Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution (221)Temp. Reso. # 9845 August 28, 2002 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2002-221 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, UTILIZING THE BROWARD COMMUNITY COLLEGE CONTRACT NUMBER 200-001 ISSUED ON BEHALF OF THE SOUTHEAST FLORIDA GOVERNMENTAL PURCHASING COOPERATIVE; AUTHORIZING THE PURCHASE OF ST. AUG USTINE/FLORITAM SOD IN AN AMOUNT NOT TO EXCEED $90,000; AUTHORIZING BUDGET TRANSFERS REQUIRED FOR PROPER ACCOUNTING PROCEDURES; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, on July 22, 1998, the City Commission of the City of Tamarac approved the Seven Year Comprehensive Road Improvement Program through R-98-227; and WHEREAS, the construction of drainage improvements is an integral component of this program and in many cases necessary prior to proceeding with the resurfacing of roadways; and WHEREAS, in order to perform these drainage improvements it is necessary to re - grade certain swale areas and restore said areas with St. Augustine/Floritam Sod; and WHEREAS, a sod purchase in an amount not to exceed $90,000 is required to perform necessary swale re -grading and restoration in conjunction with Phase IV -A of the Seven Year Comprehensive Road Improvement Project and any additional sod work required throughout the City by other Departments. Temp. Reso. # 9845 August 28, 2002 Page 2 WHEREAS, Broward Community College Bid Number 200-001, a copy of which is hereto attached as Exhibit "1 ", was issued on behalf of the Southeast Florida Governmental Purchasing Cooperative for the purchase of sod on April 10, 2000 and has subsequently been renewed through June 3, 2003; and WHEREAS, City of Tamarac Code, §6-155 allows the Purchasing Officer the authority to waive purchasing procedures and purchase supplies, materials and equipment which is the subject of contracts with the State of Florida, the United States Government, or with other governmental agencies; and WHEREAS, funding is available within the Stormwater Management Fund for said purpose; and WHEREAS, a budget transfer is necessary within the Stormwater Management Fund for proper accounting purposes; and WHEREAS, the Director of Public Works and Purchasing and Contract Manager have determined that it is in the City's economic interests to purchase sod by utilizing the Broward Community College Contract issued on behalf of the Southeast Florida Governmental Purchasing Cooperative; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the citizens and residents of the City of Tamarac to purchase sod by utilizing the Broward Community College Contract issued on behalf of the Southeast Florida Governmental Purchasing Cooperative. 1 1-1 Fj Temp. Reso. # 9845 August 28, 2002 Page 3 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA THAT: SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption hereof. SECTION 2: The use of the Broward Community College Contract Number 200-001, issued on behalf of the Southeast Florida Governmental Purchasing Cooperative, for the purchase of said St. Augustine/Floritam Sod in an amount not to exceed $90,000 is hereby authorized. SECTION 3: A budget transfer in the Stormwater Management Fund for proper accounting purposes is hereby authorized. SECTION 4: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 5: If any provision of this Resolution or the application thereof to any person or circumstance is held invalid, such invalidity shall not affect other provisions or applications of this Resolution that can be given effect without the invalid provision or application, and to this end the provisions of this Resolution are declared to be severable. Temp. Reso. # 9845 August 28, 2002 Page 4 SECTION 6: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this 28th day of August, 2002. ATTEST: Ij MARION SWENSON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form.. MiTC LL S. I CITY TTORN "JOE SCHREIBER MAYOR RECORD OF COMMISSION VOTE: MAYOR SCHREIBER AYE DIST 1: V/M PORTNER AYE DIST 2: COMM. MISHKIN AYE DIST 3: COMM. SULTANOF AYE DIST 4: COMM. ROBERTS ABSENT 1 G 06/11/02 15:12 FAX 954 724 2408 BROWARD CITY-TAMARAC-PURCHASING Z 002/015 EXHIBIT 1 connnnuNITY COLLEGE Opening doors to a brighter future OPfiCe or the Director or purchasing • Downtown Center • 1954) 761-7455 March 26, 2002 parkex' Sod & Landscape Center 7600 S.W. 87th Ave. Miami, FL 33173 ATTN: Diane M. Manganaro DOWNTOWN CENTER 225 East Las 018E Blvd- Fort 4auaerdale, FL 33 01• Dear Ma'am: �10 Pursuant to Formal aid #200-001 dated April 10, 20� , as part of the A NUGHADAMS for Sod/Sod Installation, and referencing "Time Extension", we wish CZNTRAL CAMPUS 3501 S.W. Davie Road Special Condition 36.0 Called P for an additional twelve (12 Davic,FL an14 to extend the option adjusted unit price bid in your months at the same dated May 10, 2000. Please indicate adjusted are NORTH CAMPUS proposal p rice (if any) on attached sheet; price increases 1 000 coconut CreeK Bwd• coconut Creck FL 33066 not tO exceed 5% . Therefore, let this act as the sixty (60). day advance mentioned JUDSONAI` SAMU9LS notice prior . to the completion date of above below and SOUTH OVAPUS 7200HollywWdrninesa1vd. 3J024 lease sign .return bid, and if agreeable, P for dur only (with pricing sheet) PemorokePinm.FL original cover letter files IN5TMJT6FOR ECONOMIC pEVULOPMENT At this time we wish toyou for the satisfactory hope our association will 1515 W. Commercial Blvd, Ft Lauderdale, FL33209 service for the past y in the same manner for both parties, continue Contract Period; Jun® 4, 2002 thru June 3, 2003 PINESCEMR 16957 Sheridan SL PeMbrokePines, FL33331 Sincerely, Beau Mitchell. Sid/Contract Coordinator Cc: Bid File #200-001 All participating COMPANY NAME AND ACPT'HORI ZED BY TYPED NAME: a�l _/1"ile- Co-op Members www.broward-cc-fl.us 06/11/02 15:12 FAX 954 724 2408 CITY-TAMARAC-PURCHASING 10 003/015 Parker Sod & Landscape Center - Page 2 FLORATAM (Items 1 - 5 ) Less than, 2m, P/u $ .202/sf (Item 1) Less than 2m, del/unl $ .223/sf (Item 2) 2m+, del/unl $ .223/sf (Item 3) Installation Only $ .055/sf (Item 4) Install @ Delivery $ .055/sf (Item 5) BA IA ARGENTINE (Items 6--10 ) Less than 2m, P/u $ .130/sf (Item 6) Less than 2m, del/unl $ .132/sf (Item 7) 2m+, del/unl $ .132/sf (Item 8) Installation Only $ .066/sf (Item 9) Install @ Delivery $ .066/sf (Item 10) BERMUDA 419 UNCERTIFIED (Items 11-15) Less than 2m, p/u $ .232/sf (stem 11) Less than 2m, del/unl $ .264/sf (Item. 12) 2m+, del/unl $ .264/sf (Item 13) Installation Only $ .1101sf (Item 14) Install @ Delivery $ .110/sf (Item 15) *BERMUDA 328 CERTIFIED (Items 16--20) *Tiftwayy-328 unavailable Less than 2m, p/u $ .496/sf (Item 16) Less than 2m, del/unl $ .605/sf (Item 17) 2m+, del/unl $ .605/sf (Item 18) Installation Only $ 110/sf (Item 19) Install @ Delivery $ .1101sf (Item 20) BERMUDA 419 CERTIFIED (Items 21-26) Less than 2m, p/u Less than 2m, del/uml 2m+, del/unl Installation Only Install @ Delivery 42" Rolls - delivered, $ .252/sf (Item 21) $ _286/sf (Item 22) $ .286/sf (Item 23) $ .110/sf (Item 24) $ .110/sf (Item 25) unloaded and installed $ .336 /sf (Item 26) 06/11/02 15:18 F 854 724 2408 CITY-TAMARAC-PURCHASING Parker Sod & Landscape Center - Page 3 PALMETTO (Items 27-31) Less than 2m, P/u $ .21 /sf (item 27) Less than 2m, del/unl $ .231/sf (Item 28) 2m+, del/unl $ .231/sf (Item 29) Installation only $ .054/sf (Item 30) Install 0 Delivery $ .054/sf (item 31) Z 004/015 FLORATAM/PALMETTO (item 32) Truckload (Floratam) $2,730.00/tl, $•273 /sf, 20 pallets/tl 1, (Palmetto) $2,860.00/tl, $.286/sf, 20 pallets/tl BmiA Items 33) Truckload $1,267.20/tl, $.198/sf, 16 pallets/tl (400 sf/pallet) BLRMWA 419 UNCERTIFIED (item 34) Truckload $2,393.60/tl, $-374/sf, 16 pallets/tl (400 sf/pallet) BERMUDA 419 CERTIFIED (Item 36) Truckload $2,534.40/tl, $.396/sf, 16 pallets/tl (400 of/pallet) BEPMUDA 419 CERTIFIED - ROLLS (Itam 37) Truckload $3 1� 68-00/tl, 40 rolls/truckload $.352/si, 225 sf/roll 06/11/02 15:13 FAX 954 724 2408 CITY-TAMARAC-PURCHASING U 005/015 DOWNTOWN CENTER 229 East Las Olas Blvd. Fort Lauderdale. FL 33301 Ai HUGH ADAMS CWNTRAL CAMPUS 3501 S.W Davie Road Davie. FL 33314 NORTH CAMPUS 1000 Coconut Creels Blvd. Coconut Creek, FL 33066 BROWARD COMMUNITY COLLEGE Opening doors to a brighter future Office of the Direaor of Purchasing A Downtown Center • (954) 761-7455 March 26, 2002 Four Star Property Service, Inc. P.O. Box 354705 Palm Coast, FL 32135 ATTN: Wayne Jackson Dear Sir: Pursuant to Formal Bid #200-001 dated April 10, 2000, for Sod/Sod Installation, and referencing as part of the Special Condition 36.0 called "Time Extension", we wish to extend the option for an additional twelve (12) months at the same adjusted unit price bid in your proposal dated May 10, 2000- Please indicate adjusted prase (if any) on attached sheet; price increases are not to exceed 5%. JUDSON A. SAMUELS There -fore, let this act as the sixty (6 0) day advance 7200SOUTH 1yWooCAMPUS notice prior to the completion date of above mentioned 7zao Floiiywood/P1nes Blvd, Pembrokc Pinm FL 33024 bid, and if agreeable, please sign below and return original cover letter only (with pricing sheet) for our files. INSTITUTE POR ECONOMIC DEVELOPMENT 1515 W. CommercialBlvd. At this time we wish to thank you for the satisfactory FL Laudcrdala, FL33309 service for the past year and hope our association will continue in the same manner for both parties. PINES CENTER ' 16957SherlaanST. Contract Period: Tune 4, 2002 thru June 3, 2003 Pembroke Pines, FL 33331 Sincerely, 7 Beau Mitchell Bid/Contract Coordinator Cc: Bid File #200--001 All Participating Co -Op Members COMPANY NAME AND (zE-,.FOLLR 5 AR PROPERTY SERVICES INC /3/02 AUTHORIZED BY: +rj www.13roward.ccJ1.us %W EQUAL ACCESS/EQUAL OPPORTUNITY INSTITUTION' 06/11/02 15:13 FAX 954 724 2408 CITY-TAMARAC-PURCHASING 16006/015 FLORATAM Items 1 -- 5) Less than 2m, P/u $ .23 /sf (Item 1) Less than 2m, del/unl $ .23 /sf (Item 2) 2m+, del/unl $ .2075/sf (Item 3) installation Only $ .0525/sf (Item 4) Install @ Delivery $ .0525/sf (Item 5) BMTA ARGENTINE... (Items 6-10) Leas than 2m, P/u $ .13 /of ;(Item 6) Less than 2m, del/unl $ .13 /sf ;(Item 7) 2m+, del/unl $ .13 /sf :(Itea 8) Installation Only $ .0525/sf '(Item 9) Install @ Delivery $ .0525/sf (Item 10) SEFJWDA 419 UNCERTIFIED (Items 11-15) Less than 2m, P/u $ .225 /sf .(Item 11) Less than 2m, del/unl $ .225 /of '(Item 12) 2m+, del/unl $ .225 /sf ;(Item 13) Installation Only $ .00525/sf :(Item 14) Install @ Delivery $ .0525/sf .(Item 15) BERM Mik 328 CERTIFIED (Items 16-2 0 ) Less than 2m, p/u $ .42 /sf (Item 16) Less,than 2m, del/unl $ .42 /sf :(Item 17) 2m+, del/unl $ .42 /.of :(Item 18) Installation Only $ .0525/sf ;(Item 19) Install @ Delivery $ .0525/sf ,(Item 20) * *BE14b1UDA 419 CERTIFIED I t ems 21-2 6) * * **Less than 2m, p/u $ .285 /sf !(Item 21) ** **Less than 2m, del/unl $ .,285 /sf '(item 22) ** **2m,#, del/uza $ .285 /of :(Item 23) ** Installation Only $ .0525/sf '(Item 24) Install @ Delivery $ .0525/sf :(Item 25) 42" Rolls - delivered, unloaded and installed **NOTE -- Items 21, 22 & 23** Four Star - Pg. 2 (last year .2625) (last year .2625) (last year .2625) $ .285 /sf (Item 26) CO-OP members please use 0 own discretion, as vendor increases exceeded 5-W maximum (9* increase). 