<<

CITY OF BIRMINGHAM-PURCHASING DIVISION P-100 CITY HALL 710 NORTH 20TH STREET BIRMINGHAM, AL 35203-2227 OFFICE: (205) 254-2265/FAX: (205) 254-2484

AISHA JOHNSON, SENIOR BUYER JANUARY 19, 2021 EDWARD A. WILLIAMS, ASST. PURCHASING AGENT ITB: 21-24 TO: Prospective Bidders INVITATION TO BID NUMBER: Bid #21-24 (A complete copy can be downloaded at www.birminghamal.gov) SEPARATE SEALED BIDS FOR: PESTICIDES, FERTILIZERS & SOIL AMENDMENTS Aisha Johnson, Senior Buyer INVITATION TO BID RESPONSES Purchasing Division WILL BE RECEIVED BY: 710 North 20th Street, P-100 City Hall Birmingham, AL 35203-2227 ***IMPORTANT SOLICITATION DATES*** BID DUE DATE: BID OPENING DATE: February 9, 2021 by 5:00 PM February 10, 2021 at 11:00 AM (Central Standard Time) (Central Standard Time) Bidders wishing to bid can download the complete solicitation including the specifications and bid forms via the internet at www.birminghamal.gov (go to link titled Employment & Bidding, then click on Bidding Opportunities), or by visiting the Purchasing Office at the address shown above, or by calling (205) 254-2265 and requesting a copy be mailed to you.

BID OPENING WILL BE HELD AT: Purchasing Division P-100 City Hall 710 North 20th Street Birmingham, AL 35203-2227

TELEPHONE INQUIRIES – NOT ACCEPTED Telephone inquiries with questions regarding clarification of any and all specifications of the ITB will not be accepted. All questions must be e-mailed to Aisha Johnson at [email protected].

Submissions may be withdrawn, modified, and resubmitted prior to the formal bid opening due date. Any submission modification(s) submitted after the “Bid Due Date” may not be considered.

The City of Birmingham reserves the right to accept or reject any or all bids, or any part of any bid, and to waive any informalities or irregularities in the bid. The City of Birmingham may award contract in whole or in part based on the needs of the City of Birmingham.

All costs incurred by the company to respond to this solicitation will be wholly the responsibility of the Bidder. All copies and contents of the bid, attachments, and explanations thereto submitted in response to this ITB, except copyrighted material, shall become the property of the City of Birmingham regardless of the bidder selected. Response to this solicitation does not constitute an agreement between the Bidder and the City of Birmingham.

The City of Birmingham is not responsible for delays occasioned by the U.S. Postal Service, the internal mail delivery system of the City of Birmingham or any other means of delivery employed by the bidder. Similarly, the City of Birmingham is not responsible for, and will not open, any bid responses which are received later than the date and time indicated above. Late bid responses will be retained in the bid file, unopened.

RELEASED BY:

______aj B.N. 01/27/21

1 CITY OF BIRMINGHAM-PURCHASING DIVISION P-100 CITY HALL 710 NORTH 20TH STREET BIRMINGHAM, AL 35203-2227 OFFICE: (205) 254-2265/FAX: (205) 254-2484

AISHA JOHNSON, SENIOR BUYER JANUARY 19, 2021 EDWARD A. WILLIAMS, ASST. PURCHASING AGENT ITB: 21-24

INVITATION TO BID

Sealed bids marked “Pesticides, Fertilizers & Soil Amendments”, will be received by the Purchasing Agent, P-100 First Floor City Hall, 710 North 20th Street, Birmingham, Alabama 35203.

Bids will be accepted until 5:00 P.M. central time (standard or daylight savings time, as applicable) on Tuesday, February 9, 2021. Bids submitted after these dates and times will not be considered.

Bids will be publicly opened at 11:00 A.M. on Wednesday, February 10, 2021.

The City is not responsible for delays occasioned by the U.S. Postal Service, the internal mail delivery system of the City, or any other means of delivery employed by the Bidder. Similarly, the City is not responsible for, and will not open, any bid/proposal responses, which are received later than the date and time, indicated above. Late bids/proposals will be retained in the bid/proposal file, unopened.

TERM OF CONTRACT Any contract resulting from this ITB will become effective upon bid award. Per Section 3-3-7(7) of the Birmingham City Code and State Bid Law, the proposed contract shall be in effect for a minimum of one (1) year guaranteed with the option of renewal for two (2) additional one-year terms, contingent upon Council approval. The life of this contract shall exist with the approval of both parties with the provision that no price increase in the original bid prices shall be allowed.

ADDENDA Any addenda will be available on the internet. Bidder is responsible for checking the website for addenda until the bid opening date. Addenda will be mailed to only those vendors who were provided a copy in person or by mail.

CERTIFIED CHECK/BID BOND/CASHIER’S CHECK It is required for any contract exceeding $10,000.00 that the bidder submits with his bid a certified check, a cashier’s check, or a bid bond payable to the City of Birmingham. In order for any bid award to be considered that exceeds $10,000.00, your bid must be accompanied by an acceptable bid bond or check in the amount of $500.00. Bid bond checks will be returned to all unsuccessful bidders after the formal award is made and to the successful bidder after acceptance of award. Should the successful bidder fail to accept the award, the bid bond check shall be forfeited.

The City follows a policy of nondiscrimination. No contractor with the City should discriminate on the basis of race, sex, religion or national origin. Failure by the Vendor to carry out these requirements is a material breach of its obligations, which may result in its termination or such other remedy as the City deems appropriate.

No bid may be withdrawn for a period of sixty (60) days after the date of the bid opening.

All bids are to be submitted on the bid form provided and are to be F.O.B. delivered, City of Birmingham, Birmingham, AL 35203.

The City reserves the right to reject any or all bids submitted, in whole or part, and to waive any informalities.

Bids must be submitted in a sealed envelope marked “ITB: 21-24 - Pesticides, Fertilizers & Soil Amendments, 5:00 P.M., 02/09/2021.” Bids may be hand delivered to Purchasing, Room P-100 First Floor, City Hall, Birmingham, Alabama or mailed to City of Birmingham, 710 North 20th Street, Birmingham, AL 35203. Bids mailed in (i.e. USPS, Federal Express, UPS, Airborne, etc.) must specify delivery to Room P-100, 1st Floor-City Hall.

______Edward A. Williams, Assistant Purchasing Agent aj B.N. 01/27/21

2 CITY OF BIRMINGHAM-PURCHASING DIVISION P-100 CITY HALL 710 NORTH 20TH STREET BIRMINGHAM, AL 35203-2227 OFFICE: (205) 254-2265/FAX: (205) 254-2484

AISHA JOHNSON, SENIOR BUYER JANUARY 19, 2021 EDWARD A. WILLIAMS, ASST. PURCHASING AGENT ITB: 21-24

INVITATION TO BID

GENERAL The City of Birmingham is seeking bids for a pesticides, fertilizers, and soil amendments. The basis of the bid shall consist primarily of any and all pesticides and fertilizers used by the City. The City intends to award to the lowest priced, responsive, responsible bidder(s) on an individual line item basis. For the purchase of personal property, the City’s policy is to apply a local preference option, as allowed by State of Alabama Code, Section 41-16-50, in determining the low bidder.

Bidders are required to provide an original and two (2) copies of their bid.

In an effort to minimize the spread of COVID‐19, all participants, attending bid openings, are REQUIRED to wear a face covering and practice social distancing.

CANCELLATION The City reserves the right to cancel the contract, in whole or part, and seek new bids at any time the City determines that the services, item(s) and/or product lines(s) being supplied is/are failing to perform satisfactorily or any bid that imposes a service fee or any other type of fee.

AWARD The contract shall become effective from the date noted in the Notification of Award letter which will be mailed to the successful bidder. Items will be awarded as an individual line item. The award of any item specified with options will be made based on the base bid or alternate bid or any combination of the two. All items are to be new and unused.

PURCHASE ORDERS The City will issue purchase order(s) to the successful bidder for the goods and/or services (bid items) that are the subject of the bid. Unless otherwise agreed in a writing that is signed by both parties, the entire agreement between the City and the successful bidder concerning the bid items is comprised of the terms, conditions, specifications and requirements stated in (a) the contemplated purchase order(s), (b) this Invitation to Bid and Specifications and (c) your bid (collectively, the “Contract Requirements”). These writings supersede all former proposals, offers, negotiations, representations or agreements, either written or oral, concerning the provision of vendor’s goods and/or services. By acceptance of the City’s purchase order(s), the successful vendor agrees to abide by and perform its responsibilities related to the bid items in compliance with the Contract Requirements.

Successful bidder shall not assign this contract to any other party without prior written approval of the City of Birmingham. Contract shall not be assigned to an unsuccessful bidder who was rejected because he was not a responsive or responsible bidder.

TERMINATION OF CONTRACT Failure to adhere to any or all terms, conditions and specifications as set forth in the contract may result in the immediate termination of the contract. Should termination occur, the holder of the contract may be declared a “non-responsible vendor”. This declaration may result in the rejection of any future bids submitted by the vendor for a period of time to be determined by the City.

WARRANTY Chemical/Products furnished shall carry the standard warranty offered to the general public. PLEASE ATTACH A COPY OF YOUR WARRANTY AS PART OF YOUR BID SUBMISSION.

3 CITY OF BIRMINGHAM-PURCHASING DIVISION P-100 CITY HALL 710 NORTH 20TH STREET BIRMINGHAM, AL 35203-2227 OFFICE: (205) 254-2265/FAX: (205) 254-2484

AISHA JOHNSON, SENIOR BUYER JANUARY 19, 2021 EDWARD A. WILLIAMS, ASST. PURCHASING AGENT ITB: 21-24

INVITATION TO BID

CERTIFIED CHECK/BID BOND/CASHIER’S CHECK Each bidder is to extend prices and provide a total for the bid being submitted. In order for any bid award to be considered that exceeds $10,000.00 your bid must have been accompanied by an acceptable bid bond, certified check or cashier’s check in the amount of $500.00. Bid bond checks will be returned to all unsuccessful bidders after the formal award is made and to the successful bidder after acceptance of award. Should the successful bidder fail to accept the award, the bid bond check shall be forfeited. Contract award to purchase the materials covered in this bid document shall be construed under and governed by the laws of the State of Alabama and each party hereto irrevocably agrees to be subject to the jurisdictions of the courts of the State of Alabama.

The City’s standard payment term is Net-30 Days from acceptance. Exception may be allowed for discounted early payment, such as 2%-10, Net-30 Days. The reference date for all such discounted early payment terms will be the date the invoice is received or the date the goods are received, whichever is later. In the event of a dispute the City’s records shall prevail. The City will not consider any bids requiring C.O.D. payments.

NON-COLLUSION Contractor covenants and declares that it has not employed any person to solicit or procure this Agreement and that Contractor has not made, and will not make, any payment of any compensation for the procurement of this Agreement. The covenant contained herein shall survive the expiration or earlier termination of this Agreement.

PRICES Include transportation (including fuel surcharge, if applicable).

QUANTITIES The quantities shown on the bid form are estimated initial purchase quantities only. Merchandise shall be ordered as requirements dictate. The City reserves the right to purchase more or less than this quantity as conditions require, and no bidder shall attempt to hold the quantities shown as a firm quantity under this contract.

