10.25% Water Insoluble Nitrogen...............................1.00% Available Phosphoric Acid..............................6.00% Insoluble.Phosphoric Acid..............................0.00% Water Soluble Potash.... ............................8.00% Total available primary plant food....................26.00% Chlorine, not more than ............................... 2.00% BID ITEM #7; 12-6-8 SPECIAL WITH A 60% ORGANIC CONTENT 1. Derived from - Primary plant foods; As Follows: Ammonium nitrate, sulfate of ammonia, Di -ammonium phosphate, triple .. Super phosphate, milorganite, nitroform, urea, potassium nitrate, sulfate of potash, sulfate of potash magnesium. 2. Derived from: Manganese oxide, cooper 'sulfate, zinc sulfate, borax, fritted iron, hampshire iron 5% 3. To be delivered in 50 pound bags. TotalNitrogen........................................12.00% NitrateNitrogen ...................................... .75% Ammoniacal Nitrogen... ............... ............ 4.05%._::-` Water Soluble Organic Nitrogen ........................ 1.93% (and/or Uread Nitrogen) ............................... .25% Water Insoluble Nitrogen .............................. 5.02% Available Phosphoric Acid ............................. 6.00% Soluble Potash, as K20 ................................ 8.00% Chlorine, not more than ............................... 2.00% STATEMENT OF SECONDARY PLANT FOODS, AS FOLLOWS: Total Magnesium as Mg.................................2.40% Water Soluble Magnesium as Mg ..........................2.40% Manganeseas Mn ........................................ 77% Copperas Cu ........................................... 07% Zinc.as Zn.. ......................................... .08% Iron (Fritted) as Fe...................................1.12% Iron(Chelate) as Fe ................................... 10% Boronas B ............................................. .O1% Page 23 f .: 478 a METROPOLITAN DADEOUNTY 6 NO. JV5052-2/01-OTR-CW BID ITEM #8• 6-2-0 OR 6-3-0 DRY PULVERIZED MILORGANITE FERTILIZER 1. Fertilizer shall be granular activated sludge, according to analysis shown below. 2. Size of granulars: 95% or more to pass thorugh a #10 Mesh and to be retained in a #65 Mesh, Tyler Standard Sieve. 3. To be packed'in 50 pound bags. GUARANTEED ANALYSIS Total Nitrogen .................................. ......6.00% Total Phosphoric Acid, either........ ......3.00% or 2.00% Water Soluble Potash, not less than .................... .00% Total Available Primary Plant Food, not less than...... 9.00% Chlorine, not more than.........................:......1.00% Primary Plant Food Derived From: Activated Sewage Sludge................................................3.00% Composite Analysis Requirements: Iron (Elemental FE), notless than..........................................3.00% BID ITEM #9; 16-4-8 GRANULAR FERTILIZER 1. It is the intent of these specifications to insure delivery of a — complete fertilizer. 2. Fertilizer particles to be as uniform as is practical, equal to standard grade size as manufactured by Columbia Nitrogen Corporation or approved equal. 3. Fertilizer shall be free of debris, flakes or foreign particles. 4. To be delivered in 50 pound bags. Total Nitrogen ......................... .............16.00% Ammoniacal Nitrogen.... .............................11.20% Water Soluble Organic Nitrogen ........................ 4.80% Available Phosphoric Acid ............................. 4.00% Water Soluble Potash .................................. 8.00% Total Available Primary Plant Food....................28.00% Chlorine, not more than ............................... 1.00% Page 24 f O- 470 METROPOLITAN DADE_COUNTY �D NO. JV5052-2/01-OTR-CW • Primary plant food derived from: Ammonium Sulphate, D1 - Ammonium Phosphate, Sulfur -Coated Urea, Sulphate of Potash, Sul -Po -Nag, Secondary plant food derived from: Total Magnesium MG 1.0% Water Soluble Magnesium MG 1.0%, Manganese MN. 2.0% FE 1.0% BID ITEM #10; 12-0-12 GRANULAR FERTILIZER 1. It is the intent of these specifications to insure delivery of a complete fertilizer, ready to use. 2. This formulation, 12-0-12, shall be of granular nature and treated so as to have a minimum of dust from the nutritional sources. 3. The nitrate nitrogen shall consist of two units being derived from,: ammonia nitrate and the third unit to be derived form potassium"' nitrate. 4. The Ammoniacal Nitrogen will be two units derived form ammonia nitrate and seven units derived from ammonia sulfate. 5. The potash shall be derived form potassium nitrate, and sulfate of potash magnesium. _ 6. 4.25 units of magnesium are to be derived form Manganese Sulfate. 7. One unit of iron to be derived from Hampshire 5% Chelated Iron. 8. .025 unit of iron to be derived from Hampshire 5% Chelated Iron. a To be delivered in 50 pound bags. GUARANTEED ANALYSIS TotalNitrogen .................................... 12.00% Nitrate Nitrogen .................................. 3.00% Ammoniacal............ ......................... 9.00% Water Soluble Organic Nitrogen .................... .00% Water Insoluble Nitrogen .......................... .00% Available Phosphoric Acid ......................... .00% Insoluble Phosphoric Acid ......................... .00% Water Soluble Potash .............................. 12.00% Chlorine, not more than ........................... 