Loading...
HomeMy WebLinkAbout2012-206 Contract - Univar USA Inc Contract for WTP & VVMP Chemicals CITY OF CONTRACTOR: Univar USA, Inc. ASHLAND CONTACT: Michelle J. Wick 20 East Main Street Municipal Contract & Bid Specialist Ashland, Oregon 97520 Telephone: 541/488-6002 ADDRESS: 8201 S. 212TH Street, Kent, WA 98032 Fax: 541/488-5311 TELEPHONE: 253-872-5084. DATE AGREEMENT PREPARED:August 1,2012 FAX: 253-872-5041 BEGINNING DATE: July 1, 2012 COMPLETION DATE: June 30, 2013 COMPENSATION: WTP—Cytec Superfloc C-573 Flocculant ($1.26/Lb, 500 Lb/Drum, Includes del chg, Min order 4 drums) WTP—Cytec Superfloc N-300 LMW Flocculant ($2.65/Lb, 55.12Lb/Bag, Includes del chg, Min order 6 bags) WTP—Soda Ash FMC/Univar $0.1955/Lb, 54Ba s/Pallet, Includes del chg, Min order 4 pallets) GOODS AND SERVICES TO BE PROVIDED: WTP Chemicals as specified and resulting from Invitation to Bid 2012-102. Contract approved by City Council July 17, 2012. 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, 279B.230, 2798.235, ORS Chapter 244 and ORS 670.600 are i made part of this contract. 7. Living Wage Requirements: If contractor is providing services under this contract and the amount of this contract is $18,890 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 any time by mutual consent of both parties. 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 elive of Contract for WTP&WWTP Chemicals, Page 1 of 5 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.710, 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 Liability insurance with a combined single limit, or the equivalent, of not less than Enter one: $200,000, $500,000, $1,000,000, $2,000,000 or Not Applicable for each occurrence for Bodily Injury and Property Damage. It shall include contractual liability coverage for the indemnity provided under this contract. C. Automobile Liability insurance with a combined single limit, or the equivalent, of not less than Enter one: $200,000, $500,000, $1,000,000, or Not Applicable for each accident for Bodily Injury and Property Damage, Contract for WTP&WWTP Chemicals, Page 2 of 5 including coverage for owned, hired 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. Contracto . City of Ashland ell By By Signature Department Head 5r.°o f-1 d10 a4or I K. i;yrhC Print Name Print Name fi�rn�sR'rso eSY� ,�— q/-s/i2 Title Date W-9 One copy of a W-9 is to be submitted with the signed contract. Purchase Order No. 'APP VED AS TO M J a- ignature Contract for WTP 8 WWTP Chemicals, Page 3 of 5 —q/s�rZ 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. C ntractor (Date) Contract for WTP&WWTP Chemicals, Page 4 of 5 CERTIFICATE OF LIABILITY INSURANCE 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:N the ceAlBcate holder 18 an ADDITIONAL INSURED,the polk-j(ies)must M endorsed. H SUBROGATION IS WANED,su*d to the terns and conditions of the policy.Certain policies may require an andomemerR A statement on this certificate does rat confer rights to the osrtifiaate holder In lieu of such endorsement(s). g PRODUCER CONT!UT 9 AOn Risk Services Central, Inc. Nw (866) 283-7122 (847) 953-5390 a Philadelphia PA office FAT IS One Liberty Place E4&VL p 1650 market street ADDRESS: _ suite 1000 Philadelphia PA 19103 USA INSURER(S)AFFORDING COVeueE NAx:1 IIINIRED INSURER A: Illinois National Insurance Co 23817 UNIVAR NE Union Hill Road USA INC INSURER B: National union Fire Ins CO of Pittsburgh 19445 Redmond Redmo con 98052-3375 USA INSURER C: ACE Property a Casualty Insurance