PRE-PAYMENTS No prepayments of any kind will be made prior to shipment.

TAX The City of Birmingham is exempt from all Federal Tax, and sales and use tax, except Alabama tax on oils, lubricants and fuels specifically bought for over-the-road transportation use.

ADDITIONAL PURCHASES The City has attempted to list all items for “Pesticides, Fertilizers & Soil Amendments” required during the term of the contract, if mutually agreed upon, additional contracts may be executed, based upon this bid for the same item(s) or related types.

REDUCTION IN COST Bidder agrees that the City of Birmingham will be charged no more for item(s) bid than the State of Alabama, and that in the event of a price reduction; the City will receive the benefit of such reduction on any undelivered portion of contract.

Successful bidder acknowledges and agrees that the City has the right to deduct from total amount of consideration to be paid, if any, to the successful bidder under this agreement all unpaid, delinquent, or overdue license fees, taxes, fines, penalties, and other amounts due the City from the successful bidder.

4 CITY OF BIRMINGHAM-PURCHASING DIVISION P-100 CITY HALL 710 NORTH 20TH STREET BIRMINGHAM, AL 35203-2227 OFFICE: (205) 254-2265/FAX: (205) 254-2484

AISHA JOHNSON, SENIOR BUYER JANUARY 19, 2021 EDWARD A. WILLIAMS, ASST. PURCHASING AGENT ITB: 21-24

INVITATION TO BID

NON-DISCRIMINATION POLICY Vendor (and its employees, agents and any subcontractors) shall not discriminate on the basis of race, color, sex, gender identity, sexual orientation, disability, familial status, or national origin in the performance of the services contemplated hereunder. Failure by the bidder to carry out these requirements is a material breach of its obligations which may result in its termination or such other remedy as the City deems appropriate.

DISADVANTAGED BUSINESS ENTERPRISE (DBE) Vendor acknowledges and agrees that, consistent with federal law and City’s public policy, it will encourage disadvantaged business enterprise (DBE) participation to the extent permitted by law. A “disadvantaged business enterprise” is a for-profit small business concern (i) at least 51% owned by one or more individuals who are both socially and economically disadvantaged or, in the case of a corporation, in which 51% of the stock is owned by one or more such individuals; and (ii) whose management and daily business operations are controlled by one or more of the socially and economically disadvantaged individuals who own it. In accordance with federal law, a “socially and economically disadvantaged individual” includes African-Americans, Hispanic Americans, Native Americans, Asian-Americans, women, and any additional groups designated as socially and economically disadvantaged by the federal Small Business Administration.

FORM W-9 Any successful bidder who is not currently set up as a vendor in the City of Birmingham vendor file will be required to submit a completed W-9 tax form prior to any award. The W-9 tax form may be submitted with your bid or no later than seven (7) working days of receipt of notice of intent to award.

BUSINESS LICENSE The City of Birmingham must have a copy of the successful bidder’s current City of Birmingham business license prior to formal award of contract. A copy of his/her license may be submitted along with his/her bid. In the event you receive a notification of intent to award letter, bidder must provide a copy of his/her current business license no later than seven (7) working days of receipt. Failure to submit the requested information will result in the notice of intent to award being revoked.

PUBLIC DISCLOSURE Subject to applicable law or regulations, the content of each Bidder’s Proposal shall become public information upon the effective date of any resulting contract.

TELEGRAPHIC/ELECTRONIC BID RESPONSES Bid responses sent by electronic devices (i.e., facsimile machines and email) are not acceptable and will be rejected upon receipt. Vendors will be expected to allow adequate time for delivery of their bid responses either by airfreight, postal services, or by other means.

E-VERIFY Vendor shall participate in the E-Verify program as required under the Beason-Hammon Alabama Taxpayer and Citizen Protection Act. Vendor agrees to comply with all applicable provisions of the Act. As a condition for the award of any contract, Vendor shall provide documentation establishing that the Vendor is enrolled in the E-Verify program, or a signed, written statement that the Vendor does not have a presence (one or more employees) in the State of Alabama. Vendor may submit applicable documentation with his/her bid or no later than seven (7) working days of receipt of notice of intent to award.

Any questions concerning these specifications should be addressed to Purchasing Division, Aisha Johnson, phone (205) 254-2267, fax, (205) 254-2484, between the hours of 8:00 a.m. and 4:00 p.m., Monday through Friday.

5 CITY OF BIRMINGHAM-PURCHASING DIVISION P-100 CITY HALL 710 NORTH 20TH STREET BIRMINGHAM, AL 35203-2227 OFFICE: (205) 254-2265/FAX: (205) 254-2484

AISHA JOHNSON, SENIOR BUYER JANUARY 19, 2021 EDWARD A. WILLIAMS, ASST. PURCHASING AGENT ITB: 21-24

INVITATION TO BID

SINGLE BID If a single bid response is received for this ITB, the bid will be rejected in accordance with Title 41-16-50-a of the Alabama Code. The bid will be opened but will not be read publicly. We will proceed with negotiations for a lower price with the rejected Bidder and other Bidders by means of sealed quotes. The rejected Bidder’s initial offer will not be disclosed to other Bidders, prior to the awarding of a contract. The award will be made to the company offering the lowest negotiated quotation, provided that all conditions and specifications required by the City are met.

NEGOTIATIONS The City of Birmingham reserves the right to enter into contract negotiations with the selected Bidder. If the City and the selected Bidder cannot negotiate a successful contract, the City may terminate negotiations and begin negotiation with the next selected Bidder. This process will continue until a contract has been executed or all proposals have been rejected. No Bidder shall have any rights against the City arising from such negotiations.

PROHIBITION AGAINST BOYCOTTING By signing this contract the Contractor certifies that it is not currently engaged in, and for the duration of this agreement will not engage in, the boycott of a person or an entity based in or doing business with a jurisdiction with which this state enjoys open trade.

HOLD HARMLESS AND INDEMNIFICATION Vendor(s) shall defend, indemnify, and hold harmless the City of Birmingham, and its agents, employees and officials (hereinafter the “Indemnitees”) from and against all demands, actions, damages, judgments, expenses (including but not limited to attorneys’ fees, expert fees, court costs and other litigation costs), losses, and claims (including those for bodily injury, sickness, disease or death, or to injury to, destruction or loss of use of tangible property) (collectively hereinafter “Claims”) by any third parties (including any employee, subcontractor or representative of the Vendor, hereinafter (Vendor Representative”) that arises out of, relates to, results from, or is attributable to any of the following: (a) Vendor’s performance or failure to perform its obligations hereunder; (b) any conditions in or about the work sites that the Vendor or any Vendor Representative may encounter; or (c) the use or occupancy of the work sites by Vendor or any Vendor Representatives. This indemnification obligation incudes Claims that are caused in part by the negligence of an Indemnitee(s); provided nothing herein shall obligate Vendor to indemnify any of the Indemnitee(s) for Claims resulting from the sole negligence or from the willful misconduct of the Indemnitee(s).

GOVERNING LAW/DISPUTE RESOLUTION Contract award to purchase the materials covered in this bid document shall be construed under and governed by the laws of the State of Alabama and each party hereto irrevocably agrees to be subject to the jurisdictions of the courts of the State of Alabama.

CONFLICT OF INTEREST Contractor covenants and declares that it has not, and will not, acquire any interest, directly or indirectly, in any property acquired by the City during the term of this Agreement. Contractor warrants and covenants that it presently has no interest in, nor shall any interest be hereinafter acquired in, any matter that will render the services required under this Agreement a violation of any applicable Federal, State or local law. In the event that any conflict of interest should hereinafter arise, Contractor shall promptly notify the City in writing of the existence of such conflict of interest.

LAWS, PERMITS The bidder’s attention is directed to the fact that all applicable state laws, municipal ordinances and rules and regulations of the authorities having jurisdiction over the work to be performed shall apply to the Contract throughout, and they will be deemed to be included in the Contract as though written out in full in the Contract.

6 CITY OF BIRMINGHAM-PURCHASING DIVISION P-100 CITY HALL 710 NORTH 20TH STREET BIRMINGHAM, AL 35203-2227 OFFICE: (205) 254-2265/FAX: (205) 254-2484

AISHA JOHNSON, SENIOR BUYER JANUARY 19, 2021 EDWARD A. WILLIAMS, ASST. PURCHASING AGENT ITB: 21-24

INVITATION TO BID

CONFIDENTIALITY Contractor agrees that such reports, information, opinions or conclusions shall not be made available to or discussed with any individual or organization, including the news media, without prior written approval of the City. Contractor shall exercise reasonable precautions to prevent the unauthorized disclosure and use of the City information whether deemed confidential or not.

STATEMENT OF COMPLIANCE WITH ALABAMA CODE SECTION 31-13-9 By signing this Contract, the contracting parties affirm, for the duration of the Agreement, that they will not violate federal immigration law or knowingly employ, hire for employment, or continue to employ an unauthorized alien within the State of Alabama. Furthermore, a contracting party found to be in violation of this provision shall be deemed in breach of the agreement and shall be responsible for all damages resulting therefrom.

BID SAMPLES Bid samples may be required. Bidder(s) must furnish sample(s) of items bid as noted in each item’s specification. Any such samples requested must be made available to the City within five (5) working days or as noted in the item specification.

GUARANTEE Bidder certifies by bidding, that he is fully aware of the conditions of service and purpose for which item(s) included in this bid are to purchased, and that his offering will meet these requirements of service and purpose to the satisfaction of the Public Works Department and the City of Birmingham Finance Purchasing Division and its agent.

INVOICING All invoices must agree with the purchase order in description and price and include the following information: 1.) Purchase Order Number 2.) Ship to Department Name and Address 3.) In order to ensure prompt payment, ALL ORIGINAL INVOICES* MUST BE SENT TO:

CITY OF BIRMINGHAM FACILITY SERVICES 1029 33RD STREET NORTH BIRMINGHAM, AL 35234

*If invoice does not agree with purchase order, credits or a corrected invoice will be required in order for the City to process payment. Invoices that do not reference an authorized Purchase Oder will be returned to the vendor.

THIRD-PARTY “REMIT-TO” If a Bidder has a third-party “remit-to” company, that information must appear on the Bidders response. The City of Birmingham will send payment to the company designated by the Bidder on its response but will not be responsible for resolving payment issues should the Bidder change payment processing companies after a payment has been mailed or without a 45-day written notification to the Human Resources Department and Accounting division of the City of Birmingham.

7 CITY OF BIRMINGHAM-PURCHASING DIVISION P-100 CITY HALL 710 NORTH 20TH STREET BIRMINGHAM, AL 35203-2227 OFFICE: (205) 254-2265/FAX: (205) 254-2484

AISHA JOHNSON, SENIOR BUYER JANUARY 19, 2021 EDWARD A. WILLIAMS, ASST. PURCHASING AGENT ITB: 21-24

INVITATION TO BID

INSURANCE REQUIREMENTS

Liability Insurance: For the duration of this contract and for limits not less stated below, the Contractor shall carry (i) general liability insurance (either primary or a combination of primary and umbrella coverage) with limits of not less than $1,000,000.00 total with a maximum of $500,000.00 for each occurrence and shall include, but not be limited to, personal injury, property damage, vandalism, property loss and theft; (ii) comprehensive automobile liability insurance concerning owned and rented vehicles operated by the Contractor with limits of not less than $500,000.00 bodily injury per occurrence, $500,000.00 property damage or combined single limit of $500,000.00; and (iii) Workman’s Compensation coverage in an amount adequate to comply with the statutory requirements. The City’s bid number (21-24) must appear on any/all copies of the certificate of insurance.

