Res. No. 005-00-10898Resolution No.5-00-10898
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY
OF SOUTH MIAMI,FLORIDA,AUTHORIZING THE CITY MANAGER TO
RELEASE FUNDS FROM THE PARKS &RECREATION DEPARTMENT'S '99
-2000 BUDGET FOR CRUSHED BRICK FROM CRIMSON STONE INC.,IN
THE AMOUNT OF $1,516.85 CHARGING ACCOUNT NUMBER 001-2000-
572.4620,"MAINTENANCE &REPAIR/OPERATING EQUIPMENT".
WHEREAS,pursuant to Article III,Section 5,H,of theCity Charter requires bids
be obtained for services andor purchases of items over $1,000.00;and
WHEREAS,presently mulch covers sidewalk cut out areas within theCity;and
WHEREAS,the installation of crushed red brick will save many man hours inup
keep;and
WHEREAS,this material will provide the following,no fading,will keep area weed
freedueto plastic under itsbase,onetime application compared to mulching twice ayear,
and will eliminate any hazards i.e.tripping;and
WHEREAS,theCity of SouthMiamiParks&RecreationDepartment will "piggy"
back of theCity of Homesteadbid#991030whichwasappliedtotheabovementioned
vendor.
NOW THEREFORE BE IT RESOLVED BY THE MAYOR AND CITY
COMMISSION OF THE CITY OF SOUTH MIAMI,FLORIDA:
Section 1.Thatapurchaseorderisherebyawardedto Crimson StoneInc.,inan
amount of $1,516.85 for crushed redbrickwhichwillbe placed around sidewalk cutoutson
City streets.Fundswillbereleased from accountnumber 001-2000-572.4620,"Maintenance
&Repair/Operating Equipment".
Section 2.This resolution shalltake effect immediately upon approval.
PASSED AND ADOPTED this 4th day of January,2000.
ATTEST:
/V&tlCjCol^sJ'^.
CITY CLERK
PPROVED AS TO FORM:
;rimson Stone'99CityCutouts sidewalk areas
APPROVED:
MAYOR
COMMISSION VOTE:
Mayor Robaina:
Vice Mayor Russell:
Commissioner Feliu:
Commissioner Bethel
Commissioner Bass:
5-0
Yea
Yea
Yea
Yea
Yea
*X
Y'HO HHT TO i4Qi£?JMM0:J YTH CM A MO YAivl HI-IT TO 'AOA'W ..lO'eftH A
i-TT!!f!2 :;r\;?:b;A/TA^YTO -jHT OtfJ\iftOHTUA .ACJlflOJ'i .1MA1M KT ;..j v.•o
^gT^.-IMTJIA^-iu r'OiT/7[>\jr\)\&7?>I*jA,:(Hill MOB"!MM-J'"!^.Ai-U^i
ki ...ova awo'«?.:fo^a>n moh-i.;i'ji./iH ci-iHrt(J5iO ao-i raoaoa ooo<;-
-Ov;-0£-iOU ^Ifilviu/:Tl-TUOOOA O'AiuXiWi'J cZ.dlc.\Z -10 TKUOVA £MT
?bid ^--'lijjpai "i'jj ;;;fiD vji'j oriilo ,K J:roinati .11!^'oihA of UuMaauq ^A::i>idHW
bur;;00.0->0.li-'^/o amaJi'io ?^acfi:y«jq in bas fiooiviss 10';bsnlfcttjo '^j
biiij .vifO or:"/niflj'rv/isojn jijo luo >ii'V'Vvb>a z'-v/oo f!'jiurn /Hno^cj .?.Arlf-iyi.rW
-<);<i\\fsijj/fi fthjft;vfi/sfn 'r/c::iifv/AoivJ bai b.oiteino'io uoiU'Altilwi ari")^A-Ltf/IHW
;:-i;*;v/33'1/i qcv^vl Uivv .Mfiibi/i on ^rfiv/obol :;dj ybb/oici liiw tovvji&tti ttfft ,?.k':\'A'iiiW
,h.;v/c .or/.'].ut.j:.;!:>ijjin 0/b^ifiqfaoo nobY;:>iiqqi;staij orn;.y.-jcd &ii Tabny 'ji)?:nlg oi lasb ^i*
bnfi ."ijnN'jqhi .o.r abm\cf{vn;;^tanirnfls }}rv/b/j:?
*vyi>i.;"'Jlry iii'jfs.'I'JoqoCl nniamo&A &a?fraci imai'M ihuat "lo yJiO ^U ^A^HdKW
bsnobnon;av«xte -Ai oi boi'qqs ;»r>v/ffcidv/0£0 W A4 bid b/itrfaarcioll 'io /!D srfc 'to /toed
.lobfi'jv
YTi 0 Uv-!A MOYAM'HlliT Yfi GdYJCCTH i'I Hfi H>]OHri;i;iHT WO if
:AOIMO.1'1 JM AiM I n">JO?-TO YTO jJliT '10 WOI221MM'..O
n;j fit ../fij onc:c;J s-jafiihO oi b^bicv/tf aj^iod ?.i rjbio '..TififOnjq i-;iiiriT ..L^itO??.
no ?:*)Jo Jfjo Hii'o.-v'jbj^btsucwi f/jodq £v!I'Jiv/rfolriv/jiond bu'i b&rixmo *io1 c#.dl ?.i^'lo fr-.j^vrciji
o;ii!!:nijrr;ah/l",0^1-£Vc-00O:;;-100 •»:.»•'!rnun iiiuoyoi;wof)b^c-jls7 ^d iiiw .-:bnii'i .?io.yni vJiO
."'JM'vrnqiiJpH iiii!i("!5']0\7ifi<:iv/i ^:>
.ii.?vo"iqqfi nc-qij vbjt;ibfjfri;'/Ti n^rb o^liiJ \\t:rk (xo'tiuUHivi t\r\T :.noijo^B
.000':,viGJ.'nsi.'t-.70b '•'r airU C,v.i T'KX.iA ^JVIA U;::!£2AA!
•aHVO/14l'TA
.nOYAi^i
•":/..ITT A
;;bj:j vtio
:M5K'HOT ?A OJVOM^i^A G>iA 0A3»
/;;.vii-wui.;*^>.k
AOITA YTO
,•»;7 •.*'"'•'•./.•.•;<.-•••-•ri.'h'.)
9
CITY OF SOUTH MIAMI
INTER-OFFICE MEMORANDUM
TO:Mayor &Commission DATE:December 27,1999
FROM:Charles Scurr JLonar.es &curr/?/7//\*n SUBJECT:Agenda#_
City Manager/J///JC^Commission Meeting
January 4,2000
Crimson Stone
REQUEST
The attached resolution seeks the approval of the purchase of 23 tons of crushed
brick (No 78 -Ultimate Series)which will be used in lieu of mulch for sidewalk cut
outs on City streets.
BACKGROUND
This material possesses particular properties which provide many advantages when
used as mulching material:a)It does not fade b)It is similar in color to mulch c)The
ground it covers does not need weeding because its weight holds in place plastic
sheeting c)It will cover 150 Square Feet per ton d)One yearly application (two
applications are needed for regular mulch)e)Little or no maintenance is required f)
Because of its lower profile it will be less likely to cause anyone using the sidewalks to
trip g)It allows water to flow through naturally to the tree roots h)Is of sufficient
weight astoresist normal winds and normal rainfall without being blown/washed
away.
Attached is an extensive list of organizations who are currently using this material.
Total expenditure for this material is $1,516.85 and piggybacks on City of
Homestead's Bid Number 991030.Funds forthispurchase will bedisbursed from
Account Number 001-2000-572.4620 "Maintenance &Repair/Operating Equipment".
Available balance is $37,000.
RECOMMENDATION
Approval is recommended
CRIMSON STOfcE,INC.
(800)354-5663
"ULTIMATE SERIES"
Listed below aresome organizations who are conently using
the "ULTIMATE SERIES"infield and/or warningtrackmateriaL
Atlanta Braves (Disney World)
Houston Astros (OsceolaCounty)
ClevelandIndians(City ofWinterHaven)
Minnesota Twins (Lee County)
Cardinals andExpos(City of Jupiter)
PittsburghPirates (City of Bradenton)
New York Mets (St.Lucie County)
Lakeland Tigers
Jacksonville Suns
University of Miami**
**S.T.M.A.1996-97 College
Diamond of the Year
University of Florida
University of South Florida
University of North Florida
Stetson University
FloridaState University
Jacksonville University
Saint Leo College
Florida Atlantic University
FloridaInternational University
Florida A&M University
Nova Southeastern University
Barry University
Lynn University
Saint Thomas University
FlaglerCollege
Rollins College
Chipola Community College
North Florida Community College
Polk Community College
LakeCity Community College
Broward Community College
PalmBeach Community College
Indian River Community College
Florida Community College
Seminole Community College
CentralFlorida Community College
Paxon High School
Episcopal HighSchool
WolfsonHighSchool
Baker County HighSchool
SandalwoodHighSchool
University Christian School
Lakeside Jr.H.S.
