Loading...
HomeMy WebLinkAbout2017-175 Contract - Brenntag Pacific Contract for WTP & WWTP Chemicals (ITB #2017-101) CITY O F CONTRACTOR: Brenntag Pacific, Inc. ASHLAND CONTACT: Kosta Skourtis, Laura Tua 20 East Main Street Ashland, Oregon 97520 ADDRESS: 10747 Patterson Place, Telephone: 5411488-6002 Santa Fe Springs, California, 90670 Fax: 5411488-5311 TELEPHONE: (562} 903-9626 DATE AGREEMENT PREPARED: June 8, 2017 FAX: (562) 944-7484 BEGINNING DATE: Jul 1, 2017 COMPLETION DATE: June 30, 2019 COMPENSATION FOR GOODS AND SERVICES TO BE PROVIDED: All chemicals are to be provided and delivered as specified in the ITB #2017-101 bid specifications. Contract approved by the City Council on June 6, 2017. Brenntag Pacific, Inc. bid is attached as Exhibit C. Water Treatment Plant -Chemical #1 Sodium Hypochlorite 12.5% "Filtered" Manufacturer: Hasa - PC #882657 Pricing for July 2017 to June 2018 $3,009.60 per order ($1.52 per gallon, 330 gal per tote, (6) totes per order, no additional delivery charge) Pricing for July 2018 to June 2019 $3,108.60 per order ($1.57 per gallon, 330 gal per tote, (6) totes per order, no additional delivery charge) Water Treatment Plant -Chemical #3 Cytec Superfloc N-300 LMW Flocculant Manufacturer: Cytec - PC #683870 Pricingfor Ju1Y2017 to June 2018 $962.39 per order ($2.91 per pound, 55.12 Lbs per bag, (6) bags per order, no additional delivery charge) Pricing for July 2018 to June 2019 $962.39 per order ($2.91 per pound, 55.12 Lbs per bag, (6) bags per order, no additional delivery charge) Wastewater Treatment Plant -Chemical #6 Sodium Hypochlorite 12.5% Manufacturer: Hasa Pricing for July 2017 to June 2018 $983.40 per order ($1.49 per gallon, 330 gallons per tote, (2) totes per order, no additional delivery charge) Pricing for July 2018 to June 2019 $1,029.60 per order ($1.56 per gallon, 330 gallons per tote, (2) totes per order, no additional delivery charge) Wastewater Treatment Plant -Chemical #7 Citric Acid (50 Lb Bags) Manufacturer: Sunshine - PC #793662 Pricing for July 2017 -June 2018 $2,178.00 per order ($0.99 per pound, 50 Lbs per bag, 44 bags per pallet, (1) pallet per order, no additional delivery charge) Pricin_ fc~or Ju1Y2018 -June 2019 $2,178.00 per order ($0.99 per pound, 50 Lbs per bag, 44 bags per pallet, (1) pallet per order, no additional delivery charge) ADDITIONAL TERMS: In the event of conflicts or discrepancies among the contract documents, the City of Ashland Contract for Goods and Services will be primary and take precedence, and any exhibits or ancillary contracts or agreements having redundant or contrary provisions will be subordinate to and interpreted in a manner that will not conflict with the said primary City of Ashland Contract. NOUV 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 assi ned to the work required under this contract are full qualified to perform the work to which the will be assi ned Contract for WTP & WWTP Chemicals (ITB #2017-101), 0610812017, Page 1 of 6 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. 5. Ownership of Documents: All documents prepared by Contractor pursuant to this contract shall be the property of city. 6. Statutory Requirements: ORS 2798.220, 2796.225, 2796.230, 2796.235, 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 $20,688.86 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 beheld 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 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 beheld 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. ObligationlLiability 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 undersi ned certifies that the undersi ned Contractor has not discriminated Contract for IIVTP & WVVTP Chemicals (ITB #2017-101), 0610812017, Page 2 of 6 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, ordelegate 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. 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, 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 coverages) without 30 days' written notice from the Contractor or its insurer(s) to the City. e. Additional InsuredlCertificates of Insurance. Contractor shall name The City of Ashland, Oregon, and its elected officials, officers and employees as Additional Insureds on any insurance policies, excluding Workers' Compensation, 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, suitor 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 HEISHE HAS READ THIS CONTRACT, UNDERSTANDS IT, AND AGREES TO BE BOUND BY ITS TERMS AND CONDITIONS. 19. Nonappropriations Clause. Funds Available and Authorized: Cit has sufficientfunds current/ available and Contract for WTP & WWTP Chemicals (ITB #2017-101), 06108/2017, Page 3 of 6 '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 underthis 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 i", gy t By tom. Signature ~ Depart ent Head n Print Name Print Name Title Date p ~ ,2'7 W f W-9 One copy of a W-9 is to be submitted with the signed contract. Purchase Order No. ~ ~ ~ ~ ~ v~~P R v~~ ~ ~~R~ Asn na Clty ~~o~~y Datad ~ Contract for UVTP & WWTP Chemicals (ITB #2017-101), 0610812017, Page 4 of 6 EXHIBITA 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) I 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) I assume financial responsibility for defective workmanship orfor 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. Contractor (Date) Contract for WTP & WWTP Chemicals (ITB #2017-101), 06/08/2017, Page 5 of 6 ~ ~ ~ ~ ~ ~ EXHIBITB ~ o s an . ~ , ~ . ~ ' per hour effective June 30, 2017 (Increases annually every June 30 by the ~r Consumer Price Index) - ~ - ~ . ~ portion of business of their 401 K and IRS eligible employer, if the employer has cafeteria plans (including ten ormore employees, and childcare) benefits to the has received financial amount of wages received by assistance for the projector the employee, ➢ For all hours worked under a business from the City of service contract between their Ashland in excess of ➢ Note: "Employee" does not employer and the City of $20,688.86, include temporary orpart-time Ashland if the contract employees hired for less than exceeds $20,688.86 or more. ➢ If their employer is the City of 1040 hours in any twelve- Ashlandincluding the Parks month period, For more ➢ For all hours worked in a and Recreation Department. details on applicability of this month if the employee spends policy, please see Ashland 50% or more of the ➢ In calculating the living wage, Municipal Code Section employee's time in that month employers may add the value 3,12.020, working on a project or of health care, retirement, Call the Ashland City Administrator's office at 541-488-6002 or write to the City Administrator, City Hall, 20 East Main Street, Ashland, OR 97520 or visit the city's website at www,ashland,or,us. Notice to Employers: This notice must be posted predominantly in areas where it can be seen by all employees. CITY OF ~S H LA N D Contract for vVTP & UUUVTP Chemicals (ITB #2017-101), 06/0812017, Page 6 of 6 R ~ DATE tMMrDDlYYYY) ~ CERTIFICATE t7F LIABILITY INSURANCE 12,27,2016 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, EKTEND 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 balder 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 A NAIl14E: _ Marsh USA Inc. PHONE _ _ _ _ _ _ ~ FAX _ _ _ _ _ _ _ 1717 Arch Street Alc. No, Ext)T,_____ I tArc~~_______-- . Phifadelphia, PA 19103-2797 ADDRIESS: INSURER(S) AFFORDING COVERAGE _ NAIC 424780-'ALL-GAGV-17.18 INSURER A :Insurance Company Of The State Of PA 19429 INSURED _ _ _ ACE American Insurance Co n 22667 BRENNTAG PACIFIC, INC. INSURER B : ~ Y 10741 PATTERSON PLACE INSURER C :Indemnity Insurance Company of North America 43575 SANTA FE SPRINGS,. CA 90670 INSURER D :Agri General Insurance Company 42757 INSURER E :ACE Fire Underwriters Co 20702 INSURER F ; COVERAGES CERTIFICATE NUMBER: CLE-004767403-30 REVISION NUMBER:12 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 ADDL SUER ~ POLICY EFF POLICY EXP LINpTS LTR TYPE OF INSURANCE POLICY NUMBER MMlDDIYYYY ; MMlDD1YYYY A X COMMERCIAL GENERAL LIABILITY GL6538752 0110112417 t01i0112018 EACH OCCURRENCE $ 2,000,000 (}AMAGE TO RENTED $ 1000 000 CLAIMS-MADE X~ OCCUR ~ PREMISES ~Ea occurrence 10.000 MED EXP (Any one person) $ _ _ - _ PERSONAL ~ ADV INJURY $ 2•~d~•~~ GEN'L AGGREGATE LIMIT APPLIES AER: ' ~ GENERAL AGGREGATE $ 2,000 000 - _ _ X POLICY PRO- 1 LOC I PRODUCTS - COMP?OP AGG $ - 2.000,000 JECT ~ I _ _ _ . .OTHER: ~ $ B AUTOMOBILE LIABILITY ISAH09Q52446 0110112017 '4110V2018 COMBINED SiNGL LIMIT g 1,000,000 {Ea_accuJent~._ _ - _ X ANY AUTO BODILY INJURY (Per person) $ _ ALL OWNED SCHEDULED i i BODILY INJURY (Per aaidentl $ AUTOS ~l AUTOS _ _ _ _ _ NON•OWNED ._PFtOPERTY DAMAGE $ HIRED AUTOS AUTOS (Per accident) $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ - _ _ _ EXCESS LIAB CLAIMS-MADE AGGREGATE ~ ___J YDED ~ RETENTION $ $ ~ WORKERS COMPENSATION WLRC49108242 (ADS) O1(Ol?2017 1010112018 X STATUTE EORH _ AND EMPLOYERS' LIABILITY 01101/2917 011011201$ B Y ~ N WLRC4910828A (CA, MAj ~ - - 2.000,000 ANY PROPRIETORIPARTNER;EXhCUTIVE ~ E.L. EACH ACCIDENT $ D OFFICERIMEMBER EXCLUDED? a N I A --~T'---- WLRC49108321 N 0110112017 x0110112018 (Mandatory in NH) ~ ~ E.L. DISEASE - EA EMPLOYEE $ 2.000,000 _ . - _ _ ~ DESCRIPTION OFdOPERATIONS below SCFC49108369 (WI) 0110112017 01101;`2018 E-L DISEASE -POLICY LIMIT $ 2 ~00,(~0 I i DESCRIPTION OF OPERATIONS I LOCATIONS !VEHICLES {ACORD 101, Additional Remarks Schedule, may he attached if more space is required) RE: SUPPLYING CHEMICALS TO 60TH THE WATER TREATMENT PLANT LOCATED AT: 90 N. MOUNTAIN AVENUE, ASHLAND, OR 97520 AND THE WASTE WATER TREATt'~tENT PLANT LOCATED AT 1195 OAK STREET. 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: KART 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 1ne. I Manashi Mukherjee .~a~.•c~n~ -.~.cc.►w~<-t- 01988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014101) The ACORD name and logo are registered marks of ACORD I ,x/ e ` f v/AL/[// `//v~/ /v j ~i I C CS AT~~TE~t ~IE~~' ale of eerie:.~pri leg ~0~7 ~oposa~s ~~•e d~.e ~~~or ~a: ~~i~~~~ ~~~~~r"~, [`~~~~v~~ Con~ra~ting A~enc~l: C~~~~ off' Ashland foie point off' Co~~ae~: ~a~•~ ®ison ~'itie: ~u~•ch.~si~~g ~ep~esen~ative ~dd~•ess: Ci#~~ of Ashland ~o ~1. oa~ntai~ A.ve~ne Ashland, ~P 97520 Teleph®~e: X541 ~ 4~~-5354 Fax: (541 ~ 4~~-5320 Email: l~:a~•~.o~son c~<,ashland.o~•.ns ITB C13emicals l~or ~,'TP & ~1jW T I~, PaWe 1 of ?5, ~r'1 Si2(I1 ? ~U~ l~TICE: 1 >y ~ City off' Ashland ~~a~itati®~ ~o did #~0~7-10~ C~I~~CA~S F~ ti~AT~ ~ ~~AST~~~~T~R T~~TI~LEI~1T P~,ANTS Bi~~s a~°~ dr~e p~~i~:~~ ~.illi ~P~'li'~, "~~~.~~°sd~~f, ~'~ay ll~, 211:17 The City of Ashland is seeking bids for eight che~ca~s as specified in the ITB that are intended for use at the Water and Waste Water Treatment Plants. The City's intent is to award individual ~~-month contracts for each chemical to the lowest responsive and responsible bidders for a teen beginning in 3tlly, 2017 and. ending 3ut~e 30, 2019, Bidders are encouraged to bid on anyy number of chemicals they can provide as specified. The ITB allows multiple contracts to be awarded to the qualified bidders whose bids _ substantially comply with the regl~i~~e~nents and criteria set fo~~h in the lnvitatio~~ to Bid a~~d with all the prescribed public procurement procedures and requirements. The ~l~~~TATiOI~ TO is a~~at~ahle o~~➢i~~e at ~v~vv~~.as'land.~~~•.~~s Log on to the City's website, scroll down to the Ashland 2417 ribbon and click on "Proposals, Bids and Notifications,,. Click on REQUEST BlD PACKET (below the p~iblic notice), log in to the system and download the solicitation documents. You wi11 need to log in to the system each time you would like to dow~~load the solicitation documents and any subsequently issued addenda. In accordance with A1ViC Section. 