BHS Specialty Chemical Products for the Ferric Chloride FY18 project Page 1
Memo
To: C. Jay Coles, City Clerk
From: Keith Watts, Purchasing Manager
CC: Laurelei McVey/PM
Date: 09/05/2017
Re: September 12 th City Council Meeting Agenda Item
The Purchasing Department respectfully requests that the following item be placed on the
September 12 th City Council Consent Agenda for Council’s consideration.
Approval of Award of Bid and Agreement to BHS Specialty Chemical Products for the
Ferric Chloride FY18 project for a Not-To-Exceed amount of $100,00.00.
Recommended Council Action: Award of Bid and Approval of Agreement to
BHS Specialty Chemical Products for the Not-To-Exceed amount of $100,000
as well as authorize Purchasing Manger to sign purchase order for the Not-to-
Exceed amount $100,000.
Thank you for your consideration.
City of Meridian
Purchasing Dept.
CONTRACT CHECKLIST
I.
PROJECT INFORMATION
Date: 4/28/2017
REQUESTING DEPARTMENT PW- Wastewater
Project Name:
Ferric Chloride FY18
Project Manager: Laurelei McVey
Contract Amount: $100,000
Contractor/Consultant/Design Engineer:
Supplier - BHS Specialty Chemical Products
Is this a change order? Yes ❑ No ❑Q Change Order No.
If. BUDGET INFORMATION
(Project Manager to Complete)
III. Contract Type
Fund: 60
Budget Available (Purchasing attach report):
Department 3510
Yes ❑� No ❑
Construction ❑
GL Account 52015
FY Budget: FY18
Task Order ❑
Project Number: 10427.A
Enhancement: Yes ❑ No
Professional Service ❑
Equipment ❑
Will the project cross fiscal years? Yes
No ❑
Grant ❑
IV. GRANT INFORMATION - to be completed only on Grant funded projects
Grant #: Wage Determination Received
Wage Verification 10 Days prior to bid due date Debarment Status (Federal Funded)
N/A N/A
N/A N/A
Print and Attach the determination Print, attach and amend bid by addendum (if changed) www.sam.gov Print and attach
V.
BASIS OF AWARD
BID
RFP RFQ TASK ORDER
Award based on Low Bid
Highest Ranked Vendor Selected Master Agreement Category N/A
(Bid Results Attached) Yes Q No ❑
(Ratings Attached) Yes ❑ No Date MSA Roster Approved: N/A
Typical Award Yes 0 No ❑
If no please state circumstances and conclusion:
Date Award Posted: 8/16/2017
7 day protest period ends: August 23, 2017
VI. CONTRACTOR / CONSULTANT REQUIRED INFORMATION
PW License N/A
Expiration Date: N/A Corporation Status Existing
Insurance Certificates Received (Date):
9/1/2017 Expiration Date: 9/26/2017 Rating: A
Payment and Performance Bonds Received (Date):
N/A Rating:
Builders Risk Ins. Req'd: Yes ❑
No O If yes, has policy been purchased?
(Only applicabale for projects above $1,000,000)
VII. TASK ORDER SELECTION (Project Manager to Complete)
Reason Consultant Selected ❑ 1 Performance on past projects
Check all that apply ❑ Quality of work ❑ On Budget
❑ On Time ❑ Accuracy of Construction Est
❑ 2 Qualified Personnel
❑ 3 Availability of personnel
❑ 4 Local of personnel
Description of negotiation process and fee evaluation:
VIII. AWARD INFORMATION
Date Submitted to Clerk for Agenda: Approval Date By:
Purchase Order No.: Date Issued: VVI -15 submitted N/A
(Only for PW Construction Projects)
NTP Date: N/A
Contract Request Checklist.5.24.2016.Final
AGREEMENT
FOR
SUPPLIES / EQUIPMENT PROCURMENT
THIS AGREEMENT FOR EQUIPMENT / SUPPLIES PROCUREMENT is made
this 1st of October, 2017, and entered into by and between the City of Meridian, a
municipal corporation organized under the laws of the State of ldaho, hereinafter
referred to as "CITY", 33 East Broadway Avenue, Meridian, ldaho 83642, and BHS
Specialty Chemical Prod ucts , hereinafter referred to as "SUPPLIER", whose business
address is PO Box 27955 Salt Lake Citv, UT 84104
INTRODUCTION
Whereas, the City has a need for services involving the procurement of
FERRIC CHLORIDE SOLUTION ; and
WHEREAS, the Supplier is specially trained, experienced and competent
to perform and has agreed to provide such services;
NOW, THEREFORE, in consideration of the mutual promises, covenants,
terms and conditions hereinafter contained, the parties agree as follows:
TERMS AND CONDITIONS
1. Equipment / Supply Specifications & Requirements:
1.1 SUPPLIER shall supply the equipment and/or supplies to the City
upon execution of this Agreement and receipt of the City's written notice
to proceed, all items, and comply in all respects, as specified in the
document titled "Supply Specifications & Requirements" a copy of which is
attached hereto as Attachment "A" and incorporated herein by this
reference, together with any amendments that may be agreed to in writing
by the parties.
