Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-99-300Temp. Reso #8813 October 27, 1999 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-99- .36 0 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA AUTHORIZING THE PURCHASE OF CORRUGATED POLYETHYLENE PIPE FROM ADVANCED DRAINAGE SYSTEMS, INC. IN THE AMOUNT OF $14,941.20 UTILIZING CLAY COUNTY, FLORIDA BID # 98/99-16 ENTITLED "METAL PIPE & GUARD RAIL" FOR THE WOODLANDS DRAINAGE PROJECT; AUTHORIZING TO UTILIZE THE BROWARD COUNTY PURCHASING COOPERATIVE BID # ED98283G1 FOR THE PURCHASE OF AGGREGATES, TOP DRESSING AND SAND FROM L.B. TRUCKING AND CONSTRUCTION INC. FOR PUBLIC WORKS AND OTHER CITY-WIDE PROJECTS REQUIRING THE USE OF AGGREGATES, TOP DRESSING AND SAND; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, adequate drainage on several public streets in the Woodlands subdivision has been determined to be absent or inefficient; and WHEREAS, the Utilities Department is currently assessing the water and wastewater systems in the Woodlands Subdivision to determine which improvements are required to be constructed prior to the paving of the roads in the area; and WHEREAS, In order to expedite improvements on these roads, stormwater design was completed by the Public Works Department to include the installation of 2,400 linear feet of drainage pipe and 18 inlet and manhole structures along Woodlands Boulevard, Temp. Reso #8813 October 27, 1999 Page 2 Yellow Pine Lane and Bayberry Lane; and WHEREAS, it is not in the best interest of the taxpayers of the City of Tamarac to resurface the public streets in the Woodlands subdivision without first addressing the stormwater, water and wastewater deficiencies, and; WHEREAS, The public streets in the Woodlands subdivision were scheduled to be resurfaced in years 3 and 4 of the Seven Year Comprehensive Street Improvement Program adopted by the City Commission by Resolution R-97-247 on July 22, 1998 ; and WHEREAS, at the constant request from the residents of the Woodlands subdivision, Woodlands Boulevard, Yellow Pine Lane, Cedar Circle, and Bayberry Lane were selected for stormwater improvements after receiving clearance from the City of Tamarac Utilities department; and WHEREAS, The Public Works Department needs to purchase corrugated polyethylene pipe in order to convey stormwater off the roadways and into the canal system; and WHEREAS, Clay County, Florida awarded Bid # 98/99-16 entitled "Metal Pipe & Guard Rail" to Advanced Drainage Systems, Inc. attached hereto as "Exhibit A"; and WHEREAS, The Public Works Department needs to purchase aggregates, top dressing and sand for installation of the pipe; and 1 Temp. Reso #8813 October 27, 1999 Page 3 WHEREAS, The Broward County Purchasing Cooperative awarded Bid # ED98283G1 for Aggregates, Top Dressing and Sand to L.B. Trucking & Construction, Inc. attached hereto as "Exhibit B"; and WHEREAS, City Code §6-155 allows the waiver of formal contract procedures for all supplies, materials, and equipment, that are the subjects of other governmental contracts; and WHEREAS, it is the recommendation of the Director of Public Works and Purchasing/Contracts Manager to purchase the necessary corrugated polyethylene pipe in the amount of $14,941.20 for the Woodlands Drainage Project utilizing Clay County, Florida Bid #98/99-16 entitled "Metal Pipe & Guard Rail' from Advanced Drainage Systems, Inc. and to purchase the necessary aggregates, top dressing and sand for any City-wide projects requiring the use of such materials, utilizing Broward County Cooperative Bid # ED98283G1 for aggregates, top dressing and sand from L.B. Trucking & Construction, Inc; 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 corrugated polyethylene pipe from Advanced Drainage Systems, Inc. for the Woodlands Drainage Project utilizing Clay County, Florida Bid #98/99-16 and to purchase aggregates, top dressing and sand for any City-wide projects requiring the use of such materials from L.B. Trucking & Construction, Inc utilizing Broward County Cooperative Bid # ED98283G1; and Temp. Reso #8813 October 27, 1999 Page 4 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: 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 appropriate City Officials are hereby authorized to purchase corrugated polyethylene pipe from Advanced Drainage Systems, Inc. utilizing Clay County, Florida Bid #98/99-16, attached hereto as "Exhibit A". SECTION 3: The appropriate City Officials are hereby authorized to purchase aggregates, top dressing and sand from L.B. Trucking & Construction, Inc utilizing Broward County Cooperative Bid # ED98283G1, attached hereto as "Exhibit B". SECTION 4: Funding is available to purchase corrugated polyethylene pipe from the appropriate account. SECTION 5: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 6: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. SECTION 7: This Resolution shall become effective immediately upon its passage and adoption. 1 1 Temp. Reso #8813 October 27, 1999 Page 5 PASSED, ADOPTED AND APPROVED this day of November, 1999. ATTEST: CAROL GOLD, MC/AAE City Clerk REBY CERTIFY hat I have pp qued this„RESO�UTION as MITCHELL S. K City Attorney A �JbE SCHREIBER Mayor rm. DIST 1: moor&MM. DIST 2: VV//M Mt� DIST 3: COMM. DIST 4: COMM. CITY OF TAMARAC INTEROFFICE MEMORANDUM 40 PUBLIC WORKS DEPARTMENT TO: CITY MANAGER DATE: November 2"d, 1999 THRU: DIRECTOR OF PUBLIC WORKS FROM: STORMWATER UTILITY ENGINEER Recommendation: RE: TEMP. RES048831 — PURCHASE OF CONSTRUCTION MATERIALS The Director of Public Works requests the above -mentioned item to be placed on the November 10th, 1999 City Commission meeting agenda. Issue: Authorization to purchase certain construction materials in excess of $10,000 for the Woodlands drainage project. Is Background: When the Public Works staff began evaluating the infrastructure in the Woodlands subdivision, numerous streets were found to have inadequate drainage systems, and in certain sections, no drainage at all. A preliminary plan was put together, which provided for additional inlets to be installed where existing ones were too far and few in between. Although the plan was intended to be used in anticipation for resurfacing the roads in years 3 