Loading...
HomeMy WebLinkAbout2021-113 PO 20220025- Eco Services Operations Corp. Purchase Order • . pi ,M Fiscal Year 2022 Page: 1 of: 1 B C' RECORDS tIl I d=1 I_ I_--_ A , I City of Ashland 1 ---- ---.. .. ATTN: Accounts Payable Purchase L 20 E. Main 20220025 L Order# Ashland, OR 97520 T Phone: 541/552-2010 ' 0 Email: payable@ashland.or.us V ECO SERVICES OPERATIONS CORP H C/O Wastwater Treatment Plant E2002 TIMBERLOCH PLACE l 1195 Oak Street SUITE 300 P Ashland, OR 97520 D THE WOODLANDS, TX 77380 Phone: 541/488-5348 " R Email: ECOREMIT@ECO-SERVICES.COM TFalx: 541/552-2364 1 L EI IB!..v-IfilE� ! 1�.'.-. 1I-11EI f4E"J31 {I eIEa ii- Idl If 3 3 _ 313a,,,Elo 1elf -_ _ — David Gies zJ FSC� E" 03 - °§= . _ �81M �I � �m�. � & dE -� :__--rHsTS-17.77;%.1 _,.-- --.71. ......",--- I14.. =-727-=-i1 wk�,.•I.s+ - ------ 07/02/2021 07/02/2021329 FOB ASHLAND OR/NET30 City Accounts Pa able d ,,;i -_ _. = =MliE ls9�L� Ige -- — --= --= d 5,-;----1-'VW lc d �[ ar�- � l'e'-1e1;::gMfie Chemicals for WWTP 1 Aluminum Sulfate 18.0 ORDR $5,081.72 $91,470.96 4,500 Gallons Per Order FY 2022 (18) Orders @$5,081.72 Per Order , $426.14 Per Dry Ton No additional charge for delivery Project Account: 2 FY 2023(18) Orders @$5,081.72 Per Order 18.0 ORDR $0.01 $0.18 $426.14 Per Dry Ton - No additional charge for delivery Invitation to Bid #2021-101 Approved by the City Council June 15, 2021 Goods &Services Agreement Completion date: June 30, 2023 Project Account:. . ***************GL SUMMARY*************** - 086100-601500 $91,471.14 /By. 111" Date. _— — Authorized Signature iE11p=r1N=5 +____ ______ '•91 471.14 / • FORIMM #3 CITY OF o 01.— --2, r 2_ ASHLAND "EQUISI'roOM Date of request: t...,27,_.‘,// Required date for delivery: Vendor Name Z 2 9 .54c'f'V/CPS. Address,City,State,Zip _ Contact Name&Telephone Number Email address . SOURCING METHOD ❑ Exempt from Competitive Bidding , invitation to Bid 0 Emergency ❑ Reason for exemption: Date approved by Council: • 0 Form#13,Written findings and Authorization ❑ AMC 2.50 _(Attach copy of council communication) ` 0 Written quote or proposal attached ❑ Written quote orproposal attached _(If council approval required,attach copy of CC) ❑ Small Procurement 0 Request for Proposal Cooperative Procurement Not exceeding 55,000 Date approved by Council: 0 State of Oregon ❑ Direct Award _(Attach copy of council.communication) Contract# ❑ Verbai/Writlen bid(s)or proposal(s) 0 Request for Qualifications(Public Works) 0 State of Washington • Date approved by Council: Contract# (Attach copy of council communication) 0 Other government agency contract Intermediate Procurement ❑ Sole Source . Agency GOODS&SERVICES 0 Applicable Form(#5,6,7 or 8). Contract# Greater than S5,000 and less than$100,000 0 Written quote or proposal attached Intergovernmental Agreement . ❑ (3)Written bids&solicitation attached 0 Form#4,Personal Services$5K to$75K Agency PERSONAL SERVICES Date approved by Council: 0 Annual cost to City does not exceed$25,000. Greater than$5,000 and less than$75,000 Valid until: (Date) Agreement approved by Legal and approved/signed by ❑ Less than$35,000,by direct appointment ❑ Special Procurement City Administrator.AMC 2.50.070(4) ❑ (3)Written proposals&solicitation attached 0 Form#9,Request for Approval 0 Annual cost to City exceeds$25,000,Council ❑ Form#4,Personal Services$5K to$75K 0 Written quote or proposal attached approval required.(Attach copy of council communication) Date approved by Council; i . Valid until: _ - (Date) - Description of SERVICES . Total Cost /;/ is .a dried • ir'c`'�,r i1-1 it C.-' _.5)/J/t9'I : . . . *' l?e/p iemDve RA,a5- f 2n/'Ci_s-, $ . item# Quantity Unit Descri• ption of MATERIALS _ Unit Price Total Cost 1 G-,� l kis. - Z;ke , -7 iwc� ,S? i. 96 .Y7c . f6 ig 145 . fr /1 4 O.W. . 91/ 97 , 94 • 121 Per attached quotelproposal TOTAL COST Project Number Account Numbereg e O -40/ 190 : r �1 9a. • Account Number •" Account Number - *Expenditure must be charged to the appropriate account numbers forthe financials to accurately reflectl the actual expenditures. IT Director in collaboration with department to approve all hardware and software purchases: - . IT Director Date Support-Yes/No By signing this requisitio rm,I certify that th City's public contracting requirements have been satisfied. Employee: , :7__-------_•--___. DepartmentHea,• --.14..4191111b121111 4122.11-02 Department Manager/Supervisor: City Manager: \ 0 ' ( Joao) (Equal to or greater than S25000). Funds appropriated for current fiscal year -E---)NO (1/1/A-,--- e th2,1 Finance Duector(Equa)to or greater than$5 0001 Date Comments: - Form#3-Requisition • Council Business Meeting June 15, 2021 Agenda Jltem ITB — Chemicals for Water and Wastewater Treatment Plants Scott.Fleury PE Public Works Director From:;';' :_.: Alistair Andre Water T rIleatment Plant Supervisor - David Gies Wastewater Treatment Plant Supervisor scott.fleury(a).ashland.or.us 541-552-2412 Contact alistair.andrec ashland.or.us 541-488-5345 david.gies@ashland.or.us 541-552-2335 SUMMARY The Water and Wastewater Treatment Plants require chemicals as part of the treatment process to ensure that regulatory water quality standards for both plants are met.Approving the 2022-2023 biennium public contract awards for these chemicals will allow the City's Water Treatment Plant Supervisor and Wastewater Treatment Plant Supervisor to procure the chemicals required to maintain consistent treatment plant operations,and meet water quality standards as required by the Oregon Health Authority (water) and the Department of Environmental Quality (wastewater). POLICIES,PLANS & GOALS SUPPORTED City Council Goals: • Essential Service o Water o Wastewater • Continue to leverage resources to develop and/or enhance Value Services Department Goals: • Maintain existing infrastructure to meet regulatory requirements and minimize life-cycle costs • Deliver timely life cycle capital improvement projects • Maintain and improve infrastructure that enhances the economic vitality of the community • • Evaluate all city infrastructure regarding planning management and financial resources PREVIOUS COUNCIL ACTION The previous public contracts awarded for these chemicals 'resulting from an ITB were approved by the City Council on May 21, 2019 for a term that began July 1, 2019 and will end on June 30, 2021. • BACKGROUND AND ADDITIONAL INFORMATION A formal competitive sealed bid (Invitation to Bid) is facilitated each biennium to procure the majority of chemicals that are used at the Water and Wastewater Treatment Plants because the total cost for these chemicals exceeds $100,000.00. Five (5) bids were received and individual contracts for each of the pine (9) chemicals will be awarded to the lowest responsible and responsive bidders. The ITB allows multiple contracts to be awarded and public contracts will be awarded to four (4) of the bidders for one or more(chemicals. The term for these public contracts will begin on July 1, 2021.and end on June 30, 2023. Page 1 of 2 CITY OF ASHLAND t In accordance with AMC 2.50.080(C),the City Council acting as the Local Contract Review Board is required to approve the award of public contract(s)resulting from a formal competitive sealed bid. The bid tab is attached for your review. The City's intent is to award chemical contracts to the{lowest responsive and responsible bidders as follows: _ WatenTreatmentPlant Bidden Cost/Order.`. Cost�Estimate Cost/Ortder s.CostEsttmaten. OerdFY FY 2022, FI'r2022_ FY�2023'> FY 2023?�" P, • t' t .. i Chemical#1 ALUMINUM Cascade Columbia 13 $6,227.97 $80,963.61 $6,614.95 $85,994.35 SULFATE Distribution Company Chemical#2 SODIUM Cascade Columbia 13 $3,255.00 $42,315.00 $3,285.00 $42,705.00 HYPOCHLORITE Distribution Company Chemical#3 CYTEC SUPERFLOC Brenntag Pacific,Inc. 9 $3,462.00 $31,158.00 ' $3,462.00 $31,158.00 C-573 FLOCCULANT CYTEC SUPERFLOC Chemical#4 N-300 LMW Brenntag Pacific,Inc. 6 $1,554.60 $9,327.60 $1,554.60 $9,327.60 FLOCCULANT Chemical#5 SODA ASH,DENSE, Cascade Columbia 13 $3,123.75 $40,608.75 $3,270.75 $42,519.75 FREE FLOWING Distribution Company SODIUM . CARBONATE Helena Agri-Enterprises Chemical#6 PEROXYHYDRATE, LLC 5 $8,640.00 $43,200.00 $8,640.00 $43,200.00 FREE FLOWING— "GREENCLEAN" Total Ampnnts .FY 2022' $247,572.96 FY 2023 J $254,904.70 .Cost/Order Cost Estimate Cost/Order Cost Estimate "Wastewater.Treatment Plant' Bidder . Orders,, FY 2022 FY 2022; FY 2023 FY 2023' per EY SODIUM Cascade Columbia Chemical#7 HYPOCHLORITE Distribution Company 6 $1,332.00 $7,992.00 $1,338.00 $8,028.00 Chemical#8 CITRIC ACID Cascade Columbia 2 $1,932.00 $3,864.00 $1960.00 $3,920.00 Distribution Company Chemical#9 AL SULFATE Eco Services 18 $5,081.72 $91,470.96 $5,081.72 $91,470.96 Total Amounts—FY 2022 $103,326.96 FY 2023' $103,418.96 FISCAL IMPACTS • Funds are budgeted each fiscal year for chemicals. Water Treatm'et Plank �'_ Wastewater Treatment.Plant FY 2022 - $175,000.00 FY 2022 - $135,125.00 FY 2023 - $175,000.00 FY 2023 - $137,000.00 • STAFF RECOMMENDATION Staff recommends public contracts be awarded for these chemicals as outlined above and on the attached bid tab. ACTIONS, OPTIONS & POTENTIAL MOTIONS • 1. I move to approve the public contract awards for chemicals • ATTACHMENTS Attachment#1: Invitation to Bid (ITB) #2021 -101 Bid Tab for Chemicals for Water& Wastewater Treatment Plants Page 2 of 2 CITY OF ASHLAND PAD TAB -Invitation to Bid#2021-101 Chemicals for Water& Wastewater Treatment Plants .Cascade - ,� �,IIIE ICA #A o 11-t 13renntag Pacific, r Helena Agri IncX{ Columba Eco Services Unxvar USA,Inc filum num Mfg- = • • f }?lstributaon, r'p .�- .Ente rises LLC • Manufacturer NO BID Chemtcade • Eco Services NO BID NO BID slumber of pounds(Lbs)per gallon • .11 25 Lbs 11.1 Lbs. n solution lumber of dry pounds(Lbs.)per Tallon 54`Dry Lbs/Gal 5.3 Lbs ;.July,2021-June 2022; July 2021 June 2022;'July 2021 June;2022' July 2021' June;2022 July2021 June 2022 ;"j ?rice per dry ton 512 59• /'DST $526.51 ($0:423/WetLbs):; lost per order-4,500 gallons _'$622;7:9,7 ; y $6,278.60 • • Delivery charge per order $0'00 1 . $1,650.00 '•July 2022-June 2023 July,2022 ;June 2023:a 1uly 2022 hat 4021 s July 2022 ,June 2023 July 2022 June 2023 $54444%DST Price per dry ton J.$526.51 n, ($0_.131/Wet Lbs) Cost per order-4,500 gallons $6,614'.95 $6,27$.60 • Delivery charge per order $0.00". $1,650.00 • Delivery is contingent ;. on availability of • Invoices by vee 't:" specialized equipment Comments ;poUiid. from Sherman&cannot • : be contractually -- ,- -guaranteed. O �MIICAL#2 o f r :;Cascade t ti G ! . r s o Brenntag Pacific, x 'Columbia r; ' Helena Agr,i s Soli; m ypochlorite 1,2.5✓o+ >Eea Services�° �,- ,IIniYar USA,Inc LOW `Z�Q9 T *PD enc ff ;Distribution x= Enterprises LLC t r ' b �:, h.