2.0.080, Competitive sealed. bids and competitive sealed proposals may be available online, but applicants will NOT be able to submit thou proposals andlor responses online. Bids and proposals must be delivered in hard copy form to the City in accordance with. the requirements for the competitive solicitation. Individuals that obtain the solicitation materials electronically are responsible for regularly clleck~ng for Instructions, addenda, and. related materials. Sealed bids must be received prior to ~l e111.1P'~ ~t~S'T~R ~'hn~ sday'4 l~`~~~yr ~~17, by Kari Olson, Purchasing Representative inthe City of Ashland, Purchasing Office located at 90 N. Mountain Avenue, Ashland OR 97520. The bids will. be publicly opened and read at 1 mini[-~ ~P~:~`~, TIC sd~~y-, l~'~~~y, 17. Kari Olson .Purchasing Representative City of Ashland, Oregon . Published: 04/18/20117 ITB -Chemicals for WTP & WWTP, Pale 2 of 2~, Si2(I17 4 B1D N0: 2017-101 RELF..ASE DATE: April 18, 2017 CITE' ~P ASHLAND AsC~land Service Center 90 N. Mountain Avenue Ashland, Oregon 9?520 (~~1) 488-5354 FAX {541) 488-5320 INVITATION TO BID, GENERAL CONDITIONS AND SPECIFICATIONS CHEMICALS E®R USE AT THE `WATER ~ !WASTE ATER TREATMENT PLANTS The City of Ashland {"Cite") is accepting bids for the purchase of CHEMICALS FOR THE ~~ATER & WASTE WATER TREATMENT PLANTS further referred to in this invitation to bid as "goods and services". All bids shall be subject to the following conditions: I . `I'inle and Place for Receiving Bids: Bids must be received by the Purchasing Representative, Ashland Service Center, ~}0 N. Moulltaln Avenue, Ashland, Oregon 97520, by 10l1(11~~'l lp~ , '1'hrcrsclr~ ,q ~I av l , 2fl l7. At that time, bids well be publicly opened and read i11 Room 1.06 of the Service Center. Bids lnay not be ~vithdraun after the time set for the opening of bids. Each bid sha11 be identified o11 the exterior of the sealed envelope as follows: B1D N,O: 2015-1(11 PtIRCI-IASE OF C~lEli~11CALS FAR ~'~TP ~i ~~~~~TP BID OPENIi'~G: 1:00P~1(PSTD, TI~LTRSDAY,1~•1AY 18, 2017 In com Hance with OAR 137-047-0260(2)(c)(A}, the solicitation schedule is as follo~~-s: ACTIVITY DATE Invitation to Bid Released April 18, 2017 1$` Public ~ once Apri118, 2017 Due D;~te a~c~cl `1~'ic~~e f~~r ~UEST11~~:5 S:ItO Pi~~i (;PST), `I~~c~da~-, I~~1a~` 8, 24117 DI.1E :DATE AID T I~~~IE 1.1101p:~~1 ~l~S"l"), 'I'1-I1 iS11A.Y ~•1A" 18, ?Q:1.7 S' l~ ~ L~~~ BIDS Location: Ci~~ of Ashland, Purchasing Off ce, 90 (Note: bids rnust be received Mountain, Ashland, DR 97520 rior to tl~e due date and time.) Evaluation Process flay 19 - 26, 2017 Co~~tract Recommendation Upon completion of evaluation process ivotice ®f Intent to A~~~ard At least seven (7) days before the au•~ard of a ublic contract Contract Recornnaendation ,Inne 6, 2017 Presented to City Council hoc- a royal Pirblie Contract Award C1pon Cou11ci1 approval and at least seven (7) days after the Notice oI' Intent to Award Contract Term 24-Months NOTE: Any changes made to the closing date of the ITB will be made in the form of a written addendum and mailed to all potential bidders who have received the I`I'B documents. 2. Purchasing P.epresentative: The City of Ashland Purchasing Representative, Kari Olson, is the sole point of contact in the City fol• this Invitation to Bid. All requests, questions, inquiries anal correspondence pel•tailling to this bid should be directed to the Purcllasillg Representative. 'I}he specifications play be reviewed at the City of Ashland, Purchasing Office located at 90 N. Mountain Avenue, Ashland, Oregon 97520. For a copy of the Invitation to Bld, including the specifications, please contact the Purchasing Representative. In accordance with AMC Section 2.50.080, Competitive sealed bids and competitive sealed proposals may also be available online, but applicants will NOT be able to subillit their proposals and.or responses online. Bids and 1TB --Chemicals for WTP & W~VTP, Page 3 of 25, 411$/2017 proposals must be delivered in hard copy foml to the City i11 accordance with the requirements far the competitive solicitation. Individuals that obtain the solicitation materials electronically are responsible for regularly checking for instructions, addenda, and related materials. Contact l~forrs~atlon: Kari Clson Purchasing Representative City of Ashland 90 N. Mountain Avenue Ashland, 0R 9752(} Tel: 541-488-5354 l;ax: 541-488-5320 Email: kari.olson(%ashland.or.us 3. Protests: Any prospective bidder who contends that the provisions of the contract documents or that the procurement process is contrary to Iaw or that this solicitation document is unnecessarily restrictive, is legally fla~~~ed or improperly specifies a brand name, must submit a written protest with the Purchasing Representativ=e at least ten (I O) days prior to the date on ~vhicll the bids are due. Failure to file a protest will be deemed a waiver of any claim by a bidder or prospective bidder that the procurement process violates any provision of ORS subchapters 279A and ?79B or the City's Public Contracts rules found in Section 2.50 of the Ashland Municipal Code. If protests, inquiries or continents by bidders raise issues that require clarification by the City-, addenda «~ill be issued by the Purchasing Representative. 4. Disclaimer of ~Res~onsibility. The City will not be responsible far oral interpretations. Should a bidder filed discrepancies in, or omissions from, the contract documents, or be in doubt as to their meaning, stick bidder shall notif}~ the person designated in paragraph 2. Any and all such interpretations or approval of manufacturer's materials to be substituted will be made only' in the forn~ of written addenda to the specifications which, if issued, rvill be halld- delivered or mailed by certified mail with return receipt requested to all prospective bidders receiving a set of such documents, not later than ten working days prior to the date fixed for the closing of bids. All addenda so issued shall be considered by the bidder in preparing the bid, shall be submitted with the bid and, shall become a part of the contract documents. 5. Specifications: Specifications for the goods and services are attached to this invitation to bid. Any deviations from the specifications shall be identified in the bid utilizing the method outlined in paragraph GC17 ofthe general conditionsl'specificationsdocuments. Reference to brand names in the specifications are utilized to describe the t}-pe and quality of item required. Bidders are not limited to the braald specified but may submit any brand of equivalent type and quality. Any deviations from the specifications, however, shall be identified in the bid, a11d City reserc-es the right to reject a bid on the basis of deviations or brands ~~~hich are not equivalent in ty-pe or quality-. 6. General Conditions: The Gity°'s beneral conditions for purchase of hoods and ser~~ices are attached to and incorporated in this invitation to bid. Any bid that attenipts to modify- or abrogate any of the general conditions including, but not limited to, provisions on t~~'areanties ~i~ay be rejected as nonresponsi~'e. 7. Addenda: In the event that it becomes necessary to revise any part of the bid documents, v~~ritten addenda will be provided and posted on the City'S website. Receipt of ail addendum by a bidder must be acknowledged by signing and returning the document «~ith the bid form. 8. F3id Form: 8.1. Bidders shall complete the bid farm provided by the City. All pages of'the bid form must be left in proper sequence, Bids may be rejected as nonresponsive if they are altered, incomplete, conditional or otherwise irregular. 8.2. If the bid is submitted by a partnership, it must be signed by a partner. If the bid is submitted by a corporation, it must be signed by a corporate officer and be accompanied by proof of authority to sign. • 8.3. The bid must include a statement on whether or not the bidder is a resident bidder as defined in URS 279A.120(1 }(b). "Resident bidder" means a bidder who has paid unemployment taxes or income taxes m this state during the 12 calendar months immediately preceding submission of the bid, has a business address in this state and has stated on the bid that the bidder is a ''resident bidder". Tl1e Certificate of Compliance statement included with this I TB is required to be signed and will satisfy this requirement. ITB -Chemicals for V~'TP & i~VVdTP, Page 4 of 25, 4l1 Si2017 9. Requirements ofContract Documents: Each bidder must examine the general conditions, specifications and other contract documents and take such other reasonable and prudent actions that the bidder deems necessary to ascertain the requirements of the contract documents. A bidder shall not at amp time, after submission of its bid, assert that ' there vas any misunderstanding concerning the nature, quality or description of the goods and services to be supplied. lU. ~Vithdra~~°al of Bids: Any bid may be ~~~ithdrawn at any time prior to the time set for opening; bids, by providing written request far withdra~~~al of the bid to the Purchasing Representative. 3:'he request shall be executed by the bidder or a duly authorized representative. All bids shall be irrevocable for a period of GO days fro{n the day of Opelllllg. 1 l . Acceptance of Bid: The City may reject any- bid if the City determines that the bidder has an interest ~in more than one bid; there is collusion between bidders; the bid is not responsive; the bid is not incompliance tivith the terms of the contract docume~rts and all applicable public bidding Taws, rules and ordinances; or the bidder is not qualified to provide the goods and services covered by the contract documents. 11.1. Pursuant to ORS ?79A.120(2}(b), to determine the lowest. responsive bid, the City ~~ril1 add a percent increase on the bid of a nonresident bidder equal to the percent, if any, o~l`the preference given to that bidder in the state in 1~~hich the bidder resides. 11.2. Terms or discounts which are conditioned upon pay-ment within a certain time ~~-i11 not be considered for purposes of comparison of bids. 11.3. Pursuant to ORS 279A.I?0(2)(a), the City- shall give preference to goods and services manufactLUed or produced in Oregon ifprice, availability and quality are othen~-ise equal. 11.x. Pursuant to ORS 279I~.055(?)(fl, contractors shall use recyclable products to the maximum extent economically feasible in the performance of`the contract ~~~ork set forth in this ITB. 11.5. Pursuant to ORS ?79A.1?5, the City` shall give preference to goods that are certified to be made from recycled materials if the recycled product is available, meets applicable standards, can be substituted for a comparable non recycled product; and the recycled products costs do not exceed the costs of non recycled products by more than five percent, or a higher percentage if a written determination is made by the City. 1 l .b. Pursuant to ORS 282.? 10, all printing, binding and stationery work done for the City shall be performed ithin the State of Oregon, 11.7. Pursuant to ORS ?79B.060(2}(g), ifrequired under ORS 468A.71.0, the contractor or subcontractor is required to possess an asbestos abatement license. 1 l .8. Pursuant to ORS 279I3.100, the City reserves the right. to cancel or reject any or alI bids if the City finds that it is in the public interest to do so without liabili#y~ to any bidder for any loss or expense caused or resulting from the cancellation or rejection of a bid or award. 12. Award of Contract. The purchase ol`goods and services ~~~~ilI be made by the City on the basis ofthe Io~~~est responsible and responsive bid meeting specifications. Amultiple a~-ard may be made if award to ttvo or more bidders of silmilar goods and ser~-~ices is necessary for adequate availability, delivery, sei~~ice, or product compatibility. In addition, any other public agency wishing to use the resulting contract maybe authorized by mutual consent of the Citti--~ of Ashland and the contractor pursuant to ORS 279A.215. ITB -Chemicals for VVTP ~ ~~VdTP, Page 5 of2~, 4II 812017 GENERAL CONDITIONS FOR PC1RC1-IASE OF GOODS AND SERVICES GCl .Contract Documents: The contract documents are complementary. A requirement in one of the contract documents is as binding as though occurring in all. Inthe eti-ent of any inconsistency in the terms of the contract . documents the following order of precedence shall govern unless otherwise stated: 1, Specifications; 2. These general conditions; The invitation to bid; 4 Tl1e bid. The apparent silence of the contract documents as to any detail shall be regarded as meaning that only the best practice is to prevail and that only goods and services of first quality are to be provided by bidder. GC2, Ne~v Goods and materials: All goods and materials shall lie new unless otherwise specified in the special provisions or specifications. GC'3. Payment: Payment shall be made by the City tivithin thirty days after City has inspected the goods or has had a reasonable opportunity to do so. Cityt may reserve payment until all goods and serti~ices are received. GC4, Risk ofLoss: Bidder shall have the risk of loss until the goods and services have been delivered to City's facility and are approved alter inspection by City. GCS. InspeCtloll: Goods and services fuI•Ilished under this contract shall be subject to inspection and testing by City at times and places determined by City. If City determines that the goods and services are not in compliance with the specifications, City may reject the gaols and services and require Bidder to either cure defects or make an equitable price reduction. If Bidder refuses to cure defects within a time deemed reasonable by Cit}-, City may cancel the contract or enforce City's remedies for default. Nothing in this provlslon shall Inlpalr City's rights to enforce warranties, revohe~ acceptance of the goods and set-ise~s or enforce any other remedies ttr~der ORS Chapter 72. GCb. Safety- and I~Iealth Requirements: Goods and services shall comply with all federal Occupational I~ealth aild Safety (OSHA) requirements and with all Oregon safety and health statutes and administrative rules including, but not limited to, those of the Workers' Compensation Departillent. All "Material Safety Data Sheets" for hazardous chemicals that are subject to ORS 654.750 and OAR C1lapter 435, Division .155 shall be submitted to City before the chemicals are delivered. GC7. Taxes: City generally is not subject to taxation. Bidder shall be responsible for paying all taxes on the sale of the goods and services, except fuel taxes included in the bid price. GCS. Compliance with Lai: Tllis agreement will be governed by and construed in accordance with la~~~s of the State of Oregon. Each party agrees that it will perform its obligations hereunder in accordance with all applicable state, federal and local laws, rules and regulations now, or hereafter in effect. Bidder sha11 comply tiwith applicable provisions of ORS 279C•505, 279C,S 15, 279C•5?0 and ?79C.530. Bidder is a "subject employer" as defined in ORS 656005. Bidder shall comply ~~-ith all applicable lvorl:ers' compensation laws including, but not limited to, ORS . 