Loading...
HomeMy WebLinkAbout2002-136 Agrmt - Jones ChemicalI.vk-; ('Ivnic l:Ins. City of Ashland 20 E. Main ATTENTION: Daryl McKey Ashland, Oregon 97520 Phone: 541-488-5345 Fax: 541488-5320 Effective JCI Customer F71- Payment Terms August 1, 2002 Net 30 Days Pounds Per JCI Quantity Price Gallon Item # Description Break Price C e 1001861 Chlorine Gas 1,200 pound cylinder $750.00 cylinder deposit Prices quoted are F.O.B. delivered to: Ashland Water Treatment Plant Ashland, Oregon 97520 Estimated annual usage: 19 cylinders Please allow 4 - 5 days after receipt of order for delivery. 1 cyl. $309.00 / cyl. THIS QUOTATIONS CANCELS AND SUPERSEDES ALL PRIOR QUOTATIONS. QUOTATION Acp nt Manager Joe Riverman 4M Central Services U%-O Financial Operations Services,/ Purchasing City of Eugene 860 West Park, Suite 300 Eugene, Oregon 97401 (541) 682-5055 (541) 682-6233 FAX September 9, 2002 Daryl McKey City of Ashland 20 E Main Ashland, OR 97520 RE: City of Eugene Price Agreement for Liquid Chlorine with JCI Dear Daryl: I have enclosed a copy of the City of Eugene's price agreement for liquid chlorine with JCI (Jones Chemical Inc). The contract period for this price agreement is from August 01, 2002, through July 31, 2003. If you have any questions regarding this price agreement, please feel free to contact me at (541) 682-5051. Sincerely, "U-4f Cheryl Golbek Buyer Enclosed Central Services Financial Operations Services / Purchasing City of Eugene 860 West Park, Suite 300 Eugene, Oregon 97401 (541) 682-5055 (541) 682-6233 FAX CITY OF EUGENE PRICE AGREEMENT No. 88500-0802 Commodity: Liquid Chlorine Contractor: JCI - Jones Chemicals, Inc. 1919 Marine View Drive Tacoma, WA 98422 (253) 274-0104 Delivery: 5 Days from receipt of PO FOB: Delivered RFB: 2002200155 Date Issued: August 01, 2002 Contract Period: From: August 01, 2002 To: July 31, 2003 Terms: Net 30 Term - The length of this contract is expected to be for one year effective upon issuance of this price agreement. At the conclusion of the contract period, the Vendor's performance will be evaluated. The City retains the option to extend the contract as specified below, upon review of prices, performance, service, etc. 2. Renewal - This contract may be renewed for three (3) additional one (1) year periods upon mutual agreement of parties. 3. Cancellation - The agreement may be canceled prior to the specified termination date by either the City or the vendor upon presentation of 30 days' written notice but such termination by the vendor shall carry the penalty that the City may at its option elect to disqualify said vendor from bidding on future requirements. 4. Invoicing - All invoices must be mailed to the appropriate agencies billing address listed in this Price Agreement. Invoice is due and payable within thirty (30) calendar days from the invoice date. 5. Scope of Work - As determined by specifications and response to RFB No. 2002200155. Vendor's response to this RFB, as well as the original specifications are attached to and incorporated as part of this price agreement. 6. Material - All materials needed to complete the work, will be vendor's responsibility. 7. Consideration - Services to be provided shall be charged at the rate defined in the proposers response. 8. Standard Tenns and Conditions - The City of Eugene's Standard Contract Provisions are attached and made part of this price agreement. 9. Requirements and Price Schedule - Vendor agrees to provide Liquid Chlorine to the City of Eugene and the listed participating agencies according to the price schedule listed below. Prices shall be firm for one year, and per the specifications of RFB No. 2002200155. Agency Container Yearly Usage (Estimated) Price (Each) Extended Price City of Eugene 1 Ton Cylinder 100 $309.00 $30,900.00 EWEB 1 Ton Cylinder 60 $309.00 $18,540.00 City of Albany 1 Ton Cylinder 50 $309.00 $15,450.00 City of Cottage Grove 1 Ton Cylinder 12 $309.00 $3,708.00 City of Sutherlin 1 Ton Cylinder 7 $309.00 $2,163.00 150 Lb Cylinder 14 $65.00 $910.00 Umpqua Basin Water Assoc. 150 Lb Cylinder 30 $65.00 $1,950.00 City of Ashland 1 Ton Cylinder 18 $309.00 $5,562.00 Medford Water Commission 1 Ton Cylinder 35 $309.00 $10,815.00 City of Sweet 1 Ton Cylinder 8 $309.00 $2,472.00 Home 150 LB Cylinder 50 $65.00 $3,250.00 Cylinder Deposits: 150 Pound Cylinder $100.00 1 Ton Cylinder $ 750.00 Agency & Contact Billing Address Delivery Address City of Eugene City of Eugene 410 River Avenue Quentin Furrow Wastewater Division Eugene, OR 97404 (541) 682-8642 410 River Avenue (541) 682-8645 Fax Eugene, OR 97404 EWEB EWEB 3957 Hayden Bridge Road Ed Case PO Box 10148 Springfield, OR 97477 (541) 484-4893 Eugene, OR 97440-2148 (541) 984-4717 Fax City of Albany City of Albany 310 Waverly Drive Ben Phelps PO Box 490 Albany, OR 97321 (541) 917-7600 x4614 Albany, OR 97321 (541) 917-7615 Fax City of Cottage Grove City of Cottage Grove 1800 N. Douglas Michael Owens 400 E. Main Cottage Grove, OR 97474 (541) 942-3152 Cottage Grove, OR 97424 (541) 942-1267 Fax City of Suthedin City of Sutherlin 4306 Steams Lane Lou Douglas 126 E. Central & (541) 459-5768 Suthedin, OR 97479 8801 Non Pariel Rd. (541) 459-0025 Fax & 496 Edgewater Dr. Sutherlin, OP. 97479 Umpqua Basin Water Assoc. Umpqua Basin Water Assoc. 