FirstCoast High School
Orange Park High School
St.JohnsCountryDaySchool
Key West HighSchool
Dr.PhillipsHighSchool
Winter Park High School
EdgewaterHigh School
George JenkinsHighSchool
GulliverHighSchool
Southridge HighSchool
Nova High School r
CoralGablesHighSchool
Western HighSchool
Stoneman Douglas High School
Cooper City High School
American Heritage High School
Lake Worth High School
Wellington High School
Benjamin High School
Palm Beach GardensHigh School
Interlachen High School
Crestview High School
East Lake High School
River Ridge High School
King High School
Tampa Bay Tech High School
Clearwater Ctrl Cath.High School
Northside Christian High School
Sarasota Riverview High School
Bartow High School
Durant High School
Winterhaven High School
Countryside High School
Lake Weir High School
SantaFe High School
Williston High School
South Sumter High School
Oak Hall High School
PK Yonge School
Buchholz HighSchool
Newberry High School
Columbia High School
North Fl Christian High School
MaclayHighSchool
Marknna HighSchool
Jefferson High School
Port St Joe High School
Wewahitchka High School
City of Jacksonville
City of JacksonvilleBeach
City of Altamonte Springs
CityofDeland
City of Kissimmee
City of Lake Mary
City ofTampa
CityofDunedin
City of Clearwater
City of Whiter Haven
City of Sweetwater
City of Homestead
City of Margate
CRIMSON ST6NE,INC.
(800)354-5663
"ULTIMATE SERIES"
Listed below are some Parksand Recreations who are currently using the "ULTIMATE SERIES'
infield and/or warningtrackmaterialintheState of Florida.
City of Altamonte Springs
CityofDeland
City of Kissimmee
City of Lake Mary
City of Clearwater
City of Tampa
City of Dunedin
City of WinterHaven
City of Sweetwater
City of Homestead
City of Margate
Town of Davie
City of North Lauderdale
City of Ft Lauderdale
City of Hollywood
QtyofMiramar
City of Pompano Beach
City of Coral Springs
City of Coconut Creek
City of Weston
City of Boca Raton
City of Wellington
Town of Lantana**1998-1999 STMA MunicipalDiamond of theYearAward
City of Palm Beach Gardens
City of Royal PalmBeach
City of Naples
City of Fort Myers
CityofOcala
City of Tallahassee
City of Jacksonville
City of JacksonvilleBeach
City of Pensacola
Osceola County Parkand Recreation
Lee County ParkandRecreation
Martin County ParkandRecreation
PalmBeach County ParkandRecreation
Broward County Parkand Recreation
Sarasota County ParkandRecreation
Pinellas County ParkandRecreation
Leon County ParkandRecreation
Volusia County ParkandRecreation
Jacksonville Navel Air Station
Lakeshore Athletic Association
Crimson Stone
The South's Source For Stone
Tired of the labor and cost involved in keeping your medians,
walkways,and common areas looking great all the time?Please find
information enclosed on our decorative landscaping stone,and Ultimate
Series walkways.Cities are switching from mulch or pinebark to our
stones,and here are a few reasons:
1)Similar in color to mulch or pinebark,but a solid natural stone.
2)Does not fade,stays beautiful year after year.
3)Does not wash out when properly installed.
4)Does not burn.
5)One time application,never needs replacing.
6)Easy removal of leaves and debris.
7)Costs about twice as much as mulch,but pays for itself in about a year.
Shipped direct from the quarry to your city to keep the cost down.
8)Beautifies streets and landscaped areas,appreciated by residents because
it improves the look of their city.
We have a variety of sizes to meet your needs and preferences.
#19 (1/8")-Ideal for walkways,flower beds
2"deep covers 150 sq ft per ton
#78 (1/4"-1/2")-Ground cover,walkways,*median areas—
2"deep covers 160 sq ft per ton
#5 (1"-2")-Ideal for ground cover,'"median areas
2"deep covers 170 sq ft per ton
#3(3"-4")-Ideal for ground cover and sloped areas -*-
3"deep covers 115 sq ft per ton
Deco-Rap(4"-10")Idealforslopedareas,culverts,drycreekbeds,borders
4"deep covers 90 sq ft per ton
Stacking Stone (Pallets)(10"-20")Great for wails
Boulders (1ft-4ft)Rough or smooth,greataccentto landscaped areas
Crimson or Tan
Ultimate II(Blended 1/8")-Walkways,trails,joggingpaths,warning tracks
compactsstableandfirm(installguideline included)
3"deep covers 90sqft/Ton
Ultimate in (Blended 3/8")-Walkways,trails,jogging paths,driveways
compactsstableandfirm(installguideline included)
3"deep covers 85sqft/Ton
All material is trucked bulk by the ton,with a minimum load of 23 tons.
For more information on our product,brochures,samples,or to
receiveapricelistonour materials delivered toyourareapleasefeelfree
to call me at (800)354-5663.
\Jim Deckard x 1~*''
Crimson Stone Inc.
11/14/200813:27 9544326825 JIM PAGE 63
®18014827202 CRIMSON STONE K01
To whom it may concern,
Crimson Stone,Inc.hasspent years In the research end development ofour
products.Our "Ultimate Series*products are blended and designed onsiteat
our facility tor sale to distributors and the end user.We use exclusive
processing techniques and our own rawmaterialsin the creation of the Ultimate
Series.Therefore Crimson Stone,Inc.is the sole source for the Ultimate Series
products.
Sincerely
SrSoottSeriW*----
Prmirtent SPresident
11/14/2000 13:27 9544326825 JIM PAGE 02
"THE I,T!.T11MnVrw SERIES^*
"CRIMSON STONE,INC.
6510 Keenes Mill Road
Cottondale,Alabama 35453
($00)354-5663 /(205)553-4430
wifv ^»M^MffgyE Material
r.Hr«pn Stone #78
Landscape Stone
MATERIAL REQUIREMENTS
The material shall:
A*have clean,hard,durable particles or fragments of 3/8"-l/2"
natural stone.
B.have abulk dry specific gravity of 2.50 -2.75,abulk gratedspecificgravityof2.50 -2.75 and an apparent speciflc gravity or
2.75 -3.00 as determined byASTMC127.
C.have a resistance to abrasion and Impact grading of C and loss of
40.0orlessasdeterminedbyASTM CI31.
D be a washed material free from clay lumps,organic matter,
excessivesiltand deleterious material.
E.be of sufficient weight as to resist normal winds and normal
rainfall without washing.
F.provide for an all weather surface.
G.allow for percolation after compaction.
H.bea natural substance.
I.be predominantly crimson in color with approximately +/-30%
dark colors.
J.be colorfast.
Tuesday 23 of Nov 1999,City of Homestead ->6691266 Page l of 24
To:Maria
Company:City of South Miami
Department:Parks&Recreation
Fax number :(305)669-1266
Subject:991030-BaseballFieldProducts
Date:11/23/99
Total number of pages :24
From:Lynn Hockmuth
Company:City of Homestead
Department:Purchasing
Fax:
Peryourrequestplease find attachedthe tabulation andbid for theabovereferenced.
INVITATION TO BID
BASEBALL FIELD PRODUCTS
BID #991030 -9/23/99 -FY
BID OPENING:SEPTEMBER 23,1999 /9:00 A.M.
For information contact:
Charles Yannis,Purchasing Manager
City of Homestead-PurchasingDepartment
790 North Homestead Boulevard
Homestead,FL 33030-6299
DATE ISSUED:9/1/99
Tuesday za o±wov laaa,uixy 01 nomes-ceaa -;ooai^oo nagt?o ox <s*
BASEBALL FIELD PRODUCTS
BID #991030 —SEPTEMBER 23,1999
1.0 GENERAL CONDITIONS
1.1 SEALED BIDS:
TheCity of Homestead ("City")willreceive sealed bids for a "BASEBALL FIELD PRODUCTS"
FOR THE CITY OF HOMESTEAD nolaterthan9:00 AM.,THURSDAY,SEPTEMBER 23,1999,
oranytime prior theretoattheCity Clerk.City Hall,790North Homestead Boulevard,Homestead,
Florida 33030-6299.
Original copy of BidFormaswellasanyother pertinent documents mustbe returned inorderforthebid
tobe considered for award.Allbids are subjecttothe conditions specifiedhereonandonthe attached
Special Conditions,Specifications andBid Form.
The completed bidmustbe submitted ina sealed envelope clearly marked withtheBidTitle.Telegraphic
bidswillnotbe accepted.
Bidsreceivedaftertheclosingtimeanddate,forany reason whatsoever,willnotbeconsidered.Any
disputes regarding timelyreceipt of proposals shallbedecidedinthe favor of theCity of Homestead.
1.2 EXECUTION OF BID:
Bidmust contain a manual signature ofan authorized representative inthe space provided ontheBid
Form.Failure to properly signbid shall invalidate same and it shall NOTbe considered for award.All
bidsmustbecompletedinpenandinkor typewritten.No erasures are permitted.Ifa correction is
necessary,drawasingleline through theentered figure andenterthe corrected figureaboveit.
