Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2013-275 Contract - Brenntag Pacific
Contract for WTP & WWTP Chemicals C I T Y OF CONTRACTOR: Brenntag Pacific, Inc. ASHLAND 20 East Main Street CONTACT: Laura Tua, Bid Specialist Ashland, Oregon 97520 ADDRESS: 10747 Patterson Place, Sante Fe Springs, Telephone: 541/488-6002 California, 90670 Fax: 541/488-5311 TELEPHONE: 562-777-9389 DATE AGREEMENT PREPARED: Jul 17, 2013 FAX: 562-944-7484 BEGINNING DATE: Jul 17, 2013 COMPLETION DATE: June 30, 2015 COMPENSATION: WTP - Sodium Hypochlorite 12.5% (Hasa FY 2014 $1.35/Gal, FY 2015 $1.45/Gal, Delivery charge $27.50 per order, No tote deposit) WTP - Soda Ash, Dense, Free Flowing (FMC FY 2014 $0.209/Lb, FY 2015 $0.219/Lb, Delivery charge $27.50) WWTP - Sodium Hypochlorite 12.5% Hasa FY 2014 $1.35/Gal, FY 2015 $1.45/Gal, Deliver char e $27.50 per order, No tote deposit) GOODS AND SERVICES TO BE PROVIDED: WTP & WWTP Chemicals as specified and resulting from Invitation to Bid 2013-104. Contract approved b City Council Jul 16, 2013. ADDITIONAL TERMS: NOW THEREFORE, pursuant to AMC 2.50.090 and after consideration of the mutual covenants contained herein the CITY AND CONTRACTOR AGREE as follows: 1. All Costs by Contractor: Contractor shall, provide all goods as specified above and shall at its own risk and expense, perform any work described above and, unless otherwise specified, furnish all labor, equipment and materials required for the proper performance of such work. 2. Qualified Work: Contractor has represented, and by entering into this contract now represents, that any personnel assigned to the work'required under this contract are fully qualified to perform the work to which they will be assigned in a skilled and worker-like manner and, if required to be registered, licensed or bonded by the State of Oregon, are so registered, licensed and bonded. Contractor must also maintain a current City business license. 3. Completion Date: Contractor shall provide all goods in accordance with the standards and specifications, no later than the date indicated above and start performing the work under this contract by the beginning date indicated above and complete the work by the completion date indicated above. 4. Compensation: City shall pay Contractor for the specified goods and for any work performed, including costs and expenses, the sum specified above. Payments shall be made within 30 days of the date of the invoice. Should the contract be prematurely terminated, payments will be made for work completed and accepted to date of termination. Compensation under this contract, including all costs and expenses of Contractor, is limited to $25,000.00, unless a separate written contract is entered into by the City. 5. Ownership of Documents: All documents prepared by Contractor pursuant to this contract shall be the property of City. 6. Statutory Requirements: ORS 279B.220, 279B.225, 2798.230, 2798.235, ORS Chapter 244 and ORS 670.600 are made part of this contract. 7. Living Wage Requirements: If contractor is providing services under this contract and the amount of this contract is $19,825 or more, Contractor is required to comply with chapter 3.12 of the Ashland Municipal Code by paying a living wage, as defined in this chapter, to all employees performing work under this contract and to any subcontractor who performs 50% or more of the work under this contract. Contractor is also required to post the notice attached hereto as Exhibit B predominantly in areas where it will be seen by all employees. 