All such insurance shall be provided by a policy or policies issued by a company or companies qualified by law to engage in the insurance business in the State of Alabama with a rating of B+ or better according to the most current edition of Best’s Insurance reports. Bidder is to provide written documentation of the company’s rating with their bid.

The Contractor may use umbrella or excess liability insurance to achieve the required coverages, provided that such umbrella or excess insurance results in the same type of coverage as required for the individual policies. These insurance requirements are in addition to and do not affect any indemnification obligation of the Contractor herein.

City Additional Named Insured: Except for Worker’s Compensation coverage, all coverages shall contain endorsements naming the City, and its officers, employees and agents as additional named insured with respect to liabilities that arise out of and result from the operations of the Contractor or the performance of its work.

The additional named insured endorsement shall not limit the scope of coverage to the City to vicarious liability but shall allow coverage for the City to the fullest extent provided by the policies. Such additional insured coverage shall be at least as broad as Additional Insured endorsement from ISO, CG 2010.1185.

Policies Primary: All insurance policies required herein are to be primary and non-contributory with any insurance or self-insurance program administered by the City.

Waiver of Subrogation: Contractor shall require the carriers of the above-required insurance coverage to waive all rights of subrogation against the City, and its officers, employees, agents, contractors and subcontractors. Further, Contractor hereby waives any rights of subrogation against the City. All general or automotive liability coverage provided herein shall not prohibit the Contractor or its employees, agents or representatives from waiving the right of subrogation prior to loss or claim.

Proof of Coverage: Before the commencement of services or work hereunder, the Contractor shall provide the City a certificate(s) of insurance and endorsements (including the additional insured endorsements) evidencing compliance with the requirements in this section. Evidence of insurance will not be accepted on a per event basis. These certificates shall provide that such insurance shall not be terminated or expire without thirty (30) days advance notice to the City. In the event that the City is not notified that any of the coverage required herein is to be cancelled or changed in such a manner as not to comply with the requirements of this Contract, the Contractor shall, within fifteen (15) days prior to the effective date of such cancellation or change, obtain and provide the City with binder(s) of insurance evidencing the re-establishment of the insurance coverage required herein.

8 CITY OF BIRMINGHAM-PURCHASING DIVISION P-100 CITY HALL 710 NORTH 20TH STREET BIRMINGHAM, AL 35203-2227 OFFICE: (205) 254-2265/FAX: (205) 254-2484

AISHA JOHNSON, SENIOR BUYER JANUARY 19, 2021 EDWARD A. WILLIAMS, ASST. PURCHASING AGENT ITB: 21-24

INVITATION TO BID

DETAILED SPECIFICATIONS:

NOTE: Should any item specified be by definition “Agency Priced” (Manufacturer sets the retail price and reseller cannot sell below that price), bidder is to state on the bid form in the unit price column “Agency Priced” along with the unit price bid for that item.

Should other pesticides, fertilizers and soil amendments currently not listed on the bid form, be required during the life of this contract, the City reserves the right to seek verbal bids from only the responsive respondents of this Invitation to Bid, and to make an award of these additional items to the lowest responsive, responsible bidder(s) for the remaining life of this contract.

Any bid that imposes a service fee or any other type of fee on any order not exceeding a minimum order quantity or minimum purchase order dollar amount, will be determined a non-responsive bid and will not be considered for award.

Any bid that stipulates a reversal of freight charges if a minimum quantity or purchase order amount is not ordered, will be determined a non-responsive bid and will not be considered for award.

Timely delivery shall be a consideration. The successful bidder(s) shall guarantee full delivery within ten (10) working days of receipt of order.

The City may require samples of any product before an award is made. Any sample(s) requested must be made available to the City within five (5) working days of request. Failure to provide the sample(s) within this time frame will result in the rejection of the product(s) from award consideration.

ADDITIONAL SPECIFICATIONS:

1. Assist spray crew personnel and supervisors with rates, mixing procedure, compatibility of chemicals and proper chemical applications methods of purchased chemicals.

2. Conduct training sessions on products and general product safety a minimum of three times per year if requested.

3. Respond to inquiries regarding products within two (2) working days.

4. The successful bidder for each product must supply two (2) copies of the product label and the MSDS to the purchasing agent within seventy-two (72) hours of being notified of the bid award.

5. Active ingredients shall be according to specifications.

6. Any bidder who wishes to bid an approved equal product must supply two (2) copies of the product label and the MSDS to the purchasing agent along with their sealed bid.

7. If products are sold by the case, state the quantity per case.

8. If products are sold in minimum quantity lots, state the minimum quantity sold.

9. List prices for individual units and by the case or drum. For example >$5.80/lb and $116.00/4x5lb case.

10.

9 AISHA JOHNSON, SENIOR BUYER JANUARY 19, 2021 EDAWARD A. WILLIAMS, ASST. PURCHASING AGENT ITB: 21-24

BID FORM

Edward A. Williams Asst. Purchasing Agent City of Birmingham, AL

Submitted below is my firm bid for pesticides, fertilizers & soil amendments for the City of Birmingham. Per Section 3-3-7(7) of the General City Code for the City of Birmingham, the proposed contract shall be in effect for a minimum of one (1) year. Upon approval of both parties, the life of this contract shall exist with the provision that no price increase in the original bid prices shall be allowed, in accordance with your Invitation to Bid and Specifications dated January 19, 2021. Prices quoted are f.o.b. Birmingham, AL, and I am bidding in exact accordance with the specifications except as listed below.

APPROX. # DESCRIPTION BRAND/MFG UOM UNIT PRICE EXTENDED TOTAL QTY

FUNGICIDES

ALIETTE WDG, or Approved Equal ACTIVE INGREDIENTS: Aluminum tris 80.00% 1 INERT INGREDIENTS: 20.00% LB 10 $ $ 100.00% Packaged: 5.0-pound container

BANNER MAXX II, SYNGENTA or Approved Equal ACTIVE INGREDIENTS: Propiconazole 14.30% 2 INERT INGREDIENTS: 85.70% GAL 5 $ $ 100.00% Packaged: 1-gallon container

BANROT 8G, SCOTT’S or Approved Equal ACTIVE INGREDIENTS: ETRIDIAZOLE 3.00% ACTIVE INGREDIENTS: THIOPHANATE-METHYL 5.00% 3 LB 40 $ $ INERT INGREDIENTS: 92.00% 100.00% Packaged: 40-pound drum

BANROT 40% WP, SCOTT’S or Approved Equal ACTIVE INGREDIENTS: 5-ETHOXY-3-TRICHLOROMETHYL-1,2,4-THIADIAZOLE 15.00% 4 DIMETHYL 4,4-0 PHENYLENEBIS (3-THIOALLOPHANATE) 25.00% LB 6 $ $ INERT INGREDIENTS: 60.00% 100.00% Packaged: 2-pound bag

10 NAME OF YOUR COMPANY ______AISHA JOHNSON, SENIOR BUYER JANUARY 19, 2021 EDAWARD A. WILLIAMS, ASST. PURCHASING AGENT ITB: 21-24

BID FORM (cont’d)

APPROX. # DESCRIPTION BRAND/MFG UOM UNIT PRICE EXTENDED TOTAL QTY

FUNGICIDES – cont’d

CLEARY 3336 F, CLEARY’S or Approved Equal ACTIVE INGREDIENTS: Thiophanate 41.25% 5 INERT INGREDIENTS: 58.75% GAL 10 $ $ 100.00% Packaged: 2.5-gallon container

COMPASS, BAYER or Approved Equal ACTIVE INGREDIENTS: TRIFLOXYSTROBIN 48.50% 6 INERT INGREDIENTS: 51.50% OZ 40 $ $ 100.00% Packaged: 8.0-ounce container

DACONIL ULTREX, SYNGENTA or Approved Equal ACTIVE INGREDIENTS: Chlorothalonil 82.50% 7 INERT INGREDIENTS: 17.50% LB 40 $ $ 100.00% Packaged: 5-pound bag

DECREE 50 WDG, SEPRO or Approved Equal ACTIVE INGREDIENT: N-(2,3-dichloro-4hydroxphenyl)-1- methyl- cyclohexanecaroxamide 50.00% 8 LB 10 $ $ INERT INGREDIENTS: 50.00% 100.00% Packaged: 2.5 pound boxes or approved equal DITHANE RAINSHELD 75 DF, DOW AGRO SCIENCES or Approved Equal ACTIVE INGREDIENTS: Mancozeb 75.00% 9 LB 24 $ $ INERT INGREDIENTS: 25.00% 100.00% Packaged: 12-pound container

HERITAGE, SYNGENTA or Approved Equal ACTIVE INGREDIENTS: Azoxystrobin:methyl (E)-2-(2-[6-(2-cyano- phenoxy0ppyrimidin-4-yloxy]phenyl-3-methoxyacrylate 50.00% 10 LB 4 $ $ OTHER INGREDIENTS: 50.00% 100.00% Packaged: 1-pound container

11 NAME OF YOUR COMPANY ______AISHA JOHNSON, SENIOR BUYER JANUARY 19, 2021 EDAWARD A. WILLIAMS, ASST. PURCHASING AGENT ITB: 21-24

BID FORM (cont’d)

APPROX. # DESCRIPTION BRAND/MFG UOM UNIT PRICE EXTENDED TOTAL QTY

FUNGICIDES – cont’d

OXIDATE BROAD SPECTRUM (BACTERICIDE/FUNGICIDE), BIOSAFE SYSTEMS LLC or Approved Equal ACTIVE INGREDIENTS: Hydrogen Dioxide 27.00% OTHER INGREDIENTS: 73.00% 11 GAL 5 $ $ 100.00% Label must state for use on herbs in greenhouse setting.