4972 Garden Valley Rd. Noel Groshong 4972 Garden Valley Rd. Roseburg, OR 97470 (541) 672-5559 Roseburg, OR 97470. (541) 672-4909 Fax City of Ashland City of Ashland Ashland Water Treatment Daryl McKey 20 E. Main Plant (541) 488-5345 Ashland, OR 97520 (541) 488-5320 Medford Water Commission Medford Water Commission 8301 Table Rock Rd Bob Noelle 200 S. Ivy St. White City, OR 97503 (541) 774-2434 Medford, OR 97501 & (541) 774-2555 Fax 4800 Fish Lake Rd. Butte Falls, OR 97522 ,l - p Carol Pomes, CPPO Purchasing Manager Cheryl Go k Buyer Attachments: RFB Response EXHIBIT A CITY OF EUGENE - STANDARD CONTRACT PROVISIONS The following provisions if applicable are hereby included in and made a part of the attached contract between the City of Eugene and the Contractor named thereon as provided for in the Eugene Code, 1971, the revised statutes of the State of Oregon, and Federal laws, rules, regulations, and guidelines: 1. Fair Employment Practice Provisions (Eugene Code, 1971, Section 4.625) These provisions are applicable to any contract with a Contractor If the City purchases goods or services from the Contractor costing $2,500 or more in any fiscal year. 1.1 During the performance of this contract, the Contractor agrees as follows: 1.1.1 The Contractor will not discriminate against any employee or applicant for employment because of an individual's race, religion, color, sex, national origin, marital status, familial status, age, sexual orientation or source of income, a juvenile record that has been expunged pursuant to ORS 419A.260 and 419A.262, or because an Individual is a person with a disability which, with reasonable accommodation by the employer does not prevent the performance of the work involved, unless based upon a bona fide occupational qualification reasonably necessary to the normal operation of the employers business. 1.1.2 ' Those Contractors employing 15 or more individuals will develop and implement an affirmative action plan to insure that applicants are employed, and that employees are treated during employment, without regard to their race, color, sex, age or national origin. Such plan shall include, but not be limited to the following: employment, upgrading, demotion, transfer, recruitment, recruitment advertising, layoff or termination, rates of pay or other forms of compensation and selection for training, including apprenticeship. 1.1.3 The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the Human Rights Commission setting forth the provisions of this nondiscrimination clause. 1.2 The Contractor will, prior to commencement and during the term of this contract, provide to the City such documentation, and permit any inspection of records as may be required or authorized by rules adopted by the city manager to determine compliance with paragraph 1.1 above. 1.3 If upon an investigation conducted pursuant to rules adopted by the city manager in accordance with section 2.019 of the Eugene Code, 1971 there Is reasonable cause to believe that the contractor or any subcontractors of the Contractor have failed to comply with any of the terms of paragraphs 1.1 or 1.2, a determination thereof shall be made in accordance with the adopted rules. Such determination may result in the suspension, cancellation or termination of the principal contract in whole or in part and/or the withholding of any funds due or to become due to the Contractor, pending compliance by the Contractor and/or b subcontractors, with the terms of paragraphs 1.1 and 1.2. 1.4 Failure to comply with any of the terms of paragraphs 1.1 and 1.2 shall be a material breach of this contract. 1.5 The Contractor shall include the provisions of paragraphs 1.1 through 1.4 in contracts with subcontractors so that such provisions will be binding upon each subcontractor. 