Corrections mustbe initialed bythe person signing thebid.Anyillegible entries,pencilbidsor
corrections not initialed willnotbe tabulated.The original bid conditions and specifications CANNOTbe
changed or altered inany way.Altered bids willnotbe considered.Clarification ofbid submitted shall be
in letter form,signedby bidders and attached tothebid.
1.3 NO BID:
Ifnot submitting abid,respond by returning an original copyofBid Form,marking it"NoBid,"and
explain the reason.Repeated failure tobid without sufficient justification shall be cause for removal ofa
supplier's name from thebid mailing list.NOTE:A bidder,to qualify asa respondent,must submit a"no
bid"andsamemustbereceivednolaterthanthestatedbidopeningdateand hour.
1.4 PRICES QUOTED:
Deduct trade discounts and quote firm net prices.Give bothunit price and extended total,when requested.
Prices must be stated in units of quantity specified inthe bidding specifications.In case of discrepancy in
computing the amount ofthe bid,the UNIT PRICE quoted will govern.All prices must be F.O.B.
destination,freight prepaid (unless otherwise stated in special conditions).Discounts for prompt payment:
Award,if made,willbein accordance withtermsand conditions statedherein.Eachitemmustbebid
separately and no attempt istobe made totie any item or items inwith any other itemor items.Cash or
quantity discounts offered willnotbea consideration in determination of award of bid(s).
1.4.1 TAXES:
TheCityof Homestead isexempt from all Federal Excise and State taxes.The applicable tax exemption
number is show on the Purchase Order.
Tuesday 23 of Nov 1999,City of Homestead ->6691266 Page 4 of 24
1.4.2 MISTAKES:
Bidders areexpectedtoexaminethe specifications,delivery'schedules,bid prices and extensions and all
instructions pertaining tosuppliesand services.Failure todosowillbeatthe bidder's risk.
1.4.3 CONDITIONS AND PACKAGING:
Itis understood and agreed thatanyitemofferedor shipped asa result of thisbidshallbelatestnewand
current modeloffered(most current production modelatthetime of thisbid).All containers shall be
suitable for storage or shipment,andall prices shall include standard commercial packaging.
1.4.4 UNDERWRITERS'LABORATORIES:
Unlessotherwisestipulatedinthebid,all manufactured itemsand fabricated assembliesshallbeULlisted
or re-examination listing where such hasbeen established byUL for the item(s)offeredand furnished.
1.4.5 BIDDER'S CONDITIONS:
TheCity Council reserves therightto accept all,any,or none,of thebidssubmitted,waive irregularities
or technicalities inbidsortorejectallbidsorany part ofanybidtheydeem necessary for thebest interest
of theCity of Homestead,FL.TheCity Council also reserves the right tomake award of thebidonthe
basis of thetotalbid,or groups of items,oronanitem basis,whicheverisinthebest interest of theCity
of Homestead,FL.
Bid prices should be submitted withthe understanding that theCity of Homestead isnot authorized topay
service charges,which maybe imposed duetothe late payment ofan invoice,which has become delinquent
1.5 EQUIVALENTS:
If bidder offers makes of equipment or brands of supplies other than those specified inthe following,he
mustso indicate onhisbid.Specific article(s)of equipment/supplies shallconformin quality,design and
construction withall published claims of the manufacturer.
Brand Names:Catalog numbers,manufacturers'and brand names,whenlisted,are informational guides
astoa standard of acceptable product quality levelonly and should notbe construed asan endorsement or
a product limitation of recognized and legitimate manufacturers.Bidders shall formally substantiate and
verify that product(s)offered conform withor exceed quality as listed inthe specifications.
BiddershallindicateontheBidFormthe manufacturer's nameandnumber if biddingotherthanthe
specified brands,and shall indicate ANY deviation from the specifications as listed.Other than specified
items offered requires complete descriptive technical literature marked to indicate detail(s)conformance
with specifications andMUSTBE INCLUDED WITH THE BID.NOBIDSWILLBE CONSIDERED
WITHOUT THIS DATA.
Lacking any written indication of intent to quote an alternate brand ormodel number,thebidwillbe
considered as abidin complete compliance withthe specifications aslistedonthe attached form.
1.6 AMERICAN MADE:
TheCity Council of Homestead,acting in session on June 20,1983,adopted Resolution No.83-06-21
which states,"ThatitistheintentandpolicyoftheCity Council oftheCity of Homestead,Florida,that
the needs oftheCityof Homestead for supplies,materials and equipment bemet using only those
supplies,materials and equipment manufactured inthe United States of America when same are available
and when the price of same and thebidof same is consistent withthe bidding procedures of theCity Code
of the City of Homestead."
IMJ **W V .a.
1.7 NON-CONFORMANCE TO CONTRACT CONDITIONS:
Items may be tested for compliance with specifications.Items delivered,not conforming to specifications,
may be rejected and returned at vendor's expense.These items and items not delivered as per delivery
date 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 also result in:
A)Vendor'snamebeingremoved from thevendorlist.
B)All departments beingadvisednottodo business with vendor.
1.8 SAMPLES:
Samples of items,when required,must be furnished free of expense and,if not destroyed,will,upon
request,be returned atthe bidder's expense.Bidders willbe responsible for the removal of all samples
furnished within (30)days afterbid opening.All samples willbe disposed of afterthirty(30)days.Each
individual sample mustbe labeled with bidder's name.Failure of bidder to either deliver required samples
orto clearly identify samples maybe reason for rejection of the bid.Unless otherwise indicated,samples
should be delivered tothe Purchasing Department,450S.E.6thAvenue,Homestead,FL,ormailedto790
N.Homestead Boulevard,Homestead,FL 33030-6299.
1.9 DELIVERY:
Unless actual date of deliveryisspecified(or if specifieddeliverycannotbemet),shownumber of days
(in calendar days)required tomakedeliveryafter receipt of purchase order,inspace provided.Delivery
timemaybecomea basis formakingan award.Delivery shall bewithinthe normal working hours ofthe
user,Monday through Friday,excluding holidays.
1.10 INTERPRETATIONS:
Unless otherwise statedinthebid,any questions concerning conditions and specifications shouldbe
submitted in writing tothe Purchasing Manager,790N.Homestead Boulevard,Homestead,FL 33030;
Fax:(305)246-3244.
1.11 AWARDS:
Inthebest interest of theCity of Homestead,theCity Council reserves therightto reject allbidsorany
portion of any bidthey deem necessary for the best interest of the City,to accept any itemor group of
items unless qualified bythe bidder,to acquire additional quantities at prices quoted ontheBid Form
unless additional quantities are not acceptable,in which case theBid Form mustbe noted "BIDIS FOR
SPECIFIED QUANTITYONLY."All awards madeasa result ofthisbid shall conform to applicable
Florida Statutes.
1.12 BID OPENING:
Bids shall be opened and publicly read in the Council Chambers,790 N.Homestead Boulevard,Homestead,
FL33030-6299,onthe date and atthetime specified ontheBid Form.All bids received after that time shall
be returned,unopened.
1.13 INSPECTION,ACCEPTANCE &TITLE:
Inspection and acceptance willbe destination unless otherwise provided.Title to/or risk of loss or damage
to all items shall bethe responsibility ofthe successful bidder until acceptance bythe buyer unless loss or
damage results from negligence bythe buyer.Ifthe materials or services supplied totheCity are found to
be defective ortonot conform to specifications,theCity reserves therightto cancel the order upon
writtennoticetothesellerandreturn product atbidder's expense.
1.14 PAYMENT:
Payment will be made by the City after the items awarded toa vendor have been received,inspected and
found to comply with award specifications,free of damage ordefect and properly invoiced.
r>:t~.~ctj~~^*^.-j -a:A ^omnari
Tuesday23ofNov 1999,City of Homestead ->6691266 Page6of24
1.15 DISPUTES:
Incase of any doubtordifference of opinionastotheitemstobe furnished hereunder,thedecision of the
buyershallbefinalandbindingonboth parties.
1.16 LEGAL REQUIREMENTS:
Federal,state,county and city laws,ordinances,rules and regulations thatinany manner affectthe items
covered herein apply.Lack ofknowledge bythe bidder willinnowaybea cause forrelief from responsibility.
1.17 PATENTS AND ROYALTIES:
The bidder,withoutexception,shallindemnifyandsave harmless theCity of Homestead,Florida andits
employees fromliability of any nature orkind,including costandexpenses for,oronaccountof,any
copyrighted,patented,or unpatented invention,process,or article manufactured orusedinthe performance of
the contract,including itsusebyTheCity of Homestead,Florida.Ifthebidderusesany design,deviceor
materials covered by letters,patent,or copyright,itismutuallyunderstood and agreed,without exception,
thatthebid prices shallincludeall royalties orcosts arising fromtheuse of suchdesign,device,or
materials inanywayinvolvedinthework.