Packaged: 2.5-gallon container

SUBDUE MAXX, SYNGENTA or Approved Equal ACTIVE INGREDIENTS: Mefenoxam 22.00% 12 INERT INGREDIENTS: 78.00% QT 4 $ $ 100.00% Packaged: 1-quart container

SUBDUE MAXX, SYNGENTA or Approved Equal ACTIVE INGREDIENTS: Metaaxyl 21.30% 13 INERT INGREDIENTS: 78.70% GAL 3 $ $ 100.00% Packaged: 1-gallon container

INSECTICIDES

ADIVON FIRE ANT BAIT, DUPONT or Approved Equal ACTIVE INGREDIENTS: Indoxacarb (S)-methyl 7-chloro-2,5-dihydro-2- [[(methoxy-carbonyl)[4(trifluoromethoxy)phenyl]amino]- 14 carbonyl]indeno[1,3,4]oxadiazine-41-(3HO-carboxylate 0.05% LB 200 $ $ OTHER INGREDIENTS: 99.96% 100.00% Packaged: 25-pound container

12 NAME OF YOUR COMPANY ______AISHA JOHNSON, SENIOR BUYER JANUARY 19, 2021 EDAWARD A. WILLIAMS, ASST. PURCHASING AGENT ITB: 21-24

BID FORM (cont’d)

APPROX. # DESCRIPTION BRAND/MFG UOM UNIT PRICE EXTENDED TOTAL QTY

INSECTICIDES – cont’d

ADIVON FIRE ANT BAIT, SYNGENTA or Approved Equal ACTIVE INGREDIENTS: Indoxacarb (S)-methyl 7-chloro-2,5-dihydro-2- [[(methoxy-carbonyl)[4(trifluoromethoxy)phenyl]amino]- 15 carbonyl]indeno[1,3,4]oxadiazine-41-(3HO-carboxylate 0.05% LB 200 $ $ OTHER INGREDIENTS: 99.96% 100.00% Packaged: 2-pound container

AMDRO PRO, BASF or Approved Equal ACTIVE INGREDIENTS: HYDRAMETHYLNON: TETRAHYDRO-5,5- DIMETHYL-2(1H)-PYRIMIDINONE (3-[4-(TRIFLUOROMETHYL)PHENYL]-1- 16 LB 80 $ $ (2-[4-(TRIFLUOROMETHYL)PHENYL]- ETHENYL)-2-PROPENYLIDENE)HYDRAZONE 0.73% INERT INGREDIENTS: 99.27% 100.00% Packaged: 1-pound container

AMDRO PRO, BASF or Approved Equal ACTIVE INGREDIENTS: HYDRAMETHYLNON: TETRAHYDRO-5,5- DIMETHYL-2(1H)-PYRIMIDINONE (3-[4-(TRIFLUOROMETHYL)PHENYL]-1- 17 LB 100 $ $ (2-[4-(TRIFLUOROMETHYL)PHENYL]- ETHENYL)-2-PROPENYLIDENE)HYDRAZONE 0.73% INERT INGREDIENTS: 99.27% 100.00% Packaged: 25-pound bag

ASCEND FIRE ANT BAIT, BASF or Approved Equal ACTIVE INGREDIENTS: Abamectin B1 .0.011% 18 OTHER INGREDIENTS: .99.989% LB 25 $ $ 100.000% Packaged: 2-pound container

13 NAME OF YOUR COMPANY ______AISHA JOHNSON, SENIOR BUYER JANUARY 19, 2021 EDAWARD A. WILLIAMS, ASST. PURCHASING AGENT ITB: 21-24

BID FORM (cont’d)

APPROX. # DESCRIPTION BRAND/MFG UOM UNIT PRICE EXTENDED TOTAL QTY

INSECTICIDES – cont’d

ASCEND FIRE ANT BAIT, BASF or Approved Equal ACTIVE INGREDIENTS: Abamectin B1 .0.011% 19 OTHER INGREDIENTS: .99.989% LB 25 $ $ 100.000% Packaged: 25-pound container ASTRO, FMC PROFESSIONAL SOLUTIONS or Approved Equal ACTIVE INGREDIENTS: Permethrin 36.80% 20 GAL 2 $ $ INERT INGREDIENTS: 63.20% 100.00% Packaged: 1-gallon container

AVID 0.15EC, SYNGENTA or Approved Equal ACTIVE INGREDIENTS: Abamectin 2.00% 21 INERT INGREDIENTS: 98.00% QT 1 $ $ 100.00% Packaged: 1-quart container

AWARD FIRE ANT BAIT, SYNGENTA or Approved Equal ACTIVE INGREDIENTS: Fenoxycarb 1.00% 22 OTHER INGREDIENTS: 99.00% LB 200 $ $ 100.00% Packaged: 25-pound container

AZATIN O, OHP INC or Approved Equal ACTIVE INGREDIENTS: Azadirachtin O 4.50% 23 INERT INGREDIENTS: 95.50% QT 12 $ $ 100.00% Packaged: 1-quart container

BOTANIGARD ES, BIO WORKS or Approved Equal ACTIVE INGREDIENTS: Beauveria Bassiana Condia 11.30% 24 INERT INGREDIENTS: 88.70% GAL 2 $ $ 100.00% Packaged: 1-gallon container

14 NAME OF YOUR COMPANY ______AISHA JOHNSON, SENIOR BUYER JANUARY 19, 2021 EDAWARD A. WILLIAMS, ASST. PURCHASING AGENT ITB: 21-24

BID FORM (cont’d)

APPROX. # DESCRIPTION BRAND/MFG UOM UNIT PRICE EXTENDED TOTAL QTY

INSECTICIDES – cont’d

CONSERVE SC, DOW or Approved Equal ACTIVE INDREDIENTS: spinosad (including Spinosyn A and Spinosyn D) 11.60% 25 QT 2 $ $ INERT INGREDIENTS: 88.40% 100.00% Packaged: 1-quart container

DIPEL DF, VALENT or Approved Equal ACTIVE INGREDIENTS: Bacillus thuringiensis subsp. Kurstaki 54.00% 26 LB 2 $ $ INERT INGREDIENTS: 46.00% 100.00% Packaged: 1-pound container

DISTANCE IGR, VALENT or Approved Equal ACTIVE INGREDIENTS: Pyriproxyfen 11.23% 27 INERT INGREDIENTS: 88.77% QT 1 $ $ 100.00% Packaged: 1-quart container

DORMANT OIL SPRAY, DREXEL or Approved Equal ACTIVE INGREDIENTS Paraffinic Oil 97.00% 28 INERT INGREDIENTS: 3.00% GAL 10 $ $ 100.00% Packaged: 2.5-gallon container

DURAGUARD ME, BASF or Approved Equal ACTIVE INGREDIENTS: Chloropyrifos 20.00% 29 INERT INGREDIENTS: 80.00% GAL 1 $ $ 100.00% Packaged: 1-gallon container

DYLOX 420 SL, BAYER or Approved Equal ACTIVE INGREDIENTS: TRICHLORFON 37.3% 30 INERT INGREDIENTS: 62.7% GAL 20 $ $ 100.0% Packaged: 2.5-gallon container

15 NAME OF YOUR COMPANY ______AISHA JOHNSON, SENIOR BUYER JANUARY 19, 2021 EDAWARD A. WILLIAMS, ASST. PURCHASING AGENT ITB: 21-24

BID FORM (cont’d)

APPROX. # DESCRIPTION BRAND/MFG UOM UNIT PRICE EXTENDED TOTAL QTY

INSECTICIDES – cont’d

ENDEAVOR, SYNGENTA or Approved Equal Packged: 2.5-ounce water soluble pouches ACTIVE INGREDIENTS: Pymetrozine 50.00% 31 OZ 15 $ $ INERT INGREDIENTS: 50.00% 100.00% Packaged: 6 X 2.5 ounce water soluble pouches or approved equal

ENSTAR AQ, WELLMARK or Approved Equal ACTIVE INGREDIENTS: S-Kinoprene (2-propynyl-2E, 4E, 7S)-3 18.40% 32 INERT INGREDIENTS: 81.60% QT 3 $ $ 100.00% Packaged: 1-quart container

EVERGREEN CROP PROTECTION EC 60-6, MGK or Approved Equal ACTIVE INGREDIENTS: Pyrethrins 6.0% ACTIVE INGREDIENTS: Piperrenyl Butoxide 60.0% 33 QT 6 $ $ INERT INGREDIENTS: 34.0% 100.0% Packaged: 1-quart container

EXTINGUISH PLU or Approved Equal S ACTIVE INGREDIENTS: HYDRAMETHYLNON: .365% 34 S-METHOPRENE: .250% LB 700 $ $ INERT INGREDIENTS: 99.385% 100.00% Packaged: 25-pound container

EXTINGUISH PLU or Approved Equal S ACTIVE INGREDIENTS: HYDRAMETHYLNON: .365% 35 S-METHOPRENE: .250% LB 45 $ $ INERT INGREDIENTS: 99.385% 100.00% Packaged: 4.5-pound container

16 NAME OF YOUR COMPANY ______AISHA JOHNSON, SENIOR BUYER JANUARY 19, 2021 EDAWARD A. WILLIAMS, ASST. PURCHASING AGENT ITB: 21-24

BID FORM (cont’d) APPROX. # DESCRIPTION BRAND/MFG UOM UNIT PRICE EXTENDED TOTAL QTY

INSECTICIDES – cont’d

JUDO, OHP INC or Approved Equal ACTIVE INGREDIENTS: Spiromesifen 45.2% 36 INERT INGREDIENTS: 54.8% OZ 16 $ $ 100.0% Packaged: 8-ounce container

MARATHON II, OHP INC or Approved Equal ACTIVE INGREDIENTS: Imidacloprid 21.40% 37 INERT INGREDIENTS: 78.60% CNTR 1 $ $ 100.00% Packaged: 250 ml container

MAVRIK AQUAFLOW, WELLMARK or Approved Equal ACTIVE INGREDIENTS: Tau-Fluvalinate:{(rs)-a-cyano-3-phenoxybenzyl-N- 38 (2-chloro-a,a,a,(trifluoro-p-tolyl-D-valinate)} 22.30% QT 1 $ $ INERT INGREDIENTS: 77.70% 100.00% Packaged: 1-quart container

MERIT 0.5 GRANULAR, BAYER or Approved Equal ACTIVE INGREDIENTS: Imidacloprid 0.50% 39 INERT INGREDIENTS: 99.50% LB 600 $ $ 100.00% Packaged: 30-pound bag

ORTHENE 97, AMVAC CHEMICAL or Approved Equal ACTIVE INGREDIENTS: Acephate 97.00% 40 INERT INGREDIENTS: 3.00% LB 16 $ $ 100.00% Packaged: 8 pound cans or approved equal

17 NAME OF YOUR COMPANY ______AISHA JOHNSON, SENIOR BUYER JANUARY 19, 2021 EDAWARD A. WILLIAMS, ASST. PURCHASING AGENT ITB: 21-24

BID FORM (cont’d)

APPROX. # DESCRIPTION BRAND/MFG UOM UNIT PRICE EXTENDED TOTAL QTY

INSECTICIDES – cont’d

PEDESTAL, OHP or Approved Equal ACTIVE INGREDIENTS: Novaluron: 1-[3-chloro- 4(1, 1, 2-trifluoro-2-trifluror-methoxyethoxy) phenyl]- 41 3(2, 6-difluorobenzoyl) * 10.00% QT 2 $ $ INERT INGREDIENTS: 90.00% 100.00% Packaged: 1-quart container

PYLON, BASF or Approved Equal ACTIVE INGREDIENTS: Chlorfenapyr: 4-bromo- 2-(4-chlorophenyl)-1-(ethoxymethyl)- 42 5(trifluoromethyl)-1Hpyrrole-3-caronitrile 21.40% PT 4 $ $ OTHER INGREDIENTS: 78.60% 100.00% Packaged: 1-pint container

PYRETH-IT FORMULA 2, WHITMORE MICRO-GEN RESERARCH LABORATORIES INC or Approved Equal PT 4 $ $ ACTIVE INGREDIENTS: Pyrethrins 6.00% Piperonyl Butozxide,Technical 60.00% 43 OTHER INGREDIENTS: 34.00% 100.00% Label must state for use on herbs in greenhouse setting. GAL 2 $ $