2. Foreign Contractor Report to Department of Revenue (ORS 279.021 H2)(a) The following provision is applicable to all contracts with a contract price exceeding $10,000 if the Contractor is not domiciled in or registered to do business in the state of Oregon: Where a public contract is awarded to a foreign Contractor and the contract price exceeds $10,000, the Contractor shall promptly report to the Department of Revenue on fortes to be provided by the Department of Revenue the total contract price, terms of payment, length of contract and such other information as the Department of Revenue may require before final payment can be received on the public contract. The City shall satisfy itself that the requirement of this subsection has been complied with before it issues a final payment on this contract. 3. Payment of Laborers and Materialmen, Contributions to Industrial Accident Fund, Liens, and Withholding Taxes (ORS 279.312) The Contractor shall: 3.1 Make payment promptly, as due, to all persons supplying to such Contractor, labor or material for the prosecution of the work provided for in such contract. Standard Contract Provisions-Page 5 (Revised Nov. 1999) 3.2 Pay all contributions or amounts due the Industrial Accident Fund from such Contractor or subcontractor incurred in the performance of the contract. 3.3 Not permit any lien or claim to be filed or prosecuted against the City of Eugene or any subdivision or agency or employee thereof on account of any labor or material fumished. 3.4 Pay to the Department of Revenue all sums withheld from employees pursuant to ORS 316.167. 3.5 Demonstrate that an employee drug testing program is in place. Payment of Claims by Public Officers (ORS 279.314) 4.1 If the Contractor fails, neglects or refuses to make prompt payment of any claim for labor or services furnished to the Contractor or a subcontractor by any person in connection with the public contract as such claim becomes due, the public officer or officers representing the City of Eugene may pay such claims to the person furnishing the labor or services and charge the amount of the payment against funds due or to become due the Contractor by reason of this contract. The payment of a claim in the manner authorized shall not relieve the Contractor or his/her surety from his or her obligations with respect to any unpaid claims. 4.2 If the contractor or a first-tier subcontractor falls, neglects or refuses to make payment to a person furnishing labor or materials in connection with the public contract for a public Improvement within 30 days after receipt of payment from the City of Eugene or a contractor, the contractor or first4ler subcontractor shall owe the person the amount due plus Interest charges commencing at the end of the 10-day period that payment Is due under ORS 279.445(4) and ending upon final payment, unless payment Is subject to a good faith dispute as defined in ORS 279.445. The rate of interest charged to the contractor or first-deer subcontractor on the amount due shall equal three times the discount rate on 90-day commercial paper in effect at the Federal Reserve Bank in the Federal Reserve district that includes Oregon on the date that is 30 days after the date when payment was received from the City of Eugene or from the contractor, but the rate of interest shall not exceed 30 percent. The amount of Interest may not be waived: - 4.3 if the contractor or a subcontractor fails, neglects or refuses to make payment to a person furnishing labor or materials in connection with the public contract the person may file a complaint with the Construction Contractors Board, unless payment Is subject to a good faith dispute as defined in ORS 279.445. Any contractor shall announce the foregoing in any subcontract Issued. Hours of Labor (ORS 279.316) 5.1 No person shall be employed for more than ten (10) hours in any one day or forty (40) hours in any one week, except in cases of necessity, emergency or when the public policy absolutely requires it, and in such cases, except In cases of contracts for personal services as defined in ORS 279.051, the employee shall be paid at least time and a half pay for all overtime in excess of eight (8) hours in any one day and forty (40) hours in any one week, when the work week consists of five consecutive days, Monday through Friday, or for all overtime in excess of ten (10) hours in one day or forty (40) hours in one week, when the work week is four consecutive days, Monday through Friday, and for work performed on Saturday and on any legal holiday specified in ORS 279.334. The Contractor must give notice to employees who perform work on a public contract, in writing, either at the time of hire or before commencement of work on the contract, or by posting a notice in a location frequented by employees, the number of hours per day and days per week that the employees may be required to work. 5.2 In the case of contracts for personal