Loading...
HomeMy WebLinkAbout2011-194 Contract - Univar USA Inc Contract for Goods and Services CITY OF CONTRACTOR: Univar USA44nc. ASHLAND CONTACT: Shawnasey McCarthy 20 East Main Street Ashland, Oregon 97520 ADDRESS: 8201 S. 21 e, Kent, WA 98032 Telephone: 541/488-6002 Fax: 541/488-5311 TELEPHONE: 253-872-5000 DATE AGREEMENT PREPARED:06/30/2011 FAX: 253-872-5041 BEGINNING DATE: July 1, 2011 COMPLETION DATE: June 30, 2011 COMPENSATION: WTP—Cytec Superfloc C-573 Flocculant ($1.271/Lb, Del charge $95.00 per order, Min 4 drums per order) WTP—C tec Su erfloc N-300 LMW Flocculant $2.70/Lb Del charge $95.00 per order, Min 6 bas per order GOODS AND SERVICES TO BE PROVIDED: WTP Chemicals as specified and resulting from Invitation to Bid 2011-101. Contract approved by City Council June 21 2011. ADDITIONAL TERMS: —NOW THEREFORE, pursuant to AMC 2.50.090 and after consideration of the mutual covenants contained herein the CITY AND CONTRACTOR AGREE as follows: 1. All Costs by Contractor: Contractor shall, provide all goods as specified above and shall at its own risk and expense, perform any work described above and, unless otherwise specified, furnish all labor, equipment and materials required for the proper performance of such work. 2. Qualified Work: Contractor has represented, and by entering into this contract now represents, that any personnel assigned to the work required under this contract are fully qualified to perform the work to which they will be assigned in a skilled and worker-like manner and, if required to be registered, licensed or bonded by the State of Oregon, are so registered, licensed and bonded. Contractor must also maintain a current City business license. 3. Completion Date: Contractor shall provide all goods in accordance with the standards and specifications, no later than the date indicated above and start performing the work under this contract by the beginning date indicated above and complete the work by the completion date indicated above. 4. Compensation: City shall pay Contractor for the specked goods and for any work performed, including costs and expenses, the sum specified above. Payments shall be made within 30 days of the date of the invoice. Should the contract be prematurely terminated, payments will be made for work completed and accepted to date of termination. 5. Ownership of Documents: All documents prepared by Contractor pursuant to this contract shall be the property of City. 6. Statutory Requirements: ORS 279B.220, 2798.225, 2798.230, 279B.235, ORS Chapter 244 and ORS 670.600 are made part of this contract. 7. Living Wage Requirements: If contractor is providing services under this contract and the amount of this contract is$18,703 or more, Contractor is required to comply with chapter 3.12 of the Ashland Municipal Code by paying a living wage, as defined in this chapter, to all employees performing work under this contract and to any subcontractor who performs 50%or more of the work under this contract. Contractor is also required to post the notice attached hereto as Exhibit B predominantly in areas where it will be seen by all employees. 8. Indemnification: Contractor agrees to defend, indemnify and save City, its officers, employees and agents harmless from any and all losses, claims, actions, costs, expenses,judgments, subrogations, or other damages resulting from injury to any person(including injury resulting in death), or damage(including loss or destruction)to property, of whatsoever nature arising out of or incident to the performance of this contract by Contractor(including but not limited to, Contractor's employees, agents, and others designated by Contractor to perform work or services attendant to this contract). Contractor shall not be held responsible for any losses, expenses, claims, subrogations, actions, costs, judgments, or other damages, directly, solely, and proximately caused by the negligence of City. 9. Termination: a. Mutual Consent. This contract may be terminated at any time by mutual consent of both parties. b. City's Convenience. This contract may be terminated at any time by City upon 30 days' notice in writing and delivered by certified mail or in person. C. For Cause. City may terminate or modify this contract, in whole or in part, effective