1.5% I Page 25 478 METROPOLITAN DADE Y BID NO. JV5052-2/01-OTR-CW SECONDARY PLANT FOODS TotalMagnesium ................................... 4.25% Iron.............................................. .025% Manganeseas MNO.................................. 1.00% BID ITEM #11 - TRIPLE SUPER PHOSPHATE GRANULAR FERTILIZER 1. It is the intent of these specifications to insure delivery of a complete fertilizer, ready to use. 2. This formulation, triple super phosphate, shall be of a granular nature and treated as to have minimum of dust from the nutritional sources. 3. To be delivered in 50 pount bags. GUARANTEED ANALYSIS Total Nitrogen. ......0.00% Available Phosphate Acid ...............46.00% SolublePotash ........................................ 0.00% Chlorine, Less Than..................................2.00% BID ITEM #12; 0-0-22 SULPHATE OF POTASH MAGNESIUM GRANULAR FERTIEIZER 1. Fertilizer shall be the granular form of sulphate of potash magnesium (SULPO-MAG). t 2. Fertilizer particles to be as uniform as is .practical 95% more of pellets shall pass thourgh a #10 U.S. Standard Sieve, and be retained in a #16. Each granular shall contain the analysis shown below. 3. To be delivered in 50 pound bags. GUARANTEED ANALYSIS TotalNitrogen ....... ...............................0.00% Available Phosphate Acid ... .........................0.00% Water Soluble Potash, not less than.................22.00% Total Available Primary Plant Food Not Less Than .... 22.00% Secondary Plant Food MCO or, expressed in elemental units of mg, not less than 11.18.5% BID ITEM #13; 15-8-8 NEW TRINITE PLUS (MIX #2525) GUARANTEE ANALYSIS 1. Is a 25% mixture of Osmocote and 75% regular Trinite. It is excellent for use on woody ornamental and is t Page 26 ' 1 4 Y` J METROPOLITAN DAD COUNTY NO. JV5052-2/01-OTR-CW ideally formulated as a long feeder (3-4) months for hanging baskets, patio and outdoor landscape maintenance, also fern and foliage plants. 2. - To be delivered in 50 pound bags. NITROGEN: 74% Organic; 8% natural organic 66% Nitroform MINORS: .91% Magnesium .77% manganese, .09 boron, .09% copper, 17% zinc, 1.38% iron, .006% molybdenum, 1.00% chlorine. BID ITEM #14: 10-5-5 PALM TREE SPECIAL (MIX 2046)• GRANULAR FERTILIZER Because of the special microelement needs of most palms and the unique requirements of South Florida high PN soils, as special formulation of granular fertilizer was developed. This high microelement mix is slow to leach through sandy soils and improves the sandy soil structure and cation exchange. ANALYSIS OF "MALAYAN DWARF" COCONUT PALM GRANULAR FERTILIZER Plant Nutrient - Percent Total Nitrogen .......................... ....10.00% _ Nitrate Nitrogen ................ 0.00% Ammoniacal Nitrogen ............. 5.00% Water Sol. Org. Nitrogen........ 1.03% (and/or Urea Nitrogen) Water Insoluble Nitrogen........ 3.97% Available Phosphoric Acid...............5.00% Soluble Potash ..........................5.00% Chlorine (Not More Than)................1.00% SECONDARY PLANT NUTRIENTS Total Magnesium as Mg...................2.41% Water Sol. Magnesium as Mg..............2.41% Manganeseas Mn .........................1.55% Boronas B .............................. .06% Ironas Fe..............................1.39% Zincas Zn .............................. .04% Combined Sulfur as S ....................8.56% BID ITEM #15: FRERGRO 1. To be delivered in 50 pound bags Page 27 478 METROPOLITAN DADE COUNTY 0 BID NO. JV5052-2/01-OTR-CW GUARANTEED ANALYSIS Magnesium......:.........................6.69% Sulfur..................................4.24% Zinc.................... .2.41% Manganese...............................3.87% Iron...........:........................4.00% Boron.... .03% Sodium Mrybdenium ....................... .003% BID ITEM #16; 20-5-10 SUPER GOLF GREEN (PELLET FORM ONLY) 1. To be delivered in 50 pound bags. 2. Pellet form only GUARANTEED ANALYSIS Total Nitrogen (N) .....................20.00% Ammoniacal Nitrogen ........... 2.00% Urea Nitrogen................18.00% Nitrogen from S.C.0.......... 90.00% Available- Phosphoric Acid (P205)........5.00% Soluble Potash (K20) ...................10.00% Primary plant nutrient sources Sulphur coated urea, sulfate of potash, Diammoinum phosphate ------------------------------------------------ Sulphur 19.06% Boron 0.06% Manganese 0.10% Iron 0.22% Copper 0.10% Zinc 0.10% ------------------------------------------------ Secondary Plant Nutrient Sources Sulphur Coated Urea, Sulfatr of Potash, FRIT 504 BID ITEM #17; 12-3-9 FEC SPECIAL GREEN MIX 1. To be delivered in 50 pound bags. GUARANTEED ANALYSIS Total Nitrogen (N) ................... 12.06% Nitrate Nitrogen ..................... .75% Ammoniacal Nitrogen .................. .85% Water Insoluble Organic... ......... 'Nitrogen ............................. 5.54% Water Insoluble Nitrogen ............. 4.86% AVAILABLE PHOSPHORIC ACID............ AS P2, 05 ............................ 3.00% Water soluble potash as .............. 