1.18 OSHA:
The bidder warrants thatthe product supplied totheCity ofHomestead,Florida shallconforminall respects
tothe standards set forth inthe Occupational Safety and Health Act of 1970,as amended,andthe failure to
complywiththis condition willbe considered asa breach of contract.Anyfineslevied because of
inadequacies tocomplywiththese requirements shall be borne solelybythebidder responsible for same.
1.19 SPECIAL CONDITIONS:
Anyandall Special Conditions thatmayvary from these General Conditions shallhave precedence.
1.20 ANTI-DISCRIMINATION:
The bidder certifies thathe/sheisin compliance withthe non-discrimination clause contained inSection
202,Executive Order 11246,as amended byExecutive Order 11375,relative to equal employment
opportunity for all persons without regard to race,color,religion,sexor national origin.
1.21 QUALITY:
All materials used for the manufacture or construction ofany supplies,materials or equipment covered bythisbid
shall be new.Theitemsbidmustbenew,the latest model,ofthebest quality,and highest grade workmanship.
1.22 LLABILITY,INSURANCE,LICENSES AND PERMITS:
Where bidders are required to enter orgo onto Cityof Homestead property to deliver materials or perform
workor services asa result of abid award,the successful bidder will assume thefull duty,obligation and
expense of obtaining all necessary licenses,permits and insurance and assure allwork complies withall
applicable Miami-Dade County and City ofHomestead building requirements and the South Florida Building
Code.The bidder shall be liable forany damages or loss tothecity occasioned by negligence of the bidder (or
agent)orany person the bidder has designed inthe completion ofthe contract asa result ofhisorherbid.
1.23 BID BONDS,PERFORMANCE BONDS,CERTIFICATES OF INSURANCE:
BidBonds,when required,shallbe submitted withthebidinthe amount specifiedin Special Conditions.
After acceptance of thebid,theCitywillnotifythe successful biddertosubmita Performance Bondand
Certificate of insurance intheamountspecifiedin Special Conditions.
1.24 DEFAULT:
Intheevent of defaultona contract,thesuccessfulbiddershallpayallattorneys'feesandcourtcosts
incurred incollectingany liquidated damages.
J.\A\S\J Vtt*JT LlW VJ.ilWT JLWVfW |\S*.\*J VJ.11VUIWU VWWU
1.25 CANCELLATION:
In the event any of the provisions of this bid are violated by the contractor,the purchasing Manager shall
give written notice tothe contractor stating the deficiencies and unless deficiencies are corrected within
ten (10)days,recommendation will be made to the City Council for immediate cancellation.The City
Council of Homestead,Florida reserves the right to terminate any contract resulting from this invitation at
any time and for any reason,upon giving thirty (30)days prior written notice to the other party.
1.26 BILLING INSTRUCTIONS:
Invoices,unless otherwise indicated,mustshow purchase order numbers and shall be submitted in
DUPLICATE totheCity of Homestead,790N.Homestead Boulevard,Homestead,FL 33030-6299.
1.27 NOTE TO VENDORS DELIVERING TO WAREHOUSE:
Receiving hours are Monday through Friday,excluding holidays,from 7:30 AM.to 11:30 AM The
warehouseislocatedat450S.E.6Avenue,Homestead,FL
1.28 SUBSTITUTIONS:
TheCity of Homestead,Florida WILLNOT accept substitute shipments of anykind.Bidder(s)is
expectedto furnish thebrandquotedintheirbidonce awarded.Anysubstituteshipmentswillbe returned
atthebidder'sexpense.
1.29 FACILITIES:
TheCity Council reserves therightto conduct sitevisitsto Contractor's business location(s)atanytime
with prior notice and/or may request that Contractor participate inlive presentations.The selection ofa
contractor maybebasedwhollyorinpartuponthe results of sitevisitsorlive presentations.
1.30 BID TABULATIONS:
Bidders desiring acopy of thebid tabulation may request same by enclosing a self-addressed stamped
envelopedwiththebid.
1.31 PROTESTS,APPEALS AND DISPUTES:
A contract maynotbe awarded tothe Bidder,unless prior to award,the proposed award is posted inthe
Purchasing Department 450 S.E.6 Avenue,Homestead,Florida,ten (10)working days prior to the award
bytheCity Council.Protest must be submitted in writing tothe Purchasing Director no later than five (5)
working days prior to award bytheCity Council.Should the matter notbe resolved tothe satisfaction of
the Bidder,the appeal shall be heard bytheCity Council.The Purchasing Director shall act as the City's
representative,inthe issuance and administration of all contracts,and shall issue and receive all
documents,notices,and all correspondence.Any documentation not issued byor received bythe
Purchasing Director shall be null and void.All costs accruing from abidor award challenged as to
quality,etc.(test,etc.)shall be assumed by the challenger.The decision of the City Council shall be final
and conclusive.Their decision shall be binding on all parties concerned,appealable ina court of
competent jurisdiction in Miami-Dade County,and in accordance with laws ofthe State of Florida.
1.32 DISCLAIMER:
The City Council oftheCityof Homestead may,inits sole and absolute discretion,accept or reject,in
whole or in part,for any reason whatsoever any or all Bids;re-advertise this Bid;postpone or cancel at
any time this Bid process;or,waive any formalities of or irregularities inthe bidding process.Bids that
are not submitted ontime and/or donot conform totheCity of Homestead's requirements willnotbe
considered.Afterall bids are analyzed,organization submitting bids that appear,solely inthe opinion of
theCityof Homestead,tobethe most competitive,shall be submitted totheCityof Homestead's City
Council,andthe final selectionwillbemadeshortly thereafter withatimetablesetsolelybytheCity of
Homestead.The selection bytheCity of Homestead shall be based onthe bid,whichis,inthe sole
opinion of the City Council ofthe City of Homestead,in the best interest of the City of Homestead.The
T*h •_i ur\r\t /\^/\r\t*>*\fr\r\
issuance ofthisbid constitutes onlyan invitation tomake presentations totheCityof Homestead.The
city of Homestead reserves therightto determine,atitssole discretion,whetheranyaspect of thebid
satisfies the criteria established inthis Bid.Inall cases theCityof Homestead shall have no liability to
any contractor foranycostsorexpense,incurred inconnectionwiththisbidor otherwise.
1.33 EVIDENCE:
The submission ofaBid shall be prima facie evidence thatthe Contractor is familiar with and agrees to
complywiththe contents of thisBid Project.
1.34 CLARIFICATION AND ADDENDA TO BID SPECIFICATIONS:
Ifany person contemplating submitting aBid under this Solicitation isin doubt as totthetrue meaning of
the specifications orotherBid documents orany part thereof,theBiddermustsubmittotheCity of
Homestead Purchasing Director atleastfifteen(15)calendars days prior to scheduled bid opening,a
request for clarifications.Allsuch requests for clarification mustbemadeinwritingandthe person
submitting therequestwillbe responsible foritstimely delivery.
Any interpretations of theBid,if made,willbemadeonlybyAddendumdulyissuedbytheCity of
Homestead Purchasing Director.TheCityshallissuean Informational Addendum if clarification or
minimal changes are required.Thecity shall issue a formal Addendum if substantialchanges,which
impact the technical submission of Bids,are required.Acopy of such Addendumwillbe mailed to each
Bidder receiving the Solicitation.Intheevent of conflictwiththe original Contract Documents,
Addendumshallgovernallothercontractdocumentstotheextentspecified.Subsequent Addendum shall
govern over prior addendumonlytotheextent specified.
TheBidder shall be required to acknowledge receipt ofthe Formal AddendumbysigningtheAddendum
and including itwiththeBid Proposal.Failure of a bidder to include a signed formal AddenduminitsBid
Proposal shall deemitsBid non-responsive provided,however,that theCitymaywaivethis requirement
initsbest interest.TheCitywillnotbe responsible for any other explanation or interpretation made
verballyorinwritingbyanyothercity representative.
1.35 DEMONSTRATION OF COMPETENCY:
1)Pre-award inspection of the Bidder's facility maybe made prior tothe award of contract.Bidswill
onlybe considered from firms,which are regularly engaged inthe business of providing the goods
and/or servicesasdescribedinthisBid.Biddersmustbeabletodemonstrateagoodrecord of
performance for a reasonable period of time,and have sufficient financial support,equipment and
organization to insure that they can satisfactorily execute the services if awarded a contract under the
terms and conditions herein stated.The terms "equipment and organization"asusedherein shall be
construed tomeana fully equipped and well-established company inlinewiththebest business
practices inthe industry and as determined bytheCityof Homestead.
2)TheCitymay consider any evidence available regarding the financial,technical and other
qualifications and abilities ofa Bidder,including past performance (experience)withtheCityin
makingthe award inthebestinterest of theCity.
3)TheCitymay require Bidders to show proof thatthey have been designated as authorized
representatives of a manufacturer or supplier,which isthe actual source of supply.Inthese instances,
theCitymayalso require material information from the source of supply regarding the quality,
packaging,and characteristics ofthe products tobe supplied totheCity through the designated
representative.Any conflicts between this material information provided bythe source of supply and
the information contained intheBidder's Proposal may render theBid non-responsive.