� ...yam Company rd!' l • f y'ry: 1 1 ��;�t Manufacturer NO BID Hasa, NO BID NO BID NO BID. Number of gallons per tote `3.00 July 2021. June 2022 July 2021 ;June 2022+ July202ttTune 2022 July 2021' June 2022 410y.02%=.,:4-46,46# Price per gallon Cost per tote $651;00 "• Cost per load(5)totes ,$3,255 00� Delivery charge per order ;;July 2022' June 2023 July 2022-.:June 2023 ?July:2022,'June 2023( LJuly 2022y June 2023 July 2022 June 2023 Price per gallon • $2.1.9 Cost per tote $657 00 ^?; Cost per load(5)totes .:, 285.00 Delivery charge per order '30:00,,„_., J Comments J. • Bid Tab-Page 1 of 4 a,-- BID TAB -Invitation to Bid#2021-101 Chemicals for Water&Wastewater Treatment Plants — .,w Cytec u o erfloe Cascade Brenntag Pacific Columbia ' Helena Agri- Floccula t o s Northstar Eco Services:- n �:Univar°USA,Inc" I PW�' Flocculent �, Inc : Distribution Enterprises LLC Substitu� Company , �ion):. Manufacturer Kemira Kemira(Cytec) NO BID NO BID NO BID July 2021 -June 2022 ;July 2021 June 2022 .July 2021-June 2022;' July 202P-June 2022 July 2021 June 2022 ! Price per pound(Lb) $1.-7310" ' $1.90 Cost per 500 Lb drum $865.50 - ' $950.00 Cost per order-4 each 500 lb ,$3,461,00 $3,800.00 drums Delivery charge per order • $0.0(i $0.00 July 2022 June 2023,.'0'111j-52022 June;2023r July 2022`-June2023q z July 2022=June 2023 i 1 July 2022" June 20231 Price per pound(Lb) • $4;7310 $1.94 , Cost per 500 Lb drum $865.501 ' $970.00 Cost per order-4 each 500 lb ''$3,462:00 $3,880.00 drums r Delivery charge per order $040 $0.00 Comments '. SCI BM�ICA #4aV Lit ': Cascade'' ." tec Super oc N-300 Brenntag•Pacific,' Columbia: -. [ . Helena.Agri- r y p �; Eco Services ' Univar=USA,Inc ' ' Dis_tribution ., [ _ , ,Enterprises�I�LC locculant'V VD Su o stitution); . , ; Inc. r . Company - r [e , ' 7 Manufacturer .-. Cy;ec ' Cytec NO BID NO BID NO BID July2021 June 2022lJuly 2021 Junes2022,`f July 2021-June 2022;r2021 duly 2021-June.2022 i!. July June 2022. ; Price per pound(Lb) 7 $3.5255 $4.84. Cost per 25kg or 55.12 Lb bag = S194.320 $266.78 - 55.12 Lb bag . a , Cost per order-(8)bags 7;-$:1,5574.60,'. r., $2,134.24 $2,134.24 Delivery charge per order '- $0.00 $0.00 _ July.2022 June 2023' 'July,2022r June 2023 July 2022-June 262345July,2022-June 2023' j 11, " July 2022 June°2023 Price per pound(Lb) r 43-.5255 _. $4.90 Cost per 25kg or 55.12 Lb bag , 55.12 Lb bag _1194:320' ' , $270.09 Cost per order-(8)bags $1,554:60 ." $2,160.72 Delivery charge per order .'' $0.00 $0.00 Comments C 'MiICAL#.5 0WY 't., Cascade' + ®o . laws Brenntag Pacific, Columbia' Eco Services - 'Helena Agri .. g Umvar_USA,Inc (Or quivalent) °' ,Inc.',,,p Distribution •Enterprises LLC Company ry' Genesis Specialty Manufacturer Solvay or Dubois- NO BID NO BID Ciner Alkali Number of pounds(Lbs.)per bag 50 50 : 50 Number of bags per pallet 54 49 - 50 r z July:2021 June 2022)- July 2021 June2022 July, 2021 June 2022 ti July 2021-,June 2022 ;, July 2021-June,2022 Jun n,2022. per pound(Lb) $0.2867 $0 255,'.-1, , $0.2845 Cost per order 270 bags(5) z $3,870.45,870.45 i ' $3,123 75'� ,. $3,840.75 Delivery charge per order $0.00 :-.10.0.0,-":"'. Included Bid Tab-Page 2 of 4 , -RIP TAB -Invitation to Bid#2021-101 Chemicals for Water &Wastewater Treatment Plants • 'July 2022=June 2023 July2022 June 2023..*0,202 June=2023�l .',July 2022 June.2023' ?i July'2022,:June aq23, I _ ?rice per pound(Lb) . $0.2867 -' $0.267- $0.3075 - • 2,ost per order 270 bags (5) , wallets $3,870.45 x$3;270.75 - $4,151.25 Delivery charge per order $0.00 •...$000,'.'i • , I Included 245-Bags"/(5) ' ,omments ' Pallets C°0 uICAL#,o@ ,a 5 Cascade ' r ' s ;,,-_ , _ , ST.S m C 1anate trrf Pacific ..Columbia ; ' 1,„el,e..i.,A Agri , -Univar USA Inc: • ' Eco Services Pero. by , ate, ree F owing® ; -••Inc.' Distribution Enter"-prises LLC' t - •' 11 S b I'' 9 ' y ) ( Gree clean CE •q ivalent) "�„� �z �(Gompany , , • , Brenntag Pacific, Manufacturer Inc./Solvay NO BID • NO BID iBio_Safe.Systems: NO BID. Number of pounds(Lbs.)per bag 50' S0 Number of bags per pallet 49 '4 40 July 2021:-June 2022 July 2021 June 2022.,July 2021 Julie;2022 'July 2021•-,June`2022 July 2021 June:2022 , Price per pound(Lb) $1.4663 $1: 08 -; Cost per order 160 bags(4) =,' - $11,730.40 ^:, $:8;640:00 pallets Delivery charge per order $0.00 $Q_00_',,A ,July 2022_ June 2023;',July 20224 ,June 20234 July 2022' June 2023 July 2022 June 2023 ' ; July 2022' June,2023; I Price per pound(Lb) $1.4663 $1 08' Cost per order 160 bags(4) $11,730.40 $8;5:40:00- pallets °.. Delivery charge per order $0.00 '',--•;_,I=1.,`"'--:„...„:30-.0(1,-.:,:`;; -,, ,: Comments 4, .Cascade -' `� CHEMICAL#,7 WW P -Brenntag Pacific; Columbia ,, - Helena Agri Univar USA,Inc: - Sodium Hypochlorite 12.5%0 Eco Services - .p Inc.- ” Distribution,Y - i -Enter rises=LLC - Company - _`. ,. '_ Manufacturer Brenntag Pacific,Inc. ,'' Masa ;i NO BID NO BID NO BID. Number of gallons per tote 330 . - .- 300 _F';; • July 2021 June'2022 July 2021 ;June 2022 July 202V-June20221 July 2021 June 2022 r=_July2021 June 2022 j Price per gallon(gal) $2.7075 °•_ .$2:22', Cost per tote • $893.4750 .{$666.00 , Cost per load/order(2)totes $1,786.95 ';',_,:$1;332:00. , Delivery charge per order $0.00 $QA0_ `July 2022 June,20233 July 2022 June 2023 i July 2022-,June 2023ti?. July June 2023 u,; July,2022, June 2023)- t - ._ . .3 ,__ . ... .. : —t Price per gallon(gal) ' $2.7075 ,'..122j Cost per tote $893.4750 $669.00 , Cost per load/order(2)totes. $1,786.95 ,$=1;338,00''`•-! Delivery charge per order $0.00 l , ;�-$0;06°.L'': Comments Refundable tote deposit „ • - - may apply - •. .,- - - ,: 4 Bid Tab -Page 3 of 4 • BID TAB -Invitation to Bid#2021-101 Chemicals for Water &Wastewater Treatment Plants - „ Cascade G+HE11'FICAL#8 C WYP Brenntag Pacific, • Columbia Helena Agri- Citric 4I 1 at Bags) Inc. Distribution Eco;Services Enterprises LLC , ' Univac USA,Inc. Company• Manufacturer, NO BID 'Sunshine or COFCOO; NO BID NO BID Tate&Lyle Number of bags per pallet 40- , 50 j July 2021'2,Junt20221 July-2021 June 2022 :July2021-June 2022 'July 2021-June,2022 July,,2021,-June 2022 Price per poung(Lb) `$.0;966, $1.00 Cost per order(1)pallet '-$1,9327.6-0 $2,500.00 Delivery charge per order ;'$-0:00 Included July 2021-June 2023 July,.2022 June 2023 July 2022:June2023'%, July 2022-June 2023 .July 2022'-.June 2023, = t Price per pound(Lb) $1.15 Cost per order(1)pallet ` - $;1,960:00 _ $2,875.001 Delivery charge per order $0 R0 Included Comments 1: ►U altip. 1 ° Brenntag'Pacifie,' . Cascade Helena Agri-: Columbia Eco Services ` Univac USA,Inc. ui u e Inc: , Enterprises LLC Distribution - Manufacturer NO BID Chemtrade • . Eco Services; .. NO BID NO BID. Number of pounds(Lbs.)per gallon 11.25 Lbs./Gal 11.1 Lbs. in solution Number of dry pounds(Lbs.)per / 5.4 Dry Lbs./Gal 5'.3;Lbs: gallon . July',2021 June 2022 !July 2021 June,2022''July,2021:June 2022 ; . July 2021:-June 2022,''1, July,2021`June 2022. . Price per dry ton $466.67 DST ($0.112/Wet Lbs.) $425,.14. Cost per order-4,500 gallons $5,670.00 $5;08;1.72' Delivery charge per order $0.00 N!A July.2022 June 2023 j fJuly 2022 June 20237 July 2022-:June 2023 'July 2022-June 2023 1: JulyJune 2023• Price per dry ton $481.48 DST ($0.1155/Wet Lbs.) $426.14 Cost per order-4,500 gallons $5,849.98 - $5,0.8172 Delivery charge per order i $0.00 N/A . Comments Invoices by wet pound List of NO BID responses: Kemira Water Solutions Sterling Water Technologies,LLC Bid Tab-Page 4 of 4 - GOODS &SERVICES AGREEMENT PROVIDER: Eco Services Operations • PROVIDER'S CONTACT: Bryan Chappelle,Business Manager CITY O F Tom Maths, Sales Representative • ASHLAND 20 East Main Street ADDRESS: 2002 Timberloch Place, Suite 300 • Ashland,Oregon 97520 The Woodlands,TX 77380 Telephone: 541/488-5587 Fax: 541/488-6006 PHONE: (844) 812-1812 EMAIL: Thomas.Matus@ECO-Services.com CELL: (951) 520-3288 This Goods and Services Agreement (hereinafter "Agreement") is entered into by and between the City of Ashland,an Oregon municipal corporation(hereinafter"City") and EFo Services Operations,a foreign business corporation ("hereinafter"Provider"),for Wastewater Treatment Plant Chemical. 1. PROVIDER'S OBLIGATIONS 1.1 Provide WWTP chemical as specified in the Invitation to Bid '#2021-101 and as set forth in the "SUPPORTING DOCUMENTS" attached hereto and, by this reference;incorporated herein. Provider expressly acknowledges that time is of the essence of any completion date set forth in the SUPPORTING DOCUMENTS, and that no waiver or extension of such deadline may be authorized except in the same manner as herein provided for authority to exceed the maximum compensation. The goods and services defined and described in the"SUPPORTING DOCUMENTS"shall hereinafterbe collectively referred to as"Work." 1.2 Provider shall obtain and maintain during the term of this Agreement and until City's final acceptance of all Work received hereunder,a policy or policies of liability insurance including commercial general liability insurance with a combined single limit, or the ecuivalent, of not less than $2,000,000 (two million dollars)per occurrence for Bodily Injury and Property Damage. 1.2.1 The insurance required in this Article shall include the following coverages: • Comprehensive General or Commercial General Liability, including personal injury, contractual liability, and products/completed operations coverage; and • Automobile Liability. • Workers' Compensation 1.2.2 Each policy of such insurance shall be on an "occurrence" and not a "claims made" form, and shall: • Name as additional insured "the City of Ashland, Oregon, its officers, agents and employees" with respect to claims arising out of the provision of Work under this Agreement; • Apply to each named and additional named insured as though a separate policy had been issued to each,provided that the policy limits shall not be increased thereby; • Apply as primary coverage for each additional named insured except to the extent that two or more such policies are intended to "layer" coverage and, taken together, they provide total coverage from the first dollar of liability; • • Provider shall immediately notify the City of any change in insurance coverage Page 1 of 6: Goods and Services Agreement between the City of Ashland and Eco Services Operations • • Provider shall supply an endorsement naming the City, its officers, employees and agents as additional insureds by the Effective Dateof this Agreement; and • Be evidenced by a certificate or certificates of such insurance approved by the City. 1.3 All subject employers working under this Agreement are either employers that will comply with ORS 656.017 or employers that are exempt under ORS 656.126. As evidence of the insurance required by this Agreement,the Provider shall furnish an acceptable insurance certificate prior to commencing any Work under this Agreement. 