and 4 of the seven-year Comprehensive Road Improvement Program, numerous requests from the residents of the Woodlands subdivision accelerated the projected schedule. The plan was submitted to the Utilities Department in order to determine which streets would need future water and sewer improvements and which would be clear to proceed with drainage and paving projects, as to avoid future utility cuts on newly paved roads. Although the Utilities department is still in the process of evaluating the water and sewer systems in the Woodlands, they gave clearance to move forward.with improvements on Woodlands Boulevard, Yellow Pine Lane, Cedar Circle and Bayberry Lane. Once the roads to be improved were identified, the engineering design for the stormwater improvements began. In order to expedite the process, the design for the new drainage line was done in-house, resulting in a set of plans for the installation of 2,400 feet of pipe and 18 inlet and manhole structures. After the design was complete, the Public Works staff proceeded to order the materials, but was unable to move forward because some purchases exceeded the $10,000 bid limit set by the City Code. This resolution requests the purchase of C;W USDOMAgenda Items\8831101- Pipe and Aggregate Purchase.doc �J • the pipe in the amount of $14,941.20 and the purchase of necessary aggregates, top dressing and sand for the Woodlands Project and other City-wide projects in which such materials are used. The Woodlands drainage project is scheduled to begin by November 15th 1999, assuming the passage of this resolution. It should be noted that the intent of the Woodlands drainage project is to alleviate localized flooding only on the streets that receive the new improvements, and it is not intended address the larger problem which causes the network of canals to overflow,, flooding the entire subdivision. This larger scale issue is not for the City of Tamarac alone to resolve, as it involves numerous other agencies, including the City of North Lauderdale, the City of Lauderhill, Broward County and the South Florida Water Management District. We are currently involved in coordination with the above agencies to find a solution and will attempt to obtain permits from SFWMD to move forward with a joint project with Lauderhill to resolve the problem. fro 0 Mauro Burgio C:\MB'SDQCSWgenda Items\8831 M- Pipe and Aggregate Purchase.doc 10-28-99 02:17PM FROM BCC/FINANCE P02 -OCT-128-99 THU 8:14 AM L� r, I "EXHIBIT A" TEMP.RESO.8831 NOTICE OF DECISION BY THE BOARD OF COUNTY COMMISSIONERS OF CLAY COUNTY, FLORIDA ON DID NO: SWOO-16 METAL PIPE AND GUARD RAIL Corrugated Polyethelene Pipe In accordance with the provisions of Section 120.53(5)(a)3., Florida Statutes, notice is hereby given and posted of the decision of the Board of County Commissioners of Clay County, Florida (hereinafter the "Board") with respect to Bid No: 98/99-18. Bids were opened on March 16, 1999. On April 13, 1999, the Board during its regular meeting rendered its decision to post the notice of Intent to award the portion of the bid dealing vAth Corrugated Polyethelene Pipe to the best bidder, Advanced Drainage Systems, Inc. immediately following the 72 hour posting period, provided no protest Is filed. Attached hereto is a Bid Tabulation for Bid No. 98N9-18. The decision of the Board is final, 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. Robert M. Wilson County Manager Date of posting: Date of removal: /q -gq 1 Time of Posting: Time of removal: 8, .. C5 ;- Initlals: initials: .. NO PROTEST FILED. DW f0-27-99 01:24PM FROM BWFINANCE BOARD OF COUNTY COMMISSIONERS CLAY COUNTY PUBLIC WORKS 6 ESPLANADE AVENUE GREEN COVE SPRINGS, FLORIDA 32043.3109 JAMES B. JE1T CLERK OF THE CIRCUIT COURT ROBERT M. WIL.SON couNTY MANAGER E Dear prospective bidder: AREA CODE goo TELEPHONES: 284.6333 GCS 269.8333 OP/MBG 633-2111 KL (362) 473-3711 KH 827-1333 SUNCOM 284-0083 FAX You and your firm are cordially invited to submit a bid for: P02 DALE S. VALSON DISTRICT 1 PATRICK D. McGOVERN DISTRICT 2 GEORGE A. BUSH DISTRICT 3 GLENN R. L.ASWMR DISTRICT 4 LARRY R. LANCASTER DISTRICT S D - 6 1 Pi a Your firm is cordially invited to submit a bid in accordance with the attached instructions and specifications. Should you have any questions concerning any aspect of this bid, you may contact me by telephone or make an appointment for clarification at (904) 278-4773. To remain on our active bidders list, you should reply in writing with a written quote or a "NQ BID" response. Sincer ly, .losep Th mpson Admini rative Assistant Clay County Public Works Department /it Att. Bid Instructions Bid Specifications Bid Form Standard Contract Addendum Clay County Purchasing Manual, Tax I.D. Form W-9 Form Clay County Sales Tax Certificate Recycled Recyclable 10-27-99 01:24PM FROM BCO INANCE P03 INSTRUCTIONS 1. ALL sealed bids submitted shall be received by the Purchasing Office, Fourth Floor, Clay County Administration Building, 477 Houston Street, Green Cove Springs, FL 32043. a. Bids submitted by mail should be addressed to; Clay County Board of County Commissioners Purchasing Dcpartment P.O. Box 1366 Green Cove Springs, FL 32043-0698 b. Bids submitted in person will be received in the purchasing Office, Fourth Floor, Clay County Administration Building, 477 Houston Street, Green Cove Springs, Florida. 2. ALL bids submitted shall be in writing, in triplicate and sealed in an opaque envelope. The words "BID # 98/92--11 Mejal Pilge uar •P' shall be clearly marked on the front and back of the envelope containing the bid. Bids will be received by mail or in person until 4:00pm Monday, March 15,1999, and will be opened after 1:00pm Tuesday, March 16,1999, in the board of County Commissioners Conference Room "B", 4th Floor, Clay County Administration Building, 477 Houston Street, Green Cove Springs, Florida. a, All bids received will be "clocked" at the time they are received to indicate the time and date of receipt by the Purchasing Office. b. Bids will not be accepted in person after the time and date specified. C. Bids received by mail will not be accepted if they are received after the time and date specified regardless of the postmark or circumstances. 