8. Indemnification: Contractor agrees to defend, indemnify and save City, its officers, employees and agents harmless from_any and all losses, claims, actions, costs, expenses, judgments, subrogations, or other. damages resulting from injury to any person (including injury resulting in death), or damage (including loss or destruction) to property, of whatsoever nature arising out of or incident to the performance of this contract by Contractor (including but not limited to, Contractor's employees, agents, and others designated by Contractor to perform work or services attendant to this contract). Contractor shall not be held responsible for any losses, expenses, claims, subrogations, actions, costs, judgments, or other damages, directly, solely, and proximately caused by the negligence of City. 9. Termination: a. Mutual Consent. This contract may be terminated at an time b mutual consent of both parties. Contract for Goods and Services Less than $25,000, Revised 06/1312013, Page 1 of 5 b. City's Convenience. This contract may be terminated at any time by City upon 30 days' notice in writing and delivered by certified mail or in person. c. For Cause. City may terminate or modify this contract, in whole or in part, effective upon delivery of written notice to Contractor, or at such later date as may be established by City under any of the following conditions: i. If City funding from federal, state, county or other sources is not obtained and continued at levels sufficient to allow for the purchase of the indicated quantity of services; ii. If federal or state regulations or guidelines are modified, changed, or interpreted in such a way that the services are no longer allowable or appropriate for purchase under this contract or are no longer eligible for the funding proposed for payments authorized by this contract; or iii. If any license or certificate required by law or regulation to be held by Contractor to provide the services required by this contract is for any reason denied, revoked, suspended, or not renewed. d. For Default or Breach. i. Either City or Contractor may terminate this contract in the event of a breach of the contract by the other. Prior to such termination the party seeking termination shall give to the other party written notice of the breach and intent to terminate. If the party committing the breach has not entirely cured the breach within 15 days of the date of the notice, or within such other period as the party giving the notice may authorize or require, then the contract may be terminated at any time thereafter by a written notice of termination by the party giving notice. ii. Time is of the essence for Contractor's performance of each and every obligation and duty under this contract. City by written notice to Contractor of default or breach, may at any time terminate the whole or any part of this contract if Contractor fails to provide services called for by this contract within the time specified herein or in any extension thereof. iii. The rights and remedies of City provided in this subsection (d) are not exclusive and are in addition to any other rights and remedies provided by law or under this contract. e. Obligation/Liability of Parties. Termination or modification of this contract pursuant to subsections a, b, or c above shall be without prejudice to any obligations or liabilities of either party already accrued prior to such termination or modification. However, upon receiving a notice of termination (regardless whether such notice is given pursuant to subsections a, b, c or d of this section, Contractor shall immediately cease all activities under this contract, unless expressly directed otherwise by City in the notice of termination. Further, upon termination, Contractor shall deliver to City all contract documents, information, works-in-progress and other property that are or would be deliverables had the contract been completed. City shall pay Contractor for work performed prior to the termination date if such work was performed in accordance with the Contract. 10. Independent Contractor Status: Contractor is an independent Contractor and not an employee of the City. Contractor shall have the complete responsibility for the performance of this contract. 11. Non-discrimination Certification: The undersigned certifies that the undersigned Contractor has not discriminated against minority, women or emerging small businesses enterprises in obtaining any required subcontracts. Contractor further certifies that it shall not discriminate in the award of such subcontracts, if any. The Contractor understands and acknowledges that it may be disqualified from bidding on this contract, including but not limited to City discovery of a misrepresentation or sham regarding a subcontract or that the Bidder has violated any requirement of ORS 279A.110 or the administrative rules implementing the Statute. 