9.00% Cholorine, not more than ............. .95% Page 28 i mm� METROPOLITAN DADE COUNTY �D NO. JV5052-2/01-OTR-CW PRIMARY PLANT -NUTRIENTS SOURCE -S: Potassium Nitrate, Granular Activated Sludge, Sulfate of Potash, Ureaform, ' Diammonium Phostate, Sulfur Coated Urea Magnesiumas Mg........................1.20% W. Sol. Magnesium as Mg................1.20% Manganeseas Mn........................1.56% Boronas B ............................. % Copperas Cu ........................... % Zincas Zn ............................. % Ironas Fe.............................1.93% Chelated Iron as Fe .................... % Monybdemun as Mo ....................... % Sulfur (free) as S... ................2.97% Sulfur (Combined) asS.................3.94% SECONDARY PLANT NUTRIENT SOURCES: Magnesium Sulfate, Mangenese Sulfate, Iron Sulfate, Sulfur Coated Urea, Combines Sulfates BID ITEM #18; 15-0-15; FERTILIZER 1. It is the intent of these specifications, to insure delivery of a complete fertilizer, ready to use. 2. The Nitrogen' shall be derived from (15%), 5 parts Ammoniacal Nitrogen, 5 parts sulfate or ammonia granular, and 5 parts sulfur coated urea.. _=:. 3. The Potash shall be derived from 8 parts Sulfate of Potassium Granular, and 7 parts Sulfate of Potash Magnesium Granular. 4. To be derivered in 50 pound bags. GUARANTEED ANALYSIS: LBS. NITROGEN POTASSIUM (TOTAL N) (TOTAL K) Ammmoniacal Nitrogen 294.1 5 Parts Sulfate of Ammonia Granular 490.0 5 Parts Sulfur Coated Urea 270.0 5 Parts Sulfate of Potash Granular 313.6 8 Parts Sulfate of Potash Magnesium 630.0 7 Parts Granular Filler Granular 2.3 2000 15 15 { Page 29 "- 478 METROPOLITAN DADE COUNTY 0 BID ITEM #19; 19-0-19; FERTILIZER BID NO. JV5052-2/01-OTR-CW 0 1. It is the intent of these specifications to insure delivery of a complete fertilizer, ready to use. 2. The Nitorgen shall be of a Sulfur coated urea form, as produced by Canadian Industries, Lesco, or Scotts or approved equal. 3. Potassium to be derived from Potassium Chloride (Sulfurcoated). 4. 19% Totally Sulfur coated urea nitrogen form as derived from Canadian Industries, Lesco, or Scott's or approved equal. 5. Potassium - To be derived from sulfur coated potassium Chloride. b. Trace elements to include as follows: a. Iron, from Hampshire Chelate , b. Manganese from MN Sulphate c. Sulfur (Elemental) 7. To be delivered in 50 pound bag. BID ITEM #20; 8-0-8 FERTILIZER (NO SUBSTITUTE) 1. SPECIAL FORMULATED IBDU GREEN MIX - 2. A fine textured, blended, one to one nitrogen to potassium ration._. fertilizer Nitrogen in all formulated from safe no burn;-.-s1_ovr,. release IBOU and sludge allows for a greater application flexibility. 3. To be delivered in 50 pound bags. Plant Nutrients Percent Total Nitrogen(N)............................. .......8.00% Water Sol. Org. Nitrogen ......................0.80% Water Insoluble Nitrogen ......................7.20% Available Phosphoric Acid ........................ .....1.00% Soluble Potash..... ................................8.00% Chlorine (Not More Than)...............................2.00% Derived from sludge, isobutylidene diurea, and sulphate of potash -magnesia. SECONDARY PLANT NUTRIENTS. Total Magnesium (Mg).... ............................4.00% Water Soluble Magnesium (Mg)...........................4.00% Sulphur (Combined) (S) ................................10.00% Iron(Fe)...... ......................................0.49% Manganese(Mn).........................................0.39% I Pa-^_ 30 �' 7 METROPOLITAN DADE COUNTY 0 0D NO. JV5052-2/01-OTR-CW Derived from sulphate of potash -magnesia, iron oxide and manganese sulphate. BID ITEM #21; 17-1-10; GRANULAR FERTILIZER SPECIAL FORMULATED IBDU GREEN MIX 1. A high analysis blend which combines fast and slow release nitrogen sources to provide a safe yet effective greens mix. 2. To be deliverd in 50 pound bags. Plant Nutrients Percent Total Nitrogen (N) ..............................17.00% Nitrate Nitrogen ....................2.50% Ammoniacal Nitrogen.................1.50% Water Sol. Org. Nitrogen ............ 2.50% Water Insoluble Nitrogen ........... 10.50% Avaliable Phosphoric Acid .........................1.00% Soluble Rotash........ .........................10.00% Chlorine (Not More Than) ..........................2.00% Derived from activated sludge, sulphate of ammonia, isobutylidene diurea, potassium nitrate, and sulphate of potash -magnesia. -= Secondary Plant Nutrients Total and Water Soluble Magnesium (Mg) ............. 1.00% Manganese.............................................50% CopperGO .........................................0.07% Zinc(Zn)...........................................0.06% Boron(B) ...........................................0.02% Iron(Fe)...........................................0.03% Derived from sulphate of potash -magnesia, manganese sulphate, copper sulphate, zinc sulphate, borate, and chelated iron (EDTA). BID ITEM #22; 16-0-16 FERTILIZER (PAREX) 1. Par Ex -Professional Products hs compiled this technical data sheet to describe .the product and its characteristics, to assist the user, in determining the actual usage for maximum turf response. 2. To be delivered in 50 pound bags. Page 31 0.� 478 METROPOLITAN DADE rAUMTY BID NO. JV5052-2/01-OTR-CW - CONTAINS KERB (3,5-dichloro-N- (1,1-dimethlyl 2 propynul)-benzamide) Contains 6.6 lbs. of Technical Kerb per ton. KERB, not less than...............0.33% YEAR 1983 - Fla. Registration No. 735-6225 MINIMUM GUARANTEED ANALYSIS Plant Nutrients Percent Total Nitrogen (N) ......................... ....16.00% Nitrate Nitrogen ....................3.00% Ammoniacal Nitrogen.................9.00% Water Sol. Org. Nitrogen ............ 0.40% Water Insoluble Nitrogen ............. 