4. The Board of County Commissioners of Clay County, Florida reserves the right to accept or reject any or all bids, to award all or part of the bid, to waive any technicality, and to interpret the Bid Specifications to the best interest of the County. S. Inquiries concerning the bid or specifications should be addressed to: .. • ••�•'Florida 14 .9, 40 page 1 of 2 1'0-27-99 01:24PM FROM BCC/FINANCE PO4 It# 98/ - d Rai 6. Each firm receiving an invitation to bid should reply with a written bid offer or "NO BID" response to the Purchasing Office (see paragraph La.). Either action will keep the firm on the appropriate ACTIVE bidders list. 7. The successful bidder shall extend these prices to the City of Green Cove Springs, the Town of Orange Park, the Town of Keystone Heights, the Town of Penny Farms, and the Clay County Board of Public Instruction upon the written request of the using agency, 8. The bid shall remain in effect for twelve (12) months from the date of award by the Board, with the County reserving the right and option to extend the bid for an additional period of six (6) months, if such is agreeable to the successful bidder and the County. 9. Any firm affected adversely by Clay County's decision shall file with the Clay County Board of Commissioners a Notice of Protest in writing within 72 hours after the bid award. Failure to file a written Notice of Protest shall constitute a waiver of proceedings under Chapter 120, (Administrative Procedures Act), Florida Statutes, 10. Each firm submitting a bid should attach (in triplicate) a completed Form W-9 Request for Taxpayer Identification Number and Certificate of Insurance. 0 In accordance with the Americans with, Disabilities Act, any person needing a special accommodation to participate in this matter should contact the Clay County ADA Coordinator, by mail, at P.O. Box 1366, Green Cove Springs, FL 32041, or by telephone at (904) 269-6300, no later than severs (7) days prior to the hearing or proceeding for which this notice has been given. Hearing impaired persons can access the foregoing telephone number by contacting the Florida Relay service at 1-800-955-8770 (voice), or 1- 800-955-8771 (TDD). The remainder of this page intentionally blank /jt 0 Page 2 of 2 10-27-99 01:29FM FROM BCO INANCE F06 BID FORM 1311D # 98/99-16, Metal .Pipe _ 11Guard U! SUBMIT IN TRIPLICATE ALONG WITH CERTIFICATE OF INSURANCE AND W-9 FORM Corrugated Polyethylene Pipe (FDOT Specifications, Latest Edition,) Split End Section ,S = Intarior ElIM& (dg Tee Flared (0) 12" Corrugated _ !7 _ 129 , _ q 7 4 -A. 8-1-- 15" Corrugated -_L 3 7 3.37 71.26 71 �2 6 53.81 18" Corrugated 5.28 5.28 79.85 79.85 74.87 24" Corrugated 13.74 '2 �2 98.70 30" Corrugated 14.04 �17e07 14.04 255.15 440.16 325.50 36" Corrugated 1 �� 589.38 69 09 " 12" Smooth 2.75 2.75 38.77 90,66 531.81 15" Smooth 3.70 1.70 38.77 129.'89 53.81 18" Smooth 55 ;U 5.52 101. g 5 19 0 .0 5 7 4 7 24" Smooth 8.61 8.61 203.70 228.69 .8 98.70 30" Smooth 1 a 14.04 255.15 474V-.713 3 S. 36" Smooth 17.07 17.07 279.30 589.38 369.08 AdvanEDGE Pik ElWcan-(c t e (Panel Pipe) 1.74 9.67 7.83 16.4 2 7.83 Polyethylene Manholes (per FDOT SF Non -traffic Lid 0, foot upper unit without steps 3 foot upper unit with steps 4 foot upper unit without steps 4 foot upper unit with stcps Elevation unit without steps Elevation unit with steps 3 foot base without steps (stormwater) 3 foot base with steps (stormwater) 4 foot base without steps (stormwater) 4 foot base with steps (stormwatcr) ea Ca. ea ea ea ea ea ea ea ea ca This bid shall remain In effect for a period of twelve mouths, from the date of award, with Clay County reserving the right and option to extend for and additional six months, if agreeable to the successful bidder. FIRM NAME Advanced Drainage Systema.r_.,,Tnc. ADDRESS 600 E Landstreet Road Orlando, FL 32824 TELEPHONE 407. 438-4900 FAX 407. 438-1666 NAME OF PERSON SUBMITTING BID TITLE OF PERSON SUBMITTING BID S SIGNATURE OF PERSON SUBMIT Vi DATE 9-march 1999 ......................................................... 1'0-27-99 01:29PM FROM BCC/FINANCE P08 JAMES S. JETT CLERK OF TH9 CIRCUIT COURT ROBERT AC Yy1L8ON COUNTY MANAGER DEAR VENDOR: HOARD OF COUNTY COMMISSIONERS CLAY COUNTY PUBLIC WQAKS 6 ESPLANADE AVENUE GREEN COVE SPRINGS, FLORIDA 32043-3109 AREA CODE 904 TELEPHONES: 284-8333 GCS 533-2111 KL (352) 473.3711 KH 827-1333 SUNCOM 284-M83 FAX DALE S. WILSON o, PATRICK D. Me*OVRRN DISTRICT 2 GEORGE A. BU®N DTRIC"r a GLENN R. LASSMER STRICT 4 LARRY R. LANCASTER DwmcT 6 THE INTERNAL REVENUE SERVICE REQUIRES THAT WE FILE FORM 1099 FOR CERTAIN VENDORS RECEIVING PAYMENTS FOR $600.00 OR MORE DURING A CALENDAR YEAR. THE IRS MAY ASSESS A $50.00 PENALTY FOR EACH FAILURE TO PROVIDE A TAXPAYER ID NUMBER, ALSO, WE ARE REQUIRED TO WITHHOLD 31% FOR FEDERAL INCOME TAX PURPOSES FOR PAYMENT TO VENDORS WHO FAIL TO PROVIDE US WITH 'THEIR TAX ID NUMBERS. PLEASE RETURN THIS LETTER AFTER CHECKING THE APPROPRIATE BOX, INDICATING YOUR IDENTIFICATION NUMBER (EMPLOYER ID NUMBER, SOCIAL SECURITY 0 NUMBER), ALONG WITH THE ENCLOSED W-9 FORM, SIGNED AND DATED. (X) CORPORATION ( ) PARTNERSHIP ( ) INDIVIDUAL/PROPRIETOR ( ) OTHER (PLEASE EXPLAIN) SIGNATURE & DATE THANKS FOR YOUR PIOMPT RESPONSE SINCERELY YOURS, FEDERAL ID NUMBER 51-0105665 SOCIAL SECURITY NUM 3ER 9 March 1999 . CLAY COUNTY BOARD OF COUNTY COMMISSIONERS DEPARTMENT REQUESTING Recycled Recyclable 10-27-99 01:29PM FROM KUY INANCE wr9 Request for Taxpayer �rpa• oven tttsal O~-ftm of ate Tie" identification Number and Certification r..r ",W-� arq Jftu" >r� 111 Iowa names, wd lest end orae ti+a naTil Of ino Alrsorr er rtemy whoa rumen raw rMer M r 9u61,+0" name (Saw proanetws are a+atr..ttwns an page 2.1 °r Advanced Drainage Systems, Inc. Q. curie chewy aoorepnate flit., Ind-dvaV401e Oreonvtor ® COraare0ort a A.Cdrees (Aura qr, sheet, and eat, or Same ne,l sit ZiAad11t-r1At Road a Gry. state, and ZW coca cation N Enter your TIN in the appropriate box, for indivi4u4l3, thin is your social security number (sSM. For safe proprietors, see the Instructions on page 2. For other entities, it Is your "player identification number (FIN). It you do not have a number, see How To Gat a TIN "aw. Note; If the account is in more than Ong nand, see the chart an page 2 for gurdohnes on wnose number to enter. Under penalties a( perjury, 1 certify that. social 1epyAty Au nser Emo,ayer bentlAORuon nyrnppr 5 1140 11 0 5 6 6 5 P09 Give form to the nquexter. 