1.4 Provider agrees that no person shall, on the grounds of race, color, religion, creed, sex, marital status, familial status or domestic partnership, national origin, age, mental or physical disability, sexual orientation, gender identity or source of income, suffer discrimination in the performance of this Agreement when employed by Provider.,,Provider agrees to comply with all applicable requirements of federal and state civil rights and rehabilitation statutes, rules and regulations. Further, Provider agrees not to discriminate against a disadvantaged business enterprise,minority-owned,business,woman-owned business, a business that a service-disabled veteran owns or an emerging small business enterprise certified under ORS 200.055, in awarding subcontracts as required by ORS 279A.110. 1.5 In all solicitations either by competitive bidding or negotiation made by Provider for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the Providers of the Provider's obligations under this Agreement and Title VI of the Civil Rights Act of 1964 and other federal nondiscrimination laws. 1.6 Living Wage Requirements: If the amount of this Agreement is $22,310.46 or more, Provider is . required to comply with Chapter 3.12 of the Ashland Municipal Code by paying a living wage,as defined in that chapter,to all employees performing Work under this Agreement and to any Subcontractor who • performs 50% or more of the Work under this Agreement. Provider is also required to post the notice attached hereto as"Exhibit A"predominantly in areas where it will be seen by all employees. 2. CITY'S OBLIGATIONS 2.1 City shall pay Provider the amounts as follows and as provided herein as full compensation for the Chemical specified below and in the SUPPORTING DOCUMENTS. � i 4+,. ?s,& : .4.E.'yr ,;•_a s ,,,,` 'A�F� 43,..�� •s�Tl •ji ;�.r a- .r " + ¢ +Cost/Orderl @ostiEstim•to .` ` ea t/s�0rder. Cot-Fstimate:: :1s timate k# r r'. Wastewater reatmo t !ant �' . Y 2022 x'1!Y>I i F 2023 TY20Z3 of orders r r � r ,, .A":14} : delive��},,r" ks �*Jane 3032022),k r. ` d liveries a (cul X1002 a77'"+b tea . � rt'* 1"w:Ptti, % �a 4 ry) ry) ,TUae30,r2023)' S Chemical#9 ALUMINUM SULFATE 18(+/-) $5,081.72 $91,470.96 $5,081.72 $91,470.96 R, ✓ 3To al Amount 022b" $91,470.96 F ti2023 $91,470.96 2.2 In no event shall Provider's total of all compensation and reimbursement under this Agreement exceed the sum of$182,941.92 (one hundred eighty-two thousand, nine hundred forty-one dollars and ninety- two cents), without express, written approval from the City official whose signature appears below,or such official's successor in office:Provider expressly acknowledges that no other person has authority to order or authorize.additional Work which would cause this maximum sum to be exceeded and that any authorization from the responsible official must be in writing. Provider further acknowledges that any Work delivered or expenses incurred without authorization as provided herein is done at Provider's own risk and as a volunteer without expectation of compensation or reimbursement. Page 2 of 6: Goods and Services Agreement between the City of Ashland and Eco Services Operations 3. GENERAL PROVISIONS 3.1 This is a non-exclusive Agreement. City is not obligated to procure any specific amount of Work from Provider and is free to procure similar types of goods and services from other providers in its sole discretion. 3.2 Provider is an independent contractor and not an employee or agent of the City for any purpose. 3.3 Provider is not entitled to, and expressly waives all claims to City benefits such as health and disability insurance,paid leave,and retirement. 3.4 Provider shall not assign this Agreement or subcontract any portion of the Work tä be provided hereunder without the prior written consent of the City. Any attempted assignment or subcontract without written consent of.the City shall be void, Providerf 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 the City of any assignment or subcontract shall not create any contractual relation between the assignee or subcontractor and the City. 3.5 This Agreement embodies the full and complete understanding of the parties respecting the subject matter hereof. It supersedes all prior agreements,negotiations,and representations between the parties, whether written or oral. 3.6 This Agreement may be amended only by written instrument executed with the same formalities as this Agreement. 3.7 The_following laws of the State of Oregon are hereby incorporated by reference into this Agreement: ORS 279B.220,279B.230 and 279B.235. 3.8 This Agreement shall be governed by the laws of the State of Oregon without regard to conflict of laws principles.. Exclusive venue for litigation of any action arising under this Agreement shall be in the Circuit Court of the State of Oregon for Jackson County unless exclusive jurisdiction is in federal court, in which case exclusive venue shall be in the federal district court for the district of Oregon. Each party expressly waives any and all rights to maintain an action under this Agreement in any other venue, and expressly consents that, upon motion of the other party, any case may be dismissed or its venue transferred, as appropriate, so as to effectuate this choice of venue. 3.9 Provider shall defend, save,hold harmless and indemnify the City and its officers, employees and agents from and against any and all claims,suits, actions, losses, damages, liabilities,costs, and expenses of any nature resulting from, arising out of, or relating to the activities of Provider or its. officers,employees,contractors,or agents under this Agreement. . Contractor.shall riot be held vcr 01 responsible for.any claims,suits,.actions,:losses,damages, liabilities,costs;:and expenses of any nature to the extent.resu'lting from,arising out of,or relating from the City's.orits.:officers',. 2t employees' arid agents'negligence or willful.misconduct] i`i 3.10 Neither party to this Agreement shall hold the other responsible for damages or delay in performance caused by acts of God,strikes,lockouts,accidents,or other events beyond the control of the other or the other's officers,employees or agents. 3.11 If any provision of this Agreement is found by a court of competent jurisdiction to be unenforceable, such provision shall not affect the other provisions, but such unenforceable'provision shall be deemed modified to the extent necessary to render it enforceable,preserving to the fullest extent permitted the intent of Provider and the City set forth in this Agreement. Page 3 of 6: Goods and Services Agreement between the City of Ashland and Eco Services Operations r 3,12 Deliveries will be F.O.B destination. Provider shall pay all transportation and handling charges for the Goods.Provider is responsible and liable for loss or damage until final inspection and acceptance of the Goods by the City. Provider remains liable for latent defects,fraud, and warranties. 3.13 The City may inspect and test the Goods. The City may reject non-conforming Goods and require Provider to correct them without charge or deliver them at a reduced price, as negotiated. If Provider does not cure any defects within a reasonable time, the City may reject the Goods and cancel this Agreement in whole or in part. This paragraph does not affect or limit the City's rights, including its rights under the Uniform Commercial Code, ORS Chapter 72 (UCC). 3.14'Provider represents and warrants that the Goods are new, current, and fully, warranted by the manufacturer. Delivered Goods will comply.with SUPPORTING DOCUMENTS-aml-bt-fFee-kiiii m `of ctc in lab • • ' •• Provider shall transfer all warranties to the City. leP 1110434`01 4. SUPPORTING DOCUMENTS The following documents are,by this reference,expressly incorporated in this Agreement,and are collectively referred to in this Agreement as the "SUPPORTING DOCUMENTS:" • Exhibit A: The Provider's complete written bid dated May 12,2021. 4.2 This Agreement and the SUPPORTING DOCUMENTS shall be construed to be mutually complimentary and supplementary wherever possible. In the event of a conflict which cannot be so resolved, the provisions of this Agreement itself shall control over any conflicting provisions in any of the SUPPORTING DOCUMENTS. In the event of conflict between provisions of two of the SUPPORTING DOCUMENTS,the several supporting documents shall be given precedence in the order listed in Article 4.1. 5. REMEDIES 5.1 In the event Provider is in default of this Agreement, City may, at its option, pursue any or all of the remedies available to it under this Agreement and at law or in equity, including, but not limited to: 5.1.1 Termination of this Agreement; 5.1.2 Withholding all monies due for the Work that Provider has failed to deliver within any scheduled completion dates or any Work that have been delivered inadequately or defectively; 5.1.3 Initiation of an action or proceeding for damages, specific performance, or declaratory or injunctive relief; 5.1.4 These remedies are cumulative to the extent the remedies are not inconsistent,and City may pursue any remedy or remedies singly, collectively,successively or in any order whatsoever. 5.2 In no event shall City be liable to Provider for any expenses related to termination of this Agreement or for anticipated profits. If previous amounts paid to Provider exceed the amount due,Provider shall pay immediately any excess to City upon written demand provided. 6. TERM AND TERMINATION 6.1 Term This Agreement shall be effective from the date of execution on behalf of the City as set forth below (the "Effective Date") and shall continue in full force and effect until June 30, 2023, unless sooner terminated as provided in Subsection 6.2. - • 6.2 Termination Page 4 of 6: Goods and Services Agreement between the City of Ashland and Eco Services Operations S 6.2.1 The City and Provider may terminate this Agreement by mutual agreement at any time. 6.2.2 The City may, upon not less than thirty (30) days' prior written notice,terminate this Agreement for any reason deemed appropriate in its sole discretion. 