3.60% Avaliable Phosphoric Acid......... ..............0.00% Soluble Potash..... ... .........................16.00% Chlorine (Not More Than) ..........................9.00% Derived from ammonia nitrate, ammonium sulfate, isobutylidene diurea, muriate of potash, nitrate, sulphate. of potash magnesia. _= Secondary Plant Nutrients Total Magnesium as (Mg).... ... ................1.00% Water Soluble Magnesium as (Mg).....................1.00% Manganeseas (Mn)...................................1.28% Copperas (Cu)......................................0.09% Zincas (Zn)........................................0.08% Boronas (B) ........................................0.03% Ironas (Fe)........................................1.00% Derived from: Sulphate of potash magnesia, fitted manganese, fritted copper, fritted zinc, borate, fritted iron. BID ITEM #23. 15-0-15 FERTILIZER CUSTOM FORMULA CUSTOM FORMULATED FERTILIZER - 50 LBS. PER BAG Par Ex Professional Products has compiled this technical data sheet to describe the product and its characteristics, to assist the user in determining the actual usage for maximum turf response. No. 5672 -Florida. Page 32 METROPOLITAN DADOUNTY GUARANTEED•ANALYSIS Plant Nutrients D NO. JV5052-2/01-OTR-CW Percent Total Nitrogen (N) ...................................15.00% Ammoniacal Nitrogen .......................5.00% Water Sol. Org. Nitrogen..................5.50% Water Insoluble Nitrogen..................4.50% Soluble Potash (K) ....................................15.00% Chlorine, (Not More Than)..............................2.00% Derived from isobutylidene diurea, sulphur coated urea, sulphate of ammonia, sulphate of potash and sulphate of potash magnesia. Secondary Plant Nutrients Total and Water Soluble magnesium as (Mg).................1.20% Mangeneseas (Mn).........................................1.00% IronAs (Fe)..............................................2.00% Derived from sulphate of potash, magnesia, fritted manganese, fritted iron. BID ITEM #24; 15-0-15 FERTILIZER (CUSTOM FORMULA) CUSTOM FORMULATED FERTILIZER - TO BE PURCHASED BULK (PER TON) Par Ex Professional Products has complied this techincal data sheet to: =° described the product and its characteristics, to assist the user in determining the actual usage for maximum turf response. No. 5672 - Florida. GUARANTEED ANALYSIS Plant Nutrients Percent Total Nitrogen(N)............................. ....15.00% Ammoniacal Nitrogen .......................5.00% Water Sol. Org. Nitrogen..................5.50% Water Insoluble Nitrogen..................4.50% Soluble Potash (K) ....................................15.00% Chlorine, (Not More Than)..............................2.00% Derived from isobutylidene diurea, sulphur coated urea, sulphate of ammonia, sulphate of potash and sulphate of potash magnesia. Secondary Plant Nutrients Total and Water Soluble Magnesium as (Mg)..................1.20% Mangeneseas (Mn)...........................................1.00% f Page 33 478 METROPOLITAN DAD UNTY BID NO. JV5052-2/01-OTR-CW IronAs(Fe) ................................................2.00% Derived from sulphate of potash, magnesia, fritted manganese, fritted iron. BID ITEM #25; 21-2-6 FERTILIZER (CUSTOM FORMULA) 1. CUSTOM FORMULATED FERTILIZER 2. Par Ex Professional Products has compiled this techni-cal data sheet to .describe the product and it characteristic, to assist the user in determining the actual usage for maximum turf response. 3. To be delivered in 50 pound bags. Contains Oftanol - 1-Methylethy 1 2-(ethoxyl; (1-methylethyl)amino phosphinothioyloxy) benzoate...........................0.96% Contains 21.2.lbs. Technical Oftanol per ton. APPLICATION RATE: 3/4 lb. per 1000 sq. ft. (equivalent to 2 lb. active Oftanol per acre) - 52 acre/ton. Par Ex Slow Re -lease Fertilizer Plus Oftanol for Southern Grasses. 21-2-6 with .96% Oftanol GUARANTEED ANALYSIS Plant Nutrients Percent Total Nitrogen (N) ....................................21.00% Ammoniacal Nitrogen..................:.12.50% Urea Nitrogen .......................... 6.20% Water Insoluble Nitrogen ................ 2.30% Available Phosphoric Acid (P)......................... 2.00% Soluble Potash (K).................................... 6.00% Chlorine (Not More Than) .............................. 6.00% Manganese(Mn)........................................ .80% Iron(Fe)....................................... .05% Derived from: urea, sulphur coated urea, isobutylidene diurea, sulphate of ammonia, diammonium phosphate, muriate of potash, iron oxide and manganese sulphate. Icludes 5.2% coated slow release urea nitrogen from sulphur coated urea. i Page 34 ; METROPOLITAN DADE COUNTY 410 NO. JV5052-2/01-OTR-CW 0 BID ITEM #26. 15-0-15 GRANULAR FERTILIZER (5884) 1. Year 1985 Fla. Registration No. 831-5884, 15-015 No. 5884 - Manufactured by Estech, Inc., Ft. Pierce, Florida or approved equal. 2. To be delivered in 50 pound bags. MINIMUM GUARANTEED ANALYSIS Plant Nutrients Percent Total Nitrogen (N) ..............................15.00% Nitrate Nitrogen .................... .39% Ammoniacal Nitrogen.................5.61% Water Sol. Org. Nitrogen ............ .90% Water Insoluble Nitrogen........... 8.10% Avaliable Phosphoric Acid ......................... .00% Soluble Potash........ .........................15.00% Chlorine (Not More Than)..... ...................2.00% Derived from: isobutylidene diurea, ammonium nitrate, sulphate of ammonia, sulphate of potash, sulphate of potash -magnesia. Secondary Plant Nutrients = Total Magnesium (Mg)...... 2.20% Water Soluble Magnesium (Mg)........................2.00% Magnesese as (Mn)...................................1.57% Boron(B) ...........................................0.02% Derived from sulphate of potash -magnesia, fritted manganese, borax. BID ITEM #27; 16-4-16 GRANULAR FERTILIZER (6243A) 1. Year 1984 Fla. Registration No. 831- 243, 16-4-16 No. 6243A - Manufactured by Estech, Inc., Ft. Pierce, Florida or approved equal. 2. To be delivered in 50 pound bags. Page 35 -- 478 METROPOLITAN DAD OUNTY ID NO. JV5052-2/01-OTR-CW MINIMUM GUARANTEED ANALYSIS Plant Nutrients Percent Total Nitrogen (N) .................... ........16.00% Nitrate Nitrogen ....................3.50% Ammoniacal Nitrogen.................6.50% Water Sol. Org. Nitrogen ............ .60% Water Insoluble Nitrogen........... 5.40% Avaliable Phosphoric Acid .........................4.00% Soluble Potash..... .. .........................16.00% Chlorine (Not More Than) .........................11.35% Derived from: isobutyliden diurea, ammonium nitrate, sulphate of ammonia, ammonium phosphate, muriate of potash, sulphate of potash -magnesia. Secondary Plant Nutrients Total Magnesium (Mg). .. 2.40% Water Soluble Magnesium (Mg)........................2.40% Magneseseas (Mn)...................................1.57% Boron (B) ........................................... 0.06% Derived from sulphate of potash -magnesia, FTE 217, 5% hampshire (chelated) BID ITEM #28: 16-4-8 GRANULAR FERTILIZER 1. CUSTOM FORMULATED FERTILIZER 2. Par Ex Professional Products has compiled this technical data sheet to describe the product and it characteristic, to assist the user in determining the actual usage for maximum turf response. 3. To be delivered in 50 pound bags. Contains KERB - (3.5 Dichloro-N-(1,1 demethyl 2-propynul-benzamide) Contains 6.6 lbs. Technical Kerb per ton. Kerb, not less than .........0.33%. Page 36 u®- 47 { METROPOLITAN DADE,COUNTY 40ID NO. JV5052-2/01-OTR-CW . 0 GUARANTEED ANALYSIS Plant Nutrients Percent Total Nitrogen (N) .........................16.00% Nitrate Nitrogen ....................1.25% Ammoniacal Nitrogen................10.75% Water Sol. Org. Nitrogen ............ .40% Water Insoluble Nitrogen........... 3.60% Avaliable Phosphoric Acid ........... 4.00% Soluble Potash...... ........... 8.00% Chlorine (Not More Than) ............ 5.00% Derived from: ammonia nitrate, sulphate of ammonia, isobutylidene diurea, triple superphosphate, muriate of potash -magnesia. Secondary Plant Food Total and Water Soluble Magnesium as Mg....... 1.16% Sulphur (Combined) (S) ........................ 12.00% Manganese(Mn)................................ .45% Copper(Cu)................................... .09% Zinc.. ..................................... .08% Boron(B)..................................... .03% Iron(Fe)...................................... 1.24% Derived from: sulphate of ammonia, sulphate of potash magnesia, . fritted manganese, cooper, zinc, boron and iron BID ITEM #29: 32-0-0 LIQUID FERTILIZER BULK 1. Delivery must be made 24 hours from order date. GUARANTEED ANALYSIS Plant Nutrients Percent Total Nitrogen(N)............................. 32.00% Nitrate Nitrogen ................... 8.11% Ammoniacal Nitrogen ................ 8.11% Urea Nitrogen ......................15.78% Derived from: Urea ammonium nitrate. BID ITEM #30: 12-0-6 LIQUID FERTILIZER (BULK) 1. Delivery must be made 24 hours from order date. Page 37 METROPOLITAN DAD�UNTY PAD NO. JV5052-2/01-OTR-CW i - GUARANTEED ANALYSIS , Plant Nutrients Percent .Total Nitrogen(N)............................. 12.00% Nitrate Nitrogen ................... 3:15% Ammoniacal Nitrogen ................ 3.26% Urea Nitrogen ...................... 5.59% Water Soluble Potash ...................... 6.00% Total available primary plant food......... 18.00% Chlorine.......................... 4.6% Derived from: urea ammonium nitrate, magnesium nitrate, ammonium thiousulphate potassium chloride. Secondary Plant Food Total Magnesium (Mg). .. ................ .30% Water Soluble Magnesium (Mg) ............... .30% Iron Che -late (Fe) ........................ ..020% Manganese as (Mn) .........................0.200% Boron(B) ..................................0.05% Derived form: magnesium nitrate, iron citrate, manganese citrate;' sodium borate. BID ITEM #31; 4-0-12 LIQUID FERTILIZER (BULK) 1. Delivery must be made 24 hours from order date. GUARANTEED ANALYSIS Plant Nutrients Percent Total Nitrogen(N).............................. 5.00% Nitrate Nitrogen ........................:1.13% Ammonium Nitrogen ....................... 1.06% Urea Nitrogen............................1.81% Water Soluble Potash ........................... 12.00% Total available primary plant food..............16.00% Chlorine....................................... 9.15% t Page 38 LIN METROPOLITAN DADE COUNTY Secondary Plant -food IfD NO. JV5052-2/01-OTR-CW Total Magnesium (Mg) .......................... 1.16% Water Soluble Magnesium (Mg) .................. 12.00% J Iron Chelate (Fe). ......................... .45% Manganese Chelate (Mn) ........................ .09% Boron(B)..................................... .08% Derived from: urea ammonium nitrate, magnesium nitrate, ammonium thiosulphate, potassium chloride. .BID ITEM #32; 10-0-6 LIQUID FERTILIZER (BULK) 1. Delivery must be made 24 hours from order date. GUARANTEED ANALYSIS Plant Nutrients Percent Total Nitrogen .10.00% Nitrate Nitrogen ....................2.75% Ammonium Nitrogen .................. 2.69% Urea Nitrogen .......................4.56%. Water Soluble Potash ........................... 6.00% Total available primary plant food..............16.00% Chlorine .............. 4.60% BID ITEM #33; 12-2-6 LIQUID FERTILIZER (BULK) 1. Delivery must be made 24 hours from order date. GUARANTEED ANALYSIS Plant Nutrients Percent Total Nitrogen (N) .........................12.00% Nitrate Nitrogen ....................3.15% Ammonium Nitrogen .................. 3.26% Urea Nitrogen.. . ...................5.59% Total Phosphorous ........................... 2.00% Water Soluble Potash ........................6.00% Chlorine< ...............................4.6% Total available primary plant'food......... 16.00% .Derived from: urea ammonium nitrate, magnesium nitrates, ammonium thiosulfate, potassium chloride, phosphoric acid. Page 39 g 478 METROPOLITAN DADUNTY BID NO. JV5052-2/01-OTR-CW 0 Secondary Plant -food Total Magnesium (Mg)..... ..................30% Water Soluble Magnesium (Mg) ................ .30% Iron Chelate (Fe). ......................020% Manganese Chelate (Mn)......................0.20% Boron(B) .......................... ........05% Derived from: magnesium nitrate, iron citrate, manganese citrate, sodium borate. BID ITEM #34; 4-2-12 LIQUID FERTILIZER (BULK) 1. Delivery must be made 24 hours from order date. GUARANTEED ANALYSIS Plant Nutrients Percent Total Nitrogen (N) ..............................12.00% Nitrate Nitrogen ....................1.13% Ammonical Nitrogen..................1.06% Urea Nitrogen .......................1.81% Total Phosphorous .............................. 2.00%� Phosporich Acid..... ......................2.00% Water Soluble Potash............................12.00% Chlorine < 9.15% " ={ Total available primary plant food..............18.00% Derived from: Urea ammonium nitrate, magnesium nitrate, ammonium thiosulfate, potassium chloride, phosphoric acid. Secondary Plant Food Total Magnesium (Mg).... .20% Water Soluble Magnesium (Mg) .................. .20% Iron Chelate (Fe). ........................ .020% Manganese Chelate (Mn) ........................ .05% Boron(B)..................................... Derived from: magnesium nitrate, iron citrate, manganese citrate, sodium borate. BID ITEM #35; 10-2-6 LIQUID FERTILIZER (BULK) 1. Delivery must be made 24 hours from order date. Page 40 METROPOLITAN BAD COUNTY 0D NO. JV5052-2/01-OTR-CW GUARANTEED ANALYSIS Plant Nutrients Percent Total Nitrogen (N) ........................... ..10.00% Nitrate Nitrogen ....................2.75% Ammonical Nitrogen..................2.69% Urea Nitrogen .......................4.56% Total Phosphorous .............................. 2.00% Phosporich Acid.............................2.00% Water Soluble Potash ............................ 6.00% Chlorine < 4.60% Total available primary plant food..............18.00% Derived from: Urea ammonium nitrate, magnesium nitrate, ammonium thiosulfate, potassium chloride, phosphoric Acid. Secondary Plant Food Total Magnesium (Mg). ................... .40% Water Sol-uble Magnesium (Mg) .................. .40% Iron Chelate (Fe) .. .. ....................... .020% Manganese Chelate (Mn) ........................ ^.020% Boron(B)..................................... 0.05% Derived from : magnesium nitrate, iron citrate, manganese citrate, sodium borate. BID ITEM #36; 11-2-5 (TS4) LIQUID FERTILIZER (BULK) 1. Delivery must be made 24 hours from order date. GUARANTEED ANALYSIS Plant Nutrients Percent Total Nitrogen (N) ..............................11.00% Nitrate Nitrogen ....................3.05% Ammonical Nitrogen..................2.78% Urea Nitrogen .......................5.17% Total Phosphorous .............................. 2.00% Phosporich Acid.............................2.00% Water Soluble Potash .... ...... ............... 5.00% . Total available primary plant food..............18.00% Chlorine < 3.83% Derived from: Urea ammonium nitrate, magnesium nitrate, ammonium thiosulfate, potassium chloride, phosphoric Acid. i Page 41 478' AC' METROPOLITAN DADOUNTY wNO. JV5052-2/01-OTR-CW Secondary Plant -Food Total Magnesium (Mg).... .................... .40% Water Soluble Magnesium (Mg) .................. .40% ' Iron Chelate (Fe). ........................ .020% Manganese Chelate (Mn) ........................ .020% Boron(B)..................................... 0.05% Derived from : magnesium nitrate, iron citrate, manganese citrate, sodium borate. BID ITEM #37; 21-0-0 LIQUID FERTILIZER (BULK) 1. Delivery must be made 24 hours from order date. 2. 6 Ton Minimum order. GUARANTEED ANALYSIS Plant Nutrients Percent Total Nitrogen (N) ..............................21.00% Nitrate Nitrogen .................... .25% Ammonical Nitrogen .................. .50% Urea Nitrogen ....................... .25% Derived from: Urea ammonium nitrate. BID ITEM #38; 8-1-9 FERTILIZER (FOR GREENS) 1. It is the intent of these specifications to insure delivery of „a complete fertilizer,. ready to use. 2. This formulation, 8-1-9, shall use materials that are granular in nature, and treated so as to have a minimum of dust from the nutritional sources. 