HomeMy WebLinkAboutMiami-Dade County ITBBID NO.: 7602-5/14 II
OPENING: 2:00 P.M.
Wednesday, January 23, 2008
MIAMI-DADE COUNTY, FLORIDA
INVITATION
TO BID
TITLE:
MEDICAL AND INDUSTRIAL GASES
THE FOLLOWING ARE REQUIREMENTS OF THIS BID, AS NOTED BELOW:
BID DEPOSIT AND PERFORMANCE BOND• N/A
CATALOGUE AND LISTS• N/A
CERTIFICATE OF COMPETENCY. N/A
EQUIPMENT LIST• N/A
EXPEDITED PURCHASING PROGRAM (EPP) N/A
INDEMNIFICATION/INSURANCE• SEE SECTION 2, PARAGRAPH 2.11
LIVING WAGE: N/A
PRE -BID CONFERENCE/WALK-THRU: N/A
SMALL BUSINESS ENTERPRISE MEASURE: SEE SECTION 2, PARAGRAPH 2.2
SAMPLES/INFORMATION SHEETS: N/A
SECTION 3 - MDHA• N/A
SITE VISIT/AFFIDAVIT: N/A
USER ACCESS PROGRAM: SEE SECTION 2, PARAGRAPH 2.21
WRITTEN WARRANTY: SEE SECTION 2, PARAGRAPH 2.19
FOR INFORMATION CONTACT:
KM! RA AT 305-375-1291, OR AT KMRA@MIAMIDADE.GOV
IMPORTANT NOTICE TO BIDDERS:
PLEASE COMPLETE AND SUBMIT ALL AFFIDAVITS ATTACHED TO THIS
SOLICITATION
MIAMI-DADE COUNTY
DEPARTMENT OF PROCUREMENT MANAGEMENT
PURCHASING DIVISION
FAILURE TO COMPLETE THE CERTIFICATION REGARDING LOCAL PREFERENCE ON
PAGE 41 OF SECTION 4, BID SUBMITTAL FORM SHALL RENDER THE VENDOR
INELIGIBLE FOR LOCAL PREFERENCE
FAILURE TO SIGN PAGE 41 OF SECTION 4, BID SUBMITTAL FORM WILL RENDER
YOUR BID NON -RESPONSIVE
MIAMI-DARE
COU iTY
MIAMI-DADE COUNTY, FLORIDA
INVITATION TO BID
Bid Number: 7602-5/14
Title: Medical and Industrial Gases
Sr. Procurement Contracting Agent: Km! Ra, CPPO, CPPB, C.P.M.
Bids will be accepted until 2:00 p.m. on Wednesday, January 23, 2008
Bids will be publicly opened. The County provides equal access and does not discriminate on
the basis of disability in its programs or services. It is our policy to make all communication
available to the public, including those who may be visually or hearing impaired. If you
require information in a non-traditional format please call 305-375-5278.
Instructions: Each Bid submitted to the Department of Procurement Management shall have
the following information clearly marked on the face of the envelope: the Bidders name, return
address, Bid number, opening date of the Bid and the title of the Bid. Included in the envelope
shall be an original and two copies of the Bid Submittal, plus attachments if applicable. Failure
to comply with this requirement may result in your Bid not being considered for award.
All Bids must be submitted in a sealed envelope or container and will be opened promptly at
the time indicated in this solicitation document. Any Bid received after the first Bid has been
opened will be returned to the Bidder unopened. The County does not accept responsibility for
delays, natural or otherwise.
NOTICE TO ALL BIDDERS:
• FAILURE TO SIGN THE BID SUBMITTAL FORM WILL RENDER YOUR BID
NON -RESPONSIVE.
• THE BID SUBMITTAL FORM CONTAINS IMPORTANT CERTIFICATIONS
THAT REQUIRE REVIEW AND COMPLETION BY ANY VENDOR RESPONDING
TO THIS SOLICITATION
MIAMI-DADE COUNTY BID NO.: 7602-5/14
SECTION 1
GENERAL TERMS AND CONDITIONS
Medical and Industrial Gases
1.1. DEFINITIONS
Bid - shall refer to any offer(s) submitted in response to this solicitation.
Bidder - shall refer to anyone submitting a Bid in response to this
solicitation.
Bid Solicitation - shall mean This solicitation documentation, including
any and all addenda.
Bid Submittal Form - defines the requirement of items to be
purchased, and must be completed and submitted with Bid. The Bidder
should indicate its name in the appropriate space on each page.
County - shall refer to Iviiatni bade County, Florida
DPM - shall refer to Miami -Dade County's Department of Procurement
Management Purchasing Division.
Enrolled Vendor LL EFFECTIVE JULY 8, 2002, shall refer to a fine
that has completed the necessary documentation in order to receive Bid
notifications from the County, but has not yet registered.
Registered Vendor - shall refer to a firm that has completed the Miami -
Dade County Business Entity Registration Application and has satisfied
all requirements to enter in to business agreements with the County.
For additional information about on-line vendor enrollment or
vendor registration contact the Vendor Assistance Unit at 111 N.W.
1" Street, 13i' Floor, Miami, FL 33128, Phone 305-375-5773.
EFFECTIVE JULY 1, 2002, vendors will be able to enroll and
register online by visiting oar web site at http://miamidade.tov and
click on "Business".
1.2, INSTRUCTIONS TO BIDDERS
A. Bidder Qualification
It is the policy of the County to encourage full and open competition
among all available qualified vendors. MI vendors regularly engaged in
the type of work specified in the Bid Solicitation are encouraged to
submit Bids. Vendors may enroll with the County to be included on a
mailing list for selected categories of goods and services. To be eligible
for award of a contract (including small purchase orders), Bidders must
complete a "Miami -Dade County Business Entity Registration
Application". Only Registered Vendors can be awarded County
contracts. Vendors are encouraged to register with the County anytime
by contacting the Vendor Information Center at 305-375-5287. The
County endeavors to obtain the participation of all qualified minority
and disadvantaged business enterprises. For information and to apply for
certification, contact the Department of Business Development, at 1l1
N.W. 1 Street 19`s Floor, Miami, FL 33128-1844, or telephone at 305-
375-3111. County employees wishing to do business with the County
are referred to Section 2-11.1(d) of the Miami -Dade County Code.
B. Vendor Registration
To be recommended for award the County requires that vendors
complete a Miami -Dade County Business Entity Registration
Application with all required disclosure affidavits. The Miami -Dade
County Business Entity Registration Application must be returned to the
Department of Procurement Management (DPM), Purchasing Division
within Fourteen (14) days of notification of the intent to recommend for
award. In the event the Miami -Dade County Business Entity
Registration Application is not properly completed and returned within
the specified time, the County may award to next lowest responsive
Bidder,. The Bidder is responsible for obtaining the Ivrami-Dade County
Business Entity Registration Application and all affidavits by
downloading from DPM's website at http://miamidade,gov and click on
"Business" or from the Vendor Assistance Unit at 111 N.W. 1" Street,
Miami, FL. In becoming a Registered Vendor with Miami -Dade County,
the vendor confirms its knowledge of and commitment to comply with
the following:
1. Disclosure of Employment - pursuant to Section 2-8.1(d) of the
County Code.
2. Disclosure of Ownership Affidavit - pursuant to Section 2-8.1(d)
of the County Code,
3. Drug -Free Affidavit - pursuant to Section 2-8.1.2(b) of the County
Code.
-1-
4. W-9 and 8109 Forms - The vendor must furnish these forms as
required by the Internal Revenue Service.
5, Social Security Number - The vendor must provide a copy of the
primary owner's social security card if the social security number
is being used in lieu of the Federal Identification Number
(F.E,LN.).
6. Americans with Disabilities Act (A.D.A.) Affidavit - It is the
policy of the County to comply with all requirements of County
Resolution R182-00 and the A.D.A.
7. Collection of Fees, Taxes and Parking Tickets Affidavit - pursuant
to Section 2-8.1 (c) ate County Code.
8. Conflict of Interest and Code of Ethics - pursuant to Sections 2-
8.1(i) and 2-11.1(b) (1) through (6) and (9) of the County Code and
County Ordinance No. 00-1 amending Section 2-11.1(c) of the
County Code.
9. Code of Business Ethics - pursuant to Section 2-8.1(i) of the
County Code.
10. Debarment Disclosure Affidavit- pursuantto County Code 10-38.
II. Office of the Inspector General Pursuant to Section 2-1076 of the
County Code.
12. Minority and Disadvantaged Business Enterprises. The County
endeavors to obtain the participation of all minority and
disadvantaged business enterprises pursuant to Sections 2-8.2, 2-
8.2.3 and 2-8.2.4 of the County Code and Title 49 of the Code of
Federal Regulations.
13. Individuals and Entities Doing Business with the County not
current in their obligations to the County - pursuant to Sections 2-
8.1 (h) and 2-11.1(b)(8) oldie County Code.
14. Nondiscrimination pursuant to Section 2-8.1.5 of the County Code.
15. Family Leave - Pursuant to Section 11A-30 of the County Code.
16. Living Wage - Pursuant to Section 2-8.9 of the County Code.
17. Domestic Leave - Pursuant to Section 11A-60 of the County Code.
18. Antitrust Laws - By acceptance of any contract, the vendor agrees
to comply with all antitrust laws of the United States and the State
of Florida.
C. PUBLIC ENTITY CRIMES
To be eligible for award of a contract, firms wishing to do business with
the County must comply with the following
Pursunt to Section 287.133(2)(a) of the Florida Statutes, a person or
affiliate who has been placed on the convicted vendor list following a
conviction for a public entity crime may not submit a Bid on a contract
to provide any goods or services to a public entity, may not submit a Bid
on a contract with a public entity for the construction or repair of a
public building or public work, may not submit Bids on leases of real
property to a public entity, may not be awarded or perform work as a
contractor, supplier, subcontractor, or consultant under a contract with
any public entity, and may not transact business with any public entity in
excess of the threshold amount provided in Section 287.017 of the
Florida Statutes, for CATEGORY TWO for a period of 36 months from
the date of being placed on the convicted vendor list.
D. Request for Additional Information
1. Pursuant to Section 2-11.1(t) of the County Code, all Bid
Solicitations, once advertised and until an award recommendation
has been forwarded to the appropriate authority are under the
"Cone of Silence". Any communication or inquiries, except for
clarification of process or procedure already contained in the
solicitation, are to be made in writing to the attention of the
Procurement Agent identified on the front page of the solicitation.
Such inquiries or request for information shall be submitted to the
procurement agent in writing and shall contain the requester's
name, address, and telephone number. If transmitted by facsimile,
the request should also include a cover sheet with Bidder's
facsimile number. The requestor must also file a copy of this
written request with the Clerk of the Board, 111 NW 1" Street, 171°
Floor, suite 202, Miami, Florida 33128-1983 or email
elerkbcc@miamidad e. Roy.
2. The Department of Procurement Management may issue an
addendum in response to any inquiry received, prior to Bid
opening, which changes, adds to or clarifies the terms, provisions
Revised 10/24/07
MIAMI-DADE COUNTY BID NO.: 7602-5/14
SECTION 1
GENERAL TERMS AND CONDITIONS
Medical and Industrial Gases
or requirements of the solicitation. The Bidder should not rely on
any representation, statement or explanation whether written or
verbal, other than those made in this Bid Solicitation document or
in any addenda issued. Where there appears to be a conflict
between this Bid Solicitation and any addenda, the last addendum
issued shall prevail.
3. It is the Bidder's responsibility to ensure receipt of all addenda,
and any accompanying documentation, The Bidder is required to
submit with its Bid a signed "Acknowledgment of Addenda" form,
when any addenda have been issued.
E. Contents of Bid Solicitation and Bidders' Responsibilities
1. It is the responsibility of the Bidder to become thoroughly familiar
with the Bid requirements, terms and conditions of this solicitation.
Pleas of ignorance by the Bidder of conditions that exist or that
may exist will not be accepted as a basis for varying the
requirements of the County, or the compensation to be paid to the
Bidder.
2. This solicitation is subject to all legal requirements contained in
the applicable County Ordinances, Administrative Orders, and
Resolutions, as well as all applicable State and Federal Statutes.
Where conflict exists between this Bid Solicitation and these legal
requirements, the authority shall prevail in the following order:
Federal, State and local.
3. It is the responsibility of the Bidder/Proposer, prior to conducting
any lobbying reearding this solicitation to file the appropriate
form with the Clerk of the Board stating that a particular
lobbvist is authorized to represent the Bidder/Proposer. The
Bidder/Proposer shall also file a form with the Clerk of the Board
at the point in time at which a lobbyist is no longer authorized to
represent said Bidder/ Proposer. Failure of a Bidder/Proposer to
file the appropriate form required, in relation to each solicitation,
may be considered as evidence that the Bidder/Proposer is not a
responsible contractor.
F. Change or Withdrawal of Bids
1. Changes to Bid - Prior to the scheduled Bid opening a Bidder may
change its Bid by submitting a new Bid, (as indicated on the cover
page) with a letter in writing on the firms letterhead, signed by an
authorized agent stating that the new submittal replaces the
original submittal. The new submittal shall contain the letter and
all information as required for submitting the original Bid. No
changes to a Bid will be accepted after the Bid has been opened.
2. Withdrawal of Bid — A Bid shall he irrevocable unless the Bid is
withdrawn as provided herein. Only written a letter received by
the DPM Purchasing Division prior to the Bid opening date may
withdraw a bid. A bid may also be withdrawn ninety (90) days
after the Bid has been opened and prior to award, by submitting a
letter to the contact person identified on the front cover of this Bid
Solicitation. The withdrawal letter must be on company letterhead
and signed by an authorized agent of the Bidder.
G. Conflicts Within The Bid Solicitation
Where there appears to be a conflict between the General Terms
and Conditions, Special Conditions, the Technical Specifications,
the Bid Submittal Section, or any addendum issued, the order of
precedence shall be: the last addendum issued, the Bid Submittal
Section, the Technical Specifications, the Special Conditions, and
then the General Terms and Conditions.
Il.
Prompt Payment Terms
It is the policy of Miami -Dade County that payment for all
purchases by County agencies and the Public Health Trust shall be
made in a timely manner and that interest payments be made on
late payments. 1n accordance with Florida Statutes, Section 218.74
and Section 2-8,1.4 of the Miami -Dade County Code, the time at
which payment shall be due from the County or the Public Health
Trust shall be forty-five (45) days from receipt of a proper invoice.
The time at which payment shall be due to small businesses shall
be thirty (30) days from receipt of a proper invoice. All payments
due from the County or the Public Health Trust, and not made
within the time specified by this section, shall bear interest from
thirty (30) days alter the due date at the rate of one percent (1%)
per month on the unpaid balance. Further, proceedings to resolve
disputes for payment of obligations shall be concluded by final
written decision of the County Manager, or his or her designec(s),
not later than sixty (60) days after the date on which the proper
invoice was received by the County or the Public Health Trust.
