Loading...
2218 IFB 19/20-12 City of Sanford and Airgas USAThe item(s) noted below is/are attached and forwarded to your office for the following action(s): ❑ Development Order F-1 Mayor's signature F-1 Final Plat (original mylars) F-1 Recording R Letter of Credit F] Rendering ❑ Maintenance Bond Z Safe keeping (Vault) F-1 Ordinance F-1 Deputy City Manager F-1 Performance Bond Fj Payment Bond F-1 Resolution F -j City Manager Signature R F-1 City Clerk Attest/Signature F-1 City Attorney/Signature Once completed, please: F-1 Return originals to Purchasing- Department ❑ Return copies Special Instructions: U�.o(-ye y r3oa4z4ev- From SharePoilit—Finance—Purchasing—Forms - 2018.doe 5/7/2-020 Date "I I _140AM• l ♦ 1111 1114 Loll]• THIS AGREEMENT (hereinafter the "Agreement") is made and entered by and between the City of Sanford, Florida, a Florida municipality, (hereinafter referred to as the "City"), whose mailing address is 300 North Park Avenue, Sanford, Florida 32771, and Airgas USA, LLC, a Delaware limited liability company, d/b/a Airgas, Inc., a Delaware corporation an Air Liquide company, whose principal address is 259 North Radnor -Chester Road, Suite 100, Radnor, Pennsylvania 19087-5283, (hereinafter referred to as "Airgas"). The City and Airgas may be collectively referenced herein as the "parties". WITNESSETH; IN CONSIDERATION of the mutual covenants, promises, and representations contained herein and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the parties hereto agree as follows: Section 1. Recitals. The above statements are true and form a material part of this Agreement upon which the parties have relied. Section 2. Authority. Each party hereto represents to the other that it has undertaken all necessary actions to execute this Agreement, and that it has the legal authority to enter into this Agreement and to undertake all obligations imposed on it. The persons executing this Agreement for each party certify that they are authorized to bind the party fully to the terms of this Agreement. Section 3. Scope of Agreement; Direction of the Provision of Goods. (a). This Agreement is for the provision of goods set forth in the attachments hereto and Airgas agrees to accomplish the provision of goods specified in the attachments for the compensation set forth in those documents relating the provision of bulk gas and liquid oxygen as may be agreed upon by the parties as set forth in issued purchase orders. (b). It is recognized that Airgas shall provide goods as directed by the City. (c). The City's contact/project manager for all purposes under this Agreement shall be the following: Marisol Ordonez Purchasing Manager Finance -Purchasing Division City of Sanford Post Office Box 1788 1 I Page Sanford, Florida 32772-1788 Phone: 407-688- 5028 Email: Marisol.ordonez@sanfordfl.gov Section 4. Effective Date and Term of Agreement. This Agreement shall take effect on the date that this Agreement is fully executed by the parties hereto. This Agreement shall be in effect for a term of 1 year with the opportunity for additional 1 -year renewal periods when in the best interest of the City in its sole discretion. However, the total length of this Agreement, including all renewals, shall not exceed 5 years. The decision to renew or extend this Agreement shall be at the discretion of the City. Airgas shall review the quality and status of the goods pertaining to the provision of bulk gas and liquid oxygen with the City on an annual basis at which time(s) the City may terminate this Agreement is its sole and absolute discretion. In any event, this Agreement shall remain in effect until the goods to be provided by Airgas to the City under each purchase order have been fully provided in accordance with the requirements of the City; provided, however, that, the indemnification provisions and insurance provisions of the standard contractual terms and conditions referenced herein shall not terminate and the protections afforded to the City shall continue in effect subsequent to such goods being provided by Airgas. No goods, services or actions have been provided prior to the execution of this Agreement that would entitle Airgas for any compensation therefor. Section 5. Compensation. The parties agree to compensation as set forth in the attachments hereto, with the initial purchase of goods being in the amounts set forth in the attachments hereto and, subsequently, as may be agreed upon by the parties as set forth in issued purchase orders. Section 6. Standard Contractual Terms and Conditions. All "Standard Contractual Terms and Conditions", as provided on the City's website, apply to this Agreement. Such Terms and Conditions may be found at the City's website; which can be reached at: (https://www.sanfordfl.gov/departments/flnance/purchasing/contract- terms-and conditions or www.SanfordFL.gov). The parties shall also be bound by the purchasing policies and procedures of the City as well as the controlling provisions of Florida law. Purchase orders shall be used, in accordance therewith, in the implementation of this Agreement to the extent deemed necessary by the City in its sole and absolute discretion. Section 7. Airgas' Mandatory Compliance with Chapter 119, Florida Statutes, and Public Records Requests. (a). In order to comply with Section 119.0701, Florida Statutes, public records laws, Airgas must: (1). Keep and maintain public records that ordinarily and necessarily would be required by the City in order to provide goods. 2 1 P a g e (2). Provide the public with access to public records on the same terms and conditions that the City would provide the records and at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law. (3). Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. (4). Meet all requirements for retaining public records and transfer, at no cost, to the City all public records in possession of Airgas upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the City in a format that is compatible with the information technology systems of the City. (b). If Airgas does not comply with a public records request, the City shall enforce the contract provisions in accordance with this Agreement. (c). Failure by Airgas to grant such public access and comply with public records requests shall be grounds for immediate unilateral cancellation of this Agreement by the City. Airgas shall promptly provide the City with a copy of any request to inspect or copy public records in possession of Airgas and shall promptly provide the City with a copy of Airgas' response to each such request. CONTRACTORIVENDOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S • PROVIDE PUBLIC REC• M TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (407) 688-5012, TRACI HOUCHIN, CIVIC, FCRM, CITY CLERK, OF ORD , CITYHALL, 300 NORTH PARK AVENUE, SANFORD, FLORIDA 32771, • Section 8. Time is of the Essence. Time is hereby declared of the essence as to the lawful performance of all duties and obligations set forth in this Agreement. Section 9. Entire Agreement/Modification. This Agreement, together with all "Standard Contractual Terms and Conditions", as provided on the City's website and the attachments hereto (the documents relative to the procurement activity of the City leading to the award of this Agreement) constitute the entire integrated agreement between the City and Airgas and supersedes and controls over any and all prior agreements, understandings, representations, correspondence and statements whether written or oral in connection therewith and all the terms and provisions contained herein constitute the full and complete agreement between the parties hereto to the date hereof. This Agreement may only be amended, supplemented or modified by a formal 3 1 P a g e written amendment of equal dignity herewith. In the event that Airgas issues a purchase order, memorandum, letter, or any other instrument addressing the goods and materials to be provided and performed pursuant to this Agreement, it is hereby specifically agreed and understood that any such purchase order, memorandum, letter, or other instrument shall have no effect on this Agreement unless agreed to by the City, specifically and in writing in a document of equal dignity herewith, and any and all terms, provisions, and conditions contained therein, whether printed or written or referenced on a Web site or otherwise, shall in no way modify the covenants, terms, and provisions of this Agreement and shall have no force or effect thereon. Section 10. Severability. If any term, provision or condition contained in this Agreement shall, to any extent, be held invalid or unenforceable, the remainder of this Agreement, or the application of such term, provision or condition to persons or circumstances other than those in respect of which it is invalid or unenforceable, shall not be affected thereby, and each term, provision and condition of this Agreement shall be valid and enforceable to the fullest extent permitted by law when consistent with equity and the public interest. Section 11. Waiver. The failure of the City to insist in any instance upon the strict performance of any provision of this Agreement, or to exercise any right or privilege granted to the City hereunder shall not constitute or be construed as a waiver of any such provision or right and the same shall continue in force. Section 12. Captions. The section headings and captions of this Agreement are for convenience and reference only and in no way define, limit, describe the scope or intent of this Agreement or any part thereof, or in any way affect this Agreement or construe any provision of this Agreement. Section 13. Counterparts. This Agreement may be executed in any number of counterparts, each of which shall be deemed an original, but all of which, taken together, shall constitute one and the same document. Section 14. Binding Effect. This Agreement shall be binding upon and inure to the benefit of the successors in interest, transferees and assigns of the parties. Each party hereto represents to the other that it has undertaken all necessary actions to execute this Agreement, and that it has the legal authority to enter into this Agreement and to undertake all obligations imposed on it. The signatories hereof represent that they have the requisite and legal authority to execute this Agreement and bind the respective parties herein. Section 15. Remedies. The rights and remedies of the parties, provided for under this Agreement, are in addition to any other rights and remedies provided by law or otherwise necessary in the public interest. Section 16. Governing law, Venue and Interpretation. This Agreement is to be governed by the laws of the State of Florida. Venue for any legal proceeding 4 1 P a g e related to this Agreement shall be in the Eighteenth Judicial Circuit Court in and for Seminole County, Florida. This Agreement is the result of bona fide arms length negotiations between the City and Airgas, and all parties have contributed substantially and materially to the preparation of the Agreement. Accordingly, this Agreement shall not be construed or interpreted more strictly against any one party. than against any other party and all provisions shall be applied to fulfill the public interest. IN WITNESS WHEREOF, the City and Airgas have executed this instrument for the purpose herein expressed and Airgas represents and affirms that the signatories below have full and lawful authority to bind Airgas in every respect. Entered the date last set forth below or, in the event that the Vendor fails to date, the date of execution by the City. Traci Houchin, CMC, FCRM C,- Fi3.�� City Clerk �c Approved as to form and,: legal sufficiency. William L. Colbert, City Attorney ATTEST/WITNESS: By: Jeff Triplett ayor ZH,1 te: AIRGAS USA, LLC, a Delaware limited liability company, d/b/a AIRGAS, INC., a Delaware corporation, an Air Liquide company'. By: ! �. Cont Administrator Jerry ensle Vice President of Bulk Gas Dated: j L 1 Air Liquide Advanced Materials Of Florida LLC, a Delaware limited liability company, whose address is 9811 Katy Freeway, Suite 100, Houston, Texas 77024. 5 1 P a g e ALCC>ROF V" CERTIFICATE OF LIABILITY INSURANCE DATE /YYYY) 01/23/2020/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Marsh USA Inc. 2929 Allen Parkway, Suite 2500 CONTACT NAME: FAX PHONE Ext): AIC. 1C No): E-MAIL ss: Houston, TX 77019 Attn: Houston.Certs@marsh.com INSURERS AFFORDING COVERAGE NAIC # INSURER A: National Union Fire Ins Co Pittsburgh PA 19445 014166-AIRGA-GAWU-19-20 INSURED American Air Liquide Inc. INSURER B : N/A N/A INSURER C : Illinois National Insurance Company 23817 Airgas USA, LLC - South Division INSURER D: American Home Assurance Company 19380 5249 Tampa West Blvd Tampa, FL 33634 INSURER E: New Hampshire Insurance Company 23841 INSURER F: PREMISE T(1 RENTED 2,000,000 PREMISES Ea occurrence $ COVERAGES CERTIFICATE NUMBER: HOU-003601895-01 REVISION NUMBER: 10 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR •rypE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF MM/DD POLICY EXP MM/DD LIMITS A X COMMERCIAL GENERAL LIABILITY GL 7032369 07/01/2019 07/01/2020 EACH OCCURRENCE $ 2,000,000 CLAIMS -MADE M OCCUR PREMISE T(1 RENTED 2,000,000 PREMISES Ea occurrence $ MED EXP (Any one person) $ 1,000 PERSONAL & ADV INJURY $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 6,000,000 X POLICY PRO- LOC )ECT PRODUCTS - COMP/OP AGG $ 6,000,000 $ OTHER: A AUTOMOBILE LIABILITY CA 7269735 (AOS) 07/01/2019 07/01/2020 COMBINED SINGLE LIMIT $ 5,000,000 Ea accident A X ANY AUTO CA 7269736 (VA) 07/01/2019 07/01/2020 BODILY INJURY (Per person) $ A OWNED SCHEDULED AUTOS ONLY AUTOS CA 7269787 (MA) 07/01/2019 07/01/2020 BODILY INJURY (Per accident) $ HIRED NON -OWNED AUTOS ONLY AUTOS ONLY PROPERTY DAMAGE $ Per accident UMBRELLA LIAB OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAB CLAIMS -MADE DED RETENTION $ $ C E D WORKERS COMPENSATION EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE Y / N OFFICER/MEMBEREXCLUDED? (Mandatory in NH) N / A WC 031132411 (FL) WC 031132408 (MA,ND,OH,WA,WI, WY) WC 031132410 CA ( ) 0710112019 07/01/2019 07101/2020 07/01/2020 07/01/2020 X I ;PER -- STATUTE ER E.L. EACH ACCIDENT $ 2,000,000 E.L. DISEASE- EA EMPLOYEE $ 2,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below Please see Acord 101 E.L. DISEASE - POLICY LIMIT $ 2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Re: Solicitation Number: IFB 19/20-12; Pdoect: Bulk Gas - Liquid Oxygen for City's WfP#2 City of Sanford is included as additional insured (except Workers Compensation) but only to the limits and extent specified in and required by the referenced written contract. This insurance is primary and non- contributory over any existing insurance and limited to liability arising out of the operations of the named insured subject to policy terms and conditions. CERTIFICATE HOLDER CANCELLATION City of Sanford Attn: Purchasing Manager SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN P 0 Box 1788 ACCORDANCE WITH THE POLICY PROVISIONS. (300 N. Park Avenue) Sanford, FL 32771 AUTHORIZED REPRESENTATIVE of Marsh USA Inc. Freeman M. Wade IrwdeNCMa @ 1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: 014166 LOC #: Houston ADDITIONAL REMARKS Page 2 of 2 AGENCY NAMED INSURED Marsh USA Inc. American Air Liquide Inc. Airgas USA, LLC - South Division 5249 Tampa West Blvd POLICY NUMBER Tampa, FL 33634 CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance Workers Compensation Continued: Effective Dates: 7/1/2019 - 7/1/2020 Carrier: New Hampshire Insurance Company: Policy No.: WC 031132409 (AL, AR, CO, CT, DC, DE, GA, HI, IA, ID, IN, KS, LA, MD, ME, MI, MO, MS, MT, NE, NM, NV, OK, OR, RI, SC, SD, TN, TX, WV) Carer: New Hampshire Insurance Company: Policy No.: WC 031132412 (AK, AZ, NC, NH, NJ, PA, UT, VA, VT) Carrier: AIU Insurance Company: Policy No.: WC 031132413 (IL, KY, MN, NY) NAMED INSUREDS ON THE ABOVE REFERENCED POLICIES INCLUDE BUT ARE NOT LIMITED TO THE FOLLOWING COMPANIES: American Air Liquide Inc. American Air Liquide Holdings, Inc. Air Liquide Helium America, Inc. Air Liquide Advanced Technologies U.S. LLC Air Liquide America L.P. AL America Holdings, Inc. Air Liquide USA LLC Air Liquide Industrial U.S. LP Air Liquide Large Industries U.S. LP Air Liquide Electronics U.S. LP Air Liquide Global E&C Solutions US Inc. Air Liquide Technical Services LLC Air Liquide America Specialty Gases LLC Air Liquide Global E&C Solutions Mexico LLC Air Liquide Holdings LLC Air Liquide LLC Air Liquide Advanced Materials Inc. Air Liquide Advanced Materials LLC Lurgi, Inc. Plains Nitrogen, LLC Progressive Resources LLC WellGen Services, LLC Airgas, Inc. Airgas Carbonic, Inc. Airgas Carbonic, Inc. d.b.a. Airgas Dry Ice Airgas Data, LLC Airgas Doral, Inc. Airgas Merchant Gases, LLC Airgas Nitrogen Services, LLC Airgas On -Site Safety Services, Inc. Airgas Priority Nitrogen, LLC Airgas Safety, Inc. Airgas Specialty Products, Inc. Airgas USA, LLC Nitrous Oxide Corporation Radnor Funding Corp. Tool Plus, Inc. Red -D -Arc Inc. ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD City of Sanford I Finance Department I Purchasing Division (ITY01 300 N. Park Avenue 2n' Floor Suite 236 Sanford, Florida 32771 SFORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 — INVITATION FOR BID (IFB) A TERM CONTRACT TITLE: BULK GAS —LIQUID OXYGEN FOR CITY'S WTP#2 Issuance I Release Date: January 9, 2020 Legal Advertisement Date: January 12, 2020 (Orlando Sentinel) To: All Prospective Bidders From: Marisol Ordohez — Purchasing Manager Dear Potential Bidder: The City of Sanford, Florida, a City herein after also referred to as the "City", announces that it is accepting written bids from all qualified firms or individuals interested in providing the services generally citscribed herein and as specified in the "Scope of Services" of this Invitation for Bid (IFB) document, The successful Bidder(s) must demonstrate in their submittal responsible and responsive Bidder to the solicitation with the lowest overall bid which will best meets the specifications and serves the overall needs of the City. If you are interested in bidding, please read all requirements carefully and complete the bid in the mann r as set forth in this IFB document. Your response is considered a binding offer to perform in the manner described in the bid and shall remain a firm offer for a period of one hundred eighty (180) days from public bid cpening. Also please be aware that, under the competitive process, the stipulations set forth herein are fully binding on the Bidder to the extent that you confirm acceptance by your signature on Attachment "F", Bid Price Schedule and Acceptance of Bid Terms and Conditions. There will not be a pre-bid conference held for this project. Questions regarding this solicitation must be received in writing at the address above no later than Thursday, January 30, 2020 at 2:00 P.M. Local Time. Responses to those questions considered material to the solicitation shall be distributed via formal addenda and posted to the City of Sanford website: htto://wwkv.san1fbrdL1_&ov All Bidders are advised that under Chapter 119, Florida Statutes, all responses are deemed a public record and open to the public as provided for in said statute. The City welcomes your bid. Bids must be prepared in accordance with the IFB instructions and will be evaluated by the City as stated herein. The City reserves the right to waive any formalities, to reject a or all bid submittals or to re -advertise for bid submittals for these commodities/services. The City may withdraw all or part of this IFB at any time to protect the interests of the City. All bidders are asked to be thorough yet concise in their response. Failure to provide the response in the manner prescribed herein may be grounds for disqualification. Thank you for your interest in doing business with the City. City of Sanford, Florida I Purchasing Division PUR-F-303 I fav 03/2016 City of Sanford I Finance Department I Purchasing Division COY or 300 N. Park Avenue 2"d Floor Suite 236 Sanford, Florida 32771 S ]FORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 KtranPdr.'