Packaged: pint and gallon container

REVOKE, HELENA or Approved Equal ACTIVE INGREDIENTS: Potassium salts of fatty acids 40.00% 44 INERT INGREDENTS: 60.00% GAL 5 $ $ 100.00% Packaged: 2.5-gallon container

18 NAME OF YOUR COMPANY ______AISHA JOHNSON, SENIOR BUYER JANUARY 19, 2021 EDAWARD A. WILLIAMS, ASST. PURCHASING AGENT ITB: 21-24

BID FORM (cont’d)

APPROX. # DESCRIPTION BRAND/MFG UOM UNIT PRICE EXTENDED TOTAL QTY

INSECTICIDES – cont’d

SAFARI, VALENT or Approved Equal ACTIVE INGREDIENTS: Dinotefuran, [N-methyl-N’-nitro’N”- 45 ((tetrahydro-3-furany)methyl) guanidine] 20.00% LB 9 $ $ OTHER INGREDIENTS: 80.00% 100.00% Packaged: 3-pound container

SEVIN FLOWABLE, BAYE or Approved Equal R ACTIVE INGREDIENTS: Carbaryl 41.20% 46 INERT INGREDIENTS: 58.80% GAL 10 $ $ 100.00% Packaged: 2.5-gallon container

SEVIN 5% DUST or Approved Equal ACTIVE INGREDIENTS: Carbaryl 5.00% 47 INERT INGREDIENTS: 95.00% LB 48 $ $ 100.00% Packaged: 1 lb container

SLUGGO, MONTEREY or Approved Equal ACTIVE INGREDIENTS: Iron Phosphate 1.0% 48 INERT INGREDIENTS: 99.0% LB 40 $ $ 100.0% Packaged: 2.5 pound container

SUCRASHIELD BIOCHEMICAL INSECTICIDE/MITICIDE, NATURAL FORCES LLC or Approved Equal ACTIVE INGREDIENTS: Sucrose Octanoate Esters 40.00% OTHER INGREDIENTS: 60.00% 49 GAL 2 $ $ 100.00% Label must state for use on herbs in greeenhouse setting.

Packaged: 1 gallon container

19 NAME OF YOUR COMPANY ______AISHA JOHNSON, SENIOR BUYER JANUARY 19, 2021 EDAWARD A. WILLIAMS, ASST. PURCHASING AGENT ITB: 21-24

BID FORM (cont’d)

APPROX. # DESCRIPTION BRAND/MFG UOM UNIT PRICE EXTENDED TOTAL QTY

INSECTICIDES – cont’d

TALSTAR SELECT (labeled for greenhouse, nursery, turf), FMC or Approved Equal ACTIVE INGREDIENT: Bifenthrin 7.90% 50 CNTR 10 $ $ INERT INGREDIENTS: 92.10% 100.00% Packaged: 96-ounce container

TAME 2.4EC, VALENT or Approved Equal ACTIVE INGREDIENTS: Fenpropathrin 30.9% 51 INERT INGREDIENTS: 69.1% QT 1 $ $ 100.0% Packaged: 1-quart container

TARLSTAR XTRA, FMC or Approved Equal ACTIVE INGREDIENTS: Zeta-Cypermethrin 0.05% Bifenthrin 0.20% 52 LB 500 $ $ OTHER INGREDIENTS: 99.76% 100.00% Packaged: 25-pound bag

TOPCHOICE TM, BAYER or Approved Equal ACTIVE INGREDIENT: Fipronil: 5-amino-1-(2,6-dichloro-4- (trifluoromethyl) phenyl-4-((1,R,S)-(trifluoromethyl)sulfinyl)- 53 1-Hpyrazole-3-carbonitrile 0.0143% LB 500 $ $ INERT INGREDIENTS: 99.9857% 100.0000% Packaged: 50-pound bag

TRIACT 70, OHP INC or Approved Equal ACTIVE INGREDIENTS: Extract of Neem Oil 75.00% INERT INGREDIENTS: 25.00% 54 100.00% GAL 2.5 $ $ Label must state for us on herbs

Packaged: 1-gallon container

20 NAME OF YOUR COMPANY ______AISHA JOHNSON, SENIOR BUYER JANUARY 19, 2021 EDAWARD A. WILLIAMS, ASST. PURCHASING AGENT ITB: 21-24

BID FORM (cont’d)

APPROX. # DESCRIPTION BRAND/MFG UOM UNIT PRICE EXTENDED TOTAL QTY

AQUATIC

AQUATHOL K, UPI or Approved Equal ACTIVE INGREDIENTS: Dipotassium salt of 40.30% 55 INERT INGREDIENTS: 59.70% GAL 40 $ $ 100.00% Packaged: 2.5-gallon container

CUTRINE PLUS, ALLIED BIOCHEMISTS or Approved Equal ACTIVE INGREDIENTS: Copper 9.00% 56 INERT INGREDIENTS: 91.00% GAL 40 $ $ 100.00% Packaged: 2.5-gallon container

REWARD, SYNGENTA or Approved Equal ACTIVE INGREDIENTS: 37.30% 57 INERT INGREDIENTS: 62.70% GAL 30 $ $ 100.00% Packaged: 2.5-gallon container

SONAR, SEPRO or Approved Equal ACTIVE INGREDIENTS: Fluridone 41.70% 58 INERT INGREDIENTS: 58.30% QT 4 $ $ 100.00% Packaged: 1-quart container

ORNAMENTAL & TURF HERBICIDES

CERTAINTY, MONSANTO or Approved Equal ACTIVE INGREDIENTS: Sulfoslufuron 75.0% 59 OTHER INGREDIENTS: 25.0% CS 1 $ $ 100.0% Packaged: 1.25 ounce bottles - 100/case or approved equal

21 NAME OF YOUR COMPANY ______AISHA JOHNSON, SENIOR BUYER JANUARY 19, 2021 EDAWARD A. WILLIAMS, ASST. PURCHASING AGENT ITB: 21-24

BID FORM (cont’d)

APPROX. # DESCRIPTION BRAND/MFG UOM UNIT PRICE EXTENDED TOTAL QTY

ORNAMENTAL & TURF HERBICIDES – cont’d

DIMENSION ULTRA WSP, DOW or Approved Equal ACTIVE INGREDIENTS: 40.0% 60 INERT INGREDIENTS: 60.0% LB 20 $ $ 100.0% Packaged: 2.5-pound bag

DRIVE XLR8, BASF or Approved Equal ACTIVE INGREDIENTS: quinclorac3,7-dichloro-8- quinolinecarboxylic acid 15.93% 61 GAL 4 $ $ OTHER INGREDIENTS: 84.07% 100.00% Packaged: 4 X 0.5 gallons

ELIMINATE 47% DG, LESCO INC OR EQUAL or Approved Equal ACTIVE INGREDIENTS: 2-METHYL-4-CHLOROPHENOXYACETIC ACID 31.50% 2, (2-METHYL-4-CHOROPHENOXY) PROPIONIC ACID 12.70% 62 (3,6 DICHLORO-O-ANISIC) ACID 2.64% GAL 30 $ $ RELATED COMPOUNDS 0.66% INERT INGREDIENTS: 52.50% 100.00% Packaged: 2.5-gallon container

ESCALADE 2, NUFARM or Approved Equal ACTIVE INGREDIENTS: Dimethyamine Salt of 2,4-Dichlorophenoxyacetic Acid 1-Methylheptyl Ester of :{(4-amino-3-5- dichloro-6-fluoro-2-pyridinyl)oxy}acetic Acid, 39.53% 63 1-methylheptyl Ester** 5.90% GAL 20 $ $ Dicamba (3,^-Dichloro-o-Anisic Acid)*** 4.10% OTHER INGREDIENTS: 50.47% 100.00% Packaged: 2.5-gallon container

22 NAME OF YOUR COMPANY ______AISHA JOHNSON, SENIOR BUYER JANUARY 19, 2021 EDAWARD A. WILLIAMS, ASST. PURCHASING AGENT ITB: 21-24

BID FORM (cont’d)

APPROX. # DESCRIPTION BRAND/MFG UOM UNIT PRICE EXTENDED TOTAL QTY

ORNAMENTAL & TURF HERBICIDES – cont’d

FREEHAND, BASF or Approved Equal ACTIVE INGREDIENTS: -P: (S)-2-chloro-N- [(1-methyl-2-methoxy)ethyl]-N-2,4-dimethyl-thien-3yl)- Acetamide : N-1-ethylpropyl0-3,-4dimethyl- 0.75% 64 LB 100 $ $ 2, 6 dinitrobenzenamine 1.00% OTHER INGREDIENTS: 98.25% 100.00% Packaged: 50-pound bag

GALLERY 75 DF, DOW or Approved Equal ACTIVE INGREDIENTS: Isoxaben 75.00% 65 OTHER INGREDIENTS: 25.00% LB 4 $ $ 100.00% Packaged: 1-pound container

IMAGE DF, BASF or Approved Equal ACTIVE INGREDIENTS: Imazaquin 70.00% 66 INERT INGREDIENTS: 30.00% CNTR 2 $ $ 100.00% Packaged: 11.43-ounce container

MONUMENT 75WG, SYNGENTA or Approved Equal ACTIVE INGREDIENTS: Trifloxysulfuron-sodium 75.0% 67 INERT INGREDIENTS: 25.0% PKT 20 $ $ 100.0% Packaged: 5 grams/packets or approved equal

REVOLVER, BAYER or Approved Equal ACTIVE INGREDIENTS: Foramsulfuron 2.34% 68 INERT INGREDIENTS: 97.66% QT 4 $ $ 100.00% Packaged: 1-quart container

23 NAME OF YOUR COMPANY ______AISHA JOHNSON, SENIOR BUYER JANUARY 19, 2021 EDAWARD A. WILLIAMS, ASST. PURCHASING AGENT ITB: 21-24

BID FORM (cont’d)

APPROX. # DESCRIPTION BRAND/MFG UOM UNIT PRICE EXTENDED TOTAL QTY

ORNAMENTAL & TURF HERBICIDES – cont’d

RONSTAR G, BAYER or Approved Equal ACTIVE INGREDIENTS: Oxadiazon 2.00% 69 INERT INGREDIENTS: 98.00% LB 200 $ $ 100.00% Packaged: 50-pound container

SCYTHE, DOW AGRO SCIENCES or Approved Equal ACTIVE INGREDIENTS: Pelargonic Acid 57.00% Related Fatty Acids 3.00% OTHER INGREDIENTS: 40.00% 70 GAL 10 $ $ 100.00% Label must state for use in greenhouse setting while desireable plants are present.