6.2.3 Either party may terminate this Agreement,with cause, by not less than fourteen (14) days'prior written notice if the cause is not cured within that fourteen (14) day period after written notice. Such termination is in addition to and not in lieu of any other remedy at law or equity. 7. NOTICE Whenever notice is required or permitted to be given under this Agreement, such notice shall be given in writing to the other party by personal delivery,by sending via a reputable commercial overnight courier, or by mailing using registered or certified United States mail, return receipt requested,postage prepaid,to the address set forth below: If to the City: City of Ashland Attention: David Gies,Wastewater Treatment Plant Supervisor 90 N.Mountain Avenue Ashland, Oregon 97520 Telephone: (541)552-2335 With a copy to: City of Ashland ' Attention: Legal Department 20 E.Main Street Ashland, Oregon, 97520 Telephone: (541)488-5350 If to Provider: • Eco Services Operations Attention: Bryan Chappelle,Business Manager 2002 Timberloch Place, Suite 300 The Woodlands,TX 77380 Telephone: (844) 812-1812 8. WAIVER OF BREACH One or more waivers or failures to object by either party to the other's breach of any provision,term,condition, or covenant contained in this Agreement shall not be construed as a waiver of any subsequent breach,whether or not of the same nature. 9. PROVIDER'S COMPLIANCE WITH TAX LAWS 9.1 Provider represents and warrants to the City that: 9.1.1 Provider shall,throughout the term of this Agreement, including any extensions hereof, comply with: (i) All tax laws of the State of Oregon, including but not limited to ORS 305.620 and ORS chapters 316, 317, and 318; (ii) Any tax provisions imposed by a political subdivision of the State of Oregon applicable to Provider; and (iii) Any rules,regulations,charter provisions, or ordinances that implement or enforce any of the foregoing tax laws or provisions. Page 5 of 6: Goods and Services Agreement between the City of.Ashland and Eco Services Operations , 9.1.2 Provider, for a period of no fewer than six (6) calendar years preceding the Effective Date of this Agreement, has faithfully complied with: (i) All tax laws of the State of Oregon, including but not limited to ORS 305.620 and ORS chapters 316, 317, and 318; (ii) Any tax provisions imposed by a political subdivision of the State of Oregon applicable to Provider;and (iii) Any rules,regulations, charter provisions, or ordinances that implement or enforce any of the foregoing tax laws or provisions. 9.2 Provider's failure to comply with-the tax laws of the State of Oregon and all applicable tax laws of any political subdivision of the State of Oregon shall constitute a material breach of this Agreement. Further, any violation of Provider's warranty, as set forth in this Article 9, shall constitute a material breach of this Agreement. Any material breach of this Agreement shall entitle the City to terminate this Agreement and to seek damages and any other relief available under this Agreement,at law,or in equity. IN WITNESS WHEREOF the parties have caused this Agreement to be signed in their respective names by their duly authorized representatives as of the dates set forth below. - CITY ' AND: ECO SERVICES OPEERATIONS By: `' By: �� City Manager ,. (,nature r" MNL-Lk `3r eLv, Printed Name Printed Name 00-112 13u5 I'LL-Ps �(�`�` � Ac l d ?voclt tA5 Date Titllr' .,./ws.16 4 i j 2o2.1 Date Purchase Order No. o�C--(3711 is to be submitted with this signed Agreement) APPROVED AS TO FORM: •Q ms's•ista City Attorne Date Page 6 of 6: Goods and Services Agreement between the City of Ashland and Eco Services Operations `1- A • CERTIFICATE OF LIABILITY IN • SURANCE DATE(M/D/2021 ' 06/23/2021 THIS CERTIFICATE IS ISSUED AS A 1 MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. . - IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or be endorsed. m If SUBROGATION IS WAIVED, subject to 'the terms and conditions of the policy, certain policies may require an endorsement. A statement on 6. this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). o �.�T d PRODUCER COACT 9 Aon Risk Services Central, Inc. mpg,. AX Philadelphia PA Office �idc.Ne.Eaq: (866)1283-7122 RA.No.): (800) 363-0105 v One Liberty Place E-MAIL I 2 1650 Market Street ADDRESS: Suite 1000 Phil adel phi a PA 19103 USA IINSURER(S)AFFORDING COVERAGE NAIC 6 INSURED INSURERA: Greenwich Insurance Company 22322 Eco Services Operations Corp. INSURERS: XL Insurance America Inc 24554 • 2002 Timberloch Place Suite 300 • INSURER C: , The Woodlands TX 77380 USA , • lNsuRERD; C • INSURER E: I ' INSURER F: COVERAGES CERTIFICATE NUMBER: 570088000346 1 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD . INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT' OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, N p9 • OWN I PP ��op p p Limits shown are as requested ittiTYPE OF INSURANCE IRE WVD POLICY NUMBER (MMI�DIYYYY) (MMIOf]YIYSN , LIMITS A X COMMERCIAL GENERALLLABILTfY Y RGE300138603 12/15/2020 12/15/2021 EACH OCCURRENCE $1,000,000 CLAIMS-MADEI x IOCCUR SIR applies per policy terms & condi[ions DAMAGE JO RENTED $1,000,000 L-1 PREMISES(Ea occurrence) • MED EXP(My one person) $10,000 PERSONAL&ADV INJURY $1,000,000 m GEN'LAGGREGATE UMRAPPUES PER GENERAL AGGREGATE $3,000,000 RPRODPRO- XPOLICY 0JECT ElLOC0 UCTS-COMP/OPAGO $3,000,000 m II— m OTHER: 0 A Y RAD943789103 12/15/2020 12/15/2021 COMBINED SINGLE LIMB AUTOMOBILE EDIBILITY $2,000 000 (Ea accident) r X ANY AUTO BODILY INJURY(Per person) •• . O — —SCHEDULED BODILY INJURY(Per accident) Z OWNED AUTOS to — AUTOS ONLY —NON-OWNED PROPERTY DAMAGE is X—ONLY AUT09 X AUTOS ONLY (Per accident) w. 'C o UMBRELLA LIAB II--It OCCUR • I EACH OCCURRENCE 1 0 EXCESS LIAB CLAIMS-MADE AGGREGATE . DED I RETENTION B WORKERS COMPENSATION AND RWD300138703 12/15/2020 12/15/2021 x PER STATUTE 1241-1- EMPLOYERS'LIABILITY B Y/N RWR3001596 12/15/2020 12/15/2021 ANY PROPRIETOR/PARTNER I • EL EACH ACCIDENT $2,000,000 EXECUTIVE OFFICER/MEMBER N N/A (Mandatory In NH) — EL DISEASE-EA EMPLOYEE $2,000,000 lives describe under DESCRIPTION OF OPERATIONS below E.L DISEASE-POLICY LIMIT .$2,000,000 = MIN DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space la required) City of Ashland (20 E. Main St., Ashland, OR 97520) are included as Additional Insured in accordance with the policy • ,fir provisions of the General Liability.and Automobile Liability policies. N E. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 7FJ, • City of Ashland AUTHORIZED REPRESENTATIV ' rA 20 E. Main St. , =W..i - Ashland oR 97520 USA eir I MI 01988-2016 ACORD CORPORATION.All rights reserved • ACORD 25(2016103) The ACORD name and logo are registered marks ofACORD POLICY NUMBER: RGE3001386-03 COMMERCIAL GENERAL LIABILITY CG 20 26 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - DESIGNATED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE.PART SCHEDULE Name Of Additional Insured Person(s)Or Organization(s): Any person or organization where required by written contract provided that such contract was executed prior to the date of loss. Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A. Section II — Who Is An Insured is amended to 2. If coverage provided to the additional insured is include as an additional insured the person(s) or required by a contract or agreement, the organization(s) shown in the Schedule, but only insurance afforded to such additional insured with respect to liability for"bodily injury", "property will not be broader than that which you are damage" or "personal and advertising injury" required by the contract or agreement to caused, in whole or in part, by your acts or provide for such additional insured. omissions or the acts or omissions of those actingB. With respect.to the insurance afforded to these • on your behalf: additional insureds, the following is added to 1. In the performance of your ongoing operations; SectionIII—Limits Of Insurance: or If coverage provided to the additional insured is 2. In connection with your premises owned by or required by a contract or agreement, the most we rented to you. will pay on behalf of the additional insured is the However: amount of insurance: 1. The insurance afforded to such additional 1. Required by the contract or agreement; or insured only applies to the extent permitted by 2. Available under the applicable limits of law; and insurance;- whichever is less. Thisendorsement shall not increase the applicable limits of insurance. • • CG 20 26 12 19 /O Insurance Services Office, Inc., 2018 Page 1 of 1 • POLICY NUMBER: RAD943789103 XIC 4141013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. • ADDITIONAL INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM AUTO DEALERS COVERAGE FORM With respect to coverage provided by this endorsement,the provisions of the Coverage Form apply unless modified by the endorsement. Schedule Additional Insured(s) Work Where required by written contract executed prior to All Operations. • loss. COVERED AUTOS LIABILITY COVERAGE,Who Is An Insured, is amended to include as an"insured"the person • or organization listed in the Schedule above, but only with respect to liability for"bodily injury" or"property damage" otherwise covered under this policy caused, in whole or in part, by the negligent acts or omissions of: 1. You,while using a covered"auto"; or 2. Any other person, except the additional insured or any employee or agent of the additional insured, operating a covered"auto"with your permission; in the performance of your work as described in the Schedule above. In no event shall any person or organization listed in the Schedule become an "insured" pursuant to this Endorsement if such person or organization is solely negligent. • IT IS FURTHER AGREED THAT IN NO EVENT SHALL ANY CONTRACT OR AGREEMENT ALTER THE CONDITIONS, COVERAGES OR EXCLUSIONS SET FORTH IN THIS POLICY. • All other terms and conditions of this policy remain unchanged. • XIC 4141013 ©2013 X.L.America, Inc. All Rights Reserved. Page 1 of 1 VHAR 12/29/2020 May not be copied without permission. Includes copyrighted material of Insurance Services Office, Inc.,with its permission. EXHIBIT A Eco Services Operations CITY OF ASHLAND Invitation to Bid (ITB) #2021-101 CHEMICALS WATER & WASTEWATER TREATMENT PLANTS Date of Release: April 2772021 Bids are due prior to: 2:00:00;PM (PST), Thursday, May 27, 2021 Contracting Agency: City of Ashland Sole Point of Contact: Kari Olson Title: Purchasing Specialist Address: City of Ashland 90 N.Mountain Avenue Ashland, OR 97520 Telephone: (541)488-5354 Fax: (541) 488-5320 Email: kari.olsonna,ashland.or.us ITB—Chemicals for WTP&WWTP,Page 1 of 