2. The Bidder may offer cash discounts for prompt payments;
however, such discounts will not be considered in determining the
lowest price during bid evaluation, Bidders are requested to
provide prompt payment terms in the space provided on the Bid
submittal signature page of the solicitation
1.3. PREPARATION OF BIDS
A. The Bid submittal form defines requirements of items to be
purchased, and must be completed and submitted with the Bid. Use
of any other form will result in the rejection of the Bidder's offer.
B. The Bid submittal form must be legible. Bidders shall use
typewriter, computer or ink. All changes must be crossed out and
initialed in ink. Failure to comply with these requirements may
cause the Bid to be rejected.
C. An authorized agent of the Bidder's firm must sign the Bid
submittal form. FAILURE TO SIGN THE BD) SUBMITTAL
FORM SHALL RENDER THE BID NON -RESPONSIVE.
D. The Bidder may be considered non -responsive if bids are
conditioned to modifications, changes, or revisions to the terms
and conditions of this solicitation.
E. The Bidder may submit alternate Bid(s) for the same solicitation
provided that such offer is allowable under the terms and
conditions. The alternate Bid must meet or exceed the minimum
requirements and be submitted on a separate Bid submittal marked
"Alternate Bid".
F. When there is a discrepancy between the unit prices and any
extended prices, the unit prices will prevail.
G. Please be advised that the County, in exercise of its discretion, may
not accept bids and/or proposals received after the scheduled time
and date. Sealed bids/proposals will be opened promptly at the
time and place specified. The responsibility for submitting a
sealed bid/proposal on or before the stated time and date is solely
and strictly the responsibility of the Bidder/Proposer. Miami -Dade
County is not responsible for delays caused by any mail, package
or couriers service, including the U.S. Mail, or paused by any other
occurrence.
1.4. CANCELLATION OF BD) SOLICITATION
Miami -Dade County reserves the right to cancel, in whole or in part, any
Invitation to Bid when it is in the best interest of the County.
1.5. AWARD OF BID SOLICITATION
A. This Bid may be awarded to the responsible Bidder meeting all
requirements as set forth in the solicitation. The County reserves
the right to reject any and all Bids, to waive irregularities or
technicalities and to re -advertise for all or any part of this Bid
Solicitation as deemed in its best interest. The County shall be the
sole judge of its best interest.
B. When there are multiple line items in a solicitation, the County
reserves the right to award on an individual item basis, any
combination of items, total low Bid or in whichever manner
deemed in the best interest of the County.
C. The County reserves the right to reject any and all Bids if it is
determined that prices are excessive, best offers are determined to
be unreasonable, or it is otherwise determined to be in the
County's best interest to do so.
D. The County reserves the right to negotiate prices with the low
bidder, provided that the scope of work of this solicitation remains
the same,
E. Award of this Bid Solicitation will only be made to firms that have
completed the Miami -Dade County Business Entity Registration
Application and that satisfy all necessary legal requirements to do
Revised 10/24/07
MIAMI-DADE COUNTY BID NO.: 7602-5/14
SECTION 1
GENERAL TERMS AND CONDITIONS
Medical and Industrial Gases
Dade County must present a copy of their Miami -Dade County
issued Occupational License.
F. Pursuant to County Code Section 2-8.1(g), the Bidder's
performance as a prime contractor or subcontractor on previous
County contracts shall be taken into account in evaluating the Bid
received for this Bid Solicitation,
G. To obtain a copy of the Bid tabulation, Bidder(s) shall enclose an
appropriately sized self-addressed stamped envelope. Bid results
will not be given by telephone or facsimile. Please allow ten (10)
calendar days after Bid opening for mailing.
H. The Bid Solicitation, any addenda and/or properly executed
modifications, the purchase order, and any change order(s) shall
constitute the contract.
I. In accordance with Resolution R-1574-88 the Director of
Purchasing Division will decide all tie Bids.
T. Award of this Bid may be predicated on compliance with and
submittal of all required documents as stipulated in the Bid
Solicitation.
1.6. CONTRACT EXTENSION
A. The County reserves the right to exercise its option to extend a
contract for up to one hundred -eighty (180) calendar days beyond
the current contract period and will notify the contractor in writing
of the extension.
B. This contract may be extended beyond the initial one hundred -
eighty (180) day extension period upon mutual agreement between
the County and the successful Bidder(s) upon approval by the
Board of County Commissioners.
1.7. WARRANTY
All warranties, express and implied, shall be made available to the
County for goods and services covered by this Bid Solicitation. All
goods furnished shall be fully guaranteed by the successful Bidder
against factory defects and workmanship. At no expense to the County,
the successful Bidder shall correct any and all apparent and latent
defects that may occur within the manufacturer's standard warranty.
The Special Conditions of the Bid Solicitation may supersede the
manufacturer's standard warranty.
1.8. ESTIMATED QUANTITIES
Estimated quantities or dollars are for Bidder's guidance only: (a)
estimates are based on the County's anticipated needs and/or usage
during a previous contract period and; (b) the County may use these
estimates to determine the low Bidder. Estimated quantities do not
contemplate or include possible additional quantities that may be
ordered by other government, quasi -government or non-profit entities
utilizing this contract under the Joint Purchase portion of the County
User Access Program (UAP) described in Section 221 of this contract
solicitation and the resulting contract, if that section is present in this
solicitation document. No guarantee is expressed or implies as to
quantities or dollars that will be used during the contract period. The
County is not obligated to place any order for the given amount
subsequent to the award of this Bid Solicitation.
1.9. NON -EXCLUSIVITY
It is the intent of the County to enter into an agreement with the
successful Bidder that will satisfy its needs as describe herein.
However, the County reserves the right as deemed in its best interest to
perform, or cause to be performed, the work and services, or any portion
thereof, herein described in any manner it sees fit, including but not
limited to: award of other contracts, use of any contractor, or perform
the work with its own employees.
1.10. LOCAL PREFERENCE
The evaluation of competitive bids is subject to Section 2-8.5 of the
Miami -Dade County Code, which, except where contrary to federal and
state law, or any other funding source requirements, provides that
preference be given to local businesses. A local business shall be
defined as:
1. a business that has a valid occupational license, issued by
Miami -Dade County at least one year prior to bid or
proposal submission, that is appropriate for the goods,
services or construction to be purchased;
2. a business that has physical business address located within
the limits of Miami -Dade County from which the vendor
operates or performs business. Post Office Boxes are not
verifiable and shall not be used for the purpose of
establishing said physical address; and
3. a business that contributes to the economic development and
well-being of Miami -Dade County in a verifiable and
measurable way. This may include but not be limited to the
retention and expansion of employment opportunities and
the support and increase in the County's tax base. To satisfy
this requirement, the vendor shall affirm in writing its
compliance with either of the following objective criteria as
of the bid or proposal submission date stated in the
solicitation:
(a) vendor has at least ten (10) permanent full time
employees, or part time employees equivalent to 10
FTE ("hill -time equivalent" employees working 40
hours per week) that live in Miami -Dade County, or
at least 25% of its employees that live in Miami -
Dade County, or
(b) vendor contributes to the County's tax base by
paying either real property taxes or tangible personal
property taxes to Miami -Dade County, or
some other verifiable and measurable contribution to
the economic development and well-being of Miami -
Dade County.
When there is a responsive bid from a Miami -Dade local business within
10% of the lowest price submitted by a responsive non -local business,
the local business and the non -local low bidder shall have the
opportunity to submit a best and final bid equal to or lower than the
amount of the low bid previously submitted by the non -local business.
(c)
At this time, there is an interlocat agreement in effect between Miami -
Dade and Broward Counties until September 2009. Therefore, a vendor
which meets the requirements of (1), (2) and (3) above for Broward
County shall be considered a local business pursuant to this Section.
1.11. CONTINUATION OF WORK
Any work that commences prior to and will extend beyond the
expiration date of the current contract period shall, unless terminated by
mutual written agreement between the County and the successful
Bidder, continue until completion at the same prices, terms and
conditions.
1.12. BID PROTEST
A. A recommendation for contract award or rejection of award may
be protested by a Bidder in accordance with the procedures
contained in Sections 2-8.3 and 2-8.4 of the County Code, as
amended, and as established in Administrative Order No.3-21.
B. A written intent to protest shall be filed with the Clerk of the
Board and mailed to all participants in the competitive process
and to the County Attorney within three (3) County work days of
the filing of the County Manager's recommendation. This three
day period begins on the County work day after the filing of the
County Manager's recommendation. Such written intent to
protest shall state the particular grounds on which it is based and
shall be accompanied by a filing fee as detailed in Para C below.
C. The written intent to protest shall be accompanied by a non-
refundable filing fee, payable to the Clerk of the Board, in
accordance with the schedule provided below:
Revised 10/2A/07
MIAMI-DADE COUNTY
Award Amount
$25,000-$100,000
$100,001-$500,000
$500,001-$5 million
Over $5 million
SECTION 1
GENERAL TERMS AND CONDITIONS
Medical and Industrial Gases
Filing Fee
$500
$1,000
$3,000
$5,000
The protester shall then file all pertinent documents and
supporting evidence with the Clerk of the Board and mail copies
to all participants in the competitive process and to the County
Attorney within three (3) County work days after the filing of a
written intent to protest.
D. For award recommendations greater than $250,000 the following
shall apply:
The County's recommendation to award or reject will be
immediately communicated (via mail, fax or email) to all
participants in the competitive process and fled with the Clerk of
the Board.
E. For award recommendations from $25,000 to $250,000 the
following shall apply:
Each County work day, as appropriate, recommendations to
award or reject will be posted in the lobby of the Stephen P.
Clark Center, located at 111 N.W. 1'` Street. Participants may
also call the Awards Line at 305-375-4724, or 800-510-4724, or
the contact person as identified on the cover page of the Bid
Solicitation.
1.13. RULES, REGULATIONS AND LICENSES
The successful Bidder shall comply with all laws and regulations
applicable to provide the goods and/or services specified in this Bid
Solicitation. The Bidder shall be familiar with all federal, state and local
laws that may in affect the goods and/or services offered.
1.14. PACKAGING
Unless otherwise specified in the Special Conditions or Technical
Specifications, ail containers shall be suitable for shipment and/or
storage and comply with Resolution No. 738-92.
1.15. SUBCONTRACTING
Unless otherwise specified in this Bid Solicitation, the successful Bidder
shall not subcontract any portion of the work without the prior written
consent of the County. The ability to subcontract may be further limited
by the Special Conditions. Subcontracting without the prior consent of
the County may result in termination of the contract for default. When
Subcontracting is allowed the Bidder shall comply with County
Resolution No. 1634-93, Section 10-34 of the County Code and County
Ordinance No. 97-35.
1.16. ASSIGNMENT
The successful Bidder shall not assign, transfer, hypothecate, or
otherwise dispose of this contract, including any rights, title or interest
therein, or its power to execute such contract to any person, company or
corporation without the prior written consent of the County.
1.17. DELIVERY
Unless otherwise specified in the Bid Solicitation, prices quoted shall be
F.O.B. Destination. Freight shall be included in the proposed price.
1.18. RESPONSIBILITY AS EMPLOYER
The employee(s) of the successful Bidder shall be considered to be at all
times its employee(s), and not an employee(s) or agent(s) of the County
or any of its departments. The successful Bidder shall provide
competent and physically employee(s) capable of performing the work
as required. The County may require the successful Bidder to remove
any employee it deems unacceptable. All employees of the successful
Bidder shall wear proper identification.
1.19. INDEMNIFICATION
The successful Bidder shall indemnify and hold harmless the County
and its officers, employees, agents and instrumentalities from any and all
liability, losses or damages, including attomey's fees and costs of
BID NO.: 7602-5/14
defense, which the County or its officers, employees, agents or
instrumentalities may incur as a result of claims, demands, suits, causes
of actions or proceedings of any kind or nature arising out of, relating to
or resulting from the performance of the agreement by the successful
Bidder or its employees, agents, servants, partners, principals or
subcontractors. The successful Bidder shall pay all claims and losses in
connection therewith, and shall investigate and defend all claims, suits
or actions of any kind or nature in the name of the County, where
applicable, including appellate proceedings, and shall pay all costs,
judgments, and attomey's fees which may be incurred thereon. The
successful Bidder expressly understands and agrees that any insurance
protection required by this Agreement or otherwise provided by the
successful Bidder shall in no way limit the responsibility to indemnify,
keep and save harmless and defend the County or its officers,
employees, agents and instrumentalities as herein provided.
1.20. COLLUSION
Where two (2) or more related parties, as defined herein, each submit a
Bid for any contract, such Bids shall be presumed to be collusive. The
foregoing presumption may be rebutted by the presentation of evidence
as to the extent of ownership, control and management of such related
parties in preparation and submittal of such Bids. Related parties shall
mean Bidder or the principals thereof which have a direct or indirect
ownership interest in another Bidder for the same contract or in which a
parent company or the principals thereof of one (1) Bidder have a direct
or indirect ownership interest in another Bidder for the same contract.
Furthermore, any prior understanding, agreement, or connection
between two or more corporations, firms, or persons submitting a bid for
the same materials, supplies, services, or equipment shall also be
presumed to be collusive. Bids found to be collusive shall be rejected.
Bidders who have been found to have engaged in collusion may be
considered non -responsible, and may be suspended or debarred, and any
contract resulting from collusive Bidding may be terminated for default
1.21. MODIFICATION OF CONTRACT
The contract may be modified by mutual consent, in writing through the
issuance of a modification to the contract, purchase order, change order
or award sheet, as appropriate.
1.22. TERMINATION FOR CONVENIENCE
The County, at its sole discretion, reserves the right to terminate this
contract without cause upon thirty (30) days written notice. Upon
receipt of such notice, the successful Bidder shall not incur any
additional costs under this contract. The County shall be liable only for
reasonable costs incurred by the successful Bidder prior to notice of
termination. The County shall be the sole judge of "reasonable costs."
1.23. TERMINATION FOR DEFAULT
The County reserves the right to terminate this contract, in part or in
whole, or place the vendor on probation in the event the successful
Bidder fails to perform in accordance with the teens and conditions
stated herein. The County further reserves the right to suspend or debar
the successful Bidder in accordance with the appropriate County
ordinances, resolutions and/or administrative orders. The vendor will
be notified by letter of the County's intent to terminate. In the event of
termination for default, the County may procure the required goods
and/or services from any source and use any method deemed in its best
interest. All re -procurement cost shall be home by the successful
Bidder.
1.24. FRAUD AND MISREPRESENTATION
Pursuant to Section 2-8.1.4 of the Miami -Dade County Code, any
individual, corporation or other entity that attempts to meet its
contractual obligations with the County through fraud, misrepresentation
or material misstatement, may be debarred for up to five (5) years. The
County as a further sanction may terminate or cancel any other contracts
with such individual, corporation or entity. Such individual or entity
shall be responsible for all direct or indirect costs associated with
termination or cancellation, including attorney's fees.