upon delivery of written notice to Contractor, or at such later date as may be established by City under any of the following conditions: I. If City funding from federal, state, county or other sources is not obtained and continued at levels sufficient to allow for the purchase of the indicated quantity of services: Contract for Goods and Services, Page 1 of 5 ii. If federal or state regulations or guidelines are modified, changed, or interpreted in such a way that the services are no longer allowable or appropriate for purchase under this contract or are no longer eligible for the funding proposed for payments authorized by this contract; or iii. If any license or certificate required by law or regulation to be held by Contractor to provide the services required by this contract is for any reason denied, revoked, suspended, or not renewed. d. For Default or Breach. i. Either City or Contractor may terminate this contract in the event of a breach of the contract by the other. Prior to such termination the party seeking termination shall give to the other party written notice of the breach and intent to terminate. If the party committing the breach has not entirely cured the breach within 15 days of the date of the notice, or within such other period as the party giving the notice may authorize or require, then the contract may be terminated at any time thereafter by a written notice of termination by the party giving notice. ii. Time is of the essence for Contractor's performance of each and every obligation and duty under this contract. City by written notice to Contractor of default or breach, may at any time terminate the whole or any part of this contract if Contractor fails to provide services called for by this contract within the time specified herein or in any extension thereof. iii. The rights and remedies of City provided in this subsection (d) are not exclusive and are in addition to any other rights and remedies provided by law or under this contract. e. Obligation/Liability of Parties. Termination or modification of this contract pursuant to subsections a, b, or c above shall be without prejudice to any obligations or liabilities of either party already accrued prior to such termination or modification. However, upon receiving a notice of termination (regardless whether such notice is given pursuant to subsections a, b, c or d of this section, Contractor shall immediately cease all activities under this contract, unless expressly directed otherwise by City in the notice of termination. Further, upon termination, Contractor shall deliver to City all contract documents, information, works-in-progress and other property that are or would be deliverables had the.contract been completed. City shall pay Contractor for work performed prior to the termination date if such work was performed in accordance with the Contract. 10. Independent Contractor Status: Contractor is an independent Contractor and not an employee of the City. Contractor shall have the complete responsibility for the performance of this contract. 11. Non-discrimination Certification:The undersigned certifies that the undersigned Contractor has not discriminated against minority, women or emerging small businesses enterprises in obtaining any required subcontracts. Contractor further certifies that it shall not discriminate in the award of such subcontracts, if any. The Contractor understands and acknowledges that it may be disqualified from bidding on this contract, including but not limited to City discovery of a misrepresentation or sham regarding a subcontract or that the Bidder has violated any requirement of ORS 279A.110 or the administrative rules implementing the Statute. 12. Asbestos Abatement License: If required under ORS 466A.710, Contractor or Subcontractor shall possess an asbestos abatement license. 13. Assignment and Subcontracts: Contractor shall not assign this contract or subcontract any portion of the work without the written consent of City. Any attempted assignment or subcontract without written consent of City shall be void. Contractor shalt be fully responsible for the acts or omissions of any assigns or subcontractors and of all persons employed by them, and the approval by City of any assignment or subcontract shall not create any contractual relation between the assignee or subcontractor and City. 14. Use of Recyclable Products:Contractor shall use recyclable products to the maximum extent economically feasible in the performance of the contract work set forth in this document. 