services as defined in ORS 279.051, no person shall be employed for more than eight (8) hours in any one day or forty (40) hours in any one week, except in cases of necessity, emergency, or when the public policy absolutely requires it, and in such cases a laborer shall be paid at least time and a half for all overtime worked In excess of forty (40) hours in any one week, except for individuals under this contract who are excluded under ORS 653.010 to 653.261 or under 29 USC Sections 201-209 from receiving overtime. Payment for Medical Care and Attention to Employees (ORS 279.320) 6.1 The Contractor shall promptly as due, make payment to any person, co-partnership or association or corporation furnishing medical, surgical, and hospital care or other needed care and attention, incident to sickness or injury, to the employees of such Contractor, of all sums which the Contractor agrees to pay for such services and all monies and sums which the Contractor collected or deducted from the wages of employees pursuant to any law, contract or agreement for the purpose of providing or paying for such service. 6.2 The Contractor and all employers working under this contract are subject employers, and agree to comply with ORS 656.017. Labor Contract Conditions (Eugene Code, 1971, Section 2.030) AII contracts wherein labor is required, except contracts forthe purchase of materials and supplies, shall contain the following provisions: Standard Contract Provisions-Page 6 (Revised Nov. 1999) 7.1 The Contractor will comply with all provisions required by the statutes of the state, of contractors on a "public contract" as defined in ORS 279.310(1). 7.2 The Contractor will comply with all requirements of Eugene Code, 1971, Sections 4.613 to 4.650. 7.3 The Contractor shall, in the event he/she willfully violates the provisions of this section or knowingly files false affidavits of compliance, waive for a period of one year any right to bid upon any public works project let by the City. 7.4 If a Contractor or subcontractor violates the provisions of this section, the City may, at its option, terminate said contract or subcontract and said Contractor or subcontractor In such event shall forfeit all rights under his/her contract except to payment for actual labor and materials furnished to the City. The City may waive in whole or in part any forfeitures or sanctions provided in this paragraph. Nondiscrimination on the Basis of Disability (Americans with Disabilities Act, 42 USC sec. 12101 at seq.) The Contractor shall: 8.1 Comply with all requirements of the Americans with Disabilities Act, 42 U.S.C. sec. 12101, et seq., and all regulations Implementing the Act, especially including those regulations set forth at 28 C.F.R. sec. 35.130, or any later replacement for those regulations, directly or indirectly applicable to Contractor as a result of a contract with the City. 8.2 To thg extent legally possible, Contractor shall indemnify and hold City, its officers, agents and employees, harmless from and against arty and all claims, actions, liabilities, costs, including costs of defense, arising out of or in any way related to any act or failure to act by Contractor and Contractor's employees, agents, officers and contractors in connection with Contractor's obligations concerning services, aid or benefits to be provided to Individuals with disabilities. In the event any such action or claim is brought against City, Contractor shall, upon City's tender, defend the same at its sole cost and expense, promptly satisfy any judgment adverse to City or to City and Contractor jointly, and reimburse City for any loss, cost, damage or expense (including legal fees) suffered or incurred by City. This right of indemnification and to be held harmless shall be in addition to, and not in replacement of any other right that City may have under any statute, under the common law or under this contract. 8.3 By acceptance of this agreement, Contractor warrants that Contractor is familiar with the requirements of the Americans with Disabilities Act and the regulations to enforce the Act. Contractor further warrants that Contractor is in compliance with the requirements of the Act concerning local government services applicable to Contractor as a result of this agreement. Contractor shall continue to comply with all applicable provisions of the Act. City shall have the right to inspect, upon rossionable notice, Contractor's records and all-locations where the work is to be performed to assure compliance with all applicable provisions of the Act. Payment to Subcontractors The Contractor shall: 9.1 Include in each subcontract for property or services