%. f'.EF^ar�'[r,1�Np INVITATION FOR. BID (IFB) A TERM CONTRACT TITLE: BULK GAS —LIQUID► OXYGEN FOR. CITY'S WTP#2 TABLE OF CONTENTS TITLE j PAGE SECTION Ni TA/M A Statement of No Proposal Submittal 28 B{Insurance Requirements __.�2_ C , Conflict of Interest Statement . ___ .. ...._. _ ...... _..... _.. _... . .__. _..�_.___._..__.._.-._. 32 D Compliance with Public Law Affidavit ---.__.._.......... _ .._......._-___................._, 33 _... E _....._ Drug -Free Workplace Certification 1 3S F; Bid Price Schedule and Acceptance of Terms and Conditions 36 G Addendum Re . Acknowledgement H Organizational Inforination _....... .... ...... ......: ..... 38 I Proposed Schedule of Subcontractor Partici ap tion _ 39 J i Contractor Certification Regarding Scrutinized Companies 40 K E Public Entity Crimes Statement - - ._.-. - -- i.-_._ 42 ._ ......_._. L .........__ _ _...__. _ _._._.. _. ___ ..-.. _ _ - Certificate of Non Segregated Facilities I 43 M .....,_... _.._ Dispute Disclosure Form _ _ - — _ 44 N _.......... Unauthorized {Illegal) Alien Workers _. .... 45 O E -Verify Compliance Affidavit__._...,... _ _46 P American with Disabilities Act Affidavit 48 _.__._.._........._.._.._.__. .._ _ . __....._ References49 .. _ - --- R Solicitation Response Identification Label f 50 PUR-F-303 7 Rkv 0312016 City of Sanford I Finance Department I Purchasing Division COY OF 300 N. Park Avenue 2,d Floor Suite 236 Sanford, Florida 32771 ,S,kNPORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 INVITATION FOR BID (IFB) A TERM CONTRACT TITLE: BULK GAS —LIQUID OXYGEN FOR CITY'S WTP#2 Section I. Instructions to Bidders A. Requesting the Solicitation Document. The IFB documents are available on-line at no charge at My VendorLink: http://www.myvendorlink.com. Register as a vendor to download the solicitation documents. The City is not responsible for errors and omissions occurring in the transmission or downloading A any documents. In the event of any discrepancy between information on VendorLink the h dcopy specifications, the terms of the hardcopy specifications shall prevail. For more information, all the Purchasing Division at (407) 688-5028 or 5030. Important: The desire of the City to pursue bid submittals shall in no way obligate the City to compensate you for your efforts or to execute a Wntract with your firm. B. On -Line Service Provider Disclaimer. VendorLink has no affiliation with the City other than as a service that facilitates communication between the City and its potential vendors. VendorLink is an independent entity and is not an agent or representative of the City. C. Solicitation Documents from Third Party Providers. The City Purchasing Division, and its service provider My VendorLink httr,)s://www.iiivvendorlink.cori,i/comnion/l��.asr�x are the only authorized sources of solicitation documents/farms. Solicitation documents/forms obtained from any other third party source may be an incomplete set of documents. Bidders using solicitation documents/forms obtained from any other third party source are advised to contact the City's Purchasing Division to provide a contact name, railing address, phone number, fax number, and email address to obtain a complete set of soliitation documents and to enable notification of required addenda. I D. Americans with Disabilities Act. Persons with disabilities needing a special accommodation to participate in this bid should contact the Administration at Public Works Department City Hall 300 N. Park Avenue 2nd Floor, Sanford, Florida 32771, telephone 407.688.5080, not later than seven (7) days prior to the date on whi-.h the accommodation is requested. E. Office of Record. The City of Sanford Purchasing Division shall be the official "office of record" for all information transactions and data disbursements associated with this solicitation. The Purchasing Division ay be reached Monday through Thursday between 7:00 A.M. to 5:30 P.M., Local Time via phone at 407.688.5028 or 5030 or via fax at 407.688.502 1. F. Public Records. Under Chapter 119, Florida Statutes, all responses to this solicitation shall be considered public record subject to distribution pursuant to the request for records by any interested party in accordan(e with controlling law. PUR-F-303 I Rdv 03/2016 City of Sanford I Finance Department I Purchasing Division WYOF 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32771 SORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 INVITATION FOR BID (IFB) A TERM CONTRACT TITLE: BULK GAS -LIQUID OXYGEN FOR CITY'S WTP#2 G. Document Management The Contractor must retain sufficient documentation to substantiate claims for payment under the Contract and all other records, electronic files, papers and documents that were made in relation to this Contract. Contractor must retain all documents related to the Contract for five years after expiration of the Contract, or, if longer, the period required by the General Records Schedules maintained by the Florida Department of State available at; l'itti)://dos.iiivfloi-ida.com/lib dLIJeS/. H. IFB and/or Performance and Payment Bond. (N/A) An IFB/Performance and Payment Bond is not required for this project if not required. IFB, Security Bond: The IFB response shall be accompanied by a Bid Bond equaling five percent (5%) of the total IFB price. Failure to shall automatically render the Bidder as non- responsive. a. The Bid Bond shall be made payable to the City of Sanford, issued by a Surety firm and through a reputable and responsible surety bond agency licensed to do business in the State of Florida. i. The Surety must be rated as "A+"S or better as to strength by Best's In., urance Guide, published by A. M. Best Company, Inc., located at I Ambest Road, Oldwick, New Jersey 08858. For the latest ratings and Insurance Guide, access www.ainbest.com. b. In lieu of a Bid Bond, the Bidder may request the deposit of another type of security, which may be acceptable in the sole discretion of the City (i.e., money order, cert fled or cashier's check) drawn from a national or state bank whose deposits are insured by the Federal Deposit Insurance Corporation (FDIC), in the amount of five percent (5% l of the total Bid price. Checks must be made payable to the City of Sanford and shall accompany your bid submittal. c. The terms of the IFB. Security Bond shall be: i. The Bidder shall enter into an Agreement if awarded a contract; ii. The Surety (or alternate form of security forfeit) shall be responsible for tfe costs resulting from the failure of the Bidder to enter into an Agreement if awarded to the Bidder; including the increased costs associated with awarding tote next most responsive, responsible Bidder and costs associated with conducting he IFB process and letting the Agreement; iii. To promptly enter into an Agreement to perform the work and furn sh the required Performance and Payment Bond, if applicable; iv. Any interest earned as a result of the City depositing the accepted Bid Ba d into an interest bearing account shall be retained by the City; and, d. Return of Bid Bond: As soon as the IFB, responses have been evaluated, the City -nay, at its sole discretion, return or release the Bid Bonds, which in its sole judgment, would not likely be considered for award. All other Bid Bonds will be held until award of this project and the agreement has been executed by the successful Bidder; after wh'ch any PUR-F-303 4 Rov 03/2016 ORD City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue 2"1 Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 or 50301 Fax: 407.688.5021 INVITATION FOR BID (IFB) A TERM CONTRACT TITLE: BULK GAS -LIQUID OXYGEN FOR CITY'S WTP#2 remaining Bid Bonds will be returned to the respective Bidders. It shall i B( bete sole responsibility of the Bidder to request in writing from the City the return of the BBond or alternative form of security used. 1' 2. Performance and Payment Bond: Upon award of this project, the successful Bidder shall umish a Performance and Payment Bond, or alternative form of performance and payment securil y such as; a money order, certified or cashier's check, cash (U.S. currency only), letter of credit; equaling one hundred percent (100%) of the total amount awarded under this project. Re(eipt of said Performance and Payment Bond or alternative form of security; shall occur no later than ten (10) calendar days after award of this project. No commencement of work shall be author zed by the City without receipt of the Performance and Payment Bond or alternative security. a. The Performance and Payment Bond shall be submitted in the form of a Paymcnt and Performance Bond; in the amount of one hundred percent (100%) of the total amount awarded under this project, made payable to the City of Sanford, issued by a Surety firm and through a reputable and responsible surety bond agency licensed to do business, in the State of Florida. i. The Surety must be rated as "A+"S or better as to strength by Best's Insurance Guide, published by A. M. Best Company, Inc., located at I Ambest Road, Oldwick, New Jersey 08858. For the latest ratings and Insurance Guide, access www.ambest.com b. In lieu of a Payment and Performance Bond, the successful Bidder may select on (1) of the below listed alternative methods to provide the required security: i. A certified or cashier's check drawn from a national or state bank whose daposits are insured by the Federal Deposit Insurance Corporation (FDIC), in the amount of one hundred percent (100%) of the total amount awarded under this roject, made payable to the City of Sanford; ii. An irrevocable Letter of Credit drawn from a national or state bank whose deposits are insured by the Federal Deposit Insurance Corporation (FDIC), in the amount of one hundred percent (100%) of the total amount awarded uncer this project, made payable to the City of Sanford. The irrevocable Letter of Credit shall contain the following: > The "Beneficiary" shall be stated as: City of Sanford 300 N. Park Avenue Sanford, Florida 32771 The Letter of Credit shall also contain the following language: "It is a condition of this letter of credit that it shall be c eemed automatically extended without amendment for one (1) year from the present or any future expiration date of this letter of credit unless it least forty-five (45) days prior to such expiration date we notify the beneficiary by certified mail that we elect not to consider this letter of credit r newel for such additional period." PUR-F-303 RO 0312016 City of Sanford I Finance Department I Purchasing Division Uly 01 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32771 O'SkNFORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 INVITATION FOR BID (IFB) A TERM CONTRACT TITLE: BULK GAS —LIQUID OXYGEN FOR CITY'S WTP#2 iii. Cash (U.S. currency only). c. The terms of the Payment and Performance Bond or alternative form of securfty used shall be: i. The successful Bidder shall assure faithful performance of this project; ii. The successful Bidder shall assure timely payments to all persons providing labor, materials and/or supplies used in the performance of the work associated with this project; iii. Any interest earned as a result of the City depositing the accepted c-ortified or cashier's check received into an interest bearing account snall be retained by the City; and, iv. Nothing in this section shall be construed to limit the authority oft e City Commission, the City Manager, or the Purchasing Manager to require other security in addition to, or in lieu off, those bonds or in circumstances other than those specified herein, when in the best interest of the Ci y. d. Return of Payment and Performance Bond or alternative form of security used. it shall be the sole responsibility of the successful Bidder to request in writing fiorn the City the return of the Payment and Performance Bond or alternative form of security used. The request shall be considered no earlier than thirty (30) calendar days upon completion and final acceptance of the City, or expiration in a satisfactory manner of the awarded Agreement associated with this project. Payment and Performance Bonds or alternative form of security used shall not be returned unless requested by the successful Bidder in writing. I. Cone of Silence/Lobbying Black -Out Period; Questions Regarding the IFB 1. Lobbying is defined as any action taken by an individual, firm, association, joint venture, partnership, syndicate, corporation, and/or all other groups who seek to influence the dec sion of a City Commission Member, the City Manager, any requesting or evaluating City personnel during the black -out period. 2. A lobbying black -out period commences upon the issuance of this solicitation document. a. For awards requiring City Commission approval concludes at the beginning of the meeting at which the City Commission will be presented the award(s) for approval or a request to provide authorization to negotiate an agreement(s). However, if tile City Commission refers the item back to the City Manager for further review or otierwise does not take action on the item, the Cone of Silence / Lobbying Black -out Period will be reinstated until such time as the City Commission meets to consider the item for a tion. b. For awards requiring City Manager approval concludes upon issuance of a N tice of Intent to Award. 3. Bidders, Respondents, potential vendors, service providers, lobbyists, consultants, or vendor representatives shall not contact any City Commission member, the City Manag,.r, any requesting or evaluating City personnel concerning an active Solicitation during the one Of Silence / Lobbying Black -out Period. P1 I P X-161 A P�ev 03/2016 City of Sanford I Finance Department I Purchasing Division 01 y M 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32771 S,k ORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 INVITATION FOR BID (IFB) A TERM CONTRACT TITLE: BULK GAS —LIQUID OXYGEN FOR CITY'S WTP#2 I 4. All questions and inquiries concerning procedural matters shall be directed to the Pur hasing Division. Any questions relating to the interpretation of specifications or any aspect of the solicitation process shall be addressed to the Purchasing Division, in writing, at least ten (10) calendar days before the proposed opening date or prior to the specific date and time spec fled in this solicitation for questions. 5. Contact or communications by Bidders to any City Commission member, the City Mana r, any City personnel initiated during the Cone of Silence / Lobbying Black -Out Period, may r suit in disqualification from the Solicitation process by the Purchasing Division. J. Pre -Bid Conference. There will be no pre-bid conference for this project. IMPORTANT NOTE: It is imperative that all Bidders have a clear understanding of the scope of services requirements. As such, the City reserves the right to add a mandatory pre-bid meeting at any point in time. Therefore, in the event a mandatory pre-bid meeting is required and/or subsequently scheduled, attendance will be a pre -requisite for a bid submittal; and bid submittals will only be accepted from those who are represented at a mandatory pre-bid conference. Attendance at the Dre-bid conference will be evidenced by the Bidder's/representative's signature on the attendance roster. In the event of a mandatory pre-bid conference, the time, date, and location of the meeting will be note� in the released Addendum notifying such requirement. Please plan your travel time accordingly. I K. Interpretation, Ouestions and Addenda. All questions relating to this IFB document must be in writing and hand -delivered or delivered electronically through email to Marisol Ordofiez, Purchasing Manager: purchasing@sanford.fl.:Yov no later Thursday, January 30, 2020 at 2-00 P.M. Local Time on. 1. It is the Bidder's responsibility to become familiar with and fully informed regarding the terms, conditions and specifications if this solicitation. Lack of understanding and/or misinterpi etation of any portions of this solicitation document shall not be cause for withdrawal of bid after opening or for subsequent protest of award. Bidders must contact the Purchasing Divisio 1 prior to bid opening, should clarification be required. 2. Any interpretations, clarifications, or changes will be made in the form of written addenda issued by the Purchasing Division. 3. Any oral communications will not be authoritative and will not be binding on the City. 4. It is the sole responsibility of the Bidder to contact the Purchasing Division nrju to submitting a bid submittal to ascertain if any addenda have been issued, to obtain all such addenda, and to return executed addenda with each bid submittal. 5. Addenda will be available to all Bidders on litti)://www.inyyefidoi-linic.com L. Preparation and Format. Bid submittals must be prepared in a clear and concise manner to be responsive. Emphasis should concentrate on conformance to the IFB instructions, responsiveness to the requirements, as veil as completeness and clarity of content. PUR-F-303 7 Rev 03/2016 City of Sanford I Finance Department I Purchasing Division cer car 300 N. Park Avenue 2' Floor Suite 236 Sanford, Florida 32771 SA.�FORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 INVITATION FOR BID (IFB) A TERM CONTRACT TITLE: BULK GAS —LIQUID OXYGEN FOR CITY'S WTP#2 M. Bid Completeness and Compliance. Bid submittals shall contain the information as required in this solicitation. Failure to submit all information as requested, substantially incomplete or lack key information may be rejected by the City. The following list details the appropriate proposal format: 1. All items contained in the bid must be in total compliance with the specifications )f this solicitation. 2. Alternate bids will not be considered unless specifically called for in this solicitation. 