15. Default. The Contractor shall be in default of this agreement if Contractor. commits any material breach or default of any covenant, warranty,certification, or obligation it owes under the Contract; if it loses its QRF status pursuant to the QRF Rules or loses any license, certificate or certification that is required to perform the work or to qualify as a QRF if Contractor has qualified as a QRF for this agreement; institutes an action for relief in bankruptcy or has instituted against it an action for insolvency; makes a general assignment for the benefit of creditors;or ceases doing business on a regular basis of the type identified in its obligations under the Contract; or attempts to assign rights in, or delegate duties under, the Contract. 16. Insurance. Contractor shall at its own expense provide the following insurance: a. Worker's Compensation insurance in compliance with ORS 656.017, which requires subject employers to provide Oregon workers' compensation coverage for all their subject workers b. General Liablli �e with a combined single limit, or the equivalent, of not less than Enter one: $200,000, $500,00 ,. 1,000,000 2,000,000 or Not Applicable for each occurrence for Bodily Injury and Property Damage. It shall inc actual liability coverage for the indemnity provided under this contract. C. A m it rance with a combined single limit, or the equivalent, of not less than Enter one: $200;000,$500,000, 11000,00 r Not Applicable for each accident for Bodily Injury an rmage, including coverage for hired or non-owned vehicles, as applicable. d. Notice of cancellation or change. There shall be no cancellation, material change, reduction of limits or intent not to renew the insurance coverage(s)without 30 days'written notice from the Contractor or its insurer(s)to the City. Contract for Goods and Services,Page 2 of 5 i e. Additional Insured/Certificates of Insurance. Contractor shall name The City of Ashland, Oregon, and its elected officials, officers and employees as Additional Insureds on any insurance policies required herein but only with respect to Contractor's services to be provided under this Contract As evidence of the insurance coverages required by this Contract, the Contractor shall furnish acceptable insurance certificates prior to commencing work under this contract. The contractor's insurance is primary and non-contributory. The certificate will specify all of the parties who are Additional Insureds. Insuring companies or entities are subject to the City's acceptance. If requested, complete copies of insurance policies, trust agreements, etc. shall be provided to the City. The Contractor shall be financially responsible for all pertinent deductibles, self-insured retentions and/or self- insurance. 17. Governing Law; Jurisdiction; Venue: This contract shall be governed and construed in accordance with the laws of the State of Oregon without resort to any jurisdiction's conflict of laws, rules or doctrines. Any claim, action, suit or proceeding (collectively, 'the claim") between the City(and/or any other or department of the State of Oregon) and the Contractor that arises from or relates to this contract shall be brought and conducted solely and exclusively within the Circuit Court of Jackson County for the State of Oregon. If, however, the claim must be brought In a federal forum, then it shall be brought and conducted solely and exclusively within the United States District Court for the District of Oregon filed in Jackson County, Oregon. Contractor, by the signature herein of its authorized representative, hereby consents to the in personam jurisdiction of said courts. In no event shall this section be construed as a waiver by City of any form of defense or immunity, based on the Eleventh Amendment to the United States Constitution, or otherwise, from any claim or from the jurisdiction. 