1.2 f he Supplier shall provide services and work under this Agreement
consistent with the requirements and standards established by a-pplicablefederal, state and city laws, ordinances, regulations and resolutions. TheSupplier represents and warrants that it wili perform its work in
accordance with generaily accepted industry standards and practices forthe profession or professions that are used in performance of thisAgreement and that are in effect at the time ol'performance of thisAgreement. Except for that representation and any representations made
FERRIC CHLORIDE FYl8 page 1 of 13
or contained in any proposal submitted by the Supplier and any reports or
opinions prepared or issued as part of the work performed by the Supplier
under this Agreement, Supplier makes no other warranties, either express
or implied, as part of this Agreement.
2. Consideration
2.1 The Supplier shall be compensated on a per pound basis (Not-
To-Exceed $100,000) as provided in Attachment B "Payment Schedule"
attached hereto and by reference made a part hereof.
2.2 The Supplier shall provide the City with a detailed monthly
statement detailing all deliveries for the month, which the City will pay
within 30 days of receipt of a correct invoice and approval by the City.
The City will not withhold any Federal or State income taxes or Social
Security Tax from any payment made by City to Supplier under the terms
and conditions of this Agreement. Payment of all taxes and other
assessments on such sums is the sole responsibility of Supplier.
2.3 Except as expressly provided in this Agreement, Supplier shall not
be entitled to receive from the City any additional consideration,
compensation, salary, wages, or other type of remuneration for services
rendered under this Agreement., including , but not limited to, meals,
lodging, transportation, drawings, renderings or mockups. Specifically,
Supplier shall not be entitled by virtue of this Agreement to consideration
in the form of overtime, health insurance benefits, retirement benefits,
paid holidays or other paid leaves of absence of any type or kind
whatsoever.
3. Term:
3.1 This agreement shall become effective upon execution by both
parties, and shall expire upon (a) completion of the agreed upon work, (b)
September 30,2023 or (c) unless sooner terminated as provided below or
unless some other method or time of termination is listed in Attachment A.
3.2 The City reserves the right to extend the Agreement based on the
terms and conditions of the lnvitation for Bid Document and Specifications
for up to five years from the date of expiration, provided such extension is
mutually agreeable to both the City and the Supplier.
3.3 Should Supplier default in the performance of this Agreement ormaterially breach any of its provisions, City, at City,s optionl mayterminate this Agreement by giving written notificaiion io Supplier.
page 2 of '13FERRIC CHLORIDE FY18
3.4 Should City fail to pay Supplier all or any part of the compensation
set forth in Attachment B of this Agreement on the date due, Supplier, at
the Supplier's option, may terminate this Agreement if the failure is not
remedied by the City within thirty (30) days from the date payment is due.