.1 ii/M-ki «-ii/\r\if>^it\r\
i.\A^O\AOnJf £*\j \jx.nv y luwui vjl wj vo.iiviuwu bwuu
4)TheCitymay,during the period thatthe Contract between theCity and the successful Bidderisin
force,review the successful Bidder's record of performance to insure that the Bidder is continuing to
provide sufficient financial support,equipment and organization as prescribed inthis Solicitation.
Irrespective of theBidder's performance on contracts awarded toitbytheCity,theCitymay place
said contracts on probationary status and implement termination procedures if theCity determines
thatthe successful Bidderno longer possesses the financial support,equipment and organization
whichwouldhavebeen necessary during theBid evaluation period in order tocomplywiththis
demonstration of competency section.
1.36 AWARD OF CONTRACT:
A)The contract willbe awarded tothe lowest responsive,responsible Bidders)whose Bid(s),
conforming tothe Solicitation,ismost advantageous totheCity of Homestead.Thelowest
responsive,responsible Bidders)willbe determined inconjunctionwiththemethod of ward,which
is described intheSpecial Conditions.TieBidswillbedecidedas described inSpecial Conditions.
B)TheCity shall award a contract toaBidder through action takenbytheCity of Homestead City
Councilatadulyauthorizedmeeting.Thisaction shall beadministrativelysupportedbyawritten
award of acceptance (Purchase Order),mailedor otherwise furnished tothe successful Bidder,which
shall constitute abinding contract without further action byeither party.
C)The General Termsand Conditions,the Special Conditions,the Technical Specifications,theBidder's
Proposal and the Purchase Order are collectively an integral part of the contract between theCity of
Homestead and the successful Bidder.
D)WhiletheCity of Homestead City Council may determine to award a contract toa Bidder(s)under
this Solicitation,said award maybe conditional onthe subsequent submission of other documents as
specified inthe Special Conditions.The Bidder shall bein default ofthe contractual obligations ifany
of these documents are not submitted inatimely manner andinthe form required bythe City.Ifthe
Bidder isin default,theCity,through the Purchasing Director,willvoidits acceptance of the Bidder's
offer and may determine to accept the offer from the second lowest responsive,responsible Bidder or
re-solicit Bids.TheCitymay,atitssole option,seek monetary restitution from theBidderasa result
of damages or excess costs sustained and/or may prohibit the Bidder from submitting future Bids for
a period of one year.
E)The Term ofthe Contract shall be stipulated inthe Purchase Order,which is issued tothe successful
Bidders).Wherethereisaconflict between the contractual period stipulated inthe Solicitation and
the contractual period stipulated onthe Purchase Order,the Purchase Order shall prevail.Ifthe
contract involves a single shipment of goods tothe City,the contract term shall be concluded upon
completion of expressed and implied warranty periods.
F)The City reserves the right to exercise the option to renew a term contract of any successful Bidders)
toa subsequent optional period provided that such option is stipulated inthe Special Conditions.If
theCity exercises the right in writing,the bidder shall update and submit any legal documents
required during the initial Solicitation byno later than sixty (60)calendar days prior tothe
commencement ofthe option period.These documents,which are specified inthe Special Conditions
and include,butarenotlimitedto,insurance certificates and performance bonds,mustbein force for
the full period of the option.Ifthe updated documents are not submitted bythe Bidder in complete
form within thetime specified,theCitymay rescind its option,declare the Bidder tobein default of
its contractual obligations and award tothenextlow bidder orseekanewBid Solicitation.TheCity
may,atits sole option,seek monetary restitution from the Bidder as a result of damages or excess cost
sustained and/or may prohibit theBidder from submitting the future Bids for a period of one year.
/-':*..~.rtt «»*^j n:A wviiaia
iucauay £.0 yi nuv loao,oiuy ui nuuioo i.cau -/uuoiiuu r-ctBs?Av vx ^1
G)TheCity reserves therighttoautomaticallyextendthis contract fora maximum periodnottoexceed
ninety(90)calendar days in order to provide City departments with continual service and supplies
while anew contract isbeing solicited,evaluated and/or awarded.Ifthis right is exercised,theCity
shall notifythe Bidder,in writing,of itsintenttoextendthe contract foradefinitive period of time
prior totheeffective date of the extension.Byaffixingits authorized signature tothisBid Form,the
Bidderhereby acknowledges and agrees tothis right.
1.37 ASSIGNMENT:
The contractor shall not assign,transfer,convey,sublet or otherwise dispose of this contract,including
anyorallofits right,titleor interest therein,orhisorits power toexecutesuch contract toany person,
company or corporation without prior written consent oftheCityof Homestead.
1.38 LAWS,PERMITS AND REGULATIONS:
The bidder shall obtain and payforall licenses,permits and inspection fees required for this project;and
shall complywithalllaws,ordinances,regulations and building code requirements applicable tothework
contemplated herein.
1.39 OPTIONAL CONTRACT USAGE:
As provided in Section 287.042 (17),Florida Statutes,other State agencies may purchase from the resulting
contract,provided the Department of Management Services,Division of Purchasing,has certified its use to
becosteffectiveandinthebest interest of the state.Contractors havetheoption of sellingthese
commodities or services certified bythe Division tothe other State agencies atthe agencies option.
1.40 SPOT MARKET PURCHASES:
Itisthe intent oftheCityto purchase the items specifically listed inthisbid from the awarded vendor.
However,itemsthat are tobe"Spot Market Purchased"maybe purchased byother methods,i.e.Federal,
State or local contracts.
1.41 SUNSHINE LAW:
Asa political subdivision,theCityof Homestead is subject tothe Florida Sunshine Act and Public
Records Law.By submitting a Bid,Contractor acknowledges that the materials submitted with theBid
and the results oftheCityof Homestead's evaluation are open to public inspection upon proper request.
Contractor should take special note of this as it relates to proprietary information thatmightbe included
in its Bid.
xucouay £.0 vx nwv xcoo,uiuy v/i tivmco i.t;au —•uuox^.^kj rago xx v/x a.i
BASEBALL FIELD PRODUCTS
BID #991030 —SEPTEMBER 23,1999
2.0 SPECIAL CONDITIONS:
2.1 PURPOSE:
The purpose of this Invitation toBidisto identify and award a source of supply through a single solicitation,
for various baseball field products for various city departments for theCityof Homestead,Florida.
2.2 TERM OF CONTRACT:
Itis requested that bidders quote fixed prices that willbe guaranteed totheCityof Homestead from
October 1,1999 throughSeptember 30,2001.
Orders willbe placed to vendors onan as-needed basis tomeetCity usage requirements.Providing the
successful bidderwill agree tomaintainthesametermsand conditions of thecurrent contract,this
contract couldbeextendedforan additional two(2)years,onayeartoyear basis,if mutually agreed
uponbyboth parties.
Vendors should specifyonthe attached Bid Form,the minimum order quantity and delivery conditions,if
any,oneachitem.
2.3 METHOD OF AWARD:
Award of this contract willbemadetothelowest responsive,responsible bidderwhosebidwillbemost
advantageous totheCity of Homestead.
Each item specified inthisbidcouldbe awarded onan individual basis,soeach price quoted ontheBid Form
mustbe capable of standing alone and notbe dependent on award ofentire contract Bidders should not submit
all-or-nothing bids.
2.4 PAYMENT:
Fullpaymentwillbemadeuponreceiptand acceptance of products ordered.Nodownor partial down
paymentswillbemade.
Allbid prices mustbe F.O.B.destination,freight prepaid Homestead,Florida,withdeliverytothe location
specified atthetime of order.
2.5 DELIVERY TIME:
Vendors shallspecifyonthe attached Bid Form the estimated deliverytime(in calendar days)foreach
item.Thedeliverytimeshouldbeyourbestestimate,as orders willbeplacedbasedonthatinformation.
2.6 ADDITIONS/DELETIONS OF FACILITIES:N/A
2.7 PRICES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT:
Ifthebidderis awarded a contract under thisbid solicitation,the prices quoted bythebidderontheBid
Form shallremainfixedandfirm during theterm of this contract;provided however,thatthebiddermay
offerincentive discounts fromthisfixed price totheCityatanytime during the contractual term.
2.8 PRE-BID CONFERENCE/SITE INSPECTION:N/A
2.9 LNSURANCE:
Bidders mustsubmitwiththeirbid,proofofinsurance meeting or exceeding the following requirements:
rues a ay £\o ui nyv iaaa,uxty ui nuuiob io<tu -/ooox^oo fagc xc ui ct
2.9.1 Workmen's Compensation Insurance —as required by law.
2.9.2Employer'sLiabiUty Insurance —$1,000,000.
2.9.3 Comprehensive General Liability Insurance —This coverage mustbewrittenonthe comprehensive form
of policy.The basic policy form isnot acceptable.The policy must contain minimumlimitsof liability as
follows or $1,000,000 SingleLimit.
