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