Packaged: 2.5-gallon container

SEDGE HAMMER + TURF , BAYER or Approved Equal ACTIVE INGREDIENT: Halosulfuron-methyl 5.00% 71 OTHER INGREDIENTS: 95.00% CNTR 37 $ $ 100.00% Packaged: 1.3-ounce container

SNAPSHOT SPECIALTY HERBICIDE, DOW or Approved Equal ACTIVE INGREDIENTS: : a,a,a-trifluoro-2,6-dinitro-N, N-diprpyl-p-toluidine 72 Isoxaben: N-[3-(1-ethyl-1-methylpropyl)-5-isoxazolyl]-2, 2.00% LB 1,250 $ $ 6-dimethoxybenzamide and isomers 0.05% INERT INGREDIENTS: 97.50% 100.00% Packaged: 50-pound bag

SPECTICLE 20 WSP, BAYER or Approved Equal ACTIVE INGREDIENTS: 20.00% 73 OTHER INGREDIENTS: 80.00% OZ 52.50 $ $ 100.00% Packaged: 7 X 2.5 ounces or approved equal

24 NAME OF YOUR COMPANY ______AISHA JOHNSON, SENIOR BUYER JANUARY 19, 2021 EDAWARD A. WILLIAMS, ASST. PURCHASING AGENT ITB: 21-24

BID FORM (cont’d)

APPROX. # DESCRIPTION BRAND/MFG UOM UNIT PRICE EXTENDED TOTAL QTY

ORNAMENTAL & TURF HERBICIDES – cont’d

SUPER TRIMEC, PBI GORDON or Approved Equal ACTIVE INGREDIENTS: Isooctyl (2ethylhexyl) ester of 2,4- dichloriphenoxyacetic acid 2-ethylhexyl ester of (+)-R-2-(2,-4-dichlorophenoxy) 32.45% 74 propionic acid 15.90% GAL 15 $ $ Dicamba: 3,6-dichloro-o-anisic acid 5.38% INERT INGREDIENTS: 46.27% 100.00% Packaged: 2.5-gallon container

SURFLAN 4AS, UPI or Approved Equal ACTIVE INGREDIENTS: Oryzalin 40.40% 75 INERT INGREDIENTS: 59.60% GAL 5 $ $ 100.00% Packaged: 2.5-gallon container

THREE-WAY, LESCO/PBI GORDON or Approved Equal ACTIVE INGREDIENTS: Dimethylamine salt of 2,4-dichlorophenoxacetic 30.56% Dimethylamine salt of propionic acid 8.17% 76 GAL 50 $ $ Dimethylamine salt of dicamba 2.77% INERT INGREDIENTS: 58.50% 100.00% Packaged: 2.5-gallon container

TREFLAN 5G, LEBANON or Approved Equal ACTIVE INGREDIENTS: Trifluralin 5.00% 77 INERT INGREDIENTS: 95.00% LB 200 $ $ 100.00% Packaged: 40-pound container

25 NAME OF YOUR COMPANY ______AISHA JOHNSON, SENIOR BUYER JANUARY 19, 2021 EDAWARD A. WILLIAMS, ASST. PURCHASING AGENT ITB: 21-24

BID FORM (cont’d)

APPROX. # DESCRIPTION BRAND/MFG UOM UNIT PRICE EXTENDED TOTAL QTY

ORNAMENTAL & TURF HERBICIDES – cont’d

TRIMEC SOUTHERN, PBI GORDON or Approved Equal ACTIVE INGREDIENTS: Dimethylamine salt of (+)-®-2-(2-methyl-4-chlorophenoxy) propionic acid 17.37% 78 Dimethylamine salt of 2,4-dichlorophenoxacetic acid 18.74% GAL 25 $ $ Dimethylamine salt of dicamba (3,6-dichloro-0-anisic acid 3.85% INERT INGREDIENTS: 60.04% 100.00% Packaged: 2.5-gallon container

VANTAGE 1E, BASF or Approved Equal ACTIVE INGREDIENTS: 13.0% 79 INERT INGREDIENTS: 87.0% GAL 8 $ $ 100.00% Packaged: 1-gallon container

XL-2G, SETRE or Approved Equal ACTIVE INGREDIENTS: Benefin 1.0% ACTIVE INGREDIENTS: Oryzalin 1.0% 80 LB 1,000 $ $ INERT INGREDIENTS: 98.00% 100.00% Packaged: 50-pound bag

HERBICIDES

ARSENAL POWER LINE, BASF or Approved Equal ACTIVE INGREDIENTS: Isopropylanime salt of imazapr (2-[4,5 dihydro-4- methyl-4-(1-methylethyl)-5-oxo-1 H-imidazol-2-yl]-3-pyridinecarboxylic acid 81 26.70% GAL 5 $ $ OTHER INGREDIENTS: 73.30% 100.00% Packaged: 2.5-gallon container

26 NAME OF YOUR COMPANY ______AISHA JOHNSON, SENIOR BUYER JANUARY 19, 2021 EDAWARD A. WILLIAMS, ASST. PURCHASING AGENT ITB: 21-24

BID FORM (cont’d)

APPROX. # DESCRIPTION BRAND/MFG UOM UNIT PRICE EXTENDED TOTAL QTY

HERBICIDES – cont’d

CLASH, NU FARM or Approved Equal ACTIVE INGREDIENTS: Diglycolamine Salt of 3,6-dichloro-o-anisic Acid: 56.80% 82 GAL 1,200 $ $ INERT INGREDIENTS: 43.20% 100.00% Packaged: 2.5-gallon container

DERIGO, BAYER or Approved Equal ACTIVE INGREDIENTS: Foramsulfuron: 24.00% Iodosulfuron-methyl: 2.40% 83 Thiencarbazone-methyl: 10.00% OZ 2,250 $ $ INERT INGREDIENTS: 63.60% 100.00% Packaged: 60-ounce container

DIURON 4L, DREXEL or Approved Equal ACTIVE INGREDIENTS: Diuron 40.0% 84 INERT INGREDIENTS: 60.0% GAL 5 $ $ 100.0% Packaged: 2.5-gallon container

ESCORT 60 WDG, DUPONT or Approved Equal ACTIVE INGREDIENTS: Metsulfuron 60.0% 85 INERT INGREDIENTS: 40.0% OZ 16 $ $ 100.0% Packaged: 16-ounce container

ESPLANADE 200 SC, BAYER or Approved Equal ACTIVE INGREDIENTS: Indaziflam: 19.05% 86 INERT INGREDIENTS: 80.95% GAL 25 $ $ 100.00% Packaged: 2.5-gallon container

27 NAME OF YOUR COMPANY ______AISHA JOHNSON, SENIOR BUYER JANUARY 19, 2021 EDAWARD A. WILLIAMS, ASST. PURCHASING AGENT ITB: 21-24

BID FORM (cont’d)

APPROX. # DESCRIPTION BRAND/MFG UOM UNIT PRICE EXTENDED TOTAL QTY

HERBICIDES – cont’d

FREELEXX, DOW AGROSCIENCES or Approved Equal ACTIVE INGREDIENTS: 2,4-Dichlorophenoxy acetic acid, dimethylamine salt: 56.30% OTHER INGREDIENTS: 43.70% 87 GAL 25 $ $ 100.00% 2,4-Dichlorophenoxy acetic acid 38.4% - 3.8 lb/gal

Packaged: 2.5-gallon container

GARLON 3A, DOW or Approved Equal ACTIVE INGREDIENTS: 44.40% 88 INERT INGREDIENTS: 55.60% GAL 120 $ $ 100.00% Packaged: 2.5-gallon container

IMAZAPIC 2 SL, NU FARM or Approved Equal ACTIVE INGREDIENTS: Ammonium salt of 23.60% 89 INERT INGREDIENTS: 76.40% GAL 180 $ $ 100.00% Packaged: 1-gallon container

KRENITE S, DUPONT or Approved Equal ACTIVE INGREDIENTS: Ammonium salt of Fosamine 41.50% 90 INERT INGREDIENTS: 58.50% GAL 360 $ $ 100.00% Packaged: 2.5-gallon container

METHOD 240 SL, BAYER or Approved Equal ACTIVE INGREDIENTS: Potassium salt of : 25.00% 91 GAL 25 $ $ INERT INGREDIENTS: 75.00% 100.00% Packaged: 2.5-gallon container

28 NAME OF YOUR COMPANY ______AISHA JOHNSON, SENIOR BUYER JANUARY 19, 2021 EDAWARD A. WILLIAMS, ASST. PURCHASING AGENT ITB: 21-24

BID FORM (cont’d)

APPROX. # DESCRIPTION BRAND/MFG UOM UNIT PRICE EXTENDED TOTAL QTY

HERBICIDES – cont’d

MILESTONE VM, DOW or Approved Equal ACTIVE INGREDIENTS: Triisopropanolammonium salt of 2- Carboxylic acid, 4-amino-3,6-dichloro- 40.60% OTHER INGREDIENTS: 59.40% 92 100.00% GAL 5 $ $

Acid Equivalent: (2-pyridine carboxylic acid, 4-amino-3,6- dichloro-) 21.1% - 2 lb/gal

Packaged: 1-gallon container

MSMA 6 PLUS, DREXEL or Approved Equal ACTIVE INGREDIENTS: Monosodium acid methane arsonate: 47.60% 93 GAL 900 $ $ INERT INGREDIENTS: 52.40% 100.00% Packaged: 2.5-gallon container

OUST EXTRA, BAYER or Approved Equal ACTIVE INGREDIENTS: 56.25% Metsulfuron methyl 15.00% 94 LB 800 $ $ INERT INGREDIENTS: 28.75% 100.00% Packaged: 4-pound container

OUST XP, BAYER or Approved Equal ACTIVE INGREDIENTS: Sulfometuron Methyl 75.00% 95 INERT INGREDIENTS: 25.00% LB 40 $ $ 100.00% Packaged: 3-pound container

29 NAME OF YOUR COMPANY ______AISHA JOHNSON, SENIOR BUYER JANUARY 19, 2021 EDAWARD A. WILLIAMS, ASST. PURCHASING AGENT ITB: 21-24

BID FORM (cont’d)

APPROX. # DESCRIPTION BRAND/MFG UOM UNIT PRICE EXTENDED TOTAL QTY

HERBICIDES – cont’d

OUTRIDER, VALENT or Approved Equal or Approved Equal ACTIVE INGREDIENTS: Sulfosulfuron 75.00% 96 INERT INGREDIENTS: 25.00% OZ 3,200 $ $ 100.00% Packaged: 20-ounce container

PENDULUM AQUA CAP, BAS or Approved Equal F or Approved Equal ACTIVE INGREDIENTS: Pendimethaline: N- (1-ethylpropyl)-3,4-dimethyl-2,-6-dinitrobenamine: 38.70% 97 GAL 240 $ $ OTHER INGREDIENTS: 61.30% 100.00% Packaged: 2.5-gallon container

PLATEAU, BASF or Approved Equal or Approved Equal ACTIVE INGREDIENTS: Ammonium salt of Imazapic 23.60% 98 INERT INGREDIENTS: 76.40% GAL 120 $ $ 100.00% Packaged: 1-gallon container

PRINCEP 4L, SYNGENTA or Approved Equal or Approved Equal ACTIVE INGREDIENT: : 42.1% 99 OTHER INGREDIENTS: 57.9% GAL 180 $ $ 100.0% Packaged: 2.5-gallon container

PROCLIPSE 65WG, NUFARM or Approved Equal or Approved Equal ACTIVE INGREDIENTS: Prodiamine: 65.00% 100 INERT INGREDIENTS: 35.00% LB 200 $ $ 100.00% Packaged: 5-pound container