29,04/27/2021 PUBLIC NOTICE: • • ' CITY OF ASHLAND Invitation to Bid #2021-101 CHEMICALS.FOR WATER&WASTEWATER TREATMENT PLANTS Bids are due by 2:00:00 PM(PST),Thursday,May 27,2021 The City of Ashland is seeking bids for nine (9) chemicals for use at the Water and Wastewater Treatment Plants as specified in this ITB. Bidders are encouraged to bid on any number of chemicals they can provide as specified. The City's intent is to award a 24-month contract for each of the chemicals to the lowest responsive and responsible bidders whose bids substantially comply with the requirements and criteria set forth in the ITB.The 24-month contract term will begin on July 1,2021 and end on June 30,2023. The INVITATION TO BID is available online at www.ashland.or.us Scroll down the City's home page and click on"Proposals,Bids and Notifications". Click on REQUEST BID PACKET (below the public notice), log in to the,system and download the solicitation documents. You will need to log in to the system each time you would like to download the solicitation documents and any subsequently issued addenda. In accordance with AMC Section 2.50.080, competitive sealed bids may be available online, but bidders will NOT be able to submit their bids or responses online. Bids must be delivered in hard copy form to the City in accordance with the requirements outlined in the ITB. Individuals that obtain the solicitation materials electronically are responsible for regularly checking for subsequently issued instructions, addenda, and related materials. Sealed bids must be received by 2:00:00 PM(PST),Thursday,May 27,2021, in the purchasing office by the Purchasing Specialist,Kari Olson, City of Ashland, 90 N.Mountain Avenue,Ashland, Oregon 97520. The bids will be publicly opened and read at 2:00:00 PM (PST),Thursday,May 27,2021. Kari Olson Purchasing Specialist City of Ashland, Oregon kari.olson@ashland.or.us Telephone: 541-488-5354 Published: April 27,2021 ITB—Chemicals for WTP&WWTP,Page 2 of 29,04/27/2021 BID NO: 2021-101 RELEASE DATE: April 27,2021 CITY OF ASHLAND Ashland Service Center 90 N.Mountain Avenue Ashland, Oregon 97520 , (541)488-5354 FAX(541)488-5320 INVITATION TO BID, GENERAL CONDITIONS AND SPECIFICATIONS CHEMICALS FOR USE AT THE WATER&WASTEWATER TREATMENT PLANTS The City of Ashland("City") is accepting bids for the purchase of CHEMICALS FOR USE AT THE WATER&WASTEWATER TREATMENT PLANTS further referred to in this Invitation to Bid as "goods and services".All bids shall be subject to the following conditions: 1.Time and Place for Receiving Bids:Bids must be received by the Purchasing Specialist, City of Ashland, 90 N.Mountain Avenue,Ashland, Oregon 97520, by 2:00:00 PM(PST), Thursday,May 27,2021.At that time,bids will be publiclyopened and read in Room 106 of the Service Center.Bids may not be withdrawn after the timet set for the opening of bids. Each bid shall be identified on the exterior of the sealed envelope as follows: BID NO:2021-101 PURCHASE OF CHEMICALS FOR WTP&WWTP BID OPENING: 2:00:00 PM(PST),THURSDAY,MAY 27,2021 In compliance with OAR 137-047-0255(2)(c)(A),the solicitation schedule is as follows: ACTIVITY I DATE Invitation to Bid Release April 27,2021 1 1"Public Notice • April 27,2021 Deadline for Submitting Questions and 5:00:00 P1V1(PST),Monday,May 17,2021 Requests for.Additional.Information ITB Protest Period Ends 5:00:00 PM(PST),Monday,May 17,2021 DUE DATE AND TIME 2:00:00 PM(PST),THURSDAY,MAY 27,2021 FOR SUBMITTING BIDS Location: City of Ashland,Purchasing Office,90 N. (Note: Bids must be received Mountain,Ashland,OR 97520 by due date and time.) Evaluation Process May 28—June 2,2021 Contract Recommendation Upon completion of evaluation process . Notice of Intent to Award At least seven(7)days before the award of a public contract(allows for a 7-day protest period) Contract Recommendation June 15,2021 Presented to City Council for approval Public Contract Award Upon Council approval and at least seven.(7)days after the Notice of Intent to Award has been released Contract Term July 1,2021 to June 30,2023 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 ITB documents. ITB—Chemicals for WTP&WWTP,Page 3 of 29,04/27/2021 2.Purchasing Specialist: The City of Ashland.Purchasing Specialist,Kari Olson, is the sole point of contact for this solicitation.All requests, questions,inquiries, and correspondence pertaining to this bid should be directed to the Purchasing Specialist. The specifications may be reviewed at the City of Ashland,Purchasing Office located al 90 N.Mountain Avenue,Ashland, Oregon 97520. 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 submit their proposals and/or 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 checking online for any subsequently issued addenda. SOLE POINT OF CONTACT: Kari Olson Purchasing Specialist City of Ashland 90 N.Mountain Avenue Ashland, OR 97520 Tel: 541-488-5354 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 law or that this solicitation document is unnecessarily restrictive, is legally flawed or improperly specifies a brand name,must submit a written protest with the Purchasing Specialist at least ten(10) days prior to the date on which 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 279B or the City's Public Contracts rules found in Section 2.50 of the Ashland Municipal Code.If protests or inquiries or comments by bidders raise issues that require clarification by the City, addenda will be issued by the Purchasing Specialist. 4.Disclaimer of Responsibility. The City will not be responsible for oral interpretations. Should a bidder find discrepancies in, or omissions from,the contract documents, or be in doubt as to their meaning, such bidder shall notify the person designated in paragraph 2.Any and all such revisions made to the specifications in the ITB,will only be made in the form of written addenda which, if issued,will be made available to all prospective bidders on the City's website not less • than 72 hours before the closing time unless the addenda also extends closing.. 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 ITB.Any deviations from the specifications shall be identified in the bid utilizing the method outlined in paragraph GC17 of the general conditions/specification documents.Reference to brand names in the specifications are utilized to describe the type and qualfty of item required.Bidders are not limited to the brand specified but may submit any brand of equivalent type and quality.Any deviations from the specifications,.however, shall be identified in the bid, and City reserves the right to reject a bid on the basis of deviations or brands which are not equivalent in type or quality. ITB—Chemicals for WTP&WWTP,Page 4 of 29,04/27/2021 6. General Conditions: The City's general conditions for purchase of goods and services are attached to and incorporated in this Invitation to Bid.Any bid that attempts to modify or abrogate any of the general conditions including,but not limited to,provisions on warranties may be rejected as nonresponsive. 7.Addenda:If it becomes necessary to revise any part of the bid documents,written addenda will be provided and posted on the City's website.Receipt of an addendum by a bidder must be, acknowledged by signing and returning the document with the bid form. 8.Bid Form: 8.1.Bidders shall complete the bid forms provided by the City.All pages of the bid forms 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 Exhibit B, a statement on whether or not the bidder is a resident bidder as defined in ORS 279A.120(1). "Resident bidder"means a bidder who has paid unemployment taxes or income taxes in 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"reident bidder". The Certificate of Compliance statement included with this.ITB is required to be signed and will satisfy this requirement. 9. Requirements of Contract 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 any time, after submission of its bid, assert that there was any misunderstanding concerning the nature, quality or description of the goods and services to be supplied. 10.Withdrawal of Bids:Any bid may be withdrawn at any time prior to the time set for opening bids,by providing written request for withdrawal of the bid to the Purchasing Specialist. The request shall be executed by the bidder or a duly authorized Specialist. All bids shall be irrevocable for a period of 60 days from the day of opening. 11.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 in compliance with the terms of the contract documents and all applicable public bidding laws,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 279A.120(2)(b),to determine the lowest responsive bid,the City will add a percent increase on the bid of a nonresident bidder equal to the percent, if any, of the preference given to that bidder in the state in which the bidder resides. 11.2. Terms or discounts which are conditioned upon payment within a certain time will not be considered for purposes of comparison of bids. ITB—Chemicals for WTP&WWTP,Page 5 of 29,04/27/2021 11.3.Pursuant to ORS,279A.120(2)(a),the City shall give preference to goods and • services manufactured or produced in Oregon if price, availability, and quality are otherwise equal. - 11.4.Pursuant to ORS 279B.055(2)(f), contractors shall'use recyclable products to the maximum extent economically feasible in the performance of the contract work set forth in this ITB. 11.5. Pursuant to ORS 279A.125,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. 11.6.Pursuant to ORS 282.210, all printing,binding, and stationery work done for the City shall be performed within the State of Oregon. 11.7.Pursuant to ORS 279B.060(2)(g), if required under ORS 468A.710,the contractor or subcontractor is required-to possess an asbestos abatement license. 11.8.Pursuant to ORS 279B.100,the City reserves the right to cancel or reject any or all bids if the City finds that it is in the public interest to do so without liability 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. If the City awards a contract,the,City shall award the contract to the lowest responsible and responsive bidder whose bid substantially complies with the requirements and criteria set forth in the ITB and with all prescribed public procurement procedures and requirements.A multiple award may be made if award to two or more bidders of similar goods- and services is necessary for adequate availability,delivery, ervice, or product compatibility. In addition, any other public agency wishing to use the resulting contract may be authorized by mutual consent of the City of Ashland and the contractor pur uant to ORS 279A.215. 