3. Bidders' attention is specifically called to the terms and conditions of this solicitatioi. As witnessed by the Bidder's signature on Attachment "F", Bid Price Schedule and Acce)tance of Bid Terms and Conditions. All Bidders, without exception, will be solely responsib]for all aspects of the terms, conditions, and special provisions of this solicitation. I N. Joint Ventures. All Bidders intending to submit a bid response as a joint venture are required to have filed proper documents with the Florida Department of State, the Division of Professions, Construction Licensing Board and/or any other State or local licensing Agency prior to submitting a bid response. Please refer to Section 489.119 Florida Statutes. Joint venture firms must provide an affidavit attesting to the formulation of a joint venture and r rovide either proof of incorporation as a joint venture or a copy of the formal Joint Venture Agreement between all joint venture parties, indicating their respective roles, responsibilities and levels of participadon for the project. O. Leizal Entity States and Authorized Si2natory. The Bidder must demonstrate that the he/she/it is in good standing and authorized to conduct busi riess in the State of Florida that the person signing this bid submittal is an Authorized Signatory on behalfof the Bidder to sign bid submittals, negotiate and agreements and related documents to which the Bid c er will be duly bound. The Bidder must provide a print out of the status of the business whether sole proprietor, corporation, etcetera from the state of organization and its management personnel. In addition to the aforementioned documents the Bidder must include necessary information to verify the individual signing this bid and or any contract document has been authorized to bind the corporation. Eximples include: Please be sure the bid is signed, properly witnessed, and sealed. Failure to so may re ult in disqualification. P. Proprietary Information. 1. In accordance with Chapter H 9 Florida Statutes (Public Records Law); and except as it ay be provided by other applicable State and Federal Law, all Bidders should be aware tile Bid documents are public records. Bidders must identify specifically any information conta ned in the bid submittals which they consider confidential or proprietary which are assertior to be exempt from disclosure, citing the applicable exempting law. PUR-F-303 R R* 03/2016 City of Sanford I Finance Department I Purchasing Division 0TV Of 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32.771 SFORD Plione: 407.688.5028 or 5030 1 Fax: 407.688.5021 INVITATION FOR BID (IFB) A TERM CONTRACT TITLE: BULK GAS —LIQUID OXYGEN FOR CITY'S WTP#2 I 2. A generic notation that information is "confidential" is not sufficient. Failure to prov de the Purchasing Division with a detailed explanation and justification including statutory cites and specific reference to your bid submittal assertion what provisions, if any, you believe are exempt from disclosure, may result in all documents being subject to disclosure in accordance with Chapter 119, Florida Statutes. Q. Certification of Independent Price Determination. By submission of a response, the Bidder certifies that in connection with this bid submittal: 1. The pricing associated with this bid submittal have been arrived at independently, ithout consultation, collusion, communication, or agreement for the purpose of restricting competition, as to any matter relating to such prices with any other Bidder or with any competitor. 2. Unless otherwise required by law, the prices which have been quoted on this bid have not been knowingly disclosed by the Bidder, and will not knowingly be disclosed by the Bidder, prior to opening, directly or indirectly to any other Bidder or to any competitor. 3. No attempt has been made or shall be made by the Bidder to induce any other person or Bidder to submit or not submit a bid for the purpose of restricting competition. R. Bid Submittal Forms and Reproduction. 1. Bid Forms: All bids must be submitted on the City's forms and must include all applicable completed attachments included herein. Bids on Bidder's quotation forms shall not be amepted. Please ensure all applicable required submittal documents are included with your bid response. 2. Reproduction: Please submit two (2) copies of the bid submittal package, one (1) unbound original and one (1) bound copy. The submittal MUST also include a single CD-ROM or memory stick containing the entire bid submittal formatted to be read with Microsoft') s ftware products or Adobeg PDF soffivare. S. Cost of Submittal. A costs related to the submittals are an operational cost of the Bidder and shall not be passed on to, or be borne by the City. Any and all costs associated with the preparation of the bid will bete sole responsibility of the Bidder. The City shall bear no responsibility for any costs associated m ith the preparation of the bid including, but not limited to, any administrative or judicial proceedings resulting from the solicitation process. T. Improper Identification and Timeliness. The City is not responsible for the failure of a Bidder or the Bidder's agent to submit responses in a timely manner or for a bid submittal that is not properly addressed or identified. Bid submittals by email, telephone or fax shall be rejected as non-responsive regardless of where it is received. U. Bid Submittal and Deliverv. 1. Sealed bid submittals must be received in the City's Purchasing Division no later than 2:00 P.M. Local Time on Thursday , February 6, 2020. Bid submittals received after the stated date and time will not be accepted and will be returned unopened. Under no circumstances sh4ll bids PUR-F-303 9 Rov 03/2016 City of Sanford I Finance Department I Purchasing Division a 300 N. Park Avenue Zod Floor Suite 236 Sanford, Florida 32771 14) SX '' N' F 0 R D Phone: 407.688.5028 or 50301 Fax: 407.688.5021 fINANCE' DEPAWINIENT INVITATION FOR BID (IFB) A TERM CONTRACT TITLE: BULK GAS —LIQUID OXYGEN FOR CITY'S WTP#2 delivered after the time specified be considered. The City shall not be responsible or any occurrence for bid submittals delivered incorrectly or to the wrong address or location. No exceptions will be made. The decision to refuse to consider a bid that was received beyond the date/time established in the solicitation shall not be the basis of a protest. Bid submittals shall be delivered to the below address in a scaled, opaque envelope or packaging material, plainly marked on the outside with the following: City of Sanford Purchasing Division 300 N. Park Avenue Suite 243 Sanford, Florida 32771 RE: Solicitation IFB 19/20-12 Solicitation Title: Bulk Gas -Liquid Oxygen for City's WTP92 Date and time bid submittal is due. Attention: Marisol Ordofiez, Purchasing Manager For your convenience, Attachment "It", Solicitation Response Identification Label has been provided to properly identify and affix to your IFB response. 2. If submitted by mail, the bid submittal shall be enclosed in a sealed envelope addressed as above. Bids submitted by mail must be received by the Purchasing Division by the time specific ( herein for the opening thereof. a. Please be advised that United States Postal Service (USPS) Express and Priority service class; are delivered to the City in accordance with their own schedule. Each Bidder is responsible for ensuring that their submittal is transmitted in such manner as necessary for deliver to the City as required. b. The City only collects other USPS mail one (1) time per day upon opening of t local Post Office branch, which is then sorted by the City for delivery to the Purchasing Division and other City departments. Submissions arriving at the USPS after the initial pick-up by the City will be placed in the City's call -box for pick-up and will not be delivered to or received by the Purchasing Division until the next business day. c. When using the USPS or any other mail delivery services, it is the sole responsi i 'i'y of the Bidder to ensure that Proposals are received in the Purchasing Division by he due date and time. The City shall not be responsible for delays caused by any occurre ce. V. Public Opening of Bid Submittals. Bid submittals will be announced publicly by the Purchasing Division on the due date and time or as soon thereafter as possible. The bidders name, their bid amounts and verification of bond submittal, if applicable, will be publicly announced. Sealed bids, proposals, or replies received by an agency pursuant to a competitive solicitation are exempt from public disclosure such time as the agency provides notice of an intended decision or until thirty (30) days after opening the bids, proposals, or final replies, whichever is earlier. All other information will be subject to Florida's Open Governmenti Laws. PUR-F-303 1 () R�v 03/2016 City of Sanford I Finance Department I Purchasing Division 011f Of 300 N. Park Avenue god Floor Suite 236 Sanford, Florida 32771 S�NFORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 INVITATION FOR BID (IFB) A TERM CONTRACT TITLE: BULK GAS -LIQUID OXYGEN FOR CITY'S WTP#2 W. Sub -Contractors. Bidders must list any sub -contractors that are proposed to be used to accomplish the scope of se vices. Please complete and submit Attachment "I", Schedule of Proposed Subcontractor Participation. If no subcontractors are going to be used, check the box for "No Subcontracting (of any kind) will be utilized on this project" at the top of the form. The proposed subcontractors must be responsible in their own right. X. W-9 Form. Bidders that have not done business with the City or have not provided a W-9 within the last t o (2) years must submit a W-9 with their bid submittal. Y. Withdrawal of Bid Submittals. Bid submittals may not be withdrawn for a period of one hundred eighty days (180) days after the )ublic opening date. In the event an award is not made by the City within one hundred eighty days (180) from the public opening date, the Bidder may withdraw their bid submittal or provide a written extension of their bid submittal. Z. Ownership of Documents. All documents resulting from this IFB solicitation shall become the sole property of the City. All bid submittals received from Bidders in response to the IFB solicitation will become the property of th.- City and will not be returned to Bidders. In the event of an award, all documentation produced as part of the Contract will become the exclusive property of the City. AA. Failure to Comply with Bid Instructions. Failure to comply with any of the bid instructions in a manner prescribe herein or failure to adhere to the City's purchasing policy and procedures may be grounds for disqualification of your bid submittal. THE REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK PUR-r-303 1 1 RevJ03/2016 Fenn" WW9 (FtW,Rme . mkvrWi?) br— I AirgaSrUSA, LLC: p fbilawks seven boxm r! IrMiduallsoleipropdotor or shvls�Lw -South Division Request- for Taxpayer 'Give Fdrm I Iftntiff.cation Number and Certification ""ter. I send to the lo- Oo t*.wwwJmgvv1AWm*V for hurtructions md the. latest -information. w t* retun;), Name Is;;iFVW_ an We Wie; do not leave ft km bbnk. City. rianv4 N diffment from Above ral tris classification of the pireon whose n's m— Ii entered on Om i. Check orgy one offt 4 Fx= applyaarta npp Irstructl" oil page sy Barotpam WdD of WO urolted robewcompany.w. Enter o* tax "_mnemhjp)0, Nom :Check the Opproptloe Nu In the Me kbove for the tax claselfleadw of the aftle-memberomw.* C6 fiat, shook Ejwnptjohftt� LLC 1f theiLLb is cbasftd mia.ftle-Marviber1w th'arls'd6"wlsd-fmm thipwifer unless the oWnerofthe-LM Is. code 4f anM another LLD that Is net disregarded from the owner for'U.& Were! tec'ps'poses. . 09mrwim a ang16-jitimber LLC that As-ft"arded from the mm should dwok the appmpriato box for the tix of Its OWW' Enter your 11N In the appropriate box: The 71N provided -mmamatch thename given on Ine, I to'aVdld backs p wft�ihol�. For Ind d . uats�jfils Is generally your. social security number (SS ' 1­16*e��, for it resident Allen solepropfttor, or d1sipga;,add entity, , I see the fdriPart.1, later. For of . her �entlllbt, it Is.your omployaridentMat6on'rOumber (EIN)i If yov.dci not have ahum6ar, see How to get:a 77N, W4. :Note. 9 the :aocount Is [A mbre1han one name; see -thMnstructions for line I.. Also see What Narne and I Numbarl'a Give the .Raquwtvrfbrgoldellnes,on whose number to en*ter. 616 penalties of perpry. I certify that EME 1' 'Me number shown on -t , hisform is-myoDTredt.taxpayer-rdenUfiaaffon number (or I am welting fora'number to bei issued to ms); and 2.fmn.tiot.su*ottobacku6.Wfthh6kOhgbecausb.-(a)lani exempt from.6v�olwpwMhokOng', or (b) fhave not been notified by the Intern6l. Rei .Service#RS) Jhat:I-am subject to jbiolip-wftfih6rdIng as a result of 6 falltit6,10 report all'interest.or dlvIdpnqqorca the IRS -hem notified nie.l no longer sutiW to backup withholding; and ;a. I am A U.S. citizen or otf-Wr UAperson(defined below); and 4' . The'FATOA codes) entered on'this form (if any)AW loating.that . I am exempt from FATOA reporting Is correct.. m'= out Item 2 above ffyou.have* been notified by'" IRS that you are owfontlysubfect. to.bukup withholding you have fatted to report all Interest and dividendson your fax rehint For Bent 2 hoesnotapply'. ror. Mortgage Interest paid.. acquielwin orgtbsndixwent.�useowed property, 'diem flitlon Of deb!,;o6htrWf'ws to anindMdualretirement arrmVement (IRA), and generaftj payn other than InterestAnd.dividen0i, you are -not required tdilgri the oertification, but -you must provide.your obyroot-l"IN. See the Instr4ollonstbr Part .mn tw1ature of .k; re I jil.-i Gonerdl, InstructJOns 86cftraferences are to thid"Intemal Flevenxie.Code urilsss othinwise Future developments.. For the lat6stiriforniatl6n.about developments refiled lo'Form *46. and Its InstructIOM such as legislation erwlad after they were published, go W WwW_1m.gov1F*nn M. Purpose of Form An Individuator-anilty form W-Trequester) *who k reqUirad t6iffle an' Irriormation"return With the IRS niust obtain your correct taxpayer Idenfliketion, number (rIN) which may -be your social security number. (SSIt; Individual ta�payer Ider�flftcatlon number #TIN). adoption taxpayer Ideall6allon number (AT employer Ideriffication number (ON), to report on M Information returfillie amount paid to you, 'or'outer amount mpodable.on an Information rattim; Fkamplas of Information returns Include, but are not limited to, the foHowln' Form 1099-JN'rQdteeast:earned or.paid). wite � -•_Fbrrn 1099.43fV (dMdends,'Includitig those frometo0s..prmutual funds) * Form 1699401180.(Varloustypee of Income, pdie% awards, grgro proceeds) -.Form 103" (stock ormutual fund sales and certaln,9ther transactions by btokom) • F6rM 1 Ogg-,§ 06ceeds from -real estate transactions) ) *-Form 1 099-KoexhanA _md.and third party nk%�tork trarmactione -* Form 109,8 (homemortgageInterest), 1098-E (student loan Interw iowT (tuition) 0 Form 160_0:fbancded.6bl) • Form: or .10994(acquisition gbandonmeMptsecuredproporty), Use Form W- 9 only lf-you ase .a :U.S. person (Inoludjng a resident allen), to provide.your correct TIN. AFYou do -not r&Wm Form W-910 the requester with -a 7W, you nzk besubjectto badmp wfthhooftV, Sae Wbd Is badkUpWoh6lding, Wen FormW-9 (ROV.-I Federal regulations requiteuseof Alrgst% )no.'s fadieral (daritiffoation number for -form -W. -S Issued ort behalf ofAftgas-US&.LLC EIN 45415373.4 not M City of Sanford I Finance Department I Purchasing Division If)(ITP 01 300 N. Park Avenue Zed Floor Suite 236 Sanford, Florida 32771 SkNFORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 HNANci NHIARRAW INVITATION FOR BID (IFB) A TERM CONTRACT TITLE: BULK GAS —LIQUID OXYGEN FOR CITY'S WTP#2 Section 11. Scope of Services and Technical Requirements The purpose of this solicitation is to solicit Bidders from qualified vendors to supply bulk chemicals. The most responsive bidder will be awarded a long-term contract to provide supply and support associated [eased equipment and provide inspection, maintenance and repairs services for the City of Sanford Water, Waste Water Treatment Plants, and deliver services at the various City locations. A. Location i. Auxiliary Plant (WTP #2) located at 3100 Orlando Drive Sanford, FL 32771 a. The location above uses Liquid Oxygen to create Ozone for oxidation and disi purposes. B. City Owned Tanks i. The City owned tanks hold approximately 9,000 gallons of Liquid Oxygen (LOX) that is delivered approximately every 3 weeks. ii. Currently, the city is billed per 100 standard cubic feet (sco at $0.46/100 scf. The Plant uses about 2% daily, which is equivalent to 180 gallons, so far for fiscal calendar year 2019 thCity has paid $14,233.00 averaging $1,780.00 a month. C. Inventory Monitoring and Delivery Scheduling i. The Contractor will advise the City of the minimum and maximum storage tank levels to efficient delivery. ii. The Contractor must contact City staff at 407.688.5000 ext. Richard Casella D. Inspection and Maintenance Services i. Inspection and maintenance service should include, but not limited to visually inspecting all tanks connections and verifying that the tank is free of any leaks and suitable to accept the LOX. Additionally, at no additional cost the vendor will provide annual inspections of the storage system. Furthermore, the vendor will provide the City with written documentation of any deficiencies found during inspections. ii. Any additional services must be approved by City staff. iii. Contractor shall provide those services, related materials and equipment set forth int e bid package on or before the agreed dates (when applicable) scheduled for the performance )f the services. iv. Additionally, at no additional cost the vendor will provide annual inspections of the storage space system. Furthermore, the vendor will provide the City with written documentation of any deficiencies found during the inspection. E. Specifications i. Liquid Oxygen Quality (LOX) F. Pricing The prices are firm for the first year of the term and are subject to adjustment annually thereafter with any adjustment made effective each May I with a PUR-F-303 12 City of Sanford I Finance Department I Purchasing Division 010 car 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32771 SkNFORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 INVITATION FOR BID (IFB) A TERM CONTRACT TITLE: BULK GAS -LIQUID OXYGEN FOR CITY'S WTP#2 not to exceed a four and a half percent (4.5%) adjustment to the previous terms unit price each term year. The actual amount of each annual adjustment shall be based on the CPI -U Index for the Southeast Region Calculated as follows: CPI for current ending period month (March 201 X) 232.945 Less CPI for current ending periods beginning month (April 201X) 229.815 = Equals index point change 3.130 / Divided by current beginning month CPI 229.815 = Equals 0.0136 Result multiplied by 100 0.0136 x 100 = Equals percent change (NTE 4.5 %) 1.36% Ending periods effective unit price multiplied by % change $.22 per I OOSCF X.0136 Equals New Term effective Unit Price $.223 per I OOSCF E. General Requirements The requirements shall apply to all Bulk Gases unless stated otherwise the requirements section r each individual Bulk Gas. 1. The Supplier shall supply the bulk gases in tanker truckloads to the designated City Facility. 2. The Supplier shall deliver the bulk gases within forty-eight (48) hours after a request is received. 3. The Supplier shall be capable of delivering the bulk gases within eight (8) hours in case of emergency. 4. The Supplier shall be responsible for visually inspecting the unloading site prior to unloac ing the bulk gases to verify that the site is suitable and safe to proceed. Should the Supplier believe the site to be unsafe in any manner they shall immediately notify the appropriate "Plant Personnel". The Supplier shall not continue with the unloading until the situation has been resolved. 