Loading...
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