00 NOT send to the IRS, I Dtbr der InrlrtKuanr an Aapa i It your mine bas rneesed.) lteguestar's name and alarm (00114pnai) List scrowl numberts) here (optionao �.ttC:tt..Ll� Wit payees Exempt From Backup Withholding (see Part if instructlons on pact 21 I� I. Tne number shown an this term is my correct ttutpeyef identification number (or I am waiting fora ntlnlber to be issued to me), and 2. 1 am not subs ect to backup IMIftholding because: (a) I am exempt tram backup withholding, or (b) I have not been notified by the lnlerRal 6Revenue Service that 1 am subject to backup withholding as 11 result a(• a failure to report as interest of dividends, or to) the IRS ha; notified me that I am no Ionger subject to backup withholding, 0nIfIcation tnstructtena.—You at r reaa cut item 2 Obove K you have bean notified bar the IFtS that you are rurcontty subject to backao w;tMglQing begauae of undaneportf Interest oe dividends an your tax return. For real estate transactions. Item 2 does not apply. For mortgage Interest paid, the acquisition or aban onment of s ured progeny, cancelislion of debt. r"o Iftutlons to an individual retirement arrangement (IAv), and generally paymen�A other art intaree d dividsrto;, you rrre not required to sign the Certification, but you must provide your correct TIN. (Also see Part fit inat=tlons rare 7 Sign Here Section nsfemnces anti to Revenue Code. Purpose of Form.. —A person who is required to file an information return with the IRS must get your correct TIN to report Income paid to you, real estate IransactiOns, mortgage interest you paid, the acquisition or abandonment of secured property, esnceilation of debt, Or cantribuUMS YOU made to in IRk Use Form W•9 to give your correct TiN to the requester (the person requesting your TIN) and, when applicable. (1) to Cartify the TIN you are giving is Correct (Of you are waiting for a number to be issued) (2) to certity YOU are not subject to backup withholding. Of (3) to claim exemption from backup withholding If you are an exempt payer. Giving your correct TIN and making the appropriate cartiflcallans will prevent certain payments from being subject to backup withholding. Note: If a rrquet:fee gives you a form omer Aman a W9 to request yq•rr TIN, you must e the requesters form if it is substa^;rally srmllar In this Form V/•9, What is Backup Wi"olding?—Zorsons making certain payments to you must withhold and pay to the IRS 31 % of suCh payments under certain conditions. This is called "backup withholding." Payments that Could be subject to backup withholding include Interest, divtdends. broker and barter exchange transactions, rents. rayaltles, ncnemployee pay, and certain payments train fishing boat operators. Heal estate transactions are not subject to backup withholding, if yaw give the requester your correct TIN, make the proper CerpliCItIons, and report all your taxable inteerest and dividends on your tax return, your Payments YAN not be subject to backup withholding. Payments you receive will be subject to backup withholding if: 1. You do not furnish your TIN to the requestar, or 2. The IRS tells the requester that you furnished an incorrect TiN, or 3. The IRS teals you that you are subject to backup withholding because you did not report all your interest and dividends an your lax return (for reportable Interest and dividends only). or t. You do not carry to the requester that YOU are not subtevi to backup withholding under 3 above (for teponabie Bate r~ 9 March 1999 interest and dividend accounts opened after 1983 only), or S. You do not certify your TIN. See the Part Iii instructions for exceptions. G,:rtain payees and payments are exempt from backup withholding and irifarmation -reporting. See the Part li instructions and the separate Instructions for t?le As"ster et Form W-9. Haw To Gat a TiN.—it yaw do not have a TiN, apply for one immediately. To apply. get Form SS-d, Application for a Social Security Number Card (for individuals). from your local office of the Social Security Administration. or Form SS-4, Application for Employer Identification Number (for businesses and ail other entities), from your local IRS ofitce. If you do not have a TIN, write "Applied For, in the space for the TIN in Part 1, sign and Cite the form, and give It to the reque=tar. Generally you will then have 60 days to get a TIN and give It to the requester. If the requester does not feceivs your TIN within 60 days. backup withholding. If applicable, win begin and Continue until you fum:sh your T1N. _ - ram W-9 (pev. s•Sft 07/30/99 15:30 FAX iy-► TAMARAC PURCH Q002 "EXHIBIT B" TEMP.RESO.#8831 is Purchasing Division 115 S. Andrews Avenue, Room .212 BROWARD COUNTY Fort Lauderdale, FL 33301 (954) 357-606S • FAX (954) 357-8535 May 5, 1999 -o c-7 4650217634 0 Q L.I3. Trucking & Construction o 4891 NW 103rd Avenue, Ste#11. Suru-ise, FL 33351 PJ a Att: Alexander Bucknor, President CD rri REFERENCE: BID #ED98283 1 for a ates Top Dressing and Sand, Co -Op Contract (REBID) for Items Groups 1 A&B, 2A, 3A, - Gentlemen: This is to confirm that the Board of County Commissioners at its Meeting held on April 27, 1999 under Agenda Iten No. 15 accepted your Hid on the above -referenced solicitation. A Bid tabulation of all Bids received is enclosed, with item(s) awarded to your firm underlined. The Contract is in effect for the period beginning April27, 1999 and ending April 26, 2000. Purchase Order(s) will be placed as and when required. A copy of this Notice, with a copy of your Bid, including all terms and conditions, is being forwarded to all Using Agencies. Thank you for your interest in doing business with Broward County. Sincerely, GLENN R. CUNOAINGS, Director Purchasing Division '4- ahel.