06/11/02 15:13 FAX 954 724 2408 CITY-TAMARAC-PURCHASING 4 007/015 PALMETTO (Items , 2 7 -31) Less than 2m, p/u $ .2625/sf (item 27) Less than 21n, del/unl $ .2625/sf (Item 28) 2m+, del/unl $ .2625/of (Item 29) Installation Only $ .0525/sf (Item 30) Install @ Delivery $ .0525/af (Item 31) Four Star - pg. 3 FLORATAM (Item 32) Truckload $ 1,867.50/tl, $ .2075/sf, 18 pallets/tl BAHIA (Item 33) Truckload $ 936_DO/tl, $ .13 /sf, 16 pallets/tl (450 sf/pallet) BERMUDA 419 UNCERTIFIED (Item 34) Truckload $ 2,025.00/tl, $ .225/sf, 18 pallets/tl BERMUDA 328 UNCERTIFIED (Item 35) Truckload $ 2,688.00/tl, $ .42/sf, 16 pallets/tl (400 sf/pallet) BERMUDA 419 CERTIFIED (Item 36) Truckload $ 29520.00/tl, $ .28/sf, 18 pallets/tl BERKMA 419 CERTIFIED - ROLLS item 37) Truckload $ 2,565.00/tl, 40 rolls/truckload $ .285 /sf, 225 sf/roll 06/11/02 15:13 FAX 954 724 2408 CITY-TANARAC-PURCHASING 1?1 008/015 el POWNTOWN CENTER 225 East Las Olas Blvd. Fart Lauderdale, Fl. 33301 A. HUGH AOAMS CENTRAL CAMPUS 3501 S.W. Ilavie Road Pavia, FL 33314 N09TM CAMPUS 1 D00 Coconut Crcek Blvd. Coconut Creek. PL 33066 13ROWARD COMMUNITY COLLEGE Opening doors to a ,brighter future Offlce of the Director of Purchasing • Downtown Center • (9541 761-7455 March 26, 2002 Green Acres Lawn Service, Inc. 2:� 3 0 N. E_ 15th Ter�rar"e Ft. Lauderdale, FL 33305 ATTN: Patrick J. Erwin Dear Sir: Pursuant to Formal Sid #20-0-001 dated April, 10, 2000, for Sod/Sod Installation, and referencing as part of the Special Condition 36.0 called "Time Exterisio7n", we wish to ext-end the option for an additional twelve (12) months at the same adjusted unit price bid in your proposal -dated May 12, 2000_ Please indicate adjusted price (if any) on attached sheet; price increases are not to exceed 5%. JUOSON A. SAMUELS Therefore, let this act as the sixty (6 0) day advance SOUTH CAMPUS 7200Hallywaoa/Pinrs Blvd. notice prior to the completion date of above mentioned 7200 Pembroke Pincs,FL 33024 bid, and if agreeable,. please sign below and retuzn original cover letter only (with -pricing sheet) for our files. INSTITUTE FOR ECONOMIC DEVELOPMENT 15IsW commcrcial Blvd. At this time we wish to thank you for the satisfactory Ft. Lauderdale, FL33309 service for the past year and hope our association will continue in the same manner for both parties. PINES CENTER • ' 16957 Sheridan St, contract Period: June 4, 2002 thru June 3, 2003 Pembroke Pines, FL 33331 Sincerely, WW Co-( , Beau Mitchell Bid/Contract Coordinator Cc: Bid File 200-001 All Participating Cq,;n-op Members COMPANY NAME AND DATE : ee1J AUTHORIZED BY: X`JW' jD #- VOF TYPED NAME: a:fr I e-IC 5 15 r I n www. broward.cc. fl. us "AN EGLIALACCESS/ECIUAL OPPORTUNITY INSTITUTION- 06/11/02 15:14 FAX 954 724 2408 CITY-TAMARAC-PURC&1SING Green Acres Lawn Service - Page 2 ******NO PRICE INCREASES****** FLORATAM (Items 1 & 3) Less than 2m, p/u $ *no bid /of (Item. 1) 2m+ del/unl $ *no bid /sf (Item 3) *Vendor's supplier has instituted truckload minimum BERMUDA 419 CMTTFIED ROLLS (Item 26) 42" Rolls - delivered, unloaded, and installed $.40 /sf 10009/015 FLORATAM Item 32) Truckload $ 2,891..00/tl, $ .2891/sf, 20 pallets/tl BAHIA (Item 33) Truckload $ 1,434.88/tl, $ .2242/sf, 16 pallets/tl (400 sf/pallet) BERMUDA 419 UNCERTIFIED (Item 34) Truckload $ 3,540.00/tl, $ .3540/sf, 20 pallets/tl BERMUDA 419 CERTIFIED (Item 36) Truckload $ 39658.00/tl, $ .3658/sf, 20 pallets/tl BERMUDA 419 CERTIFIED - ROLLS (Item 37) Truckload $ 3;610.80/tl, 40 rolls/truckload $ .4012/sf, 225 of/roll 06/11/02 15:14 FAX 954 7L4 L41.118 L;l,rY-i'AmAKAl:-rLIKUIIAbl.INU W1ulu/ula DOWNTOWN CENTER 2,75 East Las Olds Blvd. Fort Lauderdale. FL 33301 A. HUGH ADAMS CENTIW CAMPUS 3501 S.W. Paulo Road Davie. FL 33314 NORTH CAMPUS 1000 Coconut Crock Blvd. Coconut Creek. FL 33066 BROWARD COMMUNITY COLLEGE Opening doors to a brighter future Office of the Director of Purchasing • Downtown Center • (9541 761-7455 March 26, 2002 South Florida Grassing, Inc. P.C. Box 72.5 Hobe Sound, FL 33475 ATTN: Homer C. Greene Dear Sir: Pursuant to Formal. Bid #200-001 dated April 10, 2000, for god/Sod Installation,,and referencing as part of the Special Condition 36.0 called "Time Extension", we wish to extend the option for an additional twelve (12) months at the same adjusted unit price bid in your proposal dated May 1, 2000. Please indicate adjusted price (if any) on attached sheet; price increases are not to exceed 5% . JUDSON A. SAMUELS Therefore, let this act as the sixty (60) day advance SOUT7200H l"oodCAMPUnotice prior to the completion date cf above meritiOned 7200 Holfywaoa/Pinei Blvd, Pembroke Pines, FL 33024 bid, and if agreeable, please sign below and return original cover letter only (with pricing sheet) for our files. INSTITUTE FOR ECONOMIC DUVELOPMENT 151s W. Commercial Blvd. At this time we wish to thank you for the satisfactory Ft. Lauderdale, FL33309 service for the past year and hope our association will continue in the same manner for both parties. PINES CENTER - 16957 SWdan St, Contract Period: aurze 4, 2002 thru June 3, 2003 Pembroke Pines, FL 33331 -�Sincerely, Beau Mitchel. Bid/Contract Coordinator Cc: Bid File #200-001 All Participating Co -Op Members COMPANY NAME AND DATE- South Florida Grassing, IDaE..3127/02 AUTHORIZED SY: TYPED NAME. Homer.-C. Greene www.broward.cc.f1.us 06/11/02 15:14 FAX 954 724 2408 CITY-TAMARAC-PURCHASING 191U11/U15 **NOTE -- Items 34, 36, 37** South Florida Grassing - Page 2 CO --OP members, please use @ own discretion. There were no price increases from last year's pricing, however -vendor WELL exceeded 54 maximum from. 10t contract Period to Yamr. The initial year's pricing remains in parentheses @ bottom of page. FLORATAM (Item 3 ) 2m+ del/unl $.30/of BERMUDA 419 UNCERTIFIED (Item 13) 2m+ del/unl $.249/sf BERMUDA 419 CERTIFIED (Item 23) 2m+ del/unl $ . 249/sf FLORATAM ( Item 32 ) Truckload $ no bid/tl, no bid/sf, no bid pallet/tl *BERMUDA 419 UNCERTIFIED (Item 34)** Truckload $ 2,630.00/t1, $.365/sf, 18 pallets/tl (previous yr. pricing) (1,346.00) (.21) (16)400 sf/plt **SERMUDA 419 CERTIFIED (Item 36)** Truckload $ 2,630.00/tl, $.365/sf, 18 pallets/tl (previous yr. pricing) (1,538.00) (.24) (16)400 sf/plt **BERMUDA 419 CERTIFIED - ROLLS (Item 37)** Truckload $ 2,880.00/tl, 36 rolls/truckload (previous yr. pricing) (1,664.00) (32) $ .40/sf, 200 of/roll (.26) 06/11/02 15:14 FAX 954 724 2408 CITY-TANARAC-PURCIIASING CdJ 012/015 BROWARU COMMUNITY j nC. COLLAGE Opening doors to a brighter future •an�o" Office of the Director of Purchasing a Downtown Center O )954) 761-7455 DOWNTOWN CENTER 225 Ent Las alas Blvd - Fort Laudcrdale, FL 33301 A. HUGH ADAMS CENTRAL CAMPUS 3501 S.W. l7dvie Road Davie, FL 33314 NORTH, CAMPUS 1000 Coconut Creek 61vd. Coconut Creek, FL 33066 JUDSON A. SAMUELS .SOUTH CAMPUS 7200 mci"ooamneS glvd. Pembroke Pines. FL 33024 INSTrnfiE FOR ECONOMIC DEVELOPMENT I515 W. Commercial Blvd. FL Laucladalc, FL 33309 March 26, 2002 Southern Super Sod 33 N.B. 4rh St. Pompano Beach, FL. 33060 ATTN: Paul Scapecchi Dear Sir: Pursuant 'to Formal Bid 4200-001 dated Apr:►-1 10,. 2OC-0; for Sod/Sod •lnstallation; .and referencing as part of the Special. Condition 36.0 called "Time Extension", we wish to extend the option for an additional twelve (12) months at the same adjusted unit price bid irl your proposal dated April. 20, 2000. Please indicate adjusted price (if any) on attached sheet; price increases are not to exceed . 5% - Therefore, let this act as the sixty (60) day advance notMi�ce .prior: -to .t.h:e completion date of above mentions d bid, and if agreeable, please sign below and return p;^igirial osier letter" only (with pricing sheet) for our files. At this time we wish to thank you for the satisfactory servi.ge for the past year.and hope our association will continue in the same manner for both parties. PINES CENTER Contract Period': June 3, 2002 thru June 31 2003 16957 Sheridan St. Pembroke Pines, FL 33331 Sincerely,. Beau Mitchell Bid/Contract Coordinator e,6: Bid File 200--001 All Participating Co -Op M CDMPANY". NAME 'ANiSiSAT TYPEDr NAME: t Gr-m L ; ral I '­y -1.1, .4—ia G L = www.broward.cc 1-us mnlu- 06/11/02 15:15 FAX 954 724 2408 CITY-TAMARAC-PURCHASING Q 013/015 Southern Super Sad - Page 2 ******NO PRICE INCREASES****** FLORATA-Q (items 1- 3) : Less than 2m, p/u $ .21/sf (Item 1) Less than 2m, del/unl $ .25/sf (item 2) 2m+ del/unl $ .22/sf (Item 3) BAHIA ARGENTINE ( Z texas 6- 8) : Less than 2m, p/u $ .12/sf (Item 6) Less than 2m, del/Unl $ .15/sf (Item 7) 2m+, del/unl $ .14/sf (Item 8) BERMUDA 419 CERTIFIED (Items 21--23) Less than 2m, p/u Less than 2m, del/unl 2m+, del/unl FLORATAM (Item 32) Truckload BMIA (Item 33) Truckload $ , 21/3f (Item 21) $ .24/sf (item 22) $ .23/sf (Item 23) $ 2,75 5/tl, $ .215/sf, 20 pallets/tl $ 1,665.D0/tl, $ .185/sf, 18 pallets/tl BERMUDA 19 CERTIFIED (Item 36) Truckload $ 2,850.00/tl, $ ,285/sf, 20 pallets/tl 06/11/02 15:15 FAX 954 724 2408 CITY-TAMARAC-PURCHASING 2 014/015 FAX 407T23251% $LAWAIK CO 13ROWARD COMMUNITY to a brighter lyrtvre COLLEGE Opening doors 0purc • pawllGRwn CWW r M541-/61-7s5S O+Fce PF *W Oimew han*r9 March 29, 7002 R & R Turf Rarrns 11041 Camp Mack Rd. Lake Wal06, FL 33858 P,WkT0MV•+ cnrz!o ATTN: pndsew P— Maehada M eAft ML ors &W. Pop UN91fa7 OL J3391 pear Sir; pursuant to Formal Bid 4200-001 dated April art c>rnrnrn.cMr�us for Sod/Sod Inoof� the www►1,+we�ns sL-allatian, and refexen.ciug as P We wish SW350, soar ROWecial Conditiarr 36.0 Called "Time ExtenSi.on" . 0.1r-rL»j1+ to extend the option for an additional tv,1e]ve (-12) months at the same adjusted unit price bid in your Homm campus proposal dated May 9, 2U00. Please, indicate adjusted 1000 coew" cmek 01Arice (if any) on attached street: price increaeed are C*CWWC� ►t 3i086 p not to exceed 5%. ,vvsv,A.=uw ThesetoVe, let this act as the sixty (60) day advance ,w,n,A^ notice prior Co the completion date of above mentioned k,v,�rrhrwg FL 31ax+ bid. end if agreeable. please sign below ng wheec) for our origina-7- cover Iecter only (with pricing files. rr.cumobirGEVEi.omwl k 011 for the eatiglactory 151sw„1 Comrwafva At this time YdC wCea�rhand hope our gseociation will r'twuderoa1%FL3 30a service for the paet Y continues in the Sartre manner for both partles. RNV$ wisp Contract period: Jwi9,4. ZQaZ thrrx .Tune 3� 2p03 �arir s►,c,�den 5t. pr bfV%W Pines, FL 39331 $ incerely, _ a" 0 Beau Mitchell Hid/Contract CoordiMtvr . Cc: Bid file 200-001 ers All Participating Co �p T f 3f Z6/d2 CaMEIANY NAME ANO A AUWORIZED BY TYPED NAME: AnTrew- WNta www,broward-CC-1LUX AN FOLK ^[caiS/L'o,WAL OppD"f1Y 04 M-MLW L0 /11/02 15.15 FAX 954 724 2408 CITY-TAMARAC-PURCHASING ra 015/015 R & R Turf Farms - Page 2 ******NO PRICE INCREASES****** FLORATAM (Item 32) Truckload $ 2,250.00/tl, $ .25/sf, 18 pallets/tl BAHIA (Item 33 Truckload $ lr472.0D/tl, $ .23/sf, 16 pallets/tl (400 sf/pallet) BERMUDA 419 UNCERTIFIED (Item 34) Truckload $ 2,250.00/tl, $ .25/sf, 18 pallets/tl BROWARD GOVERNMENTAL COOPERATIVE PURCHASING GROUP INVITATION TO BID TO OUR PROSPECTIVE VENDORS: The attached Invitation to Bid represents a cooperative bid for the Broward Governmental Cooperative Purchasing Group for the following commodity/service: Bid #200-001 BROWARD COOPERATIVE BID SOD/SOD INSTALLATION TERM CONTRACT 2:30 PM, Monday May 15, 2000 The participating agencies for this bid are: 1. Broward Community College 9. City of Pembroke Pines 2. Broward County Board of County Commissioners 10. City of Deerfield Beach 3. Town of Davie 11. City of Hollywood 4. City of Coral Springs 12. City of Sunrise 5. City of Dania Beach 13. City of Coconut Creek 6. City of Oakland Park 14. - City of Margate 7. City of North Miami Beach 15. ' . City of Miramar 8. City of Lauderdale Lakes 16. City of Pompano Beach The Agency responsible for issuing this bid is Broward Community College Purchasing Department, 225 E. Las Olas Blvd., Ft. Lauderdale, FL 33301 All questions concerning this Invitation to Bid should be addressed to the responsible issuing agency. All responses to the bid are to be returned in accordance with the instructions contained in the attached Invitation to Bid document. Bid award will be made by Broward Community College, in accordance with its purchasing policies and procedures. Each participating agency will execute its own contract with tfie Contractor(s) in accordance with its respective purchasing policies and procedures. Each participating governmental entity will be responsible for issuing its own purchase orders, direct order placement will require separate billings, be responsible for payment to the vendor awarded this contract, and issue its own tax exemption certificates as required by the Contractor(s). 