RANGER PRO, BAYER or Approved Equal or Approved Equal ACTIVE INGREDIENTS: : 41.00% 101 INERT INGREDIENTS: 59.00% GAL 1,760 $ $ 100.00% Packaged: 2.5-gallon container

30 NAME OF YOUR COMPANY ______AISHA JOHNSON, SENIOR BUYER JANUARY 19, 2021 EDAWARD A. WILLIAMS, ASST. PURCHASING AGENT ITB: 21-24

BID FORM (cont’d)

APPROX. # DESCRIPTION BRAND/MFG UOM UNIT PRICE EXTENDED TOTAL QTY

HERBICIDES – cont’d

ROUND UP CUSTOM, BAYER or Approved Equal ACTIVE INGREDIENTS: Glyphosate: 53.80% 102 INERT INGREDIENTS: 46.20% GAL 100 $ $ 100.00% Packaged: 2.5-gallon container

ROUND UP CONCENTRATE, BAYER or Approved Equal ACTIVE INGREDIENTS: Glyphosate: 53.80% 103 INERT INGREDIENTS: 46.20% GAL 100 $ $ 100.00% Packaged: 2.5-gallon container

SIMAZINE 4L, DREXEL or Approved Equal ACTIVE INGREDIENTS: Simazine: 42.10% 104 INERT INGREDIENTS: 57.90% GAL 960 $ $ 100.00% Packaged: 2.5-gallon container

VANQUISH, NU FARM or Approved Equal ACTIVE INGREDIENTS: Diglycolamine Salt of 3,6-dichloro-o-anisic Acid: 56.80% 105 GAL 1,200 $ $ INERT INGREDIENTS: 43.20% 100.00% Packaged: 2.5-gallon container

VASTLAN, DOW AGROSCIENCES or Approved Equal ACTIVE INGREDIENTS: Triclopyr chloline: 54.72% OTHER INGREDIENTS: 45.28% 106 GAL 25 $ $ 100.00% Acid Equivalent: Triclopyr – 39.02% - 4 lb/gal

Packaged: 2.5-gallon container

31 NAME OF YOUR COMPANY ______AISHA JOHNSON, SENIOR BUYER JANUARY 19, 2021 EDAWARD A. WILLIAMS, ASST. PURCHASING AGENT ITB: 21-24

BID FORM (cont’d)

APPROX. # DESCRIPTION BRAND/MFG UOM UNIT PRICE EXTENDED TOTAL QTY

HERBICIDES – cont’d

VIEWPOINT, BAYER or Approved Equal ACTIVE INGREDIENTS: : 31.60% Aminocyclopyrachlor: 22.80% 107 LB 5 $ $ Metsulfuron methyl: 7.30% INERT INGREDIENTS: 38.30% 100.00% Packaged: 5-pound container

WEEDAR 64, NUFARM or Approved Equal ACTIVE INGREDIENTS: 2,4-Dichlorophenoxy acetic acid, dimethylamine salt: 46.80% 108 GAL 2,500 $ $ INERT INGREDIENTS: 53.20% 100.00% Packaged: 2.5-gallon container

SURFACTANT/DRIFT CONTROL

FAST BREAK, WINFIELD SOLUTIONS or Approved Equal PRINCIPAL FUNCTIONING AGENTS: DIMETHYLPOLYSILOANE 7.70% METHYLATED SILICON 2.30% 109 PT 1,000 $ $ CONSTITUENTS INEFFECTIVE: AS SPRAY ADJUVANT 90.00% 100.00% Packaged: pint container

GROUND ZERO, HELENA ACTIVE INGREDIENTS: Proprietary Blend of Polyetheneal and Polypropenylaminde Co-Pollymers, paraffinic hydrocarbons, and emulsifiers 110 PT 500 $ $

100.00% Packaged: pint container

32 NAME OF YOUR COMPANY ______AISHA JOHNSON, SENIOR BUYER JANUARY 19, 2021 EDAWARD A. WILLIAMS, ASST. PURCHASING AGENT ITB: 21-24

BID FORM (cont’d)

APPROX. # DESCRIPTION BRAND/MFG UOM UNIT PRICE EXTENDED TOTAL QTY

SURFACTANT/DRIFT CONTROL – cont’d

KNOCKDOWN, ELITE or Approved Equal PRINCIPAL FUNCTIONING AGENTS: A proprietary blend of silica Filled Polydimethylsiloxane 111 PT 12 $ $ And Constitutes ineffective as spray adjuvant 100.00%

Packaged: pint container

METHALATED SEED OIL, SURFACTANT or Approved Equal ACTIVE INGREDIENTS: Methalated soybean oil 90.00% 112 INERT INGREDIENTS: 10.00% GAL 5 $ $ 100.00% Packaged: 2.5-gallon container

NU-FILM-IR, MILLER or Approved Equal ACTIVE INGREDIENTS: Poly-I-p-Menthene 96.00% 113 INERT INGREDIENTS: 4.00% GAL 10 $ $ 100.00% Packaged: 2.5-gallon container

RRSI NIS DEFOAMER ANTIFOAM/DEFOAMER or Approved Equal ACTIVE INGREDIENTS: Polydimethylsiloxane; silica 15.00% 114 Constituents ineffective as spray adjuvants 85.00% QT 12 $ $ 100.00%

Packaged: 1-quart container

33 NAME OF YOUR COMPANY ______AISHA JOHNSON, SENIOR BUYER JANUARY 19, 2021 EDAWARD A. WILLIAMS, ASST. PURCHASING AGENT ITB: 21-24

BID FORM (cont’d)

APPROX. # DESCRIPTION BRAND/MFG UOM UNIT PRICE EXTENDED TOTAL QTY

SURFACTANT/DRIFT CONTROL – cont’d

RRSI NIS PRO SURFACTANT with ORT or Approved Equal ACTIVE INGREDIENTS: Alkylarylpolyethylene glycols, free fatty acids and 115 components ineffective as an adjuvant GAL 10 $ $ 100.00% Packaged: 2.5-gallon container

RRSI NIS, SURFACTANT or Approved Equal ACTIVE INGREDIENTS: Alkylarylpolyethylene glycols, free fatty acids and 116 components ineffective as an adjuvant GAL 1,620 $ $ 100.00% Packaged: 2.5-gallon container SECURE ULTRA DEPOSITION AID/DRIFT RETARDANT or Approved Equal ACTIVE INGREDIENTS: 117 Polymers and other active ingredients 35.00% QT 250 $ $ INEFFECTIVE INGREDIENTS: 65.00% 100.00% Packaged: 1-quart container

MISCELLANEOUS ITEMS

ACTIVATED CHARCOAL or Approved Equal 118 BAG 200 $ $ Packaged: 50-pound bag

34 NAME OF YOUR COMPANY ______AISHA JOHNSON, SENIOR BUYER JANUARY 19, 2021 EDAWARD A. WILLIAMS, ASST. PURCHASING AGENT ITB: 21-24

BID FORM (cont’d)

APPROX. # DESCRIPTION BRAND/MFG UOM UNIT PRICE EXTENDED TOTAL QTY

MISCELLANEOUS ITEMS – cont’d

ADMIRAL LIQUID, BECKER UNDERWOOD or Approved Equal ACTIVE INGREDIENTS: Acid Blue 9 15.31% 119 Acid Yellow 23 1.00% GAL 60 $ $ INERT INGREDIENTS: 83.69% 100.00% Packaged: 1-gallon container

ADMIRAL LIQUID, BECKER UNDERWOOD or Approved Equal ACTIVE INGREDIENTS: Acid Blue 9 15.31% 120 Acid Yellow 23 1.00% GAL 60 $ $ INERT INGREDIENTS: 83.69% 100.00% Packaged: 30-gallon container

ADMIRAL WSP, BECKER UNDERWOOD or Approved Equal ACTIVE INGREDIENTS: Acid Blue 9 49.72% 121 Acid Yellow 23 3.27% PKG 64 $ $ INERT INGREDIENTS: 47.01% 100.00% Packaged: 16 X 1 ounce water soluble packages or approved equal

AQUASHADE, APPLIED BIOCHEMISTS or Approved Equal ACTIVE INGREDIENTS: Acid Blue 9 12.60% 122 Acid Yellow 23 1.04% GAL 50 $ $ INERT INGREDIENTS: 86.36% 100.00% Packaged: 1-gallon container

35 NAME OF YOUR COMPANY ______AISHA JOHNSON, SENIOR BUYER JANUARY 19, 2021 EDAWARD A. WILLIAMS, ASST. PURCHASING AGENT ITB: 21-24

BID FORM (cont’d)

APPROX. # DESCRIPTION BRAND/MFG UOM UNIT PRICE EXTENDED TOTAL QTY

MISCELLANEOUS ITEMS – cont’d

B-NINE SP, CHEMTURA or Approved Equal ACTIVE INGREDIENTS: Butanedioic acid mono(2,2-dimethyllhydrazide) 85.00% 123 LB 2 $ $ INERT INGREDIENTS: 15.00% 100.00% Packaged: 1.0-pound container

DIP-N-GROW (rooting aid) or Approved Equal ACTIVE INGREDIENTS: Indole-3-butyric acid 1.00% 124 1-Naphaleneacetic 0.50% PT 4 $ $ INERT INGREDIENTS: 98.50% 100.00% Packaged: 16-ounce container

FINAL (rodenticide), BELL LABORATORIES or Approved Equal ACTIVE INGREDIENT: Brodifacoum 0.005% 125 INERT INGREDIENTS: 99.995% LB 24 $ $ 100.000% Packaged: 4 pound pails or approved equal

GREENSHIELD, BASF or Approved Equal ACTIVE INGREDIENTS: Dimethyl Benzyl Amm. Chloride 10.00% 126 Dimethyl Ethyl Benzyl Amm. Chloride 10.00% GAL 20 $ $ INERT INGREDIENTS: 80.00% 100.00% Packaged: 1-gallon container

36 NAME OF YOUR COMPANY ______AISHA JOHNSON, SENIOR BUYER JANUARY 19, 2021 EDAWARD A. WILLIAMS, ASST. PURCHASING AGENT ITB: 21-24

BID FORM (cont’d)

APPROX. # DESCRIPTION BRAND/MFG UOM UNIT PRICE EXTENDED TOTAL QTY

MISCELLANEOUS ITEMS – cont’d

LAKEPAK WSP, BECKER UNDERWOOD or Approved Equal Biological Lake Clarifier and Deodorizer 127 PKT 120 $ $

Packaged: 24 X 8 ounce packets or approved equal

LIME SULFUR SOLUTION, MILLER or Approved Equal ACTIVE INGREDIENTS: Calcium polysulfide 29.00% 128 INERT INGREDIENTS: 71.00% GAL 20 $ $ 100.00% Packaged: 5.0-gallon container

PRUNE SMART SPROUT INHIBITOR, FERTILONE or Approved Equal ACTIVE INGREDIENTS: Ethyl-1-Naphthaleneacetate 1.15% 129 INERT INGREDIENTS: 98.85% CNTR 16 $ $ 100.00% Packaged: 24-ounce container

SA-20, SOAG or Approved Equal ACTIVE INGREDIENTS: Dimethyl Benzyl Amm. Chloride 10.00% 130 GAL 5 $ $ INERT INGREDIENTS: 80.00% 100.00% Packaged: 1-gallon container

TIM-BOR (Wood Treatment), NISUS or Approved Equal ACTIVE INGREDIENTS: Disodium Octaborate Tetrahydrade 98.00% 131 INERT INGREDIENTS: 2.00% LB 25 $ $ 100.00% Packaged: 25.0-pound container

37 NAME OF YOUR COMPANY ______AISHA JOHNSON, SENIOR BUYER JANUARY 19, 2021 EDAWARD A. WILLIAMS, ASST. PURCHASING AGENT ITB: 21-24

BID FORM (cont’d)

APPROX. # DESCRIPTION BRAND/MFG UOM UNIT PRICE EXTENDED TOTAL QTY

MISCELLANEOUS ITEMS – cont’d

ULTRA PURE OIL, BASF or Approved Equal ACTIVE INGREDIENTS: Petroleum Oil 98.0% INERT INGREDIENTS: 2.0% 132 100.0% GAL 5 $ $ No substitutions on this chemical. Has label to allow use in greenhouses.