12. Asbestos Abatement License: If required under ORS 468A.7.10, Contractor or Subcontractor shall possess an asbestos abatement license. 13. Assignment and Subcontracts: Contractor shall not assign this contract or subcontract any portion of the work without the written consent of City. Any attempted assignment or subcontract without written consent of City shall be void. Contractor shall be fully responsible for the acts or omissions'of any assigns or subcontractors and of all persons employed by them, and the approval by City of any assignment or subcontract shall not create any contractual relation between the assignee or subcontractor and City. 14. Use of Recyclable Products: Contractor shall use recyclable products to the maximum extent economically feasible in the performance of the contract work set forth in this document. 15. Default. The Contractor shall be in default of this agreement if Contractor: commits any material breach or default of any covenant, warranty, certification, or obligation it owes under the Contract; if it loses its QRF status pursuant to the QRF Rules or loses any license, certificate or certification that is required to perform the work or to qualify as a . QRF if Contractor has qualified as a QRF for this agreement; institutes an action for.relief in bankruptcy or has instituted against it an action for insolvency; makes a general assignment for the benefit of creditors; or ceases doing business on a regular basis of the type identified in its obligations under the Contract; or attempts to assign rights in, or delegate duties under, the Contract. 16. Insurance. Contractor shall at its own expense provide the following insurance: a. Worker's'Compensation insurance in compliance with ORS 656.017, which requires subject employers to provide Oregon workers' compensation coverage for all their subject workers b. General Lia ' sd ce with a combined single limit, or the equivalent, of not less than Enter one: $200,000, $500,000, $1,000,000, ,000,000 or Not Applicable for each occurrence for Bodil InUr and Property for Goods and Services Less than $25,000, Revised 06/13/2013, Page 2 of 5 Damage. It shall include contractual liability coverage for the indemnity provided under this contract. C. Automobile Liabili ranee with a combined single limit, or the equivalent, of not less than Enter one: $200,000, $500,000, 000,000, r Not Applicable for each accident for Bodily Injury an Proamage, including coverage fo weed- fired or non-owned vehicles, as applicable. d. Notice of cancellation or change. There shall be no cancellation, material change, reduction of limits or intent not to renew the insurance coverage(s) without 30 days' written notice from the Contractor or its insurer(s) to the City. e. Additional Insured/Certificates of Insurance. Contractor shall name The City of Ashland, Oregon, and its elected officials, officers and employees as Additional Insureds on any insurance policies required herein but only with respect to Contractor's services to be provided under this Contract. As evidence of the insurance coverages required by this Contract, the Contractor shall furnish acceptable insurance certificates prior to commencing work under this contract. The contractor's insurance is primary and non-contributory. The certificate will specify all of the parties who are Additional Insureds. Insuring companies or entities are subject to the City's acceptance. If requested, complete copies of insurance policies, trust agreements, etc. shall be provided to the City. The Contractor shall be financially responsible for all pertinent deductibles, self-insured retentions and/or self- insurance. 