Bodily Injury:$1,000,000;
Property Damage:$500,000 each occurrence.
2.9.4 Comprehensive Automobile LiabiUty Insurance —This coverage mustbe written onthe comprehensive
form of policy.The basic form isnot acceptable.The policy must contain minimumlimitsof liabiUty as
followsor$1,000,000SingleLimit.
$1,000,000 each person;
$1,000,000 each occurrence bodily injury;
$500,000 each occurrence property damage;
Thepolicymustprovide coverage forany automobiles.
The successful biddermustsubmit,prior to commencement of anywork,a Certificate of Insurance
showing theCity of Homestead as additional insured.
2.10 INDEMNIFICATION:
The bidder shall agree toindemnifyandsave harmless theCity,itsofficers,agents,andemployees,from
and against anyandall liability,claims,demands,or damages,caused bya negUgent actor omission,
misfeasance,ormalfeasance of the bidder,its agents,servants,oremployees,includingfines,fees,
expenses,penalties,orsuit proceedings,actions and costs of action,and attorney's fees for trial and on
appeal,and anykindand nature arising or growing outofthe actions of thebidder connected withthe
performance of the agreement,whetherbyactor omission of the bidder,its agents,servants,employees
or others;unlesssaidclaimforliabilityis caused bythe negUgence,misfeasance or malfeasance of the
Cityoritsagentsoremployees.
2.11 CONTACT PERSON:
For any additional information regarding the specifications and requirements of thisbid,contact:Brian
O'Connor at:(305)247-1801,ext.148.
2.12 SAMPLES:
The bidder shall provide upon request a complete and accurate sample oftheunitwhichthey propose to
furnish.
2.13 BID CLARIFICATION:
Any questions or clarifications concerning this Invitation toBid shall be submitted in writing bymailor
facsimile tothe Purchasing Department,790North Homestead Boulevard,Homestead,Florida 33030;
fax:(305)246-3244.Thebidtitleandnumbershallbe referenced on aU correspondence.All questions
mustbe received nolaterthanfifteen(15)calendar days prior tothe scheduled bidopening date.All
responses to questions willbesentto aU prospective bidders intheform of an addendum.NO
QUESTIONS WILL BE RECEIVED VERBALLY OR AFTER SAID DEADLINE.
2.14 TIE BIDS:
Please beadvisedthatin accordance with Florida Statutes Section287.087,regarding identicaltiebids,
preference wiU begivento vendors certifying thattheyhave implemented a drug freework place
program.A certification form willbe required atthattime.
x u\/uuu^«*w v -fc.nv *jlwww ,ua vj ««>.*.ttwmww uwiaw
2.15 PUBLIC ENTITY CRIMES (PEC):
A person or affiliate who has been placed on the convicted vendor Ust Mowinga conviction for pubUc entity
crimes maynot submit abidona contract to provide any goods or services toa pubUc entity,maynot submit a
bid ona contract with a pubUc entity for the construction orrepair ofa pubUc building or pubUc work,may not
submit bidson leases or real property to pubUc entity,maynotbe awarded or perform workasa contractor,
suppUer,sub-contractor,or consultant under a contract witha public entity,andmaynot transact business with
any pubUc entity in excess of the threshold amount provided in Sec.287.017 for CATEGORY TWO for a
period of36 months fromthedate ofbeing placed onthe convicted vendor Ust.
2.16 BID/PERFORMANCE BOND:N/A
2.17 SPOT MARKETING PRICING:N/A
2.18 PROPERTY:
Property owned bytheCity of Homestead isthe responsibility of theCity of Homestead.Such property
furnished toa Contractor for repair,modification,study,etc.,shall remainthe property of theCity of
Homestead.Damages tosuch property occurring whileinthe possession of the Contractor shall bethe
responsibility ofthe Contractor.Damages occurring to such property whilein route totheCityof
Homestead shallbetheresponsibility of the Contractor.Intheeventthatsuchpropertyisdestroyedor
declared atotal loss,the Contractor shallbe responsible for replacement value of the property atthe
current marketvalue,less depreciation of the property if any.
2.19 LIQUIDATED DAMAGES:
Vendor shall specifyinthe space provided the guaranteed delivery time.Ifthe successful bidder fails to
deliver within the specified delivery time,itis understood that $25.00 per calendar day peritemwillbe
deducted,as liquidated damages,for each day beyond the specified delivery time.
2.20 DISCOUNTS (Frompublishedpricelists):N/A
2.21 ESTIMATED QUANTTriES:
Quantities stated are for bidders'guidance onlyandno guarantee isgivenorimpliedasto quantities that
willbe used during the contract period.Estimated quantities are based upon previous needs and estimated
usage for a twelve month period.Said estimated quantities may be used bytheCity for the purpose of
evaluating thelowbiddermeeting specifications.
2.22 HOURLY RATE:N/A
2.23 GUARANTEE:
The successful bidder willbe required to guarantee aU items supplied.
2.24 PRODUCT/CATALOG INFORMATION:N/A
2.25 REFERENCES:N/A
2.26 COMPLETE PROJECT REQUIRED:N/A
2.27 FACILITY LOCATION:N/A
2.28 BID SUBMITTAL:N/A
2.29 BIDDER QUALIFICATIONS:N/A
2.30 LATE BIDS:
TheCity of Homesteadcannotberesponsibleforbidsreceivedafteropeningtimeand encourages
earlysubmittal.
2.31 EXCEPTIONS TO SPECIFICATIONS:
Exceptions tothe specifications shaU be Usted ontheBid Form and shall reference the section.Any
exceptions tothe General or Special Conditions shaU be cause forthebidtobe considered non-responsive.
2.32 COMPLETE INFORMATION REQUIRED ON BID FORM:
All bids must be submitted onthe attached Bid formandall blanks filledin.Tobe considered a valid bid,
theORIGINAL AND THREECOPIES of the Invitation toBidandBidFormpagesmustbe returned,
property completed,inasealedenvelopeas outlined inthe first paragraph of General Conditions.
2.33 MAINTENANCE AGREEMENT:N/A
2.34 EQUAL PRODUCT:
Manufacturer's name,brand nameandmodel number are used inthese specifications forthe purpose of
establishing minimum requirement of level of quality,standards of performance and design required and is
noway intended to prohibit thebidding of other manufacturer's items of equal material,unless otherwise
indicated.Equal (substitution)maybebid,provided product sobidis found tobeequalin quality,standards
of performance,design,etc.toitem specified,unless otherwise indicated.Whereequalis proposed,bid
must beaccompaniedby complete factory information sheets(specifications,brochures,etc.)andtest
results of unitbidasequal.
2.35 TERMINATION FOR DEFAULT:
If Contractor defaults inits performance underthis Contract and does notcurethe default within30days
afterwrittennotice of default,theCity Manager may terminate this Contract,inwholeorin part,upon
writtennoticewithoutpenaltytotheCity of Homestead.Insucheventthe Contractor shallbeliablefor
damages including the excess costof procuring similar supplies or services:provided that i±*(1)itis
determined for any reason thatthe Contractor wasnotin default or(2)the Contractor's failure to perform
is without hisorhis subcontractor's control,fault or negligence,the termination willbe deemed tobea
termination fortheconvenience of theCity of HomesteadunderSection2.36.
2.36 TERMINATION FOR CONVENIENCE:
TheCity Manager may terminate this Contract,in whole orin part,upon 30 days prior written notice
whenitisinthebest interests of theCity of Homestead.Ifthis Contract isfor supplies,products,
equipment,or software,andso terminated for the convenience bytheCity of Homestead the Contractor
willbe compensated in accordance withan agreed upon adjustment ofcost.Totheextentthatthis
Contract is for services andso terminated,theCity of Homestead shall be liable onlyfor payment in
accordance withthe payment provisions of the Contract for those services rendered prior to termination.
2.37 ASSIGNMENT:
Contractor agrees notto enter into subcontracts,or assign,transfer,convey,sublet,or otherwise dispose ofthis
Contract,oranyor aU ofits right,titleor interest herein,without Cityof Homestead's prior written consent
2.38 CONFIDENTIALITY:
Asa political subdivision,theCityof Homestead is subject tothe Florida Sunshine Actand PubUc
Records Law.Ifthis Contract contains a confidentiality provision,itshallhaveno application when
disclosure is required by Florida laworupon court order.
Citv of Homestead —Bid #991030 —9/23/99 13
Tuesday Z3 OI NOV l»»a,uity ox nuincs ucau -/oooitou iraa*,j.*,vx
2.39 GOVERNING LAW AND VENUE:
The validity and effect of this Contract shall be governed bythe laws of the State of Florida.The parties
agree that any action,mediation or arbitration arising outof this Contract shall take place in Miami-Dade
County,Florida.
2.40 ATTORNEY'S FEES:
In connection withany Utigation,mediation and arbitration arising outofthis Contract,the prevailing
party shall be entitled to recover its costs and reasonable attorney's fees through and including appeUate
litigation and any post-judgment proceedings.