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. BROWARD COMMUNITY COLLEGE Page 1 PURCHASING DEPARTMENT 225 East Las Olas Boulevard Fort Lauderdale, Florida 33301 Telephone: (954) 76I -7455 Buyer: Basil Mitchell INVITATION TO BID BIDDER ACKNOWLEDGMENT BID #200-001 Date Mailed: April 10, 2 0 0 0 BID OPENING. 2:30pm, Monday May 15, 2000 BID TITLE: Sod/Sod Installation, Physical Plant, Collegewide Bids must be submitted by or before the above stated time and date and will be opened by purchasing shortly thereafter. Such may not be withdrawn --within sixty (60) days after such state and time. All awards made as a result of this bid shall conform to applicable Florida Statutes POSTING OF BiD TABULATIONS:Bid tabulations, with recommended awards, will be posted for review by interested parties on the BID BULLETIN BOARD located in the Purchasing department, 6th Floor, Fort Lauderdale Center, on or abouMay 18, 2000 and will remain posted for a period of 72 hours. Award information will not be given out over the telephone (Special Condition 5.0). Failure to file a protest within the time prescribed in Section 120.53(5), Florida Statutes, shall constitute a waiver of proceedings under Chapter 120, Florida Statutes. Florida Statute 119.07(2)(p) governs all records pertaining to this bid. AWARD DATE: The date of award is estimated as ofn/a with notification of award estimated as o£n/at. However, request for samples( if required) will be prior to award (Sec General Condition #10). VENDOR INFORMATION: THIS PROPOSAL SUBMITTED BY(Indicate Which): lndividkL I_Partnership_Corporation_ Other_ NOTE: Cortxrrations MUST affix corporate seal on documents where indicated. Vendor N Vendor Mailing Address City/State/"Lip Code Telephone ( TERMS: All prices are to be quoted F.O.R. delivered designated campuses, Broward Community College, shipper pays freight. If tel are not stated, teens will be considered net 30. Net teens C.O.D. will not be accepted. The INVITATION TO RID, GENERAL CONDITIONS, INSTRUCTIONS TO BIDDERS, SPECIAL CONDITIONS, SPECIFICATIONS, ADDENDA(S) and/or any other pertinent documents forma part of this proposal and by reference arc made a part thereof. Well) hereby agree to furnish the following item(s) conditions, specifications, and all attachments hereto. Wc(1) have read all attachments including the specifications and any drawings, blueprints, and/or addenda(s), and fully understand what is required. 1 certify that this bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a bid for the same materials, supplies, or equipment, and is in all respects fair and without collusion or fraud. 1 agree to abide by all conditions ofthis bid and certify that 1 am authorized to sign this bid for the bidder. AUTHORIZED SIGNATURE (Manual in ink) AUTHORIZED SIGNATURE AND TITLE (Typed) GENERAL CONDITIONS: Bidder by virtue of bidding acknowledges acceptance of all conditions of the bid documents and any drawing(s), blueprints(s), and/or addenda(s) issued. TO INSURE ACCEPTANCE OF THE BID FOLLOW THESE INSTRUCTIONS: Sealed Bids: ONE COPY OF ALL BID SHEETS MUST BE EXECUTED AND RETURNED. BIDDER MUST RETURN DOCUMENTS BEARINGDRIGINAL MANUAL SIGNATURE. NO COPIES WILL BE ACCEPTED. ALL BIDS ARE SUBJECT TO THE CONDITIONS SPECIFIED HEREON AND ON THE ATTACHED PROPOSAL. HHOW 70, SUBryry��IT A R OSA All d6id shhall be ubrrtitte I soled erty I qes addressed to the Purch sin A ent. A i fve {� I9 RRIIICommui ty Col�eq l�As �t BIv Ft. L�audSercjale, + 3p3 01 d peaQ l markgd in the o t Ids of t ie egnv ope: 'T ie J tJO I� t� A Nt / I E to be open dd anaaaaaa CC su ittmtna na pad so mdi aeon th cove 'To (N0 �I�U). It is the so a responst t tty oft a bid er to a rver is proposa to the a ove address on or a ore a closing our an ate shown above. 1,EXECUTION OF ggID: Bid must contain mmaan al signatuUre 4f an authorize representtative i the s ace provided The compan name must be ompI ted in pen and innk, or �v ewritten. iJo �raSu es are ermltted. I ct3 rection s ne ess�ry r w a slrsgle hoe t�, rgtlg�i the entered figure and ntr th come fed fcjgr�re a�n a It. C orrecfions must be i itsa`ed b �e person, sI ntn the d. �r1y ills' i le entries, p ncil beds or corrects, n nqt nitial d will nQt �e talfu ate orrecti4ps i cl�dee but Prt not limited to: white-o t, gtrike-overs, an� ecliar�ic�l co otherwise g ecj e t id�ea5 must use the proposal form urnished 'Ns tie ollege. at ure to do so may causpe tie Id to be regjected. ftme�movva No army part oflpthe{ pI proaposagl may i vat a e e s2 �u �h jusiif Ca�o Isiiall beb ause or bid, moval of bKp`ellerps name frorpAthe bi mailing IissIN TE� A 6ldger, tD qua as a respondent, must submi a 1NS�ID�Iand same must be received no later than the states id opening date and hour. 3. EQUIVALENTS: Bidder to quote per "SPECIAL CONDITIONS" (Item 12). 4. AWARDS: As the best intergst of Brpward C . ni Ile a ma require, the r' ht is rgserved to reject an and all, bids and to waive a, irr Marsh in bids received; to sectst tan its , r coup of tam unless qu�gle�aI r o c u r q dd�tl a �] at ti s otedyon th s I rotation unles addit�ona� qua Cities r not at accepma ¢oe W oR� �surc�ia�e� rotaea uanti4gt ner d ' �q $ �� tCIFt � �N d�g' O�fo or wa onl�an w (I�e tase�defor tabu a on�a id preose l�Qtnlo crnt y y p y resu g q 5 Blp OPENING: Shall be.publjc, on the date and at the (ime sppecified on the bid form. Bidders shall be notified of bids received after that time. The purpose is to identify bidders and prices I .Award recommendation will) not l7e made at the bid opening. l $II�STITUTIONaS: Bro and Com uni Coll ej Florida, W%L JOT ahGcept subs�it�lte shipme�I gf ani�t kin Bidder(s) is expected to furnish the brand quoted in t elr Id once aware by�roward tom unity o tege. ny su stitute s Ip ents wi a returns at trte d e s expense. 7. PRICES QUOTED: Deduct trade discounts and quote firm net prices. Give both unit price and extended total. In case of a mistake in extension, the unit price will take precedence. All prices F.O.B. destination (unless otherwise stated in special conditions.) Bidders may offer discounts as an inducement to secure expeditious payment of invoices. Additional discount for prompt payment may be considered in making the award. If bidder offers discount for cash payment, it is required that he permit a minimum of 30 days for payment in order for his discount to be considered as part of the bid. Discount time will be computed from the date of satisfactory delivery at place of acceptance or from receipt of correct invoice at the office specified whichever is later. a)TAXES:Broward Community College does not pay Federal Excise and Sitate taxes on direct purchases of tangible personal property. The applicable tax exemption number is shown on the purchase order. This exemption does not apply to purchase of tangible personal property made by contractors who use the tangible personal propperr� m the performance of contracts for the improvement of Broward Community College owned real property as defined in Chapter 192 of the Florida Statutes. b)MISTAKES: Bidders are expected to examine the specifications, delivery schedules, bid prices and extensions, and all instructions pertaining to supplies and services. Failure to do so will be at bidders risk. c)CONDITION AND PACKAGING. It is understood and agreed that any item offered or shipped as a result of this bid shall be new (current production model at the time of this bid). All containers shall be suitable for storage or shipment, and all prices shall Include standing commercial packaging. d)UNDERW ITERS' LABORATORIES: Unless otherwise stipulated in the bid, all manufactured items and fabricated assemblies shall carry UL approved or re- examination, listing where such has been established by UL for the item(s) offered and furnished. e)SIDDER'S CONDITIONS: Any conditions to be made as part of the bid, should be submitted by letter with notes thereof on bid sheet for consideration. 8. ADVERTISING: In submitting a proposal, bidder agrees not to use the results therefrom as a part of any commercial advertising without the prior approval of Broward Community College. 9. NONCONFORMANCE TO CONTRACT CONDITIONS: Items may be tested for compliance with specifications under the direction of the Florida Department of Agriculture and Consumer Services or an independent testing laboratory. Items delivered, not conforming to specifications, may be rejected and returned at vendor's expense. These items and items no{ delivered as per deliverydate in bid and/or purchase order may be purchased on the open market. Any increase in cost may be charged against the bidder. Any violation of these stipulations may result in, a) Vendor's name being removed from the Department of Purchasing vendor mailing list. b) All departments being advised not to do business with vendor. c) Any attorney's fee and court costs involved in the enforcement of this provision shall be paid by bidder. 10. SAMPLES: Samples of items, when required, must be furnished free of expense and, if not destroyed, will upon request, be returned at the bidder's expense. Request for the return of samples must be made within 30 days following opening of bids. Each individual sample must be labeled with bidder's name, bid number, and item number. Failure of bidder to either deliver required samples or to clearly identify samples as indicated may be reason for rejection of the bid. Unless otherwise indicated, samples should be delivered to the office of the Purchasing Department of Broward Community College, Administrative Offices, 6th Floor, 225 E. Las Olas Blvd., Ft. Lauderdale, FI 33301. 11. DELIVERY: Unless actual date of delivery is specified (or if specified delivery cannot be met) show number of days required to make delivery after receipt of purchase order. Delivery time may become a basis for making award(SEE SPECIAL CONDITI�fJS). Delivery shall be within the normal working hours of the user, Monday through Friday. 