17. Governing Law; Jurisdiction; Venue: This contract shall be governed and construed in accordance with the laws of the State of Oregon without resort to any jurisdiction's conflict of laws, rules or doctrines. Any claim, action, suit or proceeding (collectively, "the claim") between the City (and/or any other or department of the State of Oregon) and the Contractor that arises from or relates to this contract shall be brought and conducted solely and exclusively within the Circuit Court of Jackson County for the State of Oregon. If, however, the claim must be brought in a federal forum, then it shall be brought and conducted solely and exclusively within the United States District Court for the District of Oregon filed in Jackson County, Oregon. Contractor, by the signature herein of its authorized representative, hereby consents to the in personam jurisdiction of said courts. In no event shall this section be construed as a waiver by City of any form of defense or immunity, based on the Eleventh Amendment to the United States Constitution, or otherwise, from any claim or from the jurisdiction. 18. THIS CONTRACT AND ATTACHED EXHIBITS CONSTITUTE THE ENTIRE AGREEMENT BETWEEN THE PARTIES. NO WAIVER, CONSENT, MODIFICATION OR CHANGE OF TERMS OF THIS CONTRACT SHALL BIND EITHER PARTY UNLESS IN WRITING AND SIGNED BY BOTH PARTIES. SUCH WAIVER, CONSENT, MODIFICATION OR CHANGE, IF MADE, SHALL BE EFFECTIVE ONLY IN THE SPECIFIC INSTANCE AND FOR THE SPECIFIC PURPOSE GIVEN. THERE ARE NO UNDERSTANDINGS, AGREEMENTS, OR REPRESENTATIONS, ORAL OR WRITTEN, NOT SPECIFIED HEREIN REGARDING THIS CONTRACT. CONTRACTOR, BY SIGNATURE OF ITS AUTHORIZED REPRESENTATIVE, HEREBY ACKNOWLEDGES THAT HE/SHE HAS READ THIS CONTRACT, UNDERSTANDS IT, AND AGREES TO BE BOUND BY ITS TERMS AND CONDITIONS. 19. Nonappropriations Clause. Funds Available and Authorized: City has sufficient funds currently available and authorized for expenditure to finance the costs of this contract within the City's fiscal year budget. Contractor understands and agrees that City's payment of amounts under this contract attributable to work performed after the last day of the current fiscal year is contingent on City appropriations, or other expenditure authority sufficient to allow City in the exercise of its reasonable administrative discretion, to continue to make payments under this contract. In the event City has insufficient appropriations, limitations or other expenditure authority, City may terminate this . contract without penalty or liability to City, effective upon the delivery of written notice to Contractor, with no further liability to Contractor. 20. Prior Approval Required Provision. Approval by the City of Ashland Council or the Public Contracting Officer is required before any work may begin under this contract. 21. Certification. Contractor shall sign the certification attached hereto as Exhibit A and herein incorporated by reference. Contractor: City of Ashland Q, BY By ~ lr_1 9 bnn h.- e7'.ve ~CZ w~ Sig/natur Drepawnent Head nn 01 D Print Name Print Name Title Date W-9 One copy of a W-9 is to be submitted with the signed contract. Purchase Order No. A R VE • AS TO FORM lie J /uw~ Crh ft y Si nature Y - (S- -1.3 Contract for Goods and Services Less than $25,000, Revised 06/13/2013, Page 3 of 5 Date EXHIBIT A CERTIFICATIONS/REPRESENTATIONS: Contractor, under penalty of perjury, certifies that (a) the number shown on the attached W-9 form is its correct taxpayer ID (or is waiting for the number to be issued to it and (b) Contractor is not subject to backup withholding because (i) it is exempt from backup withholding or (ii) it has not been notified by the Internal Revenue Service.(IRS) that it is subject to backup withholding as a result of a failure to report all interest or dividends, or (iii) the IRS has notified it that it is no longer subject to backup withholding. Contractor further represents and warrants to City that (a) it has the power and authority to enter into and perform the work, (b) the Contract, when executed and delivered, shall be a valid and binding obligation of Contractor enforceable in accordance with its terms, (c) the work under the Contract shall be performed in accordance with the highest professional standards, and (d) Contractor is qualified, professionally competent