3.5 This Agreement shall terminate automatically on the occurrence of
any of the following events: a) Bankruptcy of insolvency of either party; b)
Sale of Supplier's business; or c) Death of Supplier
'1. Termination:
4.1 lf, through any cause, SUPPLIER, its officers, employees, or
agents fails to fulfill in a timely and proper manner its obligations under
this Agreement, violates any of the covenants, agreements, or stipulations
of this Agreement, falsifies any record or document required to be
prepared under this agreement, engages in fraud, dishonesty, or any
other act of misconduct in the performance of this contract, or if the City
Council determines that termination of this Agreement is in the best
interest of CITY, the CITY shall thereupon have the right to terminate this
Agreement by giving written notice to SUPPLIER of such termination and
specifying the effective date thereof at least fifteen ('15) days before the
effective date of such termination. SUPPLIER may terminate this
agreement at any time by giving at least sixty (60) days notice to CITY.
4.2 ln the event of any termination of this Agreement, all finished or
unfinished documents, data, and reports prepared by SUPPLIER under
this Agreement shall, at the option of the CITY, become its property, and
SUPPLIER shall be entitled to receive just and equitable compensation for
any work satisfactorily complete hereunder.
2
4.3 Notwithstanding the above, SUPPLIER shall not be relieved of
liability to the CITY for damages sustained by the CITY by virtue of any
breach of this Agreement by SUPPLIER, and the ClTy may withhold any
payments to SUPPLIER for the purposes of set-off until such time as the
exact amount of damages due the CITY from SUppLIER is determined.
This provision shall survlve the termination of this agreement and shall not
relieve SUPPLIER of its liability to the ClTy for damages.
lndependent Supplier:
5.1 ln all matters pe(aining to this agreement, SUppLIER shall beacting as an independent supplier, and neither SUppLIER nor any officer,employee or agent of SUppLIER will be deemed an employee ot'Ctfy.Except as expressry provided in Attachment A, supprier'hai no authorityor responsibility to exercise any rights or power vesied in the City and
,
FERRIC CHLORIDE FY18 page 3 of 13
therefore has no authority to bind or incur any obligation on behalf of the
City. The selection and designation of the personnel of the CITY in the
performance of this agreement shall be made by the CITY.
5.2 Suppller, its agents, officers, and employees are and at all times
during the term of this Agreement shall represent and conduct themselves
as independent suppliers and not as employees of the City.
5.3 Supplier shall determine the method, details and means of
performing the work and services to be provided by Supplier under this
Agreement. Supplier shall be responsible to City only for the
requirements and results specified in this Agreement and, except as
expressly provided in this Agreement, shall not be subjected to City's
control with respect to the physical action or activities of Supplier in
fulfillment of this Agreement. lf in the performance of this Agreement any
third persons are employed by Supplier, such persons shall be entirely
and exclusively under the direction and supervision and control of the
Supplier.
3. lndemnification and lnsurance:
6.1 SUPPLIER shall indemnify and save and hold harmless CITY from
and for any and all losses, claims, actions, judgments for damages, or
injury to persons or property and losses and expenses and other costs
including litigation costs and attorney's fees, arising out of, resulting from,
or in connection with the performance of this Agreement by the
SUPPLIER, its servants, agents, officers, employees, guests, and
business invitees, and not caused by or arising out of the tortuous conduct
of CITY or its employees. SUPPLIER shall maintain, and specifically
agrees that it will maintain, throughout the term of this Agreement, liability
insurance, in which the CITY shall be named an additional insured in the
minimum amounts as follow: General Liability One Million Dollars
($1,000,000) per incident or occurrence, Automobile Liability lnsurance
One Million Dollars ($'1,000,000) per incident or occurrence and Workers,
Compensation lnsurance, in the statutory limits as required by law.. The
limits of insurance sharr not be deemed a limitation of ihe covenants to
indemnify and save and hold harmless ClTy; and if ClTy becomes liable
for an amount in excess of the insurance limits, herein provided,
SUPPLIER covenants and agrees to indemnify and save and hold
harmless CITY from and for all such losses, claims, actions, or judgments
for damages or injury to persons or property and other costs, intluJinglitigation costs and attorneys,fees, arising out of, resulting from , or in"connection with the performance of this Agreement by the Suppiier orSupplier's officers, employs, agents, reprelentatives or subcontractors
FERRIC CHLORIDE FY,l8 page 4 of 13
and resulting in or attributable to personal injury, death, or damage or
destruction to tangible or intangible property, including use of. SUPPLIER
shall provide CITY with a Certificate of lnsurance, or other proof of
insurance evidencing SUPPLIER'S compliance with the requirements of
this paragraph and file such proof of insurance with the CITY at least ten
(10) days prior to the date Supplier begins performance of it's obligations
under this Agreement. ln the event the insurance minimums are changed,
SUPPLIER shall immediately submit proof of compliance with the
changed limits. Evidence of all insurance shall be submitted to the City
Purchasing Agent with a copy to Meridian City Accounting, 33 East
Broadway Avenue, Meridian, ldaho 83642.