3. The sulfur coated urea sources should use the "mini" pil so that it can be applied to golf greens. 4. The sources of nitrogen shall be 2.5 units, derived from granular activated sludge, 3 unit derived from sulfur coated urea, and 3 units derived from urea formaldehyde. 5. The source of phosphorous shall be the activated sludge. 6. The source of Potash shall be 9 units of sulphate of Potash Magnesium, this should also be a standard grade so that it can be used -on golf greens. 7. To be delivered in 50 pound bags. Page 42 .47 ,81 METROPOLITAN DA*OUNTY &ID NO. JV5052-2/01-OTR-CW BID ITEM #39; 9-1-9 FERTILIZER• 1. Activated sludge should be the brand name Miloganite. 2. To be delivered in 50 pound bags. GUARANTEED ANALYSIS (Nitrogen) Milorganite (90% water insoluble).................2.77 Units S.C.U. (100% water soluble).......................3.00 Units Either of the following: Nitrogorm (90% water insoluble)...................3.00 Units or I.B.D.U. (70% water insoluble)....................2.33 Units (Phosphorous) Milorganite......................................1.39'Units BID ITEM #40; 30-4-8 GREENS MIX FERTILIZER GreensMix........................................30-4-8 Fine Particle - size 63%, Slow release Nitrogen for OF Blue Clip Nitrogen along with minor elements of .75 Mg, .03 B; .03 Cu, .18Fe, .07 Zn & .002 Mo. BID ITEM #41; 13-2-13 LIQUID AG MINIMUM GUARANTEED ANALYSIS Total Nitrogen (N) ..............................13.00% Nitrate Nitrogen ....................1.20% Ammonical Nitrogen..................0.60% Water Soluble Organic Nitrogen...... (and/or Urea Nitrogen)..............3.15 Water Insoluble Nitrogen ............ 8.05% Available Phosphoric Acid (P2 05)...........2.00% Soluble Potash (K2 0)... .... .........13.00% Total Available Primary Plant Food......... 28.00% Chlorine, (Not More Than) .................. 0.00% Derived from: Urea, Triazone, Ammonium Poluphospate, • Potassium Nitrate, Potassium Carbonate. *This product contains 8.05 units of slow release nitrogen. t Page 43 00— 478 METROPOLITAN DADOUNTY BID ITEM #42; 14-2-10 LIQUID A - 4D NO. JV5052-2/01-OTR-CW MINIMUM GUARANTEED ANALYSIS Total Nitrogen (N) ..............................14.00% Nitrate Nitrogen ....................0.00% Ammonical Nitrogen..................0.60% Water Soluble Organic Nitrogen...... (and/or Urea Nitrogen)..............3.75% Water Insoluble Nitrogen ............ 9.65% Available Phosphoric Acid (P2 05)...........2.00% Soluble Potash (K2 0).. ........10.00% Total Available Primary.Plant Food......... 26.00% Chlorine, (Not More Than). .. 0.00% Derived from: Urea, Triazone, Ammonium Poluphospate, Potassium Nitrate, Potassium Carbonate. *This product contains 9.65 units of slow release Nitrogen. BID ITEM #43; 12-04-12 NEW PALM SPECIAL As manufactured by Atlantic Fertilizer & Chemical Co. #7216 BID ITEM #44; 20-20-20 SOLUBLE FERTILIZER Soluble fertilizer, Peters General Purpose Feed 25 lb. bag. BID ITEM #45; 20-2-20 SOLUBLE FERTILIZER Millers, soluble, 25 lb. bags. BID ITEM #46; 15-8-8 GRANULAR FERTILIZER Granular Tri-Nite Plus with Fer-A-Gro 50 lbs. bags, total Nitrogen 15.00% Phosphoric Acid 8.90% soluble potash as (K20) - 8.9%. BID ITEM #47; 22-4-16 FERTILIZER Slow release, sulfur Coated high N plus minors 8mm longevity. BID ITEM #48; 13-12-12 FERTILIZER Slow release, sulfur Coated low soil on soiless mixes osrocote for Florida Ration on N -P -K 1:1:1. i Page 44 z '— 478 METROPOLITAN DADE COUNTY BID ITEM #49; 6-23-0 ENV_IRO-START FERTILIZER 0PID NO. JV5052-2/01-OTR-CW This is a formulation of specific organic acids, buffers, biological stimulants and microbes which 'produces rapid soil microbial developement, plant root stimulation and rapid seed germination. MINIMUM GUARANTEED ANALYSIS Total Nitrogen(N).............................. 6.00% NitrateNitrogen....................................0% Ammonical Nitrogen...............................6.00% Water Soluble Organic Nitrogen ...................... 0% (and/or Urea Nitrogen)..............................0% Water Insoluble Nitrogen.. ....................0% Available Phosphoric Acid (P205) ................23.00% Soluble Potash (K20)..... .... ....................0% Total Available Primary Plant Food..............29.00% Chlorine, not more than .............................0% Derived From: -Ammonium Phosphate BID ITEM #50: 16-32-16 BLOOM -STARTER FORMULA Requires high phosphorus, to be able to be used as bloom starter for new seeds or transplants, spray tank mix compatible, water soluble`: BID ITEM #51: IRON PLUS GRANULAR ELITE Guaranteed Analysis Statement of Secondary Plant Nutrients: Total Magnesium (Mg) 1.000% 0.05% Water Soluble Magnesium (Mg) Sulfur (S) (Combined) 7.250% Iron as (Fe) 18.000% Manganese (Mn) Total 2.000% 0.10% Soluble Mangenese (Mn) Copper (Cu) 0.050% Molybdenum (Mo) 0.005% Zinc (Zn) 0.100% Derived From: Iron Sulfate, Iron Oxide,. Copper Sulfate, Copper Oxide, Zinc Sulfate, Zinc Oxide, Maganese Sulfate, Maganese Oxide, Magnesium Sulfate, Magnesium Oxide and Sodium Molybdate. Page 45 A 478 METROPOLITAN DADE�'OUNTY BID ITEM #52; DOLOMITIC LIMESTONE (PALLETIZED) BID NO. JV5052-2/01-OTR-CW 0 Minimum Guaranteed Analysis Elemental Calcium (Ca) 21.00% Calcium Oxide (CaO) 29.00% Calcium Carbonate (CaCO ) 