2.41 NO PARTNERSHIP OR JOINT VENTURE:
Nothing contained inthis Contract willbe deemed or construed to create a partnership orjoint venture
between theCityof Homestead and Contractor,orto create any other relationship between the parties.
2.42 PARTIAL INVALIDITY:
If any provision of this Contract or the application thereof to any person or circumstance shall to any
extentbeheld invalid,thenthe remainder of this Contract orthe application of such provision to persons
or circumstances otherthanthoseastowhichitisheldinvalid shaU notbeaffected thereby,andeach
provision of this Contract shall be vaUd and enforced to the fullest extent permitted by law.
2.43 PROVISIONS BINDING:
Except as otherwise expressly provided in this Contract,aU covenants,conditions and provisions of this
Contract shall be binding upon and shall inure to the benefit of the parties hereto and their respective
heirs,legal representatives,successors and assigns.
2.44 HEADINGS AND TERMS:
The headings to the various paragraphs of this Contract have been inserted for convenient reference only
and shall not in any manner be construed as modifying,amending or affecting in any way the expressed
terms and provisions hereof.
2.45 ENTIRE AGREEMENT:
The contract consists of this Cityof Homestead Bid and specifically this Section A,Contractor's Response
and any written agreement entered into by the City of Homestead and Contractor,and represents the entire
understanding and agreement between the parties with respect to the subject matter hereof and supersedes
all other negotiations,understanding and representations,if any,made by and between the parties.To the
extent that the agreement conflicts with,modifies,alters or changes any of the terms and conditions
contained intheBid and/or Response,then the Bid and then the Response shall control.This Contract may
be modified only bya written agreement signed by the City of Homestead and Contractor.
2.46 YEAR 2000 COMPLIANCE:
All contractors will guarantee products or services provided wiU be compliant with year 2000
requirements for the City of Homestead with guarantees for the organization as follows:
(a)The organization,feciUties and assets in question are designed tobe used prior to,during,and after
the calendar Year 2000 AD,and wiU operated ruing each such time period without error relating to
date and time data,specifically including any error relating to,or the product of,date and time data
that represents or references different centuries or more than one century,including but not limited to
thetransitionfromtheyear1999to2000.
(b)The organization,taciUties and assets in question will function without error or interruption and wiU
not abnormally terminate,required to be terminated or provide incorrect results from time and date
BASEBALL FIELD PRODUCTS
BID #991030 —SEPTEMBER 23,1999
3.0 MINIMUM SPECIFICATIONS:
3.1 The following items willbe used bythe Homestead Sports Complex and the Parks &Recreation
Department through the fiscal yearand are specified as follows:
Item#1—Infield Mix,20%clay,80%sand
This product istobeusedon skinned areas of baseball and softbali diamonds.It shall be free from large
pebbles or rocks and coarse materials.It shall have high moisture retention without balUng and tackiness.
It shall havehighwater permeability anda resistance to drying and caking.Clay-type material tobe
delivered in bulk.
Item#2—Mound Mix,60%clay,40%sand
This product istobeusedon pitching mounds on baseball fields.It shall be free from any pebbles or
rocks and coarse materials.It shall havehigh moister retention and highwater permeability.It shall be
resistant to drying and caking.Clay-type material tobe deUvered inbulk.
Item#3—SizeA Brick Nuggets
Thisisa fired clay product whichis clean and constant.Nuggets are usedfor warning tracks on baseball
field and deUvered in bulk.
Item #4—Trap Sand#1
This product istobeused for top dressing onthe baseball fields.It shall be delivered inbulk.
Item#5—Turface,Regular or Pro's Choice
This product istobeusedoninfield surfaces.Itis also used asa drying agent on puddles andwet areas of
theinfield.Tobedeliveredin50lb.bags.
Soil Master improves soil structure and controls excess water.
Rapid Dry absorbs standing water and stabilizes muddy areas.
Item #6—Athletic Field Marking Chalk
This product istobeusedtomarkor Une skinned areas of baseball and softbali fields.
Item#7—Athletic Field Marking Paint
This product istobe used tomark grass foul lines of baseball and softbali fields.Itmustnot damage the
grass orleaveany deposits on grass.The paint shall be bright and clear.
Item#8—Infield Mix,30%clay,70%sand
This product istobeusedonskinned areas of baseball andsoftbali diamonds.Itshallbe free from large
pebbles orrocksand coarse materials.Itshallhavehigh moisture retention without balling and tackiness.
It shall havehighwater permeability anda resistance to drying and caking.Clay-type material tobe
delivered in bulk.
T.itv nf Wnmestaad —RiH #991030 —9/23/99 16
Tuesday Z3 o±wov iab«,uiry o±nomesxeaa ->dd»i^dd fagt?xo oi zs
data,specifically including date and time data that represents or references different centuries or more
than one century,including butno limited tothe transition from the year 1999 to 2000.
(c)The Organization,faciUties and assets in question have been designed to ensure year 2000 compatibility,
which shall include data,century recognition,including leap year recognition,calculations that
accommodate the same century (e.g.,two digit year fields)and multi-century (e.g.four digit year
fields),formulas and date values,including butnot Umited tothe calculations relating tothe transition
from theyear 1999 to2000,andthe date and data interface values thatreflectthe century.
Deliver bid to:
CITY OF HOMESTEAD
Purchasing Department
790 N.Homestead Boulevard
Homestead,FL 33030-6299
BID FORM
Page 1 of 2
Baseball Field Products
Bid #991030
Tobe opened and pubUcly read,THURSDAY,SEPTEMBER 23,1999 at9:00a.m.inCouncil Chambers
VENDOR NAME
VENDOR MAILING ADDRESS:
CITY.STATE ANDZIPCODE
BID CONTACT PERSON (PLEASEPRINT CLEARLY)
Certified or Cashier's Check is attached,
when required,in the amount of:$^
Item #/Description
Item#1—Infield Mix,20%clay,80%sand
Minimum OrderQuantity:
Estimatedtimefordeliveryafterreceiptoforder:
Item#2—Mound Mix,60%clay,40%sand
MinimumOrderQuantity:
Estimatedtimefordeliveryafterreceiptoforder:
Item#3 —SizeA Brick Nuggets
MinimumOrderQuantity:
Estimatedtimefordeliveryafterreceiptoforder:
Item#4 —Trap Sand
MinimumOrderQuantity:
Estimatedtimefordeliveryafterreceiptoforder:
Item#5—Turface Regular or Pro's Choice
Turface
Soil Master
RapidDry
MinimumOrderQuantity:
Estimated timefordeliveryafterreceiptof order:
Item #6—Athletic Field Marking Chalk
MinimumOrderQuantity:
Estimated timefordeliveryafterreceiptof order:
Item#7—Athletic Field Marking Paint
MinimumOrderQuantity:
Estimated timefordeliveryafterreceiptof order:
Continued
/-I-..fTT »..J t-»:j iiAAiA^ft rn****inr\
PHONE NUMBER
i L_
FAX NUMBER
i I
TOLL FREE NUMBER
800-
F.E.I.D.NUMBER
Terms:Bidder see Paragraph 1.4
Estimated Usage
200 tons
50 tons
100 tons
200 tons
800bags
1200bags
500gal.$.
Unit Price
/ton
/ton
/ton
/ton
./bag
/bag
./bag
/bag
./gal.
Item #/Description
Item#8—Infield Mix,30%clay,70%sand
Minimum Order Quantity:
Estimated timefordeliveryafterreceiptof order:
Estimated Usage
100 tons $
Unit Price
/ton
THE FOLLOWING ARE REQUIREMENTS OF THIS BID,AS INDICATED BELOW:
Attended pre-bid/site inspection ..See Sec.2.8
Bid Bond See Sec.2.16
BidForm completed and executed in
accordance with General and Special
Conditions and Minimum
Specifications See Sec.2.31
Bidder Qualifications See Sec.2.29
Copies ofBid See Sec.2.32
Insurance See Sec.2.9
Licenses See Sec.1.22
Product /Catalog Information ...See Sec.2.24
References See Sec.2.25
Samples See Sec.2.12
Warranty Information See Sec.2.23
Exceptions—Reference Section:(Ifnoneare stated inthisbid,itshallbe construed by the Cityof
Homestead thatyourbidfully complies withall terms,conditionsand specifications.)
**NOTE:Attachment of quotations willnotbe construed asan exception.
Please enclose a copy ofyour business license withyoursubmittal.
Addendum Received:##
/certifythatthis bid is made without priorunderstanding,agreement or connection withany
corporation,firm,or person submitting a bid forthe same materials,supplies,or equipment,
andisinall respects fair and withoutcollusionor fraud.I agreeto abide by all conditions of this
bid and certify that I am authorized to sign this bid for the bidder.
Authorized Signature (Manual)AuthorizedSignatureandTitle(Typed/Printed)Date
Pitu nf Wnm*ct*aH _Rid #QQ1 IYW —Q/9VQQ 18
SWORN STATEMENT PURSUANT TO SECTION 287.133 (3)(a),
FLORIDA STATUTES.ON PUBLIC ENTITY CRIMES
TfflS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OFA NOTARY PUBLIC OR
OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS.