entered into by the contractor and a first-tier subcontractor, including a material supplier, for the purpose of performing a construction contract: 9.1.1 A payment clause that obligates the contractor to pay the first-tier subcontractor for satisfactory performance under its subcontract within 10 days of payment by the City out of such amounts as are paid to the contractor by the City of Eugene under such contract; and 9.1.2 An interest penalty clause that obligates the contractor, if payment is not made within 30 days after receipt of payment from the City of Eugene, to pay to the first-tier subcontractor an interest penalty on amounts due in the case of each payment not made in accordance with the payment clause Included in the subcontract pursuant to paragraph 9.1.1 of this subsection. A contractor or first-tier subcontractor shall not be obligated to pay an interest penalty If the only reason that the contractor or first-tier subcontractor did not make payment when payment was due is that the contractor or first-tier subcontractor did not receive payment from the City of Eugene or contractor when payment was due. The interest penalty shall be: 9.1.2.1 For the period beginning on the day after the required payment date and ending on the date on which payment of the amount due is made; and 9.1.2.2 Computed at the rate specified in ORS 279.314(2). Standard Contract Provisions-Page 7 (Revised Nov. 1999) REQUEST FOR BIDS Liquid Chlorine RFB No. 2002200155 Bids Due Monday, July 22, 2002 2:30 p.m. SECTIONS Invitation to Bid Requirements/Specifications Required Forms Proposed Price Agreement CITY OF EUGENE Finance Division/Purchasing 860 West Park, suite 300 Eugene, Oregon 97401 Telephone: (541) 682-5055 Fax: (541) 682-6233 Section 00020--Page 1 CITY OF EUGENE INVITATION FOR SEALED BIDS RFB No. 2002200155 Notice To Vendors Sealed bids for liquid Chlorine for the City of Eugene, Public Works, Wastewater Division will be accepted by Carol Pomes, Purchasing Manager, Purchasing Section, 860 West Park, Suite 300, Eugene, Oregon 97401 until Monday, July 22, 2002, 2:30 p.m. Bids received after the stated time will not be considered. Project Description in general,.work includes: • Providing liquid chlorine to the agencies listed in this solicitation. • Entering Into a Price Agreement with the listed agencies. Type of Bid -,One proposal stating FOB DELIVERED unit prices and deposits for each agency requiring chorine is required. Non-Resident Bidders In accordance with ORS 279.029, Bidders will be required to indicate on the Bid Form whether or not the Bidder is an Oregon resident. Owner's Right to Reject Bids Bids may be held by the City of Eugene for a period of not to exceed sixty (60) days from the date of bid opening for the purpose of reviewing the bids and investigating the qualifications of the bidders prior to awarding the contract. The City of Eugene reserves the right to reject or accept any or all Bids, or to waive any informalities when it is in the best interest of the City to do so. Please provide two (2) copies of your proposal. Dated: June 24, 2002 BY INVITATION OF: Carol K. Pomes Purchasing Manager City of Eugene (541) 682-5055 PUBLISHED BY: 1 Time(s) in the State VIP System 1 Time(s) in the Purchasing Office RFB No. 2002200155 Legal Ad Section 00100--Page 2 The Bid is based upon the materials, equipment, systems, required by the Bidding Documents without exceptions. 3. Bidding Documents. Copies: Bidders may obtain from the Owner Bidding Documents for no fee as stated in the Advertisement for Bids. Complete sets of Bidding Documents shall be used in preparing Bids. The Owner does not assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. In making copies of the Bidding Documents available on the above terms the Owner does so only for the purpose of obtaining Bids on the Work and do not confer a license or grant permission for any other use of the Bidding Documents. 4. Interpretation or Correction of Bidding Documents. Bidders and Sub-bidders shall carefully study and compare the Bidding Documents with each other and with other work being bid concurrently or presently underway to the extent that it relates to the Work for which the Bid is submitted, shall examine the site and local conditions, and shall promptly `notify the Owner of any ambiguity, inconsistency, or error which they may discover. Bidders and Sub-bidders requiring clarification of interpretation of the Bidding Documents shall make a request to reach the Owner at feast seven days prior to the date for receipt of Bids. Any interpretation, correction, or change of the Bidding Documents will be made by written Addendum. Interpretations, corrections, or changes of the Bidding Documents made in any other manner will not be binding, and Bidders shall not rely upon such interpretations, corrections, and changes. 