18. THIS CONTRACT AND ATTACHED EXHIBITS CONSTITUTE THE ENTIRE AGREEMENT BETWEEN THE PARTIES. NO WAIVER, CONSENT, MODIFICATION OR CHANGE OF TERMS OF THIS CONTRACT SHALL BIND EITHER PARTY UNLESS IN WRITING AND SIGNED BY BOTH PARTIES. SUCH WAIVER, CONSENT, MODIFICATION OR CHANGE, IF MADE, SHALL BE EFFECTIVE ONLY IN THE SPECIFIC INSTANCE AND FOR THE SPECIFIC PURPOSE GIVEN. THERE ARE NO UNDERSTANDINGS, AGREEMENTS, OR REPRESENTATIONS, ORAL OR WRITTEN, NOT SPECIFIED HEREIN REGARDING THIS CONTRACT. CONTRACTOR, BY SIGNATURE OF ITS AUTHORIZED REPRESENTATIVE, HEREBY ACKNOWLEDGES THAT HE/SHE HAS READ THIS CONTRACT, UNDERSTANDS IT, AND AGREES TO BE BOUND BY ITS TERMS AND CONDITIONS. 19. Nonappropriations Clause. Funds Available and Authorized: City has sufficient funds currently available and authorized for expenditure to finance the costs of this contract within the City's fiscal year budget. Contractor understands and agrees that City's payment of amounts under this contract attributable to work performed after the last day of the current fiscal year is contingent on City appropriations, or other expenditure authority sufficient to allow City in the exercise of its reasonable administrative discretion, to continue to make payments under this contract. In the event City has insufficient appropriations, limitations or other expenditure authority, City may terminate this contract without penalty or liability to City, effective upon the delivery of written notice to Contractor, with no further liability to Contractor. 20. Prior Approval Required Provision. Approval by the City of Ashland Council or the Public Contracting Officer is required before any work may begin under this contract. 21. Certification. Contractor shall sign the certification attached hereto as Exhibit A and herein incorporated by reference. Contractor: City rn�/�/Yt�/ � City of Ashland By Q " " ' 4 By - .D Q1_ Signature Department Head Print Name Print Name Perry ICu6ak.t,bG Title Date W-9 One copy of a W-9 is to be submitted with r ved as to form: the signed contract �n q Purchase Order No. / �� Contract for Goods and Services,Page 3 of 5 I . . EXHIBIT A CERTIFICATIONS/REPRESENTATIONS: Contractor, under penalty of perjury, certifies that (a) the number shown on the attached W-9 form is its correct taxpayer ID (or is waiting for the number to be issued to it and (b) Contractor is not subject to backup withholding because (i) it is exempt from backup withholding or(ii) it has not been notified by the Internal Revenue Service (IRS) that it is subject to backup withholding as a result of a failure to report all interest or dividends, or (iii) the IRS has notified it that it is no longer subject to backup withholding. Contractor further represents and warrants to City that (a) it has the power and authority to enter into and perform the work, (b) the Contract, when executed and delivered, shall be a valid and binding obligation of Contractor enforceable in accordance with its terms, (c) the work under the Contract shall be performed in accordance with the highest professional standards, and (d) Contractor is qualified, professionally competent and duly licensed to perform the work. Contractor also certifies under penalty of perjury that its business is not in violation of any Oregon tax laws, and it is a corporation authorized to act on behalf of the entity designated above and authorized to do business in Oregon or is an independent Contractor as defined in the contract documents, and has checked four or more of the following criteria: _ (1) 1 carry out the labor or services at a location separate from my residence or is in a specific portion of my residence, set aside as the location of the business. ( (2) Commercial advertising or business cards or a trade association membership are purchased for the business. (3) Telephone listing is used for the business separate from the personal residence listing. 