Co. 20699 INSURER O: Insurance Company of the state of PA 19429 ImORER E: DMURERF: COVERAGES CERTIFICATE NUMBER:570045376674 REVISION NUMBER: 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 PAU)CLAIMS. Limits dawn are Y requested I.T ell TYPE OF INSURANCE POLK:Y NYIBFN LI UNITS GENERAL LIABLRY GLZ8OZ979 EACNow .ENCE $3,000,000 x CONNERCAJ.GENERA.UABLRY SIR applies per policy terms 8 condi ions LI $300,000 CWAtSfMDE ❑x OCCUR LIED EXP(A,y"wmmm) $10.000 X SIP:82.000,000 PERSONAL A APJ INARY $3.000.000 GFNEnAL ADoREWTE $3,000,000 GENL AGGREGATE La1R APPl1E9 PER: PRODUCTS.LOAPNP AGG $3,ODO,000 X SVLICY PRO- LOC N B AUTOMDSILE UABAlrY G 4806890 0375172513 (ELAZA1011— ELIMT $$,GOO,DDO Truckers Liability (A05) B x ANYAUTD CA 4806891 03/01/2012 03/01/1013 BODLY MURY(Fw P«.o,H 0 AU.01N SCNEWU31 Truckers Liability (MA) GODLY INJURY(P.,ra .Q e AUTOS Auros CA 4806892 03/01/2012 03/01/2013 NBEDAUTOS AUTOS Truckers Liability (VA) Fno. )E C x urBRELIA LIAR X OLLUR XOOG 591492 D3/01/2012 03/01/2013 FACH OCCURBENLE 4,000,000 V R><ceu UAe r1AmS4AAOE SIR applies per polity to 6 condi ions �GATE S4,000,000 D I x 1RETENTxmN ssoo,o00 D NgRXERe COAPENaATRINR AND WC001591 0 1 7071V= x IwTc STAILL I OM EL OYERS'lIABIITY ANY PROpRETORIPAMNERIFIFMNE YIN ADS EL.EACH ACQOENT $1,000,000 OGFCERINENBEJi OamAlOEM N NIA $I0. applies per policy terms 6 condi 1005 (WMYpYMNp EL.dSFASEEA EMPLOYEE $1,000,000 e5a bmob www OE55CRIPTON OFOPfaUTpNS bbY EL.OmEASE4N)LN:YLNR 51,000,000__ DEeCR®rNlx OF OPEMTIONe ILOCATx)M91 VOOCLED OYlacn A,COIB tat.A4e,bu1 Rrm,ke imlr4uN,a mon FpACA M rgina) �. RE: Bid #2008-101 8 Bid 2008-102 superflOC N-300 LLM; Calcium HTpochlorite; Caustic soda; sodium Hypochlorite: SBS; Location: `P- vartland. city of Ashland and a)1 employees are included as Additional Insured on the General Li abTli ty and AUtanobile Liability Policies with respect to written contract. univar is self-insured for physical damage to their v es. ehicl AL CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE YAn1 THE POLICY PROVISIONS. City of Ashland AumoRDEp RETXIEBENrATNE Attn: Karl Olson 90 N. mountain Avenue Ashland OR 97520 USA (ld tYlps m 01988-2010 8-✓J ACORD CORPORATION.NI rights reserved. ACORD 25(2010105) The ACORD name and logo are registered marks of ACORD Attachment to ACORD Certificate for UNIVAR USA INC The terms,conditions and provisions noted below are hereby attached to the captioned certificate as additional description of the coverage a8'orded by the insurer(s).This attachment does not contain all terms,conditions,coverages or exclusions contained in the policy. INSURE INSURED UNIVAR USA INC INSURE 17425 NE Union Hill Road Redmond Ma 98052-3375 USA INSURER INSURER INSURE ADDITIONAL. POLICIES If a policy below does not include limit information,refer to the corresponding policy on the ACORD certificate form for policy limits. INSR ADDL SUBR POLICYMIMBER/ POLICY Eff POLICY EKP LTR IYPEOFINSURANCT INSR %WD POUCYDFSCRIMON (MMIDDIYYM (MMIDD/1'Yy1) LIMITS AUTOMOBILE LIABILITY B CA 4806893 3 O1 2012 03 01 2013 Combined 55.000.000 Commercial Auto (AOS) Single Limi B CA 4806894 3/01/2012 03/01/2013 Commercial Auto (MA) B CA 4806895 3/01/2012 03/01/2013 commercial Auto (vA) WORKERS COMPENSATION B N/A WC1591222 )3/01/2012 03/01/2013 CA, ON, OR d WA SIR applies per policy teims d Condit ons A N/A 1 WCDO1591223 3/01/2012 03/01/2013 WI SIR applies per policy tains 6 Condit ons 0 N/A WC001591221 )3/01/2012 6376-172613 FL SIR applies per policy teims 6 conditions A