656,017. GCR. Patented Goods and sett-ices: Bidder shall defend, indeln~lify and hold Citti~ harmless fi•onl any claims for infringement of patent arising out. of City's use ol'the goods and services. GC 10, Severabili If any provision of the contract documents shall be held to be invalid or unenforceable, such invalidity or unenforceability shall not affect any other pro`-ision of•the contract documents. The contract documents shall be construed as if such invalid or unenforceable provision had never been included. GC11. No Waiver: No provision of the contract documents shall be deemed waived unless such. waiver is in writing and signed by the party claimed to have waived its rights. Any waiver of abreach by any party. Gvhether expressed or implied, shall not constitute waiver of any other different or subsequent breach. GC12. Successors: The successors, assigils and legal representatives ofBidder and City shall be subject to all pro4~isions of the contact documents. Bidder shall not assign Bidder's rights or obligations under this agreement without prior written consent of City. GC13. Indellulificatioil:Bidder shall defend, inden111ify and save City, its agents; and employees harmless fi•oIn any and all losses,clainls, actions, costs, or other damages resultinb from injury to a~ly person or damage to property, of ITB -Chemicals for WTP & WWTP, Page 6 of ?5, 4i 18/?017 whatsoever nature arising out of or incident to the performance of this agreement by Bidder or defects in the goods and services. Bidder shall-not be held respoi~sibie for any losses, claims, actions, costs, judgments, or other damages, directly, solely, and proximately- caused by the negligence of Cit}~. GC14. Notices: Ally notice required to be giti-~en under this contract, or any notice required to be giver! by lave, shall be in writing and shall be given by personal delivc;ry or by registered or certified mail, to Bidder at the address stated in the bid form o~• to City at the address of the Purchasing Representative stated in the invitation to bid. GC 15. Entire Agreement: The contract. documents are the entire, final and complete agreement of tl~e paz-ties and supersede all prior and existing written or oral understandings except as otliei•~~ise continued in effect by the terms of the contract documents. No modification of the contract documents shall be valid unless in vvruing and signed by the parties. GCIb. Acceptance of Specifications;Bldders must satisfy themselves byr personal examination ofthe specifications and by such other means as they prefer, as to the actual conditions and requirements of the specifications and shall not at any time, after submission of the bid, dispute, complaint, or assert that there vvas any misunderstanding in regard to the nature, quality or description of the item to be supplied. Bidder must submit with its bid a statement accepting each and every- specification or accepting each and every specification not otherti~-ise accepted under paragraph GC 17. GC 17. Exce bons: The bidder tray take exception to any standard of these specifications. °I'he prospectiv-e~ bidder who camlot meet each and every requirement of the specifications need not be considered unqualified to submit a bid. By taking exceptions and clearly stating them, in writing, on a separate sheet of paper headed "EXCEPTIONS", and by offering alternatives to replace excepted requirements, a bidder may still compete in the process. SPECIFICATIONS FOR PURCHASE {~)F GOODS AND SERVICES S 1. ACCEPTANCE: Bidders must satisfy themselves byT personal examination of the specifications and special provisions, and by such other moans as they prefer, as to the actual conditions and requirements of tl~e specifications and. special provisions ofthe contract documents, a~1d s1~a11 not at any time, after submission of the bid, dispute, complain, or assert that there vvas any misunderstanding in regard to the nature, qualiT~~ or description of the item to be supplied. Bidder must subnut ~-ith its bid a statement accepting each and every sped#ication or accepting oach and every specif cation not othert~~ise excepted under section 2. S2. EXCEPTIONS: The bidder may take exception to any standard of this specification. The prospective bidder «~ho cannot meet each and every requirement of the specifications need not be considered unqualified to submit a bid. By taking exceptions and clearly stating them, in ~vmiting, on a separate sheet of paper headed "EXCEPTIONS", and by offering alternatives to replace excepted requirements, a bidder may still compete in the process. S3. SPECIFICATIONS: The specifications for the goads and services to be supplied are attached to this document. ITB -Chemicals far 1~'TP & UI~WTP, Page 7 0l~?5, 4~`l Si?017 Chemicals 1'or the mater ~ wastewater Treatrnent .Plants 1~1~1TAT1tJN `t'~ ~1I~ # 2417-1.0.1 April ~ 2017 SP~CIFICATI~NS The City of Ashland, ~~ITP and ~V~TP, are requesting bids for a total of eight chemicals as individually specified. Five (5) of the chemicals are required by the WTP, and three ~3~) of the chemicals are required b}r the WWTP. Bidders are encouraged to submit brds for any nun}ber of individual. chemicals their company is able to provide as specit:~ed. Two (2) of the chemicals are manufacturer/brand specific and specified as "No Substitution,, due to the strict standards of maintaining quality control and meeting permit requirements. However, six. ~6} oftl~e chemicals will alla~v for substitutions or equivalents as specified. Substitutions "or equivalents„ fog- the specified. quality and quantity of the individual chemicals will receive full consideration, provided the substitutions are appropriate for tl~c application, and they are of equal quality and quantit}J. The Cite reserves the right to reject a bid if the item bei~lg provided as a substitution is determined by the City to not be of equal quality and quantity and/or not be appropriate for the application. Tl~e followi~~ general s~eci~cations a~pl~~ to AlalJ of the chemicals listed below. B1~S Firm pricing shall be submitted in such a way as to shod the breakdo~~n of all applicable and related costs for each individual chemical.. Costs not included in the bid will be subject tonon- payment b}' the Clt}' ofAshland. Bids shall be submitted directly on the spec/cost sheets included in the ITB. The Bid Farm attached as ~hil~it A is .required to be completed, signed. and included with tl~e bid being submitted. in response to this ITB. C~3NTA.CT The Cit}j's intent is to award individual 24-mot~th contracts for each chemical to the lowest. responsive and responsible bidders for a tet-~z1 beginning in 3c,ly, 20l S and- ending ,tune 30, 2017. . The successful bidders}will be required to promptly execute a contract, agree to provide the chemicals as specified anal submit the required proof of insurance. The Certificate of Compliance statement attached as .;;~l~il:~it ' is required to be signed and included with tl~e bid being submitted in response to this ITB. A sample contract is attached as l~~hil:~ii~ fo~• you review. P~1FCI~ASE ®.ES A blanket purchase order will be issued for the 2~-month term {~ul}~ 1, 2017 to dune 30, 2a19~ of the contract. 11_"B -Chemicals far WTP & W1~'I'P, Pale 8 cif 25, =1f''1 ~i2017 ~ ~S Orders for chemicals for the WTP will be placed by the Water Quality Supervisor and chemicals for the WWT.P will. be placed by WWTP personnel. Deliveries shall arrive within seven ~7~ days after receipt of order, with the exception of routine scheduled deliveries and/or an emergency order, which «Til] be coordinated by the WTP, Water Quality Supervisor or ~NWTP personnel. Orders maybe cancelled at the discretion of the City of Ashland, WTP and WWTP, personnel with twenty-four (24) hours notice. ~~t:~'ER~' ~~~~J:~R~1l~ENTS Each chemical will be delivered ~'~E AS~.,A~1~. ~VTP • Tl~e delive~~y~ location for the Sodium N.ypochlorite is directly at the WTP (above Lithia Park) - no exceptions. There is limited access above Lithia Park - 28' +l- delivery trilcl: is acceptable. Accessibility will need to be verif e~d and confirmed. The delivery location. for the remaining chemicals specified for the WTP, is p~•eferred directly at the WTP; however, an acceptable secondary location is the City of Ashland, Service Center, located at 90 N. Nlounta~n Avenue, Ashland, OR 97520. ti~TP All chemicals ordered for the WV~TP will be delivered directly to the WWTP located at 1195 Oak Street, Ashland, Oregon. Forklift can be made available with advance notice. Deli~reries shall be arranged to arrive before ~~0~ PNt ~PST~ (noon}, Il~on€fay-~`r~da~r. 'TP/Sodlnm ~pochlor~te shall be delivered to the VVTP no later than. ~ ~.e00am. I~AT.E~AL S~~~T'Y .ATA S~IEETS (I~~S~1S~ Tl~e most current Material Safety Data Sheets (MSDS) shall be included and delivered with each. order. CENC~CALS The following chemicals are to be provided and delivered as specified. The quantities being provided are the bust estimates available at this time. bidders may bid on the individual chemicals as specified b}~ providing the information. being requested in the space provided. Supplemental information may be submitted separately with the bid documents. Due to the strict standards of maintaining consistent water quality at the WTP, the City will. not accept substitutions and/or equivalents for the chemical CYTEC Superf~oc N-300 L1VIW Flocculant and the only catonic polymer coagulant aids approved for bid are CYTEC Superfloc C-573 Flocculant and N®RTN.STAR NlOE 1.06 l?WG Flocculant. ITB -Chemicals for W'TP & WW'rP, Page ~ of 25, 4/18'2017 0 ~'~TP eater Treatrr~ent Plant) - ~EI~~~~A.L #1: S~DUn!l. HAP®~HL~l~.~TE 12.5%+ "~'~L~'ER.ED" Sodium ~lypochlorite l 2.5% must .meet the following specifications: `°Sodirraar ~ypoclrlorite }~rrrst be filtered to 2-3 taaica•ons certificate of'Aaaadvsis fro~aa each aaranrrfactrrrerd batch ,Shall accoaaapany each shipaaaent of'Sodium C~ypoclrlorite..Tlrese batch analyses shall inclrade brit aa•e arot li~aaited to the followiaag: _I) ~'roo<Irrct 11''aaare, 13ateh .Identif icatiorl, 3} Specific Cauvitt~, 4) % Sodirraar .~rypoclalorite vy weight, 5) % .Excess Caustic by weight, b) ~acrauaar Filter Test ~iraae, 7) .Date of hatch. Purchaser will he perfornriarg a "Srrspeaaded Solids Quality Vest for Bleach U.tirrg t~acrrurar Fr'Itration" arretlaod as described at j~rtp',~~li'i1'SU.pU~4'C~r}t1l~J.L'Ol~k/Id!C~717tC'17~ lltfi)l•11~1OtlfliJ~pl'El'lEiy~a'!{spCf?d~C'(~ 5't}~I(l~t' ~C,S'j.tpyp.~' A 1000 nil sample urustgo throrrglr~ a 4'7aa2aai, filter (I~Iillipore - #~.A~~'P0~700) iar less tlaara three (.3} arairarrtes .IO%, rising a vacrruarr prraaap that produces betweear 22 slid 2S i~arclres of'vacrrurra..PSI should be -22 to -25. (Gordota, Dr. Gilbert, "Strategies f or 1~leetiarg .~ypochlorite Specifications in the Drinking Y~'ater lrrdustry'; Poavell Fabrr'cation) Prrr•cdtaser caaa r•ef 'rise delivery of `ar~y~ product which requires rrrore thaar three rairaarates filtration tune in this test." - l) I1!lust meet A.i~I.W.A. specifications for potable eater.. . 2) l✓stitnated annual usage -July through June - 23,7b0 Gallons (if 330/tote). 3 } Currently an order is placed for six (b}totes (c~;? 300-330 gallons per tote, ten (10) times per fiscal yTear. 