6.2 Any deductibles, self-insured retention, or named insureds must
be declared in writing and approved by the City. At the option of the City,
either: the insurer shall reduce or eliminate such deductibles, self-insured
retentions or named insureds; or the Supplier shall provide a bond, cash
or letter of credit guaranteeing payment of losses and related
investigations, claim administration and defense expenses.
6.3 To the extent of the indemnity in this contract, Supplier's
lnsurance coverage shall be primary insurance regarding the City's
elected officers, officials, employees and volunteers. Any insurance or
self-insurance maintained by the City or the City's elected officers,
officials, employees and volunteers shall be excess of the Supplier's
insurance and shall not contribute with Supplier's insurance except as to
the extent of City's negligence.
6.4 The Supplier's insurance shall apply separately to each insured
against whom claim is made or suit is brought, except with respect to the
limits of the insurer's liability.
7
6.5 All insurance coverages for subcontractors shall be subject to all of
the insurance and indemnity requirements stated herein.
6.6 The limits of insurance described herein shall not limit the liability of
the Supplier and Supplier's agents, representatives, employees or
subcontractors.
Notices: Any and arr notices required to be given by either of the parties
hereto, unless othenvise stated in this agreement, s'hall be in writing andbe deemed communicated when mailed in the United States mail,certified, return receipt requested, addressed as follows:
FERRIC CHLORIDE FY,I8 page 5 of 13
o
City of Meridian
Purchasing Agent
33 E. Broadway Avenue
Meridian, ldaho 83642
BHS Specialty Chemical Products
Attn: Laura Lanthier
1717 EFarqo Ave
Nampa, lD 83687
Phone(208) 466-8437
Either party may change their address for the purpose of this paragraph
by giving written notice of such change to the other in the manner herein
provided.
Attorney Fees: Should any litigation be commenced between the parties
hereto concerning this Agreement, the prevailing party shall be entitled, in
addition to any other relief as may be granted, to court costs and
reasonable attorneys'fees as determined by a Court of competent
jurisdiction. This provision shall be deemed to be a separate contract
between the parties and shall survive any default, termination or forfeiture
of this Agreement.
Time is of the Essence: The parties hereto acknowledge and agree that
time is strictly of the essence with respect to each and every term,
condition and provision hereof, and that the failure to timely perform any
of the obligations hereunder shall constitute a breach of, and a default
under, this Agreement by the party so failing to perform.
Assignment: lt is expressly agreed and understood by the parties
hereto, that SUPPLIER shall not have the right to assign, transfer,
hypothecate or sell any of its rights under this Agreement except upon the
prior express written consent of CITY.
Discrimination Prohibited: ln performing the Work required herein,
SUPPLIER shall not unlaMully discriminate in violation of any federal,
state or local law, rule or regulation against any person on the basis of
race, color, religion, sex, national origin or ancestry, age or disability.
10
11
12.
13.Reports and lnformation:
13.1 At such times and in such forms as the ClTy may require, there
shall be furnished to the CITY such statements, records, reports, data and
page 6 of 13
Email La u ra@ bhsma rketinq. com
FERRIC CHLORIDE FY18
14.
15.
'16
17.
'18
19.
information as the CITY may request pertaining to matters covered by this
Agreement.
13.2 Supplier shall maintain all writings, documents and records
prepared or compiled in connection with the performance of this
Agreement for a minimum of four (4) years from the termination or
completion of this or Agreement. This includes any handwriting,
typewriting, printing, photo static, photographic and every other means of
recording upon any tangible thing, any form of communication or
representation including letters, words, pictures, sounds or symbols or any
combination thereof.