- IV -
Revised 10/24/07
MIAMI-DADE COUNTY
SECTION 1
GENERAL TERMS AND CONDITIONS
Medical and Industrial Gases
1.25. ACCESS TO RECORDS
The County reserves the right to require the Contractor to submit to an
audit by Audit and Management Services or other auditor of the
County's choosing at the Contractor's expense. The Contractor shall
provide access to all of its records, which relate directly or indirectly to
this Agreement at its place of business during regular business hours.
The Contractor shall retain all records pertaining to this Agreement and
upon request make them available to the County for three years
following expiration of the Agreement. The Contractor agrees to
provide such assistance as may be necessary to facilitate the review or
audit by the County to ensure compliance with applicable accounting
and financial standards.
1.26 OFFICE OF THE INSPECTOR GENERAL
Miami -Dade County has established the Office of the Inspector General,
which is authorized and empowered to review past, present, and
proposed County and Public Health Trust programs, contracts,
transactions, accounts, records and programs. The Inspector General
(IG) has the power to subpoena witnesses, administer oaths, require the
production of records and monitor existing projects and programs. The
Inspector General may, on a random basis, perform audits on all County
contracts. The cost of random audits shall be incorporated into the
contract price of all contracts and shall be one quarter (1/4) of one (1)
percent of the contract price, except as otherwise provided in Section 2-
1076(c)(8) of the County Code.
1.27 PRE -AWARD INSPECTION
The County may conduct a pre -award inspection of the bidder's site or
hold a pre -award qualification hearing to determine if the bidder is
capable of performing the requirements of this bid solicitation.
1.28 PROPRIETARY/CONFIDENTIAL INFORMATION
Bidders are hereby notified that all information submitted as part of, or
in support of bid submittals will be available for public inspection after
opening of bids in compliance with Chapter 119 of the Florida Statutes;
popularly know as the "Public Record Law." The bidder shall not
submit any information in response to this invitation, which the bidder
considers to be a trade secret, proprietary or confidential. The
submission of any information to the County in connection with this
invitation shall be deemed conclusively to be a waiver of any trade
secret or other protection, which would otherwise be available to the
bidder. In the event that the bidder submits information to the County in
violation of this restriction, either inadvertently or intentionally, and
clearly identifies that information in the bid as protected or confidential,
the County shall endeavor to redact and return that information to the
bidder as quickly as possible, and if appropriate, evaluate the balance of
the bid. The redaction or return of information pursuant to this clause
may render a bid non -responsive.
1.29. HEALTH INSURANCE PORTABILITY AND
ACCOUNTABILITY ACT (IIIPAA)
Any person or entity that performs or assists Miami -Dade County with a
function or activity involving the use or disclosure of "individually
identifiable health information (1I111) and/or Protected Health
Information (PHI) shall comply with the Health Insurance Portability
and Accountability Act Of/MA) of 1996 and the Miami -Dade County
Privacy Standards Administrative Order. HIPAA mandates for privacy,
security and electronic transfer standards, that include but are not limited
to:
1. Use of information only for performing services required by
the contract or as required by law;
2. Use of appropriate safeguards to prevent non -permitted
disclosures;
3. Reporting to Miami -Dade County of any non permitted use
or disclosure;
4. Assurances that any agents and subcontractors agree to the
same restrictions and conditions that apply to the
Bidder/Proposer and reasonable assurances that I1HI/PHI
will be held confidential;
BID NO.: 7602-5/14
5. Making Protected Health Information (PHl) available to the
customer;
6. Making PHI available to the customer for review and
amendment; and incorporating any amendments requested
by the customer;
7. Making PHI available to Miami -Dade County for an
accounting of disclosures; and
8. Making internal practices, books and records related to PHI
available to Miami -Dade County for compliance audits.
PHI shall maintain its protected status regardless of the form and method
of transmission (paper records, and/or electronic transfer of data). The
Bidder/ Proposer must give its customers written notice of its privacy
information practices including specifically, a description of the types of
uses and disclosures that would be made with protected health
information.
1.30. CHARTER COUNTY TRANSIT SYSTEM SALES SURTAX
When proceeds from the Charter County Transit System Sales Surtax
levied pursuant to Section 29.I21 of the Code of Miami -Dade County
are used to pay for all or some part of the cost of this contract, no award
of a Blanket Purchase Order (BPO) for Transit/Public Works as part of a
multi -department contract, nor an award of a contract solely for the use
of Transit/Public Works shall be effective and thereby give rise to a
contractual relationship with the County for Transit/Public Works
purchases unless and until both the following have occurred: 1) the
County Commission awards the contract, and such award becomes final
(either by expiration of 10 days after such award without veto by the
Mayor, or by Commission override of a veto); and, 2) either, i) the
Citizens' Independent Transportation Trust (CITT) has approved
inclusion of Transit/Public Works in this contract, or, ii) in response to
the C1TT's disapproval, the County Commission reaffirms TransiUPublic
Work's inclusion in the contract by two-thirds (2/3) vote of the
Commission's membership and such reaffirmation becomes final.
1.31 LOBBYIST CONTINGENCY FEES
A. In accordance with Section 2-11.1(s) of the Code of Miami -Dade
County after May, 16, 2003, no person may, in whole or in part, pay,
give or agree to pay or give a contingency fee to another person. No
person may, in whole or in part, receive or agree to receive a
contingency fee.
B. A contingency fee is a fee, bonus, commission or non -monetary
benefit as compensation which is dependant on or in any way contingent
upon the passage, defeat, or modification of: 1) any ordinance,
resolution, action or decision of the County Commission; 2) any action,
decision or recommendation of the County Manager or any County
board or committee; or 3) any action, decision or recommendation of
any County personnel during the time period of the entire decision -
making process regarding such action, decision or recommendation
which forseeably will be heard or reviewed by the County Commission
or a County board or committee.
132 COMMISSION AUDITOR — ACCESS TO RECORDS
Pursuant to Ordinance No. 03-2, all vendors receiving an award of the
contract resulting from this solicitation will grant access to the
Commission Auditor to all financial and performance related records,
property, and equipment purchased in whole or in part with government
funds.
-V-
Revised 10/24/07
MIAMI-DADE COUNTY BID NO.: 7602-5/14
SECTION 2
SPECIAL CONDITIONS
Medical and Industrial Gases
2.1 PURPOSE: TO ESTABLISH A CONTRACT FOR THE COUNTY
The purpose of this solicitation is to establish a contract for the purchase of medical and
industrial gases for several Miami -Dade County departments in conjunction with the
County's needs on an as needed when needed basis.
2.2 SMALL BUSINESS CONTRACT MEASURES FOR SOLICITATIONS GREATER
THAN $50,000 (Bid Preference)
2.2.1 A Small Business Enterprise (SBE) bid preference applies to this solicitation.
2.2.2 A 10% percent bid preference shall apply to contracts $1 million or less and 5%
percent on contracts greater than $1 million. A SBE/Micro Business Enterprise must
be certified by the Department of Business Development (DBD) for the type of goods
and/or services the Enterprise provides in accordance with the applicable Commodity
Code(s) for this solicitation. For certification information, contact the Department of
Business Development at 305-375-3111 or access www.miamidade.gov/dbd.
2.2.3 The SBE/Micro Business Enterprise must be certified by bid submission deadline, at
contract award and for the duration of the contract to remain eligible for the
preference.
2.3 PRE -BID CONFERENCE
Intentionally Omitted
2.4 TERM OF CONTRACT: TWELVE (12) MONTHS
This contract shall commence on the first calendar day of the month succeeding approval of
the contract by the Board of County Commissioners, or designee, unless otherwise stipulated
in the Notice of Award Letter which is distributed by the County's Department of
Procurement Management, Purchasing Division; and contingent upon the completion and
submittal of all required bid documents. The contract shall expire on the last day of the
twelve month period.
2.5 OPTION TO RENEW FOR FIVE (5) ADDITIONAL YEAR(S) (With Price
Adjustments)
2.5.1 The initial contract prices resultant from this solicitation shall prevail for a one (1)
year(s) period from the contract's initial effective date. Prior to, or upon completion,
of that initial term, the County shall have the option to renew this contract for an
additional five (5) year(s) period on a year-to-year basis.
Revised 10/24/07
MIAMI-DADE COUNTY BID NO.: 7602-5/14
SECTION 2
SPECIAL CONDITIONS
Medical and Industrial Gases
2.5.2 Prior to completion of each exercised contract term, the County may consider an
adjustment to price based on changes in the following pricing index: Consumer Price
Index (CPI), All Urban Consumers, All Items, Miami -Fort Lauderdale Area.
2.5.3 It is the vendor's responsibility to request any pricing adjustment under this
provision. For any adjustment to commence on the first day of any exercised option
period, the vendor's request for adjustment should be submitted ninety (90) days prior
to expiration of the then current contract term. The vendor adjustment request should
not be in excess of the relevant pricing index change. If no adjustment request is
received from the vendor, the County will assume that the vendor has agreed that the
optional term may be exercised without pricing adjustment. Any adjustment request
received after the commencement of a new option period may not be considered.
2.5.4 The County reserves the right to reject any price adjustments submitted by the vendor
and/or to not exercise any otherwise available option period based on such price
adjustments. Continuation of the contract beyond the initial period, and any option
subsequently exercised, is a County prerogative, and not a right of the vendor. This
prerogative will be exercised only when such continuation is clearly in the best
interest of the County.
2.5.5 Should the vendor decline the County's right to exercise the option period, the
County may consider the vendor in default which decision may effect that vendor's
eligibility for future contracts.
2.6 METHOD OF AWARD: To Primary and Secondary Vendors by Group
2.6.1 Award of this contract will be made to the lowest priced two (2) responsive,
responsible vendors on a group -by -group basis. The lowest priced vendor for each
group will be designated as the Primary Vendor.
2.6.2 To be considered for award by group, the vendor shall offer prices for all items within
a given group. The County will then select the two (2) vendors for award for each
group by totaling either the unit prices for all of the items within each group, or if so
structured, by totaling the extended pricing for each item within each group. If a
vendor fails to submit an offer for all items within the group, its offer for that specific
group will be rejected. While the award will be made to two (2) vendors by group to
assure availability, the lowest priced vendor for each group (the Primary Vendor) will
be given the first opportunity to perform under this contract.
2.7 PRICES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT
If the vendor is awarded a contract under this solicitation, the prices proposed by the vendor
shall remain fixed and firm during the term of contract.
Revised 10/24/07
MIAMI-DADE COUNTY BID NO.: 7602-5/14
SECTION 2
SPECIAL CONDITIONS
Medical and Industrial Gases
NOTE 1: Cylinder rental prices proposed in this Solicitation shall be quoted on the basis of
thirty (30) days of free usage, with demurrage charges to be assessed daily from the thirty-
first day on. Rented cylinders will be returned to the vendor when empty or at the expiration
of the contract period.
2.8 EXAMINATION OF COUNTY FACILITIES AND INSPECTION OF COUNTY
EQUIPMENT
Intentionally Omitted
2.9 EQUAL PRODUCT
Intentionally Omitted
2.10 LIQUIDATED DAMAGES
Intentionally Omitted
2.11 INDEMNIFICATION AND INSURANCE (1) - GENERAL SERVICE AND
MAINTENANCE CONTRACT
2.11.1 Provider shall indemnify and hold harmless the County and its officers, employees,
agents and instrumentalities from any and all liability, losses or damages, including
attorneys' fees and costs of defense, which the County or its officers, employees,
agents or instrumentalities may incur as a result of claims, demands, suits, causes of
actions or proceedings of any kind or nature arising out of, relating to or resulting
from the performance of this Agreement by the Provider or its employees, agents,
servants, partners principals or subcontractors. Provider shall pay all claims and
losses in connection therewith and shall investigate and defend all claims, suits or
actions of any kind or nature in the name of the County, where applicable, including
appellate proceedings, and shall pay all costs, judgments, and attorney's fees which
may issue thereon. Provider expressly understands and agrees that any insurance
protection required by this Agreement or otherwise provided by Provider shall in no
way limit the responsibility to indemnify, keep and save harmless and defend the
County or its officers, employees, agents and instrumentalities as herein provided.
2.11.2 The vendor shall furnish to the Vendor Assistance Section, Department of
Procurement Management, Administration Division, 111 NW 1st Street, Suite 1300,
Miami, Florida 33128, Certificate(s) of Insurance which indicate that insurance
coverage has been obtained which meets the requirements as outlined below:
A. Worker's Compensation Insurance for all employees of the vendor as
required by Florida Statute 440.
Revised 10/24/07
MIAMI-DADE COUNTY BID NO.: 7602-5/14
SECTION 2
SPECIAL CONDITIONS
Medical. and Industrial Gases
B. General Liability Insurance on a comprehensive basis in an amount not
less than $300,000 combined single limit per occurrence for bodily
injury and property damage. Miami -Dade County must be shown as an
additional insured with respect to this coverage.
C. Automobile Liability Insurance covering all owned, non -owned and
hired vehicles used in connection with the work, in an amount not less
than $300,000 combined single limit per occurrence for bodily injury
and property damage.
2.11.3 All insurance policies required above shall be issued by companies authorized to do
business under the laws of the State of Florida, with the following qualifications:
2.11.3.1
2.11.3.2
2.11.3.3
The company must be rated no less than `B" as to management,
and no less than "Class V" as to financial strength, by the latest
edition of Best's Insurance Guide, published by A.M. Best
Company, Oldwick, New Jersey, or its equivalent, subject to
the approval of the County Risk Management Division.
OR
The company must hold a valid Florida Certificate of Authority as
shown in the latest "List of All Insurance Companies Authorized or
Approved to Do Business in Florida" issued by the State of Florida
Department of Insurance and are members of the Florida Guaranty
Fund.
Certificates will indicate no modification or change in insurance shall
be made without thirty (30) days in advance notice to the certificate
holder.
NOTE 2: MIAMI-DADE COUNTY SOLICITATION NUMBER AND TITLE
OF SOLICITATION MUST APPEAR ON EACH CERTIFICATE.
CERTIFICATE HOLDER MUST READ: MIAMI-DADE COUNTY
111 NW lst STREET
SUITE 1300
MIAMI, FL 33128
2.11.4 Compliance with the foregoing requirements shall not relieve the vendor of his
liability and obligation under this section or under any other section of this
agreement.
Revised 10/24/07
MIAMI-DADE COUNTY BID NO.: 7602-5/14
SECTION 2
SPECIAL CONDITIONS
Medical and Industrial Gases
2.11.5 Issuance of a purchase order is contingent upon the receipt of the insurance
documents within fifteen (15) calendar days after Board of County Commission
approval. If the insurance certificate is received within the specified time frame but
not in the manner prescribed in this solicitation, the vendor shall be verbally notified
of such deficiency and shall have an additional five (5) calendar days to submit a
corrected certificate to the County. If the vendor fails to submit the required insurance
documents in the manner prescribed in this solicitation within twenty (20) calendar
days after Board of Commission approval, the vendor shall be in default of the
contractual terms and conditions and shall not be awarded the contract. Under such
circumstances, the vendor may be prohibited from submitting future Proposal to the
County in accordance with Section 1, Paragraph 1.23 of the General Terms and
Conditions.