4) Delivery to be directly at the City of Ashland, WaterTreatment .Plant (located. above Lithia Parr) -limited access above Litllia Park - 28' +I- delivery truck is acceptable. Accessibility will need to be verified and confirmed. No exception. 5) No ~~ote Deposit. Delivered by tote anal pumped immediately into tanks at time of delivery. Empt}~ totes are then immediately available to be returned on empty delivery truck. Deliver in 300-330 gallon totes. 7) Labeling must include NSF certil~3cation symbols on product containers. ~}Bids must be in the form of dollars per gallon. l~~lanufacturer Hasa - PC #882657 Number of gallons per dote 330 ~ 2~D _ ~l~a~~e ~.1~ ~1 ~ 2~.~~ -~~~~e 201~.~ Pace per gallon gal) ~ 1.52 ~ 1.57 Cost per tole ~ 501.60 ~ 518.10 ' host per laad/order - (6) Votes ~ 3,009.60 ~ 3,108.60 delivery charge per order ~ ~ Cornents: ITB -Chemicals for WT~P & Wiry I'P, Page 1 tl of 25, ~I1 ~,?20I7 T~ (aver Trcatmeut P~aut) - C~EIl~~CAL C'~TEC SUPE~'L~C C-S73 FL~CCULANT -~R.- N~~T~STAR NICE lOb PW~ FL~CCU-.CANT (Na Subs~tu~~on} Cy~tec Superfloc C-573 FLocculant or N®RTHSTAR 1v~0E 1.0~ PWG Flocculant must meet the following specifications: 1) dust meet A.W.W.A. specil•ications for potable Water. 2) Estimated annual. usage - duly through J une - drums, 500 Lbs per drum. 3) Cul~ently an order is placed for four (4) drums every six (6) Weeks on average year round.. . 4) Prefer delivery directl~r at the WTP (located above Lithia Pa~•k) -Limited. access above Lithia Park - 28' +l- delivery truck is acceptable. Accessibility will need to be verified and confirmed. Acceptable secondar~~ delivery location. is the City of Ashland, Service Center, 90 N. Mountain Avenue, Asl~land, ~lregon, 97520. Forklift can. be provided by the City. 5) Deliver in 500 Lb drums, four (4) drums per pallet, o~~ pallet jackable pallets. 6) .Bids must be in the form of dollars per pound (Lb), 7) Labeling must include Iv~SF certification symbols on product containers. I~~~anu~'ac~urer C~TEC N~~THSTA~ ~No Substitutiou~ ~~~~.lv~ ~ ~~~ne :1~ p~u~; ~0 w ~~~~~~e $~~9 I'anufacturer Kemira - PC #19822 Kemira - PG #19822 Prflce per p®und (Lb) ~ 2.16 ~ 2.16 COSt per 500 Lb drum S 1,080.00 ~ 1,080.00 Cast per ®rder - each 500 Lb drums ~ x,320.00 ~ 4,320.OQ Delivery charge per Ordet• ~ ~ Camen~s: ITB -Chemicals for 1~TP & VJWTP, Paige 1 l of 25, 411 Si?U 17 ~~~'P {hater Treat~en~ Plant} - ~1~E1~1CA~ #3: ~'~TE~ S~1P11~.~,~~ N-30~ ~1~~ F~,~CCt1AN~' ~N~ Subst~tnt~on~ Cy~tec Supert~oc N-300 LN1iN .Flocculant mast .meet tl~e fallowing specifications: l } Must meet A.~.~N.A, specifications for potable water. .Estimated an~~ual usage ---July through June - 24 bays, 25 kg or 55.1? Lbs per bag. 3} Currently an order is placed for eight 48}bags every sixteen (16}weeks oz~ average year round. 4}Prefer delivery directly at the ~ITP {located, above Lithia Park) -limited access above Lithia Parr 28' +l_ deliver~l true is acceptable. Accessibility will need to be ve~ritied anal confirmed. Acceptable secondary' delivery location is the Cite of Ashland, Service Center, 90 N. Nlauntain Avenue, Ashland, ~regan, 975?0.1~orklift can be provided b}~ the City. 5} 1Jeliver eight {~}bags per pallet, 25 kg or 55.1? Lb per bag, on pallet jackable pallets. b}Bids must be in the fo~~n ol` dollars per pound. {Lb}. 7) Labeling must include NSF certi ricatian symbols on product containers. Ia~~nfacturer ~~'TE ~Na Snb~titutlo~) pc #883870 - ~ldv ~ ~lnca ~~:1 rule, ~p`i ~ ~~nn~° Pr~~e per pound ~ 2.91 ~ 2,91 ~nst peg- 25 or 55..12 ~b l~a~ 55.12~.,b bob ~ 100.309 ~ ~ 80.390 host per .order - {6} ads S 962.39 96.39 delivery care per order S ~nentsd 1TB - Chemicals tar ~~UTP & ~Vt~'~'P, Page i2 at25; =t/18'?017 ~~TP eater Treatment P~ant~ - C~EI~~~CAL #4: ~~I~A AS~g DEN~Eg ~RE~ PLt~~~(NC - ~r ~gu~~Tale~t Soda Ash, dense, Free .Flowing must meet the following specifications: 1) Ii~ust meet A.~.~.A. specifications for potable water. 2}Must meet ANS1/NSF-60 specifications for potable water. 3) Estimated annual usage -July through June - ?,800 bags, 50 Lbs per bag, (4$ pallets). 4) Currentlyr an ordel• is placed for 2'70 bags, (5}pallets, 54 bags per pallet, 50 Lbs per bag, every 3 to 4 weeks on average year round. 5) .Prefer delivery directly at the ~~TP (located above Lithia Park) -limited. access above Lithia Park - 28' delivery truck is acceptable. Accessibility 1~~i11 Deed to be verified. and confil-~~~ed. Acceptable secondary delivery location is the City of Ashland., Service Center, 90 N. Mountain Avenue, Ashland, Oregon, 97520. Forklift can be provided by the C it}'. 6) Deliver 54 bags per pallet, 50 Lbs per bag, on pallet jackable pallets. 7) Labeling must include NSF certification. symbols on product containers. 8}Bids must be in the form of dollars per pound (Lb). 1V~ar~ofactnrer Tronox - PC #39240 Number of pounds (ll.,bs) per bag 50 Number of bags per pa~~et 54 a~~l~~ 207 - ~~a~ ~.~~18 ~~~1~, 2~~~8 - A~a~~~~.; 21~1~ Pace pcr poa~nd ~Lb) $ 0.23 $ 0.23 Cast per ardor - 270 bags, {S} pallets $ 3,105.00 $ 3,105.00 Delivery charge $ ~ Technical Report Analysis per addendum Laments: ITB -Chemicals for 1~~TP & W~~VV1'P, Pale 13 of 25; ~;1 S!2U l 7 1 w~P (water Trea~meut PBa~~} o C~:EI~~ICAL #5a s®~~Un~ CA~~®~~TE P~~®~t~~~aRA~r~, ~L~wt~v~ - "G~EEi~CLEAI~T" ®r Egui~~ale~,t Granular Algaecide I Fungicide, Free Flowing must me-et the following specifications: 1 } Primar~~ ingredient must be greater than or equal to 8S% of product. 2j Nust meet State and. Federal aquatic use requirements. 3) Product must be packaged in moisture proof plastic sacks. 4j Estimated annual usage -June through CJctober - 36o bads, 50 Lbs per bag, (10.5 pallets). 5) Currently an order is placed for 120 bags, (4}pallets, ~o bags per pallet, 50 Lbs per bag, every 3 to 4 weoks on average in summer months. 6j Location is the City of Ashland, Service Center, 90 N. Mountain Avenue, Ashland, . ®regon, 97520. Forklift can be provided. by the City. 7} ~Jeliver 40 bags per pallet, SO Lbs per bag, on pallet jackable pallets. 8} Bids must be in the form of dollars per pound (Lb): 9} pity reserves the right to not purchase the product due to lack of algae blooms. IVan~~'acturer IV~ber of ponds ~Lbs} per bag 1~~mber of bags per pallet Pr~ee per pound ~~,b} ~ ~ C®st per order - 27~ bags, {S} pallets $ $ Delivery charge ~ ~ Tecb~~cal ~e~port Analysis To be submitted with bid Comments: ITB - Chem~c~ais f'or wTP WwTP, Page 14 of 25, X1181'2017 s ~~'V~'TP (waste ~~'ate~- Treatment Plant} - C~~ICAL #b: 5~~~~11~4~ 1lP~CL®R.~T 12.E°/a Sodium., l~ypochlorite 12.5% must meet the following specifications: 1) Estimated. annual usage -July through June - 2,970 Gallons (if 3301tote). 2) Currently an order is placed for three (3~ totes 330 gallons per tote, three (3} times per fiscal year. 3}Deliver to the City of Ashland, Waste Water Treatment Plant, located at 11.95 ®ak Street, Ashland, Oregon. 4) Deliver in 300-330 gallon totes. Drop off only for ~V~VTP, no pumping required. 5}Bids must be in the fo~~r~ of dollars per gallon. l~lannfacto~•er Hasa l~nmber or gallons per tote 330 ~1~.~~r ~~1~7 - rr~.~~~~~ 0 ul~~ l.~l _ ~u~~e Price per gallon gal} ~ 1.49 ~ 1.56 Cost per tote ~ 491.70 ~ 514.80 Cost per loadforder - (b~ Totes 2,950.20 ~ 3,088.80 ~ellvery charge per order ~ ~ Comments: ITB -Chemicals for WTP & WW'`I'P, Page 15 of 25, 4 f 1$I'2{~ 17 `'~°~T (Waste aver ~'reatrr~e~t Plant} - CI~~I~ICAL #7: CITRIC .ACED (50 Lb Bads) Citric Acid must meet the follo~~~ing specifications: 1 } Citric Acid, anhydrous, shall be in granular for~~1. Estimated Annual usage N~arch through November - 8b Bags, 50 LblBags, 43 Bags/Pallet, Tota1(2}pallets 3} Currently an order is placed for a pallet (43 bags) two (?)times per fear. 3} Deliver to tl~e City of .Ashland, Waste Water Treatment Plant, located at 1.1.95 yak Street, Ashland, t~regon. Delivezy truck must be equipped ~~vith lift gate to properly offload at the above address. 4}Bids must be in the form of dollars per paund (Lb~. Manufac~ur er Sunshine - PC #793662 Number of bags per pallet 44 ~ ~1~~~~~~:~e 1 ul~~ ~.ll - one ~1 Price per pound (lib} ~ 0.99 $ 0.99 Cosh per order - }pallet ~ 2,178.00 ~ 2,178.00 Del~ver~f charge per order ~ ~ Comments: . TTB - Chenlfcals for WT~P & WWTP, Page 16 of ?S, ~118!2~~17 '~VTP (V~aste mater Treatr~eot Pia~t} - C~TEI~IC.AL AL~JI~'i~N~1M SUL~'ATL (4,500 Gallon deliver~~ pulllped lllto 8,000 gallon tank) AlllI1111111111 Sulfate mUSt Meet the tOllO~ving speGtflcatlollS: ~ } Percent Concelltr-atioll Canlmercial Alllnl -Approximately 48.8% 2) Total soluble ALZa3 - 8.3°ro. 3) Must meet A.W.W.A. speci~catiolls. 4} Estimated. annual usage -March through November - 50,000 gallons. 5 } Currently, an order is placed for 4,500 gallons ever}~ t~~o (2) ~~eelcs during the 111onths of Ma}~ through November. I~ellVer t0 the Clty of Aslllalld, Waste Water Treatment .Plant, located. at 11.95 aak Street, Ashland., Oregon. Tank truck must be~ ecluippe~d with all proper hoses and equipment for unloading 4,SOU gallons into the City's 8,000 gallon tank. 7} .Bids must be in the Form. of dollars per dry tots. ~0~7 ~ Y~~~~~ ~01~~ e~uiv 0~8 ~ pure ~0~9 11~auufacturer Price per pound ~Lb~ $ Dumber of pounds ~Lbs~ per gal~o~ Cost per order - 4,040 gallons $ ~ el~~~ery charge ~ Comrnentsa ITB -Chemicals for ~vTP ~ WWTP, Page 17 of 25; 4/182017 BID SUI~I~ISSI~N The complete bid, including the ITB and any addenda, released. by the City shall. be submitted in a sealed envelope, properly labeled and a•eceii~ed at the address listed below; Envelope must. be sealed and labeled as follows. Karl ~Isoa Purchasing Represe~atali~re Cite of Ashland d 90 N. l~~atintain Avenue Ashland, ~R 97520 Contents: Iuvitati®n to Biel Chemicals for ~VTP ~1~TP Dae by I:001~~~i ~l'S'1')a'1"h~~rstlay, ~4~Iay lR 21117 . P~~.U~~e ~s~~.o.1: 1,:attR l~~°~~p~.~s~ls will k~~~t b~.A c~~~~si~l~.~~°~A~1. c~:~s.°~~i~s~u~> ~t lw ~•~°~.°~srn~~~~~A~~c1~.A~1 that ~~~ya ~°c~~lr~c~st a~v~~ila~le clcxli~~e~•~~ ~~pti~~~~s 1~.~~° the ~~;it~~ ~~1°:~sl~l~~n~l ~~nd ~~~.A~~if~~ that yr~~~~° method of si~m~nt ~~~ill a~°~~i~°~; p~Vio.~° tl~~; ~luc' plate ~~n€:1 ti~~e, DUE DATE AND TIi~'I~;: The bids must be received at the designated address listed above prior to 1:110 P-1 ,'l~h~~~°sd`~~Y, ~'1~~~, 7. Late bids will rat be considered. Faxed or emailed Bids will nat be considered. EV ALUATI®I~T PROCESS This ITB allows multiple contracts to be awarded to qualified bidders whose bids substantially comply with the require~l~ents and criteria set forth in the Invitation to Bid and with all the prescribed public procurement procedures and requirements. The City's intent is to award individual 24-month contracts for each chemical to the lowest responsive and. responsible bidders for a teen beginning in Jnly~, 2U17 and ending Jane 30, 20.19. The CitS~ of'Ashland may reject any bid not in complia~~ce with all prescribed solicitation procedrues and requirements and other applicable laws, and the City may reject for good cause any or all bids upon the City's findings that it is in the best interest of the Cite of Ashland. The final contract recommendation(s) will be presented, to the City' Council (Local Contract Rey-•iew Board) for final approval. ITB -Chemicals for WTP & WWTP, Page 18 of 25; 4I18f2~17 City of Ashland 90 N. Mountain Avenue Ashland, Oregol~ 97520 (54l } 488-5354 FAQ (541) 488-5320 ~llD F~RN~ I, the undersigned, an authorized representative o#: the bidder whose name is: Brennta~Pacific, inc. Address: 10747 Patterson Place City, State ~ Zip: Santa Fe Springs, CA 90670 Phone No.:~562~ 903-9626 FAX No. ~562~ 944-7484 have read and thoroughly understand. the contract documents incllldilag the Invitation to Bid, general conditions, special conditions, specifica~tiolls, and all othel• conditions ofthe Invitation to Bid issued by the City of Ashland for C~EIi~~~~ALS ~~R TAE tiVAT'E~ ~'4~'ASTE ~$'ATEIE~ TREA'~'.~ TENT PLANTS. Acting on behalf of my firm which is listed above, I do attest that the goods and services offered by this firm meets the City's specif cations in every respect except those described on the attached list of exceptions, and that all exceptions are equal to, or better than, the goods and services specified. Barring circumstances beyond otlr control, we agree to deliver within (as specified) days from receipt of an order. This bid is set forth as follows: (Note: Pricing shall be provided as required in the sped#ications) l have attached to this bid a copy of all the bid documents issued y the City of Ashland for this bid. Corporate 0 ~ Ice : ~ r By: ` ~ Signature ~ Kosta Skourtis Print Name Title: Vice President, Southern Region Date: ~aY 16, 2017 ITB -Chemicals for WTP & WWTP, Page 19 of 25, 4/18/2017 ~X~~~T ~ Cet~ti~cate of Canlpliance . Residency Statement: In compliance with ORS ?79B.060{10), each bid must contain a statement as to whether the bidder is a "Resident bidder,,. This is defined by ORS 279A.120: "Resident bidder„ means a bidder that has paid unemployment taxes or income taxes in this state during the 1? calendar months immediately preceding submission of the bid, has a business address in this state and leas stated in the bid whether the bidder is a "resident bidder,,. x Yes, I cet~tify that l~ any a ".Resident bidder„ as defined by ORS 279A.120. No, I certify that 1 am not a "Resident bidder,, as defined by ORS 27gA.1?0. 