-� By Li Overton Purchasing A ,cnt PA H BID/LETTER 21spg BROWARO COUNTY BOARD OF COUNTY COMMLSSION12S — Ah E al Opporlunlry Fmployer and Provider or Services NOrman Abromcwirz $curt I. Cowon Suzo ne N. Gun2burer Z r:A D. JaCObs Ilins Uoberrnm Lori Nance Parrish Johel E. ROdsrrOrM Jr. World VA40 V16b: hltp:/1w+►w.ca.brawordil.ui/purch4fino 07/30/99 15:30 FAX - w- TAMARAC PURCH [a 003 ACTION: R SCREEN; VZN2 USERP108 VEND O R ( x O F �NDOR= 650217634 0 VENDOR TYPE: B MISC VENDOR xND : ,W --- FOR ADDRESS - - - - _ - NAME; L.R. ADDRESS: 4891 N.W 03 A U 10N NIM SUITE #11 CITY: s[maasgr STAT$: FL ZIP: _33351 ADDL ADDR : M EH RD AD m A H hdn V.n'1 03/17/99 09:24:03 AM 2 ) LAST ACTION DATE: 1-1 0 9 9 8 _ ALTERNATE ADDRESS ...... FAX# 954-748-1753 W9 954-572-7799 CONTACT: CUSTOMER ACCT. PHONE; A/R CONTACT: 9s-*- s�77-17 CONMNT: 'YMT HOLD INM: N SCF'.D PYMT DAY: SINGLE 'ALENDAR YTD AMT: F I S CAI. YTD AMT L_ CHECK: N EFT STATUS/TYPE: N / 0.00 PRIOR CALENDAR YEAR AMT: 0.00 PRIOR FISCAL YEAR AMT., 0.00 ^0.001 Cj35 � 'I doing business ►�ritll Braward County within the last ihfeB years, unless so noted in the bid documents. Z NO BID; If -not subediting a bid, respond by retuming this Bidder Acknowledgement Form, marking it'NO BID", no later than the stated bid opening date and hour, and explain the reason in the space provided. Failure to respond without justification may be cause for removal of the bidder's name from the bid hailing fist- NOTE, To qualify as a respondent, bidder must submita'NO BID.' 3, 0ID WITHDRAWAL• No bidder may withdraw his bid before the expiration of ninety (90) caiendardays from the date Of bid opening unless vendor so notes in the bid. - 4. BID OPENING: Shall be public, on date, location and time specified on the bid form. It is the bidder's responsibility to assure that his bid is delivered on date, location and time specified on the bid form. Bids, which for any reason are not sa delivered, will not be considered. Bid files and any bids after they are opened may be examined during normal working hours by appointment Bid tabulations are available for inspec- iion upon request. 5• ADDENDA TO DID. l3roward County reserves the nghl to amend this Bid prior to the Bid opening date indcated- Only 1 written addenda wMbebinding. If, upon review, material errors 1 in specifications are found. contact the Purchasing Division Immediately, priorm Bid opening dale, to allow forreviewand subsequent clarification on the part of Broward County. fCountinued tin Page 2) `; Fdrm #103-28 (Rev. 11 ) Pdge r . annc7�7e�1 R12ASCIN FORNO BID r,E DERAL EMPLOYER I.D. or SOCIAL SECURITY NUMBER 6.50;- 7 6 3 L( 0 PUN IL BRADSTREEr NUMBER BiDDER NAME L" 13. 'TA u C 6 d Co.ArSTRV Aj BIDDER MAILING ADDR118=1`17Y/STATE/ZIP AREA CODE TaRPHQNE NO. CONTACT PERSON s . y AUTHORIZIM SIGNATURE (original In Ink) v:- kivv& PIzeS -TYPED NAM9 OF SIGNf'.Yi TITLE 1 cerllly 9- 04 bid is FWdo WbmLt Oder .a,ersnandrh�, a9neme�L or mnedan "Rh 60Y ' W MQM11oN Bon or oftson *ftrA%kV a bid for im mftm demrizaniiocr„ pill isin as reupe&61air and wiu+ara WhISM tr lrauG. t agrog to abide by ed aen6ddru of dJS bid ar4 car* dal I am aurno„scd m 6P 014 bid W Via NWK. Hint * algnafare bf this ldrM page: i rrrcugh a s.v admCwfod9ed and receprva w won or any vpoWl irrwalpnecr( 4'aaPrKanfe- - r 07/30/99 15:30 FAX -a-+ TAMARAC PURCH Z 004 RID SHEET BID # &rarrREr3AIES, TOE DRESSINGS AND 94140. Q0.01PERATIVE CONTRACT rREBIDI BOARD OF COUNTY COMMISSIONERS 13ROWARD COUNTY, FLORIDA ALL BLANKS HAVE BEEN FILLED IN, BID SHEET IS ATTACHED TO THE COMPLETED "INVITATION FOR BID" AND RETURNED HEREWITH. IN ACCORDANCE WITH ALL TERMS, CONDITIONS, SPECIFICATIONS AND REQUIREMENTS, THE BIDDER OFFERS THE FOLLOWING: ZONE ONE PALM BEACH COUNTY LINE SOUTH TO INCLUDE COMMERCIAL BOULEVARD, FLORIDA TURNPIKE WEST TO SAWGRASS EXPRESSWAY. SEE ATTACHMENT "B". ESTIMATED QUANTITIES INCLUDE REQUIREMENTS FOR BROWARD COUNTY, MARGATE, CORAL SPRINGS, TAMARAC AND COCONUT CREEK. GROUP 1A (ITEMS 1 THRU 7) ESTIMATED ITEM ANNUAL COMMODITY CODE DELIVERED NO. QUANTITY DESCRIPTION PRICE PER TON TOTAL #750667000010 0- 25,577 ROAD ROCK -CRUSHED LIME ROCK S' 9 11 hON $ ' Q oD i TONS AS PER ATTACHMENT "A" SPECIFICATIONS $ ADDITIONAL CHARGE FOR DOUBLE CRUSH, IF REQUESTED $—]PER TON #750667010010 2. 11.555 THREE-QUARTER INCH WASH ROCK "A" SPECIFICATIONS $..,, :Z ` 6 6 TON $ - TONS AS PER ATTACHMENT 3. 30,002 #750074000110 8� FILLASPER ATTACHMENT A" SPECIFICATIONS $_3 ON $ +`� TONS , #750075000010 4. 10,000 TONS STA131LIZER MATERIAL AS PER ATTACHMENT "A" SPECIFICATIONS IL $4 _ ' o.& /TON $ #750773000010 5. 1.000 TONS CONCRETE SCREENINGS AS PER ATTACHMENT "A" SPECIFICATIONS p /TON �p $ NAME OF BIDDER L - 7R J C./Z f/ 6- ' c 0 w s—r Je uCT OBE SURE TO HAVET14E INVIrA77ON FOR BID. (B/DDI:RACKNOWLEDGMENT (SLU0 FORM] SIGNED BYANAUTHORt ED REPRESENTATIVE OF YOUR RRM OR YOUR BID MLL NOT BE CONSIDERED RESPONSIVE ATOS-918 PAGE 8 OF 35 =99 07/30/99 15:30 FAX -►-•-• TAMARAC PURCH Z005 4 • • CO (FED) AGGMCATE=S_ T©P URESSINGS AhM GROUP 1A (ITEMS 1 THRU 7) (CONTINUED) ESTIMATED . ITEM ANNUAL COMM©DITYCODE DELIVI=RED NO. QUANTITY DESCRIPTION -PRICE PERTON #750667020010 6. 8455 CRUSHED LIMEROCK 70% BID - - — TOTAL TONS AS PER ATTACHMENT °A" SPECIFICATIONS $ -Jr ° ITON $ ^+ #750667040010 / $ a 00 7. 200 PEA ROCK AS PER ATTACHMENT W + TONS SPECIFICATIONS $-, � • R r /rON $ 1 583 • t7 TOTAL GROUP 1A (ITEMS 1 THRU 7) DELIVERY WILL DE iCALENDAR OAFS AFTER RECEIPT OF PURCHASE ORDER. $--`i/o/ $ bC qlo E6, NAME OF BIDDER 1-- Pip. R 4 AI (; aC NRZE-Tl2PRIlS.tr9l`•1 3lE EI 7AES: BE SURE TO HAVE THE INVITA77ON FOR DID, (BIDDER ACKNOWLEDGMENT (BLUE) FORME SIGNED BYAN AUTHORIZED REPRESENTATIVE OF YOUR FIRM OR YOUR BID WILL NOT BE CONSIDERED RESPONSIVE. ATOS-91 B 12J17)98 PAc;r: 9 OF 35 •07/30/99 15:90 FAX --� TAMARAC PURCH Ca 006 r L BrllSEM (CoNTINUHD) BIO EACH COUNTY LINE SOUTH TO INCLUDE COMMERCIAL BOULEVARD, FLORIDA CE WEST TO SAWGRASS EXPRESSWAY. SEE ATTACHMENT "S". ESTIMATED UUANT[7(ES INCLUDE MEQUIREMENTS FOR BROWARD COUNTY, MARGATE, CORAL SPRINGS, TAMARAC AND COCONUT CREEK, GROUP IS (ITEMS 8 THRU 14) ESTIMATED . ITEM ANNUAL COMMODITY CODE DELIVERED NO. QUANTITY DESCRIPTION PRICE TOTAL #790700020010 8. 20 TOP DRESSING MIX 90/1 OAS PER CU. YD- ATTACHMENT "A" SPECIFICATIONS #790700030010 9_ 20 Top DRESSING Mix 80/20 AS PER CU. YD ATTACHMENT'A" SPECIFICATIONS #790700060010 10. 20 Top DRESSING 70/30 AS PER ATTACHMENT "A" CU.YD SPECIFICATIONS 979070aa5oo10 11_ 20 TOP DRESSING Mix 100%A$ PER CU.YD ATTAcmMENT'A" SPECIFICAnoN5 #150120030010 12. 