2.11.6 The vendor shall be responsible for assuring that the insurance certificate required in
conjunction with this Section remain in force for the duration of the contractual
period; including any and all option years that may be granted to the vendor in
accordance with Section 2, Paragraph 2.5 of this solicitation. If insurance certificates
are scheduled to expire during the contractual period, the vendor shall be responsible
for submitting new or renewed insurance certificates to the County at a minimum of
thirty (30) calendar days in advance of such expiration. In the event that expired
certificates are not replaced with new or renewed certificates which cover the
contractual period, the County shall suspend the contract until such time as the new or
renewed certificates are received by the County in the manner prescribed in the
solicitation; provided, however, that this suspended period does not exceed thirty (30)
calendar days. If such suspension exceeds thirty (30) calendars days, the County may,
at its sole discretion, terminate this contract for cause and seek re -procurement
damages from the vendor in accordance with Section 1, 1.23 of this solicitation.
2.12 BID GUARANTY
Intentionally Omitted
2.13 PERFORMANCE BOND
Intentionally Omitted
2.14 CERTIFICATIONS
Intentionally Omitted
--10--
Revised 10/24/07
MIAMI-DADE COUNTY BID NO.: 7602-5/14
SECTION 2
SPECIAL CONDITIONS
Medical and Industrial Gases
2.15 METHOD OF PAYMENT: PERIODIC INVOICES FOR COMPLETED
PURCHASES
2.15.1 The vendor(s) shall submit an invoice(s) to the County user department(s) after
purchase has been completed, whether the specific item(s) were picked up by
authorized County personnel or delivered to the site by the vendor. In addition to the
general invoice requirements set forth below, the invoices shall reference the
corresponding delivery ticket number or packing slip number that was signed by an
authorized representative of the County user department at the time the items were
delivered and accepted. Submittal of these periodic invoices shall not exceed thirty
(30) calendar days from the delivery of the items. Under no circumstances shall the
invoices be submitted to the County in advance of the delivery and acceptance of the
items.
2.15.2 All invoices shall contain the following basic information:
I. Vendor Information:
• The name of the business organization as specified on the contract
between Miami -Dade County and vendor
• Date of invoice
• Invoice number
• Vendor's Federal Identification Number on file with Miami -Dade
County
II. County Information:
• Miami -Dade County Release Purchase Order or Small Purchase
Order Number
III. Pricing Information:
• Unit price of the goods, services or property provided
• Extended total price of the goods, services or property
Applicable discounts
IV. Goods or Services Provided per Contract:
Description
Quantity
Revised 10/24/07
MIAMI-DADE COUNTY BID NO.: 7602-5/14
SECTION 2
SPECIAL CONDITIONS
Medical and Industrial Gases
V. Delivery Information:
• Delivery terms set forth within the Miami -Dade County Release
Purchase Order
• Location and date of delivery of goods, services or property
VI. Failure to Comply:
Failure to submit invoices in the prescribed manner will delay payment.
2.16 SHIPPING TERMS: F.O.B. DESTINATION
All bidders shall quote prices based on F.O.B. Destination and shall hold title to the goods
until such time as they are delivered to, and accepted by, an authorized County
representative.
2.17 DELIVERY SHALL BE TWO (2) DAYS AFTER DATE OF ORDER OR AS
SPECIFIED ON THE PURCHASE ORDER
2.17.1 The vendor shall make deliveries within two (2) calendar days after the date of the
order, or as may be otherwise specified on the purchase order. All deliveries shall be
made in accordance with good commercial practice and all required delivery
timeframes shall be adhered to by the vendor(s); except in such cases where the
delivery will be delayed due to acts of God, strikes, or other causes beyond the
control of the vendor. In these cases, the vendor shall notify the County of the delays
in advance of the original delivery date so that a revised delivery schedule can be
appropriately considered by the County.
2.17.2 Should the vendor(s) to whom the contract(s) is awarded fail to deliver in the number
of days stated, the County reserves the right to cancel the order on a default basis
after any back order period that has been specified in this contract has lapsed. If the
order is so terminated, it is hereby understood and agreed that the County has the
authority to purchase the goods from the Secondary Vendor, or elsewhere if the
County determines such to be in its best interest.
2.17.3 Certain County employees may be authorized in writing to pick-up materials under
this contract. Vendors shall require presentation of this written authorization. The
vendor shall maintain a copy of the authorization. If the vendor is in doubt about any
aspect of material pick-up, vendor shall contact the appropriate user department to
confine the authorization.
2.18 BACK ORDER DELAYS IN DELIVERY SHALL NOT BE ALLOWED
The County shall not allow any late deliveries attributed to product back order situations
under this contract. Accordingly, the vendor is required to deliver all items to the County
- - 12 - -
Revised 10/24/07
MIAMI-DADE COUNTY BID NO.: 7602-5/14
SECTION 2
SPECIAL CONDITIONS
Medical and Industrial Gases
within the time specified in this solicitation and resultant contract; and no grace period on
account of back order situations shall be honored, unless written authorization is issued by
the user department, and a new delivery date is mutually established. In the event that the
vendor fails to deliver the products within the time specified, the County reserves the right to
cancel the order and seek the items from the Secondary Vendor, or elsewhere as the County
deems necessary.
2.19 GUARANTEE SHOULD BE SUPPLIED IN WRITTEN FORM
The vendor is required to provide written guarantees on the integrity of the cylinders and the
mixtures and purity of the gases required. This information must be provided with the
product specifications sheets for each type of gas or mixture of gas in accordance with the
best industry standards and practices. The vendor hereby agrees to investigate any or all
complaints resulting from items and/or services supplied by the vendor and must agree to
accept the return of any items and/or services not found acceptable. Refunds shall be either
by check or a credit memorandum, whichever method is selected by the County.
2.20 CONTACT PERSONS
For any additional information regarding the terms and conditions of this solicitation and
resultant contract, Contact: Km! Ra, at (305) 375-1291; email — kmra@miamidade.gov
2.21 COUNTY USER ACCESS PROGRAM (UAP)
2.21.1 USER ACCESS FEE
2.21.1.1
2.21.1.2
Pursuant to Miami -Dade County Budget Ordinance No. 03-192, this
contract is subject to a user access fee under the County User Access
Program (UAP) in the amount of two percent (2%). All sales resulting
from this contract, or any contract resulting from this solicitation and
the utilization of the County contract price and the terms and
conditions identified herein, are subject to the two percent (2%) UAP.
This fee applies to all contract usage whether by County Departments
or by any other governmental, quasi -governmental or not -for -profit
entity.
The vendor providing goods or services under this contract shall
invoice the contract price and shall accept as payment thereof the
contract price less the 2% UAP as full and complete payment for the
goods and/or services specified on the invoice. The County shall retain
the 2% UAP for use by the County to help defray the cost of the
procurement program. Vendor participation in this invoice reduction
portion of the UAP is mandatory.
- - 13 - -
Revised 10/24/07
MIAMI-DADE COUNTY BID NO.: 7602-5/14
SECTION 2
SPECIAL CONDITIONS
Medical and Industrial Gases
2.21.2 JOINT PURCHASE
2.21.2.1
2.21.2.2
2.21.2.3
Only those entities that have been approved by the County for
participation in the County's Joint Purchase and Entity Revenue
Sharing Agreement are eligible to utilize or receive Miami -Dade
County contract pricing and terms and conditions. The County will
provide to approved entities a UAP Participant Validation Number.
The vendor must obtain the participation number fromthe entity prior
to filling any order placed pursuant to this section. Vendor
participation in this joint purchase portion of the UAP, however, is
voluntary. The vendor shall notify the ordering entity, in writing,
within three (3) work days of receipt of an order, of a decision to
decline the order.
For all ordering entities located outside the geographical boundaries of
Miami -Dade County, the successful vendor shall be entitled to ship
goods on an "FOB Destination, Prepaid and Charged Back" basis. This
allowance shall only be made when expressly authorized by a
representative of the ordering entity prior to shipping the goods.
Miami -Dade County shall have no liability to the vendor for the cost
of any purchase made by an ordering entity under the UAP and shall
not be deemed to be a party thereto. All orders shall be placed directly
by the ordering entity with the vendor and shall be paid by the
ordering entity less the 2% UAP.
2.21.3 VENDOR COMPLIANCE
If a vendor fails to comply with this section, that vendor may be considered in default
by Miami -Dade County in accordance with Section 1, Paragraph 1.23 of this contract
solicitation and the resulting contract.
2.22 ACCEPTANCE OF PRODUCT BY THE COUNTY
2.22.1 The product(s) to be provided hereunder shall be delivered to the County, and
maintained if applicable to the contract, in full compliance with the specifications and
requirements set forth in this contract. All products will be inspected by an
authorized representative of the County. This inspection shall be performed to
determine acceptance, appropriate invoicing, and warranty conditions.
2.22.2 If a vendor -provided product is determined to not meet the specifications and
requirements of this contract, either prior to acceptance or upon initial inspection, the
item will be returned, at vendor expense, to the vendor. At the County's own option,
the vendor shall either provide a direct replacement for the item, or provide a full
--14--
Revised 10/24/07
MIAMI-DADE COUNTY BID NO.: 7602-5/14
SECTION 2
SPECIAL CONDITIONS
Medical and Industrial Gases
credit for the returned item. The vendor shall not assess any additional charge(s) for
any conforming action taken by the County under this clause.
2.23 ACCIDENT PREVENTION AND BARRICADES
Precautions shall be exercised at all times for the protection of persons and property. All
vendors performing services under this contract shall conform to all relevant OSHA, State
and County regulations during the course of such effort. Any fines levied by the above
mentioned authorities for failure to comply with these requirements shall be borne solely by
the responsible vendor. Barricades shall be provided by the vendor when work is perfoiiiied
in areas traversed by persons, or when deemed necessary by the County Project Manager.
2.24 ADDITIONAL FACILITIES MAY BE ADDED
2.24.1 Although this solicitation and resultant contract identifies specific facilities to be
serviced, it is hereby agreed and understood that any County department or agency
facility may be added to this contract at the option of the County. When required by
the pricing structure of the contract, vendor(s) under this contract shall be invited to
submit price quotes for these additional facilities. If these quotes are determined to
be fair and reasonable, then the additional work will be awarded to the current
contract vendor(s) that offers the lowest acceptable pricing. If this contract has a
single incumbent vendor, the additional site(s) shall be added to this contract by
faunal modification of the award sheet. If there are multiple incumbent vendors
under this contract, and the additional effort is to be assigned to only one of these
vendors, a separate release order will be issued.
2.24.2 The County may determine to obtain price quotes for the additional facilitiesfrom
other vendors in the event that fair and reasonable pricing is not obtained from the
current contract vendors, or for other reasons at the County's discretion.
2.25 AVAILABILITY OF CONTRACT TO OTHER COUNTY DEPARTMENTS
Although this Solicitation is specific to certain County Departments, it is hereby agreed and
understood that any County department or agency may avail itself of this contract and
purchase any and all items specified herein from the successful bidder(s) at the contract
price(s) established herein. Under these circumstances, a separate purchase order shall be
issued by the County, which identifies the requirements of the additional County
department(s) or agency (ies).
2.26 COMPLIANCE WITH FEDERAL STANDARDS
All items to be purchased under this contract shall be in accordance with all governmental
standards, to include, but not be limited to, those issued by the Occupational Safety and
Health Administration (OSHA), the National Institute of Occupational Safety Hazards
- - 15 - -
Revised 10/24/07
MIAMI-DADE COUNTY BID NO.: 7602-5/14
SECTION 2
SPECIAL CONDITIONS
Medical and Industrial Gases
(NIOSH), and the National Fire Protection Association (NFPA).
2.27 IDENTIFICATION OF EACH ITEM
Each item must be clearly identified on the offer submittal pages(s) as to make, model
number, style number, packaging, and case weight, as requested, in order to be eligible for
award. Use of terms such as, "As Spec" is unacceptable. Failure to provide this information
with the offer may result in rejection of the offer.
NOTE 3: All gas cylinder labeling must meet US Department of Transportation (DOT)
and Occupational Safety and Health Standards (OSHA) Regulations and
Specifications (Standards — 29 CFR, Section 1910) including, but not limited
to, legible markings and proper color coding of cylinders for the purpose of
identifying the gas content with either the chemical or trade name of the gas.
Such markings shall be by means of stenciling, stamping or labeling, and shall
not be readily removable.
2.28 LABOR, MATERIALS, AND EQUIPMENT SHALL BE SUPPLIED BY THE
VENDOR
Unless otherwise provided in Section 3 (entitled "Technical Specifications"), of this
solicitation the vendor shall furnish all labor, material and equipment necessary for
satisfactory contract performance. When not specifically identified in the technical
specifications, such materials and equipment shall be of a suitable type and grade for the
purpose. All material, workmanship, and equipment shall be subject to the inspection and
approval of the County's Project Manager.
2.29 LEGAL REQUIREMENT FOR POLLUTION CONTROL
It is the intent of these specifications to comply with the Miami -Dade County Pollution
Control Ordinance as stated in Chapter 24 of the Miami -Dade Code. This ordinance is made
a part of these specifications by reference and may be obtained, if necessary, by the vendor
through the Department of Environmental Resources Management (DERM), 33 SW 2nd
A.ve., Miami, Florida 33130, Telephone (305) 372-6789.
2.30 LICENSES, PERMITS AND FEES
The vendor shall obtain and pay for all licenses, permits and inspection fees required for this
project; and shall comply with all laws, ordinances, regulations and building code
requirements applicable to the work contemplated herein. Damages, penalties and or fines
imposed on the County or the vendor for failure to obtain required licenses, permits or fines
shall be borne by the vendor.
- - 16 - -
Revised 10/24/07
MIAMI-DADE COUNTY BID NO.: 7602-5/14
SECTION 2
SPECIAL CONDITIONS
Medical and Industrial Gases
2.31 GASES AND/OR CYLINDERS SHALL BE NEW AND WARRANTED AGAINST
DEFECTS
The vendor hereby acknowledges and agrees that all materials (gases and/or cylinders),
except where recycled content is specifically requested, supplied by the vendor in
conjunction with this solicitation and resultant contract shall be new, warranted for their
merchantability, and fit for a particular purpose. In the event any of the materials supplied to
the County by the vendor are found to be defective or do not conform to specifications: (1)
the materials may be returned to the vendor at the vendor's expense and the contract
cancelled or (2) the County may require the vendor to replace the materials at the vendor's
expense.