1 aan domiciled in the State of Oregon (Indicate Stag;) Compliance with Orego~z. Tax Laws: In compliance with OAR 1.37-047-0255(2)(c}(C)(e), I hereby attest or affirm under penalty of perjury: That I am authorized to act on behalf of the contractor in this matter, that 1 have authority and knowledge regarding the payment of taxes, and that contractor is, to the best of my knowledge, not in violation of any Oregon Tax Laws, as defined in ORS 305.30. Compliance with Nondiscrimination Laws: Incompliance with ORS 279A.110{4), I hereby attest or affirm under p~nalt~~ of perjury that I am authorized to act on behalf of contractor in this matter, and to the best ofmy knowledge the contractor has not discriminated against n~inorit~r, women or emerging small business enterprises in obtaining any required subcontracts, and that the Bidder is not in violation of any Discrimination Laws. Corporate ~~"ce : - By: ~ --q.. Signature Kosta Skourtis Print N ame Title: Vice President, Southern Region Date: Nlay 16, 2017 ITB -Chemicals for 1~TP & W~1~VTP, Page 20 of 25, =tt'18'2~ 17 EXI~I~'~ ~ Ccn~rac~ ~r G~cds and Ser~ice~ CONTRACTOR: CONTACT: 20 East Main Street Ashland, Oregon 97520 ADDRESS: Telephone: 5411488-6002 ' Fax: 541/488-5311 TELEPHONE: DATE AGREEMENT PREPARED: FAX: BEGINNING DATE: COMPLETION DATE: COMPENSATION: GOODS AND SERVICES TO BE PROVIDED: ADDITIONAL TERMS: In the event of conflicts or discrepancies among the contract documents, the City of Ashland Contract for Goads and Services will be primary and take precedence, and any exhibits or ancillary contracts or agreements having redundant or contrary provisions will be subordinate to and interpreted in a manner that will not conflict with the said rima Cit of Ashland Contract, NODU THEREFORE, pursuant to AMC 2.5Q.090 and after consideration of the mutual covenants contained herein the CITY AND CONTRACTOR AGREE as follows: 1. ill Costs by Contractor: Contractor shall, provide ail 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 far the proper performance of such work. 2. Qualified ®rk: Contractor has represented, and by entering into this contract now represents, that any persanne! 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 banded by the State of Oregon, are sa registered, licensed and bonded. Contractor must also maintain a current City business license. • 3. Completion Date: Contractor shall provide al! goads in accordance with the standards and specifications, na 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. Co€~pensatiolra: 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. 5. ~~vnership of Documents: All documents prepared by Contractor pursuant to this contract shall be the property of City. 6. 5tatutor~ Requirements: ORS 2798.220, 2798.225, 279B.230, 2798.235, ORS Chapter 244 and ORS 670.600 are made part of this contract. 7. diving gage Requirements: If contractor is providing services under this contract and the amount of this contract is $20,2$3.20 or more, Contractor is required to comply with chapter 3.12 of the Ashland Municipal Cade by paying a living wage, as defined in this chapter, to all employees performing work under this contract and to any subcontractor who performs 50% or more of the work under this contract. Contractor is also required to post the notice attached hereto as Exhibit C-B predominantly in areas where it will be seen by all employees. 8. lndemnifica$ion: Contractor agrees to defend, indemnify and save City, its officers, employees and agents harmless from any and all losses, claims, actions, costs, expenses, judgments, subragations, or other damages resulting from injury to any person (includ'+ng injury resulting in death), or damage (including loss or destruction) to property, of whatsoever nature arising out of ar 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 far any losses, expenses, claims, subrogatians, actions, costs, judgments, or other damages, directly, solely, and proximately caused by the negligence of City. 9. Terrrdination: 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 ar modify this contract, in whole or in part, effective upon delivery of written notice to Contractor, or at such Eater date as ma be established b Cit under an of the follawin 1TB -Chemicals for WTP & ~W~TP, Page 21 of 25, 4,'18!2017 conditions: i. If City funding firom federal, state, county ar other sources is not obtained and continued at levels sufficient to albw far the purchase of the indicated quantity of services; ii. if federal or state regulations or guidelines are modified, changed, ar interpreted in such a way that the services are na longer allowable or appropriate for purchase under this contract or are no (anger eligible for the funding proposed far payments authorized by this contract; or iii. If any license or certificate required by law ar regulation to be held by Contractor to provide the services required by this contract is for any reason denied, revoked, suspended, ar not renewed. d. Far 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 afi 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 native to Contractor of default or breach, may at any time terminate the whale ar 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. Obliaatianl~.iability of Parties. Termination or modification of this contract pursuant to subsections a, b, or c above shat! be without prejudice to any obligations or liabilities ofi 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 Contract®~ 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 shaft 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 ar the administrative rules implementing the Statute. 12. Asbest®s Abatement license: If required under ORS 468A.710, Contractor or Subcontractor shall passers an asbestos abatement license. 13. Assignment and S~sbcontracts: Contractor shall not assign this contract ar subcontract any portion of the work without the written consent of Gity. 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 ar 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 I~ec~clable Products: Contractor shall use recyclable products to the maximum extent economically feasible in the performance ofi 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 lases any license, certificate ar 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 an a regular basis of the type ident'sfied in its obligations under the Contract; or attempts to assign rights in, or delegate duties under, the Contract. 16. Insurance. Contractor shall at its awn 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, ~„~,DOOQQO ar Not Applicable far each occurrence for Bodily Injury and Property Damage. c. Automobile Liability insurance with a combined single limit, ar the equivalent, of not less than Enter one: $200,000, $500,000, $1,000,000, or Nat Applicable for each accident far 8adily Injury and Property Dama e, includin caves e for owned, hired or non-owned vehicles, as a livable. ITB - Cl3e~nlicals fo~~ WTP & WV~1TP, Page 2? of 25, 1 S.'2017 d. Notice of cancellation or change. There shall be no cancellation, material change, reduction of limits or intent not to renew the insurance coverages) without 30 days' written notice from the Contractor or its insurer(s) to the Gity. e. Additional insured(Certifcates of insurance. Contractor shall name The City of hshiand, Oregon, and its elected officials, officers and employees as Additional insureds on any insurance policies, excluding Workers' Compensation, 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 certi#icate will specify aN 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. shah be provided to the City. The Contractor shall be financially responsible for all pertinent deductibles, self-insured retentions and/orself-insurance. 17. G®verning Law; Jurisdictiar;l~enue: 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, suitor proceeding (collectively, "the claim") between the City (and(ar 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. lf, 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 persanam jurisdiction of said courts. In no event shelf this section be construed as a waiver by City of any form of defense or immunity, based an 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, MODIFiGAT10N 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 1N 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 HEISHE HAS READ THIS CONTRACT, UNDERSTANDS IT, AND AGREES TO BE BOUND BY ITS TERMS AND CONDITIONS. 19. N®nappr®priati®ns 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 Phis contract. In the event City has insufficient appropriations, limitations ar 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. pri®r Appr®val Required Provision. Approval by the City of Ashland Council or the Public Contracting Officer is required before any work may begin under this contract. Certificati®n. Contractor shall sign the certification attached hereto as Exhibit C-A and herein incorporated by reference. C®ntract~r: City of Ashland By BY Signature Department Head 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. ITB - Ci~emicals for WTP ~ ~WTP, Page 23 of ?S, ~i 18'?017 EMIT C° CER°1~1F1CATIC~NS/REPRESENTATI~JNS: 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 Interne! Revenue Service (IRS) that it is subject to backup withho{ding as a result of a failure to report ail interest or dividends, or (iii) the lRS has notified it that it is no longer subject to backup withho{ding. Contractor further represents and warrants to Gity 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} l 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. I assume financial responsibility for defective workmanship or for service net 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. Contractor (Date} ITB - C11e~micals for W"~'P & wwTP, Page 2~ of 25, 4i1$!?017 ~ ~3 ~ e~ . • 3 ~ • ; S.CEi' Lpes~it'J Y;Li~SF ~ ~h_,~lr~~i ~i~ M~.Y.''~l~~l~~•~~. h~~~~;ri~ ~F~ ~~~i~:~~~ ~ ~ 'ELI ~i~ ~(39" ~a" p~ r~ 9~}#~Ly~~d~~ "~~6f~4F!'~P~~ ~¢4"y' ~~~•",~I44~a. 01,~#:~,~~~.E I-~ w~: LI i~5s~ '~,.1I °ya~. p '~w~ ~~L ~ ~4a'6z'l~.A~~.'~ 4i~~. ~~Kid~6/'W'f.F"~', Y'.S` ~~~wi ~ f M~ hF An ~ r ry ~f~ ~ 'ss;4~ ~~I ~,ia%~~~~~ ~1t d:~ ~{t.'11 +~,~^.ce~~~,,@~~"y~~tc 3~'4f~v~,a~d~,gyr' ~sf<~ ~q ,ti,w~9`L. ~'1~ EB~~04• fL.~g It /yt~,~{q~.ryii'9, ~d t~..f ~ ~~'Sr`iaa •v:.d 18 ~I'3 ~A ~..!'i.rp }!.l~L~~~Y.ra:>cy a8~R.4.~1 7 i,C~~ G,~.~. ~I37. ~A~+r~~~~ GsF: 0.7 It a:~ ~ i t y. qqryry ~t~~~~.>.~ ~ ~ z6,.. ~ ~i~~.~~~. ~•ri~~~t y,~a:'E..~~~ir ~,riJ~a.~ac,..:. ~~iy~~~g..~~It? « K~.~ ~€7 ~.~L r3~a,.~~a~~ t~tt ~ s~'T i revs, ~11~:s1:~r. 1'_~ li~.ti~~ .e~~'~r 1!S.i_~~9~ ~,~•..:~.,?r~:L.'oa~., s ~ ~ ~ r , ~ ~ 'r ar. ~~c~~ ~~'~.~lf~ ~~~~;r~aa~¢ g~, ~ sa~~" ~'a~~C'yl~i~~ ~~F~'a`~,`4'.~-~'_~~~~~1„s~~,'~%~~;. C • ~ M•~ ITB - CheF~~icals for ~'TP & WTI', Pale 25 of 25, 4/1 ~I2017 IN'VITATI4N T®BID CHEMICALS FC}R WATER & WASTEWATER TREATMENT PLANTS ADDENDUM #1 Req~~est for additional information: I ~ I ~Yh~~nl Y ~~1 AI/ ~Ue received a request far the "last ~Ill~ ta~lZllatl0n". The previous bid tab for chemicals is included witl, this addendum. Please review, sign, and return this addendum with the ITB documents. I acknowledge receipt of ADDENDUM #l. ~ Signed by: ~ ~`~~r Date: May ~ 5, 217 Printed name: Laura ua Title: Bid Specialist Firms grenntag Pacific, lnc. ITB -Chemicals for ~UTP & V~WTP Addendum #l, Page 2 of 2 I ~N~rTAT~oN To BID CHEMICALS ~'oR WATER & ~UASTEWATER TREATMENT PLANTS ADDENDUN~ #2 The purpose of this addendum is to provide additianal info~~ation and answers to questions that have been received in respanse to this ITB. Question: Does ~shla~d use Calcium Nih~ate o~~ S'odiiitn C1~lor~ite? Answer; Neither of these chemicals are being used at the WTP or WWTP. Please review, sign, and return this addendum with the ITB documents. I acknowledge receipt of ADDENDUM Signed by: ,.~4~-.