75 ORTONA SAND AS PER ATTACHMENT "A' CU.YD SPECIFICATIONS #790700080010 l 13. 3.676 Top DRESSING MATERIAL FLORIDA LAWN CU.YD SAND AS PER ATTACHMENT "A" SPECIFICATIONS #150120020a10 14. 450 MASON SAND AS PER ATTACHMENT "A" TONS SPIwCIFiCATIONS TOTAL GROUP I (ITEMS 8 THRU 14) $ 2-'t.95- /CU.YD $ '+ 19 . o $ 2-7 , 10 /cu.YD $ fi�& . o 0 $---Z��lf U.Ya $ 15-8 4- ga $.. _ 1� b B 1 /CU.YD $ 3 3 7•$ 0 $ 1 Q r'92 ICU.YD $---/,& 6 6�76 $ 57" 1 Z' /CU.YD $ I $ '' Sa TON $ 3 C DELIVERY WILL BE t - CALENDAR DAYS AFTER RECEIPT" OF PURCHASE ORDER. NAME OF BIDDER I- - 0 SIPy LlG -:XL J CZL--rSTR✓t:7 Xo.V •aL. •BE SURE TO HAVE rHE INVITAT70N FOR BID, (BIDDER ACKNOWLEDGMENT (BLUP FORM] SIGNED B YANA UTHORIZED REPRESENTATIVE OF YOUR FIRM OR YOUR RID WILL NOT RE CONS/OERED RESPONSIVE Ai DS-91 B 21?l99 PAGE 10 OF 35 •07/30/99 15:30 FAX -4 TAMARAC PURCH 0 007 6110 #E.d_98_2R3_r.� , NE uNDERSIGNED vENDDR HERF9r cERTzFms TNAT IT WILL PROMS A D G+_RRl WORKPLACE PROGRAM Br. (1) PUBLISHING A STATOJENTNaTIFYING ITS EMPLOYEES THATTHC UNLAWFUL MANUFACTURE, DISTRIBUTION. DISPENSING, POSSESSION, OR USE OF A CONTROUXD SUBSTANCE 19 PROHIBITED IN THE OFFERORS WORKPLACE, AND SPECIF-rwa THE ACTIONS THAT WILL BETAKEN AGAINST EMPLOYEES FOR VIOLATIONS OF SUCH PROHIBITION; (2) EsTABLISHINOACONTINUING DRUO-FREEAWARENE83PROGRAM TOINMORMITS EMPLOYFESA90UT: (1) THu DANGERS OF DRUB ABUSE IN THE WORKPLACE: (11) THE OFFERORS POLICY OF MAINTAINING A DRUG -FREE WORKPLACE; (10) -ANY AVAILABLE DRUG COUNBE -mG, REHABILITATION, AND EMPL,OYI:E ASSISTANCE PROGRAMS: AND (n/) THE PENALTIES THAT MAY BE IMPOSED UPON EMPL OYM FOR DRUG ABUSE VIOLATIONS OCCURRING IN THE WORKPLACE; (3) GIVING ALL cwLOYEES ENGAGED IN PERFORMANCE OF THE CONTRACT A COPY OF T146 STATEMENT REQUIRED BY SUBPARAGRAPH (1); (A) NOT)FIIING ALL EMPLOYEES, W WRITING, OFTHE STATEMENT REpUIRW BY SUBPARAGRAPH (1). THATAS A CONDITION OF EMPLOYMENT ON A COVERED CONTRACT. THE EMPLOYEE SHALL' (1) Aa10E BYTHE TERMS OFTHE STATEMENT, AND full NOTIFY THE EMPLOYER IN WRITING OF THS EMPLOYEE'S CONVICTION OF, OR PLEA OF GUILTY OR MOLD CONTENDERS TO, ANY VIOLATION OF CHAPTER B93 OR OF ANY CONTROLLED SUBSTANCE LAW air THE UNTTEI) .STATES OR OF ANY STATE, FOR A VIOLATION OCCURRING IN THE WORKPLACE NO LATER THAN FIVE DAYS AFTER SUCH =NvICTTON. (5) NOT7FYWG BROWARD COUNTY GOVERMUENT IN WRITING WITHIN 10 CALENDAR DAYS AFTER RECEIVING NOTICE UNDER 3UB13AnSION (4) (11)AMOVE. FROM AN EMPLOYEE OR OTHERWME RECEIVING ACTUAL NOTICE OF suCH CONv=TTON. THfi NOTICE SHALL INCLUDE THE POSITION TITLE OF THE EMPLOYEE; (6) WITHIN 90 CALENDAR DAYS AFTER RECEIVING NOTICE UNDER SUBPARAGRAPH (4) OF A CONVICTION, TAKING ONE OR THE FOLLOWING ACTIONS WITH RESPECT TO AN EMPLOYEE WHO IS CONVICTED OF A DRUG ABUSE VIOLATION OCCURRING IN THE WORKPLACE: (1) TAKING APPROP►LATe PESRSONNELAcmN AGAINSTSIJCH EMPLOYEE, UP TO AND WCLUDNG TERMINATION; OR (11) Raouu a SUCH EMPLOYEE TO PARTICIPATE SATISFACTORILY IN A DRUG ABUSE ASsis NCE OR Rr1 IABuJTATION PROGRAM APPROVED FOR SUCH PURPOSES BY A FEDERAL STATE, OR LOCAL HEALTH, LAW ENFORCEMENT, OR OTHER APPROPRIATE AGENCY; AND (7) MAKING A GOOB KATTH EFFORT TO MAINTAIN A DRUG -FREE WORKPLACE PROGRAM THROUGH IMPLEMENTATION OF SUBPARAGRAPH$ (1) THRQUGM (6). I (VENDOR SIGNATURE) L—. A. Tip v Qk T— C- 5 7.— Tiv (PRINT VENDOR NAME) STATE OF %, R .n COUNTY OF THE FOREGOING INSTRUMENT WAS ACKNOWLEDGEO BEFORE ME THIS 2-3 OAY OF� NAME OF PERSON WHO'S SIGNATURE IS BEING NOTARIZED) (NAME OF CORPORATION/COMPANY), OWN TO ME TO BE THE PERSO DESCRIBED HSREIN, OR WHO PRODUCED (TYPE OF IDENTIFICATION) AS IDENTIFICATION. AND WHO DJD/DID NoTTAKLAN OATH_ (SIGNA (PRINT NAME) 7,W, fj� OFFICIAL SO SEAL Mr cOMM PABLO GARACALLD * > CDMmISStoH NumeeR d CC470043 ptLe Oqf' MY cOEAMIT ufam XXP. OF FL JUNE 21.1999 ATn 5-91 B 12/17/90 PACE 34 of 35 07/30/99 15:30 FAX TAMARAC PTJRCH Z 008 r� Purchasing Division 115 S. Andrews Avenue, Room 212 BROWARD COUNTY Fart Lauderdale, FL 33301 . (954) 357-6065 !_ FAX (954) 357-8535 May 5, 1999 #522069619 0 Tenex Enterprises 7837 West Sample Rd., Ste #105 Coral Springs, FL 33065 Att: Hamid Foxladi, Vice President REFERENCE: BID #ED9828301 for Aggregates, Top Dressing and Sand, Co -Op Contract (REBID) for Items Groups IC, 2C, 3C, 4C, SB&C, 6B&C Gentlemen. - This is to confirm that the Board of County Commissioners at its Meeting held on April 27, 1999 under Agenda Iten No. 15 accepted your Bid on the above -referenced solicitation. A Bid tabulation of all Bids received is enclosed, with item(s) awarded to your firm underlined. The Contract is in effect for the period beginning April 27, 1999 and ending April 26, 2000. Purchase Order(s) will be placed as and when required. A copy of this Notice, with a copy of your Bid, including all tears and conditions, is being forwarded to all Using Agencies. Thank you for your interest in doing business vadth Broward County. Sincerely, GLENN R. CLMINIINGS, Director Purchasin Division By L Overton Purchasing Agent PA II BID/LETTER 2/spg GROWARD COUNTY BOARD OF COUNTY COMMISSION62S — An Equgl 1ppoortunlly ErrploYor and Provltlor Or Services Norman Apromowilz Scott I. Cowan $Mftnna N. Gunmurger Kdy n D. Jacobs Ilene U&t)atmc .. Lori Ncnce Parrish John E. aodStrom. Jr. Warld Wide Web: hV://www.cc.browofd.fl_uE/Durchorng 07/30/99 15:30 FAX SU13MiT BID TO: Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, Florida 33301-1801 -• - TAMARAC PURCH 2009 BOARD OF COUNTY COMMISSIONERS SROWARD COUNTY, FLORIDA INVITATION FOR B I D Bidder Acknowledgment — GENERAL. CONDITIONS — THESE INSTRUCTIONS ARE STANDARD FOR ALL CONTRACTS FOR COMMODITIES/SERVICES ISSUED BY THE BOARD OF COUNTY COMMISSIONERS. THE BOARD OF COUNTY COMMISSIONERS MAY DELETE, SUPERSEDE OR MODIFY ANY OF THESE STANDARD INSTRUCTIONS FOR A PARTICULAR CONTRACT BY INDICATING SUCH CHANGE IN THE SPECIAL INSTRUCTIONS TO BIDDERS OR IN THE BID SHEETS. BY ACCEPTANCE OF A PURCHASE ORDER ISSUED BYTHE COUNTY, BIDDER AGREES THAT THE PROVISIONS INCLUDED WITHIN THIS INVITATION FOR BID SHALL PREVAIL OVER ANY CONFLICTING PROVISION WITHIN ANY STANDARD FORM CONTRACT OF THE BIDDER REGARDLESS OF ANY LANGUAGE IN BIDDER'S CONTRACT TO THE CONTRARY, SEALED BIDS: This form must be executed and submitted with all bid sheets in a sealed