4— (4) Labor or services are performed only pursuant to written contracts. _ (5) Labor or services are performed for two or more different persons within a period of one year. (6) 1 assume financial responsibility for defective workmanship or for service not provided as evidenced by the ownership of performance bonds, warranties, errors and omission insurance or liability insurance relating to the labor or services to be provided. Contractor (Date) Contract for Goods and Services, Page 4 of 5 C I T Y OF June 30, 2011 ASHLAND Shawnasey McCarthy Univar USA, Inc. 8201 S. 212 ' Kent, WA 98032 Dear Shawnasey: Thank you for submitting your bid to the City for WTP & WWTP chemicals.. Your company is being awarded a public contract for two of the chemicals required for use at the Water Treatment Plant. I have enclosed the contract for the two WTP chemicals. The contract requires that Certificates of Insurance be provided to the City for General Liability, Business Automobile and Workers' Compensation, including the City of Ashland as the additional insured. For more information regarding the insurance requirements, please see section 16 on page 2 of the contract. Please return the signed contract and insurance certificates to my attention at the following address: Karl Olson Purchasing Representative City of Ashland 90 N. Mountain Avenue Ashland, Oregon, 97520. If you have any questions or need additional information, I can be reached at (541) 488-5354. Thank you. Sincerely, Kai Olson Purchasing Representative PURCHASING Tel:541-488-5354 City of Ashland Fax:541.4885320 ��, 90 N. Mountain TTY;541-5521234 Ashland,Oregon 97520 I/t www.ashland.or.us -�i QQ1{enfl•Conwm. [onuni �� ® DATE(MM/DDIYYYYI CERTIFICATE OF LIABILITY INSURANCE D],BB B,1 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). � ER CONTACT O ADD Rion Rsk Services central, Inc. NAME:IPHO.N -7122 INC.No.): -5390 Philadelphia PA Office AICNO.E.q: (866) 283 (84]) 953 d y One Liberty Place E-MAIL p 1650 Market Street ADDRESS: _ suite 1000 Philadelphia PA 19103 USA INSURERIS)AFFORDING COVERAGE NAIC 0 INSURED INSURER A: Chartis Specialty Insurance Company 26883 UNIVAR USA INC INSURER B: National union Fire Ins Co of Pittsburgh 19445 17425 NE union Hill Road Redmond WA 98052-3375 USA INSURER C: Illinois National Insurance Co 23817 INSURER O: Insurance Company of the State of PA 19429 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:570043222010 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Limits shown are as requested INSR LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER MMIDD/YYY MMRUdYTYY LIMITS a GENERAL LIABILITY GL EACHOCCURRENCE 53,000,000 % COMMERCIALGENERALLIABILITY SIR applies per policy terns & Condi ions AMA ETORENTED PREMISES Ea occurrence) (300'000 CLAIMS-MADE X❑OCCUR MED EXP ymy one person) $10,000 % SIR:$2,000,000 PERSONAL 6 ADV INJURY $3,000,000 GENERAL AGGREGATE $3,000,000 N GEN'L AGGREGATE LIMITAPPLIES PER'. PRODUCTS-COMP/OP AGG $3,000,000 rN'e X POLICY PRO- LOG o • AUTOMOBILE LIABILITY CA 4806890 03/01/2011 0 /0l 2012 COMBINED SINGLE LIMIT $5,000,000 E es - Truckers Liability (A05) a accident .. • X ANYAUTO CA 4806891 03/01/2011 03/01/2012 BODILY INJURY(Per person) O ALL OWNED SCHEDULED Truckers Liability (MA) BODILY INJURY(Per accident) O • AUTOS AUTOS CA 4806892 03/01/2011 0310112012 q NON-OWNED PROPERTY DAMAGE O HIRED AUTOS pUTOS Truckers Liability (VA) Per accident Y m UMBRELLA LIPH OCCUR EACH OCCURRENCE D EXCESS LIAB CLAIMS-MADE AGGREGATE DED RETENTION D WORKERS COMPENSATION AND WC 01591220 03/01/2011 03/01/2012 X I WC STATU OTH- EMPLOYERS'LIABILITY YIN ADS TORYLIMITS I IER ANY PROPRIETORIPAATNERIEXECUTIVE E.L EACH ACCIDENT $1,000,000 oFFICEWMEMBER EXCLUDED' NIA SIR applies per policy terns & condT Tons (Mandate,in NH) EL DISEASE-EA EMPLOYEE 51,000,000 u as 4eecnca order — DESCRIPTIONOFOPERATIONSBeIOw E.I.DISEASE-POLICY LIMIT $1,000,000._3l �i DESCRIPTION OF OPERATIONS(LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) RE: Contract to Supply water Treatment Chemicals, Ashland, City of waste water Treatment Plant. Eq CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City Of Ashland AUTHORVED REPRESENTATIVE Attn: Kari Olson 90 N. Mountain Road Ashland OR 97520 USA �/, i%UdC cJ�tnrard �O p �i spy 01988-2010 ACORD CORPORATION.AN rights reserved. ACORD 25(2010105) The ACORD name and logo are registered marks of ACORD Attachment to ACORD Certificate for UNIVAR USA INC 'I he terms.conditions and provisions noted below are hereby attached to the captioned certificate as additional description of the coverage afforded by the insurer(s).This attachment does not contain all terns.conditions.coverages or exclusions contained in the policy. INSURER INSORED UNIVAR USA INC INSURER 17425 NE Union Hill Road Redmond WA 98052-3375 USA