~ Date: May 16, 2017 Printed name: Laura Tug Title: Sid Specialist Firm; Brenntag Pacific, Ir~c. ITB --Chemicals far WTP &'~WTP Addendum #2, Page Z of 2 • TNVITATTON TD BID CITEMICALS FCIR WATER & WASTEWATER TREATMENT PLANTS ADDENDUM #3 The purpose of this addendum is to provide additional information andlor corrections and/or answers to questions that have been received in. response to this 1TB. uestion: Drr page 14, the regrrire~irent of a "technical report analysis" rs to be szrbnritted with the bid. Is this regztlz•ed and rf so ~~rhat exactly rs needed? Answer! Correction; This verbiage was included in error. Please disregard request for "technical report analysis" for the Chemical #5, Sodium Carbonate. - uestion: Are ya~t regzrestazzg 120 bags, pallets ar 160 bags, pallets of Chejllical #S, ~Sodizrrzz Carbonate Peroxyhydrate? Answerl Correction: Currently, an order is placed for 120 bags, (3) pallets, 40 bags per pallet. (1`dDT 4 pallets. uestion; In regards to #9 on page 14 of the ITB: What was the actzral zrsage and order histor y for Chezzarcal #S, Sodirrrz~ Carbonate Peraxylzydrate for the prevrorrs rive years? Answer: 2015 - 20,374 Lbs. 2016 - 6,000 Lbs. A typical treatment requires 6,000 Lbs. Dver~night delivery is not expected for this chemical, Expected delivery time:l0 Business Days Additional infa•matian; SDS ~Safet~Data Shee~sl Can page 9, the City is requesting the most current MSDS sheets be delivered with each order. As of July 1, 2015, SDS (Safety Data Sheets) have been required. SDS (Safety Data Sheets), not MSDS, are required to be delivered with each order. Please review, sign, and return this addendum with the TTB documents. . T acknowledge receipt of ADDENDUM #3. Signed by: ~ Date: May 1 fi, 2017 Printed name: Laura Tua Title: Bid Specialist ~ ~ ~ Firm: ~renn~ag Pacific, lnc. ITB - ~hemteals far ~NTP & V~WTP Addendum #3, Page 2 of ~ i INVITATIQN TO BID CHEIV~XCALS FaR WATER & WASTEWATER TREATMENT PLANTS i ADDENDUM #4 The purpose of this addendum is to provide additional information and/or corrections and~or answers to questions that have been received in response to this ITB. uestion° .was reviewiaag the reccrat request for bid attd smv tlae addetzdurn that looks like it ~4r~rs for 2015. ~ was wonderarrg if yoar coxrld fof•warrd the Addejzdarrn for ~~16 t~aat ~radicc~tes tlae pr'pcing for• the vat•ioars products sold to yo1r, Answer: The previous ITB was processed in 201 S for the next biennium budget. The bid tab released with Addendum #I includes the pricing far F_r~__lb {July 1, 2016 to June 30, 2017) and FY I7 {,1uiy 1, 2016 to June 30, 2017}. uestion: I~'a~rld yatr happe~l to have a contact irr tl~e u1ater depar'trrzent that act2rally specked tlae ltefjps that Grr'Q Dn the bid .~~'tPZ asking becc~trse 1 wo2rld like the opportutZity to iratrod2rce sorlae jrewe~' prodr~cts that jjray be mote cost effective and/or have irrlprOl~~d pal foi'rtrance ~ _ f03' t11~ city. Answer: While we are facilitating a formal salicitation, it would not be appropriate to engage in - conversations about the chemicals included in the Invitation to Bid. If you have questions pe~~taining to the ITB, you a~•e welcome to submit your questions to the sole paint of contact for the solicitation, A written addendum including the questions and answers will be prepared and pasted on the City's website to ensure each bidder receives the same informatian in the same manner. If you have product infarrnation you would like to share with the WTP or WWTP, you are encouraged and welcome to share the information with plant personnel anytime other than when a solicitation process far the chemicals is bein~,facilitated. Plant supervisors will consider and test products that are appropriate far the intended applications to ensure the chemicals satisfy the sn~ict standards and mandatory testing required of each plant. Please review, sign, and refu~•n fihis addendum with the ITB documents. ~ acknowledge receipt of ADDENDUM Signed by: Date: May ~ 2017 Printed name: Laura Tua Title. Bid Specialist Firm: Brcnntag Pacific, inc. ITB --Chemicals for WTP & V~WTP Addendum Page 2 of Z i®.kUl'4 4 dTt'1~ ~~i.~~~~~v~ i.L 1 ~Le 4.01 Z~~~T J..JAA.:./ ll ~~R' .F"1A ~.w:1T~~1A Tl.~I.LJ ~a.1~C7Y~l.i.J ~1A' ~LiI~J~~~~~ In acca~•dance v~ith Section. X41 of the general Corporation ~a~ of the Mate of ~ela~~`e, the undersigned, berg aii the n~e~nbers of the ward of ~irectars of ~•e$~tag Faci~ic, inc. a l~ela~are cor oration, the "Corporation"~, da hereby ~a~~~~ir~~ousiy consent to the 9 fallov~~g resoi~.tians ~vgth the same fazce and e~'ect as if said Yesointions had been. adapted at a ~eeti~g of the ward. Cif of ~`resr~a, ~A Con~rac~sa ~S~~~D~, tbat Timothy illenbarg ar pasta ~l~ourtis be a~athori~ed to act an behalf of the Corparatic~n in ca$n~ection Frith the Cor`po~'ation's b~zsiness dealings the City of F~.•esno, C'alifagr~.a. ~~~(1~~~, that this Carnsent a~ay be executed any number of ca~unte~aarts, a~ld deli~~ered by facsimile transmission, nth the same effect as if all signing pa~•ties had signed the sake document. X11 counterp~~ts shill be c;anstz~ed together and constit~ite Sable iI1StI'UY~9.e~t• I~~TEI~~ October 2a1~ Steven o Poz~i I~• Etl~ard ~oyad~ian Timothy P. ~Tilienborg 4 ~iVA-Li 7TL.lY i. i.R ilAi i Y! ~~V6 ~~I~SENT ~I~ ~~E~ 0~ ~ 11~EETT~1~ ~F THE ~30.A~D ~E ~~~E~T~~tS In accordance with Seeman 14i a~the e~.eral ~arpa~~a.#ion 11a~~ of the Mate a~I~elaware, the ~nde~~sig~~ed, being ail the ~~nembers of the l~aard of ~h°~~#a~~s a~`~ra#ag Pacific, l~~c., a ~ela~vare ca~porati~n, ~#h~ `.`corpora#ion'~~, do hereby ~nar~i~no~si~ oonson# #o the follo~~ing ~~esolut~ons ~~~th the sane fay°ee and e~ee# as 1~'said ~~esol~.t~o~s had been adapted at a n~eeti~g of #.he hoard, City a~ ~'resr~c~~ ~A. ~ar~t~°actse RE~t~LVE~3, that Ti~~~o~.y illenbo~~g og• I~as#a ~kod~r#is be a~~#~hori~d to ac# on behalf of the Cax~aratian in canneetian ~vi~h the ~arpora#ian's b~xsiness dealings ~i#h the Ci#y of Pres~.o, Cali~a~~ia. . ~GS~3L~'E~3, that this ~ansent nay lie e~ee~ted in anyi na~lber of cou~~#erparts, a~~d delivered by f.acsi~iie #~~ansnaission, ~rit~I e same effect as yf ail szg~aing parties had signed tl~e same dae~z~.ent, A.11 eaunterpa~~s shall be const~~~ed together and cons~itu#e ale s~nle l~~s~l'l~n~~l~~. D~T~~; ~c#ober , 2~Ig Steven 1VI, P®~~i ti } ,~1: ' ~.1Jdvrard ~3oyadjian Timothy ~iilenborg ~~~,t ~r~~~ ~~~1 ~~5~~ ~ ~~~V ~ ~Jl' ~~9:/ if1F.C7F~17 ~lf.l' ~~~li.~L d \!'l~.►~ h~ accordance ~j~t~a Section 1.~~i of t~ze e~~~•a~ ~orporatio~~ ~,a«~ cif the Stan o~~ ~3e~a~~are, tine ~.~~~dc~•s~~nede be°it~~ ~~i the ~ne~~bc~•s o~`thc hoard t~t'irectors a~'~•ennta~ ~aci_~icy a. ~ela~~iare ct~~•~o~•ati®n, the `4C~rparatic~~~'~}s do .hereh}T unanin~o~~s1y ca~~scnt to the ft~ll~~~t~in~ r~~~~utx~~~~ ~~r~th t~~e saa~~c fork and cffcct as if s~i~ reso~~~t~uns had ~a~:cn adUptecl at a ~x~.eet~n~ o~ tl~e B~~<Yrd, ~~~F off' ~res~a, ~v~~~racts; ~.~S~L~~~~, that "~`irnathy i~~e~ho~'~ or costa S'~*o~.~•t~s be aut~~o~•i~d to a~~ oxt l~eh~~l~`o~'thc ~;c~rporatia~~ in co~inectiaz~ ~~itl~ the ~orporat~o~a's business dca,ii~l~s ~~ith the pity of ~~~•cs~~o, C~ift~~nia. that t~lis ~'or~se~~t n~~r be exect~~cd in an~~ nt~~bcr ni' ~;c~~~ntcrpa~•ts, and dcii~re~•eci b~~ ~fa~:siie transt~nission, tth the sa~~e effect as ~~~al ~i~~tin~ patties dad si~,~~ed the same docu~~er~t. ill counterparts shad he c~c~nst~•ued together and cc~nstit~ate t~~e same i~~s€r ~l~~~er~t. ~~~~D ~ ~ctobet , ~o I. ~ Ste~e~~ . Pa~~i ~,ciward :o~ad~ ian f ~ ~ ~ 1~ ~'i~~~ thy • r ille~tho~•~, SAFETY DATA SHEET Sodium Carbonate, Anhydrous SDS # : 497-19-8 Revision date: 2Q15-04-30 Format: NA Version 5.01 -MF~~ly~~i'7'J~ ~~i1'1'Sl~l~~, r~,r'~~9'lAl~R~~~~. '~y~. i ~ ~ 1 ii h y~,~ Product Identifier Product Nam® Soda Ash Other means of identification Product Codes} 497-19.8 Synonyms Sodium carbonate, anhydrous; Carbonic acid, disadium salt; Disodium carbonate Chemical Family Alkali salt Recommended use of the chemical and restrictions on use Recommended Use: Glass manufacture ,Personal care, Detergent, Water treatment chemical, Chemical processing Restrictions on Use: See section 16 far more information Manufacturer Address Tronax Alkali Wyoming Corporation 1735 Market Street Philadelphia, PA 19103 Tel: +1 877-362-2248 or +1 215-299-6904 www.tronox.com Emergency telephone number 1 307 / 872 2452 (Plant -Green River, WY} 1 3031389-1409 (Medical - U.S. -Call Collect} For leak, fire: spill or accident emergencies, call: 1 800 / 424 9300 (CHEMTREC -U.S.A.} 1 7031527 38$7 (CHEMTREC -Collect -All Other Countries u ~x~~k~~t.P€t~~' eft ~t td ,,'fir. ~ r.,`f, ~ ; ~ .1 r Classification OSHA Regulatory Status This material is considered hazardous by the OSHA Hazard Communication Standard (29 CFR 1910.1200) Serious e e lama ele e irritation Cate or 2 Page 117 Sodium Carbonate, Anhydrous SDS # : 497-19-8 Revision date: 2015-04-30 Version 5.01 GHS Label elements, including precautionary statements EMERGENCY OVERVIEW arning Hazard Statements H319 -Causes serious eye irritation Precautionary Statements -Prevention P264 -Wash face, hands and any exposed skin thoroughly after handling P2$0 -Wear eye protection/ face protection Precautionary Statements -Response P305 + P351 + P338 - IF IN EYES; Rinse cautiously with water for several minutes. Remove contact lenses, if present and easy to do. Continue rinsing P337 + P313 - If eye irritation persists: Get medical advicel attention Hazards not otherwise classified (HNOC) No hazards not otherwise classified were identified. Other Information May be harmful if swallowed. ri~~rr d~ ~ wCi,r r, ' ~x 1rri0 ice' X)'ir ~ ~ yr ~ ~~.i ~ ~t~ s~~ ,r ~(~~CS ~rrA ~fA Orr irF ( fi,ri~T rR~ 'f ~r~f •f F ti ~ ~ NA-6n 4'a Chemical Family Alkali salt. Formula Na2CO3 Chemical name GAS-No Wei ht Sodium carbonate 497-19-8 100 Synonyms are provided in Section 1. l.t z ? Y ~r ~:7 T ~1~~~. r. ~ ~ 1r. ~r~dF." ~ 1 ~ r ~ .1 f,' Eye Contact Rinse immediately with plenty of water, also under the eyelids; for at least 15 minutes. If symptoms persist, call a physician. Skin Contact Wash off with warm water and soap. Get medical attention if irritation develops and persists. Remove and wash contaminated clothing before re-use. Inhalation Remove person to fresh air. If signslsymptoms continue, get medical attention. Page 217 Sodium Carbonate, Anhydrous SDS # : 497-19-8 Revision date: 2015-04-30 Version 5.01 Ingestion Never give anything by mouth to an unconscious person Get medical attention if symptoms actor Mast important symptoms and Causes serious eye damage /eye irritation. effects, both acute and delayed Indication of immediate medical Treat symptomatically, attention and special treatment needed, if necessary ~ 1t32 y Suitable Extinguishing Media Use extinguishing agent suitable for type of surrounding fire. Specific Hazards Arising from the Nan-combustible: substance itself does not burn but may decompose upon heating to Chemical produce corrosive andlor toxic fumes Hazardous Combustion Products Fumes of sodium oxide. Carbon oxides (Cox). Explosion data Sensitivity to Mechanical Impact Nat sensitive. Sensitivity to Static Discharge Nat sensitive. Protective equipment and As in any fire, wear self-contained breathing apparatus pressure-demand, MSHAINIOSH precautions for firefighters (approved or equivalent} and full protective gear. fr J dr ~ f ra} ~~r~~' r ~ rP~( 3rr r + r. r~ fr yY~rrR ~,rY7~ ' ~~d~~~~1~~'ylr '~~l`' ~i~ ri'} ls~~~~ ~~i5°~~~~~1j7 ark? ~'Y k i n ' r i- r~ ~ , ~ F ~ ~ a FF ~ t rr ~ r. 'r ~ ~ '.'r- ~ ~ rr v j Personal Precautions Avoid dust formation. Sweep up to prevent slipping hazard. Other Far further clean-up instructions: call Emergency Hotline number listed in Section 1 "Product and Company Identification" above. Environmental Precautions Do not flush into surface water or sanitary sewer system. Methods for Containment Prevent large quantities of this product from contacting vegetation or waterways. Cover with plastic sheet to prevent spreading. Pick up and transfer to properly labeled containers. Keep in suitable and closed containers for disposal. Methods for cleaning up Pick up and transfer to property labeled containers. Keep in suitable and closed containers for disposal. Dispose of waste as indicated in Section 13. (,7;~Xrrlr~j #`"R~r d~~ r'b~~,r ~~rF 7~i~'r~ ~ ~~rr~}~~+~r ~rM r ~ u~r,, ~ ~ ~f FJ~'~ ~tir~tE17lrS~31`~13 1~~`Y ~d ~'~~'f~"'~1T or~1~'~aT~ l f "~'~v'`~A~~1'~' r 1'i~~~ ~f~ r, - j ~ e ~ ~ J3' -.