2.32 PACKING SLIP/DELIVERY TICKET TO ACCOMPANY ITEMS DURING
DELIVERY
The successful bidder shall enclose a complete packing slip or delivery ticket with any items
to be delivered in conjunction with this bid solicitation. The packing slip shall be attached to
the shipping carton(s) which contain the items and shall be made available to the County's
authorized representative during delivery. The packing slip or delivery ticket shall include,
at a minimum, the following infoiination: purchase order number, date of order, a complete
listing of items being delivered, and back -order quantities and estimated delivery of back-
orders if applicable.
2.33 PRIMARY VENDOR DESIGNATION
While the method of award identified in Section 2, Paragraph 2.6 of the solicitation
prescribes the method for determining the lowest responsive, responsible vendor, the County
will award this contract to the designated lowest vendor as the Primary Vendor and will
award this contract to the designated second lowest vendor as the Secondary Vendor
respectively. If the County exercises this right, the primary vendor shall be given the first
opportunity to perform the service or deliver the goods identified in this contract. If the
primary vendor declines this opportunity, the County shall seek the identified goods or
services from the secondary vendor. The County may also make award to the third lowest
vendor as a tertiary vendor. It should be noted that price adjustments, if allowed under the
terms and conditions of this bid, may affect the order of designation.
2.34 PURCHASE OF OTHER ITEMS NOT LISTED WITHIN THIS SOLICITATION
BASED ON PRICE QUOTES
While the County has listed all major items within this solicitation which are utilized by
County departments in conjunction with their operations, there may be similar items that
must be purchased by the County during the term of this contract. Under these
circumstances, a County representative will contact the primary vendor to obtain a price
quote for the similar items. If there are multiple vendors on the contract, the County
- - 17 - -
Revised 10/24/07
MIAMI-DADE COUNTY BID NO.: 7602-5/14
SECTION 2
SPECIAL CONDITIONS
Medical and Industrial Gases
representative may also obtain price quotes from these vendors. The County reserves the
right to award these similar items to the primary contract vendor, another contract vendor
based on the lowest price quoted, or to acquire the items through a separate solicitation.
2.35 STOCK LEVELS SHALL BE MAINTAINED BY BIDDER
The successful bidder(s) shall ensure that adequate stock levels are maintained at its place of
business in order to assure the County of prompt delivery. If the delivery terms specified in
the Solicitation are not fulfilled by the Bidder, the County reserves the right to cancel the
order, purchase the goods elsewhere, and charge the Bidder for any re -procurement costs
incurred by the County.
2.36 TESTING OF RANDOM SAMPLES OF DELIVERED PRODUCTS
During the term of the contract, samples of delivered items may be randomly selected and
tested for compliance with these specifications. If it is found that the delivered commodities
do not conform to the specifications, the county shall require replacement within a reasonable
length of time and may cancel the contract for default.
2.37 TOXIC SUBSTANCES/Federal "Right to Know" Regulations
2.37.1 The Federal "Right to Know" Regulation implemented by the Occupational Safety
and Health Administration (OSHA) requires employers to inform their employees of
any toxic substances to which they may be exposed in the workplace, and to provide
training in safe handling practices and emergency procedures. It also requires
notification to local fire departments of the location and characteristics of all toxic
substances regularly present in the workplace.
2.37.2 Accordingly, the vendor(s) performing under this contract shall be required to provide
two (2) complete sets of Material S afety Data Sheets to each User Department
utilizing the awarded products. This information should be provided at the time when
the initial delivery is made, on a department by department basis.
2.37.3 For additional information on the Federal Right to Know Regulation, contact OSHA
at www.OSHA.gov or call (954) 424-0242.
2.38 SUPPLIERS OF MATERIALS/PRODUCTS SHALL BE IDENTIFIED
If the Bidder shall be utilizing a third party distributor or manufacturer as the source of
supply for obtaining and delivering products and/or materials required in conjunction with
this Bid Solicitation, the Bidder shall be required to supply a copy of its contractual
agreement with the supplier in its Bid Proposal form. The information contained in this
contractual agreement shall include, but not be limited to: shipping and delivery terms,
packaging requirements, and product specification sheets that attest to the quality of the
- - 18 - -
Revised 10/24/07
MIAMI-DADE COUNTY BID NO.: 7602-5/14
SECTION 2
SPECIAL CONDITIONS
Medical and Industrial Gases
product. If the bidder fails to submit this information with the Bid Proposal Faun, the bidder
may be allowed to submit this documentation to the County during the bid evaluation period
if such action is in the best interest of the County.
2.39 SEPARATE DEMURRAGE CHARGES WILL NOT BE ALLOWED
The County shall not incur separate demurrage charges from vendors who supply containers
on an interim basis to the County in conjunction with this contract. Any rental or demurrage
costs for such containers that are normally charged by the vendor must be reflected in the
unit prices offered by the vendor.
2.40 EMERGENCY SERVICE
2.40.1 The bidder agrees by the submission of their bid to prioritize delivery to the Miami -
Dade Fire Rescue Department in cases of emergencies or natural disasters. The
bidder shall submit emergency contact information for 24-hour contact.
2.40.2 In the event of a State of Emergency is declared by the County Manager, the
successful bidder shall provide 24-hour service for emergency delivery to the County
Departments. Delivery shall be made throughout the duration pf the State of
Emergency within four (4) hours of notification by the County.
2.40.3 Successful bidders may be required to maintain their current pricing for the duration
of the State of Emergency.
2.40.4 The vendor shall coordinate efforts with Miami -Dade County in delivering services
outside the normal schedule as required under this solicitation.
2.41 MINOR REPAIRS
In the event any minor repairs are required to cylinders, storage tanks, or other items
associated with the provision of medical and industrial gases on this solicitation, the user
department may choose to obtain a written estimate from the awarded vendors on the
contract who are capable of supplying the materials and performing the services. The user
department will request a written estimate of a firm fixed price from the awarded bidders for
the repair service required. The vendor's written estimate should clearly show the labor and
materials charges separately; and the vendor shall not proceed with any repair work without
the explicit written permission from an authorized County representative on this contract.
- - 19 - -
Revised 10/24/07
MIAMI-DADE COUNTY BID NO.: 7602-5/14
SECTION 3
TECHNICAL SPECIFICATION
Medical and Industrial Gases
3.1 SCOPE
The vendor will furnish and deliver various medical and industrial gases to several Miami -
Dade County Departments.
3.2 GAS PURITY
3.2.1 Vendors should be prepared to provide a certificate of analysis, upon request, for the
gases supplied. The certificate should state the type of analysis performed and its
lowest detectable limits.
3.2.2 Purity of gases should be stated in either weight percent or volume percent and the
units stipulated.
3.2.3 In the case of liquid nitrogen the purity stated by the vendor should indicate if it
represents the liquid or gas phase.
3.2.4 The County reserves the right to reject a vendor's bid if it can not be determined that
the items bid meet the specifications listed herein.
3.3 GAS SPECIFICATIONS
A. HELIUM
1. Guaranteed analysis of:
Oxygen < 1 ppm; Water < 1 ppm; Total Hydrocarbons 0.5 ppm
2. Tank size: Approx. 9" x 51", 260 cu. ft., size J
3. 99.999% Purity Min.
4. Use: Gas chromatographic carrier gas
B. HYDROGEN
1. Guaranteed analysis of:
Oxygen < 5 ppm; Total Hydrocarbons < 0.5 ppm; Water < 2 ppm
2. Tank size: Approx. 9" x 51", 260 cu. ft., size J
3. 99.999% Purity
4. Use: Gas chromatographic detector fuel gas
C. NITROGEN
1. High pressure Dewar nitrogen (liquid)
2. Guaranteed analysis of:
Oxygen < 0.5 ppm; Water < 2 ppm; Halocarbons < 0.001 ppm;
Total Hydrocarbons < 0.5 ppm
3. Use: gas chromatograph detector mark-up gas
4. 160 Liters
5. Size GP45
- - 20 - -
Revised 10/24/07
MIAMI-DADE COUNTY BID NO.: 7602-5/14
SECTION 3
TECHNICAL SPECIFICATION
Medical and Industrial Gases
D. METHANE
1. Guaranteed analysis of:
Oxygen < 5 ppm; Nitrogen < 20 ppm; Water < 1 ppm; Ethane and Propane < 20 ppm
2. Tank size: Approx. 9" x 51", 356 cu. ft., size J
3. 99.99% Purity
4. Use: Mass spectrometry chemical ionization gas
E. ARGON/METHANE (95.5): (ELECTRON -CAPTURE MIXTURE)
1. Guaranteed analysis of:
Oxygen < 1 ppm; Water < 1 ppm; Carbon Dioxide < 1 ppm
2. Tank size: Approx. 9" x 56"
3. Use: Electron -capture detector gas
F. ACETYLENE: (ATOMIC ABSORPTION GRADE)
1. Use: Atomic Absorption Spectrophotometric fuel gas
G. CARBON DIOXIDE
1. Purity approx. 99%
2. Tank size: Approx. 9" x 51", with dip tube
3. Use: Preparation of dry ice and as a coolant gas in sub -ambient gas chromatography
H. ARGON
1. 99.9% Purity
2. Tank Size: Approx. 9" x 56" (300 ft3)
3. Atomic Absorption Spectrophotometry
I. ARGON/HYDROGEN MIX
1. 95% Argon (99.99% Purity) with 5% Hydrogen (99.99% Purity)
2. Size: Approx. 9" x 56" (260 ft3)
3. Use: Atomic Absorption Spectrophotometry
J. ARGON
1. CP Grade, 99.998%
K. AIR: GUARANTEED ANALYSIS
1. THC < 0.1
2. H2O<1
L. AIR
1. High Purity. 99.99%, 9" x 51"
2. Use: Gas chromatography
- - 21 - -
Revised 10/24/07
MIAMI-DADE COUNTY BID NO.: 7602-5/14
SECTION 3
TECHNICAL SPECIFICATION
Medical and Industrial Gases
M. METHANE
1. Ultra High Purity. 99.995% Min.
2. Lecture bottle size with valve
3. Use: Gas chromatography/Mass Spectrometry Ionization Gas
N. ISOBUTANE
1. Ultra High Purity, 99.95% Min.
2. Lecture bottle size with valve
O. MONITOR CALIBRATION GAS FOR WASD ( ONE CYLINDER OF GAS)
Hydrogen Sulfide-25ppm; Carbon Monoxide-100ppm; Pentane-25% LEL (0.35%
Vo1);Oxygen-19.00%;Nitrogen-Balance;Volume 25 CuFt;1500psig @ 70 degrees F
P. ADDITIONAL ITEMS TO BE USED BY THE DEPARTMENT OF
ENVIRONMENTAL RESOURCES MANAGEMENT (DERM)
Gases used by the DERM Air Monitoring Section
These gases are for the calibration and testing of ambient air monitors. All gases must be in
Spectra Seal Aluminum Cylinders with a metal valve handle on the cylinder. Gases must be
prepared and analyzed in accordance with the USEPA's most current guidelines. EPA
Protocol gases must be directly traceable to either NIST (National Institute of Standards)
SRMs (Standard Reference Materials) or NTRMS (NIST Traceable Reference Materials).
The gases must achieve +/- 1 % accuracy. Analyses must be for carbon monoxide (CO),
sulfur dioxide (SO2), nitric oxide (NO) and nitrogen oxides (NOx) as appropriate using the
appropriate analytical methods and procedures. It cannot be assumed that the nitric oxide
concentration is equal to the nitrogen oxides concentration in the nitric oxide in nitrogen
cylinders. Analysis must be done for both (NO and NOx) to the second decimal place (For
Example: 24.05 PPM). The NOx concentration cannot be greater than 105% of the NO
concentration. Gases must be delivered within one month after being requested with the
required documentation and certificates of analysis arriving within two weeks of delivery.
Each cylinder must have an individual identification number, which is used for certification
records, cylinder tracking and cylinder demurrage fee calculation. An itemized statement
must be provided at the end of each month with each cylinder being tracked by the cylinder
identification number. The company must be the manufacturer/producer of the specified
gases.
ITEM DESCRIPTION
1.
Nitric Oxide in Oxygen Free Nitrogen (NO in N2)
23.00-27.00 ppm
140 Cubic Feet (CF)
NO and NOx concentrations must be done to the second decimal place. For
example, 24.05 PPM.
- - 22 - -
Revised 10/24/07
MIAMI-DADE COUNTY BID NO.: 7602-5/14
SECTION 3
TECHNICAL SPECIFICATION
Medical and Industrial Gases
NO and NOx concentrations cannot be equal.
NOx concentration cannot be greater than 105% of the NO concentration.
EPA Certification Period 24 months.
2. Sulfur Dioxide in Nitrogen (SO2 in N2)
51.0-55.0 ppm
—140 Cubic Feet (CF)
Concentration must be done to the second decimal place. For example, 53.77 PPM.
EPA Certification Period 24 months.
3. Carbon Monoxide in Air (CO in Air)
8.0-10.0 ppm
—144 Cubic Feet (CF)
Concentration must be done to the first decimal place. For example, 9.6 PPM.
EPA Certification Period 36 months.
4. Carbon Monoxide in Air (CO in Air)
22.0-25.0 ppm
—76 Cubic Feet (CF)
Concentration must be done to the first decimal place. For example, 23.6 PPM.
EPA Certification Period 36 months.
5. Carbon Monoxide in Air (CO in Air)
38.0-40.0 ppm
—144 Cubic Feet (CF)
Concentration must be done to the first decimal place. For example, 38.9 PPM.
EPA Certification Period 36 months.
3.4 CERTIFICATION LABELING
3.4.1 All cylinders shall be clearly labeled with all applicable current inspection
certifications in accordance with OSHA Standards Section 1910 and U.S. Department
of Transportation Section 49 CFR Part 173.
3.4.2 Hydrostatic testing shall be performed on all cylinders prior to delivery and certified
for a minimum of five (5) years.
3.4.3 Hydrostatic testing should be performed on oxygen cylinders by the vendor within no
more than a period of sixty (60) days prior to delivery. Miami -Dade Fire Department
will be responsible for detecting and separating cylinders that need hydrostatic
testing.
- - 23 - -
Revised 10/24/07
MIAMI-DADE COUNTY BID NO.: 7602-5/14
SECTION 3
TECHNICAL SPECIFICATION
Medical and Industrial Gases
3.5 CYLINDERS
3.5.1 Cylinders shall have the approved American National Standard Compressed Gas
Cylinder Valve Outlet and Inlet Connections as specified in Section 1910 of the
OSHA Regulations (Standards — 29 CFR) for each gas used. All valves must be
functioning properly at the time of delivery.
3.5.2 In the event the cylinders do not meet the criteria, the vendor will be responsible for
the repair and/or replacement of the cylinders at no additional cost to the County.