N/A WC001591224 Tx SIR applies per policy teims d condit ons 1 ' i i , I 1 1 ' Certificate No: 570045376674 1 INVITATION TO BID 2012-102, WTP & WWTP CHEMICAL July 6, 2012 CHEMICAL BRENNTAG CASCADE CHEM QUIP UNIVAR COLUMBIA Hasa Hasa $1.58/Gal WWTP $1:35/Gal 300 GaUrote Hasa CHEMICAL#5: 330 GaVrote $474.00/Tote $1.42/Gal SODIUM $445.50/Tote (3)Totes $1,422.00 330 Gal/Tote HYPOCHLORIT (3)Totes $1,336.50 Tote deposit waived $468.60/Tote E 12.5% Delivery charge unless damaged or not (3)Totes $1,405.80 No Bid (3)Totes per $27.50 per order returned by the City Delivery charge order/(3)Times No tote deposit ($200) $27.50 required *$25.00 Energy Total cost per order per year Total cost per order surcharge $1,433.30 $1,364.00 Total cost per order $1,447.00 RZBC/GPD RZBC RZBC/Univar WWTP- $1.065/Lb $1.04/LB Label CHEMICAL#6: 43 Bags/Pallet 50 Lb/Bag $1.125/Lb CITRIC ACID $2,289.75 40 Bags/Pallet 44 Bags/Pallet Or Equivalent Delivery charge $2,080.00 No Bid $2,475.00 (43) Bags per $27.50 per order *$25.00 Energy (Includes del chg) order/(2)times Total cost per order surcharge Minimum order- per year $2,317.25 Total cost per order 1 pallet(44 bags) $2,105.00 Total cost per order$2,475.00 WWTP- CHEMICAL 47: ALUMINUM $0.1245/Lb SULFATE 11.25 Lbs/Gal Cascade 4,000 Gal (45,000 Lbs) Columbia No $5,602.50 Substitution No Bid *$25.00 Energy No Bid No Bid (4,000) Gal per surcharge order/Every 2 Total cost per order weeks during $5,627.50 months May- - November Declined to bid: JCI Jones Chemical Nalco Olin Corporation Sierra chemical ITB 2012-102 WTP&WWTP CHEMICALS,PAGE 2 OF 2,07/06/2012 INVITATION TO BID 2012-102, WTP & WWTP CHEMICAL July 6, 2012 CHEMICAL BRENNTAG CASCADE CHEM QUIP UNIVAR COLUMBIA Hasa $1.58/Gal Hasa WTP- Hasa 300Gal/Tote $1,42/Gal CHEMICAL#1: $1.35/Gal $474.00/Tote SODIUM 330 Gal/Tote (6)Totes- $2,844.00 330 Gal/Tote HYPOCHLORIT (6)Totes $2,673.00 Tote deposit waived $468.60/Tote E 12.5% Delivery charge unless damaged or not (in(includes del Totes$2,811.60 No Bid (6)Totes per $27.50 per order returned by the City (In chg) order/(10)orders No tote deposit ($200) Delivery charge per fiscal year required *$25.00 Energy $27.50 Total cost per order surcharge Total cost per order $2,700.50 Total cost per order $2839.10 $2,869.00 WTP- CHEMICAL 42: $1.42/Lb $1.OLb D CYTEC 500 Lb Drum 500 Lb SOOLb Drum SUPERFLOC C- $710.00 $76 .0 Drum (4)Dr 0 573 (4)Drums (4) Dr 0 $2,Drums FLOCCULANT $,2840.00 $3,Drums $2,520.00 —No Substitution Delivery charge $3,040.00 No Bid (Includes del chg) (4) Drums per $27.50 per order h 0 Energy *Minimum order surcharge order/Every 6 Total cost per order surcharge 4 drums. weeks on average $2,867.50 Total cost per order Total cost per per year(9 $3,065.00 order$2,520.00 orders WTP- CHEMICAL#3: CYTEC $2.65/Lb SUPERFLOC N- $3.08/Lb $146.068/Bag 300 LMW $169.1I/Bag $876.408 FLOCCULANT- (6) Bags$1,018.62 (Includes del chg) No Substitution No Bid *$25.00 Energy No Bid *Minimum order (6)Bags per surcharge 6 bags order/Every 12 Total cost per order Total cost per weeks on average $1,043.62 order$876.408 per year(4 ` orders) WTP FMC/Univar FMC $0.1955/Lb CHEMICAL#4: Solvay FMC $0.209/Lb 50 Lbs/Bag SODA ASH, $0.25/Lb $2.64/Lb 50 Lb Bag 54Bags/Pallet DENSE, FREE 50 Lb/Bag 50 Lb Bag 54Bags/Pallet $2,1 11.40 FLOWING 49 Bags/Pallet(not 54) 54 Bags/Pallet $2,257.20 (Includes del chg) (2 Equivalent Delivery charge $2,450.00 Delivery *Minimum order (216)Bags per $27.50 per order $25.00 Energy Delivery charge 4 pallets(216 order/Every 3-4 surcharge $0.00 weeks on average Total cost per order Total cost per order Total cost per order bags) per year(15 $2,284'70 $2,475.00 $2,851.20 Total cost per orders) order$2,111.40 i ITB 2012-102 WTP&WWTP CHEMICALS, PAGE 1 OF 2,07/06/2012 Page 1 / 1 J� CITY a FF r CI°�Y REC(�t^�,ER ~ AS H LA1 V D DATE ..,—',. :".'