~iF Prof rrd rr~~-( nf~ (~r~( i~~~ ~Cffl'-0(f' ~trR-P~-'if F(~F"~(~rn ~f- f r .i. ~r a r a^ rY' 6 n~6 ay ~frd Handling Use air conveyinglmechanical systems for bulk transfer to storage. Provide appropriate exhaust ventilation at places where dust is farmed. In case of insufficient ventilation, wear suitable respiratory equipment if release of airborne dust is expected. Storage Store in original container. Keep in properly labeled containers. Keep container tightly closed. Incompatible products Aluminium. Powdered aluminum. Acids Y fJ 1 J, f Control parameters This product, as supplied, does not contain any hazardous materials with occupational exposure limits established by the region specific regulatory bodies Local nuisance dust standards apply Page 317 4 Sodium Carbonate, Anhydrous SDS # : 497-19-8 Revision date: 2015-04-30 Version 5.01 Appropriate engineering controls Engineering measures 1Nhere reasonably practicable this should be achieved by the use of local exhaust ventilation and good general extraction. Individual protection measures, such as personal protective equipment Eye/Face Protection Tightly flitting safety goggles. Skin and Body Protection Wear suitable protective clothing. Protective shoes or boots, Hand Protection Nitrite rubber, Neoprene gloves Respiratory Protection In case of inadequate ventilation wear respiratory protection. Hygiene measures Handle in accordance with good industrial hygiene and safety practice. General information These recommendations apply to the product as supplied a y. ~ Information on basic physical and chemical properties Appearance Granules Physical State Solid Color White odor odorless odor threshold Not applicable pH 11.4 {1 % solution in water} Melting pointlfreezing point 851 °C Boiling PointlRange No information available Flash point Not applicable Evaporation Rate No information available Flammability (solid, gas} Non-combustible; substance itself does not burn but may decompose upon heating to produce corrosive andlor toxic fumes Flammability Limit in Air Upper flammability limit: No information available Lower flammability limit: No information available Vapor pressure No information available Vapor density No information available Density No information available Specific gravity 2.52 Water solubility 212,5 g/L @ 20 °C Solubility in other solvents No information available Partition coefficient No information available Autoignition temperature No information available Decomposition temperature 400 °C Viscosity, kinematic No information available Viscosity, dynamic No information available Explosive properties Not explosive Qxidizing properties Non-oxidizing Molecular weight 105.99 Bulk density 0,85 -1.12 glcm3 (Dense grades} 0.70 - 0.90 glcm3 {Light Grades} ~s~ 0 bar mis J y ~~4~~l~La~rff~ ~'yy`~~}}~~~~'}~.1~~ 1jP j~'.~~r ~ f f Y ~ ' i I ~ x , r ~YF~~° d YF t~F~ ~B141 AP {FPt~F~f ~Y ~Y (t ..P i F°h F~fr f 1 F~ Y ~ f ~ ~1 ~ r ~ d ~ Pf. _ ~+4'k~ Reactivity None under normal use conditions. Chemical Stability Stable. Decomposes by reaction with strong acid. Possibility of Hazardous Reactions Nane under normal processing. Page 417 Sodium Carbonate, Anhydrous SDS # : 497-19-8 Revision date: 2015-04-30 Version 5.01 Hazardous polymerization Hazardous polymerization does not occur. Conditions to avoid Exposure to air or moisture over prolonged periods. Incompatible materials Aluminium. Powdered aluminum. Acids. Hazardous Decomposition Products Sodium oxides. Carbon oxides (COx}. ~ f~'~~~~i~~~r,'71 l~~ r~~y~1~r~ +r~~r~~ ~'~R~~ tr. y ~~fF:~r , .t' ~ d ~ ' , , r~ r . + Product Information LD50 Oral 2,800 mg/kg (rat} LD50 Dermal > 2,000 mglkg (rabbit} LC50 Inhalation 2.3 mglL (rat) Eye Contact Irritating to eyes. Skin Contact Non-irritating Sensitization Patch test an human volunteers did not demonstrate sensitization properties. Information on toxicological effects Symptoms No information available. Delayed and immediate effects as well as chronic effects from short and lang-term exposure Chronic toxicity No known effect. Mutagenicity No information available Carcinogenicity Not recognized as carcinogenic by Research Agencies (IARC, NTP, OSHA. ACGIH}. Reproductive toxicity No information available. STOT -single exposure No information available. STUT -repeated exposure No information available. Aspiration hazard No information available. ~i+:~"IC ~~r PrW~j~~ F~ ,rr~~F~+?' ~~,v~in~~,'1 1'}~1~~~ '.ir~jri - ~ jrR. ~:rr~ ~ 4 ~ ' r r`~ a~r1 ~r~ 'Xy~ ~1.,7~~ ~ff~r1~~1' ~ 2' o~~ ~r r c ' lr are, 3 ~ o ~ 1 y, ~u t~ X ~F I~fjif4 Ff ,n'~ if Mfr ivdrv n ire r (F~ F~i~ r r ~ ~ +u ';F ~ ' ~f8 a ' ~ f c' F ~ F ~f t -fR - (1 Ecatoxicity Sodium carbonate X497-19-8~ ctive In redient s Duration S ecies Value Units Sodium Carbonate 6 h LC50 Blue ill sunfish 300 m /L Sodium Carbonate 8 h EC50 Cerioda hnia 200-227 m IL Persistence and degradability Biodegradability does not pertain to inorganic substances. Dioaccumulatian Does not bioaccumulate. Mobility Dissociates into ions. Qther Adverse Effects None known. f~Y~l~ ~ f~l N+~ ~hA1~J'`~ it i ~ ~ ~la.p ~I~~7 li". ~ ~ i i ~ r i i , r, i P, w iF~ ~ ~ ~ ~ f~ ~ ,~V f~~~?Yl~~~'~ia~rJP31'y~ '~~'NJ~ 1~~~Y{~..,~ ~ ~ ,'y'i J7. d ~ ~'e ~ S,.Nii' ?.t d'St F.+r,~ ~ 7r'~r trrter txfl dFJ~ar~t~. .Y ~t'~ 'r. P.~ti. •~F J'. 12 ` 'Jf r~ fl~~f Waste disposal methods This material, as supplied, is not a hazardous waste according to Federal regulations (40 CFR 261 Dispose of in accordance with local regulations. Page 5 17 Sodium Carbonate, Anhydrous SDS # : 497-19-8 Revision date: 2015-04-30 Version 5.01 Contaminated Packaging Dispose of in accordance with local regulations. ~ 4~~y?~~~.~~i~i~~~'~~.~a)~~~.~7rjl~~~'}~f ~r1,~~`d~+~~~y"dJ- ~`Fid~g~,~sd~~ !f l,~'r'1 ,7 ,3 ~f~~~, DOT NAT REGULATED TDG NOT REGULATED ICAOIIATA NOT REGULATED IMDGIIM® NOT REGULATED ~ ~f~~fF~a~ E~~ . ~ft~F~~l.~ ~i r~~~~~ ~ i~.~'.d }r, d ~ n ~ . i . ~ ~ ~ ~ ` F r r4 " , D ~~rA~ .i2r -ire f ~~d~ n~ ri ~,f r -F ~r- I- r U.S. Federal Regulations SARA 313 Section 313 of Title III of the Superfund Amendments and Reauthorization Act of 1986 (SARA). This product does not contain any chemicals which are subject to the reporting requirements of the Act and Title 40 of the Code of Federal Regulations, Part 372 SARA 3111312 Hazard Categories Acute health hazard Yes Chronic health hazard No Fire hazard No Sudden release of pressure hazard No Reactive Hazard No Clean Water Act This product does not contain any substances regulated as pollutants pursuant to the Clean Water Act (40 CFR 122.21 and 40 CFR 122.42 } CERCLA This material, as supplied, does not contain any substances regulated as hazardous substances under the Comprehensive Environmental Response Compensation and Liability Act (CERCLA) (40 CFR 302) or the Superfund Amendments and Reauthorization Act (SARA) (40 CFR 355}. There may be specific reporting requirements at the local: regional, or state level pertaining to releases of this material US State Regulations California Proposition 65 This product does not contain any Proposition 65 chemicals. U.S. State Right-to-Know Regulations This product does not contain any substances regulated by state right-to-know regulatians International Inventories Component TSCA DSL EINECSIELI ENCS China KECL PICCS AICS (United (Canada NCS (Japans (IECSCJ (Kor®a~ ~Phllippines~ (Australia) States Euro e Sodium carbonate X X X X X X X X 497-19-8 100 Mexico -Grade Moderate risk, Grade 2 Page 617 a Sodium Carbonate, Anhydrous SDS # : 497-19-8 Revision date: 2015-04-30 Version 5.01 WHMIS Hazard Class D2B -Toxic materials, Eye irritation Class E :Corrosive to aluminum. Nat corrosive to animal skin ar carbon steel. r~a~ oW ~a~~ro ~-~a~na~~i~w s r ~ e. ~ ~ ';t ~ ~~r~ ~ NFPA Health Hazards 2 Flammability 0 Instability 0 pecial Hazards - HMIS Health Hazards 2 Flammabilit 0 Ph sical hazard 0 Personal Protection X NFPAIHMIS Ratings Legend Severe = 4; Serious = 3; Moderate = 2; Slight =1; Minimal = 0 Product Certifications This product meets the chemical testing specifications defined in the Faod Chemicals Codex FCC), 8th Edition. This product is certified to NSFIANSI Standard 60 for use in drinking water treatment at the specified maximum use limit. The MUL maximum use level) for sodium carbonate, anhydrous is 150 mglL under NSFIANSI Standard 60. _ - r# , . " ~ertifi 1a , , f~~SF~`~hfSl a Revision date: 2015-04-30 Revision Hate .Minor change Disclaimer Tranax Limited believes.that the information and recommendations contained herein (including data and statements) are accurate as of the date hereof. NO WARRANTY OF FITNESS FOR ANY PARTICULAR PURPOSE, WARRANTY OF MERCHANTABILITY OR ANY OTHER WARRANTY, EXPRESSED OR IMPLIED, IS MADE CONCERNING THE INFORMATION PROVIDED HEREIN. The information provided herein relates only to the specified product designated and may not be applicable where such product is used in combination with any other materials ar in any process. Further, since the conditions and methods of use are beyond the control of Tronox Limited, Tronox Limited expressly disclaims any and all liability as to any results obtained ar arising from any use of the products or reliance on such information. Prepared By: Tronox Limited Tronox Logo - Trademark of Tronox Limited 0 2015 Tronox Limited. All Rights Reserved, End of Safety Data Sheet Page 717 t ~ • a •s +r P ~ s h~: I ~ . „ M- ~ i~ ~ r - s ~ j - ^r~r y , K q} i ~ ~ k. ~ 4 M1~t ~ 'F ,.r. s g, t+; L~ For nearly seven decades, our alkali business has been a dependable source of natural soda ash providing the widest range of product grades and the highest quality product choices to customers around the globe. As the world's ~1 producer of natural soda ash, we have built a solid track record of meeting the needs of customers in a wide range of industries. Our natural soda ash is essential in a vast array of important everyday uses, including glass manufacturing, chemical processes, soaps & detergents, air pollution control, and water treatment. So when you look through your windshield or check your smart phone, our soda ash is there. When you drink your favorite beverage from a glass bottle, or wash your car, our soda ash is there. Tronox Alkali produces ingredients that make life easier, safer, and more enjoyable. Our experienced team of professionals is committed to continually developing new techniques, new products and new ways to better serve our customers. This steady focus on innovation, combined with our superior supply chain expertise, allows us to bring the widest range of soda ash product grades to our customers in the mast cost-effective manner possible. Our innovations include customized supply chain solutions, online vendor-managed inventory, and railcar tracking system. With the longstanding success of our Green River operations, Tronox Alkali has a proud history of sustainable, safe and ethical extraction of trona ore. We back that legacy with breakthrough process technologies and superior customer care. ~ ~1~ ~ Grade 50 Absor taPlusT"' Grade Grade Grade OptiProT"" p 100T"" 160 260 Iblft~ 50 45 48 59 65 43-52 Bulk Density glcm3 0.8 0.73 0.77 0.95 1.06 0.69-0.83 On US 30 (600 pm) 4 1 0.5 1 1 ' On US 40 (425 pm) 20 8 9 15 5 - 35 Screen Analysis, . On US 50 (420 pm) 1 cumulative pn US 100 (150 {am} 23 85 88 89 85 65-90 weight Thru US 200 (75 pm) 70 2 2 2 2 0-10 Thru US 325 (44 pm} 88 Absorptivity Low Highest High Medium Low Low NazO, wt % 58.2 58.4 58.4 58.4 58.4 58.2 ~Na2C03, wt % 99.6 99.$ 99.8 99.8 99.8 99.5 NazSO4, wt % 0.08 0.06 0.04 0.06 0.05 0.04 NaCI, wt % 0.06 0.05 0.05 0.05 0.06 0.03 FezOs, ppm 12 7 7 7 4 7 Arsenic, ppm 0.01 0.01 0.01 0.01 0.01 0.01 Heavy Metals (as Pb), ppm <10 <10 <10 <10 <10 <10 Water Insolubles, wt % 0.05 max 0.05 max 0.05 max 0.05 max 0.05 max 0.05 max Soda ash is available in bulk shipped in specially designed soda ash hopper rail cars, hopper truck or pneumatic truck. Soda ash is also packaged in 50-pound bags and various sized supersaks. The packaged product is palletized and wrapped for shipment at our Green River facility and 1 or other warehouses throughout the U.S. Tronox soda ash is also available for ocean export to strategic markets around the world. Mixed truckloads with soda ash, sodium bicarbonate, S-Carb®, or SesquiT"' are also available. .w Certifications Respo»sibleCa~•e ISO 9001, Responsible Care, AWWA, Kosher, REACH, NSF, Halal Tronox Alkali Tronox Alkali Mining ~ T~'~'G . ❑i ~ ~Q Philadelphia Office and Manufacturing ~ 1735 Market Street 580 Westvaco Road ~ ■ . Philadelphia, PA 19103 Green River, WY 82935 ~~~~r ❑ . Purchase order - ~ ~ ~ ° Fiscal Year 2018 Page: 1 of: 1 J{ q' ~ a.... ~ v ~~QQ ~ee ( - - - - M~► B City of Ashland _ _ - ~ ~ ATTN: Accounts Payable 20 E. Main Purchase L 833 Ashland, OR 97520 Order # T Phone:5411552-2010 O Email: payable@ashland.or.us V H CIO Water Treatment Plant E BRENNTAG PACIFIC, INC 190 North Mountain Ave D FILE # 2674 P Ashland, OR 97520 O LOS ANGELES, CA 90074-2674 Phone: 5411488-5345 R O Fax:5411552-2329 - _ ~/~ndQrPhQn~_Numb~r___ i~n~~----_-_-~_~_~_,~_-_ .Il~ = - ~rr~----~ . . _ 541 726-8258 Gre Hunter _ Qate Qrd~r~si . ~f~ndQr Number` _ ate~~ir~i~ s-e ~ . _ . _ C~a~tiQ. - 0612712017 698 FOB ASHLAND ORINET30 Cit Accounts Pa able WTP Chemicals 1 MODIFIED: WTP Chemicals ITB #2017-101 12 ORDR $3,009.6000 $36,115.20 Chemical #1 Sodium Hypochlorite 12.5% "Filtered" Hasa - PC #882657 (6) Totes per order 33330 gallons per tote $1.52 per gallon $501.60 per tote Cost per