3.5.3 Vendor is responsible for filling the cylinders to the maximum capacity allowable by
the manufacturer. In the event an odd size cylinder not listed on the Bid Proposal
Form needs to be refilled, the vendor will charge the standard cost per cubic foot of
the gas requested.
3.5.4 Cylinders that have exceeded their authorized service life shall be removed from
County property by the vendor and may be properly transported for reprocessing or
disposal of the cylinder's contents. Prior approval for cylinder removal shall be
obtained from an authorized County representative.
NOTE 4: The vendor will be held responsible for furnishing, repairing and
hydrostatic testing of all cylinders.
3.6 CYLINDER EXCHANGE
3.6.1 Cylinders delivered for exchange shall be in compliance with all OSHA/DOT safety
regulations and standards. Exchanged cylinders shall be unlabeled as to ownership.
(exception: Miami -Dade Fire Department owned cylinders only). Miami -Dade Fire
Department owned cylinders not to be exchanged with other entities or County
departments and must be returned to the Fire Department.
3.6.2 The delivery days for the Fire Department shall be 24 hours after the pickup of empty
oxygen bottles. Pickups shall be daily. If day is a public holiday, then the next day
shall be the pickup day.
3.7 HYDROSTATIC TESTING TO BE PROVIDED TO THE FOLLOWING EQUIPMENT
1. Oxygen, USP, Size D, 397 liters, dimension 4" x 17"
2. Oxygen USP, Size E, 662 liters, dimension 4" x 26 with combination regulator/flow
meter
3. Oxygen USP, Size M, 122 cu. ft., dimension 7" x 43"
--24--
Revised 10/24/07
MIAMI-DADE COUNTY BID NO.: 7602-5/14
SECTION 3
TECHNICAL SPECIFICATION
Medical and Industrial Gases
4. Oxygen USP, Size H, 224 cu. ft., dimension 9" x 51"
5. Nitrogen, UHP Grade, for gas chromatograph, 99-998%, Size H, 225 cu. ft.
6. Nitrogen, CP Grade, 99.0%, Size HH, 230 cu. ft.
7. Hydrogen, UHP, 99.999%, Size A, 262 cu. ft., dimension 9" x 51"
8. Air, UHP, Size HH, 310 cu. ft., 99.998%
9. Helium Gas (for balloons) 242 cu. ft., Size H
10. Helium UHP, 99.999%, Size J, 291 cu. ft.
11. Acetylene, Atomic Absorption Grade, 99.6% in large cylinder, 300 cu. ft., L-5, 12 x
16
12. Argon Liquid, size H, Dewars, 160 liter cylinder
13. Acetylene, Atomic Absorption Grade, 99.6% in 10 cu. ft.
14. Oxygen, USP, in 10 cu. ft.
15. Oxygen, USP, 7" x 23" CTC/DOT 3AL2216, Luxfer 7A87, 35 cu. ft.
16. UPC Hydrogen, 99.999%, Size J 260 SFC
17. UPC Helium, 99.999%, Size J 291 SCF
18. Calibration Gas, 2.03% oz. Balance N2, Size 13, 240 cu.ft./cylinder (Certified
Standard) 9 x 15
19. Calibration Gas, 796 PPM H2, 774 PPM CO2, 1.03% 02, Balance N2, Size H, 220
cu. ft. /cylinder (Certified Standard)
20. 40% Hydrogen, 60% Nitrogen, 33 cu. ft., 28 lbs.
21. Liquid Oxygen, Medical Grade, 180 Ltr. Dewars Medium Pressure (50 PSI) cylinder
with built-in flow regulator. (FOR MIAMI-DADE FIRE DEPARTMENT AIR
RESCUE).
NOTE 5: All Fire Department "D", "H", and "M" cylinders are the property of Miami -
Dade County Fire Department.
- - 25 - -
Revised 10/24/07
MIAMI-DADE COUNTY BID NO.: 7602-5/14
SECTION 3
TECHNICAL SPECIFICATION
Medical and Industrial Gases
3.8 SPECIFICATIONS FOR MIAMI-DADE POLICE DEPARTMENT
CRIME LABORATORY BUREAU
a. Nitrogen, UHP Grade, for Gas Chromatograph, 99-99.8%, Size J
b. Nitrogen, Low Pressure 180 liter, liquid
c. Hydrogen, Zero Grade, Size J
d. Helium UHP Grade, 99.99% Size J
e. Air, Ultra Zero Grade, Size J
3.9 SPECIFICATIONS FOR ANIMAL SERVICES DEPARTMENT
ANIMAL SERVICES
a. Oxygen, High Pressure
b. Small Medical
3.10 LIQUID OXYGEN)
The industrial grade liquid oxygen shall be a minimum guaranteed purity 99.5%, less than
0.5% inert ingredients, 80 degrees F. dew point or lower, industrial grade "B" LOX.
3.10.1 DELIVERY
Delivery of Liquid Oxygen shall be by tank truck, with the contractor providing any
and all hoses, fittings and valves necessary to off/load the liquid oxygen into the
storage tanks; tanks are fitted with industry standard fittings for loading. Tank trucks
carry an estimated 4,500 gallons of LOX @ 70 degrees, equal 115.1 standard cubic
feet.
3.10.2 TANK TRUCKS
The Liquid Oxygen will be only used if Miami -Dade County Plants cannot
manufacture sufficient liquid oxygen for its needs. Bidder shall provide prices using
a maximum usage of three tank trucks a day for two (2) weeks (i.e. 42 loads). Usage
over the maximum given above will result in Miami- Dade County requesting bids
for that particular Emergency.
3.10.3 SITE LOCATIONS
The contact person for all of the sites requiring liquid oxygen will be Joseph
Cummings, Supervisor of Oxygen Plants, 305-365-5635 or 305-949-9898. The
following are the sites which will require liquid oxygen to be delivered to and the
sizes of the storage tanks at those locations.
- - 26 - -
Revised 10/24/07
MIAMI-DADE COUNTY BID NO.: 7602-5/14
SECTION 3
TECHNICAL SPECIFICATION
Medical and Industrial Gases
1. NORTH DISTRICT WASTEWATER TREATMENT PLANT
2575 N.E. 151 STREET, NORTH MIAMI BEACH, FL.
Size and number of Liquid Oxygen storage tanks:
One (1) each: 600,000 gal. Sphere
2. CENTRAL DISTRICT WASTEWATERTREATMENT PLANT
3989 RICKENBACKER CAUSEWAY, VIRGINIA KEY, MIAMI, FL.
Size and number of Liquid Oxygen storage tanks:
Four (4) each: 15,000 gal. Tanks
3. SOUTH DISTRICT WASTEWATER TREATMENT PLANT
8950 S.W. 232 STREET, GOULDS, FL.
Size and number of Liquid Oxygen storage tanks:
Four (4) each 15,000 gal. Tanks
3.11 DELIVERY LOCATIONS FOR GROUPS ONE (1) THRU FOUR (4)
(MEDICAL & INDUSTRIAL GASES)
The bidder shall deliver items to the following County facilities and locations as required:
FIRE DEPARTMENT
Fire Supply
Air Rescue
Air Rescue
8010 N.W. 60th Street, Miami, Florida
Tamiami Airport (sta. 24) 14150 S.W. 127 St. , Miami, FL
Opa-Locka Airport (sta. 99) 4301 N.W. 145th St. Miami, FL
ENVIRONMENTAL RESOURCES
211 W. Flagler Street, Miami, Florida
MEDICAL EXAMINER
Number One on Bob Hope Road, Miami, Florida
HUMAN SERVICES
Health Center 2500 N.W. 22nd Avenue, Miami, Florida
- - 27 - -
Revised 10/24/07
MIAMI-DADE COUNTY BID NO.: 7602-5/14
SECTION 3
TECHNICAL SPECIFICATION
Medical and Industrial Gases
PARK AND RECREATION
10775 S.W. 84th Street, Kendall and other locations as needed.
AVIATION DEPARTMENT
McLaughlin Drive at Perimeter Road (Station 12)
Building 1044
Miami International Airport
Fire Rescue Station #59, 5600 NW 36 Street, Miami, FL 33122
Fire Rescue Station #25, Opa Locka Airport, 14200 NW 42 Avenue, Opa Locka
Fire Rescue Station #12, Miami International Airport, Midfield, Entrance at Southeast Gate,
Perimeter Road and McLaughlin
Maintenance Warehouse, 4331 NW 22nd Street, Building 3040 (Warehouse), Miami, FL
33122
Contact Name for all deliveries to Aviation (Fire Rescue Unit) is Mirtha Garcia, Telephone
No. 305-876-0609
Contact Name for all Aviation (Maintenance Warehouse) is Aston Burnett, Telephone No.
305-876-7329
NOTE 6: For the Miami -Dade Aviation, Fire Rescue Unit, it is required that the Vendor
deliver Nitrogen bottles to be used as propellant for the fire agents used in the Fire Rescue
Unit's ARFF trucks. These special bottles are equipped with the department's own valves.
MIAMI DADE WATER & SEWER DEPARTMENT
Virginia Key (Central District WWTP)
Black Point (South District WWTP)
Interama (North District - WWTP)
John E. Preston Water Treatment Plant
Alexander Orr Jr. Water Treatment Plant
Westwood Lakes
MIAMI-DADE POLICE DEPARTMENT
3989 Rickenbacker Cswy, Key Biscayne
8950 SW 232nd Street, Miami
2575 NE 151st Street, North Miami Beach
1100 W. 2nd Avenue, Hialeah
6800 SW 87th Avenue
4801 SW 117th Avenue, Miami
9105 N.W. 25th Street -Crime Laboratory Bureau
Station No. 1 5975 Miami Lakes Drive East
Station No. 2 2950 N.W. 83rd Street
Station No. 3 9105 N.W. 25th Street
--28--
Revised 10/24/07
MIAMI-DADE COUNTY BID NO.: 7602-5/14
SECTION 3
TECHNICAL SPECIFICATION
Medical and Industrial Gases
Station No. 4 10800 S.W. 211th Street, Headquarters Complex
Station No. 5 7707 S.W. 117th Avenue, Kendall
Station No. 6 15665 Biscayne Boulevard
Station No. 7 Airport
ANIMAL SERVICES DEPARTMENT
7401 N.W. 74th St. -Animal Services
10700 S.W.211 St. -Animal Services (South Dade Shelter)
PUBLIC WORKS DEPARTMENT
RBCM — 9301 NW 58th Street
Bridge Shop — 15 SE 5th Street
Mosquito Control Division — 8901 NW 58 Street, Miami, Florida 33178
Traffic Signals & Signs Division — 7100 NW 36th Street, Miami, Florida 33157
3.12 DELIVERY LOCATIONS FOR GROUPS FIVE (5) AND SIX (6) (WELDING GASES
& LIQUID OXYGEN)
The bidder shall deliver items to the following County facilities and locations:
FIRE DEPARTMENT
Fire Shop 6100 S.W. 87 Avenue, Miami, Florida — Stock Rm., Bldg #2
MIAMI —DADE WATER & SEWER DEPARTMENT
Distribution
Hialeah
Westwood Lakes
Alexander Orr Jr. WTP
Virginia Key (Central District WWTP)
Black Point (South District WWTP)
Interama (North District WWTP)
1001 NW 11th Street, Miami
800 West 3rd Avenue, Hialeah
4801 SW 117th Avenue, Miami
6800 SW 87'h Avenue, Miami
3989 Rickenbacker Cswy, Key Biscayne
8950 SW 232nd Street, Miami
2575 NE 151st Street, North Miami Beach
- - 29 - -
Revised 10/24/07
MIAMI-DADE COUNTY BID NO.: 7602-5/14
SECTION 4
BID SUBMITTAL FORM
Submit Bid To:
CLERK OF THE BOARD
Stephen P. Clark Center
111 NW 1st Street
17th Floor, Suite 202
Miami, Florida 33128-1983
OPENING: 2:00 P.M.
Wednesday,
January 23, 2008
PLEASE QUOTE PRICES F.O.B. DESTINATION, LESS TAXES, DELIVERED IN
MIAMI-DADE COUNTY, FLORIDA
NOTE: Miami -Dade County is exempt from all taxes (Federal, State, Local). Bid price should be less all taxes. Tax Exemption Certificate furnished
upon request.
Issued DPM Date Issued:
by:994 Purchasing Division 12/31/2007
This Bid Submittal Consists of
Pages 30 through 41
Sealed bids subject to the Terms and Conditions of this Invitation to Bid and the accompanying Bid Submittal. Such
other contract provisions, specifications, drawings or other data as are attached or incorporated by reference in the Bid
Submittal, will be received at the office of the Clerk of the Board at the address shown above until the above stated time
and date, and at that time, publicly opened for furnishing the supplies or services described in the accompanying Bid
Submittal Requirement.
MEDICAL AND INDUSTRIAL GASES
A Bid Deposit in the amount of N/A of the total amount of the bid shall accompany all bids
A Performance Bond in the amount of N/A of the total amount of the bid will be required upon execution of the contract
by the successful bidder and Miami -Dade County
DO NOT WRITE IN THIS SPACE
ACCEPTED HIGHER THAN LOW
NON -RESPONSIVE NON -RESPONSIBLE
DATE B.C.C. NO BID
ITEM NOS. ACCEPTED
COMMODITY CODE: 430-92, 430-42
Sr. Procurement Contracting Agent Km! Ra
FIRM NAME:
RETURN ONE ORIGINAL AND TWO COPIES OF BID SUBMITTAL PAGES AND
AFFIDAVITS
FAILURE TO COMPLETE THE CERTIFICATION REGARDING LOCAL PREFERENCE
ON PAGE 41 OF SECTION 4, BID SUBMITTAL FORM SHALL RENDER THE VENDOR
INELIGIBLE FOR LOCAL PREFERENCE
FAILURE TO SIGN PAGE
41
OF SECTION 4, BID SUBMITTAL FORM, WILL RENDER
YOUR BID NON -RESPONSIVE
--30--
Revised 10/24/07
MIAMI-DADE COUNTY
BID SUBMITTAL FOR:
BID NO.: 7602-5/14
MEDICAL AND INDUSTRIAL GASES
FIRM NAME:
Item
Estimated
Description
Unit
Extended
No.
Quantities
Price
Price
MEDICAL GASES
GROUP 1
1. 10,500 Cyl. Oxygen, USP, Size D, 397 Liters
Dimension 4" x 17"
2. 25 Cyl. Medical Grade Liquid Oxygen supplied in DEWAR
180 Liter Cylinder with low pressure-50 PSI
regulator only. $ /cyl. $
3. 2600 Cyl. Oxygen, USP, Size M, 122 cu. ft. $ /cyl. $
Dimension 7" x 43"
4. 100 Cyl. Oxygen, USP, Size H, 224 cu. ft. $ /cyl. $
Dimension 9" x 51"
TOTAL GROUP 1 (ITEMS 1— 4)
Item
Estimated
Description
Unit
Extended
No.