.: PO NUMBER_ 20 E MAIN ST. 7/11/2012 10965 ASHLAND, OR 97520 (541)488-5300 VENDOR: 000191 SHIP TO: Ashland Water Treatment Plant UNIVAR USA INC, ACCT#146175 (541)488-5345 — FILE#56019 ASHLAND, OR 97520 LOS ANGELES, CA 90074 FOB Point: Req.No.: Terms: Net 30 days Dept.: Req. Del.Date: Contact: Greg Hunter Special Inst: Confirming? NO ,Quanti �`,'Ilnit Description U.nit Price Ext. Price 4.00 Ordr Invitation to Bid 2012-102 876.41 3,505.64 CYTEC SUPERFLOC N-300 LMW FLOCCULANT 6 Bags/Order, Estimate 4 Orders Price includes delivery charge Price valid until 06/30/2013 9.00 Ordr CYTEC SUPERFLOC C-573 FLOCCULANT 2,520.00 22,680.00 4 Drums/Order, Estimate 9 Orders Price includes delivery charge Price valid until 06/3012013 12.00 Ordr SODA ASH DENSE FREE FLOWING 2,111.40 25,336.80 Manufacturer: FMC/Univar 216 Bags/Order, Estimate 12 Orders _ Price includes delivery charge Price valid until 06/3012013 i; SUBTOTAL 51,522.44 BILL TO:Account Payable TAX 0.00' 20 EAST MAIN ST FREIGHT .0.00 541-552-2028 TOTAL 51,522.44 ASHLAND, OR 97520 Account Number .'.Project Number: ` Amount - Account Number. : - `. Project Number. Amount E 670.08.19.00.60150 51 522.44 Authorr&ed Signature VENDOR COPY FORM0 CITY OF A rquest for s Purchase Order ASHLAND . REQUISITION Date of request: Required date for delivery: Vendor Name LINIVAR uSA wr. Address,City,State,Zip 3950 NW YFON AVE Contact Name&Telephone Number Fax Number PORTLAND OR 97210 1.800-452.4912 SOURCING METHOD ❑ Exempt from Competitive Bidding 2012- ❑ Emergency ❑ Reason for exemption: X Invitation to Bid (Copies on file) ❑ Form#13,Written findings and Authorization ❑ AMC 2.50 Date 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 Date approved by Council: Contract# ❑ VerbalMrilten quote(s)or proposal(s) ❑ Stale of Washington Intermediate Procurement ❑ Sole Source Contract# GOODS&SERVICES ❑ Applicable Form(#5,6,7 or 8) ❑ Other government agency contract $5,000 to$100,000 ❑ WrilL quote or ro osal attached Agency ❑ (3)Written quotes attached ❑ Special Procurement Contract# PERSONAL SERVICES ❑ Form#9,Request for Approval Intergovernmental Agreement $5.000 to$75,000 ❑ Written quote or proposal attached ❑ Agency ❑ Less than$35,000,by direct appointment Date approved by Council: Date original contract approved by Council: ❑ (3)Written proposals attached Valid until: Date (Date) Description of SERVICES Total Cost BLANKET PURCHASE ORDER FOR 7.1.12 TO 6.30.13. WATER $ TREATMENT CHEMICALS. Item # . Quantity Unit Description of MATERIALS Unit Price Total Cost 4 ORDERS 6 BAGS I ORDER SUPERFLOC N-300 LMW 876.41 3,505.64 1 2 9 ORDERS 4 DRUMS/ORDER C—573 FLOCCULANT 2,520.00 22,680.00 ' 3 12 ORDERS 216 BAGS I ORDER DENSE SODA ASH 2,111.40 25,336.80 TOTAL COST ❑ Per attached quotelproposal $ 51,522.44 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 requisition form, I certify that the City's public contracting requirements have been satisfied. Employee Signature:, Y1 �'� Department Head Signature: Vid iz (Equal toor9reaterthan$ oo) Additional signatures(if applicable): //,�' , /J Funds appropriated for current fiscal year: Ups / NO Finance Director-(Equal to orgreate than$5,000) Date Comments: Form#3-Requisition