order $3,009.60 No additional charge for delivery Contract for WTP & WWTP Chemicals (#2017-101) Beginning dater July 1, 2017 Completion date: June 30, 2019 Project Account: 2 ADDED: WTP Chemicals ITB #2017-101 8 ORDR $962.3900 $7,699.12 Chemical #3 Cytec Superfloc N-300 LMW Flocculant Cytec PC #683870 (6 Bags per order 55.12 Lbs er ba $2.91 er pound g $962.9 per order No additional charge for delivery Project Account: GL SUMMARY 081900 - 601500 $43,814.32 By: Date: ~Auth~orized~;~~gnature ~ = a ~ $43 814.32 FORM#3 CI?Y OF ~~~~f~~ - ~ H LAN D ~S REQUISITION Date of request; 6-21-17 Required date for delivery; 7-1-17 Vendor Name BRENNTAG PACIFIC INC. Address, City, State, Zip 10747 PATTERSON PLACE SANTA FE SPRINGS, CALIFORNIA 90670 Contact Name & Telephone Number PAULINE ROBERTS 509.380.0675 Fax Number SOURCING METHOD ❑ Exempt from Competitive Bidding ❑ Emer enc ❑ Reason for exemption; ®Invitation to Bid (Copies on file) ❑ Form #13, Written findings and Authorization ❑ AMC 2.50 Date approved by Council: 6.6.17 ❑ Written quote or proposal attached ❑ Written uote or ro osal attached Attach co of council communication _ If council a royal re uired, attach co of CC ❑ Small Procurement Ca~erative Procurement Less than $5,000 ❑ Request for Proposal (Copies on file) ❑ State of Oregon ❑ Direct Award Date approved by Council; Contract # ❑ VerballVllrittenquote(s) orproposal(s) -(Attach copy of council communication) ❑ State 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 ❑ Written quote or proposal attached Agency ❑ (3) Written quotes and solicitation attached ❑ Form #4, Personal Services $5K to $75K Contract # PERSONAL SERVICES ❑ Special Procurement Inte~overnmental Agreement $5,000 to $75,000 ❑ Agency ❑ Form #9, Request for Approval Date original contract approved by Council; ❑ Less than $35,000, by direct appointment ❑ Written quote or proposal attached (Date) ❑ (3) Written proposalslwritten solicitation Date approved byCouncil: - (Attach copy of council communication) ❑ Form #4, Personal Services $5K to $75K Valid until: Date Description of SERVICES Total Cost TWQ.~YEAR~BLANKET PURCHASE ORDER FOR 7.1.2017 TO 6.30.2018. $ WATER TREATMENT CHEMICALS Item # Quantity Unit Description of MATERIALS Unit Price Total Cost 1 12 ORDERS 6 EACH 330 GALLON TOTES I ORDER OF 12.5°/° $ 3,009.60 $ 36,115.20 FILTERED SODIUM HYPOCHLORITE 2 8 ORDERS 6 BAGS I ORDER CYTEC SUPERFLOC N•300 FLOCCULANT $ 962.39 $ 7,699.12 TOTAL COST ❑ Per attached quotelproposal $ 43,814.32 Project Number _ _ _ _ _ _ • _ _ Account Number 6Z .~b.801500 AccountNumber___®_._•__•__•___.____ AccountNumber___®__•__._•__•______ ~Expendifure must be charged fo the appropriate account numbers for fhe financials fo accurately reflect the acfual expenditures. lT Director in coldaboration with department to approve alb hardware and software purchases: IT Director Date Support -Yes / No By signing this requisition form, I cerfifyfhaf fhe City's public contracfing requirements have been satisfied. ~ De artment Head; ask ~ ~-,v ~ ~ Employee: ~ ~ ~ ~ p n ~ ~ ~ i ual to ~r~gre er than $5,000) Department ManagerlSupervisor: City Administrator; ~ ~ " (Equal to o greaterthan $25,000) Funds a ro rioted for current fiscal ear ~YESI NO ~ ~ ~ ~ ~ pp p Y .r - ~ ~ ~.R~~ i=inancirector- (Equal fo or greater than $5,000) Date Comment: Form #3 -Requisition ~ ~ ~ ~ ,7 Title: ITS ~-Chemicals for Water and Wastevuater Treatment Plants Fr®m ~ Greg Hunter Water Treatment Plant Supervisor ~sl~~~~.?I.~VV~'~Jl~~i~~IeGird'~%~"'~l~tr~~'i~'~ «i6~f~~a~ David Gies Wastev~ater Treatment Plant Supervisor S® Chemicals are required to maintain consistent water quality at the dater Treatment Plant and for compliance with NPDES (l~atio~al Pollutant discharge Elimination System) permit requirements at the ~lastewater Treatment Plant. A formal competitive sealed bid (Invitation to Bid) is the required sourcing method far an acquisition greater than $100,000.00. Ten (10}beds were received and individual contracts for each ~f the eight (~}chemicals will be awarded to the lowest responsible and responsive bidders for a term of July 1, 2017 to June 30, 2019. The bid tab is attached for your review. Actions, ~~tious, or Potcntial l0~otions: The council, acting as the Local Contract Review Board, moves to approve the public contract awards for chemicals. Staff Recoffi~nendation: Staff recommends the public contracts for chemicals be approved. Resource REquire~nents: Funds are budgeted for chemicals. v~TP chemicals are estimated to cost approximately X230,000.00 per fiscal year and $460,000.00 for the biennium. v~1WTP chemicals are estimated to cost approximately X160,000.00 per fiscal year and X320,000.00 for the biennium, PoI~P~-end ~®als Sapp®rted: ' N/.A Background and Additional Information: Section 2050.00 Formal Processes - Co~petiti~e Sealcd bidding and Proposals Except as otherwise expressly prodded herein, in addition to the requirements of the Model Rules and the ®regon Public Contracting Code: C. The Local Contract Review Board shall approve the award of all contracts for which the Ashland Municipal Code ar the ®regon Public Contracting Code require formal competitive solicitations or formal competitive bids. Attachments: ITB #2017-101 Bid Tab for Chemicals for V~TP ~ TTP Page 1 of 1 ~ ~ I F ~a~nnb a~nnb ~ ~~~t~~ ~a~n ~ ann b z ~ ~ ° co G O O D N~ Q O ti d® ° O O O ~ m O O ~ ~ N 0 C' ~ e~rt r~r- ~ ~ ~ e~+ f~-r ~ ~ ~ ~ ~ ~ ~ ~ C r~r rt C .~-r .fit ~ ~ ~ ~ Cn [n e ~ H m CS' C G r r ~ ~ ~ ~ G In r-, r= ry ,G M ."S (D'l n W ~ ids ~ 67 N ti "'S ^'1 ~'1 ~ C~ \'J 1"4 x boa ~ boo ~ o ~ ~ ° ~ ° ~ ~ ~ ~ ~ o ~ r~ o co ~ ~ ~ G m G co 00 ~ a r~ r ~ ~ o o ~ ~ tea ~ ~ C4~vr' ~ a~t~9' ~a no a ti uo p ~ nos ~ N - o 0 0 4 ~s ~ iso ~ 6' C ~ ~ G, O -f ~ O za z~ ~ z ~ z a o~ ~ o ~ o ~ P~ ~ ~ , b b ~ ~ tU tid ~ r` n ~ V a o a a ry ~ ~ ~ 0 o R o c ~ ~ ~ ~ J ~ ..e m O o ~ ~ ~ ~ ~ x ~ o 9 C ~ ~ p N N a0+ µ ~ ~ A ~ O .O ~ ~ ~ ~ ~ +1 "y ~ kw '4' ~ Oo ~ ~h ~ h W O ~ W O N ~ Ch n Q lh ~ ~ rh N CA H? ~ FF. N CO ff} ro fD ~i t~ {{r ~f1 C3 © ~4 ~ O O O Nn0 O ONo ~ ~ O~Ua cO o ~ O O O G~`~O O OG1~ ~ QOC ~~,1 ~oO~ N C0 ~.t ~ ~ ~ C < C ~ ,pq ~ °Y y if? 64 ~ ffr b'3 ~ ~ r ~ ~ ~ cfl ~ ~ b4 ~ ~g ` O N ,u ~ ~ n ~ •A u ~ N = .p ~ ~ ~p x a ~ 0 W ffi ~ 1J Fes'"' " C rr ~ r 17 " i? K' b5 fp0 ON O ~ O ' 0 0 ~ ~ G ~ ~ Q S.li Q1 ~ U ~ ~ f}1 ~ ~ 4 a ~y ~ '-s' ~ 0. fft ~ O J ~ FI3 ~Y 1D J y ~ 'E Q •r O O O~oO O 00~ p~ O~~-+`~p0a1G~w~ o cD r+ o° °O oo°ar-Do °o °ocp arCOao'°oc~r~?~°o~.~°. ar'~ m s.' b ~ ~ n~q N N N N r7 l 1 z,~ z~ z ° z µ ~i Q~ C°~ ~ Q ~ ~ a C'°~ m tvc; G7 c, ~ c~ kH ~ C'~"3 n=:, N N ~ P. C ~ F~~qq ~ ~ M V~ U p ~ CO Cr C ~ C y C- ry `a ~ 7 y~ oa a~ ~ R~ o ~ o ~ G7 4 b ~ ~ ~ G7 c~ ~ c. n n a a o a" o C e ~ e tp p " ~ CC ~ C Cy C N N A N N y ~ O z O G ~a ~ d 0° ~ o f0~ ~ a ~ d~ d® ~ a d o ~ ~ ~ ~ ° a h+ M lw ~ ~ ~ ~ Ci C. - ~ s Ca spy. ~ a. z O D ~ Z ~ ~ C 4 ~~y ~ ~ J ~~q0-y ~ ~~y ~ n 6r W 4 W ' W Cr~ d V r n ~ ~ ID n n ~ ro ~ 3 !J N ~ C ~ Q r ii M►. yi I~ ~ ~ p ti ~ c. C ~ C A ~ ~ ti 0 7 CO ti P 'tii. ~ ~.Oy mil' ~ c1 4 " a tdo ~ ' ~F ` ~ ' C.1 W Gy ~ s 'ate A &4 ° *f.' .A CO 6: o ~ `a" ° ~ ~ ~ n r °4 O C Vi Oc0 lliCc ~ ~ C O C G C? ~ G O O~ y G O Q J~ O U O ^J C0 c0 v~ ~ 4+ G., C a a~~ Q~ z ~ p y e ~ ~ ~ r Cr ~ 4 ii rj l~ G ~ Ly ° ~ A N V 4:~ a a N ~ ~ ~ Q 8 fl n » Q r t0 G9 ~ z o ~ ~ ~ - ~ - ~ ~ N N C N !J ~ ~ ~ ~ r m f, Q p6 0 J ~ ~ ~ i pi ~ 1J ~ bA N ,n.., p O N ~ P:1 N ~ ~ q cn N s°. ~ O O N ~ ° ~ O O N b m fO O a n ~ m G. O O~ fs. O O Q O ry O O C? ('y p p N ~ tT cNir ~ ~ ~ ~ ~ c ~ a ~ ~ C~ ~ ~ ° w ~ ~Cf~ ~ ~ ~~P~" ro ~ iz ~ ~ sz cn ~ ~ 3t; rn ~ ~ ra ~ o 0 n W C"' why, 4 t3' q {3' uo W .~i v ~ ~ d" G' ~ r'i ~ ~ ~ ~ .e U4 fia _ ~ :r C p~ p" C°`~ C7~ 0~ f k: r r 0 0 o~ ~ ~ c c ~ n ~ ~ ~ 0 o w p Q o 0 0 ~ ~ m `s cn cn 0 ~ s~ ~ ~ ~ o W C W ~ G N `rC tS G ~ L! tm 1 ~ n ~ c~a t1ti '~7 ~ ~ t1 ~ Cn ~ Q ~ "rt O ~ Q o L7 ~ fl o ~ ~ O N "v,.a ~ No Q o ~ C.? CJ tJ~d 4 N~ C ~ ~ ~~Cp'?~ ~ "n 0 o w o o W Q Ca ~ ~ 0 ~ ~ ~ ~ p ~ q ~ ~ O ~ 0 C d ~ co -a d s r, ~ ~ ~ as a n ~ ~ ie W C W C ~ C3" Q. .1'7 ~ ~ G ~ ~ G C~'J~~ ~ ~ Q fr? ~ rf3 O ~ ~ ~ ~ ~ C LS P" ~ ^ { 1;J fft ~ tlt ~ ffi ~ O ~ n Q C1i Cap d flt O O ~ ~ d O C'h to ~ Ca t1t V,'3 tt~ O ~ Q O WHO Q Ldp dm GO U1~Q N N d~ C 4 ~ z~ z~ ~ ~ z° ~ " !h4 ~~r~ ~ ~ ~A C ~Li R w d~_ ~n ~ ice. C~ ~ G N N f~ C. fa td ~ ~ a a. ~ ~ o Gf1 ~ ns ~ ~ ~ ~ ~ PJ !J C~ N N h ti; C~ O Cd, by4 ~ ~ ~ u~~ ~C ~ ~ b~~, ~ r"a d~ d= ~ ~ a~ d~ ro p p ~ O fl, 1t C5 " ~7 Co, G ~ 4 ~ _ ~ { zo Za c ~a z.N°. G ` ~ ©ar o;~ o~ o ~„r V ~ P3~ ~ f~ ~ R P! t9 C O ~ ~ C ~ ~ 49 CD ti 4 ►~a ~ ~ rte". ~ r. ~ < ~ N N n ~y C y ~ ~3 ~Q ~~~yy ~ (1 lp~~1 ~~y ~ OM ~ 4 Jyy W Gn W 4 d a W ~.r 1AJ 6.~ Q l i ~ ~ .-a ~ ~y Q W ~ d w P!~ d; CY ~ O G} w ~ yy Cq 4 C N. N; ~q. fD a G1 W' 19 G ~ ~ M~1 td c:; f~3 c; r~ ~ a ~ ~ ' . ~ V fy_ ~ 13. ~ w~ A' n Y~ N N C O ~ ~ wa N 4'i C9 L" ~ v @ ~ ~ i a ~ ;2 to v~ ~ ~ '~S. W. ~ ~ ~ ~ °t ~ ~ 'a' N Pti1 a a ~ a ~ 1~ C ~ ~ k ~ ~ rp p ~ ~ Ci ~ tlt n _ ~7[ B rn 't ~ ~ ~ ~ ' M4 ~ "5 ~ o ~pV~ ~ ~ wNN~~.~ taNlaO y P o ~ ~ L'. ~ d O to ~ C. ~ CS O l!t C ~ p,q c, c. Pa ~ ~ DR ~ ~ N f~ t ~ Q O ,.,j .'"i O O r &4 Ca ~ Ld ~ d ~ ~ f~9 ~ :p ~ ~ p m, ~ ~ t4 ~ n N ~ N ~ ~ ~ N ~ .A oa rfs a r Cs as ~ o D II. O flQ~. d W ~''~vP. W W W~ ~ N CS W ~ ca C? W _ to Oo ~.1 (G ~..1 ~L7 S71 LL CJ N S2. d d ~ i~. ~J Cn W f~. 41 cT C7 ~~ann ann b ~ ~ ~n ~ a nb a n~ z~ ~ o T n o ~ ~ ~ ~ ~ ~ O mr r. 0 O CD O O A~ ~ m ~ ran n' m f. O ~ da ~ rt r ~ ~ ~ ~ ~ N ~ ,e. (0 .-r ~ e. ~ e•r (p r"j ~ s= Q ."4+• [tf 7 ~ fD ~ ~ CD CD ~ (~D ~ C ~ ~ CD rn ~ f6 CO ~ Cr ~~t 7 ~ ~ ~ a r•'` rt goo ~a goo as ~ na,° ~0.<° = - gym.., O'' A~ T R~ G Q~ W P- Q. O O a' `cj Ly q~g ~ ~ lD !D ° a cS Qq ~p CD (JO U1 ® r (D O r N r=', O t" N ~ ~ m a '-c 0 n ~ ,-r !d ~ W h W 'd 0 ~ vi ~ "~a v ~ ti ~ 4 qp ~ ~ A7 M Qr (J4 r G' 4 b ~ k~ ry ~ ' ~ ~ yN9, ~ ~ (h O to tJr O., O CD tC `d' ~ ~ 0 a ~ Qt b ~ O ~ ~ ~ b A~ n N N A O~ n~ N O ~0 N ~~y, O7 O ' A 9 ~ o ~4 W ~ ~ J 0~ q ~ ~ ~ 01 p ~ ~ ~ ~ G. 4 ~ C ' C n A ~ O O ~ Q 6 ~ a ~ y .1 ~ 1~4 rR. a J ti .A s 0 rA Q~ ~ W lv ~ O ~ ~ ~ ~ ~ u n 00 04 , OLn ~ ~ a~ a~ o EF. OC k-. ~ ~ ~ lh 'V f~5 m co r,,,,, N N hl N ~ 0 oa cm i~ ° o is :p ° n ~ ~ n X00 c, vooo ~ c a co Q 00 ~ ® a ~ N N. ~ ~ " ~ N N (1 ~ A ~ O Q. ~ O~ Z~ r~+ O ~ Q 6~ 5f3 ~ r {~g ~ r O. o tOn y ~ ~ ~ Cr ~ c. ~ ~ ~ ~ v,tn~O~p~ ~`-"~'w~ w e e s~ R dr. ~n <e o n'' '3 Oa.~-' ~ 000 ~ N 000 ~ ~OOO~m p p t7 ~ 000 000 c., ` ti. N ~ N ° ~ IJ N~ B 1 z O C ~ i zO. `,~G Ai 0 ~ 0 ~ 0~? 03 ~"~."s C1~ c. b t. C' ~ ~ Cd w Cd v C' ~ = C1 z ~ w x = u n a o d ~ a6 CJD ~ ~ ~ ~ ~ F ~ G u C7 n M ~ a G p`. ~ C~! E o ~ < ~Qn E~3 r O 4. z o Z O n c f~ 0~ 'y p O (n A (1 ~ fC rs n O a b a to ~ ~ d ~ d ~ rr. ~ n. ti7 _ e3 G ~ ~ O m ~ r: `F N N ~ ~ CT ? d Q ~ ~ Efi N ~ ~ ,.1 ~ IJ f8 a O n N N. V ~ ~ rill ~ Q ~ ~ O GO E/. r o w ~ 0 ~ c, c, ~ v z o z ~ ~ z~ za 5 0 = 0 ~ ~ 0~ 0~ ~ _ 4 b C a a ~ V~ a~ 0 0 o o w ~ ~ b a ~ ce ~ , ~ a ai 8: 0 CJ o, CC ~ v ~ a O G O c. O O ~ ~ ~ rs ° O ~ O r r. rs . "n ~ m F~ a O ~1 ~ bF3 0 O a O a O NN~'0N NNE'' ~ O C 4 ~ C 0 ~ 0 ~ ~ 0~ 0o rS ~ e s 4 Vi ~ r.. r!1 a C a = a~ a= "n n ry ~ ~ + N N N N o a o 0 v ca a co 4x C.r 4 :i o c ~a o o ~o ~a y 4 }.a ~ ~ e ~ ~ ~ µ pS ~ =a 0 ~ 0 o'~ ~Oym Q~ ~ 0 C O N N Q ,a, tJ N ~ Q O A O M A ~ p ~0 Co 4 C. e ~ ` ~ c C y. N y ti ~ N IJ 0 ~ O ~ O~ 0~ p u GJ v ~ td c~ ~ ~ b ~ 0 ~ d~ d~ n ~ ~ N N N N ~ 9 O P O ,d b Go r ~ 0o A a dn~, z ~ a n~ z ~ ~ ~ any any z ~ n~ cr Q ~ ~p C rr o CD r ~ 3 < (D CJ ~ C r. ""J to ~ r.= "~'S "~'1 "t ni n ~ Ra y `1 ~ y ~ ~ M d Q g ~ - .y .1 .A-~ ~ sA.l n ~ Q ~ ti N 'f3 OS..~.~ ~9 ~ r~j Q ~r d O' ~ r h O ~ y ~ 0 r G' ~ ~ ti .s ~ ti ~ ~ r ~ 0 o r o o r a v o w c o ~ o m ~ ' ~ ~ Ce C G: ¢y. d'' C ~ z O7.i O ~ O Q C ~ ~ O 0 ~ p~ p r~ k7~ Q1 ~ n ~ ~ ^ bj ~ ~ n .s b ~ d ~ s d~ d~: a N N A N N A ' A ~ ~ O O k l7 CO 60 ~ A G t U f3 ,e, w+ al K CC `C _ e N N ~ O00 Qo C•GoGv :j. a ~ .O G5 io ~ D C CCi is ao~~co~ca~ a c, ~ °o ~ ~ o O G ~ ~ N N ~ O O gyp' 0 ~ 0 v C 1 r' `3 ~ p a 0 O~ .C.. 'a C7 a c ~ C~ O N N c o d ~ C~ O ~ C ~ ~ r-1 ~ ~ d m a „ ~ .A oo~NC7o~'N m ~ ~ ooo°aoo° x oocn~?oo.~~ ~ ~ ~ b4 O {{3 NO n ~ ~ tJ N a l J a° ~ ~ ~ ~ ~ ~ ~ r~ ~ p~ q~ r3 A r ~ is ~ ~ C9 ~ ~ ~ n. o z ~ ~ ta, a z ~C ~ n ~ 4 c ~ - ~ Ch p ~ ~ ~ ~ n~'D G7c~ Oy4 nmp 0 0 ~ ~s ~ _ " ~ ~ a ~ ~ ~ y vp trl c=9 c ~ ~ ~o~ o ;aaa o o z¢ za c V i.1 tJ N :r Cc v r u ~ N, t4 `C ~C. ry Lfl N CD ~~n. ~ n (n0 f' y m: O ~ A~ o O~n~~O o moo ~ ~~a Qyo ~ ~ µ m rn I R ~ d p ~ n b ~ C~ c. o ~ ~ ~ ~ 0 C~ ~ d ~ ~ dry C7n n r~ N ~ O O 4 INd+ u P.~ r+: ~ ~ ~ ~ CO ~ Mc Ca :i 61 • z o z o no z~ ~0 70 O 0 ~ r; O p 0 n 1 ' } ' r1` d n ~ d Aa d~ C7~ O p ~ N µ C7 p V 00 L o C ~ h ~ r+ to ~ r -fi. u, a fig' ~ ~ ~ ~ d ~ ~ ~ ~ N r+ ~ n N rs't7 ~ C ~ N. N y p m• G :n ~ G lJ~ 3 " co `C v ca x~ o~ p x~ ` e ~ w L _ ~ A ~ p ~ 0 ~ z ao ~ ~ ~ ~ ~ ~ yg = ~ 4 r ~ N N CC km p QO r ~ ~ ~ ~ µ0 Q. N ~ ~ n 1D O N ~ [p O O G. {Jtn t1.O~