5. Delivery shall be made free on board to the designated City Facility. The title and risk ofloss to the bulk gases shall pass to City upon delivery at the designated City Facility, successful unloading of bulk gases and proper loading of bulk gases into City's designated storage tanks or leased storage equipment. The Supplier's tanker truck shall have some means of measming the amount of bulk gas being unloaded. PUR-F-303 I I R�v 03/2016 0 CITY of SANFORD HNANCE DEVARTIVINI City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue 2 "d Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 or 50301 Fax: 407.688.5021 INVITATION FOR BID (IFB) A TERM CONTRACT TITLE: BULK GAS —LIQUID OXYGEN FOR CITY'S WTP#2 6. The measuring device shall provide a printed document showing the quantity delivered. Tile measuring device shall be calibrated as recommended by the manufacture of the device. The Supplier shall at the request of City supply proof of the history (maintenance and calibration) of the measuring device. 7. The Supplier shall comply with all local, state, and federal regulations, environmental or otherwise. 8. The Supplier shall comply with all applicable safety rules, speed limits, road restrictions, c. -c. imposed upon the operation of vehicles while on City property. 9. The Supplier shall immediately notify the City of any changes in its compliance status, wh ch may affect Supplier's ability to perform under the terms and conditions of this agreement. 10. Delivery of these bulk gases will only be allowed in the presence of appropriate City perso nel. 11. The Supplier shall upon completion of the delivery provide to the appropriate City personnel a delivery ticket. 12. In the event, the Supplier shall make any shipment of a bulk gas for which the shipment analysis indicated the failure to meet one or more of the specifications requirements listed above, City shall have the right to reject such shipment or to suspend further shipments. Upon rejec, ion of any shipment, City reserves the right to request an immediate replacement shipment. If, within a thirty (30) day period from reject shipment notification, the Supplier is not able to remedy the reason for the suspension or rejection, City, at its option, may elect to terminate the agreement at no cost to City except for the bulk gas shipments previously received and accepted. 13. Any bulk gas that does not meet the requirements that is off loaded into City's storage tanks and is deemed unusable by City shall be removed from the storage tanks by the Supplier at no cost to City. 14. Also any bulk gas present in the City's storage tanks prior to the delivery of the non-compl iint load that is contaminated by this product shall be removed by the Supplier and replaced at no cost to City. Also, the Supplier at no cost to City shall clean the contaminated storage tank(s). 15. Any damage to property, including landscaping, or release of a chemical due lo the incompetence or negligence of delivery personnel or malfunctioning of non- City's equipment, that occurs during the unloading of any bulk gases or related preparations will be the responsibility of the Supplier. The Supplier shall reimburse City for any cost to repair damage, beyond reasonable wear, to City's facilities caused by the Supplier. City, at its optio , will proceed to repair the damage and advise the Supplier of the Cost. 16. The Supplies shall be responsible, at its own cost and expense, for cleaning up any spills on City property caused by Supplier in accordance with local, state, federal regulations as well as City requirements. The City reserves the right to monitor and participate in any clean-up activities on City property, at the City's sole discretion. 17. The Supplies shall assign a Point of Contact who will coordinate scheduling and all other concerns between the City and the Supplier. 18. The Supplier shall be licensed, as required by local, county, state and federal regulations to perform this type of work. 19. All of the Supplier's employees must either wear uniforms with the Suppliers logo on it or an employee badge with company name, address, employee name, and picture ID or other City approved means of identification. 20. All of the Supplies vehicles must have the company logo clearly visible somewhere on its lJody. PUR-F-303 1 d Rei{ 03/2016 0COY W S,k ORD FINAN(HAPAPPAW City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue 2"1 Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 INVITATION FOR BID (IFB) A TERM CONTRACT TITLE: BULK GAS —LIQUID OXYGEN FOR CITY'S WTP#2 21. The City or its authorized representative reserves the right to visit the Supplier f=ilities unannounced to perform audits. Also, to audit any financial records in relations to the c )ntract providing that the contract allows for a variable pricing arrangement. 22. The City or its authorized representative reserves the right to obtain all documentation deemed appropriate to verify the Supplier is meeting all the regulatory and specifications requirements. 23. Delivery trucks must be capable of providing their own means for offloading. The Supplier shall deliver the chemicals using equipment suitable for the specific location to allow them to unload and load without help (labor or equipment) from the site. 24. The Supplier shall be familiar with the locations of all the water plants, and power gen rating stations that are part of this contract, and to be aware of all conditions that may affect safe and expeditious delivery of the Bulk Gases. 25. The Suppliers vehicles shall be equipped with mobile telephones to allow the driver to communicate with the appropriate City personnel for such things as emergencies, notification of delivery problems. 26. Deliveries arriving at other than the designated times shown below without proper ap)roval, regardless of the reason, may be directed to return the next business day at no additional cost to the City. 27. The deliveries to the WTP shall be between the hours of 07:00 AM to 3:00 PM Monday t lrough Thursday, unless prior approval has been obtained. 28. The facility is monitored and open 24 hours 7 days a week; however, after hours or emergency deliveries must be approved by City staff. 29. Driver shall possess a valid State of Florida Commercial Driver License with hazardous materials endorsement and are competent in the operation of the delivery equipment. 30. Unloading of Chemicals at the City's WTP#2 shall be performed by the Supplier in the presents of a City authorized employee. 31. Emergency conditions encountered or observed by the Supplier on City site shall be reported immediately to the City. 32. Supplier's delivery personnel shall comply with OSHA procedures during unloading at the plant site. Supplier shall supply all required safety equipment for Suppliers delivery personnel. 33. The Supplier shall be primarily and directly responsible for complying with any safety, health, and/or notification provisions required under any federal, state, or local law regulations or rule applicable to any Hazardous Materials, including without limitation, any notification to workers, employees or other persons at the work property or concerning the work property, such as, without limitation, the MSDS requirements of EPCRA and notification requirement of OS A. 34. Supplier shall not discharge, leak or emit, or permit to be discharged, leaked or emitt(d, any material into the atmosphere, ground, sewer system, or on any body of water, if that n aterial does or may pollute or many contaminate the same, or may adversely affect the health, welfare or safety or persons, whether located on the Premises or elsewhere. 35. The consumption of Bulk Gases are subject to many variables, including seasonal de ands, planned an unplanned outages and overall system performance. The City believe these estimates are valid, but they are based upon certain assumptions and are subject to revision at any time. The City cannot guarantee to maintain consumption at these rates. 36. Seasonal variation can be expected from Plus or minus 30% from the indicated by th usage levels. PUR-F-303 15 Rov 0312016 Wle or SkNFORD 0 [INANCiNJAN'"Mr City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 or 50301 Fax: 407.688.5021 INVITATION FOR BID (IFB) A TERM CONTRACT TITLE: BULK GAS —LIQUID OXYGEN FOR CITY'S WTP#2 Florida Statute 286.011 and Statute 24(b), Article I of the State Constitution. THE REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK PUR-F-303 16 Ret, 03/2016 City of Sanford I Finance Department I Purchasing Division 10 (Ay or 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32771 SORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 WANCfDEPARIVINI INVITATION FOR BID (IFB) A TERM CONTRACT TITLE: BULK GAS —LIQUID OXYGEN FOR CITY'S WTP#2 Section 111. Special Conditions A. Qualifications of Bidder. This bid will be awarded to the lowest responsible and responsive bidder. In order to be considerd, the firm must meet all of the following criteria: i 1. Qualifications of Bidder: a. The Bidder must be a provider Currently doing business with the general public, cuirently serving a minimum of three (3) commercial accounts equal in size and scope to this bid/project, and be properly licensed to do business in the State of Florida. b. The Bidder, under its current business name, must also have a minimum of one (1) consecutive year of verifiable experience servicing commercial accounts equal i size and scope to this bid/project. 2. The Bidder shall submit the following information with their bid submittal: a. List and provide a brief description of similar work satisfactorily completed with location, dates of contract, names, addresses, email addresses and telephone numters of owners by completing Attachment 'IQ", References. b. List of equipment and facilities available to do the work. c. List of personnel, by name and title, contemplated to perform the work. All d1livery personnel shall have a valid Florida Driver's License. The determination on whether a Bidder is responsible or not shall be determined by the City. In order to be responsive, a Bidder must respond to the bid in accordance with all its requirements. The Bidder shall provide proof the qualification by furnishing copies of letters, certificates and any peninent information, which clearly documents said qualifications. Failure to provide said documentation ay be cause for deeming the Bidder either unresponsive and/or non -responsible and removing it from urther consideration. This is non-negotiable item. B. Proprietary/Restrictive Specifications, Brand Name or Equal/Deviations. Specifications listed herein describe the expected minimum standards. These specifications are intended to be descriptive in nature and are not intended to eliminate any Bidder from submitting a bid response. Unless otherwise specified, the mention of a particular manufacturer's brand name or number in the specifications does not imply that this particular good is the only one (1) that will be consider . -d for purchase. This reference is intended solely to designate the type or quality of goods thatwill be acceptable. If a Bidder considers the specification contained herein to be proprietary or restrictive in nature, thus potentially resulting in reduced competition, they are urged to contact the Purchasing Division prior to the bid due date and time. Specifications which are unrelated to performance may be considered for deletion via addendum to the bid documents. PLIR-F-303 17 Re%J 03/2016 City of Sanford I Finance Department I Purchasing Division 01yor 300 N. Park Avenue 2"d Floor Suite 236 Sanford, Florida 32771 G S,�NFOU Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 0 WJAN(FPE11ARTh1,VW INVITATION FOR BID (IFB) A TERM CONTRACT TITLE: BULK GAS —LIQUID OXYGEN FOR CITY'S WTP#2 1, Equal offers will be considered and must include descriptive literature and/or specifications. Failure to provide descriptive literature and/or specifications with equal offers will result in disqualification of the bid. 2. The determination as to whether any alternate good or service is or is not equal shall b made solely by the City and such determination shall be final and binding upon all bidders. The City reserves the right to request and review additional information to make such a deterin nation. Although the City provides for the consideration of alternate bids, it reserves the right to make an award in the best interest of the City based upon responsiveness and responsibility. Award may not necessarily be given to the lowest bid offered upon an evaluation of responsiveness and responsibility. 3. The Bidder shall be responsible for reading very carefully, and understanding completely, the requirements and specifications of the items bid upon. Unless the bid is in response to a Brand Name or Equal" requirement, deviations from the specifications will only be consicered if requested in writing prior to the date and time specified for receipt of bids. Deviatons, if accepted, will be specifically addressed and issued an addendum. Any goods or ervices specifications will not be accepted. proposed that are not in compliance with the specif" 1 C. Bidder's Specifications and Not Bidding. 1. Each Bidder shall make accurate and clear statements in their bid response. 2. Where more than one (1) item is listed, any items not bid upon shall be indicated as "NO ;ID". D. Firm Prices. Prices for goods and/or services covered in the specifications shall be firm; net delivered to the ordering Department/Division/Office, Free On -Board (F.O.B.) Destination, with the Bidder paying all elivery costs, and shall remain firm for the period of any agreement reached as a result of this solicitation. No additional fees or charges shall be accepted. E. Estimated Quantities. This 1FB contains an estimated number of volume and/or transactions. Although said numbers reflect the City's average volumes over the past year, the City cannot guarantee that such volume and/or M transactions will be the actual amount required and/or purchased. Actual quantities may be more or may be less and the estimated number of volume and/or transactions contained herein in no way shall obligate the City to commit to said volume and/or transactions. F. Term of the Agreement. An Agreement may be awarded for a one (1) year term to begin upon approval and execution by the City with the opportunity for additional one (1) year renewal periods when in the best interes, of the City. Total contract length, including all renewals shall not exceed five (5) years. The decision to renew or extend the contract shall be at the discretion of the City. The successful Bidder(s) ,hall be required to review the Automotive Transmission Services with the City on a semi-annual basis. G. Option to Extend or Renew. P1 IT?_T7_jnj 1 R Rev 03/2016 City of Sanford I Finance Department I Purchasing Division 0 Wy Of 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32771 Sk�ORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 INVITATION FOR BID (IFB) A TERM CONTRACT TITLE: BULK GAS —LIQUID OXYGEN FOR CITY'S WTP#2 I The performance period of any contract or purchase order awarded as a result of this solicitation i ay be extended upon mutual agreement between the Bidder and the City with no change in ter -ns or conditions. Any extension of performance period under this provision shall be in the City's best interest and sole discretion. Any agreement or amendment to the contract or purchase order awarded as a result of this solicitation shall be subject to fund availability and mutual agreement between the City and the successful Bidder. H. Exercise of Option to Extend Term of Contract. If the City wishes to enter into an option period, the City shall request a written statement of de ire to enter into an extension of the performance period from the Bidder. THE REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK PUR-F-303 19 Rev City of Sanford I Finance Department I Purchasing Division C11yor 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32771 SFORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 INVITATION FOR BID (IFB) A TERM CONTRACT TITLE: BULK GAS -LIQUID OXYGEN FOR CITY'S WTP#2 Section IV. Evaluation, Rejection, and Award Process A. Responsibility of Bidder. By submitting a bid response, the Bidder certifies that the Bidder has fully read and understanc s this document and has full knowledge of the scope, nature, quantity, and quality of work to be performed; the detailed requirements of the services to be provided; and the conditions under which the services are to be performed. B. Determining Responsibility. In determining responsibility, the following will be considered: 1. The Bidder's ability, capacity, and skill to perform the contract or provide the service within the time specified; 2. The reputation, judgement and experience of the Bidder; 3. The quality of performance of previous contracts or services including, but not limited to previous performance with the City; 4. Previous and existing compliance by the Bidder with laws and ordinances relating to the provision of goods and services; 5. Financial resources of the Bidder to perform; 6. Ability to provide future maintenance and service for the use of the subject of the contract; and, 7. Whether the Bidder is in arrears to the City on a debt or a contract; whether the Bidde is in default on surety to the City; and whether the Bidder's taxes are delinquent. C. Use of the Words "Shall", "Must", "Will". The City of Sanford has established certain requirements with respect to the proposal to be submitted by prospective Bidders. The use of "shall", "must" or -will" (except to indicate simple futurity) n the Invitation to Bid (IFB) indicates a requirement or condition, which must be met. The City may, at its sole discretion, waive these requirements or conditions if the conditions are determined to be not material. A deviation from a requirement is material if the deficient response is not substantial accord with the bid requirements, provides an advantage to one Bidder over the Bidders, or has a potentially significant effect on the delivery, quantity or quality of items proposed amount paid to the Bidder, or for the cost of the City of Sanford. Material deviation cannot be waived. D. Right to Cancel or Reject. A solicitation may be canceled, or any or all submittals in response to a solicitation issued y the City may be rejected, by the Purchasing Manager, in whole or in part, without recourse, ANhen it is in the best interest of the City. The best interests of the City may require, the right is reserved to make award(s) by individual items, group of items, all or none, or a combination thereof, with one or more suppliers. The Bidder agrees that the City has the right to reject, for any reasc n and without penalty, any and/or all proposal packages or any part of a proposal package, prior o and after the rankings are made by the City, and that the City has the right, for any real and without penalty, to terminate any contract negotiations commenced with any Bidder. Th City PUR-F-303 1) (1 RevJ03/2016 City of Sanford I Finance Department I Purchasing Division 01yof 300 N. Park Avenue 2"' Floor Suite 236 Sanford, Florida 32771 SFORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 INVITATION FOR BID (IFB) A TERM CONTRACT TITLE: BULK GAS -LIQUID OXYGEN FOR CITY'S WTP#2 I also reserves the right to re -advertise and solicit new bids/proposals or to abandon the pr(ject in its entirety without reason and without penalty. 