5. Product Substitutions. Submit requests for approval in accordance with requirements specified in Section 00200, and to reach Owner at least 5 working days prior to Bid opening. 6. Addenda. Copies of Addenda will be made available for inspection wherever Bidding Documents are on file for that purpose, and will be issued as follows: Addenda will be mailed, delivered, or otherwise transmitted to each person or firm who filed name, address, telephone number, or facsimile (fax) number with the issuing office for the express purpose of receiving addenda, prior to 72 hours before Bid opening date. No addenda will be issued later than 72 hours prior to the date for receipt of Bids except an addendum withdrawing the request for Bids or one postponing the date for receipt of Bids. Each Bidder shall ascertain, prior to submitting a Bid, that the Bidder has received all addenda issued, and the Bidder shall acknowledge their receipt in the Bid. RFB No. 2002200155 Bidding Instructions Section 00100--Page 4 Oral, telephonic, telegraphic, or faxed Bids are invalid and will not receive consideration. 7.3 Modification or Withdrawal of Bid. A Bid may not be modified, withdrawn, or canceled by the Bidder for 30 calendar days following the time and date designated for the receipt of Bids, and the Bidder so agrees in submitting his/her Bid. Prior to the time and date designated for receipt of Bids, any Bid submitted may be modified or withdrawn by notice to the party receiving Bids at the place designated for receipt of Bids. Such notice shall be in writing over the signature of the Bidder or by telegram; if by telegram, written confirmation over the signature of Bidder must have been mailed and postmarked on or before the date and time set for receipt of Bids; it shall be so worded as not to reveal the amount of the original Bid. Withdrawn Bids may be resubmitted up to the time designated for the receipt of Bids provided that they are then fully in conformance with these instructions to Bidders. 8. Consideration of Bids 8.1 Bid Opening. Bids will be opened publicly at the listed time and place, and read aloud. Bidders and others properly interested are invited to be present at the Bid opening; however, the identity of the successful Bidder will not be determined at the Bid opening time. The Owner reserves the right to review the Bids and to consult with Legal Counsel about the sufficiency and legality of the Bids. 8.2 Rejection of Bids. The Owner shall have the right to reject any or all Bids and to reject a Bid not accompanied by required bid security or data required by the bidding documents, or to reject a Bid which is in any way incomplete or irregular. The owner shall also have the right to reject any or all Bids when, in the Owner's judgement, it is in the Owner's best interest to do so. 8.3 Acceptance of Bid. It is the intent of the Owner to award a contract to the lowest responsible Bidder provided the Bid has been submitted in accordance with the requirements of the bidding documents, and does not exceed the funds available. The Owner shall have the right to waive any informality or irregularity in any Bid received and to accept the Bid which, in the Owner's judgment, is in its own best interest. The Owner shall have the right to accept alternates in any order or combination and to determine the low Bidder on the basis of the sum of the base bid and the alternates accepted. RFB No. 2002200155 Bidding Instni kM Section 00200-Page 1 1. INTRODUCTION The City of Eugene, Wastewater Division invites qualified Vendor's to bid on Liquid Chlorine following the specifications of this Request for Bid. 11. SCOPE The City of Eugene, Wastewater Division is requesting bids for the purpose of establishing a Price Agreement for liquid Chlorine. The Price Agreement will be for a one (1) year period with the option to renew for an additional three (3) one (1) year periods upon mutual consent. The City of Eugene, Wastewater Division, as well as the other agencies listed in this Request for Bid, use Liquid Chlorine in one ton cylinders. Some of the agencies use the chlorine in 150 pound cylinders. The agencies participating in this bid, along with their approximate yearly needs are listed on the bid form. Delivery and billing addresses, contacts, and telephone numbers are listed on the proposed price agreement form. The container/cylinder sizes and quantities listed are not intended to be a commitment to purchase, but should be taken as a usage estimate. Please list the appropriafe-delivered prices for each agency. 