12. INSPECTION, ACCEPTANCE & TITLE: Inspection and acceptance will be at destination unless otherwise provided. Title to/or risk of loss to all items shall be the responsibility of the successful bidder until acceptance by the buyer unless loss or damage result from negligence by the buyer; If the materials or services supplied to the College are found to be defective or not conform to specifications, the College reserves the right to cancel the order upon written notice to the seller and return product at bidder's expense. 13. PAYMENT: Payment will be made by the buyer after the items awarded to a vendor have been received, inspected, and found to comply with award specifications, free of damage or defect and properly invoiced. 14. CONFLICT OF INTEREST: The award hereunder is subject to Chapter 112, Florida Statutes, which is paraphrased in part as follows: "...all bidders must disclose with their bid the name of any officer, director or agent who is also an employee of Broward Community College. All bidders must disclose the name of any employee who owns directly of indirectly an interest of 6 or more in the bidders firm or any of its branches..." 15. DISPUTES In case of any doubt or difference of opinion as to the items to be furnished hereunder, the decision of the buyer shall be final and binding on both parties. 16. LEGAL REQUIREMENTS: Federal, State, County and local laws, ordinances, rules and regulations that in any manner affect the items covered herein apply. Lack of knowledge by the bidder will in no way be a cause for relief from responsibility. 17, PATENTS & ROYALTIES The bidder without exception, shall indemnify and save harmless Broward Community College, its District Board of Trustees, and its employees from liability of any nature of kind, including cost and expenses for or on account of any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by Broward Community College. If the bidder uses any design, device or materials covered by letters, patent or copyright, it Is mutual understood and agreed 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. 18. OSHA: The bidder warrants that the product supplied to Broward Community College shall conform in all respects to the standards set forth in the Occupational Safety and Health Act of 1970, as amended, and the failure to comply with this condition will be considered as a breach of contract. 19. SPECIAL CONDITIONS: Any and all Special Conditions that may vary from these General Conditions shall have precedence. 20. ANTI -DISCRIMINATION CLAUSE: The nondiscrimination clause contained in section 202, Executive Order 11375, relative to Equal Employment Opportunity for all Mein. without regard to race, color, religion, sex, or national origin, and the implementing rules and regulations prescribed by the Secretary of Labor, are incorporated herein. 21. EQUAL OPPORTUNITY CLAUSE: Broward Community College is dedicated to the concept of equal opportunity. The College will not discriminate on the basis of race, color, religion, sex, age, national origin, handicap or veteran's status in its employment practices or in the admission and treatment of students. 22, DEFAULT: " In the event of default on a contract, the successful bidder shall pay to the Board, as liquidated damages, an amount equal to 25% of the unit price bid times the quantity, ((or))$50.00, whichever amount is larger. In the event of default on a contract, the successful bidder shall pay all attorney's fees and court cost incurred in collecting Iiquidafed damages' 23. PACKAGING: Broward Community College will not assume the cost for special packaging unless it is requested by the College in writing or the need for such is indicated on the bid and approved by the College. 24. HOLD HARMLESS AGREEMENT: The Contractor shall indemnify and hold harmless the Owner and their agents and employees from and against all claims, losses and expenses including attorney's fees arising out of or resulting from the performance of the work provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease or death or to injury to or destruction of tangible property (other than the work itself) including the loss of use resulting therefrom, and (2) is caused in whole or in part byy any negligent act or omission of the Contractor, and Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not it isaused in part by a party indemnified hereunder. In any and all claims against the Owner or any of their agents or employees by any employee of the Contractor, any Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligation under this paragraph shall not be limited in any way by any limitation on the amount or type or damages, compensation or benefits payable by or for the Contractor or any Subcontractor under Workmen's Compensation acts, disability benefit acts, or other employee benefit acts. 25. MANUFACTURER'S CERTIFICATION:Broward Community College reserves the right to request from bidders separate manufacturer certification of all statements made in the proposal. Bidder to complete all of the blank spaces on the proposal pages and furnish full descriptive literature and color and fabric swatches (where applicable) for each item bid. EQUAL ACCESS EQUAL OPPORTUNITY INSTITUTION" PUR-2(Rev.5/96) Page 3 BID # 200-001 NOTE In filling out this bid, read with special attention page one Special Conditions, specifically #1 - EXECUTION OF BID: EXECUTION OF BID: BID MUST CONTAIN ORIGINAL MANUAL SIGNATURE OF AN AUTHORIZED REPRESENTATIVE IN THE SPACE PROVIDED. NO COPIES WILL BE ACCEPTED THE COMPANY NAME MUST BE COMPLETED IN PEN, INK, OR TYPEWRITTEN. NO ERASURES ARE PERMITTED. IF A CORRECTION IS NECESSARY, DRAW A SINGLE LINE THROUGH THE ENTERED FIGURE AND ENTER THE CORRECTED FIGURE ABOVE IT. CORRECTIONS MUST BE INITIALED BY THE PERSON SIGNING THE BID. ANY ILLEGIBLE ENTRIES, PENCIL BIDS OR CORRECTIONS NOT INITIALED WILL NOT BE TABULATED. 4 Unless otherwise specified, bidders must use the proposal form furnished by the College. Failure to do so may cause the bid to be rejected. Removal of any part of the bid proposal may invalidate the bid. All costs for developing this bid submittal are entirely the obligation of the bidder and shall not be chargeable in any manner to Broward Community College. t BIDDERS SIGNATURE COMPANY NAME I" r Page 4 BID # 200-001 IMPORTANT INSTRUCTIONS TO BIDDER Page 1 of 2 1. Before submitting your sealed bid, please recheck the following: a. Does your bid set forth full, accurate, and complete information, as required, including attachments and any amendments which may have been issued? b. Have you rechecked your figures, including calculations on your work sheet? C. NO ERASURES ARE PERMITTED. If a correction is necessary, draw a single line through the entered figure and enter the corrected figure above it. All corrections (manual, typewriter, or white -out) must be initialed by the person signing the bid. All illegible entries, pencil bids or corrections not initialed will not be tabulated. d. All bidders must return the following completed documents for their bids to be considered. Failure to do so will result in your bid being rejected as non -responsive. ALL DOCUMENTS WITH A SIGNATURE DINE MUST BE SIGNED AND RETURNED WITH THE BID. 1. Invitation to Bid (Bidder Acknowledgment, 2 pages) 2. Special Conditions Page(s) 3. Assignment of Antitrust Claim 4. Bid Summary Proposal Pricing Form(s) 5. Addenda(s) if issued 6. Any additional submittals deemed required elsewhere in the bid documents must also be returned with the bid. Example: Detailed Specifications, Samples, Manufacturer's Price Sheets and/or Catalog(s). 7. Instruction to Bidder, 2 pages e. The following form(s) are to be returned with the bid if included in the bid package. Failure to properly execute .and return these forms will result in rejection of your bid as non -responsive. 1. Bidder's Qualifications 2. Indemnification Clause 3. BCC Contractor's Bid Bond Form or a Public Construction Bond per FS 255.05 4. Bid Specifications. INSTRUCTIONS TO BIDDER Page 2 of 2 BIDDERS SIGNATURE COMPANY NAME Page 5 BID # 200-001 f. The Drug Free Workplace Certification should be returned with your bid. Pursuant to Florida Statues, this document, properly executed, is to be utilized in a tie bid situation. Bidder must return original documents bearing original manual. signature. No copies will be accepted. Failure to complete, sign, seal and return the required documents will result in rejection of your bid. Prices will not be tabulated on Non -responsive bids. Any questions should be directed to Bob Persiano (954) 761-7455, Purchasing Department, Broward Community College. 2. INTERPRETATION OF BIDDING DOCUMENTS: ONLY the interpretation or correction so given by the Director of Purchasing, Broward Community College, in writing, in the form of an addenda(s) shall be binding and prospective bidders are advised that no other source is authorized to give information concerning, or to explain or interpret, the bidding documents. No clarification of bid specifications will be made within (10) calendar days of bid opening. FAILURE TO COMPLY WITH THESE REQUESTS WILL RESULT IN REJECTION OF YOUR BID. BIDDER, BY SIGNING THIS FORM, ACKNOWLEDGES THES9 CONDITIONS AND WAIVES PROTEST PROCEDURES DUE TO NON-COMPLIANCE OF BID INSTRUCTIONS. PLEASE SIGN BELOW TO VERIFY THAT YOU HAVE READ AND UNDERSTAND ALL ITEMS AND SPECIFICATIONS OF THE BID. I HAVE READ THE ABOVE AND COMPLIED WITH THE INSTRUCTIONS. THIS PAGE MUST BE PROPERLY EXECUTED AND RETURNED FOR THE BID TO BE CONSIDERED. BIDDERS SIGNATURE COMPANY NAME r y. BID # 200-001 1.0 APPROVAL 3.0 AVAILABILITY OF FUNDS 4.0 AWARD INDEX Page 6 5.0 BID TABULATION SHEET 6.0 POSTING OF BID TABULATIONS 7,0 CANCELLATION/TERMINATION 8.0 DEBRIS 9.0 DELIVERY 10.0 EQUIVALENTS 12.0 F.O.B. POINT 15.0 INSURANCE REQUIRED 17.0 PAYMENT r 20.0 EQUAL OPPORTUNITY EMPLOYER 21.0 PRE -BID CONFERENCE 22.0 PROTECTION OF PROPERTY 23.0 QUALIFICATION OF BIDDERS 24.0 QUANTITY , 30.0 INTERPRETATION OF BIDDING DOCUMENTS 31.0 INSPECTION AND ACCEPTANCE , 32.0 BID SPECIFICATIONS 33.0 TAXES AND PERMITS 35.0 PRICES 36.0 TIME EXTENSIONS BIDDERS SIGNATURE COMPANY NAME f " HID # 200-001 37.0 TORT IMMUNITY 38.0 PURCHASING POLICY 39.0 PUBLIC ENTITY CRIMES 40.0 REPORTS 41.0 RECYCLING 42.0 EMERGENCY SERVICES DUE TO NATURAL DISASTERS/FORCES 43.0 SELLING, TRANSFERRING OR ASSIGNING CONTRACTS 45.0 CONTRACT PERIOD BIDDERS SIGNATURE COMPANY NAME Page 7 ra BID # 200-001 SPECIAL CONDITIONS 1.0 APPROVAL: Page 8 1.1 An order will be placed with the understanding that all items delivered must meet the approval of Landscape/Grounds Maintenance, Broward Community College. Material not acceptable will be returned for credit. 