2. The City reserves the right to accept or reject any or all Bids/Proposals, or to waive any formalities, technicalities, irregularities or immaterial variation. 3. The City also reserves the right to reject the bid submittal from a Bidder who has pre iously failed to perform properly, or complete on time contracts of a similar nature, o who investigation shows is not in a position to perform the contract. E. Additional Information. The City reserves the right to request any additional information needed for clarification fro any Bidder for evaluation purposes. F. Time of Performance. The services described herein and on the attached shall be performed in a prompt and correct trianner within the standards of good and ethical productivity as negotiated between the City and the sudessful Bidder. All Bidders are asked to provide the best estimate for compliance with the scope of services as established by the solicitation. All contract time lines will be based on the projected scope and the estimated time for performance. G. Unit Price Accuracy. Please check the stated unit prices before submitting the bid as no change in prices shall be allowed after bid opening. All prices and notations must be in ink or typewritten. In cases of extended price irregularities, unit pricing shall prevail. Please note that the City reserves the right to clarify and orrect extended amount errors. H. Best Prices. An award will be made without further negotiation based upon competitive bids; therefore, the B dder's best price should be submitted in response to this Invitation to Bid. I. Reasonable Prices. I A reasonable unit price must be submitted for each work element. In the event any pay item unit rice is determined to be unreasonably low or unreasonably high, the bid may be declared non-respons e and may not be considered. J. Delivery. Delivery may be a factor in the award. Failure to perform within the delivery deadline(s) set fort in the specifications, or any other contract document, shall constitute default. K. Split Award. The city reserves the right to make an award to single Bidder, to split the award between Bidder3, or to not award some or all items, depending on the best interest of the City. The City may accept any tem or group of items on any bid unless the Bidder qualifies the bid by specific limitations. L. Bid Price Schedule. PUR-r-303 71 Rev 03/2016 City of Sanford I Finance Department I Purchasing Division C I I Y W 300 N. Park Avenue 2n' Floor Suite 236 Sanford, Florida 32771 Ski4FORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 INVITATION FOR BID (IFB) A TERM CONTRACT TITLE: BULK GAS —LIQUID OXYGEN FOR CITY'S WTP#2 Each Bidder shall furnish the information required on Attachment "F", Bid Price Sched le and Acceptance of Bid Terms and Conditions, and each accompanying sheet thereof on which the Bidder makes an entry. Offers submitted on any other format may be disqualified. M. Bid Tabulation. The Bid Tabulation Form will be posted and available thirty (30) days after opening on My VendorLink website: liLtp,:l/w\N,,,v.t-nNv_endorlink.cLo—ni, or upon issuance of a Notice of Intent (award, rcjection, cancellation), whichever is sooner. Bidders may also call the City's Purchasing Division for results. N. Pre -Award Inspection. Prior to the award, the City reserves the right to make a pre -award inspection of the Bidder's faclities to determine the capabilities of the Bidder to service the City. I 0. Existing Permits and Identification Numbers. Any and all permits, state licenses, including, but not limited to, Department of Env Protection (EPA), and/or Environmental Protection Agency (EPA) identification numbers, re or permits are to be available for review by the City upon request. P. Drutz-Free Workplace Preference. Certification of an implemented drug-free workplace program must be included with the IFB r, -sponse when submitted. If your firm has implemented a drug-free workplace program, please Complete Attachment "Ell, Drug -Free Workplace Certification and include with your IFB response. Q. Conflict of Interest. All Bidders must disclose, with their proposal, the name of any officer, director, or agent who is also an officer or employee of the City. Furthermore, all Bidders must disclose the name of any City official officer or employee who owns, directly or indirectly, an interest of ten percent (10%) or more of the Bidder's firm or any of its branches, subsidiaries, or partnerships. Failure to disclose in this man ler will result in the disqualification of the Bidder or the cancellation of work. It is the sole responsibility of the Bidder to ensure compliance with the Section 2.1. Conflict of Interest of the City of Sanford Pumhasing Policy. Please complete and submit Attachment "C", Conflict of Interest Statement wi':h your proposal response. The City may seek damages for the recoupment of losses in having to re -solicit or re -assign this project. R. Additional Terms and Conditions. No additional terms and conditions included within the bid submittal shall be evaluated or con 3idered, and any and all such additional terms and conditions shall have no force and effect and are inap)licable to this solicitation. If submitted either purposely, through intent or design, or inadvertently, pear ng separately in transmitting letters, specifications, literature, price lists, or warranties, it is understood and agreed the general and special conditions in this solicitation are the only conditions applicable to this bid submittal and the Bidder's authorized signature affixed to the bid submittal signature section alests to this. When completing your bid submittal, do not attach any forms which may contain to and conditions that conflict with those listed in the City's solicitation document. Inclusion of additional terms and conditions such as those which may be on your company's standard forms shall result in your PUR-F-303 77 Ro, 03/2016 I TITLE: BULK GAS -LIQUID OXYGEN FOR CITY'S WTP#2 I I bid being declared non-responsive as these changes will be considered a counteroffer to the City's solicitation. S. Debarred Bidders. The City reserves the right to suspend award, withhold award, rescind award, or forego award to any Bidder or contractor who is found to have been debarred from doing business with the State of Florida or any other public entity. It shall be at the City's sole determination, as to the desirability of contracting with a Bidder or contractor who has been debarred from doing business with any public entity. T. Notices of Intent. The Purchasing Division shall publicly post a Notice of Intent stating its decision to: award, rejection, cancellation, etcetera; in the Public Notice Board located outside of City Hall for a period ofeas t I t T three (3) business days after the Notice is issued. The Notice will also be posted and available n the My VendorLink website: hujy /www.�nvvetidorlink.corn. j../ —do U. Protests and Appeals. 1. Any prospective Bidder or Respondent may file a Notice of Solicitation Protest concerning a Solicitation in writing to the Purchasing Manager. The protest must be received in the Purchasing Division Office at least five (5) business days prior to the due date for the Solicitation in accordance the City's Purchasing Policy. 2. Any Bidder or Respondent, who is not the intended awardee and who claims to be the rightful awardee, may file a Notice of Award Protest, in writing, with the Purchasing Division Office, by 5:00 pm on the fifth (5th) business day after the Notice of Intent to Award is posted. An Award Protest is not valid if filed by a Bidder who cannot show they would be awarded the Contract if their protest is upheld in accordance with the City's Purchasing Policy. 3. Protest Appeal Bond smallest of five (5%) or $5,000.00 if the issue cannot be determined as a monetary amount, the bid bond will be set by the Purchasing Manager and confirmed byte City Manager. 4. The decision of the City Commission shall be final and conclusive. V. Agreement/Contract. An agreement may be required for the commodities/services requested herein. Typically, the Scope of Services outlined in this 11713 solicitation, the successful Bidder's response to same and the end re3ult of negotiations will become Exhibit "A", Scope of Services on the agreement. Exhibit "B" will outl e the Pricing Schedule. 1. The successful Bidder must sign the agreement prior to execution by the City, whereup)n the successful Bidder becomes the Contractor upon approval. 2. The provisions of said agreement contain similar language to the provisions contained n this Invitation for Bid solicitation document. PUR-F-303 23 ReJ 0312016 City of Sanford I Finance Department I Purchasing Division NY Of 300 N. Park Avenue 2"d Floor Suite 236 Sanford, Florida 32771 SFORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 INVITATION FOR BID (IFB) A TERM CONTRACT TITLE: BULK GAS —LIQUID OXYGEN FOR CITY'S WTP#2 3. The agreement shall be used as a basis for negotiation and the City reserves the right to revise, or modify the agreement in its entirety, or any part thereof prior to obtaining sig] from all parties. 4. The successful Bidder shall execute and return the agreement to the City, within ten (I( after receipt along with any and all additional contractual documents, performance and p; bonds (if applicable), insurance certificates and any other documents required as outlined solicitation document. 5. In no event shall an agreement be considered binding upon the City until it has been p executed by all parties. 6. In conjunction with the agreement, a purchase order or other form of payment will be esta by the City prior to the start of any project, service, or work by the Bidder. W. Award of Contract/Purebase Order. Award will be made to the responsible Bidder most responsive to the solicitation with the lowest bid which meets the specifications. 1. The City Manager, or designee, shall review the fees and rates of compensati( reasonableness prior to execution of contract or submittal of a recommendation of cont agreement to the City Commission. The City Attorney may review all contract docu Other experts may be consulted to assist in this process. 2. The Purchasing Division and the requesting Division/Department/Office will prepa required award documents and make recommendations for approval to the City Comm City Manager or Purchasing Manager pursuant to the established Purchasing Thresholds. award, Mayor, City Manager or Purchasing Manager, as applicable, will execute the agree The City Commission retains full discretion to award or reject a contract, or aul expenditures in the best interest of the City. days n this y for �t or ents. the Upon X. Non -Exclusive Contract. Award of this project shall impose no obligation on the City to utilize the successful Bidder for all work of this type, which may develop during the contract period. This is not an exclusive contract. The City specifically reserves the right to concurrently contract with other companies for similar work if it deems such action to be in the City's best interest. Y. Notice of Award. Notice of an award by the City will constitute acceptance of the bid from the overall lowest price, most responsive and responsible Bidder(s). The bid package signed by the successful Bidder, along with documentation included in the Bidder's submittal as required by the IFB document, and other additional materials submitted by the Bidder and accepted by the City, shall constitute the Bidder's respon e. At the City's discretion, either a purchase order or other award document such as an agreement/contract will be issued by the City when appropriate to do so. All City terms and conditions as set forth on the City's website shall be applicable lift 2�//�v�vnL,.sanf�ordfl�ygv/�*�iiex.aspx?p,-i ge-183. PUR-F-303 24 Rej, 03/2016 (try or SAJqFORD 0 FINAIMOEVARIMEW City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue god Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 INVITATION FOR BID (IFB) A TERM CONTRACT TITLE: BULK GAS -LIQUID OXYGEN FOR CITY'S WTP#2 THE REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK PUR-F-303 95 Regi 03/2016 City of Sanford I Finance Department I Purchasing Division Lily (it 300 N. Park Avenue 2°d Floor Suite 236 Sanford, Florida 32771 FORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 INVITATION FOR BID (IFB) A TERM CONTRACT TITLE: BULK GAS -LIQUID OXYGEN FOR CITY'S WTP#2 Section V. General Terms and Conditions A. Local Business Tax Receipt. Both the City of Sanford and Seminole County require a Local Business Tax Receipt be held by all its contractors. The City's Building and Fire Prevention Department can assist you in obtaining the required Business Tax Receipt from both Seminole County and the City at the same time. Please contact the City's Building and Fire Prevention directly for infon-nation concerning this requirement at 407.688.5150. B. Foreign Corporation. In accordance with Section 607.1501, Florida Statutes, and provided an exemption is not available, a foreign corporation may not transact business in Florida until it obtains a certificate of authority fr)m the Florida Department of State. Foreign corporations may submit bids or Proposals prior to obtaining a certificate of authority frorn the Florida Department of State. A foreign corporation must be in compliance with F.S. 607.1501,rior to entering into a Contract with the City of Sanford. I C. Taxes. The City of Sanford is a municipality corporation existing under the laws of the State of Floric a. As such, the City does not pay State of Florida Sales Tax. The City's State Tax exemption number is 85- 8012621681C -8 5- 8012621681C-8 and the Federal Employee Identification Number is 59-6000425. The City's sales tax exemption does not apply to goods and services purchased separately by the successful proposer in connection with its fulfillment of its contractual obligations with the City. The successful Bidder shall be responsible for paying any taxes, fees or similar payments which are required to be raid in connection with the awarded Agreement as a result of this solicitation. D. Public Entity Crimes. As required by section 287.133, Florida Statutes, the Bidder warrants that it is not on the convicted contractor list for a public entity crime committed within the past thirty six (36) months. The Bidder further warrants that it will neither utilize the services of, nor contract with, any supplier, sub -con actor, or consultant in connection with this Agreement for a period of thirty six (36) months from the date of being placed on the convicted contractor list. By completion and submittal of Attachment "K" 'lublic Entity Crimes Statement, and signature on this solicitation, the Bidder certifies that it is qualifie to do business with the City of Sanford in accordance with all Florida Statutes. E. Sovereign Immunity. Notwithstanding any other provision set forth in this solicitation and/or the resulting awarded Agreement, nothing contained in this solicitation and/or the resulting awarded Agreement shall be construed as a waiver of the City's right of sovereign immunity under Section 768.28, F.S., or other limitations imposed on the City's potential liability under state or federal law. The City shall not be liable under this solicitation and/or the resulting awarded Agreement for punitive damages or inteliest for the period before judgment. Further, the City is not liable for any claim or judgment or portion tIllereof, PUR-F-303 U Rei, 03/2016 ........ .. CITY OF SANFORD -SXi4FORD Quildin ' FLORIDA DiVjdi6n'- Licensirig, PO Box. 1788, Sanford, FL 327 -72 -1788 - LOCAL BUSINESS TAx RECEIPT VALID THROUGH .SE -30, 2026. AIRGAS USA LLC i60. BOX92-19 MARIETTA GA.30065 This receipt is a local business taxi only. It.does, not perrnitthe local bUs.ine.ss taxpayer to -violate any existing zoning or.regulatory laws of the state or county, nor dpes:1.texempt -th.e..business taxpayer from any other license or perrijits requlrdd by law. Issue Date: 10/01/201.0 Business Location: 103 COMMERCE WAY Classificatidn Fire- Inspection Fee Merchants, Retail and/or Wholesale TOTAL: Corn ' ments; Restrictions.:, :�w BTR #: BTR19-024744 SEMINOLE. COUNTY TAX RECEIPT REQUIRED ORIGINAL TAX RECEIPT.MUST BE 0.11SPLAY-.ED ON PREMISES Amount .50.00 670.00 720.00 City of Sanford I Finance Department I Purchasing Division CITY Of 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32771 SANFORD Phone: 407.688,5028 or 5030 1 Fax: 407.688.5021 INVITATION FOR BID (IFB) A TERM CONTRACT TITLE: BULK GAS —LIQUID OXYGEN FOR CITY'S WTP92 to any one person for more than two hundred thousand dollars ($200,000.00), or any claim or jud ment, or portion thereof, which, when totaled with all other claims or judgments paid by the City arising out of the same incident or occurrence, exceeds the sum of three hundred thousand dollars ($300,000-00). This paragraph will survive termination of this solicitation and/or the resulting awarded Agreement. F. Scrutinized Companies Clause. The City may not enter into any contract for $1 million or more with any company that is scrutinized companies lists enumerated in Section 287.135, Florida Statutes. All respo solicitations for goods and/or services equal to or in excess of $1 million shall be required to c( Attachment "J", Contractor Certification Regarding Scrutinized Companies certifying I Respondent is not on any scrutinized companies list. All resulting contracts for $1 million or mc be subject to termination by the City: I. In the event the successful Bidder vendor is put on a scrutinized companies lists enume Section 287 2. 