111. SPECIFICATIONS/REQUIREMENTS 1. All product shall be delivered to the agencies' delivery addresses as noted. The deliveries are to be made within 5 working days from the day the order is placed. Any empty cylinders are to be picked up at that time. It is important that the vendor have enough product on hand to meet the demands. . 2. Provide the FOB DELIVERED prices as required on the STANDARD BID FORM, Section 00300. Include the appropriate cylinder deposit for each size and type. 3. The vendor will supply cylinders that are in good condition, free from leaks, dents, cracks, corrosion, rust, or other defects. Any description or documentation regarding methods used to ensure cylinder quality control will be taken into consideration in award. 4. The City of Eugene will provide equipment and personnel to unload one ton cylinders of chlorine, and load empty cylinders for return, onto the vendor's truck. The vendor is responsible for the securing and unsecuring of loads, as necessary. Other participating agencies may have specific loading requirements or needs. IV. EVALUATION/SELECTION The City of Eugene reserves the right to accept or reject any or all bids received as a result of this request, to negotiate with qualified Vendors, or to cancel in part or in its entirety the request for bid, if it is in the best interests of the City to do so. The bids will be reviewed and the selection made by City of Eugene personnel. Selection will be made based on the Vendor's ability to meet the required specifications and by the price of the Vendor's recommended product. The successful Contractor will be awarded a City of Eugene Price Agreement. STANDARD BID FORM OF THE CITY OF EUGENE RFB No. 2002200156 Section-00300 Page 1 Project Title: Liquid Chlorine Project Location: 410 River Avenue, Eugene, Oregon 97404 Bid Opening Location: City of Eugene Purchasing, 860 West Park, third floor, Eugene OR 97401 Bid Closing Time and Date: 2:30 p.m. on Monday, July 22, 2002 Bid Opening Time and Date: 2:30 p.m. on Monday, July 22, 2002 Proposal Bidder's Name: .SCI - Jones Chemicals, Inc. Bidders Address- 1919 Mari ne Vi ew Dri ve Tacoma, WA 98422 _ Bidder's Telephone Number. 2( 53 _) 274 -0104 Cl-' -._,, ? - Tax Numbers 274- 0733 Owner's Name: City of Eugene Public Works Wastewater Division Owner's Address: 410 River Avenue, Eugene, Oregon 97404 Base Bid The undersigned (check one of the following and insert information requested): a. X A Corporation organized and existing under the laws of the State of New York , or b. A Partnership registered under the laws of the State of : or C. An individual doing business under an assumed name registered under the laws of the State of : or d. An individual doing business under his or her own name; and hereby proposes to furnish all material and labor and perform all Work as hereinafter indicated for Liquid Chorine in strict accordance with the Specifications prepared by the City of Eugene for a Bid Of. Agency Container Yearly Usage (Estimated) Price (Each) Extended Price City of Eugene 1 Ton Cylinder 100 $309.00 $30,900.00 EWEB 1 Ton Cylinder 60 $309.00 $18,540.00 City of Albany 1 Ton Cylinder 50 .$309-00 $15,450.00 City of Cottage Grove 1 Ton Cylinder 12 $309.00 $3,708.00 RFB No. 2002200155 Standard Bid Forth RrAaed February 1097 Section-00300 Page 2 City of Sutherlin 1 Ton Cylinder 7 $309.00 $2,163.00 150 Lb Cylinder 14 $65.00 $910.00. Umpqua Basin Water Association 150 Lb Cylinder 30 $65.00 $1,950.00 City of Ashland 1 Ton Cylinder 18 .$309.00 $5,562.00 Medford Water Commission 1 Ton Cylinder 35 $309.00 $10,815.00 City of Sweet Home 1 Ton Cylinder 1 8 $309.00 $2,472.00 150 Lb Cylinder '50 $65.00 $3250.00 Total: $95,720.00 Cylinder Deposits (Eachi. 55. Gallon Drum $ NIA 150 Pound Cylinder $ 100.00 1 Ton Cylinder $ 750.00 and the Undersigned agrees to be bound by the following documents: Advertisement for Bids Instructions to Bidders Affidavit of Noncoliusion Form of Agreement (Price Agreement) Requirements & Specifications City of Eugene Standard Contract Provisions Addenda The undersigned acknowledges receipt of and agrees to be bound by addenda numbered 1 through 1 , inclusive. It is understood that the Base Bid may be adjusted for any Alternates in determining the amount of the Contract. Any or all of the Altemates may be accepted or reinstated by the Owner at any time within 60 calendar days after date. of the Contract Award by the Owner, and if accepted or reinstated, payment shall be made therefore at the respective amounts named herein. If, prior to acceptance of any-Alternate Bid, other Work is undertaken