Audits and lnspections: At any time during normal business hours and
as often as the CITY may deem necessary, there shall be made available
to the CITY for examination all of SUPPLIER'S records with respect to all
matters covered by this Agreement. SUPPLIER shall permit the CITY to
audit, examine, and make excerpts or transcripts from such records, and
to make audits of all contracts, invoices, materials, payrolls, records of
personnel, conditions of employment and other data relating to all matters
covered by this Agreement.
Publication, Reproduction and Use of Material: No material produced
in whole or in part under this Agreement shall be subject to copyright in
the United States or in any other country. The CITY shall have
unrestricted authority to publish, disclose and otherwise use, in whole or in
part, any reports, data or other materials prepared under this Agreement.
Compliance with Laws: ln performing the scope of work required
hereunder, SUPPLIER shall comply with all applicable laws, ordinances,
and codes of Federal, State, and local governments.
Quantities: The quantity listed in Exhibit A are estimates only, based
upon current known requirements, and not a guarantee to purchase and
are subject to increase or decrease within the contract period. Any
increase or decrease will be governed by the same terms and
conditions of this Agreement.
construction and Severabirity: rf any part of this Agreement is herd tobe invalid or unenforceabre, such hording wiil not affdct the varidity orenforceability of any other part of this Agreement so rong as the remainderof the Agreement is reasonably capable of completion.
Waiver of Default: Waiver of default by either party to this Agreementshall not be deemed to be waiver of anf subsequeni Oefault. Waiver orbreach of any provision of this Agreem"nt .n"lt noi oe oeemeo to oe awaiver of any other or subsequent breach, ano snati not be construed to
FERRIC CHLORIDE FY18 page 7 of 13
20
21
22.
zJ.
25
24
be a modification of the terms of this Agreement unless this Agreement is
modified as provided above.
Advice of Aftorney: Each party warrants and represents that in
executing this Agreement. lt has received independent legal advice from
its attorney's or the opportunity to seek such advice.
Entire Agreement: This Agreement contains the entire agreement of the
parties and supersedes any and all other agreements or understandings,
oral of written, whether previous to the execution hereof or
contemporaneous herewith.
Order of Precedence: The order or precedence shall be this contract
agreement, the lnvitation for Bid document, and successful bid document
Applicable Law: This Agreement shall be governed by and construed
and enforced in accordance with the laws of the State of ldaho, and the
ordinances of the City of Meridian.
Public Records: Pursuant to ldaho Code Section 9-335, et seq.,
information or documents received from the Supplier may be open to
public inspection and copying unless exempt from disclosure. The
Supplier shall clearly designate individual documents as "exempt" on each
page of such documents and shall indicate the basis for such exemption.
The City will not accept the marking of an entire document as exempt. ln
addition, the City will not accept a legend or statement on one (1) page
that all, or substantially all, of the document is exempt from disclosure.
The Supplier shall indemnify and defend the City against all liability,
claims, damages, losses, expenses, actions, attorney fees and suits
whatsoever for honoring such a designation or for the Supplier's failure to
designate individual documents as exempt. The Supplier,s failure to
designate as exempt any document or portion of a document that is
released by the City shall constitute a complete waiver of any and all
claims for damages caused by any such release.
Approval Required: This Agreement shall not become effective or
binding until approved by the City of Meridian.
FERRIC CHLORIDE FY18 page 8 of '13
CITY OF MERIDIAN
BY;
TAMMY E RD, MAYOR
Dated:
SHS SPECIALTY CHEMICAL PRODUCTS
BY; Laura Lanthler, Manager, Municipal Bids & Contracts
Dated; August 30, 2017
QO�PSED AUGUST
�O a
Attest: _ 01V or w
C jE IDIAN*--
IDAHO
z� SEAL
C,JA COLEA CI CLERK
Approved as to Content
Department Approval
BY: COY: --
KEITH TS, P C IASINC MANAGER
Dated:
' /� jz 7 NAME: LAURELEI MCVEY
_ 1' �%
Approved as to Form
CITY ATTORNEY
FERRIC CHLORIDE FYI page 9 of 13.