12.1 Responsive Bid: A bid that fully conforms in all material respects to the ITB and all its requirements, including all form and substance. "Respon iveness"refers to'the offer. 12.2 Responsible Bid:A business entity or individua who has the capability and financial and technical capacity to perform the requirements of the solicitation and subsequent contract as described in ORS 279B.110. "Responsibility"refers to the offeror. ITB—Chemicals for WTP&WWTP,Page 6 of 29,04/27/2021 GENERAL CONDITIONS FOR PURCHASE OF GOODS AND SERVICES GC1. Contract Documents: The contract documents are complementary.A requirement in one of the contract documents is as binding as though occurring in all.In the event 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; 3. ITB/Contract; 4 The 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.New Goods and materials:All goods and materials shall be new unless otherwise specified in the special provisions or specifications. GC3.Payment: Payment shall be made by the City within thirty days after City has inspected the goods or has had a reasonable opportunity to do so. City may reserve payment until all goods and services are received. GC4.Risk of Loss: Bidder shall have the risk of loss until the goods and services have been delivered to City's facility and are approved after inspection by City. GC5. Inspection: Goods and services furnished 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 goods 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 City, City may cancel the contract or enforce City's remedies for default.Nothing in this provision shall impair City's rights to enforce ' warranties,revoke acceptance of the goods and services or enforce any other remedies under ORS Chapter 72. GC6. Safety and Health Requirements: Goods and services shall comply with all federal Occupational Health and Safety(OSHA)requirements and vVith all Oregon safety and health statutes and administrative rules including,but not limited to those of the Workers' Compensation Department. All "SAFETY DATA SHEETS" (SDS)for hazardous chemicals that are subject to OAR 437-004-9800(6) 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. GC8. Compliance with Law: This agreement will be governed by and construed in accordance with laws 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 shall comply with applicable prov'isions of ORS 279C.505,279C.515, 279C.520 and 279C.530.Bidder is a "subject employer" as,defined in ORS 656.005.Bidder shall comply with all applicable workers' compensation laws inclding, but not limited to, ORS 656.017. ITB—Chemicals for WTP&WWTP,Page 7 of 29,04/27/2021 GC9.Patented Goods and services: Bidder shall defend indemnify and hold City harmless from any claims for infringement of patent arising out of City's use of the goods and services. GC10. Severability: If any provision of the contract documents shall be held to be invalid or unenforceable, such invalidity or unenforceability shall not affect,any other provision 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 a breach by any party,whether expressed or implied, shall not constitute waiver of any other different or subsequent breach. GC12. Successors: The successors, assigns and legal specialists of Bidder and City shall be subject to all provisions of the contact documents.Bidder shall not assign Bidder's rights or obligations under this agreement without prior written consent of City. GC13.Indemnification:Bidder shall defend, indemnify and save City, its agents, and employees harmless from any and all losses, claims, actions, costs, or ot}ier damages resulting frominjury to any person or damage to property, of whatsoever nature arising out of or incident to the performance of this agreement by Bidder or defects in the golp ds and services.Bidder shall not be held responsible for any losses, claims, actions, costs,judgments, or other damages, directly, solely, and proximately caused by the negligence of City. GC14.Notices:Any notice required to be given under this contract, or any notice required to be given by law, shall be in writing and shall be given by personal delivery or by registered or certified mail,to Bidder at the address stated in the bid form dor to City at the address of the Purchasing Specialist stated in the ITB. GC15.Entire Agreement: The contract documents are the entire, final, and complete agreement of the parties and supersede all prior and existing written or oral-understandings except as • otherwise continued in effect by the terms of the contract documents.No modification of the contract documents shall be valid unless in writing and signed by the parties. GC16.Acceptance of Specifications:Bidders must satisfy themselves by personal examination of the specifications and by such other means as they prefer, as to the actual conditions and requirements of the specifications and shall not at anytime, after submission of the bid, dispute, complaint, or assert that there was 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 otherwise accepted under paragraph GC17. ' GC17.Exceptions: The bidder may take exception to any standard of these specifications.The prospective bidder who 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 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. ITB—Chemicals for WTP&WWTP,Page 8 of 29,04/27/2021 SPECIFICATIONS FOR PURCHASEOF GOODS AND SERVICES Si.ACCEPTANCE:Bidders must satisfy themselves by personal examination of the ,specifications and special provisions, and by such other means as they prefer, as to the actual conditions and requirements of the specifications and special provisions of the contract documents, and shall not at any time, after submission of the bid, dispute, complain, or assert that there was any misunderstanding in regard,to the nature,duality or description of the item to be supplied. S2.EXCEPTIONS:The bidder may take exception to any standard of this specification. The prospective bidder who cannot meet each and every requiren'ent 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 stillcompete in the process. S3. SPECIFICATIONS:The specifications for the goods and services to be supplied are attached to this document. • ITB—Chemicals for WTP&WWTP,Page 9 of 29,04/27/2021 Chemicals for the Water&Wastewater Treatment Plants INVITATION TO BID#2021-101 April 27,2021 SPECIFICATIONS The City of Ashland,WTP and WWTP, are requesting bids for a total of nine (9) chemicals as individually specified. Six(6) of the chemicals are required by the WTP, and three (3) of the chemicals are required by the WWTP. Bidders are encouraged to submit bids for any number of individual chemicals their company is able to provide as specified. Six(6) of the chemicals will allow for substitutions or equivalents as specified. The remaining three (3) chemicals are manufacturer/brand specific and specified as "No Substitution"due to the strict standards of maintaining quality control and meeting permit requirements. Even though, a chemical is specified as "No Substitution", oftentimes there are multiple resellers. Substitutions"or equivalents"for the specified quality and q antity of the individual chemicals will receive full consideration,provided the substitutions areappropriate for the application, and they are of equal quality and quantity. The City reserves the right to reject a bid if the item being provided as a substitution is determined by the City to not be of equal quality and quantity and/or to not be appropriate for the application. The following general specifications apply to ALL of the specified chemicals. BIDS Firm pricing shall be submitted in such a way as to show the breakdown of all applicable and related costs for each individual chemical. Costs not included in the bid will be subject to non- payment by the City of Ashland.Bids shall be submitted directly on the spec/cost sheets included in this ITB. The Bid Form attached as Exhibit A,is.required to be completed, signed, and included with the bid being submitted in response to this ITB. CONTRACT The City's intent is to award individual 24-month contracts for each chemical to the lowest responsive and responsible bidder(s)for a term beginning July 1, 2021 and ending June 30, 2023. The successful bidder(s)will be required to meet the highest standards prevalent in the industry, promptly execute a contract, agree to provide the chemicals as specified and submit the required proof of insurance. The Certificate of Compliance statement attached as Exhibit B is required to be signed and - included with the bid being submitted in response to this ITB. . The City's Contract for Goods and Services is attached as Exhibit C for your review. PURCHASE ORDERS Purchase orders will be issued for the 24-month term contract (July 1,2021 to June 30,2023). ITB—Chemicals for WTP&WWTP,Page 10 of 29,04/27/2021 ORDERS Orders for chemicals for the WTP will be placed by the Water Treatment Plant Supervisor and chemicals for the WWTP will be placed by WWTP personnel. Suppliers to provide order confirmations within 24 hours after receipt of order. Deliveries shall arrive within seven(7) days after receipt of order, except for routine scheduled deliveries and/or an emergency order,which will be coordinated by the WTP,Water Treatment Plant Supervisor or WWTP personnel. Orders may be cancelled at the discretion of the City of Ashland, WTP and WWTP,personnel with twenty-four(24)hour notice. DELIVERY REQUIREMENTS Each chemical will be delivered FOB ASHLAND (mandatory/no exceptions). WTP The delivery location for the Sodium Hypochlorite, Soda Ash and Alum is directly at the WTP (above Lithia Park)—no exceptions. There is limited access above Lithia Park— 28' +/-delivery truck is acceptable. Accessibility will need to be verified and confirmed. The delivery location for the remaining chemicals specified for the WTP, is preferred directly at the WTP;however, an acceptable secondary location is the City of Ashland, Service Center, located at 90 N.Mountain Avenue,Ashland, OR 97520. Deliveries for the WTP shall be arranged to arrive before 12:00 PM(PST),Monday- Friday.WTP/Sodium Hypochlorite shall be delivered to the WTP no later than 11:00 AM(PST). WWTP All chemicals ordered for the WWTP will be delivered directly to the WWTP located at 1195 Oak Street,Ashland, Oregon.Forklift available upon request. Deliveries for the WWTP shall be arranged to arrive between 6:00 AM and 12:00 PM (PST),Monday-Friday,at the WWTP. SAFETY DATA SHEETS (SDS) - The most current SDS (Safety Data Sheets) are required to be delivered with each order. CHEMICALS The following chemicals are to be provided and delivered as specified. The quantities being provided are the best estimates available at this time. Bidders to provide the information being requested on the individual chemical spec/cost sheets. 