which affects the Alternate Bid Work, the Alternate Bid Sum will be adjusted accordingly. Bidder's Residency The Bidder is a resident of the State of Oregon. X The Bidder is a non-resident of the State of Oregon as defined below. A non-resident of Oregon is one who has neither paid Unemployment Taxes nor Income Taxes in Oregon during the 12 calendar months immediately preceding submission of this Bid, nor has a Business Address in Oregon. RFB No. 2002200155 standard Bid Forth Revised February 1997 Section-00300 Page 3 If a non-resident, the Bidder shall indicate the State in which the Bidder resides and the Preference Discount, N any, given by that State. Bidder's State of Residence: Washington Preference Discount given by Bidder's Residence State: N/A % In determining the lowest Responsible Bidder for this Work, the above stated percentage will be added to the Bid of non-resident Bidders for purposes of determining the low Bidder, but the percentage will not be added to the Contract Sum appearing in the Agreement. Bidder's Statement Bidder in carrying out the contract will comply with all applicable laws. X Yes _ No Attachments to Bid Form - Affidavit of Noncollusion END OF BID FORM 19004 RFB No. 2002200155 Standard Bid Forth Revised February 1997 ..s Section 00301--Page 1 AFFIDAVIT OF NONCOLLUSION JGI - Jones Chemicals, Inc. (Bidder's Firm Name) I, the undersigned, as (sole owner) er (officer of the foregoing corporation) (agent of the above bidder), being first duly swom on oath, depose and say: That the attached bid has been arrived at by the bidder, independently, and has been submitted without collusion with, and without any Agreement, understanding or planned course of action with, any other contractor, bidder, or vendor on materials, supplies, equipment or services, described in the invitation to bid, designed to limit independent bidding or competition. The contents of the bid herein presented and made have not been communicated by the bidder or (his) (their) or (its) employees or agents to any person not an employee or agent of the bidder or its surety on any bond fumished with the bid, and will not be communicated to any such person prior to the official opening of the bid. I have fully informed myself regarding the accuracy of the foregoing statements, and the same are made by me based on my personal information. I have read and understood the Book of Contract Documents and the Specifications for the attached Bid. Signature: Title: Account Manager - CITY OF ASHLAND 20 E MAIN ST. i ASHLAND, OR 97520 (541) 488-5300 VENDOR: 005997 JONES CHEMICAL INC 1919 MARINE VIEW DRIVE TACOMA, WA 98422 FOB Point: Terms: Net Req. Del. Date: 07/0112002 Special Inst: CITY RECORDER'S COPY Page 1 / 1 DATE PO:NU BER 08/08/2002 03510 SHIP TO: Ashland Water Treatment Plant (541) 488-5345 ASHLAND, OR 97520 Req. No.: Dept.: PUBLIC WORKS Contact: Daryl McVey Confirming? No THIS IS A REVISED PURCHASE ORDER 1900 C I Annual urchase order for CHLORINE 309.00 5 871 00 ?r S $750.00 C linder De osit ? ? . 1. n t. _ " v5 !:.. ?Tt?r- ,•'y .?' . 4 ? .. .> < ,; ?.R?? . ... .. _ 1<`a. ??hT ? ??`. -3 5 .i R4 t +4 y { stt ; 'i. ?'. Ye ? ? 6,{ ?' L P,:? •prc e'a ?{ i » g? ? ?,n 2 s- .:1%. Y #.4v` ...?i.i, ' ?:i3. `. 5 .i ,. +.r ?t?-y???."l?:Y[?t[? ???? .. ,. .. :: i d ?? ?: , y?#?.N; ... 1'L l4>..?"i ?: ? .. ? + .:-,?..?..n ? fa>? _ ??iIN"•: +' 'f :•?'1 1 ? { ; ? ' -L ? "MIAN O ?? . .. . ? . . .. ... tlk, n .#... ._. .. _ , ..:- ? 4 r ry i E e ? .y AQ Z ' a Y t . m'.h .H y { y l _. . xT f d AS 3 i+r3 ?'1 k 4 _ «. `. [ , ,. . £ a r SUBTOTAL 5,871.00 BILL To: Account Payable TAX 0.00 20 EAST MAIN ST FREIGHT 0.00 541-552-2010 TOTAL 5,871.00 ASHLAND, OR 97520 A request for a Purchase Order REQUISITION FORM THIS REQUEST IS A: ,2 M-6hange Order(existing PO #.0 33q /, o rJhFz ,2 Vendor Name: Address: City, State, Zip: Phone: Fax Number Deliver Location CITY OF ASHLAND Date of Request: F -?3 t ld Required Date of Delivery/Service: tAl l" 0 &3 iryl0 J v? ? "'5 Services Only Description Total Cost Solicitation Process: s 1 Exempt 3 Written Quotes (copies attached) Sole Source Invitation to Bid (copies on file) $ Less than $5000 Request for Proposal (copies on file) Account Number *Please attach the Original signed contract and Insurance certificate. Materials Only Item # Quantity Unit Description Unit Cost Total Cost /1? s lofoo?- Z4 zoo l ? ?o iz z o? c? s87 Account Numbet? Co. G ° --- -- -- -- ------ *Please attach the quotes. Employee Signature. ` 1..? Supervisor/Dept. Head Signature: NOTE: By signing this requi form certify that the above req meets the City of Ashland Solicitation Process requirements and can be provided w n necessary.