TITLE: DEPUTY DIRECTOR UTILITY OPS
Dated: t .
Attachment A
Supply Specifications & Requirements
FERRIC CHLORIDE
The fenic chloride solution furnished shall meet the specified terms and conditions herein:
1. The ferric chloride solution shall meet the following requirements:
Property Ranqe
Fe (lll)
FeCl3 (AWWA Equivalent)
FeClz weight percent
Fe (ll)
Free HCI
Sulfur as Sulfate
Water-lnsoluble Matter
Specific Gravity
Barium
Cadmium
Chromium
Copper
Lead
Nickel
Silver
Zinc
Magnesium
Molybdenum
Titan ium
Antimony
Selenium
Mercury
Biological Contamination
13.1 - 14.SYo
37 -42%
0.50/o
< 0.25o/o
< 0.25o/o
3-SYo
< 0.10k
1.3 - 1.5, '1.4 Avg.
< 1mg/kg
< 1 mg/kg
< 50 mg/kg
< 50 mg/kg
< 5 mg/kg
< 40 mg/kg
< 1 mg/kg
< 100 mg/kg
< 100 mg/kg
< 2 mg/kg
< 50 mg/kg
< 10 mg/kg
< 10 mg/kg
< 10 mg/kg
None
2 The ferric chloride product shall conform to the American Water Works
Association (AWWA) standard for Liquid Fenic Chloride, 8407-05 except as
supplemented in this specification. Failure to meet any aspect of this
specification may result in refusal of individual deliveries and/or termination
of Ferric Chloride purchase, independenfly, from the resultant contract.
FERRIC CHLORIDE FY18 page 10 of 13
3 Performance Requirements:i. Ferric Chloride shall not crystallize in storageii. The Ferric Chloride product shall not cause any adverse effect
on the condition of the filter media or chemical delivery systems
that will adversely affect performance
iii. The Ferric Chloride product shall be resistant to and free from
biological contamination
The ferric chloride shall be an orange-brown, acidic, corrosive aqueous
solution.
Testing and verificatlon methods shall be according to the current
FerricChloride (AWWA) standard.
The successful bidder shall demonstrate compliance with the
performance requirements herein.
Ferric chloride shall be delivered by the Seller to the City of Meridian
Wastewater Treatment Facility:
3401 N. Ten Mile Road, Meridian, ldaho 83646
All shipping and delivery charges shall be paid by the Seller and shall be
included in the bid price.
The successful bidder shall submit a certificate of analysis (COA), with
these specifications, with the bid and with each delivery of ferric chloride
The COA shall contain:. Weight percent FeCl3. Specific Gravity. Percent weight of FeCl2r Percent total iron. Free Acid as HCI. Metals content (provide quarterly analysis testing)
Deliveries shall be made within 5-7 days of the City's order and shall be
made between B:30 am and 3:30 pm, Monday - Friday, excluding
holidays.
The bid shall be based on 5,000 gallon shipments. The expected yearly
usage is as follows:. 45,000 gallons. 51 1,000 lbs. based on 11.2|bs. ferric per gallon
The amounts are estimated and may increase or decrease over the term
4
5
o
7
B
o
FERRIC CHLORIDE FY,I8 page 11of '13
10.
11
12
13
14
t3
IO
of the Contract.
The prices in the Seller's bid shall not change for the term of the Contract.
The Contract will become effective upon approval by the City Council and
shall continue for a period of one year, unless terminated under terms and
conditions set forth in this lnvitation for Bid Document and Specifications.
The City reserves the right to discontinue the use of ferric chloride (and
associated ferric chloride purchase) and to employ alternate methods of
odor and struvite control.
The City reserves the right to extend the Contract based on the terms and
conditions of the lnvitation for Bid Document and Specifications for up to
three years from the date of expiration, provided such extension is
mutually agreeable to both the City and the Seller.
By submitting this bid for a one year supply of ferric chloride solution, the
manufacturer acknowledges that it is able to supply this product, at the
same performance quality and manufacturing specifications, at the
volume necessary to fulfill the termsilength of the annual contract. The
City reserves the right to conduct lab analysis on each load delivered to
verify the COA.