envelope. (Do NOT INCLUDE MORE THAN ONE BID PER ENVELOPE). The face of the envelope shall contain the above address, the date and the time of bid opening. and bid number. Bids not submitted on attached bid form may be rejected. All bids are subjected to the Conditions specified herein. Those which do not comply with these condi- tions are subject to rejection. EXECUTION OF DID: Bid must contain an original signature of an individual authorized to bind the bidder. Bid must be typed or panted in ink Aft corrections made by bidder to his bid must also be iru'tialled. The biddeee name should also appear on each page of the bid sheet if required. Bids will not be accepted from firms in arrears to the Board of County Commis= sioners upon debt or contract nor from a defaulter upon obligations to the Board of County Commissioners. Bidder certifies by signing the bid that no principals or corporate officers of his firm were principals or corporate officers in any other firm which may have been suspended or debarred from doing business with Broward Covnty within the fast three years, unless so noted in the bid documents. 2. NO BID., If not submitting a bid, respond by rewming this Bidder Acknowledgement form, marking it "NO BID% no later than the stated bid opening date and hour, and explain the reason in the space provided. Failure to respond without justification may be cause for removal of the bidder's name from the bid maing list. NOTE: To qualify as a respondent, bidder must submit a "NO BiD." 3. BIDWITH DRAwAL:Nobidder may withdraw his bid before the expiration of ninety (90) calendar days from the date of bid opening unless vendor so notes In the did. BiD OPENING: Shalt be public, on date. location and time specified on the bid form. it is the bidder's responsibility to assure that his bid is delfvered on date, location and time specified onthabid form. Bids, which forany reason are noteo delivered, wrifl not be considered. Bid rites and any bids after they are opened may be examined during normal working hours by appoirdment. Bid tabulations are available for inspec• tion upon request. 5- ADDENDA TO 810: Broward County reserves the right to amend this Bid prior to the Bid opening date indicated• Only w,rittenaddendavoll be binding. If, upon review, material errors in specifications are found, Contact the Purchasing Division immediately. prior to Bid opening date, to allow for review and subsequent clarification on the part of Broward County, (CoorWnucd on Page 2) BIDS WILL BE OPENED 2 p.m. 02 / 2 3 / 9 9 and may not be withdrawn with;n 90 calendar days aher such dale and time BIDTITLE AGGPE.QATES, TOP DRESSING AND SANG, CO --OP CONTRACT BID NO. E 09A2Et3G1 PURCHASING AGENT NAME b TEL2PHDNE NUM82R LIG OVERTON (954) :357-6076 DELIVERY DATE SEE SPECIAL Cf]NOITIONS ���"�i�iaiitus1�rSr7S�li3.CJ(5C5C 7C 3::C;(:: Xk Xr:?: X ):?C XX CASH DISCOUNT TERMS BID GUARANTY Is ATTACHED_ WHEN REOUIRED, IN THE AMOUNT OF s REASON FOR NO BID 6RAL EMPLOYER I.D. Dr SOCIAI. $9CURITY Nu%IBER 522069,619 0 DUN A SRADSTREEr NUMBER BIDDER NAME TENEX ENTERPRISES, INC. BIDDER MAILING ADDRESSJCrrYrSTA7E&1P 1937 W , SAMPLE *105 COPAL S1=RINOS F'L 3306�5 AREA COOr 7 TBI.�sP . YCONTACT PER50y���j `i�F /.�f• tC' �t-,ear.lr:.'��,-lu��J•c:,�C�/ (origina'• in ink) TYPED NAME of SIGNER TITLE I ceney tat ads bid is nwaRv w4heul pncr undcr.ta Mn w, agrcmer. w wrrxuen w1m a`7 coraora.4on. rim or person a*mirtlng a hid Ier ahe same IlerW;wmims. er4 isin aa,%%pacts ix', a= d w•lnoui mpusion or Iraud I agree to abide by an eandaims cr of bid and certify the' I am author-: - 1Y sign Ibis bla forth,, bkkw. 11urmer by ilpnalure al Itd, form, pages 1 tnrCuih 4 are acknow:e: _A+ ate ac mpled as pep a= wV speeial ilammOon shvct(sl if a:rscabla. Form NI03.2a (Rev. im) Page 1 of 4 07/30/99 1S:30 FAX -r4-► T'AMARAC PURCH 1A010 BID # cl r �• =►' ;r Ir IPALM REACH COUNTY LINE SOUTH TO INCLUDE COMMERCIAL BODUEVARD, FLORIDA TURNPIKE WEST TO SAWGRASS EXPRESSWAY. SEE ATTACHMENT "B". ESTIMATED QUANTITIES INCLUDE REQUIREMENTS FOR BROWARD COUNTY, MARGATE, CORAL SPRINGS, TAMARAC AND COCONUT CREEK. GROUP 1 C (ITEMS 15 THRU 18) TOP DRESSINGS ESTIMATED ITEM ANNUAL COMMODITY CODE DELIVERED NO. QUANTITY DESCRIPTION PRICE TOTAL #790700040010 15. 75 TOP DRESSING MIX 80120 STERILIZED AS PER CU.YD ATTACHMI=NT NX SPECIFICATIONS $ GU•YD $ #790700070010 16. 444 TOP DRESSING 70130-STERILIZED AS PER CU.YD. ATTACHMENT "A" SPECIFICATIONS #79a700090010 17. 20 NURSERY MIX -STERILIZED AS PER • CU.YD ATTACHMENT "A" SPECIFICATIONS #7907001000i0 18. 20 EXOTIC Mix -STERILIZED AS PER GU.YD ATTACHMENT "A' SPECIFICATIONS TOTAL GROUP 1C (ITEMS 15 THRU 18) $� �JCU.YD $ ` 1y 1 5 q $ O_ -I-_/CU.YD $ Q $ ..- ICU-YD $ a t� DELIVERY WILL BE CALENDAR DAYS AFTER RECEIPT OF PURCHASE ORDER. NAME OF BIDDSR cw J BE SURE TQ HAVE THE INVIiATIONFOR BID, [BIDDER ACKNOWLEDGMENT (BLUP FORM) SIGNED BYAN AUTHORIZED REPRESENTA77VEE OF YOUR FIRM OR YOUR BID WILL NOT BE CONSIDERED RESPONSIVE. ATDS-91 B ppc e i 1 nF 3S 17117198 07/30/99 15:37 FAX a8�111ipEa 08:42 FAX 9543578s35 +y TAMARAC PURCH 16001 ]PujtCSASING wJ 0 01 &=f°illMlEbM"Aft Hll3 TKE SPECIFICATIONS FOR-rI4l8 Ala CALL FOR FURNMI41MM ANQ oMLNFMING AGGREGATF.S TO VARIOUS LochTIONs WITHIN BROWARD COUNTY AS REQUESTED BY TH1= STREETS AND HIGHWAYS DwIs10N AMDIOR CO -OF MmuSERS_ UME ROCK SK LL BE IN CONFORMANCE WITH STATE OF 1~LOR117A DEPARTMENT OF TRANSPORTATION STANDARD SPE3CIFIOAnoNs POR ROAD AND BRIDGE CONSTRUCTION, ftcn4N NamseR 917 (LATEST EDITION). ALL MATERIALS MUST 13E AS PER THE FOLLOWING) SPECIFICATIONS_ 1.1. M�?