1.Thissworn statement is submitted tothe CITY OF HOMESTEAD,FLORIDA
by:
(print individuals name and title)
for:
(print name ofentity submitting sworn statement)
whose business address is:
and (if applicable)its Federal Employer Identification Number (FEIN)is:.
(IftheentityhasnoFEIN,includethe Social SecurityNumber of theindividualsigningthissworn statement:
2.I understand that a"publicentitycrime"as defined in Paragraph 287.133(1 )(g),Florida Statutes,means a
violation of any state or federal lawbya person with respect to and directly related tothe transaction of
business withanypublicentityorwithanagencyor political subdivision of anyotherstateor of the United
States,including butnotlimitedto,anybidor contract for goods or services tobe provided toanypublic
entityoranagencyor political subdivision of anyotherstateor of the Lfaited Statesandinvolving antitrust,
fraud,theft bribery,collusion,racketeering,conspiracy,or material misrepresentations.
3.I understand that"convicted"or"conviction"asdefinedin Paragraph 287.133(l)(b),Florida Statutes,means
a finding of guiltora conviction of a public entity crime,withorwithoutan adjudication of guilt,inany
federal or state trial court of record relating to charges brought byindictmentor information afterJuly1,
1989,asa result of ajuryverdict,non-jury trial,orentry of a plea of guiltyornolo contendere.
4.I understand thatan"affiliate"asdefinedin Paragraph 287.133(l)(a),Florida Statutes,means:
1.A predecessor or successor of a person convicted of apublicentitycrime;or
2.Anentity under the control of any natural person whois active inthe management of theentity and who
hasbeenconvicted of apublicentitycrime.Theterm"affiliate"includesthoseofficers,directors,
executives,partners,shareholders,employees,members,and agents whoare active inthe management of
an affiliate.The ownership byone person of shares constituting a controlling interest in another person,or
a pooling of equipmentorincome among persons whennot tor fair marketvalueunderan arm's length
agreement,shallbeaprimafaciecasethatone person controls another person.A person whoknowingly
enters intoajointventurewitha person whohasbeenconvicted of apublicentitycrimein Florida during
the preceding 36monthsshallbeconsideredanaffiliate.
5.I understand thata "person"as defined in Paragraph 287.133(l)(e),Florida Statutes,means any natural person
orentity organized underthelaws of anystateor of the United States withthe legal powertoenterintoa
binding contract and whichbidsor applies tobidon contracts for the provision of goods or services letbya
public entity,orwhich otherwise transacts or applies to transact business withapublicentity.Theterm
"person"includesthoseofficers,directors,executives,partners.Shareholders,employees,members,and
agents whoareactivein management of anentity.
riUr nf Wr»mPC«v»aH Rirl &Q01 fttft Qm/QQ 1 O
6.Based on information and belief,the statement whichIhave marked belowistruein relations totheentity
submitting thisswornstatement.(Indicate which statement applies).
Q Neither the entity submitting this sworn statement,nor any of its officers,directors,executives,partners,
shareholders,employees,members,or agents who are active inthe management of theentity,nor any
affiliate of theentityhasbeen charged withad convicted ofa public entity crime subsequent to July 1,
1989.
Q The entity submitting this sworn statement,or one or more of its officers,directors,executives,partners,
shareholders,employees,members,or agents who are active inthe management oftheentity,oran
affiliate oftheentityhasbeen charged with and convicted ofa public entitycrime subsequent to July 1,
1989.
Q The entity submitting this sworn statement,or one or more of its officers,directors,executives,partners,
shareholders,employees,members,or agents who are active inthe management oftheentity,oran
affiliate oftheentity has been charged with and convicted ofa public entity crime subsequent to July 1,
1989.However,there hasbeena subsequent proceeding before a Hearing Officer of the State of Florida,
Division of Administrative Hearings andthe final Order entered bythe Hearing Officer determined thatit
was notinthe public interest to place the entity submitting this sworn statement onthe convicted vendor
list (attach acopy of the final order).
I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE
PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND
THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH ITIS
FILED.IALSO UNDERSTAND THAT I AM REQUIREDTOINFORMTHEPUBLIC ENTITY PRIORTO
ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION
287.017,FLORIDA STATUTESFORCATEGORYTWO OF ANY CHANGEINTHE INFORMATION
CONTAINED IN THIS FORM
Signature
Sworn toand subscribed beforemethisday of ,19
Personally known „__
OR
Produced identification Notary Public -State of
My commission expires:
Type of identification
Printed,typed or stamped commissioned name of notary public
Form PUR-7068 (Rev.3/3/99)
Citv of Homestead—Bid #991030 —9/23/99 20
Tuesday Z3 o±Nov iyyy,uity o±nomesteaa ->oo»x^oo fagc £.£.ui ^i
AMERICANS WITH DISABILITIES ACT (ADA)
DISABILITY NONDISCRIMINATION STATEMENT
THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR
OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS.
Thissworn statement is submitted to the CITY OF HOMESTEAD,FLORIDA
by:
(print individual's name andtitle)
for:
(print name ofentity submitting sworn statement)
whosebusinessaddressis:
and (if applicable)its Federal Employer Identification Number (FEIN)is:
(If the entity has no FEIN,include the Social Security Number ofthe individual signing this sworn statement:
-0
i beingdulyfirstswornstate:
That the above named firm,corporation or organization isin compliance with and agreed to continue to comply
with,and assure that any subcontractor,or third party contractor under this project complies with all applicable
requirements of the laws listed below including,but not limited to,those provisions pertaining to employment,
provision of programs and services,transportation,communications,access to facilities,renovations,and new
construction.
The American with DisabiUties Actof1990 (ADA),Pub.L.101-336,104 Stat 327,42 USC 1210112213 and47USC
Sections 225 and 661 including Title I,Employment;Tide n,Public Services;Title HI,Public Accommodations and
Services Operated byPrivate entities;Title IV,Telecommunications;and Tide V,Miscellaneous Provisions.
The Florida Americans with Disabilities AccessibiUty Implementation Act of 1993,Section 553.501-553.513,Florida
Statutes:
The RehabiUtation Actof 1973,229 USCSection794;
TheFederalTransit Act,asamended49USCSection1612;
TheFairHousing Actas amended 42USC Section 3601-3631.
Signature
Sworntoandsubscribedbeforemethisdayof ,19
Personallyknown
OR
Produced identification Notary Public -State of
My commission expires:
Type ofidentification
Printed typed orstamped commissioned name of notary public
Bidder's
Company
Name
Item 1
Infield
Mix
20/80
per ton
Item 2
Mound
Mix
per ton
Item 3
Size A
Brick
Nuggets
per ton
Item 4
Trap
Sand
per ton
Item 5
Turface Regular or Pro's Choice
Item 6
Athletic
Field
Marking
Chalk
per bag
Item 7
Athletic
Field
Marking
Paint
pergal.
Item 8
Infield
Mix
30/70
per ton
Turface
per bag
Soil Master
perbag
Rapid Dry
per bag
Florida Silica Sand Co.,
Inc.
$17.20 $350.00 $89.00 $16.50 $5.85 $5.85 $5.46 $17.50 $17.20
PartacPeatCorporation 79.95 89.95 99.95 $5.45 5.70 6.45 3.09 8.95 84.95
I Soil Tech Distributors,
Inc.
17.00 14.00 19.00
Tower Paint
Manufacturing
i
i
i
5.79
*AIIBiddershave minimum order requirements listedwiththeexception of BigGreenLandscaping.Pleaserefertoresponses.
Charles Yamiis
Purchasing Manager
CITY OF HOMESTEAD
BASEBALL FIELD PRODUCTS
BID #991030 -9/23/99 -FY
TABULATION*
Bidder's
Company
Name
Item 1
Infield
Mix
20/80
per ton
Item 2
Mound
Mix
per ton
Item 3
Size A
Brick
Nuggets
per ton
Item 4
Trap
Sand
per ton
Item 5
Turface Regular or Pro's Choice
Item 6
Athletic
Field
Marking
Chalk
per bag
Item 7
Athletic
Field
Marking
Paint
pergal.
Item 8
Infield
Mix
30/70
per ton
Turface
per bag
Soil Master
per bag
Rapid Dry
per bag
Atlantic FEC Fertilizer
&Chemical Company
$7.00 $7.50 $7.75
1
BigGreen Landscaping
Services
(nomm.req.shown)
$35.00 $540.00 $150.00 $32.00 15.00 12.00 12.00 $8.75 $7.75 $35.00
Caribbean Paint Co.,Inc.3.42 3.79 j
Crimson Stone,Inc.139.95 69.95 84.95
Crossco Lanco 9.00
Florida Potting Soil
i
18.60 20.80
i
17.71
*AI1 BiddershaveminimumorderrequirementslistedwiththeexceptionofBigGreen Landscaping.Please referto responses.