135, Florida Statutes, or 3. If the City determines that the Bidder falsely certified to the City that the Bidder is not lis scrutinized company. Exceptions and additional penalties shall be set forth in Section 2 Florida Statutes. THE REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK i the ;s to plete t the shall in as a 135, PUR-F-303 77 ReJ 03/2016 City of Sanford I Finance Department I Purchasing Division 0 CITY co 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32771 SORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 FINANCE fXPARIMEW INVITATION FOR BID (IFB) A TERM CONTRACT TITLE: BULK GAS -LIQUID OXYGEN FOR CITY'S WTP#2 Attachment "A" Statement of "No Bid Submittal" If you do not intend to submit on this requirement, please complete and return this form prior to date shown for receipt of prop"sals to: City of Sanford.. Purchasing Division, 300 N. Park Avenue 211d Floor Suite 236, Sanford. Florida 32771. T I/WE HAVE DECLINED TO SUBMIT A BID FOR IFB 19/20-12, titled Bulk Gas -Liquid Oxygen for City's WTP for the following reason(s): [Please place a check mark (-/) next to the reason(s) as applicable] REMARKS: Company Name: Mailing Address: Telephone Number: Z - Fax Number: Authorized Signatory Printed Name Title Date E-mail Address: FEIN: P1 I R -F-101 12 ROv 0312016 Reason Bid requirements too "restrictive". Insufficient time to respond to the Invitation for Bid. We do not offer this service. Our schedule would not permit us to perform. Unable to meet requirements. I/ to meet insurance or bond requirgr6ents. LlUnable Scope of Services unclear (please ex below). Other (pleases eci I below). REMARKS: Company Name: Mailing Address: Telephone Number: Z - Fax Number: Authorized Signatory Printed Name Title Date E-mail Address: FEIN: P1 I R -F-101 12 ROv 0312016 0 S 'FORD FINANUMPARPANI City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue 2" Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 INVITATION FOR BID (IFB) A TERM CONTRACT TITLE: BULK GAS -LIQUID OXYGEN FOR CITY'S WTP#2 Attachment "B" Insurance Requirements 111ow-m'' Workers' Compensation Employers Liability Employers Liability Employers Liability $1.000.000.00 $5001000.00 $500.000-00 *Certificates of exemption are not Each Accident Each Accident Each Accident acceptable in lieu of workers $1,000.000.00 $5001.000.00 $500,000.00 compensation insurance Disease Disease Disease S1.000.000.00 $500.000.00 $500,000.00 Commercial General Liability $3.000,000.00 Per $1.000,000.00 Per $500,000.00 Per shall include- Bodily Injured Liability Occurrence Occurrence Occurrence and Advertising Injuring Liability Coverages shall include: Premises/ $3,000,000.00 General $1,000,000.00 General $500,000.00 General Operations; ProductslCompleted Aggregate Aggregate Aggregate Operations; Contractual Liability: Independent Contractors, Fxplosion; Collapse; Underground When required by the City, coverage must be provided for Sexual Harassment, Abuse and Molestation. Comprehensive Auto Liability, $ 1,000,000 Combined S 1,000,000 Combined $ 500,000 Per Occurrenc CSL, shall include "any auto" or Single Limit Single Limit shall include all of the following: S 1.000,000 General $ 500.000 General Aggregate owned, leased, hired non -owned $ 1,000,000 General Aggregate autos, and scheduled autos. Aggregate Professional Liability (when required) $1.000,000-00 $1.000.000.00 $1.000,000.00 Minimum Minimum Minimum Builder's Risk (when required) shall 100% of completed 100% of completed 100% of completed include theft, sinkholes, offsite value of additions value of additions value of additions storage, transit, installation and and structure and structure and structure equipment breakdown. Permission to occupy shall be included and the policy shall he endorsed to cover the interest of all parties, including the City ofSar ford, all contractors and subcontractors. $3,000.000 Aggregate: $1,000,000 Aggregate: $500,000 Aggregate: Garage Keepers (when required) No per vehicle No per vehicle maximum No per vehicle maximum maximum preferred preferred preferred $3,000.000 Combined $ 1,000,000 Combined $500,000 Combined Sing 1l Garage Liability (when required) Single Limit Single Limit Limit $3,000,000 General $ 1,000,000 General $500,000 General Aggreate I Aggregate I Aggregate PUR-F-303 29 Ro 03/2016 DA WnQNYYY) CERTIFICATE OF LIABILITY INSURANCE � TE;O . 0112 20 THIS ,CERTIFICATE IS ISSUED AS- A MATTER OF INFORMATION ONLY AND,CONFERS NO RIG . HTS, UPON. THE CERTIFICATE. HO L 6ER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR. NEGATIVELY AMEND, EXTEND OR ALTER, THE COVERAGE AFFORDED BY THE POLICIES. BELOW. THIS-CEkTIPICAT . E CIF . . INSURANCE DOES: NOT CONSTITUTE A CONTRACT BETWEEN'THE ISSUING INS , URER(S), AUTHO . RE ED .REPRESENTATIVE OR.PRDDUCER, AND THE CERTIFICATE HOLDER. IMPORTAt4T:,'If the certlfibate holder is. an ADDMONAL INSURED, the 011cy(les) must have_ ADDITIONAL INSURED provisions or be endorsed, if SUBROGATION IS -WAIVED, subject.1a the terms and conditions. of the Policy, certain policies may -reqq Ire an ondorsomentw, A stiftment on this certificate 06" n6t.ponfar rights -to1ho-cartiffeate holder in Ileu.of suth-ando!Aement(s). .T fRODYGER CONTACT - Marsh USA Inc: - PHONE .2M Allen Parkway,.Sufle 2500 At .Houiton,TX 770.10 EMAIL INSURER iS)AFFORDING COVERAGE 0141ZAlkG&-GAWU=19-20 INSURER A:.Natbrd Union Fire Ins o Pittsburgh PA 11944�,___ INSURED American USA, Uquide Inc- msuRERs.-NIA Airgas Usk LLC - Smith fflvismn INSURER C. Monte Nation6l Insurance Corn 17V 5249 ThfiW West Blvd INSURER D -. American dome Assurance Company 9380 'tigga, FL* 33634 COVERAGES "CERTIFICATE NUMBER: HOU-00360189541 REVISION NUMBER: 10 THIS '.11STO CERTIFY THAT THE POLICIES.Of` INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE'.POLICYPERIOD SHOULD:ANYOF THEABOVE DESCRIBED POLICIES BE CANCELLED INDICATED. N61WTHSTANDING ANY REQUIREMENT; TERM OR cokbIT16N OF ANY CONTRACY OR,OTHER DOCUMENT: WITH RESPECT TO t VHIGH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL E' TERMS, EXCLUSIONS AND CONDITIONS OF-SUCKPOILiciEs. LIMITS SHOWN mAY.HAvE BEEN REDUCED BY PAID CLAIMS; ACCORDANCE NTH THE POLICYPROVISIO N 51 INSR LTR TYPEOFINSURANCE ADOLSPBA Imso im POLICY NUMBER 1MMIDOr(yYYI_ PC Y EXP IMMID uuffs of Marsh USA Ina A X COMMERCIAL ENEIRALLLASILITY. Fre0rnan-V.Wade GL 7032M 07101/2619 07100420 EACH OCCURRENCE 2,000,000 :CLAIMSMUC OCCURf��=qMcal MED' 1;000 pERSOUALSARV !NJUkY� $ ZODO, DO: GEN-LAGGREGATELIMITAPP . L . iEs PER- IF �X, POLICY 0•tECOT- 1:1 LOG' GENERALAGGREGATE S 6,000.000 PRODUCTS-COMP10FAG. 'S 6,000,000 OTHER:' A [AUTOMOBILE LIASILFTY CA -72697.35 (AOS) 07/0112019 107101020 (COMBINED SINGLE LIMIT 5 5,000,000 A X ANY AUTO CA 7269736.(VA) 00112019 07101020 BODILY INJURY (Pec person) A OWNW SCHEDULED AUTOS ONLY. ---I AUTOS HIRED' I NON -OWNED AUTOS ONLY --- j AUTOS. ONLY CA 7269787 (MAI 01101120A. 07101020 BODILY INJURY' (Per -accident) S =R 01111AGE UMBRELLALIAS H OCCUR EAd9OCdURRENCE..._,__._ [AGGREGATE S EXCESS LtAG OED RET .0 D WORKERS COMPENSATION AND EMPLOYERS, LIABILTY. Y - IN ANYPRO_ PRIETORIPARTHERIEXECUTIVE F -N-1 OFFICERJMFMBEREXCLL (ManditbrV 1n'NH) NI�A WC031132411-'(FL) WC 03i 1324081 (MANDOH,WA,WI,WY) WC 031132410 (CA) 0710112019 07101�2019 .0710112019 07101020 07,�(Jjj20,t 07X1020 E�" TH- X I PER I I OR . F -L. EACH ACCIDENT 2,000,000 E.L. DISEASE -EA EMPLOYEE $ 2-000,000 Iles dkodbe under D SdRIPTJON OFOPERATIONS below Please see Acord 101 F -L. DISFASE - POLICY LImrr $ 2,000.000 DESCRIPTIONCIF OPERATIONS I LOCATIONS I VEHICLES Adtfillonal Remarks Schadule, maybe attached If more space Is required) _(ACORD.101; Rb:'Solicliation Nurnber. IFB 109-121 Fhjoed Ekilk Gas - Liquid'Oxygen for Cilys WTP42' Oily of Sanford i6Included as addilloiti.insured (except Wwkers (:ompehw6on) but only to the llafft and eiteintz*fied in and routred by the-refereficed r4itteruc0trad.. This hns4ance Is Pft rjand nb.n.- contributory ov6f any iW*g insurance aadlimbdi 6MbW1(y.6&i'hq btitc[the operations of the named Insured vtjecttuoor�yterms and o6ndiftons r CERTIFICATE HOLDER CANCELLATION i City of Sanford SHOULD:ANYOF THEABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Ahn: porchasN Manager THE -EXPIRATION PATE THEREOF„ NOTICE .WELL BE DIE . . VERIED IN POIBOX-1788, ACCORDANCE NTH THE POLICYPROVISIO N 51 (300 N. Park Avenue) Sanfbrd,R. 32711 AUTHOR9EOREPRdSE9TAT1VE of Marsh USA Ina Fre0rnan-V.Wade @1988-2016ACORD-CORPORATION. Ail rIgIts reserved.. AC.ORD 25 (2916103) The.ACORD name and logo are registered marks &ACORD' AGENCY GUSTOMER11): LOC ACCOREP ADDITIONAL REMARKS SCHEDULE Page � of 2 A.WiCY NAMED INSURED -Workers Compirlsaffori t6rfitiii- Effective Dates' 711!2019 - 71114020 Marsh USA Inc; American ' Aii Liquide Inc. Rl. SC, SD, TN; TX, WV) US South Division p�LWL62sf slid 5249i6ruA Caw , Now Harvs1fire Irrsurahoe Company. Policy No,, ft. 031132412,(Af;AZ, NCI NH, NJ, P&UT, VA, POLICY NUMBER Cartier AJU Insurance Corpany, Poky No.: WC031132413'((L_KY, MN,NY.) -Tempa, FL 33684 NAMED INSUREDS ON THE ABOVE REFERENCED POLICIES INCLUDE BUT ARE NOT LIMITED TO THE FOLLONNO'COMPANIESt fNAIC CADS J-'E&gCTNE DAM- -ArnsffcanAir Liquide "*jnc= Airl.iquklp7 HerFur!) Amer163, Inc, ADDItIbMAL REMARKS THIS ADDITIONAL ASMAI*t FORD! IS A SCHEDULE TO ACORD FORM; FORM NUMBER: 25 FORM TITLE-' Certificate of Liability'insurance -Workers Compirlsaffori t6rfitiii- Effective Dates' 711!2019 - 71114020 Carrier: Nim.1-lampshlre ftt§urance.Com any. Policy No. *,W`C 031132409 (AL; AR;.CO, OT, DC, DE, GA, HL K; ID, IN KS, LA, MD, ME, M!, MO. MS. WIT NE, NM, NV, OK. OR, Rl. SC, SD, TN; TX, WV) Caw , Now Harvs1fire Irrsurahoe Company. Policy No,, ft. 031132412,(Af;AZ, NCI NH, NJ, P&UT, VA, Cartier AJU Insurance Corpany, Poky No.: WC031132413'((L_KY, MN,NY.) NAMED INSUREDS ON THE ABOVE REFERENCED POLICIES INCLUDE BUT ARE NOT LIMITED TO THE FOLLONNO'COMPANIESt American Air Liquide Inc. -ArnsffcanAir Liquide "*jnc= Airl.iquklp7 HerFur!) Amer163, Inc, Air Liquide Advanced Toftologies L.S. LLC AlrLiquide America L.P'., ALAfrdfica holdim§s. hic. Airliguida:USA LLC. Air Uqtdde ladvitrial U.S. LO Alrftide Largs Industries U.S: LP Air Liquids, ElacbwicsU.S.. LP AlrLiquide Glolaal F&08oltbons,Ug Im Air Liqdido Ted1rha Sol"s LLC Aft. Uqufdo.Amefica Specially Gases LLC Air Uqulde GbW E&C Solutions Meiew LLC At Liquide H*mp Lu: Air bquM'LLC Air Liquide Advanced Materials ft. Air Liquide Advanced Matie'dalt LLC Lurgi; tnc. 1361?ts NUVen, LLC Progressive Rilsourcaskw .We4Gen Services, LLC Airgas, Inc. Afros CarbonirOnc; ftasr barbortir[Pc. db a. Airgas Dry Ice jE PjTps Dala, Lt c .",s,DoralJru;. Airgas Merchant Gases, LLC Airgas Nitrogen'.Services, LLC Airgas On -Site Sallety ServicesJnc., Al(gas Priority Wnpn. LLC Airps.Safety' fit, Airgas Specialty Products, Inc. A I irgasrUS&I-LG Nitmus Oxide Corporation Radnor Funding Corp. TW Plus. ho R ed -D -Arc In ACORD 101 (2008101) 02008 ACORD CORPORATION. Ali HOW merv" The AdORD. name and lqg!o are.Mgistered marks- of ACORD City of Sanford I Finance Department I Purchasing Division 01 01 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32771 Sk4FORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 INVITATION FOR BID (IFB) A TERM CONTRACT 1 m ;11i�11;11 I. It is noted that Professional Liability, builder's risk, garage keepers and garage liability is not rel unless applicable conditions exist. If clarification is needed the CONTRACTOR must rl clarification from the City of Sanford Purchasing Office. 11. Vendor, Contractor, bidder shall provide, to the City of Sanford "City," prior to commencin work, a Certificate of Insurance which verifies coverage in compliance with the requirements oL below. Any work initiated without completion of this requirement shall be unauthorized ar City will not be responsible. 111. The City reserves the right, as conditions warrant, to modify or increase insurance requirements ou below as may be determined by the project, conditions and exposure );- Certification Terms and Conditions IV. It is noted that the City has a contractual relationship with the named vendor, contractor or provide (collectively referred hereinafter as Contractor) applicable to a purchase order, work order, contrac other form of commitment by the City of Sanford, whether in writing or not and has no such contra relationship with the Contractor's insurance carrier. Therefore, the onus is on the Contractor to in! that they have the insurance coverage specified by the City to meet all contractual obligations and expectations of the City. Further, as the Contractor's insurance coverage is a matter between the v( and its insurance carrier, the City will turn to the Contractor for relief as a result of any damages or alleged damages for which the Contractor is responsible to indemnify and hold the City harmless. understood that the Contractor may satisfy relief to the City for such damages either directly or thr( its insurance coverage; exclusions by the insurance carrier notwithstanding, the City will expect rel from the Contractor. a. The insurance limits indicated above and otherwise referenced are minimum limits acceptable to the City. Also, all contractor policies shall to be considered primary t City coverage and shall not contain co-insurance provisions. b. All policies, except for professional liability policies and workers compensation policies name the City of Sanford as Additional Insured. c. Professional Liability Coverage, when applicable, will be defined on a case by case ba d. In the event that the insurance coverage expires prior to the completion of the project, a renewal certificate shall be issued 30 days prior to said expiration date. e. All limits are per occurrence and must include Bodily Injury and Property Damage. f, All policies must be written on occurrence form, not on claims made Form, except fc Professional Liability. g. Self -Insured retentions shall be allowed on any liability coverage. h. In the notification of cancellation: The City of Sanford shall be endorsed onto the I as a cancellation notice recipient. Should any of the above described policies of Sal in accordance with the policy provisions. i. All insurers must have an A.M. rating of at least A -VII. j. It is the responsibility of the Prime CONTRACTOR to ensure that all sub -contractors retained by the Prime CONTRACTOR shall provide coverage as defined here -in before after and are the responsibility of said Prime CONTRACTOR in all respects. any the or is shall PUR-F-303 30 Rev 03/2016 City of Sanford I Finance Department I Purchasing Division 0care err 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32771 SkNFORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 , INVITATION FOR BID (IFB) A TERM CONTRACT TITLE: BULK GAS -LIQUID OXYGEN FOR CITY'S WTP42 I k. Any changes to the coverage requirements indicated above shall be approved by the City of Sanford, Risk Manager. 1. Address of "Certificate Holder" is City of Sanford; P 0 Box 1788 (300 N. Park Avenue); Sanford, Florida 32771; Attention Purchasing Manager; Phone 407.688.5028/5030 Fax 407.688.5021. m. All certificates of insurance, notices etc. must be provided to the above address. n. In the description of the certificate of insurance please also add the solicitation numbe - and project name. Typed Name of AFFIANT Bulk Specialist Title STATE 01: F � COUNTY OF k --k I1 ( The foregoing instrument was executed before me this day of -T-111r)i J(ij-t- 20,2,L, by bow" oaL4ACOe as Spe-,(I,--LWs4 of A I rCart S who personally swore or affirmed that he!she is authorized to execute this document and thereby bind the Corporation, and who is., personaLly, known to me OR has produced as identification. SAMANTHA S LATIMER My COMMISSION # FF967580 A /I EXPIRES Mach 03, 2020 NOT�YY PL.-,B].IC,. Sto of F 1_ (stamp) t40! 11flf60"�� The City reserves the unilateral right to modify the insurance requirements set forth at any time during the process of soli.-itation or subsequent thereto. PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE O'Failure to submit this form may be grounds for disqualification of your submittal"6' PUR-F-303 21 Rdv 03/2016 City of Sanford I Finance Department I Purchasing Division city of 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32771 SkNFORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 OiR;ANf:ECkk6'AR'tMEWY INVITATION FOR BID (IFB) A TERM CONTRACT TITLE: BULK GAS -LIQUID OXYGEN FOR CITY'S WTP#2 Attachment "C" Conflict of Interest Statement A. I am the of N/A with a local office in N/A [insert Title] [Insert Compariv Name] and principal office in B. The entity hereby submit,, an offer to IFB 19/20-12 Bulk —Gas- Liquid Oxygen for City's WTP #2. C. The AFFIANT has made diligent inquiry and provided the information in this statement affidavit based upol knowledge. D. The AFFIANT states that only one submittal for this solicitation has been submitted and tendered by the appropriate time and that said above stated entity has no financial interest in other entities submitting a proposal for contemplated hereby. E. Neither the AFFIANT nor the above named entity has directly or indirectly entered into any agreement. participat, collusion or collusive activity, or otherwise taken any action which in any way restricts or restraints the competitive this solicitation, including but not limited to the prior discussion of terms, conditions.. pricing, or other offer p1 required by this solicitation. F. Neither the entity nor its affiliates, nor anyone associated with them, is presently suspended or otherwise prohib participation in this solicitation or any contract to follow thereafter by any government entity. G. Neither the entity nor its affiliates, nor anyone associated with them, have any potential conflict of interest because a any other clients, contracts, or property interests in this solicitation or the resulting project. H. I hereby also certify that no member of the entity's ownership or management or staff has a vested interest in Division/Department/Office. I. I certify that no member of the entity's ownership or management is presently applying, actively seeking, or selected for an elected position within City of Sanford government. J. In the event that a conflict of interest is identified in the provision of services. 1, the undersigned will immediately i City in writing. By the siglat o sl, below. I/we, the d signed, as authorized signatory to commit the Firm, certify that the information as lme� n r Statement. in Attachmen " 1, Conflict ofInteZt " . is truthful and correct at the time of submission. Typed Name of'AFFIANT Aulk Specialist 'Title COUNTY OF I I STATE OF FLORIDA J its full - and work in any .ure of I from due to � City ; been ifv the ided SAMANTHA S nM Z MY COMMISSICA4# FF967EM' "I EXPIRES Mar ;h 03. 2020 WKU""s n N com On this T� day of - 10Y)t ACI I( W . 