INSURER INSURER INSURER ADDI'T'IONAL POLICIES Ifa policy below does not include limit infomlation.refer to the corresponding policy on the ACORD certificate boon for policy limits. INSR ADDL SIIBR 1'OLICI'NUMBER] POLICI'EFF POLICY ENP LTR II PE Or INSURANCE INSR II'VD P(ILICI DESCRIPTION 6H.NIDDII'1'1'1' IaI BIIDDl1')'1'11 LIMITS AUTOMOBILE LIABILITY B CA 4806893 3/01/201 03/01/2012 combined 55,000,000 Commercial Auto (A05) Single Limo B CA 4806894 3/01/201 03/01/2012 Commercial Auto (NA) B CA 4806895 3/01/201 03/01/2012 commercial Auto (VA) WORKERS COMPENSATION B N/A wc1591222 3/01/201 03/01/2012 CA, OH, OR & WA SIR applies per policy terms & condit ons (_ N/A W0001591223 3/01/201 03/01/2012 WI SIR applies per policy terms & condit ons D N/A wc001591221 3/01/201 03/01/2012 FL SIR applies per policy terms & condit ons C N/A W0001591224 UT7917=777n7= Tx SIR applies per policy to ms & condit ons Certificate No: 570043222010 Page 1 / 1 C I T Y OF 61TY RECORD �S H LAN t DATE'':.1' PO NUMBER . t*671 20 E MAIN ST. 7/6/2011 10275 ASHLAND, OR 97520 (541)488-5300 VENDOR: 000191 SHIP To: Ashland Water Treatment Plant UNIVAR USA INC, ACCT#146175 (541)488-5345 FILE#56019 ASHLAND, OR 97520 LOS ANGELES, CA 90074 FOB Point: Req.No.: Terms: Net 30 days Dept.: Req.Del.Date: contact: Greg Hunter Special Inst: Confirming? No lJni£ DescH •tion unit 4.00 Ordr Invitation to Bid#2011-101 987.86 3,951.44 CYTEC SUPERFLOC N-300 LMW FLOCCULANT 4 Orders 6 Bags per order $2.70/Lb Delivery charge$95.00 per order Minimum 6 bags per order 7.00 Ordr CYTEC SUPERFLOC C-573 FLOCCULANT 2,637.00 18,459.00 7 Orders 4 Drums per order $1.271/Lb Delivery charge$95.00 per order Minimum 4 drums per order SUBTOTAL 22 410.44 3ILL TO:Account Payable TAX A02:9009 20 EAST MAIN ST FREIGHT 541-552-2028 TOTAL 22,4 ASHLAND, OR 97520 I ' Account Number ' " 'Project Number ;+ '" Am6u66`. Account Number „ i Project Number, Amount.` E 670.08.19.00.601500 22 410.44 AuthotMed Signatute VENDOR COPY CITY OF ASHLAND REQUISITION FORM Date of Request: THIS REQUEST IS A: ❑ Change Order(existing PO# ) Required Date of Delivery/Service: Vendor Name U N NA R Address,City,State,Zip Contact Name&Telephone Number Fax Number SOLICITATION PROCESS ❑ Exempt from Competitive Bidding 1 1 - i o 1 ❑ Emeraencv Reason for exemption: Invitation to Bid (Copies on file) ❑ Wrillen findings attached Date approved by Council: ' El Quote or Proposal attached El Small Procurement&Personal Services Cooperative Procurement Less than$5,00 ❑ Reauest for Proposal (Copies on file) ❑ State of Oregon Note:Total contract amount,including any Date approved by Council: Contract# amendments may not exceed$6,000 ❑ State of Washington Intermediate Procurement ❑ Sole Source Contract# GOODS&SERVICES ❑ Written findings attached ❑ Other government agency contract $5,000 to$100.000 ❑ Quote or Proposal attached Agency ❑ (3)Written quotes attached Contract# PERSONAL SERVICES ❑ Special Procurement ❑ Intergovernmental Agreement $5.000 to$75.00 ❑ Wrilten findings attached Agency ❑ Less than$35,000,by direct appointment ❑ Quote or Proposal attached Contract# ❑ 3 Wdtten proposals attached Date approve by Council: Date approved by Council: Description of SERVICES Total Cost 13l-AM KrT PURCHASE, aRDCR FOR '7 - 1 - t1 To 6 -3o -12 , WATER TREA-TMI_N1 GHrMICALS Item # Quantity Unit Description of MATERIALS Unit Price Total Cost 9 OKPERs 6 (3rr��0 c u s /oCX er- 00 -Pow _300 87. 86 3951 .` 4 2 oRDE 5 1)c Ntr,s 2K C-S 73 FloCGU�ctin� 2 37,`'° 18459. 110 ❑ Per attached QUOTE TOTAL COST $224 I Ai Project Number---------- Account Number--_----_ - ----_-- AccountNumber0o.A.19 -Oo -6oISo0 - -- --- -- -- -- - ----- AccountNumber------- _- -_--_-- Account Number _ 'Expenditure must be charged to the appropriate account numbers for the financials to reflect the actual expenditures accurately. Attach extra pages if needed. By signing this requisition form,I certify that the information provided above meets the City's public contracting requirements,and the documentation can be provided upon request. Employee Signature: C Department Head Signature: Q Additional signatures(if applicable): Funds appropriated for current fiscal year.- NO 72111, Finance Director Date Comments: G:FinancelProcedurelAPlFormslForm#3-Requisition,doc Updated on:7122010