The Seller must supply the City with a twenty-four (24) hour emergency
phone number in the event of a chemical incident. The Seller must
provide on-site facility assistance if requested and technical support within
one (1) hour of notification by the City, if required.
lf the chemical delivered does not meet specifications and as a result,
causes deterioration to City of Meridian owned equipment, the City will be
responsible for replacement of said equipment and the labor costs
involved with any repairs.
FERRIC CHLORIDE FYl8 page 12 of 13
Attachment B
PAYMENT SCHEDULE
Travel expenses will be paid at no more than the City of Meridian's Travel and
Expense Reimbursement Policy.
TASK DESCRIPTION AMOUNT / LB
A 38% FERRIC CHLORIDE SOLUTION, per attached
specifications (Attachment A). Price includes shipping,
delivery, and container return services
1 7 1
FERRIC CHLORIDE FY,I8 pagel3of'13
I
City Of !.teridian
Statement of Revenues and Expenditures - Rev and Exp Report - Saoclra - Unposted Transactions InctLlded In Report
60 - Ent€4)ris€ !!nd
3510 - StW Treatrent Plarlt
rron\ 10/1/2017 Through 9/30/2018
Budget
Remaining
Budget rith Current Year
Actual
Budget
Remalnlng
OPERATING COSTS
Chemicafs
TOtAl OPERATING COSTS
399,999 .96
399,999.96
0.00
0.00
399, 999 .96
399, 999 .96
100.00.
100.00:
5201s
DEPT EXPENDITURES
TOTAL EXPENDITURES
399,999.96
399, 999 .96
0.00 399 t 999 .96
399, 999 .96
100.00*
100.009
(
(
0.00
(,
':..;cooo
o<
$S
NY<
Fzlo
=
o
6
pau6!s
tooz
uJ
F.Nvo
C')
t-
==iiuldl
=z
eo
q
s
z
z
zf
il 6gt
rJl
><
llllII
I
o
q?
6t
F
o6t
t:
J
tr.J
=F
06
LlJF
o
IJJfo
ao
l!
(,
o
o
o
ol!
di
=zIdl
tlT t
h
v
t [rl\r
=>
O
IDSOS Viewing Business Entity
IDAHO SECRETARY OF STATE
Viewing Business Entity
Page I of 1
View Document Online
View Document On line
View Document On line
View Document Online
View Document Online
Lalterence Denney, Secretary of State
I New Search ] [ Back to Summarv ]
I Get a certificate of existence for BHS MARKETING. LLC ]
I Monitor BHS MARKETING. LLC business filinos ]
BHS MARKETING, LLC
1717 E. FARGO AVENUE
NAMOA, ID 83687
Type of Business: LIMITED LIABILITY COMPANY
Status: EXISTING
State of Oragin: DELAWARE
Date of 31 Oct 2011
Origination/Authorization:
Current Registered Agent: CORPORATION SERVICE COMPANY
12550 W EXPLORER DR STE 1OO
BOISE, ID 83713
File Number: W107939
Date of Last Annual Report: 05 Oct 2016
Annual Report Due: Oct 2017
Original Filing:
I Help lYe Print/View TIFF ]
Filed 31 Oct 2O11 CERTIFICATE
OF AUTHORIry
View Imaqe (PDF format)
View Imaqe (TI FF format)
Annual Reports:
I Helo Me Print/View TIFF ]
Report for year 2016 ANNUAL
Report for year 2015 ANNUAL
Report for year 2OL4 ANNUAL
Report for year 2013 ANNUAL
Report for year 2Ol2 ANNUAL
REPORT
REPO RT
REPO RT
REPORT
REPORT
Idaho Secretarv of State's Main Paqe State of ldaho Home Paqe
Comments, q uestions or sugg estions can be emailed to: sosinfo@so s.idaho.qov
https :/iwww.accessidaho. org/public/sos/corp/W I 0793 9. html 813v2017
I
l;rl
1
ACOa.if
911t2017
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATTVELY OR NEGATIVELY AMEND, EXTENO OR ALTER THE COVERAGE AFFOROED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE OOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PROOUCER, AND THE CERTIFICATE HOLOER.