20 '2_0 — before me, the undersigned Notary Public of the State of Florida, personally appeared V)y \ &r1 1 ISG H- Ck \-c- —whose name(s) is/are subscribed to the within instrument, and he/she/they acknowledge that be/shc/they executed it. WITNESS my hand and official seal. lie/She is personally known to me or has produced I I I .. as identification. in a for the Coun(\,i and State A tar l rl I S IDE) il-C, ct C J SAMANTHA S LATI M 9R, (L/ My COMMISSION # M"a , , ission res: — Q 7- ( D-_� C� EXPIRES March OTEVASE COMPLETE AND SUBMIT WITH YOUR 11713 RESPONSE pamjzqilure t-isubmit this form may be grounds for disqualification of your submittal -w AUR -F-303 32 1 ev 03/2016 City of Sanford I Finance Department I Purchasing Division ciry of 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32771 TORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 FINAN(C XPARIIAAW INVITATION FOR BID (IFS) A TERM CONTRACT TITLE: BULK GAS —LIQUID OXYGEN FOR CITY'S WTP#2 Attachment "D" COMPLIANCE WITH THE PUBLIC RECORDS LAW AFFIDAVIT I. If and when the City of Sanford transmits records to the Contractor/Vendor which are exempt frorr public disclosure, the Contractor/Vendor shall execute an "Acknowledgement of Receipt of Exempt Public Reco ds and Agreement to Safeguard" which will be provided with the exempt records. A sample form is attached for the bidder/proposer's information. II. Upon award recommendation or 30 days after opening, it is understood that all submittals shall become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes, and Section 24(a), Article 1 of the Constitution of the State of Florida, and other controlling law (collectively the "Public Records Laws") If the City of Sanford (City) rejects all replies submitted in response to a competitive solicitation and provides notice of its intent to reissue the solicitation, the replies remain exempt from disclosure until the City provides a notice of i itent to award or withdraws the reissued solicitation. If no award is made, responses are not exempt for longer than 12 months after the initial notice rejecting all responses. Proposers/Bidders must invoke the exemptions to disclosure provided by law as applicable to the response to the solicitation, must identify the data or other materials to be protected, and must state the reasons why such exclusion from public disclosure is necessary. The submission of a proposal authorizes release of your firm's credit data to the Cim If a Proposer/Bidder submits information exempt from public disclosure, the Proposer/Bidder must specifically and in detail identify with specificity which pages/paragraphs of their bid/proposal package are exempt from the Public Records Laws, identifying the specific exemption under the Public Records Laws that applies to each. The protected info ation must be submitted to the City in a separate envelope marked accordingly. By submitting a response to this solicitation, the Proposer/Bidder agrees to defend, indemnify and hold the City h rmless in the event the City litigates the public records status of the Proposer's/Bidder's documents this provision including the obligation to pay the full legal costs of the City including, but not limited to, attorney's fees, court costs, and any and all other charges, regardless of what level of trial or appeal. Airgas Inc. 0V Signature of A '9'P&d Representative (Affiant) Brian McHale Bulk Specialist Printed or Typed Name and Title of Authorized Representative (Affiant) PUR-F-303 11 Rel 03/2016 City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue 2n' Floor Suite 236 Sanford, Florida 32771 ORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 INVITATION FOR BID (IFB) A TERM CONTRACT TITLE: BULK GAS —LIQUID OXYGEN FOR CITY'S WTP#2 COUNTY OF �N)\00f_ U(h STATE OF FLORIDA On this day of 20 '20---. before me. the undersigned Notary Public of the iState of Florida, personally appeared 1 r I (� 1-1 MG " ct � e whose name(s) is/are subscribe c to the within instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official sea]. Fe/She is personally known to me or has produced as identification. _)cr,�uqh (n tary Public i6jnd for the County and State Aforementioried) SEAL My commission expires: ol) � PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE 12 -Failure to submit this form may be grounds for disqualification of your submittal— ..... SAMANTHA S LATIMER My COMMISSION N FF967580 EXPIRES March 03, 2020 "WIF ,.nA1WLn--'3 I PUR-F-303 2d Re`v 03/2016 City of Sanford I Finance Department I Purchasing Division 10 CITY Of 300 N. Park Avenue 2"d Floor Suite 236 Sanford, Florida 32771 S ORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 HNANUDEPAPIMEW INVITATION FOR BID (IFB) A TERM CONTRACT TITLE: BULK GAS -LIQUID OXYGEN FOR CITY'S WTP#2 Attachment "Ell Drug -Free Workplace Certification When applicable, the drug-free certification form below must be signed and returned with the IFB response. In order to have a drug-free work -place program, a business shall: A. Publish a statement notifying employees that the unlawful manufacture., distribution, dispensing, possession, or se of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. B. Inform employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a c rug -free workplace.. any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. C. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the s atement specified in the first paragraph. D. In the statement specified in the first paragraph, notify the employees that, as a condition of working on the commo itics or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the em lover of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893. Florida Statutes, or of any cc ntrol led substance law of the United States or any state, for a -violation occurring in the workplace no later than five (5) dys after such conviction. E. Impose a sanction on, or require the satisfactory participation in, a drug abuse assistance or rehabilitation program i such is available in the employee's community, by any employee who is so convicted. F. Make a good faith effort to continue to maintain a drug-free workplace through implementation of the foregoing nd By the signature(s) below.. lAve, the e ned, as authorized signatory to commit the firm, certify that the information as in Attachme;7--r -Fr Velor pla ertification, is truthful and correct at the time of submission. AFFIANT SIGN Brian McHale ��� Typed Name of AFFIANT Bulk Specialist Title STATE OF COUNTYor The foregoing instrument was executed before me this 23 day of 3,C111j(Lr4 202C by tY-,C )ik�.Ve as W.\ V QCC 1, Ca_, ', t - of who personally swore or affirmed that he/she is authorized to execute this document athereby bind the Corporation. and who is personally kno as identification. TIMER I V SAMANTHA S UV r MY COMMISSION # FF967580 EXPIRES March 03. 2020 NOT PUBLIC, Atate of (stamp){aal T0ndaN0injsftP-00 nom COMPLETE AND SUBMIT WITH YOUR IFB RE ONSE—(if applicable) PUR-F-303 35 Rei 0312016 PUR-F-303 36 R�l 03/2016 City of Sanford I Finance Department I Purchasing Division 00 y or Sk4FORD 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 INVITATION FOR BID (IFB) A TERM CONTRACT TITLE: BULK GAS —LIQUID OXYGEN FOR CITY'S WTP#2 Attachment 'IF" Bid Price Schedule and Acceptance of Bid Terms and Conditions Item Description Unit Price Quantity Extended Price Required 1. Liquid Oxygen (LOX) s At) P .;c f 1&jeltllo.,I,;A4 S //4 66 I I Hourly Rate, when required W//1 r-- TOTAL IFB PRICE $ V�l Vtwf- I/we, the undersigned, as authorized signatory to commit the firm, do hereby accept in total all the terms and conditions sdpu atedan referenced in this IFB document and do hereby agree that if a contract is offered or negotiated it will abide by the terms and conditions presented in the IFB document or as negotiated pursuant thereto. The undersigned, having familiarized him/herself with the terms of the IFB documents, local conditions, and the cost of the work at the place(s) where the work is to be done.. hereby proposes and agrees to perform within the time stipulated, all work required in accordance with the scope of services and other documents including Addenda, if any, on file at the City of Sanford Purchasing Division for the price set forth herein in Attachment 'IF" Bid Price Schedule and Acceptance of Bid Terms and Conditions. The signature(s) below are an acknowledgment of my OUT full understanding and acceptance of all the terms and conditions set forth in this IFB document or as otherwise agreed to between the parties in writing. Bidder/Contractor Name: Airgas Inc. Mailing Address: 5249 Tampa West Blvd Tampa FL 33634 Telepoone, Number: 40 -40 -9651 Fax Number: E-mail Address: brian.mehale!u,,airgas.com Brian Mel-lale FEIN: 56-0732648 A4�- Signatory 'j- Print d Name Bulk Specialist Title Da e STATE OF COUNTY OF The foregoing instrument was executed before me this 2 day of 202L, by Ow 1 Cl 6 roc � 0 k k, as P)w y "(I r7 Its+ Of � I n who personally swore or affirmed that he/she is authorized to execute this document anthereby bind the Corporation, and who is personally known to me OR has produced as identification. SAMANTHA S LAT MER My COMMISSION # FF967580 NOTA PUBLIC, t to of F, L J-„ (stamp) mr-EXPIRES March 03, 2020 COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE IV-Failure to submit this form may be grounds for disqualification of your submittal-*,' PUR-F-303 36 R�l 03/2016 City of Sanford I Finance Department I Purchasing Division citl(car 300 N. Park Avenue 2n' Floor Suite 236 Sanford, Florida 32771 Sk4FORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 INVITATION FOR BID (IFB) A TERM CONTRACT Attachment "G" Addendum Receipt Acknowledgement Certification The undersigned acknowledges receipt of the following addenda to the solicitation document(s) (Give number and date of Addendum No. Addendum No. Addendum No. Addendum No. N/A N/A N/A N/A Addendum No. N/A Dated: Dated: Dated: Dated: Dated: By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information as qovided in Attachment "G11, Addendum Receipt Acknowledgement Certification.. is truthful and correct at the time of submission. I Bidder/Contractor Name: Airgas Inc. Mailing Address: 5249 Tampa West Blvd Tampa FL 33634 Telephone Number: 407 0219651 Fax Number: 1-5 L k Brian McHale Aut ri Sign Pr ted Name Bulk Specialist Title bate E-mail Address: FEIN: 56-0732648 PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE 'IP"Failure to submit this form may be grounds for disqualification of your submittal4'0 PUR-F-303 '17 RcY 03/2016 PUR-F-303 39 Re, 03/2016 City of Sanford I Finance Department I Purchasing Division 01y or 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32771 Sk4FORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 INVITATION FOR BID (IFB) A TERM CONTRACT TITLE BULK GAS —LIQUID OXYGEN FOR CITY'S WTP#2 Attachment 1111" Organizational Information The Bidder must include a copy of their State Certificate of Good Standing/Articles of Incorporation, which lists the corporate officers. In addition to the aforementioned documents the Bidder/Bidder must include necessary information to verify the individual signing this proposal/bid and or any contract document has been authorized to bind the corporation. Examples include: A. A copy of the Articles of Incorporation listing the approved signatories of the corporation. B. A copy of a resolution listing the members of staff as authorized signatories for the company. C. A letter from a corporate officer listing the members of staff that are authorized signatories for the company. TYPE OF ORGANIZATION (Please place a check mark (v) next to applicable type) X Corporation Partnership Non-Profit Joint Venture Sole Proprietorship Other (Please specit'v) State of Incorporation Del4mvarc Principal Place of Business 5249 Tampa West Blvd (Enter Address) Tampa FL 33634 Federal I.D. or Social Security 56-0732648 Number By the signature(s) below, 11we, the undersigned, as authorized signatory to commit the firm, certify that the information as rovided in Attachment I'M", Organizational Information, is truthful and correct at the time of submission. Bidder/Contractor Name: Airgas Inc. Mailing Address: 5249 Tampa West Blvd. Tampa FL 33634 401 brian.mchale(q,;airgas.com Tele Fax Number: E-mail Address: 7n3, lb t Brian McHale FEIN: 56-0732648 AuthqpKzery Printed arae '0111<16a60 )-- /,� Bulk Specialist , /> Title Date I PLEASE COMPLETE AND SUBMIT WITH YOUR IF8 RESPONSE w"Failure to submit this form may be grounds for disqualification of your submittal-w PUR-F-303 39 Re, 03/2016 0 CITY Or S�NFORD City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 INVITATION FOR BID (IFB) A TERM CONTRACT TITLE: BULK GAS —LIQUID OXYGEN FOR CITY'S WTP#2 Attachment "I" Pronosed Schedule of Subcontractor Participation M No Subcontracting (of any kind) will be utilized on this project. Solicitation Number: IFB 19/20-12 Title: Bulk Gas- Liquid Oxygen for City's WTP #2 Total Project Amount: S Subcontractor Minority Code (if applicable) Federal I'D Company Name Address Phone, Fax, Email Trade. Services or Materials portion to be subcontracted Percent M of Scope/Contrad Dollar Value PERCENTAGE TOTALS FOR SUBCONTRACTOR PARTICIPATION PERCENTAGE TOTALS FOR MINORITY SUBCONTRACTOR PARTICIPATION When applicable, the Bidder. will enter into a Ibrmal agreement with the subcontractors identified herein for work listel in this schedule conditioned upon execution of a contract with the City. By the signature(s) below, I/we, the undersigned, as aulhorized signatory to commit the firm, certify that the information as provided in Attachment "I", Proposed Schedule of Subco tractor Participation, is truthful and correct at the time of submission. I Bidder/Contractor Name: Airgas Inc. Mailing Address: 5249 Tampa West Blvd Tampa FL 33634 Tel M_" AuthV^I'd','1�6 Bulk Specialist Title Fax Number: E-mail Address: VE Brian McHale FEIN: 56-0732648 K7- Pri ted Name qate PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE a*Failure to submit this form may he grounds for disqualification of your submittai'v PUR-F-303 39 Re}, 03/2016 City of Sanford I Finance Department I Purchasing Division 10 CITY Or 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32771 Skj4ORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 fJNArXC DEPARAIENT INVITATION FOR BID (IFB) A TERM CONTRACT TITLE: BULK GAS -LIQUID OXYGEN FOR CITY'S WTP#2 Attachment "J" Contractor Certification Regarding Scrutinized Companies (Contracts of $1,000,000.00 or more) Section 287.135, Florida Statutes.. prohibits local governments from contracting with companies. for goods or services of On Million and 00/100 Dollars ($1,000,000.00) or more that are on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. Both lists are created pursuant to section 2 15.473, Florida Statutes. As the person authorized to sign on behalf of the Bidder, I hereby certiCs, that the company identitied below in the sectio r entitled Name" is not listed on either the Scrutinized Companies with Activities in Sudan List or the Sc-utinized Companies with Activities in the Iran Petroleum Energy Sector List. I understand that pursuant to section 287.135, Florida Statutes, the submission of a false certification may subject the successful Bidder to termination of the awarded Agreement, civil penalties, attorney's fees, and/or costs. By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm, certify that the information asrovided in Attachment "J", Contractor Certification Regarding Scrutinized Companies, is truthful and correct at the 4ission. Bidder/Contractor Name: Airgas Inc. Mailing Address: 5249 Tampa West Blvd, Tampa FL 33634 Telephone Number: 407 -402 -?651"I Fax Number: Brian McFlalq Author' ed- 91griatory Prin d Name Bulk Specialist > Title Date E-mail Address: brian.mchale(.a-)airgas. FEIN: 56-0732648 PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE (when applicable) 13"Failure to submit this form may be grounds for disqualification of your submittal -W PUR-F-303 40 Rc v 03/2016 City of Sanford I Finance Department I Purchasing Division City OF 300 N. Park Avenue 2,d Floor Suite 236 Sanford, Florida 32771 S FORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 INVITATION FOR BID (IFB) A TERM CONTRACT TITLE: BULK GAS -LIQUID OXYGEN FOR CITY'S WTP#2 Attachment "K" Public Entity Crimes Statement SWORN STATEMENT UNDER SECTION 287.133(3) (a), FLORIDA STATUTES: THIS FORM MUST BE; THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. A. This swam statement is submitted with Bid, or Contract Number IFB 19/20-12. titled Bulk Gas- Liquid Oxygen WTP #2. This sworn statement is submitted by Airgas Inc. whose business address is [Name of entity submitting sworn statement] 5249 Tampa West Blvd. Tampa FL 33634 - and (if applicable) its Federal Employer Identification Number (FEIN) is 56-0732648 _(If the entity has no FEIN, include the Social Number of the individual signing this swam statement: one C. Myname is Brian McHale and my relationship to the above is Bulk Specialist employee [Please print name of individual signing] IN City's D. I understand that a "public entity crime" as defined in section 287.133(1)(g). Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity in Flizida or with an agency or political subdivision of any other state or with the United States, including, but not limited to, an bid or contract for goods or services to be provided to any public entity or an agency or political subdivision and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. E. I understand that "convicted" or "conviction" as defined in section 287.133(1) (b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court or record relating to charges brought by indictment or information after July 1. 1989, as a result of a jury verdict, non -jury trial, or entry of a plea of guilty or nolo contenders. F. I understand that "affiliate" as defined in section 287.133(1) (a). Florida Statutes, means: 1. A predecessor or successor of a person convicted of a public entity crime; or 2. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, Partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case hat one person controls another person. A person who knowingly enters into a joint venture With a person who as been convicted of a public entity crime in Florida during the preceding thirty-six (36) months shall be consicred an affiliate. I G. I understand that a "person" as defined in section 287.1.333(1) (c). Florida Statutes, means any natural person dr entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract an I which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise trarsacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. H. Based on information and belief, the statement, which I have marked below, is true in relation to the entity submit ing this sworn statement. [Please indicate with a check mark (-/) Which statement applies]. PUR-F-303 41 Re} 03/2016 City of Sanford i Finance Department I Purchasing Division (0 y Of 300 N. Park Avenue 211 Floor Suite 236 Sanford, Florida 32771 S'FORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 INVITATION FOR BID (IFB) A TERM CONTRACT TITLE: BULK GAS —LIQUID OXYGEN FOR CITY'S WTP#2 Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, emloyees, members, or agents who is active in the management of the entity, nor any affiliate of the entity have been convicted of a public entity crime subsequent to July 1, 1989. 1 – — The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shardholders, employees. members. or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1. 1989, AND [Please indicate which additional statement applies]. There has been a proceeding concerning the conviction before ajudge or hearing offleer of the State of Florida. Diision of Administrative 1-learings, or a court of law having proper jurisdiction. The final order entered by the hearing officer orjdge did not place the person or affiliate on the convicted contractor list. [Please attach a copy of the final order.] 