1.2 Bidder to state return authorization address for material; damaged in shipment, wrong merchandise shipped, and/or duplicate shipments. Material to be returned at vendor expense. Bidder authorizes return of damaged material, duplicate shipment and/or any wrong merchandise shipped by submitting this bid. Authorization for material ordered in error by Broward Community College will be through a vendor representative via telephone or expediter request; material to be returned at Broward Community Colleges expense, if shipped other than vendor truck. Ref: General Conditions, 'Guarantee' 1.3 This section does not include installed sod. (See General Conditions 'Page 17, 'PERFORMANCE' FOR INSTALLED SOD. 3.0 AVAILABILITY OF FUNDS: 3.1 The obligations of the College under this award are subject to the availability of funds lawfully appropriated annually for its purposes by the Legislature of the State of Florida. 4.0 AWARD: 4.8 The bid will be awarded to overall low qualified bidder, or group by group whichever is in the best interest of the College/Co-Op. The intent is to award to more than one vendor. Agencies will pace orders with the primary vendor except when the primary vendor is unable to provide the material when requested, has previously provided a poor quality of material and/or it is in the agencies best interest. 4.9 Non -Responsive Bids: Bids that do not meet the following criteria will be declared non -responsive and will be rejected. I. unit price correctionb must be initialed. Corrections include but are not limited to: white -out, strike-overs, and mechanical corrections. BIDDERS SIGNATURE COMPANY NAME M BID # 200-001 Page 9 2. Exceptions can not be made to the following; General Conditions, Special Conditions, Assignment of Antitrust Claims, Indemnification Clause, Insurance and/or Bonding Requirements. 3. Failure to sign and return required pages. 4_ Failure to return an addendum (if issued) in its entirety including sketches and blueprints. 4.10 Non -Responsible Bids: The Board reserves the right to consider a bidder' history in the industry as well as failed bonding contracts in determining a bidder's responsibility, and further reserves the right to declare the low bidder not responsible if violations/history warrant such determinations. 4.11 Awarding of Contracts: The Board will make bid awards in the best interest of the College. The Board reserves the right to reject any or all bids and to waive any technicalities in bids received. A College purchase order when furnished the successful bidder, shall result in a binding contract without action by either party. Each participating Co -Op Agency will submit the same recommendation to their Commission/Board for approval. 5.0 BID TABULATION SHEET: 5.1 Bidders desiring a copy of the bid tabulation sheet may request same by enclosing a self-addressed stamped envelope with bid, following approval of recommendation of award. BID RESULTS WILL IJOT BE GIVEN OUT OVER THE PHONE. 6.0 POSTING OF BID TABULATIONS: 6.1 Bid tabulations with recommended awards will be posted for review by interested parties on the Bid Bulletin Board located in the Purchasing Department, 6th Floor, Ft. Lauderdale Center, at or about 9:00 AM May 10, 2000, and will remain posted for a period of 72 hours. Failure to file a protest within the time prescribed in Section 120.53 (5), Florida Statutes, shall constitute a waiver of proceedings under Chapter 120, Florida Statutes. 7.0 CANCELLATION/TERMINATION: 7.2 The Director of Purchasing, by written notice may terminate in whole or in part any purchase orders resulting from this invitation when such action is in the best interest of the College/Co-Op. If purchase orders are so terminated, the College/Agency shall be liable only for payment for services rendered prior to the effective date of termination. Services rendered will be interpreted to include cost of items already delivered plus reasonable cost of supply actions short of delivery. BIDDERS SIGNATURE COMPANY NAME Page 10 BID # 200-001 8.0 DEBRIS: 8.1 Vendor shall be responsible for the prompt removal of all debris, which is a result of delivery. 9.0 DELIVERY: 9.8 Bidder to state if a minimum dollar amount per purchase order is needed to process an order. $( ) or # of pallets. Bidder to state minimum # of pallets he agrees to deliver 9.9 Depending upon quantity on the purchase order, items must be ready for pick-up or delivery must be made within ten (10) working days after receipt of order. When delivered, sod is to be F.O.B. delivered to any location within Broward and Miami -Dade counties as indicated. The participating agencies reserve the right to pick up with their own vehicle any requirement under 2,000 square feet of sod, but will require delivery of any order in excess of 2,000 square feet that is to be delivered and unloaded by contractor at one time. Sod will be ordered on an as needed, when needed basis. All sod to be delivered and unloaded by contractor must be on pallets which are in good condition. Pallets are to be picked up by Contractor upon notification. The successful bidders must have a stocking facility within Broward County in order for the pick up requirements of each participating agency to be met. Delivery in excess of ten (10) calendar days may be reason for rejection of bid or cancellation of agreement. 10.0 EQUIVALENTS: 10.1 No alternates will be accepted. Items quoted must be "as specified" 12.0 F.O.B. POINT: 12.2 The F.O.B. point shall be Broward/Miami-Dade County at the delivery address indicated on the College/Agency Purchase Order. 15.0 INSURANCE REQUIRED: 15.1 It shall be the responsibility of the successful Vendor to maintain Worker's Compensation Insurance, Property Liability Insurance, Property damage Insurance, and Vehicle Liability Insurance during the time any of his personnel are working on Broward Community College/Agency property. Public liability coverage shall not be less than $100,000 for injury or death to any one person, and not less than $500,000 on account of one accident. Property damage insurance shall be in an amount not less than BIDDERS SIGNATURE COMPANY NAME L2 Page 11 BID # 200-001 $50,000 for each accident. Loss by fire or any other cause shall be the responsibility of the Vendor until such time as the items and/or work has been accepted by the College/Agency. The Vendor shall furnish the College/Agency with Certificate of Insurance after award has been made but prior to start of any work on College/Agency property. Attention is called to the fact that all insurance companies shall be authorized to do business in the State of Florida. Insurance Certificate(s) must be furnished to Broward Community College and participating agency within ten (10) calendar days after receipt of notice of award. If the insurance company is an out of state firm, a Power of Attorney from a Resident Agent is required. Insurance Certificates must reference the bid number and reference Broward Community College/Agency as additional insured. 17.0 PAYMENT: 17.1 Payments will be made in accordance entities participating. In no case requirements. In no case will the College/Agency without full payment all subcontractors involved in the 20.0 EQUAL OPPORTUNITY EMPLOYER: with the accepted practice of the will the payment date exceed legal vendor submit an invoice to the being made and funds cleared to any and work indicated on the invoice. 20.1 Broward Community College is dedicated to ne concept of equal opportunity. The College will not discriminate on the basis of race, color, religion, sex,.age, national origin, handicap or veteran's status in its employment practices or in the admission and treatment of students. 20.2 Bidder's Equal Opportunity Statement: Bidder by virtue of bidding, hereby certifies to the District Board of Trustees of Broward Community College that they are an Equal Opportunity Employer and are in compliance with the Terms and Conditions of Broward Community College's corresponding Invitation to Bid and will, if required, file a Contractor's "Written Equity Plan". 22.0 PROTECTION OF PROPERTY: 22.1 The successful bidder shall at all times guard from damage or loss to the property of the College or other Co -Op agencies,,or of other vendors or contractors and shall repair or replace any loss or damage unless such be caused by the College/Agency, other vendors or contractors. The College/Agency may withhold payment or make such deductions as it might deem necessary to insure reimbursement for loss or damage to property through negligence of the successful bidder or his agents. 23.0 QUALIFICATION OF BIDDERS: BIDDERS SIGNATURE COMPANY NAME Page 12 BID # 200-001 23.1 This bid will be awarded only to a responsible bidder, qualified by experience and in a financial position to provide the items specified. In order to facilitate the prompt award of this bid, the bidder shall submit with his proposal: A. Experience record showing bidder's training and experience in similar work. B. List of similar work satisfactorily completed and brief description with location, dates of contracts, names and addresses of owner. C. List of equipment and facilities available to do the work. 23.2 Bidder is to complete the Bidder's Qualification Form enclosed; and return with bid proposal. 24.0 QUANTITY: 24.1 The quantities shown are estimated as one year's requirement. The College/Co-Op reserves the right to increase or decrease the total quantities. 30.0 INTERPRETATION OF BIDDING DOCUMENTS: 30.1 Only the interpretation or correction so given by the Director of Purchasing, Broward Community College, in writing, shall be binding and prospective bidders are advised that no other source is authorized to give information concerning, or to explain or interpret, the bidding documents. NOTE: Questions regarding bid specifications must be submitted -to the Purchasing Department ten (10) days before the bid opening date to ensure adequate time to issue an addendum if required. 32.0 BID SPECIFICATIONS: 32.1 Direct questions concerning bid specifications to.'Bob Persiano, (954) 761-7455. 33.0 TAXES AND PERMITS: 33.1 Although the owner is not subject to the Florida Sales and Use tax, any vendor/contractor who purchase materials which will be used in the construction of a State owned building will not be exempted from the Florida Statutes: The State, any county, municipality or political subdivision of this State is exempt from the sales tax, except this exemption shall not include sales BIDDERS SIGNATURE COMPANY NAME 4., . Page 13 BID # 200-001 of tangible personal property made to contractors employed either directly or as agents of any such government or political subdivision thereof when such tangible personal property goes into or becomes a part of public works owned by such government or political subdivision thereof. The bidder shall take these factors into consideration in preparing his proposal, including therein the cost of the State and Use Tax on materials, but excluding the cost of those taxes and permits not applicable. 35.0 PRICES: 35.1 All prices quoted shall include all costs and expenses for taxes, labor, equipment, materials, commissions, transportation charges and expenses for handling material, together with any and all other costs and expenses for performing and completing the work, to include all pallet costs and/or deposits. The price shall remain firm for a twelve (12) month period and thereafter may only increase by 54 per year. If at any time during the contract period the College/Co-Op is able to purchase equivalents to the "as specified" item at a price less than our contract price, the successful bidder shall meet these prices; and in the event of his failure to do so, the College may negotiate for a new contract on the open market. 