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 Chemical#3: CYTEC Superfloc N-300 LMW Flocculant. The only catonic polymer coagulant aids approv9d for Chemical#2 are CYTEC Superfloc C-573 Flocculant and Polydyne MOE 106 PWG Flocculant. ITB—Chemicals for WTP&WWTP,Page 11 of 29,04/27/2021 ATOP Water treatmen, Plant,).CIIiEsMMICAL PALU ' EVICALFF 'DEMENDISEMMESEORWASCADE.[C PANIBIA +;'c Sllbstit tion) Aluminum Sulfate must meet the following specifications: 1) Percent Concentration Commercial Alum—Approximately 48% ,1 2) Total soluble AL203—8.3%. • 3) Must meet A.W.W.A. specifications for potable water. 4) Estimated annual usage—650,000+/-Lbs. (58,500 Gallons)per year. Estimated usage for 2-year contract is 1,300,000+/-Lbs. (116,000 Gallons). 5) Currently, an order is placed on average for 4,500 +gallons,thirteen(13)+/-orders per year. 6) Delivery will be required directly at the WTP (located above Lithia Park)—limited access above Lithia Park—28' +/- delivery truck is acceptable. Accessibility will need to be verified and confirmed. 7) Bids must be in the form of dollars per dry ton. Manufacturer Eco Se,ry i ces Number of Lbs. per gallon in solution /1. / L6 s Number of dry Lbs. per gallon Alum 5:3 L6 5 July 2021 -June 2022 . July 2022 -June 2023 Price per dry ton $ 5c2 6 . 5-1 $ 502 Co .5 I Cost per order-4,500 gallons $ 6 r a1 S. (00 $ 6 t,O Delivery charge per order $ /6 SO , o b $ // 573 00 L Comments: 71e.ifla. f 15 eOvt T Bvl x141-1/cr6/,1, 6/ j eCiaJ► -4 C�uriein 1 Awl cywi0-11/ 4- eta no+ he ow k,,tivtaalj jazwan 4141 ITB-Chemicals for WTP&WWTP,Page 12 of 29,04/27/2021 TP Plano NIEMICAL MSDDIN1VI#H MME NKIREGERMS:%o`,+'�,4L�ORViSMIMB I I E+ ++,DI Sodium Hypochlorite 12.5%,Low Salt,Filtered must eet the following specifications: "Sodium Hypochlorite must be filtered to 2-3 microns A certificate of Analysis from each manufactured batch shall accompany each shipment of Sodium Hypochlorite. These batch analyses shall include but are not limited to the following:1)Product Name, 2)Batch Identification,3)Specific Gravity,4) %Sodium Hypochlorite by weight,5)%Excess Caustic by weight,6) Vacuum Filter Test Time, 7)Date of batch. Purchaser will be performing a"Suspended Solids Quality Test for Bleach Using Vacuum Filtration" i method as described at hap://ivww.powellfab.com/technical information/preview/suspended solids test:sox A 1000 ml sample must go through a 47mm,8p filter(Millipore-#AAWP04700)in less than three(3) minutes+/-10%,using a vacuum pump that produces between 22 and 25 inches of vacuum. PSI should be-22 to-25. (Gordon,Dr. Gilbert, "Strategies for Meeting Hypochlorite Specifications in the Drinking Water Industry",Powell Fabrication)Purchaser can refuse delivery of any product which requires more than three minutes filtration time in this test." 1) Must meet A.W.W.A: specifications for potable water. 2)Estimated annual usage—July through June— 19,800 Gallons. Estimated usage for 2- year contract is 39,600 gallons. 3) Currently an order is placed for five(5)totes @ 300-330 gallons per tote,thirteen (13)+/-orders per year. 4)Delivery will be required directly at the City of Ashland,Water Treatment Plant (located above Lithia Park)—limited access above Lithia Park—28' +/- delivery truck is acceptable. Accessibility will need to be verified and confirmed.No exception. 5)No Tote Deposit. Delivered by tote and pumped immediately into tanks at time of delivery. Empty totes are then immediately available to be returned on•empty delivery truck. 6) Deliver in 300-330gallon totes. 7)Labeling must include NSF certification symbols on product containers. 8)Bids must be in the form of dollars per gallon. Manufacturer Number of gallons per tote I • m ul 20 IL 2022 July 2022-June 2023 Price per gallon Cost per tote $ Cost per load/order- (5)Totes $ Delivery charge per order $ $ Comments: ITB—Chemicals for WTP&WWTP,Page'13 of 29,04/27/2021 P .',ester 4r►eatment Plantt� - HiEMIC�1L#3 WifiTMENSI O ERFLC©MOISr7F IDICCEWEILMEMRIP;CW41/MTiEIMIEf110MWi 3' FLIOCC«OLPFAMEM7S_uSbstitutiol) Cytec Superfloc C-573 Flocculant or Polydyne MOE 106 PWG Flocculant must meet the following specifications: 1)Must meet A.W.W.A. specifications for potable water. 2)Estimated annual usage—July through June—24 drums, 500 Lbs.per drum(12,000 Lbs.). Estimated usage for 2-year contract is 24,000 Lbs. 3) Currently an order is placed for four(4) drums every six(6)weeks on average year- round,nine(9)+1- orders per year. 4)Prefer delivery directly at the WTP (located above Lithia Park)—limited access above Lithia Park—28' +1-delivery truck is acceptable. Accessibility will need to be verified and confirmed. Acceptable secondary delivery location is the City of Ashland, Service Center, 90 N.Mountain Avenue,Ashland, Oregon, 97520. Forklift can be provided by the City. 5)Deliver in 500 Lb. drums, four(4) drums per pallet, on jackable pallets. 6)Bids must be in the form of dollars per pound(Lb.). 7)Labeling must include NSF certification symbols on product containers. Manufacturer July 20 1 -J 2022 July 2022 June 2023 Price per pound (Lb.) $ $ Cost per 500 Lb. dru $ $ Cost per order— a (4) each 500 Lb. drums$ $ , Delivery charge per order $ $ Comments: ITB—Chemicals for WTP&WWTP,Page 14 of 29,04/27/2021 WTP pater yreatment ant) -@BEMICAL #4; , C'MITEC♦ISI ERaBICONTWO MMWI!FLUCNCLTWANTitagNSu'bstitutii Cytec Superfloc N-300 LMW Flocculant must meet the following specifications: 1)Must meet A.W.W.A. specifications for potable water. 2) Estimated annual usage—July through June—24 bags,25 kg, or 55J2 Lbs.per bag (1,322.88 Lbs.). Estimated usage for 2-year contract is 2,645.76 Lbs. 3) Currently an order is placed for eight(8)bags eve , sixteen(16)weeks on average year-round, six(6)+/- orders per year. 4)Prefer delivery directly at the WTP (located above Lithia Park)—limited access above Lithia Park—28' +/- delivery truck is acceptable. 1Accessibilit3i will need to be' verified and confirmed. Acceptable secondary delivery location is the City of Ashland, Service Center, 90 N. Mountain Avenue,Ashland, Oregon, 97520. Forklift can be provided by the City. 5)Deliver eight(8)bags per pallet,25 kg, or 55.12 L .per bag, on pallet jackable pallets. 6)Bids must be in the form of dollars per pound(Lb. . 7)Labeling must include NSF certification symbols on product containers. Manufacturer CYTEC July 2021 -J •0 July 2022 -June 2023 Price per pound b.) $ $ Cost per 25 kg or 5.1 . bag Lb. ag $ $ Cost per order- (8)Bags $ • $ Delivery charge per order $ $ Comments: ITB—Chemicals for WTP&WWTP,Page 15 of 29,04/27/2021 ~ 1 T ` (Water T4reafim"ent Plant, -eaE�M�ECAL#5• KOWAVASHIMNSEI,IBRENFACOMINA Soda Ash,Dense,Free Flowing must meet the following specifications: 1)Must meet A.W.W.A. specifications for potable water. 2)Must meet ANSI/NSF-60 specifications for potable water. 3)Estimated annual usage—July through June—2,800 bags, 50 Lbs. per bag, (48 • pallets/140,000 Lbs.).Estimated usage for 2-year contract is 280,000 Lbs. 4) Currently an order is placed for 270 bags, (5)pallets, 54 bags per pallet, 50 Lbs.per bag, every 3 to 4 weeks on average year-round,thirteen(13)+/- orders per year. 5)Delivery required directly at the WTP (located ab9r e Lithia Park)—limited access above Lithia Park—28' +/- delivery truck is acceptable. Accessibility will need to be verified and confirmed. 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.). Manufacturer Number of pounds (Lbs.) per ba Number of bags per pallet J 202) ne 2022 July 2022 -June 2023 Er Price per pound b. $ $ Cost per order— 270 bags, (5) pallets $ $ Delivery charge $ $ Comments: ITB—Chemicals for WTP&WWTP,Page 16 of 29,04/27/2021 i TP( ° Plan 1 o C TICAL n , FOLINIi1VIM +R @ A REIPEE OOMI YID'RMITrEilEMEE FIRMIMel= rGRE�E�NiCLEA,"OO,r Equivalent Granular Algaecide/Fungicide,Free Flowing must meet the following specifications: 1) Primary ingredient must be greater than or equal to 85%of product. 2) Must meet State and Federal aquatic use requirements. 3) Product must be packaged in moisture proof plastic sacks. (Mandatory for storage purposes.) 4) Estimated annual usage is dependent on algae blooms—June through October—360 bags, 50 Lbs.per bag, (10.5 pallets/18,000 Lbs.). Estimated usage for 2-year contract is 36,000 Lbs. 5) Currently an order is placed for 160 bags, (4)pallets, 40 bags per pallet, 50 Lbs.per bag, every 3 to 4 weeks on average in summer months. 6) Deliver to the City of Ashland, Service Center, 90 N.Mountain Avenue,Ashland, Oregon, 97520.Forklift can be provided by the City. 7) Deliver 40 bags per pallet, 50 Lbs.per bag, on pallet jackable pallets. 8) Bids must be in the form of dollars per pound(Lb,). 9) City reserves the right to.not purchase the produc due to lack of algae blooms. 10)Typical treatment: 6,000+Lbs., 1- times per year. Manufacturer Number of pounds (Lbs.) p r bag Number of bags per p let J lv 20 1 -June 022 July 2022 -June 2023 Price per pound (Lb.) $_ $ Cost per order— 160 bags, (4) pallets $ . $ Delivery charge $ $ Comments: ITB—Chemicals for WTP&WWTP,Page 17 of 29,04/27/2021 �'.r'- ;Last vraterTreatment Plant+)- GH�E�M�ICAL#7. SODIiumsliYIP+'©rCHL®RmEE11i SPe4 Sodium Hypochlorite 12.5%must meet the following specifications: 1)Estimated usage—July through June—(12)Totes, 300-330 gallons per tote, 3,960 gallons (if 330 gal/tote). Estimated usage for 2-year contract is 7,920 gallons. 2) Currently an order is placed for 2-3 totes per order. 3)Deliver to the City of Ashland,Wastewater Treatment Plant, located at 1195 Oak Street,Ashland, Oregon. Totes need only to be dropped off at WWTP,no pumping is required. 4)Bids must be in the form of dollars per gallon. Manufacturer I ' Number of gallons p tote Jul ►021 -Jun 202 July 2022 -June 2023 Price per gallon (gal) $ $ Cost per tote $ $ Cost per load/0 der (2) otes ,$ Delivery charg is er or' : $ $ Comments: ITB—Chemicals for WTP&WWTP,Page 18 of 29,04/27/2021 . , WTP Wastewater T4 eatmn;t PIant)-CHiEiMIC #.8: 'MI12.IC ACIID (60 b.Bags Citric Acid must meet the following specifications: 1) Citric Acid, anhydrous, shall be in granular form. 2) Estimated Annual usage—March through November—86 Bags, 50 Lb./Bags,43 Bags/Pallet,Total(2)pallets,4,300 Lbs.Estimated usage for 2-year contract is 8,600 Lbs. 3) Currently an order is placed for a pallet(43 bags)two (2)times per year. 4)Deliver to the City of Ashland,Wastewater Treatment Plant, located at 1195 Oak Street,Ashland, Oregon. Delivery truck must be equipped with lift gate to properly offload at the above address. 