IiIPORTANTT lf the certificale holder is an AODITIONAL INSURED, the policy(ies) must have AODITIONAL INSURED provisions or be endorsed.
lf SUBROGATION lS WAIVEO, subiect to the terms and conditions of the policy, certain policies may require an endorsemcnt. A statement on
this certificale does not confer rights to the certificate holaler in lieu oI such endorseme nt(s),
Commercial Lines - (513) 657 3116
Wells Fargo lnsurance Services USA, lnc.
720 East Pete Rose Way Suite 400
Cincinnati, OH 45202
INSI.lRED
BHS Marketing, LLC
2320 W. lndiana Avenue
Salt Lake Caly, UT 84127
CERTIFICATE OF LIABILITY INSURANCE
CERTIFICATE NUMBER: 12202330COVERAGES REVISION NUMBER: See below
THIS IS TO CERTIFY THAT THE POLICIES OF ]NSURANCE LISTED BELOW HAVE AEEN ISSUED TO THE INSURED NAMED AEOVE FOR THE POLICY PERIOD
INDICATED NOTWITHSTANOING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE SSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HERE N IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LII\4ITS SHOWN MAY HAVE BEEN REDUCEO BY PAID CLAIIVS
LIMIISPo.cYEFFrao0frsiaR-INSR
X COMMERCIAf G EN ERAf LIAgILITY
I cLAMs MADE if ] occun
GEN'LAGGREGATE L MII APPTIES PER
LOCX porrcy L ]JECT I
0912612016 0912612017 EACHOCCLJRRENCE
DAMAG're RENTED
?8El4lgES l:Ea!qqu@!c-el
MED ExF (AnyonepeMn) 5
GENERAI AGGRFGATF ].+
PRODUCTS - COMP/OPAGG l.
PERSONAL & ADV INJURY
S
2.000,000
2,000.000
1 000 000
300,000
S
s
s
25,000
1.000.000
s;1.
BODILY INJURY (Pera@id6nr)
D 000
.D \,
S
S
rt
P.l
cA1904363BAUTOMOSILE LIABILITY
i ,tr.rv euro
SCHEDULEO
AUTOS
NON OWNED
AUTOS ONLY
HIR€O
AUTOS ONLY
09t26t2016 09t26/2017
10,000.000EACHOCCURRENCEEGU14201330I
DEO RETENT O\
OCCUR
CLAIMS,MADEEXCESSLIAB
0912612016 o9t26t2017
S
STATUTE
r 000 000E L. EACHACCIOENT S
I 000 000EL DIS€ASE EA EMOLOYEE S
^ WORKERS COMPENSATONu aro:uprovens rrrarr rw
- ANYPROPRETOR/PARTNER]EXECIJTIVEE oFFrcE R,MFMBFR F xar L,nFntr(Mand.tory h NH)
012852115 (AOS)
012852116 (CA)
DESCRIPTION
09t2612016 0912612017
1,000.000E L OISEASE POL CY LIM T 5Pollution Legal Liability E414201256 09/26/2016 49t26t2017 1 000 000
oF oPERAlloNs / Loca-rloNs / vEHlcLEs (acoRD 1ot, adr,hio*r Reoarks sch.d! re, oay bo .r,.h.d ir more sp.c. is requiod)DESCRIPTION
Evidence of Coverage
CERTIFICATE HOLDER CANCELLATION
SHOULD AI.IY OF THE ABOVE DESCRIBED POLICIES BE CANCELLEO BEFORETHE EXPIRATION OATE THEREOF, ITOTICE WILL BE DELIVEREO INACCORDANCE wlTII THE POLICY PROVISIONS.
City of Meridian
Purchasing Agent
33 E. Broadway Avenue
Meridian, ldaho 83642
9"*,tJ^
AUTHORIZED REPRESENTAIIVE
ACORD 2s (2016/03)
The ACORD name and logo are registered marks ofACORD o 1988-2015 ACORD CORPORATION. Alt rights reserved
tNsuRER(S) ATFOROTNG COVERAGE
26883
19410
23809
l
EG14201256
I
Y/N
f ln'o
k