Packaged: 2.5-gallon container

FERTILIZERS

CALCIUM NITRATE or Approved Equal Greenhouse Grade Only 133 BAG 2 $ $

Packaged: 50-pound bag

CHELATED IRON PLUS 12-0-0 or Approved Equal Micronutrients for Turf and Ornamentals 134 GAL 15 $ $

Packaged: 2.5-gallon container

CHELATED MICRO MIX or Approved Equal Micro Mix for Turf and Ornamentals 135 GAL 15 $ $

Packaged: 2.5-gallon container

IRONITE 12% IRON or Approved Equal 136 BAG 90 $ $ Packaged: 50-pound bag

MAGNESIUM SULFATE or Approved Equal 137 BAG 2 $ $ Packaged: 50-pound bag

38 NAME OF YOUR COMPANY ______AISHA JOHNSON, SENIOR BUYER JANUARY 19, 2021 EDAWARD A. WILLIAMS, ASST. PURCHASING AGENT ITB: 21-24

BID FORM (cont’d)

APPROX. # DESCRIPTION BRAND/MFG UOM UNIT PRICE EXTENDED TOTAL QTY

FERTILIZERS – cont’d

MIOCROMAX MICRONUTRIENTS, SCOTT’S or Approved Equal 138 BAG 1 $ $ Packaged: 50-pound bag MILORGANITE 6-2-0 (FAIRWAY GRADE), MILORGANITE or Approved Equal 139 BAG 80 $ $

Packaged: 40-pound bag

PELLETIZED DOLOMITIC LIMESTONE or Approved Equal 140 BAG 400 $ $ Packaged: 50-pound bag

POLYMER COATED 0-0-50 or Approved Equal 141 BAG 20 $ $ Packaged: 50-pound bag

POLYMER COATED 14-14-14 3-4 MONTH or Approved Equal 142 BAG 20 $ $ Packaged: 50-pound bag

POLYMER COATED 16-5-10 8-9 MONTH or Approved Equal 143 BAG 20 $ $ Packaged: 50-pound bag

SOLUBLE 10-30-20 BLOOM BOOSTER or Approved Equal 144 BAG 30 $ $ Packaged: 25-pound bag

SOLUBLE 15-0-15 DARK WEATHER FEED or Approved Equal 145 BAG 40 $ $ Packaged: 25-pound bag

SOLUBLE 15-5-15 CAL - MAG or Approved Equal 146 BAG 40 $ $ Packaged: 25-pound bag

SOLUBLE 20-10-20 PEAT LITE or Approved Equal 147 BAG 40 $ $ Packaged: 25-pound bag

39 NAME OF YOUR COMPANY ______AISHA JOHNSON, SENIOR BUYER JANUARY 19, 2021 EDAWARD A. WILLIAMS, ASST. PURCHASING AGENT ITB: 21-24

BID FORM (cont’d)

APPROX. # DESCRIPTION BRAND/MFG UOM UNIT PRICE EXTENDED TOTAL QTY

FERTILIZERS – cont’d

SOLUBLE 20-20-20 GENERAL PURPOSE or Approved Equal 148 BAG 60 $ $ Packaged: 25-pound bag

5-10-31 WITH IRON or Approved Equal 149 BAG 25 $ $ Packaged: 50-pound bag

10-20-10 WITH MINORS or Approved Equal 150 BAG 40 $ $ Packaged: 50-pound bag 12-6-6 NURSERY SPECIAL WITH MINORS (8% SR UREA) or Approved Equal 151 BAG 40 $ $

Packaged: 50-pound bag

13-13-13 GENERAL PURPOSE or Approved Equal 152 BAG 600 $ $ Packaged: 50-pound bag

15-0-15 WITH MINORS or Approved Equal 153 BAG 40 $ $ Packaged: 50-pound bag

18-24-12 WITH MINORS or Approved Equal 154 BAG 40 $ $ Packaged: 50-pound bag

24-5-11 WITH MINORS or Approved Equal 155 BAG 160 $ $ Packaged: 50-pound bag

33-0-0 AMMONIUM SULFATE/UREA or Approved Equal 156 BAG 20 $ $ Packaged: 50-pound bag

46-0-0 UREA or Approved Equal 157 BAG 80 $ $ Packaged: 50-pound bag

40 NAME OF YOUR COMPANY ______AISHA JOHNSON, SENIOR BUYER JANUARY 19, 2021 EDAWARD A. WILLIAMS, ASST. PURCHASING AGENT ITB: 21-24

BID FORM (cont’d)

APPROX. # DESCRIPTION BRAND/MFG UOM UNIT PRICE EXTENDED TOTAL QTY

SOIL AMENDMENTS

PEAT MOSS GROWER’S GRADE or Approved Equal 158 BAG 475 $ $ Packaged: 3.8 cu. ft. bag

COARSE VERMICULITE or Approved Equal 159 BAG 220 $ $ Packaged: 4 cu. ft. bag

PROMIX PLUG MIX, PROMIX or Approved Equal 160 BAG 20 $ $ Packaged: 3.8 cu. ft. bag

FAFARD MIX 3B or Approved Equal 161 BAG 40 $ $ Packaged: 2.8 cu. ft. bag

HORTICULTURAL PERLITE or Approved Equal 162 BAG 650 $ $ Packaged: 4.0 cu. ft. bag

PROMIX PGX (NO SUBSTITUTES), PROMIX or Approved Equal 163 BAG 45 $ $ Packaged: 3.8 cu. ft. bag

41 NAME OF YOUR COMPANY ______AISHA JOHNSON, SENIOR BUYER JANUARY 19, 2021 EDAWARD A. WILLIAMS, ASST. PURCHASING AGENT ITB: 21-24

BID FORM (cont’d)

CHEMICAL APPROX. # DESCRIPTION RATE/ACRE RATE/100 GALS UOM UNIT PRICE TOTAL PRICE ANALYSIS QTY

FOR THE FOLLOWING ITEMS PROVIDE TWO (2) LABELS AND MSDS WHICH INDICATE THE CHEMICAL ANALYSIS AND RATE PER 100 GALLONS OR ACRE:

TURF MARKER (BLUE) or Approved Equal 164 GALS 16 $ $

Packaged: 2.5-gallon container LESCO TOURNAMENT MARKING PAINT or Approved 165 Equal OZ 24 $ $

Packaged: 18-ounce cans BIG FOOT SS - TURF MARKER (BLUE) Super Concentrate Turf Marker or 166 QT 48 $ $ Approved Equal

Packaged: 1-quart container Application/Safety Training 167 $ Sessions

GRAND TOTAL $

DELIVERY:

Delivery is guaranteed no later than ______day(s) after order date.

MAXIMUM DISCOUNT:

GUARANTEED DISCOUNT IF BID IS RENEWED FOR 2ND YEAR: ______%

GUARANTEED DISCOUNT IF BID IS RENEWED FOR 3RD YEAR: ______%

42 NAME OF YOUR COMPANY ______AISHA JOHNSON, SENIOR BUYER JANUARY 19, 2021 EDWARD A. WILLIAMS, ASST. PURCHASING AGENT ITB: 21-24

DEBARMENT STATEMENT

CERTIFICATION REGARDING DEBARMENT, SUSPENSIONS, AND OTHER RESPONSIBILITY MATTERS

(Executive Order 12549, Debarment and Suspension, 34 CFR Part 85)

Bidder/Offeror certifies to the best of its knowledge and belief, that it and its principals:

(a) [ ] Are [ ] are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency;

(b) [ ] Have [ ] have not within a three-year period preceding award of this contract been convicted of or had civil judgement rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or Local) transaction or contract under a public transaction; violation of Federal or State antitrust statues or commission of embezzlement, theft, forgery, bribery, falsification or destruction or records, making false statements, or receiving stolen property;

(c) [ ] Are [ ] are not presently indicted for or otherwise criminally charged by a governmental entity (Federal, State or Local) with commission on any of the offenses enumerated in Paragraph (b) above; and

(d) [ ] Have [ ] have not within a three-year period preceding award of this contract had one or more public transactions (Federal, State or Local) terminated for cause of default.

(e) DATA UNIVERSAL NUMBERING SYSTEM (DUNS) Duns number must be provided on the signature page of this document before an award can be made to facilitate System Award Management (SAM) certification https://www.sam.gov/SAM/. Companies that do not have a free DUNS number may visit https://www.dnb.com/duns-number/get-a-duns.html for more information. The City of Birmingham does not provide DUNS numbers.

______AUTHORIZED SIGNATURE TITLE

______PRINTED NAME DATE

_____ I am unable to certify to the above statements. My explanation is attached.

43 NAME OF YOUR COMPANY ______

AISHA JOHNSON, SENIOR BUYER JANUARY 19, 2021 EDWARD A. WILLIAMS, ASST. PURCHASING AGENT ITB: 21-24

SIGNATURE PAGE

I hereby certify that we do not discriminate in employment of our personnel against any persons on account of race, creed, color, sex, or national origins, and acknowledge and agree that the City encourages minority - and women - owned business participation to the maximum extent possible. This policy includes Historically Underutilized Business Enterprises such as architectural firms, engineering firms, investment banking firms, other professional service providers, and construction contractors as part of the City’s business, economic and community revitalization programs.

EXCEPTION TO SPECIFICATIONS: (use extra pages if necessary)

Bidder acknowledges receipt of ______addenda(s). (addenda numbers)

This page must be returned with bid. DUNS #______

______Date of Bid Name (Print legibly or Type)

______Company Title

______Street Address Signature

______City State Zip Tax ID Number

______Post Office Box E-Mail Address

______City State Zip Telephone Number

______Terms of Payment Fax Number

______Delivery Date Cell Phone

IF AVAILABLE, PLEASE SUBMIT COPY OF CURRENT CITY OF BIRMINGHAM BUSINESS LICENSE WITH THIS BID.

INDICATE THE FOLLOWING ADDRESSES IF DIFFERENT FROM ABOVE:

1. BID AWARD NOTICE ADDRESS ______2. PURCHASE ORDER ADDRESS ______3. REMITTANCE ADDRESS (and name if different than above) ______44 NAME OF YOUR COMPANY ______