1' — The person or affiliate was placed on the convicted contractor list. There has been a subsequent proceeding before a court of law having proper jurisdiction or a judge or hearing officer of the State of Florida, Division of Administrative Hearin s. The final order entered by the judge or hearing officer determined that is was in the public interest to remove the person or affiliate from the convicted contractor list. [Please attach a copy of the final order.] — The person or affiliate has not been placed on any convicted vendor list. [Please describe any action taken by or ending with the State of Florida. Department of Management Services.] By the signature(s) below, I/we, the undersigned, as authorized signatory to commit the firm., certify that the information as in Attachment "C", P ub;lic;Entity le, Statement, is truthful and correct at the time of submission. AFFIANT ,%f6N Brian McHale Typed Name of AFFIANT Bulk Specialist Title STATE OF V L COUNTY OF The foregoing instrument was executed before me this 29 7 day of 20 2() by h( as ftt�V_ of CCts who personally swore or affirmed that he/she is author&d to execute this document ad thereby bind the Corporation, and who is personally known to me OR has produced as identification. (stamp) SAMANTHA S LATIMER My COMMISSION H FF967580 EXPIRES March 03.2020 (401139"*,*13 ! llorguNowystr 5 �\�. —4 —4,,A,- _ 110 State of F t-.. PLEASECOMPLETE AND SUBMIT WITH YOUR IFB RESPONSE T'Failure to submit this form may be grounds for disqualification of your submittal -0 FUR -F-303 42 FqV 03/2016 City of Sanford I Finance Department I Purchasing Division 01Y 0( 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32771 Skl�FORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 INVITATION FOR BID (IFB) A TERM CONTRACT TITLE: BULK GAS —LIQUID OXYGEN FOR CITY'S WTP#2 Attachment IV' CERTIFICATION OF NON -SEGREGATED FACILITIES FORM The Bidder certifies that no segregated facilities are maintained and will not be maintained during the of this contract at any of its establishments. The Bidder further certifies that none of its employees are permitted to perform their services at any under the Bidder's control during the life of this contract where segregated facilities are maintained. The Bidder certifies further that it will not maintain or provide for its employees any segregated facilitieat any of its establishments, and that he will not permit his employees to perform their services at any location under his control, where segregated facilities are maintained. As used in this certification, the term "segregated facilities" means any waiting rooms, work area, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or d-essing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis (of race, creed, color or national origin, because of habit, local custom, or otherwise. The Bidder agrees that (except where it has obtained identical certification from proposed subcontractlDrs for specific time periods) it will obtain identical certifications from proposed subcontractors prior to the aard of subcontract exceeding $10,000 and that it will retain such certifications in its files. I Airgas Inc. Name of N r Signaturg-o"f Authorized'wjpresentativ—e Date Brian McHale Bulk Specialist Printed or Typed Name and Title of Authorized Representative PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE `�Failure to submit this form may be grounds for disqualification of your submittal -'I" PUR-F-30.1 all Pdv 03/2016 City of Sanford I Finance Department I Purchasing Division OTY or 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32771 SORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 NNANCE NVARRIVIf INVITATION FOR BID (IFB) A TERM CONTRACT TITLE: BULK GAS —LIQUID OXYGEN FOR CITY'S WTP#2 Attachment " M" DISPUTES DISCLOSURE FORM Answer the following questions by answering "YES" or "NO". If you answer "YES", please explair in the space provided, please add a page(s) if additional space is needed. 1 Has your firm, or any of its officers, received a reprimand of any nature or been suspended by the Department of Professional Regulation or any other regulatory agency or professional associatio within the last five (5) years? N_ _ (Y/N) Has your firm, or any member of your firm, been declared in default, terminated or removed from a contract or job related to the services your firm provides in the regular course of business within the last five (5) years? N (Y/N) Has your firm had filed against it or filed any requests for equitable adjustment, contract claims or litigation in the past five (5) years that is related to the services your firm provides in the regular course of business? N (Y/N) Note: If yes, the explanation must state the nature of the request for equitable adjustment, contract claim or litigation, a brief description of the case, the outcome or status of suit and the monetary amounts or extended contract time involved. I hereby certify that all statements made are true and agree and understand that any misstatenjent or misrepresentation or falsification of facts shall be cause for forfeiture of rights for further consideratio of the project identified. I —Airgas Inc. Firm "� Signature 61f Authorized Representative Brian McHale Bulk Specialist Printed or Typed Name and Title of Authorized Representative Date PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE "'Failure to submit this form may be grounds for disqualification of your submittal -W PUR-F-303 44 R�v 03/2016 City of Sanford I Finance Department I Purchasing Division LITY of 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32771 SORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 INVITATION FOR BID (IFB) A TERM CONTRACT TITLE: BULK GAS —LIQUID OXYGEN FOR CITY'S WTP#2 Attachment "N" Unauthorized (Illegal) Alien Workers The CITY will not intentionally award publicly -funded contracts to any contractor who knowingly employs unau horized alien workers, constituting a violation of the employment provisions contained in 8 U.S.C. Section 1324a(e) Section 274A(e) of the Immigration and Nationally Act (IA %A). The CITY shall consider the employment by the CONTRkCTOR of unauthorized aliens, a violation of Section 274X(e) of the IMM. Such violation by the CONTRACTOR of the employment provisions contained in Section 274A(e) of the LVA shall be grounds for immediate terminatio r of this Agreement by the CITY. 1. By executing this certification, the CONTRACTOR certifies that Airgas Inc. - _(name of company) does not and will not during the performance of any contract resulting from the solicitation identified below employ illegal alien workers or otherwise violate the provi 3ions of the federal Immigration Reform and Control Act of 1986. 2. The Undersigned agrees to, upon request of the City, provide copies of Immigration Form 1-9 for eacherso associated with the above named company who has been or is present at the designated jobsite associated with an j work or project resulting from this solicitation. Affix Corporate Seal COUNTY OF 0 I � I S U: CMC(b STATE OF FLORIDA J On this � day of 20 ? , before me, the undersigned Notary Public of the State of Florida, personally appeared bf I M (' Ko 1-e whose name(s) is/arc subscribe c to the within instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. F e/She is personally known to me or has produced as identification. SAMANTHA S LATIMEtart' Publi�m and for the County and State AforementionedY MY COMMISSION # FF96758� a 4 SENPIRES mar, A commission expires: . .... I 1W4aN01nrySr,.rvjca mm _ PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE cv-Failure to submit this form may be grounds for disqualification of your submittal*w PUR-F-303 45 03/2016 City of Sanford I Finance Department I Purchasing Division CITY of 300 N. Park Avenue 2"d Floor Suite 236 Sanford, Florida 32771 COS ]PORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 INVITATION FOR BID (IFB) A TERM CONTRACT TITLE: BULK GAS -LIQUID OXYGEN FOR CITY'S WTP#2 Attachment "0" E -VERIFY COMPLIANCE AFFIDAVIT The Affiant identified below attests to the following: 1 That the Contractor is currently in compliance with and throughout the term of the above identified project and will r main in compliance with Executive Order 11-02, issued by the Office of the Governor. State of Florida, requiring the use of the Department of Homeland Security's Status Verification ("E-Vcrifv") System to ensure that all employees of the Con ract and the Contractor's subcontractors performing work under the above -listed Contract are legally permitted to work in th, United States. 2. Each Contractor that performs work under the Project referenced above shall provide the City of Sanford, Florida, a copy of the "Edit Company Profile" screen indicating enrollment in the E -Verify Program. C, 3. The Contractor will register and participate in the work status verification for all newly hired employees of the contrz ctor and for all subcontractors performing work on the above -listed Contract. 4. The Contractor agrees to maintain records of its compliance with the verification requirements as outlined in this Affidavit and, upon request of the any Authority having jurisdiction over the Project, including, but not limited to, the State of Florida, agrees to provide a copy of each such verification to that Authority. 5. That all persons assigned by the Contractor or its subcontractors to perform work under the above identified project % iill meet the employment eligibility requirements as established by the Federal Government and the government of the State of Florida. 6. That the Contractor understands and agrees that its failure to comply with the verification requirements as set forth erem or its failure to ensure that all employees and subcontracts performing work under the above identified project are legally authorized to work in the United States and the State of Florida constitute a breach of contract for which the City of Sanford may immediately terminate the Contract without notice and without penalty. Contractor further understands and agrees that in the event of such termination, the Contractor shall be liable to the City for any costs incurred by the City as a result of the Contractor's breach. 7. That for the purposes of this Affidavit, the following definitions apply: "Employee"— Any person who is hired to perform work in the State of Florida. "Status Verification System" — the procedures developed under the Illegal Immigration Reform and Immigration Responsibility Act of 1996, operated by the Department of Homeland Security and known as the -'E-Verify Program", or any successor electronic verification system that may replace the E -Verify Program. —Airgas Inc. Contractor Signature of Aluthdirized Representative (Affiant) Date Brian Mcl-Cale Bulk Specialist Printed or Typed Name and Title of Authorized Representative (Affiant) PUR-F-303 46 Reb 03/2016 City of Sanford I Finance Department I Purchasing Division (ITY or 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32771 Ski4FORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 INVITATION FOR BID (IFB) A TERM CONTRACT COUNTYOF �10SOci(,uqh STATE OF FLORIDA On this Z3 day of 111')l A r( V L,i . 20 '2() . before me. the undersigned Notary Public of the iState of Florida, personally appeared (�f Ycl rff) C. H (k 1'e whose name(s) is/are subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. He/She is personally known to me or has produced as identification. of I C1 SAMANTHA 3LA -' Public in 3� for the County and State Aforementioned) MY COMMISSION # FF96 C, ,7 4( ,2 *,AL EXPIRES March 03.2 W commission expires: 03 0 I 1010allotarySoncA a" PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE mFailure to submit this form may be grounds for disqualification of your submittal -w PUR-F-303 47 R# 01/2016 PUR-F-303 48 R4 03,12016 City of Sanford I Finance Department I Purchasing Division ITY OF 300 N. Park Avenue 2nd Floor Suite 236 Sanford, Florida 32771 SkNFORD Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 INVITATION FOR BID (IFB) A TERM CONTRACT TITLE: BULK GAS —LIQUID OXYGEN FOR CITY'S WTP#2 Attachment "P" Americans With Disabilities Act Affidavit By executing this Certification, the undersigned CONTRACTOR certifies that the information herein contained is true and correct and that none of the information supplied was for the purpose of defrauding the City of Sanford (CITY). The CONTRACTOR will not discriminate against any employee or applicant for employment because of physical or mental handicap in regard to any position for which the employee or applicant for employment is qualifie . The CONTRACTOR agrees to comply with the rules, regulations and relevant orders issued pursuant to the Americans with Disabilities Act (AFA), 42 USC s. 12 101 et seq. It is understood that in no event shall the CITY be held liablc for the actions or omissions of the CONTRACTOR or any other party or parties to the Agreement for failure to comply with the ADA. The CONTRACTOR agrees to hold harmless and indemnify the CITY, its agents, officers or employees from any and all claims, demands, debts, liabilities or causes of action of every kind or character, whether in law or equity, r salting from the CONTRACTOR's acts or omissions in connection with the ADA. Airgas Inc. Contractor Signature of Authorized (Affiant) Dat� Brian McHale Bulk Specialist Printed or Typed Name and Title of Authorized Representative (Affiant)COUNTY OF .1 �'� II )baax�h STATE OF FLORIDA On this day of–j6r)l I Cu' . 20 2Lbefore me, the undersigned Notary Public of the State of Florida personally appeared (Ij--t (-14 ck t-(1 — whose name(s) is/are subscribed to the within instrument, a d he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. He/She is personally nown to me or has produced as identification. SAMANTHA S LATIMER i" My COMMISSION # FF967580- Nb d for the County and State Aforementioned) ,,p EXPIRES Public in ES March 03. 2020 ( P 1)0fK1aN01A(ySr1.N,Co pom SEAL My commission expires: D;) PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE 10'Failure to submit this form may be grounds for disqualification of your submittal -61 PUR-F-303 48 R4 03,12016 0 S ORD CITY Of MANCFDk'VARRTNT City of Sanford I Finance Department I Purchasing Division 300 N. Park Avenue 211 Floor Suite 236 Sanford, Florida 32771 Phone: 407.688.5028 or 5030 1 Fax: 407.688.5021 INVITATION FOR BID (IFB) A TERM CONTRACT I TITLE: BULK GAS —LIQUID OXYGEN FOR CITY'S WTP#2 I I Attachment "Q" References Bidder shall submit as a part of their bid response, a minimum of five (5) of the most significant projects similar in size and scope which were performed within the last three (3) years. The contact person shall be someone who has personal knowlede of the Bidder's performance for the specific requirements listed and is aware the City may be contacting them. Project #I: Project Name: City of Melbourne 03-053-0-2016/KS of Project/Service: LOX Delivery -Type 6055 Lake Washington RdMelbourne FL 32934-7980 -Address: Contracting Agency/Client: City of Melbourne Contact Name and Phone #: Gregon, Bunn 321-606-1064 Contact Email Address and Fax 9: maribeth.vanzandt�� mlbfl.org Contract Amount: I Start Date: 106/16/20,19 1 End Date: 106/16/2020 Project #2: City ofFtl,auderdateGTL WTP -ProjectNamc: of Proj ect/sery ice: LOX Dclivery -Type Address: 1765 SE 18th St, Fort Lauderdale, FL 33316-3007 Contracting Agency/Client: City of Ft Lauderdale Contact Name and Phone #: 954-828-8942 Contact Email Address and Fax 4: lrogersia�fortlauderdale.gov Contract Amount: $194.184.00 Start Date: 09/04/2018 End Date* 09/03/2020 Project N3: Project Name: Cit yofOcala WSD/17-028 ofPro ect/Service: -Type 1808 NE 36th Ave, Ocala FL 34470-4920 -Address: Agenc y/C.lient: City of Ocala -Contracting -Contact Name and Phone 4: Tiffany Kimball 352-629-8366 -Contact Email Address and Fax #: tkimball(d,;ocallafl.org -Contract Amount: $50-000.0 Start Date: 02/12/2018 End Date: 02/11/2020 0 Project #4: Proiect Name: City of Holly HiT1—WSD717_-'0 Piggyback -Type of Project/Senice: CO2 -Address: 453 LPGA Blvd Daytona Bch, FL 32117 -Contracting Agency/Client: City of Hollv Hill -Contact Name and Phone #: Andrew Armstrong -Contact Email Address and Fax 9: Contract Amount: $50.000.00 Start Date: 10/01/2019 End Date: 02/11/2020 Project 45: Project Name: City of Cocoa of Project/Service: CO2 -Type 28400 State Rd 520 Christmas, FL 32709 -Address: Agency/Client: City of Cocoa -Contracting Name and Phone 4: Tammy Cost-antini -Contact Email Address and Fax #: a_�countspayablp(a'cocoafl.or -Contact Contract Amount: $15 ],000,00 1 Start Date: 09/30/2016 End Date: 09/30/2020 PLEASE COMPLETE AND SUBMIT WITH YOUR IFB RESPONSE lw'Failure to submit this form may be grounds for disqualification of your submittal PUR-F-303 A 0 RPI.030016 0 Vl OOIC>I N n n O 0 C) o- o � o 0 0 0 CCD 00 0 ". u y.Qy N O x X S. CD O �• a ro ^r '` O OOIC>I N n n O 0 C) o- o � o 0 0 0 CCD 00 0 ". U3_ N O 00 ..� O S. CD O �• W M '` OOIC>I N n n O 0 0 0 0 CD ' CD UQ ClQH V1 o � 0 .. N ml ml t" J CITY OF SANFORD, FLORIDA - PURCHASING DIVISION SOLICITATION OPENING CERTIFICATION AND MINUTES (Section 255.0518, Florida Statutes) Solicitation Title: Bulk Gas — Liquid Oxygen For City's WTP #2 Number: IFB 19/20-12 Opening Date: February 6, 2020 Opening Time: 2:00 p.m. Documents Including Announcement of This Opening Are Available for Viewing or Downloading at www.myvendorlink.com Location of Opening: Commission Chambers 1. On this date the opening of the solicitation response identified above is hereby verified and the public announcements recorded below regarding the solicitations received were duly made. It is noted that no other business was conducted, there were no discussions and no input was received from anyone in attending. There was no attendance record made. x IFB - Announced the name of each bidder and the amount of their bid _ RFP - Announced the name of each respondent RFQ - Announced the name of each respondent _ If any submission was not opened and/or announced: check this item and indicate on tabulation below specific information as to why the submission was not opened or announced All submussions were opened and read. The tabulation below reflects the information read 2. Name of City Employe)q6 o anrici"unced-£hsbids: Marisol Ordonez Certification (1) by: —(p ^ Marisol Ordonez, Purchasing Manager Signature }U Date Printed Name & Title r&115>�7C7� Certification (2) by:,Lindsey Bojadzijev, Purchasing Analyst Signature Date Printed Name & Title 3. The public notice indicated by § 286.0105 and 286.011 Florida Statutes is not required because no rule, resolution, or formal action has taken place or considered at this opening. Therefore, a verbatim record of the solicitation specifically identified above is not required if a person, in accordance with City of Sanford Policy Number 15., elects to file a protest or appeal an action associated with the identified solicitation. 4. Florida Statute 119.071: Sealed bids, proposals, or replies received by an agency pursuant to a competitive solicitation are exempt from s. 119.07(1) and s. 24(a), Art. I of the State Constitution until such time as the agency provides notice of an intended decision or until 30 days after opening the bids, proposals, or final replies, whichever is earlier. Note: City of Sanford Procurement Procedure 6-500 mandates that as applicable to an IFB: the name of each bidder and the specific amount of the bid will be shared at the opening, for on RFP or RFQ the name of each person or firm will be shared at the opening. (Florida Statures may be found at: http://www.leg.state.fl.us/statutes/) _ Initial here if tabulation is attached in lieu of using the above tabulation or if additional pages are attached. It is noted that this is page 1 of 1 pages Tabulation Bidder Bid Total Praxair $.42 ccf Hourly Rate (when required) $200 per hour Matheson Tri -Gas $.5550 ccf Hourly Rate (when required) $150 per hour Air Gas $.54 scf Hourly Rate (when required) $150 per hour (4 hour minimum) _ Initial here if tabulation is attached in lieu of using the above tabulation or if additional pages are attached. It is noted that this is page 1 of 1 pages