and duly licensed to perform the work. Contractor also certifies under penalty of perjury that its business is not in violation of any Oregon tax laws, and it is a corporation authorized to act on behalf of the entity designated above and authorized to do business in Oregon or is an independent Contractor as defined in the contract documents, and has checked four or more of the following criteria: (1) 1 carry out the labor or services at a location separate from my residence or is in a specific portion of my residence, set aside as the location of the business. (2) Commercial advertising or business cards or a trade association membership are purchased for the business. (3) Telephone listing is used for the business separate from the personal residence listing. (4) Labor or services are performed only pursuant to written contracts. (5) Labor or services are performed for two or more different persons within a period of one year. (6) 1 assume financial responsibility for defective workmanship or for service not provided as evidenced by the ownership of performance bonds, warranties, errors and omission insurance or liability insurance relating to the labor or services to be provided. `K- " 7 Z z /3 Contract (Date) Contract for Goods and Services Less than $25,000, Revised 06/13/2013, Page 4 of 5 DAOD/YYYY) CERTIFICATE OF LIABILITY INSURANCE 12114012 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 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 - CONTACT Marsh USA Inc. NAME: 1717 Arch Street NCNNo Eo t NC No): Philadelphia, PA 19103-2797 ADDRESS: Attn: PHILADELPHIA.CERTS@MARSH.COWFAX-212-948-0360 - INSURERS AFFORDING COVERAGE NAIC# 424780-'ALL-GAW-13-14 INSURER A: Insurance Company Of The State Of PA 19429 INSURED BRENNTAG PACIFIC, INC INSU RER B: Greemch Insurance Company 22322 . 10747 PATTERSON PLACE INSURER C : XL Specialty Insurance Company 37885 SANTA FE SPRINGS, CA 90670 - INSURER D: INSURER NSURER F: COVERAGES CERTIFICATE NUMBER: CLE-003286428-20 REVISION NUMBER:3 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 rypE OF INSURANCE ADDI. SUB POLICYEFF POLICY UP LTR - POLICY NUMBER MM/DD/YYYY (MM/DDMYY) LIMITS A GENERAL LIABILITY 0696955 01/01/2013 0110112014 EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERALLIABILITV AMA T NTED 1,000,000 PREMISES Ea NTED occurrence) $ CLAIMS-MADE OCCUR MED UP (Any one person) $ 10.000 PERSONAL B ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 1,000,000 GEN' L AGGREGATE LIMIT APPLIES PER PRODUCTS - COMP/OP AGG $ 1,000,000 X POLICY PRO- CT LOC $ B AUTOMOBILE LIABILITY RAD943713308(ADS) 01/01/2013 01/01/2014 COMBINED SINGLE LIMIT 1,000,000 Ea ..Went B X ANVAUTO RADW713108(MA) 01/012013 01/01/2014 BODILY INJURY (Per Person) $ A OWNED SCHEDULED AUTOS S AUTOS BODILY INJURY (Per accident) $ _ NON-OWN I HIREDAUTOS AUTOS ED PROPERTY DAMAGE $ Per accident $ UMBRELLA LIAB OCCUR EACH OCCURRENCE. $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTIONS $ WORKERS COMPENSATION X WC STATU- OTH- G AND EMPLOYERS' LIABILITY RWR943509006 TORY LIMITS FIR - ANY PROPRIETOR/PARTNER/EXECUTIVE y/N (W) 01101/2013 01101/2014 1,000,000 - $ ACCIDENT OFFICER/MEMBER EXCLUDED? 01/01/2013 01101/2014 N/A E.L EA C (Mandatory in NH) RWD943509108(ADS) E.L. DISEASE -EA EM EMPLOYE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS baby E. L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space is required) RE: SUPPLYING CHEMICALS TO THE WATER TREATMENT PLANT LOCATED AT: 90 N. MOUNTAIN AVENUE, ASHLAND, OR 97520 THE CITY OF ASHLAND, OREGON, AND ITS ELECTED OFFICIALS, OFFICERS AND EMPLOYEES ARE INCLUDED AS ADDITIONAL INSURED, EXCEPT FOR WORKERS COMPENSATION, WHERE REQUIRED BY WRITTEN CONTRACT. CERTIFICATE HOLDER CANCELLATION CITY OF ASHLAND, OR SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE ATTN: KARI OLSON THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 90 NORTH MOUNTAIN AVENUE ACCORDANCE WITH THE POLICY PROVISIONS. ASHLAND, OR 97520 AUTHORIZED REPRESENTATIVE of Marsh USA Inc. Manasht Mukherjee Lauooro j~ ~ ey i ©1988.2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010105) The ACORD name and logo are registered marks of ACORD VCY 1 T RECV DEig Page 1 / 1 C I T Y OF ASHLAND DATE PO NUMBER. 