5)Bids must be in the form of dolla per pound(Lb.). Manufacturer Number of bags perp llet Jul 2021 -Jun 22 July 2022 -June 2023 Price per pour (L .) $ $ Cost per order—(1)pallet $ 1, $ Delivery charge per order $ $ Comments: • ITB—Chemicals for WTP&WWTP,Page 19 of 29,04/27/2021 WWTP CXEDIgnIGITUMECIEGA 2 ant) CHEE ICAL NZ ganirM((4,500 Galllon derive oumoed kap 8 000-:,allon Aluminum Sulfate must meet the following specifications: 8) Percent Concentration Commercial Alum—Approximately 48.8% 9) Total soluble AL2O3—8.3%. 10)Must meet A.W.W.A. specifications. 11)Estimated annual usage—April through November- 90,000 gallons. Estimated usage for 2-year contract is 180,000 gallons. 12)Currently, an order is placed for 4,000 -4,500 gallons every two (2)weeks during the months of April through November. (18+1- orders per year) 13)Deliver to the City of Ashland, Wastewater Treatment Plant, located at 1195 Oak Street,Ashland, Oregon. Tank truck must be equipped with all proper hoses and equipment for unloading 4,500 gallons into the City's 8,000-gallon tank. 14)Bids must be in the form of dollars per dry ton. Manufacturer Number of Lbs. per gallon in solution Cf. / Li s Number of dry Lbs. per gallon Alum 5—,3 L,A5 July.2021 -June 2022 July 2022-June 2023 Price per dry ton $ '902(o. /41 $ 41.24 . I zf Cost per order-4,500 gallons $ 5. 63i• 102 $ S o8+) .-2 Delivery charge per order $ %1!/iQ' $ �. i4 Comments: ITB—Chemicals for WTP&WWTP,Page 20 of 29,04/27/2021 Ec^sERvicEs. May 19,2021 CITY OF ASHLAND Ashland Service Center 90 N.Mountain Avenue Ashland, Oregon 97520 Eco Services Operations Corp. is pleased to submit the following proposals for your requirements: WTP-Liquid Aluminum Sulfate,(Liquid Alum)Technical Grade Price/dry ton: $526.51 per dry short ton FOB: Pre-pay and add Terms: Net 30 Days from date of invoice WWTP-Liquid Aluminum Sulfate,(Liquid Alum)Technical Grade Price/dry ton: $426.14 per dry short ton FOB: Delivered Terms: Net 30 Days from date of invoice This pricing is effective from 7/1/2021 to 6/30/2023. Attached you will fmd a copy of: NSF Certificate Product Data Sheet and COA Insurance Coverage To Place an order(24 hours a day): Customer Service- 800 642-4200 or Customer.service@eco-services.com Sales Representative: Tom Matus 951-520-3288 or Thomas.Matus@ ECO-Services.com Please note our office location: 2002 Timberloch Place,Suite 300, e Woodlands,TX 77380 Emergency Phone Numbers: FOR EMERGENCIES INVOLVING A SPILL,LEAK,FIRE,EXPOSURE OR ACCIDENT CONTACT: CHEMTREC (800-424-9300 within the United States or 703-527-3887 for international collect calls) Please do not hesitate to contact me if you require further information. Sincerely, Bryan Chappelle Business Manager, Sulfur Products Eco Services Operations/2002 Timberloch Place/Suite 300/The Woodlands, TX 77380/(844)812-1812 BID SUBMISSION The complete bid,'including the ITB and any addenda,released by the City shall be submitted in a sealed envelope,labeled as follows and received at the address listed below: Kari Olson Purchasing Specialist City of Ashland 90 N.Mountain Avenue Ashland, OR 97520 Contents: Invitation to Bid Chemicals for WTP &WWTP Due by 2:00:00 PM(PST),Thursday,May 27,2021 Please note: It is recommended that you request available delivery options for the City of Ashland area and confirm that your method of shipment will arrive prior to the due date and time. Late bids will not be considered. No exceptions. DUE DATE AND TIME: The bids must be received at the designated address listed above prior to 2:00:00 PM(PST), Thursday,May 27,2021. Late bids will not be considered. Faxed or emailed bids will not be considered. EVALUATION PROCESS This ITB allows multiple contracts to be awarded; one for each individual chemical to the lowest responsible bidder whose bid substantially complies with the requirements and criteria set forth in the ITB and with all prescribed public procurement procedures and requirements. The City's intent is to award individual 24-month term contracts for each chemical to the lowest responsive and responsible bidders for a term beginning in July 1,2021 and ending June 30,2023. The City of Ashland may reject any bid not in compliance with all prescribed solicitation procedures and requirements and other applicable laws, and the City may reject for good cause any or all bids upon the City's fmdings that it is in the best interest of the City of Ashland. The recommended contract awards will be presented to the City Council, acting as the Local Contract Review Board, for final approval on June 15,2021. ITB—Chemicals for WTP&WWTP,Page 21 of 29,04/27/2021 EXHIBIT A City of Ashland 90 N. Mountain Avenue Ashland, Oregon 97520 (541) 488-5354 FAX (541)488-5320 BID FORM I,the undersigned, an authorized Specialist of the bidder whose name is: Company name: Ec o s.e vv t e t s O p.e,v-od)a ms C07. Address: 2ad2 71 t v1o&A Pl Jv(ih 30 City, State &Zip: -7Zt tacrevaml-5 7.7.3 g O Telephone: .2 g 1 - Log- -crO Email: b Y y avl, e u PQ e I(e v e co-sort)las .e ow) have read and thoroughly understand the contract documents including the ITB, general conditions, special conditions, specifications, and all other conditions of the ITB issued by the City of Ashland for CHEMICALS FOR USE AT THE WATER&WASTEWATER TREATMENT PLANTS. Acting on behalf of my firm which is listed above, I do attests that the goods and services offered by this firm meets the City's specifications 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 our control,we agree to deliver chemical(s) as specified after receipt of order. This bid is set forth as follows: (Note: Pricing shall be provided as required on the individual specification sheets for each chemical.) �J I have attached to this bid a copy of all the bid documents issued by the City of Ashland for this bid. Corporate Officer: By: Signature Bryari c �a��2►k. Print N me Title: M ilvlane-r 5 c& Date: 6-1)2 A-2°-2 ) ITB—Chemicals for WTP&WWTP,Page 22 of 29,04/27/2021 4 EXHIBIT B Certificate of Compliance Residency Statement: In compliance with ORS 279B.060(10),each bid must contain a statement as to whether the bidder is a"Resident bidder".This is defined by ORS 279A.120:"Reident bidder"means a bidder that has paid unemployment taxes or income taxes in this state during the 12 calendar months immediately preceding submission of the bid,has a business address in this state and has stated in the bid whether the bidder is a"resident bidder". Yes, I certify that I am a"Resident bidder" as defined by ORS 279A.120. No, I certify that I am not a"Resident bidder: as defined by ORS 279A.120. I am domiciled in the State of 'Crecy v (Indicate State) Compliance with Oregon Tax Laws: In compliance with OAR 137-047-0255(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 I 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 305.380. Compliance with Nondiscrimination Laws: In compliance with ORS 279A.110(4),I hereby attest or affirm under penalty of perjury that I am authorized to act on behalf of contractor in this matter, arid to the best of my knowledge the contractor has not discriminated against minority,women or emerging small business enterprises in obtaining any required subcontracts, and that the Bidder is not in violation of any Discrimination Laws. Corporate Officer: By: �/�f . Signature &-7CLPI Cha f fe//+e . / Print Name Title: Au2eti c5L4/kY 7rociUJ5 Date: 5-/12. ITB—Chemicals for WTP&WWTP,Page 23 of 29,04/27/2021 a . NSF International 789 N. Dixboro Road,Ann Arbor,MI 48105 USA RECOGNIZES • Eco Services Operations LLC Facility: Long Beach, CA AS COMPLYING WITH NSF/ANSI 60 AND ALL.APPLICABLE REQUIREMENTS. PRODUCTS .APPEARING 3N TBE NSF 01,FICIAL I�,ISTtNO ARE • AUTHORIZED TO BEAR TIE NSF MARK. • NSI •Alift � CertifcationProgrm Certification Program Accredited by the • Accredited by the Amman National StandurdsConceit • Standardsfxtstitutc of Canada xitiseerti#'icafeisthepmpertyafNBPInternaflanalandmusC6erettuneduportrequest.For thezrtoSteUcceataudcomplateln:Fonmatian,pleaseaceessMF'GNeSsite(wcvw.vsEorg). December 19,2014 David Farkiss • Certificate##43841-03 General Manager,Water Systems e i • Product Data Sheet • • • Aluminum Sulfate, Solution Technical Grade • Formula ••Al2(SO4)3 (in aqueous solution) Nomenclature • Aluminum Sulfate; Solution Liquid Alum • CAS Number 10043-01-3 CAS Index Name Sulfuric Acid, AIuminum Salt (3:2) Molecular Weight 3422 (solute) Description Aluminum Sulfate, Solution,technical grade is a clear, water white to slightly yellow-brown liquid. It complies with the standards of the American Water Works Association 13403-98. It has been certified by the National Sanitation Foundation (NSF)for use in the treatment of drinking water at a maximum dosage of 150 mg/L(dry basis). • Specifications Assay As available Water Soluble Al2O3: 8.0%min. • As Aluminum Sulfate,Anhydrous Al2(804)3 26.9% min. Water Soluble Iron (as Fe2O3) 0.35% max. • Water insolubles: 0.2% max. Note: Depending on local requirements, solutions of variable acidity or basicity may be produced, as well as lower assay. Typical For 8.25%Al2O3 solution:Density(lb. per gal. @ 60°F): 11.074 • Concentration (lb. of dry alum (17%Al2O3)per gal.): 5.37 Concentration (lb.Al2(SO4)3 per gal.) 3.07 Freezing point(crystallization): 4°F • pH (acidic to basic) 0.2 to 2.5 pH 1% solution (acidic to basic) 2.2 to 4.0 Containers 24-ton net weight Tank Trucks Uses Chemical: In leather tanning, ur dressing, and catalyst manufacturing Pulp and Paper: In the manufacture of paper Textiles: As a mordant in dyeing Water Treatment:The treatment of water and waste water in coagulation,flocculation and phosphorous removal • Rev: 10/14 LCvSERVICES Manufacturing Plant Portland ECO SERVICES OPERATIONS CORP • 4429 NORTH SUTTLE ROAD PORTLAND OR 97217-7719 ECO SERVICES OPERATIONS CORP USA 2002 TIMBERLOCH PLACE THE WOODLANDS TX 77380 USA . • ,.• . . • Certificate of analysis: - . .• Print date:. 04/16/2019 Purchase order item/Date 18-017446/03/25/2019 Delivery item/Date 83372873 900001 /03/31/2019 Order item/Date 2060665 000010 /03/25/20.19 • Customer 2015033 • Truck number/Seal number , 29-S/ Material: Our I Your reference 107676 ALUMINUM SULFATE SOLUTION TECH BLK Batch PO812AL Lower Upper Characteristic Unit Value Limit Limit A1203 • % 8.1200 ' * Denotes determinations made on a periodic basis. Batch released on : 09/10/2018 Kelly Bowen-Office Manager PO-ALUMO2A 1 07/17/2008 i