Quantities
Price
Price
GROUP 2
5. 80 Cyl. Nitrogen, UHP Grade, for Gas $ /cyl. $
Chromatograph, 99.998%, Size H,
230 Cu. Ft.
6. 30 Cyl. Nitrogen, CP Grade, 99.0%, Size HH, $ /cyl. $
280 Cu. Ft.
7. 12 Cyl. Hydrogen, UHP, 99.999%, 262 Cu. Ft. $ /cyl. $
Dimension 9" x 51", Size A
--31--
Revised 10/24/07
MIAMI-DADE COUNTY
BID SUBMITTAL FOR:
BID NO.: 7602-5/14
MEDICAL AND INDUSTRIAL GASES
FIRM NAME:
8. 25 Cyl. Air UHP, Size HH, 310 Cu. Ft., 99.998% $ /cyl. $
9. 25 Cyl. Helium Gas (For Balloons), 242 Cu. Ft., $ /cyl. $
Size H
10. 85 Cyl. Helium UHP, 99.999%, Size J, $ /cyl. $
291 Cu. Ft.
11. 20 Cyl. Acetylene, Atomic Absorption Grade $ /cyl. $
99.6% in Large Cylinder, 300 Cu. Ft.,
L-5, 12 x 16
12. 20 Cyl. Argon, Liquid Size H, Dewars, $ /cyl. $
160 Liter Cyl.
13. 20 Cyl. Acetylene, Atomic Absorption, $ /cyl. $
Grade 99.6% in 10 Cu. Ft.
14. 20 Cyl. Oxygen, USP in 10 Cu. Ft. $ /cyl. $
15. 20 Cyl. Oxygen, USP, in Cylinders 7" x 23" $ /cyl. $
CTC/DOT 3AL2216, Luxfer 7A87, 35 Cu. Ft.
16. 20 Cyl. UPC Hydrogen, 99.999%, Size J, 260 SCF $ /cyl. $
9" x 55"
17. 50 Cyl. UPC Helium, 99.999%, Size J, 291 SCF $ /cyl. $
9" x 55"
18. 3 Cyl. Calibration Gas, 2.03% 02 Balance N21, $ /cyl. $
Size B, 240 Cu. Ft. (Certified Standard)
9"x51"
- - 32 - -
Revised 10/24/07
MIAMI-DADE COUNTY
BID SUBMITTAL FOR:
BID NO.: 7602-5/14
MEDICAL AND INDUSTRIAL GASES
FIRM NAME:
19. 2 Cyl. Calibration Gas, 796 ppm H2, 774 ppm, $ /cyl. $
CO2, 1.03%, 02 Balance N2, Size H,
220 Cu. Ft. (Certified Standard)
20. 80 Cyl. 40% Hydrogen, 60% Nitrogen, 33 Cu. Ft. $ /cyl. $
28 lbs.
21. 5 Cyl. Zero -Grade (4.8) Argon Gas $ /cyl.
Approx. 220 CuFt
22. 6 Cyl. Welder' s-Grade Acetylene $ /cyl.
Size 2.1
MONITOR CALIBRATION GAS FOR THE WATER AND SEWER DEPARTMENT:
23. 10 Cyl. Hydrogen Sulfide, 25ppm; Carbon Monoxide, 100ppm;Pentane, 25% LEL
(0- 35% Vol); Oxygen, 19.00%; Nitrogen, balance, col 25 CuFt, 1500psig @
70 degrees F
24. 15 Cyl. Nitrogen, UHP Grade, for Gas Chromatograph, 99 99.8%,
Size J
$ /cyl. $
25. 55 Cyl. Nitrogen, Low Pressure, 180 liter, liquid $ /cyl. $
26. 8 Cyl. Hydrogen, Zero Grade, Size J $ /cyl. $
27. 24 Cyl. Air, Ultra Zero Grade, Size J $ /cyl. $
ADDITIONAL ITEMS TO BE USED BY THE DEPARTMENT OF ENVIRONMENTAL
RESOURCES MANAGEMENT (DERM):
28. 3 Cyl. Nitric Oxide in Oxygen Free Nitrogen (NO in N2) 23-27 ppm; —140 Cubic
Feet (CF); EPA Certification Period 24 months.
$ /cyl. $
--33--
Revised 10/24/07
MIAMI-DADE COUNTY
BID SUBMITTAL FOR:
BID NO.: 7602-5/14
MEDICAL AND INDUSTRIAL GASES
FIRM NAME:
29. 2 Cyl. Sulfur Dioxide in Nitrogen (SO2 in N2) 51-55 ppm MUST BE GREATER
THE 50 ppm; - -140 Cubic Feet (CF); EPA Certification Period 24 months
30. 5 Cy1. Carbon Monoxide in Air (CO in Air), 8-10 ppm; -144 Cubic Feet
(CF); EPA Certification Period 36 months
$ /cyl. $
31. 5 Cy1. Carbon Monoxide in Air (CO in Air) 22-25 ppm; -76 Cubic Feet
(CF); EPA Certification Period 36 months $ /cyl. $
32. 5 Cyl. Carbon Monoxide in Air (CO in Air); 38-40 ppm; -144 Cubic Feet
(CF); EPA Certification Period 36 months $ /cyl. $
TOTAL GROUP 2 (ITEMS 5 - 32)
Item
Estimated
Description
Unit
Extended
No.
Quantities
Price
Price
GROUP 3
33. 110 Cyl. Helium, Dimension 9' x 51", Size J, $ /cyl. $
290 Cu. Ft.
34. 37 Cyl. Hydrogen, Water, Dimensions, 9" x 51" $ /cyl. $
Size J, 260 Cu. Ft.
35. 50 Cyl. Nitrogen, High Pressure Dewar (Liquid) $ /cyl. $
160 Liters, Size GP45
36. 5 Cyl. Methane, Dimensions 9" x 51", Size J $ /cyl. $
356 Cu. Ft.
--34--
Revised 10/24/07
MIAMI-DADE COUNTY
BID SUBMITTAL FOR:
BID NO.: 7602-5/14
MEDICAL AND INDUSTRIAL GASES
FIRM NAME:
37. 50 Cyl. Argon Methane (Electron -Capture $ /cyl. $
Mixture), Dimension 9" x 56", 95%
Argon, 5% Methane
38. 40 Cyl. Air 310 Cu. Ft., Size J, Ultra Zero $ /cyl. $
39. 10 Cyl. Carbon Dioxide, 99% Purity, Dimensions $ /cyl.
9" x 51", 50 lbs. with dip tube
40. 12 Cyl. Argon, 99.99% Purity, Dimensions $ /cyl. $
9"x56", 300 Cu. Ft.
41. 2 Cyl. Argon/Hydrogen Mix, 99.99% Purity with $ /cyl $
5% Hydrogen, 99.99% Purity, Dimensions
9" x 56", 260 cu.ft.
42. 10 Cyl. Air, High Purity, 99.99%, 9" x 51" $ /cyl. $
43. 6 Cyl. Methane, Ultra High Purity, 99.995% Min. $ /cyl. $
Lecture Bottle w/Valve
44. 6 Cyl. Isobutene Ultra High Purity, 99.995% Min. $ /cyl. $
Lecture Bottle w/Valve
TOTAL GROUP 3 (ITEMS 33 - 44)
Item
Estimated
Description
Unit
Extended
No.
Quantities
Price
Price
GROUP 4
45. 1 Cyl. High Purity Oxygen (OX/493 CH) K $ /cyl. $
--35--
Revised 10/24/07
MIAMI-DADE COUNTY
BID SUBMITTAL FOR:
BID NO.: 7602-5/14
MEDICAL AND INDUSTRIAL GASES
FIRM NAME:
46. 1 Cy1. 91% Oxygen/Balance, Nitrogen $ /cyl. $
(OXNT2CH) K
47. 1 Cy1. High Purity Nitrogen, (34435) K $ /cyl. $
48. 2 Cy1. Zero Air (32075) K $ /cyl. $
49. 2 Cy1. 40% Hydrogen/60% Nitrogen $ /cyl. $
(38531) K
50. 6,000 Lbs. Dry Ice (Carbon Dioxide) $ /lb. $
51. 1 Cy1. 100 ppm Methane/Balance, Air K $ /cyl. $
52. 1 Cy1. 2.5 Methane W/Air
Size F, (Refill only)
TOTAL GROUP 4 (ITEMS 45 - 52)
Item
Estimated
Description
Unit
Extended
No.
Quantities
Price
Price
WELDING GASES & LIQUID OXYGEN
GROUP 5
53. Oxygen: "K" type cylinders, USP approved $ per/cu. ft. $
520,000 Cylinder size: 180 cu. ft. /cyl.
cubic feet
54. Oxygen: small size cylinders $ per/cu. ft. $
137,000 Cylinder size: 125 cu. ft. /cyl.
cubic feet
55. Acetylene, "WSL" type cylinder $ per/cu. ft. $
103,500 Cylinder size: 145 cu. ft. /cyl.
cubic feet
- - 36 - -
Revised 10/24/07
MIAMI-DADE COUNTY
BID SUBMITTAL FOR:
BID NO.: 7602-5/14
MEDICAL AND INDUSTRIAL GASES
FIRM NAME:
56. Acetylene: small size cylinders
22,500 Cylinder size:.85 cu. ft. /cyl.
cubic feet
57. Argon Gas
89,000 Cylinder size: 336 cu. ft. /cyl.
cubic feet
58. Argon Gas 2.2 type cylinder
90,700 Cylinder size: 42cu. ft. /cyl.
cubic feet
59. Argon Gas "R" type cylinder
89,000 Cylinder size: 20 cu. ft. /cyl.
cubic feet
$ per/cu. ft. $
per/cu. ft. $
per/cu. ft. $
per/cu. ft. $
60. Arcox Gas $ per/cu. ft. $
41,400 Cylinder size: 356 cu. ft. /cyl.
cubic feet
61. Co2 Gas: small cylinders $ per/lb $
6,000 lbs. Cylinder size: 50 lbs/cyl.
62. Nitrogen, dry process 280 $ per/cu. ft. $
48,800 Cylinder size: 304 cu. ft. /cyl.
cubic feet
63. 4 Cy1. Oxygen, "T" Cylinder
$ per/cyl. $
64. 25 Cyl. Nitrogen, "T" Cylinder, must be in accordance with BB-N-411 (type 1, Grade A and
and B) for purging LOX bottles
$ per/cyl. S
TOTAL GROUP 5 (ITEMS 53 - 64) $
- - 37 - -
Revised 10/24/07
MIAMI-DADE COUNTY
BID SUBMITTAL FOR:
BID NO.: 7602-5/14
MEDICAL AND INDUSTRIAL GASES
FIRM NAME:
Item
Estimated
Description
Unit
Extended
No.
Quantities
Price
Price
GROUP 6
65. 189,000 gals LOX by Tank truck as specified
Product Manufacturer:
Shipping Point:
Number of years distributing LOX:
TOTAL GROUP 6 (ITEM 65) $
per/gal. $
OPTIONS:GROUPS 1 THRU 4
COST TO PURCHASE REPLACEMENTCYLINDERS
66. Size B $
67. Size D $
68. Size E $
69. Size H $
70. Size HH $
71. Size .K $
72. Dewars $
73. Size M $
74. Size T $
75. Size W $
76. Other $ Type:
- - 38 - -
Revised 10/24/07
MIAMI-DADE COUNTY
BID SUBMITTAL FOR:
BID NO.: 7602-5/14
MEDICAL AND INDUSTRIAL GASES
FIRM NAME:
EMERGENCY CONTACT INFORMATION
Name of Contact Person:
Emergency Phone No.:
Cellular No.:
(As per Section 2, Para. 2.40)
OPTIONS: GROUPS 5 THRU 6
77. Prices given are quoted with Cylinder Demurrage terms to apply as follows:
Cylinders will be loaned free for thirty (30) Days; thereafter $ per day per cylinder
Demurrage charge will apply.
78. Charge for lost cylinders: $ Each
--39--
Revised 10/24/07
MIAMI-DADE COUNTY BID NO.: 7602-5/14
SECTION 4
BID SUBMITTAL FOR:
MEDICAL AND INDUSTRIAL GASES
ACKNOWLEDGEMENT OF ADDENDA
INSTRUCTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES
PART I:
LIST BELOW ARE THE DATES OF ISSUE FOR EACH ADDENDUM RECEIVED IN
CONNECTION WITH THIS BID
Addendum #1, Dated
Addendum #2, Dated
Addendum #3, Dated
Addendum #4, Dated
Addendum #5, Dated
Addendum #6, Dated
Addendum #7, Dated
Addendum #8, Dated
PART II:
n NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS BID
FIRM NAME:
AUTHORIZED SIGNATURE: DATE:
TITLE OF OFFICER:
-40-
Revised 10/24/07
MIAMI-DADE COUNTY BID NO.: 7602-5/14
BID SUBMITTAL FORM
Bid Title: MEDICAL AND INDUSTRIAL GASES
By signing this Bid Submittal Form the Bidder certifies that it satisfies all legal requirements (as an entity) to do business with the County, including all
Conflict of Interest and Code of Ethics provisions in Section 2-11 of the Miami -Dade County Code. Any County employee or member of his or her immediate
family seeking to contract with the County shall seek a conflict of interest opinion from the Miami -Dade County Ethics Commission prior to submittal of a Bid
response or application of any type to contract with the County by the employee or his or her immediate family and file a copy of that request for opinion and
any opinion or waiver from the Board of County Commissioners with the Clerk of the Board. The affected employee shall file with the Clerk of the Board a
statement in a form satisfactory to the Clerk disclosing the employee's interest or the interest of his or her immediate family in the proposed contract and the
nature of the intended contract at the same time as or before submitting a Bid, response, or application of any type to contract with the County. Also a copy of
the request for a conflict of interest opinion from the Ethics Commission and any corresponding opinion, or any waiver issued by the Board of County
Commissioners, must be submitted with the response to the solicitation.
In accordance with Sec. 2-11.1(s) of the County Code as amended, prior to conducting any lobbying regarding this solicitation, the Bidder must file the
appropriate form with the Clerk of the Board stating that a particular lobbyist is authorized to represent the Bidder. Failure to file the appropriate
form in relation to each solicitation may be considered as evidence that the Bidder is not a responsible contractor.
The Bidder confirms that this Bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a Bid for the
same goods and/or services and in all respects is without collusion, and that the Bidder will accept any resultant award. Further, the undersigned acknowledges
that award of a contract is contingent upon vendor registration. Failure to register as a vendor within the specified time may result in your firm not being
considered for award.
Pursuant to Miami -Dade County Ordinance 94-34, any individual, corporation, partnership, joint venture or other legal entity having an officer, director, or
executive who has been convicted of a felony during the past ten (10) years shall disclose this information prior to entering into a contract with or receiving
funding from the County.
❑ Place a check mark here only if bidder has such conviction to disclose to comply with this requirement.