20 E MAIN ST. 8/8/2013 11717 ASHLAND, OR 97520 (541) 488-5300 - VENDOR: 011148 SHIP TO: Ashland Water Treatment Plant BRENNTAG PACIFIC, INC (541) 488-5345 . FILE # 2674 ASHLAND, OR 97520 LOS ANGELES, CA 90074-2674 FOB Point: Req. No.: Terms: Net Dept.: Req. Del. Date: Contact: Greq Hunter Special Inst: Confirming? Yes Quantity Unit Description Unit Price 'Ext. Price - 12.00 Ordr Sodium Hvpochlorite Solution 12.5% 2,700.50 32,406.00 12 Orders / 330 Gal / 6 Each, FY 2014 12.00 Ordr Soda Ash, Dense, 270 Baps, FY 2014 2,849.00 34,188.00 Contract term: Julv 1, 2013 to June 30, 2015 Invitation to Bid 2013-104 Approved by Council July 16, 2013 NOTE: This PO is for FY 2014 onlV. A separate PO has been issued for FY 2015. I I SUBTOTAL 66,594.00 ! BILL TO: Account Payable TAX 0.00 20 EAST MAIN ST FREIGHT 0.00 541-552-2010 TOTAL 66,594.00 ASHLAND, OR 97520 Account Number - . Project Number Amount Account Number .Project Number . Amount " E 670.08.19.00.60150 66 594.00 r.4V~ ~'k i t •Ve /4tKhei i Authorized Signature VENDORCOPY f FORM #3 CITY OF A request for a Purchase Order ASHLAND. REQUISITION Date of request: 7-1-13 Required date for delivery: 7-1-13 Vendor Name BRENNTAG PACIFIC INC. Address, City, State, Zip 5700 NW FRONT AVE. PORTLAND, OR. 97210 Contact Name & Telephone Number SAM DEFELLIS 541.912.7104 Fax Number 503.223.1055 SOURCING METHOD ❑ Exempt from Competitive Bidding 2013.104 ❑ Emergency ❑ Reason for exemption: ®'Invitation to Bid (Copies on file) ❑ Form #13, Written findings and Authorization ❑ AMC 2.50 Dale approved by Council: ❑ Written quote Or proposal attached ❑ Written quote or proposal attached ❑ Small Procurement Cooperative Procurement Less than $5,000 ❑ Request for Proposal (Copies on file) ❑ State of Oregon ❑ Direct Award Dale approved by Council: Contract # ❑ Verbal/Written quote(s) or proposal(s) ❑ State of Washington Intermediate Procurement ❑ Sale Source Contract # GOODS & SERVICES ❑ Applicable Farm (#5,6, 7 or 8) ❑ Other government agency contract $5,000 to $100.000 ❑ Written quote or proposal attached Agency F-1 (3) Written quotes and solicitation attached E] Form #4, Personal Services $5K to $75K Contract # PERSONAL SERVICES ❑ Special Procurement Intergovernmental Agreement $5.000 to $75,000 ❑ Form 49, Request for Approval ❑ Agency ❑ Less than $35,000, by direct appointment ❑ Written quote or proposal attached Dale original contract approved by Council: ❑ (3) Written proposals/written solicitation Dale approved by Council: (Dale) ❑ Form #4, Personal Services $5K to $75K Valid until: Date Description of SERVICES Total Cost BLANKET PURCHASE ORDER FOR 7.1.13 TO 6.30.14. WATER TREATMENT $ CHEMICALS. FIRST YEAR FO 2 YEAR CONTRACT Item # Quantity Unit Description of MATERIALS Unit Price Total Cost 1 12 ORDERS 6 EACH 330 GALLON TOTES I ORDER OF 12.5% $ 2,700.50 32,406.00 SODIUM HYPOCHLORITE SOLUTION 12 ORDERS 270 BAGS I ORDER OF DENSE SODA ASH 2,849.00 34,188.00 2 TOTAL COST ❑ . Per attached quote/proposal $ 66,594.00 Project Number Account Number 670.08.19.00.601500 Account Number Account Number 'Expenditure must be charged to the appropriate account numbers for the financials to accurately reflect the actual expenditures. IT Director in collaboration with department to approve all hardware and software purchases: IT Director Date Support -Yes /No By signing this r quisition form, I certify that the City's public contracting requirements have been satisfied. Employee Signature: Department Head Sign re: tic,.