�BlALSi cc 075066700001 THIS LnuEROCK SHALL BE 013TAINED PROM PITS FROM WHICH ALL OVER-SURDEN HAS SEEN REMOVED pRF nOU3 TO BLASTING. !r $HALL. sHOw r10TENDENcYTa AIR SLAKE OR UNDERGO CHEMICAL cKAKc-E UNDER ExPOSURE TO WEATHER. FOR PURPOSE$ OF GEOLOGICAL OF-STINATION, ALL LIMEROOR MINED up -LOW Ttirr 28Tm DEGREE PARAI,LE a. OF LAMUDE IN THE STATE OF FLORIDA SHALL Be cON510FRSD ONLY UNpen TILE CLA9SI icATIOMs OF L ME KOCK-MEAMI OoLITE FORMA7I014 ANA SMALL EIS TESTED TO MEETT'HE FOLLOWING CHCMICAL RLOUIRMUSUTS: CARBONATUS OF CALCIUM AND MAGNESIUM MINIMUM 60.0 OR: LSR ExcEEDING 'ISO OFRGANIO MATTER MAXIMUM 0.5 ANY CONSTITUENTS OTHER THAN TE i$ A13OVEt SHALL BE SIIJCA OR INERT MATERIAL. THE h1ATsRIAL SHALL BE NON -PLASTIC. THE MATERIAL.. SMALL SE UNIFORM IN QUAEJTY AND SHALL NOT C0KTNN K-�-R❑ OR i=LINTY PIECES IN SUFFICIENT QUANTITY TO PREVRWr PROPEL DONDINC OR TO PftPVEN'T 5ECURBIG X SMOOTH SURFACE F7WE FROM PETS ANO PACKETS. THE MATERIAL SHALL BE FRAGMENTED OR SRO -KEN UP TO SUCH ASIZE THAT NOT L1935 THAN HIIIETY-SEVEN (979A) PERCENT WILL PASS A 3-1/3 I:`CK STEVE=, AND 1T SHALL an GRADED C1NEFommLY DOWN TO DUST. ALL FINE MATERIAL SHALL CONSIST ENTIRSLY OF pull OF FRACTURE. THE FRAGMENTING OR SRIZUdNIS UP SHALL BE DONE IN THE PIT OR BL55%vH=?E. TO BEING LOADED BIDDERS' TRUCKS, PRDVII]raD THE sPECEFIEi] GRADATION RECII.1IFtEMENTS ARE 08TAWIrd. MATERIAL HAVING A LBR IN 6xCE_9S OF 150 MAY BE CONSIDERED FOR BASE IAATERlAL. NO CALCIUM 'TEST WILL 6E REQUIRED FOR THIS TYPE OF B"E MATERIAL. 1.2 OC #750667010000 ATUS-al $ ff"s QUALITY - S;%ME SPECIPICATIONs AS 1 rim NO. I (Rar•D RoCx -- CRUSHEQ [ IMEROCK). SITE - ROGK THAT WILL PASS TFtRF-t-GIJARTF!k-INCH SCRUgN AND eE Re-mmrmD ON N>=XT 5M ALL�a SIB= SCREEN. ---- p02t-4ir Fax Nate 7671 10m RAGE Za OF 06/01/99 08:41 TX/RX N0.4185 P.001 0 A7/30/99 15:37 FAX ►+► TA.MARAC PURCH 0 002 ue/ux/99 U8:42 FAA 9543378535 (ca�Tuul®) 1.8 CC #750867020000 (CaNTINUEn) (CONTINUED) AT LEAST Nwmy-sEvirm (97%) PERCENT (BY WEIGHT) OF THE MATERIAL SKALL press A 3- i INCM siEvl-= ANn THE MATERIAL SHALL BE GRAOMM UNIFORMLY DOWN TO DUST_ THE FINE A ATER1AL SHALL CONSIST ENTIRELY OP DUST FRACTURE. THE FRACi1r1L+PITWG OR BR &xma Up $HALL HE Donis~ IN vH8 PIT OR ELSEWMIMRE, PRIOR TO BeING LoAn@D ON RJOVER'S TRUCK. PROVIDED AT THE SPECIFIED GRADATION REQUIREMENTS ARE OBTA Y90. 1.7. CC OISO667MOOO ]REA ROCK As PER FDOT SPECIFICATIONS 901-1.1 THROUGH 901-1.4 FOR COURSE AGdREGATE. ROCK SIZE 89 UNMAS OTHERWISE SPECIFIED AT THE TIME ORDER is PLACED. TOP DREssING MIX 614ALL BE GOLF COURSE GREEN$ MOMS AS L1s71ED HERFJN AMD MEETING UNITED STATES GOLF ASSommoN (LISGA) argo FiCxIIONS AS FOLLOWS_ ALL MATERIAL DELIVERED SHALL BE ORTONA SAND PROCE'S$ED. MACHINE SLENOW AND SCREENED AS FOLLOWS: • LESS THAN 109/bTOTAL VERY FWI;SiW11,SLRAND CLAY (UNDER _1JMM); • L sss THAN 10% TOTAL vERY coARS'!r (LESS TITAN 3%6 enAv6L, 1 MM To 3.4mm). • MINIMUM 80% TOTAL COARSE AND MMDIUM (.25mm TO 1 MM); • L Fzss THAN 2Up/o TOTAL FIN$' (A 5mm To .5d1M) • COMPRE55ED SPFIAGNUM PEAY, CMIAD AN -Tim FOLLOWING 8Lr.?J1DSl?AbM3 SHALL 13N REnUIRI"D_ 1.8. CC #790700020000 zxlo z DRFSSINra 90% ORTONA SAND 9 U% CANAOu.M COMPRMS20 SPKAGNUM PEAT MACHINE BLENDED AND SCREENED, PER BPECIFICATIONS I.S. CC #790700030000 F112120 TOR OR ---SMUG 80% ORTONA SAND 20% CANADIAN COMPRESSED SPHAONUM FEAT MACHINE 9LFSIDED A140 SCREENED, PER SPECIFICATIONS ATOB-919 Pac9 Sor If17191 06/01/99 08:41 TX/RX N0.4185 P.003 m Q7/30/99 15:37 FAX 44-► TAMARAC PURCH Z 003 0B/OY/,9p 08:43 FAA 9543578535 Q 004 (co"TDRIrt)d sia # - 1-10 1004179070060000 WHICH M1X, SEVENTY P ERCENT (7()%) Op MU[TURE ¢E TO BE SILICA TRAP SANL7■ GRIT s32-65 RANc6. 0;- WHICH NINNY-eipHT p C ^{- (08%)18 pURfi SNUCA, THIRTY PERCENT (30%) OF-rHE MDmuRr YO Ba r=ttERGLAOES PEAT MUMTFi>3 ENtTIR>r IidD[TURIzTQ Sr pASSE D THROUGH A 1/41NCH SCREeN AFTER PASSING MULCHER.• THE PH OF MIXTURE IS NOT TO-11=159D SEVEN (7). 1-11 CC#7W70p050000 1009fi OnToNA 9ANo SCREENED, PER sppr.[RCATION6 1-12 CC #150120030000 7 00% CRTONA TRAP SAND SCREENED THRU A SIEVE $I= OF 180-200 1.13 CC #700700080000 me W ONE HUNDRED PERCENT (10()%) FLORIDA LAWN BAND —NUMBER THIRTY PERCENT (89%) PASSING THaiu OR NOT MORE THAN THiRTy PERCENT (30%) I{fftAINED OF WHIC.-j INw NINETY- MIGHT PERCENT (98%) Lr PURE SILICA, 1.14 CC #150120020000 MASORAAMD SAND SHALL BE CLEM, DUR"LE PARTIX3LES, FCC FIiOM INJUR10US AMOUNTS OF ORGAN];; MA i : ER. THE SAND $HALL CONFORM TO THE LIMITS OF ASTM C144. SAND FOR GROUT SHALL- CONFORM 70 ASTM C144 OR C33. 1.15 CC M0700040000 30% ORTONA &WD 20% CANADUW COMPRESSED SPHAGNUM PEAT MACHINE KiNDF_D AND SCR>SENED, PER SPECIFICATIONS ATOS-91H 10 PncC a'L vr]S 06/01/99 08:41 TX/RX N0.4185 F.004 s U7i3Ui.aa 15:37 FAX ... TAMARAC PUiRCH Q004 Utow U.I,iYr UO 43 'FAA N543Q%7I153$ "WD PMCBASINr, `~ wm aas �t a BID SE'coe-z$3' --i (t'aKiQiwao) 1.16 CC #79070070000 7CU30 mix. SEV>;WTYPERCt-P CM%) OF L4WrURETO PIR SOCA TRAP SAND, GRIT SIZE 32-W RANGE, OP WHICH NINETY-oatiT (9s%) IS FURL SILICA. THIRTY PERCEKT (300/4) OF THS MLXTURE TO Tar~ EVERGLAOES PBAX MUCK- TKI ENTIRE MIaCTLIRE TO 6E MASSED THROUGH A 114 INCH SCREEN AFi1-R PA 3IW3 MULCHER- TKP- PH OF MDcIUIiE IS NUT -TO -EXCEED SsVEN (7)- 1-17 CC*790700090000 THIRTY-FIVE PI=RCIcNT 5%) NLTIvF- PEAT THIRTY-FIVE FF-RCENT �35T.,) CYPRESS SAWDUST TWENTY PaRcRmT (20°%)ToP SOIL TEN PERCENT (106A) ORfiDNA 80tL 1_18 CC #790700100000 TIiIRiY�tVV FF-Ke 5KT (350le) n. IPRESS 'SAWDUST THIRTY-p r- PERcENT (35%) NATIVE PEAT THIRTY PgRGENT (31M) AERLITEIPEARLITE 2. 2-1 ALL VEHICLES MUST HAV1= VALID AND CURRI~NT TAG RxaIs RATkc)N, DEPARTMENT OF HIGHWAY SAFETY AND MOTOR VmiicLE FUEL DECAL, W APPLICABLE, HE OF THE CORRECT SIZED AND WI;l6NT, AND BE IN SAve WORKING ORDER. ALL MARKINGS AND TAG$ MUST BE CLEARLY VISIBLE, 22 THE COMCRJ1CTOR AND HIS SUFJCONTRACTOR MUST BE FAMILIAR WtTF1 ALL APPLICABLE FEG7ERAL. STATE, COUNTY, Crrry AND LOCAL LAWS. REGULATIONS OR CODES AND BE GOVERNSM ACGORDINGt-Y. AS THEYY W" APPLY TO THIS CONTRACT AND THE ACTIONS OR OPERATIONR OF THOSE ENGAGED fN ThF- WORK OR CONCERNING MA -MR ALS_ 2.3 WF-ie T TtCKSTS MUST im PRWENTED1 AND APPROVED BY THE PROJECT MANAGER AT THE TIM 5 OF DEIIYERY. ALLAGOREQAT& W>ammTTtCKBTS MUST HE COMPUTERIZED AND ALL WEIGHT TICKETS FOR Soli. MIXES SHOULD 9E COMPUTEf tzso. NO HAtjOWR►TTEN TTCK 'a WILL LLL SIE LOAD` ACCEPTED. WILL HOT BS- ACCEPTED. DsClslom PP THE PRvJECT MANAG R ON SITE IS FINAL- 2,4 ALL EMPLOYEES OFTHE C.ANT"*TOF% SHALL to CONSIDLFLED TO BE. AT ALL TIMES, THE; SOLE ENIPLOYEEBdFTtISCONTRACTORANpNOTAN6NCPLOY ORA6t-N pFBFcOWARDC:QUNTr - BROWARD COUN'y mAY R.ECIW F. TILE CONTRACTOR TO REM OVE AN EMPLOYE I! n L►E�S CARELESS. INCOMPErmNT, IN$UBOpWINATE OR OTHEKWISE QUBsTIONABLE_ ATOD-019 PAct 32 0 �0 06/01/99 08:41 TX/R.X N0.4185 P.005 07/30/99 15:37 FAX Vaiu{iyar u8: a� rw.a s��aa5Tnsa5 JRWD FEWCHASING �r13 TAMARAC PURCH ZOOS LJaov - F Iwo sR.,a-s ATD5-910 1W;wPxSE 33 op 3r 06/01/99 08:41 TX/RX NO.4185 P.006 0