COUNTY USER ACCESS PROGRAM (UAP): Joint purchase and entity revenue sharing program
For the County's information, the bidder is requested to indicate, at 'A' and `B' below, its general interest in participating in the Joint Purchase Program of the
County User Access Program (UAP) described in Section 2.21 of this contract solicitation, if that section is present in this solicitation document. Vendor
participation in the Joint Purchase portion of the UAP is voluntary, and the bidder's expression of general interest at `A' and `B' below is for the County's
information only and shall not be binding on the bidder.
A. If awarded this County contract, would you be interest in participating in the Joint Purchase portion of the UAP with respect to other governmental,
quasi -governmental or not -for -profit entities located within the geographical boundaries of Miami -Dade County?
Yes No
and
B. If awarded this County contract, would you be interested in participating in the Joint Purchase portion of the UAP with respect to other
governmental, quasi -governmental or not -for -profit entities located outside the geographical boundaries of Miami -Dade County?
Yes No
LOCAL PREFERENCE CERTIFICATION: The responding vendor hereby attests, by checking one of the following blocks, that it is ❑, or is not ❑, a
local business. For the purpose of this certification, a "local business" is a business located within the limits of Miami -Dade County (or Broward County in
accordance with the Interlocal Agreement between the two counties) that conforms with the provisions of Section 1.10 of the General Terms and Conditions of
this solicitation and contributes to the economic development of the community in a verifiable and measurable way. This may include, but not be limited to,
the retention and expansion of employment opportunities and the support and increase to the County's tax base. Failure to complete this certification at this
time (by checking the appropriate box above) shall render the vendor ineligible for Local Preference.
Firm Name:
Street Address:
Mailing Address (if different):
Telephone No. Fax No.
Email Address: FEIN No. / - / / / / / /
Prompt Payment Terms: % days net days *"By signing this document the bidder agrees to all Terms
(Please see paragraph 1.2 H of General Terms and Conditions) and Conditions of this Solicitation and the resulting Contract"
Signature:
(Signature of authorized agent)
Print Name: Title:
Failure to sign this page shall render your Bid non -responsive.
-41-
Revised 10/24/07
MIAMI•
COUNTY,
APPENDIX
AFFIDAVITS
FORMAL BIDS
MIAMI-DADE COUNTY BID NO.: 7602-5/14
MIAMI-DADE COUNTY BID AFFIDAVITS
• DISABILITY NONDISCRIMINATION AFFIDAVIT
(Resolution R-385-95)
I, being duly first sworn, state that this firm, corporation, or organization is in compliance with and agrees to continue
to comply with, and assure that any subcontractor, or third party contractor under this contract 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 Americans with Disabilities Act of 1990 (ADA), Pub. L. 101-336, 104 Stat 327, 42 U.S.C. Sections 225 and 611
including Title I, Employment; Title II, Public Services; Title III, Public Accommodations and Services Operated by
Private Entities; Title IV, Telecommunications; and Title V, Miscellaneous Provisions.
The Rehabilitation Act of 1973, 29 U.S.C. Section 794
The Federal Transit Act, as amended 49 U.S.C. Section 1612
The Fair Housing Act as amended, 42 U.S.C. Section 3601-3631
■ MIAMI-DADE COUNTY DEBARMENT DISCLOSURE AFFIDAVIT
(Ordinance 93-129) See Section 1 (1.3H)
I, being duly first sworn, upon oath deposes and says that the bidder of this contract or his agents, officers, principals,
stockholders, subcontractors or their affiliates are not debarred by Miami -Dade County.
■ MIAMI-DADE COUNTY COLLECTION OF TAXES,
FEES AND PARKING TICKETS AFFIDAVIT
(Ordinance 95-178) Section 1 (1.3 E)
I, being first duly sworn state that in compliance with the procedures contained in Section 2-8.1(c) of the Code of
Miami -Dade County, and as amended by Ordinance 95-178, this firm hereby certifies that the foregoing statements
are true and correct.
That all delinquent and currently due fees or taxes (including, but not limited to, real and personal property taxes,
convention and tourist development taxes, utility taxes, and occupational license taxes) collected in the normal course
by the Miami -Dade County Tax Collector and County issued parking tickets for vehicles registered in the name of the
above firm, have been paid.
• AFFIDAVIT RELATING TO INDIVIDUALS AND ENTITIES
ATTESTING BEING CURRENT IN THEIR OBLIGATIONS TO
MIAMI-DADE COUNTY (Ordinance 99-162) See Section 1 (1.3 N)
I, being first duly sworn state that in compliance with County Ordinance 99-162, the bidder is not in arrears in any
payment under a contract, promissory note or other loan document with the County, or any of its agencies or
instrumentalities, including the Public Health Trust (hereinafter referred to as "County"), either directly or indirectly
through a firm, corporation, partnership or joint venture in which the individual or entity has a controlling financial
interest as that term is defined in Section 2-11.1(b)(8) of the County Code.
Page 1 of 8 Revised 10/24/01
MIAMI-DADE COUNTY BID NO.: 7602-5/14
■ MIAMI-DADE COUNTY DOMESTIC VIOLENCE LEAVE
AFFIDAVIT (Ordinance 99-5 & Resolution R-185-00)
That in compliance with Ordinance No 99-5, Resolution No. R-185-00 and the Code of Miami -Dade County, Florida,
the following information is provided and is in compliance with all items in the aforementioned legislation. As an
employer having, in the regular course of business, fifty (50) or more employees working in Miami -Dade County for
each working day during each of twenty (20) or more calendar work weeks in the current or preceding calendar year,
do hereby certify to be in compliance with the Domestic Leave Ordinance, codified at 1 IA-60 et. Seq., of the Miami -
Dade -County Code, and that the obligation to provide domestic violence leave to employees shall be a contractual
obligation.
BY SIGNING AND NOTARIZING THIS PAGE YOU ARE ATTESTING
TO AFFIDAVITS ON PAGES 1 AND 2
By:
MIAMI-DADE COUNTY AFFIDAVITS SIGNATURE PAGE
�:?"'-° :'�(�mr:'yu„�i'=�..�'.,3 a8'�_,z;,'�x„�:�..Y'ra?'� a.�'�E'.?..��iF�.Ci �..k.. i.t�s `?�:-.7°i,.3��3' .�.'�a.:b�: u-�.��.'�'�°�,Y,4"*T,'in. �i�. �0'...'�`.. af,�m��°s�iiryli(�r'�':«.,�e:er..�.e aa4�'f.--.�4: fie. ..✓w«
Signature of Affiant Date
20
/ - / / / / / / /
Printed Name of Affiant and Title Federal Employer Identification Number
Printed Name of Firm
Address of Firm
SUBSCRIBED AND SWORN TO (or affiunied) before me this day of , 20
He/She is personally known to me or has presented as identification.
Type of identification
Signature of Notary Serial Number
Print or Stamp Name of Notary Expiration Date
Notary Public — State of
Nota-v Seal
Page 2 of 8 Revised 10/24/01
MIAMI-DADE COUNTY BID NO.: 7602-5/14
LIVING WAGE AFFIDAVIT
(County Ordinance 99-44)
I, being first duly sworn hereby state and certify that in compliance with Section 2-8.9 of the Miami -Dade County Code, by
accepting award of this contract, the bidder or proposer agrees to pay the living wage required by County Ordinance 99-44 to
all employees assigned to this contract. The bidder or proposer further understands that the current living wage applied to this
contract is $9.81 per hour plus health benefits as described in the ordinance, or $11.23 per hour without health benefits. The
Living Wage required by Ordinance 99-44 is subject to indexing as set -forth in Section "C" (Indexing).
By: 20
Signature of Affiant Date
/-/// / / / /
Printed Name of Affiant and Title Federal Employer Identification Number
Printed Name of Firm
Address of Firm
SUBSCRIBED AND SWORN TO (or affirmed) before me this day of , 20
He/She is personally known to me or has presented as identification.
Type of identification
Signature of Notary Serial Number
Print or Stamp Name of Notary Expiration Date
Notary Public — State of
Page 3 of 8 8/15/.05
MIAMI-DADE COUNTY BID NO.: 7602-5/14
AFFIRMATIVE ACTION PLAN/PROCUREMENT POLICY AFFIDAVIT
(Code of Miami -Dade County Section 2-8.1.5) (Ordinance No. 98-30)
I, being duly first sworn, hereby state that the bidder of this contract:
❑ has a current Afivative Action Plan and Procurement Policy, as required by Section 2-8.1.5 of the Code of
Miami -Dade County, processed and approved for filing with the Miami Dade County Department of Business
Development (DBD) under the file No. and the
expiration date of
❑ had annual gross revenues in excess of $5,000,000.00 for the previous year and does not have a current
Affirmative Action Plan and Procurement Policy as required by Section 2-8.1.5 of the Code of Miami -Dade
County, processed and approved for filing with the Miami -Dade County DBD. I will contact DBD at 305-375-
3111 regarding this requirement.
❑ had annual gross revenues less than $5,000,000.00 for the previous year; therefore Section 2-8.1.5 of the Code
of Miami -Dade County is not applicable. However, I will contact DBD at 305-375-3111 in order to submit the
required affidavit and exemption request.
Witness:
Signature Signature
Witness: By:
Signature Legal Name and Title
The foregoing instrument was acknowledged before me this day of , 20
FOR AN INDIVIDUAL ACTING IN HIS OWN RIGHT:
By:
FOR A CORPORATION, PARTNERSHIP OR JOINT VENTURE:
By: having the title of
with
❑a
PLEASE NOTE:
corporation ❑ partnership ❑ joint venture
Section 2-10.4(4)(a) of the Code of Miami -Dade County (Ordinance No. 82-37) requires that all properly licensed
architectural, engineering, landscape architectural, and land surveyors have an affirmative action plan on file with the
County.
Section 2-Li.5 of the Code of Miami -Dade County requires that firms that have annual gross revenues in excess of five (5)
million dollars have an affirmative action plan and procurement policy on file with the County. Firms that have a Board of
Directors that are representative of the population make-up of the nation may be exempt
For questions regarding these requirements, please contact the Miarni-Dade County Department of Business Development at
305 375-3111.
Page 4 of 8 Revised 11/8/04
MIAMI-DADE COUNTY BID NO.: 7602-5/14
CODE OF BUSINESS ETHICS
Code of Miami -Dade County Section 2-8.1(i)
I, being duly sworn, hereby state and certify that this firm has adopted a Code of Business Ethics that is fully complaint with
the requirements of Section 2-8.1(i) of the Code of Miami -Dade County as amended. I further acknowledge that failure to
comply with the adopted Code of Business Ethics shall render any contract with Miami -Dade County voidable, and subject this
firm to debarment from County work pursuant to Section 10-38(h)(2) of the Code of Miami -Dade County as amended. I further
acknowledge that failure to submit this affidavit shall render this firm ineligible for contract award.
By: 20
Signature of Affiant Date
/ - / / / / / / /
Printed Name of Affiant and Title Federal Employer Identification Number
Printed Name of Firm
Address of Firm
SUBSCRIBED AND SWORN TO (or affirmed) before me this day of , 20
He/She is personally known to me or has presented as identification.
Type of identification
Signature of Notary Serial Number
Print or Stamp Name of Notary Expiration Date
Notary Public — State of
Page 5 of 8 Revised 08/23/01
MIAMI-DADE COUNTY BID NO.: 7602-5/14
FAIR SUBCONTRACTING PRACTICES
(Ordinance 97-35)
In compliance with Miami -Dade County Ordinance 97-35, the Bidder shall submit with the bid proposal a
detailed statement of its policies and procedures (use separate sheet if necessary) for awarding
subcontractors in accordance with Section 1, Paragraph 1.15
NO SUBCONTRACTORS WILL BE UTILIZED FOR THIS CONTRACT
Signature Date
Page 6 of 8 Revised 01/15/04
MIAMI-DADE COUNTY
BID NO.:.7602-5/14
SUBCONTRACTOR/SUPPLIER LISTING
(Ordinance 97-104)
Firm Name of Prime Contractor/Respondent:
Bid No.:
Title:
This forms, or a comparable listing meeting the requirements of Ordinance No. 97-104 MUST be completed, signed and submitted by all bidders and respondents
on County contracts for purchases of supplies, materials or services, including professional services which involve expenditures of $100,000 or more, and all
bidders and respondents on County or Public Health Trust construction contracts which involve expenditures of $100,000 or more. A bidder or respondent who
is awarded the contract shall not change or substitute first tier subcontractors or direct suppliers or the portions of the contract work to be performed or
materials to be supplied from those identified, except upon written approval of the County.
This form, or a comparable listing meeting the requirements of Ordinance No. 97-104, MUST be completed, signed and submitted even though the bidder or
proposer will not utilize subcontractors or suppliers on the contract. The bidder or proposer should enter the word "NONE" under the appropriate heading of
sub form 100 in those instances where no subcontractors or suppliers will be used on the contract.
Business Name and Address of First Tier
Subcontractor/Subconsultant
Principal Owner
Scope of Work to be Performed by
Subcontractor/Subconsultant
(Principal Owner)
Gender Race
Business Name and Address of Direct
Supplier
Principal Owner
Supplies/Materials/Services to be
Provided by Supplier
(Principal Owner)
Gender Race
I certify that the representations contained in this Subcontractor/Supplier Listing are to the best of my knowledge true and accurate
Prime Contractor/Respondent's Signature
Page 7 of 8
Print Name
(Duplicate if additional space is needed)
Print Title
Revised 01/15/04
FORM 100
Date
MIAMI-DADE COUNTY
BID NO.: 7602-5/14
MIAMI-DADE COUNTY 11%
CERTIFICATION OF RECYCLED
ENVIRONMENTALLY ACCEPTABLE PACKAGING ti4e14
PRODUCT CONTENT
RESOLUTION (R-738-92)
MINIMUM CERTIFIED CONTENT
Bid item
Number
RECYCLED PRODUCTS
RECOVERED MATERIALS
RECYCABLE PRODUCTS
%
Composition
Type of
Material
%
Composition
Type of
Material
%
Composition
Type of
Material
DEFINITIONS
"Recycled Material" shall be defined as any waste material or by-products that have been recovered or diverted
from solid waste.
"Recycled Product" shall be defined as any product which is in whole or in part composed of recovered
materials.
"Recyclable Product" shall be defined as the ability of a product and its packaging to be reused,
reconditioned for use, or recycled through existing recycling collection programs.
"Waste Reducing Product" shall be defined as any product which will result in less waste generated due
to its use rather than another product designed to serve the same function with a greater waste
generation rate. This shall include, but not limited to those products that can be reused, refilled or have a
longer life expectancy and contain a lesser amount of toxic constituents.
1 have the knowledge to certify and do so by certify that the Minimum Materials Content in our product(s) are
as specified on this form and conform with the definitions as shown above.
NAME
ADDRESS
CITY
STATE
ZIP
SIGNATURE
TITLE
Page 8 of 8
Revised 08/23/01