() Q1, 7/a,//3 f ua[to or greater an$5,000) City Administrator: e Af4 -ny (Equal to or greater than $25,000) Funds appropriated for current fiscal year YES / NO 4 4 v~ ~ rte- 15- - 0 Fin ce Director- (Equal to orgreaterthan $5,000) Date Comments: Fn. 83 - Ronuicitinn INVITATION TO BID 2013-104, WTP & WWTP CHEMICAL July 10, 2013 CHEMICAL BRENNTAG CASCADE UNIVAR COLUMBIA Hasa Hasa FY 14 - $1.35/Gal FY 14 - $1.42/Gal 330 Gal/Tote 300 Gal/Tote WTP -CHEMICAL #1: (6) Totes $2,673.00 $426.00/Tote SODIUM Delivery charge $27.50 (6) Totes - $2,556.00 HYPOCHLORITE 12.5% per order Delivery charge $25.00 (6) Totes per order/(10) Total cost per order Total cost per order No Bid orders per fiscal year $2,700.50 $2,581.00 FY 15 - $1.45/Gal FY 15 - $1.42/Gal *Year 2 subject to FY14 $27,005.00 verifiable cost escalation FY 15 $28,895.00 FY 14 - $1.25/Lb 500 Lb Drum $625.00 FY 14 $1.42/Lb (4) Drums FY 14 - $1.545/Lb WTP - CHEMICAL #2: 500 Lb Drum $710.00 $2,500.00 SOOLb Drum $772.50 CYTEC SUPERFLOC C- (4) Drums Delivery charge $25.00 (4) Drums 573 FLOCCULANT - $,2840.00 Total cost per order $3,090.00 No Substitution Delivery charge $27.50 $2,525.00 (4) Drums per per order Delivery charge N/A FY 15 - $1.25/Lb Total cost per order order/Every 6 weeks on Total cost per order. *Year 2 subject to $3,090.00 average per year (9 $2,867.50 verifiable cost escalation FY 15 - $1.545/Lb orders) FY 15 - $1.47 Note: If supplier unable to honor bid price, City will process rrB. FY 14 $22,725.00 FY 15 $22,725.00 FY 14 - $2.98/Lb FY 14 - $2.645/Lb WTP -CHEMICAL #3: $164.26/Bag $145.75 Bag CYTEC SUPERFLOC N- $874.50 (6).Bags $985.56 300 LMW Delivery charge N/A i Delivery charge $25.00 FLOCution -No No Bid Total cost per order Total cost per order Substitution , $1,010.56 $874.50 (6) Bags per order/Every FY 15 $2.98/Lb FY 15 - $2.645/Lb 12 weeks on average per *Year 2 subject to year (4 orders) verifiable cost escalation FY 14 $3,498.00 FY 15 $3,498.00 FMC FY 14 - $0.209/Lb Solvay 50 Lb Bag FY 14 - $0.235/Lb OCI WTP - CHEMICAL 94: 54Bags/Pallet FY 14 - $0.24/Lb 50 Lb/Bag SODA ASH, DENSE, $2,821.50 50 LbsBag 49 FREE FLOWING Delivery charge $27.50 • $2,878.75 Bags/Pallet (not 54) 54Bags/Pallet $2 Or Equivalent per order $25.00 $3,240.00 (270) Bags per Total'cost per order Delivery Total cost per charge order Delivery charge N/A , order/Every 3-4 weeks on : $2,849.00 Total cost per order $2,903.75 average per year (15 FY 15 $0.219/Lb $3,240.00 FY 15 - $0.235/Lb orders) *Year 2 subject to FY 15 FY 14 $42,735.00 verifiable cost escalation FY 15 $44,760.00 i i ITB 2013-104 WTP & W WTP CHEMICALS, PAGE 1 OF 2, 07/10/2013 INVITATION TO BID 2013-104, WTP & WWTP CHEMICAL July 10, 2013 CHEMICAL BRENNTAG CASCADE UNIVAR COLUMBIA Hasa Hasa FY 14 - $1.35/Gal Hasa FY 14 - $1.995/Gal 330 Gal/Tote FY - $1.42/Gal 330 Gal Tote $445.50/Tote 300 Gal/Tote $658.35/Tote. WWTP - CHEMICAL (3) Totes $1,336.50 $426.00/Tote (3) Totes $1,975.05 45: SODIUM Delivery charge $27.50 (3) Totes $1,278.00 (6 Totes/$3,950.00) HYPOCHLORITE 12.5% per order Delivery charge $225.00 Delivery charge $75.00 (3) Totes per order/(3) Total cost per order Total cost per order per order Times per year $1,364.00 $1,503.00 Tote deposit $700 each FY 15 - $1.45/Gal FY 15 - $1.42/Gal Total cost per order *Year 2 subject to $2,050.05 FY 14 $4,092.00 verifiable cost escalation FY 15 - $2.045/Gal FY 15 $4,389.00 RZBC/Sunshine FY 14 - $0.98/Lb 50 LbBag RZBC 43 Bags/Pallet FY 14 - $1.065/Lb $2,107.00 Tate & Lyle WWTP - CHEMICAL 43 Bags/Pallet Delivery charge $25.00 FY 14 - $0.995/Lb #6: CITRIC ACID $2'289'75 Total cost per order 50 Bags (can reduce to Or Equivalent Delivery charge $27.50 $2,132.00 43 bags) (43) Bags per order/(2) Per order . FY 15 - $0.98/Lb Cost per order/1 pallet times per year Total cost per order *Year 2 subject to $2,139.25 $2,317.25 verifiable cost escalation Delivery charge N/A FY 15 - $1.10/Lb Note: If supplier unable to honor FY 15 - $0.995/Lb price, City will process ITB. FY 14 $4,264.00 FY 15 $4,264.00' . Kemira FY 14 - $0.1168/Lb WWTP - CHEMICAL 11.1 Lbs/Gal 47: 4,000 -4,300 Gal Load ALUMINUM SULFATE $5,185.92 Coringle of General Cascade Columbia No Delivery charge $25.00 Chemical Substitution Total cost per order FY 14 - $0.117/Lb (4,000) Gal per No Bid $5,210.92 11.10 Lbs/Gal order/Every 2 weeks FY 15 - $0.1168%Lb Cost per order $5,200.00 during months May- *Year 2 subject to Delivery charge N/A November (Estimate 16 verifiable cost escalation FY 15 - $0.127/Lb orders) Note: If supplier unable to honor price, City will process ITB. FY 14 $83,374.72 FY 15 $83;374.72 i t ITB 2013-104 WTP & W WTP CHEMICALS, PAGE 2 OF 2,07/10/2013