35.4 Firm Price: Broward Community College will not accept any bids that do not guarantee a firm price until completion of order. 36.0 TIME EXTENSIONS: µ 36.1 Agreement for Sod/Sod Installation for twelve (12) months from date of award and subject to additional twelve (12) month periods based on N Performance and/or quality of workmanship, and at the same firm unit price bid herein. The obligations of the College under this award are subject to the availability of funds lawfully appropriated annually for its purposes by the legislature of the State of Florida. 37.0 TORT IMMUNITY: 37.1 The College hereby reserves to itself any and all_�,ort immunity as provided to it by the laws of the State of Florida. It is hereby agreed that the Colleges liability is limited to the extent permitted by the Florida Constitution and Florida Statute 768.28 or any amendments thereto. Any and all such liability shall be limited to apd shall not exceed the amount of insurance coverage applicable to such an agreement provided to the College -through the Florida Community College Risk Management Consortium. 38.0 PURCHASING POLICY: 38.1 COLLEGE POLICY GHx-7.02 - Bidding Authority to Purchase, and Contracts Awarded Pursuant to Bids, is a part of these conditions by reference. BIDDERS SIGNATURE COMPANY NAME Page 14 BID # 200-001 38.2 Any person who files an action protesting a decision or intended decision pertaining to contracts administered by the College pursuant to FS 120.57(3) shall post with the College at the time of filing the formal written protest, a bond payable to the College in an amount equal to one percent (14) of the contract or $5,000.00 whichever is less, which bond shall be conditioned upon the payment of all cost which may be adjudged against him, in the administrative hearing in which the action is brought and in any subsequent appellate court proceeding. 39.0 PUBLIC ENTITY CRIMES 39.1 F.S. 287.133 (2) (a) A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in F.S. 287.017 for CATEGORY TWO ($25,000.00) for a period of 36 months from the date of being placed on the convicted vendor list. Note: Bidder by signing the bid submittal forms attests they have not been placed on the convicted vendor list. 40.0 REPORTS: 40.1 Bidder should supply the College with a yearly report on all items purchased during contract period. Report to include sod type, unit price and quantity. Grand total of all purchases and total by each commodity. 41.0 RECYCLING: 41.1 Contractor must comply with any current or future recycling program established by the State, the county, the Municipality and/or Broward Community College. Inability.to comply or reach agreement with BCC to meet compliance will result in cancellation of award. 45.0 CONTRACT PERIOD: 45.1 The purpose of this bid is to establish a one (1t year contract with the option for additional twelve (12) month periods (See Special Conditions 45.0 Time Extension). Items attached on the Bid Summary Sheets are a random sampling of our needs throughout the years. Items will be ordered on an as needed basis. Contract Period: (June 4, 2000 to June 3, 2001) BIDDERS SIGNATURE COMPANY NAME n Page 15 BID # 200-001 At the end of the contract period, the College may extend the Contract on a month by month basis, up to a maximum of 5 months, under the same terms and conditions if it is in the College's best interest. 4 BIDDERS SIGNATURE COMPANY NAME BID # 200-001 BID SPECIFICATIONS BID # 200-001 Sad/Sod Installation SCOPE: Page 16 Bids are hereby invited for a continuing contract on an as needed basis at various locations throughout Broward and Miami -Dade Counties for Sod/Sod Installation for the Broward County Cooperative Purchasing Group. The Contractors must furnish all supervision, labor, materials, supplies and equipment as necessary to properly perform the work described in this invitation to bid. The Contractor must be licensed and insured. No guarantee is given to the amount of sod that will be required during the contract period. CONTRACT PERIOD: Agreement for Sod/Sod Installation for twelve (12) months from the date of award and subject to additional twelve (12) month periods not to exceed a three year period based on performance and/or quality of workmanship and/or material, and with the approval of all participating agencies. QUANTITY: All quantities stated on the proposal form are approximate based on current: estimates of work to be performed and available finding. Actual quantities,,may be greater or less than stated on the bid form. The estimated quantities are estimates for the next twelve (12) months and not for any one (1) specific project. The Co -Op reserves the right to purchase small quantities of sod (11to 4 pallets) from other vendors when needed for small projects, or if not immediately available from the contract vendor. Contractor must have the ability to deliver and install' if required up to 50,000 square feet of sod per day if requested. AWARD: Vendor may bid on any or all of the types of sod specified. The Co -Op will award the contract per Special condition 4.0_ The Board or each participating agency reserves the right to consider a bidder's history of citations and/or violations of regulations in the industry in determining a bidder's responsibility and further reserves the right to declare the low bidder not responsible if violations warrant such determinations. The Board or each participating agency further reserves the right to consider a BIDDERS SIGNATURE COMPANY NAME 4. ' M Page 17 BID # 200-001 bidder's history of not meeting established work schedules on prior bids and/or poor quality of material supplied on prior bids. PERFORMANCE: The sod material delivered under this contract must be of the highest caliber and meet all Federal, State and Local Laws. All sod installation work must meet the enclosed specifications and be approved by the ordering Co -Op Agency. Any sod delivered and/or installed not meeting the specifications outlined in this Invitation to Bid shall be replaced at the discretion of the Co -Op ordering Agency. If any material is damaged or destroyed through the fault of your company or a representative of your company the item must be replaced within 48 hours at your expense. The replacement sod must be of the same species and size. Failure in the above requirements will result in the cancellation of the contract. All sod deliveries shall be made between 9:00am and 1:00pm on the day installation and/or delivery is to be completed. Co -Op Agency must be informed forty-eight (48) hours in advance of all sod deliveries and/or changes in a delivery schedule. Co -Op Agencies reserve the right to require the delivery/installation to be on certain days (Example only: Monday -- Thursdays) or to change the delivery times from those stated herein. No deliveries will be accepted without receipt. Total quantity subject to final measurements. It will be the vendor's responsibility to insure that ttie square footage per pallet is correct and according to Agency's specifications. Agency is to verify quantity upon delivery, and notify vendor of any shortages. All deliveries of sod shall be palletized and shall be unloaded with44 Contractor's personnel and equipment. Pallets shall be placed at various points in the field to be sodden to allow for more efficient sodding operations. It is the responsibility of the driver delivering sod to have a Co -Op Agency representative sign a delivery receipt showing exact number of pallets of sod delivered. The Co -Op Agencies will not be responsible for.any pallets left at the field site. It will be the responsibility of the successful bidders to pick up all pallets within (24) hours of delivery. BIDDER'S QUALIFICATIONS: Contractor must fie regularly engaged in the growing and/or installation of sod material. Labor crews shall be controlled and directed by a foreman well versed in landscape installation, plant material and reading blueprints. Labor crews are employees of the Contractor and as such receive any insurance and/or benefits, etc. Required by law and are paid by the Contractor directly and not from any Co -Op agency. Labor crews must be citizens of the United States or have a green card as required by law. BIDDERS SIGNATURE COMPANY NAME Page 18 BID # 200-001 QUALITY ASSURANCE: The Contractor's superintendent shall be well versed in Florida sod material and planting operations. All other employees shall be competent and highly skilled in their particular job in order to properly perform the work. The Contractor shall be responsible for maintaining the quality of the material on the job throughout the duration of his/her responsibility. Any nursery supplying sod that has represented the quality of the sod as being higher than the actual grade as determined under this section shall remove from the project all sod already delivered. Also, the nursery shall not be allowed to supply any additional sod until written evidence is submitted by the Contractor and confirmed by the Grounds Maintenance departments of the participating agencies that all material has been inspected and approved by the State Plant Board as being of the quality as represented. The Co -Op has the option to inspect the sod fields prior to the awarding of the bid and any time during the contract period in order to assure that the sod quality meets the Bid Specifications. Compliance with all current restrictions is regarded to movement of sod into or within areas which are outside of quarantine boundaries for the white fringed beetle and the imported fire ant, as issued by the following agencies: 1. U.S. Department of Agriculture, Animal and Plant Health Inspection Services. 2. Florida Department of Agriculture, Division of Plant Industry. ° All botanical and common names for sod have been from Hortus Third, 1976 edition. Names of varieties not included therein have been generally derived from names accepted in the landscape industry. Where the local nomenclature of the common name differs, the local nomenclature has been used. The sod shall be nursery grown, except where specified otherwise, and shall comply with all required inspections, grading standards,, and plant regulations as set forth by the Florida Department of Agriculture.. - INSPECTIONS: Inspections may be performed by the Agency ordering the material prior to the material being unloaded. If the material does not meet the specifications and conditions of the bid, the Agency may reject the entire shipment or a portion of the shipment at the Agencies discretion. SUBSTITUTIONS: Substitutions of sod types shall be permitted only upon submission of documented proof that the particular type specified is not obtainable. Substitute shall be BIDDERS SIGNATURE COMPANY NAME ■ BID # 200-001 Page 19 submitted for approval by the Grounds Maintenance departments of the participating agencies. The Agencies reserve the right to obtain the sod requested from another source. GUARANTEE: The Guaranteeing of sod shall be construed to mean the complete and immediate replacement of sod if it is: 1. Not in a health growing condition. 2. There is a question to its survival ability at the end of the guarantee period. 