52.00% Elemental Magnesium (Mg3 12.00% Magnesium -Oxide (MgO) 19.00% Magnesium Carbonate (MgCO ) 40.00% Calcium Carbonate Equivalint (CEE) 100.00% Total Oxides 48.00% Total Carbonates 92.00% Effective Neutralizing Power (ENP) 85 Effective Neutralizing Value (ENV) 88 Moisture - Less Than 1.00% Plant Nutrients Derived From: Dolomite BID ITEM #53; 19-0-19 FERTILIZER Guaranteed Analysis Total Nitrogen (N) 19.00% 19.00% Urea Nitrogen Soluble Potash (K 0) 19.00% Chlorine, not morg than 2.00% - Primary Plant Nutrient Source: Sulfur Coated Urea, of Potash. Iron as (Fe) 2.00% Manganese as (Mn) 3.00% Sulfur (S) 11.40% 4.90% Sulfur (S) Free 6.80% Sulfur (S) Combined Urea, Su.l fate+ Secondary Plant Nutrient Source: Sulfur Coated Urea, Sulfate of Potash, Iron Oxide, Iron Sulfate, Maganese Oxide. BID ITEM #54; CONTROLLED RELEASE LIQUID FERTILIZER 28-0-0; ENVIRO-N Total Nitrogen (N) 28.00% Nitrate Nitrogen .00% Ammoniacal Nitrogen .00% Water -Soluble Organic Nitrogen 20.20% (and/or Urea Nitrogen) 7.80% Available Phosphorus (P205) .00% Soluble Potash as (K 0) .00% Chlorine, not more t9an .00% { Page 46 ;G ' — METROPOLITAN DADECOUNTY 0 I NO. JV5052-2/01-OTR-CW BID ITEM #55; SULFATE OF POTASH, GRANULAR FERTILIZER Guaranteed Analvsis Total Nitrogen (N) .00% . Nitrate Nitrogen .00% Ammoniacal Nitrogen .00% Water -Soluble Organic Nitrogen .00% Water Insoluble Nitrogen .00% Available Phosphoric Acid as (P205) .00% Soluble Potash as (K 0) 50.00% Chlorine, not more t9an 3.00% Total Magnesium as Mg .00% Water Soluble Magnesium as Mg' .00% Total Magnesium as Mn .00% Soluble Magnesium as Mn .00% Boron as B .00% Copper as Cu .00% Zinc as Zn .00% Iron as Fe .00% BID ITEM #56; 15-03-15 DORAL FAIRWAY MIX #6505 Guaranteed Analvsis Total Nitrogen (N) 15.00% Nitrate Nitrogen .00% Ammoniacal Nitrogen .00% Water -Soluble Organic Nitrogen 15.00% Water Insoluble Nitrogen .00% Available Phosphoric Acid as (P205) 3.00% Water Soluble Potash as (K20) 15.00% Chlorine, not more than 1.25% Primary Plant Nutrient Sources: Triple Superphosphate, Sulfate of Potash, Sulfate of Potash -Magnesia, Sulfur Coated Urea. BID ITEM #57; 16-4-16 FAIRWAY MIX #5629 Guaranteed Analysis Total Nitrogen (N) Nitrate Nitrogen Ammoniacal Nitrogen Water -Soluble Organic Nitrogen Water Insoluble Nitrogen Available Phosphoric Acid as (P205) Water -Soluble Potash as (K20) Chlorine, not more than t Page 47 16.00% .00% 4.00% 12.00% .00% 4.00% 16.00% 1.30% ' 78 METROPOLITAN DAUNTY BID ITEM #58; 15-03-15 SPECIAL'MIX #6509 Guaranteed Analysis Total Nitrogen (N) Nitrate Nitrogen Ammoniacal Nitrogen Water -Soluble Organic Nitrogen Water Insoluble Nitrogen Available Phosphoric Acid as (P205) Water Soluble Potash as (K20) Chlorine, not more than 0D NO. JV5052-2/01-OTR-CW 15.00% .00% 7.50% 7.50% .00% 3.00% 15.00% 1.25% Primary Plant Nutrient Sources: Sulfate of Ammonia, Diammonium Phosphate, Sulfate of Potash, Sulfate of Potash -Magnesia, Sulfur Coated Urea. BID ITEM #59;15-03-15 SPECIAL MIX #6535 Guaranteed Analvsis Total Nitrogen (N) 15.00% Nitrate Nitrogen .00% Ammoniacal Nitrogen 2.00% Water -Soluble Organic Nitrogen 11.40% Water Insoluble Nitrogen 1.60% Available Phosphoric Acid as (P205) 5.00% Water Soluble Potash as (K20) 15.00% Chlorine, not more than 4.10% BID ITEM #60; 24-04-12 SPECIAL MIX #3415 Guaranteed Analysis Total Nitrogen (N) 24.00% Nitrate Nitrogen .00% Ammoniacal Nitrogen 1.56% Water -Soluble Organic Nitrogen 19.56% Water Insoluble Nitrogen 2.84% Available Phosphoric Acid as (P205) 4.00% Water Soluble Potash as (K20) 12.00% Chlorine, not more than 5.00% Primary Plant Nutrient Sources: Ureaform, Diammonium Phosphate, Sulfate of Potash, Muriate of Potash, Sulfate of Potash -Magnesia, Sulfur Coated Urea. BID ITEM #61; 11-03-22 SPECIAL MIX #2144 Guaranteed Analysis Total Nitrogen (N) 11.00% Nitrate Nitrogen .00% Ammoniacal Nitrogen 1.20% Water -Soluble Organic Nitrogen 9.80% i Page 48 -, 11 METROPOLITAN DADCOUNTY 0 0 I NO. JV5052-2/01-OTR-CW Water Insoluble Nitrogen .00% Available Phosphoric Acid as (P205) 3.00% Water Soluble Potash as (K20) 22.00% Chlorine, not more than 2.00% BID ITEM #62- SULFATE OF POTASH (GRANULAR) #0450 Guaranteed Analysis Total Nitrogen.(N) .00% Nitrate Nitrogen .00% Ammoniacal Nitrogen .00% Water -Soluble Organic Nitrogen .00% Water Insoluble Nitrogen ' .00% Available Phosphoric Acid as (P205) .00% Soluble Potash as (K 0) 50.00% Chlorine, not more t9an 3.00% Total Magnesium as Mg .00% Water Soluble Magnesium as Mg .00% Total Magnesium as Mn .00% Soluble Magnesium as Mn .00% Boron as B .00% Copper as Cu .00% Zinc as Zn .00% Iron as Fe .00% BID ITEM #63 SPECIAL MIX 16-04-08 SLOW RELEASE NITROGEN ANALYSIS Total Nitrogen (N) 16.00% Nitrate Nitrogen .00% Ammoniacal Nitrogen .00% Water -Soluble Organic Nitrogen 16.00% Water Insoluble Nitrogen .00% Available Phosphoric Acid as (PO) 4.00% Soluble Potash as (K 0) 8.00% Chlorine, not more t9an 2.00% Total Magnesium as Mg 3.00% Water Soluble Magnesium as Mg 3.00% Total Magnesium as Mn .00% Soluble Magnesium as Mn .00% Boron as B .00% Copper as Cu 0.06% Zinc as Zn 0.10% Iron as Fe 2.00% NOTE: ALL NITROGEN DERIVED FROM SULFUR COATED UREA THIS SPECIAL MIX FERTILIZER IS FOR THE DADE COUNTY OFFICE OF FACILITIES OPERATIONS - GROUNDS DEPARTMENT. IS THREE (3) TIMES A YEAR APPROXIMATELY, FEBRUARY/MARCH, OCTOBER/NOVEMBER. s Nage 49 PUBLIC SCHOOLS PLANNED USAGE MAY/JUNE, AND