3. It is dead. 4. Contains any weed contamination. 5. Infestation of a...X pests and/or bugs (i.e. white fringed beetle) Replacement of sod shall be of the same species as that of the plant to be replaced. The guarantee shall be null and void for sod which is damaged, unhealthy, or dies as a result of Acts of God, limited to hail, freeze and winds which exceed hurricane force, providing the sod was in a healthy growing condition prior to these Acts of God. TRANSPORTATION: Movement of sod shall comply with all federal, State and local laws and regulations. Sod shall be transported on vehicles of adequate size. DELIVERY/WORK SCHEDULE: Contractor shall guarantee delivery and/or work schedule.within ten (10) calendar days after notification of each project. If Contractor cannot make sod delivery and/or work schedule within ten (10) calendar days, the Co -Op Agency has the option to obtain sod from the secondary award vendor and if that contractor can not deliver or meet the work schedule within the ten (10) calendar days then from another vendor who can deliver -and/or meet the work schedule. Deliver sod on pallets with root, system protected from exposure to wind and sun. Deliver sod in gtiantities capable of being installed within forty-eight (48) hours of cutting. All installation of sod must be completed within twenty-four (24) hours after delivery to installation. site. DEBRIS: BIDDERS SIGNATURE COMPANY NAME Page 20 BID # 200-001 Clean up of debris, left over sod and pallets is the responsibility of the contractor. All debris is to be hauled away at no extra charge to the College or any participating agency. Debris should be removed within 24 hours. TRAFFIC CONTROL AND PROTECTION: The plans for traffic control around or through work sites shall be developed with safety receiving a high priority. The plans should include protection at work site when work is in progress and when operations have been halted (such as during the night). Provisions for the protection of work crews, traffic control personnel, pedestrians and motorists shall be addressed. In all cases, the operation plan for traffic control and protection shall include provisions for the following: a. Advance warning b. Clear view of work site C. Roadway delineation d_ Regulatory information e. Hazard warning f. Barriers g. Pedestrian safety h. Access i. Location of vehicles and equipment j_ Night safety k. Personnel training 1_ Traffic control and protection devices (see Florida Department of Transportation Manual on Traffic Controls and Safe Practices for Street and Highway Construction. Maintenance and Utility Operations. 4 A written plan detailing traffic control and safety protection should, if required by a Co -Op Agency, be prepared by the successful vendor. This plan will be a part of the continuing contract requirements. PRICING: The prices stated shall include all costs and expenses for taxed, labor, equipment, materials, commissions, transportation charges and expenses, labor for handling material, together with any and all other costs and expenses for performing and completing the work, to include all pallet costs and/or deposits. The prices shall remain firm for a twelve (12) month period and thereafter may only increase by a maximum of 5% per year. ' BID SUMMARY INSTRUCTIONS: Price offered for Sod Installation should be for service only. Materials will be purchased at the prices established under the respective line item. INSTALLATION (WHERE APPLICABLE) BIDDERS SIGNATURE COMPANY NAME Page 21 BID # 200-001 The sod shall be moist and shall be placed on moist soil. Pitchforks shall not be used in handling sod, and dumping from vehicles shall be permitted. The sod shall be carefully placed by hand, edge to edge, in rows at right angles to the slope, commencing at the base of the area to be sodden and working upward. The sod shall be immediately pressed firmly into contact with sod bed to provide a true and even surface and insure knitting without displacement of sod or deformation of the surfaces of the sodden area. The edges of the sodden areas shall be staggered in a corresponding manner, providing the offset along the edge does not exceed six inches (611). All vertical edging adjacent to sodden areas shall be tamped so as to produce a feather edge. Should Contractor use a roller, he shall coordinate it's use as necessary to avoid damage to other work in place. On slopes having a ratio of one in three or greater, peg the installed sod into place with not less than two stakes per square yard. Immediately after completing placement of sod, begin watering operation. Water shall be applied in the amount necessary to keep the sod moistened to the full depth of the root zone for a period of not less than two weeks. After the sod has been installed, pallets and other debris created by the Contractor shall be removed from the project. Any paved areas, including curbs and sidewalks, which have been strewn with soil, sod waste or fertilizer, shall be thoroughly swept. In the event that weeds or other undesirable vegetation are discovered, that the affected sod be removed as directed by the Grounds Maintenance Supervisor of the appropriate agency. If necessary, it shall be replaced as needed. Installation must be in staggered joints, edge to edge, and as tight as possible. All sod shall be alive, fresh, and uninjured and free of insects, pests, weeds, disease and Nematodes. BID SPECIFICATIONS ALL TYPES OF SOD The sod shall be a uniform thickness of 1-1/2" with a maximum of 1/2" thatch allowable. Sod shall be in either slabs or rolled strilps of uniform length and width measurement no less than 12" x 24". The Co -Op Agencies have the option to order either slabs or rolled strips of sod. All sods shall be well matted with a dense root system and of firm, tough texture having a compact top growth and heavy root development. It shall be free of objectionable grassy and broad -leaf weeds. Sod shall not be accepted if it contains Bermuda grass (Note: this sentence does not apply to Bermuda items . Sod sections shall be strong enough to support their own height and retain their size and shape when suspended vertically from a firm grasp on the upper ten percent (10%) of the section. Sod shall not be harvested or transplanted when moisture content (excessively dry or wet) may adversely affect its BIDDERS SIGNATURE COMPANY NAME Page 22 BID # 200-001 survival. Sods shall be relatively uncompressed. The solid embedded in the sod shall be a clean earth, free of stones and debris. The sod shall have been mowed at least three tames with a lawn mower, with final mowing not more than seven (7) days prior to the sod being cut for placement. The sod shall be provided in commercial pad sized measuring not less than twelve inches by twenty-four inches, and shall be live, fresh and uninjured at the time of placement. It shall be machine cut at a uniform sort of thickness of 5/8 inches, plus or minus 1/4 inch at time of cutting. Measurement for thickness shall exclude top growth and thatch. The sod shall be live, fresh and uninjured at the time of planting_ It shall be shaded and kept moist from the time it is cut until it is planted. This section specifies the furnishing and/or installing of sod. The following is a specific description of the sods being requested. #1 - TYPE: ST. AUGUSTINE FLORATAM SOLID SOD (Stenataphrum Secundatum) Commercial quality grade as specified by the Southern. Seed Certification Association, Inc. including but not limited to the following: • Sod shall be well matted with strong developed roots and be not less than two years old, free of weeds and undesirable native grasses. Sod containing Bermuda grass will not be accepted. • Machine cut pad size: 12" x 24" x 3/4" (+1/411) excluding top growth and thatch. Must me mowed two days prior to cut and able to remain intact when suspended vertically with a firm grasp on upper 10% of pad. • Sod must be viable (not dormant) and capable of vigorous growth when planted. **ST. AUGUSTINE "PALMETTO" VARIETY,, SAME SPECS AS FLORATAM, BUT MORE COMPACT AND MORE SHADE TOLERANT. #2 - TYPE: BAHIA (Pas alum Notatum Arr entine) Commercial quality grade as specified by. the Southern Seed Certification Association, Inc. including but not limited to the following; • Sod shall be well matted with strong developed roots and be not less than two years old, free of weeds and undesirable native grasses. Sod containing Bermuda grass will not be accepted. BIDDERS SIGNATURE COMPANY NAME BID # 200-001 Page 23 + Machine cut pad size: 12" x 24" x 3/4" (+1/411) excluding top growth and thatch. Must be mowed two days prior to cut and able to remain intact when suspended vertically with a firm grasp on upper 10% of pad. • Sod must be viable (not dormant) and capable of vigorous growth when planted. -- 3 - TYPE: CERTIFIED -- _ BERMUDA ( Ti Tway 419 ) Sod is to be certified by the Southern Seed Certification Association, Inc. An official labeling certificate is to accompany each shipment of sod. • Bermuda sod shall be of premium grade and sand grown. No Broadleaf weeds and no more than two percent of any other grass or weeds. Sod shall possess characteristic upper surface pubescence. Sod shall be well matted with strong developed roots and be not less than two years old. • Machine cut pad size: 12: x 241, (except for "Big Roll Bermuda Sod which shall be delivered as harvested 42" wide x 100' long rolls) x 3/41, (+1/4") excluding top growth and thatch. Must me mowed two days prior to cut and able to remain intact when suspended vertically with a firm grasp on upper 10% of pad. • Sod must be viable (not dormant) and capable pf vigorous growth when planted. SOD INSTALLATION SPECIFICATIONS Installation shall be in accordance with the guidelines specified by the Southern Seed Certification Association, Inc. and including but not limited to the following: • Installer must be equipped with proper tools to cut and smooth out depressions created by loaders, forklifts, etc. and must have on -site equipment to move sod pallets about. Ground preparation will be the responsibility of the Agency. W • All sod shall be planted within 48 hours of cutting and shall be kept shaded and moist. Sod shall be carefully placed edge to edge by hand with tightly fitted joints (overlapping will no be allowed). • Sod shall be immediately pressed firmly into place by hand tamping or roller. The installation operation shall provide a true and even surface and insure knitting without displacement to sod or deformation of the surface of the sodded areas. Areas inaccessible to roller shall be hand tamped. BIDDERS SIGNATURE COMPANY NAME r " r Page 24 BID # 200-001 On slopes having a ratio greater than or equal to 1:3, sod shall be pegged into place with not less than two stakes per square yard. • installer shall clean all adjacent areas soiled during installation and remove all pallets from site. BROWARD COMMUNITY COLLEGE PROPOSAL FORM - THIS IS NOT AN ORDER BID SUMMARY GROUP 1: ST. AUGUSTINE FLORATAM (ITEMS 1 THROUGH 5) Estimated quantity: 1_540,000 sq. ft. for all participating agencies 1) Under 2,000 sq. ft. picked up by agency $ s/f 2) Under 2,000 sq. ft. delivered and unloaded $ s/f 3) 2,000 sq. ft. or more, delivered and unloaded $ s/f (less than truckload) 4) Sod installation (sod provided by others) $ s/f 5) Sod installation only (at time of delivery) $ s/f TOTAL GROUP 1: $ GROUP II: BAHIA ARGENTINE (ITEMS 6 THROUGH 10) Estimated quantity: 808,000 sq. ft. for all participatina agencies 6) Under 2,000 sq. ft. picked up by agency $ s/f 7) Under 2,000 sq. ft. delivered and unloaded $ s/f 8) 2,000 sq. ft. or more delivered and unloaded $ s/f (less than truckload) 9) Sod installation (sod provided by others) $ s/f 10) Sod installation only (at time of delivery) $ s/f BIDDERS SIGNATURE COMPANY NAME BID # 200-001 TOTAL GROUP 1I: $ Page 25 NOTE: SIGNATURE & COMPANY NAME must be the same as on page one (1) of this proposal. a I BIDDERS SIGNATURE COMPANY NAME , „, BID # 200-001. BROWARD COMMUNITY COLLEGE PROPOSAL FORM - THIS IS NOT AN ORDER BID SUMMARY GROUP III: BERMUDA GRASS 419 TIFWAY UNCERTIFIED (ITEMS 11 THROUGH 15) (estimated quantity:1,220,000 sq. ft.for all participating agencies) 11) Under 2,000 sq. ft. picked up by agency $ s/f 12) Under 2,000 sq. ft. delivered and unloaded $ 13) 2,000 sq. ft. or more, delivered and unloaded $ (less than truckload) 14) Sod installation (sod provided by others) $ 15) Sod installation only (at time of delivery) $ s/£ TOTAL GROUP III $ GROUP IV: BERMUDA GRASS 328 CERTIFIED (ITEMS 16 THROUGH 20) (estimated quantity: 520,000 sq. ft. for all participating agencies) **ORIGINAL CERTIFICATE MUST BE PRESENTED AT TIME OF DELIVERY 16) Under 2,000 sq. ft.. picked up by agency $ s/f 17) Under 2,000 sq. ft. delivered and unloaded Page 26 s/f s/f s/f NOTE: SIGNATURE &-COMPANY NAME must be the same as on page one (1) of this proposal. BIDDERS SIGNATURE COMPANY NAME HID # 200-001 18) 2,000 sq. ft. or more delivered and unloaded $ (less than truckload) 19) Sod installation (sod provided by others) 20) Sod installation only (at time of delivery) $ TOTAL GROUP IV: $ Page 27 s/f $ s/f s/f GROUP V: BERMUDA GRASS 419 TIFWAY CERTIFIED( ITEMS 21 Estimated g!jantity:__l,150,000 sq. ft. for all participating THROUGH 26) agencies **ORIGINAL CERTIFICATE MUST BE PRESENTED AT TIME OF DELIVERY 21) Under 2,000 sq. ft. to be picked up by agency $ s/t 22) Under 2,000 sq. ft. delivered and unloaded $ s/f 23) 2,000 sq. ft. or more delivered and unloadd'd $ s/f 24) Sod installation (sod provided by others) $ s/f 25) Sod installation 2n1Y (at time of delivery) $ s/f 26) 42" wide rolls, delivered, unloaded and installed $ s/f (estimated quantity: 20,000 sq. ft.) TOTAL GROUP V: $ NOTE: SIGNATURE & COMPANY NAME must be the same as on'page one (1) of this proposal. BIDDERS SIGNATURE COMPANY NAME Page 28 BID ## 200-001 BROWARD COMMUNITY COLLEGE PROPOSAL FORM - THIS IS NOT AN ORDER BID SUMMARY GROUP VI: ST. AUGUSTINE "PALMETTO" (ITEMS 27 THROUGH 31) Estimated quantity: 258,000 sq. ft. for all participating agencies 27) Under 2,000 sq. ft. picked up by agency $ S/f 28) Under 2,000 sq. ft. delivered and unloaded $ S/f 29) 2,000 sq. ft. or more delivered and unloaded $ S/f 30) Sod installation (sod provided by others) $ s/f 31) Sod installation only at time of delivery $ S/f TOTAL GROUP VI: $ GROUP VII: TRUCKLOAD PRICING (DIRECT FROM SOD FARM), DELIVERED, UNLOADED AND INSTALLED (ITEMS 32'THROUGH 37) 32) Floratam: S/f per pallet $ S/f $ Truckload (including Palmetto) 33) Bahia: s/f per pallet $ s/£ $ Truckload 34) Bermuda 419: s/f per pallet $ S/f $ Truckload (Uncertified) 35) Bermuda 328: s/f per pallet $ s/f $ Truckload (Certified) 36) Bermuda 419: s/f per pallet $ S/f $ Truckload NOTE: SIGNATURE & COMPANY NAME must be the same as on page one (1) of this proposal. BIDDERS SIGNATURE COMPANY NAME BID # 200-001 BROWARD COMMUNITY COLLEGE PROPOSAL FORM - THIS IS NOT AN ORDER BID SUMMARY GROUP VII: TRUCKLOAD PRICING CONTINUED 37) Bermuda 419: # of rolls s/f/roll (certified) FLORATAM: # OF PALLETS/TRUCKLOAD BAHIA: # OF PALLETS/TRUCKLOAD BERMUDA 419 (U): # OF PALLETS/TRUCKLOAD BERMUDA 328 (C): # OF PALLETS/TRUCKLOAD BERMUDA 419 (C): # OF PALLETS/TRUCKLOAD PALMETTO: # OF PALLETS/TRUCKLOAD FLORATAM: # OF PALLETS/TRUCKLOAD BAHIA: # OF PALLETS/TRUCKLOAD BERMUDA 419 (UNCERT): # OF PALLETS/TRUCKLOAD BERMUDA 328 # OF PALLETS/TRUCKLOAD BERMUDA 419 (CERT) # OF PALLETS/TRUCKLOAD Page 29 S/f Truckload NOTE: SIGNATURE & COMPANY NAME must be the same as on page one (1) of this proposal.. BIDDERS SIGNATURE COMPANY NAME BID # 200-001 ASSIGNMENT OF ANTITRUST CLAIMS Page 30 For and in recognition of good and valuable consideration, receipt of which is hereby acknowledged, (COMPANY NAME) (COMPANY ADDRESS) Acting herein by and through (BIDDER'S NAME) its (BIDDER'S TITLE) and duly authorized agent, hereby conveys, sells, assigns and transfers to the State of Florida all rights, title and interest in and to all causes of action it may now or hereafter acquire under the antitrust laws of the United States and the State of Florida for price fixing, relating to the particular goods or services purchased or acquired by the State of Florida pursuant to Bid #200-001. NAME AND TITLE DATE FAILURE TO EXECUTE & RETURN WITH YOUR BID WILL RESULT IN REJECTION OF YOUR BID. I. BIDDERS SIGNATURE COMPANY NAME f' I r BID # 200-00�. Page 3I "EQUAL OPPORTUNITY EMPLOYER CERTIFICATE" TO: The District Board of Trustees of Broward Community College of Broward County, Florida FROM: The undersigned bidder The undersigned bidder hereby certifies to the District Board of Trustees of Broward Community College that they are an Equal Opportunity Employer and are in compliance with the Terms and Conditions of Broward Community College's corresponding Bid and will, if required, file a Contractor's "Equity Plan." ACCEPTED By; (Signature) WITNESS: Title: w For the (Bidder's name) WITNESS: Address CORPORATE SEAL: Date: Reference 200-001 BIDDERS SIGNATURE COMPANY NAME BID # 200-001 DRUG FREE WORKPLACE CERTIFICATION (F.S. 287.087) Page 32 IDENTICAL TIE BIDS - Preference shall be given to businesses with drug -free workplace programs. whenever two or more bids which are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug --free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: 1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2) Inform employees about the dangers of drug abuse in the workplace; the business' policy of maintaining a drug -free workplace; any available drug counseling, rehabilitation, and employee assistance program; and the penalties that may be imposed upon employees for drug abuse violations. 3) Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (I) . 4) In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer_ of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any State, for a violation occurring in the workplace no later than five (5) days after such conviction. 5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so conivicted. 6) Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. BIDDERS SIGNATURE COMPANY NAME 1, 1 CERTIFICATE OF INSURANCE ISSUE DATE: I (PRODUCER: ITHIS CERTIFICATE IS ISSUED AS A MATTER OF I (INFORMATION I (ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE I (HOLDER. THIS CERTIFICATION DOES NOT AMEND, EXTEND OR I (ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. I (INSURED: COMPANIES AFFORDING COVERAGE: COMPANY LETTER A: COMPANY LETTER B: COMPANY LETTER C: COVERAGES: THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO. I I LTR.I TYPE OF INSURANCE (POLICY# GENERAL LIABILITY ( ) COMM. GEN. LIABILITY ( ) CLAIMS MADE(X) OCCURRENCE ( ) OWNER'S & CONTR'S PROT POLICY EFF. DATE POLICY EXP. DATE LIMITS IGEN. AGGREGATE $ (PROD-COMP/OP AGG $ IPERS & ADV INJURY $ (EACH OCCURRENCE $ (FIRE DAMAGE I(ANY ONE FIRE) $ (MEDICAL EXPENSE I (ANY ONE PERSON) $ AUTOMOBILE LIABILITY (X) ANY AUTO I I I (COMB. SINGLE LIMIT $ I (X) ALL OWNED AUTOS I I I (X) SCHEDULED AUTOS I I I I B.I. (PER PERSON) $ I (X) HIRED AUTOS I (X) NON -OWNED AUTOS I I I I B.I. (PER ACC) $ I O GARAGE LIABILITY I I I I ( ) I I I I PROPERTY DAMAGE $ I EXCESS LIABILITY I ( ) UMBRELLA FORM I I I EACH OCCURRENCE $ I ( ) OTHER THAN UMBR. FORMI I I I AGGREGATE $ WORKER'S COMPENSATION I I I (X) STATUTORY LIMITS AND I I I I EACH ACCIDENT $ EMPLOYER'S LIABILITY I I I DISEASE -POLICY LMT $ I I I I DISEASE -EACH EMPL $ OTHER - DESCRIPTION OF OPERATION/LOCATIONS/VEHICLES/SPECIAL ITEMS Broward Community College is additional insured with respect to General liability (and Excess Liability if issued) in regards to the terms & conditions of Bid #200-001, Sad/Sod Installation CERTIFICATE HOLDER: I CANCELLATION: f BROWARD COMMUNITY COLLEGE I SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE ADMINISTRATIVE OFFICES I CANCELLED BEFORE THE EXPIRATION DATE THEREOF, 225 EAST LAS OLAS BLVD. I THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30 FT. LAUDERDALE, FL. 33301 I DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER I NAMED TO THE LEFT VIA CERTIFIE❑ MAIL AUTHORIZED REPRESENTATIVE: 1" 1 1 f 1 Company Name: Address: BIDDER'S QUALIFICATION FORM Phone Number: ( ) Corporation: Partnership Individual Number of years in business under same ownership: 2. List name of officers of your firm: TITLE: TITLE: TITLE: 3. Date of Organization or Incorporation: 4. office Organization: Contact Person: On -Site Supervisor (for Service Vendors): Phone Numbers: DAY: NIGHT: w ' 5. Experience: COMPANY NAME ADDRESS CONTACT PHONE CONTRACT PERSON NUMBER PERIOD 1. 2. 3. 4. 5. 6. Service Vendors: List any account that canceled your service in the last two years, COMPANY NAME ADDRESS CONTACT PHONE PERSON NUMBER 1. 2. 3. 4. BIDDER'S QUALIFICATION FORM (CONT.) 7. Insurance Carrier: Name: Address: Contact Person: . Rhone No. CONTRACT PERIOD INDEMNIFICATION CLAUSE The Contractor shall indemnify, hold harmless, and defend the Owner and their agents and employees from and against all claims, damages, losses and expenses including attorney's fees arising out of or resulting from the performance of the work provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property other than the work itself, including the loss of use resulting therefrom and (2) is caused in whole or in part by any negligent act or omission of the Contractor, any Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. If any and all claims against the Owner or any of their agents or employees by any employee of the Contractor, any Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose actions any of them may be liable, the indemnification obligation under this Paragraph shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the Contractor or any Subcontractor under Worker's Compensation Acts, disability benefit acts or other employee benefit acts. SIGNATURE Company Name Address FAILURE TO EXECUTE & RETURN WITH YOUR BID WILL RESULT IN REJECTION OF YOUR BID. DATE: STATEMENT OF NO BID Broward Community College Purchasing Department 225 E. Las Olas Blvd. Ft. Lauderdale, FI 33301 ATTEN: Director of Purchasing We, the undersigned, have declined to bid on your Bid No. 200-001 for Sod/Sod Installation for the following reasons: We do not offer this product Our product schedule would not permit us to perform Unable to meet specifications Unable to meet Bond requirements We understand that if the "no bid" is not executed and returned, our name may be deleted from the list of qualified bidders for Broward Community College. COMPANY NAME SIGNATURE - COMPANY ADDRESS